Posting Agency,RFx ID,RFx Type,Competition Type,Title,Reference Number,Open Date,Close Date,Awarded Date ,Department,Tender Coverage,Prequalification Required?,Alternative Physical Tender Box Delivery Address,Overview,Award Type,Comments,Awarded Amount,Report Date Accident Compensation Corporation,16899882,Request for Proposals,Open Competition,Integrated Risk Management System,IRMSO1,20151019,20151123,20190926,,Sole Agency,No,,"Accident Compensation Corporation are looking to purchase an established Enterprise Risk Management tool that is off-the-shelf, scalable and can easily be configured for ACCs use now and in the future. The tool will be used to better manage our risk, compliance and incident management (including related workflow activities) in a single solution with the aim to move us towards a more mature and efficient state. It will replace current tools in use at business unit level with an easy to use solution to record and manage risks, and it will further support the Risk and Compliance Office (RCO) to proactively optimise and manage risk, compliance and incidents at an enterprise level by using the rich source of risk management information that comes with a single source of truth solution. ACC are looking for a true partner to configure and implement the solution, train staff on its use, assist in future configuration and maintenance, and provide ongoing support for upgrades and issue resolution. ACC anticipate the complete solution would be in the form of two phases: Phase One will be implementation of the core risk management functions of risk management, compliance and reporting. There are expected to be 25 users when the tool is delivered, potentially expanding up to 800 users as Phase One is rolled out. Phase One functional deliverables as follows: ? - Risk Appetite capture ? - Risk Registers ? - Compliance and Obligations ? - Compliance and Control Testing Phase Two would involve incident management, governance and BC (which will only require further configuration from Phase One). Phase Two is planned to roll out to all ACC staff approximately 3500 users. Phase Two functional deliverables may include: ? - Assurance ? - Incident Management ? - Business Continuity Planning ? - Governance Although this RFP elicits Responses which cover both Phase One and Phase Two, ACC reserves the right to not proceed with Phase Two . Phase One is funded in the current business plan but is subject to a final business case approval. The decision as to whether to proceed with Phase Two (including consideration of implementation and issues) will made at some point once Phase One delivery is complete and embedded to ACCs satisfaction. If you intend to respond to this tender please advise your intent by 23 October 2015 by email to the Point of Contact in Section 1.3.",Not Awarded,,0,20250410 Accident Compensation Corporation,20163829,Request for Proposals,Open Competition,ACC - AI Chatbot,,20180914,20181010,20190926,,Sole Agency,No,,"ACC wants to build a great digital experience for our customers connecting them seamlessly to information and services they need - when and wherever they need them. The technology landscape is always changing and so too does the expectation of our customers. We wish to explore options for using conversational Artificial Intelligence as a digital assistant for ACC customers using their own language - answering queries with customers in a way that feels natural, getting smarter over time. ACC is looking for a vendor to provide a conversational AI platform as a service, as well as professional services to help define the use cases, design conversations, support implementation across a number of channels and ongoing operational support. We expect the vendor to provide ACC with the capability to easily adjust conversation flows, manage & monitor analytics so ACC can understand usage, trends and opportunities. We expect continued maintenance and upgrade to the conversational AI platform to be made by the vendor seamlessly as part of the solution subscription.",Awarded,,0,20250410 Accident Compensation Corporation,20401071,Request for Proposals,Open Competition,Mates & Dates facilitator training,,20181109,20181205,20190718,,Sole Agency,No,procurement@acc.co.nz,"In 2014, ACC developed and piloted the good practice Mates & Dates secondary school-based healthy relationships programme. Since then, over 145 schools based throughout New Zealand have already been involved or have expressed keen interest in the programme. Further information is available on www.matesanddates.co.nz In 2019 ACC is making Mates & Dates available nationally and will need to train new facilitators across New Zealand to deliver in schools. This RFP is looking for a supplier to design, organise and deliver this training. This is an opportunity to influence the wellbeing of young people in New Zealand by equipping facilitators with key skills to deliver Mates & Dates.",Not Awarded,Contract awarded to Maygrove Management Services Ltd,0,20250410 Accident Compensation Corporation,20434218,Request for Proposals,Open Competition,ACC - Architectural & Design Services,,20181116,20181214,20190725,,Syndicated Opportunity,No,,ACC is seeking to enter into a long-term arrangement with an architectural and design services supplier to provide a range of services from the concept/preliminary design stage right through to certification and full project management delivery. The supplier will work with ACC on a project-by-project basis to ensure ACCs refurbishments and new builds consist of modern fit for purpose facilities which will support and foster ACCs objectives.,Awarded,,0,20250410 Accident Compensation Corporation,20517208,Request for Proposals,Open Competition,RFP - ACC Reviewer Services and Dispute Resolution,,20181204,20190125,20190730,,Sole Agency,No,,"The ACC legislation provides for claimants, employers and levy payers (customers) to submit a formal request to review any of its decisions. ACC needs the services of a panel of suitably qualified reviewers and dispute resolution specialists to provide a prompt, impartial, high quality, outcome focused service to all customers that have requested a review. ACC is looking for credible, experienced, customer focused providers who have the capability, skills and knowledge to deliver Reviewer Services and Dispute Resolution Services. You will need to demonstrate a thorough understanding of good practice dispute resolution and a proven track record in its application. This should include mediation, conciliation and arbitration. It is important that you are forward thinking and willing to adopt appropriate technologies. A proactive approach to both privacy and health and safety is essential. This is a unique opportunity to be part of ACCs continuing focus on improving its decision making processes and achieving the right outcomes for its diverse range of customers. The selected providers will be expected to engage positively and proactively with both ACC and its customers to achieve good outcomes based on fair and impartial assessment of each individual case. The range of claims on which ACC makes decisions is very broad and, given the nature of some claims, can at times be quite challenging. There may be the need to make technical determinations of complex legislation, or to consider detailed medical expert or clinical specialist information. While no one sets out to be an ACC client, we are committed to ensuring that the service we provide is customer focused, transparent, effective and efficient whether it be for the claim itself, or for a dispute. We expect our providers to share our vison and they will be committed to help achieve the right outcomes.",Awarded,"Contracts have been awarded to Fairway Resolution Limited, Independent Complaint and Review Authority Limited, and Clayton & Associates Limited trading as Talk-Meet-Resolve.",0,20250410 Accident Compensation Corporation,20591534,Request for Proposals,Open Competition,RFP - ACC Navigation Services,,20190110,20190301,20190902,,Sole Agency,No,,"The Navigation Service is an independent service intended to support ACC customers in accessing the range of services we provide, supporting them with their ACC claim and helping address any issues or concerns they may have with any decisions ACC has made. We appreciate it can be challenging for some people to deal directly with organisations like ACC, so a helping hand from someone who understands our systems and processes can make the difference in achieving a good outcome. Whether answering simple questions or providing assistance to manage a customers direct/indirect engagement with ACC. The Navigation Service will be targeted at ACC clients; however, it will also provide support to point employers, levy payers and providers in the right direction. This RFP relates to the purchase of Navigation Services. The key outcomes we want to achieve are: Early client engagement giving clients the opportunity to be heard; Promotion of the service to improve accessibility of ACC entitlements; Engagement with one or more providers to provide a diverse supply base as needed; and A simple fee system based on the type of engagement. ACC will hold a briefing session for providers to attend at 8.30am on Monday 14 January (arrive by 8.15 to be signed in, for an 8.30 start). This will be held in Wellington. Providers can also attend via videoconference, by attending ACCs offices in Auckland, or may dial in by teleconference. This is an opportunity for ACC to present on the services we require, and for providers to ask questions. If you would like to attend our provider briefing session please email our Point of Contact (procurement@acc.co.nz) to register by 3.00pm 11 January, and let us know whether you will be attending in Wellington or Auckland, or whether you will be dialling in.",Awarded,"Contracts have been awarded to: Te Pou Matakana Ltd t/a Whanau Ora Commissioning Agency New Zealand Council of Trade Unions Way Finders",0,20250410 Accident Compensation Corporation,20736782,Request for Proposals,Open Competition,Data and Information Panel,DIP01,20190218,20190322,20190926,,Cluster,No,,"ACC, the Department of Corrections and the Ministry of Justice (the Parties) wish to create a Data and Information paneI. Through this closed cluster, the Parties are seeking to appoint suppliers who will provide Data and Information resourcing, services, support, and specific technology expertise through a Panel arrangement. Noting successful Respondents will be offered a contract, with no guaranteed spend. The Panel will then allow the Parties to utilise a secondary procurement process to procure the services outlined in the RFP. Interested suppliers are invited to download the attached RFP documents, noting: Part One - Tender overview, Requirements, Terms and Conditions. Part Two - Response Form - (including Attachment One). Attachment One (has been saved separately in the event the embedded version (in Part Two) is unable to be opened.",Not Awarded,,0,20250410 Accident Compensation Corporation,20784488,Request for Proposals,Open Competition,Call for Applications ACC Workplace Injury Prevention Grants,,20190228,20190328,20190829,,Sole Agency,No,-,"The Accident Compensation Corporation (ACC) is seeking applications that align to the 2019 investment priority for Workplace Injury Prevention Grants (Grants) from New Zealand registered legal entities. With the recent launch of the Health and Safety at Work Strategy 2018-2028, ACC wants to ensure any co-investment is targeted to workplaces and industry groups that are of higher risk of injury. For the February 2019 funding round, the Grants investment will prioritise proposals that strengthen sector leadership within the health and safety system in higher risk sectors including construction, manufacturing, agriculture, transport, postal and warehousing, health care and social assistance, forestry and logging, and retail trade. The Grants are available for a range of proposals that include one or more of the following categories: Innovation, System Capability Development and Applied Research. The funds available is an amount between $50,000 and $500,000 (GST exclusive) per year over a maximum of three years. The applicant organisation will contribute a minimum of 20% of the total cost of the project in cash and/or in-kind The Call for Proposals and associated registration for a login on the online portal is available on the ACC website www.acc.co.nz (direct link https://www.acc.co.nz/for-business/workplace-health-safety/workplace-injury-prevention-grants/#how-to-apply ) The deadline for applications is 5pm, Thursday 28 March 2019. Applicant guidelines are also available by subscribing to this notice.",Not Awarded,"The successful applicants from the February 2019 funding round are: NZ Food and Grocery Council Forestry Industry Safety Council (FISC) Construction Health and Safety New Zealand (CHASNZ) Beca Ltd Auckland, Hawkes Bay and Hutt Valley District Health Boards (DHBs)",0,20250410 Accident Compensation Corporation,20804354,Request for Proposals,Open Competition,RFP - Te Reo Maori course,,20190305,20190402,20190911,,Sole Agency,No,,"Ka hi ake te korero Ko te reo te mauri o te mana Maori Ko te kupu te mana o te reo Maori No reira, tena tatou e whakatairanga nei to tatou taonga matahiapo E te tira ngakau nui ki te reo kamehameha Wananganhia, korerohia, hapaitia i te mana o te reo Maori. Tihei! ACC is passionate about diversity and inclusion in our workplace and within New Zealand. We want our organisation to be culturally capable and to effectively support customers from different backgrounds. To help us on this journey ACC are looking to procure a Te Reo Maori course at an introductory level. We want to roll out a Te Reo Maori language programme across ACC. This product could use any channel, including online courses, videos, eLearning, an App, Virtual Reality or any combination of resources that meets our needs while easily scaling to 3,500+ employees. ACC has had great success recently with upwards of 80% of the organisation accessing online modules focussed on Maori cultural capability (Te Rito). We are keen to continue building on this momentum. This work will sit beneath Whaia Te Tika Pursue what is right, ACCs Maori strategy. ACCs vision To create a unique partnership with every New Zealander, is central to the aspirations of Whaia Te Tika. ACC is committed to partnering with Whanau, Hapu, Iwi, and Maori organisations, ensuring that together we minimise the incidence and impact of injury for Maori. Whaia Te Tika helps us improve the experience of ACC for Maori, and strengthens our commitment to enact the principles of the Treaty of Waitangi Participation, Protection, Partnership. The organisation is enthusiastic and ready to learn (as evidenced by the completion statistics of the Te Rito modules). Your programme will help embed basic language comprehension throughout ACC and help enable our people to move further along our WhaiaTe Tika journey.",Awarded,,0,20250410 Accident Compensation Corporation,20815746,Request for Tenders,Open Competition,RFT - Artificial Limb Service (ALS),,20190311,20190429,20190708,,Sole Agency,No,,"ACC has a legislated responsibility for assessing a Clients injury related needs and providing Clients who have lost a limb with an artificial limb to meet their individual needs and restore their independence to the maximum extent practicable. ACCs Artificial Limb Service (ALS) provides such services to Clients. The typical ALS journey for a Client can be complex, may be life-long and can require a diverse range of services. The current ALS contract is limited to the fitting and provision of an artificial limb or limbs and ongoing maintenance and repair. This procurement is an opportunity to replace the existing contract and address the wider needs of Clients who have experienced limb loss. We intend to purchase a new Artificial Limb Service that is more responsive to Client needs and that includes the following additional services: support for the Client and their family/whanau before (where possible) and after the amputation, and peer support and community integration support options to assist with community rehabilitation.",Awarded,,0,20250410 Accident Compensation Corporation,20850684,Request for Proposals,Open Competition,Healthcare Associated Infections Guiding Principles,,20190318,20190506,20190923,,Sole Agency,No,-,"Healthcare Associated Infections (HAI) are among the most frequent forms of patient harm, and are the most frequent ACC claim for treatment injury. The development and deployment of the Healthcare Associated Infections Guiding Principles is a new initiative that aims to provide easily accessible expert guidance for healthcare professionals. The principal goal is to significantly reduce the incidence of HAI leading to greatly improved outcomes for our clients. ACC is looking for credible providers who have the capability, experience and infrastructure to deliver the Healthcare Associated Infections Guiding Principles to the healthcare community. They need to have a good track record in the development and implementation of health related programmes and effective networks and strong relationships within the healthcare provider sector.",Awarded,,0,20250410 Accident Compensation Corporation,20893124,Request for Tenders,Open Competition,Elective Surgery Services - Request for Applications (RFA),,20190329,20190520,20191219,,Sole Agency,No,,"The purpose of the Elective Surgery service is to purchase timely, effective elective surgical procedures for eligible Clients who have a covered personal injury which requires surgical treatment to meet their rehabilitation outcomes. Elective Surgery Services is ACCs largest investment in secondary and tertiary client care with a value of $340 million in FY 17/18. The Elective Surgery contract is used to fund timely and effective surgical treatment undertaken by medical specialists in surgical theatres. It is provided to ACC Clients who have a covered personal injury which requires surgical treatment to meet their rehabilitation outcomes. The contract covers the surgical procedure and follow up care in the six weeks post-surgery. ACC are seeking suitable suppliers to hold this contract and are invited to apply by reading this RFA document and submitting a RFA response form. All interested suppliers that wish to hold the contract and that do not currently hold the Elective Surgery contract must complete the process outlined in this tender.",Awarded,"In addition the following suppliers were awarded: Acurity Health Group Limited Acurity Health Group Limited t/a Royston Hospital Anglesea Hospital Limited Auckland District Health Board Auckland Eye Limited Bay of Plenty District Health Board Bidwill Trust Hospital Boulcott Pulse Health Limited Braemar Hospital Limited Bridgewater Surgical Services Limited Canterbury District Health Board Capital and Coast District Health Board Chelsea Hospital Trust Christchurch Eye Surgery Limited Churchill Trust Private Hospital Collingwood Surgical Services Limited Counties Manukau District Health Board Crest Hospital Limited East Bay Specialist Centre Limited Eye Institute Limited Eye Specialists in Partnership with Auckland Eye Forte Health Limited Hutt Valley District Health Board Kensington Hospital Limited Lakes District Health Board Manuka Street Hospital Limited Mercy Hospital Dunedin Limited Nelson Marlborough District Health Board Norfolk Southern Cross Limited Northland District Health Board Northland Orthopaedic Centre Management Limited Ormiston Surgical & Endoscopy Limited Orthopaedic Services Limited Quay Park Surgical Limited t/a Quay Park Surgical Centre Remuera Surgical Partners Limited Rodney Surgical Centre Limited Rutherford Health Care 08 Limited trading as Rutherford Health Care Selina Sutherland Hospital Limited South Canterbury District Health Board Southern Cross Hospitals Limited Southern Cross Hospitals Limited & Auckland Orthopaedics Southern District Health Board St George's Hospital Limited Tairawhiti District Health Board Taranaki District Health Board The Ascot Hospital & Clinics Limited Unisports Ortho Limited Waikato District Health Board Wairarapa District Health Board Waitemata District Health Board Wanganui District Health Board and Wanganui Anaesthetists and Surgeons Limited",2260000000,20250410 ,,,,,,,,,,,,,,,,, Accident Compensation Corporation,20897347,Request for Proposals,Open Competition,Traumatic Brain Injury Residential Rehabilitation,,20190401,20191031,20200204,,Sole Agency,No,,"The Traumatic Brain Injury Residential Rehabilitation (TBIRR) service supports clients, aged 16 and over, who have moderate to severe brain injuries, by providing high intensity, early intervention inpatient rehabilitation in a hospital level specialist facility. The objective of TBIRR Services is to provide specialist residential rehabilitation that will support Clients to return to active and meaningful participation in their community and, if appropriate, their place of work in a planned, timely, well supported and sustainable manner; or else achieve a measurable improvement in their cognitive and functional abilities that maximises their independence and quality of life. The TBIRR Service is comprised of three key components: Emerging Consciousness Residential Rehabilitation Day Rehabilitation The TBIRR Service requires a core interdisciplinary team of health professionals with suitable experience, specialty and qualifications (as set out in the Service Schedule) in each facility applied for. For full details on the TBIRR Service and ACC Requirements and service expectations refer to the TBIRR Request for Application document.",Not Awarded,No responses were successful for this TBIRR Request for Application therefore no contracts have been awarded.,0,20250410 Accident Compensation Corporation,20961653,Request for Proposals,Open Competition,ACC: Middlemore Hospital Car Park Management Services - Request For Proposals,,20190418,20190517,20190920,,Sole Agency,No,Electronic Proposals Only,"As part of ACCs investment portfolio ACC has the rights to manage Middlemore Hospital Car Park under a deed with Counties Manukau DHB. Middlemore Hospital Car Park is one of New Zealands most complex parking environments with more than 2000 parking spaces in multiple locations on the hospital site. This will need to be serviced by an experienced parking management company with demonstrated capability in operating large complex car parks (>500 spaces). In scope services are: - Management services - Administration services - Relationship management - Health and safety management Proposals for point solutions for individual service components will not be considered. Credible providers who have: - Signed and returned a Non Disclosure Agreement - Given a non-binding indication that they will respond, on the basis that they can meet all the RFP pre-conditions Will be invited to visit the site sometime during w/c 6 May",Awarded,,0,20250410 Accident Compensation Corporation,21173187,Request for Proposals,Open Competition,ACC Building Security Systems Support and Maintenance REQUEST FOR PROPOSALS,,20190619,20190726,20200914,,Sole Agency,No,Electronic responses only,"The safety of ACCs staff and security of its physical locations is a key focus and paramount to ACC. Its intentions are to maintain a robust building security system across its 30 sites (nationwide) on a 24 hour per day, seven days per week basis. ACCs security system is integrated into the wider network via VLAN (virtual local area network) and includes an Access Control System, CCTV, Intruder and personal duress alarms, and personalised identification access cards. A supplier briefing will be held at ACC's office in Wellington on 28 June (PRE REGISTRATION REQUIRED)",Awarded,High quality proposals were received from all respondents. Value awarded is over the potential whole of life of the contract including extensions which is five years.,1600000,20250410 Accident Compensation Corporation,21452122,Request for Tenders,Open Competition,"General Practitioner with Special Interest (GPSI) Service Gaps - Southland, Central Otago (Alexandra, Cromwell, Queenstown), Hawkes Bay and Northland",,20190821,20190918,20200226,,Sole Agency,No,,"Due to capacity issues ACC requires additional General Practitioner/s with Special Interest (GPSI) providers in the Southland, Central Otago (Alexandra, Cromwell, Queenstown), Hawkes Bay and Northland Regions only. ACC are not seeking GPSI suppliers in regions not listed as there are no capacity issues there. Existing contracted GPSI suppliers are not required to respond to this Request for Application. A GPSI is defined as a General Practitioner who has advanced training and/or experience in musculoskeletal medicine. They will complement their primary care role by delivering a high quality, improved access service for musculoskeletal conditions to meet local needs. The GPSI has access to specialist investigations and services, such as MRI and Orthotics, and is able to undertake advanced general practice procedures, such as joint injections and minor surgery. The GPSI is expected to accept referrals for non-urgent or routine ACC Clients who would otherwise be referred to a specialist. They are also expected to provide an experienced second opinion and management options to support General Practitioners and ACC Clients seeking a positive outcome through enhanced care. A key objective is to reduce ACC Clients waiting time. We are seeking General Practitioners who are suitably qualified by holding a Vocational Registration and who have completed postgraduate tertiary level qualification in any/all of the following recognised scope of medicine: Musculoskeletal Occupational Sports Medicine Orthopaedic",Awarded,,0,20250410 Accident Compensation Corporation,21506083,Request for Proposals,Open Competition,Call for Applications - ACC Workplace Injury Prevention Grants (August 2019 Funding Round),,20190829,20191010,20200721,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is seeking applications that align to the 2019 investment priority for Workplace Injury Prevention Grants (Grants) from New Zealand registered legal entities. With the recent launch of the Health and Safety at Work Strategy 2018-2028, ACC wants to ensure any co-investment is targeted to workplaces and industry groups that are of higher risk of injury. For the August 2019 funding round, ACC is seeking proposals from two priority areas: 1. Industries with high rates of injury proposals that strengthen sector leadership within the health and safety system in higher risk sectors including manufacturing, transport and warehousing, agriculture and commercial fishing 2. Workforces over-represented in injury statistics proposals that deliver solutions to improve health and safety for workforces over-represented in injury statistics including Maori, Pasifika, and migrant workers The Grants are available for a range of proposals that include one or more of the following categories: Innovation, System Capability Development and Applied Research. The funds available is an amount between $50,000 and $500,000 (GST exclusive) per year for a maximum of three years. The applicant organisation will contribute a minimum of 20% of the total cost of the project in cash and/or in-kind. The Call for Proposals and associated registration for a login on the online portal is available on the ACC website https://www.acc.co.nz/for-business/workplace-health-safety/workplace-injury-prevention-grants/ The deadline for applications is 5pm, Thursday 10 October 2019. Applicant guidelines are also available by subscribing to this notice.",Awarded,,3573300,20250410 Accident Compensation Corporation,21538996,Request for Proposals,Open Competition,New Zealand Major Trauma Registry,NZMTR01- 2019,20190905,20191003,20200124,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) - on behalf of the Major Trauma National Clinical Network is seeking to procure a replacement solution (application, hosting and administration) for the New Zealand Major Trauma Registry (NZ-MTR). The NZ-MTR is a clinical quality registry which contains data on all major trauma patients admitted to public hospitals nationwide. Whilst the RFP is released as a single RFP, potential Respondents may respond to any combination of the attached requirements i.e.: the Major Trauma registry ""Application"", ""Hosting"" (of the registry application and data), and Registry "" Administration"". Respondents may team with other Respondents to submit a combined or single proposal. To review the RFP please refer to the attachments. Part One. Part Two Attachment One to Response form (Part Two).",Awarded,,0,20250410 Accident Compensation Corporation,21690308,Request for Proposals,Open Competition,Continuous Delivery Learning Services,,20190930,20191104,20200310,,Sole Agency,No,,"This Request for Proposals (RFP) is for the supply of Scaled Agile Framework (SAFe) and Agile learning services to ACC. These services will ensure our people have the skills, knowledge, and expertise to support, participate, and lead our new approach to work that delivers integrated and fit-for-purpose change continuously, known as Continuous Delivery. ACC is looking to appoint a credible Supplier with capability and experience in providing Agile and SAFe training in a corporate environment, and in a structured, consistent way, using suitably qualified personnel. The Supplier must have an adequate number of SAFe certified trainers and will be responsible for delivering face-to-face learning workshops and related activity across ACCs various locations (predominately in Wellington and a couple in Auckland, Hamilton, Christchurch, and Dunedin) and sufficient qualified personnel to ensure that services can be delivered in a timely manner. ACC is looking for a credible supplier with a solid track record of delivering results at an organisational advanced level, who will partner with us to deliver the required services. The supplier will also challenge and extend our thinking and offer additional ideas to assist us to achieve our longer-term goals. We are seeking the best overall solution that aligns with our strategic direction. Providers must be SAFe certified as this is a requirement for delivery of many of the workshops.",Not Awarded,Contract awarded to HYPR Innovation Limited,0,20250410 Accident Compensation Corporation,21786769,Request for Proposals,Open Competition,"ACC Office Fitout, Central Auckland",,20191015,20191108,20200129,,Sole Agency,No,,ACC has identified a single floor of high-rise office space measuring 634m2 in Central Auckland that will require hard fitout. The purpose of this RFP is to identify and select a single contractor capable of undertaking the hard fitout work to a modern configuration. The work is expected to start at the end of January 2020 and needs to be completed by 14 April 2020. The completion date is being driven by the expiry of an existing lease.,Awarded,,0,20250410 Accident Compensation Corporation,21869376,Request for Tenders,Open Competition,Behavioural Support Services,BSS2019,20191101,20200124,20200706,,Sole Agency,No,,"ACC is looking for additional Suppliers who have the capability and expertise to deliver Behaviour Support Services (BSS). BSS is intended to support Clients, their families/whanau and caregivers by reducing challenging behaviours that impact on a Clients ability to participate in everyday life and society. The Service increases the Clients ability to participate in social and vocational activities that improve their quality of life. Expected Service outcomes are: Reduced frequency of behaviours of concern; Reduced risk to Client and others; Identification and understanding by caregivers of triggers and how to prevent behaviours of concern, and that support desired behaviours; Increased participation in meaningful roles and activities; Improved quality of life for Clients, families/whanau and their caregivers; and A reduction in attendant care supervision. This Service is required Nationwide and Respondents may choose which Region/s (including all Regions) they wish to provide services in. An interdisciplinary team is required to deliver BSS, and must include: Psychologists with post registration expertise in cognitive disability and formulation and implementation of behaviour support plans; and Clinicians with tertiary qualifications and training and experience in the provision of behavioural support and intervention Please see the BSS RFA for further details. All required attachments are embedded within the Application Response Form and also attached as separate documents in this Tender.",Not Awarded,"The following Respondents were successful: Laura Fergusson Trust Christchurch Specialist Rehab Services Ltd Community Care Trust ABI Community Services Ltd Explore Services Limited",0,20250410 Accident Compensation Corporation,22001929,Request for Tenders,Open Competition,General Practitioner with Special Interest Applications,,20191127,20200527,20200925,,Sole Agency,No,,"Due to capacity issues ACC requires additional General Practitioner/s with Special Interest (GPSI) providers in the Southland, Central Otago (Alexandra, Cromwell, Queenstown) and Hawkes Bay only. ACC are not seeking GPSI suppliers in regions not listed as there are no capacity issues there. Existing contracted GPSI suppliers are not required to respond to this Request for Application. A GPSI is defined as a General Practitioner who has advanced training and/or experience in musculoskeletal medicine. They will complement their primary care role by delivering a high quality, improved access service for musculoskeletal conditions to meet local needs. The GPSI has access to specialist investigations and services, such as MRI and Orthotics, and is able to undertake advanced general practice procedures, such as joint injections and minor surgery. The GPSI is expected to accept referrals for non-urgent or routine ACC Clients who would otherwise be referred to a specialist. They are also expected to provide an experienced second opinion and management options to support General Practitioners and ACC Clients seeking a positive outcome through enhanced care. A key objective is to reduce ACC Clients waiting time. We are seeking General Practitioners who are suitably qualified by holding a Vocational Registration and who have completed postgraduate tertiary level qualification in any/all of the following recognised scope of medicine: Musculoskeletal Occupational Sports Medicine Orthopaedic Please refer to the attached documents.",Awarded,,0,20250410 Accident Compensation Corporation,22012164,Request for Quotations,Open Competition,Fire Warden Training,,20191129,20191219,20200602,,Sole Agency,No,procurement@acc.co.nz,"ACC is committed to the Health, Safety and Wellbeing of our staff and contractors. To help us achieve this, we are looking to procure a nationwide training solution for our Fire Wardens. ACC has approximately 240 Fire Wardens at our sites across New Zealand. What we need We are looking for an online training solution that has alignment to NZQA standards. What we dont want We dont want to work with you to create a bespoke product. We expect you to have an existing product that can be customised to ACC where necessary. We are also not looking for a face-to-face training solution. Whats important to us We need a solution which employees can complete in their own time along with supporting resources and collateral.",Awarded,,0,20250410 Accident Compensation Corporation,22448441,Request for Proposals,Open Competition,Salesforce Services Supplier Panel,,20200316,20200424,20201008,,Sole Agency,No,,"ACC is engaging the open market to identify and select a panel of Providers of Salesforce platform operational and application delivery services for its Salesforce platform. Please review the attached RFP documents. Note the draft Panel Agreement referred to in the RFP will be posted later this week.",Awarded,,0,20250410 Accident Compensation Corporation,22631672,Request for Proposals,Open Competition,"Enterprise Reference Data Management, supporting capability and services",,20200508,20200605,20210419,,Sole Agency,No,,"ACC is looking to mature its data and information management through: 1. Acquiring Reference Data Management (RDM) capability to manage specific reference data sets. 2. Delivering in the most strategic way possible for the enterprise. 3. Obtaining supporting services for implementation within our ecosystem. This RFP could be satisfied by Enterprise Metadata Management (EMM), Master Data Management (MDM), and/or Reference Data Management. Therefore, ACC encourages submissions that deliver on requirements outlined in this RFP and that fit within one or more of these solutions. Respondents are invited to respond to this tender by reviewing ACCs requirements and submitting a response through the tender documents attached. Responses to this RFP are due:12.00pm (NZST) 05 June 2020.",Awarded,,0,20250410 Accident Compensation Corporation,22701067,Request for Proposals,Closed Competition,Enterprise Resource Planning - Product,,20200525,20200622,20201008,,Sole Agency,No,,"ACC is seeking an organisation wide Enterprise Resource Planning (ERP) system to revolutionise our back-office Finance, HR and Procurement systems. We want a user friendly, cloud based, inherently integrated system, with standardised functionality and no customisation as a principle, that makes it easy for our people to do their jobs, and to more easily support ACC. This ERP system will result in major business process improvements for ACC. ACC is not looking for separate solutions for each function, and we are not including payroll in the scope. We will reach out to the successful product suppliers (platinum / or similar) level implementation and support partners in a subsequent closed RFP, so we do not want to assess specific design and implementation services in this initial procurement. To respond to this closed tender please review the attached tender documents and respond by 5:00pm - 22 June 2020. In your response please ensure your include: - RFP Response form (Part 2) - Excel Functional and Non Functional Requirements Spreadsheet - Pricing Schedule - Conflict of Interest Letter - Please complete the attached letter, noting all interests relating to ACC, including any Conflicts of Interest and return to ACC by 29 May 2020. Please note ACC will require demonstrations of the product - including testing one Finance requirement with ACC cleansed data. Please advise via our point of contact what additional steps will be required to test this data.",Awarded,,0,20250410 Accident Compensation Corporation,22858278,Request for Proposals,Open Competition,Te Rapa Onsite Cafe,,20200622,20200715,20200903,,Sole Agency,No,,"An experienced supplier is required to provide nearby access to food, beverage, and occasional catering services to ACC employees at the Te Rapa Site in Hamilton.",Awarded,,0,20250410 Accident Compensation Corporation,22968162,Request for Proposals,Closed Competition,Oracle ERP - Implementation Partner - Closed Request for Proposals,,20200722,20200826,20210705,,Sole Agency,No,,"ACC is undertaking a business transformation of its Finance, Talent and Procurement functional areas. We want a user friendly, cloud based, inherently integrated system, with standardised functionality and no customisation as a principle, that makes it easy for our people to do their jobs, and to more easily support ACC. This Enterprise Resource Planning (ERP) system will result in major business process improvements for ACC. We have completed a closed tender for an Enterprise Resource Planning (ERP) solution and have selected Oracle as our preferred product supplier. The high level modules we will adopt are: Enterprise Resource Planning (core financials and procurement); Enterprise Performance Management (budgeting, planning and forecasting); and Human Capital Management (talent). We are seeking a partner for the implementation and support phases to enable a successful transition to the Oracle Cloud (ERP Partner). Accordingly, we are issuing this closed tender to Oracles local platinum implementation partners to support ACCs transition by providing the following services: Planning; Delivery (which may include configuration, integration, data migration, testing); Training and knowledge transfer; and Support To review tender documents please refer to the Attachments.",Awarded,,0,20250410 Accident Compensation Corporation,23068923,Request for Proposals,Open Competition,"ACC Office fitout, Albany",,20200805,20200826,20201222,,Sole Agency,No,,"ACC is currently in lease negotiations for office space in Albany, Auckland. The site is approximately 1000m2 and will require the tenants sub-divisional hard-fit out (SHF). The purpose of this RFP is to identify and select a single contractor capable of undertaking the SHF works to a modern configuration. The work is expected to begin in October 2020 and is expected to be completed by 18 December 2020.",Awarded,The contract was awarded to Accent Construction Interiors,0,20250410 Accident Compensation Corporation,23141047,Request for Proposals,Open Competition,"ACC office fitout, Tauranga",,20200819,20200915,20201222,,Sole Agency,No,,"ACC has an existing ground floor of office space measuring 1,014m2 in Tauranga that requires changes to its existing layout and configuration as part of our branch refresh programme. The purpose of this RFP is to identify and select a single contractor capable of undertaking the hard fitout work to a modern configuration. The work is expected to start at the beginning of October 2020 and needs to be completed by 25th November 2020. The site will be continuing usual operations through the day, and tenants are present on other floors. Respondents should note the majority of work is expected to be undertaken during out of work hours, being 5.00pm to 8.00am Monday to Friday, and all hours during the weekend. Non-disruptive works such as finishing are permitted to occur during normal business hours of 8.30am 5.00pm where no disruption to staff occurs.",Awarded,The contract was awarded to Watts & Hughes,0,20250410 Accident Compensation Corporation,23240386,Request for Proposals,Open Competition,Ride Forever National Motorcycle Training Programme,,20200907,20201002,20210609,,Sole Agency,No,,"ACC has developed and established the Ride Forever branded national motorcycle training programme (the Programme). This is a nationally consistent, high quality, injury prevention training programme, which is linked to the New Zealand Transport Agencys motorcycle licensing regime, which offers rider support as they progress through the license stages. ACC seeks to deliver 27,500 Ride Forever training sessions in the three years from 1 November 2020 to 30 October 2023 and has current contracts in place to provide 10,000 training sessions per annum. These contracts ensure that the training programme is available in all regions across New Zealand. ACC is now seeking suitably qualified and experienced motorcycle training providers to contribute toward the delivery of approximately 7,500 training sessions in 2020/2021, and 10,000 training sessions per year in 2021/2022 and 2022/2023. Currently each of our Providers deliver the full range of Ride Forever (Gold, Silver, Bronze and Urban Commuter) and Scooter Survival courses. In addition to this continuing, it will be possible for an applicant to apply to deliver only Scooter Survival and Urban Commuter courses.",Not Awarded,"Contracts have been awarded to the following: AA Rider Training Two Bald Bikers 2DriveSafe CNB Training Ornsby Motorcycle Training Passmasters ProRider Riderskills Roadsafe Empowered Journeys Rightway Tasman Motorcycle Training Love Motorcycle Training",0,20250410 Accident Compensation Corporation,23566583,Request for Proposals,Open Competition,Call for Applications - ACC Workplace Injury Prevention Grants (November 2020 Funding Round),,20201105,20210122,20210811,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is seeking applications that align to the Grant Round 3 investment priority for Workplace Injury Prevention Grants (Grants) from New Zealand registered legal entities. The Health and Safety at Work Strategy 2018-2028, ACC wants to ensure any co-investment is targeted to workplaces and industry groups that are of higher risk of injury. For the November 2020 funding round, ACC is seeking proposals from two priority areas: 1. Sector leadership the outcomes that ACC are seeking are: Demonstrable capability of industry sector groups to actively collaborate with stakeholders (i.e. government, businesses, unions and worker representatives, workers, community groups) in identifying, building, delivering and evaluating health and safety solutions in the target sector or industry. A measurable reduction in the number of workplace injury claims from the target sectors as a result of sector led initiatives. Sustainable, long-term structures and approaches to extend knowledge, share best practices, and build expertise for improving health and safety performance are established in the target sectors. 2. Sprains and strains injury the outcomes that ACC are seeking are: Show sustainable collaboration with industry leaders, businesses, unions and workers to drive initiatives to reduce the risk of workplace related sprains and strains in the target sectors.?? Within three years evidence a measured reduction in the number of work-related sprains and strains claims from your targeted sector/s. Evidenced application of Good Work Design principles or other systems thinking principles. Within three years implement enduring initiatives that focus on improved psychosocial risk management that delivers positive health outcomes. The funds available is an amount between $50,000 and $500,000 (GST exclusive) per year for a maximum of three years. The applicant organisation will contribute a minimum of 20% of the grant amount requested. The Call for Proposals and associated registration for a login are on the online application portal SM Apply which opens for registration on 9am NZDT, Thursday 5 November 2020. The following link takes you to the Workplace Injury Prevention Grants application site: https://accnz.smapply.io/prog/workplace_injury_prevention_grants/ A copy of the Applicant Guidelines is available at the ACC website. The deadline for applications is 5pm, Friday 22 January 2021.",Awarded,,2921000,20250410 Accident Compensation Corporation,23830887,Request for Proposals,Open Competition,Outcomes After Injury Survey,,20210115,20210215,20210616,,Sole Agency,No,,"ACCs Outcome After Injury (OAI) Survey measures the outcomes of injured clients including the return to work (RTW) rate of injured workers. The survey runs quarterly with a sample of approximately 1000 clients per quarter, 20% of whom are Maori. Clients are sampled from ACC administration data and contacted for a 15-minute phone or online interview. Survey questions ask about clients health, wellbeing, work status and factors that affect recovery after injury. The findings inform organisational KPIs including overall and sustained RTW rates, and our understanding of factors which affect recovery outcomes. As a Crown entity ACC is mandated to improve the health and quality of life of all New Zealanders. For ACC, this is achieved through meeting statutory objectives such as reduction of incidence and severity of injury, effective rehabilitation for injured people and maintaining sustainability of our unique social insurance scheme . ACC is committed to addressing healthcare inequity as part of the organisational practise to uphold Te Tiriti o Waitangi through the ACC Maori strategy, Whaia Te Tika . Whaia Te Tika aims to reduce the barriers and disparities for Maori in terms of improving the scheme access, improved outcomes and experience for Maori and promoting Matauranga Maori as a source of innovation and creativity at ACC. ACC is looking to strengthen its understanding of outcomes after injury for Maori by developing a Maori survey stream in the OAI survey for the first time. ACC is seeking to select a research supplier to: design (in partnership with ACC) and deliver the core OAI survey, and analyse and report findings on a quarterly basis design (in partnership with ACC) and deliver a Maori survey stream on a quarterly basis to better understand the outcomes after injury for Maori.",Awarded,Contract awarded to Research New Zealand,0,20250410 Accident Compensation Corporation,23956043,Request for Proposals,Open Competition,Physical Asset Security and Staff Safety Guard Services,,20210210,20210312,20210507,,Sole Agency,No,n/a,"The safety and security of ACCs staff, clients and providers, and physical locations is a key focus and of paramount importance to ACC. ACC needs to ensure that it has access to high quality, professional, well trained security personnel to provide a range of services. This procurement relates to the provision of Physical Security Services including: patrolling of the ACC Corporate Offices at the Justice Centre in Wellington, emergency response to alarm notification, planned or on demand presence at one, some or all ACC premises in response to a specific threat or broader emergency. ACC is looking for a comprehensive physical security service that aligns with industry best practice, able to be delivered by credible providers who have the capability, experience and personnel to deliver. ACC has sites throughout the country and is open to considering proposals from both national providers and consortia providing national coverage. Where a consortium approach is chosen it is essential that a Lead Supplier is identified as part of the proposal. The lead supplier will be accountable for delivery of all services to all ACC sites.",Awarded,,1500000,20250410 Accident Compensation Corporation,23991894,Request for Proposals,Open Competition,Privileged Access Management,,20210219,20210318,20210910,,Sole Agency,No,,"ACC is looking to procure an enterprise grade Privileged Access Management solution (PAM) to deliver policy and process consistency and reduce the risk of compromise or loss of privileged accounts. ACC is seeking a solution that is reputable and recognised as being a Leader or Challenger in the market of PAM software solutions. To review this RFP's requirements please refer to the Attachments.",Awarded,,500000,20250410 Accident Compensation Corporation,24055751,Request for Proposals,Closed Competition,ACC Investments - Personal Compliance System,,20210305,20210407,20210819,,Sole Agency,No,,"ACC Investments is undertaking a Request for Proposals (RFP) with selected suppliers to identify a Personal Compliance system to support internal compliance requirements across the fund. We are looking to move away from our existing spreadsheet-based processes and move towards a streamlined, secure and systemised model. ACC has prepared a Tender, and It is our belief that this may be of interest to your organisation, and we would like to invite you to submit a response. Tender details are uploaded under Attachments.",Awarded,,0,20250410 Accident Compensation Corporation,24525401,Request for Tenders,Open Competition,Training for Independence,,20210708,20220530,20230120,,Sole Agency,No,,"ACC is looking for additional Suppliers who have the capability and expertise to deliver Training for Independence Services. Training for Independence (TI) Services provide education, training and support programmes that aim to restore or maximise Client independence, and reduce their need for other rehabilitation support services. There are five separate TI services, these are: TI for Children and Young People; TI for Adults with Traumatic Brain Injury; TI for Adults with Sensitive Claims; TI for Adults with Other Injuries; and TI Advisory Services. The TI contracts with Suppliers currently providing these services expire on 30 June 2022. Current Suppliers can also apply to hold additional TI Services and coverage areas. Deadline for First Tranche of Applications: 12.00pm, 30 August 2021 Deadline for Second Tranche of Applications: 12.00pm, 30 November 2021 Note: Applications received from 1 December 2021 will be evaluated on an as received basis Notification of outcome: Up to 6 weeks after an application is submitted (or up to 6 weeks after a tranche closes)",Not Awarded,,0,20250410 Accident Compensation Corporation,24623520,Request for Tenders,Open Competition,Pain Management Services - Request for Application - 2021,PMA - RFA - 2021,20210802,20210917,20211201,,Sole Agency,No,,"Attached is a Request for Application (RFA) for ACC's new Pain Management Services Contract which commences on 1 December 2021. ACC is looking for Suppliers who have the capability, experience, and infrastructure to deliver a new and improved Pain Management service for Clients at risk of, or suffering from, persistent pain. This new service will replace the existing Pain Management service from 1 December 2021.",Awarded,,0,20250410 Accident Compensation Corporation,24640408,Request for Quotations,Open Competition,Ride Forever Specialist Writer,,20210805,20210826,20211028,,Sole Agency,No,,"Through ACC's Ride Forever Programme we aim to start a conversation with motorcycle riders, supply valuable information and encourage them to make better choices. ACC is looking for an organisation or person with the technical experience and relationships to deliver a range of scheduled and one-off technical writing services. This includes content planning and technical writing on motorcycle related topics for multiple media including newsletters, website, and social media. We are looking for credible providers who have the capability, experience, and technical knowhow to deliver a safety-first approach to motorcycle writing. They need to have a good track record and strong relationships in the motorcycle community.",Awarded,,0,20250410 Accident Compensation Corporation,24644429,Request for Proposals,Open Competition,Salesforce Data Recovery Service,,20210810,20210903,20220520,,Sole Agency,No,,"ACC wishes to enhance its data recovery capability across its Salesforce platform and is engaging the market with a tender, to identify a Platform solution that can execute and support requests to restore Salesforce orgs data and metadata back to a point in time. ACC is seeking organisations that can provide an off the shelf commodity product to provide this Data Recovery Service. To review RFP documents please refer to Attachments.",Awarded,,0,20250410 Accident Compensation Corporation,24857010,Request for Tenders,Open Competition,Shiny Side Up Motorcycle Event Management,,20210923,20211014,20211201,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is looking to engage an experienced and credible Event Activation provider to manage Shiny Side Up (SSU) Bike Fest, a significant motorcycle safety initiative targeting recreational riders. SSU is a major partnership for ACC and is a joint initiative with Waka Kotahi (NZTA) with 11 events in 2020 running across 6 weeks in Feb-March The events promote rider skills, encouraging the use of full protective gear and education regarding technologies. They do this by utilising well known, respected personalities and experts to empower the riders with their knowledge and experiences via demonstrations, presentations, and workshops. Motorcycle retailers and clubs are also invited to participate. The events aim to bring together the New Zealand motorcycle community and offer an opportunity to directly engage with motorcyclists with the goal for people to leave the events better, safer riders than when they arrived. 6,978 people attended the events in 2020. The events are expected to be a mix of physical in-person and online/virtual. We are looking to select a company with specific skills and experience, to improve the quality of the event, deliver improved outcomes and increase the ROI for the event.",Awarded,contract awarded to Chameleon events,0,20250410 Accident Compensation Corporation,25015959,Request for Quotations,Open Competition,Kaupapa Maori Leadership Development Programme,,20211028,20211115,20220511,,Sole Agency,No,,"Our commitment to our people is we want ACC to be a place where we can be ourselves at work; where we are connected to our purpose and where wellbeing and development are prioritised. Were seeking an existing and proven kaupapa Maori leadership development programme to enable and empower kaimahi Maori to bring their whakapapa/whole self to their mahi, leading by example and supporting others to do the same. We describe kaupapa Maori as a way of operating or an approach, that is consistent with Maori values and philosophies, informed by a Maori worldview. Kaupapa Maori is strengths based. It promotes connection, a sense of belonging, respect, and empathy. Creating an environment with these strengths-based principles will foster positive critical thinking and behaviour, by all our people. This programme should be designed to build the confidence and capability of those wanting to take a lead in how we engage with and create better outcomes for Maori, by enabling them to bring their voice and perspectives to the decision making and influencing tables that help ACC create better outcomes for injured Maori. We want a kaupapa Maori leadership development programme that has delivered tangible outcomes in other organisations comparable to ACC in size and scope with similar diversity and inclusion goals. We want a programme that inspires the ropu to work on their development and actively progress in their careers. We want a programme that challenges the cohort to think differently, builds confidence and stretches their skillsets. This is an awesome opportunity to support ACCs Whaia Te Tika strategy. You will have a chance to contribute to the development of better outcomes for Maori in New Zealand through fostering a different way of thinking centred around kaupapa Maori.",Awarded,,0,20250410 Accident Compensation Corporation,25468101,Request for Proposals,Open Competition,Family Violence Workplace Training,,20220228,20220325,20220801,,Sole Agency,No,,"ACC recognises that family violence is a workplace problem and that the workplace is one place where victims of family violence can safely access information, be supported, and be connected with specialist services. ACC is seeking to appoint a family violence specialist provider who will be responsible for delivering family violence training to a range of people across ACC and provide subject matter expertise input into e-learning module development and existing policy updates. ACC will provide coordination at a national level. See the RFP for further information.",Awarded,,0,20250410 Accident Compensation Corporation,25480636,Request for Proposals,Open Competition,Child Sexual Abuse Prevention: Supporting approaches to strengthen community capability to build healthy relationships and prevent child sexual abuse,,20220228,20220413,20220930,,Sole Agency,No,,"This programme of work sits within the Strategic Investment portfolio in Injury Prevention. The purpose of the portfolio is to prevent harm and promote wellbeing for whanau and families and communities through: Creating large scale, long-term and sustainable societal change in behaviours and environments, using injuries as an entry point for exploring and addressing broader issues and unlocking opportunities for innovation and strengthening prevention infrastructure. Earlier this year, the ACC Board approved significant investment in a primary prevention system towards achieving the outcomes of Healthy Consensual Relationships / Oranga Whakapapa and this Request for Proposals (RFP) will align to this work. We are working closely with the FVSV Joint Venture agencies and business unit to ensure that this work aligns to other primary prevention initiatives. This work represents part of ACCs investment in creating the conditions that enable tamariki and children, rangatahi and young people to thrive in safe, inclusive, supportive whanau and families. It seeks to enable our long-term outcome of healthy and consensual relationships. ACC has set a budget of up to $550k to be invested towards the development and implementation of this investment In this RFP, we are seeking organisation(s) willing to collaborate to: Develop child sexual abuse prevention resources, tools, communications, mechanisms and approaches that are culturally relevant and responsive to communities and their diverse realities, for example: Pacific peoples, rainbow, disability and new migrants. Develop tools, resources, and approaches that can withstand the limitations and requirements of a COVID-19 environment. Better understand how we can support communities to strengthen their own capacity and determine their own approaches to prevent child sexual abuse. Walk alongside a community and support their innovation and learning, as opposed to imposing/supplying worldviews, paradigms, and pre-existing strategies that are neither appropriate nor relevant. Work collaboratively with us to help us learn about and document what works for communities and capture this learning to strengthen our broader primary prevention programme of work.",Awarded,ACC was pleased with both the number and quality of responses. The successful respondents will be engaged in a programme of work that is important to the success of Te Aorerekura (https://tepunaaonui.govt.nz/national-strategy/).,1300000,20250410 Accident Compensation Corporation,25673530,Request for Proposals,Open Competition,External Quality Assessments of Independent Review Process,,20220408,20220510,20220727,,Sole Agency,No,All responses must be made through GETS,"The ACC Act allows for claimants, employers, and levy payers to apply to ACC for an independent External Review of certain decisions issued by ACC. ACC currently engages two suppliers to provide Review Administration Services by allocating Independent Reviewers to undertake Independent Reviews. ACC is looking for a credible, customer-focused supplier to assess the quality of the Independent Review process delivered by the Reviewer Administration Services Suppliers. See Addendum #1 for information on the supplier briefing.",Awarded,,0,20250410 Accident Compensation Corporation,25919625,Request for Quotations,Open Competition,Managed First Aid Cabinets,,20220610,20220708,20230127,,Sole Agency,No,,"We require the provision of fully stocked wall-mounted first aid cabinets at all our ACC sites nationwide, and regular servicing of the first aid cabinet contents. These first aid cabinets and contents need to be fit for purpose for an office environment and the number of people on site and/or each floor of a site. ACC is looking for credible providers who have the capacity and infrastructure to deliver required services to all ACC sites, with a good track record for the delivery of these services. They also need to have a good health and safety management system and robust procedures. This is an opportunity to provide an important service to ACCs sites to ensure that our staff have access to fit for purpose first aid supplies when needed.",Awarded,,0,20250410 Accident Compensation Corporation,25945056,Request for Proposals,Open Competition,Actuarial Services,,20220616,20220722,20221117,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) needs to engage a supplier of actuarial services to conduct the annual external valuation of ACCs Outstanding Claims Liability (OCL) and to provide a range of other services. To register for the briefing session on 28 June 2022 at 10:30am, email Procurement@acc.co.nz. You must register before 23 June 2022 at 5pm.",Awarded,,0,20250410 Accident Compensation Corporation,25958834,Request for Proposals,Open Competition,Meeting Room Technology RFP,,20220621,20220729,20231120,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is releasing this Request for Proposal (RFP) for the provision, support and maintenance of smart meeting room technologies nationwide (New Zealand). Like many other organisations the way we work and interact is changing. It is important to us to ensure that we stay connected to our staff, customers and key stakeholders. By enabling smart technology in our meeting rooms and boardrooms we can provide the capability to improve collaboration and enhance the user experience. To do this we are looking for a partner who can work with us to provision, support and maintain smart meeting room technologies. RFP documents are available via the Attachments. PLEASE NOTE CLARIFICATION QUESTIONS (ADDENDUM 1 ) are attached. Given the number of questions received and time taken to respond, ACC would like to extend the tender close date (from 5.00 pm 27 July 2022) to Friday 5.00 pm 29 July 2022. Tender Responses now due: Friday 5.00pm 29 July 2022.",Awarded,,0,20250410 Accident Compensation Corporation,26121720,Request for Proposals,Open Competition,Relocation Services RFP,,20220803,20220830,20221212,,Sole Agency,No,,"ACC is seeking to enter into a long-term arrangement with a moving company to provide office relocation services. This includes our large relocations for new buildings in Hamilton and Dunedin as well as for smaller, business-as-usual relocations nationwide. The supplier will work with ACC on a project basis to ensure relocation services are carried out with minimum disruption to our staff. ACC also requires a limited amount of storage services located in the Wellington region (as a minimum). ACC is looking for a credible provider who has the capability, experience and infrastructure to deliver office relocation and storage services. They need to be able to provide services nationwide and after-hours, have storage facilities in Wellington and Auckland and have a good track record in completing projects within budget and by the due date.",Awarded,,0,20250410 Accident Compensation Corporation,26886178,Request for Proposals,Open Competition,Breach and Attack Simulation (BAS) Technology Solution,,20230201,20230310,20230616,,Sole Agency,No,,"Accident Compensation Corporation (ACC) is aiming to enhance its continuous assessment approach by automating the test of threat vectors through simulated attacks. ACC is seeking responses for the supply, integration, and support of a Breach and Attack Simulation (BAS) solution delivered as Software-as-a- Service. It is anticipated support would be related to: Design; Implementation; Certification & Accreditation; Product Support (Problem tickets), with the ability to purchase support hours /resources as required. ACC is not looking for a fully managed service. RFP documents are available via the Attachments. Tender Responses due: Friday 5.00pm 10 March 2023",Awarded,,0,20250410 Accident Compensation Corporation,27308311,Request for Proposals,Open Competition,Social Media Management Tool,,20230428,20230524,20230929,,Sole Agency,No,,"Accident Compensation Corporation (ACC) is seeking a Social Media Management tool that will be used for publishing content, social engagement, community management and customer service. The social media management tool must be a cloud-based Software as a Service (SaaS) product that supports Microsoft Azure based Single Sign-On (SSO). The tool must support ACCs presence on the following social media platforms: o Facebook o You Tube o Twitter o Instagram o LinkedIn o Tik Tok Additional brands and social media platforms may be added in the future. Additional users may require access to the social media management tool in the future. To view tender documents please refer to the Attachments. For the latest Clarification Questions please refer to Addendum 3.",Awarded,,0,20250410 Accident Compensation Corporation,27539763,Request for Proposals,Open Competition,Behaviour Support Services (BSS) tender 2023,,20230626,20230809,20231101,,Sole Agency,No,,"Behaviour Support Services (BSS) is a psychologist-led service which supports kiritaki (client) as well as their families, whanau and caregivers to reduce and prevent significant behaviours of concern. Such behaviour can prevent kiritaki from successfully engaging in rehabilitation, life-long support services, their community and everyday life activities. At the heart of the service is the goal of building resilience within kiritaki and their whanau/ caregivers. The current contract expires on the 31 October 2023. The new contract will start on the 1 November 2023 for 3 years with one further right of renewal of 1 year (i.e., 3+1 year). Service Suppliers who seek to deliver this service must meet the following pre-conditions: Have an Interdisciplinary Team of Service Providers who ALL meet the requirements outlined in Table 4 - Qualification, experience and skills in the Behaviour Support Service specifications. Have a complete Interdisciplinary Team of Registered Psychologist, Occupational Therapist, Speech Language Therapist and Social Worker in at least one region. Service Providers must also be able to demonstrate the following: Have capability and capacity to deliver high quality and timely services in the kiritakis region Have strong cultural safety knowledge to deliver services to kiritaki and their whanau in a respectful and culturally appropriate manner Have a good knowledge of networks in the local community so these networks can continue to support kiritaki and their whanau during and after the delivery of the service. This Service is required nationwide, and Service suppliers may choose which Region/s they This service is needed nationwide. However, Respondents can apply for one or multiple regions, and must provide sufficient evidence on their capability and capacity to deliver services to the region applied for.",Awarded,,0,20250410 Accident Compensation Corporation,27599001,Request for Proposals,Open Competition,Aotearoa Humanity Project: Crowdsourced Storytelling [REISSUED OWING TO GETS PROBLEM],,20230623,20230707,20240325,,Sole Agency,No,,"OWING TO AN ISSUE WITH GETS NOTIFICATIONS WE CANNOT CONFIRM THAT ALL POTENTIAL RESPONDENTS WERE NOTIFIED OF THE ADDITIONAL INFORMATION RELEASED DURING THE RFP. WE HAVE REISSUED THE RFP WITH A NEW RESPONSE TIME AND ALL ASSOCIATED DOCUMENTS. ACC is seeking to engage a partner to manage a crowd sourced, digital storytelling campaign for promoting kindness, empathy and compassion, the Aotearoa Humanity Project. This campaign only shares stories that highlight protective factors for violence. The campaign is purposefully not branded as a violence prevention campaign, to allow safe engagement with those not ready to engage in campaigns that are branded as violence prevention due to denial, shame, or safety risks. The campaign must set the scene for the wider primary prevention work ACC and partners are undertaking, most notably behaviour change communications for Oranga Whakapapa. The successful provider must be able to demonstrate strong networks in the social sector with established links to Maori and Pasifika communities in particular. The campaign is anticipated to last at least two years and will use stories to demonstrate behaviours related to protective factors for healthy relationships, in order to normalise these behaviours. ACCs evaluation findings show meaningful changes in audience attitudes and behaviours. Our research also shows the campaign provides a safe place for people to express themselves, have positive contact with others and grow positive feelings towards people who are different from them. ACC wants to: Leverage and grow the existing fan base to draw a national audience while maintaining a strong focus on diversity in particular including high engagement with Maori and Pasifika populations. Use storytelling to build kindness, empathy and caring towards others, engaging New Zealanders to share personal and meaningful stories of themselves. Provide a place to connect up with others. Role model and create a safe space to be vulnerable. Continue the sharing and diffusion of ideas on resilience and community action. Encourage New Zealanders to be affirming and supportive towards each other. Services: Campaign strategy and planning. Campaign overview, direction management and reporting. Campaign evaluation. Produce an agreed number of video, photo, and text stories of safe, healthy and respectful stories per month. Develop insights through analysis of feedback and comments.",Awarded,,0,20250410 Accident Compensation Corporation,27658430,Request for Proposals,Open Competition,ACC Signage Panel,,20230704,20230803,20231221,,Sole Agency,No,-,"ACC is proposing to create a panel of 3 4 suppliers who can design, supply, install and maintain our commercial signage requirements to ensure consistency of ACC signage nationwide, enabling accessibility and adherence to ACC brand and property guidelines. ACC requires interior and exterior solutions for all commercial related signage. This includes but is not limited to: Window Frosting including custom cut patterns showing cultural narratives Autex acoustic panels with CNC cut outs (design files supplied) Tactile and braille signage Freestanding external and building mounted signs, illuminated and non-illuminated Wayfinding and directional signage Wall signage ACC is looking for credible providers who have the capability, capacity, experience and infrastructure to deliver signage and associated services for our national network of 29 sites and have a good track record in completing projects within budget and by the due date",Awarded,,0,20250410 Accident Compensation Corporation,27989122,Request for Tenders,Open Competition,Integrated Care Pathways Musculoskeletal,ICPMSK 2023,20230830,20231001,20240304,,Sole Agency,No,,"We are seeking suppliers who can provide Integrated Care Pathway Musculoskeletal (ICPMSK) Services to ACC clients (kiritaki) with moderate to high injury and non-injury complexity claims, by putting the kiritaki at the centre of their recovery and bringing together an interdisciplinary team of health providers to effectively support each kiritaki with their recovery journey. We are looking to improve outcomes for ACC kiritaki by increasing the quality and efficiency of their care and allowing ACC kiritaki choice and autonomy through offering an increased range and flexibility of services. We want to achieve sustainable return to work/independence, achieve or exceed a kiritakis rehabilitation goals and clinical measures.",Awarded,"These ICPMSK Contracts are effective from 4 March 2024. The ICPMSK Service will remain open for applications throughout the term of the contract.",0,20250410 Accident Compensation Corporation,27995866,Request for Tenders,Open Competition,Home and Community Support Services,HCS2023,20230831,20231002,20240301,,Sole Agency,No,,"ACC funds home and community support services for over 25,000 clients per annum, that deliver personal, child and home care to clients following an accident. These services are intended to support clients to return to independence or reach their maximum level of participation in everyday life. Support for clients can vary from a few hours per week of home help to 24/7 care and support for our most vulnerable clients. We are returning to the market with two new services: Return to Independence (RTI) and Maximise Independence (MI). The two new services broadly separate clients with simple and/or short-term needs (RTI) from clients with complex and/or long-term needs (MI). We are looking for home and community support suppliers who can meet the diverse needs of our clients.",Awarded,"There will be an opportunity to apply for the Home & Community Support Maximise Independence contract later this year. Please make sure you are subscribed to the notice to receive all updates. ACC Procurement Team",0,20250410 Accident Compensation Corporation,28269221,Request for Proposals,Open Competition,Education Support Worker (ESW),ESW - 2023,20231012,20231103,20240201,,Sole Agency,No,,"The purpose of this Request for Application (Proposal) is to seek applications from suppliers for Education support worker (ESW) services. ACC is seeking suppliers for education support for Tamariki (children) attending early-childhood education who require help engaging in learning due to their injury. ESWs are responsible for working alongside a child with injury-related needs and centre staff to ensure they can participate and engage in activities. This is a single staged tender process. Please read the enclosed documents carefully for further information.",Not Awarded,"Kia Ora, Education Support Worker Tender has been awarded to three centres: 1. CCS Disability Action 2. McKenzie Centre Waikato Trust 3. Conductive Education Waikato Trust This tender is now completed. The Education Support Worker contract will remain open and new application documents will be uploaded on GETS shortly. Nga mihi, ACC Health Procurement Team",0,20250410 Accident Compensation Corporation,28299409,Request for Proposals,Open Competition,Auckland Consolidation Project,,20231017,20231113,20240321,,Sole Agency,No,,"This RFP relates to the Request for Information issued by ACC in August ACC is relocating approximately 180 staff from two sites into one fit for purpose space in May 2024. A site has been identified at 73 Remuera Road, Auckland which will require a full internal fitout following landlord base build works. The site is 1735sqm and is on the ground floor of the building with separate entries for public customers and staff. The works will follow the standard ACC design guidelines with a core focus on accessibility for both staff and public. The purpose of this RFP is to identify and select a single contractor capable of undertaking the hard fitout work. The contract is expected to start on 01 March 2024 and the work needs to be completed by 13 May 2024. Respondents should note, the space will be unoccupied during the fitout however there are other occupied tenancies in the building. ACC is looking for credible providers who have the capability, experience, and infrastructure to deliver to the tight project timeline. They need to have a good track record in the management and delivery of construction services for office fitouts.",Awarded,,1395160,20250410 Accident Compensation Corporation,28458639,Request for Proposals,Open Competition,Live Stronger for Longer - Community Strength and Balance Services,,20231114,20231214,20240507,,Sole Agency,No,,"ACC has supported Live Stronger for Longer (LSFL) approved Community Strength and Balance (CSB) classes for older adults at risk of falling since 2016. The objective of LSFL is to improve lives every day by minimising the material economic, social, and personal burden of harm of older adult falls and fall injuries that is being increasingly felt by individuals, family and whanau, communities, and New Zealand. ACC is seeking proposals from organisations that can coordinate and improve access to and participation in Community Strength and Balance initiatives across New Zealand to support a reduction in older adults falls and fractures. The service will contribute towards strengthening the LSFL system by retaining national coverage and continued access to approved CSB classes, increasing participation and improving equity of access for groups of older adults by addressing barriers.",Awarded,Midland Community Pharmacy Group awarded the contract for the Waikato district. Response submitted by Mark Three Limited for Midland Community Pharmacy Group.,8100000,20250410 Accident Compensation Corporation,28661481,Request for Tenders,Open Competition,Integrated Care Pathways Musculoskeletal (ICPMSK) - Round 2,ICPMSK 2024 ROUND 2,20240115,20240209,20240422,,Sole Agency,No,,"We are seeking suppliers who can provide Integrated Care Pathway Musculoskeletal (ICPMSK) Services to ACC clients (kiritaki) with moderate to high injury and non-injury complexity claims, by putting the kiritaki at the centre of their recovery and bringing together an interdisciplinary team of health providers to effectively support each kiritaki with their recovery journey. We are looking to improve outcomes for ACC kiritaki by increasing the quality and efficiency of their care and allowing ACC kiritaki choice and autonomy through offering an increased range and flexibility of services. We want to achieve sustainable return to work/independence, achieve or exceed a kiritakis rehabilitation goals and clinical measures.",Awarded,ICPMSK Round 2 is now complete and contracts have been signed with all successful parties.,0,20250410 Accident Compensation Corporation,28814068,Request for Proposals,Open Competition,Rural General Practice (RGP) Services Contract,RGP - 2024,20240212,20240308,20240627,,Sole Agency,No,,"The purpose of this Request for Application (Proposal) is to seek applications from suppliers for Rural General Practice (RGP) services. ACC is seeking general practices based in rural areas with appropriately trained and qualified staff who can provide treatment services. More information on the eligibility requirements and submission process is mentioned in the Request for Application (RFA) and Response to RFA documents enclosed in the attachments section. The documents enclosed in the attachments section are: 1. Request for Application (RFA) 2. Response to RFA 3. RGP Service Schedule 4. RGP List by Te Whatu Ora - 2024 You can also view a pre-recorded webinar explaining what RGP is and how the tender process is done. Please copy and paste the following path into your internet search engine: https://youtu.be/73Z8_5gkgjE Nga mihi, ACC Procurement",Not Awarded,"Kia Ora, Rural General Practice Tender has been awarded and completed. The Rural General Practice contract will remain open for new applications from 01 July 2024. New applicants who wish to apply for this contract will be able to access revised contract application documents through GETS after 01 July 2024. Nga mihi, ACC Health Procurement Team",0,20250410 Accident Compensation Corporation,28825416,Request for Proposals,Closed Competition,ACC Office Supplies Secondary Procurement Reset,,20240215,20240315,20240701,,Sole Agency,No,,ACC requires office supplies and stationery products to be supplied and delivered to all ACC sites across NZ. These products are low waste key office supplies including stationery; cleaning and hygiene consumables; washroom consumables; ICT consumables; educational supplies; health and safety products and PPE; milk and milk alternatives. The Supplier must be a member of the All of Government (AoG) Panel for Office Supplies able to supply office and stationery products across all in-scope categories.,Awarded,"ACC has selected NXP to provide Office Supplies, under the All of Government contract, in the seven categories of: Low waste key office supplies Cleaning and hygiene consumables Washroom consumables ICT consumables Educational supplies Health and safety products and PPE Milk and milk alternatives",3200000,20250410 Accident Compensation Corporation,28844174,Request for Proposals,Open Competition,RFP Phase 1 Workforce Strategy,,20240216,20240315,20240408,,Sole Agency,No,,"ACCs Strategic Investments team (Injury Prevention) has established a primary prevention workforce development programme of work, with the aim of developing a Te Tirit o Waitangi-led National Family Violence and Sexual Violence Primary Prevention Workforce Strategy. This strategy fully encompasses ACCs Injury Prevention Theory of Change, Manini Tua, to achieve our vision of mokopuna ora and safe and inclusive communities. This work also reflects ACCs commitment to Te Aorerekura (The National Strategy to Eliminate Family Violence and Sexual Violence). To assist with the completion of phase 1 of the workforce development programme of work, ACC requires a sexual violence primary prevention consultant/s with the capability and capacity to: Implement the learning and development component of the Primary Prevention Practitioner Initiative, through workshops and online learning loops, in partnership with the Developmental Evaluator and ACCs Prevention Workforce Lead. Develop a stakeholder engagement plan to guide the consultation process for the development of the Family Violence and Sexual Violence Primary Prevention Workforce Strategy, in partnership with the Prevention Workforce Lead Develop and support the implementation of a communication plan to socialise the aspirations behind the Family Violence and Sexual Violence Primary Prevention Workforce Strategy, in partnership with the Prevention Workforce Lead.",Awarded,,118500,20250410 Accident Compensation Corporation,28935689,Request for Proposals,Open Competition,Vocational Medical Services (VMS) Contract,VMS - 2024,20240301,20240402,20240701,,Sole Agency,No,,"The current contract for Vocational Medical Services (VMS) expires on the 30 June 2024. The new contract will start on the 1st July 2024 for 3 years with two further rights of renewal of 2 years (i.e. 3+2+2 years). The application to hold the new Vocational Medical Services Contract is now open. VMS Contract is comprised of: Three medical assessment services: Vocational Rehabilitation Review (VRR) service; Initial Medical Assessment (IMA) service; and the Vocational Independence Medical Assessment (VIMA) service. and One advisory service: Vocational Medical Assistance (VMA) service. New and incumbent Suppliers are encouraged to apply for this contract. To work on this contract, you need to be a Medical Practitioner registered with the New Zealand Medical Council with a current Annual Practicing Certificate that includes Vocational Registration in either: General Practice: completed vocational training through The Royal NZ College of GPs and awarded the Fellowship of the RNZCGP (FRNZCGP) and hold either a Diploma in Industrial Health (DIH) or a Postgraduate Diploma in Occupational Medicine (PG Dip Occ Med) or equivalent. Occupational Medicine. Rehabilitation Medicine: completed vocational training through Australasian Faculty of Rehabilitation Medicine (AFRM) and awarded the Fellowship of the AFRM (FAFRM). Please read the enclosed documents for further information. The supplier webinar regarding the Vocational Medical Services Contract tender took place on Thursday, 29 February. If you were unable to attend, we will share the webinar link on GETS by Wednesday, 6 March 2024.",Not Awarded,"Kia ora, Vocational Medical Services Tender has been awarded and completed. The Vocational Medical Services contract will remain open for new applications from 1 July 2024. New applicants who wish to apply for this contract will be able to access revised contract application documents through GETS after 1 July 2024. Nga mihi, ACC Health Procurement Team",0,20250410 Accident Compensation Corporation,29076777,Request for Proposals,Open Competition,RFP Community-led Primary Prevention Partner Initiative (Phase 1),,20240322,20240506,20240812,,Sole Agency,No,,"The Community-led Primary Prevention Partner Initiative aims to address the underlying causes or drivers of violence (e.g. social norms, practices and structures that influence attitudes and behaviours) across 13 rohe (regions) in Aotearoa New Zealand by establishing community-led primary prevention partners (Lead Providers or Anchor Partners). In Phase 1, seven rohe will be targeted to build the infrastructure for a primary prevention system. Funding for the phase initially spans 36 months starting August 2024, during which Lead Providers will establish a prevention infrastructure and build relationships with community partners to implement a systems approach to primary prevention. ACC invites proposals from entities experienced in setting up and implementing community-led primary prevention networks and workforces in seven specified rohe:Te Tai Tokerau, Mataatua, Te Arawa, Te Tairawhiti, Te Tau Ihu, Waitaha Tai o Poutini and Murihiku (refer to the map of the rohe on page 4 of the RFP). Successful Respondents will establish specialised local prevention workforces and collaborate with communities and existing initiatives to lead a systems approach to primary prevention. Interested providers are encouraged to subscribe to the Request for Proposal and register for the Provider Briefing scheduled for Monday 25 March and/ or our iwi Maori Provider Briefing on Thursday 28 March 2024. These will be held via Teams, in a webinar format, to register for the Briefing, please email strategicinvestments@acc.co.nz (with Community-led Primary Prevention Partners Briefing as the subject).",Awarded,"As communicated throughout this Procurement, we are taking a phased approach for future CLPPPI rohe (regions). The remaining regions will be split, and procured over the 2025/26 and 2026/27 financial years (dependent on business case approvals). More information on what regions will be included in Phase 2 (contracts commencing 1 August 2025) will be communicated via GETS.",10125000,20250410 Accident Compensation Corporation,29111968,Request for Proposals,Open Competition,Sensitive Claims Service 2024 - Request for Application,Sensitive Claims Service 2024,20240402,20241004,20241201,,Sole Agency,No,,"ACC is seeking Suppliers and Named Service Providers for the new Sensitive Claims Service commencing 1 December 2024. The current contract, known as the Integrated Services for Sensitive Claims (ISSC), expires on the 30 November 2024. The Sensitive Claims Service is a support, assessment, and treatment service for kiritaki (clients) who have experienced sexual abuse or assault covered by the Accident Compensation Act 2001 and who have a mental injury caused by that act of sexual abuse or assault. The service puts kiritaki at the centre of their recovery and brings together a range of supports and services to support them with their recovery. Please subscribe to this notice and download the documents. Information on the service can also be found on our website: www.acc.co.nz/for-providers/provider-contracts-and-services/integrated-services-sensitive-claims/how-to-apply IMPORTANT DATES All questions relating to the tender and supplier applications closes on GETS on 10 May 2024, 5pm. We will not be accepting questions relating to the Sensitive Claims Service tender after this date. Please refer to the Q&A section of GETS and FAQs, which includes responses to the most common questions we received about the tender attached as addenda to the notice. There are different closing dates depending on your application: Large supplier application: 5 pm, 17 May 2024 Medium supplier application: 5 pm, 24 May 2024 Small supplier application: 5 pm, 31 May 2024 Named Service Provider application: 5pm, 2 August 2024 HOW TO APPLY Please read the Request for Application and Service Schedule before applying, to understand the contract and how you submit the appropriate application. Application forms can be accessed through the links below. You need a RealMe login to access the forms. Suppliers: https://services.businessconnect.govt.nz/prweb/PRAuth/RealMeLogin?WorkIDPrefix=ACCRAR- Named Service Providers: https://services.businessconnect.govt.nz/prweb/PRAuth/RealMeLogin?WorkIDPrefix=ISSC- Service Provider registration (ongoing): This is only for Registered nurses, Occupational therapists, Physiotherapists, Speech-language therapists, Dietitians and Social workers who DO NOT have an ACC Provider ID. There is no close date. https://services.businessconnect.govt.nz/prweb/PRAuth/RealMeLogin?WorkIDPrefix=SCSSP- For questions and support relating to the system, please email acchealthtenders@acc.co.nz.",Awarded,Contracts have now been awarded for the 2024 Sensitive Claims Request for Application.,0,20250410 Accident Compensation Corporation,29309382,Request for Proposals,Open Competition,Social Rehabilitation Assessment services,Assessment Services,20240501,20240610,20241201,,Sole Agency,No,,"The purpose of this Request for Application (Proposal) is to seek applications from suppliers on Accident Compensation Corporations (ACC's) intention to conduct a single-stage two-step tender process to procure Social Rehabilitation Assessment services. The below contracts are expiring on 30th November 2024 and new contracts will be in place from 1 December 2024.   The following services are applicable under this tender: Communication and Assistive Technology Assessment (CATA) Education Based Rehabilitation Assessment (EBRA) Housing Modification Assessment (HMA) Social Rehabilitation Needs Assessment (SRNA) Support Needs Assessment (SNA) Wheelchair and Seating Assessment (WSA) ACC is looking for suitable suppliers to apply for the above mentioned 6 services. Suppliers who have the qualifications and experience to carry out assessments can apply for either one or multiple assessment services. You can also view our pre-tender webinar recording. Please copy and paste the following path into your internet search engine: https://www.youtube.com/watch?v=ypDuMwFX6jg Please check the documents enclosed in the 'Attachments' section. All information pertaining to the requirements, timeline and evaluation are captured in the 'Request for Application(RFA)' and the response form is titled as 'Response to Request for Application' Nga mihi, ACC Health Procurement",Awarded,,0,20250410 Accident Compensation Corporation,29372610,Request for Proposals,Open Competition,External Audit/Assessment Services for ACCs Incentive Programmes,,20240510,20240607,20241220,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is seeking to engage a panel of providers to provide Auditing/Assessment Services (the Services) to workplaces participating in ACCs incentive programmes. ACC is seeking auditors/assessors who have capability and experience, and are professionally committed to continual improvement. Its important to ACC that providers and support personnel have business standards consistent with ACCs values, and our goal of providing Services nationally. The ACC incentive programmes reward businesses that implement good health and safety management, and claims and injury management practices. In return, these businesses receive levy reductions to their Work levy or in the ACC component of their motor vehicle licence fees.",Awarded,,0,20250410 Accident Compensation Corporation,29544152,Request for Proposals,Closed Competition,Nga Purapura Tuawhiti - ACC Maori Creative Services Panel,,20240701,20240722,20241105,,Sole Agency,No,,"The Accident Compensation Corporation (ACC) is looking to engage in long-term, trusted partnerships with a panel of external agencies (Successful Respondents) to provide Nga Purapura Tuawhiti - Maori Creative Services. ACC has a strong expectation that the Successful Respondents will have a demonstrated ability both to work alongside each other and other ACC Creative and Media Agency Panel Partners. What we need ACC is looking to partner with credible agencies who can provide Maori Creative Services and have the skills, knowledge, and resources to do so. They also need to demonstrate deep understanding of Te Tiriti o Waitangi and use te ao Maori frameworks to guide their business practices at all levels of their organisation including leadership, governance, decision making, and strategic planning with Maori. The key outcomes that we want to achieve are: Trusted partnership arrangements with Successful Respondents. Increased value and improved outcomes for Maori through delivery of successful communications, and effective, meaningful engagement outcomes. Simplification and efficiency of engaging Successful Respondents for Maori Creative Services. To achieve our key outcomes, we need Respondents with expertise and capability in one or more of the following Key Capability Areas: Creative strategy, ideation and execution; Marketing and communications strategy development and implementation including strengths-based health promotion approaches and/or behaviour change marketing communications; Digital marketing and content; Videography and storytelling; Social media management and strategy; and Visual design services.",Awarded,"The following agencies have been selected as ACC's long-term, trusted partners to form the Nga Purapura Tuawhiti - Maori Creative Service Panel. >Mura Creative Ltd (principal strategy advisor) Strategic and creative lead for Nga mahi a te rehia | behaviour change communications for oranga whakapapa and healthy relationships. >Mahi Tahi Media Ltd (core creative services) >The Hood & Co. (tactical videography) >ATA Creative (existing allocated programme work including This is Aotearoa)",0,20250410 Accident Compensation Corporation,29687900,Award Notice,Open Competition,AWARD NOTICE - Snowflake Inc. For the delivery of a Cloud-based Data Platform.,,20240619,20240619,20240619,,Sole Agency,No,,"AWARD NOTICE - Direct Source Agency: Accident Compensation Corporation (ACC) Supplier: Snowflake Inc. Purpose: For the delivery of a Cloud-based Data Platform. This approach is compliant with Rule 14.9(c)(i) of the Government Procurement Rules. Rule 14 Exemption from Open Advertising 9. Valid exemptions from open advertising are: c. Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: (i) for technical reasons there is no real competition, where one supplier has, over a period of time, developed such an intimate knowledge of an outdated or complex system that the agency can reasonably claim that other suppliers would not have a similar level of readily available knowledge .",Awarded,,0,20250410 Accident Compensation Corporation,29949257,Request for Proposals,Open Competition,Personal Duress & Safety Alarms and Monitoring (Offsite Safety) Services,,20240809,20240909,20250408,,Sole Agency,No,,"ACC is looking for credible providers who have the capability, experience and infrastructure to deliver a solution that can be implemented across all of New Zealand including the Chatham islands. The provider must have a good track record of reliably delivering a similar suggested solution as well as implementing and supporting ACC throughout the term of the contract. ACC is seeking a provider who is committed to keeping our staff safe no matter the solution and who look to continually improve themselves as well as the services they provide.",Awarded,,570000,20250410 Accident Compensation Corporation,29969876,Request for Proposals,Open Competition,Te Ara Tuhono - ACC Kaupapa Maori Navigation Service RFP,,20240813,20240913,20250109,,Sole Agency,No,,"Kupu Whakaaki Nga mana nui o te motu e whakaaro nei ki te huinga o nanahi, na ratou i whakarite mai i te wahi ki a tatou. E hika ma, tahuri mai ra te titiro ki a matou e whakapau kaha nei ki te whakaora i te iwi. Ma te mahi tahi e tutuki ai, e hoki mai ai nga ohaki i wawatatia ra. Nau mai ra te whakaaro tahi! He aha tenei? In 2023 ACC set up a new Kaupapa Maori Navigation Service to compliment ACCs already established Navigation Service. The purpose of Kaupapa Maori Navigation Services is to provide a unique service specifically for Whanau Maori to improve access to ACC, increase knowledge and understanding of entitlements and services while navigating ACCs systems and processes. ACCs Kaupapa Maori Navigation Service and Navigation Service are setup as a dual framed service that helps ACC Kiritaki Maori and non-Maori with their claims. It is a service for Kiritaki, paid by ACC, and delivered by organisations independent of ACC. Kaiarahi (Navigators) inform, advise, and support Kiritaki who have an enquiry, a claim, or a complaint, and help them to connect with additional supports within ACC. We are looking for Kaupapa Maori service providers to deliver Kaupapa Maori Navigation Services in Te Tai Tokerau, Taranaki, Te Whanganui-a-Tara, Te Matau-a-Maui, Manawatu-Whanganui, and Te Waipounamu. Ko te tumanako Kaupapa Maori Service providers from across the motu in the regions of in Te Tai Tokerau, Taranaki, Te Whanganui-a-Tara, Te Matau-a-Maui, Manawatu, Whanganui, and Te Waipounamu. Existing Kaupapa Maori Service providers who already work with the community and can help ACC Kiritaki and their whanau.",Not Awarded,"We are pleased to announce the award of the contract for the Te Ara Tuhono - ACC Kaupapa Maori Navigation Service RFP. This contract has been awarded to - 1. Te Hiku Hauora 2. Hauora Hokianga 3. Te Runanga O Ngati Whatua Te Ha Oranga 4. Hoani Waititi Marae Trust 5. Manukau Urban Maori Authority (MUMA) 6. Whare Tiaki Hauora 7. Te Oranganui 8. Whanake Rangitane o Manawatu Trust 9. Ngaruahine Iwi Health Services 10. Te Kotahi o Te Tauihu Charitable Trust 11. Purapura Whetu 12. Te Runanga o Nga Maata Waka Incorporated 13. Arai Te Uru Kokiri Training Centre 14. Mana Tahuna Charitable Trust 15. Nga Kete Matauranga Charitable Trust We would also like to extend our sincere thanks to all the other suppliers who participated in this tender process. Your efforts and proposals were greatly appreciated. We look forward to working closely with the selected suppliers to enhance our navigation services and support the well-being of our community.",0,20250410 Accident Compensation Corporation,29993102,Request for Proposals,Open Competition,Nursing Services,Nursing Services Tender,20240820,20240920,20250120,,Sole Agency,No,,"The purpose of this Request for Application (Proposal) is to seek applications from suppliers on Accident Compensation Corporations (ACC's) intention to conduct a single-stage tender process to procure Nursing services. The current contract is expiring on 28th February 2025 and a new contract will be in place from 1 March 2025. ACC is looking for suitable suppliers to apply for the above mentioned service. Suppliers who have the qualifications and experience to carry out nursing services can apply. You can also view our pre-tender webinar recording. Please copy and paste the following path into your internet search engine: https://www.youtube.com/watch?v=bl15ivWOgrI&feature=youtu.be Please check the documents enclosed in the 'Attachments' section. All information pertaining to the requirements, timeline and evaluation are captured in the 'Request for Application(RFA)' and the response form is titled as 'Response to Request for Application' Nga mihi, ACC Health Procurement",Awarded,,0,20250410 Accident Compensation Corporation,30109864,Request for Tenders,Open Competition,Home & Community Support - Maximise Independence Service (HCSMI),HCSMI 2024,20240902,20241020,20250301,,Sole Agency,No,,"The purpose of this Request for Application (Proposal) is to seek applications from suppliers on Accident Compensation Corporations (ACC's) intention to conduct a tender process to procure Home and Community Support Maximise Independence services. In March 2024 ACC replaced its single Integrated Home and Community Support Service contract with two new services; Home and Community Support - Return to Independence and Home and Community Support Maximise Independence. The two services cater to different types of clients, have different pricing structures, and require different Supplier capabilities. The current contract expires on 29th February 2026 and there are two rights of renewal, one of two years, and one of one year (2+1) available on this contract. Home and Community Support Return to Independence is serviced by 9 national providers and will remain closed for the contract term. Should you wish to deliver these services, you may like to partner with an existing Supplier (the list is available via our website). The following services are applicable under this tender: Home and Community Support Maximise Independence Please check the documents enclosed in the 'Attachments' section. All information pertaining to the requirements, timeline and evaluation are note in the 'Request for Application (RFA)' and the response form is titled as 'Response to Request for Application'. THIS OPPORTUNITY FOR NEW SUPPLIERS ONLY - EXISTING CONTRACTED SUPPLIERS DO NOT NEED TO APPLY",Awarded,"Additional contracts may be signed in the near future as a result of this tender pending the fulfilment of all contractual requirements. Please refer to our HCS Supplier Directory for the most up-to-date supplier list: https://www.acc.co.nz/for-providers/provider-contracts-and-services/home-and-community-support/supplier-directory",0,20250410 AgResearch Limited,20584386,Request for Quotations,Open Competition,Corporate Clothing,,20190107,20190208,20191007,,Sole Agency,No,Purchasing@agresearch.co.nz,"AgResearch Limited provides corporate clothing options for employees when they are attending trade shows/fieldays, speaking at or attending a conference, on business trip and when making media appearances. AgResearch have four main campuses throughout New Zealand with around 600 employees. Not every employee requires corporate clothing. This RFQ relates to the ongoing supply of the following items; a wool jacket, soft shell jacket, wool vest, long sleeve half zip wool top and corporate business style shirt. These woollen garments are to be made from New Zealand wool. We are open to consider any suggested designs and styles.",Not Awarded,Davis Doherty Limited,0,20250410 AgResearch Limited,20623241,Request for Proposals,Open Competition,e procurement project,,20190121,20190306,20191111,,Sole Agency,No,,"Our aim is to purchase a modern configurable off the Shelf (COTS) e-procurement solution. The solution must be SAAS (Software as a Service) and therefore cloud based that will allow us to source goods and services quickly and efficiently with a guided buying experience (purchasing) but also business-to-business connectivity to improve process efficiency, and operate within the New Zealand Government rules of sourcing",Not Awarded,,0,20250410 AgResearch Limited,20728946,Request for Proposals,Open Competition,HRIS & Payroll Implementation,,20190213,20190308,20191122,,Sole Agency,No,,"AgResearch is seeking an implementation partner to expand the currently utilised SuccessFactors platform to include Payroll (Employee Central) and other HRIS modules over a period of three years (FY20 FY22). To achieve this, AgResearch will leverage the All of Government Common Capability Agreement with SuccessFactors through the Department of Internal Affairs (DIA). AgResearch has selected SAP SuccessFactors and Employee Central Payroll so we dont need to identify HRIS and Payroll solutions.",Awarded,,0,20250410 AgResearch Limited,20909302,Request for Proposals,Open Competition,Joint Food Science Facility Autoclave,,20190404,20190503,20190902,,Sole Agency,No,,"We are looking for a single autoclave unit to provide all autoclaving requirements for a science research facility. It needs to be capable of sterilising a range of materials along with kill cycles for waste management. The autoclave must have logs (date, time, cycle selected) to meet MPI requirements, and can support the use of external probes to confirm log. We need require no less than 300L volume, rectangular entry that can accommodate adjustable-height shelving, preference is to allow for sliding from and then back onto a trolley to minimise lifting. We need a unit that is capable of onboard steam generation, with a backup system in place to allow depressurising in the event of power failure.",Awarded,,0,20250410 AgResearch Limited,20914839,Request for Proposals,Closed Competition,Electronic Lab Notebook,,20190405,20190423,20210712,,Sole Agency,No,,"We are seeking an electronic laboratory note book (ELN) to replace our current manual method of formally recording day-to-day laboratory and fieldwork activity. The ELN should support use across numerous devices and accommodate all laboratory disciplines, from controlled wet labs to isolated fieldwork. The solution will ensure we meet our responsibilities in producing formal records in line with the New Zealand Archives Act (2005) and be compliant across data security and surety standards like the US Code of Federal Regulations on Electronic Records and signatures and Health Information Privacy. The system will support integration with other laboratory-based systems like LIMS and sample management. The key outcome will be a feature rich digital record that can securely record our research activities to support our institutional responsibilities and core purpose.",Not Awarded,,0,20250410 AgResearch Limited,20941228,Request for Proposals,Closed Competition,Publications Management System,,20190412,20190513,20200214,,Sole Agency,No,,"AgResearch undertakes research across many science disciplines. We are seeking to streamline our publications management system, with a preference to introduce a single solution in the place of what are currently two separate systems. The first provides a workflow for the review of publications and other primary outputs. The second houses the final version of publications and other outputs, in a searchable repository. We are seeking information to procure a user-friendly and effective solution. AgResearch Limited is looking for experienced vendors who have proven experience, capability and capacity to work closely with our organisation to deliver these services. It is important that the vendor is able to provide value for money and can demonstrate a history of delivery of user-friendly and effective technology solutions.",Not Awarded,A peer review of the workflow confirmed that a fit for purpose automated workflow system can be developed in house with existing AgResearch resources,0,20250410 AgResearch Limited,21058654,Request for Proposals,Open Competition,Lincoln Project Management Services,,20190521,20190612,20190726,,Sole Agency,No,,The purpose of this Request for Proposal (RFP) is to select and to appoint a project management services provider for the proposed AgResearch Building to be located at the Lincoln research precinct. The appointed project manager will be required to take the proposed AgResearch Building from concept design through to completion of construction and handover.,Awarded,,0,20250410 AgResearch Limited,21096984,Request for Proposals,Open Competition,Lincoln Cost Management Services,,20190530,20190621,20190819,,Sole Agency,No,,The purpose of this Request for Proposal (RFP) is to select and to appoint a cost management services provider for the proposed AgResearch Building to be located at the Lincoln research precinct. The appointed cost manager will be required to take the proposed AgResearch Building from concept design through to completion of construction and handover.,Awarded,,0,20250410 AgResearch Limited,21194089,Request for Proposals,Closed Competition,JFSF Office Furniture,,20190625,20190723,20191122,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select an office furniture supplier for the soft fit-out of a Joint Food Science Facility (the Project) with whom AgResearch Limited (AgResearch) may enter into a contract (Contract). Massey University is AgResearchs joint venture partner for the Project. AgResearch and Massey University are looking for Respondents who have the capability, experience and availability to deliver the required office furniture, respondents need to have an exemplary track record of delivery of similarly sized requests at competitive market prices. Respondents must meet pre conditions and respond to the evaluation criteria outlined under Section 3 of this RFP.",Awarded,,0,20250410 AgResearch Limited,21417547,Request for Proposals,Open Competition,Architect & Design Manager Consultancy Services,,20190814,20190909,20200108,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select and appoint an Architect & Design Manager for the proposed AgResearch Building to be located in the research precinct in Lincoln. The appointed Architect & Design Manager will be required to take the proposed AgResearch Building from Concept Design through to completion of construction and handover.",Awarded,,0,20250410 AgResearch Limited,21425281,Request for Proposals,Open Competition,Lincoln Building Services Consultancy Services,,20190816,20190911,20200110,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select and appoint a Building Services consultant for the proposed AgResearch Building to be located in the research precinct in Lincoln. The appointed Building Services consultant will be required to take the proposed AgResearch Building from Concept Design through to completion of construction and handover.",Awarded,,0,20250410 AgResearch Limited,21425453,Request for Proposals,Open Competition,Lincoln Fire Engineering Consultancy Services,,20190816,20190911,20200110,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select and appoint a Fire Engineering consultant for the proposed AgResearch Building to be located in the research precinct in Lincoln. The appointed Fire Engineering consultant will be required to take the proposed AgResearch Building from Concept Design through to completion of construction and handover.",Awarded,,0,20250410 AgResearch Limited,21425543,Request for Proposals,Open Competition,Lincoln Structural & Civil Consultancy Services,,20190816,20190911,20200110,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select and appoint a Structural & Civil consultant for the proposed AgResearch Building to be located in the research precinct in Lincoln. The appointed Structural & Civil consultant will be required to take the proposed AgResearch Building from Concept Design through to completion of construction and handover.",Awarded,,0,20250410 AgResearch Limited,21551650,Request for Proposals,Closed Competition,eResearch Infrastructure Establishment RFP,,20190909,20191025,20200225,,Sole Agency,No,,"AgResearch plans to replace its outdated research compute cluster, which is a batch process cluster. We also require a new storage platform to keep pace with increasing storage requirements in both capacity and performance. The cluster and storage platform will form the foundation of a fit for purpose eResearch infrastructure in AgResearch. We are seeking an industry leading vendor, who has successfully delivered research-computing and scalable storage solutions as a partner to deliver these objectives.",Awarded,,0,20250410 AgResearch Limited,21553619,Request for Proposals,Open Competition,Liquid handling robot,,20190909,20191003,20200205,,Sole Agency,No,,"High-accuracy high-throughput liquid-handling robot for molecular biology applications Research requirements within AgResearch require an upgraded high-accuracy high-throughput liquid-handling robot for DNA extraction and molecular biology applications suitable for 96 and 384 well plate formats and able to dispense 1 ul to >1000 ul volumes. The current liquid-handling robot does not provide the technical specifications required for high-throughput methodologies. A modern, versatile high-performance liquid-handling robot system is, therefore, requested to align throughput with laboratory requirements.",Awarded,,0,20250410 AgResearch Limited,22209265,Request for Proposals,Open Competition,Gas Chromatography Mass Spectrometry System,,20200124,20200225,20200326,,Sole Agency,No,1365 Springs Road,"One Gas Chromatography Mass Spectrometry System equipped with a multi-functional Auto Sampler, with a thermaldesorption unity, cryogenic oven (both using liquid CO2) and capability to transfer the current olfactomerter system, to be purchased and installed in FY20 . This instrument will support the growing research in the area of food flavour and aroma research and support other research areas such as food quality, food safety, food assurance, textiles and etc. This instrument will be located in the new Joint Food Science Facility (Te Ohu Rangahau Kai) and represents a unique instrument within this facility",Awarded,,0,20250410 AgResearch Limited,22259997,Request for Proposals,Open Competition,Pre-Construction Services with Preferred Contractor,,20200204,20200302,20200325,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to select and appoint a contractor for the provision of the Pre-Construction Services set out in Section 6 of this RFP for the new AgResearch Building to be constructed and located in the research precinct in Lincoln (Project). The appointed Contractor will be required to form, retain and manage a team of construction specialists, subcontractors, suppliers (where necessary) to provide construction planning and programming under the Proposed Contract and for main contractor works required if awarded pursuant to Proposed Contract. Note that all design services, cost consultancy services and project management services, including Engineer to the construction contract for the Contract Works, will be provided for under separate contracts between AgResearch and those respective parties. Following an earlier feasibility study AgResearch has now completed an updated strategic brief confirming that the scope of the building to be progressed through Concept Design will be approximately 8,800m2 and comprising: IL2 laboratory (PC2, PC1, non-PC2, TCR, Pilot Plant, Multipurpose Space, Dangerous Goods Store, etc.), laboratory write up and corporate office space within one or two separate buildings Ground remediation, services diversions, new utilities infrastructure, external plant space, landscaping and parking associated with the preferred site Please provide Appendix D: Pricing Schedule as a separate file",Awarded,,0,20250410 AgResearch Limited,22436876,Request for Proposals,Open Competition,BIM Manager Consultancy Services,,20200313,20200408,20200615,,Sole Agency,No,1365 Springs Road,"The purpose of this Request for Proposal (RFP) is to select and appoint a BIM Manager independent from the current Design Team for the proposed AgResearch Building to be located in the research precinct in Lincoln. The appointed BIM Manager will be required to take the proposed AgResearch Building from Preliminary Design through to Detailed Design for handover to the Contractor",Awarded,,0,20250410 AgResearch Limited,24028884,Request for Proposals,Open Competition,Translation Services Panel,,20210226,20210325,20210723,,Sole Agency,No,,"We are seeking to add to our supplier base 3 suitably qualified Translation service providers, Ideally, but not limited to translators that were conferred with the Maori Translators and/or Interpreters License and were certified under Te Ture mo te Reo Maori to be engaged to translate English documents to formal and informal Maori (non-technical) documents.",Not Awarded,,0,20250410 AgResearch Limited,24230114,Request for Proposals,Open Competition,Wireless Network Infrastructure,,20210422,20210519,20210712,,Sole Agency,No,,"AgResearchs Wireless Network infrastructure is no longer fit for purpose and requires a complete replacement. We are looking for a vendor who can provide a modern, cloud managed Wireless Infrastructure solution. AgResearch requires 169 new internal and external wireless access points to provide an improved wireless experience for our users and guests located at our four campuses throughout New Zealand. We are looking for solutions that are integrated with a cloud (Software as a Service) controller to provide a more resilient, secure, and simplified experience. We do not want any solutions that are reliant on a local hardware or virtual based controller. We also do not require additional professional services to assist with deployment and installation.",Awarded,,0,20250410 AgResearch Limited,24291608,Request for Quotations,Closed Competition,AoG Print Technology and Associated Services (PTAS) Secondary Procurement Process (SPP),,20210511,20210601,20210730,,Sole Agency,No,25 Kaiwara St,"Our objectives are to achieve competitive pricing, to implement a well-managed print fleet solution The successful panel providers offer will significantly reduce our print charges through a competitive pricing model. Additional value-add solutions will enable AgResearch to minimise waste and improve user behaviours. Our print fleet is now modern up to date with standardised devices and user interfaces customised to our business needs.",Awarded,,0,20250410 AgResearch Limited,24328484,Request for Proposals,Open Competition,Membrane Filtration Pilot Plant,,20210520,20210628,20210730,,Sole Agency,No,,"AgResearch Smart Foods Innovation Centre at Te Ohu Rangahau Kai, Palmerston North is seeking a multi-functional food grade membrane filtration pilot plant for processing and product development within the FoodPilot facility at Massey University. This unit should be capable of flexibly operating spiral wound membranes for microfiltration, ultrafiltration, nanofiltration and reverse osmosis applications and tubular ceramic microfilters as appropriate.",Awarded,,0,20250410 AgResearch Limited,24445854,Request for Proposals,Open Competition,AgResearch Lincoln Farm Irrigator replacement,,20210618,20210709,20210714,,Sole Agency,No,,"AgResearch Lincoln farm is a 140-hectare dry-stock and cropping farm suppling world class research to our own science teams and outside companies. This opportunity gives prospective suppliers the privilege to quote on a new irrigation development to allow our team to continue supplying world class research and innovation to primary sectors in New Zealand and abroad. This RFP relates to the purchase, installation, and commissioning of a VRI linear irrigator Precision Control that aligns with the current VRI control system. The key outcomes that we want to achieve are the design, installation and commissioning of a new irrigator that meets the demands of our research farm.",Awarded,,0,20250410 AgResearch Limited,24582610,Request for Proposals,Open Competition,AgResearch Lincoln Farm Irrigation and Trial Fencing development 2021,,20210721,20210816,20211215,,Sole Agency,No,,"This procurement relates to the supply and installation of new fencing for the irrigation upgrades and development on the AgResearch Lincoln Farm as shown in the following reference documents. This RFP relates to the supply, purchase and installation of Netting fences, gates and electric fence energiser to the following standards.",Not Awarded,Bid was out side of budget,0,20250410 AgResearch Limited,24618853,Request for Proposals,Open Competition,Freeze Dryers x 3,,20210730,20210826,20220228,,Sole Agency,No,"25 Kaiwara St, Hoonhay","AgResearch is seeking 3 Freeze Dryer units to be installed at three of our facilities. One at our Te Ohu Rangahau Kai building, Palmerston North, one at our Grasslands Research Centre, Palmerston North, and one at our Ruakura Research Centre Hamilton.",Awarded,,413980,20250410 AgResearch Limited,24654303,Request for Proposals,Open Competition,New AgResearch Facility - Lincoln Construction Health and Safety Auditor,,20210809,20210903,20211001,,Sole Agency,No,,We are seeking responses from independent health and safety (H&S) consultants to provide site auditing and reporting services for the duration of the construction phase for the new AgResearch workplace and laboratory facility Lincoln.,Awarded,,0,20250410 AgResearch Limited,24875392,Request for Proposals,Open Competition,Mass Spec Proteomics Platform equipment,,20210928,20211110,20211220,,Sole Agency,No,,AgResearch is looking to purchase a state-of-the-art high-resolution electrospray LC-MS/MS mass spectrometer to expand its current suite of mass spectrometers in the proteomics platform.,Awarded,,999999,20250410 AgResearch Limited,25071675,Request for Proposals,Closed Competition,Quant LCMS,,20211109,20211216,20220328,,Sole Agency,No,,"AgResearch is looking to purchase a high-sensitivity LC-MS/MS quantitative mass spectrometer. A summary of our requirements is for a high-sensitivity, high-speed, quantitative mass spectrometer coupled to a ultra high-pressure liquid chromatography platform to enable rapid detection and quantitation of known compounds.",Awarded,,376075,20250410 AgResearch Limited,25382405,Request for Proposals,Open Competition,Output Management System,,20220204,20220303,20220429,,Sole Agency,No,"25 Kaiwara St, Hoonhay","AgResearch is transitioning its Output Management process to improve its robustness and to meet new needs. There are multiple areas that fall under the umbrella of Output Management including the publication of products of research both internally and externally (to the public) being either research datasets or documents written to share the knowledge discovered during the research project, e.g. journal articles, reports and other associated/relevant documents: - Categorisation and discoverability of outputs via metadata - Storage, sharing and publishing of outputs - Linking outputs (e.g. datasets to articles and vice versa) - A formalised output release approval process - The system will support our reporting requirements to NZ Research Information System and other reporting requirements. We are looking for an off-the-shelf existing system that can perform to our requirements in all of these areas, be delivered in a professional and timely manner, and be adequately supported by the Supplier.",Awarded,,0,20250410 AgResearch Limited,25920862,Request for Proposals,Closed Competition,Implementation of Microsoft Business Central Cloud,,20220610,20220708,20220826,,Sole Agency,No,,AgResearch is seeking a Microsoft Business Applications accredited implementation partner to upgrade our existing customised iteration of Microsoft Dynamics NAV 2015 to the Microsoft Dynamics 365 Business Central Cloud (Business Central).,Awarded,,0,20250410 AgResearch Limited,26004843,Request for Proposals,Open Competition,New AgResearch Facility - Lincoln,,20220704,20220728,20230509,,Sole Agency,No,,"Products in this scope of procurement includes: Workstations Tables Seating Storage (e.g. under desk credenzas, shelving) Additional value-added services we are looking for include delivery, installation, extended warranty conditions and after sales support.",Awarded,,1351858,20250410 AgResearch Limited,26173109,Request for Proposals,Open Competition,Corporate Compute and Storage,,20220812,20220923,20231123,,Sole Agency,No,," Increased operational efficiency Ability to inspire and support new business initiatives that would not be achievable outside of the public cloud model, for example Artificial Intelligence, Machine Learning, Internet of Things to name a few. Increased transparency on the costs of IT, projects, and applications with the ability to relate those to the generated organisational value Focus and realignment of our IT team effort towards delivery and execution, upskilling our capability and fostering more innovation. Faster prototyping and testing of new ideas that leads to increased innovation Empowerment of end users through self-service and reduction and potentially total removal of shadow IT practices. Increased resiliency and scalability of IT systems Increased organisational responsiveness and agility Increased accessibility of data both within and outside AgResearch Easy access to new tools and technologies Continuous and transparent governance, risk management, and compliance management",Awarded,,900372,20250410 AgResearch Limited,26969123,Request for Proposals,Open Competition,Quant LC-HRMS/MS,ARGSCI2301,20230220,20230310,20230522,,Sole Agency,No,,"AgResearch is looking to purchase a high-resolution/accuracy LC-HRMS/MS quantitative mass spectrometer. A summary of our requirements is for a high-resolution/accuracy, high-sensitivity, high-speed, quantitative mass spectrometer coupled to an ultra-high-pressure liquid chromatography platform to enable rapid detection and quantitation of known compounds, and structure determination and compound characterisation of novel small molecules.",Awarded,Term of contract: 5 years,510258,20250410 AgResearch Limited,27737150,Request for Proposals,Open Competition,Cleaning Services Tuhiraki Lincoln,ARGFIC2301,20230720,20230809,20230901,,Sole Agency,No,,AgResearch is seeking commercial cleaning services for their new facility in Lincoln Tuhiraki. There are two wings in the new facility: the workplace wing (to be completed in August) and the laboratory wing which is under construction and will be completed in early November 2023. Cleaning Services companies are invited to propose solutions for the entire new facility.,Awarded,,477920,20250410 AgResearch Limited,28136054,Request for Proposals,Open Competition,AgResearch RFP Green House 2 & 3 renovation Grasslands,ARGFIC2302,20230920,20231010,20231115,,Sole Agency,No,,"AgResearch is seeking a main contractor for our Green House 2&3 renovation projects at Grasslands Campus in Palmerston North. Currently Green House 2 is a non-PC facility, and we need to upgrade it to the PC2 standard: including upgrading the head house along with the exterior cladding and frame of the main wings. Glasshouse 3 is already a PC2 standard facility, and the renovation is mainly for the exterior cladding and frame of the main wings and some painting work for the head house.",Awarded,,596342,20250410 AgResearch Limited,28360643,Request for Proposals,Open Competition,Transmission Electron Microscope,ARGSCI2302,20231030,20231124,20240510,,Sole Agency,No,,"AgResearch is looking to purchase a transmission electron microscope. We require a transmission electron microscope (TEM) with a high-stability (LaB6 or equiv.) source, low-mounted camera with automatic montaging (large-scale imaging of beam-sensitive non-cryogenic samples), electron diffraction and elemental dispersive spectroscopy (for quantitative mapping of elements) and maintenance services for the lifetime of the instrument.",Awarded,,900000,20250410 AgResearch Limited,28942965,Request for Proposals,Closed Competition,AgResearch RFP Health and Safety reporting system,ARGIT2401,20240304,20240322,20240404,,Sole Agency,No,,AgResearch is looking for an integrated health and safety reporting platform that is designed specifically for this domain and/or has pre-configured with modules to meet our needs in health and safety.,Not Awarded,This project is deferred due to the organisation's current financial situation.,0,20250410 AgResearch Limited,28994801,Request for Quotations,Open Competition,Invermay Main Substation Switchboard Replacement,ARGFIC2303,20240312,20240326,20240507,,Sole Agency,No,,AgResearch is seeking a contractor for the delivery of a new main substation switchboard for our Invermay campus.,Awarded,,69978,20250410 AgResearch Limited,29271259,Request for Proposals,Open Competition,AgR RFP for National Capability Plan Consultancy Services,ARGSCI2303,20240423,20240524,20240729,,Sole Agency,No,,AgResearch Limiteds business unit NZAGRC would like to commission a consultant(s) to develop a National Agriculture plan for greenhouse gas research capability and capacity (the National Capability Plan). The National Capability Plan will include core recommendations and actions to address research capability needs.,Awarded,,242900,20250410 AgResearch Limited,29645220,Request for Quotations,Open Competition,Real Estate Agency Services,ARGFIC2304,20240624,20240712,20240801,,Sole Agency,No,,"AgResearch is looking for a tailored marketing and sales solution from a real estate agency via which it will divest the Lincoln Research Centre property, in a timely and efficient manner while returning the maximum value to AgResearch.",Awarded,"Marketing cost: $10,791.46 Commission fee range $73,750 - $93,750 ( 1.25%).",0,20250410 AgResearch Limited,29746269,Request for Proposals,Open Competition,AgResearch RFP Main Contractor for NZAGRC Office Alternation and Refurbishment,ARGFIC2401,20240710,20240731,20240923,,Sole Agency,No,,"AgResearch is looking for a main contractor to carry out the renovations on building 11, which is adjacent to NZAGRC current building on the Grasslands campus in Palmerston North.",Awarded,,200824,20250410 AgResearch Limited,30162981,Request for Proposals,Open Competition,Liquid Chromatography Mass Spectrometer (LC-MS/MS),ARGFIC2401,20240911,20241002,20250303,,Sole Agency,No,,"AgResearch is looking to purchase a LC-MS/MS quantitative mass spectrometer. A summary of our requirements is for a high speed, high-sensitivity, quantitative mass spectrometer coupled to an ultra-high-pressure liquid chromatography platform to enable rapid detection and quantitation of known compounds across a wide dynamic range, and potential structure determination and compound characterisation of novel small molecules.",Awarded,,499999,20250410 Airways Corporation New Zealand,29398376,Request for Proposals,Open Competition,RFP for Mobile Air Traffic Control Tower,,20240514,20240628,20241021,,Sole Agency,No,,"Airways has a requirement for a 3 position mobile Air Traffic Control (ATC) Tower to meet a number of scenarios. The requirement is for a Mobile ATC Tower Visual Control Room (VCR), trailer/scissor-lift only and associated hydraulic and power systems. Airways will carry out the ATC equipment fit-out.",Not Awarded,,0,20250410 AsureQuality,10905786,Request for Proposals,Open Competition,Quality Management System Laboratory Services,,20150413,20150511,20211020,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to provide information to vendors regarding the Quality Management System solution required by AsureQuality. The vendor responses will be used by an evaluation team within AsureQuality to shortlist vendors for the purposes of completing a business case to approve the solution to be implemented. AsureQuality wish to review all of the available solutions in the market. The objective of the overall vendor selection process is to: 1. Confirm that AsureQuality Quality Management System requirements can be met. 2. Select preferred partners to provide a Quality Management System solution that meet our requirements. 3. Understand the approach and cost of change to implement a new solution. 4. Understand the detailed approach, solution and costs for a Quality Management System solution",Not Awarded,No responses. Aged RFx,0,20250410 Auckland Council,564477,Request for Proposals,Open Competition,ACPN_14687 Kahika and Barbados Stream Rehabilitation - Old GETS ref# 42770,ACPN_14687,20140709,20140805,20200814,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER ACPN_14687 Professional Services for the Design and Construction monitoring of the Kahika and Barbados Stream Rehabilitation Project",Not Awarded,,0,20250410 Auckland Council,564507,Request for Proposals,Open Competition,Request for Proposal For the provision of consultancy services for Benevolent Investment in Auckland - Old GETS ref# 42786,ACPN_15802,20140711,20140728,20200814,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Auckland Council is seeking a supplier to provide consultancy services relating to strategic advice and co-ordination of benevolent funding projects in Auckland",Not Awarded,,0,20250410 Auckland Council,564529,Request for Proposals,Open Competition,"RFP Arts and culture integrated communications, and design-led community engagement - Old GETS ref# 42796",ACPN_14110,20140711,20140801,20200814,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The scope of this RFP includes: . Integrated communication campaigns in the arts and culture sector involving lead idea generation and creative, and channel planning across the marketing mix . Design-led community engagement . Public relations as part of campaign channel mix . Accessible communications: leadership and implementation . Capability to support council's commitment to delivering on Maori outcomes (including a Maori identity that is Aucklands point of difference in the world).",Not Awarded,closed,0,20250410 Auckland Council,564542,Request for Proposals,Open Competition,RFP for the distribution of the printed Auckland Council magazine - OurAuckland- to Auckland residents - Old GETS ref# 42805,ACPN_15516,20140711,20140801,20200814,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The OurAuckland suite of customer communications is now well-established, since launching in March 2011. The suite of communications includes an A5 printed mini-magazine which is currently delivered to around 96% of Auckland households, an A4 accessible version which is distributed via the library network, the OurAuckland section of the Auckland Council website and a recently launched OurAuckland smartphone app. The ultimate aim of this contract would be to ensure as many Aucklanders as possible are delivered a local area version of Auckland Councils monthly publication in a cost-effective and accurate manner.",Not Awarded,closed,0,20250410 Auckland Council,564572,Request for Proposals,Open Competition,"Request for proposal for the provision of Fuels ULP, Diesel, LPG, Aviation, Marine Diesel - Old GETS ref# 42838",ACPN_13044,20140716,20140822,20200814,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER With this RFP, Auckland Council is seeking proposals for the supply of fuel products to a Consortium consisting of the following Founding Members: Auckland Council (Lead Member) Department of Conservation Ravensdown Fertiliser Co operative Limited The purpose of this procurement is to find a suitable supplier of ULP, Diesel, LPG, Aviation and Marine Diesel (Retail and Bulk Fuel) for the Members. The contract for supply will also include terms relating to the provision, use and management of fuel cards. At the date of this RFP the Consortium consists of the aforementioned Founding Members only and it is intended that the Supplier will be the exclusive supplier of fuel products to all the Founding Members with the exception of the Department of Conservation. Once established, the Consortium may invite eligible parties (as defined in the Consortium Agreement and summarised in section A, 10 of this RFP) to apply and become Consortium Members, in which event that Supplier shall supply fuel products to such new Members on an exclusive basis. Auckland Council may, under the terms of its contract with the Supplier, elect in its sole discretion to procure products on behalf of an Auckland Council Controlled Organisation (""CCO"") or direct the Supplier to supply products to a CCO under the terms of an individual supply agreement (""ISA"") between that CCO and the Supplier as described in section A, 8 of this RFP. If Auckland Council elects not to involve one or more of its CCOs in the supply arrangement that will be documented between the Supplier and Auckland Council, any such contract that is ultimately entered into by Auckland Council and the Supplier will not apply to that CCO. Respondents to this RFP should note that no CCO is obliged to participate in this procurement.",Not Awarded,,0,20250410 Auckland Council,623695,Request for Proposals,Open Competition,Professional Design & Engineering Services - Fearon Park & Harold Long Reserve - Old GETS ref# 42884,ACPN 15503,20140722,20140818,20200731,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The aim of this project is to create a well-connected, multi-use, activated and safe public space which serves the local community through improved amenity functions, connections and consideration of Maori Cultural values. It is envisaged that a well-designed bespoke playground will become the main draw card to attract people to the site, which will in turn, activate the area and help to reduce anti-social behaviour, which has been a problem here. This request for proposal (RFP) is issued for the Council Organisation set out on the front page. Through this RFP, the Council Organisation invites proposals for the provision of Professional Design & Engineering Services for Whole of Park Design. The Professional Services are expected to be design led by a Landscape Architect. Auckland Council is asking for a fixed-price fee offer, with an hourly rate requested for some specific scope items only.",Not Awarded,"Tender was awarded to WSP New Zealand Ltd for the amount of $161,190.00. Tender submission were received through tender box",0,20250410 Auckland Council,1884441,Request for Tenders,Open Competition,ACPN-13979 14-34 Belmont Terrace SW Diversion,ACPN_13979,20140729,20140819,20200814,,Sole Agency,No,Refer to attached Tender Documents,"Please do not submit electronic responses for this tender ACPN-13979 14-34 Belmont Terrace SW Diversion",Not Awarded,,0,20250410 Auckland Council,2565214,Request for Tenders,Open Competition,Tender for the provision of Overland Flow Path Projects,ACPN_13592,20140805,20140902,20200814,,Sole Agency,No,"Reception, Auckland Council, 135 Albert Street, City Centre Auckland",Auckland Council is seeking suppliers for Stormwater Overland Flow Programme Physical Works in the Auckland area,Not Awarded,,0,20250410 Auckland Council,2913400,Request for Proposals,Open Competition,Request for proposal For the provision of Cost Management Services for Flat Bush (Ormiston) Multipurpose Facility Project (Library and Multi-Use Community Facility),ACPN_15680,20140807,20140828,20200814,,Sole Agency,No,"Reception, Auckland Council, 135 Albert Street, Auckland Central",Auckland Council is seeking suitable suppliers for Quantity Surveying - Cost Management services for the Flat Bush (Ormiston) Multipurpose Facility Project (Library and Multi-Use Community Facility),Not Awarded,,0,20250410 Auckland Council,3432037,Request for Tenders,Open Competition,PKWST13011B Crum Park Synthetic Turf Construction,ACPN_15699,20140815,20140902,20200819,,Sole Agency,No,"Parks Sports & Recreation Tender Box, Service Centre, 6 Henderson Valley Road, Henderson, Auckland","For the provision of: construction of the synthetic turf at Crum Park, Green Bay, Auckland The basic scope of this procurement includes: Construction of a new Synthetic Football Turf to FIFA 1 Star standard Supply and Installation of new flood lighting to Auckland Council Competition Lighting Standards Installation of all associated pedestrian and vehicle networks required to service the facility. Upgrade all associated services (Drainage, Power Supply, Drainage etc) Extension of existing courts by one additional court and surface of all courts with Synthetic Surface Install barrier fencing around turf and replace and extend old tennis court fencing",Not Awarded,Awarded to Fraser Thomas,0,20250410 Auckland Council,3550411,Request for Proposals,Open Competition,RFP for the provision of Architectural and Design Services for Flat Bush (Ormiston) Multipurpose Facility Project (Library and Multi-use Community Facility),ACPN_15681,20140818,20140904,20200814,,Sole Agency,No,"Reception, Level 135 Albert Street, Auckland",Auckland Council is seeking request for proposals for architectural and design services for Flat Bush (Ormiston) Multipurpose facility,Not Awarded,,0,20250410 Auckland Council,4032548,Request for Proposals,Open Competition,ACPN 16147: Westwave Cafe Lease,ACPN _ 16147,20140902,20140916,20200814,,Sole Agency,No,"Auckland Council, Ground Floor Reception, 135 Albert St, Auckland.Tender Box Labelled: ACPN_ 16147 Westwave Cafe Lease","RFP for the provision of Cafe services to Westwave Aquatic Center in Henderson, West Auckland. Lease term is 5 years plus right of renewal. The Parks Sports and Recreation Unit of Auckland Council which oversees the facility on a day by day basis deem it appropriate to invite tenders for the operation and management of the cafe located within the facility. The cafe may only be used for provision of food and beverage services to members of the Westwave Aquatic Center and the general public. Please download attached RFP documents for further information.",Not Awarded,,0,20250410 Auckland Council,4296427,Request for Tenders,Open Competition,ACPN_16093 Warkworth Showgrounds Playground Construction,ACPN_16093,20140909,20140919,20200819,,On behalf of procurement agent,No,,,Not Awarded,Contract (6000011071) awarded to PLAYCO EQUIPMENT LIMITED,0,20250410 Auckland Council,4517359,Request for Tenders,Open Competition,Mt Roskill War Memorial Park Cenotaph Upgrade Work,ACPN 14450,20140917,20141010,20200731,,Sole Agency,No,,"This project will deliver physical works to upgrade area around the Mt Roskill War Memorial Park Cenotaph upgrade works, May Road, Mt Roskill",Not Awarded,"Awarded to John Fillmore Contracting Ltd for the amount of $267,154.03 Tender submission were received through tender box",0,20250410 Auckland Council,4559048,Request for Proposals,Open Competition,Tenant Leasing Services for GridAKL (Wynyard Quarter Innovation Precinct),ACPN-16834,20140918,20141009,20200814,,Sole Agency,No,"Auckland Council, Ground Floor, 135 Albert St, Auckland Central","ATEED is seeking to contract an experienced real estate service with knowledge of the technology and digital media industries to manage leasing services within the Wynyard Quarter Innovation precinct. In addition, ATEED wishes to establish a framework of introducing agents to work in partnership with the master agency.",Not Awarded,,0,20250410 Auckland Council,4798999,Request for Tenders,Open Competition,"ACPN_14995, Stormwater Upgrade at 46 Kohekohe St, New Lynn",ACPN_14995,20140926,20141017,20200814,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"Please do not submit electronic responses for this tender Auckland Council is seeking suppliers for the Stormwater Upgrade project at 46 Kohekohe St, New Lynn",Not Awarded,,0,20250410 Auckland Council,4954482,Request for Proposals,Open Competition,Construction Project Management Services,ACPN_16833,20140929,20141020,20200814,,Sole Agency,No,"Auckland Council, Ground Floor, 135 Albert St., Auckland Central.","Auckland Council requires construction project management services to ensure effective coordination of design and engineering services associated with the development of the Wynyard Quarter, GridAKL innovation campus. This service will coordinate the above activities, ensure specifications are correct, support the procurement process of the physical works, oversee the works, manage budgets and programme, coordinate contractors and ensure Ateed's health and safety obligations are met.",Not Awarded,,0,20250410 Auckland Council,5132009,Request for Proposals,Open Competition,"RFP for Little Shoal Bay Catchment, Stormwater Design and Supervision",ACPN_15341,20141006,20141028,20200819,,Sole Agency,No,n/a,"Request for Proposal for the provision of Little Shoal Bay Catchment Coastal Outfall Erosion and Stormwater Reticulation Project, Design and Supervision Date that Response Box opens: 06/10/2014 ***Last day for questions: 20/10/2014*** Date and time that Response Box closes: 28/10/2014, 02:00 pm RFPs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,"Tender was not awarded, proposal for this project was withdrawn in Dec 2014.",0,20250410 Auckland Council,5403083,Request for Tenders,Open Competition,ACPN 16361 Orewa Beach Sand Moving,,20141013,20141030,20200904,,Sole Agency,No,,"Request for Tender (RFT) for the Orewa Beach Sand Moving 2014-2016 Contract Number: ACPN_16361 Scope: The scope of this procurement includes: the provision of machinery suitable for the collection, transport, depositing and shaping of sand in a timely fashion, as required by Council. meeting the Health and Safety measures required to work heavy machinery on a public beach and outlined in the Resource Consent (39009) conditions. Meeting other conditions of the Resource Consent enabling the movement of sand on Orewa Beach The scope of this procurement does not include: Professional Services The minimum specifications are set out in the tender documents attached to this Tender notice. The RFT documents will be released on 13 October 2014 The RFT closes on: 30 October 2014. All communications with Auckland Council concerning this RFT are to be directed to: Liz Raos (elizabeth.raos@aucklandcouncil.govt.nz). The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,Contract (6000023200) Award to Ventia NZ Limited,0,20250410 Auckland Council,5428855,Request for Proposals,Open Competition,"Koraha St to College Rifles Park, Stormwater Improvement, Design and Supervision",ACPN_15340,20141015,20141105,20200826,,Sole Agency,No,,"This request for proposal (RFP) is issued for the Council Organisation set out on the front page. Through this RFP, the Council Organisation invites proposals for the provision of Koraha Street to College Rifles Park, Stormwater Improvement, Design and Supervision. The aim of the Council Organisation in this process is to obtain sufficiently detailed information from potential suppliers of the services about their respective organisations and their ability to provide the services (having regard to several factors including the quality of the services the supplier's ability to deliver on a timely basis, and price), to enable the Council Organisation to select and appoint a party (or parties) to provide the services In awarding the contract to a supplier, the Council Organisation intends to achieve: (a) Value for Auckland citizens, ratepayers and customers; (b) Optimum value consistent with its strategic objectives; and The Administrator set out on the front page will be assisting with the administration of this RFP; however, any resulting contract will be with the Council Organisation. NOTE: Please upload Price and Non Price attributes in 2 separate files.",Not Awarded,This project was cancelled in 2015.,0,20250410 Auckland Council,5450245,Request for Proposals,Closed Competition,ACPN_16046_RFP Urban Aerial Photography Capture 2014-2020,ACPN_16046,20141006,20141024,20200814,,Sole Agency,No,"Auckland Council Foyer, 135 Albert Street, Auckland","Please note that due to the hold and extension of the original proposal (GETS reference 3731213 ACPN_16046 Urban Aerial Photography Capture 2014-2020) we were unable to be extend the original closing date (12/09/2014) therefore this new tender has been created to ensure the continuation of the process. Auckland Council intends to acquire orthoimagery of the Auckland urban area during the 2014-2020 flying years. The scale of change across the region is such that a complete refly of the entire urban area is sought. This RFP is seeking suppliers capable of delivering a rolling re-fly of the urban area over a six year programme with specific areas of capture decided by the business on a yearly basis",Not Awarded,,0,20250410 Auckland Council,5571199,Request for Proposals,Open Competition,ACPN_14110 RFP for Digital communications and engagement services,ACPN_14110,20141023,20141113,20200814,,Sole Agency,No,"135 Albert Street, Auckland Council. Tender Box entitled 'RFP Digital communications and engagement services'","Council is looking to build key strategic partnerships to maximise the effectiveness of councils communications and engagement both regionally and at a community level. We are seeking specialised services that will complement councils in-house design and production capability. The contract terms offered will be two years plus one year plus one year (2+1+1) renewals at councils sole discretion. One of the ways in which council intends to deliver value for money is to work with three agencies (Lead brand, Arts&Culture, Digital) . The aim of this RFP is to appoint a third agency to lead on digital projects, per the scope outlined below. There will be a scope of work assigned to each agency, however, some flexibility will be maintained with regard to brief allocation between the lead and digital agency. By doing so, council aims to ensure that the work completed with each agency is highly effective and that pricing remains competitive. In relation to this, the digital agency may not be owned or part-owned by the Omnicom Group Inc. We are inviting respondents to propose any partnership arrangements that would in their view best deliver on councils communications and engagement needs per the scope outlined below, while providing the best outcome in terms of quality of work and value for money to Aucklanders. Respondents can tender individually and/or as part of a partnership arrangement or consortium. Scope: Creative, strategy, design and production for digital-led communications and engagement projects and campaigns, including integrated channel planning and integrated cross-channel delivery (including online, offline, paid and owned channels, public relations, activation) Front-end design for digital channels such as websites, tablet and mobile platforms User-experience as relates to projects described above, including user-testing and customer involvement in design Data strategy and implementation for digital-led briefs Capability to support council's commitment to delivering on Maori outcomes (including a Maori identity that is Aucklands point of difference in the world). Please find supporting information here - http://theplan.theaucklandplan.govt.nz/aucklands-maori/ Campaign search strategy and implementation, social media strategy and monitoring, eDM strategy Accessible communications: leadership and implementation",Not Awarded,closed,0,20250410 Auckland Council,5586660,Request for Tenders,Open Competition,Manurewa Netball Court Complex Physical Works,ACPN_16397,20141021,20141117,20200814,,Sole Agency,No,Ground Floor 135 Albert Street Auckland,"Auckland Council is seeking responses from main contractors interested in the Request for Tender for provision of Manurewa Netball Courts complex Courts Upgrade, Physical Works Information and details are contained in the documents released with this announcement. All attachments should be downloaded, noted and acted upon.",Not Awarded,,0,20250410 Auckland Council,5827135,Request for Proposals,Open Competition,"Morgan St, Alba St, Clayton St - SW Upgrade/Separation",ACPN_15607,20141029,20141119,20200817,,Sole Agency,No,,,Awarded,Contract Awarded to WSP NZ Ltd.,0,20250410 Auckland Council,5869956,Request for Proposals,Open Competition,Request for proposal For the provision of Stormwater Modelling Project Office Resources,ACPN_16010,20141031,20141114,20200814,,Sole Agency,No,Only electronic submissions through GETS are accepted,"The Auckland Council Stormwater Unit proposes to set up a Stormwater Modelling Project Office to build, validate and use stormwater models and is seeking suitably qualified suppliers to provide these services",Not Awarded,closed,0,20250410 Auckland Council,5870112,Request for Tenders,Open Competition,Tender for the provision of Main contractor for Uxbridge Arts and Cultural Centre Redevelopment Project,ACPN_17294,20141031,20141210,20200814,,Sole Agency,No,"135 Albert Street, Auckland City","Auckland Council is seeking suitably qualified suppliers to undertake construction and refurbishment works for the Uxbridge Centre, Howick Auckland",Not Awarded,,0,20250410 Auckland Council,6021286,Request for Tenders,Open Competition,Greville Reserve Artificial Sports Field - Construction,ACPN_16296,20141105,20141126,20200814,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland",The purpose of this procurement is to engage a civil works contractor together with a specialist synthetic sports turf supplier for the construction of a full size FIFA and IRB artificial sports field at Greville Reserve in Takapuna.,Not Awarded,,0,20250410 Auckland Council,6021576,Request for Proposals,Open Competition,"Pre-qualified suppliers for Design, Manufacture, Supply and Installation of Signage",ACPN 12024,20141105,20141126,20200807,,Sole Agency,No,,"The purpose of this procurement is to identify and rationalise the number of suppliers with experience, technology and resources to provide Auckland Council with the type of signs and related services it requires on an as required basis. Through this RFP process Auckland Council is looking to pre-qualify approximately five suppliers to deliver all signage requirements. The Council business units identified as requiring these signage services, in the immediate term, are Community Development Arts & Culture (CDAC) and Parks, Sports & Recreation (PSR).",Not Awarded,,0,20250410 Auckland Council,6040181,Request for Tenders,Open Competition,CCTV Inspection Program of Stormwater Pipes,ACPN_15661,20141113,20141218,20200814,,Sole Agency,No,,"The scope of this contract is to engage with one or more providers of CCTV inspection services for a three year term. Approximately 200km of linear Stormwater Assets are to be inspected annually, with the primary driver being high risk assets. Tenderers are invited to price on the basis of approximately 100km per year, and/or 200km of inspections per year. The contract works will be divided up into a series of work packages, each package will describe the pipes to be surveyed, and include any other relevant information. The issue of each package will be controlled by the Councils Representative.",Not Awarded,,0,20250410 Auckland Council,6057113,Request for Tenders,Open Competition,Blockhouse Bay Recreation Reserve Changing Rooms,ACPN_16383,20141106,20141127,20200814,,Sole Agency,No,"The Foyer, 135 Albert Street, Auckland","This procurement is for a replacement changing rooms and public toilets block at the Exminster Street entrance to Blockhouse Bay Recreation Reserve. The replacement building will contain four public toilets (including one accessible) and four changing rooms, as well as a referees room and associated plant and maintenance area.",Not Awarded,,0,20250410 Auckland Council,6142614,Request for Tenders,Open Competition,Beach Haven community space development ACPN_13155,ACPN_13155,20141110,20141128,20200814,,Sole Agency,No,"Tender Box, Auckland Council, 135 Albert St, Auckland","Physical works to construct a community space at 364 Rangatira Rd, Beach Haven. These works include landscaping, lawn, trees, hard paving and a play area",Not Awarded,,0,20250410 Auckland Council,6257294,Request for Tenders,Closed Competition,Sister Rene Shadbolt Park Changing Rooms RFT,ACPN_15780,20141106,20141203,20200814,,Sole Agency,No,"135 Albert Street, auckland","This is the second stage of this procurement for an RFT only open to selected suppliers The two-storey structure will be built between the car park and the number one field, which hosts premier rugby games and touch rugby through summer. It will contain six changing rooms, four public toilets, a referees changing room, and storage and plant and equipment areas. The building will be precast concrete construction with a decorative metal screen on the western end providing security for upper level balcony and enclosing the service area.",Not Awarded,,0,20250410 Auckland Council,6397403,Request for Proposals,Open Competition,Provision of Professional Design and Engineering Services for Mt. Albert Town Centre,ACPN_16088,20141118,20141208,20200814,,Sole Agency,No,"Auckland Council, Ground Floor, 135 Albert St, Auckland Central",Design services for Mt. Albert Town Centre streetscape upgrade and pedestrian access to Mt Albert Rail Station.,Not Awarded,,0,20250410 Auckland Council,6465444,Request for Proposals,Open Competition,Cricket World Cup 2015 Fanzone - Screen and Audio/Visual requirements,ACPN_17472,20141120,20141211,20200814,,Sole Agency,No,"Auckland Council, Ground Floor Reception, 135 Albert St, Auckland.Tender Box Labelled: ACPN_ 17472, CWC 2015 Fanzone - Screen and Audio/Visual requirements","After a thorough research and planning phase it has been determined that a Fanzone with live match screening is an integral part of the Cricket World Cup city activation program for Auckland. Auckland Tourism Events & Economic Development (ATEED) is going to the open market to find a suitable supplier to provide an LED screen to show live coverage of all the matches being played during the Cricket World Cup tournament in 2015 as well as the audio / visual requirements for the Fanzone.",Not Awarded,,0,20250410 Auckland Council,6588626,Request for Proposals,Open Competition,ACPN_13308 PS Develop New Guidance Document for On -Site Wastewater Systems,ACPN_13308,20141121,20141212,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,6588774,Request for Proposals,Closed Competition,ACPN_16350 RFP for Mobile Voice and Data Services - 21 Nov,,20141121,20141210,20200814,,Sole Agency,No,135 Albert Street,"Further to our discussions this RFP is now issued without the inclusion of Watercare and any associated connections. The Council reference of ACPN_16350 remains unchanged but you should ensure that you download the attached files and use the information included in these updated documents to form the basis of any submission response. We do apologise for any confusion or inconvenience caused and ask you contact me if you have any questions or concerns regarding. David Weinberg Tel: 09 977 6662",Not Awarded,,0,20250410 Auckland Council,6633145,Request for Proposals,Open Competition,Sponsored Dog Management Partnering with Auckland Council Animal Management Services,ACPN_15237,20141124,20141222,20200814,,Sole Agency,No,,"As Aucklands population increases and its density intensifies, it is highly likely that the dog population will also grow. Auckland needs a world class animal management service to ensure that dogs can be a positive part of everyday life in the worlds most liveable city. Auckland Council is committed to meeting its legislative requirements around dog management and continuing to improve animal welfare in the process. We aim to achieve this through a series of activities, such as promoting and enhancing responsible dog ownership, including having all dogs known and registered, providing high quality dog safety education programmes, improving the shelter environment and facilities and increasing the adoption rate of stray and unwanted dogs. Auckland Council is limited in what it can achieve alone, and now seeks the involvement of other organisations in reaching desirable animal management outcomes that are over and above the legislative requirements. Auckland Council aims to improve animal welfare and provide better services for the public, by working collaboratively with organisations that share a similar vision. By working together, we can deliver better outcomes than individual parties could achieve alone. Through this RFP, Animal Management invites proposals for the provision of animal management sponsorship or partnering.",Not Awarded,,0,20250410 Auckland Council,6792304,Request for Tenders,Open Competition,ACPN_16950 Ashley Reserve Car Park Upgrade,,20141125,20141216,20200819,,Sole Agency,No,,,Not Awarded,This has been awarded to Auckland Civil Limited.,0,20250410 Auckland Council,6794994,Request for Tenders,Open Competition,Shore Road Reserve Sports Field,ACPN_16475,20141127,20141215,20200814,,Sole Agency,No,"Thee Foyer, 135 Albert Street, Auckland","The purpose of this project is to deliver the following: The renewal of two existing sand carpet fields through the sand carpet renewals budget at Shore Road Reserve note this includes the realignment of field 2 as per the Shore Road Reserve and Thomas Bloodworth Park Master Plan. Provide a soil platform for the proposed field 3 as per the Shore Road Reserve and Thomas Bloodworth Park Master Plan (proposed to be sand carpeted in 2017) Renew the training lights for rugby field 2",Not Awarded,,0,20250410 Auckland Council,6844477,Request for Tenders,Open Competition,Orakei Basin Access Road Carpark Renewal,ACPN_14847,20141127,20141216,20200814,,Sole Agency,No,"The Foyer 135 Albert Street, Auckland","The purpose of this project is to renew and upgrade the existing access road and car park erosion and to address site stability issues and ensure safe access for pedestrians, vehicles and water users.",Not Awarded,,0,20250410 Auckland Council,6948732,Request for Tenders,Open Competition,Weona Coastal Walkway Stage 1,ACPN 17519,20141201,20141219,20200731,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland City","The Waitemata Local Board has developed a coastal walkway project along Westmeres coastal reserve land, named Weona Walkway and part of a programme to create a coastal pathway from Meola Reef to the Hobson Bay walkway via Parnell This walkway will provide an attractive walking amenity for the local community as well as visitors. It will increase connectivity between reserve land and provide additional walkways for pedestrian enjoyment. The 1.4km long coastal walkway, a mix of aggregate walkway and boardwalk, will be built on council reserve land and the coastal marine area. This area runs between Westmere Park, at the end of Westmere Park Ave and Lemington Reserve, accessible from Lemington Road. A staged approach is being proposed for this complex project in a sensitive environment. This RFT covers the track works only between the access at Westmere Park Avenue and the access at Weona Place (Stage 1 of the project). The proposed works consist in the development of a formed unsurfaced pathway. This procurement seeks to procure a physical works contractor to execute the installation of the pathway.",Not Awarded,"Awarded - North Harbor Paving for the amount of $174,810.38 . Response were received through tender box.",0,20250410 Auckland Council,6949040,Request for Tenders,Open Competition,Costley Reserve Playground Renewal,ACPN 17296,20141201,20141219,20200807,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland City",This procurement is required to renew the Costley Reserve Playground as per attached specifications and drawings,Not Awarded,"Awarded to Decker Landscapes for the amount of $180,698.00",0,20250410 Auckland Council,7165178,Request for Tenders,Open Competition,ACPN_15050 Tilden Avenue Hillcrest Stormwater Renewal (CIPP lining),ACPN_15050,20141208,20150123,20200814,,Sole Agency,No,,"Request for Tender for Stormwater Renewal (CIPP lining) - Tilden Avenue Hillcrest ACPN_15050 Date that Response Box opens: Monday 8th December 2014 ****Last day for questions: 15th January 2015 Date and time that Response Box close: Friday 23rd January 2015 at 2:00pm RFT must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in SEPARATE documents*****",Not Awarded,,0,20250410 Auckland Council,7225613,Request for Tenders,Open Competition,Waiheke Island Walkway Renewals,ACPN 17476,20141209,20150123,20200731,,Sole Agency,No,"Tender Box, Auckland Council, The Foyer, 135 Albert Street, auckland","This specification includes upgrading 7 tracks sections on Waiheke Island. The minimum specifications are set out in the tender documents attached to this tender notice.",Not Awarded,"Awarded to Walkway Solutions for the tendered amount of $224,741.81 Tender submission were received through tender box",0,20250410 Auckland Council,7352211,Request for Tenders,Open Competition,Tender for the provision of Onepoto Dams Physical Works ACPN14579,ACPN_14579,20141212,20150220,20200814,,Sole Agency,No,135 Albert Street,Auckland Council is seeking suitably qualified suppliers to undertake stormwater physical works for desilting of Onepoto Dams,Not Awarded,,0,20250410 Auckland Council,7352505,Request for Proposals,Open Competition,ACPN_17302 Erosion and Sediment Control guidance doc,ACPN_17302,20141212,20150123,20200817,,Sole Agency,No,,"From consultation, Auckland Council Engineering and Technical Services (ETS) has established that Technical Publication 90 Erosion and sediment control guidelines for land disturbing activities in the Auckland Region (TP90) requires replacing and is considered a high priority. A new guidance document is required to provide a more practical, easy to understand document that is up to date with the current technology and practices in the industry. This request for proposal (RFP) is issued for the Council Organisation set out on the front page. Through this RFP, the Council Organisation invites proposals for the provision of professional services to develop a new guidance document for erosion and sediment control for land disturbing activities in the Auckland region. The aim of the Council Organisation in this process is to obtain sufficiently detailed information from potential suppliers of the services about their respective organisations and their ability to provide the services (having regard to several factors including the quality of the services the supplier's ability to deliver on a timely basis, and price), to enable the Council Organisation to select and appoint a party (or parties) to provide the services. In awarding the contract to a supplier, the Council Organisation intends to achieve: (a) Value for Auckland citizens, ratepayers and customers (b) Optimum value consistent with its strategic objectives and (c) Leading best practice guidance. The Administrator set out on the front page will be assisting with the administration of this RFP however, any resulting contract will be with the Council Organisation.",Awarded,Contract Awarded to Beca Ltd.,0,20250410 Auckland Council,7352667,Request for Tenders,Open Competition,PKWST14011 TE PAI TOILET REPLACEMENT,ACPN_17594,20141212,20150203,20200816,,Sole Agency,No,"PARKS, SPORTS & RECREATION TENDER BOX, AUCKLAND COUNCIL SERVICE CENTRE, 6 HENDERSON VALLEY ROAD, HENDERSON, AUCKLAND","Scope The scope of this procurement includes: Demolition removal and disposal of existing single-pan toilet Relocation of building services Construction of a new two-pan toilet facility in accordance with drawings and specifications supplied by Archoffice and all applicable Resource Consent and Building Consent conditions Supply and provision of all site management and security measures Reinstatement of finished ground levels as specified in contract documents Provision of parks furniture and concrete paths as specified in contract documents",Not Awarded,"The contract was awarded to MF Astley Ltd for the tendered amount of 286,203.77",0,20250410 Auckland Council,7409382,Request for Tenders,Open Competition,ACPN_14924 SW Upgrade at Lancaster Road,ACPN_14924,20141215,20150123,20200814,,Sole Agency,No,n/a,"Request for Tender for Stormwater Upgrade at 27-31 Lancaster Road, Beach Haven",Not Awarded,,0,20250410 Auckland Council,7615252,Request for Tenders,Open Competition,PKWST13060A WAIKUMETE CEMETERY SANCTUARY AREA PHYSICAL WORKS,ACPN_16433,20141219,20150127,20200816,,Sole Agency,No,"Parks, Sports & Recreation Tender Box, Auckland Council, Henderson Service Centre, 6 Henderson Valley Road, Henderson, Auckland","Scope: The scope of this procurement includes: The physical works, including Artist involvement, to upgrade and improve the Sanctuary area (currently known as the stillborn area) at Waikumete Cemetery",Not Awarded,"Awarded to Decker Landscapes Ltd for the amount of $87,439.38",0,20250410 Auckland Council,7666450,Request for Proposals,Open Competition,Core Courses Learning Suppliers - One,ACPN_17371,20150107,20150204,20200814,,Sole Agency,No,,"Auckland Council has identified a need to expand the Core courses training offered to better meet the needs of our organisation and employees. Core courses is the term used to describe courses that are relevant to, and offered, across council i.e. to employees in all departments of the Auckland Council organisation (and also to employees in some Council Controlled Organisations). Most core courses focus on developing soft or behavioural skills, and supporting team management capability development. The provision of a suite of quality Core courses that build key capability aims to support high performance, and the implementation of key transformational projects and organisation initiatives. Auckland Council aims to identify a set of suppliers to provide a suite of Core courses. Contracts are for a three year term. There are in total 32 courses in 11 categories. The procurement is staggered into two Requests for Proposal (RFP). This RFP covers 9 courses in 4 categories. The remaining ones will be covered by a second RFP which will be released in February 2015",Not Awarded,,0,20250410 Auckland Council,7862205,Request for Proposals,Open Competition,Supply of Hot Beverage for Office and Caf Barista,ACPN_15722,20150108,20150212,20200814,,Sole Agency,No,,"Auckland Council provides hot beverages for staff. The Council also operates a number of staff cafeterias, some of which provide barista coffee on a user-pay basis. The aim of this procurement process is to contract for a term of two years, plus a possible further one year at Councils sole discretion, for the supply of both hot beverages for office kitchenettes, and barista coffee for the council cafeterias. This includes the supply of coffee, tea, and hot chocolate for vending machine, and the lease of vending or barista coffee machines and the related services and maintenance. Auckland Council is committed to support Fairtrade, therefore a successful tender must include the supply of only Fairtrade certified coffee and tea. Joint submissions are welcome, however, there needs to be one single point of contact for the delivery of contract if successful.",Not Awarded,,0,20250410 Auckland Council,7934916,Request for Proposals,Open Competition,ACPN_17949 - Pt.Chevalier Town Centre Upgrade,ACPN_17949,20150226,20150320,20200814,,Sole Agency,No,"Auckland Council, Ground Floor Reception, 135 Albert St, Auckland.Tender Box Labelled: ACPN_ 17949 Pt.Chevalier Town Centre Upgrade","Auckland Council invites proposals for the provision of landscape design, consenting and physical works services for the upgrade of the Point Chevalier Town Centre, Auckland City. The total project budget and value of this procurement is $700,000.",Not Awarded,,0,20250410 Auckland Council,8015205,Request for Tenders,Open Competition,"ACPN_9450 Soakage Improvements Selwyn Road, Waitangi Road",ACPN_9450,20150114,20150209,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,8101870,Request for Proposals,Open Competition,For the Provision of Engineering Design Services for the Replacement of Jubilee Bridge,ACPN 17450,20150116,20150209,20200731,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland Central","The purpose of this procurement is to seek a Lead Consultant to provide the Professional Engineering and Design Services required for the design of the Jubilee Bridge replacement, which is required due to age, poor maintenance and resulting significant decay, as identified in an Engineering Issues and Options Report by Opus, September 2013. Jubilee Bridge traverses the entrance to Panmure Basin. The pedestrian bridge is currently 1.2 metres wide and approximately 60m long. Temporary repairs have occurred to ensure public safety for the next two years, however as per the above mentioned Engineering report, renewal is recommended. The bridge links Lagoon drive on the eastern side of Panmure Basin to the McCullough Walkway on the west, which provides a key commuter and recreational link around the Panmure Basin. Panmure Basin and Jubilee Bridge are popular locations for recreational visitors, joggers and cyclists making use of the circular pathway.",Not Awarded,"Award to Blue Barn for the amount of $103,955.00 Tender submissions were received through tender box",0,20250410 Auckland Council,8102138,Request for Tenders,Open Competition,RFT Waimahia Creek Catchment Field Survey,ACPN_17512,20150116,20150210,20200814,,Sole Agency,No,n/a,"Request for Tender for the provision of Waimahia Creek Catchment Field Survey for Stormwater Hydraulic Modelling Date that Response Box opens: 16/1/2015 Date and time that Response Box closes: 10/2/2015 RFTs must be delivered to: Electronic Response Box available on GETS",Not Awarded,,0,20250410 Auckland Council,8169339,Request for Tenders,Open Competition,Pukekohe South-Tutaenui Catchment Field Survey for SW Hydraulic Modelling,ACPN_17454,20150120,20150219,20200814,,Sole Agency,No,,"Auckland Council recently initiated the process of updating the Stormwater Modelling and Flood Hazard Mapping for the Pukekohe South Tutainui catchment. As part of the study, a review of data availability and data quality assessment of stormwater features and assets was carried out. The study identified issues with the existing data which would not support a reliable hydraulic model of the existing drainage system. Therefore a survey has been initiated to address the issues with the existing data.",Not Awarded,,0,20250410 Auckland Council,8192747,Request for Tenders,Open Competition,Hekerua Zig Zag Walkway Renewal - Walter Glen Reserve,ACPN 17811,20150121,20150209,20200807,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland",This project is to upgrade the existing concrete walkway to Hekerua Bay on Waiheke Island,Not Awarded,"Award to Timco Construction for amount of $103,605.00",0,20250410 Auckland Council,8366156,Request for Tenders,Open Competition,Michael Joseph Savage Memorial Reserve Toilet Renewal,ACPN 17145,20150128,20150223,20200731,,Sole Agency,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland",Construction of new toilet block at Michael Joseph Savage Memorial Reserve,Not Awarded,"Awarded to M F Astley Ltd for the tendered amount of $321,290.00. Tender submissions were received through tender box",0,20250410 Auckland Council,8419411,Request for Tenders,Open Competition,ACPN_17297 (Tenderlink ref. LGOL-670479) RFT for the Supply and Installation of Water Supply Infrastructure at Te Muri Regional Park,,20150129,20150220,20200820,,Sole Agency,No,,,Not Awarded,J & R Contracting Ltd,0,20250410 Auckland Council,8522371,Request for Tenders,Open Competition,PKWST13060E Burial Beams Development - Waikumete Cemetery,ACPN_17527,20150204,20150226,20200816,,Sole Agency,No,"Parks, Sports & Recreation Tender Box, Auckland Council, Henderson Service Centre, 6 Henderson Valley Road, Henderson, Auckland",Waikumete Cemetery - Burial Beams Area Development - Physical Works,Not Awarded,The contract is awarded to Decker Landscapes Ltd,0,20250410 Auckland Council,8533791,Request for Tenders,Open Competition,RFT for Pukaki Waokauri Creek Catchment Field Surveys for Stormwater Hydraulic Modelling,ACPN_17867,20150204,20150225,20200819,,Sole Agency,No,n/a,"Request for Tender for Pukaki Waokauri Creek Catchment Field Surveys for Stormwater Hydraulic Modelling ACPN - 17867 Auckland Council is seeking tenders from interested, qualified and experienced contractors, capable of delivering the required services within the allocated timeframe to the specified standard. The works comprises of field survey of stormwater assets, building floor levels, stream cross sections and stream crossing structures within the Pukaki Waokauri Creek Catchment. The successful tenderer will be the consultant who demonstrates the skills and capacity to deliver all of the outputs outlined above to Councils requirements as detailed in the tender documents. All communications with Auckland Council concerning this RFT are to be directed to Neda Hasan, who is the Councils contact person for this RFT, Ph: (09) 890 4361, Email: Neda.hasan@aucklandcouncil.govt.nz. Submissions close at 2.00pm on Wednesday 25 Feb 2013. Tender shall be lodged to the Electronic Tender Box labelled ACPN_17867 Pukaki Waokauri Creek Catchment Field Survey for Stormwater Hydraulic Modelling. The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,0,20250410 Auckland Council,8533805,Request for Tenders,Open Competition,RFT for Whangateau Stormwater (S3) Replacement Works,ACPN_10921,20150204,20150225,20200819,,Sole Agency,No,n/a,ACPN_ 10921 Request for Tender of Whangateau Stormwater S3 Replacement Works,Not Awarded,"The closing date has been extended and this RFT is closed now. Subsequently, a new RFT (GETS RFx ID: 9370584) has been published for the new closing date.",0,20250410 Auckland Council,8594869,Request for Tenders,Open Competition,"Tender for the provision of Public Stormwater Renewal, Huka Road, Birkenhead",ACPN_17372,20150205,20150223,20200814,,Sole Agency,No,Not applicable - electronic submissions only please,"Auckland Council is seeking suitably qualified suppliers for replacement of stormwater pipes and associated stormwater assets in Huka Road, Birkenhead",Not Awarded,,0,20250410 Auckland Council,8636568,Request for Proposals,Open Competition,Core Courses Learning Suppliers - Two,ACPN_17371,20150209,20150320,20200814,,Sole Agency,No,,"Auckland Council has identified a need to expand the Core courses training offered to better meet the needs of our organisation and employees. Core courses is the term used to describe courses that are relevant to, and offered, across council i.e. to employees in all departments of the Auckland Council organisation (and also to employees in some Council Controlled Organisations). Most core courses focus on developing soft or behavioural skills, and supporting team management capability development. The provision of a suite of quality Core courses that build key capability aims to support high performance, and the implementation of key transformational projects and organisation initiatives. Auckland Council aims to identify a set of suppliers to provide a suite of Core courses. Contracts are for a three year term. There are in total 32 courses in 11 categories. The procurement is staggered into two Requests for Proposal (RFP). This RFP is the second one, which covers 23 courses in 7 categories.",Not Awarded,,0,20250410 Auckland Council,8663772,Request for Tenders,Open Competition,PKWST13060B Waikumete Cemetery Roading Physical Works,ACPN_16435,20150209,20150306,20200816,,Sole Agency,No,"Auckland Council, Henderson Service Centre, 6 Henderson Valley Road, Henderson, Auckland",Maintenance and remedial works on the access roads within Waikumete Cemetery,Not Awarded,"The contract was awarded to HEB Construction Ltd for then amount of $298,124.65",0,20250410 Auckland Council,8720020,Request for Tenders,Closed Competition,Blockhouse Bay Recreation Reserve Changing Room Replacement Retender,ACPN_18152,20150210,20150309,20200814,,Sole Agency,No,"135 Albert Street, Auckland CBD","This is a retender of ACPN_16383, a replacement changing rooms and public toilets block at the Exminster Street entrance to Blockhouse Bay Recreation Reserve. The replacement building will contain four public toilets (including one accessible) and two changing rooms, tthree public toilets as well as a referees room and associated plant and maintenance area.",Not Awarded,,0,20250410 Auckland Council,8812632,Request for Tenders,Open Competition,ACPN_17235 Jayne Place Stormwater Renewal and Outfall,ACPN_17235,20150212,20150310,20200814,,Sole Agency,No,,"PLEASE SUBMIT AN ELECTRONIC RESPONSE FOR THIS TENDER (As per Request for Tender): One electronic document for the non-price attributes named: ACPN_17235 Jayne Place SW Renewal and Outfall NON-PRICE and One electronic document for the price named: ACPN_17235 Jayne place SW Renewal and Outfall PRICE Auckland Council is seeking suppliers for the provision of physical works for the Jayne Place Stormwater Renewal and Outfall in the Auckland Area.",Not Awarded,,0,20250410 Auckland Council,8813529,Request for Tenders,Open Competition,ACPN_14526 Hooton Reserve Walkway - Bridges Physical Works,ACPN_14526,20150212,20150305,20200814,,Sole Agency,No,,"PLEASE SUBMIT AN ELECTRONIC RESPONSE FOR THIS TENDER (As per Request for Tender): One electronic document for the non-price attributes named: ACPN_14526 Hooton Reserve Walkway/Bridges Physical Works NON-PRICE and One electronic document for the price named: ACPN_14526 Hooton Reserve Walkway/Bridges Physical Works PRICE Auckland Council is seeking suppliers for the provision of physical works for the Hooton Reserve Walkway/Bridges Physical Works in the Auckland Area.",Not Awarded,,0,20250410 Auckland Council,8840595,Request for Tenders,Open Competition,Papakura South Cemetery Earthworks,ACPN_17591,20150213,20150227,20200816,,Sole Agency,No,,"Request for Tender (RFT) for the provision of Papakura South Cemetery Earthworks Contract Number: ACPN_17591 Background Expansion of the Papakura South Cemetery in Gatland Road Papakura is required to provide for the burial needs of the district. The first stage toward implementing this plan requires earthworks of over 10,000m3 to contour the site to which will allow for approx. 1600 additional burial plots. Scope The scope of the proposed project is Setting out of contract works. Earthworks. Approximately 10,000m3 Trenching works. Stormwater reticulation The RFT documents will be released on 12 February 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website www.gets.govt.nz All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 27 February 2015 . They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a RFT for Contract Number ACPN_17591. The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"The contract was awarded to John Fillmore Contracting Ltd for the amount of $245,476.00",0,20250410 Auckland Council,8865355,Request for Tenders,Open Competition,"ACPN_17924 Stormwater Upgrade at 43 Cliff View Drive, Green Bay",ACPN_17924,20150213,20150306,20200814,,Sole Agency,No,,"Request for Tender - NZS3910 2003 Tender for Stormwater Upgrade at 43 Cliff View Drive, Green Bay Date Response Box opens; 13/2/2015 Date and time that Response Box closes: 6/3/2015 RFT must be delivered to: Ground Floor Reception Auckland Council 135 Albert Street Auckland Tender Box labelled : Tender for Stormwater Upgrade at 43 Cliff View Drive, Green Bay Contract ACPN_17924",Not Awarded,,0,20250410 Auckland Council,8928432,Request for Tenders,Open Competition,Glenfield Pools Spa and Change Room Upgrade,ACPN_17857,20150216,20150309,20200814,,Sole Agency,No,"135 Albert Street, Auckland CDB","Glenfield Pools & Leisure Centre Plant and Equipment has come to the end of its useful life and is now due for replacement. The scope of this procurement includes: Removal of the existing two spa pools. Making good and construction of one new spa pool as per the approved design Demolition of the existing change room facilities and building new as per the approved design Miscellaneous works including the construction of a new boiler house This procurement must be started and completed to a strict timetable during seasonal closure Site work start date: Monday 20 April 2015 at 8am Completion of works: Sunday 14 June 2015 at midnight",Not Awarded,,0,20250410 Auckland Council,9124532,Request for Tenders,Open Competition,PKWST14044A Tiverton Reserve Development PW,ACPN_17660,20150220,20150306,20200816,,Sole Agency,No,"Parks, Sports & Recreation Tender Box, Auckland Council, Henderson Service Centre, 6 Henderson Valley Road, Henderson, Auckland","Works involve the development of a passive recreation reserve including a stage/exercise area, loop walkway, planting, seats, car park and an open space grass area for informal recreation.",Not Awarded,The contract was awarded to Auckland Civil Ltd.,0,20250410 Auckland Council,9286371,Request for Tenders,Closed Competition,ACPN_17552 Lysaght Building Fitout Construction Services,ACPN_17552,20150225,20150311,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,9294516,Request for Tenders,Open Competition,Physical Works for Glover Park Clifftop Footpath Upgrade,ACPN 16847,20150225,20150309,20200731,,,No,"Auckland Council, The Foyer, 135 Albert Street, Auckland City","The existing clifftop footpath at Glover Park is narrow and in poor condition, with an uneven surface at places which creates tripping hazards. It is proposed to remove the existing pathway and to build a new wider concrete path with an exposed aggregate finish, along a similar alignment. The path will connect to three existing benches at the top of the cliff as part of the project. It will restore a safe and comfortable pedestrian access from the main accesses all around the park and along the clifftop line. In the areas of known archaeology and culturally sensitive sites, the footpath will be bridged with minimal excavation being required. All excavations in the significant areas would be monitored by both Iwi representatives and archaeologists. As well in the areas adjacent to protected trees, it was agreed with the Auckland Council Arborist that the footpath would be build above ground to prevent any damage to the roots as a consequence of excavation. The works will be monitored by an appointed Arborist. The proposed renewal includes: A replacement concrete footpath of 430m in length and 1.5m wide, located generally along the route of the existing footpath, varying slightly at places where a better outcome can be achieved for existing vegetation or archaeological features.",Not Awarded,"Awarded - Award - Price Band($100K - $250K) Tender submissions were received through tender box.",0,20250410 Auckland Council,9370584,Request for Tenders,Open Competition,RFT for Whangateau Stormwater (S3) Replacement Works,ACPN_10921,20150204,20150303,20200819,,Sole Agency,No,n/a,"ACPN_ 10921 Request for Tender of Whangateau Stormwater S3 Replacement Works the closing date has been extended, please refer to NTT2",Not Awarded,"The winning supplier is as below. - Downer NZ Ltd",0,20250410 Auckland Council,9474361,Request for Tenders,Open Competition,Point Erin Park Renewals,ACPN 18203,20150303,20150325,20200731,,Sole Agency,No,"Auckland Council, The Tender Box, 135 Albert Street, Auckland","This project covers the upgrade of five track sections, three new staircases and replacement of poor condition bollards in Pt Erin Park. Works are located in Pt Erin Park, Saint Marys Bay, Auckland City. Refer to the attached drawings for the exact location of proposed works.",Not Awarded,Awarded - responses were received through tender box,0,20250410 Auckland Council,9506875,Request for Proposals,Open Competition,Quality Policy Advice Training,ACPN_18187,20150305,20150326,20200814,,Sole Agency,No,,"This request for proposal (RFP) is issued by Auckland Council. Proposals are invited to provide quality policy advice training services to council staff over a twelve month period commencing May 2015. This proposal includes: a requirement to work with Auckland Council to develop a customised training programme a requirement to deliver the agreed training Programme customised to the Councils unique governance arrangements Successful supplier needs to have delivered training courses on public policy analysis and/or critical thinking topic in the last three years. The last date for question is 19th March 2015.",Not Awarded,,0,20250410 Auckland Council,9509688,Request for Tenders,Open Competition,ACPN_17282 Whangateau Hardcourt Fenced Facility,,20150304,20150326,20200819,,Sole Agency,No,,,Not Awarded,Contract (6000011585) awarded to WHAREHINE CONSTRUCTION LIMITED,0,20250410 Auckland Council,9696965,Request for Tenders,Closed Competition,ACPN_18289 RFT for the Milford Scout Hall Car Park Renewal Physical Works,,20150309,20150330,20200904,,Sole Agency,No,,,Not Awarded,Contract (6000011627) Award to Rohit's Civil & Infrastructure Limited,0,20250410 Auckland Council,9809683,Request for Proposals,Closed Competition,RFP Te Rangi Hiroa Reserve youth Facility,ACPN_17243,20150311,20150410,20200814,,Sole Agency,No,"The Foyer, 135 Albert Street, Auckland CBD","This is stage 2 of a 2 stage process (RFP) This procurement is to design ,consent and construct a youth facility in Te Rangi Hiroa Reserve, Ranui. It is expected that a multidisciplinary team or consortium will need to be formed to manage the scope of works. Auckland Council want to provide a facility that is not only value for money but also innovative in design.",Not Awarded,,0,20250410 Auckland Council,9819577,Request for Tenders,Open Competition,Turner Reserve Playground Upgrade Works,ACPN 15493,20150311,20150330,20200731,,Sole Agency,No,"Auckland Council, 135 Albert Street, Ground Floor Reception, Auckland","This procurement Plan proposes landscape works involved with removal of an existing playground and construction of a new playground, flying fox and learn to bike path areas, paved entry, drinking fountain, signage and furniture at Turner Reserve, Mt Roskill. This procurement does not include supply and installation of specific playground equipment and does not include supply / installation of wet pour surface in the playground and surround.",Not Awarded,,0,20250410 Auckland Council,9860978,Request for Proposals,Open Competition,Design Services for Pioneer Women's and Ellen Melville Hall and Freyberg Square Upgrade,ACPN_14880,20150312,20150407,20200814,,Sole Agency,No,,"Auckland Council invites proposals for the provision of Design Services for the Pioneer Womens and Ellen Melville Hall and Freyberg Square upgrade project. The Pioneer Womens and Ellen Melville Hall and Freyberg Square sit in the heart of Aucklands city centre in the bustling High Street precinct. The Pioneer Womens and Ellen Melville Hall is situated adjacent to Freyberg square, bounded by High Street to the west and by the junction of Courthouse Lane / Chancery Lane and OConnell Street on its eastern boundary. The Metropolis building is located to the south.The Hall was built in 1962 by Auckland City Council and is the lone community hall within the parameters of the Auckland City Centre. The integration and connection between the two proposed developments, Pioneer Womens and Ellen Melville Hall upgrade ($3 million) and the redesign of Freyberg Square ($4 million) is hugely important. The design phase is to be procured as a single contract which takes into account the need for a specialised multidisciplinary design team to produce a design concept (for Pioneer Womens and Ellen Melville Hall), and developed design, detailed design and construction drawings and documents for both developments.",Not Awarded,,0,20250410 Auckland Council,10065110,Request for Proposals,Closed Competition,ACPN 17646 Western Reserve Skate Park,,20150317,20150408,20200819,,Sole Agency,No,,,Not Awarded,Awarded to Contrax Ltd,0,20250410 Auckland Council,10068448,Request for Proposals,Open Competition,ACPN_18397 Websites Refresh Design Project,ACPN_18397,20150520,20150611,20200814,,Sole Agency,No,,"Auckland Council is undertaking a multi-phased programme to completely refresh and redevelop our multiple websites to make them easier to use and enable Aucklanders to achieve more through digital. We wish to rationalise and reduce the number of websites we have, and to bring existing microsite content into our core Council and libraries websites. The project has been split into a number of phases. We are currently looking to partner with leading digital experts to design the key foundation key artefacts and templates that will enable us to significant improve our digital customer experience.",Not Awarded,,0,20250410 Auckland Council,10259878,Request for Quotations,Closed Competition,PKWST14037B Manukau Foreshore Walkway Track Improvements PW,ACPN_17318,20150324,20150407,20200819,,Sole Agency,No,,See RFQ and attachments for Scope of Works,Not Awarded,This has been awarded to Visibaba ltd.,0,20250410 Auckland Council,10303142,Request for Tenders,Open Competition,PKWST13033A Little Huia Toilet Physical Works,ACPN_18094,20150325,20150413,20200816,,Sole Agency,No,"Parks Sports and Recreation Tender Box, Auckland Council, 6 Henderson Valley Road, Henderson",Construction of a toilet block at Little Huia - Refer to attached Request for Tender for further details,Not Awarded,"The contract was awarded to Cassidy Construction Ltd for the amount of $133,446.16",0,20250410 Auckland Council,10488997,Request for Tenders,Open Competition,Karaka Harbourside Erosion Earthworks,ACPN 18341,20150331,20150417,20200817,,Sole Agency,No,"Auckland Council, Parks, Sports & Recreation Tender Box, Ground Floor, Kotuku House, 4 Osterley Way, Manukau","Background Coastal erosion has occurred along the Karaka Habourside foreshore over a period of years, and has impacted on reserve usage. If it continues un-addressed, council assets including walkways, furniture and foreshore ramp access will be impacted. Council is requesting tender for physical works involving earthworks and embankment reshaping to stabilize the cliff edges. The primary benefit of the works will be maintaining accessible esplanade reserve. The works are expected to commence in April, and continue through into May 2015. Scope The scope of this procurement includes: Contractor site establishment, including plant, machinery and site office. Sediment control measures and protection as works are along coastal edge Earthworks re-grading of cliff embankment to reduce steepness Installation of geo-grid matting to hold re-graded edges Contractor dis-establishment from the site including re-instatement and clean-up of site. The scope of this procurement does not include: Any physical works associated with the existing reserve space and/or parks features. The RFT documents will be released on Tuesday 31 March 2015 and can be downloaded by subscribers of the Local Government Online TENDERLINK website www.lgtenders.co.nz,.and GETS website All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire: Ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on Friday 17 April 2015. They must be lodged in the Auckland Council Public Tenders box in a sealed envelope, clearly marked as a RFT for Contract Number ACPN_18341 Karaka Harbourside Erosion Earthworks. The address is: Parks, Sports and Recreation Tender Box, Auckland Council Ground Floor, Kotuku House 4 Osterley Way Manukau The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,"The contract was awarded to Transfield Services for the sum of $172,969.77",0,20250410 Auckland Council,10562294,Request for Proposals,Closed Competition,RFP for Strategic Economic Case for the Hauraki Gulf Marine Spatial Plan,ACPN_18481,20150402,20150417,20200814,,Sole Agency,No,,"Request for Proposal for the Strategic Economic Case for the Hauraki Gulf Marine Spatial Plan Date that Response Box opens: 02/04/2015 ***Last day for questions: 14/04/2015*** Date and time that Response Box closes: 17/04/2015, 02:00pm RFP's must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price attributes in SEPARATE documents***",Not Awarded,,0,20250410 Auckland Council,10649794,Request for Tenders,Closed Competition,RFT Wairau Stream Pedestrian Bridge Construction,ACPN_17516,20150407,20150430,20200814,,Sole Agency,No,,Stage two and a Two Stage procurement process.to engage a civil works contractor for the construction of a pedestrian bridge from Inga Road to Milford Reserve across the Lower Wairau Stream in Milford. The proposed 40 metre long and 3 metre wide bridge is designed with a lifting span section to be controlled manually by an offsite operator via a CCTV connection. This will enable the movement of vessels from the Milford Marina and public boat ramp to the Hauraki Gulf.,Not Awarded,,0,20250410 Auckland Council,10686844,Request for Tenders,Open Competition,ACPN_17583 RFT for the Birkenhead War Memorial Park Pump Track,ACPN_17583,20150407,20150421,20200816,,Sole Agency,No,,,Not Awarded,The contract is awarded to Seger Roading Ltd,0,20250410 Auckland Council,10769787,Request for Tenders,Closed Competition,ACPN_18528 (RFT) for the Sunnynook Park (Tonkin Dr) Car Park Renewal Physical Works,ACPN_18528,20150409,20150501,20200819,,Sole Agency,No,,,Not Awarded,Rohits Civil and Infrastructure Limited,0,20250410 Auckland Council,10801243,Request for Tenders,Open Competition,Keith Hay Park Rainford Entrance Toilet,ACPN 17584,20150410,20150504,20200731,,Sole Agency,No,"Auckland Council, Tender Box The Foyer, 135 Albert Street, Auckland City",The aim of this procurement is to find a contractor to complete the physical works associated with the construction of the new toilet facility and relocation of the existing Novaloo toilet.,Not Awarded,"Contract awarded to Cassidy Construction Ltd for the tendered amount of $276,806.70 Tender submissions were received through tender box",0,20250410 Auckland Council,10906003,Request for Proposals,Open Competition,ACPN_15547 Queen Street Northcote Point Design and Sup,ACPN_15547,20150413,20150505,20200814,,Sole Agency,No,,"This request for proposal (RFP) is issued for the Council Organisation set out on the front page. Through this RFP, the Council Organisation invites proposals for the provision of 171-174 Queen Street, Northcote Point, Stormwater Pipe Upgrade, Design and Supervision. The aim of the Council Organisation in this process is to obtain sufficiently detailed information from potential suppliers of the services about their respective organisations and their ability to provide the services (having regard to several factors including the quality of the services the supplier's ability to deliver on a timely basis, and price), to enable the Council Organisation to select and appoint a party (or parties) to provide the services In awarding the contract to a supplier, the Council Organisation intends to achieve: (a) Value for Auckland citizens, ratepayers and customers; (b) Optimum value consistent with its strategic objectives; and",Not Awarded,,0,20250410 Auckland Council,10975360,Request for Tenders,Open Competition,ACPN_15425 Murray's Bay Wharf,ACPN_15425,20150415,20150513,20200814,,Sole Agency,No,Electronic Tender only,"PLEASE SUBMIT AN ELECTRONIC RESPONSE FOR THIS TENDER (As per Request for Tender): Folder 1 marked Tender for ACPN_15425 Murrays Bay Wharf - Non Price Attributes and Folder 2 marked Tender for ACPN_15425 Murrays Bay Wharf - Price Auckland Council is seeking suppliers for the provision of construction works for the Murray's Bay Wharf in the Auckland Area.",Not Awarded,,0,20250410 Auckland Council,11062954,Request for Proposals,Open Competition,ACPN_18211 Digital Solution for ATEED Visitor Centres,ACPN_18211,20150417,20150508,20200814,,Sole Agency,No,,"ATEED own and operate 6 i-SITE Visitor Information Centers in the Auckland region and are currently planning and executing the considered and purposeful regeneration and rejuvenation of the network. This RFP is limited to the three highest visited i-SITES in Auckland being located at Sky City, Princes Wharf and the Auckland International Airport. These three sites currently have individual LCD digital screens which are owned and operated by a 3rd Party.Through this RFP, the Council Organisation invites proposals for the provision of a Digital Screen Solution and or Digital content management system for the 3 mentioned i-SITEs. The aim of the Council Organisation in this process is to obtain sufficiently detailed information from potential suppliers of Digital Screen Solution or Digital content management system about their respective organisations and their ability to provide the provision of Digital Screen Solutions or Digital content management systems (having regard to several factors including the quality of the provision of a Digital Screen Solution or Digital content management system the supplier's ability to deliver on a timely basis, and price), to enable the Council Organisation to select and appoint a party (or parties) to provide the provision of Digital Screen Solution or Digital content management system.",Not Awarded,,0,20250410 Auckland Council,11294516,Request for Tenders,Open Competition,ACPN_18182 (RFT) for the Western Reserve Toilet Replacement,ACPN_18182,20150430,20150521,20200816,,Sole Agency,No,,,Not Awarded,"Tender was awarded to Cassidy Construction Limited for the tendered amount of $502,917.00",0,20250410 Auckland Council,11691585,Request for Tenders,Open Competition,PKWST14018C Peripatus Track Upgrade Physical Works,ACPN_18529,20150506,20150520,20200816,,Sole Agency,No,"Parks, Sports & Recreation Tender Box, Auckland Council, Henderson Service Centre, 6 Henderson Valley Road, Henderson, Auckland",,Not Awarded,"The contract is warded to Outdoor Construction Ltd for the amount of $91,120.00",0,20250410 Auckland Council,11926897,Request for Tenders,Closed Competition,Sale of Weiti Penlink Forest and Ti Point Forest,ACPN_16059,20150514,20150604,20200727,,Sole Agency,No,"Tender Box labelled Sale of Weiti Penlink Forest and Ti Point Forest, Ground Floor Reception, 135 Albert Street, Auckland",,Not Awarded,No tender awarded,0,20250410 Auckland Council,11984570,Request for Tenders,Open Competition,Hillsborough Cemetery Footpath Pavement Renewal,ACPN _ 16929,20150515,20150605,20200731,,Sole Agency,No,"Tender Box, Auckland Council, The Foyer, 135 Albert Street Auckland","Auckland Council proposes to replace the majority of the existing footpaths in four sections of the cemetery, which are identified in drawings attached to the specification. It is proposed to remove the existing pathways and prepare or repair the base, form and pour exposed concrete footpaths with black oxide at a thickness of 100mm.",Not Awarded,"Awarded to Timco Construction Ltd for the tendered amount of $378,232.22. Tender submissions were received through tender box.",0,20250410 Auckland Council,12206714,Request for Tenders,Closed Competition,West Wave Sales and Fitness Alterations - Physical Works,ACPN_18572,20150525,20150609,20200814,,Sole Agency,No,,"Physical works alterations and improvements as designed specified and consented. These works include alteration and upgrade works to fitness levels, new functional studio, new sales office, revised shop, new access arrangements and associated building services, controls and security.",Not Awarded,,0,20250410 Auckland Council,12332596,Request for Tenders,Open Competition,Provision of Roberta Avenue Reserve Toilet Renewal,ACPN_19011,20150526,20150617,20200814,,Sole Agency,No,"The Foyer, Auckland Council at 135 Albert Street Auckland","The current Roberta Ave Reserve toilet is old and is located on the roadside opposite cafes and residential apartments rather than near the reserve entrance, pathways and children's playground. The existing toilet will be demolished and a new single pan concrete toilet will be constructed within the reserve closer to the playground and walking paths.",Not Awarded,,0,20250410 Auckland Council,12376278,Request for Tenders,Open Competition,Provision of Symonds Street Cemetery Asphalt Pavement Renewal,ACPN_18253,20150527,20150618,20200814,,Sole Agency,No,"The Foyer, Auckland Council 135 Albert Street, Auckland","The Symonds Street Cemetery is located on both side of Symonds Street and bounded by Karangahape Road, the Southern and North/Western Motorways and St Martins Lane, within the Auckland CBD. The Symonds Street Cemetery was the City of Auckland's earliest cemetery, established in 1841-42, and has a high heritage value. The objective of this project is to renew paths that are currently in poor condition and hazardous in some areas, and also to improve the amenity value of the cemetery for the general public. The run down condition of parts of the cemetery and the fact that some pathways are not clearly apparent have discouraged use and appreciation of the historic cemetery. The project will not alter the existing path layout, much of which reflects the original layout. Some changes to path alignments in the northwest corner of the Wesleyan section may need to be made in the future due to sections of the paths being laid over existing graves, but as the existing layout does not reflect the original, the relocation will not compromise heritage values.",Not Awarded,,0,20250410 Auckland Council,12376631,Request for Tenders,Closed Competition,"ACPN_19083 (RFT) for the Kaipatiki Signage Design, Manufacture & Installation",ACPN_19083,20150529,20150616,20200819,,Sole Agency,No,,,Not Awarded,Contract (6000012708) awarded to BRAVE DESIGN LIMITED,0,20250410 Auckland Council,12439152,Request for Proposals,Open Competition,ACPN_18966 Bulk & Bespoke FFE - GridAKL,ACPN_18966,20150529,20150622,20200814,,Sole Agency,No,"ACPN_18966 Bulk and Bespoke Furniture for the GridAKL Innovation Precinct and Associated Innovation Satellites 135 Albert Street, Auckland CBD","The scope of this procurement includes the design and manufacture (where appropriate), supply and installation of loose furniture and fittings for buildings to be developed as part of the GridAKL Innovation Precinct and associated satellite centers. This includes but is not limited to: Tables, chairs, soft seating Mobile furniture such as meeting room pods Reception furniture Fixed items such as whiteboards It is likely that some of these items will be bulk orders, however others will be bespoke in nature and we expect suppliers to work in partnership with ATEED and its stakeholders to design and develop bespoke items to meet the specific design principles and building users",Not Awarded,,0,20250410 Auckland Council,12453732,Request for Proposals,Open Competition,ACPN_19064 GridAKL Engineering Services,ACPN_19064,20150602,20150619,20200814,,Sole Agency,No,,"ATEED is seeking submissions from Engineering Professional Services organisations experienced in tenant fit out works for commercial developments. This includes experience of advising clients of the performance standards of the base building and how this supports their intended operations, associated main contractor hard fit out changes and design and technical specifications for subdivisional hard fit out The scope of this procurement is for Engineering Professional services including: Engineering Fitout Briefing Pre- Main Contract Hard Fitout (Pre-MCHF) Engineering Fitout Briefing Main Contract Hard Fitout (MCHF) Engineering Traditional Design Services Subdivisional Hard Fitout (SHF) Base Building Design Package Review Construction Monitoring",Not Awarded,,0,20250410 Auckland Council,13021794,Request for Proposals,Open Competition,ACPN_19255 ATEED Event Evaluation,ACPN_19255,20150617,20150630,20200814,,Sole Agency,No,Electronic delivery via GETS,"Auckland Tourism, Events and Economic Development (ATEED) provides sponsorship and support to approximately 30 events per year. There is a requirement to evaluate these events to ensure that ratepayers are receiving value for money. The ATEED Statement of Intent (SOI) sets out a number of key performance measures, which this piece of evaluation research will need to contribute to. These key criteria include: Estimated number of attendees at major events invested in Percentage of customers satisfied with delivered major events GDP generated from major events invested in Visitor nights generated by major events invested in Through this RFP, the Council Organisation invites proposals for the provision of professional services to contribute to ATEEDs event evaluation programme. The aim of the Council Organisation in this process is to obtain sufficiently detailed information from potential suppliers of these professional services about their respective organisations and their ability to provide the goods and/or services (having regard to several factors including the quality of the goods and/or services the supplier's ability to deliver on a timely basis, and price), to enable the Council Organisation to select and appoint a party (or parties) to provide the goods and/or services",Not Awarded,,0,20250410 Auckland Council,13206256,Request for Proposals,Open Competition,RFP for the provision of design support and Investigation services for Clinker Place,ACPN_19023,20150622,20150717,20200814,,Sole Agency,No,Not applicable,Auckland Council is seeking engagement of specialist tunnelling engineering consultants providing design and investigation services for the Clinker Place SHA Stormwater Pipeline.,Not Awarded,,0,20250410 Auckland Council,13403649,Request for Tenders,Open Competition,Stormwater Asset Data Office,ACPN_18566,20150626,20150716,20200814,,Sole Agency,No,n/a,"The Auckland Council Stormwater Unit is establishing a Stormwater Asset Data Office to drive and deliver a range of asset data improvement projects over the next few years. Three teams are being created in the following areas: Asset Data management and Optimisation Stormwater GIS - Asset Data Stormwater GIS Spatial It is seeking suitably qualified suppliers to provide these services.",Not Awarded,,0,20250410 Auckland Council,13771673,Request for Proposals,Open Competition,Merchandise Partner for World Master Games 2017,ACPN_19318,20150708,20150810,20200814,,Sole Agency,No,,"This request for proposal (RFP) is issued for World Master Games 2017 Limited (WMG2017). Through this RFP, WMG2017 invites proposals for merchandise goods and services for World Masters Games 2017. WMG2017 seeks to create a successful merchandise partnership that maximizes revenue for the Games (both cash through merchandise sales, and budget relieving value with items provided in-kind as part of the commercial model proposed), and involves no element of risk or underwriting for WMG2017. ***PLEASE NOTE:*** 1. Tenders must be submitted via the Electronic Tender Box available on GETS. 2. Last date for questions and requests for explanatory notices: Monday, 20/07/2015 by 12:00 p.m. 3. Full RFP documents are accessible only when logged in GETS.",Not Awarded,,0,20250410 Auckland Council,13826301,Request for Tenders,Closed Competition,ACPN_17552 Lysaght Building Fitout Construction Services,ACPN_17552,20150713,20150813,20200814,,Sole Agency,No,,Pricing section for the ACPN_17552 Lysgaht fitout.,Not Awarded,,0,20250410 Auckland Council,14194625,Request for Tenders,Open Competition,Cox's Bay Pathway Renewals FY 15/16 - Physical Works,ACPN 19211,20150721,20150811,20200731,,Sole Agency,No,"Auckland Council, The Tender Box, The Foyer, 135 Albert Street, Auckland","This specification is for the construction of concrete footpaths, construction of 8m of boardwalk and replacement of the Parawai Bridge as part of the upgrade of the pathway at Coxs Bay Reserve, Auckland",Not Awarded,"Awarded Tender submission were received through tender box",0,20250410 Auckland Council,14568022,Request for Proposals,Closed Competition,RFP for Review of Alternate Sources of Financing,ACPN_19523,20150731,20150814,20200814,,Sole Agency,No,,"Request for Proposal for Review of Alternate Sources of Financing Date that Response Box opens: 31/07/2015 ***Last day for questions: 12/08/2015*** Date and time that Response Box closes: 14/08/2015, 02:00pm RFP's must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price attributes in SEPARATE documents*** RFx Contact Information: Frae Cairns and Cameron Smith frae.cairns@aucklandcouncil.govt.nz; cameron.smith@aucklandcouncil.govt.n 021890105 and 021860347",Not Awarded,,0,20250410 Auckland Council,15184029,Request for Quotations,Closed Competition,ACPN_19402 Bastion Point/Tamaki Drive Landscape and Construction Works,ACPN_19402,20150817,20150904,20200814,,Sole Agency,No,n/a,"Request for Quotation for the provision of Bastion Point / Tamaki Drive Landscape and Construction Works Date the Response Box opens: 17 August 2015 Late day for questions: 31 August 2015 Date the Response Box closes: 4 September 2015",Not Awarded,,0,20250410 Auckland Council,15233069,Request for Quotations,Closed Competition,Lysaght Building Cleaning,ACPN_19563,20150818,20150828,20200814,,Sole Agency,No,,"Cleaning Services for the Lysaght Building, Wynyard Quarter, Auckland",Not Awarded,,0,20250410 Auckland Council,15300712,Request for Quotations,Closed Competition,Lysaght Building Facilities Management,ACPN_19564,20150818,20150828,20200814,,Sole Agency,No,,"FM Provision for the Lysaght Building, Grid AKL, Wynyard Quarter",Not Awarded,,0,20250410 Auckland Council,15582406,Request for Proposals,Closed Competition,RFP for Pilot Scheme for Seismic Assessments and Design Services,ACPN_19603,20150824,20150904,20200814,,Sole Agency,No,Electronic submission only through GETS website,,Not Awarded,,0,20250410 Auckland Council,15693743,Request for Proposals,Open Competition,ACPN_19567 Lysaght Building Network IT Infrastructure,ACPN_19567,20150826,20150916,20200814,,Sole Agency,No,GETS Electronic Delivery,"Network IT design, build and maintenance for the Lysaght Building (Wynyard Quarter)",Not Awarded,,0,20250410 Auckland Council,16328022,Request for Quotations,Closed Competition,ACPN_18969 Security System (Lysaght Building) GridAKL,ACPN_18969,20150910,20150924,20200814,,Sole Agency,No,GETS Electronic Delivery,"Security System for John Lysaght Building (GridAKL) Wynyard Quarter. Services include access, CCTV and alarms. Quotes must include provision for installation and ongoing maintenance.",Not Awarded,,0,20250410 Auckland Council,16466555,Request for Quotations,Closed Competition,Design and construction services hard and soft landscaping at Stoney Homestead,ACPN_16979,20150910,20150930,20200814,,Sole Agency,No,Not applicable,Auckland Council is seeking design and construction services for landscaping at Stoney Homestead,Not Awarded,,0,20250410 Auckland Council,16669898,Request for Quotations,Open Competition,Provision of Aquatic Pest Plant Control,ACPN_19588,20150915,20151013,20200814,,Sole Agency,No,,"Auckland Council wishes to engage a suitable contractor to provide professional services to control aquatic pest plants and in particular Senegal tea, Spartina, Arrowhead and Manchurian wild rice which are categorised as total control pest plants in the Auckland region. From time to time other relevant pest plants may also be required to be controlled within the scope of this contract.",Not Awarded,,0,20250410 Auckland Council,16817331,Request for Proposals,Closed Competition,Learning Management System Implementation,ACPN_19621,20150918,20150925,20200814,,Sole Agency,No,,"Auckland Council is seeking a contracted supplier to work with the Auckland Council LMS Project team to implement the Success Factors Learning Management module, and Employee Profiles function. These will be for use within the Auckland Council organisation, and by all individuals who have a record in the Auckland Council SAP system, plus specified approved other users. We need a supplier who is keen to work with us in partnership. They will appreciate that the implementation process needs to take into account the practicalities of working with diverse user groups and decentralised L&D functions, and that the IS system implementation must work in concert with change management activities as an integral part of the business project.",Not Awarded,,0,20250410 Auckland Council,16817458,Request for Tenders,Open Competition,Papatoetoe Shopping Centre Carpark,ACPN_18407,20150924,20151023,20200814,,Sole Agency,No,,"Auckland Council wishes to appoint a civil contractor to complete upgrading works to the car park located at 21 Wallace Road, Papatoetoe. The works include in ground services upgrades and a new car park layout with associated pavement changes, access ways and footpaths required to comply with the conditions of both the subdivision and land use consents.",Not Awarded,,0,20250410 Auckland Council,16830498,Request for Tenders,Open Competition,ACPN_16371 Westwell Avenue Stairs,ACPN_16371,20150924,20151015,20200820,,Sole Agency,No,,"Request for Tender (RFT) for the Westwell Avenue Stairs Physical Works Contract Number: ACPN_16371 The scope of this procurement includes: Demolition and removal of the lower portion of the existing structure; Supply of all materials required for the re-construction of stairs in accordance with design by others; Construction of new stairs including foundations, piling, all timberwork, Camouflage work on derelict structures and other structures as required; Upgrade work to remaining staircase and in ground steps as specified and if budget allows. The scope of this procurement does not include: Design of any structure; Any other professional services; Building Consents; Resource Consents The minimum specifications are set out in the tender documents attached to this Tender notice. The RFT documents will be released on 24 September 2015 The RFT closes on: 15 October 2015. All communications with Auckland Council concerning this RFT are to be directed to Liz Raos Elizabeth.raos@aucklandcouncil.govt.nz. The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,Field Drainage Specialists (NZ) Ltd,0,20250410 Auckland Council,16843872,Request for Proposals,Open Competition,ACPN_19713 ATEED SEO/SEM Services,ACPN_19713,20150929,20151019,20200814,,Sole Agency,No,GETS Electronic Delivery,"ATEED's digital platforms require Search Engine Optimisation (SEO) and Search Engine Marketing (SEM) in order to drive more traffic and increase conversions on its web properties in a competitive online space. SEO and SEM are fundamental to improve and maintain website performance. ATEED's websites are the key customer-facing channels to communicate Auckland's key messages, and investment in SEO and SEM is crucial to ensure visibility to web browsers.",Not Awarded,,0,20250410 Auckland Council,16845263,Request for Quotations,Closed Competition,Research on solid waste composition (SWAPs),ACPN_19772,20150930,20151016,20200816,,Sole Agency,No,,"This request for quotation (RFQ) is to appoint a supplier for research of solid waste compositions (SWAPs). The scope of this procurement includes undertaking eight SWAPs on the following waste streams: 1) (A) Domestic kerbside refuse (council collected) (B) Domestic kerbside refuse (non-council / privately collected) (C) Domestic kerbside refuse and recycling (3 bin trial area - North Shore) 2) Street littter bins - litter and recycling (CBD and Newmarket areas) 3) (A) Multi-unit developments refuse and recycling (council collected) (B) Multi-unit developments refuse and recycling (non-council / privately collected) 4) Waitakere transfer station - including survey of waste source 5) E-waste - including sub-categories",Awarded,,95682,20250410 Auckland Council,16863769,Request for Tenders,Closed Competition,Te Whau Esplanade Reserve Walkway - Stage 1 Construction,ACPN 19718,20151007,20151028,20200731,,Sole Agency,No,"Auckland Council, Ground Floor, 1 The Strand, Takapuna, Auckland","This project covers the development of a 1.5 km length of walkway between Cornel Circle and Dawson Road in Te Whau Esplanade Reserve, Snells Beach. All works have Designed to a Walking Track standard as defined in SNZ HB8360:2004",Not Awarded,,0,20250410 Auckland Council,16869294,Request for Tenders,Open Competition,NTH ACPN_19585 Chelsea Pedestrian Footbridge - Physical Works,ACPN_19585,20151009,20151104,20200816,,Sole Agency,No,,,Awarded,,315578,20250410 Auckland Council,16872747,Request for Proposals,Closed Competition,"ACPN_18970 Signage & Way Finding, John Lysaght Building",ACPN_18970,20151013,20151027,20200814,,Sole Agency,No,,"Signage and Way finding. The scope of this package includes the supply, installation and maintenance of signage to be integrated across the campus including, but not limited to: Internal/external signage Tenant name boards Maps/directions Ongoing maintenance as required Miscellaneous services that may arise",Not Awarded,,0,20250410 Auckland Council,16880290,Request for Tenders,Open Competition,Stormwater Outfall Construction,ACPN_17451,20151013,20151103,20200814,,Sole Agency,No,,"The aim of this procurement is to engage a suitable contractor to undertake stormwater outfall erosion remediation works for 11 sites in Auckland Region. Outfalls can only be constructed during the earthwork season, November to April. Works have been scheduled for the 2015-2016 and the 2016-2017 construction season.",Not Awarded,,0,20250410 Auckland Council,16882218,Request for Proposals,Open Competition,ACPN_19835 ATEED Digital Development,ACPN_19835,20151015,20151104,20200814,,Sole Agency,No,,"ATEED's main website aucklandnz.com requires redevelopment in order to improve user experience and provide the organisation a better platform to market Auckland to the rest of the world. Digital is at the centre of ATEED activities and is often the first place someone will interact with the organisation. Because of this, our website and other digital channels need to be improved across all business units to deliver a work class offering. Improving ATEED digital channels will benefit all areas of the business and will allow us to engage more effectively across all of our target markets. Please note that ATEED are looking to contract one supplier that can deliver website development, website design, website maintenance and digital strategy.",Not Awarded,,0,20250410 Auckland Council,16890581,Request for Proposals,Open Competition,Resource Consent Supplier Panel,ACPN_19814,20151016,20151102,20200814,,Sole Agency,No,,"Auckland Council invites proposals from suitable organisations to be added to Supplier Panels for the provision of professional services related to processing resource consent and other applications. The contract expiry date is 31 August 2016, same as the existing panel contracts. Nine (9) panels are covered under this RFP. They are 1. Consent Processing Specialist Services 2. Contaminated Land 3. Air Quality 4. Ecologist 5. Engineering 6. Stormwater engineer 7. Traffic engineer 8. Hydrogeologist 9. Acoustic",Not Awarded,,0,20250410 Auckland Council,16904839,Request for Tenders,Open Competition,"Request for Tender for Wattle Farm Stormwater Pond Improvement Project, Stage 2, Wattle Downs, Manurewa, Auckland",ACPN - 18817,20151021,20151112,20200803,,Sole Agency,No,"Tender Box Labelled, 'Tender for Wattle Farm Stormwater Pond Improvement, Stage 2, ACPN_18817' at Ground Floor, Auckland Council, 135 Albert Street, Auckland.","Request for Tender for Wattle Farm Stormwater Pond Improvement Project, Stage 2, Wattle Downs, Manurewa, Auckland ACPN - 18817 Auckland Council is seeking tenders from interested, qualified and experienced contractors, capable of delivering the required services within the allocated timeframe to the specified standard. The Request For Tender (RFT) documents will be released on 21 October 2015 and can be downloaded by subscribers of the Local Government Online website www.lgtenders.co.nz and Government Electronic Tenders Service (GETS) website www.gets.govt.nz The works will be carried out at the Northern pond and comprises of dewatering; sludge removal, construction of interlocked concrete retaining wall, pile dried sludge compact and clay capping works including reinstatement of all the affected areas. All communications with Auckland Council concerning this RFT are to be directed to Persees Antia, who is the Councils contact person for this RFT, Mobile: 021 240 6775, Email: Persees.Antia@aucklandcouncil.govt.nz Submissions close at 2.00pm on Thursday 12 November 2015. Tender shall be lodged in the Public Tenders box at reception in the Auckland Council, 135 Albert Street, Auckland CBD, Auckland, in a sealed envelope clearly marked as a tender for Wattle Farm Stormwater Pond Improvement Project, Stage 2, Wattle Downs, Manurewa, Auckland, ACPN - 18117 The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,Awarded to Gleeson civil,0,20250410 Auckland Council,16927495,Request for Tenders,Open Competition,Royal Reserve Park Development ACPN_19793,ACPN_19793,20151027,20151113,20200816,,Sole Agency,No,Not applicable,"As part of Councils ongoing development programme, Royal Reserve has funding for improvements. The desire is for Royal Reserve to become a destination park with a large playground and learn to ride bicycle path, where families may spend the day together. Budget is provided for design in 2015-16 and build in 2016-17. A design / engineering consultant is required to take the concept design through to detailed design, obtain any necessary consents, and to supervise and monitor the physical works. It is likely that the successful tenderer would be a multi-disciplinary consultancy or a consortium of engineers/landscape architects, planner etc.",Awarded,,124460,20250410 Auckland Council,16968332,Request for Proposals,Open Competition,ACPN_19873 Evaluation of Auckland Council's Empowered Communities Approach,ACPN_19873,20151106,20151127,20200814,,Sole Agency,No,n/a,"Request for Proposal for the provision of Evaluation of Auckland Council's empowered Communities Approach Date that Response Box opens: 06/11/2015 ***Last day for questions: 13/11/2015 Date and Time that Response Box closes: 27/11/2015 at 5:00pm RFPs must be delivered to: Electronic Response Box available on GETS ***please uplaod non-price attributes and price in SEPARATE documents***",Not Awarded,,0,20250410 Auckland Council,16982456,Request for Proposals,Closed Competition,Massey Domain Toilet Block,ACPN_19874,20151111,20151125,20200816,,Sole Agency,No,,"Massey Domain Toilet Block - Auckland Scope of Works Construct 1 new two pan accessible toilet (both accessible) with internal changing bench in each. New facility to sit alongside existing car park. Consider access from car park possible path connection and or kerb alteration for disabled access in accordance with NZS 4121 13.4.3 Fig 46. Possible geo-tech report required to assess ground stability. Obtain building consent. Toilet to serve park users and general public. Unique aspect for external facade (possible artist engagement or cladding). Refer to RFP and attached documents for more information.",Awarded,,205000,20250410 Auckland Council,16989729,Request for Tenders,Open Competition,Tamakae Wharf Upgrade,ACPN_19721,20151113,20160111,20200814,,Sole Agency,No,,"The Tamakae Reserve provides a valuable recreational, historical and cultural landmark for the Waiuku community. In addition to providing a significant focal point to the main commercial area of the town as a local tourist attraction, the wharf provides direct linkage with the inlet and coastal reserves as a point of entry on the high tide for boats. The scope of this procurement includes: Supply of materials and labour to construct retaining walls and timber decking to upgrade the historic Tamakae Wharf in Waiuku The project is divided into three separable portions. SP# 1 = historic wharf works (central area) SP# 2 = Jane Gifford wharf works (eastern bank) SP #3 = western bank works Separable Portion #1 is the top priority and is anticipated to be completed by June 2016. Separable portions 2 & 3 anticipated as being competed in June 2017.",Not Awarded,,0,20250410 Auckland Council,16992632,Request for Tenders,Open Competition,Puhoi Domain Hardcourt Renewal - Physical Works,ACPN_19725,20151116,20151209,20200819,,Sole Agency,No,,"The scope of this procurement includes: The construction of a new multi-use hardcourt surface, the associated fencing and typical multi-court line-marking features. The scope of this procurement does not include: Works not associated with the renewal of the hardcourt facility and the components that make it function 1. Fencing 2. Practice wall 3. Nets and hoops The minimum specifications are set out in the tender documents attached to this Tender notice. The RFT documents will be released on 16 November 2015 The RFT closes on: 7 December 2015. All communications with Auckland Council concerning this RFT are to be directed to Liz Raos at: Elizabeth.raos@aucklandcouncil.govt.nz. The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,Contract (6000014536) awarded to FIELD DRAINAGE SPECIALISTS (NZ) LIMITED,0,20250410 Auckland Council,17000577,Request for Tenders,Open Competition,ACPN_19726 (RFT) for the Wenderholm Toilet Block Physical Works,ACPN_19726,20151117,20151208,20200816,,Sole Agency,No,,"The scope of this procurement includes: Deconstruction and removal of the existing toilet facility Isolation and protection of key existing services Supply and construction of the newly designed and consented toilet block facility Reconnection and commissioning of services to the new toilet block Landscaping - comprising of earth backfilling and establishment of linking paths The scope of this procurement does not include: Works unrelated to the disestablishment of the current toilet block and the construction and commissioning of the new toilet block The minimum specifications are set out in the tender documents attached to this Tender notice. The RFT documents will be released on 17 November 2015 The RFT closes on: 8 December 2015. All communications with Auckland Council concerning this RFT are to be directed to Liz Raos Elizabeth.raos@aucklandcouncil.govt.nz. The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,,567864,20250410 Auckland Council,17001146,Request for Proposals,Open Competition,Waiheke Inorganic/Resource Recovery Trial,ACPN_19881,20151117,20151216,20200814,,Sole Agency,No,n/a,"Auckland Council would like Waiheke-based provider(s) to present their ideas on how an inorganic/resource recovery trial could be implemented on Waiheke and how they could be involved. The aim of this request is to identify all interested parties and to gain an understanding of their vision, capacity and areas of interest for participation. The inorganic / resource recovery trial aims to: Divert as much material from landfill as possible for on-island use and benefit Reduce the amount of illegal dumping Create opportunities for new and existing community and business organisations on Waiheke Encourage the participation and buy-in of Waiheke residents Provide an efficient and cost effective ratepayer funded service for every eligible Waiheke property",Not Awarded,,0,20250410 Auckland Council,17020186,Request for Tenders,Closed Competition,Glover Park Entrance Upgrade Project,ACPN 19898,20151123,20151209,20200731,,Sole Agency,No,,Physical works for Glover Park Entrance Upgrade Project,Not Awarded,"Awarded to Decker Landscapes for the tendered amount of $176,013.00",0,20250410 Auckland Council,17028279,Request for Tenders,Open Competition,West Playground Landscape Works PW,ACPN_19699,20151125,20151215,20200816,,Sole Agency,No,,"West Playground Landscape Works & Minor Construction Activities - Physical Works To refurbish the following four playgrounds due to the current playground equipment reaching the end of its natural serviceable life: Marlene Glade (Local Park) in Te Atatu South. Withers Reserve in Glen Eden. West Harbour Esplanade in West Harbour. Awaroa Park in Sunnyvale.",Awarded,,250654,20250410 Auckland Council,17034254,Request for Tenders,Closed Competition,Green Bay Beach Toilet Upgrade,ACPN_19908,20151127,20151211,20200816,,Sole Agency,No,,Refurbishment/modernisation of existing toilet & changing rooms at Green Bay beach,Awarded,,60385,20250410 Auckland Council,17039473,Request for Tenders,Open Competition,Waikumete Cemetery Cenotaph Upgrade,ACPN_19763,20151130,20151217,20200816,,Sole Agency,No,"Parks, Sports & Recreation Tender box located at Auckland Council, Henderson Service Centre, Reception Area, 6 Henderson Valley Road, Henderson","Upgrade of cenotaph monument at Waikumete Cemetery, Auckland",Not Awarded,The contract was awarded to Decker Landscapes Ltd.,0,20250410 Auckland Council,17060192,Request for Proposals,Closed Competition,Culture and Engagement Survey,ACPN_19849,20151208,20160125,20200814,,Sole Agency,No,,"Auckland Council is seeking a supplier to work in partnership with its Organisational Development team to design and implement a fit-for-purpose tool that will measure employee engagement and organisational culture (behavioural shifts towards desired future state) in Auckland Council and, as requested by Auckland Council, in Regional Facilities Auckland Ltd (a Council-controlled organisation) (RFA). This contract is for 3 years and is to start on1st March 2016.",Not Awarded,,0,20250410 Auckland Council,17065036,Request for Tenders,Open Competition,Grey Lynn Park Greenway Construction Works,ACPN 19897,20151210,20160127,20200731,,Sole Agency,No,"Auckland Council Tender Box labbelled Tender for Grey Lynn park Greenway Construction, 135 Albert Street, Auckland",This project is to upgrade 890m of existing concrete path in two sections through Hakanoa Reserve and Grey Lynn Park to form the Grey Lynn Greenway,Not Awarded,"Tender submission were received through tender box Awarded to Turf & Drainage for the tendered amount of $192,068.10",0,20250410 Auckland Council,17068410,Request for Proposals,Closed Competition,Henderson Massey Amenity Lighting Programme,ACPN_19828,20151211,20160125,20200816,,Sole Agency,No,n/a,Henderson Massey Amenity Lighting Programme,Not Awarded,"The contract was awarded to Coll Electrical Ltd for the value of $41,742.10",0,20250410 Auckland Council,17105193,Request for Tenders,Closed Competition,"ACPN_20078 Bassett Rd, Remuera Stormwater Upgrade",ACPN_20078,20160111,20160209,20200816,,Sole Agency,No,,The aim of this project is to reduce the overland flow within the Basset Road and Shore Road area and to mitigate floor flooding problems currently experienced by some dwellings around the area by piping the existing open stream through 145 Bassett Road with 1200mm diameter pipe for a length of 30m.,Awarded,,189540,20250410 Auckland Council,17106260,Request for Tenders,Closed Competition,"ACPN_19481 Alison Park Pond, Medallion Drive Pond - Sediment Removal",ACPN_19481,20160111,20160129,20200819,,Sole Agency,No,n/a,"Request for Tender Alison Park Pond, Medallion Drive Pond Sediment Removal Date that Response Box opens: 11/01/2016 ***Last day for questions: 26/01/2016 Date and time that Response Box closes: 29/01/2016 at 2:00pm RFT must be delivered to: GETS Electronic Tender Box labelled: ACPN_19481 Alison Park Pond, Medallion Drive Pond Sediment Removal ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Contract was awarded to KOTR Ltd,0,20250410 Auckland Council,17134633,Request for Tenders,Closed Competition,Construction if in-ground cut off barrier at 84 Cosgrave Rd,ACPN_20137,20160120,20160202,20200816,,Sole Agency,No,,,Not Awarded,The contract was awarded to March Construction Ltd,0,20250410 Auckland Council,17136456,Request for Proposals,Closed Competition,ACPN_20035 Waiheke Feral Pig Control - Physical Services,ACPN_20035,20160125,20160222,20200816,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Auckland Council (The Council). The aim of the Council in this process is to select and appoint a supplier for feral pig control to enable the Council to achieve: ?+ Value for Auckland citizens, ratepayers and customers; ?+ Reduction aimed at total eradication in feral pig densities on Waiheke Island. This work programme is consistent with the annual Biosecurity operational plan to deliver the current RPMS and give effect to the ESOS biodiversity objectives. This is prioritise, phased and planned work.",Not Awarded,The contract was awarded to Good Wood Aotearoa Ltd.,0,20250410 Auckland Council,17136682,Request for Tenders,Closed Competition,Stoney Homestead Physical Works Interior Refurbishment,ACPN_20101,20160121,20160219,20200814,,Sole Agency,No,Not applicable,Auckland Council is seeking tenders (in a closed tender to selected participants) for the internal refurbishment of Stoney Homestead in Silverdale,Not Awarded,,0,20250410 Auckland Council,17154587,Request for Proposals,Closed Competition,Brains & Glen Eden Picnic Lighting Professional Services,ACPN_0,20160126,20160209,20200820,,Sole Agency,No,n/a,Please refer to attachments for RFP details,Awarded,,0,20250410 Auckland Council,17159346,Request for Tenders,Closed Competition,Helena & Moire Track Renewal,ACPN_19911,20160128,20160218,20200816,,Sole Agency,No,n/a,Refer to RFT documents for scope of works,Awarded,,53242,20250410 Auckland Council,17169489,Request for Tenders,Open Competition,Deborah Reserve Walkway - Physical Works,ACPN 19627,20160202,20160307,20200731,,Sole Agency,No,,"The scope of this procurement includes: Renewal work to existing walkway, including boardwalk, track work, retaining walls, steps/stairs and drainage. The scope of this procurement does not include: Work outside the design and specifications For a detailed scope of services refer to Section E (Specifications and Project Drawings).",Awarded,,164819,20250410 Auckland Council,17179131,Request for Tenders,Open Competition,Kimpton Road Stage 1 SW Upgrade,ACPN_16099,20160204,20160225,20200727,,Sole Agency,No,none,"Auckland Council seeks the services of a qualified contractor to undertake the construction of the Kimpton Road Stormwater Upgrade. A site visit is mandatory. No appointment is required to visit the site.",Awarded,,0,20250410 Auckland Council,17196103,Request for Tenders,Closed Competition,ACPN_19481- Millwater Ponds - Sediment Removal,ACPN_19481,20160210,20160301,20200819,,Sole Agency,No,n/a,"Request for Tender Millwater Ponds Sediment Removal Date that Response Box opens: 10/02/2016 ***Last day for questions: 23/02/2016 Date and time that Response Box closes: 01/03/2016 at 2:00pm RFT must be delivered to: GETS Electronic Tender Box labelled: ACPN_19481 Millwater Ponds Sediment Removal ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,"Awarded to CW Glasgow Contractors Ltd for $694,410 in 2016",0,20250410 Auckland Council,17231328,Request for Proposals,Open Competition,Rating Valuation System,PIN_2170,20160224,20160314,20200814,,Sole Agency,No,,"Auckland Council requires a new rating valuation system to perform general revaluations and roll maintenance of rating units. Auckland Council seeks an off-the-shelf rating valuation system solution with minimal development required. A cloud-based solution is preferable. The implementation and customisation of the system need to be completed by September 2016. The licensing period is 6 year from system go-live, with two rights of extension of two years each. Two presentations are required for each submission, covering technical and non-technical aspects.",Not Awarded,,0,20250410 Auckland Council,17232151,Request for Proposals,Closed Competition,Leisure Consolidated Operating System,ACPN_19955,20160222,20160307,20200814,,Sole Agency,No,,"Auckland Council is issuing this request for proposals (RFP) to identify potential solutions and commercial models in the market that will deliver Councils business requirements whilst minimising additional Pools and Leisure investment. Furthermore, Auckland Council is looking for a solution capable of managing and supporting critical business activities such as: Customer management manage, improve or facilitate sales support and related interactions with customers. Membership management manages activities concerned with fitness/swim/facility membership and attendance. Programme registrations manages activities concerned with creating and delivering programmes/group fitness classes. Facility bookings manages activities concerned with booking facilities and resources. Payment processing manages activities concerned with payments for products and services. Point of Sale management retail products and services. Access control integrated with control gates manage access to fitness centers and particular areas of the facility based on membership or service purchased. E-shopping allowing the customer to buy/renew Pool and Leisure services online along with the ability to pay.",Not Awarded,,0,20250410 Auckland Council,17271334,Request for Quotations,Closed Competition,LSP Parks West Signage Renewals 2015/2016.v2,ACPN_20067,20160302,20160317,20200816,,Sole Agency,No,Not applicable,LSP WEST PARKS SIGNAGE RENEWALS 2015/2016,Awarded,The contract was awarded to Directionz Ltd,85197,20250410 Auckland Council,17274324,Request for Tenders,Closed Competition,Whangaparaoa Library and Warkworth Service Centre Refurbishment,PIN 20061 and 20111,20160303,20160324,20200731,,Sole Agency,No,,Whangaparaoa Library and Warthworth Service Centre - Building refit internal and the manufacturing of new main service desks for both facilities,Not Awarded,,0,20250410 Auckland Council,17317982,Request for Tenders,Closed Competition,Silverdale Animal Shelter Building Extension and the Big Red Barn Refurbishment,ACPN 20112,20160315,20160401,20200731,,Sole Agency,No,,"Silverdale Animal Shelter building extension: The existing admin building is currently not big enough to accommodate all the staff. The managers office also needs to be relocated so that it is not easily accessible by the public. There is also a need for a new temperament testing area as the current testing area is housed in a temporary structure. The Big Red Barn refurbishment: The exterior cladding of the barn needs to be repaired and replaced in certain areas. The complete roof will be replaced with new corrugated steel. We require 2 x new roller doors at each of the building. The floor and access road need to be stabilised as per the drawings.",Not Awarded,,0,20250410 Auckland Council,17328583,Request for Tenders,Open Competition,RFT for Civil Construction Contracting for Torbay Stormwater Upgrades,PIN_2154,20160318,20160412,20200828,,Sole Agency,No,n/a,"Request for Tender for the provision of Civil Construction Contracting for Torbay Stormwater Upgrades Date that response box opens: Friday 18 March 2016 Last day for questions: Friday 8 April 2016 Date/time response box closes: Monday 12 April 2016, 2pm RFT's must be delivered to: Electronic Response box available on GETS *Please upload non-price attributes and price in separate documents*",Awarded,Contract Awarded to Downer,0,20250410 Auckland Council,17346733,Request for Tenders,Closed Competition,Sister Rene Shadbolt Car Park Renewal,PIN_2159,20160329,20160415,20200816,,Sole Agency,No,,"Request for Tender for PIN_2159 Sister Rene Shadbolt Car Park Renewal. Refer to attached RFT documentation for further information.",Not Awarded,"The contract was awarded to Wilkinson Civil Ltd for the tender amount of $125,321.00",0,20250410 Auckland Council,17356207,Request for Tenders,Closed Competition,King Street Walkway Renewal,PIN 2453,20160401,20160418,20200817,,Sole Agency,No,Email to - reena.lakhan@aucklandcoucil.govt.nz,"The walkway at King Street Reserve (34 Queen Street, Northcote Point) requires renewal. Work includes renewal of the track under trees and coastal access stairs.",Not Awarded,"The contract was awarded to Recreational Services Ltd for the sum of $57,614.93",0,20250410 Auckland Council,17362644,Request for Proposals,Closed Competition,Land Efficient Burial Methods for Waikumete Cemetery,ACPN_19617,20160404,20160520,20200814,,Sole Agency,No,,"RFP for Land Efficient Burial Methods for Waikumete Cemetery The purpose of this procurement is to source a design, methodology or innovative system for increasing the useful operational life of the cemetery by increasing burial capacity within the existing developed areas of the cemetery. The intent is to creating medium to long term opportunities rather than look at individual plot development. A successful proposal will take into consideration the unique heritage, ecological, regulatory and landscape values of the site. It will be required to be feasible in terms of operational management; the regulatory constraints imposed on the site, and meet the approval of key stakeholders including Heritage New Zealand and Auckland Council Heritage Department. Any design that passes the councils RFP assessment will still be subject to other review processes, e.g. public consultation, resource consent.",Not Awarded,,0,20250410 Auckland Council,17371628,Request for Tenders,Open Competition,Omaha Groynes Renewal Stage 2 Physical Works,ACPN_20121,20160408,20160502,20200727,,Sole Agency,No,,This project involves the renewal of the Omaha groynes.This procurement is for the delivery of rock and physical works of rock placement and re-building the groynes.,Awarded,,0,20250410 Auckland Council,17377625,Request for Tenders,Closed Competition,Craigavon Park Playground Upgrade,PIN_2472,20160411,20160426,20200816,,Sole Agency,No,,"As part of Council's on-going playground renewal programme the playground at Craigavon Park is being renewed. Design will take place in the 2015/16 Financial Year with construction taking place in the Summer of 2016/17. This procurement seeks a design consultant, who is required to produce a concept design, through to detail design, obtain any necessary consent's and to supervise and monitor the physical works. Please refer to attached Request for Tender and associated documentation for further information.",Awarded,,24500,20250410 Auckland Council,17378644,Request for Quotations,Closed Competition,Hosking Reserve - Lower Chicken Shed Demolition,ACPN 19719 (PIN 456),20160411,20160426,20200731,,Sole Agency,No,,This contract is for the demolition of the lower chicken shed at Hosking Reserve,Not Awarded,,0,20250410 Auckland Council,17386364,Request for Tenders,Closed Competition,Long Bay Regional Park Wastewater System Improvements,PIN 20110,20160412,20160426,20200731,,Sole Agency,No,,"Long Bay Regional Park currently has a number of interconnected public toilet blocks. There have been an increasing number of park users, especially during the summer, and this can put pressure on the wastewater services. This project is part of a multi-phase upgrade of the Parks wastewater network. The upgrades include redirecting wastewater from the North Toilet Block to a new public wastewater connection, and connecting the Managers House and nearby Volunteers Rooms (which are presently utilising septic tanks and onsite wastewater disposal) to the new wastewater connection. The North Toilet Block wastewater is being redirected to make the overall network more resilient by separating it from the Central Toilet Block system.",Not Awarded,,0,20250410 Auckland Council,17395321,Request for Proposals,Closed Competition,Regional LiDAR Capture Year 2 & 3,ACPN_20055,20160415,20160502,20200727,,Sole Agency,No,,"We are seeking tenders from selected companies for the collection, compilation and delivery of LiDAR survey data for the remainder of the Auckland region as shown in the RFP document",Not Awarded,Tender reissued,0,20250410 Auckland Council,17426326,Request for Proposals,Closed Competition,SW Modelling Project office,ACPN_16010,20160420,20160511,20200727,,Sole Agency,No,,"Strong growth in the Auckland region has caused an increase in workload for Auckland Council. Because of the Special Housing Areas, Spatial Priority Areas as well as the planning for the Future Urban Land Supply Strategy (FULSS) there is a need for increased and ongoing resources. Auckland Council Stormwater Department wants to increase the pool of available consultants in the Modelling project Office and appoint two additional consultants on a 1+1+1 contract from June 2016 to the Modelling Project Office. If you are interested in working with Council and have modelling capabilities we would like to invite you to a closed RFP process (4 invited). The RFP documentation will go out through GETS and there will be 3 weeks to respond.",Not Awarded,Panel suppliers appointed,0,20250410 Auckland Council,17441045,Request for Proposals,Closed Competition,Dallas Reserve Playground Equipment,PIN_0,20160422,20160513,20200819,,Sole Agency,No,,"Local and Sports Parks West are renewing the playground at Dallas Reserve, New Windsor as the current equipment is reaching the end of its natural serviceable life. The scope of this procurement includes: Development and detailing of a concept plan Supply of all nominated play equipment Installation of play equipment Production of all Certification Documentation Please refer to the attached Request for Proposal and associated documentation for further information.",Awarded,,0,20250410 Auckland Council,17441137,Request for Proposals,Closed Competition,Starling Park Playground Equipment,PIN_0,20160422,20160513,20200904,,Sole Agency,No,,"Local and Sports Parks West are renewing the playground at Starling Park, Ranui as the current equipment is reaching the end of its natural serviceable life. The scope of this procurement includes: Development and detailing of a concept plan Supply of all nominated play equipment Installation of play equipment Production of all Certification Documentation Please refer to the attached Request for Proposal and associated documentation for further information.",Not Awarded,Contract (6000017201) Award to Outdoor Living Landscapes Limited,0,20250410 Auckland Council,17441853,Request for Proposals,Closed Competition,Electronic Content Delivery System,PIN_2139,20160422,20160506,20200814,,Sole Agency,No,,"This RFP is to seek a smart device solution for Delivery of meeting documents Content sharing, viewing & annotation Tracking of document consumption , sharing and distribution Integration with existing systems Document security, access control, auditing and recovery e-voting capability at meetings",Not Awarded,,0,20250410 Auckland Council,17463265,Request for Proposals,Closed Competition,Fonteyn Reserve Playground Upgrade,PIN_0,20160429,20160520,20200818,,Sole Agency,No,,"Local and Sports Parks West are renewing the playground at Fonteyn Reserve, Avondale as the current equipment is reaching the end of its natural serviceable life. The scope of this procurement includes: Development and detailing of a concept plan Supply of all nominated play equipment Installation of play equipment Production of all Certification Documentation Please refer to the attached Request for Proposal and associated documentation for further information.",Not Awarded,Playground People Limited,0,20250410 Auckland Council,17468136,Request for Tenders,Closed Competition,Claverdon Park Retaining Wall,PIN_2509,20160429,20160513,20200816,,Sole Agency,No,,"Require existing retaining walls within Claverdon Park to be removed and replaced as per designs. Refer to attached Request for Tender and supporting documents for further information.",Not Awarded,"The contract was awarded to Ram Contracting NZ Ltd for the amount of $57,092.28",0,20250410 Auckland Council,17469782,Request for Tenders,Closed Competition,Sister Rene Shadbolt Car Park Renewal,PIN_2159,20160429,20160513,20200816,,Sole Agency,No,,"New changing rooms have been completed at Sister Rene Shadbolt Park and the attached carpark requires renewal. Works include the installation of car park lighting - foundations, poles and luminaries as well as ancillary civil works (trenches ducting etc). Also removal and resurfacing of the car park and remediation of any poor quality sub grade detected and finally installation of wheel stops and line markings. Refer to attached Request for Tender and supporting documentation for further information.",Awarded,"The contract was awarded to Wilkinson Civil Ltd for the tendered amount of $125,321.00",0,20250410 Auckland Council,17474646,Request for Tenders,Closed Competition,The Rose Centre - Targeted Repairs,PIN 20010,20160502,20160520,20200731,,Sole Agency,No,,"The Work is to be priced as a Lump Sum Contract for all the work described in this Specification and the accompanying Drawings. Everything that is required for the completion of the work is to be included within the Contract. See individual Trade Sections for details, but in general, all materials and labour are to be included for all structure, finishings and fixed items.",Not Awarded,,0,20250410 Auckland Council,17475064,Request for Tenders,Closed Competition,LiDAR Capture Years 2 & 3(reissued),ACPN_20055,20160502,20160506,20200727,,Sole Agency,No,none,"We are seeking tenders from selected companies for the collection, compilation and delivery of LiDAR survey data for the remainder of the Auckland region as shown in the RFP document. This RFP has been reissued to a new closing date of 6th May 2016, 2 PM",Awarded,Both suppliers met our requirement,0,20250410 Auckland Council,17479863,Request for Proposals,Closed Competition,Rates Model Solution,PIN_2450,20160503,20160517,20200814,,Sole Agency,No,,Auckland Council requires a new rates modelling software tool for use by the Financial Policy team to calculate the level of rates which will meet Council rates revenue targets as well as analyse the relevant scenarios. The current system was an ad-hoc interim solution built using desktop personal productivity tools (MS Excel and MS Access). Access is no longer an IS supported application in Council and the system itself is no longer fit for purpose given Council's growing financial planning needs.,Not Awarded,,0,20250410 Auckland Council,17483941,Request for Proposals,Open Competition,PIN_2428 Courier Consolidation,PIN_2428,20160504,20160518,20200814,,Sole Agency,No,n/a,"This RFP relates to the acquisition of a supplier to provide logistics services for the collection and delivery of mail and other items between the various Auckland Council sites, externally and the movement of items between the libraries in the Auckland Libraries network. It also encompasses the daily sorting and distribution of libraries items. A component of this procurement is the ability of the supplier to operate in partnership with Council for the provision of the services. Please download complete RFP documents for details.",Not Awarded,,0,20250410 Auckland Council,17487269,Request for Tenders,Closed Competition,PIN_2248 Fisher Parade Seawall - Physical Works,PIN_2248,20160505,20160526,20200814,,Sole Agency,No,n/a,"Request for Tender of Fisher Parade Seawall (Physical works) Date that Response Box opens: 5/5/2016 ***Last day for questions 20/5/2016--- Date and time that Response Box closes: 26/5/2016 RFT must be delivered to: Electronic Response Box available on GET ***Tenders to be submitted in One electronic folder (PDF)",Not Awarded,,0,20250410 Auckland Council,17499452,Request for Proposals,Open Competition,Hardware Disposal Services,PIN_1750,20160510,20160525,20200814,,Sole Agency,No,n/a,"This RFP is for the provision of IT hardware disposal services (i.e. end of life services such as collection, hard drive wiping and asset retirement) . Auckland Council are interested in understanding the opportunities for asset retirement arrangements that: a) generate revenue with ideally a net-net zero cost solution and b) meet social and environmental objectives for Auckland Council.",Not Awarded,,0,20250410 Auckland Council,17499901,Request for Proposals,Open Competition,Human Resources CRM Tool,PIN_2582,20160511,20160526,20200814,,Sole Agency,No,,"The tender is to seek a Human Resource CRM tool. The solution must provide the ability to securely document, track, escalate, search and report on HR enquiries/service requests. The solution must provide the ability for customers to log service requests themselves using self-service feature. The system should have strong track record for providing services to large complex organisation (>2,000 employees), with minimum development required and to Australasian client(s). A cloud based solution is preferable. It must however meet the IS cloud security requirements. Paricipants need to make a free trial login available for 3 weeks from 23nd May 2016.",Not Awarded,,0,20250410 Auckland Council,17508395,Request for Tenders,Closed Competition,Huapai Reserve Water & Wastewater Servicing - Physical Works,PIN 2530,20160511,20160527,20200731,,Sole Agency,No,,"This project involves connecting recreational facilities at the Huapai Reserve to the recently installed public water supply and pressure sewer mains in Huapai township. Presently water is supplied with rain tanks and bore water top-up and there is onsite wastewater disposal. The proposal is to provide mains water supply to the toilet block, decommission the bore supply, decommission the existing public toilet treatment and effluent disposal equipment and connecting the wastewater to the public low pressure wastewater system.",Awarded,,230697,20250410 Auckland Council,17553251,Request for Tenders,Open Competition,Stillwater Boat Ramp Renewal,PIN 2536,20160526,20160610,20200731,,Sole Agency,No,,"The Stillwater Boat Club has an existing boat ramp providing access to the low water channel of the Wade River. The existing ramp is in poor condition and is to be re-constructed. The work includes: Demolition and removal of the existing structure Construction of a new replacement ramp The work is within the coastal area in a sensitive environment and the lower part of the ramp extends to and beyond the low tide mark. The site will be within the Boat Club area and public reserve and care will be needed to ensure public safety and minimise the effects on the adjacent amenities",Not Awarded,,0,20250410 Auckland Council,17570104,Request for Tenders,Closed Competition,Hibiscus and Bays Car Park Renewals,PIN 2579,20160601,20160622,20200731,,Sole Agency,No,,"This contract is for the rehabilitation of the Fishermans Rock Reserve Carpark in Gulf Harbour together with the Expansion of the Orewa Croquet Club Carpark in Hatton Road, Orewa. Works will generally involve The installation of subsoil drainage around the perimeter of each carpark Replacement of existing stormwater devices and the installation of new stormwater devices The removal of existing pavement surfacing Conventional lime/cement stabilisation of existing pavement material Reinstating the car park surfacing and line marking Excavation and removal of topsoil material Construction of additional permeable paved areas Refer Hutchinson design drawing sets 18827 E01-E06 and 19120 E01-E05 for further details.",Not Awarded,,0,20250410 Auckland Council,17572294,Request for Proposals,Open Competition,"RFP for Purchase, Buy-Back and Maintenance of Fitness Equipment",PIN_2243,20160601,20160627,20200814,,Sole Agency,No,,"Request for Proposal for Purchase, Buy-Back and Maintenance of Fitness Equipment Date that Response Box opens: 01/06/2016 ***Last day for questions: 22/06/2016*** Date and time that Response Box closes: 27/06/2016, 02:00pm RFP's must be delivered to: Electronic Response Box available on GETS RFx Contact Information: Frae Cairns frae.cairns@aucklandcouncil.govt.nz 021890105",Not Awarded,,0,20250410 Auckland Council,17592552,Request for Proposals,Open Competition,PIN_2777 Solution Delivery Panel,PIN_2777,20160610,20160622,20200814,,Sole Agency,No,n/a,"This procurement is to create a panel of consultancies that are able to provide their staff to Council projects for short term engagements. This method will enable flexibility, cost effectiveness and knowledge transfer to Council employees. The objective of creating a formal panel is to ensure we have all the below categories of IS project services covered: Business Analysis Solutions Architecture Project Management Training, Change & Communications management Technical Writing Please download complete RFP documents for details.",Not Awarded,,0,20250410 Auckland Council,17628774,Request for Proposals,Closed Competition,RFP for Proof-of-Concept 3D visualisation of asset and non-asset data sets,PIN_2706,20160623,20160722,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,17688659,Request for Proposals,Closed Competition,2776_Hybris Services,PIN_2776,20160712,20160722,20200814,,Sole Agency,No,Not applicable,"This procurement seeks to fill a current sourcing gap within Council Information Services (IS) by creating a panel of Hybris Service providers. This method will enable flexibility, cost effectiveness and knowledge transfer to Council employees. The panel will be set up for a direct award to be applicable up to $300K NZD, although a quotation process may be followed for any value SoW; thus maintaining a degree of competition within the panel. Panel participants should be able to provide suitably qualified Hybris staff for a number of applications across Auckland Council as required. The Panel participants should be able to provide IS resources with the following characteristics: Candidates at short notice For durations of 0 5 months For less than full time hours At rates that are competitive with independent contractor rates. They should be able to demonstrate: An established practice that provides Hybris services. A Permanent staff base. An established internal capability with on-going planned growth. Demonstrable capability to deliver with a history of success (references) Provide a practice manager who manages the engagement(s) and quality of the deliverables.",Not Awarded,,0,20250410 Auckland Council,17703029,Request for Tenders,Closed Competition,Kingdale Reserve & Starling Park Playground Civil/Landscape Work,PIN_2601,20160720,20160810,20200816,,Sole Agency,No,n/a,Request for Tender for a physical works contractor to undertake landscaping works and minor construction activities for playgrounds at Kingdale Reserve and Starling Park.,Awarded,"The contract was awarded to Outdoor Construction Ltd for the amount of $123,263.44",0,20250410 Auckland Council,17708161,Request for Proposals,Closed Competition,RFP for Partner for Food & Beverage in Leisure Centres,PIN_2745,20160719,20160812,20200814,,Sole Agency,No,,"Request for Proposal for Partner for Food & Beverage in Leisure Centres Date that Response Box opens: 19/07/2016 ***Last day for questions: 02/08/2016*** Date and time that Response Box closes: 05/02/2016, 02:00pm RFP's must be delivered to: Electronic Response Box available on GETS RFx Contact Information: Frae Cairns frae.cairns@aucklandcouncil.govt.nz 021890105",Not Awarded,,0,20250410 Auckland Council,17762442,Request for Tenders,Closed Competition,RFT - Long Bay Access Road - Physical Works,PIN_2924,20160805,20160906,20200814,,Sole Agency,No,n/a,"Request for tender for Long Bay Access Road - Physical works Date that Response Box Opens: 05/0/8/2016 ***Last date of questions is 29/08/2016 Date that Response Box Closes: 06/09/2016 RFTs must be delivered to Electronic Response Box available on GETS ***please upload non-price attributes and price in SEPARATE documents.",Not Awarded,,0,20250410 Auckland Council,17768872,Request for Proposals,Closed Competition,Functional Testing Services for NewCore Go-Live 5,PIN_2977,20160810,20160823,20200814,,Sole Agency,No,,"We are seeking a testing provider for NewCore June 2017 Go-Live (Go-Live 5). This is a closed competitive tender process and this RFP document is confidential. An optional Q&A session is available on Tuesday 16 August 2016. Please email the RFx contact person to arrange the time.",Not Awarded,,0,20250410 Auckland Council,17790915,Request for Tenders,Closed Competition,Little Muddy Creek Walkway Development,PIN_3016,20160830,20160913,20200816,,Sole Agency,No,,"Request for Tender (RFT) the for provision of Little Muddy Creek Walkway Development Contract Number: PIN_3016 Background A feasibility study has been completed for Auckland Council in support of a new walking track connection from Rimukate Rd to the north, crossing the Waituna Stream and over a side stream to ultimately link up to Huia Road in the south. The proposed walkway is to be constructed on predominantly two parcels of land; 67 Rimutake Road, and 247 Huia Road both are Council owned properties. The works required to provide a new track for the local community to use. Scope The scope of the proposed project is To construct a metal track from Rimutake Place to Huia Road 130 L.M, in accordance with the standard details from the Auckland Council Code of Practice for gravel paths; To construct a concrete path 95 sq.m from Rimutake Place; To construct bridge over the stream; Supply of all materials, machinery and labour associated with the above; Site establishment and H&S provisions. The RFT documents will be released on 30 August 2016 to Four selected existing suppliers. and can be downloaded from the GETS website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 13 September 2016. Electronic submissions Via GETS website in the format indicated in the Request for Tender Conditions of Tendering Document. ` The Auckland Council reserves the right not to accept the lowest or any tender.",Awarded,"The contract was awarded to Nasey Contractors Ltd for the tendered amount of $172,558.00",0,20250410 Auckland Council,17791658,Request for Tenders,Closed Competition,Birkenhead Library HVAC Upgrade,PIN 248,20160812,20160920,20200731,,Sole Agency,No,,"The scope of work, required by this section of the specification, is the supply, delivery, assembly, installation, and commissioning of the materials required and the work necessary for the complete working installation set out in the drawings and the specification that form this contract.",Not Awarded,"Awarded to Air Mark Services Ltd for the tendered amount of $496,100.00",0,20250410 Auckland Council,17795791,Request for Tenders,Closed Competition,Dallas & Fonteyn Reserve Playground Civil/Landscape Work,PIN_2602,20160815,20160907,20200816,,Sole Agency,No,n/a,Request for Tender for a physical works contractor to undertake landscaping works and minor construction activities for playgrounds at Fonteyn Reserve and Dallas Reserve.,Not Awarded,The contract was awarded to A1 Moa Administration Ltd,0,20250410 Auckland Council,17805886,Request for Tenders,Closed Competition,Te Pai Netball Courts Refurbishment,PIN_2905,20160817,20160915,20200814,,Sole Agency,No,n/a,"Request for Tender for Te Pai Netball Courts Refurbishment Date that Response Box opens: 17/08/2016 ***Last day for questions: 07/09/2016 Date that Response Box closes: 15/09/2016 RFTs must be delivered to: Electronic Response Box available on GETS",Not Awarded,,0,20250410 Auckland Council,17812493,Request for Tenders,Closed Competition,Claverdon Park Retaining Wall,PIN_2509,20160819,20160902,20200816,,Sole Agency,No,n/a,"Existing retaining walls to be removed and replaced within Claverdon Reserve. Please refer to attached Request for Tender for further information.",Awarded,,57092,20250410 Auckland Council,17843550,Request for Tenders,Closed Competition,Potters Park Playground and Basket Ball Court Upgrade,PIN _ 3145,20160829,20160919,20200731,,Sole Agency,No,,"Landscape works involved with the upgrade of the park entrance, new path connections, learn to ride bike track, basketball half courts, demolition of the existing playground and construction of a new playground and associated paving, site furniture, play equipment and planting.",Awarded,,594793,20250410 Auckland Council,17848022,Request for Proposals,Open Competition,PIN_2978 NewCore Data Migration - Automated Data Validation and Reconciliation,PIN_2978,20160830,20160916,20200814,,Sole Agency,No,n/a,"The NewCore Programme is one of the largest and most critical transformation projects at Auckland Council, consolidating core customer-facing systems and standardising customer and business processes. This procurement is looking for a supplier to build and deliver an automated data validation and reconciliation solution within a specific timeframe. Auckland Council is seeking a supplier that has: demonstrable experience in delivering the services appropriate size and structure to deliver and manage services clearly articulated methodology that effectively manages Council risks; consistent and builds quality skilled and consistent resources This is an opportunity to work closely with Auckland Council to support and deliver a key project within the NewCore Programme, with the aim to deliver value to Aucklanders. Please download complete RFP documents for details.",Not Awarded,,0,20250410 Auckland Council,17850382,Request for Tenders,Closed Competition,Herne Bay Beach Reserve Access Road,PIN 3045,20160831,20160922,20200731,,Sole Agency,No,,"The objective of this procurement is to renew/upgrade the largest section of pavement within Herne Bay Beach Reserve that is currently in very poor condition. The pavement is currently dangerous for pedestrians due to tripping hazards caused by tree root heave, surface water erosion and ground movement.",Awarded,,59903,20250410 Auckland Council,17850518,Request for Proposals,Closed Competition,Myers Park Splash Pad,ACPN 19593,20160831,20160916,20200731,,Sole Agency,No,,Myers Park Stage 2 - Splash Pad Construction,Awarded,,289979,20250410 Auckland Council,17860566,Request for Tenders,Closed Competition,Elvira Walk and Brains Park Amenity Lighting,PIN_2963,20160902,20160916,20200816,,Sole Agency,No,n/a,"Request for Tender for Elvira Walk and Brains Park Amenity Lighting - Including installation of foundations, poles, luminaries and ancillary infrastructure. Please refer to attached Request for Tender.",Awarded,,0,20250410 Auckland Council,17910900,Request for Proposals,Closed Competition,Whangaparaoa Recycling Depot Trial,PIN_3215,20160915,20161014,20200814,,Sole Agency,No,n/a,"Request for Proposal for the Whangaparaoa Recycling Depot Trial. Date that Response Box opens: 15/09/2016, 10:30 am **Last day for questions: 30/09/2016** Date and time that Response Box closes: 14/10/2016 02:00 pm RFPs must be delivered to: Electronic Response Box available on GETS",Not Awarded,,0,20250410 Auckland Council,17941567,Request for Proposals,Open Competition,World Master Games Medals 2017,PIN_3248,20160922,20161007,20200814,,Sole Agency,No,Not applicable,"The World Masters Games will be hosted in Auckland, New Zealand from 21 to 30 April 2017, during which time 25,000 athletes will compete in 28 sports across 48 primary competition venues. The Games will involve more than 3,000 medal ceremonies to present prize medals and celebrate the achievement of medal winning athletes. World Masters Games 2017 Limited (WMG2017) is seeking to identify an experienced supplier to finalise the design and production of a minimum of 18,000 high quality prize medals (with a maximum of 25,000), in line with the scope of requirements, the identified project timeframes and within the available budget allocation",Not Awarded,,0,20250410 Auckland Council,17956334,Request for Proposals,Open Competition,PIN_3012 GridAKL Place Operator - 12 Madden Street,PIN_3012,20160926,20161111,20200814,,Sole Agency,No,,"Through this Request for Proposal (RFP) process, Auckland Tourism, Events and Economic Development (ATEED) is seeking a partner that is passionate about innovation and excited about the prospect of working together to develop the 12 Madden Street Building (12 Madden Street) as the flagship facility at GridAKL (GridAKL), Aucklands innovation precinct at Wynyard Quarter (Innovation Precinct), helping ATEED create an innovation hub of the Asia Pacific region and working towards achieving our objectives. We are intending to held Agent's briefing and Individual respondent briefing as follows: AGENTs BRIEFING It is ATEEDs intention to host a breakfast briefing session for commercial property agents on Thursday 29th September 2016, at 8.30am for 1 hour. The briefing will be held in Auckland and the venue will be confirmed prior to the event . The purpose of this briefing will be to present the RFP opportunity to commercial property agents who may wish to present this to their clients. INDIVIDUAL RESPONDENT BRIEFINGS ATEED will provide the opportunity to prospective respondents to meet with key members of ATEED to ask questions and seek clarifications about the RFP and the process. Respondents will be allocated a 1 hour private briefing. These will be held on Monday 3rd October and Tuesday 4th October 2016. Sessions will be allocated on a first come first serve basis. The briefings will be held in Auckland and the venue will be confirmed prior to the event.",Not Awarded,,0,20250410 Auckland Council,17961259,Request for Proposals,Open Competition,Business Intelligence Sourcing Panel,PIN_2775,20160927,20161014,20200814,,Sole Agency,No,,"This procurement seeks to fill a current sourcing gap within Council Business Intelligence Services (BI) by creating a panel of consultancies that are able to provide resources to Council projects for short term engagements. This approach will enable flexibility, cost effectiveness and knowledge transfer to Council employees. The objective of creating a formal panel is to ensure we have the below categories of BI services covered: Enterprise reporting BI Analytics",Not Awarded,,0,20250410 Auckland Council,17976196,Request for Tenders,Closed Competition,Royal Reserve Park Development,PIN_2648,20161003,20161028,20200814,,Sole Agency,No,Not applicable,"Royal Reserve is a large existing park on Beauchamp Drive, Massey. The park currently provides minimal facilities to enhance community wellbeing. The aim is to develop the underutilised area to the south of the park which has the highest aspect of the site with views toward the city centre. The scope of this procurement includes: Procuring physical works Site supervision and contract management Please refer to the attached Request for Tender and associated documentation for further information. Please upload non-price attributes and price in SEPARATE documents Site visit is required. No Appointment required to view site.",Not Awarded,,0,20250410 Auckland Council,18013663,Request for Proposals,Open Competition,Cloud Consulting Services,PIN_3412,20161010,20161026,20200814,,Sole Agency,No,,"Auckland Council is considering moving some services to the public cloud, and is looking for a partner that can provide support for this process. This RFP is for a three-month engagement for the analysis and planning phase. Note: Suppliers who offer their own cloud and large-scale hosting services for sale are excluded from this tender. The exclusion is to ensure independence of the advice Council receive.",Not Awarded,,0,20250410 Auckland Council,18022198,Request for Proposals,Closed Competition,Pool and Water Feature Plant Maintenance,PIN_3403,20161111,20161223,20200723,,Sole Agency,No,Not applicable,"This contract provides for the maintenance of Auckland Council’s Swimming Pool and Water Features Plant systems. The overarching objective is to ensure these systems are functional, safe, fit-for-purpose and where possible optimised to reduce disruption to their operation. A secondary objective is the standardisation of plant, and standardisation of Council staff’s operating procedures to run pool facilities. Total productive maintenance principles should be applied at every stage of planning and maintenance. The Council is taking a specialist region wide approach to the contract structure and management of these services. On 1 July 2017, the Pool and Water Features Plant Maintenance contract will be put in place and will cover the management and maintenance services for all Council-owned and controlled facilities. (see Appendix A Full list of assets to see whether each facility is managed in-house (i.e. by Council staff) or contracted out. Regardless of in-house or contracted-out management of the facilities, all maintenance for plant is included in this contract. Contracted-out sites will require engagement by the supplier with the relevant third party managers. The Pool and Water Features Plant Maintenance contract will be managed as hybrid contract of lump sum and measure and value items, but may shift to output only through the term of the contract. It will be expected that the appointed suppliers will show proactive ownership of Council assets, including those not directly related to the contract’s scope. This will involve reporting any faults or issues, regardless of asset ownership in a timely manner (e.g. reporting damage to a fountain structure; or malfunctioning non-pool plant in a plant room). In addition to physical maintenance of pool and water feature plant components, this contract includes providing technical advice, as well as coordination of pool shutdowns across the region, including coordination of other Council’ Full Facilities contractors’ works and with the facility manager during a pool shutdown",Not Awarded,This procurement project has been cancelled and we opened a new one.,0,20250410 Auckland Council,18045700,Request for Tenders,Closed Competition,Upgrade of the Space above Maungakiekie-Tamaki Local Board Offices,PIN_3269,20161019,20161109,20200814,,Sole Agency,No,,"The Maungakiekie-Tamaki Local Board commissioned an option to reconfigure the space above its current offices at 7-13 Pilkington Rd, Panmure. Please refer to the attached Request for Tender and associated documentation for further information. Please upload non-price attributes and price in SEPARATE documents",Not Awarded,,0,20250410 Auckland Council,18070052,Request for Tenders,Closed Competition,Waiuku Rugby Club Sports Field Lighting,PIN_3193,20161026,20161116,20200814,,Sole Agency,No,,"Physical works construction of the Sports Field Lighting in accordance with plans, specifications and pricing schedules to increase community use of the Waiuku Rugby Club Sports Fields. Please refer to the attached Request for Tender and associated documentation for further information. Please upload non-price attributes and price in SEPARATE documents",Not Awarded,,0,20250410 Auckland Council,18072467,Request for Tenders,Closed Competition,PIN_3050 Barry Curtis Park Southern Pavilion Development,PIN_3050,20161026,20161123,20200819,,Sole Agency,No,n/a,"Request for Tender for Barry Curtis Park Southern Pavilion Development - Physical works Date that Response Box opens: 26/10/2016 ***Last day for questions: 17/11/2016*** Date and time that Response Box closes: 23/11/2016 at 2:00pm RFTs must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in separate documents",Awarded,,0,20250410 Auckland Council,18110373,Request for Tenders,Open Competition,Great South Road to Coles Crescent Stormwater Renewal,PIN_2676,20161107,20161205,20200814,,Sole Agency,No,n/a,"Request for Tender for Great South Road to Coles Crescent Stormwater Renewal - Physical works Date that Response Box opens: 7/11/2016 ***Last day for questions: 28/11/2016*** Date and time that Response Box closes: 5/12/2016 at 3:00pm RFTs must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in separate documents",Not Awarded,,0,20250410 Auckland Council,18111467,Request for Tenders,Open Competition,Metro Park East Walkway Development,PIN_2479,20161107,20161125,20200819,,Sole Agency,No,n/a,"Request for Tender for Metro Park East Walkway Development - Design, consent and construction cycle/walkway Date that Response Box opens: 7/11/2016 ***Last day for questions: 18/11/2016*** Date and time that Response Box closes: 25/11/2016 at 2:00pm RFTs must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in separate documents",Awarded,,0,20250410 Auckland Council,18123691,Request for Tenders,Closed Competition,36 Buckland Road Stormwater Upgrades,PIN_3177,20161109,20161130,20200814,,Sole Agency,No,n/a,"Request for Tender for 36 Buckland Road Stormwater Upgrade Date that Response Box opens: 9/11/2016 ***Last day for questions: 23/11/2016*** Date and time that Response Box closes: 30/11/2016 at 2:00pm RFTs must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in separate documents",Not Awarded,,0,20250410 Auckland Council,18124919,Request for Tenders,Closed Competition,Parrs Park Landscape Upgrades,PIN_2729,20161109,20161130,20200816,,Sole Agency,No,n/a,"A physical works contract to undertake landscaping and construction activities for Parrs Park Landscape Upgrades. Please refer to attached PIN_2729 Parrs Park Landscape Upgrade Request for Tender documents.",Not Awarded,"The contract was awarded to Auckland Civil Ltd for the amount of $233,955.00",0,20250410 Auckland Council,18131687,Request for Proposals,Open Competition,Auckland Council Community Centres and Houses Programmes Impact Evaluation,PIN_3767,20161111,20161209,20200814,,Sole Agency,No,NA,"Auckland Council seeks to contract an experienced Supplier to provide professional services for the community places team within Auckland Council For further information and detailed requirements, please refer to the attached RFP documents. PLEASE NOTE Proposals should be delivered electronically to the GETS Electronic Tender Box Posted, faxed or hand delivered proposals will not be accepted.",Not Awarded,,0,20250410 Auckland Council,18148522,Request for Tenders,Closed Competition,PIN_2445 Glenfield Cemetery Car Park,PIN_2445,20161116,20161206,20200813,,Sole Agency,No,n/a,"Request for Proposal for the provision of Glenfield Cemetery Car Park Renewal Date that Response Box opens: 16/11/16 **Last day for questions: 06/12/16** Date and time that Response Box closes: 06/12/16 at 2pm RFxs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Contract awarded,0,20250410 Auckland Council,18149285,Request for Proposals,Closed Competition,RFP for Insurance Brokerage and Advisory Services,PIN_3155,20161116,20161221,20200814,,Sole Agency,No,,"Request for Proposal for Insurance Brokerage and Advisory Services Date that Response Box opens: 16/11/2016 ***Last day for questions: 16/12/2016*** Date and time that Response Box closes: 21/12/2016, 02:00pm RFP's must be delivered to: Electronic Response Box available on GETS RFx Contact Information: Frae Cairns frae.cairns@aucklandcouncil.govt.nz 021890105",Not Awarded,,0,20250410 Auckland Council,18153186,Request for Proposals,Closed Competition,"Splash Pads Equipment Design, Supply and Installation",PIN_3424,20161117,20161207,20200814,,Sole Agency,No,n/a,"Request for Proposal for Splash Pads Equipment Design, Supply and Installation Date that Response Box opens: 17/11/2016 ***Last day for questions: 1/12/2016*** Date and time that Response Box closes: 7/12/2016 at 2:00pm RFPs must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in separate documents",Not Awarded,,0,20250410 Auckland Council,18180561,Request for Proposals,Open Competition,PIN_3019 - GIS Services Panel,PIN_3019,20161125,20161216,20200814,,Sole Agency,No,,"The Auckland Council Group (Auckland Council, Auckland Transport and Watercare) has an opportunity to streamline and simplify engagement with external vendors by creating a panel of preferred professional GIS service suppliers. Currently the Auckland Council Group's GIS teams offer a range of services across the discrete areas of local government responsibility including but not limited to: operational support, end-to-end solution delivery and information management and analysis. This procurement gives your organisation a chance to engage easily with the Auckland Council group, to achieve best value for Aucklanders, and support our internal GIS teams to provide a high level of service to customers. Please download complete RFP documents for details.",Not Awarded,,0,20250410 Auckland Council,18180632,Request for Tenders,Open Competition,Birkenhead War Memorial Skate Park,PIN_2125,20161125,20161215,20200825,,Sole Agency,No,n/a,"Request for Tender for the provision of Birkenhead War Memorial Skatepark_Physical Works Date that Response Box opens: 25/11/16 **Last day for questions: 08/12/16** Date and time that Response Box closes: 15/12/16 at 2pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Contrax Limited Contract # 6000020318,0,20250410 Auckland Council,18184288,Request for Tenders,Closed Competition,"Marlborough Park Path, Drainage and Playspace Renewals",PIN_3451,20161128,20161216,20200814,,Sole Agency,No,n/a,"Request for Tender for the provision of Marlborough Park Path, Drainage and Playspace Renewals. Date that Response Box opens: 28/11/16 **Last day for questions: 08/12/16** Date and time that Response Box closes: 16/12/16 at 2pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,,0,20250410 Auckland Council,18184651,Request for Tenders,Closed Competition,PIN_3790 Whangateau Sports Field Lighting,PIN_3790,20161128,20161213,20200813,,Sole Agency,No,n/a,"Request for Tender for provision of Whangateau Sports Field Lighting Date that Response Box opens: 28/11/16 **Last day for questions: 07/12/16** Date and time that Response Box closes: 2pm 09/12/16 RFTs must be delivered to Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,Contract awarded,0,20250410 Auckland Council,18188283,Request for Tenders,Closed Competition,Waikumete Cemetery Roading Physical Works,PIN_3866,20161129,20161213,20200816,,Sole Agency,No,n/a,"Request for Tender for Waikumete Cemetery Roading Physical Works, which includes the following items:  Drainage  Pavement & surfacing  Concrete & kerbs At the following locations within Waikumete cemetery:  Mariners Road  Freesia Road  Pine Lane  Agathis Rise  Waitakere View Refer to attached Request for Tender and supporting documentation for further information.",Not Awarded,"The contract was awarded to Auckland Civil Ltd for the amount of $433,615.00",0,20250410 Auckland Council,18221577,Request for Tenders,Closed Competition,Grove Road Culvert - Construction Supervision,PIN_3851,20161209,20161216,20200814,,Sole Agency,No,n/a,"Request for Tender for Grove Road Culvert - Construction Supervision Date that Response Box opens: 9/12/2016 ***Last day for questions: 14/12/2016*** Date and time that Response Box closes: 16/12/2016 at 4:00pm RFTs must be delivered to: Electronic Response Box available on GETS ****Please upload non-price attributes and price in separate documents",Not Awarded,,0,20250410 Auckland Council,18293271,Request for Proposals,Closed Competition,"RFP for Creative and Media Services, Pin_1831",PIN_1831,20170116,20170203,20200814,,Sole Agency,No,Not applicable,"Request for Proposal for Creative and Media Services Date response box opens : 16/01/2017 Last day for Questions : 27/01/2017 Date and Time that response box closes : 3rd Feb 2017 5 pm NZST RFP must be delivered to : electronic response box available on GETS Please upload non-price attributes and Price attributes in SEPARATE documents",Not Awarded,,0,20250410 Auckland Council,18321147,Request for Tenders,Closed Competition,Carpark Renewal Works at Mangere Centre Park,PIN_4008,20170124,20170217,20200819,,Sole Agency,No,,"Request for Tender for the provision of Carpark Renewal Works at Mangere Centre Park_Physical Works Date that Response Box opens: 24/01/17 **Last day for questions: 15/02/17** Date and time that Response Box closes: 17/02/17 at 2pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,,0,20250410 Auckland Council,18334974,Request for Proposals,Open Competition,Food Services Supply,PIN_3828,20170127,20170217,20200814,,Sole Agency,No,,"Auckland Council and CCO's are seeking a supplier to work with in partnership to provide food supply goods and services. This is a rare opportunity for Auckland Council to engage with an innovative supplier to meet our growing needs. The supply of the following high-level categories are required: Bakery and breads Dairy products and eggs Dry goods Fresh fruit and vegetables Meat and small goods Milk Poultry Seafood Packaging Suppliers will need to be able to deliver to all Council locations across the Auckland Region.",Not Awarded,,0,20250410 Auckland Council,18346290,Request for Proposals,Closed Competition,SAP SuccessFactors Employee Central Implementation,PIN_3986,20170203,20170301,20200814,,Sole Agency,No,,"Auckland Council needs an experienced certified SAP partner to implement the Success Factors Employee Central module replacing the existing SAP ESS/MSS employee self-service solution. The implementation partner will need to configure the EC solution to meet Auckland Council requirements with a best practise lens to allow other potential tenants to use the solution with minimal configuration, Supplier needs to have extensive experience in implementing Employee Central with other similar sized/complex organisations within NZ or Australia.",Not Awarded,,0,20250410 Auckland Council,18428757,Request for Tenders,Closed Competition,Windmill Road Netball Courts,PIN_4154,20170301,20170324,20200814,,Sole Agency,No,,"Refurbish of Windmill Rd Netball Courts - Closed Tender Please note the draft contract will be added tomorrow.",Not Awarded,,0,20250410 Auckland Council,18433445,Request for Tenders,Closed Competition,Craigavon Park Playground,PIN 2647,20170302,20170323,20200731,,Sole Agency,No,,"A physical works contractor is required to undertake landscaping works and minor construction activities including, but not limited to: • Site establishment and dis-establishment; including temporary fencing, setting out, location and protection of services, site tidy up. • Site preparation including the demolition, and/or removal of specified playground equipment, removal of fencing and disposal of existing cushion-fall (stockpile for re-use of removal). • Earthworks, edging, drainage, fencing and safety surfacing installation. • Liaising with nominated playground equipment suppliers for installation timeframes. (See section 3 for detailed scope of works)",Awarded,,0,20250410 Auckland Council,18435390,Request for Tenders,Closed Competition,Mahia Rd Walkway,PIN_4142,20170303,20170317,20200819,,Sole Agency,No,,"Request for Tender RFT the for provision of Mahia Rd Walkway – Physical Works Contract Number: PIN_4142 Background Auckland Council is seeking the provision of a walkway and boardwalk construction at Mahia Rd, Weymouth, as part of the wider Manurewa Cycleways network. When completed, the Mahia Rd section will provide a significant connection to recently completed connections at Heron Point, and the Waimahia subdivision. The project is a key initiative for the Manurewa Local Board, by connecting communities and coastal access. Scope The scope of the proposed project is: • Site establishment • Excavation of concrete path alignment • Construction of retaining walls, boardwalks and related walkway infrastructure • Concrete formation of the path • Site dis-establishment and reserve re-instatement The RFT documents will be released on 3 March 2017 to four selected existing suppliers.and can be downloaded from the GETS website www.gets.govt.nz,. All communications with Auckland Council concerning this RFT are to be directed to Ron Upshire .ron.upshire@aucklandcouncil.govt.nz. Submissions close at 2pm on 17 March 2017. Electronic submissions Via GETS website in the format indicated in the Request for Tender Conditions of Tendering Document. ` The Auckland Council reserves the right not to accept the lowest or any tender.",Not Awarded,Awarded to Seger Roading Ltd,0,20250410 Auckland Council,18441815,Request for Tenders,Closed Competition,Franklin Recreation Centre Car Park Renewal,PIN_3945,20170307,20170324,20200814,,Sole Agency,No,,"This work is to Renew Franklin Recreation Centre Car Park. The scope of work is as per documents prepared by Engineers CLC Ltd.",Not Awarded,,0,20250410 Auckland Council,18461473,Request for Quotations,Closed Competition,"Development of Childrens Area, Waikumete Cemetery",PIN 4290,20170313,20170328,20200731,,Sole Agency,No,,"As part of Waikumete Cemetery expansion programme , Council are seeking a suitably experienced and qualified contractor to carry out the development of the Children’s Area.",Not Awarded,,0,20250410 Auckland Council,18470640,Request for Proposals,Open Competition,Federal Street Streetscape Stage 2 - Concept Design,PIN_3330,20170315,20170405,20200819,,Sole Agency,No,,"Auckland Council Development Project Office seeks to procure professional services to complete the investigation and concept design for the Stage 2 of the Federal Street Streetscape Enhancement (between Mayoral Drive and Wellesley Street). This project will include the St Matthews Church lands with their interface to Hobson and Wellesley Street, and creation of a gateway plaza at the southern end of works. We desire a concept design for a high quality shared space environment similar to Federal Street between Wellesley and Victoria, but with a character that reacts to this space. The scope of works is as per the attached documents,",Awarded,,0,20250410 Auckland Council,18476731,Request for Tenders,Closed Competition,Seismic Strengthening URM Buildings - Pilot Physical Works,PIN_3994,20170317,20170427,20200806,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18488394,Request for Tenders,Closed Competition,Hobsonville Headquarters redevelopment,PIN_4132,20170320,20170413,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18504868,Request for Tenders,Closed Competition,Highbrook to Ti Rakau Esplanade Walkway - Physical Works,PIN 4211,20170323,20170418,20200731,,Sole Agency,No,,"This project is to develop a 1km long coastal walkway between the existing Watercare access track off of Stonedon Drive (Highbrook) and 241 Ti Rakau Drive (Burswood), including a section of walkway that leads to Trugood Drive.",Awarded,,868255,20250410 Auckland Council,18516046,Request for Tenders,Open Competition,Auckland Council Research and Evaluation Laboratory Contract,PIN_4058,20170327,20170420,20200814,,Sole Agency,No,Not applicable,"Auckland Council is required by the Resource Management Act 1991 to monitor water, sediments and soil quality in the Auckland Region to comply with national and regional requirements. The Auckland Council Research and Evaluation unit require laboratory services for a range of water and chemical analysis. We require a suitably qualified laboratory to complete a range of services alongside the actual physical analysis of samples. For further information and detailed scope of works please refer to the attached RFT documents. PLEASE ONLY SUBMIT YOUR TENDER ELECTRONICALLY THROUGH GETS Proposals sent by post or fax or email, or delivered to our office will not be accepted. NOTE All questions to be asked through GETS only.",Not Awarded,,0,20250410 Auckland Council,18523991,Request for Tenders,Closed Competition,"Chillers Replacement at 135 Albert Street, Auckland",PIN_3807,20170329,20170522,20200806,,Sole Agency,No,,"This Tender is for the replacement of chiller plant at 135 Albert Street, Auckland",Not Awarded,,0,20250410 Auckland Council,18525829,Request for Tenders,Open Competition,Mission Bay Tennis Courts & Accessway Renewal,PIN 4319,20170329,20170419,20200731,,Sole Agency,No,,Mission Bay Tennis Courts & Accessway Renewal,Awarded,,601330,20250410 Auckland Council,18530179,Request for Quotations,Closed Competition,Murray Halberg Footpath Development and Renewal,SOW-523,20170330,20170413,20200814,,Sole Agency,No,,Footpath development and renewal at Murray Halberg as outlined in the scope of works and specifications,Not Awarded,,0,20250410 Auckland Council,18538870,Request for Tenders,Closed Competition,Waiheke Coastal Walkways Renewal 2017,PIN 3467,20170403,20170426,20200731,,Sole Agency,No,,"General works included in this specification includes the following: •Upgrading and new formation of tracks with drainage. •Installation of timber boxed or rock steps, including a handrail where shown. •Installation of aggregate or concrete surfacing on track and steps where specified. •Installation of timber retaining walls and edge boards. •Installation of 150mm, 200mm. 300mm, 450mm and 600mm diameter culverts. •Installation of timber boardwalks. •Installation of a timber kissing gate.",Awarded,,0,20250410 Auckland Council,18548703,Request for Tenders,Closed Competition,Splash Pads - Civil Lead - Physical Works,PIN_3716,20170406,20170508,20200826,,Sole Agency,No,Not applicable,"Request for tender for Splash Pads Civil Lead - Physical works Date that Response Box Opens: 06/04/2017 ***Last date of questions is 28/04/2017 Date that Response Box Closes: 08/05/2017 RFTs must be delivered to Electronic Response Box available on GETS ***please upload non-price attributes and price in SEPARATE documents.",Awarded,Tender was awarded to HEB Construction Ltd.,0,20250410 Auckland Council,18558399,Request for Proposals,Open Competition,PIN_3624 - Vendor Print Panel,PIN_3624,20170410,20170502,20200814,,Sole Agency,No,,"Auckland Council and Auckland Transport have identified an opportunity to streamline and simplify engagement with external vendors by creating a panel of preferred print suppliers. This RFP is to establish a dedicated panel of external print providers across four different print groupings: - Sheet-Offset - Web-Offset - Merchandise - Wide Format Please download complete RFP documents for details.",Not Awarded,,0,20250410 Auckland Council,18559390,Request for Quotations,Closed Competition,SP-620 Anderson Park Car Park Development.,SP-620 PI-3383,20170410,20170426,20200814,,Sole Agency,No,,"We are seeking construction works for the development of a new car park and associated drainage works for Anderson Park, Mt Albert. As per the scope of works detailed in the specifications. Our timeframes are to have this work completed as soon as possible within the resources of the approved contractor with the completion date before 1 November 2017",Not Awarded,,0,20250410 Auckland Council,18565756,Request for Quotations,Closed Competition,Bourne Dean Cricket Nets,PW SoW #651,20170412,20170501,20200813,,Sole Agency,No,n/a,"Request for Proposal for the provision of Bourne Dean Cricket Nets Date that Response Box opens: 12/04/17 **Last day for questions: 27/04/17** Date and time that Response Box closes: 01/05/17 at 2pm RFQs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Contract awarded FDS,0,20250410 Auckland Council,18581841,Request for Quotations,Closed Competition,SP 667 PanMure Basin Retaining Wall Renewal,,20170420,20170505,20200825,,Sole Agency,No,,"PIN_3383 SP 667- Panmure Basin Retaining Wall Renewal This contract proposes to renew retaining wall, handrail and asphalt surface as shown in attached plans and documents.",Not Awarded,Awarded,0,20250410 Auckland Council,18586207,Request for Proposals,Closed Competition,PIN_3547 - Hybrid Mail Solution,PIN_3547,20170421,20170512,20200814,,Sole Agency,No,,"Auckland Council is looking to secure a Hybrid Mail software solution that provides the following enablers: channelling of mail to the Auckland Council digital print room whereby for the completion of printing and insertion activities can take place. the application of barcodes or other identification marker to mail outs that enables the ready identification of mail contents and destination the ability to sort mail into postcode order for bulk mailing purposes In addition this solution must ensure process integrity and auditability is maintained and provide capabilities for quality control and fully adhered to brand compliance. Please download complete RFP documents for details.",Not Awarded,,0,20250410 Auckland Council,18587389,Request for Proposals,Open Competition,RFP for Director Recruitment for Auckland Councils Council Controlled Organisations (CCOs),PIN_4387,20170421,20170512,20200814,,Sole Agency,No,,"Request for Proposal for Director Recruitment for Auckland Council's Council Controlled Organisations (CCOs) Date that Response Box opens: 21/04/2017 ***Last day for questions: 10/05/2017*** Date and time that Response Box closes: 12/05/2017, 02:00pm RFP's must be delivered to: Electronic Response Box available on GETS RFx Contact Information: Frae Cairns frae.cairns@aucklandcouncil.govt.nz 021890105",Not Awarded,,0,20250410 Auckland Council,18591431,Request for Proposals,Closed Competition,Video Conferencing Endpoints,PIN_3956,20170424,20170508,20200806,,Sole Agency,No,,"Video Conferencing Endpoints PIN_3956 Important dates Date of RFP Issue: 24 April 2017 Deadline for questions: 3 May 2017 Deadline for responses: 8 May 2017",Awarded,completed,0,20250410 Auckland Council,18591528,Request for Proposals,Closed Competition,Fitout and relocation project management services,PIN_4467,20170424,20170508,20200806,,Sole Agency,No,,"Fitout and relocation project management services Important dates Date of RFP Issue: 24/04/2017 Deadline for questions: 01/05/2017 Deadline for responses: 03/05/2017",Not Awarded,Closed,0,20250410 Auckland Council,18594704,Request for Tenders,Closed Competition,Pembridge House 31 Princess Street,PIN_4351,20170426,20170531,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18598033,Request for Tenders,Closed Competition,Michaels Avenue Noise Wall Physical Works,MSA 3383 SOW 733,20170427,20170511,20200731,,Sole Agency,No,,"The work involves removal of timber fencing, foundation construction, wall construction, and associated minor works. Please refer to Specification and drawings",Not Awarded,,0,20250410 Auckland Council,18623971,Request for Tenders,Closed Competition,Lloyd Elsmore Park Pool & Leisure Centre Comprehensive Upgrade-Stage 1,PIN_4444,20170503,20170609,20200723,,Sole Agency,No,Not applicable,"Request for Tender for Lloyd Elsmore Park Pool & Leisure Centre Comprehensive Upgrade - Stage1 Date that Response Box opens: 03/05/2017 **Last day for questions:12/05/2017 Date and time that Response Box closes: 24/05/2017 at 2pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,,0,20250410 Auckland Council,18626803,Request for Proposals,Closed Competition,Swimming Pool & Water Feature Plant Maintenance,PIN_4431,20170512,20170529,20200723,,Sole Agency,No,NA,"This contract provides for the maintenance of Auckland Councils Swimming Pool and Water Features plant systems. The overarching objective is to ensure these systems are functional, safe, fit-for-purpose and where possible optimised to reduce disruption to their operation and minimise energy, water and chemical use. This involves both responsive and planned work. A secondary objective is the standardisation of plant, and standardisation of Council staffs operating procedures to run pool facilities. Total productive maintenance principles should be applied at every stage of planning and maintenance.",Awarded,,1529173,20250410 Auckland Council,18637835,Request for Tenders,Closed Competition,Hobsonville Headquarters redevelopment - Lead based Paint,PIN_4132,20170508,20170515,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18641154,Request for Tenders,Closed Competition,Lloyd Elsmore Park Network Renewal,PIN_4598,20170509,20170530,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18648406,Request for Quotations,Closed Competition,SP 824 H-M Playground renewal FY17-18,,20170511,20170601,20200825,,Sole Agency,No,,"Community Facilities are renewing the following three playgrounds in West Auckland: • McClintock Reserve, Massey. • Paremuka Lakeside, Ranui. • Bridge Avenue Reserve, Te Atatu South.",Not Awarded,Awarded,0,20250410 Auckland Council,18650768,Request for Proposals,Closed Competition,SP-595 Brains Park Playground Renewal,,20170515,20170529,20200814,,Sole Agency,No,,"Invitation to Quote for Brains Park Playground Renewal This RFP is supported by the documents listed below. Please ensure you have read and understood all content before submitting your response. RFP response form Project Requirements Pricing schedule Statement of works Contract Works Specification Topsoil & Grassing Specification Brains Park Location, Site, Playground, Services & Contour Plan HS206 Contractors Monthly HSE Report HS207 Auckland Council Contract Significant Hazard Notification HS218 Contractor Health & Safety Qualification Questionnaire PREQUAL Contractor Instructions for Prequalification HS219 (A) Contract Specific Safety Plan Checklist for Contractors HS222 Managing Contractor Health & Safety Risk Handbook",Not Awarded,,0,20250410 Auckland Council,18655515,Request for Quotations,Closed Competition,SP838 Lights for Llyod Morgan and Glen Eden,,20170512,20170529,20200825,,Sole Agency,No,,"SP838 Lights for Llyod Morgan and Glen Eden Please ensure your response demonstrates your ability to deliver to the following requirements: We are seeking as per the specifications attached. We estimate the quantity to be delivered as per the design drawings and specifications. Our requirements must be delivered to Lloyd Morgan lions club and Glen Eden picnic ground. Payment will be monthly on invoice",Not Awarded,Awarded,0,20250410 Auckland Council,18659376,Request for Quotations,Closed Competition,H-M Furniture Rnwl FY17,,20170515,20170602,20200825,,Sole Agency,No,,,Not Awarded,Awarded,0,20250410 Auckland Council,18664120,Request for Tenders,Open Competition,Waiuku Catchment Field Surveys for Stormwater Hydraulic Modelling,PIN_4250,20170516,20170612,20200826,,Sole Agency,No,n/a,"Request for Tender for the provision of Waiuku Catchment Field Surveys for Stormwater Hydraulic Modelling - PIN_4250. Date that response box opens : 16/05/17 2 pm Date and time response box closes: 12/06/17 2pm Technical files like the Scope of services specification, Pdf survey plans, GIS shape files are saved in OneDrive. ( please use this link to access these files -https://1drv.ms/f/s!AjSJr-qb3OQpjEVo7lCdflTn1kHn) Other document are attached to this RFT Request for tender RFT response form Proposed contract Pricing schedule Excel template HS207 Auckland Council Contract Significant Hazard Notification HS218 Contractor Health and Safety Qualification Questionnaire RFT must be delivered to : Electronic response Box available on GETS. ***Please upload non-price attributes and price in separate files",Not Awarded,Completed,0,20250410 Auckland Council,18690545,Request for Proposals,Closed Competition,Project Accord - Open Text,PIN_4348,20170524,20170612,20200814,,Sole Agency,No,,"We need a primary implementation partner to: Stand up and install content server 16 on Auckland Council infrastructure (development, test and production) Set up and configure content server 16 for Auckland Council (base configuration all instances) Produce a master design blueprint for the rollout of all in scope OpenText products and all in scope business areas and including technical architecture, functional (information) architecture, business processes/workflows and general configuration requirements Master security strategy per in scope business area and in scope OpenText product Master integration strategy for all in scope business areas, all in scope integration points, and all in scope OpenText products Master test plan for all in scope configuration, migration and integration areas and business areas Upskilling key EDRM stakeholders on OpenText installation, upgrades and solution principles and features",Not Awarded,,0,20250410 Auckland Council,18708924,Request for Proposals,Closed Competition,Dynamics CRM Deployment in ATEED,PIN_4382,20170530,20170616,20200814,,Sole Agency,No,,"We have identified our use of Dynamics CRM (Dynamics) as a lever to develop our partnership and relationship management capability. Dynamics has been used by ATEED for some time. However, it is not used consistently or to its full potential and could be better integrated to business processes across our business. We are investigating the options for an end-to-end support model for Dynamics and looking for proposals on how it can meet our needs regarding: 1. Licencing 2. Support services 3. Business support.",Not Awarded,,0,20250410 Auckland Council,18733285,Request for Tenders,Closed Competition,Town Hall Power Supply Upgrade,PIN 3361,20170607,20170627,20200731,,Sole Agency,No,,"The scope of work, required by this section of the specification, is the supply, delivery, assembly, installation, and commissioning of the materials required and the work necessary for the complete working installation set out in the drawings and the specification that form this contract.",Awarded,,1067580,20250410 Auckland Council,18740181,Request for Tenders,Closed Competition,PIN_3275 Auckland Council Leachate System Upgrades Extension,PIN_3275,20170609,20170630,20200825,,Sole Agency,No,,"Request for Tender for the Provision of Leachate System Updates - Extension Date that Response Box Opens: 09/06/2017 ***This is an extension to GETS RFx 18677092*** Date and time the response box closes: 30/06/2017, 12 pm RFTs must be delivered to: Electronic Response Box available on GETS ***Please upload non-price attributes and price in SEPARATE documents***",Not Awarded,Bids were much higher than expected and the contract did not go ahead as planned.,0,20250410 Auckland Council,18755073,Request for Tenders,Closed Competition,PIN_4674 Westhaven South Side Water main replacement,PIN_4674,20170615,20170705,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18761999,Request for Proposals,Open Competition,External - Legal Services Procurement,PIN_4342,20170619,20170714,20200814,,Sole Agency,No,,Legal Services RFP for Auckland council covering 11 different work streams,Not Awarded,,0,20250410 Auckland Council,18771618,Request for Proposals,Closed Competition,Tupuna Maunga Full Facilities Maintenance and Management Services Contracts,PIN_4719,20170623,20170714,20200723,,Sole Agency,No,,"Procure a full facility maintenance and management contractor for all of the Tupuna Maunga. The scope of the full facility maintenance and management services includes: Lawns/mowing and gardens maintenance Playground maintenance Cleaning (litter, bins and buildings) Furniture - including memorials, water fountains, seating, bins and pou Lighting inspection and maintenance Pest animal response Roads/Paths/Tracks maintenance Potential for minor capital works (providing rates) Sportsfield maintenance and renovation Building maintenance including water tightness, plant and equipment Access management (gates, playground equipment, toilets and changing rooms locking and unlocking)",Awarded,,1122067,20250410 Auckland Council,18799279,Request for Proposals,Closed Competition,Glen Innes Town Centre Development Plan Design Services,PIN_4665,20170703,20170714,20200723,,Sole Agency,No,,Auckland Council is seeking proposals for Town Centre Development Plan Design Services.,Not Awarded,,0,20250410 Auckland Council,18801683,Request for Tenders,Closed Competition,Sunnynook Park Dry Pond Upgrade,PIN_3548,20170703,20170731,20200814,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Council,18802213,Request for Proposals,Open Competition,Supply of Uniform and PPE,PIN_3176,20170703,20170807,20200814,,Sole Agency,No,,"The Auckland Council Group (Auckland Council, Auckland Transport and Watercare Services Ltd) has an opportunity to streamline and simplify uniform requirements across the group. The aim of Auckland Council Group (ACG) in this process is to select and appoint a panel of suppliers with demonstrated capabilities to source, manufacture, brand and supply uniforms and PPE for both internal staff and some external contracted roles, i.e. Transport Operators. The Panel will have three distinct categories and each of them is listed below a. Corporate Uniform, b. Bespoke Uniform c. PPE Uniforms are provided to staff across the organisations so that they can comfortably and safely fulfil their duties. These roles have a mostly customer-facing emphasis, and each article must meet specific standards, to ensure that staff present a professional image for customer service and in addition that some items provide appropriate levels of visibility or protection to ensure staff safety. It is expected that the result of this process will be to award contract(s) with a term of three years with two subsequent renewal periods of one year each. It is intended that ACG award three contracts, one for each category. A supplier may be awarded more than one category.",Not Awarded,,0,20250410 Auckland Council,18927920,Request for Proposals,Open Competition,RFP for Inorganic Processing at Waiheke Island,,20170818,20170908,20200825,,Sole Agency,No,,"RFP for Inorganic Processing at Waiheke Island Waste Solutions wishes to select capable suppliers to provide inorganic services on Waiheke Island. The inorganic / resource recovery service aims to: ? Divert as much material from landfill as possible for on-island use and benefit; ? Reduce the amount of illegal dumping; ? Create opportunities for new and existing community and business organisations on Waiheke; ? Encourage the participation and buy-in of Waiheke residents; ? Provide an efficient and cost effective ratepayer funded service for every eligible Waiheke property. Any submission for this tender must be made via SAP Ariba. If you are not already registered in Ariba, use this link to register your organisation: http://aucklandcouncil.supplier-eu.ariba.com/register Also email the Procurement Officer for this tender using this email address mailto:email2workspace-prodeu%2baucklandcouncil%2bWS85133030%2bl6u7%40eusmtp.ariba.com He / She will invite you to participate in the tender via Ariba.",Not Awarded,"There have not been any responses to this notice. A closed tender approach was used then and RFP was issued via Ariba to Global Action Plan Oceania (GAPO) and Waiheke Resource Trust (WRT). No response was received from either party. In order to ensure that inorganic services on Waiheke continued uninterrupted, Auckland Council entered into discussions with the Island Waste Collective(IWC), a collective formed from three groups operating on waiheke (GAPO, WRT and New Hope). As IWC was not yet a registered organisation, GAPO led the project with the other two organisations as the sub-contractors and so contract was awarded as a direct source to GAPO for the amount of $154,000.00.",0,20250410 Auckland Council,18964413,Request for Proposals,Open Competition,RFP for Plant Control on Inner Hauraki Gulf Islands,,20170828,20170922,20200819,,Sole Agency,No,none,"RFP for Plant Control on Inner Hauraki Gulf Islands Auckland Council wishes to engage a suitable supplier to provide professional services to control pest plants and in particular rhamnus and moth plant which are categorised as total control and containment pest plants on the Inner Hauraki Gulf Islands. These pest plants are a threat to the unique eco-systems of Rakino and Waiheke islands and the surrounding inner gulf islands including The Noises and Rangitoto which are of particular ecological value. Any submission for this tender must be made via SAP Ariba. If you are not already registered in Ariba, please use this link to register your organisation: aucklandcouncil.supplier-eu.ariba.com/register Also email the Procurement Officer for this tender using this email address: email2workspace-prodeu+aucklandcouncil+WS85286796+fue7@eusmtp.ariba.com The Procurement Officer will invite you to participate in this tender via Ariba.",Not Awarded,"The winning supplier is as below. - New Zealand Biosecurity Services",0,20250410 Auckland Council,18969978,Request for Proposals,Open Competition,Information Security Awareness e-Learning,PIN_5225,20170829,20170918,20200814,,Sole Agency,No,,"Auckland Council has identified a need to deliver e-learning to users of Council's systems regarding the basics of information security. Auckland Council aims to identify a subject matter expert to provide e-learning content in the form of a collection of courses that can be customised to suit councils requirements: refer to Section 3 Requirements. Date of RFP Issue: 29/08/2017 Deadline for questions: 06/09/2017, 5:00 pm Deadline for responses: 10/09/2017, 10:00am",Not Awarded,,0,20250410 Auckland Council,19092925,Request for Proposals,Open Competition,RFP for Waitakere Ranges Possum Control Programme 2017-18,,20171003,20171013,20200827,,Sole Agency,No,none,"RFP for Waitakere Ranges Possum Control Programme 2017-18 The purpose of this procurement is to procure professional services to control possums in high conservation and biodiversity value areas across the Auckland Region. Possums are a declared pest species in the Regional Pest Management Strategy. For 2017-18, the Biosecurity Operational Plan focus will be on controlling possums within a 5000ha block in the south western part of the Waitakere Ranges. The 2017-18 Waitakere Ranges control area will include significant areas that have not been worked for a number of years. Please note that the close time and date of 5.00 pm, 13 October 2017 is the close time and date for registering interest to participate in this tender. Any submission for this tender will need to be made via SAP Ariba. If you are not already registered in Ariba, please use this link to register your organisation: aucklandcouncil.supplier-eu.ariba.com/register Also email the Procurement Officer for this tender using this email address: email2workspace-prodeu+aucklandcouncil+WS84181218+tpke@eusmtp.ariba.com The Procurement Officer will invite you to participate in this tender via Ariba.",Awarded,,0,20250410 Auckland Council,19103447,Request for Proposals,Open Competition,Electricity Supply Contracts for Auckland Council Group,PIN_4593,20171012,20171030,20200814,,Syndicated Opportunity,No,,"Auckland Council (AC), Auckland Transport (AT), Watercare Services Ltd (WSL) Panuku Development, RFA and RFA Supported Organisations, known as the Auckland Council Group (ACG), are seeking to go to market as a group for the Supply of Electricity which includes the following load categories: 1) Time of Use (3 year contract) - Reverse Auction through The Energy Exchange - Lowest Price Conforming (documentation for this load category can be downloaded in GETS Reference ID: 19112605) 2) Streetlighting (3 year contract) - RFP - Lowest Price Conforming 3) Non-Time of Use Shorter Term Contract (3 years contract) RFP - Lowest Price Conforming 4) Non-Time of Use Longer Term Contract (5 years contract, plus two 2year rights of renewal) - RFP - Price Quality Method ACGs combined approach provides the opportunity to leverage size and scale, and ACG have developed a joint strategy to ensure that all benefits from working together and leveraging off of the combined spend are realised. Please dowload documents for details and tendering requirements for each of the different load category types.",Not Awarded,,0,20250410 Auckland Council,19112605,Request for Proposals,Open Competition,Time of Use Electricity Supply for Auckland Council Group,PIN_4593,20171012,20171025,20200814,,Sole Agency,No,,"Auckland Council (AC), Auckland Transport (AT), Watercare Services Ltd (WSL) Panuku Development, RFA and RFA Supported Organisations, known as the Auckland Council Group (ACG), are seeking to go to market as a group for the Supply of Time of Use (3 year contract) - Reverse Auction through The Energy Exchange - Lowest Price Conforming ACGs combined approach provides the opportunity to leverage size and scale, and ACG have developed a joint strategy to ensure that all benefits from working together and leveraging off of the combined spend are realised. Please dowload documents for details and tendering requirements.",Not Awarded,,0,20250410 Auckland Council,19251080,Request for Proposals,Open Competition,RFP for Howick Local Board Biosecurity Strategy,,20171130,20171220,20200818,,Sole Agency,No,none,"RFP for Howick Local Board Biosecurity Strategy Control of environmental weeds is undertaken to ensure compliance and delivery of the Regional Pest Management Strategy, Weed Management Policy and Biosecurity Annual Operation Plan. The purpose of this procurement is to procure professional services to control Rhamnus and Moth plant densities, and other environmental weeds in targeted areas to reduce pest plant infestations and subsequent damage to the natural values in the Howick Local Board area. Furthermore the capacity to deliver pest animal control programs and work with Mana Whenua particular on their own land (as part of the treaty settlement) would be advantageous and give extra capacity to deliver a fully comprehensive ecological restoration and community enhanced program. High ecological value local reserves may also be selected for pest plant and pest animal control as per a pest management plan. The expected outcomes will build on progress made with reduction of pest plant and animal density in the Howick Local Board areas since the inception of the Howick Local Board intensive control programme. Any submission for this tender will need to be made via SAP Ariba. If you are not already registered in Ariba, please use this link to register your organisation: aucklandcouncil.supplier-eu.ariba.com/register Also email the Procurement Officer for this tender using this email address: email2workspace-prodeu+aucklandcouncil+WS105376467+zdpt@eusmtp.ariba.com The Procurement Officer will invite you to participate in this tender via Ariba.",Not Awarded,Awarded to New Zealand Biosecurity Services Ltd.,0,20250410 Auckland Council,19373814,Request for Proposals,Closed Competition,Takapuna Holiday Park: Phase 2 RFP,,20180117,20180301,20200814,,Sole Agency,No,,"Auckland Council is seeking a holiday park developer and operator to re-develop the existing campground at Takapuna Beach, in accordance with the design principles and spatial design direction set out in the Expressions of Interest documents, October 2017 (abridged, see Attachment 6). Prospective bidders have been shortlisted through the initial Expressions of Interest (EOI) stage. Shortlisted bidders are invited to provide more comprehensive development plans together with operational details and financial/commercial arrangements needed to deliver and manage the holiday park for the term of the proposed lease (20+10 years).\ This Request for Proposal (RFP) is supported by the documents listed below. Please ensure you have read and understood all content before submitting your response. - Attachment 1: Tender Response Form - Attachment 2: Terms and Conditions - Attachment 3: Reference Design Guidelines - Attachment 4 Sustainability Design Guidelines - Attachment 5: Draft Lease - Heads of Agreement - Attachment 6: October 2017 EOI document (abridged)",Not Awarded,,0,20250410 Auckland Council,19380832,Request for Proposals,Open Competition,Great Barrier Island - Mowing and Vegetation Control Services Contract,,20180119,20180216,20200814,,Sole Agency,No,,"Auckland Council (Community Facilities) has been mandated to provide services to Auckland Transports assets on Great Barrier Island (GBI), namely mowing, weed and vegetation control within the road reserve and also mowing and vegetation control within the Auckland Council parks and reserves on GBI. Auckland Council is looking for local supplier(s) employing local people. An emphasis on local delivery is key to this procurement. Also, Biodiversity is a key outcome for the island. This Request for Proposal (RFP) is supported by the documents listed below. Please ensure you have read and understood all content before submitting your response. RFP Supplier Response Form Proposed Service Agreement Contract Specifications Pricing Schedule Appendices: A. Asset data B. Ariba system C. Business rules D. Key Performance Indicators (KPIs) E. Auckland Council Health and Safety Policy F. Auckland Council Health and Safety Pre-Qualification G. Environmental Management System H. Biodiversity Approach I. Weed Management J. Adobe Form Requirements K. Branding Guidelines L. AC Sticker",Not Awarded,,0,20250410 Auckland Council,19434332,Request for Proposals,Open Competition,Project Accord - Open Text Implementation,,20180207,20180223,20200814,,Sole Agency,No,,"In September 2017, Auckland Council embarked on a transformation journey in the Electronic Document and Record Management (EDRM) space. The transformation involves the replacement of all current EDRM systems and processes with OpenText technology We will have completed Stage One of this journey i.e. the installation of OpenText on Auckland Council infrastructure (DEV and TST), and the creation of a master design blueprint. Auckland Council is now at the point of taking the master design blueprint for configuration, integration and migration, and implementing it onto Auckland Council infrastructure. This RFP pertains to the implementation of that blueprint (Stage Two). This RFP is being carried on SAP Ariba, not GETS. This is simply a notice to advertise the RFP. Any submission for this tender must be made via SAP Ariba. If you are not already registered in Ariba, use this link to register your organization: aucklandcouncil.supplier-eu.ariba.com/register Last Date for Registering in Ariba: 14 February 2017. Once you are registered, please follow the process below. Email the Procurement Officer for this tender. Let the Procurement Officer know that you are interested in participating in this RFP and he will invite you to participate in the tender via Ariba.",Not Awarded,Closed,0,20250410 Auckland Council,19439306,Request for Proposals,Open Competition,Records Digitisation for Pukekohe and Papakura property files,,20180209,20180228,20200814,,Sole Agency,No,,"Auckland Council currently has 94,600 hard-copy property files for Pukekohe and Papakura stored across the region. We are looking for a supplier to provide digitisation services of the hard-copy property-related records. Please refer to the attached notice of RFP on how to gain access to the RFP in Ariba, Auckland Council's procurement system.",Not Awarded,Closed,0,20250410 Auckland Council,19718761,Request for Tenders,Open Competition,Resource Consent Processing Services,SR123347793,20180514,20180601,20200727,,Sole Agency,No,,"Resource consent and other applications are processed by Councils regulatory arm, the Resource Consents Department in Auckland Councils Service Centres at Orewa, Takapuna, Henderson, Graham St and Manukau. Around 12,000 applications were processed in the last financial year. The Department engages consultants to assist with the processing of applications, or to provide specialist services in relation to applications (including compliance and monitoring work) on behalf of the Department. Through this Request for Proposal (RFP), the Auckland Council invites proposals from suitable organisations in order to establish a new Supplier Panel for the provision of professional services related to processing resource consent and other applications. Potential suppliers of processing services for Resource Consent applications are requested to submit their proposals by providing the information requested in the Response Template and the Resource spreadsheet, both issued with this RFP. Successful suppliers will be engaged on a framework contract and work will be allocated through a Scope of Engagement. There is no guarantee of minimum hours or fees for any supplier appointed to the Supplier Panel. Full details of the scope of services required, the process to be followed and the contract term have been set out in the attached Request for Proposal. A draft contract will be issued separately, as a Notice to Participants, by Monday 21 May 2018, for review and response. This is stage one of a two stage open competitive process. Participants shortlisted through this process will need to complete a second stage through Council's ARIBA platform. Participants (not already registered in ARIBA, and approved as suppliers for Auckland Council) are requested to register their organisation by following the process provided in the document named: ""ARIBA Supplier Guide-Registration"", provided with this RFP.",Not Awarded,Supplier panel selection,0,20250410 Auckland Council,20022356,Request for Proposals,Open Competition,RFP Regional Rabbit Control Programme,,20180814,20180820,20190801,,Sole Agency,No,,"RFP for Regional Rabbit Control Programme Auckland Council needs experienced rabbit control contractors to carry out contract services to reduce rabbit densities across the Auckland region. We are carrying out targeted control where rabbits have the greatest detrimental effect with the particular purpose of protecting and enhancing significant values across the region. The scope of this procurement is selection of a supplier (or suppliers) to carry out rabbit control in the areas as directed by Auckland Council Biosecurity. Any submission for this tender must be made via SAP Ariba and the Ariba Request for Proposal will be sent to interested suppliers on 21 August with all the necessary documents. If your organisation is already registered in Ariba, please email the Procurement Officer for this tender using this email address: email2workspace-prodeu+aucklandcouncil+WS159183669+olum@eusmtp.ariba.com. The Procurement Officer will invite you to participate in the tender via Ariba. If your organisation is not registered in SAP Ariba, please use this link to register your organisation: aucklandcouncil.supplier-eu.ariba.com/register. Once you have completed the registration process, please email the Procurement Officer for this tender using this email address: email2workspace-prodeu+aucklandcouncil+WS159183669+olum@eusmtp.ariba.com. The Procurement Officer will invite you to participate in this tender via Ariba. Please refer to the attached Ariba Supplier Registration Guide.",Not Awarded,"This was an expression of interest for the RFP that took place via Ariba Procurement system that Auckland Council uses. Nine suppliers expressed their interest to participate in the RFP and were invited to submit proposals. Four submissions were received, one supplier declined to participate and four did not submit a proposal. Evaluations were made for all areas combined and for individual areas and operations. Based on the scores it was agreed to award contracts to all four suppliers - Coastal Pest Solutions ($46,000), Doc Livestock Ltd ($214.500), Good Wood Aotearoa Limited ($157,500), Rural Pest Services ($32,000).",0,20250410 Auckland Council,20118254,Request for Proposals,Closed Competition,RFP for Online Voting Trial,,20180906,20181012,20200814,,Syndicated Opportunity,No,,"Request for Proposal - Online voting trial for 2019 local authority elections Important dates Date of RFP Issue: 5 September 2018 Deadline for draft (strawman) responses: 21 September 2018 Presentations/Q&A from suppliers: 24-28 September 2018 Deadline for questions: 8 October 2018 Deadline for Final RFP: 2pm 12 October 2018 (All times and dates are in NZST) All information is in the attached documents.",Not Awarded,,0,20250410 Auckland Council,20520690,Request for Quotations,Open Competition,Invitation to quote for Supply of Sportsfield Turf Sand to Auckland Council Facilities Maintenance Contractors,,20181205,20190125,20200323,,Sole Agency,No,NA,"Auckland Council is currently engaged with three suppliers for the supply of specialist sportsfield renovation and upgrade services to our sports playing assets, to ensure sports playing surfaces are managed to provide surfaces and assets that are fit for use for the type and level of sport being played and which maximise usage and support organised sporting activities. Sportsfield renovations seasonally renovate surfaces back into condition for subsequent sporting code use, including renewal of surfaces that have reached their life span, or reinstating an asset that has been damaged through excessive overuse. The purpose of this RFQ is to achieve the following on behalf of our SF suppliers: - secure the supply of sand - standardise the unit price for sand supply across council suppliers More details in the attached RFQ document. All enquiries regarding this RFQ to be directed to the contact person nominated above only. Please note Auckland Council will be closed from 24 December 2018 to 6 January 2019. No enquiries nor responses to be submitted from Monday 17th Dec 2018 to 6th Jan 2019 please.",Not Awarded,No winning responses.,0,20250410 Auckland Council,20873358,Request for Proposals,Open Competition,RFP - Asian Languages Magazines,,20190325,20190415,20200814,,Sole Agency,No,,Please refer to the attached notice of RFP for brief details of the RFP and on how to gain access to the RFP in Ariba - Auckland Council's procurement system. This tender is being run in Ariba and all responses to this tender will be accepted only via Ariba.,Not Awarded,Closed,0,20250410 Auckland Council,20935163,Request for Proposals,Open Competition,Auckland Integrated Waste Collection Services,,20190411,20190717,20200814,,Sole Agency,No,,"The Auckland Council team would like to inform you all that we are currently developing the RFP documentation for our Waste Collections Services. We aim to release the RFP to the market via the New Zealand Government Electronic Tenders Service (GETS) and SAP Ariba as follows: - RFP release date via GETS and SAP Ariba: 1 May 2019 - Participant Briefing Sessions: 29 April, 08 May, 22 May, 5 June 2019 (provisional if needed) - RFP Questions and Clarifications Close: 12:00PM, 10 June 2019 - RFP closing date via SAP Ariba: 12:00PM, 17 July 2019 - Contract Award: December 2019 We also would like to take this opportunity to invite you to participate in the Auckland Integrated Waste Collection Service Briefing Session. When: Monday 29 April 9:30 to 10:30am Where: Room 12, Level 3 Auckland House, 135 Albert Street. Topic: Introduction to the Request for Proposal for Aucklands Integrated Waste Collection Services If you wish to attend the Participant Briefing session, please confirm your attendance by replying to me the contact details of your attendees until 24th April. Please note that seats are limited and we are accepting only two attendees per company. For those who are not able to attend it in person, the meeting will be accessible via Skype. ................................................................................................... Join Skype Meeting External +6498907000 Non-Council Users 0800 738 200 Conference ID: 7140672 Should you have further questions, please do not hesitate to contact me. Look forward to seeing you all. Best regards, Paula Nicolini Procurement Manager- Operational Services Procurement Department Mobile +64 21 724 253",Not Awarded,"Areas 1, 2 and 3 awarded to Northern Environmental Ltd - 7 year contract term from 6 July 2020; Area 4 awarded to Kalista Limited term - 7 year contract term from 30 November 2020; Areas 5, 6 and 7 awarded to Waste Management New Zealand Limited - 7 year contract term from 30 November 2020;",0,20250410 Auckland Council,21006173,Request for Proposals,Open Competition,Farm Capital Improvement,,20190510,20190528,20200814,,Sole Agency,No,NA,"Request for Proposal for Farm Capital Improvement Auckland Council is seeking industry proposals, to create a three year farms capital improvement programme of work. This is proposed to include plans for all Auckland Council grazed areas, based on conditions assessment of all farming related assets. Last day for questions will be on the 16 May 2019 at 4pm. Proposals must be submitted electronically to the Getz electronic tender box",Awarded,The contract was awarded to Rural Directions Advisory after conducting individual meetings with the two suppliers,0,20250410 Auckland Council,21438251,Request for Proposals,Open Competition,Auckland Council - Use and Non-Use Values of Auckland Council Amenities,,20190819,20190923,20200814,,Sole Agency,No,,"Auckland Council invests in a wide range of public amenities. In setting overarching policy for provision of these amenities, in evaluating business cases for specific amenities being proposed, and in determining how to fund different amenities, we need to understand their use and non-use values. Auckland Council seeks proposals to estimate: use and non-use economic values- of eight specific council-provided amenities- for the general population, retirement village residents, and tertiary student accommodation residents. The focus of this is on eight Council-provided amenities: pools libraries community centres leisure centres arts centres indoor courts local parks sports parks. We want to understand not just the total value that people receive from these specific amenities, but how that value is split between use values and non-use values. The total budget for this project cannot exceed $220,000 plus GST. This should include all disbursements or work you plan to outsource to a third party, including survey work if any.",Not Awarded,,0,20250410 Auckland Council,22466138,Request for Proposals,Open Competition,RFP for Liston Park Use and Development,,20200323,20200501,20200615,,Sole Agency,No,,"Request for Proposal (RFP) for Liston Park Use and Development (Please refer to IMPORTANT UPDATE - 31.03.2020 stated below) Auckland Council is looking for exciting and financially viable proposals and potential development partners for the development and use of Liston Park which may include sport field investment and development, co-location with other users and maximised community outcomes. Auckland Council seeks proposals which recognise the surrounding built-up nature of the residential environment and contributes to delivering a wide range of community park, sports and recreation outcomes. Liston Park is located at 70-74 Abbotts Way, Ellerslie, Auckland. We are seeking proposals that minimise the capital and ongoing operational contribution from Auckland Council while guaranteeing a level of community access that is affordable. The development partner(s) we seek will: be committed to working in an ongoing partnership with the Orakei Local Board and local community to meet parks, sports and recreation needs have the financial capacity to invest in the development if developing the sports-fields, have significant background in the development and use of sports-fields or the ability to partner with a suitable organisation to achieve this be willing to consider shared use of Liston Park should one or more parties not require the use of the entire site IMPORTANT UPDATE (31.03.2020): *** There is an update to the RFP process: The supplier briefing on 06 April 2020 has been cancelled due to Covid-19 alert status being raised to Level 4 *** *** We are now only seeking for participants to register their interest by 01 May 2020 via GETS *** *** PLEASE DOWNLOAD THE SUPPLIER NOTIFICATION FROM ADDENDA FOR MORE INFORMATION ***. Date that Response Box opens: 23/03/2020 ***Last day for questions: 20/04/2020*** Date and time that Response Box closes: 01/05/2020, 04:00 pm",Not Awarded,RFP changed to ROI due to COVID lockdown in March 2020.,0,20250410 Auckland Council,22701912,Request for Proposals,Open Competition,Haulage and processing of recovered waste and landfill disposal,,20200520,20200709,20201109,,Sole Agency,No,,"This request for proposal (RFP) is issued by Auckland Council. Through this RFP, Auckland Council invites proposals for the provision of the following services through a contract term from September 2020 to September 2022. Haulage of the following waste streams Green Waste Wood Waste Clean Fill Material Hard Fill Material Processing services of the following waste streams Green Waste Wood Waste Clean Fill Material Hard Fill Material Landfill disposal of the contaminated material of the following waste streams Clean Fill Material Hard Fill Material",Awarded,,0,20250410 Auckland Council,23460077,Request for Proposals,Open Competition,"Auckland regional Inorganic Collections, Warehouse and Distribution Services Contracts",SR509517568,20201015,20201216,20220601,,Sole Agency,No,,"Auckland Council is looking for partners who share the vision of zero waste by 2040 and offer practical steps to achieving this goal at a regional level. Successful participants will demonstrate a collaborative approach to delivery of the Inorganic Collections and Warehouse and Distribution Service Contracts throughout the Auckland region (excluding the Hauraki Gulf Islands) so that council and community objectives can be achieved. There will be two separate contract Areas - Area Tahi and Area Rua. The contracts will be awarded so that there is separate contractors for Inorganic Collections and, the Warehouse and Distribution Service. We are looking for one warehouse and distribution center located in each contract area. The addition of the second warehouse (currently one) will provide significant benefits, including reduced emissions, job creation and productivity improvements. It is expected that the Warehouse and Distribution contractor will find innovative solutions to minimise waste and increase diversion from landfill. It is also expected that the Warehouse and Distribution Service contractors should work towards self-sufficiency and, receive some revenue from these innovations. The Warehouse and Distribution contractor will carry out audits on the inorganic collection team. The purpose of the audits is to increase diversion from landfill whilst providing coaching and guidance to the Inorganic Collections contractor/s. Our objectives for this procurement are: achieving higher customer satisfaction increasing diversion of waste from landfill maintaining or reducing the cost of the service supporting future potential transition of the service to the Resource Recovery Network improving the quality of employment provided The following collection and disposal services are considered out of scope for this contract: Domestic Waste Building and Demolition Waste Commercial Waste Hazardous Waste Tyres",Awarded,"Waste Management NZ Limited awarded for the inorganic collections contract Localised Limited awarded for the inorganic storage and distribution warehouse contract",0,20250410 Auckland Council,23559432,Request for Proposals,Open Competition,Food Scraps Kerbside Bins and Kitchen Caddy Supply,,20201104,20201216,20210701,,Sole Agency,No,,"This request for proposal (RFP) is issued by Auckland Council. Through this RFP, Auckland Council invites proposals for the provision of kerbside bins and/or kitchen caddies for a food scraps collection. This includes the initial rollout of kerbside bins and caddies and the ongoing bin and caddy supply through the contract term from 2021 to 2030. The aim of Auckland Council in this process is to obtain sufficiently detailed information from potential suppliers regarding the goods and their respective organisations ability to provide the food scraps bins and/or kitchen caddies (having regard to several factors including the quality of the goods, the supplier's ability to deliver on a timely basis, and price), to enable Auckland Council to select and appoint a party (or parties) to provide the goods. Auckland Council has stipulated mandatory criteria in Section 3 for the food scraps kerbside bin which include ergonomic specifications. The ergonomic specifications consider the health and safety of the collection staff when handling the kerbside bin. The ergonomics criteria for the bin are taken from reports developed by AUT occupational health and safety research group. These reports are attached in Appendix 4. Suppliers should submit conforming proposals that meet the above criteria for the kerbside bin and/or kitchen caddy. In addition, the supplier will have the option of submitting an alternative bin that may not meet the ergonomics specification. Auckland Council will accept and assess submissions that conform to the mandatory bin criteria, including ergonomic specifications, as set out in Section 3. The alternative bin submission which does not met the ergonomic specification will be evaluated at Councils sole discretion",Awarded,,0,20250410 Auckland Council,23928944,Request for Proposals,Open Competition,External Legal Services - Auckland Council Group,,20210205,20210305,20210701,,Sole Agency,No,,"Auckland Council, Auckland Transport and Watercare are looking for providers who have the capability to deliver high quality, value for money, external legal services to the Auckland Council Group, supporting both BAU work and more significant legal matters. The workstreams covered by this RFP are: 1. Civil Litigation and Disputes 2. Regulatory Litigation & Enforcement 3. Public Law Litigation 4. Public Law Advisory 5. Property 6. Commercial 7. Construction 8. Commercial Property Development 9. RMA Applicant 10. Capital Markets, Corporate and Finance Your opportunity is bidding for one or more of these workstreams (or indicated sub-categories) which will be awarded for a longer contract term (3+1+1 years) than under our previous RFP, and potentially with more exclusive arrangements and tighter panels.",Awarded,,0,20250410 Auckland Council,24897285,Request for Proposals,Open Competition,External speak up channel services,,20211001,20211029,20220201,,Sole Agency,No,,"Auckland Council is a large and diverse organisation. We work across a broad range of areas including building and resource consents, parks, libraries and community centres to animal control, liquor licensing, noise control and more. We have approximately 8000 full time equivalent (FTE) staff working across Auckland Council. Eke Panuku and Auckland Unlimited. Our workforce is diverse reflecting a wide range of ethnicities and cultures. Our diversity reflects the people of Tamaki Makarau. We are seeking an external provider for our speak up service. Our people will use this service to speak up about a broad range of issues from sharing a concern, asking a question, or seeking advice about something that isnt in keeping with Our Charter, including concerns about their own or a colleagues wellbeing through to making a Protected Disclosure. The Our Charter principles have been adopted by the council group to set the expectations and bottom lines for conduct that we all have to meet, regardless of role, location or seniority We collectively embrace the councils group commitment to Our Charter and the principles that underpin it which are: We honour Te Tiriti o Waitangi We make this a great place to work We look after our money and assets We look after the people we serve We look after our information We look after our safety and wellbeing This service will be available to our staff, contractors and elected members, including the Council Controlled Organisations (CCOs) Eke Panuku and Auckland Unlimited.",Awarded,,68500,20250410 Auckland Council,24976340,Request for Proposals,Open Competition,Pool and Water Feature Plant Maintenance,SR760323956,20211018,20211126,20220701,,Sole Agency,No,6A Park Rise,"This contract provides for the maintenance of Auckland Councils Swimming Pool and Water Features plant systems. The overarching objective is to ensure these systems are functional, safe, fit-for-purpose and where possible optimised to reduce disruption to their operation and minimise energy, water and chemical use. This involves both responsive and planned work. A secondary objective is the standardisation of plant, and standardisation of Council staffs operating procedures to run pool facilities. The Council is taking a specialist region wide approach to the contract structure and management of these services. The Pool and Water Features Plant Maintenance contract(s) has been put in place to cover the maintenance services for all Council-owned and controlled aquatic facilities. Regardless of in-house or contracted-out management of the facilities, all maintenance for plant has the same requirements and is included in this RFP (excluding The Olympic). For the Pool and Water Feature Plant contracts, the region has been split into five areas, aligning with the Community Facilities Departments five contract areas",Awarded,,0,20250410 Auckland Council,24983578,Request for Proposals,Open Competition,Provision of loading and haulage to landfill for disposal,SR755708824,20211019,20211126,20220701,,Sole Agency,No,,"Auckland Council requests proposals for the provision of the loading and haulage services from 1 July 2022 to 30 June 2029. This contract is for the loading and haulage of waste to an approved landfill facility for disposal from Waitakere Refuse and Recycling Transfer Station (WRRTS) at 50 The Concourse, Henderson. The approved landfill site for disposal is Redvale Landfill, Landfill Access Rd, Dairy Flat until 30 November 2024. Councils current disposal contracts will come to an end in November 2024. In 2023/24 Council will be procuring for disposal services, therefore, the disposal point after 30 November 2024 is not confirmed at this time. Because of this, the tenderers will submit their pricing for Redvale (Approved Disposal Facility), as well as several other potential disposal facilities. If any of these potential disposal facilities are used from 1 December (inclusive) 2024, and become Approved Disposal Facilities, the corresponding price submission for these from this request-for-proposal will be applied at that time. The aim of Auckland Council in this process is to obtain sufficiently detailed information from potential suppliers regarding their respective organisations ability to provide the services (having regard to several factors including the quality of the services, the supplier's ability to deliver on a timely basis and price), to enable Auckland Council to select and appoint a party (or parties) to provide the services.",Awarded,,12500000,20250410 Auckland Council,25019863,Request for Proposals,Open Competition,"Manufacture, Supply and Distribution of Food Scraps Bin Liners",,20211028,20211210,20220701,,Sole Agency,No,,"This Request for Proposal (RFP) document relates specifically to the manufacture, supply and distribution of Food Scraps Bin Liners. Auckland Council adopted its 2012 Waste Management and Minimisation Plan. A key deliverable of this plan was the introduction of the household food scraps service for urban areas of Auckland. Support for the regional service was reaffirmed on 12 June 2018 with the adoption of Auckland Councils Waste Management and Minimisation Plan 2018: Working Together for Zero Waste, which includes the household food scraps collection service to divert organic material from landfill for urban Auckland. The intention is to supply the 8 litre compostable Food Scraps Bin Liners through three (3) separate Supply Stages to support the participation in the Food Scrap Collections across the region. The three separate Supply Stages are as follows: Initial Supply: Food Scraps Bin Liners included in the Initial Distribution Period of new service packs distributed to urban properties in a stepped approach across the region. Ongoing Supply: Food Scraps Bin Liners included in new service packs distributed to urban properties after the Initial Distribution Period has been completed. This will only be made available to new properties as a one-time offer. Retail Supply: Commercialise the supply of Food Scrap Bin Liners to support participation in the food waste service. This means the council will sell the Food Scraps Bin Liners through standard retail outlets, such as supermarkets, and households will be able to purchase these in packs of 20 Food Scraps Bin Liners. This is opposed to council directly supplying residents with liners on an ongoing basis. As part of the provision of the Retail Supply, retail supply outlet stores will require a merchandising presence from the Supplier. Additionally, there is a requirement for the manufacture of 90 litre compostable Food Scraps Bin Liners that are intended to support the program for the likes of Multi Dwelling Unit properties across the region.",Awarded,0,0,20250410 Auckland Council,25060983,Request for Proposals,Open Competition,Our culture journey- Auckland Council,WS794386426,20211108,20211126,20220303,,Sole Agency,No,,"This RFP is supported by the documents listed below. Please ensure you have read and understood all content before submitting your response. RFP document RFP response form Appendix 1 Draft Services Agreement Ariba Supplier Guide - Registration You will need to be registered as an Auckland Council supplier in SAP Ariba to respond to this RFP. If you are not already registered to the Auckland Council SAP Ariba procurement system, please register before 25 November 2021. Finally, If you are submitting a response to this RFP please send an email stating your interest to julio.gonzalez@aucklandcouncil.govt.nz before 25 November 2021, including: - Name of the company (exactly as registered in SAP Ariba) - Main contact person and contact details SAP Ariba RFP reference number will be published via GETS on 25 November 2021 so you can submit your response documents.",Awarded,"The recommended supplier is ON-Brand Partners. The reasons for this recommendation are: Culture change is core business Significant experience in enterprise-wide culture shift, including public sector Adaptable and flexible in approach Methodology is based on true co-design, science, human-centred design, with a focus on delivery Knowledge of council, complexities, diversity and understand our uniqueness Able to hit the ground running without delays to delivery Approach ensures capability transfer to council Will continuously challenge us to push harder Deep understanding of our change methodology Outputs will include a very clear blueprint for the future Approach is partnership in nature, and could include additional partners Strong alignment to HPHE and ability to deliver on this mahi simultaneously MS Teams integration for People Leader capability uplift Familiar with our People Leaders already (continuity)",120000,20250410 Auckland Council,25117444,Request for Proposals,Open Competition,Transport Emissions Reduction Plan,,20211118,20211130,20220304,,Sole Agency,No,,Auckland Council seeks proposals to conduct an analysis of the full economic costs and benefits of the proposed Transport Emissions Reduction Plan (TERP). This analysis will be essential to determining the trade-offs and recommendations made to elected members to make a fully informed decision on Aucklands emissions reduction.,Not Awarded,,0,20250410 Auckland Council,25199196,Request for Proposals,Open Competition,Materials Recovery Facility Services RFP,,20211203,20220304,20220929,,Sole Agency,No,,"This RFP is to select a supplier to maintain and operate Aucklands material recovery facility at Onehunga which processes and sells the recycling material from Councils kerbside service. Please see attached RFP documentation.",Not Awarded,Auckland Councils Strategic Procurement Committee has approved Re.Group Pty Limited as the preferred supplier for Material Recovery Facility Services,0,20250410 Auckland Council,25382765,Request for Proposals,Open Competition,RFP Avondale Library and Community Hub - Early Contractor Involvement (ECI) & Construction,,20220209,20220309,20220405,,Sole Agency,No,,"Auckland Council is seeking to appoint a constructor to provide Early Contractor Involvement (ECI) services for a new integrated community facility in Avondale. The facility is to replace the existing community centre and library located on Rosebank Road, the goal is to provide all the services and more that customers have come to enjoy about the existing facilities while making it one interconnected facility. Respond by completing and submitting the attached Response Form through GETS on, or before, 2pm on Wednesday, 09 March 2022, to submit your Request for Proposal. Date that Response Box opens: 09/02/2022 ***Last day for questions: 02/03/2022*** Date and time that Response Box closes: 09/03/2022 @ 2pm (NZT) Please also refer to the RFP documents attached for more information. RFPs must be submitted to: Electronic Response Box available on GETS. ***Please upload non-price attributes and price in SEPARATE documents***",Awarded,ECI contract awarded to McConnell Dowell Constructors Ltd t/a Built Environs,0,20250410 Auckland Council,25537251,Request for Proposals,Open Competition,"Aotea / Great Barrier Island Transfer Station Operations, Waste Processing and Haulage Services",,20220315,20220411,20220701,,Sole Agency,No,"6A Park Rise, Campbells Bay","Auckland Council requests proposals for the provision of Transfer Station Operations, Waste Processing & Haulage Services for Aotea / Great Barrier Island (Aotea) from 1 July 2022 to 30 June 2027. The aim of Auckland Council in this process is to obtain sufficiently detailed information from potential suppliers regarding their respective organisations ability to provide the services (having regard to several factors including the quality of the services, the supplier's ability to deliver on a timely basis, and price). This will enable Auckland Council to select and appoint a party (or parties) to provide the services.",Awarded,,0,20250410 Auckland Council,25562516,Request for Proposals,Open Competition,RFP: Noise Control Services,WS937146573,20220321,20220429,20220901,,Sole Agency,No,,"Auckland Council has three contract areas providing noise control services for the response and enforcement of noise complaints for the residents of the Auckland region. These areas are North/West, Central and South. The contracts are focused on dealing with excessive noise issues such as noise from people and parties. You will need to be registered as an Auckland Council supplier in SAP Ariba to respond to this RFP. If you are not already registered to the Auckland Council SAP Ariba procurement system, please register before 1 April 2022. Finally, If you are submitting a response to this RFP please send an email stating your interest to grace.kingston@aucklandcouncil.govt.nz before 1 April 2022, including: - Name of the company (exactly as registered in SAP Ariba) - Main contact person and contact details",Awarded,"Armourguard awarded Central and South FIRST Security awarded North and West",4500000,20250410 Auckland Council,26125033,Request for Proposals,Open Competition,Urban Streetscape Edging and Weed Management,SR916761900,20220803,20220914,20230413,,Sole Agency,No,"6A Park Rise, Campbells Bay, Campbells Bay","Auckland Council on behalf of Auckland Transport is responsible for edging and weed control on hard surfaces in the road corridors and town centres. The scope of the services is for edging and weed control on hard surfaces within the urban road corridor include four (4) management areas (Tahi, Toru, Wha, Rima), and excludes Rua management areas (local boards Albert-Eden, Puketapapa, Whau) and the islands (Waiheke and Aotea-Great Barrier) . The length of the road corridor is approximately 4,164 kms and the area of town centre plazas and carparks is approximately 485,000m2 (refer Schedule 7). The edging and weed control are currently included in Auckland Councils streetscape contracts. If this procurement process is successful, the scope of works will be varied out of the existing streetscape contract. The weed control methodologies adopted across different local boards are not uniform and reflect the continuation of the legacy council weed management practice.",Not Awarded,Cancelled,0,20250410 Auckland Council,28489864,Request for Proposals,Open Competition,Capital Management,,20231121,20231204,20241212,,Sole Agency,No,,"Auckland Council is exploring capital management options and one possibility we are considering is the potential of buying back all or a portion of NZX listed AKC130 bond with the ISIN number NZAKCDT484C5 maturing on 28 September 2050. Auckland Council has NZD 500 million outstanding of these green bonds which were issued at par with a coupon of 2.95%. We are seeking feedback on the merits (or otherwise) of a buyback, stakeholder implications, the optimal process for undertaking a buyback, fees and other costs involved, and an outline of legal and other considerations. Please look into the attached documents for details information.",Not Awarded,There was no contract awarded.,0,20250410 Auckland Council,28683667,Request for Proposals,Open Competition,Capability Supplier Panel,,20240115,20240304,20240801,,Sole Agency,No,,"The council require experienced, diverse, and skilled service providers to join a supplier panel to make it easy for our departments, to provide the products and services they need to grow council-specific capability of Kaimahi. There are four key categories where we require suppliers: 1. eLearning design and build 2. One-to-One performance coaching services 3. Team event facilitation services 4. Design and facilitation of training and workshops Please refer to attached RFP documents for detailed information. The Purpose of this RFP is to identify a panel of suppliers who are able to provide these services. This is only a single stage RFP process where suppliers will be selected based on the evaluation of proposals. The contract is anticipated to commence on 1st July 2024.",Not Awarded,Thirty four suppliers have been selected and contracted to deliver services related to the Capability Supplier Panel.,0,20250410 Auckland Council,29064945,Request for Proposals,Open Competition,Request for Proposal_Auckland Council Group Food Supply and Services,,20240321,20240412,20240701,,Sole Agency,No,,"The Auckland Council Group (comprising Auckland Council and Tataki Auckland Unlimited) is looking for a region-wide food and services supplier with the experience and resources to effectively deliver the council's stock requirements whilst maintaining value and quality. The purpose of this tender is to identify a supplier or suppliers who are able to provide cost-effective, fit-for-purpose solutions to ACG's requirements. This is only a single stage RFP process where suppliers will be selected based on the evaluation of proposals. Please refer to the attached RFP documents for the detailed information. The contract is anticipated to commence on 01 July 2024.",Not Awarded,,0,20250410 Auckland Council,29065683,Request for Proposals,Open Competition,Request for Proposal_Auckland Council Group Beverage Supply and Services,,20240321,20240412,20240701,,Sole Agency,No,,"The Auckland Council Group (comprising Auckland Council and Tataki Auckland Unlimited) is looking for a region-wide hot beverage supplier with the experience and resources to effectively deliver its requirements whilst maintaining value and quality The purpose of this tender is to identify a supplier or suppliers who are able to provide cost-effective, fit-for-purpose solutions to ACG's requirements. This is only a single stage RFP process where suppliers will be selected based on the evaluation of proposals. Please refer to the attached RFP documents for the detailed information. The contract is anticipated to commence on 01 July 2024.",Not Awarded,,0,20250410 Auckland Council,29126700,Request for Proposals,Open Competition,"Haulage, Processing & Disposal Services for Greenwaste, Woodwaste, Cleanfill & Hardfill",WS1925633035,20240402,20240503,20241101,,Sole Agency,No,,"Overview * Suppliers who can provide only Haulage Service are also encouraged to participate. *Each Service listed below is a separable portion. This means that Participants can bid for one or all the services and in any combination Auckland Council wishes to select competent and capable suppliers to provide the following services from Councils Waitakere Refuse & Recycling Transfer Station (RTS) : Haulage Service Haulage of Recovered Materials from Waitakere RTS to the Approved Processing Facility/Approved Disposal Facility including provision of Receptacles at the Waitakere RTS for the Recovered Materials. Haulage of Green Waste (non-fibrous) Haulage of Fibrous Green Waste Haulage of Wood Waste (treated & untreated) Haulage of Clean Fill Haulage of Hard Fill Processing Service Recycle or Processing of the Recovered Materials from Waitakere RTS and Council Nominees Processing of Green Waste (non-fibrous) Processing of Fibrous Green Waste Processing of Wood Waste (treated & untreated) Disposal Service Disposal Recovered Materials from Waitakere RTS and Council Nominees Disposal of Clean Fill Disposal of Hard Fill",Awarded,,0,20250410 Auckland Council,29448596,Request for Tenders,Open Competition,Agile Ways of Working-Coaching,,20240527,20240607,20240704,,Sole Agency,No,,"This procurement exercise aims to identify a competent supplier with the resources to support the council in ways of working coaching. The supplier should have capability primarily in Lean and Agile (preference to SAFe experience). DevOps knowledge is also valued. We will likely need a base capability of approximately three coaches to support operating model shifts in ICT (launching new teams and new Agile Release Trains) over the next 12 months. This may ramp up at peak times, so we need the ability to source capable coaches quickly from the supplier pool. Coaches will be required to support delivery teams, but also develop standards and processes, ensure effective implementation of metrics, and work alongside internal coaches to build capability. Based on the outcome of the sourcing activity, at least three selected suppliers will be awarded an MSA contract for a two-year duration. This will be followed by a project-specific statement of works (SoW) contracts as per council requirements.",Not Awarded,"Dear participants, This is to inform that ""Agile Ways of Working- Coaching"" RFP has been evaluated and closed. The successful vendors have been separately notified accordingly. However, we've not sent out follow-up communication to vendors whose responses couldn't rank in top 3 positions as per evaluation criteria laid down in the said RFP. We thank you all for your participation! Regards",0,20250410 Auckland Council,29814103,Request for Proposals,Open Competition,Eradication of browsing pests from Kawau Island (Wallabies and Possums),,20240719,20240929,20250120,,Sole Agency,No,,"Kia ora koutou, Auckland Council is seeking proposals from suppliers who have previous wallaby and possum pest control and eradication experience. The removal of invasive browsers from Kawau island will provide an important benchmark for pest-free initiatives on other inhabited Hauraki Gulf islands and help inform other proposed eradication projects such as Rakiura and Rekohu. This is a unique opportunity to partner with Auckland Council on such a critically important eradication project. The closing date is September 13th at 5pm. Thank you, Auckland Council Procurement.",Not Awarded,,0,20250410 Auckland Council,29872281,Request for Proposals,Open Competition,Libraries - Asian Languages Magazine Collection,,20240729,20240820,20241015,,Sole Agency,No,,"Auckland Libraries, as part of Auckland Council, is the largest public library system in Australasia. It has 56 community libraries as well as providing mobile library, customer outreach and rural services. Our Libraries serve a diverse urban and rural population of 1.6 million spread over 180 km from north to south. We are looking for a partner, or partners which can work with us to continue to develop collections that reflect the diverse languages spoken in our local communities and contribute to and enhance the culture of our peoples. This is only a single stage RFP process where suppliers will be selected based on the evaluation of proposals. Please refer to the attached RFP documents for the detailed information. Deadline of tender response submission is 20 August 2024 at 5:00PM (NZ time). The contract is anticipated to commence on 01 January 2025.",Awarded,"The following contracts were awarded as outcome of the tender: 1. Chinese Language Magazines to Osia Enterprise Limited 2. Indic and Japanese Language Magazines to Prenax Pty Ltd",0,20250410 Auckland Council,29874202,Request for Proposals,Open Competition,Technical SIPO (Statement of Investment policy and objectives) advisor for Auckland Future Fund,,20240730,20240813,20240816,,Sole Agency,No,,"Kia Ora, This is a Request for Proposal for Technical SIPO (Statement of Investment Policy & Objectives) advisor for Auckland Future Fund. It is an opportunity to advise the council on the Statement of Investment Policy and Objectives relating to substantial fund (Auckland Future Fund) that will have a significant impact on the future of Auckland as the council intends to grow the fund over time. Detailed information is given in the attached document. Please go through the documents carefully before submitting your response. Nga mihi | Kind regards, Megha Nagar",Awarded,"Kia Ora, Thanks for your time and efforts. The Evaluation results for this tender were shared on Aug 16th, 2024, with the participants and the contract has been awarded. This is now closed.",0,20250410 Auckland Council,29874386,Request for Proposals,Open Competition,Managed Investment Fund for Auckland Future Fund,,20240730,20240821,20241108,,Sole Agency,No,,"Kia Ora, This is a Request for Proposal for Managed Investment for Auckland Future Fund. Auckland Future Fund will diversify councils major investments across different sectors and different geographic areas and protect the value of intergenerational assets held by the fund, so they can continue to benefit future generations. This is an opportunity to manage a substantial wealth fund for Auckland. Detailed information is given in the attached documents. Please go through the documents carefully before submitting your response. Nga mihi | Kind regards, Megha Nagar",Not Awarded,"At the direction of the newly established Auckland Future Fund Board, no contract has been awarded. We thank all applicants for their interest and proposals. The Auckland Future Fund Board continues to work on the funds establishment.",0,20250410 Auckland Council,29962329,Request for Proposals,Open Competition,Auckland International Airport Limited Share Sale - Independent Consultant,,20240813,20240827,20241125,,Sole Agency,No,,"Auckland Council as part of the Long-term Plan 2024-2034 (LTP) decided to establish a regional wealth fund, to be called the Auckland Future Fund (AFF). The AFF will be initially capitalised with councils shareholding in Auckland International Airport Limited (AIAL). The Auckland Airport Shareholding Policy (LTP Volume 2 page 434) enables the council to transfer its shareholding in AIAL to the AFF, and the subsequent sale of AIAL shares by the Trustee to achieve the purposes of the Fund. Auckland Council owns 163,231,446 shares in AIAL, which equated to around 11 per cent of the total shares in AIAL. The council requires independent advice on options regarding any the sell down of its shareholding in AIAL (transaction preparation). This will include advice relating to, but not limited to: council objectives, sell down options; strategies to minimise execution risks; strategies to maximise value; timing considerations; engaging other advisers and brokers, communication strategy; investor engagement. Auckland Council is seeking an independent advice (in both written and oral formats) on Auckland options regarding any future sell down of its shareholding in AIAL. This will include advice relating to, but not limited to: sell down options; strategies to minimise execution risks; strategies to maximise value; timing considerations; communication strategy; investor engagement. Please see the RFP for more information.",Not Awarded,"At the direction of the newly established Auckland Future Fund board, no contract has been awarded. We thank all applicants for their interest and proposals. The Auckland Future Fund board continues to work on the fund's establishment.",0,20250410 Auckland Council,30025098,Request for Proposals,Open Competition,Caf Operator at the Chamberlain Park Golf Course,,20240821,20240906,20250316,,Sole Agency,No,,"Auckland Council invites proposals from caf operators to establish a caf at the Chamberlain Park Golf Course. This is an opportunity for an experienced, community-focused hospitality operator to occupy a caf space within the clubhouse at the Chamberlain Park Golf Course. The proposed activation of the vacant caf space is intended to provide an amenity and convenience for golf players and park users.",Not Awarded,No Contract has been awarded.,0,20250410 Auckland Council,30025402,Request for Proposals,Open Competition,"Caf Operator at the Caf Premises at Nga Tohu o Uenuku, Mangere Arts Centre",,20240821,20240906,20240909,,Sole Agency,No,,,Not Awarded,No Submissions received for evaluation due to technical issues and hence no contract has been awarded.,0,20250410 Auckland Council,30037656,Request for Proposals,Open Competition,Refer to RFXID 29874386 Managed Investment Fund for Auckland Future Fund,29874386,20240822,20240826,20241108,,Sole Agency,No,,"Kia Ora, This is a Request for Proposal for Managed Investment for Auckland Future Fund (Please refer to RFX ID 29874384 for NTPs issued) Auckland Future Fund will diversify councils major investments across different sectors and different geographic areas and protect the value of intergenerational assets held by the fund, so they can continue to benefit future generations. This is an opportunity to manage a substantial wealth fund for Auckland. Detailed information is given in the attached documents. Please go through the documents carefully before submitting your response. Council is opening this tender to provide fair chance for everyone to submit their response via GETS as previously it was informed by many participants that they are facing issues in uploading the responses. This is now open only until Aug 26th, 2024, 5pm. Nga mihi | Kind regards, Megha Nagar",Not Awarded,"At the direction of the newly established Auckland Future Fund Board, no contract has been awarded. We thank all applicants for their interest and proposals. The Auckland Future Fund Board continues to work on the funds establishment.",0,20250410 Auckland Council,30153201,Request for Proposals,Open Competition,"Caf Operator at the Caf Premises at Nga Tohu o Uenuku, Mangere Arts Centre_2",,20240910,20240911,20241220,,Sole Agency,No,,The tender has been re-advertised as previous tender did not receive any submissions due to technical issues.,Not Awarded,The contract is awarded to Soulmen Foods to operate the Cafe at Mangere Arts Centre on a commercial licence.,0,20250410 Auckland Council,30253756,Request for Proposals,Open Competition,Kia Rite Kia Mau Facilitator/Educator,SR2171601800,20240924,20241008,20250131,,Sole Agency,No,,"Kia ora koutou, Kia Rite Kia Mau is a youth education initiative which Auckland Emergency Management has been designed and developed for schools around Tamaki Makaurau. Auckland Emergency Management is now looking to expand the reach of this programme, and is looking for key educators or facilitators that can reach out to schools in their local area, to invite them to participate in this education initiative and then deliver this programme with Auckland's tamariki in our schools. This is a fantastic opportunity for those that would like to support Aucklands tamariki to become more prepared for emergencies and learning about what they can do to stay safe during a disaster. You will get to feel like you are making a difference with our younger generation. This RFP closes on the 8th October 2024 at 5pm. Thank you, Auckland Council Procurement",Awarded,,0,20250410 Auckland DHB Facilities Management,22341912,Request for Proposals,Open Competition,"Auckland DHB Substation C, D, H and R - High Voltage Engineering Design Consultancy Services",P7262,20200221,20200320,20200911,,Sole Agency,No,,"The Project is part of the 10-year Auckland District Health Board (Auckland DHB) Facilities Infrastructure Remediation Programme (FIRP) to replace, upgrade and future proof infrastructure that supports Auckland City Hospital including resilience of the electrical power supply to and within the Auckland City Hospital site. The Auckland Site Wide (ASW.01) electrical workstreams scope includes projects to replace and renew assets serving the sites High Voltage (HV) and Low Voltage (LV) infrastructure. P7262 Substation C, D, H and R upgrades are four HV 11kV indoor switchgear and transformer customer substations that are deteriorating and aging which are located at Auckland City Hospital Grafton campus. Auckland DHB is seeking to appoint a sole engineering design Consultant with specialist 11kV HV distribution capabilities to act as a Lead Consultant. The Auckland DHB is looking for credible engineering design Consultant which have the capability, experience, the quality and Health and Safety systems to deliver HV 11kV substation design packages. The engineering design Consultant would have a track record in delivering brownfield 11kV substation upgrades in a live environment, preferably an operational hospital, requiring careful planning and shutdown phasing scheme development. The Auckland DHB is looking for a credible provider who has the capability and experience to undertake HV 11kV switchgear, transformer and cabling design packages including Voltage Electrical Protection and Controls, Structural and Civil scope. The electrical engineering Consultant will need to have a proven track record in the design management (multidisciplinary), shutdown planning and electrical distribution level design experience. This is a unique opportunity to be part of a major New Zealand Infrastructure upgrade project. The opportunity presents the chance to design and enhance Auckland DHB HV private network that will benefit Auckland and New Zealand for many years to come. A private network that will exemplify best in class HV installation with safety at the forefront. We provide health services to nearly 515,000 people living in the central Auckland, as well as regional services for Northland and greater Auckland specialist national services for the whole of New Zealand. We have more than 1 Million patient contracts per year. Our primary role is to support our local population to achieve the outcomes they want for themselves, their whanau and their community.",Awarded,"The contract for Auckland DHB Substations C, D, H & R Engineering Design Consultancy was awarded to AECOM New Zealand Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s AECOM New Zealand Limited 8 Mahuhu Crescent Auckland 1010 c. A description of goods, services or works: Engineering Design Consultancy d. The date of the contract/s was awarded 11th September 2020 e. The term of the contract/s Q1 2025 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $1M - $5M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429032091335 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,22861263,Request for Proposals,Open Competition,Auckland DHB Greenlane Clinical Centre Additional Capacity - BIM Management,P7470,20200622,20200708,20220712,,Sole Agency,No,,"Auckland DHB Greenlane Clinical Centre Additional Capacity - BIM Management - There are 19 files attached. The Building for the Future Programme (BFTF) is one of ADHBs key strategic programmes. This programme has been established to manage the delivery of sufficient capacity to meet forecast growth in patient demand. The Greenlane Clinical Centre Additional Capacity project sits within the BFTF programme and is focused on creating additional operating room and clinical capacity to meet medium-term forecast demand. Work will include: Design and fit-out 2 new operating rooms in Building G04 for delivery of elective surgery and Orthopaedics for adult and paediatric patients; Design and fit out a 10 bed ward; Design and fit out a new Endoscopy suite; Design and fit out a new Infusion room; Design and fit out areas for the displaced OR tea room, meeting room, OR and Anaesthesia offices Services for this project will include: The management of the Building Information Modelling (BIM) processes, data and deliverables throughout the lifecycle of this project. The services shall be undertaken by an experienced and capable BIM Manager who shall be responsible for both the guidance and administration of the BIM processes, as well as the technical outcomes and delivery of the digital information. The BIM Manager shall manage, guide, administer and enable the digital delivery of this project. This shall be achieved through coordination with various stakeholders, including but not limited to; the Project Manager, Design Manager, Design Team BIM Leads and Construction Team BIM Model Manager.",Not Awarded,This project was cancelled,0,20250410 Auckland DHB Facilities Management,22952715,Request for Proposals,Open Competition,Auckland DHB Deconstruction of Building A13,P7558,20200711,20200805,20201014,,Sole Agency,No,,"Auckland DHB Deconstruction of Building A13 (refer 11 x attachments) As part of the Facilities Infrastructure Remediation Programme, a new central plant building and associated horizontal infrastructure will be constructed at Auckland City Hospital. As part of this project a number of buildings will need to be deconstructed due to the proposed alignment of the new Tunnel. This project relates specifically to the Deconstruction of A13 Building. The A13 Building is located adjacent to A09 (Cytotoxic Pharmacy, which produces Chemotherapy drugs), A08 (Oncology Department, which treats immunocompromised cancer patients), A35 (Acute Mental Health) and Auckland Domain (public park). We require a Contractor to manage the deconstruction of A13 down to slab with no disturbance to the soil. Removal of slab will be undertaken under a separate contract. The site is to be finished to a level that enables use for either temporary parking arrangements, or for use as a laydown area for contractors at Auckland City Hospital while keeping the building slab intact. Protection of neighbouring buildings, trees and barrier arm is required. Reinstatement of carpark pavement if required.",Awarded,"The contract for Auckland DHB Deconstruction of Building A13 was awarded to Ward Demolition Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Ward Demolition Limited 13 Miami Parade Te Papapa c. A description of goods, services or works: Demolition d. The date of the contract/s was awarded 14th October 2020 e. The term of the contract/s 18th January 2021 f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $250K - $500K g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 701808 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,23316786,Request for Proposals,Open Competition,Auckland DHB Central Plant and Tunnel - Facade Contractor Design Services,P7378,20200918,20201016,20201102,,Sole Agency,No,,"Auckland DHB Central Plant and Tunnel - Facade Contractor Design Services Request for Proposal (RFP) (refer 5 x attached files) This procurement relates to the A40 Central Plant and Tunnel project. The proposed physical works elements of the project are comprised of the following components: A40 Central Plant Building - construction of the new six-storey building Tunnel Section - construction of a new tunnel (to accommodate services) Building Services - supply, install and commission (to the A40 Central Plant building and Tunnel) Enabling Works a series of early enabling works to prepare the site for the main works. The new A40 Central Plant Building comprises of a 6-storey plant building with associated office space for the Auckland DHB Maintenance Management Department. It is a concrete-framed building with precast concrete and glass cladding. The design team has just finished Developed Design and have started the Detailed Design phase. This RFP relates to the faade design for the A40 Central Plant and Tunnel Project. As part of the building consent process, Auckland Council require submission of a full set of IFC drawings for the faade and a PS1. ADHB is looking for an experienced faade contractor to produce the design and PS1 to be included in the building consent submission for the project.",Awarded,"The contract for Auckland DHB Central Plant and Tunnel Facade Design Services was awarded to Thermosash Commercial Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Thermosash Commercial Limited 41 Poland Road Wairau Valley Auckland 0627 c. A description of goods, services or works: Design services d. The date of the contract/s was awarded 2nd November 2020 e. The term of the contract/s 20th September 2021 f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $50K - $100K g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429040537672 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,23578025,Request for Proposals,Open Competition,Auckland DHB Substation P Stage 2 Fitout - Main Contractor,P7259,20201106,20201211,20210409,,Sole Agency,No,,"Auckland DHB Substation P Stage 2 Fitout - Main Contractor (9 x files attached) This project is part of the 10 year Auckland DHB Facilities and Infrastructure Remediation Programme to improve site infrastructure including the resilience of the electrical power supply to, and within the Auckland City Hospital site. ADHB are seeking a Main Contractor with high voltage (HV) specialist services for the fit-out of HV and low voltage (LV) equipment and systems. The HV Main Contractor responsibilities shall include the coordination and implementation of all associated systems in the design which include mechanical, civil works, building services, and controls. The HV Main Contractor will engage sub-contractors for discipline activities plus Auckland DHB nominated sub-contractors for specialist services. This is a unique opportunity to be part of a major New Zealand infrastructure upgrade project. The opportunity presents the chance to enhance Auckland DHB HV network that will benefit Auckland and New Zealand for many years to come.",Awarded,"The contract for Auckland DHB Substations P Stage 2 Electrical Fitout Main Contractor was awarded to Electric Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Electrix Limited 2 George Bourke Drive Mt Wellington Auckland 1060 c. A description of goods, services or works: Construction Utility Buildings and Structure d. The date of the contract/s was awarded 9th April 2021 e. The term of the contract/s Q4 2022 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $1M - $5M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 52181 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 ,,,,,,,,,,,,,,,,, Auckland DHB Facilities Management,23769090,Request for Proposals,Open Competition,"Auckland DHB A40 Central Plant and Tunnel - Utility Diversions Areas 1,2, 3 and 4",P7378,20201214,20210202,20210510,,Sole Agency,No,,"Auckland DHB A40 Central Plant and Tunnel - Utility Diversions Areas 1,2, 3 and 4 (5 x files attached) This procurement relates to the delivery of an early enabling works project for the A40 Central Plant and Tunnel Project as part of the FIRP works. This will contribute to the sitewide strategy of providing resilience in existing site infrastructure and to provide capacity for future campus development and Auckland City Hospital. This Requst for Proposal (RFP) relates to the purchase of services to relocate and/or protect existing inground utilities at various locations within Auckland City Hospital. The key outcomes that we want to achieve are: All works completed and handed over before dependent projects commence i.e. A40 Central Plant and Tunnel. Minimal disruption to business as usual site operations at Auckland City Hospital. No disruption to service continuity during any construction / commissioning activities that may impact building services.",Awarded,"The contract for Auckland DHB A40 Utility Diversions Areas 1, 2, 3, and 4 was awarded to Stockman General Contractors Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Stockman General Contractors Limited 81 Parish Line Road Papakura Auckland c. A description of goods, services or works: Construction d. The date of the contract/s was awarded 10th May 2021 e. The term of the contract/s Q3 2022 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $1M - $5M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 111000 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,23890344,Request for Proposals,Open Competition,"Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment, Acoustics Consultant",P7334,20210125,20210219,20210412,,Sole Agency,No,,"Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment, Acoustics Consultant (21 x files attached) We are looking for Consultants who have the relevant experience to deliver the Starship Paediatric Intensive Care Unit (PICU), Bed Expansion and Atrium Redevelopment project from Developed Design to Project Completion cost effectively and within agreed time frames. The Design Team will be comprised of the following professional services, with which the Non-Design Consultants must liaise and incorporate information as required: Design Consultant Services Architectural Services (including BIM Manager, Interior Design and Lead Design); Building Services Engineering (including Fire Protection, Mechanical, Electrical, Hydraulics and Medical Gases); and Acoustic Consultant. The Non-Design Consultant Services will be comprised of the following professional services, with which the Design Consultants must liaise and incorporate information as required. Non-Design Consultants Project Management; and BIM Consultant. Note: This RFP is for: Acoustics Consultant",Awarded,"The contract for Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment (Acoustics) was awarded to AECOM New Zealand Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s AECOM New Zealand Limited 8 Mahuhu Crescent Auckland 1010 c. A description of goods, services or works: Acoustics d. The date of the contract/s was awarded 12th April 2021 e. The term of the contract/s Q4 2024 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $10K - $50K g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429032091335 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,23890387,Request for Proposals,Open Competition,Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - Architectural Services,P7334,20210125,20210219,20210331,,Sole Agency,No,,"Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - Architectural Services (21 x files attached) We are looking for Consultants who have the relevant experience to deliver the Starship Paediatric Intensive Care Unit (PICU), Bed Expansion and Atrium Redevelopment project from Developed Design to Project Completion cost effectively and within agreed time frames. The Design Team will be comprised of the following professional services, with which the Non-Design Consultants must liaise and incorporate information as required: Design Consultant Services Architectural Services (including BIM Manager, Interior Design and Lead Design); Building Services Engineering (including Fire Protection, Mechanical, Electrical, Hydraulics and Medical Gases); and Acoustic Consultant. The Non-Design Consultant Services will be comprised of the following professional services, with which the Design Consultants must liaise and incorporate information as required. Non-Design Consultants Project Management; and BIM Consultant. Note: This RFP is for: Architectural Services",Awarded,"The contract for Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment (Architectural Services) was awarded to Chow:Hill Architects Ltd. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Chow:Hill Architects Ltd Level 3, 135 Broadway Newmarket Auckland 1149 c. A description of goods, services or works: Architectural Services d. The date of the contract/s was awarded 31st March 2021 e. The term of the contract/s Q4 2024 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $500K - $1M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 567335 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 ,,,,,,,,,,,,,,,,, Auckland DHB Facilities Management,23890450,Request for Proposals,Open Competition,Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - BIM Consultant,P7334,20210125,20210219,20210406,,Sole Agency,No,,"Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - BIM Consultant (21 x files attached) We are looking for Consultants who have the relevant experience to deliver the Starship Paediatric Intensive Care Unit (PICU), Bed Expansion and Atrium Redevelopment project from Developed Design to Project Completion cost effectively and within agreed time frames. The Design Team will be comprised of the following professional services, with which the Non-Design Consultants must liaise and incorporate information as required: Design Consultant Services Architectural Services (including BIM Manager, Interior Design and Lead Design); Building Services Engineering (including Fire Protection, Mechanical, Electrical, Hydraulics and Medical Gases); and Acoustic Consultant. The Non-Design Consultant Services will be comprised of the following professional services, with which the Design Consultants must liaise and incorporate information as required. Non-Design Consultants Project Management; and BIM Consultant. Note: This RFP is for: BIM Consultant",Awarded,"The contract for Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment (BIM Consultant) was awarded to asBuilt Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s asBuilt Limited 53-57 Woodside Avenue Northcote Auckland c. A description of goods, services or works: BIM Consultant d. The date of the contract/s was awarded 6th April 2021 e. The term of the contract/s Q4 2024 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $50K - $100K g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429030363595 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 ,,,,,,,,,,,,,,,,, Auckland DHB Facilities Management,23890498,Request for Proposals,Open Competition,Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - Building Services Engineering (Mechanical/Hydraulics/Electrical/Medical Gas/Fire Protection/ICT/Security/Nurse Call),P7334,20210125,20210219,20210416,,Sole Agency,No,,"Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - Building Services Engineering (Mechanical/Hydraulics/Electrical/Medical Gas/Fire Protection/ICT/Security/Nurse Call) (21 x files attached) We are looking for Consultants who have the relevant experience to deliver the Starship Paediatric Intensive Care Unit (PICU), Bed Expansion and Atrium Redevelopment project from Developed Design to Project Completion cost effectively and within agreed time frames. The Design Team will be comprised of the following professional services, with which the Non-Design Consultants must liaise and incorporate information as required: Design Consultant Services Architectural Services (including BIM Manager, Interior Design and Lead Design); Building Services Engineering (including Fire Protection, Mechanical, Electrical, Hydraulics and Medical Gases); and Acoustic Consultant. The Non-Design Consultant Services will be comprised of the following professional services, with which the Design Consultants must liaise and incorporate information as required. Non-Design Consultants Project Management; and BIM Consultant. Note: This RFP is for: Building Services Engineering - (Mechanical/Hydraulics/Electrical/Medical Gas/Fire Protection/ICT/Security/Nurse Call)",Awarded,"The contract for Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment (Building Services) was awarded to Aurecon New Zealand Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Aurecon New Zealand Limited Level 4, 139 Carlton Gore Road Newmarket Auckland 1023 c. A description of goods, services or works: Building Services d. The date of the contract/s was awarded 16th April 2021 e. The term of the contract/s Q4 2024 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $250K - $500K g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429039659781 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 ,,,,,,,,,,,,,,,,, Auckland DHB Facilities Management,23890595,Request for Proposals,Open Competition,Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - Project Management,P7334,20210125,20210219,20210412,,Sole Agency,No,,"Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment - Project Management (21 x files attached) We are looking for Consultants who have the relevant experience to deliver the Starship Paediatric Intensive Care Unit (PICU), Bed Expansion and Atrium Redevelopment project from Developed Design to Project Completion cost effectively and within agreed time frames. The Design Team will be comprised of the following professional services, with which the Non-Design Consultants must liaise and incorporate information as required: Design Consultant Services Architectural Services (including BIM Manager, Interior Design and Lead Design); Building Services Engineering (including Fire Protection, Mechanical, Electrical, Hydraulics and Medical Gases); and Acoustic Consultant. The Non-Design Consultant Services will be comprised of the following professional services, with which the Design Consultants must liaise and incorporate information as required. Non-Design Consultants Project Management; and BIM Consultant. Note: This RFP is for: Project Management",Awarded,"The contract for Auckland DHB Starship Paediatric Intensive Care Unit (PICU) and Atrium Redevelopment (Project Management) was awarded to RDT Pacific Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s RDT Pacific Limited Level 3, 2A Parnell Terrace Parnell Auckland 1052 c. A description of goods, services or works: Project Management d. The date of the contract/s was awarded 12 April 2021 e. The term of the contract/s End date 29th September 2023 f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $300,000 - $600,000 g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 1215336 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 ,,,,,,,,,,,,,,,,, Auckland DHB Facilities Management,24145825,Request for Proposals,Open Competition,"Auckland DHB (Auckland City Hospital) A40 Retention Piling, Capping Beams and Area 4 Utility Diversions",P7378c2,20210330,20210513,20210806,,Sole Agency,No,,"Auckland DHB (Auckland City Hospital) A40 Retention Piling, Capping Beams and Area 4 Utility Diversions - 6 x files attached This procurement relates to the delivery of an early enabling works project for the A40 Central Plant and Tunnel Project. This will contribute to the sitewide strategy of providing resilience in existing site infrastructure and to provide capacity for future campus development and Auckland City Hospital. This RFP relates to the purchase of services to relocate and/or protect existing inground utilities at various locations within Auckland City Hospital, and the installation of retention piling and capping beams to enable the A40 Central Plant and Tunnel Project. The key outcomes that we want to achieve are: All works completed and handed over before the main works commence for the A40 Central Plant and Tunnel Project. Minimal disruption to business as usual site operations at Auckland City Hospital. No disruption to service continuity during any construction / commissioning activities that may impact building services.",Awarded,"The contract for Auckland DHB A40 Retention Piling, Capping Beams and Area 4 Utility Diversions was awarded to McConnell Dowell Constructors Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s McConnell Dowell Constructors Limited 510 Mt Wellington Highway Mt Wellington Auckland c. A description of goods, services or works: Construction d. The date of the contract/s was awarded 6th August May 2021 e. The term of the contract/s Q1 2023 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $5-$10M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429040599632 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,24532696,Request for Proposals,Open Competition,"Auckland DHB Substation C,D,H and R 11kV Secondary Switchgear",P7262,20210709,20210813,20211105,,Sole Agency,No,,"The Auckland DHB is looking for a credible supplier who has the capability, experience and capacity to deliver the HV 11kV Secondary switchgear. The supplier needs to have proven track record in the supply and implementation of HV assets in a private HV network which services critical infrastructure. There are 6 x files attached. The HV Secondary switchgear package include the supply of: Sub C Essential: - 4x 11kV Circuit Breakers switchboard Substation C Nonessential: - 5x 11kV Circuit Breakers switchboard. Substation D Essential: -5x 11kV Circuit Breakers switchboard. Substation D Nonessential: - 4x 11kV Circuit Breakers switchboard.",Awarded,"The contract for Auckland DHB Substations C, D, H & R Secondary Switchgear Equipment supply was awarded to HV Power Measurements & Protection Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s HV Power Measurements & Protection Limited 3 Gloucester Park Road Onehunga Auckland c. A description of goods, services or works: HV Equipment Secondary Switchgear d. The date of the contract/s was awarded 5th November 2021 e. The term of the contract/s Q3 2024 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $500K - $1M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 636736 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,24532721,Request for Proposals,Open Competition,"Auckland DHB Substations C,D,H and R - HV Transformers",P7262,20210709,20210813,20211210,,Sole Agency,No,,"Auckland DHB are in the process of upgrading infrastructure at the ACH Grafton Campus including embedded standby generation. Four new 11kV substations will be constructed to replace existing aging infrastructure. This procurement relates to the supply and delivery of the 11kV to 400V step down dry type transformers for Substation C, D, H and R (Separable portions 2,3,4 and 5) to be located within buildings A01 (support services), building A02 (Starship) and building A35 (Mental health unit) at Auckland City Hospital Grafton Campus. There are six (6) files attached. This RFP relates to the purchase of: 3x 1000kVA 11kV/415V step down dry type transformer (Sub D and Sub C Essential (optional)); 2x 1250kVA 11kV/415V step down dry type transformer (Sub H); 3x 1500kVA 11kV/415V step down dry type transformer (Sub C (x1) and Sub R(x2)) 1x Neutral earth resistor Substation R; and 1x Earthing Transformer Substation R.",Awarded,"The contract for Auckland DHB Substations C, D, H & R HV Transformers supply was awarded to Hitachi Energy New Zealand Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Hitachi Energy New Zealand Limited Unit 1, Dean Place Waiwhakaiho New Plymouth 4312 c. A description of goods, services or works: HV Equipment Transformers d. The date of the contract/s was awarded 10th December 2021 e. The term of the contract/s Q3 2024 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band $250K - $500K g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 9429047346833 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,25227908,Request for Proposals,Open Competition,"Auckland District Health Board Substations C, D, H & R Electrical Fitout Main Contractor",P7262,20211209,20220311,20220617,,Sole Agency,No,,"Auckland District Health Board Substations C, D, H & R Electrical Fitout Main Contractor. This project is part of a 10-year Auckland District Health Board (ADHB) Facilities and Infrastructure Remediation Programme (FIRP) to improve site infrastructure including the resilience of the electrical power supply, within the Auckland City Hospital site. The Auckland Site Wide (ASW.01) Electrical Workstream objective is to replace and renew assets servicing the sites High Voltage (HV) and Low Voltage (LV) infrastructure. Auckland DHB are seeking a Main Contractor with HV specialist services for the fit-out of HV and LV equipment and systems. The HV Main Contractor responsibilities shall include the coordination and implementation of all associated systems in the design, which include mechanical, civil works, building services and controls. The HV Main Contractor will engage Sub-contractors for discipline activities plus manage ADHB nominated Sub-contractors for specialist services. ADHB is seeking a credible provider who has the capability and experience to undertake the installation and fit-out of HV and LV equipment and systems in a 24/7 operational environment. This is a unique opportunity to be part of a major New Zealand infrastructure upgrade project. The opportunity presents the chance to enhance ADHB HV network that will benefit Auckland and New Zealand for many years to come. Note: Six (6) x files/folders attached. 2 x folders i.e : d. IFT Documentation Drawings and Specifications; and e. Contract ; will be issued as Notice to Tenderers (NTT#1) via GETS.",Awarded,"The contract for Auckland DHB Substations C, D, H & R Electrical Fitout Main Contractor was awarded to Electric Limited. CONTRACT AWARD NOTICE a. The agencys name and address: Auckland District Health Board 2 Park Road Grafton Auckland 1023 b. The successful suppliers or suppliers name/s and address/s Electrix Limited 2 George Bourke Drive Mt Wellington Auckland 1060 c. A description of goods, services or works: Construction Utility Buildings and Structure d. The date of the contract/s was awarded 17th June 2022 e. The term of the contract/s Q1 2025 (Defects Liability period) f. The expected spend under the contract/s or the highest and lowest offers the agency evaluated to award the contract: Value Band > $25-$50M g. The type of procurement used: Request for Proposal (RFP) h. If the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption N/A i. A New Zealand Business Number (NZBN) where available 52181 j. Any other information, as requested by the Procurement Functional Leader, for example information on Broader Outcomes N/A",0,20250410 Auckland DHB Facilities Management,25248932,Request for Proposals,Open Competition,Auckland District Health Board Building Works (Main Contractor) for Substations H&R (Building A01),P7262,20211214,20220222,20220712,,Sole Agency,No,,"Auckland District Health Board Building Works (Main Contractor) for Substations H&R (Building A01) This project is part of a 10-year Auckland District Health board (ADHB) Facilities and Infrastructure Remediation Programme (FIRP) to improve site infrastructure including the resilience of the electrical power supply, within the Auckland City Hospital (ACH) site. The Auckland Site Wide (ASW.01) Electrical Workstream objective is to replace and renew assets servicing the sites High Voltage (HV) and Low Voltage (LV) infrastructure. As part of the CDH&R Substation upgrade (upgrade of HV substations on the ACH campus), we are required to: Construct electrical plant rooms in an existing area of building A01, Level 5. Substation H and R will be constructed in an area currently occupied by Loading Dock 4, situated opposite the motorbike/bike parking area adjacent to the Domain. Modify the room behind the loading dock to house electrical transformers and part of the loading dock will be extended out into the roadway to house new electrical switch rooms. Below the new substations (Level 4) - erect floor strengthening members to support the new equipment. Upon completion of the works, two lanes of the existing four loading dock lanes will be reinstated, and existing disability parking in front of the facility will also be returned. We seek a building works contractor with experience in working in a 24/7 operating environment for the establishment of this building envelope or shell. The Building contractor responsibilities include the coordination, fit out and implementation of all building elements in the design including structural, architectural, civil works and building services (small power, lighting, hydraulics, access control, and mechanical services). Note: Six (6) files/folders are attached. 2 x folders i.e. d. IFT Documentation Drawings and Specifications; and e. Contract; will be issued as Notice to Tenderers (NTT#1) via GETS",Not Awarded,Auckland District Health Board Building Works (Main Contractor) for Substations H&R (Building A01) was not awarded.,0,20250410 Auckland Light Rail Limited (Historic),26476118,Request for Tenders,Open Competition,ALRL - Geotechnical Investigations,PC43100,20221014,20221108,20240228,,Sole Agency,No,,"Auckland Light Rail Limited (ALRL) and our partners invite tenders in response to this Request for Tenders (RFT) from suitably experienced parties to undertake Geotechnical Investigations for the Auckland Light Rail project during its preconstruction planning phase. All queries should be directed to ALRL's Nominated Person via email: tenders@aucklandlightrail.govt.nz. Interested parties should specifically note the intent for ALRL to hold an in person Group Inception Meeting for this opportunity on Tuesday, 25 October 2022, and the requirement to register interest in attending this Group Inception Meeting no later than 19 October 2022, as described in section 1.10 of the RFT. All RFT submissions are required to be uploaded to the GETS eTender box in accordance with the instructions within the RFT. Applicants should refer to the GETS website for instructions on uploading their RFT submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm.",Not Awarded,Awarded via the Auckland Light Rail Alliance rather than via ALR Ltd and GETs.,0,20250410 Auckland Light Rail Limited (Historic),26979785,Request for Proposals,Open Competition,ALR - Transport Commercial Advisory Services & Management Advisory Services,43200/43199,20230221,20230330,20230828,,Sole Agency,No,,"Auckland Light Rail Limited (ALR Ltd.) has engaged an Urban, Engineering and Planning Alliance to advance the Auckland Light Rail project through the current detailed planning phase (the Preconstruction Planning Phase), which includes further business case work, technical assessments and detailed design, master planning, and community and stakeholder engagement. Specifically, the business case work involves the development of a Corridor Business Case (CBC), which is intended to articulate the case for investment in both transport infrastructure (to a Detailed Business Case level) and urban planning and development (to an Indicative Business Case level). ALR Ltd. invites proposals from suitably experienced Proponents to undertake Management Advisory Services and/or Transport Commercial Advisory Services for the Preconstruction Planning Phase of the Auckland Light Rail (ALR) project. The successful Proponent(s) will need to work closely with the ALR Alliance to deliver the Corridor Business Case. This Request for Proposals (RFP) is the first and only stage in this single stage procurement process. The attached RFP document contains scoping and procurement process details for both contracts, and all domestic and international suppliers (excluding suppliers currently involved in the peer review of the ALR Corridor Business Case) are eligible to submit a proposal for one or both contracts. Please note the requirement in Sections 1.3 and 1.5 for interested Proponents to advise their details no later than 4pm (NZT) on Friday, 24 February 2023 for the Group Inception Meeting to be held via MS Teams on Thursday, 2 March 2023. All queries should be directed to ALR Ltd.'s Process Manager, Kathleen Munson, via email: tenders@lightrail.co.nz",Awarded,Linked RFX 26929290. Administrative closure this RFP.,0,20250410 Auckland Light Rail Limited (Historic),27503295,Request for Proposals,Open Competition,ALR - Cost Estimate Peer Review Services,43230,20230607,20230630,20230918,,Sole Agency,No,,"Auckland Light Rail Limited (ALR Ltd.) has engaged an Urban, Engineering and Planning Alliance to advance the Auckland Light Rail project through the current detailed planning phase (the Preconstruction Planning Phase), which includes further business case work, technical assessments and detailed design, master planning, and community and stakeholder engagement. Specifically, the business case work involves the development of a Corridor Business Case (CBC), which is intended to articulate the case for investment in both transport infrastructure (to a Detailed Business Case level) and urban planning and development (to an Indicative Business Case level). ALR Ltd. invites proposals from suitably experienced Proponents to undertake Cost Estimate Peer Review Services of the cost estimate being produced for the CBC. The successful Proponent(s) will need to work closely with the ALR Alliance to provide independent verification and assurance of the cost estimate under development. This Request for Proposals (RFP) is the first and only stage in this single stage procurement process. The attached RFP document contains scoping and procurement process details, and all domestic and international suppliers (excluding suppliers currently involved in the development of the cost estimate for the ALR Alliance) are eligible to submit a proposal. Please note the requirement in Sections 1.3 and 1.5 for interested Proponents to advise their details no later than 4pm (NZT) on Friday, 9 June 2023 for the Group Inception Meeting to be held via MS Teams on Monday, 12 June 2023. All queries should be directed to ALR Ltd.'s Process Manager via email: tenders@lightrail.co.nz",Awarded,Completed and awarded - administrative closure of this for GETs to be complete,0,20250410 Auckland Transport,17714801,Request for Proposals,Open Competition,344-16-436-PS PAKURANGA ROAD BUSWAY DETAILED DESIGN,344-16-436-PS,20160721,20160825,20200124,,Sole Agency,No,,"This request for proposal relates to the delivery of construction tender drawings and supporting documentation as defined in the scope of works included with this request for proposal document. This includes a costing of the proposed project and delivery of draft Operation and Maintenance Manuals with 10 year maintenance costs. The Detail Design being procured will further refine the geometrical, structural and storm water preliminary design together with concept landscaping and lighting design. A majority of survey work has been done together with initial utility potholing and geotechnical testing. Auckland Transport also seeks to procure detailed bus way technical design and project management expertise to manage risks and ensure the new assets that will eventuate from this detailed design is of a high quality, fit for purpose, cost effective, manageable and appropriate. The key deliverable is to provide documentation suitable for physical works tendering, incorporating all stake holder input and fully endorsed by respective asset owners and the client. Please refer to detailed scope of services also in our proposed contract for the Pakuranga Bus way Detail Design included with this request for proposal.",Awarded,,756615,20250410 Auckland Transport,17911779,Request for Tenders,Open Competition,160-16-1094-AC CRL Main Works Potholing Package,160-16-1094-AC,20160915,20161005,20200124,,Sole Agency,No,,"We are seeking Tenderers that are able to demonstrate the capacity and capability to carry out and complete the contract works in accordance with the Contract by the Due Date for Completion as defined in NZS 3910:2013. This RFT seeks to appoint one or a number of suitably competent and experienced Contractors at ATs sole discretion to undertake a series of Potholes, GPR and CCTV intended to provide additional information for the CRL station designs at the three station locations of Aotea, K Road and Mount Eden. Contractors will be required to plan, undertake and adequately report the findings of the investigations required by this RFT in a timely manner. It is the intention that this Contract be extended for any additional investigation works of this nature that are required prior to the award of the CRL main works contracts and additionally any investigation works of this nature that may be required by AT.",Awarded,,532751,20250410 Auckland Transport,17922069,Request for Proposals,Open Competition,Supply of Office Furniture,216-16-1048-GS-05,20160919,20161007,20210319,,Sole Agency,No,,"This procurement relates to the manufacture, installation and ongoing management of office furniture products. We are seeking a solution that offers Auckland Transport the ability to have office furniture which can be re-configured and be adaptable to its changing requirements. Auckland Transport is moving to a more collaborative work environment and as such requires to broaden its current range of office furniture. The intention is to create an adaptable, sustainable, healthy, safe, efficient, productive, engaging and accessible workplace for employees.",Not Awarded,This contract was awarded to Kada Group Holdings,0,20250410 Auckland Transport,17922183,Request for Tenders,Open Competition,442 15 739 PT PTOM Ferry,,20160916,20161114,20210319,,Sole Agency,No,,"Auckland Transport is a Council Controlled Organisation (CCO) covering the Auckland region that extends from the mouth of the Kaipara Harbour in the north across the southern stretches of the North Auckland Peninsula, past the Waitakere Ranges and the isthmus of Auckland and across the low-lying land surrounding the Manukau Harbour. Auckland Transport is responsible for all of the regions transport services (excluding state highways), from roads and footpaths, to cycling, parking and public transport. Among its main tasks are: To design, build and maintain Aucklands roads, ferry wharves, cycleways and walkways Co-ordinate road safety and community transport initiatives such as school travel Plan and fund rail, bus and ferry services across Auckland This Request for Tender is issued for Auckland Transport (AT). The aim of this process is to: Invite Service Providers to submit a Tender Response to this RFT to provide PT Ferry Services in any of the eight separate Units as specified in the RPTP; Specify the requirements for preparation and submission of a Tender Response; and Specify the procedures and protocols governing the RFT. Auckland Transport will procure new ferry service contracts for the entire Auckland region in one single phase, therefore this RFT will be for the eight separate Units within the Auckland region. For full RFT docs please go to Tender Link website: www.tenderlink.com/aucklandtransport - ID number: AKTSPT-739204",Not Awarded,No responses recorded.,0,20250410 Auckland Transport,18184325,Request for Proposals,Open Competition,451-17-254-TO - Supply and Transportation of Cash Collection Services,451-17-254-TO,20161128,20170106,20210319,,Sole Agency,No,,"451-17-254-TO - Supply and Transportation of Cash Collection Services Auckland Transport (AT) is a Council Controlled Organisation (CCO) of Auckland Council. Auckland Transport is responsible for all of Auckland’s transport requirements covering roads footpaths, parking and public transport services and (excluding state highways). The purpose of this Request for Proposal (RFP) is to tender the cash collection services for the following AT facilities: • AT HOP Vending Reloading Devices • Parking Services Automatic Pay Machines within Car Parking Buildings • Pay & Display Meters On / Off street • Collection of cash / cheques from four listed AT premises. The quantity, location and frequency of service required to support these facilities is provided within Appendix 2 - Site Locations and Frequency of Services",Awarded,,0,20250410 Auckland Transport,18340215,Request for Proposals,Open Competition,444-17-003-GS - Supply & Installation of Flags - New Network,444-17-003-GS,20170127,20170302,20210319,,Sole Agency,No,,"Background: Auckland Transport (AT) is leading a council-wide project to create a single signage system that will make it simpler to get around Auckland. This is known as the Regional Signage Project. The design stage of the project focused on strategy and guideline development to ensure an appropriate and effective system can be implemented to serve the needs of pedestrians, cyclists, motorists and public transport users. See: https://at.govt.nz/projects-roadworks/signage-improvements/ Auckland Transport has decided to roll out the new signage to all bus stops in Auckland concurrently with the region-by-region launch of the New Network. Note: South Auckland is excluded from this project as it was completed during 2016. The Regional Go-Live dates are: 1. West – 11 June 2017 2. Central – Late 2017 TBC 3. East – Early 2018 TBC 4. North – Mid 2018 TBC",Awarded,,0,20250410 Auckland Transport,18461728,Request for Proposals,Open Competition,102-17-550-BT Document Auto Classification,102-17-550-BT,20170315,20170601,20200129,,Sole Agency,No,,"Document Auto Classification Auckland Transport has adopted SharePoint (Microsoft suite) as the chosen document management system. The intention of the Request for Proposal is to find and implement a software tool to allow metadata classification to be applied to files in a much simpler manner, likely an automated allocation of metadata based on a predefined classification system. The classification system will be tailored per business unit during the rollout. It is envisioned that implementation of a tool of this kind will help to increase filing accuracy and discipline in the business, helping AT to achieve its strategic information management and document compliance obligations.",Awarded,,867925,20250410 Auckland Transport,18713494,Request for Proposals,Open Competition,Auckland Transport -Transport Monitoring Services Panel,322-17-635-PS,20170531,20170714,20210319,,Sole Agency,No,,"Auckland Transport wishes to establish a long term panel of suppliers to undertake critical Vehicle, Cycle and Pedestrian traffic counting. The panel will be managed by the Asset Management & Systems team (AMS) to provide for the improvement of existing area based contracts ending in June 2017.It enables a modified strategy for work grouping and an opportunity for suppliers with experience and ability in pedestrian and cycle counting to introduce new technology to the contract. In this instance, it has been decided that a panel of consultants will provide the most effective and flexible way of delivering data collection services in a continually variable business development environment. It is intended that the Panel will consist of four to six suppliers who will provide monitoring services. AT values a long term relationship with its suppliers and the resultant ability to deliver consistent quality outcomes within a complex environment. In recognition of this, the initial period will be from July/August 2017 to 30th of June 2020, with the possibility of two further 1 year extensions, i.e., 3+1+1 years. The AMS team is part of the Auckland Transport (AT) Assets and Maintenance Group.It creates and maintains asset management plans for all AT assets based on accurate data. To do so the team manages the inspection and monitoring of the condition of the assets and actions a prioritised programme for scheduled maintenance, renewals and improvements. A critical need for better asset management planning across the entire asset lifecycle is creating a demand for better quality data.",Not Awarded,No Responses recorded.,0,20250410 Auckland Transport,18994415,Request for Tenders,Open Competition,366-17-201-AC New Lynn to Avondale Shared Path Project,366-17-201-AC,20170905,20171020,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is for the construction of the New Lynn to Avondale Shared Path Project. This project involves the construction of a 2.9km shared path between the New Lynn Station and Blockhouse Bay Road and includes bridging and underpass structures. The route of the path is generally within the rail reserve adjacent to the North Auckland Railway Line. The pathway provides a social resource of significance due to its function, its multiplicity of use and its importance to the well-being of the community through permitting the community to undertake healthy activities in a safe environment. The construction of the works includes a number of challenges. The works will be constructed in close proximity (alongside and below) to KiwiRails electrified tracks and infrastructure. Furthermore, there are underground services along the route, particularly within the rail corridor. Strict restrictions are imposed by KiwiRail to ensure safe separation of plant, people and material from their tracks and overhead electrification infrastructure, and operations that minimise disruption to rail traffic. The pathway crosses sensitive watercourses which require temporay crossings. Temporary construction accesses will also be required along the constrained alignment. Some of these will entail substantial temporary works through private properties, requiring careful planning and operation in order to minimise inconvenience to commercial and residential properties and occupants. Preconditions as follows: ISNetworld registration status - Approved Prequal: AT1A - Major Road Works and AT3A - Structures Prequal: KiwiRail Work Civil 1 and Structures 1 Prior experience in Roading and Civil Project with total value >NZD$10M Quality Contol Systems certified ISO9001 complient",Not Awarded,Tender cancelled 5/4/18,0,20250410 Auckland Transport,19005252,Request for Tenders,Closed Competition,369-17-770-AC Murphy's Road Upgrade - Civil Works (RFT),369-17-770-AC,20170907,20171107,20200317,,Sole Agency,No,,"This Request for Tender (RFT) is for the Murphys Road Upgrade Civil Works located in Flat Bush within Aucklands eastern area. Auckland Transport has shortlisted three (3) suppliers during the Registration of Interest (ROI) process. Only these shortlisted suppliers are invited for the Request for Tender (RFT) process. What we need The Murphys Road upgrade is being undertaken to address projected growth and current safety issues along the corridor and will also implement cycling and pedestrian facilities which are currently non-existent. The project site stretches 850m from Ormiston Road to Flat Bush School Road. The project involves: Widening the road to provide two additional lanes, one in each direction. Replacing the existing culvert south of Ormiston Road with a larger triple-box culvert. Protected on-road cycle lanes in both directions. Signalising intersections and crossings. A shared path on the south side of the culvert linking to the park cycleway. The road upgrade also includes relocation or upgrading of existing utility services to a common trench, including undergrounding of overhead services. In this project service relocations will be carried out under separate contract lead by Vector Limited. However, the successful tenderer is expected to liaise with Vector Limited during construction.",Awarded,"Contract awarded (Fulton Hogan) for value of $15,345,080.60 on 23/07/2018.",15345081,20250410 Auckland Transport,19035059,Request for Proposals,Open Competition,Enterprise Asset Management - Toolset,102-18-186-BT,20170915,20171024,20190828,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Auckland Transport (AT). The aim of this process is to seek and obtain proposals from organisations to supply technologies to deliver improved enterprise asset management outcomes. AT manages the Auckland regional transport network on behalf of Auckland Council. The network is the largest in the country and comprises: 7,405km of roads 1,269 bridges and culverts 7,401 km of footpaths 106,295 street lights 110,947 road signs 2,337 AT owned and 3,479 Adshel bus shelters 6,017 bus stops 20 bus interchanges including 6 busway stations 4,097 retaining walls 16 multi-storey car park buildings 128 open air car parks 24 park-n-ride car parks 804 pay-and-display units 21 public transport wharf terminal sites 56 rail stations on 4 lines AT requires an asset ecosystem that contains and manages all aspects of an asset's lifecycle, from two core perspectives: 1. Financial - the elements of an asset that have a bearing on financial processes. e.g., cost, revenue, capitalisation, forecast, budget etc. 2. Physical - a time based asset configuration manager, containing the requirements that drive asset design, the asset structure and condition, capacity and capability. Any potential technologies will need to assist AT with the following enablers of improved transport network business outcomes: Treating information as a first class asset in order to support an evidence based culture of decision making. Consolidating asset management systems into an integrated system that provides visibility across all assets and all life cycle phases. Increase integration with third parties and utilise mobility to improve the quality and completeness of asset related information. Linking investment optimisation models with network optimisation models. It is expected that any products proposed will be supported domestically.",Awarded,,0,20250410 Auckland Transport,19213282,Request for Tenders,Open Competition,361-17-585-AC Birkenhead Mainstreet Upgrade 2,361-17-585-AC,20171108,20171211,20200317,,Sole Agency,No,,"This Request for Tender (RFT) is for the streetscape upgrade of the intersection of Birkenhead Avenue, Mokoia Road, and Hinemoa Street (known as Highbury Corner) in the Birkenhead Town Centre. This is Stage 2 of the Mainstreet Upgrade project (the project), the first stage having been undertaken in 2016. The project is Auckland Council (AC) initiated and led and seeks to provide improved pedestrian precincts within the town center by increasing the extent and improving the quality of the existing street environment, providing improved pedestrian access in the form of footpaths and pedestrian crossings, and reducing driver speed. Implementation of the project is by Auckland Transport (AT). Because of the location of the project at the intersection of busy roads in a town centre, the work will entail careful planning and execution with the main issues being staging of the works, efficient traffic management, and close liaison with local businesses during the period of construction.",Awarded,"Contract awarded (JFC Ltd) for value $1,889,478.00 on 23/05/2018.",1889478,20250410 Auckland Transport,19296523,Request for Quotations,Open Competition,AMETI EB1 Property Demolition - Stage 1 Works,360-18-366-AC,20171206,20171221,20200128,,Sole Agency,No,,"Auckland Transport (AT) are in the process of implementing Eastern Busway Stage 1 (EB1) as part of the Auckland Manukau Eastern Transport Initiative (AMETI) to improve transport choices and connections in the south-east Auckland area. The project work comprises of signalising Panmure Roundabout and creating a dedicated urban busway and shared path for pedestrians and cyclists along Lagoon Drive, across Panmure basin through a new bridge and along Pakuranga road past Ti Rakau Drive intersection. As part of the EB1 construction phase, 80 commercial and residential properties have been acquired and will need to be demolished. This contract aims to procure a suitable tenderer to undertake Stage 1 of 3 stages of demolition work and removal of demolished material to approved sites. To register for site visit please liaise with our point of contact and register your intention by Friday 8th December 2017. Preconditions : - ISNetworld Registration - Able to meet the AT specified demolition program. - National Demolition Asbestos Association member - Worksafe asbestos removal license holder - Prior Demolition, asbestos and meth identification and removal experience.",Awarded,,0,20250410 Auckland Transport,19401220,Request for Tenders,Open Competition,334-18-507-AC Kennedy Point Wharf Reconstruction & Wester Ramp Extension - ADVANCE NOTIFICATION,334-18-507-AC,20180126,20180216,20190802,,Sole Agency,No,,"Purpose of the Advance Notification: The purpose of the Advance Notification is to inform suitably experienced, capable and resourced civils works contractors of an upcoming Auckland Transport tender, this includes: a) Kennedy Point Western Ramp Extension, and; b) Kennedy Point Wharf Reconstruction. It is anticipated that the Request for Tender for the below works will be published on GETS during week commencing 12 February 2018.",Not Awarded,,0,20250410 Auckland Transport,19497016,Request for Tenders,Closed Competition,361-18-371-AC Gills Road Footpath,361-18-371-AC,20180301,20180326,20200318,,Sole Agency,No,,"This Request for Tender (RFT) is for the construction of a new footpath along Gills Road, Albany Heights, between Lucas Creek Bridge and Living Stream Road. The scope of physical works includes but is not limited to: Contract management, including the management of traffic, health and safety, environment and quality. Sediment control and lizard management. Stakeholder liaison. Utility services co-ordination works and protection. Service relocation (provisional only) Survey and set-out works. Site clearance, earthworks and site preparation. Tree and vegetation pruning or removal. Landscaping and planting works. Boardwalks Concrete footpath Carriageway reinstatement Stormwater drainage modifications. Minor retaining structures. Signs and roadmarkings.",Awarded,"Awarded contract (Downer NZ) for value $567,665.29 on 06/04/2018.",567665,20250410 Auckland Transport,19690699,Request for Tenders,Closed Competition,312-18-706-AC Wynyard Quarter Central Package,312-18-706-AC,20180507,20180608,20200318,,Sole Agency,No,,,Awarded,"Contract awarded (Downer NZ) for $21,947,836.03 on 10/08/2018.",21947836,20250410 Auckland Transport,19701792,Request for Proposals,Closed Competition,Enterprise Asset Management Toolset Implementation,102-18-186-BT,20180507,20180613,20190828,,Sole Agency,No,,"This supplementary RFP document is intended to accompany the Enterprise Asset Management (EAM) Toolset Request for Proposal (RFP) so that the implementation component and associated costs, risks and benefits can be better understood by Auckland Transport (AT) to allow us to make an informed decision on the toolset and implementation partner. Auckland Transports initial Procurement intent was to source suppliers for an Enterprise Asset Management (EAM) toolset in two parts: 1. RFP for the toolset, 2. RFP for an implementation partner The underlying rationale was that major systems are often implemented by 3rd party organisations independent of the software vendor, therefore allowing AT to potentially obtain benefit from this competitive environment through greater value for both toolset and implementation partner. Having completed the Enterprise Asset Management Toolset RFP evaluation and obtained a more detailed understanding of likely implementation requirements it has been decided by Auckland Transport that issuing a secondary implementation RFP to the open market would not be the best approach to source an implementation partner. This is largely due to the bespoke nature and variations applied to systems to deliver the services. These variations from standard systems make it unlikely AT would obtain best value by using a 3rd party implementer. As such, a revised procurement approach has been agreed, that invites only the respondents to the Toolset RFP, to submit via a closed RFP a proposal for implementation information and costings. The results of the Toolset RFP Evaluation Process and this Implementation RFP process will be viewed collectively to identify the preferred solution. It is understood by AT that the toolset could be implemented over time in several ways as follows: By each existing system (i.e. the ones targeted for replacement or interface with the new system). By a new system module. By business group. By project or small groups across the business. By asset, or asset class / type. All at once (all business groups, all toolset modules, all existing systems folded into the new toolset, etc.) After careful review of the options it has been decided that Auckland Transport will deploy the toolset by asset or asset class / type. Bridge assets have been selected as the initial (pilot) asset type / class.",Awarded,,0,20250410 Auckland Transport,19765493,Request for Tenders,Closed Competition,Waller Street Onehunga Carpark - Retaining Wall,336-18-002-PW2,20180528,20180615,20200318,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Waller Street Carpark, Onehunga Retaining Wall remedial works. A condition assessment completed in early March 2018 identified that informal repairs to the structure were not adequate to ensure that the car park could be used safely by the general public. Accordingly Auckland Transport are looking to strengthen the historical walls by installing a shotcrete skin which will be held in place by ground anchors. Investigations indicate that the ground anchors will need to be drilled into competent basalt.",Awarded,"Contract awarded (Broadspectrum) for value $521,532.94 on 21/09/2018.",521533,20250410 Auckland Transport,20029078,Request for Tenders,Closed Competition,360-18-469-AC AMETI EB1 Construction RFT,360-18-469-AC,20180815,20181023,20190701,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,20080353,Request for Tenders,Closed Competition,"411-19-013-PW2 Krippner Road, Puhoi Slip Remediation",411-19-013-PW2,20180829,20180919,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Krippner Road Slip Remediation Works. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise the remediation of two separate under slips located within the western side of the carriageway between RP1430m and RP2170m on Krippner Road, Puhoi. Krippner Road is a local rural road servicing rural residential and large farming properties. The expected start date for this project is the week commencing 24th September 2018. The works will comprise the construction of two timber pole retaining walls at the base of the roadside embankment. Minor stormwater works will also be required to extend existing culverts outside of the remedial works area. The affected pavement will also be treated and reinstated. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,417623,20250410 Auckland Transport,20115416,Request for Tenders,Closed Competition,411-19-023-PW2 Pakiri Road,411-19-023-PW2,20180905,20180926,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Pakiri Road Slip Remediation Works. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise the remediation of two separate under slips located within the south western side of the carriageway at approximate RP14850m and RP15150m on Pakiri Road, Pakiri. Pakiri Road is a local rural road servicing rural residential and large farming properties. The remediation works will comprise the construction of a 40m long timber pole retaining wall at RP14850 and the construction of a 15m long timber pole wall at RP15150. Minor stormwater remedial works will also be included as part of the slip remediation. The affected pavement will also be treated and reinstated. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,316331,20250410 Auckland Transport,20168797,Request for Tenders,Closed Competition,Bader Drive Widening,485-19-035-PW3,20180917,20180927,20200203,,Sole Agency,No,,This request for tender (RFT) involves widening Bader Drive on the western approach to the Bader/Orly Avenue intersection. This work involves widening Bader Drive to two lanes on this approach and modifying the roundabout at the intersection to accomodate the two lanes.,Awarded,"Awarded (Fulton Hogan) for $46,481.00 - Dated 10/10/2018",46481,20250410 Auckland Transport,20175828,Request for Proposals,Open Competition,AMETI EB1 Archaeological Services,360-18-890-PS,20180918,20181010,20200128,,Sole Agency,No,,"AMETI is a key project that will provide a strategic link between the eastern suburbs, unlocking the economic potential of the area. The proposed works consist of a new bridge across the Tamaki estuary and a busway and cycleway through an urban landscape with a long history of settlement by Maori. Although the areas landscape have been highly modified, there are a number of significant archaeological and cultural sites that require careful consideration and management. Preconditions: Nominated Archaeologist has adequate (10 years or more) experience as a Section 45 (HNZPT Act 2014) Archaeologist. Nominated Archaeologist has adequate experience working in partnership with Iwi/hapu",Awarded,,0,20250410 Auckland Transport,20200707,Request for Proposals,Open Competition,115-19-157-PS - Auckland Freight Plan,115-19-157-PS,20180924,20181023,20190802,,Sole Agency,No,,"Auckland Freight Plan (115-19-157-PS) The aim is to develop a Freight Plan for Auckland that improves freight performance and allows for the management of investment, issues and operational challenges particularly on the Strategic Freight Network - based on proven best practise approaches internationally (see the attached map at the end of the document). It is to be achieved with key partners and stakeholders using a one network approach.",Awarded,,0,20250410 Auckland Transport,20204958,Request for Tenders,Closed Competition,"488-19-046-PW3 Minor Delivery Package 1 - Oranga Avenue, Baverstock Road & Parrish Road",488-19-046-PW3,20180925,20181009,20200318,,Sole Agency,No,,"This procurement is for the upgrade of the existing pedestrian facilities situated at the following locations: ? - Oranga Avenue, Onehunga. ? - Baverstock Road, Botany. ? - Parrish Road, Sandringham. The project will involve the following: - Location and protection of utility services. ? - Removal of existing earth materials, footpaths, kerb and channel and pavement. ? - Footpath renewal. ? - Kerb and channel upgrade. ? - Construction of traffic islands. ? - Construction of speed tables. ? - Carriageway reinstatement. ? - Placement of membrane seal and asphaltic wearing course. ? - Placement of High Friction Surfacing (HFS). ? - Installation of line marking and signage. ? - Any associated ancillary works required.",Awarded,"Contract awarded (Nayler) for value $179,148.45 on 16/11/2018.",179148,20250410 Auckland Transport,20220294,Request for Tenders,Closed Competition,Flavell Drive Signalisation,487-19-034-PW2,20180928,20181019,20200318,,Sole Agency,No,,"Auckland Transport are working with developers in the Orewa West area in order to ensure that their developments can proceed without adverse effects on the transport network. The Orewa West Plan Change covers the development of land in the areas around West Hoe Heights Road/Maire Road/Sunny Heights Road and Flavell Drive. As part of the Plan Change an Integrated Transport Assessment (ITA) was provided. The ITA outlined the structure of the development as well as the need for transport infrastructure improvement projects, including the signalisation of the Flavell Drive / Grand Drive intersection, to ensure that the residential development can progress in the Orewa West area without congestion and safety issues. The proposal also takes into consideration expected future growth and will help to accommodate for predicted demand at this location. When the subject development is fully developed, traffic congestion at this location will frequently prevent vehicles from exiting Flavell Drive onto Grand Drive, particularly at peak hours. This is considered to be a safety and capacity issue. Therefore, the proposed intersection changes will allow for a smoother flow of traffic on all legs of the intersection, creating a safer environment for all road users. This project includes installation of signals within the existing layout of the intersection and upgraded pedestrian and cycling facilities. In addition, nearby bus stops will be relocated to better service current and future land development. Additional works include minor improvements to storm water, construction of a low level retaining wall to support a private vehicle crossing that will be relocated as part of this project.",Awarded,"Contract awarded (Traffic Systems) for value $488,893.00 on 05/11/2018.",488893,20250410 Auckland Transport,20226364,Request for Tenders,Closed Competition,411-19-022-PW2 Govan and Ridge,411-19-022-PW2,20181001,20181004,20200124,,Sole Agency,No,,"1. Overview This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Govan Wilson Road and Ridge Road Slip Remediation Works. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise the remediation of two separate under slips that have occurred within Road Reserve at around RP 1045 Ridge Road, Mahurangi East and around RP 980 Govan Wilson Road, Matakana. The remediation works will comprise the construction of two timber pole retaining walls and reconstruction of the roadside embankments with approximate lengths of 25 and 35 metres respectively. Minor stormwater remedial works will also be included as part of the slip remediation. The works will comprise the construction of two timber pole retaining walls at the base of the roadside embankment. The affected pavement will also be treated and reinstated. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,352286,20250410 Auckland Transport,20256080,Request for Tenders,Closed Competition,411-19-044-PW3 Greenhite Road,411-19-044-PW3,20181008,20181019,20200124,,Sole Agency,No,,"This project encompasses the construction of a 20m long timber pole retaining wall at approximate RP2040 Greenhith Road, Greenhithe (opposite numbers 162 - 168 Greenhithe Road). This includes the reinstatement of the adversely affected concrete footpath. Additional works include minor landscaping in front of the new retaining wall and the clearing of vegetation within the wayside berm area located on the opposite side of the road reserve.",Awarded,,116289,20250410 Auckland Transport,20274227,Request for Tenders,Closed Competition,488-19-049-PW3 Minor Work Delivery - Khyber Pass and Tamaki Drive,488-19-049-PW3,20181011,20181026,20200318,,Sole Agency,No,,"This contract is for upgrading the existing pedestrian facilities situated at the following locations: Khyber Pass Road, Newmarket. Tamaki Drive, Kohimarama. The project will involve the following: Location and protection of utility services. Removal of existing earth materials, footpaths, kerb and channel and pavement. Footpath renewal. Kerb and channel upgrade. Construction of traffic islands. Construction of speed tables. Construction of signalised pedestrian crossing. Carriageway reinstatement. Placement of membrane seal and asphaltic wearing course. Placement of High Friction Surfacing (HFS). Installation of line marking and signage. Any associated ancillary works required.",Awarded,"Contract awarded (Traffic Systems) for Value $169,600 on 15/11/2018.",169600,20250410 Auckland Transport,20285074,Request for Tenders,Closed Competition,488-19-051-PW3 - Package 1 Minor Improvements South,488-19-051-PW3,20181012,20181029,20200124,,Sole Agency,No,,"This contract of works is for constructing new and upgrading existing pedestrian facilities situates at the following locations: Swaffield Road, Papatoetoe; John Street, Pukekohe; Paparata Road, Bombay; Smales Road/ Chapel Road, Howick; Taylor Road/ Woodward Road, Mangere Bridge. This package of works will include but not limited to the following activities: Location and protection of utility services. Removal of existing earth materials, footpaths, kerb and channel and pavement. Footpath renewal. Removal and construction of pram crossings. Construction and installation of traffic crossing poles. Kerb and channel upgrades. Construction of catch pits and lead pipes into existing infrastructure. Removal and construction of traffic islands. Construction of speed tables. Carriageway reinstatement. Pruning and planting of vegetation and plants. Installation of line marking and signage. Any associated ancillary works required.",Awarded,,210210,20250410 Auckland Transport,20289795,Request for Tenders,Closed Competition,411-19-045-PW3: Ridge Road Slip Remediation,411-19-045-PW3,20181015,20181030,20200124,,Sole Agency,No,,"Surface stormwater flows have progressively scoured the existing roadside embankment at approximate RP 980 Ridge Road, Lucas Heights. The remediation works will generally comprise the construction of a 14m long timber pole retaining wall to support the carriageway. The roadside swale drain located adjacent to the north western side of the carriageway will be cleared of organic and/or inorganic obstructions. Minor stormwater works will be included and will encompass the replacement of the cross road stormwater culvert, installation of outlet pipe fluming and the placement of rock boulders at the fluming outlet.",Awarded,,99726,20250410 Auckland Transport,20311443,Request for Tenders,Closed Competition,487-19-053-PW2 Great South Road,487-19-053-PW2,20181019,20181112,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Intersection Improvements Project Great South Road / South-Eastern Highway Intersection Improvements. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake road modifications that involve the removal of a signalised double left turn in favour of a priority controlled high angle single left turn bay with a pedestrian crossing. There are also footpaths, pavement and horizontal realignments required as part of the associated works. The proposed modification to the intersection mainly affects the Great South Road southern approach and the South-Eastern Highway Western departure. The proposed design removes the existing signalised double left turn from Great South Road to the South-Eastern Highway in favour of a single give way controlled, high angle slip lane with a pedestrian crossing. The additional space gained by removing a lane is used to create a dedicated through lane. The shared right turn and through movement from the Great South Road approach is also replaced by a dedicated right turn lane. The contractor will be required to liaise with ATOC and the Lighting Maintenance team for associated works, and make provision in their programme for the timing of the works. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,444356,20250410 Auckland Transport,20325200,Request for Tenders,Closed Competition,488-19-054-PW2 RRDS - North,488-19-054-PW2,20181024,20181126,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the delivery of Rural Delineations & Signs for Auckland NORTH region. This project involves, installing corresponding road marking and signs for the sites in Auckland North region; note that, there are approximately 28 sites, containing Scheme Designs (but marked as For Construction. The above installation process would require, but not limited to the Design Verification process, location and protection of services; traffic control on site for the duration of the contract. There may also minor vegetation works, associated with some particular sites. The Project Process includes the following but not limited to: Complete a Site Verification process including joint site reviews with Traffic / Road Safety Engineers from both nominated by the Contractor & AT Representatives; (refer to the tender document Appendix 2 for detail); Implement the final agreed design for supply & Install traffic signs & road markings; Associated preliminary works and tree works. The target area of Delineations & Signs in this package (02) is for the Rural Auckland North; the existing sites are bundled into Seven Clusters, with Scheme Designs done by others. Refer to the Flow Chart showing methodology for the site / Design verification process, provided in this Tender / Contract document; This is summarised as follows; NOTE: This methodology does not show other programming in the Gear Up period, upon the award of the contract. Refer to the Tender / Contract Appendix 2 (Contract Specification Specific Clauses) and the Guidelines Design Verifications RRDS document for further information.",Awarded,,2047229,20250410 Auckland Transport,20343379,Request for Tenders,Closed Competition,482-19-050-PW2 - Albany Highway _ Rothwell Avenue Intersection Signalisation,482-19-050-PW2,20181029,20181119,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Albany Highway / Rothwell Avenue Intersection Signalisation. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise of the signalisation of the Albany Highway / Rothwell Avenue intersection in Rosedale and further improvement works within the vicinity of the intersection which include the following: Signalisation and formalisation of the exit-only vehicle crossing No. 226 Albany Highway to carriageway. Shared path on the eastern side of Rothwell Avenue on approach to the intersection. Removal of the existing T2 lane southbound between Rothwell Avenue and Bush Road. Other minor improvement works to ensure safety and accessibility for all road users with the new intersection layout. The expected start date for this project is end November 2018. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,461064,20250410 Auckland Transport,20345315,Request for Tenders,Closed Competition,411-19-043-PW2 - Brigham Creek Road Slip Remediation 2018-19,411-19-043-PW2,20181030,20181120,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Brigham Creek Road Subsidence Remediation Works. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise the remediation of subsidence that has occurred within the north west bound traffic lane at RP3720 on Brigham Creek Road (opposite Kauri Road). An existing keystone retaining wall has failed causing the road to subside. Brigham Creek Road is a local road servicing private properties, businesses, Whenupai School and the RNZAF airbase. The expected start date for this project is the week commencing 26h November 2018. The works will comprise the construction of a timber pole retaining wall in front of the existing failed keystone retaining wall to support the carriageway. The affected pavement will also be treated and reinstated. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,278514,20250410 Auckland Transport,20357232,Request for Tenders,Closed Competition,488-19-058-PW2 - Central North Projects Package-1_ Eight Sites,488-19-058-PW2,20181101,20181122,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the upgrade of new and existing pedestrian and vehicle facilities situated at the following Eight Sites: Queenstown Road, Signalised Midblock Crossing; Duke Street, Speed Calming (Speed Humps); Laurence Street, Speed Calming (Speed Humps and Refuge Islands); Hinemoa Street, Raised Zebra Crossing and Pedestrian Upgrades; Castor Bay Road, Pedestrian Crossing and Pedestrian Upgrades; Kingsway, Kerb Buildouts; Albany Highway, Right Turn Bay; Mill Road, Round About and Speed Upgrade. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the minor improvement works for the sites mentioned above. The works included in this package are: Location and protection of utility services. Removal of existing earth materials, footpaths, kerb and channel and pavement. Footpath construction and renewal. Removal and construction of pram crossings. Construction and installation of traffic crossing poles. Installation of signalised traffic poles and associated service works. Removal of obsolete traffic poles. Kerb and channel upgrades. Construction of catch pits and lead pipes into existing infrastructure. Removal and construction of traffic islands. Construction of speed tables. Carriageway construction and reinstatement. Pruning and planting of vegetation and plants. Installation of line marking and signage. Any associated ancillary works required. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,905190,20250410 Auckland Transport,20379218,Request for Proposals,Open Competition,342-19-266-PS Auckland Transport - Lake Road Detailed Business Case,342-19-266-PS,20181106,20181211,20190809,,Sole Agency,No,,"Auckland Transport intends to develop a Detailed Business Case (DBC) for the proposal to invest in the Lake Road Corridor Improvements. The DBC will build on the IBC prepared by AUckland Transport, undertaken between 2016 - 2017. The IBC recommends further assessment of a preferred option. This RFP is an invitation to suitably qualified suppliers to submit a proposal for the supply of professional services for completion of the Detailed Business Case for the Lake Road Project. The key outcomes that we want to achieve are the development and assessment of the IBC preferred option in order to porpose a final preffered option for implementation. View the attached RFP for more details.",Awarded,,908658,20250410 Auckland Transport,20381132,Request for Tenders,Closed Competition,488-19-059-PW2 High Risk Rural - SERR,488-19-059-PW2,20181106,20181127,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the High Risk Rural Roads comprising three (3) packages: Package 1) SERR project with 25 sites, Package 2) Proactive Intersections with 16 sites Package 3) Glenbrook Road This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. This RFT is to seek a suitably qualified contractor to undertake the supply and installation to MOTSAM standards, road signage and road markings. Click the following link to view the Auckland Transport RFT terms & conditions, evaluation process, general role descriptions, and guidance notes: https://at.govt.nz/about-us/procurement/physical-works-supplier-panels/physical-work-supplier-panel-tender-information/ Project Overview This project includes the supply and installation of road signage and roadmarking at a total of 42 sites in the South Auckland area. This work is part of a wider programme of works designed to improve the safety of rural roads that have been identified as being high risk. This Work Package comprises three (3) packages of work which is to be priced as a single tender and will be assessed as one tender. Package 1) SERR project with 25 sites, Package 2) Proactive Intersections with 16 sites Package 3) Glenbrook Road This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. This RFT is to seek a suitably qualified contractor to undertake the supply and installation to MOTSAM standards, road signage and road markings. A Design Verification process (see attached flowchart for detail) will be used with Package 1 (SERR) and needs to be included in your pricing and include but not limited to: A complete site walkover for all 25 sites (approx. 103Km) with nominated AT and Contractor Traffic/Road Engineers to note sign positions and orientation in alignment with MOTSAM and NZTA standards Positions to be noted on drawings and agreed between both parties these drawings becoming the Final Design Associated preliminary works and tree works as required",Awarded,,2075192,20250410 Auckland Transport,20394810,Request for Tenders,Closed Competition,487-19-065-PW2 - Ti Rakau Dr Te Irirangi Dr Botany Rd and Chapel Rd,487-19-065-PW2,20181108,20181129,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Ti Rakau Dr / Botany Rd & Ti Rakau Dr / Chapel Rd Intersection Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is for a suitably qualified contractor to undertake road carriageway construction works at the intersection of Ti Rakau Drive / Botany Road & Ti Rakau Drive / Chapel Road. Works include earthworks, pavement works, traffic island construction, traffic signal upgrades, street lighting upgrades, drainage construction, linemarking etc. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,438810,20250410 Auckland Transport,20400501,Request for Tenders,Closed Competition,412-19-048-PW3 - Mountain Road Slip Repairs,412-19-048-PW3,20181109,20181130,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the 150 Mountain Road, Henderson Valley Slip Repair. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise of providing a cantilevered retaining structure to reinstate the road to the pre-existing alignment which include the following: Traffic Control Earth and rock drilling for UC piles Excavation and disposal of soil Liaison with Auckland Council officers for any specific resource consent compliance requirements Sediment and erosion control Construction of cantilevered UC retaining wall with timber laggings Installation of a new stormwater pipeline Installation of new guardrail Pavement construction Mitigation planting The expected start date for this project is mid January 2019. The intention is that the work will be carried out during January 2019, during the school holidays. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,364318,20250410 Auckland Transport,20400673,Request for Tenders,Closed Competition,487-19-057-PW2 - Mass Action Pedestrian Improvements Package 1,487-19-057-PW2,20181109,20181205,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mass Action Pedestrian Improvements Package 1_ Nine Sites_ Central Auckland Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake upgrade works at existing zebra and kea crossings at Auckland. The proposed improvement work includes raised table, central islands, build-out/side islands, signage and road markings, etc. Street Light related upgrade and installation of road indicating studs, where required by the drawings, will be carried out by AT approved contractors. So those works are NOT in the scope of these tenders. However the winning tenderer is expected to co-ordinate and work closely with the AT nominated Street Light contractor and road indicating studs contractor to ensure timely delivery of the overall project. The Mass action Pedestrian Improvements project has been packaged into six packages: Package One: Nine Sites Central Auckland Package Two: Approx. Thirteen Sites South & West Auckland Package Three: Approx. Seven Sites Central & North Auckland Package Four: Approx. Seven Sites Central Auckland Package Five: Approx. Six Sites South & West Auckland Package Six: Approx. Nine Sites Central & North Auckland All the six tenders will be published in Nov 2018. Panel Two members can bid for as many packages as they want. However AT will award no more than TWO packages to any ONE member. This is the FIRST work package with all the sites located in Central Auckland. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,855844,20250410 Auckland Transport,20411122,Request for Tenders,Closed Competition,365-19-021-PW1 K Rd Enhancements,365-19-021-PW1,20181113,20190115,20200318,,Sole Agency,No,,Tenderers are advised that documents 04 Schedule of Price and 09 Basis of Payment are not included within the initial RFT document set and will be made available no later than 20/11/2018.,Awarded,"Contract awarded (JFC) for value $18,622,011.62 on 22/05/2019.",18622012,20250410 Auckland Transport,20411981,Request for Tenders,Closed Competition,487-19-060-PW2 - Mass Action Pedestrian Improvements Package -2,487-19-060-PW2,20181113,20181206,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mass Action Pedestrian Improvements Package 2_ Twelve Sites_ West and South Auckland Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake upgrade works at existing zebra and kea crossings at Auckland. The proposed improvement work includes raised table, central islands, build-out/side islands, signage and road markings, etc. Street Light related upgrade and installation of road indicating studs, where required by the drawings, will be carried out by AT approved contractors. So those works are NOT in the scope of these tenders. However the winning tenderer is expected to co-ordinate and work closely with the AT nominated Street Light contractor and road indicating studs contractor to ensure timely delivery of the overall project. The Mass action Pedestrian Improvements project has been packaged into six packages: Package One: Nine Sites Central Auckland Package Two: Twelve Sites South & West Auckland Package Three: Seven Sites Central & North Auckland Package Four: approx. Seven Sites Central Auckland Package Five: approx. Six Sites South & West Auckland Package Six: approx. Nine Sites Central & North Auckland All the six tenders will be published in Nov 2018. Panel Two members can bid for as many packages as they want. However AT will award no more than TWO packages to any ONE member. This is the SECOND work package with all the sites located in West and South Auckland. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,578043,20250410 Auckland Transport,20412929,Request for Tenders,Closed Competition,487-19-061-PW2 - Mass Action Pedestrian Improvements Package 3,487-19-061-PW2,20181113,20181207,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mass Action Pedestrian Improvements Package 3_ Seven Sites_ Central & North Auckland Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake upgrade works at existing zebra and kea crossings at Auckland. The proposed improvement work includes raised table, central islands, build-out/side islands, signage and road markings, etc. Street Light related upgrade and installation of road indicating studs, where required by the drawings, will be carried out by AT approved contractors. So those works are NOT in the scope of these tenders. However the winning tenderer is expected to co-ordinate and work closely with the AT nominated Street Light contractor and road indicating studs contractor to ensure timely delivery of the overall project. The Mass action Pedestrian Improvements project has been packaged into six packages: Package One: Nine Sites Central Auckland Package Two: Twelve Sites South & West Auckland Package Three: Seven Sites Central & North Auckland Package Four: approx. Seven Sites Central Auckland Package Five: approx. Six Sites South & West Auckland Package Six: approx. Nine Sites Central & North Auckland All the six tenders will be published in Nov 2018. Panel Two members can bid for as many packages as they want. However AT will award no more than TWO packages to any ONE member. This is the THIRD work package with all the sites located in Central & North Auckland. It should be noted that due to the close proximity of two sites at Sylvia Road and Eban Avenue, these sites have been bundled together into one drawing set. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,431741,20250410 Auckland Transport,20443745,Request for Tenders,Closed Competition,487-19-070-PW3 - New Footpath Pararekau Road,487-19-070-PW3,20181119,20181129,20200124,,Sole Agency,No,,"The works are located on Pararekau Road in Karaka. Refer to the project drawings, specifically the sites Location Plan and General Notes, for an overview of the location and extent of the works. This project includes: New foopath on the northern side of Pararekau Road between Island View Road and #17 Pararekau Road. Vehicle crossing upgrades on the northern side of Pararekau Road between Island View Road and #17 Pararekau Road. New kerb and channel and pram crossings at the Parakerau Road / Normanby Road intersection. New traffic island, kerb and planting at the Summerset Retirement Village vehicle crossing. Drainage upgrades within the proximity of the footpath and vehicle crossing upgrade works. *Due to the urgent nature of the projects, contractor need to display proactive programme and methodology to deliver these works.",Awarded,,249780,20250410 Auckland Transport,20451706,Request for Tenders,Closed Competition,488-19-066-PW2 - MIW Central South Projects Package 2,488-19-066-PW2,20181120,20181211,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the upgrade of new and existing pedestrian and vehicle facilities situated at the following five sites: College Hill Road, Signalised Pedestrian Crossing; Westlake Girls College, Pedestrian Crossing and Improvements; Kelmarna Avenue, Raised Zebra Crossing and Pedestrian Upgrades; Killarney Street, Raised Zebra Crossing and Pedestrian Upgrades; East Tamaki Road, Signalised Pedestrian Crossing; Browns Road/Dalgety Drive, Intersection Layout and Pedestrian/Cycle Facilities Improvements. The project has 4 sites that are in close proximity to Schools in their respective area (St Marys College, Westlake Girls High School, Takapuna Primary School and St Pauls College). The intent of this package of works is to have these four projects completed during the School Holidays. This is to minimise the disruption to the Schools once the year begins and the sites of interest are safer for the community. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the minor improvement works for the sites mentioned above. The works included in this package are: Location and protection of utility services. Removal of existing earth materials, footpaths, kerb and channel and pavement. Footpath construction and renewal. Removal and construction of pram crossings. Construction and installation of traffic crossing poles. Installation of signalised traffic poles and associated service works. Removal of obsolete traffic poles. Kerb and channel upgrades. Construction of catch pits and lead pipes into existing infrastructure. Removal and construction of traffic islands. Construction of speed tables. Carriageway construction and reinstatement. Pruning and planting of vegetation and plants. Installation of line marking and signage. Any associated ancillary works required. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,666263,20250410 Auckland Transport,20452527,Request for Tenders,Closed Competition,487-19-067-PW2 - Mass Action Pedestrian Improvements Package 4,487-19-067-PW2,20181120,20181211,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mass Action Pedestrian Improvements Package 4_ Seven Sites_ Central Auckland Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake upgrade works at existing zebra and kea crossings at Auckland. The proposed improvement work includes raised table, central islands, build-out/side islands, signage and road markings, etc. Street Light related upgrade and installation of road indicating studs, where required by the drawings, will be carried out by AT approved contractors. So those works are NOT in the scope of these tenders. However the winning tenderer is expected to co-ordinate and work closely with the AT nominated Street Light contractor and road indicating studs contractor to ensure timely delivery of the overall project. The Mass action Pedestrian Improvements project has been packaged into six packages: Package One: Nine Sites Central Auckland Package Two: Approx. Thirteen Sites South & West Auckland Package Three: Approx. Seven Sites Central & North Auckland Package Four: Approx. Seven Sites Central Auckland Package Five: Approx. Six Sites South & West Auckland Package Six: Approx. Nine Sites Central & North Auckland All the six tenders will be published in Nov 2018. Panel Two members can bid for as many packages as they want. However AT will award no more than TWO packages to any ONE member. This is the FOURTH work package with all the sites located in Central Auckland. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,585520,20250410 Auckland Transport,20457158,Request for Tenders,Closed Competition,487-19-068-PW2 - Mass Action Pedestrian Improvements Package 6,487-19-068-PW2,20181121,20181212,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mass Action Pedestrian Improvements Package 3_ Seven Sites_ Central & North Auckland Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake upgrade works at existing zebra and kea crossings at Auckland. The proposed improvement work includes raised table, central islands, build-out/side islands, signage and road markings, etc. Street Light related upgrade and installation of road indicating studs, where required by the drawings, will be carried out by AT approved contractors. So those works are NOT in the scope of these tenders. However the winning tenderer is expected to co-ordinate and work closely with the AT nominated Street Light contractor and road indicating studs contractor to ensure timely delivery of the overall project. The Mass action Pedestrian Improvements project has been packaged into six packages: Package One: Nine Sites Central Auckland Package Two: Thirteen Sites South & West Auckland Package Three: Seven Sites Central & North Auckland Package Four: approx. Seven Sites Central Auckland Package Five: approx. Six Sites South & West Auckland Package Six: approx. Nine Sites Central & North Auckland All the six tenders will be published in Nov 2018. Panel Two members can bid for as many packages as they want. However AT will award no more than TWO packages to any ONE member. This is the SIXTH work package with all the sites located in Central & North Auckland. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,309121,20250410 Auckland Transport,20458323,Request for Tenders,Closed Competition,487-19-069-PW2 - Mass Action Pedestrian Improvements Package 5,487-19-069-PW2,20181121,20181212,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mass Action Pedestrian Improvements Package 1_ Nine Sites_ Central Auckland Road Improvements Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake upgrade works at existing zebra and kea crossings at Auckland. The proposed improvement work includes raised table, central islands, build-out/side islands, signage and road markings, etc. Street Light related upgrade and installation of road indicating studs, where required by the drawings, will be carried out by AT approved contractors. So those works are NOT in the scope of these tenders. However the winning tenderer is expected to co-ordinate and work closely with the AT nominated Street Light contractor and road indicating studs contractor to ensure timely delivery of the overall project. The Mass action Pedestrian Improvements project has been packaged into six packages: Package One: Nine Sites Central Auckland Package Two: Twelve Sites South & West Auckland Package Three: Seven Sites Central & North Auckland Package Four: approx. Seven Sites Central Auckland Package Five: approx. Six Sites South & West Auckland Package Six: approx. Nine Sites Central & North Auckland All the six tenders will be published in Nov 2018. Panel Two members can bid for as many packages as they want. However AT will award no more than TWO packages to any ONE member. This is the FIFTH work package with all the sites located in South and West Auckland. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,407760,20250410 Auckland Transport,20471861,Request for Tenders,Closed Competition,487-19-042-PW2 - Station Rd Portage Rd Gray Ave New Roundabout,487-19-042-PW2,20181123,20181214,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Road Improvements Project Portage Road/Station Road/Gray Avenue Intersection Road Improvements Project This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake road carriageway construction works of a three legged intersection with a roundabout and splitter islands. The proposed road improvement section is located at the existing intersection of Portage Road and Station Road/Gray Avenue. Works include earthworks, pavement works, traffic island and roundabout construction, raised table construction, cycle shared-path construction, drainage and stormwater construction, new traffic signals for a mid-block signalised crossing, line-marking, etc. The contractor shall co-ordinate as required with the streetlighting contractor. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,1746426,20250410 Auckland Transport,20500102,Request for Tenders,Closed Competition,486-19-072-PW2 - Araparera Forestry Seal Extension - Stage 1,486-19-072-PW2,20181130,20190114,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Araparera Forestry Seal Extension Stage 1 works. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise the seal extension of three unsealed roads located within the Rural North area, the three roads are, Underwood Road Port Albert (RP3336-4036m) Whitmore Road Takatu (RP2153-3985m) Tauhoa Road Tauhoa (RP9110-9650m) The total length of seal extension will be around 3.0km. The works will typically involve the stabilisation of existing pavement, a granular basecourse overlay and application of a two coat chip seal surfacing. The project will also comprise minor stormwater works where required. The anticipated start date for this project is early February 2019 with a construction period of 10 weeks. To ensure the works are successfully carried out within the time specified in the Special Conditions of Contract, the contractor will need to have sufficient resources available to carry out the three seal extensions concurrently. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,1610382,20250410 Auckland Transport,20501237,Request for Tenders,Open Competition,443-19-294-PS - RISK ASSESSMENT AND ASSOCIATED RECOMMENDATIONS FOR THE INTRODUCTION OF DRIVER DOOR OPERATIONS,443-19-294-PS,20181130,20190129,20191009,,Sole Agency,No,,"Re: 443-19-294-PS - RISK ASSESSMENT AND ASSOCIATED RECOMMENDATIONS FOR THE INTRODUCTION OF DRIVER DOOR OPERATIONS The purpose of the Request Proposal is to seek a contractor to specifically assist with the development of the associated Quantitative Risk Assessment and specific recommendations for the safe implementation of the DDO Project. A briefing session of the project will be taking place during 15 January 2019. To be provided with further information please forward an email to procurement@at.govt.nz noting for the attention of Petrina Keane",Awarded,,0,20250410 Auckland Transport,20510460,Request for Proposals,Open Competition,102-19-253-BT Urban Type D Variable Message Signs,102-19-253-BT,20181203,20190116,20190918,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the supply of 12 Urban Type D Variable Message Signs (VMS). Auckland Transport (AT) intends to install VMS on major arterial routes as part of a project to improve incident management capabilities across Aucklands road network and major corridors. For this RFP AT will be procuring 12 VMS. The installation of the VMS is out of scope for this procurement.",Awarded,,279077,20250410 Auckland Transport,20520308,Request for Tenders,Closed Competition,367-18-004-PW1 Otahuhu Town Centre Upgrade,367-18-004-PW1,20181212,20190208,20200124,,Sole Agency,No,,,Not Awarded,Contract award and contract management transferred to Auckland Council,0,20250410 Auckland Transport,20548778,Request for Tenders,Closed Competition,411-19-063-PW3 - Upper Orewa Road Slip Remediation,411-19-063-PW3,20181214,20190121,20200124,,Sole Agency,No,,"This project encompasses the construction of a 25m long timber pole retaining wall at approximate RP 1890 Upper Orewa Road, Wainui. This will include the treatment and reinstatement of the adversely affected carriageway and shoulder. Additional works include the installation of a compliant semi-rigid crash barrier and associated end terminals.",Awarded,,129259,20250410 Auckland Transport,20554150,Request for Tenders,Closed Competition,487-19-076-PW2 - Waiuku Rd Stuart Road Right Turn Bay,487-19-076-PW2,20181214,20181228,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Road Improvements Project Waiuku Road Stuart Road Intersection Right Turn Bay. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake road carriageway construction works of a four legged intersection. The proposed road improvement section is located at the existing intersection of Waiuku Road Stuart Road Foy Road. Works include earthworks, pavement works, drainage and stormwater construction, line-marking, etc. The contractor shall co-ordinate as required with the streetlighting contractor. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,449394,20250410 Auckland Transport,20574539,Request for Tenders,Closed Competition,411-19-078-PW3 - Wade River Road Subsidence Remediation,411-19-078-PW3,20181221,20190121,20200124,,Sole Agency,No,,"The proposed works site is located at approximate RP 2160 Wade River Road, Wade Heahs. The works typically comprise the construction of a timber pole retaining wall for a longitudinal distance of 25m with an effective retained height of up to 2.0m. Additional works will include pavement rehabilitation works and the installation of a compliant semi-rigid crash barrier and associated end terminals.",Awarded,,159440,20250410 Auckland Transport,20575552,Request for Tenders,Closed Competition,488-19-074-PW2 - Residential Speed Management Project Te-Atatu South,488-19-074-PW2,20181221,20190131,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Residential Speed Management Project - Te-Atatu South Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). Installing a combination of speed-calming measures of treatments such as speed humps, raised tables (some with zebra crossings) and raised intersections. This Request for Tender (RFT) is for a suitably qualified contractor to undertake road carriageway construction works in Te-Atatu South, to improve safety for pedestrians and cyclists. This includes installing a combination of speed-calming measures of treatments such as speed humps, raised tables (some with zebra crossings) and raised intersections. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,1835303,20250410 Auckland Transport,20575815,Request for Tenders,Closed Competition,"488-19-075-PW2 - Residential Speed Management Project Rosehill, Papakura",488-19-075-PW2,20181221,20190201,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Residential Speed Management Project Rosehill, Papakura Project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). Installing a combination of speed-calming measures of treatments such as speed humps, raised tables (some with zebra crossings) and raised intersections. This Request for Tender (RFT) is for a suitably qualified contractor to undertake road carriageway construction works in Rosehill, Papakura to improve safety for pedestrians and cyclists. Works include installing a combination of speed-calming measures of treatments such as speed humps, raised tables (some with zebra crossings) and raised intersections. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,1749058,20250410 Auckland Transport,20576666,Request for Proposals,Open Competition,117-19-388-PS - PROFESSIONAL SERVICES FOR AUCKLAND RAIL NETWORK HIGH LEVEL INFRASTRUCTURE REVIEW,117-19-388-PS,20181221,20190211,20191011,,Sole Agency,No,,"Auckland Transport and its partners have invested heavily in the Auckland rail network over the last 18 years with patronage growing from approximately 2.5 million trips per annum in 2002 to over 20 million trips in 2017. With Auckland being one of the fastest growing cities in Australasia, with an anticipated growth of an additional 300,000 people over the next 10 years, Auckland rail patronage is expected to climb even further. In the next six years further investment in the City Rail Link, increased rolling stock, third main between Wiri and Quay Park, electrification between Papakura and Pukekohe, and broader investment in public transport will likely see patronage grow three or four-fold to 60 to 80 million per annum over the coming decades. The number of services operated over the network will increase significantly which will place greater demand on infrastructure and increase the impacts of infrastructure failures. A series of recent failures, and trends indicating an increase in resulting delays have impacted on service levels expected by customers. There has also been an increase in consequential delay post incident due to timetable changes increasing service levels and narrowing headways between services. In that context it is critical that the railway infrastructure is capable of safely and reliably delivering on this growth. Failure to deliver a safe, reliable and resilient network will undermine both the confidence and achievement of the targets that Auckland Transport has for rail and more broadly public transport in Auckland.",Awarded,,0,20250410 Auckland Transport,20583161,Request for Tenders,Closed Competition,487-19-076-PW2 - Waiuku Rd Stuart Road Right Turn Bay,487-19-076-PW2,20190107,20190130,20200124,,Sole Agency,No,,"*Please note this RFx ID is replacing the previously published RFx ID: 20554150, for the exact same project. The Closing Date has changed to 28/01/2019. This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Road Improvements Project Waiuku Road Stuart Road Intersection Right Turn Bay. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake road carriageway construction works of a four legged intersection. The proposed road improvement section is located at the existing intersection of Waiuku Road Stuart Road Foy Road. Works include earthworks, pavement works, drainage and stormwater construction, line-marking, etc. The contractor shall co-ordinate as required with the streetlighting contractor. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,449394,20250410 Auckland Transport,20649301,Request for Tenders,Open Competition,Panmure Driver Rest Facility Design and Construction,360-19-431-AC,20190129,20190219,20200128,,Sole Agency,No,,"Following the new Regional Public Transport Plan, AT Metro implemented a new bus network for East Auckland, which came into effect early December 2017. The new bus network was rationalised to feed buses from East Auckland transport hubs, such as Howick and Botany to the frequent express train service at Panmure Station. The following supporting infrastructure is required at Panmure Station to accommodate the new East Auckland bus network: ? Additional bus layover bays on Quinlan Street (completed). ? Drivers rest facility inside Panmure Station. This RFT is for the implementation of the drivers rest facility. What we need? This project includes the detailed design and construction together with the relevant building consent approvals for a new driver rest facility at Panmure Station, Auckland. This facility will be constructed above the stations existing staff room and toilet facilities, to provide space for bus drivers to rest during their break. The design work will build on from the existing AT approved concept design as attached to this tender.",Not Awarded,Contract awarded to Accent Construction Ltd,0,20250410 Auckland Transport,20654307,Request for Tenders,Closed Competition,487-19-081-PW3 - Remuera Road_Wootton Road intersection Pedestrian Safety upgrade,487-19-081-PW3,20190130,20190213,20200124,,Sole Agency,No,,"The Wootton Road/Remuera Road/St Marks Road signalised intersection currently only has signalised pedestrian crossing on the St Marks Road and Remuera Road west approach. AT received a customer request regarding the pedestrian facilities at the intersection. Specifically, the customer had concerns regarding the safety of pedestrians crossing the Wootton Street identifying that pedestrians often hesitate to cross as they are unsure if vehicles will be turning right into Wootton Road from Remuera Road. The investigations AT undertook of the situation identified that a high number of pedestrians cross the Wootton Road approach to the signalised intersection despite the lack of a formal crossing. These pedestrians include children, pedestrians with visual or mobility impairment, visitors to the Auckland Family Medical Centre and people walking to Newmarket Train Station. The provision of a signalised pedestrian crossing on the Wootton Street approach to the intersection would improve pedestrian safety.",Awarded,,34596,20250410 Auckland Transport,20679468,Request for Tenders,Closed Competition,AMETI EB1 Enabling Work: Jellicoe Road Moutain Road Signalisation,360-19-073-PW2,20190204,20190225,20210427,,Sole Agency,No,,"This project is aimed to signalise the existing Jellicoe, Mountain, and Pleasant View Roads intersection in Panmure. The scope of work consists of, but not limited to installation of new traffic signals, upgrade to existing streetlights, changes to kerbs, road markings and signage, and relocation/replacement/reinstatement of utilities. The outcome of this project is expected to improve safety at this intersection for all road users and to accommodate for additional travel demand resulting from changes to the Panmure Roundabout and the construction of the main Auckland Manukau Eastern Transport Initiative AMETI Eastern Busway 1 project.",Awarded,,0,20250410 Auckland Transport,20700879,Request for Tenders,Closed Competition,487-19-084-PW3 - Great North Road_Edmonton Road Intersection - Pedestrian Safety Upgrade,487-19-084-PW3,20190208,20190227,20200124,,Sole Agency,No,,"Auckland Transport (AT) has been undertaking a town centre improvement program for Henderson. As part of this program it was identified that pedestrian and cycling facilities need to be improved. The Edmonton Road/Great North Road/Edsel Street intersection is one such location where improvements can be made. Currently, pedestrians have difficulty crossing the two left turn slip lanes, from Great North Road on to Edsel Street and from Edmonton Road on to Great North Road. Further, there are limited facilities for cyclists at the intersection with no Cycle Advanced Boxes on Edmonton Road. To upgrade the intersection, it is proposed to install a raised table and zebra crossing on the left turn slip lane from Great North Road on to Edsel Street and completely removed the left turn slip lane from Edmonton Road on to Great North Road. It is also proposed to provide three Cycle Advanced Boxes on the Edmonton Road approach.",Awarded,,199650,20250410 Auckland Transport,20701003,Request for Tenders,Closed Competition,487-19-087-PW2 - Ti Rakau Drive_Gossamer Drive intersection improvements and Ti Rakau Drive Bus Lane Improvements,487-19-087-PW2,20190208,20190306,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Ti Rakau Drive Bus Lanes and Ti Rakau Drive / Gossamer Drive Intersection Improvements. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise of introducing bus lanes on Ti Rakau Drive and intersection changes at Ti Rakau Drive / Gossamer Drive to improve queue times on Ti Rakau Drive and nearby streets as well as improving realiability and punctuality of bus services. In summary the works comprise of: Peak hour bus lanes on Ti Rakau Drive between Gossamer Drive, between Wheatley Avenue and Gossamer Drive. Remove right turns at the Edgewater Drive (east) intersection with Ti Rakau Drive. Introduce two right turn traffic lanes into Gossamer Drive from Ti Rakau Drive. The expected start date for this project is the week commencing 25th March 2019. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,821409,20250410 Auckland Transport,20703140,Request for Tenders,Closed Competition,487-19-082-PW3 - Great South Road _ OShannessey Street Pedestrian Improvements Signalised Intersection,487-19-082-PW3,20190208,20190221,20200124,,Sole Agency,No,,"Auckland Transport (AT) has identified an opportunity to increase pedestrian connectivity and safety at the Great South Road/O'Shannessey Street intersection. Currently this intersection has only one signalised pedestrian crosswalk across Great South Road, despite the fact that this area has a high number of businesses and organisations that generate pedestrian activity. In addition, the pedestrian refuge island on O'Shannessey Street can be unsafe because there is limited room for pedestrians to stand while on the refuge island. It is proposed to install a new signalised pedestrian crossing on the O'Shannessey Street and Great South Road north approaches to the intersection and also remove the left-turning slip lane into O'Shannessey Street.",Awarded,,167636,20250410 Auckland Transport,20704544,Request for Proposals,Open Competition,"445-19-433-PS - Rail Procurement, Financial and Commercial Advisor",445-19-433-PS,20190208,20190304,20191031,,Sole Agency,No,,"The current rail operating contract for Auckland metro services has been in place for a number of years, with Transdev and its predecessors operating the Auckland concession since 2004, which has been extended a number of times by a series of contract renewals. AT is now wishing to undertake a tendering process for a new rail operating contract for effect from 2021. Key considerations for the successful tendering of a new rail operating contract in Auckland include: o Determining the most appropriate business model for outsourced rail delivery in Auckland o Establishing the scope of responsibilities that are placed on the operator and the manner in which the interfaces between the operator and other participants are managed. o Ensuring the appropriate balance of risk and reward is built into the new contract, with appropriate incentives to drive the performance standards needed to enhance the reliability, comfort and safety of the rail service. o Developing a contract that is able to deal with the significant changes facing the rail operating environment over the coming years and is prepared in accordance with the principles of the Public Transport Operating Model (PTOM). o Strong financial modelling to build a robust shadow bid and to calibrate the financial mechanisms included in the contract and to model the evaluative criteria included in the tender. o Designing a tender process and contract to closely match AT objectives and industry expectations. o Maximising contestability to enhance value for money outcomes for",Awarded,,0,20250410 Auckland Transport,20733145,Request for Tenders,Closed Competition,488-19-071-PW3 - High Risk Urban Package 1,488-19-071-PW3,20190214,20190228,20200124,,Sole Agency,No,,"This package compmrises two projects. Both are primarily designed to provide pedestrian safety improvements. A general description of the work required for each project follows: Project #1: Bruce McLaren Rd and Railside Ave, Henderson (SP1): Full reconstruction of a pedestrian refuge island on Railsdie Avenue and construction of a new side island opposite Bruce McLaren Road. Partial reconstruction of a pedestrian refuge island and approximately 21m of ker realignment (build-out) on Bruce McLaren Road. Related work includes site clearance plus adjustments to pedestrian fencing, drainage, signage, linemarking and street lighting assets as described in the drawings and schedules. Project #2: Rodney Rd and Queen St, Northcote Point (SP2): Construction of a raised zebra crossing by kerb build-outs at the intersection of Rodney Road and Queen Street, Northcote Point. A raised speed table is additionally proposed opposite #11 and #12 Rodeney Road. Related work includes site clearance plus adjustments to drainage, signage, linemarking and street lighting assets as described in the drawings and schedules.",Awarded,,496900,20250410 Auckland Transport,20750409,Request for Tenders,Closed Competition,487-19-098-PW3 - Hobson Street signalised pedestrian midblock crossing,487-19-098-PW3,20190219,20190301,20200124,,Sole Agency,No,,"The section of Hobson Street between Wellesley Street West and Cook Street has one of the most condensed residential properties in Auckland, and the many commercial shops along the street are generating significant foot traffic daily. It is estimated that 23,000 pedestrians cross mid-block here every day. This block of Hobson Street has an established pattern of pedestrians being struck by vehicles while crossing at mid-block consistently in the last five years, and a fatal took place in June 2017, with two more serious injury pedestrian crashes in December 2017 and May 2018. Hobson Street is classified as an Arterial District that directly connects to the motorway on-ramp and is extremely busy. The CBD environment, shops, parking facility, the concentrated residential properties, etc. generate major foot traffic to this block every day. With two signalised intersections Hobson Street with Wellesley Street West and Cook Street being more than 200m apart and no additional pedestrian crossing facilities provided in between, the current provision does not suffice the demand and encourage active road user activities in this area. The crash history also demonstrates that there is already an established pattern of pedestrians crossing mid-block colliding with vehicles.",Awarded,,212912,20250410 Auckland Transport,20753477,Request for Tenders,Closed Competition,487-19-090-PW2 - Cascades Road Footpath,487-19-090-PW2,20190219,20190312,20200124,,Sole Agency,No,,"This project includes the construction of a new concrete pedestrian walkway along Cascades Road and a timber boardwalk down a slope to tie in with an existing concrete footpath.Additional works include service locations, tree works, drainage work and minor retaining wall construction.",Awarded,,430144,20250410 Auckland Transport,20758560,Request for Tenders,Closed Competition,411-19-089-PW3 - Leigh Road Retaining Wall Reinstatement,411-19-089-PW3,20190220,20190311,20200124,,Sole Agency,No,,"This project encompasses the construction of a 80m long timber pole retaining wall at approximate RP 8097 Leigh Road, Whangateau. A 1.5m wide concrete footpath including a 0.6m wide grass verge extending approximately 100m in longitudinal length will be constructed adjacent to the carriageway to replace the existing walking trail.",Awarded,,158958,20250410 Auckland Transport,20763553,Request for Tenders,Closed Competition,488-19-100-PW2 - Rathgar Road LATM Stage 2,488-19-100-PW2,20190221,20190314,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the traffic calming and pedestrian safety upgrades situated at the following six sites: Site 2 # 190 Rathgar Rd New raised speed tables and bus stop alterations. Site 3 # 177 Rathgar Rd New raised speed table. Site 4 # 162 Rathgar Rd New raised speed table and bus stop alterations. Site 5 # 151 Rathgar Rd New raised speed tables and bus stop alterations. Site 7 # 97 Rathgar Rd New side islands and relocate School Zone electronic sign. Site 8 # 77 Rathgar Rd New raised Zebra Crossing. Rathgar Road and surrounding areas has 5 schools and therefore vehicular and pedestrian traffic is heavy during school drop off and pick up periods. The project has 3 sites that are in close proximity to Schools (Waitakere College and Liston College). The intent of this package of works is to have these three sites completed during the Easter School Holidays (Sites 5, 7 and 8) . This is to minimise the disruption to the Schools and ensure the sites of interest are safer for the community. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the minor improvement works for the sites mentioned above. The works included in this package are: Location and protection of utility services. Removal of existing earth materials, footpaths, kerb and channel and pavement. Footpath construction and renewal. Removal and construction of pram crossings. Removal and construction of traffic islands. Kerb and channel upgrades. Construction of catch pits and lead pipes into existing infrastructure. Carriageway construction and reinstatement. Removal and construction of bus shelters. Construction of speed tables. Installation of pedestrian crossing poles, signage and associated service works. Removal of obsolete signs and poles. Pruning and planting of vegetation and plants. Installation of line marking and signage. Any associated ancillary works required. Coordination with lighting contractor see note below Note The contractor is expected to liaise with and coordinate enabling works with the lighting contractor. Contact details will be provided at the prestart meeting by the Engineers Representative. Utilise the following link, to review the standard",Awarded,,509146,20250410 Auckland Transport,20763736,Request for Tenders,Closed Competition,488-19-095-PW2 - Minor Footpath Program Package 3,488-19-095-PW2,20190221,20190314,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Minor Footpath Projects - Package 3. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to install footpaths in various sites in Auckland. The proposed improvements are in the following locations: Manuel Road / Bankside Road, Silverdale Shelly Beach Parade, Cockle Bay Grey Street, Onehunga King Street, Waiuku Upper Queen Street, Pukekohe Rollerson Street, Papakura Works include minor earthworks, footpath and vehicle crossing construction, pedestrian crossing facilities, new kerb and channel, minor stormwater works, signs and linemarking. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,759374,20250410 Auckland Transport,20768026,Request for Tenders,Closed Competition,488-19-099-PW3 Carrington Road Raised Pedestrian Crossing Project,488-19-099-PW3,20190222,20190308,20200124,,Sole Agency,No,,"The scope of works includes the construction of a new concrete pedestrian crossing, kerb buildouts, storm water catch-pits & lead in pipe connections, pram crossings, line marking, Asphalt Surfacing, High Friction Surfacing, Concrete Cycle seperators, Cycle lane Greening.",Awarded,,228004,20250410 Auckland Transport,20855358,Request for Tenders,Closed Competition,487-19-091-PW1 Dairy Flat Hwy Roundabout,487-19-091-PW1,20190319,20190426,20191223,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel One members of the Physical Works Panels, to submit a tender for the [Dairy Flat Hwy Coatesville Riverhead Hwy roundabout]. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. Click the following link to view the Auckland Transport RFT terms & conditions, evaluation process, general role descriptions, and guidance notes: https://at.govt.nz/about-us/procurement/physical-works-supplier-panels/physical-work-supplier-panel-tender-information/ Project Overview The current intersection at Coatesville-Riverhead and Dairy Flat Highway located some 5km north of the Albany Business Centre and the intersection is the main junction for traffic from the Dairy Flat area to the north and the Riverhead area to the west. The current intersection layout comprises a T priority-controlled intersection with insufficient capacity for projected future traffic growth, and a significant right turning crash rate. The intersection is ranked among New Zealands 100 high risk intersections listed by New Zealand Transport Agency (NZTA). To resolve significant safety concerns and to ensure that the intersection configuration will be able to accommodate future projected traffic volumes, Auckland Transport proposes to upgrade the Coatesville-Riverhead Highway / Dairy Flat Highway Intersection. The intersection upgrade proposal involves: Redesign of the intersection to include raised median islands and a roundabout. Widening the road carriageway to provide for the placement of the roundabout and four lanes from the roundabout to Dairy Flat highway, and three lanes from the roundabout to Coatesville-Riverhead Highway. The road carriageway footprint has been designed to include future provision for cycle lanes that may be integrated with wider cycle networks. New mechanically stabilised earth (MSE) walls / batter slopes beneath the road carriageway to reinforce / support the road carriageway alignment and roundabout configuration, particularly where the new road alignment extends beyond the crest of adjacent slopes in some locations. An increase in total impervious area, the placement of catch pits in the proposed upgrade area, relocation of two storm water outlets, and installation of raingardens for storm water treatment. Earthworks involving approximately 6,270m2 cut and 7,309m2 fill over an area of 9,328m2 to construct the new intersection and",Awarded,,0,20250410 Auckland Transport,20913066,Request for Proposals,Open Competition,445-19-508-PS Rail Procurement - Legal Advisor,445-19-508-PS,20190404,20190503,20190903,,Sole Agency,No,procurement@at.govt.nz,"Auckland Transport is seeking a suitably experienced legal service provider to support the contract development and tendering process for a new metro rail operating contract for Auckland, targeted to commence in 2021. Services of a Legal Advisor experienced in complex rail procurements to work with ATs rail franchise project team in drafting the rail operating contract and associated transaction documents and in the provision of legal advice and support in relation to tender document preparation, aspects of tender evaluation and due diligence that require legal input, final negotiations and transition compliance.",Awarded,,0,20250410 Auckland Transport,20916670,Request for Tenders,Closed Competition,312-19-025-PW1 New Lynn to Avondale Shared Use Path Construction,312-19-025-PW1,20190405,20190612,20210427,,Sole Agency,No,,"The New Lynn to Avondale Shared Use Path project involves the construction of a 2.9km shared path between Blockhouse Bay Road / Rosebank intersection and New Lynn Station that includes bridge and underpass structures. The route of the path is generally within the rail reserve adjacent to the North Auckland Railway Line. In places the path diverges from the line and travels through nearby streets and reserves. The route provides a high quality shared use path that is segregated from traffic and provides a more direct, lower risk alternative for cyclists and pedestrians than the existing road network. It will promote walking and cycling and contribute to the objectives of national and regional strategies. This Request for Tender (RFT) is an invitation for Panel One members of the AT Physical Works Supplier Panels, to submit a tender for the New Lynn to Avondale Shared Use Path. This is a single-stage procurement process and will be evaluated using lowest price conforming method (ATLPC). Tenderers must be able to meet specific KiwiRail requirements (as specified at Appendix 3.5 Standard Specification for KiwiRail requirements). An Industry Briefing and site visit is planned for week of 15 April. Further details to follow.",Awarded,,0,20250410 Auckland Transport,20956864,Request for Proposals,Closed Competition,"430-19-536-TO - Design, Supply and Installation of Advanced Destination Signage",430-19-536-TO,20190417,20190520,20200417,,Sole Agency,No,,"Auckland Transport (AT) is continuing with the delivery of the Auckland Regional Destination Signage Strategy. To deliver this project for the Papakura pakage of Advanced Destination Signs, we will require the design, manufacturing and installation of these signs to provide a more comprehensive network for wayfinding through the area. This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the Design, Supply & Installation of Advanced Direction Signage.",Awarded,"Contract Award - DirectioNZ for $145,266.92.",0,20250410 Auckland Transport,21021259,Request for Tenders,Closed Competition,361-19-064-PW1 Northcote Safe Cycle Route Stage 2 Bridge Construction,361-19-064-PW1,20190510,20190711,20191218,,Sole Agency,No,,"The Northcote Safe Cycle Route is a project to construct a 5.2km safe cycle route along Queen Street, Lake Road and Northcote Road in Aucklands North Shore. The cycle route has recently been constructed with the exception of a connecting bridge. This procurement is for the construction of the cycle and pedestrian bridges spanning the State Highway 1 Northern motorway on the northern and southern side of Northcote Road. The work includes relocation of underground utility services. This contract also includes upgrade works to the entranceway to Smales Farm on Northcote Road.",Awarded,,8588910,20250410 Auckland Transport,21027142,Request for Tenders,Closed Competition,369-19-117-PW2 Dominion Road Mt Roskill Village Streetscape Upgrade,369-19-117-PW2,20190513,20190610,20190703,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Double Decker Bus Route: Dominion Road Mt Roskill Village Streetscape Upgrade Contract. This upgrade project was initiated and is funded by the Puketapapa Local Board as part of the overall plan to rejuvenate the Mt Roskill village. Auckland Transport is a project partner that is responsible for delivery this upgrade project as part of the Double Decker Bus Project on Dominion Road. The extent of the works is mainly the areas in the village that had been affected by the double decker bus enabling works, where the footpath had been widened and the kerb line had been modified to provide lateral clearance for the double decker bus operations. These enabling works are completed and double decker buses are now operational on Dominion Road. The physical works under this contract includes works to lay the natural stone paving across the footpath with the concrete work associated, apply resin surfacing across the road carriageway and footpath, apply paint and resin surfacing to the laneway and install nature rock seats with the associated foundation works. Two construction options for laying the natural stone paving are included in this RFT. Option 1 Precast panels Option 2 Cast in-situ The upgrade project is expected to have a contract period of 5 months and the physical works on site may vary dependent on the construction option chosen. It is anticipated the precast panels option will require less construction time on site. However, this option will require a longer lead in time for manufacturing the precast panels and more precise construction planning.",Awarded,,0,20250410 Auckland Transport,21039873,Request for Tenders,Closed Competition,487-19-113-PW2 Rodney Footpaths Springs Road and Arthur Street,487-19-113-PW2,20190516,20190611,20190827,,Sole Agency,No,,,Awarded,,1087363,20250410 Auckland Transport,21077884,Request for Tenders,Closed Competition,362-19-665-AC Motairehe Seawall Reconstruction,362-19-665-AC,20190524,20190607,20190920,,Sole Agency,No,,"This project includes the reconstruction of a 60m long rock revetment seawall located within the coastal marine area at the eastern end of Oneroa Bay, Motairehe, Great Barrier Island. The site is located at a known urupa site on the foreshore of Oneroa Bay, Motairehe, and the revetment seawall is required to provide protection to the existing foreshore embankment and urupa that is directly supported. The existing coastal revetment at the site has failed through inadequate original construction and requires to be replaced with a robust structure in order to mitigate potential damage to the urupa site from ongoing coastal erosion. The seawall is to be constructed from large, clean and dense homogenous rocks placed over a geotextile layer to form a robust rock shoulder revetment structure. The rock material is to be salvaged and reused from the existing site where appropriate, and supplemented with good quality locally quarried rock of a similar appearance. Resource Consent for the reconstruction of the seawall was granted in 2018 and the construction shall be completed in accordance with all conditions of the resource consent, with particular attention paid to all archaeological, arboricultural, ecological and coastal marine process requirements. The works are to be procured and commenced within the Auckland Transport 2018 / 2019 financial year.",Awarded,,217837,20250410 Auckland Transport,21097195,Request for Tenders,Closed Competition,487-19-119-PW3 - Kaipatiki LB safety and Windmill Rd traffic calming projects,487-19-119-PW3,20190530,20190614,20200114,,Sole Agency,No,,"The Kaipatiki Local Board have some budget of their own to spend on transport-related capital Works. The Board allocated funds to install pedestrian] refuges at the following locations: Bayview Road, (outside Bayview Community Centre) Manuka Road (intersection with Lynn Rd) 225 Rangatira Rd and, speed platform in Lynn Road (outside Lynn Reserve). The Albert-Eden Local Board has also decided to investigate, design and build mobility parking and associated traffic calming measures on Windmill Road, adjacent to Windmill Reserve and Auckland Netball courts. The agreed project is to install two mobility spaces close to the entrance to the Netball courts, and to make the use of this parking safe, install two speed humps in Windmill Rd either side of the mobility parking bays and adjacent t to ensure traffic speeds are reduced to a minimum. In addition, it is also required to upgrade stret lighting in vicinity of study area (e.g. parking lots and speed humps).",Awarded,,282782,20250410 Auckland Transport,21098157,Request for Quotations,Closed Competition,362-19-670-PS Rodney Park and Ride Detailed Design,362-19-670-PS,20190530,20190617,20190718,,Sole Agency,No,,"This RFQ relates to the procurement of Detailed Design, RMA Consenting and Tender Documentation for Procurement of Physical Work Contract for the Rodney Local Board Park and Ride Project. The key outcomes that we want to achieve are: The detailed design final cost estimate is within the P50 budget allocated to each car park site RMA consent applications are to be lodged by 08 September 2019 Detailed design is to be completed by 15 October 2019 Physical works tender is to be advertised by 20 November 2019 Our timeframe is for detailed design is to be completed by 15 October 2019.",Awarded,,325198,20250410 Auckland Transport,21101470,Request for Proposals,Closed Competition,102-19-638-BT - Software Account Reseller,102-19-638-BT,20190531,20190624,20200415,,Sole Agency,No,procurement@at.govt.nz,"AT is seeking to appoint a sole Licensing Solution Partner (LSP) for the supply of Microsoft licencing in accordance with the Department of Internal Affairs (DIA) Microsoft Cloud, Software and Services Agreement (MCSSA). ATs current licencing position for Office 365 is 2100 users. In addition to Microsoft licencing AT currently procures several other licencing products through a reseller. AT seeks proposals to supply Microsoft and other software licences that can not be purchased directly from the licensor, including but not limited to: Trend Micro VMWare International Ltd Red Hat Commvault Systems ManageEngine Adobe Systems Soft Solutions Ltd Altova Inc",Not Awarded,,0,20250410 Auckland Transport,21148666,Request for Proposals,Open Competition,102-19-524-BT - Enterprise Workforce Management,102-19-524-BT,20190614,20190712,20200415,,Sole Agency,No,procurement@at.govt.nz,Auckland Transport (AT) has multiple business stakeholders across the organisation who presently use various Work Force Management (WFM) systems and processes that are manually intensive and time consuming. AT wishes to modernise its workforce management systems into a single WFM platform that meets the needs of all business units across the organisation.,Not Awarded,"As a result of the Preferred Participant withdrawing from the due diligence process, Auckland Transport has made the decision to cancel the above procurement in accordance with section 4.20 of the Request for Proposal.",0,20250410 Auckland Transport,21162413,Request for Tenders,Closed Competition,487-19-105-PW2 Bader Idlewild Roundabout,487-19-105-PW2,20190617,20190708,20190827,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Bader Idlewild Roundabout. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. Click the following link to view the Auckland Transport RFT terms & conditions, evaluation process, general role descriptions, and guidance notes: https://at.govt.nz/about-us/procurement/physical-works-supplier-panels/physical-work-supplier-panel-tender-information/ This project includes the construction of a new roundabout at the intersection of Bader Drive and Idlewild Avenue in Mangere. The work includes kerb and channel, road drainage, road reconstruction, speed tables, footpaths, signs and road marking",Awarded,,891726,20250410 Auckland Transport,21180120,Request for Quotations,Closed Competition,402-19-738-PS RCMR Performance Management Framework,402-19-738-PS,20190620,20190704,20191105,,Sole Agency,No,,"This RFQ relates to the procurement of Professional Services associated with the development of ATs Performance Management Framework (PMF) and basis of Payment (BoP) for the next iteration of our Road Corridor Maintenance and Renewals (RCMR) Contracts. The Performance Management Framework (PMF) and supporting Basis of Payment (BoP) will form part of the new RCMR contracts. The existing contract environment was developed some years ago at the time of the inaugural RCMR contracts and while well designed and supported they are no longer suitable to meet the changing demands of Aucklands network or industrys operating environment. This new PMF/BoP environment is an incremental shift in the RCMR environment to an more outcome based collaborative delivery. The timeline for this work is tight and as such requires a commitment to prioritise this work over other engagements. The current program requires development of the PMF by September 27th, 2019.",Awarded,,313750,20250410 Auckland Transport,21301987,Request for Quotations,Closed Competition,327-20-043-PS - Rolling Stock Fleet Size - Concept Design,327-20-043-PS,20190724,20190807,20210325,,Sole Agency,No,,"Auckland Transport (AT) is responsible for the specification, funding and management of passenger rail services in the Auckland metropolitan area. This is currently achieved through relationships with New Zealand Railways Corporation and its subsidiary KiwiRail, Transdev and Construcciones y Auxiliar de Ferrocarriles (CAF) in the supply and maintenance of the electric trains (Electric Multiple Units - EMUs). Significant investment in rail in Auckland is planned over the coming years with further investment in the City Rail Link (CRL), a third main between Wiri and Quay Park and extending electrification from Papakura to Pukekohe (P2P) coupled with broader investment in public transport. This will contribute to an expected increase in rail patronage demand from 20 million to 60-80 million passengers per annum over the coming decades. Which means it is critical that the rolling stock fleet requirements are understood to cater for this forecasted demand together with associated infrastructure and planned fleet utilisation improvements. A recent internal review undertaken by AT of future rolling stock and train plan requirements has identified issues with the agreed train plan associated with Day 1 of CRL operation. Due to the required increase of trains for Day 1 of CRL operation, the main objective of this contract is to provide AT with an independent assessment and recommendations regarding the required rolling stock fleet size in order to meet forecasted demand over the next 10 years, together with associated depot and stabling infrastructure to support this fleet.",Awarded,Please note that value is in AUD.,201900,20250410 Auckland Transport,21304568,Request for Tenders,Closed Competition,412-20-001-PW2 - 55 Sunnyvale Rd - Sunnyvale - Retaining Wall and Associated Works,412-20-001-PW2,20190724,20190822,20200108,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the 55 Sunnyvale Road Retaining Wall and Associated Work. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The works will comprise of providing a cantilevered retaining structure to reinstate the road to the pre-existing alignment which include the following: Traffic Control Earth and rock drilling for UC piles Excavation and disposal of soil Liaison with Auckland Council officers for any specific resource consent compliance requirements Sediment and erosion control Construction of cantilevered UC retaining wall with timber laggings Installation of a new stormwater pipeline Installation of new guardrail Pavement construction Mitigation planting Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,431372,20250410 Auckland Transport,21340242,Request for Tenders,Closed Competition,488-20-002-PW3 - High Risk Urban Safety Package 2019,488-20-002-PW3,20190731,20190813,20200124,,Sole Agency,No,,"4 projects are included in this work package: 1. Tamaki Watene Cycle improvements These works include installation of electronic cycle detection and warning signs, solar and standard power connections, sawcutting and ducting, as well as linemarking. The works addresses safety issues for cyclists at this location. This work requires electricians. 2. Rosebank Rd slip lane safety This requires the installation of high friction surfacing and linemarking at the left turn slip lane to address safety issues for users of the lane. 3. 88-108 Station Rd Pedestrian improvements This site requires the installation of pedestrian refuge islands, tactile pavers and pram crossings to increase pedestrian safety at the project location. 4. Massey Rd Pedestrian improvements This site requires the installation of pedestrian refuge islands, tactile pavers and pram crossings to increase pedestrian safety at the project location.",Awarded,,144267,20250410 Auckland Transport,21398716,Request for Tenders,Closed Competition,487-20-004-PW2 Papatoetoe and Otara Town Centre Footpath,487-20-004-PW2,20190810,20190830,20200116,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Papatoetoe and Otara Town Centre Footpath. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to install the pedestrian amenity improvements in the Papatoetoe (Hunters Corner) and Otara Town Centre Footpath. Works include footpath and vehicle crossing reconstruction, pedestrian crossing facilities, new kerb and channel, new street furniture (rubbish bins and benches), minor road pavement surfacing, minor stormwater works, traffic island removal, tree protection, service cover adjustments, and linemarking.",Awarded,,931176,20250410 Auckland Transport,21406116,Request for Tenders,Closed Competition,488-20-007-PW2 Minor Improvements Delivery Package 1,488-20-007-PW2,20190812,20190902,20200108,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for safety improvements at the following eight sites: 1. Constellation Drive 2. Porchester Road / Walters Road 3. Princes Street / Eden Crescent 4. Kupe Street / Takitimu Street / Te Arawa Street 5. Bonnie Brae Road 6. Hamilton Drive 7. Arabi Street / Oxton Road 8. Brookby Road / Alfriston-Ardmore Road This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC) This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the safety improvement works for the sites mentioned above. The work activities include but are not limited to the following items: Sawcutting Excavation Subgrade, subbase and basecourse installation and/or preparation Asphalt surfacing installation Footpath construction Kerb and channel construction Pram crossing construction Traffic island construction Grass berm and planting installation Ashpalt speed hump construction Traffic signals and associated infrastructure Traffic signs and roadmarking installation Reinstatement",Awarded,Awarded 04/09/2019,1222730,20250410 Auckland Transport,21506414,Request for Tenders,Closed Competition,411-20-003-PW3 - Takatu Road Scour Repairs,411-20-003-PW3,20190829,20190912,20200124,,Sole Agency,No,,"This project encompasses the repair of roadside batters located between RP 6900m and RP 11400m Takatu Road, Tawharanui. This will include regrading of existing slopes, placement of rock scour protection and hydroseeding. Additional works include vegetation/tree removal and reinstatement of affected fencelines.",Awarded,,245660,20250410 Auckland Transport,21521927,Request for Tenders,Closed Competition,411-20-013-PW3 - Waimauku Rural Bridges Remediation Works,411-20-013-PW3,20190902,20190920,20200124,,Sole Agency,No,,"This project encompasses the repair of roadside batters located between RP 6900m and RP 11400m Takatu Road, Tawharanui. This will include regrading of existing slopes, placement of rock scour protection and hydroseeding. Additional works include vegetation/tree removal and reinstatement of affected fencelines.",Awarded,,268493,20250410 Auckland Transport,21539933,Request for Tenders,Closed Competition,411-20-014-PW3 - Wade River Road RP 1470 Slip Remediation,411-20-014-PW3,20190904,20190918,20200124,,Sole Agency,No,,"This project includes the construction of a 8.4m long timber pole retaining wall at approximate RP 1470 Wade River Road, Arkles Bay. A TL-3 complying semi-rigid crash barrier will be installed as part of the works.",Awarded,,159440,20250410 Auckland Transport,21553569,Request for Tenders,Closed Competition,411-20-006-PW3 - Pakiri Road RP 15400 Slip Remediation,411-20-006-PW3,20190906,20190920,20200124,,Sole Agency,No,,"This project encompasses the construction of a 30m long in-ground soldier pile retaining wall including the treatment and reinstatement of the adversely affected carriageway and shoulder at approximate RP15400 Pakiri Road, Pakiri. Additional works include the installation of a compliant semi-rigid crash barrier and associated end terminals.",Awarded,,208659,20250410 Auckland Transport,21560873,Request for Tenders,Closed Competition,411-20-017-PW3 - Glenvar Road RP 3200 Subsidence Remediation,411-20-017-PW3,20190909,20190923,20200124,,Sole Agency,No,,"This project includes the construction of a 40m long timber pole retaining wall at approximate RP 3200 Glenvar Road, Torbay. The existing 1.0m wide walking path above is proposed to be reinstated at a width of 2m with AP40 basecourse and resurfaced with hotmix asphalt as part of the retaining wall works.",Awarded,,136907,20250410 Auckland Transport,21569641,Request for Tenders,Closed Competition,402-20-012-PW1 - Matakana Link Road Stage 1 Construction,402-20-012-PW1,20190911,20191104,20200702,,Sole Agency,No,,"Introduction The Matakana Link Road (MLR) project is a new 1.35km greenfield road proposed between State Highway 1 (SH1) and Matakana Road in Warkworth. Warkworth has been identified as a Satellite Town with over 1000ha of future urban zoned land. Over the next 30 years these future urban areas are expected to accommodate approximately 7,500 additional dwellings, or an additional 20,000 people. The MLR project will improve resilience of the transport network by providing an alternative route to the busy Hill Street intersection, and also facilitate planned growth in the Warkworth area as identified by Auckland Councils Warkworth Structure Plan and the Supporting Growth Alliance transport network. The project will form one piece of the overall future transport network for Warkworth. In particular, it will connect to the New Zealand Transport Agencys (NZTA) Puhoi to Warkworth (P2Wk) project, and the future Western Link and Sandspit Link Roads. Staging The MLR project is proposed to be delivered in two stages. This has been proposed to address affordability issues and align with updated land use modelling which suggests that four lanes may not be required until after 2036. Scope This RFT seeks to complete the construction of Stage 1 of the MLR project while meeting all consent, designation, and land purchase conditions. In general this will include, but is not limited to,: A new road with up to four lanes of capacity; Walking and cycling facilities on one side of the road; A new 90m long bridge crossing with up to four lane of capacity and cultural art elements; A new roundabout intersection with Matakana Road; Stabilisation of a known landslide; Tie ins with NZTAs Matakana Link Road stub, which forms part of the P2Wk works including a signalised intersection of SH1/MLR; Provisions for Power, Gas, Telecommunications and Water within the road corridor; Relocation of existing services and utilities identified on Matakana Road; Installation of new street lighting; Landscaping, urban design and mitigation planting; Stormwater wetlands and raingardens Stage 1 Options Following the decision to stage the project, political and public feedback resulted in a direction to maximise the potential infrastructure provided in Stage 1 which would minimise the future Stage 2 costs and alleviate public concerns that a two lane capacity road in Stage 1 would be insufficient as growth would occur much faster than predicted. In addition to this, disc",Awarded,,26060353,20250410 Auckland Transport,21612249,Request for Tenders,Closed Competition,362-20-015-PW1 - Medallion Drive Link Construction,362-20-015-PW1,20190918,20191016,20200124,,Sole Agency,No,,"The Medallion Drive Link involves the construction of 170 meters of new road between an existing roundabout on Oteha Valley road and Fairview Avenue. The project scope includes: Two 3.5m wide traffic lanes; 3.5m wide right turn lane on Medallion Drive Link approach to Oteha Valley Road; 3.0m wide shared path on the eastern side of the Medallion Drive Link; 1.8m wide footpath on the western side of the Medallion Drive Link; Civil works to support the installation of new and relocated utility services; New three-leg roundabout at Medallion Drive Link / Fairview Ave intersection; New four-leg signalized intersection at Medallion Drive / Oteha Valley intersection; and Stormwater treatment area and landscaping.",Awarded,,9542699,20250410 Auckland Transport,21631612,Request for Tenders,Closed Competition,488-20-018-PW3 - Marmion Street New Footpath Construction Project,488-20-018-PW3,20190919,20191003,20200124,,Sole Agency,No,,"This project was one of the highest ranked footpaths in a list of nearly 600 requests under footpaths programme. Marmion Street is a narrow CBD alleyway with no footpath along its entire length. Given the high pedestrian numbers on Queen Street, vehicles turning into Marmion St have a high risk of encountering a pedestrian. The footpath will complete a gap between two existing footpaths and provide safe access to the apartments along Marmion St. The scope of works includes the construction of a new raised concrete speed table with zebra crossing, new 3.1m wide of footpath, kerb buildouts, service cover adjudgements, pram crossings, line markings, Removal existing surfacing, new flexible pavement, signange and new bollards.",Awarded,,122793,20250410 Auckland Transport,21638526,Request for Tenders,Closed Competition,422-20-021-PW2 - Wellsford Road Seal Extension,422-20-021-PW2,20190920,20191011,20200124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Wellsford Valley Road Seal Extension. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). Wellsford Valley Road has been identified on the Auckland Transport Seal Extension Prioritisation list as the 3rd highest priority project. As a result, it is proposed to seal the unsealed section between approx. RP1270m and RP4120m in the 2019/20 financial year. There is an existing 200m long sealed section located between RP1620m and RP1820m therefore the project will comprise around 2650m of seal extension extending from the Wellsford end through to the existing sealed section outside the Port Albert Recreation Reserve. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,1797983,20250410 Auckland Transport,21702293,Request for Tenders,Closed Competition,486-20-023-PW2 - Gilletta Road - Concrete Retaining Walls,486-20-023-PW2,20191001,20191025,20200504,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Gilletta Road Concrete Retaining Walls. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). We require the construction of two new concrete pile retaining walls between No 40- No 42 and No 48-No 54 Gilietta Road. Works includes concrete piles, sprayed shotcrete concrete arch, subsoil drains, fencing, services relocation, kerb and channel, footpath, back filling and other associated work. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,1144769,20250410 Auckland Transport,21714412,Request for Tenders,Closed Competition,364-19-448-PW1- Tamaki Drive Cycle Route,364-19-448-PW1,20191002,20191121,20200124,,Sole Agency,No,,"The Tamaki Drive Cycle Route Construction project involves construction of the 2.3km cycleway on Quay Street and Tamaki Drive from the existing Quay Street Cycleway Extension (west of The Strand) to Ngapipi Bridge. The project provides a high quality, safe and attractive cycle route, suitable for people cycling of all ages, abilities and confidence levels. The route is part of the Urban Cycleway Programme (UCP) and forms part of the Waterfront and City Journey Corridor, it is part of the Auckland Cycle Network (ACN) that provides the key connection between Glen Innes Tamaki Drive Shared Path and the city centre. The proposed cycleway is a 2.8m wide bi-direction off-road cycleway on the northern side of Quay Street and Tamaki Drive, it will be separated from traffic lanes by a landscaped strip and from the existing shared path by the existing grass berm. A new pedestrian bridge will be constructed approximately 1m north of the existing Point Resolution Estuary Bridge. The existing shared path on the Point Resolution Estuary Bridge will be converted to continue the bi-directional cycleway. As part of the cycleway project AT has decided to undertake some additional work to reduce the impact of flooding of Tamaki Drive caused by storm and high tide events. This work will require raising of the road and berm level by up to 500mm adjacent to the Lilliput Minigolf and west of the Ngapipi Bridge.",Awarded,,13844435,20250410 Auckland Transport,21731286,Request for Tenders,Closed Competition,487-20-020-PW3 - Torbay speed calming,487-20-020-PW3,20191004,20191016,20200124,,Sole Agency,No,,"Auckland Transport is committed to reducing the number of deaths and serious injuries in Auckland by 60% over the next 10 years. 80% of all road deaths and serious injuries occur on 50km/h local urban roads. Nearly half of those deaths and injuries involve vulnerable road users children, the elderly, people walking and people on bikes or motorcycles. AT is committed to making the roads safer for all road users and these changes will help improve safety for people walking and cycling including school children. In general, town centres / village centres carry high volumes of traffic and vulnerable road users. It is therefore necessary to recognise that these two road users share the same space and therefore, reducing the speed limits to survivable levels will promote the peoples health, happiness and wellbeing. Auckland Transport (AT) is working alongside the Hibiscus and Bays Local Board to make changes to roads in Torbay Village centre in order to improve safety and accessibility for all road users. The improvements include: A new raised pedestrian crossing outside Four Square on Beach Road and kerb build outs adjacent to the crossing facility. Install zebra crossings on existing crossing facilities in Torbay Village Centre. Relocation of bus stop on Beach Road within Torbay Village Centre to enable easier access to the bus stop. The aim of the project is to improve safety for all road users. Hibiscus and Bays Local Board see these changes as important and are funding the proposed improvements.",Awarded,,103154,20250410 Auckland Transport,21779815,Request for Tenders,Closed Competition,488-20-024-PW3 - High Risk Urban 2019-20 Ayr Street Parnell,488-20-024-PW3,20191014,20191025,20191118,,Sole Agency,No,,"Ayr Street Parnell. This project is located at the intersection of Ayr Street/ Parnell Road and involves the construction of a new raised zebra crossing with ACO-drains, high friction surfacing and associated road markings and signs, including street lighting.",Awarded,,0,20250410 Auckland Transport,21799355,Request for Tenders,Closed Competition,488-20-031-PW2 - Minor Improvements Delivery Package 2,488-20-031-PW2,20191017,20191112,20200203,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for safety improvements at the following eight sites: 1. Princess Street / Helvetia Road Roundabout 2. Grafton Road Midblock Signalised Crossing 3. Sandringham Road Midblock Signals Upgrade This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the safety improvement works for the sites mentioned above. The work activities include but are not limited to the following items: Contract management, including the management of traffic, health and safety, environment and quality. Stakeholder liaison. Utility services co-ordination works and relocations. Survey and set-out works. Site clearance, earthworks and site preparation. Sawcutting Excavation Tree and vegetation pruning or removal. Kerb cut-backs. Subgrade, subbase and basecourse construction Asphalt surfacing construction Speed table construction Footpath construction Kerb and channel construction Pram crossing construction Traffic island construction Vehicle crossing construction Drainage facility construction Grass berm installation Asphalt speed hump construction Traffic signal works (including cabling and ducting) Street lighting works Traffic signs and roadmarking installation Coloured surfacing installation Reinstatement Submission of RAMM data and As-Built drawings. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Auckland Transport,21813160,Request for Tenders,Closed Competition,488-20-028-PW3 - MAPI Package 5 - Takanini School and Manuroa Rd,488-20-028-PW3,20191021,20191101,20191114,,Sole Agency,No,,"This project is to undertake upgrade works at existing zebra and kea crossings in Takanini for the following locations: Site 3 Outside 39 Takanini School Road, Takanini Site 4 Outside 76 Manuroa Road, Takanini Note that the list of sites starts at Sites 3 as it was part of a larger design package. The proposed improvement work includes the construction of raised speed tables, central islands, build-outs / side islands, stormwater drainage upgrades, concrete footpath, tree works, signage and road markings. The tenderer is expected to comply with tree protection protocols in the appendices for Site 3 during the construction. Street light related upgrades where required by the drawings, will be carried out by a separate AT approved contractor. So those works are NOT in the scope of this tender. However, the winning tenderer is expected to co-ordinate and work closely with the AT nominated street light contractors to ensure timely delivery of the overall project.",Awarded,,154177,20250410 Auckland Transport,21846472,Request for Tenders,Closed Competition,365-20-027-PW2 - Herne Bay Walking Cycling Improvements,365-20-027-PW2,20191025,20191125,20191219,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Herne Bay Walking & Cycling Improvements Project. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. The Project scope includes a variety of Local Area Traffic Management (LATM) safety improvements aimed at reducing speeds and conflicts between users (cyclists, vehicles & pedestrians). These are done in the form of Sinusoidal humps, boundary treatments, T-intersection table treatments, and cross-intersection table treatments. Various other amenities are to be improved to facilitate and complement these treatments, including improvements to street lighting, stormwater infrastructure, pedestrian crossings and footpaths.",Awarded,,0,20250410 Auckland Transport,21857968,Request for Tenders,Closed Competition,487-20-009-PW2 - AWHITU ROAD MARAE O REHIA ROAD INTERSECTION SAFETY IMPROVEMENT (Road Side Hazard Removal),487-20-009-PW2,20191029,20191120,20200203,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,21898841,Request for Tenders,Closed Competition,487-20-036-PW2 Mt Roskill Safer Communities Carr Road and Frost Road,487-20-036-PW2,20191106,20191127,20200114,,Sole Agency,No,,"As part of the Safer Communities Programme, AT is looking to provide safety improvements to various locations in Auckland. The focus is on improving pedestrian amenities, including pedestrian crossing facilities. In the Mt Roskill area, Carr Road and Frost Road have been identified as requiring significant improvements. The aim of the project is to improve safety for pedestrians and help ensure walking is a desirable option for people. 80% of all road deaths and serious injuries occur on 50km/h local urban roads. Nearly half of those deaths and injuries involve vulnerable road users children, the elderly, people walking and people on bikes or motorcycles. AT is committed to making the roads safer for vulnerable users and these changes will help improve safety for the many pedestrians including school children walking these routes. Project This Safer Communities program is aligned with Auckland Transports AMP 2018, the Road Safety PBC and the RLTP 2018-28 and contributes to the Transport Agencys Investment Assessment Framework, which is intended to give effect to the Government Policy Statement, and contributes to the objectives of the Land Transport Management Act (LTMA) by addressing: Safety a safe transport system free of death and serious injury: ? Addresses a high predicted walking or cycling safety risk; and ? Addresses a high perceived safety risk to use of the mode. Access to opportunities, enables transport choice and access, and is resilient liveable cities: ? Supports increasing the uptake of children using walking and cycling especially to and from school. The improvements proposed include: Carr Road: Widening of existing footpath on both sides of Carr Road; Provide vertical separation between proposed footpath and adjacent properties; Tightening and/or removal of existing vehicle crossings, with judder bars across all vehicle crossings; Raised zebra crossings; Pedestrian refuge crossing; Swedish-style speed tables at the Carr Road / Frost Road roundabout; Realignment of the Carr Road / Frost Road roundabout approaches. Frost Road: Shared path; Speed table; Raised zebra crossings; Combined cyclist/pedestrian raised zebra crossing; Temporary planter boxes; Minor Kerb Realignment of roundabout approaches Delivery time Mt Roskill Safer Communities Carr Road and Frost Road completion is proposed for the end of the 2019/20 financial year.",Awarded,,0,20250410 Auckland Transport,21908040,Request for Tenders,Closed Competition,411-20-029-PW3 - Makarau Bridges Remediation Works,411-20-029-PW3,20191107,20191121,20200207,,Sole Agency,No,,"This project encompasses the repair of roadside batters located between RP 6900m and RP 11400m Takatu Road, Tawharanui. This will include regrading of existing slopes, placement of rock scour protection and hydroseeding. Additional works include vegetation/tree removal and reinstatement of affected fencelines.",Not Awarded,The tender was withdrawn and may be re-listed in early-mid 2020.,0,20250410 Auckland Transport,21915229,Request for Tenders,Closed Competition,411-20-033-PW3 - Bjorklund Bridge Replacement,411-20-033-PW3,20191108,20191121,20200128,,Sole Agency,No,,"This project includes the replacement of an existing single land bridge in Pakiri. The project involves the demolition of the existing failed two-span steel-beam and timber-deck bridge and the construction of a new a single span steel-beam bridge in the same location. Ancillary works include service locations, gravel road pavement construction and minor retaining wall construction.",Awarded,,228814,20250410 Auckland Transport,21955235,Request for Tenders,Closed Competition,487-20-035-PW1 - Mangere Bridge Safer Communities,487-20-035-PW1,20191118,20191218,20200203,,Sole Agency,No,,"The Mangere Bridge area was identified as requiring significant improvements, The perception of there being a road safety problem is in part a result of sto^et design that allows high vehicle speeds and does not adequately provide for all road users (e.g. facilitate pedestrian crossing movements), The quality of pedestrian network facilities has an impact on individual health and road^safety. Poor pedestrian and cycling facilities can create a perception that the area Is not walkable or safe. This can discourage the uptake of active transport modes and results in high vehicle use. the non-provlsion of good quality, well-placed crossing facilities can contribute to the crash record through pedestrians taking risky crossing movements. A high number of trips being made by car can also contribute to congestion of an area. The aim of the project is to improve safety Tor pedestrians and help ensure walking is a desirable option for people. 80% of all road deaths and serious injuries occur on 50km/h local uri?an roads. Nearly half of those deaths and injuries involve vulnerable road users - children, the elderly, people walking and people on bikes or motorcydes. AT is committed to making the roads safer for vulnerable users and these changes will help improve safety for the many pedestrians including school children walking these routes. ThisSafer Communities program is aligned with Auckland Transport's AMP 2018, the Road Safety PBC and the RLTP 2018-28 and contributes to the Transport Agenc/s Investment Assessment Framework, which is intended to give effect to the Government Policy Statement, and contributes to fiQ objectives of the Land Transport Management Act (LTMA) by addressing: Safety - a safe transport system free of death and serious injury: > Addresses a high predicted walking or cycling safety risk; and > Addresses a high perceived safety risk to use of the mode. Access to opportunities, enables transport choice and access, and is resilient - liveable cities; > Supports increasing the uptake of children using walking and cydlng especially to and from school.",Awarded,,0,20250410 Auckland Transport,21961778,Request for Tenders,Closed Competition,488-19-112-PW2 Braid Otara TC,488-19-112-PW2,20191119,20191211,20200120,,Sole Agency,No,,"Auckland Transport has identified a number of high-risk corridors within the Auckland region, and carried out a Crash Reduction Study (CRS) on Bairds Road between its intersection with Preston Road and Great South Road. AT will provide a report detailing the recommendations of some countermeasures to improve the overall safety along the route. Bairds Road is classified as an Arterial Road under the One Network Road Classification. Bairds Road has an average daily traffic volume of 21,061 vehicles per day. The average 85th percentile speed recorded on Bairds Road varies depending on the location of the survey. The survey results show the 85th percentile speed ranges between 42km/hr to 51km/hr. Bairds Road is located in Otara, south of Auckland City. The adjacent land use consists of mixed commercial/retail shops, takeaway shops, medical centre, public park and residential properties. There are a significant number of bus stops along Bairds Road. The lane configuration consists of a two-lane two-way road separated either by a flush median or a 100mm white centreline. There are a number of crossing facilities along Bairds Road. The crossing facilities include signalised intersections, pedestrian refuge islands and zebra crossings. The crash data obtained from the New Zealand Transport Agency (NZTA) Crash Analysis System (CAS) indicates that there were 44 reported injury crashes (one fatal, nine serious and 34 minor injury) Along Bairds Road. The project includes but is not limited to the following work processes: Sawcutting Excavation Subgrade, subbase and basecourse installation and/or preparation Asphalt surfacing installation Footpath construction RAB construction Kerb and channel construction Pram crossing construction Traffic island construction Drainage installation Grass berm and planting installation Concrete speed hump construction Traffic signs and roadmarking installation Reinstatement",Awarded,,806768,20250410 Auckland Transport,21970875,Request for Tenders,Closed Competition,488-20-042-PW3 - Speed Management Programme - Maraetai Coast Road Pedestrian crossing improvements project,488-20-042-PW3,20191121,20191206,20200203,,Sole Agency,No,,"Background: This section of the Maraetai Coast Road is classified as an Arterial Road and is situated between Maraetai Drive and North Road that comes under Franklin Local Board area. There is currently no pedestrian crossing in the immediate vicinity of the parking area and beach on the northern side of Maraetai Coast Road and the toilet block and parking area on the southern side. Project: This project aims to reduce the vehicle speeds and improve pedestrian safety and connectivity in Maraetai and the area near Umpuia Beach by installing a raised table pedestrian crossing, footpaths, surfacing and road markings on Maraetai Coast Road and surfacing and road markings on North Road",Awarded,,0,20250410 Auckland Transport,22005308,Request for Tenders,Closed Competition,487-20-041-PW2 - Mairangi Bay speed calming,487-20-041-PW2,20191128,20191218,20200203,,Sole Agency,No,,"Auckland Transport is committed to reducing the number of deaths and serious injuries in Auckland by 60% over the next 10 years. 80% of all road deaths and serious injuries occur on 50km/h local urban roads. Nearly half of those deaths and injuries involve vulnerable road users children, the elderly, people walking and people on bikes or motorcycles. AT is committed to making the roads safer for all road users and these changes will help improve safety for people walking and cycling including school children. In general, town centres / village centres carry high volumes of traffic and vulnerable road users. It is therefore necessary to recognise that these two road users share the same space and therefore, reducing the speed limits to survivable levels will promote the peoples health, happiness and wellbeing. Auckland Transport (AT) is working alongside the Hibiscus and Bays Local Board to make changes to roads in Mairangi Bay town centre in order to improve safety and accessibility for all road users. The improvements include: Three new raised zebra pedestrian crossings within Mairangi Bay town centre two on Beach Road and one on Hastings Road. Threshold treatments at four locations to help encourage slower vehicle speeds entering the village centre. The locations are two on Beach Road, one on Ramsgate Road and one on Hastings Road. Relocation of bus stop on Ramsgate Terrace. The aim of the project is to improve safety for all road users. Hibiscus and Bays Local Board see these changes as important and are funding the proposed improvements.",Awarded,,0,20250410 Auckland Transport,22031950,Request for Tenders,Closed Competition,486-20-032-PW2 - Ngarewa Road Seal Extension,486-20-032-PW2,20191203,20200120,20221220,,Sole Agency,No,,"Ngarewa Drive has been identified on the Auckland Transport Seal Extension Prioritisation list as the 2nd highest priority project. It is proposed to seal the unsealed section between approx. RP105m and RP605m in the 2019/20 financial year. The project works will comprise around 500m of seal extension, starting from the Mahurangi West Road end through to the existing sealed section towards Sullivans Bay Campgrounds. The works will typically include, pavement construction, associated stormwater works, signage, and installation of traffic control and safety devices.",Not Awarded,Doubled RFX - please see GETS RFx ID 22190735,0,20250410 Auckland Transport,22065446,Request for Tenders,Closed Competition,411-20-048-PW3 - Maritime Tce Retaining Wall Construction,411-20-048-PW3,20191209,20200120,20200228,,Sole Agency,No,,"A slip has occurred in the berm adjacent to Maritime Terrace opposite house #67. This contract will be to construct a timber cantilever retaining wall with a safety fence and footpath reinstatement.",Awarded,,159770,20250410 Auckland Transport,22095315,Request for Quotations,Open Competition,153-20-413-PS Probity Audit & Investigation Services RFQ,153-20-413-PS,20191216,20200121,20200310,,Sole Agency,No,,"This RFQ is issued by Auckland Transport (AT), and seeks the services of a: Probity Auditor to provide independent and objective probity audit services, on an as needed basis, across ATs procurement activities and report the outcomes to the Executive General Manager (EGM) Risk and Assurance. Probity Investigator to provide independent investigation services, on an as needed basis, across ATs procurement activities and report the outcomes to the Executive General Manager (EGM) Risk and Assurance.",Awarded,,0,20250410 Auckland Transport,22103484,Request for Proposals,Closed Competition,102-20-289-BT Enterprise Asset Management _ EAM Integration Partner,102-20-289-BT,20191217,20200128,20210503,,Sole Agency,No,,"Auckland Transport (AT) will invest up to $25 million over the next 5 years to implement the Enterprise Asset Management (EAM) toolset supplied by Infor. The EAM Project has been devised to provide a single information environment within AT for the integrated management of Asset Management plans, strategies, data, processes, analytics, planning, delivery contracts and reporting, excluding the initial design and build. The integrated information environment is designed to support more effective collaboration and consistent decision-making at all levels of the organisation. To implement this toolset, the Infor software needs to be integrated with a number of existing AT systems. The high-level requirements for this work are specified in the attached document EAM Integration Integration Patterns per Interface dated October 2019. The purpose of this procurement is to engage a suitable technology partner who will build the other side of the required interfaces that will enable data to be presented by or received into ATs other systems that exchange data with the EAM solution.",Not Awarded,,0,20250410 Auckland Transport,22107028,Request for Tenders,Closed Competition,486-20-049-PW2 - Ahuroa Road Seal Extension,486-20-049-PW2,20191218,20200131,20200521,,Sole Agency,No,,"Ahuroa Road in the Rodney region has been identified on the Auckland Transport Seal Extension Prioritisation list as the highest ranked project. The total length of the unsealed section of Ahuroa Road spans approximately 9km. Itjs proposed to seal the unsealed section between approxRP5900m and RP7175m (Stage One) in the 2019/20 financial year. The remaining two sections (Stage Two & Stage Three) will be seated in financial years 2020/21 & 2021/22 respectively. This procurement request is for Stage One only. The project works will comprise of around 1275m of seal extension, starting from outside 909 Ahuroa Road through to just past the J Tolhopf Road intersection. The works will typically include, pavement construction, associated Stormwater works, retaining structures, signage, and installation of traffic control and safety devices.",Awarded,,1986827,20250410 Auckland Transport,22124865,Request for Tenders,Closed Competition,487-20-044-PW3 - WaterView Tie In Footpath Remedial,487-20-044-PW3,20191220,20200129,20200224,,Sole Agency,No,,"Great North Footpath upgrade at Waterview Oakley Creek Shared path connection (opposite Alford Street) is a Local Board initiated project. The project is to enhance the restricted footpaths along Great North Road, at its connection with Oakley Creek shared path project and Great North Road signalised crossing.The project contains approx. 100m long footpath remedial works (widening & refurbishments) including adding a stepped access near the pram crossing point, opposite Alford Street; The original Scheme Design (contained refurbishment of Waterview Shared path & Oakley Creek Shared path tie In and provided by AT Walking & Cycling team had been de-scoped. The scope of the re-design in this procurement, is limited to the adjacent Great North Road footpath associated with the bus stop-bay, pram crossing and its connection with GNR Shared path opposite Alford Street. This revision has mitigated most of the risks associated with the adjacent Waterview Glade.",Awarded,"CSL Infrastructure are the winner of this tender (20/02/2020). 4 submissions were received.",215529,20250410 Auckland Transport,22177107,Request for Proposals,Open Competition,112-20-450-PS FUTURE FERRY PROGRAMME BUSINESS CASE,112-20-450-PS,20200115,20200207,20210325,,Sole Agency,No,,"Auckland Transport wishes to procure professional services that relates to the delivery of a Programme Business Case (PBC) for its Future Ferry Development programme. The main outcome sougt is the delivery of a PBC that identifies a preferred programme of activities which responds to the problems identified in the Strategic Case. The preferred programme will be prioritised to identify the most urgent activities. This study will assess and reconfirm the findings of previous work and undertake a gap analysis before commencing work on the PBC. This work will develop a long list of possible options to deliver against the project objectives and that meet the project success factors that will be evaluated against agreed criteria to reach a shortlist of potential options. Integration with the rest of the public transport network and how the project could support the activities of the surrounding areas will also be considered as a standard part of the assessment. Futher detail of the programme scope of services is outlined in appendix A included in the RFP document suite.",Awarded,,354771,20250410 Auckland Transport,22190735,Request for Tenders,Closed Competition,486-20-032-PW2 - Ngarewa Road Seal Extension,486-20-032-PW2,20200120,20200127,20200228,,Sole Agency,No,,"Ngarewa Drive has been identified on the Auckland Transport Seal Extension Prioritisation list as the 2nd highest priority project. It is proposed to seal the unsealed section between approx. RP105m and RP605m in the 2019/20 financial year. The project works will comprise around 500m of seal extension, starting from the Mahurangi West Road end through to the existing sealed section towards Sullivans Bay Campgrounds. The works will typically include, pavement construction, associated stormwater works, signage, and installation of traffic control and safety devices.",Awarded,,681140,20250410 Auckland Transport,22194798,Request for Tenders,Closed Competition,411-20-039-PW2 - Sandspit Road Subsidence Repair,411-20-039-PW2,20200121,20200214,20200312,,Sole Agency,No,,"An existing 30m long timber pole retaining wall supporting the camagevwiy between approx. RP 6627m and RP 6657m is showing significant signs of failure. The timber pole concrete encasements have been exposed causing the wall to rotate outwards. An isolated underslip has also occurred directly adjacent to the south western end of the timber pole wall. The remediatfon works will comprise the construction of an in-ground palisade wall behind the existing timber pole wall. Damaged foo4}ath and kerb and channel will be replaced as part of the remedial works and the affected carriageway pavement wll be reinstated.",Awarded,,398654,20250410 Auckland Transport,22219240,Request for Tenders,Closed Competition,488-20-046-PW2 - Princess Street Helvetia Road Roundabout,488-20-046-PW2,20200128,20200213,20200521,,Sole Agency,No,,"This procurement plan is for the delivery of the physical works for the following project involving safety improvements: Princess Street / Helvetia Road Roundabout This project was previously part of another tender, namely 488-20-031-PW2 Minor Improvements Delivery Package 2. Following the close of the mentioned tender, the project was omitted from the tender due to there being shortcomings in the tender documentation. As part of this omission, all tenderers which presented a submission were informed that another opportunity would be provided to submit a tender for this project, solely to the tenderers which presented a submission. This procurement plan is for a closed tender to the tenderers which presented a submission for 488-20-031-PW2 Minor Improvements Delivery Package 2 to submit a tender for the Princess Street / Helvetia Road Roundabout project. The tenderers include the following five Panel 2 suppliers: Higgins Contractors Ltd Fulton Hogan Ltd Downer NZ Ltd Traffic Systems Ltd Broadspectrum Ltd The above-mentioned project includes but is not limited to the following work processes: Traffic Management Saw cutting Excavation of berm and carriageway Subgrade, subbase and basecourse construction Asphalt surfacing construction: 40mm AC14 surfacing layer Structural asphalt construction: 140mm AC20 intermediate layer and 50mm AC14 high fatigue layer Basecourse and sub-base installation Services relocation works; Chorus, Watercare and Counties Power Footpath construction Kerb and channel construction Pram crossing construction Traffic island construction Grass berm installation Street lighting works Traffic signs and roadmaking installation Reinstatement",Awarded,,1014359,20250410 Auckland Transport,22219746,Request for Proposals,Open Competition,102-20-348-BT RFP Wayfinding,102-20-348-BT,20200129,20200227,20210503,,Sole Agency,No,,"The current Smart Parking way finding solution Is at end-of-life and experiencing Increasing technical problems e.g. red and green lights not working correctly. The current solution also does mt have an adequate support and maintenance regime. Therefore, the business requires a new Wayfinding solution for Gasometer, and other AT carparks that integrates easily with current modem technologies in place such as license plate recognition. This new solution needs to be able to: . Track a vehicle to an Individual space . Guide vehicles to empty spaces . Enable data collection to facilitate dynamic car park management and enhance reporting via the current parking management system. We require a contractor and solution that can: . Provide hardware . Install and configure this hardware . Provide maintenance and support of hardware . System software . Solution Architecture . Configure software . Provide software support and maintenance Add Business Benefits: . Enhance customer experience e.g. guiding vehicles to available parks of the type they want . Enhance the parking technology capacity to provide a greater range of off-street parking products such as carpark booking, charging for special use e.g. electric vehicle charging . Help maximise Off-street parking revenue . Richer data for use in management reporting including with AT internal reporting tools",Not Awarded,,0,20250410 Auckland Transport,22340841,Request for Tenders,Closed Competition,431-20-030-PW2 - Ramarama School Signalised Crossing and Footpath on Ararimu Road,431-20-030-PW2,20200221,20200317,20200521,,Sole Agency,No,,"This project includes the construction of: A new signalised pedestrian crossing in Ararimu Road outside the Ramarama School Modifications to the carpark outside the school Provision of a new parking area opposite the school Road pavement improvements and high friction surfacing New kerb and channel New footpaths Streetlight improvements Two raised tables at the intersection of Ararimu Rd and McEldownie Rd/Hillview Rd Associated stormwater improvements A new footpath on the south side of Ararimu Rd from the school to the motorway over-bridge A new raised table on the OD/OW entrance to the south-bound motorway on-ramp Planting on berm areas. Associated signs and markings including coloured surfacing treatment Construction Drawings The Traffic Engineering Solutions (TES) drawings for the project are in two sets as it was originally intended to carry out the work in two stages. The project is now being carried out as a single contract. Particular note should be made of the section of Ararimu Road immediately west of the Hillview Road intersection where there are references to temporary works. These temporary references no longer apply. In addition, the works being carried out on the ODOW southbound motorway on-ramp have been designed by Land and Civil Engineering (LCE). Their construction drawing is provided separately. Where there are differences between the LCE drawing and the TES drawings at this location, then the LCE drawing details take precedence. One such difference is the treatment of the pram crossings.",Awarded,,1136727,20250410 Auckland Transport,22353313,Request for Tenders,Closed Competition,367-19-122-PW2 - FN32 Church Street and Meadow Street Improvements,367-19-122-PW2,20200224,20200320,20200925,,Sole Agency,No,,"This project is to provide a safe and attractive cycling route along Church Street and Meadow Street by implement a combination of safety improvements, traffic calming, and a new shared walking and cycling path: Installation of speed bumps on Meadow Street and Church Street (to Church Street/Princes Street intersection), to slow cars down and make it safer for people to walk and cycle. Traffic-calming speed tables installed on side road intersections along Meadow Street. A new shared walking and cycling path on the eastern side of Church Street, between Princes Street and Avenue Road. Improved street lighting on Church Street and Meadow Street A raised speed table on the Church Street/Luke Street intersection to slow traffic and improve safety. Priority at this intersection is to be given to vehicles (including bikes) travelling along Church Street. Avenue Road/Church Street roundabout to be rebuilt with speed tables and pedestrian crossings to reduce the risk of crashes and allow pedestrians and cyclists to cross safely.",Not Awarded,The tender was cancelled due to budget constraints and may be re-tendered in GETS next financial year.,0,20250410 Auckland Transport,22374219,Request for Tenders,Closed Competition,488-20-052-PW3 High Risk Urban Great South RoadAlfriston Road Pedestrian Crossing Improvements Project,488-20-052-PW3,20200227,20200312,20200401,,Sole Agency,No,,"Following a safety review of intersections in Auckland, the Great South Road, Alfriston Road and Weymouth Road intersection was identified as a priority intersection for pedestrian safety improvements, particularly within/near the intersection slip lanes. This section of Great South Road is classified as an Arterial Road and is situated between Halver Road and Woodside Road, at the intersection of Weymouth Road and Alfriston Road, in the Manurewa Local Board area. Project: This intersection was identified on an AT shortlist as a priority for improving pedestrian safety, particularly near / within the intersection slip lanes. The following improvements are proposed: Installation of a raised zebra crossing (on a Swedish-style speed table) at the northern and southern slip lanes Installation of high friction surfacing along the northern and southern slip lanes Installation of new traffic islands at the northern slip lane The proposed improvements support the Safe System Approach, by actively reducing vehicle speeds at potential conflict points with vulnerable road users. AT is using the Safe System approach to achieve their Vision Zero goal, where crashes would no longer result in death or serious injury.",Awarded,,155500,20250410 Auckland Transport,22401277,Request for Tenders,Open Competition,343-20-560-AC Pedestrian Gating Project Phase 3,343-20-560-AC,20200304,20200402,20200706,,Sole Agency,No,,"Auckland Transport, in partnership with NZTA and KiwiRail, is committed to improve the overall safety of pedestrian rail crossings across the Auckland Network. Recent incidents on the network have highlighted the need to install physical barriers at pedestrian crossings as recommended by the Rail Accident Investigation Commission. Following an ALCAM Study and LCSIA, Auckland Transport has identified a further 4 sites along the Auckland Metro, which has a high pedestrian risk, namely: Mt Lebanon Lane Bruce McLaren George Street Captain Springs Auckland Transport is aiming to complete the works, to improve the safety of these pedestrian crossings, before the end of the current financial year (30 June 2020). In order to progress these works, Auckland Transport is seeking a rail prequalified civil contractor to undertake the construction works.The works have been spilt into 2 packages. AT reserves the right to award one or both contracts to one or more suppliers.Suppliers are expected to price for both packages and identify any potential savings if both packages were to be awared to them. This Request for Tender (RFT) is for the alterations to existing Pedestrian Rail Crossings to incorporate Automated Gates and Emergency Gate configurations, at 4No rail crossings along the Auckland Metero. Works will include minor civil works i.e. ducting, concrete bases for new gates, excavation for Signal Bases, fencing alterations as well as some minor lighting works. AT is seeking a competent rail infrastructure contractor that can deliver these crossings quickly working with KiwiRails nominated contractor Siemens to deliver a successful outcome by end of FY20",Awarded,,635851,20250410 Auckland Transport,22405169,Request for Tenders,Open Competition,336-20-578-AC EMU Depot- Wash Bay & Post Incidental Pit Building Construction,336-20578-AC,20200305,20200424,20200616,,Sole Agency,No,,"In October 2019 AT commenced a procurement process to source a lead design consultant to provide a re-design that would allow improvements to be made to the existing EMU graffiti wash facility at the Win EMU Depot. These improvements are essential for maintenance of EMU rolling stock and the health and safety of staff who clean and maintain the EMU trainsets. The project mandate specified the following three improvements: 1.Improvements to body repair and cleaning (including EMU roofs) facilities. Appropriate servicesupplies (e.g. water and compressed air) are currently lacking and there is no safe provision to allowfor cleaning at height. 2.Construction of a post incident cleaning pit. No facility currently exists. 3.Facilities to enable EMU paint spraying Items 1 and 2 are considered most critical and achievable to construct with detailed design well progressed and relevant Building Consents applied for. Wash Bay Extension: The proposed cleaning solution requires a single building capable of fully enclosing one carriage, by providing an extension to the existing structure. The scope of this work includes: Erection of a new 5m long steel portal frame to extend the current building High level platforms on either side of the existing building and extension to allow roof cleaning ofcopper oxide and carbon, with access stairs, safety rails and harness attachment points to facilitateroof cleaning. Hose outlets and compressed air outlets A self-draining floor with a soil separation sump leading to a trade wastewater system. Upgraded electrical systems in the current building Upgraded sprinkler systems in existing building along with installation in the extension. Post Incident Pit: This will be provided in a standalone area alongside the existing building. The scope of work includes: - A bio-cleaning pit approximately 30m long for cleaning the undercarriage and bogey of the trains. Steel roof and walls to enclose the pit A self-draining floor with a soil separation sump leading to a trade wastewater system. The sump canbe isolated for forensic inspection, prior to discharge to trade wastewater system and the drainagesystem includes a vertical pump to take account level differences. Low-pressure water hose tap points. Compressed air points.",Awarded,PQM,2388421,20250410 Auckland Transport,22420967,Request for Tenders,Closed Competition,336-20-055-PW3 Glen Innes Bus Layover Construction,336-20-055-PW3,20200310,20200324,20200515,,Sole Agency,No,,"As part of the Central New Network rollout and Glen Innes being one of the important interchanges serving 12 routes to Central and Eastern suburbs, AT has identified a need for additional bus layovers in the area. Requirement This procurement plan is to seek approval to begin a request for tender process to procure a physical works contractor using ATs physical works supplier panel 3. Scope of work includes the construction of new on-road bus layovers, upgrading the existing pedestrian refuge island to a raised pedestrian crossing and associated streetlighting at Apirana Avenue in Glen Innes, and minor linemarking changes for the Bus Lane Improvement programme at two other locations across Auckland.",Awarded,,168526,20250410 Auckland Transport,22431970,Request for Tenders,Closed Competition,487-20-053-PW2 Bechlands Kerb and Chanel,487-20-053-PW2,20200311,20200501,20210125,,Sole Agency,No,,"This tender is to construct new kerb and channel for 4 sites in the Beachlands area (each site is within 1km of each other). The 4 sites have been prioritised into two separable portions. - Separable Portion 1 Shelly Bay Rd, Karaka Rd and First View Ave. (Order of construction) - Separable Portion 2 Second View Ave (Provisional Item) The existing roads are sealed and has open water tables on one side or both sides of the road. Stormwater overflow from residential water tanks are discharged into this water table.It is proposed that new kerb and channel is installed and that the stormwater will be collected and discharged into the existing stormwater infrastructure.",Awarded,LPC,179872,20250410 Auckland Transport,22447600,Request for Tenders,Closed Competition,336-20-062-PW2 - Smales Farm Bus Station Platform Improvements,336-20-062-PW2,20200316,20200429,20200925,,Sole Agency,No,,"This project at Smales Farm Bus Station is to extend platform B in order provide additional waiting space, circulating passenger capacity and cater for an additional bus layover area for extra buses. This will make better use of the existing platform especially for vulnerable users",Not Awarded,The tender was cancelled and will be re-tendered with a different scope in GETS.,0,20250410 Auckland Transport,22461927,Request for Tenders,Closed Competition,"487-20-060-PW2 Minor Improvements Delivery Package 3 - Alford St, Rosebank Rd and Vanguard Rd",487-20-060-PW2,20200318,20200422,20210412,,Sole Agency,No,,"This tendering is for the delivery of physical works for the upgrade of existing pedestrian crossings and minor improvements in: ? Alford St ? Rosebank Rd ? Vanguard Rd The proposed improvement work includes the construction of raised speed tables, central islands, build-outs side islands, stormwater drainage upgrades, concrete footpath, tree works, signage and road markings.Supplementary street light related upgrades will be carried out by a separate AT approved contractor. Therefore, these works are outside of the scope of this tender. However, the contractor undertaking the civil works is expected to co-ordinate and work closely with the AT nominated street light contractor to ensure timely delivery of the overall project.",Awarded,Due to Covid prologued tender evaluation period. Contract awarded after repricing.,402811,20250410 Auckland Transport,22465205,Request for Tenders,Closed Competition,411-20-010-PW3 - Brookdale Rd Subsidence Remediation,411-20-010-PW3,20200417,20200515,20200702,,Sole Agency,No,,"This project includes the construction of a 28m long timber pole retaining wall to support the carriageway at approximate RP 900 Brookdale Road, Paremoremo. A complying roadside safety barrier system will be constructed as part of the works to provide additional safety within this section of Brookdale Road.",Awarded,,136476,20250410 Auckland Transport,22470793,Request for Proposals,Open Competition,102-20-092-BT Traffic Signal Maintenance and Upgrades,102-20-092-BT,20200320,20200515,20210305,,Sole Agency,No,,"Auckland Transport (AT) invites experienced traffic signal maintenance contractors to respond to this RFT. AT intends to award 3 regional measure and value contracts that cover: 1. North and West 2. Central 3. South The contracts are for the supply of traffic signal maintenance, renewal and capital works services. The contracts have an initial term of three years with one right of renewal of two years. The contracts encompass AT, New Zealand Transport Agency (NZTA) and Auckland International Airport Limited (AIAL) (South contract only) signals.",Awarded,Three Awards issued respectively for each area.,15000000,20250410 Auckland Transport,22554310,Request for Tenders,Closed Competition,411-20-065-PW3 - Lonely Track Road Retaining Wall,411-20-065-PW3,20200417,20200513,20200702,,Sole Agency,No,,"This project encompasses construction of a concrete encased steel I-beam cantilever retaining wall and the installation of a guard rail, along with the reinstatement of the road surface.",Awarded,,223658,20250410 Auckland Transport,22570707,Request for Tenders,Closed Competition,336-20-066-PW2 - Public Transport Additional Cycling Facilities,336-20-066-PW2,20200424,20200522,20200925,,Sole Agency,No,,"This project includes the enhancement of existing cycle facilities 5 of Auckland Transports bus stations (4 no. along the Northern Expressway (Akoranga, Smales Farm, Constellation and Albany) and Panmure). This includes installation of cycle stands, shelters, lighting, footpath alterations and minor car park adjustments.",Awarded,,339993,20250410 Auckland Transport,22573689,Request for Tenders,Closed Competition,487-20-056-PW2 - Hudson Road Footpath Extension,487-20-056-PW2,20200424,20200518,20210120,,Sole Agency,No,,"This project is for the construction of a new 1.8m wide footpath extension, approximately 360m long, that connects the corner of State Highway 1 at Hudson Road to a recently completed footpath at the corner of Hudson Road and Albert Road. The footpath extension works also include an extension to existing piped stormwater network, the construction of required retaining walls, vehicle crossings and a street lighting upgrade. A small area of land acquisition is required, and has been arranged, in order to accommodate the footpath alignment near No. 27 Hudson Road. The works are considered important to improve safety for pedestrians seeking access between the residential areas east of Hudson Road and recent and upcoming commercial developments near State Highway 1.",Awarded,,522143,20250410 Auckland Transport,22575456,Request for Tenders,Open Competition,336-20-648-AC - Matiatia Wharf Terminal Facility Extension,336-20-648-AC,20200428,20200519,20200925,,Sole Agency,No,,"Waiheke is the second largest and most populated Island in Aucklands Hauraki Gulf with an estimated population of 9250 (Waiheke Local Board Annual Report 2017/2018). In recent years Waiheke has become popular with tourists as an island escape due to its location 40 minutes via ferry from Downtown Auckland. The Matiatia Ferry terminal is located on the western side of Waiheke Island and is the gateway for residents and visitors arriving and departing Waiheke. The existing Matiatia ferry terminal was last upgraded in 2004. The $3 million upgrade improved shelter facilities and comfort for passengers arriving and departing the island introducing large covered waiting areas, upgraded ticket office, public toilets, coastguard room, first aid room and freight handling facilities (Scoop Regional Magazine article 23 March 2004). Annual passenger numbers to/from Waiheke when the ferry terminal was upgraded in 2004 are unknown. Passenger numbers to/from Waiheke in FY 2018/2019 were 2.35 million (Fullers Fact Sheet June 2019). With this throughput, in particular during the summer months when peak usage occurs, the existing toilet facilities cannot provide an acceptable level of service. Passengers arriving and departing the terminal are having to endure significant wait times to use the toilets. Auckland Council research unit forecasted that Waiheke Island would experience a 35% increase in visitors between 2017 and 2022 (Auckland Transport New Network for Waiheke article). This increase is expected to further increase demand and reduce the level of service of the existing Matiatia Ferry Terminal toilet facilities. The Matiatia Wharf Toilet Extention is to provide toilet facilities that satisfy the public needs for all ferry users to and from the island.",Awarded,,590305,20250410 Auckland Transport,22602221,Request for Quotations,Closed Competition,129-20-667-TTG Auckland Transport Walking Programme Business Case,129-20-667-TTG,20200501,20200522,20200608,,Sole Agency,No,,"This RFQ is an invitation for TTEPS panel members to submit a quotation for design and delivery of the Auckland Transport Walking Programme Business Case (programme). The RFQ is a single-stage procurement process and will be evaluated using the lowest price conforming (LPC) method. The conforming requirements are identified in section 5 below, and will be assessed on a pass and fail basis. We are seeking professional services for the development of the Auckland Walking Programme Business Case. The development of the Walking Programme Business Case will elevate walking in transport planning, investment and decision-making, enabling more people to walk more often. This work will identify the problems and recommend a programme of planning and investment that effectively addresses those problems and increases amount of walking, which can lead to many direct and indirect benefits for individuals and society, such as increased physical activity, improved health and wellbeing, reduced air pollution and greenhouse gas emissions, increased safety, etc. The development of the Auckland Walking Programme Business Case must be in accordance with NZ Transport Agency Business Case Approach.",Awarded,,172880,20250410 Auckland Transport,22617231,Request for Tenders,Closed Competition,488-20-067-PW2 - Minor Improvements Delivery Package 4,488-20-067-PW2,20200505,20200527,20200925,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Minor Improvements Delivery Package 4 project. The package comprises of three Separable Portions: Separable Package 1 (SP1) Methuen / Bollard construction of a roundabout at the existing Stop controlled intersection in New Windsor. Separable Package 2 (SP2) Addison Development installation of No-Stopping At All Times (NSAAT) pavement markings throughout the Addison residential development in Takanini. Separable Package 3 (SP3) Archers / Coronation construction of a roundabout at the existing Stop controlled intersection in Hillcrest. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the safety improvement works for the sites mentioned above. The work activities include but are not limited to the following items: Contract management, including the management of traffic, health and safety, environment and quality Stakeholder liaison Liaison with the Contractor for street lighting works (SP1 only) Utility services liaison Survey and set-out works Site clearance, earthworks and site preparation Sawcutting Excavation Tree and vegetation pruning Kerb cut-backs Asphalt surfacing construction Deep lift asphalt (SAC) pavement construction Lean mix concrete subbase pavement construction Roundabout construction Footpath construction Kerb and channel construction Pram crossing construction Traffic island construction Speed table construction Vehicle crossing reconstruction Street drainage facility construction Grass berm installation Pavement marking and signage installation / removal Footpath retaining wall (<1.0 m high) construction Pedestrian fence installation Reinstatement Submission of RAMM data and As-Built drawings The scope of work for the SP2 Addison Development site in Takanini is limited to pavement marking installation (including associated preliminary and general and traffic management items etc.). Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,925075,20250410 Auckland Transport,22661153,Request for Proposals,Closed Competition,344-20-493-AC Eastern Busyway Alliance (2/3/4) RFP,344-20-493-AC,20200518,20200610,20201009,,Sole Agency,No,,"This Request for Proposal (RFP) is the second step of the procurement process for the Eastern Busway (2/3/4) Alliance (the Alliance). Auckland Transport (AT) intends to enter into an Alliance with a consortium of designers and constructors, who have the necessary vision, experience, capacity, understanding and commitment to deliver outstanding outcomes on stages 2-4 of the Eastern Busway project, a dedicated, congestion-free busway between Panmure, Pakuranga and Botany Town Centres EB2, EB3 and EB4. The RFP is closed to selected Respondents from an evaluated Registration of Interest (ROI) process. The RFP process will be interactive, with the procurement process to include Interactive meeting(s) held between each Proponent and AT.",Awarded,,0,20250410 Auckland Transport,22723344,Request for Tenders,Closed Competition,488-20-068-PW2 - Wellesley Street West and Sale Street Traffic Signalisation Project,488-20-068-PW2,20200525,20200622,20200925,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Sale Street & Wellesley Street intersection improvements project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the safety improvement works for the site mentioned above. The work activities include but are not limited to the following items: Contract management, including the management of traffic, health and safety, environment and quality Utility services liaison Survey and set-out works Site clearance, earthworks and site preparation Sawcutting Excavation Tree and vegetation pruning Kerb build out Asphalt surfacing construction Road marking and symbols Footpath construction Kerb and channel construction Pram crossing construction Traffic signal construction Street drainage facility construction Pavement marking and signage installation / removal Submission of RAMM data and As-Built drawings Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,513570,20250410 Auckland Transport,22726073,Request for Proposals,Open Competition,336-20-747-PS High Street Retail Redevelopment Project,336-20-747-PS,20200525,20200622,20210319,,Sole Agency,No,,"This RFP relates to the procurement of High Street Retail Development Design works along with MSQA throughout construction. The key outcomes will be to produce options through a pre-liminary design process incorporating ATs stakeholder requirements into the already completed high level concept design. Tenants are being sourced concurrently with the aim to have them provide input during the detailed design phase to reach agreement of the best output for all and a final layout. A schedule of quantities will be required with updated cost estimates for ATs approval process to proceed to tender for construction. This will likely feature removal of the public toilets, potential parking staff facility refurbishment and for the general layout and retail space shell only. Detailed design of the interior features will not be required as this will enable the tenants to complete their own internal refurbishment suitable to their business needs. AT is seeking a capable design team to produce a detailed design for tender to enable reconfiguration of the retail tenancies. This will increase lettable floor area (shown in red on the concept plan below) and create retail spaces which will enable a high-quality tenancy mix.",Awarded,,177620,20250410 Auckland Transport,22807212,Request for Proposals,Closed Competition,External Alliance Auditor-Eastern Busway Alliance,344-20-634-PS,20200611,20200701,20210319,,Sole Agency,No,,"This is a closed procurement process to appoint an External Alliance Auditor (EAA) to support the Auckland Transport (AT) Project Team progressing the Eastern Busway Construction Alliance EB2, EB3 and EB4 (EBA). A suitably qualified External Alliance Auditor with experience in undertaking independent audits of the claims of an Alliance IPAA and PAA stages for large scale transport infrastructure projects. The core scope of the External Alliance Auditor role is to: - Conduct establishment audits on the preferred alliance Proponents before entering into the Interim Project Alliance Agreement (IPAA) - Prepare an audit plan and carry out on-going due diligence audits of financial transactions throughout the course of the project through to final completion - Provide advice on to the Owners on the range of margins for corporate overheads and profit within the industry. - Provide advice to the Owners on the terms of compensation frameworks and ensure all parties understand and have clear guidelines for claiming costs -Work as part of the Project Team.",Awarded,"Additional $80,000.00 client held contingency to be approved.",320000,20250410 Auckland Transport,22838865,Request for Tenders,Closed Competition,102-20-186-BT - On-Bus Connectivity Solution,102-20-186-BT,20200617,20200728,20210816,,Sole Agency,No,,"This Request for Tender (RFT) is the second stage of a two-stage procurement process. This RFT seeks to appoint a supplier for an On-Bus Connectivity solution in support of ATs current and future needs for its operator bus fleet (approximately 1400 buses). Buses are the most used form of public transport, with 71.8 million bus boardings taking place last year. Customer feedback has identified that there is a lack of On-Bus journey information for passengers (the problem). As a result, AT completed a trial (proof of concept) which provided audio and visual next stop, transfer and disruption information to bus customers. The trial was successful with positive customer feedback. As a result of the trial, AT now wishes to identify a single supplier (or multiple suppliers in partnership) to supply an On-Bus Connectivity solution which can provide journey information to customers. AT also requires a system that enables multiple channels of communication to and from the bus, i.e. ability to take data from the Driver Bus Driver Console (BDC) to a back end solution, ability for AT to send messages and alerts to a bus driver console, ability to provide customer feedback from on board devices to AT. This deployment will deliver the following benefits to ATs customers: Enhance the customers daily journey by making it easier for customers to use buses when taking unfamiliar routes by displaying and notifying them of the location of the bus and next stops. Improve customer experience during a disruption by providing real time on bus updates. Improve customer safety by delivering On-Bus safety messages. Assist customers to make connected journeys by providing On-Bus transfer information at the relevant stops. Utilise real time bus connectivity to provide customers with more frequent HOP balance updates. Utilise real-time bus connectivity to potentially provide On-Bus communications to bus drivers such as: notification there is a disabled person at next stop, notification of detour routes. Improve the customer accessibility experience. AT is looking for a supplier with a New Zealand support presence that can assist ATs Field Device Maintenance contractor(s) to deploy the solution across ATs operator bus fleet. The supplier must be able to provide in-country support for the lifetime of the solution and is willing and able to work closely with nominated third parties for the set up and management of the solution.",Awarded,,0,20250410 Auckland Transport,22853038,Request for Tenders,Closed Competition,336-20-767-AC CRL -Bus Infrastructure Mt Eden and Others,336-20-767-AC,20200619,20200710,20200806,,Sole Agency,No,,"CRL - Bus Infrastructure Mt Eden and Others Projects This Request for Tender (RFT) is an invitation to shortlisted three Panel Two members of the Physical Works Panels, to submit a tender for the CRL -Bus Infrastructure Mt Eden and Others Project. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method regarding to the folowing 4 separable portions: Separable Portion 1 (SP1) Mt Eden Road Separable Portion 2 (SP2) New North Road Separable Portion 3 (SP3) East Street Cycleway and Symonds Street / Newton Road Separable Portion 4 (SP4) Victoria Street Closure",Awarded,,1915785,20250410 Auckland Transport,22874164,Request for Tenders,Closed Competition,411-20-064-PW2 - Sunset Road Retaining Wall,411-20-064-PW2,20200624,20200716,20200925,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Sunset Road Retaining Wall. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). We required the construction of a new-115m long concrete retaining wall along an access road adjacent to 12-24 Sunset Road. Additional works include a road safety barrier, minor work to the stormwater drainage and reinstating the carriage way, footpath and access road. Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,456791,20250410 Auckland Transport,22897666,Request for Tenders,Closed Competition,368-20-040-PW3 - Carlton Crescent Kerb and Channel,368-20-040-PW3,20200630,20200713,20200925,,Sole Agency,No,,"Background Carlton Crescent is located in the beachside settlement of Maraetai in the Franklin Ward. The residential subdivisions were done many years ago with limited stormwater infrastructure being constructed. Stormwater runoff from the properties discharges onto the ground and flows along natural contours of the land. The roads servicing the residential properties were originally constructed with open surface water drains on either side of the road to collect the surface water from the road and the adjacent properties. These drains in turn discharged into natural overland flowpaths following the natural contour of the land. Over time these open drains have been removed and kerb and channel and limited stormwater infrastructure was progressively installed by the legacy Manukau City Council. Current Issue To Be Addresed A development recently approved by the Auckland Council at No 60 Carlton Crescent has resulted in 10 new residential lots being created on the land parcel, within an overland flow path. As a result, some of the new houses constructed on the subdivision are being subjected to surface water flooding. Description of Works To alleviate the problem, it is proposed to new construct kerb and channel along the east side of the Carlton Crescent to direct surface water away from these properties. Other associated works include stormwater manholes, stormwater pipes, catchpits and catchpit leads, plus a small amount of road widening that requires a granular pavement and surfacing, and associated signs and roadmarking. The berm behind the new kerb and channel will also be shaped with a mound immediately behind the kerbline to prevent water flowing on the the adjacent properties, should the road water flow over the top of the kerbline. The berm will also be topsoiled and grassed. Interim Works An earth mound was installed prior to this contract being developed as a temporary measure to prevent flooding of the adjacent properties in the short term. This mound is not to be removed, but it may need to be moved back in places from the edge of the road to allow the new kerb and channel to be installed. Covid-19 Pandemic Additional clauses covering the Covid-19 pandemic are attached to this RFT. At this point, it should be assumed that the work included in this contract will be carried out under the Government Alert Level 1.",Awarded,,78080,20250410 Auckland Transport,23169595,Request for Proposals,Open Competition,Pedestrian Rail Level Crossings SSBC,117-20-829-PS,20200825,20200914,20210319,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for preparation of the Pedestrian Level Crossing Removals Single Stage Business Case. The outcome is to deliver an approved SSBC that identifies preferred options for the removal of eachof the pedestrian level crossings in question, either by closure or grade separation, and demonstratesthe appropriateness of the preferred interventions through the NZTA business case process.In conjunction with the business case, concept designs and a design report are to be provided foreach site. Note this RFP offers a 30 minute interactive meeting (MS Teams videoconference) to intendedParticipants on date Wednesday 2 September. This needs to be booked via the process detailed in Section 1.2 Our timeline following. There is a capped fee for the SSBC of $450,000 detailed in Section 3.4 following, and the Price Response Template Section",Awarded,,450000,20250410 Auckland Transport,23177870,Request for Proposals,Closed Competition,Pararekau Road Reconstruction & Upgrade,367-20-071-PW1,20200826,20200916,20210319,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel One members of the Physical Works Panels, to submit a tender for the Pararekau Road Upgrade & Reconstruction . This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. The Pararekau Road reconstruction and upgrade project is to address safety concerns and community expectations that the poor condition of approximately 750m long of Pararekau Road, Hingaia be remedied as soon as possible. The project proposed scope includes but are not limited to: ? Traffic Management ? Earthworks ? Stormwater Upgrade ? New Kerb and Channel ? Services Relocation ? Pavement Reconstruction ? Streetlighting and; ? Footpath Improvement",Awarded,,1983567,20250410 Auckland Transport,23205522,Request for Tenders,Closed Competition,336-20-063-PW2 MT Wellington Highway Bus HV Lane,336-20-063-PW2,20200831,20200921,20201117,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Mount Wellington Highway Bus HV Lane Project. It is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. Mt. Wllington project includes the construction of a new southbound bus lane along Mount Wellington Highway, from No. 224 Mount Wellington Highway to No. 258 Mount Wellington Highway. This includes concrete footpaths, signalised mid-block crossing, traffic island, lane realignments, bus stops, bus shelter, kerb realignments, vehicle crossings and pram crossings. Additional works include service locations, vegetation works, drainage upgrades and minor retaining walls construction.",Awarded,,638451,20250410 Auckland Transport,23246790,Request for Proposals,Open Competition,442-20-572-FM - Manukau Station Electric Bus Fast Chargers,442-20-572-FM,20200908,20200929,20210120,,Sole Agency,No,,"In line with ATs Low Emission Bus Roadmap, AT is seeking to obtain two electric bus fast chargers for the Manukau bus station. This is to help ensure the necessary charging infrastructure is available to support an electrified bus fleet. The availability of the chargers will also encourage uptake of electric buses by bus operators and add resilience to the network. What we need: Auckland Transport requires the supply of two electric bus fast chargers at Manukau bus station. The types of chargers required are AC/DC combined chargers, with AC power equal to or greater than 40kW and DC power between 150-200kW. This RFP is for the supply of chargers only with installation services to be secured through a separate process.",Awarded,,135184,20250410 Auckland Transport,23258027,Request for Proposals,Closed Competition,112-20-834-PS - Access for Everyone (A4E) - Programme Business Case - Stage 2 RFP,112-20-834-PS,20200910,20200925,20210120,,Sole Agency,No,,"This is the second stage (ROI & RFP) of the procurement process, and seeks to procure a specialist team to develop a Programme Business Case (PBC) for the design and implementation of the Auckland City Centre Masterplans Access for Everyone (A4E) concept. 'Access for Everyone' (A4E) is at the core of the City Centre Masterplan (CCMP). It provides the movement, transport and open space framework for assessing and implementing further City Centre Masterplan projects. This project is led by Auckland Council and delivered by Auckland Transport (AT). A majority of funding for future A4E projects will be provided by Auckland Transport. The City Centre Masterplan's objectives for the A4E concept are: 1. Traffic circulation system where private vehicles access city centre zones from the city's edge. 2. City centre managed as a series of low-traffic neighbourhoods, restricting through-traffic. 3. 30% reduction in peak-time traffic levels in Auckland city centre to enable new traffic network. 4. Mode shift towards public transport, walking, cycling and micro-mobility. 5. Easier access for people with accessibility and mobility needs. 6. Better conditions for freight access in city centre, including construction, deliveries and rubbish collection. 7. More reliable access for emergency services. 8. Growth in use of smaller, zero-emissions vehicles for city centre transport of people and goods. 9. Zero-emissions areas in Waihorotiu Queen Street Valley - enabled initially via pilot projects to prioritise pedestrians. Other outcomes include a clear understanding of: How A4E can best meet CCMP objectives and contribute to the wider transport objectives. How potential land use could change in response to A4E implementation How land use changes could trigger development of the A4E concept The outcome is to deliver a PBC that identifies a preferred programme of activities which leads to the optimum implementation of A4E and the outcomes identified in the refreshed City Centre Masterplan. The preferred programme will be prioritised to identify the most urgent or critical activities. An initial study will assess and review the findings of previous work and undertake a gap analysis before commencing work on the PBC. This work will develop a longlist of possible options to deliver against the project objectives and successfully achieve the outcomes for A4E in the City Centre Masterplan.",Awarded,,599250,20250410 Auckland Transport,23258637,Request for Tenders,Closed Competition,488-20-061-PW2 High Risk Urban Package - Te Atatu Rd and Reeves Rd,488-20-061-PW2,20200909,20200930,20210319,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for safety improvements projects at following locations: 1. 484 Te Atatu Road Midblock Signalised Crossing 2. MAPI - 44 Reeves Road 3. MAPI - 62A Te Atatu Road 4. MAPI - 210 Te Atatu Road The proposed improvements include but not limited to the construction of raised speed tables, central islands, build-outs/side islands, drainage upgrades, footpath upgrade, landscaping works, signage, pavement construction, kerb and channel, traffic signal, road markings, smart stud, and part of streetlight works. Streetlight upgrades will be carried out by separate contractors engaged by AT except for 484 Te Atatu Rd. For 484 Te Atatu Rd, the tenderer is expected to deliver streetlight works along with other civil works. The tenderer shall utilise an AT approved streetlight contractor to carry out power connections involved in streetlight installation. For the other three sites, tenderer is expected to co-ordinate and provide necessary assistance to the separate streetlight contractors to ensure timely delivery of the overall project. Where power connection is required for smart stud system, the tenderer is expected to utilise an AT approved streetlight contractor to source the power connection from the nearest streetlight pole. Where protected trees are in the vicinity of the sites or pruning of trees are required, it is expected that a qualified arborist will be engaged by the tenderer on 484 Te Atatu Rd. Please refer to the resource consent appended.",Awarded,,638000,20250410 Auckland Transport,23272765,Request for Proposals,Open Competition,259-20-363-BT Worker Safety Authorisation Solution,259-20-363-BT,20200911,20201016,20210720,,Sole Agency,No,,"To meet the obligations under Health & Safety Act 2015, Auckland Transport (AT) needs to ensure workers safety and well-being are maintained while carrying out any physical activity on AT facilities across the Auckland region. This includes lone workers including AT staff, external contractors and their subcontractors. Majority of AT sites are unmanned and as a result, AT has limited visibility of who is conducting work at AT facilities except for when ATOC is notified of their arrival. The manual sign-in/out process (managed by ATOC) has proven to be time consuming and inefficient. AT Facilities Management are constrained by the inability to monitor and report when contractors are on site. Also, there is no process to validate the person working on the construction site and has had a sitespecific induction as per ATs standard. AT needs to ensure that the contractor has signed in on arrival, completed induction training and has the required certification to work on an AT facility. Scope: Proximity solution that can monitor and record arrivals, presence, departures for contractors and Lone AT staff working at AT facilities Pre-Qualification check, on arrival Automation of Health & Safety Authorisation to work processes to some extent Reporting and monitoring Integration with AT internal systems",Awarded,,295011,20250410 Auckland Transport,23324712,Request for Tenders,Closed Competition,486-21-001-PW2 - Mill Road Culvert Replacement,486-21-001-PW2,20200921,20201014,20210225,,Sole Agency,No,,"This project is to replace a collapsed culvert under Mill Road, Alfriston on a new alignment. Mill Road is an arterial road and a key lifeline link. It also carries the main water feeder main from the Waikato River, running above the culvert pipe. The culvert lies about 6m deep under the road embankment, and will need to be replaced by use of thrust-boring or similar technology. Work includes arrangements to access the inlet and outlet levels, plugging of the existing culvert, installation of the new pipe, construction of inlet and outlet structures and manholes and reinstatement of the site following completion.",Awarded,,495494,20250410 Auckland Transport,23365263,Request for Proposals,Open Competition,217-20-833-GS Corporate Office Cleaning,217-20-833-GS,20200928,20201102,20210826,,Sole Agency,No,,"This RFP seeks to appoint a highly capable cleaning company to deliver an excellent cleaning service to the Auckland Transport Corporate Offices located at 20 Viaduct Harbour Avenue; Ground Floor, 67 Corinthian Drive, Albany; and the Customs Street Downtown Carpark Operations Office. The key outcomes that we want to achieve are: A high level of cleaning service provided by the supplier that meets all outcomes within the Onsite Office Cleaning Specifications. A collaborative working relationship with the suppliers representative and Auckland Transports representative. A high level of understanding of all health and safety and security requirements set out by Auckland Transport. Please note: on appointment of a supplier, detailed Key Performance Indicators (KPIs) will be discussed with both parties and managed on an agreed time basis. Additionally, the exact scope of office locations and office space may change throughout the life of the contract. This will be managed with the appointed supplier on an agreed basis.",Awarded,,1704085,20250410 Auckland Transport,23435329,Request for Proposals,Open Competition,Auckland Network Optimisation Single Stage Business Case,476-20-831-PS,20201009,20201030,20210319,,Sole Agency,No,,"This procurement package seeks to secure Professional Services to complete Auckland Network Optimisation Single Stage Business Case (SSBC) using Waka Kotahi NZ Transport Agency (Waka Kotahi) Business Case Approach. The SSBC is jointly funded by Auckland Transport (AT) and Waka Kotahi to unlock additional funding for optimisation from FY 21/22 onwards. The SSBC is a fit for purpose approach to cover the whole Auckland network including AT and Waka Kotahi jurisdiction that merges option identification and detailed analysis in one phase of the business case approach. Whilst it excludes the rail and ferry network, it does include interchanges for these modes where they interact with the roading network. The SSBC shall respond to the recommendations of the approved Auckland Network Optimisation Programme Business Case (PBC). Optimisation is a relatively inexpensive, quick and effective way to mitigate the effects of congestion and low levels of service. It is a series of multi-modal low-cost interventions that maximises use of the existing network through small physical interventions, active network management, behaviour change and technology to create extra road capacity.",Awarded,,423000,20250410 Auckland Transport,23487654,Request for Tenders,Closed Competition,488-21-004-PW3 Kolmar Rd Pedestrian Improvement,488-21-004-PW3,20201020,20201103,20201113,,Sole Agency,No,,"AT is installing a raised zebra crossing on Kolmar Road in Papatoetoe. This will involve the construction of a raised crossing, new side islands either side of the crossing, the removal of 2 obsolete bus stop markings and installation of suitable lighting. This location has a high pedestrian crossing demand. The proposed raised zebra crossing will create a safe crossing point to service this demand, improving road safety for pedestrians and other vulnerable road users. Consultation with affected parties has been completed with a majority of responses received were positive. This procurement package is to engage a capable contractor to carry out the installation of the raised table and associated civil works. This package specifically excludes the installation of lighting which will be carried out under existing maintenance contracts",Awarded,,134700,20250410 Auckland Transport,23565273,Request for Proposals,Closed Competition,RMA and PWA Legal Services Eastern Busway Alliance,344-21-077-GS,20201104,20201123,20210326,,Sole Agency,No,,"Request for Proposal (RFP) RMA and PWA Legal Services for Eastern Busway Alliance (EBA2/3/4) This RFP is the second and third stage of the procurement process following an Advance Notice and participant registration on 28 September 2020. This procurement relates to Planning and Property legal services to support the consenting and property workstreams of the EBA. The Eastern Busway Alliance (EBA) will be responsible for the planning, consenting, customer, stakeholder/community liaison, design and construction works of the project. It is required to obtain all consents, designations, and any necessary building consents required to proceed with the project. Properties to be purchased will also need to be identified by the EBA as part of the design development process. Although AT will manage property acquisitions, a core requirement for theAlliance will be to minimise property impacts where possible and ensure that consideration is given to future land reintegration opportunities along the corridor.",Awarded,,0,20250410 Auckland Transport,23570668,Request for Tenders,Closed Competition,487-21-073-PW2 - May Road Corridor Improvements,487-21-073-PW2,20201105,20201127,20210120,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the May Road Corridor Improvements project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). This Request for Tender (RFT) is to seek a suitably qualified contractor to undertake the safety improvement works for the site mentioned above. The work activities include but are not limited to the following items: Contract management, including the management of traffic, health and safety, environment and quality Stakeholder liaison Liaison with the Contractor for street lighting works Utility services liaison Survey and set-out works Site clearance, earthworks and site preparation Saw cutting Excavation Tree and vegetation pruning Kerb build-outs and cut-backs Traffic signal construction Asphalt surfacing construction Pavement construction and reinstatement Footpath construction Kerb and channel construction Pram crossing construction Traffic island construction Vehicle crossing reconstruction Street drainage facility construction Grass berm installation Bus stop and bus shelter relocation and construction High friction surfacing installation Bus lane surfacing installation Pavement marking and signage installation / removal Footpath retaining wall (<1.0 m high) construction Reinstatement Submission of RAMM data and As-Built drawings Utilise the following link, to review the standard RFT terms & conditions, evaluation process, general role descriptions, establishment plans and guidance notes: https://auth.at.govt.nz/staging/physical-work-supplier-panel-tender-information/",Awarded,,510658,20250410 Auckland Transport,23644569,Request for Proposals,Open Competition,342-20-649-PS - Mangere East and Manukau Cycling Network SSBC's,342-20-649-PS,20201118,20201217,20210707,,Sole Agency,No,,"The GPS on land transport and other key strategic documents for the region identify a need to increase the number of people walking and cycling / travelling by active modes. Cycling currently plays a minor role in Aucklands transport system relative to other large New Zealand cities and international comparator cities. International research and comparison indicate there is an opportunity for cycling to play an increased role for short-medium distance commuting trips; provide connectivity to Aucklands Rapid Transit Network (RTN); improve transport accessibility for groups with lower levels of transport choice; and provide convenient transport choices for everyday household trips. To support the development of the cycling network in Auckland, Auckland Transport (AT) completed the Auckland Cycling Programme Business Case (PBC), which outlines an agreed high-level programme for developing an Auckland wide cycling network. It was endorsed by Waka Kotahi New Zealand Transport Agency (Waka Kotahi) in 2017. The PBC recommended cycling improvements be delivered in the following areas in the decade 2018-28. Improvements in these areas are to be progressed via the completion of Single Stage Business Cases (SSBCs). City Centre and Fringe Inner West Central Isthmus Sandringham Devonport/Belmont Glen Innes Panmure Mangere East Te Atatu Peninsula Henderson Manukau *This RFP relates to the delivery of two SSBCs: the Mangere East Cycling SSBC and the Manukau Cycling SSBC, located in Mangere East and Manukau respectively.",Awarded,,1545490,20250410 Auckland Transport,23653386,Request for Tenders,Closed Competition,488-21-010-PW2 RDP Cluster C_Rural Road Delineation Signs and Markings Package in Rodney,488-21-010-PW2,20201120,20201211,20210319,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the RDP Cluster C_Rural Road Delineation Signs and Markings package in Rodney. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method.",Awarded,,1114096,20250410 Auckland Transport,23661742,Request for Tenders,Closed Competition,"488-21-009-PW2 - Corridor Improvements (Waiuku Rd, Kingseat Rd & Linwood Rd)",488-21-009-PW2,20201123,20201215,20210120,,Sole Agency,No,,"We require tenders from established Construction companies that can demonstrate successful delivery of long-life line markings and associated road delineation improvements in three life line routes in Franklin District, Auckland South. These sites a gross aggregate length of 28km of roads, however some reductions of extents/scopes are appeared on Waiuku Road. There are three Separable Portions (SP), in this package. This procurement is for engaging a capable contractor to carry out installation of Long-life and Audio Tactile Profiled (ATP) line markings and associated works in Kingseat Road (SP1), Linwood Road (SP2) & Waiuku Road (SP3), in Auckland South. This long-life markings in three life-line & strategic routes in Auckland South region, will help Auckland Transports Vision Zero, to minimise road death & serios injury accidents. Only those having capability of providing specific resourcing and managing successful delivery to the satisfaction of the Principal, should apply for this tender.",Awarded,,1931611,20250410 Auckland Transport,23667337,Request for Tenders,Closed Competition,Bend Treatment Programme 2020-2021,488-21-008-PW2,20201123,20201214,20210319,,Sole Agency,No,,"Bend Treatment programme is developed to treat the high risk rural bend sites with high PSV surface to improve the long term skid resistance or the road surface. The proposed improvements include high friction/PSV surface, roadmarkings, signage and RRPMs. We are expecting these works to be delivered by the end of this FY. Within 2020-2021 FY, the following sites are identified to be delivered through Panel Two contract. Please note that Site 6-9 below are provisional items and the implementation of them are subject to funding approval.",Awarded,,1648895,20250410 Auckland Transport,23706244,Request for Tenders,Closed Competition,487-21-005-PW3 - Signalised Intersection Improvements,487-21-005-PW3,20201130,20201211,20210707,,Sole Agency,No,,"This contract is for the improvement of existing signalised intersections. The aim is to improve compliance by providing more aspects, provide better line marking and signage, and trim foliage that is blocking visibility of some signals. The works include: Co-ordination with stake holders, ATOC and NZTA Motorway Alliance. Location and protection of utility services Installation and modification of traffic signals and signal infrastructure. Installation of line marking and signage Tree pruning Removal of waste materials, traffic signals, signs and tree prunings Any associated ancillary works required",Awarded,,238903,20250410 Auckland Transport,23730002,Request for Tenders,Closed Competition,487-20-072-PW3 - 89 Tripoli Rd - Raised Pedestrian Crossing,487-20-072-PW3,20201203,20201218,20210204,,Sole Agency,No,,"Background The Maugakeikei Tamaki Community Board has allocated funding to upgrade and existing at grade pedestrian crossing to a raised pedestrian crossing. Current Issue To Be Addresed To improve safety for all pedestrians who cross at this location with specific emphasis on school children who cross here. Description of Works Auckland Transport is proposing to install a concrete Swedish type raised pedestrian crossing at 89 Tripoli Rd, Panmure. It also includes, kerbing and footpath work, pram crossings/tactiles and associated roadmarking and signage Covid-19 Pandemic Additional clauses covering the Covid-19 pandemic are attached to this RFT. At this point, it should be assumed that the work included in this contract will be carried out under the Government Alert Level 1. An appropriate Work Plan reflective of the Covid-19 Alert Level in place at that time is to be provided by the contractor to Auckland Transport for approval prior to commencement of work on site, as part of the start-up documentation for the project. Watercare Water Restrictions As from Monday 18 May 2020 Watercare imposed restrictions on the use of water by contractors. These restrictions are likely to still be in place when these works are carried out on site. The use of standpipes connected to fire hydrants to draw water from watermains has been banned until further notice. This applies to the immediate worksite. In addition, the drawing of water is not permitted from any watermain in any other location in the Watercare water reticulation network in the region and then transported to the worksite by tanker. The contractor will need to make other arrangements for providing potable water to the site for the personal use of the contractors staff while on site, and also for any non-potable grey water that is required to carry out the works, such as for sawcutting, dust suppression, washing down work areas, or washing down the contractors plant, equipment and vehicles on site, etc.",Awarded,Fulton Hogan got this tender awarded on 20-Jan-2021.,78442,20250410 Auckland Transport,23731998,Request for Proposals,Open Competition,302-21-103-PS - Northwestern Bus Improvements Detailed Design Package 1,302-21-103-PS,20201204,20210127,20210707,,Sole Agency,No,,"Auckland Transport has recently completed the North West Interim Bus Improvements Detailed Business Case (DBC). Which proposes the following interim infrastructure improvements: a)Bus shoulder running lane extensions along the Northwestern motorway, to provide morereliable bus travel between the interchanges at Te Atatu Rd, Lincoln Road and Westgate; b)On-street bus stops on Te Atatu Road, on the northern and southern legs of the Te Atatu Rdmotorway interchange, to enable passenger transfer to occur; c)On-street bus stops on Lincoln and Selwood Roads, on the northern and southern legs of theLincoln Road motorway interchange, to enable passenger transfer to occur; d)A hybrid offline and on-street station at Westgate (Gunton Drive), to create a bus interchange,acknowledging there are still issues to work through with surrounding landowners; and, e)An offline station at Brigham Creek Road, incorporating park and ride facilities, to improve busconnectivity further towards Kumeu. There is currently a DBC being undertaken for this stationwhich is due to be completed April 2021. Expected benefits include approximately 160,000 to 333,000 people being able to access the city center within a 45-minute bus journey. There could be a travel time saving of 25 minutes at peak times for a bus trip from Westgate to the city centre. The Northwestern Bus Improvements Programme is one of the infrastructure projects that received a funding grant from Crown Infrastructure Partners (CIP) as part of a stimulatory package to support the economy during the Covid-19 rebuild by creating new jobs and opportunities in communities around the country. One of the conditions as part of the agreement with CIP is to commence construction at defined dates.",Awarded,,2847725,20250410 Auckland Transport,23733286,Request for Tenders,Closed Competition,336-21-003-PW2 - Smales Farm Bus Station Platform Improvements,336-21-003-PW2,20201204,20210210,20210707,,Sole Agency,No,,"The Smales Farm Bus Station platforms are frequently over-crowded, particularly during weekday afternoons from 1500 - 1600 h, when the platforms are used by school students to access buses. This is causing significant concerns in relation to safety, as well as operational risks. To address these risks, the platform needs to be extended to increase the capacity and circulation space available, particularly on the Northern end of Platform B. This procurement is aimed to increase the capacity of the Northbound Platform B, by extending it. The value of the contract is estimated at between $800k - $1.2M. This RFT is a closed tender process; only Respondents who are prequalified to AT Physical Works: Panel 2 are eligible to respond.",Awarded,,1153389,20250410 Auckland Transport,23765068,Request for Tenders,Closed Competition,411-21-007-PW3 - Inland Road Underslip Remedial Works,411-21-007-PW3,20201211,20210122,20210308,,Sole Agency,No,,"An underslip has occurred within the roadside batter at around RP4464 Inland Road, Helensville. The slip comprises of a semi-circular arc headscarp extending for an approximate longitudinal distance of 35m and encroaches into the trafficable pavement by around 1.0m. The remedial option is a Timber Pole Retaining Wall to support the carriageway.",Awarded,,185912,20250410 Auckland Transport,23804083,Request for Proposals,Open Competition,336-21-241AC Matiatia Main Wharf Pontoon and Gangway Renewal,,20201222,20210406,20210729,,Sole Agency,No,,"This Request for Tender (RFP) seeks to procure a lead contractor to fabricate and install the pontoons and gangways for the southern berth at Matiatia Ferry Terminal on Waiheke Island. Matiatia Main Wharf is the primary port for visitors arriving and departing Waiheke and is the second busiest terminal in Aucklands Ferry Network, with services running every 30 minutes. This project will provide the opportunity for the successful supplier to complete a range of tasks or collaborate in order to replace a significant piece of infrastructure in an Auckland busy, operational marine hub.",Awarded,,0,20250410 Auckland Transport,23856982,Request for Quotations,Closed Competition,343-21-195-TTG - Puhinui Road East Shared Use Path Design,343-21-195-TTG,20210118,20210210,20210308,,Sole Agency,No,,"This RFQ is an invitation for TTEPS panel members to submit a quotation for design and delivery of the Puhinui Road East shared use path. The RFQ is a single-stage procurement process and will be evaluated using the lowest price conforming (LPC) method. The conforming requirements are identified in section 5 below and will be assessed on a pass and fail basis. We are seeking professional services to prepare the detailed design, resource consent application and construction drawing set for shared walking and cycling paths on Puhinui Road between Puhinui train station (Cambridge Terrace) and Lambie Drive.",Awarded,,118278,20250410 Auckland Transport,23867471,Request for Tenders,Closed Competition,487-21-011-PW2 - Rata Rimu Signalisation,487-21-011-PW2,20210119,20210205,20210331,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Rata Rimu Signalisation project. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. The signalisation of the Rata Street and Rimu Street Intersection is part of the high risk urban program. This program supports the Vision Zero strategic objective of AT. The project aims to increase traffic safety by providing a dedicated right turn signalised movement into Rimu Street across the busy through lanes of Rata Street. The project is being delivered for the Traffic Safety Team who expect the project to be completed by 30 June 2021. The project includes new traffic signals, island modifications, streetlighting, footpath work, signs, line marking and line removal. There is also a provisional item to mill and replace some of the asphalt surfacing if required.",Awarded,,266959,20250410 Auckland Transport,23883367,Request for Tenders,Closed Competition,"RFT Park and Ride - 80 Great North Road, Warkworth (PW2)",746-21-013-PW2,20210122,20210223,20210319,,Sole Agency,No,,"Auckland Transport, Physical Works Panel 2 Construction 746-21-013-PW2 This Project is for the construction of a Park and Ride Facility at 80 Great North Road, Warkworth. This follows advance notice to market released It includes the construction of a carpark, two toilet blocks, signalised pedestrian crossing, bus stops on State Highway 1 directly outside park and ride site and footpath connections, lighting, CCTV installations, two raised pedestrian crossings at both ends of the facility, a rain garden with a timber walkway above, line marking and signage. Submissions must be less than 30MB, please compress pdfs and collate the non price or price submission into a single pdf each.",Awarded,,2382554,20250410 Auckland Transport,23932729,Request for Tenders,Closed Competition,746-21-012-PW2 - Cavendish Drive Signalised Intersections,746-21-012-PW2,20210203,20210226,20210308,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the contract works which consists of two separable portions of work labelled SP1 and SP2. SP1: Wiri Station Rd / Plunkett Ave Intersection Signalisation SP2: Cavendish Drive / Norman Spencer Rd Intersection Signalisation The work will consist of Installation of new signals Line Marking (Long life) Line Marking Removal Street Lighting Testing & Commissioning",Awarded,,964698,20250410 Auckland Transport,23942100,Request for Tenders,Closed Competition,746-20-074-PW3 - Railside Avenue Exeloo Installation,746-20-074-PW3,20210204,20210226,20210707,,Sole Agency,No,,"This project has two separable portions, SP1 and SP2. The contractor is required to locate and verify existing services do not clash with new sewer line in SP1, and install an Exeloo toilet unit and Portacom lunchroom on Railside Avenue, Henderson, including all utility service connections in SP2. The scope of work includes arranging new watersupply and meter by Watercare, wastewater manhole and pipeline to the existing Watercare network, and civil work to extend an existing power duct to the Exeloo toilet and Portacom lunchroom. We are seeking an experienced contractor that have successful constructed new public water and sewer assets, vested to Watercare at completion, and can provide/engage the tradesmans required for all service connections for the Exeloo and Portacom units.",Not Awarded,Cancelled on 29/03/2021 due to resource allocation.,0,20250410 Auckland Transport,23995160,Request for Tenders,Closed Competition,746-21-015-PW3 Puketapapa Greenway Stage 1 and Withers Rd/ Paewai Rd Safety Improvements,746-21-015-PW3,20210218,20210304,20210319,,Sole Agency,No,,,Awarded,,309749,20250410 Auckland Transport,23996699,Request for Proposals,Closed Competition,488-21-198-AC Physical Works Supplier Panel - Safety,488-21-198-AC,20210219,20210319,20210727,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Transport,24003334,Request for Tenders,Closed Competition,746-21-014-PW3 - 214 Hibiscus Coast Highway Signalised Pedestrian Crossing,746-21-014-PW3,20210219,20210308,20210707,,Sole Agency,No,,"Background The Hibiscus and Bay Local Board has approved through their LBTCF to fund the construction of the CSF project called 214 Hibiscus Coast Highway Signalised Pedestrian Crossing. The Local Board expects this to be completed in the 2020/21 financial year. Current Issue To Be Addresed To improve safety for all pedestrians who cross at this location with specific emphasis on school children who cross here. Description of Works Auckland Transport is proposing to install a set of pedestrian/cycle traffic signals, footpath improvements (pram crossing/tactiles, and footpath realignment), new roadmarking/signage, installation of bollards and reinstatement work. Covid-19 Pandemic Additional clauses covering the Covid-19 pandemic are attached to this RFT. At this point, it should be assumed that the work included in this contract will be carried out under the Government Alert Level 1. An appropriate Work Plan reflective of the Covid-19 Alert Level in place at that time is to be provided by the contractor to Auckland Transport for approval prior to commencement of work on site, as part of the start-up documentation for the project. Watercare Water Restrictions As from Monday 18 May 2020 Watercare imposed restrictions on the use of water by contractors. These restrictions are likely to still be in place when these works are carried out on site. The use of standpipes connected to fire hydrants to draw water from watermains has been banned until further notice. This applies to the immediate worksite. In addition, the drawing of water is not permitted from any watermain in any other location in the Watercare water reticulation network in the region and then transported to the worksite by tanker. The contractor will need to make other arrangements for providing potable water to the site for the personal use of the contractors staff while on site, and also for any non-potable grey water that is required to carry out the works, such as for sawcutting, dust suppression, washing down work areas, or washing down the contractors plant, equipment and vehicles on site, etc.",Awarded,,132379,20250410 Auckland Transport,24029291,Request for Proposals,Closed Competition,746-21-017-PW2 MAPI 2021 Projects Package 2,746-21-017-PW2,20210226,20210312,20210331,,Sole Agency,No,,"The Mass Action Pedestrian Improvement (MAPI) program is intended to improve pedestrian safety at the crossing locations across the Auckland region. This can be either by upgrading existing crossing facilities to raised tables or mid-block signalised crossing to slow the speed of vehicles and therefore reduce the crash severity or by providing physical measures to reduce the likelihood of crashes occurring and reduce the speeds to a survivable speed should crashes occur. This procurement plan is for the delivery of the physical works for the following 5 projects involving safety improvements: 51 College Road Pedestrian Crossing 215 Finlayson Avenue Raised Zebra Crossing 19 Anzac Road Raised Zebra Crossing 301 Beach Road Raised Zebra Crossing 62 Settlement Road Mid-block signalised crossing. The above-mentioned projects include but are not limited to the following work processes: Traffic Management Saw cutting Excavation of berm and carriageway Subgrade, subbase and basecourse construction Asphalt surfacing construction Speed table construction Footpath construction Kerb and channel construction Pram crossing construction Traffic island construction Grass berm installation Street lighting works Traffic signs and roadmaking installation Reinstatement Mid-block signalisation",Awarded,,655879,20250410 Auckland Transport,24071708,Request for Proposals,Open Competition,450-21-081-SD Towing recovery and Storage Services,450-21-081-SD,20210310,20210413,20221206,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for Towing, Recovery and Storage Services. This RFP is a one-stage procurement process. Auckland Transport requires a professional towing service provider for the removal of stationary vehicles from the road corridor upon the instruction of an Auckland Transport Parking Warden or other authorising officer. Scope of vehicles includes but not limited to: Cars Motorcycles Trailers Low Riding Vehicles Heavy Haulage We require coverage for the entire Auckland Region. For the purpose of providing a pricing model that allows different pricing depending on the location towing services are required, Auckland is divided into the following regions: Central Business District (CBD) and Central Suburbs North West South Rural (including Waiheke, Rakino and Great Barrier Island) The importance and criticality of the service to the effective operation of Aucklands Roading and Public Transport networks combined with the unparralled scale of requirements in New Zealand means that Auckland Transport is seeking a supplier who can demonstrate capacity as follows; Sufficient facilities located across Auckland to ensure Service levels are met in an environment of increasing demand and congestion Sufficient vehicles branded, modified and suitable for the service delivery in an environment of increasing demand and congestion Sufficient appropriately trained drivers, facility, and operational staff to deliver the service Sufficient supporting systems to administer the service. Demonstratable Health and Safety Systems to support the service delivery for both staff and the public Developed training and appraisal systems for staff",Awarded,,15047789,20250410 Auckland Transport,24117181,Request for Tenders,Closed Competition,474-21-006-PW3 - Milford School Raised Tables,474-21-006-PW3,20210322,20210412,20210707,,Sole Agency,No,,"This contract is for the instalation of two raised tables and supporting infrastructure. The raised tables are to be constructed in hotmix to expendiate works. The tables are to be constructed at the entrance of Woodbridge Lane and Stratford Avenue where they insect with Shakespeare Road, There is also a speed hump to install at the entrance of Trevaughn Glade. The supporting infrstructure includes construction of Aco kerblines, adjacent footpath works, lane marking and road signage.",Awarded,,166889,20250410 Auckland Transport,24121444,Request for Tenders,Closed Competition,746-21-021-PW3 Henderson Home Zone and School Zone,746-21-021-PW3,20210324,20210412,20210715,,Sole Agency,No,,,Awarded,,207455,20250410 Auckland Transport,24211596,Request for Tenders,Closed Competition,746-21-025-PW3 - The Avenue Bus Layover,746-21-025-PW3,20210416,20210503,20210707,,Sole Agency,No,,"This project includes the construction of a new indented bus layover on The Avenue, Lynfield, outside the reserve. This includes new Kassel kerbs, heavy duty concrete slab, footpath, dish channel, signs and line marking, pram crossings and median island extension.",Awarded,,252259,20250410 Auckland Transport,24212876,Request for Tenders,Closed Competition,745-21-018-PW2 Omaha Drive Footpath Construction,745-21-018-PW2,20210416,20210510,20210618,,Sole Agency,No,,"This procurement is for a contract to construct a footpath adjacent to Omaha Drive between Broadlands Road and North West Anchorage in Omaha. The contract works will include: Construction of a 2.5m wide concrete footpath, 855m in length, including provision of geoweb filled with 20 to 40mm no fines material underlying the footpath concrete where the path crosses the rootzones of mature Pohutakawa trees. Three reinforced concrete driveway crossings. Construction of a pram crossing on North West Anchorage. Kerb and channel construction on the existing carriageway to facilitate street drainage. Installation of stormwater catchpits. New stormwater pipes connection into existing stormwater infrastructure. New stormwater manholes. Removal of two existing trees and transplanting of one tree. Trimming of trees where the footpath crosses under the canopy. Removal of shrubs along a 90m section of the footpath. Planting trees and shrubs to mitigate removals. Installation of lighting ducts for future lighting. Marking of parking spaces in an existing parking area",Awarded,,775625,20250410 Auckland Transport,24285806,Request for Tenders,Closed Competition,820-21-530-FM Great Barrier Airfields Maintenance,820-21-530-FM,20210510,20210531,20210702,,Sole Agency,No,,"This RFT follows on from the Registration of Interest (ROI): 820-21-392-FM Great Barrier Island Airfields Maintenance published on 2nd March 2021. The purpose of this procurement is to secure the services of an experienced contractor to undertake annual maintenance of the airfield assets on Great Barrier Island including: General maintenance (mowing, weed control, litter, etc.) Seal and turf maintenance, including rut removal, watering and rolling. Runway/taxiway marking (painting). Daily inspections, and issuing of NOTAMs (Notice to Airmen), cautionary or with limitations, as appropriate. Subsoil and perimeter drainage systems cleaning, scrub clearing, and threshold clearance maintenance. Fencing and shelter maintenance. Windsock, lighting, navigation aids, and solar panels inspection, maintenance and replacement. Weather station maintenance and monitoring. Emergency response (accidents, incidents, fire) and training exercises participation. Minor building maintenance and carpark upkeep. See the RFT and supporting attachments for further information.",Awarded,,0,20250410 Auckland Transport,24289756,Request for Proposals,Open Competition,Roading Customer Satisfaction Survey,770-21-538-GS,20210510,20210604,20210802,,Sole Agency,No,,"Auckland Transport requires a quarterly survey representative of adult residents in the Auckland region. This survey: measures our key Statement of Intent measures of satisfaction with roads and footpaths in the Auckland region; monitors user perceptions of 67 key arterial transport routes; drives understanding of what is important to Aucklanders about their roading network; identifies priority areas for improvement. As one of ATs core survey programmes, this is your opportunity to uncover and represent the views of Aucklanders in development and maintenance of their most extensive and used transport infrastructure network. You will excel at planning and operating robust tracking used to support key metrics across the business, as well as continuously improve analysis and presentation to make this well respected programme more relevant and understood across a large and complex organisation.",Awarded,,0,20250410 Auckland Transport,24484100,Request for Proposals,Open Competition,746-21-421-PS Northwestern Bus Improvements - Westgate Station Design Phase,746-21-421-PS,20210629,20210728,20211201,,Sole Agency,No,,"This procurement relates to the delivery of The Northwestern Bus Improvements Westgate Station Detailed Design. Recent business case work by Auckland Transport identified that the growing bus patronage within Northwest Auckland is lacking the efficient network and dedicated infrastructure of equivalent areas on the North Shore, and over time a busway service is required (noting that in the longer-term light rail may be delivered). This project therefore involves a range of short-term works (early deliverables ahead of an offline rapid transit project) which includes new bus stops at Te Atatu Road, Lincoln Road, stations at Westgate centre and Brigham Creek Road and bus running facilities along motorway shoulders. The clear public benefit of this project is enabling an ongoing increase in bus patronage, easing pressure on the adjacent State Highway 16, and efficiently delivering customers to and from the city centre. In doing so, the project will enable AT to operate a more efficient bus network, delivering greater value for money for bus services, and contribute to higher public transport mode share. In 2020 consultant Aurecon completed a Detailed Business Case for Auckland Transport with drawings titled Preliminary Design. Approximately 50% of the programme is to be funded by Crown Infrastructure Partnership. The other 50% through the National Land Transport Fund.",Awarded,,0,20250410 Auckland Transport,24640148,Request for Tenders,Closed Competition,369-19-011-PW1 - Ormiston Town Centre Main Street Link,369-19-011-PW1,20210826,20211001,20211110,,Sole Agency,No,,"This procurement seeks to procure a single staged physical works tender based on a Price Quality Method bid from Panel One members of AT Physical Works Supplier Panel. The Ormiston Town Centre Main Street Link project proposes to provide a 460-metre key access/collector road including a 30-metre long single span bridge to the emerging Ormiston Town Centre being developed by Todd Property Group in Flat Bush. It will facilitate access to social, commercial and economic opportunities at the town centre. The project also provides public transport and walking and cycling facilities towards the town centre and adjoining Barry Curtis Park. The new link road will provide a shorter route for the High Frequency bus route 35 (FN35) that connects Botany, Ormiston and Manukau town centres where an uptake on PT patronage growth is projected at 1.1 % . It will also provide additional capacity resulting in overall speed improvements and reducing traffic delays/bottlenecks at the surrounding Flat Bush road network.",Awarded,,8989367,20250410 Auckland Transport,24677116,Request for Proposals,Open Competition,Employee Assistance Programme (EAP) & Employee Liason Service (ELS),725-21-410-GS,20210813,20210917,20220502,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,24777644,Request for Proposals,Closed Competition,Leading @ AT RFP,720-21-680-GS,20210908,20210928,20220125,,Sole Agency,No,,"Auckland Transport is looking for the delivery of a leadership development programme that enables our leaders to: build a thriving and inclusive culture, generate high performance, align their outputs, and the outputs of their teams to Auckland Transports strategies and business plans. We need our leaders to be highly skilled and capable of leading self, others, ATs trust/confidence/mana and the Enterprise itself. Detailed description of Scope of Services is listed below: Design and deliver a flagship leadership development programme to embed our values, leadership expectations, organisation strategies and plans. The programme is for all leaders who are people leaders as well selected non-people leaders. The capability programme will need to align to our aspirational constructive culture and builds self, team leadership to achieves outcomes for all Aucklanders. align our leaders to a common set of leadership capabilities for achieving ATs strategic goals enable our leaders to expand and grow their skillset, both vertically and horizontally.at the same time get participants apply their learning to their business situation using a variety of learning activities that reflects the real world for a AT leader.",Awarded,,500000,20250410 Auckland Transport,24840566,Request for Proposals,Open Competition,Cycle Skills Training Programme,766-22-160-GS,20210920,20211015,20211206,,Sole Agency,No,,"This RFP relates to the procurement of a panel of preferred suppliers to deliver various cycle skills training programs. These programs are grouped in the following categories: In School Training Adult Bike Skills Kids Learn to Ride E-Bike Guided Rides Community Events & guided rides Note that AT are looking for suppliers who can deliver all the courses within a category as a whole package including the management of them",Awarded,,0,20250410 Auckland Transport,24866323,Request for Tenders,Closed Competition,746-22-021-PW2 Ferry Terminal Additional Cycling Facilities,746-22-021-PW2,20210924,20211028,20211125,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,24887267,Request for Quotations,Closed Competition,746-22-190-PS_Slips Packages Investigation 2021,746-22-190-PS,20210929,20211018,20211130,,Sole Agency,No,Level 3,The maps could not be attached here. A separate email will come with a link to a drive for your access to the maps.,Awarded,,296066,20250410 Auckland Transport,24887883,Request for Proposals,Open Competition,747-22-198-PT - EMU and Montrose Box wraps,747-22-198-PT,20210929,20211027,20240209,,Sole Agency,No,,"Auckland Transport (AT) is looking at protective wrapping solutions to safeguard its 15 Electric Multiple Units (EMUs) until such time a decision can be made on the best location and funding for a new paint booth. AT currently uses DPF 6100XLP and 3350 Series 3350 Vinyl film, which is an anti-graffiti overlaminate, manufactured by Arlon This product is transparent and allows for the artwork on the trains and Montrose boxes to be visible; has a life span of between 7-10 years portions of the wrap can be changed if damaged due to vandalism and has a fire rating that is approved by CAF",Not Awarded,Cancelled,0,20250410 Auckland Transport,24936147,Request for Tenders,Closed Competition,746-22-004-PW2 Ahuroa Road Seal Extension Stage 2A,746-22-004-PW2,20211008,20211029,20211116,,Sole Agency,No,,"In 2019 it was proposed and agreed that the project be delivered in three stages over three construction periods (three years) due to: topography, length of the route, constructability issues, to minimise road user disruption and to meet funding constraints. The three stages were divided as follows: Stage One 1.3km section starting at the J Tolhopf Rd intersection heading west to the bottom of the hill (complete) Stage Two 3km section starting at the J Tolhopf Rd intersection heading east to join with the sealed section at the Puhoi end Stage Three 5km section to seal the rest of the western section up to West Coast Rd Stage one was completed in November 2020 by Hibiscus Contractors. Stage two was planned to be delivered last FY (2020/2021), however due to COVID-19 budget cutbacks, the delivery of the project was put on hold. The works will typically include, pavement construction, associated stormwater works, retaining structures, signage and installation of traffic control and safety devices. Due to budget constraints Stage Two is now further split into two sections: Stage 2A 1.2km (RP4935 RP6135) Stage 2B 1.7km (RP6135 RP7837)",Awarded,,1789751,20250410 Auckland Transport,24942008,Request for Quotations,Closed Competition,Business Technology Testing Services Panel,707-22-221-BT,20211011,20211026,20211203,,Sole Agency,No,,"This RFQ is a secondary procurement process through the Department of Internal Affairs (DIA) Consultancy & Professional Services Channel under Marketplace. This procurement seeks to support ATs Business Technology (BT) department by creating a panel of suppliers that are able to provide testing skill and capability to Auckland Transport projects for engagements of varying duration. This model will enable flexibility, cost effectiveness and knowledge transfer to Auckland Transport employees. Our requirements are described in the attached RFQ document. We are seeking quotes that offer the best value-for-money over the whole-of-life of this procurement. All questions specific to this RFQ should be submitted onto GETS Question and Answer Forum. Quotes are to be submitted through the GETS tender response process.",Awarded,,0,20250410 Auckland Transport,24980033,Request for Proposals,Open Competition,"Future Road Corridor Maintenance and Renewals (RCM) Contracts (Tranche 2): Central, North Urban, West, and North Rural.",410-22-079-RM,20211018,20211220,20220519,,Sole Agency,No,,"Request for Proposal (RFP) for Road Maintenance Category (NZS 3917:2013). Future Road Corridor Maintenance and Renewals (RCM) Contracts (Tranche 2): Central, North Urban, West, and North Rural. Reference Number: 410-22-079-RM. This Request for Proposal (RFP) is for the delivery of road maintenance and renewal works within the road corridor for the Central, North Urban, West, and North Rural areas of Auckland with a contract commencement date of 1 July 2022. We require proposals from established road maintenance and construction companies that can demonstrate successful delivery of renewal and maintenance programmes. This also includes demonstrating successful stakeholder and customer management as well as quality, environmental and traffic management capabilities. As experts in the field of road maintenance and construction, this is your opportunity to help achieve and be part of making Auckland the worlds most livable city. Participants are required to submit separate RFP responses for each Contract (Central, North Urban, West, and North Rural). Each Contract area has its own Non-Price Response Template, Price Response Template and Schedule of Prices. Please note Participants are offered a Participant Interactive Meeting on 8 to 11 November 2021 - please see booking process RFP document, Section 1.2 There is a 45MB maximum RFP response size for ALL contract areas so please compress all pdfs and responses",Awarded,"West contract awarded July 2022 @ $44.4M (Year 1/10) - Ventia Operations Limited Central Urban contract awarded May 2022 @ $53.3M (Year 1/10) - Downer New Zealand North Rural contract awarded May 2022 @ $35.8M (Year 1/10) - Downer New Zealand North Urban contract awarded May 2022 @ $49.9M (Year 1/10) - Fulton Hogan Limited",183400000,20250410 Auckland Transport,25014043,Request for Proposals,Open Competition,746-22-071-PS Glenvar Road - East Coast Road Improvements Detailed Design,746-22-071-PS,20211027,20211123,20220301,,Sole Agency,No,,"The project area is located on Aucklands North Shore between Northcross (to the West) and Long Bay/Torbay (to the East). The Project area does not have the capacity for the existing and future growth of competing travel modes. Auckland Transport has completed the Single Stage Business Case (SSBC) for the Glenvar Road East Coast Road Improvements in October 2020. The Glenvar Rd East Coast Rd Improvements SSBC was developed to address the numerous safety and long-term network capacity concerns. It has investigated various options for improving the corridor and has proposed a preferred option that went through public consultation and various engagements with stakeholders and community groups. The Glenvar Road East Coast Road Improvements SSBC recommended the corridor changes with consideration of the indicative future network. The proposed improvements to the Glenvar RoadEast Coast Road corridor (between Oteha Valley Road and Ian Sage Avenue) include the following: Upgraded footpaths on both sides of East Coast Road; New footpaths and off-road cycling paths on East Coast Road; A shared path on the southeast side of Glenvar Road running down to Ian Sage Avenue; Traffic calming on Glenvar Road (raised tables on side roads, kerb buildouts, SLOW markings); Upgrade the East Coast Road-Glenvar Road-Lonely Track intersection to a four-way raised and signalised intersection; Transit Advance Lane on Glenvar Road; Upgrade East Coast Road-Glamorgan Drive intersection to a raised and signalised intersection; Transit lanes in each direction on East Coast Road; and A flush (painted) median along East Coast Road. AT is now progressing the project to Design Phase and requires a Transport Professional Services to complete the Detailed Design and other required documentation to be able to successfully initiate construction of the proposed corridor improvements.",Not Awarded,Contract Awarded to AECOM.,0,20250410 Auckland Transport,25051424,Request for Proposals,Closed Competition,Data Management Capabilities Platform,708-22-274-BT,20211104,20211203,20220331,,Sole Agency,No,,"In this Request for Proposals (RFP) Auckland Transport (AT) wish to identify suppliers who can supply a Data Management Platform that provides AT with the capability to manage data assets. We seek to obtain licenses from a technology partner for a Data Management Platform providing AT with the capability to manage data assets. A successful solution would enable the organisation to manage the AT data asset in an organised and efficient manner, allowing a better understanding of the data available, enabling the data stakeholders to provide context, control and assist in understanding of the quality of the data. All questions specific to this RFP or the RFP process, terms and conditions should be submitted onto GETS Question and Answer Forum. Your proposal must be submitted in the form of electronic files, using the GETS tender proposal process.",Awarded,,0,20250410 Auckland Transport,25085487,Request for Tenders,Closed Competition,746-22-029-PW2 - Orewa Boulevard Stage 3 Construction,746-22-029-PW2,20211111,20211215,20220112,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Supplier Panel (PW2) to submit a tender for Orewa Boulevard Stage 3 Construction. It is proposed to upgrade a section of Hibiscus Coast Highway between Riverside Road and Empire Road to improve safety and increase connectivity to and from the beachfront reserve for pedestrian and cyclists. The proposed upgrade includes providing a wider footpath on the western side of the road, providing a shared path on the eastern side of the road, providing angled parking on the eastern side of the road, minor drainage upgrade, installing two raised pedestrian crossings across the road, and landscape planting.",Not Awarded,This tender is now cancelled as no response received. This tender is now republished with new RFX ID# 25262844. The tender is only published to AT's PW2.,0,20250410 Auckland Transport,25102859,Request for Quotations,Closed Competition,TTEPS_746-22-228-TTG_School Speed Management_Tranche 2B,746-22-228-TTG,20211117,20211208,20211229,,Cluster,No,Level 3,,Awarded,All 4 suppliers award with a regional area.,0,20250410 Auckland Transport,25115848,Request for Tenders,Closed Competition,746-22-027-PW2 - Bus Priority Programme Physical Works,746-22-027-PW2,20211117,20220210,20220428,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,25117244,Request for Proposals,Open Competition,746-21-532-AC - Orakei Infrastructure Projects Construction,746-21-532-AC,20211118,20220119,20220826,,Sole Agency,No,,"This Request for Proposal (RFP) is an open invitation to the market to undertake construction of three projects within the Orakei area, linked by location and timing of proposed construction. We require a Construction company that can demonstrate successful delivery of projects that are like Auckland Transports (AT) contract requirements, which includes construction and effective stakeholder and traffic management. As an expert in the field of infrastructure construction, this is your chance to help achieve and be part of making Auckland the worlds most livable city. There is an opportunity for a participant interactive meeting with the Evaluation Panel (EP). Interactive meetings are not mandatory. Please register your interest for interactive meeting by emailing PhysicalWorks@at.govt.nz, Attn Roberto Chavez, referencing 746-21-532-AC - Orakei Infrastructure Projects Construction. Please include name, title, phone numbers and email address of a nominated contact person and, names, titles and email addresses of personnel who wish to attend the meeting. Please email your preferred times for the meeting on Thursday 25/11 12-5PM, and meeting allocation will be on first come first serve basis. For further details refer to Section 1.2 of the RFP document. Note: The Non-Price Response template and Scoring Schedule will be published as Addendum by the end of Friday 19/11. Many thanks. Regards , AT Procurement",Awarded,,16153646,20250410 Auckland Transport,25176836,Request for Tenders,Closed Competition,746-22-026-PW2 - Bus Network Infrastructure Improvements,746-22-026-PW2,20211126,20220224,20220513,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,25225244,Request for Quotations,Closed Competition,Portland Road Upgrade Detailed Design_TTEPS_746-22-299-TTG,,20211209,20211217,20211220,,Sole Agency,No,Level 3,,Not Awarded,Submission date extended to 10th of January 2022 Please refer to RFx 25271166 - same attachments applies from this Rfx,0,20250410 Auckland Transport,25262844,Request for Proposals,Closed Competition,746-22-029-PW2 - Orewa Boulevard Stage 3 Construction,746-22-029-PW2,20211217,20220208,20220318,,Sole Agency,No,,"Tender Republished This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Supplier Panel (PW2) to submit a tender for Orewa Boulevard Stage 3 Construction. It is proposed to upgrade a section of Hibiscus Coast Highway between Riverside Road and Empire Road to improve safety and increase connectivity to and from the beachfront reserve for pedestrian and cyclists. The proposed upgrade includes providing a wider footpath on the western side of the road, providing a shared path on the eastern side of the road, providing angled parking on the eastern side of the road, minor drainage upgrade, installing two raised pedestrian crossings across the road, and landscape planting.",Awarded,,0,20250410 Auckland Transport,25271166,Request for Quotations,Closed Competition,Portland Road Upgrade Detailed Design TTEPS_746-22-299-TTG,746-22-299-TTG,20211220,20220110,20220228,,Cluster,No,,,Awarded,,0,20250410 Auckland Transport,25371175,Request for Tenders,Closed Competition,411-22-063-PW3 - Messenger Road Subsidence Remediation,411-22-063-PW3,20220202,20220217,20220323,,Sole Agency,No,,"Subsidence has occurred at three locations on the eastern side of the Messenger Road carriageway between RP270m and RP465m. The subsidence has resulted in the formation of longitudinal cracking within the eastern side of the road including the crest of the roadside shoulder. The remediation works will comprise the installation of staggered shear lock piles within the roadside shoulder to provide lateral support and mitigate the potential for on-going subsidence.",Awarded,,248429,20250410 Auckland Transport,25371320,Request for Tenders,Closed Competition,411-22-064-PW3 - Wade River Rd Subsidence Remediation,411-22-064-PW3,20220202,20220217,20220323,,Sole Agency,No,,"Roadside instability had occurred at approximate RP 2200 Wade River Road, Arkles Bay resulting in the formation of longitudinal tension cracking and vertical displacements within the grassed berm adjacent to the south western side of the carriageway. The longitudinal tension cracking observed as part of our preliminary site assessment completed on Thursday the 13th May 2021 extended a longitudinal distance of around 48m and comprised vertical displacements of up to 200mm.",Awarded,,142913,20250410 Auckland Transport,25371582,Request for Proposals,Open Competition,746-22-169-PS - Gowing Drive Walking and Cycling Connection - Developed and Detailed Design,746-22-169-PS,20220202,20220303,20220503,,Sole Agency,No,,"The Gowing Drive Meadowbank to Kohimarama Connection Project (MKCP) will provide safe walking and cycling facilities to connect the suburbs of Meadowbank and Kohimarama to the Glen Innes to Tamaki Drive (GI2TD) Shared Path - Te Ara Ki Uta Ki Tai (the path of land and sea). The project has two connections: 1. John Rymer Place (Northern) Connection currently under construction, and 2. Gowing Drive (Southern) connection. A detailed business case (DBC) was completed for MKCP and identified a preferred option for both the connections John Rymer Place and Gowing Drive. A Gap Analysis of the DBC was completed to confirm the preferred option for Gowing Drive. The connection is split into three sections due to different site and topography constraints. The design of final preferred option for the three sections now need to be developed further through detailed design. The three sections and the preferred option for each are: - Section 1 An underpass and boardwalk connecting to GI2TD Boardwalk, - Section 2 A shared path with a S alignment through 92 Gowing Drive, - Section 3 Local Area Traffic Management (LATM) approximately 800m of Gowing Drive between the intersections of Archdall Street and Hawkins Street. The recommended option also includes widening the existing footpath out to 2.4m. This RFP seeks to procure engineering professional services to carry out the concept, developed and detailed design of the preferred options.",Awarded,,1772620,20250410 Auckland Transport,25456351,Request for Quotations,Closed Competition,"EV Infrastructure Project - Henderson, Panmure, Quay Street",746-22-496-AC,20220223,20220401,20220801,,Sole Agency,No,,"This RFQ relates to the procurement of a qualified supplier to Design and Build for Low Voltage (LV) and High Voltage (HV) requirements to support Electric Chargers. This includes Design, Supply, Install, Test and Commission LV and HV equipment and infrastructure to support a minimum of 150kw to 300kw bus chargers. Scope includes Electrical and Minor Civil works. Key Considerations: Installation is at 3 sites Henderson Station, Panmure Station and Quay Street. Installation at all three sites to be provisionally implemented between 14th Dec 22 1st March 2023.MHandover in separable portions is acceptable but no later than the 1st March 2023. The 1MVA-1.5MVA Transformer site needs to be equipped with Ring Main Unit (RMU) and Switchgear. The proposal is for the works to be delivered in 4 distinct Separable Portions: Separable Portion 1 Design Completion Date for Full Design 14/07/2022 Separable Portion 2 Henderson Installation and Commissioning Fully Commissioned Practical Completion 15/12/2022 Separable Portion 3 Quay Street Installation and Commissioning Fully Commissioned Practical Completion 23/12/2022 Separable Portion 4 Panmure Station Installation and Commissioning. Fully Commissioned Practical Completion 30/01/2022",Awarded,,0,20250410 Auckland Transport,25553579,Request for Tenders,Closed Competition,"753-22-062-PW2 Renewal of dilapidated wall at #344 Forest Hill Rd, Waiatarua",753-22-062-PW2,20220317,20220407,20221220,,Sole Agency,No,,"This proposal is to replace old dilapidated failed 26-metre long wall. The wall is 40 years old. Following are the reasons for replacement. most timber poles rotated out, severe scour between poles, the foundation failure. Longitudinal crack on the carriageway surface indicated that road has settledbecause of wall failure. TTM signs are in place for safety. If the condition aggravated due to another weather bomb, may cause one lanetraffic closure similar to the one had at #226 Forest Hill Rd. Missing secoundary timber plank",Not Awarded,Cancelled due to budget restrictions.,0,20250410 Auckland Transport,25614475,Request for Tenders,Closed Competition,753-22-061-PW2 - Huia Stormwater Reticulation Improvements,753-22-061-PW2,20220329,20220427,20220524,,Sole Agency,No,,"This project includes the construction of a new stormwater pipeline along Upland and Huia Rd. The project also includes the installation of a box culvert as well as associated earthworks and pavement construction.",Awarded,,774573,20250410 Auckland Transport,25633129,Request for Tenders,Closed Competition,746-22-055-AC Panmure Swing Bridge Span Conservation and Viewing Platform,746-22-055-AC,20220331,20220512,20220722,,Sole Agency,No,,"The AMETI EB1 resource consent outlines survey and conservation requirements for the historical Panmure Bridge Swing Span located on the southern bank of the Tamaki River, next to the new busway. bridge. To meet these conditions Auckland Transport has had historic heritage, conservation and coastal management plans prepared and approved. The management plans stipulate requirements for protection, conservation maintenance and enhancement of the swing span, comprising: the remaining steel span structure, the turning mechanism and stone abutment, as well as approved methodology for working in the coastal environment. During the EB1 consenting process, the concept for a viewing platform that will provide support and access to the swing span was agreed and has since been detailed. Construction of the viewing platform and boardwalk (including swing span conservation measures) was included in the Fulton Hogan EB1 Physical Works Contract as a Provisional Sum. Due to delays completing detailed design and considering Fulton Hogans intention to sub-contract the entire works it has been determined that AT would benefit from contracting the works directly with a contractor who would be more experienced with structural and architectural building works. Contracting direct will avoid double-ups on margins as well as remove the risk of consequential EB1 contract extension of time claims. This procurement plan relates to the Request for Tender (RFT) opportunity to select a suitably qualified contractor to carry out the following scope of services: - Demolition and removal of the remaining ground floor and basement level of the Marina building - Temporary support and access scaffolding for the swing span - Demolition and removal of the existing boardwalk, removal of identified piles (both concrete and timber) and removal of the western-most concrete tank located beneath the existing boardwalk. - Construction of the new observation deck - Construction of a new boardwalk - Deck lighting and power supply - Making good and concreting of access ways - Minor landscaping/planting",Awarded,,2388539,20250410 Auckland Transport,25669304,Request for Tenders,Closed Competition,746-22-048-PW1 Links to Glen Innes Taniwha St Cycleway and Road Maintenance,746-22-048-PW1,20220407,20220512,20221030,,Sole Agency,No,,"The Links to Glen Innes Cycleway project is being undertaken to complete a missing link in Aucklands Cycle Network, improving cycle links to Glen Innes Train Station and Glen Innes to Tamaki Drive Shared Path from the suburbs of Stonefields and Glen Innes. At the same time, the project aims to provide safer, more coherent and attractive routes for new and existing cyclists, including commuters, school children, and those making everyday trips. The project forms part of the Urban Cycleway Programme (UCP). Road Maintenance requirements: The road maintenance plan involves some curb replacement, subsoil drainage, sectional repairs to the road, and resurfacing the entire length of Taniwha St. It is necessary that the maintenance works are carried out ahead of the cycle of network capital works and it is seen as advantageous for both maintenance and capital works to be undertaken together. Advantages being a shortened program, less public disruption, cost efficiencies plus improved internal and external communication.",Awarded,,6482461,20250410 Auckland Transport,25730011,Request for Tenders,Closed Competition,746-22-060-PW1 SH16 / Access Road Intersection Improvements and Widening Project,746-22-060-PW1,20220427,20220614,20220909,,Sole Agency,No,,This Request for Tender (RFT) is an invitation to submit a tender for the SH16 / Access Road Intersection Improvements and Widening Project.,Awarded,,0,20250410 Auckland Transport,25750573,Request for Proposals,Closed Competition,Whangaparaoa Bus Access DBC RFP,781-22-492-PS,20220505,20220531,20220907,,Cluster,No,,,Awarded,,1024098,20250410 Auckland Transport,25753862,Request for Proposals,Closed Competition,Carrington Road Corridor Upgrade Detail Business Case RFP,781-22-658-PS,20220511,20220603,20221005,,Cluster,No,Level 3,,Awarded,,1734510,20250410 Auckland Transport,25758038,Request for Quotations,Closed Competition,Kaukapakapa Footpath Connections,746-22-545-TTG,20220505,20220519,20220607,,Cluster,No,,,Awarded,,126875,20250410 Auckland Transport,25816389,Request for Proposals,Open Competition,746-22-633-PS Wellesley Street Bus Improvements - Stage 1 Detailed Design,746-22-633-PS,20220518,20220615,20220713,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,25917271,Request for Tenders,Closed Competition,746-22-084-PW1 - Great North Road Improvements Project - Enabling Works,746-22-084-PW1,20220614,20220720,20220926,,Sole Agency,No,,"RFT Briefing Session There is an opportunity for tenderers to attend an RFT Briefing session with the Evaluation Panel (EP), Auckland Council and Utility Providers. The Briefing session is mandatory due to the complex nature of the services and interactions with key stakeholders. Please register your interest for the RFT Briefing session by emailing physicalworks@at.govt.nz , Attn: Roberto Chavez, referencing 746-22-084-PW1 Great North Road Enabling works. Please include name, title, phone numbers and email address of a nominated contact person and names, titles and email addresses of personnel who wish to attend the meeting. Project Overview Great North Road upgrade project in the first Construction project that is part of the wider Connected Communities Programme. This first project includes an approximately 1.6km section of Great North Road between the Grey Lynn village and Ponsonby Road. The Ponsonby Road / Karangahape Road / Newton Road and Bond Street intersections are included as part of the project extent. In the north, the project will tie into the recently completed Karangahape Road enhancements. In the south, the project will tie into the remainder of the Great North Road corridor. Transport outcomes will optimise and support increase in bus patronage through improving bus journey times and improving service reliability with continuous unimpeded bus lanes, along with connections to walking and cycling facilities. The proposed cycleway supports the increased use of cycling / scooter use across the network and connects into the overall walking and cycling strategy of Auckland. GNR is also identified as a key connection in the Auckland cycling network (ACN). Safety improvements support the roll-out of Vision Zero with reduced vehicle speeds, increased street lighting and separated walking and cycling facilities. Due to the significant businesses and residential customers that line this arterial road, in order to minimise the impact to them, and reduce the risk of construction delays because of significant known and unknown services within the project boundaries, the project will be procured as two independent tenders: RFT 1: Enabling works and Auckland Councils Healthy Waters upgrade (this procurement) RFT 2: Remaining GNR Works - Procurement is scheduled for FY 22/23. Contract award and work commencement is scheduled to commence in October 2022 and be completed in July 2023.",Awarded,,5841785,20250410 Auckland Transport,25967124,Request for Quotations,Open Competition,Road Asset Maintenance & Renewals - Engineer to Contract,753-22-831-PS,20220622,20220708,20220921,,Sole Agency,No,,"This RFQ is for the Auckland Transport, Road Asset Maintenance and Renewal (RAM&R) Group for the provision of Engineer to Contract (ETC) and Advisory Services relating to the management of the whole Auckland Region's road corridor maintenance and renewal contracts & Integrated Transport Systems. (a) Auckland Region RAM&R contracts This consists of 6 major contracts (Central, North Urban, North Rural, West, South Urban, South Rural and 2 smaller contracts (Waiheke/Rakino Islands and Great Barrier Island). The 8 contracts have an annual spend over $250 Million per annum. AT will engage external ETCs for the contracts to give a degree of separation from AT, and independence between AT, the Contractor and associated Subcontractors. ETCs for RAM&R contracts may or may not be ETC for the ITS contracts. The ETC will perform all core NZS 3917 ETC duties and provide advisory services to the RAM&R Groups Principal. These are senior ETC appointments for the large scale contracts - corresponding to Waka Kotahis level 4 in their ETC framework (most senior level). (b) Integrated Transport Systems (ITS) ITS requires ETC services to provide oversight for various contracts that make up the ITS business (comprising street light maintenance, traffic signal and field devices) within the RAM&R Group. ETCs appointed for ITS require experience in street lighting, traffic signals and field devices. For these contracts the ETC will perform all core NZS3917 ETC duties and some NZS3910 contracts. ETC Contract(s) details Our timeframes are engagement of the ETCs starting late July 2022 on a 2 year contract with 2x 1 year extensions. We estimate 4 -6 ETCs will be appointed from this RFQ process. The ETCs must be available to deliver their services within the Auckland region. ETCs will be engaged on a time, materials and disbursements basis and only paid for hours worked or potentially day rates. Weekly hours are estimated at 8-12 per ETC role.",Awarded,,762300,20250410 Auckland Transport,26034594,Request for Proposals,Closed Competition,746-22-884-PS - Wellesley Street Bus Improvements Stage One - Early Contractor Involvement,746-22-884-PS,20220711,20220805,20220826,,Sole Agency,No,,"This procurement relates to engagement of a Contractor to provide ECI services during the delivery of Detailed Design for Stage One of Wellesley Street Bus Improvement (WSBI) project. The WSBI project is proposed by AT to develop Wellesley Street into the midtown bus movement corridor, between Victoria Street and Symonds Street. The project responds to the bus operational requirements of the Bus Reference Case 2020 and the City Centre Bus Plan, which will see 2-way bus operations for both North Shore and Isthmus services consolidated on Wellesley Street. Bus stops for both service groups as well as Outer Link services are proposed to be clustered at key locations. WSBI Stage One, between Albert St and Queen St, needs to be built prior to the new City Rail Link (CRL) project becoming operational in late 2024. The new Te Wai Horotiu (Aotea) Station, anticipated to become New Zealands busiest train station, is located on this part of Wellesley Street. The preferred design for Stage One was advanced to a preliminary design level during 2021 with external stakeholder engagement and public consultation completed early 2022. A Resource Consent application for Stage One was lodged in March 2022. This design phase follows the completion of the preliminary design of Stage One works by Jacobs on behalf Auckland Transport (AT). A Contractor is now required to input into construction planning and the detailed design and preparation of supplementary documentation so that construction phase can be successfully implemented. Construction is planned to commence in mid-2023 and needs to be completed before CRL works are completed and Te Wai Horotiu (Aotea) Station is opened. Detailed Design of Stage One is planned to commence in mid-June 2022 with design completion milestones as follows: - Complete Detailed Design package delivered by mid-November 2022 - Complete Issued for Construction package delivered by mid-February 2023.",Awarded,,97500,20250410 Auckland Transport,26077176,Request for Tenders,Open Competition,746-22-787-AC_Speeds Signage Manufacturing and Installation,746-22-787-AC,20220721,20220822,20220915,,Sole Agency,No,,"Auckland Transport (AT) is currently developing a Speed Management plan to identify, review and change speed limits that could make a big difference in preventing deaths and serious injuries. Subject to community feedback and relevant approvals, the speed limits on a number of ATs roads will need to change. Auckland Transport are seeking a willing and capable supplier who can collaborate with AT to provide sign manufacturing and installation services. The primary scope includes manufacture, supply and installation of traffic signs across the Auckland region. This Request for Tender (RFT) is to select a single supplier to manufacture, supply, and install road signage related to speed limit reviews in accordance with the standard specifications as part of the Road Safety Portfolio works.",Awarded,,0,20250410 Auckland Transport,26098743,Request for Quotations,Open Competition,Auckland Forecast Centre Re-visioning Project,784-23-003-PS,20220727,20220829,20221007,,Cluster,No,Level 3,,Awarded,,119126,20250410 Auckland Transport,26122542,Request for Proposals,Open Competition,746-22-886-PS Level Crossing Removal Programme SSBC,746-22-886-PS,20220802,20220922,20221114,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to Participants to submit a proposal for the development of the Level Crossing SSBC. The procurement is a single-stage procurement process. The purpose of this procurement is to select a Consultant to develop a SSBC which is consistent with Waka Kotahis Business Case Approach (BCA) while recognizing ATs business case requirements). This SSBC will: Confirm the case for change and identify a broad range of alternatives to optimise the investment programme Develop a detailed phased investment programme including network and project inter-dependencies The scope of the SSBC includes the following deliverables: ? Part A The Strategic Case ? Part B - Developing the Programme ? Park C Delivering and monitoring the Programme ? Final SSBC Report including Executive Summary and appendices For a detailed scope, please refer to the Scope of Services document (Appendix A). The deliverables are to be completed in a staged approach as detailed within Section 2.6 of the scope document.",Awarded,,1358000,20250410 Auckland Transport,26178947,Request for Proposals,Open Competition,746-23-052-PS Pedestrian Level Crossing Removal Design Services,746-23-052-PS,20220815,20220919,20230117,,Sole Agency,No,,"This procurement relates to detailed design of Pedestrian Level Crossing Removal project. This project is initiated as part of the Level Crossing Removal Programme. It aims to reduce the risk of harm caused by the current conflict points between pedestrians and trains since the crossings have not been designed for the number of trains currently operating and expected to operate on the network. With increased train frequencies post-CRL as well as ATs Vision Zero policy, pedestrian-only level crossings need to be accelerated for removals. The projects objective is to close five standalone pedestrian level crossings at 5 locations, including ONeills Road, Corban Estate, Lloyd Avenue, Kingdon Street, and Tironui Station Road East. The project will also remove two pedestrian level crossings located at Homai Station. All pedestrian level crossings need to be completed before the launch of CRL (City Rail Link) with the detailed project timeline outlined in this document.",Awarded,,1059997,20250410 Auckland Transport,26198846,Request for Tenders,Closed Competition,746-23-007-PW2 - Wade River Rd and Brookdale Rd Slips Remediation,746-23-007-PW2,20220818,20220923,20221021,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the Wade River Rd and Brookdale Rd slip remediation. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (LPC). The remedial works will comprise the construction of a 22m long timber pole retaining wall at RP2050m Wade River Road, Arkles Bay and a 35m long timber pole retaining wall at RP495m Brookdale Road, Paremoremo. The retaining walls will be constructed at the base of the roadside shoulder to support the road above. Additional works will comprise kerb and channel replacement and rehabilitation of the affected pavement.",Awarded,,347278,20250410 Auckland Transport,26228845,Request for Tenders,Closed Competition,"753-23-005-PW2 Slip Repairs at RP2500 and RP8240 in Lone Kauri Rd, Karekare",753-23-005-PW2,20220825,20220923,20221108,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel [One or Two] members of the Physical Works Panels, to submit a tender for the 753-23-005-PW2 Slip Repairs at RP2500 and RP8240 in Lone Kauri Rd, Karekare. This is a single-stage procurement process. Tenders will be evaluated using the Lowest Price Conforming (LPC) method. This contract includes two sites: Separable Portion 1 is for the construction of a new cantilever retaining wall at RP2500 Lone Kauri Road and Separable Portion 2 is for the construction of a block retaining wall at RP8240 Lone Kauri Road. This includes retaining wall construction, drainage, associated earthworks, landscaping and pavement construction.",Awarded,,721264,20250410 Auckland Transport,26366036,Request for Quotations,Closed Competition,746-23-112-TTG - Rodney Targeted Rates Footpaths Package Tranche 3,746-23-112-TTG,20220921,20221013,20221121,,Sole Agency,No,,"This RFQ is an invitation for TTEPS panel members to submit a quotation for design and delivery of the Rodney Targeted Rates Footpath Package Tranche 3. We are seeking professional services for the investigation and design of 11 footpaths within the Kumeu, Warkworth and Wellsford regions. The following outlines the expected outcomes required for this engagement: Investigation into the best alignment for the footpaths and boardwalk, and associated kerb and channel and stormwater drainage. Identification of needs of schools (if required), existing drainage reticulation, existing utilities, and structures in road reserve. Assistance with consultation. Preliminary design and options analysis (if required). Detailed design, tender drawings, cost estimates and documentation. Issue for construction drawings.",Awarded,,0,20250410 Auckland Transport,26384308,Request for Tenders,Open Competition,Procurement of LED Pendant Luminaires,753-22-066-RM,20220927,20221018,20221028,,Sole Agency,No,,"This Request for Tender (RFT) is for Auckland Transport (AT) to procure approximately 2,000 light-emitting diode (LED) Pendant luminaires more or less, with expected delivery by January 2023. The procurement requires delivery of luminaires as soon as possible to meet our time lines for the 2022/23 install. AT expects that the luminaire delivery to be made in several instalments as manufacture progresses. Auckland Transport is seeking from the AT approved suppliers to procure for quantities of 1,000 and 2,000 luminaires. These quantities should be rounded up or down for multiples of full container loads to achieve the best overall economical price.",Awarded,,1312200,20250410 Auckland Transport,26412256,Request for Tenders,Closed Competition,746-23-015-PW1_Huapai Triangle SHA - SH16 / Station Road Intersection,746-23-015-PW1,20221003,20221121,20230809,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation for Panel One members of the AT Physical Works Supplier Panels, to submit a tender for the SH16 / Station Road Intersection project. This is a single-stage procurement process and will be evaluated using the lowest price conforming method (ATLPC). The SH16 / Station Road Intersection project is part of the Huapai Triangle Special Housing Area Roading Infrastructure Upgrade Project (Huapai SHA Project) which responds to a requirement created by the Huapai Triangle Special Housing Area (SHA) of 1200 dwellings. Note: Appendix 2a - Appendix 6 - Resource Consent LUC60385366 (File Name: LUC60385366 Approved Plans 1 of 2) will be shared via OneDrive due to large file size. It is not attached with this tender on GETS.",Awarded,,8226881,20250410 Auckland Transport,26500668,Request for Tenders,Open Competition,753-23-225-AC - Middlemore and Ti Rakau Drive Bridges Renewals,753-23-225-AC,20221018,20221118,20221207,,Sole Agency,No,,"This Request for Tender (RFT) is for maintenance and repair activities on both Middlemore (MM) and Ti Rakau (TR) Bridges. The main items are listed below: Expansion joint replacement on both bridges. Separation of footpath over expansion joint (TR). Back filling of undermined wing walls (MM). Footpath replacement (TR). Hollowcore cracking repair (TR). *The construction needs to happen over the summer period of 2022/2023",Awarded,,1267752,20250410 Auckland Transport,26506243,Request for Tenders,Closed Competition,746-23-009-PW2 Waipuna Bridge Half Joint Expansion Joint Replacement,746-23-009-PW2,20221019,20221110,20221202,,Sole Agency,No,,"This project includes the replacement of the expansion joints over the bridge half joints at Span 4 and 6 on Waipuna Bridge. The work is the replacement of the existing Transflex 400A expansion joint with a replacement joint system of Maurer XC-1 withBASCrete EC joint nosings and lower Sika Monotop 438R microconcrete nosing. Waipuna Bridge is located on South-Eastern Highway in Pakuranga, Auckland",Not Awarded,No response received.,0,20250410 Auckland Transport,26511720,Request for Proposals,Closed Competition,746-23-155-PS - Manurewa Cycle Connection and New Lynn Cycle Focus Area RFP,746-23-155-PS,20221020,20221104,20221130,,Sole Agency,No,,"This RFP is the second stage of a two-stage procurement process and is an invitation to two shortlisted participants to submit a proposal for the New Lynn Focus Area and Manurewa Cycle Connection Active Modes schemes funded under the Climate Action Targeted Rate (CATR). Regards AT Procurement",Not Awarded,,0,20250410 Auckland Transport,26545974,Request for Proposals,Open Competition,Low Emission Ferry Landside Infrastructure Design,,20221028,20221125,20230124,,Sole Agency,No,,"The Low Emission Ferry Landside Infrastructure Programme (the Programme) will deliver charging infrastructure and wharf upgrades to enable new low emission ferries to operate at up to 9 locations on the Auckland ferry network over several stages from 2024 to 2030, in alignment with the staged rollout of new low emission (fully electric and plug-in hybrid) ferries. Stage 1 of the Programme is required to be completed by quarter three of 2024 to align with the arrival of the first low emission ferries that are currently under construction. Infrastructure is required for three piers at the Downtown Ferry Terminal (DTFT), Half Moon Bay and Hobsonville Point Ferry Terminals. This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal to provide design and MSQA services to Auckland Transport for Stage 1.",Awarded,,8156738,20250410 Auckland Transport,26569347,Request for Proposals,Open Competition,Road Network Asset Management Professional Services [Northern and Southern],751-22-467-PS,20221107,20221206,20230426,,Cluster,No,Level 3,,Awarded,,0,20250410 Auckland Transport,26569683,Request for Proposals,Open Competition,Regional Pathway Condition Assessment Professional Services,751-22-606-PS,20221121,20221221,20230508,,Cluster,No,Level 3,,Awarded,,1956968,20250410 Auckland Transport,26688847,Request for Quotations,Closed Competition,Pupuke Road and Ocean View Road Intersection,746-23-293-TTG,20221129,20221220,20230201,,Cluster,No,,,Awarded,,188510,20250410 Auckland Transport,26704543,Request for Tenders,Closed Competition,746-23-009-PW2 Waipuna Bridge Half Joint Expansion Joint Replacement,746-23-009-PW2,20221202,20230123,20230928,,Sole Agency,No,,"This project includes the replacement of the expansion joints over the bridge half joints at Span 4 and 6 on Waipuna Bridge. The work is the replacement of the existing Transflex 400A expansion joint with a replacement joint system of Maurer XC-1 withBASCrete EC joint nosings and lower Sika Monotop 438R microconcrete nosing. Waipuna Bridge is located on South-Eastern Highway in Pakuranga, Auckland",Not Awarded,,0,20250410 Auckland Transport,26720799,Request for Quotations,Closed Competition,Mangere West Cycling Improvements - Detailed Design,746-23-098-TTG,20221207,20230127,20230308,,Cluster,No,,,Awarded,,288888,20250410 Auckland Transport,26744079,Request for Tenders,Closed Competition,746-23-455-AC - Waipuna Bridge Half Joint Expansion Joint Replacement,746-23-455-AC,20221214,20230120,20230301,,Sole Agency,No,,Tender for the Waipuna Bridge Half Joint Expansion Joint Replacement project.,Awarded,,0,20250410 Auckland Transport,26760469,Request for Tenders,Closed Competition,746-23-402-AC - Fanshawe and Victoria Carpark Lift System Replacement,746-23-402-AC,20221220,20230331,20230622,,Sole Agency,No,,"This procurement plan seeks approval to produce an RFT, with the end goal of appointing a supplier who has the capability to: Manufacture, supply, install and commission brand new units in the carparks which meet ATs lift design standards. Demolish and remove the four existing lift internals and ancillary equipment. Execute this work safely in a live carpark environment. Not impede access for ATs customers by replacing & commissioning one lift at a time, ensuring that the other is left in operation. The aim is to go to market with the intent to procure the design, manufacture, demolition, and installation of 4 new lift cars. Two at Victoria Carpark and two at Fanshawe Carpark. The extent of works is however subject to the final pricing as the project has a budget constraint in FY22/23 of $827,000. The intent therefore is to obtain a price for the full scope, broken into various component prices of design, manufacture, demolish & installation to allow AT the option of selecting the initial components that will suit the FY22/23 budget. The RFT will include wording accordingly providing AT the option to reduce scope or select and commit to a phased approach based on ATs requirements and constraints. As the procurement will include long lead time items of up to 30 weeks, which will require an approximate deposit of 30% to secure, the project will span over multiple financial years. It is envisaged that procurement of the lift cars will occur within FY22/23 renewals budget, with the remainder of the project falling within the FY23/24 budget. Note: This procurement only covers the design, manufacture, demolition and install of new lifts. No ancillary works such as lifts shaft structural works, electrical works, lift pit works are included as part of this procurement package. Any ancillary works will be covered under a separate procurement. It should be noted that because the ancillary works scope still requires definition, the decision has been made to proceed with the purchase of long lead time items (possibly 30-weeks delivery) while the scope for ancillary works is further investigated and developed.",Awarded,,851400,20250410 Auckland Transport,26776176,Request for Quotations,Closed Competition,746-23-374-TTG - Waiheke Island Cycleway,746-23-374-TTG,20221222,20230208,20230307,,Sole Agency,No,,TTEPS RFQ - Waiheke Cycleway - Surfdale Road to Donald Bruce Road Roundabout.,Awarded,,0,20250410 Auckland Transport,26800050,Request for Proposals,Open Competition,Low Emission Ferry Landside Infrastructure Early Contractor Involvement (ECI),,20230116,20230301,20230523,,Sole Agency,No,,"This RFP is to appoint a Contractor to provide Early Contractor Involvement (ECI) services during the development of the investigation/concept and detailed design for Stage 1 of the Low Emission Ferry Landside Infrastructure Programme (the Programme). Subject to satisfactory performance of the ECI services and upon completion of the design documentation by Auckland Transport's (AT) design consultant, it is the intention of AT to negotiate directly with the ECI Contractor for one or more enabling packages and the physical works. We require a Contractor with expertise in projects covering several disciplines: civil, high voltage electrical, low voltage electrical, ports and maritime. We require the ECI services and Physical Works to be performed by a single contracted entity, which could be a single organisation, multiple in a partnership or using sub-contracting arrangements. Stage 1 of the Programme requires landside infrastructure for three piers at the Downtown Ferry Terminal (DTFT), plus Half Moon Bay and Hobsonville Point Ferry Terminals. A minimum of one pier at DTFT and/or Hobsonville Ferry Terminal is required to be completed by Q3 2024 to align with the arrival of the first low emission ferries that are currently under construction.",Awarded,,598830,20250410 Auckland Transport,26850818,Request for Proposals,Closed Competition,746-23-464-PS - Karanga-a-Hape Neighbourhood Network Improvements ECI (Project-K),746-23-464-PS,20230125,20230220,20230427,,Sole Agency,No,,Panel 1 RFP documents for Karanga-a-Hape Neighbourhood Network Improvements ECI (Project-K).,Awarded,,50000,20250410 Auckland Transport,26854409,Request for Proposals,Open Competition,Asset Database Support & Improvement Project (ADS&IP) - Supplier Panel,751-23-135-PS,20230125,20230301,20230811,,Cluster,No,"191 Birkdale Road, Birkdale, Auckland 0626",,Awarded,,0,20250410 Auckland Transport,26940091,Request for Proposals,Open Competition,Transport Monitoring Services & Innovation Solutions - Supplier Panel.,751-23-130-PS,20230215,20230411,20231004,,Cluster,No,,,Awarded,,0,20250410 Auckland Transport,26951347,Request for Proposals,Open Competition,Public Transport Asset Management and Professional Services.,751-23-337-PS,20230221,20230324,20230705,,Cluster,No,Level 3,,Awarded,,0,20250410 Auckland Transport,26966602,Request for Quotations,Closed Competition,746-23-272-TTG - Innovative Streets Programme - Regional Safety Improvements 2023,746-23-272-TTG,20230217,20230310,20230403,,Sole Agency,No,,This RFQ is an invitation for TTEPS panel members to submit a quotation for the scheme and detailed design for all or one of the four (4) region work packages covered under the Innovative Streets Program (ISP).,Awarded,,0,20250410 Auckland Transport,27118151,Request for Tenders,Closed Competition,746-23-073-PW2 - 42 Otitori Bay Rd Retaining Wall Construction,746-23-073-PW2,20230320,20230417,20230508,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to Panel Two members of the Physical Works Panels, to submit a tender for the 42 Otitori Bay Road Retaining Wall Construction.",Awarded,,746326,20250410 Auckland Transport,27140913,Request for Tenders,Open Competition,746-23-610-AC - Ped X5 Civil Construction,746-23-610-AC,20230328,20230421,20230519,,Sole Agency,No,,"AT is currently undertaking a Pedestrian Rail Level Crossing Gating Programme, whereby Automatic Gates are being installed at rail level crossings along the Auckland Metro network. This involves changes to the rail signaling system, civil works amendments to the crossing and then the commissioning of the new system. These measures will minimise the risk of accidents and incidents on the pedestrian rail crossings across Auckland. Auckland Transports Vision Zero goal is for no deaths or serious injuries on our transport network by 2050. AT acknowledges that it has a responsibility to provide and maintain appropriate safe access to rail platforms and across rail corridors. The Auckland region contains 31 combined vehicle/pedestrian rail level crossings and 20 pedestrian rail level crossings, the majority of which are on the core networks between Swanson (Western line) and Papakura (Southern line). Starting in 2017, Auckland Transports PT Infrastructure team has been undertaking a safety critical programme of works to gate pedestrian level crossings to reduce the risk of pedestrians being struck by oncoming trains. The project team has so far successfully delivered upgraded pedestrian crossings at 19 sites. The requirement included within this Procurement Plan includes the civil construction for automatic pedestrian gates at 2 level crossing locations: 1. Glenn Innes Station - Eastern Line 2. Sherrybrooke Place Northern Line",Awarded,,117800,20250410 Auckland Transport,27168195,Request for Quotations,Closed Competition,Harbour Master Vessel Tracking System,,20230331,20230512,20240319,,Sole Agency,No,,,Not Awarded,Details further negotiation during contract set up,0,20250410 Auckland Transport,27345872,Request for Tenders,Closed Competition,746-23-511-PS - Matiatia Wharf Northern Berth Design,746-23-511-PS,20230530,20230621,20230919,,Sole Agency,No,,"This RFT seeks to procure a suitable marine designer, supported by a naval architect, to progress the preliminary design for Pier 2 - Northern Berth Pontoon and Gangway Renewal Design. The successful designers will be required to: Deliver detailed design of a new pontoon for Pier 2 plus gangway and associated services. Other outcomes include: Incorporate the following into the final design; materials manufactured from recycled materials and/or that can be recycled at end of life, measures to reduce waste to landfill and/or embodied carbon during the construction phase.",Awarded,,332750,20250410 Auckland Transport,27354547,Request for Proposals,Closed Competition,746-23-008-PW1 Pt Chevalier to Westmere Improvements,746-23-008-PW1,20230505,20230630,20230911,,Sole Agency,No,,"The Pt Chevalier to Westmere cycle connection, which is the key component of the improvements project, forms the outer part of the Western Waterfront and City Journey Corridor identified in the Auckland Cycle Network (ACN), which links St Mary Bay, Waitemata Safe Routes and the North-Western Cycleway. The ACN is a key component in delivering the vision of Auckland, as identified in the Auckland Plan. We require a contractor that is experienced in a wide range of roading infrastructure construction including construction of a bi-directional cycleways and re-positioning of kerb and channels, pavement rehabilitation as well as construction of new stormwater system and relocation of underground services. First interactive information session about this RFP will be held on 18 May 2023 at 11AM via MS Teams . This meeting is an opportunity for all RFP participants to attend a presentation from the ATs team introducing the project, including key considerations and complexity of traffic management, and accelerating the programme of work. First meeting is mandatory to all Participants (limited to 5 personnel per Participant) Please register your interest by emailing physicalworks@at.govt.nz Subject Line: 746-23-008-PW1 Pt Chevalier to Westmere Improvements Attn: Biljana Malcic Ref: 746-23-008-PW1 Meeting 1 Kind Regards Biljana",Awarded,,0,20250410 Auckland Transport,27363698,Request for Proposals,Closed Competition,?EMU Tranche 3 independent quality inspections,747-23-716-PS,20230517,20230607,20240716,,Sole Agency,No,,,Not Awarded,,0,20250410 Auckland Transport,27467968,Request for Proposals,Open Competition,786-23-794-PS VKT Reduction Programme for Auckland,786-23-794-PS,20230529,20230619,20230710,,Sole Agency,No,,"Waka Kotahi has asked AT and Council to develop a Vehicle Kilometres Travelled Reduction Programme (VKT-RP) for Auckland, in partnership with Waka Kotahi, which will (if funded and delivered) lead to VKT reduction levels consistent with the targets set for Auckland by the Ministry of Transport. Consultant support is needed to lead and support the development of the VKT-RP for Auckland. AT requires consultant staff to manage the project, coordinate the land use and engagement activities being led by Auckland Council, and lead the transport planning, modelling and reporting work, culminating in the preparation of a final report. This work needs to be strategically aligned, customer-focussed, well-researched, evidence-based and based on best practice. Description Date Publish date 29 May 2023 Deadline for questions from participants 4pm on 12 June 2023 Deadline for Proposals 5pm on 19 June 2023 Unsuccessful participants notified of Award of Contract July 2023 Participants debriefs (if required) July/August 2023 Anticipated Contract commencement 10 July 2023",Awarded,,890000,20250410 Auckland Transport,27821480,Request for Tenders,Open Competition,746-23-427-AC - Wiri EMU Depot - Stabling Yard Extension,746-23-427-AC,20230803,20230904,20231003,,Sole Agency,No,,"This procurement seeks to select a Lead/Head Contractor to deliver the Physical Works package through to the commissioning of the facility and hand it over to the Operator. The project will require the integration of several specialized elements and will therefore suit a highly skilled Main Contractor with robust project management processes, experience in the integration of works of this nature, and a competent and capable workforce to successfully complete the Physical Works Construction package. The Physical Works Construction package will include but is not limited to the following: Project management of all aspects of the Physical Works, including the commissioning of the completed facility; Earthworks, drainage, wastewater and utility services installation or ducting as required, Retaining wall construction; Foundation works for access stairs, light columns, and OLE mast; Roading and footpath construction, including a rail level crossing and associated safety systems or elements; Management of Installation of rail signals and control infrastructure being provided and installed by nominated Contractors, Installation of supplied rail infrastructure elements, including sleepers, track, and turnouts; Supply and installation of rail infrastructure elements incl., ballast, rail clips, pads, and stairs; Connection to existing mainline rail infrastructure and the existing EMU maintenance facility network, including allowance for restricted access periods and block of line work; Supply and installation of OLE equipment, including commissioning; Liaison with the management of and close cooperation with material suppliers and other nominated specialist contractors to achieve the overall project outcomes; and, Liaison and engagement with various stakeholders throughout the construction phase.",Awarded,,15699161,20250410 Auckland Transport,28021874,Request for Proposals,Closed Competition,746-23-710-AC - Rosedale Works MSQA and Design Support,746-23-710-AC,20230904,20231006,20231031,,Sole Agency,No,,"The proposed procurement approach is to procure the works from one single design supplier for both: Bus station building works MSQA. Road widening and bus station civils MSQA. This will be procured using a two-step procurement approach: Registration of Interest (ROI) - assessed on a Pass/Fail basis. Request for Proposal (RFP) As the designer will be inheriting a design that has already been completed to detailed design stage from the NCI Alliance, it is necessary to provide the designer the opportunity to review the design for any design gaps or discrepancies and update the drawings as required, with the intention that the designer satisfies themselves that the inherited design is complete and constructable. There is also an external stair that has not been designed by the NCI Alliance and needs to form part of the procurement package. To allow for these additional design components, the scope of works will be divided into four separable portions (SP): SP1 - Gap analysis and review of the NCI Alliance designers detailed design documentation. SP2 - Design of external stairs for the Rosedale Bus Station, related building consent support and Engineering Plan Approval (EPA). SP3 - Update the detailed design (if necessary) following the completion of SP1. SP4 - Construction design administration, tender support/evaluation and MSQA of the physical works.",Awarded,,4508100,20250410 Auckland Transport,28306501,Request for Proposals,Open Competition,746-24-017-PS - Manukau and Mangere East Cycling Network Stage 1 - Preliminary and Detailed Design,746-24-017-PS,20231018,20231117,20240110,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the Manukau and Mangere East Cycling Network Stage 1.,Awarded,,2401800,20250410 Auckland Transport,28343003,Request for Proposals,Open Competition,766-24-234-GS - Cycle Skills Training,766-24-234-GS,20231025,20231122,20240701,,Sole Agency,No,,"This RFP relates to the procurement of a panel of preferred suppliers to deliver various cycle skills training programmes. Successful providers will demonstrate they can deliver the courses, including the management and reporting of them. The key outcomes that we want to achieve are: Increasing the number of adults and kids in Tamaki Makaurau / Auckland who have learned the necessary skills to confidently ride a bike. Providing high-quality service so participants who go through our courses are encouraged and confident to try mode-shift where possible. Consistent management, communication and reporting to ensure our programmes are delivered to a high-standard and participants leave with a positive impression of Auckland Transport Upskilling and capability building within, and across supplier organisations to grow the pool of cycle skill suppliers",Awarded,,0,20250410 Auckland Transport,28380816,Request for Proposals,Closed Competition,746-23-372-AC Mokoia Pa Park Construction,746-23-372-AC,20231101,20231129,20240515,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the Mokoia Pa Park Construction. This RFP is a single-stage procurement process. Please complete the Non-Price Response and Price response templates as explained in the attached documents. Note: Please make sure that your non price response is consistent with the scoring schedule. (746-23-372-AC - Mokoia Pa Park - Scoring Schedule).",Awarded,,3126044,20250410 Auckland Transport,28391418,Request for Tenders,Open Competition,746-24-258-AC - Pedestrian Level Crossing Removals Programme - SP 1 and SP 2,746-24-258-AC,20231106,20231128,20231211,,Sole Agency,No,,"This procurement relates to the Implementation and Construction of the Pedestrian Level Crossing Removal project, specifically for Separable Package 1 (SP1) and Separable Package 2 (SP2). This project was initiated as part of the Level Crossing Removal Programme. It aims to reduce the risk of harm caused by the current conflict points between pedestrians and trains since the crossings have not been designed for the number of trains currently operating and expected to operate on the network. With increased train frequencies post-CRL (City Rail Link), as well as ATs Vision Zero policy, pedestrian-only level crossings need to be accelerated for removals. The projects objective is to close five standalone pedestrian level crossings at 5 locations: SP 1 Corban Estate and Tironui Station Road East SP 2 Lloyd Avenue, Kingdon Street, and ONeills. SP 1 and SP 2 pedestrian level crossings need to be completed before the launch of Day 1 Operation for CRL (City Rail Link) with the detailed project timeline outlined in this document. Please register for the RFT Briefing session via procurement@at.govt.nz by COB on Thursday 9th of November. Include a list of the attendees from your company. This session will take place on Friday 10th of November at 1PM.",Awarded,,1627434,20250410 Auckland Transport,28402502,Request for Proposals,Open Competition,746-24-247-AC - Newmarket and Grafton Glazing Remediation,746-24-247-AC,20231106,20231129,20240126,,Sole Agency,No,,"This RFP seeks to procure construction services for the replacement of the degraded pivot windows at Newmarket Train Station Footbridge and at Grafton Train Station Western Concourse. In addition, new glazed louvres will be installed in the upper section of the Newmarket Footbridge to partially close off the significant air gap which is allowing significant water ingress. Due to the anticipated long lead time for the manufacture of the glazed units and louvres, this procurement process must commence asap to take advantage of an agreed Early Ramp Down (ERD) on the down main at Newmarket Train Station in February 2024.",Awarded,,1482873,20250410 Auckland Transport,28490183,Request for Proposals,Closed Competition,746-23-028-AC - Half Moon Bay Northern Dolphin Renewal,746-23-028-AC,20231120,20240111,20240605,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to four shortlisted participants to submit a proposal for the Half Moon Bay Northern Dolphin Renewal. This is a closed RFP in the 2nd stage of a two-stage procurement process. This procurement relates to the delivery of the renewal of the existing berthing structure at Half Moon Bay Vehicular Ferry Terminal, and construction of a new dolphin to the North of the existing structure. Please note that 3x mooring dolphin piles with rotating floating fender systems have been added to the scope of the contract since the previous ROI stage.",Awarded,,10401867,20250410 Auckland Transport,28497738,Request for Tenders,Closed Competition,746-24-328-AC - Wellesley Street Bus Improvement (WSBI) Stage 1,746-24-328-AC,20231121,20240119,20240524,,Sole Agency,No,,"With reference to contract no 746-23-884-PS Wellesley Street Bus Improvements (WSBI) Stage 1, for the Early Contractor Involvement (ECI) preconstruction works, Downer is invited to provide an offer for the WSBI Stage 1 Physical Work in accordance with clause 11.2 of the agreement. Should the offer be accepted, Downer (the Contractor) shall enter into a construct only agreement with Auckland Transport (the Principal) in the form of NZS3910:2013. Kind regards, Roberto",Awarded,,17086226,20250410 Auckland Transport,28554646,Request for Tenders,Closed Competition,746-24-317-AC Ahuroa Road Seal Extension Stage 2B,746-24-317-AC,20231130,20231221,20240227,,Sole Agency,No,,"Ahuroa Road in the Rodney region is identified on the Auckland Transport Seal Extension Prioritisation list as the highest ranked project. The total length of the unsealed section of Ahuroa Road spanned approximately 9km, of which 1.3km was completed in FY21as part of the Stage 1 works, and a further 1.62km completed in FY22/FY23 as part of Stage 2A works. It is now proposed to seal the unsealed section between approx. RP6555 and RP7837 under this procurement as part of Stage 2B works. The project works will comprise of around 1.3km of seal extension, starting from the sealed section at the Puhoi end. The works will typically include, pavement construction, associated stormwater works, retaining structures, signage, and installation of traffic control and safety devices.",Awarded,,2657215,20250410 Auckland Transport,28639177,Request for Quotations,Closed Competition,746-24-341-AC RFQ - Te Kia Ora Marae,746-24-341-AC,20231218,20240216,20240307,,Sole Agency,No,,"This Request for Quotes (RFQ) is issued for Auckland Transport (AT) and invites suppliers to quote for the delivery of Te Kia Ora Marae Carpark and Driveway Upgrade. The scope of work comprises the construction of an approximately 3000m? reinforced concrete carpark area between the road frontage and the existing Marae building, further reinforced concrete carparking at the back of the Marae and a gravel accessway extending between the two carpark areas. The carpark works will also comprise the construction of grassed swale drains and associated stormwater reticulation, permeable stepping stone pavers within the base of the swale drains, and a new concrete footpath with kerbing for the pedestrian and pram users. Streetlights will also be installed within the carpark areas. Our requirements are described in the attached RFQ document. Auckland Transport Procurement (Infrastructure and Place)",Awarded,,0,20250410 Auckland Transport,28673584,Request for Tenders,Closed Competition,746-24-376-AC Govan Wilson Road Seal Extension Stage 1,746-24-376-AC,20240109,20240207,20240301,,Sole Agency,No,20 Viaduct Harbor,"Govan Wilson Road in the Rodney region is identified on the Auckland Transport Seal Extension Prioritisation list as one of the highest ranked projects. It is a rural local road commencing at the intersection of Matakana Valley Road, extending approximately 3.6 kilometres towards the west. The road generally extends along and/or adjacent to a broad crested ridgeline predominately serving farmland and lifestyle properties. The entire length of Govan Wilson Road is currently unsealed. In 2019 it was proposed and agreed that the seal extension of Govan Wilson Road be delivered as a single package (the full 3.6km), however due to budget cutbacks this project, although already designed and ready for construction, had to be put on hold. Funding is now available; however, it is not enough for the construction of the entire 3.6km length. It is therefore proposed that the project be split onto 2 stages as follows: - Stage One 1.2km section starting from Matakana Valley Road, RP0 RP1200 (this procurement) - Stage Two 2.4km section starting from RP1200 to the end of the road (planned for later)",Awarded,,1674151,20250410 Auckland Transport,28687021,Request for Quotations,Open Competition,BT Testing Panel,,20240212,20240228,20240521,,Sole Agency,No,,,Awarded,,0,20250410 Auckland Transport,28939121,Request for Proposals,Open Competition,770-24-382-GS Public Transport Customer Satisfaction Survey,770-24-382-GS,20240301,20240329,20240701,,Sole Agency,No,,"Auckland Transport is looking for an agency to conduct our Public Transport Satisfaction Survey. This survey has been carried out since 2005 and by Auckland Transport since 2010. We need an agency who has the experience and track record in delivery large scale face to face surveys to measure the performance of the public transport system across the entire Auckland Region, compare the performance across routes, modes, operators and identify areas for improvement and help elevate the public transport experience.",Awarded,,0,20250410 Auckland Transport,28993958,Request for Tenders,Closed Competition,746-24-561-AC - Karanga-a-Hape Neighbourhood Network Improvements (Project K),746-24-561-AC,20240311,20240402,20240628,,Sole Agency,No,,"This contract is for Works required to deliver the Karanga-a-Hape neighbourhood network improvements Project, also known as Project K. Other sections of the contract documents provide detailed description of the Scope of Works as relevant to that section refer to these sections for details of the Scope of Works of this contract. Unless otherwise specified it shall include the supply of all labour, Plant, and materials for the construction of the Contract Works. The Contract Works scope is detailed in the design drawings and technical specifications, and as described but not limited to the below. The Contractor is to take into account all documents in conjunction that make up the Contract in order to fully inform the scope: - Site setup, establishment, and traffic management to enable the works. - Site clearance and preparation. - Environmental control and compliance. - Earthworks, including disposal of excess spoil and materials. - Testing and disposal of hazardous or contaminated materials. - Protection of existing infrastructure, including services, surfaces and structures. - Service utility infrastructure, including coordination with the respective Network Utility Operators (NUO), and construction of new trenches and civil works to facilitate the required relocations or new installation. - Road and footpath pavements. - Stormwater drainage, including kerb and channels. - Traffic signals. - Traffic services, including signage, wayfinding, street lighting, feature lighting, ITS, CCTV, and road markings - Landscaping and streetscape/ urban design features such as tree pits, shallow planters, and street furniture. - Bus shelters, glazing, and associated ancillary works, including any design and calculations of the glazing and fixing systems in accordance with the requirements set out in the Drawings and Specifications.",Awarded,,11541295,20250410 Auckland Transport,29121897,Request for Quotations,Open Competition,RFQ_Electric Vehicle Action Plan Business Case Writer,786-24-560-PS,20240329,20240415,20240416,,Cluster,No,,,Not Awarded,"Not Award - replaced with RFx Ref 29226855 Time extended via an Addenda but was not able to change dates in RFx details.",0,20250410 Auckland Transport,29221224,Request for Proposals,Open Competition,746-24-640-PS - Active Mode Modular Bridge Design,746-24-640-PS,20240416,20240522,20240703,,Sole Agency,No,,"This procurement relates to the delivery of a suite of active mode modular designs over the rail corridor for use by AT in the Auckland Metro area. As part of Aucklands Future Transport Plan, 49 level crossings across Auckland are planned to be closed and benefits include: Eliminate the risk of accidents at pedestrian level crossings now and as the network grows. Improve mode share for people and goods through improved reliability of service by removing a source of delays and cancelations. Improve rail network capacity and efficiency by removing the constrain on optimal network operations, increasing overall network capacity and level of service. The programme has begun implementation at 7 sites. Auckland Transport, as lead agency working with KiwiRail and NZTA, are currently developing a programme for the remaining 42 level crossing sites (33 Road, 9 pedestrian crossings). The programme business case is planned for completion/submission by May 2024 for review and approval by Waka Kotahi. The Level Crossing Removal Programme has identified that there is an opportunity to provide a more economical, allowing quicker installation, with a less disruptive structure as the agreed solution at each level crossing site that requires a grade separation option treatment.",Awarded,,934728,20250410 Auckland Transport,29226855,Request for Quotations,Open Competition,Electric Vehicle Action Plan Business Case Writer [Extension],786-24-560-PS,20240416,20240422,20240703,,Cluster,No,Level 3,,Awarded,,297000,20250410 Auckland Transport,29504624,Request for Proposals,Closed Competition,713-24-754-BT Red Hat OpenShift Platform Support,713-24-754-BT,20240529,20240620,20241017,,Sole Agency,No,,"AT is seeking a partner to deliver the following services: Proactive support for issues for the Red Hat OpenShift Platform to ensure smooth operations and timely issue resolution: Active upgrades for new stable releases of Red Hat OpenShift Platform and cluster-wide operators such as Loki Operator. Overall cluster health - Proactive Monitoring and Maintenance Alerts Node health Patching and updates Security and Compliance Pricing for 24/7/365 support of the Red Hat OpenShift Platform.",Awarded,,0,20250410 Auckland Transport,29559488,Request for Proposals,Closed Competition,??754-24-785-AC - Low Emission Ferry Landside Infrastructure Main Works?,??754-24-785-AC,20240610,20240716,20240827,,Sole Agency,No,,"Landside improvements at HMB are required to be completed by the end of 2024 to align with the testing of the first new electric vessel in January 2025. Failure to meet this date will result in AT being unable to test the vessels key performance criteria and AT will have to accept the liability of vessel ownership without sufficient testing. The overall aim of the LEFP is to: Reduce greenhouse emissions from public transport (PT) ferry journeys Introduce standardisation to Aucklands PT ferry vessels Improve frequency and reliability of ferry services Improve productivity and attractiveness of the PT ferry network With reference to the Contract that is titled 745-23-229-PS Low Emission Ferry Programme Landside Infrastructure Early Contractor Involvement (ECI) between AT and BPC, for ECI and investigation works, BPC is invited to provide an offer for works at Half Moon Bay (the project) in accordance with clause 11.2 of the Contract. Should the offer be accepted, BPC (the Contractor) shall enter into a construct-only agreement with AT (the Principal) in the form of NZS3910:2013.",Awarded,,4245976,20250410 Auckland Transport,29599820,Request for Tenders,Closed Competition,746-24-842-AC - Vertical Transport Asset Upgrades,746-24-842-AC,20240614,20240807,20240927,,Sole Agency,No,,"AT is seeking to upgrade vertical transport assets by replacing several passenger lifts and escalators at Henderson and Britomart Train Stations. This Request for Tender (RFT) relates the appointment of a main contractor to manage the replacement and/or upgrade of passenger lifts and escalators for both stations in line with the referenced specification document. The main contractor will be responsible for ensuring that the vertical transport assets will be replaced and/or upgraded as per programme requirements. The main contractor is expected to manage the specialist lift suppliers (as nominated sub-contractors) and sub-contractors at the various stations, whilst ensuring compliance of the rail corridor permits and requirements. There will also be temporary works that the main contractor is to manage to enable the main works to be performed. It is hence a requirement for the tenderer to have track recording of carrying out complex projects within the rail environment and working with stakeholders such as KiwiRail, AOR and Auckland Transport. There will be considerable coordination and planning required, as a majority of these works will likely required to be carried out during block of lines (BOLs), night works, early ramp downs (ERDs) and any other shutdown opportunities. The main contractor will work in conjunction with project team and various stakeholders to develop suitable methodologies for temporary works, mobilisation of assets, decommissioning and demobilisation of existing assets, installation, commissioning and site handover.",Awarded,,2397918,20250410 Auckland Transport,29640505,Request for Quotations,Closed Competition,751-24-536-TMS,751-24-536-TMS,20240621,20240705,20240722,,Cluster,No,20 Viaduct Harbour Avenue,,Not Awarded,"This RFQ is a secondary procurement of a panel already in place and particularly this workstream is revised annually based on the schedule count program revised annually. The suppliers in this workstream are Matrix - West & South East - 258,780 Data Traffic - South West - 145,320 Team Traffic - Central and North - 553,375 Each supplier has been awarded with a separate region to have a balance of distribution of work.",0,20250410 Auckland Transport,29672723,Request for Proposals,Closed Competition,751-24-380-PS Carrington Road Corridor Upgrade (Design Services) - RFP,751-24-380-PS,20240627,20240717,20241108,,Sole Agency,No,20 Viaduct Harbour Avenue,"This Request for Proposal (RFP) is an invitation to shortlisted qualified participants to the second stage of the procurement process. To meet the IAF Agreement timeframes the detailed design needs to be completed September 2025 with Issued for Construction drawings to be delivered by no later than late 2025. In terms of the Agreement, AT is contractually committed to deliver Practical Completion for construction by no later than May 2028. To accelerate the programme, the second stage of the procurement process has been changed to an AGILE Evaluation process. PLEASE NOTE: Further addendum to this RFP is anticipated to be posted on Tuesday 2nd July 2024 by COB.",Awarded,,0,20250410 Auckland Transport,29760902,Request for Tenders,Closed Competition,746-24-048-PW1 - Great North Road Improvements - Main Construction Works,746-24-048-PW1,20240711,20240829,20241021,,Sole Agency,No,,"The purpose of this RFT is to appoint a main civil Contractor via the AT Physical Works Supplier Panel One (PW1) to deliver the construction of the phase 2 of the Great North Road Improvements project. Key features of the proposed works will include: Removal of 19 trees under a Resource Consent. Installation of trees into tree pits installed as part of phase 1 works. Drainage works. Install new streetlights, traffic signals. Localised road widening and road pavement construction. Traffic calming devices (speed tables). Cycle lane delineators. Cycle lane counters. New asphalt surfacing. Signage and roadmarking. CCTV cameras for Special Vehicle Lane traffic monitoring. New bus stops and bus shelters",Awarded,,11788488,20250410 Auckland Transport,29768654,Request for Proposals,Open Competition,746-24-847-AC - Pedestrian Level Crossing Removal Programme - Homai Station - SP3,746-24-847-AC,20240712,20240812,20240906,,Sole Agency,No,,"This procurement relates to the Implementation and Construction services for the Homai Station works (SP3), as part of the Pedestrian Level Crossing Removal programme. This project was initiated as part of the Stage 1 Level Crossing Removal Programme which covers works at six other sites of which five are currently under construction. The projects objective is to reduce the risk of harm caused by the current potential conflict points between pedestrians and trains at the crossings. With the planned train frequency increase when CRL becomes operational analysis has determined that the eight crossings as part of Stage 1 Level crossing removals have not been designed for the number of trains planned to operate on the network. With increased train frequencies post-CRL (City Rail Link), as well as ATs Vision Zero policy, pedestrian-only level crossings need to be accelerated for removals. A SITE VISIT has been planned for next Tuesday 16th of July at 9AM. Please register your interest of attending by 2PM on Monday 15/07 via procurement@at.govt.nz. Please note that a maximum of two people from each supplier is permitted for the site visit. Kind regards, Roberto",Awarded,,5514017,20250410 Auckland Transport,29769175,Request for Proposals,Closed Competition,746-24-651-AC - Newmarket Weathertightness Remediation,746-24-651-AC,20240712,20240806,20240919,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the Newmarket Rail Station Weathertightness Remediation. We are seeking participants that can demonstrate the ability to undertake the ECI services in accordance with the Pre-Construction Services Agreement (PCSA). Specifically, we require: An ECI Contractor that can provide an experienced and focused team to add real value to the detail design and pre-construction phase, including: o Senior Manager to partially participate and provide oversight. o Project Manager to fully participate and go on to deliver the physical works if successfully negotiated. o Estimator to fully participate to support optioneering and method development.",Awarded,ECI Contract was awarded.,18992,20250410 Auckland Transport,29862464,Request for Proposals,Open Competition,781-24-513-PS Manurewa Active Modes Action Plan - Professional Services,,20240726,20240906,20241213,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the Manurewa Active Modes Action Plan. There are three required key deliverables: A Human Infrastructure Plan (HIP) for Walking and Cycling, which takes a Human Infrastructure and behaviour change approach to increasing walking and cycling in the project area. The HIP will ultimately form part of the Action Plan but is required as an early deliverable. An overall Action plan. The development of a Physical Infrastructure Plan (PIP) for walking and cycling will be a key component of developing the Action Plan. The PIP will be predominantly focused on identifying priority infrastructure interventions to increase walking in the project area. The PIP will be contained within an overall Action Plan that ties the two components (HIP and PIP) together through demonstrating an overall investment case. A public facing summary document focused on the outcomes sought and actions identified",Not Awarded,,0,20250410 Auckland Transport,29910226,Request for Tenders,Closed Competition,753-24-036-PW2 Retaining Wall 2938 Hibiscus Coast Highway,753-24-036-PW2,20240804,20240905,20241009,,Sole Agency,No,,"This procurement is for engaging a contractor from the AT Physical Works Supplier Panel Two as an invited tender, to carry out the replacement and associated works on RW2938, opposite 999 Hibiscus Coast Highway RP3392-3417m. A full replacement of this retaining wall with the associated pavement works is needed. This will contribute to maintaining a safe, efficient, and sustainable roading network. These works are included in the RFWP Transport Structure, NZTAs Work Category 216. This is a single-stage procurement process and will be evaluated using the lowest price-conforming method (LPC). The works will comprise the construction of a replacement timber pole retaining wall supporting the northern shoulder of the carriageway over a length of approximately 52m. The project also comprises the reinstatement of the supported carriageway, as well as the mill and fill of a section of the carriageway to the north of the retaining wall site and various reinstatements including barriers and signage. Earthworks and vegetation alteration are required to carry out the works and these must be completed under the supervision of the project geotechnical engineer and arboricultural consultant.",Awarded,,226024,20250410 Auckland Transport,30114623,Request for Proposals,Open Competition,873-25-069-PS Comprehensive Parking Management Plans (CPMPs),873-25-069-PS,20240903,20240930,20241115,,Sole Agency,No,,"We need consultant support to develop the four CPMPs. Offers can cover a single CPMP, or multiple Auckland Transport does not expect to have a single supplier for all four CPMPs. Suppliers can nominate specific sites they would prefer to lead. AT requires an expert and experienced consultant team that can deliver a strategically aligned, customer-focussed, well-researched and evidence-based CPMP, based on best practise and established guidelines. AT is seeking a team with the following skills and capability: Transport planning/traffic engineering Knowledge of parking management in a complex system Project management skills Data collection and analysis Technical GIS capability Option evaluation and developing recommendations Business case development experience Report development The output will be a comprehensive plan for managing parking and kerbside space allocation in the key locations which focus on short term changes and have longer term initiatives to pursue.",Not Awarded,,0,20250410 Auckland Transport,30489573,Request for Proposals,Open Competition,754-25-199-GS Auckland Transport Vending Deployment,754-25-199-GS,20241118,20241213,20250328,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified participants to submit a proposal for the supply, maintenance and management/re-stocking of appropriate Vending Machines throughout the Auckland Public Transport network (commonly referred to as the AT Metro network) as part of Auckland Transports strategy to increase customer amenity at these facilities.",Awarded,,0,20250410 Auckland Transport,30557462,Request for Tenders,Open Competition,746-25-995-AC - Mangere West Cycling Improvements,746-25-995-AC,20241104,20241203,20241220,,Sole Agency,No,,"The Mangere West Cycling Improvements project is part of the Southwest Gateway Programme (SWGP) led by the NZ Transport Agency (NZTA), Auckland Transport (AT) and Auckland International Airport Limited (AIAL). The SWGP is a long-term programme of works to create a transport system that provides choices for people travelling to and from the airport employment zone and the surrounding area. Under the SWGP, the MWCI project is the final of three Short-Term Airport Access Improvements (STAAI) projects which aims to make cycling a more safe and attractive option, so trips to work, schools and town centres are easier and safer by bike.",Awarded,,4113505,20250410 Auckland Transport,31119986,Request for Quotations,Closed Competition,746-25-573-AC_Advance Notice_Tahuna Marae Carpark Construction,746-25-573-AC,20250220,20250306,20250310,,Sole Agency,No,,"The purpose of this Advance Notice is to communicate Auckland Transports (AT) intention to release an RFQ to Maori-owned businesses, registered via Amotai, for the Tahuna Marae entry/exit driveway upgrade and new carpark construction. This project is located within Tahuna Marae, located at 54 Tahuna Pa Road, Karioitahi 2683. It will provide AT with an ideal opportunity to create specific Maori business opportunities and contribute to the Maori economy. The scope of works includes: ? Construction of circa 1310m2 reinforced concrete carpark area adjacent to the existing Marae building. ? Construction of grassed swale drains and associated stormwater reticulation. ? New concrete footpath/accessway with kerbing for pedestrian and pram users. ? Streetlights to be installed within carpark areas.",Not Awarded,This was only Advance Notice.,0,20250410 Auckland UniServices Limited,27997308,Request for Proposals,Closed Competition,Multimodal Data Collection for the Growing Up in New Zealand 14 Year Checkpoint,,20230913,20231006,20240108,Auckland UniServices Limited,Sole Agency,No,,"UniServices is about to embark on the next and critical stage of the GUiNZ longitudinal study the 14 Year data collection and checkpoint. UniServices would like to secure an external provider to outsource the fieldwork of the 14 Year Checkpoint, with the view to developing a longer-term partnership for future data collection waves and bespoke projects. The 14 Year Checkpoint will take place between mid-November 2023 and end of June 2024 with the following phases: Phase 1: Pilot 14 Year Checkpoint - Mid to late November 2023: Review and refinement of the current GUiNZ 14 Year Checkpoint Research Plan , including enhancements and innovation to increase cohort completion - 27 November 10 December 2023 : Qualitative and quantitative fieldwork for the pilot cohort using a mix of focus groups, online questionnaires and in-person delivery both in the homes of participants and their whanau and/or in community spaces such as maraes and churches. - Early-Mid December 2023: Analysis of the pilot qualitative and quantitative data for learnings and recommendations; adaptation of the GUiNZ 14 Year Checkpoint Research Plan to include in the data collection to the full cohort. Phase 2: 14Y Checkpoint Data Collection - Mid-February-End May 2024: Roll-out of the revised Research Plan across the full cohort - June 2024: Data cleaning, a Completion report and workshop (including recommendations (innovation, engagement, and process) for future fieldwork and data collection wave closeout. (Note: data analysis will be conducted by GUiNZ) We are looking for an experienced provider to help us deliver on this critical phase in a way which: - meets our core objectives, including: o maximising cohort retention and engagement across the study with particular focus on Maori and Pacific participants o ensuring the study continues to provide robust scientific evidence about child development in New Zealand - while recognising the criticality of: o timely performance for each stage (need to collect data while the participants are 14 Year age) o securing the long term/ongoing relationships with participants. In particular acknowledging the age of the rangatahi and the nuances required to keep them engaged for future research when they will provide their own consent at 16 to continue to participate o meeting the ethical and privacy requirements and expectations.",Not Awarded,,0,20250410 Auckland UniServices Limited,29574723,Request for Quotations,Closed Competition,GVDN Consulting Epidemiologist,,20240719,20240730,20240823,Auckland UniServices Limited,Sole Agency,No,"UniServices Building, Level 10, 49 Symonds Street","Lead epidemiologist services to be provided at an indicative 0.5 FTE (may vary depending on project requirements) for public health and infectious disease epidemiology, focusing on vaccine safety and effectiveness, with a particular interest in either maternal immunization and perinatal, maternal, and neonatal outcomes, or vaccine-mediated enhanced disease, or ideally both.",Not Awarded,,0,20250410 Auckland War Memorial Museum,22030502,Request for Proposals,Open Competition,Auckland Museum - ICT Infrastructure Refresh,,20191205,20200124,20201013,,Sole Agency,No,,,Awarded,,0,20250410 Auckland War Memorial Museum,23420203,Request for Proposals,Open Competition,Auckland Museum - Facilities Management Software Solution - ONLY OPEN TO THOSE WHO MET THE INTENT TO RESPOND DATE,23420203,20201012,20201211,20210329,,Sole Agency,No,"Private Bag 92018, Victoria Street West, Auckland 1142, New Zealand","Auckland War Memorial Museum seeks a software solution to provide asset management and facilities management functions across its buildings. This RFP invites interested, suitably qualified parties to describe their product, implementation services and support.",Awarded,,0,20250410 Aviation Security Service,20853542,Request for Proposals,Open Competition,Engaging a Chief Medical Advisor,2019-01,20190319,20190415,20190718,,Sole Agency,No,,"Avsec recruits a significant number of Aviation Security Officers (ASOs), including Warranted ASOs, ASO Screeners and Explosive Detector Dog Handlers every year. As part of the selection process, candidates for these positions have to complete a pre-employment medical to ensure they are medically fit and able to carry out the full duties of the role should they be successful. There is a set Medical Standard that is to be applied consistently nationwide to evaluate and determine the medical fitness of prospective candidates. The role of the CMA is to review the pre-employment medicals completed by medical practitioners across the country, to ensure medical assessments are completed to a high standard according to the Avsec medical standards, to advise whether candidates meet or do not meet the medical standard, to ensure consistency nationwide, and to issue medical certificates for candidates. It is also the role of the CMA to provide advice relating to the medical fitness of existing employees, for example in relation to complex return to work cases or cases of medical incapacity. Deadline for Proposals: 8am 15/04/2019",Awarded,,0,20250410 Bay of Plenty District Health Board,19540698,Request for Proposals,Open Competition,Respite for people with serious mental illness and/or addiction in the Bay of Plenty,MH102,20180319,20180419,20190806,,Sole Agency,No,"Tender Box: Adult Respite, Ellen Fisher, Te Teo Herenga Waka, Bay of Plenty District Health Board, 290 Cameron Road Tauranga","Respite for people with serious mental illness and/or addictions in the Bay of Plenty Here in the Bay of Plenty, we want to offer tangata whaiora and their whanau respite services that are flexible and responsive, framed around their needs and wishes, planned and intentional, with a focus on recovery and wellbeing. This service provider(s) will partner with the Bay of Plenty District Health Board (BOPDHB) Mental Health and Addiction Services and others within the sector to offer a range of respite options for people with serious mental health issues and/or addictions. We would like to engage providers who use a Kaupapa Maori approach and/or focus on peer-led services. The agreement will be outcomes-based with respite with the aim being that respite is viewed as a positive experience for both tangata whaiora and their whanau. The Bay of Plenty District Health Board funds and provides health services from Te Kaha to Waihi Beach and west to Murupara. The BOPDHB's Mental Health and Addictions Services operate from Tauranga and Whakatane, offering specialist services and inpatient facilities. There are a number and variety of non-governmental organisations (NGOs) that provide community-based mental health and addiction services across the Bay of Plenty based on agreements with BOPDHB's Te Teo Herenga Waka (Planning, funding, service improvement and performance). The closing date for receipt of Proposals is 4.30pm on 19 April 2018.",Not Awarded,Pathways (Wise Group),0,20250410 Bay of Plenty District Health Board,20178635,Request for Proposals,Open Competition,Audiology Clinic Services to Bay of Plenty DHB,BPDHB_2018-022,20180919,20181015,20190805,,Sole Agency,No,,"Bay of Plenty District Health Board (Bay of Plenty DHB) is seeking to identify and select a preferred supplier for the supply of Audiology Clinic Services to patients in the Eastern Bay of Plenty region which includes the Kawerau, Whakatane and Opotiki districts. Audiology services being sought include Primary (Community) and Secondary referred tests and ORL Clinic Attendance comprising: Provision of diagnostic examinations (preparation of the patient, including provision/administration of any services, substances and supplies incidental to the procedure, and undertaking of the examination/procedure) Hearing aid habilitation/rehabilitation for all children diagnosed with permanent or long-term hearing impairment and any adults who meet eligibility criteria under the yet-to-be-determined minimum service specifications for DHB Audiology services. Clinical advice and education (advice to patients/carers and referring practitioners, including advice on the appropriateness of examinations)",Not Awarded,No responses received for this RFx.,0,20250410 Bay of Plenty District Health Board,20200481,Request for Tenders,Open Competition,Integrated Breastfeeding Support Service,,20180924,20181026,20190806,,Sole Agency,No,"Tender Box: Breastfeeding Support. Sarah Stevenson, Te Teo Herenga Waka. 290 Cameron Road, Tauranga Hospital, Bay of Plenty District Health Board","The Bay of Plenty District Health Board seeks responses from providers who could suitably establish an Integrated Breastfeeding Support Service in the Bay of Plenty. This service will be set up in two stages, commencing in the Eastern Bay of Plenty, and aims to provide responsive and culturally appropriate breastfeeding support with a primary focus on Maori mothers and their babies. This service will have a centralised coordination component and provide a two tier service that is suitable according to the mother, infant and whanau needs. This service will assist mothers to overcome barriers to breastfeeding by providing both social and clinical support in the home and community based locations. We are seeking providers that can deliver a kaupapa Maori delivery model, consortium bids are encouraged. The primary aim of the programme is to improve, promote and support breastfeeding rates for Maori mothers in a way that is responsive to them and their whanau.",Not Awarded,"- Western Bay of Plenty was awarded to the Nga Kakano Foundation - Eastern Bay of Plenty was awarded to a consortia made up of the Eastern Bay of Plenty Iwi alliance (made up of; Tuwharetoa ki Kawerau, Te Tohu o te Ora o Ngati Awa, Whakatohea Iwi Social and Health Service and Tuhoe Hauora) and Plunket",0,20250410 Bay of Plenty District Health Board,20841583,Request for Proposals,Open Competition,Kaupapa Maori Healthy Lifestyle Service for Tamariki and Rangatahi,,20190315,20190426,20200526,,Sole Agency,No,"Tender Box, Bay of Plenty District Health Board: Planning and Funding, 190 17th Avenue, Tauranga","What we need The Ministry of Healths Raising Healthy Kids health target to refer tamariki who are obese or overweight from the Before School Check (B4SC) has been successfully achieved and maintained by the Bay of Plenty District Health Board (the DHB) since 2017/18. The challenge that now exists is that we have a service gap in the provision of appropriate and responsive treatment programmes to those tamariki who most need them in particular Maori. Therefore, the DHB seeks to fund an obesity management programme for tamariki and rangatahi across the DHB that uses a Kaupapa Maori model of care to deliver clinical exercise physiology, nutrition and wellbeing (eg. sleep, mindfulness) services. In essence, what we need is to enable more tamariki Maori and their whanau to be physically active, eating well, sleeping well and back on their wellness pathway towards Toi Ora (flourishing descendants of Toi). What we dont want The DHB does not want proposals describing western-centric models of care with a cultural component added on. Me Kaupapa Maori te tauira i mahia hei arahi te katoa o te ratonga nei. The DHB also does not want a service that omits clinical exercise physiology, nutrition and child/whanau wellbeing expertise. Whats important to us The DHB is looking for a provider who is currently using Kaupapa Maori service delivery models or can evidence their ability to. The provider should also describe how quality improvement will be incorporated in to the service. It is very important that the provider is well connected in Maori communities and with health service providers across the DHB. It is important that the service location/s are accessible to whanau Maori whanau across te Moana a Toi. You may wish to form a consortium with other organisation/s to ensure full coverage of objectives and geography. You must be able to demonstrate how you will protect kaupapa Maori model in any consortium with another organisation.",Not Awarded,Awarded to Te Tuapapa Auaha,0,20250410 Bay of Plenty District Health Board,21048761,Request for Proposals,Open Competition,General Plumbing Services for Tauranga Hospital and Sites,BPDHB_2019-148,20190517,20190613,20191018,,Sole Agency,No,,"What we need Bay of Plenty District Health Board (BOPDHB) is seeking a suitable supplier(s) to provide general plumbing services for Tauranga Hospital and satellite sites. BOPDHB is a 365 day 24/7 facility and general plumbing services will be provided to meet the requirements of a range of sites from school dental clinics to the heart of the main hospital facility. You will be experienced in all aspects of general plumbing maintenance. What we dont want Unqualified trades people unable to meet BOPDHB performance expectations. This RFP is for plumbing maintenance services not the big capital projects. The bigger capital projects will be let via an alternative RFP or quoting process. Whats important to us BOPDHB requires experienced, well qualified plumbers to provide a consistently high service across the Tauranga region. You will need to demonstrate a proven track record across a number of environments including immediate urgent responses to planned works. Respect for patient privacy and confidentiality is very important. You will need to demonstrate you have policies and practices in place and all staff are well versed in the application thereof. You will need to offer a range of personnel who are courteous and friendly, demonstrate professionalism and represent you to a high standard at all times. Why should you bid? BOPDHB is a very important part of the Bay of Plenty community. This is a unique opportunity to help provide a safe and fully functioning environment for patients, visitors and staff. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Plumbing Works Limited,0,20250410 Bay of Plenty District Health Board,21067690,Request for Proposals,Open Competition,Lawns and Grounds Maintenance at Whakatane Hospital,BPDHB_2019-152,20190522,20190619,20191018,,Sole Agency,No,,"What we need Whakatane Hospital is a beautiful campus situated at Stewart and Garaway Streets in Whakatane; the hospital is operated by the Bay of Plenty District Health Board. To keep the campus to the standard all patients, visitors and the local community have come to expect we need someone to take control of mowing lawns, doing the gardens and generally keeping the exterior of the buildings clean and tidy. Currently there is a carefully planned programme to ensure all these things take place but from time to time there are extraordinary events and we will need you to respond quickly and efficiently without being precious about the tasks that need doing. What we dont want We dont want someone who is afraid to muck in and get their hands dirty, even when it isnt really their responsibility and someone who cannot respond with urgency to immediate work requests Whats important to us It is very important to us that you are a team player and can turn your hand from lawn mowing, to gardening to picking up rubbish to washing buildings so everyone can be proud of the Whakatane hospital all the time. Why should you bid? This is a unique opportunity to play an important role in the Whakatane community. The hospital is a very important contributor to the health, well-being and employment in the Whakatane area. You will be integral to providing a hospital that is fit for purpose and that everyone can be proud of. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Girls on Grass Limited,0,20250410 Bay of Plenty District Health Board,21135905,Request for Proposals,Open Competition,Elevator Maintenance at Tauranga and Whakatane Hospitals,BPDHB_BP19-0021,20190612,20190710,20200818,,Sole Agency,No,,"What we need BOPDHB has elevators in the Tauranga and Whakatane hospitals. We require these elevators to be maintained in good working order at all times. Note this RFP/contract is for maintenance of current elevators not the supply and installation of new ones. Any requirements for the supply of new equipment will be tendered separately at the appropriate time. What we dont want We do not want a provider who cannot maintain the mix of elevators and who cannot come to site at the drop of a hat when required. Whats important to us A suitably qualified and experienced provider to maintain and keep all BOPDHB elevators running to the highest standards 24 hours, 7 days per week. You will need demonstrable experience maintaining elevators in an organisation that depends on the correct functioning of its elevators 24/7, every day of the year. Why should you bid? This is a unique opportunity to play an important role in the Tauranga and Whakatane communities. The hospitals are very important contributors to the health, well-being and employment in the Bay of Plenty. You will be integral to providing hospital facilities that are fit for purpose and that everyone, patients, staff and visitors, can be proud of. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,KONE Elevators Pty Ltd,0,20250410 Bay of Plenty District Health Board,21228806,Request for Proposals,Open Competition,Asbestos Services Panels,BPDHB_2019-165,20190704,20190801,20191018,,Sole Agency,No,,"What we need Bay of Plenty DHB (BOPDHB) is seeking to identify and select a number of suitably qualified and experienced Asbestos Survey and Validation suppliers, and Asbestos Removal and Cleaning suppliers to form a pre-qualified panel available for secondary procurement opportunities over the next five years. There will be two panels: 1. Survey and Validation; and 2. Removal and Cleaning You may not be on both panels. You have to make a decision about your specialty area and the panel which complements your specialty the best. You are not guaranteed work by virtue of being a panel member. What we dont want We do not want Suppliers that: 1. Are unqualified and not members of requisite professional bodies 2. Do not hold the required insurances 3. Have insufficient experience providing professional and successful services 4. Are not able to provide evidence that they meet all relevant legislative requirements Whats important to us BOPDHB is looking for suppliers that have the capability, experience, knowledge and capacity to deliver professional outcomes. You will have the ability to work with the BOPDHB Property Services team and provide professional advice and support for major capital works and general operational projects. Why should you bid? This is a unique opportunity to play an important role in the BOPDHB community. The hospitals, Tauranga and Whakatane, are very important contributors to the health, well-being and employment in the Bay of Plenty area. You will be integral to providing a hospital that is fit for purpose, safe and that everyone can be proud of. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,"ACCURATE CONSULTING LIMITED Asbestos Services Survey & Validation Panel ATL GROUP LIMITED Asbestos Services Removers & Cleaners Panel CAKE COMMERCIAL SERVICES LIMITED Asbestos Services Removers & Cleaners Panel GOLDER ASSOCIATES (NZ) LIMITED Asbestos Services Survey & Validation Panel GREEN WAY LIMITED Asbestos Services Removers & Cleaners Panel MANAWATU DISTRICT CONSTRUCTION LIMITED Asbestos Services Removers & Cleaners Panel THOMAS CONSULTANTS LIMITED Asbestos Services Survey & Validation Panel VIROTECH LIMITED Asbestos Services Survey & Validation Panel",0,20250410 Bay of Plenty District Health Board,21763318,Request for Proposals,Open Competition,BOPDHB Facilities Panel Contract for Building Maintenance & Construction Services,BPDHB_2019-190,20191011,20191108,20200818,,Sole Agency,No,,"What we need Bay of Plenty DHB (BOPDHB) is looking to identify and select a number of preferred suppliers for the supply of Building Maintenance and Construction Services who will form a Panel of pre-approved suppliers for the next five (5) years, across multiple BOPDHB locations. The panel will encompass suppliers for minor work up to $100k in value; and major work above $100k. Suppliers can register for one or both tranches, any specific town or the whole region. BOPDHB currently operates multiple facilities across the region that periodically require building maintenance and or construction services. A number of the facilities are owned by BOPDHB, others are leased. The Whakatane and Tauranga hospitals deliver a range of health related services at different times of the day and night. This means any building maintenance or construction activity needs to be carefully planned to ensure the functional delivery of health services is not unexpectedly impacted. The ingress of dust to sterile environments, significant noise disturbance, and the risk of impacting critical support services (medical gasses, power, water etc) have to be avoided. Suppliers must be able to service regional facilities efficiently, or through local representation. Local suppliers are invited to apply to provide services to an individual town or towns across part of the BOPDHB catchment. See A bit about us below. Suppliers are not guaranteed work merely by virtue of inclusion on the Panel(s).",Not Awarded,"AHS Construction Limited Arrowsmith Builders Limited Foster Construction Limited Foster Maintain Limited Hawes Building Solutions Limited Hawkins 2017 Limited HBL Builders Limited Naylor Love Waikato BOP Limited Te Puna Ventures Limited Watts & Hughes Limited",0,20250410 Bay of Plenty District Health Board,21801699,Request for Proposals,Open Competition,Uninterruptible Power Supply (UPS) Service & Maintenance,BPDHB_2019-196,20191018,20191114,20200818,,Sole Agency,No,,"What we need Bay of Plenty District Health Board (BOPDHB) has a number of specialist uninterruptible power supply (UPS) units in both Tauranga and Whakatane hospitals. We require someone suitably qualified and with a can do attitude to service and maintain these UPSs in top working condition at all times. What we dont want We do not want anyone without suitable qualifications, experience or reputation. Whats important to us It is important to BOPDHB that potential suppliers demonstrate an understanding of the importance of UPSs in the hospital setting, supported by experience and good references. Best practice Health & Safety and environmental stewardship are also core components of potential suppliers performance. Why should you bid? An uninterruptible power supply can be the difference between life and death in the hospital environment. You have the opportunity to play a significant part in the well-being of the BOPDHB community. A bit about us Bay of Plenty District Health Board (BOPDHB) is committed to operational practice that is sustainable and does not put undue pressure on the environment. This includes carbon footprint reduction principles such as adopting practices and procuring plant that minimise energy use, waste production, and water use as much as is practicable. Bay of Plenty DHB is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Vertiv Australia Pty Ltd,0,20250410 Bay of Plenty District Health Board,22007792,Request for Proposals,Open Competition,BOPDHB Panel Contract for Facilities Consultancy Services,BPDHB_2019-188,20191128,20200214,20200818,,Sole Agency,No,,"Bay of Plenty DHB (BOPDHB) is seeking to identify and select a number of suitably qualified and experienced consultants to form a Panel of pre-qualified suppliers available for facilities / property project related opportunities over the next five to seven years. BOPDHB operates from multiple facilities across the wider Bay of Plenty region that periodically require consultancy advice relating to building maintenance and or construction services. A number of the facilities are owned by BOPDHB, others are leased. Whakatane and Tauranga hospitals are the primary locations where consultancy services are required. Understandably, hospitals deliver a range of health related services at different times of the day and night, meaning any building maintenance or construction activity needs to be carefully planned to ensure the functional delivery of health services is not unexpectedly impacted. Consultants involvement will be as much about ensuring there is no negative impact to hospital services during facilities work, as it will be about design and planning the solution. Disciplines the BOPDHB has engaged recently include: Project Management Structural Engineering Quantity Surveying Town Planning Site Surveying Geotechnical Engineering Civil Engineering Security Engineering Architectural Design Fire Engineering Design Peer Review Data / Telecommunications Health Planning Building Services including Electrical Engineering; HVAC Engineering; Steam Engineering; Medical Gasses and Hydraulics.",Not Awarded,"Beca Limited Brave Architects Ltd Chow Hill Architects Ltd Harrison Grierson Consultants Ltd Holmes Consulting Limited Partnership Jackson Engineering Advisers Ltd Jigsaw Architects Ltd Klein Limited Lysaght Consultants Limited Nelson & Associates Pty Ltd Norman Disney & Young Ltd RDT Pacific Ltd Rider Levett Bucknall Auckland Ltd The Building Intelligence Group Ltd Thomson Limited Tonkin & Taylor Ltd Wingate Architects Ltd",0,20250410 Bay of Plenty District Health Board,22066873,Request for Proposals,Open Competition,Bundled Security System Services at Tauranga and Whakatane Hospitals,BPDHB_2019-191,20191210,20200214,20210910,,Sole Agency,No,,"What we need Protective Security Requirements (PSR) involve a lot more than standard security and access control. BOPDHB has access control security across the campuses ranging from barrier arms into car parks, mag locks and swipe card access; there are also duress alarms. We require a Supplier to maintain these systems and have the certified ability to integrate and manage any integration developed and supported by Inner Range (see https://www.innerrange.com/Applications/Integration-to-Other-Systems ), the associated power supplies and software so they are functioning and compliant at all times. What we dont want We do not want Suppliers that: 1. Are not appropriately qualified 2. Have insufficient experience providing professional and successful services 3. Do not hold the required insurances 4. Are not able to provide evidence that they meet all relevant legislative requirements Whats important to us BOPDHB is looking for suppliers that have the certified capability, experience, knowledge and capacity to deliver professional outcomes. You will have the ability to work with the BOPDHB Facilities & Business Operations team and provide professional support and advice and support for general operations and capital works. Why should you bid? This is a unique opportunity to play an important role in the BOPDHB community. The scope of PSR in BOPDHB will only increase so this is an opportunity to be part of and deliver a safe environment for all those people who use, work in and visit us. The hospitals, Tauranga and Whakatane, and regional clinics are very important contributors to the health, well-being and employment in the Bay of Plenty area. You will be integral to providing a hospital that is fit for purpose, safe and that everyone can be proud of. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Closed,0,20250410 Bay of Plenty District Health Board,22186284,Request for Proposals,Open Competition,Underbench Water Units,BPDHB_2020-161,20200117,20200214,20200818,,Sole Agency,No,,"What we need Bay of Plenty District Health Board (BOPDHB) has about 100 underbench water units in various locations, predominantly Tauranga and Whakatane Hospitals. BOPDHB wants to set up an agreement with a supplier(s) to provide new underbench water units, spare parts and repair services. What we dont want We do not want a supplier(s) without considerable NZ experience and who is not able to provide all the required services. Whats important to us Customer service, availability of parts, fast repair times are all important but most important is presentable and reliable underbench water units. Why should you bid? The opportunity is reasonably significant just in volume of units and ongoing spare part supplies. Importantly the underbench units are in place to support the well-being of patients, staff and visitors to BOPDHB. Your product will be visible and used by thousands of people each year. A bit about us Bay of Plenty District Health Board (BOPDHB) is committed to operational practice that is sustainable and does not put undue pressure on the environment. This includes carbon footprint reduction principles such as adopting practices and procuring plant that minimise energy use, waste production, and water use as much as is practicable. Bay of Plenty DHB is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Merquip Limited,0,20250410 Bay of Plenty District Health Board,22201985,Request for Proposals,Open Competition,Retail Pharmacy Licence Tauranga Hospital,BPDHB_2020-229,20200123,20200220,20200818,,Sole Agency,No,,"What we need A fully qualified, to all relevant NZ standards, retail pharmacist with remarkable customer service who can demonstrate a real passion for being a part of the wellness of Bay of Plenty people every day. What we dont want We do not want anyone who: 1. is not appropriately qualified 2. have insufficient experience providing professional and successful services 3. do not hold the required insurances 4. are not able to provide evidence that they meet all relevant legislative requirements Whats important to us The retail pharmacy will be open every day to provide professional products and services in a friendly and caring manner. You will provide evidence of professional qualifications and demonstrable experience providing the best retail pharmacy experience for all clients. Why should you bid? This is a unique opportunity to play an important role in the BOPDHB community; to be a very important contributor to the health, well-being and employment in the Bay of Plenty; and deliver retail pharmacy services and products to all the people who are part of the hospital community patients, staff and visitors. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Bay Health Pharmacy Ltd,0,20250410 Bay of Plenty District Health Board,22468355,Request for Proposals,Open Competition,Outsourced Security Guard Services to Bay of Plenty DHB,BPDHB_2020-137,20200320,20200416,20200717,,Sole Agency,No,,"What we need Bay of Plenty District Health Board (BOPDHB) is seeking a suitable supplier(s) to provide manned security services for Tauranga and Whakatane hospitals. BOPDHB is a 365 day 24/7 facility and security services will be provided to meet the requirements of the hospital Emergency Departments and Adult Mental Health facilities in Tauranga What we dont want Unregistered and unqualified service organisations submitting responses that do not meet BOPDHBs requirements. Whats important to us BOPDHB requires experienced, empathetic and well qualified security personnel to provide a consistently high service across the two hospitals. You will need to demonstrate a proven track record across a number of environments from those needing minimal security to those needing high levels of security involvement. Respect for patient privacy and confidentiality is very important. You will need to demonstrate you have policies and practices in place and all staff are well versed in the application thereof. You will need to offer a range of personnel who would be comfortable working in a hospital setting, demonstrate empathy, firmness, composure and a sense of community. A bit about us Bay of Plenty DHB (BOPDHB) is one of 20 DHBs in New Zealand, and one of five DHBs that make up the Midland region. We serve a population of 234,350 for the major population centres of Tauranga, Katikati, Te Puke, Whakatane, Kawerau and Opotiki. Of this population, 32% are under 25 and 25% identify as having Maori ethnicity, and like the national population, our population is ageing (currently 19% aged 65 or over, and forecast to reach 24% in 2026). Eighteen Iwi are located within our district.",Not Awarded,Award made to Allied Investments Limited (t/a Allied Security),0,20250410 Bay of Plenty District Health Board,23356208,Request for Proposals,Open Competition,Supply of Grounds Maintenance Services to BOP DHB (Tauranga Hospital Campus),BPDHB_2020-331,20200928,20201022,20210222,,Sole Agency,No,,,Awarded,,0,20250410 Bay of Plenty District Health Board,23489284,Request for Quotations,Closed Competition,"Supply of Office Furniture_Toi Te Ora & Support Net, 17th Ave Building",BPDHB_2020-331,20201022,20201112,20210222,,Sole Agency,No,,Bay of Plenty District Health Board (BOP DHB) is seeking Request for Quotes (RFQ) from the Government Property Group (GPG) panel for the supply of Commercial Office Furniture and Related Services for our 17th Ave Building Office development project.,Awarded,,0,20250410 Bay of Plenty District Health Board,23653001,Request for Quotations,Closed Competition,Servicing of Steam Boilers at Whakatane Hospital,BPDHB_2020-363,20201120,20201203,20210203,,Sole Agency,No,,,Awarded,,0,20250410 Bay of Plenty District Health Board,23748006,Request for Quotations,Closed Competition,Supply of a Dishwasher Solution Tauranga Hospital Production Kitchen,BPDHB_2020-380,20201209,20201222,20210422,,Sole Agency,No,,,Awarded,B & F preferred supplier selected and engaged,0,20250410 Bay of Plenty District Health Board,24054892,Request for Quotations,Closed Competition,"Clarke Street Flats, Tauranga Hospital_Building Demolition",BPDHB_2021-422,20210310,20210409,20210524,,Sole Agency,No,,,Awarded,,0,20250410 Bay of Plenty District Health Board,24107202,Request for Quotations,Closed Competition,Supply of Stab Resistant/Blunt Force Trauma Body Armour for BOP DHB Security Guards,BPDHB_2021-424,20210326,20210416,20210701,,Sole Agency,No,,,Not Awarded,Tactical Solutions selected as preferred supplier from RFQ process.,0,20250410 Bay of Plenty District Health Board,24399296,Request for Proposals,Open Competition,Supply of Laundry & Linen Services to BOPDHB,BPDHB_2021-438,20210608,20210709,20220701,,Sole Agency,No,,,Not Awarded,Tauranga Commercial Laundry (TCL) have been selected as the preferred supplier from the RFP process,0,20250410 Bay of Plenty District Health Board,24790081,Request for Proposals,Closed Competition,Supply of Outsourced Procedure Rooms to BOPDHB,2021-464,20210910,20210930,20220201,,Sole Agency,No,,Closed RFP process following open market RFI,Not Awarded,Norfolk Southern Cross Limited (Grace) have been selected as the preferred supplier from the RFP process pending further negotiations with the DHB,0,20250410 Bay of Plenty District Health Board,24810992,Request for Proposals,Open Competition,"Maintenance Services of Automatic Sliding Doors, Access Doors, Fire and Smoke Doors",BP21-0090,20210915,20211006,20211201,,Sole Agency,No,,,Not Awarded,"Dormakaba New Zealand Limited have been selected as the preferred supplier from the RFP process for the supply of Maintenance Services of Automatic Sliding Doors, Access Doors, Fire and Smoke Doors for BOPDHB",0,20250410 Bay of Plenty District Health Board,25004793,Request for Proposals,Open Competition,Outsourced Orthotic Services and Orthoses,BPDH21-490,20211026,20211117,20211222,,Sole Agency,No,,"The Bay of Plenty DHB is seeking proposals from suitably qualified suppliers who have the knowledge and capability to provide Orthotic Services and Orthoses. We require a fully outsourced model whereby the supplier provides both the product and related services. We are looking for suppliers who have the capability, experience and infrastructure to provide the full suite of Services described in the RFP document pack. It is important that the supplier meets the preconditions and can provide a best in class standard of clinical care.",Awarded,,0,20250410 Bay of Plenty District Health Board,25460862,Request for Quotations,Closed Competition,Employer Assistance Programme Services,BPDHB22-493,20220224,20220311,20220428,,Sole Agency,No,,"The Bay of Plenty District Health Board (BOPDHB) currently uses two main suppliers to provide employee mental health clinical support services as part of its Employer Assistance Programme. The services include staff counselling, critical incident stress management, etc. BOPDHB employ over 4,000 clinical and non-clinical staff members. The BOPDHB wish to contract with one or both of the current suppliers against the Ministry of Social Development (MSD) syndicated panel agreement for Employee Health Management Services (EHMS) for Mental Health Clinical Support Services. Please read the check list shown in the RFQ Form.",Awarded,,0,20250410 Bay of Plenty District Health Board,25849019,Request for Quotations,Open Competition,BOPDHB Community Health Fixed Dental Clinics - Upgrade,BPDHB_2022-592,20220525,20220614,20221003,,Sole Agency,No,,,Awarded,Awarded,0,20250410 Bay of Plenty District Health Board,26027003,Request for Quotations,Closed Competition,CT Scanners,BPDHB22-447,20220708,20220808,20230728,,Sole Agency,No,,"The Hauora a Toi Bay of Plentys Radiology Department wish to replace two Computed Tomography (CT) Scanners suitable for locating at Tauranga Hospital and Whakatane Hospital. The current machines are coming to the end of their useful life. They must be available at all times for the full range of general CT imaging. The Technical Specifications for the new instruments are shown in DOC B. The selected systems will be robust, cost efficient and backed by a supplier that has a proven reliable service response and comprehensive customer support located in New Zealand.",Awarded,.,2996000,20250410 Bay of Plenty District Health Board,26575927,Request for Proposals,Closed Competition,Outpatient Clinic Room & Resource Management Tool - Step 2,BPRFP-555,20221103,20221121,20240130,,Sole Agency,No,,Prequalified suppliers are asked to provide proposals offering the supply and support of a robust and reliable Clinic Room and Resource Management Tool that will integrate with the existing systems that support the Tauranga and Whakatane hospitals and clinics.,Not Awarded,Project not completed.,0,20250410 Bay of Plenty District Health Board,26709547,Request for Quotations,Open Competition,Supply of ENT Surgical Navigation System RFQ,BPDHB22-0486,20221205,20221216,20230111,,Sole Agency,No,,Bay of Plenty District Health Board (BOPDHB) is seeking Request for Quote (RFQ) responses in the form of an itemised quote for an ENT Surgical Navigation system.,Not Awarded,Procurement of this Equipment has been delayed until the next Financial Year FY23.24. Suppliers who submitted a response to the request have been notified of this outcome.,0,20250410 Bay of Plenty Local Authority Shared Services,23351284,Request for Tenders,Open Competition,BOPLASS Aerial Imagery 2020-21,2020AIL,20200924,20201027,20210420,,Cluster,No,,"BOPLASS Ltd is a Council Controlled Organisation owned by the BOP Regional Council (Bay of Plenty Regional Council), Rotorua Lakes Council, Western Bay of Plenty District Council, Kawerau District Council, Tauranga City Council, Opotiki District Council, Whakatane District Council, Taupo District Council and Gisborne District Council and has been established to promote shared services between local authorities in the Bay of Plenty/Gisborne Regions and elsewhere. This contract applies to Aerial Photography purchased under contract on behalf of the following councils: Rotorua Lakes Council Tauranga City Council Bay of Plenty Regional Council Western Bay of Plenty District Council BOPLASS Ltd wishes to acquire digital aerial photography, Digital Terrain Model (DTM) data and vector data over selected areas of the region covered by its constituent councils. This data can be categorised as medium resolution (0.2m and 0.3m GSD) rural aerial photography and associated high resolution DTMs. Details of the evaluation will be confidential to the Principal and their evaluation will be based on the information supplied. The Principals decision shall be final. The Principal reserves the right to request clarification of information, if so required. The primary purpose of the digital aerial photography is as a backdrop for GIS applications and as a guide for GIS spatial data capture. All orthophotography will be provided in New Zealand Transverse Mercator 2000 projection (NZTM2000). The datum is New Zealand Geodetic Datum 2000 (NZGD2000). The primary purpose of the Digital Terrain Model is for the generation of contours and 3D analysis. Data will be referenced to New Zealand Vertical Datum 2016 (NZVD2016).",Awarded,,0,20250410 Bay of Plenty Local Authority Shared Services,24263006,Request for Quotations,Open Competition,Quotes for BOPLASS Inter-Council Network (ICN) Services 2021,ICN-202104,20210503,20210521,20210705,,Cluster,No,,"BOPLASS manages a high-speed, largely fibre-based wide-area network (WAN) known as the Inter-Council Network (referred to as the ICN hereafter) on behalf of participating BOPLASS member councils. This network provides connectivity between councils for the sharing of information and services, as well as WAN services for individual councils between their offices. Councils currently participating in the ICN service include: Bay of Plenty Regional Council (BOPRC) Kawerau District Council (KDC) Opotiki District Council (ODC) Rotorua Lakes Council (RLC) Tauranga City Council (TCC) Western Bay of Plenty District Council (WBOPDC) Whakatane District Council (WDC)",Awarded,,0,20250410 Bay of Plenty Local Authority Shared Services,24725655,Request for Tenders,Open Competition,BOPLASS Aerial Imagery 2021-22,2021AIL,20210825,20210917,20210924,,Cluster,No,,"BOPLASS Ltd is a Council Controlled Organisation owned by the Bay of Plenty Regional Council, Rotorua Lakes Council, Western Bay of Plenty District Council, Kawerau District Council, Tauranga City Council, Opotiki District Council, Whakatane District Council, Taupo District Council and Gisborne District Council and has been established to promote shared services between local authorities in the Bay of Plenty/Gisborne Regions and elsewhere. This contract applies to Aerial Imagery purchased under contract on behalf of the following councils: Bay of Plenty Regional Council Kawerau District Council Opotiki District Council Whakatane District Council BOPLASS Ltd wishes to acquire digital aerial imagery, Digital Elevation Model (DEM) and vector data over selected areas of the region covered by its constituent councils. This data can be categorised as medium to high resolution (0.2m GSD) rural aerial photography and associated high resolution DEMs. Details of the evaluation will be confidential to the Principal and their evaluation will be based on the information supplied. The Principals decision shall be final. The Principal reserves the right to request clarification of information, if so required. The primary purpose of the digital aerial imagery is as a backdrop for GIS applications and as a guide for GIS spatial data capture. All orthophotography will be provided in New Zealand Transverse Mercator 2000 projection (NZTM2000). The datum is New Zealand Geodetic Datum 2000 (NZGD2000). The primary purpose of the Digital Elevation Model is for the generation of contours and 3D analysis. Data will be referenced to New Zealand Vertical Datum 2016 (NZVD2016).",Awarded,,229100,20250410 Bay of Plenty Local Authority Shared Services,26217005,Request for Tenders,Open Competition,BOPLASS Aerial Imagery 2022-23,2022AIL,20220905,20220929,20221005,,Cluster,No,,"BOPLASS Ltd is a Council Controlled Organisation owned by the Bay of Plenty Regional Council, Rotorua Lakes Council, Western Bay of Plenty District Council, Kawerau District Council, Tauranga City Council, Opotiki District Council, Whakatane District Council, Taupo District Council and Gisborne District Council and has been established to promote shared services between local authorities in the Bay of Plenty/Gisborne Regions and elsewhere. This contract applies to Aerial Imagery purchased under contract on behalf of the following councils: Kawerau District Council Opotiki District Council Whakatane District Council Western Bay of Plenty District Council Rotorua Lakes Council BOPLASS Ltd wishes to acquire digital aerial imagery, Digital Elevation Model (DEM) and vector data over selected areas of the region covered by its constituent councils. Details of the evaluation will be confidential to the Principal and their evaluation will be based on the information supplied. The Principals decision shall be final. The Principal reserves the right to request clarification of information, if so required. The primary purpose of the digital aerial imagery is as a backdrop for GIS applications and as a guide for GIS spatial data capture. All orthophotography will be provided in New Zealand Transverse Mercator 2000 projection (NZTM2000). The datum is New Zealand Geodetic Datum 2000 (NZGD2000). The primary purpose of the Digital Elevation Model is for the generation of contours and 3D analysis. Data will be referenced to New Zealand Vertical Datum 2016 (NZVD2016). All others specifications are outlined in the attached 'Instructions for Tenderer' and 'Forms for Tenderer'.",Awarded,,0,20250410 Bay of Plenty Local Authority Shared Services,27926862,Request for Tenders,Open Competition,BOPLASS Aerial Imagery 2023-24,2023AIL,20230821,20230918,20231026,,Cluster,No,,"BOPLASS Ltd is a Council Controlled Organisation owned by the Bay of Plenty Regional Council, Rotorua Lakes Council, Western Bay of Plenty District Council, Kawerau District Council, Tauranga City Council, Opotiki District Council, Whakatane District Council, Taupo District Council and Gisborne District Council and has been established to promote shared services between local authorities in the Bay of Plenty/Gisborne regions and elsewhere. This contract applies to Aerial Imagery purchased under contract on behalf of the following councils: Bay of Plenty Regional Council Rotorua Lakes Council Taupo District Council Western Bay of Plenty District Council BOPLASS Ltd wishes to acquire digital aerial imagery, Digital Elevation Model (DEM) and vector data over selected areas of the region covered by its constituent councils. This data can be categorised as medium to high resolution (0.2m GSD) rural aerial photography and associated high resolution DEMs. Details of the evaluation will be confidential to the Principal and their evaluation will be based on the information supplied. The Principals decision shall be final. The Principal reserves the right to request clarification of information, if so required. The primary purpose of the digital aerial imagery is as a backdrop for GIS applications and as a guide for GIS spatial data capture. All orthophotography will be provided in New Zealand Transverse Mercator 2000 projection (NZTM2000). The datum is New Zealand Geodetic Datum 2000 (NZGD2000). The primary purpose of the Digital Elevation Model is for the generation of contours and 3D analysis. Data will be referenced to New Zealand Vertical Datum 2016 (NZVD2016).",Awarded,,125846,20250410 Bay of Plenty Local Authority Shared Services,29831451,Request for Tenders,Open Competition,BOPLASS Aerial Imagery 2024-25,2024AIL,20240722,20240816,20240826,,Cluster,No,,"BOPLASS Ltd is a Council Controlled Organisation owned by the Bay of Plenty Regional Council, Rotorua Lakes Council, Western Bay of Plenty District Council, Kawerau District Council, Tauranga City Council, Opotiki District Council, Whakatane District Council, Taupo District Council and Gisborne District Council and has been established to promote shared services between local authorities in the Bay of Plenty/Gisborne regions and elsewhere. This contract applies to Aerial Imagery purchased under contract on behalf of the following councils: Bay of Plenty Regional Council Western Bay of Plenty District Council Kawerau District Council Opotiki District Council Whakatane District Council BOPLASS Ltd wishes to acquire digital aerial imagery, Digital Elevation Model (DEM) and vector data over selected areas of the region covered by its constituent councils. This data can be categorised as medium to high resolution (0.2m GSD) rural aerial photography and associated high resolution DEMs. Details of the evaluation will be confidential to the Principal and their evaluation will be based on the information supplied. The Principals decision shall be final. The Principal reserves the right to request clarification of information, if so required. The primary purpose of the digital aerial imagery is as a backdrop for GIS applications and as a guide for GIS spatial data capture. All orthophotography will be provided in New Zealand Transverse Mercator 2000 projection (NZTM2000). The datum is New Zealand Geodetic Datum 2000 (NZGD2000). The primary purpose of the Digital Elevation Model is for the generation of contours and 3D analysis. Data will be referenced to New Zealand Vertical Datum 2016 (NZVD2016).",Awarded,,245700,20250410 Bay of Plenty Regional Council,3718683,Request for Tenders,Open Competition,RFT 2015 0025: Katikati and Omokoroa to Tauranga Bus Service,2015 0025,20140823,20140923,20230626,,Sole Agency,No,"Level 2, Regional House, 1 Elizabeth Street, Tauranga",To provide a regular scheduled public transport service between Katikati and Omokoroa and Tauranga,Awarded,,0,20250410 Bay of Plenty Regional Council,15162416,Request for Proposals,Open Competition,2016 0069 OVERSEER Guidance for Regional Councils (Phase II),,20150814,20150904,20231031,,Sole Agency,No,,"OVERSEER Guidance for Regional Councils This request for proposals (RFP) is for the development of guidance material on the appropriate use of OVERSEER Nutrient Budgets (OVERSEER) by regional councils. Background and aims This work is part of the OVERSEER Guidance for Regional Councils Project, which is being run by regional councils and central government. The project was initiated in response to an identified need for regional councils to understand OVERSEERs capabilities and limitations, and therefore how it can appropriately be used in Regional Plans. All regional councils are now obligated to implement the National Policy Statement for Freshwater Management (NPS-FM), notably its directive to set and manage within water quality limits. The combination of diffuse nutrient environmental impacts and policy pressure has raised expectations around using OVERSEER as a tool in the setting of nutrient limits, for monitoring and compliance, and to support decision making by farmers. These expectations need to be informed by the actual capabilities and limitations of OVERSEER, combined with recent council experience in using the model. The project therefore aims to produce nationally consistent guidance on the appropriate ways regional councils can use OVERSEER, informed by the models capabilities and limitations, and the policy setting. This is Phase 2 of the project. Phase 1 has two parts. Firstly we are taking stock of current regional council practice regarding OVERSEER, challenges faced and council priorities for guidance. This will be completed by 31 July, and learnings will feed into Phase 2. Secondly, we are producing a technical description of OVERSEER written for a regional council audience, which will be completed by 21 September 2015.",Awarded,,0,20250410 Bay of Plenty Regional Council,16377387,Request for Tenders,Open Competition,2016 0087 Navigational Aids & Debris Removal,2016 0087,20150909,20150930,20210308,,Sole Agency,No,,"Under section 331(1)(a) of the Maritime Transport Act 1994, the Regional Council may erect, place, and maintain navigational aids in accordance with maritime rules. The Council is seeking to award a contract to a marine contractor to carry out work associated with maintenance, installation and removal of aids to navigation that Council does not have the plant or capacity to deal with in-house. Under section of 331(1)(a) of the Maritime Transport Act 1994 the Regional Council may remove obstructions and impediments to navigation. The Council is seeking to award a contract to a marine contractor to carry out the removal of any obstructions and impediments to navigation in the Western Bay of Plenty area where Council does not have the plant or the capacity to deal with in-house. Primarily this work will include the retrieval of logs in the tide, commercial logs that have been lost overboard from operations at the Port of Tauranga, and delivery of those logs to a designated recovery position within the Port commercial area. This is currently the log pen at beach 11 Port of Tauranga. Council records indicate that there are approximately 500 lost logs each calendar year.",Awarded,,0,20250410 Bay of Plenty Regional Council,16858912,Request for Proposals,Open Competition,2016 0146 Panel Supplier Contracts for Rivers & Drainage (Scheme & Non Scheme) Maintenance Works,2016 0146,20151005,20151030,20231108,,Sole Agency,No,,"Request for Proposal Panel Supplier Contracts for Rivers and Drainage (Scheme and Non-scheme) Maintenance Works This Request for Proposal (RFP) is an invitation to suitably qualified Suppliers (Contractors) to submit a proposal to become an approved Panel Supplier for Rivers and Drainage maintenance works (scheme and non-scheme) under an as required contract. As a Panel Supplier you will have the opportunity to be engaged for individual jobs for the panel category/categories you have been awarded. The table below provides a brief outline of the different panel categories available: Panel 1: Earthmovers, rockworks, desilting, quarry operators (hard rock and overburden/clay) etc. Panel 2: Engineering fabricators and engineering machinists (pump rebuilding) Panel 3: Pump electronics, telemetry providers, and electrical works Panel 4: Miscellaneous: stopbank mowing, skilled/equipped labour, agricultural contractors, tree fellers, fencing and crane hire, etc. Panel 5: Weed spraying contractors",Awarded,,0,20250410 Bay of Plenty Regional Council,16861501,Request for Tenders,Open Competition,2016 0120 Rangitaiki Tarawera Rivers Scheme - Rangitaiki Floodway Widening - Wick Drain Installation,2016 0120,20151006,20151027,20231102,,Sole Agency,No,,,Awarded,,0,20250410 Bay of Plenty Regional Council,16899696,Request for Proposals,Open Competition,2016 0069 Round 2 Overseer Guidance Phase 2,2016 0069b,20151019,20151109,20231113,,Sole Agency,No,,"OVERSEER Guidance for Regional Councils This request for proposals (RFP) is for the development of guidance material on the appropriate use of OVERSEER Nutrient Budgets (OVERSEER) by regional councils. Background and aims This work is part of the OVERSEER Guidance for Regional Councils Project, which is being run by regional councils and central government. The project was initiated in response to an identified need for regional councils to understand OVERSEERs capabilities and limitations, and therefore how it can appropriately be used in Regional Plans. All regional councils are now obligated to implement the National Policy Statement for Freshwater Management (NPS-FM), notably its directive to set and manage within water quality limits. The combination of diffuse nutrient environmental impacts and policy pressure has raised expectations around using OVERSEER as a tool in the setting of nutrient limits, for monitoring and compliance, and to support decision making by farmers. These expectations need to be informed by the actual capabilities and limitations of OVERSEER, combined with recent council experience in using the model. The project therefore aims to produce nationally consistent guidance on the appropriate ways regional councils can use OVERSEER, informed by the models capabilities and limitations, and the policy setting. This is Phase 2 of the project. Phase 1 has two parts. Firstly we are taking stock of current regional council practice regarding OVERSEER, challenges faced and council priorities for guidance. This will be completed by 31 July, and learnings will feed into Phase 2. Secondly, we are producing a technical description of OVERSEER written for a regional council audience, which will be completed by 21 September 2015. Report Scope The report will provide guidance on two levels. Firstly, it will identify the high level principles governing the use of Overseer to support regulation. It will then provide more detailed guidance, including options and an assessment of those options, in relation to the key topics listed below. The output must be guiding rather than prescriptive. The guidance should be collated into an integrated package that should cover the main regional councils activities for which OVERSEER is, or may be, used.",Awarded,,0,20250410 Bay of Plenty Regional Council,16938702,Request for Proposals,Open Competition,2015 0327 Kopeopeo Canal Remediation Project - Removal & Storage of Contaminated Sediment,2015 0327,20151030,20151127,20231113,,Sole Agency,No,,"Parties must register their intent to submit a RFP by registering with Stephanie.fraser@boprc.govt.nz prior to the deadline : 11 November 2015 Site tour information Date: 10 November 2015 Time: 11am Location: Meet at BOPRC offices, 5 Quay St, Whakatane Duration: 3 hours (approximately) Please RSVP, with numbers attending, for the site tour to Stephanie.fraser@boprc.govt.nz",Awarded,,0,20250410 Bay of Plenty Regional Council,17051121,Request for Proposals,Open Competition,2016 0161 Engineering Services Panel Contract,2016 0161,20151209,20160122,20231113,,Sole Agency,No,,"This RFP relates to the purchase of services to support the Councils engineering activity for the next three years with right of renewal for a further three year period. The scope of professional services required for the panel includes the categories listed as follows. Hydrological Analysis; Hydraulic Analysis; Computer Modelling; Flood Management; River Engineering; Coastal and Harbour Management; GIS analysis;Geotechnical Engineering; Engineering Design; Water Quality; Asset Management; Project Management; Surveying; Legal Services; Consent Planning; Technical Review of Resource Consents. Suppliers may provide some or all of these services. BoPRCs intention is to form a panel of suitably qualified consultants, with a range of skills. An Engineering Services Panel Contract will be formed with each of the selected consultants. As specific work packages are scoped proposals will be sought from the panel consultants depending on the project requirements and estimated fee value.",Not Awarded,,0,20250410 Bay of Plenty Regional Council,20832630,Request for Proposals,Open Competition,"2019 0102 - Paehinahina-Mourea, Ruahine-Kuharua Wallaby Control",2019 0102,20190313,20190401,20200204,BOPRC Procurement,Sole Agency,No,,We are seeking proposals from skilled contractors or firms to carryout ground-based control of dama wallabies within the Paehinahina-Mourea and Ruahine-Kaharua blocks either side of SH33 south of Mourea.,Not Awarded,Awarded to Trap and Trigger Ltd,0,20250410 Bay of Plenty Regional Council,20908601,Request for Proposals,Open Competition,Intergrated Catchments & Biosecurity Panel,2019 0027,20190403,20190426,20190726,BOPRC Procurement,Sole Agency,No,,"This procurement relates to the delivery of the Integrated Catchments and Biosecurity Programmes. Previously these have been provided by a mixture of a supplier panel, direct engagement and tendered work. Going forward we wish to streamline our procurement process and incorporate the majority of our work into an open supplier panel.",Not Awarded,"The contract was awarded to multiple suppliers to form a Panel. Details below 1 Active Earthworx and Demolition Limited 2 N Buchanan & D Dawson 3 Vegetation Management 4 Ewert Contracting 5 Ground Up Services Ltd 6 Greenfield Diving Services 7 Angelika Stadler 8 Easternbay Earth Movers Ltd 9 Azure Contracting 10 JFB Enviro 11 A1 Environmental Limited 12 Ash and Oak Arborists 13 Wildland Consultants Ltd 14 New Zealand Biosecuirty Services 15 Enviro_Ops 16 NZ Waterways Restorations Ltd 17 H & H Ngamoki Ltd 18 Omataroa Kaitiaki Ltd 19 Deep Dive Division 20 Marine Environmental Field Services 21 Stayput Ltd 22 NIWA 23 Stockland Fencing Services 24 Paradise Valley Logging 25 Apiary Bzzzness Ltd 26 Stayright Rural Contracting 27 Maketu Ongatoro Wetland Society Inc. 28 Full Circle 29 No Limits Slopemowing 30 EZAZ Diving & Environmental Services 31 Pethybridge Earthworks Contractor",0,20250410 Bay of Plenty Regional Council,20992723,Request for Proposals,Open Competition,Mangrove Removal in Tauranga Harbour,2019 0054,20190503,20190522,20190705,BOPRC Procurement,Sole Agency,No,,We are inviting capable contractors to assist us with clearing mangrove seedlings and scattered mature mangroves from authorised estuaries where this cannot be undertaken by other methods. Please refer to the RFP documents for more information.,Not Awarded,Contract Awarded to Valley Forest Contractors.,0,20250410 Bay of Plenty Regional Council,21944272,Request for Tenders,Open Competition,2020 0043 Rangitaiki Floodway Stage 7,2020 0043,20191115,20191206,20200204,BOPRC Procurement,Sole Agency,No,,"The works for this tender includes: ? Programme construction works over the three Stage 7 farm sections (outlined in the Appendices). Stage upgrades are to the left and right stopbanks of the Rangitaiki Floodway. This section is located between Hydro Road and SH2 (Awakeri Rd). ? Establish working area, temporary access/diversions, equipment, environmental controls (lay down/haul areas, stockpile bunding, clean water management) and traffic management. ? Construct new 1400 mm diameter culvert into Western Drain Diversion canal. ? Topsoil strip (200mm depth cut) along stopbanks and the extent of new stopbank footprint and later re-lay over the new constructed areas (on top of design levels). ? Extend existing farm culverts under the new stopbanks and install seepage filters and headwalls. ? Construct required seepage control detail that includes F2 filter channel, novaflo drainage pipe and collection chambers. ? Cart imported certified fill (approximately 103,000 tonne) and place in 150 mm compacted lifts. Test material as per requirement to meet specification. Shape and compact new stopbank profile as per design. ? Topsoiling and reinstatement of farm raceways. ? Work alongside farm owners to minimise business interruption.",Not Awarded,"2020 0043 was awarded to Waiotahi Contractors Ltd. Proven ability and good detail around construction requirement. Local quarry to provide materials.",0,20250410 Bay of Plenty Regional Council,22931373,Request for Tenders,Open Competition,2020 0113 Rangitaiki River Greig Road Floodwall Reconstruction,2020 0113,20200707,20200731,20201130,BOPRC Procurement,Sole Agency,No,,"Tenders are invited from suitably qualified civil construction contractors for the works as described in the Scope of Works. Briefly, the works include: o A contractors methodology that will, throughout the duration of construction, maintain at least the existing level of flood protection; o Protection and maintenance of access and servicing for existing residential properties; o Topsoil stripping and stockpiling; o Excavation and removal of existing stopbank; o Removal of the existing stormwater pipe and structure; o Carefully de-construct the concrete flood wall and any other buried hard engineered structures and dispose off-site o Trim the un-damaged stopbank ends in preparation to tie in the new stopbank; o Construction of new stopbank on the existing alignment; o Construction of new sheet pile wall as part of new stopbank works; o Rock riprap work beside the river; o Road widening including new kerb and channel; o New PE stormwater pipe to river including penetration through the sheet pile wall, wingwall, flap gate and scour works; o New stormwater pipes, catch pits and wingwalls; o Removal of the existing vehicle entrance and part of the existing driveway and construction of new vehicle entrance and driveway at 195 West Bank Road; o Reshaping of the existing swales; o Top soiling and grassing of site; o Reinstatement of all affected surfaces; o Clearing and tidying of the total site; o Preparation and submission of as-built drawings; o Associated project management and site supervision traffic management, erosion and sediment control including de-watering, survey setout; o Other miscellaneous items described or implied in the specifications or drawings.",Awarded,,0,20250410 Bay of Plenty Regional Council,23057231,Request for Tenders,Open Competition,2020 0163 Rangitaiki Floodway Stage 6a - McLean Road to Stage 1,2020 0163,20200803,20200828,20201130,BOPRC Procurement,Sole Agency,No,,"Tenders from suitably qualified civil construction contractors are invited for the works as described in the Scope of Works and tender documentation. The works for this tender includes: ?* Programme construction works over the two Stage 6a land parcels (farms) (outlined in the Appendices). Stage 6a upgrades are to the left stopbank of the Rangitaiki Floodway. This section is located to the north of McLean Road. ?* Establish working area, temporary access/diversions, equipment, environmental controls (lay down/haul areas, stockpile bunding, clean water management) and traffic management. ?* Topsoil strip (300mm depth cut) along stopbanks and the extent of new stopbank footprint, stockpile and later re-lay over the new constructed areas (on top of design levels). ?* Construct required seepage control details that includes a combination of F2 filter channel, novaflo drainage pipe and collection chambers, seepage wells and vertical wick drains. ?* Cart imported certified fill approximately 80,000 tonne and place in 150 mm compacted lifts. Test material as per requirement to meet specification. Shape and compact new stopbank profile as per design. ?* Topsoiling and reinstatement of farm raceways. ?* Work alongside farm owners to minimise business interruption.",Awarded,,0,20250410 Bay of Plenty Regional Council,23317733,Request for Proposals,Open Competition,"2021 0001 Wallaby Management Programme Services Panel - Monitoring, Surveillance and Control",2021 0001,20200918,20201019,20210413,BOPRC Procurement,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to provide services that support our Wallaby Management Programme via a Supplier Panel Contract This RFP is a two-step procurement process consisting of the Panel Selection followed by a Secondary Procurement Process.",Awarded,,0,20250410 Bay of Plenty Regional Council,23325546,Request for Quotations,Open Competition,2020 0050 Total Mobility Transport Operators,2020 0050,20200921,20201009,20210916,BOPRC Procurement,Sole Agency,No,,"This Request for Quotes (RFQ) invites small passenger service operators to quote for the delivery of on-demand door to door services available to the public generally, registered with the Council, and approved by the Council for the provision of Total Mobility Services. Key deliverables: to deliver a consistently high level of service and value for money for customers and Council. to include additional providers for door to door transport services that are safe, reliable and secure to include additional operators with accessible cars and modified vans fitted with a ramp or hoist capable of transporting a person using a wheelchair",Awarded,,0,20250410 Bay of Plenty Regional Council,23325965,Request for Tenders,Open Competition,2020 0181 Rangitaiki Floodway Stage 6b - Left bank SH2 to McLean Road,2020 0181,20200921,20201009,20210917,BOPRC Procurement,Sole Agency,No,,"Tenders from suitably qualified civil construction contractors are invited for the works as described in the Scope of Works and tender documentation. The works for this tender includes: ? Programme construction works over the two Stage 6b land parcels (farms) (outlined in the Appendices). Stage 6b upgrades are to the true left stopbank of the Rangitaiki Floodway. This section is located to the north of SH2 to McLean Road. ? Establish working area, temporary access/diversions, equipment, environmental controls (lay down/haul areas, stockpile bunding, clean water management) and traffic management. ? Topsoil strip (300mm depth cut) along stopbanks and the extent of new stopbank footprint, stockpile and later re-lay over the new constructed areas (on top of design levels). ? Construct required sand seepage cut-off detail. ? Cart imported certified fill approximately 112,000 tonne and place in 150 mm compacted lifts. Test material as per requirement to meet specification. Shape and compact new stopbank profile as per design. ? Minor drainage, overlay and rip rap works. ? Topsoiling and reinstatement of farm raceways. ? Work alongside farm owners to minimise business interruption.",Awarded,,0,20250410 Bay of Plenty Regional Council,23675428,Request for Proposals,Open Competition,2020 0183 Rangitaiki River Floodway Stage 6C Right Bank SH2 to McLeans Road Stopbank Raising,2020 0183,20201124,20201215,20210312,BOPRC Procurement,Sole Agency,No,,"Briefly, the works include: A contractors methodology that will, throughout the duration of construction, maintain at least the existing level of flood protection; Protection and maintenance of access and servicing for existing properties; Location and protection of all existing services; Topsoil stripping off the stopbank and stockpiling; Undercutting of the landward side toe to design level; Trimming of the existing stopbank as required in order to raise the crest to meet design level; Placement and compaction of engineered fill against the trimmed stopbank profile ; Installing a sand drain on the toe side of the finished stopbank (where required); Top soiling and grassing of the upgraded stopbank; Reinstatement of all affected surfaces; Clearing and tidying of the total site; Preparation and submission of as-built drawings; Associated project management and site supervision, erosion and sediment control including dewatering, survey setout; Other miscellaneous items described or implied in the specifications or drawings",Awarded,,0,20250410 Bay of Plenty Regional Council,23701069,Request for Proposals,Open Competition,2019 0027 Additional Suppliers - Integrated Catchments & Biosecurity Panel,2019 0027,20201127,20210118,20190904,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council manages Land Management, Biodiversity and Biosecurity activities across the region. Council is seeking additional capacity across a number of panels in response to an increased budget for the new Regional Pest Management Plan for the Bay of Plenty and in response to central government investment in a number of operational programmes. We require a number of skilled providers to support these programme in delivering their work. The Services on offer are varied and divided into six distinct panels.",Awarded,,0,20250410 Bay of Plenty Regional Council,23945755,Request for Proposals,Open Competition,2021 0089 Okareka Pipeline Upgrade,2021 0089,20210209,20210226,20210322,BOPRC Procurement,Sole Agency,No,,"Tenders are invited from suitably qualified civil construction contractors for the works as described in the Scope of Works. The works involve the upgrade of the existing Lake Okareka Outlet pipeline. This pipeline is the only outlet for the lake and is also the surface water feed for the Waitangi Stream. The existing permanent pipeline is undersized in terms of the newly consented discharge allowances. - There is currently a 450mm-diamter temporary surface pipeline fed by additional pumping capacity on site. - The most upstream section (approximately 140m) of the pipeline has already been upgraded. This contract will cover the remaining 290m of pipeline replacement. - Approximately 200m of the on-site 450mm-diameter secondary pipeline will be built into the upgrade (as a principal- supplied item). - The remaining 90m will require supply and install of 365mm diameter PE100 pipe to a temporary outlet at the Waitangi Stream. - The reconstruction of the permanent Waitangi Outlet will not form part of the contract works. - The pipeline alignment follows the ROW/access-way of a private property and crosses through a second private property to the proposed outlet location. Tenderers enquiries shall be raised with the Principals nominated Person as soon as possible, but not later than five working days before the tender closing date. Where the Principal considers it necessary and/or appropriate, they will endeavor to respond within 48 hours of receiving them. It is the tenderers responsibility to ensure that the Nominated person has received any enquiry that they have raised. This contract is a measure and value contract ant the tender will be evaluated in accordance with Weighted Attributes methodology.",Awarded,,0,20250410 Bay of Plenty Regional Council,23983474,Request for Proposals,Open Competition,Coast Care Services Tauranga,2021 0190,20210216,20210308,20210812,BOPRC Procurement,Sole Agency,No,,"Coast Care Bay of Plenty (Coast Care) is a dune restoration, education and advocacy programme. It is funded by Four Territorial Local Authority, Bay of Plenty Regional Council and the department of Conservation. The programme has delivered dune restoration and education for over 25 years. We are looking for a person to be the community face for Coast Care and to deliver a programme which is in line with Coast Cares Long Term Plan adding to the success which already exists. This person will report to the Regional coordinator and work closely with Coast Cares western contractor and reserve officers from the TLA. See Addendum 2 for RFP and Contract documents.",Awarded,,0,20250410 Bay of Plenty Regional Council,24002946,Request for Proposals,Open Competition,2020 0164 Rangitaiki River East Bank Road Floodwall Reconstruction,2020 0164,20210222,20210317,20200910,BOPRC Procurement,Sole Agency,No,,"Briefly, the works include: A contractors methodology that will ensure construction of the works is such that they are able to reinstate the level of flood protection to match the level of existing flood protection should the 3 day forward weather forecast predict the risk of flooding; Protection and maintenance of access and servicing for existing residential properties; Topsoil stripping and stockpiling; Excavation and removal of sections of existing stopbank; Removal of the existing stormwater pipe and structure; Carefully de-construct the concrete flood wall and any other buried hard engineered structures and dispose off-site Trim the stopbank ends in preparation to tie in the new stopbank; Construction of new stopbank on the proposed alignment; Construction of new sheet pile wall as part of new stopbank works; Rock riprap work beside the river where disturbed by the Works; Road widening including new kerb and channel; New PE stormwater pipe to river including penetration through the sheet pile wall, wingwall, flap gate and scour works; New stormwater pipes, catch pits and wingwalls; Reshaping of the existing swales; Top soiling and grassing of site; Reinstatement of all affected surfaces; Clearing and tidying of the total site; Preparation and submission of as-built drawings; Associated project management and site supervision traffic management, erosion and sediment control including de-watering, survey setout; Other miscellaneous items described or implied in the specifications or drawings.",Not Awarded,,0,20250410 Bay of Plenty Regional Council,24031876,Request for Quotations,Open Competition,"Bay of Plenty Regional Council - 2021 0114 Corporate uniform, PPE clothing & PPE equipment",2021 0114,20210302,20210401,20210601,BOPRC Procurement,Sole Agency,No,,,Awarded,,0,20250410 Bay of Plenty Regional Council,24141286,Request for Proposals,Open Competition,2021 0090 Kaituna Mole Maintenance,2021 0090,20210329,20210505,20210608,BOPRC Procurement,Sole Agency,No,,"Tenders are invited from suitably qualified civil construction contractors for the works as described in the Scope of Works. The formal scope of the project is described elsewhere; briefly, the Contract Works include the construction of a new permanent sheet piled wall to create a new structural facing over and around an existing mole structure at the mouth of the Kaituna River. A reinforced concrete perimeter beam and a new reinforced concrete slab will surface the mole and tie the walls together. Additional pavement and stairs are required along with landscaping features and dealing with existing rock revetment.",Awarded,,0,20250410 Bay of Plenty Regional Council,24792502,Request for Tenders,Open Competition,CON000077 PT Bus Interchange Static Security Service Tender,CON000077,20210910,20210928,20211101,BOPRC Procurement,Sole Agency,No,,"These are some of our requirements; Must have the capacity to supply the static guards as required and set out above, taking into account sick leave, COVID related time off, public holidays etc. The service is required all year, which is to include all statutory holidays. Coverage during the Christmas holiday period will also be expected and will be aligned with a specific Christmas bus timetable to be agreed. You are expected to ensure all employees are able to keep themselves safe from exposure to COVID-19. All workers will be expected to maintain good work and hygiene practices. It cant be assumed that workers will just know how to do this. They need to have, or know where to get, official information. Static Security Guards must provide Daily reporting to direct line management. Weekly reports to be emailed through to Council by 2pm every Friday, for the current week (Council to provide reporting format and email address(s)). Any incidents or issues that are deemed by both Council and/or the Service Provider to be of a serious nature, are to be escalated through to both parties via telephone immediately. These are then to be followed up with a written incident report and placed within the daily on-site report. Regular monthly meetings to be held between Council and Service Provider. Security will work closely with Bay of Plenty Regional Council, Tauranga City Council and New Zealand Police. We require the services to be undertaken at the following locations; Willow Street, Tauranga CBD Chadwick Road, Greerton Farm Street, Mount Maunganui These locations may change due to circumstances beyond Councils control, and when the environment warrants. fFor more information please open the Tender document.",Awarded,,0,20250410 Bay of Plenty Regional Council,24965616,Request for Proposals,Open Competition,CON000017 Mangrove Seedling Management Services for Tauranga Moana (manual hand-held tools only),CON000017,20211014,20211104,20211215,BOPRC Procurement,Sole Agency,No,,"This Request for Proposal (RFP) invites all able contactors and businesses to submit proposals for the manual (hand held tools only) clearance of mangrove seedlings from selected areas within Tauranga Harbour, in support of the efforts undertaken by volunteers through Bay of Plenty Regional Councils Estuary Care Programme. This work would ideally suit contractors or businesses who have had previous experience in vegetation management services, for example working with hand-held tools or motorised scrub-bars in difficult terrain, as well as good communication skills, ability to comply with regulations, and competence with maps, GPS and computers. The estuary can be a challenging work environment and there is a strong physical fitness element involved in conducting this work, and health and safety aspects that need to be carefully managed. Proposals must be submitted by email to the following address: procurement@boprc.govt.nz",Awarded,,0,20250410 Bay of Plenty Regional Council,25136280,Request for Proposals,Open Competition,CON000141 Personal and Leadership Development,CON000141,20211122,20211206,20220222,BOPRC Procurement,Sole Agency,No,,"We are seeking a solution that provides a suite of learning and development opportunities that will grow our leadership capability and enable a shift in the organisational culture through our People Plan, for up to three years. The scope of the solution includes both, an end to end leadership development programme to create long term behaviour change, and a modular approach to some pre-identified topics (off the shelf or bespoke) which are contextualised to align with our leadership model.",Awarded,,0,20250410 Bay of Plenty Regional Council,25494690,Request for Proposals,Open Competition,Planning and Consents Services,CON000021,20220303,20220324,20220804,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council (BOPRC) requires professional services for the processing of consent applications and provision of policy planning services on behalf of the Council. We are looking to appoint a panel of approved suppliers, with the capacity and the ability to successfully implement the Councils policies and plans, to process resource consents within timeframes while providing excellent customer service.",Awarded,,0,20250410 Bay of Plenty Regional Council,26043889,Request for Proposals,Open Competition,Marine Navigational Aids Maintenance and Debris Removal Services,CON000334,20220714,20220804,20221001,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council (Council) is responsible for the establishment and maintenance of navigational aids and the removal of obstructions and impediments to navigation in the Tauranga Harbour and wider Bay of Plenty Region. Council is seeking to award a contract to a marine contractor to carry out work associated with navigation aids, the removal and disposal of obstructions and impediments to navigation that Council does not have the plant or capacity to deal with in-house. Please refer to the RFP and specifications in the attachments for the full details Electronic RFP proposals are to be received by Bay of Plenty Regional Council no later than 5.00PM, 5 August 2022.",Awarded,,0,20250410 Bay of Plenty Regional Council,26073256,Request for Proposals,Open Competition,Steel Sheet Pile supply and delivery 2022,CON000607,20220722,20220805,20220822,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council has two significant civil works projects underway in the Eastern Bay of Plenty that require Steel Sheet Pile. Steel Sheet Piles and fabricated corners need to be provided to quality standard SP3W Steel Sheet Piles grade SY390 and JIS A5528:2021 and be delivered to our Edgecumbe site in October / November 2022. This is a significant order - please refer to the RFP for the full details. Electronic RFP proposals are to be received by Bay of Plenty Regional Council no later than 17:00hrs, 5 August 2022.",Awarded,,0,20250410 Bay of Plenty Regional Council,26084407,Request for Proposals,Open Competition,Design and Build Maritime Vessel,CON000388,20220725,20220819,20230203,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council Harbourmaster and Maritime Team work to keep Bay of Plenty waterways safe for everyone to enjoy. We are seeking Requests for Proposals (RFP) for the design and build of a new compact functional workboat of about 9m length overall for Council to operate in the enclosed waters of the Whakatane, Ohope and Opotiki harbours and within the inshore limits of 12 nautical miles across the Eastern Bay of Plenty region. In summary the vessel will: Be based in Whakatane or Opotiki and able to service the entire Bay of Plenty Region inshore limits in a range of weather conditions. will transit the region by sea and be designed and constructed to safely across harbour bars at Whakatane and Ohope be used to position and retrieve navigational aids, lift, hold and reposition 2Tonne mooring blocks. Have lifting capability of 1000kg at 3m, via certified crane mounted starboard bow shoulder be designed and equipped to respond to flood and marine incidents provide services in the event of an oil spill assist regularly with Maritimes emergency and core functions. have the ability to tow astern and barge on port side, vessels of up to 20m have haul out functionality using a crane or with the design built trailer. We envisage the vessel will be up to 9m Length overall (LOA), have a shallow water draft of 1m and be capable to work in confined spaces and be able to be easily controlled in rapid waters or flood conditions. The design and length will need to be weighed up with the ability to navigate bars and control in open water along with the required lifting capabilities. RFP proposals are to be received by Bay of Plenty Regional Council no later than 10.00am, 19 August 2022. Please refer to the RFP and specifications in the attachments for the full details.",Awarded,,0,20250410 Bay of Plenty Regional Council,26122460,Request for Proposals,Open Competition,Bus User and Non User Surveys,CON000408,20220802,20220830,20220921,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council wish to procure a research company to conduct annual bus user and non-user surveys. Council is seeking a fit for purpose survey solution that will ensure we reach a wide cross section of our Region, and we are open to reviewing new ideas and new ways of doing things to achieve those results. Health and Safety of our contractors, staff, and members of the public are important to us. You must be able to meet our pre-conditions, including the ability to meet the requirements set by Waka Kotahi. We seek suppliers who align with Bay of Plenty Regional Councils values and strategic priorities, and look to achieve broader outcomes in our procurement where possible. For further information please see the RFP documents. Questions close 16th August and submissions close on the 30th August 2022.",Awarded,,0,20250410 Bay of Plenty Regional Council,26152634,Request for Proposals,Open Competition,Hydrographic surveys of Motiti Protection Areas,CON000484,20220809,20220826,20221031,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council plays a major role in looking after the environment in our rohe. We do this is all sorts of ways including compliance with consents and bylaws, flood mitigation and management and we are continually studying and collecting data in our environment. As part of that work we are looking to engage a Contractor to undertake some mapping of the sea floor around Motiti Island. The hydrographic survey data collection, including bathymetry, seafloor backscatter and water column backscatter using multibeam echo sounder (MBES) is in the Motiti Protection Areas.",Awarded,,0,20250410 Bay of Plenty Regional Council,26166273,Request for Proposals,Open Competition,Western Bay of Plenty Public Transport Services and Infrastructure Single Stage Business Case,CON000136,20220811,20220908,20221101,BOPRC Procurement,Sole Agency,No,,"Western Bay of Plenty Public Transport Services & Infrastructure Single Stage Business Case CON000136 Bay of Plenty Regional Council, on behalf of project partners Tauranga City Council, Waka Kotahi NZ Transport Agency and Western Bay of Plenty District Council, is seeking Requests for Proposals (RFP) for the development of a Single Stage Business Case to confirm future investment public transport (PT) services and supporting infrastructure over the next 10 to 30 years across Tauranga and the Western Bay of Plenty sub-region. Building off the back of the Urban Form and Transport Initiative and the Western Bay Transport System Plan, this Single Stage Business Case will confirm: the preferred PT Service Model the infrastructure required to support the new PT service model The partners have undertaken some work to identify a high level PT service model but further work will be undertaken during the business case to confirm details. A supplier briefing session, which will include a presentation on the work done to date will be held on 23rd August 2022 between 2 3pm. This will be an online briefing so please register your interest in attending by emailing Elaine.Nolan@boprc.govt.nz before 12pm, 18th August 2022. This is an exciting opportunity to help set the future of public transport for Tauranga and the Western Bay sub-region. We are looking for a supplier with great public transport network planning capability and business case experience who wants to work with us to achieve our modal shift targets and community outcomes. RFP Proposals are to be received by Bay of Plenty Regional Council no later than 2pm, Thursday 8th September 2022. Please refer to the RfP and specifications in the attachments for the full details, and add these dates in bold to your calendar.",Awarded,,0,20250410 Bay of Plenty Regional Council,26379811,Request for Tenders,Open Competition,Rangitaiki River No. 87 No. 107 College Road Floodwall Reconstruction,2021 0083,20220923,20221028,20201001,BOPRC Procurement,Sole Agency,No,1 Elizabeth Street Tauranga,"CON2021-0083 Rangitaiki River No. 87 No. 107 College Road Floodwall Reconstruction Overview: The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out the final stage of the Rangitaiki River floodwalls project along College Road. The College Road section is the third and final stage to replace and upgrade the floodwalls along the Rangitaiki River, following investigations leading to require its replacement. Briefly, the physical works include: Protection and maintenance of access and servicing for existing residential properties; Vegetation removal; Topsoil stripping and stockpiling; Excavation and removal of sections of existing stopbank; Removal of the existing stormwater pipe and structure; De-construction of the existing concrete flood wall Trimming of existing stopbank ends in preparation to tie in the new stopbank; Construction of new stopbank on the proposed alignment; Construction of new sheet pile wall as part of new stopbank works; Construction of the concrete capping, including placement of specified reinforcing; Rock riprap work beside the river where disturbed by the works; New PE stormwater pipe to river including penetration through the sheet pile wall, wingwall, flap gate and scour works; Top soiling and grassing of site; Reinstatement of all affected surfaces; Clearing and tidying of the total site; Other miscellaneous items described or implied in the specifications or drawings. Activity Date Release of RFT / RFP 23 September 2022 Compulsory / optional site inspection/orientation 12 October 2022 10:00AM RFT / RFP questions close 17 October 2022 - 17:00PM RFT / RFP closes 21 October 2022 4:00PM Contract awarded on or before 18 November 2022",Awarded,,0,20250410 Bay of Plenty Regional Council,26672588,Request for Quotations,Open Competition,CON000706 Engineering Support Services for the administration of the Flood Protection and Drainage Bylaws 2020,CON000706,20221125,20221212,20230201,BOPRC Procurement,Sole Agency,No,,"Under the Flood Protection and Drainage Bylaws 2020, landowners wanting to carry out earthworks, plantings, excavations etc within the Bylaw applicable area are required to obtain Bylaw authority for the activity. We require engineering support services in the processing of Bylaw authority applications, site inspections and on-going compliance under the Flood Protection and Drainage Bylaws 2020.",Not Awarded,,0,20250410 Bay of Plenty Regional Council,26823945,Request for Tenders,Open Competition,Rangtaiki Stop Logs,CON000426,20230127,20230223,20230501,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out one of the final stages of work involved with the Rangitaiki Floodway project. The Stoplogs are required to meet the level of service of the stopbanks across the road that intersect the floodway. Briefly, the physical works include: Protection and maintenance of access and servicing for properties; Vegetation removal; Topsoil stripping and stockpiling; Installation of some new stormwater pipe and structure; De-construction of the existing road to subgrade level; Trimming of existing stopbank ends in preparation to tie in the new stopbank; Construction of new concrete gate structure on the proposed alignment including some cast in items; Installation of some road barriers on the approaches and departures; Assisting the fabricator of the gates with their install; Top soiling and grassing of site; Reinstatement of all affected surfaces; Clearing and tidying of the total site; Other miscellaneous items described or implied in the specifications or drawings.",Not Awarded,,0,20250410 Bay of Plenty Regional Council,27066790,Request for Tenders,Open Competition,CON000311 Lower Rangitaiki Left Bank Stopbank Reconstruction,CON000311,20230310,20230517,20230828,BOPRC Procurement,Sole Agency,No,"5 Quay Street, Whakatane","CON000311 Lower Rangitaiki Left Bank Stopbank Reconstruction Overview: The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out the full bank reconstruction on the Rangitaiki river. The lower Rangitaiki left bank section is found along Thornton beach road, following investigations and modelling lead us to require its replacement. Briefly, the physical works include: Protection and maintenance of access and servicing for existing properties; Vegetation removal; Topsoil stripping and stockpiling; Excavation and removal of sections of existing stopbank; Removal of the two existing stormwater pipes and structure; Trimming of existing stopbank ends in preparation to tie in the new stopbank; Construction of new stopbank on the proposed alignment; Construction of new seepage trench following sand layers along the full alignment; Supply and Installation of new culvert; Rock riprap work beside the river where disturbed by the works; Reshaping the Moores drain and installing rock and cloth to its base; Construction of overlays from the deconstructed material; Road repairs at the culvert crossing site; Top soiling and grassing of site; Reinstatement of all affected surfaces; Clearing and tidying of the total site; Other miscellaneous items described or implied in the specifications or drawings.",Awarded,,0,20250410 Bay of Plenty Regional Council,27068106,Request for Tenders,Open Competition,CON000898 Reynolds Bend Stopbank Realignment and Overlay,CON000898,20230310,20230406,20231108,BOPRC Procurement,Sole Agency,No,1 Elizabeth Street Tauranga,"The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out remedial works along the Rangitaiki River. The Reynolds Bend site underwent geotechnical investigations, which led to the requirement for a pressure relief treatment and overlay. Briefly, the physical works include: Topsoil stripping and stockpiling; Excavation and removal of sections of existing stopbank, and respread over low lying areas of surrounding paddocks; Trim the stopbank ends in preparation to tie in the new stopbank; Construction of new stopbank on the proposed alignment; Construction of new overlay to the proposed thickness and extent; Construction of stock rock layer under new cattle yard; New seepage trench detail including perforated and non-perforated sections, rodding eyes, stormwater drop structure, scruffy dome, driveway culvert and headwall; Top soiling of site; Placement of 100mm thick running course on top of stopbank; Removal of any effected fencing; Reinstatement of all affected surfaces;",Awarded,,0,20250410 Bay of Plenty Regional Council,27803755,Request for Proposals,Open Competition,Bus Replacement Website,CON000976,20230801,20230828,20240509,BOPRC Procurement,Sole Agency,No,BOPRC 5 Quay Street Whakatane,"Bay of Plenty Regional Council is procuring for a new website, designed and developed to enhance the customer experience when looking for public transport information. We envisage the website will be a single point of truth therefore integration with multiple sources is required. Please download and read the documents for more information.",Awarded,,0,20250410 Bay of Plenty Regional Council,27883552,Request for Quotations,Open Competition,CON001044 Request for Quotes - Recruitment Company Engagement - Harbourmaster Summer Patrol Crew,CON001044,20230815,20230908,20231009,BOPRC Procurement,Sole Agency,No,BOPRC 5 Quay Street Whakatane,"Calling all interested Recruitment Companies ....... The Harbourmaster Office is responsible for maritime safety in the Bay of Plenty region. Every summer the Harbourmaster team at the Bay of Plenty Regional Council (BOPRC) engage up to 20 seasonal patrol crew members to assist in the on-water education and enforcement of the Bay of Plenty Navigation Safety Bylaw 2017 (the bylaw). We are seeking a solution that will see a recruitment company managing the due diligence, engagement, and payroll of the Bay of Plenty regions patrol crew for the summer season from October 2023 through to March 2024. See attached for the RFQ document and Response form. Please ask your questions via GETS Many thanks Procurement Team",Awarded,,0,20250410 Bay of Plenty Regional Council,27908242,Request for Tenders,Closed Competition,CON001047 Rangitaiki Spillway Upgrade - Civil Works,CON001047,20230817,20231013,20231211,BOPRC Procurement,Sole Agency,No,,"In order to alleviate flood pressure on the Rangitaiki River, the river scheme includes a bypass floodway that transports some (190m3/s) of the rivers floodwater down an alternative channel via the Rangitaiki Spillway. The spillway is located at 266 Hydro Road, Edgecumbe and needs to be upgraded to allow for the consented bypass flow. You have been shortlisted to submit a Request for Tender (RFT) to undertake civil works associated with the construction of the primary concrete and associated cut-off walls for a new gated spillway structure and overflow earth weir located along the Rangitaiki River as part of the Rangitaiki Spillway upgrade. This package of works is known as Contract Package 1 (CP1). The supply of mechanical and electrical works associated with the project will be managed separately though Contract Package 2 (CP2).",Awarded,,0,20250410 Bay of Plenty Regional Council,27911245,Request for Tenders,Closed Competition,CON000663 Spillway Mechanical Works,CON000663,20230817,20231020,20240116,BOPRC Procurement,Sole Agency,No,,"n order to alleviate flood pressure on the Rangitaiki River, the river scheme includes a bypass floodway that transports some (190m3/s) of the rivers floodwater down an alternative channel via the Rangitaiki Spillway. The spillway is located at 266 Hydro Road, Edgecumbe and needs to be upgraded to allow for the consented bypass flow. You have been shortlisted to submit a Request for Tender (RFT) to undertake mechanical works associated with the construction of new gated spillway structure along the Rangitaiki River as part of the Rangitaiki Spillway upgrade. This package of works is known as Contract Package 2 (CP2). The supply of civil works associated with the project will be managed separately though Contract Package 1 (CP1).",Awarded,,0,20250410 Bay of Plenty Regional Council,27969077,Request for Proposals,Open Competition,CON001037 Tauranga On Demand Transport Trial,CON001037,20230828,20230929,20231108,BOPRC Procurement,Sole Agency,No,,"Bay of Plenty Regional Council (Council) is responsible for planning, funding and overall coordination of passenger services in the Bay of Plenty region. The Regional Public Transport Plan (RPTP) is the key statutory document for public transport planning and investment, guiding the design and delivery of public transport services, information and infrastructure. Its vision is: More people using convenient, accessible public transport that enhances their lives, supports urban transformation and regional connectivity, while reducing our collective impact on the environment. The RPTP 2022-32 identifies the main public transport challenges for the region as: growing patronage and achieving mode shift; meeting the access needs of our smaller urban centres and rural communities; and responding to climate change and reducing emissions. In addressing the challenges, esp. access, the RPTP identifies an opportunity to investigate new innovative options, e.g. the potential for on-demand services. On-demand public transport usually involves smaller vehicles providing a flexible service that adjusts its routing to passenger demand. Passengers book rides and then share the vehicle with other users. Pick-up and drop-off locations are determined according to passenger needs. This RFP is for the physical operation of a trial on-demand system in Tauranga South. Over the course of the trial we expect to be continually evolving the service parameters, growing the attractiveness and viability of the service. This trial will help inform planning for future public transport delivery models for Tauranga and the Western Bay but will also help establish proof of concept for potential application elsewhere in the region where a scheduled, fixed route bus service is not considered viable. Success for the trial will be measured in service uptake (existing and new users) and customer satisfaction with the service. Please note we will be holding supplier briefing sessions the Deadline to register for supplier briefing session: 06/09/23, date of session 11/9/23",Awarded,,0,20250410 Bay of Plenty Regional Council,27979546,Request for Quotations,Closed Competition,CON000066 2016 0161 Engineering Services Panel RFQ,CON000066 2016 0161,20230829,20231002,20250318,BOPRC Procurement,Sole Agency,No,,"BOPRC is seeking proposals under the Panel Agreement for Engineering Services for the Kaituna River Stopbanks Seepage Analysis project. Please see attached a Request For Quotes released to all suppliers under the Panel Agreement for Engineering Services whose specialist fields include Geotechnical Engineering services. The work is to be carried out under Contract 2016 0161 and the Project Briefing Sheet (attached). The attached documents relating to the RFQ process for the proposed Kaituna River Stopbanks Seepage Analysis project are: - Request for Quotes document - Project Briefing Sheet - Schedule of Prices - Proposed investigation locations Dates: RFP released: 29 August 2023 Deadline for questions: 25 September 2023 Deadline for Proposals: 2 October 2023 Anticipated work start date: 9 October 2023",Not Awarded,"Was a review of Engineering Services panel, not changes made",0,20250410 Bay of Plenty Regional Council,28104107,Request for Proposals,Closed Competition,CON001055 - Track Upgrades - Sapphire Springs Katikati,CON001055,20230914,20231005,20240130,BOPRC Procurement,Sole Agency,No,,"We are seeking supplier(s) that have the experience, knowledge and capacity to meet our requirements. In particular, suppliers must have a proven track record of delivering similar track upgrade and kauri mitigation works in and around kauri forest(s). Supplier(s) shall have completed these projects for the following clients; DoC, Auckland Council, Northland Regional Council and/or Waikato Regional Council. Supplier(s) shall be prepared to utilise on-site accommodation (no-cost). Costs of offsite accommodation (if preferred) for work crew(s) shall not be included within the price response. For the avoidance of doubt, BoPRC will not reimburse any expenses relating to crew accommodation. Storage of materials is available on site; the Contractor is responsible for the storage of the materials relating to the Services, and will ensure that their Insurances are sufficient to cover all materials in case of loss or damage. All staff shall attend an onsite cultural induction with local mana whenua; it is expected that this will occur concurrently with project kick-off and Health & Safety inductions.",Not Awarded,,0,20250410 Bay of Plenty Regional Council,28243143,Request for Tenders,Open Competition,CON001056 Whakatane Project Future Proof - Section 1,CON001056,20231009,20231121,20240115,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out the first section of Whakatane Project Future Proof. The Kakahoroa Drive section is the first of four stages to replace and upgrade the floodwalls, and flood defences, along the lower Whakatane River. Briefly, the physical works include: Location and protection of all services during the works. Site clearance, including but not limited to the removal of vegetation and obstructions effecting the works, stripping of topsoil along the extent of the new stopbank footprint and removal of existing structures including kerb and channel, existing floodwall, footpath, and pedestrian ramp. Earthworks, including the construction of the stopbank along the new alignment. Pavement work, including excavation of existing pavement, new kerb and channel, concrete, and cobblestone footpaths. New pavement including subbase, basecourse, waterproof membrane, concrete apron, asphalt wearing course and line marking. Pipe work including realignment of water supply, penetration through sheet piles, and installation of new sub soil seepage trench. New floodwall, including installation of sheet piles, strip footings, precast facing panels, capping units and decorative design. Insitu footing and plinth for relocated statue. New pedestrian access including precast retaining panels and footings, stairway, ramp and all associated safety features such as balustrades and handrails. Relocation and reinstatement of streetlight poles. Topsoiling and reinstatement. Other miscellaneous items described or implied in the specifications or drawings.",Awarded,,0,20250410 Bay of Plenty Regional Council,29181294,Request for Proposals,Open Competition,Facility Security Services,CON001272,20240410,20240507,20250319,BOPRC Procurement,Sole Agency,No,BOPRC 5 Quay Street Whakatane,"Bay of Plenty Regional Council (Council) is seeking a suitably qualified provider to maintain its Gallagher security system and CCTV system at 9 sites across the Bay of Plenty. The services will include. Maintenance of the existing security system, Future installations and upgrades, Software upgrades and licencing. Compliance inspections and documentation to comply with Councils BWOF requirements. To be successful you will need to provide a 24 hour on call service to respond to queries and faults as and when required. If you are interested in providing these services please consider submitting a proposal to us.",Not Awarded,This contract was award to Advanced Security Group.,0,20250410 Bay of Plenty Regional Council,29188524,Request for Proposals,Open Competition,CON001212 Te Reo ki Tua Toi Moana RFP,CON001212,20240410,20240509,20240620,BOPRC Procurement,Sole Agency,No,procurement@boprc.govt.nz,"Toi Moana Bay of Plenty Regional Council is looking for a supplier to provide Te Reo Maori learning sessions to staff and elected members in three locations: Whakatane, Tauranga, and Rotorua. The sessions will happen twice a year, each lasting 10 weeks, and they can be either in-person or online. The goal is to help staff learn the basics of Te Reo Maori, which is important for working with Maori communities and partners. The training will cover pronunciation, language learning strategies, and how to keep improving their language skills for their work. This initiative aligns with Councils internal strategies He Korowai Matauranga and Rau Tangata, Rau Pukenga, which supports the capability of staff to work with tangata whenua and meet Councils legal obligations. Suppliers must be able to deliver sessions both online and in-person, have insurance, and be able to hold sessions at the specified locations. Council is looking for suppliers who are experienced in successfully delivering Te Reo Maori sessions and can adapt their teaching to different learning styles. The timeline for submitting proposals is outlined, along with contact information for questions or concerns. Questions and proposals must be submitted via the email address provided.",Awarded,,0,20250410 Bay of Plenty Regional Council,29189319,Request for Quotations,Open Competition,CON001240 Total Mobility Transport Operators 2024-2027,CON001240,20240410,20240503,20250318,BOPRC Procurement,Sole Agency,No,procurement@boprc.govt.nz,"Bay of Plenty Regional Council Toi Moana is seeking Passenger Transport Operators for its Total Mobility Scheme. This scheme helps people with mobility challenges get around. We want to make sure everyone can access important services and be part of our community. We need operators who can offer safe, reliable rides for everyone, including those with wheelchairs. If you're a Transport Operator who cares about helping people and can meet our standards, we want you. You'll get regular customers through our scheme and could grow your business. Join us in making travel easier and safer for everyone in our region. If you're interested, please make sure you send us your questions and proposals via email before the due dates provided.",Not Awarded,No responses came through GETS.,0,20250410 Bay of Plenty Regional Council,29191735,Request for Tenders,Open Competition,CON001079 Smith Road Bridge Replacement,CON001079,20240411,20240513,20240906,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out the replacement of 2 culverts on Smith Road with a single span bridge constructed with 2 concrete T beams. The works are located 585m from the start of the road at the intersection with Thornton Road. Briefly, the physical works include: Site establishment (including required worksite areas and onsite offices); Construction, maintenance, and removal of temporary access road: Deconstruction and removal of existing culverts: Supply and placement of rock rip rap to the new canal cut margin: Construction of new bridge including monitoring and testing during construction: Construction of new road, including monitoring and testing during construction: Installation and maintenance of sediment and erosion control measures during the works Installation and maintenance of sediment and erosion control measures during the works; Traffic management along Smith Road Reinstatement of affected areas on completion of works: Staging plan detailing how the works will be managed to achieve the design while maintaining flood protection, channel flow and access to adjoining properties during the works.",Awarded,,422599,20250410 Bay of Plenty Regional Council,29399873,Request for Quotations,Open Competition,Vehicle Telematics Provider CON000910,CON000910,20240514,20240610,20241216,BOPRC Procurement,Sole Agency,No,,"The Bay of Plenty Regional Council Toi Moana (Council) seeks a GPS provider for their fleet vehicles, requiring real-time tracking, advanced reporting features, and integration with NZTA. We're seeking a GPS provider that can deliver dependable tracking, reporting, and fleet management features. This includes satellite tracking, crash alerts, and robust reporting functions. Additionally, we're in need of EV telematics technology that can provide data on charge times, battery range, and charging station availability. Integration with a vehicle booking system and a compliance check app is also a priority. Currently, installation costs are not needed as part of your quote. We're also not looking for a system that lacks the ability to track vehicles beyond mobile coverage, lacks fleet management features, or doesn't offer crash alerts. We prioritise technical capabilities, sustainability practices, and reliable service, with a substantial focus on Health and Safety. The mandatory requirements in Section 3 include essential requirements for a supplier to be considered. This opportunity offers suppliers the ability to provide innovative solutions, and contribute to fleet optimisation and decarbonisation, while potentially securing a long-term contract.",Awarded,,0,20250410 Bay of Plenty Regional Council,29555306,Request for Quotations,Open Competition,Personal Protective Equipment and Corporate Clothing,CON001289,20240611,20240705,20241007,BOPRC Procurement,Sole Agency,No,,"This request for quote relates to the supply of personal protective clothing, equipment and corporate clothing for the staff at Bay of Plenty Regional Council. We are looking for a single or multiple suppliers who can supply high quality uniforms and PPE to our organisation, that is durable, easy to clean and fit for purpose. Due to the various workstyles and workplace environments our staff operate in, we have broken our requirements into three categories. You may submit a quote for a single category, two categories or all three categories. Please note, each category will be assessed separately, against the weighted attributes outlined within the document.",Awarded,,0,20250410 Bay of Plenty Regional Council,30085332,Request for Tenders,Open Competition,Whakatane Project Future Proof - Stage 2 (Floodwall Construction),CON001578,20240904,20241108,20241213,BOPRC Procurement,Sole Agency,No,procurement@boprc.govt.nz,"The Bay of Plenty Regional Council are seeking a suitably qualified civil construction contractor to carry out the second section of Whakatane Project Future Proof. The Quay street section is the second of four stages to replace and upgrade the floodwalls, and flood defences, along the lower Whakatane River. Briefly, the physical works include: Location and protection of all services during the works. Establish working area, temporary access/diversions, equipment, environmental controls (lay down/haul areas, stockpile bunding, clean water management) and traffic management. Site clearance, including but not limited to the removal of vegetation and obstructions effecting the works and removal of existing structures including kerb and channel, existing floodwall, footpath, and pedestrian ramp. Pavement work, including excavation of existing pavement, new kerb and channel, concrete, and cobblestone footpaths. New pavement including subbase, basecourse, waterproof membrane, asphalt wearing course and line marking. Pipe work including realignment of water supply, penetration through sheet piles, and installation of new sub soil seepage trench. New floodwall, including installation of sheet piles, foundations, precast facing panels and capping units. New pedestrian and cycleway shared path all associated safety features such as balustrades. Installation of new footbridge across Wairere Stream. Relocation and reinstatement of streetlight poles. Topsoiling and reinstatement. Work alongside public to minimise disruption, including no permanent closure of Quay Street for the full length of construction. Other miscellaneous items described or implied in the specifications or drawings.",Not Awarded,,0,20250410 Bay of Plenty Regional Council,30104213,Request for Proposals,Closed Competition,Rotorua Regional Park Business Case,CON001542,20240902,20240913,20241106,BOPRC Procurement,Sole Agency,No,,"Following on from the ROI process, we are now entering into the second stage of this procurement, you have been invited to respond to this RFP. There are two responses required, the first is a response form which needs to be emailed by 12pm Tuesday 3 September, the second is a presentation for more information please open all related documents attached. During the latest LTP process, Bay of Plenty Regional Council asked the community if they supported the acquisition of land for regional parks in the Rotorua district. The feedback received was generally very positive and Council approved funding for a business case to be developed for the proposed regional park purchase and development. We need a company with the expertise to develop a Treasury endorsed single-case business case, please read the attached for more details.",Awarded,Supplier submitted collaborative proposal and has now been awarded Lead Contractor.,0,20250410 Bay of Plenty Regional Council,30198318,Request for Proposals,Open Competition,Constructed Wetlands - Design & Implementation Services,CON001547,20240917,20241022,20250303,BOPRC Procurement,Sole Agency,No,,"In accordance with its 2024-2034 Long Term Plan, Bay of Plenty Regional Council (BOPRC) is seeking to build constructed wetlands across the region, for the enhancement of water quality, the restoration of native biodiversity, sequestration of carbon and provision for cultural practices. This work will be on-going over a ten-year period, with an initial term of four years. We are seeking to establish a small panel of suppliers who can identify appropriate sites and deliver the design and implementation of constructed wetlands that maximise nitrogen removal, as well as complimentary benefits in ecology, provision for cultural practices and carbon sequestration. We may also require support with supervising construction of these wetlands and developing monitoring and maintenance plans. BOPRC are seeking suppliers who have the capability and capacity to design and implement constructed wetlands. Suppliers will need to demonstrate that they have the experience and expertise to measure and account for the environmental gains made by constructing wetlands which is critical for this project. This includes nutrient accounting, natural capital accounting, and carbon sequestration. We would like to engage Companies that have an office based locally in the Bay of Plenty Region. To ensure the highest level of collaboration and project oversight, we have decided to work with companies that have a lead project manager based in the Bay of Plenty. This is crucial for maintaining effective communication, timely decision-making, and local expertise, which are essential for the success of our projects. For clarification, these services do not include construction. If your application involves a collaboration with another company, we want to be working with a single point of contact. The BOPRC Procurement Team",Awarded,,2600000,20250410 Bay of Plenty Regional Council,30239163,Award Notice,Open Competition,CON001288 Port of Tauranga Divestment Advice (Closed Competition),CON001288,20240719,20240802,20240809,BOPRC Procurement,Sole Agency,No,,To Moana Bay of Plenty Regional Council Port of Tauranga Divestment Advice,Awarded,,0,20250410 Bay of Plenty Regional Council,30382579,Request for Proposals,Open Competition,CON001625 Security Guard/Patrol Service,CON001625,20241011,20241105,20250201,BOPRC Procurement,Sole Agency,No,procurement@boprc.govt.nz,"Bay of Plenty Regional Council (Council) is seeking a suitably qualified provider of security patrols for our 10 sites across the Bay of Plenty. We are looking for a security patrol company that can check the buildings and depots are secure every evening and patrol our sites as scheduled. We also require 24/7 call-out service. In addition, Council infrequently requires static guards, at any one of our buildings, so this function is included in the requirements. This procurement is about finding and appointing a security service provider. The services required will include. Provision of services across Whakatane, Rotorua and Tauranga. A single point of contact for guards to be dispatched Can deploy guards to any site within 30 mins. Capacity to cover the below patrols.",Awarded,,0,20250410 Bay of Plenty Regional Council,30457682,Request for Proposals,Open Competition,Rotorua Catering Services Contract,CON001541,20241021,20241108,20250201,BOPRC Procurement,Sole Agency,No,procurement@boprc.govt.nz,"The Bay of Plenty Regional Council (BOPRC) is seeking a supplier to provide catering services for our events and meetings at our Rotorua office. We require a supplier who can deliver a variety of high-quality finger foods, tailored to meet various dietary needs and preferences. We are looking for a supplier that will provide good value for money and sustainability, the packaging and materials used should be environmentally friendly. Supplier should value the use of locally sourced ingredients, supporting local businesses and ensuring fresh, high-quality food. The products sourced for each menu item, would ideally be locally sourced. Working with the Bay of Plenty Regional Council allows you to showcase your culinary expertise while supporting sustainability, local businesses, and community well-being. Youll gain exposure within our large organisation, at our events and your work will help align our events with our values, making a difference in our community. Nga mihi The Procurement Team",Awarded,,0,20250410 Bay Venues Ltd,20946034,Request for Tenders,Open Competition,Baywave Upgrade & Renewal Project,A&P02/2020,20190415,20190510,20190701,,Sole Agency,No,,"1. Introduction This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a tender to the Bay Venues Limited (also referred to in this RFT as the Principal) for the construction work of Baywave upgrade and renewal project contract opportunity. This RFT is a single step procurement process. Following the evaluation of tenders, Bay Venues Limited may: ? attend a tenderer presentation or a site visit to a tenderers premises; ? conduct tender clarifications or due diligence in relation to any tender; ? identify a preferred tenderer or a shortlist of preferred tenderers; ? enter into negotiations with preferred tenderer(s); or ? conclude the process without awarding any contract. Information to be submitted by tenderers is as stated in the General Conditions of Tendering and summarised in the Schedule to Conditions of Tendering. 2. Scope of Contract Works The Contracts work is to construct a new changing room facility at the southern faade adjacent to the Utility Compound, a new plantroom building on the corner of the western and northern faade, an outdoor area including access at the northern faade and the repair of several weather tightness issues. The following items are part of, but not limited to the weather-tightness issues: 1. Replacement of curtainwall window on the corner of northern and eastern faade. 2. Replacement of window in the hydro-slide area 3. Replacement of windows at the eastern faade 4. Replacement of apron flashings in proximity to gym reception (refer to arch. Dwg. A504) All works have to be in accordance with the architectural and structural design (Appendix K). All works need to be conducted in a way which enables BVL to keep the facility operational. Health and Safety is up most important.",Not Awarded,Awarded to C3 Construction,0,20250410 Broadcasting Commission - NZ on Air,27998574,Request for Proposals,Open Competition,ERP Replacement,,20230901,20231009,20240326,,Sole Agency,No,,"We are looking for an implementation and support vendor for an integrated Microsoft Dynamics based ERP solution that achieves 5 key functions 1. Funding Application Portal 2. Contract Management 3. Financial Management 4. Contact Management 5. Data Repository and Reporting",Awarded,"This vendor provided best value, expertise and met our requirements for the system we needed",352880,20250410 Buller District Council,21747922,Request for Proposals,Open Competition,Greater Punakaiki Master Plan - Stage 2 - Water Services,,20191014,20191113,20200928,,Sole Agency,No,,"Punakaiki is a key national and regional tourism centre and is the Buller Districts and West Coasts major tourism drawcard / attraction. In recent years there has been significant growth in tourists visiting the area, and this has put considerable pressure on existing infrastructure. The current development of the new Paparoa Track (Great Walk) in the Paparoa National Park is expected to add to this pressure in the next few years. In 2018 a Masterplan and Programme Business Case were developed in conjunction with the community and a wide variety of stakeholders to identify the issues and challenges that needed to be addressed. Based on the results of this work, the Buller District Council, on behalf of the Punakaiki community and local Iwi, together with West Coast Regional Council, Grey District Council, Department of Conservation (DoC)/Tai Poutini Conservation Board and MBIE, is now seeking expressions of interest from suitably qualified providers to further develop potential solutions for the provision of potable water and treatment of waste water across the Punakaiki area. The detailed business cases need to provide enough detail and cost certainty (20%) to enable the Buller District Council to make decisions about the future of water supply and treatment for Punakaiki, and engage with other partners to fund future work in this area. The work consists of three components: 1) A detailed business case for the provision of potable water for the Punakaiki community that is cost effective, affordable in the long term, reliable and resilient. 2) An assessment of existing wastewater treatment systems to determine their compliance with current standards and ability to cope with increased loading through higher visitor numbers 3) A detailed business case for the development of a centralised wastewater system that meets current and future demands and ensures protection of both the marine and fresh water environments The work will require engagement with council staff, the local community, business owners and the Department of Conservation to find solutions that meet the needs of all affected parties.",Awarded,,0,20250410 Buller District Council,22756817,Request for Tenders,Open Competition,Road Maintenance 2020-2023,19/20/03,20200602,20200702,20201104,,Sole Agency,No,,"This contract is for the maintenance of roads and bridges within the Buller District Council boundaries. This includes approx. 300km of sealed and 290km of unsealed roads, 106 bridges, along with culverts, footpaths, signs and other assets. Street sweeping on state highways within the urban network is also included. Resealing and road marking are specifically excluded from the scope of work. The contract period will be for an initial term of 3 years. There will be the opportunity for 2 x 2-year extensions at the sole discretion of the Principle. The total maximum contract term will not exceed 7 years. Contract start date is 1 October 2020. This contract relies on strong collaboration between the Contractor and Buller District Council. It is expected that the Contractor will provide the eyes and ears of the network and take ownership of its condition. Keeping everyone informed through good reporting and programme development and responding appropriately to stakeholder demands are key. For further detail and supporting documents please see Tenderlink BULDC-920429.",Awarded,,6706478,20250410 Buller District Council,23267161,Request for Proposals,Open Competition,20/21/08 Westport and Greymouth Floating Jetties,,20200910,20201013,20210618,,Cluster,No,,An application for funding from the Provincial Growth Fund (PGF) has resulted in funding being made available for renovations and improvements to wharf and berthing facilities at Greymouth and Westport harbours. The project is an important enabler to support ongoing growth in the fishing industry. Those fishing fleets underwrite a range of related economic activity and employment in the West Coast region; and the project will provide robust and fit-for-purpose infrastructure to support these vital activities. As part of that project concrete floating pontoons and gangways will be installed to better accommodate the fishing fleet. This procurement seeks proposals from experienced and capable companies to manufacture and install those floating pontoons and gangways.,Awarded,,0,20250410 Buller District Council,24948869,Request for Proposals,Open Competition,Buller District Council Building Upgrade Project,21/22/08,20211013,20211119,20211206,,Sole Agency,No,,"Buller District Council owns various premises in Westport that accommodate staff and from which it delivers its services. Two of these premises Brougham House and the Victoria Square complex require upgrade to address a number of issues. The main Council base is Brougham House which needs upgrade to meet seismic strengthening requirements and provide efficient workspaces for Council staff. The project aims to achieve the following key outcomes: Improve safety and risk to occupants by improving building competency; Ensure building performance and service continuity in the event of an earthquake so that civil defence/emergency operations centre functions can operate effectively; Improve building function, performance and sprawl, staff productivity/engagement, and ratepayer/customer service levels; Improve building aesthetics, specifically by introducing and incorporating visual design elements that better reflect Bullers cultural identity; and Reduce building operating and maintenance costs and improve sustainability and carbon-reduction outcomes. This RFP is for earthquake strengthening and upgrading of Brougham House (Councils main administration centre) and may need to include the existing civil defence building at Victoria Square, if a fit-for-purpose civil defence coordination facility cannot be achieved elsewhere (e.g., at the Brougham House site). The upgrade must meet all the relevant NZ building code requirements and deliver a minimum of 67% NBS seismic strength. For the civil defence coordination facility this must strive to satisfy building performance and service resilience standards of an Importance Level 4 building (NZS 1170:2004, Chapter 5). The proposed contract anticipates the successful supplier undertaking investigation and design work as Separable Portion 1 of the contract ($300,000 ex GST). This should be a collaborative process with the client with intermediate review and consultation points by way of regular Project Control Group (PCG) meetings so that Council can understand options and provide input into the design solution as it progresses. It is envisaged that the finalised solution and pricing will be worked through collaboratively to ensure best value-for-money for Separable Portion 2 - Physical Works ($2,000,000 + GST), whilst also being mindful of the suppliers legitimate expectation of recovering its onsite and offsite overheads and profit for the design and construction/physical works.",Not Awarded,,0,20250410 Buller District Council,24998689,Request for Proposals,Open Competition,RFP for Website Redesign,,20211022,20211130,20220107,,All of Government,No,,"Buller District Council (BDC) seeks a digital agency to redesign and redevelop the external public website, to reimagine our online customer service, improve accessibility, and increase engagement and participation. The project scope includes: development of revised architecture; design; templates; content migration; and recommendations for new service-based functionality. The offering could include hosting or re-use our existing hosting providers. The intent of this RFP is to provide information to vendors for the Buller District Council (BDC) and its subsidiaries website redesign, development and delivery. Digital agencies are invited to respond to this RFP. The information received in response to this RFP will help determine the approach taken for a website redesign. BDC may contact respondents, at its sole discretion, for additional information. BDC shall not be obligated to contact any respondent, to purchase goods or services related to this RFP. Response to this RFP is not mandatory to be considered for any future requests for a website redesign. BDC will determine, at its sole discretion, whether to proceed with a request following the RFP. It is entirely the respondents responsibility to remain informed of BDCs issuance of any future requests. BDC assumes no liability for failure of respondents to obtain and respond to any such solicitation.",Awarded,,0,20250410 Buller District Council,26072397,Request for Proposals,Open Competition,Roading Asset Management Services,,20220720,20220818,20221012,,Cluster,No,,"West Coast Councils Regional Roading Asset Management Services This Request for Proposal is an invitation to suitably qualified consultants to submit a proposal for the West Coast Roading Asset Management Services Contracts. This RFP is issued collectively by the three West Coast Councils, namely Buller, Grey, and Westland District Councils. This procurement seeks to establish a long-term relationship with a roading asset management supplier to join the regional transport collaboration on the West Coast. The supplier will ensure the Councils continue to deliver their core asset management functions, while taking an eye to the future through development of robust forward programmes and strategies that create investor confidence and value for money to the local communities. The intended outcome of this RFP will be the selection of a supplier who will deliver: Shared services / deliverables on behalf of all three Councils jointly (costs shared across the Councils). Services to each Council individually (costs borne by the relevant Council). The successful supplier will enter into a contract with each Council (i.e. three separate contracts) to deliver the services. The initial term will be three years, with the option of an additional two-year period to a maximum of five years. This RFP specifically covers roading asset management services, asset management services for bridges and other structures is also being procured in a separate process. Suppliers are invited to tender for both contract opportunities. Potential respondents are invited to register for individual interactive meetings (see RPF timeline and information), please register for this by emailing our point of contact directly and note your preferred dates / times.",Not Awarded,All parties advised by panel at the time,0,20250410 Buller District Council,26073061,Request for Proposals,Open Competition,Bridge & Structure Asset Management Services Contract,,20220720,20220818,20221006,,Cluster,No,,"This Request for Proposal is an invitation to suitably qualified consultants to submit a proposal for the West Coast Bridge & Structure Asset Management Services Contracts. This RFP is issued collectively by the three West Coast Councils, namely Buller, Grey, and Westland District Councils. This procurement seeks to establish a long-term relationship with an asset management supplier to join the regional transport collaboration on the West Coast. The supplier will ensure the Councils continue to deliver their core asset management functions, while taking an eye to the future through development of robust forward programmes and strategies that create investor confidence and value for money to the local communities. The intended outcome of this RFP will be the selection of a supplier who will deliver: Shared services / deliverables on behalf of all three Councils jointly (costs shared across the Councils). Services to each Council individually (costs borne by the relevant Council). The successful supplier will enter into a contract with each Council (i.e. three separate contracts) to deliver the services. The initial term will be three years, with the option of an additional two-year period to a maximum of five years. This RFP specifically covers bridge and structure asset management services, asset management services for roading is also being procured in a separate process. Suppliers are invited to tender for both contract opportunities.",Awarded,successful and unsuccessful notified in oct 22,0,20250410 Buller District Council,27442131,Request for Quotations,Closed Competition,BDC Roading Return to Service - Bundle 4 - Contract 22/23/11 Karamea Highway,Contract 22/23/11,20230525,20230623,20230721,,On behalf of procurement agent,No,,"BDC invites selected pre-qualified panel members to submit a tender and quotation for the Roading Return to Servicer Bundle 4 - Contract 22/23/11 Karamea Highway. The Karamea Highway was damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial works to protect the integrity of the road network. The works are over 5 separate sites along the Karamea highway between road point (RP) 2.85 and RP 10.26. The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: SITE 1 Clearance of slip material SITE 2 MSE wall construction 45m SITE 3 Rock placement around concrete culvert SITE 4 - Clearance of slip material",Awarded,,400255,20250410 Buller District Council,27451678,Request for Quotations,Closed Competition,BDC Roading Return to Service - Bundle 5 - Contract 22/23/09 - Little Wanganui / Karamea,Contract 22/23/09,20230526,20230616,20230904,,On behalf of procurement agent,No,,"Multiple roading under-slips developed around Little Wanganui / Karamea as a result of the February 2022 flood event. BDC is responsible for the maintenance of the Local Roads that these defects sites are on and needs to undertake remedial works to protect the integrity of the road. The works are to reconstruct the lost roading shoulder using rocks walls. The works are located on the following roads : Arapito Road Umere Road Wharf Road Blue Duck Creek Road The Contract Works, includes but is not limited to: Excavation of unsuitable material Laying of geofabric Supply and placement of rock Pavement rehabilitation Engineered retaining structure",Awarded,,390328,20250410 Buller District Council,27464121,Request for Quotations,Closed Competition,BDC Roading Return to Service - Bundle 3 - Contract 22/23/10 Karamea Highway,Contract 22/23/10,20230529,20230623,20230731,,On behalf of procurement agent,No,,"The Karamea Highway was damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial works to protect the integrity of the road network. The works are over 8 separate sites along the Karamea highway between road point (RP) 2.85 and RP 10.26. SCOPE OF WORKS The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: SITE 1 Clearance of slip material, reshaping and surfacing of layby SITE 2 Clearance of slip material SITE 3 Clearance of slip material SITE 4 - Clearance of blocked drain, clearance of slip removal and reshapinglayby areas SITE 5A Clearance of slip material and concrete swale remedials SITE 5B Rock work around culvert SITE 6 Clearance of slip material SITE 7 Concrete swale drain remedials",Awarded,,251083,20250410 Buller District Council,27497628,Request for Quotations,Closed Competition,BDC Roading Return to Service - Bundle 6 - Denniston Road_MSE Walls,Contract 22_23_14,20230606,20230714,20230906,,On behalf of procurement agent,No,,"The Denniston Road was damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial Following the flood events of 2021/22, remedial works are required to protect the integrity of the road network. The works are over 7 separate sites along the Denniston Road between road point (RP) 0.395 and RP 1.550. Scope of the works: The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: SEPARABLE PORTION 1 Clearance of loose slip material SEPARABLE PORTION 2 MSE wall construction SEPARABLE PORTION 3 MSE wall construction SEPARABLE PORTION 4 Earthworks to give width to form drainage channel SEPARABLE PORTION 5 MSE wall construction SEPARABLE PORTION 6 MSE wall construction SEPARABLE PORTION 7 MSE wall construction",Awarded,,2572471,20250410 Buller District Council,27516637,Request for Quotations,Closed Competition,BDC_Roading Return to Service_Bundle 2_Inangahua_Reefton_Springs Junction,Contract 22/23/13,20230608,20230630,20240418,,On behalf of procurement agent,No,,"Multiple roading under slip developed around Inangahua / Reefton / Springs Junction as a result of the February 2022 flood event. BDC is responsible for the maintenance of the Local Roads that these defects sites are on and needs to undertake remedial works to protect the integrity of the road. The project is to reconstruct the lost roading shoulder using rocks walls. The works are located on the following roads: Maimai Road Blairs Road New Creek Road Pensini Road Palmers Road SCOPE OF WORKS The Contract Works shall comprise the works described within the Contract Documents. A high level scope of works, for general information only, includes but not limited to: Excavation of unsuitable material Laying of geofbric Supply and placement of rock Pavement rehabilitation Culvert Extensions",Not Awarded,"No compliant tender received, decision taken to retender.",0,20250410 Buller District Council,27751580,Request for Quotations,Closed Competition,BDC_RTS_BUNDLE 07_Contract 22/23/15 Seddonville / Mokihinui Repair Works,Contract 22/23/15,20230724,20230818,20230904,,On behalf of procurement agent,No,,Permanent repairs to 6 sites in the Seddonville / Mokihinui area as detailed in the attached documentation.,Awarded,,292225,20250410 Buller District Council,27787714,Request for Proposals,Closed Competition,Buller District Council Better Off Funding Master Plan,Contract 23/24/02,20230728,20230908,20230922,,On behalf of procurement agent,No,,"BDC has allocated an initial sum from DIA funding to initiate Stage One The Vision Plan of a Master Planning exercise for Westport's Alma Road area. The scope of Stage One includes multi-hazard resilience and climate change adaptation, which is an enabler to development in areas with mitigatable risks. The intention of the Master Plan is to ensure that a holistic and staged plan is produced that will allow growth in areas outside of hazard landscape further to this the intention is also to ensure that Westport has an appropriately planned area to enable managed retreat over a period of time/circumstance. Stage One Vision Plan: The Vision Plan will look to create a blue sky vision of what a full-scale village development in the scope area will look like. This may also be a series of visions to ensure that optionality for growth, retreat etc are taken into account. Stages one and two will look to the area defined in figure 1 above. Stage Two Concept Plan: The Concept Plan will take the Vision Plan and seek to validate a chosen option by providing relevant SME works and reviews. This could be considered a bulk and location plan that showcases the relevant zoned areas (Commercial, Recreational, Industrial and Residential). Further to this the concept plan should seek to address preliminary considerations required in respect to Geotech suitability, Natural Hazard/Risk identification and/or mitigation. Stage Two may or may not be included within this engagement, depending on the outcomes and acceptability of Stage One.",Awarded,,155800,20250410 Buller District Council,27799354,Request for Quotations,Closed Competition,BDC_Roading Return to Service_Bundle 2_Inangahua_Reefton_Springs Junction,Contract 22/23/13,20230731,20230811,20230904,,On behalf of procurement agent,No,,"Multiple roading under slip developed around Inangahua / Reefton / Springs Junction as a result of the February 2022 flood event. BDC is responsible for the maintenance of the Local Roads that these defects sites are on and needs to undertake remedial works to protect the integrity of the road. The project is to reconstruct the lost roading shoulder using rocks walls. The works are located on the following roads: Maimai Road Blairs Road New Creek Road Pensini Road Palmers Road SCOPE OF WORKS The Contract Works shall comprise the works described within the Contract Documents. A high level scope of works, for general information only, includes but not limited to: Excavation of unsuitable material Laying of geofbric Supply and placement of rock Pavement rehabilitation Culvert Extensions",Awarded,,171815,20250410 Buller District Council,27948534,Request for Quotations,Closed Competition,BDC Brougham Street Brick Arch - Contract No 23/24/03,Contract 23/24/03,20230823,20230908,20231025,,On behalf of procurement agent,No,"Level 1, Kensington House,","Permanent repairs to the Brougham street brick arch stormwater pipe termination/outlet detailed in the RFQ documentation. Consideration for shoring the worksite from the Buller river will be required and dewatering the site as this is also an active stormwater asset. All landowner requirements have been pre- obtained by the principal (Kiwirail grant, Kiwirail lease permission, LINZ permission) and are active and in place. The scope requires the removal of a small section of Historic wharf structure.",Awarded,,243000,20250410 Buller District Council,28061700,Request for Tenders,Open Competition,Karamea Highway Road Rehabilitation,Contract 23/24/06,20230908,20231004,20231031,,Sole Agency,No,,"Karamea Highway Road Rehabilitation Works The Karamea Highway Road Rehabilitation is part of the Waka Kotahi funded three (3) year National Land Transport Programme (NLTP) which includes the upgrade and rehabilitation of three sites on the Karamea Road between Tidal Creek Bridge and Karamea. Buller District Council is seeking to appoint a Contractor who is experienced in road pavement construction who can deliver this contract in a timely manner.",Awarded,,1077662,20250410 Buller District Council,28145545,Request for Tenders,Closed Competition,Buller District Council NEMA WWTP Grit Screen Replacement,Contract 23/24/07,20230922,20231030,20240419,,On behalf of procurement agent,No,,"This RFT seeks a Design and Build Contractor for the design, supply and build of a new wastewater inlet screen, screenings wash and disposal, and for the grit separation plant to be retrofitted to the existing Westport Wastewater Treatment Plant.",Not Awarded,No responses received,0,20250410 Buller District Council,28473530,Request for Quotations,Closed Competition,Westport Stormwater Outfalls - Wastops Project (Various sites),Contract 23/24/09,20231117,20231201,20231218,,On behalf of procurement agent,No,,"The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: Wastop installs various sites o Secure site and facilitate access to outfall. o Remove existing flapgates if present and supply and install Wastop as per required specifications. o Where requested within sites and scope document modify the outfall as specified.",Awarded,,166000,20250410 Buller District Council,28551122,Request for Quotations,Closed Competition,BDC Roading Return to Service - Bundle 8 - Contract 23_24_04 Karamea Bluff Retaining Walls,Contract 23/24/04,20231130,20240126,20240418,,On behalf of procurement agent,No,"Level 1, Kensington House,","The Karamea Bluffs were damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial works to protect the integrity of the road network. The works are 4 separate sites along the Karamea Bluffs between road point (RP) 7.25 and RP 22.601. The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: SEPARABLE PORTION 1 MSE wall construction RP7.25 SEPARABLE PORTION 2 Cantilever wall construction RP7.32 SEPARABLE PORTION 3 MSE wall construction RP12.955 SEPARABLE PORTION 4 Cantilever wall construction RP22.601",Not Awarded,"No compliant tender received, decision taken to retender.",1733393,20250410 Buller District Council,28635994,Request for Quotations,Closed Competition,BDC - Roading Return to Service - BUNDLE 10 Contract 23/24/05 Karamea Bluffs Rock Remedial Works,C23/24/05,20231215,20240126,20240416,,On behalf of procurement agent,No,,"The Karamea Bluffs were damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial works to protect the integrity of the road network. The works are 8 separate sites along the Karamea Bluffs between road point (RP) 6.03 and RP 47.03. The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: SEPARABLE PORTION 1 Rock wall construction RP6.03 SEPARABLE PORTION 2 Rock wall construction RP7.597 SEPARABLE PORTION 3 Rock wall construction RP9.865 SEPARABLE PORTION 4 Rock wall construction RP11.37 SEPARABLE PORTION 5 Rock wall construction RP19.517 SEPARABLE PORTION 6 Culvert rock apron construction RP9.05 SEPARABLE PORTION 7 Culvert rock apron construction RP13.06 SEPARABLE PORTION 8 Culvert rock apron construction RP47.03",Awarded,,891095,20250410 Buller District Council,28801142,Request for Quotations,Closed Competition,BDC Roading Return to Service - Bundle 8 - Contract 23_24_04 Karamea Bluff Retaining Walls,Contract 23/24/04,20240208,20240306,20240416,,On behalf of procurement agent,No,,"The Karamea Bluffs were damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial works to protect the integrity of the road network. The works are 4 separate sites along the Karamea Bluffs between road point (RP) 7.25 and RP 22.601. The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: SEPARABLE PORTION 1 MSE wall construction RP7.25 SEPARABLE PORTION 2 Cantilever wall construction RP7.32 SEPARABLE PORTION 3 MSE wall construction RP12.955 SEPARABLE PORTION 4 Cantilever wall construction RP22.601",Awarded,,1733393,20250410 Buller District Council,28857433,Request for Tenders,Open Competition,Westport Wharf Repair & Reinstatement Project,RFT/BDC/WWRRP/MC,20240220,20240405,20240524,,Sole Agency,No,,"The Buller District Council (BDC) is seeking a Main (lead) Contractor to deliver the Westport Wharf Repair & Reinstatement Project. The Westport Wharf Repair & Reinstatement Project holds considerable importance as a vital community infrastructure recovery initiative. By reinstating safe function of the wharf structures and Port, benefits will accrue to the broader community by facilitating on-going industry activity and growth. This RFT relates to the procurement of a Main Contractor to deliver the repair and reinstatement of adjoining wharves known as the Holcim #2 and Kawatiri Berth that were damaged by Buller River Floods in 2021 and 2022. The principal objective of the Westport Wharf Repair project is to address unsafe conditions produced by the July 2021 and February 2022 Buller River flood events and restore wharf service levels so that the wharf structures are fit for existing and future operations. This includes, but is not limited to, the following broad steps: Repairing the underlying retaining wall such that further ground failure and damage to (deflection of) the wharf structure is arrested; Installation of new piles beneath the wharf centre line to provide straight and structurally-sound piles; and Repairing/replacing the wharf deck to cover over holes that have opened in the wharf deck and to ensure it is trafficable and remains so. We need a Main Contractor who has the ability, skill, track record/experience, and desire to deliver the project within time, budget, and to the requisite quality.",Awarded,"HEB Construction Ltd identified as the preferred supplier from a weighted attributes evaluation of 9no tender responses. Contract subsequently negotiated, agreed and awarded.",4988510,20250410 Buller District Council,29574240,Request for Quotations,Closed Competition,Roading return to services programme - Bundle 9 - Westport Roading Remedial Works,,20240611,20240703,20240730,,Sole Agency,No,,"BACKGROUND The Westport Road network was damaged as a result of the February 2022 flood event. BDC is responsible for the management of the road and needs to undertake remedial works to protect the integrity of the road network. LOCATION The works are over 6 separate sites from Charleston to Westport. SCOPE OF WORKS The Contract Works shall comprise the works described within the Contract Documents. A high-level scope of works, for general information only, includes but not limited to: - Separable portion 1 Lowes bridge (Debris removal and rock placement around bridge abutment) - Separable portion 2 Stephens road (150m approx. removal of high shoulders) - Separable portion 3 Darkies terrace (Construct a 65m cantilever pole retaining wall) - Separable portion 4 Hands road (Re-establish crown of road to enable drainage; Re-seal Little Totara Bridge and bridge approach) - Separable portion 5 Reedys road (Extend culvert and build a rock outlet structure) - Separable portion 6 Excelsior road (Re-establish crown of road to enable drainage) In addition to the above works, the contractors scope covers the provision of insurances, traffic management, service location and protection and disposal of waste to approved dump sites",Not Awarded,The tender process was cancelled prior to awarding a contract.,0,20250410 Callaghan Innovation,9414036,Request for Proposals,Closed Competition,High Performance Work Initiatives Programme,002,20150305,20150407,20191106,,Sole Agency,No,,,Not Awarded,This contract was awarded in parent RFX 17868021,0,20250410 Callaghan Innovation,19313619,Request for Tenders,Open Competition,Callaghan Innovation - GlycoSyn Laboratory Refurbishment,1664,20171211,20180202,20190801,,Sole Agency,No,Refer to RFT documents for requirements,"This RFT is for the reinstatement and alterations of an existing laboratory for the GlycoSyn group. This project includes, but isnt limited to the following. Demolition and removal of existing materials. Construction of new internal walls and ceilings, including doors and windows. Alteration of existing faade Installation of new floor coverings, wall linings and ceiling. Installation of new joinery Installation of new services for electrical, plumbing, HVAC, gases, and the like. Co-ordination of separate or specialist contractors for nominated works.",Not Awarded,,0,20250410 Callaghan Innovation,19313789,Request for Tenders,Open Competition,Callaghan Innovation - Processing Building Part Roof Replacement,1661,20171211,20180202,20190801,,Sole Agency,No,Refer to RFT documents for instructions,"This RFT is for the part replacement of the existing roof over the GlycoSyn laboratories. This project includes, but isnt limited to the following. Demolition and removal of existing materials. Removal / retention of existing services and fume cupboard motors / flues. Alteration of existing roof structure Alteration of existing fascia wall Alterations of existing flue stacks Installation of new roof linings Installation of new roof top walkway Re-installation of existing and new services Re-installation of fume cupboards on existing services gantry",Not Awarded,,0,20250410 Callaghan Innovation,20629417,Request for Proposals,Open Competition,Payroll Outsourced Solution,2019-001,20190122,20190218,20190924,,Sole Agency,No,,"Callaghan Innovation is looking for an outsourced payroll solution to deliver accurate and timely payment to all Callaghan Innovation employees, along with position management and self-service capability. The key capabilities we are looking for include (but are not limited to): - workforce details, position management, employee payments, leave management, legislative compliance, self-service capability, notifications, audit and reporting The following non-functional capabilities include but are not limited to: cross platform support, user interface, integration, performance and reliability, accessibility, security, cloud backup, system recovery, version and storage, migration support, training and documentation, support and on-going maintenance The key services that we are looking for include: - developing the scope of the solution -developing the design - outlining the approach for implementation -carrying out testing -conduct staff training - implementation of the solution - carrying out migration to the new solution",Awarded,I am pleased to advise we have signed a contract with Advanced Management Systems.,0,20250410 Callaghan Innovation,20811541,Request for Proposals,Open Competition,Professional Conference Organiser to deliver Conference on Precision Electromagnetic Measurements (CPEM),,20190311,20190412,20191016,,Sole Agency,No,,"Callaghan Innovation, through its business unit, the Measurement Standards Laboratory will host the Conference of Precision Electromagnetic Measurements (CPEM) in Wellington from 1 - 7 May 2022. We are looking for a suitably experienced and qualified Professional Conference Organiser to work alongside us and deliver an exciting, seamless event that showcases Wellington and our culture while remaining sympathetic to the history and professionalism of this major scientific conference. The Conference of Precision Electromagnetic Measurements (CPEM) us a bi-annual conference that will be held for the first time in New Zealand. It is expected that approximately 400 international attendees will participate in workshops, technical presentatons, poster sessions, plenary talks and a Lab visit to the Gracefield (Lower Hutt) premises. This is an opportunity to be part of an exciting event to deliver an outstanding conference to an international audience.",Awarded,The contract for PCO to deliver Conference on Precision Electromagnetic Measurements has been awarded to Conference Innovators.,150000,20250410 Callaghan Innovation,20947217,Request for Proposals,Open Competition,Lean 2.0 Pilot Programme - Lean and Industry 4.0 Digital Technologies,,20190415,20190514,20190726,,Sole Agency,No,,"Callaghan Innovation went to market in late 2017 to engage suitable suppliers to deliver Lean 2.0, a new programme in development that is the digital extension of Lean. In 2018 the Lean 2.0 programme was prototyped with two customers. We are now scaling Lean 2.0 to further test assumptions and validate in the marketplace before launching as a core programme. We will be engaging suitable suppliers through this RFP to deliver Lean 2.0 Lean 2.0 combines lean with industry 4.0 digital technologies to drive efficiency gains for businesses. This frees up resources to direct towards R&D and innovation in the long term. Research indicates that combining lean methodologies with digital technologies enables businesses to increase their productivity and become more competitive. There is an opportunity to combat New Zealand's low rate of labour productivity compared with other OECD nations. What we need: Callaghan Innovation is seeking proposals from suitable suppliers to work one to one with businesses to help them implement Industry 4.0 to drive efficiency gains. We are encouraging lean consultants and technology providers to collaborate in order to meet our requirements and serve customers in this space. If you are interested in being part of this programme, please respond to this RFP by the due date.",Awarded,"The Lean 2.0 Pilot Programme RFP has been awarded to the following companies: Beca Freeflow Partners IMS Projects Intent Group IT Simply LMAC",242294,20250410 Callaghan Innovation,21108130,Request for Proposals,Open Competition,Callaghan Innovation Website Rebuild - Discovery Phase,201906-001,20190606,20190702,20190923,,Sole Agency,No,,"Callaghan Innovation is seeking a provider to complete a detailed scoping for a redesign of the Callaghan Innovation website. We need a website that acts as a central digital presence, providing a sophisticated, integrated user experience that is aligned with our customer journey and strategic direction, and positions Callaghan Innovation as a digital leader. Our website should act as a ""front door"" to Callaghan Innovation's and our partners' services, directing users to relevant information, educational content and digital tools. Our goal is to have a website that: - reflects our ambition to be digital first and an online leader, and showcases our innovative intent - reflects user-led design to deliver a customer experience consistent with our desired customer journeys, including supporting the delivery of innovation-enhancing services and online programmes - has intelligent features (including AI/chatbot) to answer common questions and guide customers to find relevant information easily - connects with other ecosystem platforms, internally and externally, including Scale-up NZ and our CRM - is built upon fit-for-purpose and best practice infrastructure/platforms - is optimised for social sharing, mobile platforms, digital service provision and digital marketing The outputs from the Discovery Phase will be used by Callaghan Innovation to prepare a detailed business case for the website rebuild and inform design, delivery and project success measure. It is important that the Discovery Phase outputs provide sufficient detail for a more detailed build and design with the expectation that this can be carried out through an Implementation Phase of this project. If you are interested in responding to this opportunity, please respond to this RFP notice by the closing date.",Awarded,Callaghan Innovation has awarded the contract for its Website Rebuild -Discovery Phase to Rush Digital Interactive Limited,0,20250410 Callaghan Innovation,21637319,Request for Proposals,Open Competition,Industry 4.0 Demonstration Network,,20190923,20191031,20200818,,Sole Agency,No,,"Industry 4.0 describes the trend towards automation and data exchange in manufacturing technologies and processes which include cyber-physical systems (CPS), the internet of things (IoT), industrial internet of things (IIOT), cloud computing, cognitive computing and artificial intelligence. Industry 4.0 technologies are being increasingly used by international manufacturers and are providing significant competitive advantages. New Zealand firms risk being left behind competitively if they fail to adapt, which would mean a loss of domestic manufacturing and interlinked service industries, reduced high-value employment, reduced exports, and increased imports. Uptake in New Zealand across SME's and large organisations has been slow for a variety of reasons including a small, isolated domestic market and lack of information. Manufacturers learn best from their peers and in real world settings. This opportunity is to present Industry 4.0 concepts to manufacturers in a way that is relatable and practical, so they can see a clear path to incorporating these technologies and realizing the benefits they provide. This will be the role of the Industry 4.0 Demonstration Network. What we need: Callaghan Innovation's goal is to future proof New Zealand's manufacturing sector by driving Industry 4.0 uptake and requisite skills development. To achieve this high-value strategic objective, Callaghan Innovation is tendering for a delivery partner to: Develop an Industry 4.0 Demonstration Network, which consists of: - a mobile Industry 4.0 showcase - a network of Industry 4.0 site visits; and - access to, and observation opportunities in, up to two 'smart factories'. This is a high profile and well funded opportunity to deliver all three of the above elements. You can provide proposals to complete all three or just some of the above elements depending on their suitability and preference. What can you do? If you are interested in this exciting opportunity, please subscribe to this RFP and download the attached documents to find out more about this opportunity. Please ensure you submit your response by the closing date.",Awarded,"Contracts were awarded in August 2020 following an open competitive procurement process and in line with the details set out in the initial RFP. Mobile Industry 4.0 Showcase Successful Respondent - Beca Ltd. Description of services: a mobile showcase aimed at increasing knowledge and interest in Industry 4.0. Network of Industry 4.0 Capability Successful Respondent - Employers & Manufacturers Association (EMA) Description of services: provision of network of site visits and access to smart factories. Thank you to everyone who responded to our request.",0,20250410 Callaghan Innovation,21931810,Request for Proposals,Open Competition,"Tranche 5.1 MSL, KiwiStar and Protoshop - Project Management Services",,20191115,20191218,20210415,,Sole Agency,No,,"Callaghan Innovation is New Zealand's Innovation Agency. Our five year strategy is focused on our mission to activate innovation and accelerate commercialisation for a better New Zealand. In support of our Strategic Initiative to Invigorate our Gracefield site, a Programme Business Case was presented to Minister Woods outlining the investment needed to address decades of under development in the Gracefield site to create a world-class innovation hub. Tranche 5 is Business Growth Work Spaces, seeking to resolve the issue of old facilities and limited appropriate work spaces constraining the growth of Callaghan Innovation's commercial businesses. Tranche 5.1 represents one of the projects within Tranche 5. Tranche 5.1 is a project that encompasses the design and build to enable business growth work spaces of three stakeholders at the Gracefield site - KiwiStar, Measurement Standards Laboratory (MSL) and Protoshop. Callaghan Innovation through Gracefield Innovation Quarter (GIQ) is seeking to engage Project Management services through the design and construction of the project. The Project Manager will be required to manage the programme, budget and design team. To be successful you need to have experience in the project management of complex, mutli-disciplinary construction projects, working with designers and contractors, and have experience working on a live site with business as usual and core activities remaining within the existing building. Callaghan Innovation are looking for credible providers who have the capability, experience and capacity to deliver the project management services we are procuring. You need to have a good track record in the management and implementation of large construction projects with different stakeholders and strong relationships within the construction network. This is a unique opportunity to be part of one of the first projects undertaken on our Gracefield site, where significant investment over the next 10 years is taking place. This project is an opportunity to showcase your skills and capability within the construction industry. What next? We are holding a briefing session at our Gracefield Site at Seaview Lower Hutt on 26 November. If you are interested in this tender opportunity please register your interest by emailing Procurement@callaghaninnovation.govt.nz and further details will be provided to you.",Awarded,,230000,20250410 Callaghan Innovation,21943858,Request for Proposals,Open Competition,"Tranche 5.1 - MSL, KiwiStar & Protoshop - Quantity Surveyor Services",,20191115,20191218,20210415,,Sole Agency,No,,"Callaghan Innovation is New Zealand's innovation agency. Our five year strategy (May 2018) is focused on our mission to activate innovation and accelerate commercialisation for a better New Zealand. In support of our strategy, a Programme Business Case (PBC) was presented to Minister Woods in August 2018 outlining the investment needed to address decades of under investment at our Gracefield, Lower Hutt site to create a world class innovation hub. The PBC proposed a phased multi-year redevelopment of the site within two programmes of work, the Tactical Estates Continuity Programme and Strategic Programme. The Tactical Estates Continuity Programme seeks to fulfill its duty of care responsibilities to its employees and tenants. The programme has been split into five tranches with Tranche 5 - Business Growth Workspaces seeking to resolve the issue of old facilities and limited appropriate work spaces constraining the growth of Callaghan Innovations' commercial businesses. T5.1 represents one of the projects within Tranche 5. Tranche 5.1 is a project that encompasses the design and build to enable business growth work spaces of three stakeholders - KiwiStar, Measurement Standards Laboratory (MSL) and Protoshop. Callaghan Innovation through GIQ is seeking tenders to provide Quantity Surveyor services through the design and construction of the project. The Quantity Surveyor will be required to manage the budget, advise on variations and provide detailed updates to the client team. The successful organisation will have experience in cost management of complex, multi-disciplinary construction projects, working with designers and contractors, and have experience working on a live site with business as usual and core activities remaining within the existing building. What next? If you are interested in this opportunity we are holding a briefing session at our Gracefield site in Lower Hutt on 26 November. Please register at Procurement@callaghaninnovation.govt.nz and you will be provided with further details.",Awarded,,70000,20250410 Callaghan Innovation,22303193,Request for Proposals,Closed Competition,"Tranche 5.1 MSL KiwiStar and Protoshop - Architect, Structural Engineer and Building Services Engineer",,20200214,20200306,20210415,,Sole Agency,No,,"This is a closed RFP following the ROI process for Tranche 5.1 MSL, KiwiStar and Protoshop for Architect, Building Services Engineer and Structural Engineering services. What we need: Tranche 5.1 is a project that encompasses the design and build to enable business growth workspaces of three stakeholders - KiwiStar, Measurements Standards Laboratory (MSL) and Protoshop. Callaghan Innovation, through GIQ is seeking tenders to provide services through the design and construction of the project. The successful organisation will have experience of complex, multi-discplinary construction projects, working with designers and contractors, and have experience working on a live site with business as usual and core activities remaining within the existing building. What's important to us: Callaghan Innovation are looking for credible providers who have the capability, experience and infrastructure to deliver services we are procuring. You need to have a good track record in the management and implementation of large construction projects with different stakeholders and strong relationships within the construction network. Please download the attachments for this RFP. Responses are to be in presentation format so the response template contains contact and supporting information only. Both your presentation and the Response Form are to be sent to the Contact's email address by 6th March. Contact will be made via email to book in interview/presentation times; presentations will be held the week commencing 9 March.",Not Awarded,,0,20250410 Callaghan Innovation,22795074,Request for Proposals,Open Competition,Funding Platform Optimisation,FMS20200521,20200609,20200706,20201208,,Sole Agency,No,,"Callaghan Innovation are seeking a fit for purpose commercial off the shelf (COTS) solution that will replace the current grants functionality that resides in MBIEs Investment Management System environment. We are seeking a solution that meets the following business needs: *the ability for Callaghan Innovation to manage our budget structure(s) and associated end-to-end business processes, e.g. planned distribution, application management, assessment, contracts, forecasting and Scenario modelling, monitoring and reporting *ability for internal and external users to be able to intuitively interact with the system *an external user interface for customers to provide, manage and update information *automation of general business processes through configurable workflows *reuse of information to reduce duplication of effort, e.g. allow a user to copy or clone information from an existing application to create a new application *ability to support operational reporting, e.g. allow an authorised user to configure a report or generate an extract *support for financial delegations *ability to integrate with key Callaghan Innovation systems to exchange information and reduce manual effort *seamless integration between the external user interface and the core system to support the flow and reuse of information *support for information and function access control, e.g. only configured user(s) or groups have access to certain functions *ability for audit logging of transactions and probity management *a solution that is supported by a product roadmap that includes Artificial Intelligence and Machine Learning tools.(Stage 2) See the attached documentation for further information.",Not Awarded,This contract opportunity was awarded to one respondent: Pegasystems Limited.,0,20250410 Callaghan Innovation,23159241,Request for Proposals,Open Competition,Data Integration Platform and Associated Services RFP,,20200824,20200918,20210118,,Sole Agency,No,,"We (Callaghan Innovation) require a cloud-based data integration platform and support services that will help reach our strategic objectives over the next five to ten years. This is an opportunity to work with a unique organisation that provides a front door to New Zealands innovation system. We work closely with government departments, agencies, research institutions, polytechnics, and universities to help businesses turn ideas into internationally marketable products quickly and successfully. The Successful Respondent will become a key partner in helping us build the foundations of our new digital environment over the course of our digital transformation programme. They will enable us to better connect, analyse and derive high value insights from a wide range of data sources for years to come.",Awarded,,1000000,20250410 Callaghan Innovation,23435444,Request for Proposals,Open Competition,Callaghan Industry 4.0 Centre (CI4C) - RFP,,20201009,20201102,20210217,,Sole Agency,No,,"As advised in our previous Advance Notice, were establishing a Callaghan Industry 4.0 Centre (CI4C) to inspire and elevate New Zealand business ambition beyond productivity, provide a pathway for innovation, and connect support services across the New Zealand innovation ecosystem. We want to partner with an innovative design-services firm to develop the digital content and interior design of the CI4C space in our Auckland office. Please see our RFP documents included as attachments to this listing for more information about this exciting opportunity.",Awarded,,150000,20250410 Callaghan Innovation,23550688,Request for Proposals,Open Competition,Intranet Solution - RFP,,20201103,20201123,20210415,,Sole Agency,No,,"Callaghan Innovation requires a fit for purpose, out of the box, cloud-based Intranet portal. This will be a go-to-point for information and system access - providing a hub for access to agency-wide information. It will be a central point for search, links and access to other digital tools and capabilities. This is an opportunity to work with a unique organisation which provides a single front door to New Zealands innovation system. Callaghan Innovation works closely with government departments, agencies, research institutions, polytechnics, and universities to help businesses turn ideas into internationally marketable products quickly and successfully. The Successful Respondent will contribute to the foundations of our new digital environment over the course of our digital transformation programme. While were seeking an intranet solution now, there may be opportunities to scale-up the engagement as the programme progresses and if the provider exceeds our expectations.",Awarded,,0,20250410 Callaghan Innovation,23601843,Request for Proposals,Open Competition,G Suite,,20201111,20201112,20210713,,Sole Agency,No,,,Not Awarded,,0,20250410 Callaghan Innovation,23610220,Request for Proposals,Open Competition,Electronic Document and Records Management System (EDRMS) - RFP,,20201112,20201203,20210415,,Sole Agency,No,,"Callaghan Innovation has recently moved its Productivity Suite from Microsoft 365 to Google Workspace. To align with this, we require a fit for purpose, out of the box, and cloud-based EDRMS (electronic document and records management system). The new solution is to provide effective and easy-to-use document and records management capabilities across Callaghan Innovation, and fully integrate with our Google Workspace (formerly G Suite). This is an opportunity to work with a unique organisation which provides a single front door to New Zealands innovation system. Callaghan Innovation works closely with government departments, agencies, research institutions, polytechnics, and universities to help businesses turn ideas into internationally marketable products quickly and successfully. The Successful Respondent will contribute to the foundations of our new digital environment over the course of our digital transformation programme. They will allow us to better connect, analyse and derive high value insights from a wide range of sources for years to come. While we are seeking an EDRMS solution now, there may be opportunities to scale-up the engagement as the programme progresses and if the provider exceeds our expectations.",Awarded,,0,20250410 Callaghan Innovation,23665285,Request for Proposals,Open Competition,HVAC Mechanical Contractor Gracefield Site,,20201124,20210127,20210701,,Sole Agency,No,,"We require the services of a Mechanical Contractor, as Lead Appointed Party, to supply, install and commission the HVAC equipment and provide fully functioning replacement air conditioning systems. The Contractor will also be required to employ and manage trades and subcontractors as necessary (e.g. electrician and builders work), with the Engineers approval, to deliver a fully functioning and commissioned system and work with nominated sub-contractors as applicable. The organisation and their nominated team will have experience in the use of 3D modelling software and coordinating with the consultants models, as a basis for preparation of shop drawings and fabrication, and during the build (and post construction) to record asset information into the PIM, as specified by Callaghan and in alignment with their Model Production Development Table, to enable exchange of asset information to an Asset Information Model and transition to the post construction operation phase.",Not Awarded,,3000000,20250410 Callaghan Innovation,23884615,Request for Proposals,Closed Competition,Agile Sprint Facilitation Training,,20210122,20210211,20210415,,Sole Agency,No,,"Callaghan Innovation are seeking the services of a training organisation who can train up staff to better participate in and ultimately facilitate in Agile Design Sprints. We want to begin by upskilling 25 staff in active/advanced sprint participation. We then want to take 12 selected staff and train them (from their base level understanding) in more advanced user-cantered design sprints to the level of facilitator. We estimate that several levels of experience are required with each level expected to require 3-5 days of in-person workshop time. We aim to complete this over March, April and June 2021 at our Auckland office, 1 Watt Street. This a closed process where a small group of providers on the AoG Consultancy Services Panel have been invited to respond to. We are requesting brief written proposals only as we anticipate holding face-to-face engagements with some Respondents following our initial evaluation. We are holding a virtual RFP briefing at 1pm Thursday 4 February to supplement the information provided in this RFP which Respondents are encouraged to attend.",Awarded,,150000,20250410 Callaghan Innovation,23898642,Request for Proposals,Open Competition,Asset Management Professional Services,J04639,20210126,20210219,20210601,,Sole Agency,No,,"Callaghan Innovation is seeking to appoint a service provider to assist with delivery of our Strategic Asset Management Work Programme (SAMWP) for the management, investment and ongoing development of critical assets at the Gracefield Innovation Quarter (GIQ), Gracefield, Lower Hutt",Awarded,,250000,20250410 Callaghan Innovation,23955151,Request for Proposals,Open Competition,Iho Matihiko New Content Management System,,20210211,20210304,20210511,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Iho Matihiko New Content Management System contract opportunity. This is an opportunity to work with a unique organisation which provides a single front door to New Zealands innovation system. Callaghan Innovation works closely with government departments, agencies, research institutions, polytechnics, and universities to help businesses turn ideas into internationally marketable products quickly and successfully. The Successful Respondent will contribute to the foundations of our new digital environment over the course of our digital transformation programme. While were seeking a content management solution now, there may be opportunities to scale-up the engagement as the programme progresses and if the provider exceeds our expectations.",Awarded,,0,20250410 Callaghan Innovation,24077441,Request for Proposals,Closed Competition,Future Operating Model Implementation - Ways of Working Closed RFP,,20210311,20210331,20210713,,Sole Agency,No,,"Our Ways of Working ROI helped us identify the top three respondents that could meet our requirements. Now, this closed-RFP will be used to better understand the proposed approaches of these respondents and identify the best of the best. Our RFP document will inform a presentation that respondents will give to people within Callaghan Innovation. It sets out what we expect to see addressed and should be read alongside information already supplied in the ROI.",Awarded,,1000000,20250410 Callaghan Innovation,24156495,Request for Proposals,Open Competition,Lean Consultancy Services Panel - Generation Two. Request for Proposals (RFP),,20210416,20210510,20210701,,Sole Agency,No,,"Callaghan Innovation has released a RFP aimed at establishing a panel to deliver lean consultancy services to businesses participating in our Lean Programme. Providers appointed to the panel will be responsible for delivering lean consultancy services in the form of coaching/training for businesses in a 1-on1 format and reporting on outcomes they produce for their customers. The Lean Programme (formerly known as Better by Lean) aims to help businesses embed a culture of continuous improvement with objectives to lift productivity and free up staff to do more value adding activity such as innovation and R&D. To help ensure the programmes success, we intend to provide funding for participating businesses who use the panel providers services at a rate of 40% of consultancy fees over 12 months, programme collateral to promote and increase participation in the programme, and a workshop series delivered throughout New Zealand to provide business leaders with an overview of lean principles and methodologies in alignment with the services offered in the programme. Given this is a new opportunity, all providers on our current lean panel will need to respond to this RFP to be considered for appointment to the new panel. Please see our tender documents included within this listing for more information and instructions on how to submit a response.",Not Awarded,https://www.callaghaninnovation.govt.nz/innovation-skills/lean,0,20250410 Callaghan Innovation,24161311,Request for Proposals,Closed Competition,Risk Finance & Insurance Brokerage Services,,20210412,20210503,20210713,,Sole Agency,No,,"This RFP relates to the selection of an insurance broker who will best service Callaghan Innovations needs for our immediate renewal cycle and beyond. The key objective of this procurement is to identify that broker and then work with them to achieve the best possible outcome for our upcoming renewal and then collaborate on all aspects of risk finance and insurance, preparing us to drive value out of future renewal cycles.",Awarded,,300000,20250410 Callaghan Innovation,24183776,Request for Quotations,Closed Competition,Gas Areas Compliance Activity,,20210419,20210511,20220531,,Sole Agency,No,,"We require changes required to make all Gracefield Gas Bottle Areas compliant. A summary of our requirements is as follows: Implement all compliance and operational changes recommended in Mechanical Maintenance Ltds Callaghan Innovation Gas Bottle Report of December 2020 Standardize where possible fixings and fittings. Remove redundant equipment. The key objective of this procurement is to make safe these areas, so they are fully compliant. Secondary to this objective is standardization and general improvements to these areas, to gain greater value for money. Your work will need to meet AS 4332:2004. As part of this process we will be seeking budgetary approval for the works once you provide a formal quote against our requirements.",Not Awarded,,0,20250410 Callaghan Innovation,24236003,Request for Proposals,Open Competition,Intangible Asset (IA) Strategy Consultancy Services - RFP,,20210423,20210517,20210701,,Sole Agency,No,,"Callaghan Innovation have released a RFP seeking to appoint providers to an Intellectual Asset (IA) specialist panel to deliver consultancy services to businesses across New Zealand. Our new IA programme (formerly known as Innovation IP) will help businesses identify their IAs, understand the value they can generate, understand how IA strategy is developed, and learn how to leverage IA to contribute to their corporate strategy. In the first generation of this programme, we saw over 120 participating businesses across New Zealand take advantage of the services provided by a panel of 10 experienced providers. Were aiming for the second generation panel to build on the success of its predecessor. The new IA programme will aim to amplify understanding and adoption of IA strategy in our most promising customers.",Not Awarded,https://www.callaghaninnovation.govt.nz/innovation-skills/beyond-ip,0,20250410 Callaghan Innovation,24289791,Request for Proposals,Closed Competition,Tranche 5.3 - GlycoSyn Labs PD-B Space Upgrade - Architectural Services,J05523,20210510,20210525,20220829,,Sole Agency,No,,"This Request for Proposal is for the procurement of a suitably experienced and resourced Architect to support construction work at Callaghan Innovations Gracefield site, Wellington. The Glycosyn Labs - PD-B Space Upgrade project is an investment for the upgrade of the PD-B space, which was formerly tenanted by Quest and comprises labs, store rooms and a small office which have reached their end of life and the current layout creates issues for efficiency and health and safety. The investment will upgrade the GlycoSyn laboratory and office facilities to increase capacity, capability and to enable Glycosyn to grow operations and improve safety within the existing building footprint. An indicative business case has been developed by the internal resource and a Detailed Business Case will be developed by external consultants. Callaghan Innovation requires an experienced Architect to support this effort.",Not Awarded,Project on hold.,0,20250410 Callaghan Innovation,24289880,Request for Proposals,Closed Competition,Tranche 5.3 GlycoSyn Labs PD-B Space Upgrade - Building Services Engineers,J05523,20210510,20210521,20220829,,Sole Agency,No,,"This Request for Proposal is for the procurement of a suitably experienced and resourced Building Services Design Team to support construction work at Callaghan Innovations Gracefield site, Wellington. The Glycosyn Labs - PD-B Space Upgrade project is an investment for the upgrade of the PD-B space, which was formerly tenanted by Quest and comprises labs, store rooms and a small office which have reached their end of life and the current layout creates issues for efficiency and health and safety. The investment will upgrade the GlycoSyn laboratory and office facilities to increase capacity, capability and to enable Glycosyn to grow operations and improve safety within the existing building footprint. An indicative business case has been developed by the internal resource and a Detailed Business Case will be developed by external consultants.",Not Awarded,Project on hold.,0,20250410 Callaghan Innovation,24289935,Request for Proposals,Closed Competition,Tranche 5.2 - GlycoSyn Labs PD-B Space Upgrade Quantity Surveying Services,J05523,20210510,20210521,20220829,,Sole Agency,No,,"This Request for Proposal is for the procurement of a suitably experienced and resourced Quantity Surveyor to support construction work at Callaghan Innovations Gracefield site, Wellington. The Glycosyn Labs - PD-B Space Upgrade project is an investment for the upgrade of the PD-B space, which was formerly tenanted by Quest and comprises labs, store rooms and a small office which have reached their end of life and the current layout creates issues for efficiency and health and safety. The investment will upgrade the GlycoSyn laboratory and office facilities to increase capacity, capability and to enable Glycosyn to grow operations and improve safety within the existing building footprint. An indicative business case has been developed by the internal resource and a Detailed Business Case will be developed by external consultants. Callaghan Innovation requires an experienced Quantity Surveyor (QS) to support this effort. The QS will be contracted to Callaghan Innovation directly.",Not Awarded,Project on hold.,0,20250410 Callaghan Innovation,24289972,Request for Proposals,Closed Competition,Tranche 5.2 - GlycoSyn Labs PD-B Space Upgrade Project Manager,J05523,20210510,20210521,20220829,,Sole Agency,No,,"This Request for Proposal is for the procurement of a suitably experienced and resourced Project Manager to support construction work at Callaghan Innovations Gracefield site, Wellington. See RFP for further detail.",Not Awarded,Project on hold.,0,20250410 Callaghan Innovation,24501018,Request for Quotations,Closed Competition,RFQ Roofs and Exteriors (Tranche 2.1),J05195,20210706,20210716,20220829,,Sole Agency,No,,"Callaghan Innovation is seeking a Project Manager to support this project. Tranche 2.1: Roofs and Exterior (T2.1) initially seeks to repair and replace approximately 420m2 fibre-cement cladding to G-Block that was damaged in recent seismic events, and roof replacement of approximately 400m2 due to historic leaks, it is yet to be determined whether the roof is to be membrane or long run roofing, this will be established during the design phase. Please refer to the attached supporting documents for more detailed information relating to this work.",Not Awarded,Project on hold.,0,20250410 Callaghan Innovation,24692348,Request for Proposals,Open Competition,Flexible Workspaces - Tranche 4.1 Library Refurbishment Project,J01956,20210817,20211013,20220321,,Sole Agency,No,,"Callaghan Innovation is seeking to appoint a Main Contractor to deliver the required works to the Library building within the required programme and construction budget ($14million) so that this facility can support the ongoing growth at Callaghan Innovations central hub. Please see the attached RFP documents for further information.",Not Awarded,,0,20250410 Callaghan Innovation,24770153,Request for Proposals,Closed Competition,E-Signature Digital Tool,,20210906,20210917,20211001,,Sole Agency,No,,AODocs is Callaghan Innovations current digital document service provider. This RFP relates to the purchase of a digital signature tool which has the capability to integrate with the AODocs environment.,Awarded,,0,20250410 Callaghan Innovation,24780709,Request for Proposals,Closed Competition,Dynamic Capabilities Pilot 2021,,20210908,20210927,20211015,,Sole Agency,No,,"Callaghan Innovation is undertaking a pilot to validate the market for, and impact of, an educational programme called Dynamic Capabilities. The goal of the programme is to embed the Dynamic Capabilities framework into a cohort of New Zealand companies, bringing structures to their R&D and ultimately contributing to an improvement to New Zealands productivity.",Awarded,,0,20250410 Callaghan Innovation,24806959,Request for Proposals,Open Competition,Freelance Recruitment Services 2021,,20210928,20211018,20211206,,Sole Agency,No,,"Callaghan Innovation is seeking a single recruitment agency that can meet, as much as possible, all of our requirements for freelance services to supplement our in-house resources.",Awarded,,0,20250410 Callaghan Innovation,24844713,Request for Proposals,Closed Competition,Site Wide Infrastructure at Callaghan Innovations Gracefield site,J01952,20210922,20211022,20220601,,Sole Agency,No,,"Callaghan Innovation is undertaking a significant redevelopment programme at it's Lower Hutt Gracefield Innovation Quarter (GIQ). The programme received Crown funding to stabilising GIQ, address duty of care requirements and build critical foundations to support a future work programme. The Site Wide Infrastructure project includes upgrades, replacement, and/or decommissioning of 3-waters, electrical, gas, and telecommunications infrastructure on site This is the second stage (a closed process) following a Registration of Interest and shortlisting of suitable main contractors. We are seeking a main contractor to complete contract works by April 2023.",Not Awarded,,0,20250410 Callaghan Innovation,24847172,Request for Proposals,Closed Competition,500MHz NMR Spectrometers and Accessories,,20210921,20211006,20220301,,Sole Agency,No,,"The Nuclear Magnetic Resonance (NMR) service at Callaghan Innovation underpins a significant number of projects. The service supports our research partners, especially The Ferrier Research Institute (part of Victoria University Wellington) and many other commercial customers in the pharmaceutical, food and beverage industries. We are seeking two complete new research-grade 500 MHz NMR spectrometers each equipped with shielded superconducting magnets on antivibration legs, digital r.f. consoles with 2H lock, 4 r.f. channels, 2 receivers, sample temperature control, Z-gradient amplifier, and ~60 position robotic sample-changers. This is a closed process to two suppliers.",Awarded,,2650000,20250410 Callaghan Innovation,24961107,Request for Quotations,Closed Competition,Tranche 2.1 - G Block Roof and Facade,,20211022,20211108,20220829,,Sole Agency,No,,"We are seeking a contractor to complete the works as specified in Attachment 1 Issued for Tender Architectural Design. This work includes but is not limited to the following, See Attachment 1 for complete detail. - Existing Cladding to be demolished. - Existing Windows removed, modified, and reinstalled. - Plant and services removed and reinstalled as required. - New drainpipes installed. - New fibre cement cladding installed. - Remove all parapet flashing. - Cut back existing roof and gutters. - Remove all wall cladding on internal of parapets - Remove and Reinstall ladder and railings. - Install rooflogic recovery system roof, reinstate flashing and cladding on parapets. - Modify main drain and parapet as detailed. - Installation of Monkey toe. We require the services to be delivered at 69 Gracefield Road Lower Hutt, Gracefield, Wellington 5010.",Not Awarded,Project on hold.,0,20250410 Callaghan Innovation,24979389,Request for Proposals,Closed Competition,Hazardous Goods & Chemical Storage,J01955,20211018,20211112,20220829,,Sole Agency,No,,"You have been shortlisted as a contractor that can provide suitable resources for the construction of our Hazardous Goods and Chemical Store. Tranche 3.1 Hazardous Goods and Chemical Store focuses on the upgrade of physical storage for chemical and hazardous goods storage to ensure safety and compliance to regulations. As one of our significant projects estimated to be in the range of $8-10M, we are seeking an experienced contractor to deliver our requirements to the timeframes outlined in the tender documentation. The Hazardous Goods and Chemical Store is to be situated at the north-west entrance to the site near Rishworth street and our current logistics centre. We have consultants working with us to finalize design documents to be ready for the build component. See the RFP for further details.",Not Awarded,Contractor insolvent.,0,20250410 Callaghan Innovation,25188347,Request for Proposals,Closed Competition,Design Sprint Facilitation RDTI Customer Experience,,20211201,20211216,20211217,,Sole Agency,No,,"This RFP relates to the purchase of services to plan for and deliver multiple Design Sprints using the Google Ventures, or variant, Design Sprint methodology.",Awarded,,150000,20250410 Callaghan Innovation,25393099,Request for Proposals,Closed Competition,Occupational Health and Wellbeing Services,,20220209,20220304,20220523,,Sole Agency,No,,"We need an Occupational Health Services provider for Callaghan Innovation worksites in Auckland, Wellington and Christchurch. The required services are; - Workstation assessments - Return to work planning and monitoring (incl. illness) - Health Monitoring - Specialist Oversight - Flu vaccinations - Service Coordination - Service Hours (8 days per month) - Occupational Health Services Providers representatives",Awarded,,0,20250410 Callaghan Innovation,25469174,Request for Proposals,Closed Competition,Founder and Start-up support Programmes,,20220228,20220331,20220701,,Sole Agency,No,,"The programme will offer operational funding to start-up support organisations who support entrepreneurs and startups at two key stages in the startup business journey. This will be achieved by equipping aspiring entrepreneurs with the mind-set, skills and networks to succeed. This is the second stage of a two step procurement process where shortlisted Providers from the Registration of Interest (ROI) have been invited to respond.",Awarded,,4724940,20250410 Callaghan Innovation,25672203,Request for Proposals,Open Competition,Sale of 3D Printers - ProX DMP320 & ProX 500,,20220408,20220525,20220629,,Sole Agency,No,,"Callaghan Innovation have two 3D printers for sale; 3D Systems ProX DMP320 and ProX 500, plus their respective accessories. Each printer will be sold as a bundle with their relevant accessories. This RFP is a non-binding invitation to potential purchasers (respondents) to submit a bid to Callaghan Innovation for the Addlab 3D printers and accessories.",Awarded,FI Innovations LTD was awarded the sale of both the ProX320 and ProX500 3D printers plus accessories,400000,20250410 Callaghan Innovation,25737536,Request for Proposals,Closed Competition,Te Tiriti Training,,20220429,20220518,20220615,,Sole Agency,No,,"This RFP relates to the purchase of Te Tiriti Training for Callaghan Innovation staff. A summary of our requirements is: - A provider who can offer Te Tiriti courses for 60 people between now and the 30th of June. (Were assuming 2 courses of 30 people per course, but were also open to more courses if you prefer fewer learners). - A course that has learning objectives related to growing understanding of Te Tiriti o Waitangi. And a bonus if your objectives also include a call to action beyond the course. - High-quality learning materials and resources. - The ability to provide your course virtually, so people from Tamaki Makaurau, Te Whanganui-a-Tara, Otautahi, and across Aotearoa can join. - A provider who lives our whakatauaki Rukuhia te wahi ngaro, hei maunga tatai whetu.",Awarded,,0,20250410 Callaghan Innovation,25966514,Request for Proposals,Closed Competition,Fraud Awareness Audit,,20220623,20220701,20220701,,All of Government,No,,"This RFP relates to the purchase of services to Audit Callaghan Innovations Fraud Awareness. We're aiming to understand the degree of fraud awareness throughout Callaghan, from both a people and process perspective. We're also seeking a detailed report at the end of the audit covering the objectives outlined in the scope, focusing on identifying controls, providing an overview of our current environment and providing recommendations where necessary. The report also needs to identify potential focus / high-risk areas for - future deep dive audits.",Not Awarded,,0,20250410 Callaghan Innovation,25997609,Request for Proposals,Closed Competition,Fraud Awareness Audit,,20220701,20220713,20220718,,All of Government,No,,"This RFP relates to the purchase of services to Audit Callaghan Innovations Fraud Awareness. We're aiming to understand the degree of fraud awareness throughout Callaghan, from both a people and process perspective. We're also seeking a detailed report at the end of the audit covering the objectives outlined in the scope, focusing on identifying controls, providing an overview of our current environment and providing recommendations where necessary. The report also needs to identify potential focus / high-risk areas for - future deep dive audits.",Awarded,This contract was awarded to KPMG,33000,20250410 Callaghan Innovation,26138553,Request for Proposals,Open Competition,Beyond IP (Panel Refresh),,20220808,20220831,20221014,,Sole Agency,No,,"We (Callaghan Innovation) are seeking to do a panel refresh and appoint an organisation that self-identifies as a Maori business to an existing Intangible Assets (IA) specialist panel to deliver consultancy services to businesses across New Zealand. During the first year of the panel, Maori businesses expressed the desire to work with a provider who: - is culturally aligned with Maori ethos - enables Maori commercial priorities, - understands the challenges Maori businesses face - understands social, cultural, economic, environmental needs of Maori businesses. It is for these reasons that we are looking for a Provider that has recognised experience and knowledge of successful Maori business engagement. It is also important to us that the provider identifies as Maori and/or the key personnel conducting the work identifies themselves as Maori. As this is a Panel Refresh, incumbent Providers do not need to submit a response as their position on the panel will not change.",Awarded,Awarded to Kahui Legal to join the existing Beyond IP panel,0,20250410 Callaghan Innovation,26184159,Request for Quotations,Closed Competition,"Robertson Switchboard & Processing Switchroom, and Electrical Vehicle Charger Station Installation",J01952,20220816,20220915,20221101,,Sole Agency,No,,"Callaghan Innovation are upgrading and modifying the existing site electrical infrastructure currently installed at its Gracefield Innovation Quarter (GIQ) site (69 Gracefield Road, Gracefield). The infrastructure that requires upgrading and modification include the replacement of the AB transformer, replacement of the Processing switchroom, replacement/upgrade of the Robertson switchboard and a new electrical vehicle charger station. See RFQ document for further information",Awarded,,0,20250410 Callaghan Innovation,26252989,Request for Proposals,Open Competition,Provision of Lean Workshops,,20220831,20220927,20221206,,Sole Agency,No,,"We (Callaghan Innovation) are aiming to identify a potential Supplier to facilitate Lean workshops. Since 2013, Callaghan Innovation has been responsible for the delivery of the Lean Programme. It is based on the principles and tools originally developed by the Toyota Motor Corporation known as the Toyota Production System aimed at improving productivity, quality, and service. Lean has a culture of waste elimination and continuous improvement based on customer needs, and has been adopted in many companies and countries around the world. Representatives at a senior level from businesses interested in the Lean programme are required to attend a Lean workshop that raises awareness on starting and embedding a culture of continuous improvement, prior to committing to implementing Lean within their entity. In scope activities include: - Workshop facilitation using existing content; - Workshop logistics such as booking venues, ordering catering, and organising workshop facilitator travel; - Providing a registration platform for workshop registrations. We are open to providing our own platform for workshop registrations, Humanitix; - Providing reports to Callaghan Innovation for workshop registrations. To supplement the information provided in this RFP, were conducting a brief video call that one person from each Respondent may attend. This is being held on 08 September 2022. Respondents will have an opportunity to ask questions of the Project Lead. Respondents will be able to access the meeting via an addendum we place on our GETS listing closer to the date.",Awarded,,613000,20250410 Callaghan Innovation,26283986,Request for Quotations,Open Competition,Centrifugal Separator,,20220906,20220919,20221121,,Sole Agency,No,,"We require a centrifugal separator which will be used for separation of solids and liquids from a range of aqueous biological stream. It will be used to evaluate centrifugal separation technologies for use in industrial applications in a range of food and health products, and for treatment of industrial waste streams. What we need - The centrifugal separator must be capable of: - Processing pilot scale volumes of material in a manner representative of larger industrial scale operation. - Flexibility to accommodate a range of separation modes including concentration and purification.",Awarded,,126150,20250410 Callaghan Innovation,26470874,Request for Proposals,Closed Competition,Critical System Controls Audit,,20221013,20221028,20221115,,All of Government,No,,"Callaghan Innovation wish to procure a sole agency to assist in a Critical System Controls Audit A summary of our requirements is to assess the following critical system controls: - Password hygiene - Application Control / Whitelisting - Monitoring, Detection and Remediation controls (effectively our Security, Incident and Event Management Capability, otherwise known as a SIEM) - Bring Your Own Device (BYOD) posture, and it's risk rating - Security Operations Centre (SOC) capability (either internal and external) - Document classification - Callaghans comprehensive understanding of what information it holds, the sensitivity of this information, where it is held, and who has access to it. This is included as it was a finding from a previous audit in 2020, therefore requires investigation into the progress since the last audit.",Awarded,,33560,20250410 Callaghan Innovation,26690950,Request for Quotations,Closed Competition,Meeting Room Audio Visual Design and Install for Office Building within Google Workspace,4.1 AV Solution,20221129,20221223,20230106,,Sole Agency,No,24A Tarawera Road,"This RFQ is for the procurement of an Audio Visual design for our office space, meeting rooms and meeting spaces. This RFQ is also for the procurement and installation of the equipment as per the developed design. The proposed solution must provide a customer friendly user experience, be consistent and seamless across meeting rooms and meeting spaces.",Awarded,,0,20250410 Callaghan Innovation,26810728,Request for Proposals,Closed Competition,Enterprise Resource Planning (ERP) System,,20230117,20230214,20230804,,Sole Agency,No,,"Were seeking an integrated enterprise resource planning (ERP) solution that enables implementation of new system capabilities efficiently with a single provider with an integrated technology stack. To improve our efficiencies across the business, we intend to simplify and standardise our business processes across all corporate functions; procuring an ERP will help us achieve this goal. The purpose of this RFP is to select a single technology solution and receive recommendations for a delivery partner. Ideally, the technology we select will serve Callaghan Innovation for the better part of a decade by covering as many of the following modules as possible (in order of importance): Financial management information system (FMIS). Human resources information system (HRIS). Procurement management information system (PMIS). Asset management information systems (AMIS). While all systems above are in scope of this procurement, FMIS and HRIS will be the focus of our evaluation.",Awarded,,0,20250410 Callaghan Innovation,27038216,Request for Proposals,Closed Competition,Change Management Specialist,,20230306,20230406,20230414,,All of Government,No,,"We are seeking to appoint Change Management specialists to lead and carry out the end to end change management activity on a significant programme of work at Callaghan Innovation. The purpose of this RFP is to select a single vendor for the following programme: Enterprise Resource Planning (ERP) Implementation Callaghan Innovation will be implementing a modern ERP system which will offer integration across our corporate functions (finance, human resources, procurement and asset management). In parallel with the implementation, we are going to simplify and standardise our business processes across these functions. The two key areas the Change Management specialists will focus on are Finance and People Operations and Employee Experience.",Not Awarded,We were unable to award this contract and have decided to try a different approach moving forward,0,20250410 Callaghan Innovation,27040387,Request for Proposals,Open Competition,Callaghan Innovation Content Management System & Website Refresh,,20230306,20230331,20230620,,Sole Agency,No,,"Callaghan Innovation is seeking a professional services and support supplier to migrate, redesign, support, and provide a hosting solution for the main Callaghan Innovation public-facing website (callaghaninnovation.govt.nz) as we transition to a modern, future-proofed platform. The website currently runs on Drupal 7.0 but we are looking to move away from the existing Content Management System (CMS), therefore we require a proposal for a new CMS that meets our business needs and requirements. The website needs a design refresh to reflect our brand guidelines. We also want to improve the user experience e.g., use of user interface components and improved page template layouts and navigation. We are looking for a capable and experienced Supplier to provide an informed estimate for professional services to plan, design, build, implement, and maintain a web solution aligned to our requirements.",Awarded,,345000,20250410 Callaghan Innovation,27172616,Request for Proposals,Closed Competition,Data Migration Specialist,,20230331,20230428,20230529,,All of Government,No,,"This procurement relates to the delivery of data migration support for two significant pieces of work being delivered at Callaghan Innovation each requiring data migration support. Our intention is to select one provider to meet our data migration requirements for both programmes of work. Kia Tika Programme: We are currently in the market for a new Modern Enterprise Resource Planning (ERP) Solution which will offer integration across Callaghans corporate functions (finance, human resources, procurement and asset management). We are seeking to appoint Data Migration specialists to lead and carry out the end to end data migration activity from the current Finance and HR systems to the new ERP (to be selected by 1 May 2023) Hiwi-i-te-rangi - Grants System Replacement: IMS was initially developed in 2008 and is a bespoke system that supports the application, assessment, decision, contracting, monitoring, and payment processes for MBIEs investment mechanisms. The system has been developed and is fully supported and maintained by MBIE. We are seeking to appoint Data Migration specialists to lead and carry out the end to end data migration activity from the legacy system to the new platform.",Awarded,,750000,20250410 Callaghan Innovation,27267307,Request for Proposals,Open Competition,Digital Security Managed Detection and Response Capability,,20230419,20230516,20230721,,Sole Agency,No,,"Callaghan Innovation is seeking a Provider capable of detecting and responding to cyber incidents, to ensure we are fulfilling our legislative and regulatory requirements, by retaining the services of a managed detection and response service provider. The global cyber threat level is increasing, and Callaghan Innovation is committed to meeting its responsibilities as a public agency, specifically compliance with national policy, standards, regulations and legislation with respect to cyber security and data protection. We are seeking to achieve the following outcomes from this opportunity: - A well-managed and impactful change from current state to a managed 24/7 security operations centre (SOC) and Incident Response service with no business impacts in a reasonable time period with robust on-going support after the change. - obtain the best value for money in the delivery of these services; - continuously improve the quality, performance and availability of these services; - develop a strategic partnership with a provider that can deliver expert assistance and advice with respect to the development and on-going support of the technologies in-scope of this RFP; and - deliver a solution ""end-to-end""",Awarded,,605702,20250410 Callaghan Innovation,27273795,Request for Proposals,Open Competition,Arohia Full Grant Evaluation Panel,,20230420,20230526,20230929,,Sole Agency,No,,"Were looking for leaders and experts in the innovation sphere, who are passionate about growing Aotearoa New Zealands innovation ecosystem, to be part of the Arohia Full Grant Evaluation Panel. This panel will help us evaluate applications for the contestable Arohia Full Grant, by assessing short-listed candidates via live, online pitch presentations. The Arohia Innovation Trailblazer Grant is a prestigious new grant with the potential to help radically reshape New Zealands innovation ecosystem, hence why were looking for leaders in the innovation sphere to sit on the Grant Evaluation Panel. Ideally, you will bring to the panel one or more of the following: - a track record of successful innovation youve dreamed big, broken through ceilings, stepped into the unknown and created new knowledge, products, services, businesses, processes or business models while doing so - a passion for inspiring and supporting tomorrows innovation leaders to chase their dreams and turn them into reality - experience on the international stage and familiarity with one or more overseas markets - expertise within a particular field, industry, sector or specialisation - knowledge and experience of what it takes to cross the gulf between concept and commercialisation, and transform the marketplace in the process. Further details on the Panel as well as instructions please go to our website: https://www.callaghaninnovation.govt.nz/apply-join-%C4%81rohia-full-grant-evaluation-panel Note: to submit your response, please email procurement@callaghaninnovation.govt.nz by 5pm 17 May 2023",Awarded,,0,20250410 Callaghan Innovation,27310759,Request for Proposals,Closed Competition,Change Management Specialists,,20230501,20230526,20230724,,All of Government,No,,"Callaghan Innovation is excited to announce the launch of a Request for Proposal (RFP) to find a dynamic and forward-thinking change management partner to support the implementation of our new Enterprise Resource Planning (ERP) system. As the agency responsible for driving innovation in New Zealand, we recognise the significance of this project and the need for a highly capable and energetic group of like-minded people to help us navigate this transformative change. The new ERP system will revolutionise how our people think about and approach their work, so its important that our change management partner shares our passion for innovation and embraces modern change techniques. We are looking for a partner operating at the forefront of the change management industry, constantly pushing boundaries and exploring new approaches to drive successful organisational change. In addition to being highly capable, we want a partner that brings excitement and energy to the change process. We want a partner that inspires and motivates our team, creating a positive and empowering environment for change. The selected respondent will play a critical role in helping us transition smoothly to the new ERP system, ensuring that our staff are fully engaged, and our agency is positioned for success in this new era of operation. We anticipate one of the biggest challenges will be disrupting and reconfiguring processes that weve followed for the better part of a decade. We are eager to hear from consultancies that can demonstrate their expertise in change management, showcase their cutting-edge approaches, and provide examples of their past successes in implementing similar large-scale organisational changes. We are committed to selecting a consultancy that not only meets our requirements but also aligns with our agency's values and culture, and shares our vision for innovation in New Zealand.",Awarded,,1100000,20250410 Callaghan Innovation,27566153,Request for Proposals,Closed Competition,Microsoft 365 Discovery - Request for Proposal,,20230619,20230626,20230627,,Sole Agency,No,,Callaghan Innovation is undertaking the migration from Google Workspace and the related data storage and user management tools to the Microsoft 365 platform. We are inviting your organisation to submit a Proposal to support us in undertaking the initial discovery work. We are running a closed process through this request for proposal (RFP).,Awarded,,0,20250410 Callaghan Innovation,27586319,Request for Proposals,Closed Competition,Gas Stands 2023 Construction Project - Tranche 3.1,,20230621,20230717,20230918,,Sole Agency,No,,"This project involves the delivery of two packages of work under the Tranche 3.1 project directive. The work packages include the Southern and Northern Gas bottle stands. The Southern gas stand is a new build based on tenant requirements consisting of a single story block wall structure on timber driven piles. It includes a lightweight metal roof supported by timber roof framing, while the northern gas stand consists of an upgrade with new mesh walls, roof, roof framing and block walls. This RFP has only been sent to a small number of providers on Callaghan Innovation's Construction Fit Out Panel that was established following a tender in 2020.",Awarded,,0,20250410 Callaghan Innovation,27657162,Request for Proposals,Closed Competition,Tranche 5.8 PBG-28 PC1 Lab Upgrade,,20230704,20230804,20230929,,Sole Agency,No,,"Your organisation has been selected as part of a small, closed group of Respondents to participate in this RFP. All Respondents we have invited to participate are on Callaghan Innovations Construction Fitout Panel which was established in 2020 as part of an open competitive tendering process. The proposed project involves the delivery of a fully refurbished PC1 Laboratory (PBG-28) under Tranche 5.8 project directive. The PBG-28 Lab covers approximately 97m2 of internal space located within the Processing Building at the Gracefield Innovation Quarter (GIQ). The space is currently not a laboratory, and it has been sitting vacant since a 3D printing facility was removed. The scope of the upgrade work for this space includes some internal demolition and completely fitting out a shell space into a PC1 laboratory.",Awarded,,0,20250410 Callaghan Innovation,27719671,Request for Proposals,Open Competition,Impact Reporting Framework,,20230718,20230810,20231128,,Sole Agency,No,,"Were seeking to develop an impact reporting framework to provide an informed view of the impact our organisation creates for our stakeholders and the general public. We will use the impact reporting framework to connect our everyday activities to customer outcomes, to big picture impact (i.e. outcomes for New Zealand) and identify metrics and data to use as descriptors. The framework should draw heavily from economic theory, linking what we do to expected or beneficial outcomes for New Zealand - particularly from a macroeconomic lens. An understanding of material unexpected impacts and outcomes and how we might quantify those impacts would be useful too.",Awarded,,0,20250410 Callaghan Innovation,27769482,Request for Proposals,Closed Competition,Microsoft 365 Discovery - Information Management,,20230726,20230802,20230914,,Sole Agency,No,,Callaghan Innovation is undertaking the migration from Google Workspace and the related data storage and user management tools to the Microsoft 365 platform. We are inviting your organisation to submit a brief Proposal to support us in undertaking the initial discovery work. We are running a closed process through this request for proposal (RFP). Your organisation is one of three we have sent this RFP to.,Awarded,,0,20250410 Callaghan Innovation,27813774,Request for Quotations,Open Competition,Local Exhaust Ventilation (LEV) system,,20230802,20230831,20231114,,Sole Agency,No,,"exhaust ventilation (LEV) system for its fabrication workshop. The LEV system will be specifically designed to efficiently capture welding and plasma cutting fumes, as well as particulates generated from bench grinding, linishing, and polishing processes. It will effectively control the spread of fumes and dust at their source, while also providing general ventilation in accordance with industry best practices. The LEV system will be tailor-made for the protoshop's fabrication room and its specific machinery and processes. It will be designed to ensure adequate flow rates for the effective extraction of dust and fumes from each process. Compliance with relevant health and safety standards and adherence to industry best practices will be key considerations in the design. The system will be engineered to be low maintenance, featuring a simple and compact design. Ongoing maintenance support will be provided by the supplier to ensure the system's continued performance. The installation, commissioning, testing, and training on the effective use of the system will be included in the scope of the project. Callaghan Innovation will collaborate with the chosen supplier to prepare the site for the delivery and installation of the LEV system, ensuring a seamless and successful implementation.",Awarded,,0,20250410 Callaghan Innovation,27878659,Request for Proposals,Open Competition,2nd Mobile Showcase,,20230814,20230908,20231024,,Sole Agency,No,,"We (Callaghan Innovation) are preparing a tender opportunity that aims to identify a potential Supplier to design, build and deliver 50 mobile showcases in eight months. Since 2021, Callaghan Innovation has been delivering mobile showcases, however we are now scaling the program to include a second showcase which will focus on how manufacturers can leverage data to unlock process efficiencies and create new value by looking at data as a business opportunity. In scope activities include: - Design a mobile showcase - Deliver 50 showcases throughout New Zealand in eight months - Showcase logistics such as booking venues*, ordering catering, and organising travel; - Manage Showcase registrations. We will provide a tool called Arlo which lets people book and register for events. - Providing reports to Callaghan Innovation for Showcase registrations via the Arlo tool. - Collaborating with with our existing partners in the program for Mobile Showcase 1 (EMA and Beca) for optimal outcomes - Developing content for the showcase web page",Awarded,,0,20250410 Callaghan Innovation,28334676,Request for Proposals,Closed Competition,Te Ao Maori Capability Uplift Services,,20231101,20231123,20240322,,Sole Agency,No,,"We (Callaghan Innovation) are preparing a tender opportunity that aims to identify a potential supplier to provide Te Ao Maori e-learning courses through our internal learning management system, which will be accessible to all Callaghan Innovation staff members. Working with internal expertise and external providers Callaghan Innovation (Callaghan) has offered a range of learning experiences to build capability in the understanding and application of Te Tiriti and use of te Reo over the past 3 years. These have so far been offered as a learning opportunity for employees who are passionate and enthusiastic about making change and better at upholding our responsibilities under Te Tiriti o Waitangi. Were keen to ensure every employee at Callaghan is working from a place of foundational Te Ao Maori knowledge, and being provided with a clear pathway for further growth and development during their time at Callaghan Innovation.",Not Awarded,,0,20250410 Callaghan Innovation,28423993,Request for Proposals,Closed Competition,Conflict of Interest & Privacy Audit Services,,20231108,20231204,20240327,,Sole Agency,No,,We (Callaghan Innovation) are inviting responses to a closed tender opportunity that aims to identify either a sole agency or two separate agencies to complete two audits: a Conflict of Interest (COI) Audit and a Privacy Audit.,Awarded,,0,20250410 Callaghan Innovation,28446434,Request for Proposals,Closed Competition,Agritech Customer Growth Research,,20231113,20231130,20240124,,Sole Agency,No,,"Callaghan Innovation is looking for proposals from suitably qualified research firms to conduct research focused on understanding the needs of New Zealand agritech companies throughout different stages of their local and international growth journey - from start-up to scale-up. This research will evaluate the effectiveness of current products and services provided as part of the Agritech Industry Transformation Plan (ITP) being delivered by Callaghan Innovation and other agencies, with a view to making recommendations for potential changes or the introduction of new products and services.",Awarded,,48000,20250410 Callaghan Innovation,28807125,Request for Proposals,Open Competition,Sales Enablement Platform,,20240209,20240306,20240410,,Sole Agency,No,,"Callaghan Innovation is looking for proposals from suitably qualified suppliers who are able to provide us with a sales enablement solution. The key objective of this procurement is to support our marketing, product, and customer facing teams with a centralised solution to manage our brand assets, marketing and sales content, templates and customer action plans. We expect to use this solution over the next three to five years. The proposed procurement aims to enhance overall efficiency, time and cost savings for the navigation team. It also targets a reduction in errors and inconsistencies in marketing collateral, introducing reporting and analytics for strategic insights. The ultimate goal is an improved presentation of our brand and content, fostering more compelling customer engagement. We have current engagements with Seismic and HubSpot. We are using this RFP to explore future opportunities.",Awarded,,332523,20250410 Callaghan Innovation,28832294,Request for Proposals,Open Competition,Technology Incubator Services,,20240214,20240315,20240521,,Sole Agency,No,,"The Technology Incubator programme is one of Callaghan Innovations startup support programmes. It was set up to increase the number of New Zealand high growth, early stage companies based on deep technology, and develop them to a point where they can secure additional private investment. Deep technology in the context of this RFP refers to solutions that constitute significant advancements in the science and technology field. We are seeking to appoint suitably qualified Technology Incubators in addition to the four current technology incubator program partners. These incubators will supply incubation services to high-growth early-stage businesses and uncover an untapped pipeline of early stage deep tech opportunities. Successful Respondents will receive Operational Funding to support the operational costs of their Technology Incubator and will also be eligible to apply for Repayable Grants and Pre-Incubation Grants.",Awarded,,400000,20250410 Callaghan Innovation,28840322,Request for Proposals,Closed Competition,Integrated Planning Testing Design,,20240215,20240226,20240329,,Sole Agency,No,,"Callaghan Innovation is implementing Workday as its Enterprise Resource Platform (ERP) in 2024. This procurement relates to the appointment of a sole provider to deliver testing services to this project (Kia Tika) The provider will be required to identify, address and mitigate potential issues with our Workday platform and associated technologies in scope for the project as it is being deployed to Callaghan Innovations digital environment. We are looking for providers who have experience with Workday specifically, working on the Finance Management Information System (FMIS) / Human Resource Information System (HRIS), including integrations to downstream technologies undergoing change within this project. Please note: Responses will be in the form of a virtual presentation held 23 February 2024.",Awarded,,277000,20250410 Callaghan Innovation,29072250,Request for Proposals,Closed Competition,Arohia Grant - Market Validation Services,,20240321,20240405,20240429,,All of Government,No,,"This Request for Proposals (RFP) is a closed, competitive tender process. We have invited three All-of-Government Consultancy Services Providers to respond to this tender. This procurement focuses on adding value to the assessment process of the contestable Arohia Trailblazer Grant. Applicants for this grant will have submitted their determination on the potential ecosystem benefits and novelty of their innovation which will have been scored by an internal Screening Committee. Given the criticality of the innovation ecosystem benefit to the success of the grant, and given that assessing innovation ecosystem benefit is relatively new to Callaghan Innovation, we want to partner with a third party to ensure the grant evaluation panel is equipped to make the best decisions.",Awarded,,111504,20250410 Callaghan Innovation,29630435,Request for Proposals,Open Competition,Microsoft 365 Backup and Restore Solution,,20240620,20240717,20241111,,Sole Agency,No,,"This procurement relates to the delivery of a Microsoft 365 (M365) backup and restore solution. Previously these have been provided by another solution when Callaghan Innovation resided primarily in a Google Workspace environment. This RFP relates to the purchase of a third-party backup and restore solution. The key outcome that we want to achieve are is a fit for purpose backup and restore solution that ensures the entirety of our data in M365 can be retrieved and restored, whether: - Accidentally deleted; - Removed because of malicious internal or external action; - System failure or other unforeseen circumstances.",Awarded,Awarded to Avepoint via Fusion5,90000,20250410 Callaghan Innovation,30445992,Request for Proposals,Open Competition,Air Compressor Maintenance Services RFP,,20241018,20241115,20250109,,Sole Agency,No,,"Callaghan Innovation operates large laboratories at Gracefield, Lower Hutt. We have multiple air compressors that require regular maintenance to ensure a consistent supply of clean and dry compressed air across the site. These compressors are essential for supporting a variety of critical functions for our staff and tenants working in labs and workshops. We are looking for a qualified and experienced technician supplier to implement a proactively managed maintenance program that includes both planned preventative maintenance and, when necessary, reactive repairs. Our ideal supplier will have strong communication skills, efficient administrative processes, and offer excellent value for money.",Awarded,Thank you to all respondents to this tender. The tender is now closed,86000,20250410 Canterbury District Health Board,8365916,Request for Proposals,Open Competition,Buller Integrated Family Health Centre : Architectural Consultant Services,SRU30012015Arch,20150130,20150310,20220120,,Sole Agency,No,"Business Assurance Office, Level 5, The Princess Margaret Hospital, Christchurch",The West Coast District Health Board intends to develop an Integrated Family Health Centre on the current Buller Hospital Site. The DHB is seeking an Architectural Consultant to lead the individually appointed team of design consultants,Not Awarded,,0,20250410 Canterbury District Health Board,8418246,Request for Proposals,Open Competition,Buller Integrated Family Health Centre - Structural & Civil Consultancy Services,SRU30012015Struc/Civil,20150130,20150310,20220120,,Sole Agency,No,"Business Assurance Office, Level 5, The Princess Margaret Hospital, Christchurch",The West Coast District Health Board intends to develop an Integrated Family Health Centre on the current Buller Hospital Site. The DHB is seeking Structural and Civil Consultants to join the individually appointed team of design consultants.,Not Awarded,,0,20250410 Canterbury District Health Board,8418743,Request for Proposals,Open Competition,Buller Integrated Family Health Centre - Electrical Consultancy Services,SRU30012015elec,20150130,20150310,20220120,,Sole Agency,No,"Business Assurance Office, Level 5, The Princess Margaret Hospital, Christchurch",The West Coast District Health Board intends to develop an Integrated Family Health Centre on the current Buller Hospital Site. The DHB is seeking Electrical Consultants to join the individually appointed team of design consultants.,Not Awarded,,0,20250410 Canterbury District Health Board,8418938,Request for Proposals,Open Competition,Buller Integrated Family Health Centre - Mechanical Consultancy Services,SRU30012015Mech,20150130,20150310,20220120,,Sole Agency,No,"Business Assurance Office, Level 5, The Princess Margaret Hospital, Christchurch",The West Coast District Health Board intends to develop an Integrated Family Health Centre on the current Buller Hospital Site. The DHB is seeking Mechanical Consultants to join the individually appointed team of design consultants.,Not Awarded,,0,20250410 Canterbury District Health Board,8418979,Request for Proposals,Open Competition,Buller Integrated Family Health Centre - Fire Consultancy Services,SRU30012015Fire,20150130,20150310,20220120,,Sole Agency,No,"Business Assurance Office, Level 5, The Princess Margaret Hospital, Christchurch",The West Coast District Health Board intends to develop an Integrated Family Health Centre on the current Buller Hospital Site. The DHB is seeking Fire Consultants to join the individually appointed team of design consultants.,Not Awarded,,0,20250410 Canterbury District Health Board,14483522,Request for Proposals,Open Competition,Supply of Examination Couches (Plinths) and Treatment Chairs for the Christchurch Hospitals Redevelopment Project,15PROCKC001,20150730,20150902,20220120,,Sole Agency,No,,"The Ministry of Health and the Canterbury DHB are working towards major long term investments in new and improved hospital facilities for Christchurch and Burwood, known as the Hospitals Redevelopment Project (the Project). The Project is being carried out across Burwood and Christchurch hospital campuses and involves significant development and extension of existing hospital facilities. As part of the Project, Canterbury DHB needs to procure various Furniture, Fittings and Equipment items to complete the development, of which this Request for Proposal (RFP) forms part. The Project is looking to contract for examination couches (plinths) and treatment chairs to be used in clinical areas. The purpose of this RFP is to obtain detailed proposals from suppliers interested in supplying the Goods at favourable prices. We are looking for the most cost-effective and value added solution to our needs whilst still obtaining our stated technical requirements. We have high expectations in relation to the long term performance of the Goods. You should understand that the selection process will evaluate the prospective options to ensure that it is of a robust construction and design, employing proven technology to maximise and ensure long term performance and functionality.",Not Awarded,,0,20250410 Canterbury District Health Board,17018607,Request for Proposals,Open Competition,Canterbury & West Coast DHBs - Project Management Panel,,20151123,20160115,20220120,,Cluster,No,Physical tenders not accepted,"The Canterbury and West Coast DHBs are served by a Site Redevelopment Unit that provides internal project and programme management services across Canterbury and the West Coast. A Project Management Consultancy Services Panel is being established to supplement the Site Redevelopment Units resources by providing: a. Additional capacity helping manage planned peaks in the development programme b. Responsiveness enabling the DHBs to respond to urgent or changing business requirements c. Specialist expertise supplementing the internal project management expertise of the DHBs The two DHBs have a ten year programme of works with a combined value in the order of $400m, which is in addition to the Ministry of Healths major redevelopments of Christchurch, Burwood and Grey Base hospitals. It is anticipated that the Panel would be utilised for delivering somewhere in the order 10% - 15% of the DHBs capital works programme, with the balance delivered by internal project managers. A minimum of three Panel members is expected to be needed to deliver the right mix of expertise and to provide adequate competition within the secondary procurement process. Given the projected workload and the desire to build relationships with suppliers it is unlikely that the final number of suppliers would be greater than five. The Panel will have two sub-categories for projects valued $1m and under, and projects valued at over $1m. Supplier briefing sessions will be held at 10am on Friday 4 December and Monday 7 December. Places are limited (max 2 people per organisation) and can be booked on a first come first served basis by emailing graham.bugler@cdhb.health.nz",Not Awarded,,0,20250410 Canterbury District Health Board,17122604,Request for Proposals,Open Competition,"RFP for the Quantitative Fire Risk Assessment of Parkside, Riverside and Women's Hospital Christchurch Campus",SRU18012016,20160118,20160226,20220120,,Sole Agency,No,No,,Not Awarded,,0,20250410 Canterbury District Health Board,17251865,Request for Proposals,Open Competition,Canterbury Health Labs Floor Covering Project - Vinyl Supply and Installation and associated works,M&E-DW003,20160229,20160324,20220120,,Sole Agency,No,,"The Canterbury Health Laboratories in conjunction with the Canterbury DHB Maintenance and Engineering Department are seeking a Contractor to undertake the required Vinyl Installation and associated building and services work to replace approximately 844m2 of carpet with vinyl within the Canterbury Health Laboratories Building located on Hagley Avenue, Christchurch. The work also involves the moving of items such as benching and building services to allow for the flooring to be installed. Details of the scope of services required and specification is included within Schedule Three (The Contract) of the RFP. We expect submissions to be submitted via GETS and as per clauses 4,5 and 6 of the RFP document.",Not Awarded,,0,20250410 Canterbury District Health Board,17278327,Request for Proposals,Closed Competition,"Supply and Installation of Medical Pendants - Acute Services Build, Christchurch & Grey Base Hospital",15PROCIR009,20160304,20160408,20220112,,Cluster,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blehnheim Road, Riccarton, Christchurch","We wish to contract for the supply and installation of Medical Pendants for the Acute Services Build (ASB) (for the new Theatres, Intensive Care Unit, Emergency Department and Radiology department), and at Grey Base Hospital (GBH) (for the new theatres in accordance with the projects build schedules, plans, and specific department requirements).",Not Awarded,,0,20250410 Canterbury District Health Board,17394695,Request for Proposals,Open Competition,"Akaroa Health Hub. Design of Mechanical, Electrical and / or Fire Services",SRU-14042016,20160415,20160513,20220120,,Sole Agency,No,N?A,"CDHB are seeking consultants for the Design of Mechanical, Electrical and / or Fire Services for the proposed Akaroa Health Hub",Not Awarded,,0,20250410 Canterbury District Health Board,17394732,Request for Proposals,Open Competition,Akaroa Health Hub. Design of Structural and Civil Engineering,SRU-14042016,20160415,20160513,20220120,,Sole Agency,No,n/a,CDHB are seeking consultants for the design of Structural & Civil Engineering Elements for the proposed Akaroa Health Hub,Not Awarded,,0,20250410 Canterbury District Health Board,17394780,Request for Proposals,Open Competition,Akaroa Health Hub. Quantity Surveying Services,SRU-14042016,20160415,20160513,20220120,,Sole Agency,No,n/a,CDHB are seeking the supply of Quantity Surveying Services for the proposed Akaroa Health Hub,Not Awarded,,0,20250410 Canterbury District Health Board,17472051,Request for Proposals,Open Competition,"Supply and Installation of LED Surgical Theatre Lights & In-light Camera / Image Integration - Acute Services Build, Christchurch",16PROCMM001,20160502,20160601,20220112,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Christchurch","We wish to contract for the supply and installation of LED Surgical Theatre Lights & In-light camera and Image Integration, for the new Theatres within Acute Services Build (ASB), in accordance with the projects build schedules, plans, and specific theatre requirements.",Not Awarded,,0,20250410 Canterbury District Health Board,17648207,Request for Proposals,Open Competition,Supply and Installation of Hybrid Theatre - Acute Services Build - Christchurch,16PROCIR002,20160701,20160805,20220120,,Sole Agency,No,,"Our objective is to deliver a value for money solution for the supply and installation of a hybrid theatre, either with the separate components procured independently, or potentially as a turnkey solution with one supplier managing the complete solution for CDHB. The latter is the ideal solution for CDHB with one supplier either providing the total solution themselves or managing the supply chain to deliver the final result. We do retain the flexibility however to award items separately (as detailed in this document) and discuss with suppliers the project management if this is the outcome. The use of the theatre will predominantly be for vascular (open and endovascular) cases, to include but not limited to all vascular index procedures: AAA/EVAR/TEVAR/REVAR/BEVAR/FEVAR/IBD/Nellix/Carotid-Sx/Stents/Infra-inguinal revascularisation procedures/renal access and salvage/renal transplant/venous and endovenous work including stents, CDT/amputations. Some cardiac procedures will also be performed such as image directed lung biopsies/de-branching procedures, cardiology procedures such as TAVI/pacing wire removal, and Gynaecological procedures such as placenta acreta/poly trauma.",Not Awarded,,0,20250410 Canterbury District Health Board,17915205,Request for Proposals,Open Competition,"Imaging Modalities for Canterbury District Health Board and West Coast District Health Board - Supply, Installation and Commissioning",16PROCIR003,20160919,20161028,20220120,,Sole Agency,No,,"Canterbury District Health Board and West Coast District Health Board require various imaging modalities as part of the extensive hospital rebuild projects. These modalities are listed as DR Rooms, DR/Fluoroscopy Hybrid, Hi-Tec CT's, Cone Beam CT, 3T MRI and Single Plane C-Arm. All modalities will require delivery, installation, commissioning and on-going service arrangements as well as liaison with our main build contractors and architects to ensure fit within their room designs. This RFP is part of a 2 step procurement exercise whereby this 1st stage will be used as a shortlisting tool to invite suppliers to a 2nd stage closed RFP.",Not Awarded,,0,20250410 Canterbury District Health Board,17945490,Request for Proposals,Open Competition,"Tapper Units, Burwood Hospital, Christchurch",SRU 23.09.2016,20160926,20161021,20220120,,Sole Agency,No,,"RFP for the Earthquake strengthening and upgrades to the Tapper Units at Burwood Hospital, Christchurch. Project also includes Kitchen and Bathroom replacement and cosmetic repairs",Not Awarded,,0,20250410 Canterbury District Health Board,17954215,Request for Proposals,Open Competition,Patient Physiological Monitoring Devices,16PROCIR016,20160927,20161114,20220120,,Cluster,No,,"Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) are seeking suitably qualified and experienced vendors to supply vital signs and advanced physiological patient monitoring systems. Advanced (acute) physiological monitors should comprise of a base unit that can demonstrate a variety of upgrade pathways specific to the clinical environment that they may be required (i.e. paediatric, ICU etc.).",Not Awarded,,0,20250410 Canterbury District Health Board,18271527,Request for Proposals,Open Competition,"Procedure, Examination and Dental Lights for Canterbury and West Coast DHB's",16PROCMM004,20170109,20170209,20220112,,Cluster,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton 8041, Christchurch","CDHB and WCDHB require a variety of procedure, examination and dental lights across the four sites; Christchurch Hospital (Acute Services Build ASB), Outpatients, Grey Base Hospital (GBH) and Akaroa Health Hub. CDHB is now inviting proposals from companies with the relevant capacity and capability, experience and knowledge to supply procedure, examination and dental light requirements suitable for our new facilities.",Not Awarded,,0,20250410 Canterbury District Health Board,18334290,Request for Proposals,Open Competition,Meeting Room Audio Visual and Network Clocks for Canterbury and West Coast DHB's,16PROCMM003,20170127,20170301,20220112,,Cluster,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton 8041, Christchurch","As part of the Project, CDHB is now inviting proposals from companies with the relevant capacity and capability, experience and knowledge, to supply and install all meeting room audio visual (AV) requirements and network clocks across the three sites; Christchurch Hospital Acute Services Build (ASB), Outpatients and Grey Base Hospital (GBH).",Not Awarded,,0,20250410 Canterbury District Health Board,18486161,Request for Proposals,Open Competition,Cardiac Ultrasound Machine with Echo,17PROCIR005,20170320,20170427,20220120,,Sole Agency,No,,CDHB require a high-end cardiac ultrasound machine and associated probes capable of full adult transthoracic echocardiography imaging with transoesophageal and intracardiac echo capability. This should include high quality 2D/Doppler/colour flow imaging plus a non-imaging Doppler probe and a 4D transoesophageal echo to support the cardiac surgery noting that a 4D transthoracic probe is not required.,Not Awarded,,0,20250410 Canterbury District Health Board,18729969,Request for Proposals,Open Competition,Supply and install shelving and modular storage units,17PROCIR003,20170612,20170718,20220120,,Cluster,No,See section 1.5 of the RFP,"The Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) both require shelves and modular storage units for three rebuild projects: the Acute Services Building (ASB) and Outpatients projects in Christchurch for the CDHB and the Grey Base Hospital in Greymouth for WCDHB. The majority of shelving and storage is required for the ASB project (75%) with lesser amounts for Outpatients (17%) and the Grey Base Hospital (8%). This RFP seeks shelving and modular storage solutions for equipment, food, general items, records and sterile stock using a combination of the following categories: + shelving, compacting + shelving, compartment + storage, modular, mobile + storage, modular, static + shelving, standard, mobile + shelving, standard, static + shelving, wall mounted. The purpose of this RFP is to invite capable suppliers to review the rooms and spaces identified and develop and price a shelving or storage solution for each project. In addition, the price for various scenarios is sought along with a catalogue of suitable and complying shelving and storage units and associated accessories. It is intended that the resulting contract will be a combination of an order for the final, as agreed, shelving for each of the three projects plus a standing offer arrangement for a period of three years to meet any future ongoing needs. Louvered panels with storage bins, bookcases, trolleys, medical storage cabinets, cupboards, etc, are out-of-scope for this RFP. Similarly, data and image storage is also out-of-scope. Potential respondents are invited to a briefing session at a date and time shown in clause 1.2 of the RFP. Attendance is not mandatory but recommended. At the briefing respondents will meet key team members and have the opportunity to ask questions. Respondents are to register via Gets to attend the briefing. Upon registration, respondents will be notified of the location of the briefing.",Not Awarded,,0,20250410 Canterbury District Health Board,19255587,Request for Proposals,Open Competition,"Purchase of Hospital Beds, Mattresses, Accessories and Related Services",17PROCEB001,20171124,20180125,20190809,,Syndicated Opportunity,No,,"This procurement relates to the supply of hospital beds, mattresses, accessories and related services. As part of the Canterbury Health Board capital replacement programme, we have identified the types and volumes required over the next 3 years.",Not Awarded,"Successful Suppliers: Stryker New Zealand Limited Ward Beds & Accessories Paediatric Beds & Accessories Spinal Beds & Accessories Trauma/Transfer Stretchers & Accessories Arjo New Zealand Limited Bariatric Beds & Accessories Colposcopy Beds & Accessories USL Medical Birthing Beds & Accessories ICU Beds & Accessories Active Healthcare (NZ) Ltd Cots & Accessories Cubro Limited Bassinets & Accessories Date of Contracts Awarded: February 2019 Term of Contract: Three year (36 months) initial term. Renewal term of two years (24 months) following initial term Estimated Spend Under the Contracts: $1M 1.5M New Zealand Dollars Type of Procurement Process Used: Open Request for Proposal",0,20250410 Canterbury District Health Board,19327554,Request for Proposals,Open Competition,Ashburton Hospital Boiler Project - Design Services,17PROCEE009,20171214,20180201,20220120,,Sole Agency,No,"Canterbury District Health Board, Tender Box, Reception, 211 Blenheim Rd, Christchurch","Canterbury District Health Board are seeking experienced Engineers/Consultants from a number of disciplines to complete the design work required for a project to replace our aged Boiler Plant at Ashburton Hospital and construct a new boiler house which is anticipated to include two 750kW biomass boilers, one 1500kW backup diesel boiler, fuel handling systems and conversion of the entire campus to Medium Temperature Hot Water reticulation as opposed to steam. This Request for Proposal is for the DESIGN SERVICES required for this entire project. Stage one of this project and RFP involves an options review of what solution is best for the Ashburton Hospital site which will most likely also include the conversion of the entire site from steam to medium temperature hot water. An initial feasibility study has been completed and Stage One - Options Review will further build on this, detailing the recommended best solution to move the project forward including establishing a fuel specification. The Mechanical Engineer will take on the role of Lead Consultant of the design team and also conduct the initial options review stage in conjunction with an engaged energy and boiler specialist who will have experience with Wood Chip/Biomass boilers. The separate or combined services that are required are: Mechanical Engineer / Lead Consultant Building Designer Resource Consent Consultant Electrical Engineer Structural and Civil Engineer Fire Engineer Quantity Surveyor Submissions are to be by way of the RFP Response Form. If you wish to bid for multiple disciplines, a separate RFP Response Form is to be completed for EACH discipline. CDHB reserve the right to split and award/contract each discipline separately. The RFP document contains(embedded) a Project Brief, Proposed Contract and individual Scope of Work documents for each consulting discipline. A Site Plan and the Feasibility Study/Heat Options Report has been provided to better inform consultants of the site size, existing systems and the initial basis of this project.",Not Awarded,,0,20250410 Canterbury District Health Board,19359689,Request for Proposals,Open Competition,Supply of Passive Fire Materials,17PROCEE016,20180110,20180216,20220120,,Sole Agency,No,,"Canterbury and West Coast DHB's have a significant passive fire protection programme to be rolled out over the next eight years. The works form part of larger projects of upgrades and refurbishments of clinical and non-clinical areas, earthquake repairs, new buildings and general business as usual (BAU) across all CDHB and WCDHB sites that require passive fire protection works. This includes works packages for Site Redevelopment, Maintenance and Engineering, Internet Service Group (ISG), Security and general procurement departments. We are looking to have a preferred materials supplier for this project to work with our nominated fire protection installers.",Not Awarded,,0,20250410 Canterbury District Health Board,19632050,Request for Proposals,Open Competition,Patient Over-bed Tables and Bedside Lockers for the Rebuild projects,18PROCTT005,20180417,20180522,20220120,,Sole Agency,No,,"This RFP relates to the purchase of patient over-bed tables and bedside lockers for use in our three new sites currently being constructed: - Acute Services Building (ASB) Christchurch, NZ - Outpatients Department (OPD) Christchurch, NZ - Greybase Hospital (Grey) Greymouth, West Coast of the South Island, NZ",Not Awarded,,0,20250410 Canterbury District Health Board,19707176,Request for Proposals,Open Competition,"Design Consultants for High Care Area - AT & R, Hillmorton Hospital",18PROCSRU6,20180510,20180608,20220120,,Sole Agency,No,,"Canterbury District Health Board, a publicly owned Health and Disability Organisation, invites you to submit a Proposal for the supply of Design consultant services (individual or combined disciplines) for the High Care Area - AT & R Hillmorton Hospital in accordance with the following Conditions of RFP. See attached documents.",Not Awarded,,0,20250410 Canterbury District Health Board,19880695,Request for Proposals,Closed Competition,Design and Build Lease for the Canterbury Linen Services Laundry,17PROCEE010a,20180709,20180903,20190708,,Sole Agency,No,,"Prequalified Developers have been identified by CLS in a Registration of Interest (ROI) process in late 2017 as potentially having the capability, a suitable site and financial terms amongst other criteria to enter into a Design and Build Agreement to Lease (DB/Lease Contract) with Canterbury Linen Services Limited (CLS or Tenant) for a new laundry building development in Christchurch. CLS have defined their requirements for the new laundry and are now seeking formal Tenders from the pre-qualified Developers in a closed Tender process (this RFP). Supplier briefings are available upon request during the RFP advertising period. Any such briefings will be restricted to a maximum of 2 hours. Any questions and answers arising from such briefings that are not deemed commercially sensitive will be recorded and posted to all Respondents as a Notice to Tenderers (NTT).",Awarded,,20000000,20250410 Canterbury District Health Board,19917187,Request for Proposals,Open Competition,RFP Microbiology Molecular Testing Solution,18PROCRL002,20180718,20180907,20200406,,Sole Agency,No,"Reception, Supply Department / Canterbury District Health Board / 211 Blenheim Road / Riccarton / Christchurch","The CHL Microbiology Service requires a molecular testing solution which allows for automated laboratory integration with minimal manual intervention within a streamlined process of continuous flow to perform: small volume rapid tests; medium volume same day Turnaround times (TAT) and; high volume analysis. It is recognised that more than one instrument or system / vendor may be required to cover the full range of tests and volumes required, although in all cases the process flow must be automated and seamless across platforms and be integrated with the Laboratory Information System (LIS). A list of approximate indicative assay volumes will be provided on request after NDA signature, some of which will be utilising commercial kits available and others in- house assays.",Awarded,"18PROCRL002 Description of goods, services or works: Microbiology Molecular Testing Solution (Medium Volume) & Microbiology Molecular Testing Solution (High Volume) Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier (Medium Volume): Becton Dickinson Limited 8 Pacific Rise, Mt Wellington, Auckland 1060, NEW ZEALAND Successful Supplier (High Volume): Abbott Laboratories (NZ) Ltd Ground Floor, Bldg D 4 Pacific Rise, Auckland, 1060, NEW ZEALAND Date of contract award: Medium Volume 1st March 2020 High Volume 1st April 2020 Term of contract: 60 Months The expected spend under the contracts: $4,646,000 Type of procurement process used: Open RFP Rhys Evans, Procurement Specialist",4646000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,19978629,Request for Proposals,Open Competition,Supply of machinery to process ELISA (Enzyme linked Immunosorbent assays) and Immunofluorescent staining on tissue slides,18PROCRL003,20180802,20180903,20191104,,Sole Agency,No,"Reception, Supply Department / Canterbury District Health Board / 211 Blenheim Road / Riccarton / Christchurch","This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the supply of machinery to process ELISA (Enzyme linked Immunosorbent assays) and Immunofluorescent staining on tissue slides. The solution we require involves the purchase of equipment that will enable us to provide our ELISA and Immunofluorescent volume tests within RCPA-QAP allowable limits of performance. The amount of tests used at the CDHB will be provided for indication, on request, after NDA signature.",Awarded,"18PROCRL003 Supply of machinery to process ELISA (Enzyme linked Immunosorbent assays) and Immunofluorescent staining on tissue slides Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: abacus dx Ltd (New Zealand) 55B Richard Pearse Dr Airport Oaks New Zealand 2022 Date of contract award: 01/02/2019 Term of contract: 5 years + 2 years The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $353,746.58 Type of procurement process used: Open RFP Rhys Evans, Procurement Specialist",353747,20250410 Canterbury District Health Board,20016450,Request for Proposals,Open Competition,Radiation Personal Protection Apparel suitable for Radiology and Theatres,18PROCTT013,20180813,20180912,20190702,,Sole Agency,No,,"Canterbury District Health Board (CDHB or Canterbury DHB) are looking for one suitable supplier that can provide us with radiation personal protective apparel for use in radiology and theatre applications. Respondents are invited to submit a proposal for up to two lines of personal protective apparel: Please note that samples are required as part of this RPP: - As part of your RFP response: You must submit swatch-samples of each material used in the item of apparel you propose, to the address given in the Response Form. - Shortlisted suppliers: Once we have evaluated and shortlist suppliers, we will require a sample of each item (e.g. each set of each apparel line) included in the proposal.",Awarded,Contract awarded to Obex Medical Limited.,0,20250410 Canterbury District Health Board,20048884,Request for Proposals,Closed Competition,Canterbury Linen Services New Laundry Project Laundry Process Plant Supply and Installation,18PROCEE007,20180821,20181012,20190708,,Sole Agency,No,,"Canterbury Linen Services (CLS) is developing a new standalone laundry on a new industrial/commercial site on the outskirts of Christchurch and will quit their existing laundry site in Hillmorton, Christchurch. As part of this process the Principal intends to purchase new laundry process plant (equipment) and transfer some existing laundry process plant (equipment) from the existing laundry in Christchurch to the new laundry once the new laundry and new process plant is operational. This RFP relates to the purchase, supply, delivery, installation and commissioning of new laundry process plant and the transfer, installation, alteration as required and commissioning of existing laundry process plant that will in conjunction: Increase production capacity; Replace existing plant at the end of its useful life; Improve energy, water consumption and services efficiency; Increase production reliability; and Reduce labour input.",Awarded,,9000000,20250410 Canterbury District Health Board,20157333,Request for Proposals,Closed Competition,The Supply of an Infant Nutrition Management System,18PROCEE017,20180913,20181023,20190708,,Sole Agency,No,,"We are seeking to purchase a software based Infant Nutrition Tracking and Reporting Management System. The key outcomes we want to achieve are smooth workflow, easy access to data and reports, and a smart, functional and intuitive user interface. The system needs to be one that incorporates all aspects of the process from the donor to the recipient with multiple input users at each stage i. Human Donor Milk collection recruitment process ii. Human Donor Milk collection, transportation and receiving process for registered donors iii. Processing Human Donor Milk iv. Pasteurised Donor Milk bank stock rotation and discards v. Human Donor Milk Prescribing/ Dispensing Process vi. Expressed Milk/ Formula Management Process including stock rotation and discards",Awarded,,150000,20250410 Canterbury District Health Board,20182199,Request for Proposals,Open Competition,"Supply, install, commission and support three Cardiac Catheter Laboratories",18PROCDP005,20180919,20181026,20191029,,Sole Agency,No,"18PROCDP005, CDHB Supply Department, 211 Blenheim Road, Riccarton, Christchurch 8041, New Zealand","We, the Canterbury District Health Board (CDHB), intend to appoint one supplier to design, supply, deliver, project-manage, install, commission, and provide training and maintenance for an intended three cardiac cath-labs at Christchurch Hospital. We intend for this work to be done during approximately the coming 24 36 months. The purpose of this RFP is to invite capable suppliers to propose equipment and associated services suitable for delivering the three cath-labs. This is a unique opportunity to secure a significant contract with the work distributed over a period of time. Securing this contract offers the potential to showcase your latest equipment and installation expertise to other New Zealand healthcare providers. Important dates: - Deadline to register for briefing and site inspection: Wednesday 26th September 2018 - Register by submitting a question via GETS stating the number of attendees, a contact person and that persons email address and mobile phone number - Respondent briefing and site inspection: 4.30pm Thursday 27th September 2018",Not Awarded,Contract awarded to Siemens.,0,20250410 Canterbury District Health Board,20225051,Request for Proposals,Open Competition,Supply of Sterile Baby Bottles,18PROCEB017,20181001,20181102,20190809,,Sole Agency,No,,"This procurement relates to the supply of sterile baby bottles with solid screw cap and/or collar & disk (no teat) (the Goods) to the Canterbury District Health Board and West Coast District Health Board. We have identified the following types of sterile baby bottles with solid screw cap and/or collar & disk (no teat) that are required. Ideal size 120ml (or 30ml either way); clearly labelled; single use Ideal size 240ml (or 10ml either way); clearly labelled; single use",Awarded,"Successful Supplier: WM Bamford Date of Awarded: 07 August 2019 Term of Contract: Will be using the Pharmac Ref #BAM-2018-12-16 contract Estimated Spend per annum: $106,064 Type of Procurement Process Used: Open Request for Proposal",0,20250410 Canterbury District Health Board,20457312,Request for Quotations,Open Competition,Fire Monitoring Services,18PROCEE004,20181121,20181214,20190708,,Syndicated Opportunity,No,,"The DHBs require a reliable and continuous fire monitoring service for all CDHB and WCDHB sites. This will be managed by the Maintenance and Engineering team. CDHB and WCDHB are currently undertaking a major rebuild project (Outpatients, Hagley Acute Services Building and Greybase Hospital) which is due for staged completion throughout 2018/19. The Successful Respondent for this RFQ is expected to be operational by April 2019, and the Successful Respondent will be required to be flexible to changing requirements whilst the new developments come into service. The DHBs require a monitoring service to be 24 hours a day, 7 days a week with system testing done monthly on all monitoring equipment. The DHBs require a service that will ensure the continuous protection of people and property from unexpected fire events at all our sites, and to minimise the cost of a false alarm.",Awarded,,114000,20250410 Canterbury District Health Board,20490668,Request for Proposals,Open Competition,Ophthalmology Microscope,19PROCDP013,20181128,20190107,20191001,,Sole Agency,No,n/a,"We, the Canterbury District Health Board (CDHB), are seeking a supplier to provide a microscope for ophthalmology use (the Solution). The Solution should be suitable for ophthalmic surgery including: Posterior segment surgery, Cataract surgery, Oculoplastics, Paediatrics, Anterior segment surgery, Glaucoma surgery and Strabismus surgery.",Awarded,Awarded to Zeiss NZ Ltd.,0,20250410 Canterbury District Health Board,20570734,Request for Proposals,Open Competition,Supply of Reusable Surgical Instruments,18PROCEB049,20181220,20190207,20190812,,Sole Agency,No,,"Reusable surgical instruments for the theatres in our forthcoming Acute Services Building. The instruments are likely to include generic instruments, laparoscopic instruments, and specialty instruments and crates/trays for storing sets of instruments, for the following specialities: ? ENT ? Ophthalmology ? General Surgery ? Orthopaedics ? Gynaecology ? Paediatrics ? Plastics ? Urology ? Vascular ? Maxillofacial We will be purchasing a variety of instruments and anticipate that no one respondent will be able to meet all of our requirements. We therefore anticipate contracting with multiple respondent, but not more than we consider necessary, to supply all of our requirements. It was our intention to publish this on 7 January 2019, however we felt that as it was ready then suppliers could be given the additional time to complete their responses. The closing date has not been altered from that indicated in the Advanced Notice.",Awarded,"18PROCEB049 Description of goods, services or works: Reusable surgical instruments Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: B Braun New Zealand Pty Ltd 10 Waddon Place Mangere Auckland 2022 New Zealand CR Kennedy NZ Ltd 3 Hotunui Drive Mt Wellington Auckland 1741 New Zealand Device Technologies 47 Arrenway Drive Albany Auckland 0632 New Zealand Downs Distributors Ltd Unit D 9 Airborne Road North Harbour Auckland Hallmark Surgical Ltd 12A JB Cullen Drive North Park Ashburton 7772 Integra Neurosciences Pty Ltd PO Box 305451 Triton Plaza Auckland 0757 New Zealand Jackson Allison Medical & Surgical Limited 56 Lunn Avenue Mt Wellington Auckland 1140 New Zealand JR Medical Limited 47 Manor Park Sunnyhills Auckland 2010 New Zealand Medipak Surgical NZ Ltd 31 Morningside Drive St Lukes Auckland New Zealand Medtronic New Zealand Limited Level 3 - Building 5 Central Park Corporate Centre 666 Great South Road Penrose Auckland 1051 New Zealand OBEX Medical Limited 303 Manuka Road Epsom Auckland 1023 New Zealand Olympus New Zealand Limited 28 Corinthian Drive Albany Auckland 0632 New Zealand Ophthalmic Instrument Company Unit 12 77 Porana Road Hillcrest Auckland New Zealand Ortho Medics Limited 586 Great South Road Ellerslie Auckland 1051 New Zealand SheffMed NZ Ltd 1 Tarndale Grove Rosedale Auckland New Zealand Surgical Supplies Limited 10 Vega Place Rosedale Auckland New Zealand Toomac Holdings Ltd 32 Poland Road Glenfield Auckland Date of contract award: 01/04/2019 Term of contract: 3 years with the option to extend for 2x24 month periods (maximum contract length 7 years) The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $4,060,477 Type of procurement process used: Open RFP Rhys Evans Procurement Specialist",0,20250410 ,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,, Canterbury District Health Board,20629974,Request for Proposals,Open Competition,Supply and Service of Anaesthetic Machines,18PROCBW001,20190123,20190221,20190730,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) is seeking anaesthetic machines, associated proprietary consumables and maintenance services. The purpose of this RFP is to invite capable suppliers to offer their equipment for consideration and, if shortlisted, trial by the CDHB. It is envisaged that the outcome of the procurement process will be the identification of a preferred supplier. It is intended that the resulting contract will be a standing offer for three years, with options to extend by a further two 12 month periods, to allow for the initial purchase along with future one-off purchases. The purchase of equipment may include servicing for up to seven years, with the first two years under warranty.",Awarded,"CONTRACT AWARDED. 18PROCBW001 Supply and Service of Anaesthetic Machines Successful Supplier: GE Healthcare Limited. Date of Conditional Award: 6th May 2019. Contract: Commencement Date- 1 August 2019. Initial Term- 3 years. Renewal Term- 2 years. Indicative Contract Value- 1m to 3m (initial contract term). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Senior Procurement Specialist, Canterbury District Health Board.",0,20250410 Canterbury District Health Board,20834007,Request for Proposals,Open Competition,Supply of Replacement Flight Dishwasher at Christchurch Hospital Food Services,PROCRE18004,20190401,20190501,20191009,,Sole Agency,No,,"Background: This procurement relates to the replacement of the existing Hobart Flight Dishwasher (Model FTN 2SB-DS7-C41) in the Kitchen located in the Food Services Building at the Christchurch Hospital Site. Nothing contained within this tender shall be seen as binding on us to proceed, as we currently do not have the formal approval of our Board for funding. Once we are ready to commit to a specific supplier, then a formal purchase order will be released and the terms contained within this RFP will become binding upon both parties. In the event that we are unable to proceed we shall not be liable to you for any costs associated with the submission of this Tender. What we are buying and why: The existing equipment has now reached the end of its operational life and frequent repairs are required, with spare parts becoming increasingly costly and difficult to source. The key outcome is to replace the existing system with one that is able to deal with the current washing volumes, while also having the capacity to deal with increased volumes in the future. The dishwasher needs to be easily dismantled and moved to a new kitchen location within the next 2-5 years. What we require: the solution: We are seeking a dishwashing solution that: Has variable wash programmes Can wash at least 5,190 plates per hour Provides ergonomically friendly system of stripping patient trays and loading into dishwasher Can be delivered, installed and commissioned by the supplier Is supported by NZ based technicians (preferably Christchurch based) What we require: capacity: We are seeking suppliers that are able to demonstrate the following capacity: Suitable installation staff numbers (or sub-contractors) to install equipment quickly and efficiently Dishwashing system capable of stripping washing dishes for maximum bed state numbers of Christchurch Hospital What we require: capability: We are seeking suppliers that are able to demonstrate the following capabilities: Experience installing equipment within a hospital setting Supply and installation of similar scale equipment",Awarded,"PROCRE18004 Description of goods, services or works: Supply and installation of flight dishwasher to Christchurch Hospital Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Southern Hospitality Limited 12 Roberts Street, Dunedin. Date of contract award: 1st October 2019 Term of contract: 24 months from the Acceptance Date The expected spend under the contract/s: $250,000 Type of procurement process used: Open RFP Rhys Evans, Procurement Specialist",0,20250410 Canterbury District Health Board,20859197,Request for Proposals,Closed Competition,CT Scanner - Stage Two RFP 18PROCDP002,18PROCDP002,20190320,20190415,20191001,,Sole Agency,No,,"In this Stage Two RFP we invite proposals in relation to only those CT scanners that were shortlisted under Stage One of this process. Our needs remain as stated in the Stage One documents: - We, the Canterbury District Health Board (CDHB), intend to appoint one Successful Respondent to provide a CT scanner (the Solution). - The solution includes supplying, delivering, installing, commissioning, and providing training, warranty and servicing/maintenance for the scanner. Please note that one clarification has been made in the Our Requirements section of this RFP.",Awarded,Awarded to Philips Healthcare New Zealand.,0,20250410 Canterbury District Health Board,20889184,Request for Proposals,Open Competition,Supply of Hygiene Services,PROCRE18005,20190508,20190606,20190920,,Sole Agency,No,,"This procurement relates to the delivery of hygiene services to both CDHB and WCDHB. Previously these have been provided by a single supplier where their staff enter the relevant areas of both DHBs to replace the bins/mats and air fresheners. We are seeking suppliers that are able to demonstrate that they have sufficient staff capacity in the correct locations to undertake this major service for both CDHB and WCDHB. Consideration should be given by all potential suppliers to the new building works underway at both Christchurch and Greymouth hospitals, as these could add significantly to the services required in the near future. It is anticipated that the awarded supplier would replace any equipment owned by the incumbent supplier at no cost to either DHB. What we need Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) currently contract out their hygiene services and are looking to ensure that they continue to receive value for money. This service includes the provision, upkeep and replacement of bins, air fresheners, entrance mats and nappy/sanitary bins. The winning supplier would be expected to replace any equipment owned by the incumbent supplier across all CDHB and WCDHB sites, including rural clinics in both DHBs. What we dont want Due to the shared management model currently in place between CDHB and WCDHB, they are ideally looking for one single supplier that is able to provide the required services across all sites. They are not looking for any suppliers that are unable to replace the existing hardware, or suppliers that are unable to provide the service as well as any required consumables. Any selected supplier would be expected to maintain the equipment in place, we will not move items to a central location to be serviced. Whats important to us As healthcare providers, it is vital that both CDHB and WCDHB present a clean and professional image to all service users. It is therefore important that all hygiene services are undertaken professionally and on time. Due to the amount of building and development work being undertaken by both DHBs, it is essential that any awarded supplier has the ability to scale up operations in line with the opening of new facilities.",Awarded,"PROCRE18005 - Provisions of Hygiene Services Canterbury District Health Board (CDHB) and West Coast District Health Board (WCDHB) contract out their hygiene services, which includes the provision, upkeep and replacement of bins, air fresheners, entrance mats and nappy/sanitary bins. Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 West Coast District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Alsco NZ PO Box 74450 Greenland Auckland 1543 Date of contract award: 1st August 2019 Term of contract: 3 years, with the option to extend for 4 years in 2 year tranches The expected spend under the contract/s: $390,951.60 Type of procurement process used: Open RFP Rhys Evans Procurement Specialist",130000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,20893769,Request for Proposals,Open Competition,Pre conditioning clean of the new Christchurch Hospital and new Greymouth Hospital,PROCASUM010319,20190410,20190510,20200608,,Sole Agency,No,,"This RFP relates to the purchase of one off cleaning services relating to the opening of new hospitals. We are seeking a planned and coordinated cleaning solution for the newly built Christchurch hospital building (The Hagley) and the new Greymouth hospital building prior to them becoming fully operational around November. We require a supplier who has the capability and capacity to deliver the required building pre-conditioning clean in full and within defined time constraints, while utilising the defined CDHB Approved Cleaning Methods (detailed later in this document). Previous sizable cleaning experience within a hospital setting is required. Preferably large scale pre-opening cleans. We intend to hold a site brief for all potential suppliers to attend. This is to anticipated take place on Thursday 18th April (subject to change due to staff availability), please notify our Point of Contact if you will/will not attend. Further directions will be given to those attending before the day. This may take place onsite in the new ASB hospital building (now named The Hagley).",Awarded,"PROCASUM010319 Description of goods, services or works: Pre-conditioning clean for new hospital building in Greymouth (N.B. the Christchurch Hagley (ASB) Building was completed as an internal project and so this portion of the RFP was unawarded) West Coast District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: ISS Facilities Services 2, Arthur Brown Place, Auckland, 1060, NEW ZEALAND Date of contract award: 01/05/2020 Term of contract: 3 months + 3 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $68,500 Type of procurement process used: Open RFP Rhys Evans Procurement Specialist",68500,20250410 Canterbury District Health Board,20990435,Request for Proposals,Open Competition,Ultrasonic Aspirator,19PROCDP016,20190502,20190529,20191001,,Sole Agency,No,,We seek an Ultrasonic Aspirator and accessories for surgical purposes. It is likely that the equipment will be used for a range of neurological and/or liver procedures.,Awarded,Awarded to Integra Neurosciences Pty Limited,0,20250410 Canterbury District Health Board,21032198,Request for Proposals,Open Competition,Asbestos Removalist Panel Class A and B,19PROCEE015,20190515,20190612,20210708,,Sole Agency,No,,"The Canterbury District Health Board (the CDHB) and the West Coast District Health Board (the WCDHB), both publicly owned Health and Disability Organisations, invite you to submit a Proposal for consideration of inclusion on the Asbestos Removalist Panel for Contractors (the Panel). This Panel is intended to provide the CDHB and WCDHB with faster access to appropriately skilled and experienced suppliers and will be established under Rule 54 of the New Zealand Government Rules of Sourcing (Third edition, 2015). It is anticipated that the successful organisations will develop a close working relationship with the CDHB and WCDHB, gain a good understanding of the business needs of these organisations and thereby be able to provide an efficient, cost effective service. The Panel will have two subcategories: Panel 1 Class A Removal Works; and Panel 2 Class B Removal Works (with the ability to carry out Class A decontamination if required at DHBs discretion). There are numerous projects which will need to be conducted and conservative estimates from within the DHBs have put the value of all the contract opportunities to be completed over the term of the Panel at approximately NZ$5 million. There are also a number of projects that will need to run simultaneously, so it is likely that multiple Panellists may be awarded contract opportunities in the short term once the Panel has been established. You are invited to submit a comprehensive Proposal for either or both of the two subcategories above, for either or both of the two DHBs. Your Proposal will be considered by an evaluation panel. The evaluation panel will recommend which Respondents should be invited to join the Panel. Being appointed to the Panel does not guarantee any contract opportunities will be awarded to any Respondent and there may be Respondents appointed to the Panel who are not awarded any contract opportunities.",Awarded,,0,20250410 Canterbury District Health Board,21128596,Request for Proposals,Open Competition,Supply of Inter Hospital Transport Services,PROCRE18003,20190610,20190711,20190920,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","What we need Canterbury District Health Board (CDHB) is required to operate an internal transport service in order to ensure that everything that is required for the provision of patient services is in the correct place. This covers the full range of medical and non-medical provisions and services across CDHB and can include everything from patient meals-on-wheels to internal mail to medical consumables. This service operates across the entire CDHB area and not just the major sites. What we dont want We are only looking to proposals from suppliers that are able to support all routes currently in operation with dedicated vehicles and drivers. We are not looking for proposals to purchase vehicles or suppliers than can only support specific routes. This service will not include the couriering of parcels outside of CDHB as this is covered by a separate contract. Whats important to us CDHB are looking for credible suppliers with previous experience in delivering similar services. Providers need to have sufficient staff to support our required routes with dedicated drivers. They should also have a good track record of fleet maintenance and resilient contingency plans. Why should you bid? This is an excellent opportunity to be involved in the successful delivery of public healthcare within the Canterbury Region.",Awarded,"PROCRE18003 - Provision of Inter Hospital Transport Services Canterbury District Health Board (CDHB) is required to operate an internal transport service in order to ensure that everything that is required for the provision of patient services is in the correct place. This covers the full range of medical and non-medical provisions and services across CDHB and can include everything from patient meals-on-wheels to internal mail to medical consumables. This service operates across the entire CDHB area and not just the major sites. Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Charter Trucks (2008) Limited PO Box 0 (zero) Christchurch 8140 Date of contract award: 1st October 2019 Term of contract: 3 years, with the option to extend for 4 years in 2 year tranches The expected spend under the contract/s: $2,234,308.50 Type of procurement process used: Open RFP Rhys Evans Procurement Specialist",744770,20250410 Canterbury District Health Board,21137235,Request for Proposals,Closed Competition,RFP Laboratory Solutions Pre-analytical Handling and High Volume Analysers,18PROCRL005,20190612,20190816,20201208,,Sole Agency,No,"Reception, Supply Department / Canterbury District Health Board / 211 Blenheim Road, Riccarton / Christchurch","Canterbury Health Laboratories (CHL) is an operating unit of the Canterbury District Health Board (CDHB) and is a leading medical diagnostic laboratory in New Zealand. CHL want to procure: 1. A Laboratory Solution pre-analytical handling and high volume analysers for the CHL main site in Christchurch, initially incorporating biochemistry and registration; this will encompass sample sorting, separating/aliquoting, handling and storage into a single integrated end-to-end workflow supported by middleware and a Laboratory Information Management System (LIMS) architecture capable of managing the required analyser informatics. Haematology/coagulation can either be included within the initial implementation phase of the solution or CHLs existing haematology/coagulation platforms could be subsequently incorporated or an alternative solution as a future option proposed that allows for seamless integration of workflow. The consolidation of testing currently performed outside the core laboratory may be considered within the laboratories strategic plan if it adds benefit for patients and clinicians; such testing should be considered within the scope of this procurement. The proposed platform/s should have the capability for future expansion to include the option of further high volume testing, including but not limited to molecular analysis. 2. An additional standalone biochemistry analyser at CHL Christchurch site to be able to perform batched work including studies and trials (or provide an alternate of how this can be performed through the automated solution) 3. A replacement biochemistry analyser at CHL Ashburton Laboratory 4. A replacement biochemistry analyser at the West Coast DHB Greymouth Laboratory 5. A seamless integration of haematology/coagulation analysers with the biochemistry systems across all three sites 6. Middleware architecture integrated to our Laboratory Information Management System (LIMS) to manage the required individual analyser and solution informatics.",Awarded,"18PROCRL005 Laboratory Solutions Pre-analytical Handling and High Volume Analysers Description of goods, services or works: Canterbury Health Laboratories will be replacing its laboratory automation system to one that will integrate biochemistry, haematology, separating/aliquoting and tube sorting/handling/storage into one single process. In order to provide seamless integration across the wider Canterbury and West Coast region, we will also be standardising analysers in both Ashburton and Greymouth Laboratories. This will involve the supply, installation and support of analysers, middleware, reagents and consumables. Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Suppliers: Beckman Coulter NZ 3/33 Spartan Road Takanini Auckland New Zealand Supported by: Diasorin Australia Pty Ltd PO Box 1611, Macquarie Park, NSW 2113 Australia Date of contract award: 1 December 2020 Term of contract: 84 months with the option to extend for 1x24 month and 1x12 month periods. The expected spend under the contract/s for both CDHB & WCDHB: $19,850,000 Type of procurement process used: 2-stage RFP Rhys Evans, Senior Procurement Specialist",19850000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,21215350,Request for Proposals,Open Competition,RFP Mass Spectrometer (Q-TOF),18PROCRL007,20190702,20190808,20191202,,Sole Agency,No,"Reception, Supply Department, 211 Blenheim Road, Riccarton, Christchurch","What we need: Canterbury District Health Board through its Canterbury Health Laboratories is looking to purchase a state of the art liquid-chromatography-quadrupole-time-of-flight mass spectrometer (LC-QTOF) for use in the Toxicology laboratory and as a resource in the Specialist Cluster. The primary purpose will be to provide a routine drug screening and therapeutic drug monitoring service. As such the equipment will need to be robust across all modules of the equipment. In addition, novel compound identification and other specialist analyses will be targeted by this equipment. We will require excellent technical support and ongoing access to the Vendors Application Specialists for this analyser. Library and databases are an important component of this system and as such vendors will need to identify databases being supplied and also be proactive in the communicating of updates to said databases. Clear identification of ongoing costs related to these databases and also preventative maintenance must be part of the vendors response. Transparency is important to us with any ongoing vendor relationships. Whats important to us: We are looking at a solution for the ever expanding move into the area of LCMS and related technologies. We have embraced the use of MS techniques across a range of biochemical analyses and only see this increasing over time. We are looking at options and opportunities to provide robust analyses across all of our referral sources. A bit about us: Canterbury Health Laboratories is one of the leading Pathology laboratories in New Zealand. The Specialist Cluster of Canterbury Health Laboratories provides specialised analyses across a wide range of clients with a strong focus on customer service and analytical excellence. This service has shown itself to be innovative in its acceptance of new technologies and is continuing to look at advances in technology that provide new opportunities to improve the services we provide. Please note that our estimated annual volume of tests volume testing will be provided, together with the price file upon request and completion of a Non-disclosure Agreement (NDA). The deadline for requesting an NDA is 8th July and they must be returned by 25th July in order to access Appendix 3 (price schedule/test volumes)",Awarded,"18PROCRL007 Description of goods, services or works: Canterbury District Health Board through its Canterbury Health Laboratories has purchased a state-of-the-art liquid-chromatography-quadrupole-time-of-flight mass spectrometer (LC-QTOF) for use in the Toxicology laboratory and as a resource in the Specialist Cluster. Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: AB Sciex Australia Pty Ltd PO BOX 514, Mount Waverley 3170, Australia Date of contract award: 28/11/2019 Term of contract: 5 years with the option to extend for 2 years The expected spend under the contract/s: $468,416 including purchase of equipment and servicing and licence costs for the life of the contract. Type of procurement process used: Open RFP Rhys Evans, Procurement Specialist - Laboratories",0,20250410 Canterbury District Health Board,21227841,Request for Proposals,Closed Competition,Endoscope Reprocessing Solution,19PROCDP017,20190704,20190801,20191029,,Sole Agency,No,,"We, the Canterbury District Health Board (CDHB), intend to appoint one supplier to deliver two Automated Endoscope Reprocessing solutions; One at Christchurch Hospital and one at Ashburton Hospital (each one being a Solution). This will include submitting a concept design showing your proposed layout of the available spaces and how your equipment will fit into these; supplying, delivering, installing and commissioning your equipment; providing training and maintenance for your equipment. We will separately source the construction works required for the Solutions. Installation of both Solutions will need to occur late December 2019 with the possibility to extend into January 2020. This timeframe is required due to the availability of another reprocessing facility so endoscopy procedures can continue whilst the existing facilities are decommissioned. Please note, the exact timing of installation of your equipment will depend on the time required to carry out any building works in advance of installation commencing. The Christchurch Solution is envisioned to be composed of between five and twelve reprocessing units (pass-through design), drying cabinets and traceability software. The Ashburton Solution is envisioned to be similar to the Christchurch Solution except in its scale; it will have two reprocessing units (pass-thru design) and two drying cabinets.",Awarded,Contract awarded to Getinge Australia Pty Lrd.,0,20250410 Canterbury District Health Board,21381267,Request for Proposals,Open Competition,NZ Mental Health and Addictions KPI Programme,MHAKPI001,20190807,20190913,20200310,,Sole Agency,No,,"The New Zealand Mental Health and Addictions KPI Programme (the KPI programme) is a provider-led initiative designed to bring about quality and performance improvement across the mental health sector. The work is driven by a vision in which the mental health sector brings demonstrable improvement to service user outcomes through ready access to and use of comparative service performance information. This promotes the sharing of information, ideas and learning to drive service improvement and is supported by provider governance, national coordination and the formation of peer groupings based on issues of mutual interest and benefit. We are looking for a qualified provider who can provide the total programme requirements and be responsible for the day-to-day oversight of the KPI Programme and its delivery. The KPI Programme is governed by the Mental Health and Addictions KPI Programme Sponsor group (the Sponsors). The contracting party entering into the Proposed Contract with the Successful Respondent will be the Ministry of Health.",Awarded,,0,20250410 Canterbury District Health Board,21486500,Request for Proposals,Open Competition,Linear Accelerators (LINACs) and associated equipment,19PROCDP024,20190826,20190930,20201109,,Sole Agency,No,,"We seek to purchase two, and potentially a third, LINAC Package (which includes LINAC, six degrees of freedom patient couch, respiratory gating package, stereotactic body immobilisation equipment) for our Oncology department at Christchurch Hospital. Two of these are intended to be purchased imminently, and the third is anticipated to be before the end of 2024. We also seek to purchase a range of other equipment; In-vivo dosimetry, Patient QA software, LINAC QA software, 1D water tank & 3D water tank, Stereotactic dosimetry array. We may purchase these from the same supplier as the LINAC Packages, or from other supplier(s). This RFP is open to any supplier that can supply one or more of the required items of equipment; however, to respond in relation to supplying the LINACs, the supplier must be able to supply all items that make up the LINAC Package.",Awarded,Awarded RFx ID 21261881,0,20250410 Canterbury District Health Board,21659078,Request for Proposals,Open Competition,Assisted Reproductive Technology Services,PF1903,20190924,20191023,20201006,,Sole Agency,No,,"Canterbury DHB, the lead DHB on behalf of Nelson Marlborough, West Coast, South Canterbury and Southern DHBs, is seeking proposals from Respondents who have the capability and capacity to provide tertiary level Assisted Reproductive Technology (ART) services for eligible people in the South Island. The ART services will meet the requirements of the Ministry of Health national service specification for ART services and the NZ Standard 8181:2007 Fertility Services.",Awarded,,13997000,20250410 Canterbury District Health Board,21730352,Request for Proposals,Open Competition,Asbestos Consultant Panel - Assessors,19PROCEE012,20191007,20191031,20200331,,Syndicated Opportunity,No,,"Canterbury District Health Board (CDHB) has recently decided to review the asbestos risk status of all CDHB and West Coast District Health Board (WCDHB) sites. It has identified a need to have access to a panel of approved suppliers for asbestos assessment, as a result of sampling and survey works, demolition, construction and emergency works to comply with current regulations. There are numerous projects which will need to be conducted and conservative estimates from within DHB have put the value of all the contract opportunities to be completed over the term of the Panel at $2 Million. There are also a number of projects/assignments that will need to run simultaneously, so it is likely that multiple Panellists may be awarded contract opportunities in the short term once the Panel has been established. By establishing a Panel the DHBs are seeking to streamline supplier selection for each project. We will be selecting suppliers for accession onto the Panel based on a number of criteria important to us.",Awarded,"CONTRACT AWARDED. 19PROCEE012 Asbestos Consultant Panel- Assessors Successful Suppliers: 4Sight Consulting Limited, Accurate Consulting Limited, Precise Limited, Progressive Risk Management and WSP NZ Limited. Date of Conditional Award: 4th February 2020. Contract: Commencement Date- 1st May 2020. Initial Term- 3 years. Renewal Terms- 2 + 2 years. Indicative Contract Value- 5m (total allowable contract term). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",0,20250410 Canterbury District Health Board,21741728,Request for Proposals,Open Competition,Community Care Technology Platform (Primary Care & Outpatients Ambulatory System),19PROCAT023,20191008,20191107,20210225,,Cluster,No,,"West Coast District Health Board (WCDHB) requires a Community Care Technology Platform (a Primary Care system which includes the capture and management of Tertiary Care Ambulatory Out Patients patient data too). The system must also include staff scheduling. It must support Home-Based Support workers as part of the patients circle of care; and include application of staff travel policies for home based care (Ministry of Health). We need a system that is digitised, standardised, measurable and continuously improved. It must be an off-the-shelf system with minimal work to implement and integrate. It can be made up of several systems but has to look like one system.",Awarded,"Date of award: 18 February 2021 Term: 5 years Expected spend: $1.1M",0,20250410 Canterbury District Health Board,21744625,Request for Proposals,Open Competition,Supply of Construction Project Advisory Services,19PROCMC006,20191009,20191105,20200203,,Sole Agency,No,,"The long-term focus of the Christchurch Hospital Precinct Master Plan proposes staged infrastructure development that will provide an increase in surgical and inpatient capacity within the campus. Existing buildings at Christchurch Hospital are ageing; ranging from 10-50 years old. Planning to update facilities and accommodate future growth in the Christchurch Hospital site began in 2008 but was interrupted by earthquakes in 2010 and 2011. The earthquakes damaged several of the existing buildings, reducing structural integrity and restricting suitability to accommodate inpatient services. Remediation works have been undertaken to ensure operations can be maintained in a safe environment, however the CDHB has further rectification works to undertake within prescribed timeframes to ensure compliance with statutory requirements. Canterbury DHB is seeking to appoint a suitable consultant to assist with managing the monitoring of master planning (including enabling works required as part of master planning) and construction projects, including provision of strategic direction.",Awarded,"CONTRACT AWARDED. 19PROCMC006: Supply of Construction Project Advisory Services Successful Supplier(s): Proj-X Solutions Limited Date of Contract Award: Commencement Date 9 January 2020; open term (financially capped). Estimated Spend Under the Contract: $500,000 - $1,000,000 Type of Procurement Process Used: Open Request for Proposal. Matthew Cogle, Procurement Specialist, Canterbury District Health Board",0,20250410 Canterbury District Health Board,21791724,Award Notice,Open Competition,Purchase of Sebia MiniCap Flex Piercing CDT Analyser,20PROCRE006,20191016,20191016,20191016,,Sole Agency,No,,"20PROCRE006 Description of goods, services or works: Purchase of Sebia MiniCap Flex Piercing CDT Analyser, consumables and maintenance Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: ESL Biosciences (New Zealand) Ltd PO Box 11706, Ellerslie Auckland 1542 Date of contract award: 1st October 2019 Term of contract: 5 years with the option to extend for a further 2 years The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $204,413.00 Type of procurement process used: Exemption Only one supplier for technical reasons If an exemption from open advertising was claimed, the circumstances that justify the exemption: An exemption is required for technical reasons. We have validated the instrument for equivalence and, for comparison purposes, results will be equivalent to those obtained from the current instrument. This will allow us to continue to build on valuable base-line data collected from patients and clients over a number of years. Rhys Evans, Procurement Specialist",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,21797743,Award Notice,Open Competition,Laboratory Information System Upgrade Support,20PROCRE007,20191017,20191017,20191017,,Sole Agency,No,,"Support is required to undertake the upgrade of the current version (v9) of the Laboratory Information System to v10. For technical reasons, this support can only be provided by the original supplier of the system.",Awarded,,240000,20250410 Canterbury District Health Board,21882267,Request for Proposals,Open Competition,WellNow Canterbury Magazine Printing and Distribution,19PROCRE003,20191104,20191209,20200921,,Sole Agency,No,"Reception, Supply Department, Canterbury District Health Board, 211 Blenheim Road, Riccarton, Christchurch","2.1 Background This procurement relates to the printing and delivery of the Canterbury DHB WellNow Canterbury Magazine which is produced and distributed twice per year. Previously the print and distribution has been provided by one single company that was able to provide both printing and delivery services. Going forward we would prefer to operate on the same basis, but we are willing to consider separating these services if it is advantageous for us. 2.2 What we require: the solution We are seeking a company that can take the finalised magazine design, print and deliver it to locations that Canterbury DHB looks after, which covers an area of the East Coast of the South Island from the Kaikoura District in the north, to Ashburton District in the south, as well as the Chatham Islands. We are also looking for innovative solutions to the problem of delivering the winter editions in a waterproof format. The current method uses flow-wrap, but we would be looking for an alternative solution that is more environmentally sustainable. 2.3 What we require: capability We are seeking suppliers that are able to demonstrate the ability to consistently print magazines to the required quality and then distribute them across a wide geographical area. We are happy to accept proposals from companies that will be intending to use a distribution partner for delivery.",Awarded,"19PROCRE003 Description of goods, services or works: Printing and Distribution of CDHB WellNow Magazine Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Ovato NZ Limited 122 Kerrs Road, Wiri, Auckland 2104; or PO Box 76-255, Manukau City Auckland 2241 Date of contract award: 1 March 2020 Term of contract: 36 months with 2x 24 month rights of renewal The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $279,000 Type of procurement process used: Open RFP Rhys Evans, Senior Procurement Specialist",0,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,21908195,Request for Proposals,Open Competition,Paediatric Audiology Child Hearing Aid Service,PF1907,20191107,20191217,20200310,,Sole Agency,No,,"Canterbury DHB is seeking proposals from Respondents who have the capacity and capability to provide paediatric hearing aid assessment and habilitation services for service users referred from the Canterbury and West Coast DHB areas. We are seeking a provider that has the capability and infrastructure to provide a cost effective paediatric hearing aid fitting and habilitation service that follows best practice and meets the quality standards required by the Universal Newborn Hearing Screening and Early Intervention Programme (UNHSEIP) and New Zealand Audiological Society (NZAS).",Awarded,,0,20250410 Canterbury District Health Board,22121132,Award Notice,Open Competition,Alissa Interpret Software,20PROCRE008,20191206,20191206,20191219,,Sole Agency,No,,"20PROCRE008 Description of goods, services or works: Alissa Interpret Software Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Agilent Technologies Australia Pty Ltd 347 Burwood Highway Forest Hill VIC 3131 Australia Date of contract award: 6/12/2019 Term of contract: 36 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $97,303.00 Type of procurement process used: Direct Award - Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons; This is the only software which meets our current and expected future needs. Rhys Evans, Procurement Specialist",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,22167233,Award Notice,Open Competition,Peloris Tissue Processor,20PROCRE012,20191216,20191216,20200207,,Sole Agency,No,,"For technical reasons, we need to ensure that the fleet of tissue processors in use in Anatomical Pathology are consistent. We currently operate 2 Leica Peloris tissue processors and require a third due to increased workload and to avoid stoppages due to equipment down-time. To ensure that results are consistent, it is vital that the new tissue processor is of the same type as the rest of the fleet.",Awarded,"20PROCRE012 Description of goods, services or works: Supply of Peloris Tissue Processor Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Leica Biosystems Melbourne Pty Ltd Unit 3 33 Spartan Road Takanini Auckland 2105 New Zealand Date of contract award: 10/02/2020 Term of contract: 12 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $150,000 Type of procurement process used: Direct Award - Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons, we need to ensure that the fleet of tissue processors in use in Anatomical Pathology are consistent. We currently operate 2 tissue processors and require a third due to increased workload and to avoid stoppages due to equipment down-time. To ensure that results are consistent, it is vital that the new tissue processor is of the same type as the rest of the fleet (i.e. Leica Peloris). Rhys Evans, Procurement Specialist",0,20250410 Canterbury District Health Board,22167288,Award Notice,Open Competition,ddPCR Equipment,20PROCRE011,20200113,20200113,20200406,,Sole Agency,No,,"For technical reasons, there are no alternative products available as only Bio-Rad offer equipment to undertake ddPCR testing. This equipment will replace an existing Bio-Rad system that has reached the end of its useful life and is no longer supported by the supplier.",Awarded,"20PROCRE011 Description of goods, services or works: Droplet digital PCR (ddPCR) system along with related servicing/maintenance and consumables Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Bio-Rad Laboratories Pty Ltd 189 Bush Road Albany Auckland 0752 New Zealand Date of contract award: 1st March 2020 Term of contract: 60 months The expected spend under the contract/s: $137,000 Type of procurement process used: Exemption Direct Negotiation If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons, there are no alternative products available as only Bio-Rad offer equipment to undertake ddPCR testing. This equipment will replace an existing Bio-Rad system that has reached the end of its useful life and is no longer supported by the supplier. Rhys Evans, Procurement Specialist",120000,20250410 Canterbury District Health Board,22236117,Request for Proposals,Open Competition,Digital Faxing,19PROCAT053,20200130,20200228,20210125,,Cluster,No,,"Canterbury District Health Board needs the ability to send and receive digital faxes and eliminate the need for analog fax lines. We want to know what solution you recommend for the District Health Board moving forwards. The evaluation process may involve some supplier workshops/guidance meetings.",Awarded,"Date of Award: 15 January 2021 Initial Term: 12 months Expected spend: between $100K and $430K pa",0,20250410 Canterbury District Health Board,22299323,Request for Proposals,Open Competition,End Point Protection Solution,19PROCAT020,20200213,20200317,20201014,,Cluster,No,,"The South Island District Health Boards (DHBs) are looking for an End Point Protection solution that protects the organisations information systems including the internet gateway, servers and desktops, laptops, smartphones and tablet computers. In addition to the applicable software, any proposed solution needs to include the maintenance, technical support and training necessary to allow each DHB to fully utilise the solution.",Awarded,"Date of award: 23 September 2020 Expected spend: $3,100,000.00",0,20250410 Canterbury District Health Board,22497701,Request for Proposals,Open Competition,Canterbury Linen Services Wood Chip Boiler Fuel Supply,20PROCAS001,20200327,20200507,20200908,,Sole Agency,No,,"This procurement relates to the delivery of a cost effective and reliable fuel supply for Canterbury Linen Services Limited (CLS). CLS has engaged Lyttleton Engineering Ltd to supply and install a new 4MW woodchip boiler, including Top Loader fuel delivery system within a covered building. This is expected to be commissioned in July/ August 2020. CLS load is production based so demand will be reasonably constant throughout the year. CLS is wholly owned by CDHB. We require a secure wood chip fuel supply delivered preferably from a depot in Christchurch or reasonably close to it. Security of supply is critical to us, especially in times of disaster, so we can continue to provide health and hospitality services. We need wood or wood products from legally sourced timber that can be verified by recognised third-party certification. We would prefer wood or wood products from sustainably-managed sources. a. This RFP relates to the purchase of woodchip fuel suitable for a new woodchip boiler at Canterbury Linen Services. The key outcomes that we want to achieve are security of supply and value for money. b. CLS may at their sole discretion may choose to accept more than one supplier for our Biomass and Wood Fuel need.",Awarded,"CONTRACT AWARDED. 20PROCAS001 Supply of Woodchip Boiler Fuel Successful Supplier: Azwood Limited. Date of Conditional Award: 24th July 2020. Contract: Commencement Date- 1 October 2020. Initial Term- 3 years. Renewal Terms- 2+2 years. Indicative Contract Value- 500k to 1m (initial contract term). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",0,20250410 Canterbury District Health Board,22537691,Award Notice,Open Competition,Rental of GeneXpert Analysers and purchase of associated testing kits,20PROCRE017,20200323,20200323,20200414,,Sole Agency,No,,"20PROCRE017 Description of goods, services or works: Rental of GeneXpert Analysers and purchase of associated testing kits Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Cepheid Holdings Pty Ltd 23-27 Chaplin Dr Lane Cove West NSW 2066 AUSTRALIA Date of contract award: 23/03/2020 Term of contract: 3 years with the options to extend for a further 4 years in 2 year increments The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $1,200,000 Type of procurement process used: Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: This is emergency procurement. This equipment is required by CHL to assist with laboratory testing as a result of the Covid 19 Pandemic. Rhys Evans Procurement Specialist",Awarded,"20PROCRE017 Description of goods, services or works: Rental of GeneXpert Analysers and purchase of associated testing kits Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Cepheid Holdings Pty Ltd 23-27 Chaplin Dr Lane Cove West NSW 2066 AUSTRALIA Date of contract award: 23/03/2020 Term of contract: 3 years with the options to extend for a further 4 years in 2 year increments The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $1,200,000 Type of procurement process used: Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: This is emergency procurement. This equipment is required by CHL to assist with laboratory testing as a result of the Covid 19 Pandemic. Rhys Evans Procurement Specialist",1200000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,22623974,Request for Proposals,Open Competition,Hillmorton SMHS Independent Commissioning Agent,KF01,20200507,20200603,20200615,,Sole Agency,No,,"CDHB invite suitably qualified and experienced parties to submit Proposals to provide Independent Commissioning Agent (ICA) consultant services for the Specialist Mental Health Services project at Hillmorton Hospital Christchurch. The project is currently in the detailed design phase. The ICA appointment is intended to be from award to the end of 12 months of occupation c: Nov 2023. The project consists of 2 new non-forensic inpatient facilities, new centralised plant building and associated site infrastructure and external works. The construction estimate is c: 56-58m NZD. The project is registered for NZGBC Greenstar 4 DAB certification.",Awarded,,0,20250410 Canterbury District Health Board,22786542,Award Notice,Open Competition,Automated Pipette Robot,20PROCRE021,20200603,20200603,20200608,,Sole Agency,No,,,Awarded,"20PROCRE021 Description of goods, services or works: Automated pipetting robot to aid in COVID-19 sample preparation Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Bio-Strategy Limited PO Box 303385 North Harbour Auckland 0751 Date of contract award: 04/06/2020 Term of contract: 12 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $350,000 Type of procurement process used: Direct Negotiation - Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: Exemption from open advertising under Rule 15.9 (Emergency procurement). This equipment was required to process COVID-19 samples and so there was insufficient time to undertake an open RFP. Rhys Evans Procurement Specialist",350000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,22788570,Request for Proposals,Open Competition,"Supply, Installation and Commissioning of Lift Upgrades for Canterbury Health Laboratories",20PROCAS003,20200608,20200709,20201109,,Sole Agency,No,,"The two existing lifts which operate over four floors in the Canterbury Health Laboratories (CHL) B Block building are 30 years old and require an upgrade to extend their lives by another 20 years. The lift generators are starting to fail and as few new parts are available, most repairs utilise second hand parts and rewound motors. The existing lift generators and motors in the plantroom have very different alternating current (AC) to direct current (DC) generators. The DC motors have exposed moving parts which generate a lot of noise and heat. There are only two lifts in this area and an unplanned shutdown could keep the lifts out for longer than a planned refurbishment, for example, an unplanned generator change in Parkside required the lifts to be out of service for three months.",Awarded,"CONTRACT AWARDED. 20PROCAS003 Supply, Installation and Commissioning of Lift Upgrades for Canterbury Health Laboratories (CHL) Successful Supplier: Otis Elevator Company. Term of Contract: Commencement Date 1 November 2020. Contract term is for the duration of the Labs Lift Upgrade Project. Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",0,20250410 Canterbury District Health Board,22844273,Award Notice,Open Competition,Patient Pool Referrals Management Software,20PROCAT004,20200618,20200618,20200618,,Sole Agency,No,,,Not Awarded,See attached Contract Award Notice,0,20250410 Canterbury District Health Board,22865110,Request for Proposals,Open Competition,RFP Server Hardware Solution,20PROCAT020,20200623,20200720,20201126,,Sole Agency,No,,Canterbury District Health Board is looking to implement a new on-premise VMware vSphere platform to replace our current end of life solution. CDHB would like a solution that includes hardware and uses VMware vSphere technologies. We have vSphere licensing already but need some assistance to work out exactly what is needed for the proposed solution.,Awarded,"RFP Server Hardware Solution awarded to: Datacom Systems Limited. Date of award: 5 November 2020. Term: 3 years Expected spend: $830,000",0,20250410 Canterbury District Health Board,22874647,Award Notice,Open Competition,CO2 Laser,19PROCPC002,20200303,20200303,20200703,,Sole Agency,No,,"19PROCPC002 Description of goods, services or works: Handheld CO2 laser with micromanipulator Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Lumenis (ANZ) Pty Ltd Tower A, The Zenith 821 Pacific Highway Chatswood NSW 2067 Australia Date of contract award: 3/3/2020 Notice of award has been delayed due to COVID-19 supply pressures and priorities. Term of contract: 12 months (plus 1 RoR of 24 months) The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $161,875.00 Type of procurement process used: Direct Award - Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons; This is the only CO2 laser that had combined fibre and free beam delivery with use of both at the same time. Paula Crosswell, Procurement Specialist",Not Awarded,Lumenis (ANZ) Pty Ltd,0,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,22874877,Award Notice,Open Competition,Service & Maintenance for Monaco Radiation TPS system,20PROCPC008,20200402,20200402,20200625,,Sole Agency,No,,"20PROCPC008 Description of goods, services or works: Servicing, Maintenance & Support for existing Radiation Treatment Planning System Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Elekta Pty Ltd Suite 10.02 Level 10, 146 Arthur Street North Sydney NSW 2020 Australia Date of contract award: 2/4/2020 Notice of award has been delayed due to COVID-19 supply pressures and priorities. Term of contract: 60 months The expected spend under the contract: $1,459,539.50 Type of procurement process used: Direct Award - Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons; Our existing Monaco Treatment Planning System is an Elekta product and must only be serviced by Elekta. Paula Crosswell, Procurement Specialist",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,22904005,Request for Proposals,Open Competition,Hillmorton SMHS Northern Carpark Contractor,KF05,20200701,20200728,20210126,,Sole Agency,No,,"The Canterbury District Health Board seek proposals from suitably experienced Civil Contractors for the construction of a new carpark and stormwater swale on the Hillmorton Hospital Campus in Christchurch. The works include the demolition of existing kerbs, removal of vegetation and excavation of soil and contaminated land. The construction of a new carpark to the northern boundary, and associated surface water drainage and retention basin (total area circa:3,750 m2), landscaping, footpaths, road marking and lighting & security services. This RFP is a single step procurement process.",Awarded,,0,20250410 Canterbury District Health Board,22993866,Request for Proposals,Closed Competition,RFP Turnkey Workstations on Wheels for Hospitals,18PROCAT034,20200723,20200917,20210503,,Syndicated Opportunity,No,,"Canterbury District Health Board (CDHB) have a need for mobile carts carrying relevant technology that will be used in Hospitals. Each cart will be kitted out with continuous portable power, and be configurable with pre-assembled IT hardware for its purpose (Workstation on Wheels). Each cart will be delivered to us pre-built and ready to charge and go. This will be a call-off contract with no volume commitment.",Awarded,"Ad hoc spend on call off contract only. Awarded 30 April 2021.",0,20250410 Canterbury District Health Board,22995045,Award Notice,Closed Competition,MRI 1.5T for Hagley Hospital,19PROCPC001,20200720,20200720,20200720,,Sole Agency,No,,"14.9.c - Only one supplier for technical reasons. Exemption was approved for Technical Reasons: The MRI room at the new Hagley Hospital was designed, constructed and fitted out for an existing Siemens MRI that was going to be transferred from Riverside (part of the hospital campus). However, in March 2020, approval of a revised business case was confirmed to purchase a new MRI for Hagley to meet patient volumes, removing the need to transfer the existing MRI. Following input from experts, covering off necessary involvement from Project Consultants such as Architects, Engineers (seismic, electrical, mechanical), Builders and MoH, it was confirmed that the room had been completed, ready for installation of a Siemens MRI some time ago, and that no other suppliers MRI could be installed without extensive rework and modification to the room (interior and exterior), as well as potential unknown issues, notable delays and significant cost to CDHB.",Awarded,"Project Reference: 19PROCPC001 Description of goods, services or works: MRI 1.5T and associated equipment including CRAC unit plus servicing and maintenance Agency: Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Siemens Healthcare Limited SHS AP AUS NZL Building A, Level 2, 600 Great South Road Ellerslie Auckland 1642 New Zealand Contract award date: 20/07/2020 Term of contract: 48 months The expected spend under this contract: $1,602,700.00 Type of procurement process used: Direct Source Exemption Overview: Exemption was approved for Technical Reasons: The MRI room at the new Hagley Hospital was designed, constructed and fitted out for an existing Siemens MRI that was going to be transferred from Riverside (part of the hospital campus). However, in March 2020, approval of a revised business case was confirmed to purchase a new MRI for Hagley to meet patient volumes, removing the need to transfer the existing MRI. Following input from experts, covering off necessary involvement from Project Consultants such as Architects, Engineers (seismic, electrical, mechanical), Builders and MoH, it was confirmed that the room had been completed, ready for installation of a Siemens MRI some time ago, and that no other suppliers MRI could be installed without extensive rework and modification to the room (interior and exterior), as well as potential unknown issues, notable delays and significant cost to CDHB. Paula Crosswell Procurement Specialist (Medical Devices)",1602700,20250410 Canterbury District Health Board,23016633,Request for Proposals,Open Competition,Chatham Islands Hospital Switchboards Replacement Cabling,20PROCAS004,20200724,20200824,20210114,,Sole Agency,No,,"The CDHB has initiated a project to upgrade the electrical wiring and switchboards at Chatham Islands Hospital, being the main switchboard (MSB) in the generator shed, and switchboards in the Hospital, Accommodation wing and Doctors Residence. Three phase power is brought onto site via overhead cables to the generator shed where three single phase meters are located. The power is split into three, morgue, fire sprinkler pump and doctors residence. The doctors residence submain supplies power to the main hospital and to the nurses accommodation. This arrangement isnt recommended due to the supply being reliant on the doctors residence, and any problems at the distribution board of the doctors residence would directly affect all the hospitals power supplies. The new arrangement is for cabling from the MSB to be split into five, main hospital, accommodation wing, doctors residence, morgue and fire sprinkler pump.",Awarded,"CONTRACT AWARDED. 20PROCAS004 Supply, Chatham Islands Hospital Switchboards Replacement Cabling Successful Supplier: Electraserve Limited Term of Contract: Commencement Date 1 December 2020. Contract term is for the duration of the Project (circa six months). Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",0,20250410 Canterbury District Health Board,23097804,Request for Quotations,Closed Competition,RFQ - CommVault and associated services,20PROCAT021,20200811,20200907,20201126,,Cluster,No,,CDHB needs an upgrade to our existing on-premise CommVault solution using a Commvault all-in-one turnkey appliance and all associated services from upgrade implementation through to staff training.,Awarded,"RFQ CommVault solution awarded to Datacom Systems Limited on 23 November 2020. Contract term: 5 years Expected spend: $400,000 Closed RFQ to CommVault Premier Partners.",0,20250410 Canterbury District Health Board,23224090,Award Notice,Open Competition,"Fully independent, portable diagnostic ultrasound for liver fibrosis and steatosis",,20200903,20200903,20200903,,Sole Agency,No,,"Project Reference: 20PROCPC002 Description of goods, services or works: Specialised portable ultrasound machine for measuring fibrosis and steatosis in liver. Agency: Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Medical Technologies Australia Pty Ltd PO Box 95 Belrose NSW 2085 Australia Contract award date: 28/08/2020 Term of contract: 60 months The expected spend under the contract: $180,000 Type of procurement process used: Direct Source Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For Technical Reasons there is only 1 supplier. The Echosens FibroScan distributed by Medical Technologies, is the only independent, fully portable specialist diagnostic ultrasound for quantitative detection and assessment of liver fibrosis and steatosis using Transient Elastography (TE), that has localised systems servicing, support and training available in Australasia. Paula Crosswell Procurement Specialist (Medical Devices)",Awarded,"Project Reference: 20PROCPC002 Description of goods, services or works: Specialised portable ultrasound machine for measuring fibrosis and steatosis in liver. Agency: Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Medical Technologies Australia Pty Ltd PO Box 95 Belrose NSW 2085 Australia Contract award date: 28/08/2020 Term of contract: 60 months The expected spend under the contract: $180,000 Type of procurement process used: Direct Source Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For Technical Reasons there is only 1 supplier. The Echosens FibroScan distributed by Medical Technologies, is the only independent, fully portable specialist diagnostic ultrasound for quantitative detection and assessment of liver fibrosis and steatosis using Transient Elastography (TE), that has localised systems servicing, support and training available in Australasia. Paula Crosswell Procurement Specialist (Medical Devices)",0,20250410 Canterbury District Health Board,23239934,Request for Proposals,Open Competition,Hillmorton SMHS Ground Source Heat Pump Bores,KF06,20200907,20200930,20210126,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) invite proposals from experienced bore drilling Contractors to provide a proposal for the supply of materials, plant and labour associated with the sinking of reinjection and abstraction bores as described in the attached RFP documents. This RFP for the bore field is a part of a Ground Source Heat Pump (GSHP) energy solution for new buildings to be constructed at the Hillmorton Hospital Campus in Christchurch for the Specialist Mental Health Services Project. The works are staged. The works also include stepped & constant rate testing as well as water quality testing to prove the bores in support of an application for an operational resource consent. This RFP is an openly advertised single step procurement process.",Awarded,,0,20250410 Canterbury District Health Board,23366360,Award Notice,Open Competition,Supply of Peloris Tissue Processor,21PROCLAB010,20200929,20200929,20200929,,Sole Agency,No,,,Awarded,"21PROCLAB010 Description of goods, services or works: Supply of Peloris Tissue Processor Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Leica Biosystems Melbourne Pty Ltd Unit 3 33 Spartan Road Takanini Auckland 2105 New Zealand Date of contract award: 01/09/2020 Term of contract: 12 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $150,000 Type of procurement process used: Direct Award - Exemption If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons, we need to ensure that the fleet of tissue processors in use in Anatomical Pathology are consistent. We currently operate 3 tissue processors, but there is now a need to replace one of these due to the age of the equipment and to avoid stoppages due to equipment down-time. To ensure that results are consistent, it is vital that the new tissue processor is of the same type as the rest of the fleet (i.e. Leica Peloris). Rhys Evans, Procurement Specialist",150000,20250410 Canterbury District Health Board,23393812,Request for Proposals,Open Competition,Protein Electrophoresis and Immunofixation Testing Equipment,20PROCRE027,20201005,20201029,20210415,,Sole Agency,No,,"Canterbury Health Laboratories is looking to purchase a semi-automated gel electrophoresis system, complete with data handling software and sample traceability from pipetting through to result entry. The primary purpose will be to provide routine serum and urine protein electrophoresis, including the ability to quantitate any paraproteins observed and immunofixation of these paraproteins for the CDHB and referred samples. As such it is essential that the equipment will have a degree of flexibility to allow us to deal with the expectations of clinicians in a hospital setting. We will require excellent technical support in a timely manner to allow us to meet our clinicians needs. Critical to monitoring our Myeloma patients is a database capable of storing patient history, including immunofixation results and easy retrieval and review of patient history. The ability to import supporting test data into the software system would be advantageous.",Awarded,"20PROCRE027 - Protein Electrophoresis and Immunofixation Testing Equipment Description of goods, services or works: Canterbury District Health Board have purchased a semi-automatic gel electrophoresis system, complete with data handling software and sample traceability from pipetting through to result entry. The primary purpose will be to provide routine serum and urine protein electrophoresis, including the ability to quantitate any paraproteins observed and immunofixation of these paraproteins for the CDHB and referred samples Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Helena Laboratories (Australia) Pty Ltd Unit 3, 37-39 Ricketts Road Mount Waverly VIC 3149 Australia Date of contract award: 1 April 2021 Term of contract: 60 months with the option to extend for a further 24 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $275,000 Type of procurement process used: Open RFP Rhys Evans, Senior Procurement Specialist",275000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,23651530,Request for Proposals,Open Competition,Hillmorton Hospital Food Services Cook Chill Equipment Replacement,21PROCMAINT006,20201119,20201217,20210419,,Sole Agency,No,,"The CDHB has initiated a project to replace existing Cook and Chill Equipment in the Food Services department of Hillmorton Hospital. The existing equipment has now reached the end of its operational life and frequent repairs are required, with spare parts becoming increasingly costly. Earthquake damage to the Hillmorton Kitchen building has resulted in equipment being unbalanced which has further contributed to the frequency and cost of repairs. The key outcome is to replace the current Cook and Chill Equipment with new equipment that can deal with current production volumes, while also having the capacity to deal with increased volumes in the future. Earthquake repairs are due to be commence in late 2020 so it is timely to replace the cook chill equipment at the same time. We are seeking to replace the following equipment: Regethermic Steam Cook Tank Tumble Chiller; Regethermic Air Cooled Glycol Ice Water Chiller with Dual Pumps & insulated 500L S/S surge tank; Metos Proveno Combi Pro Kettle 300L (direct steam version); Regethermic Pump Fill station; and Upgrade Foster Blast Chiller Model MBCF 400W controller. The successful supplier shall deliver, install and commission suitable replacements for the above-named equipment in the first instance (The Project), and provide the same level of service for BAU replacement equipment (if required). The successful supplier shall be supported by New Zealand based technicians or (preferably) Christchurch based technicians.",Not Awarded,This tender was rolled back due to changes in practice the specification requires updating and a new specification will be release.,0,20250410 Canterbury District Health Board,23714278,Request for Proposals,Closed Competition,CDHB Selwyn Health Hub - Fitout Contractor,KF14,20201201,20210119,20210520,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) is seeking an appropriately experienced construction contractor to fitout the leased area of a newly constructed building in Rolleston that will house a number of CDHB services. These include a primary birthing unit, community dental, mental health, older persons health and public health nurse services. The leased area of approximately 1,200m2, expected to be available in late January 2021, is the bulk of the first floor and a small area on the ground floor of the building. The leased area will be a building shell as constructed and will not require any removal of services prior to fitout construction beginning.",Awarded,,0,20250410 Canterbury District Health Board,23800318,Request for Quotations,Open Competition,CDHB Selwyn Health Hub Generator,KF15,20201221,20210223,20211116,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) is seeking a standalone 150kVA diesel generator set as outlined in the attached specification document. The generator will be required to be delivered on or before the 1st of July 2021 (or other time as negotiated) to the Selwyn Health Hub project, Norman Kirk Drive, Rolleston, ensuring enough time for the generator system to be installed and commissioned before the facility is occupied by the CDHB. Occupation is currently set down for mid-August 2021. Please note that due to the Christmas period there is split timing for questions.",Awarded,,0,20250410 Canterbury District Health Board,23838024,Request for Proposals,Open Competition,Supply of Agency Nursing Staff Services,20PROCCORP101,20210114,20210218,20211001,,Sole Agency,No,,"This RFP relates to the purchase of Agency Nursing Staff Services. Canterbury District Health Board (CDHB) has an ongoing requirement for nursing services to supplement our own nursing pool. Those services are expected to be deployed predominantly at Christchurch Hospital, Christchurch Womens Hospital, Hillmorton Hospital and The Princess Margaret Hospital (Specialist Mental Health Services), and Burwood Hospital/Older Persons Health and Rehabilitation. We are seeking detailed proposals from Nursing Staff Agencies interested in supplying the services required. We are looking for the best value for money solution meeting the Requirements.",Awarded,"CONTRACT AWARDED. 20PROCCORP101 Supply of Agency Nursing Staff Services Successful Suppliers: New Zealand Nursing Agency, Christchurch Nursing Bureau, Medcall Health Personnel Limited, Nova Healthcare Ltd. Date of Conditional Award: 2nd July 2021. Contract: Commencement Date- 1st October 2021. Initial Term- 2 years. Renewal Terms- 2 + 2 + 1 year. Indicative Contract Value- 2.5 million per annum. Type of Procurement Process Used: Open Request for Proposal. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",0,20250410 Canterbury District Health Board,23858407,Request for Proposals,Open Competition,ECG Fleet Replacement,19PROCDP022,20210118,20210219,20210930,,Sole Agency,No,,"As part of CDHBs ECG fleet replacement program we seek to appoint a supplier who can provide, install and support, in conjunction with Cardiology and our Clinical Engineering team, ECG machines across multiple sites. We are looking for best value-for-money over whole-of-contract-life and we intend to achieve this with the right combination of equipment, quality, supplier capability and price to suit our requirements.",Awarded,"Ref: 19PROCDP022 Purchase of ECG machine fleet replacement Canterbury District Health Board Procurement Department 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: GE Healthcare Limited Level 7 Vero Centre 48 Shortland Street PO Box 106911 Auckland 1143 Date of Contract Awarded: 30 September 2021 Term of Contract: Three year (36 months) Initial Term. Renewal term of 2x 24 months after the end of the Initial Term Estimated Spend Under the Contract: $350,000 New Zealand Dollars Type of Procurement Process Used: Open Request for Proposal Elizha Botha Procurement Department Canterbury District Health Board",350000,20250410 Canterbury District Health Board,23863257,Request for Proposals,Open Competition,CCTV maintenance and services,17PROCAT009,20210119,20210302,20210902,,Cluster,No,,"Canterbury District Health Board (DHB) is looking to procure a Closed Circuit Television (CCTV) system maintenance and services solution (across the CDHB) which will work with our existing equipment, and on the Milestone platform. We need a programme to maintain and service cameras, firmware and software. We want proposals of reactive maintenance services, and proactive servicing and upgrading. We are looking for best value for taxpayer money from a supplier who can supply all aspects of a CCTV maintenance solution such as training, new installations/leases, 24/7 reactive maintenance service, and integration with other systems such as access control. West Coast DHB will also require some of these services in the future.",Awarded,"17PROCAT009 Description of goods, services or works: CCTV system maintenance and services Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Evotek Technologies Limited 32 Magdala Place Christchurch 0841 Date of contract award: 1 July 2021 Term of contract: 3 years + 3 years + 1 year The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $184,500 Type of procurement process used: Open RFP Rhys Evans, Senior Procurement Specialist",0,20250410 Canterbury District Health Board,23904648,Request for Proposals,Closed Competition,Hillmorton Food Services - Structural Strengthening,KF16,20210127,20210310,20210729,,Sole Agency,No,,"Canterbury District Health Board invites you to submit a Proposal for the Structural Strengthening to the Canterbury District Health Boards Food Services Building on the Hillmorton Hospital Campus. The project brief will include: working in and around a live food processing facility structural strengthening to the building as designed by the Structural Engineer to achieve 67% IL2 seismic restraint of services. compliance-related fire and accessibility items. Further to the strengthening work there may be additional items to the contract which include: replace sun-damaged timber cladding painting of the metal roof new coating to flat roof membrane upgrade of electrical distribution boards upgrade of refrigeration/cooler units.",Awarded,,0,20250410 Canterbury District Health Board,23924624,Request for Proposals,Open Competition,CDHB Biomass Boiler Fuel Supply,21PROCMAINT002,20210202,20210305,20220121,,Sole Agency,No,,"Background: Canterbury District Health Board currently operate two biomass boilers, with a third expecting to become operational during 2021. These boilers are primarily used to provide heating and hot water to the hospital sites in Christchurch, along with some steam used for Sterile Services and Catering equipment. What we are buying and why: We require value for money, reliable and secure biomass fuel supply for the proposed Christchurch Hospital Campus boiler, preferably delivered from a depot in Christchurch or reasonably close to it. Security of supply is critical to us, especially in times of disaster, so that we can continue to provide health services. We are seeking suppliers that are able to demonstrate that they can supply a large portion of the approximately 315,000 GJs of wood waste biofuel and/or 20,000GJs of wood chip that we require per annum by mid-2021. We welcome solutions that make suitable use of resources that are normally considered to be waste products. Our preference is to use suppliers that can show that their wood and wood products are from sustainably-managed sources. Christchurch Campus fuel requirements; P100M50A2, ISO-17225-1:2014 (oversize up to 350mm). 1 delivery, 3-4 times a year of dry fuel with a moisture content of about 30% is required for start up.",Not Awarded,,0,20250410 Canterbury District Health Board,24117426,Request for Proposals,Open Competition,Ashburton Boiler Kitchen Enablement,21PROCMAINT018,20210322,20210430,20211109,,Sole Agency,No,,"The cooking equipment currently in use in Ashburton Hospital uses steam that is provided by an on-site boiler. It is anticipated that this boiler will be replaced within the next 12 months with a ground-source system that will not be able to generate steam. For this reason, we are looking to procure cooking equipment that uses electricity as opposed to steam. We are seeking to replace a variety of kettles and steam oven equipment with electrically heated, similar sizes equipment. These items need to be of stainless steel construction and any surface that would reasonably be expected to come into contact with food being manufactured from SS316 grade stainless steel. We need to replace the following steam items with equivalent sized electrical items.",Awarded,"21PROCMAINT018 Purchase and service of kitchen kettles and ovens Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Name: Burns and Ferrall Limited Address 1: 345 St Asaph Street Address 2: Christchurch Address 3: Date of contract award: 9th November 2021 Term of contract: 36 months from the commencement or acceptance date whichever is later The expected spend under the contract is estimated at $537,460.30 Type of procurement process used: Open RFP Sharyn Kilgour-Lloyd Procurement Specialist",537460,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,24195830,Request for Quotations,Closed Competition,Mobile C-Arms Burwood & Waipapa,21PROCMED064/065,20210413,20210429,20220503,,Sole Agency,No,,CDHB Radiology service has a fleet of C-Arms (Mobile Image Intensifiers) two of which requires replacement as it is now aged and past its recommended life-span. These replacements are essential for the continuation of services at Burwood Hospital and Waipapa Hospital.,Awarded,,376000,20250410 Canterbury District Health Board,24215192,Award Notice,Open Competition,Urine automated culture analyser,21PROCLAB012,20210419,20210419,20210419,,Sole Agency,No,,,Awarded,"21PROCLAB012 Description of goods, services or works: Automated Urinalysis Equipment and consumables Canterbury District Health Board Procurement 211 Blenheim Road, Riccarton, 8041 Private Bag 4710 Christchurch 8140 Successful Supplier: Ngaio Diagnostics 81 Halifax Street East Nelson 7010 New Zealand Date of contract award: 1 March 2021 Term of contract: 3+2+2 years The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $250,000 Type of procurement process used: Exemption Direct Negotiation If an exemption from open advertising was claimed, the circumstances that justify the exemption: For technical reasons, there is only one supplier able to provide this equipment within New Zealand. Ngaio Diagnostics are the only company able to provide both the equipment and support based in NZ. During the current border restrictions, it would not be possible to bring support staff from overseas to install new equipment and so only a supplier with NZ-based staff will be able to install and support equipment. Rhys Evans, Senior Procurement Specialist",250000,20250410 Canterbury District Health Board,24274428,Request for Proposals,Open Competition,Fluid Viscous Damper,21PROCMAINT015,20210506,20210602,20210913,,Sole Agency,No,36 Ormond Road,This RFP relates to the purchase and delivery of fluid viscous dampers (FVD) to Christchurch (NZ) Hospital Main site.,Awarded,"21PROCMAINT015 Purchase of fluid viscous dampers to be used for building strengthening. Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Taylor Devices Ltd 90 Taylor Drive North Tonawanda NY 14120 USA Date of contract award: 13 September 2021 Term of contract: 6 months from the commencement or acceptance date whichever is later The expected spend under the contract is estimated at $210,000 Type of procurement process used: Open RFP Sharyn Kilgour-Lloyd Procurement Specialist",0,20250410 Canterbury District Health Board,24297312,Request for Proposals,Open Competition,Clinical Supervision Training,21PROCSP005,20210513,20210609,20210804,,Sole Agency,No,,"This procurement relates to the delivery of Clinical Supervision Training for the Specialist Mental Health Services Training Unit within CDHB. It is intended that both WCDHB and SCDHB staff will also use this service, but that it will be administered by CDHB. We anticipate that the first New Supervisor training will begin in mid 2021. We are seeking a solution that provides us with New Supervisor training, Supervision refresher training, Group Supervision training and ad-hoc refresher training. Supervisor refresher training will start in 2022 and will be provided to 48 participants. Group supervision training will be provided as a one-off course for approximately 12 people (8 CDHB, 2 WCDHB & 2 SCDHB) and is anticipated to take place in the second half of 2021. It is our intention that CDHB would provide suitable training facilities for all of these courses.",Awarded,"21PROCSP005 - SMHS Clinical Supervision Training Description of goods, services or works: Delivery of Clinical Supervision Training to the Specialist Mental Health Services Training Unit of CDHB. It is also intended that WCDHB and SCDHB will make use of this service. Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Clinical Advisory Services Aotearoa Limited 16 Wynyard St, Devonport, North Shore 0624 Auckland Date of contract award: 1 August 2021 Term of contract: 2 years with the option to extend for 2 24 month periods The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $75,445 for the initial term of the contract Type of procurement process used: Open RFP Rhys Evans, Senior Procurement Specialist",0,20250410 Canterbury District Health Board,24357857,Request for Proposals,Open Competition,Generator and Associated Controls Maintenance,21PROCMAINT011,20210527,20210630,20220218,,Syndicated Opportunity,No,,,Awarded,,335000,20250410 Canterbury District Health Board,24391723,Request for Proposals,Open Competition,Totara Learning Management System (LMS) Licence Subscription and Support Services,21PROCICT019,20210604,20210716,20211007,,Cluster,No,,"The South Island Alliance (SIA) manages the healthLearn Learning Management System (LMS) which is a hosted solution platform for the five South Island District Health Boards (DHBs) located on a Totara Learn Platform. SIA is seeking a Totara Partner for delivery of our ongoing services and support model. Support will scale up or down according to usage and uptake. What we need: We need a Totara partner capable of supporting all five South Island DHBs with Business As Usual work and possible future development work. What we dont want: We dont want any other Learning Management System at this time. Whats important to us: A support partner should be able to show a good track record of supporting large organisations with their Totara Learn platforms. They should have the capacity to cover all five of the South Island DHBs This RFP relates to the sourcing of ongoing service and support of SIAs existing Totara Learn Learning Management System (LMS), health Learn. Health Learn has been in place since 2013 and provides access to courses for, and supports, approximately 30,000 users. Health Learn is supported internally by a dedicated Administrator working in the SIAPO (South Island Alliance Programme Office) team.",Awarded,"21PROCICT019 Description of goods, services or works: Totara Learning Management System (LMS) Licence Subscription and Support Services Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Synapsys NZ Ltd PO Box 28 Lyttelton 8082 Date of contract award: 7 October 2021 Term of contract: 2 years initial term The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $103,000 per annum Type of procurement process used: Closed RFP Exemption to undertake Closed process reason: Totara LMS has been used as the main e-learning platform by South Island DHBs since 2013 and has proven to be the most suitable solution. In 2019, a review by Deloitte has confirmed that Totara fits the needs of the online content delivery for the South Island Alliance. For technical reasons there is only one solution due to the costs in disruption in learning for clinical and non-clinical staff, training costs of DHB support staff and the cost of changing embedded practices for a new solution. Totara LMS is distributed via a network of selected partners who also provide additional LMS services. The list of Totara partners is available on company website: https://www.totaralearning.com/partners?f%5B0%5D=partners_regionb%3A116 Rhys Evans Senior Procurement Specialist",206000,20250410 Canterbury District Health Board,24393343,Request for Proposals,Open Competition,Hillmorton Hospital Cook Chill Equipment Replacement (Electrical),21PROCMAINT006,20210604,20210706,20211207,,Sole Agency,No,,"The existing equipment has now reached the end of its operational life and frequent repairs are required, with spare parts becoming increasingly costly. The current cooking equipment operates using steam that is provided by an onsite LPG boiler. With the recent Government announcement on reducing emissions and moving away from the use of LPG as an energy source, the kitchen is looking to procure cooking equipment that uses electricity as opposed to steam.",Awarded,"21PROCMAINT006 Supply and installation of Cook Chill Equipment and ongoing maintenance Canterbury District Health Board 4 Rapide Way, Christchurch 8041; or Private Bag 4710, Christchurch 8140 New Zealand Successful Supplier: Burns and Ferrall Limited 345 St Asaph Street Christchurch 8011 Description of goods, services or works: Supply and installation of Cook Chill Equipment and ongoing maintenance Date of contract award: 7/12/2021 Term of contract: 36 months from the Commencement Date (or the Acceptance Date whichever is later). The expected spend under the contract/s, $540,000 Type of procurement process used: Open Response for Propsoal Sharyn Kilgour-Lloyd Procurement Specialist",540000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,24433563,Request for Proposals,Open Competition,Ophthalmology Microscope,21PROCMED017,20210618,20210709,20221005,,Sole Agency,No,,"Canterbury District Health Board (CDHB), is seeking a supplier to provide a mobile floor microscope for ophthalmic surgery .This microscope will replace our current ceiling mounted microscope in Christchurch Theatre which is approximately 14 years old and past its recommended life span. The equipment should be suited to all procedures listed in our requirements in the RFP document with a focus on high performance in posterior segment surgery.",Awarded,"Waitaha Canterbury Procurement 4 Rapide Way, Yaldhurst Private Bag 4710 Christchurch 8042 NZ Successful Supplier: Carl Zeiss (NZ) Ltd 22 Fremlin Place Avondale Auckland 1026 Term of contract: 36 months plus renewal terms of 24 months each",550000,20250410 Canterbury District Health Board,24437900,Request for Proposals,Open Competition,Hillmorton Hospital Switchgear,21PROCMAINT010,20210617,20210721,20211122,,Sole Agency,No,,"This RFP relates to the procurement of services to remove the incoming OCB2 11kW and outgoing GF3 Long and Crawford Switch gear from CDHB Hillmorton Hospital Linen Services Substation and replace with suitable effective equipment. The work is expected to be completed safely and tested to conform with all suitable electrical standards. The work must be undertaken in a way that minimises disruption to the power supplied from the Hillmorton Linen Services Substation to areas of the CDHB Hillmorton facility. note; Site Visit 24/6/2021 Inspection of equipment by arrangement through GETS email",Awarded,"Replacement of Hillmorton Switchgear Canterbury District Health Board 4 Rapide Way, Christchurch 8041; or Private Bag 4710, Christchurch 8140 New Zealand Successful Supplier: Ventia NZ Operations Limited South Island Head Office 2 Brunner Street Islington Christchurch, 8042 Description of goods, services or works: Replacement of switchgear equipment Date of contract award: 22 November 2021 Term of contract: 3 months from date of commencement which is February 2022 The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $74,545.00 New Zealand Dollars Type of procurement process used: Open Request for Proposal Sharyn Kilgour-Lloyd Procurement Specialist",75000,20250410 Canterbury District Health Board,24518834,Request for Proposals,Open Competition,Point-of-Care Testing Middleware Application,21PROCLAB005,20210707,20210811,20240801,,Sole Agency,No,,"Currently there are multiple software systems supporting devices installed throughout Canterbury, the West Coast and the Chatham Islands. This service supports hundreds of devices and thousands of users across the health systems of these regions and includes public hospitals, private hospitals, rural hospitals, medical practices and pharmacies. This adds complexity to managing the overall service. We are seeking a single software solution (middleware) that will replace existing software and their respective hosting platforms. Specific details on the breakdown of devices in use will be made available on completion of a Non-disclosure Agreement (NDA) to vendors who Canterbury District Health Board considers are bona fide suppliers of laboratory testing hardware and software technology. Please note, NDAs must be returned by 21 July 2021.",Awarded,Contract term 34 months + 24mth + 24mth renewals,385000,20250410 Canterbury District Health Board,24524550,Request for Proposals,Open Competition,Anaesthesia Information Management System,19PROCAT045,20210712,20210810,20240806,,Sole Agency,No,,"Canterbury District Health Board (CDHB) wishes to procure an Anaesthesia Information Management System (AIMS) that will be used for pre-assessment, planning and operating room processes through to post-operative care. This will allow the seamless transfer of data through the peri-operative journey to increase hospital efficiency, improve the patient experience, and improve patient safety. What we need: We need a turnkey solution including implementation and configuration of pre-operative, intra-operative and PACU modules at the same time. The software is expected to be installed on a device, preferably a touch screen device, attached to the current anaesthetic machine fleet i.e. we dont need separate terminals. The solution needs to satisfy CDHBs requirements outlined in this document, with a focus on performance, portability, reliability, security and usability, with the ultimate aim of improving patient safety. What we dont want: We do not want theoretical proposals about abstract or speculative approaches to improving health. We do not want an acute pain module at this point in time. We dont require separate terminals. Ideally we want software on a touch screen device that can be attached to our current anaesthetic machine fleet. Whats important to us: We are looking for credible and established providers who have the capability and experience to implement and support us. The provider should ideally have a good track record working and implementing in a Health context across Australasia and should have a long term view to providing services including local support within New Zealand. Universal preoperative access to previous anaesthetic records to allow identification of prior difficulties encountered or adverse events is a key safety requirement.",Not Awarded,This RFP is now closed. A National not local AIMS solution / platform is now being considered for Health New Zealand.,0,20250410 Canterbury District Health Board,24525981,Request for Proposals,Closed Competition,CDHB Rangiora Health Hub Demolition and Siteworks,KF18,20210712,20210802,20211122,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) is seeking an appropriately experienced demolition and site civil works contractor to demolish the existing two storey hospital building, outbuilding, and foundations. In addition to demolition, the selected contractor will be required to carry out works which include construction of chip sealed parking, kerbing, lighting, and associated site works as per contract documents. The CDHB will provide project management and liaison with the council.",Awarded,,0,20250410 Canterbury District Health Board,24526641,Request for Proposals,Closed Competition,CDHB Avon Generator Building Demolition Contractor,KF19,20210708,20210730,20210825,,Sole Agency,No,,"The Canterbury District Health Board (CDHB) is seeking a demolition contractor to demolish the existing Avon generator building on the Christchurch Hospital Campus. The CDHB will provide project management and council liaison for this work. These works will enable the existing campus docks to be relocated into the Riverside East building, which in turn will allow access for the construction of Tower C on the Waipapa building.",Awarded,,0,20250410 Canterbury District Health Board,24678799,Request for Proposals,Open Competition,CDHB Dock Relocation Project - Main Contractor,KF21,20210813,20211001,20211221,,Sole Agency,No,,"The Canterbury District Health Board is seeking a main contractor with live environment experience (delivering projects in similar operational campus environments) that can construct the new docks within the existing lower ground floor of the Riverside East building and surrounding area in accordance with the detail design drawings and specification produced by our consultant team. The Docks Relocation project is to relocate the docks from the Riverside West building to the Eastern end of the Riverside East Building to create space for the construction of Waipapa Tower C and the future demolition of the Riverside West Building. This RFP relates to the procurement of a main contractor for the construction works.",Awarded,,0,20250410 Canterbury District Health Board,24680957,Request for Proposals,Open Competition,Histology Cassette Printers and Associated Consumables,22PROCLAB004,20210817,20210914,20211201,,Sole Agency,No,,"The Anatomical Pathology Department is looking to procure a suite of six reliable cassette printers that can print high quality barcodes and patient details, which can be relied upon for the scanning and tracking of specimen cassettes throughout the entire histology workflow. Our preference is to have smaller, individual bench top cassette printers which we can have located at each histology grossing workstation.",Awarded,"22PROCLAB004 - Histology Cassette Printers, Consumables and Servicing Description of goods, services or works: Histology Cassette Printers, Consumables and Servicing Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Abacus dx Limited Unit B 30 Vestey Drive Mount Wellington Auckland 1060 Date of contract award: 1 December 2021 Term of contract: 3 years with the option to extend for 2 24 month periods The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $240,000 for the initial term of the contract Type of procurement process used: Open RFP Rhys Evans, Senior Procurement Specialist",240000,20250410 Canterbury District Health Board,24736105,Request for Quotations,Open Competition,Cleaning Services for Canterbury and West Coast DHB Outlying Areas,22PROCCORP004,20210830,20210914,20211215,,Cluster,No,,Canterbury and West Coast DHBs carry out cleaning services in main areas in-house. This is likely to continue for the foreseeable future. We still require external cleaning services for outlying areas which forms the basis of this RFQ.,Awarded,"CONTRACT AWARDED. 22PROCCORP004 Supply of Cleaning Services for Canterbury and West Coast DHB Outlying Areas Successful Suppliers: OCS Limited (Primary), City Cleaning Services Limited (Secondary), Your Cleaners Group (Secondary) Date of Conditional Award: 8th November 2021. Contract: Commencement Date- 15th December 2021. Initial Term- 12 months. Renewal Terms- 6 x 12 months. Indicative Contract Value- $400,000 per annum. Type of Procurement Process Used: Open Request for Quotes. Andrew Saunders, Procurement Specialist, Canterbury District Health Board.",400000,20250410 Canterbury District Health Board,24791641,Request for Proposals,Open Competition,CNC Automated Machine Centre,21PROCMAINT024,20210910,20211008,20220315,,Sole Agency,No,,"A new workshop is being created an a new CNC automated milling machine will be required. This machine will support a large variety of repairs and manufacturing of custom/one-off devices used within the CDHB. We are seeking a 5-axis automated CNC machine centre, but we may also consider a 4 + 1 axis machine or a 3-axis CNC automated machine centre with a bolt on unit to give the functionality of a 5-axis machine.",Awarded,,240000,20250410 Canterbury District Health Board,24835393,Request for Quotations,Closed Competition,Holter & Event Monitoring System,22PROCMED001,20210920,20211006,20230202,,Syndicated Opportunity,No,,"Canterbury District Health Board (CDHB) lead by the Cardiology Department is seeking a suitably qualified supplier to provide and install a technically suitable, durable, fit-for-purpose, securable, fully functional and cost-effective solution for the supply of a Holter and Event Monitoring System. CDHB is looking at a dual capability system.",Awarded,,150000,20250410 Canterbury District Health Board,24959910,Request for Proposals,Open Competition,Medical Record Covers,22PROCCORP019,20211013,20211108,20220822,,Sole Agency,No,,"Canterbury DHB is looking for a supplier who will print and provide Medical Record Covers matching our requirements. These medical files are used to keep paper tests results and other forms that are unable to be scanned or copied. It is important that you supply files that match our requirements.",Awarded,"Successful Supplier: Spectrum Print 23 Cumnor Tce, Woolston, Christchurch, 8022, NEW ZEALAND Term of Contract: Two years (24 months) Initial Term. Renewal term: three rights of renewal of 1 year each.",180000,20250410 Canterbury District Health Board,25029665,Request for Proposals,Open Competition,Ashburton Hospital Diesel Boiler,21PROCMAINT031B,20211101,20211202,20221018,,On behalf of procurement agent,No,,"The existing Ashburton Hospital heating system currently operates using two coal boilers whcih are no at the end of their useful operating life. These are being replaced with a ground source heating system. This RFP relates to the procurement of a diesel boiler, and associated diesel system, as a back-up heat source for Ashburton Hospital Ground Source Heat Pump System (21PROCMAINT031A).",Not Awarded,"Financial requirements of RFP response, hugely exceeded budget.",0,20250410 Canterbury District Health Board,25029986,Request for Tenders,Open Competition,Ashburton Hospital Ground Source Heat Pump,21PROCMAINT031A,20211101,20211202,20221011,,On behalf of procurement agent,No,,"Our existing Ashburton Hospital heating system currently operates using two coal boilers which are now at the end of their useful operating life. We are looking for a provider to supply, commission and maintain a ground source heating pump (GSHP) system to provide a total heating load capacity of at least 1,200 kW at peak times.",Awarded,,660000,20250410 Canterbury District Health Board,25039156,Request for Proposals,Open Competition,LED Lighting Upgrade for Christchurch Womens Hospital,22PROCSP001,20211102,20211201,20220201,,Sole Agency,No,,"Christchurch Womens Hospital (CWH) was built in 2005 and the existing fluorescent lighting system is nearly end of the life and inefficient. We are seeking a contractor to upgrade the interior lights for the CWH. This project requires a completed solution which includes the removal and disposal of the existing old lights and the supply and installation of new LED lights. The purpose of this update is not only to reduce CDHBs carbon footprint, but also improve lighting performance and eliminate some protentional health and safety hazards What we dont want: A provider who could only supply LEDs without the installation service. Whats important to us: We are looking for contractors who must be competent, experienced and confident to deliver the LED lighting project in a professional and timely manner. The contractors should have a good track record in the supplying and installation of LED lighting projects with a minimum five-year warranty. To minimize or eliminate any disturbance to normal operation of CDHB, all contractors must strictly follow planned working schedules and any relevant policies. Supplier visits to view the site are highly recommended and by appointment only. Please use the Q&A function prior to 17/11/2021 on GETS to request a visit.",Awarded,"22PROCSP001 Supply and Installation of LED Lighting Upgrade for Christchurch Womens Hospital Canterbury District Health Board Procurement 4 Rapide Way, Dakota Park, Christchurch 8011 Private Bag 4710 Christchurch 8140 Successful Supplier: Melray Electric Limited 38 Stewart Street, Addington, Christchurch 8011 Date of contract award: 1/2/2022 Term of contract: 12 months The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $395,000 Type of procurement process used: Open RFP Rhys Evans Senior Procurement Specialist",395000,20250410 Canterbury District Health Board,25164693,Request for Proposals,Closed Competition,CHL New PC2 Laboratory & Kitchen Fitout,KF24,20211124,20211215,20220112,,Sole Agency,No,,"This procurement is to create a replacement tea room and repurpose an existing tearoom to a laboratory in the Canterbury Health Laboratories building, and all associated works. The CDHB is seeking a main contractor with live environment experience to deliver this project within an operational area of the Canterbury Health Laboratories building on the Christchurch Hagley Hospital Campus. The project brief will include: Working in and around a live laboratory environment. Staged work. Stage 1 Create a tearoom in an existing administration/office space. This is within a portacom complex. Stage 2 Create a PC2 laboratory within the existing tearoom. Some temporary/out of hours work may be required to allow cross over of spaces, eg move existing tearoom equipment to new area.",Awarded,,0,20250410 Canterbury District Health Board,25236248,Request for Proposals,Open Competition,Ashburton Boiler House Project,21PROCMAINT033,20211213,20220201,20221011,,On behalf of procurement agent,No,,"The CDHB is seeking a main contractor with live environment experience (delivering projects in similar operational campus environments) that can construct the new Ashburton Boiler House and services works, within the existing Ashburton Hospital grounds in accordance with the detail design drawings and specification produced by BECA.",Awarded,,5200000,20250410 Canterbury District Health Board,25279001,Request for Quotations,Open Competition,22PROCCORP023 - Mobile testing services - Drug and Alcohol Testing Service,22PROCCORP023,20211222,20220225,20220808,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to submit a Quote for Mobile Drug and Alcohol Testing Service.",Awarded,"This contract is awarded to: 1st Supplier details: The Drug Detection Agency Canterbury Limited, 14/114 Sawyers Arms Rd Christchurch Date of Contract Awarded: 18/08/2022 Term of Contract: 12 months initial term + 2 x 12 months Right of Renewal 2nd Supplier details: Two Wisemen Ltd t/a Drug Alcohol Testing Specialists (D.A.T.S) Unit 4 35 Sir William Pickering Drive Russley Date of Contract Awarded: 08/08/2022 Term of Contract: 12 months initial term + 2 x 12 months Right of Renewal",0,20250410 Canterbury District Health Board,25287619,Request for Proposals,Open Competition,Ophthalmology Ultra-wide Field Camera,22PROCMED011,20220110,20220203,20230518,,Sole Agency,No,,"The Canterbury Eye Clinic needs a confocal, scanning laser ophthalmoscope, wide field digital imaging device to use in our clinic for retinal imaging. It needs to be a non-mydriatic device so that pupil dilation is usually not required. The device should be capable of capturing colour images, fundus auto fluorescence, and fluorescein angiogram.",Awarded,,240000,20250410 Canterbury District Health Board,25294434,Request for Proposals,Open Competition,Health Certification and Associated Audits,22PROCCORP014,20220112,20220218,20220401,,Sole Agency,No,,"The Health and Disability Services (Safety) Act 2001 is the legislation that underpins the certification of healthcare services in New Zealand. As a health service provider, the Canterbury and West Coast DHBs are required to demonstrate that our services comply with all relevant service standards. To achieve a required level of compliance, we require the services of a designated auditing agency to carry out regular audits as requested and/or required. This procurement relates to the delivery of health service standards as required by the Health and Disability Services (Safety) Act 2001. As our current agreement is now coming to an end, we wish to put in place a new service agreement to meet the auditing needs of Canterbury and West Coast DHBs for health certification and associated audits. What is important for us - We are looking for an experienced supplier of DHB Health Certification Audits; - We are looking for a supplier to work with us in documenting a detailed plan and approach to reviewing our health services (CDHB and WCDHB); and - The supplier must have experience dealing with the Designated Auditing Agency Handbook, Ministry of Health Audit Handbook (revised 2013). What we dont Want - This RFP is for the services of auditing to allow DHBs to comply with the Health and Disability Services (Safety) Act 2001 for Health Certification. - No other audits will be required.",Awarded,"22PROCCORP014 Description of goods, services or works: Health Certification & associated audits for CDHB and WCDHB Canterbury District Health Board Procurement 4 Rapide Way, Yaldhurst Private Bag 4710 Christchurch 8042 NZ Successful Supplier: Central Regions Technical Advisory Services Limited (TAS) 69 Tory Street, Te Aro, Wellington 6011 New Zealand Date of contract award: 1 April 2022 Term of contract: 3 years + 3 year right of renewal The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $233,525 Type of procurement process used: Open RFP Rhys Evans. Senior Procurement Specialist",233525,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,25303569,Request for Proposals,Closed Competition,Nuclear Medicine SPECT-CT GAMMA CAMERA,22PROCMED050,20220117,20220211,20230623,,Sole Agency,No,,"The Canterbury District Health Board (CDHB), is seeking a supplier to provide a SPECT-CT Gemma camera system for nuclear medicine service (the Solution). This system will replace our current Symbia T2 in Christchurch Hospital which is approximately 12 years old and past its recommended life span.",Not Awarded,,0,20250410 Canterbury District Health Board,25311374,Request for Proposals,Closed Competition,"Child, Adolescent and Family Community (CAF) Project Stage 1 Strengthening Works - Main Contractor",KF25,20220118,20220216,20220823,,Sole Agency,No,"230 Antigua Street, Christchurch Central","The Child, Adolescent and Family Community (CAF) project stage 1 is to strengthen an existing building to make fit for purpose for the transfer of CAF Community from The Princess Margaret Hospital (TPMH) to Hillmorton Hospital, Christchurch. The CDHB are repurposing the existing laundry services building at Hillmorton Hospital to accommodate the CAF Community Outpatient Service in approximately half of the building. The CDHB is seeking a main contractor with experience delivering this scale of projects, and that can strengthen this existing building in accordance with the detail design drawings and specification produced by our consultant team.",Awarded,,0,20250410 Canterbury District Health Board,25321476,Request for Proposals,Open Competition,Lift Maintenance and Servicing - South Island DHBs,21PROCMAINT025,20220119,20220221,20220906,,Cluster,No,,"The South Island DHB Facility Managers formed an alliance to tender for services that they all require. This RFP is for services across all the South Island DHBs for the maintenance and servicing of lifts that they have in their facilities. Note site visit are by arrangement. Southern DHB has got specific dates as below. SDHB - Dunedin and Wakari are on the 2/2/2022 ; - Southland is on the 03/02/2022 All the other DHB's have some flexibility for site visits. Please ring the below RFP contact to arrange a site visit.",Awarded,"21PROCMAINT025 Lift Maintenance and servicing for Te Whatu Ora, Health New Zealand, Te Waipounamu: Canterbury, West Coast, Nelson Marlborough, Southern, South Canterbury Procurement process run by Waitaha Canterbury Procurement 4 Rapide Way, Yaldhurst Private Bag 4710 Christchurch 8042 NZ Successful Supplier: Name: Otis Elevator Company Ltd Address 1: 211 Opawa Road Address 2: Christchurch Address 3: 8022 New Zealand Date of contract award: 6/9/2022 Term of contract: 24 months initial and 12 months renewal The expected spend under the contract/s $1,215,000 Type of procurement process used: Open Response for Proposal Sharyn Kilgour-Lloyd Procurement Specialist",1215000,20250410 Canterbury District Health Board,25327977,Request for Proposals,Open Competition,High Throughput DNA Extraction,22PROCLAB001,20220121,20220222,20220701,,Sole Agency,No,,"Background: The Genetics laboratory at Canterbury Health Laboratories offers a range of molecular diagnostic tests to patients in Canterbury and wider New Zealand. This service requires a robust and reliable platform for the automated extraction of genomic DNA from peripheral blood samples for use in a range of PCR-based assays. An automated platform for setup of PCR-based assays is also required. Current volumes processed in the laboratory are ~250 samples per week. What we are buying and why: This tender is for an open-platform automated liquid handling system, which will perform both the DNA extraction and PCR setup processes. It is planned that the DNA extraction application currently in use in the laboratory (Macherey-Nagel NucleoSpin-96 blood core kit) will continue to be used, so the new instrument must be capable of performing this process. Note that proposals which require use of different proprietary DNA extraction applications will not be suitable for this tender.",Not Awarded,"Successful Supplier: Bio-Strategy Limited 33 Westpoint Drive, Hobsonville, Auckland 0618, New Zealand",0,20250410 Canterbury District Health Board,25391808,Request for Proposals,Closed Competition,Riverside Central Wall Strengthening,KF26,20220209,20220310,20220414,,Sole Agency,No,,"TThe CDHB has been through a Registration of Interest (ROI) process for the works and have shortlisted four construction companies. We are looking to source the safest, most competent and most cost-effective construction company from the four respondents to execute the works. Ultimately this section of the building has been highlighted as earthquake prone and in need of strengthening, so the works need to be completed according to the design, with guidance from Holmes the structural engineers and approval from Christchurch City Council, as the works are consented. The project brief will include: Working in and around a live hospital environment. Structural strengthening to the building as designed by the Structural Engineer to achieve a minimum of 34% NBS (IL3). Majority of works undertaking within service riser (7 floors). Works within riser at each floor will require fixing 9 number SHS75x5 steel ties at each floor level with end plates bolted fixings to wall each end. Length of each tie roughly 2 metres. Minor steelwork at lift foyer. Some existing services will require movement to allow steel fixings, these may include high voltage power, ITS, water, and gasses.",Awarded,,0,20250410 Canterbury District Health Board,25506781,Request for Quotations,Open Competition,Nitrile Gloves - replenishment of the Central Supply Depot,PROCNG0322,20220307,20220318,20220526,,Cluster,No,,"This opportunity is a one-off replenishment order of Powder-free, Latex-free, Nitrile Gloves for the Ministry of Health central supply depot. We are seeking 50,000,000 (Fifty Million) individual gloves (25,000,000 pairs). The expected outcome to this RFQ process is to: I. Purchase a range of Powder Free Nitrile Gloves in various sizes, available for use in New Zealand by DHB hospitals and other health and disability settings. II. achieve value for money for Nitrile gloves that are suitable for use in DHB hospitals; III. ensure access to an appropriate level of support, education and training for relevant health professionals; IV. understand how many gloves are available that are already in New Zealand, and their delivery schedules V. understand the volumes of gloves that can be supplied across suppliers and manufacturers VI. understand how many can be purchased from overseas and their respective delivery schedules; VII. establish relationships with suppliers of Nitrile gloves. We recognise that the use of Nitrile Gloves touches a broad group of health professionals; therefore, in the event a purchase agreement is entered into with a supplier as an outcome of this RFQ process: I. It is anticipated that multiple suppliers of Nitrile gloves may be used (if appropriate) to meet the needs of numerous departments and DHBs. II. Any resultant purchase agreement will be between the supplier and The Ministry of Health.",Awarded,"PROCNG0322 Description of goods, services or works: Supply and delivery of 50 million nitrile examination gloves to the national pandemic stock. Canterbury District Health Board Procurement 4 Rapide Way, Yaldhurst Private Bag 4710 Christchurch 8042 NZ On behalf of: Ministry of Health 133 Molesworth Street Thorndon Wellington 6011 New Zealand Successful Supplier: Bunzl New Zealand Building G, 686 Rosebank Road Avondale Auckland 1026 New Zealand Date of contract award: 26 May 2022 Term of contract: Until delivery of all gloves has been completed (anticipated to be December 2022) The expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $1,775,000 including all freight and shipping Type of procurement process used: Open RFQ Rhys Evans, Senior Procurement Specialist",1775000,20250410 ,,,,,,,,,,,,,,,,, Canterbury District Health Board,25729339,Request for Proposals,Open Competition,Canterbury Health Laboratories Pathology Billing System,21PROCICT011,20220427,20220623,20230907,,Sole Agency,No,,"The core purpose of the Canterbury Health Laboratories (CHL)s Billing System Upgrade Request for Proposal (RFP) is to find a replacement software solution for its current laboratory billing system that is nearing its end of life. Along with the core billing functionality the new software solution will also need to incorporate two other essential business functions, test costing system functionality and client services system functionality, into one comprehensive fit for purpose platform. The new software solution will support the business to seek higher efficiency and effectiveness through new capabilities, increased automation, reporting and flexibility as well as providing access to comprehensive, accurate and meaningful information to support Canterbury Health Laboratories (CHL) strategic management and decision-making processes. We are ideally looking for a modular based system that can be implemented in phases over a period of time in order to reduce the impact on the Canterbury Health Laboratories (CHL) Finance Team.",Not Awarded,"Contract Awarded on 06/09/2023 to 2IQ Limited, 213 Litchfield Street, Christchurch.",0,20250410 Canterbury District Health Board,25822444,Request for Proposals,Open Competition,CDHB Central Campus Seismic Monitoring System,KF29,20220519,20220630,20231019,,Sole Agency,No,,"This RFP relates to the engagement of a structural engineering firm to guide the CDHB on the purchase of a network of accelerometers. An initial contract will be for monitoring the buildings in the main Christchurch Hospital Campus and the development of a targeted visual assessment system. Respondents must have a Christchurch structural engineer presence/office for the duration of the contract, including the ability to prioritise assessing the Christchurch Hospital Campus after a significant seismic event. The CDHBs earthquake response is based on a model with no empirical data and minimal understanding of individual building performance during an earthquake. The CDHB has decided that a seismic monitoring system, supported with targeted visual assessment forms, will allow the CDHB to better understand the impact of an earthquake on the buildings and help with communications and actions afterward.",Awarded,,0,20250410 Canterbury District Health Board,25827951,Request for Proposals,Closed Competition,CDHB - Neonatal Intensive Care Unit - Quantity Surveyor,KF30,20220520,20220614,20220930,,Sole Agency,No,"230 Antigua Street, Christchurch Central","The Canterbury Neonatal Service (NICU) provides special and intensive care for all babies born in the wider Canterbury region. This project is to develop two to three options to expand NICU to a level of detail that can be costed (Rough Order of Cost). The preferred layout will be developed as the preferred floor layout option that allows areas within NICU to be decanted for compliance work and for NICU to be expanded.",Awarded,,0,20250410 Canterbury District Health Board,25828311,Request for Proposals,Closed Competition,CDHB - Neonatal Intensive Care Unit - Architect,KF31,20220520,20220614,20220930,,Sole Agency,No,"230 Antigua Street, Christchurch Central","The Canterbury Neonatal Service (NICU) provides special and intensive care for all babies born in the wider Canterbury region. This project is to develop two to three options to expand NICU to a level of detail that can be costed (Rough Order of Cost). The preferred layout will be developed as the preferred floor layout option that allows areas within NICU to be decanted for compliance work and for NICU to be expanded.",Awarded,,0,20250410 Canterbury District Health Board,25828421,Request for Proposals,Closed Competition,CDHB - Neonatal Intensive Care Unit - Fire Engineering,KF32,20220520,20220614,20241010,,Sole Agency,No,"230 Antigua Street, Christchurch Central","The Canterbury Neonatal Service (NICU) provides special and intensive care for all babies born in the wider Canterbury region. This project is to develop two to three options to expand NICU to a level of detail that can be costed (Rough Order of Cost). The preferred layout will be developed as the preferred floor layout option that allows areas within NICU to be decanted for compliance work and for NICU to be expanded.",Not Awarded,,0,20250410 Canterbury District Health Board,25828595,Request for Proposals,Closed Competition,CDHB - Neonatal Intensive Care Unit - Building Services,KF33,20220520,20220614,20220930,,Sole Agency,No,"230 Antigua Street, Christchurch Central",,Awarded,,0,20250410 Canterbury District Health Board,25829064,Request for Proposals,Closed Competition,CDHB - Neonatal Intensive Care Unit - Structrual Engineering,KF34,20220520,20220614,20220930,,Sole Agency,No,"230 Antigua Street, Christchurch Central","The Canterbury Neonatal Service (NICU) provides special and intensive care for all babies born in the wider Canterbury region. This project is to develop two to three options to expand NICU to a level of detail that can be costed (Rough Order of Cost). The preferred layout will be developed as the preferred floor layout option that allows areas within NICU to be decanted for compliance work and for NICU to be expanded.",Awarded,,0,20250410 Canterbury District Health Board,25829150,Request for Proposals,Closed Competition,CDHB - Neonatal Intensive Care Unit - Programmer,KF35,20220520,20220614,20241010,,Sole Agency,No,"230 Antigua Street, Christchurch Central","The Canterbury Neonatal Service (NICU) provides special and intensive care for all babies born in the wider Canterbury region. This project is to develop two to three options to expand NICU to a level of detail that can be costed (Rough Order of Cost). The preferred layout will be developed as the preferred floor layout option that allows areas within NICU to be decanted for compliance work and for NICU to be expanded.",Not Awarded,,0,20250410 Canterbury District Health Board,25921462,Request for Proposals,Closed Competition,CDHB Hillmorton Redevelopment Tranche One,KF36,20220610,20220706,20220810,,Sole Agency,No,,"We are seeking the services of an experienced and qualified consultancy for Project Management and Engineer to Contract services for the design, regulatory approvals, construction and commissioning of the Hillmorton Redevelopment Tranche One scope of works. Tranche One includes the delivery of an 80-bed adult acute inpatient mental health unit.",Awarded,,0,20250410 Canterbury District Health Board,26111345,Request for Proposals,Closed Competition,Health NZ - Central City Primary Birthing Unit Main Contractor Construction Fit Out,KF37,20220729,20220830,20221215,,Sole Agency,No,,"Te Whatu Ora - Health New Zealand is looking to appoint a main contractor for a Central City Primary Birthing Unit from the shortlisted respondents, following the recently completed ROI process.",Awarded,,0,20250410 Canterbury District Health Board,26223648,Request for Proposals,Open Competition,Health NZ - Migration Manager for Hillmorton Specialist Mental Health Project,KF38,20220825,20220916,20241010,,Sole Agency,No,,"Te Whatu Ora Waitaha - Health NZ are making long-term investments in new and improved Specialist Mental Health Facilities in the District. Phase one involves two new facilities on the Hillmorton Campus which will be completed and ready for occupation in early 2023. This migration will relocate the following services from the Princess Margaret Hospital site to new buildings on the Hillmorton Campus: Mothers and Babies Inpatient Service South Island Eating Disorders Inpatient and Community Services Combined 13 inpatient beds and Outpatient services Child Adolescent and Family Inpatient Service 16 beds Southern Health School Seagar Clinic 16 beds Workspace 70 desks This will necessitate: Staff being relocated to new open plan workspaces and associated clinical support spaces. Consumers transferred to their new location, or be notified of their new clinic location. Some existing equipment being transferred from its current location to the new. This Request for Proposal (RFP) is an invitation to suitably qualified and experienced respondents to submit a Proposal for the role of Migration Manager.",Not Awarded,,0,20250410 Canterbury District Health Board,26422979,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility,KF39,20221013,20221110,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified respondents to submit a proposal for architectural and lead consultant (services) in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested from the following design consultant disciplines: Architectural design including lead consultant and sub-design disciplines, as outlined in the attached scope of service document.",Awarded,,0,20250410 Canterbury District Health Board,26428519,Award Notice,Open Competition,Award Notice for the supply of PGS Kits.,22PROCLABS029,20220804,20220804,20220804,,Sole Agency,No,,"Canterbury Health Laboratories, Hagley Avenue, Christchurch Central City, Christchurch 8011. Successful Supplier: Vitrolife Pty Ltd. Only one supplier that can supply the PGS kits for the IIIumina MiSeq, Contract awarded: 04/08/2022 Total term: 48 Months Estimated Spend: $944k Procurement Process: Direct sourced",Not Awarded,,0,20250410 Canterbury District Health Board,26443609,Award Notice,Open Competition,Award Notice for Maintenance services and consumables for NucliSENS easyMAGs.,22PROCLAB041,20220805,20220805,20220805,,Sole Agency,No,,"Canterbury Health Laboratories, Hagley Avenue, Christchurch Central City, Christchurch 8011. Successful Supplier: MediRay New Zealand MediRay is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the NucliSENS easyMAGs equipment within NZ. MediRay is also the only NZ agent for the bioMerieux consumables used on the NucliSENS easyMAGs. Contract awarded: 05/08/2022 Total term: 24 Months Estimated Spend: $136k Procurement Process: Direct sourced",Not Awarded,"Canterbury Health Laboratories, Hagley Avenue, Christchurch Central City, Christchurch 8011. Successful Supplier: MediRay New Zealand MediRay is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the NucliSENS easyMAGs equipment within NZ. MediRay is also the only NZ agent for the bioMerieux consumables used on the NucliSENS easyMAGs. Contract awarded: 05/08/2022 Total term: 24 Months Estimated Spend: $136k Procurement Process: Direct sourced",0,20250410 Canterbury District Health Board,26458509,Award Notice,Open Competition,Award Notice - Maintenance Services for Immunodiagnostics System (IDS) ISYS Analyser.,23PROCLAB047,20220905,20220905,20221011,,Sole Agency,No,,Award Notice - Maintenance Services for Immunodiagnostics System (IDS) ISYS Analyser.,Not Awarded,"Canterbury Health Laboratories, Hagley Avenue, Christchurch Central City, Christchurch 8011. Successful Supplier: Abacus Dx Limited Abacus Dx Limited is the only supplier who can maintain the Immunodiagnostics System (ISD) ISYS Analyser. Contract awarded: 05/09/2022 Total term: 24 Months Estimated Spend: $25,585.60k Procurement Process: Direct sourced",0,20250410 Canterbury District Health Board,26458975,Award Notice,Open Competition,Award Notice Maintenance Services of Agilent Equipment,23PROCLAB047,20220729,20220729,20220729,,Sole Agency,No,,Maintenance Services of Agilent Equipment.,Awarded,"Agilent is the only approved service provider for its equipment, has access to spare parts and IP around the operation of the equipment.",1173850,20250410 Canterbury District Health Board,26459242,Award Notice,Open Competition,Award Notice Upgrade of PSe HR/Payroll system.,,20220307,20220307,20220307,,Sole Agency,No,,Upgrade of PSe HR/Payroll system.,Awarded,"Ascender HCM New Zealand Limited (the PSe vendor) are the vendor for the PSe application. Ascender HCM New Zealand Limited offer a PSe IaaS cloud hosting service. No other vendors offer a PSe cloud hosting service.",181760,20250410 Canterbury District Health Board,26459438,Award Notice,Open Competition,Award Notice Maintenance of MOSAIQ (OIS- Oncology Information Systems),22PROMED200,20220629,20220629,20220629,,Sole Agency,No,,Maintenance of MOSAIQ (OIS- Oncology Information Systems),Awarded,MOSAIQ was purchased from Elekta and can only be serviced and supported by Elekta,404470,20250410 Canterbury District Health Board,26459746,Award Notice,Open Competition,Award Notice Maintenance services and consumables for MiSeq.,22PROCLAB046,20220612,20220612,20220612,,Sole Agency,No,,Award Notice Maintenance Services and consumables for MiSeq.,Awarded,"Illumina is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the Illumina equipment.",527539,20250410 Canterbury District Health Board,26459972,Award Notice,Open Competition,Award Notice Philips Expression MR400 patient monitor and attachments.,22PROCMED049,20220515,20220515,20220515,,Sole Agency,No,,Award Notice Philips Expression MR400 patient monitor and attachments.,Awarded,"For technical reasons, there is only one supplier of this patient monitor available.",257530,20250410 Canterbury District Health Board,26462341,Award Notice,Open Competition,"Award Notice Re-processing services for ImPad food covers, Air Transfer Mattresses and Patient Utility straps.",,20220323,20220323,20220325,,Sole Agency,No,,Medsalv are the only entity offering reprocessing of these products.,Awarded,"Award Notice Re-processing services for ImPad food covers, Air Transfer Mattresses and Patient Utility straps. Successful Supplier: Medsalv Limited Medsalv are the only entity offering reprocessing of these products. Contract awarded: 25/03/2022 Total term: 36 Months Estimated Spend:$100k Procurement Process: Direct sourced",100000,20250410 Canterbury District Health Board,26462567,Award Notice,Open Competition,Award Notice Supply of Intravitreal Injection (IVI) Packs for Canterbury Eye Service.,22PROCMED131,20220224,20220224,20220224,,Sole Agency,No,,Award Notice Supply of Intravitreal Injection (IVI) Packs for Canterbury Eye Service.,Awarded,The Intravitreal Injection (IVI) packs are custom made for Waitaha Canterbury. Rewa-Rewa Developments Limited is only one supplier who packs specifically for our needs and can provide these customised IVI packs.,137500,20250410 Canterbury District Health Board,26475468,Award Notice,Open Competition,Award Notice - Supply of Ice FX Cryoablation Console and associated consumables.,,20210924,20210924,20210924,,Sole Agency,No,,Supply of Ice FX Cryoablation Console and associated consumables.,Awarded,Boston Scientific are the only supplier that can provide Cryoablation equipment and the Boston Scientific consumables. The Boston Scientific consumables can only be used with the ICE FX Cryoablation Console.,264420,20250410 Canterbury District Health Board,26475644,Award Notice,Open Competition,Award Notice - Supply of Comrad Medical Systems software license and Comrad Medical Systems maintenance / support services.,,20210422,20210422,20210423,,Sole Agency,No,,Award Notice - Supply of Comrad Medical Systems software license and Comrad Medical Systems maintenance / support services.,Awarded,"Comrad Medical Systems are the only supplier that can provide the Comrad Medical Systems software license, support and maintenance for the Comrad equipment.",1218518,20250410 Canterbury District Health Board,26475930,Award Notice,Open Competition,Award Notice - Supply of maintenance services for GE Healthcare Radiology and Cardiology Equipment.,,20211224,20211224,20211225,,Sole Agency,No,,Award Notice - Supply of maintenance services for GE Healthcare Radiology and Cardiology Equipment.,Awarded,"GE Healthcare Limited is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the GE Radiology and Cardiology equipment.",2050052,20250410 Canterbury District Health Board,26477696,Award Notice,Open Competition,Award Notice - Supply of Maintenance services for the electrophysiology electromagnetic Carto 3 system.,,20210429,20210429,20210429,,Sole Agency,No,,Supply of Maintenance services for the electrophysiology electromagnetic Carto 3 system.,Awarded,Johnson & Johnson are the only supplier that can provide maintenance for the electrophysiology electromagnetic Carto 3 System.,153900,20250410 Canterbury District Health Board,26478126,Award Notice,Open Competition,Award Notice - Supply of Peripherally Inserted Central Catheter (PICC Line).,,20211020,20211020,20211020,,Sole Agency,No,,Current supply of Peripherally Inserted Central Catheter (PICC Line) will no longer be available from Obex. Alternative supplier of PICC Lines has been sourced.,Awarded,"Interventional Radiology - Vascular Access, has recommended that for technical reasons the PICC line from NZ Medical & Scientific is the most suitable replacement product available on the market for the Interventional Radiology Department. Furthermore, the NZMS product has been used as a backup when the incumbent product has nor been available. For this reason, no additional training is required - staff can therefore treat patients immediately.",570190,20250410 Canterbury District Health Board,26478276,Award Notice,Open Competition,Award Notice - Supply of Endoscopic ultrasound machine,,20211224,20211224,20211224,,Sole Agency,No,,Replacement of an endoscopic ultrasound system (EBUS).,Awarded,"For technical reasons, the replacement endoscopic ultrasound system (EBUS) must be purchased from Olympus as they are the Microscope Components for Integration (OEM) for existing equipment which will be used with the Endobronchial Ultrasound (EBUS). The light source, processors and scopes currently in use were provided by Olympus and have proprietary connections and no adaptors are available.",140000,20250410 Canterbury District Health Board,26482246,Award Notice,Open Competition,Award Notice - Supply of Cardio-Pulmonary Exercise Testing Equipment.,,20211020,20211020,20211020,,Sole Agency,No,,Supply of Cardio-Pulmonary Testing Equipment,Awarded,Only one supplier of the Cardio-Pulmonary Exercise Testing Equipment which is fit for purpose.,151700,20250410 Canterbury District Health Board,26483780,Award Notice,Open Competition,Award Notice - Supply of Cardiac Modules and Anaesthesia Gas Modules,,20211008,20211008,20211008,,Sole Agency,No,,Only one supplier can provide this equipment.,Awarded,The Cardiac Modules and Anaesthesia Gas Modules are only manufactured and procured from GE Healthcare Limited. The modules are only approved to fit in a GE Anesthetic machine.,105009,20250410 Canterbury District Health Board,26483945,Award Notice,Open Competition,Award Notice - Supply of a Radiation Dose Monitoring System.,18PROCDP003,20210330,20210330,20210330,,Sole Agency,No,,Supply of a Radiation Dose Monitoring System.,Awarded,"For technical reasons there is only one supplier able to supply an appropriate radiation dose monitoring system of patients, recording exposure from procedures, and staff exposure to radiation in real-time.",171250,20250410 Canterbury District Health Board,26484173,Award Notice,Open Competition,Award Notice - Supply of Transoesophageal Echo (TOE) Machine with TOE Probe.,21PROCMED082,20210329,20210329,20210329,,Sole Agency,No,,Supply of Transoesophageal Echo (TOE) Machine with TOE Probe for Cardiology.,Awarded,Only One supplier only for technical and compatibility reasons. The replacement TOE machine must be a Philips to be compatible with existing cardiology fleet of 10 Echocardiography machines. The replacement TOE machine must be compatible with the existing TOE probe.,400000,20250410 Canterbury District Health Board,26484766,Award Notice,Open Competition,Award Notice - Replacement of General CUSA System.,22PROCMED006,20210721,20210721,20210721,,Sole Agency,No,,Replacement of General CUSA System.,Awarded,"For technical reasons, an identical replacement for the end of life Parkside CUSA system is required and must be be identical to the system installed within Waipapa. This will ensure interchangeable and compatibility of parts, consumables, and no requirement for staff to re-train.",430250,20250410 Canterbury District Health Board,26488404,Award Notice,Open Competition,Award Notice - Ashburton Diesel Boiler,21PROCMAINT031B,20221011,20221011,20221011,,Sole Agency,No,,For technical reasons and detailed knowledge of the overall project.,Awarded,For technical reasons and detailed knowledge of the overall project.,0,20250410 Canterbury District Health Board,26503817,Request for Proposals,Open Competition,West Coast Coal to Wood Pellet Boiler Conversion RFP,23PROCMAINT019,20221019,20221125,20221222,,Sole Agency,No,,"This RFP relates to the conversion of the existing coal boiler and associated fuel storage to a practical solution to enable the coal boiler to burn wood pellets in a cost effective, best practice, and safe method.",Not Awarded,No responses fulfilled all the requirements of the project,0,20250410 Canterbury District Health Board,26522910,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility - Design Consultants,KF40,20221021,20221117,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified respondents to submit a proposal for design consultancy services including, electrical, fire, mechanical and structural, and their associated sub-disciplines. This is in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested in the attached scopes of services and in accordance with the attached RFP conditions.",Awarded,,0,20250410 Canterbury District Health Board,26523116,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility - Quantity Surveyor,KF41,20221026,20221124,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified respondents to submit a proposal for quantity surveying and cost management consultancy services in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested as outlined in the attached scope of service and RFP conditions.",Awarded,,0,20250410 Canterbury District Health Board,26542475,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility - Programmer,KF42,20221027,20221124,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified respondents to submit a proposal for programming services. This is in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested in the attached scope of services and in accordance with the attached RFP conditions.",Awarded,,0,20250410 Canterbury District Health Board,26544506,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility - Resource Consent Planner,KF43,20221028,20221124,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified selected respondents to submit a proposal for resource consent planning services. This is in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested in the attached scope of services and in accordance with the attached RFP conditions.",Awarded,,0,20250410 Canterbury District Health Board,26547125,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility - Traffic,KF44,20221028,20221124,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified selected respondents to submit a proposal for traffic consultant services. This is in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested in the attached scope of services and in accordance with the attached RFP conditions.",Awarded,,0,20250410 Canterbury District Health Board,26547478,Request for Proposals,Closed Competition,Health NZ - Specialist Mental Health Services Adult Acute Facility - Acoustic,KF45,20221028,20221124,20221212,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified selected respondents to submit a proposal for acoustic consultant services. This is in relation to the design and construction of the Specialist Mental Health Services Adult Acute Facility (SMHS/AAF) at Hillmorton Hospital Christchurch. Proposals are requested in the attached scope of services and in accordance with the attached RFP conditions.",Awarded,,0,20250410 Canterbury District Health Board,26579830,Request for Proposals,Open Competition,ICP Mass Spectrometry Analyser,22PROCLAB005,20221104,20221202,20230526,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for a replacement ICP-MS, software, auto sampler, cooling unit (recirculating Chiller) and rough pump (vacuum pump) contract opportunity.",Awarded,Contract term 60 months + 24 month renewal,340000,20250410 Canterbury District Health Board,26601768,Award Notice,Open Competition,Clinical resource online subscription,,20220327,20220327,20220327,,Sole Agency,No,,Clinical evidence based information,Awarded,"For technical reasons, there is no alternative to provide evidence based information to support medical staff decisions.",0,20250410 Canterbury District Health Board,26689343,Request for Proposals,Open Competition,Health NZ - Parkside Ground Floor Block A Modifications,KF46,20221129,20221222,20241008,,Sole Agency,No,,"Te Whatu Ora - Health NZ is seeking a main contractor with live environment experience to deliver Parkside Ground Floor Block A modifications, within an operational area of the Christchurch Hospital Campus. The project brief will include: Working in and around a live environment; Light demolition works; Builders work; and Mechanical/Electrical/Hydraulic upgrades.",Not Awarded,,0,20250410 Canterbury District Health Board,26700671,Request for Proposals,Open Competition,Community Pharmacy for Buller Integrated Health Facility,PF2102,20221201,20221222,20230907,,Sole Agency,No,,"Te Whatu Ora | Health New Zealand is seeking proposals from pharmacists or pharmacist-led organisations to establish, own and operate a community pharmacy within the new health facility, Te Rau Kawakawa, for the Buller community. We are seeking a provider with a strong focus on the health and well-being of the community, on helping people get the most from their medicines and on working collaboratively with the healthcare team to give people the best-possible primary care. This is a unique opportunity to establish and grow a community pharmacy business, working very closely alongside the doctors, nurses and other healthcare professionals providing care to a significant rural community. For the right pharmacy team there will be opportunities to provide an extended scope of pharmacist care, such as advising prescribers on medicines optimisation.",Not Awarded,,0,20250410 Canterbury District Health Board,26768124,Award Notice,Open Competition,Preventative Maintenance for Alfred AST 60,23PROCLAB012,20221104,20221104,20221104,,Sole Agency,No,,"For technical reasons Ngaio Diagnostics is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the Alfred AST 60 equipment.",Not Awarded,"For technical reasons Ngaio Diagnostics is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the Alfred AST 60 equipment.",0,20250410 Canterbury District Health Board,26787437,Award Notice,Open Competition,Clinical resource online subscription,,20210330,20210330,20210330,,Sole Agency,No,,Clinical evidence based information,Not Awarded,"For Technical Reasons, there is no alternative to provide clinical evidence based information to support medical staff decisions.",0,20250410 Canterbury District Health Board,26788396,Award Notice,Open Competition,Freelite Kappa and Lambda assay kits,,20210422,20210422,20210422,,Sole Agency,No,,"Freelite Kappa and Lambda kits are assays used for diagnosing and monitoring response to treatment in patients with Multiple Myeloma, a form of blood cancer.",Not Awarded,"For Technical Reasons, there is not direct equivalence between different reagent suppliers and analyser platforms for this assay.",0,20250410 Canterbury District Health Board,26788530,Award Notice,Open Competition,Reagent for Immunoassay testing,,20210906,20210906,20210906,,Sole Agency,No,,Reagents for Drugs of Abuse immunoassay testing,Not Awarded,"For technical reasons, only Specialist Diagnostix is able to provide the reagent consumables. Suppliers of Drugs of Abuse reagents are required to be registered and Speciality Diagnostix is the only provider of reagents suitable for the equipment installed in CHL that is registered to provide these reagents in NZ.",0,20250410 Canterbury District Health Board,26788659,Award Notice,Open Competition,Ice FX Cryoablation Console and associated consumables,,20210924,20210924,20210924,,Sole Agency,No,,Ice FX Cryoablation Console and associated consumables.,Awarded,"For technical reasons, Boston Scientific are the only supplier that can provide Cryoablation equipment. The Boston consumables are the only consumables that can be used with the ICE FX Cryoablation Console.",264420,20250410 Canterbury District Health Board,26788781,Award Notice,Open Competition,Comrad Software support,,20210422,20210422,20210422,,Sole Agency,No,,Comrad RIS software maintenance and support,Awarded,"For technical reasons, Comrad Medical Systems are the only supplier that can provide license support and maintenance for the Comrad RIS CHL equipment.",731420,20250410 Canterbury District Health Board,26789007,Award Notice,Open Competition,Radiology and Cardiology Equipment Maintenance Services,PROCD015,20211224,20211224,20211224,,Sole Agency,No,,Radiology and Cardiology Equipment Maintenance Services,Awarded,"For technical reasons and to support currently installed Radiology and Cardiology equipment. GE Healthcare Limited is the only company that has the required expertise, test equipment and spare parts to maintain Waitaha Canterbury GE Healthcare Limited Radiology and cardiology equipment.",1472005,20250410 Canterbury District Health Board,26789106,Award Notice,Open Competition,Carto 3 System Maintenance Services,,20210429,20210429,20210429,,Sole Agency,No,,Carto 3 System Maintenance Services,Awarded,"For technical reasons, Johnson & Johnson are the only supplier that can provide the expertise and specialised maintenance services for the Carto 3 System.",153900,20250410 Canterbury District Health Board,26789166,Award Notice,Open Competition,Radiology Equipment Maintenance Services,,20210727,20210727,20210727,,Sole Agency,No,,Radiology Equipment Maintenance Services,Awarded,"For technical reasons, Philips NZ Commercial Limited is the only supplier that has the required technical staff, expertise, test equipment and spare parts to maintain the Philips NZ Commercial Limited Radiology equipment.",2300234,20250410 Canterbury District Health Board,26789257,Award Notice,Open Competition,SeqStudio Low Throughput Genetic Analyser,,20211117,20211117,20211117,,Sole Agency,No,,SeqStudio Low Throughput Genetic Analyser,Awarded,"For technical reasons, there is only one supplier able to meet the SeqStudio Low Throughput Genetic Analyser specific requirement at this time in New Zealand. CHL require a 4 capillary genetic analyser in order to run urgent tests. Of the 2 companies that manufacture the SeqStudio Low Throughput Genetic Analyser globally, only one sells their device in New Zealand and provides the expertise, technical staff and maintenance support required for this equipment.",400413,20250410 Canterbury District Health Board,26789415,Award Notice,Open Competition,Provision of Reticulated and Bottled LPG,21PROCMAINT005,20210719,20210719,20210719,,Sole Agency,No,,Provision of Reticulated and Bottled LPG,Awarded,"For technical reasons, Rockgas Limited is the only supplier who provides reticulated LPG to Waitaha Canterbury and Hillmorton Hospital.",1813788,20250410 Canterbury District Health Board,26789589,Award Notice,Open Competition,Provision of IVI Packs,,20210412,20210412,20210412,,Sole Agency,No,,Provision of IVI Packs,Awarded,"For technical reasons, there is only one supplier that can provide the IVI packs. Rewa Rewa Limited provides Waitaha Canterbury with customised IVI packs specific to our clinicians requirements.",130900,20250410 Canterbury District Health Board,26795039,Award Notice,Open Competition,Replacement Gas Modules,22PROCMED082,20211008,20211008,20211008,,Sole Agency,No,,Replacement Gas Modules,Awarded,For technical reasons the anaesthetic and cardiac gas modules used are GE Healthcare machines.,105009,20250410 Canterbury District Health Board,26795124,Award Notice,Open Competition,Provision of Patient Monitors,23PROCMED072,20211115,20211215,20211215,,Sole Agency,No,,Replacement of existing ED equipment.,Awarded,For technical reasons the patient monitors with gas modules and central monitoring systems are both only manufactured by GE Healthcare and are the only devices that can be purchased and approved to fit and match the existing ED fleet of equipment.,140526,20250410 Canterbury District Health Board,26795266,Award Notice,Open Competition,Provision of CUSA System,22PROCMED006,20210721,20210721,20210721,,Sole Agency,No,,Provision of CUSA System,Awarded,For technical reasons we require that the replacement for the existing system at Waitaha Canterbury to be an identical to the system currently installed.,436300,20250410 Canterbury District Health Board,26795460,Award Notice,Open Competition,Provision of Cardio-Pulmonary Exercise Testing Equipment,23PROCMED004,20211019,20211019,20211019,,Sole Agency,No,,Provision of Cardio-Pulmonary Exercise Testing Equipment,Awarded,,142700,20250410 Canterbury District Health Board,26795493,Award Notice,Open Competition,PICC Lines,22PROCMED086,20211020,20211020,20211020,,Sole Agency,No,,PICC Lines,Awarded,For technical reasons the PICC Line from NZMS is the most suitable replacement product available on the market for the Interventional Radiology Dept.,332108,20250410 Canterbury District Health Board,26796355,Award Notice,Open Competition,Provision of Endoscopic Ultrasound Machine,22PROCMED003,20211224,20211224,20211224,,Sole Agency,No,,Provision of Endoscopic Ultrasound Machine,Awarded,For technical reasons the Endoscopic Ultrasound System (EBUS) must be procured from Olympus New Zealand Limited for the existing equipment which will be used with the Endobronchial Ultrasound (OEM).,140000,20250410 Canterbury District Health Board,26796420,Award Notice,Open Competition,Provision of Transoesophageal Echo (TOE) Machine with TOE Probe,21PROCMED082,20210329,20210329,20210329,,Sole Agency,No,,Provision of Transoesophageal Echo (TOE) Machine with TOE Probe,Awarded,"For fleet and technical reasons, Philips NZ Commercial Limited equipment will be procure for the Cardiology Dept.",309478,20250410 Canterbury District Health Board,26796459,Award Notice,Open Competition,Provision of Radiation Dose Monitoring System,18PROCDP003,20210330,20210330,20210330,,Sole Agency,No,,Provision of Radiation Dose Monitoring System,Awarded,For technical reason there is only one supplier able to supply an appropriate solutions for dose monitoring.,171250,20250410 Canterbury District Health Board,26800185,Award Notice,Open Competition,Supply of Peloris Tissue Processor,,20210330,20210330,20210330,,Sole Agency,No,,Supply of Peloris Tissue Processor,Awarded,"For technical reasons, Waitaha Canterbury need to ensure the fleet of tissue processors used within Anatomical Pathology are consistent. Waitaha Canterbury currently operate 3 tissue processors. To ensure all results are consistent, it is vital the new tissue processor is of the same type as the rest of the fleet (i.e. Leica Peloris).",145245,20250410 Canterbury District Health Board,26801735,Award Notice,Open Competition,Carto 3 System Maintenance,23PROCMED065,20221207,20221207,20221207,,Sole Agency,No,,Carto 3 System Maintenance,Awarded,For technical reasons Johnson & Johnson Pty Limited are the only supplier that can provide maintenance for the Carto 3 system.,208436,20250410 Canterbury District Health Board,26805163,Award Notice,Open Competition,Test Sample Preparation System,22PROCLAB003,20220816,20220816,20220816,,Sole Agency,No,,Test Sample Preparation System,Awarded,"For technical reasons Design Energy is the only supplier that has the designed prototype (customised design) for the specific use of decapping/recapping COVID-19 sample tubes. Due to our unique laboratory workflow with different tubes and testing platforms we are unable to use a commercially available standard off the shelf robotics system.",385000,20250410 Canterbury District Health Board,28325704,Request for Proposals,Open Competition,Health NZ - Hillmorton Building 15 Partial Refurbishment Project,Hill- Bldg15,20231024,20231123,20240326,,Sole Agency,No,,"The Adult Acute Facility (AAF) project has a series of enabling packages associated with clearing existing buildings off the proposed new build site, allowing the main construction to commence. This RFP is one of those enabling projects; to part only of building 15 (Fergusson Building) refurbishment of the facility to house pharmacy, administration, caf / servery kitchen and cleaners facilities from building 6. Building 15 will be providing health care and administration accommodation during the contract works to the portions of the building not impacted by the refurbishment works and therefore in that respect it can be considered concurrently occupied.",Awarded,,0,20250410 Canterbury District Health Board,28486305,Request for Proposals,Closed Competition,Health NZ - Parkside Cath Lab 3 Project,Chc Cath Lab 3,20231121,20231220,20240725,,Sole Agency,No,,Te Whatu Ora is seeking a suitably qualified and experienced main contractor for the reconfiguration of the existing theatres 10 & 11 on level one of the Parkside building on the Christchurch Hospital Campus. This work involves the fit-out of the reconfigured space into a Catheter Lab with an associated upgrade in services.,Awarded,,0,20250410 Capital and Coast District Health Board,19769021,Request for Proposals,Open Competition,Taxi Services and Patient Transfer Services,CCTAXI18,20180529,20180629,20200210,,Sole Agency,No,,"This RFP is issued by Capital and Coast District Health Board. We invite proposals for the Provision of Taxi Services and for the Provision of Patient Transfer Services Respondents may tender for either one or both Services. The purpose of this RFP is to select one or more Taxi, Patient Transfer Service providers.",Not Awarded,Awarded to Wellington Combined Taxis Ltd,0,20250410 Capital and Coast District Health Board,19954123,Request for Proposals,Open Competition,Licencing & Operation of Cafe/Kiosks at C&CDHB Campuses,CCK08918,20180727,20180831,20190723,,Sole Agency,No,,"Capital & Coast District Health Board (CCDHB) operates two hospitals Wellington Regional Hospital in Newtown and Kenepuru Hospital in Porirua. CCDHB invites proposals to establish, licence and operate caf premises in its Wellington and Kenepuru Campuses. There are four opportunities which can be tendered for either singularly, all together or any other configuration. The opportunities are: 1 The atrium of Wellington Regional Hospital (WRH); and 2 A coffee kiosk on level 5 of the Grace Neill Building (GNB); and 3 A coffee kiosk on level three of the Clinical Services Building (CSB); and 4 A coffee kiosk on the ground floor of the Kenepuru Hospital Building",Not Awarded,"Wishbone awarded Atrium and GNB L5 Mojo awarded CSB 3 Poppies awarded Kenepuru",0,20250410 Capital and Coast District Health Board,20101190,Request for Proposals,Open Competition,Capital & Coast DHB General Services Procurement,,20180903,20181019,20190927,,Sole Agency,No,,"For the past nine years CCDHB have had the General Services provided by a private provider. It is now considered timely that the General Services be offered to the open market. CCDHB may select one or more Service providers to deliver the General Services required in Schedule 2 of this RFP. Prospective tenderer's may bid for one, many or all of the services on offer.",Not Awarded,"Patient meals | Meals on wheels | Cafeteria & function foods | External waste |Recycling Waste Management awarded to SPOTLESS Sanitary | Infectious Cytotoxic Waste awarded to INTERWASTE Cleaning | Internal waste | Pest Control awarded to ISS FACILITY SERVICES",0,20250410 Capital and Coast District Health Board,20139573,Request for Proposals,Open Competition,E-referral Solution,,20180910,20181022,20200214,,Sole Agency,No,"Grace Neil Block Level 8, Belinda Woodward, Wellington Hospital, Riddiford Street","The 3DHBs require an off-the-shelf, end-to-end electronic patient referral solution (e-referral solution), together with related configuration and implementation services, and ongoing support. The e-referral solution will be implemented by the 3DHBs and their community-based primary health care providers sites.",Not Awarded,"Due to scope change CCDHB has decided to not award this RFx, but re-tender in the near future with the revised scope and requirements.",0,20250410 Capital and Coast District Health Board,20433929,Request for Tenders,Open Competition,Operations Building - Roof Overlay System,LIMB1118B,20181120,20181218,20210114,,Sole Agency,No,,"CCDHB wish to procure the services of a suitably qualified contractor to install a new reroofing overlay system to the existing building. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for a roof overlay system and associated roof drainage repair work, to a 2-storey building at 42-46 Mein St for CCDHB. The Target completion date for all stages is May 2019. A full tender package of documentation is included as part of this tender package (RFT). CCDHB is seeking submissions from Building Contractors for the roof overlay works. A full and complete tender is requested from each responding tenderer.",Awarded,,0,20250410 Capital and Coast District Health Board,20433940,Request for Tenders,Open Competition,Operations Building Renovation,LIMB1118A,20181116,20181212,20210121,,Sole Agency,No,,"Capital & Coast District Health Board (CCDHB) and design team have lodged consent to allow internal and external renovation works to the existing Operations Building located at 42-46 Mein St, Wellington. The Target completion date for all stages is April 2019. A full tender package of documentation is included as part of this tender package (RFT). CCDHB is seeking submissions from Building Contractors for the refurbishment works. A full and complete tender is requested from each responding tenderer.",Awarded,Awarded to Choice Commercial Interiors on 21 March 2019,1943391,20250410 Capital and Coast District Health Board,20616191,Request for Proposals,Open Competition,3DHB Network Connectivity Services,ICT201901,20190118,20190222,20190701,,Sole Agency,No,,"3DHB wishes to migrate its WAN network to a private Multi-Protocol Label Switching (MPLS) network with one service provider for all network connectivity across all three DHBs. 3DHB understands that the service providers core skills revolve around the deployment, management and maintenance of a highly redundant, scalable, resilient network. Similarly, 3DHB wishes to reduce to either one or two service providers for Internet and Connected Health access. 3DHB expects that this traffic can be carried over the WAN connections. Thus, 3DHB simply desires to consume bandwidth from a reliable redundant & resilient network with the understanding that all the challenges, as mentioned above, are overcome based on the fundamental architecture deployed by the service provider. Each key location within each DHB would require geographically diverse connections to diverse Points of Presence (PoPs), including link or tail connectivity into each site. Separate fibre and ducting would be required to ensure no single points of failure for these elements. In essence each main hospital (Wellington Regional, Kenepuru, Hutt Valley and Wairarapa) requires no single point of failure. All questions in relation to this RFP should be directed via GETS.",Awarded,Awarded to Computer Concepts Limited,0,20250410 Capital and Coast District Health Board,20682911,Request for Proposals,Open Competition,Provision of Theatre Lights and Pendants,,20190204,20190308,20200724,,Sole Agency,No,Please refer to RFP docuement for delivery details,This request for proposal (RFP) is issued by C&C DHB. C&C DHB invites proposals for the Provision of Theatre Lights and Pendants in accordance with this RFP and the specifications as set out in Schedule 2.,Awarded,,393618,20250410 Capital and Coast District Health Board,20798828,Request for Proposals,Open Competition,Wellington Regional hospital Car Parking Equipment Upgrade,201903,20190304,20190328,20190809,,Sole Agency,No,,"Capital and Coast District Health Board (CCDHB) are wanting to purchase and install replacements for existing Automatic Pay Station (APS) hardware, boom gates, barrier arms and software systems. CCDHB also want to establish a 5 year maintenance contract for goods and services procured. All hardware and software must be accessible by and preferably link into current car parking management providers systems and processes.",Awarded,"Sole Award equipment and Installation, Debriefs available for unsuccessful tenderer's open until 23rd August e-mail Andrew.Loveridge@ccdhb.org.nz for an appointment.",0,20250410 Capital and Coast District Health Board,20889280,Request for Proposals,Open Competition,Neurosurgical Microscope,,20190328,20190426,20200724,,Sole Agency,No,Please refer to RFP document regarding one hard copy of your proposal in addition to your electronic proposal to GETS,CCDHB invites proposals for the Purchase of a Neurosurgical Microscope.,Awarded,,619000,20250410 Capital and Coast District Health Board,20937071,Request for Quotations,Open Competition,Haemodynamic Monitoring System (Physiology),,20190411,20190503,20190910,,Sole Agency,No,,"CCDHB are looking to replace three (3x) Haemodynamic Monitoring Systems; in our Catheter Labs (1&2) and a Dual Lab. A Haemodynamic monitoring system directly measure blood pressure from inside the veins, heart and arteries. They also measure blood flow and how much oxygen is in the blood. In addition, these systems have interfaces to help document diagnostic catheterisations, coronary, peripheral and electrophysiology (EP) procedures. We are seeking quotes that offer the best value-for-money over the whole-of-life of the contract.",Awarded,,0,20250410 Capital and Coast District Health Board,20980363,Request for Proposals,Closed Competition,Mobile Electronic Patient Observation and Documentation Solution,ICT20190430,20190430,20190527,20210121,,Sole Agency,No,NA,"The Wairarapa, Hutt Valley and Capital & Coast District Health Boards (3DHB) have selected suppliers for more detailed information about their systems to help choose a Mobile Electronic Patient Observations (MEPO) solution.",Awarded,,1700000,20250410 Capital and Coast District Health Board,21037039,Request for Tenders,Open Competition,Haumietiketike Cluster 1 Alterations,HTT Cluster 1,20190515,20190611,20210121,,Sole Agency,No,,"Capital & Coast District Health Board (CCDHB) is seeking submissions from Building Contractors for the internal renovation works to the existing Haumitiketike Individual Service Unit located at 18 Upper Main Drive, Porirua and is part of the wider Kenepuru Community Hospital campus. The Target completion date for this work is October 2019. The Cluster 1 Alteration works are considered as enabling works for the Haumietiketike Individual Service Unit extension (ISU Extension Project). The successful tenderer for the Cluster 1 Alterations tender will become the preferred contractor for the ISU Extension project, conditional upon performance. The ISU Extension will be negotiated as a variation to the original contract.",Not Awarded,"Awarded to Hawkins Construction for $912,451.83",0,20250410 Capital and Coast District Health Board,21128812,Request for Tenders,Open Competition,CCDHB Oncology Main Contractor,19062001,20190624,20190725,20191202,,Sole Agency,No,,"Wellington Regional Hospital A Main Building Contractor is required to construct new offices within Level 3 of the Grace Neill Building; then reconfigure the Wellington Blood and Cancer (WBCC) Oncology Day Ward to create a new link corridor within Level 3 of the Wellington Regional Hospital Building all at Riddiford Street, Newtown. The scope includes alterations and new partitions, HVAC including relocate air handling plant room, lighting, power, plumbing & drainage, medical gases, nurse call, alterations to pneumatic tube system, ceilings, finishes, joinery etc. The tender is in two parts: Grace Neill Block Office fit out fixed lump sum price; and WRH Reconfiguration preferred contractor fixed P&G and margin, some fixed scope with mostly provisional trades.",Awarded,Awarded to Naylor Love Construction,5275000,20250410 Capital and Coast District Health Board,21143927,Request for Proposals,Open Competition,Cart Washer,,20190612,20190704,20191104,,Sole Agency,No,RFP for the purchase of a Cart Washer for CCDHB Procurement - Clinical & Support Services Ward Support Block (WSB) Level 4 Capital & Coast District Health Board Wellington Regional Hospital Riddiford Street Wellington 6242 attn Elaine Jones,This request for proposal (RFP) is issued by CCDHB. CCDHB invites proposals for the Purchase of a Cart Washer in accordance with this RFP and the specifications as set out in Schedule 1 of tender docuement..,Awarded,,0,20250410 Capital and Coast District Health Board,21460802,Request for Quotations,Open Competition,CCDHB Health Care Home Programme - Overall Evaluation,HCH-001,20190821,20190918,20200724,,Sole Agency,No,,"We are seeking a mixed methods evaluation of the Capital & Coast District Health Board Health Care Home programme and outcomes, by internationally recognised expert(s) in the evaluation of health care programmes. The evaluation will consider the components of the quadruple aim including the population health impact, patient experience, cost effectiveness and workforce satisfaction. The evaluation methods will include case studies, interviews, quantitative and qualitative analysis. Information on the Health Care Home model is available at this website: https://www.healthcarehome.org.nz/hch-moc-overview Please note we have released two tenders (HCH-001 and HCH-002) for a total of three evaluations (overall evaluation and evaluations from Maori and Pacific world views) and we encourage collaboration amongst the successful applicants.",Awarded,Contract awarded to Allen and Clarke,100000,20250410 Capital and Coast District Health Board,21613621,Request for Proposals,Open Competition,Biplane & Fluoroscopy Upgrade Wellington Regional Hospital,WRHRAD1019,20190916,20191018,20200228,,Sole Agency,No,See RFP detail,"All equipment in the Interventional Unit at Wellington Regional hospital is at or approaching end of life. For any replacement program we need to ensure that there is no reduction in the current volume of Angiography or Fluoroscopy services in order to meet acute tertiary demand. To achieve this CCDHB intends during this financial year (FY 19/20) to: 1) Redevelop the Radiology facility to enable the relocation of the fluoroscopy suite from its current location into a new location 2) Purchase and installation of a new Fluoroscopy unit within the new location 3) Redevelop the current Fluoroscopy site to accommodate a new Bi-Plane Angiography machine 4) Purchase and installation of a Bi-Plane angiography interventional machine We need: 1. A new Fluoroscopy machine to be installed in the new location following construction and 2. A new Bi-plane Angiography machine to be installed in the refurbished current Fluoroscopy location Suppliers are invited to tender for both or either of the required equipment items.",Awarded,,2950000,20250410 Capital and Coast District Health Board,21762174,Request for Proposals,Closed Competition,Electronic Infusion Devices,102019,20191011,20191101,20200724,,Sole Agency,No,,The objective of this RFP purchase is to provide replacement Electronic Infusion Devices to meet current patient demands with Electronic Infusion Devices validated and supported by the company concerned.,Awarded,,1458770,20250410 Capital and Coast District Health Board,21821209,Request for Tenders,Open Competition,WRH Copper Pipe - Riser Installation,CPRS1R12,20191022,20191115,20210121,,Sole Agency,No,,"Capital & Coast District Health Board (CCDHB) is seeking submissions from Main Contractors for the installation works of Risers in two new locations within the Wellington Regional Hospital (WRH). The target start date for construction is 09 December 2019, and the target completion date is 31 January 2020. A full tender package of documentation is included as part of this tender package (RFT). A full and complete tender is requested from each responding tenderer",Not Awarded,"WRH Copper Pipe Riser installation awarded to Naylor Love. Tender run by Kensway, tendered missed close window with IT issues and submitted manually. only 1 tenderer award price $410,039",0,20250410 Capital and Coast District Health Board,21864646,Request for Tenders,Open Competition,CCDHB GAMMA CAMERA REPLACEMENT - BUILDING MAIN CONTRACTOR,,20191030,20191126,20200326,,Sole Agency,No,"165 Plateau Rd, Te Marua","Capital & Coast District Health Board require suitably qualified contractors to submit tenders to carry out construction works to make way for the install of a new Gamma Camera at Wellington Regional Hospital, supplied and installed by Siemens. Documentation has been prepared for tender by way of fixed price lump sum. Noted the works do not require consent. CCDHB are anticipating delivery of the Gamma Camera early 2020.",Awarded,,0,20250410 Capital and Coast District Health Board,22044263,Request for Tenders,Open Competition,Radiology Interventional Upgrade Project,RADINT2020,20191204,20200207,20201005,,Sole Agency,No,,"This project is to construct a new Fluoroscopy procedure room, and alter the existing Fluoroscopy space into an Angiography Bi-Plane room. The equipment in the Radiology Interventional unit is reaching end of life and requires replacement, while maintaining current unit capacities and introducing a Bi-Plane angiography machine to the unit. The facility has no allowance for the machine being out of operation for any replacement or unit alterations. A new fluoroscopy room will be built to allow for the current fluoroscopy room to be altered for accommodating the new Bi-Plane machine. The new Fluoroscopy procedure room including the decanting of the current space will be conducted as stage one works. Once completed, stage two works can commence the alterations of the current Fluoroscopy room to accommodate a new Bi-Plane Angiography machine. This process provides the ability for the fluoroscopy unit to remain in full function with no interruptions while construction works and machine replacements are conducted.",Awarded,Awarded to Choice Commercial Interiors in July 20 (Post lock down),2403707,20250410 Capital and Coast District Health Board,22081659,Request for Tenders,Open Competition,WO1 Power Upgrade Works - Wellington Regional Hospital,12122019,20191212,20200211,20200618,,Sole Agency,No,,"Capital & Coast District Health Board (CCDHB) require power upgrades works so as to supply power to the New Childrens Hospital Wellington, currently under construction on the Riddiford Street, Newtown campus. It is envisaged that the project will commence March 2020. A full tender package of documentation is included as part of this tender package (RFT). CCDHB is seeking submissions from suitable qualified and experienced contractors. A full and complete tender is requested from each responding tenderer.",Awarded,Awarded to Seven Electrical,224453,20250410 Capital and Coast District Health Board,22858555,Request for Quotations,Closed Competition,Project Management Construction Consultancy Services,22062020,20200624,20200717,20201016,,Sole Agency,No,,"CCDHB is running a secondary procurement process across the Ministry of Business, Innovation and Employment (MBIE) Construction Consultancy Services (CCS) contract. Your organisation is invited to submit a RFQ. CCDHB are seeking proposals for quotes from experienced construction project management consultancy companies with the intention of forming a project management services panel. This panel will be engaged from time to time, to work with the internal CCDHB Capital Projects project management team on a project by project basis to deliver building infrastructure projects. Engagements could be for the end to end or partial delivery of capital projects. It is envisaged that the panel will contain up to 3 specialist construction project management consultancy companies. Panel members will work alongside the Capital Projects team and adhere to all CCDHB project delivery methodologies, framework and internal practices including, but not limited to, project reporting, financial management, procurement and document management protocols.",Awarded,"Awarded to TBIG, Kensway and OCTA Octa had issues loading the response to GETS but submitted direct and within time frame and was evaluated with the other submissions.",0,20250410 Capital and Coast District Health Board,22932442,Request for Tenders,Open Competition,WSB L4 Occupational Health Main Contractor,07072020,20200707,20200803,20201123,,Sole Agency,No,,"Capital & Coast Distract Health Board (CCDHB) are seeking suitably qualified main contractors to submit a Tender for the Occupational Health Fitout project at Wellington Regional Hospital, Newtown. This contract reconfigures the space and building services providing a mixture of modern open plan offices and smaller offices and clinic rooms.",Awarded,,330000,20250410 Capital and Coast District Health Board,23023131,Request for Tenders,Open Competition,"Clinical Services Block, Levels 10 and 11 Refurbishment Project Main Contractor",20202707,20200727,20200819,20210114,,Sole Agency,No,,"Capital & Coast Distract Health Board (CCDHB) are seeking suitably qualified main contractors to submit a Tender for the Clinical Services Block Levels 10 and 11 Refurbishment project at Wellington Regional Hospital, Newtown. This contract reconfigures the space and building services providing a mixture of modern open plan offices and smaller offices and clinic rooms.",Awarded,"Level 10 only, Level 11 project cancelled.",3526952,20250410 Capital and Coast District Health Board,23100943,Request for Proposals,Closed Competition,"A communication, guidelines & education Application for RMOs (Resident Medical Officer)",ICT RMO,20200811,20200831,20201001,,Sole Agency,No,,"A communication, guidelines & education Application for RMOs (Resident Medical Officer)",Awarded,,0,20250410 Capital and Coast District Health Board,23146043,Request for Proposals,Closed Competition,CCDHB Electronic Security Maintenance Contract & Access Control Installation,20200824,20200824,20200925,20210115,,Sole Agency,No,,"CCDHB is looking to request proposals for the following two items: 1. The combined electronic security services maintenance contract for the following services to support all its Wellington and Kenepuru (including the Porirua Upper Campus) and Kapiti Health Centre sites. The following is included: Access Control Intruder Detection CCTV Intercoms Associated Network Communications Switches, UPS, file server and software platforms. Ascom Duress System at MHAIDS forensic sites 2. The installation only of CCDHB supplied new equipment for the replacement of the Access Control System at the Porirua Upper Campus forensic MHAIDS site.",Awarded,Estimated value up to $1m per annum across 3 campus's,0,20250410 Capital and Coast District Health Board,23153206,Request for Proposals,Open Competition,Kaupapa Maori Forensic Mental Health Community Residential Intensive Services for Recovery (Step-down Beds),,20200821,20201009,20201210,,Sole Agency,No,,"The Capital and Coast District Health Board (CCDHB) Regional Forensic Services, are responsible for the safe and secure transition of our forensic Tangata whaiora (individual seeking wellness: service user of Maori descent) back into the community. This RFP relates to the purchase of a community Forensic residential Intensive Service for Recovery (ISR) of 4-6 beds (ideally 6 beds) located in Wellington (preferably located in a suburb within close proximity of Kenepuru hospital campus). The service will provide high quality home-like accommodation that is safe and secure. The location and the accommodation will be approved by the DHB. The service needs a Kaupapa Maori Forensic community residential step-down service for our forensic Tangata whaiora that will provide clinically safe and culturally responsive support, supervision and rehabilitation, with the aim of working with whanau and communities, and other services, to ensure Tangata whaiora are integrated back into their community, culture and whanau. This is a unique opportunity to combine expertise in community residential rehabilitation and Kaupapa Maori service provision to contribute to the community reintegration of forensic Tangata whaiora. It is also a great opportunity to work alongside the clinical experts of the DHB Regional Forensic Service and build your own capacity, capability as part of an overall service continuum. You must comply with the pre-conditions listed in 3.1 to have your submission moved to the evaluation stage.",Awarded,,0,20250410 Capital and Coast District Health Board,23363161,Request for Proposals,Open Competition,Wellington Regional Hospital Copper Replacement Main Works,20200928,20200928,20201105,20210308,,Sole Agency,No,,"The CCDHB and Wellington Regional Hospital require a multi-year commitment from a Main Contractor and their appointed sub-contractors to carry out the Copper Pipe Replacement Main Works throughout W01, a Wellington Regional Hospital building extending 8 floors and with a combined floor area of over 60,000m2. This is a unique opportunity for a Main Contractor to lead a quality team in the installation of a well-designed, unique, but complex new copper pipe reticulation system. The scope of works, both identified and yet-to-be-determined, will see all Contractors involved contributing to one of many critical infrastructure services that enable W01 to function. Contractors contributions will not be limited to the physical works, but include ongoing problem solving, pre-stage pipe reticulation assessments, builders works design solutions and more.",Awarded,Awarded to Naylor Love,50000000,20250410 Capital and Coast District Health Board,23368834,Request for Proposals,Open Competition,CCDHB Ceiling Tile Replacement programme,,20200929,20201020,20210111,,Sole Agency,No,,"CCDHB is investing in replacement of the existing old heavyweight ceiling tiles for modern lightweight ceiling tiles across Wellington and Kenepuru Hospital sites. The existing heavyweight ceiling tiles are prevalent across CCDHB facilities and pose a significant injury risk to patients, staff and visitors during seismic events, particularly where injuries have arisen from failure of non-structural building elements. The replacement of these tiles will reduce that injury risk and damage to equipment during a seismic event. In 2019 an initial trial took place for replacement of 1430m2 ceiling tiles at Kenepuru and it has been identified that there is approximately 8,000m2 of ceiling tiles in scope to be replaced across Kenepuru and Wellington Hospital sites. The 2 hospitals currently use a different variety of tiles (exposed vs. concealed grid). This RFP relates to the procurement of a Contractor to undertake the replacement of the existing heavy ceiling tiles to lightweight alternative ceiling tiles. CCDHB have and are procuring more of the new ceiling tiles separately.",Awarded,,0,20250410 Capital and Coast District Health Board,23414672,Request for Proposals,Open Competition,Kenepuru Theatres Structural Upgrade,KPR Theatres 2020,20201008,20201104,20210308,,Sole Agency,No,,"The CCDHB and Kenepuru Community Hospital require commitment from a Main Contractor and their appointed sub-contractors to carry out the Structural Upgrade works within Theatres 91, 92, and 93 understanding the requirements for a streamlined programme to minimise any delay to the operational use of each Theatre. The Kenepuru Theatres are an integral part of the Hospital and any downtime associated with the required works in these areas is to be minimised. Works are to be sequenced allowing only one Theatre out of commission at a time, and detailed staging for infection control is required.",Not Awarded,Awarded to Holmes Construction Ltd,0,20250410 Capital and Coast District Health Board,23537570,Request for Proposals,Closed Competition,Youth Quake - One stop Shop - Porirua,SIP Youth Quake,20201030,20201123,20210210,,Sole Agency,No,,"This is a new opportunity through Capital & Coast District Health board, to develop a Youth One Stop Shop (YOSS) for Porirua. This is the outcome of a co-design approach between CCDHB and rangatahi from Porirua. The co-design approach showed that the solution will: Encourage and enhance collaboration and partnership between the many health and social services in Porirua. Have youth-friendly teams who look and feel like rangatahi in Porirua and who understand, or have lived experience of, the challenges they face. Have a governance structure that has at least 50% representation by rangatahi and covers a range of perspectives in the community. Have a mix of GPs, nurses, social workers, mental health professionals and/or connection to others that will improve the health and wellbeing of rangatahi. Be culturally relevant, reflects the rangatahi from the Porirua community, and can respond appropriately to their health and wellbeing needs. Be highly confidential and keeps our rangatahi and their information safe. Have the ability to provide a whole-of-whanau approach, where requested and appropriate. Be accessible, flexible, and reaches those most in need of support including: - Maori and Pacific rangatahi - those living in the highest deprivation - those living with disability - those from refugees and migrants families - the LGBTQI+ community. Be centrally located in Porirua City, but is able to reach into Porirua East.",Awarded,Awarded to - Te Runanga o Toa Rangatira (TROTR).,2500000,20250410 Capital and Coast District Health Board,23568340,Request for Proposals,Open Competition,CCDHB Lift Renewal and Maintenance,05102020,20201109,20201204,20210319,,Sole Agency,No,,"This procurement relates to the delivery of a lift upgrade programme over 5 years, and the ongoing maintenance of the full CCDHB lift fleet. We wish to upgrade the majority of our fleet of lifts and put in place a maintenance contract that ensures ours lifts meet the required levels of service over their life span.",Awarded,Awarded to Schindler Lifts NZ Ltd.,1192725,20250410 Capital and Coast District Health Board,23676070,Request for Proposals,Open Competition,Backup Upgrade & Replacement,ICT-21-052,20201124,20210118,20210628,,Sole Agency,No,,"The 3DHBs (Capital & Coast, Hutt Valley and Wairarapa) are seeking a partner to design, consolidate and migrate the existing backup platforms at each DHB onto a single Commvault solution. The single backup solution will reduce administrative overhead and cost through economies of scale, improve the performance of backup and recovery across the 3DHBs and replace aged infrastructure.",Awarded,,0,20250410 Capital and Coast District Health Board,23744330,Request for Proposals,Open Competition,Taineke - Mobility Wellness Service,08122020,20201208,20210214,20210412,,Sole Agency,No,,"Taineke is a new service to be delivered in the Porirua region prioritising Maori, Pacific Island people and, Community services card holders living with musculoskeletal conditions. The name Taineke means dynamics of movement and reflects the services approach to empower individuals on their health and wellbeing journey. We anticipate the service will work to improve health outcomes for people with musculoskeletal health conditions by giving them access to services that reduce pain and other consequences of their condition, and supports them to make informed decisions about their health and wellbeing. As the provider you will deliver the most effective service targeted and tailored to the needs of the individual before they deteriorate to the point of needing hospital level care. Taineke - Hapaitia te ara tika pumau ai te rangatiratanga mo nga uri whakaipu. Foster the pathway of knowledge to strength, independence and growth for future generations This whakatauki relates to the guiding principles informing the development of the service, that is the positive change within a holistic context and how that can impact on an individuals wellbeing and that of their whanau.",Awarded,awarded to TBI health NZ Ltd,314000,20250410 Capital and Coast District Health Board,24028908,Request for Proposals,Open Competition,CCDHB Seismic Assessments,26022021,20210226,20210318,20210706,,Sole Agency,No,,"We are seeking an appropriately qualified engineering company/s to undertake detailed seismic assessments of a selected group of buildings across the Capital and Coast District Health Board portfolio. The detailed seismic assessments (DSAs) will need to cover both the structural buildings themselves as well as the buildings engineered systems. This is a unique opportunity to undertake a critical piece of work for the CCDHB. The successful engineering company/s will be contributing to this through assessing these buildings and making recommendations around how the CCDHB can ensure the buildings and its associated engineering systems can be improved to ensure their continued operation post a major seismic event.",Awarded,Awarded to Silvester Clark,0,20250410 Capital and Coast District Health Board,24029594,Request for Quotations,Open Competition,Clinical Service Block (CSB) Level 10 FF&E,26022021,20210226,20210318,20210719,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the furniture (desks, chairs and soft furnishings) at the completion of a refurbishment project. The furniture is to be high quality, long lasting and fit for purpose office furniture that meet CCDHBs economic and sustainability objectives.",Awarded,Awarded to Europlan and Aspect,275000,20250410 Capital and Coast District Health Board,24056227,Request for Proposals,Open Competition,Interventional Cardiology & Radiology CCDHB Upgrade Phase 3,,20210305,20210430,20211008,,Sole Agency,No,,"CCDHB are looking to replace four fluoroscopic imaging systems. These include imaging equipment for two Cardiac catheter labs, one pacing and Electrophysiology lab and one Angiography lab. The department will need to continue to deliver services during the installation of the equipment. This project will be a phased project. Each phase will be closely linked. New equipment will be installed rooms commissioned and training complete before other rooms are decommissioned awaiting installation of new equipment. The potential vendors need to consider two options. The first is installation of new imaging equipment in the current designated footprint. The second depending on the funding allocated to this project is to install the equipment in a redesigned, larger space. See also the ROI for a Hybrid Theatre which may influence the outcome of this RFP.",Awarded,,0,20250410 Capital and Coast District Health Board,24242517,Request for Proposals,Closed Competition,CCDHB Standby Generators,,20210427,20210521,20210706,,Sole Agency,No,,"CCDHB is obtaining tenders for the replacement of all four existing standby generators at the Wellington Regional Hospital (WRH) Total Energy Centre (TEC) with seismically qualified units as specified in the attached memorandum by Silvester/Clark Consulting Engineers, the CCDHB Seismic Minimum Standards. Generators need to comply with the performance specification in this document. Please Note: CCDHB is finalising the qualifications and costs from suitable tenderers to inform the final business case for approvals from the CCDHB and MoH. We expect approvals in the 3rd quarter of 2021. The award of the contract is subject to the approval of the funding above.",Awarded,,0,20250410 Capital and Coast District Health Board,24262498,Request for Tenders,Open Competition,CCDHB CSB Level 3 Urology & Renal Dept.,03052021,20210503,20210604,20210802,,Sole Agency,No,,"Capital and Coast District Health Board (CCDHB) require a commitment from a Main Contractor and their appointed sub-contractors to construct the new Urology and Renal departments in Wellington Regional Hospitals Clinical Services Block (CSB). This is set to be a moderately technical build, resulting in a highly functional public health service offering.",Awarded,Hawkins Selected as the best response and price attributes for this refurbishment award price $1.634M,0,20250410 Capital and Coast District Health Board,24295784,Request for Proposals,Open Competition,CCDHB LED Lighting Upgrade,12052021,20210512,20210602,20210706,,Sole Agency,No,,"CCDHB is obtaining tenders for the upgrading of all CCDHB lighting to LED lighting. This upgrade is to reduce power consumption and maintenance costs of lighting in CCDHB buildings. This will also reduce the number of spares kept in stock to replace faulty lamps. The key driver for the investment is the need to reduce power consumption, carbon tax and maintenance costs as well as to contribute to the power requirements of future hospital campus needs.",Awarded,Awarded to Ecopoint,0,20250410 Capital and Coast District Health Board,24301279,Request for Proposals,Closed Competition,HVDHB/CCDHB Trades Panel RFP,,20210514,20210618,20211101,,Sole Agency,No,"165 Plateau Rd, Te Marua","Following a Registration of Interest potential providers of services has been shortlisted to receive this RFP. The DHBs are seeking proposals from selected suppliers to form a panel (Panel) of suppliers that may be engaged as and when The DHBs require services in the following areas (Panel Services): ? Carpentry & Joinery ? Electrical ? Fitters ? Flooring ? Glazing ? Handyman / General Maintenance ? Painting ? Plumbing ? Refrigeration ? Roofing ? Scaffolding The DHBs are looking to select 2-4 suppliers for each service at each site. Sites include but not limited to; Kapiti Health Centre, Kenepuru Hospital, Wellington Regional Hospital and Hutt Hospital. The panel size may be increased to allow for specialised services. Draft Contract is attached (3 documents) they are available for comment, final contract documentation will be made available during this RFP",Awarded,Panel award no fixed value,250000,20250410 Capital and Coast District Health Board,24322049,Request for Quotations,Open Competition,Asbestos Survey & Panel,20052021,20210524,20210604,20210928,,Sole Agency,No,,"The Capital and Coast District Health Board is looking for qualified, competent asbestos surveyors to conduct management surveys of our buildings at Wellington Regional Hospital, Kenepuru, Ratonga Rua o Porirua campus and Kapiti Hospital. It also want to develop a panel of experienced asbestos surveyors to conduct demolition and refurbishment surveys to support its long-term building refurbishment programme.",Awarded,"Panel award, awarded to Precise, ENGEO, Asbestos Surveying Solutions and SQN",0,20250410 Capital and Coast District Health Board,24364861,Request for Proposals,Open Competition,2DHB Enhanced Primary & Community AOD Counselling (Kaupapa Maori & Pacific),,20210528,20210705,20211012,,Sole Agency,No,,"The 2 DHBs are seeking to work with the Sector to establish a new Alcohol and Other Drug service in the Hutt valley, Wellington and Kapiti region. The service proposal scope is for Enhanced Kaupapa Maori & Pacific Primary and Community support for people experiencing substance related harm. The purpose of the Initiative is to enhance the sub regions existing AOD services in line with the Alcohol and Other Drug (AOD) Model of Care, to enable earlier intervention with mild to moderate AOD issues through the increased provision of culturally responsive, accessible counselling and peer support targeted to Maori and Pacific people.",Awarded,,0,20250410 Capital and Coast District Health Board,24411027,Request for Quotations,Closed Competition,Endoscopy (Colonoscopy & Gastroscopy) Procedures for CCDHB,,20210624,20210707,20210826,,Sole Agency,No,,"CCDHB is seeking quotes for Endoscopy (colonoscopy and gastroscopy) procedures. We are intending to release a volume of procedures to one or more service providers. We require at least 310 colonoscopy procedures to be completed by 30 November 2021. From 1 December 2021, volumes of gastroscopy and colonoscopy procedures required are unknown.",Awarded,,400148,20250410 Capital and Coast District Health Board,24414970,Request for Proposals,Open Competition,Kenepuru Day Ward Construction Main Contractor,,20210614,20210706,20211109,,Sole Agency,No,,This Request for Proposals (RFP) is an invitation to suitably qualified contractors to submit a P & G and margin Proposal for Main Contractor for the fit out of the Kenepuru Medical Day Ward (MDW) Project at Kenepuru Hospital.,Awarded,,0,20250410 Capital and Coast District Health Board,24447598,Request for Proposals,Open Competition,2DHB Parenting Antenatal Education Programmes,,20210621,20210730,20210927,,Sole Agency,No,,"The first 1,000 days (conception to a childs second birthday) lay the foundations for life-long health and wellbeing . The transitional phase between life before children and becoming a parent is a period when pregnant women and expectant fathers are particularly responsive to and proactive in seeking health information. Depending on their circumstances, parents will have different information and education needs and will seek changes in their social networks. HVDHB has reviewed its approach to commissioning maternal and child health services. Through this process we will target our investment to those who most need it, and create models of care that reflect the clinical and cultural needs and preference of women and families. We want to support services that are trusted by families and provide continuum of care for women, such as hapu wananga. In order to deliver on our commitment to target our investment to those groups who experience persistent inequities, we also need to ensure were providing high quality, good value, universal services to families with good health literacy and resources. The purpose of this RFP process is to ensure HVDHB is purchasing the most effective, greatest impact antenatal education for the whole HVDHB community.",Awarded,"Parenting antenatal education RFP was awarded to : Parenting Centre New Zealand Inc.",0,20250410 Capital and Coast District Health Board,24447692,Request for Proposals,Open Competition,2DHB Targeted Antenatal Education Programmes,,20210621,20210730,20210927,,Sole Agency,No,,"The first 1,000 days (conception to a childs second birthday) lay the foundations for life-long health and well-being . Against many metrics, HVDHB mothers and babies experience good health access and outcomes. However, there are pockets of inequitable outcomes; most commonly for Maori, Pacific and whanau living in areas of high deprivation, particularly in Taita, Naenae, and in pockets of Wainuiomata, Stokes Valley and Upper Hutt. Historically, HVDHBs investment in maternal health investment has been predominantly in secondary and tertiary settings. For the community-based services that are supported, they are often discreet, mainstream programmes. HVDHB has reviewed its approach to commissioning maternal and child health services. Through this process we will target our investment to those who most need it, and create models of care that reflect the clinical and cultural needs and preference of women and families. We want to support services that are trusted by families and provide continuum of care for women, such as hapu wananga.",Awarded,"Awarded to Naku Enei Tamariki inc (Pacific section) for targeted Pacific antenatal education Naku Enei Tamariki (Maori section ) for targeted Kaupapa Maori antenatal education",0,20250410 Capital and Coast District Health Board,24478140,Request for Proposals,Closed Competition,Point of Care Ultrasound Electronic Solution,,20210628,20210716,20211119,,Sole Agency,No,,"The scope of this project is to identify and implement an image archiving, quality assurance, credentialing and workflow electronic solution for clinical ultrasound. Required services are a software package that enables the ultrasound images to be captured, stored and archived as well as the ability to perform QA and credentialing. In addition to the software ongoing support and maintenance is also required.",Awarded,,0,20250410 Capital and Coast District Health Board,24586497,Request for Proposals,Open Competition,CCDHB Passive Fire Remediation,22072021,20210722,20210819,20211013,,Sole Agency,No,,"The Capital Coast District Health Board (CCDHB) completed a survey in 2017 using CoveKinloch to identify all passive fire defects within all fire and smoke walls throughout the Wellington Regional Hospital building W01. This survey identified over 1100 defects primarily regarding penetrations. The CCDHB also has undertaken surveys of 1 level of 3 different buildings within their portfolio which have also identified defects. As such the CCDHB are looking to establish a panel of suitable Passive Fire Contractors who would be able to undertake the rectification of passive fire defects. Additionally, the CCDHB has approval to proceed with the rectification of W01 defects and therefore this RFP will not only establish the panel of contractors but also be used for selection of the Contractor to undertake Stage 1 being W01.",Awarded,awarded to 4 panel members,0,20250410 Capital and Coast District Health Board,24611611,Request for Quotations,Open Competition,New Children's Hospital FF & E,29072021,20210729,20210816,20211217,,Sole Agency,No,,"We are seeking to purchase a range of furnishings for clinical and non-clinical zones within the new Childrens Hospital, to be installed at the completion of the construction project, scheduled for December 2021. The furniture is to be high quality, long lasting, fit for purpose, and meet CCDHBs economic and sustainability objectives. All furnishings must meet infection control standards, health and safety standards and be free from hazards. Refurbishment of some existing furniture may be an option. Room layouts will need to be adaptable to accommodate different functions and meet a variety of needs including patients and family members with disability, and patients using various items of equipment and aids. We are therefore interested in innovative designs that could be multi-functional, easily adaptable or reconfigurable to change use of a space.",Awarded,Awarded to a panel of 4 suppliers,350000,20250410 Capital and Coast District Health Board,24831583,Request for Quotations,Closed Competition,Hutt Valley DHB Image Intensifiers Replacement Project,,20210917,20211008,20220225,,Sole Agency,No,"165 Plateau Rd, Te Marua","Hutt Valley District Heath Board (HVDHB) is looking to purchase three (3) Mobile Image Intensifiers systems. HVDHB invites quotes (RFQ) for the purchase of this equipment. HVDHB is inviting quotations for the provision of three units from suppliers operating within New Zealand Under the NZHP Panel Agreement for Imaging Equipment. HVDHB mobile Image Intensifiers are nearing end of life and an outline of HVDHB's requirements for the Image Intensifier units is described in this RFQ. Please respond advising whether you can meet our requirements, and if so, provide pricing and supply options; and any other information you consider may be relevant. Please ensure that your quotation is submitted no later than 8 October 2021. Any request for an extension to the time and/or date for quotation submissions are likely to be declined. This RFP is run by 2DHB Procurement [Hutt Valley DHB and Capital & Coast DHB Procurement],",Awarded,,0,20250410 Capital and Coast District Health Board,24839667,Request for Proposals,Open Competition,CCDHB Vertical Transport Engineer,,20210921,20211018,20220111,,Sole Agency,No,,CCDHB is seeking suitable qualified vertical transport engineers to register interest in submitting quotes for upcoming works including; engineering services for modernisation works and independent review for ongoing maintenance.,Awarded,Awarded to Lift Solutions Ltd,0,20250410 Capital and Coast District Health Board,24910554,Request for Proposals,Closed Competition,Access to Surgical Facilities and Provision of Ancillary Services,,20211004,20211101,20240201,,Sole Agency,No,,Hutt Valley DHB and Capital and Coast DHB are seeking to establish a preferred panel of providers willing to lease their Surgical Facilities (Surgical Theatres and Procedure rooms) for the DHBs staff to use to perform surgical and other procedures on DHB time. The leasing of Provider Facilities will offer an alternative and / or additional theatre and resource capacity to perform surgical and other procedures on DHB time to support the DHBs to achieve treatment for our people within agreed timeframes. This panel would be restricted to those private providers willing and able to lease appropriate Surgical Facilities (Surgical Theatres and Procedure rooms) within the greater Wellington region.,Not Awarded,,0,20250410 Capital and Coast District Health Board,24971562,Request for Tenders,Open Competition,HVDHB Maternity Assessment Unit,15102021,20211015,20211115,20220224,,Sole Agency,No,,"Hutt Valley DHB (HVDHB) is increasing the size and improving the layout of its Maternity Assessment Unit on the ground floor of the Heretaunga Block. Design and structural engineering for this project has been completed, and this Request for Tender seeks a construction contractor to complete the re-fit of this area. We are looking for a supplier who is able to provide the following: ? Demolition ? Structural framing ? Associated services (including hydraulics, mechanical ventilation, electrical and fire protection, etc.) ? Finishing",Not Awarded,Awarded to Freear Philip Ltd. Only submission received.,0,20250410 Capital and Coast District Health Board,25074182,Request for Quotations,Open Competition,CCDHB Blood Donor Refrigeration,,20211109,20211122,20220125,,Sole Agency,No,,"The New Zealand Blood Centre (Blood Centre) lease part of 7 Hospital Road, Newtown from the CCDHB. The building contains two cool rooms which contain refrigeration systems that have reached the end of their economic life. The CCDHB is looking for a supplier who can replace the refrigeration systems as specified in the scope as soon as possible.",Awarded,,0,20250410 Capital and Coast District Health Board,25092373,Request for Quotations,Open Competition,"Kenepuru, roading, footpath and bike parking",12112021,20211112,20211214,20220318,,Sole Agency,No,,"The intent of this RFQ is to procure a civil contractor for the three projects which are located in Kenepuru Community Hospital. The projects are as follows Trades Road Upgrade Repair of the Trades Road (Approximate length of Road 0.65 KM) and construction of a turning bay and nib kerb. This work includes the milling out of existing asphalt, waterproof chip seal layer, road resurfacing, raising manholes where required, redoing the road markings and repair/ replacement of damaged kerbs and channels. Mobility Access Footpath Construction of a new 2400 MM wide footpath for pedestrian and mobility scooters or wheelchair access. The work includes the raising of manholes, installation of pedestrian crossing and the installation of automatic doors inside the hospital. Bike Parking Facilities Construction of a concrete pad/ foundation, path and the installation of a manufactured bike parking facility. CDDHB has procured the shelter and bike racks and all the relevant information is provided with the tender documents.",Awarded,Awarded to Downer,0,20250410 Capital and Coast District Health Board,25122999,Request for Proposals,Closed Competition,Hutt Valley DHB Electronic Menu System,RFX-121,20211118,20211220,20220623,,Sole Agency,No,39 Tama St,This procurement relates to the provision of an Electronic Food Menu system. Previously this system has not been provided to Hutt Valley DHB. Going forward we wish to enter into a contract with a Supplier who can provide us with the solution we are seeking as a result of this RFP process.,Awarded,,0,20250410 Capital and Coast District Health Board,25170584,Request for Proposals,Open Competition,2DHB Wayfinding Signage,25112021,20211125,20211217,20220412,,Sole Agency,No,,"CCDHB is seeking suitably experienced signage supplier/s to be engaged as a preferred supplier for the design, production, supply, and installation of signage and wayfinding across CCDHB and HVDHB sites (2DHB)",Awarded,Awarded to Deneefe + Corada Ltd,0,20250410 Capital and Coast District Health Board,25177156,Request for Quotations,Closed Competition,Provision of Adult and Paediatric Sleep Assessment Services,,20211126,20211210,20240201,,Sole Agency,No,,"CCDHB is seeking quotes for the provision of Adult and Paediatric assessment of sleep apnoea, hypersomnolence, respiratory failure and treatment trials of CPAP and non-invasive ventilation for the CCDHB. CCDHB will require the service provider to be able to provide in the region of 1300 adult studies and 100 paediatric studies per annum with an expectation of up to 10% growth year on year in the coming years. CCDHB provides clinical sleep services to adult and paediatric patients domiciled in the Wellington, Hutt and Wairarapa regions. The service provider will be required to demonstrate the ability to maintain equity of service provision to all patients regardless of home domicile.",Not Awarded,,0,20250410 Capital and Coast District Health Board,25251222,Request for Proposals,Open Competition,Capital & Coast Mobile CT Scanner,,20211215,20220218,20220623,,Sole Agency,No,,"Capital & Coast District Heath Board (CCDHB) requires a CT scanner in the northern part of its district (North Wellington, Porirua & Kapiti) to support wait list recovery and improved access to planned care. Rather than install a CT scanner in a fixed location, CCDHB wants to establish a mobile CT unit to serve its population in the northern part of its district if possible. The key objectives for this project are to: Provide more effective and equitable access to CT scanning services Optimise the use of CT for acute and complex imaging and intervention Improve patient journeys through the health system Provide an isolation option not currently available (i.e. physically separate clean CT) to safely manage CT imaging during a pandemic response",Not Awarded,Business case incomplete due to complexity and additional costs of proposals,0,20250410 Capital and Coast District Health Board,25321090,Request for Quotations,Open Competition,CCDHB LED Lighting Installation,19012022,20220119,20220211,20220506,,Sole Agency,No,,"Description of Works LED Lights Installation To replace all Non-LED Lights with LED Lights, including occupancy sensors and timers (as per the requirement of the specific area). The installation includes seismic restraints and commissioning of the LED lights. The equipment supplier will be required to provide technical support for the installation of lights. CCDHB expect to commence the installation of LED Lights in Q1 2022 and complete, commissioning and handover by Q4 2022.The contractor will be required to be engaged no later than December 2021. Work will be undertaken in the following locations: Wellington Regional Hospital, Kenepuru Community Hospital, Ratonga Rua O Porirua (mental health) and Kapiti Health Centre. CCDHB expects the installation work will be complex when working in clinical areas. Robust planning, programming, communicating and staging will be required to ensure the work is carried out without impacting clinical areas. CCDHB will provide support in arranging the required access to these areas. Contractors will also need to consider any CCDHB specific Infection, Protection Controls measures required eg. to mitigate dust. This procurement is for installation only. All the lighting equipment will be supplied by CCDHB CCDHB will order the LED fittings, sensors and dimmers. These will be supplied to the Electrical Supply Contractor for installation.",Awarded,"Awarded to a panel of suppliers for installation. Millars, High Energy & RCR Price is hourly rate against work allocated.",0,20250410 Capital and Coast District Health Board,25374728,Request for Quotations,Open Competition,Procurement of Main Contractor for the refurbishment of X-Ray and OPG dental rooms at Wellington Regional Hospital and Kenepuru Community Hospitsal,,20220211,20220225,20220603,,Sole Agency,No,,"CCDHB requires a main construction contractor to deliver the required works covered under the following initiatives outlined here: Minor construction works associated with the installation Digital Dental Imaging upgrade. These works include removal of joinery (X-Ray rooms), double line OPG room (Wellington only) and reinstate radiation shielding, plaster and paint walls. Install new floor vinyl, bariatric door, observation window, intercom system and ceiling grid. Note: decommissioning and removal of clinical equipment will be carried out by CCDHB.",Not Awarded,No responses received via GETS. Subsequent direct procurement process with a Supplier.,0,20250410 Capital and Coast District Health Board,25456198,Request for Proposals,Open Competition,EVSE Infrastructure,25022022,20220225,20220323,20220419,,Sole Agency,No,,"3DHB is seeking a provider to supply and install electric vehicle chargers and associated equipment (EVSE) to support the transition of our light vehicle fleet to electric. We operate approximately 410 light vehicles across multiple sites of various scale and complexity. In addition to EVSE hardware, we are also looking for software and load management technology to monitor and manage the electrical demand and peak loads from vehicle charging. If you are able to provide complementary services such as electrical design, fleet optimisation or have other expertise related to the transition to and operation of electric vehicle fleets and required infrastructure please include this in your response.",Awarded,,0,20250410 Capital and Coast District Health Board,25499349,Request for Proposals,Open Competition,CCDHB Design and Build Replacement and Upgrade of the Critical Elements of the High Voltage Electrical WRH,CSS-22-175,20220304,20220422,20221025,,Sole Agency,No,,"This opportunity is to procure a partner to work with CCDHB for the Design and Build Contract for the Replacement and Upgrade of the Critical Elements of the High Voltage Electrical Infrastructure at Wellington Regional Hospital. We are seeking a supplier that have the capacity to undertake and complete the work, have evidenced experience in undertaking similar works and con demonstrate the ability to deliver the project.",Awarded,"Awarded to Connetics, Legals are still being worked through by Capital, Coast legal team as at 19/12/2022",0,20250410 Capital and Coast District Health Board,25543305,Request for Quotations,Open Competition,CCDHB - Supply and install new HVAC system in Haumietiketike,CSS-22-185,20220318,20220408,20220603,,Sole Agency,No,,"This RFQ relates to the procurement of a supplier to installs a Hybrid Variable Refrigerant Flow (HVRF) HVAC system into the HTT building in the reasonable time and with minimal disruption to the operations and occupants of the building. We are seeking a supplier that have the capacity to undertake and complete the work, have verifiable experience in undertaking similar works and can demonstrate the ability to deliver the project.",Awarded,Awarded to hot Chilly,0,20250410 Capital and Coast District Health Board,25651069,Request for Proposals,Open Competition,HVDHB & CCDHB RFP for Mechanical Services,FM2022 MSA,20220404,20220518,20220830,,Sole Agency,No,"165 Plateau Rd, Te Marua","The DHBs are looking to engage a Mechanical maintenance service provider who can demonstrate their ability to deliver on time high quality programmed maintenance services for all mechanical plant and equipment. This will be done by managing and enabling the trades to do the right job, at the right time and in the right way; and to o The required technical specifications o All relevant statutory requirements applicable to the services o All relevant standards applicable to the services o Good industry practice where no specifications or guidance is provided o Full compliance to Health and Safety regulations, plans and policies The following equipment will be out of scope of this RFP: Boilers Chillers Compressors Refrigeration",Awarded,,0,20250410 Capital and Coast District Health Board,25744990,Request for Proposals,Closed Competition,CCDHB Facilities Management Grounds,,20220502,20220526,20220802,,Sole Agency,No,,,Awarded,,0,20250410 Capital and Coast District Health Board,25753443,Request for Proposals,Closed Competition,HVDHB & CCDHB RFP Smaller Service Areas,FMB1SSA RFP,20220504,20220519,20220830,,Sole Agency,No,,"This is a Gets Listing for documents already posted Direct, PLEASE NOTE PRICING MODEL Spreadsheet Differs from original mailing Please use use the V3 sheet attached to this notice. Gets e-mail advice may not be the Person assigned to this work - ensure these documents are passed on.",Awarded,,0,20250410 Capital and Coast District Health Board,25816257,Request for Proposals,Open Competition,"CCDHB - Genetic Sequencer, next generation",18052022,20220519,20220616,20221213,,Sole Agency,No,,"CCDHB is seeking a provider(s) to supply of a next generation sequencing (NGS) solution to support the increasing demand for DNA sequencing referrals to WRGL. We are willing to consider a range of both standard and innovative options; full and partial from one or more respondents to provide a cost effective and local DNA sequencing solution. The key requirements: Clinical NGS consumables Clinical NGS equipment o automated liquid handling system/library preparation instrument o sequencer with adequate secure NGS data storage capacity for ongoing standalone use o data analysis/reporting software",Awarded,Illumina Limited awarded the RFP for the Genetic Sequencer NexrSeq 1000,303499,20250410 Capital and Coast District Health Board,25820228,Request for Proposals,Open Competition,HVDHB Purchase of Air Mattresses,RFx_147,20220519,20220610,20221215,,Sole Agency,No,,"HVDHB is seeking a provider to supply Air mattresses including universal air pumps to be used in all inpatient wards. The Air mattresses to be purchased are alternating pressure mattresses which are developed for the comfort of the patients under-recovery, and or patients that are confined to the bed for more than 15 hours in a day. This preventative care is in order to reduce discomfort and eliminate the possibility of bed sores. This purchase does not include air mattresses for outpatient departments, district nursing or the community health team. Additionally, bariatric beds are not part of the scope and will continue to be rented on an as needed basis from the current preferred supplier.",Awarded,,0,20250410 Capital and Coast District Health Board,25953013,Request for Quotations,Open Competition,CCDHB - Repainting of Wellington Regional Hospital TEC Hall,CSS-22-175,20220620,20220711,20220801,,Sole Agency,No,,"This RFQ relates to the procurement of a supplier to paint the TEC Hall in Wellington Regional Hospital Newtown Campus in the reasonable time, with minimal disruption to the operations and occupants of the building. We are seeking a supplier that have the capacity to undertake and complete the work, have verifiable experience in undertaking similar works and can demonstrate the ability to deliver the project.",Awarded,Awarded to Masta Maintenance after RFx process,96426,20250410 Capital and Coast District Health Board,26073097,Request for Quotations,Open Competition,Concrete Condition Assessment at Te Whatu Ora HNZ Capital Coast and Hutt Valley District,SF21.2,20220803,20220831,20221026,,Sole Agency,No,,"Health New Zealand Capital Coast and Hutt Valley district (HNZ CCHVD), previously known as CCHVD/HVDHB, undertake continuous condition assessments of over 100 buildings across our campuses. HNZ CCHVD is looking to engage with an innovative partner who brings expertise, reliability and quality to deliver a state of the art solution for concrete condition assessment work. The preferred supplier will provide material sampling, testing and reporting services.",Awarded,,250000,20250410 Capital and Coast District Health Board,26185714,Request for Proposals,Open Competition,CCDHB Coffee Kiosk,18082022,20220816,20220912,20221118,,Sole Agency,No,,"Te Whatu Ora Health New Zealand (Capital, Coast & Hutt Valley District) (HNZ) is looking for a caf provider who is wanting to enter into a Licence to Occupy to set up and run a coffee Kiosk from the New Childrens Hospital. It is anticipated that the Coffee kiosk will provide coffee, tea and limited food. It is planned that the food will mainly be prepared off site. The coffee kiosk will not be able to operate as a full kitchen/cook service as the area does not cater for it, and because of the impact this would have on the surrounding area (i.e. odours, steam, grease etc). As a consequence the coffee kiosk cannot carry out any grilling or frying on site.",Awarded,"Revenue to CCHVD related RFP, not spend related",0,20250410 Capital and Coast District Health Board,26476466,Request for Proposals,Closed Competition,Hutt Hospital Electronic Security Upgrade,14102022,20221014,20221130,20230228,,Sole Agency,No,,"Hutt Hospital, formerly HVDHB needs to replace end-of-life security system componentry and upgrade its Security Management software for all aspects of the system (i.e. Access Control, Surveillance (CCTV) and Duress systems) to bring the Hutt Hospital inpatient facilities up to specification and provide a reliable, integrated security environment on compatible technology. Hutt Hospital requires an integrated security system solution that enables centralised monitoring and enhanced response management.",Awarded,Awarded to Advanced Security subject to successful contract negotiation.,0,20250410 Capital and Coast District Health Board,26663951,Request for Quotations,Open Competition,Regional Screening Services New Fixed Site Wellington Central,,20221201,20230119,20230220,,Sole Agency,No,,"In July 2021 the Ministry of Health introduced a new funding mechanism for Breast Screening across New Zealand with a pro-rata equity approach. Te Whatu Ora Health New Zealand Capital, Coast and Hutt Valley District (HNZ CCHVD) will be seeking a provider construction fit-out services for the Regional Screening Services New Fixed Site at Wellington Central The proposed fixed sites offers the advantage of advanced technology. 3D Mammography is fast becoming the standard of care for breast cancer surveillance and diagnosis in New Zealand and the rest of the world. Establishing new fixed sites as a model of care change is to achieve screening rates of eligible women in the Greater Wellington Region.",Awarded,,0,20250410 Capital and Coast District Health Board,26707921,Request for Quotations,Open Competition,Generator Ventilation System HNZ CCHVD,,20221206,20230127,20240131,,Sole Agency,No,,"In summary we need to procure a construction supplier to undertake: Generator Ventilation System Installation and Commissioning Wellington Regional Hospital Detail specification and requirements please refer to Appendix one Specification.",Awarded,,0,20250410 Capital and Coast District Health Board,26972214,Request for Quotations,Open Competition,RFQ Roof Membrane Repairs Main Building HNZ CCHVD,0690 W01,20230220,20230306,20230404,,Sole Agency,No,,"Te Whatu Ora requires an Equus Certifed Applicator to undertake repairs on the warm roof system on the Main Block at Wellington Regional Hospital. There are currently 24 known leaks which are attributed to the roof membrane which need to be remediated. The current system is the Duotherm and Equus DuO Membrane system to concrete and plywood surfaces. Over the past 12 months a key focus has been repairing the faade, the remaining leaks are either related to the roof membrane of the junctions between the faade and membrane. We need a certified applicator who can also work alongside our building faade repairer to coordinate key junctions of the faade and roof to ensure completed repairs.",Awarded,,0,20250410 Central Hawkes Bay District Council,20768925,Request for Tenders,Open Competition,Waipukurau Water System SH2 Borefield Upgrade - RFT,C-1007,20190222,20190314,20191016,,Sole Agency,No,,"Waipukurau water supply comes from a bore field located between the Tukituki River and SH2 approximately 4km west of Waipukurau. The bore field pumps water approximately 600m to the top of a hill (90m above the bore field) through a treatment plant (2 x UV units and chlorine dosing) then into an existing reservoir. The general extent of the work covered in this contract is to: Replace the existing vacuum pumps in bore D and E with new line shaft pumps. ? Install a new line shaft pump in bore B. ? Supply and install new pipe, control valves, flow meters, turbidity sensors, pressure gauges and level sensors. ? Design, supply and build an extension to the current control shed to accommodate the additional pump controls, sensors, RTU, PLC, VSDs and main switchboard. ? Design, supply and build the additional pump controls, sensors, VSDs and main switchboard that are needed to: o Control the pumps effectively in conjunction with the demands of the treatment plant/ reservoir. o Pump power cable and control cable. o Allow for the ability for the system to be monitored and controlled remotely. o Connect to the new transformer located on the power pole shown on the tender drawings. o Retain the ability to use the Generator. Within the existing pump control shed the existing main switchboard will be replaced. The existing RTU and PLC will remain.",Awarded,,767912,20250410 Central Hawkes Bay District Council,20851129,Request for Tenders,Open Competition,Waipawa Trunk Sewer Main Renewal - Request for Tender,C-1009,20190318,20190424,20191016,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify prospective selected suppliers of a tender (RFT) for a build contract to deliver upgrades to the main trunk sewer from McGreevy Street to the Waipawa wastewater treatment plant (WWTP). The sewer is predominantly located within private property and is known to have poorly-sealed joints that allow significant groundwater infiltration and tree root ingress into the pipework. The objective of the renewal/rehabilitation project is to provide a robust, sealed sewerage connection from the town centre to the wastewater pond at the WWTP. The programme forms part of the Big Water Story and has been allocated budget in year one and two of the upcoming Long Term Plan (LTP). The Waipawa trunk sewer main is a 375mm diameter earthenware pipe which spans for 2.2km east of Waipawa town centre. The trunk main was installed in 1910 and has always been intended as only a wastewater-conveyance system. In practice, anecdotal observations and flow monitoring studies have confirmed that significant stormwater flows enter the main during rainfall events. The additional flows are known to result in surcharging of manholes and backing-up of domestic flows within residential properties.",Awarded,,1123112,20250410 Central Hawkes Bay District Council,20861276,Request for Tenders,Open Competition,Waipukurau Stormwater Improvements 2018/19 - Request for Tender,C-1031,20190320,20190424,20191016,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify prospective suppliers of a Request for Tender (RFT) for a contract to deliver upgrades to the Waipukurau stormwater network to reduce flooding. The objective of the project is to reduce flooding within highlighted areas in Waipukurau. The project forms part of the Big Water Story and has been allocated budget in year one of the Long Term Plan (LTP). The project will be tendered out as three separable portions. Separable Portion 1 Ruataniwha Street Overland Flow Improvements ? Lowering and construction of concrete walkway and nib ? Block wall construction. Separable Portion 2 Woburn Stormwater Pipeline ? 675mm RCRRJ stormwater pipe ? 1050/1200mm manholes ? Sumps and associated leads ? Super Pits and associated leads ? Discharge structure ? Overland flow path shaping and surface reinstatement Separable Portion 3 Churchill Street Stormwater Upgrade ? 525/600mm RCRRJ stormwater pipe ? 1050mm manholes ? Sumps and associated leads. ? Super Pits and associated leads ? Surface reinstatement. Scope of work Council expects tenderers to present a price and methodology on how best to upgrade the stormwater networks according to the design drawings and specifications provided within the RFT documents released.",Awarded,,646267,20250410 Central Hawkes Bay District Council,20956666,Request for Tenders,Open Competition,Otane Alternate Water Supply - Request for Tender,C-1002,20190417,20190515,20191016,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify prospective suppliers of an upcoming tender (RFT) for a contract to supply and install a water main between Waipawa and Otane. The objective of the project is to increase the flow to the Otane Township. The programme forms part of the Big Water Story and has been allocated a budget in year one and two of the Long Term Plan (LTP). Timeline The deadline for tender responses closes Wednesday 15th May at 2pm via GETs. We plan to award contract by the 14th June 2019, enable site possession by late June 2019, and achieve practical completion by December 2019. Scope of work Council expects tenderers to present a price, relevant experience and track record, relevant skills, health & safety, capability, subcontractor and methodology on how best to supply and install a water main pipework according to the design drawings and specifications provided within the RFT documents released. Included in the project is a provisional item to install a wastewater main where the pipelines may run concurrently (approx 3.2km) for a future conveyance system when the Waipawa and Otane wastewater systems are linked. The project activities will include (but are not be restricted to): Site visit and assessments Development of construction methodology Construction of solution o Pipework, valve chamber installation o PRVs & flowmeter chamber installation o Air & scour valves installation o Electrical control and SCADA installation o Commissioning of site Provide CHBDC with Kiwirail requested information (such as site specific health and safety plan, details of any machinery/tools being used, insurance certificates for contractor and subcontractors). CHBDC will apply for the permit to cross Kiwrails railway lines. Provide CHBDC with NZTA requested information (TMP). CHBDC will apply for work access permit to cross SH2. Reinstatement of the site. Considerable communication and landowner liaison will need to be undertaken for this project, council has approved this process and will continue to work with the preferred supplier on the best approach to ensure all affected by the proposed works are well engaged and informed. Council looks forward to receivin responses from suitably qualified contractors that will align with Central Hawke's Bay District Council and provide maximum community benefit and value for money.",Awarded,,2272860,20250410 Central Hawkes Bay District Council,21019118,Request for Tenders,Open Competition,"Waipukurau Water Firefighting and Shortfalls Stages 1,2 and 3 - Request for Tender",C-1041,20190509,20190531,20191016,,Sole Agency,No,,"Central Hawkes Bay District Council (CHBDC) wishes to notify prospective suppliers of a Request for Tender (RFT) for a contract to supply and install a water main between the Hunter Park Reservoir and Peel Street in Waipukurau. The proposed water main size is 225mm PE100 and approx. 600m long. The new main is proposed to cross SH2. The objective of the project is to increase the firefighting capabilities within the low pressure areas of Waipukurau that are fed from Hunter Park Reservoir. The programme is the first three stages of a seven stage upgrade programme. The programme forms part of the Big Water Story and has been allocated a budget in year one to seven of the CHBDC Long Term Plan (LTP). CHBDC wishes to build a working relationship with the successful Tenderer with the intention, subject to delivery against Key Performance measures, of continuing with the additional four packages over a four year period as an extension to this scope of works.",Awarded,,906222,20250410 Central Hawkes Bay District Council,21084183,Request for Tenders,Open Competition,Farm Rd Leachate to Land - Request for Tender,C-1039,20190527,20190620,20191016,,Sole Agency,No,,"Central Hawkes Bay District Council is pleased to release the Contract Works comprising of the construction of a final cap for Phase 1 of the landfill, a new leachate pond and leachate irrigation system. This tender is all electronic, and we close tender responses on 20 June 2019. We plan to award contract by early July 2019, enable site possession by late July 2019, and achieve practical completion by early December 2019. A resource consent application is currently with Hawkes Bay Regional Council to allow these works to proceed. We expect to have a response by the end of June 2019. We welcome response from any suitably experienced contractors.",Awarded,,674898,20250410 Central Hawkes Bay District Council,21510491,Request for Proposals,Open Competition,Waipukurau Second Water Supply (Design) - Request for Proposal,C-1051,20190830,20191018,20200203,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify prospective suppliers of a proposal (RFP) for a tender opportunity to provide a collaborative partnership to council to supply expert services to progress the Waipukurau Second Water Supply. The objective of the project is to provide additional resilience, security of supply, storage and improve firefighting to Waipukurau. The programme forms part of the Big Water Story and has been allocated a budget in year one and two of the Long Term Plan (LTP). This procurement/ contract will be looking to engage a partner to deliver (this is not an exhaustive list); Investigation; ? Detailed scope development including benefits, and outcomes ? Strategic Assessment using better business case framework (The Treasury) ? Review of multi criteria analysis (MCA) and work completed to date ? Support drilling new test bore and working to deliver a water source Developing design; ? Production Borefield, and associated works ? Reticulation ? Pipeline - Borefield to reservoir ? Pipeline Reservoir to Waipukurau network ? Reservoir(s) ? Treatment Process Procurement (provisional) ? Developing market engagement ? Developing procurement strategy Construction Supervision (provisional) ? MSQA Tenders close 2pm on Friday 27th September 2019.",Awarded,,0,20250410 Central Hawkes Bay District Council,21684714,Request for Tenders,Closed Competition,Te-Paerahi Wastewater Extension - RFT,C-1053,20190927,20191017,20191111,,Sole Agency,No,,"Central Hawke's Bay District Council invites tenders from suitably experienced contractors to submit their capability to carry out and successfully complete this contract. The site is located along Beach Road on the outskirts of Te Paerahi Beach as shown on the Contract Drawings. Te Paerahi Beach is located 5km to the East of Porangahau Village. Currently this section of Beach Road is not serviced by a Wastewater Network. With the development of two section opposite the Country Club Entrance an extension of the existing wastewater network is required to service these lots. The proposal for this Project is to lay new 150mm ID wastewater pipe of SN16 uPVC material within a corridor approximately 1.5 to 2m off the fence line along Beach Road, Te Paerahi. Two New Romold Manhole Chambers and two sewer service laterals also form part of the wastewater extension work. A second pipe of 63mm OD PE is also to be installed along the grass berm corridor from the Porangahau Water Treatment Plant to terminate into the upstream Romold Chamber. The scope involves laying new pipe, installing new sewer service laterals, and laying of a new Backwash disposal pipe from the Porangahau WTP. The work to be undertaken under this Contract is generally: ? Install New Wastewater Mains ? Install New Rising Waste Discharge Pipe ? Install New Sewer Service Laterals ? Install New Wastewater Manhole Chambers",Awarded,,132261,20250410 Central Hawkes Bay District Council,22094341,Request for Proposals,Open Competition,Shaping the Strategy for Central Hawke's Bay - Spatial Planning - C1063,C 1063,20191216,20200205,20201005,,Sole Agency,No,,"This project has been established to accelerate and deliver a number of strategic projects already approved for delivery such as town centre planning, and to provide operational inputs required to ensure robust and appropriately detailed asset management plans for input into the 2021 Long Term Plan and other inputs into District Plan Review project. We acknowledge that this is a bold and ambitious project to achieve within our expected timeframes, and we are looking for a Supplier that will apply equal passion, pace and diligence to deliver this transformational strategic project for Central Hawkes Bay alongside our team of Staff and other Strategic Suppliers and Partners. We need an integrated spatial planning document for the Central Hawkes Bay centres of Otane, Waipawa and Waipukurau for 20-30 years that articulates the vision and catalyst projects from Project Thrive to provide: Spatial planning, clearly identifying growth areas and opportunities from a planning perspective through an enquiry by design process to create a master 2D structure plan for residential, commercial, industrial and rural living Updated growth assumptions based on the spatial planning and other inputs, to update the Urban Growth Strategy as a key document to inform the District Plan Review and to direct commercial, residential and industrial investment into areas that make sense and can be serviced. Clear infrastructural requirements and strategic direction for inclusion in the 2021 Infrastructure Strategy and 2021 Asset Management Plans, with high levels of confidence for priority development areas and lower levels of confidence for areas in latter years. Opportunities to ensure an integrated urban development and landscape design approach to deliver on Town Centre Challenges and opportunities, through Town Centre Planning Identification of spatial catalyst/transformational projects to deliver on the Project Thrive vision and thrive initiatives. If you are the experienced Supplier that we are looking for to support our transformational change - we look forward to hearing from you! The attached Request for Proposal sets out the conditions and key dates for participation.",Awarded,,125000,20250410 Central Hawkes Bay District Council,22176946,Request for Tenders,Open Competition,Waipukurau Stormwater Helicoil Replacement (Tutanekai/ Tavistock) - Request for Tender,C-1064,20200115,20200227,20200612,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify suppliers of a Request for Tender (RFT) for a contract to replace failed stormwater helicoil pipeline in Waipukurau. Numerous sections of the Waipukurau Stormwater Network have been identified as Aluminium Spiral Wound (Helicoil) Pipe that has failed in various sections, or has been confirmed is in need of renewal or to be lined to provide a robust future Stormwater Network Pipe. We have identified two priority projects located in Tutanekai Street and the back of Tavistock Road for renewal, reline or replacement dependent on what is found and the integrity of the pipe structure. Tutanekai Street (1050mm) ~ 145metres Tavistock Road (750mm) ~ 99metres Council wishes to partner with a contractor who can deliver a solution to renew or replace the affected pipeline. Due to budget constraints, the amount of work may be capped to a budget value - this will be decided upon contract award negotiations. We expect CCTV will be released by the end of next week as an NTT with further information on the state of the pipeline. Site visits are welcome, but we request they are arranged through Shane Kingston to ensure we minimise resident disruption.",Awarded,,0,20250410 Central Hawkes Bay District Council,22242826,Request for Tenders,Open Competition,Land Transport Procurement 2020,"C-1057, C-1058, C-1059, C-1060",20200131,20200320,20200729,,Sole Agency,No,"Central Hawkes Bay District Council - 28-32 Ruataniwha Street, Waipawa, 4210","We are excited to invite suppliers of Road Maintenance, Reseal, Area Wide Pavement Treatment, and Minor Structural Component Renewal Services to prepare and submit a response to this RFP. We are undergoing significant changes at the Central Hawkes Bay District Council led by our Mayor, Council, Senior Management and Staff who are committed to the Together we Thrive initiative. We recognize that our supplier partners and the relationships we build with them, are integral to the Councils and our partners success in Central Hawkes Bay and so we are looking for not only a partner(s) with technical competence and experience, but also partners who will invest time to grow our relationship. We see rewards for all of us if we take the time to better understand and deliver whats possible for our communities and how we might best deliver on those possibilities. The scope of this RFP is to deliver Transport related Services and we see it as an opportunity for the right supplier to build collaborative relationships with our communities and other suppliers to deliver value for our public. The RFP programme provides an opportunity for potential Participants to meet with us on both a group level as well as on a one on one basis so that you can better understand what we are trying to achieve and therefore how best you can work with us. Thank-you in advance for the time and effort youll will put into this RFP response. The results of this RFP will enable the successful participant(s) and Council to develop a key strategic relationship aimed at taking the district forward while providing value for our public. We look forward to working with you throughout the process.",Not Awarded,"Land Transport Procurement 2020 Contract Award Notices Agency Name Central Hawkes Bay District Council Ruataniwha Street, Waipawa P. O. Box 127 Waipawa 4240 Services C1057 Road Maintenance Services C1058 Road Re-seal Services Supplier Name: Downer New Zealand Limited P. O. Box 2309 Stortford Lodge 4153 Hastings Award Date - April 30th 2020 Contract Term - 3 years plus 1 year plus 1 year Expected Spend C1057$12,000,000 (or as budgets allow) C1058 $8,400,000 (or as budgets allow) Procurement Type Price Quality Multiple Tenders Services C1059 Area Wide Pavement Treatment Services C1060 Minor Structural Renewal Services Supplier name Higgins Contractors Limited P. O. Box 421 Napier Award Date - April 30th 2020 Contract Term - 2 years Expected Spend C1059 $2,100,000 C1060 $2,150,000 Procurement Type Price Quality Multiple Tenders",0,20250410 ,,,,,,,,,,,,,,,,, Central Hawkes Bay District Council,22354315,Request for Proposals,Closed Competition,Kairakau Water Upgrade - Request for Proposal,C-1069,20200224,20200310,20200320,,Sole Agency,No,,"Central Hawkes Bay District Council (CHBDC) are investigating options for upgrading the current Kairakau water system. This may include the current water source, storage and treatment. Below is some background on how and why the project was conceived. The project was conceived from a requirement to upgrade the water system to meet community needs and drinking water compliance. Furthermore, the project was expedited due to a recent failure of the bore, and vandalism to the storage tanks. Supporting this work is the requirement to apply for additional funding through the latest round 5 of the Tourism Infrastructure Fund. Council is looking to procure a supplier, who can present a proposal on how to collaboratively partner with council to work through this project to gain best value for money for our community and assist us in delivering this key project in #thebigwaterstory.",Awarded,,0,20250410 Central Hawkes Bay District Council,22554316,Request for Tenders,Closed Competition,Porangahau & Wimbledon Rds - Route 52 Resilience and Strengthening Works,C-1075,20200417,20200506,20200716,,Sole Agency,No,,"Youve been selected to submitted a requested for tender for Central Hawkes Bay District Councils (CHBDC) Contract CON1075. The contract is for the for the construction of two new retaining walls on Porangahau Road at RP 27488 and RP 28537. The extent of works of both walls includes: The removal of the existing retaining wall structures. The auguring and installation of timber pole walls (including soil anchors) and reinstatement of the road pavement and installation of vehicle barriers.",Awarded,,0,20250410 Central Hawkes Bay District Council,22603200,Request for Tenders,Closed Competition,Retaining Wall and Earthworks Construction at Porangahau Road RP14650 and Wimbledon Road RP13350,C-1076,20200502,20200522,20200716,Land Transport,Sole Agency,No,,"This Contract is for the for the construction two new retaining structures at: 1. Wimbledon Road at RP 13350. The extent of work includes: ? Removal of an existing railway iron retaining wall ? Earthworks ? Installation of mainly bored steel piles with timber lagging ? Installation of HD galvanised soil anchors ? Retaining wall drainage ? Installation of guardrails ? Reinstatement of the road pavement 2. Porangahau Road at RP 14650. The extent of work includes: ? The removal of vegetation ? Slope profiling earthworks ? Placement of an earth fill buttress with geogrid ? Stormwater culvert upgrade ? Fill drainage ? Topsoiling and hydroseeding ? Reinstatement of the road pavement NOTE: The Wimbledon Road retaining wall is to be completed before the commencement of the Porangahau Road site.",Awarded,,0,20250410 Central Hawkes Bay District Council,22692759,Request for Proposals,Open Competition,"Waipawa Water Firefighting, Shortfall Improvements and Model",C-1079,20200519,20200612,20200729,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify prospective selected suppliers of a tender proposal (RFP) for a contract to provide collaborative partnership to review and update the Waipawa Water model including outputs, create a programme of works to address shortfalls in existing reticulation, improve firefighting improvements and ultimately prepare the town for growth in the future whilst supporting and finding synergies in renewal of water infrastructure (e.g addressing pipe renewals inadvertently through this project). Based on the 2016 work undertake by WSP-OPUS Waipawa and Otane Detailed Modelling Outputs. Central Hawkes Bay District Council (CHBDC) has identified a number of potential challenges for the Waipawa and Otane water supplies: Servicing planned future growth. Allowing for potential new connections outside the urban boundary. Resolving areas of fire flow compliance. Upgrades to resolve fire compliance issues in Waipawa were identified, with approximately 6,250 m of upgrades required to fully comply with the Fire Service Code of Practice. These upgrades are recommended to be made when pipes are due to renewal, with most pipes for upgrade being either cast iron or asbestos cement. The proposed upgrades provide a way for CHBDC to provide an acceptable water supply to Waipawa, including dealing with challenges from growth and fire compliance.",Awarded,,0,20250410 Central Hawkes Bay District Council,23063803,Request for Tenders,Open Competition,PGF Porangahau Road Area Wide Pavement Treatment,C-1077,20200804,20200827,20201203,,Sole Agency,No,,"Central Hawke's Bay District Council would like to invite qualified suppliers to submit a response to this Request for Tender (RFT) to improve road user safety by; - Widening the road with the expected increase usage due to HPMV usage generated from farming and logging activities. - Maintain the longevity of the asset life with HPRM movements. The contract is for the construction of two separable sites of 200m length (RP 7.987 - 8.187) and 409m length (RP 8.557-8.966) on Porangahau Road The Extent of Works are outlined below: a. Health and Safety Management b. Traffic Management c. Earthworks d. Stormwater drainage construction e. Pavement construction including cement stabilisation of the pavement layers Construction is for 8 weeks, and is expected to run from the 30th September 2020 to the 25th November 2020 Further details can be found within the attached tender documents. Qualifications Tender are requested from any Contractor who believe that they can fulfil the project requirements. This work is being tendered under NZTAs Road Construction Level 4A. The NZTA pre-qualification system will be used to ensure the tenderers have the capability to complete the work. Pre-qualification is appropriate to ensure Council outcomes are achieved. Only Tenderers, who are prequalified to the above classification level, or higher, may submit a tender for this work. A copy of the prequalified Contractor list is available on request. Tenderers, who are prequalified to the above classification level, or higher, may submit a tender based on price and methodology. Other contractors may be invited to tender for this work but will be required to tender on the basis of all the attributes specified in Section B.4.2. Response must be submitted no later than the 27th August 2020 at 3pm NZ Time.",Awarded,,0,20250410 Central Hawkes Bay District Council,23315531,Request for Tenders,Open Competition,C1068 Pavement Marking Services,C1068,20200918,20201014,20201109,Land Transport,Sole Agency,No,,,Awarded,,744164,20250410 Central Hawkes Bay District Council,23592845,Request for Tenders,Closed Competition,Bridge and Culvert Strengthening Programme,C-1096,20201110,20201208,20210422,,Sole Agency,No,,"This Contract is for the strengthening to HPMV load requirements of bridges (4) and culverts (4) along Porangahau Road and Wimbledon Road and comprises of 8 Separable Portions as shown below. The rationale for the separable portions is to give the Central Hawkes Bay District Council the flexibility to extend the agreement with the contractor if so desired. Whether to proceed to another separable portion, or not, is entirely at the Councils discretion and subject to the Contractors performance and agreement of mutually acceptable contract terms. The bridge strengthening programme commences at the Wallingford Bridge (SP 1) and progresses to the remaining bridges/culverts sequentially or concurrently as determined by an agreed programme. The works include activities such as: Early contractor involvement in design, value engineering and programming Pre-construction interactive workshops on design, methodology, and risk including key subcontractors. Bridge approach improvements New deck overlays Carbon fibre wrapping of elements Abutment replacement / strengthening Guard rail improvements / replacement The construction periods, with the exception of Wallingford Bridge (SP1) are indicative only and will be confirmed as final designs are considered along with working in waterways, winter working conditions and optimising the programme sequencing.",Awarded,,0,20250410 Central Hawkes Bay District Council,23663345,Request for Tenders,Open Competition,Nelson and Reservoir Streets - Water Main Renewal (RFT),C-1107,20201122,20201218,20210129,,Sole Agency,No,,"The proposal (RFT) for this Project is to lay new approx. 960m of new 100 & 150mm ID water pipes of either uPVC or PE material within a corridor approximately 1m off the kerb and channel on the same side as the existing Cast Iron water mains. Properties located on the same side of the road will be connected to these new water mains. It is proposed to run approx. 570m of completely new 63mm PE Water Ridermain on the opposing side to which new service laterals be connected. Currently both Streets have 100mm Cast Iron Water Mains with service laterals crossing the sealed carriageway to service properties on the opposing side - The scope involves laying new pipe, replacing service laterals, installing new valves, fire hydrants and cross connecting the new networks to the existing networks in a number of positions. Council expects tenderers to present a price and methodology to renew two sections of Cast Iron water main. The sections are; - Reservoir Road, Waipukurau approx. 500m of water main and 195m of Ridermain, 25 service laterals, 4 fire hydrants and associated valves and cross-connections - Nelson Street, Waipukurau approx. 460m of water main and 375m of Ridermain, 41 service laterals, 4 fire hydrants and associated valves and cross-connections Properties located on the same side of the road will be connected to these new water mains. It is proposed to run a completely new 63mm PE Water Ridermain on the opposing side to which new service laterals be connected. Deadlines for proposals is 18 Dec 2020 at 2pm. Work is to be funded from recent 3 water grant funded projects requiring construction to commence by March 2021.",Awarded,,0,20250410 Central Hawkes Bay District Council,23688499,Request for Tenders,Closed Competition,Retaining Walls and Slope Strengthening Programme,C-1098,20201126,20201223,20210422,Land Transport,Sole Agency,No,,"This Contract is for the construction of two retaining walls located on Porangahau Road and Wimbledon Road. The contract comprises of two Separable Portions as described below. The rationale for the separable portions is to give the Central Hawkes Bay District Council the flexibility to extend the agreement with the contractor if so desired. Commencing with Separable Portion 1 (SP1) the decision whether to proceed to Separable Portion 2 (SP2) and other separable portions, or not, is entirely at the Councils discretion and subject to the Contractors performance and agreement of mutually acceptable contract terms. Pricing for other Separable Portions, beyond SP1 & SP2, will be in collaboration and negotiation with the Contractor and considered against the Engineers Estimate. Two retaining walls contained in the initial Separable Portions are located at: SP1 Wimbledon Road-RW277 (RP10395) SP2 Porangahau Road -RW440 (RP37940) The tenderer is required to price both Separable Portions. Subject to funding availability and Contractors performance additional work may be included in the scope of work. To provide an indication of the scale of the total project, the preliminary budget is $2.5 million.",Awarded,,0,20250410 Central Hawkes Bay District Council,23729776,Request for Tenders,Closed Competition,Johnson Street - Water Treatment Minor Upgrade,C-1106,20201203,20201223,20210129,,Sole Agency,No,,"Central Hawke's Bay District Council owns a water treatment plant and pumping station at Johnson Street which is part of the Waipawa/Otane water supply system. This Contract is for the installation of new pumping systems and re-orientating of the bore pump at Johnson Street for the Waipawa water supply, and generally requires the following: ? Notification of the adjoining properties of the works and the expected project period. ? Installation of new PE and Stainless Steel Pipework ? Removal and rotation of Existing Bore Pump and Flow Meter. ? Relocation of Chlorination and Sampling points. ? Installation of new data cabling back to control system in readiness for Councils Operations Team to engage their own contractor to complete control set-up. ? Installation of Off-take for independent Flow Rig Testing of Flow Meter. The site is the secondary Waipawa Water Supply Pumping Station at the end of Johnson Street as shown on the Contract Plan provided. This Pump Station is an integral part of the supply network for Waipawa and Otane and as such requires upgrading to bring the layout and operation in line with the Main Tikokino Road Pump Station. The Long Term Objective of the Waipawa Water Firefighting and Shortfalls Project, to which the Johnson Street Pump Station contributes, is to review and update the model including outputs, create a programme of works to address shortfalls in existing reticulation, improve firefighting improvements and ultimately prepare the town for growth in the future whilst supporting and finding synergies in renewal of water infrastructure (e.g addressing pipe renewals inadvertently through this project) The project forms part of #thebigwaterstory and has been allocated budget in the Long Term Plan. This tender opportunity closes on the 23rd December at 2pm.",Not Awarded,Awarded - Negotiated with contractor,0,20250410 Central Hawkes Bay District Council,23731719,Request for Tenders,Closed Competition,Waipawa Borefield Expansion,C-1112,20201204,20201218,20210129,,Sole Agency,No,,"CHBDC is proposing to expand the Waipawa Borefield to increase its capacity as part of the Waipukurau Second Water Supply Project. This contract is to establish one additional production bore at the site. The scope of this contract includes: Assisting with locating the new bore Establishing equipment on site Manage health and safety, including securing the site to exclude stock of people noting that the land is privately owned and used for agriculture Complying with all consents, regulations and local requirements Drilling an investigation bore and installing a screen (nominally 150 mm diameter 10 m deep). The schedule provides for a second investigation bore, in the event that the first does not encounter sufficient water Initial yield testing and water quality testing Constructing a production bore, installing a screen and development (nominally 600 mm diameter 10 m deep with a 3 m long screen) Pump testing the production bore, including disposing of water in a safe manner Fitting a blank flange to the production bore to seal it from water ingress Disestablishing all equipment and reinstating the site to a tidy condition (topsoiled and grassed and free of drillings or debris) Supply of all records (bore logs and pump test records). Council will arrange for the key phases of the works to be observed by a WSP Ltd hydrogeologist. Council is keen to see proactive contractors who can add value through reducing costs or timelines, or reducing risks and improving likely outcomes. This project is critical for the future of the district. Tenders Close 2pm Friday the 18th December.",Awarded,,0,20250410 Central Hawkes Bay District Council,23760049,Request for Tenders,Closed Competition,Flaxmill Indundation Remediation,C-1097,20201210,20210203,20210422,,Sole Agency,No,,"This is a PGF project on Porangahau Road and involves the upgrade and resilience works along the route, with specific aim to rectifying the flooding issues at Flaxmill, upgrading bridges along the route for High Productivity Motor Vehicle (HPMV) capacity, and addressing retaining wall risks also for HMPV loading. The contract comprises of five Separable Portions as described below. The rationale for the separable portions is to give the Central Hawkes Bay District Council the flexibility to extend the agreement with the contractor if so desired. Whether to proceed to another separable portion, or not, is entirely at the Councils discretion and subject to the Contractors performance and agreement of mutually acceptable contract terms. The programme commences at the Separable Portion 1 and progresses to the remaining separable portions sequentially or concurrently as determined by an agreed programme. The scope of the work involves the raising the vertical alignment in three road sections between Wanstead Bridge and Flaxmill Bridge (approximately 1.5km), Ugly Hill Road culvert upgrade and silt removal from the Taurekaitai Stream. To achieve a 10-year flood level of service, the road vertical alignment is being raised by approximately 900mm in some areas. The Tenderer should note that SP1 is a detailed design but SP2 to SP5 is only at the preliminary design stage. The expectation is that the Contractor will collaborate with the Engineer to develop a practical option for the final design of each Separable Portion. All sites are subject to resource consent conditions. Tenders close 3pm on 3rd February 2021.",Awarded,,0,20250410 Central Hawkes Bay District Council,23845251,Request for Tenders,Open Competition,Central Hawke's Bay Motor/Caravan Dump Stations,C -1121,20210113,20210205,20210329,,Sole Agency,No,,"The aim of this project is to install caravan/motorhome dump stations within the Central Hawkes Bay area to service those travelling to/through the district. Providing this service has the potential to provide a meaningful impact to a significant amount of both travelers and residents through enhanced service availability and opportunities for economic growth, having facilities appropriate to meet the demands of those who come to Central Hawkes Bay is paramount to the success of the district as a tourist destination. The scope of work included in this procurement is to install dump stations at both River Terrace in Waipukurau and Beach Road, Te Paerahi (the Te Paerahi site being Provisional at this stage) The project activities will include (but not be restricted to): - Notification of the adjoining properties of the works and the expected project period. - Drainage works - Water connections - Paving/hardstand installation - Concrete works - Preparation of garden area Council will undertake; - Development of design and technical drawings - Provide technical specifications to follow - Construction supervision - Provide the Pre-cast concrete dump station unit excluding fittings Deadline for proposals is 5 Feb 2021 at 2pm. Work is to be funded from recent 3 Waters grant funding, requiring construction to commence by March 2021",Awarded,,0,20250410 Central Hawkes Bay District Council,24136287,Request for Tenders,Open Competition,Solids and Sludge Removal - Waipawa and Waipukurau WWTPs,C-1126,20210326,20210422,20210603,,Sole Agency,No,,"Central Hawkes Bay District Council (CHBDC) requires complete desludging of: 2.5 ha (approximately) Waipawa oxidation pond 2.4 ha (approximately) Waipukurau main oxidation pond and 0.72 ha (approximately) new pond At each site there is an existing bunded area which houses matured biosolids material (dried solids) in geobags. Prior to the desludging operations, this contract requires the removal of dried sludge, transport to land discharge sites within 2 to 26 km from each plant and placement at the discharge sites. This Contract includes the removal, dewatering and placement on site of sludge to the aforementioned bunded areas adjacent to the ponds at Waipawa and Waipukurau, of approximately: 15,300 m3 undewatered (6,500 m3 @ 20 % DS) from the Waipawa pond 15,300 m3 + 518 m3 undewatered (7,400 m3 + 78 m3 @ 20 % DS) from the Waipukurau pond The sludge is to be placed and left stored on site in a designated area according to criteria set out in this document. Tenders close 15th April at 16:00pm via GETs",Awarded,,0,20250410 Central Hawkes Bay District Council,24162949,Request for Tenders,Closed Competition,Waipawa WWTP Improvements - Supply of Dissolved Air Flotation System,C-1125,20210401,20210430,20210705,,Sole Agency,No,,"Central Hawkes Bay District Council (CHBDC) owns and operates a number of wastewater treatment plants (WWTPs) throughout the District. Council are planning to install a dissolved air flotation (DAF) plant at one of their WWTP sites to improve the quality of the treated wastewater. The Waipawa WWTP is located on Pourerere Road, east of Waipawa township. The intended purpose of the works is to improve effluent quality at Waipawa WWTP with respect to suspended solids, phosphorus, organic nitrogen, disinfection and general aesthetic quality by the adoption of DAF technology in the short to medium term until a long term plant rebuild has been completed using activated sludge technology. It is acknowledged that use of DAF technology is unlikely to significantly improve the effluent quality with respect to ammoniacal nitrogen. More specifically to: Remove phosphorus from the effluent Remove suspended solids (and hence BOD, organic nitrogen, particulate phosphorus and some pathogenic organisms), from the effluent Improve the UV transmissivity of the effluent as a pre-cursor to UV disinfection All by a combination of coagulation, flocculation and flotation with sludge removal. Tenders close 5.00pm on the 30th April 2021.",Awarded,,0,20250410 Central Hawkes Bay District Council,24394638,Request for Tenders,Open Competition,Otane Wastewater Pump Station,C-1135,20210604,20210702,20210811,,Sole Agency,No,,"The Principal, Central Hawkes Bay District Council (Council), are currently upgrading and reconsenting the Wastewater Treatment Plants for the communities of Waipukurau, Waipawa, Otane, Takapau, Porangahau and Te Paerahi as part of The Big Wastewater Story. As part of the centralisation of wastewater treatment at Waipawa WWTP (Long term solution), Otane wastewater will be conveyed to Waipawa WWTP. The scope of this Contract (stage 4a) is centred around the Otane Wastewater Treatment Plant (WWTP). CHBDC intends to convey treated (short term) and raw sewage (medium/long term) from the existing Otane WWTP to the Waipawa WWTP to allow for further treatment. To enable this, CHBDC are intending to procure the services for the completion of aspects of the design and construction of a new pump station Overall the upgrades under this Contract include: A new, above ground, positive displacement pump station which includes a new wet well. Supply and installation of new mechanical equipment. New above ground stainless steel pipework, valves and pipework supports. Buried gravity pipework which includes modifications to the existing PVC gravity pipework within the Site. Electrical upgrades including a new external MCC, and other electrical capacity improvements. Instrumentation and controls which includes PLC programming and telemetry New rising main section which will connect to existing. Various civil works including modification to an existing ditch, pavement improvements, retaining walls and stormwater upgrades. Closing Date for this opportunity is 2nd July 2021 at 4:00pm",Awarded,,0,20250410 Central Hawkes Bay District Council,24395565,Request for Tenders,Open Competition,Waipawa Water Firefighting and Shortfall Upgrades,C-1140,20210604,20210630,20210826,,Sole Agency,No,,"Central Hawkes Bay District Council (the Principal) hereby invites tenders for construction of Waipawa Water Supply Upgrades. The works include installation of new water mains, service laterals, fire hydrants and valves; removal and capping of redundant fixtures; reinstatement and connection to the existing network of water supply pipelines from the Waipawa Reservoir to Abbotsford Road and Matthew Street, Waipawa. The pipe types and approximate total lengths are 998 metres DN250 PE100 PN12.5 and 205 metres DN63 PE80B PN12.5 submain. The works will be divided into portions and sections as defined in A.1.3 below and the Contractor is expected to demobilise on completion of the first two sections (defined as Separable Portion 1) in 2021 and to remobilise for the Balance of Works in 2022. Tenders close 30 June 2021 at 2.00pm",Awarded,,0,20250410 Central Hawkes Bay District Council,24416317,Request for Tenders,Open Competition,Central Hawke's Bay Wastewater Inflow and Infiltration Management,C-1138,20210611,20210709,20220515,,Sole Agency,No,,"Central Hawkes Bay District Council (Council) have identified a need to minimise inflow and infiltration (I&I) to the wastewater networks serving a number of communities whose Wastewater Treatment Plant (WWTP) discharges are due to be reconsented. These communities are: Waipukurau Waipawa Otane Takapau Porangahau and Te Paerahi Current wastewater discharge consents require I&I management plans which demonstrate reductions in I&I. The high levels of inflow and infiltration (I&I) from rainwater and groundwater entering the sewer network poses a risk to the current wastewater upgrade projects, The Big Wastewater Story in terms of potential for higher capital costs (than necessary) and inefficient operation. Given the scale of investment anticipated it is important the design of the scheme is optimised which includes the reduction of network flows through managing I&I in order to efficiently size the wastewater treatment facilities and to minimise potential for uncontrolled discharges to the receiving environment. The scope of work in this contract consists of two distinct types of work as follows; Investigation and identification of I&I sources across the networks. This work includes the implementation and management of the strategy to discover these sources over the course of the contract period Repairs to and / or replacement of specific assets to mitigate and reduce the incidence of I&I across the networks Tenders for this opportunity close at 2:00pm on the 9th of July 2021",Not Awarded,"No tenders, followed invited tender process",0,20250410 Central Hawkes Bay District Council,24446925,Request for Tenders,Open Competition,Pourerere Road Water Upgrade,C-1152,20210618,20210715,20210804,,Sole Agency,No,,"The scope of this project is to install a new 150mm internal diameter potable water supply pipe down to the Waipawa WWTP from the Johnson Street Intersection. The requirement to have a potable supply to the WWTP site was identified in both the DAF upgrade planned for this year, and a recent review of the site operational functionality. The immediate community along the proposed pipeline route will also have the availability of potable water to supply their properties and the additional benefit of Fire Fighting capacity along their road frontage which is currently unavailable. The site is a rural road (Pourerere Road) that provides the main link between the Waipawa Township and many local coastal communities. The site is on the eastern outskirts of the Waipawa Residential area. The Work to be undertaken is generally; Install New Water Mains Install New Water Service Laterals Install New Fire Hydrants and Valves Prepare connection areas that allows new water network to connect onto the existing network. This tender opportunity closes at 4:00pm on Thursday the 15th of July 2021",Awarded,,0,20250410 Central Hawkes Bay District Council,24595493,Request for Quotations,Closed Competition,C-1162 - Property File Digitisation,C-1162,20210726,20210827,20211104,,Sole Agency,No,,"The objective of this project is to digitise all of Central Hawkes Bay District Councils (CHBDC) paper property files, of which there are approximately 7000-8000 or 180 lineal metres. These files are currently used on a regular basis, both internally and for ratepayers. LIMs (Land Information Memorandums) are the most common use of the property files. These can be requested by any member of the public, and with our current system it is a manual process for staff to find the property file and collate the information needed for a LIM. Property files viewings are also a popular usage. Members of the public book a time to come and view a property file and a staff member must supervise the viewing to ensure nothing is removed or damaged. It is important that CHBDC modernise these processes to give the best value for ratepayers and the digitisation of the files will be a large part of this evolution. We are looking to procure a supplier that has a robust and efficient scanning system that will give us, and our community, confidence that we have accurately captured the property files. Suppliers must have relevant experience, skills and a proven track record in this type of work, and should be able to fulfil these requirements: Breadth and depth of successful experience in scanning projects Depth of resource and experience in contract and project management Depth of resource and experience in scanning team Strong referee endorsement of timely delivery on past projects Strong referee endorsement of budget adherence on past projects This project has been in the pipeline for a long time so there is a need for speed in getting it done, along with the assurance that it will be done to the highest level. This opportunity will close at 2pm on Monday the 23rd of August 2021.",Awarded,,0,20250410 Central Hawkes Bay District Council,24599021,Request for Tenders,Open Competition,Kairakau Water Supply Upgrade,C-1166,20210726,20210903,20211109,,Sole Agency,No,,"Upgrades to the Kairakau water supply were identified through Central Hawkes Bay Councils (Council) Long Term Plan process as necessary to provide key improvements to water quality in the region and to meet future Drinking Water Standards New Zealand (DWSNZ) demands. By upgrading the treatment plant, we also expect to achieve improvements to the water quality by treating hardness in this water supply to an acceptable level, making the supply more usable for the local community. We would also like to investigate any other additional community benefits we may be able to achieve for the budget available. Council is looking to procure a supplier who can present a proposal on how best to design and build (upgrade) the water treatment plant by 1 July 2022. The project is most suited to a supplier who can provide local design engineering resource; has experience in water treatment plant design and construction; will bring innovation to deliver whole of life cost savings and/or improved water quality; and has sufficient resource available to meet this timeline. Durable, long-term, sound and innovative infrastructure will be a key factor in determining our preferred supplier, while ensuring whole of life cost for the asset moving forward is also considered. Council is keen to see innovative designs and construction processes that add value by: Reducing whole-of-life maintenance costs Maximising resilience and longevity Providing additional community and regional benefits Generating outcomes that may benefit the surrounding and downstream environment. It will also be critical to maintain continuous security of water supply for the water treatment facilities throughout the project during construction. This is an opportunity for existing suppliers to strengthen their relationship with Council, and for new suppliers to establish a footprint in this region. This tender opportunity will close at 2pm on Friday the 27th of August 2021.",Awarded,,0,20250410 Central Hawkes Bay District Council,24625109,Request for Tenders,Open Competition,"Waipukurau Second Water Supply, Tikokino Rd Rising main renewal - Phase 1, Stage 2&3",C-1148,20210802,20210903,20211013,,Sole Agency,No,,"Council plans to replace and upgrade the existing Tikokino Road water rising main from the Waipawa Water Treatment Plant (WTP) to the point where the rising main leaves Tikokino Road and travels up the hill to the Waipawa reservoir. This project forms part of the overarching Waipukurau Second Water Supply Project. The renewal will be effected in three stages Stage 1 Waipawa WTP to the intersection of the WTP access road on Tikokino Road (under construction) Stage 2 Intersection of the Waipawa WTP access road and Tikokino Road to the proposed Waipawa/central reservoir branch connection on Tikokino Road Stage 3 Waipawa/central reservoir branch connection to the point where the rising main heads off Tikokino Road up the hill to the Waipawa reservoir This Contract is for Stages 2 and 3 of the Tikokino Road pipeline renewal. The project activities will include (but are not limited to): Potholing and locating existing services before commencement of construction Construction of the new rising main (DN 400 PE 100 and DN 280 PE 100) along Tikokino Road by open trench methods Construction of connections to Stage 1 and the existing DN 225 AC Watermain at the Waipawa end Construction of valves (drain valves, main line valves) and associated structures Remove redundant fixtures and cap existing pipes Removal of section of asbestos pipe as required for connections to the existing pipe. Testing and commissioning. 265 m of DN 400 PN 12.5 PE 100 pipe was purchased by Council under the Stage 1 contract and will be made available for installation under Stage 2 & 3 contract (Principal supplied item). This tender opportunity will close at 2pm on Friday the 27th of August 2021.",Awarded,,0,20250410 Central Hawkes Bay District Council,24773165,Request for Tenders,Open Competition,Kairakau Water Supply Upgrade - v2,C-1166,20210907,20210910,20211109,,Sole Agency,No,,"Child RFT created due to systems issue with Parent consent. Bidders should lodge their submission via email to the following individual no later than 2pm Friday 10th September. ben.swinburne@chbdc.govt.nz 027 573 2540",Not Awarded,note other C1166 has award details to Trility,0,20250410 Central Hawkes Bay District Council,25061297,Request for Quotations,Closed Competition,Slow Vehicle Bay - PWPGF - Porangahau Road,C-1168,20211105,20211126,20220128,,Sole Agency,No,,"Central Hawke's Bay District Council hereby invite you to tender for the Slow Vehicle Bay to be constructed on the Porangahau Road at RP 12380. This Contract is for road construction of a slow vehicle bay and on the Porangahau Road at RP12380 The scope of the work includes but is not limited to the key items of work as listed below: Earthworks Pavement and surfacing construction Culvert and drainage improvements Traffic Services- road marking and signage Tender are requested from any Contractor who believe that they are capable of fulfilling the project requirements. The Request for Quotation (RFQ) will be issued only to contractors who have a current road construction contract with the Principal.",Awarded,,0,20250410 Central Hawkes Bay District Council,25311815,Request for Tenders,Closed Competition,C-1184 Waipawa Wastewater Bridge Replacement,C-1184,20220118,20220209,20220515,,Sole Agency,No,,"Following an inspection of the existing bridge at Waipawa in February 2021, the existing culvert crossing was identified as being structurally compromised with cracks on the apex of the pipe and pipe sections beginning to separate. The departure angle of the existing culvert when entering the pond area has in the past caused a number of access issues, this is due to the small bend radius and steep slope of the formed access with steep drop offs on each inside corner. These issues have been identified as contributing factors in previous incidents and near misses. The culvert crossing has, since the initial inspection and report, been limited to a 10km/hr speed limit and to class 1 vehicles only, with monthly structural assessment carried out. For these reasons, Central Hawkes Bay District Council (CHBDC) has determined that in order to provide a long-term durable solution, a new bridge is required to supplement the existing crossing. The Treatment Plant services the Waipawa township and will remain operational during the construction of the new bridge access to the treatment plant will be available via the existing culvert crossing (albeit with restrictions in place) Additionally, other contract works will also be being carried out on the site during the construction period, an overarching Health and Safety plan is in place for the site. This tender opportunity closes on the 9th February at 2:00pm.",Not Awarded,"No response, followed invited negotiation process - subsequently provisionally awarded to Higgins.",0,20250410 Central Hawkes Bay District Council,25745889,Request for Tenders,Open Competition,Porangahau Road Drinking Water Main Upgrade and Racecourse Road Wastewater Main Renewal and Drinking Water Upgrade,C-1215,20220502,20220524,20220620,,Sole Agency,No,,"Central Hawkes Bay District Council wishes to notify prospective suppliers of a project opportunity consisting of five Separable Portions of drinking watermain and wastewater main renewal and upgrade work located on Porangahau Road and Racecourse Road, Waipukurau. The proposed contract will initially award the first two Separable Portions on Porangahau Road to supply and install 455m of OD355 and 350m of OD315 drinking water main, and 520m of OD63 drinking water ridermain, including renewal of all drinking water laterals and boundary boxes between Gaisford Terrace and Lake View Terrace on Porangahau Road. There is an opportunity for the right supplier to also carry out additional works noted as Provisional on Racecourse Road, consisting of three Separable Portions for supply and installation of 137m of OD400, 652m of OD250 and 24m of OD125 drinking water main, 306m of OD63 drinking water ridermain, including renewal of all drinking water laterals and boundary boxes (SP3), along with supply and installation of 1820m of wastewater main (expected sizes DN150, DN225 and DN300; quantities to be confirmed), including installation of 27 manholes and renewal of all wastewater laterals and boundary boxes (SP4 and 5).",Awarded,,0,20250410 Central Hawkes Bay District Council,26015187,Request for Tenders,Closed Competition,3 Waters Pipeline and Civil Works Panel RFT,C1217,20220705,20220817,20221209,,Sole Agency,No,,"Central Hawkes Bay District Council (CHBDC) has a budget of circa $20M-$25M over the next five financial years (FY22-FY27 inclusive) for its 3 Waters capital and renewals programme. This is a substantial increase in investment that represents a rapid increase in the scale of delivery required. The Council is looking to establish a panel of suitably experienced contractors with adequate resourcing (people, plant, facilities, etc) to deliver this work programme. Much of the spend relates to pipeline work hence to provide both efficient procurement for all parties and enhanced broader outcomes for the Council, CHBDC is forming a contractor Pipeline and Civil Works Panel. CHBDC has shortlisted tenderers following an (EOI) from suitable suppliers (contractors) and now releases a Request for Tender (RFT) for this panel.",Awarded,,0,20250410 Central Hawkes Bay District Council,26082101,Request for Tenders,Open Competition,C-1229 Waipukurau Animal Shelter,C-1229,20220722,20220824,20221223,,Sole Agency,No,,"The key objective of this project is to design and build a fit for purpose animal pound facility in Central Hawkes Bay. Contractors scope for the works is generally as follows: Carryout all works as required for the completion of building, yard, fences, and siteworks, all as shown, indicated and implied by the drawings, as well as all associated works such as builders work and demolition, supply and delivery, installation and commissioning of all materials, labour, fittings, plant etc, necessary for full completion of the works described. Prepare and implement Construction Methodology for the safe execution of works Carry out all temporary works design Establish temporary services as required for the execution of works. Contractor design of: EN05 - Dog cages. EN10 - Radiant Heaters EN11 - Security Fence, Access Gate EN13 - Retractable Weather Screens EN14 - Bird Netting Wind and Visual Screens to Cages Wind and Visual Screens to exercise area Electrical, lighting and Security (refer to separate specification sections) The tender opportunity closes on the 24th August at 4pm.",Not Awarded,,0,20250410 Central Hawkes Bay District Council,26228395,Request for Tenders,Closed Competition,C-1232 Waipukurau Transfer Station Weighbridge,C-1232,20220825,20220920,20221223,,Sole Agency,No,,"Contractors scope for the works is generally as follows: Install site fencing, barriers, signage, controls such as required for the safe execution of works and for compliance with relevant New Zealand Legislation. Particular hazards include but are not limited to the protection and exclusion of public, working at heights, safety from falling, operation and working around heavy machinery. Traffic Management allowing access to transfer station and wastewater treatment plant while works are occurring. Commitment to realising sustainable procurement opportunities Collaborative and proactive approach Health and Safety, Quality and Environmental Management Full reinstatement of pavement, surfacing, paved areas, kerb and channel, footpath and berm as applicable Protect items that are to remain, make good any damage to existing, clean and tidy site Prepare and implement Construction Methodology for the safe execution of works Carry out all temporary works design Establish temporary services as required for the execution of works. Carryout all works as required for the installation of weighbridge and siteworks, all as shown, indicated and implied by the drawings, as well as all associated works such as demolition, supply and delivery, installation and commissioning of all materials, labour, fittings, plant etc, necessary for full completion of the works described. Handover in good working order, complete with all instructions necessary for the correct operation and maintenance of the facility. Opportunity to improve access, usability and layout of the transfer station.",Not Awarded,,0,20250410 Central Hawkes Bay District Council,26357391,Request for Tenders,Closed Competition,C-1235 Knorp Street Sewer Extension,C-1235,20220919,20221007,20221201,,Sole Agency,No,,"The Existing 150mm uPVC Sewer Main in Knorp Street is proposed to be extended by a further 116m along Knorp Street to allow service lateral connections to be provided up to the boundaries of each Section. Service Lateral Connections will be installed at the same time.",Awarded,,0,20250410 Central Hawkes Bay District Council,26402211,Request for Quotations,Closed Competition,C1231 Laboratory Sampling and Testing Contract,,20220930,20221011,20230608,,Sole Agency,No,,,Awarded,,2900000,20250410 Central Hawkes Bay District Council,26447311,Request for Quotations,Closed Competition,C-1229 Waipukurau Animal Shelter,,20221010,20221031,20230111,,Sole Agency,No,,,Not Awarded,,0,20250410 Central Hawkes Bay District Council,27457371,Request for Tenders,Open Competition,"C-1240 CHBDC, Waipawa Streets for People Trial",C-1240,20230526,20230621,20240202,,Sole Agency,No,,"This contract is for the installation of road furniture, kerb buildouts, road marking, cycle separators, temporary roundabout, signage and temporary traffic management.",Not Awarded,"No conforming contractors. Direct engagement taken as alternative after Waka Kotahi approval Tupore infrastructure",0,20250410 Central Hawkes Bay District Council,28353897,Request for Tenders,Closed Competition,Ex-Tropical Cyclone Land Transport Response Works,,20231027,20231129,20231218,,Sole Agency,No,,"Following the devastation caused by Ex-Tropical Cyclone Gabrielle in February 2023, Central Hawke's Bay District Council (CHBDC) has received funding from Waka Kotahi New Zealand Transport Agency to repair essential assets for communities across the district. A programme of works is being developed involving a number of projects and types of work, sited at various locations across the district. CHBDC is now seeking Registration of Interest (ROI) from suitably experienced contractors to undertake works in the following categories. - Minor Repairs: Being completed currently (not included as part of this ROI) - Simple Repairs: Medium sized projects typically below $200k in value including: Simple retaining walls, small MSE walls, earthworks, bridge repairs - Complex Repairs: River protection works, bridge armouring, culvert and bridge repairs, road retreats, retaining walls and large MSE walls typically over $200k in value",Awarded,,0,20250410 Central Hawkes Bay District Council,28468748,Request for Tenders,Closed Competition,Wakarara Bridge Abutment Strengthening,,20231116,20231206,20231220,,Sole Agency,No,,"The Wakarara Road Bridge is located approximately 750 metres east of Wakarara Road & North Block Road intersection. In addition to others in the area this bridge provides an important connection for the communities of Makaroro and Wakarara, therefore this rebuild is one of Councils highest priorities to ensure connectivity with their local communities. On 14th February 2023, Cyclone Gabrielle caused an underslip due to uncontrolled, fast-flowing overland stormwater scouring away the bridge approach embankment's outer edge, in conjunction with the effects of ground saturation. The underslip has caused an abutment approach failure and damaged the abutment wing wall. A timber retaining wall was also present along the failed portion of the bridge approach prior to the failure. The scope of this project is to build a new retaining structure along the failed portion of approach to Wakarara Bridge",Awarded,,0,20250410 Central Hawkes Bay District Council,28536587,Request for Tenders,Open Competition,C-1264 CHBDC Vegetation Control 2024-2025,C-1264,20231128,20231221,20240115,Land Transport,Sole Agency,No,"Central Hawke's Bay District Council's office, 28-32 Ruataniwha Street, Waipawa","Contract for Central Hawkes Bay District Vegetation Control 2024 to 2025 The conditions of tendering are those set out in NZS 3917:2013 Clause numbers refer to conditions of tendering clauses. Separable Portion 15 January 2024 - 15 October 2024 with a possible extension from 15 October 2024 to 30 June 2025",Awarded,"22 January 2024 Allen Clark Bayspray (2007) Ltd Via Email: office@bayspray.co.nz Acceptance of Rural Vegetation Control 2024-2025, C-1264 The Central Hawkes Bay District Council is pleased to inform you that your company has been selected to carry out the works under the above contract for the amount of $23.75 per/lane km (excluding GST). The Date of Acceptance of Tender under the Contract will be the date of this letter. The Contract Documents will be prepared by the Central Hawkes Bay District Council, and you will be advised when they are ready for signing. No work may commence on Site until the contract document is signed and the following documents have been received to the Central Hawkes Bay District Council's satisfaction: Site Safety Plan (in final form), if required under 5.17 Traffic Management Plan (in final form) if required under 5.19 Quality Management Plan (in final form) if required under 5.18 Programme of Works, Part 2, if required under 5.10 The date upon which you will be granted possession of the Site, and from which the Contract Period will commence, is 15th January 2023 notwithstanding General Conditions 10.1.1. Pursuant to General Condition 10.2.1 the Due Date for Completion under the contract will be 30/06/2025. The Engineer is Aaron Bright from Stantec. All correspondence is to be directed to the Contract Manager, Juan Raubenheimer (juan.raubenheimer@chbdc.govt.nz) who is appointed as the Engineers representative. We are finalising contract compilation, and this will be circulated shortly.",0,20250410 Central Hawkes Bay District Council,28643217,Request for Tenders,Closed Competition,Ex- Tropical Cyclone Land Transport Response Works- Phase 2,,20231218,20240209,20240418,,Sole Agency,No,,,Not Awarded,,0,20250410 Central Hawkes Bay District Council,30109376,Request for Proposals,Closed Competition,Otaia Lindsay Bush Dry Vault Toilet,,20240902,20241009,20241101,,Sole Agency,No,,,Awarded,,0,20250410 Central Otago District Council,19657262,Request for Proposals,Open Competition,Cromwell Masterplan Programme - Design Services,CON03-2018-01,20180420,20180504,20200311,,Sole Agency,No,"Central Otago District Council, 1 Dunorling Street, Alexandra - Reception Tender Box","To create a place-based Cromwell Masterplan, the first goal is to determine the collective vision and what is needed to support it. The intention is to engage an independent facilitator who has experience with town strategies to assist with a workshop with the Mayor, Councillors and informed participants to either update the existing vision(s) or create a new one for Cromwell.",Not Awarded,,0,20250410 Central Otago District Council,21252008,Request for Proposals,Open Competition,Central Otago NZ Website,,20190710,20190729,20210330,,Sole Agency,No,"PO Box 122, 1 Dunorling Street, Alexandra",The Central Otago District Council is looking to develop a website for Tourism Central Otago to promote the district and link in with other tourism operators.,Awarded,The Central Otago NZ Website was awarded to Time Zone One,0,20250410 Central Otago District Council,22421235,Request for Proposals,Open Competition,Generator for William Fraser Building - Alexandra,PJ-725,20200311,20200417,20210330,,Sole Agency,No,,"Council is after a Generator to power Councils head office/Alexandra Service Centre, the William Fraser Building. Council engaged an external subject matter expert to undertake a feasibility study in December 2017. The requirements are based on these findings. The purpose of the generator to supply continuous power during a power outage. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Generator for William Fraser Building opportunity.",Awarded,Central Otago Electrical was awarded the Contract for the Generator for William Fraser Building - Alexandra.,0,20250410 Central Otago District Council,23198332,Request for Quotations,Open Competition,Leasing ICT equipment,,20200831,20201002,20210201,,Sole Agency,No,,"Central Otago District Council currently lease both desktop computers and mobile devices to make these cost operational, assist with asset management and deliver sustainable asset disposal processes. Council are seeking quotes to provide leasing services for our desktop and mobile computer fleet and mobile smart phones. This process may lead to further ICT equipment leasing, where Council deems leasing as a viable option.",Awarded,,0,20250410 Central Otago District Council,23506083,Request for Proposals,Open Competition,Consultation and ePlan information system/s,F19710 & F19672,20201029,20201120,20210330,,Sole Agency,No,,"The council is undertaking a tender of a Consultation information system for local government and ePlan information system and RMA submissions management/consultation. We have chosen to undertake this as a single tender, as ideally, this is a combined solution, with the consultation information system undertaking both typical local government consultations and the more complex district plan review consultation and plan changes. However, we understand that in terms of our consultation objectives this may not be possible, as some local government consultations are required to be less structured to engage appropriately with our stakeholders. We encourage vendors that can only supply one part of the solution still respond, as we want to consider all our options. For clarity, we will refer to the overall or combined solution as: Consultation and ePlan information system/s. And refer to each specific solution as: - Consultation information system for local government - ePlan information system and RMA submissions management/consultation",Awarded,,0,20250410 Central Otago District Council,23873122,Request for Proposals,Open Competition,"Server Infrastructure, Backup and Recovery",F19882,20210122,20210319,20210723,,Sole Agency,No,,"Central Otago District Council (Council) Server Infrastructure (server, storage, backup, and recovery systems) is due for renewal. We are looking for a modern, agile, and sustainable solution to enable Council to support its digital journey. Council has significant projects planned that will result in a significant change to the required Server Infrastructure.",Awarded,The Server Infrastructure and Backup Recovery tender was awarded to TIMG.,0,20250410 Central Otago District Council,23922947,Request for Tenders,Open Competition,Cemetery Road Subdivision - Cromwell,,20210201,20210226,20210408,,Sole Agency,No,,"Central Otago District Council is seeking a Main Contractor to construct the infrastructure for the Cemetery Road Subdivision, Cromwell. The works include the construction of sewer and stormwater drainage, water and services reticulation, and roading construction including footpaths and berms. The Council is looking for credible contractors who have the capability, capacity and experience to deliver a cost-effective solution to the Council.",Awarded,Cemetery Road Industrial Subdivision awarded to Southroads Ltd,0,20250410 Central Otago District Council,24094585,Request for Proposals,Open Competition,Commercial Real Estate Agent Appointment,,20210315,20210416,20210920,,Sole Agency,No,,This procurement relates to the delivery of Commercial Real Estate Services to market and sell sections resulting from an industrial subdivision owned by Central Otago District Council.,Awarded,,0,20250410 Central Otago District Council,26180424,Request for Quotations,Open Competition,"William Fraser Building Renovation Project, Stage 6: Bathroom & hallway renovation",,20220817,20220919,20221020,,Sole Agency,No,tenders@codc.govt.nz,"This project is the final stage of the larger project to renovate the William Fraser Building (Alexandra Service Centre) for the Central Otago District Council. The project aimed to address the need for additional desk space to increase staff numbers and provide a better work environment for staff and visitors. This final stage (stage six) consists of renovating the main bathrooms, adjacent hallway, and the office currently occupied by emergency management. In addition, the hallway includes structural bracing elements required to obtain the code of compliance.",Awarded,,0,20250410 Central Otago District Council,26181105,Request for Quotations,Open Competition,William Fraser Building Double Glazing Project,,20220817,20220919,20220922,,Sole Agency,No,tenders@codc.govt.nz,"Central Otago District Council is looking to procure the product and services required to replace the single glazing with double glazing throughout the occupied buildings within the William Fraser complex (CODC Alexandra Service Centre).",Awarded,,0,20250410 Central Otago District Council,26236844,Request for Proposals,Open Competition,Alexandra Library Refurbishment Project - Construction Partner,,20220829,20220930,20221010,,Sole Agency,No,,"This refurbishment of the Alexandra Library aims to provide a modern space where the community can come together, connect, improve their social wellbeing, and utilise all of the traditional library services. This is a unique opportunity for a contractor to be brought into this renovation project early, during the detailed design phase. This approach is taken to ensure that the construction phase runs without delays so that the Library's closure is kept to a minimum. Another aim of this early contractor engagement is to benefit from valued contractor input at the design stage rather than during construction which can lead to contract variations.",Awarded,,0,20250410 Central Otago District Council,26319605,Request for Quotations,Open Competition,Roxburgh Entertainment Centre - Upgrade of Fire Alarm and LED Lighting,,20220922,20221024,20221118,,Sole Agency,No,,,Not Awarded,,0,20250410 Central Otago District Council,26943975,Request for Quotations,Open Competition,Public Toilet Cleaning Services - Central Otago District Council,,20230217,20230316,20230414,,All of Government,No,,"Central Otago District Council is looking to procure a service provider with the capability and expertise that can service/clean 29 public toilet sites throughout the district. The supplier must have a good track record in the management and implementation of cleaning services on this scale, and strong relationships within their local community. The key outcomes we are looking to achieve is a service provider who will meet user expectations and safety standards, while providing value for money.",Awarded,,0,20250410 Central Otago District Council,27075558,Request for Proposals,Open Competition,Cromwell Town Square and Civic Facilities - Design Services,,20230313,20230406,20230628,,Sole Agency,No,,"We are seeking a design team with a proven track record in urban design to follow on from the work already completed through community engagement, Cromwell Masterplan, Spatial Plan and the NMA workshops. The initial need is to assist in further defining a brief and suitable scope, which will then follow through to concept design options to be presented to the Board, business owners and Council to approve the next phases. Given the projected future growth of Cromwell, the options agreed by Council all linked to enlarging the town centre public space creating a town square, allowing for more activation within the centre for the public and commercial realm. In creating a town square, there would be a need for some buildings to be demolished, along with significant refurbishment of the existing buildings, infrastructure, services and the urban landscape. There would be opportunities for new buildings, a reimagining of the town to bring vibrancy for locals and visitors alike. It was considered there will be opportunities for Council and business to work together to deliver a revitalised town centre that meet the needs of community, businesses and cater for future growth.",Awarded,,0,20250410 Central Otago District Council,27127465,Request for Quotations,Open Competition,"Central Otago District Council Heat Pump & Ventilation Servicing, BWOF and Building Checks",,20230321,20230418,20230426,,Sole Agency,No,,"The Central Otago District Council have a wide range of commercial and residential properties throughout the district. The commercial buildings contain a range of systems which require the servicing of air conditioning and ventilation systems, monthly checks, and compliance for BWOFs. The residential properties require annual servicing of heat pumps, alongside availability to be able to attend to call-outs, often urgent in nature. We are seeking suppliers that can demonstrate the following capacity: Quarterly servicing of air conditioning and ventilation systems throughout a range of Council buildings. Monthly checks of specified systems throughout Council buildings required for BWOF certification to be issued (such as building emergency warning systems and lights checks). Annual Issuance of BWOF certification for all Council buildings. Servicing 72 Council flats in 31 units in Cromwell, 23 units in Alexandra, 15 units in Roxburgh and 3 units in Clyde on an annual basis with strong communication with the Maintenance Officer and Tenants. Ability to provide call-out services in a timely matter. For residential locations the ability to respond to callouts and rectify within 24 hours. When urgent requests are made during work hours where adequate work time remains, after hours fees will not be applicable. To have relevant supplies available (full replaceable stock). Competent qualified tradespeople available for services and/or qualified tradespeople to actively supervise on site. Ability to service/maintain the current range of installed assets. Strong communication and schedules in place to allow appropriate notification.",Not Awarded,Awarded to Shannons HVAC / HAWK Services,0,20250410 Central Otago District Council,27161912,Request for Proposals,Open Competition,Tender for Water Renewals 2023-2024,,20230330,20230426,20230606,Central Otago District Council,Sole Agency,No,,"This request seeks responses from experienced and capable suppliers to renew mains covering the towns of Ranfurly and Roxburgh in the Central Otago district. The pipeline alignments to replace existing water lines and provide the same level of service with minimum disruption to the customers where existing lines shall be removed and disposed of from the site where possible.",Awarded,This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engeineer's Rep.,0,20250410 Central Otago District Council,27300957,Request for Proposals,Open Competition,Standby Generators,PJ21242,20230426,20230524,20231004,Central Otago District Council,Sole Agency,No,,"Central Otago District Council is looking to procure standby generators for critical wastewater pump stations in the Alexandra and Cromwell reticulation network. This RFP relates to the Alpha, Melmore, Wrightsons, and Bridge Hill pumpstations.",Awarded,,0,20250410 Central Otago District Council,27462356,Request for Proposals,Open Competition,Libraries RFID and Self-Checkout,Sentient PPM #3456,20230529,20230623,20231208,Central Otago District Council,Sole Agency,No,,"Council is undertaking a tender for Libraries RFID and Self-Checkout. Central Otago District Council (Council) are looking for a strategic partner to assist in the implementation of a programme of work and system/s to renew our Radio Frequency Identification (RFID) and Self-Checkout for libraires. This RFP is being issued as the first step in the process to identify a suitable supplier to become Councils service delivery partner for Libraries RFID and Self-Checkout. Suppliers are to ensure that they can provide a valid solution and confirm they have the following skills and attributes: - A Single supplier for Libraries RFID and Self-Checkout. - Services that are cost effective for Council. - Proven experience in providing technical solutions and services to other leading-edge organisations in similar fields. - Resources available to meet Councils requirements during the timeframes stipulated in this RFP. - Ability to provide on-going post-production support. - Ability to provide an integrated, end-to-end solution using a tool or set of tools to provide the all the necessary components. The key Libraries RFID and Self-Checkout functionality has been identified as: - RFID tags for Central Otago Libraries books, talking books on CD, magazines, DVDs, puzzles, and board games. - Self-check-out machines. - Security gates. - Wands for shelf checking and stock take. - Smart return shelves. - Circulation pads. - Reporting and analytics to understand the use of the service. - Professional services to assist with implementation and training. - Ongoing support and maintenance services",Awarded,,0,20250410 Central Otago District Council,27953991,Request for Tenders,Open Competition,Cromwell Rising Main,PJ21195,20230825,20230929,20231206,Central Otago District Council,All of Government,No,"1 Dunorling Street, Alexandra","The Contract Works are for construction of a new raw water rising main in Cromwell township, running roughly east-west from the existing Cromwell bore field to the existing potable water reservoirs located off McNab Road, Cromwell. The purpose of the Contract Works is to securely convey raw water from the existing Cromwell borefield site to the existing Cromwell potable water reservoirs where the WTP will be located.",Awarded,This tender was awarded to HEB Construction Limited.,0,20250410 Central Otago District Council,28104216,Request for Proposals,Open Competition,Ranfurly Wastewater Pipe Renewals,PJ21221,20230915,20231019,20231205,Central Otago District Council,Sole Agency,No,,"This request seeks responses from experienced and capable suppliers to renew the gravity mains of Ranfurly town in the Central Otago district. The pipe alignments are to replace existing wastewater lines to the same depth/grade with all the laterals replaced to the property boundaries, and to provide the same level of service with minimum disruption to the customers where existing lines shall be removed and disposed of from the site where needed, based on the final alignment.",Awarded,This contract was awarded to SouthRoads Limited.,0,20250410 Central Otago District Council,28198998,Request for Tenders,Open Competition,Central Otago District Roading Physical Works,CON 2024-07-01,20230929,20231117,20240131,Central Otago District Council,Sole Agency,No,,"This Request for Tender (RFT) is issued by Central Otago District Council for the provision of Contract Works for the Road Maintenance Physical Works Contract. The Contract this relates to covers the maintenance and renewals of Councils Roading Assets, and some roading improvement works. This includes: Sealed road maintenance, resurfacing and rehabilitations; Unsealed road maintenance and remetalling; Drainage maintenance and renewals; Street cleaning; Bridge maintenance and minor bridge renewals; Vegetation control; Maintenance and renewal of signs and pavement markings; Maintenance and renewal of traffic facilities, safety guardrailing and railings; Minor improvement projects, including safety improvement works; Footpath maintenance, resurfacing and extensions; Car park maintenance, resurfacing and improvements; Snow and ice control; Emergency work; Joint network management, including entry and updating of works and asset data within the Councils RAMM database, in conjunction with Councils Roading staff.",Awarded,,0,20250410 Central Otago District Council,28200995,Request for Proposals,Open Competition,Roxburgh Wastewater Treatment Plant Desludging,,20230929,20231103,20231218,Central Otago District Council,Sole Agency,No,"1 Dunorling Street, Alexandra","CODC requires an experienced contractor to desludge two oxidation ponds at the Roxburgh Wastewater Treatment Plant (WWTP). This procurement relates to the desludging and dewatering component only. Disposal options will be contracted out on a separate contract at the end of the drying period. The WWTP treats municipal wastewater from the township of Roxburgh via (recently installed) screens and oxidation ponds, with disposal to land via infiltration swales. The two oxidation ponds are in series, separated by a narrow earth embankment and connected through a pipe and valve system. The ponds have a concrete waveband while the base is constructed of compacted earth and selected silts which act as a low permeability liner. Effluent from the oxidation ponds is piped to five basins which allow wastewater to infiltrate into the ground. A sludge survey was carried out by Conhur in 2022. The sludge amount has not changed significantly since the sludge survey was carried out.",Awarded,,0,20250410 Central Otago District Council,28938152,Request for Proposals,Open Competition,Alexandra Riverside Park Project,,20240301,20240405,20240607,Central Otago District Council,Sole Agency,No,,"The Alexandra Riverside Park Project has the aim of revitalising the lower end of Tarbert Street, Alexandra. Through this RFP, Central Otago District Council will identify a firm to finalise the design and complete the construction of the new recreational area that will include a riverbank walkway, seating, toilet block, and access to the river and bike/walking trails. This RFP offers firms the ability to bid for both the design and construction work, or solely the construction work. Details of existing designs and consents are included within the RFP attachments.",Awarded,,0,20250410 Central Otago District Council,30480177,Request for Proposals,Open Competition,"Professional Services Panel A 3 Waters Legal, Planning, Surveying Services",,20241024,20241121,20250325,Central Otago District Council,Sole Agency,No,Via Gets only,,Awarded,,0,20250410 Central Otago District Council,30480258,Request for Proposals,Open Competition,Professional Services Panel B 3 Waters Technical Services,,20241024,20241121,20250325,Central Otago District Council,All of Government,No,Via Gets only,,Awarded,,0,20250410 Central Otago District Council,30630723,Request for Proposals,Open Competition,Water Services Facilities Operations & Maintenance,,20241113,20250113,20250325,Central Otago District Council,Sole Agency,No,Online Only,See attachments for RFP documents and all other information.,Awarded,,0,20250410 Central Otago District Council,30630853,Request for Proposals,Open Competition,Water Services Reticulation Operations & Maintenance,,20241113,20250113,20250325,Central Otago District Council,Sole Agency,No,Online Only,See attachments for RFP and all other information.,Awarded,,0,20250410 Central Technical Advisory Services Ltd (TAS),23497218,Request for Proposals,Open Competition,Kiwi Health Jobs,,20201022,20201118,20210819,,Cluster,No,info@kiwihealthjobs.com,"Kiwi Health Jobs (KHJ) is a website that promotes careers in health, shares information about working in New Zealand and provides a single and comprehensive job-portal for health vacancies across New Zealands health sector. Kiwi Health Jobs is owned by New Zealands 20 District Health Boards (DHBs) and New Zealand Blood Service (NZBS) and also advertises vacancies from Aged Residential Care (ARC) facilities, Private and Government employers, Primary Healthcare Organisations (PHOs) and Non-Government Organisations (NGOs). TAS is an agency that provides national advisory and technical services to New Zealand's District Health Boards (DHBs) and as part of our role supporting workforce initiatives, we are responsible for Kiwi Health Jobs and its day-to-day operations. We have prepared and issued this RFP and will manage the RFP response and evaluation process on behalf of the 20DHBs and NZ Blood",Awarded,TAS are please to confirm that following a successful implementation the Kiwi Health Jobs platform Agreement have been awarded,0,20250410 Central Technical Advisory Services Ltd (TAS),23720434,Request for Proposals,Open Competition,InterRAI Assessor Training and Assurance Compliance Management System,,20201202,20210129,20210519,,Sole Agency,No,,"interRAI is a suite of seamless and comprehensive clinical assessment instruments, developed by an international collaborative to improve the quality of life of vulnerable/older people. TAS?is?contracted by the Ministry of Health to provide assurance?over?interRAI assessments in New Zealand.? The interRAI assessment process is carried out by third party registered health professionals (assessors) who are assisted by a worldwide standard set of guidelines. TAS educators ensure that the assessors reach the required competency level. For this competency level to be reached and maintained, adequate education and training resources with annual exam modules are in constant development by the TAS team. This has included a move to a blended learning approach. A new solution is required for end to end management and administration of scheduling, examinations and competency information.",Not Awarded,TAS can confirm that the contract for InterRAI Assessor Training and Assurance Compliance Management System was awarded to Catalyst.Net Limited.,0,20250410 Central Technical Advisory Services Ltd (TAS),24562777,Request for Proposals,Open Competition,Delivering Equity in Telehealth in Primary Care,,20210719,20210813,20211015,,Sole Agency,No,,"Delivering Equity in telehealth in primary care (Equity in telehealth) is an initiative to expand the reach of telehealth into the hands of the most disadvantaged consumers in New Zealand. Telehealth is the use of information and communication technologies to deliver health care when the person and the health care provider are not in the same location. The target consumer group is defined as: Maori, Pacific peoples, rural, and people using Very Low-Cost Access general practices. TAS as a commissioning agent seeks to appoint a lead provider (who may partner with other providers) where the lead provider will establish strategies and plans to deliver services to close the digital divide for consumers. The services provided will enable the currently disadvantaged consumers to engage with general practice telehealth services in the consumers local community. The focus of this work is to address and remove barriers - both practical and engagement-based - at the consumer end.",Not Awarded,"This tender has been awarded. Te Putahitanga o Te Waipounamu, level one, DMC House, 2 Dundas Street, Christchurch 8011, PO Box 42108 Commencement date 15 October 2021. Term 3 years. Award date: Friday 15th October 2021 Date RFP was completed: 19th July 2021 Further information: Our sincere thanks to those who submitted a response for the Request for Proposal for Delivering Equity in Telehealth in primary care.",0,20250410 Charter School Agency,30167600,Request for Proposals,Closed Competition,Charter School Agency - Call for Applications - Sponsoring a Charter School | Kura Hourua (Stage Two),Opening T1/2025,20240911,20241011,20241115,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,12493871,Request for Proposals,Open Competition,HR Candidate Management System,14/15-335,20150527,20150624,20191126,,Sole Agency,No,,"The objective of the FRP process is to obtain sufficiently detailed information from prospective suppliers of a HR candidate Management System , about their respective organisations and their ability to provide the system. This enables the Council to select and appoint a supplier to provide an HR candidate Management System. Documents are available on Tender link ref 14/15-335 www.tenderlink.com/ccc",Not Awarded,xxxxxxxxxxxxxxxxxxxx,0,20250410 Christchurch City Council,17831797,Request for Tenders,Open Competition,RFT for QEII Site Asbestos Contaminated Material Cartage Works & Services,,20160912,20161012,20190726,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the provision of a specialist cartage contractor (transport company) to transport contaminated soil (est.4000 - 12000m3), in a safe compliant manner - as excavated from the QE2 site to approved landfill sites (Kate Valley, Frews Quarry and Lyttelton Port).",Not Awarded,completed,0,20250410 Christchurch City Council,17874782,Request for Tenders,Open Competition,RFT for QE2 Site Asbestos Contaminated Material Excavation & Remediation Works,,20160921,20161026,20190726,,Sole Agency,No,,The purpose of this RFT is to invite Tenderers to submit their tenders for the provision of excavation and remediation works asbestos contaminated material at the QEII site.,Not Awarded,completed,0,20250410 Christchurch City Council,17944116,Request for Tenders,Open Competition,Social Housing Unit Repairs Package 1: West (Guise Lane Courts + Maurice Carter Courts),,20161014,20161116,20191216,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",EQ Repairs to Social Houses,Not Awarded,xxxxxxxxxxxxxxxxxx,0,20250410 Christchurch City Council,17961112,Request for Quotations,Closed Competition,Robert McDougall Art Gallery Asbestos Removal,,20160927,20161021,20190726,,Sole Agency,No,,"Christchurch City Council require a specialist contractor to remove and transport contaminated ACM soil (est. 75m2), removal and transport of asbestos insulation (est. 120m2), and removal of residue asbestos insulation from ducting; in a safe compliant manner - as removed from the RMAG site (9 Rolleston Avenue) to approved landfill sites. This site is a category 1 Heritage listed building.",Not Awarded,completed,0,20250410 Christchurch City Council,19092287,Request for Proposals,Open Competition,Bike Share RFP,,20171130,20180124,20210928,,Sole Agency,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Provision of a comprehensive Bike Share system that encompasses: 1. System planning, design and infrastructure procurement; 2. System set up, financial models, funding partnerships and sponsorships; 3. System technology and infrastructure, including hardware (bikes) and software and payment systems; 4. System implementation; 5. System operational management, including the marketing, customer support, maintenance and day-to-day management services;",Not Awarded,,0,20250410 Christchurch City Council,19176654,Request for Tenders,Open Competition,CWTP Stage 2 Replacement Laboratory Building,,20180910,20181017,20190823,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Separable Portion 1: part demolition and renovation of upstairs cafeteria and office space (Mezzanine Upgrade, located in Operations Building); Separable Portion 2: full demolition of existing administration, cafeteria and meeting room building, construction of new laboratory and civil roading work (in location of Administration Building).",Not Awarded,Contract awarded to C Lund & Son Limited,0,20250410 Christchurch City Council,19322605,Request for Proposals,Open Competition,Transport Technology Maintenance,,20191023,20191212,20210504,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This Contract involves the maintenance of transport technology includes two main work types: (1) Maintenance Works (2) Ordered Works",Not Awarded,The Contract was awarded to Traffic Control Systems Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is three (3) Years.,0,20250410 Christchurch City Council,19348223,Request for Quotations,Closed Competition,RFQ for Wilmers Basin and Owaka-Awatea Corridor: Basin Works and Landscaping,,20190124,20190307,20191127,,Sole Agency,No,,"Quotation for the provision of basin works and landscaping to Wilmers Basin and Owaka-Awatea Corridor This Contract Works Package will involve: Basin contouring and reshaping works; Planting; Pathway works; Establishment and Maintenance.",Not Awarded,The contract was awarded to Grounds & Services Limited.,0,20250410 Christchurch City Council,19400318,Request for Quotations,Closed Competition,RFQ for Cashmere Worsleys Flood Storage - Control Structures,,20180410,20180504,20190806,,Sole Agency,No,,"Cashmere Worsleys Valley Flow Control Structure This is notification of a Request for Quotation (RFQ) to construct a flow control structure on the Cashmere Valley Drain at 225 Worsleys Road. The RFQ will be issued to selected contractors on the HDM Panel for Drainage - of which you are one. The contract works include the following: Relocation of existing services (power, telecom, water) adjacent to Cashmere Valley Drain Permanent realignment of Christchurch Adventure Park (CAP) access road to allow construction of the control structures and maintain CAP access throughout construction Construction of a control structure and lay flat gates on Cashmere Valley Drain",Not Awarded,"Closed market tender via panel to 3 suppliers. Successful tenderer: Downer",0,20250410 Christchurch City Council,19449020,Request for Proposals,Closed Competition,Christchurch Housing Fund Management Services,,20180620,20180718,20190801,,Sole Agency,No,"Christchurch City Council Tender Box, 53 Hereford Street, Christchurch",The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Management and Administration of the Christchurch Housing Initiative. The purpose of the Initiative is to support Christchurch residents with modest incomes to purchase their first home.,Not Awarded,Contract awarded to Habitat for Humanity and Covenant Trustee Services,0,20250410 Christchurch City Council,19698965,Request for Proposals,Closed Competition,LDRP 512 - Floating Wetland Treatment,,20190222,20190315,20191111,,Sole Agency,No,"Tender Box Ground Floor, Civic Offices 53 Hereford Street Christchurch","The purpose of this RFP is to invite Prospective Respondents to submit their Proposals for the design, supply, installation, test, commissioning and maintenance of a fully functional floating treatment wetland (FTW) for the purpose of treating stormwater prior to discharge to Waikakariki / Horseshoe Lake. The FTW is a component of Land Drainage Recovery Programme (LDRP) project 512; No.1 Drain Naturalisation. The naturalisation of the drain also incorporates a series of online stormwater treatment ponds to improve the stormwater quality discharging into Horseshoe Lake.",Awarded,Tender accepted 15/04/2019,0,20250410 Christchurch City Council,19725456,Request for Tenders,Closed Competition,Halswell Junction New Link Road - Stage 2,CW-2021,20221005,20221102,20221220,Infrastructure,Sole Agency,No,,"Construction of a new link road from Halswell Junction Rd/Foremans Rd Intersection to Waterloo rd entrance to Waterloo Rd Business Park. The work involves the construction of new Kerbs and channels, Ac paths and drives, stormwater upgrade, traffic signals at the new rail crossing point, lighting upgrade, landscape and tree planting plus full carriageway construction.",Awarded,,0,20250410 Christchurch City Council,19802858,Request for Proposals,Open Competition,Land Lease for Operation of Hydro-Evacuation Waste Processing Plant,,20180622,20180801,20190708,,Sole Agency,No,"53 Hereford Street, Christchurch","Hydro Excavation (HEX) occurs when a truck equipped with a tank of water excavates a trench in the earth using a high pressure water supply and sucks by vacuum the earth/water slurry into a holding tank. The slurry is now mobile and requires decanting at a suitable location. The Christchurch City Council is looking for a Prospective Tenant(s) who can deliver the following: 1. Deliveries to site of hydro-excavation waste. 2. Processing of hydro-excavation waste to two separate waste streams: a. Liquid waste to trade waste disposal; b. Dry solid waste disposal to landfill. 3. Manage the operations to comply with relevant resource consents to be obtained from Environment Canterbury and the Christchurch City Council.",Not Awarded,Lease awarded to Vac-U - Digga NZ Ltd ( trading as Vac-U-Digga ),0,20250410 Christchurch City Council,19933258,Request for Quotations,Closed Competition,Rostering & Time Management Tool,,20180817,20180914,20190807,,Sole Agency,No,,"The purpose of this RFQ is to invite Prospective Suppliers to submit Quotations for a Rostering and Time Capture Solution for the Christchurch City Council's Recreation, Sports and Events unit (RSU). The RSU have approximately 600 staff that do not have access to the Council network. These staff are paper based staff and are referred to at the Council as the contingent workforce. For RSU the contingent workforce includes casual workers, recreation instructors or shift workers who often perform multiple roles at different rates on the same day or sometimes even within the same shift. These employees enter their time on a paper based timesheet which then follows a manual process. The manual process contains multiple touch points resulting in inefficient use of time and inaccuracy of data. The current process is not sustainable.",Not Awarded,Project on Hold,0,20250410 Christchurch City Council,19964819,Request for Proposals,Open Competition,Library Materials,,20190117,20190220,20190813,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,20033885,Request for Quotations,Closed Competition,Wastewater Renewal - St Albans,,20190821,20190927,20191223,Infrastructure,Sole Agency,No,,"his request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline Renewal of wastewater mains in Christchurch: Springfield Road Berry St Clare Rd Onslow St Tender Documents RFQ Schedule of Prices Specifications Drawings Appendices",Awarded,The term of this contract is for One hundred and fifty (150) Working Days.,2036509,20250410 Christchurch City Council,20033905,Request for Quotations,Closed Competition,Wastewater Renewal - Woolston,,20190918,20191023,20191223,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Renewal of wastewater mains in Christchurch: Hobson Street Inglis Street Forfar Street Dee Street Pascoe Avenue",Awarded,The term of this contract is for One hundred (100) Working Days.,1042570,20250410 Christchurch City Council,20033922,Request for Quotations,Closed Competition,Wastewater Renewal - Spreydon,,20190828,20191004,20191223,Infrastructure,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline Renewal of wastewater mains in Christchurch: Neville Street Domain Terrace Edinburgh Street Cooke Street McCombs Street Stenness Avenue Selwyn Street",Awarded,The term of this contract is for One hundred and ninety five (195) Working Days.,1947355,20250410 Christchurch City Council,20034142,Request for Quotations,Closed Competition,Wastewater Renewal - Christchurch Central,,20190807,20190911,20191127,Procurement & Contracts,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline Renewal of wastewater mains in central Christchurch: Barbadoes Street Cannon Street Bealey Avenue Madras Street Tender Documents RFQ Schedule of Prices Specifications Drawings Appendices",Not Awarded,The contract was awarded to Downer New Zealand Limited and will start in November 2019. The term of this contract is for One hundred and fifty (150) Working Days.,0,20250410 Christchurch City Council,20054884,Request for Quotations,Closed Competition,20054884 Belfast & Grassmere WS PS Works,,20190516,20190627,20191127,,Sole Agency,No,,"Scope Outline Supply, construction, testing and commissioning of: New well, wellhead, headworks Well pump Electrical and controls Pipe-works Site reinstatement",Not Awarded,"The contract was awarded to Seipp Construction Limited. The term of this contract is as per below: - Separable Portion 1 (SP 1): 149 Working Days - Separable Portion 2 (SP 2): 137 Working Days",0,20250410 Christchurch City Council,20066150,Request for Proposals,Open Competition,Land and Building Assets Revaluation Services,,20180906,20181012,20190801,,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011",This open RFP invites proposals from the market of property valuation providers to allow the Council to select a suitable qualified Supplier to provide Revaluation Services of Land and Building Assets.,Not Awarded,Panel agreement,0,20250410 Christchurch City Council,20168766,Request for Quotations,Closed Competition,Ben Rarere WS PS Works,,20200930,20201127,20210420,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. The scope of works for may generally be summarised as everything required for the supply, construction and commissioning of a fully functional pump station.",Awarded,The Contract was awarded to Fulton Hogan Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is three hundred (300) Working Days.,0,20250410 Christchurch City Council,20214895,Request for Quotations,Closed Competition,WW 410 Marshland Road Sewer Connection,,20181009,20181017,20210928,,Sole Agency,No,,"Installation of a low pressure WW pipeline, boundary kit and flushing point at 410 Marshland Road.",Not Awarded,This tender was replaced with 20301829 and awarded to Trenching Dynamix on 19/03/2020,0,20250410 Christchurch City Council,20238627,Request for Proposals,Closed Competition,"RFP for Supply, Installation and Maintenance of CCTV, Intrusion and Access Control systems",,20190304,20190415,20200810,,Sole Agency,No,"Civic Office, 53 Hereford Street, Christchurch, 8013 - Tender Box","The purpose of this closed RFP is to invite Prospective Suppliers to submit their proposals for supply, installation and maintenance of CCTV, Intrusion and Access Control Systems following the shortlisting from the Expression of Interest process initiated in May 2018. All questions must be submitted through GETS. The following documents are part of this RFP: 20238627 - RFP for Supply, Installation and Maintenance of CCTV and Access Controls 20238627 - RFP Appendix 1-9 20238627 - Asset Register 20238627 - List of Affected Sites 20238627 - Scope and Specifications 20238627 - Site Plan samples 20238627 - Appendix 5 - TCO Model 20238627 - Section E - Council System Solution and Support Agreement",Awarded,,1333000,20250410 Christchurch City Council,20255538,Request for Quotations,Closed Competition,P5 Well Head Upgrade Works,,20190314,20190417,20190726,,Sole Agency,No,,RFQ for P5 Well Head Upgrade Works at various pump station sites,Not Awarded,Awarded,0,20250410 Christchurch City Council,20295167,Request for Quotations,Closed Competition,Jeffreys WS PS Suction Tank Works,,20211015,20211206,20220222,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Demolish the damaged suction tank at Jeffreys Road Water Supply Pump Station (PS1076) Construct a new 500m? concrete suction tank, install 2 new reticulation pumps, install one new submersible well pump, electrical and controls work, install headworks for 2 wells, construct associated ducting and piping, construct architecturally designed fence and colonnade, landscaping and other ancillary items.",Awarded,This contract has been awarded to Seipp Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 246 Working Days,0,20250410 Christchurch City Council,20296103,Request for Tenders,Open Competition,Structural Repairs to the Sumner and New Brighton Clock Towers (Heritage Structures),20296103,20190207,20190307,20200917,,Sole Agency,No,,Structural Repairs to the Sumner and New Brighton Clock Towers (Heritage Structures),Not Awarded,,0,20250410 Christchurch City Council,20301829,Request for Quotations,Closed Competition,WW 410 Marshland Road Sewer Connection,,20181017,20181024,20200319,,Sole Agency,No,,"Installation of a low pressure WW pipeline, boundary kit and flushing point at 410 Marshland Road. This is the same tender 20214895 WW 410 Marshland Road Sewer Connection extended till 24th Oct 2018. Please use GETS # 20214895 in your response documents.",Awarded,,0,20250410 Christchurch City Council,20330475,Request for Proposals,Open Competition,Legal Services,20330475,20211102,20211213,20220501,Corporate,Sole Agency,No,,"Our current panel of external legal services providers will expire on 30 April 2022. Since the establishment of this panel, there have been a number of changes within Council including to the makeup of the executive leadership team and a restructure of the in-house Legal Services The objective of this RFP process is to obtain sufficiently detailed information from you, the Prospective Supplier of legal services, about your organisations and your ability to provide these Services. This enables us to select and appoint a number of proactive and partnership driven Suppliers to enhance our strategic outcomes. We are looking for providers who have the capability to deliver high quality, value for money, external legal services that will support the in-house team. The categories covered by this RFP are: 1. Commercial and property; 2. Litigation with insurance experience; 3. Public Law and regulatory; 4. Planning and environment law; and 5. Employment Relations For more information about what we are looking for, please watch the interview with Helen White, Head of Legal Services: https://vimeo.com/624916965/5cdd34f296",Awarded,,0,20250410 Christchurch City Council,20379466,Request for Proposals,Open Competition,"Bus Stop Shelter Maintenance, Supply and Installation",,20190705,20190820,20191127,,Sole Agency,No,,"Maintenance, supply and installation of bus shelters in the Christchurch City Council area.",Awarded,The contract was awarded to Fulton Hogan and will start on 1st November 2019; The term of this contract is Three (3) Years.,949652,20250410 Christchurch City Council,20446366,Request for Tenders,Closed Competition,Dyers Pass Road Safety Improvements,PB,20200806,20200909,20201015,Infrastructure,Sole Agency,No,,,Awarded,Tender awarded to Higgins Contractors Ltd,0,20250410 Christchurch City Council,20533254,Request for Tenders,Closed Competition,Minor Transport Safety Improvements,,20190607,20190709,20191127,,Sole Agency,No,,"This proposed Contract will consist of a series of small packages of safety improvement works over the 2019 financial period ending by June 2020. Each package will be treated as a Separable Portion to the base NZS3910 contract. The annual value of these combined packages (Ordered Works Instructions) is estimated to be approximately $1,000,000.00 for the 2019/20 period. Each Separable Portion will have an individual schedule and construction plans issued. The majority of each separable proportion is expected to be approximately $50,000 per project. The purpose of this RFT is to invite Tenderers to submit their Proposals for Minor Transport Safety Improvement Works",Awarded,The contract was awarded to Higgins Contractors Limited and will start in August 2019.,807220,20250410 Christchurch City Council,20537884,Request for Proposals,Open Competition,For the Lease of Premises within Pioneer Recreation and Sports Centre,,20190207,20190306,20191104,,Sole Agency,No,,,Not Awarded,No proposals,0,20250410 Christchurch City Council,20537894,Request for Proposals,Open Competition,For the Lease of Premises within Jellie Park Recreation and Sports Centre,,20190415,20190515,20200114,,Sole Agency,No,,,Not Awarded,Active Health,0,20250410 Christchurch City Council,20542369,Request for Quotations,Closed Competition,LDRP 525 Southshore and South New Brighton Short Term Floodplain Management,,20190322,20190424,20190710,,Sole Agency,No,,"The Contract Works are located along the Estuary shoreline of South New Brighton and Southshore and include two Separable Portions. The works have been separated into two Separable Portions as they are in different physical locations, with different designers of the civil works. Separable Portion 1 Avon Stopbank works: a) construction of new 185m long section of Avon Stopbank, south of Bridge Street b) landscape works associated the new Avon Stopbank, south of Bridge Street Separable Portion 2 Jellicoe Marsh Bund, Temporary Pumping and Erosion Protection works: c) modification and improvement of the existing floodplain protection bund in Jellicoe Marsh d) landscape works associated with the Jellicoe Marsh bund improvements e) construction of gravel access for temporary pumps (two locations) f) installation of manholes on existing stormwater pipes to provide access points for temporary pumping (three locations) g) construction of discrete areas of coastal erosion rock protection for the existing bund on the Estuary edge (two locations)",Not Awarded,"Successful respondent: City Care Limited Description of work: Short term floodplain maintenance Date of award: 12/06/19 Term: SP1 - 20WD; SP2 - 30WD Estimated spend: $665k Type of procurement: Closed market RFT via Panel",0,20250410 Christchurch City Council,20545247,Request for Proposals,Open Competition,Transport Professional Consultancy Services Panel,,20190626,20190731,20191112,,Sole Agency,No,"Both electronic upload and physical document delivery are mandatory. Tender Box, 53 Hereford Street, Christchurch 8011","The purpose of the Transport Professional Consultancy Services Panel is to provide resources for the cost effective and efficient delivery of the Council's transport projects while considering environmental sustainability, social impact, economic benefits and the promotion of resilience in projects. Transport Professional Consultancy Services shall include, but not be limited to, policy and strategic planning, business case preparation and scheme appraisal, engineering and design, project delivery - contract management, project management and transport safety audits.",Awarded,"Awarded: GHD Stephen Carruthers represents ABLEY OPUS = WSP",0,20250410 Christchurch City Council,20568853,Request for Proposals,Closed Competition,Water and Wastewater Network Maintenance,,20220401,20220603,20220829,Infrastructure,Sole Agency,No,,"The objective of this RFP process is to obtain sufficiently detailed information from the Respondent about their organisation and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, the Council intends to achieve from the RFP process: ? Value for money for Christchurch ratepayers and the wider community; ? Environmental sustainability; ? Social responsibility; ? Economic benefit; and ? Efficiency and effectiveness in the delivery of the Contract Works. The Council invites the Respondent to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency.",Awarded,This contract has been awarded to City Care Ltd and will start on 1 September 2022,0,20250410 Christchurch City Council,20570153,Request for Proposals,Open Competition,Banks Peninsula Roading Maintenance,,20191220,20200212,20200727,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to invite Respondents to submit their Proposals for Bank Peninsula Roading Maintenance; for the ongoing Roading Maintenance within Banks Peninsula.,Awarded,The Contract was awarded to Fulton Hogan Limited and will start on 1st of July 2020. The term of this Contract is Three (3) Years.,0,20250410 Christchurch City Council,20575212,Request for Quotations,Closed Competition,LDRP 502 Matuku Waterway - Stage 3 Construction - Heathcote Valley Drain Upgrade,,20190207,20190228,20191111,,Sole Agency,No,"Tender Box (Ground Floor Reception) Civic Offices, 53 Hereford Street, Christchurch 8011","The purpose of this RFQ is to invite Tenderers to submit Quotes for construction of the LDRP 502 Matuku Stage 3 - Heathcote Valley Drain Upgrade in Christchurch New Zealand. The works covers two sections of the Heathcote Valley Drain and so the site of contract works is in two locations, which are to be constructed as two separable portions. a) A Lower Section which is located on an 8m wide easement running down the side of a private residential section (currently no house on section). b) An Upper Section which runs down the side of a council owned section and crosses a small easement of adjacent private land The Heathcote Valley Drain Upgrade is Stage 3 of the Matuku Waterway Upgrade project being carried out by the Christchurch City Council under the Land Drain Recovery Programme. The project is designed to reduce the risk of flooding from the Heathcote Valley Drain Catchment.",Awarded,Tender accepted 19/03/2019,0,20250410 Christchurch City Council,20597144,Request for Tenders,Closed Competition,Redcliffs jetty maintenance,,20190731,20190828,20191213,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street,Christchurch",Maintenance to Redcliffs Jetty,Awarded,,0,20250410 Christchurch City Council,20597185,Request for Quotations,Closed Competition,20597185 Cavendish Rd & Olliviers Reserve Odour Treatment Construction,,20190405,20190515,20191016,,Sole Agency,No,,Cavendish Rd & Olliviers Reserve Odour Treatment Construction,Not Awarded,,0,20250410 Christchurch City Council,20599384,Request for Tenders,Closed Competition,Belfast Cemetery Extension,,20190410,20190501,20190704,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","New road, fencing and gates and associated works at Belfast Cemetery. Please not: EMP will be provided with an NTT at a later stage.",Awarded,,0,20250410 Christchurch City Council,20604137,Request for Proposals,Open Competition,Community Lease of 200 Hackthorne Road Sign of the Takahe,,20190116,20190220,20191022,,Sole Agency,No,,Christchurch City Council is inviting prospective suppliers to submit proposals for the Community Lease of the Sign of the Takahe,Not Awarded,Commercial Lease was awarded,0,20250410 Christchurch City Council,20604145,Request for Proposals,Open Competition,Commercial Lease of 200 Hackthorne Road Sign of the Takahe,,20190116,20190220,20191022,,Sole Agency,No,,Christchurch City Council is inviting prospective suppliers to submit proposals for the Commercial Lease of the Sign of the Takahe,Awarded,,0,20250410 Christchurch City Council,20606894,Request for Quotations,Closed Competition,Wainui PS Well Head Works,,20190320,20190322,20190726,,Sole Agency,No,,Wainui PS Well Head Works,Awarded,,0,20250410 Christchurch City Council,20606898,Request for Quotations,Closed Competition,Jeffreys Pump Station Well Head Works,,20190410,20190424,20190726,,Sole Agency,No,,Jeffreys Pump Station Well Head Works,Not Awarded,Awarded,0,20250410 Christchurch City Council,20611020,Request for Proposals,Closed Competition,Pump Station Health & Safety Upgrades,,20190923,20191018,20191223,Infrastructure,Sole Agency,No,,"We are committed to upgrading all pump stations to eliminate machine guarding risks and to mitigate any access/working at height risks. This contract includes for: Initial Risk Assessment for each pump station Design of risk elimination or mitigation measures Fabrication and installation of removable fixed guard(s) to AS/NZS 4024 Fabrication and installation of platforms and handrails to AS/NZS 1657:1992 Recommendations for mitigation of risks not covered by guarding or platform and handrail improvements Final Risk Assessment on installation of risk mitigation measures",Awarded,The term of this contract is for Three hundred and thirty two (332) Working Days.,898234,20250410 Christchurch City Council,20656615,Request for Quotations,Closed Competition,Avonhead WS PS Well Head Works,,20190517,20190524,20190806,,Sole Agency,No,,Avonhead WS PS Well Head Works,Awarded,,0,20250410 Christchurch City Council,20668989,Request for Quotations,Closed Competition,Sydenham WS PS Suction Tank Work,,20211210,20220216,20220601,Infrastructure,Sole Agency,No,n/a,"The Contract Works can generally be summarised as the following: Demolish the damaged suction tank at Sydenham Water Supply Pump Station Demolish the existing temporary suction tanks and pipework Construct a new 500m? NDA stainless steel suction tank. Upgrade Well 6 to a pumped well Piping, ducting and stormwater work associated with the new suction tank.",Awarded,This contract has been awarded to Seipp Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 291 Working Days for Separable Portion 1; and 24 Working Days for Separable Portion 2,0,20250410 Christchurch City Council,20700360,Request for Quotations,Closed Competition,Addington PS Well Head Works,,20190311,20190315,20190726,,Sole Agency,No,,20700360 Addington PS Well Head Works,Not Awarded,Completed.,0,20250410 Christchurch City Council,20739091,Request for Proposals,Closed Competition,CWTP Gravity Belt Thickener,,20190313,20190410,20201021,,Sole Agency,No,,"Gravity Belt Thickeners (GBT) 1 and 2 at the Christchurch Wastewater Treatment Plant (CWTP) are showing signs of being in need of refurbishment. The purpose of this RFP is to invite Respondents to submit their Proposals for a works package for refurbishment of the actuators, valves, flowmeters, mixing line and belt and associated equipment (including rollers, steering control and wash equipment) on GBT1 and GBT2. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, Christchurch City Council (CCC or Council) intends to achieve: Best value for Christchurch ratepayers and the wider community; Alignment with Council's strategic objectives; Efficiency and effectiveness in the delivery of the Contract Works; and Innovative works delivery, minimising impact on stakeholders whilst delivering a resilient, agile solution. The Council invites Respondents to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency.",Awarded,,0,20250410 Christchurch City Council,20755434,Request for Proposals,Closed Competition,CWTP MLC-G Renewal Works,,20190521,20190710,20191223,,Sole Agency,No,,"The Contract Works are associated with electrical plant upgrade to replace or refurbish the aging equipment and machinery in the De-watering Plant at CWTP. The Electrical and Control renewal works includes Renewal of the 400Vac supply from the transformer PLC Controls within the existing control panel Networking within a new panel Moving from UPS supply to a 24VDC system The upgrade is required to be completed in stages as it is expected that the De-Watering Plant will remain in operation during the upgrade works.",Not Awarded,,0,20250410 Christchurch City Council,20756860,Request for Proposals,Open Competition,Asbestos Surveying of the Christchurch City Council's Buildings,,20190722,20190821,20200417,Corporate,Sole Agency,No,,"The Council owns approximately 2300 buildings across Christchurch and Banks Peninsula. Those buildings include toilet blocks, storage sheds, community centres, libraries, sport and recreation centres and social housing units. The Council plans to undertake asbestos management surveys of its buildings over a number of years to determine how many may have asbestos containing material (ACM) in them. The Council requires a specialist consultant who is well equipped to do Asbestos Management Surveys, prepare reports and Asbestos Management Plans (as necessary) on its buildings as identified in this RFP as part of an overall assessment programme.",Not Awarded,Contract awarded to ENGEO Limited,0,20250410 Christchurch City Council,20769324,Request for Proposals,Open Competition,"RFT for Pioneer Sports Facility Re-Roof, Mechanical and Electrical Services",,20190507,20190611,20191112,,Sole Agency,No,"Civic Offices, Tender Box, 53 Hereford St, Christchurch 8013","The purpose of this RFT is to invite Tenderers to submit their Tenders for the provision of Pioneer Sports Facility Re-Roofing Services which includes mechanical and electrical services. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: ? Best value for Christchurch ratepayers and the wider community; ? Alignment with its strategic objectives; ? Efficiency and effectiveness in the delivery of the Contract Works; ? Environmental, Social and Economic sustainable initiatives; The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency to deliver the works as per Section B of this RFT.",Awarded,Contract has been awarded to Watts & Hughes Limited,0,20250410 Christchurch City Council,20774501,Request for Tenders,Open Competition,"1 Cressy Terrace, Retaining Wall Renewal",,20190402,20190508,20190813,,Sole Agency,No,,Repairs to existing earthquake damaged retaining wall.,Awarded,,0,20250410 Christchurch City Council,20787419,Request for Quotations,Closed Competition,Sumner - Wastewater Renewals,,20190329,20190508,20190704,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Replacement of sewer pipes by open cut trenching in Sumner. The scope of work includes manholes and laterals replacement up to the boundary.,Awarded,,0,20250410 Christchurch City Council,20788942,Request for Proposals,Open Competition,Hard Surfaces Works in Christchurch City Council's Parks Network Panel,,20190927,20191101,20200303,Procurement & Contracts,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the provision of physical construction works (Scope of Works), via a framework Panel Agreement - the Hard Surfaces Works in Parks Network Panel (the Panel). The objective of this RFP process is to obtain sufficiently detailed information from Prospective Respondents about their respective organisations and their ability to provide the Scope of Works. This enables the Council to select and appoint contractors to the Physical Works Panel. In appointing Contractors to the Hard Surfaces Works in Parks Network Panel and awarding subsequent ordered works under the Panel Agreement to contractors on the Panel the Council intends to achieve: ? Value for money for Christchurch ratepayers and the wider community; ? Environmental sustainability; ? Social responsibility; ? Economic benefit; ? Efficiency and effectiveness in the delivery of the Contract Works. The Hard Surfaces Works in the Parks Network includes work related to: (a) Pedestrian tracks and paths: Asphalt, Concrete and Gravel/ Chipseal Services (b) Sports Courts e.g. tennis Courts, basketball courts (c) Carparks: Asphalt, Chip Seal and Gravel Surface",Awarded,"Procurement Process: Open / weighted attribute Contract Term: 3+1+1",0,20250410 Christchurch City Council,20788946,Request for Proposals,Open Competition,Provision of Classified Advertising Services,,20190501,20190529,20190827,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit Proposals for Classified Advertising Public Notices in the Print Media,Awarded,,0,20250410 Christchurch City Council,20807600,Request for Proposals,Open Competition,Provision of Consenting & Compliance Specialist Engineering Services Pan049,,20190917,20191017,20200131,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Consultants to submit their Proposals for provision of consulting work via a framework Panel Agreement which will include undertaking reviews of selected building consent applications, in relation to the Building Act 2004, for Christchurch City Council and other duties related to Council building control functions as agreed, predominantly consent processes, covering the following specialities: Structural Engineering Civil Engineering Mechanical Engineering Fire Engineering Geotechnical Engineering Acoustic Engineering",Awarded,,0,20250410 Christchurch City Council,20820788,Request for Proposals,Closed Competition,Custodian to the Christchurch Housing Initiative Fund,,20190321,20190417,20190801,,Sole Agency,No,"Tender Box, Christchuch City Council, 53 Hereford Street, Christchurch","The Council intends to establish a small, affordable housing initiative in Christchurch, to be known as the Initiative. The Council has received approximately $3,000,000 from the Crown (via the Ministry of Business, Innovation and Employment), which the Council has agreed to match, to establish the Initiative. The purpose of the Initiative is to support Christchurch residents with modest incomes to purchase their first home. The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Custodian of the Christchurch Housing Initiative Fund.",Awarded,Contract awarded to Covenant Trustee Services Limited,0,20250410 Christchurch City Council,20852390,Request for Quotations,Closed Competition,20700360 Addington PS Well Head Works,20700360,20190319,20190319,20190726,,Sole Agency,No,,20700360 Addington PS Well Head Works,Awarded,,0,20250410 Christchurch City Council,20853844,Request for Quotations,Closed Competition,Whero Avenue - Pressure Sewer Upgrade,,20190502,20190619,20190813,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Install pressure sewer tanks, boundary kits and pressure sewer laterals on private property. Lay gravity sewer pipe, pressure sewer pipe and water submain in the road reserve.",Awarded,,0,20250410 Christchurch City Council,20866224,Request for Tenders,Closed Competition,Allandale Domain Carpark,,20190611,20190626,20200224,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","The chipsealed restoration of Allandale Carpark including a new entranceway and closing of old entranceways , swale realignment, drainage, landscape planting, road shoulder restoration and new signage.",Awarded,,0,20250410 Christchurch City Council,20872528,Request for Proposals,Closed Competition,RFP for Design and Build of Te Pou Toetoe: Linwood Pool,,20190822,20191017,20200318,Infrastructure,Sole Agency,No,"Civic Offices Tender Box, 53 Hereford Street, Christchurch 8011","The purpose of this RFP is to invite Respondents to submit their Proposals for the Te Pou Toetoe: Linwood Pool Design and Build Contract for Christchurch City Council. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the design and construction of the Contract Works. This enables the Council to select and appoint a Contractor to provide the design and construction of the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: ? Best value for Christchurch ratepayers and the wider community; ? Alignment with its strategic objectives; ? Efficiency and effectiveness in the delivery of the Contract Works; ? Single point responsibility for design and construction; ? Successful project delivery providing the area a pool facility that everyone can be proud of. The Council invites Respondents to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency.",Awarded,Contract has been awarded to Apollo Projects Limited,0,20250410 Christchurch City Council,20873604,Request for Proposals,Closed Competition,City Centre Roading Upgrades,,20191014,20191204,20200129,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","There are two packages of work in the Contract that are separated into two Separable Portions: Separable Portion (SP) 1: Hereford Street works Separable Portion (SP) 2: Victoria Street works The contract agreement sets out that the Principal may, in its sole and absolute discretion, instruct an additional works package in relation to roading upgrade works at High Street, Christchurch (High Street Works) as described in the contract agreement.",Awarded,,0,20250410 Christchurch City Council,20886743,Request for Tenders,Closed Competition,"Stanley Park, Akaroa - Entrance Steps",,20190916,20191002,20191029,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",The project involves the removal of existing stone and concrete steps. Excavation and base formation of new stone and reinforced concrete steps and platform. Plus the installation of stainless steel handrail posts and timber hardwood handrail. Preparation and mulch planted areas.of landscape bed areas. Planting to be done by others at a later date.,Awarded,,0,20250410 Christchurch City Council,20889015,Request for Proposals,Open Competition,RFT for Woolston Park Drainage and Field Works,18/19-20889015,20190806,20190904,20191126,Procurement & Contracts,Sole Agency,No,,"Woolston Park sports fields have suffered from a poor quality sports turf surface for a number of years. This is related to the uneven surface and ponding of surface water that was exacerbated by the earthquakes and subsequent ground movement. The planned works are to address this. A land drainage pipe servicing the park and adjoining cul-de-sac is also in need of replacement. The new park drainage was planned to utilise the existing drain. By combining the Parks works and Land Drainage works both can be carried out at the same time causing less disruption to the park in the long term. The purpose of this RFT is to invite Tenderers to submit their Tenders for Woolston Park Drainage and Field Works.",Awarded,,0,20250410 Christchurch City Council,20891050,Request for Quotations,Closed Competition,PS205 - Discharge Canal Bund,,20200409,20200520,20200727,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline A new discharge canal bund to be constructed at pump station (PS) 205.",Awarded,The Contract was awarded to Grounds and Services Limited; the Contract duration is for Eighty one (81) Working Days.,401678,20250410 Christchurch City Council,20903937,Request for Tenders,Closed Competition,Woolston Park - Playground Renewal and Associated Drainage Works,,20190410,20190424,20190704,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street,Christchurch",Woolston Park Playground Renewal and Associated Drainage Works and Landscaping,Awarded,,0,20250410 Christchurch City Council,20906818,Request for Tenders,Closed Competition,Erie Monro Memorial Archway EQ Repair,,20190418,20190508,20190704,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street,Christchurch","Reconstruction of a stone memorial archway that collapsed in the June 2011 earthquake. Heritage structure.",Not Awarded,Awarded to J+L Phillips t/a Stonelay,0,20250410 Christchurch City Council,20932128,Request for Proposals,Open Competition,RFP for Christchurch Performing Arts Precinct Parking Solutions in Northern CBD,,20190823,20191018,20200925,Infrastructure,Sole Agency,No,"Civic Offices Tender Box, 53 Hereford St, Christchurch 8011","The Performing Arts Precinct, as an Anchor Project within the Christchurch Central Recovery Plan, has a vital role to play in attracting economic activity and investment, drawing crowds back into the Central city and becoming a real hub for people. Along with the performing arts more generally, it will also be pivotal in creating a unique cultural identity for Christchurch. In developing the Performing Arts Precinct, our vision is: to create a strong cultural heart for Christchurch and positively contribute to the revival of our Central City in partnership with the private sector and the performing arts sector. What we create on the site for the Performing Arts Precinct should be an integrated urban experience that supports the performing arts and creative production through custom-made facilities and complementary uses. It is an active and productive part of the city, a civic space for Cantabrians and visitors. Christchurch City Council (Council), in partnership with The Court Theatre are planning to deliver a new home for the Court Theatre in the Performing Arts Precinct (PAP). The PAP is defined as the site anchored by The Piano (north east), Isaac Theatre Royal (south east), corner Colombo / Gloucester south west) and the Crowne Plaza Hotel (north east). The Court Theatres activities are expected to add to the current demands for off street public parking in the immediate vicinity of the PAP. Council is therefore seeking proposals for a suitably designed parking building or buildings in or near to the PAP that will satisfy the following existing and anticipated public parking demands: Existing demands associated with the Isaac Theatre Royal, Turanga (Central Library), the Piano and to some extent, the Town Hall; Anticipated demands associated with Te Pae (the new Convention Centre) - which is expected to open in October 2020, and the new Court Theatre.",Not Awarded,,0,20250410 Christchurch City Council,20935284,Request for Tenders,Closed Competition,New Brighton Streetscape - Marine Parade- Hawke Street to Beresford Street,,20190903,20190925,20191023,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","The construction of kerb and flat,nib and castellated kerbs, interpath channel ,commercial crossing beams and separating strips,plain gardens with roadway and path walls, cement stabilisation of kerbing, Holland paving,landscape planting,street furniture ,signage ,line marking, tactile paving,ducting for Marine Parade Streetscape at New Brighton Mall.",Awarded,,0,20250410 Christchurch City Council,20936563,Request for Tenders,Closed Competition,Curletts Stormwater Basin Landscaping Planting,,20190515,20190529,20190823,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the landscaping of the Curletts Flood Storage and Stormwater Basin. This includes all works required to landscape the basin including site preparation, planting, and two years establishment/maintenance. The Curletts Flood Storage and Stormwater Basin is located between Annex Road and Curletts Road on the south side of the Christchurch Southern Motorway. The basin is up to 3m deep. Construction of the basin was recently completed by Downer NZ Ltd in May 2019. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: ? Best value for Christchurch ratepayers and the wider community; ? Alignment with its strategic objectives; and ? Efficiency and effectiveness in the delivery of the Contract Works. The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: ? Plant bed and tree hole preparation ? Planting in prepared plant beds and tree holes ? Two year establishment/maintenance of planting ? Traffic control, erosion and sediment control, setting out of works, dewatering (if required)",Awarded,,0,20250410 Christchurch City Council,20936580,Request for Quotations,Closed Competition,Curletts Stormwater Basin Electrical Controls,,20190705,20190722,20190823,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street,Christchurch",,Awarded,,0,20250410 Christchurch City Council,20955967,Request for Quotations,Closed Competition,Frees Creek Timber Lined Drain Renewal,,20190610,20190628,20191111,,Sole Agency,No,,Renewal of existing timber lined drain located between 62-66 Sherborne St,Awarded,Direct Appoint to CityCare 11/10/2019,0,20250410 Christchurch City Council,20971667,Request for Quotations,Closed Competition,Flockton - Wastewater Renewals,,20190524,20190626,20190926,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",Renewal of DN150 sewer pipes and laterals in Speights Street and Aylesford Street. A DN375 Sewer pipe and laterals in Flockton Street. Poor ground conditions have been identified in the area.,Not Awarded,Dormer Construction,0,20250410 Christchurch City Council,20975664,Request for Tenders,Closed Competition,Main North Road Bus Priority,,20190930,20191030,20191120,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Construction of Bus Priority Lane on Main North Road from Winston Avenue to Grassmere Street.,Awarded,,0,20250410 Christchurch City Council,20984312,Request for Quotations,Closed Competition,20606898 Jeffreys PS Well Head Works,20606898,20190501,20190503,20190726,,Sole Agency,No,,Jeffreys PS Well Head WOrks,Awarded,,0,20250410 Christchurch City Council,21004890,Request for Tenders,Closed Competition,RFT for Construction of St Albans Community Centre,,20190604,20190806,20200116,,Sole Agency,No,"Tender Box, Civic Offices, 53 Hereford St, Christchurch 8011","The purpose of this RFT is to invite Tenderers to submit proposals for the construction of the St Albans Community Centre. The new building will have pre-determined design standards, will be a single level of approximately 400m2 and include a 500m2 carpark on the adjoining site at 122 Caledonian Road. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. In awarding the contract to a Contractor, the Council intends to achieve: Best value for Christchurch ratepayers and the wider community; Deliver outcomes that are in line with the Procurement Policy, the Councils Strategic Framework and the Councils Long Term Plan. A competitive, fair and reasonable tender process is followed that can deliver a value added proposal to the Council which includes sustainable initiatives (economic benefits, environmental sustainability and social responsibility). Deliver the design and build of this asset within budget and to the expected timeframe.",Awarded,"Contract awarded to Watts & Hughes Limited Contract Price is $2,297,820.76",0,20250410 Christchurch City Council,21015575,Request for Quotations,Closed Competition,CWTP Biogas Storage Project: Project & Cost Management Professional Services,,20210709,20210805,20210930,Infrastructure,Sole Agency,No,,"This RFQ is to source a suitably capable consultant to provide the Project and Cost Management Professional Services for the CWTP Biogas Storage Project from the Preliminary Design to Final Completion. A site visit will be held on 19/07/21, see Site Information below for more details.",Awarded,This contract has been awarded to Stantec New Zealand Limited and will start on a date to be advised by the Engineer's Rep. The completion date is estimated December 2024.,0,20250410 Christchurch City Council,21021168,Request for Proposals,Closed Competition,Stormwater Detention and Treatment Facility Renewal Work Package,,20190514,20190529,20191111,,Sole Agency,No,,Contamination and infiltration testing of Storm-water Basins,Awarded,PDP Proposal accepted 06/06/2019,0,20250410 Christchurch City Council,21036287,Request for Quotations,Closed Competition,20597185 Cavendish Rd & Olliviers Reserve Odour Treatment Construction,20597185,20190515,20190515,20191016,,Sole Agency,No,,Late tender period for 20597185 Cavendish Rd & Olliviers Reserve Odour Treatment Construction,Awarded,In accordance with Panel condition,0,20250410 Christchurch City Council,21041255,Request for Quotations,Closed Competition,Spreydon & Sydenham WS PS Well Head Works,,20190701,20190702,20190806,,Sole Agency,No,,Spreydon & Sydenham WS PS Well Head Works,Awarded,,0,20250410 Christchurch City Council,21075260,Request for Quotations,Closed Competition,CWTP Network Fibre Ring Renewal,,20200511,20200619,20210215,Infrastructure,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. The Contract Works are associated with electrical plant upgrade to replace or refurbish the aging equipment and machinery at the CWTP. The network fibre ring is part of the fibre network at CWTP. The ring is an in-built redundancy where should any cable be damaged, the network will remain functioning sourced from the other side of the ring. The network fibre ring is made up of 10 network switching panels (approx. 2m tall, 600mm wide to house network switchgear for CWTP) that require renewal. The works includes: Renewal of 9 fibre network panels throughout the plant Audit connected network equipment Network configuration Testing and commissioning",Awarded,"This Contract has been awarded to Melray Electric Contract Works durations is one hundred and three (103) Working Days",0,20250410 Christchurch City Council,21075285,Request for Quotations,Closed Competition,CWTP Biosolids Dryer Control Split,,20200507,20200619,20201020,Infrastructure,Sole Agency,No,,"The Contract Works are associated with electrical plant upgrade to replace or refurbish the aging equipment and machinery in the De-watering Plant at CWTP. The Electrical and Control renewal works includes: New switchboard to house Dryer services PLC and distribute power to associated equipment Relocation of some existing services to the new dryer services switchboard from Dryer #1 Demolish and make good removed equipment Software changes to support the physical changes Testing and Commissioning",Awarded,,0,20250410 Christchurch City Council,21075289,Request for Tenders,Closed Competition,CWTP PLC14 & PLC17 Renewal,,20200518,20200715,20200921,Infrastructure,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works are associated with electrical plant upgrade to replace or refurbish the aging equipment and machinery at the CWTP. The Electrical and Control renewal works includes: Replacement of existing PLC 14 & 17 Renewal of PLC 17 remote IO Moving control of PST motors from PLC 14 to PLC 17 Testing and commissioning",Awarded,,0,20250410 Christchurch City Council,21116538,Request for Tenders,Closed Competition,Cashmere Valley Floor Planting,,20190826,20190904,20190926,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","The contract is for the landscaping of Cashmere Valley Floor Basin. Work includes planting preparation, planting and two year establishment of planting.",Awarded,,0,20250410 Christchurch City Council,21120659,Request for Tenders,Closed Competition,Harrington Playground,,20190918,20191009,20191211,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",This contract is for playground renewal and associated works,Awarded,,0,20250410 Christchurch City Council,21120662,Request for Tenders,Closed Competition,Paddington Playground,,20190918,20191009,20191211,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011",This contract is for the playground renewal including footpaths and planting,Awarded,,0,20250410 Christchurch City Council,21126655,Request for Proposals,Closed Competition,RFP for Akaroa Wharf Repairs,21126655,20190716,20190807,20191126,Procurement & Contracts,Sole Agency,No,,"The Council has identified the need for Repairs and Maintenance to the Akaroa Wharf. Broadly the scope of proposed Contract Works covered by this RFT generally includes: i. the repair of piles ii. replacement of braces and wales; and iii. replacement of deteriorated capping beams and deck beams (stringers). In carrying out the Contract Works, the Contractor shall be required to: i. Supply all Materials, plant and labour necessary for the Contract Works. ii. Carry out all other works described or implied in these Tender Documents The purpose of this RFT is to invite Tenderers to submit their Tenders for Akaroa Wharf Repairs and Maintenance.",Awarded,,0,20250410 Christchurch City Council,21129158,Request for Tenders,Open Competition,Cuthberts Green Carpark Reconstruction,,20190724,20190812,20191205,,Sole Agency,No,"Christchurch City Council, Tender Box (ground Floor, Reception), Civic Offices, 53 Hereford St, Christchurch 8011","Re-alignment of the existing Cuthberts Green Carpark which includes new kerbs and channels, interpath channels and kerb/nib, new AC paths. It also includes the construction of new landscape and rain garden areas, tree plantings, raised platform and post/cable fence etc. NOTE: EMP will be provided via NTT at a later stage.",Awarded,,0,20250410 Christchurch City Council,21162516,Request for Quotations,Closed Competition,Mays Water Supply Pump Station Works,,20190909,20191031,20200727,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline New well and associated works at Mays Water Supply Pump Station. Tender Documents RFQ Schedule of Prices Specifications Drawings Appendices",Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and eighty (180) Working Days.,800356,20250410 Christchurch City Council,21192171,Request for Tenders,Open Competition,RFT for Kapuatohe Dwelling and Cottage Physical Works and Repairs,18/19-21192171,20190819,20190918,20200917,Infrastructure,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,21193073,Request for Quotations,Closed Competition,Cox's Quaifes Preliminary and Detailed Design,,20190625,20190717,20200317,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street,Christchurch","The scope of services is for preliminary and detailed design of a stormwater facility on Quaifes Road as described in the concept report. The facility will include first flush basin, detention basin and wetland to service 60.5ha of new development. Landscaping and consenting are excluded from the scope of work.",Awarded,,0,20250410 Christchurch City Council,21194153,Request for Proposals,Open Competition,Microwave & Multipoint Radio system for Upper Heathcote storage scheme,,20191031,20191206,20201019,Operations,Sole Agency,No,"Tender Box, Ground Floor, 53 Hereford Street, Christchurch City Council","The primary purpose of this RFP is to select vendor(s) for supply of the microwave and multipoint systems that shall become the de facto standard for Councils radio backbone and telemetry systems. The specified equipment shall then form the nominated solution within various projects that Council shall implement as the Land Drainage Recovery Programme and other projects, are delivered in the forthcoming years.",Awarded,,0,20250410 Christchurch City Council,21196909,Request for Proposals,Open Competition,Provision of Resource Consent Processing and Advisory Services Pan050,,20190918,20191018,20200131,,Sole Agency,No,,"The purpose of this RFP is to set up a Panel Agreement to cover Professional Specialist Consultancy services for Resource Consent and Advisory services. The Panel Agreement is set out in a way to facilitate the provision of a range of Resource Consent and Advisory services with differing skills and experience to provide professional specialist services to the Council and staff. Resource Consent Processing (Internal Overload Resource Support) Provide resource consent processing services to Council. Provide effective and efficient management and administration of resource consent applications, including quality assuring work. Expert Advisory Provide expert technical advice to the Council on resource consent processing related matters. Act as a lead advisor to the Council and subject matter expert on technical RMA issues. Represent Council as an expert in public/private forums.",Awarded,,0,20250410 Christchurch City Council,21227622,Request for Tenders,Closed Competition,Place de la Poste Toilet Block Renewal & Installation of Services,19/20-21227622,20190726,20190821,20200917,Infrastructure,Sole Agency,No,,"The existing toilet facility at 82 Rue Jolie, which was built in 1991, will be demolished and replaced with new Exeloo toilet block with 2 accessible toilets, 6 additional pans and a urinal. The new building is longer than the old one and this contract is to demolish the old building, clear the site, off load the new toilet blocks that will be supplied on three trucks, build new foundations for the new blocks, connect the water, wastewater, power and stormwater services to the new block and reinstate the hardstands outside the toilet block. New site drainage will be installed around the building and all new hardstands will drain into a new drain.",Awarded,,0,20250410 Christchurch City Council,21228746,Request for Quotations,Closed Competition,Potable Water Pump Station MEICA renewal YR20,,20210303,20210408,20210611,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: MEICA renewal works at the following pump stations: 1. CCPwPS1102 Dunbar & remote well sites (Dunbar well 2; Dunbar well 3) 2. CCPwPS1009 Cashmere (inter-site comms to Takahe 1, and Hackthorne reservoir) 3. CCPwPS1042 Clifton 3 4. CCPwPS1038 Worsleys 1 5. CCPwPS1039 Worsleys 2 6. CCPwPS1007 Blighs 7. CCPwPS1008 Carters 8. CCPwPS1012 Estuary 9. CCPwPS1016 Hillmorton",Awarded,The Contract was awarded to Melray Electric Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and fifty (150) Working Days.,0,20250410 Christchurch City Council,21236473,Request for Quotations,Closed Competition,Woolston Village Streetscape and Sewer Renewal - Ferry Road,,20191217,20200210,20200730,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to invite Respondents to submit their Proposals for Woolston Village Streetscape and Sewer Renewal - Ferry Road.,Awarded,"The Contract was awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is as follows: Separable Portion 1 (Transport): One hundred and seventy (170) Working Days; Separable Portion 2 (Wastewater): Eighty (80) Working Days; Separable Portion 3 (Landscape Planting): Five (5) Working Days.",3662282,20250410 Christchurch City Council,21244669,Request for Tenders,Open Competition,"lease and operation of the Caf premises within the New Brighton Hot Pools -195 Marine Parade, Christchurch.",,20190722,20190904,20191204,,Sole Agency,No,Tender Box Ground floor Christchurch City Council 53 Hereford Street Christchurch CBD,"For the lease and operation of the Caf premises within the New Brighton Hot Pools at 195 Marine Parade, Christchurch.",Not Awarded,Dove and Amy Limited,0,20250410 Christchurch City Council,21257441,Request for Quotations,Closed Competition,Supply and install appropriate heat pumps at Spencer Beach Holiday Park.,,20190711,20190802,20191202,,Sole Agency,No,,,Awarded,,61000,20250410 Christchurch City Council,21264947,Request for Quotations,Closed Competition,SW Gardiners Stormwater Facility,,20191025,20191127,20191205,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This work is to design SW Facility to provide treatment and attenuation: First flush, a sedimentation basin; Wetland with 500 mm buffer storage. For CCC to meet the requirements of Styx River discharge consent and Styx River SMP, the project needs to desing and later to construct a first flush basin and wetland to mitigate 12ha of new development area and 44ha of existing residential area. The plan is to provide a sedimentation basin as a first flush treatment and wetland for secondary treatment and partial attenuation at 303 Gardiners Road (3.35ha of land). Runoff from 56ha will contribute to the proposed Gardiners StormWater (SW) Facility at Styx Headwater under the global discharge consent CRC131249 at 303 Styx Mill Road.",Not Awarded,TENDER RESUBMITTED 29/11/2019. SEE TD22010910,0,20250410 Christchurch City Council,21303821,Request for Quotations,Closed Competition,Rough Mowing Services in the Regional Parks Network,,20190724,20190731,20190920,Procurement & Contracts,Sole Agency,No,,Rough mowing services in the Regional Parks Network,Not Awarded,,0,20250410 Christchurch City Council,21306191,Request for Quotations,Closed Competition,RFQ Large Public Screen Displays,,20190805,20190819,20190823,Procurement & Contracts,Sole Agency,No,,"The Christchurch City Council is seeking quotations from the market for supply and installation of internal Samsung commercial displays as outlined in the detailed equipment, the supply and provision of associated MagicInfo licences as well as equipment for removal outlined in the table on page 3 in this RFQ.",Awarded,,0,20250410 Christchurch City Council,21316551,Request for Quotations,Closed Competition,Coxs Quaifes Stormwater Facility,,20191014,20191111,20191223,Infrastructure,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. This Contract Works Package will involve: Construction and landscaping of first flush, detention basin and wetland at 60/66 Quaifes Road on 12ha of land purchased by Council. The facility is being constructed to treat stormwater from surrounding areas of new residential development.",Not Awarded,This Contract was awarded to Grounds and Services Limited; The term of this contract is for Two hundred and thirteen (213) Working Days.,0,20250410 Christchurch City Council,21373968,Request for Proposals,Closed Competition,Graham Condon Recreation & Sports - R&R Project,21373968,20191009,20191106,20200121,Operations,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the Graham Condon Recreation & Sport Centre Renewal and Replacement Project (Construction only). The Centre was opened in 2012 and received basic repairs and maintenance over the preceding years. Christchurch City Council has budgeted to undertake a significant maintenance and makeover project, which will commence early in 2020 and see the facility refreshed and ready to cater for ongoing public demand. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Supplier to provide the Contract Works. The work will be completed and handed over in two stages: Stage 1 (priority) all work associated with the reception and gymnasium. To be completed within three weeks and handed back to the client to allow for ongoing public use. Stage 2 all work associated with wet areas changing rooms and swimming pools. Contractor will be provided with alternative access. This work is to be completed within ten weeks and may run concurrently with Stage 1.",Awarded,,831418,20250410 Christchurch City Council,21378985,Request for Quotations,Closed Competition,Environmental Monitoring Equipment,,20190812,20190828,20190919,Corporate,Sole Agency,No,,The Christchurch City Council is undergoing developing environmental monitoring of their existing equipment and equipment room infrastructure. The supplier will be required to supply items based on the Councils timeframes,Awarded,,0,20250410 Christchurch City Council,21397533,Request for Quotations,Closed Competition,Highsted SW First Flush Basin Outfall Piping,,20200210,20200302,20200727,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",This request for quotation (RFQ) is issued by Christchurch City Council; this Contract Works Package will involve the physical construction of outfall piping at Highsted Basin.,Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is collectively One hundred and ten (110) Working Days.,927835,20250410 Christchurch City Council,21423215,Request for Quotations,Closed Competition,LDRP 534 St Albans Creek Slater Street to Hills Road,,20200904,20201007,20201204,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renewal of timber lined drainage at St Albans Creek as described in the Tender Documents.",Awarded,The Contract was awarded to Seipp Construction and will start on a date to be advised by the Engineer's Rep. The term of this Contract is ninety (90) Working Days.,918206,20250410 Christchurch City Council,21432943,Request for Quotations,Closed Competition,LDPR 528 Eastman Wetland HHB Inlet,,20191107,20191210,20200214,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This Contract Works Package will involve: The physical construction of the Hoon Hay Basin inlet structure and surrounding earthworks which form part of the large integrated Sutherlands & Eastman stormwater system providing flood storage and water treatment. The relocation of an 11 kV power supply and an existing DN150 plastic irrigation water pipe around the area of main works, including all supporting electrical design and liaison with Orion and relevant authorities. The works have been divided into two separable portions- please see the attached tender documents for more information.",Not Awarded,This tender has been awarded to Hunter Civil Limited.,0,20250410 Christchurch City Council,21432962,Request for Quotations,Closed Competition,LDRP 528 Hoon Hay Basin Outlet Siphons,,20200204,20200312,20200907,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",This request for quotation (RFQ) is issued by Christchurch City Council (Council)' it is for the physical construction of the Hoon Hay Basin outlet siphons as part of a large integrated stormwater system providing flood storage and water treatment.,Not Awarded,"The reasons for this is primarily due to substantive changes in the quantum and scope of work, site boundaries, access arrangements and stockpile areas, which impact the projects methodology and budget. Furthermore there are lessons learned from a similar, adjacent construction project, which must be taken into account on this projects management of ground conditions and groundwater.",0,20250410 Christchurch City Council,21440793,Request for Quotations,Closed Competition,SW Jacksons Creek Brick Barrel Renewal (Selwyn - Brougham),,20200120,20200221,20200727,Infrastructure,Sole Agency,No,,This Contract Works Package will involve renewal of approx. 200m storm water brick barrel located neat Selwyn/Brougham St intersection.,Awarded,The Contract was awarded to Downer NZ Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and six (106) Working Days.,1519537,20250410 Christchurch City Council,21443157,Request for Tenders,Closed Competition,WS Pipe Condition Assessments - 2020 FY,,20190822,20190828,20200106,,Sole Agency,No,,Services from WSP-Opus to perform pipe condition assessments on water supply pipes. Project will contribute to CCC supplying demonstably safe drinking water.,Not Awarded,WSP Opus,0,20250410 Christchurch City Council,21456129,Request for Quotations,Closed Competition,Waste Water Pump Station MEICA Renewal YR20,,20200515,20200624,20200803,Infrastructure,Sole Agency,No,n/a,"Scope Outline MEICA renewals at the following wastewater pump stations: PS43 FAIRVIEW PS44 OPAWA PS49 BURWOOD PS58 CRANFORD PS64 CLEARWATER SPRINGS PS69 MILNES PS72 NORTHWOOD PS77 LOWER STYX PS78 HEYDERS PS84 HILLS PS86 WILLOWVIEW",Awarded,The Contract was awarded to Melray Electric Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and twenty (120) Working Days.,855791,20250410 Christchurch City Council,21458835,Request for Proposals,Closed Competition,LDRP 531 Charlesworth Drain Works,,20240322,20240416,20240516,Infrastructure,Sole Agency,No,,This Contract Works Package for the removal of an existing timber lined drain and construction of a new sheet pile lined drain with timber propping.,Awarded,,0,20250410 Christchurch City Council,21474140,Request for Quotations,Closed Competition,WW Mains Renewal - Linwood,,20201020,20201120,20210127,,Sole Agency,No,,"Replacement of approx. 1,350m wastewater pipe in the following streets in Linwood: Nalder, Ruru, McLean, Wyon, Digby, Rasen.",Awarded,The Contract was awarded to John Fillmore Contracting Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred (200) Working Days.,1667346,20250410 Christchurch City Council,21474164,Request for Quotations,Closed Competition,Wastewater Renewals - Papanui,,20201109,20201211,20210223,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of approx. 2,250m of wastewater pipe in the following streets in Papanui: Sails, Langdons, Hoani, Wilmot, Cone, Perry, Gambia, Frank, Sturrocks, Grassmere.",Awarded,The Contract was awarded to John Fillmore Contracting Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and ninety eight (298) Working Days.,3426285,20250410 Christchurch City Council,21474435,Request for Proposals,Closed Competition,Hawkins / Lower Styx / Marshland Intersection & Bridge Upgrade,,20200806,20200921,20210118,Infrastructure,Sole Agency,No,n/a,The purpose of this RFP is to invite Respondents to submit their Proposals for the Hawkins / Lower Styx / Marshland Intersection and Bridge Upgrade,Awarded,The Contract was awarded to Downer New Zealand Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is three hundred and seventeen (317) Working Days.,6799860,20250410 Christchurch City Council,21498461,Request for Quotations,Closed Competition,PS205 Upgrade - Contract Management and Administration,MD,20200716,20200826,20201027,Infrastructure,Sole Agency,No,,Contract management and administration services for the upgrade of pump station 205.,Awarded,,0,20250410 Christchurch City Council,21539690,Request for Proposals,Closed Competition,RFP for LDRP 517 Flood Intervention Policy Demolition Works,,20191018,20191108,20200917,Infrastructure,Sole Agency,No,"Civic Offices, 53 Hereford Street, Christchurch 8013",The purpose of this RFP is to invite Respondents to submit their Proposals for the demolition of four houses and appurtenant structures located along the Heathcote River Corridor including the removal of demolition waste from site.,Awarded,,0,20250410 Christchurch City Council,21544342,Request for Tenders,Open Competition,RFT Provision of Earthquake Repairs and Strengthening at Chokebore Lodge,19/20-21544342,20191017,20191113,20200917,Infrastructure,Sole Agency,No,"Ground Floor Tender Box, Christchurch City Council, Civic Building, 53 Hereford Street, Christchurch","Chokebore Lodge is a Heritage Building located at 148 Racecourse Road, Upper Riccarton Christchurch. The Lodge will undergo a comprehensive program of both structural repair and upgrade together with remedial and restorative work to facilitate compliance with current residential building code. Work will comprise of structural repair and strengthening to chimneys, installation of ply diaphragms to enhance seismic performance and structural upgrade to external bearing walls. The building is of mixed material build including Cob (earth building) elements together with brick masonry and weatherboard external cladding. All elements require varying degrees of repair and upgrade. Internal linings will be repaired and replaced where necessary and applicable, together with thermal performance upgrade, electrical upgrade and improvements to Hvac systems generally. The completed works will offer a residential building for occupational use. The purpose of this RFT is to invite Tenderers to submit their Tenders for Earthquake and Strengthening Repairs at Chokebore Lodge.",Awarded,,0,20250410 Christchurch City Council,21544429,Request for Tenders,Open Competition,RFT for Thomas Edmonds Band Rotunda Earthquake Repairs and Strengthening,,20191025,20191125,20200317,Infrastructure,Sole Agency,No,"Tender Box, Civic Offices, 53 Hereford Street, City Central, Christchurch 8011","The Edmonds Band Rotunda, on the banks of the Avon River, was badly damaged in the 2010 and 2011 earthquakes. It was deconstructed in 2012, with its recognisable dome saved and the area fenced off to the public. The rotunda was a gift from Thomas Edmonds, known for the Edmonds cookbook and sure to rise baking powder. It was built in 1929 and classified as a category 2 historic place. The council initially agreed to rebuild the rotunda in 2017, but later put the project on hold due to ""budgetary reasons"". The delay happened because the proposals received for the future use of the building had not been not viable. The council then decided to provide funding to restore the building to be used as a band rotunda. The rotunda was used as a restaurant from the mid-1980s. It was designed in high renaissance style by city architect Victor Hean and was 12 metres high and about 10m in diameter. The copper-sheathed dome weighs 70 tonnes. The purpose of this RFT is to invite Tenderers to submit their Tenders to construct a new base element with new performing supporting columns, which will carry the reinstated repaired original dome. The main design focuses upon complex steel strengthening incorporated with cast in situ concrete profiling. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Supplier to provide the Contract Works.",Awarded,Contract has been awarded to Dominion Constructors Limited,0,20250410 Christchurch City Council,21547575,Request for Tenders,Open Competition,RFT for Cob Cottage Repair Works,19/20-21547575,20200522,20200611,20200917,,Sole Agency,No,,"The Ferrymead Penfold Cob Cottage is an example of early settler homes built by the occupant. It is reasonably certain that it was built by James Penfold in the mid to late 1800s and represents both historical and social significance. After suffering damage as a result of EQ events a proposal and preliminary design to stabilize and preserve the structure as a visual museum piece has been approved to final design and performance of the physical works. The works include: 1. Facilitate a functional design and reinstatement of the proposal factoring in all relevant site issues inherent with the position, location and current status of the structure. 2. Design glass enveloping structure 3. Engineered internal brace framing to allow for general support and independent fixing element for glazing 4. Roof Repairs 5. Minor Stabilisation to the cob 6. General joinery and hardware repair 7. Lighting upgrade to facilitate viewing 8. Landscaping where necessary",Awarded,,0,20250410 Christchurch City Council,21553575,Request for Proposals,Closed Competition,"Physical Audit, Design and Upgrade of the Cisco Data Network",21553575,20200910,20201014,20210222,Corporate,Sole Agency,No,,"The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers about their respective organisations and their ability to provide the required Goods and/or Services. This enables the Council to select and appoint a Supplier to provide the Goods and/or Services. To align with our strategic aspirations, by awarding the contract to a Supplier, the Council intends to achieve: Value for money for Christchurch ratepayers and the wider community by reducing risk and increasing the technical capability to support future customer and citizen services; Environmental sustainability with a low maintenance Data Network design that allows for current and future resiliency and flexibility; Social responsibility by providing a secure and robust Data Network that is able to grow to meet the needs of our citizens; Economic benefit by ensuring that the Data Network can cope with future demands and reducing the complexity of the IT landscape. The Council invites Prospective Suppliers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Goods and/or Services for this RFP shall include, but are not limited to: A physical audit of our current Data Network Design of the Data Network upgrade Supply and Implementation of the Data Network upgrade",Awarded,,0,20250410 Christchurch City Council,21575998,Request for Proposals,Closed Competition,Supply of Internal Audit Services,,20191202,20191220,20200420,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,21626992,Request for Proposals,Open Competition,Supply and Installation of Heat Pumps for Social Housing,21626992,20191111,20191209,20200305,Operations,Cluster,No,"Christchurch City Council, Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","The purpose of this RFT is to invite Tenderers to submit their Tenders for the supply and installation of Heat Pumps and Mechanical Ventilation initially into approximately 416 Social Housing units in the Christchurch area. Further installation may be required of additional Social Housing Units once these initial 416 are completed. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to achieve: ? Value for money for Christchurch ratepayers and the wider community ? Environmental sustainability by ensuring all waste packaging is responsibly disposed as well as strategies to minimise waste streams ? Social responsibility by delivering this package of works under our Improving Warmth and Dryness of Social Housing initiative; ? Economic benefit, and ? Efficiency and effectiveness in the delivery of the Contract Works; The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency.",Awarded,,1465977,20250410 Christchurch City Council,21627294,Request for Quotations,Closed Competition,"Christchurch Inner City Waste, Storage and Collection System options and feasibility study",,20191218,20200131,20200602,Procurement & Contracts,Sole Agency,No,,"The Christchurch City Council is seeking quotations from the Consultants currently named on the Hybrid Delivery Model Panel Agreement for Professional Consultancy Services (HDM panel) plus one other consultant for supply of feasibility options for an inner city waste storage and collection system as detailed in this RFQ. The Council have identified a requirement for an improved system for collecting waste materials in the Christchurch inner city. Questions will be responded to after 5/01/20.",Not Awarded,,0,20250410 Christchurch City Council,21652220,Request for Tenders,Closed Competition,Christchurch Northern Corridor Downstream Projects - Package 1,,20191014,20191118,20191220,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Christchurch Northern Corridor Downstream Effects (motorway enabling works),Awarded,,0,20250410 Christchurch City Council,21652393,Request for Tenders,Closed Competition,Christchurch Northern Corridor Downstream Effects Projects - Package 2,,20191014,20191118,20200318,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch",Christchurch Northern Corridor Downstream effects,Awarded,,0,20250410 Christchurch City Council,21652577,Request for Tenders,Closed Competition,The Reconstruction of Warden Street (Hills Road to Petrie Street),,20191021,20191113,20191211,Infrastructure,Sole Agency,No,,"Full boundary to boundary reconstruction of Warden Street between Hills Road and Petrie Street, Richmond, Christchurch.",Awarded,,0,20250410 Christchurch City Council,21655579,Request for Quotations,Closed Competition,WS Renewal FY20 Part A,,20191023,20191126,20200129,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Scope Outline: Renewal of water mains in Christchurch",Awarded,This tender has been awarded to Schick Construction; the contract period is for one hundred and twenty (120) Working Days.,1638000,20250410 Christchurch City Council,21655594,Request for Quotations,Closed Competition,Sub Main Renewal FY20/21,,20191025,20191128,20200107,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Renewal of water sub-mains in Christchurch.,Awarded,"This Tender has been awarded; the Contact duration is as per below: Separable Portion 1: One hundred (100) Working Days Separable Portion 2: One hundred (100) Working Days",0,20250410 Christchurch City Council,21664419,Request for Proposals,Open Competition,Grazing on the Port Hills Reserve/Park Land,,20191014,20191106,20200917,,Sole Agency,No,Tender box ground floor Civic Building 53 Hereford Street Christchurch,The purpose of this request is to invite graziers to submit a proposal for the grazing of the Port Hills Reserve / Park Land.,Not Awarded,,0,20250410 Christchurch City Council,21691211,Request for Proposals,Open Competition,Sealed Road Condition Rating,,20191114,20191129,20200701,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,21727313,Request for Tenders,Closed Competition,Lake Roto Kohatu installation of two Exeloos and services,DG/MS,20200210,20200304,20200326,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Installation of two Exeloos and services at Lake Roto Kohatu, Cass Bay and Stoddard Point",Awarded,,0,20250410 Christchurch City Council,21780807,Request for Quotations,Closed Competition,Christchurch City Council - Office Plant Maintenance,,20191023,20191108,20191128,Operations,Sole Agency,No,,"RFQ for Office Plant Maintenance at Christchurch City Council's Civic Office Plants maintenance services will include, but not be limited to: fertilising, watering, pruning, carrying out of pest and disease control treatments, removing dead leaves, wiping clean the plant, its plant pot and container top, repotting and replacements of plants.",Awarded,,0,20250410 Christchurch City Council,21787865,Request for Proposals,Open Competition,Lead Consultant Concept Design for the Hornby Community Centre Project,,20191120,20191218,20200417,Infrastructure,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011","The purpose of this RFP is to invite prospective Lead Consultants to submit proposals for engaging and leading a Multi-Disciplinary Design Team (MDT) for the concept design, Principals Requirements, and design and construction monitoring Stages of the Hornby Community Centre Project, as detailed in this RFP.",Awarded,,1113113,20250410 Christchurch City Council,21787873,Request for Proposals,Open Competition,Quantity Surveying Services for Hornby Community Centre Project,,20191120,20191218,20200417,Infrastructure,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to invite prospective Quantity Surveyors to submit proposals for the provision of client side quantity surveying services in respect of the design and construction of the Hornby Community Centre Project.,Awarded,,149380,20250410 Christchurch City Council,21787891,Request for Proposals,Open Competition,Project Management for Hornby Community Centre Project,,20191120,20191218,20200417,Infrastructure,Sole Agency,No,"Tender Box, Christchurch City Council, 53 Hereford Street, Christchurch 8011",The purpose of this RFP is to request Proposals from suitably qualified Project Management Consultants to submit proposals for the provision of Client side project management services in respect of the design and construction of the Hornby Community Centre Project,Awarded,,306853,20250410 Christchurch City Council,21802512,Request for Quotations,Closed Competition,Major Cycleway Routes D/stream Project Pavement Investigation Pkg A,,20191023,20191031,20200403,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Pavement Investigation for Christchurch Northern Corridor Downstream projects - Package A SP1 Completion Date is 6 December 2019 SP2 Completion Date is 20 December 2019 and NOT 22 December 2019 as noted in 10.2 of Special Conditions of Contract",Not Awarded,Downer NZ Limited,0,20250410 Christchurch City Council,21802523,Request for Quotations,Closed Competition,Major Cycle Routes Pavement Investigations Package B,,20191023,20191031,20191205,,Sole Agency,No,,"Pavement Investigation for Christchurch Northern Corridor Downstream projects - Package B SP1 Completion Date is 6 December 2019 SP2 Completion Date is 20 December 2019 and NOT 22 December 2019 as noted in 10.2 of Special Conditions of Contract",Awarded,,0,20250410 Christchurch City Council,21802536,Request for Quotations,Closed Competition,Major Cycle Routes Pavement Investigations Package C,,20191023,20191031,20191205,Infrastructure,Sole Agency,No,,"Pavement Investigation for Christchurch Northern Corridor Downstream projects - Package C SP1 Completion Date is 6 December 2019 SP2 Completion Date is 20 December 2019 and NOT 22 December 2019 as noted in 10.2 of Special Conditions of Contract",Awarded,,0,20250410 Christchurch City Council,21819973,Request for Proposals,Open Competition,Eastern Terrace Trunk Main Renewal,,20210513,20210719,20210902,Infrastructure,Sole Agency,No,n/a,The purpose of this RFP is to invite Respondents to submit their Proposals for Eastern Terrace Trunk Main Renewal.,Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred and eighty five (285) Working Days.,0,20250410 Christchurch City Council,21825830,Request for Tenders,Open Competition,Structures - MF2 Brittan Tce halfbridge and Wainui Road Retaining Wall,MP,20191126,20200115,20200224,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","MF2 Brittan Tce halfbridge - demolition of existing reinforced concrete halfbridge and road above, reconstruction of anchorblock and geofabric retaining wall, and roading above. Wainui road retaining wall - anchored timber pole wall Four copies of physical tender required.",Awarded,,0,20250410 Christchurch City Council,21834083,Request for Quotations,Closed Competition,"Assessment of Immediate Erosion Management, Southshore",,20191024,20191113,20200917,,Sole Agency,No,,"To investigate and advise on immediate (earthquake legacy) options to minimise further erosion to the estuary edge and adjacent land and to tidy up and make safe the structures on the estuary edge in Southshore. This advice will form the basis of a costed Southshore Erosion Options Report that recommends a preferred method for each specific section of the edge and options for the previously, privately-owned edge structures. The agreement for this RFQ is under your existing contract with Council (PAN029).",Not Awarded,xxxxxxxxxxxxxxxxxxxxxxxxxx,0,20250410 Christchurch City Council,21906087,Request for Tenders,Closed Competition,Construction of shared path Cranford St and Rutland Reserve,DK,20191125,20191212,20200304,Infrastructure,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Construction of shared path between Cranford Street and Rutland Reserve Three sets of Physical Tenders required please.",Awarded,,0,20250410 Christchurch City Council,21965961,Request for Quotations,Closed Competition,Sydenham Suction Tank SOW,,20191216,20200212,20200612,,Sole Agency,No,"Tender Box, Ground Floor, 53 Hereford Street, Christchurch 8013","Tender Box Christchurch City Council Ground Floor 53 Hereford Street Christchurch 8013",Awarded,,415638,20250410 Christchurch City Council,21969314,Request for Quotations,Closed Competition,Coastal Hazards Adaption Advisor,,20191121,20191216,20200227,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,21972062,Request for Proposals,Closed Competition,Facilities Management Services,21972062,20211122,20220307,20220802,Operations,Sole Agency,No,,The purpose of this negotiation is to invite the Respondent to submit their Proposal for Facilities Management as per the letter to treat provided to you on 23 June 2021 and accepted by you on the 28 June 2021. The terms of the negotiation process are provided in the letter.,Awarded,,50000000,20250410 Christchurch City Council,21974205,Request for Proposals,Closed Competition,CWTP Biogas Storage Project: Design & Construction Monitoring Professional Services,,20210709,20210805,20210915,Infrastructure,Sole Agency,No,,"This RFQ is to source a suitably capable consultant to provide the Design and Construction Monitoring Professional Services for the CWTP Biogas Storage Project from the Preliminary Design to Final Completion. A site visit will be held on Monday 19/07/21, see Site Information below for more details.",Awarded,"This contract has been awarded to AECOM New Zealand Limited. Start Date October 2021, and the duration of the contract is estimated to be 32 months.",0,20250410 Christchurch City Council,21999934,Request for Proposals,Open Competition,"DESIGN, BUILD, TEST, PROVE AND SUPPLY OF LYTTELTON BRICK BARREL REPAIR EQUIPMENT",21999934,20200123,20200218,20200401,Operations,All of Government,No,"Christchurch City Council, Response Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Christchurch City Council (the Council) is planning to repair damaged sections of its brick stormwater mains (brick barrels) in Lyttelton. Barrel diameters are 600, 750 and 900 mm. Approximately 2 kilometres out of a total 5 kilometres of brick barrels need repair. In general the damage is wear to the barrel inverts. There is a preference for the repairs to consist of a concrete lining to the invert only, carried out remotely, for reasons of safety, efficiency and repeatability. The intended Scope for this EOI shall include, but is not limited to designing, building, and testing and proving (during the phases and up to the commissioning of) a working Invert Renewal/Repair Device. It is expected that the IP will be shared by the supplier and the Council.",Not Awarded,"This EOI has been cancelled. Due to the nature of the responses and subsequent supplier clarifications a decision has been made to source the remote repair of the Lyttleton brick barrels via a solution provided by a main contractor rather than developing and owning a remote repair device.",0,20250410 Christchurch City Council,22006190,Request for Quotations,Closed Competition,Tennyson Street Brick Barrel condition assessment and renewal recommendation,,20191129,20191218,20200117,,Sole Agency,No,Te Hononga - Civic Offices - 53 Hereford Street Christchurch City Centre,,Awarded,,0,20250410 Christchurch City Council,22010910,Request for Quotations,Closed Competition,SW Gardiners Stormwater Facility,,20191129,20200115,20200224,,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","This work is to design SW Facility to provide treatment and attenuation: First flush, a sedimentation basin; Wetland with 500 mm buffer storage. For CCC to meet the requirements of Styx River discharge consent and Styx River SMP, the project needs to desing and later to construct a first flush basin and wetland to mitigate 12ha of new development area and 44ha of existing residential area. The plan is to provide a sedimentation basin as a first flush treatment and wetland for secondary treatment and partial attenuation at 303 Gardiners Road (3.35ha of land). Runoff from 56ha will contribute to the proposed Gardiners StormWater (SW) Facility at Styx Headwater under the global discharge consent CRC131249 at 303 Styx Mill Road.",Awarded,,0,20250410 Christchurch City Council,22015833,Request for Tenders,Open Competition,"Building Scaffolding and Wrap Old Municipal Chambers Building, 159 Oxford Terrace, Christchurch",,20200226,20200317,20200602,Operations,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Works for this RFT shall include, but are not limited to: - Supply and install of scaffolding - Supply and application of wrapping - Weekly safety checks - Maintenance of wrapping - Deconstruction of scaffolding",Not Awarded,,0,20250410 Christchurch City Council,22042214,Request for Proposals,Open Competition,Trial of Outdoor Digital Interactive Display Kiosks,,20200409,20200525,20201006,Corporate,Sole Agency,No,Electronic submissions only,"The Goods and Services for this RFP shall include, but are not limited to: 1-6 Outdoor Interactive Digital Display Kiosks Content Management Software Installation of the units and all-inclusive maintenance and support for term of agreement",Not Awarded,"Dear Respondents', We write to notify you that Council is cancelling the RFP process pursuant to clause 5.6(j) of the RFP. Council cannot proceed with the external interactive digital display trial at this stage because the current environment has affected Councils organisational priorities. We hope we may be in a position to revisit this in the future. We value the time and effort you have put into responding to this RFP, and thank you for your proposal. Please let us know if you have any questions. Thanks Jo van den Heever Senior Procurement Specialist 03 941 5560 Johan.vandenHeever@ccc.govt.nz",0,20250410 Christchurch City Council,22071853,Request for Quotations,Closed Competition,Opawa Wastewater Renewals,,20200116,20200218,20200727,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",This request for quotation (RFQ) is issued by Christchurch City Council and is for the Renewal of Wastewater Mains in Opawa.,Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred (100) Working Days.,1090527,20250410 Christchurch City Council,22071868,Request for Quotations,Closed Competition,Sparks Hendersons Roads Water Main Renewal,,20200123,20200225,20200727,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",This request for quotation (RFQ) is issued by Christchurch City Council it is for the renewal of water sub mains in Sparks / Henderson's Roads.,Awarded,The Contract was awarded to Utilities Infrastructure NZ Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Eighty (80) Working Days.,727142,20250410 Christchurch City Council,22071957,Request for Proposals,Closed Competition,Redcliffs Park - Lease of Community Building (RFP),,20191211,20200226,20201124,Corporate,Sole Agency,No,"Ground Floor Tender Box, 53 Hereford St, Christchurch","The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the lease of building premises. The building is located at 136 Main Road, Redcliffs and forms part of the new Redcliffs Park. The Maori name for Redcliffs is Te Rae Kura meaning red, glowing headlands. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services.",Awarded,,0,20250410 Christchurch City Council,22077353,Request for Quotations,Closed Competition,SW Blakes Road Stormwater Facility (Works 1),,20201120,20201217,20210308,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: This Contract Works Package will involve the construction of a first flush sedimentation basin at 67 Belfast Road and wetland adjacent to Ka Putahi Stream at 55 & 59 Blakes Road.",Awarded,The Contract was awarded to Fulton Hogan Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Seventy eight (78) Working Days.,0,20250410 Christchurch City Council,22081938,Request for Quotations,Closed Competition,Burwood Landfill Gas Wells Stage 5,21626641,20191212,20191223,20200131,,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Scope Outline: The Christchurch City Council has installed a Landfill Gas (LFG) collection, treatment and flaring system at the Burwood Landfill for odour control and to utilise the gas for heating and power generation. The existing system comprises thirty two wells, associated collector piping, a gas treatment plants, compressors and a ground flare used to burn off surplus gas. It has now been decided to utilise the gas for biosolids drying at the wastewater treatment plant and for heating at the new civic offices and art gallery. To ensure sufficient gas is available for these projects an additional five (5) gas wells will be installed in the Burwood Landfill and will be connected to the existing collection system. This project is for the construction of the five (5) additional gas wells at Burwood Landfill.",Not Awarded,This tender has been awarded to Texco Drilling & Piling Limited; the contract period is for Thirty (30) Working Days.,0,20250410 Christchurch City Council,22082252,Request for Proposals,Closed Competition,RFP for Professional Services for Court Theatre Architectural Consultancy Services,,20191218,20200226,20200924,Infrastructure,Sole Agency,No,"Tender Box, Civic Offices, 53 Hereford St, Christchurch 8011","The purpose of this RFP is to invite Prospective Consultants to submit their Proposals for Architectural Services for the Design, Construction and Fit Out (theatrical and other) of a new Court Theatre and Public Realm on the Performing Arts Precinct (PAP) in central Christchurch. The appointed Architect will lead the Design Team for the Court Theatre building from concept design to completion of construction and handover. The objective of this RFP process is to obtain sufficiently detailed and credible information from Prospective Consultants about their respective organisations, capability, experience, and their ability to provide the Services. In awarding a contract to a Consultant, the Council intends to achieve: ? Best value for Christchurch ratepayers, and the wider community; ? Alignment with its strategic objectives; o Environmental sustainability o Social responsibility o Economic benefit ? Efficiency and effectiveness in the delivery of the Services; ? Development of a new fit for purpose Court Theatre building. ? Development of an attractive public realm across the entire site The Council invites Prospective Consultants to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Services for this RFP will be procured as one package. They include, but are not limited to: 1) Architectural design the Lead Architect: o Design and design management (final concept through to detailed design); o A client-nominated *Theatre Consultant (theatre architect and theatre services) will work as a sub-consultant to the lead architect o Fit-out design and full integration o BIM management 2) **Acoustic Engineer integrate acoustic performance requirements and treatments with the Court Theatre 3) Faade Engineer development and integrations of an attractive and eye-catching facade 4) Wayfinding design integration of wayfinding and signage within the Court Theatre and Public Realm 5) Urban and landscape design development of an attractive and welcoming public realm. In conjunction with Christchurch City Councils team. *Theatre Consultancy; ? Functional Planning of spaces ? Auditorium Design ? Technical Design, including Stage Lighting, AV and Stage Engineering ? Co-ordination of technical design with Building Services **Acoustic Consultancy; ? Room Acoustic Design ? Noise and Vibration Design ? Sound separation design",Awarded,The Contract was awarded to Athfield Architects Limited. The term of this Contract is Three (3) year's.,2901054,20250410 ,,,,,,,,,,,,,,,,, Christchurch City Council,22082257,Request for Proposals,Open Competition,RFP for Professional Services for Court Theatre Structural & Civil Consultancy Services,,20191218,20200212,20200907,Infrastructure,Sole Agency,No,"Tender Box, Civic Offices, 53 Hereford St, Christchurch 8011","The purpose of this RFP is to invite Prospective Consultants to submit their Proposals for Structural and Civil Engineering for the Design and Construction of a new Court Theatre and Public Realm on the Performing Arts Precinct (PAP) in central Christchurch. The appointed Consultant will actively work with the Lead Architect and wider Design Team for the Court Theatre building from concept design to completion of construction and handover. The Consultant will be engaged directly to Council and work as part of the projects design team led by the Lead Architect. The objective of this RFP process is to obtain sufficiently detailed and credible information from Prospective Consultants about their respective organisations, capability, experience, and their ability to provide the Services. In awarding a contract to a Consultant, the Council intends to achieve: - Best value for Christchurch ratepayers, and the wider community; - Alignment with its strategic objectives; - Environmental sustainability - Social responsibility - Economic benefit - Efficiency and effectiveness in the delivery of the Services; - Development of a new fit for purpose Court Theatre building. - Development of an attractive public realm across the entire site The Council invites Prospective Consultants to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Services for this RFP will be procured as one package. They will include, but not limited to: - Full Structural Engineering services - Full Civil Engineering Services A summary of key project dates are shown here: Design commences March 2020 Design, consenting, procurement throughout 2020 Construction starts on site February / March 2021 Building opens October 2022.",Awarded,The Contract was awarded to Ruamoko Solutions Limited. The term of this Contract is Three (3) year's.,0,20250410 Christchurch City Council,22082261,Request for Proposals,Open Competition,RFP for Professional Services for Court Theatre Building Engineering Consultancy Services,,20191218,20200212,20200907,Infrastructure,Sole Agency,No,"Tender Box, Civic Offices, 53 Hereford St, Christchurch 8011","The purpose of this RFP is to invite Prospective Consultants to submit their Proposals for Building Services and Fire Engineering for the Design and Construction of a new Court Theatre and Public Realm on the Performing Arts Precinct (PAP) in central Christchurch. The appointed Consultant will actively work with the Lead Architect and wider Design Team for the Court Theatre building from concept design to completion of construction and handover. The objective of this RFP process is to obtain sufficiently detailed and credible information from Prospective Consultants about their respective organisations, capability, experience, and their ability to provide the Services. In awarding a contract to a Consultant, the Council intends to achieve: - Best value for Christchurch ratepayers, and the wider community; - Alignment with its strategic objectives; - Environmental sustainability - Social responsibility - Economic benefit - Efficiency and effectiveness in the delivery of the Services; - Development of a new fit for purpose Court Theatre building. - Development of an attractive public realm across the entire site The Council invites Prospective Consultants to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Services for this RFP will be procured as one package but submitters are welcome to propose sub-consultants (ie fire), should those skills not be available in house. Council will have one contract with the building services lead. Services may include, but are not limited to: - Mechanical Engineering - Hydraulic Engineering - Electrical Engineering - Communications Engineering IT, AV, Comms, Security - Fire Engineering Theatre consultancy services will be procured as a sub-consultant to the Lead Architect. A summary of key project dates are shown here: Design commences March 2020 Design, consenting, procurement throughout 2020 Construction starts on site February / March 2021 Building opens October 2022.",Not Awarded,The Contract was awarded to Cosgroves Limited. The term of this Contract is Three (3) year's.,0,20250410 Christchurch City Council,22082275,Request for Proposals,Open Competition,RFP for Professional Services for Court Theatre Cost Consultancy Services,,20191218,20200205,20200819,Infrastructure,Sole Agency,No,"Tender Box, Civic Offices, 53 Hereford St, Christchurch 8011","The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Cost Consultancy Services for the Design, Construction and Fit Out (theatrical and other) of a new Court Theatre and Public Realm on the Performing Arts Precinct (PAP) in central Christchurch. The Quantity Surveyor will work with the Design Team for the Court Theatre building from concept design to completion of construction and handover. The Quantity Surveyor will work directly for Council. The objective of this RFP process is to obtain sufficiently detailed and credible information from Prospective Suppliers of the Services about their respective organisations, capability, experience, and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services. In awarding the contract to a Supplier, the Council intends to achieve: ? Best value for Christchurch ratepayers, and the wider community; ? Alignment with its strategic objectives; o Environmental sustainability o Social responsibility o Economic benefit ? Efficiency and effectiveness in the delivery of the Services; ? Development of a new fit for purpose Court Theatre building. ? Development of an attractive public realm across the entire site The Council invites Prospective Suppliers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Services for this RFP will be procured as one package. They include, but are not limited to: 1) Cost Consultancy Services o Work with the appointed design team through design, tender, construction and fit out o Provide elemental cost plans at design gateways o Evaluate cost / benefit of design options, construction systems, materials and finishes o Attendance at design team meetings o Identify potential cost saving / value engineering options o Provide tender analysis and report o Provide typical services through construction including claim assessment, managing variations, monthly financial reports, cash flow forecasting etc. A high-level description of the Services requested and organisational structures are outlined in Section B Scope and Specification. A summary of key project dates are shown here: Design commences March 2020 Design, consenting, procurement throughout 2020 Construction starts on site February / March 2021 Building opens October 2022.",Awarded,,0,20250410 Christchurch City Council,22156768,Request for Quotations,Closed Competition,CWTP MLC-G Renewal Works,,20200220,20200525,20201104,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works are associated with electrical plant upgrade to replace or refurbish the aging equipment and machinery in the De-watering Plant at CWTP. The Electrical and Control renewal works includes: Renewal of the 400Vac supply from the transformer PLC Controls within the existing control panel Networking within a new panel Moving from UPS supply to a 24VDC system The upgrade is required to be completed in stages as it is expected that the De-Watering Plant will remain in operation during the upgrade works.",Awarded,The Contract was awarded to Melray Electric Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and ninety (290) Working Days.,1007000,20250410 Christchurch City Council,22189471,Request for Tenders,Closed Competition,Banks Peninsula Bridges Underpinning 2019/2020,JB,20200219,20200311,20200320,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011",Concrete underpinning of scoured bridge abutments or culverts at various sites on Banks Peninsula. The works involve working in the stream beds including the diversion of stream flow. A robust environment control plan will be required.,Awarded,,0,20250410 Christchurch City Council,22193825,Request for Proposals,Open Competition,Parks Capital Works Panel,22193825,20211208,20220223,20220726,Infrastructure,Sole Agency,No,,"Previously on GETS as NOI for Capital Delivery, Community, Physical Works Panel - This has been renamed Parks Capital Works Panel The purpose of this procurement it to set up a Parks Capital Works Panel. The aim of the Panel is to secure capable Contractors to deliver Parks Capital Works across ten categories of work. The intended Panel will be set up to allow the Parks Unit to access prequalified contractors in order to deliver Council projects efficiently and effectively. The Panel Categories are: 1. General Civil Construction Works 2. Buildings and Structures (requiring Building consents) 3. Wharves, Jetties and Landings (including above and below water) 4. Seawalls and Rock Revetment (above and below water) 5. Specialist Concrete Finishing (skate parks, slipways, decorative concrete finishing) 6. Playground Works (note candidates are required hold ROSPA accreditation) 7. Prefabricated Toilets and Changing Facilities 8. Water Services relating to potable water, storm water and wastewater infrastructure (note - candidates are required to be Council Approved for the type of work they are carrying out) 9. Planting (general amenity planting and environmental planting) 10. Turf (general turf, sports fields and specialised sports surfaces) Please refer to attachments for further details",Awarded,"This Panel has been awarded to the following contractors: General civil construction works 1. City Care Ltd 2. HGM Construction Ltd 3. CORDE Ltd 4. Grounds and Services (GSL) Ltd 5. Fulton Hogan Ltd 6. John Fillmore Contracting Ltd Buildings and structures 1. City Care Ltd 2. Fulton Hogan Ltd 3. CORDE Ltd 4. Clearwater Construction Ltd 5. HGM Construction Ltd 6. Grounds and Services (GSL) Ltd Wharves, jetties and landings 1. City Care Ltd 2. Fulton Hogan Ltd 3. Hunter Civil Ltd Seawalls and rock revetment (above and below water) 1. City Care Ltd 2. Taylors Contracting Ltd 3. Fulton Hogan Ltd 4. Downer NZ Ltd Specialist concrete finishing 1. City Care Ltd 2. CORDE Ltd 3. John Fillmore Contracting Ltd 4. Hunter Civil Ltd Playground works 1. City Care Ltd 2. Downer NZ Ltd 3. Recreational Services Ltd Water Services 1. City Care Ltd 2. G&T Construction Ltd 3. John Fillmore Contracting Ltd Planting 1. City Care Ltd 2. Recreational Services Ltd 3. Grounds and Services (GSL) Ltd 4. Downer NZ Ltd 5. Fulton Hogan Ltd Turf 1. City Care Ltd 2. Recreational Services Ltd 3. Ready Lawn Industries Ltd 4. Grounds and Services (GSL) Ltd 5. Terrafirma Turf Ltd The duration is 3 years.",0,20250410 ,,,,,,,,,,,,,,,,, Christchurch City Council,22193958,Request for Quotations,Closed Competition,SW Gardiners Stormwater Facility Construction,,20221206,20230123,20230217,Infrastructure,Sole Agency,No,,This Contract Works Package will involve the construction of a first flush basin and wetland to mitigate 12ha of new development area and 44ha of existing residential area.,Awarded,This contract has been awarded to Grounds & Services Limited and will start on a date to be advised by the Engineer's Rep.The duration of the contract is 287 Working Days.,0,20250410 Christchurch City Council,22193999,Request for Quotations,Closed Competition,Highsted SW Stage 2 Basin Construction,,20201105,20201203,20210401,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Construction of first flush basin and enhancement of Styx Drain at 181 and 191 Cavendish Road. Includes bunding and pumping to provide temporary flood protection and storm water service for 185 Cavendish Road and/or 177 Cavendish Road as required.",Awarded,The Contract was awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred (100) Working Days.,0,20250410 Christchurch City Council,22195129,Request for Quotations,Closed Competition,RFQ for Professional Services for Cathedral Square Improvements Cost Consultancy Services,,20200218,20200306,20200727,Infrastructure,Sole Agency,No,Only electronic submissions,"The Christchurch City Council is seeking quotations from the market for supply of Cost Consultancy (Quantity Surveyor Support and Services) as detailed in the attached RFQ for the Cathedral Square Improvements. Note that this is a closed/selected tender with a total of three Prospective Suppliers being invited to quote. The Council expects responses from all Prospective Suppliers. Questions must be submitted via GETS only. Only electronic submissions via GETS are required.",Awarded,This Contract was awarded to Rawlinsons Limited and started on the 1 of July 2020. The term of this Contract is Twelve (12) Months.,66720,20250410 Christchurch City Council,22203799,Request for Quotations,Closed Competition,McCormacks Bay Cliff Face Water Main,,20200331,20200529,20200825,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renewal of water mains on McCormacks Bay cliff face.",Awarded,The Contract was awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Fifty four (54) Working Days.,158959,20250410 Christchurch City Council,22203835,Request for Quotations,Closed Competition,North New Brighton Wastewater Renewals,,20200520,20200622,20200825,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renewal of reinforced concrete wastewater pipes on 8 streets in North New Brighton: Philomel Street, Inverell Place, Pegasus Avenue, Endeavour Street, Royalist Avenue, Effingham Street, Monowai Crescent and Nile Place.",Awarded,The Contract was awarded to Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two Hundred (200) Working Days.,2947020,20250410 Christchurch City Council,22211020,Request for Quotations,Closed Competition,Wastewater Mains Upgrade - Hayton Road,,20201218,20210311,20210806,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Upgrade 430m of the existing DN525 wastewater main to DN750 and DN900 from Hayton Road to Alloy Street and Nga Mahi Road, in accordance with the Contract.",Awarded,The Contract was awarded to March Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and eighty nine (189) Working Days.,0,20250410 Christchurch City Council,22229789,Request for Quotations,Closed Competition,LDRP 509 Knights Drain Ponds Demolition Works,19/20-22229789,20200226,20200318,20200917,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,22288405,Request for Proposals,Open Competition,Hagley Park Oval Maintenance Sheds,22288405,20200323,20200519,20200810,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the design, supply or construction and installation of two maintenance sheds in Hagley Park. Our aim is to create a more effective way to maintain our green spaces by consolidating our current storage sheds onto one site. The expectation is to replace the current maintenance shed and construct purposed built, future proofed sheds with sustainable principals in mind. The proposed storage locations are expected to reduce traffic and travel time for maintenance staff. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. The Scope: Provide shed design within the proposed areas. Supplier to provide options on: o Sustainable energy solutions (i.e. solar) o Sustainable design and construction (i.e. shed materials and water retention options.) Complete and acquire consent documentation Provision of Contract documentation - Insurance, Health and Safety, fencing of construction area, traffic management plan, Environmental Management Plan Construction: o Prepare the area; o Pour and finish foundation; o Supply/ construct and install sheds to agreed specification; o Pour and finish concrete apron around sheds; and",Awarded,,450000,20250410 Christchurch City Council,22299326,Request for Tenders,Open Competition,"Bridge Renewal - MF1 Simeon Quay, & Retaining wall renewal - Coleridge Terrace RW1733",MP,20200903,20201007,20210201,Infrastructure,Sole Agency,No,"Christchurch City Council, Tender Box, Ground Floor, Civic Offices, 53 Hereford Street, Christchurch","Retaining wall construction : Bridge Renewal - MF1 Simeon Quay, & Retaining wall renewal - Coleridge Terrace RW1733",Awarded,,0,20250410 Christchurch City Council,22317289,Request for Proposals,Closed Competition,Time Management Software,,20200312,20200414,20201211,,Sole Agency,No,,,Awarded,,1500000,20250410 Christchurch City Council,22330938,Request for Tenders,Closed Competition,RFT for Construction of Christchurch Town Hall Waste Storage Compound,,20200805,20200902,20201204,,Sole Agency,No,Only electronic responses,"The purpose of this RFT is to invite Tenderers to submit sufficiently detailed information about their respective organisations, capability, and price to construct a new secure Waste Storage compound for the Christchurch Town Hall. Through this tender Council is seeking a Contractor who: ? Has proven experience: o developing construction methodologies, taking into account facility requirements and proactively work and communicate with Council throughout the duration of the contract. o working within Heritage building sites and the quality of outcomes expected. o working and planning the logistics of contract works in a highly sensitive environmental area. o working and planning the logistics of contract works in a highly constrained physical area. ? Is capable of submitting competitive offers that meet the Councils scope of works and technical performance requirements, whilst delivering value added and sustainable outcomes. ? Takes pride in keeping well maintained and tidy work site.",Awarded,"Contract has been awarded to Hawkins Limited. Contract Price is $209,926.15",0,20250410 Christchurch City Council,22333829,Request for Tenders,Closed Competition,Redcliffs School Site Sports Fields Development,19/20-22333829,20200508,20200527,20200917,,Sole Agency,No,,"The Council has a requirement for development of two Junior Sports Fields for Te Papa Kura Old Redcliffs School Site. The work described in the specification is for earthworks to level the site and the reinstatement of turf grass cover by performing the following work: Installation of temporary fencing and works staging area Installation of erosion & sediment control measures Surface cultivation Earthworks, consolidation and levelling of imported material (Council supplied); and Turf grass establishment and grow-in.",Awarded,,0,20250410 Christchurch City Council,22333865,Request for Proposals,Open Competition,Waste Collection System Solution - Options for the Inner City,19/20-22333865,20200316,20200506,20200917,Procurement & Contracts,Sole Agency,No,,"The Christchurch City Council seeks proposals from environmental services consultants and industry experts for the supply of inner city waste storage and collection system options as detailed in this RFP. The Council have identified the need for an improved system for collecting waste materials in the Christchurch inner city. The demand for a new system is driven by recovery of the central city following the Christchurch earthquake sequence, with an increasing population and dwelling density expected. Council seek a modern inner city collection model that: Complements the Councils existing 3 bin kerbside collection utilised through the metropolitan area; provides an innovative solution for waste collection; reduces transport emissions; and reduces waste to landfill. Council seek proposals which identify options to maximise diversion from landfill while meeting the needs of a growing mixed use and urban residential population. The project deliverables will be split into two parts: Part 1 - review of available collection technologies Part 2 feasibility assessment and applicability to Christchurch.",Awarded,,0,20250410 Christchurch City Council,22386372,Request for Quotations,Closed Competition,Sissons Drain - Hoani Street to Langdons Road - Lined Stormwater Drain Renewal,JS-H,20201029,20201125,20210106,Infrastructure,Sole Agency,No,,Renewal of 105m of the timber-lined Sissons Drain from Hoani Street to Langdons Road in Papanui.,Awarded,,0,20250410 Christchurch City Council,22386910,Request for Quotations,Closed Competition,Stormwater Main Renewals - Dampier Street,,20200429,20200529,20200727,Infrastructure,Sole Agency,No,n/a,"Replacement of the existing 300mm diameter stormwater pipe at Dampier Street, Woolston with a 375mm diameter pipe. The connection of the existing stormwater main with the 1320mm diameter brick barrel in Ferry Road will be replaced by a new manhole.",Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Sixty (60) Working Days.,192966,20250410 Christchurch City Council,22454615,Request for Quotations,Closed Competition,Water Main Renewal Kilmarnock Street,,20200615,20200721,20201125,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renewal of water main in Kilmarnock Street.",Awarded,The Contract was awarded to Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is eighty (80) Working Days.,841300,20250410 Christchurch City Council,22503844,Request for Proposals,Closed Competition,RFP for Court Theatre Project Management Consultancy Services,,20200407,20200424,20200925,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Project Management Services for the Design, Construction and Fit Out (theatrical and other) of a new Court Theatre and Public Realm on the Performing Arts Precinct (PAP) in central Christchurch. The Project Manager will work with the Design Team for the Court Theatre building from concept design to completion of construction and handover. The objective of this RFP process is to obtain sufficiently detailed and credible information from Prospective Suppliers of the Services about their respective organisations, capability, experience, and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services. Note that the Council is only requiring electronic submissions through GETS.",Awarded,,0,20250410 Christchurch City Council,22505782,Request for Quotations,Closed Competition,Water Main Renewals Heathcote & Mount Pleasant,,20211008,20211122,20220214,Infrastructure,Sole Agency,No,n/a,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,"This contract has been awarded to Utilities Infrastructure and will start on a date to be advised by the Engineer's Rep. The duration of the contract is; Separable Portion 1: 150 Working Days; Separable Portion 2: 130 Working Days; Separable Portion 3: 30 Working Days.",0,20250410 Christchurch City Council,22518504,Request for Quotations,Open Competition,Virtual Group Fitness,,20200430,20200512,20210111,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,22523911,Request for Quotations,Closed Competition,Wastewater Renewals - St Albans,,20200527,20200629,20201106,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renewal of earthenware wastewater pipe on 6 streets in St Albans: Trafalgar, Dover, Cornwall, Lindsay, Caledonian, Ranfurly.",Awarded,The Contract was awarded to Downer New Zealand Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and seventy (270) Working Days.,2148000,20250410 Christchurch City Council,22533279,Request for Quotations,Closed Competition,Spencer Park Carpark Entry/Exit Renewal [Ref TD22411941],KI-MS,20200409,20200415,20200429,,Sole Agency,No,,"Spencer Park carpark entry/exit renewal and road re-surfacing throughout the camp ground. See attachments. PLEASE NOTE: This Tender supercedes TD22411941. All documents in TD22411941 have been duplicated here.",Awarded,,0,20250410 Christchurch City Council,22538174,Request for Tenders,Closed Competition,Banks Peninsula Bridges - Deck Repairs,JB,20200520,20200527,20200729,,Sole Agency,No,,The works involve the replacement of worn and loose timber decking and the installation of running planks at two bridges on Banks Peninsula. The works also include asphalt levelling of the roadway to the new deck level and chip sealing of the new asphalt and timber decking.,Awarded,,0,20250410 Christchurch City Council,22542020,Request for Proposals,Closed Competition,CWTP Step Screens Renewal,,20201217,20210219,20210602,Infrastructure,Sole Agency,No,,"The tendering of the equipment supply and installation for the replacement of the existing Step Screens at the Christchurch Wastewater Treatment Plant (CWTP). There are 4 step screens which are an entry point to the CWTP which separate out and remove suspended solids. The screens are all at the end of their asset life with increasing maintenance costs and now require replacing.",Awarded,,0,20250410 Christchurch City Council,22543428,Request for Quotations,Closed Competition,Hagley Park Hard Surface Renewals,KI,20200415,20200429,20200630,,Sole Agency,No,,Renewal to a selection of existing gravel paths with Hagley Park,Awarded,,0,20250410 Christchurch City Council,22548078,Request for Proposals,Open Competition,RFP for Removal of Pontoon Removal at Naval Point,,20200501,20200527,20200714,,Sole Agency,No,Only electronic submissions are required for this tender,"The project main outcome will be to tidy up and remove the forma pontoons and materials from their current stockpile near Naval Point (Lyttelton) to a suitable disposal site. The stockpile consists of concrete with polystyrene bonded to it, loose concrete, loose polystyrene, old tyres (some with polystyrene in them) some timbers, old tarps and minor metal parts still affixed to concrete. Some green waste and soils have been stockpiled over the area, no plan at present to remove any soils or green waste. Over the past months there has been issues were lumps of polystyrene has been seen in the local environment, it is possible that the polystyrene has been come from the pontoon structures as they breakdown. The project drivers are to develop a method that is safe and protects workers, the public and the environment. Maintaining environmental compliance will be a key to the success of the project. The Prospective Contractor offer will include: A detailed method statement highlighting the points raised in the document as a minimum A SSSP with sufficient detail to highlight to the best of the Prospective Contractors ability at time of tender the risks and controls proposed. A programme detailed to allow monitoring and understanding of weekly tasks and key points in the work package. A list of any sub-contractors proposed A transport plan for moving materials and include local traffic management planning. A detailed lifting plan if the use of cranes or other lifting equipment is proposed. Details and CV of proposed site manager/supervisor Any other supporting documents for the tender",Awarded,"Contract has been awarded with Morland Contracting South Limited Contract price is $175,289.00",0,20250410 Christchurch City Council,22548486,Request for Quotations,Closed Competition,Produce Place Stormwater Basin Renewal,MPJ,20200515,20200527,20200603,,Sole Agency,No,,Renewal of the existing stormwater basin (Produce Place Stormwater Basin),Awarded,,0,20250410 Christchurch City Council,22548771,Request for Quotations,Closed Competition,Sydenham Park Hard Surfaces - Path Renewals,KI,20200420,20200506,20200907,,Sole Agency,No,,Renewal to existing paths and vehicle access drive way,Awarded,Contract awarded to Pidgeon Contracting Ltd,0,20250410 Christchurch City Council,22571929,Request for Quotations,Closed Competition,Hornby Domain Hard Surface Renewals,KI,20200423,20200506,20200907,,Sole Agency,No,,Renewal to existing carpark and footpath surfaces,Not Awarded,This tender was not awarded as project will not be proceeding.,0,20250410 Christchurch City Council,22579707,Request for Proposals,Closed Competition,Water Network Smart System,22579707,20200612,20200806,20210609,Corporate,Sole Agency,No,,"Council are seeking an integrated Smart Water System Solution for the Rawhiti Water Zone. Councils preference is for a single supplier (could be a consortia with a lead supplier), able to lead and integrate a solution based on our four key result area packages: Package Name A. Smart Water Monitoring System B. Online Water Quality Monitoring C. Real-time Continuous Monitoring Pressure Transients Real-time Leak Detection Continuous Monitoring Acoustic D. Smart Customer Water Meters Ultrasonic Smart Customer Water Meters retrofit onto existing mechanical meters Your solution may be a full as a service offering, or a combination of assets to be owned by Council and as a service offering. Your solution will encompass: 1. Design (concept-preliminary detailed designs) 2. Installation (supply of all materials and physical installation of all equipment, devices, software and hardware) 3. Test-Dev-UAT Commissioning, handover into full system solution production 4. Ongoing Servicing and maintenance to guarantee reliability, availability and uptime.",Awarded,,2226805,20250410 Christchurch City Council,22580456,Request for Quotations,Closed Competition,SAP Mobile Asset Management and Audit Tool,22580456,20200507,20200610,20200810,Corporate,Sole Agency,No,,"The Council is looking for an established Mobile Asset Management Software (Works Order Management and Maintenance Audit) that will be used on mobile devices out in the field. Works will be awarded in 2 parts. Stage 1 - Proof of Concept - Capability test A capability test will be done in partnership with the Supplier and the two business units to establish if the awarded solution can deliver our requirements. Stage 2 - Implementation and Deployment More detailed requirements and clarification of expectations in Stage 1 and 2 are listed in the Requirements Spreadsheet which require input from the Respondent. The Award of Stage 1 does not guarantee the Award of Stage 2. The Award of Stage 2 Works are dependent successful outcome of Stage 1 and on the budget approval provided after Stage 1 is complete. If Stage 2 is to proceed, the Supplier will be notified in writing with a new Statement of Works to be agreed by both Parties.",Awarded,,850731,20250410 Christchurch City Council,22612507,Request for Quotations,Closed Competition,Water Main Renewal - Conway Street,,20200602,20200701,20200825,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renewal of water main in Conway Street.",Awarded,The Contract was awarded to Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Ninety (90) Working Days.,357825,20250410 Christchurch City Council,22648282,Request for Quotations,Closed Competition,Rough Mowing in the Regional Parks,,20200817,20200824,20201021,Operations,Sole Agency,No,,Rough Mowing in the Regional Parks,Not Awarded,,0,20250410 Christchurch City Council,22651437,Request for Quotations,Closed Competition,HDM Greens Stormwater Facility - Concept Design,MJ,20200512,20200610,20210209,,Sole Agency,No,,Concept Design of Stormwater Facility,Not Awarded,WSP.,0,20250410 Christchurch City Council,22689773,Request for Tenders,Open Competition,RFT for Construction of Roto Kohatu Reserve Carpark,,20200720,20200817,20200925,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the construction of three car parks and access roads at Roto Kohatu Reserve. The first car park is a small 3 bay parking area with new paths to a toilet block by the Jet Ski area. The second car park is to upgrade the existing gravel car park and will be an asphalt finish with concrete kerbs and an open swale storm water system that will drain to ground and the lake. The third car park is on the main car parks exist road and will be an asphalt finish. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to achieve: Award contract to a single Contractor with proven experience and track record in similar type of projects with environmental sensible areas. Select a Contractor with tailed methodology considering the location constraints, type of materials, key risks and hazards. Tenderers capable of submitting competitive offers that meet the Councils scope of works and technical performance requirements, whilst delivering value added and sustainable outcomes. The Council understands whether further efficiency, effectiveness and which value added initiatives can be delivered by Tenderers. Procurement is in line with our procurement policy objectives, procurement manual and the Councils LTP. A competitive, fair and reasonable tender process is followed that can deliver a value added proposal to the Council.",Awarded,"Contract awarded to Higgins Contractors Limited. Contract Price is $599,945.74",599946,20250410 Christchurch City Council,22689856,Request for Proposals,Open Competition,RFP for Road Roughness Survey (NAASRA) Services,,20200903,20200925,20201117,,Sole Agency,No,,"The Councils City Services Transport Unit is required to conduct a road roughness survey every year for the entire sealed road network owned by Christchurch City Council. These Services were last procured by an open market RFP in 2017. The Council is again seeking competitive proposals for this work and will appoint a Supplier to provide a yearly Road Roughness survey until 2025 (maximum contract term including right of extension). The successful Supplier will be required to provide the following information, but are not limited to: Identify the road section to be validated in the field for maintenance, renewal and rehabilitation. Run Treatment Selection Algorithm (TSA) analysis in Road Asset Maintenance Management (RAMM) Provide Network Reporting and Input to Asset Management Plan and Activity Management Plans. Set out Key Performance Indicators (KPI) and Level of Service (LOS). Provide key inputs for dTIMS (Pavement Deterioration Model) The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for provision of Road Roughness Survey (NAASRA) Services for Council owned sealed roads. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services.",Awarded,"Contract awarded to Geosolve Limited. Contract Price is $302,480.28 for a five year contract term.",0,20250410 Christchurch City Council,22710384,Request for Proposals,Open Competition,For the Lease and Operation of Caf Premises At Jellie Park Recreation and Sports Centre,,20200708,20200824,20210120,,Sole Agency,No,,RFP for Lease and Operation of Cafe Premises at Jellie Park Recreation and Sports centre,Not Awarded,,0,20250410 Christchurch City Council,22722123,Request for Quotations,Closed Competition,Eastman Outlet Structure Works,,20220622,20220804,20220912,Infrastructure,Sole Agency,No,"Christchurch City Council, Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","Construction of the Eastman Wetland Control Structure. Scope of work includes; the civil works for the structure, supply, installation and commissioning of mechanical & electrical components of the structure and landscaping works in the construction area.",Awarded,This contract has been awarded to Hunter Civil Ltd and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,22758301,Request for Quotations,Closed Competition,Quarry Tank 1 & 2 Refurbishment Works,,20210212,20210325,20210902,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council issues this RFQ for a contract for the remediation of water supply reservoir tanks at Quarry Reservoir. The objective of the reservoir repairs is to ensure the tanks are safe and secure from potential water contamination to meet the Demonstrably Safe requirements, as described in the Principals Requirements.",Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and forty seven (147) Working Days.,0,20250410 Christchurch City Council,22787876,Request for Quotations,Closed Competition,Upper Heathcote Storage Optimisation,,20210615,20210715,20211005,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline Optimisation of the mitigation of downstream flooding in the Heathcote River by control of four storm water basins at Wigram, Cashmere-Worsleys, Eastman-Sutherlands and Curletts using water level indication downstream:",Awarded,This contract has been awarded to Downer New Zealand and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 100 Working Days,0,20250410 Christchurch City Council,22811713,Request for Quotations,Closed Competition,Independent Review of Cisco Data Network Upgrade,22811713,20200706,20200727,20201125,Corporate,Sole Agency,No,,"Christchurch City Council (the Council) has established the Data Network Project to manage the upgrade of the councils Cisco Data Network. Having completed the Concept phase, with an approved Business Case and budget, the project is beginning the Planning Phase, ahead of Execution. The goal of this project is to upgrade the Councils Data Network architecture so that it is capable of delivering the required capability, security and capacity for both internal and external customers at existing and future facilities. This network supports a range of council and citizen services, including critical infrastructure such as traffic management and water treatment. A business decision was reached that a rebuild of the architecture will be based on Cisco networking technologies which will be configured and installed by a Cisco certified Gold Partner. The Council is in need of an independent Consultant Services with the right experience and skill to meet our requirements.",Awarded,,120000,20250410 Christchurch City Council,22818301,Award Notice,Open Competition,Pump Station 60 Upgrade Design,,20200316,20200409,20200612,,Sole Agency,No,,,Not Awarded,,0,20250410 Christchurch City Council,22830818,Request for Quotations,Closed Competition,WSSP Reservoirs & Suction Tanks Works Sockburn,,20200827,20200903,20210308,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council issues this RFQ for a contract for the remediation of water supply reservoir tanks at Quarry Reservoir. The objective of the reservoir repairs is to ensure the tanks are safe and secure from potential water contamination to meet the Demonstrably Safe requirements, as described in the Principals Requirements of the RFQ documents.",Awarded,"The Contract was awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is: Separable Portion 1: Fifty two (52) Working Days Separable Portion 2: Thirty one (31) Working Days",0,20250410 Christchurch City Council,22830833,Request for Quotations,Closed Competition,WSSP Reservoirs & Suction Tanks Works Hackthorne,,20210720,20210816,20211215,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council issues this RFQ for a contract for the remediation of water supply reservoir tanks at Hackthorne Reservoir. The objective of the reservoir repairs is to ensure the tanks are safe and secure from potential water contamination to meet the Demonstrably Safe requirements, as described in the Principals Requirements.",Not Awarded,,0,20250410 Christchurch City Council,22842381,Request for Tenders,Closed Competition,The Reconstruction of Griffiths Avenue,CN,20200714,20200805,20201005,Infrastructure,Sole Agency,No,,"The project includes the construction of kerbs and channels, minor drainage works, paths, vehicle crossings, lawns and landscaping; carriageway shoulder reconstruction, full width chip sealing, road marking and signage, traffic control, and environmental management.",Awarded,,0,20250410 Christchurch City Council,22843530,Request for Quotations,Closed Competition,Roto Kohatu Reserve Management Plan,,20200619,20200710,20201021,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,22873056,Request for Proposals,Open Competition,Traffic Counting Services,,20200807,20200824,20201223,Infrastructure,Sole Agency,No,,The purpose of this RFP is to invite prospective Suppliers to submit proposals for the supply of traffic counting equipment and associated software,Awarded,,0,20250410 Christchurch City Council,22883736,Request for Tenders,Open Competition,Construction of QEII School of Gymnastics carpark,,20200925,20201022,20201204,,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their offers for carpark repairs at QEII School of Gymnastics. The Contract Works involve. ? Construction of castellated kerbs and channel, kerbs only and interpath channel. ? Construction of minor drainage works. ? Construction of paths and vehicle crossings. ? Construction of lawns, swale and landscape areas. ? Carpark reconstruction and AC surfacing. ? Construction concrete beam pedestrian walkway. ? Structures (fencing alterations). ? Road marking. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organizations and their ability to provide the Contract Works. This enables the Council to select and appoint aContractor to provide the Contract Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to achieve: ? Award contract to a single Contractor with proven experience and track record in similar type of projects in alive environment area (School of Gymnastics will still be operational throughout the Contract Works). ? Select a Contractor with tailored methodology and programme considering the location constraints andcustomer needs. ? Prospective Contractors capable of submitting competitive offers that meet the Councils scope of works andtechnical performance requirements, whilst delivering value added and sustainable outcomes. ? Tender documents are in line with our procurement policy objectives, procurement manual and theCouncils LTP. ? A competitive, fair and reasonable tender process is followed that can deliver a value added offer to theCouncil.",Awarded,"Contract has been awarded to Schick Civil Construction Limited. Contract Price is $449,993.38",0,20250410 Christchurch City Council,22883876,Request for Proposals,Open Competition,Christchurch Multi-Use Arena (CMUA) Design & Construct Pre Contract Services Stage - Cost Consultancy & Price Verifier Services,1128,20210212,20210305,20210325,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite suitably qualified, experienced and resourced Cost Consultants to submit proposals for Cost Consultancy and Price Verifier Services during the Design & Construct Pre Contract Services Stage (PCSA Stage) of the CANTERBURY MULTI-USE ARENA (CMUA) Project.",Not Awarded,,0,20250410 Christchurch City Council,22905226,Request for Quotations,Closed Competition,PS205 Pump Station Upgrade,20559042,20200701,20200825,20201204,Infrastructure,Sole Agency,No,n/a,This request for quotation (RFQ) is issued by Christchurch City Council for the PS205 Pump Station Upgrade.,Awarded,The Contract was awarded to Seipp Construction and will start on a date to be advised by the Engineer's Rep. The term of this Contract is three hundred and one (301) Working Days.,2969076,20250410 Christchurch City Council,22936544,Request for Quotations,Closed Competition,Heyders Road Carparks,KI,20200708,20200722,20201120,Infrastructure,Sole Agency,No,,Heyders Road Carpark and Horse Float Area.,Awarded,,0,20250410 Christchurch City Council,22941818,Request for Proposals,Open Competition,SUPPLIER OF MANAGEMENT SERVICES -PERFORMANCE MOVEMENT CENTRE METRO SPORTS FACILTY,,20200903,20201102,20240418,,Sole Agency,No,,"Christchurch City Council (Council) is seeking submission of detailed proposals for the Management of the Performance Movement Centre within the Metro Sports facility at 36 - 50 St Asaph Street , Christchurch",Awarded,,0,20250410 Christchurch City Council,22966964,Request for Proposals,Open Competition,Document Management,22966964,20210803,20210906,20220830,Corporate,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Document Management Services.,Awarded,,0,20250410 Christchurch City Council,22998602,Request for Quotations,Closed Competition,Upper Cashmere Valley Landscape Works,MJ,20201204,20210108,20210201,Infrastructure,Sole Agency,No,n/a,"Earthworks to construct forebay and improve drainage to Cashmere Valley Drain, culvert installation, raising of vehicle access roads, construction gravel and ashphalt access tracks, landscaping and plant/tree installation plus 24 months establishment and maintenance.",Awarded,,0,20250410 Christchurch City Council,22999011,Request for Tenders,Closed Competition,Brooklands Lagoon Viewing Platforms Renewal,PF,20200721,20200805,20200810,Infrastructure,Sole Agency,No,,Refurbishment and strengthening of 2 viewing platforms at Brooklands Lagoon,Awarded,,0,20250410 Christchurch City Council,23006358,Request for Tenders,Closed Competition,RFT for Spraying of Hard Surfaces and Paths in Cemeteries,,20200820,20200909,20201021,Operations,Sole Agency,No,,This tender is for the vegetation control of hard surfaces in cemeteries around Christchurch.,Awarded,,0,20250410 Christchurch City Council,23010343,Request for Proposals,Open Competition,Biosolids Beneficial Reuse,20/21-23010343,20200914,20201014,20210514,Operations,Sole Agency,No,,"Sewage produced from Christchurch City is treated at the Christchurch Wastewater Treatment Plant at Bromley. As part of the treatment process, dried Biosolids is produced at a rate of approximately 10 tons per day. The Biosolids are regularly collected by external parties under contract, who take the Biosolids to other sites where it is beneficially re-used. Biosolids have valuable fertilising and soil conditioning properties. They contain micronutrients and organic material and, worldwide, they are commonly applied to land as a means of restoring degraded soils or boosting the productivity of soils within areas of low natural fertility. Examples of beneficial use include the restoration of depleted cropping soils, maintenance or enhancement of soil fertility in forests, rehabilitation of mine tailings and quarry sites, landfill cover, golf courses, parks and gardens. The application of Biosolids to land can be controversial. Biosolids contain microbiological and chemical contaminants, and there are legitimate concerns about public health, environmental and economic risks. There are also numerous alternative beneficial re-uses of Biosolids, for example energy extraction and inclusion in aggregates. Council requires that the Biosolids produced are beneficially re-used and are NOT sent to landfill. Due to downtime on the sludge dryer (i.e. planned and reactive maintenance), Council also requires the collection and beneficial reuse of approximately 800 t of Wet Biosolids a year. In accordance with Annexure 2 - Dried Biosolids Guidelines, Biosolids must be delivered to a consented facility or comply with Annexure 6 - HAIL and District Plan Effects. The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Biosolids Beneficial Reuse.",Awarded,,0,20250410 Christchurch City Council,23011078,Request for Proposals,Open Competition,Event Security,20/21-23011078,20200907,20201007,20210312,Operations,Sole Agency,No,,"The purpose of this RFP is to identify a preferred supplier for the Provision of Event Security Services at Council Produced Events in Christchurch. This will include, but is not limited to, Event Security planning, provision of static guards, Venue Operations Control (V.O.C) management, V.O.C support staff and venue mobile patrols. The Christchurch City Council Events Production Team will be working with the successful preferred supplier of this procurement to establish a strong mutually beneficial relationship, which will complement its core business at Council Produced Events. Event Security Services have historically been supplied by a contracted supplier and the Council is obligated to periodically re-evaluate the market. The Council will use this RFP to select a Preferred Supplier for the supply of Event Security Services The RFP is for, but not limited to: (a) Supporting the Events Team and their specific events at their community events around Christchurch, with the appropriate Event Security Services and Resources; (b) Provide Event Security expertise and staff as required; (c) Monitor and measure the progress against the Events Security strategy, operations and plan; (d) Quality Control, monitor and measure general performance; (e) Provide a foundation for reporting against and influencing the Event Security strategy, operations and plan; (f) Providing a level of service in a crisis / emergency to help manage the situation with the Police and other authorities, with Security staff to be trained up in behavioural training and first aid across crisis management scenarios;",Awarded,,0,20250410 Christchurch City Council,23013298,Request for Quotations,Closed Competition,CMUA Civil Engineering Enabling Works,,20200904,20200924,20201207,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Three Waters Enabling Work for the Multi-Use Arena: Preparation of the site Capping, diversions and disestablishment of wastewater, storm water and water supply assets",Awarded,This Tender has been awarded to City Care Limited; the term of the Contract is Fifty nine (59) Working Days.,318746,20250410 Christchurch City Council,23042822,Request for Quotations,Closed Competition,Heritage Architect Services (PAN005) for Cuningham House Project,,20200925,20201123,20210329,Infrastructure,Sole Agency,No,n/a,"Cuningham house is a large conservatory glass house situated in the Botanic Gardens Christchurch. It is deemed a winter garden and building of significance and has a highly significant heritage rating, Heritage classification 1862 Category 2 The building has a Detailed Engineering Evaluation of 59% New Building Standard. The engineers amended report version 2 final is attached in the appendixes also. The Building was damaged In the 2009/2011 Canterbury earthquakes sequence and subsequently repaired and reopened in 2014 for public use. The repairs were to make the building safe but were not of heritage refurbishment standard. The further refurbishment and repair of this building must be to the accepted conservation plan and conform to the ICOMOS definitions and objectives when being executed. As per the conservation report, the building has aged with evidence of spooling, rust, water ingress and cracked plaster. The aluminium windows are inappropriate and much of the glazing will need replacement. The intention of the refurbishment is to get the building into a highly presentable state complete with interpretation for the centenary celebration in 2024 Full repair conservation scope is in the report by Dave Pearson Architects however there will also need inclusion of: additional lighting (feature and functional lighting for occasional use for walk through functions after dark and maintenance lighting) modern climate control services in the right place (power, water, drainage, IT, etc.) replacement of glazing an aesthetic, efficient sympathetic design of HVAC/ Humidity delivery within the design and delivery package. This RFQ is to appoint a Heritage Architect to supply the services listed in the RFQ and Appendices to deliver a project that can be competitively tendered to open market, on time, in budget and compliant with all building codes and regulations.",Awarded,This Contract has been awarded to Dave Pearson Architects Limited.,0,20250410 Christchurch City Council,23043697,Request for Proposals,Closed Competition,Managed Print Services,,20200812,20201204,20210312,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,23046243,Request for Quotations,Closed Competition,Addington Well Conversion Works,,20200916,20201002,20201204,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Converting two wells at Addington water supply pump station from artesian to pumped.",Awarded,The Contract was awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is thirty (30) Working Days.,302606,20250410 Christchurch City Council,23060389,Request for Tenders,Closed Competition,Dalys Wharf and Wainui Wharf 2020 Maintenance,PF,20200804,20200819,20200826,Infrastructure,Sole Agency,No,,Maintenance to Daly's wharf and Wainui wharf involving pile driving and beam replacement.,Awarded,,0,20250410 Christchurch City Council,23060853,Request for Tenders,Closed Competition,Okains Bay CCC Camp Pavilion Villa Building Upgrade 2020,DG,20200824,20200916,20200930,Infrastructure,Sole Agency,No,,Alterations and Maintenance to existing Pavilion Building,Awarded,,0,20250410 Christchurch City Council,23067369,Request for Proposals,Open Competition,"Commercial Lease of 380 Pettigrews Road ""Kukupa Hostel""",,20200902,20200930,20240828,,Sole Agency,No,,"Commercial Lease of 380 Pettigrews Road Kukupa Lodge Permitted use Note: For the Purposes of this RFP the use of a building for residential purposes is considered commercial use. The Council would like to receive your detailed commercial proposal on your intended use of the premises and the benefits this use will deliver to Council or/and the community. Your proposal would be evaluated according to the criteria detailed. Potential use visions for this particular premises includes: A space which is well maintained, kept clean and tidy Open, inviting and accepting of visitors for two days of the year during Heritage Week A use that links to the former use of the building, the heritage values of the building , or a strong connection to Pigeon Bay, or the Port Hills, Canterbury A use that promotes the heritage or historic past of the building and or location A use that manages different uses/shared use methodologies A use that maximises the utilisation of the space on a regular ongoing basis A use that conserves the building and setting, The ICOMOS NZ Charter 2010 provides information on conservation practice. Note that some of the above use cases only apply to commercial activity and others when the building is opened to the public i.e. open days.",Not Awarded,,0,20250410 Christchurch City Council,23076679,Request for Proposals,Closed Competition,Maintenance of Waterways and Land Drainage,,20220509,20220603,20220829,Infrastructure,Sole Agency,No,,"The objective of this RFP process is to obtain sufficiently detailed information from the Respondent about their organisation and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, the Council intends to achieve from the RFP process: ? Value for money for Christchurch ratepayers and the wider community; ? Environmental sustainability; ? Social responsibility; ? Economic benefit; and ? Efficiency and effectiveness in the delivery of the Contract Works. The Council invites the Respondent to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency.",Awarded,This contract has been awarded to City Care Ltd and will start on 1 September 2022,0,20250410 Christchurch City Council,23083072,Request for Quotations,Closed Competition,CRAF Works,,20201209,20210205,20210602,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFP is to invite Respondents to submit their Proposals for three construction contracts to deliver the targeted roading and transport improvements element of the CRAF Roading and Transport Improvements programme of works. The programme of improvements are split into three geographical areas, with each area being of an approximately similar scale in terms of value. There will be three contract awards one in respect of each geographical area (Contract Package). Please note: A tender briefing is being held for all Respondents and their subcontractors. Respondent attendance is not mandatory. Location: Level 1 Function Room, Te Hononga Civic Offices, 53 Hereford Street, Christchurch Time: 3:30PM, Thursday 17/12/20 Council will present the overall concept and background on the CRAF programme.",Awarded,"The Contract Packages were awarded as follows: Contract Package 1: Isaac Construction Limited and will start on a date to be advised by the Engineer's Rep. Contract Package 2: Fulton Hogan Limited and will start on a date to be advised by the Engineer's Rep. Contract Package 3: Fulton Hogan Limited and will start on a date to be advised by the Engineer's Rep.",0,20250410 Christchurch City Council,23089537,Request for Tenders,Closed Competition,Pioneer RSC Earthquake Repair and R&R Cycle Shutdown,EOI Ref 22961080,20200915,20201007,20201104,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFT is to invite Tenderers to submit their Tenders for TD23089537 Pioneer RSC Earthquake Repairs and R&R Cycle Shutdown NZS3910. The Contract Works for this RFT shall include, but are not limited to: Replacing the roof /ceiling of the main pools hall; New Membrane Cell Filtration System for pools water; o A sub-contractor has already been appointed for the supply and installation of the filtration system and lint pots through signing a NZS3910 Contract with Christchurch City Council. This Contract will be novated to the winning tenderer New HVAC System/equipment for the main pool hall; o The main Air Handling Units (AHU) and the Buffer tank will be free issued to the Contractor, (Principal supplied equipment) Structural strengthening of the main pool hall; Upgrade of architectural features for the entrance foyer. Refer to Section B Scope, Specification and Drawings below for detailed requirements",Awarded,,0,20250410 Christchurch City Council,23100813,Request for Tenders,Open Competition,Construction of the Hornby Centre,,20210514,20210617,20210903,Infrastructure,Sole Agency,No,n/a,"The Christchurch City Council is building a new community library, customer services and aquatic facility at Kyle Park in Hornby. Council is seeking proposals from suitably qualified contractors for the Hornby Centre Main Contractor Package. A full scope of work is included in the tender package, though in summary the main contractor will carry out: o Piling o Building construction o Site services o Hard and soft landscaping o Complete the stormwater modifications across the neighbouring site o Comply with resource and building consent provisions",Awarded,This contract has been awarded to Naylor Love Canterbury Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 313 Working Days.,0,20250410 Christchurch City Council,23104926,Request for Quotations,Closed Competition,"Woolston, Parklands & Aston Wellhead Upgrade Works",,20201207,20210122,20210420,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. The scope of works may generally be summarised as everything required for the upgrade of 7 wellheads at the following water supply pump stations: Woolston Parklands Aston Note that the Special Conditions have been amended.",Awarded,"The Contract was awarded to Seipp Construction Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is as follows: Separable Portion 1 (Aston): Ninety nine (99) Working Days Separable Portion 2 (Parklands): One hundred and seven (107) Working Days Separable Portion 3 (Woolston): One hundred and forty seven (147) Working Days",0,20250410 Christchurch City Council,23106407,Request for Quotations,Closed Competition,Water Supply Main Works - Highsted Road,,20200911,20201015,20201119,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Laying of new DN 250 OD PE100 Water Main & provide connection to ten properties at Styx Mill Road intersection.",Awarded,The Contract was awarded to John Fillmore Contracting Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is twenty five (25) Working Days.,218000,20250410 Christchurch City Council,23115600,Request for Proposals,Open Competition,Lancaster Park Stadium Redevelopment Construction of sports fields and ancillary works,23115600,20201112,20201215,20210215,Infrastructure,Sole Agency,No,n/a,"The Contract Works comprise of three Phases of Work: Phase 1 (P1) Site clearance, removal of foundations and paved areas, bulk fill, pitch build-up, drainage and topsoiling Phase 2 (P2) Installation and connection of an automated irrigation system, including pump, pump shed and controller Phase 3 (P3) Final trimming and shaping of topsoil, turf establishment and installation of a cricket block The works required to be undertaken include the developed and final design, consenting and construction of the new Lancaster Park Sports Field and ancillary works. The Respondent shall be responsible for the lodgement of all consents, permits, authorisations and approvals that relate to carrying out the Contract Works. The Respondent shall pay all fees, levies and charges in respect of the same including re-inspections. This includes, but is not limited to, the necessary Building Consent and any Resource Consent amendments required (the Client having already sought Resource Consent based on the Concept Design). The Respondent shall provide all required Consent and Construction drawing documentation and specifications, as well as any and all Producer Statements. The Respondent shall answer any RFIs as issued by the Christchurch City Council as part of its regulatory function (as opposed to the Council as Principal to the Construction Contract) in processing of the consent. The successful Respondent shall report directly to the Engineers Representative. The successful Respondent shall directly contract all consultants, suppliers and sub-contractors necessary to deliver the scope of works.",Awarded,This Contract has been awarded to Taggart Earthmoving Limited; the duration of this contract is for two hundred and fifty (250) Working Days.,3405710,20250410 Christchurch City Council,23115803,Request for Quotations,Closed Competition,MEICA Renewals YR21 - Wastewater Pump Stations,,20201117,20201221,20210412,Infrastructure,Sole Agency,No,n/a,Christchurch City Council issues this RFQ for a contract for the provision of design and build electrical renewals at 12 wastewater pump stations.,Awarded,The Contract was awarded to Millennium Electrical Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and ten (210) Working Days.,0,20250410 Christchurch City Council,23115814,Request for Quotations,Closed Competition,Water Main Renewals - Cashmere,,20210420,20210518,20210702,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works includes replacement of the water mains, predominately within the road reserves of Ashgrove, Macmillan, Cashmere, Dyers Pass, Victoria, Hackthorne in accordance with the Contract.",Awarded,The Contract was awarded to Westroads Limited t/a- Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Three hundred (300) Working Days.,0,20250410 Christchurch City Council,23121592,Request for Quotations,Closed Competition,Dudley Creek Waterway Upgrade - 15 Perry Street,JS-H,20201215,20210120,20210121,Infrastructure,Sole Agency,No,,Upgrade of Dudley Creek waterway through private property at No. 15 Perry Street.,Awarded,,0,20250410 Christchurch City Council,23121712,Request for Quotations,Closed Competition,Pages Road Radio Migration,MD,20210315,20210331,20210819,Infrastructure,Sole Agency,No,,"Pages Road Radio Migration includes: 1. Services transfer from the old to the new building and commissioning thereof, 2. Transfer of the Tsunami warning system 3. Removal of services from the 20m mast to aid relocation by others 4. Detailed change-over plan that shall list devices by name, tag number and IP address to aid Council IT in planning",Awarded,Melray Electrical,0,20250410 Christchurch City Council,23127380,Request for Quotations,Closed Competition,Sub Main Renewal - Aranui & South New Brighton FY22,,20200914,20201009,20201104,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renew 5670m of water supply sub-main at Aranui & South New Brighton.",Awarded,The Contract was awarded to John Fillmore Contracting Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is one hundred and seventy seven (177) Working Days.,888000,20250410 Christchurch City Council,23130741,Request for Proposals,Open Competition,Early Works for the Hornby Centre Project,1168,20201218,20210129,20210224,Infrastructure,Sole Agency,No,,"The Christchurch City Council is building a new community library, customer services and aquatic facility at Kyle Park in Hornby. Council is seeking proposals from suitably qualified contractors for the Hornby Centre Early Works Package. The early works contractor will prepare the site ahead of the main contractor piling/foundation works. The tender documents provide more detail of the early works scope, though includes: site scrape, tree removal, bulk cut to form levels for the new building, importing fill to pre-load the carpark and form a piling platform and work along the southern boundary to redirect stormwater.",Not Awarded,,0,20250410 Christchurch City Council,23135882,Request for Quotations,Closed Competition,Halswell Downs Wetland Eastman Internal Wetland Cell Works,,20201130,20201221,20210224,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline Construction of a new wetland (approx. 0.7 ha in size) and internal bund (approx. 1m high and 438m long). Landscaping and planting for the wetland and bunds.",Awarded,"The Contract was awarded to Grounds & Services Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is as per below: Separable Portion 1: Forty (40) Working Days; Separable Portion 2: Twenty (20) Working Days.",469779,20250410 Christchurch City Council,23158361,Request for Quotations,Closed Competition,Pioneer RSC filtration system,,20200828,20200902,20201112,Infrastructure,Sole Agency,No,n/a,"On a high-level overview, the work scope for this RFQ is to: -Decommission and remove the existing DE filters in the main plant room serving the main pool, leisure pool and spa pool including removing all existing valves, pipework and slurry system. -Supply and install a new skid mounted membrane cell filters including all connections to existing pipework, new flow meters and reinstatement and re-commissioning of the filtration plant. -Replacement of existing lint pots, provided with clear transparent cover For more information on the scope details please refer to Pool Water Services Specification prepared by Powel Fenwick Consultants (PFC) and attached to this RFQ.",Awarded,,0,20250410 Christchurch City Council,23192992,Request for Quotations,Closed Competition,LDRP 528 Hoon Hay Basin Outlet & Cashmere Stream Control Structure,,20200924,20201021,20201216,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Installation of Hoon Hay Basin outlet and Cashmere Stream Control Structure as part of a large integrated storm water system providing flood storage and water treatment.",Awarded,The Contract was awarded to Grounds & Services Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred (200) Working Days.,2897668,20250410 Christchurch City Council,23218712,Request for Proposals,Open Competition,Towing Services,20/21-23218712,20201005,20201028,20210120,Operations,Sole Agency,No,,"1. Information and background The Council has a requirement for services relating to the towing and secure storage of illegally parked vehicles, i.e. enforcement tows and the towing of abandoned vehicles. The geographic areas to which the specification relates to is the area of Christchurch City within the boundaries determined by the Local Government Commission as coming under the control of the Christchurch City Council. It is anticipated that the Christchurch City Council will engage the Supplier to tow between 1,050 and 1,350 vehicles per year The numbers provided below are indicative only and may vary during the term of the Agreement: (a) Enforcement tows 900 to 1100 vehicles per year (b) Abandoned vehicles 100 to 150 vehicles per year",Awarded,,0,20250410 Christchurch City Council,23232097,Request for Quotations,Closed Competition,Toi Otautahi- Establishing an Art's Office,,20200904,20200921,20201007,Operations,Sole Agency,No,n/a,"The Christchurch City Council is seeking quotations from the market for supply of services as detailed in the attached Request for Quotation (RFQ). Toi Otautahi, the Christchurch arts and creativity strategy, was endorsed by the Christchurch City Council (Council), Creative New Zealand (CNZ), Rata Foundation and ChristchurchNZ (Partners) in September and October 2019. Co-creation of the strategy was initiated in 2017 with the final draft resulting from comprehensive engagement undertaken with the community, arts and creative sector, mana whenua and other stakeholders. The attached RFQ will document's will give more details regarding the- Toi Otautahi- Establishing an Art's Office. Please ask any questions you have regarding the RFQ via GET's by Thursday, 17 September 2020 no later than 12pm. Upload all tender documents via GET's by Monday, 21 September 2020 no later than 12pm.",Awarded,,50000,20250410 Christchurch City Council,23252053,Request for Tenders,Open Competition,Construction of Harewood Nursery New Office Building,1234,20201106,20201202,20210120,Infrastructure,Sole Agency,No,,"The construction of a New Office Building at the Harewood Nursery at 239 Gardiner Road Harewood. The facility comprises of a foyer area, office space and store room, staff room, kitchen, accessible showers and toilets with locker area and veranda.",Awarded,,0,20250410 Christchurch City Council,23252070,Request for Tenders,Open Competition,Linwood Sports Field Development,23252070,20201116,20210120,20210319,Infrastructure,Sole Agency,No,n/a,"The Contract Works for this RFT shall include, but are not limited to: The works are for surface removal/ re-levelling, installation of a pipeless primary drainage system and a fully automatic irrigation system. The Works relevant to this specification are: Installation of temporary fencing, works staging area and stabilised entrance Spray out of the existing surface Stabilised entrance installation Surface removal Surface re-levelling Installation of pipeless lateral and swale drains Installation of an automated irrigation system Turf grass establishment and grow-in",Awarded,The Contract was awarded to Terrafirma Turf Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is sixty (60) Working days.,0,20250410 Christchurch City Council,23259986,Request for Quotations,Closed Competition,SAP Remediation - Holidays Act,23259986,20200925,20201015,20201125,Corporate,Sole Agency,No,,Council uses SAP S/4 Human Capital Management as its core Human Resources and Payroll system and has recently conducted a Holidays Act compliance audit. As a result of that audit Council requires system changes to support compliance with the Holidays act by 30 June 2021. Council has currently completed internal business requirement gathering along with legal opinions to form high level requirements. The next step for Council is to complete detailed technical requirements based off the work done to date to ascertain system capabilities and changes. this will be completed in two phases.,Awarded,,350000,20250410 Christchurch City Council,23270696,Request for Quotations,Closed Competition,Lyttelton Brick Barrel Manholes - Batch 1,,20201123,20201216,20210525,Infrastructure,Sole Agency,No,n/a,"The Contract Works are for the construction of four new manholes and the lid replacement on an existing manhole on the Lyttelton Stormwater Brick Barrel conduits: 26 Voelas Road 25 Norwich Quay Lid Replacement 54 Norwich Quay 42 Winchester St 6 Ripon St",Awarded,The Contract was awarded to Seipp Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred Seventy five (75) Working Days.,0,20250410 Christchurch City Council,23270735,Request for Proposals,Open Competition,Supply and Operation of Electronic Lockers at Council's Recreation and Sports Centers,1196,20201021,20201118,20210305,Infrastructure,Sole Agency,No,n/a,"Supply and operation of electronic Lockers for the delivery of a high quality, reliable, cost effective and secure storage facility to customers to the Council Recreation and Sport Centres, Taiora/QEII, Jellie Park, Graham Condon and Pioneer.",Awarded,,0,20250410 Christchurch City Council,23281886,Request for Tenders,Closed Competition,"Cashmere, Hoon Hay, Worsleys Road Intersection Improvement",AP,20201208,20210127,20210222,Infrastructure,Sole Agency,No,,"Cashmere Rd/Hoon Hay Rd/ Worsleys Rd Intersection Improvement including the installation of Traffic signals etc. The work also includes intersection improvement for Worsleys/Hurunui, Cashmere/Mavin, Cashmere/Kaiwara and Hoon Hay/Blakiston. Traffic calmimg in the form of road humps will be constructed on Kaiwara St, Blakiston St and Mavin Rd.",Awarded,,0,20250410 Christchurch City Council,23304795,Request for Quotations,Closed Competition,MCR Nor'West Arc / Annex / Birmingham. Wigram Rd to Underpass,DH,20201021,20201028,20201029,Infrastructure,Sole Agency,No,,Create cycleway link between Wigram Rd and the motorway underpass,Awarded,,0,20250410 Christchurch City Council,23304810,Request for Quotations,Closed Competition,Water Main Renewals - Southshore,,20201118,20201215,20210222,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of approx. 2,403m water supply pipe in the following five (5 ) streets in Southshore: Rocking Horse Road, Heron Street, Plover Street, Mermaid Place and Pukeko Place.",Awarded,The Contract was awarded to Utilities Infrastructure NZ Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred (200) Working Days.,1761631,20250410 Christchurch City Council,23304824,Request for Quotations,Closed Competition,Water Main Renewals- Hackthorne & Dyers Pass Road,,20201217,20210126,20210420,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replace the water mains, predominately within the road reserves of Hackthorne Road and Dyers Pass Road, the remaining work will be in Cracroft Reserve and Council land at the Hackthorne Reservoir. The Contract Works includes replacement of both a DN150 AC pumping main and a DN100 AC gravity main with a single DN250 PN16 PE100 main. Crossovers and sub-mains and laterals to private connections to be provided as required. The design involves a new alignment for the mains and abandoning of the existing main.",Awarded,"The Contract was awarded to Tru-Line Civil Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is as follows: Separable Portion 1: Two hundred (200) Working Days Separable Portion 2: Thirty (30) Working Days",0,20250410 Christchurch City Council,23314620,Request for Quotations,Closed Competition,Akaroa Wastewater Inflow & Infiltration Reduction,,20201208,20210205,20210308,Infrastructure,Sole Agency,No,n/a,"The tendering of the construction works element of the project to replace approx. 1490m wastewater pipe in the following streets in Akaroa: Armstrong, Aubrey, Clare, Grehan, Hempleman, Muter, Newton, Percy, Noyer-Walnut, Rue Jolie, Settlers Hill, Watson, Woodills, North Akaroa Flats, Beach Rd Glen Bay, Rue Lavaud. Tender Documents: RFQ including: o Contract conditions o Principals Requirements Schedule of Prices Design Specific Templates o Utilities Conflict Management Form o Design Report o Design Issues and Decision Register o Council title block and drawings templates o Specification o ITP sample o Environmental Management Plan Template",Not Awarded,Hunter Civil Limited were awarded this Contract.,0,20250410 Christchurch City Council,23317737,Request for Quotations,Closed Competition,Duvauchelle Stormwater Outfall Works,,20200930,20201029,20201120,Infrastructure,Sole Agency,No,n/a,"This Contract includes: (a) Site establishment and setting out of all works. (b) Replacement of the existing twin 450mm stormwater mains with twin 600mm pipes across SH75.",Awarded,The Contract was awarded to Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is fifty (50) Working Days.,327300,20250410 Christchurch City Council,23325312,Request for Tenders,Open Competition,23325312 Bishopdale and St Albans Skate Park Works,,20210910,20211013,20211118,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council (the Council) is seeking responses from suitably qualified contractors (Respondents) who are interested in working with Council undertake works for the following skate parks. 1. Separable Portion 1: St Albans Park Skate Park Extension, Edward Avenue, St Albans Excavation and backfilling of the site area to the required levels Construction of the skatepark Extension Installation of Asphalt Area Installation of furniture and Balustrades and painting of poles and asphalt design Reinstatement of Hoggin to the construction edge 2. Separable Portion 2: Bishopdale Park Skate Park Renewal, Raleigh Street, Bishopdale. Access is from Leacroft Street Demolition of Existing Skate Features and Slabs, as required Excavation and backfilling of the site area to the required levels Construction of the skatepark Extension and new features Installation of furniture Reinstatement of the site to the construction edge",Awarded,"This contract has been awarded to Citycare and will start on a date to be advised by the Engineer's Rep. The duration of the contract is as follows: - Separable Portion 1: Forty (40) Working Days - Separable Portion 2: Sixty Four (64) Working Days",0,20250410 Christchurch City Council,23332919,Request for Tenders,Open Competition,RFT for the Construction of OARC Otakaro Avon River Corridor - 3 Pedestrian/Cycle Bridges,,20201123,20201218,20210302,Infrastructure,Sole Agency,No,Electronic tenders only,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the Construction of three pedestrian/cycle bridges along the Otakaro/Avon River including a path connecting Avondale Bridge to New Brighton road which is part of the Otakaro Avon River Corridor Redevelopment. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to achieve: ? Value for money for Christchurch ratepayers and the wider community by appointing the most experienced and capable contractor to complete the projects works as per the detailed design Specifications and within the agreed programme; ? Award contract to a single Contractor with proven experience and track record in similar type of projects in environmental sensitive areas. ? Select a Contractor with trialled methodology considering the location constraints and its key risks and hazards. ? A comprehensive construction programme is offered detailing the critical path for construction of the three bridges in parallel and completion by February 2022. ? The Council understands whether further efficiency, effectiveness and which value added initiatives can be delivered by Prospective Contractors. ? Procurement is in line with our procurement policy objectives, procurement manual and the Councils LTP. ? A competitive, fair and reasonable tender process is followed that can deliver a value added proposal to the Council. ? On time and without incident completion of the project by appointing a Contractor that has demonstrated high standards in Environmental management, Health, Safety and Wellbeing, and demonstrates collaboration and programme management.",Awarded,"Contract has been awarded to HEB Construction Limited. Contract Price is $5,510,023.03",0,20250410 Christchurch City Council,23356603,Request for Proposals,Open Competition,provision of Fresh Milk,,20201020,20201111,20210225,Corporate,Sole Agency,No,,The Christchurch City Council is seeking a supplier of fresh milk to multiple sites in Christchurch,Awarded,,0,20250410 Christchurch City Council,23358810,Request for Proposals,Open Competition,Canterbury Multi Use Arena (CMUA) Design and Build,22628255,20201005,20210129,20210531,Infrastructure,Sole Agency,No,"CMUA Project Delivery Ltd (CMUA PD LTD), C/- Christchurch City Council (CCC), Proposal Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","PLEASE NOTE: THERE WILL BE A MARKET BRIEFING SESSION ON MONDAY 12 OCTOBER 2020 1-3PM. - Location: -Te Hononga Civic Offices, 53 Hereford Street, Christchurch 8013 - Room: M1.03 1st Floor (Function Room) This Request for Proposals (RFP) is the first stage of a 3 stage procurement for the CMUA, which is summarised as follows: ? 1st Stage: This RFP, leading to selection of a design and construct contractor (Contractor). ? 2nd Stage: Pre Contract Services Agreement (PCSA) under which the selected Contractor (collaboratively with the Principal) progressively develops the design and associated Principals Requirements, and updates and confirms its estimate for a D&C Contract Price that is no more than the pre disclosed maximum price (Maximum D&C Contract Price). At the conclusion of this stage, the Contractor submits a final bid for the D&C Contract (Final Bid) which includes all of the Final Bid Deliverables specified in the PCSA (and which have been developed through the process set out in the PCSA). ? 3rd Stage: D&C Contract (ie delivery); following submission of the Final Bid, if the Principal (at its discretion) elects to accept the Final Bid, the parties enter into the D&C Contract for delivery of the D&C Contract Works under the NZS 3916:2013 based conditions of contract and other documents submitted with the Final Bid. The Principal has elected to incorporate budget led procurement as a key feature of the procurement process by way of pre-disclosing the Maximum D&C Contract Price. This allows for a transparent and collaborative relationship between us through the design development and estimating process to ensure the D&C Contract Price submitted by the Contractor in the Final Bid does not exceed the Maximum D&C Contract Price.",Awarded,"PCSA Contract Awarded D&C Contract to follow the PCSA as set out in the RFP",0,20250410 Christchurch City Council,23364266,Request for Quotations,Closed Competition,Rawhiti Bulk Water Flowmeter Installation,,20210128,20210225,20210429,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Supply and install eight flowmeters at 8 locations within Rawhiti zone.",Awarded,The Contract was awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is sixty five (65) Working Days.,0,20250410 Christchurch City Council,23367722,Request for Quotations,Closed Competition,Parks Hard Surface Panel - SP12 Heathcote Domain,KI,20200930,20201014,20210212,Infrastructure,Sole Agency,No,,Parks Hard Surface Renewals within heathcote Domain,Awarded,,0,20250410 Christchurch City Council,23382803,Request for Proposals,Open Competition,Parking Compliance Radios,20/21-23382803,20201022,20201120,20210301,Operations,Sole Agency,No,,"The Parking Compliance team utilise Radios as part of their suite of enforcement equipment. The radios round out their range of Enforcement equipment and provide a critical GPS signal and constant communication with base in the Civic office. In accordance with Health & Safety Regulations, each Parking Compliance Officer is required to carry a GPS tracked Radio at all times to enable constant communication with their base office. The purpose of this RFP is to invite Prospective Suppliers to submit their proposals for 30 Parking Compliance Radios in accordance with the scope/specification contained in this RFP.",Not Awarded,,0,20250410 Christchurch City Council,23421867,Request for Proposals,Open Competition,Security Services,20/21-23421867,20210120,20210217,20210618,Procurement & Contracts,Sole Agency,No,,"The Council has a requirement for various categories of Security Services across our organisation. We propose that the upcoming RFP for security services be broken into separate packages to be awarded to 2 or more suppliers to enable increased visibility of agreed service levels. Suppliers are invited to bid on one or more individual packages in accordance with your companies experience and capacity. The proposed separate packages are: Package 1 : Patrols for lockup and lockdown of Council parks and other council sites Package 2: Security Transport/Cash Collection Package 3: Security Patrols, Alarm Response, Afterhours Vehicle Release & Afterhours Towing Requests Package 4: Noise Control Freedom 5: Camping Monitoring and Enforcing Freedom Camping Bylaw 2015 Restrictions Package 6: All Static Guards including guard services at the Christchurch Art Gallery on a 24 hour basis. The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Security Services.",Awarded,,14673041,20250410 Christchurch City Council,23425258,Request for Quotations,Closed Competition,Wilkins Drain Renewal Near Holmwood Road,MD,20210326,20210414,20210813,Infrastructure,Sole Agency,No,,Concrete U-channel replacement and naturalisation,Awarded,,0,20250410 Christchurch City Council,23426976,Request for Proposals,Open Competition,General Satisfaction Survey,,20201012,20201027,20210120,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Christchurch City Council General Services Satisfaction Survey. The project was tendered unsuccessfully in September 2020. The proposals received did not meet the desired outcomes and as a result, the Council is now retendering the Survey with a different methodology. The Survey will now be run as a random, representative online panel survey instead of a CATI telephone survey. Online questionnaires are able to be completed in a shorter timeframe than telephone interviews and as a result, the Survey questions are now expected to be completed via a single 20 minute questionnaire. This will allow for a reduction in the sample size to 770 completed surveys (down from 1,540). While the methodology change is expected to bring cost savings on the previous telephone methodology, it is recognised that the change will interrupt time series data and could bring risks in relation to the representativeness of the sample. Post weighting of results to meet representation requirements is not considered a preferred means of achieving representation. The Council wishes to achieve all or most of the sample via direct surveying of individuals that meet the quota requirements rather than by weighting. However, if the Supplier is required to apply weights to the results due to non-response, a maximum weighting of not more than 5% by age, sex and ward sub-categories will be considered acceptable. Prospective Suppliers will need to demonstrate how they will minimise non-response bias to achieve a random, representative sample.",Awarded,,0,20250410 Christchurch City Council,23447129,Request for Tenders,Closed Competition,Lyttelton Rock Refacing Stage 6,GA,20201118,20201216,20210223,Infrastructure,Sole Agency,No,Christchurch City Council Tender Box (Ground Floor Reception) Civic Offices 53 Hereford Street Christchurch 8011 Attention: Richard Humm,Stone facing of existing concrete retaining walls,Awarded,,0,20250410 Christchurch City Council,23454626,Request for Proposals,Open Competition,For Grazing at Hunters Road Diamond Harbour,,20201104,20201125,20210406,,Sole Agency,No,,The purpose of this Request for Proposal (RFP) is to invite graziers to submit a proposal for the grazing of the land at 27 Hunters Road as shown in the file attached to this RFP and named 27 Hunters Road Grazing Licence Areas.,Awarded,,0,20250410 Christchurch City Council,23460413,Request for Tenders,Closed Competition,Richmond Hill Road Path (No 70 to No 102),CN,20201106,20201125,20210106,Infrastructure,Sole Agency,No,,"Construction of a separate footpath from the second hairpin bend (No 74) to the vehicle entrance to No 102 on Richmond Hill Road. Works include kerb and channel, road shoulder, timber retaining wall, other minor retaining, concrete driveway, footpath, grass berms, planting areas, fencing alterations, coordination of service alterations, traffic management, environmental management.",Awarded,,0,20250410 Christchurch City Council,23460894,Request for Quotations,Closed Competition,Low Flow Channel Construction Works Eastman Wetland,23103986,20201015,20201116,20201216,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Construction of a low flow channel (LFC) north of Cashmere Stream outlet structure to the Eastman Outlet Channel formerly known as Milns Drain. The LFC is approx. 650m long and maintenance & access tracks need to be constructed on either side of the LFC. The scope of work includes the landscaping elements for the new channel and access tracks.",Awarded,The Contract was awarded to Grounds & Services Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is seventy five (75) Working Days.,965770,20250410 Christchurch City Council,23469437,Request for Tenders,Open Competition,CMUA Enabling Works Site Decontamination including ACM pipe removal,23469437,20201211,20210122,20210226,Infrastructure,Sole Agency,No,n/a,"The Council invites Tenderers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Contract Works for this RFT shall include, but are not limited to: The excavation and disposal of contaminated soil from 13 hotspots located within former building areas; The excavation and disposal of coal tar containing roading materials from the extent of Cashel Street that falls within the CMUA site; The removal of sub-surface asbestos cement (AC) pipework from within the extents of Cashel and Lichfield Streets that fall within the CMUA site; The safe and compliant handling and offsite disposal of hazardous materials; The removal of ancillary items along the roadways as noted in the Pricing Schedule and drawings provided; and Backfilling the excavation with site won material or imported AP65 material and generally compacting by way of track rolling. Shallow excavations may only require regrading of edge material. The Councils Contaminated Land Specialist CLS will determine specific requirements. Further details on the scope of works are provided in Section B Scope, Specification and Drawings provided within this tender pack.",Awarded,The Contract was awarded to Protranz Earthmoving Ltd and will start on a date to be advised by the Engineer's Rep.,739000,20250410 Christchurch City Council,23489597,Request for Quotations,Closed Competition,56166 SW Waikakariki - Horseshoe Lake Stormwater Treatment Facility,23021404,20201209,20210127,20210304,,Sole Agency,No,,"To source a suitably capable Consultant for the provisions of professional services for the SW Waikakariki Horseshoe Lake Stormwater Treatment Facility Stage 1 - Concept Design. This will include: Initiation and gap analysis Technical site evaluation Options assessment Concept design Joint Proposal workshop to respond to any initial queries and provide generalised feedback meeting being held in mid January. Please contact the RFQ Information Contact Person to confirm your attendance.",Awarded,,0,20250410 Christchurch City Council,23527649,Request for Quotations,Closed Competition,Sub Main Renewal - New Brighton & Burwood,,20201110,20201202,20210118,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Renew 3720m of water supply sub-main.",Awarded,The Contract was awarded to Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is one hundred and twenty (120) Working Days.,741198,20250410 Christchurch City Council,23547960,Request for Proposals,Open Competition,Supply & Delivery of Large print & Talking Books,,20201218,20210205,20210609,Corporate,Sole Agency,No,,"1.1 Christchurch City Libraries is a network of 20 libraries located in the Christchurch and Banks Peninsula area plus a mobile library service. The Library serves a population base of approximately 387,700 people. 1.2 The Library has an annual allocation which is used for the purchase of large print and talking book material to be added to the physical lending collection. 1.3 Library resources are selected, ordered and managed through a centralised specialist team located at Library Content, 180 Smith Street, Christchurch 1.4 The library is intent on maintaining a leadership position in collection development and management and seeks to enter a partnership with a supplier who is able and willing to contribute to this achievement. 1.5 This RFP process seeks to identify such suppliers capable of supplying and processing large print and talking book material. Cataloguing of material is not required. 1.6 Christchurch City Libraries uses SirsiDynix Symphony as its Library Management System. Christchurch City Council uses SAP for all financial management.",Awarded,,0,20250410 Christchurch City Council,23558843,Request for Quotations,Open Competition,Mobile Fitness Application,23558843,20201127,20201216,20210513,Corporate,Sole Agency,No,,"In an ever-changing fitness market fitness applications are now becoming a standard in the fitness industry. To allow Council fitness facilities to stay relevant in a crowded market and to interact more effectively with members and citizens beyond our Recreation and Sport facilities. The purpose of this RFQ is to supply a mobile application and/or web based solution that allow council to offer a subscription on-demand model that allows citizens to access fitness workouts and wellness content at home or on their terms via a web platform and/or an application.",Not Awarded,,0,20250410 Christchurch City Council,23558910,Request for Quotations,Closed Competition,Ilex Pathway Extension,KI,20201104,20201125,20201210,Infrastructure,Sole Agency,No,,Renewal and upgrade to the existing pathway leading from the Ilex building towards the museum in the Botanical Gardens.,Awarded,,0,20250410 Christchurch City Council,23560773,Request for Quotations,Closed Competition,PS1077 Redwood Well 1 & Well 2 Renewal,,20210127,20210301,20210514,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. The scope of works may generally be summarised as everything required for the renewal of two wells at pump station (PS) 1077 Redwood. Note: that the Special Conditions have been amended.",Awarded,The Contract was awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred and forty (240) Working Days.,0,20250410 Christchurch City Council,23563797,Request for Quotations,Closed Competition,Hornby Centre Structural Peer Review,,20201104,20201123,20210226,Infrastructure,Sole Agency,No,n/a,The Christchurch City Council is seeking quotations from the market for supply of Hornby Centre Structural Peer Review as detailed in the attached RFQ.,Awarded,,49040,20250410 Christchurch City Council,23570839,Request for Tenders,Closed Competition,Buckleys Road Public Transport Hub,NW,20210201,20210226,20210707,Infrastructure,Sole Agency,No,,Public Transport Hub on Buckleys Road at Norwich Street and a signalised pedestrian crossing.,Awarded,,0,20250410 Christchurch City Council,23573477,Request for Quotations,Closed Competition,Wastewater Renewals - Fendalton & Riccarton,,20201216,20210201,20210412,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of the water mains, for the areas located along the alignments of Totara Street, Puriri Street, Balgay Street, Milnebank Street, Karamu Street, Field Terrace, Wharenui Road, Weka Street, Tui Street, Leinster Road, and Bristol Street in accordance with the Contract.",Awarded,The Contract was awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and seventy (270) Working Days.,0,20250410 Christchurch City Council,23594360,Request for Proposals,Open Competition,RFP for Supply of Smart Rubbish Bins,,20201123,20201204,20210108,Infrastructure,Sole Agency,No,Electronic responses only,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Supply of Smart Rubbish Bins to the Christchurch City Council. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Products and Services about their respective organisations and their ability to provide the Products and Services. This enables the Council to select and appoint a Supplier to provide the Product and Services. To align with our strategic aspirations, by awarding the contract to a Supplier, the Council intends to achieve: Award contract to a single Supplier with proven experience and track record in similar type, size and scale projects. Ideally the Council is looking for Suppliers with prior or current partnerships in supplying to other local government organizations. Select a Supplier with tailored methodology considering the location constraints, type of materials, key risks and hazards. Prospective Supplier capable of submitting competitive proposals that meet the Councils scope of services and technical performance requirements, whilst delivering value added and sustainable outcomes. Understanding of whether further efficiency, innovation and which value added initiatives can be delivered by Prospective Supplier. Clear visibility of total costs of ownership (whole of life costs) including capital and operational costs associated to the purchase on the smart bins.",Awarded,"The Contract has been awarded to Manco Environmental Limited (Bigbelly Bins). Contract price is $640,080",0,20250410 Christchurch City Council,23600510,Request for Proposals,Open Competition,Provision of the Christchurch Performing Arts Precinct Parking Building,,20201112,20201222,20211028,Infrastructure,Sole Agency,No,n/a,"Council is offering a unique opportunity for a successful developer or consortium that shares its vision for the central citys Performing Arts Precinct (PAP), to Design, Build, Own and Operate in perpetuity, a modern, highly attractive and suitably scaled parking building to serve the citys new cultural heart. Council will make the land available to the successful respondent on a long term lease, intended to exceed the buildings reasonable expected design life. Alternatively, and importantly subject to formal Council approval as part of any subsequent Agreement, respondents may make proposals for the purchase of the parking building land parcel from Council to enable full ownership of both the facility and its land by the respondent in perpetuity. Land has been set aside within the PAP for this building, enabling it to be located facing Gloucester Street, to the immediate west of the Isaac Theatre Royal and to the east of the planned new Court Theatre (to be located on the corner of Colombo and Gloucester Streets). The parking building must be suitably scaled, wholly sympathetic to and fully integrated with the nearby environment notably the existing Isaac Theatre Royal, Central Library (Turanga) and the new Convention Centre, Te Pae. Equally importantly, Council is seeking for it to integrate with emerging concept designs for the new Court Theatre to its west and the Performing Arts Precinct public realm to its west and north. At ground floor level, the design should lend itself to suitable occupation by activities appropriate to a performing arts precinct, and especially help to activate the planned central courtyard / public realm space to its immediate north. Respondents will be required to commit to the buildings substantive completion by 1 November 2022. Interactive Q&A sessions are available as part of this opportunity with requests to be made by 5pm Wednesday 18th November to the RFP contact person sessions will be a maximum of 1 hour and held at Civic Offices, 53 Hereford Street, Christchurch between Monday 23 November Thursday 26 November.",Awarded,"Preferred Proposal/ Respondent has been selected. Nothing has been awarded. The successful proposal is subject to the form of contract being agreed and executed by both parties, which if and when executed will be conditional on the sale of land included being approved by the Council following public consultation.",0,20250410 Christchurch City Council,23610148,Request for Proposals,Open Competition,Establishing a Panel for Ecology - Freshwater and Marine/Coastal Professional Consultancy Services,,20201217,20210129,20210226,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to establish a Panel for Ecology Professional Consultancy Services for undertaking a range of ecology, including water quality, related advisory and consultancy services to the Christchurch City Council",Awarded,,0,20250410 Christchurch City Council,23629706,Request for Proposals,Open Competition,Bluetooth Services for Traffic Travel Time Monitoring,,20201218,20210129,20210531,Operations,Sole Agency,No,,"Council is seeking a provider with demonstrated and relevant experience to supply, install, maintain and provide technical support for new Bluetooth sensors at specified locations around the city.",Awarded,,0,20250410 Christchurch City Council,23679309,Request for Quotations,Closed Competition,Kate Sheppard Memorial Walkway - Botanic Gardens,KI,20201126,20201209,20210304,Infrastructure,Sole Agency,No,,Gritted footpath renewal and river side concrete block retaining wall renewal,Awarded,,0,20250410 Christchurch City Council,23679502,Request for Quotations,Closed Competition,Armagh Street Footpath Renewal - Entrance to Botanic Gardens,KI,20201126,20201209,20210107,Infrastructure,Sole Agency,No,,Upgrade the existing gritted footpath to a new 2m wide asphaltic concrete path from the Armagh Street Bridge to the Botanical Gardens bridge entrance at the Armagh Street caraprk,Awarded,,0,20250410 Christchurch City Council,23701001,Request for Proposals,Open Competition,Diamond Harbour Wharf Upgrade,,20211018,20211124,20220526,Infrastructure,Sole Agency,No,,"The Contract Works is made up of three separable portions which are (which include but are not limited to the following): 1 Separable Portion 1: Existing Wharf Repairs and Upgrades (SP1): a) Repairs to existing wharf including but not limited to; Repair of piles, Replacement of timber decking, Replacement of timber handrails, Repairs of the timber stringer beams, Relocation of the crane. b) Upgrades to existing wharf including pedestrian shelter and new lighting. 2 Separable Portion 2: Piling for Pontoon (SP2): a) Piling for the new floating pontoon. b) Relocation of Swing Mooring. 3 Separable Portion 3: Construction of Pontoon and Gangway (SP3): a) Addition of new floating pontoon including piling and gangway to existing wharf (design and build).",Awarded,This contract has been awarded to Hunter Civil Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 8 Months.,0,20250410 Christchurch City Council,23718079,Request for Tenders,Closed Competition,SP19 Hospital Woodlands Walkway - Hard Surface Panel,KI,20201203,20201216,20210304,Infrastructure,Sole Agency,No,,To renew and upgrade of the existing Hospital Woodland gritted footpath to an Asphaltic concrete path.,Awarded,,0,20250410 Christchurch City Council,23718335,Request for Quotations,Closed Competition,SP20 Pinetum Pathway - Botanical Gardens,KI,20201203,20201216,20210305,Infrastructure,Sole Agency,No,,"To renew and upgrade the existing gritted footpath to a new Asphaltic concrete path, with the addition of a new section of path, creating a new link from the carpark to this path.",Awarded,,0,20250410 Christchurch City Council,23756424,Request for Quotations,Closed Competition,Lyttelton Brick Barrel Manhole Construction Batch 2,,20210902,20210922,20211110,Infrastructure,Sole Agency,No,n/a,"SCOPE OF WORKS Ten (10) manholes constructions which consist of six (6) new manholes and four (4) replacement manholes at various locations in the Lyttelton brick barrel conduits within or adjacent to the following addresses: New Manhole 50 Hawkhurst Road 52 Hawkhurst Road 11 Colerdige Street 58 Oxford Street 2 Winchester Street 11 Godley Quay Replacement Manhole 81 Canterbury Street (aka 22 Cornwall St) 50a Hawkhurst 60 Hawkhurst 12 Brittan Terrace",Awarded,This contract has been awarded to Citycare and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 162 Working Days.,0,20250410 Christchurch City Council,23761398,Request for Quotations,Open Competition,Wastewater CCTV Inspections FY21,,20210512,20210610,20210802,Infrastructure,Sole Agency,No,n/a,The purpose of this RFP is to invite Respondents to submit their Proposals for contract works packages to deliver the targeted programme of collection and assessment of CCTV footage of wastewater pipes.,Awarded,"The following contracts were awarded as follows: Package 1 - Central: City Care Limited Package 2 North East: InterGroup Limited Package 3 North West: InterGroup Limited Package 4 Sourthern: Mainland Pipline Inspections Limited Package 5 Western: InterGroup Limited Date of Commencement: 02/08/2021 Date of Expiry: 30/11/2021",0,20250410 Christchurch City Council,23779276,Request for Tenders,Open Competition,RFT for the Construction of OARC Otakaro Avon River Corridor - Dallington Landing,,20210504,20210603,20210830,Infrastructure,Sole Agency,No,Electronic submissions only,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the construction of Dallington Landing along the Avon River as a recreational (picnic in the forest) area which is part of the Otakaro Avon River Corridor Redevelopment. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. The proposed Contract Works for this RFT include: ? Sheltered as well as open seating areas ? Public toilets facility (supply and delivery of fully assembled Exeloo toilet Block model Jupiter Silver Double Unit JUP42DD will be free issued by the Council to the Contractor) ? Shared pedestrian and cycle pathway that will connect the landing with the nearby picnic areas and the public toilet facility ? Access to the rivers edge via gravel infill steps, with timber and boulder edged steps ? Associated landscaping (including plantation) as per the drawings",Awarded,The Contract was awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,23819551,Request for Quotations,Open Competition,Adult Cycle Skills training,23819551,20210107,20210126,20210527,Corporate,Sole Agency,No,,Christchurch City Council runs a number of programmes that promotes and encourages more cycling. To support our Aotearoa Bike Challenge promotions we wish to run some adult cycling training through Christchurch workplaces. Delivery will be over the month of February and the training will be on-road cycling targeted at people who wish to cycle on regular journeys.,Not Awarded,,0,20250410 Christchurch City Council,23846078,Request for Quotations,Closed Competition,Water Main Renewals - Diamond Harbour,,20210209,20210308,20210413,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works includes replacement of the water mains, predominately within the road reserves of Purau Ave, Waipapa Ave, Marine Drive, Whero Ave, Rawhiti St, and Te Ra Crescent in accordance with the Contract.",Awarded,The Contract was awarded to Utilities Infrastructure NZ Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred (200) Working Days.,0,20250410 Christchurch City Council,23846101,Request for Quotations,Closed Competition,Wastewater Renewals - Papanui & St Albans,,20210129,20210226,20210512,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of the wastewater mains, predominately within the road reserves of Tomes Rd, Rutland St, Scotson Ave, Norfolk St, Bennet St, Mays Rd, Tavendale Pl, Chapter St, Lingard St, Mathias St, Paparoa St, Claremont St. in accordance with the Contract.",Awarded,The Contract was awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and seventy (270) Working Days.,0,20250410 Christchurch City Council,23846129,Request for Quotations,Closed Competition,Wastewater Lift Station SCADA Renewals,,20210312,20210401,20210716,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: 1. Replacement of the monitoring and alarm system for all wastewater lift stations to upgrade, in accordance with the Contract.",Awarded,The Contract was awarded to Millennium Electrical Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Eighty (80) Working Days.,0,20250410 Christchurch City Council,23848700,Request for Quotations,Closed Competition,Water Main Renewals - Northcote,,20210209,20210308,20210420,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works includes replacement of the water mains, predominately within the road reserves of Fenchurch, Grosvenor, Paddington, Ealing, Camden, Uxbridge and Aldgate in accordance with the Contract.",Awarded,The Contract was awarded to Westroads t/a- Trenching Dynamix Ltd and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred (200) Working Days.,0,20250410 Christchurch City Council,23851344,Request for Proposals,Closed Competition,RFP for Design and Build of Christchurch Organic Processing Plant upgrade,,20210427,20210622,20210916,Infrastructure,Sole Agency,No,Electronic submissions only,"We would like to welcome all EOI Shortlisted Respondents to the subsequent and final tender stage based on a closed RFP. Christchurch City Council (the Council) is seeking proposals on the Organics Plant Upgrade project in this Request for Proposal (RFP) from shortlisted contractors (Respondents) who were selected based on their submissions to the open Expression of Interest (EOI). The purpose of this RFP is to invite Respondents to submit their Proposals to upgrade the current composting facility to increase the effectiveness of the composting process and reduce the potential for offensive and objectionable odour to travel beyond the site boundary. Environment Canterbury have issued an abatement notice to the Council requiring all offensive and objectionable odour from the facility to stop travelling beyond the site boundary by 31 January 2022. Although the full upgrades may not be completed within this timeframe, we encourage Respondents to consider how odour can be reduced from the facility as quickly as possible from the point this contract is executed. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to achieve: Value for money for Christchurch ratepayers and the wider community by selecting a Contractor that can provide the Contract Works in a manner that meets the Councils requirements for a competitive capital cost and with strong consideration of operational costs of the facility over the next 25 years; Environmental impact by selecting a Contractor that can provide sufficient guarantees that the discharge of odour from the facility will not be offensive and objectionable beyond the site boundary. Environmental sustainability by encouraging Respondents to consider power use, greenhouse gas emissions, potable water use and other environmental concerns when developing proposals; Social responsibility by ensuring Respondents have strong policies in this area, such as paying a Living Wage; Economic benefit by investing in regional resource recovery infrastructure that is industry leading and fit for purpose; Efficiency and effectiveness in the delivery of the Contract Works. and Continued service deliver",Not Awarded,"Three proposals submitted against this RFP were evaluated, however none of the proposals have been accepted by Council. Council has decided to cancel the current RFP process, in accordance with RFP clause 5.7 - Reservation of the Councils Rights.. Council intends to take the following actions: Carry out investigations into building a new organics processing facility. Council intends to approach the market as and when appropriate and in accordance with its procurement policies.",0,20250410 Christchurch City Council,23853633,Request for Quotations,Closed Competition,Water Main Renewals - Burnside,,20210212,20210311,20210524,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works includes replacement of the water mains, predominately within the road reserves of Grahams Road, Hounslow St and Rembrandt Place in accordance with the Contract.",Awarded,The Contract was awarded to Trenching Dynamix Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and fifty (250) Working Days.,0,20250410 Christchurch City Council,23863097,Request for Quotations,Closed Competition,Water Main & Wastewater Renewals - Riccarton Road (Matipo to Hansons),,20210217,20210323,20210524,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replace or repair wastewater and water supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,The Contract was awarded to Fulton Hogan Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is two hundred and twenty (220) Working Days.,0,20250410 Christchurch City Council,23887928,Request for Quotations,Closed Competition,Water Main Renewals - Colombo St Moorhouse Avenue Utility Tunnel,,20220601,20220706,20221004,Infrastructure,Sole Agency,No,n/a,"The Contract Works includes replacement of the water mains, predominately within the utility tunnel along Colombo Street underneath the Moorhouse Avenue overbridge in accordance with the Contract.",Awarded,This contract has been awarded to Hunter Civil Ltd and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,23897405,Request for Proposals,Open Competition,Project Management Services for CMUA Design & Construct Pre Contract Services Stage,1305,20210209,20210226,20210323,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite suitably qualified, experienced and resourced Project Management Consultants to submit proposals for Project Management and Design Management Services during the Design & Construct Pre Contract Services Stage (PCSA Stage) of the CANTERBURY MULTI-USE ARENA (CMUA) Project.",Awarded,,660000,20250410 Christchurch City Council,23897480,Request for Proposals,Open Competition,Christchurch Multi-Use Arena (CMUA) Design & Construct Pre Contract Services Stage - Design Verifier Services,1306,20210219,20210312,20220414,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite suitably qualified, experienced and resourced Design Consultants to submit proposals for Design Verifier Services during the Design & Construct Pre Contract Services Stage (PCSA Stage) of the CANTERBURY MULTI-USE ARENA (CMUA) Project.",Not Awarded,,0,20250410 Christchurch City Council,23904510,Request for Proposals,Open Competition,RFP for Sockburn Service Centre Demolition Works,,20210406,20210504,20210610,Infrastructure,Sole Agency,No,Electronic submissions only,"Background The scope of works includes the demolition of several buildings and structures at the Sockburn Service Centre site located at 149 Main South Road, Christchurch. Attached at the end of this Demolition Scope of Works document is an aerial map (Appendix 1) identifying the individual buildings at the Sockburn Service Centre site that are to be demolished. Building number referencing in this document is as per this map. This document is split into two sections being General Scope of Works and Detailed Scope of Works. The General Scope of Works is applicable to all buildings and structures to be demolished whereas the Detailed Scope of Works is applicable to individual buildings or structures. The following documentation is part of the RFP package and have been developed by the Council and its external parties to support the Respondents in preparing a quality response to the RFP. The Council is confident that these documents will provide the necessary support for a tailored and value added proposed.",Awarded,,0,20250410 Christchurch City Council,23920855,Request for Proposals,Open Competition,RFP for Water Supply Network Leakage Reduction Services,,20210303,20210331,20210525,Infrastructure,Sole Agency,No,Electronic submissions only,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Provision of Water Supply Network Leakage Detection Services. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services. To align with our strategic aspirations, by awarding the contract to a Supplier, the Council intends to achieve: ? Award contract to a single Supplier with proven experience and track record in similar type, size and scale projects. Ideally the Council is looking for Suppliers with prior or current agreement in place for water leakage detection services to other local government organizations. ? Select a Supplier with tailored methodology considering the location constraints, area zones, reporting requirements and hazards. ? Prospective Supplier capable of submitting competitive proposals that meet the Councils scope of services and technical performance requirements, whilst delivering value added and sustainable outcomes. ? Understanding of whether further efficiency, innovation and which value added initiatives can be delivered by Prospective Supplier. The Council invites Prospective Suppliers to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The Supplier will be carrying out Active Leakage Control (ALC) in the Council Water Loss Zones in the order of priority established by Council. Water loss zones range in size from 40 to 2000 connections and are intended to be surveyed over a 4 year period programme commencing on 1 May 2021.",Awarded,Contract has been awarded to Detection Services South Island Limited,0,20250410 Christchurch City Council,23928968,Request for Proposals,Open Competition,"St Asaph St Odour Treatment Design, Fabricate & Supply",,20210513,20210610,20210820,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council issues this RFP for a Contract for the detailed design, fabrication, delivery to site, pre and post installation inspection, testing, certification, commissioning, operations training and completion documentation for an odour treatment package (the Contract Works) as described in the Principals Requirements.",Awarded,The Contract was awarded to Armatec Environmental Limited and will start on a date to be advised by the Engineer's; the term of this Contract is One hundred and fifty eight (158) Working Days).,0,20250410 Christchurch City Council,23955589,Request for Proposals,Open Competition,"Request for Proposals (Part A) for the Ownership or Lease of the Apollo Projects Centre, based at Jellie Park, 295 Ilam Road, Christchurch",,20210224,20210414,20210721,,Sole Agency,No,,"Christchurch City Council is seeking the submission of proposals for community and not for profit groups who are interested in providing recreation services from the Apollo Projects Centre facility based at Jellie Park. This is an opportunity at access, and take responsibility for the facility.",Not Awarded,EOI only,0,20250410 Christchurch City Council,23980063,Request for Proposals,Open Competition,Principal Architect Professional Services (CMUA),23980063,20210316,20210330,20210511,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFP is to invite suitably qualified, skilled and experienced Principal Architects to submit proposals for Principals Architect Services during the Design & Construct Pre Contract Services Stage (PCSA Stage) of the Canterbury Multi Use Arena (CMUA) Project. The purpose of the Principal Architect role is to represent Christchurch City Council (the Client) and support and challenge the Contractor led design team to create and develop a design that aligns with the Project vision, objectives and fundamental requirements in relation to: precinct design; external building architectural form and finishes cultural context and narrative corporate spaces offering The Principals Architect is to collaboratively work with all parties involved in the PCSA Stage of the CMUA to the Councils requirements as specifically described in the RFP under Section B Scope and Specification",Awarded,,0,20250410 Christchurch City Council,23980167,Request for Tenders,Open Competition,Playground Equipment Installation,,20210713,20210802,20210907,Infrastructure,Sole Agency,No,n/a,"This tender is to source a suitably capable Contractor to for the installation of Playground Equipment. The Contract Works for this shall include, but are not limited to: Removal of existing play equipment and associated landscaping/furniture Installation of new play equipment, edging and other associated landscaping (to the NZ Playground Standards NZS 5828:2015) Construction of paths/hard surface areas in parks to connect to play spaces Installation of park furniture (such as seats, tables, rubbish bins, drinking fountains, signage, basketball hoops etc) Installation of new safety surfacing/softfall (including liaising with suppliers) Planting around play space areas (including preparation of garden beds) Reinstatement of turf/garden areas",Awarded,This contract has been awarded to Citycare Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is twelve (12) Months.,0,20250410 Christchurch City Council,23981372,Request for Proposals,Open Competition,Mona Vale gatehouse Lease,,20210413,20210607,20210721,,Sole Agency,No,,"Christchurch City Council is requesting proposals from creative organisations for a 1-3 year lease of the Mona Vale Gatehouse for the provision of creative residencies. The objective of this RFP process is to obtain sufficiently detailed information from prospective Suppliers about their organisations. Such information will enable the Council to select and enter into a Lease Agreement with the preferred Respondent at the end of the RFP process. Located three kilometres from the central city and set in the historic and picturesque Mona Vale Gardens, this two story, generous three bedroom house plus external washhouse presents a unique opportunity for organisations to host artists, and support local arts events and festivals. The Gatehouse is set within a heritage garden area which offers a range of opportunities to host outdoor events and programmes. If you are a not-for-profit arts organisation, tertiary provider, arts funder, or other local creative entity we would love to hear how your organisation would use the Gatehouse to further your programmes while supporting arts and creative development in the city and peninsula. The lease for this RFP shall include, but is not limited to: Hosting creative residencies at the Mona Vale Gatehouse; Developing and delivering associated public programmes; Providing pastoral care and support of resident artists; Providing good management of the property.",Not Awarded,,0,20250410 Christchurch City Council,23982182,Request for Proposals,Open Competition,Supply and Maintenance of Fitness Equipment,,20210524,20210617,20210907,Operations,Sole Agency,No,n/a,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Supply and Maintenance of Fitness Equipment. This will include providing support services for all Recreation and Sport Centres managed by the Christchurch City Council.",Awarded,This Contract has been Awarded to Advanced Fitness Distribution Limited.,0,20250410 Christchurch City Council,23983737,Request for Quotations,Closed Competition,Water Main Renewals - Ilam Riccarton,,20210310,20210408,20210602,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replace or repair water supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,The Contract was awarded to Downer New Zealand Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred and ninety (290) Working Days.,0,20250410 Christchurch City Council,23983744,Request for Proposals,Closed Competition,Construction of the Christchurch Performing Arts Precinct,,20220525,20220629,20221021,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council (the Council) seeking from suitably qualified contractors (Respondents) to working with Council and their project partners The Court Theatre. Along with the wider project team, The Respondent is to take the vision of the new The Court Theatre building and the wider public spaces within the Performing Arts Precinct and make it a reality.",Awarded,,0,20250410 Christchurch City Council,23984314,Request for Quotations,Closed Competition,Water Main Renewals - Beckenham Cashmere,,20210401,20210503,20210705,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works includes replacement of the water mains, predominately within the road reserves of Hollis Ave, Centaurus Rd, Palatine Tce, Herbs Pl, Eastern Tce.",Awarded,The Contract was awarded to Schick Civil Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred and sixty (260) Working Days.,0,20250410 Christchurch City Council,23985288,Request for Quotations,Closed Competition,Waimari Stream Lining Work Package 1,MD-2021,20210427,20210512,20210527,Infrastructure,Sole Agency,No,,"Replacement of existing timber linings life along Waimairi Stream in Fendalton at the following properties: 67B Fendalton Road 100A Harakeke Street 9 Daresbury Lane. Replacement is considering removal of the timber lining and providing a bank treatment that enhances the ecology of the stream for biodiversity and improved flow capacity.",Awarded,,0,20250410 Christchurch City Council,24006362,Request for Proposals,Open Competition,Turf Consultancy Services,,20220630,20220721,20221007,Infrastructure,Sole Agency,No,n/a,"The Services for this RFP shall include, but are not limited to: Capital Development & Asset Renewal Capital Works Sports Turf Condition Assessment Turf Seasonal Renovation Assessments The provision of specific Turf Advice Laboratory Analytical and Testing Services",Awarded,,0,20250410 Christchurch City Council,24011547,Request for Quotations,Closed Competition,Upper Heathcote Storage Optimisation Contract Monitoring and Administration,MD-2021,20210301,20210312,20210712,Infrastructure,Sole Agency,No,,"Scope of works includes provision of Engineer's Representative, ,construction monitoring and design support resources to manage electrical and radio frequency communications physical works contracts. The services are to be completed in accordance with the Technical Services and Design Statement of Works for contract monitoring and administration. The physical works that are to be managed by the Engineer's Representative includes three separate contracts as follows: 1. Pages Road Communications Pole Removal and Relocation 2. Pages Road Radio Migration 3. Upper Heathcote Storage Optimisation",Not Awarded,This tender was replace with 24189661,0,20250410 Christchurch City Council,24052564,Request for Proposals,Open Competition,Outplacement Services,24052564,20210610,20210630,20210820,Corporate,Sole Agency,No,,"The Council is seeking good quality, comprehensive Outplacement services for redundant Council employees during the Councils restructuring processes. At the conclusion of restructuring processes redundant employees are offered Outplacement services which they can choose to take up. The Council is also seeking good quality and comprehensive career counselling/coaching services for when the Council requires career coaching services for staff on an ad-hoc basis.",Awarded,,0,20250410 Christchurch City Council,24061487,Request for Quotations,Closed Competition,Water Main Renewals - Lyttelton,,20210409,20210510,20210806,Infrastructure,Sole Agency,No,n/a,,Awarded,The Contract was awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred (200) Working Days.,0,20250410 Christchurch City Council,24074304,Request for Quotations,Closed Competition,Cressy Terrace Tennis Courts,KI-2021,20210310,20210331,20210421,Infrastructure,Sole Agency,No,,"Renewal of existing tennis court surface. Please note, the EMP will be forwarded as an NTT.",Awarded,,0,20250410 Christchurch City Council,24074839,Request for Quotations,Closed Competition,Park Terrace Footpath - Hagley Park,KI-2021,20210311,20210331,20210421,Infrastructure,Sole Agency,No,,Upgrading of the existing footpath along Park Tce in Hagley Park,Awarded,,0,20250410 Christchurch City Council,24074877,Request for Quotations,Closed Competition,SW Flood Management LDRP 521 Stage 1 Waitaki Street Contract 1,,20210816,20210920,20211115,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The project area is located near Knights Drain Stormwater Pump Station (PS232) which is to be developed with a new stopbank, tidal wetland and stormwater treatment facility in the Christchurch Red Zone, between Pages Road, Anzac Drive and Otakaro Avon River.",Awarded,This contract has been awarded to Downer New Zealand and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 100 Working Days,0,20250410 Christchurch City Council,24074886,Request for Quotations,Closed Competition,SW Flood Management LDRP 521 Waitaki Street Contract 2,,20211027,20211130,20220204,Infrastructure,Sole Agency,No,n/a,"The Contract Works can generally described as the following, in accordance with the Contract: Stopbank core construction PS204 Demolition and removal Orion Substation Demolition and removal Mitcham Pl road removal",Awarded,This contract has been awarded to John Fillmore Contractor and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 200 Working Days,0,20250410 Christchurch City Council,24075979,Request for Proposals,Open Competition,For the Lease and Operation of Caf Premises At Parklands Library,,20210317,20210428,20210721,,Sole Agency,No,,Cafe premises for lease within Suburban Library,Awarded,,0,20250410 Christchurch City Council,24077422,Request for Tenders,Open Competition,Decontamination Works at Christchurch Performing Arts Precinct,,20210805,20210913,20211105,Infrastructure,Sole Agency,No,n/a,Christchurch City Council (the Council) is seeking responses from suitably qualified contractors (Respondents) who are interested in working with Council and their project partners The Court Theatre to undertake an early works package for a new The Court Theatre building.,Awarded,The Contract was awarded to Protranz Earthmoving Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Eighty Four (84) Working Days.,0,20250410 Christchurch City Council,24083785,Request for Tenders,Closed Competition,Bontanic Gardens Native Area Boardwalk,KI-2021,20210312,20210331,20210719,Infrastructure,Sole Agency,No,,Construction of timber boardwalks and amendments to existing gritted paths,Not Awarded,RJSJ Building Limited,0,20250410 Christchurch City Council,24086734,Request for Tenders,Closed Competition,Diamond Harbour Memorial Gardens Cemetery Green Burial Area,AS-2021`,20210324,20210412,20210810,Infrastructure,Sole Agency,No,,"The installation of a gritted footpath, new landscap areas and the layout of full green burial plots and ash plots and the installation of park seats.",Awarded,,0,20250410 Christchurch City Council,24095784,Request for Tenders,Closed Competition,Ruru Lawn Cemetery Concrete Beam Renewal Block 31,AS-2021,20210324,20210407,20210806,Infrastructure,Sole Agency,No,,The supply and installation of concrete burial beams within the area of Ruru Lawn Cemetery where there are existing burials. Existing in-ground plaques are to be lifted and reinstalled on to new burial beams when complete.,Awarded,,0,20250410 Christchurch City Council,24099418,Request for Tenders,Closed Competition,Memorial Park Cemetery Extension,AS-2021,20210510,20210526,20210616,Infrastructure,Sole Agency,No,,"The installation of new landscape areas, concrete burial beams, an asphalt footpath and the supply and installation of park seats and post and cable fences.",Awarded,,0,20250410 Christchurch City Council,24123097,Request for Quotations,Closed Competition,Wastewater Renewals - Edgeware,,20210401,20210503,20210702,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of the wastewater mains, predominately within the road reserves of Allard St, Edward Ave, Geraldine St, Cleveland St in accordance with the Contract.",Awarded,The Contract was awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred and seventy (270) Working Days.,0,20250410 Christchurch City Council,24144403,Request for Quotations,Closed Competition,Le Bons Bay Landfill Remediation,RL-2021,20210420,20210505,20210819,Infrastructure,Sole Agency,No,,"Removal of landfill waste from Le Bons Bay Landfill to Kate Valley. Once all waste has been cleared from the site, soil sampling will be undertaken of the underlying base material for contamination testing. Survey as built of base grade surface. Once the site is confirmed clear of visible waste, contractor to regrade any abrupt changes in the surface profile before spreading topsoil and hydroseeding or vegetation planting completed to CCC requirements.",Awarded,,0,20250410 Christchurch City Council,24146086,Request for Quotations,Closed Competition,Pump Station 60 Stage 2 Upgrade,,20210624,20210804,20211110,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. The scope of works may generally be summarised as everything required for the upgrade of wastewater pump station 60, including but not limited to the following: Conversion of a dry well into a wet well Refurbishment of a wet well repurposed as an inlet chamber Two new submersible pumps and associated discharge piping New valve chamber and associated upstream/downstream piping New electrical and control system New pump building with lifting system Demolition and removal works as required.",Awarded,This contract has been awarded to City Care and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 180 Working Days.,0,20250410 Christchurch City Council,24149315,Request for Tenders,Closed Competition,Removal of Existing Rubbish Bins from Community Parks,JG-2021,20210423,20210512,20210819,Infrastructure,Sole Agency,No,,Removal of existing rubbish bins from Community Parks.,Awarded,Tender awarded,0,20250410 Christchurch City Council,24156323,Request for Quotations,Closed Competition,Wastewater Renewals Woolston 2,,20210504,20210531,20210816,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of the wastewater mains, predominately within the road reserves of Edmonds St, Randolph St, Marcroft Pl, Manning St, Wildberry St, Hopkins St, Ferry Rd and Okeover St in accordance with the Contract.",Awarded,The Contract was awarded to John FIllmore Contracting Limited and will start on a date to be advised by the Engineer's; the term of this Contract is Two hundred (200) Working Days).,0,20250410 Christchurch City Council,24156330,Request for Quotations,Closed Competition,Wastewater Renewals Spreydon 2,,20210527,20210630,20210816,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of the wastewater mains, predominately within the road reserves of Edinburgh, Hinemoa, Nairn, Neville, Lyttelton, Torrens, Dundee, Somers, Hillier in accordance with the Contract.",Awarded,The Contract was awarded to John FIllmore Contracting Limited and will start on a date to be advised by the Engineer's; the term of this Contract is Two hundred and Fifty (250) Working Days).,0,20250410 Christchurch City Council,24156369,Request for Quotations,Closed Competition,"Wastewater Renewals Woolston, Spreydon & Papanui Lining",,20210519,20210630,20210914,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Trenchless - lining work for the wastewater mains, predominately within the road reserves of Ferry Road Carriageway, Ferry Road (Footpath/Carriageway), Lyttelton Street/McLeish Lane, Dundee Street, Hoani Street, Perry Street, Digby Street, Rasen Place, Geraldine Street and Edinburgh Street. in accordance with the Contract.",Awarded,,0,20250410 Christchurch City Council,24160006,Request for Quotations,Closed Competition,Wastewater Renewals North New Brighton 2A,,20210616,20210713,20210816,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: Replacement of the wastewater mains, predominately within the road reserves of Ascot, Randwick, Flemington, Beach and Bower in accordance with the Contract.",Awarded,The Contract was awarded to Dormer Construction Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is One hundred and sixty five (165) Working Days.,0,20250410 Christchurch City Council,24161911,Request for Tenders,Closed Competition,Pages Road Radio Migration,MD-23121712,20210401,20210415,20210527,Infrastructure,Sole Agency,No,,"Pages Road Radio Migration includes: 1. Services transfer from the old to the new building and commissioning thereof, 2. Transfer of the Tsunami warning system 3. Removal of services from the 20m mast to aid relocation by others 4. Detailed change-over plan that shall list devices by name, tag number and IP address to aid Council IT in planning",Awarded,,0,20250410 Christchurch City Council,24162392,Request for Quotations,Closed Competition,Well Renewal Works Blighs Well 03,,20210520,20210618,20211015,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. The scope of works may generally be summarised as everything required for the renewal of well 03 at Blighs water supply pump station. Note that the Special Conditions have been amended.",Not Awarded,The Contract was awarded to CityCare Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Two hundred and forty (240) Working Days.,0,20250410 Christchurch City Council,24162397,Request for Quotations,Closed Competition,Well Renewal Works Spreydon Well 02 & 03,,20210913,20211008,20211124,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. The scope of works may generally be summarised as everything required for the renewal of well 02 and well 03 at Spreydon water supply pump station. Note that the Special Conditions have been amended.",Awarded,This contract has been awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 240 Working Days,0,20250410 Christchurch City Council,24189661,Request for Quotations,Closed Competition,Upper Heathcote Storage Optimisation Contract Monitoring and Administration,MD-24011547,20210412,20210423,20210701,Infrastructure,Sole Agency,No,,"Scope of works includes provision of Engineer's Representative, ,construction monitoring and design support resources to manage electrical and radio frequency communications physical works contracts. The services are to be completed in accordance with the Technical Services and Design Statement of Works for contract monitoring and administration. The physical works that are to be managed by the Engineer's Representative includes three separate contracts as follows: 1. Pages Road Communications Pole Removal and Relocation 2. Pages Road Radio Migration 3. Upper Heathcote Storage Optimisation",Awarded,,0,20250410 Christchurch City Council,24198470,Request for Quotations,Open Competition,Supply of Steel for Piling - Construction of Hornby Centre,1351,20210422,20210429,20210831,Infrastructure,Sole Agency,No,,"The Christchurch City Council is constructing a new library, service centre and swimming pool complex on Kyle Park in Hornby: the Hornby Centre. The building will have a piled foundation. The Christchurch City Council is seeking quotations from the market for supply of steel for piling as detailed in this RFQ.",Not Awarded,Awarded to Steel & Tube Holdings Limited,0,20250410 Christchurch City Council,24198850,Request for Proposals,Open Competition,Battery Re-cycling,,20210730,20210826,20211001,Infrastructure,Sole Agency,No,,"Collection and servicing of battery collection points, Sorting and aggregation of collected batteries for processing or export, reporting on volumes of batteries collected and volumes processed.",Awarded,,0,20250410 Christchurch City Council,24209438,Request for Quotations,Closed Competition,Papanui Creek and Upper Dudley Diversion Timber Drain Renewal,,20210702,20210805,20210917,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The scope of the Contract Works can generally be described as the like-for-like replacement of approx. 120m of timber lining within Papanui Creek and remedial work of timber lining within Dudley Creek (Paparoa Street to PS219) in accordance with the Contract.",Not Awarded,,0,20250410 Christchurch City Council,24209451,Request for Quotations,Closed Competition,Mairehau Drain Timber Lining Renewal,,20210917,20211014,20211130,Infrastructure,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: This Project is for a like-for-like replacement of approx. 430m of timber lining within Mairehau Drain in the section between Westminster Street and Crosby Street.",Awarded,This contract has been awarded to Westroads Ltd T/A Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 80 Working Days,0,20250410 Christchurch City Council,24225901,Request for Proposals,Open Competition,Roading Maintenance,,20220315,20220518,20220902,Infrastructure,Sole Agency,No,n/a,,Awarded,"The North portion of contract has been awarded to HEB Construction and will start on 1 October 2022 The Central portion of contract has been awarded to HEB Construction and will start on 1 October 2022 The South portion of contract has been awarded to Higgins Contractors and will start on 1 October 2022",0,20250410 Christchurch City Council,24235499,Request for Proposals,Open Competition,Pavement and Utilities Investigations Panel,,20230508,20230616,20230814,Infrastructure,Sole Agency,No,,"The Council has developed specific requirements surrounding Pavement and Utilities Investigation services. These services are vital to limit risk when performing roading projects, and it is pivotal that these services are procured in an efficient manner in order to receive the benefits they allow. There are three Council teams requiring Pavement and Utilities Investigation services, these are Traffic, Transport and 3 Waters. The Goods and/or Services for this RFP shall include, but are not limited to: ? GPR ? Coal tar ? Survey ? Potholes ? Boreholes including laboratory tests ? Scala Penetrometer test ? Pipe CCTV ? Reinstatement ? Traffic Management Plan ? Liaise and Manage Subcontractors ? Reports",Awarded,"This contract has been awarded to CORDE Limited, Isaac Construction Limited and Lucas Haining Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 3+1+1 years.",0,20250410 Christchurch City Council,24281817,Request for Proposals,Open Competition,"11 Sawmill Road, Takamatua - Grazing of Land",,20210512,20210609,20220701,Corporate,Sole Agency,No,,"Request for Proposal (RFP) for grazing at 11 Sawmill Rd, Takamatua (114.77ha) The Christchurch City Council recently acquired the above land for 3 Waters irrigation purposes and would like to hear from people interested in assisting the Council in management of the land by way of grazing. The Council is looking for a grazier to enter into a grazing licence and invites proposals from interested parties.",Awarded,,0,20250410 Christchurch City Council,24298159,Request for Proposals,Open Competition,Waste Water Laterals Panel - Christchurch City Council,,20211108,20211215,20220520,Infrastructure,Sole Agency,No,n/a,"The purpose of this Tender is to set up a Contractor Panel to improve the procuring process for Council of Christchurch Region Waste Water Laterals works. The purpose of this RFP is to invite Prospective Contractor Tenderers to submit a Proposal for the Panel. This Panel will cover all Waste Water Lateral Works (renewal and repair. A repair is limited to a section of pipe only i.e. 3m in length. A renewal is full replacement of the Council owned lateral typically 9-10m and will included connection into the main. There are three Technical Categories of Specification: A. Investigative Services B. Shallow Works C. Deep Works [Specialist Works] Please refer to attachments for further information.",Awarded,"This contract has been awarded to the following contractors: Aqua Pro Plumbing CORDE Ltd (previously Blakely Construction) GN Brewer Pipe Medic Pooman Stewart Civil Ltd (Drainman) Total Drainage & Excavation Wallace Blocked Drains Ltd The duration of the contract is 3 years.",0,20250410 Christchurch City Council,24320907,Request for Quotations,Closed Competition,St Asaph St Odour Treatment Connection & Installation,,20211101,20211208,20220127,Infrastructure,Sole Agency,No,n/a,"Scope Outline: The scope of the Contract Works can generally be described as installation and connection of an odour treatment unit to the Western Interceptor via construction of a manhole and pipework in accordance with the Contract.",Awarded,This contract has been awarded to Hunter Civil and will start on a date to be advised by the Engineer's Rep. Contract duration: Separable Portion 1: 30 Working Days; Separable Portion 3: 30 Working Days.,0,20250410 Christchurch City Council,24327646,Request for Proposals,Open Competition,Mobile Temporary Seating & Bleachers - Christchurch City Council,,20210901,20210922,20240515,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of mobile temporary seating for Parakiore Recreation and Sport Centre (formerly known as Metro Sports Facility), and other Council owned facilities, and bleachers for Cowles indoor stadium. Please refer to RFP and attached documents for more information.",Not Awarded,Decision was made to not go ahead with this RFP. Refer Trim Reference 21/1753278,0,20250410 Christchurch City Council,24337079,Request for Proposals,Closed Competition,Water Meter Reading,,20210820,20210906,20210930,,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,24337949,Request for Quotations,Closed Competition,Remote Working Solution,,20210601,20210622,20210927,,Sole Agency,No,,The current Council Virtual Desktop Infrastructure (VDI) is at the end of the system lifecycle and based on outdated information about Council (e.g. Post-earthquake) and assumptions about current needs. A decision needs to be made to either upgrade to the latest version or invest in alternatives and implement the decided future Remote Working capability/service offering for Council.,Awarded,,0,20250410 Christchurch City Council,24338588,Request for Quotations,Closed Competition,Wastewater Renewals Avonhead Road & Fifield Terrace,,20210706,20210817,20211126,Infrastructure,Sole Agency,No,n/a,"The scope of this procurement is the construction works of wastewater projects on Avonhead Road and Fifield Terrace. These projects are to replace or repair wastewater assets that need to be upsized due to additional growth areas identified nearby. Due to their similarities, Council will be tendering them as a bundle of two projects. Avonhead Road This project area encompasses Avonhead Road between numbers 355 & 485, or roughly Kingham Place and Burnside Park. 850m of new DN375 sewer main pipe. 850m of new collector pipes to run between manholes. Laterals to property boundaries. Fifield Terrace This project area also encompasses Fifield Terrace between Ensors Road and Acorn Close. 90m of New DN600 sewer main pipe. Please refer to attachments for further information.",Awarded,,0,20250410 Christchurch City Council,24342736,Request for Tenders,Closed Competition,Major Cycleways Rapanui Shagrock Section 3b (Charlesworth Reserve),AT-2021,20210526,20210616,20210722,Infrastructure,Sole Agency,No,,To construct a new cyclepath through Charlesworth Reserve,Awarded,,0,20250410 Christchurch City Council,24360111,Request for Tenders,Closed Competition,Akaroa Seawall Repairs - Beach Road and Recreation Grounds,SG-2021,20210705,20210728,20210922,Infrastructure,Sole Agency,No,,"Beach Road - construction of a new rock revetment and repairs to the existing seawall, and filling of voids along the esplanade. There are heritage items that will require protection during construction period. Recreation Grounds trenching to form a new compacted aggregate seawall and placement of rock. Landscape planting on top of the wall. This area is adjacent to an old landfill. There is approximately 15m3 of material containing asbestos that requires removal Council presentation will be held on Thursday 8 July 2021 at 12.30pm, Civic Offices Function Room, First Floor.",Awarded,,0,20250410 Christchurch City Council,24415810,Request for Quotations,Closed Competition,Wastewater Renewals North New Brighton 2B,,20210804,20210914,20211102,Infrastructure,Sole Agency,No,n/a,"Scope Outline: Replacement of the wastewater mains, predominately within the road reserves of Ascot and Bower in accordance with the Contract.",Awarded,This contract has been awarded to Westroads T/A Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 215 Working Days,0,20250410 Christchurch City Council,24416471,Request for Proposals,Open Competition,"Supply, Installation, Maintenance & Management of a Parking Solution for the Parakiore Recreation & Sport Centre",,20210930,20211102,20211209,,Sole Agency,No,,"The Council has a requirement for an end to end parking solution for the Parakiore Recreation Sport Centre (Parakiore). Parakiore was formerly known as the Metro Sports Facility. The overall parking solution is intended to involve the supply of hardware and software, installation, ongoing maintenance and 24/7 management (the Parking Solution). The purpose of this RFP is to invite prospective Suppliers to submit Proposals for Supply, Installation, Maintenance and Management of a Parking Solution for Parakiore.",Awarded,,0,20250410 Christchurch City Council,24422299,Request for Tenders,Closed Competition,Moncks Bay - Coastal Pathway - RFT - Christchurch City Council,,20210614,20210802,20211013,Infrastructure,Sole Agency,No,n/a,"This Procurement is for the completion of the Monck's Bay Coastal Pathway from 165 Main Road (at 440m) to Shag Rock (at 1,100m). The Contract is in 5 Separable Portions. Please refer to the attachments for further detail. Please list any queries in the Q&A Section of this GETS listing.",Awarded,"This contract has been awarded to Fulton Hogan Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is; ? SP1 Two hundred (200) Working Days ? SP2 Two hundred and three (203) Working Days ? SP3 Sixty one (61) Working Days ? SP4 Two hundred and seventy six (276) Working Days ? SP5 One hundred and seventy seven (177) Working Days",0,20250410 Christchurch City Council,24439963,Request for Tenders,Closed Competition,"MCR South Express, Section 4 Paparua Reserve to Main South Road Craven Street Section 6H Hei Hei Road",DH-2021,20210713,20210811,20211214,Infrastructure,Sole Agency,No,,Construct cycleway between Crave Street and Hei Hei Road.,Awarded,,0,20250410 Christchurch City Council,24456657,Request for Proposals,Open Competition,Ocean Outfall Maintenance - Christchurch City Council,24456657,20220208,20220304,20220524,Infrastructure,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Ocean Outfall Maintenance services.,Awarded,This contract has been awarded to New Zealand Diving and Salvage and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 5 years,0,20250410 Christchurch City Council,24469829,Request for Tenders,Closed Competition,The Palms Mall Bus Stop Relocation,AP-2021,20210628,20210714,20210819,Infrastructure,Sole Agency,No,,"Bus stop relocation in New Brighton Road i.e kerbs, channels, stormwater pipework, paths and road shoulders etc. Defects Liabilities : 24 months for trees and 12 months for roadworks",Not Awarded,Please refer to TD24551909,0,20250410 Christchurch City Council,24485334,Request for Tenders,Open Competition,Cowles Stadium Mechanical and Bathroom Upgrade,,20210831,20210927,20220118,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the removal of the diesel burner and installation of new electrical heating and cooling system and reconfiguring and refurbishment of bathrooms. We are seeking a single head contractor who can manage the delivery of building, mechanical, electrical and plumbing services.",Awarded,The Contract was awarded to City Care Limited Limited and will start on a date to be advised by the Engineer's Rep. The term of this Contract is Seventy Nine (79) Working Days.,0,20250410 Christchurch City Council,24486225,Request for Proposals,Open Competition,Onuku Landfill Remediation,,20220325,20220502,20220623,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFP is to invite Respondents to submit their Proposals for Onuku Landfill Remediation. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Supplier to provide the Contract Works.",Awarded,This contract has been awarded to Taggart Earthmoving Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 60 Working Days.,0,20250410 Christchurch City Council,24499430,Request for Tenders,Closed Competition,Tramway Maintenance - Electrical,,20230120,20230301,20230516,Operations,Sole Agency,No,,"The Contract Works for this RFT shall include, but are not limited to: Require regular or planned electrical inspections and associated unscheduled maintenance to fulfil this scope. Inspections are planned and should be carried out in quarterly periods within the Financial Year over the Contract Works Period. Inspections are to be reported to outline the condition of affected assets with recommendations to repair, and or fix reported faults. Reports are to include an executive summary and asset condition list and are to be submitted within reasonable timeframes to Council for review and consultation to repair or replace assets as required in a timely manner. Unscheduled Maintenance are random activities stemming from unexpected asset deterioration due to unforeseen activities or accidents, ie Health and Safety issues, earthquakes, power outage, car hit pole, and fallen tree scenarios, etc. Unscheduled Maintenance is to be reported to Council as soon as practicable for review and consultation to repair or replace assets as required in a timely manner. Work pertaining from Inspection Reports is to be paid under a Quarterly lump sum governed by clause 2.2 of the contract (calculated based of the number of Affected Assets) Unscheduled Maintenance caused by random activities causing damage is paid as a measure and value governed by clause 2.3 of the contract. Ordered Works includes two further work types: (1) supply and installation tram overhead and power supply infrastructure (2) design and project management in respect of tram overhead and power supply infrastructure. The management of all work including financial costs is to be logged and recorded in RAMM. The network area is defined by the Tram rail system within the Christchurch Central Business District.",Not Awarded,This contract has been awarded to Connetics Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 36 Months.,0,20250410 Christchurch City Council,24519083,Request for Quotations,Open Competition,"Sound System Upgrade for Pioneer, Cowles and a Portable Unit",,20210802,20210915,20211126,,Sole Agency,No,,The Christchurch City Council is seeking quotations from the market for supply of Sound System Upgrade for Pioneer Cowles and a Portable Unit as detailed in the attached RFQ.,Awarded,This Contract has been awarded to Spectrum Lighting and Sound Limited.,0,20250410 Christchurch City Council,24521780,Request for Proposals,Open Competition,Digital Billboard,,20220124,20220228,20230801,Corporate,Sole Agency,No,,The Council is seeking proposals from prospective suppliers for the provision of a digital billboard at Parakiore Recreation and Sport Centre (Parakiore). Parakiore was formally known as Metro Sports Facility.,Awarded,,0,20250410 Christchurch City Council,24525784,Request for Proposals,Open Competition,Invoice and Payment Solution,24525784,20211102,20211202,20230228,Corporate,Sole Agency,No,,As part of Councils digitalisation and modernisation strategy Council seeks to implement an electronic invoice receipt and management solution. The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for an invoice and payment solution.,Awarded,,0,20250410 Christchurch City Council,24526452,Request for Tenders,Open Competition,Coronation Hall Repairs,,20220927,20221031,20230322,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFT is to invite Tenderers to submit their Tenders to carry out works to renovate the Coronation Hall to allow for occupancy: repair the fire damage, meet any code requirements (fire and accessible) and ensure the building is fit for occupancy taking into account the heritage fabric.",Awarded,This contract has been awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 121 Working Days.,0,20250410 Christchurch City Council,24534632,Request for Quotations,Closed Competition,CWTP Oxidation Ponds Security Fencing,,20220614,20220720,20220905,Infrastructure,Sole Agency,No,n/a,,Awarded,This contract has been awarded to Seipp Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is Ninety (90) Working Days.,0,20250410 Christchurch City Council,24534705,Request for Quotations,Closed Competition,Knights Drain Stormwater Basin,,20220913,20221028,20230111,Infrastructure,Sole Agency,No,n/a,"Construction of a Stormwater Basin which includes earthworks, ground improvement, inlet/outlet structures, and landscape planting.",Awarded,This contract has been awarded to Downer New Zealand Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 150 Working Days,0,20250410 Christchurch City Council,24546195,Request for Quotations,Closed Competition,Milns Wetland Cell and Bund Construction Eastman Wetland,,20211102,20211130,20211222,Infrastructure,Sole Agency,No,n/a,"Scope Outline The Contract Works can generally be summarised as the construction of approx. 2ha internal wetlands as part of Eastman Wetland and approx. 800m of structural bund, including landscaping of the new wetland cells and bund, all in accordance with the Contract.",Awarded,This contract has been awarded to Grounds & Services Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 75 Working Days for Separable Portion 1 and 25 Working Days for Separable Portion 2.,0,20250410 Christchurch City Council,24551909,Request for Tenders,Closed Competition,The Palms Bus Stop Relocation,24469829,20210715,20210721,20210813,Infrastructure,Sole Agency,No,,"Bus stop relocation in New Brighton Road i.e kerbs, channels, stormwater pipework, paths and road shoulders etc. Defects Liabilities : 24 months for trees and 12 months for roadworks AS PER NTT #5, PLEASE NOTE THIS TENDER CLOSED ON WEDNESDAY 21 JULY AT 12.00PM. WE INADVERTANTLY CLOSED IT OFF TODAY. OUR APOLOGIES. There are no changes to the documents uploaded on 24469829 Please upload your responses to this tender number. Thank you.",Awarded,,0,20250410 Christchurch City Council,24562120,Request for Quotations,Closed Competition,WSSP Demonstrably Safe Reservoir Works Package 1,,20220214,20220311,20220407,Infrastructure,Sole Agency,No,n/a,,Awarded,This contract has been awarded to Seipp Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 166 Working Days,0,20250410 Christchurch City Council,24599173,Request for Proposals,Open Competition,"Bulk Mail Printing, Processing & Delivery",,20220808,20220905,20221219,,On behalf of procurement agent,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for bulk mail printing, processing & delivery.",Awarded,,0,20250410 Christchurch City Council,24599850,Request for Proposals,Open Competition,Funding and Grants Management System,,20210928,20211103,20220513,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for a funding and grants management solution.,Not Awarded,Awarded to SAP who submittal internally,0,20250410 Christchurch City Council,24619808,Request for Quotations,Closed Competition,Banks Peninsula Wells Upgrades,,20220328,20220504,20220603,Infrastructure,Sole Agency,No,n/a,"The Contract Works can generally be summarised as the following: Upgrades of the following wells: o WS Settlers Hill Well o WS Aylmers Valley Well o WS Little River Well (01) o WS Birdlings Flat Well",Awarded,This contract has been awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,24629010,Request for Proposals,Open Competition,Sealed Road Condition Rating,,20210927,20211018,20220620,,Sole Agency,No,,"The Councils City Services Group is required to conduct a condition rating survey for the sealed road network owned by Christchurch City Council The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Sealed Road Condition rating Services The survey information is required to: Identify the road sections to be validated in the field for maintenance, renewal and rehabilitation Run Treatment Selection Algorithm(TSA) analysis in Road Asset Maintenance Management (RAMM) Provide Network Reporting and Input to Asset Management Plan and Activity Management Plans Set up Key Performance Indicators (KPI) and Level of Service (LOS) Provide key input for dTIMS (Pavement Deterioration Model)",Awarded,,0,20250410 Christchurch City Council,24651153,Request for Proposals,Open Competition,"Lease or Licence of 56 Brighton Mall, New Brighton",,20210810,20210907,20220516,,Sole Agency,No,Tender Box ground floor Civic 53 Hereford Street Christchurch central,The Christchurch City Council (Council) would like to hear from any party or community groups interested in leasing or licensing the whole or part of 56 Brighton Mall for the provision of community or not-for-profit uses.,Awarded,,0,20250410 Christchurch City Council,24652710,Request for Tenders,Open Competition,Te Hapua Pool Diesel Burner Replacement,,20220316,20220414,20220707,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the installation of new pool water heating system for the Te Hapua Halswell Centre pools. The work includes the supply, installation, commissioning and maintenance of all systems as specified in these documents to a state of completion in full working order for handing over to the Principal and complying with the New Zealand Building Code. This may require the Contractor to complete the detailed design of some aspects of the systems such as plant supports and fixings, and electrical and controls works etc.",Awarded,This contract has been awarded to Coombes Aquatics Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 75 Working Days.,0,20250410 Christchurch City Council,24656607,Request for Tenders,Closed Competition,Citizens War Memorial Reconstruction,,20211111,20211126,20220208,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the repair, strengthening, and reinstatement of the Citizens War Memorial (CWM) within 99 Cathedral Square., The project requires prospective suppliers to coordinate with nominated sub-contractors, oversee the site activities and manage the sub trades ensuring efficient forward work planning due to the very tight timeframes.",Awarded,This contract has been awarded to CityCare Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 97 Working Days.,0,20250410 Christchurch City Council,24658128,Request for Proposals,Open Competition,Establishing a Panel for Archaeology Professional Consultancy Services,134,20220211,20220311,20220414,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to establish a Panel for Archaeology Professional Consultancy Services for undertaking a range of archaeology services, including, but not limited to risk assessments, preparing archaeology authority applications, assessments, monitoring, reporting and related advisory and consultancy services to the Christchurch City Council",Not Awarded,,0,20250410 Christchurch City Council,24678461,Request for Tenders,Closed Competition,MCR Heathcote Cycleway Express Section 2D,DH-2021,20210903,20211027,20220602,Infrastructure,Sole Agency,No,,Major Cycleway Project and includes a section of watermain works on Truscotts,Awarded,,0,20250410 Christchurch City Council,24678603,Request for Tenders,Closed Competition,Colombo Street Cycle Connection (Bealey Ave-Kilmore St),AP-2021,20211115,20211201,20211213,Infrastructure,Sole Agency,No,,"Minor kerb adjustments at Colombo/Bealey, Colombo/Peterborough and Colombo/Kilmore with new road markings, new paths and path resurfacings, minor shoulders and Colombo St carriageway overlay(Salisbury St - Kilmore St)",Awarded,,0,20250410 Christchurch City Council,24688779,Request for Quotations,Closed Competition,Hagley Park - Hard Surface Renewals - Victoria Lake Path to Event Area Path,DL-2021,20210906,20210917,20211221,Infrastructure,Sole Agency,No,,"The works involve the widening of an existing path from 2m to 2.5m, the formation of a swale to resolve drainage issues in the area of the path.",Awarded,,0,20250410 Christchurch City Council,24688854,Request for Quotations,Closed Competition,Hagley Park Hard Surface Renewals - Hospital Corner to the exit of Hagley Oval Carpark,DL-2021,20210901,20210921,20211006,Infrastructure,Sole Agency,No,,"Path widening from current width to 4m, removal of some areas of path, relocation of signs, lamp post, bollards and post and cable fence. A portion of post and cable fence is also to be installed.",Awarded,,0,20250410 Christchurch City Council,24688948,Request for Quotations,Closed Competition,Sheldon Park Hard Surfaces Renewal,DL-2021,20210823,20210915,20210924,Infrastructure,Sole Agency,No,,Renewal of existing courts at Sheldon Park and drainage.,Awarded,,0,20250410 Christchurch City Council,24689844,Request for Proposals,Open Competition,Modern Operating Environment Managed Service Partner,24689844,20220126,20220311,20221107,Corporate,Sole Agency,No,,"Christchurch City Council (CCC) seek a partner to join us on our journey of transforming ourselves to a Cloud First enabled organisation. For us, Cloud First is all about adding value and efficiency to our users, customers and stakeholders. Whether making our services more accessible, speeding up consenting, improving planning insights, or increasing the effectiveness of our field staff thinking Cloud First promises multiple exciting improvements. We are seeking responses from a vendor partner that articulates and demonstrates how you will assist in taking us on this Cloud innovation journey.",Awarded,,0,20250410 Christchurch City Council,24703374,Request for Proposals,Closed Competition,Coastal Panel Chair,,20210913,20211005,20211130,,Sole Agency,No,,The Christchurch City Council is seeking quotations from selected suppliers for the supply of a Chairperson for the Coastal Panel as detailed in the attached RFQ.,Awarded,,0,20250410 Christchurch City Council,24705414,Request for Proposals,Open Competition,Ticketing Service Provider,,20211119,20220119,20220222,,Sole Agency,No,,"The purpose of this RFQ is to obtain responses from ticketing suppliers for the provision of ticketing services initially at Parakiore Recreation & Sport Centre (Parakiore) and subsequently, other Council recreation and sport facilities, if required.",Awarded,,0,20250410 Christchurch City Council,24713902,Request for Quotations,Closed Competition,Hagley Park Hard Surface Renewals - Deans Ave - Marist Fields intersection to Riccarton Ave,DL-2021,20210913,20210924,20211019,Infrastructure,Sole Agency,No,,"Widening existing pathway on Deans Ave, from the intersect of Marist Fields (where we finished path widening on the Moorhouse Deans Ave project) to the corner at Riccarton Ave, to 4 m wide.",Awarded,,0,20250410 Christchurch City Council,24738090,Request for Proposals,Open Competition,Otakaro Avon River Corridor Lead Consultant Panel,24738090,20211209,20220208,20220509,Infrastructure,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals to be part of a panel for the provision of Lead Consultant services for design and construction monitoring of projects within the Otakaro Avon River Corridor programme.,Awarded,,0,20250410 Christchurch City Council,24755490,Request for Quotations,Closed Competition,Potable Water Reactive Renewals,,20210930,20211020,20211123,Infrastructure,Sole Agency,No,,,Awarded,This contract has been awarded to Tru-Line Civil and will start on a date to be advised by the Engineer's Rep. The duration of the contract is as set out in the relevant Ordered Works Instruction.,0,20250410 Christchurch City Council,24769155,Request for Quotations,Closed Competition,SW Dudley Creek Waterway - Lining Renewal (Scotston Ave.),,20211109,20211130,20211223,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline The scope of this procurement is the renewal of a dilapidated section of the waterway adjacent to Scotston Avenue between Mays and Tomes Road. The current timber is rotting and in some places missing, in other locations the concrete lining has bulged out. New timber lining will be installed. This project will ensure the waterway lining, which alleviates storm water flooding, will last for another 50 years. Please refer to attachments for further information.",Awarded,,0,20250410 Christchurch City Council,24808777,Request for Proposals,Closed Competition,Design and supply of the Penstock (gate and actuator) for Eastman Wetland Control Structure,,20211116,20211203,20240108,Infrastructure,Sole Agency,No,n/a,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Design and supply of the penstock (gate and actuator) for Eastman Wetland Control Structure. The Contractor is responsible for the detailed design, fabrication, storage, transportation and delivery to site of the penstock.",Not Awarded,No responses received,0,20250410 Christchurch City Council,24817929,Request for Proposals,Open Competition,Economic Advice for the NPS UD Implementation Plan Change,,20211220,20220128,20220927,,On behalf of procurement agent,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for economic cost benefit advice to support the plan change giving effect to the intensification direction in the National Policy Statement for Urban Development (NPS-UD),Not Awarded,change of requirement,0,20250410 Christchurch City Council,24878282,Request for Proposals,Open Competition,Te Oka Grazing Licence,,20211012,20211110,20220513,,On behalf of procurement agent,No,,The purpose of this RFP is to invite graziers for the grazing of Te Oka Reserve Land,Awarded,,0,20250410 Christchurch City Council,24926625,Request for Tenders,Closed Competition,MCR Heathcote Expressway Section 2C,DH-2021,20211029,20211215,20220117,Infrastructure,Sole Agency,No,,Major Cycleway Project - part of the Heathcote Expressway running along Cumnor Terrace,Awarded,,0,20250410 Christchurch City Council,25018428,Request for Proposals,Open Competition,Hybrid Delivery Model (HDM) 2.0 Physical Works Panel,,20221025,20221129,20230201,Infrastructure,Sole Agency,No,,"The Three Waters (Potable Water, Stormwater and Wastewater) Capital Programme is delivered via four work streams: Stormwater and Land Drainage Water Supply Wastewater Christchurch Wastewater Treatment Plant (CWTP) The purpose of this RFP is appoint suitably capable and experienced contractors to deliver Three Waters capital works across eleven panels separated by scope. The eleven panels are: 1. Potable Water 2. Earthworks 3. Waterway Enhancement 4. Open Waterways 5. Sewer and Stormwater Reticulation 6. Stormwater Treatment 7. Pump Stations and Structures 8. Potable Water Sub-Mains 9. Water and Wastewater SCADA and MEICA 10. Wastewater Treatment 11. Water Treatment Further details of the scope of services to be delivered via each panel is included in Section B Scope. The panel agreements are non-exclusive. The Council can operate outside of the panels at the Councils sole discretion. The RFP process seeks to obtain sufficiently detailed information from Prospective Suppliers and their ability to provide the scope of services of panel which they tender for.",Awarded,"The successful Contractors have been appointed to the following panels, as listed below; Potable Water City Care Limited CORDE Ltd Downer New Zealand Ltd (provisional) Fulton Hogan Limited Isaac Construction Limited March Construction Limited Schick Civil Construction Limited Westroads Ltd T/A Trenching Dynamix Utilities Infrastructure NZ Ltd (UINZ) Earthworks CORDE Ltd Fulton Hogan Limited Grounds & Services Ltd (GSL) Hunter Civil Limited Taggart Earthmoving Limited Natural Waterway Enhancement City Care Limited CORDE Ltd Fulton Hogan Limited Grounds & Services Ltd (GSL) Lined Open Waterway City Care Limited CORDE Ltd March Construction Limited Seipp Construction Ltd Sewer & Stormwater Reticulation City Care Limited Dormer Construction Ltd Downer New Zealand Ltd (provisional) Fulton Hogan Limited Hunter Civil Limited March Construction Limited Seipp Construction Ltd Westroads Ltd T/A Trenching Dynamix Utilities Infrastructure NZ Ltd (UINZ) Stormwater Treatment & Flood Protection CORDE Ltd Fulton Hogan Limited Grounds & Services Ltd (GSL) Hunter Civil Limited Isaac Construction Limited Seipp Construction Ltd Pump Stations and Structures City Care Limited CORDE Ltd Fulton Hogan Limited Hunter Civil Limited McConnell Dowell Constructors Ltd Seipp Construction Ltd Potable Water Sub Mains CORDE Ltd LB Civil Ltd Westroads Ltd T/A Trenching Dynamix Utilities Infrastructure NZ Ltd (UINZ) Water & Wastewater & Stormwater SCADA & MEICA City Care Limited Downer New Zealand Ltd (provisional) Melray Electric Ltd Millennium Electrical Ltd Wastewater Treatment Apex Water Limited CORDE Ltd Fulton Hogan Limited Seipp Construction Ltd Water Treatment Apex Water Limited CORDE Ltd Downer New Zealand Ltd (provisional) Fulton Hogan Limited",0,20250410 ,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,, Christchurch City Council,25029994,Request for Proposals,Open Competition,Booking and Management Solution,,20211203,20220201,20221104,,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for a Booking and Management solution. This solution will provide a digital services platform to support the provision of online Services and Products to customers, both residents and non-residents, of the Christchurch City Council (Council). The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers about their respective organisations and their ability to provide the solution and associated services. This enables the Council to select and appoint a Supplier to provide the solution and associated Services.",Awarded,,0,20250410 Christchurch City Council,25035693,Request for Tenders,Closed Competition,Dyers Pass Road Guardrails - Phase 2,PB-2021,20220303,20220406,20220707,Infrastructure,Sole Agency,No,,"Supply and installation of approximately: ~1100m traffic safety barriers ~1100m anchored magnumstone retaining wall ~1800m embankment cutting, road seal widening and concrete drainage channel installation ~ 5 months of temporary traffic management across 3 daytime sites and city side night time road closures.",Awarded,,0,20250410 Christchurch City Council,25038270,Request for Proposals,Closed Competition,Tennyson Street Brick Barrel Renewal,,20211213,20220117,20220211,Infrastructure,Sole Agency,No,n/a,The purpose of this procurement is to find a suitable Contractor to design and construct the lining of the Tennyson Street brick barrel pipe in the timeframe required and to a high standard.,Awarded,This contract has been awarded to Hydrotech Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 77 Working Days,0,20250410 Christchurch City Council,25038288,Request for Quotations,Closed Competition,SP38 Taylors Mistake Surf Club Carpark Renewal,KI-2021,20211103,20211117,20211102,Infrastructure,Sole Agency,No,,"Renewal of carpark, paths, bollard and gat installation and some minor surface drainage detail works.",Awarded,,0,20250410 Christchurch City Council,25040538,Request for Tenders,Open Competition,Pages Road Depot strengthening,MS-2022,20230306,20230412,20230509,Infrastructure,Sole Agency,No,n/a,"the strengthening of the Pages Road Depot to the Beca Design. The design is to upgrade the building structure to meet a minimum of 67% of the New Building Code (NBS). A full BUILDING CONSENT has been applied for. The works described in Section B of the RFT Document includes: Strengthening of the slab foundations Strengthen wall and roof members Install office kitchen Architectural make good works as a result of any damage caused as a result of the works.",Awarded,,0,20250410 Christchurch City Council,25043368,Request for Proposals,Open Competition,Planning & Natural Environment Consultancy Panel,176,20220803,20220912,20221110,Operations,Sole Agency,No,Not applicable,"This RFP is for the procurement of professional consultancy services to form a City & Parks Planning, Strategic Policy and Natural Environment Consultants Panel. The Council's intention is the initial term of the Panel to be three years, with a further two right of renewals, each renewal period to be for 12 months.",Not Awarded,,0,20250410 Christchurch City Council,25097967,Request for Quotations,Closed Competition,SP41 South New Brighton Surf Club Carpark Renewal,KI-2021,20211115,20211208,20211220,Infrastructure,Sole Agency,No,,Carpark renewal with some landscape planting and traffic island installation and amendments with some minor draingae details,Awarded,,0,20250410 Christchurch City Council,25118078,Request for Tenders,Closed Competition,Lincoln Road Roading and Watermain Renewal Stage 1,CW-2021,20211215,20220202,20220317,Infrastructure,Sole Agency,No,,Renewal of Lincoln Road Roading and Watermain - Stage 1 including landscape.,Awarded,,0,20250410 Christchurch City Council,25128110,Request for Quotations,Closed Competition,Cashmere Stream Enhancement Stage 1a,,20211216,20220112,20220216,Infrastructure,Sole Agency,No,n/a,"The Contract Works can generally be summarised as: Enhancement of 300m Cashmere Stream downstream of Sutherlands Road as part of the Eastman Sutherlands Stormwater Facility programme. Tree removal, bank works, pathways, fencing, informal crossing point and reconstructing existing culvert. Included will be laying some additional path bases for access. The Contractor may be required to provide access and help facilitate a community planting day.",Awarded,This contract has been awarded to Ground & Services Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 50 Working Days,0,20250410 Christchurch City Council,25128233,Request for Quotations,Closed Competition,SP37 Waimairi Beach Surf Club Carpark - Parks Hard Surface Panel,KI-2021,20211124,20211208,20211220,Infrastructure,Sole Agency,No,,Renewal of the existing carpark surface at Waimairi Beach Surf Club Carpark,Awarded,,0,20250410 Christchurch City Council,25159420,Request for Quotations,Closed Competition,"SW Pipeline Renewal Work Albert, Emmett & Antigua",,20220228,20220304,20220401,Infrastructure,Sole Agency,No,n/a,"The tendering of the following Contract Works: 1. SwPipe 40593 - St Martins School, 22 Albert Terrace, renewal of 62m of DN150 AC pipe and associated works as ahead of the development of a new classroom building on the site. The pipeline is damaged and runs in a corridor 2-3m between the proposed building and a fence. Junction boxes to be provided on all laterals for easier maintenance. 2. SwPipe 42244 - 30 Emmett Street, renewal of 61m of DN300 RC pipe and associated works ahead of the development on the residential site by Kainga Ora Homes and Communities. Will require a new manhole and non-return valve on the outlet. 3. SwPipe 40593 - 42C Antigua Street, renewal of 17m of DN900 brick barrel, new headwall and associated works ahead of the private development of residential housing. Repair strategy to a concrete inlet within the property will also need definition. We are working to meet timeframes of external developers.",Awarded,"This contract has been awarded to March Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is; Separable Portion 1 - 25 Working Days, Separable Portion 2 - 15 Working Days, and Separable Portion 3 - 15 Working Days",0,20250410 Christchurch City Council,25167110,Request for Proposals,Open Competition,Commercial Recreation Operations on part of QEII Park Christchurch,,20211130,20220223,20240926,,On behalf of procurement agent,No,53 Hereford Street Christchurch,The Request for Proposal is for delivering a sporting and recreational commercial development in line with the vision and values of QEII Park as detailed with the QEII Park Master Plan.,Awarded,,0,20250410 Christchurch City Council,25192805,Request for Tenders,Closed Competition,Warden Street Reconstruction (Shirley Road - No.98),AP-2021,20211215,20220223,20220304,Infrastructure,Sole Agency,No,,"New kerbs and channels with associated paths, berms and landscape areas plus minor carriageway reconstruction, minor shoulder restoration and carriageway re-shaping",Awarded,,0,20250410 Christchurch City Council,25192889,Request for Tenders,Closed Competition,Petrie Street Reconstruction (Nth Avon Rd - Randall St),AP-2021,20211215,20220309,20220325,Infrastructure,Sole Agency,No,,"New kerb and channel with the associated paths, berms and landscape area. Also included is relaying a new watermain with the associated laterals plus full carriageway reconstruction from Nth Avon Rd to Randall St.",Awarded,,0,20250410 Christchurch City Council,25213665,Request for Tenders,Closed Competition,Chrystal Street Reconstruction (Nth Avon Rd - Randall St),AP-2021,20211215,20220202,20220318,Infrastructure,Sole Agency,No,,"New carriageway reconstruction including new kerbs and channels, paths, berms, landscape, storm water upgrade.",Awarded,,0,20250410 Christchurch City Council,25227259,Request for Quotations,Closed Competition,Pioneer Renewals and Replacements Ground Source Heating System- Bore Hole Drilling,,20220927,20221027,20230301,Infrastructure,Sole Agency,No,n/a,The scope of this procurement is the installation and commission of a new Ground Sourced Heating System at Pioneer Recreation and Sport Centre.,Awarded,,0,20250410 Christchurch City Council,25227941,Request for Quotations,Closed Competition,SP50 Mona Vale Driveway Renewals,KI-2021,20211210,20220126,20220208,Infrastructure,Sole Agency,No,,For the renewal of some existing driveway surfaces at Mona Vale along with some bollard installation and surface line marking .,Awarded,,0,20250410 Christchurch City Council,25236963,Request for Quotations,Open Competition,Supply of Large Format Timber - Performing Arts Precinct,,20220520,20220608,20220829,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council (the Council) is seeking responses from suitably qualified suppliers (Respondents) who are interested in working with Council to undertake the procurement, manufacture, and supply of large format timber elements for The Court Theatre building.",Not Awarded,"The procurement process has highlighted that the anticipated time savings could not be guaranteed for a number of reasons including the coordination requirements with the steel manufacturer and that it will be best value for the Project, from a complexity and programme perspective- for the Main Contractor not the Council to coordinate the timber supply.",0,20250410 Christchurch City Council,25268636,Request for Proposals,Open Competition,Road Landscape Maintenance,,20221130,20230217,20230508,Infrastructure,Sole Agency,No,,"The scope of services covers a wide range of maintenance on landscape assets in the roading portfolio such as: - Mowing - Garden maintenance - Roadside vegetation control - Chemical vegetation contract (pavement, noxious, roadside edging) - Traffic management (the Works) The Contract Works will encompass all Road Landscape assets in Christchurch city region and including Urban Roading Landscaping in the Banks Peninsula area.",Awarded,This contract has been awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 3+2 years.,0,20250410 Christchurch City Council,25281403,Request for Quotations,Closed Competition,Tulett Park Junior Sports Field Resurfacing,,20211223,20220214,20231211,Infrastructure,Sole Agency,No,,"The purpose of this RFQ is to obtain a competitive price to establish a new cover of turfgrass on the Tulett Park junior sports field area, plus the installation of irrigation infrastructure to allow connection of temporary irrigation lines.",Not Awarded,No winning response,0,20250410 Christchurch City Council,25289214,Request for Quotations,Closed Competition,SW Mundys Drain Timber Lining Renewal (Radcliffe Road),,20220609,20220713,20220902,Infrastructure,Sole Agency,No,n/a,"The construction works for the renewal of the Mundys drain with a new timber lining. Timbering the drain will be with a likefor-like design that maintains the current waterway flow regime for baseflow and storm flow conditions and accommodated within the existing easement. The construction will also include some environmental enhancements to baseflow habitat.",Awarded,This contract has been awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,25291463,Request for Quotations,Closed Competition,SP6 - Little River Heritage Park Play Space Renewal,MM-2021,20220111,20220202,20220602,Infrastructure,Sole Agency,No,,SP6 - Construction of play space in Little River Heritage Park,Not Awarded,Awarded to City Care Ltd 11 February 2022,0,20250410 Christchurch City Council,25332566,Request for Tenders,Closed Competition,Annex- Blenheim - Hanson Intersection upgrade & Suva street deep-dish replacement,JG-2021,20220308,20220406,20220517,Infrastructure,Sole Agency,No,,Annex- Blenheim- Hanson Intersection upgrade & Suva street deep-dish replacement,Awarded,,0,20250410 Christchurch City Council,25338617,Request for Quotations,Closed Competition,SW Ferry Road Renewal (Brick Barrel),,20230328,20230523,20230914,Infrastructure,Sole Agency,No,,"These Contract Works can be generally summarised as: lining of 190m of 1.3m dia of brick barrel (SwPipe ID29795, 43282 and 130m section between Mackworth and Smith Street), installation of 4x new manholes (314 Ferry Road, Hart Street, 404 Ferry Road, 446 Ferry Road), remediation of 1x manhole (intersection of Ensor and Ferry Road).",Awarded,This contract has been awarded to Seipp Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 100 Working Days.,0,20250410 Christchurch City Council,25346196,Request for Proposals,Open Competition,CWTP Biogas Storage Project: Physical Works,,20240524,20240729,20241015,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for Christchurch Wastewater Treatment Plant (CWTP) Biogas Storage Facility Upgrade. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works.",Not Awarded,Council is cancelling the RFP process pursuant to clause 5.7(i) of the RFP. Council cannot proceed with the Project at this stage because the tender process has determined that the project costs will significantly exceed the allocated budget.,0,20250410 Christchurch City Council,25380416,Request for Tenders,Closed Competition,Chrystal Street Reconstruction (Nth Avon Rd - Randall St) (Ref original 25213665),AP-2021,20220204,20220302,20220317,Infrastructure,Sole Agency,No,,"New carriageway reconstruction including new kerbs and channels, paths, berms, landscape, storm water upgrade. All information remains the same apart from the closing date which is 2 March 2022. PLEASE SEND ANY QUESTIONS AND RESPONSES TO THIS TENDER - 25380416",Awarded,,0,20250410 Christchurch City Council,25392193,Request for Proposals,Open Competition,Delivery of Potable Water to Banks Peninsula and Urban Christchurch,,20220324,20220429,20220629,Operations,Sole Agency,No,n/a,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Delivery of Potable Drinking Water for Banks Peninsula and Urban Christchurch.,Awarded,This contract has been awarded to Protranz Earthmoving Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 3 Years,0,20250410 Christchurch City Council,25400762,Request for Proposals,Open Competition,Farmers Market Opportunities - Little River and Christchurch,,20220812,20220912,20230630,,On behalf of procurement agent,No,53 Hereford Street Christchurch,"The Christchurch City Council would like to hear from any individual, company or not-for-profit organisation interested in operating a weekly farmers market. Two locations are available: o Christchurch o Little River Respondents must specify the site that they are interested in.",Awarded,,0,20250410 Christchurch City Council,25419464,Request for Quotations,Open Competition,Office Indoor Greenery Maintenance,,20230920,20231005,20231123,Operations,Sole Agency,No,,The Christchurch City Council is seeking quotations from the market for supply of Office Potted Plants Maintenance as detailed in the attached RFQ.,Not Awarded,Quotes received exceeded available budget.,0,20250410 Christchurch City Council,25429885,Request for Quotations,Closed Competition,SP46 - Sydenham Cemetery Path Renewals,KI-2021,20220221,20220309,20220318,Infrastructure,Sole Agency,No,,Renewal and upgrade to existing gravel chip pathway around the cemetery to an asphaltic concrete surface,Awarded,,0,20250410 Christchurch City Council,25440057,Request for Proposals,Open Competition,Managed Security Service Provider,25440057,20220413,20220531,20231130,Corporate,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for a Security Operations Centre (SOC) and Managed Detection and Response (MDR) Provider who will monitor, analyse logs to proactively report anomalies and detect security incidents and work on continual improvement of the log correlation and alerting capabilities of Christchurch City Councils hybrid information technology (IT) environment. The objective of this RFP is to select a security operations centre (SOC) and managed detection and response (MDR) provider that will be responsible for detecting intrusions, malware, and malicious activity in Christchurch City Councils networks, including on-premises, cloud, and SaaS applications and platforms, while eliminating false positives and identifying real security threats, and assisting in rapid response to eliminate and mitigate those threats.",Awarded,,0,20250410 Christchurch City Council,25453948,Request for Tenders,Open Competition,Akaroa Lighthouse Slope Stabilisation RW3569,SN-2021,20220223,20220323,20220517,Infrastructure,Sole Agency,No,,"This document refers to scope for construction works to build a retaining wall to stabilize a slip below the section of road reserve that supports the Akaroa Lighthouse in conjunction with the replacement and repair of fence and concrete slab around the heritage setting. The total scope of works includes the following: Construction of a retaining wall. Shotcrete slope stabilization - soil nail Replacement of concrete apron slab Replacement of fencing around the lighthouse building All other work indicated, described or implied on the drawings or in the Specification, or in any other document so as to render the Contract complete. Associated road/drainage/civil works as per tender documentation",Awarded,,0,20250410 Christchurch City Council,25467858,Request for Quotations,Closed Competition,Sub Main Renewals FY22 Package 1,,20220322,20220420,20220510,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 150 Working Days,0,20250410 Christchurch City Council,25467865,Request for Quotations,Closed Competition,Sub Main Renewals FY22 Package 2,,20220323,20220421,20220511,Infrastructure,Sole Agency,No,n/a,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract",Awarded,This contract has been awarded to Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 150 Working Days,0,20250410 Christchurch City Council,25468802,Request for Quotations,Closed Competition,SW Pump & Storage Equipment Renewals 2021 MEICA,IC-2021,20220523,20220701,20220720,Infrastructure,Sole Agency,No,,Supply and installation of SCADA and Switchboards for four SW Pump Stations,Awarded,,0,20250410 Christchurch City Council,25490222,Request for Tenders,Open Competition,Supply of Plants,,20230627,20230726,20231117,Operations,On behalf of procurement agent,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the supply of plants. To grow seedlings to a plantable level in to either ? or 2.5 litre pots, and to provide an opportunity for Council to purchase bulbs, bedding or annual plants for gardens.",Awarded,,0,20250410 Christchurch City Council,25492792,Request for Tenders,Closed Competition,Kukupa Reserve Retaining Wall,FG-2021,20220323,20220420,20220509,Infrastructure,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,25494481,Request for Quotations,Closed Competition,PS1035 Trafalgar St Contaminated Land Remediation Works,,20220526,20220623,20221115,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Removal of ~1000m3 of contaminated land and replaced with clean fill. Replacement of PE pipework to DI from Well 5 to suction tank. Reinstatement of grass, gravel car park and fencing.",Awarded,This contract has been awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,25495654,Request for Quotations,Closed Competition,SW Cashmere Worsleys Flood Storage Cashmere Valley Dam,,20220614,20220715,20220829,Infrastructure,Sole Agency,No,,"The project involves the construction of Cashmere Valley Dam along with associated landscape enhancements in Christchurch, New Zealand. The site of the Contract Works is in the Cashmere Valley, bordered by Worsleys Road, Shalamar Drive and McVicar Drive.",Awarded,This contract has been awarded to Grounds & Services Limited and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,25517278,Request for Quotations,Closed Competition,Wastewater Renewals South East Riccarton,,20220506,20220617,20220822,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as Wastewater renewals and some upsizing on the following streets: Picton, Nelson, Elizabeth, Lyndon, Mandeville, Kipax, Kyle, Peverel, Burdale, Seton., in accordance with the Contract.",Awarded,This contract has been awarded to John Fillmore Contracting Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 360 Working Days.,0,20250410 Christchurch City Council,25523916,Request for Tenders,Open Competition,RW1751 1 Bridle Path Renewal - construction works,SN-2021,20221012,20221116,20230126,Infrastructure,Sole Agency,No,,The Christchurch City Council is proposing to replace the collapsed stone retaining wall (RW1751) at 1 Bridle Path Road with a new embedded king post wall with timber lagging.,Awarded,,0,20250410 Christchurch City Council,25545878,Request for Quotations,Closed Competition,Cashmere Stream Enhancement Stage 1b & Stage 2,,20220513,20220602,20220627,Infrastructure,Sole Agency,No,,The Contract Works can be generally summarised as: Enhancement of 900m Cashmere Stream from Bunz Stream to part way along 564 Cashmere Road.,Awarded,This contract has been awarded to Grounds & Services Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 66 Working Days.,0,20250410 Christchurch City Council,25596144,Request for Tenders,Closed Competition,RW2623 - 63 Reserve Tce renewal - construction works,SN-2021,20220511,20220601,20220830,Infrastructure,Sole Agency,No,"Tender Box (Ground Floor Reception), Christchurch City Council, 53 Hereford Street, Christchurch 8013","Construction work will involve auger cast piling with installation of iron rails, epoxy fixing of reinforcement bars into the existing concrete wall/ foundation, placement of wall reinforcement and concrete casting, construction of timber fence, timber platform and stairs.",Awarded,,0,20250410 Christchurch City Council,25672359,Request for Quotations,Closed Competition,SP29 Woodlands Hospital Walkway - Stage 2,KI-2021,20220413,20220427,20220505,Infrastructure,Sole Agency,No,,Renewal of the remaining gritted footpath along the Woodlands Hospital Walkway from the completed Stage 1 section out to Riccarton Ave,Awarded,,0,20250410 Christchurch City Council,25685170,Request for Proposals,Open Competition,Hybrid Delivery Model (HDM) 2.0 Consultancy Services Panel,,20221110,20221215,20230315,Infrastructure,Sole Agency,No,,"The Three Waters (Potable Water, Stormwater and Wastewater) Capital Programme is delivered via four work streams: Stormwater and Land Drainage Water Supply Wastewater Christchurch Wastewater Treatment Plant (CWTP) The purpose of this RFP is appoint suitably capable and experienced consultants to deliver Three Waters capital works across two panels separated by scope. The two panels are: 1. Design and Professional Services Panel; 2. Modelling Panel Further details of the scope of services to be delivered via each panel is included in Section B Scope. The panel agreements are non-exclusive. The Council can operate outside of the panels at the Councils sole discretion. The RFP process seeks to obtain sufficiently detailed information from Prospective Suppliers and their ability to provide the scope of services of panel which they tender for.",Awarded,"The successful Contractors have been appointed to the following panels, as listed below; Design and Professional Services Panel Beca Ltd AECOM New Zealand Ltd Stantec New Zealand WSP NZ Ltd GHD Limited Pattle Delamore Partners Ltd Jacobs New Zealand Ltd Modelling Panel Beca Ltd WSP NZ Ltd GHD Limited Awa Environmental Limited Aurecon New Zealand Ltd Tonkin + Taylor DHI Water and Environmental Ltd",0,20250410 Christchurch City Council,25724171,Request for Proposals,Closed Competition,Akaroa Wharf,,20241120,20241219,20250224,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Akaroa Wharf project, based on the attached design documents. Akaroa Wharf was built in 1887 and is nearing the end of its usable life. The wharf served as the main economic gateway for both passengers and goods until the mid-twentieth century and remains important to Akaroas economy. A new wharf is needed to continue meeting the needs of the community for fishing, tourism, recreation and to retain the unique character of the historic Akaroa waterfront. There will be limitations on the construction methodology due to resource consent conditions relating to the area. This includes noise limitations, environmental management, marine mammal protection etc. and all visual aspects of the wharf (working closely with Onuku Runanga). To manage this, we are seeking to engage a Contractor during the design process to provide input into the detailed design phase to ensure a buildable, consent-able and cost-effective build. This will also ensure that the Contractor is intimately familiar with the final design and build challenges. The Preliminary Design is nearing completion at the time that this RFP is released to the market and progression to Detailed Design will be paused until sufficient ECI and value engineering is complete. The RFP process will identify a contractor who will be engaged for ECI, through a Pre-Contract Services Agreement (PCSA) to provide input to the consultant to complete the design and support the cost estimate through to a bid proposal (to complete the build). The input from the contractor will generally relate to the contractors construction methods required for resource consent application, staging of the works to reduce the impact on the neighbouring community, optimising constructability, value engineering, cost management, and assisting with identifying and managing project risk i.e. Early Contractor Involvement (ECI).",Awarded,This Contract is awarded to HEB Construction,0,20250410 Christchurch City Council,25724203,Request for Proposals,Open Competition,Akaroa Wharf Renewal Lead Designer,,20230517,20230622,20230815,Infrastructure,Sole Agency,No,,"This role is directly contracted to Council and takes responsibility for all engineering design requirements from basic concept (where a Principals Requirements have been compiled with supporting background and discovery work completed by Calibre Consulting), through to Preliminary Design at which stage a Contractor can advise how they can construct the new wharf and provide a comprehensive price to complete the build.",Awarded,This contract has been awarded to Holmes NZ Limited Partnership and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 12 Months.,0,20250410 Christchurch City Council,25725211,Request for Proposals,Open Competition,Woolston Community Space at Woolston Community Library - Management and Activation,,20221108,20230210,20231010,,On behalf of procurement agent,No,53 Hereford Street Christchurch Christchurch CBD Ground Floor Tender box,The Christchurch City Council would like to hear from any organisation interested in managing and activating the Community Space located at the Woolston Community Library.,Awarded,,0,20250410 Christchurch City Council,25746170,Request for Proposals,Open Competition,Public Notice - Print Media Advertising,,20220704,20220725,20220905,Corporate,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the Provision of public notice advertising services in the print media.,Awarded,,0,20250410 Christchurch City Council,25765661,Request for Tenders,Open Competition,Pioneer Recreation and Sport Centre Renewal Works,,20240917,20241016,20241105,Infrastructure,Sole Agency,No,,"The scope of this project encompasses a limited facility renovation at Pioneer Recreation and Sport Centre with both internal and external work areas. Key focus areas include the pool complex, gym, foyer and stadium, and additional carpark improvements. The outline scope of work below is not a complete list.",Awarded,The contract is awarded to Citycare Property.,0,20250410 Christchurch City Council,25768854,Request for Proposals,Open Competition,L'Aube Hill Reservoir Tank Design & Construct,,20240809,20240925,20250128,Infrastructure,Sole Agency,No,,The purpose of this RFP is to invite Respondents to submit their Proposals for L'Aube Hill Reservoir Tank Design and Construction and Earthworks. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works.,Awarded,This contract has been awarded to Concrete Structures NZ Ltdand will start on a date to be advised by the Engineer's Rep. The duration of the contract is 323 Working Days.,0,20250410 Christchurch City Council,25776961,Request for Quotations,Closed Competition,Water Main Renewals - Port Hills Road,,20220712,20220808,20220916,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to John Fillmore Contracting and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,25793161,Request for Quotations,Closed Competition,Heathcote Infill Planting,MD-2021,20220519,20220610,20230228,Infrastructure,Sole Agency,No,,Infill planting and grassed banks along sections of the Heathcote River,Not Awarded,Tender awarded to City Care 19.7.2022,0,20250410 Christchurch City Council,25794160,Request for Proposals,Closed Competition,Marshland Road Canal Reserve Drain,,20220812,20220915,20221121,Infrastructure,Sole Agency,No,,"These Contract Works (Stage 1) can be generally summarised as: In a long section (~1900m) of Canal Reserve Drain along Marshland Road (between McSaveneys Road to Prestons Road). A section of this has already been repaired which leaves approximately 1640m of this section of the drain is to be repaired and associated works. The works involve repairing damaged timber lining in the drain, removing vegetation such as hedges and trees damaging the asset and within the road corridor, and its re-establishment at the property boundary. The cleared areas will be grassed for future easier maintenance. This stage of Canal Drain also includes constructing in-drain environmental enhancement features.",Awarded,This contract has been awarded to March Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 133 Working Days.,0,20250410 Christchurch City Council,25827814,Request for Quotations,Closed Competition,"Stage 1; Wainoi, Bexley, New Brighton Investigations and Design",KN-2021,20220607,20220712,20220809,Infrastructure,Sole Agency,No,,"This is a design project (within a 6 values framework) that will be delivered in packages: 1. Wainoni: TRB from ANZAC Drive to the Waitaki Street Stopbank Realignment Project 2. Bexley: TRB from Pages Road to Bridge Street 3. New Brighton: TLB from Pages Road to, and including, the Hardy Street Boat Ramp All three packages have high priority components that will need to be progressed in parallel to enable works on adjoining infrastructure to progress with confidence. The design of Wainoni area needs to progress to completion with greatest urgency to allow physical work to start on site as soon as possible. The other two packages also have urgent drivers, as described above. The project will be complete upon granting of consents to construct and operate the proposed works.",Awarded,,0,20250410 Christchurch City Council,25832680,Request for Quotations,Closed Competition,MCR Northern Line Stage 2 - Culvert Extensions,MG-2021,20220609,20220615,20220621,Infrastructure,Sole Agency,No,,Culvert extension son Stage 2 of MCR Northern Line,Awarded,,0,20250410 Christchurch City Council,25854052,Request for Proposals,Open Competition,"Clarence Reserve- 18 Dilworth Street, Lease for Community Use",,20220601,20220622,20220816,,On behalf of procurement agent,No,,Christchurch City Council ( Council) is seeking the submission of proposals for community and not for profit groups who are interested in providing community based food resilience services.,Awarded,,0,20250410 Christchurch City Council,25861728,Request for Quotations,Closed Competition,Security Monitoring,,20220701,20220720,20220818,Corporate,On behalf of procurement agent,No,,"This is for providing monitoring of facility security or destress alam systems. a) The Supplier will require a system capable of monitoring security alarms (not Fire) and have ability to pass the information on to a third party for action in the field. b) All monitoring is for 24 hours/day and all year for the duration of the contract. It includes Critical Events including intrusion, panic, duress and individual zones for all system generated events and the valid action or response to be undertaken. c) Includes the alarm function of system checks for night closing to ensure the alarm system is activated or armed at a predetermined time. d) Cellular communications may be required to be provided for establishments that become identified as having no current communications",Awarded,,0,20250410 Christchurch City Council,25891890,Request for Quotations,Closed Competition,SW 266/274 Highsted Wetland,,20240925,20241029,20241202,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Construction of a wetland at 266 and 274 Highsted Road. Modifications to Gardiners Waterway, including the construction of a bypass channel. Construction of a culvert under Highsted Road Upgrades to Highsted Road including the installation of raised safety platforms and road narrowing Installation of roading related stormwater piping and piping from Highsted First Flush Basin to new wetland",Awarded,This tender is awarded to Hunter Civil Ltd,0,20250410 Christchurch City Council,25911640,Request for Quotations,Closed Competition,MCR Northern Line - Section 2 - Tuckers Road and Barnes Road Crossing Civil Works,MG-2021,20220616,20220622,20220517,Infrastructure,Sole Agency,No,,Intersection/Crossing civils work for Major Cycleway Route construction,Awarded,,0,20250410 Christchurch City Council,25911754,Request for Quotations,Closed Competition,MCR Northern Line - Section 2 - Sturrocks Road Crossing Civil Works,MG-2021,20220616,20220622,20220705,Infrastructure,Sole Agency,No,,Intersection/Crossing civils work for Major Cycleway Route construction,Awarded,,0,20250410 Christchurch City Council,25914192,Request for Quotations,Closed Competition,Addington Brook to Hagley Park South Enhancement,,20230704,20230731,20230901,Infrastructure,Sole Agency,No,,"The naturalisation of a 1,140m section of Addington Brook within Hagley Park South, including realignment, bank regrading, riparian planting, tree and shrub planting, installation of timber/punga edging, installation of ecological features and the construction of new riffles and ponds. The work will be undertaken in two Packages: Package 1 the northern section of Addington Brook from 140m southwest of Riccarton Avenue to the bridge by the netball courts. Note the naturalisation of the remaining 140m immediately southwest of Riccarton Avenue may be varied into the scope of Package 1, subject to performance and value being demonstrated in the delivery of the initial scope of Package 1. Package 2 the southern section of Addington Brook from the netball courts to Deans Avenue This RFQ is for Package 1 only. Package 2 may be varied into the contract at a later date, subject to price, budget availability, Council approvals and performance on Package 1.",Awarded,This contract has been awarded to Grounds & Services Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 80 Working Days,0,20250410 Christchurch City Council,25936445,Request for Tenders,Closed Competition,Pine Avenue Reconstruction (Malta Crescent (North) - Caspian Street,RW-2021,20220627,20220720,20220810,Infrastructure,Sole Agency,No,,"Reconstruction of Pine Ave (from Malta Crescent Nth to Caspian St) including water main relaying, new flat kerb and channel, carriageway reconstruction (including shoulder, full and reshaping of carriageway), new berms, paths, driveways, stormwater pipes and sumps.",Awarded,,0,20250410 Christchurch City Council,25938096,Request for Quotations,Closed Competition,SP40 Spencer Park Driveway and Carpark Renewals,KI-2021,20220615,20220706,20220718,Infrastructure,Sole Agency,No,,Driveway and Carpark Renewals,Awarded,,0,20250410 Christchurch City Council,25947794,Request for Quotations,Closed Competition,City to Sea Pathway (West Portion),AR-2021,20220617,20220713,20221116,Operations,Sole Agency,No,,"Design services from Concept through to Consenting for the western portion of the Otakaro Avon River Corridor City to Sea Pathway, including the fourth walking/cycling bridge.",Not Awarded,Awarded to Isthmus 18/8/2022,0,20250410 Christchurch City Council,25948015,Request for Quotations,Closed Competition,City to Sea Pathway (East Portion),AR-2021,20220617,20220713,20220804,Operations,Sole Agency,No,,Design services from Concept through to Consenting for the eastern portion of the Otakaro Avon River Corridor City to Sea Pathway.,Awarded,,0,20250410 Christchurch City Council,25948207,Request for Quotations,Closed Competition,Kerrs Reach Flatwater Proposal (Off Water Portion),AR-2021,20220617,20220713,20221116,Operations,Sole Agency,No,,Design services from Concept through to Consenting for the relocation of the Kerrs Reach Flatwater Hub and related park assets.,Not Awarded,This tender awarded to WSP 5/8/2022,0,20250410 Christchurch City Council,25948341,Request for Quotations,Closed Competition,Kerrs Reach Flatwater Proposal ('On Water' Portion),AR-2021,20220617,20220715,20221116,Operations,Sole Agency,No,,Preliminary Design services and Assessment of Environmental Effects for the 'on water' components of the Kerrs Reach Flatwater Proposal.,Not Awarded,Awarded to Boffa Miskell 5/8/2022,0,20250410 Christchurch City Council,25948400,Request for Quotations,Closed Competition,Bexley Landscape Plan,AR-2021,20220617,20220713,20220804,Operations,Sole Agency,No,,Design services from Concept through to Consenting for the Bexley Sector (Sector 17) of the Otakaro Avon River Corridor.,Awarded,,0,20250410 Christchurch City Council,25983009,Request for Proposals,Closed Competition,WW and WS Model Update and Data Management Services,,20220824,20220923,20230130,Infrastructure,Sole Agency,No,n/a,"Christchurch City Council, the Council, maintains and operates hydraulic models for the Christchurch and Akaroa water supply networks. The models are built in Innovyze InfoWorks WS Pro software and were last renewed by WSP (NZ) to reflect 2019 asset status. The Council also maintains and operates hydraulic models for the Christchurch and Akaroa wastewater networks. The models are built in Innovyze ICM software and were last renewed by WSP (NZ) to reflect 2019 asset status. In 2019, the Christchurch water supply and wastewater models were rebuilt and realigned to more closely match the Innovyze InfoNet, now InfoAsset, database. This developed a 1-1 relationship between the model data and corporate (asset) data, held in GIS and SAP, accessed via InfoAsset. The 2019 model renewals also introduced a refined asset data flagging approach to help assess the quality of the asset data. This metadata is in addition to the established data quality metadata available in Council GIS. As part of the various model renewal processes of the previous 10 years, errors and omissions in the corporate (asset) data have been progressively filled. The information used to fill these data gaps has come from a variety of sources: Councils document management system (TRIM); operator interviews; hydraulically inferred data; and engineering judgement. A result of the 2019 model renewals, a more closely aligned model database corporate (asset) database, and refined asset data flagging, now presents the following opportunities: - Backfill gaps in selected data fields in the corporate (asset) dataset, with model data of suitable quality. - Complete the process in InfoAsset3 to allow regular base model renewal. Start by updating the model to 2022 asset status, and incorporate automation to make the process efficient and repeatable. These actions are required to ensure the physical model and model outputs continue to reflect the current network arrangement for planning and operational purposes.",Awarded,This contract has been awarded to WSP NZ Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is through 30 November 2023.,0,20250410 Christchurch City Council,25983158,Request for Quotations,Closed Competition,Wastewater Pump Station PS0062 Tyrone Access Bridge Replacement,,20220705,20220920,20221108,Infrastructure,Sole Agency,No,,"Replacement of the existing timber bridge to access WW pump station PS0062 Tyrone at 76 Tyrone street in Belfast with permanent concrete structure as per the attached design drawings and specifications. Construction of a temporary foot access to the pump station while the existing timber bridge is out of service. The maximum duration allowed to construct the new footbridge is 3 weeks, including at least 1 week of curing time for the new concrete top slab.",Awarded,This contract has been awarded to City Care Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 35 Working Days,0,20250410 Christchurch City Council,25983185,Request for Proposals,Open Competition,Landfill and Transfer Station Consent Monitoring Services,,20221102,20221129,20230203,Infrastructure,Sole Agency,No,,"The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint a Supplier to provide the Services. The Services for this RFP shall include, but are not limited to: 2. Routine compliance monitoring; 3. Preparation of monitoring research; 4. Visual site inspections; and 5. Forwarding reports and monitoring results to the Canterbury Regional Council (CRC) and the Client according to the timeframes required.",Awarded,This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 3+2 years.,0,20250410 Christchurch City Council,26017448,Request for Tenders,Closed Competition,Shoulder Extension at Marshland Rd/Guthries Rd,AC-2022,20220727,20220817,20220825,Infrastructure,Sole Agency,No,,Full shoulder widening construction and associated road marking,Awarded,,0,20250410 Christchurch City Council,26037020,Request for Quotations,Closed Competition,Recreation & Sport Front End Website,,20220718,20220727,20220930,,Sole Agency,No,,Design and development of a website for the Christchurch City Council Recreation and Sport Centres.,Not Awarded,,0,20250410 Christchurch City Council,26109276,Request for Proposals,Open Competition,Sumner commercial recreation Licences (surf schools) PN917956 #09 147R Esplanade,,20230315,20230417,20240416,,On behalf of procurement agent,No,,Christchurch City Council (Council) is seeking the submission of proposals for two surf school business operating at two of the three proposed locations.,Awarded,,0,20250410 Christchurch City Council,26117345,Request for Tenders,Closed Competition,Akaroa Wharf Maintenance 2022,MH-2022,20220809,20220831,20220921,Infrastructure,Sole Agency,No,,Akaroa Wharf Maintenance 2022,Awarded,,0,20250410 Christchurch City Council,26126021,Request for Tenders,Closed Competition,Opawa Neighbourhood Improvements,LT-2022,20220815,20220831,20220921,Infrastructure,Sole Agency,No,,Improvements to Opawa neighbourhood,Awarded,,0,20250410 Christchurch City Council,26131451,Request for Quotations,Closed Competition,Cygnet Street Stormwater Outfall Upgrade,,20221006,20221026,20230623,Infrastructure,Sole Agency,No,,Stage 1 install a manhole in an existing stormwater outlet pipe located at the intersection of Cygnet Street/Marine Parade in New Brighton. Undertake CCTV inspections following installation of the manhole.,Not Awarded,,0,20250410 Christchurch City Council,26165478,Request for Quotations,Closed Competition,"Water Mains Renewal - Burnside, Harewood & St Martins",,20220912,20221007,20221216,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to CityCare Water Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 123 Working Days.,0,20250410 Christchurch City Council,26169397,Request for Quotations,Closed Competition,Water Main Renewals - Tuckers Road,,20221214,20230217,20230427,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Tru-Line Civil Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 97 Working Days,0,20250410 Christchurch City Council,26169407,Request for Quotations,Closed Competition,Water Main Renewals - Lyttelton Mid High Zone,,20221109,20221206,20230123,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to John Fillmore Contracting Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 120 Working Days.,0,20250410 Christchurch City Council,26169429,Request for Quotations,Closed Competition,Water Main Renewals - Cast Iron Dead-end Mains,,20220929,20221027,20221220,Infrastructure,Sole Agency,No,,"Renewal of old cast iron lead-jointed water supply pipes in the following streets: 1. Sefton Place, Spreydon 2. Webb Street, St Albans 3. Walnut Avenue, Strowan 4. Hutcheson Street, Sydenham 5. Bradford Avenue, Sydenham 6. Hammond Place, Spreydon 7. Willis Place, Spreydon; and 8. Dobson Street, Spreydon",Awarded,This contract has been awarded to City Care Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 100 Working Days.,0,20250410 Christchurch City Council,26180221,Request for Proposals,Open Competition,Te Kaha/Canterbury Multi-Use Arena (CMUA) - Design & Construct (D&C) Stage - Design Reviewer Services,,20220825,20220909,20220915,Infrastructure,Sole Agency,No,,Design Reviewer Consultancy Services during the Design & Construct stage of the Te Kaha/Canterbury Multi Use Arena (CMUA) Project to provide technical assurance that the design developed by the Design & Construct (D&C) Contractor under the Design and Construct Contract is compliant with the Principals Requirements as required by the Contract .,Not Awarded,No responses,0,20250410 Christchurch City Council,26204143,Request for Proposals,Open Competition,South Library Te Kete Wananga o Wai Mokihi Lead Consultant Services,25855978,20220819,20220923,20221212,Infrastructure,Sole Agency,No,,"Te Kete Wananga o Wai Mokihi, the South Library and Service Centre (the Centre), was damaged in the Canterbury earthquake sequence 2010-2011. In June 2022 Council resolved to advance a concept design for a rebuild, rather than repair, of this facility. The rebuilt Centre will provide library, customer services, caf and governance spaces within the existing site setting. Council expects the Centre to have an overall building footprint similar to the existing facility, of around 2,460m2",Awarded,This contract has been awarded to Ignite Architecture Ltd and commenced on 12th December 2023. The duration of the contract is estimated to be 831 Working Days.,0,20250410 Christchurch City Council,26241088,Request for Tenders,Closed Competition,Centre LTS Filtration Upgrade for Pioneer & Graham Condon Recreation & Sport Centres,,20230503,20230516,20230525,Infrastructure,Sole Agency,No,,The purpose of this RFT is to invite the Respondent to submit their Proposal to supply new pool water filters for Pioneer & Graham Condon Recreation & Sport Centres and install the Pioneer Recreation and Sport Centre filter.,Awarded,This contract has been awarded to Hanlon Plumbing & Pipe Services Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 22 Working Days.,0,20250410 Christchurch City Council,26254638,Request for Quotations,Closed Competition,Deans Avenue North,KI-2022,20220902,20220914,20220929,Infrastructure,Sole Agency,No,,Upgarde to existing pathway within North Hagley Park,Awarded,,0,20250410 Christchurch City Council,26254702,Request for Quotations,Closed Competition,Lake Roto Kohatu Driveway Renewals,KI-2022,20220902,20220909,20220929,Infrastructure,Sole Agency,No,,Renewal to existing driveway surfaces within the reserve,Awarded,,0,20250410 Christchurch City Council,26264781,Request for Proposals,Open Competition,Streetlight Maintenance Contract,,20231019,20231116,20240119,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for the Streetlight Maintenance Contract. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to: ? Ensure value for money for Christchurch ratepayers and the wider community; ? Ensure efficiency and effectiveness in the delivery of the Works; ? Enhance the environment; ? Promote diversity, acceptance, inclusiveness and access for people of all abilities; ? Fostering local business; and The Council invites Respondents to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency. The current contracts expire on 31 January 2024. Under this RFP, Council wishes to procure the Contract Works for the period after the existing Streetlight Maintenance contract expire. Council considers that transparent competition is an important driver for continuous improvement of supplier performance, and it is therefore a key element of the strategy for this RFP. Council is required to undertake a Waka Kotahi | New Zealand Transport Agency (NZTA) approved procurement process to secure a new contract to take effect from 31 January 2024, and intends to award this through this procurement process. The aggregate value of the road landscape contract in Christchurch has been approximately $3.74m per year, split roughly 25/75 in terms of OPEX and CAPEX expenditure. Council therefore anticipates that the total value for this procurement, will be approximately ~$18.7m, based on a potential maximum five year term and subject to changes in budgets in future years. Through this RFP, Council wishes to achieve value for money outcomes and engage with the Respondents to achieve the same for less on its streetlight maintenance expenditure. In addition to driving cost savings, Council wishes to develop an understanding of the real cost of the levels of works provided by its Contractors and the associated affordability issues. Council must retain the flexibility to reprioritise budgets and activities to areas of best value for Council.",Awarded,This contract has been awarded to Connetics Limited and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,26286823,Request for Quotations,Closed Competition,Mona Vale Northern Weir Rock Ramp Works,,20221013,20221123,20221222,Infrastructure,Sole Agency,No,,Installation of a rock ramp fishway for fish passage over the northern weir on Mona Vale,Awarded,This contract has been awarded to Fulton Hogan Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 87 Working Days,0,20250410 Christchurch City Council,26331651,Request for Proposals,Open Competition,CWTP Pond Aeration Supply and Install,,20221017,20221121,20221221,,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for design and build of pond aerators The Contract Works for this RFP shall include, but are not limited to: ? Design of all pond aeration units to meet the required oxygen demands (defined in Section 3.1 Technical Specification) ? Confirm aerator type and layout across Pond 1 to maximise oxygen transfer efficiency for the specific aerators offered by the Contractor ? Design, supply, and install all float systems, motors complete with heaters and instrumentation as required, electrical cable system, and mooring cable and anchor system, and provide a 5-year warranty ? Maintenance support for the duration of the warranty period ? Transport pond aerators and associated parts to site and provide installation supervision and commissioning support ? Design, supply and construction of the mooring anchor system for the specific aerators offered by the Contractor ? Design, supply, and install of all electrical and control equipment and cabling required for aeration operation, including but not limited to switchboards, control panels, junction boxes, earthing, all low voltage and control cabling as required, cable ducting and trenching from the low voltage terminals of the transformer to the aerators. ? Design, supply and install of switchboard and motor starters in tamper proof (vandal proof) housing complete with foundations and other ancillary services as required ? Provide details/datasheet for motors and recommended motor starters, instrumentation and cables supplied with pond aerator",Awarded,This contract has been awarded to Apex Water Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 84 Working Days.,0,20250410 Christchurch City Council,26345876,Request for Quotations,Closed Competition,Wastewater Renewals - Linwood FY22,,20221117,20221213,20230207,Infrastructure,Sole Agency,No,,"Replacement of the wastewater mains, predominately within the road reserves of Gloucester, Worcester, Hereford, Trent, Nursery, Dearsley & Raglan in accordance with the Contract.",Awarded,This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 200 Working Days,0,20250410 Christchurch City Council,26368258,Request for Quotations,Closed Competition,Manchester Street Stormwater Renewal,,20230928,20231025,20231129,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Renewal of the stormwater pipe along Manchester Street and replacement of ~280m length of 750dia brick barrel. Pipe Assets affected: SWPipe_79836, SWPipe_41933, and SWPipe_67658 to SWPipe_67665.",Awarded,This contract has been awarded to March Construction Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 148 Working Days.,0,20250410 Christchurch City Council,26373407,Request for Quotations,Closed Competition,Wastewater Renewals Cashmere,,20230125,20230301,20230428,Infrastructure,Sole Agency,No,,"Replacement of wastewater mains, laterals and manholes within: Bradford Ave, Hunter Terrace, Malcolm Ave, Young Street/ Penrith Ave, Ports Hills Rd, Maffeys Rd.",Awarded,This contract has been awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 240 Working Days.,0,20250410 Christchurch City Council,26427986,Request for Tenders,Open Competition,Hoon Hay Community Centre Redevelopment,,20230207,20230306,20230404,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the repair, refurbishment and strengthening (Redevelopment) of Hoon Hay Community Centre. The scope of the Redevelopment includes, but is not limited to: removing asbestos containing materials. improving accessibility to the building by creating a ramped entrance, removing the existing door and installing a new deck with double door access. installing new fences and pedestrian gates. combining the existing toilet and lobby to create an accessible toilet with change table. removing existing internal shelving to install a kitchenette. upgrading the existing lighting to LEDs. installing bracing elements to strengthen the building. installing new ceiling (with insulation). replacing existing soffits with fibre cement soffits.",Awarded,This contract has been awarded to DNG Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 46 Working Days,0,20250410 Christchurch City Council,26504402,Request for Quotations,Closed Competition,Avonhead Park No.1 sand sports field renewal,,20221019,20221026,20221109,,On behalf of procurement agent,No,,"Avonhead Park No.1 sand sports field renewal Brief scope of the Contract Works Package and deliverables that are required: 1. Installation of temporary fencing 2. Spray out of existing surface 3. Existing sprinkler head salvage 4. 20 mm surface removal 5. Installation of a new irrigation system 6. Installation of a 10 mm sand topdressing layer 7. CCTV inspection and flushing of the collector and lateral drains 8. Turf grass sowing, grow-in and rotary decompaction 9. Re-levelling of the area adjacent to the pavilion (provisional) 10. Installation of swale drain (provisional)",Awarded,,0,20250410 Christchurch City Council,26552909,Request for Quotations,Closed Competition,Lighthouse Lane Sand Filter Upgrades,,20221201,20230116,20230209,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: 1. Site establishment and setting out of all works. 2. Removal of the top sand layer in both treatment facilities 3. Installation of raingardens (including raingarden soil mix, sand layer, mulch, planting, associated geotextile lining and timber battens etc.) 4. Repair eroded bank and cavity in the lower facility 5. Install an inlet screen to the inlet pipe feeding the top rain garden 6. Storm management during storm events 7. Provision and maintenance of temporary traffic control and erosion/sediment control for the duration of the contract 8. All other work indicated, described or implied on the drawings or in this Specification, or in any other document so as to render the Contract complete.",Awarded,This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 14.6 Working Weeks.,0,20250410 Christchurch City Council,26573199,Request for Quotations,Closed Competition,Sub Main Renewal Bromley and Woolston - Package 1,,20221206,20230214,20230330,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Westroads Limited (T/A Trenching Dynamix) and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 237 Working Days,0,20250410 Christchurch City Council,26594073,Request for Quotations,Closed Competition,WW & WS Pacific Road Mains Renewal,,20221206,20230127,20230328,Infrastructure,Sole Agency,No,,"Replace or repair wastewater and water supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Fulton Hogan Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 120 Working Days,0,20250410 Christchurch City Council,26597746,Request for Quotations,Closed Competition,Water Supply Mains Renewal - Banks and Kissel Street and Candys Road,,20221206,20230127,20230302,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Westroads Limited (Trading as Trenching Dynamix) and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 55 Working Days.,0,20250410 Christchurch City Council,26600721,Request for Tenders,Closed Competition,Hoon Hay Park Paths Renewal,BP-2022,20221109,20221130,20221207,Infrastructure,Sole Agency,No,,Renewal of Existing Hard Surfaces Paths within Hoon Hay Park,Awarded,,0,20250410 Christchurch City Council,26637020,Request for Quotations,Closed Competition,SW Papanui Creek at Tulloch Place Invert Renewals,,20230131,20230307,20230830,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Convert a ~110m section of concrete lined drain in Papanui Creek into SW pipe at the rear of Tulloch Place, Papanui . The drain runs across the back of a number of private residential sections.",Awarded,This contract has been awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 49 Working Days,0,20250410 Christchurch City Council,26654526,Request for Quotations,Closed Competition,SP75 Murchison Park Path Renewals,KI-2022,20221123,20221207,20221219,Infrastructure,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,26667074,Request for Quotations,Closed Competition,SP91 Pioneer Leisure Centre Carparks,BP-2022,20221123,20221214,20230130,Infrastructure,Sole Agency,No,,"Resurfacing of Carpark, Various Drainage upgrades, and pedestrian safety enhancements",Awarded,,0,20250410 Christchurch City Council,26667399,Request for Quotations,Closed Competition,SP77 Redwood Park Path Renewals,KI-2022,20221123,20221214,20221220,Infrastructure,Sole Agency,No,,Footpath renewal,Awarded,,0,20250410 Christchurch City Council,26698457,Request for Quotations,Closed Competition,29 Fifield Terrace Stormwater Piping,,20221219,20230119,20230201,Infrastructure,Sole Agency,No,,To install pipeline and associated structures to relieve flooding from upper Jackson creek across a residential property.,Awarded,This contract has been awarded to Corde Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 20 Working Days.,0,20250410 Christchurch City Council,26700197,Request for Quotations,Closed Competition,Cygnet Street Stormwater Outfall Upgrade,,20221201,20230126,20230221,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: 1. Stage 1 install a manhole in an existing stormwater outlet pipe located at the intersection of Cygnet Street/Marine Parade in New Brighton. Undertake CCTV inspections following installation of the manhole. 2. Stage 2 subject to the outcome of the CCTV investigations, plastic line the outlet pipeline and fit a new outlet non-return valve. Note Stage 2 of the scope of works is provisional, depending on the outcome of the CCTV investigations completed as part of Stage 1. If Stage 2 is required, it will be treated as a variation to the Contract.",Awarded,This contract has been awarded to John Fillmore Contracting Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 8 Weeks.,0,20250410 Christchurch City Council,26709819,Request for Tenders,Closed Competition,Reconstruction of Nicholls Street and Dudley Street from Slater Street to Stapletons Road,RG-2022,20230918,20231018,20231113,Infrastructure,Sole Agency,No,"Tender Box (Ground Floor Reception), Civic Offices, 53 Hereford Street, Christchurch 8011","This Contract is the construction of kerbs and channels, drainage, sumps, paths, investigative work for coal tar, lawns, landscape planting including trees, carriageway construction, traffic restraints, road marking and signage for Nicholls Street and Dudley Street from Slater Street to Stapletons Road.",Awarded,,0,20250410 Christchurch City Council,26710696,Request for Tenders,Closed Competition,Reconstruction of Stapletons Road from Warden Street to Shirley Road,RG-2022,20230919,20231011,20231030,Infrastructure,Sole Agency,No,,"This Contract is for the construction of kerbs and channels, drainage including rock outfall, sumps,paths,investigative work for coal tar, lawns, landscape planting, carriageway reconstruction, traffic restraints, road marking, signage, street furniture for Stapletons Road from Warden Street to Shirley Road",Awarded,,0,20250410 Christchurch City Council,26737952,Request for Quotations,Closed Competition,Elmwood Park Cricket Block Realignment,RG-2022,20221215,20230202,20230224,Infrastructure,Sole Agency,No,,"1. Installation of temporary fencing 2. Spray out of existing surface 3. Existing sprinkler head salvage 4. Excavation of existing cricket block 5. Installation of two new cricket blocks 6. Installation of a new irrigation system 7. Re-levelling of the park 8. Turf grass sowing, grow-in and decompaction",Awarded,,0,20250410 Christchurch City Council,26738255,Request for Tenders,Closed Competition,Safety at Schools - London Street and Tennyson Street,NW-2022,20230227,20230315,20230411,Infrastructure,Sole Agency,No,,Road Crossing Safety Works,Awarded,,0,20250410 Christchurch City Council,26760419,Request for Quotations,Closed Competition,Wastewater Upgrade Upper Riccarton Interceptor,,20230718,20230904,20240103,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The construction of a new DN600 gravity main along Maidstone Road from the intersection of Maidstone Road and Waimairi Road to the intersection with University Drive and Clyde Road. The purpose of the project is to increase network capacity, reduce overflows to the environment and to provide for growth in the upper catchment (Airport, Dakota Park, Memorial Avenue Investments Ltd. and Hawthornden Road).",Not Awarded,"This tender has been cancelled. A replacement, open market tender is due in 2024.",0,20250410 Christchurch City Council,26777204,Request for Quotations,Closed Competition,Christchurch Wastewater Treatment Plant Fire - Independent Review,,20221223,20230126,20230303,Procurement & Contracts,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,26818432,Request for Quotations,Closed Competition,Sub Main Renewal Bromley and Woolston - Package 2,,20230130,20230313,20230403,Infrastructure,Sole Agency,No,,"Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Westroads Limited (Trading as Trenching Dynamix) and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 150 Working Days.,0,20250410 Christchurch City Council,26836872,Request for Proposals,Open Competition,Matatiki: Hornby Centre- Caf /Espresso bar,,20230503,20230614,20240418,,On behalf of procurement agent,No,,"Christchurch City Council is seeking the submission of detailed proposals for the Lease and Operation of the Cafe located at the new Matatiki : Hornby Centre, 197 Waterloo Road Hornby, Christchurch.",Awarded,,0,20250410 Christchurch City Council,26846026,Request for Quotations,Closed Competition,St Davids Street Pipeline Renewal (Lyttleton),,20230811,20230907,20231019,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Installation of approximately 60m of DN300 & DN225 PVC-U stormwater piping and related structures to renew the existing above ground piping that runs along and over the heritage concrete stormwater channel running alongside the boundary of 14 St David Street between St David Street and The Terrace in Lyttleton. The work involves the removal of the existing DN200 above ground concrete piping and reinstatement of a new stormwater above ground piping on plinth structures to protect the integrity of the heritage channel. Specific Archaeological Authority conditions apply to these works: The installation of a new stormwater pipeline on top of a heritage concrete channel The deconstruction and reinstatement of a red scoria retaining wall. An archaeologist is required to monitor and record the on-site archaeological work. CCC have contracted Underground Overground to conduct these activities.",Not Awarded,This contract has been awarded to Westroads Limited T/A Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 60 Working Days,0,20250410 Christchurch City Council,26849689,Request for Quotations,Open Competition,Panel of Property Valuation,,20230512,20230616,20231019,,On behalf of procurement agent,No,,"The Services for this RFP shall include, but are not limited to: Provision of Property Valuation Services The Supplier shall be an independent registered Valuer undertaking the valuation of property assets and interests arising from the day to day operation of the Property Consultancy and Leasing Consultancy Teams, (Sustainable City Growth & Property Group) Development Support Team (Resource Consents Unit) and the Asset Planning and Management Team (Parks Unit).",Not Awarded,,0,20250410 Christchurch City Council,26873934,Request for Proposals,Closed Competition,Information Management Transformation Programme,26793451,20230131,20230224,20230321,Procurement & Contracts,Sole Agency,No,,"The purpose of this procurement is to secure a strategic partner for the implementation of the Information Management Transform Programme to support the Modern Workplace Programme (SharePoint, Teams) ensuring PRA compliance and best practice Information Management.",Not Awarded,,0,20250410 Christchurch City Council,26875598,Request for Quotations,Closed Competition,"CPMS62243 - SW Steamwharf Stream, Palinurus to Dyers Bank Renewal Works",KC-2022,20230228,20230314,20230316,Infrastructure,Sole Agency,No,,"Physical work to renew existing planted areas, carry out bank rehabilitation through earthworks and plantings and stock proof fencing.",Awarded,,0,20250410 Christchurch City Council,26880038,Request for Quotations,Closed Competition,Water Mains Renewal Grassmere Street and Dulles Place,,20230731,20230904,20231106,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Renewal of water supply assets on Dulles Place that are at the end of their design life, in accordance with the Contract. Installation of new water supply assets of Grassmere Street, in accordance with the Contract.",Awarded,This contract has been awarded to Utilities Infrastructure NZ Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 100 Working Days.,0,20250410 Christchurch City Council,26887978,Request for Proposals,Closed Competition,Transactional and Merchant Banking Services,272,20230803,20230831,20231129,Corporate,Sole Agency,No,,"The purpose of this RFP is to invite the Prospective Supplier to submit its Proposal for Banking Services, including transactional banking, foreign exchange, merchant, and card services.",Awarded,,0,20250410 Christchurch City Council,26929806,Request for Proposals,Open Competition,Structural and Geotechnical Engineering Panel,,20230718,20230821,20231212,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to establish a Panel of Structural and Geotechnical Engineering Consultants with the skills and experience for the provision of the Services to the Council. The Services are separated into four (4) panel categories: Geotechnical Investigation and Reporting Bridges, Culverts, and Retaining Walls Marine Structures Slope Stability Engineering The Services will be primarily delivered to the Councils Technical Services and Design Unit, the Transport and Waste Unit and Parks Unit, in accordance with the Councils current approved Long-Term Plan. The rest of the Council may also use the Panel of consultants for professional services, relevant to needs that may arise from within these businesses.",Awarded,"This contract has been awarded to AECOM New Zealand Limited, Beca Ltd, Eliot Sinclair, ENGEO Ltd, GHD, Jacobs New Zealand Limited, Stantec New Zealand, Tonkin & Taylor Limited and WSP and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 3 + 2 years.",0,20250410 Christchurch City Council,26974727,Request for Quotations,Closed Competition,McSaveneys Road Drain Timber Lining Renewals,,20231024,20231122,20240116,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The renewal of 690m of existing timber lining along the northern boundary of the road corridor of McSaveneys Road, Marshlands",Awarded,This contract has been awarded to Seipp Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 58 Working Days.,0,20250410 Christchurch City Council,26975483,Request for Proposals,Open Competition,SAP Consultancy Support Services Panel (RFP),,20230510,20230609,20231020,Corporate,Sole Agency,No,,"This Request for Proposal (RFP) aims to engage SAP consultants to provide appropriately skilled and qualified dedicated resource(s) to provide software development and technical advisory services in the SAP space. As such, successful Respondents will be a key partner in evolving SAP-based software assets over the next few years. As such, we are seeking partners who are able to provide: Guidance regarding robust solution design Advice and suggestions for alternatives and opportunities Efficient and high-quality delivery of work Successive degrees of depth in a very broad range of relevant technical skills Flexibility to accommodate shifting priorities and workload Engagement in and commitment to achieving Council objectives Support Services",Awarded,"We are pleased to announce the appointment of the following providers to the SAP Consultancy Support Service Panel: Accenture NZ Ltd Datacom Group Ltd DXC Technology NZ Ltd Ernst & Young Ltd Tata Consultancy Services Ltd",0,20250410 Christchurch City Council,26975801,Request for Tenders,Closed Competition,Whiti-Reia Cathedral Square Areas 3 & 4,CW-2022,20230320,20230419,20230601,Infrastructure,Sole Agency,No,,"Replacement of the landscape surfaces (pavers), partial infrastructure, planting, lighting and seating.",Awarded,,0,20250410 Christchurch City Council,27007157,Request for Quotations,Closed Competition,Groynes Weir Footbridge Replacement,SG-2022,20230306,20230329,20230414,Infrastructure,Sole Agency,No,,Groynes footbridge removal and reconstrcution,Awarded,,0,20250410 Christchurch City Council,27007316,Request for Quotations,Closed Competition,Waimairi Stream Lining Work Package 2,MD-2023,20231107,20231213,20240220,Infrastructure,Sole Agency,No,,"Replacement of existing timber linings along Waimairi Stream in Fendalton. Replacement is considering removal of the timber lining and providing a bank treatment that enhances the ecology of the stream for biodiversity and improved flow capacity.",Awarded,,0,20250410 Christchurch City Council,27052367,Request for Quotations,Closed Competition,SP102 - Marine Parade Carparks,BP-2022,20230308,20230329,20230406,Infrastructure,Sole Agency,No,,Overlay Resurfacing of roadside carparks along Marine Parade and Aston Drive,Awarded,,0,20250410 Christchurch City Council,27052766,Request for Quotations,Closed Competition,SP101 Riccarton Avenue Botanical Gardens,KI-2022,20230308,20230322,20230403,Infrastructure,Sole Agency,No,,Renewal of pathway within the Botanical Gardens along Riccarton Avenue,Awarded,,0,20250410 Christchurch City Council,27055685,Request for Quotations,Closed Competition,SP94 Edger MacIntosh Park Path Renewals,KI-2022,20230309,20230324,20230328,Infrastructure,Sole Agency,No,,Renewals of path surfaces within Edger MacIntosh Park,Awarded,,0,20250410 Christchurch City Council,27110260,Request for Quotations,Closed Competition,Takapuneke Reserve Retaining wall cladding and seat installation,SG-2022,20230412,20230517,20230529,Infrastructure,Sole Agency,No,,Supply and install decorative hardwood timber cladding to existing retaining wall,Awarded,,0,20250410 Christchurch City Council,27136246,Request for Proposals,Open Competition,"Christchurch City Council Otakaro Avon River Corridor (OARC) and Community Parks Furniture Design, Fabrication and Supply",,20231006,20231215,20240626,Infrastructure,Sole Agency,No,,"The design, fabrication, and supply of a bespoke suite of park furniture for use within the Otakaro Avon River Corridor and Community Parks in Christchurch for a contracted period.",Not Awarded,"27136246 Otakaro Avon River Corridor (OARC) and Community Parks Furniture Design, Fabrication and Supply was awarded to ENI Engineering Ltd.",0,20250410 Christchurch City Council,27159116,Request for Quotations,Closed Competition,"Southwark Street Tree Planting, roading and parking changes",CE-2022,20230418,20230505,20230512,Infrastructure,Sole Agency,No,,"Plant 6 trees into Southwark Street, Christchurch as follows The contract works are to cover the following: 1) Plant 1 x Magnolia tree within an existing tree berm, on the South Side of Southwark Street as detailed on plan LP401202, dated 9/2/2023 (Attachment A). 2) Install 1 x park bench next to this Magnolia tree 3) Plant 1 x Acer Bowhall tree within an existing tree berm, on the North Side of Southwark Street as detailed on plan LP401202, dated 9/2/2023 (Attachment A) 4) Plant 4 x Acer Bowhall trees within tree pit build outs into the road, 2 on the North Side of Southwark Street and 2 on the South Side of Southwark Street as detailed on plan LP401202 (Attachment A). Low level landscaping will be required to be planted under theses trees. 4 of the trees will require roading changes to be made and the removal of car park spaces.",Awarded,Awarded 12.5.2023 to GSL,0,20250410 Christchurch City Council,27209161,Request for Quotations,Closed Competition,Sub Main Renewal Sydenham and Spreydon,,20230510,20230616,20230725,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Tendering of the construction works element for sub main renewals, for the streets in the suburbs of Spreydon and Sydenham as detailed in the specification.",Not Awarded,This contract has been awarded to Westroads Ltd (trading as Trenching Dynamix) and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 352 Working Days.,0,20250410 Christchurch City Council,27231538,Request for Quotations,Closed Competition,WS Akaroa LAube Hill Enabling Works,,20230517,20230612,20231218,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Perform enabling works for a new reservoir tank at L'aube Hill.",Awarded,This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 102 Working Days.,0,20250410 Christchurch City Council,27233273,Request for Quotations,Closed Competition,Building Alterations No 6 Riccarton Avenue,DG-2022,20230417,20230510,20230511,Infrastructure,Sole Agency,No,,"Modifications to existing internal rooms, primarily to allow for Disability Access and improve the Laundry / Drying Room. External work to construct a new small carparking area and two wooded ramps.",Not Awarded,,0,20250410 Christchurch City Council,27254355,Request for Proposals,Closed Competition,Lancaster Park Pavilion,27396822,20231002,20231127,20240215,Infrastructure,Sole Agency,No,,"Lancaster Park has been redeveloped since the major earthquakes in 2010/2011 required the stadium to be demolished. Now new facilities are required to support sporting activities and local community activities within Lancaster Park. The new facilities are to include: ? Gender neutral change facilities for sports codes primarily Rugby Union and Cricket (primary seasonal tenants). ? Include open community spaces that can be either fully open or broken down into smaller spaces. ? Access to amenities including storage, kitchen and toilets. ? Provide opportunities for acknowledging the past sporting and cultural activity. ? External facing toilets for public use. The facility must sit comfortably in the environment adding amenity value to the park and its users, and will provide a key anchor for other future park developments to occur e.g. a destination playground.",Awarded,"This contract has been awarded to Amalgamated Builders Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 102 Working Days for Separable Portion 1, and 204 Working Days for Separable Portion 2",0,20250410 Christchurch City Council,27264781,Request for Quotations,Closed Competition,Waste Water Banks Peninsula Pumping & Storage Equipment Renewals,,20230627,20230801,20231024,,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Mechanical, Electrical & Electronic, Instrumentation, Control & Automation renewal and replacement at the scoped sites in the Banks Peninsula area. This involves the provision of design and build electrical renewals at the following Waste Water Pump Stations BPWwPS0617 Emerson Diamond Harbour BPWwPS0618 Church Bay Beach Diamond Harbour BPWwPS0619 Church Bay Main Diamond Harbour",Awarded,This contract has been awarded to Millenium Electrical and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 45 Working Days.,0,20250410 Christchurch City Council,27269930,Request for Quotations,Closed Competition,Redwoods Generator Renewal,,20230601,20230710,20231108,,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Replace and install exiting genset with new genset, along with any other services required to complete the works to the requisite standard.",Not Awarded,Tender was declined by Council.,0,20250410 Christchurch City Council,27271883,Request for Tenders,Closed Competition,RW3570 8 Days Road - construction works,SN-2022,20230508,20230607,20230710,Infrastructure,Sole Agency,No,,"RW3570 - 8 Days Road - supply of all plant, materials and labour to construct a new tied back timber pole retaining wall and reinstate associated roadway below the wall.",Awarded,,0,20250410 Christchurch City Council,27279712,Request for Quotations,Closed Competition,Tramway Maintenance Planning Consultancy Services,,20230905,20231003,20240125,Infrastructure,Sole Agency,No,,The Christchurch City Council is seeking your quotation for the supply of services in relation to Tramway Maintenance Planning as detailed in the RFQ.,Awarded,This contract has been awarded to Light Rail Consultants Pty Ltd. The duration of the contract is 60 Working Days.,0,20250410 Christchurch City Council,27353166,Request for Quotations,Open Competition,Naval Point Magazine Bay Marina Demolition,CE-2022,20230626,20230721,20230822,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for the safe demolition of a substantial part of the Magazine Bay Marina. The objective of this RFT process is to obtain sufficiently detailed information from Tenderers about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works.",Awarded,,0,20250410 Christchurch City Council,27354285,Request for Proposals,Open Competition,Drummonds Wharf and Dalys Wharf Redevelopments,,20240513,20240619,20240805,Infrastructure,Sole Agency,No,,Both Drummonds Jetty and Dalys Wharf are to be upgraded to make them suitable for use as temporary replacements for Akaroa Wharf. The Council intends to engage a suitably skilled and experienced contractor to undertake the redevelopment of Drummonds Jetty and Dalys Wharf in Akaroa.,Awarded,This contract has been awarded to HEB Construction.,0,20250410 Christchurch City Council,27356887,Request for Tenders,Open Competition,Summit Rd Retaining Walls RW3748 & RW3753 - construction,SN-2022,20230925,20231101,20240125,Infrastructure,Sole Agency,No,,Construction of two (2) similar anchored shotcrete walls (as per design) on Summit Road near Gebbies Pass.,Awarded,,0,20250410 Christchurch City Council,27359290,Request for Proposals,Open Competition,"Development Opportunity: 129 Gloucester St, Christchurch - Performing Arts Precinct",,20230607,20230811,20230914,Procurement & Contracts,Sole Agency,No,,"Christchurch City Council (Council) is now seeking the submission of detailed proposals for the development of space located at 129 Gloucester St (property). The objective of this RFP process is to obtain sufficiently detailed information from prospective parties about their organisations and their envisaged use of the space. Such information will enable the Council to select and enter into a development agreement with the preferred Respondent at the end of the RFP process. Occupation of the land is envisaged through a formal long-term lease. However other land holding formats will be considered on a case-by-case basis.",Not Awarded,"Not awarded Council will reconsider proposals submitted on an alternative basis, in accordance with 4.4(a) (iv) of the tendering conditions",0,20250410 Christchurch City Council,27374587,Request for Proposals,Closed Competition,Climate Emergency Response Fund (CERF) Works,,20230621,20230724,20230825,Infrastructure,Sole Agency,No,,"The Climate Emergency Response Fund (CERF) programme objective is to act as a catalyst towards the development of a high-quality, safe and reliable transport network, which will improve connectivity and the customer experience across Christchurch City, and will also improve safety outcomes and encourage more people to walk, bike or use public transport.",Awarded,This contract has been awarded to Isaac Construction Ltd and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,27384653,Request for Quotations,Closed Competition,Kainga Basins Wetland delineation and contamination investigation,MJP-2022,20230517,20230526,20230601,Infrastructure,Sole Agency,No,,Wetland delineation and site contamination investigation works,Not Awarded,Awarded to PDP,0,20250410 Christchurch City Council,27393191,Request for Quotations,Closed Competition,MCR Northern Line Section 2,MG-2022,20230710,20230712,20230823,Infrastructure,Sole Agency,No,,Cycleway Construction between Tuckers Rd to Sturrocks Rd and Barnes Rd to Main North Rd in the KiwiRail corridor and the upgrade of three rail crossings.,Awarded,,0,20250410 Christchurch City Council,27401551,Request for Quotations,Closed Competition,ANZAC Drive Wastewater Emergency Repairs Gravity Trunk Renewal,,20240403,20240408,20240509,Infrastructure,Sole Agency,No,,Emergency renewal of a trunk wastewater main damaged by hydrogen sulphide going across the road under Anzac Drive.,Awarded,This contract has been awarded to March Construction Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 125 Working Days.,0,20250410 Christchurch City Council,27412945,Request for Quotations,Open Competition,Programme Management Services for Transport Projects,,20230711,20230808,20230831,Infrastructure,Sole Agency,No,,"The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint one Supplier to provide the Services. The Services for this RFP shall include, but are not limited to, the provision of Programme Management services for externally funded Transport Capital Delivery Projects, including, but not limited to, those projects funded by the following funding streams: Climate Emergency Response (CERF) (Transport Choices Programme) total budget approx. $27m Christchurch Regeneration Acceleration Facility (CRAF) total budget approx. $40m Streets for People (S4P) total budget $4m Public Transport Futures (PT Futures) total budget to be confirmed. (the Projects).",Awarded,This contract has been awarded to Lucas Haining Limited.,0,20250410 Christchurch City Council,27449406,Request for Proposals,Open Competition,Christchurch Regeneration Acceleration Facility (CRAF) Professional Services,,20230807,20230913,20231024,Infrastructure,Sole Agency,No,,"The Christchurch Regeneration Acceleration Facility (CRAF) is a funding package from the Treasury for transport projects in Christchurch. The purpose of the funding is to make a difference to affected communities by improving liveability and to support their ongoing regeneration. The CRAF funding includes targeted roading and transport improvements to deliver integrated safety, modal choice and asset improvements to communities which experienced significant damage and disruption, or increased transport demand/travel use due to a change in travel patterns following the earthquakes in five areas - Spreydon/Somerfield/Waltham/Beckenham, Linwood/Woolston, Richmond, New Brighton and Riccarton. The purpose of this RFP is to invite Prospective Consultants to submit Proposals for the provision of Consultancy Services for the scheme design and detailed design for the Spreydon/Somerfield/Waltham/Beckenham package of projects within the CRAF programme. The Consultant will be required to supply a team of consultants capable of delivering the scope of services outlined in this RFP. Upon completion of the Scheme Design, approval from the Council may be required to proceed with detailed design. The Council makes no commitment that such approval will be given. Respondents should be aware that if approval is not received, Work Packages within this RFP may be cancelled at that point. To align with our strategic aspirations, by awarding the contract to a Consultant, the Council intends to achieve value for money for Christchurch ratepayers and the wider community by working with a Consultant who is able to propose a design strategy that meets the requirements of stakeholders, including the local community, whilst remaining in budget. The Council invites Prospective Consultants to provide suggestions on how they might work with the Council to minimise costs and/or increase efficiency.",Awarded,This contract has been awarded to AECOM New Zealand Limited. The duration of the contract is 6 Months.,0,20250410 Christchurch City Council,27450572,Request for Tenders,Open Competition,Garden Road bridge and Poynder Ave bridge construction works,SN-2022,20230925,20231101,20231220,Infrastructure,Sole Agency,No,,"Physical works for the renewal of the bridges below as part of the Delivery Package Bridge Renewals project: a) Garden Road bridge b) Poynder Ave bridge The works will comprise the replacement of concrete structure and guardrails. There will be also concurrent works for Orion and Chorus services providers.",Awarded,,0,20250410 Christchurch City Council,27450646,Request for Tenders,Closed Competition,Lincoln Road Site Investigations,RG-2023,20230921,20231011,20231121,Infrastructure,Sole Agency,No,,"The site investigation works consists potholing including slot trenches potholes,radar across spanning the road corridor and around potholes and slot trenches, Boreholes with full pavement testing and scalars, 2m scalars around future traffic signal infrastructure, tramway foundation depth as a consequence of potholing, Hydrant and valve heights where indicated.",Awarded,,0,20250410 Christchurch City Council,27475128,Request for Quotations,Closed Competition,Avon Park Redevelopment,,20231214,20240209,20240405,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The redevelopment of Avon Park in the Otakaro Avon River Corridor, including: The removal of the existing stopbank, the decommissioning of existing wastewater and water supply and stormwater infrastructure, and the removal of Avonside Drive through the park site. Significant earthworks, including the construction of stopbanks, to contour the site and provide flood protection. Construction of a boardwalk, basketball court, car parks and playground. Installation of drainage and other stormwater assets. Relocation of the existing toilet block. Landscaping and planting, including the installation of furniture.",Awarded,,0,20250410 Christchurch City Council,27504704,Request for Tenders,Open Competition,56 Brighton Mall Demolition,,20230726,20230823,20230918,Infrastructure,Sole Agency,No,,"The scope of this contract is the demolition of 56 Brighton Mall, this includes the removal of all ACM and the demolition of a two-level building. The Contract works generally include, but are not limited to: o Demolition and removal of 56 Brighton Mall; o Disconnection and capping of services (power, water, stormwater, etc.); o Removal of ground floor slab, foundations and pile caps; o Removal and disposal of furniture and items in the building; o Backfill of removed foundations with AP40 / AP20and compacting depends how soft it is see Scope of Works.",Awarded,This contract has been awarded to Southern Demolition and Salvage Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 2.5 months.,0,20250410 Christchurch City Council,27508188,Request for Quotations,Closed Competition,Water Supply Pipe Renewals at Mt Pleasant,,20230906,20231010,20240110,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Provision of physical works for Potable Water mains (renewal of DN150 and DN200 steel watermains) in the Port Hills in those streets detailed in the tender specification documents.",Awarded,,0,20250410 Christchurch City Council,27516629,Request for Tenders,Open Competition,Lancaster Park Four-Bay Shed - Design and Build,MC-2022,20230608,20230705,20230804,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Respondents to submit their Tenders for the design, supply or construction and installation of a four-bay shed at Lancaster Park (former stadium site at 40 Stevens Street, Christchurch)",Awarded,,0,20250410 Christchurch City Council,27540865,Request for Quotations,Closed Competition,Water Supply Mains Memorial Hampton Frith and Grangewood,,20230803,20230906,20231107,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Water supply mains pipe renewals in Burnside at the streets detailed in the scope of works.",Awarded,This contract has been awarded to Isaac Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 160 Working Days,0,20250410 Christchurch City Council,27589103,Request for Quotations,Closed Competition,"Akaroa Water Mains (WM) Renewal Tirohanga Drive, Woodills Road and Rue Lavaud",,20230823,20230919,20231108,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Renew water main and submain and decommission water main at Tirohanga Drive, Woodills Road, Rue Lavard in Akaora.",Awarded,This contract has been awarded to CORDE Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 110 Working Days.,0,20250410 Christchurch City Council,27594700,Request for Quotations,Closed Competition,Fyfe Road Pump Station Renewal (PS0101),,20231108,20231201,20240301,Infrastructure,Sole Agency,No,," Supply and installation of the wet well and construction of the associated connections and reinstatement of the pump station facility Commissioning of the new facility and dis-establishment of any temporary works.",Awarded,This contract has been awarded to CORDE Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 92 Working Days,0,20250410 Christchurch City Council,27595475,Request for Tenders,Closed Competition,Safety Improvements - Intersections Avonhead/Merrin/Grahams/Withells,RMcG-2022,20230726,20230811,20231027,Infrastructure,Sole Agency,No,,Safety Improvements for the intersections of Avonhead Road / Merrin Street /Grahams Road and Merrin Street / Withells Road,Awarded,,0,20250410 Christchurch City Council,27613645,Request for Proposals,Open Competition,"Bus Shelter Maintenance, Supply and Install Works",,20241001,20241029,20250114,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Respondents to submit their Proposals for bus stop shelter maintenance, supply and installation.",Awarded,This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,27635591,Request for Tenders,Closed Competition,Hardscapes Panel SP109 Nga Puna Wai Road surfacing,BP-2022,20230629,20230719,20230724,Infrastructure,Sole Agency,No,,Shaping and surfacing of existing construction road from Nga Puna Wai Carpark to Wigram Road,Awarded,,0,20250410 Christchurch City Council,27650793,Request for Tenders,Closed Competition,Linwood Village on Stanmore Road from Hereford Street to Gloucester Street,RG-2023,20230815,20230908,20231002,Infrastructure,Sole Agency,No,,"This contract involves the construction of kerbs and channels , paving and paths , shoulder reconstruction, tree pits and landscape planting, drainage works , service authority trenching, street furniture,intergrated paved art work, lane marking and signage, submain renewal and signals for Linwood Village on Stanmore19/07/2023 Road from Hereford Street to Gloucester Street",Awarded,,0,20250410 Christchurch City Council,27651133,Request for Quotations,Closed Competition,Waste Water Mains Renewal Meadow Street,,20231214,20240212,20240424,Infrastructure,Sole Agency,No,,Provision of physical works for Wastewater mains and lateral renewals at Meadow Street.,Awarded,This contract has been awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 60 Working Days,0,20250410 Christchurch City Council,27653502,Request for Tenders,Closed Competition,SP110 Kyle Park Path Renewals,BP-2023,20230705,20230726,20230804,Infrastructure,Sole Agency,No,,Renewal of paths at Kyle Park,Awarded,,0,20250410 Christchurch City Council,27653788,Request for Tenders,Closed Competition,SP111 Denton Park Path Renewals,BP2023,20230705,20230726,20230804,Infrastructure,Sole Agency,No,,Renewal of Paths at Denton Park,Awarded,,0,20250410 Christchurch City Council,27662568,Request for Tenders,Closed Competition,Safety at Schools - Heaton Street Signalised Pedestrian Crossing,RMcG-2023,20230719,20230811,20230825,Infrastructure,Sole Agency,No,,"Safety at Schools - Heaton Street Signalised Pedestrian Crossing and Safety Priority Project Marshland Road/Briggs Road Signalised Intersection Upgrade The purpose of this RFT is to invite Tenderers to submit their Tenders for Safety Improvements at two Locations: Upgrading of the kea crossing on the Heaton Street entrance to Heaton Normal Intermediate School with a raised signalised pedestrian crossing (Site A). and upgrading the existing traffic signals/installing raised platforms at Marshland Road and Briggs Road Intersection (Site B)",Awarded,,0,20250410 Christchurch City Council,27663253,Request for Tenders,Closed Competition,Safety Improvements for the intersections of Clyde Road/Greers Road and Clyde Road/Ilam Road,CN-2023,20230726,20230811,20230824,Infrastructure,Sole Agency,No,,"Clyde Road/Greers Road - safety improvments including intersection kerb realignment, median islands, paths, road humps, signage and markings. Clyde Road/Ilam Road intersection - upgrade of roundabout including median islands, roundabout apron and shoulders, plant beds, paths, road humps, signage and markings.",Awarded,,0,20250410 Christchurch City Council,27675639,Request for Tenders,Open Competition,Lyttleton sports field upgrades,RG-2023,20230807,20230906,20231010,Infrastructure,Sole Agency,No,,"Stripping off existing grass surface, harvesting topsoil for re-use, creation of formation layer, importation and placement of riverrun gravel, installation of drainage, importation and placement of Class 1 topsoil, installation of an irrigation system, installation of artificial surface sports areas and turf establishment.",Not Awarded,Awarded 2.10.23 to MCL.,0,20250410 Christchurch City Council,27699705,Request for Quotations,Closed Competition,Design Basis for Akaroa Wastewater Treatment and Reuse,,20230713,20230810,20230908,Infrastructure,Sole Agency,No,,The Christchurch City Council (Council) is undertaking a series of projects in order to replace the existing Akaroa wastewater treatment and disposal facility to a new treatment and land-based disposal system.,Awarded,"This contract has been awarded to AECOM NEW ZEALAND LIMITED and will start on a date to be advised by the Engineer's Rep. The duration of the contract is: Stage 1a 07/12/2023, Stage 1b 28/02/2024 and Stage 2 04/04/2024.",0,20250410 Christchurch City Council,27717960,Request for Quotations,Closed Competition,Duvauchelle Reclaimed Water Treatment and Reuse Scheme AEE and Resource Consent Application,,20230719,20230815,20230914,Infrastructure,Sole Agency,No,,"The Duvauchelle Wastewater Treatment Plant (WWTP) currently disposes of treated wastewater to Duvauchelle Bay within Akaroa Harbour via an ocean outfall. The long-term consent for this activity has expired and the Christchurch City Council applied for a new resource consent to allow the outfall to continue until 2031. For operations beyond that, we intend to irrigate the treated wastewater to land in Duvauchelle. In 2022, Council consulted on options for the disposal/reuse of treated wastewater and determined to construct a scheme to drip irrigate Akaroa Golf Course margins and the tree block owned by CCC above the golf course. Option 1: Spray and drip irrigate the Akaroa Golf Course Option 2: Drip irrigates Akaroa Golf Course margins only as well as private property. Consultation has now closed with Option 1 being recommended by the Hearings Panel and endorsed by Council resolution, along with an additional seven recommendations also being included, at the 08 September 2022 Council Meeting. CCC has submitted to Environment Canterbury a Consent application seeking a short-term eight-year consent for the existing outfall which has been granted and expires on July 2031. The new scheme must therefore be contented, designed, constructed, and commissioned by 2031.",Awarded,This contract has been awarded to Pattle Delamore Partners Limited.,0,20250410 Christchurch City Council,27736271,Request for Quotations,Open Competition,Christchurch City Art Gallery Wall Screens,,20230816,20230901,20230921,Procurement & Contracts,Sole Agency,No,,"Christchurch City Council is looking to engage with a partner for the sourcing, installation and extended warranty support of new panel screens for the Christchurch Art Gallery. Future partner must ensure the sustainable way to dispose the current screens as per council's approval. The project includes - To replace current lot of wall mounted display screens placed at the reception wall of the Christchurch Art Gallery by 20 September 2023. Council is looking to. A) Purchase of new wall mounted display screens replacing current lot of 36* 55 screens with the new ones B) Delivered and Installed with all hardware requirements. C) Removal and sustainable disposal or resale of the current panel screens. - All assets must be disposed of in accordance with the Council Asset Disposal Policy. D) After sales extended warranty support service and maintenance. E) Delivery and installation work must be proposed with minimal obstructions to the Art Gallery daily operations.",Awarded,,0,20250410 Christchurch City Council,27755864,Request for Quotations,Closed Competition,Sandy Ave Wastewater Renewals,,20240220,20240319,20240718,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Wastewater renewals at Sandy Ave using a BIM model developed via ECI",Not Awarded,,0,20250410 Christchurch City Council,27798787,Request for Quotations,Closed Competition,South Express MCR - Section 6W Kyle Park,NW-2023,20240311,20240322,20240712,Infrastructure,Sole Agency,No,,Widening of existing footpath on Waterloo Road to create a shared walking and cycling path as part of South Express MCR. The works include construction of a low landscaping wall.,Awarded,,0,20250410 Christchurch City Council,27851259,Request for Proposals,Open Competition,Resource Consent Processing and Advisory Panel,,20230929,20231027,20240401,Operations,Sole Agency,No,,"Provide resource consent processing services for the Christchurch City Council, which includes providing effective and efficient management and administration of resource consent applications, including quality assuring work.",Awarded,,0,20250410 Christchurch City Council,27889376,Request for Proposals,Open Competition,"36 Union Street, New Brighton (Proposed Sale).",,20231106,20240126,20240730,,On behalf of procurement agent,No,,"The Council is seeking Requests for Proposals (RFP) from Community Groups (ie incorporated not for profit groups with charitable purpose or similar) or Housing Providers (ie Community Housing providers, Progressive Home Ownership providers and consortia committed to providing affordable homes for either ownership or rental) as potential purchasers of the site on an as is where is basis.",Not Awarded,Property sold,0,20250410 Christchurch City Council,27935392,Request for Quotations,Closed Competition,"Somerfield WWPS, Pressure Main and Sewer Upgrades",TU-2023,20230822,20230920,20231018,Infrastructure,Sole Agency,No,,"The construction of infrastructure required to transfer up to 570l/s of wet weather flows from the PS20 catchment to the Southern Relief. This will include: - Upgrading of approximately 2.1km of gravity network - Construction of a new 570l/s wet weather flow pump station - Construction of approximately 2.5km of pressure main",Awarded,,0,20250410 Christchurch City Council,27937286,Request for Quotations,Closed Competition,Water Supply Mains West Riccarton,,20231115,20231212,20231221,Infrastructure,Sole Agency,No,,"Renewal of water supply mains renewals in Riccarton, Fendalton and Avonhead area: (1) Ayr St-Mona Vale Ave to Deans Ave (2) Darvel St-Riccarton Rd to Matai St East (3) Mona Vale Ave-Riccarton Rd to Matai St East (4) Mathia St / Chapter St-Mays Rd to Rutland St (5) Chapter St-Mathias St to Bretts Rd (6) Jacksons Rd-Fendalton Rd to Wroxton Tce",Awarded,This contract has been awarded to Westroads Limited T/A Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 142 Working Days,0,20250410 Christchurch City Council,27938583,Request for Quotations,Closed Competition,Rawhiti Domain sports turf renewal,RG-2023,20230824,20230913,20231004,Infrastructure,Sole Agency,No,,"1. Installation of temporary fencing 2. Spray out of the existing surface 3. Existing sprinkler head salvage 4. Installation of a new irrigation system 5. Resurfacing of the cricket block 6. Surface cultivation 7. Surface smoothing 8. Turf grass sowing and grow-in",Awarded,,0,20250410 Christchurch City Council,27953270,Request for Quotations,Closed Competition,SP113 Canterbury Showgrounds - Driveway Renewals,KI-2023,20230825,20230908,20230919,Infrastructure,Sole Agency,No,,Asphalt and chip seal driveway renewals,Awarded,,0,20250410 Christchurch City Council,27959496,Request for Quotations,Closed Competition,Harewood Road MCR Early Contractor Involvement,,20231020,20231110,20240201,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Early contractor involvement (ECI) including investigation works.",Awarded,This contract has been awarded to Isaac Construction Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 75 Working Days.,0,20250410 Christchurch City Council,27970558,Request for Quotations,Closed Competition,SP114 Hagley Oval Carpark Re-Development,,20230830,20230913,20230920,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. For the redevelopment of existing Hagley Oval gravel carpark, upgrading this to a redesigned asphalt finished surface, including new drainage infrastructure. See the Schedule of Prices for more detail on materials and depths required. All works are to comply with CCC CSS Part 6 Roading, plans and designed specifications. Specification as per plans provided, Establishment and disestablishment including security fencing and site signage, Traffic Management requirements Trucks Crossing, Pedestrian Management Plan. Safety Plan - SSSP Environmental EMP Document Tree Protection Plan Audits required CCC will complete monthly.",Awarded,,0,20250410 Christchurch City Council,27988571,Request for Quotations,Closed Competition,Eastman Wetland Bridge Construction,,20231018,20231107,20231204,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Construction of a 11m span, 3.5m wide timber piled bridge across Cashmere Stream. The works also include some earthworks and landscaping to form the approaches and stabilise the stream banks in accordance with the Contract.",Awarded,This contract has been awarded to CORDE Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 46 Working Days.,0,20250410 Christchurch City Council,28043064,Request for Tenders,Closed Competition,Innes Road Street Renewal (Mersey to the Shops Past Philpotts),SK-2023,20230913,20231011,20231213,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for Innes Road Advanced Engagement and Physical Works for Innes Road between Mersey Street and 420 Innes Road. Separable Portion 1 includes physical investigation works onsite (service location confirmations and minor enabling works for the main physical works - if identified), consultation with stakeholders/community to manage effects of construction. Separable Portion 2 includes the main physical works which involves renewal of the existing carriageway pavement, renewal of some sections of kerb and channel and footpaths, kerb build outs/central islands on some side streets, pedestrian refuge islands, upgrade of two exiting zebra crossings to raised safety platforms, landscape planting, some drainage works, service authority trenching, street furniture, lane marking and signage, water main renewal from Mersey Street to Philpotts Road.",Awarded,,0,20250410 Christchurch City Council,28043552,Request for Quotations,Closed Competition,Stormwater (SW) Clarence Street Renewal Works,,20241003,20241029,20250227,Infrastructure,Sole Agency,No,,"Reline 163m of existing damaged DN600 Reinforced Concrete Rubber Ring Joint (RCRRJ) stormwater pipe located on under the carriageway of 97 Riccarton Rd, 197 and 199 Clarence Street, Riccarton. Two relining options have been considered Cured in Place Pipe lining (CIPP) and Structural Spiral Wound Lining (SSW).",Not Awarded,No response received.,0,20250410 Christchurch City Council,28066740,Request for Proposals,Closed Competition,Pump Station Health & Safety Renewals 2023,,20231205,20231222,20240409,Infrastructure,Sole Agency,No,,"Tender of a contract to deliver the following works: Wastewater (WW) Pump Stations o Height and Safety Risks for 3 WW PS at Banks Peninsula PS0611, PS0617 and PS0619. o Design and build of fall protection and McBerns Protection for safety hatches Water Supply (WS) Pump Stations o Safety guarding for access ways, provision of edge protection, anchor points and safety platforms at various reservoirs. Currently 29 identified in Christchurch City with the potential of additional sites added in Banks Peninsula in upcoming years.",Awarded,This contract has been awarded to MEL 2020 Limited and will start on a date to be advised by the Engineer's Rep. The Completion Date for this contract is 17/01/2025.,0,20250410 Christchurch City Council,28068306,Request for Quotations,Closed Competition,City to Sea Pathway (West),,20240213,20240404,20240607,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The construction of the western section of the City to Sea Pathway, a shared pathway which runs between Fitzgerald Avenue and Avon Park. The City to Sea West Pathway generally follows the route of the Otakaro Avon River, replacing closed roads, and crossing former residential land. Reach 1 and a significant portion of Reach 2 (below) is to be built on top of the existing River Road. The remaining sections will traverse through the historic residential areas of the red zone.",Awarded,,0,20250410 Christchurch City Council,28068376,Request for Quotations,Closed Competition,Waste Water (WW) Pump Station 11 Randolph MEICA Renewals,,20240719,20240826,20241101,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Pump Station 11 is a critical part of the Christchurch wastewater network. It is a Terminal Station, meaning that it is the last link between multiple upstream pump stations, large catchment areas, and the Treatment Plant. The pump station receives large flows from the city's southwest, central, and western parts. The station is equipped with 4 x 320kw submersible pumps and is Christchurch's largest wastewater pump station by volume. Wastewater flows into the station and is divided into two wet wells, which electrically operated penstocks can isolate. The two wet wells are equipped with two pumps in each wet well. Each set of two pumps sends the wastewater into two rising mains, which terminate at the CWTP. The rising mains also have electrically actuated valves to isolate or cross-connect the pipes. Backup Generators supplement the two Main Switchboards, each providing a good level of redundancy and allowing for Load shedding during an Orion Control Demand Period. Two PLCs operate the station, providing redundancy on a duty/standby basis. A third PLC is used for data transfer between the station and Network control. The pump station was constructed in 2004 and has not had any upgrades to the electrical equipment other than occasional repairs and plant additions to enable better site visibility from Network Operations.",Awarded,This contract has been awarded to Downer NZ,0,20250410 Christchurch City Council,28071734,Request for Tenders,Open Competition,Cowles Stadium Works,,20231124,20231215,20240117,Infrastructure,Sole Agency,No,,"Cowles Stadium has received investment from Council over the past few years to extend its operational life. Despite this, the building still shows signs of wear and tear due to deferred maintenance and general age. The purpose of this project is to deliver a package of works that will provide asset renewals at end of life required to support the operation and ongoing work streams required to meet levels of service. The main objective is to ensure Cowles Stadium is operating correctly, avoiding unscheduled breakdowns and downtime. The Scope The scope of work is outlined in the Schedule included. It broadly covers: 1. Cladding refurbishments & sealing of penetrations. 2. Painting 3. Replacement of low roofs 4. Replacement / refurbishment of doors as per specification 5. Replacement / refurbishment of windows as per specification 6. Update door locking hardware. 7. Tree removal 8. Various other work in scope to improve the overall look and functionality of Cowles Stadium",Awarded,This contract has been awarded to Hayward Construction Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 25 Working Days.,0,20250410 Christchurch City Council,28207552,Request for Quotations,Closed Competition,"Water Supply Mains Burwood, Stanford & Newhaven Renewals",,20240612,20240723,20240814,Infrastructure,Sole Agency,No,,"Renewal of Water Supply WS Mains and Submain in 1) Burwood Rd from Mairehau Rd to Burwood Pump Station (168E Burwood Rd) 2) Burwood Rd from Mairehau Rd to Nederland Ave/Rothesay Rd (WsFittingID 52509); 3) Stanford St from Burwood Rd to Greenhaven Dr; and 4) Newhaven St from Burwood Rd to Greenhaven Dr",Awarded,,0,20250410 Christchurch City Council,28218228,Request for Tenders,Closed Competition,Central City Projects- High Street (Tuam to St Asaph),CW-2023,20231009,20231115,20231221,Infrastructure,Sole Agency,No,,"High Street (Tuam to St Asaph) is a Transport project to improve the streetscape and landscaping along the southern block of High Street. This includes: - Enhancing the streetscape along the route and making it one-way southbound - Providing wider footpaths for improved pedestrian access to the surrounding businesses - Providing a critical missing safe cycle route between Tuam and St Asaph Streets- linking the central city cycleway networks with the Heathcote Express major cycle route - Providing a simplified intersection at High and Tuam Street - Implementing a 10km/h speed limit",Awarded,Awarded to CORDE Limited 20.12.2023,0,20250410 Christchurch City Council,28231344,Request for Quotations,Closed Competition,Submain Renewal Mount Pleasant,,20231213,20240209,20240328,Infrastructure,Sole Agency,No,,Renewal of sub mains in Mt Pleasant as scoped in the principals requirements.,Awarded,This contract has been awarded to Utilities Infrastructure New Zealand (UINZ) and will start on date to be advised by the Engineer's Rep. The duration of the contract is 110 Working days.,0,20250410 Christchurch City Council,28231373,Request for Quotations,Closed Competition,Watermain Renewal Sparks Road,,20231106,20231206,20240219,Infrastructure,Sole Agency,No,,Renew water main and decommission water main at Sparks Road Christchurch.,Awarded,This contract has been awarded to Citycare Water Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 52 Working Days.,0,20250410 Christchurch City Council,28282324,Request for Proposals,Open Competition,Transport Professional Consultants Panel (2024),407,20240614,20240722,20241202,,Sole Agency,No,,"The purpose of the Transport Professional Consultancy Services Panel is to provide resources for the cost effective and efficient delivery of the Council's transport projects while considering environmental sustainability, social impact, economic benefits and the promotion of resilience in projects. Transport Professional Consultancy Services shall include, but not be limited to, policy and strategic planning, including business case preparation and scheme appraisal, engineering and design, project delivery - contract management, project and programme management, transport safe system audits and quantity surveying.",Awarded,,0,20250410 Christchurch City Council,28304242,Request for Quotations,Closed Competition,Quarry Road Drain Separation,28304242,20240605,20240722,20240815,Infrastructure,Sole Agency,No,,"Installation of approximately 250m length of pipeline, associated manholes and outlet structures, from Quarry Road Drain south along Sutherlands Road. A swale will also be constructed over the new pipeline.",Awarded,This contract has been awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 165 Working Days.,0,20250410 Christchurch City Council,28316285,Request for Quotations,Closed Competition,Akaroa Wastewater Treatment Plant Detailed Design,,20231214,20240307,20240624,Infrastructure,Sole Agency,No,,The Christchurch City Council (Council) is seeking proposals from suitably qualified and experienced consultants to undertake engineering design consultant services for the new Akaroa Wastewater Project.,Awarded,,0,20250410 Christchurch City Council,28334332,Request for Tenders,Closed Competition,Banks Street Reconstruction - Kirk Road to Kissel Street,CW-2023,20240220,20240313,20240411,Infrastructure,Sole Agency,No,,Kerb renewals and minor safety improvements on Banks St and Kissel St (Templeton),Awarded,,0,20250410 Christchurch City Council,28349463,Request for Quotations,Closed Competition,"Water Mains Renewal Lyttelton, Reserve Terrace, Randolph Terrace, Foster Terrace, Stevensons Steep",,20231027,20231123,20240126,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Renewal of supply assets that are at the end of their design life, in accordance with the Contract.",Awarded,This contract has been awarded to Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 150 Working Days.,0,20250410 Christchurch City Council,28364441,Request for Proposals,Open Competition,"Design, Supply, Install and commissioning of Rooftop PV Panels Matatiki Hornby Centre",382,20240313,20240410,20240528,Infrastructure,Sole Agency,No,,"Design, supply, install and commissioning of PV Solar Panels on roof of Matatiki Hornby Centre",Awarded,,0,20250410 Christchurch City Council,28387849,Request for Proposals,Open Competition,Parks Maintenance Equipment,,20231115,20231211,20231220,Infrastructure,Sole Agency,No,,"Parks have brought their Parks Maintenance service delivery back in-house. To that end, Council must procure its own plant and equipment to enable the delivery of maintenance services. This RFP relates to the procurement of a range of equipment listed below. To deliver the maintenance activity the following equipment is required by Council: Tractor(s) Rotary Tow-Behind Wide-Area Mower(s) Ride-On Rotary Wide-Area Mower(s) Electric Ride-On Rotary Mower Large(s) Electric Ride-On Rotary Mower Medium(s)",Awarded,"This contract has been awarded to Cama Products Limited, Parkland Products Limited, Carbon South Limited (Trading as Mean Green Electric Mowers), Norwood and Drummond & Etheridge.",0,20250410 Christchurch City Council,28461895,Request for Quotations,Closed Competition,Curletts Stormwater Outlet Structure Repair,,20240118,20240213,20240307,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Repairing a leakage at Curletts Stormwater Outlet Structure. The required works include but are not limited to: Temporary Works to isolate the Outlet structure work area from storm flows through the Curletts basin. Upstream lining with Geosynthetic Clay Liner (GCL) to prevent water leak. Reinstatement of all construction affected areas.",Awarded,This contract has been awarded to Hunter Civil Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 40 Working Days.,0,20250410 Christchurch City Council,28470133,Request for Quotations,Closed Competition,Cave Terrace Erosion Mitigation,KI-2023,20231116,20231201,20240216,Infrastructure,Sole Agency,No,,Bank stabilisation works,Awarded,,0,20250410 Christchurch City Council,28484257,Request for Quotations,Open Competition,Greening the East - Hereford Street Tree Pit Build and Plantings,CE-2023,20240307,20240405,20240405,Infrastructure,Sole Agency,No,,Greening the East Project - Hereford Street Tree Pit Build and Plantings between Fitzgerald Ave and Linwood Ave,Awarded,,0,20250410 Christchurch City Council,28496307,Request for Tenders,Closed Competition,Te Kaha Surrounding Streets,,20240122,20240315,20240611,Infrastructure,Sole Agency,No,"Tender Box, Christchurch City Council Reception, Ground Floor, 53 Hereford Street, Christchurch Central, Christchurch 8013",Upgrade of the streets surrounding Te Kaha and the renewal of some wastewater and water supply pipes.,Awarded,This contract has been awarded to Isaac Construction Limited and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,28526198,Request for Proposals,Open Competition,Inner City Rubbish & Recycling Collection,,20240227,20240325,20240520,Operations,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Inner City Rubbish & Recycling Collection.,Awarded,This contract has been awarded to WasteCo NZ Limited and will start on a date 01 July 2024. The duration of the contract until 30 June 2029.,0,20250410 Christchurch City Council,28555077,Request for Proposals,Open Competition,Provision of Building Regulation Specialist Engineering Services PAN093,PAN093,20240122,20240223,20240611,Procurement & Contracts,Sole Agency,No,,,Awarded,,0,20250410 Christchurch City Council,28579434,Request for Tenders,Open Competition,RW2176 - Canterbury St & RW2038 - Reserve Tce - Lyttelton Cemeteries walls,SN-2023,20240328,20240503,20240703,Infrastructure,Sole Agency,No,,Physical works for the renewal of RW2176 - Canterbury St & RW2038 - Reserve Tce - Lyttelton Cemeteries walls,Awarded,,0,20250410 Christchurch City Council,28596486,Request for Proposals,Open Competition,"Trucks Fitted with Deck Assembly & Electronics, Beacons & Winches",TD28596486,20240123,20240220,20240507,Operations,Sole Agency,No,,"This RFP is for the procurement of up to 26 Trucks fitted with deck assembly & electrics, beacons & winches. The truck is required to transport mowing equipment around Christchurch including rural and hill areas of Banks Peninsula.",Awarded,,0,20250410 Christchurch City Council,28625339,Request for Proposals,Open Competition,Parks Maintenance Specialist Equipment,,20240208,20240229,20240409,Infrastructure,Sole Agency,No,,"The Councils Parks Unit will be delivering parks maintenance activity in-house from 1 June 2024. To that end, Council must procure plant and equipment to enable the delivery of the maintenance activity. This RFP is for the procurement of two Parks Maintenance Specialist Equipment Categories: - Utility vehicle fitted with line marking attachment - Utility vehicle fitted with spray tank",Awarded,This contract has been awarded to Drummond and Etheridge.,0,20250410 Christchurch City Council,28625348,Request for Proposals,Open Competition,Parks Maintenance Small Plant,,20240208,20240229,20240417,Infrastructure,Sole Agency,No,,"The Councils Parks Unit will be delivering parks maintenance activity in-house from 1 June 2024. To that end, Council must procure plant and equipment to enable the delivery of the maintenance activity. This RFP is for the procurement of Parks Maintenance Small Plant, as set out below: - Electric Push Mower - Reel Mower - Electric Blower - Electric Line Trimmer - Electric Hedge Trimmer - Chipper - Electric Edging Machine",Awarded,This contract has been awarded to Fosters Outdoor Power Equipment Limited and Parkland Products.,0,20250410 Christchurch City Council,28633801,Request for Quotations,Closed Competition,Spencer Park Amenity Block Rebuild,,20240606,20240712,20240911,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Tenderers who were shortlisted via the Spencer Beach TOP 10 Holiday Park EOI process, to submit their Tenders for designing and rebuilding the Brown Falcon amenity block at Spencer Beach TOP 10 Holiday Park.",Awarded,This contract has been awarded to HANN Construction,0,20250410 Christchurch City Council,28671444,Request for Tenders,Closed Competition,Hardscapes Panel SP123 Ferrymead Park Pavillion Carpark,BP-2023,20240115,20240131,20240219,Infrastructure,Sole Agency,No,,Resurfacing of carparks,Awarded,,0,20250410 Christchurch City Council,28676459,Request for Quotations,Closed Competition,Canal Reserve Drain Phase 2 Prestons to Hawkins,,20240724,20240903,20241112,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: These Contract Works are part of Marshland Road Canal Reserve's renewal of timber-lined drains at the end of their asset life, which has been broken into two phases. Phase one has been previously tendered, and construction is complete. The purpose of this RFQ is to engage a Contractor to complete Phase 2, the scope of work of which is to renew the timber lined drain in Marshland Road from 297 Marshland Road (D10) to 794 Marshland Road (D01 D03). This contract will be delivered as two Separable Portions: SP1: Marshland Road 297 (D10) to 481 (D08) - Non-Lamprey section and Marshland Road 481 (D07) to 509 (D04) 2025 Lamprey section SP2: Marshland Road 794 (D01 D03) - 2026 Lamprey section",Awarded,This contract has been awarded to Seipp Construction Ltd.,0,20250410 Christchurch City Council,28680976,Request for Quotations,Closed Competition,Burnside and Farrington Generator Replacement,,20240220,20240326,20240725,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Replacing two diesel generators (including fuel tanks and associated acoustic and structural modifications), one at Burnside Water Pump Station and one at Farrington Pump Station. The required works include but are not limited to: Sourcing, importing and replacing two diesel generators.",Not Awarded,This tender was cancelled due to having insufficient budget.,0,20250410 Christchurch City Council,28681649,Request for Quotations,Closed Competition,Storm Water Addington Brook & Riccarton Drain Filtration Devices,,20240412,20240523,20240716,Infrastructure,Sole Agency,No,,"The scope of this procurement is for Professional Services - Preliminary and Detailed Design of two facilities at Addington Brook and Riccarton Main Drain, that will meet the requirements of project CPMS 41987.",Awarded,This contract has been awarded to AECOM NEW Zealand Limited and will start on a date to be advised by the Engineer's Rep.,0,20250410 Christchurch City Council,28708032,Request for Quotations,Closed Competition,Wastewater Pump and Storage MEICA Renewals FY24,,20240214,20240328,20240611,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The replacement of electrical and automation equipment (for example RTUs, Radios, Switchboards and Instrumentations) at the following wastewater pumping stations: o PS0034 Scarborough o PS0041 Mahars o PS0062 Tyrone o PS0065 Dufek o PS0073 Kennedys Bush o PS0074 Prestons o PS0079 Waterloo o PS0090 East Ellington o PS0094 Holbrook o PS0097 Birchgrove Note this is a design and build contract.",Awarded,,0,20250410 Christchurch City Council,28753808,Request for Quotations,Closed Competition,Bays Skatepark Sumner,BG-2023,20240130,20240228,20240502,Infrastructure,Sole Agency,No,,Construction of a new skate park in Sumner including associated landscaping,Awarded,,0,20250410 Christchurch City Council,28759163,Request for Quotations,Closed Competition,SW Highsted Styx Mill Reserve Wetland Detailed Design,,20240917,20241015,20241203,Infrastructure,Sole Agency,No,,"The detailed design of the proposed Styx Mill Reserve Wetland, including the preparation of tender documents comprising; specifications, drawings, SOP, ITP, Risk Register, SID, EMP and confirmation of the suitability of Council global consents for the construction and operation of the stormwater facility in order to meet the project objectives.",Awarded,This contract has been awarded to Stantec New Zealand and will start on a date to be advised by the Engineer's Rep. The completion date for the services is 18/11/2026.,0,20250410 Christchurch City Council,28793702,Request for Tenders,Closed Competition,Wastewater Upgrade Upper Riccarton Interceptor,,20240606,20240704,20240724,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders for provision of a Wastewater Upgrade of the Upper Riccarton Interceptor. The Scope of the Contract Works is the construction of a new DN600 gravity main along Maidstone Road, Creyke Road and Clyde Road from the intersection of Maidstone Road and Waimairi Road to the intersection with University Drive and Clyde Road.",Awarded,,0,20250410 Christchurch City Council,28797352,Request for Proposals,Closed Competition,Water Supply Kerrs Road Pump Station Drilling,,20240304,20240403,20240607,Infrastructure,Sole Agency,No,,"The project involves the following general scope: Drilling and development of four (4) water bores with a total target production capacity of greater than 146 L/s. Two (2) bores are expected to be up to 140 m deep in Aquifer 4 and two (2) bores are expected to be up to 200 m deep in Aquifer 5.",Awarded,This contract has been awarded to MCMILLAN DRILLING LIMITED and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 187 Working Days,0,20250410 Christchurch City Council,28814800,Request for Quotations,Open Competition,Small Utility Waste Bin Vehicles,,20240216,20240314,20240412,Operations,Sole Agency,No,,"This RFP is for the procurement of up to 4 Small Utility Waste Bin Vehicles. The truck is required to collect waste from the Parks and Reserves around Christchurch including rural and hill areas of Banks Peninsula, then deliver and dispose at the approved transfer stations and landfills. These vehicles are required to be delivered to Council for 1 June 2024. Trucks must be fitted with deck assembly & electrics, beacons & winches.",Awarded,This contract has been awarded to Manco Environmental Ltd.,0,20250410 Christchurch City Council,28832758,Request for Tenders,Open Competition,Mona Vale Bath House Works,,20240515,20240614,20240627,Infrastructure,Sole Agency,No,,"The Contract Works for this RFT include, but are not limited to: Structural strengthening and like-for-like repair work on a listed Heritage building (Mona Vale Bath House).",Awarded,This contract has been awarded to Armitage Williams Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 132 Working Days.,0,20250410 Christchurch City Council,28837313,Request for Quotations,Closed Competition,Roto Kohatu Reserve New Vehicle Entrance and Boardwalk,SG-2023,20240618,20240719,20240816,Infrastructure,Sole Agency,No,,"Construction works for two separable portions at Roto Kohatu Reserve. SP1. Entrance and Stormwater Basins, SP2. Lake Edge Terraces and Boat Ramp",Awarded,,0,20250410 Christchurch City Council,28837375,Request for Quotations,Closed Competition,Halswell Quarry Park Drainage Swales and Path - Seattle Gardens,SG-2023,20240409,20240529,20240719,Infrastructure,Sole Agency,No,,"Formation of grass swales, lime stabilise hillside under-runner, formation of gravel walking track, drainage pipework and landscape elements.",Awarded,,0,20250410 Christchurch City Council,28851267,Request for Tenders,Open Competition,Hagley Park Staff Facilities,RG-2023,20240223,20240327,20240520,Infrastructure,Sole Agency,No,,"Christchurch City Council is constructing a new building in Hagley Park at Hagley Oval as a base for grounds staff. The building is centrally located within South Hagley Park, adjacent to the Hadlee Pavilion. The intended building is to replace the functions provided by the old caretakers house nearer Riccarton Road. The key functional requirements of the new building are to provide a common area at the first-floor level to enable good oversight to the surrounding park and at the ground floor to create an area for amenities and an area suitable for functional storage for the grounds team staff.",Awarded,,0,20250410 Christchurch City Council,28853747,Request for Quotations,Closed Competition,Hard Surfaces Panel SP124 Rawhiti Domain,BP-2023,20240221,20240313,20240321,Infrastructure,Sole Agency,No,,Resurfacing of Carpark and roads within Rawhiti Domain,Awarded,,0,20250410 Christchurch City Council,28868918,Request for Quotations,Closed Competition,Submain renewal Christchurch City,,20240412,20240510,20240805,Infrastructure,Sole Agency,No,,The tendering of the construction works element of the project for renewing water supply sub mains in those areas in Christchurch City scoped in the Principals Requirements.,Awarded,This contract has been awarded to Trenching Dynamix and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 94 Working Days.,0,20250410 Christchurch City Council,28889836,Request for Quotations,Closed Competition,WW Buchanans Road Mains Renewal,,20240902,20241016,20241204,Infrastructure,Sole Agency,No,,"Renewal of wastewater mains renewals in the Buchanans Road area. - Design as described in the Contract - Investigation and potholing - Replacing the following pipes: WWPipeID 2498, 2496, 2492, 2491, 2490, 2489, 35517, 2671, 2669, 2667, 2666, 2665, 2664, 3347, 94766. - All associated connecting manholes and any/all (none PVC-U) original laterals - Installation of collector sewer - CCTV of all pipes required- as per IDS/CSS requirements and all defect received and signed off priory to the end of the defect liability period.",Awarded,This contract has been awarded to Seipp Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 256 Working Days,0,20250410 Christchurch City Council,28892077,Request for Proposals,Open Competition,Supply of Hardwood for Drummonds Wharf and Dalys Wharf,,20240320,20240410,20240509,Infrastructure,Sole Agency,No,,"The scope of this contract includes, but is not limited to: d. The supply of all hardwood timber for use on the Drummonds and Dalys Wharf Redevelopment projects, including the supply of hardwood timber for the handrails, piles, stringers, capping, decking, handrail posts and bracing. e. All timber will be required to be cut to size specified in the pricing schedule. Exact specifications to be determined following consultation between Council and the successful contractor. f. Appropriate order and supply chain management, sufficient to ensure the timber is of suitable quality for use on site. g. Liaison with the Client, the Clients designer (EGIS) and the main physical works contractor throughout the order process, to ensure the right quantity, type and size of timber is ordered. h. Full management of the customs process. i. Storage of the timber in an appropriate location, where it is suitably protected from damage and theft, for collection by the main Contractor when required.",Awarded,,0,20250410 Christchurch City Council,28911573,Request for Quotations,Closed Competition,Akaroa Treated Wastewater Irrigation Land Management,,20240509,20240531,20240724,Infrastructure,Sole Agency,No,,"Fencing, tree planting and general maintenance prior to the installation of irrigation infrastructure.",Awarded,This contract has been awarded to Grounds & Services Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 236 Working Days.,0,20250410 Christchurch City Council,28939767,Request for Quotations,Closed Competition,WW Colombo St Linwood Ave Waltham Rd Renewals,,20241209,20250221,20250314,Infrastructure,Sole Agency,No,,"Replacement of wastewater mains, laterals and manholes within: Colombo Street, Linwood Avenue, Waltham Road, Rogers Street and Neville Street",Awarded,"This contract has been awarded to Fulton Hogan and will start on a date to be advised by the Engineer's Rep. The duration of the contract is Separable Portion 1: Investigation and Design - 131 Working Days and Separable Portion2: Construction Work - 104 Working Days.",0,20250410 Christchurch City Council,28960214,Request for Quotations,Closed Competition,Nor'West Arc Section 3B Value Engineering Works,LT-2023,20240313,20240412,20240605,Infrastructure,Sole Agency,No,,"This Value Engineering works is to help provide cost certainty for the Nor'West Arc Cycleway Section 3B (Ilam Rd to Harewood Rd). This work is required as the project is forecasting a significant shortfall and greater cost certainty is required to assist the delivery, tender approval process.",Awarded,,0,20250410 Christchurch City Council,28982550,Request for Tenders,Closed Competition,Maintenance Building Electrical Installation,,20240327,20240422,20240423,Infrastructure,Sole Agency,No,,"Council is in the process of developing new depots to house the equipment and personnel. In the interim period there is a need to operate from two temporary depots at the following locations. 8 Cable Street, Sockburn Pages road Depot Both depots will need charging infrastructure installed and Cable Street requires electrical supply upgrades to facilitate this activity: Cable St o New Main switchboard and mains cable Electrical work works downstream of the MSB including EV Charging Units o Pages Rd o Electrical work works downstream of the MSB including EV Charging Units",Awarded,This contract has been awarded to Aotea Electric Canterbury and will start on 6th May 2024.,0,20250410 Christchurch City Council,29040745,Request for Quotations,Closed Competition,SP127 Taylor Mistake Overflow Carpark,KI-2023,20240320,20240403,20240418,Infrastructure,Sole Agency,No,,Renewal of existing grassed overflow parking areas to a gritted surface and Asphalt driveway overlay renewal,Awarded,,0,20250410 Christchurch City Council,29061990,Request for Quotations,Closed Competition,Early Contractor Involvement (ECI) and Construction for new bearing installation in CWTP Clarifier,,20240806,20240822,20240930,Infrastructure,Sole Agency,No,,"The purpose of this project is to undertake all the works necessary to deliver a planned mechanical overhaul of clarifier #4 including replacing the drive unit, repair of the leaking concrete expansion joints around the clarifier launder channels and undertake an inspection of the remaining mechanical and structural elements via a planned shutdown.",Awarded,This contract has been awarded to Seipp Construction Ltd.,0,20250410 Christchurch City Council,29236974,Request for Proposals,Open Competition,Provision of Cash Collection Services,,20240820,20240923,20250307,,On behalf of procurement agent,No,,"The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Goods and/or Services about their respective organisations and their ability to provide the Cash Collection Services. This enables the Christchurch City Council (Council) to select and appoint a Supplier to provide efficient, secure, and cost-effective cash collection services.",Awarded,,0,20250410 Christchurch City Council,29237013,Request for Proposals,Open Competition,Provision of Events Security,,20240820,20240916,20250307,,On behalf of procurement agent,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Event Security Services. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Goods and/or Services about their respective organisations and their ability to provide the Goods and/or Services. This enables the Council to select and appoint a Supplier to provide the Goods and/or Services.",Awarded,,0,20250410 Christchurch City Council,29245168,Request for Proposals,Open Competition,Tree Planting Plan Development,,20240903,20240924,20241104,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Tree Planting Plan Development. The objective of this RFP process is to obtain sufficiently detailed information from Prospective Suppliers of the Services about their respective organisations and their ability to provide the Services. This enables the Council to select and appoint Supplier(s) to provide the Services.",Awarded,"This contract has been awarded to BOFFA MISKELL LIMITED BECA LIMITED Align Ltd Kamomarsh Landscape Architects Ltd",0,20250410 Christchurch City Council,29273223,Request for Quotations,Closed Competition,Sandy Ave Wastewater Renewals,27755864,20240424,20240514,20240611,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Wastewater renewals at Sandy Ave using a BIM model developed via early contractor involvement (ECI) with Fulton Hogan.",Awarded,,0,20250410 Christchurch City Council,29317454,Request for Quotations,Closed Competition,Red Zone Fitzgerald Stanmore Sector,,20240731,20240918,20241105,Infrastructure,Sole Agency,No,,"To procure the professional services required to deliver the full suite of landscape, engineering, ecological, planning and other inputs as required to deliver the project through to Practical Completion. These are to be costed as a series of phases, with Target fees set for Phase 2 and beyond.",Awarded,This contract has been awarded to Isthmus Group. The duration of the contract is 305 working days.,0,20250410 Christchurch City Council,29323539,Request for Tenders,Closed Competition,Sumner Esplanade Seawall Repairs and Furniture Renewals,SG-2023,20240503,20240529,20240617,Infrastructure,Sole Agency,No,,Sumner seawall repairs to the rock revetment and furniture renewals along the esplanade,Awarded,,0,20250410 Christchurch City Council,29370140,Request for Quotations,Closed Competition,Banks Peninsula Roading Maintenance Services,,20241024,20241213,20250319,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Short listed Respondents (following a recent Expression of Interest phase) to submit their Proposals for delivering the roading maintenance requirements for the Banks Peninsula area for at least 5 years (CCC is aiming for this to have a + 3 + 2 year extension options). The current contract expires 30/06/2025. Council is required to undertake a Waka Kotahi New Zealand Transport Agency (NZTA) approved procurement process to secure this contract. This needs to operationally commence on 1 July 2025. Council anticipates that the estimate for this contract will be $159.7m (which includes Councils aim for a contract of 5+3+2 years). This estimate includes allowances for inflation and network adjustment. The CAPEX/OPEX ratio is approximately 60% CAPEX and 40% OPEX. The objective of this RFP process is to obtain sufficiently detailed information from Respondents about their respective organisations and their ability to provide the Contract Works. This enables the Council to select and appoint a Contractor to provide the Contract Works.",Awarded,This contract is awarded to Fulton Hogan,0,20250410 Christchurch City Council,29387803,Request for Quotations,Closed Competition,Burnside and Farrington Generator Replacement,,20240626,20240807,20250310,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The replacement of two diesel generators one at Burnside Pump Station and one at Farrington Pump Station. Burnside Pump Station: New generator outdoors with acoustic enclosure. New fuel tank. Removal of existing generator and fuel tank. Farrington Pump Station: New generator indoors. New fuel tank. Removal of existing generator and fuel tank. Building modifications.",Awarded,This contract has been awarded to Seipp Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 80 Working Days.,0,20250410 Christchurch City Council,29398968,Request for Proposals,Open Competition,Akaroa Wharf Rebuild - Project Management Services,,20240712,20240807,20240909,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for an External Project Manager (External PM) to support the successful rebuild of Akaroa Wharf. The External PM will work to supplement (not duplicate) the activities of the Council project manager supporting project delivery across the entire project. The role initially comprises an estimated 16 hours per week, we expect and anticipate flexibility from the External PM to work with peaks and troughs in activity. The External PM appointed must be Canterbury based as they will need to be able to travel regularly to Akaroa, particularly when construction is underway. The objective of this RFP process is to enable the Council to select and appoint a supplier to provide External Project Management services (PM Services), by obtaining sufficiently detailed information from Prospective Suppliers about their respective organisations and their ability to provide the PM Services. What we are not looking for! We are NOT looking for an External PM who: Lacks the necessary marine experience and/or qualifications commensurate with the role and responsibilities articulated in the accompanying Project Manager Specification. Those without this experience are encouraged NOT to respond to this opportunity. Has minimal (NZS 3910) Engineers Representative and Contract Administration experience. Is unable to commit sufficient Resources unable to fulfil the estimated 16 hours per week. Is not familiar with the local area and/or who dont have a clear connection to the Project and the region.",Awarded,This contract has been awarded to PROJECTUM LIMITED,0,20250410 Christchurch City Council,29454766,Request for Tenders,Open Competition,Cuningham House Winter Garden Restoration Project (RFT),,20240717,20240903,20241218,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite Tenderers to submit their Tenders to complete the restoration and refurbishment works required for Cuningham House Winter Garden, Christchurch Botanic Gardens (Contract Works). The building was constructed between 1923-24. It was designed by New Zealand architectural firm Collins and Harman. The building design was modelled on the neoclassical Reid Winter Garden at Springburn Glasgow. Cuningham House is constructed from reinforced concrete, steel and glass. It comprises two levels a ground floor with a central in ground planted area, and a mezzanine walkway around the perimeter of level one. The 2011 Canterbury earthquake caused some damage to Cuningham House. The building was closed following this to undergo detailed assessments and repairs. It was reopened in 2014. The building now requires structural strengthening up to an acceptable NBS level, and also needs services upgrades and repairs to several architectural defects.",Awarded,This contract is Awarded to HRS Construction Limited.,0,20250410 Christchurch City Council,29708067,Request for Proposals,Closed Competition,Parks Facilities,,20240812,20240906,20241021,Infrastructure,Sole Agency,No,,,Awarded,This contract has been awarded to Armitage Williams Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 243 Working Days.,0,20250410 Christchurch City Council,29849395,Request for Quotations,Closed Competition,"MCR Northern Line - Harewood Road, Langdons Road and Sawyers Arms Road Railway Crossing Upgrades",,20240805,20240807,20240826,,Sole Agency,No,,"PAN023 Major Cycleways Routes - Physical Works Panel 1 - Harewood Road, Langdons Road and Sawyers Arms Road Railway Crossing Upgrades",Awarded,,0,20250410 Christchurch City Council,29849591,Request for Quotations,Closed Competition,SP136 Mona Vale Driveway and Path Renewals,,20240725,20240809,20240819,Infrastructure,Sole Agency,No,,Renewal to selected asphalt driveway and paved pathways within Mona Vale.,Awarded,,0,20250410 Christchurch City Council,29857022,Request for Tenders,Closed Competition,Greers Langdons Traffic Lights,,20240729,20240730,20240729,Infrastructure,Sole Agency,No,,"Installation of new traffic signals at the intersection of Greers Road and Langdons Road in Papanui. Defect liability period - 12 months Civils, & 24 Months trees",Awarded,,0,20250410 Christchurch City Council,29930990,Request for Proposals,Closed Competition,Wastewater Long-Term Flow Monitoring and Wastewater Overflow Alarming and Monitoring,,20240920,20241101,20250307,,On behalf of procurement agent,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for the provision of Wastewater Long-Term Flow Monitoring and Wastewater Overflow Alarming and Monitoring services.,Awarded,,0,20250410 Christchurch City Council,29963306,Request for Quotations,Open Competition,Banks Peninsula Roading Maintenance Services (EOI),,20240827,20240925,20241009,Infrastructure,Sole Agency,No,,"Christchurch City Council (the Council) is seeking Expressions of Interest (EOIs) from suitably qualified contractors (Respondents) who are interested in delivering the roading maintenance requirements for the Banks Peninsula area for an extended period (CCC is aiming for this to be 5+3+2 years July 2025 to end of June 2035. At least 5 years). The current contract expires 30/06/2025. The objective of this EOI process is to obtain sufficiently detailed information from Respondents about their respective organisations and their general ability to provide the Contract Works. The intention is to shortlist up to four contractors. Tenders will be requested from the shortlisted contractors via an RFT. The purpose of this EOI is to prequalify and shortlist suitable Respondents to provide Contract Works that align with our strategic aspirations, ensuring value for money for Christchurch ratepayers and the wider community by engaging a suitably skilled and experienced Contractor.",Awarded,"The Shortlisted Respondents for this tender are: (1) Fulton Hogan Ltd (2) HEB Construction Ltd (3) Corde (4) Higgins Contractors Ltd",0,20250410 Christchurch City Council,29986205,Request for Quotations,Closed Competition,WS Renewals Brougham St and Moorhouse Ave Corridors,,20241209,20250117,20250221,Infrastructure,Sole Agency,No,,"This request for quotation (RFQ) is issued by Christchurch City Council. Scope Outline: The Contract Works can generally be summarised as the following: Renewal and decommissioning of water supply assets in streets surrounding the Brougham St corridor and the Moorhouse Ave Corridor. The two packages will be split into Separable Portions as follows; SP1: Brougham St Construction Package: Brougham Street Jerrold Street North Selwyn Street James K Baxter Place SP2: Moorhouse Ave Construction Package: Moorhouse Avenue Struthers Lane Troup Drive Oxford Terrace",Awarded,This contract is Awarded to City Care.,0,20250410 Christchurch City Council,30009005,Request for Quotations,Closed Competition,SP128 Armagh Carpark Driveway Renewal,,20240819,20240830,20240913,,Sole Agency,No,,Renewal of the existing Armagh driveway surface into the Botanical Gardens carpark,Awarded,,0,20250410 Christchurch City Council,30009335,Request for Quotations,Closed Competition,Hard Surface Panel - SP137 Seafield Park Driveway and Carpark,,20240819,20240904,20240911,,Sole Agency,No,,upgrade of Driveway and carpark,Awarded,,0,20250410 Christchurch City Council,30088630,Request for Quotations,Closed Competition,Turf Product,,20241105,20241119,20241210,Infrastructure,Sole Agency,No,,Quotation for the provision of hybrid turf product and its installation for the construction and establishment of the Te Kaha Turf Farm.,Awarded,This contract has been awarded to Terrafirm Turf Ltd,0,20250410 Christchurch City Council,30129726,Request for Quotations,Closed Competition,PAN061 Oakhampton Reserve & Rosella Reserve Playspace Renewal,,20240911,20240925,20241111,Infrastructure,Sole Agency,No,,Renewal of existing play space at Oakhampton Reserve and Rosella Reserve,Awarded,,0,20250410 Christchurch City Council,30143228,Request for Quotations,Closed Competition,Water Main Install & Wastewater Main Renewal Hornby,,20241211,20250205,20250320,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Separable Portion 1 (SP1) Installation of new watermains in the Springs Road, Halswell Junction Road, and Christchurch Motorway intersection, to connect into the existing watermain. Separable Portion 2 (SP2) Renewal of approximately 725m of wastewater pressure mains PM67, including installation of a flow meter.",Awarded,This contract is awarded to Trenching Dynamix,0,20250410 Christchurch City Council,30153762,Request for Quotations,Closed Competition,Goodman Street Wetland,,20241129,20241218,20250117,Infrastructure,Sole Agency,No,,"The scope of the contract is to complete earthworks, path and boardwalk construction for a small wetland project on New Brighton Road (Goodman Street Wetland).",Awarded,This contract has been awarded to CORDE LIMITED and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 44.5 Working Days.,0,20250410 Christchurch City Council,30215480,Request for Proposals,Closed Competition,Omokihi South Library and Customer Service Hub Rebuild Project Manager/Engineers Rep Services,,20241031,20241121,20241220,Infrastructure,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals to provide Project Management and Engineers Rep Services to the Council, for the Omokihi South Library and Customer Service Hub Rebuild project. The objective of this RFP process is to obtain detailed information regarding the proposed Project Manager/Engineers Rep and their ability to provide the Services. This process will enable the Council to select and appoint a Supplier to provide the Services. The nature of the Services being provided mean that Council are looking to engage an individual or individuals to provide Project Manager/Engineers Rep Services. For this reason, we strongly encourage respondents to tailor and prepare their responses to suitably demonstrate the skills, experience, background and capability of the individual being proposed.",Not Awarded,This contract has been awarded to Rubix.,0,20250410 Christchurch City Council,30256074,Request for Quotations,Closed Competition,WS Mains Renewals Package 1A Services,,20241206,20241220,20250131,Infrastructure,Sole Agency,No,,"Renewal of the following water supply reticulation assets in the following location: 1. Marion St - Gainsborough St to Samuel St; 2. Copenhagen Pl - Marion St to End; 3. Gainsborough St - Marion St to Wyn St.",Awarded,This contract has been awarded to Utilities Infrastructure NZ Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 58 Working Days,0,20250410 Christchurch City Council,30325733,Request for Quotations,Closed Competition,WW McBratneys Odour Treatment (LS2573),,20241213,20250122,20250317,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: The installation of activated carbon odour treatment unit at LS2573 at 19 McBratneys Road as well as the installation of vent plugs and corrosion protection coating for the manholes specified in the tender drawings.",Awarded,This Contract is Awarded to SEIPP Construction.,0,20250410 Christchurch City Council,30432222,Request for Quotations,Closed Competition,Knights Stream Park Surface & Irrigation Renewal,,20241017,20241106,20241111,Infrastructure,Sole Agency,No,," Spraying off existing grass cover Localised topdressing Raising the existing irrigation heads Installing an artificial turf cricket pitch Re-establishing new grass cover Physical treatment",Awarded,This contract has been awarded to Grounds & Services Limited. The duration of the contract is 78.25 Working Days.,0,20250410 Christchurch City Council,30440749,Request for Tenders,Closed Competition,CWTP Trickle Filter Demolition,,20241029,20241104,20241108,Infrastructure,Sole Agency,No,,"The purpose of this RFT is to invite the Tenderer to submit a Tender for CWTP Trickle Filter Demolition. The objective of this RFT process is to obtain sufficiently detailed information from the Tenderer to select and appoint a Contractor to provide the Demolition Works. To align with our strategic aspirations, by awarding the contract to a Contractor, the Council intends to achieve: Value for money for Christchurch ratepayers and the wider community by appointing a contractor that is compatible with the existing conditions of the site; Environmental sustainability by appointing a contractor that demonstrates high standard of compliance with all Environmental Policies and Regulations; Social responsibility and Economic benefit by appointing a contractor that is aligned to Councils Social and Economic strategic objectives; Efficiency and effectiveness in the delivery of the Demolition Works.",Awarded,This contract is Awarded to Southern Demolition and Salvage,0,20250410 Christchurch City Council,30474996,Request for Quotations,Closed Competition,Takapuneke Reserve Development Stage 2 Takarangi's,,20241030,20241206,20250113,Infrastructure,Sole Agency,No,,"Construction of boardwalks, raised timber platforms, timber steps and boxed steps, formation of pathways and planting preparation. Installation of handrails, balustrade and a shelter. Installation of park furniture and landscape features including rock",Awarded,,0,20250410 Christchurch City Council,30514820,Request for Quotations,Closed Competition,Stormwater (SW) Clarence Street Renewal Works,,20241030,20250107,20250306,Infrastructure,Sole Agency,No,,"Reline 163m of existing damaged DN600 Reinforced Concrete Rubber Ring Joint (RCRRJ) stormwater pipe located on under the carriageway of 97 Riccarton Rd, 197 and 199 Clarence Street, Riccarton. Two relining options have been considered Cured in Place Pipe lining (CIPP) and Structural Spiral Wound Lining (SSW).",Awarded,This contract is awarded to Seipp Construction and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 41 Working Days.,0,20250410 Christchurch City Council,30514895,Request for Quotations,Closed Competition,Grassmere Wet Weather Storage Facility,,20241121,20241213,20250113,Infrastructure,Sole Agency,No,,The scope is to provide Consultancy Services for the design of the Grassmere Wet Weather Storage Facility . Design services will include: Development of Concept Desing; Site investigations; Foundation Design with Surcharging (provisional item); Preliminary Design; Tender documentation for the physical works; Support during Construction and Commissioning.,Awarded,This contract has been awarded to Beca Ltd. The duration of the contract is 12 months.,0,20250410 Christchurch City Council,30589628,Request for Quotations,Closed Competition,Water Supply (WS) Mains Renewals Package 1B,,20241206,20241220,20250131,Infrastructure,Sole Agency,No,,"Renewal of the following water supply reticulation assets in the following location: 1. Akaroa St - Hills Rd to Briggs Rd; 2. Dawe St - Akaroa St to Skipton St; 3. Onawe Pl - Akaroa St to End.",Awarded,This contract has been awarded to Schick Civil Construction Ltd and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 60 Working Days,0,20250410 Christchurch City Council,30589632,Request for Quotations,Closed Competition,Water Supply (WS) Main Renewals - Package 1C,,20250130,20250227,20250314,Infrastructure,Sole Agency,No,,"Renewal of the following water supply reticulation assets in the following locations: o Norwich Street Worcester Street to Buckleys Road o Worcester Street Linwood Avenue to Dacre Street/Woodham Road (for submains)",Awarded,This contract has been awarded to Citycare Waterand will start on a date to be advised by the Engineer's Rep. The duration of the contract is 59 Working Days.,0,20250410 Christchurch City Council,30594706,Request for Quotations,Closed Competition,RW820 Whaka Tce - retaining wall repair,,20241114,20241206,20250213,Infrastructure,Sole Agency,No,,"APM #2200 Repair of a retaining wall located at Whaka Tce (about #20)",Awarded,,0,20250410 Christchurch City Council,30608931,Request for Quotations,Closed Competition,Quarry View Drainage Reserve Upgrade,,20241202,20241220,20250212,Infrastructure,Sole Agency,No,,"Earthworks to form structural build-up, ground prepration for path, Excavation, backfilling for tree pits. Construction of grit paths, asphalt path, timber boardwal structures etc. Planting of trees, shurbs and ground covers.",Awarded,This contract has been awarded to GROUNDS & SERVICES LIMITED and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 70 Working Days.,0,20250410 Christchurch City Council,30703841,Request for Quotations,Closed Competition,Nor'West Arc Section 3B Wairakei,,20241126,20241127,20240605,Infrastructure,Sole Agency,No,,"The construction of MCR NorWest Arc Section 3B Wairakei, Aorangi Rd and Matsons Ave Street renewal, Matsons Aorangi WW pipe renewal, Wairakei WW collector renewal.",Not Awarded,,0,20250410 Christchurch City Council,30754761,Request for Quotations,Closed Competition,Grassmere to Mays Water Supply Link Main,,20250204,20250304,20250317,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Installation of a new OD355 PE trunk watermain between Grassmere Street and Mays Road.",Awarded,"This contract has been awarded to Isaac Construction Limited and will start on a date to be advised by the Engineer's Rep. The duration of the contract is 58 Working Days.",0,20250410 Christchurch City Council,30802367,Request for Quotations,Closed Competition,WW PS0013 Tilford Street Pump Station Renewal,,20241210,20250124,20250225,Infrastructure,Sole Agency,No,,"The Contract Works can generally be summarised as the following: Construction of a new wastewater pump station (PS0013) at 36P Tilford Street, Woolston. Extent of the works includes: - Installation of new manhole at inlet to the wastewater pumpstation - Reconnection of existing main to new inlet manhole, as required - Installation of new packaged pump station with integral valve chamber (including foundation and surface slab) - Installation of vent stack - Installation of new flow meter chamber - Installation of new bypass - Installation of electrical kiosk - Installation of pump washdown area and drain - Connection of new inlet manhole to a new pumpstation inlet - Connection of new pump station outlet to existing rising main - Isolation of new inlet manhole from existing pumpstation inlet - Isolation of existing electrical kiosk - Decommission and partial removal of existing pump station - Permanent access and reinstatement - All other work indicated, described or implied on the Drawings or in this Specification, or any other document to render the Contract complete.",Awarded,This Contract is Awarded to Hunter Civil Ltd.,0,20250410 Christchurch International Airport Ltd.,26031959,Request for Proposals,Closed Competition,CIAL RFP 2022 - 101 EBOS Expansion Construction Services,2022 - 101,20220713,20220728,20220819,,Sole Agency,No,,"Christchurch International Airport invites responses from a closed group of Respondents for the Ebos Extension Construction Services which shall include, at a minimum, those services described in the Scope of Work and associated documents within the RFP.",Not Awarded,,0,20250410 ChristchurchNZ Limited,25739477,Request for Proposals,Open Competition,Development of Place Brand Strategy and Destination Management Plans,,20220429,20220527,20220720,,Sole Agency,No,,"ChristchurchNZ is undertaking a significant programme of work to develop destination management and place brand strategies. This will deliver a clear place brand strategy, a united vision for tourism together with a commitment to genuine partnerships we are seeking to drive sustainable and regenerative practices across the sector. Christchurch and Banks Peninsula are ready for a post-earthquake and post-Covid relaunch and we are excited to engage with our community and mana whenua to deliver a vision for the future. The purpose of this RFP is to invite interested parties to submit a proposal for the development of: 1. A comprehensive place brand strategy for Christchurch (Deliverables 1-3) 2. The development of a Greater Christchurch Destination Management Plan 3. The development of a Banks Peninsula Destination Management Plan These strategic projects need to be coordinated and undertaken concurrently and with interdependencies, stakeholder participation and community engagement carefully managed and prioritised.",Awarded,,499275,20250410 ChristchurchNZ Limited,26483703,Request for Proposals,Open Competition,2022 2025 Start-up Validator Programme,,20221017,20221104,20230626,,Sole Agency,No,,"The purpose of this Request for Proposal is to invite interested parties to submit a proposal for the provision of a multi-year Accelerator programme. We welcome either individual or joint proposals, with the caveat that ChristchurchNZ are only able to contract with one party. This programme will run between November 2022 and June 2025. The programme will be reviewed every June to ensure financial and in-kind support is sufficient to continue the following year(s) and that the partners and vendor wish to continue realising the changing nature of institutional priorities. We require eight themed (Aerospace, FFA etc) intakes of Accelerator cohorts over three years, with two in the first year and three per year in the last two years. Each intake creates a cohort that runs for approximately 6 months and ends in a finale similar to a previous ChristchurchNZ Challenge finale. See the timeline (in the RFP) for the indicative themes for each cohort. Some are locked in (Agritech in 23 and 25), others CNZ, CCC, and the Vendor can work together to develop and agree.",Not Awarded,,0,20250410 ChristchurchNZ Limited,27584325,Request for Quotations,Open Competition,Banner Installation Programme,,20230621,20230721,20230807,,Sole Agency,No,,"ChristchurchNZ is seeking providers to provide a cost to install, remove and maintain the banner programme. Our long-term vision is to ensure Christchurch is seen as an attractive and vibrant city. ChristchurchNZ wants to source prospective vendors who have solid experience delivering quality rigging services. The provider would be expected to dedicate to providing this service until 30 June 2024.",Not Awarded,,0,20250410 ChristchurchNZ Limited,27614011,Request for Quotations,Open Competition,Feasibility Study UCI MTB World Series 2025 & 2027,,20230626,20230710,20230718,,Sole Agency,No,,"ChristchurchNZ are seeking providers to deliver a full feasibility study on the potential for Christchurch to host a UCI MTB World Series in 2025 and 2027. This work should provide confidence to ChristchurchNZ and key delivery parter Christchurch Adventure Park that, hosting of the event will not present excessive financial risk and will support any applications to potential investors. Key areas that this work should include: A review of all available Rights Holder documentation and specifications. The recommended commercial model for the event and development of a detailed event budget with forecast expenditure and potential revenue streams and commercial partnership opportunities. This model should be developed with consideration for a long-term partnership of hosting the event in New Zealand, with 2025 and 2027 iterations of the event hosted in Christchurch, and 2026 and 2028 iterations of the event being hosted elsewhere in New Zealand. Proposed Governance structure, management and delivery model for the event. This model should be developed with consideration for a long-term partnership of hosting the event in New Zealand, with 2025 and 2027 iterations of the event hosted in Christchurch, and 2026 and 2028 iterations of the event being hosted elsewhere in New Zealand. All operational aspects of the event including event timing, venue options, support services, accommodation, transport, workforce and broadcast. Understanding and analysis of key stakeholder needs and requirements ensuring the event aligns with and will deliver against key stakeholder strategic goals and objectives. The main issues or risks that need to be addressed and what steps should be taken to address these issues or risks What the main benefits are to Christchurch and New Zealand from hosting the event, including a high-level assessment of the economic, sporting, social and legacy benefits",Not Awarded,,0,20250410 ChristchurchNZ Limited,28299383,Request for Proposals,Open Competition,Cruise Season Impact Assessment,,20231017,20231103,20231221,,Sole Agency,No,,"The purpose of this Request for Proposal is to invite interested parties to submit a proposal for the provision of a Christchurch Cruise season impact assessment. Through our work on destination management plans for Otautahi Christchurch Waitaha Canterbury and Te Pataka o Rakaihautu Banks Peninsula we have a vision to welcome manuhiri to come and learn about and explore our unique culture, history and geography in a way that delivers benefits for our taiao (environment), our people, and our visitors. Our destination management plans and our citys economic ambition seek to move towards regeneration. By ""regeneration"", and ""regenerative tourism"", we are referencing the idea of leaving the place better than it is now. It means positively adding to the natural, social, cultural, and economic resources of a place. The Ministry of Business, Innovation and Employment, who created the nationwide 2019 Destination Management Guidelines, defines regenerative as leaving a community and environment better than it was before. It calls for a plan that helps re-establish systems that are healthy, thriving and self-healing and delivers more for New Zealanders intergenerational wellbeing than it takes away. This research project will inform Christchurchs future decision-making around cruise, by supporting ChristchurchNZ to understand the value both positive and negative to the destination.",Not Awarded,,0,20250410 ChristchurchNZ Limited,28571737,Request for Quotations,Open Competition,RFQ for Feasibility Study International Masters Games Association (IMGA) Open Masters Series Christchurch 2030,,20231204,20240125,20240208,,Sole Agency,No,,"The purpose of this RFQ is to invite interested parties to submit a proposal for the provision of a full feasibility study and to critically review and make recommendations on whether Christchurch can successfully host an IMGA Open Masters Series in 2030. This work should provide confidence to ChristchurchNZ that hosting of the event will not present excessive financial risk and will support any applications to potential investors. Key areas that this work should include: A review of all available Rights Holder documentation and specifications. All operational aspects of the event including event timing, venue options, support services, accommodation, transport, workforce, and broadcast. The recommended commercial model for the event and development of a detailed event budget with forecast expenditure and potential revenue streams and commercial partnership opportunities. Proposed Governance structure, management, and delivery model for the event. What the main benefits are to Christchurch and New Zealand from hosting the event, including a detailed assessment of the economic, sporting, social, and legacy benefits. Understanding and analysis of key stakeholder needs and requirements ensuring the event aligns with and will deliver against key stakeholder strategic goals and objectives. The main issues or risks that need to be addressed and what steps should be taken to address these issues or risks. A sustainability assessment of the event and areas for alignment with United Nations Sustainable Development Goals. An executive summary of the feasibility of the event including a recommendation and proposed next steps.",Not Awarded,,0,20250410 City Rail Link Ltd,21162934,Request for Quotations,Open Competition,130-18-159-PS Development Opportunities Programme - Project Manager,,20190617,20190627,20190828,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified participants to submit a quote for the Project Management services for CRL Development Opportunities Programme. This RFQ is a single-stage procurement process. Each quote must meet all of the Preconditions listed in Section 3.1 of the Non Price Response Template. If you are unable to meet all precondition criteria you should conclude that you will not benefit from submitting a quote.",Awarded,,0,20250410 City Rail Link Ltd,21162969,Request for Quotations,Open Competition,130-18-155-PS Development Opportunities Programme - Property Development Advisor,130-18-155-PS,20190617,20190627,20190828,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified participants to submit a quote for the Property Development Advisor services for CRL Development Opportunities Programme. This RFQ is a single-stage procurement process. Each quote must meet all of the Preconditions listed in Section 3.1 of the Non Price Response Template. If you are unable to meet all precondition criteria you should conclude that you will not benefit from submitting a quote.",Awarded,,0,20250410 City Rail Link Ltd,21162992,Request for Quotations,Open Competition,130-18-157-PS Development Opportunities Programme - Transport Development Advisor,130-18-157-PS,20190617,20190627,20190828,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified participants to submit a quote for the Transport Development Advisor services for CRL Development Opportunities Programme. This RFQ is a single-stage procurement process. Each quote must meet all of the Preconditions listed in Section 3.1 of the Non Price Response Template. If you are unable to meet all precondition criteria you should conclude that you will not benefit from submitting a quote.",Awarded,,0,20250410 City Rail Link Ltd,21163040,Request for Quotations,Open Competition,130-18-156-PS Development Opportunities Programme - Urban Planner,130-18-156-PS,20190617,20190627,20190828,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified participants to submit a proposal for the Urban Planning (Town Planning) services for CRL Development Opportunities Programme. This RFQ is a single-stage procurement process. Each proposal must meet all of the Preconditions listed in Section 3.1 of the Non Price Response Template. If you are unable to meet all precondition criteria you should conclude that you will not benefit from submitting a quote.",Awarded,,0,20250410 City Rail Link Ltd,22360141,Request for Proposals,Open Competition,Risk Management Maturity Model (RM3),120-20-051-PS,20200225,20200321,20200403,,All of Government,No,,"City Rail Link Limited (CRLL) has selected the Risk Management Maturity Model (RM3) to assess the maturity of approach to occupational health & safety management for the project. Risk Management Model was first published in 2011 as the Railway Management Maturity Model. It was modified again in 2017 in the second edition. Currently RM3 is in its third edition which was released in 2019. Full details for the RM3 Model can be found here: https://orr.gov.uk/__data/assets/pdf_file/0013/2623/risk-management-maturity-model-rm3.pdf",Awarded,"Congratulations on winning the Tender. Good Luck !",0,20250410 City Rail Link Ltd,24311585,Request for Proposals,Open Competition,City Rail Link Behavioural Safety Programme,120-20-120-PS,20210518,20210528,20210614,,Sole Agency,No,,"This RFP relates to the procurement of high quality, professional video clips which will be embedded within the revised behavioural safety programme. The main scope of deliverables is: An agreed script and storyboard, including consultation with a select group of CRL/Link Alliance workforce Recruitment, engagement, and management of professional actors to appear in the video clips Artistic direction and production of the film Management of the entire technical production of the film, including logistics, equipment, resources, lighting, welfare, etc including all post-film production and editing requirements Management of all and any necessary permissions and artistic licenses required for the use of the film, noting that the Intellectual Property of the film is retained by City Rail Link Limited Delivery to an agreed format of film segments for the use, distribution, and publication as CRL and Link Alliance deem fit to achieve the objectives of the Behavioural Safety programme",Not Awarded,There are no winning responses from the tender as the price range was over the budget and the skills didn't fit the purpose.,0,20250410 City Rail Link Ltd,25511311,Request for Proposals,Open Competition,Fund administration services,,20220308,20220406,20220524,,Sole Agency,No,,"City Rail Link Limited is seeking proposal for a firm to administer the Targeted Hardship Fund. Please note that there are no documents to provide alongside the RFP and all responses can (and should) be provided electronically.",Awarded,"Contract awarded to TSA Management. Form of contract: ACENZ Conditions of Contract for Consultancy Services, fourth edition dated December 2017. Completion Date for the Services: 1 October 2023.",0,20250410 Civil Aviation Authority,22040531,Request for Proposals,Open Competition,Employee Engagement Measurement Tools and Services,,20191205,20200131,20200615,Civil Aviation Authority,Sole Agency,No,Annette.Richards@caa.govt.nz,"The Civil Aviation Authority (the Authority) is seeking to secure the services of a new supplier of employee engagement measurement tools and support services that allow us to run formal engagement surveys and real-time pulse surveys, tailored to our organisational needs. It is the Authoritys intention to run a baseline survey in April-May 2020, and to conduct two full follow up surveys over the next four years, interspersed with pulse surveys, and report on return on investment (ROI) over that time. It is important that the supplier has an account team who is accessible and available to guide best practice and work with us to understand our requirements, tailor, plan and execute, interpret results, recommend impactful actions, and measure impact. The successful supplier will have proven reputation and credentials in providing employee engagement survey services to organisations of similar size and scope with similar public sector, industry and geographical considerations. We are inviting proposals from qualified suppliers to assist in the consultation, design and implementation of measuring employee engagement through formal and agile survey tools.",Not Awarded,"Following an Open Request for Proposal (RFP) tendering process, The Civil Aviation Authority (CAA) & The Aviation Security Service (Avsec) of 55 Featherston Street, Wellington has awarded this contract to AskYourTeam NZ Limited, Level Two, 24 Porter Drive, Havelock North, Hawkes Bay, New Zealand to provide Employee Engagement Measurement Tools and Support Services that allow us to run formal engagement surveys and real-time pulse surveys that are tailored to our organisational needs. The contract was signed in May 2020 and the term is for the period of 3 years. The estimated contract value is approximately $280k (excluding GST).",0,20250410 Civil Aviation Authority,24034809,Request for Proposals,Open Competition,Supply of Mystery Shoppers for the System Testing Programme,,20210301,20210325,20210503,Aviation Security Service,Sole Agency,No,,"This procurement relates to the supply of mystery shoppers to undertake mystery shopping jobs across selected airports in New Zealand on a regular basis as part of the Aviation Security Services (Avsec) System Testing Programme. What we need: Avsec currently operates a Quality Assurance Programme which includes system testing of its pre-board screening of passengers and their baggage. For this we need an experienced mystery shopper organisation to supply mystery shoppers who will test our passenger screening processes in a structured manner as and when required at six airports (Auckland, Wellington, Christchurch, Queenstown, Dunedin, Invercargill) on a regular basis.",Awarded,"Following an Open Request for Proposal (RFP) tendering process, The Aviation Security Service of 55 Featherston Street, Wellington has awarded this contract to Customer Care Limited, 9 St Pauls Place, Burwood, Christchurch to provide Mystery Shoppers for the System Testing Programme. The contract was signed in April 2021 and the term is for the period of 2 years. The estimated contract value is approximately $160K (excluding GST).",160000,20250410 Civil Aviation Authority,25128243,Award Notice,Open Competition,Digital Radio mobile network equipment support and maintenance,,20210802,20210915,20210930,Aviation Security Service,Sole Agency,No,,"Following an exemption from the requirement to advertise under NZ Government Procurement Rule 14, The Aviation Security Service (AvSec) of 55 Featherston Street, Wellington has awarded this contract to Orion NZ Radio Group Ltd of 36 Sheffield Crescent, Christchurch to provide support and maintenance for the Digital Radio mobile network radio equipment used by AvSec for their digital radio communications. The original contract was signed in December 2020, a contract variation was signed in September 2021 and the total term is for a period of three years and ten months. The estimated contract value is approximately $460,000 (excluding GST).",Not Awarded,"Following an exemption from the requirement to advertise under NZ Government Procurement Rule 14, The Aviation Security Service (AvSec) of 55 Featherston Street, Wellington has awarded this contract to Orion NZ Radio Group Ltd of 36 Sheffield Crescent, Christchurch to provide support and maintenance for the Digital Radio mobile network radio equipment used by AvSec for their digital radio communications. The original contract was signed in December 2020, a contract variation was signed in September 2021 and the total term is for a period of three years and ten months. The estimated contract value is approximately $460,000 (excluding GST).",0,20250410 Civil Aviation Authority,25128901,Award Notice,Open Competition,Software and implementation services for an aviation regulatory software solution,,20211001,20211101,20211112,Civil Aviation Authority,Sole Agency,No,,"Civil Aviation Authority of NZ (CAA) of 55 Featherston Street, Wellington has awarded this contract to EMPIC GmbH, a company registered in Germany under number 2873, Frth whose registered office and principal place of business is at Gterbahnhofstrae 5, 91052 Erlangen, Germany, to provide software and implementation services for an aviation regulatory software solution. The contract was not openly advertised, as per requirement of Rule 14 of the NZ Government Procurement Rules, as there is no reasonable alternative or substitute and EMPIC GmbH currently has no real competition for their EMPIC-EAP COTS (commercial off-the-shelf) product. The contract was signed in November 2021 and the initial term is for the period of 5 years, with 3 rights of renewal of up to 1 year each. The estimated contract value is approximately $4.0m (excluding GST).",Not Awarded,"Civil Aviation Authority of NZ (CAA) of 55 Featherston Street, Wellington has awarded this contract to EMPIC GmbH, a company registered in Germany under number 2873, Frth whose registered office and principal place of business is at Gterbahnhofstrae 5, 91052 Erlangen, Germany, to provide software and implementation services for an aviation regulatory software solution. The contract was not openly advertised, as per requirement of Rule 14 of the NZ Government Procurement Rules, as there is no reasonable alternative or substitute and EMPIC GmbH currently has no real competition for their EMPIC-EAP COTS (commercial off-the-shelf) product. The contract was signed in November 2021 and the initial term is for the period of 5 years, with 3 rights of renewal of up to 1 year each. The estimated contract value is approximately $4.0m (excluding GST).",0,20250410 Civil Aviation Authority,25449228,Request for Proposals,Open Competition,Computer Tomography Explosive Detection Systems for Cabin Baggage (CT-EDSCB) ECAC Standard 3 Machines,,20220222,20220421,20221012,Aviation Security Service,Sole Agency,No,,"Aviation Security Service (AvSec) is to procure up to 37 Computer Tomography Explosive Detection Systems for Cabin Baggage (CT-EDSCB) ECAC Standard 3 Machines. These machines are to be at least ECAC Standard 3 and TSA compliant. AvSec also require a supporting Maintenance Agreement. It is intended that a contract will be awarded in June 2022 with the intent that equipment is installed in the nominated airports by 30 June 2023. The RFP includes: installing the capability at the current six, Tier One New Zealand Airports with screening operations, introduction into service training and provision of the associated training tutor capability, and proven ability to integrate with the current in-service hardware and technology in use on the cabin baggage screening lanes.",Awarded,"Following an Open Request for Proposal (RFP) tendering process, The Aviation Security Service of 55 Featherston Street, Wellington has awarded this contract to Smiths Detection New Zealand Ltd, 180 Montgomerie Road, Mangere, Auckland to provide Computer Tomography Explosive Detection Systems for Cabin Baggage (CT-EDSCB) ECAC Standard 3 Machines. The contract was signed in October 2022 and the term is for the period of 14 months. The estimated contract value is approximately $13,825,000 (excluding GST).",13825000,20250410 Civil Aviation Authority,25449640,Award Notice,Open Competition,Safety Management Consultancy Services,,20210601,20210630,20210630,Civil Aviation Authority,Sole Agency,No,,"Following an exemption from the requirement to advertise under Procurement Rule 14.9, the Civil Aviation Authority of 55 Featherston Street, Wellington has awarded this contract to Verda Consulting Ltd of 61 Hatfield Road, Witham, United Kingdom to provide safety management consultancy services. The contract was signed in June 2021 and the total term is for 13 months. The estimated contract value is approximately $149,000 (excluding GST).",Not Awarded,"Following an exemption from the requirement to advertise under Procurement Rule 14.9, the Civil Aviation Authority of 55 Featherston Street, Wellington has awarded this contract to Verda Consulting Ltd of 61 Hatfield Road, Witham, United Kingdom to provide safety management consultancy services. The contract was signed in June 2021 and the total term is for 13 months. The estimated contract value is approximately $149,000 (excluding GST).",0,20250410 Civil Aviation Authority,27585775,Award Notice,Open Competition,Aviation Examination Services,,20220901,20221003,20230620,Civil Aviation Authority,Sole Agency,No,,"Civil Aviation Authority of NZ (CAA) of 55 Featherston Street, Pipitea, Wellington has awarded this contract to ASPEQ Limited Level 1, 191 High Street, Lower Hutt, 5010 to provide examination services under section 72K of the Civil Aviation Act 1990 which includes aviation flight examinations and theory examinations on behalf of the Civil Aviation Authority of New Zealand, under delegation from the Director of Civil Aviation. The contract was not openly advertised because the CAA claimed an exemption under NZ Government Procurement Rule 14.9(c) (only one supplier), where the services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition; and because the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights. The contract was signed 20 June 2023 and the term is for the period of five years with right of renewal for a further five years. The estimated contract value to CAA is $100,000 (excluding GST).",Awarded,"Civil Aviation Authority of NZ (CAA) of 55 Featherston Street, Pipitea, Wellington has awarded this contract to ASPEQ Limited Level 1, 191 High Street, Lower Hutt, 5010 to provide examination services under section 72K of the Civil Aviation Act 1990 which includes aviation flight examinations and theory examinations on behalf of the Civil Aviation Authority of New Zealand, under delegation from the Director of Civil Aviation. The contract was not openly advertised because the CAA claimed an exemption under NZ Government Procurement Rule 14.9(c) (only one supplier), where the services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition; and because the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights. The contract was signed 20 June 2023 and the term is for the period of five years with right of renewal for a further five years. The estimated contract value to CAA is $100,000 (excluding GST).",100000,20250410 Clutha District Council,25068397,Request for Tenders,Open Competition,Contract 821 Road Network Maintenance 2022 to 2027,,20211108,20211217,20220630,,Sole Agency,No,,"Clutha District Council (CDC) has the third largest local roading network in New Zealand, with a total network length of 2,903 km. Of that 833 km is sealed and 2,070 km, unsealed. Rural roads make up 95% of the network and there are 360 bridges across the district. The road maintenance contract is the Councils largest contract and therefore, it is significant to both Council and the wider district. The current contract ends 30 June 2022. Traditionally the road maintenance contract has been let as a single contract, along with the new road maintenance contract commencing on 1 July 2022, CDC are tendering three separate maintenance contracts: road network maintenance, greenspace maintenance and road marking. The latter two will be uploaded in the next few days. All three contracts have been aligned to start on 1 July 2022 and with the same initial duration of 5 years with the potential for a 5 year extension for a maximum potential term of 10 years for each contract.",Awarded,,36044536,20250410 Clutha District Council,25086789,Request for Tenders,Open Competition,Contract 832 Road Line Marking 2022 to 2027,,20211111,20211217,20220630,,Sole Agency,No,,"Clutha District Council (CDC) has the third largest local roading network in New Zealand, with a total network length of 2,903 km. Of that 833 km is sealed and 2,070 km, unsealed. Rural roads make up 95% of the network and there are 360 bridges across the district. The current contract ends 30 June 2022. Traditionally the road line marking contract has been let as a single contract, along with the new road maintenance contract commencing on 1 July 2022, CDC are tendering three separate maintenance contracts: greenspace maintenance and road network maintenance and road marking (this contract). All three contracts have been aligned to start on 1 July 2022 and with the same initial duration of 5 years with potential for a 5 year extension for a maximum potential term of 10 years for each contract. The Greenspace Contract will be loaded in the next few days.",Awarded,,904070,20250410 Clutha District Council,25114997,Request for Proposals,Open Competition,Contract 837 - Community Housing Units (CHU) New Builds,837,20211117,20220201,20220602,,Sole Agency,No,"1 Rosebank Terrace, Balclutha 9230","The Clutha District Council is inviting proposals for the design of new community housing units. The aim for the new council housing units is to provide cost effective, warm, dry and sustainable single units of around 42m2 floor area. The units and surrounds shall provide accessibility, comfort, being welcoming and accommodating for all people.",Not Awarded,No suitable responses were received.,0,20250410 Clutha District Council,25191017,Request for Tenders,Open Competition,Contract 834 - Rural Water Scheme AC Renewal,834,20211201,20211220,20220112,,All of Government,No,1 Rosebank Terrace Balclutha,,Awarded,"Contract 834 - Rural Water Scheme (RWS) Pipe Renewals 2021-22 is for the renewal of approximately 5km of AC pipe renewal in the Glenkenich scheme and 1 km of AC pipe and 2km of small diameter pipe in the Clydevale scheme. This contract was advertised on the Government Electronic Tender Service (GETS) which is monitored by contractors across the country. A total of five conforming tenders were received from contractors across Otago and Southland. The price range of these tenders was $521,387.64 to $1,279,911.20 +GST. The Engineer's Estimate for this contract was $650,000 +GST and the final approved budget for the work was$675,000+GST. This contract was awarded to Southern Trenching and Excavation Ltd for $521,387.64 +GST. Southern Trenching have undertaken pipeline renewal works for Council previously and have performed well to date.",521388,20250410 Clutha District Council,25203588,Request for Tenders,Open Competition,Contract 831 Greenspace Maintenance 2022 to 2027,,20211203,20220210,20220630,,Sole Agency,No,,"Clutha District Council (CDC) greenspace maintenance contract includes the districts gardens, general parks and reserves, cemeteries, public toilets, and some other public facilities. These outdoor areas and facilities are the heart of many of our communities, and are of significant importance to both Council and our residents and visitors. Cluthas greenspaces and public facilities play a significant role in supporting the community, economy, and future growth. These contracts provide an opportunity for companies to demonstrate their stewardship of these areas and deliver long-term public value to the Councils and the communities they serve. The maintenance contracts offer contract values large enough to support an existing operation or establish a base for your company within the Clutha district. Further opportunities exists through combining bids for any of the other maintenance contracts being tendered. With a minimum of 5 years and options to extend to 10 years, the contracts will provide sufficient ongoing work, as well as giving you an opportunity to be a part of supporting the growth and development of contracting in the Clutha district.",Awarded,,7423109,20250410 Clutha District Council,26375821,Request for Tenders,Open Competition,"Contract 864 - 3 Waters Upgrade - Boundary Street, Tapanui",,20220923,20221107,20230307,,On behalf of procurement agent,No,,,Awarded,"Contract 864 - Waters Upgrade Boundary Street - Tapanui (Pattersons Creek) was advertised on GETS for a period of six weeks. Tenders closed on 7 November 2022, with four tenders received. The received tenders were evaluated by the Price Quality Method, with Roxburgh Excavation Ltd being awarded the contract for the pipeline installation at a cost of $1,463,669.07. The received tenders ranged in price from $1,463,669.07 to $2,390,930 excluding GST.",1463669,20250410 Clutha District Council,26875047,Request for Tenders,Open Competition,Contract 829 Bridge Repairs 2022/2024,,20230130,20230306,20230505,,Sole Agency,No,,,Awarded,,726565,20250410 Clutha District Council,26875172,Request for Tenders,Open Competition,Contract 807 Renewal of Bridge 451 Abutments,,20230130,20230303,20230509,,Sole Agency,No,,,Awarded,,0,20250410 Clutha District Council,27247520,Request for Tenders,Open Competition,Contract 863 - Reservoir Civil Construction 23-24,,20230414,20230517,20230630,,Sole Agency,No,barbara.fallis@cluthadc.govt.nz,"Civil construction of four reservoir foundations including: Site clearance, including removal of existing fences and trees Location of existing services Earthworks Lot access road construction Concrete foundation construction Water reticulation Electricity and telecommunications trenching Soil erosion and sedimentation control works Fence and gate installations Topsoiling and grass establishment",Awarded,,1585523,20250410 Clutha District Council,28014678,Request for Tenders,Open Competition,"Contract 843 - Footpath, Kerb & Channel Renewal 2022-2024",,20230904,20231009,20231106,,Sole Agency,No,,,Awarded,,1031881,20250410 Clutha District Council,28015183,Request for Tenders,Open Competition,Contract 862 - The Nuggets Road Slip Remediation,,20230904,20231006,20231214,,Sole Agency,No,,,Awarded,,377638,20250410 Clutha District Council,28469146,Request for Proposals,Open Competition,Contract 882 - Professional Services Contract 2023,,20231116,20231219,20240403,,Sole Agency,No,"CDC Office - 1 Rosebank Terrace, Balclutha","The CDC is seeking proposals from qualified professional services providers that will form part of a Panel to support our upcoming capital works programme and to support asset management functions. We require a dedicated team of professional services personnel to assist us in various aspects of our projects. The professional services panel is an opportunity for CDC to achieve the following objectives: ? Greater long-term ownership and management of assets ? Increased collaboration between professional services provider(s) and CDC ? The ability to take strategic, long-term views that support a healthy market, growth and development within CDC and across the Clutha Districts supply chain ? Options to adopt the lowest whole-of-life cost for projects ? Better management of budgets and resources ? Ability to plan and develop innovative designs around the needs of the CDC community ? Opportunities to innovate to achieve efficiencies.",Not Awarded,,0,20250410 Clutha District Council,28514247,Request for Tenders,Open Competition,Contract 870 - Moa Flat Watermain Renewals,,20231124,20231215,20240131,,Sole Agency,No,"CDC Office - 1 Rosebank Terrace, Balclutha","The Clutha District Council (CDC) is responsible for the supply of potable water to the Moa Flat Rural Water Scheme. This contract involves replacing the old pipes in 8 different sections across Moa Flat Scheme as depicted on the drawings and to the specifications described in this document. Total length of the work is approximately 10.5km. The renewals are located along Mackay Road, Crookston Road, McHutchon Road, Aitchison Runs Road, Keppoch Road, Caffell Road, Dunrobin Road, and adjacent to Sims Road (near Keast booster pump station). The Principal intends to proceed with the construction of work detailed but may elect to increase or shorten renewal lengths subject to remaining within approved budget amounts.",Not Awarded,It was awarded to Southern Trenching & Excavating.,0,20250410 Clutha District Council,28714314,Request for Tenders,Open Competition,Contract 883 - Mt Cooee LPS and Owaka WWPS,,20240119,20240216,20240405,,Sole Agency,No,,"Clutha District Council is now inviting tenders for the renewal of wastewater upgrades at Mt Cooee and Owaka Sewer Pump Stations. Mt Cooee: Installation of a new leachate pumping station at a deeper depth to allow gravity flow from the collection manhole, a reduction in size of the leachate pond, new pipework connection to the existing emergency overflow pond and reconnection to the existing rising main out to the sewer pump station. There are three ponds at Mt Cooee, two are used for stormwater and one for leachate detention. The two stormwater ponds will be connected to the new irrigation pump manhole and a rising main will be installed for future use. Owaka: Installation of new wastewater pump station at a new location, upstream of the existing pump station. The new WWPS will be located at a higher elevation, compared to the existing site, and upgraded with an increased pump flow capacity and emergency storage.",Not Awarded,Contract awarded to Isaac Contracting.,0,20250410 Clutha District Council,30489499,Request for Tenders,Open Competition,Contract 888 Tank Procurement,,20241024,20241122,20250129,,Sole Agency,No,"CDC Office - 1 Rosebank Terrace, Balclutha","Clutha District Council is now inviting tenders for Tank Procurement for Tank Farm Project. The district is serviced by 22 water schemes, which provide water to 15 urban areas and over 2,000 rural properties. To ensure the long-term sustainability of these water supplies, the Council, in collaboration with scheme committees, has identified the need to replace many of the aging storage facilities. As part of this initiative, the Council has decided to replace the old 23m? concrete tanks, which are approximately 40 years old, with new 30m? plastic tanks. Scope of the Project: 1) Site assessment and preparation, will be done by Civil Contractors 2) Design and engineering, will be done by Beca 3)Tank procurement (the subject of this procurement plan) 4) Install the plastic tanks according to the approved design and engineering specifications, will be done by Civil Contractors 5) Install and configure monitoring and control systems 6) Testing, disinfecting and commissioning will be done by Civil Contractors 7) Provide detailed as-built drawings and documentation for the new tank farm, will be done by Civil Contractors",Not Awarded,,0,20250410 Colab Solutions,20712602,Request for Proposals,Open Competition,RFP Waikato LASS Professional Services Panel,WLASS PSP,20190211,20190315,20190708,,Sole Agency,No,,"WLASS is procuring an open panel of providers for the provision of professional services for the participating Waikato Councils (being Hamilton City Council (HCC), Waikato District Council (WDC), Waikato Regional Council (WRC) and Waipa District Council (WAIDC), Rotorua Lakes District Council (RLDC), Hauraki District Council (HDC), South Waikato District Council (SWDC), Taupo District Council (TDC), Otorohanga District Council (ODC) and Matamata-Piako District Council (MPDC). Other WLASS shareholding Councils may join this WLASS Professional Services Panel at any time during the term of the contract by signing the relevant Joining Agreements. The panel is to be used to provide professional services across the range of Discipline Areas indicated below: Tranche 1A - All Participating Councils Discipline 1: Building Services Discipline 2: Three waters Discipline 3: Flood Hazard Management Discipline 4: Urban Design Discipline 5: Planning Tranche 1B - All Participating Councils (not including HCC) non-NZTA Funded Activities Discipline 6: Support Services (including Geotechnical investigation and land surveying) Discipline 7: Roading and Transportation Discipline 8: Parking",Not Awarded,,0,20250410 Colab Solutions,24623617,Request for Proposals,Open Competition,WLASS Legal Services Panel,WLASS2021-242,20210803,20210915,20211112,,Sole Agency,No,,"This is an opportunity to be part of a legal panel serving WLASS and its local authority shareholders. Initially, Waipa District Council, Hauraki District Council, Waikato Regional Council and Waitomo District Council will be joining parties to the Panel along with WLASS, with opportunity for other shareholders to join during the term. We are looking for legal providers with expertise in areas of law that are particularly relevant to local authorities. The primary aim of the panel is to help WLASS and participating Councils receive cost-effective high quality legal services from trusted providers.",Awarded,,0,20250410 Colab Solutions,25111550,Request for Proposals,Open Competition,Our People and our Economy Profile Product,WLASS2021-246,20211118,20211221,20220425,,Syndicated Opportunity,No,,"This RFP relates to the subscription and access to a web based economic profile product comprising a database of regional indicators and support services and maintenance of those systems. This is an opportunity to inform the participating councils in WLASS and its local authority shareholders. The below councils are currently participating: o Hamilton City Council o Hauraki District Council o Matamata-Piako District Council o Otorohanga District Council o South Waikato District Council o Taupo District Council o Thames-Coromandel District Council o Waikato District Council o Waikato Regional Council o Waipa District Council",Not Awarded,,0,20250410 Colab Solutions,25690016,Request for Proposals,Open Competition,Structure asset management services (SAMS),RFP2022-276,20220412,20220513,20220701,,Cluster,No,,"Co-Lab has two contracts for bridge inspection services. Our RATA team manages these contracts for the participating councils: Hamilton, Hauraki, Matamata-Piako, Waikato District, Waipa, and Waitomo. South Waikato, Waikato Regional and Taupo Councils are joining in the new contract. The contract is more than inspections, which are aligned to the Waka Kotahi S6 inspection policy, with the services sought being: + inspection services: general, principal and special inspections, emergency responses, and bridge evaluation and ratings + information services: maintaining databases, processing permit applications, reporting + project services: conducting investigations, designing, and delivering projects + advisory services: identifying and prioritising maintenance and renewal works, assisting councils to manage their asset portfolio, and providing asset management advice. The types of assets covered go beyond bridges, although they are the most prominent asset, and include culverts, retaining walls, and other structures. We anticipate there will be about 3,300 structures in the new contract. The estimated date for commencement of services is 1 July 2022. The estimated value of the contract for the first three years is $4.2 million and over six years $8.8 million.",Awarded,"Contracts for 9 councils were split over 3 respondents. Beca was awarded Hamilton, Taupo, Waikato district, and Waipa. Gray Matter was awarded Matamata-Piako, South Waikato, and Waikato region WSP was awarded Hauraki and Waitomo",8200000,20250410 Colab Solutions,26778115,Request for Proposals,Closed Competition,Hamilton Transport Model,2022-281 RFP,20230109,20230207,20230804,,Cluster,No,,"This RFP invites the two respondents shortlisted from the ROI stage: * Beca/Stantec * Jacobs Proposals from any other firm will not be accepted.",Awarded,"The procurement process was managed by Co-Lab. The contract with Beca Limited was executed by Hamilton City Council, one of the project partners of the Hamilton Transport Model.",524953,20250410 Colab Solutions,28450479,Request for Proposals,Open Competition,Wellbeing health and safety (WHS) training,WLASS2023-347,20231113,20231219,20240701,,Cluster,No,,"As a part of meeting our PCBU1 obligations and duty of care we want to offer training to our staff so they feel confident within their roles and have the opportunity to upskill and increase their capability. We seek to have flexibility in how the training is delivered. It is important training providers can provide trainings online, at their venues, and in the communities where we serve. Our preference is to be able to attend publicly available courses so that staff do not need to wait long before they can attend a course. Alternatively, dependent on numbers, one of the participating councils can host.",Awarded,,1000000,20250410 Colab Solutions,28573282,Request for Proposals,Open Competition,Professional Services Panel (Reimagined),WLASS2023-394,20240313,20240422,20241202,,Syndicated Opportunity,No,,"This RFP refers to the procuring of a Professional Services Panel for Co-Lab councils, which may be referred to as the PSP in these documents. Co-Lab is procuring a panel of providers for the provision of professional services, this process will be led by the four lead Waikato Councils (being Hamilton City Council (HCC), Waikato District Council (WDC), Waikato Regional Council (WRC) and Waipa District Council (WAIDC). The panel is to be used to provide professional services across a range of Activity Areas as described in the RFP. There is a supplier briefing pack attached which will provide further details.",Awarded,"Tier One Aecom New Zealand Ltd Beca Ltd BTW Company Ltd CKL NZ Ltd GHD Ltd Jacobs New Zealand Ltd Mott MacDonald Stantec New Zealand Tonkin & Taylor WSP New Zealand Ltd",200000000,20250410 Colab Solutions,29159954,Request for Tenders,Open Competition,Traffic counting and footpath condition rating services,RFT 2024-346,20240408,20240506,20240701,,Cluster,No,,"Co-Lab has two contracts for data collection services to be renewed by June 2024. Our RATA team manages these contracts for the participating councils: Hamilton, Hauraki, Matamata-Piako, Otorohanga, South Waikato, Taupo, Thames-Coromandel, Waikato district, Waipa, and Waitomo. This time around Hamilton may not participate for all services and we are including provision for Western Bay of Plenty District Council to participate. The services sought are: + Traffic counting + Footpath condition rating. Across all council areas, the services cover about 1000 counts a year, plus a provisional number of special counts, and nearly 1500km of footpaths to be rated over 3 years. Co-Lab is seeking offers from consultants to deliver all or some of the services based on capability and capacity. We are not looking for a single supplier. Co-Lab anticipates that there are likely to be two, and preferably more, contracts resulting from this procurement process. The allocation of councils to contract packages will occur as part of the evaluation process. Each supplier will have at least 3 councils. For example, there may be two traffic count contracts and one footpath condition contract, or two contracts with councils allocated according to best fit to each supplier. Contracts will be for an initial term of 3 years with an option to extend for a further 2 years at the discretion of Co-Lab, with the decision including an assessment of performance of the suppliers.",Awarded,"The contracts for traffic counting services for 10 councils and footpath condition ratings services for 6 councils were split over 3 tenderers: Beca was awarded traffic counting services to Otorohanga, South Waikato, Taupo, Waipa, Waitomo, and Western Bay councils. WSP was awarded traffic counting services to Hauraki, Matamata-Piako, Thames-Coromandel, and Waikato councils Onsite was awarded footpath condition rating services to Hauraki, Taupo, Thames-Coromandel, Waikato, Waipa, and Waitomo councils",1600339,20250410 Colab Solutions,29658832,Request for Proposals,Closed Competition,Agent-based model feasibility study (ABMFS),WLASS 2024-411,20240625,20240722,20240819,,Sole Agency,No,,"The Waikato Regional Transport Model (WRTM) Strategic model is a new region-wide strategic transport model that will function as a multimodal travel demand model linking land use and travel behaviour to transport planning. The WRTM-S will enable regional decision makers to better understand the inter-relationship between land use and transport infrastructure, particularly in the future. The WRTM-S will be a tool within which to interrogate policy changes, the staging of the release of land for residential or commercial use to cater for growth, and cost and benefit profiles for optimising investment outcomes. The procurement of the WRTM-S is split into 2: an Agent-Based Model Feasibility Study (ABMFS, subject of this RFP) and the WRTM-S model build (subject of a separate procurement process). The ABMFS procurement is a single stage competitive process to which 5 firms have been invited parties (limited tender). Proposals from firms not invited will not be considered.",Awarded,The contract is a target sum of $500k.,500000,20250410 Colab Solutions,29981801,Request for Proposals,Closed Competition,Strategic Internal Audit Services (SIA),WLASS2024-422,20240904,20240927,20250221,,Syndicated Opportunity,No,,"We are looking for a supplier to provide Strategic Internal Audit Services to participating Co-Lab councils. Co-Lab is owned by 12 councils in the Waikato and Bay of Plenty and 6 councils have identified that they are participating: Hauraki District Council, Matamata-Piako District Council, Otorohanga District Council, Waikato District Council, Waikato Regional Council, Waipa District Council. Non-participating Co-Lab councils can join at any time during the contract. This is an excellent opportunity to work with regional and local councils in the Waikato and develop a partnership relationship where there is a common purpose to deliver high quality services.",Awarded,,0,20250410 Colab Solutions,30331703,Request for Tenders,Open Competition,Falling Weight Deflectometer (FWD) Pavement Strength Testing services,RFT 2024-416,20241004,20241031,20241216,,Cluster,No,,"Co-Lab held a contract for High Speed Data and Falling Weight Deflectometer (FWD) data collection services that has recently expired and requires retendering. The purpose of the contract is to provide to participating councils good quality data on the strength of their pavements. Our RATA team manages these contracts for 10 participating councils: Hamilton, Hauraki, Matamata-Piako, Otorohanga, South Waikato, Taupo, Thames-Coromandel, Waikato district, Waipa, and Waitomo. These Councils have confirmed their intention to participate in the new contract. Western Bay of Plenty District Council has indicated interest in participation. The scope is to provide and maintain good quality data on the pavement strength condition of roads. The value of the contract is estimated at around $350,000 for 3 years excluding provisional sums.",Awarded,"GeoSolve was awarded the contract for the Falling Weight Deflectometer (FWD) Pavement Strength Testing services for Hauraki DC, Hamilton CC, Matamata-Piako DC, Otorohanga DC, South Waikato DC, Taupo DC, Thames-Coromandel DC, Waikato DC, Waipa DC, Waitomo DC, and Western Bay of Plenty DC.",331667,20250410 Commerce Commission,23058302,Request for Proposals,Open Competition,Stakeholder (Customer Relationship) Management Tool,PRJ0044116,20200803,20200827,20201104,,Sole Agency,No,,"The purpose of the Stakeholder Management Tool RFP is to procure a software solution to enable effective stakeholder management at the Commerce Commission (the Commission). The Commission is seeking a configurable, off-the-shelf solution that can deliver our requirements without the need for any additional specific customisation or development, and is looking for credible providers who have the capability and experience to deliver a stakeholder management solution that enables and supports the Commission to become more efficient and effective in how it delivers its outcomes for New Zealanders. The Commission currently holds stakeholder contact details and information in a series of spreadsheets managed by different teams throughout the branches, and lacks a centralised technology and software solution to support our business teams. This has created a number of issues: No single source of truth to rely on; Inconsistent and out of date information; Risk of rework, duplication, disjointed activities, conflicts and inefficiencies; Updating and using data is a manual and time-consuming process; and Reputation issues from the Commission appearing disjointed as contact information is out of date and there is no central database of interactions to refer to. As the organisation has grown and the number of stakeholders the Commission is engaging with has increased it has become apparent that the current way of managing stakeholder information is no longer fit for purpose, and the Commission now wishes to invest in a stakeholder management tool to ensure that stakeholder engagement is consistent, aligned and well documented. We are looking for a tool that will address the Commissions needs and offers the following benefits: Visibility of stakeholder interactions across the Commission; A single source of truth of contact information, relationship owner and interaction details; Data categorisation; Security; Streamlined processes resulting in efficiencies; Reporting/data analysis; and Data integrity. This is an opportunity to assist the Commission as it increases efficiencies through technological change. The Commission expects to develop a strong ongoing relationship with a trusted partner to ensure that the chosen solution will keep pace with the Commissions current and future needs.",Not Awarded,,0,20250410 Commerce Commission,25725692,Request for Proposals,Open Competition,Broadband testing and reporting services on behalf of NZ Commerce Commission,,20220426,20220523,20221201,,Sole Agency,No,,"The New Zealand Commerce Commission (the Commission) is New Zealand's competition regulator. One of our functions is to actively monitor and promote competition in telecommunications markets; and ensure consumers benefit from better service, prices and choice. The Measuring Broadband New Zealand (MBNZ) programme monitors the New Zealand broadband market to shine a light on broadband performance across different providers, plans, technologies and geographic areas, helping consumers choose the best broadband for their homes. We are seeking an independent testing and reporting partner to conduct testing and provide reports for the MBNZ programme and work with us to evolve the programme to keep pace with the changing need for broadband performance information for consumers, broadband providers and the Commission. The Commission is looking for a testing and reporting partner who has the capability, experience and technical merit to independently test broadband performance, and report those results in a relevant and accessible way to consumers and broadband providers in the market. You will have a good track record of previous projects that demonstrate your ability to provide reliable and robust testing, alongside quality, easily accessible reporting. You will also be prepared to work with the Commission and broadband providers to continue to support and evolve the MBNZ programme over the life of the contract. This is a 3-5 year opportunity to showcase your expertise in a well-developed and diverse broadband market using Copper, Fibre, Satellite and Fixed Wireless technologies to deliver broadband to New Zealand. Your involvement will support broadband providers ability to provide accurate representations of broadband performance to consumers under their new industry marketing code and help consumers make price/quality decisions between access technologies and broadband providers, by providing easily accessible, robust and relevant information. Your work in the high profile programme will also assist the industry to understand the relationships between network performance and consumer experience, incentivising efficient investment and competition to meet consumer needs.",Awarded,"The Commerce Commission has awarded contract for the three year Broadband testing and reporting programme. The successful tenderer is SamKnows Limited 1 Little New Street London EC4A 3TR United Kingdom The contract encompasses testing for a 36 month period, and quarterly public reporting of test results. The contract began on 01 December 2022 and will end on 30 December 2025. Provision for up to 24 month extension has been included. The total value over the life of the three year contract will be approximately $2.84 million NZD. The Commission would like to thank all the tenderers for their participation in the tender process.",2840000,20250410 Commerce Commission,27441934,Request for Proposals,Open Competition,Electricity Distribution Businesses 2023 Asset Management Plans review,,20230524,20230621,20230731,,Sole Agency,No,,"The Commission regulates electricity distribution businesss (EDBs) and Transpower under Part 4 of the Commerce Act 1986 (Part 4) for the long-term benefit of consumers. The Commission regularly reviews Asset Management Plans (AMPs) to monitor the compliance and performance of the EDBs and to ensure that the AMPs are fulfilling the purpose of information disclosure (essentially that sufficient information is available for interested persons to assess whether the purpose of Part 4 is being met. Please find our detailed requirements in attachments.",Awarded,,0,20250410 Commerce Commission,27455573,Request for Proposals,Open Competition,Workplace Strategy Implementation,,20230526,20230626,20230914,,Sole Agency,No,,"Commerce Commission is seeking a Lead supplier to implement the workplace strategy by providing detailed requirements analysis, project management and construction services. The supplier will provide detailed design and delivery of construction/installation of hard and soft fitout. Details of our requirements are attached in the RFP. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,,0,20250410 Commerce Commission,28143208,Request for Proposals,Open Competition,PRJ0046416_Productivity and Efficiency Study,PRJ0046416,20230920,20231020,20231207,,Sole Agency,No,Procurement@comcom.govt.nz,"The Commission regulates New Zealands electricity distribution businesses (EDBs) and national grid owner (Transpower) under Part 4 of the Commerce Act 1986 (Part 4) for the long-term benefit of consumers. Part 4 includes Information disclosure regulation, which applies to all EDBs, and requires public disclosure of information on the EDBs performance and network plans. The Commission has a statutory obligation under Part 4 to publish a summary and analysis of disclosed information for the purpose of understanding the changes in EDBs performance over time. Such analysis can examine the relative performance of EDBs, which includes their productivity and efficiency. In accordance with this obligation the Commission is undertaking a study of the productivity and efficiency of New Zealand EDBs. The study will be undertaken in three phases: Phase One Total factor and partial productivity analysis of the EDB sector An assessment of the total factor productivity (TFP) and partial factor productivity (PFP) for EDBs in aggregate. Phase Two Proof of concept for EDB comparative efficiency study Develop and test appropriate analytical technique(s)/methodology for assessing EDBs relative productivity and efficiency, including incorporating engineering expertise. Phase Three Apply analytical technique(s) and methodology to produce EDB comparative efficiency analysis and performance assessment Select and apply the chosen analytical technique(s)/methodology to EDBs to obtain draft comparative EDB efficiency/productivity analysis. The Commission is seeking an experienced consultancy firm(s) to undertake phase one of the study - Total factor and partial productivity analysis for EDBs in aggregate.",Awarded,,0,20250410 Counties Manukau District Health Board,17377948,Request for Proposals,Open Competition,Health services in Care and Protection and Youth Justice residences,,20160411,20160506,20190801,Planning & Funding,Sole Agency,No,"Tender Box CMH Health Services in Care and Protection and Youth Justice residences. Attention: Julia Burgess Shaw. Counties Manukau DHB 19 Lambie Drive, Building 3 Manukau 2241","Counties Manukau Health is looking for suitable provider/s who have the capability, experience, knowledge, networks and infrastructure to provide health services to young people resident in Whakatakapokai Care and Protection and Korowai Manaaki Youth Justice residences.",Awarded,,0,20250410 Counties Manukau District Health Board,20652856,Request for Proposals,Open Competition,Northern Regional Transgender Peer Support Service,,20190201,20190301,20190801,Planning & Funding,Sole Agency,No,,"Counties Manukau District Health Board (on behalf of the Northern Region District Health Boards) is issuing a Request for Proposals to provide peer support services for transgender people across the Northern Region. It is proposed that the selected provider(s) will deliver a locally informed Intentional Peer Support model using Peer Support Workers and Peer Volunteers. It is envisaged that this service will commence on 1 July 2019 and will run for a period of two years. The selected Provider will deliver Peer Support services to transgender people aged 12+ and families of transgender people of all ages, living (domiciled) in the Northern Region including Counties, Auckland, Waitemata and Northland District Health Board areas. The Peer Support Service will take a multi-faceted approach to service delivery, including: Peer Support Workers (PSW) who are trained and working in a locally informed Intentional Peer Support model; the development and management of a Peer Volunteer workforce who receive training, supervision and support to run peer led groups and other low level interventions within an appropriate scope; and moderated online channels to increase access to peers and information outside of formal appointments. Joint or consortium proposals from a group of Providers will be considered, as well as proposals submitted by individual Providers.",Awarded,,0,20250410 Counties Manukau District Health Board,21022256,Request for Proposals,Closed Competition,Green Prescription - Adult Services - Request for Proposal (RFP),,20190513,20190610,20200609,Planning & Funding,Sole Agency,No,n/a,"Counties Manukau District Health Board is seeking to engage a supplier/s (or partnership of suppliers) to deliver a comprehensive suite of nutrition, physical activity and self-management support interventions that will support physically inactive adults aged 18 years and over (including pregnant women) to make, and sustain, lifestyle changes that will have long-lasting benefits to their health and wellbeing. The proposed service will prioritise the following population groups: Maaori; Pacific; people living in neighbourhoods classified as NZDep quintile 5 areas; people living with mental health conditions; and pregnant women. The Green Prescription Programme for Adults commenced in 1998. The Programme has evolved over time and been shown to be effective at promoting behaviour change. This RFP, the second stage of the procurement process, presents an opportunity for selected supplier/s (or partnership of suppliers) to be involved in the delivery of the Programme and deliver further enhancements to the Services. The Services sought through this procurement are aimed at increasing physical activity and improving nutrition of adults across the CM Health catchment, with a particular focus on incorporating self-management support approaches. Involvement in the delivery of the Services therefore represents an exciting opportunity to make a positive impact on the health and wellbeing of the CM Health population.",Awarded,,0,20250410 Counties Manukau District Health Board,21351445,Request for Proposals,Open Competition,CM Health - Elective Surgical Contract RFP 2019,CP1920,20190805,20190906,20200120,Provider Arm,Sole Agency,No,n/a,"All Responses must be submitted via EMAIL to: Kelly Dransfield Contract Manager Kelly.Dransfield@middlemore.co.nz NO HARDCOPY VIA POST OR FAX OR DELIVERED TO OUR OFFICE WILL BE ACCEPTED",Not Awarded,This contract was awarded to successful applicants in August 2019 for a start date of 1 Ocotober2019.,0,20250410 Counties Manukau District Health Board,21351649,Request for Proposals,Open Competition,CM Health - Ophthalmology Procedures RFP 2019,OPH1920,20190805,20190904,20200120,Provider Arm,Sole Agency,No,,"All Responses must be submitted via EMAIL to: Kelly Dransfield Contract Manager Kelly.Dransfield@middlemore.co.nz NO HARDCOPY VIA POST OR FAX OR DELIVERED TO OUR OFFICE WILL BE ACCEPTED",Not Awarded,This contract was awarded to successful applicants in August 2019 for a start date of 1 Ocotober2019.,0,20250410 Counties Manukau District Health Board,21365047,Request for Proposals,Open Competition,Lift Maintenance Services at Middlemore and Manukau Super Clinic Hospitals,CMDHB-CT1907-001,20190805,20190909,20200525,Facilities Management,Sole Agency,No,"Tenders Box Building 27, Middlemore Hospital, 100 Hospital Rd, Otahuhu, Auckland","CMDHB are seeking a suitably qualified and experienced supplier to maintain and keep all lifts operating effectively 24 hours, 7 days per week for Middlemore Hospital and Manukau Super Clinic sites. Demonstrated experience in maintaining lifts in an organisation that depends on the correct functioning of its lifts on a 24/7 basis will be an advantage.",Awarded,,0,20250410 Counties Manukau District Health Board,21994011,Request for Proposals,Open Competition,Manukau Health Park Development Project Management Services,CT1911-007,20191126,20200124,20200921,Facilities Management,Sole Agency,No,,"Counties Manukau District Health Board (CMDHB) seeks to engage a Project Management Consultant PM to administer the design and construction phases of a project to deliver a new Conference Centre, Outpatient Services, Modular Theatres, and a Radiology Hub with the infrastructure to support them at the Manukau Health Park (MHP). These additional clinical services are needed to meet future demand, take a load off Middlemore hospital and to provide improved access to healthcare services. Ambulatory and elective surgical patients will be cared for at Manukau Health Park while Middlemore will provide care for acute patients that need a higher level of support with more involved models of care. The clinical health services that will be extended by this project cannot currently meet demand and urgently need to increase their capacity to avoid compromising the service they offer. As project managers, you will; a. Help CM Health plan the delivery of capital facilities at the Manukau Health Park; b. Direct and manage project work and ensure project and asset information is acquired, structured and safely recorded; c. Help CM Health procure the resources needed to complete all of the tasks necessary for delivering the specified outcomes efficiently; d. Establish systems to monitor and control all project activities from initiation to final handover of the operating deliverables; e. Report at regular intervals to the Principals Representative and provide support as required so they can report in an informed manner to the Project Control Group. f. Help CM Health close out the project and document this process on its behalf. The closure will require a set of clear acceptance criteria established during the planning phase and a, formally documented, approval and acceptance process.",Awarded,"Johnstaff demonstrated that it fully understood and has the capability to deliver the requirements and meet the contract conditions, and offered the best public value including broader outcomes, over the whole life of the goods, services or works.",144958,20250410 Counties Manukau District Health Board,22073520,Request for Proposals,Open Competition,"Manukau Health Park Development Project, RFP for Design",CT1912-001,20191211,20200213,20200921,Facilities Management,Sole Agency,No,"100 Hospital Road , Otahuhu","Counties Manukau District Health Board (CMDHB) seeks to engage a Designer to design new buildings and internal refurbishments of existing facilities at the Manukau Health Park (MHP). The Design package includes all the phases of design followed by a review to verify that construction achieves the design intentions. Additional clinical services are needed at MHP to meet future demand, take a load off Middlemore hospital and to provide improved access to healthcare services. Ambulatory and elective surgical patients will be cared for at MHP while Middlemore will provide care for acute patients that need a higher level of support with more involved models of care. The clinical health services that will be extended by this project cannot currently meet demand and urgently need to increase their capacity to avoid further compromising the service they offer. As Designers, you will; a. Help CM Health accurately define new and refurbished capital facilities at the Manukau Health Park; b. Review the design brief and liaise with project stakeholders to verify the design requirements and the basis of design; c. Prepare a concept design that reflects the documented stakeholder requirements for the new infrastructure and buildings; d. Develop the concept design through preliminary, developed and detailed design phases using three-dimensional Business Information Modelling (BIM) techniques, a work breakdown structure and project schedule; e. Prepare complete Construction tender documents for procuring the construction services required to deliver the requirements of the project; f. Provide design input and construction observation for the construction phase to ensure the works follow the intentions of the design. g. Provide the producer statements and certifications necessary to obtain any consents required for the project works. Obtain any Consents needed to allow and complete the ultimate project deliverables.",Awarded,"Warren and Mahoney demonstrated that it fully understood and has the capability to deliver the requirements and meet the contract conditions, and offered the best public value including broader outcomes, over the whole life of the services.",1434503,20250410 Counties Manukau District Health Board,22438343,Request for Tenders,Open Competition,Middlemore Hospital Pavement Repair - Phase 2 Works,CT2003-004,20200313,20200515,20200714,Facilities Management,Sole Agency,No,"Bldg 27, Middlemore Hospital, 100 Hospital Road, Otahuhu, Auckland 1640","The Opportunity Counties Manukau District Health Board (CMDHB) requires sections of Hospital Road to be repaired as part of the 2020 Phase 2 Middlemore Hospital pavement repair program. The scope of pavement repairs is within CMDHB boundaries on Hospital Road, between the Entry 2 round about to approximately 70m south of the Entry 3 roundabout. About Us Counties Manukau District Health Board (CMDHB, CM Health, CMH) is one of the 21 District Health Boards (DHBs) in New Zealand. It is one of the top performing DHBs in New Zealand and is responsible for meeting the health and disability needs of the second fastest growing district in New Zealand, which will number 650,000 people within 15 years. One third of the ethnically diverse Counties Manukau population lives in high levels of socio-economic deprivation and there is high prevalence of related health conditions. The district also has the fastest growing population aged 65 years and over and the largest consumers of health care services. These factors mean that demand for health services is growing at a faster rate than population growth.",Awarded,,0,20250410 Counties Manukau District Health Board,22525505,Request for Proposals,Open Competition,"Project Management Consultancy Services, Relocation of Radiology Services to Harley Gray",CT2004-002,20200408,20200506,20200528,Facilities Management,Sole Agency,No,,"Counties Manukau District Health Board (CMDHB) had prioritised several strategic projects for the Middlemore Hospital. To support this, CMDHB seeks to engage a Project Management Consultant to administer the design and construction phases, of a project to deliver a new Acute Radiology Department within the Harley Gray purpose-built ground floor shell space. This project will relocate the existing Radiology services from the Galbraith Building to the newer Harley Gray building. It will relocate existing Radiology FF&E and provide new equipment to enable expansion of the service capacity, the new clinical service and facilities improvements are aimed specifically at acute patients whom need a higher level of support with a more involved model of care. CMDHB have developed a concept plan for Radiology which will require updating to reflect the Summary of Proposed Changes. These changes capture best-practice service improvements adopted since the project initiation. The critical clinical functions (modalities) within the Radiology Department are as follows: - [PF] Plain Film (X-Ray) - [US] Ultrasound - [MRI] Magnetic Resonance Imaging (existing)* - [CT] Computer Tomography - [IR] Interventional Radiology - Recovery Bed Bays Under the new proposal, the waiting area serving the MRI suite currently extends into zones designated for Recovery and CT and whilst relatively new these outlying service spaces will be demolished to make way for shared spaces, the core MRI suite including recovery and reporting will remain. As a Project Management Consultancy, you will: a. Assist CMDHB plan the delivery of the new Radiology Department within the Harley Gray Shell Space; b. Direct and manage project work and ensure project and asset information is acquired, structured and safely recorded; c. Assist CMDHB to procure the resources to complete all the tasks necessary for delivering the specified outcomes efficiently; d. Establish systems to monitor and control all project activities from initiation to final handover of the operating deliverables; e. Periodic reporting to the Principals Representative, CMDHB Project Manager, and the Project Control Group (PCG); and f. Assist CMDHB to close out the project and document this process on its behalf.",Awarded,,0,20250410 Counties Manukau District Health Board,22759804,Request for Quotations,Open Competition,Medical Services for Pukekohe Hospital and Afterhours Medical Services for Franklin Memorial Hospital,,20200602,20200618,20201103,Provider Arm,Sole Agency,No,,"This Request for Quotation is for medical services for Pukekohe Hospital and the afterhours medical services for Franklin Memorial Hospital. Quotes must be submitted by email/electronically to the following address: Jill.Lomas@middlemore.co.nz",Awarded,,0,20250410 Counties Manukau District Health Board,22782288,Request for Proposals,Open Competition,Middlemore Hospital Scott Building Fire Alarm System Upgrade,CT2006-003,20200605,20200709,20201130,Facilities Management,Sole Agency,No,"Bldg 27, Middlemore Hospital, 100 Hospital Road, Otahuhu, Auckland 1640","Counties Manukau District Health Board (CMDHB, CM Health, CMH) is one of the 20 District Health Boards (DHBs) in New Zealand. It is one of the top performing DHBs in New Zealand and is responsible for meeting the health and disability needs of the second fastest growing district in New Zealand, which will number 650,000 people within 15 years. One third of the ethnically diverse Counties Manukau population lives in high levels of socio-economic deprivation and there is high prevalence of related health conditions. The district also has the fastest growing population aged 65 years and over and the largest consumers of health care services. These factors mean that demand for health services is growing at a faster rate than population growth. What we need Middlemore Hospital was founded in 1947 and is comprised of a number of buildings of various ages. The Scott Building, which has 258 beds and houses acute medical, surgical and coronary care patients, was constructed between 2000 and 2006. The Fire Alarm system within the Scott Building has reached End of Life (EOL) and requires replacement. Following a thorough review of the various options available, CMDHB have determined that the existing Type 7 fire alarm system is to be replaced with a Siemens Cerberus PRO FS720 fire alarm system and the EWIS panel is to be replaced with a new Tyco QE90 EWIS panel.",Awarded,,0,20250410 Counties Manukau District Health Board,22962966,Request for Quotations,Open Competition,Request for Quotations - Metro Auckland COVID-19 Community Testing Response,,20200714,20200721,20201106,Planning & Funding,Sole Agency,No,,"This procurement relates to the delivery of COVID-19 Community Testing Response for the Metro Auckland DHBs. In light of on-going need for community testing, we are re-orienting the response to Community Testing Centres and Mobile Testing Services that are sustainable, fit-for-purpose, cost-efficient and have the ability to respond to demand and changes in circumstances as necessary. Note: Further appendices including the pricing template will be made available by an addendum on 15 July.",Awarded,,0,20250410 Counties Manukau District Health Board,23066784,Request for Proposals,Open Competition,CM Health Opthalmology Procedures RFP 2020,OPH2021,20200806,20200907,20210114,Provider Arm,Sole Agency,No,n/a,"The objective of this request process is to find the most cost-effective overall solution for the supply of Ophthalmology procedures to Counties Manukau District Health Board. All Responses must be submitted via EMAIL to: Kelly Dransfield Contract Manager Kelly.Dransfield@middlemore.co.nz NO HARDCOPY VIA POST OR FAX OR DELIVERED TO OUR OFFICE WILL BE ACCEPTED",Awarded,,612000,20250410 Counties Manukau District Health Board,23066808,Request for Proposals,Open Competition,CM Health - Elective Surgical Procedures RFP 2020,CP2021,20200806,20200907,20210114,Provider Arm,Sole Agency,No,n/a,"The objective of this request process is to find the most cost-effective overall solution for the supply of elective surgical procedures to Counties Manukau District Health Board. All Responses must be submitted via EMAIL to: Kelly Dransfield Contract Manager Kelly.Dransfield@Middlemore.co.nz NO HARDCOPY VIA POST OR FAX OR DELIVERED TO OUR OFFICE WILL BE ACCEPTED Please note the Proposal Deadline is Monday 7 September 2020 at 12 noon. See addenda for amended RFP Proposal Document.",Awarded,,0,20250410 Counties Manukau District Health Board,23126229,Request for Proposals,Open Competition,CMDHB Request for Proposal -Architecture & Health Planning Services for NNU Expansion,CT2008-017,20200817,20200911,20210202,Facilities Management,Sole Agency,No,,"The Middlemore based service NNU is located on level one of the Harley Gray building. This project expands the eastern end Level 2 cot spaces from 20 cots to a minimum of 28 cots. The level 3 cots remain untouched. This functional brief provides the service model of care and supporting enablers for the facility expansion of the NNU Level 2 cot spaces at Middlemore Hospital. This will include: Inpatient spatial requirements Support spaces Co-locations and linkages with functions through the continuum of care. The premise is that this development will be an interim location (approximately 10 years) to enable appropriate model of care and the spatial needs to support appropriate, timely and best practice care in this family focussed service. The end state location may be in the new Womens Health Building at Middlemore Hospital.",Awarded,Award was delayed due to Ministerial approval of Business Case.,0,20250410 Counties Manukau District Health Board,23162396,Request for Proposals,Open Competition,CMDHB Request for Proposal - Building Engineering Services for NNU Expansion,CT2008-018,20200824,20200918,20210202,Facilities Management,Sole Agency,No,,"The Middlemore based service NNU is located on level one of the Harley Gray building. This project expands the eastern end Level 2 cot spaces from 20 cots to a minimum of 28 cots. The level 3 cots remain untouched. This functional brief provides the service model of care and supporting enablers for the facility expansion of the NNU Level 2 cot spaces at Middlemore Hospital. This will include: Inpatient spatial requirements Support spaces Co-locations and linkages with functions through the continuum of care. The premise is that this development will be an interim location (approximately 10 years) to enable appropriate model of care and the spatial needs to support appropriate, timely and best practice care in this family focussed service. The end state location may be in the new Womens Health Building at Middlemore Hospital.",Awarded,Award was delayed due to Ministerial approval of Business Case.,0,20250410 Counties Manukau District Health Board,23174937,Request for Proposals,Open Competition,CMDHB Relocation of Radiology Services HGB Architectural Design RFP,CT2008-014,20200826,20201007,20210609,Facilities Management,Sole Agency,No,,"CMH require professional Architectural Consultancy Services to review and re-cut the current Concept Design based on updated stakeholder requirements, and then take the revised and agreed Concept Design through design development to construction, completion and handover. Project elements that form part of this project: a) This project will aim to relocate inpatient (Acute) radiology services from the earthquake-prone Galbraith building to the purpose-built ground floor shell space of the Harley Gray Building, b) Phasing of the project and staged transitions of services are envisaged, which may require multiple construction stages and multiple staged handovers and clinical relocations, b) Modification to support areas servicing the existing MRI suite in the ground floor of the Harley Gray Building to enable the establishment of CT, Recovery and shared Staff facilities.",Awarded,,0,20250410 Counties Manukau District Health Board,23179742,Request for Proposals,Open Competition,CMDHB Relocation of Radiology Services HGB - Building Services Engineering RFP,CT2008-015,20200826,20201007,20210609,Facilities Management,Sole Agency,No,,"CMH require a professional Building Services Engineering Consultant to take the revised and agreed Concept Design through design development to construction, completion and handover. Project elements that form part of this project: a) This project will aim to relocate inpatient (Acute) radiology services from the earthquake-prone Galbraith building to the purpose-built ground floor shell space of the Harley Gray , b) Phasing of the project and staged transitions of services are envisaged, which may require multiple construction stages and multiple staged handovers and clinical relocations, b) Modification to support areas servicing the existing MRI suite in the ground floor of the Harley Gray Building to enable the establishment of CT, Recovery and shared Staff facilities.",Awarded,,0,20250410 Counties Manukau District Health Board,23179919,Request for Proposals,Open Competition,CMDHB Relocation of Radiology Services HGB Quantity Surveying Services RFP,CT2008-016,20200826,20201007,20210609,Facilities Management,Sole Agency,No,,"CMH require professional Quantity Surveying Consultancy Services to review and revise the project Cost Estimate prepared in November 2018 and to progressively prepare new cost plans based on updated stakeholder requirements and on-going iterations of the project design, working closely with CM Health, the Project Manager and Design Team to develop an on-budget solution for the design and delivery of the new Harley Gray Building Radiology Services department. Project elements that form part of this project: a) This project will aim to relocate inpatient (Acute) radiology services from the earthquake-prone Galbraith building to the purpose-built ground floor shell space of the Harley Gray Building, b) Phasing of the project and staged transitions of services are envisaged, which may require multiple construction stages and multiple staged handovers and clinical relocations, c) Modification to support areas servicing the existing MRI suite in the ground floor of the Harley Gray Building to enable the establishment of CT, Recovery and shared Staff facilities.",Awarded,,0,20250410 Counties Manukau District Health Board,23187869,Request for Quotations,Closed Competition,Maritime Border Worker COVID-19 Testing,,20200827,20200828,20210614,Planning & Funding,Sole Agency,No,,This Request for Quotes (RFQ) invites suppliers to quote for the delivery of COVID-19 testing of asymptomatic maritime border workers (Services). The Services will support the broader Ministry of Health Testing Strategy with a view to providing assurance that the border is secure. This is a closed contestable process open to the existing COVID-19 testing network in Metro Auckland.,Awarded,,0,20250410 Counties Manukau District Health Board,23257841,Request for Proposals,Closed Competition,CMDHB Cardiac Catheter Lab and Dialysis Unit (Preferred Contractor for ECI Services and Construction Works),CT2007-008,20200909,20200930,20210601,Facilities Management,Sole Agency,No,,"This RFP is the second step in a two-stage procurement process. The purpose of this RFP is to identify a preferred contractor (Preferred Contractor) to carry out the construction works for the Project (Contract Works). The Preferred Contractor will initially be engaged to provide early contractor involvement services, advice and a pricing proposal for the Contract Works (ECI Agreement). Subject to certain conditions being satisfied (including CMDHB Board approval), CMDHB may subsequently award the Preferred Contractor a construction contract for the Contract Works (Construction Contract).",Awarded,,0,20250410 Counties Manukau District Health Board,23571624,Request for Quotations,Open Competition,Medical and Nurse Practitioner Services for Northern Managed Facilities,,20201106,20201118,20210205,Planning & Funding,Sole Agency,No,,The Northern Region Health Co-ordination Centre (NRHCC) is responsible for the health response within Managed Isolation and Quarantine Facilities (MIQFs) located in the Northern Region (Northern Managed Facilities). MIQFs operate a nurse-led model supported by and working collaboratively with medical and nurse practitioners to meet the health related requirements of the managed isolation and quarantine process. We are seeking a provider(s) of medical and nurse practitioner services for MIQFs. The health practitioners will be based at specified locations but will provide services to all MIQFs.,Awarded,,0,20250410 Counties Manukau District Health Board,23628436,Request for Proposals,Closed Competition,Engineering Consultant Services for Preparing the Detailed Business Case for Core Infrastructure Upgrade at Middlemore Hospital,CT1912-001,20201116,20201201,20210401,Facilities Management,Sole Agency,No,,"Counties Manukau District Health Board (CMDHB) seeks to engage Engineering Consultant Services Technical Expertise to help CM Health prepare a single-stage business case for upgrading the services infrastructure at Middlemore Hospital. The Business Case (BC) will seek funding approval valued at circa $20,000,000 from the Minister of Health for this project. This project is Stage 1 or an upgrade programme for services infrastructure that will address outstanding seismic resilience and asset condition issues and provide for the future development of the Hospital. The services infrastructure at Middlemore Hospital has developed as the Hospital grew. The DHB added new buildings as the demand for clinical services increased over time. The hospital master development plan currently incorporates this legacy. CM Health has accepted independent seismic assessment reports that confirm the Galbraith Building is Earthquake Prone. Hospital authorities constructed the Galbraith Building in two stages in 1960 and 1962. Since its opening in 1964, New Building Standards (NBS) have evolved to require higher levels of seismic resilience. The results of the Detailed Seismic Assessment in 2018 indicate the Galbraith Buildings seismic rating is 20%NBS given its role as an importance-level-four building(IL4). According to the Building (Earthquake-prone Buildings) Amendment Act 2016, CM Health has a maximum of 35 years to remediate any buildings formally identified by Auckland Council as earthquake-prone. The Galbraith Building contains infrastructure that services other parts of the Hospital. Some services infrastructure is also obsolete and in unreliable condition. The Hospital must establish an improved services infrastructure layout that allows the retirement of some of its older buildings and accommodates future growth. The proposed project will initiate a staged upgrade and restructuring of the services infrastructure at Middlemore hospital. The business case will outline a services infrastructure master plan (SIMP) that identifies and prioritises equipment that needs relocation, repair or replacement, addresses the need to retire older buildings and describes a services infrastructure network that accommodates the Hospitals future development. Stage One of the SIMP will provide for the relocation and isolation of infrastructure services to accommodate retiring the Galbraith Building in the future.",Awarded,"Contract completed 31 August 2021 for $54,188.",76456,20250410 Counties Manukau District Health Board,23675561,Request for Quotations,Open Competition,Request for Quotes for Panel Opportunity - Surge Community Testing Centre,,20201124,20201211,20210614,Planning & Funding,Sole Agency,No,,"Auckland, Counties Manukau, and Waitemata District Health Boards (Metro Auckland DHBs) are seeking to establish a panel of healthcare providers to stand-up Surge Community Testing Centres (Surge CTCs) for COVID-19 testing when the community testing system experiences high demand or surges for COVID-19 tests in the Metro Auckland DHB catchment areas. Surge CTCs are likely to be short to medium term in nature (i.e. 2 days to 2 months) and be activated by the Metro Auckland DHBs Northern Region Health Co-ordination Centre (NRHCC) on an as needed basis, often within a short-time frame. The aim of the Surge CTCs is to relieve pressure and support the existing community testing infrastructure, namely existing CTCs, Urgent Care Clinics and General Practices, by increasing capacity and providing increased choice and access to patients seeking a COVID-19 test during periods of high demand for testing. Maori and Pacific communities are more likely to have a poorer outcome if impacted by COVID-19, therefore, additional Surge CTC capacity delivered by teams that have the capacity and capability to engage with these communities will be important to improve equitable access and health outcomes. Establishing a Panel of Surge CTC providers is expected to allow the Metro Auckland DHBs to engage Surge CTC providers in a streamlined way if/when the NRHCC identifies that additional COVID-19 testing capacity is required to support existing testing infrastructure by having clear roles, responsibilities, clinical protocols and contractual arrangements agreed ahead of activation.",Not Awarded,,0,20250410 Counties Manukau District Health Board,23719260,Request for Proposals,Closed Competition,Engineering Consultant Services for Preparing the Detailed Business Case for Core Infrastructure Upgrade at Middlemore Hospital,CT1912-001,20201202,20201208,20210806,Facilities Management,Sole Agency,No,21 Peary Road,"This is in reference to GETS RFx ID: 23628436 to extend the closing date to 08/12/2020. Please submit your proposals to this NEW GETS RFx ID: 23719260 Counties Manukau District Health Board (CMDHB) seeks to engage Engineering Consultant Services Technical Expertise to help CM Health prepare a single-stage business case for upgrading the services infrastructure at Middlemore Hospital. The Business Case (BC) will seek funding approval valued at circa $20,000,000 from the Minister of Health for this project. This project is Stage 1 or an upgrade programme for services infrastructure that will address outstanding seismic resilience and asset condition issues and provide for the future development of the Hospital. The services infrastructure at Middlemore Hospital has developed as the Hospital grew. The DHB added new buildings as the demand for clinical services increased over time. The hospital master development plan currently incorporates this legacy. CM Health has accepted independent seismic assessment reports that confirm the Galbraith Building is Earthquake Prone. Hospital authorities constructed the Galbraith Building in two stages in 1960 and 1962. Since its opening in 1964, New Building Standards (NBS) have evolved to require higher levels of seismic resilience. The results of the Detailed Seismic Assessment in 2018 indicate the Galbraith Buildings seismic rating is 20%NBS given its role as an importance-level-four building(IL4). According to the Building (Earthquake-prone Buildings) Amendment Act 2016, CM Health has a maximum of 35 years to remediate any buildings formally identified by Auckland Council as earthquake-prone. The Galbraith Building contains infrastructure that services other parts of the Hospital. Some services infrastructure is also obsolete and in unreliable condition. The Hospital must establish an improved services infrastructure layout that allows the retirement of some of its older buildings and accommodates future growth. The proposed project will initiate a staged upgrade and restructuring of the services infrastructure at Middlemore hospital. The business case will outline a services infrastructure master plan (SIMP) that identifies and prioritises equipment that needs relocation, repair or replacement, addresses the need to retire older buildings and describes a services infrastructure network that accommodates the Hospitals future development. Stage One accommodate retiring the Galbraith Building.",Awarded,,76456,20250410 Counties Manukau District Health Board,23829896,Request for Proposals,Open Competition,Ground Maintenance Services for all CMDHB Sites,CT2101-001,20210111,20210129,20210618,Facilities Management,Sole Agency,No,,"CMDHB is seeking responses from suitably experienced, qualified and capable grounds maintenance providers to submit proposals for the ground maintenance services described in this RFP (Ground Maintenance Services, Services). In addition to scheduled services, CMDHB may require additional ground maintenance work to be performed on request.",Awarded,Awarded,0,20250410 Counties Manukau District Health Board,23835363,Request for Proposals,Open Competition,"Project Management Consultancy Services for Building Remediation and Recladding Works at Kidz First and McIndoe, Middlemore Hospital",CT2102-001,20210210,20210309,20211222,Facilities Management,Sole Agency,No,,"CM Health wishes to engage a Project Management consultant to deliver the reclad and associated remediation works to the following buildings Buildings at Middlemore Hospital campus; namely: a) Kidz First Children hospital, Middlemore b) McIndoe building, Middlemore This will includes all related project management services; as maybe required to deliver the re-clad / remediation works for Kidz First and McIndoe buildings. This includes the following: a) Help CM Health plan and programme the delivery; b) Direct and manage project work by other consultants and contractors; and ensure the project and asset information is acquired, structured and safely recorded; c) Ensure that the works are planned, procured and executed in compliance with all applicable health, safety and environmental requirements, d) Help CM Health procure the resources needed to complete all of the tasks necessary for delivering the specified outcomes efficiently, in accordance with the CM Health procurement procedures and guidelines. e) Establish systems to monitor and control all project activities from initiation to final handover of the operating deliverables; f) Report at regular intervals to the Principals Representative and provide support as required so they can report in an informed manner to the Project Control Group. g) Help CM Health close out the project and document this process on its behalf. The closure will require a set of clear acceptance criteria established during the planning phase and a, formally documented, approval and acceptance process.",Not Awarded,"- unexpected long ministerial business case approval that leading to the tender validity expired - at the time when the business case was finally approved on Dec 2021, the whole PM scope changed to save budget - tender aborted",0,20250410 Counties Manukau District Health Board,23996182,Request for Proposals,Closed Competition,"Project Management Consultancy Services for Auckland Regional Spinal Unit (ARSU), Short Term Services Sustainability Project",CT2102-002,20210219,20210326,20210514,Facilities Management,All of Government,No,,"CM Health wishes to engage a Project Management consultant to deliver the Short Term Services Sustainability project at Auckland Spinal Rehabilitation Unit (ASRU), 30 Bairds Road, Otara. We are looking for project management services to deliver the project. This includes the following: a) Help CM Health plan and programme the delivery; b) Direct and manage project work by other consultants and contractors; and ensure the project and asset information is acquired, structured and safely recorded; c) Help CM Health procure the resources needed to complete all of the tasks necessary for delivering the specified outcomes efficiently, in accordance with the CM Health procurement procedures and guidelines. d) Establish systems to monitor and control all project activities from initiation to final handover of the operating deliverables; e) Report at regular intervals to the Principals Representative and provide support as required so they can report in an informed manner to the Project Control Group. f) Help CM Health close out the project and document this process on its behalf. The closure will require a set of clear acceptance criteria established during the planning phase and a, formally documented, approval and acceptance process. g) Maintain effective communication and coordination with all stakeholders and help manage and develop plans for work sequencing, communication and disruptions management.",Awarded,,0,20250410 Counties Manukau District Health Board,24017043,Request for Quotations,Closed Competition,Auckland Spinal Rehabilitation Unit (ASRU) Short Term Services Sustainability Project Package I: Minor Works,CT2102-010,20210224,20210324,20210514,Facilities Management,Sole Agency,No,,"Dear Sir/ Madam, Being one of our Facilities Maintenance Service Panel Contractors, you are cordially invited to submit your quotation, based on the attached RFQ document, for our consideration. A. Key procurement dates: RFQ release date: 24/2/2021 Site Visit Date: To be confirmed RFQ closing date (by GETS submission): 17/3/2021, 3:00pm B. Submission Requirement: 1. All valid insurance certificates as required in Statement of Works 2. Price Proposal (using the Price Schedule provided in the RFQ document) C. Submission Deadline: 17/3/2021, 3pm D. Contact Person: Yazan Darwazeh, Project Manager Email: Yazan.Darwazeh@middlemore.co.nz M: 0211237409 E. Terms & Conditions: STATEMENT OF WORKS (ONE OFF FACILITIES MAINTENANCE PROJECTS) Facilities Services Panel Agreement Kindly confirm your interest and apply for the site visit before 26 Feb 2021, 1 pm by email to Yazan.Darwazeh@middlemore.co.nz. Please note that your proposal will be assessed base on the price you have submitted. Late submission will not be considered. If you have any queries, please feel free to contact us.",Awarded,,0,20250410 Counties Manukau District Health Board,24034938,Request for Quotations,Closed Competition,"Architect Consultant Services for Auckland Regional Spinal Unit (ARSU), Short Term Services Sustainability Project",CT2103-002,20210302,20210323,20210820,Facilities Management,All of Government,No,,"CM Health wishes to engage an architectural services consultant to complete the design from concept design stage, lead the design team and coordinate the works with Structural, Civil, Services, Fire and other consultants appointed by CM Health, apply for and obtain all necessary consents and approvals, produce tendering and construction / execution documentation, assist in the procurement process for the main contractor and provide construction observation and project closure for the Short-Term Services Sustainability project at Auckland Spinal Rehabilitation Unit (ASRU) at Auckland Spinal Rehabilitation Unit (ASRU), 30 Bairds Road, Otara.",Awarded,,0,20250410 Counties Manukau District Health Board,24114837,Request for Proposals,Closed Competition,"Structural & Seismic Engineering Consultant for Harley Gray Radiology Services Project, Middlemore Hospital",CT2012-005,20210323,20210406,20210805,Facilities Management,All of Government,No,NIL,"Counties Manukau District Health Board (CMDHB) seeks to engage a Structural Engineering Consultant to plan, design, implement and undertake construction monitoring of the new Acute Radiology Department within the Harley Gray purpose-built ground floor shell space. This project will fitout the existing shell space to create a new Radiology Department; it will relocate the existing Radiology services from the Galbraith Building to the newer Harley Gray building; it will relocate existing Radiology FF&E and provide new equipment to enable expansion of the service capacity, the new clinical service and facilities improvements are aimed specifically at acute patients whom need a higher level of support with a more involved model of care. Please refer to the attached RFP document for details.",Not Awarded,"Returned tender price exceed budget. Tender scopes revisit and seek further direction from management",0,20250410 Counties Manukau District Health Board,24135036,Request for Quotations,Closed Competition,Auckland Spinal Rehabilitation Unit (ASRU) Short Term Services Sustainability Project Package I: Minor Works,CT2102-010,20210326,20210329,20210723,Facilities Management,Sole Agency,No,,"This is a re-open of previous GETS RFx ID 24017043 due to the RFx closing date extension error. The RFx closing date has been extended from 3pm, 24 Mar 2021 to 3pm 29 Mar 2021. All correspondence and document in GETS RFx ID 24017043 will carry forward to this re-open RFx.",Not Awarded,Same tender as RFx ID 24017043.,0,20250410 Counties Manukau District Health Board,24189262,Request for Proposals,Closed Competition,Independent Commissioning Agent for Manukau Health Park Project Project,CT2104-004,20210415,20210430,20210723,Facilities Management,All of Government,No,,"Counties Manukau Health Board is currently working on a ""Manukau Health Park"" project which generally consists of the following: a) New Build Extension comprising of new Renal, Radiology and Breast Care suites (known as the North Building); b) New Build surgical complex containing four new operating theatres, PACU and a dedicated CSSD (known as the West Building); c) New Build extension to the East, comprising an extension of the existing Womens Health and Ophthalmology clinical areas (known as the East Building); and d) Refurbishment of existing clinical suites, to either repurpose or modify, for the following existing clinical areas: General Surgery, Phlebotomy, Paediatrics, Pre-Admission, Medicine, Ophthalmology, Womens Health and Urology; e) An upgrade of the existing site Infrastructure. This tender relates to Independent Commissioning Agent services for the planning, design, construction and operationalisation of the North, East and West Building as described above, and associated infrastructure works. Commencing from the Developed Design phase through to completion of construction and post-occupancy building tuning. The scope of this services excludes the refurbishment component of the project. Please refer to the RFP for details of the scopes. A tender briefing will be scheduled on 21 April 2021 and details will be provided in a separate email.",Awarded,,0,20250410 Counties Manukau District Health Board,24244097,Request for Proposals,Closed Competition,Environmentally Sustainable Design (ESD) Services for Manukau Health Park Project,CT2104-005,20210428,20210519,20210820,Facilities Management,All of Government,No,,"Counties Manukau District Health Board (CMDHB) seeks to engage an Environmentally Sustainable Design (ESD) Consultant to assist with planning, design and implementation of the new North, East and West buildings which are planned for the Manukau Health Park site. Manukau Health Park, is a Super Clinic and Surgical Centre, which provides specialist outpatient services and day procedures for the South Auckland Region. CM DHB requires Green Star Accredited Professional (GSAP) services to review the projects Developed Design, provide input into the design and specifications for the Detailed Design phases, and work closely with the project team to progressive implement a Green Star 4 rating design submission and delivery for the final completed building and works. The ESD Consultant would also be responsible for setting and driving the Green Star Strategy aligned with the business case and project budget. This includes managing all documentation in relation to Green Star in order to achieve certification with NZGBC for the project. Please refer to the RFP document for details.",Awarded,,0,20250410 Counties Manukau District Health Board,24531749,Request for Proposals,Closed Competition,Request for Proposals Manukau Health Park Infrastructure & Enabling Works,CT2101-008,20210709,20210827,20211223,Facilities Management,Sole Agency,No,"Counties Manukau District Health Board, Building 26 (Engineering & Facilities), Middlemore Hospital, 100 Hospital Road (Entrance via Gate 2), Otahuhu, Auckland","This Request for Proposal (RFP) is an invitation to shortlisted contractors to submit a Proposal for the Manukau Health Park Infrastructure and Enabling Works contract opportunity. Please refer to the RFP document for the details and submission requirement. There is a RFP Acknowledgement Form in the RFP Appendix A for your to complete and returned by before13th July 2021 as your acknowledgement of this RFP. Any question in GETS and hard copy tender submission, please contact Joe Cheng at 021 225 2412/ kingfai.cheng@middlemore.co.nz",Awarded,"Tender Award Notice: Tender Tile: Manukau Health Park Infrastructure & Enabling Works (Package 1) RFx ID: 24531749 Tender Ref.: CT2101-008 Awarded to (Contractor) : Stockman General Contractors Ltd. (NZBN 9429032135510) Contractor Address: 81 Parish Line Road, RD2 Papakura Contract and Term: NZS3910: 2013 contract agreement with CMDHB special conditions for 8 months (subject to the actual programme) Procurement Method: 2-stages open tender via GETS Highest and Lowest offers received by CMDHB procurement: $15.9M- $19.6M If you would like to know more about the tender award details or request for a tender debriefing, please send your request to our Project Manager, Richard Belcher Richard.Belcher@middlemore.co.nz for arrangement.",0,20250410 Counties Manukau District Health Board,24643861,Request for Proposals,Open Competition,Auckland DHB and Counties Manukau Health: Mental Health and Addictions Individual Placement and Support,,20210809,20210927,20211110,Planning & Funding,Sole Agency,No,,The objective of this Procurement opportunity is to select one or more provider/s with experience using the Individual Placement Support (IPS) model or have a credible implementation plan to use the IPS model to support tangata whaiora gain employment whilst engaged with specialist mental health and addiction services in the Auckland and Counties Manukau DHB areas. See the attached document for further specific details and requirements.,Awarded,,2659970,20250410 Counties Manukau District Health Board,24752469,Request for Proposals,Open Competition,Electronic Security Systems Maintenance Services at all CMDHB Sites,CT2109-003,20210908,20211214,20220601,Facilities Management,Sole Agency,No,,"Through this Request for Proposal (RFP), we are looking to appoint a Supplier to deliver the following services in relation to these security systems: Preventative maintenance, Reactive maintenance, Alarm monitoring from the Gallagher access control system (until established in house), and Projects and other minor works (to be priced and ordered separately based on processes agreed under this tender). CMDHB is looking for a suitably experienced Supplier who can demonstrate that they have: Worked on a multi-site environment. A track record of being able to provide robust, practical, and innovative solutions or options to improve delivery. Previously provided inventory and resource management and reporting. A holistic approach to build in future proofing and resilience. A commitment to ongoing improvement and sharing the benefits. Been authorised and/or certified to work on Gallagher access control and Milestone CCTV systems. Note: Gallagher Channel Partners are expected to have their staff attend the appropriate Gallagher training courses. We then have an expectation that they are re certified every TWO years which ensures they are competent to work on our systems. We would expect the Channel Partner has at least 2 technicians who are suitably trained to the Access technician level as a minimum. Managed access control systems handling in excess of 1000 doors plus a CCTV system containing in excess of 500 cameras. Staff authorised to complete certification that maintenance has been completed to required standard and frequency for BWOF purposes.",Awarded,,0,20250410 Counties Manukau District Health Board,24853953,Request for Tenders,Closed Competition,Main Works Package (P1) - Middlemore Hospital AHU Fresh Air Modification Project,CT2109-005,20210922,20210928,20211206,Facilities Management,Sole Agency,No,,"Dear CM Health FM Panel Suppliers , As one of our Facilities Maintenance Service Panel Contractors, you are cordially invited to submit a competitive tender, based on the RFT document attached in this post. Please note that this is a closed tender exercise under our FM Panel supplier list. Key RFT information has been provided below for your easy reference: A. Key procurement dates: Procurement Activities: Indicative date RFT release date: 22 Sep 2021 RFT closing date (by GETS submission)*: 12pm, 27 Sep 2021 *please email me if you have any question in meeting the RFT closing date B. Submission Requirement (see RFT document page 4 for details): 1. Completed Pricing Schedule All items as per the schedule, additional items and rates can be added on a separate page if the Tenderer wishes to do so. 2. Your Past Project Experience Short paragraph summary and key bullet points of previous healthcare projects executed in the past 5 years. Limit to a maximum of four examples and provide a referee details for each 3. CVs of your Key People on the Project 1 or 2 Pager CVs of your key people involved in delivering the project (does not need to include subcontractors) and their roles. 4. Exclusions, Assumptions, Issues Please make it clear what your offer is based on, we want to avoid lengthy negotiations around contract terms 5. Valid insurance certificates for (i) Public liability at min. $5M, (ii) Professional Indemnity at min. 1M, (iii) Plant Insurance reasonable sum, (iv) Motor vehicle public liability at min. $2M C. Submission Deadline: 12pm, 27 Sep 2021 via GETS D. Contact Person: Richard Belcher, Project Manager E: Richard.Belcher@middlemore.co.nz M: 021 608 835 E. Terms & Conditions: STATEMENT OF WORKS (ONE OFF FACILITIES MAINTENANCE PROJECTS) for Cost-plus Facilities Services Panel Agreement Please note that the awarding criteria will be based on your price and technical capability demonstrated in your submission. If you have any query, please feel free to contact us.",Awarded,,0,20250410 Counties Manukau District Health Board,24923299,Request for Tenders,Closed Competition,Auckland Spinal Rehabilitation Unit (ASRU) Minor Works (Package II),CT2108-002,20211006,20211104,20211221,Facilities Management,Sole Agency,No,,"Congratulations! This Request for Tender (RFT) is an invitation to the shortlisted contractors to submit a Tender for the Auckland Spinal Rehabilitation Unit (ASRU) Minor Works (Package II) contract opportunity. Please refer to the RFT package for the details and submission requirement. Kindly send us an email to kingfai.cheng@middlemore.co.nz at once receiving this email as your acknowledgement of this RFT. Also, there will be a tender briefing on 13/10/2021. Please send email for registration. Any question in GETS and hard copy tender submission, please contact Joe Cheng at 021 225 2412/ kingfai.cheng@middlemore.co.nz Thank you.",Awarded,"Please note Counties Manukau District Health Board (CMDHB) has awarded the subject tender to Practec Limited (NZBN 9429030694460 )whose address is 33, Woodside Avenue, Northcote, Auckland, 0627, NEW ZEALAND on 21 Dec 2021 under the CMDHB modified NZS3910:2013 contract at a lump sum fixed price of $1.96M.",0,20250410 Counties Manukau District Health Board,25176568,Request for Tenders,Closed Competition,CMDHB Emergency Department CT Refurbishment Works,CT2107-014,20211126,20211214,20211224,Facilities Management,Sole Agency,No,,"You have received this Request for Tender (RFT) invitation because you have been shortlisted from our CMDHB Facilities Management Panel Supplier list. Please note Counties Manukau District Health Board (CMDHB) are seeking RFT to undertake a Traditional Lump Sum contract, for the Emergency Department Computed tomography (ED CT scan) Refurbishment Project at the McIndoe Building, Middlemore Hospital (MMH). The Project scope is to refurbish and expand the current ED CT space while the scanner is being replaced at its existing facility on ground floor of the McIndoe Building, Middlemore Hospital. Please refer to the attached RFT document for details. The procurement timeline has been given below, subject to change by further notification in GETS: Deadline for Tender Briefing registration*: 01-12-2021 Tender Briefing (Tentative) 3-12-2021 (Fri) Deadline for Questions from Respondents: 3pm, 7-12-2021 Deadline for RFP submission: 3pm, 10-12-2021 (Fri)",Awarded,,0,20250410 Counties Manukau District Health Board,25461286,Request for Proposals,Closed Competition,"Manukau Health Park Redevelopment Package 3 - North Building, MESH Reclad, Refurbishments",CT2105-011,20220225,20220506,20221202,Facilities Management,Sole Agency,No,,"Counties Manukau District Health Boards (CMDHB) Manukau Health Park precinct is planned to have significant expansion over the coming years, with multiple work packages intended to be procured in 2022. CMDHB is in the process of looking for a contractor to undertake a construction contract for part of the new build construction and refurbishment elements of the Manukau Health Park (MHP) redevelopment project. Through this RFP, Counties Manukau District Health Board (CMDHB, Buyer) is seeking to engage a construction contractor to undertake a traditional Lump Sum contract to deliver Package 3 of the MHP redevelopment (the Project). The scope of contract works includes constructing the North Building, Re-cladding the existing MESH Building, and refurbishing various existing outpatient modules. Specifically, CMDHB wishes to engage a competent Contractor who has experience working on Hospital projects, who understands, and can work through the challenges of undertaking works on an operational Hospital site, and actively works to put strict measures in place to eliminate the risk of harm or injury to staff, visitors and most importantly, patients. Please Note: All Tender documents are provided to the respondents for download via a link to CM Health's dedicated workspace on Objective-Connect. The selected Respondents will receive an invitation to the Objective Connect Workspace by email. Each Respondent must REGISTER on Object Connect to gain access to the workspace.",Awarded,,0,20250410 Counties Manukau District Health Board,25463456,Request for Proposals,Closed Competition,Manukau Health Park Redevelopment Package 2 - East and West Buildings,CT2105-010,20220225,20220506,20221202,Facilities Management,Sole Agency,No,,"Counties Manukau District Health Boards (CMDHB) Manukau Health Park precinct is planned to have significant expansion over the coming years, with multiple work packages intended to be procured in 2022. CMDHB is in the process of looking for a contractor to undertake a construction contract for part of the new build construction and refurbishment elements of the Manukau Health Park (MHP) redevelopment project. Through this RFP, Counties Manukau District Health Board (CMDHB, Buyer) is seeking to engage a construction contractor to undertake a traditional Lump Sum contract to deliver Package 2 of the MHP redevelopment (the Project). The scope of contract works includes two new-build structures, and refurbishment work, which will be located at the existing Manukau Health Park campus. Specifically, CMDHB wishes to engage a competent Contractor who has experience working on Hospital projects, who understands, and can work through the challenges of undertaking works on an operational Hospital site, and actively works to put strict measures in place to eliminate the risk of harm or injury to staff, visitors and most importantly, patients. Please Note: All Tender documents are provided to the respondents for download via a link to CM Health's dedicated workspace on Objective-Connect. The selected Respondents will receive an invitation to the Objective Connect Workspace by email. Each Respondent must REGISTER on Object Connect to gain access to the workspace.",Awarded,,0,20250410 Counties Manukau District Health Board,26042983,Request for Proposals,Open Competition,"Replace Chiller No.2 and Air Handling Units 1, 2, 3 &13 at Manukau Health Park",CT2205-016,20220714,20220920,20230615,Facilities Management,Sole Agency,No,,"Te Whatu Ora (the Buyer) is seeking to engage a construction contractor to undertake a measure and value contract for replacing critical core infrastructure at Manukau Health Park. Te Whatu Ora will engage a competent and experienced contractor to remove an existing chiller and five air handling units and replace them with a new 1,030 kW water-cooled Chiller, a cooling tower, and five modern, energy-efficient AHUs at Manukau Health Park. Te Whatu Ora prefers a Contractor with experience working in Hospital or Public Health precincts and who understands the challenges of operating Hospital sites. However, the primary requirement is a Contractor willing to actively eliminate the risk of inconvenience, harm, or injury to staff, visitors, and patients. In addition, the Contractor must regularly and frequently communicate with the health park's nominated clinical liaison to ensure its activities do not detrimentally affect other users of the clinical facility. Please refer to the RFP document & Addendums for the details and submission requirements. There is an RFP Acknowledgement Form as an Attachment- A on page 55 of the RFP document for you to complete and return as you acknowledge this RFP.",Awarded,,0,20250410 Counties Manukau District Health Board,26107104,Request for Proposals,Closed Competition,Provide Engineering Consultant Services for Preparing the Design for Construction for Core Infrastructure Upgrade at Middlemore Hospital,CT2207-12,20220729,20221006,20230526,Facilities Management,Sole Agency,No,,"Te Whatu Ora - Counties Manukau District seeks to engage Engineering Consultant Services' Technical Expertise to prepare the design and specifications for construction to upgrade the services infrastructure at Middlemore Hospital. This project is Stage 1 of an upgrade programme for services infrastructure that will address outstanding seismic resilience and asset condition issues and provide for the Hospital's future development. This project phase will deliver the detailed design required to meet the comprehensive requirements identified in the approved Business Case. As technical experts, you will; Establish an agreed basis for the design and document the agreed approach in a Design Basis Report (DBR); Help Te Whatu Ora prioritise the seven work packages and finalise the scope of each; Execute the physical and documentary investigations required to assemble the information to complete a comprehensive design for each work package; Progress through all the design stages to drawings and specifications that can guide construction without the need for additional design input for each work package; Produce all the information required to obtain the building consent and resource consent where it is necessary for each work package; Help Te Whatu Ora assemble procurement documents to seek proposals for construction; Provide the necessary PS1 and PS4 documentation to certify the design and the construction; Supervise commissioning.",Awarded,,0,20250410 Counties Manukau District Health Board,26335352,Request for Proposals,Closed Competition,Request for Proposal Te Ranga Ora Learning Partnership Evaluation,26335352,20220914,20221010,20230201,Planning & Funding,Sole Agency,No,,"Te Whatu Ora Counties Manukau Health and Te Whatu Ora National Office have entered into a learning partnership to develop the evaluation for the Te Ranga Ora (TRO) Programme. TRO is an innovative, equity-focused programme that aims to improve health, experiential and wellbeing outcomes. TRO has been co-designed with the Counties Manukau community, and the approach taken aligns with the best practice identified in the Te Piringa research on developing whaanau-centred, Maaori and Pacific-led health care in the community. The TRO vision is for Maaori, Pacific, and People living in Quintile 5 with two or more Long-Term Conditions (LTCs) and their whaanau to live healthier lives, with equity of health outcomes. The Programme aims to improve peoples health, experiential and wellbeing outcomes living with LTCs recognising the importance of addressing the social determinants of health. The Procurement process for the Te Ranga Ora Evaluation is a Multi-stage procurement process. This RFP is the second step in this multi-step procurement process. Following, the first ROI stage the shortlisted respondent/s have been informed and are invited to participate in this RFP tender.",Awarded,,2100000,20250410 Counties Manukau District Health Board,26648867,Request for Proposals,Closed Competition,"CMD Ward 22 - Koropiko, Elderly Acute Mental Health",CT2209-015,20221123,20230118,20230418,Facilities Management,Sole Agency,No,,"The purpose of this RFP is to identify a Preferred Contractor to carry out construction works for the Project (Contract Works). The Preferred Contractor will be engaged to provide confirmation of the on-site overheads, offsite overheads, profit, and full trade pricing for a lump sum fixed contract price. Subject to certain conditions being satisfied (including Te Whatu Ora Board approval), Te Whatu Ora Counties Manukau may subsequently award the Preferred Contractor a Construction Contract for the Contract Works (Construction Phase). If successful during the RFP process, the Preferred Contractor would enter into a pre-agreed form of construction contract outlining an agreed price and detailed programme (amongst other things). The construction contract will be based on NZS 3910:2013 with Te Whatu Ora Counties Manukaus special conditions (Construction Contract) and the draft contract is disclosed as part of the RFP. It is intended that the works under the Construction Contract will be undertaken in a single stage. The Project is to refurbish the existing Ward 22 building to achieve the following: Upgrade the current Ward 22 facility to meet the standard of care for dementia and acute mental health patients. Provide spaces through learnings and consumer input that supports the care required i.e., access to courtyards, the ability to separate sections of the ward as required, single rooms and ensuites, and therapeutic spaces. Construction of open plan areas to allow Koropiko clinical services to maintain observation of Ward 22 inpatients to ensure a safe environment. Vacate ward 35 East for acute inpatient capacity. For more information please see attached documents to this RFP. Please confirm and send the names and email ids to attend the tender briefing and the site visit via GETS by 24 Nov 2022. Tender Briefing via Zoom Meeting - 10am, 25 November 2022 Site Visit - 10am, 29 November 2022",Awarded,,0,20250410 Creative New Zealand,21751817,Request for Proposals,Open Competition,Maori Arts Internship - Request for Proposals,,20191021,20191122,20200810,,Sole Agency,No,,"Creative New Zealand - the Arts Council of New Zealand Toi Aotearoa wishes to call for expressions of interest to manage the Maori Arts Internship Programme for the next three years (2020/21 to 2022/23), with provision for a further three-year extension subject to performance and any relevant changes in the vocational education sector. We wish to purchase services from a suitably experienced Maori-led arts organisation to develop, deliver and evaluate a high quality, Maori Arts Internship Programme for the next three years (2020/21 2022/23). The programme will: a) support up to five emerging Maori arts practitioners each year b) have an arts management focus (providing appropriate Maori arts, cultural and technical knowledge, skills and experience) with an emphasis on increasing the number of emerging Maori Producers c) embed Creative New Zealands minimum standards for internships: (1) paying interns a fair wage of at least $25 per hour to emphasize the value of the intern, improve career sustainability, personal wellbeing and ensure equitable access to these opportunities; (2) providing appropriate project management and mentoring support for interns; (3) ensuring participating hosting arts organisations have the capability and capacity to appropriately support an intern and provide meaningful training; (4) ensuring the establishment and management of clear expectations of all participants (via clear job descriptions and roles and responsibilities, named line-manager, appropriate supervision, mentoring and pastoral care and staff or Board members that can provide cultural support); (5) ensure internships are inclusive and support diversity across New Zealands arts sector.",Awarded,"Toi Maori Aotearoa will deliver the Maori Arts Internship (MAI) programme for the July 2020 June 2023 period. Total funding towards the MAI programme across the three-year period is $499,719, exclusive of GST. This includes a total of $192,766 for Administration and $306,953 for intern salaries.",499719,20250410 Creative New Zealand,24417589,Request for Proposals,Open Competition,Business Case for the establishment of a Digital Arts an Cultural Agency for Aotearoa,,20210611,20210709,20210824,,Sole Agency,No,capability@creativenz.govt.nz,We require an author to develop a Business Case that will enable our Council and other possible stakeholders to make very well-informed decision about investing in the establishment and operation of the Digital Arts and Cultural agency for Aotearoa.,Awarded,,100000,20250410 Creative New Zealand,26786708,Award Notice,Open Competition,Award Notice for Establishment and operation of Digital Arts Commissioning and Capability Service,,20220315,20221202,20221202,,Sole Agency,No,,"This award notice relates to ROI # 25542668, Establishment and operation of Digital Arts Commissioning and Capability Service, and the subsequent RFP that was sent to the ROI respondents. Details about the awarded contract: a. the agencys name and address: Creative New Zealand Toi Aotearoa, Level 2/2-12 Allen Street, Te Aro, Wellington 6011 b. the successful suppliers or suppliers name/s and address/s: Toi ki Tua, 50 Pollen Street, Grey Lynn, Auckland 1021 c. a description of the goods, services or works: Digital arts commissioning and capability service d. the date the contract/s was awarded: 2 December 2022 e. the term of the contract/s: 2 December 2022 30 June 2027 (initial term 2 December 2022 31 January 2025) f. the expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $5,335,000 g. the type of procurement process used: Open Advertising h. if the agency claimed an exemption from open advertising (Rule 14), the circumstances that justify the exemption: NA i. a New Zealand Business Number (NZBN): 9429050920549 j. any other information, as requested by the Procurement Functional Leader, for example information on broader outcomes: NA",Awarded,,5335000,20250410 Creative New Zealand,27102786,Request for Proposals,Open Competition,"Sustainable Careers Capability Resources for individual artists and arts practitioners to research, design and deliver new resources 2023/24",,20230321,20230428,20230622,,Sole Agency,No,,"Creative New Zealand the Arts Council of New Zealand Toi Aotearoa (CNZ) wishes to call for proposals from suitable contractors to research, design and deliver capability resources that support the arts sector to implement the principles and practice guidelines of CNZs Remuneration Policy, published in March 2022. These resources will build upon the key findings in CNZs Remuneration Policy and respond to the needs of artists and arts practitioners in the current climate, supporting their career sustainability and improving their financial resilience. This will be the first resource of its kind delivered by CNZ dedicated to the implementation of these principles and best practice guidelines. We do not currently provide these types of capability services although we are aware that some resources of this kind exist separately within the sector. Questions for submission and response open from 27/03/2023. The deadline for questions is 5pm, 13/04/2023, and CNZ will answer these questions no later than 5pm, 19/04/2023. To register for our online Respondent briefing session contact our Point of Contact via GETS or email. The deadline for proposals is 5pm, 28/04/2023. For further information please refer to the attached RFP document.",Awarded,"Description of goods: Research, design, and deliver capability resources that support the arts sector to implement the principles and practice guidelines of CNZs Remuneration Policy, published in March 2022. These resources will build upon the key findings in CNZs Remuneration Policy and respond to the needs of artists and arts practitioners in the current climate, supporting their career sustainability, and improving their financial resilience.",150000,20250410 Creative New Zealand,29029371,Request for Proposals,Closed Competition,"Delivery Partner for Venice Biennale 2026, 2028, and 2030 - RFP",,20240315,20240415,20241223,,Sole Agency,No,,"Ma te huruhuru ka rere te manu.? Adorn the bird with feathers so it may soar.? The Arts Council of New Zealand Toi Aotearoa (Creative New Zealand) is looking for a suitable Delivery Partner to develop and deliver New Zealands presence at La Biennale di Venezia, in the years 2026, 2028 and 2030.? The objective of NZ@Venice is to bring New Zealand contemporary art to the attention of the world through an official presence at the worlds pre-eminent contemporary art exhibition the Venice Biennale.?? The aim of the programme is to provide greater national and international profile and future opportunities for the participating artists and offers professional development opportunities for the creative team members including the technical, design and artistic contributors to the project.?? Delivery Partner?? The successful supplier will undertake all aspects of the exhibition delivery of the official presence at the Venice Biennale for the years 2026, 2028 and 2030.? This includes venue selection/management, project delivery, budget management, partner management, and communications/public relations (domestic and international). The successful candidate will have the specialist skills and expertise necessary to support the development of a new visual artwork and its exhibition at Venice; strong relationships in the visual arts sector (including patrons and supporters); and demonstrate a commitment to Te Tiriti o Waitangi.?? On Friday 15 March 2024 we plan to release the Request For Proposal to those shortlisted ROI (Registration of Interest) respondents.??The RFP will close Monday 15 April at 12pm. We will evaluate each proposal and select the party that submits the best and most comprehensive proposal to develop, deliver and report on New Zealands presence at Venice in 2026, 2028 and 2030 within the indicative budget available.",Not Awarded,,0,20250410 Criminal Cases Review Commission,24167765,Request for Proposals,Closed Competition,RFP: Specialist Advisory - Psychiatrists & Psychologists,,20210406,20210428,20210901,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Commission Act 2019. As part of this Registration of Interest (RFP) we are seeking responses from specialists in the following category: Psychiatrists / Clinical Psychologists This is an opportunity to work with a new organisation, the likes of which Aotearoa has not seen before. Te ao Maori is at the heart of our organisation, and we are the first Criminal Cases Review Commission in the world to be established where there is an indigenous population. Working with us gives you a chance to be part of something truly impactful, powerful and ground-breaking in the New Zealand justice system. Please complete your response to this RFP on the provided template, completing only the sub category section(s) applicable to your response. Please note: - You must complete two responses - one which includes price, the other which does not. - The contract will be added as an addendum to this RFP as soon as it is available. - Indemnity insurance is mandatory for all successful suppliers as per the ROI pre-conditions. For clarity, this is the second stage of this procurement process.",Awarded,,0,20250410 Criminal Cases Review Commission,24167950,Request for Proposals,Closed Competition,RFP: Specialist Advisory - Investigators,,20210406,20210428,20210809,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Commission Act 2019. As part of this Registration of Interest (RFP) we are seeking responses from specialists in the following category: Investigators This is an opportunity to work with a new organisation, the likes of which Aotearoa has not seen before. Te ao Maori is at the heart of our organisation, and we are the first Criminal Cases Review Commission in the world to be established where there is an indigenous population. Working with us gives you a chance to be part of something truly impactful, powerful and ground-breaking in the New Zealand justice system. Please complete your response to this RFP on the provided template, completing only the sub category section(s) applicable to your response. Please note: - You must complete two responses - one which includes price, the other which does not. - The contract will be added as an addendum to this RFP as soon as it is available. - Indemnity insurance is mandatory for all successful suppliers as per the ROI pre-conditions. For clarity, this is the second stage of this procurement process.",Awarded,,0,20250410 Criminal Cases Review Commission,24168071,Request for Proposals,Closed Competition,RFP: Specialist Advisory - Forensic IT,,20210406,20210428,20210827,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Commission Act 2019. As part of this Registration of Interest (RFP) we are seeking responses from specialists in the following category: Forensic IT Specialists This is an opportunity to work with a new organisation, the likes of which Aotearoa has not seen before. Te ao Maori is at the heart of our organisation, and we are the first Criminal Cases Review Commission in the world to be established where there is an indigenous population. Working with us gives you a chance to be part of something truly impactful, powerful and ground-breaking in the New Zealand justice system. Please complete your response to this RFP on the provided template, completing only the sub category section(s) applicable to your response. Please note: - You must complete two responses - one which includes price, the other which does not. - The contract will be added as an addendum to this RFP as soon as it is available. - Indemnity insurance is mandatory for all successful suppliers as per the ROI pre-conditions. For clarity, this is the second stage of this procurement process.",Awarded,,0,20250410 Criminal Cases Review Commission,24168137,Request for Proposals,Closed Competition,RFP: Specialist Advisory - Forensic Science,,20210406,20210428,20210810,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Commission Act 2019. As part of this Registration of Interest (RFP) we are seeking responses from specialists in the following category: Forensic Scientists & Pathologists This is an opportunity to work with a new organisation, the likes of which Aotearoa has not seen before. Te ao Maori is at the heart of our organisation, and we are the first Criminal Cases Review Commission in the world to be established where there is an indigenous population. Working with us gives you a chance to be part of something truly impactful, powerful and ground-breaking in the New Zealand justice system. Please complete your response to this RFP on the provided template, completing only the sub category section(s) applicable to your response. Please note: - You must complete two responses - one which includes price, the other which does not. - The contract will be added as an addendum to this RFP as soon as it is available. - Indemnity insurance is mandatory for all successful suppliers as per the ROI pre-conditions. For clarity, this is the second stage of this procurement process.",Awarded,,0,20250410 Criminal Cases Review Commission,24168224,Request for Proposals,Closed Competition,RFP: Specialist Advisory - Legal,,20210406,20210428,20210809,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Commission Act 2019. As part of this Registration of Interest (RFP) we are seeking responses from specialists in the following category: Legal This is an opportunity to work with a new organisation, the likes of which Aotearoa has not seen before. Te ao Maori is at the heart of our organisation, and we are the first Criminal Cases Review Commission in the world to be established where there is an indigenous population. Working with us gives you a chance to be part of something truly impactful, powerful and ground-breaking in the New Zealand justice system. Please complete your response to this RFP on the provided template, completing only the sub category section(s) applicable to your response. Please note: - You must complete two responses - one which includes price, the other which does not. - The contract will be added as an addendum to this RFP as soon as it is available. - Indemnity insurance is mandatory for all successful suppliers as per the ROI pre-conditions. For clarity, this is the second stage of this procurement process.",Awarded,,0,20250410 Criminal Cases Review Commission,24409957,Request for Proposals,Open Competition,RFP: Specialist Advisory - Legal/Queen's Counsel,,20210611,20210702,20210827,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Act 2020. We are seeking responses from Queens Counsel only as part of this RFP (Request for Proposals) process. Full details of the opportunity are detailed in the RFP document attached to this procurement opportunity (see addendum). We expect to run this procurement process as a single step process.",Awarded,,0,20250410 Criminal Cases Review Commission,24410026,Request for Proposals,Closed Competition,Closed RFP: Specialist Advisory - Investigators,,20210611,20210702,20210806,,Sole Agency,No,,"Te Kahui Tatari Ture (Criminal Cases Review Commission) is an independent Crown entity that reviews potential miscarriages of justice and refers appropriate cases back to the appeal courts. Te Kahui Tatari Ture will also undertake outreach and education and from time to time, undertake inquiries into systemic issues found during investigations. As part of our mahi, Te Kahui reviews cases from the across the criminal justice system in Aotearoa. While Te Kahui employs a qualified Review and Investigations team, due to the complexity and difficulty of the cases received by the Commission there will always be a need for independent, specialist advice or skills. Given this complexity and the varied nature of the cases that come before Te Kahui it is not financially prudent, nor viable, to employ every skill set that may be required to investigate, analyse or provide specialist advice on every case, across our small team. Additionally, as New Zealand has a small, tight knit investigative and legal community there is high likelihood of conflict(s) arising. Given these needs, Te Kahui will need to engage external specialist advisory to support our mahi and enable us to deliver upon our statutory purpose and requirements efficiently. Please note that for clarity, we are not seeking to procure specialist advisers under section 10 of the Criminal Cases Review Act 2020. We are seeking a response from Advanced Investigations only as part of this RFP (Request for Proposals) process due to an administrative oversight in an earlier procurement process. Full details of the opportunity are detailed in the RFP document attached to this procurement opportunity. For clarity, this is the second step in a two stage process: 1. An ROI with pre-conditions 2. Closed RFP to shortlisted participants",Not Awarded,,0,20250410 Crown Infrastructure Delivery Limited,17544998,Request for Proposals,Open Competition,Te Papa Otakaro/Avon River Precinct - Oxford on Avon Pavilion (Request for Development Proposals),175449989,20160524,20160721,20190729,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","Te Papa Otakaro/Avon River Precinct will create a world class waterfront with the premium public space in central Christchurch; providing strong walking and cycling connections through the city and attracting locals and visitors. This link between public and private sector developments will transform the central city experience into the green, accessible, vibrant, distinctive and prosperous place envisaged by the Recovery Plan. Located on the site of the historic Oxford on Avon public house, a place of garden bars and carveries, the proposed Oxford on Avon Pavilion will be an important destination in the heart of the river precinct which will draw visitors and locals as they traverse along the promenade, or visit local destinations such as the Town Hall, Convention Centre, Community Garden or Margaret Mahy Family playground. Proposals are sought from interested parties to enter into a Lease Agreement and then finance, design, develop and operate a pavilion-style facility that provides a mix of hospitality, art and craft, public facilities and tourist offerings that complement and enhance the River Precinct and the central city. The Lease Agreement will be entered into with the Successful Respondent by Otakaro.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,18199704,Request for Proposals,Open Competition,North Frame Pedestrian Bridge - Design Concepts,18199704,20161206,20170315,20200226,,Sole Agency,No,"Level 8, HSBC Tower, 62 Worcester Boulevard, Christchurch 8013","Ōtākaro is calling for design concepts from suitably experienced and qualified design teams (each a Respondent) for a pedestrian/cycle bridge across Ōtākaro/Avon River in the North Frame within the Avon River Precinct (ARP). Ōtākaro’s objectives for the North Frame Pedestrian Bridge are to: • Express an essence of the identity of Christchurch; • Be a beautiful, signature addition to the urban environment; • Provide a direct link between Victoria Square and the North Frame for pedestrians and cyclists; • Be accessible to all people; • Support the objectives and outcome of the ARP (page 8 – 13, Supporting Information); and • Be a durable, affordable and safe crossing of the river. The North Frame Pedestrian Bridge will be part of a series of artist-influenced or artist-led elements included within the landscape of the ARP. The ones delivered by Ōtākaro are defined as bespoke landscape elements and will compliment a number of other artist-led projects that will be delivered by the Christchurch City Council (CCC). As such it is essential that an experienced and respected artist is a core member of the design team. It is also expected that a structural engineer and quantity surveyor are members of the design team.",Not Awarded,,0,20250410 Crown Infrastructure Delivery Limited,20802745,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Supply of Public and Operational Furniture,20802745,20190312,20190410,20200207,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified suppliers to supply furniture for public areas and operational use (the Goods) for the Te Pae Convention Centre. Te Pae construction is scheduled for completion in the first quarter of 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. Otakaro is seeking tenders for supply of the following items: ? Public area seating and side tables for pre-function areas; ? Bar learner tables for pre-function areas; ? Upholstered armchairs and coffee tables for event support rooms, hospitality lounge areas and security entrance way; and ? Cafeteria chairs and tables for staff. Further details and quantities for these items are listed in the two attached schedules of rates being Public Area and Support Room furniture (refer Appendix 2 Response Form 1).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,20884977,Request for Tenders,Open Competition,Putahi Whakatetonga / South Frame Public Realm - Construction Works,20884977,20190403,20190517,20191015,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified contractors to undertake the remaining construction works for the Putahi Whakatetonga / South Frame Public Realm. The South Frame is a key Christchurch Central regeneration project following the 2010 / 2011 Canterbury earthquakes. It is identified in the Central City Recovery Plan (CCRP) as an Anchor Project that will revitalise the southern quarter of the CBD through delivery of new, publicly accessible and attractive areas that provide a focus for the private sector to develop alongside. The proposed public realm within the South Frame will create vibrant places for people to interact and connect, as well as providing a green urban environment for residents and businesses alike. The Contract Works have been packaged into discrete separable portions: - Separable Portion 1: Block 87B Greenway; - Separable Portion 2: Block 18B and C Greenway; - Separable Portion 3: Block 102A Lane; - Separable Portion 4: Block 17B Lane - Separable Portion 5: Block 103 Greenway and Lane.",Awarded,Complete.,0,20250410 Crown Infrastructure Delivery Limited,20936551,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Supply of Food and Beverage Equipment,20936551,20190418,20190524,20200207,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified suppliers to supply food and beverage equipment for the Te Pae Convention Centre (the Project or Te Pae). Te Pae construction is scheduled for completion in the first quarter of 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. Book 1 ? Chinaware (banquet dinner plates, side plates, bowls, cups and saucers); ? Flatware (banquet knives, forks, spoons); ? Glassware (wine glasses, beer glasses, tumblers, water jugs); ? Table top items for VIP functions (chinaware, flatware and glassware for VIP service); ? Table top items for the staff canteen (cafeteria chinaware, flatware, glassware, trays and serving utensils); Book 2 ? Buffet-ware and cocktail (chafing dishes, stands, platters, display baskets); ? Green rooms and lounges (chafing dishes, display equipment, serving equipment); ? Concession and mobile outlets (food display and handling equipment); ? Barware (beverage buckets, waiters friend, ice scoop, tongs); and ? Other table top and service equipment (table numbers, bread baskets, water jugs, wine buckets). Book 3 ? Kitchenware (posts and pans, cooking and serving utensils for main kitchen); ? Glass racking and storage (storage and washing racks); and ? Trolleys (mobile kitchen benches, serving trolleys and GN trolleys).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,20962030,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Supply and Installation of Carpet Tiles,20962030,20190423,20190524,20191106,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified suppliers for the supply and installation of carpet tiles for the Te Pae Convention Centre. Te Pae construction is scheduled for completion in the second quarter of 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. Otakaro is seeking a supplier to provide the following items for Te Pae: ? Carpet Tiles for the C Meeting rooms area (refer drawings in Appendix 5); and ? Carpet Tiles for the Exhibition Hall area (refer drawings in Appendix 5). Respondents shall confirm in the schedule of rates the final m2 and required quantity of tiles to complete the required work based on the floor plans provided. Note, the draft Contract will be issued via NTT.",Awarded,Award Complete,0,20250410 Crown Infrastructure Delivery Limited,20971250,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Supply of Mobile Equipment,,20190424,20190523,20190729,,Sole Agency,No,"Otakaro Limited, Level 8 Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8140","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified suppliers for the supply of mobile, access and material handling equipment for the Te Pae Convention Centre. Te Pae construction is scheduled for completion in the second quarter of 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. Otakaro is seeking a supplier to provide the following items for Te Pae: * Scissor lift; * Fork lift (electric); * Vertical mast single person; * Pallet truck (electric); * Pallet jacks; * Platform style ladder; and * Mobile scaffold.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21048384,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Supply of Banquet Furniture & Equipment,21048384,20190517,20190618,20200207,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified suppliers to supply banqueting furniture and equipment for the Te Pae Christchurch Convention and Exhibition Centre. Te Pae construction is scheduled for completion in the first quarter of 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: ? Banqueting tables and caddy trolleys for storage; ? Trestle tables and caddy trolleys for storage; ? Mobile flip top tables for boardroom style arrangement; ? Banqueting chairs; ? Bar leaner style tables and assorted tier style tables; ? Banqueting style chairs (stackable and lockable) and trolley for stacking multiple chairs; ? Mobile dance floor and associated trolley; ? Mobile staging and associated stairs; ? Mobile choral seating; ? Mobile bar and coffee stand; ? Mobile registration desks; ? Divider/bi fold privacy panels; ? Stanchions; and ? Red carpet. PLEASE REVIEW THE ""QUICK REFERENCE SHEET,"" EMAILED RESPONSES WILL NOT BE ACCEPTED.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21092907,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Supply and Installation of Office Furniture and Equipment,21092907,20190529,20190627,20191101,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified suppliers to supply and install office furniture and equipment for the Te Pae Christchurch Convention and Exhibition Centre. Te Pae construction is scheduled for completion in the second quarter of 2020 and is designed to be flexible and responsive to every event requirement, catering for groups of 200 to 2000 delegates. Otakaro is seeking tenders for supply and installation of the following items, in accordance with the schedule of rates (Appendix 2 Response Form 1 of the RFT): ? Office chairs and integrated office desks/workstations and dividers; ? Executive office style desk and chairs; ? Office Tambours, under desk filing cabinets; and ? White boards, waste bins, wall clocks and floor safe.",Awarded,Complete,0,20250410 Crown Infrastructure Delivery Limited,21256721,Request for Tenders,Open Competition,Te Papa Otakaro / Avon River Precinct - Construction Works for Avon Loop,21256721,20190805,20190904,20191015,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified contractors to undertake the construction works for the Avon Loop Project. Te Papa Otakaro/ Avon River Precinct (ARP) is identified in the CCRP as a new precinct giving priority to people and providing for cyclists and pedestrians. The Avon Loop, the area from Madras Street downstream to Fitzgerald Ave, contains multiple sites of significant European and Ngai Tahu heritage value, including Tautahi Pa or The Bricks, a historic pumphouse. The Avon Loop also has a history of recreational pleasure boating and rowing clubs. Respondents wishing to submit a Response to this RFT must do so in accordance with the instructions and requirements set out in Appendix 2 of this RFT.",Not Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21552989,Request for Proposals,Open Competition,Point of Sale (POS) Solution for Te Pae Christchurch Convention and Exhibition Centre,21552989,20190906,20191008,20200226,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro Limited (Otakaro) is seeking proposals or responses from suitably experienced and qualified suppliers (each a Respondent) to provide a Point of Sale (POS) solution for the Te Pae Christchurch Convention and Exhibition Centre (Te Pae or the Project). The vision for Te Pae is to create a boutique, authentic, international standard meeting and events hub that acts as a catalyst for the citys renewal and activation and is fully integrated into the city fabric. Respondents wishing to submit a Response to this RFP must do so in accordance with the instructions and requirements set out in Appendix 2.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21884334,Request for Tenders,Open Competition,North Frame Pedestrian Bridge / Avon River Precinct Construction Works,21884334,20191104,20191211,20200421,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard, Christchurch 8013","Otakaro Limited is seeking tenders or responses from suitably experienced and qualified contractors to undertake the construction works for the North Frame Pedestrian Bridge / Avon River Precinct Construction Works. The NFPB will provide a direct and easy link for cyclists and pedestrians between the east and west sections of the river corridor in the North Frame and will play a key role in the total pedestrian experience of the ARP. The North Frame is defined as the promenade and immediately adjacent sites located either side of the Avon River between Colombo and Manchester Streets. Respondents wishing to submit a Response to this RFT must do so in accordance with the instructions and requirements set out in Appendix 2 of this RFT.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21930484,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Housekeeping Equipment,21930484,20191113,20191211,20200207,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae Christchurch Convention and Exhibition Centre: ? Mechanical ride on and walk behind cleaning equipment (ride on Vacuum cleaner and floor scrubber polisher); ? Assorted Vacuum cleaners; ? Assorted manual cleaning tools (mops, buckets, brooms, scrubbing brushes); ? Cleaning trolleys; Respondents wishing to submit a Response to this RFP must do so in accordance with the instructions and requirements set out in Appendix 2.",Not Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21964682,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Trolleys,21964682,20191120,20191217,20200316,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: Birdcage Trolley, Coat rack trolley, truck trolley, Laundry bag trolley, laundry tub trolley Dolly trolley, Platform trolley Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21965282,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Medical,21965282,20191120,20191217,20200316,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: Bed & bed linen Defibrillator Medical cabinets Mobile First aid, burn, oxygen & trauma kits Civil defence kit, evacuation chairs & Fire Blankets Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,21965442,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Linen,21965442,20191120,20191217,20200421,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: Table linen Table napkins Covers to trestles and bar learners Pillow, Pillow case, linen & Blankets to Medical bed Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1).",Awarded,Awarded to BL Stringer,0,20250410 Crown Infrastructure Delivery Limited,21965511,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Laundry,21965511,20191120,20191217,20200207,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: Washing machine Dryer Iron and ironing board Sewing machine and accessories Laundry Trolleys and tubs Hanging racks Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22051931,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Audio-Visual Equipment,22051931,20191205,20200124,20200421,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: ? Audio-Visual equipment for control of sound and light; ? Audio- Visual interface units to allow interconnection of cables and standards; ? Video Monitors, foldbacks and accessories; ? Laptops to support events; ? Portable projectors and screens; ? Whiteboards and easels for presentation; ? Production quality Cat6A cabling; ? Production quality HDMI cabling; ? Portable video recorders and accessories; ? Road cases and protector bags; ? LED Lighting; ? UHF DMX Controllers; ? UHF Microphones systems; ? Cabled Microphones; ? Microphone Cabling; ? Sound reinforcement and stands; ? Rigging Stands; ? Draping Sets and stands; ? Shackles and Slings; ? Truss accessories; ? Power cabling 240 VAC ? Power Cabling 32A 3 Phase; ? Power distribution units; ? Power Lock Cabling and Distribution; ? Cable Protection; ? PPE Equipment ? Ladders and Height access; ? Tools; Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22056354,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Food Safety Monitoring System,22056354,20191206,20200219,20200610,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","The Te Pae FSMS solution will be required to service the following areas within Te Pae. Main Kitchen All Serveries Retail / Kiosks Staff Dining All areas where food is being delivered, stored, prepared and served. And it will be required to ensure compliance with ISO 22000. Full traceability is key to attaining IS0 22000 and this can only be achieved with a fit and proper FSMS. A FSMS which meets the requirements of ISO 22000 involves the following elements: Interactive Communication System Management Prerequisite Programs HACCP Principles It is also critical that the FSMS solution can monitor and record accurate data on Temperatures Delivery, Storage, Production and Service.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22064310,Request for Tenders,Open Competition,Te Pae Convention and Exhibition Centre - Shelving and Storage,22064310,20191209,20200110,20200316,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to supply and install wall to wall shelving to the following areas of Te Pae: Cleaners Equip store F.M. workshop, Trades store Bulk Chemical Store Cleaners cupboard Cleaners Store Uniforms room Housekeeping room Store (1816) Store (18C1) General Store Cleaners store (2802) Specialist lighting/ AV store & workshop Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1) and drawings (Appendix 4).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22098364,Request for Tenders,Open Competition,Te Pae Convention and Exhibition Centre - Joinery Lockers,22098364,20191217,20200122,20200421,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to supply and install Joinery-Lockers to the following areas of Te Pae: Male, female & accessible staff lockers, associated with plinth and seat bench Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1) and drawings (Appendix 4).",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22101148,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Dehydrator,22101148,20191217,20200131,20200207,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to supply and install the following items for Te Pae: Onsite food dehydrator (compostable waste processing and management) Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1). The items listed in the schedule of rates may be split and/or awarded to one or more Respondents. Following the initial delivery, the successful Respondent(s) may also be engaged to provide an ongoing/replenishment supply of the goods that they are selected to supply.",Not Awarded,N/A,0,20250410 Crown Infrastructure Delivery Limited,22101276,Request for Tenders,Open Competition,Te pae Christchurch Convention and Exhibition Centre - Coffee Machines,22101276,20191217,20200131,20200610,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking a supplier or suppliers to provide the following items for Te Pae: Nespresso- Gemini 220 WMF 5000 S mobile coffee machines with station/ racks/ milk cooler Wega 2 & 3 group espresso machines Coffee grinder-programmed doses Further details and quantities for these items are listed in the attached schedules of rates (refer Appendix 2 Response Form 1). The items listed in the schedule of rates may be split and/or awarded to one or more Respondents. Following the initial delivery, the successful Respondent(s) may also be engaged to provide an ongoing/replenishment supply of the goods that they are selected to supply.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22225064,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Logistics,22225064,20200128,20200227,20200421,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro Limited (Otakaro) is seeking tenders or responses from suitably experienced and qualified companies (Respondent) to supply FF&E Storage and Delivery Logistics for the Te Pae Christchurch Convention and Exhibition Centre (Te Pae or the Project). That means the Respondent must have suitable experience, capacity, and capability to fulfil the following tasks: Receiving goods to warehouse from off shore supply; Receiving goods to warehouse from domestic supply; Warehouse Storage; Rubbish disposal; Delivery of goods to Te Pae; Receiving of goods at Te Pae; Forklift and driver at Te Pae; Site Supervision at Te Pae; Personnel for decant and placement of goods at Te Pae; Ability to provide out of hours delivery and site services if required; Ability to comply with Otakaro and CPB health, safety, and security policies and procedures The detailed requirements are outlined in Appendix 4 (the Te Pae Logistics Requirements).",Awarded,Awarded to Agility Logistics,0,20250410 Crown Infrastructure Delivery Limited,22304694,Request for Tenders,Open Competition,Te Pae Christchurch Covention and Exhibition Centre - Time & Attendance,22304694,20200214,20200305,20201102,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013",,Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22360358,Request for Tenders,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Radio Systems,22360358,20200225,20200319,20201102,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro is seeking Tenders for a Radio System solution, including hardware and software. High Level Outline Te Pae consists of 3 seismically separated buildings within a common building envelope, the floor space is approximately 26,000 square metres across 5 stories. We are looking for a Digital UHF Radio system to provide coverage for staff across the whole building including back of house and stairwell spaces. This tender is for design, supply, installation, commissioning and training of the system, including licensing for the radio channels The radio system should provide eight separate duplex UHF channels for different teams plus a simplex fallback channel. Centralised system control should enable management functions such as broadcast across all channels if required, stun/ kill capability, recognition of man down events, general radio management features. There will be a requirement for approximately 68 handsets complete with ancillaries such as microphones, earpieces and charging units. The desired timeline for the installation and set-up of the solution would be no later than August 2020",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,22693138,Request for Proposals,Open Competition,Te Pae Christchurch Convention and Exhibition Centre - Asset and Maintenance Software,22693138,20200519,20200612,20201117,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013","Otakaro Limited is seeking a supplier for the following items for Te Pae Christchurch Convention Centre: Asset and Maintenance Software. Further details including detailed requirements are listed in the attached documents.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,23051689,Request for Quotations,Open Competition,Te Pae Gloucester St Oxford Tce Intersection Paving Works RFQ,23051689,20200731,20200825,20201117,,Sole Agency,No,"Level 8, Anthony Harper Tower, 62 Worcester Boulevard Christchurch, 8013",Otakaro is seeking Tenders for Te Pae Gloucester St Oxford Tce Intersection paving works.,Awarded,,0,20250410 Crown Infrastructure Delivery Limited,23709357,Request for Tenders,Open Competition,Te Pae Public Realm Development Balance of Precinct Civil Works,23709357,20201130,20210118,20210329,,Sole Agency,No,,"Otakaro Limited (Otakaro) is seeking tenders or responses from suitably experienced and qualified contractors (each a Respondent) to undertake the Christchurch Exhibition and Convention Centre (CCEC) Public Realm Balance of Precinct civil works. This is an open Request for Tender (RFT) and is released only on the Government Electronic Tender Service (GETS). This RFT sets out the detailed requirements of Otakaro for delivering the Contract Works, together with the terms and conditions on which Respondents are invited to submit a response to this RFT. The procurement model is to be 2 Stage as follows: Stage 1 (this RFT) Tender submissions based on Developed Design documentation. This will identify a Preferred Contractor. Stage 2 (Fixed Price Lump Sum Contract) The Preferred Contractor will adjust tender pricing to reflect the completed Detailed Design and submit a Final Price for Otakaro acceptance (pricing adjustment must be based on rates provided in the RFT response). If Otakaro (at its sole discretion) elects to accept the Final Price, the parties will enter into the Fixed Price Lump Sum NZS 3910 Contract for delivery of the Civil Works. The scope of work is separated into two Separable Portions and Otakaro may elect to proceed with either or both separable portions in the above Stage 2. These Separable Portions are defined in the tender documents and summarised as follows: Separable Portion 1 - Development Lots 2 and 3 comprising a cumulative area of approximately 6,700m2 (see Figure 1 below). Separable Portion 2 - Colombo Street and Cathedral Square kerbing and footpath refurbishment. Note the Form of Contract and Pricing Template in Excel format will follow as an NTT.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,24936862,Request for Proposals,Open Competition,IT Managed Service Provider,24936862,20211008,20211105,20220201,,Sole Agency,No,,,Awarded,,0,20250410 Crown Infrastructure Delivery Limited,24944927,Request for Quotations,Open Competition,Bus Interchange Roof Painting,24944927,20211011,20211028,20221003,,Sole Agency,No,,"We are seeking an experienced and suitably qualified painting service provider with a proven track record to paint part of the roof at the Christchurch Bus Interchange building. The roof sections requiring painting are a pre-painted aluminium sheet roof. Refer to attached architectural drawings for details.",Not Awarded,,0,20250410 Crown Infrastructure Delivery Limited,27677431,Request for Proposals,Closed Competition,Wellington City Science Project Programme Business Case Phase - Business Case Writing and Facilitation Services,,20230710,20230804,20230911,,All of Government,No,,Rau Paenga is seeking proposals from select members of the All-of-Government (AoG) Consultancy Services Panel who are interested in preparing the programme business case (Business Case Writing Services) and providing facilitation of workshops and engagement (Facilitation Services) for the Wellington Science City Project (WSCP).,Awarded,,0,20250410 Crown Infrastructure Delivery Limited,27806416,Request for Proposals,Closed Competition,"Preconstruction Services for Auckland District Court Seismic Works, and End-of-Life Replacement Works",,20230802,20230911,20231113,,Sole Agency,No,,"Rau Paenga is a rebranded Government agency that will support the Crowns nationwide infrastructure delivery programme. Formerly Otakaro Limited, the Crown post-quake regeneration company in Christchurch, the company has delivered infrastructure projects in the garden city. Rau Paenga, which now also has offices in Auckland and Wellington, will have a particular focus on delivery and supporting infrastructure initiatives for Government agencies. The Ministry of Justice (the Ministry) has asked Rau Paenga Limited (Rau Paenga) to manage delivery of the Auckland District Court (ADC) remediation project. The ADC provides 21,500m2 of office and courts space over 9 tower and 5 podium floors. The project scope comprises seismic strengthening and associated essential enabling building and combined services work. This is an Early Contractor Involvement(ECI) process. This will be a two-stage procurement process to identify a suitably qualified, capable, experienced, and resourced preconstruction contractor to be engaged by Rau Paenga for the provision of preconstruction services in relation to the Seismic Works and the End of Life Replacement Works. This RFP comprises the second stage of the procurement process.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,27921341,Request for Quotations,Closed Competition,PHEC Project Statutory Peer Review Services (Fire),,20230818,20230831,20231101,,Sole Agency,No,,"This Request for Quotations (RFQ) is issued by Rau Paenga Limited, referred to below as Rau Paenga or the Buyer on behalf of Ministry for Primary Industries, referred to below as MPI. A Plant Health and Environment Capability (PHEC) Programme is currently underway to strengthen NZs biosecurity system. Rau Paenga is seeking Quotations from suitably qualified, capable, experienced, and resourced organisations to provide the fire statutory peer review services for the new PHEC Facility. The scope of this RFQ is limited to fire design statutory peer review services. A detailed scope of services is provided in the Appendix C and associated documentation is provided in Appendix D Holmes Fire Statutory Peer Review Information Pack. For detail requirement, please refer to the RFQ. Respondents are requested to sign the Non-Disclosure Agreement for receiving the Prelim Design Information pack. Please return signed NDA as soon as possible. Please read carefully espcially Section 3.3. of the RFQ which explains the evaluation approach for this RFQ.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,27992615,Request for Proposals,Closed Competition,Manaaki Whenua Landcare Research Co-location Project - Concept Design Services,,20230831,20230921,20231221,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to shortlisted respondents to submit a Proposal for the provision of concept design services for the Manaaki Whenua Co-Location Project Indicative Business Case. It follows on from the Registration of Interest (ROI) sent to potential Respondents on 31 July 2023 from which the shortlisted Respondents were selected. For further details, please refer to the attached RFP. Please note, the maximum file size GETS can receive is 50MB. If you have larger files in your response, please contact asako.iijima@raupaenga.co.nz PRIOR TO the RFP Closing date so we can arragne the way we can receive your response.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,28329042,Request for Proposals,Open Competition,SharePoint and Intranet Redesign Project - Consultancy Services,28329042,20231024,20231121,20240131,,Sole Agency,No,,"Rau Paenga will shortly commence a redesign of its existing SharePoint and intranet solution and requires the services of a consultant to support the design, build, implementation, and ongoing support of the environment. The key outcome Rau Paenga is aiming to achieve is to appoint a trusted partner who can collaborate with us to redesign our SharePoint and Intranet environment to support the companys information management requirements. Rau Paenga will be looking for a supplier who has the capability, experience, and capacity to deliver solutions that are fit for purpose and can be configured to best fit organisational needs. BRIEFING: To register for the briefing session, kindly e-mail: Jenna.serfontein@raupaenga.co.nz. Further details will be provided to parties who register. NOTIFICATION OF INTENTION TO SUBMIT A PROPOSAL: Rau Paenga requests that Respondents notify its Point of Contact of their intent to rsubmit a Proposal so that it can plan the evaluation period accordingly. For clarity, this is non-binding, and is not a pre-condition of the RFP. Proposals received from Respondents who do not notify Rau Paenga of their intent to respond will be accepted and evaluated in accordance with Section 3 of the RFP.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,28364787,Request for Quotations,Closed Competition,Engineer to the Contract for the PHEC Project,,20231030,20231113,20240115,,Sole Agency,No,5 Meadows Avenue,"This is a secondary procurement process under the AoG Construction Consultancy Panel. Please return a signed NDA enclosed with this RFP document pack (Appendix D) to asako.iijima@raupaenga.co.nz if you wish to access to the Preliminary Design Information Pack. As this NDA has been signed by Rau Paenga side, word version will not be provided so please print this out and make sure you complete the following section when return: - front page: Company Name - page 2: Company name and contact information under Parties - page 9: Authorised signatory name and signature  Any questions, please contact asako.iijima@raupaenga.co.nz.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,28443381,Request for Proposals,Open Competition,Construction Management Software Solution,28443381,20231121,20231215,20240930,,Sole Agency,No,,"Rau Paenga is seeking Proposals from providers of an enterprise Construction Management Software Solution to be rolled out across the business. This, in turn, is expected to support efficiency in project support, while also mitigating risks and promoting informed decision-making. Ultimately, the anticipated results encompass streamlined workflows, improved project delivery timelines, and elevated project quality, underscoring the value of this procurement effort in advancing our organisational capabilities. NOTIFICATION OF INTENTION TO SUBMIT A PROPOSAL: Rau Paenga requests that Respondents notify its Point of Contact of their intent to submit a Proposal so that it can plan the evaluation period accordingly. For clarity, this is non-binding, and is not a pre-condition of the RFP. Proposals received from Respondents who do not notify Rau Paenga of their intent to respond will be accepted and evaluated in accordance with Section 3 of the RFP.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,28592146,Request for Proposals,Open Competition,Rau Paenga Limited - Insurance Brokerage and Risk Advisory Services,,20231207,20240220,20240607,,Sole Agency,No,,"This procurement relates to the purchase of Insurance Brokerage and Risk Advisory Services related to the: Insurance programme for projects being delivered by Rau Paenga, including both contract works and liability policies Material Damage and Business Interruption Insurance for assets owned by Rau Paenga (e.g. Te Pae Christchurch Convention Centre) Liability Insurance Programme for Rau Paenga (non-project activities)",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,28773902,Request for Proposals,Closed Competition,Rau Paenga Limited - Assurance and Advisory Services (Independent Quality Assurance),,20240201,20240305,20240507,,All of Government,No,,"Rau Paenga is seeking proposals from suitably experienced and qualified assurance providers to provide Independent Quality Assurance (IQA) services (the Services). These Services include providing Rau Paenga governance and executive with assurance by developing and delivering a risk-driven, annual assurance programme.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,28888448,Request for Proposals,Open Competition,"Rau Paenga Ltd - Budget, Cost and Change Control Software Solution",28117086,20240227,20240405,20240815,,Sole Agency,No,,"Rau Paenga is in the process of implementing a new budget, cost, and change control software solution. Rau Paenga has an urgent need to source a qualified provider capable of innovatively integrating replacement software with our existing systems and processes while ensuring no disruptions to the existing functionalities and services. BRIEFING: To register for the briefing session, kindly e-mail: Heidi.Oberholzer@Raupaenga.co.nz. Further details will be provided to parties who register. NOTIFICATION OF INTENTION TO SUBMIT A PROPOSAL: Rau Paenga requests that Respondents notify its Point of Contact of their intent to submit a Proposal so that it can plan the evaluation period accordingly. For clarity, this is non-binding, and is not a pre-condition of the RFP. Proposals received from Respondents who do not notify Rau Paenga of their intent to respond will be accepted and evaluated in accordance with Section 3 of the RFP.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,29184550,Request for Quotations,Closed Competition,Independent Certifier for Auckland District Court Remediation Project,,20240410,20240423,20240531,,Sole Agency,No,,"Rau Paenga is seeking an Independent Certifier (IC) to provide Independent Certifier services as defined under NZS 3910:2023 Conditions of Contract for Building and Civil Engineering (NZS 3910:2023), for the Auckland District Court (ADC) Remediation Project (Project). . Rau Paenga and the Ministry of Justice (MoJ) have entered into arrangements whereby Rau Paenga will deliver the Project on behalf of MoJ.? While Rau Paenga will enter into contracts with advisors, designers, consultants and contractors, including in relation to the appointment of the IC, the Project is ultimately being delivered for MoJ. . This RFQ is released to pre-qualified ICs to participate in a secondary procurement process under the All of Government (AoG) Construction Consultancy Services panel. . [Important Note] 1. To access Project Brief and Design Infomration pack, please return the signed Confidentiality Agreement included in the RFQ document pack to asako.iijima@raupaenga.co.nz. 2. Price Schedule is missing from the RFQ pack and this will be uploaded as Addendum by COB 12/04/2024 and all Respondents will be notified.",Awarded,,0,20250410 Crown Infrastructure Delivery Limited,29447280,Request for Quotations,Closed Competition,Rau Paenga Limited - Contact Relationship Management software solution,,20240521,20240604,20241119,,Sole Agency,No,,"Rau Paenga is in the process of implementing a contact/customer relationship management software solution. Rau Paenga has an need to source a qualified provider capable of implementing the software solution. NOTIFICATION OF INTENTION TO SUBMIT A PROPOSAL: Rau Paenga requests that Respondents notify its Point of Contact of their intent to submit a Proposal so that it can plan the evaluation period accordingly. For clarity, this is non-binding, and is not a pre-condition of the RFQ. Proposals received from Respondents who do not notify Rau Paenga of their intent to respond will be accepted and evaluated in accordance with Section 3 of the RFQ.",Not Awarded,After some uncertainty related to the future of Rau Paenga our team decided to design and implement the Contact Relationship Management software solution inhouse.,0,20250410 Crown Infrastructure Delivery Limited,29600361,Request for Proposals,Closed Competition,Project Management and Cost Management Services for STRG Project,,20240614,20240710,20240726,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Rau Paenga Limited (Rau Paenga or the Buyer). Please note: Appendix D - Scope of Services is currently being finalised and will be uploaded early next week. Rau Paenga is seeking a suitably qualified supplier to provide project and cost management services for the Short-Term Roll Growth (STRG) Response Project. . The Ministry of Education (MoE) manages the STRG teaching spaces that are required to accommodate growing roll numbers in Auckland schools. As part of this STRG response, MoE and Rau Paenga entered into an agreement (Delivery Agreement) and Rau Paenga agreed to deliver 60 STRG teaching spaces across 13 Auckland schools for the start of school term 1 in 2025. . The key objective of this procurement is to identify a supplier to assist with the successful delivery of all the required teaching spaces by the end of January 2025 before the 2025 Term 1 starts. Please find further information in the RFP.",Awarded,,0,20250410 Crown Infrastructure Partners Limited,21032005,Request for Proposals,Open Competition,West Coast-Southland Fibre Build,,20190515,20190719,20200821,,Sole Agency,No,"Tender Box - WSNB, Attention Charles Jarvie, Crown Infrastructure Partners Limited, Level 10 PWC Tower, 188 Quay Street, Auckland 1010","This Request for Proposal (RFP) is requesting proposals to enhance digital network infrastructure on and around specific routes in the West Coast and Southland regions. The RFP proposes the following routes nominally following state highways: (a) Fox Glacier to Lake Hawea: As well as enabling new and upgraded broadband access and providing backhaul service to mobile/wireless sites along the route, this infrastructure will also allow telecommunications providers to access an alternative diverse route to the existing fibres which are primarily on the East Coast of the South Island. The approximately 240km route generally follows State Highway 6 (SH6). (b) Te Anau to Milford Sound: Milford Sound is a key tourism destination and forecasts predict increased growth of both terrestrial and cruise ship visitors. Businesses in Milford Sound and along the route will benefit from enhanced broadband and mobile services. The approximately 120km route generally follows State Highway 94 (SH94).",Awarded,,0,20250410 Crown Infrastructure Partners Limited,21177826,Request for Tenders,Open Competition,Marae Digital Connectivity,,20190704,20190822,20200130,,Sole Agency,No,,"Marae connectivity forms part of the Regional Digital Connectivity Programme, and funding has been made available to deliver digital connectivity to selected marae (the Marae Connectivity Project). The Marae Connectivity Project will assist whanau, hapu and iwi to achieve their goals and aspirations including social inclusion, cultural connections, and improved access to key services and economic development opportunities. Better digital connectivity will enable participation in the wider community that offers benefits and opportunities for all.",Awarded,"Crown Infrastructure Partners Limited (CIP) issued a request for proposals (RFP) on 5 July 2019 for Marae Digital Connectivity. CIP has run a procurement process in accordance with the Government Rules of Sourcing for the Marae Digital Connectivity programme which involves the provision of broadband services and associated essential hardware and training and support to eligible marae. During November and December 2019, CIP appointed the successful respondents, each for a contract term of 5 years from the last eligible marae being connected, at a total funding cost to CIP of up to $11 million.",11000000,20250410 Crown Infrastructure Partners Limited,21722289,Request for Proposals,Open Competition,Crown Infrastructure Partners - Capital Markets and Corporate Advisory Services for Bulk Housing Infrastructure,,20191003,20191031,20191204,,Sole Agency,No,,"Crown Infrastructure Partners Limited (CIP) has been mandated by Government to identify and implement financing solutions to finance the provision of BHI while minimising the impact on Councils balance sheets and debt/revenue ratios with Credit Rating Agencies. As part of this work, CIP is working with The Treasury and others on potential legislative solutions to enable the responsive provision of infrastructure (which may include a broader scope of infrastructure than BHI, including public transport infrastructure) (collectively Infrastructure). CIP requires capital markets and corporate advisory services to assist in: - the development of solutions for the financing and delivery of Infrastructure (including commercial aspects associated with the implementation of potential legislative solutions for the provision of Infrastructure); and - the development of a pipeline of Infrastructure projects across multiple Councils (Pipeline Projects); and - progressing specific Pipeline Projects towards a point where those projects can be financed and delivered using CIPs model(s); and - raising finance for one or more Pipeline Projects (subject to section 4.1(b)(III) of the RFP).",Awarded,,0,20250410 Crown Infrastructure Partners Limited,23829934,Request for Proposals,Open Competition,Public Safety Network,,20210111,20210507,20221025,,Sole Agency,No,,"Te Kupenga Marutau - The Public Safety Network (PSN) Programme follows a worldwide trend for Emergency Services to increasingly supplement voice communications with text, images and video through increased use of data and messaging to communicate information such as status and location. Moving communications services to cellular networks and Land Mobile Radio (LMR) that better meet Emergency Services performance, capacity, and security requirements will enable this transition, provide increased resilience, and ensure communication in some of New Zealands remotest areas. This is an opportunity to become a significant partner to the Emergency Services agencies Fire and Emergency New Zealand, New Zealand Police, St John New Zealand and Wellington Free Ambulance (WFA) by replacing their existing networks with a modern communications capability that will better meet Emergency Services service, performance, capacity, and security requirements into the future. The Successful Respondent(s) will enjoy an executive-led partnership, underpinned by a long-term financial commitment from the Government to provide critical communications services. The aggregated agencies needs and aligned requirements provides you bidding efficiency, simplified contract management and streamlined access to multiple agencies. All appendices, schedules and response forms, along with explanatory videos are available for download on the PSN Website accessed via the following URL: https://www.publicsafetynetwork.nz/rfp/ All questions with regard to this RFP should be submitted via GETs.",Not Awarded,,0,20250410 Crown Infrastructure Partners Limited,24066943,Request for Proposals,Open Competition,Technical Advisory Services for the Public Safety Network Project,RFP002PSN Tech Advisory,20210309,20210406,20210602,,Sole Agency,No,,"This Request for Proposal (RFP) is for technical advisory services to support the NGCC Project, whose role includes advising the Emergency Services agencies and the EGB, during the Public Safety Network (PSN) tender process and contract negotiations. The services will include providing advice, support, and participation during technical evaluation. The successful Respondent may be required to provide their view of technical and/or cost trade-offs, drawing on their experiences and knowledge of vendor capabilities, assist in the resolution of issues or validation of positions, and providing executive reporting requirements. The services are required during the tender process and contract negotiation and may potentially be continued through to contract delivery and transition. Respondents are expected to have international experience with mission critical emergency services networks similar to the PSN requirements, transitioning from legacy networks, knowledge of uses and applications by First Responders in Emergency Services agencies and how the agencies adapt to the new technology. Respondents must be capable of providing technical advice on specific vendor solutions, advising on device selection and contracting, assisting with cost modelling for coverage and capacity, and providing advice on transitioning to the new network. Technical advice, support and general consultancy services may also be required during the delivery of the network or network elements, including providing assistance to agencies transitioning to the new services/network across the related PSN projects. Respondents must be available to provide Services on New Zealand Business Days and during New Zealand business hours. The contract term is expected to be an initial 12-18 months for an estimated two to three days per week in the first year, with two optional extensions of six months reducing to one day per week. Background - PSN Tender The RFP for the Public Safety Network (PSN) was released on 11 January 2021 for the replacement of the existing emergency services networks with a modern communications capability that will be used by New Zealands frontline emergency services responders Fire and Emergency, Police, St John Ambulance, and Wellington Free Ambulance. The RFP and related documents can be found at RFP | Public Safety Network. Information on the PSN can be found at About | Public Safety Network.",Awarded,,382590,20250410 Crown Infrastructure Partners Limited,25708142,Request for Proposals,Open Competition,Rural Drinking Water Programme,,20220420,20220617,20221118,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to request proposals from suitably qualified and experienced suppliers to provide drinking water supply, install, maintenance and training services to rural communities around New Zealand. Please refer to the RFP documentation for further detail.",Awarded,"On 18 November 2022, CIP entered into a services agreement with Filtec Limited to provide water treatment plant supply, installation and O&M services to the $30M Rural Drinking Water programme.",30000000,20250410 Crown Infrastructure Partners Limited,28606020,Request for Proposals,Open Competition,Senior Debt Panel Refresh,,20231213,20240126,20240209,,Sole Agency,No,,"The purpose of this Request for Proposal is to: formally notify the existing Senior Debt Panel members that they have been re-appointed to the Senior Debt Panel; request proposals from other suitably qualified and experienced senior lenders and debt arrangers or originators to join the Senior Debt Panel; and request proposals from suitably qualified and experienced parties to join the Senior Debt Panel as Ancillary Providers. CIP may approach the Senior Debt Panel to secure senior debt financing for a broad range of infrastructure projects. Please refer to Request for Proposal Documentation for further detail.",Awarded,,0,20250410 Crown Law Office,23575625,Request for Proposals,Open Competition,Finance Management & Reporting System,,20201109,20201209,20210521,,Sole Agency,No,,"Crown Law is seeking proposals for a new Finance Management Information System (FMIS) that has functionality for general accounting, budgeting and forecasting, and other related functionality for the management of a NZ government agency. In selecting a new FMIS, Crown Law is looking for a solution which is simple, robust, and reliable. Crown Law seeks to achieve the following objectives in introducing new software; real time information for management on Crown Law, client, matter and counsel performance; a simple to use and robust general accounting system compliant with New Zealand legislation and generally accepted accounting principles; reduced overall operating costs; improved efficiency for our staff; ability to accommodate different work types and practices including mobility options; and improved resilience. The purpose of this RFP is to seek proposals from organisations whose software meets the criteria outlined in section 2 of this RFP and the attached spreadsheet. Based on the proposals we receive we will conduct a fair and extensive evaluation to select a provider. We are concurrently running a separate RFP to replace our current Legal Practice Management system (PMS). A PMS manages all of the functions relating to legal practice: time recording; billing; client management and matter management. A PMS generally also includes finance management functionality; however, we are not certain that a PMS will be able to meet all of our financial requirements, therefore we are running this separate RFP. This separate RFP seeks a solution to manage the financial, budgeting and reporting processes to be integrated with the legal practice modules of the successful respondent to the PMS RFP. You will therefore be asked to provide some information about your integration technologies, methodology and experience.",Not Awarded,This was a subset/option should there not be a successful bidder for the combined FMIS and LPMS project.,0,20250410 Crown Law Office,23577198,Request for Proposals,Open Competition,"Legal Practice, Matter and Finance Management & Reporting System",,20201109,20201209,20210830,,Sole Agency,No,,"Crown Law is seeking proposals for a new Legal Practice Management System (PMS) that has functionality for time recording, client and matter management, general and trust accounting, budgeting and forecasting, and other related functionality for the management of a NZ government agency. In selecting a new PMS, Crown Law is looking for a solution which is simple, robust, and reliable. Crown Law seeks to achieve the following objectives in introducing new software; real time information for lawyers, on their matters, at their fingertips; real time information for management on Crown Law, client, matter and counsel performance; a simple to use and robust general accounting system compliant with New Zealand legislation and generally accepted accounting principles; a simple to use and robust trust accounting system compliant with the New Zealand Law Society rules; reduced overall operating costs; improved efficiency for our staff; ability to accommodate different work types and practices including mobility options; improved resilience; confidentiality of client data; and integration with Crown Laws document and records management applications. The purpose of this RFP is to seek proposals from organisations whose software meets the criteria outlined in section 2 of this RFP and the attached spreadsheet. Based on the proposals we receive we will conduct a fair and extensive evaluation to select a provider. We are not certain that a PMS will be able to meet all of our financial requirements, therefore we are concurrently running a separate RFP. This separate RFP seeks a solution to manage the financial, budgeting and reporting processes included in this RFP, we may select a stand-alone FMIS solution to be integrated with the legal practice modules of the successful respondent to this RFP. You will therefore be asked to provide some information about your integration technologies, methodology and experience. We will also consider responses to this RFP that only cover the Legal Practice functional areas.",Not Awarded,,0,20250410 Crown Law Office,24770290,Request for Proposals,Open Competition,Crown Law eDiscovery,,20210907,20211004,20221124,,Sole Agency,No,,"Crown Law is seeking proposals for an eDiscovery platform that will help counsel and discovery specialists automate the discovery process as much as possible, thus reducing the effort and costs associated with it. Specifically, we are looking for an integrated platform that covers the processing, review, analysis and production activities (as defined in the Electronic Discovery Reference Model or EDRM): https://edrm.net/resources/frameworks-and-standards/edrm-model/ Crown Law mostly receives electronic documents from its clients, but also needs the ability to process and review paper-based documents for about 10% of the cases.",Not Awarded,"Crown Law Office ,19 Aitken Street, Wellington, New Zealand, 6011 Awarded to EDT INTERNATIONAL LLC a limited liability company with registered office of 919N Market Street #950, Wilmington, Delaware, 19801 USA to provide a litigation discovery solution to be provided on a Software as a Service (SaaS) basis, together with associated EDT Services. Date Awarded 21 November 2022",0,20250410 Department of Conservation,16891026,Request for Proposals,Open Competition,Ground based Weed and Wilding Pine Control Panel,,20151111,20151216,20241011,,Sole Agency,No,"Department of Conservation Te Manahuna Twizel Office, Wairepo Rd, Twizel 7901","The objective of the procurement is to secure a panel of suppliers to carry out ground based weed control at priority sites across the Departments Eastern South Island Region. The Departments Eastern South Island Region stretches from Hanmer Springs in the North, out to the East Coast and then follows the coast right down to Dunedin in the South. From Dunedin it runs up the Waitaki Valley to Twizel and Aoraki- Mt Cook. It then continues up along the main divide to Include Arthurs Pass before heading back up to Hanmer Springs. All other DOC offices in-between these locations also fall into the Eastern South Island Region. Weeds, for the purpose of this RFP are separated into two categories: Wilding trees; and General weeds. Suppliers are asked to tender for services relating to one or the other of the two categories or both.",Not Awarded,"A panel of suppliers was established, with 6 suppliers carrying out weed control services and 6 suppliers carrying out ground wilding control. All suppliers were notified of the outcome of their submissions.",0,20250410 Department of Conservation,19572725,Request for Tenders,Open Competition,"Contract for Asbestos Removal Works, Control Mine Base, Rangitoto Island",CMBASE18,20180329,20180521,20191203,,Sole Agency,No,n/a,"This contract is for the removal of Asbestos at the Control Mine Base Site, Rangitoto Island Hauraki Gulf. The Contract Works include the following elements: Hand picking of Asbestos Containing Material (ACM) fragments across the Controlled Mine Base site. Machine excavation of ACM fragments where ACM fragments are concentrated and stockpiled. Removal of ACM roofing from the water reservoir and surrounds, including the ACM fragments on the ground around the perimeter of the reservoir, and the accumulated material in the base of the reservoir (which may be kept separate if disposal at a lower landfill rate is possible). Hand picking of ACM fragments in the vicinity of the former workshop using an excavator to move concrete slabs and steel beams as appropriate. Hand picking of ACM fragments on the affected area of foreshore, with excavator assisted raking of the top 100mm of beach pebbles. Transport of ACM and disposal to landfill. The Contractor shall be responsible for organizing permits for the disposal of ACM to the landfill and for providing copies of landfill dockets to the Asbestos Assessor. Following all of the Department's Biosecurity Protocols while travelling to the Island.",Awarded,"Agency name: Department of Conservation Agency address: Tamaki Makaurau/ Auckland Office, Bledisloe House, Level 7, 24 Wellesley Street West, Auckland Successful suppliers name: Dominion Constructors Ltd Successful suppliers address: 292 Cashel Street, Christchurch Central, Christchurch 8011. Description of the services or goods: Asbestos Removal and Remedial Services Please provide all the applicable tender codes: 77000000, 76000000 Date the contract was awarded: 31 October 2019 Duration of the contract (including any extensions): 12 Weeks Estimated cost of the procurement: $1M-$5M Type of procurement process: Open tender",0,20250410 Department of Conservation,19629251,Request for Quotations,Open Competition,Rangitoto and Motuihe Loading Ramp Repair,,20180416,20180517,20211124,,Sole Agency,No,n/a,"Remedial repairs to Rangitoto concrete ramp concrete cracking, form work, movement joint installation, grout work, clean out and corrosion repair. Remedial repairs to Motuihe concrete ramp edges, reinstatement of support to concrete slab, replacement of dislodged steel rails",Not Awarded,No responses received.,0,20250410 Department of Conservation,20302321,Request for Proposals,Open Competition,Department of Conservation ( DOC) - Workflow Solution,,20181017,20181122,20190815,,Sole Agency,No,n/a,"The Department of Conservation (DOC) needs a workflow solution. Initially it will provide functionality for Government Services (Ministerial advice, Official Information Act Requests, Parliamentary questions etc.). The workflow solution needs to be scalable and flexible as DOC intends it to be deployed throughout the organisation on an enterprise level and to include other workflow activities.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington 6011 PO Box 10420, Wellington, 6143 Successful suppliers name: itree Pty Limited Successful suppliers address: Suite 3, Level 3 Enterprise One Building Innovation Campus, UOW Squires Way North Wollongong NSW 2500 Description of the services or goods: An enterprise level workflow solution Please provide all the applicable tender codes: 43000000, 81110000, 81160000 Date the contract was awarded: 24 July 2019 Duration of the contract: 9 Years Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender",0,20250410 Department of Conservation,20379786,Request for Proposals,Open Competition,Combined Regional Track Panel (DOC),,20181106,20181211,20191002,,Sole Agency,No,n/a,"This RFP seeks to establish one panel for four North Island regions' track maintenance and upgrade work over several years. There are four categories of work for each region. Respondents can apply for one or more categories, and one or more regions. The Department of Conservation is seeking to establish the panel with experienced, qualified and well resourced track maintenance/builders. We are looking for a range of suppliers for the panel - from individuals to national businesses - to help us with the range of work to be done.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Te Aro, Wellington Successful suppliers name: 1. Andrew Younger Contracting 2. Aotea Arb 3. Aotea Contractors Ltd 4. CivilWorks 5. Dodge Contracting 6. Egmont Property & Inspection Services Ltd 7. Impel (2010) Limited 8. Keir Landscaping Ltd 9. Milton Harward Construction 10. Nelmac Limited 11. Northland Parkcare Ltd 12. NZ Envirosafe Services Ltd 13. NZ Trackworks Ltd 14. Plantpro and Sons 15. Ram Contracting 16. Supplejack Contracting 17. Trackman 18. Treescape Limited 19. Velosolutions Limited 20. Walkway Solutions Ltd 21. Wildworks Successful suppliers address: 1. 17 Hawke Drive, Haruru, Paihia 2. 364 Shoal Bay Road, Tryphena, Great Barrier Island 3. 274 Hector Sanderson Rd, Great Barrier Island 4. 44 Chedworth Avenue, Chedworth, Hamilton 5. 415 Farndon Road, Clive, Hawkes Bay 6. 230 Korito Rd, RD 1, New Plymouth 7. 35 Stewart Glen, RD 5, Taupo 8. 661 Rewi Street, Te Awamutu 9. 35 Paihia Road, Onehunga 10. 2 Bullen Street, Tahunanui, Nelson 11. 44 Snooks Road, RD 9, Whangarei 12. 268 Huia Road, Titirangi, Auckland 13. 430 SH1, Kauri, Whangarei 14. 561 SH1, Kamo 15. Unit 6 / 9 Brick Street, Henderson, Waitakere 16. 42 Jacksons Line, Kopuaranga, RD 2, Masterton 17. 560 Aotea Road, Great Barrier Island 18. 21 Huia Road, Otahuhu 19. 29 Mckenzie Road, Owhata, Rotorua 20. 127 Ngati Maru Highway, Kopu, Thames 21. 1/71a Pleasant Road, Glen Eden, Auckland Description of the services or goods: Panel for four North Island regions track maintenance and upgrade work over several years Please provide all the applicable tender codes: 70000000, 72000000, 77000000, 83000000 Date the contract was awarded: 22 April 2019 Duration of the contract (including any extensions): 9 years (3+3+3) Estimated cost of the procurement: $1M-$5M Type of procurement process: Open Tender Exemption justification: N/A",0,20250410 ,,,,,,,,,,,,,,,,, Department of Conservation,20531145,Request for Quotations,Closed Competition,Battle For Our Birds - Northern Ruahine Aerial Pest Control Operation,,20181210,20190123,20190923,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Northern Ruahine area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful oepration from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note, these operations may be cancelled if resourcing is not available or if rodent levels are not high enough. Any preparation costs, ie consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 15/07/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,20531184,Request for Quotations,Closed Competition,Battle For Our Birds - Punakaiki Aerial Pest Control Operation,,20181210,20190123,20190923,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Punakaiki area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful oepration from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note, these operations may be cancelled if resourcing is not available or if rodent levels are not high enough. Any preparation costs, ie consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 29/02/2019 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,20539833,Request for Proposals,Open Competition,Employee Engagement Platform Provider,,20181212,20190207,20191008,,Sole Agency,No,n/a,The Department of Conservation is seeking a supplier with a cutting-edge survey platform and employee engagement/culture expertise.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St Wellington 6143 New Zealand Successful suppliers name: Qualtrics Successful suppliers address: APJ HQ, Level 41, 225 George Street Sydney, 2000 NSW Australia Description of the services or goods: Employee Engagement platform and associated consultancy services Please provide all the applicable tender codes: 43000000 Date the contract was awarded: 15 August 2019 Duration of the contract (including any extensions): 3 + 1 + 1 + 1 Estimated cost of the procurement: )$100K-$250K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,20829055,Request for Tenders,Open Competition,Wahianoa Swing Bridge Replacement,,20190315,20190423,20190823,,Sole Agency,No,n/a,"Request for tender for the demolition and removal of the existing 70m Wahianoa swing bridge and the installation of a new swing bridge as per engineer drawings provided. The works are located on the Around the Mountain Track in Tongariro National Park. Back country skills and experience are required for this project. A thorough health and safety plan must be provided and adhered to and proof of qualifications for First Aid, Working at Heights and Harness Training must be provided. Works need to be completed by Friday, 25th October 2019 and the river is to be unbridged for as short a time as is practicable.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutakio Street, Taupo Successful suppliers name: Abseil Access Successful suppliers address: PO Box 27 467, Wellington 6141 Description of the services or goods: Request for tender for the demolition and removal of the existing 70m Wahianoa swing bridge and the installation of a new swing bridge as per engineer drawings provided. The works are located on the Around the Mountain Track in Tongariro National Park. Back country skills and experience are required for this project. A thorough health and safety plan must be provided and adhered to and proof of qualifications for First Aid, Working at Heights and Harness Training must be provided Please provide all the applicable tender codes: 30000000, 72000000, 95000000 Date the contract was awarded: 16 August 2019 Duration of the contract (including any extensions): 6 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,20923423,Request for Quotations,Closed Competition,Whakapapa Village Parking Realignment and Bus Terminal Project,,20190409,20190426,20191111,,Sole Agency,No,n/a,Construct 130 additional carparks by realigning the existing parking sites along SH48 and improve the existing bus park facilities in Whakapapa Village,Awarded,"Agency name: Department of Conservation Agency address: Whakapapa Village, State Highway 48, Mount Ruapehu Successful suppliers name: Higgins Contractors Limited Successful suppliers address: 780 Rakaunui Road, Taupo Description of the services or goods: Construct 130 additional carparks by realigning the existing parking sites along SH48 and improve the existing bus park facilities in Whakapapa Village. Please provide all the applicable tender codes:22000000, 30000000 Date the contract was awarded: 23/05/2019 Duration of the contract (including any extensions): 23/05/19 30/06/19 Estimated cost of the procurement: $500K-$1M Type of procurement process: Closed tender Exemption justification: An emergency procurement exemption was sought and approved to resolve health and safety risks to visitors to Whakapapa Village. The health and safety risks have been brought about by the traffic congestion problems at Whakapapa Village.",0,20250410 Department of Conservation,20948869,Request for Tenders,Open Competition,Winter Safe Road Access Maintenance 2019-2022,,20190416,20190516,20190723,,Sole Agency,No,n/a,"Winter Road Safety Maintenance for the Bruce Road and Whakapapa Village Roads, footpaths and carparks, within Tongariro National park",Awarded,"Agency name: Department of Conservation Agency address: Whakapapa Village, SH48, PO Box 71029, Mt Ruapehu 3951 Successful suppliers name: TPP Contracting Ltd Successful suppliers address: 132 Tanga Road, RD2, Taumarunui 3992 Description of the services or goods: Snow clearing, grit management, traffic management, weather monitoring etc Please provide all the applicable tender codes: 22000000, 48000000, 72000000, 77000000 Date the contract was awarded: 1 June 2019 Duration of the contract (including any extensions): 3 years +1+1+1 (Total = 6 years) Estimated cost of the procurement: $500k-$1M Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,20999435,Request for Tenders,Open Competition,Tahr Control Contract,,20190506,20190530,20190812,,Sole Agency,No,n/a,"We are seeking tenders to identify a supplier(s) who will assist in the control of tahr numbers on Public Conservation Land. The intent of this tender is to select a supplier(s) with proven experience in helicopter culling operations to undertake tahr control work",Awarded,"Agency name: Department of Conservation Agency address: Conservation House Whare Kaupapa Atawhai, 18-32 Manners Street, Wellington 6011 Successful suppliers name: Glacier Country Helicopters Successful suppliers address: Glacier Country Helicopters Limited; Marshall & Heaphy Limited, 64 High Street, Greymouth, 7805, New Zealand. Description of the services or goods: Himalayan Tahr control Please provide all the applicable tender codes. More than one can apply: 70000000, 77000000, 78000000 Date the contract was awarded: 24 June 2019 Duration of the contract (including any extensions): 1 July 31 August 2019 Estimated cost of the procurement: $50K-$100K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,21034837,Request for Tenders,Open Competition,West Coast Weed Control Panel,,20190516,20190621,20200224,,Sole Agency,No,n/a,The Department of Conservation is looking to put in place a panel of pre-approved contractors for ground based terrestrial and aquatic weed control services for the Western South Island.,Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, Westport, 7825 Successful suppliers name: 1. MBC Environmental Ltd 2. Wildland Consultants Ltd 3. Westcoast Ag Contractors Ltd 4. Whitestone Contracting Ltd Successful suppliers address: 1. PO Box 114, Westport, 7866 2. 99 Sala Street, Rotorua, 3010 3. PO Box 46, Greymouth, 7840 4. 28 Eclipse Street, Alexandra, Central Otago, 9320 Description of the services or goods: Weed control services Applicable tender code: 77000000 Date the contract was awarded: 4th November 2019 Duration of the contract (including any extensions): 2 years (plus 2 x 2 years right of renewal) Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender",0,20250410 Department of Conservation,21037612,Request for Quotations,Closed Competition,Ship Cove Wastewater System,,20190516,20190619,20200224,,Sole Agency,No,n/a,"Replacement Wastewater System at Ship Cove/Meretoto, Queen Charlotte Sound",Awarded,"Agency name: Department of Conservation Agency address: 186 Bridge Street, Nelson Successful suppliers name: Findlater Construction Ltd Successful suppliers address: 32 Timandra Place, Blenheim Description of the services or goods: Install New Wastewater System at Ship Cove Applicable tender code: 72000000 Date the contract was awarded: 30th August 2019 Duration of the contract (including any extensions): Three Weeks Estimated cost of the procurement: $50K-$100K Type of procurement process: Closed tender Exemption justification: N/A",0,20250410 Department of Conservation,21097831,Request for Tenders,Open Competition,Kerr Bay Ablutions Block Upgrade,,20190531,20190710,20190904,,Sole Agency,No,n/a,"Interior demolition and fit out and interior/exterior decorating of Kerr Bay Campground Ablutions Block, St Arnaud.",Awarded,"Agency name: Department of Conservation Agency address: Monro Building, 186 Bridge Street, Nelson Successful suppliers name: Nelmac Ltd Successful suppliers address: 2 Bullen Street, Tahunanui, Nelson Description of the services or goods: Renovation of Ablutions Block at Kerr Bay, St Arnaud Please provide all the applicable tender codes: 30000000, 72000000, 95000000 Date the contract was awarded: 30/08/2019 Duration of the contract (including any extensions): 8 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,21102730,Request for Tenders,Open Competition,Fiordland NP - Te Anau Downs Boundary Fence,SSI-O-114,20190531,20190709,20190919,,Sole Agency,No,n/a,"This contract is for the construction of 14,423m of new fencing between Fiordland National Park and Te Anau Downs Station. The contract works include the fence construction, vegetation clearance, construction of flood gates and the installation of four gates.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9640 Successful suppliers name: Fencetec 2012 Ltd Successful suppliers address: 43 William Stephens Road, RD1, Te Anau 9679 Description of the services or goods: Construction of two sections of boundary fence between Fiordland National Park and Te Anau Downs Station. Please provide all the applicable tender codes: 21000000, 22000000, 30000000, 70000000, 72000000 and 95000000 Date the contract was awarded: 18th September 2019 Duration of the contract (including any extensions): 13 Months Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,21119949,Request for Tenders,Open Competition,Papa Aroha Track Cutting,,20190607,20190729,20211019,,Sole Agency,No,n/a,"The purpose of this RFT is to assist the Department in meeting its ecosystem restoration objectives in the Papa Aroha Block, through the establishment of new predator control bait station lines. The work is necessary to bring the tracks up to an appropriate standard to reduce health and safety risks for the Biodiversity Rangers to carry out the baiting of bait stations for possum and rat control. This work is also required to bring the bait station network up to a standard to reduce possum numbers to below 5%.The Services will consist of establishing approximately 100 kilometres of track in the Papa Aroha Block to the Department of Conservation marked route standard. This service will involve the following: Establishing new tracks by cutting and clearing vegetation along routes that have already been marked out by the Department with flagging tape. Re-establishing existing tracks by cutting and clearing vegetation along routes that have been previously been marked out with only pink triangle markers. Tracks marked with blue triangle markers (or any other colour that is not pink) will not be cut. The Department of Conservation will provide the contractor with access to the existing network of bait station and trap lines in the Papa Aroha Block. The contractor will be responsible for transport to and from the site, communication with parties in the field, and track cutting equipment (e.g. chainsaws, personal protection equipment, and radio or satellite communication).",Not Awarded,No responses received.,0,20250410 Department of Conservation,21133554,Request for Tenders,Open Competition,Cedric Swing Bridge Replacement,,20190612,20190719,20190913,,Sole Agency,No,n/a,"Demolition of existing Suspension Bridge and Replacement with a new Swing Bridge at Cedric Stream, Nelson Lakes National Park. No formal site visit will be held. Tenderers may visit the site with no appointment required. A site visit is recommended. Tenderers can walk in to the site at any time, if the Tenderer plans to take a helicopter to the site, they must email procurement@doc.govt.nz first where further instruction will be provided. All persons undertaking site visits shall, as a minimum, at all times during visits comply with all Health and Safety at Work Act 2015 requirements and any other requirements, as specified in these Tender Documents.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Rob Blick Building Successful suppliers address: 67a Hospital Road, Blenheim Description of the services or goods: Demolish suspension bridge, construct new swing bridge Please provide all the applicable tender codes: 30000000, 72000000, 95000000 Date the contract was awarded: 11/09/2019 Duration of the contract (including any extensions): 4 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,21159422,Request for Quotations,Closed Competition,Taronui Bridge Replacement,,20190617,20190705,20200320,,Sole Agency,No,n/a,To remove the bridge structure taking care to enable reuse of all the existing elements excluding the beams which are to be renewed. Reinstate the upgraded bridge structure.,Awarded,"Agency name: Department of Conservation Agency address: 2 Southend Avenue, Whangarei Successful suppliers name: Robinson Asphalts 1992 Ltd Successful suppliers address: 32 -36 Winger Crescent, Kamo Successful suppliers New Zealand Business Number (NZBN): N/A Description of the services or goods: To replace steel beams to bridge. Applicable tender codes: 72000000, 95000000 Date the contract was awarded: 01/09/2019 Duration of the contract (including any extensions): Two months Expected spend under the contract (GST exclusive): $ 49,000 Type of procurement process: Closed tender",0,20250410 Department of Conservation,21230666,Request for Tenders,Open Competition,Wooded Gully Track Upgrade,RGA 001-2019,20190705,20190812,20191119,,Sole Agency,No,n/a,"This contract is to upgrade 2300m of existing walking track, comprising the lower sections of the Red Pine & Wooded Gully tracks at Mt Thomas Forest Conservation Area, North Canterbury. The tracks will be upgraded to a standard that meets the requirements of a step free Short Walk suitable for a wide range of Short Stop Travellers (SST), including access for mountain buggies & push chairs (as per SNZ HB 8630:2004). The Contract Works include the following: - re-shaping and re-forming ~2000m of existing track, - formation of ~320m of new track alignment - installation of 21 culverts ranging from 225mm diameter to 600mm diameter, - supply, placement and compaction of 150m? of surfacing aggregate, - supply and installation of one new 5m long timber pedestrian footbridge, - upgrade of one existing 6m long timber pole pedestrian footbridge",Awarded,"Agency name: Department of Conservation Agency address: 32 River Road, Rangiora Successful suppliers name: HGM Construction Ltd Successful suppliers address: PO Box 19-634, Woolston, Christchurch Description of the services or goods: - Re-shaping and re-forming of ~2000m of existing track - New formation of ~320m of new track alignment - Installation of 21 culverts ranging from 225mm diameter to 600mm diameter - Supply and placement and compaction of 150m? of surfacing aggregate - Supply and installation of one new 5m long timber pedestrian bridge - Upgrade of one existing 6m long timber pole pedestrian bridge Applicable tender codes: 72000000, 95000000 Date the contract was awarded: 18 November 2019 Duration of the contract: 12 Weeks Estimated cost of the procurement: $150k - $200k Type of procurement process: Open tender",0,20250410 Department of Conservation,21258056,Request for Tenders,Open Competition,Siberia Stream Bridge,,20190715,20190820,20191111,,Sole Agency,No,n/a,Construction of a 90m pedestrian swing bridge across Siberia Stream as part of the Remutaka Cycle Trail.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St, Wellington Successful suppliers name: Edifice Contracts Ltd Successful suppliers address: 35-39 Tiro Tiro Rd, Horowhenua, Levin 5510 Description of the services or goods: Swing Bridge Construction Please provide all the applicable tender codes: 30000000, 72000000, 95000000 Date the contract was awarded: 16/10/2019 Duration of the contract (including any extensions): 8 weeks Estimated cost of the procurement: $250K-$500K Type of procurement process: Open tender",0,20250410 Department of Conservation,21258319,Request for Tenders,Open Competition,Aoraki/Mt Cook Toilets,ESIR-AMC01/2019,20190715,20190910,20200525,,Sole Agency,No,n/a,Construction of new toilets at Hooker Hut Site and Stocking Stream,Awarded,"Agency name: Department of Conservation Agency address: 42 Dunstan Road, Alexandra Successful suppliers name: Recreation Construction ltd Successful suppliers address: 7HRD Hilderthorpe Road, Oamaru Successful suppliers New Zealand Business Number (NZBN): 9429035303572 Description of the services or goods: Construction of replacement toilets in Hooker Valley (Stocking Stream and Hooker Hut). Applicable tender code/s: 30000000, 72000000 Date the contract was awarded:13/01/2020 Duration of the contract (including any extensions): 24 months Expected spend under the contract (GST exclusive): $ 238,609 Type of procurement process: Open tender",0,20250410 Department of Conservation,21284904,Request for Tenders,Open Competition,Oparara Arches Toilet Construction,,20190719,20190917,20191111,,Sole Agency,No,n/a,"As part of the Oparara Arches project, the Department of Conservation is seeking tenders for the construction of a two-room flush toilet block in the Oparara Basin, in Kahurangi National Park near Karamea. This work involves excavating and filling the site, constructing the new toilet block and connecting all plumbing.",Not Awarded,No responses received.,0,20250410 Department of Conservation,21310877,Request for Proposals,Open Competition,Review of mitigation techniques to reduce benthic impacts of trawling,MIT2019-02,20190726,20190902,20191008,,Sole Agency,No,n/a,"Trawl induced habitat modifications have been suggested to negatively affect benthic foragers that depend on an intact benthic ecosystem, such as hoiho. Indirect effects are also possible via changes to the structure of the seafloor and the suspension of sediment. The most common mitigation method for these effects have been closures of sensitive areas to trawling. However, in recent years studies that test modified fishing gear to reduce the effects of trawling on seafloor communities have been emerging, with several showing promising results (e.g. Rose et al. 2010). Bottom trawling uses numerous types of gear designs, sizes, rigging and operational methods. Therefore, impact on the bottom habitat will differ among the various bottom trawl fisheries, and mitigation techniques will depend on the gear used. This desk-based study aims to review literature on mitigation techniques used to reduce benthic impacts of trawling in various bottom trawl fisheries and make recommendations that are relevant to New Zealand trawl fisheries. This study may lead on to a project focusing on trialling modified trawl gear in the inshore fleet.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Terra Moana Ltd Successful suppliers address: PO Box 2444, Wellington 6140 Description of the services or goods: Review of mitigation techniques to reduce benthic impacts of trawling Please provide all the applicable tender codes: 70000000, 77000000, 81000000 Date the contract was awarded: 1/10/2019 Duration of the contract: 1 year Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,21326392,Request for Proposals,Open Competition,Roading renewals inspections and design,,20190731,20190906,20191111,,Sole Agency,No,n/a,The Department is seeking suppliers to complete inspections of selected roads and to specify and prioritise road renewals work.,Awarded,"Agency name: Department of Conservation Agency address: National Office PO Box 10420 Wellington 6143 Successful suppliers name: Fulton Hogan Successful suppliers address: 15 Sir William Pickering Drive, Burnside, Christchurch 8053 Successful suppliers New Zealand Business Number (NZBN): 9429040318080 Description of the services or goods: Roading Renewals Inspection and Design Date the contract was awarded (being the date DOC signed the contract): 11 November 2019 Duration of the contract including any extension/renewal options: 4 Months Expected spend under the contract (GST exclusive): $110,000 Type of procurement process: Open tender",0,20250410 Department of Conservation,21370707,Request for Tenders,Open Competition,Hokitika Gorge Suspension Bridge,WSI-0-083,20190806,20190924,20191111,,Sole Agency,No,n/a,"Construction of a new 90m span pedestrian suspension bridge located at the Hokitika Gorge, Hokitika.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful suppliers name: Edifice Contracts Ltd Successful suppliers address: 35-39 Tiro Tiro Road, Levin Description of the services or goods: Construction of 90m Pedestrian Suspension bridge Please provide all the applicable tender codes: 30000000, 72000000, 95000000 Date the contract was awarded: 04/11/2019 Duration of the contract: 7 months Estimated cost of the procurement: $500K-$1M Type of procurement process: Open tender",0,20250410 Department of Conservation,21425103,Request for Proposals,Open Competition,Optimum batching interval for discharge management on vessels in the scampi fishery,MIT2019-04,20190828,20191007,20200224,,Sole Agency,No,n/a,"Batching intervals are currently utilised as a discharge management measure across commercial fisheries, yet limited data is collected on this practise e.g. no data on time between discharge outfalls. Following recommendations from MIT2017-02, this project aims to investigate varied batching intervals with the objective of determining if an optimum batching discharge interval exists in reducing seabird activity around working fishing vessels and seabird interactions with fishing gear or the vessel. Batching may be beneficial in disrupting the flow of attractant for seabirds to fishing vessels; therefore, reducing abundance and potential capture during haul and the subsequent set of fishing gear. The key aspects of batching discharge involve: a holding period of fish waste, offal or returned baits (for a minimum of 30 minutes) and swift discharge (five minutes or less) as opposed to continuous discharge (Pierre et al. 2012; Kuepfur and Pompert 2017). The scampi fishery is a bottom trawl fishery conducted by a small number of vessels <32 metres in length. Vessels typically conduct 2-3 long, slow speed tows per day. The fishery is characterised by a relatively high proportion of non-target bycatch (due to the small mesh size of trawl nets) which is currently discharged at sea. On-board fish waste management equipment differs across vessels, though may consist of holding/storage tanks for bycatch that can be periodically discharged via a chute, other vessels store fish bycatch in bins prior to discharge. This project will involve an analysis of past observer data on batching practices in the scampi fishery to provide an overview for developing the methodology for this study. The methodology will be oriented around the analysis of differing batching regimes and the impact it may have on seabird activity and observed seabird interactions/captures. The timing (in relation to set/haul), location (haulside, offside), type (offal, whole fish, baits) and efficacy of batching will be investigated across the scampi trawl fleet. Recommendations will be sought, for example, on what additional information might observers be required to collect on batching and seabird activity.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Pisces Research LTD Successful suppliers address: 10 Lakewood Avenue, Churton Park, Wellington 6037 Description of the services or goods: The services are to conduct an analysis of past observer data on batching practices in the scampi fishery to develop a methodology for analysis of differing batching regimes and the impact it may have on seabird activity and observed seabird interactions/captures. Applicable tender codes: 70000000, 77000000, 81000000 Date the contract was awarded: 30/01/2020 Duration of the contract (including any extensions): 1 year Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender Exemption justification: N/A",0,20250410 Department of Conservation,21427796,Request for Proposals,Open Competition,Dolphin dissuasive device mitigation in inshore fisheries,MIT2019-01,20190823,20190930,20191111,,Sole Agency,No,n/a,"Dolphin Dissuasive Devices (DDD) are thought to limit interactions between dolphins and fishing nets by emitting high frequency ultrasound signals. Signals can be modulated (in length and width) to limit the potential of dolphins adapting to the signal. DDDs are currently used in the deepwater jack mackerel fishery (two units deployed either on bridles facing backwards over the net or placed on the headline getting coverage immediately in front of the trawl mouth). Currently there is anecdotal evidence that shows that these devices may be effective but little quantitative research to support this. This desk-based study would involve an international review of Dolphin Dissuasive Devices with a focus on research on species and fisheries relevant to New Zealand. It would also involve developing a proposed methodology for field trials and assessment of a dolphin deterrent device in an inshore setting plus recommendations on location(s) and technology suited to the New Zealand inshore environment and dolphin species.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Cawthron Institute Successful suppliers address: 98 Halifax Street E, Nelson 7010 Description of the services or goods: Dolphin dissuasive device mitigation in inshore fishery Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 4/11/2019 Duration of the contract: 1 year Estimated cost of the procurement: $10K-$50K Type of procurement process:: Open tender",0,20250410 Department of Conservation,21428100,Request for Proposals,Open Competition,Characterisation of marine mammal interactions in NZ commercial fisheries,INT2019-03,20190828,20191007,20191111,,Sole Agency,No,n/a,"The Marine Mammal Risk Assessment included 35 species of marine mammals that inhabit New Zealand waters. Five of these species are classified under the New Zealand Threat Classification System as Not Threatened, two as At Risk, Naturally Uncommon, one as At Risk-Recovering, two as Nationally Vulnerable, one as Nationally Endangered and four as Nationally Critical, with the remaining species classified as Data Deficient as not enough information exists to properly determine their threat status.Not all marine mammals have been observed interacting with commercial fisheries in New Zealand. Most beaked whales and large whales (except for Humpback whales) have a relatively low incidence of being bycaught. While prior work has been conducted for specific fisheries, (e.g. MIT2012-03), there is a need for holistic analyses of the overall nature of marine mammal interactions. This project will support the work being done through the International Whaling Commissions Bycatch Mitigation Initiative. This project seeks to analyse long-term bycatch data to identify changes in marine mammal interactions over time and if there is reasoning behind these. Analysis could also include, but is not limited to, identifying if any temporal/spatial/seasonal patterns are apparent and exploring these more comprehensively. This project will also examine the development of method and species-specific mitigation options for each protected marine mammal species known to interact with commercial fisheries and will also investigate if anecdotal information exists in relation to ways to avoid or reduce marine mammal interactions.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Dragonfly Data Science Successful suppliers address: PO Box 27535, Wellington 6141 Description of the services or goods: Characterisation of marine mammal interactions Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 7/11/2019 Duration of the contract: 1 year Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender",0,20250410 Department of Conservation,21433235,Request for Proposals,Open Competition,"Investigation of electronic device options to assess distribution, diving and foraging behaviour of Hectors dolphins",POP2019-01,20190828,20191007,20191111,,Sole Agency,No,n/a,"Substantial work has been undertaken to assess and address the risk of fisheries bycatch to Hectors and Maui dolphins through the Threat Management Plan . However, fully understanding the risk is limited by gaps in our knowledge on the fine scale distribution and behaviour of the dolphins. Satellite tagging has been proposed in the past as a tool to fill knowledge gaps. However, technology at the time required invasive techniques to deploy the tags on dolphins and was considered high risk for use on Hectors and Maui dolphins. The last time the technology was considered was at the formation of the Maui dolphin Research Advisory Group in 2014. Technology has likely progressed since then. The purpose of this project is to assess the current state of the technology to see if it has advanced enough to answer questions about Hectors and Maui dolphin distribution and foraging behaviour while minimising the potential risk of the tag deployment to the dolphins. This project will start off by investigating available tracking options that would allow for a more comprehensive research project to be undertaken on Hectors dolphins. This study will assess similar research conducted, both nationally and internationally, to ascertain a fit-for-purpose method(s) for measuring spatial use in small marine mammals. Options need to be assessed based on set criteria such as longevity, cost-effectiveness, and impact to the animal. This study will also provide recommendations on the effective time-period for the subsequent research project.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Cawthron Institute Successful suppliers address: 98 Halifax Street E, Nelson 7010 Description of the services or goods: Electronic devices to assess distribution, diving and foraging behaviour of Hectors dolphins. Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 4/11/2019 Duration of the contract: 1 year Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender",0,20250410 Department of Conservation,21550398,Request for Tenders,Closed Competition,Tongariro Goat Control 2019-21,,20190910,20191016,20191105,,Sole Agency,No,n/a,"Ground based goat control services within the Tongariro District, Central North Island.",Awarded,"Agency name: Department of Conservation Agency address: 1 Mountain Road Ohakune 4625 Successful suppliers name: J Healey Feral Goat Control Limited Successful suppliers address: Peak Chartered Accountants Limited, 37 Miriama Street, Taumarunui, 3920, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429042186151 Description of the services or goods: Goat Culling Date the contract was awarded: 5th November 2019 Duration of the contract including any extension/renewal options: 18 months Expected spend under the contract (GST exclusive): $80,000 Type of procurement process: Closed tender",0,20250410 Department of Conservation,21562982,Request for Tenders,Closed Competition,Mintaro Hut Replacement,,20190910,20191021,20200225,,Sole Agency,No,n/a,"This RFT is intended to allow the successful suppliers from the ROI process to price and supply methodology for all phases of the hut construction, including demolition of the existing hut, timber frame construction and associated sub-trades, working at heights, and helicopter sling load work.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9640 Successful suppliers name: John Henderson Construction Ltd and Carpentry South Ltd Successful suppliers address: 394 Paradise Road, Glenorchy 9350 and 3 Oreti Street Gore Description of the services or goods: Construction Services for the construction of a new Mintaro Hut and associated infrastructure. Applicable tender codes: 22000000, 30000000, 72000000, 83000000 and 95000000 Date the contract was awarded: 1st February 2020 Duration of the contract (including any extensions): 24 Months Estimated cost of the procurement: $1M-$5M Type of procurement process: Two stage tender",0,20250410 Department of Conservation,21563587,Request for Tenders,Open Competition,Otaki Forks Camp Cooking Shelters,,20190911,20191017,20200128,,Sole Agency,No,n/a,Construction two 50m2 semi enclosed timber shelters on a concrete slab at the DOC Otaki Forks Camp Area.,Awarded,"Agency name: Department of Conservation Agency address: 28 North Street, Palmerston North 4410 Successful suppliers name: Buildmaster Ltd. (D.W. Dentice Buildmaster Ltd.) Successful suppliers address: 1 Jarden Mile, Ngauranga, Wellington PO Box 6056, Wellington Description of the services or goods: Construction Services for 2x Otaki Forks Camp Cooking Shelters Please provide all the applicable tender codes: 30000000 Date the contract was awarded: 16/12/2019 Duration of the contract (including any extensions): 5 weeks Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender",0,20250410 Department of Conservation,21578931,Request for Tenders,Open Competition,Lake Gault Track Upgrade,,20190916,20191023,20210507,,Sole Agency,No,n/a,Removal of an existing boardwalk from the Lake Matheson track and constructing approximately 200 metres of new track and upgrading the Lake Gault track to Walking Track standard.,Awarded,"Agency name: Department of Conservation Agency address: Main Road, Fox Glacier Successful suppliers name: WestReef Services Limited Successful suppliers address: 80 Russell Street, Westport Successful suppliers New Zealand Business Number (NZBN): 9429038625633 Description of the services or goods: Upgrade of Lake Gault Track Date the contract was awarded: 17.12.2019 Duration of the contract including any extension/renewal options: 16 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $413,649.83 Highest offer: $622,082.52",0,20250410 Department of Conservation,21709753,Request for Tenders,Open Competition,Casey Hut Construction,ESI-CAS01-2019,20191007,20191113,20200224,,Sole Agency,No,n/a,Construction of a new backcountry hut and associated out buildings in Arthurs' Pass National Park,Awarded,"Agency name: Department of Conservation Agency address: Grand Central Building, 161 Cashel St, Christchurch 8011 Successful suppliers name: A. J. Robson Builders Successful suppliers address: 413 Whites Road, RD2, Ohoka Description of the services or goods: Construction of 12 bunk backcountry hut Applicable tender codes: 72000000, 95000000 Date the contract was awarded: 19th February 2020 Duration of the contract (including any extensions): 3.5 months Estimated cost of the procurement: )$250K-$500K Type of procurement process: Open tender",0,20250410 Department of Conservation,21718717,Request for Quotations,Closed Competition,Tiakina Nga Manu - Te Kopia Aerial Pest Control Operation,,20191007,20191111,20200317,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Te Kopia area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 02/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21719857,Request for Quotations,Closed Competition,Tiakina Nga Manu - Parininihi Aerial Pest Control Operation,,20191007,20191111,20200317,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within Parininihi the area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 03/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21721705,Request for Quotations,Closed Competition,Tiakina Nga Manu - Hauraki - Southern Forests Aerial Pest Control Operation,,20191007,20191111,20200317,,Sole Agency,No,n/a,"his RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hauraki - Southern Forests area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21721875,Request for Quotations,Closed Competition,Tiakina Nga Manu - Waitaanga Plateau Aerial Pest Control Operation,,20191007,20191111,20200214,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waitaanga Plateau area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/02/2020 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21726483,Request for Quotations,Closed Competition,Tiakina Nga Manu - Heaphy Lowland Aerial Pest Control Operation,,20191007,20191111,20200131,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Heaphy Lowland area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 22/01/2020 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21730561,Request for Quotations,Closed Competition,Tiakina Nga Manu -Pirongia/Te Kauri Aerial Pest Control Operation,,20191007,20191111,20200214,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Pirongia/Te Kauri area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 10/02/2020 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21730624,Request for Quotations,Closed Competition,Tiakina Nga Manu - Hokonui Hills Aerial Pest Control Operation,,20191007,20191111,20200214,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hokonui Hills area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 03/02/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21730855,Request for Quotations,Closed Competition,Tiakina Nga Manu - Okarito Aerial Pest Control Operation,,20191007,20191111,20200131,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Okarito area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 22/01/2020 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21731260,Request for Quotations,Closed Competition,Tiakina Nga Manu -Takitimu Mountains Aerial Pest Control Operation,,20191007,20191111,20200131,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Takitimu Mountains area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/01/2020 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21743676,Request for Proposals,Open Competition,"Dolomite Point Redevelopment Final Design (Architectural, Engineering and Civil)",,20191009,20191122,20200228,,Sole Agency,No,n/a,"The Dolomite Point Redevelopment Project (DPRP) involves a significant uplift and modernisation of key visitor facilities/infrastructure and enhancement of visitor experience elements at Dolomite Point, Punakaiki, on the South Islands West Coast. The site is a key anchor for West Coast tourism and has become an iconic short-stop tourist destination on the back of the Pancake Rocks and associated blowholes, with 500,000 visitors experiencing the Pancake Rocks walkway annually. The investment recognises the importance of the site to the visitor economy of the West Coast and is being funded through the governments Provincial Growth Fund programme. The work at the site is being led by the Department of Conservation in close partnership with Ngati Waewae and other key agencies. The Department of Conservation is seeking to engage a supplier who will partner and collaborate closely and bring their full capability, capacity and innovation to the project in order to achieve an outstanding, thoughtful and enduring final design for Dolomite Point visitor infrastructure/facilities. The supplier will be responsible for developing integrated and high-quality final designs and advancing the current conceptual design through successive preliminary, developed and detailed design stages. The supplier will need to provide and lead a range of disciplines necessary to achieve this, including but not limited to, architecture, landscape architecture, geotechnical, civil, structural, traffic design and engineering, water and waste management inputs. The scope of the final design work includes the following aspects at Dolomite Point: o A new visitor Experience Centre; o Pedestrian crossing solution(s) (of the State Highway) and traffic management and calming measures of the same; o Vehicle parking (including design of smart parking technology); o Internal pedestrian and cycle access paths; o Pedestrian promenade and beautification between the existing precinct and the State Highway; o Toilet facilities and drinking water amenities; and o Overall landscaping.",Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street WESTPORT 7825 Successful suppliers name: Sheppard & Rout Architects Limited Successful suppliers address: BDO Christchurch Limited 287-293 Durham Street North CHRISTCHURCH 8013 Successful suppliers New Zealand Business Number (NZBN): 9429036066551 Description of the services or goods: Dolomite Point Redevelopment Project Final Design (Architectural, Engineering and Civils) Applicable tender codes: 72000000, 81000000, 83000000 and 95000000 Date the contract was awarded: 11th February 2020 Duration of the contract (including any extensions): 16 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $785,350.00 Highest offer (GST excl): $2,242,700.00",0,20250410 Department of Conservation,21757577,Request for Tenders,Open Competition,Kahurangi National Park and Abel Tasman National Park Goat Control 2019-2021,,20191011,20191119,20200303,,Sole Agency,No,n/a,The objective and scope of this procurement is to contract the Services of experienced hunters to eradicate feral goats in the Kahurangi and Abel Tasman National Parks during 2019-2021 (includes Department administered lands and adjoining private lands administered by Tasman Regional Council).,Awarded,"Agency name: Department of Conservation Agency address: Corner of High Street & King Edward Street PO Box 97 Motueka 7143 Successful suppliers name: Backcountry Contracting Limited Successful suppliers address: PKF Rutherfords Limited, 336 Broadway Avenue, Palmerston North, 4414 Description of the services or goods: Kahurangi National Park and Abel Tasman National Park Goat Control 2019-2021 Applicable tender codes: 70000000, 77000000 Date the contract was awarded: 1st March 2020 Duration of the contract (including any extensions: 2 years 4 months Estimated cost of the procurement: $100K-$250K Type of procurement process: Open tender",0,20250410 Department of Conservation,21777229,Award Notice,Open Competition,Auckland Island Bivvy Prototypes,,20181010,20181010,20191018,,Sole Agency,No,,"The construction of two flyable Bivvys (5 and 2 Bunk) to test design elements, functionality and logistical requirements.",Awarded,"Agency name: Department of Conservation Agency address: Level 7 CUE on Don Building, 33 Don street, Invercargill, 9810 Successful suppliers name: Don Hawinkels Builder Successful suppliers address: 62a Awamoa Road Holmes Hill Oamaru 9401 Description of the services or goods: The construction of two flyable Bivvys (5 and 2 Bunk) to test design elements, functionality and logistical requirements. Date the contract was awarded: 10/10/2018 Duration of the contract (including any extensions): 60 days Estimated cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification: Prototype",0,20250410 Department of Conservation,21804934,Request for Tenders,Open Competition,Gillespies Lagoon Boardwalk Upgrade,,20191021,20191127,20200914,,Sole Agency,No,n/a,Joining the two existing boardwalks at Gillespies Lagoon by building a 20 metre long boardwalk and viewing platform,Awarded,"Agency name: Department of Conservation Agency address: Main Road, Fox Glacier Successful suppliers name: Fulton Hogan Limited Successful suppliers address: 208 Main South Road, South Beach, Greymouth, 7840 Successful suppliers New Zealand Business Number (NZBN): 9429040318080 Description of the services or goods: Construct Boardwalk Please provide all the applicable tender codes: 72000000, 95000000 Date the contract was awarded: 20/05/2020 Duration of the contract (including any extensions): 25 weeks Expected spend under the contract (GST exclusive): $ 69,756.10 Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $69,756.10 Highest offer (GST excl): $120,746.92",0,20250410 Department of Conservation,21820419,Request for Quotations,Closed Competition,Tiakina Nga Manu -Pouiatoa - North Taranaki Aerial Pest Control Operation,,20191029,20191203,20200605,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Pouiatoa - North Taranaki area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 26/05/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21824773,Request for Quotations,Closed Competition,Tiakina Nga Manu - Tongariro Kiwi Sanctuary Aerial Pest Control Operation,,20191029,20191203,20200317,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Tongariro Kiwi Sanctuary area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 17/02/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21827801,Request for Quotations,Closed Competition,Tiakina Nga Manu - Aorere Aerial Pest Control Operation,,20191029,20191203,20200131,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Aorere area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/01/2020 Duration of the contract including any extension: 13 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21846509,Request for Quotations,Closed Competition,Tiakina Nga Manu - Orange Fronted Parakeet (OFP),,20191029,20191203,20200317,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Orange Fronted Parakeet (OFP) area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note the operation will only go ahead if rodent numbers reach their threshold.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 12/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21847712,Request for Quotations,Closed Competition,Tiakina Nga Manu - Matemateonga -Waitotara Aerial Pest Control Operation,,20191029,20191203,20200214,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Matemateonga - Waitotara area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 13/02/2020 Duration of the contract including any extension: 26 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,21898683,Request for Tenders,Closed Competition,Installation of three Alpine Toilets - Kepler and Milford Tracks,,20191107,20191213,20200323,,Sole Agency,No,n/a,"This tender is for the installation of three alpine toilets for the Department of Conservation at Forest Burn and Hanging Valley Emergency Shelters on the Kepler Tack and at Mackinnon Pass on the Milford Track. The toilets will be supplied fully assembled and ready for installation by Engineering Services Te Anau Ltd and available for pick up at the DOC workshop at Te Anau. In addition to the installtion, the scope of the work also includes the transportation of all materials and equipment, including the toilets, to the site and any and all associated site establishment, disestablishment and site remediation works.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9640 Successful suppliers name: John Henderson Construction Ltd Successful suppliers address: 394 Rees Valley Road, Glenorchy 9372 Successful suppliers New Zealand Business Number (NZBN): 9429036811083 Description of the services or goods: Installation of three alpine toilets Applicable tender code/s: 95000000 Date the contract was awarded: 19 March 2020 Duration of the contract (including any extensions): 12 months Type of procurement process: Closed tender If your procurement process was a tender, the lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $98,107 Highest offer (GST excl): $137,259 Exemption justification: N/A",0,20250410 Department of Conservation,21986965,Request for Proposals,Open Competition,Dolomite Point Redevelopment Environmental Investigations and Approvals,,20191127,20200122,20200525,,Sole Agency,No,n/a,"The Dolomite Point Redevelopment Project (DPRP) involves a significant uplift and modernisation of key visitor facilities/infrastructure and enhancement of visitor experience elements at Dolomite Point, Punakaiki, on the South Islands West Coast. The site is a key anchor for West Coast tourism and has become an iconic short-stop tourist destination on the back of the Pancake Rocks and associated blowholes, with 500,000 visitors experiencing the Pancake Rocks walkway annually. The investment recognises the importance of the site to the visitor economy of the West Coast and is being funded through the governments Provincial Growth Fund programme. The work at the site is being led by the Department of Conservation in close partnership with Ngati Waewae and other key agencies. The Department of Conservation is seeking to engage a supplier to lead and develop an integrated environmental investigations and approvals (EI&A) package for the project. The project is currently at a conceptual design stage and proposals have been called for to progress the projects current Concept Plan through to a final design. The supplier will be responsible for any environmental investigations necessary to establish the values and effects at the site and of the project; preparation and submission of regulatory approvals (including an AEE and supporting studies); and any hearings, legal services and other approval-related processes required. The supplier will need to provide a range of disciplines and inputs which may include, but not be limited to, archaeological assessment; cultural impact assessment; ecological surveying; hydrological studies; karst assessment; landscape assessment; lighting assessment; and Resource Management Act planning and consent acquisition, to ensure a comprehensive and robust EI&A package is achieved. The scope of the redevelopment work includes the following key elements at Dolomite Point: o A new visitor Experience Centre; o Pedestrian crossing solution(s) (of the State Highway) and traffic management and calming measures o Vehicle parking o Internal pedestrian and cycle access paths; o Pedestrian promenade and beautification between the existing precinct and the State Highway; o Toilet facilities and drinking water amenities; and o Overall landscaping o Walking track and viewing platform at rear of the precinct o Powerline burial",Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, WESTPORT 7825 Successful suppliers name: Boffa Miskell Limited Successful suppliers address: 141 Cambridge Terrace, Christchurch 8013 Successful suppliers New Zealand Business Number (NZBN): 9429039845603 Description of the services or goods: Dolomite Point Redevelopment Project Environmental Investigations and Approvals Applicable tender codes: 77000000, 80000000 and 83000000 Date the contract was awarded: 17/04/2020 Duration of the contract (including any extensions): 14 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $183,250 Highest offer (GST excl): $473,000",0,20250410 Department of Conservation,22030101,Request for Proposals,Open Competition,Planning for stakeholder engagement in assessing recreational fisheries bycatch of protected species,BCBC2019-07c,20191206,20200121,20200420,,Sole Agency,No,N/A - Electronic copies via GETS only,"New Zealand has a rich diversity of marine animals. Many species are under threat from environmental and anthropogenic pressures, of which unintended fisheries bycatch is currently recognised as one of the greatest threats to marine biodiversity. Quantification of bycatch in commercial fisheries has received extensive research effort in recent years, however, the nature and extent of recreational fishing pressures on protected marine species is not well understood. Annually, around 350,000 New Zealanders participate in recreational fishing, providing significant opportunity for interactions between fishers and protected marine species, yet little data is available identifying species caught, nor the fate of the animals. This shortfall in data is partly due to the logistical difficulty in surveying recreational fishers and obtaining reliable data. This project forms a part of the Departments Biodiversity Contingency Business Case (BCBC). The scope of required services is to develop a consultation process suitable for use in stakeholder engagement for future assessment of protected species recreational fisheries bycatch. Stakeholders are defined as: individuals, organisations, and/or communities that have an interest in research processes and outcomes. Out of scope is engagement with the recreational fishing sector to mitigate bycatch. Therefore, the objective of this social science project is to conduct a desktop study to recommend a suitable planning process for recreational fisheries stakeholder engagement.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: SenateSHJ Successful suppliers address: 203-209 Willis Street, Te Aro, Wellington 6011 Description of the services or goods: Planning for stakeholder engagement in assessment of recreational fisheries bycatch of marine protected species Applicable tender code/s: 77000000 Date the contract was awarded: 19/03/2020 Duration of the contract (including any extensions): 1 year Estimated cost of the procurement: $10K-$50K Type of procurement process: Open tender",0,20250410 Department of Conservation,22038184,Request for Proposals,Open Competition,Oparara Arches - Consultancy Services December 2019,,20191204,20200203,20200514,,Sole Agency,No,N/A - electronic submissions via GETS only,"The Department of Conservation is seeking roading safety design and geotechnical assessment of the Oparara Basin in the Kahurangi National Park. As part of the Oparara Arches project, the Department of Conservation requires the design of the Oparara access road safety upgrade and geotechnical assessment of the road and tracks (including rockfall assessment).",Awarded,"Agency name: Department of Conservation Agency address: 18 32 Manners St | PO Box 10 420, Wellington 6143 Successful suppliers name: WSP New Zealand Successful suppliers address: Level 9, Majestic Centre, 100 Willis Street, Wellington, 6011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429039194640 Description of the services or goods: Roading safety design and geotechnical assessment of the Oparara Basin in the Kahurangi National Park Applicable tender code/s: 81000000 Date the contract was awarded: 19/04/2020 Duration of the contract (including any extensions): 3.5 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $318,850.00 Highest offer (GST excl): $469,650.00",0,20250410 Department of Conservation,22062609,Request for Tenders,Open Competition,Waitonga Falls Structure Upgrades,CNI-0-255,20191209,20200210,20201116,,Sole Agency,No,N/A - electronic submissions via GETS only,"Demolition of existing 318m long board walk and replacement with a new board walk, demolition of existing gantry staircase and replacement, re-level existing gantry bridge and build retaining wall, Waitonga falls track, Tongariro National Park.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo 3330 Successful suppliers name: Keir Landscaping Limited Successful suppliers address: PO Box 321, Te Awamutu, 3840 Successful suppliers New Zealand Business Number (NZBN) if they have one: 9429046151650 Description of the services or goods: Demolition of existing 318m long board walk and replacement with a new board walk, demolition of existing gantry staircase and replacement, re-level existing gantry bridge and build retaining wall, Waitonga falls track. Please provide all the applicable tender codes 30000000, 95000000, 83000000 Duration of the contract (including any extensions): 8 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $212,230.00 Highest offer (GST excl): $284,831.51",0,20250410 Department of Conservation,22125562,Request for Tenders,Open Competition,Haast Tokoeka Sanctuary - Landscape Scale Trapping Program,,20191220,20200205,20200914,,Sole Agency,No,N/A - electronic submissions only via GETS,"The scope of the tender covers the Services required to preserve the reliability of a landscape scale stoat trapping network. Maintenance of the trap networks will assist with growing populations of Haast Tokoeka (kiwi) and rock wren. Please note: The Department will respond to any questions asked during the period Friday, 20th of December 2019 to Monday, 6th of January 2020 when the Department reopens following the Christmas break on Monday, 6th of January 2020.",Awarded,"Agency name: Department of Conservation Agency address: Corner Jackson Bay Road & SH6 Successful suppliers name: Haast Trappers Successful suppliers address: 24 Pauareka Road, Haast Successful suppliers New Zealand Business Number (NZBN): N/A Description of the services or goods: Trapping services for the Haast Kiwi Sanctuary Please provide all the applicable products and services code/s: 70000000, 77000000 Date the contract was awarded (being the date DOC signed the contract): 15/08/2020 Duration of the contract (including any extensions): 3 years + optional extension of 18 months (subsequently amended) Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $197,925.00 Highest offer (GST excl): $332,366.71",0,20250410 Department of Conservation,22125804,Request for Quotations,Closed Competition,Tiakina Nga Manu - Roaring Meg Aerial Pest Control Operation,,20191224,20200205,20200317,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Roaring Meg area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 12/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22125944,Request for Quotations,Closed Competition,Tiakina Nga Manu - Waikaia Aerial Pest Control Operation,,20191224,20200205,20200605,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waikaia area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22126147,Request for Quotations,Closed Competition,Tiakina Nga Manu - Rotoehu Aerial Pest Control Operation,,20191224,20200205,20200605,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Rotoehu area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22126302,Request for Quotations,Closed Competition,Tiakina Nga Manu - St Arnaud Aerial Pest Control Operation,,20191224,20200205,20200317,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the St Arnaud area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 12/03/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22129528,Request for Quotations,Closed Competition,Tiakina Nga Manu - Warawara Forest - Aerial Pest Control Operation,,20191224,20200205,20200317,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Warawara Forest area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,No responses received,0,20250410 Department of Conservation,22130180,Request for Quotations,Closed Competition,Wilding Conifer Control for Molesworth 2019-2020,,20191223,20200116,20200331,,Sole Agency,No,N/A - electronic submissions via GETS only,Helicopter operators are required to provide aerial lance and boom spraying services to reduce the population of wild conifers on the Molesworth reserve.,Not Awarded,"Secondary procurement, no contract award notice required.",0,20250410 Department of Conservation,22131191,Award Notice,Open Competition,Tracking Tunnel and Trap Servicing,,20190902,20190902,20191224,,Sole Agency,No,,"Tracking Tunnel and Trap Servicing Various Sites, Fiordland National Park",Awarded,"Agency name: Department of Conservation Agency address: Lakefront Drive, Te Anau 9600 Successful suppliers name: Withheld for security reasons Description of the services or goods: Tracking Tunnel and Trap Servicing Various Sites, Fiordland National Park Date the contract was awarded: 02 September 2019 Duration of the contract (including any extensions): 12 Months Estimated cost of the procurement: $250K-$500K Type of procurement process: Selective procurement (sole source) Exemption justification: One supplier",0,20250410 Department of Conservation,22131208,Award Notice,Open Competition,Tracking Tunnel Servicing,,20190902,20190902,20191224,,Sole Agency,No,,"Tracking Tunnel Servicing Various Sites, Fiordland National Park",Awarded,"Agency name: Department of Conservation Agency address: Lakefront Drive, Te Anau 9600 Successful suppliers name: Withheld for security reasons Description of the services or goods: Tracking Tunnel Servicing Various Sites, Fiordland National Park Date the contract was awarded: 02 September 2019 Duration of the contract (including any extensions): 12 Months Estimated cost of the procurement: $100K-$250K Type of procurement process: Selective procurement (sole source) Exemption justification: One supplier",0,20250410 Department of Conservation,22157458,Request for Proposals,Open Competition,Dolomite Point Redevelopment Final Design (Visitor Experience),,20200114,20200220,20200525,,Sole Agency,No,N/A - electronic submissions via GETS only,"The Dolomite Point Redevelopment Project (DPRP) involves a significant uplift and modernisation of key visitor facilities/infrastructure and enhancement of visitor experience elements at Dolomite Point, Punakaiki, on the South Islands West Coast. The site is a key anchor for West Coast tourism and has become an iconic short-stop tourist destination on the back of the Pancake Rocks and associated blowholes, with 500,000 visitors experiencing the Pancake Rocks walkway annually. The investment recognises the importance of the site to the visitor economy of the West Coast and is being funded through the governments Provincial Growth Fund programme. The work at the site is being led by the Department of Conservation in close partnership with Ngati Waewae and other key agencies. The Department of Conservation is seeking to engage a supplier to develop and provide a final design for the elements that contribute to an outstanding and compelling visitor experience at Dolomite Point. Whilst the main interpretive content is expected to be housed inside a proposed new Experience Centre, it may be that visitor experience design indicates the need for elements to also exist outside the Experience Centre and within the wider Dolomite Point visitor precinct. The intent of the Final Design (Visitor Experience) package of work is to create and deliver a visitor experience that will deepen visitor immersion, understanding and satisfaction and enhance the regions competitiveness in tourism. Notably, enriching the visitor experience is expected to retain visitor interest for longer, increasing the length and value of stay, yield for local businesses and economic impact. Dolomite Point and indeed wider Punakaiki is a unique sensitive natural environment that draws visitors to the site/area, so sharing the areas story is a central aspect of this project. The supplier will be expected to work closely with the supplier appointed for the Final Design (Architecture, Engineering & Civils) to ensure the visitor experience informs and is supported by the Experience Centre design, and vice versa.",Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, WESTPORT 7825 Successful suppliers name: The Gibson Group Limited Successful suppliers address: 78 Victoria Street, Wellington 6011 Successful suppliers New Zealand Business Number (NZBN): 9429040813639 Description of the services or goods: Dolomite Point Redevelopment Project Final Design (Visitor Experience) Applicable tender codes: 77000000, 80000000, 82000000 and 83000000 Date the contract was awarded: 17/04/2020 Duration of the contract (including any extensions): 9 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $240,000 Highest offer (GST excl): $348,510",0,20250410 Department of Conservation,22230625,Award Notice,Open Competition,Payroll and HRIS services,,20200129,20200129,20200129,,Sole Agency,No,,"Provision of hosting payroll, human resources, timefiler, self service, ad hoc reporting, and other related HRIS services.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington Successful suppliers name: Fusion5 Limited Successful suppliers address: Level 6, 276 Lambton Quay, Wellington Description of the services or goods: Provision of hosting payroll, human resources, timefiler, self service, ad hoc reporting, and other related HRIS services. Applicable tender codes: 80000000 Date the contract was awarded: 23 December 2019 Duration of the contract (including any extensions): Six years Estimated cost of the procurement: $1M-$5M Type of procurement process: Selective procurement (sole source) Exemption justification: Government Procurement Rule 14.9.d Additional goods, services or work: Goods, services or works additional to the original requirements that are necessary for complete delivery.",0,20250410 Department of Conservation,22230705,Award Notice,Open Competition,Franz Josef Glacier Access Road causeway,,20191220,20191220,20200320,,Sole Agency,No,,Repair of Franz Josef Glacier Access Road causeway riprap.,Awarded,"Agency name: Department of Conservation Agency address: 69 Cron Street, Franz Josef Successful suppliers name: Westroads Ltd Successful suppliers address: 267 Kaniere Road, Kaniere Description of the services or goods: Repair of Franz Josef Glacier Access Road causeway riprap. Applicable tender code/s: 95000000 Date the contract was awarded: 20/12/2019 Duration of the contract (including any extensions): 14 weeks Estimated cost of the procurement: $1M-$5M Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency Procurement as per rule 14.9a of the Government Procurement Rules. The Waiho River has undermined the existing rockwork protecting the Franz Josef Glacier Access Road, and a robust repair with quarried rock is urgent to prevent damage to the road and loss of road access to the Glacier.",0,20250410 Department of Conservation,22410233,Request for Tenders,Closed Competition,Temporary Traffic Management Advice,,20200311,20200518,20200929,,Sole Agency,No,N/A - electronic submissions via GETS only,"The Department of Conservation is seeking a supplier to provide the following services over three years from May 2020: The review and provision of advice on Temporary Traffic Management Plans (TTMPs) and other requests for consent for corridor access submitted to the Department. On-going advice to DOC staff for the preparation of traffic management plans and requests for consent to work on roads. Advice to the Department for improving the Departments practices for managing work in / adjacent to roads.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street Wellington 6011 Successful suppliers name: WSP New Zealand Limited Successful suppliers address: 9th Floor, Majestic Centre, 100 Willis Street, Wellington, 6011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429039194640 Description of the services or goods: The review and provision of advice on Temporary Traffic Management Plans (TTMPs) and other requests for consent for corridor access submitted to the Department. Date the contract was awarded: 29th September 2020 Duration of the contract including any extension/renewal options: 3 years Expected spend under the contract (GST exclusive): $75,000 Type of procurement process: Closed tender",0,20250410 Department of Conservation,22424278,Request for Tenders,Open Competition,Silica Rapids Boardwalk Replacement,CNI-0-291,20200316,20200618,20200813,,Sole Agency,No,N/A - electronic submissions via GETS only,"Demolition & rebuild of 3 sections of boardwalk (total of 163m long in total) located on the Upper and Lower Silica Rapids walk , Tongariro National Park",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo 3330 Successful suppliers name: Keir Landscaping Limited Successful suppliers address: PO Box 321, Te Awamutu, 3840 Successful suppliers New Zealand Business Number: 9429046151650 Description of the services or goods: Demolition & rebuild of 3 sections of boardwalk (total of 163m long in total) located on the Upper and Lower Silica Rapids walk, Tongariro National Park Applicable products and services codes: 30000000, 95000000, 83000000 Date the contract was awarded: 12/08/2020 Duration of the contract (including any extensions): 3 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 58,746.00 Highest offer (GST excl): $92,745.96",0,20250410 Department of Conservation,22469986,Award Notice,Open Competition,Construction of Fox Southside Walking/Cycle Track,,20190922,20190922,20200320,,Sole Agency,No,,Construction of Fox Southside Walking/Cycle Track,Awarded,"Agency name: Department of Conservation Agency address: 69 Cron Street, Franz Josef Successful suppliers name: Westroads Ltd Successful suppliers address: 267 Kaniere Road, Kaniere Successful suppliers New Zealand Business Number (NZBN): 9429038655081 Description of the services or goods: Construction of Fox Southside Walking/Cycle Track. Applicable tender codes: 95000000 Date the contract was awarded: 22/09/2019 Duration of the contract (including any extensions): 14 weeks Expected spend under the contract (GST exclusive): $ 225,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency Procurement as per rule 14.9a of the Government Procurement Rules. A significant rainfall event on 26th March destroyed the Fox Glacier North Access Road the only ground access to Fox Glacier, and this road is not intending to be reinstated in the short term. The Fox South Side Road, which leads to a Glacier viewpoint, was also seriously damaged so that walking access only is available. The current walking access is in very close proximity to the unstable and eroded landslips which breach the road. Visitors to Fox Glacier are relying on the South Road as access to a Glacier view, and thus a safe walking/cycletrack must be provided in time for the 2019 Summer season to ensure there are no visitor safety incidents related to the unstable slips.",0,20250410 Department of Conservation,22470180,Award Notice,Open Competition,Construction of Fox Southside Carpark,,20191120,20191120,20200320,,Sole Agency,No,,Construction of Fox Southside Carpark,Awarded,"Agency name: Department of Conservation Agency address: 69 Cron Street, Franz Josef Successful suppliers name: Westroads Ltd Successful suppliers address: 267 Kaniere Road, Kaniere Successful suppliers New Zealand Business Number (NZBN): 9429038655081 Description of the services or goods: Construction of Fox Southside Carpark Applicable tender code/s: 95000000 Date the contract was awarded: 20/11/2019 Duration of the contract (including any extensions): 6 weeks Expected spend under the contract (GST exclusive): $ 250,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency Procurement as per rule 14.9a of the Government Procurement Rules. A significant rainfall event on 26th March destroyed the Fox Glacier North Access Road the only ground access to Fox Glacier, and this road is not intending to be reinstated in the short term. The Fox South Side Road, which leads to a Glacier viewpoint, was also seriously damaged so that walking access only is available. The current walking access is being realigned to provide a safe walking/cycle track in time for the 2019 Summer season. This realignment work has been exempted from open competition. The provision of enough safe carparking complements, and is needed for, the realigned access track. The carparking and the already-exempted track work both reflect emergency procurements arising from the March flood. The safe carparking needs to be completed in time for the realigned tracks 2019 summer season opening.",0,20250410 Department of Conservation,22475647,Award Notice,Open Competition,Chatham Island Taiko Protection and Monitoring,,20190710,20190710,20200323,,Sole Agency,No,,Chatham Islands Taiko Protection and Monitoring,Awarded,"Agency name: Department of Conservation Agency address: Chatham Island District Successful suppliers name: Chatham Islands Taiko Trust Successful suppliers address: North Rd, Chatham Islands Description of the services or goods: Chatham Islands Taiko Protection and Monitoring Applicable tender code/s: 70000000 Date the contract was awarded: 10th July 2019 Duration of the contract: 3 years Estimated cost of the procurement: $680,000 Type of procurement process: Selective procurement (sole source) Exemption justification: An exemption from open tendering was approved under Government Procurement Rule 14.9c (i) for technical reasons there is no real competition.",0,20250410 Department of Conservation,22556979,Request for Tenders,Open Competition,Lake Matheson Walkway/Cycleway Construction,,20200420,20200518,20210610,,Sole Agency,No,N/A - Electronic submissions only,"Construction of a dual use walkway/cycleway beside Cook Flat Road and Lake Matheson Roads. Includes drainage, wooden edging and gravel surface.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika 7810 Successful suppliers name: Westroads Limited Successful suppliers address: 267 Kaniere Road, Hokitika Successful suppliers New Zealand Business Number (NZBN): 9429038655081 Description of the services or goods: Construction of a dual use walkway/cycleway from the end of the existing footpath on Cook Flat Road to the Lake Matheson carpark on Lake Matheson Road at Fox Glacier. Date the contract was awarded: 27/8/2020 Duration of the contract including any extension/renewal options: Nine months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $296,866.67 Highest offer: $479,054.35",0,20250410 Department of Conservation,22585431,Request for Quotations,Closed Competition,Oparara Arches Track Early Works,,20200429,20200522,20200630,,Sole Agency,No,N/A - electronic submissions via GETS only,This contract is for the construction of early track upgrades on Oparara Arch track (no structures) in the Kahurangi National Park.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street Wellington 6143 Successful suppliers name: WestReef Services Ltd Successful suppliers address: 80 Russell Street, Westport Successful suppliers New Zealand Business Number (NZBN): 9429038625633 Description of the services or goods: Construction of early track upgrades on Oparara Arch track (no structures) in the Kahurangi National Park Date the contract was awarded (being the date DOC signed the contract): 30 June 2020 Duration of the contract including any extension/renewal options: 8 weeks Type of procurement process: Closed tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $126,667.24, Highest offer (GST excl): $218,680.67",0,20250410 Department of Conservation,22651570,Request for Tenders,Open Competition,Kauaeranga Valley Road End Suspension Bridge Replacement,,20200515,20200623,20201211,,Sole Agency,No,N/A - electronic submissions via GETS only,The Department of Conservation is seeking a suitably qualified and experienced contractor(s) to construct a new 34m suspension bridge across the Kauaeranga River. The bridge will replace the existing Kauaeranga Valley Road End suspension bridge.,Awarded,"Agency name: Department of Conservation Agency address: Level 4, 73 Rostrevor Street, Hamilton, 3240 Successful suppliers name: Abseil Access Limited Successful suppliers address: 15 Bute Street, Te Aro, Wellington, 6011 Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Kauaeranga Valley Road End Suspension Bridge Applicable products and services codes: 30000000, 72000000, 95000000 Date the contract was awarded: 14 September 2020 Duration of the contract including any extension/renewal options: 12 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $119,400 Highest offer (GST excl): $250,712.40",0,20250410 Department of Conservation,22656607,Award Notice,Open Competition,LUCAS Vegetation Monitoring EDC Hardware Hosting and Support Contract,,20200301,20200301,20200514,,Sole Agency,No,,LUCAS Vegetation Monitoring EDC Hardware Hosting and Support: Provision of a Managed Service for in-field electronic data capture (EDC) of vegetation data collected by the Department of Conservation (DOC) for the Ministry for the Environment (MfE) Land Use and Carbon Analysis System (LUCAS) programme.,Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington 6011 Successful suppliers name: Interpine Group Limited Successful suppliers address: 99 Sala Street, Rotorua Successful suppliers New Zealand Business Number (NZBN): 9429031406000 Description of the services or goods: LUCAS Vegetation Monitoring EDC Hardware Hosting and Support: Provision of a Managed Service for in-field electronic data capture (EDC) of vegetation data collected by the Department of Conservation (DOC) for the Ministry for the Environment (MfE) Land Use and Carbon Analysis System (LUCAS) programme. Date the contract was awarded: 1 March 2020 Duration of the contract (including any extensions): 3 years Expected spend under the contract (GST exclusive): $734,266 Type of procurement process: Selective procurement (sole source) Exemption justification: Exemption granted under rule 14.9(c): Only one supplier. For technical reasons there is no real competition. Interpine Forestry Innovation (IPI) were found to be the only provider with a fit-for-purpose solution that meets requirements.",0,20250410 Department of Conservation,22714032,Request for Quotations,Closed Competition,Southern Waingaro Hakarimata Track Upgrade Stage 2,,20200522,20200619,20210521,,Sole Agency,No,N/A electronic submissions through GETS only,The Department of Conservation is seeking quotations from experienced suppliers for the upgrade of 1.2km length of aggregate walking track including the installation of drainage and boxed steps.,Awarded,"Agency name: Department of Conservation Agency address: Level 4, 73 Rostrevor Street, Hamilton, 3240 Successful suppliers name: Walkway Solutions Ltd Successful suppliers address: 127 Ngati Maru Highway, RD1 Thames 3578 Successful suppliers New Zealand Business Number (NZBN): 9429034383155 Description of the services or goods: Southern Hakarimata Waingaro Track Upgrade Stage 2 Date the contract was awarded: 27/01/2021 Duration of the contract including any extension/renewal options: 02/02/2021 30/ 04/2021 Expected spend under the contract (GST exclusive): $285,955.59 Type of procurement process: Secondary Procurement Process",0,20250410 Department of Conservation,22724845,Award Notice,Open Competition,Hooker Hut relocation and reconstruction,,20200113,20200113,20200525,,Sole Agency,No,,Hooker Hut relocation and reconstruction,Awarded,"Agency name: Department of Conservation Agency address: 42 Dunstan Road, Alexandra Successful suppliers name: Recreation Construction Limited Successful suppliers address: 7HRD Hilderthorpe Road, Oamaru Successful suppliers New Zealand Business Number (NZBN): 9429035303572 Description of the services or goods: Hooker Hut relocation and reconstruction Date the contract was awarded: 13/01/2020 Duration of the contract (including any extensions): 24 months Expected spend under the contract (GST exclusive): $ 250,234.88 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c)(i). Only one supplier: for technical reasons there is no real competition.",0,20250410 Department of Conservation,22756983,Request for Proposals,Open Competition,"Towards Thriving Kaimai-Mamaku Forests, Hapu Engagement and Animal Pest Control, Project Management",,20200608,20200713,20210215,,Sole Agency,No,N/A - electronic submissions via GETS only,"The Department is looking for an experienced Project or Programme Manager with good relationships among iwi and hapu around the Kaimai Mamaku Ranges to help lead, plan, develop and manage the delivery of a five-year programme, as the start of a much longer programme life. This kaupapa, Towards Thriving Kaimai Mamaku Forests, will involve identifying and engaging / resourcing / supporting hapu and local communities to establish or grow social licence for biodiversity work including animal pest control. It will also see an immediate doubling of agency-funded animal pest control where social licence to operate exists, and a ramping up of monitoring and communication efforts. The work is supported through funding and governance from a Project Governance Group made up of; the Department, Bay of Plenty Regional Council (BOPRC), Waikato Regional Council (WRC) and the Manaaki Kaimai-Mamaku Trust (MKMT), while recognising that a co-decision making relationship between the Crown and Mana Whenua underpins the future management of public conservation land.",Awarded,"Agency name: Department of Conservation Agency address: 253 Chadwick Road, Greerton, Tauranga Successful suppliers name: Timothy Day T/A Tim Day Business, Day in the Bush Successful suppliers address: 1104 Kaharoa Road, RD6 Kaharoa, Rotorua 3096 Successful suppliers New Zealand Business Number (NZBN): 9429044019198 Description of the services or goods: Project Management Animal Pest Control and Hapu engagement Date the contract was awarded: 17th August 2020 Duration of the contract including any extension/renewal options: 5 years (One year plus two rights of renewal at two years each) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $100,000 Highest offer: $195,606",0,20250410 Department of Conservation,22782891,Request for Proposals,Open Competition,Central Otago Weed Control 2020-2023,,20200608,20200724,20201116,,Sole Agency,No,N/A - electronic submissions through GETS only,"The Department of Conservation wish to engage the services of up to two suppliers to undertake ground based control of weeds on Public Conservation Land in the Central Otago District for the period September 2020 to August 2023. Service provision includes: Vegetation control on the Otago Central Rail Trail by spraying the trail surface and surrounds. Woody weed control at various sites on public conservation land in the Central Otago district Service provision excludes: Other services on Otago Central Rail Trail e.g. mowing, surface maintenance Provision of agrichemicals",Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra 9320 Successful suppliers name: Whitestone Contracting Ltd Successful suppliers address: 185 Oamaru-Alma Road, Oamaru 9491 Successful suppliers New Zealand Business Number: 9429038978432 Description of the services or goods: 1) Surface spray of Otago Central Rail Trail and associated carparks, 2) Noxious weed spray with hose and gun, on Public Conservation Land in the Central Otago District Applicable products and services codes: 70000000, 77000000 Date the contract was awarded: 17 September 2020 Duration of the contract (including any extensions): 3 years plus possible 2 year extension Type of procurement process: Open tender The lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 168,000 Highest offer (GST excl): $300,000",0,20250410 Department of Conservation,22785124,Request for Proposals,Open Competition,Panel of Suppliers to provide Monitoring Services,,20200608,20200714,20200914,,Sole Agency,No,N/A - electronic submissions via GETS only,"The Director-General of the Department of Conservation (the Department) is seeking Proposals to identify suppliers to supply the Pest Monitoring Services described in Section 3 of the Request for Proposal (RFP). The suppliers that are finally selected as result of this tender will become members of the Pest Monitoring Services Panel under a contract that will have an initial term that expires on 9 August 2030, with one potential extension of two years, at the Departments sole discretion.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Te Aro, Wellington Successful suppliers name: Absolute Adventure Limited Back Country Enterprises E3Scientific Limited Excell (Downer New Zealand Limited) GS Hill and KA Edge TA Edge Effect Godfrey Pest Management Limited Guided Wellness Limited T/A Red Admiral Ecology Huntsman Limited Kiwicentric 2018 Limited Kumanu Environmental (a division of Nelmac Limited) LC Sparks & KE Littleford T/A LC Sparks Consulting Mainly Fauna Limited Mammalian Corrections Unit Limited MBC Environmental Limited Qualmons Limited Rogue Weka Partnership Southern Monitoring Services Summit Contracting Limited Te Ngahere (2009) Limited The Forest Rangers 2005 Limited Trap and Trigger Limited Tree Scape Limited Wildland Consultants Limited Description of the services or goods: Panel of suppliers to deliver widespread pest monitoring operations throughout New Zealand Date the contract was awarded: 14/09/2020 Duration of the contract including any extension/renewal options: Ten years with one right of renewal of two years (10 + 2) Expected spend under the contract (GST exclusive): Estimated panel spend of $9.7 million Type of procurement process: Open tender",0,20250410 Department of Conservation,22785210,Request for Tenders,Open Competition,"Demolition and Construction of Workshop, Westport",WSI-0-196,20200609,20200722,20201102,,Sole Agency,No,N/A - electronic submissions via GETS only,"This tender is for the demolition and removal of the Department of Conservation's Westport workshop and the construction of a new Shed Boss designed workshop. The tender includes the supply and construction of the Shed Boss kitset on the existing concrete slab from which the old shed is to be demolished. The tender also includes the construction of a mezzanine floor, new timber framed stairs, drying room and fire rating systems.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful suppliers name: Scope Group Limited Successful suppliers address: 124 Mt Thomas Road, Rangiora, Christchurch Successful suppliers New Zealand Business Number (NZBN) if they have one: 9429033718392 Description of the services or goods: Demolition and construction of new workshop building for the Department of Conservation Westport office. Applicable products and services codes: 72000000, 95000000 Date the contract was awarded: 22/10/2020 Duration of the contract (including any extensions): 10 weeks Expected spend under the contract (GST exclusive): $ 211,177.61 Type of procurement process: Open tender",0,20250410 Department of Conservation,22792548,Request for Proposals,Open Competition,Meeting Room Services,,20200609,20200723,20210806,,Sole Agency,No,N/A - electronic submissions via GETS only,"The Director-General of the Department of Conservation (the Department) is seeking Proposals for supply of Meeting Room Services under an as a service model. The Department is seeking to reduce its travel costs and associated carbon emissions, and to enable business interactions that have been and will continue to be affected by the COVID-19 pandemic response and the new ways of working that have resulted. A key enabler for the Department in achieving that goal is increasing the use of video and audio conference facilities. The objective of this procurement is to identify and engage a supplier who can supply, implement, support and maintain a solution for video conferencing, under an as a service commercial model, that makes video conferencing more accessible, and that is reliable and is easy to use.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St | PO Box 10 420, Wellington 6143 Successful suppliers name: NTT New Zealand Limited Successful suppliers address: Level 15 NTT Tower, 157 Lambton Quay, Wellington 6011 Successful suppliers New Zealand Business Number (NZBN): 9429038302794 Description of the services or goods: Meeting Room Services Date the contract was awarded: 3 August 2021 Duration of the contract including any extension/renewal options: 3 Years Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $2,822,399 Highest offer: $4,358,126",0,20250410 Department of Conservation,22801370,Request for Quotations,Closed Competition,Tiakina Nga Manu - Mokaihaha Aerial Pest Control Operation,,20200610,20200715,20201216,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mokaihaha Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 12/12/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22801513,Request for Quotations,Closed Competition,Tiakina Nga Manu - Papakai Ecological Area Aerial Pest Control Operation,,20200610,20200715,20210303,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Papakai Ecological Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 01/03/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22801747,Request for Quotations,Closed Competition,Tiakina Nga Manu - Tennyson Inlet Aerial Pest Control Operation,,20200610,20200715,20200916,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Tennyson Inlet area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of a robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 21/08/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22802395,Request for Quotations,Closed Competition,Tiakina Nga Manu - Moehau Aerial Pest Control Operation,,20200610,20200715,20210315,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Moehau Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 09/03/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22802442,Request for Tenders,Open Competition,"Construction of Giants Gate Bridge, MIlford Track, & Twin Bridge, Routeburn Track, Fiordland",,20200612,20200723,20200925,,Sole Agency,No,N/A - electronic submissions via GETS only,The Department of Conservation is seeking tenders for the construction of two pedestrian suspension bridges located within the Fiordland National Park; The 52m span Giants Gate Suspension Bridge located on the Milford Track Great Walk and the 27m span Twin Suspension Bridge located on the Routeburn Track Great Walk. The Department is seeking tenderers that can undertake and complete the construction of these bridges on or before the 27th October 2020. The Tenderers may submit prices for either of the two bridges or both.,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful suppliers name: Abseil Access Limited Successful suppliers address: 15 Bute Street, Te Aro, Wellington 6011 Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Supply and construction of two pedestrian suspension bridges located within the Fiordland National Park; The 52m span Giants Gate Suspension Bridge located on the Milford Track Great Walk and the 27m span Twin Suspension Bridge located on the Routeburn Track Great Walk. Applicable products and services codes: 30000000, 72000000, 95000000 Date the contract was awarded: 20/08/2020 Duration of the contract (including any extensions): 10 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Giants Gate Suspension Bridge Lowest offer (GST excl): $119,664.84 Highest offer (GST excl): $363,481.53 Twin Suspension Bridge Lowest offer (GST excl): $74,239.52 Highest offer (GST excl): $241,101.85",0,20250410 Department of Conservation,22802462,Request for Quotations,Closed Competition,Tiakina Nga Manu - Otahu Ecological Area Aerial Pest Control Operation,,20200610,20200715,20210125,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Otahu Ecological Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 01/12/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22802536,Request for Quotations,Closed Competition,Tiakina Nga Manu - Rangitoto Aerial Pest Control Operation,,20200610,20200715,20210303,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Rangitoto Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 10/02/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,22826864,Request for Quotations,Closed Competition,Taranaki Crossing Visitor Experience Master Plan,,20200615,20200702,20200808,,Sole Agency,No,N/A - electronic submissions via GETS only,"This RFQ is for a consultant to develop a master plan and design brief for the Taranaki Crossing visitor experience. The Taranaki Crossing project will upgrade tracks on Taranaki Maunga, replace the Pouakai Hut and build a bridge across Manganui Gorge. Once complete, the Crossing will be a world-class visitor attraction that can be experienced as a series of short or day walks, or a multi-day tramp. The project is funded by the Provincial Growth Fund and is jointly overseen by DOC, MBIE, Nga Iwi o Taranaki and Tapuae Roa. A master plan that outlines the vision, outcomes and principles for the experience is needed. This will feed into detailed design of the visitor experience at a later date.",Awarded,"Agency name: Department of Conservation Agency address: 55a Rimu Street, New Plymouth Successful suppliers name: Shades of Green Limited Successful suppliers address: 184 Mount Cargill Road, RD 2, Waitati 9085 Successful suppliers New Zealand Business Number (NZBN): 9429036630615 Description of the services or goods: To develop a visitor experience master plan, which will inform later detailed design and placement of interpretation and other experience elements. Date the contract was awarded: 8 August 2020 Duration of the contract including any extension/renewal options: 30 November 2020, being extended due to engagement delays. Type of procurement process: Closed tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $39,780, Highest offer: $97,900",0,20250410 Department of Conservation,22831746,Request for Tenders,Closed Competition,Wangapeka/Fyfe Stoat Trap Servicing 2020 to 2021,,20200617,20200723,20200821,,Sole Agency,No,N/A - electronic submissions via GETS only,The Wangapeka/Fyfe Whio Security Site is protected by a network of approximately 1075 double-set stoat traps. This closed RFT is to secure the services of an experienced trapping company to maintain the trapping networks.,Awarded,"Agency name: Department of Conservation Agency address: 406 High Street Motueka 7120 Successful suppliers name: MBC Environmental Limited Successful suppliers address: CUFFS LIMITED, Level 2, Como House, 51 Tancred Street, Hokitika, 7810, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429042495819 Description of the services or goods: Predator Trapping Services Date the contract was awarded: 21st August 2020 Duration of the contract including any extension/renewal options: 10 months Expected spend under the contract (GST exclusive): $55,000 Type of procurement process: Closed tender",0,20250410 Department of Conservation,22837418,Request for Tenders,Open Competition,Lewis Hut Demolition and Shelter Construction,,20200619,20200803,20201120,,Sole Agency,No,N/A - electronic submissions via GETS only,"This tender is for the demolition and removal of the 20 bunk Lewis hut and the construction of a new tramping shelter. Contract works include; demolition, carpentry,minor plumbing and drainlaying, helicopter operations and remote construction. The Site is located on the western side of the Heaphy track, Kahurangi National Park.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika, 7810 Successful suppliers name: A.J. Robson Builders Ltd Successful suppliers address: 413 Whites Road, Ohoka, RD2 Kaiapoi 7692 Successful suppliers New Zealand Business Number (NZBN): 9429030908260 Description of the services or goods: Demolition of the Lewis Hut. Construction of new tramping shelter and 5x timber pedestrian bridges on the Heaphy Track. Applicable products and services codes: 72000000, 95000000 Date the contract was awarded: 17.11.2020 Duration of the contract including any extension/renewal options: 18 weeks Type of procurement process: Open tender The lowest and highest priced offers evaluated: Lowest offer (GST excl): $371,617.43 Highest offer (GST excl): $967,830.00",0,20250410 Department of Conservation,22881632,Request for Tenders,Closed Competition,Orokawa Bay Bridge Replacement,CNI-0-296,20200626,20200803,20200902,,Sole Agency,No,N/A - electronic submissions via GETS only,"Remove and dispose of all components of the old 5.2m long Orokawa Bay bridge, including piles. Rebuild with 10m long 2-pole bridge as per engineered drawings, then re-route track to line up with new bridge approach.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street Taupo 3330 Successful suppliers name: Keir Landscaping and Structures Limited Successful suppliers address: Maisey Harris & Co Limited, 910 Victoria Street, Hamilton Central, Hamilton, 3204, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429046151650 Description of the services or goods: Bridge construction works Date the contract was awarded: 2nd September 2020 Duration of the contract including any extension/renewal options: 1 month Type of procurement process: Closed tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $32,000, Highest offer: $53,500",0,20250410 Department of Conservation,22884857,Award Notice,Open Competition,Maui Dolphin Abundance Survey 2020-21 Analysis,,20200625,20200625,20200626,,Sole Agency,No,n/a,Maui Dolphin Abundance Survey 2020-21 Analysis,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: University of Auckland Successful suppliers address: 22 Princes Street, Auckland Successful suppliers New Zealand Business Number (NZBN): 9429041925300 Description of the services or goods: Maui Dolphin Abundance Survey 2020-21 Analysis Date the contract was awarded: 25 June 2020 Duration of the contract (including any extensions): 25 June 2020 31 December 2021 Expected spend under the contract (GST exclusive): $ 198,498.93 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c) Only one supplier.",0,20250410 Department of Conservation,22889730,Award Notice,Open Competition,Artificial Intelligence (A.I.)-enabled detection camera development,,20200622,20200622,20200629,,Sole Agency,No,n/a,Artificial Intelligence (A.I.)-enabled detection camera development,Awarded,"Agency name: Department of Conservation Agency address: PO Box 10420, Wellington 6143 Successful suppliers name: Zero Invasive Predators Ltd Successful suppliers address: c/o Zealandia, PO Box 9267, Te Aro, Wellington 6141 Successful suppliers New Zealand Business Number (NZBN): 9429041552896 Description of the services or goods: Artificial Intelligence (A.I.)-enabled detection camera development Applicable tender code/s: 81000000 Date the contract was awarded: 19 June 2020 Duration of the contract (including any extensions): Four months Expected spend under the contract (GST exclusive): $ 400,000 Type of procurement process: Selective procurement (sole source) Exemption justification: 14.9(j) - Unsolicited unique proposal",0,20250410 Department of Conservation,22920350,Request for Proposals,Open Competition,Department Weather Forecasting Service Contract,,20200706,20200818,20210414,,Sole Agency,No,n/a,"The objective of this procurement is to contract a supplier to: Supply Weather Forecasting information to the Department that maintains the minimum forecasting information as laid out in the RFP document, and Work with the Department during the contract to seek opportunities for innovation in its weather forecasting use, products and services to both staff and visitors Proposals are to be submitted via GETS. All working documents related to the reliability exercise must be emailed to procurement@doc.govt.nz. Please refer to the appendix in the RFP document for requirements and instructions.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18-32 Manners Street, Wellington 6011 Successful suppliers name: National Institute of Water and Atmospheric Research Limited (NIWA) Successful suppliers address: 41 Market Place, Viaduct Harbour, Auckland Central 1010 Successful suppliers New Zealand Business Number: 9429038971433 Description of the services or goods: Supply weather forecasting information to DOC Date the contract was awarded: 11 November 2020 Duration of the contract including any extension/renewal options: 6 years Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $16,420 per annum Highest offer: $24,000 per annum",0,20250410 Department of Conservation,22948861,Request for Tenders,Open Competition,Otago Central Rail Trail Bridge Deck Replacements,SSIR-ALX01-2020,20200713,20200820,20201123,,Sole Agency,No,n/a,This tender is for the supply and installation of three precast concrete bridge decks and galvanised hand rails on the Central Otago Rail Trail near Middlemarch. The contract also includes the removal of the existing timber decks and hand rails. The construction period is 6 weeks from approx. late September 2020.,Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra 9320 Successful suppliers name: SouthRoads Limited Successful suppliers address: 22 Gow Street, Mosgiel 9024 Successful suppliers New Zealand Business Number (NZBN): 9429039122537 Description of the services or goods: Supply and installation of three concrete bridge decks and galvanised handrails on the Otago Central Rail Trail. Applicable products and services codes: 22000000, 30000000, 72000000, 83000000, 95000000 Date the contract was awarded: 12/11/2020 Duration of the contract (including any extensions): 12 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $65,254.72 Highest offer (GST excl): $124,834.00",0,20250410 Department of Conservation,22966736,Award Notice,Open Competition,Wilding Pine ground control,,20200714,20200714,20200714,,Sole Agency,No,n/a,Wilding Pine ground control,Awarded,"Agency name: Department of Conservation Agency address: 59 Marine Parade, Napier 4140 Successful suppliers name: Central Districts Pest Control Limited Successful suppliers address: 107 Market St South, Hastings Successful suppliers New Zealand Business Number (NZBN): 9429037773281 Description of the services or goods: Wilding Pine ground control Applicable tender code/s: 77000000,70000000 Date the contract was awarded: 10th May 2020 Duration of the contract (including any extensions): 18th May 30th June 2020 Expected spend under the contract (GST exclusive): $150,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c) Only one supplier",0,20250410 Department of Conservation,22966812,Award Notice,Open Competition,Wilding Pine ground control,,20200714,20200714,20200714,,Sole Agency,No,n/a,Wilding Pine ground control,Awarded,"Agency name: Department of Conservation Agency address: 59 Marine Parade, Napier 4140 Successful suppliers name: Central Districts Pest Control Successful suppliers address: 107 Market St South, Hastings Successful suppliers New Zealand Business Number (NZBN): 9429037773281 Description of the services or goods: Wilding Pine ground control Applicable tender code/s: 77000000, 70000000 Date the contract was awarded: 1st July 2020 Duration of the contract (including any extensions): 1st July 30th September 2020 Expected spend under the contract (GST exclusive): $130,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c) Only one supplier",0,20250410 Department of Conservation,22966975,Award Notice,Open Competition,Upgrade of Smoke-ho carpark involving earthworks and formation,,20200714,20200714,20200714,,Sole Agency,No,n/a,Upgrade of gravel carpark involving earthworks and formation,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful suppliers name: Rosco Contractors Ltd Successful suppliers address: 2667 State Highway 7, Reefton Successful suppliers New Zealand Business Number (NZBN): 9429036507566 Description of the services or goods: Upgrade of gravel carpark involving earthworks and formation Applicable tender code/s: 95000000, 72000000 Date the contract was awarded: 20/11/2019 Duration of the contract (including any extensions): 10 months Expected spend under the contract (GST exclusive): $ 121,438.82 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(g) exceptionally advantageous conditions",0,20250410 Department of Conservation,23003147,Request for Tenders,Open Competition,"Brett Road Replacement Toilets, Rerewhakaaitu",CNI-0-333,20200727,20200908,20201202,,Sole Agency,No,n/a,"The removal and disposal of 1 x accessible toilet to be replaced with a toilet block consisting of 1x single pan toilet and 1 x accessible pan toilet at Brett Road campsite, Rerewhakaaitu.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful suppliers name: Permacrete Ltd Successful suppliers address: 66 Main Road, Gisborne, 4010 Successful suppliers New Zealand Business Number (NZBN): 9429032313277 Description of the services or goods: Removal of 1 x existing accessible composting toilet and the installation of 1 x sealed vault toilet block consisting on 1 x standard toilet and 1 x accessible toilet Applicable products and services codes: 30000000, 72000000, 95000000 Date the contract was awarded: 5 November 2020 Duration of the contract including any extension/renewal options: 20 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $47,274.45 Highest offer (GST excl): $99,200.00",0,20250410 Department of Conservation,23006478,Award Notice,Open Competition,Complete a taxonomic revision of the kahikatoa/manuka (Leptospermum scoparium) complex in New Zealand,,20200214,20200214,20200722,,Sole Agency,No,n/a,Complete a taxonomic revision of the kahikatoa/manuka (Leptospermum scoparium) complex in New Zealand,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Te Aro, Wellington Successful suppliers name: Unitec Institute of Technology Successful suppliers address: 139 Carrington Road, Mount albert, Auckland 1025 Successful suppliers New Zealand Business Number (NZBN): 9429041925287 Description of the services or goods: Complete a taxonomic revision of the kahikatoa/manuka (Leptospermum scoparium) complex in New Zealand Applicable tender code/s: 77000000 Date the contract was awarded: 14 February 2020 Duration of the contract (including any extensions): 15 months Expected spend under the contract (GST exclusive): $160,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c) Only one supplier",0,20250410 Department of Conservation,23036818,Request for Tenders,Open Competition,Taranaki Crossing - Pouakai Boardwalks,CNI-0-341,20200729,20200909,20201210,,Sole Agency,No,n/a,"The Taranaki Crossing project seeks to develop a high-quality visitor experience on Taranaki Maunga in Egmont National Park. The Taranaki Crossing refers to the main track network enabling visitors to travel by foot from Dawson Falls along the slopes of the maunga, across the Ahukawakawa Swamp and over the Pouakai Ranges to the end of Mangorei Road. This procurement is focused on obtaining the services of a construction contractor to undertake Boardwalk upgrades on the Pouakai and Ahukawakawa tracks. This upgrade will consist of 720m of 1.2m wide boardwalk from the Pouakai Hut down to the Pouakai Tarns and 650m of 1.2m wide boardwalk across the Ahukawakawa Swamp. It is anticipated that the Pouakai Boardwalks work will be undertaken over the summer period 2020/21.",Awarded,"Agency name: Department of Conservation Agency address: 55A Rimu St, New Plymouth Successful suppliers name: Milton Harward Construction Limited Successful suppliers address: 35 Paihia Road, Onehunga, Auckland 1061 Successful suppliers New Zealand Business Number (NZBN) if they: 9429032069433 Description of the services or goods: Construction of 1.4km of low timber boardwalk in Egmont National Park Applicable products and services codes: 30000000, 72000000, 95000000 Date the contract was awarded: 18/11/2020 Duration of the contract including any extension/renewal options: 19/11/2020 31/3/2021 Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 592,739 Highest offer (GST excl): $ 1,024,306",0,20250410 Department of Conservation,23049911,Request for Quotations,Closed Competition,Wilding Pine Control and Aerial Surveys - Tongariro National Park,,20200804,20200824,20201019,,Sole Agency,No,n/a,"To supply Aerial Wilding Pine Control (using the Aerial Basal Bark Application (ABBA) technique) and Aerial Wilding Pine Surveys for the Department of Conservation, Tongariro District.",Awarded,"Agency name: Department of Conservation Tongariro District Agency address: Ohakune Base: 1 Mt Road Ohakune Successful suppliers name: Mid West Helicopters (NZ) Limited. Successful suppliers address: Treadwell Gordon, Wairere House Cnr Somme Parade & Bates street, Wanganui 4500. Successful suppliers New Zealand Business Number (NZBN): 9429045999437 Description of the services or goods: Wilding pine control and aerial surveys TNP Date the contract was awarded: 19/10/2020 Duration of the contract including any extension/renewal options: 7 months Expected spend under the contract (GST exclusive): $65,000 Type of procurement process: Secondary procurement process",0,20250410 Department of Conservation,23100279,Request for Quotations,Closed Competition,Timber Trail Grade 3 Resurfacing - Metal Transportation,TTG3RESURFACING,20200811,20200831,20230405,,Sole Agency,No,n/a,To provide the transportation of the estimated amount of 350m3 or 630 tonnes of track surface material (Gap20) from the corner of Waimonoa and Link Roads (or other mutually agreed site location) to five designated stockpiles along the Grade 3 section (8km 20km) of the Timber Trail.,Not Awarded,Secondary procurement,0,20250410 Department of Conservation,23104062,Request for Quotations,Closed Competition,Tiakina Nga Manu - Haast TL Aerial Pest Control Operation,,20200812,20200916,20201104,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Haast TL area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 16/10/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23104230,Request for Quotations,Closed Competition,Tiakina Nga Manu - Alfred River Aerial Pest Control Operation,,20200812,20200916,20201104,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Alfred River area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 16/10/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23104359,Request for Quotations,Closed Competition,Tiakina Nga Manu - Copland Aerial Pest Control Operation,,20200812,20200916,20201104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Copland area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 03/11/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23104858,Request for Quotations,Closed Competition,Tiakina Nga Manu - Erua Wetlands Aerial Pest Control Operation,,20200812,20200916,20201109,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Erua wetlands area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 6/11/2020 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23104958,Request for Quotations,Closed Competition,Tiakina Nga Manu - Moki-Makino Aerial Pest Control Operation,,20200812,20200916,20210315,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Moki-Makino area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 09/03/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23105033,Request for Quotations,Closed Competition,Tiakina Nga Manu - Hutiwai Stream Aerial Pest Control Operation,,20200812,20200916,20210712,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hutiwai Stream area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 05/05/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23116104,Request for Tenders,Open Competition,Rangitoto and Motuihe Barge Ramps Replacement,,20200901,20201007,20210406,,Sole Agency,No,n/a,Replacement of two barge ramps on Rangitoto and Motuihe Islands using pre-cast slabs mounted into foundations poured on site. Exisitng ramps must first be demolished.,Awarded,"Agency name: Department of Conservation Agency address: 18 Takarunga Road, Devonport Successful suppliers name: Aotea Contractors Ltd Successful suppliers address: 274 Hector Sanderson Road, Claris, Great Barrier Island Successful suppliers New Zealand Business Number (NZBN): 9429030433182 Description of the services or goods: Construction of two concrete barge ramps Date the contract was awarded: 06/04/2021 Duration of the contract including any extension/renewal options: 24 weeks Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $446,000, Highest offer (GST excl): $637,000",0,20250410 Department of Conservation,23225957,Award Notice,Open Competition,Project Management of Central Otago WIlding Conifer Control Group works,,20200819,20200819,20200903,,Sole Agency,No,,Project management of Central Otago Wilding Conifer Control Group works,Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra Successful suppliers name: Pieper Gibson Limited (Trading as Ascend Land Consulting) Successful suppliers address: 154 Watson Road, Alexandra Successful suppliers New Zealand Business Number (NZBN): 9429047777217 Description of the services or goods: Project management of Central Otago Wilding Conifer Control Group works Applicable tender code/s: 800000000 Date the contract was awarded: 19/08/2020 Duration of the contract (including any extensions): 23 Months Expected spend under the contract (GST exclusive): $196,800 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c)(i) Only one supplier",0,20250410 Department of Conservation,23238484,Request for Tenders,Open Competition,Totaranui Campground Wastewater Treatment Plant Upgrade,NSI-0-011,20200907,20201116,20211125,,Sole Agency,No,n/a,"Design and construction of an upgrade to an existing wastewater treatment system at Totaranui Campground, Abel Tasman.",Awarded,"Agency name: Department of Conservation Agency address: 186 Bridge Street, Nelson Successful suppliers name: Innoflow Technologies NZ Ltd Successful suppliers address: 311a Postman Road, Dairy Flat, Auckland, 0794 Successful suppliers New Zealand Business Number (NZBN): 9429034760512 Description of the services or goods: Design and install wastewater treatment plant extension Date the contract was awarded: 25/11/2021 Duration of the contract including any extension/renewal options: 57 working days Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $628,653.66, Highest offer: $1,455,300.00",0,20250410 Department of Conservation,23278502,Request for Tenders,Open Competition,Pelorus Bridge Toilets Refurbishment,NSI-0-048,20200914,20201020,20210322,,Sole Agency,No,n/a,"Complete refurbishment of two large toilet blocks and one small toilet block in the Pelorus Bridge Scenic Reserve, directly adjacent to the State Highway 6. Building, carpentry, electrical, plumbing, painting and flooring.",Awarded,"Agency name: Department of Conservation Agency address: 186 Bridge Street, Nelson Successful suppliers name: T&D Construction Co (2010) Ltd Successful suppliers address: 14 Auckland Street, Blenheim Successful suppliers New Zealand Business Number (NZBN): 9429031651059 Description of the services or goods: Refurbishment of 2 toilet blocks at Pelorus Bridge Date the contract was awarded (being the date DOC signed the contract): 9/3/2021 Duration of the contract including any extension/renewal options: 10 weeks Type of procurement process: Open tender If your procurement process was a tender, the lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $185,939.00 Highest offer (GST excl): $210,816.09",0,20250410 Department of Conservation,23299604,Request for Tenders,Open Competition,Central Otago Wilding Conifer Control,,20200916,20201022,20210521,,Sole Agency,No,n/a,"The Central Otago Wilding Conifer Control group was formed in 2013 in response to mounting concerns about the spread and effect of wilding conifers in the Central Otago district. In 2016 The National Wilding Conifer Control Programme was established to ensure a collaborative, coordinated and effective approach to national wilding management. It includes central and local government agencies and is supported by a wide range of stakeholder groups. Its aim is to efficiently contain or eradicate established areas of wilding conifers by 2030. DOC have an agreement with Central Otago Wilding Conifer Control Group Inc. (COWCCG) to implement the wilding conifer control plan in Central Otago in line with the Central Otago Wilding Conifer Control Strategy. This plan includes work funded by a combination of sources including the national wilding conifer programme headed by MPI, ORC, CODC and LINZ. The vision as stated in the strategy is for Central Otago natural landscapes, areas of ecological significance and productive pastoral lands are protected from the impacts of wilding conifers. This is largely based around the control of wilding conifers. This programme has been in place via a supply panel contract for the previous 4 years, and has achieved over 300,000ha of wilding conifer control. For the next 20/21 season we are expected to control an additional 8500ha, predominantly on private property. Work spend and priorities will be decided by COWCCG executive who will direct DOC by way of an agreed annual control programme. The total value from the ground control component of this control programme is approximately $500,000 for the 20/21 season with a further $400,000 spread over the next 3 years. This will include both MPI funded works and other funded programmes. The control method applied at any one site will be determined by the DOC project manager in consultation with the suppliers and landowners.",Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra 9320 Successful suppliers name: 1) Central Wilding Tree Control Ltd (Western Zone) 2) DM Holdings 2005 Ltd (Eastern Zone) Successful suppliers address: 1) Central Wilding Tree Control Ltd: 13b Taylor Place, Alexandra, Alexandra, 9320 , New Zealand 2) DM Holdings 2005 Ltd: Harvie Green Wyatt, Chartered Accountants, Level 5, 229 Moray Place, Dunedin Central, Dunedin, 9016 Successful suppliers New Zealand Business Number: 1) Central Wilding Tree Control Ltd 9429042128410 2) DM Holdings 2005 Ltd 9429034531006 Description of the services or goods: Wilding Conifer Control Central Otago Date the contract was awarded: 15 January 2021 Duration of the contract including any extension/renewal options: 4 years (1 year plus 3 optional 12 month extensions) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): West Lowest offer (GST excl): $22678 Highest offer (GST excl): $26047 East Lowest offer (GST excl): $23387 Highest offer (GST excl): $26400",0,20250410 Department of Conservation,23302407,Award Notice,Open Competition,Te Papa Atawhai Kakahu (cloak),,20200810,20200910,20200925,,Sole Agency,No,,Te Papa Atawhai Kakahu (cloak),Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Te Aro, Wellington Successful suppliers name: Ranui Ngarimu Successful suppliers address: Successful suppliers New Zealand Business Number (NZBN): N/A Description of the services or goods: Te Papa Atawhai Kakahu (cloak) Applicable products and services codes: 53000000 Date the contract was awarded: 10 August 2020 Duration of the contract (including any extensions): 1 year Expected spend under the contract (GST exclusive): $130,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 (c) Only one supplier",0,20250410 Department of Conservation,23342008,Award Notice,Open Competition,Trap retrieval in Warawara Forest,,20200903,20200903,20200923,,Sole Agency,No,,Retrieval and re-commissioning of trapping equipment and bait stations from CPCA trapping network in Warawara forest.,Awarded,"Agency name: Department of Conservation Agency address: 25 Mathews Avenue, Kaitaia, 0410 Successful suppliers name: Te Rarawa Anga Mua Trust Successful suppliers address: 16 Mathews Avenue, Kaitaia, 0410 Successful suppliers New Zealand Business Number (NZBN): 9429043271993 Description of the services or goods: Retrieval and re-commissioning of trapping equipment and bait stations from CPCA trapping network in Warawara forest. Applicable products and services code(s): 77000000 Date the contract was awarded: 03/09/2020 Duration of the contract (including any extensions): 7 weeks Expected spend under the contract (GST exclusive): $105,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 (c) - Only one supplier",0,20250410 Department of Conservation,23420422,Request for Quotations,Closed Competition,Tiakina Nga Manu - Franz and Fox Aerial Pest Control Operation,,20201007,20201118,20210125,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Franz and Fox area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 20/01/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23420555,Request for Quotations,Closed Competition,Tiakina Nga Manu - Warawara Forest - Aerial Pest Control Operation,,20201007,20201118,20210303,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Warawara Forest area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 10/02/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23420667,Request for Quotations,Closed Competition,Tiakina Nga Manu - Burnett Range-Wakamarama Aerial Pest Control Operation,,20201007,20201118,20210125,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Burnett Range-Wakamarama area for the control of pests in the form of rodents, mustelids and possums and inlcludes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 19/01/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23432590,Request for Tenders,Open Competition,Lake Whangape Planting Contract,,20201009,20201117,20210222,,Sole Agency,No,n/a,"The purpose of this RFT is to assist the Department in meeting its water quality and habitat condition restoration objectives at Lake Whangape, by planting native plant species. The water quality at Lake Whangape has declined over the last 40 years due to hydrological modification, sedimentation and nutrient loading from intensive dairying and the aggressive spread of alligator weed. Planting native species will create a 10m buffer for land runoff into Lake Whangape and create a better habitat for native birds. The improved water quality will allow the regrowth of macrophytes improving the natural lake ecosystem ultimately benefiting endemic taonga freshwater species such as Tuna. This work is necessary to fulfil the Departments workstream as part of five-year partnership initiative with Waikato-Tainui and Waikato Regional Council.",Awarded,"Agency name: Department of Conservation Agency address: 5 Northway Street, Te Rapa, Hamilton Successful suppliers name: Te Whangai Trust Successful suppliers address: 945 Findlay Road, Miranda, R.D.3, Pokeno 2473 Successful suppliers New Zealand Business Number: NZBN 9429043178568 Description of the services or goods: Site preparation: planting plan, chemical application, mowing and prepping. Planting of native species: staged planting over five sites Maintenance: releasing and plant maintenance Date the contract was awarded: 18th January 2021 Duration of the contract including any extension/renewal options: 1st February 2021 30th June 2023 Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $ 292,323 Highest offer: $ 396,088",0,20250410 Department of Conservation,23455354,Request for Quotations,Closed Competition,Howden Hut Demolition,SSI-O-151,20201014,20201030,20210215,,Sole Agency,No,Responses must be submitted via GETS,"This Request for Quote is for the demolition of Howden Hut and its associated infrastructure, including the removal of the wastewater system, installation of a new containment tank at the winter toilet and remediation of the site. Quotes to include all helicopter operations, transportation and disposal of all demolition materials and the delivery of all identified items to the DOC workshop in Te Anau.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive Te Anau 9600 Successful suppliers name: Helicopters Queenstown 2020 Ltd T/A Glacier Southern Lakes Helicopters Successful suppliers address: PO Box 2152 Wakatipu Queenstown 9349 Successful suppliers New Zealand Business Number (NZBN): 9429048647168 Description of the services or goods: Hut demolition, helicopter charter Date the contract was awarded: 27/11/20 Duration of the contract including any extension/renewal options: 18/11/20-01/03/21 Expected spend under the contract (GST exclusive): $ 161,570 Type of procurement process: Closed tender Exemption from open advertising justification: Rule 14.9a: Emergency",0,20250410 Department of Conservation,23522047,Request for Tenders,Open Competition,Fletcher Bay Campground Flood Reinstatement,,20201028,20201203,20210707,,Sole Agency,No,n/a,The Department of Conservation is seeking a suitably qualified and experienced contractor(s) to construct a new road access carriageway and undertake storm damage mitigation works at Fletcher Bay campground in Northern Coromandel.,Awarded,"Agency name: Department of Conservation Agency address: Level 4, 73 Rostrevor Street, Hamilton, 3204 Successful suppliers name: Civil Works Limited Successful suppliers address: 44 Chedworth Avenue, HAMILTON 3210 Successful suppliers New Zealand Business Number (NZBN): 9429046203649 Description of the services or goods: Fletcher Bay Campground Road and Culvert Reinstatement Date the contract was awarded: 21 June 2021 Duration of the contract including any extension/renewal options: 5 months including procurement lead time Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $518,310 Highest offer: $583,061",0,20250410 Department of Conservation,23543667,Request for Tenders,Closed Competition,"Lane Cove and Cape Brett Toilets and Water Tanks, and Lighthouse Keepers Hut Remedial Works",,20201102,20201207,20210414,,Sole Agency,No,n/a,"The demolition of existing toilet structures and carting away of same, as well as removal of existing building materials at the sites. The demolition work includes the existing concrete water tank at Cape Brett. The delivery of all building materials and work related items to complete the contract for the builder and Nominated Sub Contractor (N S/C), including temporary toilets and power for the whole project. The project also includes remedial work to the Lighthouse Keepers hut to minimise water ingress issues. The main contractor will be required to plan the logistical arrangements for programming the work by themselves and the N S/C to minimise potential clashes with work space and to ensure site safety is addressed at all times.",Awarded,"Agency name: Department of Conservation Agency address: 2 Southend Avenue Whangarei Successful suppliers name: Milton Harward Construction Limited Successful suppliers address: 37 Paihia Road, Onehunga Successful suppliers New Zealand Business Number (NZBN): 9429032069433 Description of the services or goods: Install new toilet buildings and water tanks with some minor repairs to lighthouse keepers hut. Date the contract was awarded: 14/12/20 Duration of the contract including any extension/renewal options: Six weeks Expected spend under the contract (GST exclusive): $120,000 Type of procurement process: Closed tender",0,20250410 Department of Conservation,23594754,Request for Tenders,Open Competition,Kura Tawhiti Visitor Impact Mitigation & Cultural Interpretation Project,,20201110,20201216,20210928,,Sole Agency,No,n/a,"Kura Tawhiti is located within the Waimakariri basin of the Southern Alps on State Highway 73, between Porters Pass and Arthurs Pass. The area is renowned for its iconic landscape and scenic beauty attracting 100,000+ visitors annually. The location has significant spiritual, cultural and historic values to the people of Ngai Tahu and hapu, Te Ngai Tuahuriri Runanga. This project will require new track construction that will extend through a portion of the limestone tors of the site. Additional upgrade work will be also required to the existing track. A newly established picnic area will require the construction of a new shelter, including further track work and surrounding fencing. The project will be managed in joint partnership by the Department of Conservation and Ngai Tahu.",Awarded,"Agency name: Department of Conservation Agency address: L3, 161 Cashel Street, Christchurch Successful suppliers name: HGM Construction Ltd Successful suppliers address: 17 Nuttall Drive, Hillsborough, Christchurch 8022 Successful suppliers New Zealand Business Number (NZBN): NZBN 9429034288559 Description of the services or goods: Kura Tawhiti track construction Date the contract was awarded: 28th September 2021 Duration of the contract including any extension/renewal options: 29th April 2022 Expected spend under the contract (GST exclusive): $199,700 Type of procurement process: Open tender",0,20250410 Department of Conservation,23596636,Request for Quotations,Closed Competition,Virtual Reality Eye Tracking Research: Testing Efficacy of Kea Signage,,20201111,20201202,20210304,,Sole Agency,No,n/a,"Kea are an iconic but nationally endangered species where research has highlighted an anthropegnic influence on the ongoing decline of their population. Scrounging activity by kea (i.e. stealing, soliciting and scavenging for food and novel items) is thought to lead to increased attraction to new objects in their environment, potentially including bait laid in predator control operations. Recent research has found that kea strongly select areas of human activity and that kea living within 20 km of ""scrounging sites"" have significantly decreased survival chances. Alongside technical improvements to predator control operations, more effective visitor signage, offers one way to improve outcomes for kea. Signage is already in place at some visitor locations to discourage direct feeding of kea however, there has been a lack of consistency and no testing of its efficacy. New approaches to signage may also be more effective than current designs. To inform future improvements to its signage, the Department of Conservation is seeking a suitable provider to test the efficiency of a selection of kea signage and messaging in a VR environment using eye tracking technology. The VR environment would replicate high risk locations for visitor-kea interaction and test different combinations of signage design and placement with and without kea present. The provider would create and test VR environments based on key South Island locations and create an analysis pipeline to capture behavioural and eye tracking responses. They would then design, pilot, implement and report on experiments to test participants' attention, comprehension and memory of signage. The Department would use the outcomes of the VR testing to recommend signage designs to implement for the 2021/22 summer visitor season.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington, New Zealand Successful suppliers name: The Research Trust of Victoria University of Wellington Successful suppliers address: PO Box 600, Wellington, New Zealand 6140 Successful suppliers New Zealand Business Number (NZBN): 9429041925515 Description of the services or goods: Create and test 3 VR scenarios based on South Island locations known to be areas of high human kea interaction, including the drive up to / arrival at site. Locations to film/replicate will include Arthurs Pass, South Westland and Milford Road Fiordland. Date the contract was awarded: 19 January 2021 Duration of the contract including any extension/renewal options: 6 months Type of procurement process: Closed tender The lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $60,450 Highest offer (GST excl): $75,100",0,20250410 Department of Conservation,23601519,Request for Proposals,Open Competition,Rakau Rangatira - Consultancy Services,,20201111,20201215,20210513,,Sole Agency,No,n/a,"Rakau Rangatira is a Department of Conservation (DOC) strategic development project located in Waipoua Forest, Northland and undertaken in partnership with Te Iwi o Te Roroa who are the kaitiaki of Waipoua. This project will look to change visitor behaviour, in a Kauri Dieback positive forest, through modernisation of visitor facilities and infrastructure, elimination of human off-track movement, while offering an enriched visitor experience through iwi partners. This procurement seeks to secure a lead design supplier to produce preliminary, developed, and detailed designs and to obtain all necessary specialist inputs and consents for this complex project. This is an opportunity for your company to play a key role in the design of international tourist facing sustainable infrastructure at an iconic and nationally significant site. DOC is looking to engage industry leading innovative thinkers with a track record producing appealing, enduring, and cost-effective solutions for complex problems. Other key elements likely to feature in a successful submission are demonstrable experience in; - leading and managing a large team of specialist consultants to meet the required timeframes, - working collaboratively and efficiently with clients to achieve fit for purpose outcomes, - developing close relationships with Iwi Partners and Stakeholders, - providing a well-structured team with a clearly considered methodology for the delivery of services, - innovative thinking and clear integration of design themes into assets developed Support for regional development and economic benefit opportunities is also a key outcome for this project. The successful participant will be responsible for advancing preliminary, developed, and detailed design by providing a range of service disciplines. Those necessary to successfully meet the requirements of this engagement are likely to include landscape architecture, architecture, civil, geotechnical, structural, three waters and traffic engineering, planning, quantity surveying, among others. The ultimate outcome from this procurement will be to provide DOC with all the necessary supporting documentation and regulatory approvals to prepare and undertake a tender process for physical works construction",Awarded,"Agency name: Department of Conservation Agency address: Auckland District Office, Private Bag 68908, Wellesley Street, Auckland 1141 Successful suppliers name: WSP New Zealand Limited Successful suppliers address: 9th Floor, Majestic Centre, 100 Willis Street, Wellington 6011 Successful suppliers New Zealand Business Number (NZBN): 9429039194640 Description of the services or goods: Rakau Rangatira Lead Design Consultancy Services Date the contract was awarded: 30 April 2021 Duration of the contract including any extension/renewal options: 17 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $563,232.16 Highest offer: $1,358,395.00",0,20250410 Department of Conservation,23611028,Request for Tenders,Open Competition,Replacement of Totara Flats Swingbridge - Tararua Forest Park,,20201112,20201218,20210307,,Sole Agency,No,n/a,"The existing Totara Flats Bridge is scheduled for replacement. A new cable swingbridge is to be constructed slightly upstream, above the existing location. The span is expected to be in the order of 90m and the bridge is to have a load capacity of 5 people.",Awarded,"Agency name: Department of Conservation Agency address: Kenepuru Office, 13b Wall Place, Kenepuru, Porirua 5022 Successful suppliers name: Edifice Contracts Ltd Successful suppliers address: 35-39 Tiro Tiro Rd, Horowhenua, Levin 5510 Successful suppliers New Zealand Business Number (NZBN): 9429031325745 Description of the services or goods: Swing Bridge Construction Date the contract was awarded: 7th March 2021 Duration of the contract including any extension/renewal options: 9 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $207,091, Highest offer (GST excl): $219,420",0,20250410 Department of Conservation,23615350,Request for Quotations,Closed Competition,Procurement for the supply of external print and related services,,20201113,20201214,20210611,,Sole Agency,No,n/a,A secondary procurement for external print and related services using the Ministry of Social Development's syndicated panel of suppliers for these services.,Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington 6011 Successful suppliers name: Blue Star Group (New Zealand) Limited Successful suppliers address: 24 Hannigan Drive, St Johns, Auckland 1072 Successful suppliers New Zealand Business Number (NZBN): 9429036984435 Description of the services or goods: External print and associated services. This procurement was a secondary procurement under an established panel of suppliers. Date the contract was awarded: 9 June 2021 Duration of the contract including any extension/renewal options: 5 years and 10 months (inclusive of two 2-year potential extensions) Expected spend under the contract (GST exclusive): $3.9 million Type of procurement process: Closed tender (secondary procurement under an established panel of suppliers)",0,20250410 Department of Conservation,23699302,Request for Tenders,Open Competition,Taranaki Crossing - Wilkies Pools Track Works,,20201127,20210121,20210304,,Sole Agency,No,n/a,"The Taranaki Crossing project seeks to develop a high-quality visitor experience on Taranaki Maunga in Egmont National Park. The Taranaki Crossing refers to the main track network enabling visitors to travel by foot from Dawson Falls along the slopes of the maunga, across the Ahukawakawa Swamp and over the Pouakai Ranges to the end of Mangorei Road. This procurement is focused on obtaining the services of a construction contractor to undertake 2.0 km of upgrades to Day Visitor track standard from the Wilkies Pools to the Stratford Plateau. It is anticipated that the Wilkies Pools track work will be undertaken over the summer period 2020/21.",Awarded,"Agency name: Department of Conservation Agency address: 55A Rimu St, New Plymouth Successful suppliers name: Egmont Property & Inspection Services Limited Successful suppliers address: 230 Korito Rd, New Plymouth 4371 Successful suppliers New Zealand Business Number (NZBN): 9429031851718 Description of the services or goods: Construction of an upgraded track Date the contract was awarded: 4th February 2021 Duration of the contract including any extension/renewal options: 4 months Type of procurement process: Open tender The lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $167,236.02 Highest offer: $413,130.00",0,20250410 Department of Conservation,23751802,Request for Tenders,Open Competition,Godley Head Road Reseal,MAH 001/2021,20201211,20210202,20231222,,Sole Agency,No,n/a,This contract is for the resealing of the access road and other sealed areas within the Godley Head Scenic Reserve.,Awarded,"Agency name: Department of Conservation Agency address: 161 Cashel Street, Christchurch 8011 Successful suppliers name: City Care Property Limited Successful suppliers address: 818 Wairakei Road, Airport, Christchurch, 8053, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429051366520 Description of the services or goods: Resealing of roads and other sealed areas at Godley Head Date the contract was awarded: 22 December 2023 Duration of the contract including any extension/renewal options: 18 Weeks Expected spend under the contract (GST exclusive): $170,000. Type of procurement process: Open tender",0,20250410 Department of Conservation,23783376,Request for Quotations,Closed Competition,Tiakina Nga Manu - Haast TL Aerial Pest Control Operation,,20201217,20210125,20210303,,Sole Agency,No,,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Haast TL area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Any questions submitted between Monday, 21 December 2020 and Tuesday, 5 January 2021 will not be addressed until Monday, 11 January 2020.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 22/02/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,23801337,Award Notice,Open Competition,Freshwater monitoring programme,,20201120,20201120,20201221,,Sole Agency,No,,"DOC is developing a national freshwater monitoring programme to monitor fish, macroinvertebrate, periphyton and macrophytes communities as well as water quality and habitat characteristics at a range of monitoring locations throughout the country. The programme is monitoring at 270 sites phased over a 3-year rotation (90 sites annually).",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington 6011 Successful suppliers name: Cawthron Institute Limited Successful suppliers address: 98 Halifax Street East, The Wood, Nelson, 7010 Successful suppliers New Zealand Business Number (NZBN): 9429030882003 Description of the services or goods: DOC is developing a national freshwater monitoring programme to monitor fish, macroinvertebrate, periphyton and macrophytes communities as well as water quality and habitat characteristics at a range of monitoring locations throughout the country. The programme is monitoring at 270 sites phased over a 3-year rotation (90 sites annually). This contract engages Cawthron to monitor 26 of these in the West Coast, Nelson and Marlborough regions. Date the contract was awarded: 20 November 2020 Duration of the contract including any extension/renewal options: 27 weeks Expected spend under the contract (GST exclusive): $298,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9c: One supplier For technical reasons there is no real competition.",0,20250410 Department of Conservation,23801449,Award Notice,Open Competition,Rob Roy Track Realignment,,20201208,20201208,20201221,,Sole Agency,No,,Track construction works,Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra Successful suppliers name: Nelmac Limited Successful suppliers address: PO Box 9035, Annesbrook, Nelson 7044 Successful suppliers New Zealand Business Number (NZBN): 9429038613579 Description of the services or goods: Track construction works Date the contract was awarded: 08 December 2020 Duration of the contract including any extension/renewal options: Six months Expected spend under the contract (GST exclusive): $190,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(g) - Exceptionally advantageous conditions",0,20250410 Department of Conservation,23969280,Request for Tenders,Open Competition,Murchison Mountains Stoat Trapping,,20210215,20210325,20210806,,Sole Agency,No,n/a,The Department of Conservation is seeking to secure the services of a skilled contractor to undertake the servicing of the Murchison Mountains stoat trapping network. This network consists of approximately 3475 trap boxes ranging in altitude from 200m to 1400m in the alpine zone. A minimum of three full checks of the network is required per year. The frequency may be extended to up to six checks per year and the supplier will be expected to have the capacity to undertake these additional checks if requested.,Awarded,"Agency name: Department of Conservation Agency address: Lakefront Drive, Te Anau 9600 Successful suppliers name: Mammalian Corrections Unit Ltd Successful suppliers address: 52 Corstophine Rd, Dunedin 9012 Successful suppliers New Zealand Business Number (NZBN): 9429031478922 Description of the services or goods: Stoat Trap Servicing, Murchison Mountains, Fiordland NP Date the contract was awarded: 28 June 2021 Duration of the contract including any extension/renewal options: 36 months (2+1) Type of procurement process: Open Competitive Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $99,982 Highest offer: $336,821",0,20250410 Department of Conservation,24038825,Request for Quotations,Closed Competition,Aerial Wilding Pine Control Services - Kaweka Ranges,,20210303,20210323,20210527,,Sole Agency,No,n/a,"The Department is seeking a supplier, or suppliers, to provide Aerial Wilding Pine Control Services using the Aerial Basal Bark Application and Aerial Foliar Spray Application methods in the Kaweka Forest Park and Northern Ruahine Ranges. This contract includes maintaining 39,000ha largely pine-free North West of the Kaweka Forest park, as well as two smaller areas of park with considerable infestation totaling 1,289ha in the Castle Camp and Taruarau faces areas. This contract is funded by the National Wilding Conifer Control program, and this Contract will be supervised by DOC. It must be undertaken with recognition of program requirements, best practices and other guidelines that will be provided.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18-32 Manners Street, Wellington 6011 Successful suppliers name: Heli Sika Ltd Successful suppliers address: Taharua Road, Poronui RD 3, Taupo 3379 Successful suppliers New Zealand Business Number (NZBN): 9429039370037 Description of the services or goods: Aerial-based Wilding Pine Control Date the contract was awarded: 20/4/2021 Duration of the contract including any extension/renewal options: 10 weeks Expected spend under the contract (GST exclusive): $350,000.00 Type of procurement process: Closed tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $344,790.00 Highest offer: $487,800.00",0,20250410 Department of Conservation,24054664,Request for Quotations,Open Competition,Lyell Campsite Maintenance,,20210305,20210329,20210511,,Sole Agency,No,n/a,"The Department of Conservations Buller Kawatiri District Office calls for tenders from suitably experienced and resourced service contractors for the following campsite maintenance within the Northern West Coast District. Scope of Work: This contract is for services to the Lyell Camp site including: - Lawn-mowing the camp site, car park and picnic area (1.2 ha site) - Cleaning toilets, signs and interpretation panels - Collect any lose rubbish at the specified area and surrounding scrub within the Site - Collection of fees from campers and the Iron Ranger - Toilet counter recording The contract will require a Contractor / sub-contractor(s) that has experience in camp site maintenance including scrub bar, lawn mower and spray equipment use with a strong focus on health and safety in a busy visitor area.",Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, Westport, 7825 Successful suppliers name: MBC Environmental Ltd Successful suppliers address: 100 Powerhouse Road, Westport Successful suppliers New Zealand Business Number (NZBN): 9429042495819 Description of the services or goods: Camp Site Maintenance, including lawn mowing, toilet cleaning and camp fee collection. Date the contract was awarded: 8th April 2021 Duration of the contract including any extension/renewal options: 26 Months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $39,462 (per annum) Highest offer: $60,000 (per annum)",0,20250410 Department of Conservation,24069095,Award Notice,Open Competition,Remedial Maintenance on the Pipiriki Houses,,20210305,20210305,20210310,,Sole Agency,No,,Delivery of critical remedial maintenance to 4 staff residential property assets at Pipiriki,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington 6011 Successful suppliers name: Kelly Konstruct (2017) Ltd Successful suppliers address: 8 Wilkie Street, Whanganui East, Whanganui 4500 Successful suppliers New Zealand Business Number (NZBN): 9429046482068 Description of the services or goods: Delivery of critical remedial maintenance to 4 staff residential property assets at Pipiriki Date the contract was awarded: 5/3/2021 Duration of the contract including any extension/renewal options: 4 Months Expected spend under the contract (GST exclusive): $234,206.99 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 (a) Emergency",0,20250410 Department of Conservation,24077250,Request for Proposals,Open Competition,Ararira Catchment Plan,,20210311,20210420,20210727,,Sole Agency,No,n/a,"The Department of Conservation is seeking a high caliber Supplier to work with a diverse Project Team through a process of co-design to develop a Catchment Plan and Implementation Guide for the LII/Ararira Drainage District, a significant sub-catchment of Te Waihora/Lake Ellesmere. The Catchment Plan will fundamentally change the way the drainage network is managed to enhance biodiversity and cultural values while ensuring productive land is drained effectively. The Implementation Guide will identify possible financial pathways, planning/consenting implications and phasing of works. The purpose of the Implementation Guide is to ensure the Catchment Plan is practical to implement. The Project Team is made up of representatives from the Department of Conservation, Fonterra, Selwyn District Council, Environment Canterbury, Te Taumutu Runanga and the LII Drainage Committee. A key component of success will be a Catchment Plan that serves multiple values, has support from across the Project Team and is adopted by Selwyn District Council.",Awarded,"Agency name: Department of Conservation Agency address: Mahaanui District Office, 31 Nga Mahi Road, Sockburn, Christchurch 8443 Successful suppliers name: Aqualinc Research Ltd Successful suppliers address: 1 Bolt Place, Christchurch Airport, Christchurch 8053 Successful suppliers New Zealand Business Number (NZBN): 9429035717133 Description of the services or goods: Ararira Catchment Plan and Implementation Guide Date the contract was awarded: 08-07-2021 Duration of the contract including any extension/renewal options: 12 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $99,690.00 Highest offer: $294,977.00",0,20250410 Department of Conservation,24092988,Request for Tenders,Open Competition,Old Department of Conservation Franz Josef Visitor Centre Demolition,WSI-0-250,20210315,20210421,20210609,,Sole Agency,No,n/a,"This tender is for the Demolition of the Old Department of Conservation Visitor Centre Building located on State Highway 6 at the southern end of the Franz Josef township. The works include the termination of electrical and plumbing services, full demolition and removal of the VC building and AV room. The works also include the remediation of the site on completion. The works must be completed by the 30th June 2021.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell street, Hokitika Successful suppliers name: Scope Group Limited Successful suppliers address: 124 Mt Thomas Road, Fernside, Rangiora, North Canterbury Successful suppliers New Zealand Business Number (NZBN): 942903371839200 Description of the services or goods: Asbestos removal and demolition of the Old Department of Conservation VC building, Franz Josef. Date the contract was awarded: 29.05.2021 Duration of the contract including any extension/renewal options: 7 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $233,077.64 Highest offer: $409,108.01",0,20250410 Department of Conservation,24129908,Request for Quotations,Closed Competition,Tiakina Nga Manu - Arthur's Pass OFK SOIK Aerial Pest Control Operation,,20210325,20210415,20210712,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arthur's Pass OKF, SOIK area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. Please note, this operation may be cancelled if rodent levels are not high enough. Any preparation costs, i.e. consenting etc associated with the operation before it is cancelled will be reimbursed.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 05/05/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24130365,Request for Tenders,Open Competition,Dickey Flat Replacement Suspension Bridge,,20210325,20210505,20210907,,Sole Agency,No,n/a,RFT for the replacement of the existing Dickey Flat suspension bridge located at Dickey Flat Campsite in Waikino. We require a full bridge replacement as per engineer drawings included in this tender,Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo 3330 Successful suppliers name: Abseil Access Ltd Successful suppliers address: 15 Bute Street, Te Aro, Wellington Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Removal of existing Dickey Flat suspension bridge and installation of new Dickey Flat suspension bridge Date the contract was awarded: 10 August 2021 Duration of the contract including any extension/renewal options:12 weeks build period and 52-week maintenance period Type of procurement process: Open tender weighted scoring Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $ 199,814.00 Highest offer: $ 384,227.00",0,20250410 Department of Conservation,24134636,Request for Tenders,Open Competition,Tokaanu Hotpools ACM removal and Reclad,CNI-382,20210326,20210507,20211124,,Sole Agency,No,n/a,"This contract is for the removal of internal and external Asbestos Containing Materials (ACMs) within the Private and Public Pool buildings at the Tokaanu Hot Pools, and replacement with new nominated lining and cladding materials",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo, 3330 Successful suppliers name: Access NZ 2005 Limited Successful suppliers address: 84 Kerrs Road, Wiri, Auckland, 2104, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429034624838 Description of the services or goods: Tokaanu Thermal Pools ACM Removal and Reclad project Date the contract was awarded: 24th November 2021 Duration of the contract including any extension/renewal options: 5 Months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $438,850.17, Highest offer: $644,013.94",0,20250410 Department of Conservation,24156035,Request for Tenders,Closed Competition,Dolomite Point Redevelopment (Enabling Works),,20210406,20210504,20210611,,Sole Agency,No,n/a,"The Department of Conservation is seeking to engage a supplier to achieve the enabling works package. The scope of the enabling work is the civil construction of the Northern Carpark, involving: Upgrade and redevelopment of the northern carpark (comprising approx. 2500m2 of new carpark inclusive of all set-out, vegetation clearance and off-site disposal, excavation, spreading and compacting, sealing, drainage, kerbing, line marking, landscaping, and signage) and reconfiguration of the existing car park in this location (comprising approx. 1400m2 including resealing, kerbing, line marking, landscaping and signage) and connection and integration of the two. Works are inclusive of all set-out, vegetation clearance and off-site disposal, earthworks, sealing, drainage, kerbing, line marking, landscaping and footpaths, and signage, stormwater management and underground services.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful suppliers name: Westroads Limited Successful suppliers address: 267 Kaniere Road, Hokitika Successful suppliers New Zealand Business Number (NZBN): 9429038655081 Description of the services or goods: Dolomite Point Redevelopment Project (Enabling Works) Northern Carpark Date the contract was awarded: 3rd June 2021 Duration of the contract (including any extensions): 15 weeks Type of procurement process: Closed tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $797,832 Highest offer: $1,198769",0,20250410 Department of Conservation,24190943,Award Notice,Open Competition,Routeburn Track (Divide to Key Summit),,20210211,20210211,20210609,,Sole Agency,No,,Remediation of Routeburn Track (Divide to Key Summit).,Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive, PO Box 29, Te Anau 9640 Successful suppliers name: WestReef Services Limited Successful suppliers address: 80 Russell Street, Westport 7825 Successful suppliers New Zealand Business Number (NZBN): 9429038625633 Description of the services or goods: Remediation of Routeburn Track (Divide to Key Summit) Date the contract was awarded: 11 February 2021 Duration of the contract including any extension/renewal options: 12 months Expected spend under the contract (GST exclusive): $134,960.00 Type of procurement process: Selective procurement (sole source) Exemption justification: 14.9.G Exceptionally advantageous conditions",0,20250410 Department of Conservation,24221797,Request for Quotations,Closed Competition,Hahei Short Walk Track Upgrade,HSW21,20210420,20210519,20210825,,Sole Agency,No,n/a,"We are seeking to source a supplier to carry out upgrade work in the Hahei Short Walk, which links Hahei Beach to the Cathedral Cove Walk. This is a closed request for quotation (by invitation only). The selected suppliers are already part of the Northern North Island Regional Track Panel. The project is made up of reforming track, adding track surface material and box step construction.",Awarded,"Agency name: Department of Conservation Agency address: Level 4, 73 Rostrevor Street, Hamilton 3402 Successful suppliers name: Walkways Solutions Ltd Successful suppliers address: 127 Ngati Maru Highway, Kopu 3578 Successful suppliers New Zealand Business Number (NZBN): 9429034383155 Description of the services or goods: Track Construction and upgrade work Date the contract was awarded: 09/08/2021 Duration of the contract including any extension/renewal options: 12 Weeks construction, 26 Weeks Maintenance period Expected spend under the contract (GST exclusive): $144,000.00 Type of procurement process: Closed tender",0,20250410 Department of Conservation,24237758,Request for Tenders,Open Competition,Tongariro National Park Operation and Maintenance - 3 Waters Infrastructure,CNI-0-390,20210423,20210603,20211026,,Sole Agency,No,n/a,"The Department of Conservation is seeking tenders for the Operation and Maintenance of the water, wastewater and stormwater systems in the Tongariro National Park, including operation of the water and wastewater treatment plants and the disposal fields in Whakapapa Village. Tongariro National Park has Dual World Heritage status and currently attracts over 1 million visitors annually. Whakapapa Village is the main visitor entry point for the park and is a base for the management of the Tongariro National Park. It includes Iwikau Village and the Whakapapa Ski Area. The Department is legally required to provide local body infrastructure and community services in Whakapapa and Iwikau villages, including: Reticulated drinking water Wastewater collection, treatment, and discharge Stormwater collection",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street Taupo, 3330 Successful suppliers name: Veolia Water Services (ANZ) Pty Ltd Successful suppliers address: Millennium Business Park 600 Great South Road, Ellerslie, Auckland 1051 Successful suppliers New Zealand Business Number (NZBN): 9429038134586 Description of the services or goods: Operation and maintenance of the Whakapapa 3 waters infrastructure in Tongariro National Park. Date the contract was awarded: Tuesday October 26, 2021. Duration of the contract including any extension/renewal options: 5-year initial term with 2 extension options, up to total term of 10 years. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive):Lowest offer: $875,327.86, Highest offer: $1,377,422.34",0,20250410 Department of Conservation,24265663,Award Notice,Open Competition,Taniwha St Asbestos Removal and Remediation,,20210301,20210301,20210504,,Sole Agency,No,,"Removal of the top 300mm of contaminated topsoil (with asbestos containing material) from the Taniwha Street Local Purpose Reserve, Glen Innes.",Awarded,"Agency name: Department of Conservation Agency address: Unit 12, 30 Hudson Street, Warkworth Successful suppliers name: Union Contractors Limited Successful suppliers address: 18 Bassant Avenue, Penrose, Auckland 1061 Successful suppliers New Zealand Business Number (NZBN): 9429032814453 Description of the services or goods: Asbestos in soil remediation Date the contract was awarded: 01 March 2021 Duration of the contract including any extension/renewal options: 3 months Expected spend under the contract (GST exclusive): $137,835.00 Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency",0,20250410 Department of Conservation,24307170,Award Notice,Open Competition,SSI Flood Recovery - Cleddau Flood Protection,,20210126,20210126,20210514,,Sole Agency,No,,Repairs to existing flood protection scheme,Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra Successful suppliers name: Downer New Zealand Limited Successful suppliers address: 159 Liddel St, Invercargill 9810 Successful suppliers New Zealand Business Number (NZBN): 9429039194114 Description of the services or goods: Repairs to existing flood protection scheme Date the contract was awarded: 26 January 2021 Duration of the contract including any extension/renewal options: 26 January 2021 24 September 2021 Expected spend under the contract (GST exclusive): $622,876.90 Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency Procurement",0,20250410 Department of Conservation,24352931,Request for Quotations,Closed Competition,Curtis Falls Staircase Replacement Project,CURTISFALLS21,20210526,20210617,20210720,,Sole Agency,No,n/a,"The Director-General of the Department of Conservation (the Principal) is seeking tenders from the Combined Regional Track Panel members. This contract is for the removal of nine staircases and construction of nine replacement sets of on ground steps at Curtis Falls Track, Taranaki National Park. The Contract Works include the following elements: Provide all necessary documentation, including insurance certificates and safety plans, to execute the works. Demolition and removal of existing staircases #3758, #3759, #3802, #3803, #3810, #3814, #5680, #3812, #3818. Construction of replacement on ground steps as specified in the attached plans. Demobilise from the Curtis falls Track, leaving it in a tidy manner. The General Conditions of Contract are NZS 3915:2005 Conditions of Contract for Building and Civil Engineering Construction, as set out and amended in these documents.",Awarded,"Agency name: Department of Conservation Agency address: Kirikiriroa/Hamilton Office, Level 4, 73 Rostrevor Street, Hamilton 3204 Successful suppliers name: Egmont Property & Inspection Services Ltd Successful suppliers address: 230 Korito Road, RD1, New Plymouth 4371 Successful suppliers New Zealand Business Number (NZBN): 9429031851718 Description of the services or goods: Removal of nine staircase structures and construction of nine replace flights of on ground steps. Date the contract was awarded: 20th July 2021 Duration of the contract including any extension/renewal options: 10 Weeks Expected spend under the contract (GST exclusive): $45000.00 Type of procurement process: Closed tender",0,20250410 Department of Conservation,24354760,Request for Tenders,Open Competition,Lake Matheson Track Repair 2021,,20210526,20210719,20211116,,Sole Agency,No,n/a,Invitation to submit tender for resurfacing 800m of track to the Department of Conservation's short walk standard and to replace three (3x) boardwalks with culvert pipe and track surface.,Awarded,"Agency name: Department of Conservation Agency address: P.O. Box 14, Franz Josef Successful suppliers name: WestReef Services Ltd Successful suppliers address: 80, Russell Street, Westport, West Coast, 7825 Successful suppliers New Zealand Business Number (NZBN): 9429038625633 Description of the services or goods: Track repair and structure replacement Date the contract was awarded: 16 November 2021 Duration of the contract including any extension/renewal options: 9 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $173,910, Highest offer: $730,317",0,20250410 Department of Conservation,24392617,Request for Quotations,Closed Competition,Fiordland (Te Moana o Atawhenua) Marine Area sub-tidal Monitoring Contract,FMA21_22 - 01,20210604,20210625,20220504,,Sole Agency,No,n/a,"Tender for sub-tidal biological monitoring within the Fiordland (Te Moana o Atawhenua) Marine Area. The contract will focus on collecting data for fish, invertebrates, habitat and oceanographic variables within a two week voyage in the fiords aboard the Departments vessel Southern Winds.",Not Awarded,RFQ cancelled.,0,20250410 Department of Conservation,24406450,Award Notice,Open Competition,Support Services for the DOC Website,,20210602,20210602,20210609,,Sole Agency,No,,Support services for the DOC external website www.doc.govt.nz and the internal intranet.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Te Aro, Wellington Successful suppliers name: Intergen Limited Successful suppliers address: Level 4, 80 Willis Street, Wellington, New Zealand 6011 Successful suppliers New Zealand Business Number (NZBN): 9429036948963 Description of the services or goods: Support services for the DOC external website www.doc.govt.nz and the internal intranet Date the contract was awarded: 2-Jun-2021 Duration of the contract including any extension/renewal options: 22 months Expected spend under the contract (GST exclusive): $205,040 Type of procurement process: Selective procurement (sole source) Exemption justification: 14.9D Additional goods, services or works",0,20250410 Department of Conservation,24411589,Request for Quotations,Closed Competition,Taranaki Falls Track Surface Renewal,,20210610,20210702,20220605,,Sole Agency,No,n/a,Reshape and resurface the track to the required Walking Track standard at specified sections of the track; Remove specified redundant water control infrastructure along the track; Install and create specified water management controls and infrastructure.,Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful suppliers name: Impel (2010) Ltd Successful suppliers address: BFA Ltd, 109, Tuwharetoa Street, Taupo, 3330, NEW ZEALAND Successful suppliers New Zealand Business Number (NZBN): 9429031371360 Description of the services or goods: Construction of water control measures and track resurfacing of the Taranaki Falls track Date the contract was awarded: 5 June 2022 Duration of the contract including any extension/renewal options: 10 weeks Expected spend under the contract (GST exclusive): $229,655 Type of procurement process: Closed tender",0,20250410 Department of Conservation,24438830,Award Notice,Open Competition,Kokako Monitoring,,20210430,20210430,20210617,,Sole Agency,No,,Annual Kokako survey Okahukura/Mapara/Waipapa/Tunawaea and Mangatutu,Awarded,"Agency name: Department of Conservation Agency address: 73 Rostrevor Street, Hamilton Successful suppliers name: David Bryden Description of the services or goods: Annual Kokako survey Okahukura/Mapara/Waipapa/Tunawaea and Mangatutu Date the contract was awarded: 30 April 2021 Duration of the contract including any extension/renewal options: 3 years plus one right of renewal of 4 years Expected spend under the contract (GST exclusive): $180,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9.c (only one supplier)",0,20250410 Department of Conservation,24458060,Request for Quotations,Closed Competition,Ruakuri Waitomo Boardwalks Replacement Project,WAIWALKWAY21,20210622,20210715,20211029,,Sole Agency,No,n/a,"The Director-General of the Department of Conservation (the Principal) is seeking tenders from the Combined Regional Track Panel to complete the construction works described in these Tender Documents. The Tender Documents set out the general requirements for the construction works, together with the terms and conditions for submitting a tender. Contractors responding or intending to respond to this tender shall be known as tenderers. This contract is for the replacement of two sections of boardwalk with a 17m long retaining wall with tied rock fixing and 22m length barrier, located on the Waitomo Walkway immediately north of the Ruakuri Reserve carpark area. The Contract Works include the following elements: Removal and disposal of approximately 17m of existing boardwalk structure. Supply and install approximately 9m of retaining wall up to 0.8m high. Supply and install approximately 8m of retaining wall up to 2.0m high. Supply and install approximately 22m of timber barrier to fixed retaining wall or to rock. Supply and installation of three new timber boxed steps. Backfill the retaining walls and steps to form track. Supply and spread 2 cubic metres of aggregate track surfacing.",Awarded,"Agency name: Department of Conservation Agency address: Kirikiriroa/Hamilton Office, Level 4, 73 Rostrevor Street, Hamilton. Successful suppliers name: Keir Landscaping Ltd Successful suppliers address: 41a, Wallis Street, Raglan, 3225, New Zealand Successful suppliers New Zealand Business Number (NZBN):9429046151650 Description of the services or goods: Replacement of two boardwalk structures with a retaining wall and formed track on top. Date the contract was awarded: 29th of October 2021 Duration of the contract including any extension/renewal options: 3 Months delivery & 12 months defects/ liability period Expected spend under the contract (GST exclusive): $30,370.00 Type of procurement process: Closed tender",0,20250410 Department of Conservation,24460409,Request for Tenders,Open Competition,"Peak Viewpoint Landscaping and Carpark, Fox Glacier",,20210622,20210728,20211102,,Sole Agency,No,n/a,"The Department of Conservation (DOC) seeks tenders from experienced contractors to undertake landscaping and carpark construction at Peak Viewpoint, a prominent visitor destination in Fox Glacier. This is a high profile, substantial redeveloped delivered in partnership between the Department of conservation and Te Runanga o Makaawhio and designed by leading landscape architects and an Iwi master carver. Landscaping: Clearing of vegetation, shaping, drainage, paving, stone masonry, fabrication and installation of furniture, steel metal work, concrete surface finishing, planting, grassing and construction of short gravel walking track. Carpark: Upgrade of carpark and preparation for sealing, earthworks, stormwater drainage, granular pavement construction, asphaltic concrete and chip seal surfacing, pavement markings, temporary traffic management and public liaison, environmental mitigation works, asphaltic concrete and chip seal surfacing (provisional item that may not be included in the works).",Not Awarded,,0,20250410 Department of Conservation,24465452,Request for Tenders,Open Competition,Wangapeka/Fyfe Back Country Stoat Trap Servicing,,20210623,20210729,20210910,,Sole Agency,No,n/a,"The Wangapeka/Fyfe Whio Security Site is protected by a network of approximately 1075 double set stoat traps. The front country double-set stoat traps (approximately 295) are serviced by volunteers and students from Tapawera Area School. DOC staff perform the first and last trap check of each season, August and May respectively, or may, with four weeks notice to the Supplier, substitute other months. The double-set stoat traps provide protection to nesting Whio, in conjunction with aerial 1080 application, when required. The objective of the Wangapeka/Fyfe Security Site is to maintain a breeding population of at least 50 Whio pairs to help secure the future for this species.",Awarded,"Agency name: Department of Conservation Agency address: Cnr King Edward and High St, Motueka 7120 Successful suppliers name: MBC Environmental Ltd Successful suppliers address: CUFFS LTD, Level 2, Como House, 51 Tancred St, Hokitika 7810 Successful suppliers New Zealand Business Number (NZBN): 9429042495819 Description of the services or goods: Backcountry stoat trap checks, Wangapeka/Fyfe whio security site Date the contract was awarded: 10 September 2021 Duration of the contract including any extension/renewal options: 12 months plus two rights of renewal of one year each (1+1+1) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $38,844 per annum, Highest offer: $69,860 per annum",0,20250410 Department of Conservation,24509520,Request for Tenders,Open Competition,Taranaki Crossing Tracks,,20210705,20210906,20211012,,Sole Agency,No,n/a,"DOC is seeking contractors to undertake track upgrades of the existing tracks from Manganui Ski field through to Pouakai Hut including the link from Jacobs Ladder down to the North Egmont Visitor Centre. This tender includes six (6) packages of work and contractors can bid for one, multiple or all packages. We are seeking to engage capable contractors that can work with DOC to provide a quality track, constructed in ways that minimise ongoing maintenance and using local materials and/or labour where possible. All works should be complete by May 2022.",Awarded,"Agency name: Department of Conservation Agency address: 55a Rimu Street New Plymouth Successful suppliers name: 1. Whitaker Civil Engineering Ltd 2. Nelmac Limited 3. Milton Harward Construction Limited 4. Egmont Property & Inspection Services Ltd Successful suppliers address: 1. 7 Liardet Street, New Plymouth, 4310 2. 2 Bullen Street, Tahunanui, Nelson 7011 3. C/- Monteck Carter LP, Unit 5, Level 1, 15 Accent Drive, East Tamaki, Auckland, 2013 4. 230 Korito Road, Rd1, New Plymouth 4371 Successful suppliers New Zealand Business Number (NZBN): 1. 9429040158556 2. 9429038613579 3. 9429032069433 4. 9429031851718 Description of the services or goods: 1. Track Upgrades for Taranaki Crossing Track TC7 - Contract Ref: HWT-O-203 2. Track Upgrades for Taranaki Crossing Track TC5 - Contract Ref: HWT-O-204 3. Track Upgrades for Taranaki Crossing Track TC8 & TC9 - Contract Ref: HWT-O-202 4. Track Upgrades for Taranaki Crossing Track TC6 & TC10 - Contract Ref: HWT-O-201 Date the contract was awarded: 1. 8th October 2021 2. 12th October 2021 3. 7th October 2021 4. 8th October 2021 Duration of the contract including any extension/renewal options: 7 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): TC5 Lowest offer: $478,023.64 Highest offer: $901,171.88 TC6 Lowest offer: $149,592.18 Highest offer: $530,846.03 TC7 Lowest offer: $541,588.77 Highest offer: $968,199.69 TC8 Lowest offer: $596,352.00 Highest offer: $813,694.66 TC9 Lowest offer: $842,382.50 Highest offer: $1,025,545.21 TC10 Lowest offer: $458,217.01 Highest offer: $1,158,745.85",0,20250410 ,,,,,,,,,,,,,,,,, Department of Conservation,24513781,Request for Proposals,Open Competition,Conservation House Cleaning Services,,20210706,20210915,20220513,,Sole Agency,No,n/a,"To provide cleaning services at the Department of Conservation's Head Office, 18 Manners Street, Te Aro, Wellington.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Te Aro, Wellington Successful suppliers name: Millennium Group (NZ) Pty Limited Successful suppliers address: Oxford Edge Limited, 3a / 335 Lincoln Road, Addington, Christchurch, 8024 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429041756485 Description of the services or goods: Cleaning services for Conservation House Date the contract was awarded: 13 May 2022 Duration of the contract including any extension/renewal options: Two years with three rights of renewal for an additional period of two years each at DOCs sole discretion (2+2+2+2) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $160,133.42 per annum Highest offer (GST excl): $325,626.81 per annum",0,20250410 Department of Conservation,24534646,Request for Quotations,Closed Competition,Tiakina Nga Manu - Te Maruia Aerial Pest Control Operation,,20210714,20210818,20211201,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Te Maruia area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 28/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24535160,Request for Quotations,Closed Competition,Tiakina Nga Manu - Hauturu-Awaroa Aerial Pest Control Operation,,20210714,20210818,20211216,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hauturu-Awaroa Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 30/11/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24535525,Request for Quotations,Closed Competition,Tiakina Nga Manu - Clinton-Arthur-Cleddau - Aerial Pest Control Operation,,20210714,20210818,20211201,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Clinton-Arthur-Cleddau Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 23/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24535671,Request for Quotations,Closed Competition,Tiakina Nga Manu - Blue Mountains Aerial Pest Control Operation,,20210714,20210818,20211013,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Blue Mountains Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 23/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24535837,Request for Quotations,Closed Competition,Tiakina Nga Manu - Catlins Aerial Pest Control Operation,,20210714,20210818,20211201,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Catlins Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 23/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24539188,Request for Quotations,Closed Competition,Tiakina Nga Manu - Eglinton Aerial Pest Control Operation,,20210714,20210818,20211208,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Eglinton Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24539293,Request for Quotations,Closed Competition,Tiakina Nga Manu - Dart-Caples Aerial Pest Control Operation,,20210714,20210818,20211013,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Dart-Caples area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 23/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24539374,Request for Quotations,Closed Competition,Tiakina Nga Manu - Landsborough Aerial Pest Control Operation,,20210714,20210818,20211201,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Landsborough area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 23/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24539723,Request for Quotations,Closed Competition,Tiakina Nga Manu - Hollyford Aerial Pest Control Operation,,20210714,20210818,20211201,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hollyford Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 23/09/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24539936,Request for Quotations,Closed Competition,Tiakina Nga Manu - Makarora Aerial Pest Control Operation,,20210714,20210818,20211208,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Makarora area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24556529,Request for Quotations,Closed Competition,Fiordland Tracking Tunnel and Trapping Services 2021/22,,20210716,20210806,20210801,,Sole Agency,No,n/a,"The Department of Conservation is seeking to secure the services of skilled suppliers to undertake trap and tracking tunnel servicing in the Clinton, Arthur and Upper Hollyford catchments. They will be checking the respective trap networks up to 9x per annum and the tracking tunnel networks 2x per annum.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive, Te Anau, 9600 Successful suppliers name: Mammalian Corrections Unit Ltd Successful suppliers address: 52 Corstorphine Rd , Dunedin 9012 Successful suppliers New Zealand Business Number (NZBN): 9429031478922 Description of the services or goods: Fiordland Trap and Tracking Tunnel Servicing Date the contract was awarded: 1st August 2021 Duration of the contract including any extension/renewal options: 11 months with a 12 month extension Type of procurement process: Closed tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $208,856, Highest offer: $256,226",0,20250410 Department of Conservation,24618776,Request for Tenders,Open Competition,Managing the safety of navigation for the Subantarctic and Kermadec Islands,,20210730,20211102,20220513,,Sole Agency,No,n/a,"The objective and scope of this procurement is: To develop and implement a maritime safety management system for vessels accessing the coastal marine areas of the Islands; and The provision of expert maritime advice in respect of the Islands as the need may arise, including advice on proposed legislative amendments. The appointment is an interim position until such time as an amendment to the Maritime Transport Act (MTA) has been achieved and the Minister of Conservation has appointed an entity or individual to the role of Harbourmaster for the Islands.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington 6011, PO Box 10420 Wellington 6143 Successful suppliers name: Canterbury Regional Council Successful suppliers address: 200 Tuam Street, Christchurch Central, Christchurch 8140 Successful suppliers New Zealand Business Number (NZBN): 9429041900130 Description of the services or goods: To manage navigation safety at the Kermadec and Subantarctic Islands. Including to develop and implement a maritime safety management system for vessels accessing the Coastal Marine Areas of the Islands, and provision of expert maritime advice in respect of the Islands as the need may arise. Date the contract was awarded: 13 May 2022 Duration of the contract including any extension/renewal options: Proposed contract term will be an initial term of two years with three rights of renewal at the Departments discretion for one year each (2 + 1 + 1 + 1). Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $229,830, Highest offer: $342,500",0,20250410 Department of Conservation,24665592,Request for Proposals,Open Competition,"Proposals for tools and technologies for the Predator Free 2050 ""Tools to Market"" programme.",,20210811,20211130,20211207,,Sole Agency,No,n/a,"**** EFFECTIVE 15 NOVEMBER 2021, THIS RFP IS CANCELLED **** The Department of Conservation (DOC) has released a Request for Proposal (RFP) as part of DOCs Tools to Market programme. The goal of Tools to Market is to make smarter, safer, and more effective tools and technologies available to the Predator Free 2050 community within a 1 to 5-year timeframe. Tools to Market supports the ambitious goal of Predator Free 2050, to rid New Zealand of the most damaging introduced predators that threaten our nations natural taonga, economy and primary sector. The procurement round aims to accelerate the delivery of new and improved tools and technologies to enable availability in the New Zealand market. Tools to Market is seeking Proposals for tools or technologies under one or more of the following procurement themes: - Theme 1 (T1): User friendly systems for processing images from cameras. - Theme 2 (T2): Remote sensing options for detecting predators at low densities. - Theme 3 (T3): Landscape-scale tools to target rodents at low densities. The RFP document contains fuller information on the themes and the attributes DOC is seeking in the proposed tools and technologies. Respondents to the RFP will be able to outline in their proposal the type(s) of tools and technology they are developing to respond to any of these themes.",Not Awarded,"No winning responses due to cancellation of 2021 Tools to Market Request for Proposal (RFP) prior to the response submission date. Background to cancellation of the RFP: DOC paused this RFPs response preparation period and submission date when New Zealand went into Alert Level 4 lockdown in August 2021. As DOC did not want potential respondents in any region to be disadvantaged, the pause remained during the subsequent regional Alert Level 3 restrictions. Due to the ongoing and uncertain nature of restrictions, DOC then determined that the most appropriate approach was to cancel the RFP, with an intention to reissue the RFP afresh in 2022. The cancellation was notified in GETS on 15 November 2021.",0,20250410 Department of Conservation,24740527,Award Notice,Open Competition,Living Water LandscapeDNA Project Development,,20210819,20210819,20210830,,Sole Agency,No,,Project development phase for the LandscapeDNA project to support landowners and rural communities with landscape information in one place to make better decisions about land use for the environment.,Awarded,"Agency name: Department of Conservation Agency address: Level 3 Grand Central, 161 Cashel Street, Christchurch, 8011 Successful suppliers name: LandscapeDNA Limited Successful suppliers address: 92 Layard St, Invercargill, 9810 Successful suppliers New Zealand Business Number (NZBN): 9429049245806 Description of the services or goods: Project development phase for the LandscapeDNA project to support landowners and rural communities with landscape information in one place to make better decisions about land use for the environment. Date the contract was awarded: 19 August 2021 Duration of the contract including any extension/renewal options: 11 months Expected spend under the contract (GST exclusive): $200,000.00 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9c Only one Supplier",0,20250410 Department of Conservation,24771975,Request for Quotations,Closed Competition,Tiakina Nga Manu - Abbey Rocks-Mataketake Aerial Pest Control Operation,,20210908,20211013,20211208,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Abbey Rocks - Mataketake Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consulation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 03/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24772123,Request for Quotations,Closed Competition,Tiakina Nga Manu - Arawhata Aerial Pest Control Operation,,20210908,20211013,20211208,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arawhata Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 03/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24772412,Request for Quotations,Closed Competition,Tiakina Nga Manu - Arthur's Pass West Aerial Pest Control Operation,,20210908,20211013,20220211,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arthur's Pass West Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24773296,Request for Quotations,Closed Competition,Tiakina Nga Manu - Raukumara Pae Maunga Aerial Pest Control Operation,,20210908,20211013,20220615,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Raukumara Pae Maunga Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. This is an iwi lead project. The Department are working alongside iwi to help deliver this work. Engagement and consultation with neighbouring landowners will be supported by iwi reps.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 31/05/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M-5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24773708,Request for Quotations,Closed Competition,Tiakina Nga Manu - Southern Ruapehu (Rangataua) Aerial Pest Control Operation,,20210908,20211013,20211208,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Southern Ruapehu (Rangataua) Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24773867,Request for Quotations,Closed Competition,Tiakina Nga Manu - Waipoua Aerial Pest Control Operation,,20210908,20211013,20211208,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waipoua Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 08/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24773972,Request for Quotations,Closed Competition,Tiakina Nga Manu - Waitutu Aerial Pest Control Operation,,20210908,20211013,20211208,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waitutu Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/12/2021 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24774177,Request for Quotations,Closed Competition,Tiakina Nga Manu - Whareorino Aerial Pest Control Operation,,20210908,20211013,20220823,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whareorino Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. This operation will be managed by the Waikato Regional Council.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/06/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,24816412,Request for Tenders,Open Competition,Wairarapa Lawn Mowing,,20210915,20211021,20211112,,Sole Agency,No,n/a,Request for Tender for the lawn mowing of Department of Conservation campgrounds and amenity areas in the Wairarapa.,Awarded,"Agency name: Department of Conservation Agency address: 220 South Road, Masterton, 5885, New Zealand Successful suppliers name: Programmed Maintenance Services (N.Z.) Ltd Successful suppliers address: Legalis Limited T/A Peter Ansley Legal, Level 1, 21 Devon Street West, New Plymouth, 4310, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429039044716 Description of the services or goods: Lawn Mowing Services Date the contract was awarded: 12 November 2021 Duration of the contract including any extension/renewal options: 4-years Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $41,259.66, Highest offer: $168,360.00",0,20250410 Department of Conservation,24880298,Request for Proposals,Closed Competition,Subantarctic Vessel Support Panel,,20210929,20211112,20220309,,Cluster,No,,The Department of Conservation is seeking to expand its existing supplier panel of vessel operators we can call on for transporting goods and/or personnel to and from and between the subantarctic islands to support DOC's operations and research projects in theis area.,Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington 6011, PO Box 10-420, Wellington 6143 Successful suppliers name: Awesome Charters 2018 Ltd Successful suppliers address: BLACKBURNE GROUP LP, Kaimanawa House, 74 Kaimanawa Street, Taupo, 3330, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429046977250 Description of the services or goods: Vessel charter services Date the contract was awarded: 9th March 2022 Duration of the contract including any extension/renewal options: 16 years Expected spend under the contract (GST exclusive): $4 million Type of procurement process: Closed tender",0,20250410 Department of Conservation,24895441,Request for Quotations,Closed Competition,Windows Loop Walk Track Resurfacing,,20211001,20211112,20220226,,Sole Agency,No,,"The Contract Works include the following elements: Installation and cleaning of drainage culverts. Installation of side drainage. Installation of grade humps. Installation of minor retaining structures. Removal and transportation of debris and slip material. Track resurfacing and compaction. Installation of concrete paving. All works are to meet the Short Walk Standards (SNZ HB 8630:2004).",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo. 3330 Successful suppliers name: Keir Landscaping and Structures Limited Successful suppliers address: 661 Rewi Street, Te Awamutu. 3800 Successful suppliers New Zealand Business Number (NZBN): 9429046151650 Description of the services or goods: Track Surface Replacement Date the contract was awarded: 26/02/2022 Duration of the contract including any extension/renewal options: 26weeks Type of procurement process: Closed tender (secondary procurement) Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $304.7k Highest offer: $306.3k",0,20250410 Department of Conservation,24933776,Request for Tenders,Open Competition,Ruakuri Toilet Replacement Project,RTRP21,20211008,20211221,20230628,,Sole Agency,No,n/a,Construction of turn-key four pan toilet facility at Ruakuri Reserve in the Waitomo district,Awarded,"Agency name: Department of Conservation Agency address: 73 Rostrevor Street, Hamilton Successful suppliers name: Permacrete Limited known as Permaloo Successful suppliers address: 66 Main Road, Makaraka, Gisborne, 4010 Successful suppliers New Zealand Business Number (NZBN): 9429032313277 Description of the services or goods: Ruakuri Toilet replacements Date the contract was awarded: 28 June 2023 Duration of the contract including any extension/renewal options: 26 weeks Expected spend under the contract (GST exclusive): $ 327,760. Type of procurement process: Open tender",0,20250410 Department of Conservation,25000775,Request for Tenders,Open Competition,Rangitikei White Bryony Abseil Services,,20211022,20211129,20220202,,Sole Agency,No,n/a,"The Department has in place a programme of work to eradicate White Bryony from Mokai Valley in the Rangitikei District. The steep cliff faces within the valley makes the use of abseiling techniques imperative for the successful control of this noxious weed The Services required for the control of White Bryony are predominantly labour intensive; however, Participants are required to have abseiling qualifications and equipment certifications to perform the work safely. The services would be performed across two sites which straddle both sides of the Rangitikei River.",Awarded,"Agency name: Department of Conservation Agency address: 28 North Street, Palmerston North Successful suppliers name: Abseil Access Limited Successful suppliers address: 15 Bute Street, Wellington, 6014, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Weed Control using Rope Access techniques Date the contract was awarded: 02/02/2022 Duration of the contract including any extension/renewal options: 3 Years (1+1+1) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): 760 abseil drops @ Daily Rate (8 hours) for a three person team Lowest offer: $2,136.00, Highest offer: $3,607.00",0,20250410 Department of Conservation,25052230,Request for Proposals,Open Competition,Oturere Hut Design Services,CNI-0-413,20211104,20211210,20220829,,Sole Agency,No,n/a,"The Department is seeking an architectural design that will encompass the following outcomes: A fit for purpose hut design that reflects the UNESCO World Heritage area the Oturere hut is a part of A sustainable design for the construction and long-term use of the hut Understanding of iwi values and the significance of the Tongariro National Park to local iwi Consultation time with the Department to ensure the design delivers the required outcomes. Structural engineer designs (wind and snow loadings) Design and working drawings for Oturere hut.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, taupo Successful suppliers name: Stantec New Zealand Successful suppliers address: Level 2 2 Hazeldean Road, Addington, Christchurch, 8024 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429040356297 Description of the services or goods: Design services for Oturere Hut Date the contract was awarded: 29 August 2022 Duration of the contract including any extension/renewal options: 18 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 136,600 Highest offer (GST excl): $ 186,200",0,20250410 Department of Conservation,25078384,Request for Tenders,Open Competition,Geraldine District Weed Control and Planting,,20211110,20211215,20220420,,Sole Agency,No,n/a,"The purpose of this procurement process is to identify a supplier to carry out the following services, which have been divided into two parts: part a and part b. a. Opihi Lagoon: Environmental weed control and native planting including maintenance at the Opihi Lagoon with the intent to restore a coastal wetland. b. Geraldine Weeds: Landscape scale weed control in the high country and braided rivers. This work is focused on keeping upper catchments weed free. Participants are invited to submit a tender for either part a (Opihi Lagoon), part b (Geraldine Weeds), or both part a and b (Opihi Lagoon and Geraldine Weeds).",Awarded,"Agency name: Department of Conservation Agency address: 13-15 North Terrace Geraldine Successful suppliers name: Wildland Consultants Ltd Successful suppliers address: 99 Sala Street, Whakarewarewa, Rotorua, 3010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429039428714 Description of the services or goods: Weed control and planting. Date the contract was awarded: 20 April 2022 Duration of the contract including any extension/renewal options: 30 June 2024 Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 5,321.64 Highest offer (GST excl): $ 21,2980",0,20250410 Department of Conservation,25111986,Request for Proposals,Open Competition,Purpose Built Marine Vessel,,20211116,20220124,20220817,,Sole Agency,No,n/a,"The Department of Conservation (the Department) is seeking Proposals to identify a supplier to supply a purpose built marine vessel and related warranty services. Goods/Service provision includes: the building and delivering of a new boat that meet all the mandatory specifications; and the services required during the warranty period. Goods/Service provision excludes: the ongoing repair and maintenance of the boat; and the landing infrastructure upgrade. Please read the pre-condition and the mandatory criteria carefully before you start to respond.",Awarded,"Agency name: Department of Conservation Agency address: 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: NAiAD New Zealand Limited Successful suppliers address: 101 Wellington Street, Picton, 7250, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429047888173 Description of the services or goods: A purpose-built marine vessel for Kapiti Island Date the contract was awarded: 17 August 2022 Duration of the contract including any extension/renewal options: End date: 10 August 2027; no renewal options. Expected spend under the contract (GST exclusive): Total fee of $ 934,213 Type of procurement process: Open tender",0,20250410 Department of Conservation,25186874,Request for Tenders,Open Competition,Hollyford Track Gantry Replacement,,20211130,20220201,20220301,,Sole Agency,No,n/a,The Department of Conservation intends to replace a cantilevered timber gantry on the Upper Hollyford Track in Fiordland National Park. The project will involve removal of the existing gantry from the site and construction of a replacement 18 metre long timber gantry.,Awarded,"Agency name: Department of Conservation Agency address: PO Box 10420, Wellington 6140 Successful suppliers name: Recreation Construction (2021) Limited Successful suppliers address: c/- Ford Simpson Ltd Chartered Accountants, 18 Woollcombe Street, Timaru 7910 Successful suppliers New Zealand Business Number (NZBN): 9429049314205 Description of the services or goods: Construction of cantilevered timber gantry Date the contract was awarded: 01/03/2022 Duration of the contract including any extension/renewal options: 18 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $48,950.24 Highest offer: $122,837.08",0,20250410 Department of Conservation,25227811,Request for Quotations,Closed Competition,Tiakina Nga Manu - Mapara Aerial Pest Control Operation,,20211209,20220126,20220526,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mapara Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 17/05/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,25240794,Request for Tenders,Open Competition,"Devils Punchbowl Car Park Upgrade, Arthur's Pass National Park",North Canterbury 001/2021,20211213,20220202,20220420,,Sole Agency,No,n/a,"This contract is for the construction of an unsealed car park at the start of the Devils Punchbowl Falls Track, Arthurs Pass National Park. The Contract Works will included the following elements: - Trenching, installation and backfilling of the proposed stormwater network - Trenching, installation and backfilling of the water and electricity supply - Preparation of the subgrade and construction of the car park and access road",Not Awarded,,0,20250410 Department of Conservation,25252342,Request for Tenders,Open Competition,McCallums Mill Road upgrade,,20211216,20220210,20220405,,Sole Agency,No,n/a,"This contract is for the upgrade of McCallums Mill Road which provides access to the Oparara Basin near Karamea. This contract work involves but is not limited to: Establishment Temporary traffic management Site clearing and temporary works Earthworks construction Pavement construction and surfacing Pavement marking and signs Bridge design, supply and installation. Culvert installation/extension Minor concrete works Sight rail installation",Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, Westport, 7825 Successful suppliers name: Rosco Contractors Ltd Successful suppliers address: Cope Shearing Limited, 68 Mandeville Street, Christchurch, 8011 Successful suppliers New Zealand Business Number (NZBN): 9429036507566 Description of the services or goods: McCallums Mill Road Upgrade Date the contract was awarded: 5/4/2022 Duration of the contract including any extension/renewal options: 5/4/2022 03/11/2022 Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $2,549,882.90, Highest offer: $2,549,882.90",0,20250410 Department of Conservation,25258243,Award Notice,Open Competition,Upgrade Mana Island Solar Power System,,20210921,20210921,20210921,,Sole Agency,No,,Construction services to remediate the failing power supply and health and safety concerns to occupants on Mana Island.,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Ogilvie Mander Trading Limited Successful suppliers address: 63 Crail Bay Road, Nopera, Picton 7282, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429035763536 Description of the services or goods: Upgrade Mana Island Solar Power System Date the contract was awarded: 21/9/2021 Duration of the contract including any extension/renewal options: 8/10/2021 finish Expected spend under the contract (GST exclusive): $245,285.00 Type of procurement process: Selective procurement (sole source) Exemption justification: Govt Procurement Rule 14.9 (a) Emergency",0,20250410 Department of Conservation,25270262,Request for Tenders,Open Competition,Hump Ridge Great Walk Track Project Track Upgrade Sections,,20211220,20220302,20221013,,Sole Agency,No,N/A - electronic submissions via GETS only,Track and structure upgrade works.,Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra 9320 Successful suppliers name: 1. John Henderson Construction Ltd | 2. WestReef Services Ltd Successful suppliers address: 1. 394 Paradise Road, Glenorchy, 9372 , New Zealand | 2. 80 Russell St, Westport, New Zealand Successful suppliers New Zealand Business Number (NZBN): 1. 9429036811083 | 2. 9429038625633 Description of the services or goods: The RFT was for the upgrading of seven sections of track. Each of the seven sections (named sections A, B, C, E, F, G and J) was a separable portion. Each separable portion was evaluated and awarded individually. Respondents to could respond to the RFT for as many or as few of the separable portions as they wished. Date the contract was awarded: Thursday, 13 October 2022 Duration of the contract including any extension/renewal options: 1 year. Expected spend under the contract (GST exclusive): John Henderson Construction Ltd was the successful respondent for track sections A, B, E, F and J, resulting in a total contract value for these sections of $2,969,745.80. WestReef Services Ltd was the successful respondent for track sections C and G, resulting in a total contract value for these sections of $1,756,214.93. Type of procurement process: Open tender",0,20250410 Department of Conservation,25270615,Request for Quotations,Closed Competition,Wilding Pine Aerial Service Kaweka Forest Park,,20211220,20220121,20220215,,Sole Agency,No,n/a,"The National Wilding Conifer Control Programme was established in 2016 to ensure a collaborative, coordinated and effective approach to national wilding pine management. Its aim is to efficiently contain or eradicate established areas of wilding conifers by 2030. This RFQ is a part of a four-year funding plan. Please note that the Department is currently sourcing a supplier/s for the 2021/22 summer season only. The Departments containment and eradication strategy includes maintenance control of mostly clear buffer blocks to prevent reinvasion, as well as intensive control in smaller control blocks. The supplier must: Be able to record all aerial track logs in all blocks, and individual tree waypoints in the buffer blocks. Use their own wand operator to spray the herbicide on the trees. Comply with any operational or health and safety documentation provided by the Department. Be qualified to apply agrichemicals from a helicopter. Commit to using an accredited container disposal programme (e.g., AGRECOVERY) Have current insurance. Be able and willing to follow best practice guidance for Aerial Basal Bark Application (ABBA) including recommended herbicide mixes. Have the ability to source Biodiesel and Triclopyr herbicide, mix outlined in best practice guidance over and above the amount that the Department is able to supply (To be discussed with the successful supplier) Aim to complete this contract prior to the commencement of the Roar. Timeframes will be discussed with the successful supplier, with a preferred end date of March 31st, 2022.",Not Awarded,"Secondary procurement, no contract award notice required.",0,20250410 Department of Conservation,25275435,Award Notice,Open Competition,Hosted Services for FMS Solution,,20211104,20211104,20211104,,Sole Agency,No,,The supplier provides an end-to-end solution for the management of funds from applications for project funding through to approvals and project delivery via online interface. Includes related services.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House Wellington | Whare Kaupapa Atawhai. 18-32 Manners Street, Wellington 6011. Successful suppliers name: Tactiv Pty Ltd Successful suppliers address: Level 6, 200 Adelaide Street, Brisbane Qld 4000 Successful suppliers New Zealand Business Number (NZBN): 9429041800539 Description of the services or goods: The supplier provides an end-to-end solution for the management of funds from applications for project funding through to approvals and project delivery via online interface. Includes related services. Date the contract was awarded: 4/11/2021 Duration of the contract including any extension/renewal options: From commencement until June 2023 Expected spend under the contract (GST exclusive): SOW for Implementation Services is $144,250.00, Tactiv SOW for HSA $157,400.00 per annum Type of procurement process: Selective procurement (sole source)",0,20250410 Department of Conservation,25277008,Award Notice,Open Competition,T2M NAWAC Trap Testing,,20211216,20211216,20211216,,Sole Agency,No,,Test selected trap-types against the NAWAC guidelines.,Awarded,"Agency name: Department of Conservation Agency address: Whare Kaupapa Atawhai/Conservation House, 18-32 Manners Street, Wellington 6011 Successful suppliers name: Landcare Research New Zealand Limited (Manaaki Whenua) Successful suppliers address: 54 Gerald Street, Lincoln 7608, Canterbury, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038990496 Description of the services or goods: Test selected trap-types against the NAWAC guidelines. Date the contract was awarded: 16/12/2021 Duration of the contract including any extension/renewal options: 3 years Expected spend under the contract (GST exclusive): $300,000 Type of procurement process: Selective procurement (sole source)",0,20250410 Department of Conservation,25321886,Award Notice,Open Competition,Support for the Assyst application,,20211217,20211217,20211217,,Sole Agency,No,,Support for the Assyst application,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Te Aro, Wellington Successful suppliers name: Focus on Business Ltd. Successful suppliers address: 90 Queen Street, Auckland Central, Auckland, 1010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429033041063 Description of the services or goods: Support for the Assyst application Date the contract was awarded: 17 December 2021 Duration of the contract including any extension/renewal options: 5 years Expected spend under the contract (GST exclusive): $250K Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9.d - Additional goods, services or works",0,20250410 Department of Conservation,25338526,Request for Quotations,Closed Competition,Manganui Gorge Bridge Design,,20220125,20220215,20230405,,Sole Agency,No,n/a,"To undertake the concept design, detailed design drawings, building consent documentation and construction supervision for the proposed Manganui Gorge Bridge",Not Awarded,Tender completed,0,20250410 Department of Conservation,25343672,Request for Tenders,Open Competition,Ohau Downs Conservation Area Fencing,,20220126,20220314,20220425,,Sole Agency,No,n/a,"The Department of Conservation Twizel/Te Manahuna office is looking to identify a fencing contractor to supply materials and labour for the installation and repairs of the boundary fence at the new block of land purchased from Ohau Downs Station by the Nature Heritage Fund (NHF) to become Public Conservation Land. NHF purchased this block of land in October 2020. The Ohau Downs Conservation Area is approximately 1,786 hectares of outwash plain, moraine and ephemeral wetlands. The area is located beside Lake Ohau in the Mackenzie Basin. There is nearly 19km of fencing that needs a variety of work from rabbit netting installed on existing fences, upgrading old fences, and full replacement.",Awarded,"Agency name: Department of Conservation Agency address: 15 Wairepo Rd, Twizel 7944 Successful suppliers name: Cleavers Excavations Limited Successful suppliers address: 51 Irvine Road, Rd 7O, Herbert, 9495, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429042143383 Description of the services or goods: New and upgraded fencing at Ohau Downs Conservation Area Date the contract was awarded: April 25. 2022 Duration of the contract including any extension/renewal options: 6 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $301,110.00, Highest offer: $404,707.95",0,20250410 Department of Conservation,25348674,Request for Proposals,Open Competition,"Request for Proposal for tools and technologies to be brought to market as part of the Predator Free 2050 ""Tools to Market"" programme",,20220127,20220302,20230331,,Sole Agency,No,n/a,"The Department of Conservation (DOC) has released a Request for Proposal (RFP) as part of DOCs Tools to Market programme. The goal of Tools to Market is to make smarter, safer, and more effective tools and technologies available to the Predator Free 2050 community within a 1 to 5-year timeframe. Tools to Market supports the ambitious goal of Predator Free 2050, to rid New Zealand of the most damaging introduced predators that threaten our nations natural taonga, economy and primary sector. The procurement round aims to accelerate the delivery of new and improved tools and technologies to enable availability in the New Zealand market. Tools to Market is seeking Proposals for tools or technologies under one or more of the following procurement themes: - Theme 1 (T1): User friendly systems for processing images from cameras. - Theme 2 (T2): Remote sensing options for detecting predators at low densities. - Theme 3 (T3): Landscape-scale tools to target rodents at low densities. The RFP document contains fuller information on the themes and the attributes DOC is seeking in the proposed tools and technologies. Respondents to the RFP will be able to outline in their proposal the type(s) of tools and technology they are developing to respond to any of these themes.",Awarded,"Agency name: Department of Conservation Agency address: Whare Kaupapa Atawhai / Conservation House, 18-32 Manners Street, Wellington Successful suppliers name and NZBN: 1) Aerospread Technologies Limited 2) ASG Technologies Limited 3) Boffa Miskell Limited 4) Cacophony Project Charitable Trust (2 contracts awarded) Successful suppliers New Zealand Business Number (NZBN): 1) 9429046217950 2) 9429041513088 3) 9429039845603 4) 9429046075840 Description of the services or goods: 1) Development of a precision bait system. 2) Development of portable battery-powered AI cameras; low-cost two-way global communication gateway; and a user-defined dashboard for displaying collected data. 3) Development of a long-life, solid-state lure option for rodents, possums and mustelids. 4.1) Development of a low cost, low power thermal remote sensing device. 4.2) Development of an image processing platform. Date the contract was awarded: 1) 31/01/2023 2) 10/03/2022 3) 09/12/2022 4.1) 06/12/2022 4.2) 09/12/2022 Duration of the contract including any extension/renewal options: 1) February 2023 to December 2026 2) March 2023 to January 2024 3) January 2023 to October 2023 4.1) January 2023 to June 2024 4.2) January 2023 to August 2024 Expected spend under the contract (GST exclusive): 1) $665,000 2) $398,000 3) $167,180 4.1) $303,000 4.2) $275,000 Type of procurement process: Open tender",0,20250410 Department of Conservation,25376699,Request for Quotations,Closed Competition,Oamaru Gasworks Investigation,SSI-O-222,20220203,20220224,20230405,,Sole Agency,No,n/a,"NOTE: Confidential The funding for this project has yet to be announced by the Ministry of Environment. Until the announcement is made by the Minister for the Environment, both parties agree that this work is to remain confidential. Should any information need to be shared to an external party, the prior written consent of the Department of Conservation is required. The purpose of this project is to investigate Oamaru gasworks. This will include undertaking intrusive works to characterise and delineate the extent of landfill and assess risks to human and environmental health; and to carry out a remedial options assessment and prepare a remedial action plan. The deliverables are the detailed site investigation (DSI), remedial options assessment (ROA) and the remedial action plan (RAP).",Not Awarded,"Secondary procurement, contract award notice not required",0,20250410 Department of Conservation,25388123,Request for Tenders,Open Competition,RAMM Database Management Assistance,,20220208,20220316,20220530,,Sole Agency,No,n/a,"Through this procurement the Department seeks to engage a supplier to maintain and enhance the integrity and usefulness of its RAMM database. Key tasks will include monitoring of data input by external suppliers and technical advice for the improvement of the database.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, PO Box 10420, Wellington 6140 Successful suppliers name: Asset Management Engineers Limited Successful suppliers address: 14 Ngunguru Ford Road, Kiripaka Whangarei, 0173 Successful suppliers New Zealand Business Number (NZBN): NZBN 9429033861692 Description of the services or goods: The core services to be provided by the Supplier are to: Monitor the upload of asset data by the Departments contractors and consultants into the database. Implement data improvements and data corrections. Provide technical advice. Activities such as the entering of new roading contracts into RAMM and reviews of the database operations manual and advice on RAMM/SAP integration may be procured as additional services. Date the contract was awarded: 30.05.2022 Duration of the contract including any extension/renewal options: Three years. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $17,280 per annum, Highest offer: $39,600 per annum",0,20250410 Department of Conservation,25407749,Request for Quotations,Closed Competition,Ocean Beach Landfill Remedial Action Plan,SSI-O-227,20220211,20220308,20230405,,Sole Agency,No,n/a,"NOTE: Confidential The funding for this project has yet to be announced by the Ministry of Environment. Until the announcement is made by the Minister for the Environment, both parties agree that this work is to remain confidential. Should any information need to be shared to an external party, the prior written consent of the Department of Conservation is required. RFQ for Consultant to develop a Remedial Action Plan for the contaminated site at Ocean Beach near Bluff in Southland.",Not Awarded,"Secondary procurement, contract award notice not required",0,20250410 Department of Conservation,25431752,Request for Proposals,Closed Competition,Invercargill Office Accommodation,,20220217,20220325,20220620,,Sole Agency,No,n/a,"The Department of Conservation is seeking Proposals to identify a supplier to supply the office accommodation in Invercargill described in Section 3 of this Request for Proposal (RFP). This RFP is being released to Participants who have qualified through the Registration of Interest (ROI) process undertaken in September 2021.",Not Awarded,No winning responses received.,0,20250410 Department of Conservation,25443964,Request for Proposals,Open Competition,DOC Dam Safety Assurance - PIC Assessments,,20220222,20220330,20220426,,Sole Agency,No,n/a,"The Department of Conservation - Te Papa Atawhai (DOC) is seeking to obtain the services of a suitably qualified and experienced Dam Safety Engineering Consultant to undertake initial PIC Assessments on 20 of its dam assets. The dams are distributed across the country. The services are being sought in response to signalled changes to dam safety legislation and will assist the Department to ensure the safety of their Large dam assets and for the communities they border. Proposed legislation changes are likely to reduce the size and volume of dams classified as Large dams. Once initial assessments are complete and dams have been classified as Low, Medium or High risk, further work to establish Dam Safety Assurance Programmes or more detailed condition assessments may be necessary. The initial competitive RfP process is seeking to obtain PIC assessments only, however, suppliers should consider their capabilities and experience suitable to provide those additional extended services in future should they be necessary. DOC has secured funding in FY 2021/22 to deliver a first Tranche of PIC assessments and suppliers will be invited to consider how they would structure the work across two tranches to maximise delivery this financial year in the most cost-efficient manner with the remaining dams to be completed in FY2022/23.",Awarded,"Agency name: Department of Conservation Agency address: Whare Kaupapa Atawhai/Conservation House, Wellington Successful suppliers name: Damwatch Engineering Limited Successful suppliers address: level 3, 88 The Terrace, Wellington 6011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429037663353 Description of the services or goods: Dam safety programme - PIC assessments (for 20 DOC sites) Date the contract was awarded: 26th April 2022 Duration of the contract including any extension/renewal options: 5 months with a renewal option of 12 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $102,395.00, Highest offer: $110,000.00",0,20250410 Department of Conservation,25455171,Request for Tenders,Open Competition,St James Walkway Upgrade (Ada Pass to Christopher Hut),,20220223,20220331,20220711,,Sole Agency,No,n/a,"This Request for Tender is for the upgrade of the section of the St James Walkway between Ada Pass and Christopher's Hut. Work will include the removal and replacement of boardwalks and pedestrian bridges, track improvements, minor re-routing along with drainage and vegetation improvements. Work is being carried out to bring the track up to the NZ standards and replace structures beyond their useful life in order to provide a better experience for track users.",Awarded,"Agency name: Department of Conservation Agency address: Level 3 Grand Central 161 Cashel Street Christchurch 8011 Successful suppliers name: WestReef Services Ltd Successful suppliers address: 80 Russell Street Westport 7825 Successful suppliers New Zealand Business Number (NZBN): 9429038625633 Description of the services or goods: St James Walkway track and structure upgrade, Ada Pass to Christopher Hut Date the contract was awarded: 11/07/2022 Duration of the contract including any extension/renewal options: 6 weeks (Contract Works) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $115,697.75, Highest offer: $150,615.72",0,20250410 Department of Conservation,25465256,Request for Tenders,Open Competition,Chinaman's Bluff Road Realignment,SSI-O-225,20220225,20220404,20220527,,Sole Agency,No,n/a,"A weather event in February of 2020 washed out a section of road at Chinamans Bluff adjacent to the Dart River, about 1 kilometre back from the road end shelter on the Glenorchy Paradise Road in the Mt. Aspiring National Park. The Department of Conservations seeks a contractor to: Clear topsoil vegetation starting from a point on the existing road along a mapped alignment and joining back into road end carpark and shelter; Remove subbase material from the existing road and stockpiled to be re-used as a subbase on the new alignment. Topsoil vegetation removed from the new alignment to be re-used to encourage re-growth on the old alignment; and Culvert installation and pavement construction laid in accordance with the construction specification and to the acceptance of the Principals consulting engineer.",Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra 9340 Successful suppliers name: Fulton Hogan Ltd. Successful suppliers address: 15 Sir William Pickering Drive, Burnside, Christchurch, 8053, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429040318080 Description of the services or goods: Realignment of the Paradise - Glenorchy Road at Chinamans Bluff Date the contract was awarded: 27 May 2022 Duration of the contract including any extension/renewal options: 14 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $179,320, Highest offer: $229,245",0,20250410 Department of Conservation,25499750,Request for Proposals,Open Competition,"Maintenance and Construction Products, Consumables and Materials",,20220304,20220408,20221220,,Sole Agency,No,n/a,"The Department of Conservation (DOC) is looking to engage and partner with supplier(s) to provide maintenance and construction products, consumables and materials to enable the Department to maintain and upgrade the assets we manage. Asset management is a core part of our business we manage assets valued at about $8 billion with land making up 90 percent of this and the remainder being mainly visitor assets including roads, tracks and huts. As part of the maintenance and ongoing development of these assets, DOC currently purchases maintenance and construction products, consumables and materials either on an ad hoc basis or in line with DOCs asset management plans. The circa $3M annual spend is currently purchased from a wide range of suppliers and DOC currently has no formal contracts in place. As a result, the objective of this procurement is to identify and engage one supplier for One stop shop hardware (Lot 1) and a panel of supplier(s) for timber and specialist hardware products (Lot 2) who can supply, implement, support and maintain a solution to provide these maintenance and construction products, consumables and materials products in an accessible, reliable and cost-effective manner to DOC.",Not Awarded,No responses received.,0,20250410 Department of Conservation,25501177,Request for Proposals,Open Competition,Alloy Pontoon Marine Vessel,,20220304,20220411,20220610,,Sole Agency,No,n/a,"The Department of Conservation (the Department) is seeking Proposals to identify a supplier to supply an alloy pontoon marine vessel and related warranty services. Goods/Service provision includes: The building and delivering of a new boat that meet all the mandatory specifications; and The services required during the warranty period. Goods/Service provision excludes: The ongoing repair and maintenance of the boat. Please read the pre-conditions and the mandatory criteria carefully before you start to respond.",Awarded,"Agency name: Department of Conservation Agency address: King Edward Street, Motueka 7120 Successful suppliers name: Marahau Marine Services Limited Successful suppliers address: 29 Wallace Street, Motueka, 7120, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429042272199 Description of the services or goods: Alloy pontoon boat Date the contract was awarded: 10 June 2022 Duration of the contract including any extension/renewal options: End date: 31 March 2024; no renewal options. Expected spend under the contract (GST exclusive): Total fee of $243,849.15 Type of procurement process: Open tender",0,20250410 Department of Conservation,25511896,Request for Proposals,Open Competition,Combined Regional Track Panel Refresh,,20220308,20220413,20220804,,Sole Agency,No,n/a,"The Department invites interested suppliers to apply to join the established Combined Regional Track Panel to provide track maintenance and upgrade work. This panel covers four of the Department's regions - Northern North Island, Auckland, Hauraki-Waikato-Taranaki and Central North Island.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Te Aro, Wellington Successful suppliers name: 1. Action Bob Cats Limited 2. Currie Construction (2012) Limited 3. Make Tracks Limited 4. Rex Holloway and Company Limited 5. Ruapehu Worx General Partner Limited 6. Siteworx Civil Limited 7. Thomas van Esch T/A Aspect Contracting 8. Xfloreo Limited Successful suppliers New Zealand Business Number (NZBN): 1. 9429035291749 2. 9429030725461 3. 9429049837759 4. 9429040112688 5. 9429048640220 6. 9429042316930 7. Not applicable 8. 9429048689717 Description of the services or goods: Refreshed panel of suppliers to provide track maintenance and track upgrade services Date the contract was awarded 04 August 2022 Duration of the contract including any extension/renewal options: 2 years, 8 months with one right of renewal for an additional 3 years Type of procurement process: Open tender",0,20250410 Department of Conservation,25529479,Request for Tenders,Open Competition,Tarn Ridge Hut Replacement - Detailed Design Services,LNI - O - 226,20220311,20220421,20220722,,Sole Agency,No,n/a,"DOC's standard 10-bunk hut design is to be developed and documented for a new hut at Tarn Ridge, in the Tararua Forest Park. Service provision includes Developed Design, Detailed Design, Consenting, and Construction Monitoring, but excludes Pre-Design and/or Concept Design.",Awarded,"Agency name: Department of Conservation Agency address: 28 North Street, Palmerston North 4410 Successful suppliers name: Stantec New Zealand Successful suppliers address: Level 2 2 Hazeldean Road, Addington, Christchurch, 8024, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429040356297 Description of the services or goods: Architectural design of hut Date the contract was awarded: 22 July 2022 Duration of the contract including any extension/renewal options: 9 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 34,085.00 Highest offer (GST excl): $ 44,637.76",0,20250410 Department of Conservation,25547760,Award Notice,Open Competition,Pindone RS5 cereal pellets,,20211221,20211221,20211221,,Sole Agency,No,,Pindone RS5 cereal pellets,Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Key Industries Limited Successful suppliers address: C/- BDO Taranaki Limited, 10 Young Street, New Plymouth Successful suppliers New Zealand Business Number (NZBN): NZBN 9429037212698 Description of the services or goods: Pindone RS5 cereal pellets Date the contract was awarded: 21 December 2021 Duration of the contract including any extension/renewal options: 1 month Expected spend under the contract (GST exclusive): $149,500 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9(c) only one supplier (DOC-6810903)",0,20250410 Department of Conservation,25582656,Request for Tenders,Open Competition,Glentui Loop Track Upgrade,,20220323,20220506,20220922,,Sole Agency,No,N/A - electronic submissions via GETS only,"This RFT is to secure a contract for the repair and upgrade to sections of the Glentui Walking Track, a popular Day Walk located approximately 1 hours drive from Christchurch, in the Mount Thomas Conservation Area, North Canterbury. The track is to be upgraded to Walking Track standard as per the Track and Outdoor Visitor Structures Handbook SNZ HB 8630:2004, and the contract works will include the following elements: o Site preparation and establishment o Track upgrade work including new track formation o Installation of new steps o Installation of culverting/drainage o Installation of new significant fall height barrier",Awarded,"Agency name: Department of Conservation Agency address: L3 Grand Central Building, 161 Cashel St, Christchurch 8011 Successful suppliers name: Recreational Services Ltd, Successful suppliers address: 64 Porana Rd, Wairau Valley, North Shore City, 0627, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429039025210 Description of the services or goods: Track construction and upgrade Date the contract was awarded: 22nd September 2022 Duration of the contract including any extension/renewal options: 10 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $78,692.58, Highest offer: $224,336.06",0,20250410 Department of Conservation,25719573,Award Notice,Open Competition,Hump Ridge Great Walk Track Section D,,20220203,20220203,20220203,,Sole Agency,No,,Construction works associated with track section D of the Hump Ridge track.,Awarded,"Agency name: Department of Conservation Agency address: Te Anau District Office Lakefront Drive Te Anau 9600 Successful suppliers name: John Henderson Construction Ltd Successful suppliers address: 394 Glenorchy Paradise Road, Glenorchy, 9372, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429036811083 Description of the services or goods: Construction works associated with track section D of the Hump Ridge track Date the contract was awarded: 03/02/2022 Duration of the contract including any extension/renewal options: 10 weeks Expected spend under the contract (GST exclusive): $298,535 Type of procurement process: Selective procurement (sole source) Exemption justification: Exemption under Rule 14 Clause 9 (e)",0,20250410 Department of Conservation,25720497,Award Notice,Open Competition,Pike River Memorial Facilities - Interpretation Design,,20220112,20220112,20220112,,Sole Agency,No,,Interpretation Design for the Pike River Mine Memorial Facility and Pike29 Track.,Awarded,"Agency name: Department of Conservation Agency address: Bledisloe House Level 7 24 Wellesley Street West Auckland 1010 Successful suppliers name: Telltale Successful suppliers address:13 Thornicroft Road RD2, Waitati Dunedin 9085 Successful suppliers New Zealand Business Number (NZBN): N/A Description of the services or goods: Interpretation Design for the Pike River Mine Memorial Facility and Pike29 Track Date the contract was awarded: 12 January 2022 Duration of the contract including any extension/renewal options: April 2024 Expected spend under the contract (GST exclusive): $224,367.50 Type of procurement process: Closed tender",0,20250410 Department of Conservation,25720506,Award Notice,Open Competition,Pike River Memorial Facilities - Architectural Services,,20220112,20220112,20220112,,Sole Agency,No,,Provide architectural services for the purpose of redeveloping the Pike River Mine site into a Memorial and Interpretation Centre.,Awarded,"Agency name: Department of Conservation Agency address: Bledisloe House Level 7 24 Wellesley Street West Auckland 1010 Successful suppliers name: Sheppard & Rout Architects Ltd Successful suppliers address: BDO Christchurch Limited, 287-293 Durham Street North, Christchurch, 8013 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429036066551 Description of the services or goods: Provide architectural services for the purpose of redeveloping the Pike River Mine site into a Memorial and Interpretation Centre Date the contract was awarded: 12 January 2022 Duration of the contract including any extension/renewal options: April 2024 Expected spend under the contract (GST exclusive): $193,000.00 Type of procurement process: Closed tender",0,20250410 Department of Conservation,25720509,Award Notice,Open Competition,Pike River Memorial Facilities - Structural & Engineering Design,,20220112,20220112,20220112,,Sole Agency,No,,Provide structural and civil engineering design for the upgrade of the road bridges and road of the Pike River Mine site.,Awarded,"Agency name: Department of Conservation Agency address: Bledisloe House Level 7 24 Wellesley Street West Auckland 1010, New Zealand Successful suppliers name: WSP Limited Successful suppliers address: Lane Green Accountant Limited, 15 Dickson Crescent, Saint Johns Hill, Whanganui, 4500 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048152822 Description of the services or goods: Provide structural and civil engineering design for the upgrade of the road bridges and road of the Pike River Mine site Date the contract was awarded: 12 January 2022 Duration of the contract including any extension/renewal options: April 2024 Expected spend under the contract (GST exclusive): $139,245 Type of procurement process: Closed tender",0,20250410 Department of Conservation,25726236,Award Notice,Open Competition,McCallums Mill Road Upgrade EtC and TET,,20220119,20220119,20220119,,Sole Agency,No,,McCallums Mill Road Upgrade EtC and TET,Awarded,"Agency name: Department of Conservation Agency address: 72 Russell Street, Westport, 7825 Successful suppliers name: WSP Limited Successful suppliers address: Greymouth Office, 23 High Street, PO Box 365, Greymouth, 7840 Successful suppliers New Zealand Business Number (NZBN): 9429048152822 Description of the services or goods: McCallums Mill Road Upgrade EtC and TET Date the contract was awarded: 19/01/2022 Duration of the contract including any extension/renewal options: 19/01/2022 03/11/2022 Expected spend under the contract (GST exclusive): $256,900 Type of procurement process: Direct source Exemption justification: Sourced via the AoG Construction Consultancy Services panel",0,20250410 Department of Conservation,25743238,Request for Tenders,Open Competition,Wairere Falls Track - Structure Replacements,CNI-0-456,20220502,20220608,20230817,,Sole Agency,No,n/a,"The Contract Works include the following elements: Removal and disposal of selected existing structures. Supply and installation of replacement structures as per Engineer Design Drawings.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo, 3330 Successful suppliers name: Walkway Solutions Limited Successful suppliers address: 127 Ngati Maru Highway, Rd 1, Thames, 3578, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429034383155 Description of the services or goods: Wairere Falls Track - Structure Replacements Date the contract was awarded: 17 August 2023 Duration of the contract including any extension/renewal options: 18 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $259,629.20 Highest offer (GST excl): $301,700",0,20250410 Department of Conservation,25765676,Request for Quotations,Closed Competition,Tiakina Nga Manu - Hope Cascade Aerial Pest Control Operation,,20220509,20220526,20220725,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hope Cascade Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/06/202 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,25801267,Request for Quotations,Closed Competition,Victoria Battery - Detailed Site Investigation (DSI),,20220516,20220610,20230405,,Sole Agency,No,n/a,"NOTE: Confidential The funding for this project has yet to be announced by the Ministry of Environment. Until the announcement is made by the Minister for the Environment, both parties agree that this work is to remain confidential. Should any information need to be shared to an external party, the prior written consent of the Department of Conservation is required. The purpose of this engagement is to undertake DSI at the Victoria Battery site: To undertake necessary intrusive works to characterise and delineate the extent of contamination Assess risks to human and environmental health alongside heritage, archaeological, ecological and geophysical assessments to determine permission requirements for future remediation or management works.",Not Awarded,"Secondary procurement, contract award notice not required",0,20250410 Department of Conservation,25863185,Award Notice,Open Competition,Lyvia River Bridge - Re-bolting Works,,20220309,20220309,20220309,,Sole Agency,No,,"Re-bolting of all bolted connections and splices along the bottom chords of girder lines 1, 2 and 3 on the Lyvia River bridge, Wilmot Pass Rd.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau, 9640 Successful suppliers name: JKs (2018) Limited Successful suppliers address: 190 Mersey Street, Invercargill, 9810 Successful suppliers New Zealand Business Number (NZBN): 9429046856357 Description of the services or goods: Re-bolting of all bolted connections and splices along the bottom chords of girder lines 1, 2 and 3 on the Lyvia River bridge, Wilmot Pass Rd. Date the contract was awarded: 9th March 2022 Duration of the contract including any extension/renewal options: 9th March 2023 Expected spend under the contract (GST exclusive): $100,823 Type of procurement process: Selective procurement (sole source) Exemption justification: Section A - Emergency",0,20250410 Department of Conservation,25889558,Request for Tenders,Open Competition,Whakatipu Wilding Conifer Control Programme,,20220601,20220711,20230111,,Sole Agency,No,n/a,"DOC are looking to secure a panel of pre-approved suppliers to execute the groundwork component of the Whakatipu wilding conifer control programme. The panel will comprise of three separate Services - Ground Control, Arborist and Tree Harvesting.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 811 Queenstown 9348 Successful suppliers name: General Ground Control: 1) Central Wilding Tree Control 2) Godfrey Pest Management Ltd 3) High Country Contracting Ltd 4) Mainland Vector Contracting Ltd 5) Trap and Trigger Ltd Tree Harvesting Services 6) Mike Hurring Logging Ltd 7) Forest Management Ltd Arborist Services 8) Downer New Zealand Ltd Successful suppliers New Zealand Business Number (NZBN): 1) 9429042128410 2) 9429035838180 3) 9429041195376 4) 9429032195583 5) 9429042285687 6) 9429038037221 7) 9429036489657 8) 9429039194114 Description of the services or goods: The Services consist of wilding conifer control in the Southern South Island region utilising three control methodologies: 1) General ground control, 2) Tree harvesting, and 3) Arborist services. Date the contract was awarded: 1) 12/12/2022 2) 11/01/2023 3) 11/01/2023 4) 30/01/2023 5) 11/01/2023 6) 12/12/2022 7) 16/02/2023 8) 09/02/2023 Duration of the contract including any extension/renewal options: 1 August 2023. the Contracts may be extended for up to three years. Each extension will be 12 months in duration (1+1+1). Type of procurement process: Open tender",0,20250410 ,,,,,,,,,,,,,,,,, Department of Conservation,25909111,Request for Quotations,Closed Competition,"National Predator Control Programme - Parapara and Cobb, Aerial Pest Control Operation",,20220608,20220713,20221027,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Parapara and Cobb Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services This operation is made up of two operational blocks, they may go together or they may be run individually depending on the weather at the time. The Department is looking for combined Project Management Administration of the two blocks and need to priced accordingly.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/10/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,25909213,Request for Quotations,Closed Competition,"National Predator Control Programme - New Creek, Aerial Pest Control Operation",,20220608,20220713,20221027,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the New Creek Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/10/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,25909309,Request for Quotations,Closed Competition,"National Predator Control Programme - Heaphy Lowlands and Oparara, Aerial Pest Control Operation",,20220608,20220713,20221027,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Heaphy Lowlands and Oparara Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services This operation is made up of two operational blocks, they may go together or they may be run individually depending on the weather at the time. The Department is looking for combined Project Management Administration of the two blocks and need to priced accordingly.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/10/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,25918886,Request for Quotations,Closed Competition,Tokatea Battery - Detailed Site Investigation,,20220609,20220707,20230405,,Sole Agency,No,n/a,"NOTE: Confidential The funding for this project has yet to be announced by the Ministry of Environment. Until the announcement is made by the Minister for the Environment, both parties agree that this work is to remain confidential. Should any information need to be shared to an external party, the prior written consent of the Department of Conservation is required. The purpose of this engagement is to undertake DSI at the Tokatea Battery site: To undertake necessary intrusive works to characterise and delineate the extent of contamination To obtain heritage assessment Assess risks to human and environmental health alongside heritage, archaeological assessment to determine requirements for future remediation or management works.",Not Awarded,"Secondary procurement, contract award notice not required",0,20250410 Department of Conservation,25933647,Request for Tenders,Open Competition,"Edwin Burn, South Coast and Rough Creek Bridge Replacements",SSI-O-205,20220614,20220725,20230131,,Sole Agency,No,n/a,"This tender is for the construction of five swingbridges and associated works located on the Hump ridge Track at the Edwin Burn, the South Coast Track at the Wairaurahiri River, Angus Burn and Aan River and the West Matukituki Track at Rough Creek. Within this one tender will be three packages of work: The Edwin Burn Bridge as one package; the three South Coast bridges as another package; and the Rough Creek bridge as the other package. Tenderers will be able to tender for one, two, or all three packages.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9640 Successful suppliers name: Edifice Contracts Limited Successful suppliers address: 35-39 Tiro Tiro Rd, Levin, 5510 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031325745 Description of the services or goods: Construction of five cable swingbridges. Date the contract was awarded: Edifice Contracts Ltd were the successful tenderer for all separable portions covered by this RFT. The works were documented in two contracts with Edifice Contracts: 6th December 2022 Rough Creek Bridge 31st January 2023 Edwin Burn and South Coast Bridges Duration of the contract including any extension/renewal options: 18 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Edwin Burn Separable Portion 1: Lowest conforming offer (GST excl): $235,082.66 Highest conforming offer (GST excl): $240,838 Aan River, Angus Burn and Wairaurahiri River Separable Portion 2: Lowest conforming offer (GST excl): $553,496.26 Highest conforming offer (GST excl): $623,331 Rough Creek Separable Portion 3: Lowest conforming offer (GST excl): $135,131.04 Highest conforming offer (GST excl): $175,464.50",0,20250410 Department of Conservation,25973059,Request for Tenders,Open Competition,Project Manager for Central Otago Wilding Conifer Control,,20220627,20220802,20221220,,Sole Agency,No,n/a,"The Department of Conservation is seeking the Services of a Project Manager to deliver wilding conifer control in Central Otago. The Project Manager will be responsible for: Development and implementation of annual operational plans and budgets Management of contractors and volunteers to deliver wilding conifer control Data management and reporting Building and maintaining positive working relationships with project partners and stakeholders",Not Awarded,,0,20250410 Department of Conservation,26039538,Request for Tenders,Open Competition,Hut Mattresses Panel 2022,,20220712,20220817,20230404,,Sole Agency,No,n/a,"The Department of Conservation manages a network of over 950 huts which are available to the public nationwide, plus 220 staff/biodiversity huts for staff. There are four main types of huts; Great Walk huts, Serviced huts, Standard huts and Basic huts. Most huts include bunks and mattresses. The Department currently manages approximately 8000 mattresses. The Department is looking to establish a panel of suppliers for hut mattresses to all huts nationwide.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street Successful suppliers name: Vendella International Limited Successful suppliers address: 124 Meadows Road, Timaru, New Zealand 7973 Successful suppliers New Zealand Business Number (NZBN): 9429041986868 Description of the services or goods: Supply of hut mattresses Date the contract was awarded (being the date DOC signed the contract): 04 April 2023 Duration of the contract including any extension/renewal options: 9 years Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 289 (per unit) Highest offer (GST excl): $ 709.7 (per unit)",0,20250410 Department of Conservation,26044580,Request for Tenders,Open Competition,Waitomo Structure Replacements,,20220713,20220818,20230912,,Sole Agency,No,n/a,"The RFT is for the replacement of three structures in the Waitomo area, the Blackwater Rafters Exit Bridge and Cave Viewing Platform at Ruakuri Reserve and the Mangapohue Bridge at the Mangapohue Natural Bridge Reserve. The works include removal of the existing structures and construction of replacement structures.",Awarded,"Agency name: Department of Conservation Agency address: Level 4, 73 Rostrevor Street, Hamilton 3204, New Zealand Successful suppliers name: Edifice Contracts Limited Successful suppliers address: 35-39 Tiro Tiro Road, Levin 5510, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031325745 Description of the services or goods: This contract is for the construction of three replacement structures within the Waitomo area, a bridge and a viewing platform at the Ruakuri Caves and Bush Scenic Reserve and a bridge at the Mangapohue Natural Bridge Scenic Reserve. Date the contract was awarded: 12 September 2023 Duration of the contract including any extension/renewal options: 10 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $399,982.31 Highest offer (GST excl): $529,450.00",0,20250410 Department of Conservation,26056174,Request for Tenders,Open Competition,Observation Rock Viewing Platform,SSI-O-208,20220715,20220822,20230501,,Sole Agency,No,n/a,"The Department of Conservation wishes to construct a timber viewing platform at Observation Rock Recreation Reserve (Oban, Rakiura/Stewart Island). This procurement will be for supply and construction of the viewing platform, including foundation earthworks. The Department would like to complete the construction work by 31 December 2022.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive TE ANAU 9640 Successful suppliers name: Supreme Excavations & Site Works Limited Successful suppliers address: BDO Invercargill, 136 Spey Street, Invercargill, 9810, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031239776 Description of the services or goods: Construction of timber viewing platform and associated foundation works. Date the contract was awarded: 1 May 2023 Duration of the contract including any extension/renewal options: 18 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $97,533.13 Highest offer (GST excl): $126,161.51",0,20250410 Department of Conservation,26083997,Request for Quotations,Closed Competition,Hooker River Landfill Investigation,,20220725,20220812,20230405,,Sole Agency,No,n/a,"The purpose of this project is to investigate Hooker River Landfill. This will include undertaking intrusive works: To characterise and delineate the extent of landfill and assess risks to human and environmental health; and To carry out a remedial options assessment and prepare a remedial action plan.",Not Awarded,"Secondary procurement, contract award notice not required",0,20250410 Department of Conservation,26143134,Request for Quotations,Closed Competition,"National Predator Control Programme - Taranaki Mounga, Aerial Pest Control Operation",,20220808,20220921,20221027,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Taranaki Mounga Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 27/10/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($500K- $1M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26143389,Request for Quotations,Closed Competition,"National Predator Control Programme - Northern Ruahine, Aerial Pest Control Operation",,20220808,20220921,20221107,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Northern Ruahine Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 07/11/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26143579,Request for Quotations,Closed Competition,"National Predator Control Programme - Pouiatoa Taramoukou, Aerial Pest Control Operation",,20220808,20220921,20230123,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Pouiatoa Taramoukou Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 06/12/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26143649,Request for Quotations,Closed Competition,"National Predator Control Programme - Whenuakite, Aerial Pest Control Operation",,20220808,20220921,20230123,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whenuakite Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 20/12/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26144672,Request for Tenders,Open Competition,Whakapapa Village Wastewater Pipe Rehabilitation,,20220808,20220913,20230306,,Sole Agency,No,n/a,"The Department of Conservation is seeking tenders for the rehabilitation of wastewater pipes at Whakapapa Village in Tongariro National Park, including relining and replacement of pipes, removal of redundant assets and installation of additional manholes. Whakapapa Village is the main visitor entry point for the park and is a base for the management of the Tongariro National Park. DOC is legally required to provide local body infrastructure and community services including: Reticulated drinking water, Wastewater collection, treatment, and discharge, Stormwater collection. Initial analysis undertaken by DOC has identified 4km of wastewater pipe in Whakapapa Village that requires rehabilitation. CCTV surveys have indicated that pipelines are cracked, broken, and dislocated at joints, with poor quality of lateral junctions and root intrusion. The proposed method of rehabilitating the wastewater network is for the existing pipes to be relined in the first instance where practical and if not possible then replaced. Some pipe materials contain asbestos.",Awarded,"Agency name: Department of Conservation Agency address: 18 - 32 Manners Street, Wellington 6011 Successful suppliers name: Brian Perry Civil Limited T/A PipeWorks Successful suppliers address: 810 Great South Road, Penrose, Auckland, 1061 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048476072 Description of the services or goods: Rehabilitation of underground wastewater pipelines Date the contract was awarded: 6 March 2023 Duration of the contract including any extension/renewal options: Estimated at 114 days. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $933,366 Highest offer (GST excl): $1,768,608",0,20250410 Department of Conservation,26156900,Request for Tenders,Open Competition,"Howden Shelter & Toilets, Winter Toilet Removal",,20220810,20220922,20221103,,Sole Agency,No,n/a,"This tender is for the construction of a shelter and toilets at Lake Howden, Routeburn Track, Fiordland National Park as well as a removal of an existing winter toilet. The Contract Works include the following elements: Construction of a new shelter Construction of new toilet block Construction of a wastewater treatment & disposal system Removal of current winter toilet Associated site establishment, disestablishment and site remediation works Removal of components of the old wastewater treatment system, transport of old tanks to Te Anau, disposal of obsolete parts",Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive, Te Anau, 9600 Successful suppliers name: Recreation Construction 2021 Ltd. Successful suppliers address: 18 Woollcombe Street, Timaru, 7910 Successful suppliers New Zealand Business Number (NZBN): 9429049314205 Description of the services or goods: Build of Lake Howden shelter and toilets; winter toilet removal Date the contract was awarded: 3 November 2022 Duration of the contract including any extension/renewal options: Up to 8 weeks (weather dependent), starting March 2023 Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $ 187,778.09, Highest offer: $230,088.87",0,20250410 Department of Conservation,26172976,Request for Proposals,Open Competition,Point of Sale Solution,,20220812,20220920,20230602,,Sole Agency,No,n/a,"The Department of Conservation has a network of Visitor Centres (VCs) across the country. These visitor information centres provide a valuable frontline face-to-face connection between the organisation and visitors, aiming to: Encourage visitors to connect and respect nature. Deliver high-quality, authentic visitor experiences; and Assist visitors to make decisions to have safe and enjoyable outdoor experiences at Department places. The Visitor Centres provide a range of retail products that can be purchased by visitors with an annual sales value of approximately $1M in recent times but up to $2M during times of higher international visitor numbers (pre-COVID-19). These sales are processed through a Point-of-Sale system. There are 7,445 active products in the current POS solution. There are 19 locations in scope for the POS as set out in Section 5 with locations spread across New Zealand from Kauaeranga in the North Island to Rakiura in the South. The objectives of the Point of Sale Solution is that it is easy to use, supportable and secure: Useable: The Solution meets the Department functional requirements. The use of the system is intuitive and simplified to minimise the effort required to undertake point of sale and back-office processes. Supportable: The Solution is easily maintained, updated and improved with minimal intervention from the Department to achieve the support outcomes. The system users can readily access help and support both in the form of how to use guides and information; and for incident resolution and restoration. Secure: The Solution is secure in design and operation. It meets the required security standards and the security of the Solution is regularly reviewed and improved. Value for Money: The Solution represents good value for money. The Department's preference is to engage a supplier that will provide the POS solution as-a-service in the form of a turnkey solution that includes end-to-end hardware, software and ongoing support and maintenance.",Not Awarded,No response satisfied all the Departments requirement.,0,20250410 Department of Conservation,26181305,Request for Tenders,Open Competition,Ngakuta Bay Toilet Block and Wastewater System Upgrade,NSI-0-074,20220815,20220920,20230401,,Sole Agency,No,n/a,"Demolition and removal of existing toilet block and wastewater fittings, construction of new 3 pan toilet block as per architect's design, and construction and commissioning of new wastewater septic tank, pump chamber and sand bed dispersal field as per engineered designs and drawings, and replacement of timber bollards.",Awarded,"Agency name: Department of Conservation Agency address: 2 Orion Street, Annesbrook, Nelson, 7011 Successful suppliers name: Total Water New Zealand Limited Successful suppliers address: 41 Louis Edgar Place, Rd 1, Kaikoura, 7371 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048376402 Description of the services or goods: Ngakuta Bay Toilet Block and Wastewater Upgrade Date the contract was awarded: 01 April 2023 Duration of the contract including any extension/renewal options: 12 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $225,729.85 Highest offer (GST excl): $337,474.00",0,20250410 Department of Conservation,26204103,Request for Tenders,Open Competition,"Te Anau Office, Fiordland National Park Visitor Centre, Visitor Centre Public Toilets, and Workshop Cleaning Contract",,20220819,20220927,20221114,,Sole Agency,No,n/a,"The Department requires cleaning service for the Te Anau Area Office, Fiordland National Park Visitor Centre & Public Toilets, and the Te Anau Workshop. All four sites have a high number of both internal and external visitors and need to be maintained to a high level of cleanliness. The Te Anau Office and Fiordland National Park Visitor Centre & Public toilets are located at 1 Lakefront Drive and these sites are the first point of contact for many visitors to the area. Staff operate in the office during the week, so these areas must be cleaned Monday to Friday. The Visitor Centre and Public Toilets are to be cleaned daily during the busy summer season, however, these hours are likely to change during the winter with the possibility of those two sites being closed on Sundays. The workshop is located at 19 Caswell Road and is the hub for our field based staff. This site is to be cleaned once per week on a Friday evening.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive, Te Anau 9600 Successful suppliers name: OCS Limited Successful suppliers address: Level 4, 26 Virginia Avenue East, Eden Terrace, Auckland, 1021 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429040615226 Description of the services or goods: Cleaning services Date the contract was 14th November 2022 Duration of the contract including any extension/renewal options: Proposed contract term will be an initial term of two years with one right of renewal at the Departments discretion (2 + 1) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $40,660.00 pa, Highest offer: $56,934.82 pa",0,20250410 Department of Conservation,26218807,Request for Proposals,Open Competition,Human-Kea Interaction: Audience Segmentation Study,,20220823,20221006,20230116,,Sole Agency,No,n/a,"Undertake a segmentation study of the New Zealand visitor population to understand the different mindsets of people feeding, interacting, or observing kea at visitor locations. The population should include a focus on New Zealanders (as per the 2018 NZ census) and international visitors (pre COVID-19 trends with a focus on the countries that comprise the bulk of visitors to NZ). Results will be used to inform a behaviour change and awareness campaign for human interactions with kea at visitor locations.",Awarded,"Agency name: Department of Conservation Agency address: 24 Wellesley Street, Auckland Successful suppliers name: University of Canterbury Successful suppliers address: 20 Kirkwood Ave, Ilam. Christchurch, New Zealand, 8041 Successful suppliers New Zealand Business Number (NZBN): 9429041925317 Description of the services or goods: Human-kea interaction: audience segmentation study Date the contract was awarded: 16 January 2023 Duration of the contract including any extension/renewal options: 5 months Type of procurement process: Open single stage request for proposal Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $115,970 Highest offer (GST excl): $321,570",0,20250410 Department of Conservation,26265087,Request for Tenders,Open Competition,INT2022-02 Identification of seabirds captured in New Zealand fisheries,CSP,20220902,20221011,20221122,,Sole Agency,No,n/a,"This project focuses on the identification of seabird species that are captured in New Zealand commercial fisheries and the mode of their capture. Project Objectives : 1. To determine, through examination of returned seabird specimens, the taxon, sex, and where possible age-class and provenance of seabirds killed in New Zealand fisheries (for returned dead specimens). 2. To detail the injuries, body condition and stomach contents and, where possible, the likely cause of mortality (for returned dead specimens). 3. To report any changes in the protocol used for the necropsy of seabirds (for returned dead specimens). 4. To determine, through examination of photographs, the taxon and, where possible, sex, age-class and provenance of seabirds captured in New Zealand fisheries (for live captures or dead specimens discarded at sea).",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners St, Wellington 6011 Successful suppliers name: Wildlife Management International Limited Successful suppliers address: AdR Chartered Accountant, 212 Howick Road, Witherlea, Blenheim, 7201 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429047926141 Description of the services or goods: Identification of seabirds captured in New Zealand fisheries Date the contract was awarded: 22 November 2022 Duration of the contract including any extension/renewal options: 3 years Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $240,000; Highest offer: $306,900",0,20250410 Department of Conservation,26270136,Request for Quotations,Closed Competition,South Fork Track Upgrade,,20220905,20221007,20231003,,Sole Agency,No,n/a,"The Department is seeking a contractor to renew a 500m long section of the South Fork Track on Great Barrier Island that has been impacted by a slip. The scope of works includes the following: Setting out and general site clearance, including trimming of vegetation. Site safety, hygiene requirements, and protective measurements. Track decommission. New formation or re-route of track (750mm wide). Re-shape or re-form of track on existing alignment (750mm wide). Installation boxed steps, edge boards and culverts.",Not Awarded,Secondary procurement,0,20250410 Department of Conservation,26272240,Award Notice,Open Competition,Whakapapa Resource Consent Consultants,,20220905,20220905,20200309,,Sole Agency,No,,"Project management of the resource consenting process for the establishment of a new discharge location for the Whakapapa wastewater treatment plant and preparation of a new resource consent application. Assessment of the potential environmental effects in relation to the proposed resource consenting process at Whakapapa wastewater treatment plant and related dispersal fields, and monitoring programme.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo, 3330. Successful suppliers name: 1. Traverse Environmental Limited 2. Aquanet Consulting Limited Successful suppliers address: 1. Stretton & Co Limited, 44, Heuheu Street Taupo, Taupo, 3330, New Zealand 2. Stretton & Co Limited, 44, Heuheu Street Taupo, Taupo, 3330, New Zealand Successful suppliers New Zealand Business Number (NZBN): 1. 9429047343658, 2. 9429033346328 Description of the services or goods: Traverse Environmental Limited - project management of the resource consenting process for the establishment of a new discharge location for the Whakapapa wastewater treatment plant and preparation of a new resource consent application. Aquanet Consulting Limited assessment of the potential environmental effects in relation to the proposed resource consenting process at Whakapapa wastewater treatment plant and related dispersal fields, and monitoring programme. Date the contract was awarded: Traverse Environmental Limited 9/3/2020, Aquanet Consulting Limited 19/8/2020 Duration of the contract including any extension/renewal options: January 2023 Expected spend under the contract (GST exclusive): Traverse Environmental Limited - $260,000, Aquanet Consulting Limited - $320,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 C. Only one supplier",0,20250410 Department of Conservation,26281359,Award Notice,Open Competition,Mahi Oranga Project - Business Analyst Services,,20220825,20220825,20220825,,Sole Agency,No,,Mahi Oranga Project - Business Analyst Services,Awarded,"Agency name: Department of Conservation Agency address: 18 Manners St, Te Aro, Wellington 6011 Successful suppliers name: Sarah Tipiwai Successful suppliers New Zealand Business Number: 9429049085617 Description of the services or goods: Mahi Oranga Project - Business Analyst Services Date the contract was awarded: 25 August 2022 Duration of the contract including any extension/renewal options: Six months plus one right of renewal for an additional three months Expected spend under the contract (GST exclusive): Up to $170,000 Type of procurement process: Selective procurement (sole source) Exemption justification : Rule 14.9(c)(i) Only one supplier for technical reasons there is no real competition",0,20250410 Department of Conservation,26313585,Award Notice,Open Competition,Whakapapa Wastewater Upgrade,,20200317,20200317,20200317,,Sole Agency,No,,"Whakapapa Wastewater Upgrade including: Construction of 4 drainage disposal trenches or other disposal types. Design and construction of screening, grit and fat removal. Design and construction of new control building, switchboard, SCADA system, communication facilities and backup generator. Design and construction of nitrification tank including pumps, blowers, pipework, instrumentation and valves. Design and construction of RAS & WAS upgrade and UVT instrument. Design and construction of concrete buffer tanks. Decommissioning of the emergency overflow pond.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo, 3330. Successful suppliers name: Veolia Water Services (ANZ) PTY LTD Successful suppliers address: Burton Partners, Level 3, 10 Viaduct Harbour Avenue, Auckland, New Zealand, 1010 Successful suppliers New Zealand Business Number (NZBN): 9429038134586 Description of the services or goods: Whakapapa Wastewater Upgrade including: Construction of 4 drainage disposal trenches or other disposal types. Design and construction of screening, grit and fat removal. Design and construction of new control building, switchboard, SCADA system, communication facilities and backup generator. Design and construction of nitrification tank including pumps, blowers, pipework, instrumentation and valves. Design and construction of RAS & WAS upgrade and UVT instrument. Design and construction of concrete buffer tanks. Decommissioning of the emergency overflow pond. Date the contract was awarded: 17 March 2020 Duration of the contract including any extension/renewal options: On completion of all separable portions - expected January 2023 Expected spend under the contract (GST exclusive): $10 million Type of procurement process: Selective procurement (sole source) Exemption justification: 14.9 a. Emergency",0,20250410 Department of Conservation,26416637,Request for Quotations,Closed Competition,"National Predator Control Programme - Isolated Hill, Aerial Pest Control Operation",,20221005,20221114,20230123,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Isolated Hill Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 20/12/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26416744,Request for Quotations,Closed Competition,"National Predator Control Programme - Wet Jacket, Aerial Pest Control Operation",,20221005,20221114,20230123,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Wet Jacket Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 20/12/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M)/ Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26416819,Request for Quotations,Closed Competition,"National Predator Control Programme - Kahurangi - Kakapo, Aerial Pest Control Operation",,20221005,20221114,20230123,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Kahurangi-Kakapo Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 20/12/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26418058,Request for Quotations,Closed Competition,"National Predator Control Programme - Mokihinui, Aerial Pest Control Operation",,20221005,20221114,20230123,,Sole Agency,No,n/a,"""This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Kahurangi - Mokihinui Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. """,Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 20/12/2022 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26418131,Request for Quotations,Closed Competition,"National Predator Control Programme - Rotoehu, Aerial Pest Control Operation",,20221005,20221114,20230314,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Rotoehu Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"Agency name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date the contract was awarded: 28/02/2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement ($1M- $5M) Type of procurement process: Selective procurement Exemption justification: n/a",0,20250410 Department of Conservation,26418843,Request for Quotations,Closed Competition,Aerial Wilding Pine Control Services - Kaweka and Northern Ruahine Forest Parks,,20221004,20221025,20221220,,Sole Agency,No,n/a,"The National Wilding Conifer Control Programme was established in 2016 to ensure a collaborative, coordinated and effective approach to National Wilding Pine management. It includes central and local government agencies and is supported by a wide range of stakeholder groups. Its aim is to efficiently contain or eradicate established areas of wilding conifers by 2030. The tendered service is a part of the Kaimanawa Management Unit and this unit geographically covers the entirety of the Kaweka Forest Park and Northern Ruahine Ranges. This RFQ is a part of a four-year funding plan. Please note that the Department is currently sourcing a supplier/s for the 20222023 season only. The Departments containment and eradication strategy in the district plan includes maintenance control of mostly clear buffer blocks to prevent reinvasion (Buffer Zone), as well as intensive control in smaller control block areas (Control Blocks). These control blocks will become part of the buffer zones over time. Aerial control and ground control will work in conjunction in 20222023 to control conifer trees proliferating on PCL in the Kaweka Forest Park (KFP) and Northern Ruahines. The ground control contract is separate to this tender.",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,26470846,Request for Tenders,Open Competition,Waitahanui River Bridges replacement,,20221013,20221201,20230607,,Sole Agency,No,n/a,"Removal of three timber bridges from site; Installation of new piled bridge foundations for 3 new bridges; supply and installation of 3 x 15.1 metre length glulam timber bridges with 6.0m overall length approach ramp each end, including decking and barriers.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful suppliers name: Impel (2010) Limited Successful suppliers address: 109 Tuwharetoa Street, Taupo, Taupo, 3330 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031371360 Description of the services or goods: Construction of 3 x 15m glulam timber bridges, and removal and disposal of three existing bridges, along the Waitahanui River. Date the contract was awarded: 7 June 2023 Duration of the contract including any extension/renewal options: 6 months plus 6 months maintenance period Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 205,057 Highest offer (GST excl): $ 221,164",0,20250410 Department of Conservation,26523479,Request for Tenders,Open Competition,Southern Structure Replacements Taranaki Maunga,,20221021,20221205,20230111,,Sole Agency,No,n/a,"This procurement seeks to identify suppliers to replace several structures on the southern aspect of Taranaki Maunga, between Dawson Falls Road end and the Lake Dive Hut site. The structures to be replaced have been assessed by the Departments inspectors and engineer as being in poor condition and at end of life. Over the years, weather events have impacted the Fanthams and Kapuni Stairs. Snow loadings have made the Fanthams Stairs slump and become sloped, and rain events have impacted the erosion of the Kapuni Stairs. The works are being split into three different packages: (1) Kapuni Stairs This will involve building a staircase with platforms between flights of stairs using Webforge treads over the top of the current concrete steps leading to the base of Dawson Falls. Removal of the handrail and any other non-concrete inground steps as required at the work site. Minimal disturbance to the environment required given this is on a steep bank located by the Kapuni stream. (2) Fanthams Stairs This will involve removal of the current Fanthams Peak Stairs and replacing these with new flights of stairs, complete with landings. (3) Lake Dive Loop Track Structures - (Seven structures in total, 5 x Stairs, 1 x Boardwalk, 1 x Bridge) One of the stairs is a remove and not replace, remaining stairs and boardwalk are remove and replace with like for like structures. The bridge requires new piles and a bearer. Suppliers can tender for one, for two or for all three packages of work detailed above. We expect to be able to award contracts in December 2022, with view to start the construction phase in January 2023.",Awarded,"Agency name: Department of Conservation Agency address: 55a Rimu Street, New Plymouth 4312 Successful suppliers name: Egmont Property & Inspection Services Limited - Were chosen for all 3 contracts. Successful suppliers address: 230 Korito Rd, RD1, New Plymouth, 4371, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031851718 Description of the services or goods: 1. HWT-0-240; To replace Dawson Stairs on Taranaki Maunga, removing current old handrail in the process. 2. HWT-0-241; To replace Fanthams Stairs on Taranaki Maunga, removing current old stairs in the process. 3. HWT-0-242; To replace end-of-life structures on the Upper and Lower Lake dive tracks as well as on the Hasties Hill track on Taranaki Maunga, removing current old structures in the process. Date the contract was awarded: 1. 21 December 2022 2. 20 January 2023 3. 11 January 2023 Duration of the contract including any extension/renewal options: 1. 23 Weeks 2. 27 Weeks 3. 23 Weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): 1. Lowest offer (GST excl): $105,883.02 Highest offer (GST excl): $404,518.00 2. Lowest offer (GST excl): $265,249.25 Highest offer (GST excl): $351,640.00 3. Lowest offer (GST excl): $40,228.44 Highest offer (GST excl): $40,228.44",0,20250410 Department of Conservation,26542687,Request for Proposals,Open Competition,INT2022-04: Risk Assessment for Protected Corals,,20221027,20221202,20230324,,Sole Agency,No,n/a,"Towards a better understanding of fisheries risks to corals, the aim of this project is to undertake an inventory of applicable data, develop methodology for, and conduct a quantitative coral risk assessment, following on from a pilot risk assessment undertaken in 2014 (POP2013-05). Risk assessments can provide useful foundations for risk-based approaches to management, for research prioritisation, and to provide baseline information that can be modified iteratively in light of changing risk. The current lack of a risk assessment is noted as the most needed and important gap in the Departments Conservation Services Programme (CSP) Coral Medium term Research Plan and is a priority for CSP coral research.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Te Aro, Wellington Successful suppliers name: National Institute of Water and Atmospheric Research Limited Successful suppliers address: 41 Market Place, Auckland Central, 1010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038971433 Description of the services or goods: INT2022-04 Risk Assessment for Protected Corals Date the contract was awarded: 24/03/2023. Duration of the contract including any extension/renewal options: 01/04/2023-30/06/2024 Expected spend under the contract (GST exclusive): $ 150,000.00. Type of procurement process: Open tender",0,20250410 Department of Conservation,26543715,Request for Quotations,Closed Competition,Aerial Foliar Spray Application (AFSA) - Whakatipu Wilding Conifer Control Programme,,20221027,20221116,20221213,,Sole Agency,No,n/a,The Whakatipu Wilding Conifer Control Programme are after operators to provide Aerial Foliar Spray Application (AFSA) services for the summer season (2022-23).,Awarded,"Agency name: Department of Conservation Agency address: 1 Arthurs Point Road, Queenstown 9371 Successful suppliers name: The Alpine Group Limited Successful suppliers address: Level 3, 258 Stuart Street, Dunedin, 9016, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429040316871 Description of the services or goods: Aerial Foliar Spray Application for the Whakatipu Wilding Conifer Control Programme Date the contract was awarded: 13 December 2022 Duration of the contract including any extension/renewal options: 30 June 2023 Expected spend under the contract (GST exclusive): $100,000 excluding chemical costs. Type of procurement process: Closed tender",0,20250410 Department of Conservation,26575956,Request for Proposals,Open Competition,Predator Free Matauranga Maori,,20221103,20221202,20230423,,Sole Agency,No,n/a,"We are seeking an expert partner at a national level to develop and resource a system for the inclusion and support of matauranga into the PF2050 Programme so that it may be grown and implemented at place by tangata whenua, and nationally by Iwi, hapu, and in Maori communities and projects across the motu. The objectives of this project are to: Restore matauranga Maori systems, processes, and solutions Ensure Maori are able to lead and govern matauranga within Predator Free 2050 Develop, support, and enhance matauranga Maori for Predator Free 2050 Grow matauranga of Te Reo Maori within Predator Free 2050 Increase Maori led communication of Maori involvement in Predator Free 2050 Access, use and protect matauranga data appropriately within Predator Free 2050.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, PO Box 10420, Wellington, 6140, New Zealand Successful suppliers name: Te Tira Whakamataki Ltd Successful suppliers address: 48 Church Street, Rangiora, Rangiora, 7400, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031483360 Description of the services or goods: To deliver the services as described in the Statement of Works contributing to the key goals and outcomes within the Te Mana o te Taiao Aotearoa NZ Biodiversity Strategy (ANZBS) and Predator Free 2050 Collaborative Action Plans. Date the contract was awarded: 23/04/2023. Duration of the contract including any extension/renewal options: One year and two months to be completed by 30/06/23. At the sole discretion of the DG, this agreement may be extended for a further 6 months. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $1,855,000 Highest offer (GST excl): $2,005,000",0,20250410 Department of Conservation,26611473,Request for Tenders,Open Competition,Tongariro Alpine Crossing - Blue Lake to Ketetahi Toilets - Track Resurfacing,,20221110,20230117,20230805,,Sole Agency,No,n/a,"The contract works required are the necessary resources to deliver the following: Resurface track to the required Great Day Hike Track standard at specified sections of the track with the use of JakMat in areas as required. Remove specified redundant water control infrastructure along the track. Install and create specified water management controls and infrastructure. Relocate existing supplied Steel truss bridge to specified location on track, and install in accordance with engineering drawings",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo. 3330 Successful suppliers name: Impel (2010) Limited Successful suppliers address: 109 Tuwharetoa Street, Taupo, Taupo, 3330, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031371360 Description of the services or goods: Blue Lake to Ketetahi Toilets - Track Surface Replacement Date the contract was awarded: 5 August 2023 Duration of the contract including any extension/renewal options: 12 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $500,104 Highest offer (GST excl): $696,565",0,20250410 Department of Conservation,26612099,Request for Proposals,Open Competition,Hump Ridge Great Walk Interpretation Package,SSIR-TAU03-2022,20221110,20221216,20230330,,Sole Agency,No,n/a,"The objective of this request for proposal is to develop and deliver an interpretation and storytelling package as part of the Hump Ridge Great Walk Project. 1. All writing and editing (in English, and Te reo Maori as guided by mana whenua) 2. Creative design of all 2D and 3D interpretation material (panels text/ then and now overlays; interpretation stands; 3D map; people silhouettes; lodge books) 3. Graphic design, including illustrations and images 4. Image research and copyright clearance 5. Production and Delivery of all interpretation elements",Awarded,"Agency name: Department of Conservation Agency address: Conservation House Whare Kaupapa Atawhai, 18 32 Manners Street, Wellington 6011, New Zealand Successful suppliers name: Story Inc Limited Successful suppliers address: Level 3, 27 Dixon St, Wellington, 6011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429037597733 Description of the services or goods: Hump Ridge Great Walk Interpretation Package Date the contract was awarded: 30 March 2023 Duration of the contract including any extension/renewal options: 6 Months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $244,642.50 Highest offer (GST excl): $752,275",0,20250410 Department of Conservation,26625358,Request for Quotations,Closed Competition,Hauraki Kauri Dieback Mitigation,,20221114,20221202,20230405,,Sole Agency,No,n/a,"The Department invites suppliers to quote for the delivery of Kauri Dieback mitigation work on sections of four tracks in the Hauraki area. Please see attachments for more detail. Note: all questions about this opportunity must be submitted via GETS before the deadline for submission of questions. Please do not contact DOC staff directly.",Not Awarded,"Secondary procurement, no contract award notice required",0,20250410 Department of Conservation,26625707,Request for Tenders,Open Competition,Haast Tokoeka Sanctuary Stoat Trapping,,20221114,20230118,20230513,,Sole Agency,No,n/a,"Stoat trap network servicing and general maintenance on a monthly basis across the Haast Tokoeka Sanctuary and associated roadside and alpine area. This involves clearing traps of all catches and debris, rebaiting traps and making sure they are appropriately placed to continue trapping and meet best practice standards. Perform maintenance on traps and trap parts as required and carry out annual trap weight testing and calibration. Organise transport and liaise with the local Department of Conservation office to share resources such as helicopter or boat transport, to attain trap and bait materials and to report observations regarding trap and track maintenance. Report trap catch and trap condition data through TrapNZ app and directly to the Department of Conservation office where necessary.",Awarded,"Agency name: Department of Conservation Agency address: Awarua/ Haast Office, Cnr SH6 and Jacksons Bay Rd, Haast, 7844 Successful suppliers name: Otago Pest Services Limited Successful suppliers address: 51a Russell Street, Alexandra, 9320, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429033365343 Description of the services or goods: Trapping Haast Tokoeka Sanctuary Date the contract was awarded: 13 May 2023 Duration of the contract including any extension/renewal options: 30th June 2026 (including two rights of renewal, 12 months each) Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 172,798.00 Highest offer (GST excl): $ 656,022.00",0,20250410 Department of Conservation,26675140,Request for Tenders,Open Competition,Manganui Gorge Suspension Bridge,HWT-0-239,20221124,20230124,20230810,,Sole Agency,No,n/a,"The scope of this project is the construction of a 100-metre span by 1.2-metre-wide suspension bridge. Additional site investigation and reporting has been undertaken to cover avalanche/landslide risk, volcanic assessment, wind, and snow loadings and rockfall risk. Design outcomes: Unrestricted pedestrian loads on the bridge, this reduces the risk of bridge overload A 1.2-metre-high barrier system, allows use of the bridge with a 200mm depth of snow on the deck Spiral strand cable to be used rather than general engineering wire rope Using of pairs of main cables and splaying of anchor points to increase redundancy should a cable be compromised due to an unforeseen cable failure event, i.e., rockfall",Awarded,"Agency name: Department of Conservation Agency address: 55a Rimu Street New Plymouth 4312 Successful suppliers name: Abseil Access Limited Successful suppliers address: 15, Bute Street, Te Aro, Wellington, 6011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Construction of a Suspension Bridge Date the contract was awarded: 10 August 2023 Duration of the contract including any extension/renewal options: 30 Weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl.): $1,010,289.99 Highest offer (GST excl.): $ 1,144349.20",0,20250410 Department of Conservation,26716155,Award Notice,Open Competition,Chatham Island Taiko Management,,20221206,20221206,20221011,,Sole Agency,No,,Taiko monitoring and protection services.,Awarded,"Agency name: Department of Conservation Agency address: PO Box 114, Waitangi, Chatham Islands Successful suppliers name: Wildlife Management International Ltd Successful suppliers address: AdR Chartered Accountant, 212 Howick Road, Witherlea, Blenheim, 7201, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429047926141 Description of the services or goods: Taiko monitoring and protection services Date the contract was awarded: 11/10/22 Duration of the contract including any extension/renewal options: 3 years Expected spend under the contract (GST exclusive): $ 697,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 (c)(i) - Only one supplier for technical reasons there is no real competition",0,20250410 Department of Conservation,26720365,Award Notice,Open Competition,Dolomite Point Redevelopment Project - Engineering work,,20221207,20221207,20220830,,Sole Agency,No,,Engineer to The Contract and Engineers Representative (Dolomite Point Redevelopment Project),Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika, 7810, New Zealand Successful suppliers name: Resource Co-ordination Partnership Limited Successful suppliers address: Level 1, The Stranges Building, 219-223 High Street, Christchurch, 8011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038189838 Description of the services or goods: Engineer to The Contract and Engineers Representative (Dolomite Point Redevelopment Project) Date the contract was awarded: 30th August 2022 Duration of the contract (including any extensions): 18 months Expected spend under the contract (GST exclusive): $180,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Approved supplier via the All of Government Panel for Construction Consultancy Services.",0,20250410 Department of Conservation,26720567,Award Notice,Open Competition,Dolomite Point Redevelopment Project - LiveRoof,,20221207,20221207,20221025,,Sole Agency,No,,"Supply of LiveRoof materials (trays, soil elevators, media and roofedge) for the Dolomite Point Redevelopment Project.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika, 7810 Successful suppliers name: Stormwater360 New Zealand Limited Successful suppliers address: 7c Piermark Drive, Rosedale, Auckland, 0632, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038241789 Description of the services or goods: Supply of LiveRoof materials (trays, soil elevators, media and roofedge) for the Dolomite Point Redevelopment Project Date the contract was awarded: 25th October 2022 Duration of the contract including any extension/renewal options: 6 months Expected spend under the contract (GST exclusive): $ 104,272.18 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 (c) (ii) - Only one supplier",0,20250410 Department of Conservation,26720698,Award Notice,Open Competition,Dolomite Point Redevelopment Project - Transformer Upgrade,,20221207,20221207,20220816,,Sole Agency,No,,Transformer Upgrade (Dolomite Point Redevelopment Project).,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika, 7810 Successful suppliers name: Electronet Services Limited Successful suppliers address: 146 Tainui Street, Greymouth, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038033711 Description of the services or goods: Transformer Upgrade (Dolomite Point Redevelopment Project) Date the contract was awarded: 16th August 2022 Duration of the contract including any extension/renewal options: 2 months Expected spend under the contract (GST exclusive): $102,406 Type of procurement process: Selective procurement (sole source) Exemption justification: Rule 14.9 (c) (ii) - Only one supplier",0,20250410 Department of Conservation,26758207,Award Notice,Open Competition,Supply of traps and consumables,,20221129,20221129,20221129,,Sole Agency,No,,Supply of traps and consumables.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House 18-32 Manners Street, Wellington Successful suppliers name: Goodnature Limited Successful suppliers address: 8 Horner Street, Newtown, Wellington, 6021, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429034407981 Description of the services or goods: Supply of traps and consumables. Date the contract was awarded: 29 November 2022 Duration of the contract including any extension/renewal options: 01 December 2022 to 30 June 2024. Expected spend under the contract (GST exclusive): $ 500,000 Type of procurement process: Selective procurement (sole source)",0,20250410 Department of Conservation,26777850,Award Notice,Open Competition,Phase 1 - Development of a predator free scenario modelling tool,,20221223,20221223,20221004,,Sole Agency,No,,Phase 1 development of a predator free scenario modelling tool.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House Whare Kaupapa Atawhai, 18-32 Manners Street, Wellington 6011 Successful suppliers name: Manaaki Whenua Landcare Research Successful suppliers address: 54 Gerald Street, Lincoln, 7608, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038990496 Description of the services or goods: Phase 1 development of a predator free scenario modelling tool Date the contract was awarded: 4th October 2022 Duration of the contract including any extension/renewal options: 14 months Expected spend under the contract (GST exclusive): $180,000 Type of procurement process: Direct Source",0,20250410 Department of Conservation,26833257,Request for Tenders,Open Competition,Routeburn Track: Harris Saddle Shelter Upgrade,SSI-O-393,20230120,20230227,20230626,,Sole Agency,No,n/a,"The Harris Saddle Shelter is a popular rest spot for visitors on the Routeburn Track Great Walk. Built in 1992, this emergency shelter is located in the Serpentine Range and provides stunning views across Fiordland and Whakatipu. After 3 decades, the shelter is showing signs of age and is well in need of an upgrade. Our architect design and specification includes the removal of internal linings, cladding and windows that will be replaced with comparable materials. The required work includes: - Replacement of all interior linings, floor and exterior cladding; - New insulation including underfloor; - The installation of an new venturi ventilation system; - Thermally broken double glazed windows and door; and - The installation of an external seat located on the deck. Positioned at 1240m above sea level, the shelter is in an alpine area where the weather can rapidly change. Planning and experience in working in the great outdoors is pre-requisite for any contractor looking to undertake this work. An adjacent shelter will be used for worker accommodation. Construction has been scheduled for early May 2023 immediately following the Great Walk season (ends 30 April 2023) and must be completed before winter. The remote nature of the work dictates that helicopters will be required for transport of personnel and materials.",Awarded,"Agency name: Department of Conservation Agency address: 43 Dunstan Road, Alexandra Successful suppliers name: John Henderson Construction Ltd. Successful suppliers address: 394 Glenorchy Paradise Road, Glenorchy, 9372, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429036811083 Description of the services or goods: Construction Upgrade of the Harris Saddle Shelter Date the contract was awarded: 26 June 2023 Duration of the contract including any extension/renewal options: 1 year Expected spend under the contract (GST exclusive): $157,850. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $157,850 Highest offer (GST excl): $157,850",0,20250410 Department of Conservation,26854029,Request for Tenders,Open Competition,Hooker River Stream Training and Bank Protection,,20230125,20230306,20230508,,Sole Agency,No,n/a,"This tender is for the construction of river realignment and bank protection in the Hooker River at the Tasman Valley Bridge and historic landfill site, located approximately 500m downstream. See tender documents for more information.",Awarded,"Agency name: Department of Conservation Agency address: 66 Bowen Drive, Aoraki/Mount Cook 7946 Successful suppliers name: Fulton Hogan Limited Successful suppliers address: 15 Sir William Pickering Drive, Burnside, Christchurch 8053 Successful suppliers New Zealand Business Number (NZBN): 9429040318080 Description of the services or goods: River realignment and bank protection in the Hooker River at the Tasman Valley Bridge and historic landfill site located approximately 500m downstream. Date the contract was awarded: 8 May 2023 Duration of the contract including any extension/renewal options: 5 weeks plus 12 weeks defects liability period Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $135,350.40 Highest offer (GST excl): $633,720.70",0,20250410 Department of Conservation,26874861,Award Notice,Open Competition,Pirongia Goat Control 2022 - 2023,,20220916,20220916,20220916,,Sole Agency,No,,Goat Control Services.,Awarded,"Agency name: Department of Conservation Agency address: 5 Northway Street, Te Rapa, Hamilton, 3200, New Zealand Successful suppliers name: Backcountry Contracting Limited Successful suppliers address: PKF Rutherfords Limited, 336 Broadway Avenue, Palmerston North, Palmerston North, 4414 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429035519355 Description of the services or goods: Goat Control Services Date the contract was awarded: 16 September 2022 Duration of the contract including any extension/renewal options: 19 September 2022 30 June 2023 Expected spend under the contract (GST exclusive): $125,000 Type of procurement process: Selective procurement (sole source) Exemption justification: Dispensation is sought from open competition under Rule 14.9(c) (i) only one supplier - for technical reasons there is no real competition.",0,20250410 Department of Conservation,26959043,Request for Tenders,Open Competition,Windy Point Swing Bridge Project,,20230216,20230331,20230602,,Sole Agency,No,n/a,"Located within North Canterbury, the Windy Point Pedestrian Swing Bridge is scheduled for replacement. The department invites tenders for the decommissioning and construction of a new cabled 52m pedestrian bridge.",Awarded,"Agency name: Department of Conservation Agency address: 161 Cashel Street, Christchurch, 81470 Successful suppliers name: Abseil Access Limited Successful suppliers address: 15 Bute Street, Wellington Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Bridge Construction Date the contract was awarded: 2 June 2023 Duration of the contract including any extension/renewal options: 5 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $117,602.19 Highest offer (GST excl): $150,528.00",0,20250410 Department of Conservation,26965307,Award Notice,Open Competition,Southern Winds Wharf Replacement,,20210603,20210603,20210603,,Sole Agency,No,,"Design, fabrication and installation of a floating pontoon at Deep Cove.",Awarded,"Agency name: Department of Conservation Agency address: 1 Lakefront Drive, Te Anau, 9640, New Zealand Successful suppliers name: E-Type Engineering 2018 Limited Successful suppliers address: 20 Don Street, Invercargill, Invercargill, 9810, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429046838681 Description of the services or goods: Design, fabrication and installation of a floating pontoon at Deep Cove. Date the contract was awarded: 3 June 2021 (SSI-O-159) Duration of the contract including any extension/renewal options: Open ended, upon completion. Expected spend under the contract (GST exclusive): $348,421. Type of procurement process: Selective procurement (sole source). Exemption justification: An exemption from open tendering is being sought under rule 14.9(a) Emergency, due to this being a failure of critical infrastructure.",0,20250410 Department of Conservation,26966317,Award Notice,Open Competition,Hauturu Boat Ramp Contruction,,20220715,20220715,20220715,,Sole Agency,No,,Construction of new boat ramp.,Awarded,"Agency name: Department of Conservation Agency address: Bledisloe House, Level 7, 24 Wellesley Street West, Auckland, 1010, New Zealand Successful suppliers name: CLL Solutions Limited Successful suppliers address: 14 Wookey Lane, Kumeu, Kumeu 0810, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048868532 Description of the services or goods: Construction of new boat ramp. Date the contract was awarded: 15 July 2022 Duration of the contract including any extension/renewal options: 4 months Expected spend under the contract (GST exclusive): $523,000 Type of procurement process: Selective procurement (sole source) Exemption justification: An exemption from open tendering is being sought under rule 14.9(a) Emergency and Health and Safety reasons.",0,20250410 Department of Conservation,26998317,Request for Quotations,Closed Competition,"Scotts Beach to Big Rock Track Construction, Heaphy Track",WSI-O-387,20230224,20230404,20230411,,Sole Agency,No,n/a,"The Department of Conservation is seeking a supplier for the construction of approximately 660m of new Great Walk track located between Scotts Beach and Big Rock Beach, Heaphy Track, Karamea. The new track shall be constructed 10-30m inland from the existing section of coastal track and is anticipated formation shall be made using locally sourced materials. The existing track shall remain open to public whilst new track is under construction.",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,27005193,Award Notice,Open Competition,Mangapurua Trail Safety Barrier Install and Track Improvement,,20201021,20201021,20201021,,Sole Agency,No,,Installation of stainless steel barriers in location specified by DOC and upgrade and widening of existing track from Batrums swing bridge to the Bridge to Nowhere located in the Mangapurua valley.,Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful suppliers name: Impel (2010) Limited Successful suppliers address: BFA LTD, 109 Tuwharetoa Street, Taupo, 3330 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031371360 Description of the services or goods: Installation of stainless steel barriers in location specified by DOC and upgrade and widening of existing track from Batrums swing bridge to the Bridge to Nowhere located in the Mangapurua valley. Date the contract was awarded: 21 October 2020 Duration of the contract including any extension/renewal options: 15 months (including defects liability) Expected spend under the contract (GST exclusive): $676,307.41. Type of procurement process: Selective procurement (sole source) via exemption Exemption justification: Under Rule 14.9(a) of the Government Rules of Sourcing -Emergency Procurement Due to a fatality in the valley and corner recommendations.",0,20250410 Department of Conservation,27005512,Award Notice,Open Competition,Mangapurua Storm Damage,,20201019,20201019,20221019,,Sole Agency,No,,Significant track rebuild after major slip damage from Batrums swing bridge to the Bridge to Nowhere located in the Mangapurua valley.,Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo. Successful suppliers name: Impel (2010) Limited Successful suppliers address: BFA LTD, 109 Tuwharetoa Street, Taupo, 3330 , New Zealand. Successful suppliers New Zealand Business Number (NZBN): 9429031371360 Description of the services or goods: Significant track rebuild after major slip damage from Batrums swing bridge to the Bridge to Nowhere located in the Mangapurua valley. Date the contract was awarded: 19 October 2022 Duration of the contract including any extension/renewal options: 9 months (including defects liability). Expected spend under the contract (GST exclusive): $239,307.82. Type of procurement process: Selective procurement (sole source) via exemption. Exemption justification: Under Rule 14.9(a) of the Government Procurement Rules - Emergency Procurement Due to loss of infrastructure.",0,20250410 Department of Conservation,27005716,Award Notice,Open Competition,Wairere Falls Track Works and Waharoa,,20220210,20220210,20220210,,Sole Agency,No,,"Track reshaping, resurfacing and creation of water management controls on the Wairere Falls track.",Awarded,"Agency name: Department of Conservation. Agency address: 37 Motutaiko Street, Taupo. Successful suppliers name: Wairere Mahi Limited Successful suppliers address: Bakertilly Staples Rodway, 109 Powderham Street, New Plymouth, 4310, New Zealand. Successful suppliers New Zealand Business Number (NZBN): 9429048416092 Description of the services or goods: Track reshaping, resurfacing and creation of water management controls on the Wairere Falls track. Date the contract was awarded: 10 February 2022 Duration of the contract including any extension/renewal options: 10 weeks. Expected spend under the contract (GST exclusive): $233,586.48. Type of procurement process: Selective procurement (sole source) via exemption. Exemption justification: Government procurement Rule 14.9(c)(i) only one supplier: For technical reasons there is no real competition.",0,20250410 Department of Conservation,27039586,Request for Quotations,Closed Competition,Paparoa Track Cyclone Dovi Remediation,,20230306,20230413,20230418,,Sole Agency,No,n/a,"DOC is seeking a contractor to undertake track remediation work to the escarpment zig zag section of the Paparoa track. The track remediation work extends approx. 1.5km from the top of the Zig Zag towards waterfall creek. The work includes the recovery of track aggregates, scraping and blending with clay base and reforming/ reshaping of track surface. Additional surface material may need to be sourced from borrow pits alone Tindale ridge and flown to site. The supplier will be given full use of the of the newly constructed emergency shelter, located at the top of the zig zag, for accommodation purposes. It is estimated that the works shall take a crew of three 6 weeks to complete.",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,27056052,Request for Quotations,Open Competition,Motukarara Nursery Office Refurbishment,,20230308,20230405,20230606,,Sole Agency,No,n/a,"The Motukarara Conservation Nursery is within the Waihora Domain at Motukarara, 30km from the Christchurch city centre. The nursery needs an upgrade in order to improve staff working environment, improve staff wellbeing, remove health and safety issues and comply with building standards. Scope of work: - to reallocate / reprioritise some of this retail space to provide additional office space with new internal partition wall, to provide space for office work, with increasing demand on existing space. - to refurbish existing bathroom to building standards and meet the minimum Health and Safety guidelines in commercial premises. - to install two heat pumps to improve DOC staff health and safety and wellbeing.",Awarded,"Agency name: Department of Conservation Agency address: Park Road, Waihora Park, Motukarara 7672 Successful suppliers name: Retaining Canterbury Limited Successful suppliers address: Level 1, 270 St Asaph Street, Christchurch Central, Christchurch, 8011 Successful suppliers New Zealand Business Number (NZBN): 9429031004831 Description of the services or goods: Office refurbishment Date the contract was awarded: 6 June 2023 Duration of the contract including any extension/renewal options: 5 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $125k Highest offer (GST excl): $165k",0,20250410 Department of Conservation,27078023,Request for Tenders,Open Competition,Rarakau Car Park Works - Hump Ridge Great Walk Track Development,SSIR-TAU#6-2023,20230313,20230420,20230619,,Sole Agency,No,n/a,"Upgrade of the Rarakau Car Park at the beginning of the Hump Ridge Track near Tuatapere, Southland. The contract works comprise of: Earthworks, Pavement construction, Drainage, Installation of DOC-supplied Toilet and Shelter Facilities, and Landscaping. The completed unsealed car park will provide parking for 53 vehicles and include toilet and shelter facilities.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 176, Alexandra 9340 Successful suppliers name: Supreme Excavations & Site Works Ltd Successful suppliers address: 136 Spey Street, Invercargill, 9810, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031239776 Description of the services or goods: Rarakau Car Park Works - Hump Ridge Great Walk Track Development Date the contract was awarded: 19 June 2023 Duration of the contract including any extension/renewal options: 12 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $190,435.77 Highest offer (GST excl): $372,736.90",0,20250410 Department of Conservation,27109351,Request for Tenders,Open Competition,Wild Animal Ground Control - National Panel,,20230317,20230427,20231031,,Sole Agency,No,n/a,"The Department of Conservation conducts Wild Animal Management on public conservation land, and priority areas adjoining public conservation land, where these animals are impacting on ecological or environmental values. The Department is looking to establish a national panel of suppliers to deliver Wild Animal ground control hunting.",Awarded,"Agency name: Department of Conservation Agency address: 18 - 32 Manners Street, Te Aro, Wellington 6011, New Zealand Successful suppliers name: Backcountry Contracting Limited, Bushcraft Contracting Limited, Contract Wild Animal Control (NZ) Limited, DOC Livestock Limited, Downer New Zealand Limited, Hakituri Limited, Hamish Matiu Te Whare, John David Clark T/A Goneoutwest Contracting Kahurangi Contracting Limited, Kiwi Field Crew Limited, Kobey James Brebner, Landcare Services Limited, LC Sparks KE Littleford T/A Cornerstone Conservation, Mainland Vector Contracting Limited, Mana Tahuna Charitable Trust, Mana Wild Game Solutions Limited, Mark Drabble T/A Drabble Pest Control, Muirbank Holdings Limited, Not Even Limited, On Target Hunting Limited, Otago Pest Services Limited, PH & LH Lister Partnership, Rentokil Initial Limited T/A High Country Contracting, Rugged Country Contracting Limited, SJB & CL Neustroski Limited, Scott David Nowell T/A Watershed Shoot Predator Free, Silver Bullet Contracting Limited, Stay Put Limited, Summit Contracting Limited, Taiao ora Contracting Limited, Timothy Colin Campbell T/A Killshot Contracting Tongariro Contracting Limited, Trap and Trigger Limited, Vector Control Services W R Curnow Contracting Limited, Wai Ora River Care Limited, Waipara Hills Helicopters Limited, Wayne Loooney Wild Balance, Description of the services or goods: Request for tender to establish a national panel of suppliers to deliver Wild Animal Ground Control. Date the contract was awarded: 31 October 2023 Duration of the contract including any extension/renewal options: 10 years (initial term of 3 years, plus 3 x 2-year rights of renewal). Type of procurement process: Open Tender",0,20250410 ,,,,,,,,,,,,,,,,, Department of Conservation,27130514,Award Notice,Open Competition,Hauturu (Little Barrier Island) Wharf,,20220715,20220715,20220715,,Sole Agency,No,,Construction of a new boat ramp,Awarded,"Agency name: Department of Conservation Agency address: Bledisloe House Successful suppliers name: CLL Solutions Limited Successful suppliers address: 14 Wookey Lane, Kumeu, Kumeu, 0810 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048868532 Description of the services or goods: Construction of a new boat ramp Date the contract was awarded: 15 July 2022 Duration of the contract including any extension/renewal options: 4 months Expected spend under the contract (GST exclusive): $523,000. Type of procurement process: Selective procurement (sole source) Exemption justification: An exemption is being sought under Government procurement rule 14.9(a) Emergency and Health and Safety reasons.",0,20250410 Department of Conservation,27147616,Request for Tenders,Open Competition,"Heaphy and Lewis Swing Bridges Construction, Heaphy Track, Kahurangi National Park",WSI-O-389,20230327,20230510,20230516,,Sole Agency,No,n/a,"DOC intends seeking a contractor to undertake the supply and construction of the proposed 93m long Heaphy River Swing bridge and the 101m long Lewis River Swing Bridge, Heaphy Track, Kahurangi National Park. The bridge sites are located within 400m of each other at the junction of the Heaphy and Lewis Rivers. The work includes the construction of three sets of approx. 6-9m deep rock anchors, concrete Deadman anchor, concrete tower foundations, tower installations, timber access ramp, and cable swing bridge constructions. The site can be accessed via the Heaphy Track, approximately 25km from the Kohaihai road end, Karamea (4-5 hours walk or 1.5 hours electric motorbike). The contractor may use mountain bikes, motorbikes and/or electric bikes to provide site access. For the duration of the construction period, the contractor will be given full use of the Heaphy Staff quarters hut located approximately 30minutes from the proposed Heaphy bridge site. The contractor shall also be given full use of the recently constructed Lewis Emergency shelter located on the true left of the Lewis river. The contractor for the proposed work shall be sought via Request for Tender via the Government Electronic Tender System (GETS). Tenderers shall be required to partake in a mandatory site visit to be held during the tender period.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika, 7810 Successful suppliers name: Abseil Access Limited Successful suppliers address: 15 Bute Street, Welington, 6011, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038895821 Description of the services or goods: Supply and Construction of the Heaphy River and Lewis River Swing Bridges, Heaphy Track, Kahurangi National Park. Date the contract was awarded: 16 May 2023 Duration of the contract including any extension/renewal options: 15 weeks + 12months defects period Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $891,921.20 Highest offer (GST excl): $940,017.80",0,20250410 Department of Conservation,27239713,Request for Tenders,Open Competition,SkyRanger - Aerial Monitoring of Rowi and Haast Tokoeka Kiwi,,20230413,20230522,20231113,,Sole Agency,No,n/a,"The Department of Conservations South Westland biodiversity team is tasked with the conservation management goal of securing and recovering the in-situ populations of two highly threatened species of kiwi, Haast tokoeka and rowi. Both species live in remote locations on the West Coast and inhabit remote and challenging terrain. To allow for efficient species monitoring the Department utilises an automated system called SkyRanger and we seek an aircraft service provider to carry out this monitoring work. SkyRanger was developed by the Department and Wildtech New Zealand Ltd., to monitor wildlife wearing radio-transmitters using an aircraft. The aircraft is fitted with equipment (including a computer, telemetry receivers and two whip antenna) that collects important monitoring data from the kiwi transmitters (such as breeding status, location and survival) as it flies a prescribed route above the birds. SkyRanger flights are scheduled regularly, with additional freestyle flights required to search for specific targets. SkyRanger makes groundwork much more efficient for DOC field staff which, in turn has significantly enhanced the success of both species programmes. The current monitored populations (and subsequent SkyRanger flight areas) of rowi and Haast tokoeka cover approximately 18,572ha near Okarito and 17,500ha near Haast, respectively.",Awarded,"Agency name: Department of Conservation Agency address: 69 Cron Street, Franz Josef, 7886 Successful suppliers name: Knights Point Air Limited Successful suppliers address: 930 Haast Highway, Whakapohai, 7844 Successful suppliers New Zealand Business Number (NZBN): 9429031829373 Description of the services or goods: Deliver aerial monitoring of rowi and Haast tokoeka kiwi using the SkyRanger technology Date the contract was awarded: 13 November 2023 Duration of the contract including any extension/renewal options: 2 years, plus 2 rights of renewal for 2 years each Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $650 per hour Highest offer (GST excl): $1,250 per hour",0,20250410 Department of Conservation,27344968,Award Notice,Open Competition,Mangaotama Catchment mitigations - priority planting,,20230417,20230417,20230417,,Sole Agency,No,,Mangaotama Catchment mitigations - priority planting,Awarded,"Agency name: Department of Conservation Agency address: PO Box 20025, Te Rapa, Hamilton 3241 Successful suppliers name: Koroneiki Developments Limited Successful suppliers address: 15 Clare Street, Cambridge 3434, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429045955709 Description of the services or goods: Mangaotama Catchment mitigations - priority planting Date the contract was awarded: 17 April 2023 Duration of the contract including any extension/renewal options: 6 February 2023 22 December 2023 Expected spend under the contract (GST exclusive): $135,299.80. Type of procurement process: Selective procurement (sole source) Exemption justification: Procurement Rule 14.9(c)(i) For technical reasons there is no real competition.",0,20250410 Department of Conservation,27428906,Request for Tenders,Open Competition,Morere Hot Pools Septic System Replacement,,20230522,20230726,20231121,,Sole Agency,No,n/a,"Construction services are required for the removal of then existing, failing septic system at Morere Hot Springs and the design and build of a replacement 2 stage treatment system with discharge to a dispersal field via a buried drip line. Tenderers must have the capacity and resources to complete the contract works before 24 January 2024.",Awarded,"Agency name: Department of Conservation Agency address: 28 North St Palmerston North Successful suppliers name: Enviro Water Limited Successful suppliers address: 58 Spartan Road, Takanini, Auckland, New Zealand, 2105 Successful suppliers New Zealand Business Number (NZBN): 9429041807897 Description of the services or goods: Morere Hot Pools Septic System Replacement Date the contract was awarded: 21 November 2023 Duration of the contract including any extension/renewal options: Expect 90 day build period (4.5 months), 12-month warranty. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $375,420 Highest offer (GST excl): $931,144",0,20250410 Department of Conservation,27429920,Request for Tenders,Open Competition,Bridge Maintenance and Deck Upgrade - Pike River Access Road,WSI-O-396,20230522,20230711,20230907,,Sole Agency,No,n/a,"This is a Department of Conservation Physical Works / Construction contract for Bridge Maintenance and Deck Upgrade on the Pike River Access Road. The Contract Works comprise of: Temporary traffic management. Temporary Access / Scaffolding design, installation, and management. Investigation including site measure of the existing panel sizes and guardrail post locations. Removal and temporary storage of the existing guardrail. Removal of selected existing precast concrete deck panels. Fabrication and installation of precast concrete units. Site-welding of deck-panel hold-down cleats on the beams/trusses. Abutment headwall concrete repairs. Installation of compression seal joints at abutments. Installation of sealant between precast deck panels. Reinstatement of the existing guardrail. Fabrication of steelwork penetrations, cover plates and strengthening plates. Reporting. Quality assurance. All other works indicated, described, or implied on the construction drawings or in this Project Specification.",Awarded,"Agency name: Department of Conservation Agency address: 17 High Street, Greymouth, 7805 Successful suppliers name: Smith Crane & Construction Limited Successful suppliers address: 484 Johns Road, Harewood, Christchurch, 8051, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038765278 Description of the services or goods: Bridge maintenance and bridge deck upgrades to select structures on the Pike River Access Road Date the contract was awarded: 7 September 2023 Duration of the contract including any extension/renewal options: 12 Weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $587,242.75 Highest offer (GST excl): $1,195,848.29",0,20250410 Department of Conservation,27451961,Award Notice,Open Competition,Denniston Stabilisation and Heritage Refacing,,20230503,20230503,20230503,,Sole Agency,No,,"Stabilisation and heritage refacing of collapsed section of Donkey Winch Wall, Denniston.",Awarded,"Agency name: Department of Conservation Agency address: Kawatiri/Westport Office Successful suppliers name: Geotech Limited Successful suppliers address: Marshall and Heaphy Limited, 64 High Street, Greymouth, 7805 , New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429037210489 Description of the services or goods: Stabilisation and heritage refacing of collapsed section of Donkey Winch Wall, Denniston. Date the contract was awarded: 03 May 2023 Duration of the contract including any extension/renewal options: 30 June 2023 Expected spend under the contract (GST exclusive): $262,885. Type of procurement process: Selective procurement (sole source) Exemption justification: Government Procurement Rule 14.9(c)(i) for technical reasons there is no real competition.",0,20250410 Department of Conservation,27452704,Request for Tenders,Open Competition,Manawatu Gorge Pest Control 2023-2026,,20230525,20230703,20230802,,Sole Agency,No,n/a,The objective of this RFT is to identify capable and suitably qualified contractor(s) to undertake animal pest control in Te Apiti Manawatu Gorge.,Awarded,"Agency name: Department of Conservation Agency address:28 North Street, Palmerston North, 4410, New Zealand Successful suppliers name: 1. Kawakawa Environmental Limited 2. Supplejack Contracting Limited Successful suppliers address: 1. 10 Marine Parade, Otaki Beach, Otaki, 5512, New Zealand 2. 241 Gordon Street, Landsdowne, Masterton, 5810, New Zealand Successful suppliers New Zealand Business Number (NZBN): 1. 9429050797882 2. 9429041166130 Description of the services or goods: 1. Toxin based pest control 2. Trapping based pest control Date the contract was awarded: 1. 7 July 2023 2. 2 August 2023 Duration of the contract including any extension/renewal options: 1 year with two rights of renewal for an additional period of one year each. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $ 77,200 Highest offer (GST excl): $ 171,400",0,20250410 Department of Conservation,27456922,Award Notice,Open Competition,Mangaokewa Bridge replacement,,20230327,20230327,20230327,,Sole Agency,No,,Mangaokewa Bridge replacement.,Awarded,"Agency name: Department of Conservation Agency address: 73 Rostrevor Street, Hamilton Successful suppliers name: Walkway Solutions Limited Successful suppliers address: 127 Ngati Maru Highway, Rd 1, Thames, 3578, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429034383155 Description of the services or goods: Mangaokewa Bridge replacement Date the contract was awarded: 27 March 2023 Duration of the contract including any extension/renewal options: 12 weeks Expected spend under the contract (GST exclusive): $199,306. Type of procurement process: Selective procurement (sole source) Exemption justification: Government Procurement Rule 14.9.a Emergency procurement",0,20250410 Department of Conservation,27475793,Request for Quotations,Closed Competition,"National Predator Control Programme - Hollyford, Aerial Pest Control Operation",,20230601,20230629,20231212,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hollyford area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: July 2024 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27480026,Request for Proposals,Open Competition,Zero Trust Network,,20230531,20230705,20231101,,Sole Agency,No,n/a,"With the advent of cloud-based systems as well as modern collaboration tools, DOC seeks to implement a high performing and secure (Zero Trust) architecture which includes the network. DOCs requirements and current business problems has confirmed the need to procure a new network solution. DOC is ideally seeking a high performing and very secure (Zero Trust) cloud-based network which includes modern collaboration and network management tools. A refresh of the network will additionally allow DOC to re implement foundational principles and technologies that under pin a Zero Trust architecture where every interaction is assumed to be untrusted, and users must establish trust through an authenticated identity and healthy context. This is to mitigate against ever-increasing threats via the internet in today's cloud connected, work from anywhere world. DOC seeks to modernise the network environment with specific requirements for the service to have the ability to scale, meeting fluctuations in its business demands, increase visibility of the technical network environment, and improve transparency and management of operating costs. Additionally, DOC seeks to implement solution(s) that can keep pace with demand and meet cyber security requirements. The refresh of the network seeks to greatly enhance end user productivity and experience as well as ensuring all data is always safe and secure. The outcome sought from this procurement is that DOC will contract a single supplier to deliver a solution that comprises all software and hardware components needed to meet DOCs Network and Secure Access requirements. The preference is that this contract reflects a as-a-service model where the supplier will support and retain ownership of the solution and its constituent components.",Awarded,"Agency name: Department of Conservation Agency address: 16-32 Manners Street, Wellington, 6011, New Zealand Successful suppliers name: NTT New Zealand Limited Successful suppliers address: Level 15 NTT Tower, 157 Lambton Quay, Wellington, 6011, Wellington Successful suppliers New Zealand Business Number (NZBN): 9429038302794 Description of the services or goods: High performing and secure (Zero Trust) cloud-based network. Date the contract was awarded: 1 November 2023 Duration of the contract including any extension/renewal options: 5 years with 2 rights of renewal for an additional period of 2 years each. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $3,915,740.80 Highest offer (GST excl): $10,046,035.45",0,20250410 Department of Conservation,27522078,Request for Quotations,Closed Competition,Deer Spur Track Upgrade,ESIS_O_260,20230609,20230718,20231006,,Sole Agency,No,n/a,"Replacement of all timber steps over a length of approximately 2.7km along the lower section of the Deer Spur Track at Peel Forest, near Geraldine, a BCA (Backcountry Adventurer) tramping track. It is estimated that about 220 steps need to be removed with approximately 450 steps need to be installed to meet current specifications. In addition, approximately a total of 165m of the track needs to be re-surfaced with various sections ranging from 1 to 15m in length with some associated drainage works required.",Not Awarded,"Secondary Procurement, contract award notice not required.",0,20250410 Department of Conservation,27541070,Request for Tenders,Open Competition,Western South Island Cleaning Services,,20230614,20230726,20230926,,Sole Agency,No,n/a,"The Department of Conservation is seeking a supplier to provide year-round cleaning services for the following WSI regional office locations: - Hokitika District Office 10 Sewell Street, Hokitika 7810 - Hokitika Workshop Camp St, Hokitika 7810 - Greymouth District Office 17 High Street, Greymouth 7805 - Westport District Office 72 Russell Street, Westport 7825 - Franz Josef District Office 69 Cron St, Franz Josef 7856 - Fox Glacier Field Base 30 Main Rd (SH6) Fox Glacier 7859 Services required include general cleaning services, emptying rubbish and reporting of any minor repairs required.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika. Successful suppliers name: NZ Cleaning Coop Limited Successful suppliers address: Level 2, 13 Camp Street, Queenstown 9300, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048957816 Description of the services or goods: The Supplier shall provide cleaning services at 6 sites in the Western South Island: Fox Glacier Field Centre, Franz Josef District Office, Hokitika Regional Office, Greymouth District Office, Westport District Office and Hokitika Camp Street Workshop. Date the contract was awarded: 26 September 2023 Duration of the contract including any extension/renewal options: 3 years Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $97,394.70 per annum Highest offer (GST excl): $208,414.02 per annum",0,20250410 Department of Conservation,27582647,Request for Quotations,Closed Competition,"National Predator Control Programme - Heaphy Lowland, Aerial Pest Control Operation",,20230628,20230728,20240202,,Sole Agency,No,NIL,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Heaphy Lowland Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27582720,Request for Quotations,Closed Competition,"National Predator Control Programme - Gouland, Aerial Pest Control Operation",,20230628,20230728,20231207,,Sole Agency,No,NIL,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Gouland Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: September 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27582837,Request for Quotations,Closed Competition,"National Predator Control Programme - Eglinton, Aerial Pest Control Operation",,20230628,20230728,20231207,,Sole Agency,No,NIL,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Eglinton Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. This operation will only run if rat numbers pass trigger level. The rat numbers are currently low at this site. The control work done recently by contractors is still holding. However, we need to get ready to run this site, in case rates bounce back over the coming spring, but the go/ no go decision wont be made until November 2023.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: September 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27582923,Request for Quotations,Closed Competition,"National Predator Control Programme - Clinton - Arthur - Cleddau, Aerial Pest Control Operation",,20230628,20230728,20231206,,Sole Agency,No,NIL,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Clinton - Arthur - Cleddau Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: September 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27583039,Request for Quotations,Closed Competition,"National Predator Control Programme - Waitutu, Aerial Pest Control Operation",,20230628,20230728,20231212,,Sole Agency,No,NIL,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waitutu area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: September. 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27583118,Request for Quotations,Closed Competition,"National Predator Control Programme - Arthur's Pass East, Aerial Pest Control Operation",,20230628,20230728,20240202,,Sole Agency,No,NIL,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Arthur's Pass East area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27596974,Request for Quotations,Closed Competition,"National Predator Control Programme - Oparara, Aerial Pest Control Operation",,20230628,20230728,20240202,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Oparara Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27597146,Request for Quotations,Closed Competition,"National Predator Control Programme - Hauhungaroa, Aerial Pest Control Operation",,20230628,20230728,20231212,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hauhangaroa area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: September 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27597909,Request for Proposals,Closed Competition,Milford Opportunities Project - Transport & Infrastructure Stream - Assessment of Environmental Values Terrestrial & Aquatic Species & Ecosystems,#SSI-O-405,20230622,20230718,20230811,,Sole Agency,No,n/a,"Assessment of terrestrial and aquatic (freshwater and marine) ecosystem values including their constituent flora and fauna, to establish with high confidence the technical feasibility of proceeding with the Milford Opportunities Masterplan recommendations from an environmental impact perspective.",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,27597995,Request for Quotations,Closed Competition,"National Predator Control Programme - Hauraki Southern Forests, Aerial Pest Control Operation",,20230628,20230728,20240202,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Hauraki Southern Forests area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27598029,Request for Proposals,Open Competition,Milford Opportunities Project - Transport & Infrastructure Stream - Walking & Cycling Experiences Feasibility,#SSI-O-410,20230622,20230718,20230811,,Sole Agency,No,n/a,"Establishment of the technical feasibility of the walking and cycling concepts proposed in the Masterplan and in the RFP. Assessment of existing recreation values and the impact of the proposed walking and cycling experiences on those values.",Awarded,"Agency name: Department of Conservation Agency address: National Office, PO Box 10-420, Wellington 6143 Successful suppliers name: Southern Land Limited Successful suppliers address: Level 2, Brownston House, 21 Brownston Street, Wanaka, 9305, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429032999242 Description of the services or goods: Assessment of technical feasibility of proposed walking & cycling experiences along the Milford Road corridor and at Milford Sound Piopiotahi. Date the contract was awarded: 11 August 2023 Duration of the contract including any extension/renewal options: 5.5 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $89,800 Highest offer (GST excl): $141,800",0,20250410 Department of Conservation,27602638,Request for Quotations,Closed Competition,"National Predator Control Programme - Dart Caples, Aerial Pest Control Operation",,20230628,20230728,20231207,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Dart Caples Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. This operation will only run if rat numbers pass trigger levels. The rat numbers are currently low at this site. The control work done recently by contractors is still holding. However, we need to get ready to run this site, in case rates bounce back over the coming spring, but the go/no go decision won't be made until November 2023",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: September 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27611683,Award Notice,Open Competition,Supply of Retail Joinery for the Dolomite Point Redevelopment Project,,20230516,20230516,20230515,,Sole Agency,No,,Supply of Retail Joinery for the Dolomite Point Redevelopment Project.,Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika, 7810 Successful suppliers name: Ruby Bay Joinery Limited Successful suppliers address: 8 Warren Place, Mapua, Nelson, 7005, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038421495 Description of the services or goods: Supply of Retail Joinery for the Dolomite Point Redevelopment Project Date the contract was awarded: 15/05/2023. Duration of the contract including any extension/renewal options: 27/09/2023 Expected spend under the contract (GST exclusive): $ 146,075. Type of procurement process: Request for Quotation Exemption justification: Procurement rule 14.9(c)(i) Only one supplier For technical reasons there is no real competition.",0,20250410 Department of Conservation,27618069,Request for Quotations,Closed Competition,"National Predator Control Programme - Papakai, Aerial Pest Control Operation",,20230628,20230728,20240202,,Sole Agency,No,NIL,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Papakai Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27635800,Request for Quotations,Open Competition,Engineering Design - Hooker #2 Pedestrian Bridge and Day Visitor Track,,20230629,20230720,20230821,,Sole Agency,No,n/a,"The Department of Conservation is seeking to contract a suitably qualified Structural Engineering Consultant(s) to undertake concept and detailed design, building consent documentation and construction supervision for a 1.2m wide suspension bridge with an approximate span of 180 meters. The proposed bridge design will take into consideration of a 50-year life. In addition to bridge design, DOC is also requesting services for the design of a 1.5m wide track realignment meeting Day Visitor Standards",Awarded,"Agency name: Department of Conservation Agency address: Level 3, grand Central, 161 Cashel Street, Christchurch 8011, New Zealand Successful suppliers name: DC Structure Studio Limited Successful suppliers address: 52 Watkins Road, Cambridge, 3434, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429042258759 Description of the services or goods: Bridge Engineering Design Professional Services Date the contract was awarded: 21 August 2023 Duration of the contract including any extension/renewal options: 12 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $131,500 Highest offer (GST excl): $241,080",0,20250410 Department of Conservation,27693301,Request for Quotations,Closed Competition,Tunnel Beach Track Upgrade Project,TBTU 001-2023,20230711,20230817,20231026,,Sole Agency,No,n/a,"This procurement is to secure a contract for the upgrade and realignment of the Tunnel Beach walking track, a popular walk located south of Dunedin in the Coastal Otago region. The planned works include; reforming some existing track; new formation of approximately 1000m of new track, creation of viewing areas, and installation of supplied outdoor furniture and interpretation panels. This is a track panel RFQ is being sent to all panel members for public track work in SSI.",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,27704052,Request for Tenders,Open Competition,"Fiordland Trapping, Tracking Tunnels and Outcome Monitoring",,20230712,20230821,20231101,,Sole Agency,No,n/a,"The Department of Conservation, Te Anau District is looking to establish a contract(s) for stoat trapping, tracking tunnel and outcome monitoring services in three locations across Fiordland National Park. Services include the servicing of stoat tunnels, tracking tunnels, trail cameras, acoustic recorders and data management. Areas for servicing will include travel (including helicopters), alpine areas, river crossings, stoat trap lines and overnight stays in huts. The areas to be worked are in the Clinton catchment (Clinton West Branch, Clinton North Branch and Neale Burn), Arthur catchment (Arthur, Joes, Green Valley and Suprise Creek) and the Upper Hollyford. Tenders should be submitted individually for each of the three areas: Clinton, Arthur and Upper Hollyford. Tenders can be submitted for one, two, or all three sites.",Awarded,"Agency name: Department of Conservation Agency address: C/- Lakefront Drive, Te Anau 9600 Successful suppliers name: Mammalian Corrections Unit Limited Successful suppliers address: 52 Corstorphine Road, Corstorphine, Dunedin 9012, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429031478922 Description of the services or goods: A contract(s) for stoat trapping, tracking tunnel and outcome monitoring services in three locations across Fiordland National Park. Services include the servicing of stoat tunnels, tracking tunnels, trail cameras, acoustic recorders and data management. Date the contract was awarded: 1 November 2023 Duration of the contract including any extension/renewal options: 2 years + 3 year right of renewal Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $1.3 million Highest offer (GST excl): $4.4 million",0,20250410 Department of Conservation,27726589,Request for Tenders,Open Competition,Arataki Replacement Suspension Bridge,HWT-0-251,20230718,20230828,20231113,,Sole Agency,No,n/a,The Arataki Suspension bridge located within the Pureora Forest Park is nearing its end of life and requires replacement. The Department of Conservation is aiming to procure the services of a contractor to supply and construct a replacement suspension bridge. The bridge replacement will be an upgraded version designed to allow for greater usability and user groups.,Awarded,"Agency name: Department of Conservation Agency address: 73 Rostrevor Street Hamilton Successful suppliers name: Edifice Contracts Limited Successful suppliers address: 35-39 Tiro Tiro Road, Levin, New Zealand, 5510 Successful suppliers New Zealand Business Number (NZBN): 9429031325745 Description of the services or goods: Replacement of Pedestrian Cable Bridge Date the contract was awarded: 13 November 2023 Duration of the contract including any extension/renewal options: 4-6 weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $102,337.50 Highest offer (GST excl): $138,020.00",0,20250410 Department of Conservation,27765419,Request for Tenders,Closed Competition,"Trapping and tracking tunnel contract Cleddau Catchment, Fiordland National Park 2023-2024 Contract",,20230725,20230828,20240426,,Sole Agency,No,n/a,"The Department of Conservation, Te Anau District is looking to establish a contract with an experienced professional supplier. The services of this contract will include stoat trapping and tracking tunnel services. Services include the servicing of stoat tunnels, tracking tunnels and data management. Servicing will include travel (potentially including helicopters), alpine areas, river crossings and stoat trap lines. The area to be worked in is the Cleddau catchment (includes trap lines in the main Cleddau Valley, along with trap lines in the Tutoko and Gulliver Valleys) and is tended as an individual contract, with right of renewal for a further two years (so up to a maximum of three years).",Not Awarded,No responses received.,0,20250410 Department of Conservation,27765539,Request for Tenders,Closed Competition,"Trapping, tracking tunnel and outcome monitoring contract Sinbad Gully, Fiordland National Park 2023-2024 Contract",,20230725,20230828,20231020,,Sole Agency,No,n/a,"The Department of Conservation, Te Anau District is looking to establish a contract with an experienced professional supplier. The services of this contract will include stoat trapping, tracking tunnel and outcome monitoring services. Services include the servicing of stoat tunnels, tracking tunnels, trail cameras, acoustic recorders and data management. Servicing will include travel (including helicopters), alpine areas, river crossings, stoat trap lines and overnight stays in huts. The area to be worked in is the Sinbad Gully (the valley next to Mitre Peak in Milford Sound) and is tended as an individual contract, with right of renewal for a further two years (so up to a maximum of three years).",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,27838989,Request for Proposals,Open Competition,Milford Opportunities Project - Transport & Infrastructure Stream - Transport and Permit System Technology,#SSI-O-409,20230807,20230904,20240503,,Sole Agency,No,n/a,A thorough investigation to identify and recommend a range of technology systems that could be used to implement the Masterplan intention to manage access to Milford Sound Piopiotahi.,Not Awarded,No responses received.,0,20250410 Department of Conservation,27891525,Request for Quotations,Closed Competition,"National Predator Control Programme - Alfred River, Aerial Pest Control Operation",,20230815,20231004,20231212,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Alfred River area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27891816,Request for Quotations,Closed Competition,"National Predator Control Programme - Pukaha Mt Bruce, Aerial Pest Control Operation",,20230815,20231004,20231212,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Pukaha Mt Bruce Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27892003,Request for Quotations,Closed Competition,"National Predator Control Programme - Punakaiki, Aerial Pest Control Operation",,20230815,20231004,20231212,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Punakaiki Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27892219,Request for Quotations,Closed Competition,"National Predator Control Programme - Roaring Meg, Aerial Pest Control Operation",,20230815,20231004,20231212,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Roaring Meg Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27892404,Request for Quotations,Closed Competition,"National Predator Control Programme - Waitaanga - Hutiwai, Aerial Pest Control Operation",,20230815,20231004,20231212,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waitaanga - Hutiwai Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. This RFQ has been split into two blocks. Ideally the Department of Conservation would like them flown at the same time. We have requested information regarding each individual block, and the two blocks combined.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: December 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27893098,Request for Quotations,Closed Competition,"National Predator Control Programme - Seaforth Grebe , Aerial Pest Control Operation",,20230815,20231004,20231207,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Seaforth Grebe Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27926536,Award Notice,Open Competition,"Carving Work, Fabrication and Installation of a Sculpture",,20221102,20221102,20221102,,Sole Agency,No,,"These Construction Works are for the carving work, fabrication and installation of a sculpture depicting a Maori canoe or Waka.",Awarded,"Agency name: Department of Conservation Agency address: 69 Cron Street, Franz Josef Glacier, 7856 Successful suppliers name: Art Fetiche Studio Limited Successful suppliers address: 3 Lupins Lane, Bromley, Christchurch, 8062, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429036838509 Description of the services or goods: These Construction Works are for the carving work, fabrication and installation of a sculpture depicting a Maori canoe or Waka. Date the contract was awarded: 2 November 2022 Duration of the contract including any extension/renewal options: 3 months Expected spend under the contract (GST exclusive): $202, 488. Type of procurement process: Selective procurement (sole source) Exemption justification: Government Procurement Rule 14.9 (c) Only one supplier The procurement is for a work of art.",0,20250410 Department of Conservation,27946939,Request for Quotations,Closed Competition,"National Predator Control Programme - Whirinaki, Aerial Pest Control Operation",,20230824,20231004,20240202,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Whirinaki Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27947481,Request for Quotations,Closed Competition,"National Predator Control Programme - Mokaihaha, Aerial Pest Control Operation",,20230824,20231004,20240202,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mokaihaha Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,27948621,Request for Quotations,Closed Competition,"National Predator Control Programme - Mangaparua, Aerial Pest Control Operation",,20230824,20231004,20231212,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mangaparua area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,28102086,Award Notice,Open Competition,Job advert postings on Seek Job board,,20230801,20230801,20230801,,Sole Agency,No,,Job advert postings on Seek Job board.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 19 Manners Street, Wellington 6011 Successful suppliers name: Seek (NZ) Limited Successful suppliers address: Level 10, 2 Commerce Street, Auckland, 1010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429037487379 Description of the services or goods: Job advert postings on Seek Job board. Date the contract was awarded: 01 August 2023 Duration of the contract including any extension/renewal options: 12 months Expected spend under the contract (GST exclusive): $ 125,000. Type of procurement process: Selective procurement (sole source) Exemption justification: Procurement rule 14.9 (c) Only one supplier",0,20250410 Department of Conservation,28180594,Request for Tenders,Open Competition,Matiu Somes Island Wharf Replacement and Associated Works,LNI-0-333,20230926,20231115,20240227,,Sole Agency,No,n/a,"Matiu Somes Wharf Replacement and Associated Works Demolition of existing timber wharf. Construction of new reinforced concrete wharf. Construction of concrete boat ramp. Construction of new seawall and repair of existing seawall. Located Matiu Somes Island, Wellington Harbour.",Awarded,"Agency name: Department of Conservation Agency address: 13b Wall Place, Kenepuru, Porirua 5022, New Zealand Successful suppliers name: Brian Perry Civil Limited Successful suppliers address: 810 Great South Road, Penrose, Auckland, 1061, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429048476072 Description of the services or goods: Civil Construction wharf and associated works Date the contract was awarded: 27/2/2024 Duration of the contract including any extension/renewal options: 8 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $5.15m Highest offer (GST excl): $5.15m",0,20250410 Department of Conservation,28219907,Award Notice,Open Competition,Thermal animal detections systems with custom-made harness system,,20230325,20230325,20230325,,Sole Agency,No,,Purchase of thermal animal detections systems with custom-made harness system.,Awarded,"Agency name: Department of Conservation Agency address: 9 Louvain Street, Whakatane Successful suppliers name: Trap and Trigger Limited Successful suppliers address: 167b Parkes Line Road, Maymorn, Upper Hutt 5018, New Zealand Successful suppliers NZBN: 9429042285687 Description of the services or goods: Purchase of thermal animal detections systems with custom-made harness system. Date the contract was awarded: 25/03/2023. Expected spend under the contract (GST exclusive): $ 162,348.00. Type of procurement process: Selective procurement (sole source) Exemption justification Government procurement rule 14.9(c) - Only one supplier",0,20250410 Department of Conservation,28241869,Request for Quotations,Closed Competition,"National Predator Control Programme - Landsborough, Aerial Pest Control Operation",,20231009,20231023,20231212,,Sole Agency,No,N.A,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Landsborough Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,28255692,Request for Quotations,Closed Competition,Kaweka Forest Park Wilding Conifer Control 2023-2024,,20231010,20231031,20231123,,Sole Agency,No,n/a,Aerial Wilding Pine Control Services using the Aerial Basal Bark Application (ABBA) and/or Aerial Foliar Spray Application (AFSA) method in the Kaweka Forest Park.,Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,28279176,Award Notice,Open Competition,Waiopaoa Stay Bridge Replacement,,20231010,20231010,20231010,,Sole Agency,No,,"Removal of damaged Waiopaoa stay bridge, and supply and install of a new truss bridge.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo Successful suppliers name: Bridge It NZ Limited Successful suppliers address: Maisey Harris & Co Tauranga Limited, 112 Third Avenue, Tauranga, Tauranga, 3110, New Zealand Successful suppliers New Zealand Business Number: 9429032651317 Description of the services or goods: Removal of damaged Waiopaoa stay bridge, and supply and install of a new truss bridge. Date the contract was awarded: 10 October 2023 Duration of the contract including any extension/renewal options: 54 Weeks (Includes a 52-week retention period) Expected spend under the contract (GST exclusive): $111,500.00. Type of procurement process: Selective procurement (sole source) Exemption justification: Government Procurement Rule 14.9a Emergency",0,20250410 Department of Conservation,28281969,Request for Tenders,Open Competition,A Panel of Suppliers for Off-Grid Power Systems Inspections,,20231013,20231121,20240301,,Sole Agency,No,n/a,"The Director-General of the Department of Conservation (the Department) is seeking Tenders to identify suitably qualified suppliers to form a panel (the Panel) of off-grid power system inspectors, to enable easy access to specialist expertise. Inspection and specialist advice to the Department on the current safety, condition, and compliance with electrical regulations of off-grid power systems operating on PCL. Provision of maintenance advice (and potentially small-scale services) to ensure off-grid power systems are maintained as compliant, and where possible optimised to extend the useful life of the overall power system. Provision of specialist expertise and advice on off-grid power systems generally, that will enable the Department to improve its overall asset management of this key infrastructure. The initial focus of the Panel will be on complex off-grid power systems located on islands and in remote locations. In time the scope of the Panel will extend to all off-grid power assets and infrastructure owned by the Department. The intended contract term is three years, with two rights of renewal of one year each.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18-32 Manners Street, Wellington 6011 Successful suppliers name: 1) Davis Electrical & Solar Ltd 2) Elementary Solar and Electrical Ltd 3) Natural Technologies Ltd 4) Network Electrical Servicing Ltd 5) Off Grid Electrical Ltd 6) Ogilvie Mander Trading Ltd 7) Solar Mate Ltd 8) Super City Solar Ltd Successful suppliers New Zealand Business Number (NZBN): 1) 9429042542407 2) 9429041697993 3) 9429041053959 4) 9429038472930 5) 9429046316219 6) 9429035763536 7) 9429050992775 8) 9429041163511 Successful suppliers address: 1) 343 Mcbeth Road, Rd 9, Whangarei, 0179, New Zealand 2) Tandem Group Limited, 369 Devon Street East, New Plymouth, 4312, New Zealand 3) 117 Govett Avenue, Frankleigh Park, New Plymouth, 4310, New Zealand 4) McIntyre Dick & Partners Limited, 160 Spey Street, Invercargill, 9810, New Zealand 5) Frank Accounting Limited, 125 St Georges Bay Road, Parnell, Auckland, 1052, New Zealand 6) address withheld 7) 8 Scotswood Place, Rangiora, Rangiora, 7400, New Zealand 8) 6 Kaipara Flats Road, Rd 1, Warkworth, 0981, New Zealand Description of the services or goods: Off grid power system inspections and maintenance Date the contract was awarded: 1 March 2024 Duration of the contract including any extension/renewal options: 3 years with 2 rights of renewal of one year each. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Professional services based on hourly rate: Lowest offer (GST excl): $100 Highest offer (GST excl): $140",0,20250410 Department of Conservation,28295430,Request for Tenders,Open Competition,Milford Sound House Upgrade,,20231017,20231124,20240308,,Sole Agency,No,n/a,"This residential property is utilised as a field base for operations within the Sounds. There is a requirement to upgrade this site including but not limited to the following: Cladding, electrical, flooring, kitchen & laundry and windows. The site is located close to the airport and within a protected area. Due to the significance of the site and its location a site visit is recommended but not mandatory when submitting a tender.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 32 Manners St, Wellington, 6011 Successful suppliers name: Naylor Love Central Otago Limited Successful suppliers address: 78 Ward Street, Dunedin Central, Dunedin, 9016 Successful suppliers New Zealand Business Number (NZBN): 9429046209160 Description of the services or goods:This contract is for the upgrade of the Milford House, 38 Sinbad Drive, Milford Sound. The contract works include but are not limited to: Demolition and disposal of specified items Carpentry Insulation Electrical Plumbing Joinery Linings, flooring and finishes. Date the contract was awarded: 8 March 2024 Duration of the contract including any extension/renewal options: 1 week Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $414,486.28 Highest offer: $451,215.86",0,20250410 Department of Conservation,28338339,Request for Quotations,Closed Competition,"National Predator Control Programme - Makarora, Aerial Pest Control Operation",,20231025,20231120,20231212,,Sole Agency,No,n/a,"""This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Makarora area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.""",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: December 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,28347585,Request for Proposals,Open Competition,Aerial Survey of Leatherback Turtles Off Northeast North Island,POP2023-01,20231026,20240110,20240226,,Sole Agency,No,n/a,"This project forms part of the Conservation Services Programme (CSP) Annual Plan 2023/24. The services are to design and trial an aerial survey for leatherback sea turtles (Dermochelys coriacea) and associated marine megafauna off the northeast North Island of New Zealand. The survey will provide fishery independent information on the abundance of leatherback sea turtles inside and outside the bycatch hotspot identified in eastern Bay of Plenty, and information on the distribution of leatherback sea turtles in relation to environmental variables known to influence their distribution, and other marine megafauna and fishing vessels observed during survey flights.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: UpWell Turtles Successful suppliers address: 99 Pacific St., Suite 375-E., Monterey, CA 93940, California, United States Successful suppliers New Zealand Business Number (NZBN): N/A Description of the services or goods: Aerial Survey of Leatherback Turtles Off Northeast North Island Date the contract was awarded: 26 February 2024 Duration of the contract including any extension/renewal options: 3 years Expected spend under the contract (GST exclusive): $219,995.00. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $90,000.00 Highest offer: $978,500.00",0,20250410 Department of Conservation,28434606,Award Notice,Open Competition,Treaty Capability Matauranga - Rangi Mataamua,,20231024,20231024,20231024,,Sole Agency,No,,Delivery of Matauranga training to Departmental staff,Awarded,"Agency name: Department of Conservation Agency address: Conservation House,18 - 32 Manners Street, Te Aro, Wellington 6011, New Zealand Successful suppliers name: Kokorangi Maori Limited trading as Living by The Stars Successful suppliers address: Spicer Accounting Limited, 30 Queen Street West, Levin, Levin, 5510, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429047535282 Description of the services or goods: Delivery of Matauranga training to Departmental staff Date the contract was awarded: 24 October 2023 Duration of the contract including any extension/renewal options: 2 months Expected spend under the contract (GST exclusive): $ 120,000. Type of procurement process: Selective procurement (sole source) Exemption justification: Procurement Rule 14.9(c)(i) Only one supplier: For technical reasons there is no real competition.",0,20250410 Department of Conservation,28434866,Award Notice,Open Competition,Satellite Internet Service Provider,,20231101,20231101,20231101,,Sole Agency,No,,Satellite internet service provider.,Awarded,"Agency name: Department of Conservation Agency address: 18 - 32 Manners Street, Te Aro, Wellington 6011, New Zealand Successful suppliers name: Starlink Successful suppliers address: Office 3601, Mazaya Business Avenue, BB2 JLT, United Arab Emirates Successful suppliers New Zealand Business Number (NZBN): N\A Description of the services or goods: Satellite internet service provider Date the contract was awarded: 1 November 2023 Duration of the contract including any extension/renewal options: 3 years Expected spend under the contract (GST exclusive): $145,800. Type of procurement process: Selective procurement (sole source) Exemption justification: Procurement Rule 14.9(c)(i) for technical reasons there is no real competition.",0,20250410 Department of Conservation,28599235,Request for Proposals,Open Competition,Bottlenose Dolphin Demographics and Vessel Interactions in the Te Pewhairangi Marine Mammal Sanctuary,,20231208,20240202,20240322,,Sole Agency,No,n/a,"This contract will contain three high-level components: 1. Monitoring of marine mammals in Bay of Islands waters (BOI) across different seasons and levels of vessel activity; 2. Collation of all existing research data on bottlenose dolphins from the 1990s to present into a single database; and 3. Analyses of the collated data to produce updated demographic parameters for bottlenose dolphins using this area.",Awarded,"Agency name: Department of Conservation Agency address: 18-32 Manners Street, Wellington Successful suppliers name: Far Out Ocean Research Collective Charitable Trust Successful suppliers address: PO Box 91, Paihia 0247 Successful suppliers New Zealand Business Number (NZBN): 9429046717405 Description of the services or goods: Data collection, collation, and related demographic analyses of bottlenose dolphins in the Bay of Islands in order to assess current status of these dolphins and compliance with the rules of the Te Pewhairangi Marine Mammal Sanctuary. Date the contract was awarded: 22nd March 2024 Duration of the contract including any extension/renewal options: 30 August 2024 Expected spend under the contract (GST exclusive): $ 160,000. Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $85,000 Highest offer: $190,000",0,20250410 Department of Conservation,28627615,Request for Tenders,Open Competition,Trailer Replacements,,20231214,20240212,20240705,,Sole Agency,No,n/a,"Currently the Department has a light trailer fleet of 454 units, 30% of which are overdue for replacement. Over a period of 3 4 years it is intended to replace approximately 40 trailer units per annum. To facilitate the trailer replacement programme a supplier panel of experienced and knowledgeable panel members is required by the Department to address our needs in this area.",Awarded,"Agency name: Department of Conservation Agency address:18-32 Manners Street, Wellington 6011 Successful suppliers name: Kea Trailers NZ Limited Bay Engineering Solutions Limited Pace Engineering Limited SRT Trailers Limited Successful suppliers address: Kea Trailers NZ Limited Findex, Level 3, Bridgewater Building, 130 Grantham Street, Hamilton 3204 Bay Engineering Solutions Limited - Sharlene Darragh Accountants Limited, 86 Ninth Avenue, Tauranga 3110 Pace Engineering Limited 85 Katere Road, New Plymouth 4341 SRT Trailers Limited - Kendons Scott Macdonald Limited, Level 3, 6 Show Place, Addington, Christchurch, 8024 Successful suppliers New Zealand Business Number (NZBN): Kea Trailers NZ Limited 9429037698577 Bay Engineering Solutions Limited - 9429041532355 Pace Engineering Limited - 9429038952579 SRT Trailers Limited - 9429030528192 Description of the services or goods: Trailer Replacement Panel Date the contract was awarded: Kea Trailers NZ Limited 05/07/2024 Bay Engineering Solutions Limited - 05/07/2024 Pace Engineering Limited - 05/07/2024 SRT Trailers Limited 27/9/2024 Duration of the contract including any extension/renewal options: Three years plus two rights of renewal for one additional year each. Five years total. Expected spend under the contract (GST exclusive): $ 261,250 Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $128,300.00 Highest offer: $261,420.00",0,20250410 Department of Conservation,28676966,Request for Tenders,Open Competition,"Blue Pools Suspension Bridge Upgrade, Makarora River Suspension Bridge Construction and Blue Pools Raised Timber Boardwalk and Steel Beam Bridge Construction - Blue Pools Track, Mount Aspiring National Park",SSI-O-439,20240110,20240301,20240619,,Sole Agency,No,n/a,"The Department of Conservation wishes to engage a Supplier for construction of a replacement Makarora River Suspension Bridge, upgrade works on the Blue Pools Suspension Bridge and also construction of a replacement timber boardwalk linking the two bridges. This procurement will also include the demolition and removal of the existing timber boardwalk and Makarora River Suspension Bridge. These works are located within the Mount Aspiring National Park.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street Wellington 6011 Successful suppliers name: Edifice Contracts Ltd T/A Edifice Structures Ltd Successful suppliers address: 35-39 Tiro Tiro Road Levin 5510 PO Box 1013 Levin Successful suppliers New Zealand Business Number (NZBN) 9429031325745 Description of the services or goods: Blue Pools Suspension Bridge Upgrade, Makarora River Suspension Bridge Construction and Blue Pools Raised Timber Boardwalk and Steel Beam Bridge Construction Date the contract was awarded: 19 June 2024 Duration of the contract including any extension/renewal options: 18 months approximately If your procurement process was a tender, the lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $1,088,525.10 Highest offer: $1,151,039.07",0,20250410 Department of Conservation,28748014,Award Notice,Open Competition,"Contaminated site remediation, and water and sewerage upgrade at Godley Head",,20231222,20231222,20231222,,Sole Agency,No,,"Contaminated site remediation, and water and sewerage upgrade at Godley Head",Awarded,"Agency name: Department of Conservation Agency address:161 Cashel Street, Christchurch 8011 Successful suppliers name: City Care Property Limited Successful suppliers address: 818 Wairakei Road, Airport, Christchurch, 8053, New Zealand Successful suppliers New Zealand Business Number (NZBN):9429051366520 Description of the services or goods: Contaminated site remediation, and water and sewerage upgrade at Godley Head Date the contract was awarded: 22 December 2023 Duration of the contract including any extension/renewal options: 18 Weeks Expected spend under the contract (GST exclusive): $906,011. Type of procurement process: Selective procurement (sole source) Exemption justification: Government Procurement Rule 14.9.d (additional goods, services or works)",0,20250410 Department of Conservation,28750641,Award Notice,Open Competition,PF2050 PFPO002 Scenario Modelling Tool Phase Two,,20231211,20231211,20231211,,Sole Agency,No,,"The Services are for the Supplier to deliver the Buyers requirements for Phase two of the PF2050 Strategic Roadmap Project. Specifically: (i) model sensitivity analysis to identify the most important factors influencing eradication success and cost effectiveness; and (ii) carry out an analysis of farms and natural barriers to predator re-invasion. The Services must be delivered collaboratively, working with the PF2050 Collaborative Leads group to share progress and expertise.",Awarded,"Agency name: Department of Conservation Agency address: PO Box 10420, Wellington 6145 Successful suppliers name: Landcare Research New Zealand Limited T/A Manaaki Whenua Successful suppliers address: 54 Gerald Street, Lincoln, 7608, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429038990496 Description of the services or goods: The Services are for the Supplier to deliver the Buyers requirements for Phase two of the PF2050 Strategic Roadmap Project. Specifically: (i) model sensitivity analysis to identify the most important factors influencing eradication success and cost effectiveness; and (ii) carry out an analysis of farms and natural barriers to predator re-invasion. The Services must be delivered collaboratively, working with the PF2050 Collaborative Leads group to share progress and expertise. Date the contract was awarded:11 December 2023 Duration of the contract including any extension/renewal options: 30 June 2024, plus a possible extension period of up to three (3) months i.e. 30 September 2024 Expected spend under the contract (GST exclusive): $260,000 (excl GST) Type of procurement process: Selective procurement (sole source) Exemption justification: Under Government Procurement Rule #12 government agencies may procure goods, services, or works from each other without the use of an open competitive procurement process.",0,20250410 Department of Conservation,28755074,Award Notice,Open Competition,Visitor Management - Mangatepopo and Ketetahi Road Ends,,20231215,20231215,20231215,,Sole Agency,No,,"a) Agency name: Department of Conservation b) Agency address: Whakapapa Village, State Highway 48, Mount Ruapehu c) Successful suppliers name: Tiaki Solutions Tuwharetoa Limited d) Successful suppliers address: 1018 State Highway 5, RD 3, Taupo e) Successful suppliers New Zealand Business Number (NZBN): 9429041777046 f) Description of the services or goods: Management of visitor pressures at Mangatepopo and Ketetahi road ends. Services include: - Traffic management - Visitor support (advocacy) - Maintenance of DOC assets - Visitor and concessionaire compliance g) Date the contract was awarded (being the date DOC signed the contract):15th December 2023 h) Duration of the contract including any extension/renewal options:10 months, plus two rights of renewal for one year, and six months (maximum contract length two years and five months) i) Expected spend under the contract (GST exclusive): $432,000 j) Type of procurement process: Selective procurement (sole source) k) Exemption justification: Government Procurement Rule 14.9.C (only one supplier)",Awarded,"a) Agency name: Department of Conservation b) Agency address: Whakapapa Village, State Highway 48, Mount Ruapehu c) Successful suppliers name: Tiaki Solutions Tuwharetoa Limited d) Successful suppliers address: 1018 State Highway 5, RD 3, Taupo e) Successful suppliers New Zealand Business Number (NZBN): 9429041777046 f) Description of the services or goods: Management of visitor pressures at Mangatepopo and Ketetahi road ends. Services include: - Traffic management - Visitor support (advocacy) - Maintenance of DOC assets - Visitor and concessionaire compliance g) Date the contract was awarded (being the date DOC signed the contract): 15th December 2023 h) Duration of the contract including any extension/renewal options: 10 months, plus two rights of renewal for one year, and six months (maximum contract length two years and five months) i) Expected spend under the contract (GST exclusive): $432,000 j) Type of procurement process: Selective procurement (sole source) k) Exemption justification: Government Procurement Rule 14.9.C (only one supplier)",0,20250410 Department of Conservation,28771527,Award Notice,Open Competition,Cleddau Flood Protection Reactive (2023) - River Diversion,,20231128,20231128,20231128,,Sole Agency,No,,"a) Agency name: Department of Conservation b) Agency address: 7th Floor CUE on Don 33 Don Street, INVERCARGILL 9810 c) Successful suppliers name: Te Anau Earthworks Limited d) Successful suppliers address: 9 Snodgrass Road, TE ANAU 9600 e) Successful suppliers New Zealand Business Number (NZBN): 9429038310096 f) Description of the services or goods: Diversion of Lower Cleddau River (earthworks) g) Date the contract was awarded: 28th November 2023 h) Duration of the contract including any extension/renewal options: 7 weeks i) Expected spend under the contract (GST exclusive): $ 114,800.00 j) Type of procurement process: Selective procurement (sole source) k) Exemption justification: Government Procurement Rule 14.9.a (Emergency)",Awarded,"a) Agency name: Department of Conservation b) Agency address: 7th Floor CUE on Don 33 Don Street, INVERCARGILL 9810 c) Successful suppliers name: Te Anau Earthworks Limited d) Successful suppliers address: 9 Snodgrass Road, TE ANAU 9600 e) Successful suppliers New Zealand Business Number (NZBN): 9429038310096 f) Description of the services or goods: Diversion of Lower Cleddau River (earthworks) g) Date the contract was awarded: 28th November 2023 h) Duration of the contract including any extension/renewal options: 7 weeks i) Expected spend under the contract (GST exclusive): $ 114,800.00 j) Type of procurement process: Selective procurement (sole source) k) Exemption justification: Government Procurement Rule 14.9.a (Emergency)",0,20250410 Department of Conservation,28975667,Award Notice,Open Competition,Wilmot Pass road (Fiordland) Bridge - Wash Down,,20231123,20231123,20231123,,Sole Agency,No,,Wash down and wet media blasting of steel bridges on the Wilmot Pass Road (Fiordland) in preparation for further inspections and scoping of further works.,Awarded,"Agency name: Department of Conservation Agency address: 1 Lake Front Drive, Te Anau 9640 Successful suppliers name: Southern Industrial Coatings Limited Successful suppliers address: Findex, 173 Spey Street, Invercargill 9810, New Zealand. Successful suppliers New Zealand Business Number (NZBN): 9429037635817 Description of the services or goods: Wash down and wet media blasting of steel bridges on the Wilmot Pass Road (Fiordland) in preparation for further inspections and scoping of further works. Date the contract was awarded: 23 November 2023 Duration of the contract including any extension/renewal options: 7 Months Expected spend under the contract (GST exclusive): $396,912.00. Type of procurement process: Selective procurement (sole source) Exemption justification: As per the Government Procurement Rule 14.9 (c) Only one supplier.",0,20250410 Department of Conservation,28975943,Request for Tenders,Open Competition,Bullock Creek Vehicle Bridge Upgrade,,20240307,20240416,20240506,,Sole Agency,No,,"Tender for the removal, salvage and reinstatement of the Bullock Creek vehicle Bridge located in Punakaiki, Buller. Removal, salvage and reinstatement of bridge decking. Removal, sandblasting, welding, zinc spraying and reinstatement of steel bridge beams. Reparations and earthworks to bridge abutments.",Awarded,"Agency name: Department of Conservation Agency address: 10 Sewell Street, Hokitika Successful suppliers name: Fulton Hogan Limited Successful suppliers address: Corner Halswell Junction $ Main South Roads, Hornby, Christchurch 8441 Successful suppliers New Zealand Business Number (NZBN): 9429040318080 Description of the services or goods: Bullock Creek Vehicle Bridge Upgrade. Removal of main span steel beams, sandblasting and zinc spraying. Reinstallation and reconstruction of bridge. Date the contract was awarded: 6th May 2024 Duration of the contract including any extension/renewal options: 2 months Expected spend under the contract (GST exclusive): $174,434.04 Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $174,434.04 Highest offer: $233,440.61",0,20250410 Department of Conservation,29031124,Request for Tenders,Open Competition,Wild Animal Ground Control Supplier Annual Tender Offering,,20240318,20240426,20240805,,Sole Agency,No,,"The Department of Conservation is the central government organisation charged with promoting conservation of the natural and historic heritage of New Zealand on behalf of, and for the benefits of, present and future New Zealanders. The Department is a decentralised organisation with its National Office in Wellington and offices located throughout New Zealand. Further information about the Departments strategic direction and purpose, including our Statement of Intent which outlines the key strategies for us over the next three to five years, can be found at www.doc.govt.nz. In March 2023 the Department of Conservation ran a tender via the Government Electronic Tendering Service (GETS) resulting in the creation of the national panel of suppliers to deliver Wild Animal Ground Control hunting services. The Department is seeking to identify any further suppliers wishing to join the active national panel supplying the Services described in Section 3 of this RFT. This RFT sets out the general requirements for the Services, together with the terms and conditions for submitting a Tender. Suppliers responding or intending to respond to this RFT shall be known as Participants. Important note: Please read all sections of this RFT. Submitting a Tender in response to this RFT is deemed to be the Participants acceptance of the RFT Terms and Conditions.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street, Wellington Successful suppliers name: Back Country Enterprises, 775 Kauaeranga Valley Road, RD2, Thames 3577 NZBN 9429050365845 Back Country Solutions Limited, NZBN 9429050887613 Coast and Country Pest Control Limited, NZBN 9429048260138 Contract Pro NZ Limited, NZBN 9429041839584 Corban Animal Pest Solutions Limited, NZBN 9429030034730 Drought Limited, NZBN 9429049218725 Duncan Johansen Limited, NZBN 9429050346011 Good Wood Aotearoa Limited, NZBN 9429042178149 J Healey Feral Goat Control Limited, NZBN 9429042186151 Longridge Contracting NZ Limited, NZBN 9429048684507 ONeill Contracting, 1870 Egmont Road, Kaimiro, New Plymouth, Taranaki 4386 Pestmasters NZ, 16 Rapuwai Lane, Lake Tekapo, 7999 River to Ridge Limited, NZBN 9429047326538 Shoot Trap Poison Limited, NZBN 9429050407149 Strictly Hunting Limited, NZBN 9429042206460 Supplejack Contracting Limited, NZBN 9429041166130 The Heading Limited, NZBN 9429051192075 Thompson Twins Contracting Limited, NZBN 9429050475018 Wai Wildlife Management Limited, NZBN 9429051691813 Description of the services or goods: Wild Animal Ground Control. Pest Management Date the contract was awarded (being the date DOC signed the contract): 5th August 2024 Duration of the contract including any extension/renewal options: Original panel Contracts awarded on 31 October 2023, Each with a maximum term of 10 years (initial term of 3 years, plus 3 x 2-year rights of renewal). These new additions to the national panel are added to this panel with a remaining term of 9 years. Expected spend under the contract (GST exclusive): $ 20 million over Maximum term Type of procurement process: Open tender",0,20250410 Department of Conservation,29167854,Award Notice,Open Competition,Cleddau Flood Protection additional emergency works,,20240306,20240306,20240306,,Sole Agency,No,,Additional emergency river diversion and bund works at Lower Cleddau River to reduce risk to flood-damaged flood protection system protecting Milford village and airport.,Awarded,"Agency name: Department of Conservation Agency address: 7th Floor CUE on Don 33 Don Street, INVERCARGILL 9810 Successful suppliers name: Te Anau Earthworks Limited Successful suppliers address: 9 Snodgrass Road, TE ANAU 9600 Successful suppliers New Zealand Business Number (NZBN): 9429038310096 Description of the services or goods: Additional emergency river diversion and bund works at Lower Cleddau River to reduce risk to flood-damaged flood protection system protecting Milford village and airport. Date the contract was awarded: 6 March 2024 Duration of the contract including any extension/renewal options: Not appliable Expected spend under the contract (GST exclusive): $ 115,823.75. Type of procurement process: Selective procurement (sole source) Exemption justification: As per the Government Procurement Rule 14.9 (a) Emergency",0,20250410 Department of Conservation,29169348,Request for Tenders,Open Competition,Tongariro Alpine Crossing - Track surface renewal - Stage 2 (Ketetahi toilets to Ketetahi Carpark),CNI-0-478,20240408,20240516,20240923,,Sole Agency,No,n/a,"The contract works required are the necessary resources to deliver the following: Resurface track to the required Great Day Hike Track standard at specified sections of the track with the use of JakMat in areas as required. Remove specified redundant water control infrastructure along the track. Install and create specified water management controls and infrastructure.",Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko Street, Taupo. 3330 Successful suppliers name: Keir Landscaping and Structures LTD Successful suppliers address: 641 Rewi Street, Te Awamutu. 3800 Successful suppliers New Zealand Business Number (NZBN): 9429046151650 Description of the services or goods: Track Surface Replacement Date the contract was awarded: 23/09/2024 Duration of the contract including any extension/renewal options:38 weeks including defects liability period Expected spend under the contract (GST exclusive): $ 783,330 Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $537,570 Highest offer: $1,344,890.50",0,20250410 Department of Conservation,29367196,Request for Proposals,Closed Competition,Cloud Printing,,20240509,20240607,20240830,,Sole Agency,No,n/a,"DOC intends to seek proposals for a cloud-based printing solution. The solution is expected to enable true modern cloud based secure follow me print capabilities across all DOC Offices, enabling users to print from any DOC location without any configuration required.",Not Awarded,"Secondary procurement, contract award notice not required.",0,20250410 Department of Conservation,29395828,Request for Proposals,Open Competition,Cloud Framework - Workspace Compute and Storage Solution,,20240514,20240619,20241217,,Sole Agency,No,n/a,"DOC has consumed cloud computing services since April 2017 under the all-of government framework agreement. The cloud computing services have been embedded in DOCs other core systems DocCM, SAP, and Fines. DOC has recently reduced the number of workspaces by 90% and will continue to reduce the number of workspaces to a minimal level as soon as possible. As the technology and services available in the Cloud framework and computing area have changed, we would like to seek for proposals in the open market. DOC invites proposals from qualified cloud service providers to fulfill our organization's cloud compute requirements. As a leading Government Department, we are committed to leveraging cutting-edge technology to enhance our operational efficiency, scalability, and security. In today's rapidly evolving digital landscape, cloud computing plays a pivotal role in empowering businesses to streamline processes, innovate faster, and stay competitive. Recognizing the significance of cloud technologies, DOC seeks to further enhance our Cloud Infrastructure to be a robust, secure and modern cloud computing environment. The purpose of the procurement is to: Enhance our customer service, Increase our efficiency and review costs, Improve our overall performance within the organisation. This work aligns with the initial phase of the ISS Digital Strategy - Getting IT Right, which concentrates on establishing the fundamental and foundational elements, aka the basics, necessary for the organisation to succeed and contribute to building DOC as a great place to work.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: Amazon Web Services New Zealand Limited Successful suppliers address: HSBC Tower, 188 Quay Street, Auckland, 1010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429030252417 Description of the services or goods: Cloud computing services and storage solution Date the contract was awarded: 17/12/2024 Duration of the contract including any extension/renewal options: 3 years Expected spend under the contract (GST exclusive): $8.47 million Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $5,684,639.43 Highest offer: $10,180,569.07",0,20250410 Department of Conservation,29405819,Request for Tenders,Open Competition,Emily Creek Bridge Replacement,SSI-O-514,20240515,20240626,20240808,,Sole Agency,No,n/a,"This contract is for the construction of the Emily Creek Bridge at Routeburn Track, Mount Aspiring National Park.",Awarded,"Agency name: Department of Conservation Agency address: 18 Manners Street Wellington 6011 Successful suppliers name: Ellis Mining Limited Successful suppliers address: Unit 2, 91 Lakeview Terrace, Lake Hawea 9382 Successful suppliers New Zealand Business Number (NZBN): 9429050288175 Description of the services or goods: Bridge demolition and construction Date the contract was awarded: 8 August 2024 Duration of the contract including any extension/renewal options: 18 months Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $226,861.00 Highest offer: $492,863.55",0,20250410 Department of Conservation,29414189,Request for Quotations,Closed Competition,"National Predator Control Programme - Franz and Fox, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Franz and Fox Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29414847,Request for Quotations,Closed Competition,"National Predator Control Programme - Haast TL and TR, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Haast TL and TR Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29415011,Request for Quotations,Closed Competition,"National Predator Control Programme - Moehau, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Moehau Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29415140,Request for Quotations,Closed Competition,"National Predator Control Programme - Pirongia & Te Kauri, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Pirongia & Te Kauri Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. This operation is being tendered in conjunction with the Waikato Regional Council.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29415256,Request for Quotations,Closed Competition,"National Predator Control Programme - Tongariro Kiwi, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Tongariro Kiwi Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29415344,Request for Quotations,Closed Competition,"National Predator Control Programme - Wangapeka, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Wangapeka Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29438852,Request for Quotations,Closed Competition,"National Predator Control Programme - Abbey Rocks, Aerial Pest Control Operation",,20240524,20240705,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Abbey Rocks Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29595587,Request for Tenders,Open Competition,SSI Flood Recovery - Bedford Bridge Replacement (Rees-Dart Track),SSI-O-511,20240614,20240723,20240910,,Sole Agency,No,,"This tender is for a project at Bedford Creek (Rees-Dart Track) and consists of the following works: a) Supply and construction of a 33.6m span swingbridge, including all excavations, bridge structures and site remediation upon completion and all helicopter operations required to complete construction. b) Construction of approximately 100mtrs of new track to Easy Tramping Track standard as outlined in SNZ HB8360:2004. c) Demolition of the existing bridge and removal from the site. d) All associated establishment, disestablishment, and other works necessary to complete the bridge construction works. Pre-tender meeting A compulsory pre-tender meeting will be held at 11:30 on 24/06/2024. The purpose of the meeting is to allow DOC to provide the necessary context / an overview of the project. It will also allow potential respondents to ask any initial questions they may have (copies of the questions and answers will be uploaded on GETS following the meeting). As it is considered important that potential respondents attend this meeting, this has been made a mandatory requirement. Therefore, should a tenderer not attend the meeting then its tender will be deemed non-conforming. The meeting will be held online using Microsoft Teams. Tenderers shall be required to register their intention to join this meeting by emailing the contact email details for their representatives to procurement@doc.govt.nz before 3pm on 23/06/2024. Please note, to ensure that all attendees have the same opportunity to engage during the meeting, a maximum of 3 attendees are allowed per organisation. Please therefore consider this limit when considering who will attend Tenderers should note that the pre-tender meeting shall consist of a series of photos and construction drawings and should ensure they have an appropriate screen size to view the meeting. As above, should a tenderer not attend the meeting, then its tender will be deemed non-conforming. Site Visit There is no scheduled site visit for this Tender. Tenderers may visit the site at any time with no appointment being required. The Bedford bridge is located on the Rees-Dart Track in Mt Aspiring National Park approximately 15m upstream of the existing bridge, approximately 2 hrs walk from the Chinamans Bluff. All persons undertaking site visits shall, as a minimum, at all times during visits comply with all Health and Safety at Work Act 2015 requirements and any other requirements, as specified in these Tender Documents.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: Ellis Mining Limited Successful suppliers address: Unit 2, 91 Lakeview Terrace Lake Hawea 9345 Successful suppliers New Zealand Business Number (NZBN): 9429050288175 Description of the services or goods: SSI Flood Recovery Programme Bedford Bridge Replacement Date the contract was awarded:10th September 2024 Duration of the contract including any extension/renewal options: 18 months Expected spend under the contract (GST exclusive): $ 159,943.30 Type of procurement process: Open tender lowest and highest priced offers evaluated (GST exclusive): Lowest offer: $159,943.30 Highest offer: $244,620.38",0,20250410 Department of Conservation,29649027,Request for Proposals,Open Competition,Human Resources Information System (HRIS) Transformation,,20240624,20240725,20241217,,Sole Agency,No,n/a,"DOC is looking for a strategic partner for the provision of services to support the upgrade and transformation of the Human Resource Information Ecosystem (HRIS). This will include the design, build, implementation, change support, training and ongoing support of the system/s. The preference would be for an out of the box (OOTB) solution with minimal customisation DOC currently has a number of service providers and contracts that support six HR systems that together make up the HRIS. A number of these contracts are due to expire in 2024/2025. The HR systems are used by People and Culture (P&C) and all DOC staff throughout an employee's lifecycle e.g., recruitment, learning and development, time sheeting, leave management and payroll. The systems are crucial in supporting P&C to ensure that DOC has the right people, with the right skills, in the right roles, to achieve its strategic objectives and to enable a culture where DOC people can thrive. The quality of the HR data, including organisation structure and employee data, impacts workflows and effectiveness of downstream processes such as procure to pay (P2P), budget management, health and safety, and reporting.",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: Collaborative Solutions New Zealand Limited Successful suppliers address: Level 22, 191 Queen Street, Auckland 1010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429042107705 Description of the services or goods: Upgrade and transformation of the Human Resource Information Ecosystem (HRIS) Date the contract was awarded: 17 December 2024 Duration of the contract including any extension/renewal options: Initial term of 5 years, plus 2 x 3-year rights of renewal Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl): $3,600,964 Highest offer (GST excl): $8,780,310",0,20250410 Department of Conservation,29697228,Request for Tenders,Open Competition,Pouakai Hut Construction RFT,,20240703,20240809,20241023,,Sole Agency,No,n/a,"Construct a new 36 Bunk Hut at the existing Pouakai Hut site located on the Mangorei Track located in Te Papa Kura O Taranaki (Egmont National Park). The scope includes demolition of the existing 16 bunk hut, construction of a new 36 bunk hut, 4 toilets, wastewater management system, retaining walls, site works and vegetation removal to allow construction of the hut and associated buildings and remediation of the site following construction completion.",Awarded,"Agency name: Department of Conservation Agency address: 55a Rimu Street New Plymouth 4312 Successful suppliers name: Egmont Property and Inspection Services Ltd. Successful suppliers address: 230 Korito Road RD 1 New Plymouth 4371 Successful suppliers New Zealand Business Number (NZBN): 9429031851718 Description of the services or goods: Construction of new backcountry Hut Date the contract was awarded: 23 October 2024 Duration of the contract including any extension/renewal options: 35 Weeks Type of procurement process: Open tender Lowest and highest priced offers evaluated (GST exclusive): Lowest offer (GST excl.): $2,454,571.59 Highest offer (GST excl.): $4,534,577.37",0,20250410 Department of Conservation,29697715,Request for Quotations,Closed Competition,"National Predator Control Programme - Waipoua, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"""This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Waipoua Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. """,Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29698008,Request for Quotations,Closed Competition,"National Predator Control Programme - Mapara, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"""This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Mapara Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29707062,Request for Quotations,Closed Competition,"National Predator Control Programme - Moki - Makino, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"""This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Moki - Makino Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29742165,Request for Quotations,Closed Competition,"National Predator Control Programme - Otahu, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"""This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Otahu Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services. """,Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29760501,Request for Quotations,Closed Competition,"National Predator Control Programme - Wilberforce - Mathias, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Wilberforce - Mathias Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29760734,Request for Quotations,Closed Competition,"National Predator Control Programme - St Arnaud Range, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the St Arnaud Range Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29766439,Request for Quotations,Closed Competition,"National Predator Control Programme - Te Kopia, Aerial Pest Control Operation",,20240715,20240904,20241104,,Sole Agency,No,n/a,"This RFQ is for the project management of aerial distribution of non-toxic and toxic bait across a defined treatment area within the Te Kopia Area for the control of pests in the form of rodents, mustelids and possums and includes: Managing all parts of a successful operation from obtaining consents and permissions, consultation, planning and organising of logistics, provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,29993900,Award Notice,Open Competition,Nga Wai Heke Tower Remediation,,20240604,20240604,20240604,,Sole Agency,No,,Removal of Nga Wai Heke Tower structures.,Awarded,"Agency name: Department of Conservation Agency address: 37 Motutaiko St, Taupo Successful suppliers name: TPP Contracting Limited Successful suppliers address: 132 Tanga Rd, RD2, Taumarunui, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429040804712 Description of the services or goods: Removal of Nga Wai Heke Tower structures Date the contract was awarded: 4 June 2024 Duration of the contract including any extension/renewal options: 31 August 2024 (approximately 12 weeks) Expected spend under the contract (GST exclusive): $434,266.26 Type of procurement process: Selective procurement (sole source) Exemption justification: Emergency procurement requirement (Rule 14.9.a). Specifically, DOC will be using the failures of critical infrastructure or equipment reasoning.",0,20250410 Department of Conservation,30089611,Request for Quotations,Closed Competition,Wangapeka Cobb Tasman Pest Monitoring,,20240829,20240927,20241104,,Sole Agency,No,n/a,"This Request for Quote (RFQ) invites the Contractors to submit a quote for the delivery of tracking tunnel monitoring services for the Wangapeka and Cobb. Business as usual 1-night tracking tunnel checks in November, and working with the National Predator Control Program team to do a pre-operation 1-night monitor in January/early February, and a 1-night and 21-night survey post 1080 operation.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,30101541,Request for Quotations,Closed Competition,Tracking Tunel Monitoring - National Predator Control Programme Mokihinui and Garibaldi Kakapo,,20240830,20241001,20241104,,Sole Agency,No,n/a,"This Request for Quote (RFQ) invites the Contractors to submit a quote for the delivery of tracking tunnel monitoring services for the Wangapeka and Cobb. Business as usual 1-night tracking tunnel checks in November,February, and May quarters and a 21-night survey in February.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,30143696,Request for Quotations,Closed Competition,"National Predator Control Programme - Catlins, Aerial Pest Control Operation",,20240909,20240927,20241104,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Catlins area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,30151181,Request for Tenders,Open Competition,SSI Flood Recovery - Sylvan bridge replacement,SSI-O-548,20240909,20241025,20250114,,Sole Agency,No,n/a,"Lake Sylvan bridge (Mt Aspiring National Park) was located 25 min drive from Glenorchy. This bridge was located near a popular camp site, providing access to a range of tracks in the area, including the Lake Sylvan loop track. Sylvan bridge was damaged in the 2020 flood event, and temporary repairs kept this bridge operational until September 2023. However, in September 2023, the bridge was lost in another large flood event, which led to the structures removal.The purpose of this procurement is to source a construction contractor to build a replacement Sylvan bridge in a new, more resilient location (500m upstream from the original bridge). The scope of works includes: 1) Supply and construction of the 52.9 m span Sylvan suspension bridge (as per approved design and specifications); and 2) All associated establishment, disestablishment, and other works necessary to complete the bridge construction works (to the agreed design and specification).",Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: Ellis Mining Limited Successful suppliers address: Unit 2, 91 Lakeview Terrace Lake Hawea 9345 Successful suppliers New Zealand Business Number (NZBN): 9429050288175 Description of the services or goods: SSI Flood Recovery Programme Sylvan Bridge Replacement Date the contract was awarded: 14th January 2025 Duration of the contract including any extension/renewal options: 18 Months Expected spend under the contract (GST exclusive): $ 278,089.00 Type of procurement process: Open tender Lowest and highest priced offers evaluated: Lowest offer (GST excl): $278,089.00 Highest offer (GST excl): $348,339.99",0,20250410 Department of Conservation,30154230,Request for Quotations,Closed Competition,"National Predator Control Programme - Te Maruia, Aerial Pest Control Operation",,20240909,20240927,20241104,,Sole Agency,No,n/a,"This RFQ is for the aerial distribution of non-toxic and toxic bait across a defined treatment area within the Te Maruia area for the control of pests in the form of rodents, mustelids and possums. The work involves the provision of suitable aircraft, personnel, equipment and collection of GIS data necessary to the successful delivery of the Services. Implementation of robust Health and Safety practices will ensure the safe delivery of the Services.",Not Awarded,"No Winner Agency Name: Department of Conservation Description of the services or goods: Pest Control Please provide all the applicable tender codes: 77000000 Date that the contract was awarded: November 2023 Duration of the contract including any extension: 24 months Estimated cost of the procurement: ($500K - $1M) Type of procurement process: Selective procurement Exemption Justification: N/A",0,20250410 Department of Conservation,30865544,Award Notice,Open Competition,Maui Dolphin Abundance Estimate,,20250101,20250101,20250101,,Sole Agency,No,,Undertake genetic analysis of tissue samples to provide an estimate of Maui dolphin abundance.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: University of Auckland Successful suppliers address: 22 Princes Street, Auckland Central, Auckland 1010, New Zealand Successful suppliers New Zealand Business Number (NZBN): 9429041925300 Description of the services or goods: Undertake genetic analysis of tissue samples to provide an estimate of Maui dolphin abundance. Date the contract was awarded: 01 January 2025 Duration of the contract including any extension/renewal options: 01 January 2025 31 December 2026 Expected spend under the contract (GST exclusive): $ 194,000.00 Type of procurement process: Selective procurement (sole source) Exemption justification: As per the Government Procurement Rule 14.9 (c) Only one supplier",0,20250410 Department of Conservation,30865897,Award Notice,Open Competition,Scenario Modelling Tool Phase 3,,20241001,20241001,20241001,,Sole Agency,No,,Development of Eradication Scenario Modelling Tool - Phase 3,Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: Landcare Research New Zealand Limited T/A Manaaki Whenua Successful suppliers address: 54 Gerald Street, Lincoln, 7608, New Zealand Successful suppliers New Zealand Business Number (NZBN) 9429038990496 Description of the services or goods: Development of Eradication Scenario Modelling Tool - Phase 3 Date the contract was awarded: 01 October 2024 Duration of the contract including any extension/renewal options: 01 October 2024 30 June 2025 Expected spend under the contract (GST exclusive): $ 130,000.00 Type of procurement process: Selective procurement (sole source) Exemption justification: Opt-Out Procurement Rule 12.3 (a) Crown Research Institutes",0,20250410 Department of Conservation,30866030,Award Notice,Open Competition,Supply of eDNA products and services,,20241015,20241015,20241015,,Sole Agency,No,,Supply of eDNA products and services.,Awarded,"Agency name: Department of Conservation Agency address: Conservation House, 18 - 32 Manners Street, Te Aro, Wellington 6011 Successful suppliers name: WilderLab NZ Limited Successful suppliers address: Level 2, 129 Park Road, Miramar, Wellington, 6022, New Zealand Successful suppliers New Zealand Business Number (NZBN) 9429031568531 Description of the services or goods: Supply of eDNA products and services. Date the contract was awarded: 15 October 2024 Duration of the contract including any extension/renewal options: 15 October 2024 30 September 2026 Expected spend under the contract (GST exclusive): $ 1,500,000.00 Type of procurement process: Selective procurement (sole source) Exemption justification: As per the Government Procurement Rule 14.9 (c) Only one supplier",0,20250410 Department of Corrections,19134773,Request for Proposals,Open Competition,Supply of bulk Liquefied Petroleum Gas (LPG),15765,20171013,20171117,20191017,,Sole Agency,No,,"This procurement relates to the supply of Bulk Liquefied Petroleum Gas (LPG) and affiliated services for the Department of Corrections (the Department) at four of its prisons. The Department is seeking a supplier/s for its large capacity LPG tanks located at: 1. Northland Region Corrections Facility (NRCF) 2. Spring Hill Corrections Facility (SHCF) 3. Christchurch Mens Prison (CMP) 4. Otago Corrections Facility (OCF) Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be done via GETS.",Awarded,"Contracts awarded to both Ongas (SHCF) and Rockgas (NRCF, CMP, OCF & Rolleston), following sale of LPG Business by Contact Energy to Gas Services NZ Midco in 2018.",23000000,20250410 Department of Corrections,19472448,Request for Proposals,Open Competition,Parenting Support Services for Prisoners,18045,20180226,20180323,20220404,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the purchase of effective and value for money Parenting Support Services for Prisoners that will contribute to the reduction of intergenerational offending by: Providing parenting support to people in prison and their whanau that is based on what works within prisons and are culturally intelligent and effective specifically for Maori parents; Supporting people in prison to develop skills to be prosocial and engaged role models and/or carers with their children and whanau, that can be developed further upon release; Providing skills and resources to parents for early intervention and support for their children. The Parenting Support Services for Prisoners programme seeks to break the cycle of violence in homes and contribute to the reduction of intergenerational offending. It is expected that successful proposals will reflect modern best practices and promote gender and culturally responsive parenting solutions. This is to ensure that the programme reflects the changes to the dynamic makeup of whanau and families in Aotearoa.",Not Awarded,"This tender has been awarded to the following suppliersfor the below locations: Presbyterian Support Northern (Northern Region Corrections Facility, Auckland Prison, Mount Eden Corrections Facility, Auckland Region Women's Corrections Facility, Springhill Corrections Facility, Waikeria Prison,Tongariro Prison) Tupoho Whanau Trust (Whanganui Prison) Presbyterian Support East Coast (Hawkes Bay Regional Prison) Presbyterian Support Central (Manawatu Prison, Rimutaka Prison, Arohata Prison) Royal New Zealand Plunket Trust (Christchurch Men's Prison, Christchurch Women's Prison, Rolleston Prison) Methodist Mission Southern (Otago Regional Corrections Facility, Invercargill Prison) Further Information: Term of contract: 3+1 Estimated cost of the procurement: $500k - $1m Type of procurement process used: Open Was an exemption used: No",0,20250410 Department of Corrections,19968924,Request for Proposals,Closed Competition,Prisoner Air Transport,18344,20180809,20180903,20190904,,Sole Agency,No,,"The Department is seeking for suppliers who are able to meet its charter air flights requirements; these being: 1) scheduled air travel requirements (to common destinations airports such as Auckland, Wellington Christchurch and Dunedin) via an agreed route two to three times a week; and 2) ad-hoc flights required at short notice (24 / 48 hours notice or less) between airport / airfields and the departments correctional facilities in both the North and South Island. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,"Contract was awarded on 01 January 2019 Contract term 01 January 2019 - 31 December 2021 with RoR 1 x 2 years Contract location: nationwide",2770000,20250410 Department of Corrections,19999989,Request for Proposals,Open Competition,Workplace Health and Safety Training,18985,20180808,20180830,20190812,,Sole Agency,No,,"The Department of Corrections (the Department) is seeking to identify and engage a suitable provider of Workplace Health and Safety training for its staff, on a National basis. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,This contract was negotiated and awarded early 2019. Our apologies for the delay in the award notice.,0,20250410 Department of Corrections,20131087,Request for Tenders,Closed Competition,Hawkes Bay Regional Prison Ancillary Works,18323,20180907,20181005,20191106,,Sole Agency,No,,"The Department of Corrections (the Department) is seeking a Main construction contractor services for the Hawkes Bay Regional Prison Ancillary Works Project as part of Phase 1B of the Prison Capacity Programme. Please 'Subscribe to this Notice' to download all documents. All communications to and from suppliers & submission of responses will be done via GETS only.",Not Awarded,"1. Agency Name and Address: Department of Corrections Private Box 1206 Wellington 6140 New Zealand 2. Name of Successful Tenderer(s): MCL Construction Limited 3. Description of the Services: Construction Main Contractor 4. Date of contract award: July 2019 5. Term of the contract: 15 months 6. Expected spend under the contract: $2.1m 7. Type of Procurement process used: Two stage ROI / RFT process 8. Was there an exemption used: No 9. NZBN: 163896",0,20250410 Department of Corrections,20164056,Request for Proposals,Open Competition,Intensive Alcohol and Other Drug Treatment Programmes,19206,20181116,20181219,20191023,,Sole Agency,No,,"The Department require evidence based and culturally responsive Intensive Alcohol and Other Drug Treatment Programmes that meet the moderate to high treatment needs of people in Corrections care who may not have time to undertake a longer Drug Treatment Programme. The programmes must be aligned to best practice with the flexibility to fit within the operational requirements of the Department. The locations include Northland Region Corrections Facility, Auckland Region Womens Corrections Facility, Spring Hill Corrections Facility, Manawatu Prison, Christchurch Womens Prison and Rolleston Prison.",Awarded,,0,20250410 Department of Corrections,20218840,Request for Proposals,Open Competition,Electronic Monitoring Service,7100019244,20180928,20181101,20190805,,Sole Agency,No,,"The New Zealand Department of Corrections is planning to add to its prison in Wellington region a Specialised Electronic Monitoring Service for a cohort who are on Extended Supervision Orders (ESO). This Request for Proposal (RFP) is an invitation to suitably qualified service provider to submit a Proposal for Electronic Monitoring Service. In addition, New Zealand uses Electronic Monitoring for a cohort who are on Extended Supervision Orders (ESO) and are still under the jurisdiction of the courts. The ESO cohort has freedom of movement as long as they operate within the terms of their ESO. We are looking to establish a residence for a subset of this cohort on an existing site owned by the Department. Each person must be able to be tracked and monitored 24x7 in all environments in which they may be. This include buildings, the grounds and outside in the broader community (as per their current Electronic Monitoring). This is a single stage open RFP process and will require respondents to provide all details in full against the schedule provided. The expectation is that this contract will be for three years with the option for a one plus one yearly extension. The Department wish to engage a service provider who understands our objectives and can deliver a comprehensive electronic monitoring solution, working with the Department to ensure our processes are fit for purpose. We are seeking to select an experienced service provider to contribute to our safe environment. This is a unique opportunity to be part of the Corrections prison enhancements in New Zealand. The RFP and Appendices are attached for reference. Suppliers interested in this opportunity must indicate their intent to respond as per the format provided together with the RFP.",Not Awarded,"1. RFx number: 20218840 2. RFx Title: Electronic Monitoring Service 3. Name of Successful Tenderer(s): Attenti 4. Description of goods or services provided: Specific equipment Electronic Monitoring Service provider for the Department of Corrections for cohorts who are on Extended Supervision Orders (ESO). 5. All the applicable tender codes (category): 46000000 Defence, law enforcement and security and safety equipment. 6. Location: Goods/Services delivered Nationwide 7. Date the contract was awarded: 22/02/2019 8. Term of contract (including rights of renewals, if applicable): 3 years 9. Estimated cost of the procurement: NZ$ 450,000.00 10. Type of Procurement process used: Open tender process; one stage (RFP). 11. Was there an exemption used: No",0,20250410 Department of Corrections,20295213,Request for Tenders,Closed Competition,Manawatu Prison - Construction of AVL Building,18607,20181029,20181127,20191107,,Sole Agency,No,,"The Department of Corrections (the Department) is seeking a Main construction contractor for the construction of AVL building in Manawatu Prison. The scope of work includes the following construction activities; demolition of existing exercise yard & fence, site clearance, foundations, superstructure (blockwork, roof structure & covering), internal partitions, doors, building services (HVAC, electrical, plumbing/drainage), sanitary fixtures and tapware and internal finishes. Further information can be found in the attached ROI documents. Please 'Subscribe to this Notice' to download all documents. All communications to and from suppliers & submission of responses will be done via GETS only.",Not Awarded,"1. Agency Name and Address: Department of Corrections Private Box 1206 Wellington 6140 New Zealand 2. Name of Successful Tenderer(s): Maycroft Construction Limited 3. Description of the Services: Construction Main Contractor 4. Date of contract award: February 2019 5. Term of the contract: 5 Months 6. Expected spend under the contract: $1.5m 7. Type of Procurement process used: Two stage ROI / RFT process 8. Was there an exemption used: No 9. NZBN: 848809",0,20250410 Department of Corrections,20471553,Request for Proposals,Closed Competition,Workplace Change Management Mayfair House,19369,20181123,20181212,20230525,,Sole Agency,No,,"The Department of Corrections requires workplace change management services to implement an activity based working (ABW) model for when it relocates back to Mayfair House. The Department requires a provider to develop an engagement strategy and a detailed engagement plan to support the Workplace Change Management project team to deliver a successful workplace project.",Not Awarded,,0,20250410 Department of Corrections,20479791,Request for Proposals,Open Competition,Drug and Alcohol Testing (Staff Nationwide),19207,20181126,20190201,20190823,,Sole Agency,No,,"The objective of this procurement is to identify experienced service providers who have the proven capability and capacity to provide a Drug and Alcohol testing service, nationwide or regionally, and are responsive to the needs of the Department. The Department also wishes to use this procurement as a mechanism for minimising risk (privacy, systems) as well as improving cost effectiveness and efficiency.",Awarded,,0,20250410 Department of Corrections,20551632,Request for Proposals,Open Competition,General Farm Supplies,7100018356,20181214,20190218,20191031,,Sole Agency,No,,"The department is seeking general farm supplies for the departments five prisoner rehabilitation farms at Spring Hill Corrections Facility, Waikeria Prison, Tongariro Prison, Canterbury Mens Prison and the Otago Corrections Facility. General farm supplies are made up of livestock, general products and stock feed. Sales of farm outputs are not in the scope of this procurement.",Awarded,,0,20250410 Department of Corrections,20637645,Request for Proposals,Open Competition,Industrial Cleaning Products,19064,20190129,20190305,20200213,,Sole Agency,No,,"This Request for Proposal (RFP) relates to our requirement to procure a range of specialised cleaning Products for use in the Department of Corrections central kitchen and laundry units across the prison sites. This relates to our requirement to procure a range of specialised cleaning products for use in the Department of Corrections central kitchen and laundry units across the prison estate. These units operate in a manner consistent with a typical commercial environment high utilisation with a need for high levels of reliability. The specifications of the products currently in use will be provided and the proposed products must be consistent with machine manufacturers specifications. Along with the products themselves, the Department must also procure dispensing equipment. Any questions to be raised via GETS. Please note: The proposed form of contract will be uploaded to GETS by the 8th February 2019.",Awarded,,0,20250410 Department of Corrections,20653542,Request for Proposals,Open Competition,Farm Genetic Material and Services,18620,20190131,20190304,20200121,,Sole Agency,No,,"The Department is seeking the supply of dairy semen, beef semen, heat detection devices, AI services, herd testing, ear tags, genetic testing and herd management services for use on our dairy and beef farms located in Otago, Canterbury, and the Waikato. Please 'Subscribe to this Notice' to download all documents. All communications to suppliers and submission of responses will be done via GETS only.",Awarded,,1000000,20250410 Department of Corrections,20744699,Request for Proposals,Open Competition,Health Staff Recruitment (including Clinical Psychologists),19267,20190218,20190318,20190916,,Sole Agency,No,,"This procurement is for the supply of Health Staff Recruitment Services (including Clinical Psychologists). This includes permanent, fixed term, contract and temporary staff within the broad category of Health, specifically relating to nurses and registered clinical psychologists but also to roles such as doctors and mental health professionals. All communications to suppliers and submission of responses will be done via GETS. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be conducted via GETS.",Awarded,"3 year contract awarded to successful Respondents for the period to 30 June 2022, with a 2 year ROR.",0,20250410 Department of Corrections,20746768,Request for Proposals,Open Competition,Burglary Prevention Support Services,19393,20190220,20190319,20190807,,Sole Agency,No,,"This procurement relates to the purchase of reintegration services and potentially experiential learning activities for the Department of Corrections (the Department). The key outcomes that we want to achieve are; Increase in safe and secure accommodation for young tane. sustainable employment or engaged in education improved life skills of participants family and whanau supported for both prison and community based participants increased pro- social supports for young tane strengthen cultural identity increased connections to whanau, hapu and iwi reducing substance abuse amongst tane. These outcomes are aimed at reducing the risk of our young people. It has been identified that those aged between 18 and 27 who have committed a dishonesty offence are at the highest risk of reoffending. On average, those people who fall into this bracket go on to reoffend up to a further eight times, impacting on the lives of pro social New Zealanders by accruing one of the highest cost impacts of our society. We are seeking suppliers that are able to demonstrate the capability and capacity to deliver a one-to-one holistic reintegration service that also engages whanau, hapu and iwi. We are also looking for providers who may be able to provide experiential learning activities as part of the reintegration service. This service will be delivered to medium risk people in custody or community. Suppliers will pro-actively support the participants to engage in therapy whilst addressing any barriers to their successful reintegration. Draft Outcome Agreement will be attached to this tender by 27 February 2019.",Not Awarded,"This tender has been awarded to the following suppliers for the below locations: Care NZ Limited (Wellington) Goodwood Park Health Limited (Bay of Plenty) Further Information: Term of contract: 2 Years Estimated cost of the procurement: $500k - $1m Type of procurement process used: Open Was an exemption used: No",0,20250410 Department of Corrections,20793744,Request for Proposals,Open Competition,Psychometric Assessment,19208,20190301,20190403,20191023,,Sole Agency,No,,"The key objective of this procurement is to secure services that are able to meet the Departments requirements over the life of the contract. The Department is seeking to engage suppliers who have the proven expertise and capability to deliver quality service and can respond to the often unique needs of the Department. The Department is looking to consolidate services, understand innovation and product/service development as well as improve business efficiencies.",Awarded,,0,20250410 Department of Corrections,20823325,Request for Proposals,Open Competition,Pig Feed Products and Related Services,18370,20190312,20190405,20190807,,Sole Agency,No,,"The Department of Corrections owns and operates a large scale outdoor piggery located at Christchurch Mens Prison which has a primary objective of helping with the rehabilitation of people in our care. The piggery produces approximately 15,000 to 17,000 slaughter pigs per year. The purpose of this RFP is to source suppliers with the appropriate capability and capacity to supply pig feed products and related services. Please 'Subscribe to this Notice' to download all documents. Our preference is that all communication is directed via the GETS system but we have provided an alternate email address as below.",Awarded,,20000000,20250410 Department of Corrections,21050179,Request for Proposals,Closed Competition,Agricultural Contracting Services,17416,20190517,20190708,20200630,,Sole Agency,No,,"The Department is seeking the supply of Agricultural Contracting Services supporting Corrections five farms which have three areas of focus: milk production (Waikeria Prison dairy farm and the Otago Corrections Facility dairy farm), pig production (the Christchurch Mens Prison piggery), sheep and beef production (Christchurch Mens Prison sheep and beef farm, Spring Hill Corrections Facility (stock supplied by Waikeria Prison dairy farm) and the Tongariro Prison sheep and beef farm). The Department of Corrections operated five farms to improve the rehabilitation of prisoners into the community by providing skills, education, qualifications and experience to enable them to get into employment and reduce re-offending upon their release.",Awarded,"Contracts have been awarded to: MA Bruce BC & MA Coles Agricultural McCarthy Contracting Ltd Helicopter Management Ltd Wealleans Groundspread Ltd John Austin Ltd",0,20250410 Department of Corrections,21060248,Request for Quotations,Open Competition,Commercial exercise and sport equipment,19465,20190522,20190606,20200212,,Sole Agency,No,,"The Department is seeking the supply of Commercial exercise and sport equipment for Prison sites, which have the quality to cope with frequent heavy use and are designed for a maximum user weight of at least 150kg. The objective of this procurement is to provide all sites nationwide with appropriate commercial exercise and sport equipment used both by staff and prisoners. The procurements proposed outcomes are to have one or more national contracts for the supply of commercial exercise and sports equipment.",Awarded,"The contract for Sport Equipment has been awarded to Blue Fitness Ltd. while the contract for Exercise Equipment has been awarded to Elite Fitness Ltd. Both contracts have a term of 3 years with a Right of Renewal of +1 + 1 year each.",0,20250410 Department of Corrections,21112698,Request for Proposals,Open Competition,Applicant Tracking System,19542,20190605,20190709,20191219,,Sole Agency,No,,The Department has been using an Applicant Tracking System (ATS) since 2008 to help manage the recruitment of staff throughout the organisation. The Department would like to procure an established Software as a Service (SaaS) offering that will provide tracking and reporting for recruitment needs within the Department.,Awarded,,0,20250410 Department of Corrections,21213310,Request for Proposals,Open Competition,Mayfair House Project - Move & Exit Logistics Services,20066,20190701,20190724,20191216,,Sole Agency,No,,"This procurement is for the supply of Movement and Exit Logistics Services for the Department of Corrections' National Office relocation within Wellington. These services include building preparation, relocation of staff workstations, de-fit & decommissioning, and disposal/donation/recycling of excess futriture, fixtures and fittings. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be conducted via GETS.",Awarded,,0,20250410 Department of Corrections,21228781,Request for Proposals,Open Competition,Panel of Registered Psychologists in Private Practice,19872,20190705,20190801,20200520,,Sole Agency,No,,"This procurement is for the supply of Private Practitioner Psychologist (PPP) services for clinical assessment and treatment services for people in the Department's care either in the prison and/or in the community across the Department of Corrections. PPPs will be required to assess people in the Department's care for the Parole Board and the Courts and for suitability for special orders such as Extended Supervision. Psychologists may also be required for training of programme facilitators and other staff, supervision of staff, research activities and mental health services provided by the Department. They may be required to provide support for review of rehabilitation programmes, update literature of these programmes, consultation and programme evaluation. PPPs need to be registered in the clinical or general scopes of practice with the New Zealand Psychologists Board. Please 'Subscribe to this Notice' to view and download all RFP documents. All communications to suppliers and submission of responses will be conducted via GETS.",Awarded,36 providers were successful for this tender 20/11/2019.,0,20250410 Department of Corrections,21292615,Request for Proposals,Open Competition,Out of Gate Reintegration Service and Remand Reintegration Programme,19605,20190809,20190913,20210121,,Sole Agency,No,,"Corrections is seeking Providers to: Design and deliver a rolling reintegration education programme for individuals on remand in prison (Remand Reintegration Programme). Deliver a navigational and mentoring reintegration service to support participants and their whanau, through the transition from prison to the community (Out of Gate Reintegration Re-Designed Service). Have emergency accommodation options available for individuals if needed. Remand Reintegration Programme Corrections wants Providers to deliver a Remand Reintegration Programme because the pilot was well received by the Provider delivering the service, programme participants, and Corrections staff at the pilot sites. The programme allowed individuals to self-refer to the Out of Gate Reintegration Service which doubled the number of referrals to that service. Additionally, the programme increased engagement between the Provider and participants on the programme, and those that attended the programme and self-referred to Out of Gate Reintegration Service had better engagement and completion rates than the participants in the previous Out of Gate Reintegration Service. Out of Gate Re-Designed Reintegration Service Corrections wants Providers to support short serving individuals and those on remand with their reintegration needs in prison, and to support those individuals and their whanau with their reintegration needs during their transition into the community. The Whanau Ora approach to Out of Gate Reintegration Service pilot review showed how increasing the period of time the provider could work with the participant and their whanau for allowed for better outcomes and more meaningful engagement. Additionally, Corrections expects future service provision to include whanau because research and experience in other reintegration services suggests this leads to better outcomes. The key outcomes for the Out of Gate Reintegration service and Remand Reintegration programme are to: Provide people with advice, support and information, which will enable them and their whanau to succeed on their reintegration journey from prison into the community. Enable and improve peoples access to community-based services. Improve wellbeing for individuals and their whanau who use the service. Have safer communities. Reduce re-offending. Have participants and their whanau thriving and becoming self sufficient.",Awarded,,0,20250410 Department of Corrections,21500241,Request for Quotations,Open Competition,Prison Library Magazine Supply,,20190828,20190920,20200213,,Sole Agency,No,,The Department of Corrections is tendering for a nationwide contract for the supply of magazines to the Prison Libraries. This opportunity has arisen due to the expiry of the Departments current magazine contract. It offers a long term contract and gives the opportunity to place your products across our prison sites in New Zealand.,Awarded,,0,20250410 Department of Corrections,21573623,Request for Proposals,Open Competition,For the Supply of Wood Pellets to Tongariro Prison,7100018256,20190911,20191004,20200217,,Sole Agency,No,,The RFP will seek the supply of Wood Pellets to Tongariro Prison to ensure continued supply of fuel for our boilers which are used to heat and provide hot water to our prison.,Awarded,,0,20250410 Department of Corrections,21788366,Request for Proposals,Open Competition,Tender for BizTalk 2010 Upgrade,7100020512,20191018,20191114,20200327,,Sole Agency,No,,"Dear Respondent, The Department is looking to identify a preferred solution provider in the market that is capable to provide upgrade of the Department's BizTalk 2010 to Biztalk 2016 platform. Background of Tender: The BizTalk 2010, SQL Server 2008 and Windows Server 2008 are at the point of its end of support (EOS) stage. Most of these changes are necessary to ensure that the Integrated Offender Management System (IOMS) remains operational during the upgrade. This involves a number of technical changes to be in place within the Departments infrastructure. The upgrade also requires a move to the latest version of Microsofts server 2016 platform; which is not supported for the current BizTalk 2010 which will interrupt the interface operations. Further requirements are included in the tender documents attached. Please review and submit you proposal based on the steps provided. All communications should be via the GETS system.",Awarded,,399970,20250410 Department of Corrections,21791588,Request for Tenders,Closed Competition,Manawatu Single Point of Entry - Main Contractor,20227,20191016,20191114,20200716,,Sole Agency,No,,"The Department of Corrections (the Department) is seeking a Main construction contractor for the construction of a Single Point of Entry building in Manawatu Prison. The scope of work includes the following construction activities; Building Services: HVAC systems, plumbing & site drainage, electrical installation. General construction: demolition of existing sally-port, concrete foundations, pre-cast concrete panelling/metal cladding, timber framing, carpentry, metal profiled roof structure/fascia, cladding, aluminium double-glazed windows, security fencing. Interior fit-out: plasterboard lining, ceilings, doors, wall linings, joinery, fixed furniture. Further information can be found in the attached RFT documents. Please 'Subscribe to this Notice' to download all documents. All communications to and from suppliers & submission of responses will be done via GETS only.",Awarded,,5611372,20250410 Department of Corrections,21972936,Request for Proposals,Closed Competition,Full Body Imaging in New Zealand Prisons,20521,20191121,20191220,20200306,,Sole Agency,No,,"This RFP relates to the purchase of full body imaging technology for two New Zealand prisons; millimetre wave technology for Auckland Region Womens Corrections Facility (ARWCF) transmission x-ray technology for Rimutaka Prison, Wellington. We expect the introduction of full body imaging technology as an additional search option will offer the opportunity to enhance our ability to strengthen the safety and security of a prison and modernise the way we work in a correctional environment by significantly reducing the need for strip searching. This will ensure better alignment with our strategy, Hokai Rangi Ara Poutama Aotearoa Strategy 2019-2024, through a solution which is culturally aware, health focused, gender responsive and trauma informed. It is not expected that the full body imaging technology will completely remove the need to strip search.",Awarded,,0,20250410 Department of Corrections,21983142,Request for Tenders,Closed Competition,Dunedin Community Corrections Site Accommodation project - Main Contractor,20297,20191125,20191219,20200716,,Sole Agency,No,,"The Department of Corrections (the Department) is seeking a main construction contractor to carry out the refurbishment of its new Community Corrections site in Dunedin. This is the second stage of a two stage procurement process and is a closed tender process with the shortlisted respondents from the ROI stage. Detailed information can be found in the attached RFT documents. Please note: it is anticipated that the proposed form of contract will be distributed via GETS to respondents by close of business Monday 2nd December 2019. All communications to and from suppliers, and submission of responses, will be undertaken via GETS.",Awarded,,2859453,20250410 Department of Corrections,22032099,Request for Proposals,Open Competition,"Request for Proposals - Supply of Mobile Agricultural, Ground Care and Personnel Transport Plant",19611,20191206,20200124,20200603,,Sole Agency,No,n/a,"This Request for Proposals (""RFP"") is for the supply of Mobile Agricultural, Ground Care and Personnel Transport Plant. The Goods included in the RFP are: Wheeled tractors and relevant attachable plant and accessories; Ride on lawn mowers; Utility task vehicles / side by side vehicles including electric, petrol or diesel variants and associated vehicle transport trailers; Golf carts and other similar electric propelled shuttles used for intra-prison transport of personnel; and Pre-manufactured equipment that is typically towed behind a Tractor or Utility Task Vehicle in order to operate e.g. bale feeders, stock feed trailers etc. The Goods will be mainly utilised for trade training of People in our Care to gain new skills and NZQA qualifications in the primary sector, through work experience on the prison sites in various prison industries such as farms, forestry, horticulture, ground maintenance, kitchens and catering. Additionally, Utility Task Vehicles (and, in the future, Electric Shuttles) are used around many of the operating prison sites for on-site staff and visitor transport. Selected compliant responses to this RFP will be used to form a closed panel of Suppliers capable of meeting the Buyers requirements in one or more of the above categories for a period of 3 years with two rights of renewal for up to two years each (3 + 2 + 2 years). This RFP is made up of the following documents, all of which are available to download through GETS: 1) Request for Proposals main document; 2) Attachment 1: Form of Response; 3) Attachment 2: Pricing Schedule; 4) Attachment 3: Existing List of Goods; 5) Attachment 4: Proposed Contract; 6) Attachment 5: Requirements; 7) Attachment 6: Buyers Code of Conduct (2011); and 8) Attachment 7: New Zealand Government Procurement Supplier Code of Conduct. Any questions must be raised through GETS. All answers to questions and addenda to this RFP will be published through GETS. Proposals are to be submitted electronically via GETS.",Awarded,"1. Name of Successful Respondents: Blue Wing Honda Limited 8th Floor, 57-59 Symonds St, Auckland, New Zealand; C B Norwood Distributors Limited 888 Tremaine Avenue, Roslyn, Palmerston North, 4414, New Zealand; Parkland Products Limited 322 Rosedale Road, Albany, Auckland, 0632, New Zealand; Power Farming Wholesale Limited trading as Power Farming New Zealand 86 Thames Street, Morrinsville, 3300, New Zealand; and Yamaha Motor New Zealand Limited 58 Lady Ruby Drive, East Tamaki, Auckland, New Zealand. 2. Respondents by panel category Tractors C B Norwood Distributors Limited & Power Farming Wholesale Limited trading as Power Farming New Zealand; Ride on Lawn Mowers C B Norwood Distributors Limited & Parkland Products Limited; Utility Task Vehicles Blue Wing Honda Limited, C B Norwood Distributors Limited & Yamaha Motor New Zealand Limited; Electric Shuttles Parkland Products Limited & Yamaha Motor New Zealand Limited; and Towable Agricultural Plant C B Norwood Distributors Limited & Power Farming Wholesale Limited trading as Power Farming New Zealand. 3. Location: Goods to be delivered throughout New Zealand. 4. Contract Start Date: 1 April 2020. 5. Term of Contract/s (including rights of renewals): 3+2+2 years. 6. Contract award dates: Blue Wing Honda Limited 10 April 2020; C B Norwood Distributors Limited 10 April 2020; Parkland Products Limited 10 April 2020; Power Farming Wholesale Limited trading as Power Farming New Zealand 10 April 2020; and Yamaha Motor New Zealand Limited 29 May 2020. 7. Estimated cost of the procurement: $5M - $10M. 8. Type of Procurement process used: Open. 9. Was there an exemption used: No.",6000000,20250410 Department of Corrections,22096614,Request for Proposals,Open Competition,Alcohol and Other Drug Testing in the Community,7100020333,20191216,20200210,20210114,,Sole Agency,No,,"This procurement relates to the purchase of national alcohol and other drug testing (AODT) services to test offenders and bailees in the community and with abstinence conditions. AODT is part of a holistic, integrated justice sector wide response aiming to understand drug and alcohol use and to support people to make positive changes with regards to their drug and alcohol needs. For those with abstinence conditions we can respond with appropriate interventions to reduce harm to their whanau and the wider community. AODT also supports people to address their alcohol and other drug behaviours and helps those in our community build trusted and respected relationships, and to live healthy and sustainable lives. The Department wishes to procure nationwide AODT services for testing offenders and bailees in the community with abstinence conditions. These services are: i) For the Department for a period of up to six years. ii) Expected to commence from the start of May 2020 with a phased approach used to roll the services out to all districts in the country over several months. This phased approach is dependent upon many things including the Respondents appointed and their responses. iii) Nationwide and include both sampling and analysis services",Awarded,This contract has been awarded to The Drug Detection Agency.,10000000,20250410 Department of Corrections,22165868,Request for Proposals,Closed Competition,Community Residential Transitional Housing & Services for Bay of Plenty region,20665,20200114,20200210,20210601,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to shortlisted providers to submit a Proposal for the Community Residential Transitional Housing & Services contract opportunity for the Bay of Plenty region. This is the second step in a two-step tender process; an closed competitive RFP through GETS. Only shortlisted providers will be able to view the tender, download documents, ask questions and submit responses. The department is planning a Site visit to give all providers an opportunity to visit the property that has been selected. Further detailed information in regards to RSVP and point of contact will be released after the RFP has been issued. Please note all communications to respondents and submission of responses will be done via GETS.",Awarded,Contract was awarded to Manaaki Services Limited.,1000000,20250410 Department of Corrections,22288387,Request for Quotations,Open Competition,Supply of Identification Cards,20000,20200211,20200306,20230320,,Sole Agency,No,,"The Department of Corrections (the Department) is tendering for a nationwide contract for the supply of Identification (ID) cards for all of its prison and community corrections sites, with the option to include the supply of ID cards for the national office at a later date. This opportunity has arisen as the Department has made the decision to bundle all ID card requirements across the Department under one national contract. The Department is offering a long-term contract to supply ID cards to all of the Departments sites. This Request for Quote (RFQ) invites all suppliers from the market to provide a quote for the supply of the ID cards, as required for the tender process.",Awarded,,0,20250410 Department of Corrections,22339280,Request for Proposals,Open Competition,Mothers With Babies Unit Support Services,20522,20200221,20200320,20201124,,Sole Agency,No,,"Ara Poutama Aotearoa, the Department of Corrections is seeking provider/s to: deliver a kaupapa Maori parenting support service at ARWCF and/or CWP for women and their children (up to the age of two years) in the Mothers with Babies Unit support women and their children in the Mothers with Babies Unit transition to the community and, provide ongoing support for up to 12 months to women and their whanau in the community. Ara Poutama Aotearoa is seeking suppliers to provide a parenting support service in the Mothers with Babies units (MBU) at ARWCF and CWP. Given the release of the Hokai Rangi Ara Poutama Aotearoa Strategy 2019 2024 and with the current contracts coming to an end there is an opportunity to consider how support is provided to mothers with their pepi which better align to this strategy and underlying goals. We are inviting suppliers to propose a solution for consideration that enhances parenting skills, including knowledge of child development, and provides basic living skills for a successful transition to the community. The Support Service needs to be flexible to account for each womans needs.",Awarded,Auckland Regional Womens Corrections Facility (ARWCF) - Te Ha Oranga and Christchurch Womens Prison (CWP) - Te Puawaitanga ki Otautahi Charitable Trust.,0,20250410 Department of Corrections,22795298,Request for Proposals,Closed Competition,Modular Build Programme - Completion Works for Christchurch Men's Prison and Rimutaka Prison,,20200610,20200707,20201106,,Sole Agency,No,,"This RFP relates to the engagement of a competent construction contractor(s) to undertake MBP completion works at Christchurch Mens and Rimutaka Prisons. The Scope of Services (the Contract Works) includes: a) completing all units to a standardised finish that meet the secure and safety requirements specified by the Buyer; b) associated works i.e. landscaping; and c) working with the Buyer and its appointed consultants to remedy all identified defects. The Contract Works delivered will include, but are not limited to: a) installation of roof cassettes; b) installation of modules; c) completion of remaining trade works; d) remediation of defects; e) keeping assets safe;",Awarded,"Contract Awarded: 9 September 2020 Contract Term: 27 Months Expected Spend: Approx $67m",0,20250410 Department of Corrections,22864328,Request for Quotations,Open Competition,Supply of Art & Craft Materials,7100020831,20200623,20200708,20201009,,Sole Agency,No,Not applicable,"Ara Poutama (Department of Corrections) is seeking the supply of Arts and Craft Materials which allow art projects to offer opportunities for the People in our Care to develop or enhance a range of transferable skills and strengths in a therapeutic environment. These skills and strengths are developed in one context but can be transferred to other contexts, and will hopefully contribute to these people living offence-free lives in their future. Some of these skills and strengths can include, but are not limited to: interpersonal skills, problem solving skills, planning/organisational skills, an ability to utilise support, commitment, reliability, selflessness, work ethic and flexibility/ adaptability.",Awarded,,150000,20250410 Department of Corrections,22896786,Request for Quotations,Open Competition,"Caf and Coffee Bean Supplies, Barista Training and Machine Maintenance",7100021031,20200701,20200731,20200929,,Sole Agency,No,,"This procurement relates to the purchase of quality caf consumables and coffee beans for the four prisons in the Northern Region. In addition, we would want advertising, signage, servicing our coffee machines and train the trainer coaching for the Departments instructors including the operation and use of caf equipment and barista tasks.",Awarded,Contract awarded to: Coca-Cola Amatil Limited from Coca-Cola Amatil Limited,540000,20250410 Department of Corrections,22925651,Request for Proposals,Open Competition,Supply of Physiotherapy Services to People in our Prisons in Southern Region (Otago Correctional Facility and Invercargill Prison),7100020792,20200707,20200807,20201112,,Sole Agency,No,,"The Department was formed in 1995 on the principles of rehabilitation and public safety which remain at the core of what we do. The Department employs more than 200 qualified nurses and each day 600-700 people in prison receive care in prison health centres. We are seeking supply of Physiotherapy Services to People in our Prisons in Southern Region (Otago Correctional Facility and Invercargill Prison). Suppliers will support our efforts to improve the health of people in our care. Sickness, addiction and injury can be barriers to rehabilitation and reintegration. Its in everyones interests that we provide primary healthcare for people in prison. People in good health mentally and physically are better able to take part in interventions designed to help them stop offending, and to learn new skills, study towards qualifications, or find work.",Awarded,,0,20250410 Department of Corrections,22925891,Request for Proposals,Open Competition,Supply of Physiotherapy Services to People in Prisons in Central Region,7100020801,20200707,20200807,20210302,,Sole Agency,No,,"The Department was formed in 1995 on the principles of rehabilitation and public safety which remain at the core of what we do. At any given time, 10,000 individuals are in prison, and 30,000 people serving a community-based sentence or order. The Department employs more than 200 qualified nurses and each day 600-700 people in prison receive care in prison health centres. We are seeking supply of Physiotherapy Services to People in our Prisons in Central Region. Suppliers will support our efforts to improve the health of people in our care. Sickness, addiction and injury can be barriers to rehabilitation and reintegration. Its in everyones interests that we provide primary healthcare for people in prison. People in good health mentally and physically are better able to take part in interventions designed to help them stop offending, and to learn new skills, study towards qualifications, or find work.",Awarded,,560000,20250410 Department of Corrections,22926024,Request for Proposals,Open Competition,Supply of Physiotherapy Services to People in Prisons in Lower North Region,7100021072,20200707,20200807,20210505,,Sole Agency,No,,"The Department was formed in 1995 on the principles of rehabilitation and public safety which remain at the core of what we do. At any given time, 10,000 individuals are in prison, and 30,000 people serving a community-based sentence or order. The Department employs more than 200 qualified nurses and each day 600-700 people in prison receive care in prison health centres. We are seeking supply of Physiotherapy services to People in our Prisons in Lower North Region. Suppliers will support our efforts to improve the health of people in our care. Sickness, addiction and injury can be barriers to rehabilitation and reintegration. Its in everyones interests that we provide primary healthcare for people in prison. People in good health mentally and physically are better able to take part in interventions designed to help them stop offending, and to learn new skills, study towards qualifications, or find work.",Awarded,,478000,20250410 Department of Corrections,22926098,Request for Proposals,Open Competition,Supply of Physiotherapy Services to People in Prisons in Northern Region,7100021075,20200707,20200807,20210505,,Sole Agency,No,,"The Department was formed in 1995 on the principles of rehabilitation and public safety which remain at the core of what we do. At any given time, 10,000 individuals are in prison, and 30,000 people serving a community-based sentence or order. The Department employs more than 200 qualified nurses and each day 600-700 people in prison receive care in prison health centres. We are seeking supply of Physiotherapy services to People in our Prisons in Northern Region. Suppliers will support our efforts to improve the health of people in our care. Sickness, addiction and injury can be barriers to rehabilitation and reintegration. Its in everyones interests that we provide primary healthcare for people in prison. People in good health mentally and physically are better able to take part in interventions designed to help them stop offending, and to learn new skills, study towards qualifications, or find work.",Awarded,,750000,20250410 Department of Corrections,23008864,Request for Proposals,Closed Competition,Request for Proposals - Vehicle Engineering Services,20374,20200828,20201002,20201218,,Sole Agency,No,n/a,"This Request for Proposals (""RFP"") is issued to shortlisted Respondents from the previous ROI for the supply of Vehicle Engineering Services. The Goods and Services included in this RFP is the supply of completed ready to use (turnkey) trucks and trailers including: Site assessment of the intended task, physical conditions, required payload and physical limitations/restrictions; Provision of demonstrable manufacturing / build capability including concept design, detailed design and workshop design of the Goods; Selection and procurement of base vehicles (where relevant); Procurement of all materials, parts and accessories required for the Goods; Fabrication of truck fit out and trailers; Provision of certification, registration, warrant of fitness/certificate of fitness and road user charges; Delivery of completed Goods to the required site; Handover of the Goods, including induction and familiarisation into their operation and maintenance. The supply of ready-built domestic trailers and highly specialised vehicles, such as prisoner escort vehicles and dental/medical trucks or trailers is out of scope of this procurement. The Goods are primarily used by the Buyer as part of its prison industries, where people in the Buyers care are able to gain new skills and NZQA qualifications on its prison sites in various industries, such as farms, forestry, horticulture, ground maintenance, construction, kitchens, catering and laundry. This RFP will be used to appoint either a single Supplier for all of NZ OR a Supplier in each of the North Island and South Island to provide the Goods and Services to the Buyer as required over a period of three years with two rights of renewal for two years each (i.e. 3 + 2 + 2 years). This RFP is made up of the following documents: 1) Request for Proposals main document; 2) Attachment 1 - Response Form template; 3) Attachment 2 - Pricing Schedule template; 4) Attachment 3 - Requirements; 5) Attachment 4 - Proposed Contract; and 6) Attachment 5 - List and photos of existing assets. Any questions must be raised through GETS. All answers to questions and addenda to this RFP will be published through GETS. Proposals are to be submitted electronically via GETS.",Awarded,"1. Name of Successful Respondent: Action Manufacturing LP. 2. Successful Respondent address: 169 Bush Road, Rosedale, Auckland 0632, New Zealand. 3. Successful Respondent NZBN: 9429043215317. 4. Location: Goods to be delivered throughout New Zealand. 5. Description of Goods: Vehicle engineering services including the supply and fit out of custom trucks and trailers primarily for use in prison industries. 6. Contract Start Date: 1 January 2021. 7. Term of Contract (including rights of renewals): 3+2+2 years. 8. Contract award dates: 9 December 2020. 9. Estimated value of the procurement: $2.65M 10. Type of Procurement process used: Open ROI followed by closed RFP. 11. Was there an exemption used: No.",2650000,20250410 Department of Corrections,23141643,Request for Proposals,Open Competition,Environmental Compliance Monitoring Tool,20599,20200819,20200918,20210609,,Sole Agency,No,,"This procurement relates to the procurement and delivery of Environmental Compliance Software. The Department of Corrections (the Department) requires fit-for-purpose software for its RMA and Land Management (RMALM) Team to effectively manage Resource Management Act 1991 (RMA) Approval obligations. Please see more details regarding this procurement process in the attached RFP documents.",Awarded,,0,20250410 Department of Corrections,23508313,Request for Proposals,Closed Competition,Prison Digital Radios Request for Proposal,21527,20201023,20201127,20230525,,Sole Agency,No,,"The Department is looking for a supplier of digital radio products and services. The Department intends to transition two analogue radio prison sites to digital products within a year from the commencement of any Contract. Following that, subject to funding and approvals, all other remaining analogue radio infrastructure is also intended to be replaced with a digital end-to-end radio system.",Not Awarded,,0,20250410 Department of Corrections,23533228,Request for Proposals,Closed Competition,Waikeria Potable Water Project,21149,20201030,20201207,20210322,,Sole Agency,No,,"The Department is seeking respondents with the relevant experience, track record and resources to supply and deliver a new potable water facility within Waikeria Prison.",Awarded,"1. Location: Waikeria Prison, Waikeria Rd, Waikeria 2. Date the contract/s was awarded: 16 March 2021 3. Term of contract/s (including rights of renewals): 1+1 4. Type of Procurement process used: Open ROI + Closed RFP 5. Was there an exemption used: No",6000000,20250410 Department of Corrections,23552428,Request for Proposals,Open Competition,Request for Proposals - Smart Vehicle Systems,20967,20201105,20210126,20210520,,Sole Agency,No,n/a,"This Request for Proposals (""RFP"") is issued for the supply of Smart Vehicle Systems. The Goods and Services to be included in the RFP is the supply, integration and management of a connected and integrated telematics and vehicle data platform, including: Telematics hardware and peripheral equipment supply; Supply of smart vehicle hardware such as data hubs; Installation and removal of hardware to or from vehicles; Encryption, transmission and storage of specified telematics and other smart vehicle data (note during stage 1 of the project, the Buyer will be limiting the data it collects to that needed for fleet asset management and optimisation); A software platform that aggregates all the data from vehicles and from the Buyers relevant ICT systems; Connection to, compatibility and integration with the Buyers relevant ICT systems; An online user interface portal; A pool vehicle booking system; Standard and customised reporting options from the System; Providing information, analytics and knowledge regarding vehicle data to the Buyer; and Support for the System during the term of the contract to ensure that issues and/or problems are quickly identified and resolved. The Successful Respondent will be contracted to provide the Goods and Service to the Buyer for a period of five years years with one right of renewal for an additional five years (i.e. 5 + 5 years). This RFP is made up of the following documents: 1) Request for Proposals main document; 2) Attachment 1 - Response Form; 3) Attachment 2 - Price Schedule; 4) Attachment 3 - Requirements; and 5) Attachment 4 - RFP-Terms. Any questions must be raised through GETS. All answers to questions and addenda to this RFP will be published through GETS. Proposals are to be submitted electronically via GETS.",Awarded,,0,20250410 Department of Corrections,23561146,Request for Tenders,Closed Competition,Request for Tender - Christchurch Men's Prison AVL Suite Upgrade Main Construction Contract,21554,20201104,20201203,20210406,,Sole Agency,No,,"You have received this closed RFT as a result of being shortlisted from the ROI stage of this procurement process. The scope of work includes the following construction activities: Demolition of existing shelters Site clearance Foundations Superstructure (block work, roof structure & covering), internal partitions, doors, building services (HVAC, electrical, plumbing/drainage) Sanitary fixtures and tapware and internal finishes. A purpose-built AVL Building featuring 12 AVL booths, six wait cells (with in-cell ablutions), staff base, separation lobby, staff and prisoner toilets and lawyer booths. Connecting sally-ports to the existing B-Link and D-link corridors with secure custodial doors and locks Building services including electrical, mechanical, plumbing, drainage and stormwater disposal Reconfiguration of the existing two-booth AVL Suite. The Department will complete the fit-out of the building using its preferred Electronic Security and IT/AVL Equipment suppliers. The Main Contractor will be required to work with and co-ordinate the Departments suppliers to complete the project within the overall project timeline.",Awarded,,0,20250410 Department of Corrections,23661359,Award Notice,Open Competition,"Secondary Procurement Process: Mayfair House Office Furniture and Related Items, under the Common Capability agreement for Office Furniture",20930,20200911,20201007,20210601,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,23740418,Request for Proposals,Closed Competition,Site Identification and Acquisition Services,21682,20201208,20210126,20210216,,Sole Agency,No,,"This is a unique opportunity to support the Departments decision-making for future network options. To support the Department in identifying a potential new site(s), the Department requires a Provider to supply site identification and potential acquisition services. Site identification and potential acquisition services will encompass the following four components: 1 Geographic Information System (GIS) model 2 Site identification and evaluation requirement (desk top analysis) 3 Due diligence 4 Potential site acquisition / leasing arrangements",Awarded,,0,20250410 Department of Corrections,23997599,Request for Proposals,Open Competition,"Electronic Monitoring Equipment, System and Network Connectivity Solution",23772100,20210218,20210422,20211115,,Sole Agency,No,,"The purpose of this RFP is for the supply of electronic monitoring equipment, system and network connectivity solution.",Awarded,"Term of contract (including rights of renewals): 5 Years (with a right to renew of 2+1 Years). Estimated cost of the procurement: $180 million. We would like to inform you that this contract has been awarded to Buddi Limited as per conditions shown above.",180000000,20250410 Department of Corrections,24054223,Request for Proposals,Open Competition,Laundry Bags - National Supply to Prisons,7100021803,20210305,20210329,20210902,,Sole Agency,No,n/a,"Ara Poutama is seeking the supply of varying types and sizes of laundry bags for the prisons throughout the country managed by the Department, to support the cleaning of the high volume of Department issued prisoner clothing and bedding within commercial laundry operations located across the Departments Prison estates. In addition to this function, most units within the prisons have smaller laundry facilities to enable prisoners to wash their personal items. Laundry bags are required to ensure that each prisoners clothing does not mix with those of other prisoners. Please ensure all contact is through the Gets Questions and Answers page. Please do not go directly to the contact person.",Awarded,,350000,20250410 Department of Corrections,24072150,Request for Proposals,Closed Competition,Portfolio Programme and Project Management Tool (P3M tool),20642,20210310,20210406,20220608,,Sole Agency,No,,"This procurement relates to the delivery of the Department of Correction's P3M tool. The P3M tool is required to provide a means to communicate, collaborate, escalate and provide near real time investment information to decision-makers and project managers via reporting frameworks (e.g dashboards) at the project, programme and portfolio level.",Not Awarded,"This contract has been awarded to Sentient Software Limited in June 2022. Ara Poutama Aotearoa appreciates all the work that has gone into this procurement by the respondent community. Thank you all.",0,20250410 Department of Corrections,24135296,Request for Proposals,Closed Competition,"Applications Development, Maintenance & Support - IOMS",7100021966,20210422,20210524,20210924,,Sole Agency,No,,"The Department of Corrections seeks a prime vendor to provide Application Development, Maintenance and Support (ADMS) services for the Integrated Offender Management System (IOMS). This 20+ year system is a key platform for the Department in managing the wellness and well being of people, including Department staff, Offenders and Prisoners. The system first went live in 1998 and has been incrementally enhanced and improved since then. Given this longevity, some of the architecture is comprised of legacy technology. The ability to provide ongoing support for these technologies for some time to come is critical. These is currently no planned time frame for a major redevelopment or replacement of the current IOMS system.",Awarded,,0,20250410 Department of Corrections,24165944,Request for Proposals,Open Competition,Cafe and Coffee Bean Supplies. Machine Hire or Purchase and Servicing etc Central Region,7100021779,20210406,20210507,20230124,,Sole Agency,No,,"This procurement relates to the purchase of Caf and Coffee Bean Suppliers, Machine Purchase/Hire and Servicing in the Central Region. In addition to the supply of coffee beans and caf consumables, we would want advertising, signage, servicing our coffee machines and train the trainer coaching for the Buyers instructors including the operation and use of cafe equipment and barista tasks. All non-consumable supplies such as takeaway cups, lids and cup holders are to be compostable and environmentally sound. Coffee beans are to be fresh and from a sustainable source. Central Region has three (3) Cafes: o Kawhe Putahi Located in our minimum security area at Waikeria Prison o Caf Prison Break located in CPB Construction Project at Waikeria Prison o Jimmys Grumble located behind the wire at Spring Hill Corrections Facility The need to procure these product(s) service(s) has arisen because the current contract for Supply of Coffee Products and Equipment Hire expires on the 30 September 2021. Please do not contact the Contact person directly, all questions should be via the questions and answers in GETS.",Awarded,,175000,20250410 Department of Corrections,24267243,Request for Proposals,Closed Competition,Request for Proposals - Prisoner Escort Vehicle Supply (Generation 3),19078,20210510,20210621,20211014,,Syndicated Opportunity,No,n/a,"This Request for Proposals (""RFP"") is for the Prisoner Escort Vehicle Supply (Generation 3) opportunity for those suppliers shortlisted as a result of the previous ROI. This procurement includes New Zealand Police as part of a closed syndicated contract (check the RFP documents for details on how this closed syndicated contract is intended to work). PEVs are used for securely and safely transporting people in the Buyer's care between custodial facilities, courts and medical facilities. The scope of this opportunity includes: Design; Base Vehicle selection and supply; supply of materials, accessories and consumables; fabrication and Fitout; certification, Commissioning/acceptance testing, Delivery, Handover and user induction/familiarisation; Ongoing servicing and support of PEVs during the term of the contract; Management and updates of PEV manuals; and Initial training and refresher training in the use of PEV features and functions. This RFP will be used to appoint a single Successful Respondent to provide the Goods and Services throughout New Zealand to the Buyer over a period of five years with two rights of renewal for up to two years each (i.e. 5 + 2 + 2 years). This RFP is made up of the following documents: 1) Request for Proposals main document; 2) Attachment 1: RFP Response Form template; 3) Attachment 2: RFP Price Schedule template; 4) Attachment 3: General Requirements; 5) Attachment 4: Technical Requirements; 6) Attachment 5: RFP-Terms; and 7) Attachment 6: Proposed Contract. - Any questions must be raised through GETS. - All answers to questions and addenda to this RFP will be published through GETS. - Proposals are to be submitted electronically via GETS. - There is a site visit for this RFP; details of this site visit are provided in the RFP document. - Each supplier invited to participate in this RFP has entered into a confidentiality agreement with the Buyer relating to the Requirements. Suppliers are to note that the Requirements are marked as 'In Confidence' and are not to be disclosed to any party, other than for the express Purpose stated in the confidentiality agreement and as allowed under the terms of the confidentiality agreement.",Awarded,"Contract awarded to Wade Group 2011 Limited, 26 Northway Street, Te Rapa, Hamilton 3200, New Zealand.",9400000,20250410 Department of Corrections,24274701,Request for Tenders,Closed Competition,Request for Tenders - Hawke's Bay Regional Prison Staff Facilities Main Construction Contract,7100021773,20210506,20210614,20220329,,Sole Agency,No,,"Shortlisted suppliers from the ROI have been invited to participate in the RFT attached. This RFT relates to the purchase of a Main Contractor for the construction work of HBRP Staff Facilities project (Main Construction Contract). The Department requires a single Main Contractor to form, retain and manage a team of construction specialists, trade contractors and suppliers. The Main Contractor will be required to employ construction planning, programming and safety management expertise to ensure that the construction works are delivered to a high standard, safely, on time and within budget. Please email AssetManagementProcurement@corrections.govt.nz if you intend to submit a proposal and please ask any questions via GETS.",Awarded,,0,20250410 Department of Corrections,24553641,Request for Proposals,Open Competition,Land Management Services,7100022244,20210716,20210813,20220126,,Sole Agency,No,,"RFP for Land Management Services for the RMA Land Management Team within the Department of Corrections. please note the Pre Condition on this RFP",Awarded,,0,20250410 Department of Corrections,24624523,Request for Proposals,Closed Competition,Invercargill Boiler Replacement - Design Consultant,7100022567,20210802,20210927,20220301,,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,24636325,Request for Proposals,Closed Competition,Masterplanning,22246,20210805,20210909,20220111,,Sole Agency,No,,Procure Masterplanning and ancillary consultancy services under a prime consultant supplier,Awarded,,1000000,20250410 Department of Corrections,24659106,Request for Tenders,Closed Competition,Waikeria Top Jail Demolition,7100022072,20210810,20211018,20220421,,Sole Agency,No,,"The Department is seeking to procure an experienced and capable demolition contractor to demolish Waikeria Top Jail. The supplier must have a Class A licensed asbestos removal and soil remediation. The procurements outcomes will result in the Top Jail site being put back to pasture fit for agricultural use. Additional images and drone footage can be viewed at https://beca.sharefile.com/share/view/s636c1c0d7d7d42db8cee1a304417fdfe",Awarded,,0,20250410 Department of Corrections,24685012,Request for Proposals,Closed Competition,Invercargill Boiler Replacement - Quantity Surveyor,7100022655,20210816,20210927,20220301,,Sole Agency,No,,"This procurement relates to the purchase of Project Quantity Surveyor and Cost Advisor consultancy services for the Invercargill Boiler Replacement Project. This scope of services covered by this procurement covers the remaining life-cycle i.e. from design development, detailed designs the submission of regulatory consents (Outline Plan & Building Consents), tendering and construction, and includes the project close out phase i.e. defects liability period and the preparation of final accounts.",Awarded,,0,20250410 Department of Corrections,24685195,Request for Proposals,Closed Competition,Invercargill Boiler Replacement - Project Management ETC,7100022656,20210816,20210927,20220301,,Sole Agency,No,,"This procurement relates to the purchase of professional Project Management and Engineer to the Contract (NZ 3910 construction contract) services for the Invercargill Boiler Replacement Project. This procurement covers the full project lifecycle from the developed design, detailed design, design, submission of consents, contractor procurement, construction, commissioning and includes the project close out phase i.e. defects liability period and the preparation of final accounts.",Awarded,,0,20250410 Department of Corrections,24702150,Request for Proposals,Open Competition,Medication administration technology,7100020823,20210819,20211004,20220801,,Sole Agency,No,,"Ara Poutama Aotearoa wishes to procure medication administration technology to support the management of medications and the administration of medication to those in our care at our eighteen custodial sites. Ara Poutama Aotearoa envisages a medication administration application operating on (or used via) mobile devices such as secure robust tablets enabling staff to access patient medical information during a medication administration round. A key goal is to support adherence to the Six Rights of medication administration to administer: o The right medication o To the right person o In the right dose o At the right time o Via the right method/route o With the right documentation completed accurately",Awarded,"A contract for medication administration technology has been awarded to Medi-Map Limited in August 2022. Ara Poutama Aotearoa appreciates the work that has gone into the responses. Thank you all.",3600000,20250410 Department of Corrections,24824721,Request for Proposals,Open Competition,H&S Reporting and Monitoring System,7100022750,20211011,20211102,20220601,,Sole Agency,No,,"The current H&S system (Tracker) has technical constraints and functionality gaps that limit the ability to implement effective health and safety risk controls and monitoring and reporting processes. The key objective of the procurement is to implement a fit-for-purpose solution that will support and encourage a health and safety focus throughout the organisation. In summary an integrated Health and Safety Reporting and Monitoring system containing the following core capabilities is required: o Incident Management o Audit o Risk Management o Mobility Along with the above a Contractor Management solution is also required. This may be integrated into the above system or may be a stand alone solution.",Awarded,,0,20250410 Department of Corrections,24968374,Request for Proposals,Open Competition,Panel of Registered Psychologists in Private Practice - Panel top up,22573,20211109,20211202,20220519,,Sole Agency,No,,"The purpose of this procurement is to invite suitably qualified and registered PPPs to submit Proposals to become a member of the Department Panel. The Department selects members from the Panel, on an as required basis, to provide PPP services for the Department in the broad categories of clinical assessment and treatment services for the people in the care of the Department. PPPs contracting with the Department will also be required to train, supervise, and support Department staff. PPPs will need to be registered in the clinical, general, counselling or neuropsychologist scopes of practice with the New Zealand Psychologists Board. They will need to have specialist knowledge in the field of Criminal Justice Psychology. They also need to hold a current practising certificate with the New Zealand Psychologists Board. The Department aims to contract with multiple PPPs across New Zealand for the existing open Panel that allows the Department to add additional psychologists as and when required.",Not Awarded,Successful respondents have been notified. Name and address information have been withheld.,0,20250410 Department of Corrections,25057226,Request for Proposals,Open Competition,National Office Security Guard,7100022852,20211105,20211206,20220118,,Sole Agency,No,,"This RFP relates to the delivery of Security Guard Services at the National Office of the Department of Corrections in Wellington, The Terrace. The preferred supplier will have the ability to provide one permanent static guard from Monday Friday 8am 5pm who will be stationed at the Corrections Reception area in Mayfair House. The preferred supplier will also have the capacity to provide a second guard at short notice, this is to cover 30-minute lunch break on the odd occasion that the Departments in-house guard is unable to cover. Appendix One : Draft Contract will be uploaded in the next few days. please note due date is 12pm noon 6.12.21",Awarded,,0,20250410 Department of Corrections,25065920,Request for Proposals,Closed Competition,Safety Improvement Project Design Consultancy Services,7100022809,20211108,20211203,20220329,,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,25066554,Request for Proposals,Closed Competition,Safety Improvement Project Quantity Surveyor,7100022810,20211108,20211203,20220329,,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,25067045,Request for Proposals,Closed Competition,Safety improvement Project ETC/PM,7100022811,20211108,20211203,20220330,,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,25079255,Request for Proposals,Open Competition,Education Services for the New Zealand Parole Board,,20211111,20211203,20220203,,Sole Agency,No,,"The New Zealand Parole Board (NZPB) is an independent statutory body which considers people, serving a sentence of more than two years in prison, for release on parole. To support the NZPB, an education provider is required to deliver a range of education services. We are seeking a provider to review the New Zealand Parole Boards (NZPB) education priorities and develop and implement a continuous learning package for members.",Not Awarded,No responses received and no contract awarded.,0,20250410 Department of Corrections,25088538,Request for Proposals,Closed Competition,ITO MSP 3 - Products and Services,,20211115,20211217,20230525,,Sole Agency,No,,"The Department is a large critical services agency, working within the Justice sector, that uses its digital infrastructure and technology services extensively and nationwide. Of the $350m plus Infrastructure and Technology Operations (ITO) expenditure in the next 5 years, over $140m is projected to be spent on MSP3-Products and Services being the acquisition, ongoing consumption (including subscription) and service portfolio management of: 1. Telecommunications as a Service (TaaS) 2. Infrastructure as a Service (IaaS) 3. Desktop as a Service (DaaS) 4. Heritage infrastructure as a service 5. Mobile Device as a Service 6. End-user device as a Service 7. Microsoft Licensing 8. Other Products and Services Most of the Departments current consumption is provided under All of Government (AoG) contracts (or any other forms of Government-wide contract, such as a Common Capability contract), or through the Department of Internal Affairs' (DIA) Marketplace. These are typically priced monthly based on consumption with no term commitment and/or recognition for the Departments volume. However, the Department is prepared to offer term commitments (the specific term will vary according to products and service) in return for better public value including reduced service fees and enhanced service features. What the Department needs is an RFP response from a Supplier that exploits this opportunity, and provides options / alternatives for the Department to consider supporting the Departments Digital Statement of Intent aspirations of: a step change to our way of investing and working so that the Department is a more efficient and enjoyable place to work, is better positioned to deliver safe technology operations and can change faster to achieve business outcomes. RFP documents will be released directly to the vendors via Fileshare.",Not Awarded,,0,20250410 Department of Corrections,25129019,Request for Proposals,Closed Competition,Non-Custodial/Community Corrections Sites (CCS) Main Consultant,7100022921,20211119,20211216,20220329,,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,25288105,Request for Quotations,Open Competition,Supply of Freight Services,7100022117,20220110,20220211,20230110,,Sole Agency,No,,"Ara Poutama Aotearoa (The Department of Corrections) is seeking the supply of freight services between prisons managed by the Department and our sites and customers in the community throughout the country. This tender excludes air freight at this stage. Please ensure all questions are asked via GETS.",Awarded,,350000,20250410 Department of Corrections,25298196,Request for Proposals,Closed Competition,Sallyports_Request_For_Proposal_Lead Design Consultant,7100023127,20220114,20220214,20220901,,Sole Agency,No,,Lead Design requirements for seven Sallyports at various locations in New Zealand,Awarded,,0,20250410 Department of Corrections,25299119,Request for Proposals,Closed Competition,Sallyports_Request_For_Proposal_QS,7100023128,20220114,20220214,20220712,,Sole Agency,No,,Cost Management Services for the delivery of seven Sallyports in various prison sites in New Zealand,Awarded,,0,20250410 Department of Corrections,25312773,Request for Proposals,Closed Competition,ARWCF Yards and Enhancements Project Design Services,7100022055,20220118,20220314,20220809,,Sole Agency,No,,"please note the value is for stage one to cover feasibility, contract will require the supplier to have capacity to cover full project in line with the Departments internal funding approvals in stages.",Awarded,,0,20250410 Department of Corrections,25426515,Request for Proposals,Open Competition,Prison Escort Vehicles (PEV) Washdown Bays,7100023151,20220216,20220315,20220511,,Sole Agency,No,,"preferred supplier will be a civil engineer with design capabilities. please note RFP requirements carefully and ask questions if you need to. note this is for feasibility studies Contract templates will be released in the next few days as an addenda",Awarded,,0,20250410 Department of Corrections,25446672,Request for Proposals,Open Competition,Corrections PHYSEC Certification and Accreditation,7100023185,20220222,20220321,20220607,,Sole Agency,No,,"please indicate intent to submit a proposal by 15 March 2022 to amprocurement@corrections.govt.nz respondent to have expert experience in PHYSEC - physical security requirements to help assess our current work and selected parts of the estate through reviewing the current state and some security risk assessments and to submit accreditation and certification on our behalf.",Awarded,,0,20250410 Department of Corrections,25461157,Request for Proposals,Open Competition,Supply of Mobile/Portable Radiology Services to People in Our Care in the Northern and Central Regions,7100022912,20220225,20220331,20220927,,Sole Agency,No,,"Ara Poutama Aotearoa (The Department of Corrections) is seeking the supply of Mobile/Portable Radiology Services to People in Our Care in the Northern and Central Regions which provides Mobile/Portable X-ray Radiology Services to people in our care at the sites below including reading and reporting findings of x-ray results. - Auckland Prison - Auckland Region Womens Corrections Facility - Mount Eden Corrections Facility - Spring Hill Corrections Facility Ara Poutama Aotearoa considers Mobile/portable radiology services to be a portable X-Ray machine that is transported via a vehicle to the respective site and then wheeled into the Health Centre to facilitate in taking the required X-Ray. Please note: The person running this process will be away between 7-18 March 2022 so there may be a delay in answering any questions asked during this time. Any unanswered questions will be answered after 21 March 2022.",Awarded,,0,20250410 Department of Corrections,25468281,Request for Proposals,Open Competition,Prisoner mattresses and linen,,20220228,20220421,20230609,,Sole Agency,No,,"This procurement is for the supply of mattresses and linen products for use in the Buyer (Department) operated prisons throughout New Zealand. The Department currently has a capacity of max. 10,000 beds and houses around 8300+ people in our care in 18 prisons (17 public prison sites + 1 private prison site). The number of people in our care varies greatly. The Department operates approximately 300 Intervention Support Unit (ISU) beds nationally for prisoners requiring close supervision as well as 30 High Dependency Unit (HDU) beds at Rimutaka prison and further 600 beds at the HDU unit at Waikeria prison, which is due to be completed in mid-2022 and commissioned for use in early 2023. Given the nature of the environment in which the Department operates, we are looking for suppliers who are able to provide durable, fit for purpose mattresses and linen. The Successful Respondent has to be able to respond to and supply bespoke requirements from time to time. This procurement is a sole agency procurement for the Department of Corrections.",Awarded,"The Department has signed the following contracts with: Safecare Solutions: for general population mattresses and general population linen as well as ISU linen. Abecca Healthcare: for ISU mattresses.",0,20250410 Department of Corrections,25513009,Request for Proposals,Open Competition,Machine Safety Specialist,7100023197,20220310,20220520,20220919,,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,25521261,Request for Proposals,Closed Competition,ARWCF Yards and Enhancements Project Quantity Surveying Services,7100022055,20220310,20220411,20220809,,Sole Agency,No,,"Note: appendix one is located within the RFP doc not this RFP is for Feasibility under $5k - intention is to carry on with preferred respondent through the stages with increase in contract value alongside internal funding approvals.",Awarded,,0,20250410 Department of Corrections,25709858,Award Notice,Open Competition,Interim Contract for N95 Mask Face Fit Testing - National - Award Notice,7100023225,20220118,20220217,20220217,National Procurement Team,Sole Agency,No,,"The scope of this procurement activity was to engage with a provider to roll out an interim national programme, across all prison and community facility staff for face fit testing of N95 masks. This procurement is to support the immediate need of Ara Poutama Aotearoa, to meet the mandated requirements of continued supply of N95 masks by the Ministry of Health.",Awarded,Interim contract awarded under emergency procurement exemption,0,20250410 Department of Corrections,25776065,Request for Proposals,Open Competition,Community Corrections Sites (CCS) Fire Safety Compliance Project,7100022926,20220511,20220607,20230101,,Sole Agency,No,,"This procurement is looking for fire safety consultancy services to ensure and continuously monitor that all corrections sites meet and maintain fire safety statutory compliance standards. Note Appendix three - Contract Template will be released within one week of release date. Note: indicate in your overall solution on the response form which region you are applying for or applying for nationwide contract. Note - please provide your non price response in word or excel",Awarded,,0,20250410 Department of Corrections,25979599,Request for Proposals,Open Competition,Supply of Cash Transfer Services,7100023383,20220627,20220720,20221025,,Sole Agency,No,,"Ara Poutama Aotearoa (The Department of Corrections) is looking for potential suppliers who can supply cash transfer services at the following sites: o Northland Region Corrections Facility o Auckland Prison o Auckland Region Women's Corrections Facility o Mount Eden Corrections Facility o Spring Hill Corrections Facility o Waikeria Prison o Tongariro/Rangipo Prison o Whanganui Prison o Hawkes Bay Regional Prison o Rimutaka Prison o Arohata Prison o Christchurch Mens Prison (including services for Christchurch Womens Prison and Rolleston Prison) o Otago Corrections Facility o Invercargill Prison o Manawatu Prison We are encouraging proposals from national, regional or local companies",Awarded,,204000,20250410 Department of Corrections,26024069,Request for Proposals,Open Competition,Medical Officer Services and Related Services,7100023415,20220707,20220805,20230303,,Sole Agency,No,,"Ara Poutama Aotearoa (Department of Corrections) is seeking the supply of Medical Officer Services and Related Services to Ara Poutama Aotearoa to Prison health centres. Ara Poutama Aotearoa wishes to hear from suppliers who can: Provide general medical and primary care services to all people in prison, both male and female. This includes infants of female prisoners up until 2 years of age in emergency situations only (care for infants who are in Mothers and Babies units, is provided by general practitioners in the community). Medical Officer Services and Related Services are required at the following Prison sites: Auckland Regional Womens Corrections Facility Mount Eden Corrections Facility Auckland Prison Spring Hill Corrections Facility Waikeria Prison Hawkes Bay Regional Prison Rimutaka Prison Rolleston Prison Christchurch Womens Prison Christchurch Mens Prison Medical Officer Services and Related Services must be delivered by registered general practitioners The RFP will not include the supply of: Employed of Medical Officers General medical services delivered outside of the prison Any other health services (Dentistry, Physiotherapy, Secondary or Tertiary Health Care) General medical services delivered to people on community sentences or orders Prescription and non-prescription Pharmaceutical products Non-Pharmaceutical products Medical services for the Buyers staff Please ensure all questions are asked via GETS.",Awarded,Some suppliers who have been awarded a contract have not been shown due to private information having been withheld.,18854000,20250410 Department of Corrections,26116391,Request for Proposals,Open Competition,Creative Arts and Cultural Wellbeing Prison Initiative,7100023572,20220801,20220822,20221214,National Procurement Team,Sole Agency,No,Artsfund@corrections.govt.nz,"Ara Poutama Aotearoa, the Department of Corrections, with the support of Manatu Taonga, the Ministry for Culture and Heritage, has set aside $3 million to fund a range of creative arts and cultural wellbeing programmes in prisons between 2022 and 2024/2025. Ara Poutama Aotearoa acknowledges the value of creative arts and cultural programmes for people in prison to support their rehabilitation and reintegration. Access to the arts is considered by many to be a human right. Music, dance, theatre, painting, weaving, carving (to name a few) can give people new ways to express themselves, reconnect them with their culture, provide a positive learning experience and prosocial relationships. This fund aligns with our Hokai Rangi strategy to better understand what works and why - especially for Maori, and to achieve better outcomes for people in prison. Further information on this initiative, including details on how to apply for this opportunity, can be found on the following link: https://www.corrections.govt.nz/news/2022/applications_open_for_creative_arts_initiative Frequently Asked Questions and a full list of the considerations for selection are provided in the application form. All applications are to be submitted electronically to Artsfund@corrections.govt.nz",Awarded,The listed Providers have been selected to progress to contract negotiation for funding under the Creative Arts and Cultural Wellbeing Prison Initiative.,0,20250410 Department of Corrections,26143076,Request for Proposals,Closed Competition,Spring Hill Management Unit Exercise Yard Expansion Project - Design,7100023684,20220808,20220902,20221018,,Sole Agency,No,,"Architect / Design services for Spring Hill Management Unit Yards please advise receipt of invite via GETS",Awarded,,0,20250410 Department of Corrections,26152014,Request for Proposals,Open Competition,New Zealand Parole Board Future Operating Model Solution,23311,20220809,20220930,20230509,National Procurement Team,Sole Agency,No,,"The Department of Corrections is planning a RFP to select a preferred supplier for the delivery of an end-to-end solution to meet the NZ Parole Board (NZPB) Future Operating Model (FOM) requirements. FOM has been designed to provide a coordinated NZPB Team, enabling the smooth and predictable operation of an independent NZPB. The Scope of this procurement includes: Deliver an end-to-end solution that meets the NZPB FOM business requirements that support the following epics o Hearing Planning and Scheduling o Hearing Preparation o Conduct Hearing o Communicate Decision o Office Administration o Document Management Implementation services at high-level include o design, build and configuration of the solution o integrate the solution with existing offender management systems (IOMS, Recall App etc.) o migrate documents related to NZPB hearings (2008-2023) to the solution o support technical, security and user acceptance testing of the solution o provide all documentation and training to support train the trainer approach o handover to BAU/support Provide ongoing support for the FOM solution that at high-level includes o application management o capacity & performance management o change management (future enhancements) o configuration management o incident & problem management o release management.",Awarded,,0,20250410 Department of Corrections,26332046,Award Notice,Open Competition,Provision of Employee Assistance Programme,,20220228,20220913,20220801,National Procurement Team,Syndicated Opportunity,No,,The contract for the Provision of an Employee Assistance Programme has been awarded to Skills Consulting Group Limited trading as Instep EAP - (https://instep.nz/contact-us/).,Awarded,The contract for the Provision of an Employee Assistance Programme has been awarded to Skills Consulting Group Limited trading as Instep EAP - (https://instep.nz/contact-us/).,0,20250410 Department of Corrections,26391351,Request for Proposals,Open Competition,Professional Supervision,7100023668,20220928,20221027,20221216,National Procurement Team,Sole Agency,No,,"The wellbeing of our people is an ongoing priority for Ara Poutama Aotearoa. The need to procure this service has arisen as our understanding of how to proactively support our personnels psychological wellbeing has improved and no current service exists to support this understanding. Ara Poutama Aotearoas senior leadership team also recognises that frontline community staff are asking for increased support in their roles. The intent is to make Professional Supervision available to personnel at risk of work-related psychological harm in the community setting. The goal is to reduce the harm they experience. Professional Supervision will be made available to non-clinical community personnel in roles dealing with complex individuals and/or regularly exposed to significant graphic material. This will include, but is not limited to, probation officers and senior practitioners. The Department wishes to design and establish a pilot to deliver Professional Supervision across four regions and 119 nominated personnel. We seek Respondents to join with us in this pilot (Tranche 1). Subject to funding and other approvals, and the success of Tranche 1, the Department wishes to roll-out full scale Professional Supervision to all appropriate personnel. We have a dedicated budget of $90,000 and named personnel for the pilot. Success of the Tranche 1 participants in this pilot will open the door to a scaled-up roll-out of this across the Department. The expected value of the full roll-out will be $5/6 million over the next 3 to 5 years.",Awarded,,0,20250410 Department of Corrections,26413398,Request for Proposals,Closed Competition,ISPT & Psych Unit Design Services,7100023870,20221004,20221031,20230308,,All of Government,No,,,Not Awarded,no responses in first round.,0,20250410 Department of Corrections,26521373,Request for Proposals,Open Competition,Supply of Prison-based Literacy and Numeracy Support Services (LNSS) Activity Books,7100023819,20221026,20221123,20230804,National Procurement Team,Sole Agency,No,,The Department of Corrections (Ara Poutama Aotearoa) is seeking Requests for Proposals for the provision of published Literacy and Numeracy Support Services materials that will support maintenance and progression of learners at Step 3 and 4 of the Literacy and Numeracy Adult Assessment Tool (LNAAT) across our 17 public prison sites.,Awarded,The contract for the Prison Based Literacy and Numeracy Support Services Activity Books has been awarded to Huia (NZ) Limited,0,20250410 Department of Corrections,26950058,Request for Proposals,Open Competition,Auckland Regional Womens Correctional Facility Gatehouse Upgrade - Design Services,7100024102,20230215,20230316,20230623,,Sole Agency,No,,"Design Services for the Upgrade and expansion of Gatehouse to allow for easy foot traffic and processing of staff and visitors, to avoid congestion looking for a supplier with cultural capabilities to provide a new look and feel to the upgrade project $ is for stage one however there is opportunity to continue through further stages of project note: pre-conditions",Awarded,,0,20250410 Department of Corrections,26959007,Request for Proposals,Open Competition,Emergency Response Personal Protective Equipment (PPE),7100023864,20230216,20230323,20230808,National Procurement Team,Sole Agency,No,,"The Department engaged under the emergency procurement provisions during the COVID 19 outbreak for the supply of PPE to staff. This contract will shortly expire (August 2023) and we need to secure a supplier that would be able to provide PPE in wholesale quantities, delivered to Corrections facilities across New Zealand in a timely manner, consistently for the future.",Awarded,This procurement activity has now been completed and the contract awarded to Tamaki Group Limited.,0,20250410 Department of Corrections,27029794,Award Notice,Open Competition,Medical Officer Services to Hawkes Bay Prison,7100024183,20220503,20230303,20221220,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,27053797,Request for Proposals,Open Competition,Whanganui Prison Waters Infrastructure Programme,2679983,20230308,20230419,20240112,National Procurement Team,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Whanganui Prison Waters Infrastructure Programme contract opportunity. This Project is part of the wider Departments Waters Infrastructure Programme (WIP). The WIP was established to remediate the condition of waters infrastructure assets across the Departments prison network, provide surety of water services to the Departments facilities and to ensure the Department is compliant with community expectations and legal obligations, including consent conditions. The objective of this programme is to deliver those outcomes at Whanganui Prison. The Programme is comprised of three packages of work: Package 1 Wastewater Package 2 Stormwater Package 3 Potable (Drinking) Water",Awarded,,0,20250410 Department of Corrections,27087142,Request for Quotations,Open Competition,4 Side Moulder (Planer) & Copy Grinder,7100024210,20230314,20230403,20230629,,Sole Agency,No,n/a,"Asking for quotes for purchase, delivery, installation and possibly ongoing services/servicing of Planer and Copy Grinder. Please note pre-conditions within the RFQ document. Please remember to give a full breakdown of costings as per response form.",Awarded,,0,20250410 Department of Corrections,27132507,Request for Proposals,Closed Competition,Face-to-Face Intensive Literacy and Numeracy Support Services,7100023325,20230322,20230414,20230701,National Procurement Team,Sole Agency,No,,"Ara Poutama Aotearoa is requesting for proposals for the provision of prison-based, face-to-face, Intensive Literacy and Numeracy Support Services (LNSS) that will support increased English literacy and numeracy skills for adult learners. Ara Poutama Aotearoa is seeking a provider to support progression of adult learners from Step 1 and 2 to Step 3 of the Literacy and Numeracy Adult Assessment Tool (LNAAT). a. This request for proposals (RFP) is an invitation by Ara Poutama Aotearoa to shortlisted respondents to the preceding registration of interest process. b. This RFP is the second step in a 2-step procurement process. c. The Proposal for this RFP is primarily a presentation by the Respondent to the Buyer over the week beginning of the 17 April 2023. d. The term Proposal is used throughout the RFP documentation and it means all of the Respondents response documentation (price response and non-price response) as well as the presentation material provided plus the presentation itself.",Awarded,This procurement activity has now been concluded and following negotiations a contract has been awarded for these services.,0,20250410 Department of Corrections,27316371,Request for Proposals,Open Competition,Supply of Skills for Life Programmes - Central Region,,20230501,20230524,20230810,,Sole Agency,No,,"This Request for Proposal is for the Supply of Skills for Life Programmes in prisons in Central Region. We have a strong focus on supporting the people in our care and their successful reintegration back into general society by providing rehabilitation programmes aimed at teaching important life skills. This RFP will incorporate the following requirements: Delivery locations: (any or all of the following) o Spring Hill Corrections facility - Hampton Downs Road, Te Kauwhata 3782 o Waikeria Prison - Waikeria Road, Waikeria 3874 o Tongariro Prison - Hautu Prison Road, State Highway 1, Turangi 3353 Skills for Life Programme course content could include (but not limited to): o Financial management and budgeting o Health & wellness o Self-sufficiency and resilience o Job application skills (i.e. CV writing, interview techniques) o Self-leadership o Essential skills and knowledge that is needed to successfully navigate general society o Course content should have a Te Ao Maori worldview where appropriate and incorporate practical and cultural examples Courses should be short and delivered on location It is anticipated the contract(s) will be put in place for a initial terms of 3 years, with 2 further renewals of up to 12 months each. It is anticipated each site could send approximately up to $50,000 per annum on Skills for Life Programmes.",Awarded,,0,20250410 Department of Corrections,27345009,Request for Proposals,Open Competition,Provision of Machinery Assets for use in the Offender Employment Programme,7100024395,20230504,20230531,20240520,,Sole Agency,No,n/a,"The Department of Corrections is seeking suppliers to supply and deliver machinery assets across custodial sites that are primarily located in engineering and woodworking workshops. The key outcome we want to achieve is to provide the people in our care with the ability to learn skills and train using modern machine assets to enable them to gain employment upon their release. Please Note: The Departments Proposed Contract will be released no later than 11 May 2023, along with any relevant further information.",Awarded,,0,20250410 Department of Corrections,27351338,Request for Proposals,Open Competition,Invercargill Prison Boiler Replacement,7100024189,20230504,20230601,20240813,,Sole Agency,No,n/a,"The primary goal of this project is to complete the replacement of the boilers at the Invercargill Prison. Invercargill Prison currently has two coal fired boilers that are due to be replaced as part of the Departments decarbonisation project. A move away from two coal fired boilers, towards alternative boiler types will be able to provide a reduction in carbon emissions, reduction in fuel cost, and a cleaner solution for the prisons hot water and heating needs.",Not Awarded,Postponed,0,20250410 Department of Corrections,27386629,Request for Proposals,Closed Competition,Evaluation Services of the Bail Support Services Programme - Manukau,7100024458,20230515,20230607,20230721,National Procurement Team,Sole Agency,No,,"The Bail Support Services (BSS) is a justice sector initiative in response to the remand crisis in 2018, where the remand prison population had grown while the sentenced population had decreased. People were spending a greater proportion of their prison time in remand where interventions and programmes are limited. Research indicates that even a brief time remanded in custody will have deleterious and criminogenic effects on an individual. These extend to job loss, residential instability, negative financial consequences, loss of social supports and the exacerbation of mental health and substance use issues. In response to this, the first BSS pilot project was conducted by the High Impact Innovation Programme (HIIP) within Ara Poutama Aotearoa from February 2018 to June 2022. Due to the success of the following pilots in Wellington, Manukau, Christchurch and Kaitaia, BSS was granted permanent funding as part of Budget 2020 which determined that BSS will be operational across the country by June 2024. The first three pilots (Wellington, Manukau, and Christchurch) were developed as Ara Poutama Aotearoa-led initiatives, meaning mana whenua community groups, Runanga and Iwi were not actively involved in design or implementation of these services. The fourth pilot site of 2018 was Kaitaia. Here, four Kaupapa Maori service providers were involved in the service design and now deliver the community and court components of BSS. Before BSS, Aotearoa lacked a dedicated national capability to provide support on bail to defendants and their whanau to improve outcomes for those moving through the criminal justice system. By providing this support, the service seeks to address unmet social needs to create a safe and sustainable bail proposal and help defendants to remain offence-free and make positive steps towards exiting the justice system as early as possible. In scope for the evaluation: Outcomes of the service (for those sites operational for 3+ years) within Manukau. Out of scope for the evaluations: Benefits management and reporting. National-level evaluation. Process evaluation of the Programme.",Awarded,,0,20250410 Department of Corrections,27388107,Request for Proposals,Closed Competition,Evaluation Services of the Bail Support Services - Christchurch,7100024457,20230515,20230607,20230721,National Procurement Team,Sole Agency,No,,"The Bail Support Services (BSS) is a justice sector initiative in response to the remand crisis in 2018, where the remand prison population had grown while the sentenced population had decreased. People were spending a greater proportion of their prison time in remand where interventions and programmes are limited. Research indicates that even a brief time remanded in custody will have deleterious and criminogenic effects on an individual. These extend to job loss, residential instability, negative financial consequences, loss of social supports and the exacerbation of mental health and substance use issues. In response to this, the first BSS pilot project was conducted by the High Impact Innovation Programme (HIIP) within Ara Poutama Aotearoa from February 2018 to June 2022. Due to the success of the following pilots in Wellington, Manukau, Christchurch and Kaitaia, BSS was granted permanent funding as part of Budget 2020 which determined that BSS will be operational across the country by June 2024. The first three pilots (Wellington, Manukau, and Christchurch) were developed as Ara Poutama Aotearoa-led initiatives, meaning mana whenua community groups, Runanga and Iwi were not actively involved in design or implementation of these services. The fourth pilot site of 2018 was Kaitaia. Here, four Kaupapa Maori service providers were involved in the service design and now deliver the community and court components of BSS. Before BSS, Aotearoa lacked a dedicated national capability to provide support on bail to defendants and their whanau to improve outcomes for those moving through the criminal justice system. By providing this support, the service seeks to address unmet social needs to create a safe and sustainable bail proposal and help defendants to remain offence-free and make positive steps towards exiting the justice system as early as possible. In scope for the evaluation: Outcomes of the service (for those sites operational for 3+ years) within Christchurch Out of scope for the evaluations: Benefits management and reporting. National-level evaluation. Process evaluation of the Programme.",Awarded,,0,20250410 Department of Corrections,27444275,Request for Proposals,Closed Competition,Hawkes Bay Regional Prison (HBRP) New Access Project Full Design Services (all stages) and Construction Monitoring,7100024461,20230524,20230704,20230907,,Sole Agency,No,,"The Department wants to engage a consultant to undertake the feasibility stage of the Hawkes Bay Regional Prison (HBRP) New Access Project and include for the full design services, and construction monitoring.",Awarded,,0,20250410 Department of Corrections,27702224,Request for Proposals,Closed Competition,Housing on Corrections Land - Lead Design,,20230712,20230817,20231103,,Sole Agency,No,n/a,"Housing on Corrections Land Facilities provide this transitional community based residential accommodation located on prison land for the high and complex needs people in our care, subject to community-based sentences and who for whatever reasons, cannot be immediately housed within the wider community upon release from prison. In recent years the demand for high and complex needs people living in houses on Corrections land has increased and there is now a need to build new facilities in the Departments Central and Northern Regions as well as expand the facility based at Rimutaka prison.",Awarded,The contract award for the first of the sites all others will awarded at a later date.,0,20250410 Department of Corrections,27806107,Request for Quotations,Closed Competition,Quantity Surveying Services for the Hawkes Bay Regional Prison New Access Project.,7100024566,20230801,20230828,20231019,,Sole Agency,No,,"The Department wishes to engage a company to provide Quantity Surveyor Services to the Hawkes Bay Regional Prison (HBRP) New Access project and includes cost support for the full design, construction cost monitoring and finalising accounts (the Project). This procurement covers the full project lifecycle. From the Investment (business) case to design, submission of consents, tendering and construction, and includes the project close out phase i.e. defects liability period and the preparation of final accounts.",Awarded,,0,20250410 Department of Corrections,28008209,Request for Quotations,Closed Competition,Arohata Prison Full Body Scanner - Quantity Surveyor (QS),7100024684,20230901,20230921,20231201,,Sole Agency,No,n/a,"This purpose of this RFQ is to engage a Supplier to provide Quantity Surveyor services to support the Department through the Arohata Prison Full Body Scanner project. The scope of work will include stakeholder engagement, cost estimating for design stages from concept, and detailed design, pre-tender cost estimates, cost management and reporting, procurement documentation and cost management during construction.",Awarded,,0,20250410 Department of Corrections,28008502,Request for Quotations,Open Competition,Arohata Prison Full Body Scanner - ETC/PM,7100024685,20230901,20230921,20240116,,Sole Agency,No,n/a,"This purpose of this RFQ is to engage a Supplier to provide Project Management and Engineer to Contract Services to support the Department through the Arohata Prison Full Body Scanner project. Consultants are required to attend (and chair where applicable) stakeholder engagement sessions from developed design stage onwards. This will include all necessary workshops and meetings as a result of, or along with, the stakeholder engagement sessions.",Awarded,,0,20250410 Department of Corrections,28030982,Request for Proposals,Closed Competition,Auckland Region Womans Corrections Facility (ARWCF) Yards and Enhancements Project Engineer to Contract and External Project Manager Services,7100024770,20230905,20230929,20231218,,Sole Agency,No,,"The Department of Corrections wants to engage an Auckland region based External Project Manager (PM) Services and a professional Engineer to Contract (EtC) Company to support the Department on a design, bid and build project for the Auckland Region Womens Corrections Facility (ARWCF) Yards and Enhancements Project (the Project). The External PM/EtC will work collaboratively with Departments Wellington based internal PM to provide independent professional advice and provide stakeholder management, contract scheduling, contractor performance, construction observations, contract administration and input into project costs through the Quantity Surveyor (QS) for the life of the project.",Awarded,Price band 0 - $100K,0,20250410 Department of Corrections,28201803,Request for Proposals,Open Competition,New Zealand Parole Board (NZPB) - Transcription Services,,20230929,20231019,20240701,National Procurement Team,Sole Agency,No,,"The New Zealand Parole Board, working with the Department of Corrections, has an ongoing need for the accurate and timely transcription of audio recordings from Parole Board hearing and other meetings. Please refer to the RFP for documentation and service requirements.",Not Awarded,"After many months of deliberation, it has been decided to process this work within the Justice Precinct and not extend this into the private sector. As a result, the contract has not been awarded and no debriefs for Respondents will be held. Respondents are thanks for their time, effort and energy in responding to this tender.",0,20250410 Department of Corrections,28273862,Request for Proposals,Closed Competition,Design Services - Whanganui Prison Laundry and Freezer Design,7100024921,20231012,20231121,20240308,,Sole Agency,No,n/a,"This procurement relates to the delivery of Design Services for the Whanganui Prison Laundry and Kitchen Freezer upgrade. Please note the deadline to register intention to respond on 7 November 2023.",Awarded,,0,20250410 Department of Corrections,28275127,Request for Quotations,Closed Competition,QS Services - Whanganui Laundry and Kitchen Freezer Upgrade,7100024920,20231012,20231102,20240222,,Sole Agency,No,n/a,The Department of Corrections is seeking a supplier who can provide Quantity Surveyor Services to the Whanganui Prison Laundry and Kitchen Freezer Upgrade project.,Awarded,,0,20250410 Department of Corrections,28286736,Request for Proposals,Closed Competition,Quantity Surveying Services for the Prison Escort Vehicles (PEV) Washbays Project,7100024871,20231018,20231110,20240313,,Sole Agency,No,,"This RFP aims to engage a supplier to provide Quantity Surveyor (QS) Services to the Prison Escort Vehicles (PEV) Washbays Project and includes cost support for the designs, construction cost monitoring and finalising accounts.",Awarded,,0,20250410 Department of Corrections,28290840,Request for Proposals,Closed Competition,Engineer to Contract and External Project Manager Services for the Prisoner Escort Vehicle (PEV) Washbays Project,7100024845,20231018,20231110,20240318,,Sole Agency,No,,"The Department of Corrections wants to engage an External Project Manager (PM) Services and a professional Engineer to Contract (EtC) Supplier to support the Department on the Department""s design, bid and build project for the Prisoner Escort Vehicle (PEV) Washbays Project. The requirement is that there will be two individual people that will perform these roles (the Project).",Awarded,,0,20250410 Department of Corrections,28325082,Request for Proposals,Open Competition,Staff Supervision and Leadership Support - Northern Region,7100024846,20231020,20231114,20240131,,Sole Agency,No,,"This relates to the purchase of supervision, both professional and cultural, staff training and other leadership support services, primarily for the Northern region senior management team. The key objectives of this procurement are to provide; o NZQA Level 3 First line Management o NZQA Level 4 Business Management o Professional Supervision o Cultural Supervision o Support leaders to lead change, develop project management skills and values led leadership. o Support and develop talent within the region.",Awarded,,0,20250410 Department of Corrections,28340587,Request for Quotations,Closed Competition,Quantity Surveyor Services for Tranche 2A - Waters Infrastructure Programme,7100024963,20231025,20231122,20240201,,Sole Agency,No,,"This Request for Quote (RFQ) is a closed invitation to selected suppliers from the Construction Consultancy Services Panel to submit a Quote for the provision of Quantity Surveyor Services to the Waters Infrastructure Programme. b. This RFQ is a single-step procurement process.",Awarded,,0,20250410 Department of Corrections,28427385,Request for Proposals,Open Competition,Supply of Wood Harvesting and Replanting Services at Waikeria Prison,7100024323,20231109,20231205,20240422,,Sole Agency,No,,"The Department of Corrections is seeking a supplier who can provide a full solution for the harvesting, replanting, and related logistical services for woodlots at Waikeria Prison. Waikeria Prison is set on 1200 hectares and is one of the countrys largest prisons, and the land is used for various offender employment actives such as grounds maintenance and farming. Unlike other prisons, Waikeria does not have an internal harvesting operation to maintain onsite woodlots, and therefore requires the services of a professional forestry organisation to carry out work on the stands that are ready for harvest and subsequent replant. It is intended the RFP will incorporate the following requirements: Harvesting and logistical services for 7 woodlots Replanting and aftercare services for 2 woodlots (in accordance with a replanting plan issued by the Department) Reestablishment land services, including but not limited to, repair of site roading (if required) and attending to slash Waikeria Prison will host a supplier briefing day on Tuesday 28 November - see tender documents (Appendix 2) for further information. Registration is required. The anticipated contract will be put in place for an initial term of 3 years (to cover any residual aftercare services), with 1 further renewal of up to 12 months. Please note the Department may not respond to questions until after 23 November.",Awarded,,1500000,20250410 Department of Corrections,28487189,Request for Proposals,Open Competition,Alcohol and Other Drug Services,7100024633,20231120,20240112,20241031,National Procurement Team,Sole Agency,No,,"Ara Poutama Aotearoa is seeking proposals to deliver alcohol and other drug services and brief remand services at Auckland Prison and Christchurch Mens Prison. We would like to negotiate long-term strategic relationships with providers aiming for good collaboration leading to service improvement over time. We are expecting to negotiate from one to four contracts. The procurement is expected to allow respondents to bid to provide: i) alcohol and other drug services plus related co-development services at either or both sites ii) brief remand services at either or both sites The above mentioned service types are defined within the RFP documentation attached to this advertisement. We are expecting to enter a co-development phase with successful providers in the first quarter of calendar year 2024 and start the delivery of services in the second quarter of calendar year 2024. We have not published a draft agreement as at the RFP opening date. We are expecting to publish a draft agreement early in the week beginning 27 November 2023. Read the details of Addendum 1 for additional information related to the draft agreement and a copy.",Awarded,"The Department had a great response from the market for this tender and we wish to thank all of you for your responses. Mahitahi Trust with Emerge have been appointed for AOD services for Auckland Prison. Odyssey House with Purupuru Whetu Trust has been appointed for AOD services for Christchurch Men's Prison.",25000000,20250410 Department of Corrections,28770628,Request for Proposals,Open Competition,Trailers - Low Value Towable - RFP,7100024740,20240201,20240229,20240614,,Sole Agency,No,,"Low Value Assets - Towable Trailers through a internal organised replacement programme long term, non exclusive, non commitment contract Please note there are pre-conditions in this Procurement and please ask all questions through GETS",Awarded,,0,20250410 Department of Corrections,28833091,Request for Quotations,Closed Competition,Custom Food Control Plan Verification Site Audits,24772,20240214,20240313,20240718,National Procurement Team,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Custom Food Control Plan Verification Site Audits contract opportunity. This procurement relates to the purchase of Custom Food Control Plan Verification Site Audits which includes Custom Food Control Plan audits, National Programme 1 audits and Desktop Reviews (as and when requested by the Department) at the Departments prison sites. The key outcome that we want to achieve is to ensure that the site audits as described in the Food Act 2014 and the Custom Food Control Plans are in place and verified.",Awarded,,0,20250410 Department of Corrections,28851912,Award Notice,Open Competition,Personal Protective Equipment (PPE),7100021000,20200326,20230801,20200326,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28869176,Request for Proposals,Open Competition,TV enclosures - Request for Proposals,7100025214,20240221,20240319,20240606,,Sole Agency,No,,"please note pre-conditions in RFP this is a commitment of 72 enclosures. the contract will then turn into a non commitment, non exclusive contract for ongoing supply if required for 3+2+2 years",Awarded,,0,20250410 Department of Corrections,28932211,Award Notice,Open Competition,COVID-19 Medical Equipment/Supplies,7100020993,20200324,20210714,20200324,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28932302,Award Notice,Open Competition,Thermal Imaging Equipment,7100020994,20200325,20210324,20200325,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28937910,Award Notice,Open Competition,P2 Respirators,7100020996,20200325,20210714,20200325,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28937993,Award Notice,Open Competition,Cleaning Supplies,7100021003,20200326,20210714,20200326,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28938144,Award Notice,Open Competition,Hazardous Goods Storage,7100021062,20200901,20220831,20200901,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28938243,Award Notice,Open Competition,PPE & Hygiene Supplies,7100021020,20200402,20210714,20200402,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28938306,Award Notice,Open Competition,Medical & PPE Supplies,7100021008,20200331,20210714,20200331,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,28938376,Award Notice,Open Competition,Covid-19 Logistics Support,7100021045,20200323,20200731,20200323,National Procurement Team,Sole Agency,No,,,Awarded,,0,20250410 Department of Corrections,29186939,Request for Proposals,Closed Competition,RFP QS Services Rolleston P119-Laundry-Kitchen,7100025345,20240411,20240503,20240531,National Procurement Team,Sole Agency,No,,Closed secondary procurement process for QS services for Rolleston P119.,Awarded,,0,20250410 Department of Corrections,29238980,Request for Proposals,Open Competition,Resource Management Services (RMS),7100025001,20240418,20240510,20241024,National Procurement Team,Sole Agency,No,,This RFP relates specifically to the sourcing of Resource Management Services.,Awarded,,0,20250410 Department of Corrections,29283897,Request for Proposals,Closed Competition,Auckland Prison Psych Unit Refurbishment Project (Engineer to Contract & Project Manager) - RFP,7100025370,20240424,20240529,20240805,,Sole Agency,No,n/a,The Department wants to engage an Auckland region based External Project Manager (PM) and a professional Engineer to Contract (EtC) company to support the Department on a design and build project for the Auckland Prison Psych Unit Refurbishment.,Awarded,,0,20250410 Department of Corrections,29363054,Request for Proposals,Open Competition,Prevention of Sexual Harassment Review,7100025465,20240508,20240515,20240930,National Procurement Team,Sole Agency,No,,"Conducting an independent review of the Buyers approach to preventing and minimising the occurrence of sexual harassment by applying a health and safety risk management lens and: 1. Conducting a current state assessment 2. Measure the current state against a fit-for-purpose recognised best practice standard/framework 3. Drafting a report detailing findings and prioritising recommendations",Awarded,,0,20250410 Department of Corrections,29444393,Request for Proposals,Closed Competition,Design & Supply of Privacy Screens,7100025084,20240521,20240621,20240806,,All of Government,No,,,Not Awarded,No Responses - unable to fulfil requirements in full,0,20250410 Department of Corrections,29444684,Request for Proposals,Open Competition,Provision of Short Course Vocational Training,7100024931,20240521,20240625,20241101,National Procurement Team,Sole Agency,No,,"The Department of Corrections is seeking proposals from NZQA accredited providers to deliver short course vocational training to people in the care of the Department. The Department is seeking a provider with the capacity to deliver to both prison and community sites nationwide. The Department is interested in a range of course subjects including, but not limited to, first aid; health, safety & well being; chemical, fire & emergency; heights & access related; and transport & vehicles related.",Awarded,,0,20250410 Department of Corrections,29515831,Request for Quotations,Closed Competition,Quantity Surveyor Services - Privacy Screens,,20240531,20240619,20240909,,All of Government,No,,This Request for Quotes (RFQ) invites suppliers to quote for the delivery of project Quantity Surveyor (QS) Services for the Privacy Screen Project.,Awarded,,0,20250410 Department of Corrections,29593896,Request for Proposals,Closed Competition,Project Management Services - Privacy Screens Project,7100025519,20240614,20240711,20240909,,Sole Agency,No,,Project Management Services for Privacy Screens,Awarded,,0,20250410 Department of Corrections,29636834,Request for Proposals,Open Competition,Commercial exercise and sport equipment,25158,20240708,20240801,20241101,National Procurement Team,Sole Agency,No,,"The Department is seeking the supply of Commercial exercise and sport equipment for Prison sites, which have the quality to cope with frequent heavy use and are designed for a maximum user weight of at least 150 kg. The objective of this procurement is to provide all sites nationwide with appropriate commercial exercise and sport equipment used both by staff and prisoners. The procurements proposed outcomes are to have one or more national contracts for the supply of commercial exercise and sports equipment as well as service and maintenance for exercise equipment. Please not that the tender is structured in two lots; lot 1 for exercise equipment and lot 2 for sport equipment. You can chose for which lot you would like to submit a proposal. Also, please note that the pricing needs to be submitted separately with the provided excel sheet. If you have any questions regarding the tender documentation, please submit them until 22 July 2024/12.00 pm and we will answer them until 26 July 2024. Thank you for your interest in this tender process.",Awarded," Elite Fitness Equipment Limited for exercise equipment for Lot 1 Exercise equipment The Sports Authority Limited/Rebel Sports for sport equipment for Lot 2 for Sport equipment",0,20250410 Department of Corrections,29670844,Request for Proposals,Open Competition,Supply of ferrous and non-ferrous metals,23927,20240708,20240805,20241127,National Procurement Team,Sole Agency,No,,"This RFP relates to the Departments requirement for supply of ferrous and non-ferrous metal products for use in Offender Employment within the Departments prisons nationwide, specifically in the Light Engineering, Joinery, and Concrete industry sites. If you have any questions regarding the RFP please submit them until 22 July 2024/12.00 pm and we will answer your questions until 26 July 2024. Thank you for your interest in this tender process.",Awarded,,0,20250410 Department of Corrections,29730208,Request for Proposals,Open Competition,Health and Wellness Services for Staff,25416,20240711,20240808,20250110,National Procurement Team,Sole Agency,No,,"This procurement process relates to the purchase and delivery of professional health and wellness services for the Departments 10,000+ staff across all sites nationwide. The upcoming RFP relates to the purchase of professional occupational health and wellness services such as vaccinations, metabolic health checks, workstation ergonomic assessments, activity risk based occupational health and exposure monitoring and other health and wellbeing related services (the Services). The key objective and outcome of the upcoming procurement is to secure a Respondent who can support the Department in providing modern and effective occupational health and wellness services that support improved health and wellness of our staff and are considerate of the unique environment that our staff operate in. We have published a FPO last week and have answered the questions asked. Additional to the information we would like to inform you that the Department would like to engage with one national provider. In saying that, we do not want to discourage applicants if they for example cannot provide one or two of the services directly themselves, especially in relation to occupational health and occupational exposure monitoring as they are specialist areas. Those applicants may have other organisations that they will contract to do that. If you have questions related to the RFP, please submit them via GETS until 25 July 2024 and we will answer them until 02 August 2024. Thank you for your interest in this tender process.",Awarded,,0,20250410 Department of Corrections,30036383,Request for Proposals,Open Competition,Tikanga Maori Motivational Programme (TMMP) - Canterbury,7100024906,20240912,20241014,20250304,National Procurement Team,Sole Agency,No,tenders@corrections.govt.nz,"We (Ara Poutama Aotearoa) need a provider to run a motivational programme based on tikanga Maori. We call this the Tikanga Maori Motivational Programme (TMMP). TMMP is a culturally responsive, motivational programme for people serving prison or community sentences with Ara Poutama Aotearoa (Department of Corrections). TMMP aims to motivate participants to change their behaviour by helping them understand their cultural identity and encouraging them to embody the whakatauki and tikanga of their tipuna. We need to find a provider (or providers) to run this programme in Christchurch Mens Prison (CMP), Christchurch Womens Prison (CWP), Rolleston Prison and at various Community Sites in Waitaha (Canterbury). We expect to have a contract in place for these services by January 2025, with service delivery beginning in February 2025. You may send your response documents either via GETS or by email to tenders@corrections.govt.nz. We will be running a provider briefing session at 3pm on Thursday 19 September to provide an opportunity to verbally explain what we are looking for and allow potential respondents to ask any questions. This will be online only, please email our contact at tenders@corrections.govt.nz to receive the Microsoft Teams link.",Awarded,,0,20250410 Department of Corrections,30145844,Request for Proposals,Closed Competition,CMP PPP Commercial and Finance Specialist Adviser,#7100025698,20240906,20240927,20241111,National Procurement Team,Sole Agency,No,,"The Department is seeking to engage professional services suppliers to support its client-side team in the delivery of the Christchurch Mens Prison Redevelopment Programme (the Programme) and specifically the development of appropriate financing models, such as the staged PPP construction activities at that site as part of the Departments planned capacity uplift activities. We are looking for a suitably experienced Respondent, that can provide the full suite of required Commercial and Financial Services and become an integral part of the Programme team to help deliver our objectives.",Awarded,,0,20250410 Department of Corrections,30248427,Request for Proposals,Closed Competition,Christchurch Men's Prison - Redevelopment Programme - Client-Side Design & Technical Services,7100025397,20240923,20241029,20241202,National Procurement Team,Sole Agency,No,,"This Request for Proposals (RFP) is for the procurement of Client-Side Design and Technical Advisory Services for the Christchurch Men's Prison Redevelopment Programme which includes architectural, engineering and other design professional services. This is the second step of a two-step process. Please find the RFP, RFP Response form, Pricing schedule and Draft contract attached. Appendices will be released to you no later the midday Wednesday, 25 September 2024.",Awarded,,0,20250410 Department of Corrections,30294602,Request for Proposals,Closed Competition,CMP Redevelopment Programme PPP - External Legal Services,7100025698,20240930,20241021,20241125,National Procurement Team,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the CMP Redevelopment Programme PPP External Legal Services contract opportunity. This RFP is a single step CLOSED procurement process with thirteen (13) selected providers from the All of Government External Legal Services Panel. The Buyer is seeking to engage professional external legal services suppliers to support its client-side team in the delivery of the Christchurch Mens Prison Redevelopment Programme (the Programme) The Programme is planned to be delivered over four phases, which have been developed based on priorities around end-of-life infrastructure replacement and capacity requirements based on Justice Sector Projections. In Phase 1 the Buyer will enter into an agreement with a PPP provider for delivery of Phase 1. The agreement will include augmentation mechanisms for Phase 2. The Legal Services Supplier will support the Programme in the procurement of Phase 1, specifically the development of the necessary legal collateral required to bring the tender to market, and through the augmentation process for Phase 2. This RFP relates to the purchase of external legal services in support of these overall CMP Redevelopment Programme PPP outcomes.",Awarded,,0,20250410 Department of Internal Affairs,6780041,Request for Quotations,Open Competition,Financial Advisory Services,DIA/2014/029,20141126,20141211,20220125,,Sole Agency,No,,,Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,8306047,Request for Proposals,Open Competition,Archives New Zealand Dataset Digitisation Project,DIA/2015/002,20150126,20150318,20220125,,Sole Agency,No,,"Archives NZ are keen to increase public access to their records collections by providing access to digitised copies of our records over the internet. Archives NZ is seeking one or more commercial partners to work with us by digitising, indexing and providing online access to key datasets. It is expected that the commercial partner(s) will contribute the entire investment in the preparation, digitisation, indexing, hosting, delivery and marketing of the selected datasets. In return they will receive licencing rights for the use of the digitised material for an agreed period.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,16977829,Request for Proposals,Open Competition,Common Capability Procurement for ICT Security and Related Services - expansion of existing panel,2015/CC-ICT Security,20151113,20151204,20220125,,All of Government,No,,"The purpose of the Supplementary Request is to invite suitably qualified and experienced service providers to submit a proposal for the provision of ICT Security and Related services. The Department of Internal Affairs (DIA) issued a request for proposal (RFP) in May 2013 for the provision of ICT Security and Related Services to establish a panel of providers (the ICT Security Panel). The ICT Security Panel is an open panel. An open panel means other service providers can apply to be on the panel during the period it is established for. This Supplementary Request process invites qualified and experienced service providers to respond to the service requirements. An initial Supplementary Request was issued in 2014. This notice is of a second Supplementary Request process. Proposals to this Supplementary Request will be evaluated using the same criteria as those of the initial RFP and the first Supplementary Request. The scope of the Supplementary Request is the same as that of the original RFP. The service categories are: (a) Risk Management, Assessment and Assurance; (b) Security Governance, Architecture and Design; (c) Security Consulting and Review; (d) Certification and Assurance; (e) Source Code and Application Review; (f) Network and Application Security Testing; and (g) Computer Forensics, Investigation and Security Incident Response. DIA will assess each Proposal based on the evaluation criteria and acceptance of the standard agreement already in place with the existing panel members. Service providers may submit a proposal for one or more categories which are described in more detail in the Supplementary Request. DIA recognises that relevant expertise for these services may exist in a range of full-service organisations, niche organisations and independent contractors or sole traders. It seeks to promote a level playing field for different sized organisations reflecting the nature of the service provider market. Service providers that can demonstrate the required level of capability and expertise in any category or part thereof are encouraged to submit a proposal. Existing panel members can apply for additional service categories by responding to this Supplementary Request.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,17805603,Request for Proposals,Closed Competition,GCIO Assurance Services Sub-panel Refresh Request for Supplementary Information,,20160905,20160930,20220125,,All of Government,No,,"Further to the Advance Notice published on GETS on 22 August 2016, please see attached (Addendum 1) in relation to the refresh of the GCIO Assurance Services Panel (GCIO Panel): 1. Request for Supplementary Information 2. Appendix D - Provider Response Template 3. Appendix E - GCIO Attachment For more information on the GCIO Panel, visit https://www.ict.govt.nz/ict-system-assurance/gcio-assurance-services-panel/",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,18290536,Request for Proposals,Open Competition,Request for Proposals Information Sharing for Business Hospitality Prototype,,20170116,20170210,20220125,,Sole Agency,No,,"Information Sharing for Business is a project that aims to make government services better by joining up services that span multiple government organisations, including local bodies, providing business users with a single view of government services. We have chosen the hospitality industry for the prototype because of the range of compliance activities that businesses in this industry need to manage with multiple local bodies and government agencies. We will focus on a subset of hospitality industry activities — enabling business customers to complete actions such as: a) Renew a food licence in response to a notification b) Make an initial application to sell alcohol c) Request a pavement permission d) Delegate such activities to a third party where the service provider allows e) Manage their profile The project is seeking to appoint a capable supplier to deliver a working prototype. It is very important that we work with suppliers who can demonstrate a track record that gives us confidence in their ability to deliver the prototype in a tight timeframe and who already know how to configure relevant tools and solutions. We are interested in suppliers with skilled people who are experienced in business processes and the technologies that can deliver to our requirements.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,18579868,Request for Proposals,Open Competition,ICT Professional Services Panel,DIA/2017/006,20170419,20170526,20220125,,Sole Agency,No,,"DIA wish to establish a new panel of ICT Professional Services suppliers. The Service Categories that will fall under the ICT Professional Services Panel are as follows Architecture Services Business Analysis Services Testing Services ICT Project Management DIA does not require Respondents to provide all four Service Categories, or all parts of their chosen Service Category. Respondents only need to apply for one or any Service Category where they have significant skills and experience.",Not Awarded,,0,20250410 Department of Internal Affairs,18654195,Request for Proposals,Open Competition,Request for Proposals ICT Security and Related Services,,20170512,20170614,20220125,,All of Government,No,,"The Department of Internal Affairs (DIA) is seeking to establish an open panel of providers that can supply all eligible Government agencies with a range of ICT security & related services on an as-required and non-exclusive basis. This panel will replace the ICT Security and Related Services Panel that was established in 2013 and which expires later this year. The Department is looking for credible providers who have the capability, capacity and experience to deliver ICT security & related services in New Zealand. They need to have a demonstrable track record in the provision of these services supported by customer references. Responding to this RFP provides an opportunity to secure a place on a panel for the supply of ICT security & related services to up to approximately 300 eligible agencies, 60 of which are mandated to utilise the panel when procuring in-scope services. It is intended that the contract term of the Agreement will be three years with three 1-year extension terms. DIA is seeking providers that are able to demonstrate proven capability to provide one or more of the following ICT security and related services: InfoSec Risk Management & Assessment InfoSec Governance & Strategy InfoSec Assurance Source Code, Application Review & Technical Testing ICT Forensics, Investigation & Security Incident Response Respondents will be evaluated on their ability to demonstrate a proven approach to capability management, and competence and experience in the services listed above, supported by case studies and customer references. A briefing for suppliers will be held in Wellington at 1pm on 23/5/17. One representative may attend from each supplier as places are limited and will be allocated on a first-come-first-served basis. If you wish to attend please email our Point of Contact via ICTtenders@dia.govt.nz before 18 May 2017 quoting ""ICT Security and Related Services Panel RFP Supplier Briefing"" in the subject line. If you intend to respond please notify us by completing the Intent to Respond form and emailing it to our Point of Contact before 25/5/17. Responses must be submitted via GETS using the attached response templates. Submissions in opensource format (.odt/.ods) are acceptable. The proposed Agreement (CCPSA-SRS) will be made available separately via GETS on or before 19/5/17. In consideration of the delayed publication Respondents will be allowed additional time to submit the Agreement feedback component of their RFP Response.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,19590512,Request for Quotations,Closed Competition,SDO Wellington Property Presence,SDO1233,20180403,20180420,20191017,,Sole Agency,No,,"The Wellington location for Service Delivery and Operations (SDO) Identity and Life function/services has been temporary located at the lower ground floor at the National Library since the November 2016 Earthquake. A permanent location needs to be established at Archives New Zealand, Mulgrave Street. Build construction services are required to fit out an identified space within the Archives New Zealand building. This includes project management across construction, make good at temporary site, site preparation, interior door, wall and ceiling work, installation of a new exit door, fitting & fixtures and electrical services including data cabling.",Awarded,,68002,20250410 Department of Internal Affairs,19692110,Request for Proposals,Closed Competition,AML CFT Tranche 2 Recruitment Services,,20180503,20180514,20220125,,Sole Agency,No,,"Recent changes in the Anti-Money Laundering /Countering Finance Terrorism (AML/CFT) legislation bring significant change for the Regulatory Services Group at the Department of Internal Affairs (DIA). This will increase our regulatory span from 950 reporting entities to over 6000, and our FTE count from 10 to 59. More information on background, our timelines for the recruitment and what we are looking for are included in the tender documents.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,19730313,Request for Tenders,Open Competition,Avalon Film Archive - Separation of Services,DIA/2018/010,20180528,20180709,20220125,,Sole Agency,No,,"The Avalon Film Archive at 181a Taita Drive in Lower Hutt was part of a campus of buildings that made up the Avalon Film Studios. When the site was sold off by TVNZ stewardship of the building passed to Archives New Zealand (Archives NZ) along with the obligation to establish the full independence of the services on site. To achieve full separation of services we require the construction of a separate plant within the existing site footprint that will replace those delivered by the current centralised facility. For more information please subscribe to the GETS notice and download the tender documents.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,19838003,Request for Proposals,Closed Competition,"Wellington Archives Design, Build and Lease Facility",DIA/2018/001,20180622,20180816,20190815,,Sole Agency,No,"10 Mulgrave st, Wellington 6140","The Department of Internal Affairs (the Department) is seeking to identify Respondent Proposals to provide long term access to a new purpose build/redeveloped facility in Wellington through the provision of land, Design and Build, maintenance of the building and subsequent lease.",Not Awarded,Contract Awarded to AMP Capital.,0,20250410 Department of Internal Affairs,19842805,Request for Quotations,Closed Competition,Uruwhenua 2020 - Durability Testing,,20180625,20180721,20220505,,Sole Agency,No,,,Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,19872605,Request for Proposals,Open Competition,"Heating, Ventilation and Air Conditioning Maintenance Services",DIA/2017/12,20180703,20180831,20191017,,Sole Agency,No,,"Heating, Ventilation and Air Conditioning Maintenance Services The Department of Internal Affairs has issued a Request for Proposal (RFP) with a view to appoint a provider to deliver a leading Heating, Ventilation and Air Conditioning (HVAC) maintenance approach and potential project upgrades for the Departments varied and complex HVAC requirements. Specifically, we will be seeking the following: * A pro-active maintenance methodology for HVAC plant and all services required to meet this methodology; * Ongoing assessment services relating to our HVAC plant reliability; * All services concerning the security of spare parts required for continuous operation; * Services concerning the changes or upgrades, taking into account plant availability, life cycle cost and energy consumption; and * Frequent inspection services concerning plant operation for early identification of upcoming defects. DIA will be looking for credible providers who have the capability, experience and infrastructure to deliver sound HVAC maintenance services as well as providing potential HVAC upgrades. They will need to have a good track record in the management of HVAC maintenance as well as project upgrades. The intention is for the selected provider to initially provide services to National Library and Archives New Zealand (Wellington) and to incorporate all other relevant DIA sites over time through a phased approach.",Awarded,"This contract has been awarded to Aquaheat Facility Services Limited for heating, ventilation and air conditioning maintenance services. In addition, this contract appoints Aquaheat Facility Services Limited as the preferred supplier to the Department for HVAC projects work, such as new installations, as and when required. The contract was awarded 1 February 2019. The contract term is an initial 3 year term, with two 1 year rights of renewal. The expected spend of the contract is approximately $2.3 million. The procurement process run was an open RFP.",2300000,20250410 Department of Internal Affairs,19884698,Request for Proposals,Open Competition,Archival Integrated Management System (AIMS) Department of Internal Affairs New Zealand,DIA/2018/007,20180706,20180810,20191031,,Sole Agency,No,,"Archives New Zealand (www.archives.govt.nz) is part of the Department of Internal Affairs and wishes to purchase an integrated archival management system that will replace the existing bespoke solution Archway (Staff and Public www.archway.archives.govt.nz) Archway Location Finder (ALF) and two Microsoft Access Database Applications used for Collection Valuation and Preservation Management. The existing solutions are past their intended life cycle and are beyond supportability. Considerable maintenance of these solutions is now required in order to keep the solution running. In addition, any new development is complex and costly, therefore the functionality expected of a modern archival system is not available. Archives New Zealand wants to purchase a fit for purpose solution that is aligned to the Department of Internal Affairs business and policy objectives, and long-term strategies and goals. The solution will enable Archives New Zealand to better digitally share and provide access to its information and taonga with the public of New Zealand. Archives New Zealand wishes to engage a credible and experienced Respondent that can work in a collaborative relationship to provide an integrated solution that will position us to meet current and future challenges. The proposed solution should embrace the challenges of describing increasing volumes of digital content, and meet stakeholder demand for enhanced online discovery and seamless access to the public archive holdings and associated regulatory instruments, such as disposal authorities, and access agreements. Archives New Zealand expects that the Respondent will offer an innovative solution for managing our diverse and complex holdings and delivering our business outcomes as described in this document.",Awarded,The Department of Internal Affairs has awarded Axiell Pty Ltd the contract to deliver an Archival Integrated Management System (AIMS).,0,20250410 Department of Internal Affairs,20191616,Request for Proposals,Open Competition,The supply of electronic resource content through the EPIC consortium to New Zealand libraries,DIA/2016/046,20180920,20181026,20220505,,Sole Agency,No,n/a,"The Department of Internal Affairs through the National Library of New Zealand, Te Puna Matauranga o Aotearoa, is seeking proposals from suitably qualified and experienced suppliers of electronic resource content. The intention is that the Department is able to licence a range of e-resources for the purpose of sub-licensing access to the EPIC (Electronic Purchasing In Collaboration) consortium, which is made up of 127 New Zealand libraries and the Ministry of Education on behalf of all schools in New Zealand.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,20351358,Request for Quotations,Closed Competition,Premier House Gatehouse Solution,DIA/2018/018,20181031,20181130,20191017,,Sole Agency,No,,"Premier House has been used as the official residence of the Prime Minister of New Zealand since 1990 and was officially recognised by Cabinet as such in 2017. A security assessment was completed for Premier House in 2017 which identified a range of issues that require remediation. One of those requirements was the need for a gatehouse located at the entrance to the new fence. The Gatehouse is required to be sensitive to the Heritage of the property and is required to have certain heritage criteria and features. The key outcome that the Department is seeking to achieve is the provision of a gatehouse within the new perimeter fence to accommodate the security guards and security monitoring equipment.",Awarded,,106587,20250410 Department of Internal Affairs,20561890,Request for Quotations,Open Competition,RFQ DIA/2018/019 - Main Build Contractrors for Wellington and Auckland Accommodation Programme,DIA/2018/019,20181218,20190218,20220505,,Sole Agency,No,tenders@dia.govt.nz,"This opportunity relates to the purchase of construction services for the new sites selected as part of the Wellington and Auckland Accommodation Programme. The Main Contractor will be responsible for undertaking all of the demolition, reconstruction, building and commissioning activities to complete this scope of work. It is expected that the building will be completely vacant when the contractor takes possession of the site. A Main Contractor can provide a response for Wellington, a response for Auckland and/or a response for Wellington and Auckland sites. As well as providing the built solution as referenced above, the Main Contractor for each project will be engaged to provide early cost, programme, and constructability advice through an Early Contractor Engagement (ECE) role, which provides additional market knowledge to compliment the consultant team. This role commences in line with beginning of Developed Design for each site. We do not currently provide these services and we do not have any existing supply agreements or contracts in place for this work.",Not Awarded,This is an administrative exercise to close historical opportunities on GETS as this procurement process was completed some time ago. Please ignore this message.,0,20250410 Department of Internal Affairs,21662588,Request for Quotations,Closed Competition,Design and Construction Project Management Services for the National Library Link Project,DIA/2019/006,20190925,20191016,20200122,,Sole Agency,No,,"DIA is seeking professional Design and Construction Project Management (PM) services to provide a suite of design, construction and contract project management for the duration of the National Library Link Project. The services are to be provided by appropriately qualified experts with the requisite skills who can demonstrate they have had practical experience working on projects of a comparable type, scale and complexity.",Awarded,"The Department of Internal Affairs (45 Pipitea Street, Thorndon 6011) has awarded this opportunity to TSA Management Limited (Level 7, 107 Custom House Quay, Wellington 6011). The Contract was awarded on 14 November 2019 and signed shortly thereafter. The contract term is approximately 5 years and the expected spend is approximately $700,000. The procurement process used was a two staged process (open ROI followed by a closed RFQ).",0,20250410 Department of Internal Affairs,21693478,Request for Proposals,Open Competition,The supply of electronic resource content through the EPIC consortium to New Zealand libraries,DIA/2019/010,20191001,20191101,20200107,,Sole Agency,No,,"The Department of Internal Affairs through the National Library of New Zealand, Te Puna Matauranga o Aotearoa, is seeking proposals from suitably qualified and experienced suppliers of electronic resource content. The intention is that the Department is able to licence a range of e-resources for the purpose of sub-licensing access to the EPIC (Electronic Purchasing In Collaboration) consortium, which is made up of 127 New Zealand libraries and the Ministry of Education on behalf of all schools in New Zealand.",Awarded,,0,20250410 Department of Internal Affairs,21873883,Request for Proposals,Open Competition,Facilities Management Advisory Services for the Preserving the Nations Memory Programme,DIA/2019/008,20191104,20191202,20210323,,Sole Agency,No,,"This procurement relates to securing a Facilities Management (FM) Advisory Supplier to provide relevant services for the AWL Project but includes potential engagement for the entire Preserving the Nations Memory Programme. The purpose of these services is to ensure that critical design components and technical FM considerations are expertly advised upon throughout the course of the design and construction of the fit for purpose facilities.",Awarded,,0,20250410 Department of Internal Affairs,21883886,Request for Quotations,Closed Competition,Quantity Surveying Services for the Preserving the Nations Memory Programme,DIA/2019/007,20191105,20191126,20200630,,Sole Agency,No,,"DIA is seeking professional Quantity Surveying (QS) Services for the Preserving the Nation's Memory Programme and all current and future projects that fall within this Programme. The services are to be provided by appropriately qualified experts with the requisite skills who can demonstrate they have had practical experience working on programmes of a comparable type, scale and complexity.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Quantity Surveying services opportunity for the entirety of the Preserving the Nation's Memory Programme to Rawlinsons Limited (Level 8, 5 Willeston Street, Wellington). Date of Contract Award: 1 May 2020 Term of the Contract: Entire PtNM Programme (approx 5 years) Expected Spend: Approximately $1.5m - $1.75m Type of Procurement Process used: Two Staged Open Process (Open ROI followed by closed RFQ)",0,20250410 Department of Internal Affairs,22069300,Request for Quotations,Open Competition,Revaluation of Heritage Assets - National Library of New Zealand and Archives New Zealand,,20191210,20200130,20200316,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the delivery of a valuation of the Heritage Collections held by Archives New Zealand, National Library of New Zealand and the antiques and artworks held by the Department of Internal Affairs. This RFQ is a single-step procurement process. The intention of the Department is to establish a long-term working relationship with the successful vendor and the proposed term is a 15-year (6+3+3+3) contract period. Please see attachments for more details.",Awarded,,130000,20250410 Department of Internal Affairs,22186664,Award Notice,Open Competition,Test 2,,20191203,20191203,20200117,,All of Government,No,,,Not Awarded,Awarded.,0,20250410 Department of Internal Affairs,22198435,Request for Proposals,Open Competition,DIA Enterprise Support Services (ESS) Solution Request for Proposal,DIA/2020/001,20200122,20200227,20200921,,Sole Agency,No,,"We are seeking proposals from solution (software, and implementation services) providers in this RFP (RFP Software) for a new enterprise support services (ESS) solution with a focus on Financial Management Information Systems (FMIS). Our initial contract is expected to be for the Core Finance modules currently provided by Inland Revenue. This new solution should also cover business processes for human resources, procurement, enterprise asset management and corporate functions (such as Work Health & Safety, Business Continuity & Emergency Management). We expect to implement these functions in later phases. As part of the overall solution, we are seeking implementation services these implementation services may be supplied by the software provider or a different service provider(s). We may elect to undertake a further request for proposal for an implementation and/or support service provider (s) (RFP Implementation Services). Supplier briefings will be held in Wellington between 3 - 5 February 2020. To register for these briefings, submit your interest to the email function via GETS. More information will be made available in due course. Regards Commercial Services",Awarded,"Agency Name and Address: Department of Internal Affairs. 45 Pipitea Street, Wellington, 6011 Successful Supplier: Oracle New Zealand Address: 93-97 Customhouse Quay, Wellington, 6011, NEW ZEALAND Brief Description: Enterprise support services (ESS) solution to replace our current on-premise solution. This new solution should cover business processes for human resources, procurement, finance, enterprise asset management and corporate functions. Signed: 7th August 2020 Initial Term: 7 Years Estimated Spend: $8,000,000 Procurement Process - Open RFP for Software Vendor, followed by closed RFP for Implementation Service Provider based on Software Vendors preferred partners.",0,20250410 Department of Internal Affairs,22270589,Award Notice,Open Competition,Design lead to develop processes & frameworks for wellness support of survivors - Royal Commission of Inquiry into Abuse in Care,,20200107,20200107,20200205,,Sole Agency,No,,,Awarded,"PAM/INQ/053 Specifically, the person needs to be experienced in: People centred design Trauma informed decision-making tools Creating trauma informed systems Understanding the impacts of Complex Trauma Human rights Impacts of secondary trauma and supporting the wider family",128800,20250410 Department of Internal Affairs,22271246,Award Notice,Open Competition,Senior HR Advisor/HR Manager - Royal Commission of Inquiry into Abuse in Care,,20200130,20200130,20200205,,Sole Agency,No,,,Awarded,"This contractor is not the only supplier in the market available to deliver these services. However, their engagement is critical to meeting the short-term needs of the Commission.",203697,20250410 Department of Internal Affairs,22271391,Award Notice,Open Competition,Project Lead PMO - Royal Commission of Inquiry into Abuse in Care,,20200130,20200130,20200205,,Sole Agency,No,,,Awarded,,238220,20250410 Department of Internal Affairs,22405906,Award Notice,Open Competition,Deputy Director of Communications in the Prime Ministers Office,,20200225,20200225,20200305,,Sole Agency,No,,,Awarded,,116000,20250410 Department of Internal Affairs,22439531,Request for Proposals,Closed Competition,GovtechTalent Graduate Programme,,20200313,20200414,20200526,,Sole Agency,No,,"DIA invites proposal for the Attraction and Recruitment Campaign for the GovTechTalent Graduate Programme. This is a secondary procurement process following an Registration of Interest (ROI) released in November 2019. Only shortlisted Respondents from the ROI will be invited to this procurement. In addition to this RFP we refer to the following documents. These documents form part of this RFP. a. Request for Proposals response form b. Pricing Response form c. Schedule 1 Government Model Contract (GMC) for Services d. Schedule 2 - Standard Terms and Conditions - Services If you wish to submit a proposal, you must submit it to DIA via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 2.00 p.m. on 14 April 2020.",Awarded,"The Department wish to advise that Student Job Search has been awarded a contract to deliver the Attraction and Recruitment Services for the GovtechTalent Graduate Programme. This was the result of a two-stage procurement process advertised through Gets.",0,20250410 Department of Internal Affairs,22541524,Request for Proposals,Closed Competition,ESS RFP Implementation Services Provider,DIA/2020/007,20200416,20200518,20200921,,Sole Agency,No,tender@dia.govt.nz,"As part of the procurement process, in January 2020 we issued a Request for Proposals (RFP) to the market via GETS. As a result, we selected Oracles Cloud Suite solution as our preferred SaaS product. This RFP is for an implementation services provider who will configure, integrate and implement the Oracle Cloud Suite to cover our ESS business requirements. Relevant RFP documents have also been emailed to you seprately. This is a closed tender and only invited suppliers can see this notice. This notice has been established for the Q & A function and for the purposes of Respodents submitting their proposals.",Awarded,"Agency Name and Address: Department of Internal Affairs. 45 Pipitea Street, Wellington, 6011 Successful Supplier: Deloitte Limited New Zealand Address: Level 12, 20 Customhouse Quay, Wellington, 6011, NEW ZEALAND Brief Description: An implementation partner for our Enterprise support services (ESS) solution to replace our current on-premise solution. This new solution should cover business processes for human resources, procurement, finance, enterprise asset management and corporate functions. Signed: 7th August 2020 Initial Term: 7 Years Estimated Spend: $6,000,000 Procurement Process: Open RFP for Software Vendor, followed by closed RFP for Implementation Service Provider based on Software Vendors preferred partners.",0,20250410 Department of Internal Affairs,22599601,Request for Quotations,Open Competition,RFQ for New Zealand Sign Language Interpreters,,20200501,20200519,20200817,,Sole Agency,No,,"The Royal Commission of Inquiry into Abuse in Care was established to investigate what happened to children, young people and vulnerable adults in State and faith-based care in Aoteoroa New Zealand between the years 1950-99. The Commission has a requirement for New Zealand Sign Language (NZSL) interpreters as part of our schedule of hearings and private sessions with survivors.",Awarded,"Connect Interpreting and Deaf Aotearoa have been award contracts to provide New Zealand Sign Language Interpreters for The Royal Commission of Inquiry into Abuse in Care, following an open market Request for Quote.",0,20250410 Department of Internal Affairs,22609198,Request for Quotations,Closed Competition,Project Management Services for the Regional Shared Repository Project,DIA/2020/002,20200504,20200529,20200914,,Sole Agency,No,,"DIA is seeking professional Project Management Services for the Regional Shared Repository project (part of the Preserving the Nation's Memory Programme). The Regional Shared Repository project aims to develop a fit-for-purpose and resilient facility for Archives and National Library to house heritage documents. This will be a specialist facility outside of Wellington Central requiring specialist climate control (temperature, humidity and air quality), appropriate light levels of security and protection from other risks (water damage, fire, earthquakes, etc.).",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Project Management services opportunity for the entirety of the Regional Shared Repository to TSA Management Limited (Level 7, 107 Custom House Quay, Wellington 6011). Date of Contract Award: 28 July 2020 Term of the Contract: Entire RSR Project (approx 4 years) Expected Spend: Approximately $1.3m - $1.5m Type of Procurement Process used: Two Staged Process (Open ROI followed by closed RFQ)",0,20250410 Department of Internal Affairs,22635700,Award Notice,Open Competition,COVID-19 New Zealand Emergency Line using the WhatsApp platform,,20200408,20200408,20200511,,Sole Agency,No,,The reason this procurement is deemed to be an emergency is that it is in response to reducing the spread of the COVID-19 pandemic. This is time critical and DIA were required to react instantly to the conditions.,Awarded,,468000,20250410 Department of Internal Affairs,22712757,Request for Quotations,Open Competition,Digital Child Exploitation Filter System (DCEF),DIA 2010/011,20200522,20200608,20200706,,Sole Agency,No,,"The Department of Internal Affairs (the Department, or DIA) is seeking a replacement for our current Digital Child Exploitation Filter System (DCEFS) software which is end of life. The Department identifies internet websites that contain exploitative content, as defined by the Films, Videos and Publications Classifications Act 1993, and the DCEFS blocks access to these websites. Most New Zealand-based Internet Service Providers (ISPs) route traffic via the DCEFS to ensure that New Zealanders cannot access these websites.",Awarded,"The Department wish to advise that Allot Ltd has been awarded a contract to provide a Digital Child Exploitation Filter (DCEF) and ongoing service. This was the result of a two-stage procurement process advertised through GETS.",0,20250410 Department of Internal Affairs,22904874,Request for Proposals,Open Competition,Taumata Arowai Establishment Unit Corporate & Enterprise Technology RFP,TA-CorpEnt RFP July2020,20200702,20200731,20200922,,Sole Agency,No,,"A new dedicated Water Services Regulator (Taumata Arowai) is to be established, which will be responsible for overseeing the entire drinking water regulatory system and providing oversight of the environmental performance of wastewater and stormwater operators. Taumata Arowai, will not be a legal entity until the Taumata Arowai Water Services Regulator Bill commences, which is scheduled for late 2020. To support the establishment and continued operation of Taumata Arowai, technology investment is required, along with service contracts for the ongoing support of these technology components.",Awarded,Theta Systems Limited has been awarded both the Corporate and Enterprise technology modules from the Taumata Arowai RFP. Thank you to all suppliers who submitted a proposal - we appreciate the effort it takes to prepare a response. Many thanks.,0,20250410 Department of Internal Affairs,23004929,Award Notice,Open Competition,Award notice for preliminary strategic analysis for Three Waters Reform Programme,PAM/CLG/051,20200701,20200701,20200722,,Sole Agency,No,,The Three Waters Reform Programme required support to undertake a preliminary strategic analysis identifying the scale and nature of economic benefits and costs that can be anticipated from the aggregation of water services under a range of scenarios. The economic analysis was required within a short period to inform final Council decisions to enter into the reform programme with Government.,Not Awarded,,0,20250410 Department of Internal Affairs,23005600,Award Notice,Open Competition,Award notice for preliminary strategic analysis for Three Waters Reform Programme,PAM/CLG/051,20200701,20200701,20200722,,Sole Agency,No,,The Three Waters Reform Programme required support to undertake a preliminary strategic analysis identifying the scale and nature of economic benefits and costs that can be anticipated from the aggregation of water services under a range of scenarios. The economic analysis was required within a short period to inform final Council decisions to enter into the reform programme with Government.,Awarded,,125000,20250410 Department of Internal Affairs,23023981,Request for Tenders,Closed Competition,Request for Tenders for Auckland Archives Controlled Atmosphere Room Project,DIA/2020/003,20200727,20200821,20210514,,Sole Agency,No,,"This RFT relates to the procurement of main construction contractor services for the Auckland Archives Controlled Atmosphere Room. The key outcome of this procurement is the appointment of a main construction contractor who can successfully complete all of the Contract Works to a satisfactory quality, on time and on budget. The Buyer requires a single contractor to form, retain and manage a team of construction specialists, subcontractors and suppliers (where necessary) to provide construction planning, programming and main contractor works where required for this project. The Buyer will require the construction of the Controlled Atmosphere Room in accordance with the documentation produced by the project team which consists of the Buyers personnel, design and services consultancy and specialist consultants.",Not Awarded,Project no longer proceeding with CAR construction.,0,20250410 Department of Internal Affairs,23116344,Request for Proposals,Closed Competition,Request for Proposals for Architectural Design Services for the Heke Puna Library Project,DIA/2020/013,20200818,20200910,20201126,,Sole Agency,No,,"The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across both buildings in the new documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to permanently accommodate Nga Taonga Sound and Vision. The Heke Puna Library Project aims to achieve the following outcomes: 1. Improve the user experience at the National Library to contribute to a campus type environment. 2. Ensure that the National Library achieves a level of compatibility for day to day operations between the National Library, Nga Taonga Sound and Vision and Archives. 3. Contribute to a resilient and enduring record for government and documentary heritage for all New Zealanders and future generations. 4. Improved physical access to the record of government, documentary heritage and taonga. 5. Minimise risk to the Crown and the Department. 6. Collaboration and participation to strengthen positive outcomes and success for Maori. 7. Actively protecting Maori knowledge, interests and physical taonga. This procurement seeks to secure Architectural Design Services for the Heke Puna Library Project. The key objective of this procurement exercise is to engage a Architectural Design Services provider with proven experience and expertise in delivering design solutions: for complex and sensitive facilities; for projects where maintaining operational environment and critical infrastructure with public interface is paramount; and for projects requiring stakeholder management of a large group of end users with distinct and specific requirements",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Architectural Design services opportunity for the entirety of the Heke Puna Library Project to Studio Pacific Architecture Limited (Level 2, 74 Cuba Street, Wellington, 6142). Date of Contract Award: 30 October 2020 Term of the Contract: Entire Heke Puna Library (approx. 4 years) Expected Spend: Approximately $1.4m - $1.7m Type of Procurement Process used: One Staged Closed Competitive Process (through the AoG Construction Consultancy Services Panel)",0,20250410 Department of Internal Affairs,23116361,Request for Proposals,Closed Competition,Request for Proposals for Structural Engineering Services for the Heke Puna Library Project,DIA/2020/014,20200818,20200910,20201126,,Sole Agency,No,,"The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across both buildings in the new documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to permanently accommodate Nga Taonga Sound and Vision. The Heke Puna Library Project aims to achieve the following outcomes: 1. Improve the user experience at the National Library to contribute to a campus type environment. 2. Ensure that the National Library achieves a level of compatibility for day to day operations between the National Library, Nga Taonga Sound and Vision and Archives. 3. Contribute to a resilient and enduring record for government and documentary heritage for all New Zealanders and future generations. 4. Improved physical access to the record of government, documentary heritage and taonga. 5. Minimise risk to the Crown and the Department. 6. Collaboration and participation to strengthen positive outcomes and success for Maori. 7. Actively protecting Maori knowledge, interests and physical taonga. This procurement seeks to secure Structural Engineering Services for the Heke Puna Library Project. The key objective of this procurement exercise is to engage a Structural Engineering Services provider with proven experience and expertise in delivering design solutions: for complex and sensitive facilities; for projects where maintaining operational environment and critical infrastructure with public interface is paramount; and for projects requiring stakeholder management of a large group of end users with distinct and specific requirements",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Structural Engineering services opportunity for the entirety of the Heke Puna Library Project to Aurecon New Zealand Limited (42-52, Willis Street, Wellington, 6011). Date of Contract Award: 30 October 2020 Term of the Contract: Entire Heke Puna Library (approx. 4 years) Expected Spend: Approximately $250K - $300Km Type of Procurement Process used: One Staged Closed Competitive Process (through the AoG Construction Consultancy Services Panel)",0,20250410 Department of Internal Affairs,23116389,Request for Proposals,Closed Competition,Request for Proposals for Building Services Engineering Services for the Heke Puna Library Project,DIA/2020/015,20200818,20200910,20201223,,Sole Agency,No,,"The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across both buildings in the new documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to permanently accommodate Nga Taonga Sound and Vision. The Heke Puna Library Project aims to achieve the following outcomes: 1. Improve the user experience at the National Library to contribute to a campus type environment. 2. Ensure that the National Library achieves a level of compatibility for day to day operations between the National Library, Nga Taonga Sound and Vision and Archives. 3. Contribute to a resilient and enduring record for government and documentary heritage for all New Zealanders and future generations. 4. Improved physical access to the record of government, documentary heritage and taonga. 5. Minimise risk to the Crown and the Department. 6. Collaboration and participation to strengthen positive outcomes and success for Maori. 7. Actively protecting Maori knowledge, interests and physical taonga. This procurement seeks to secure Building Services Engineering Services for the Heke Puna Library Project. The key objective of this procurement exercise is to engage a Building Services Engineering Services provider with proven experience and expertise in delivering design solutions: for complex and sensitive facilities; for projects where maintaining operational environment and critical infrastructure with public interface is paramount; and for projects requiring stakeholder management of a large group of end users with distinct and specific requirements",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Building Services Engineering opportunity for the entirety of the Heke Puna Library Project to Beca Ltd (85, Molesworth Street, Wellington, 6011). Date of Contract Award: 30 October 2020 Term of the Contract: Entire Heke Puna Library (approx. 4 years) Expected Spend: Approximately $700K - $900K Type of Procurement Process used: One Staged Closed Competitive Process (through the AoG Construction Consultancy Services Panel)",0,20250410 Department of Internal Affairs,23117476,Request for Proposals,Open Competition,Digital Skills SME Boost Package,,20200814,20200909,20210812,,Sole Agency,No,,"Digital inclusion is a key focus for the Government Digital Services portfolio and DIA has been leading an approach to achieve improve digital inclusion outcomes. More background and outputs are available at https://www.digital.govt.nz/digital-government/digital-transformation/digital-inclusion/. A wide range of groups have been identified through research and engagement as being at risk of not being digitally included. In 2019, DIA commissioned a report from Motu Research, which identified Maori, Pasifika peoples, people with disabilities, seniors (especially those over 75 years), those not employed or actively seeking work, and people living in larger country towns as groups where particular effort should be focused. We are seeking Request for Proposals (RFP) from a range of intermediaries interested in supporting DIA to distribute $5.000 million of funding through a targeted pilot programme to deliver digital skills packages for SMEs. This pilot programme will enable 1,000 SMEs owned by Maori, Pasifika, or disabled people to engage in the digital world. The packages will specifically help these SMEs develop networks and skills to sustain their business activity and diversify into different markets. The purpose of the RFP is to identify a panel of capable and willing providers that can meet the criteria of an Intermediary role for this pilot programme. Following evaluation of the responses, we reserve the right to either create a panel of qualified intermediaries or select a single intermediary. It is our intention that this pilot will run until 30 June 2021. The following are the key outcomes that are to be delivered: Up to 500 packages have been rolled out by intermediaries to Maori SMEs Complete by 30 June 2021 Up to 300 packages have been rolled out to Pasifika SMEs Complete by 30 June 2021 Up to 200 packages have been delivered to Disabled people SMEs Complete by 30 June 2021",Awarded,,0,20250410 Department of Internal Affairs,23244182,Request for Proposals,Open Competition,Taumata Arowai Establishment Unit Regulatory & Intelligence Technology RFP,TA-RegInt RFP SEP2020,20200925,20201023,20210218,,Sole Agency,No,,"This RFP is for Taumata Arowais Regulatory and Intelligence technology needs. We are looking for a consolidated technology solution covering all our Regulatory and Intelligence technology requirements meaning that requirements relating to these areas are mandatory. Regulatory Technology includes all technology-oriented products and services that will provide the technology base for Taumata Arowai to ensure it is able to meet its obligations with regards to the regulation of drinking water, wastewater and stormwater. Intelligence Technology includes all technology-oriented products and services that will provide the technology base for Taumata Arowai to ensure it is able to meet its obligations with regards to national-level reporting, analysis and monitoring of drinking water, wastewater and stormwater. Data Migration services are a non-mandatory requirement with Respondents asked to cover, at a minimum, importation of migrated data (transform and load, including unstructured content documents). This will be evaluated to allow us to determine whether we should engage you for the services in the event that your proposal is successful. Any mandatory requirements relating to Data Migration are covered by the RFPs functional requirements. Respondents should only respond to requirements relating to Data Migration Services if they are also responding to requirements relating to Regulatory and Intelligence Technology. Requirements relating to the facilitation and ongoing support services of the TaumataArowai.govt.nz website are non-mandatory. Your answers to these requirements will be evaluated to allow us to determine whether we should engage you for the services in the event that your proposal is successful. Respondents should only respond to requirements relating to TamataArowai.govt.nz if they are also responding to requirements relating to Regulatory and Intelligence Technology. Please note that although we are interested in Respondents providing information relating to our website requirements we will also be releasing a separate RFQ to the AoG Web Services Panel specifically covering these requirements. This will be issued via GETS in the near future and, if you have the required capabilities, you are encouraged to respond.",Not Awarded,Please refer to GETS RFx ID 23507068.,0,20250410 Department of Internal Affairs,23359508,Request for Proposals,Open Competition,Document Review Services,,20200928,20201023,20210324,,Sole Agency,No,,"The Royal Commission of Inquiry into Abuse in Care is inviting submissions for the Document Review Services Supplier Panel. To support the role of the Commission, we seek to appoint a number of qualified law firms, barristers practices, and document review service firms to a supplier panel of document review services. Please subscribe to this notice for more information.",Not Awarded,"Seven suppliers have been contracted to provide services for the Document Review Services Panel: - Nicolette Levy QC - Epiq Australia Pty Ltd - Rice Speir Lawyers - Sarah Johnson - Bill Acton - Barrister - Echo Haronga - Barrister - Anselm Williams - Barrister",0,20250410 Department of Internal Affairs,23370165,Award Notice,Open Competition,DIA Firewall Upgrades,,20200501,20200501,20200929,,Sole Agency,No,,"The reason this procurement was deemed to be an emergency was because the situation with COVID-19 (and the mandate from government for non-essential staff to work from home) meant that DIA was urgently required to implement this service to improve the performance of DIAs network. Poor network performance negatively impacts productivity as well as user experience, so this service was key in ensuring a stable network for DIA.",Awarded,,657490,20250410 Department of Internal Affairs,23370285,Award Notice,Open Competition,COVID-19 BLE Contact Tracing Card Prototype,,20200521,20200521,20200929,,Sole Agency,No,,"In response to COVID-19, software-based digital contact tracing solutions are being developed to improve and supplement existing systems. Due to the high transmission rate of COVID-19, the development of rapid and accurate contact tracing is integral to the safety of New Zealand citizens.",Awarded,,872820,20250410 Department of Internal Affairs,23370429,Award Notice,Open Competition,Award Notice for Secure Web Gateway service,,20200507,20200507,20200929,,Sole Agency,No,,"The reason this procurement was deemed to be an emergency was because the situation with COVID-19 (and the mandate from government for non-essential staff to work from home) meant that DIA was urgently required to implement this service to improve the performance of DIAs network. Poor network performance negatively impacts productivity as well as user experience, so this service was key in ensuring a stable network for DIA.",Awarded,,400000,20250410 Department of Internal Affairs,23370580,Award Notice,Open Competition,Award Notice for Digital Council Research Engagement Approach,,20200604,20200604,20200929,,Sole Agency,No,,"The purpose of this phase is to test whether the issues highlighted in the literature review align with the concerns of the New Zealand public. As the research explores specific perspectives and concerns of different communities (eg Maori, Pasifika, disabled peoples, migrant and refugee groups), it is essential that the work is done by an organisation like Toi Aria, who has a track record of respectful, meaningful engagement with marginalised groups who typically have low levels of trust in government.",Awarded,,108000,20250410 Department of Internal Affairs,23370753,Award Notice,Open Competition,Award Notice for IT Hardware peripherals,,20200420,20200420,20200929,,Sole Agency,No,,"This emergency procurement was to engage a secondary IT hardware supplier who could quickly supply considerable numbers of additional IT hardware peripherals. The COVID-19 global pandemic significantly affected the global supply chain of IT hardware and DIA needed to be able to continue to operate under Alert Level 4 and 3 lock-down for an extended period. To do this, a significant proportion of the organisation required additional IT Hardware peripherals to effectively work from home.",Awarded,,1000000,20250410 Department of Internal Affairs,23485313,Award Notice,Open Competition,EMS Tapatahi,,20201020,20201020,20201020,,Sole Agency,No,,"This Notice is to advise that the Department of Internal Affairs (DIA) (45 Pipitea Street, Thorndon, Wellington 6011) has paused the EMS Tapatahi project for a replacement to the Electronic Monitoring Service in New Zealand. The decision to pause the Tapatahi project was made to allow DIA and the non-casino pokie machine gambling (class 4) sector to focus on recovery from the Covid-19 lockdown earlier this year and more recently in Auckland. DIA expects that the gambling sector will experience change over the next few years which could have a material bearing on the type of monitoring solution required. Such changes may include the adoption of a new QCOM standard as well as the possible regulation of on-line gambling. To allow time for this change, DIA has awarded a three year contract extension until May 2025 to Intralot New Zealand (NZBN 9429034875537) to continue to provide Technology Services in connection with an Electronic Monitoring Service to monitor Class 4 Gambling (non-casino pokie machines). The contract extension with Intralot New Zealand was signed on 4th September 2020.",Not Awarded,"This Notice is to advise that the Department of Internal Affairs (DIA) (45 Pipitea Street, Thorndon, Wellington 6011) has paused the EMS Tapatahi project for a replacement to the Electronic Monitoring Service in New Zealand. The decision to pause the Tapatahi project was made to allow DIA and the non-casino pokie machine gambling (class 4) sector to focus on recovery from the Covid-19 lockdown earlier this year and more recently in Auckland. DIA expects that the gambling sector will experience change over the next few years which could have a material bearing on the type of monitoring solution required. Such changes may include the adoption of a new QCOM standard as well as the possible regulation of on-line gambling. To allow time for this change, DIA has awarded a three year contract extension until May 2025 to Intralot New Zealand (NZBN 9429034875537) to continue to provide Technology Services in connection with an Electronic Monitoring Service to monitor Class 4 Gambling (non-casi",0,20250410 Department of Internal Affairs,23486760,Request for Proposals,Closed Competition,Request for Proposals for Architectural Design Services for the Regional Shared Repository Project,DIA/2020/019,20201020,20201117,20210322,,Sole Agency,No,,"The Department requires comprehensive Architectural Design Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Architectural Design services opportunity for the entirety of the Regional Shared Repository Project to Architectus - Bowes Clifford Thomson Limited (Level 1, 14 Lombard Street, Wellington 6011). Date of Contract Award: 22 December 2020 Term of the Contract: Entire Regional Shared Repository Project (approx. 5 years) Expected Spend: Approximately $2.5M Type of Procurement Process used: Two Staged Open Competitive Process",0,20250410 Department of Internal Affairs,23507068,Request for Proposals,Open Competition,Replacement -Taumata Arowai Establishment Unit Regulatory & Intelligence RFP,TA-RegInt RFP SEP2020,20201023,20201023,20210218,,Sole Agency,No,,This RFP record has been created as there was an error in the closing time on the previous RFP record. All respondents to the Regulatory & Intelligence RFP for Taumata Arowai should submit their responses into this record if they missed the closing time for the previous record.,Awarded,,0,20250410 Department of Internal Affairs,23544861,Request for Quotations,Closed Competition,Request for Quotes for Fire Engineering Services for the Heke Puna Library Project,,20201102,20201113,20210322,,Sole Agency,No,,"The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across both buildings in the new documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to permanently accommodate Nga Taonga Sound and Vision.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Fire Engineering services opportunity for the entirety of the Heke Puna Library Project to Fire HQ Limited (Floor 4 South British Building, 326 Lambton Quay, Wellington Central, Wellington). Date of Contract Award: 7 January 2021 Term of the Contract: Entire Heke Puna Library Project (approx. 4 years) Expected Spend: Approximately $100K Type of Procurement Process used: One Staged Closed Competitive Process (through the AoG construction Consultancy Services Panel)",0,20250410 Department of Internal Affairs,23686830,Request for Proposals,Closed Competition,Request for Proposals for Structural Engineering Services for the Regional Shared Repository Project,DIA/2020/024,20201126,20201222,20210721,,Sole Agency,No,,"The Department requires comprehensive Structural Engineering Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Structural Engineering opportunity for the entirety of the Regional Shared Repository Project to Beca Ltd (85, Molesworth Street, Wellington, 6011). Date of Contract Award: 03 May 2021 Term of the Contract: Entire Regional Shared Repository Project (approx. 5 years) Expected Spend: Approximately $900K Type of Procurement Process used: One Staged Closed Competitive Process (through the AoG Construction Consultancy Services Panel)",0,20250410 Department of Internal Affairs,23686843,Request for Proposals,Closed Competition,Request for Proposals for Building Services Engineering Services for the Regional Shared Repository Project,DIA/2020/025,20201126,20201222,20210427,,Sole Agency,No,,"The Department requires comprehensive Building Services Engineering Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Building Services Engineering Services opportunity for the entirety of the Regional Shared Repository Project to eCubed Limited (3/35 Ghuznee Street, Te Aro, Wellington, 6011). Date of Contract Award: 6 April 2021 Term of the Contract: Entire Regional Shared Repository Project (approx. 5 years) Expected Spend: Approximately $1.6M Type of Procurement Process used: One Staged Closed Competitive Process through AoG Construction Consultancy Services Panel",0,20250410 Department of Internal Affairs,23686851,Request for Quotations,Closed Competition,Request for Quotes for Planning Services for the Regional Shared Repository Project,DIA/2020/026,20201126,20201222,20210427,,Sole Agency,No,,"The Department requires comprehensive Planning Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Planning services opportunity for the entirety of the Regional Shared Repository Project to Beca Limited (85 Molesworth Street, Thorndon, Wellington 6011, Wellingon). Date of Contract Award: 29 March 2021 Term of the Contract: Entire Regional Shared Repository Project (approx. 5 years) Expected Spend: Approximately $40,000 Type of Procurement Process used: One Staged Closed Competitive Process through AoG Construction Consultancy Services Panel",0,20250410 Department of Internal Affairs,23686860,Request for Proposals,Closed Competition,Request for Proposals for Fire Engineering Services for the Regional Shared Repository Project,DIA/2020/027,20201126,20210120,20210427,,Sole Agency,No,,"The Department requires comprehensive Fire Engineering Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Fire Engineering services opportunity for the entirety of the Regional Shared Repository Project to Holmes Fire Limited Partnership (Level 2, 50 Customhouse Quay, Wellington 6012, New Zealand). Date of Contract Award: 29 March 2021 Term of the Contract: Entire Regional Shared Repository Project (approx. 5 years) Expected Spend: Approximately $300,000 Type of Procurement Process used: One Staged Closed Competitive Process through AoG Construction Consultancy Services Panel",0,20250410 Department of Internal Affairs,23686872,Request for Proposals,Closed Competition,Request for Proposals for Civil Engineering Services for the Regional Shared Repository Project,DIA/2020/028,20201126,20201222,20210322,,Sole Agency,No,,"The Department requires comprehensive Civil Engineering Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Not Awarded,,0,20250410 Department of Internal Affairs,23690970,Request for Proposals,Open Competition,Request for Proposals for Payroll Replacement - The Department of Internal Affairs,DIA/2020/030,20201126,20201222,20210618,,Sole Agency,No,,"The Department of Internal Affairs (the Department) are seeking proposals from solution (software and implementation) providers in this RFP (RFP Payroll Replacement) for a new payroll solution. The solution must include the following; software licences, implementation services, support services and professional services to support the processing of payroll. This project is part of the work the Human Resources group (in the Organisational Capability and Services branch within the Department) and falls under a wider programme of work to secure better tools so we can provide joined up, transparent, fit for purpose services, enabling us to manage our money and our people, deliver on our central responsibilities, like Health & Safety, and respond to changing needs. The Department recognises there are several payroll initiatives across Government currently in the market, and that this has an impact on respondents business and people. The Department has taken this into consideration in preparing the RFP, in an attempt to reduce the respondents effort to respond. This tender is separate to the Payroll Services Marketplace panel shortly to be established by the All-of-Government Payroll Programme which is guided by the Government Chief Digital Officer. All of Government Payroll Programme alignment We expect that the successful respondent to this RFP will apply to become a supplier to the Payroll Services Marketplace panel when that opportunity arises. We expect to use the Marketplace panel terms and conditions to contract with the successful respondent to this RFP.",Awarded,This contract was awarded under the marketplace enterprise software solution terms and conditions. All of the requirements under the RFP were met by the successful supplier.,0,20250410 Department of Internal Affairs,23721714,Award Notice,Open Competition,Award Notice for Digitisation software for National Library,,20201202,20201202,20201202,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: CCS Content Conversion Specialists ROM SRL Address: Weidestrae 134, D-22083 Hamburg, Germany Brief Description: Validator Software used to automatically validate digital objects, such as image files, PDF files or XML data (METS,ALTO) Contract awarded:15th October 2020 Initial Term: 36 months Estimated Spend: $158,000 Procurement Process Direct sourced Exemption from open advertising: Rule 14.9c Only one supplier (i) for technical reasons there is no real competition. The Market Analysis that was conducted, found one potential solution that can be purchased off the shelf and does not require development. The National Library of Australia procure services from CCS and were unable to find an alternative to this product when they did their market engagement.",Awarded,,0,20250410 Department of Internal Affairs,23727097,Award Notice,Open Competition,Award Notice for Contract Research for The Royal Commission of Inquiry into Abuse in Care,,20201030,20201030,20201203,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: The Donald Beasley Institute Address: 248 Cumberland Street, Dunedin Central, Dunedin 9016 Brief Description: Contract research of experience of abuse in care (1950 to 2006): people with complex learning disabilities and neurodiversity. Contract awarded: 30/10/2020 Initial Term: 13 months Estimated Spend: $175,000 Procurement Process Direct sourced Exemption from open advertising: Rule 14.9c Only one supplier (i) for technical reasons there is no real competition. The rationale behind this approach is that the research requires expertise in a very specific area: people who have complex learning disabilities and neurodiversity, who experience additional barriers to communicating and require specialist support. The Donald Beasley Institute (DBI) are recognised as the pre-eminent researchers in this area in Aotearoa New Zealand.",Awarded,,0,20250410 Department of Internal Affairs,23732032,Request for Proposals,Open Competition,Stenography/Transcription Services,,20201209,20210126,20210324,,Sole Agency,No,,The opportunity relates to the purchase of Stenography/transcription services. The key objective of this procurement is to explore options available to acquire these services. We are exploring both options i.e. real time stenographers based in the hearing room or have an offsite transcription services.,Awarded,"Kia ora, Thank you for your response to the Request for Proposals detailed above for the Royal Commission of Inquiry into Abuse in Care (this Inquiry). I am pleased to advise that, following an assessment against the evaluation criteria, your response has been successful and you have been selected as the Preferred Respondent. We will contact you shortly with a view of completing the contract negotiation process. Id like to thank you for your interest and for the time and effort you put into preparing and submitting your response. We look forward to your participation in the contract negotiation phase of the process. Nga mihi nui,",0,20250410 Department of Internal Affairs,23747816,Award Notice,Open Competition,Award Notice for Digitisation Assistance for Archives NZ in response to requests from the Royal Commission of Inquiry into Abuse in Care,,20201125,20201125,20201208,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: NZMS (New Zealand Micrographic Services Ltd) Address: 32b Jamaica Drive, Grenada North, Wellington 5028 Brief Description: Digitisation Assistance for Archives NZ in response to requests from the Royal Commission of Inquiry into Abuse in Care Contract awarded: 25/11/2020 Initial Term: 3 months Estimated Spend: $120,000 Procurement Process Direct sourced Exemption from open advertising: Rule 14.9c Only one supplier (i) for technical reasons there is no real competition. The rationale behind this approach is digitisation must be undertaken onsite at Archives NZ-approved premises as archives for the Royal Commission are not permitted offsite by decision of the Chief Archivist. Due to on-site limitations (Archives House Wellington having no available or suitable space which to house their equipment and staff at present). Any alternative supplier would also require training in our specialist premises, systems and processes which would delay delivery and would mean we could not be confident they could deliver to required standard of care and handling within required timeframes.",Awarded,,0,20250410 Department of Internal Affairs,23747909,Award Notice,Open Competition,Award Notice for Open Banking Aotearoa Study for Digital Council for Aotearoa New Zealand,,20201119,20201119,20201208,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Financial Innovation and Technology Association of New Zealand (FinTechNZ) Address: PO Box 302469, North Harbour, Auckland 0751 Brief Description: Open Banking Aotearoa Study Contract awarded: 19/11/2020 Initial Term: 7 months Estimated Spend: $142,583 (based on the assumption of a third contribution to phase 2 and phase 3 of the proposal) Procurement Process Direct sourced Exemption from open advertising: Rule 14.9j Unsolicited unique proposal. The Digital Council regularly updates its social media accounts and speaks publicly on the topics it is exploring and its work programme, this led to an unsolicited proposal being received from FinTechNZ.",Awarded,,0,20250410 Department of Internal Affairs,23758450,Request for Proposals,Open Competition,Te Reo Maori Interpreters Panel,,20201210,20210126,20210324,,Sole Agency,No,,"To support the role of the Royal Commission of Inquiry into Abuse in Care, we seek to appoint a number of experienced te reo Maori (te reo) interpreters to a supplier panel. These interpreters will be present at our public hearings to provide live interpretation services. Subscribe to this notice for more information.",Not Awarded,No responses were received for this tender.,0,20250410 Department of Internal Affairs,23852450,Request for Proposals,Open Competition,RFP-Psychological and Counselling Support Services,,20210115,20210215,20210521,,Sole Agency,No,,"This opportunity relates to the delivery of Psychological and Counselling Support Services to help manage survivors wellbeing. Previously these have been provided on an adhoc basis using several different service providers. Going forward we wish to develop a more formal partnership with a Psychological and Counselling Support Service to ensure the consistency of approach, the clinical capability, diversity, and coverage of wellbeing services we can offer to survivors and witnesses in support of their engagement with The Royal Commission of Inquiry into Abuse in Care (this Inquiry).",Awarded,,0,20250410 Department of Internal Affairs,23925771,Award Notice,Open Competition,Award Notice for Three Waters Reform Programme commercial and financial services,,20201218,20201218,20210202,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Mafic Partners Limited Brief Description: Commercial and financial services for Three Waters Reform Programme Contract awarded: 18/12/2020 Initial Term: 6 months Estimated Spend: $800,000 Procurement Process: RFP Exemption justification: Rule 14.D - Additional goods, services or works applies. Goods, services or works additional to the original requirements that are necessary for complete delivery.",Awarded,,0,20250410 Department of Internal Affairs,24049492,Award Notice,Open Competition,Award Notice for Rating Engagement Service for Three Waters Reform Programme,,20210201,20210201,20210304,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: S&P Global Ratings Brief Description: Test the creditworthiness of the proposed entities as part of the Three Waters Reform programme. Contract awarded: 1 February 2021 Initial Term: 2 months Estimated Spend: $475 AUD Procurement Process Direct source Exemption reason: Other - S&P are the major issuer of credit ratings to New Zealand Councils, providing ratings services to 75% of rated councils in New Zealand. They also provide a ratings assessment of the Sovereign and the Local Government Funding Agency who will also be impacted by the reform. There are two other credit rating agencies that have a limited presence in New Zealand. One only rates 6 councils, while the other does not provide a primary rating for any councils in New Zealand.",Awarded,,0,20250410 Department of Internal Affairs,24166191,Request for Proposals,Open Competition,Request for Proposals for a Box Making Solution for the Tahuhu: Preserving the Nations Memory Programme,DIA/2020/020,20210406,20210504,20220701,,Sole Agency,No,,"This RFP relates to securing a box making solution to be utilised for the eventual move from Archives New Zealand (Mulgrave Street) to the new Archives Facility (2 Aitken Street) and Regional Shared Repository. As part of Tahuhu, there is a requirement for Te Rua Mahara o te Kawangatanga (Archives New Zealand) and Te Puna Matauranga (the National Library of New Zealand) to prepare their holdings and collections for relocation. All items must be appropriately packaged not only to ensure the safe and secure transportation to any new location, but to also support the ongoing preservation strategies of both institutions. To efficiently achieve the high-volume of packaging needed over the next 5 to 7 years, the Department requires a box making solution. It is intended that this solution will be used by Archives New Zealand, the National Library and Nga Taonga Sound & Vision throughout the Tahuhu Programme and beyond this (i.e. for ongoing BAU requirements following the completion of the Programme).",Awarded,,0,20250410 Department of Internal Affairs,24197925,Request for Quotations,Closed Competition,Request for Quotes for Research Services for the Tahuhu: Preserving the Nation's Memory Programme,DIA/2021/003,20210413,20210427,20210721,,Sole Agency,No,,"This RFQ relates to the purchase of research services relating to the Tahuhu: Preserving the Nation's Memory Programme. From the research, we are seeking to: * Understand our audiences better; * Reach audiences we are not yet engaging non-users and low access users; * Create a deeper understanding of what access to our heritage collections means for New Zealanders; * Work with our mana whenua iwi and Maori te Tiriti partners using their knowledge of manaakitanga to create an inclusive space both digital and physical, providing a sense of belonging; held by the Crown and access their rights and entitlements through the digital channels and tools of Archives NZ and the National Library; * Create a positive audience journey engaging with our heritage for the first time and for the 100th time; * Create a new audience strategy for 2025-2030.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Research Services opportunity to Colmar & Brunton Research Limited (Level 1, 46 Sale Street, Auckland, 1010, New Zealand). Date of Contract Award: 13 May 2021 Term of the Contract: 6 Months Expected Spend: Approximately $200K Type of Procurement Process used: One Staged Closed Competitive Process",0,20250410 Department of Internal Affairs,24215211,Request for Quotations,Open Competition,Credit checking services for DIA Gambling Group,DIA/2021/002,20210419,20210505,20210817,,Sole Agency,No,,"The Department of Internal Affairs (DIA) is New Zealands gambling regulator. We work to ensure New Zealanders can enjoy safe and fair gambling that efficiently and equitably contributes to community wellbeing. We regulate across multiple modes of gambling including casinos and classes 1-4, and undertake gambling licensing, compliance and enforcement functions in order to achieve the purposes of the Gambling Act 2003. Licensing is used to ensure that only operators that are fully compliant with the Act are given permission to run gambling activities, while ensuring that records of operators details are accurate and up to date. To receive a licence, there are a number of criteria that must be observed/met depending on the Class of gambling. One of the criteria is a credit check which is used to assess the financial suitability of the business or individual applying for the licence. We are seeking a credible provider who has the capability to provide accurate credit checking services for business and individuals in New Zealand.",Awarded,,0,20250410 Department of Internal Affairs,24217773,Request for Proposals,Open Competition,Request for Propsals - VIP Transport Booking and Job Dispatch System,DIA/2020/023,20210420,20210518,20211027,,Sole Agency,No,,"The Department of Internal Affairs VIP Transport business unit (within the Information and Knowledge Services branch) is seeking to procure a Commercial off the shelf (COTS) cloud-based solution (Software-as-Services (SaaS) solutions are preferred) to replace the existing BMC Action Remedy System (ARS). DIA is looking for a fleet management, vehicle booking and dispatch solution that integrates with the GPS trackers installed in the vehicles and with DIAs current financial and human resource (HR) management system. For more details see the attached documents.",Awarded,,0,20250410 Department of Internal Affairs,24271111,Request for Proposals,Closed Competition,Request for Proposals for Civil Engineering Services for the Regional Shared Repository Project,DIA/2020/028,20210505,20210526,20210721,,Sole Agency,No,,"The Department requires comprehensive Civil Engineering Services as part of a broader team of specialist consultants to deliver the Regional Shared Repository project. This will be a specialist facility outside of Wellington Central requiring temperature and humidity control, appropriate light levels, security and protection from risks such as water damage, fire, earthquake, pests and vandalism. The facility will supplement the new heritage hub in the Thorndon Area formed by the National Library, Archives New Zealand and Nga Taonga Sound & Vision, and will be a standalone facility located in the Horowhenua District.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Civil Engineering Services opportunity for the entirety of the Regional Shared Repository Project to Beca Limited (ANZ Centre (Level 2), 267 High Street, Christchurch, 8141). Date of Contract Award: 18 June 2021 Term of the Contract: Entire Regional Shared Repository Project (approx. 5 years) Expected Spend: Approximately $150K Type of Procurement Process used: One Staged Closed Competitive process through the All-of-Government Construction Consultancy Services Panel",0,20250410 Department of Internal Affairs,24316578,Award Notice,Open Competition,Award Notice for Royal Commission of Inquiry Abuse in Care,,20210322,20210322,20210518,,Sole Agency,No,,"The previous Head of Research & Policy resigned, and a recruitment process was launched but could not identify and secure a long-term replacement before the incumbent left. This was due to the seniority of the role, the relatively small/niche pool of resource being drawn on and the likely notice period someone would need to give. The Research and Policy team is at a critical stage of the Inquiry process as the Inquiry progresses through various investigations and interim reports, all of which require research and policy projects and literature reviews, to support and inform the direction and outcomes of those activities. It is a challenging environment under a lot of pressure. It requires strong and steady leadership. Accordingly, the Royal Commission decided to utilise a contractor they have already used in senior governance roles previously, to fill the gap until a permanent employee can be secured. Given the short to medium term need, and the suppliers ability to hit the ground running, this is an acceptable outcome considering the potential risks of not having a safe pair of hands and leadership of a critical team.",Awarded,,0,20250410 Department of Internal Affairs,24581690,Request for Proposals,Closed Competition,Request for Proposals for a Main Contractor for the Regional Shared Repository Project,DIA/2020/034,20210721,20210917,20211110,,Sole Agency,No,,"The Department of Internal Affairs is seeking to appoint a Main Contractor under an ECI arrangement of the delivery of the Regional Shared Repository New Build. Supplementary to the new heritage hub in Thorndon, the Regional Shared Repository will develop a new standalone, fit for purpose and resilient facility for Archives, National Library and Nga Taonga, with the potential inclusion of other heritage institutions. Please see the attached Request for Proposals document for more detail on the project.",Awarded,"The Department of Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded this Main Contractor opportunity for the Regional Shared Repository Project to LT McGuinness Limited (9 Francis Place, Wellington , New Zealand). Date of Contract Award: 10 November 2021 Term of the Contract: Entire Regional Shared Repository Project (approx. 4 years) Expected Spend: ECI Services - Approximately $500K. Main Contractor Services - TBC Type of Procurement Process used: Two Staged Open Competitive Process",0,20250410 Department of Internal Affairs,24719668,Request for Proposals,Closed Competition,Request for Proposals for a Civil Registration Solution,DIA/2021/006,20210824,20210926,20220329,,Sole Agency,No,,"The Department of Internal Affairs (the Department) Kawai ki te Iwi or Service Delivery and Operations (SDO) Branch is one of the Departments most public-facing branches, providing customers with a wide variety of services, products, and advice. The Te Ara Manaaki programme is supporting SDO to reimagine and redesign its identity and life event products and services putting customers and their whanau at the heart of everything we do. This Request for Proposals relates to the purchase of implementation and support services for a Civil Registration solution. The outcome we seek is a modern, comprehensive, resilient solution for managing information about life events that is more scalable, cheaper and easier to maintain. It will be safe, robust, and flexible enough to meet the future needs of New Zealanders, including expectations of simple, quick, and efficient services that they can access on their own terms, in their own time, and in a way that suits them.",Awarded,"The Department of Internal Affairs (45 Pipitea Street, Thorndon, Wellington) has awarded the contract for this Civil Registration Solution opportunity to DWS (NSW) Pty Ltd (Lvl 8,146, Arthur Street, North Sydney, NSW, 2158, AUSTRALIA). Date of Contract Award: 29/03/2022 Initial term of the Contract: 5 years Rights of renewal: up to two extensions of two years each (i.e. 5+2+2) followed by annual rollover subject to review Type of Procurement Process used: two stage, open Registration of Interest (ROI) and closed Request for Proposals (RFP)",0,20250410 Department of Internal Affairs,24913214,Request for Proposals,Open Competition,"Request for Proposals for a Printing, Print Management, Booking and Reservation Solution for Aotearoa Peoples Network Kaharoa (APNK)",DIA/2021/008,20211005,20211101,20220609,,Sole Agency,No,,"The National Library of New Zealand (National Library), a branch of the Department of Internal Affairs (the Department), administer the Aotearoa Peoples Network Kaharoa service (APNK) service on a cost sharing model with local councils. APNK starts with a simple idea: that all New Zealanders should be able to access the online world using a good quality internet connection. In collaboration with New Zealand public libraries, APNK works to make this a reality by providing free and facilitated access to the internet and computer technology for all. This Request for Proposals relates to the purchase of a printing, print management, booking and reservation solution as part of the systems and support offered to members of APNK. In brief, the system needs to be effective, easy to use for the community members and easy to administer for the library staff. The system needs to be cost effective and ensure the security and privacy of personal data.",Awarded,"The Department of Internal Affairs (45 Pipitea Street, Thorndon, Wellington 6011, New Zealand) has awarded the contract for this opportunity for a Printing, Print Management, Booking and Reservation Solution for Aotearoa Peoples Network Kaharoa (APNK) to Monitor Business Machines Ltd (19 Mauranui Ave, Epsom, Auckland 1051, New Zealand) Date of Contract Award: 09/06/2022 Initial term of the Contract: 5 years Rights of renewal: up to two extensions of one year each (i.e. 5+1+1) followed by annual rollover subject to review Type of Procurement Process used: single stage, open Request for Proposals (RFP)",0,20250410 Department of Internal Affairs,25103810,Award Notice,Open Competition,Award Notice - Virtual Australian Roadshow - Three Waters Programme,,20211022,20211022,20210901,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Spicae NZ Limited Brief Description: Run a virtual Roadshow of the Australian experience with water reform to provide attendees with a view of similar Water Reforms that have been undertaken in Australia Contract awarded: 01/09/2021 Initial Term: 6 months Estimated Spend: $195,000 Procurement Process Direct sourced Exemption reason: Other - 1. Their Expertise in Australian Water they have run large transformation programs for TasWater, Sydney Water, Water Corp and many other large water utilities in Australia. 2. Their understanding of NZ Three Water Reform the supplier has over the last 14 months met and engaged with many Mayors, Council CEOs, Water GM, Peak Bodies (LGNZ, Taituara and Water NZ) on their own accord. 3. Relationships - The Roadshow required former Executives who ran the reforms in Victoria and Tasmania to present. The Victorian Reforms took place thirty years ago and the supplier is positioned to identify and convince these people (who are all retired) to share their knowledge.",Not Awarded,,0,20250410 Department of Internal Affairs,25280445,Award Notice,Open Competition,Award notice for Identity Services Portfolio - SAS Upgrade,,20211213,20211213,20211213,,Sole Agency,No,,"This engagement is necessary because SAS is the primary tool for all SDO business analysis and reporting and has been in use in SDO Branch since around 2014. The product is now used for complex analysis across SDO through extracting information and metadata from SDO production databases for reporting and providing business insights to the leadership team. The SAS software version that is being currently used is a basic desktop software and is showing its limitations - slow response times, breaks frequently, has limited functionality and has several security and privacy risks. The upgrade will be the interim solution (MVP) till such time that Te Ara Manaaki investigate and implement a new analytical tool. SAS are the only service providers for the SAS software. Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: SAS Address: SAS Tower Level 12, 89 The Terrace PO Box 10109 Wellington, New Zealand Brief Description: Identity Services Portfolio - SAS Upgrade Contract awarded: 13/12/2021 Initial Term: 10 months Estimated Spend: $1,188,000 Procurement Process Direct sourced Exemption from open advertising: Please refer GPR 14.9-C.I Only one supplier - for technical reasons there is no real Competition. This engagement is necessary because SAS is the primary tool for all SDO (Services Delivery & Operations) business analysis and reporting and has been in use in SDO Branch since around 2014. The product is now used for complex analysis across SDO through extracting information and metadata from SDO production databases for reporting and providing business insights to the leadership team. The SAS software version that is being currently used is a basic desktop software and is showing its limitations - slow response times, breaks frequently, has limited functionality and has several security and privacy risks. The upgrade will be the interim solution (MVP) till such time that Te Ara Manaaki investigate and implement a new analytical tool. SAS are the only service providers for the SAS software.",Awarded,,0,20250410 Department of Internal Affairs,25280592,Award Notice,Open Competition,General Manager Regulatory Services,,20211130,20211130,20211130,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: BridglandHill Ltd Brief Description: General Manager Regulatory Services - DIA Contract awarded: 30/11/2021 Initial Term: 49 weeks. If a permanent appointment for GM Regulatory services is made the contractor will leave early. Estimated Spend: $323,400 Procurement Process Direct sourced Exemption from open advertising: Rule 14.9j Unsolicited unique proposal. The Digital Council regularly updates its social media accounts and speaks publicly on the topics it is exploring and its work programme, this led to an unsolicited proposal being received from FinTechNZ. Caroline Bridgland Hill was direct sourced as she has extensive public sector senior management experience. Caroline is a skilled senior leader, with particularly strong skills in culture change & people leadership. As GM Regulatory Services, Caroline will be tasked with addressing a related & complex set of culture & people issues. Alongside these issues, the supplier will also have to lead a complex business group with three regulatory systems. The business has confidence that Caroline has the range & versality to handle the complexity of the three systems, because Caroline already has experience of working in parts of Regulatory Services. Caroline has also worked in a diverse range of agencies & roles in recent years (including HUD, Ministry of Education, Office of Ethnic Communities & DIA , which illustrates her versality.",Awarded,,0,20250410 Department of Internal Affairs,25280773,Award Notice,Open Competition,Hosting and Support of National Dog Database,,20211110,20211110,20211110,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Equinox Brief Description: Hosting and Support of National Dog Database Contract awarded: 10/11/2021 (for this extension) Initial Term: This is to to extend the engagement from 01/03/2022 - 28/02/2025. Engagement started 01/03/2008, this is the 3rd renewal. Estimated Spend: $1.507 m for 01/03/2022 to 28/02/2025 Procurement Process Direct sourced Exemption from open advertising: Government Procurement Rule 14.9c allows an exemption from open advertising on the basis that Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: * for technical reasons there is no real competition, or * the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights, or * the procurement is for a work of art. Given Equinox has provided this service for over 13 years, their technology is embedded and used by all local government, and as there is no real competition or readily available alternative in the market, and the cost of change across local government would be significant, we are directly engaging Equinox to continue to provide this service. Equinox developed the National Dog Database in 2008 and has hosted and supported it since then.",Awarded,,0,20250410 Department of Internal Affairs,25280915,Award Notice,Open Competition,Strategic Iwi Advisor: Transition and Treaty - Three Waters Reform,,20211105,20211105,20211105,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Naia Limited Address: 38 Rose Street, Somerfield, Christchurch, 8024 Brief Description: Strategic Iwi Advisor: Transition and Treaty - Three Waters Reform Contract awarded: 05/11/2021 Initial Term: 7 months Estimated Spend: $406,560 Procurement Process Direct sourced The nature and scale of the proposed Three Waters Reform require a unique and specific skill set, this applies to the whole sector. For Iwi/Maori the step change for participation is significant and as with the sector requires a unique and specialist set of technical skills that are held within a very limited number of suppliers. As CEO of one of the largest Iwi and having worked extensively across complex Iwi Settlements negotiations and implementation. Donna has extensive networks across the Crown and Iwi organisations which is what we will need for this next phase. Has extensive and specific skills in working with LG sector and how to transition a work force and new governance structures. These are very specific skills that are only held by a few people. Donna is one of them.",Awarded,,0,20250410 Department of Internal Affairs,25314321,Request for Proposals,Closed Competition,Request for Proposals for Acoustic Engineering Services for the Heke Puna Library Project,DIA/2022/001,20220126,20220217,20220328,,Sole Agency,No,,"The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across both buildings in the new documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to accommodate Nga Taonga Sound and Vision. The Heke Puna Library Project aims to achieve the following outcomes: 1. Improve the user experience at the National Library to contribute to a campus type environment. 2. Ensure that the National Library achieves a level of compatibility for day to day operations between the National Library, Nga Taonga Sound and Vision and Archives. 3. Contribute to a resilient and enduring record for government and documentary heritage for all New Zealanders and future generations. 4. Improved physical access to the record of government, documentary heritage and taonga. 5. Minimise risk to the Crown and the Department. 6. Collaboration and participation to strengthen positive outcomes and success for Maori. 7. Actively protecting Maori knowledge, interests and physical taonga. This procurement seeks to secure Acoustic Engineering Services for the Heke Puna Library Project.",Awarded,,0,20250410 Department of Internal Affairs,25314324,Request for Proposals,Closed Competition,Request for Proposals for Faade Engineering Services for the Heke Puna Library Project,DIA/2022/002,20220126,20220217,20220328,,Sole Agency,No,,"The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across both buildings in the new documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to accommodate Nga Taonga Sound and Vision. The Heke Puna Library Project aims to achieve the following outcomes: 1. Improve the user experience at the National Library to contribute to a campus type environment. 2. Ensure that the National Library achieves a level of compatibility for day to day operations between the National Library, Nga Taonga Sound and Vision and Archives. 3. Contribute to a resilient and enduring record for government and documentary heritage for all New Zealanders and future generations. 4. Improved physical access to the record of government, documentary heritage and taonga. 5. Minimise risk to the Crown and the Department. 6. Collaboration and participation to strengthen positive outcomes and success for Maori. 7. Actively protecting Maori knowledge, interests and physical taonga. This procurement seeks to secure Faade Engineering Services for the Heke Puna Library Project.",Awarded,,0,20250410 Department of Internal Affairs,25446862,Request for Proposals,Closed Competition,Request for Proposals for a Main Contractor for the Heke Puna Library Project Refurbishment Works,DIA/2020/036,20220222,20220329,20220523,,Sole Agency,No,,"The Department of Internal Affairs is seeking to appoint a Main Contractor under an ECI arrangement of the delivery of the Heke Puna Library Refurbishment Works. The Heke Puna Library Project is responsible for delivering alterations to the National Library facility in Molesworth Street. It includes changes to enable co-location and closer continued collaboration of National Library, Archives New Zealand and Nga Taonga Sound and Vision across the existing Molesworth Street building and the new Aitken Street facility to operate as a documentary heritage campus. It also includes the completion of outstanding refurbishment work and alterations to accommodate Nga Taonga Sound & Vision. Please see the attached Request for Proposals document for more detail on the project.",Awarded,,0,20250410 Department of Internal Affairs,25513595,Request for Proposals,Open Competition,Request for Proposals for a Point of Sale Solution,DIA/2021/004,20220308,20220419,20220616,,Sole Agency,No,,"The Department of Internal Affairs (DIA) is looking for a reliable supplier with the necessary capabilities, expertise, and infrastructure for the supply and support of the Point-of-Sale solution. The Point-of-Sale solution is primarily used for collecting and processing consumer payments for Life Events and Identity products and services. This RFP relates to the purchase of a fit for purpose solution that caters to DIA's growing digital landscape and supports future technologies.",Not Awarded,A contract was not awarded following this procurement process.,0,20250410 Department of Internal Affairs,25554458,Request for Proposals,Closed Competition,Request for Proposals for Acoustic Engineering Services for the Regional Shared Repository Project,DIA/2022/007,20220318,20220408,20220328,,Sole Agency,No,,"The Regional Shared Repository project is responsible for delivering a fit-for-purpose, resilient and sustainable facility in the lower North Island and will provide storage across the National Library, Nga Taonga Sound & Vision and Archives New Zealand with the potential for wider sector use. This involves the delivery of design, build, fit-out and the transfer of collections to the new facility. This facility will store low-use and digitised documentary and audio-visual heritage and taonga. The Regional Shared Repository project aims to achieve the following outcomes: The facility requires a high degree of security and protection from any damage and/or loss. It must be resilient to earthquakes, water, fire, pests and vandalism. The facility must have capacity for future expansion and be flexible for future internal changes as the requirements for storage adapt. The facility will have a design life of 100 years. The buildings systems and controlled atmosphere environments will be adaptable and responsive to store various sensitive / high valued items. The facility should be designed to the best environmental and sustainable practices possible with the goal of achieving a climate positive outcome. The facility will contain highly adaptable and smart storage systems to house the holdings, heritage documents and taonga. This procurement seeks to secure Acoustic Engineering Services for the Regional Shared Repository Project.",Awarded,,0,20250410 Department of Internal Affairs,25586689,Award Notice,Open Competition,Award notice for Three Waters Reform Iwi/Maori,,20220202,20220202,20220202,,Sole Agency,No,,"The Three Waters Reform Programme is a major, intergenerational project. It aims to ensure that New Zealands Three Waters drinking water, wastewater and Stormwater infrastructure and services are planned, maintained and delivered so that these networks are affordable and fit for purpose. The current situation does not achieve this for all communities. Working with Councils, The Government will establish four publicly-owned multi-regional entities that benefit form scale and operational efficiencies and reflect neighboring catchments and communities for interest. A core component to the success of the project is ensuring well supported Iwi/Maori policy thinking and analysis and engagement. Supplier has a very unique and highly sort after set of technical and relationship skills specifically around Iwi/Maori Resource Management and Planning which is why engagement was sourced directly and no competitive process was run. Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Beth Tupare-Katene Brief Description: Three Waters Reform Iwi/Maori Contract awarded: 02/02/2022 Initial Term: 6 months Estimated Spend: $139,280 Procurement Process Direct sourced The Three Waters Reform Programme is a major, intergenerational project. It aims to ensure that New Zealands Three Waters drinking water, wastewater and Stormwater infrastructure and services are planned, maintained and delivered so that these networks are affordable and fit for purpose. The current situation does not achieve this for all communities. Working with Councils, The Government will establish four publicly-owned multi-regional entities that benefit form scale and operational efficiencies and reflect neighboring catchments and communities for interest. A core component to the success of the project is ensuring well supported Iwi/Maori policy thinking and analysis and engagement. Supplier has a very unique and highly sort after set of technical and relationship skills specifically around Iwi/Maori Resource Management and Planning which is why engagement was sourced directly and no competitive process was run.",Awarded,,0,20250410 Department of Internal Affairs,25587500,Award Notice,Open Competition,Award notice for Digital Inclusion Social Housing Initiative,,20220204,20220204,20220204,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Dominic Lane Brief Description: Digital Inclusion Social Housing initiative, a component of the wider Digital Inclusion workstream Contract awarded: 04/02/2022 Initial Term: 6 months Estimated Spend: $123,000.00 Procurement Process Direct sourced There are significant time constraints and (Ministerial) expectations on the delivery schedule of the next phases (initialization and early implementation) of the DISH initiative. This approach to resourcing is necessary because the agency is not in a position to supply a dedicated resource, especially within the time frames required. It has been determined, through previous high-level planning undertaken by the DISH policy team, that resourcing this temporary initiative with predominantly contingent resources is the most expeditious and effective approach to achieve the required outcomes. The named resource will have specific deliverable(s) that are central to DISH and critically, will assist the DISH Initiative Lead with high level planning and resourcing of the remainder of the proposed project team. This is the first of multiple analyst resources that have been budgeted for DISH in FY 21 / 22 and slightly beyond. It is intended that the remaining resources will be sought from govt. procurement registered agencies, the DIA website and potentially secondees from other govt. agencies. The opportunity (availability) to engage the named resource at short notice is very fortuitous given the unusually competitive state of the Wellington specialised labour market at this time. The resource has been approached directly and has indicated an interest in the project and the position. It will be necessary to confirm their engagement as rapidly as possible to avoid losing the opportunity to secure their services. In this instance, the availability of the named resource and the urgency to provide resource to assist in building the DISH project team is considered justification of this direct approach.",Awarded,,0,20250410 Department of Internal Affairs,25587724,Award Notice,Open Competition,Award notice for Three Waters Reform Iwi/Maori Hera Smith,,20220203,20220203,20220203,,Sole Agency,No,,"The Three Waters Reform Programme is a major, intergenerational project. It aims to ensure that New Zealands Three Waters drinking water, wastewater and stormwater infrastructure and services are planned, maintained and delivered so that these networks are affordable and fit for purpose. The current situation does not achieve this for all communities. Working with Councils, The Government will establish four publicly-owned multi-regional entities that benefit form scale and operational efficiencies and reflect neighbouring catchments and communities for interest. A core component to the success of the project is ensuring well supported Iwi/Maori policy thinking and analysis and engagement. Hera has a very unique and highly sort after set of technical and relationship skills specifically around Iwi/Maori Resource Management and Planning which is why she was sourced directly and no competitive process was run. Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Hera Smith Brief Description: Award notice for Three Waters Reform Contract awarded: 03/02/2022 Initial Term: 6 months Estimated Spend: $173,600 Procurement Process Direct sourced The Three Waters Reform Programme is a major, intergenerational project. It aims to ensure that New Zealands Three Waters drinking water, wastewater and stormwater infrastructure and services are planned, maintained and delivered so that these networks are affordable and fit for purpose. The current situation does not achieve this for all communities. Working with Councils, The Government will establish four publicly-owned multi-regional entities that benefit form scale and operational efficiencies and reflect neighbouring catchments and communities for interest. A core component to the success of the project is ensuring well supported Iwi/Maori policy thinking and analysis and engagement. Hera has a very unique and highly sort after set of technical and relationship skills specifically around Iwi/Maori Resource Management and Planning which is why she was sourced directly and no competitive process was run.",Awarded,,0,20250410 Department of Internal Affairs,25678952,Request for Proposals,Open Competition,Digitisation Support Services,DIA/2022/003,20220411,20220504,20220815,,Sole Agency,No,,"The Department of Internal Affairs (DIA) is seeking suitably qualified suppliers to submit a proposal for the Digitisation Support Services, to manage a large-scale digitisation workflow of the nations audio and visual media assets that are preserved by the National Library of New Zealand and Archives New Zealand. The suppliers will be able to demonstrate significant experience and expertise in the areas of handling, categorisation, classification, and description of physical audio-visual media, digital media and metadata. The vendor will have the capacity and capability to undertake agile customisation activity in New Zealand to support DIA requirements. We require the selected partner to provide existing purpose-built core software which can be configured to suit DIAs workflow requirements, rather than embarking on a bespoke software development project. Due to sovereignty requirements, we want a solution that is New Zealand onshore, rather than overseas cloud based.",Awarded,"Term of Contract: 3 years Expected Spend: Approx $390k Procurement process: One step open RFP",0,20250410 Department of Internal Affairs,25695007,Award Notice,Open Competition,Three Waters Reform Programme,,20220225,20220225,20220225,,Sole Agency,No,,Please note - No GETs post for initial engagement due to being complaint with GPRs,Awarded,"Dates & value of initial engagement - 04/01/2021 to 30/06/2021 Value $800,000.00 Dates & value of first extension - 1/07/2021 to 31/03/2022 Value $1,200,000.00, Dates & value of second extension - 01/04/2022 to 30/06/2022 Value $1,156,125 (also includes increase of fees between Jan 22 to Mar 22) Total term: 18 months Estimated Spend: $3,156,125 (includes initial engagement and 2 extensions + disbursements) Procurement Process: RFP Exemption justification for extensions: Rule 14.D - Additional goods, services or works applies. Goods, services or works additional to the original requirements that are necessary for complete delivery.",0,20250410 Department of Internal Affairs,25698082,Award Notice,Open Competition,Award notice for Three Waters Reform Policy advice,,20220304,20220304,20220304,,Sole Agency,No,,Please note - No GETs post for initial engagement due to being complaint with GPRs,Awarded,"Date of & value of initial engagement - 01/09/2020 to 30/06/2021 Value $1,499,999.48 Date of & value of first extension - 01/07/2021 to 31/03/2022 Value $1,332,603.57 Date of & value of second extension 01/01/22 to 31/03/2022 Value $322,062 & 01/04/2022 to 30/06/2022 Value $611,506. Total value of second extension: $933,568 Total term: 22 months (includes initial engagement and 2 extensions + disbursements) Estimated Spend: $3,766,171.05 (includes initial engagement and 2 extensions) Procurement Process: RFP Exemption justification for extensions: Rule 14.D - Additional goods, services or works applies. Goods, services or works additional to the original requirements that are necessary for complete delivery.",0,20250410 Department of Internal Affairs,25698371,Award Notice,Open Competition,Award notice for Three Waters Reform Programme - Support,,20220324,20220324,20220324,,Sole Agency,No,,Please note - No GETs post for initial engagement due to being complaint with GPRs,Awarded,"Initial Contract awarded: 1/09/2020 (compliant with GPR RFP run and engaged from AOG panel) Dates and value of initial engagement - 01/09/2020 to 30/06/2021 Value $1,500,000 Dates and value of first extension - 1/07/2021 to 31/03/2022 Value $4,663,000 (also includes the increase of fees between January 21 to June 21, this includes work for Reform and NTU setting up the Transition Unit and Establishment Entities, Data Collection and Due Diligence Planning, Workstream Support: ICT, Workforce, and Technical Support) Dates and value of second extension - 1/04/2022 to 30/06/2022 $5,257,628.73 (work for Data and Digital, Data Discovery Support, Operating Blueprint, NTU delivery/support, NTU secondments, programme business case, NTU design, NTU budget modelling and contingency) Estimated Spend: $11,420,628.73 (includes initial engagement and 2 extensions + disbursements) Procurement Process: RFP Exemption justification for extensions: Rule 14.D - Additional goods, services or works applies. Goods, services or works additional to the original requirements that are necessary for complete delivery.",0,20250410 Department of Internal Affairs,25717052,Award Notice,Open Competition,Award notice for Vulnerability Management Tool,,20220314,20220314,20220314,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Kordia Limited Brief Description: Vulnerability Management Tool Contract awarded: 14/03/2022 Total term: 8 years Estimated Spend: $615k (based on the assumption that phase 2 will go ahead in addition to 1st phase) Procurement Process: Market tested / non AOG provider selected",Awarded,,0,20250410 Department of Internal Affairs,25717108,Award Notice,Open Competition,Award notice for Three Waters National Transition Unit (NTU) - Industry Transformation Strategy,,20220411,20220411,20220411,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Water New Zealand Brief Description: Three Waters National Transition Unit (NTU) - Industry Transformation Strategy Contract awarded: 11/04/2022 Total term: 5 months Estimated Spend: $125,000 Procurement Process: Direct source",Awarded,,0,20250410 Department of Internal Affairs,25753901,Award Notice,Open Competition,Award notice for Future for Local Government Review - Principal Advisor,,20220310,20220310,20220310,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Tim Saunders Brief Description: Future for Local Government Review (FFLG) - Principal Advisor Contract awarded: 10/03/2022 Initial Term: 12 months Estimated Spend: $ 294,400 Procurement Process Direct sourced Reason - A unique and specific skill set is required for this work. The Maori Reference Group (Maori Thought Leaders Roopu) requested that the report incorporates Te Ao Maori and the business required a person in the policy team with the iwi/hapu knowledge who can translate the information received during the iwi/maori engagement into the report writing. This requires a specialist set of technical skills which are held with a very limited number of suppliers and very hard to find.",Awarded,,0,20250410 Department of Internal Affairs,25775124,Award Notice,Open Competition,Award Notice for Three Waters Reform Programme Legal services,,20220401,20220401,20220401,,Sole Agency,No,,Please note - No GETs post for initial engagement due to being complaint with GPRs,Awarded,"Date of & value of initial engagement: 01/09/2020 to 30/06/2021 Value: $1,500,000 (includes fees and disbursements) Date of & value of first extension: 01/07/2021 to 31/03/2022 Value $1,210,000 (includes fees and disbursements) Date of & value of second extension: 01/04/2022 to 30/06/2022 Value: $2,210,000 (includes fees and disbursements) Total term: 19 months (includes initial engagement and 2 extensions) Total Estimated Spend: $4,992,750 (includes initial engagement and 2 extensions + disbursements + AOG fee) Procurement Process: Secondary process Exemption justification for extensions: Rule 14.D - Additional goods, services or works applies. Goods, services or works additional to the original requirements that are necessary for complete delivery.",0,20250410 Department of Internal Affairs,25886525,Request for Proposals,Open Competition,Request for Proposals for Te Ara Manaaki Phase 2 - Document Verification Service (DVS),DIA/2022/004,20220601,20220629,20221201,,Sole Agency,No,,"The Department of Internal Affairs (the Department) Kawai ki te Iwi or Service Delivery and Operations (SDO) Branch is one of the Departments most public-facing branches, providing customers with a wide variety of services, products, and advice. The Te Ara Manaaki programme is supporting SDO to reimagine and redesign its identity and life event products and services putting customers and their whanau at the heart of everything we do. This Request for Proposals relates to the engagement of an approved Gateway Service Provider to provide the Department access to the Document Verification Service (DVS) to verify eligibility for New Zealand Citizenship.",Awarded,"The Department of Internal Affairs (45 Pipitea Street, Thorndon, Wellington 6011, New Zealand) has awarded the contract for this opportunity for Te Ara Manaaki Phase 2 - Document Verification Service (DVS) to VERIFI IDENTITY SERVICES LIMITED (Level 2, 48 High Street, Auckland, 1010, New Zealand). Date of Contract Award: 01/12/2022 Initial term of the Contract: 3 years Rights of renewal: up to three extensions of one year each (i.e. 3+1+1+1) followed by annual rollover subject to review Type of Procurement Process used: single stage, open Request for Proposals (RFP)",0,20250410 Department of Internal Affairs,25988147,Award Notice,Open Competition,"Award Notice for Three Waters Reform Programme support and advice to a Working Group on Representation, Governance and Accountability",,20211001,20211001,20211001,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: New Zealand Local Government Association Incorporated (LGNZ) Brief Description: Three Waters Reform Programme support and advice to a Working Group on Representation, Governance and Accountability Date of engagement: 01/10/2021 to 30/06/2022 Total term: 9 months Estimated Spend: $654,300 excl GST Procurement Process: Direct Source Exemption justification: LGNZ is the sole specialist in their industry. They have an established history and are highly respected thus carrying a lot of influence in their sector. There are no other suppliers who would be able to do this work.",Awarded,,0,20250410 Department of Internal Affairs,26028063,Award Notice,Open Competition,Award Notice for Three Waters Reform Programme Iwi/Maori Engagement Team,,20220624,20220624,20220624,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Kylie Brown Brief Description: Three Waters Reform Programme Iwi/Maori Engagement Team Date of engagement: 24/06/2022 to 30/01/2023 Total term: 6 months Estimated Spend: $160,400 excl GST Procurement Process: Direct Source Exemption justification: The nature and scale of the proposed Three Waters Reform requires a unique and specific skill set, and this applies to the whole sector. For Iwi/Maori the step change for participation is significant and requires a unique and specialist set of technical skills that are held within a very limited number of suppliers. We have run similar procurement processes recently and know individuals with the required technical skills coupled with the extensive engagement experience with whanau, hapu and iwi are in high-demand and short supply, therefore the decision was made to direct source to fill this role.",Awarded,,0,20250410 Department of Internal Affairs,26265900,Award Notice,Open Competition,Award Notice for Three Waters Reform Programme - discovery for Infor implementation,,20220818,20220818,20220818,,Sole Agency,No,,"Department of Internal Affairs (DIA). 45 Pipitea Street, Wellington, 6011 Successful Supplier: Infor Brief Description: Three Waters Reform Programme discovery for Infor implementation Total term: 6 weeks Estimated Spend: $349K Procurement Process: Closed RFP following a market analysis exercise Exemption justification for extensions: The selection of Infor has been the result of a closed RFP process that followed a detailed market analysis exercise. This discovery exercise is important to determine the suitability of the solution prior to entering into the next significant contracting phase.",Awarded,,0,20250410 Department of Internal Affairs,26336870,Request for Proposals,Closed Competition,Request For Proposal for a Workforce Planning Tool,DIA/2022/009,20220914,20221006,20230622,,Sole Agency,No,,"The Department of Internal Affairs (the Department), Kawai ki te Iwi or Service Delivery and Operations (SDO) Branch is one of the Departments most public-facing groups, providing customers with a wide variety of services, products, and advice. SDOs reach includes Identity and Passport Services, Births, Deaths and Marriages, Citizenship, Charities Services, Authentications, Translations, Digital Transformation and Community Operations. DIA are looking to procure a commercial off the shelf Workforce Planning Tool for all of SDO that is configurable to suit DIA's requirements. The initial focus is on forecasting and scheduling for ~800 SDO team members with a view of potentially scaling up across the Department. This Request for Proposal (RFP) relates to the purchase of implementation and support services for a Workforce Planning Tool. As a short-listed supplier, you have been invited to a closed second stage RFP process to submit a Proposal.",Awarded,,0,20250410 Department of Internal Affairs,26758276,Request for Proposals,Open Competition,Outsourced Payroll Services Provider,DIA/2022/3WCD011,20221220,20230214,20230529,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Three Waters Reform Programme and is seeking an outsourced payroll provider. The National Transition Unit is looking for providers who have the capability, experience and capacity to provide payroll services for New Zealands four Water Services Entities. The provider needs to have a strong track record in delivering outcomes through the provision of quality resources, frameworks, methodologies and expertise.",Awarded,,2000000,20250410 Department of Internal Affairs,26897299,Award Notice,Open Competition,Telephony Migration/Upgrade to Cloud,DIA/2022/006,20221222,20221222,20221222,,Sole Agency,No,,"The Department of Internal Affairs Service Delivery and Operations (SDO) Branch required a Cloud-Based Contact Centre solution. A closed competitive secondary procurement process was conducted from the TaaS Panel.",Awarded,,1170000,20250410 Department of Internal Affairs,26951799,Request for Proposals,Open Competition,Three Waters - Geospatial Services,DIA/2022/3WCD009,20230215,20230321,20230522,,Sole Agency,No,,"DIA is leading the Three Waters Reform Programme and is seeking delivery capability to provide Geographic Information System (GIS) Services to assist with its Customer and Digital Workstream programmes of work. We are looking for GIS leadership, architecture, services delivery capability and experience that can be drawn from to ensure we are creating a modern GIS platform that will connect our core GIS and internal/external data sets and provide self-service, analytics and insights across the four Water Service Entities. Supplier(s) need to be able to provide both a continuity of service and the ability to flex based on the demands of the programme. Please submit your intention to respond via GETS by 22 February 2023.",Awarded,,8000000,20250410 Department of Internal Affairs,27047896,Request for Proposals,Open Competition,Three Waters - Testing Services,3WCD008,20230307,20230403,20230522,,Sole Agency,No,,"DIA is leading the Three Waters Reform Programme and is seeking delivery capability to provide Application Testing Services to assist with its Customer and Digital Workstream programmes of work. We are looking for test leadership, architecture and services delivery capability and experience that can be drawn from to ensure we are creating a modern test automation platform and practice that will enable visibility and transparency of manual and automation testing across our core systems of record for the four Water Service Entities. DIA will be hosting a Supplier Briefing on 15 March at 12:30PM. To register for this briefing please send a signed copy of the Non-Disclosure Agreement available in the attachments section of this RFP to NTUDigitalProcurement@dia.govt.nz",Awarded,,10000000,20250410 Department of Internal Affairs,27378609,Request for Proposals,Open Competition,Service Delivery and Operations Investigations Case Management System,DIA/2023/004,20230511,20230602,20231115,,Sole Agency,No,,"The Department of Internal Affairs (the Department) Kawai ki te Iwi or Service Delivery and Operations (SDO) Branch is one of the Departments most public-facing groups, providing customers with a wide variety of services, products, and advice. Kawai ki te Iwi means Links to the People, which reflects the customer-centric approach the Department takes to provide effective and efficient services. The SDO function specialises in preventing, detecting, and sanctioning identity crime and other fraudulent activities associated with SDO services and products. The Department is looking to procure a commercial off the shelf (COTS) Case Management System for our Investigations Team in SDO that is configurable to suit the Departments requirements. The solution is intended to uplift the team's investigation capabilities through better case management, collaboration, staff empowerment, and quality management. This Request for Proposal (RFP) relates to the purchase of implementation and support services for an Investigations Case Management System.",Awarded,,0,20250410 Department of Internal Affairs,27520102,Request for Proposals,Open Competition,Health & Safety Services,DIA23/SOR013,20230609,20230706,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,DIA is leading the Water Services Reform Programme and is seeking a Health & Safety Software-as-a-Service (SaaS) solution from a suitably qualified and experienced vendor for use by ten new water service entities (WSEs) to be established and operational between 1 July 2024 and 30 June 2026 or so as part of the Reform Programme.,Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27652931,Request for Proposals,Open Competition,User Provisioning,DIA/2023/CSOT007,20230725,20230824,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and is seeking a partner to enable automated user provisioning via a technology solution. The solution must include full account life cycle management for staff, direct contractors, and suppliers. The solution will enable, but is not limited to: - Provisioning and deprovisioning of staff and direct contractors from the WSEs core HR system and subsequent write-back - Provisioning and deprovisioning of suppliers directly into Azure Active Directory (AAD) - Automatically enrol users into correct groups and assign appropriate licenses and access based on their role profile - The creation of an automated self-service capability for users to request or remove access permissions or licenses as required for their role. This capability must include approval workflows and a full audit capability - Supply of a comprehensive reporting database that will provide reporting on items such as inactive accounts and account privileges - The ability to perform periodic hygiene checks of access permissions by role type - Work with our chosen Desktop and Cloud provider (the Desktop and Cloud provider will be ultimately responsible for AAD) to deliver application integration and Single Sign On - Ongoing service and support of the chosen technology solution, including a commitment to incremental improvements, changes, and updates as required - Supply of appropriate documentation and training The supplier briefing is on 2 August at 1pm. Please email NTUdigitalprocurement@dia.govt.nz to register.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27653474,Request for Proposals,Open Competition,ITSM Software,DIA/2023/CSOT008,20230725,20230830,20231117,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme are seeking a partner to provide a cloud based IT Service Management solution (software as a service) and who can design, build, integrate, configure the IT Service Management solution and provide hand over to the new operational team for each of the 10 Water Services Entities. The IT Service Management solution will support the entire WSE environment, including Corporate Services and Operational Technology. The solution needs to cover: - Service desk management - Service request management - Incident and problem management - IT change management - DR management plan - Software and Hardware Asset management - Documentation - Training - Reporting The supplier briefing is on 3 August at 9am. Please email NTUdigitalprocurement@dia.govt.nz to register.",Awarded,,260000,20250410 Department of Internal Affairs,27653733,Request for Proposals,Open Competition,Print House Service,DIA/2023/CSOT011a,20230725,20230821,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and is seeking to procure Print House Services for 10 individual Water Service Entities (WSEs) across New Zealand. Each of which will have its own specific print and mail house demands which will need to be met. The broad scope of services required from the partner are: - The consumption of data files provided by WSEs to create mailout materials to customers, either physical material or digital - Management of returned mail or bounced back emails - Regular reporting containing statistical information on billing runs, returned mail or email bounce-backs etc - Processing of daily files into dunning letters - Maintaining sufficient stocks to facilitate unplanned communication The supplier briefing is on 31 July at 1pm. Please email NTUdigitalprocurement@dia.govt.nz to register.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27653779,Request for Proposals,Open Competition,Build of Core Operating Environment,DIA/2023/CSOT006B,20230725,20230818,20231106,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and will use Azure Cloud Compute, Azure Active Directory and Microsoft 365 for its productivity and applications. We are seeking a partner to provide services to configure and implement Azure Cloud Compute, Azure Active Directory, Microsoft 365 and desktop for each of the 10 Water Services Entities (WSEs) to provide the follow services delivered across Windows, Mac, IOS and Android devices: - Azure cloud services and infrastructure - Azure landing zone - Azure devops - Software and licenses for any tools required to provide or implement the solutions - Design, build, and delivery of the core operating environment (desktop and Microsoft 365) - Virtual desktop (for edge case requirements) - Corporate device management - BYOD device management - Advanced endpoint protection and provision of security event data to WSEs SIEM. - Provision a secure core operating environment and provision security event data to the WSEs SIEM. - Multi-factor authentication (corporate owned / BYOD devices supported) - Packaging and delivery of applications (e.g. Adobe Pro, Visio) via self-service and corporate store, and development of relevant policy - Configuration, build and management of Intune including autopilot - Email exchange - Cloud deployment and cost optimisation - Build and configuration of PKI and certificate management - Monitoring and alerting of cloud, device and corporate systems - Creation of appropriate documentation The supplier briefing is on 1 August at 9am. Please email NTUdigitalprocurement@dia.govt.nz to register.",Awarded,,285000,20250410 Department of Internal Affairs,27653857,Request for Proposals,Open Competition,Build of AWS Cloud Services,DIA/2023/CSOT006C,20230725,20230822,20231016,,Sole Agency,No,,"DIA is leading the Water Services Reform Programme and will use AWS as part of our System of Record solutions. We are seeking a partner that will be responsible for the setup of our AWS cloud services and infrastructure, including Landing Zones, DevOps and security. The partner will be responsible for the design, build and delivery of the following: - AWS cloud services and infrastructure - AWS landing zone - AWS devops - Cloud deployment and cost optimisation - Monitoring and alerting of cloud services - Creation of appropriate documentation The supplier briefing is on 1 August at 2pm. Please email NTUdigitalprocurement@dia.govt.nz to register.",Awarded,,127000,20250410 Department of Internal Affairs,27653875,Request for Proposals,Open Competition,Build of Intranet and SharePoint,DIA/2023/CSOT006D,20230725,20230823,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and is seeking delivery capability to assist with the design, build and delivery of Intranet and SharePoint to assist with its Customer and Digital Workstream programmes of work. We are looking for someone (using our supplied design guide) to create our intranet content framework, and its associated document management system utilising our investment in SharePoint. We are seeking proposals from a qualified partner who will be responsible for: -The design, build and delivery of our intranet framework - The design, build and configuration of our SharePoint environment - Implementation of our corporate document management policies - Creation of appropriate documentation and training The supplier briefing is on 2 August at 9am. Please email NTUdigitalprocurement@dia.govt.nz to register.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27653897,Request for Proposals,Open Competition,Meeting rooms and site visitor access control,DIA/2023/CSOT006E,20230814,20230913,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and are seeking a partner to provide, install and manage all the required equipment and technology to provide a seamless user experience while conducting meetings and using video conferencing facilities. Microsoft Teams Rooms will be used as the meeting room conferencing solution and any licensing will be provided by our Microsoft licensing partner. The rooms will need to be compatible with Windows, Mac, IOS and Android devices. The partner will be responsible for the design, build, delivery and ongoing management of the following: - Video conferencing, telephony and messaging via Microsoft Teams - Meeting room equipment, at room booking solution, installation and support - Creation of appropriate documentation In addition, we are looking for a fully integrated visitor welcome solution. The partner will be responsible for the design, build and delivery of the solution. The key features will include: - Self-service kiosk - Full visitor registration - Quick registration for returning visitors - Acknowledgement of any site health and safety requirements - The ability to print visitor passes - Host notification",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27733294,Request for Proposals,Open Competition,Contact Centre Software as a Service,DIA/2023/CSOT009,20230725,20230821,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"NTU is seeking to procure Contact Centre Software as a Service for each of the 10 WSEs that will natively integrate with Salesforce Contact Centre via Service Cloud Voice (SCV). The Contact Centre Software will process all voice calls and manage queues and routing for voice, chat and email before presenting them in Salesforce to the appropriate available Call Centre Agent. The functionalities of the Contact Centre Software as a Service must include the core features of: - IVR - Call backs - Call recording - Call transcription - Call transfer - Omni Channel Queue Management (Voice, Chat and Email) and skills based routing - Agent monitoring - Omni Channel Reporting / Real time performance dashboards - Workforce Management - Full integration with Salesforce Contact Centre via Service Cloud Voice (SCV) Additional outcomes include: - The Contact Centre as a Service can be implemented and be available ahead of January 2024 and rolled out over the remaining 24 months as each of the WSEs come online. - Each WSE will have their own individual contract, initially under NTU then novated to the WSE as it goes live. - Establishment of Contact Centre Software as a Service is subject to offramps which allow the NTU to exit the agreements in the case of circumstances of change such as a change of government or Reform change. - Any volume-based pricing reflects the cumulative volumes of all 10 WSEs and the same unit price will apply in each contract regardless of the WSEs individual volume. The supplier briefing is on 1 August at 12:30pm. Please email NTUdigitalprocurement@dia.govt.nz to register.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27744703,Request for Proposals,Open Competition,Corporate Network Infrastructure and Mobile Services,DIA/2023/CSOT005,20230725,20230918,20240118,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"Lot 1 Corporate Network Infrastructure, Commoditised Internet Connectivity and Voice Services: We are seeking to identify a supplier of hardware and services for network connectivity at each entity's sites with a corporate workforce. This will include, but not be limited to, WIFI access, edge devices (routers and firewalls), switches and any required cabling. We are also looking for this supplier to provide, directly or through a partnering arrangement, commoditized internet connectivity (with redundancy where required) and voice services. We are not seeking any inter site connectivity at this time. Ongoing service support and management of this solution is also required. Lot 2 Mobile Services We are seeking a supplier of Mobile services, this includes but is?not limited to Handsets, Plans, Sims for BYOD, and Data only plans and Sims. Support for E-Sims is also required. We are also looking for device logistics and physical management. Corporate network infrastructure, commoditised internet connectivity, voice services and mobile services The supplier briefing is on 8 August at 2pm. Please email NTUdigitalprocurement@dia.govt.nz to register.",Not Awarded,At Minister's request all work on the Customer & Digital programme is to cease.,0,20250410 Department of Internal Affairs,27745646,Request for Proposals,Open Competition,Security Operations as a Service,DIA/2023/CSOT004,20230725,20230911,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"NTU is seeking to procure a single Security Operations as a Service which can be logically separated between the 10 WSEs. The functionalities of the Security Operations as a Service must include the core features of: - Security Operation Centre (SOC) as a Service - Security Information Event Monitoring (SIEM) - Network Security Monitoring - Patch and Vulnerability Monitoring - Security Training and Awareness Additional outcomes include: - The Security Operations as a Service can be implemented and be available ahead of January 2024 for Corporate Systems and April 2024 for Operational Technology and has the ability to scale over the remaining 24 months as each of the WSEs come online. - This service will operate across all IT systems, including Corporate Systems (IT CS) and Operational Technology Industrial Control Systems (OT ICS). - Each WSE will have their own individual contract, initially under NTU then novated to the WSE as it goes live. - Establishment of Security Operations as a Service is subject to offramps which allow the NTU to exit the agreements in the case of circumstances of change such as a change of government or Reform change. - Any volume-based pricing reflects the cumulative volumes of all 10 WSEs and the same unit price will apply in each contract regardless of the WSEs individual volume. The supplier briefing is on 7 August at 11am. Please email NTUdigitalprocurement@dia.govt.nz to register.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27745715,Request for Proposals,Open Competition,Operation Technology Security Monitoring,DIA/2023/CSOT002,20230815,20230911,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and is seeking an Operational Technology (OT) Security Monitoring solution. Security Monitoring of OT will ensure that the Water Service Entities can manage the growing security risk associated with large industrial control networks and that their security teams have the tools to appropriately respond to and recover from events in their control systems networks. We are looking for a supplier to work with us to establish this solution and implement it across the ten new Water Service Entities. For each WSE the supplier will provide: - A Security Monitoring solution - A detailed design for the implementation of the solution, - Implementation services to establish the solution, - Ongoing support of the solution.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27870600,Request for Proposals,Open Competition,GCMS Redevelopment - Request for Proposals,DIA/2023/001,20230814,20230918,20250225,,Sole Agency,No,,"The Department of Internal Affairs is interested in a system which has grants management and customer relationship management (CRM) capabilities for our Hapai Hapori I Community Operations group to better support whanau, hapu, iwi and communities meet their aspirations through community advisory and funding support. We are looking for credible providers who can meet our requirements, preconditions, and provide a scalable solution to enable us to provide customer advisory services and manage a high number of grants applications reliably and seamlessly. This is a continuation of our previous listings on GETS, notably the Advance Notice to Market and the 'Request for Information' published in May and June respectively.",Not Awarded,"Not awarded. Request for Proposals cancelled in accordance with clause 6.22 of the RFP terms. The Department would like to thank everybody who was involved in this process.",0,20250410 Department of Internal Affairs,27873976,Request for Proposals,Open Competition,Operational Technology Infrastructure,DIA/2023/CSOT014,20230814,20230908,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and is seeking a partner that will deliver the design, build and implementation of the full solution required to support the operational technology infrastructure requirements detailed within this RFP. A key component of this will be the proposal to develop a detailed design that will inform the rest of the project. To ensure we can assess your proposal in full, we expect your response to include an outline of the potential components that may be covered within the detailed design. These components can be presented in the form of a service catalogue but must also be included within your response to Response Form 4 Pricing, to allow for a fair comparison to other suppliers tenders. This RFP is not seeking responses that only provide the detailed design, or only provide the implementation of a detailed design. This RFP is seeking a full response that includes a proposal to create a detailed design and then the implementation of that detailed design. The solution will need to include the following components along with on-going support options for the solution - Compute?? - Datacentre? - Hardware? - Virtualisation? - Storage? - Networking? - Datacentre - Inter-datacentre connectivity - Internet connectivity? - Legacy interconnect? - Foundational Services? - Application services? - Technology services? In addition to the deliverables covered under this RFP, we have identified the potential for some additional work to be performed for Entities B to J. This work involves setting up secure access to existing OT environments where the councils are unable or unwilling to provide access through their current network infrastructure. We reserve the right to award this incremental work to the successful respondent. To register for the supplier briefing on 21 August and receive access to a reference document, please sign the NDA attached to this listing and return to ntudigitalprocurement@dia.govt.nz",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,27889110,Request for Proposals,Open Competition,Data Ingestion Tool,DIA/2023/SOR016,20230815,20230911,20231124,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"The Department of Internal Affairs (DIA) National Transition Unit (NTU) is leading the Water Services Reform Programme and seeks a modern off-the-shelf software solution(s) to enable its Data Ingestion capability within its cloud data platform. The solution is essential to the Water Services Reform programme to enable low impact, reliable, movement of data from both internal and external data sources building transparency, trust, and confidence in the organisations data. The solution will provide capability across core Data Ingestion functions (including adaptive low impact connectivity to all modern Data Sources with Schema Evolution, Governance, Security by Design, Change Data Capture, Data Lineage and Metadata Management). The tool needs the ability to seamlessly integrate with leading edge Public Cloud Provider Services, Software-as-a-Service business solutions and Cloud Data Platforms. The tool also must support open-standards integration, and it will not require proprietary connectors/protocols in order to be integrated into the technology ecosystem The NTU is also interested in the vendor's services delivery capability, including implementation support, training, technical assistance, and maintenance.",Awarded,,80000,20250410 Department of Internal Affairs,27891798,Request for Proposals,Open Competition,Operational Technology Remote Access,DIA/2023/CSOT001,20230816,20230915,20240118,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"DIA is leading the Water Services Reform Programme and is seeking an Operational Technology (OT) Remote Access solution to enable Water Service Entity staff or contractors to remotely connect to the water service entity Operational Technology (OT) systems?via a consistent, secure, auditable mechanism.? We are looking for a supplier to establish this solution and tailor it to each of the ten new Water Service Entities. For each WSE the supplier will provide:??? - An OT Remote Access Solution - A detailed design for the implementation of the solution? - Implementation services to establish the solution?? - Ongoing support of the solution? Unfortunately we have had technical issues uploading the response forms to GETS. Please email ntudigitalprocurement@dia.govt.nz for access to the documents.",Not Awarded,At Minister's request all work on the Customer & Digital programme is to cease.,0,20250410 Department of Internal Affairs,28023682,Request for Proposals,Open Competition,Credit Card Payment Gateway,DIA/2023/SOR019,20230904,20230928,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"The Department of Internal Affairs National Transition Unit is leading the Water Services Reform Programme and seeks a modern solution to provide Day One capabilities for Water Services Entities (WSEs) that allow customer credit card payments to be made both on an adhoc basis, and for WSEs to generate bulk payment requests. NTU is looking for a proven solution that can be rapidly integrated to our core billing and CRM systems in order to allow customers to make reliable, seamless and secure credit card payments. While the initial focus is credit card payments, NTU is keen to understand vendors innovation roadmaps, e.g. how they have or will incorporate changing payment mechanisms including open banking platforms. NTU is also interested in the vendor's services delivery capability, including implementation support, training, technical assistance, and maintenance.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,28096911,Request for Proposals,Open Competition,Asset Investment Management,DIA/2023/SOR014,20230913,20231009,20240123,,Sole Agency,No,NTUDigitalProcurement@dia.govt.nz,"The Department of Internal Affairs (DIA) is leading the Water Services Reform Programme that will establish ten Water Service Entities that will develop, own and operate water, wastewater and stormwater assets. National Transition Unit (NTU) is working on establishment of these Water Service Entities and is seeking a modern off-the-shelf software solution(s) to enhance Asset Investment Management capability for each entity. The solution(s) should provide robust capabilities to capture investment needs for both new assets and renewals, develop their business cases, prioritise the initiatives and assets and perform scenario planning to enable data-driven decisions and resource/delivery optimisation for water, wastewater and stormwater infrastructure assets. DIA is also interested in the vendor's services delivery capability, including implementation support, training, technical assistance and maintenance. The solution must align with software and asset management industry standards and best practices and facilitate efficient asset investment planning for each Water Service Entity.",Not Awarded,Due to the closure of the programme this contract was not awarded.,0,20250410 Department of Internal Affairs,28155859,Request for Proposals,Open Competition,Full-Text Digitisation Services for National Library of New Zealand,DIA/2023/008,20230922,20231020,20240618,,Sole Agency,No,,"The Department of Internal Affairs serves and connects people, communities, and government to build a safe, prosperous and respected nation. The National Library of New Zealand Te Puna Matauranga o Aotearoa (National Library) is part of Te Haumi - Enterprise Partnerships branch of the Department. The National Library collects, preserves, and protects New Zealands documentary heritage to enrich the cultural and economic life of New Zealand and its interchanges with other nations. National Library is looking for a supplier(s) to provide the following Digitisation Services: Full-text digitisation of newspapers Full-text digitisation of periodicals Full-text digitisation of books Full-text digitisation of other documentary material as required Digitisation Services encompasses scanning and image conversion (including Optical Character Recognition) and also includes the image conversion of existing images. Please confirm your intent to respond to this Request for Proposal (RFP) using the GETS Question and Answer function before 5pm on the 27th of September.",Awarded,"The Department of Internal Affairs (45 Pipitea Street, Thorndon, Wellington 6011, New Zealand) has awarded the contract for this opportunity for Full-Text Digitisation Services for National Library of New Zealand to NINESTARS INFORMATION TECHNOLOGIES PRIVATE LIMITED (756, VASAN AVENUE, ANNA SALAI, CHENNAI 600 002, INDIA). Date of Contract Award: 18/06/2024 Initial term of the Contract: 3 years Rights of renewal: up to two extensions of two years each (i.e. 3+2+2) followed by annual rollover subject to review Type of Procurement Process used: single stage, open Request for Proposals (RFP)",0,20250410 Department of Internal Affairs,28475019,Request for Proposals,Open Competition,Te Tari Taiwhenua - Implementation partner for Establishment of SharePoint Online as an ECMS,DIA/2023/011,20231117,20231220,20240701,,Sole Agency,No,,"The Department of Internal Affairs (the Department) serves and connects people, communities and government to build a safe, prosperous and respected nation. He Pou Aronui - Organisational Capability and Services Branch provides corporate support functions to other business groups in the Department, in finance, human resources, ICT Support (Technology Services and Solutions), property, procurement, health and safety, security, information management and privacy, and administration. The Departments Cohesion Enterprise Content Management System (ECMS) will soon be reaching its end of life and needs to be replaced. (The ECMS is part of a Capgemini multi-tenant SharePoint 2016 farm hosted in Datacom data centres.) This Request for Proposal (RFP) relates to the selection of an implementation partner with experience in designing an ECMS in SharePoint Online, migrating from on-premises SharePoint versions, especially 2016, to SharePoint Online, and providing excellent user experience (UX) design skills. Our partner will have in-depth knowledge of SharePoint Online and M365, and experience in change management, training and support.",Awarded,,0,20250410 Department of Internal Affairs,28977119,Request for Proposals,Open Competition,Heke Rua Archives Relocation Services,DIA/2024/002,20240308,20240412,20240805,,Sole Agency,No,,,Awarded,,0,20250410 Department of Internal Affairs,29171591,Request for Proposals,Closed Competition,Enterprise Web Delivery Platform,DIA/2023/010,20240408,20240513,20241017,,Sole Agency,No,,"The Department of Internal Affairs serves and connects people, communities, and government to build a safe, prosperous and respected nation. This opportunity is for a supplier who has a clear understanding of our requirements and can contribute to the improvement of the Department's digital experience, by suppling a modern web hosting platform solution suitable for future re-design of the Departments web services. The preferred supplier may be engaged to undertake migration (and related tasks) from current web hosting platform solutions to the future platform. The supplier may also be engaged to provide a level of ongoing support post implementation. Please respond to this Request for Proposal (RFP) using the GETS Question and Answer function before 5pm on the 13th of May.",Awarded,"The Department of Internal Affairs (45 Pipitea Street, Thorndon, Wellington 6011, New Zealand) has awarded the contract for this opportunity for Enterprise Web Delivery Platform to SQUIZ (282 Wakefield Street, Te Aro, Wellington, 6011, NEW ZEALAND). Date of Contract Award: 17/10/2024 Initial term of the Contract: 2 years Rights of renewal: up to two extensions of two years each (i.e. 2+2+2) followed by annual rollover subject to review Type of Procurement Process used: competitive secondary procurement (RFP)",0,20250410 Department of Internal Affairs,29688115,Request for Quotations,Open Competition,Supply of Board Stock for Box Making Machine,DIA/2024/005,20240701,20240719,20241213,,Sole Agency,No,,,Awarded,,0,20250410 Department of Internal Affairs,29727754,Request for Proposals,Closed Competition,Te Tari Taiwhenua - Digital Identity Foundation data migration,DIA/2024/003,20240708,20240726,20240923,,Sole Agency,No,,,Awarded,,0,20250410 Department of Internal Affairs,30757684,Award Notice,Open Competition,VIPT EV Infrastructure Project,,20240212,20240226,20240212,,Sole Agency,No,,Security of the physical locations,Awarded,,707000,20250410 Department of Internal Affairs,31231828,Award Notice,Open Competition,Electronic Monitoring Services (EMS) - Right of Renewal Exercised,,20250115,20250115,20250115,,Sole Agency,No,,The Department of Internal Affairs has signed a variation to utilise the one-year extension option in the current EMS Service Agreement with Intralot New Zealand for continued supply of the Electronic Monitoring Service (EMS). This variation extends the EMS Service Agreement from 10 May 2025 to 10 May 2026.,Awarded,,0,20250410 Department of Internal Affairs,31413052,Award Notice,Open Competition,Award Notice for Electronic Monitoring System (EMS) Contract Extension,,20250404,20250404,20250404,,Sole Agency,No,,"The Department of Internal Affairs has signed a contract extension with Intralot New Zealand for the continued supply of the Electronic Monitoring System (EMS) while we continue to explore the ongoing electronic monitoring needs for class 4 (non-casino) gambling. The extension is for a period of six years until May 2032, and includes an optional one-year right of renewal to May 2033. The extension will commence when the current contract ends on 10 May 2026. Updates and further information on the EMS project can be found on DIAs website - https://www.dia.govt.nz/Electronic-Monitoring-System-Project-2023",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,19726265,Request for Proposals,Open Competition,Government House Auckland - Grounds Maintenance Services,,20180517,20180611,20200423,,Sole Agency,No,,"Government House Auckland is one of two residences of the Governor-General of New Zealand. The grounds serve an important function to New Zealand; it has an abundance of history and heritage value. The surroundings host a wide range of official events including state visits, investitures and diplomatic receptions. The Department of the Prime Minister and Cabinet (DPMC) is seeking a Supplier of Grounds Maintenance Services, to service Government House Auckland. The grounds and gardens are a significant portion of Government House Auckland (approximately 4 hectares) and therefore we are seeking an established Supplier in the Auckland region who has reputable practices in the following key service areas: - Arboriculture - Horticulture - Turf Culture, and - Grounds infrastructure maintenance (i.e. pathways)",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,20239070,Request for Proposals,Open Competition,Government House Wellington - Grounds Management Services,,20181003,20181101,20200423,,Sole Agency,No,,"Government House Wellington is one of two residences of the Governor-General of New Zealand. The grounds serve an important function to New Zealand; it has an abundance of history and heritage value. The surroundings host a wide range of official events including state visits, investitures and diplomatic receptions. The Department of the Prime Minister and Cabinet (DPMC) is seeking a Supplier of Grounds Management Services, to service Government House Wellington. The grounds and gardens are a significant portion of Government House Wellington (approximately 12 hectares) and therefore we are seeking an established Supplier in the Wellington region who has reputable practices in the following key service areas: - Arboriculture - Horticulture - Turf Culture, and - Grounds infrastructure maintenance (i.e. pathways)",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,21459325,Request for Quotations,Open Competition,Main builidng contract for restoration of windows at Government House Wellington,,20190821,20190906,20191022,,Sole Agency,No,,"The key objective of this procurement is to have eight windows located at Government House Wellington removed, restored and reinstalled - delivering an enduring solution of up to fifty years duration that also addresses historical weather tightness issues through improvement of flashings between window frames and building envelope. There is now a requirement for a suitably qualified building contractor to manage and co-ordinate the Works to ensure that all installations are carried out in accordance with the drawings and specifications.",Awarded,"After evaluation and negotiation, LT McGuinness Limited have been awarded the contract.",137376,20250410 Department of the Prime Minister and Cabinet,21553121,Request for Proposals,Open Competition,Seismic Strengthening of the Conservatory at Government House Wellington,,20190906,20191001,20191210,,Sole Agency,No,,"The key objective of this procurement is to strengthen the Conservatory located at Government House Wellington (GHW) to a minimum of 80%NBS Importance Level 2. In November 2018 Holmes Consulting Limited were engaged by Department of the Prime Minister and Cabinet (DPMC) to complete a Detailed Seismic Assessment (DSA) of GHW. The DSA that was completed in accordance with The Detailed Seismic Assessment of Existing Buildings, Technical Guidelines for Engineering Assessments, July 2017, Version 1 found that the Conservatory has a capacity of <34%NBS Importance Level 2.",Awarded,,279422,20250410 Department of the Prime Minister and Cabinet,21818580,Request for Quotations,Open Competition,Main House Exterior Painting at Government House Wellington,GHM 20002,20191023,20191113,20200423,,Sole Agency,No,,"DPMC is tasked with the responsibility of maintaining each of the official residences of the Governor General, with the key official residence being Government House Wellington. We require a Master Painter to deliver exterior painting services to protect the substrates from the environment, prevent ingress of water and mitigate premature degradation to the building structure. The key services required are: a. Manage Health and Safety b. Repair any cracks, holes, unsound coating, blisters, rust bleed spots or other defects that may cause premature coating failure and cause damage to the various substrates c. Paint the exterior of GHW to ensure protection of the building against environmental conditions d. Provide scaffolding e. Complete the work with minimal impact on GHW operations f. Commencement start date 17 February 2020.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,21938647,Request for Quotations,Open Competition,Covered Walkway at Government House Auckland,,20191114,20191205,20200730,,Sole Agency,No,,"Department of the Prime Minister and Cabinet manages Government House Auckland. a. The key procurement objective is to construct a new external canopy that links the House with the pavilion to address operational and functional challenges. b. The southern walkway located at Government House Auckland (GHA) is currently an uncovered narrow path exposed to the elements. c. Visiting dignitaries and heads of state currently must travel through the house if they wish to get to the pavilion during inclement weather conditions. d. The project involves the design of a prefabricated structure and associated building works to provide a sheltered journey from the pavilion to a new access point into the residence (the Dining Room). This route is visually separated from the official entrance providing clarity and privileging arrival in to the residence. e. To attach a covered walkway to GHA, alterations must be made to accommodate a new wider access way into the House to meet accessibility requirements (separate tender). f. The alterations to the House need to be completed prior to the construction of the covered walkway to ensure the height of the covered walkway meets the requirements of the main entry/exit point of the House and disruption is kept to a minimum. g. A Building Consent is being processed by Auckland Council. The Main Contractor is not required for this. A waiver for the requirement of an Outline Plan of Works has been granted by Auckland Council, meaning a Resource Consent is not required.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,22312819,Award Notice,Open Competition,Geospatial IT capability emergency management,,20190107,20190704,20200217,,Sole Agency,No,,,Awarded,"This procurement was a direct source without open advertising. Circumstances justifying reliance on exemption from open advertising: * Supplier is the sole New Zealand based distributor/reseller of ESRI products. * Supplier provides better business continuity for National Emergency Management Agency (NEMA) and the wider emergency management sectors due to it's current use and preference for ESRI geospatial solutions. * There is a lack of viable alternative geospatial solutions in the market that meet NEMA and the wider emergency management sectors geospatial requirements. Contract term is for 3 years.",195000,20250410 Department of the Prime Minister and Cabinet,22360973,Request for Quotations,Open Competition,Provision of Commercial Cleaning Services - Government House Auckland,GH 20001 GHA Cleaning,20200225,20200318,20210323,,Sole Agency,No,,"Department of the Prime Minister and Cabinet is tasked with the responsibility of maintaining each of the official residences of the Governor General, with the key official residence being Government House Wellington and Government House Auckland. Government House has around 20,000 visitors pass through each year, from foreign Heads of State, politicians and diplomats, to ordinary New Zealanders of all ages. Functions hosted by the Governor-General range from formal ceremonies, state dinners and honours investitures to garden parties, receptions and open days. We require an experienced commercial cleaning supplier to provide tailored cleaning services at Government House, Auckland. Specific requirements are set out in the appendices to this RFQ.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,22566803,Award Notice,Open Competition,Direct sourcing and emergency procurement of Airfreight,,20200418,20200419,20200422,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 18th April 2020 the Department of the Prime Minister and Cabinet entered into a contract with the airline provider Air New Zealand to bring cargo to NZ. The Cargo included a range of essential equipment needed to assist with mitigating the impacts of COVID-19. This procurement was a direct sourcing. An exemption to openly advertising the Airfreight opportunity (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted on the basis that the services subject to this contract are required on the basis of the national response to the impacts of COVID-19.",Not Awarded,Contract Awarded Air New Zealand,0,20250410 Department of the Prime Minister and Cabinet,22836687,Award Notice,Open Competition,Security Services,,20200605,20200605,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 5th June 2020 the Department of the Prime Minister and Cabinet signed a contract with the security services provider Allied Security to provide security services for the All of Government COVID-19 Response Centre/office locations at 160 Lambton Quay in Wellington. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,,0,20250410 Department of the Prime Minister and Cabinet,22837313,Award Notice,Open Competition,Catering Services,,20200526,20200526,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 26th May 2020 the National Emergency Management Agency signed a contract with the catering company Simply Food Catering to provide catering services for National Crisis Management Centre 133 Molesworth Street in Wellington. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,Awarded during emergency procurement,0,20250410 Department of the Prime Minister and Cabinet,22837421,Award Notice,Open Competition,Advisor to National Crisis Management Centre Operations Command Centre,,20200603,20200603,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 3rd June 2020 the Department of the Prime Minister and Cabinet signed a contract with the consultancy provider Brendan Boyle Limited to provide strategic advice to the Strategic Operations Controller, Quintet and Workstream Leads at the National Crisis Management Centre Operations Command Centre. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,Awarded under emergency procurement,0,20250410 Department of the Prime Minister and Cabinet,22838209,Award Notice,Open Competition,Advisor to National Crisis Management Centre Operations Command Centre,,20200603,20200603,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 3rd June 2020 the Department of the Prime Minister and Cabinet signed a contract with the consultancy provider VC R&D Limited (trading as CloseAssociate) to provide strategic advice to the Strategic Operations Controller, Quintet and Workstream Leads at the National Crisis Management Centre Operations Command Centre. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,Awarded under emergency procurement,0,20250410 Department of the Prime Minister and Cabinet,22838313,Award Notice,Open Competition,Print and distribution of material to support COVID-19 National Response,,20200508,20200508,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 8th May 2020 the Department of the Prime Minister and Cabinet signed a contract with the supplier Bluestar Group for the provision of print and distribution of material to the support of the National COVID-19 Response. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,Awared under emergency procurement,0,20250410 Department of the Prime Minister and Cabinet,22838413,Award Notice,Open Competition,Cleaning Services,,20200605,20200605,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 5th June 2020 the Department of the Prime Minister and Cabinet signed a contract with the supplier City Cleaning Services Limited for the commercial cleaning of the National Crisis Management Centre Operations Command Centre. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,Awarded under emergency procurement,0,20250410 Department of the Prime Minister and Cabinet,22838487,Award Notice,Open Competition,Accommodation and catering for OCC staff,,20200605,20200605,20200617,,Sole Agency,No,,"In March 2020 the World Health Organisation declared COVID-19 a pandemic. COVID-19, like the flu, can be spread from person to person. This is an unprecedented time for New Zealand the Prime Minister has issued an epidemic notice under the Epidemic Preparedness Act and the Minister of Civil Defence declared a state of national emergency under the Civil Defence Emergency Management Act. The government has undertaken extraordinary measures to enable New Zealand to respond to the COVID-19 epidemic emergency. The National Crisis Management Centre has been activated as part of the all-of-government response. 5th June 2020 the Department of the Prime Minister and Cabinet signed a contract with the supplier Hotel Management (Featherston Street) Limited (trading as Rydges Wellington) for the provision of accommodation and catering for the National Crisis Management Centre Operations Command Centre staff. This procurement was a direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules and DPMC Procurement Policy) was granted the basis that the services are required to support the national response to the impacts of COVID-19.",Not Awarded,Awarded under emergency procurement,0,20250410 Department of the Prime Minister and Cabinet,22838580,Award Notice,Open Competition,Ihumatao liaison between Crown and relevant parties,,20200512,20200512,20200617,,Sole Agency,No,,"The supplier Rimu Road Consulting was in October 2019 engaged by DPMC to provide advice and facilitation. These services include Liaison between Ministers of the Crown and the other parties involved in addition to regular updates to Ministers on meetings and proposed way forward. The Ihumatao discussions have extended in time so that additional services from the supplier has been required.",Not Awarded,,0,20250410 Department of the Prime Minister and Cabinet,22847115,Request for Proposals,Closed Competition,Government House - Facilities Management System,,20200619,20200710,20201013,,Sole Agency,No,,"Government House is looking to source an off the shelf cloud based Facility Management solution that replaces it current mix of manual and stand alone solutions and processes. We are looking for a tool that will better manage assets, maintenance and contractors, annual capex and opex expenditure as well as recurring maintenance that will help Government House to deliver and report on its capital expenditure and maintenance expenditure programmes.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,23021414,Request for Proposals,Open Competition,CIMS National Training Packages,,20200727,20200825,20210408,,Sole Agency,No,,"New Zealand is currently undergoing an Emergency Management System Reform. This reform is delivering on the governments recommendations in response to the Ministerial review, 'Delivering better response to natural disasters &other emergencies (2018)'. There are several parts to the reform but this procurement concerns focus area four: Building the Capability and Capacity of the Emergency Management Workforce. We are looking for a provider to develop training packages that are aligned with the relevant unit standard along with the appropriate assessment for that package of Learning. The packages must be learner-centric, modular and / or able to be used flexibly (for example as a basis for on-the-job learning), and engaging to a wide variety of learners whilst being reflective of New Zealands all hazard / all-risk approach to Incident Management. Online elements of training are expected where appropriate and ongoing maintenance and support will be part of the overall package delivery. This is an important project for New Zealands wider Emergency Management sector in that it forms part of the Emergency Management System Reform, giving effect to New Zealands CIMS through contributing to the governments expectation that people performing key roles in responses will be trained and practiced in its use. To ensure that this learning is modern and as accessible as we can make it, your organisation must have experience in developing online learning content, and be able to evidence this to progress through to the evaluation. It would also be beneficial for the provider to have a background in Incident or Emergency Management.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,23126606,Award Notice,Open Competition,Advisory/facilitation services - Ihumatao,,20200716,20200716,20200820,,Sole Agency,No,,,Awarded,"The supplier was engaged by DPMC in November 2019. The Ihumatao discussions have extended in time so that additional services from the supplier have been required. Circumstances justifying exemption from open advertising: Only one supplier and there is no reasonable alternative or substitute because for technical reasons there is no real competition (Rule 14.9.c.i). Services are highly specialised and suppliers specific skillset and experience cannot reasonably be found in the open market. Expected spend under the contract: $140,000.",140000,20250410 Department of the Prime Minister and Cabinet,23548459,Request for Quotations,Open Competition,GHW - Perimeter Walk-track,,20201102,20201127,20210322,,Sole Agency,No,,"DPMC has an obligation to ensure that each of the residences of the Governor General in Wellington and Auckland provide secure environments and are accessible and safe for their Excellences, their family, friends, visiting dignitaries, other visitors and staff. The security of their Excellences and visiting dignitaries is of utmost importance. Police and Security staff based in Government House Wellington require a continuous, well-constructed pathway and fit-for-purpose fence line to effectively monitor and manage GHW boundary. Completion of this work will result in a track constructed between the Hospital Road gate and a contractor carpark, as well as the old water reservoir and Residence One. Boundary clearing and upgrades to the perimeter fencing are included in this procurement, as well as the upgrade of a set of sleeper stairs on site.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,23548830,Request for Quotations,Open Competition,Government House Wellington - Subfloor Asbestos Remediation,,20201102,20201130,20210225,,Sole Agency,No,,"DPMC has an obligation to ensure that each of the residences of the Governor General, in Wellington and Auckland provide secure environments, are accessible and safe for their Excellences, their family, friends, visiting dignitaries, other visitors and staff. At our Wellington site a subfloor basement area requires asbestos remediation work to be completed to ensure the continued use of the building for ceremonial and official business. If you have received these Request for Proposals documents, we are seeking a proposal from you on how you would undertake the proposed remediation plan.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,23683985,Request for Quotations,Open Competition,Printing Services for the Unite Against COVID-19 public information campaign,23625681,20201125,20201208,20201221,,Sole Agency,No,,"The summer holidays present a period of higher risk of community transmission of COVID-19 as New Zealanders will be moving around the country in higher numbers than usual and socialising and interacting often and in a wide range of settings. To mitigate this risk, the All of Government COVID-19 Response Group is running an integrated communications and engagement campaign over the summer holidays. This campaign is designed to encourage the public to practice specific behaviours, reducing the risk of a resurgence of COVID-19 over the summer. As part of this campaign, a range of collateral will be needed to reinforce these messages. This will include runs of between several hundred and several hundred thousand of items such as; A5 contact tracing booklets, posters in a range of sizes, DLE table talkers for hospitality and accommodation settings, small stickers and floor and window decals. We are looking for suppliers that have the capacity and capability to receive order forms, produce a variety of sizes, formats, print with minimal lead times, packaging and distribute effectively across the country. We require both the printing of collateral, as well as an online portal for ordering. The All of Government COVID-19 Response Group is looking for credible print providers who have the capability, experience, capacity and infrastructure to deliver our requirements meeting our deadlines. This collateral will need to be printed and distributed across New Zealand in December 2020 (Noting some distribution may occur in January 2021, depending on orders received). Suppliers should be aware that this work is subject to a funding decision that is expected on December 8th 2020.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,23707733,Request for Proposals,Open Competition,New Zealand Royal Honours Insignia,,20201130,20210129,20210410,,Sole Agency,No,,"The New Zealand Royal honours system is supported by the Cabinet Office. The Cabinet Office is responsible for administering a range of honours and awards instituted by The Queen of New Zealand, including the Order of New Zealand, the New Zealand Order of Merit, the Queen's Service Order and associated Queen's Service Medal, the New Zealand Bravery and Gallantry Awards, the New Zealand Distinguished Service Decoration, and the New Zealand Antarctic Medal. We are seeking to appoint one or multiple suppliers who have an interest in providing and servicing this insignia. The goods and services we are looking to source from these suppliers are; Manufacture and supply of insignia and other items for the New Zealand Royal Honours system; Refurbishment of insignia and other items for the New Zealand Royal Honours system, as necessary; and Repair of insignia and other items for the New Zealand Royal Honours system, as necessary. The Department is looking for credible providers who have the capacity, capability and experience to supply and service honours insignia. They need to have a good track record and evidence Delivery in Full on Time in Spec (DIFOTIS) in New Zealand. This is a unique opportunity and will provide the Respondent with the opportunity to enhance their reputation for quality delivery and servicing insignia to the New Zealand Public sector. This is an opportunity to supply a product that supports the programme of honours and awards instituted by The Queen of New Zealand.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,24188000,Request for Proposals,Open Competition,Security Sector Professional Development Programme,,20210412,20210504,20210802,,Sole Agency,No,,"DPMC is a mid-sized agency of eight business units, with approximately 275 staff in Auckland, Wellington, and Christchurch. We have a unique role as the trusted advisor, leader, and steward of our system of executive government. Our purpose is to advance an ambitious, resilient and well-governed Aotearoa New Zealand. The strategic outcomes of this purpose are: ? Outcome 1: The Government is enabled to deliver its priorities. ? Outcome 2: Aotearoa New Zealands systems and institutions of executive government are trusted, effective and enhance our nations reputation. ? Outcome 3: People living in Aotearoa New Zealand are, and feel, resilient, safe and secure. One of the most important responsibilities of any Government is to ensure the security and territorial integrity of the nation, including protecting the institutions that sustain confidence, good governance, and prosperity. In order that this responsibility can be discharged, a Government requires its national security machinery to be well led, strategically focused, co-ordinated, cost-effective, accountable, geared to risk management, and responsive to any challenges that arise and to the needs of Ministers. To achieve the expectations of Government, we are looking for an experienced supplier who can deliver a high quality national security sector professional development programme to government officials that underpins New Zealands national security system. This will be a unique opportunity for a supplier to enhance its brand by working alongside the government national security sector. There will also be opportunities for the selected supplier to leverage off this programme and we are open to consideration on how this could be achieved.",Awarded,,1680000,20250410 Department of the Prime Minister and Cabinet,24315201,Request for Proposals,Open Competition,"Translation, transcription, alternative formats and contents production services panel",,20210518,20210611,20210801,,Sole Agency,No,,"DPMC and NEMA is establishing a supplier panel for communication, translation, transcription, alternative formats and contents production services. We are seeking suppliers that wish to be part of the supplier panel. Suppliers accepted to the supplier panel will provide content for; Blind and vision impaired people Deaf and hard-of-hearing people People with learning disabilities People who have a cultural or linguistic based communication need When the Government provides information to the public in New Zealand, it is critical that everyone receives and understands the content and what is expected of them. We wish to source suppliers that will become members of a DPMC supplier panel for interpretation, translation, transcription and communication services for people with disabilities, who speak Te Reo Maori, or who are within Culturally and Linguistically Diverse (CALD) communities with linguistic barriers to accessing information in English. The set-up of this supplier panel is to enable DPMC and the National Emergency Management Agency (a departmental agency hosted by DPMC) to effectively and quickly source services enabling people living in New Zealand that have any type of disability or cultural or linguistic based communication need to receive and understand important public messages and information e.g. related to emergency management messages & campaigns and the Unite against COVID-19 campaign. We are seeking to appoint multiple suppliers who have an interest in providing these services. The panel will be an open panel which means that other suppliers can apply to be on the Panel during the period it is established for. The panel will be for single use i.e. exclusive to DPMC & NEMA.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,24972974,Request for Quotations,Open Competition,Printing Collateral and Services,,20211015,20211101,20211118,,Sole Agency,No,,"The Department of the Prime Minister and Cabinet (DPMC) and the National Emergency Management Agency (NEMA) are seeking Quotes from Print suppliers with the view to supply all DPMC and NEMA business units. We are looking to engage a supplier (or suppliers) for the next 5 years. The level of supply of printing collateral and services will be significant for the next 12 months, which is when predominantly COVID-19 collateral and services will be undertaken, in addition to general print supply to other parts of DPMC and NEMA. We are also seeking nationwide distribution capability as well as an online portal for ordering, in particular for DPMC COVID-19 Response Group. DPMCs work is all about ensuring New Zealanders live in a country that is ambitious, resilient and well-governed. DPMC's overall area of responsibility is in helping to provide, at an administrative level, the 'constitutional and institutional glue' that underlies our system of parliamentary democracy. DPMC is now a mid-sized agency of nine business units, with approximately 275 staff in Auckland, Wellington, and Christchurch. We have a unique role as the trusted advisor, leader, and steward of our system of executive government. The business units are Cabinet Office, Government House, Policy Advisory Group, National Security Group, Greater Christchurch Group, Strategy, Governance and Engagement Group, Child Wellbeing and Poverty Reduction Group, the Health Transition Unit, the Implementation Unit and the COVID-19 Group. COVID-19 Group is responsible for coordinating nationally consistent communications and engagement that support the implementation of the governments strategy of eliminating COVID-19 in New Zealand. NEMA is an autonomous departmental agency hosted by DPMC. Its work is about building a safe and resilient Aotearoa New Zealand by empowering communities before, during and after emergencies. Emergencies can have consequences for people, communities, property, infrastructure, the economy and the environment. NEMA supports communities to reduce the impact of emergencies across all hazards and risks. NEMA's key functions are steward, operator and assurer of the emergency management system. NEMA is a small agency of 300 people, with staff in Auckland, Wellington and Christchurch.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,25123581,Request for Quotations,Open Competition,Government House Printing & Design Requirements,GH21001,20211118,20211201,20220401,,Sole Agency,No,GHProcurement@govthouse.govt.nz,"Both Government House Wellington and Auckland are the respective primary and secondary residences of the Governor General and during the Governor-Generals term, Government House Wellington and Auckland provide not only a base but a large portion of their programme of events. Both houses cater to a wide range of engagements, from large State dinners and receptions to small meetings. The grounds are also significant as they host welcomes for visiting Royals and Heads of State, credentials ceremonies and large events like the annual Waitangi Day celebration. The Wellington house is also open to the public for regularly scheduled tours. Although our print requirements are quite small, Government House requires a variety of bespoke printed documents including brochures, invitations, menus, cards etc. These are a variety of operational requirements including ceremonial events, visitor centre requirements and Governor General needs. Covid-19 has restricted the number of guests and visitors to Government House Wellington which has understandably reduced our requirements further. This is an opportunity to supply a service to a unique entity.",Awarded,,200000,20250410 Department of the Prime Minister and Cabinet,25566544,Request for Quotations,Open Competition,Public Safety and Law Enforcement in the Digital Age: Horizon-scanning Existing and Emerging Technologies,NCPO/PSLEDA/HS/1q,20220321,20220422,20220704,,Sole Agency,No,,"This procurement relates to the purchase of services from an expert supplier who can prepare and facilitate a series of workshops to horizon-scan existing and emerging technologies and their implications on public safety and law enforcement, and submit a final report on policy recommendations. The horizon-scanning must explore associated considerations (e.g. privacy and freedom of expression, cyber security of sensitive data, economic prosperity and innovation) alongside the impact of existing and emerging technologies to law enforcement investigations and public safety. The supplier will also ensure that any recommendations consider any interests of, or possible impacts on tangata whenua and the principles of Te Tiriti o Waitangi. The Buyer needs a supplier that has knowledge of the cyber security and relevant technology sectors, and a proven track record of delivering horizon-scanning projects of this nature. This horizon-scanning will gather knowledge on New Zealand agency responses to existing and emerging technology an important first step in understanding opportunities and challenges to protecting the public from harm. In this sense, it will form a highly valuable first step in informing how law enforcement and intelligence agencies proactively tackle cybercrime as envisioned in the Cyber Security Strategy and future interventions.",Awarded,"Following contract negotiations, the supplier Royal United Services Institute for Defence and Security Studies from Royal United Services Institute for Defence and Security Studies has been awarded the contract.",243000,20250410 Department of the Prime Minister and Cabinet,25657594,Award Notice,Open Competition,Chief Advisor Maori Health and Equity,,20220228,20220315,20220315,,Sole Agency,No,,Previous service provided by this supplier,Awarded,,450000,20250410 Department of the Prime Minister and Cabinet,25736552,Request for Proposals,Open Competition,Covid Modelling,DPMC2201,20220429,20220527,20220809,,Sole Agency,No,,,Awarded,,2027000,20250410 Department of the Prime Minister and Cabinet,25823771,Request for Proposals,Open Competition,Creative Advertising and Media Services,,20220520,20220615,20220722,,Sole Agency,No,,"The Public Engagement and Communications team at the COVID-19 Response Group DPMC is responsible for delivering the public information campaigns and leading system-wide communications and engagement working across key agencies as part of New Zealands COVID-19 response. Part of this is the communication and engagement with all stakeholders involved in fighting the pandemic in New Zealand. The public information campaigns are high-profile campaigns with significant public scrutiny. The provision of advertising and media services supporting the New Zealand COVID-19 response has been a key success factor in fighting the pandemic. Continuity continues to be vital for the ongoing success of the campaign. We require a supplier (or suppliers) who can be an enabler to support us to continue to deliver effective public health and behavioural change messaging reaching all Aotearoa New Zealand. We require suppliers that can help us provide proactive communication of public health messages. There is also a need to effectively reach specific communities with messaging and through channels that will resonate with those communities. These include Maori, Pasifika and culturally and linguistically diverse (CALD)communities and people with disabilities. Depending on the outcome of the tender, we may procure advertising and media services from two different suppliers. Respondents can respond to either the Creative Advertising services only, the Media services only or both categories of services.",Awarded,,6000000,20250410 Department of the Prime Minister and Cabinet,25971475,Request for Proposals,Open Competition,Government House Wellington Cleaning Services,GH-W001,20220623,20220728,20230328,,Sole Agency,No,,This RFP relates to the purchase of cleaning services at Government House Wellington. The outcomes we want to achieve are to engage a Supplier that will provide a continuously high level of service and take into consideration the Heritage nature of Government House and the role of the Department of the Prime Minister and Cabinet as stewards of a site of national significance. We are also seeking to engage a Supplier who demonstrates high employment standards and sustainability practices in consideration of Broader Outcomes.,Awarded,,500000,20250410 Department of the Prime Minister and Cabinet,26143593,Request for Proposals,Open Competition,Delivering a National Strategic Cyber Risk Assessment for New Zealand,26143593,20220808,20220930,20221118,,Sole Agency,No,,"DPMC is seeking a supplier who can deliver a national strategic cyber security risk assessment for New Zealand. Please note that only suppliers that are members of the New Zealand All of Government (AoG) Consultancy Services Panel can submit a response to this RFP. Understanding cyber security risks at a national level will help DPMCs policy teams and decision makers better understand what the future holds for New Zealand. The assessment we wish to procure will build on the currently available data and existing research. The final product will: assess the scale, scope, and nature of strategic cyber security risks to New Zealand; set out which risks pose the gravest concern for New Zealand; inform policy agendas, and strategic objectives for agencies, and giving ministers and agencies a single comprehensive picture of the risk environment; and support investment advice and decisions by agencies. The work needs to look at the impact of cyber security risks across multiple domains, not just the economic cost. Particular consideration needs to be given to the impact on iwi and Maori as well as to the effect on social capital such as the possibility of degrading social cohesion or increasing the digital divide. The final product will consist of three pieces: a concise view of the cyber security risks facing New Zealand with an assessment of the consequence and urgency of action for the risks; a more fulsome breakdown of each risk; and a methodology product clearly setting out the methods and rationale behind the risk assessment.",Awarded,"A concise view of the strategic cyber risks facing New Zealand with an assessment of the consequences arising from, and urgency of action required to address these risks. The product will help policy teams and decision makers better understand what the future holds for New Zealand in terms of cyber risk and may inform policy decisions in other adjacent areas of work such as foreign interference and mis/disinformation. It will not focus on operational issues or operationally actionable risks, nor will it duplicate existing risk/threat assessment work already being conducted by agencies",500000,20250410 Department of the Prime Minister and Cabinet,26265361,Request for Proposals,Open Competition,COVID-19 Response Recognition Award Lapel Badges and Citations,,20220902,20220929,20221101,,Sole Agency,No,,"In March 2022, the Prime Minister announced an award for COVID-19 service, beginning with the MIQ workforce. The award will be an item that may be worn if the recipient wishes a lapel badge, also known as a lapel pin, and a citation for uniformed services. We are looking for potential suppliers who can provide a high-quality product in a fixed timeframe, helping to ensure that recipients receive an award item that is lasting and meaningful. The first items must be available for DPMC distribution before the end of 2022, with the expectation that the supply of lapel badges or citations will be ordered, manufactured and delivered in tranches over a period of approximately 6 months. All communications to suppliers and submission of responses will be done via GETS, however samples will be required to be posted or delivered to DPMC building, Wellington, New Zealand. Please 'Subscribe to this Notice' to view and download all RFP documents.",Awarded,"Following an open tender process, The Department of the Prime Minister and Cabinet (DPMC) of Level 8, Executive Wing Parliament Building, Wellington, is pleased to confirm the appointment Mayer and Toye, of Ground Floor, 15 Tennyson Street, Wellington for the design and manufacture of lapel pins and citations for the COVID-19 Service Recognition project. The contract was signed on the 1st of November 2022 for a term of 1 year only. The expected spend under the contract is up to 2 million, however the total spend will depend on the number of awards ordered over the life of the contract.",0,20250410 Department of the Prime Minister and Cabinet,26479322,Award Notice,Open Competition,Services related to Iwi Communications Collective (ICC) support to the New Zealand COVID-19 response,,20210621,20210621,20221016,,Sole Agency,No,,"21st June 2021 the Department of the Prime Minister and Cabinet signed a contract with the provider Iwi Communications Collective (ICC) to provide ongoing strategic advice and guidance to DPMC about Government COVID-19 communications and engagement strategies, messaging, creative and content, with a particular focus on reaching Iwi/Maori communities in an equitable and effective way. An exemption to openly advertising this procurement (under Rule 14.9.c of the Government Procurement Rules and DPMC Procurement Policy) was granted on the basis that the services could only be delivered by one supplier due to the supplier being the only one in the market with the required systems, skills and experiences, and that convenes a collective of communications practitioners from Iwi nationwide and are therefore uniquely placed to provide the required link between the Government COVID-19 response and Iwi/Maori.",Not Awarded,"This was a direct source where the supplier was awarded a contract with whole of life value of $150,000.",0,20250410 Department of the Prime Minister and Cabinet,27278574,Request for Proposals,Open Competition,Taupaepae Entrance Improvements,GH-W002,20230501,20230601,20230815,,Sole Agency,No,,"This Request for Proposals relates to the purchase of construction services at Government House Wellington. The outcomes we want to achieve are to engage a Supplier that will provide a high level of service in the construction of an accessible entrance and take into consideration the Heritage nature of Government House and the role of the Department of the Prime Minister and Cabinet as stewards of a site of national significance. We are also seeking to engage a Supplier who demonstrates high employment standards and sustainability practices in consideration of Broader Outcomes. Please note that architectural services are out of scope for this procurement.",Awarded,,229000,20250410 Department of the Prime Minister and Cabinet,27388193,Request for Proposals,Open Competition,Insights to build an empirical picture of the disinformation landscape,27388193,20230515,20230608,20230922,,Sole Agency,No,,"This Request for Proposals (RFP) issued by the Department of the Prime Minister and Cabinet, Te Tari o te Pirimia me te Komiti Matua, is an open competitive tender process for insights into the disinformation landscape in New Zealand. This request for trustworthy and transparent insights reporting will complement a wider programme of work to strengthen our national capacity to identify and address disinformation. This reflects a whole-of-society approach to build understanding and resilience against the harms of disinformation, and recognises the need to maintain an open internet and uphold the right to freedom of expression. These reports will be made publicly available, to help all New Zealanders to better understand the challenges of disinformation in Aotearoa.",Awarded,"This tender has been awarded. RESEARCH AND ANALYSIS LIMITED (Hate and Extremism Insights Aotearoa) Floor 30 Vero Centre, 48 Shortland Street, Auckland Central, 1010, NEW ZEALAND Contract value $446,626.92 Contract duration: 20 September 2023 30 June 2024 THE LOGICALLY LIMITED T/A LOGICALLY Floor 4, Cap House 9-12 Long Lane, London, EC1A 9HA, UNITED KINGDOM Contract value $330,900.00 Contract duration: 20 September 2023 30 June 2024 Further Award Information: This open competitive tender searched for services relating to Insights to build an empirical picture of the disinformation landscape in New Zealand. This initiative is part of the ""whole-of-society"" approach to strengthen national capacity to identify and address disinformation, while ensuring continued protection of human rights including freedom of expression, and an open online environment. Reports will be publicly released, to help all New Zealanders to understand the challenges of disinformation. As part of the procurement process, reviews and legal assessments were carried out to ensure the work complies with public sector standards, best practice, and the Privacy Act 2020.",777527,20250410 Department of the Prime Minister and Cabinet,27771416,Request for Quotations,Closed Competition,RFQ Office Furniture,,20230726,20230816,20231109,,Sole Agency,No,,"The Department of Prime Minister and Cabinet (DPMC) is a participating agency under the All-of-Government Workplace Furniture Agreement. This is a secondary procurement process under the AoG panel, requesting quotes from short-listed suppliers. DPMC requires quality, cost-effective furniture that is fit for purpose for a modern, flexible work environment. We are seeking one supplier who can provide all required furniture, including workstations, formal meeting rooms, and informal breakout areas. The successful supplier must provide both delivery and installation services and have a proven track record of delivering similar projects for government agencies. DPMC invites you to submit quotations using the Response Form via the GETS platform, by the deadline 5:00pm 16 August 2023. Please submit your Pricing Schedule as a separate file. If you are having technical difficulties loading your response please contact Julie Wade. If you have any questions regarding our requirements or the RFQ, please submit these via the GETS Q&A function before 10 August 2023. We will aim to respond to questions within 2 business days. We look forward to receiving your response.",Awarded,,1174317,20250410 Department of the Prime Minister and Cabinet,27959793,Request for Proposals,Open Competition,Government House Electrical Services,GH-002,20230828,20231018,20241101,,Sole Agency,No,,"This Request for Proposals relates to the purchase of ongoing electrical services at Government House Wellington and Government House Auckland. We are seeking a solution for both houses, with no preference as to whether one or more suppliers are selected to achieve this. The outcomes we want to achieve are to engage a capable and experienced supplier(s) to undertake preventative and reactive maintenance on our electrical infrastructure, as well as provide subject matter expert input on our projects with an electrical component. We are seeking to engage a supplier(s) who demonstrate high employment standards and sustainability practices in consideration of Broader Outcomes, as well as taking into account the significance of undertaking work in the official residence of the Governor General of New Zealand.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,28534794,Request for Proposals,Open Competition,Government House Auckland Suite Reconfiguration,GH-A001,20231211,20240207,20240424,,Sole Agency,No,,"This Request for Proposals relates to the purchase of construction and fit-out services at Government House Auckland. The outcomes we want to achieve are to engage a Supplier that will provide a high level of service in the reconfiguration of a residential suite in accordance with the detailed documents provided, taking into consideration the historic significance of Government House Auckland and the role of the Department of the Prime Minster and Cabinet as stewards of the site. We are also seeking to engage a Supplier who demonstrates high employment and sustainability practices in consideration of the Broader Outcomes. Please note that architectural services are out of scope for this procurement.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,28685545,Request for Quotations,Closed Competition,Minimum Standards for Critical Infrastructure,,20240116,20240212,20240326,,Sole Agency,No,,"This Request for Quote relates to the development of minimum resilience standards for New Zealands critical infrastructure system in relation to two processes: i) how to identify the most critical assets, components, systems, and networks to deliver a service and ii) how to identify, manage and mitigate risks to such. We are seeking to engage a Supplier that has experience in built environment risk assessment and resilience planning, and understands the current New Zealand regulatory environment with regards to infrastructure. The preferred supplier will be able to incorporate global leading practice and matauranga Maori into their work. Consideration of minimum standards is part of a larger work programme DPMC is undertaking to strengthen the resilience of New Zealands critical infrastructure system. Additional context on DPMCs work can be found here https://www.dpmc.govt.nz/news/lifting-resilience-new-zealands-critical-infrastructure This contract is relatively short (maximum four months) and requires initial deliverables within six weeks of the contracts start date. Please ensure your responses are 20 pages maximum, excluding CVs and we suggest utilising the CSO template as part for your response.",Not Awarded,"Contract awarded to Deloitte. Response was received via email, not GETS.",0,20250410 Department of the Prime Minister and Cabinet,29209755,Award Notice,Open Competition,GHW Fire Protection Services,,20240201,20240201,20240409,,Sole Agency,No,,"Government House Wellington have completed a GETS opt-out exemption from open procurement. The existing contract with Argus Fire Limited has been extended to 30th June 2025, prior to which an open tender opportunity will be advertised.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,29405220,Request for Proposals,Open Competition,"GHW Building, Gutter, and Window Cleaning Services",GH-W003,20240517,20240614,20241213,,Sole Agency,No,,"This Request for Proposals relates to the purchase of ongoing Building, Gutter, and Window Cleaning services at Government House Wellington. The outcomes we want to achieve are to engage a capable and experienced supplier to undertake routine cleaning of all buildings onsite, including the Main House and additional residences, at Government House Wellington in accordance with the attached Service Schedule. We are seeking to engage a supplier who demonstrates high employment standards and sustainability practices in consideration of Broader Outcomes, as well as taking into account the significance of undertaking work in the official residence of the Governor General of New Zealand. Note: This RFP only relates to Building Wash, Gutter, and Window Cleaning Services and NOT repair or construction services.",Awarded,,0,20250410 Department of the Prime Minister and Cabinet,29860126,Request for Proposals,Open Competition,Government House Wellington Driveway Tile Laying,GH-W002,20240726,20240823,20241212,,Sole Agency,No,,"This Request for Proposals relates to the purchase of tile laying services for the delivery of a two stage project at Government House Wellington. The outcomes we want to achieve are to engage a capable and experienced supplier to undertake installation of 430 square metres of Blue Stone tiles onsite at Government House Wellington. This RFP only relates to the installation of the physical tiles and associated concrete and ground works. It does not include the purchase of the tiles (supplier by Government House), roading services, or architectural and/or design services. We are seeking to engage a supplier who demonstrates high employment standards and sustainability practices in consideration of Broader Outcomes, as well as taking into account the significance of undertaking work in the official residence of the Governor General of New Zealand.",Awarded,,0,20250410 Dunedin City Council,19607983,Request for Proposals,Open Competition,Customer Insight Research and Customer Satisfaction tracking,,20180409,20180504,20190801,,Sole Agency,No,Not accepted,"Exploring Customer Insights Customer Research We are seeking a solution that will establish methods for engaging with internal/external customers, which include targeted focus group/feedback engagements. (Quantative sample). This piece of work will need to be a collaborative partnership utilising internal Council staff as required to also undertake work as identified. Include a broad range of different customer and service types, including: o business customers engaging with a range of council services o people who receive a direct service or product such as a consent o those who have a service transaction such as an enquiry about dog control o diverse groups within the community, such as youth, disabled residents, Maori, and immigrants o wider business and residential customers who receive general services such as water, pools or parks without having a direct service interaction Map the needs and expectations across different types of customers and services, identify similarities and differences. Identify and prioritise the factors that have the most impact on customers overall experiences and perceptions. Findings and recommendations from the research to be provided to Council so that we can; o Understand the behaviours and standards expected so a Customer Service Charter can be developed. o Decide what best practice should look like across the organisation and desired levels of service. o Understand customer engagement channels of choice i.e. self-service, web, face to face, traditional or other. Customer Satisfaction Tracking We are seeking a solution that will establish a system to capture, identify, develop and implement on-going methods for capturing customer experience measurement and insights. Establish a baseline and targets for which to measure on-going customer satisfaction Set up on-going methods for capturing customer experience measures and insights, that are timely and real-time.",Awarded,,0,20250410 Dunedin City Council,19720755,Request for Proposals,Open Competition,Civic Centre Workplace Alterations - Supply of FF&E,7386,20180511,20180606,20190805,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to undertake works that will increase the occupancy levels of the DCC office building (50 The Octagon, Dunedin, 9058) to accommodate short term growth. The works are to be phased in a manner that will cause minimal disruptions to the buildings users. Existing and proposed floor plans have been completed and are included with this RFP. The works involve two separate but overlapping contracts 1/ Construction works 2/ the supply & installation of FF&E to the building This RFP relates to the FF&E Package.",Awarded,,0,20250410 Dunedin City Council,19794432,Request for Proposals,Open Competition,Civic Centre Workplace Alterations - Supply of FF&E Extension of RFP,7386,20180607,20180608,20240108,,Sole Agency,No,,This is an extension of tender to allow for uploading of RFP responses. Original RFP closed out inadvertently. Confirming tender closing time: 4pm Friday 8 June,Not Awarded,,0,20250410 Dunedin City Council,19798923,Request for Proposals,Open Competition,Dunedin Public Art Gallery Painting Storage Rack,,20180608,20180629,20190801,,Sole Agency,No,,"The Dunedin Public Art Gallery propose to install an additional Painting Storage Rack on site at the Art Gallery, 30 The Octagon Dunedin. The outcome will be a solution which will permit the hanging of paintings, on metal framed screens, in an area approximately 12 meters deep by 7.0m wide, which is part of the DPAG Collection Storage area. We are looking for a suitable Engineering metal work fabricator as a Main Contractor to fabricate and install the Painting Storage Rack to the specified design.",Awarded,,0,20250410 Dunedin City Council,20016072,Request for Proposals,Open Competition,18064 - Partial Re-Roof: Dunedin Public Art Gallery,18064,20180814,20180914,20190801,,Sole Agency,No,,"The Dunedin City Council is seeking submissions from capable and competent suppliers to provide a suitable construction solution for a partial re-roof of the Dunedin Public Art Gallery (DPAG). A significant section of the roof is nearing the end of its serviceable life and we now wish to replace the sections of existing roofing. While the roof is being replaced, we would like to take to opportunity to improve the thermal performance of the structure. The existing roof is a mixture of Profiled metal and Membrane on a ply substrate and concrete slab. To achieve the required insulation values, it may be necessary to modify the pitch and falls to some sections, which will offer the bonus of improving water shedding and resolve some of the current standing water issues that are evident in some areas. We require a complete solution that encompasses all aspects of design and implementation of the proposed roofing solution and suitable support following the completion of the project to resolve any potential ongoing issues and to meet any supplier warranty requirments.",Awarded,,178673,20250410 Dunedin City Council,20212228,Request for Tenders,Open Competition,DCC Contract 7893 - Three Waters 2018-19 Renewals Package Stage A,7893,20180926,20181005,20190801,,Sole Agency,No,,"The Dunedin City Council (DCC) is inviting tenders for the renewal of water, wastewater and stormwater service infrastructure along Claremont Street, Union Place, Hawthorn Avenue, Canongate, Cochrane Street, Neidpath Road, Patrick Street, Haywood Street, and Glen Road in Dunedin. The contract works are located in private properties and road corridor. The Contract Works are comprised of two Separable Portions: Separable Portion A and Separable Portion B. A decision on Separable Portion B (either confirmation or deletion) will be communicated to the contractor in January 2019. Separable Portion A shall have a construction period of 27 weeks from commencement of the contract. If Separable Portion B is confirmed under this Contract, the total period to Practical Completion (i.e. including Separable Portions A and B) will be 31 weeks from commencement of the Contract. The Scope of the Contract Works for Separable Portion A comprises design, supply and construction of approximately: 143m DN150 PN16 watermains, 118m of DN50 PN16 ridermain, 954m of DN150 SN16 wastewater pipe, 86m of DN300 SN16 wastewater pipe, and 302m DN225 SN16 stormwater pipe The scope also includes the design and renewal of manholes, lateral connections, water service connections, connections to other watermains, thrust restraints, valves, fire hydrants, commissioning works, the decommissioning of replaced water, stormwater and wastewater infrastructure, and the reinstatement of road surface and private properties. Note - For the section of 86m of DN300 SN16 wastewater pipe in Union Place the design is provided by the Principal. The Scope of the Contract Works for Separable Portion B comprises design, supply and construction of approximately: 300m DN150 PN20 watermains, and 422m of DN150 SN16 wastewater pipe. 2x pressure sewer systems and 140m of DN32 PN12 foul sewer rising mains The scope also includes the design and renewal of manholes, lateral connections, water service connections, connections to other watermains, thrust restraints, valves, fire hydrants, commissioning works the decommissioning of replaced water and wastewater infrastructure, and the reinstatement of road surface and private properties.",Awarded,,0,20250410 Dunedin City Council,20302859,Request for Proposals,Open Competition,18036 - Compliance Upgrade 54 Moray Place Dunedin,18036,20181018,20181114,20190801,,Sole Agency,No,,"The Dunedin City Council is seeking submissions from capable and competent main contractors that will provide, manage, and coordinate the building, electrical, and fire alarm upgrade work detailed in the tender documentation that outline the scope of work for this RFP. We will also be asking the main contractor to engage a nominated fire alarm contractor. The scope of work for this project will focus around: Fire separations and fire doors. Passive fire protection and remedial work to existing penetrations. Emergency evacuation lighting. Accessibility upgrade. Engaging and coordinating with the nominated fire alarm contractor to ensure a collaborative and successful conclusion. The nominated fire alarm contractor will be completing a building-wide upgrade/installation of thermal detectors, smoke detectors and fire alarms. The Scope of design covers the following areas: Architectural Accessibility Fire Separations Passive Fire Protection General and compliance signage Electrical Emergency/evacuation lights Emergency exit signs including dynamic evacuation signage Interface with fire alarm system. Fire Engineering Provision of fire engineering report to provide the basis of the scope of work. The Dunedin City Council will be applying for and obtaining building consent which will be issued to the successful respondent. Please note the Asbestos Management Survey will uploaded as an addendum during the week of 22 October.",Awarded,,555780,20250410 Dunedin City Council,20400793,Request for Proposals,Closed Competition,"LED Replacement Programme (Design, Build, Operate and Maintain)",7794,20181109,20181207,20190805,,Sole Agency,No,"Tender Box at Dunedin City Council Customer Services Agency, Plaza Level 50, The Octagon, Dunedin, New Zealand","1 Dunedin City Council (Employer) wishes to thank all Respondents for their NPA Proposals and Interactive Meetings in relation to Contract 7794 (Contract). Based on the NPA Proposals and Interactive Meetings, and upon further consideration of the Initial RFP, the Employer has identified some additional matters that it considers would be beneficial to clarify and for Respondents to provide information on. 2 The Employer wishes to ensure that all Respondents are treated equally and have the opportunity to submit their best Re-submitted Proposals and Price for the Contract. On this basis, please provide the additional information required for the Re-submitted Proposals and Price, and consider whether any departures are required to the proposed amendments to the Conditions of Contract. 3 The Initial RFP, as varied and added to by this NTR, forms the Re-issued RFP in respect of which Respondents are to submit their Re-submitted Proposals and Price.",Awarded,,0,20250410 Dunedin City Council,20441051,Request for Proposals,Open Competition,Playground Soft fall and Play Equipment Upgrades,8286,20181120,20181214,20190812,,Sole Agency,No,,"The Dunedin City Council has a need for specialist expertise for the replacement of play equipment and soft fall play surfaces. Play Grounds and what we intend to do:- Some of the play equipment and soft fall surfaces within the parks has been deemed to be at the end of its useful life and /or beyond economical repair. We intend to replace the play equipment identified with like for like or similar themed play equipment. We also intend to replace the soft fall play surfaces. New soft fall surfaces must meet the critical height fall standards and meet NZS 5828:2015 standards.",Awarded,,0,20250410 Dunedin City Council,20496869,Request for Tenders,Open Competition,DCC CONTRACT NO. 7620 NORTH EAST VALLEY 3 WATERS SERVICE RENEWALS PROJECT ZONES C & E,7620,20181129,20190116,20190916,,Sole Agency,No,,"Dunedin City Council is inviting tenders for the renewal of wastewater and water service infrastructure in the North East Valley area of Dunedin. The renewal works include approximately 2,012m of foul sewer and 2,151m of watermains. In addition, the works include renewal and construction of manholes, foul sewer connections, water service connections, thrust restraints, valves and fire hydrants.",Awarded,,0,20250410 Dunedin City Council,20611906,Request for Proposals,Closed Competition,LTES SoW Plaza Upgrade,18091,20190117,20190124,20191111,,Sole Agency,No,,"The purpose of this document is to engage consultants to provide additional consultancy services for the design work and documentation of the Plaza area in the Civic Centre Building. This portion of work forms part of the Civic Centre workplace alterations carried throughout.",Awarded,,0,20250410 Dunedin City Council,20617734,Request for Proposals,Closed Competition,LTES SoW City/Waterfront IBC,,20190118,20190130,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20617770,Request for Proposals,Closed Competition,LTES SoW Carisbrook Park DSI,,20190118,20190124,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20622936,Request for Quotations,Closed Competition,"Silverstream Pipe Bridge Repair Centre Road, Mosgiel",7603,20190121,20190125,20191111,,Sole Agency,No,,"This Silverstream Pipe Bridge carries treated water from Wingatui Pump station in Mosgiel to the North Taieri area. This pipe and the water it carries is a vital part of the Dunedin City treated water supply. During the adverse weather event on 20 November 2018 this pipe bridge pier support was further undermined and the bridge is now at-risk water if another wet weather event happens.",Awarded,,0,20250410 Dunedin City Council,20667096,Request for Proposals,Closed Competition,LTES SoW DBC Waste Futures Phase 2 Workstream 1 (Circular Economy Detailed Business Case),,20190201,20190221,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20667161,Request for Proposals,Closed Competition,LTES SoW Enable development of Smooth Hill (Waste Futures Phase 2 Workstream 3),,20190201,20190221,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20703122,Request for Proposals,Closed Competition,LTES SoW Transport Maintenance Contract Support,,20190211,20190301,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20712850,Request for Proposals,Closed Competition,LTES SoW DCC Transport Valuation 2018/19,,20190213,20190228,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20734025,Request for Proposals,Closed Competition,LTES SoW DCC Transport Model Advice,,20190214,20190221,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20742421,Request for Proposals,Closed Competition,LTES SoW Seacliff WWTP Upgrade,,20190218,20190225,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20747062,Request for Proposals,Closed Competition,LTES SoW Malvern Street Bridge Foul Sewer Renewal,7874,20190218,20190301,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20747278,Request for Proposals,Closed Competition,LTES SoW Abbotts Hill Thrust Block Design Review,7758,20190218,20190219,20191127,,Sole Agency,No,,,Not Awarded,SoW cancelled,0,20250410 Dunedin City Council,20760045,Request for Proposals,Closed Competition,LTES SoW School Street Housing Renewal Support,TBC,20190221,20190226,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20760083,Request for Proposals,Closed Competition,LTES SoW Kaikorai Valley Global Archaeological Authority Annual Report,6067 and 7544,20190220,20190222,20191127,,Sole Agency,No,,,Not Awarded,one response received by email,0,20250410 Dunedin City Council,20765208,Request for Proposals,Closed Competition,LTES SoW Travel Time Surveys 2018/19,,20190221,20190228,20191111,,Sole Agency,No,,Jon - please note that Melanie Cresswell in their Christchurch office has been working with Simon Wilson on this and has already done some quoting work,Awarded,,0,20250410 Dunedin City Council,20765238,Request for Proposals,Closed Competition,LTES SoW Abbotts Hill Thrust Block Design Review #2,7758,20190221,20190226,20191127,,Sole Agency,No,,,Not Awarded,one response received by email,0,20250410 Dunedin City Council,20767459,Request for Proposals,Closed Competition,LTES SoW Pitcairn St Social Housing QS,,20190222,20190228,20191127,,Sole Agency,No,,,Not Awarded,one response received by email,0,20250410 Dunedin City Council,20775689,Request for Proposals,Open Competition,LTES TEST,,20190225,20190227,20191126,,Sole Agency,No,,,Not Awarded,Test,0,20250410 Dunedin City Council,20801677,Request for Proposals,Open Competition,Mosgiel Library Reroof and Associated Works,18021,20190305,20190404,20190704,,Sole Agency,No,,"We require proposals for the installation of a new roof over the Mosgiel Library, a heating and cooling system, Fire alarm upgrade and lighting upgrade. The work required is detailed in the contract drawings, specification and the associated documentation included with this RFP listing The Dunedin City Council is seeking submissions from capable and competent suppliers to provide suitable construction solutions for, but not limited to, the items detailed below: Install new structural roof framing as detailed in the provided structural design documents to form a new roof over the existing Mosgiel Library. New Profiled metal roof and associated gutters, skylights and solar tubes as in the supplied detailed in the Architectural drawings. Upgraded fire alarm system. New main switchboard. Emergency lighting. Full replacement of existing lighting to LED lights. Interfaced controlled doors to release on Fire alarm. Double glazing to selected windows. A compliant construction solution that meets the requirement of the Building Consent and achieves a code compliance certificate.",Awarded,,0,20250410 Dunedin City Council,20812136,Request for Proposals,Closed Competition,LTES SoW Parks Demonstration Garden QS,,20190307,20190315,20191126,,Sole Agency,No,,,Not Awarded,One response received by email,0,20250410 Dunedin City Council,20812405,Request for Proposals,Closed Competition,LTES SoW Dunedin Safe School Crossings 1,,20190307,20190313,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20814573,Request for Proposals,Closed Competition,Plant Propagation and Nursery Facility Heat Energy Supply and Boiler Maintenance,8444,20190308,20190412,20191007,,Sole Agency,No,,"The Plant Propagation and Nursery Facility at the Dunedin Botanic Garden is required to maintain a consistent temperature to ensure the ideal growing conditions for our plant species. The DCC is looking for a supplier to provide fuel for heat energy and boiler maintenance over a five (5) year term. The estimate for energy supply is in the order of 2000 Gigajoules (GJ) per annum based on current usage. The DCC is open to alternative service or payment proposals, however respondents submitting alternative proposals must also submit a fully compliant response.",Awarded,Contracted awarded to Spark Energy,0,20250410 Dunedin City Council,20815460,Request for Proposals,Closed Competition,LTES SoW Flood Investigation Works,,20190308,20190315,20191126,,Sole Agency,No,,,Not Awarded,One response received by email,0,20250410 Dunedin City Council,20815513,Request for Quotations,Closed Competition,LTES SoW Ocean Grove Sports Hall DSA,,20190308,20190319,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20815562,Request for Quotations,Closed Competition,LTES SoW Test,,20190308,20190315,20191126,,Sole Agency,No,,,Not Awarded,Test,0,20250410 Dunedin City Council,20815802,Request for Proposals,Open Competition,Rating Account Processing Services,8014,20190308,20190425,20190703,,Sole Agency,No,,"This procurement relates to the delivery of rates Account Processing Services. The current contract between the DCC and our current Rating Account Processing Services provider expires at the end of June 2019 and we invite interested parties (organisations and/or consortia) to submit their proposals to deliver these services. The DCC is keen for respondents to suggest areas of potential innovation to improve efficiency and overall value for money over the life of the contract. The DCC requires respondents to be able deliver its entire requirements for Rating Account Processing Services which includes but is not limited to: Receipt and handling of electronic data files of rate accounts Supply of stationery to the DCC for printing of rates accounts assessments, invoices and envelopes Handling and incorporation of printed rates account assessments and invoices Handling and incorporation of insertions Mailing/postal services Electronic transmission of PDF rates account assessments and invoices to the DCC or directly to the ratepayer. Reporting on completion and despatch/transmission.",Awarded,,0,20250410 Dunedin City Council,20848759,Request for Quotations,Closed Competition,LTES SoW Railway station signage,,20190318,20190327,20191125,,Sole Agency,No,,,Not Awarded,Awarded to 4sight,0,20250410 Dunedin City Council,20853732,Request for Proposals,Open Competition,Traffic Counting,8413,20190319,20190502,20190703,,Sole Agency,No,,"The Dunedin City Councils roading network covers 1,762 km of sealed and unsealed road. Accurate data is vital for the efficient management of Dunedins roading network. This contract brings together a number of existing traffic monitoring professional services. The Council seeks a company which can reliably provide high quality professional traffic monitoring services. The DCCs current contract for traffic counting is nearing expiry and we therefore are approaching the open market to secure these important services for the next 5 years. The DCC is aiming to partner with and appropriately skilled, experienced and qualified organisation to deliver our traffic counting requirements, which will include but may not be limited to:- Traffic counts. Cycle counts. Travel time surveys. The placement and removal of Intersection Cameras Moving Parking Sensors.",Awarded,,0,20250410 Dunedin City Council,20854864,Request for Quotations,Closed Competition,LTES SoW Monitoring St Clair Beach geotextile bags,,20190319,20190402,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20854993,Request for Quotations,Closed Competition,LTES SoW Portobello Rd intersection safety improvement concept designs.,,20190319,20190327,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20867828,Request for Quotations,Closed Competition,LTES SoW Ocean Grove Sports Hall Upgrade QS assessment,,20190322,20190329,20191126,,Sole Agency,No,,,Not Awarded,One response received by email,0,20250410 Dunedin City Council,20867927,Request for Quotations,Closed Competition,LTES SoW School Street Housing Renewal Geotechnical,,20190322,20190329,20191127,,Sole Agency,No,,,Not Awarded,One response received by Email,0,20250410 Dunedin City Council,20926696,Request for Quotations,Closed Competition,LTES SoW dTIMS Pavement Deterioration Modelling,,20190409,20190423,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20928661,Request for Proposals,Open Competition,"Parklets - Design, Build and Install",8489,20190409,20190509,20190801,,Sole Agency,No,,"This is an opportunity to work with the Dunedin City Council (DCC) to fulfil our immediate needs and through good performance secure preferred supplier status for the next 5 years to provide temporary green space and seat and meet areas across the city. What we need - Parklets are small areas of amenity and greenspace, which benefit the residents of and visitors to our great small city. They provide seating and meeting spaces. Ahead of the projected works and major improvements in the Central City Plan the DCC has identified an immediate need for 5 Parklets. The DCCs recurring need for parklets is for 2 to 5 Parklets per annum. On the realisation of satisfactory performance and delivery; it is intended that the successful respondent will be selected as our preferred supplier of Parklets for the next 5 years through this procurement process.",Awarded,,0,20250410 Dunedin City Council,20930423,Request for Tenders,Open Competition,Green Island Landfill Leachate Drainage & Civil Works,8492,20190410,20190516,20190703,,Sole Agency,No,,"The Dunedin City Council (DCC) is working to prepare its new landfill site at Smooth Hill, although this will not be ready for some time. In the interim; it is essential to maximise and extend the life of the Green Island Landfill site as far as possible. This will entail 5 physical works projects. This is the first of the five key physical works projects facilitate the use of additional areas of the Green Island Landfill site. We require an experienced and qualified civil physical works partner to deliver leachate and surface water drainage to ensure that environmental impact from the proposed new landfill area is minimised. We need a high calibre civil works contracting partner, ideally with specific experience on landfill civil engineering projects but as a minimum requirement they must have experience of delivering projects in environments with hazardous leachate, gases or materials. As this is the first of 5 key projects; methodology, programming and timing of delivery is highly important. Tenderers should note that this work will be delivered on an operating landfill site under the control of Waste Management NZ Ltd. Respondents must allow for interfacing with the landfill operator as required to allow the works to proceed in an agreed manner to minimise potential disruption to the operation of the landfill.",Awarded,,0,20250410 Dunedin City Council,20933055,Request for Quotations,Closed Competition,LTES SoW Moana Pool Master Site Plan,,20190410,20190508,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20948297,Request for Quotations,Closed Competition,LTES SoW Central City Plan Retail Quarter George St Project Quantity Surveying Services,,20190416,20190507,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20977608,Request for Quotations,Closed Competition,LTES SoW Project Management/ Planning within the 'Ocean Beach Coastal Hazards and Community Engagement Project',,20190429,20190520,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20979309,Request for Quotations,Closed Competition,LTES SoW Dunedin Urban Cycleways Project Management,,20190429,20190520,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,20993516,Request for Tenders,Open Competition,Central City Plan - George Street Project,8505,20190503,20190627,20190826,,Sole Agency,No,,"The Central City Plan Project encompasses the delivery of the first 5 of 10 transformational projects in the Dunedin central city. The selection and grouping of these 5 projects relates to the connectivity of the inner city and other infrastructure needs. The 10 transformational projects were identified in the Dunedin City Councils Central City Plan (CCP) which guides development of the central city area for the next 10 15 years and in general shares the same focus of improving the quality of the public realm through infrastructure and streetscape renewal and upgrades. The CCP established a place-based, coordinated approach to the Central City whilst also establishing a vision and a series of projects and priorities for implementation. The CCP was developed with extensive stakeholder and community input from 2011 onwards and has informed Central City Project budgets in the 2018- 2028 LTP.",Awarded,,0,20250410 Dunedin City Council,21007434,Request for Quotations,Closed Competition,"LTES SoW Property Assets Survey, Condition & Replacement Assessment",,20190507,20190530,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21007497,Request for Quotations,Closed Competition,LTES SoW Green Island and Mosgiel Wastewater Monitoring Project,,20190507,20190530,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21012494,Request for Quotations,Closed Competition,LTES SoW South Dunedin Community QS Services,,20190508,20190529,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21012568,Request for Quotations,Closed Competition,LTES SOW Mosgiel Pool Quantity Surveying and Cost Engineering Services,,20190508,20190522,20191111,,Sole Agency,No,,Apologies we cannot provide you with a longer timeframe for response or a scoping/interactive session. Due to urgency of delivery of immediate Milestones and little knowledge of full project at this stage we are hoping to receive responses within the desired timeframe. If there are any significant issues meeting the response timeframe please submit a question via GETs.,Awarded,,0,20250410 Dunedin City Council,21012958,Request for Quotations,Closed Competition,LTES SoW Central City Cordon Travel Survey,,20190508,20190522,20191111,,Sole Agency,No,,A tight timeframe for SoW is required for return of this SoW to ensure can be completed prior critical staff departure. Appreciate your efforts to meet this,Awarded,,0,20250410 Dunedin City Council,21014130,Request for Quotations,Closed Competition,LTES SoW Tertiary Precint PM,,20190508,20190530,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21018611,Request for Proposals,Closed Competition,Plant Propagation and Nursery Facility Heat Energy Supply and Boiler Maintenance,8444,20190509,20190607,20191121,,Sole Agency,No,,"The Plant Propagation and Nursery Facility at the Dunedin Botanic Garden is required to maintain a consistent temperature to ensure the ideal growing conditions for our plant species. To ensure that year-round heating is provided to the correct level the Dunedin City Council (DCC) has a contract in place with a partner that provides fuel supplies for the boiler, schedule preventative and reactive maintenance to ensure as far as possible 100% availability of the heating system. The current contract is reaching the end of its term and the DCC is therefore looking for a partner to provide Heat Energy (Fuel) and Boiler maintenance for the Plant Propagation and Nursery Facility at Dunedin Botanic Garden.",Awarded,,0,20250410 Dunedin City Council,21022163,Request for Tenders,Open Competition,Beaconsfield Stormwater Improvements,8144,20190510,20190607,20190828,,Sole Agency,No,,"The Dunedin City Council (DCC) is inviting tenders for the renewal of the stormwater service infrastructure within three private properties of Beaconsfield Road being 48, 50 and 50A Beaconsfield Road and construction of new dish channel in Beaconsfield Road. All as per the attached.",Awarded,,0,20250410 Dunedin City Council,21056151,Request for Proposals,Open Competition,Community Housing Reactive Maintenance Services,8447,20190521,20190620,20191009,,Sole Agency,No,,"The Dunedin City Council (DCC) is proposing a reactive maintenance contract for the 942 Community Housing units owned and managed by the Council. A wide range of maintenance services are required including carpentry, electrical, painting, plumbing, flooring, roofing, glazing and cleaning. Additionally, at the discretion of the DCC, the contract includes minor remedial works with Voids (vacant units) where similar services are required to be provided to prepare a vacated unit for the next tenancy. The successful Respondent will have a dedicated team of experienced, skilled tradespeople that can deliver consistently high standards of workmanship for reactive maintenance tasks and some minor planned work. Improved knowledge of asset condition is vital to the DCC. The successful supplier must be able to collect, collate and communicate back to the DCC asset data so this may be utilised to establish and implement preventative maintenance programs, where relevant. The DCC wants a partner organisation that will take ownership, apply innovation or suggest areas of improvement. We are seeking a maintenance partner that will view the needs of our residents as inseparable from their own and work in their interests to provide the best possible solutions in a safe, secure and respectful manner at all times. For a well performing Supplier, a long term contract is on offer with the option, at DCC discretion, to extend the contract from 3 to 6 or 9 years.",Awarded,,0,20250410 Dunedin City Council,21094317,Request for Proposals,Open Competition,"Wall St Mall, Dunedin - Property Management Services",8339,20190614,20190711,20200117,,Sole Agency,No,,"Built in 2009 to enhance the central business district of Dunedin, Wall St Mall is owned and operated by the Dunedin City Council (DCC). Wall St Mall is managed by DCC staff, who run the operations, leasing, facilities, projects, and marketing activities. A recent review of the investment portfolio has determined that the outsourcing management of Wall St Mall is preferred. This presents a prime opportunity for a suitably experienced and capable property management supplier to manage all activities of the mall on behalf of the DCC including: Leasing; Marketing; Facilities management; Operational management ; Asset management; and Project management. The DCC is seeking a Supplier who can provide a comprehensive package of property management services. A prime opportunity exists for a suitably experienced Supplier to improve the return on investment for the DCC by taking a more commercially orientated and focused property management approach. This contract opportunity has a three-year term with the ability to extended for three further years (+3) subject to performance. Long-term the DCC may sell the Wall St asset and this presents the successful supplier the opportunity to demonstrate a good track record for a new potential mall owner should this be progressed by the DCC.",Awarded,,0,20250410 Dunedin City Council,21099636,Request for Quotations,Closed Competition,8581 Great King Street Topographical Survey,,20190530,20190613,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21105987,Request for Quotations,Closed Competition,LTES SoW NPS UDC / 2GP Support,,20190603,20190624,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21108437,Request for Proposals,Open Competition,Dunedin Traffic Intelligence System,8542,20190604,20190801,20191101,,Sole Agency,No,,"The DCC has a need for Traffic Intelligence (Travel and Traffic Data) to inform and enable the efficient, effective and appropriate planning, control and procurement of transport services to provide an effective roading network. This is of particular importance due to the scale and complexity of planned developments in our great small city. The DCC needs to partner with an organisation that utilises modern technologies to provide state of the art accurate, real-time data that includes:- Origin-Destination movements. Vehicle journey times. Covers the strategic transport network. Provides continuous real-time data. Provides or builds historical data. Is easily interrogated in a customer-friendly user interface and is portable between analytical software platforms. We have to ensure that we are partnering with an organisation to future-proof the citys roading network. We need a partner that can deliver the optimum solution for at least our minimum requirements for the DCCs nominated price.",Awarded,,0,20250410 Dunedin City Council,21145734,Request for Proposals,Open Competition,School Road Safety 2019 /20,,20190613,20190711,20191111,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedins transportation network. Each year a number of road safety improvement projects are identified and implemented to ensure continuing improvement in safety of the network. These projects typically involve kerb and channel realignments, installation of speed management systems and pedestrian crossing upgrades. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city.",Awarded,,0,20250410 Dunedin City Council,21163394,Request for Quotations,Closed Competition,LTES SoW Cannington Road Stormwater Improvements,,20190617,20190708,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21167173,Request for Proposals,Open Competition,Engineering Project Manager,8574,20190618,20190710,20191101,,Sole Agency,No,,"The Dunedin City Council (DCC) needs the support of an Engineering Project Manager on a secondment/contracted basis to support and be based within our 3 Waters capital delivery team. The initial engagement will be for 12 months, however this is potentially a 36 month assignment, subject to further funding. This is a priority project for the DCC and the Dunedin community. We require someone to start as soon as possible. We require an experienced and high-calibre engineer/PM that requires the minimum levels of management, supervision and support. 3 Waters Network, Engineering Design and Project Management experience is essential, which must be supported by additional skills and experience including:- Stormwater and Watercourses Public/Private infrastructure boundaries Flood-mitigation solutions Risk analysis and prioritisation Experience managing a $multi-million project budget Stakeholder management Reporting",Not Awarded,Process was cancelled,0,20250410 Dunedin City Council,21173121,Request for Proposals,Open Competition,Otago Construction Labour Forecasting,8567,20190619,20190709,20190806,,Sole Agency,No,,"With approximately $10 billion of significant construction projects forecast over the next 15 years in the Otago region including Queenstown-Lakes, The Ministry of Social Development (MSD) and Dunedin City Council with key regional stakeholders, namely Ngai Tahu, Otago Chamber of Commerce, Otago Southland Employers Association, Waitaki District Council, Central Otago District Council, Clutha District Council and Queenstown Lakes District Council and industry, wish to understand regional labour supply and demands. The purpose of this procurement is to identify industry demand: a. Planned and proposed construction projects (e.g. the redevelopment of the Dunedin Hospital) across the region over the next 15 years; b. Labour market forecasting including industry skills and training demands across the Otago region (including Queenstown Lakes, Central Otago, Clutha, Dunedin and Waitaki). The procurement is intended to create visibility over the skills and trades required by industry over the next 15 years and any potential supply and demand issues, pressures and needs. The outcome of the procurement is the preparation of a report and underlying flexible model (which can be adjusted for different assumptions) that sets out industry demand over the 15-year period.",Awarded,,0,20250410 Dunedin City Council,21196690,Request for Quotations,Closed Competition,LTES SoW Mosgiel Pool BC Writer,,20190626,20190712,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21197460,Request for Tenders,Open Competition,18032 - School Street Housing Renewal,,20190626,20190730,20190926,,Sole Agency,No,,"This project is an initiative of Dunedin City Council Property Services, supporting community housing needs in the City. The site at 48 School St, Kaikorai Valley currently houses 9 units destined for removal. 10 new units are planned for the site. We have taken this opportunity to redesign the site layout and new buildings to incorporate the principles of high performance buildings for optimal benefits. We are looking for a suitable Main Contractor to engage this project and deliver an excellent result for Dunedin City Council (DCC).",Awarded,,0,20250410 Dunedin City Council,21210431,Request for Quotations,Closed Competition,LTES SoW Hydraulic Modelling Support,,20190628,20190719,20191111,,Sole Agency,No,,,Not Awarded,,0,20250410 Dunedin City Council,21233968,Request for Proposals,Open Competition,Inner City Recycling Hubs,8636,20190705,20190808,20191101,,Sole Agency,No,,"The Dunedin City Council (DCC) has made a serious commitment to its responsibilities around environmental sustainability, carbon reduction and climate change this culminating in the council declaring a climate change emergency at the last Council meeting. The DCC wants Dunedin to be carbon neutral by 2030 and we now have that critical focus on all our work programmes. Recycling is a part of that process and will help us progress towards that goal by reducing materials going to landfill. The DCCs immediate challenge is to ensure that our central/inner city residents have ready-access to appropriate recycling facilities. What we need The DCC has already built two inner-city recycling hubs as trials, which have proven to be very successful. Due to this success, it has been decided to build additional inner-city recycling hubs which will be similar to these existing trial inner-city recycling hubs design, for consistency and to replicate the success. We now need a partner organisation to design, build and install the next 3 recycling hubs for the Dunedin city. Whilst we are looking for a design, build and install partner; we are also seeking a partner organisation that will engage with the University of Otago and Otago Polytechnic and incorporate their students designs into two of the three recycling hubs that will be provided under this contract. This exciting collaboration with the Otago Polytechnic is an opportunity to work with a small number of final year elective students that have the potential to be the future leaders of NZs design and architecture. It is an opportunity to collaborate in a fantastic community and educational programme, forge relationships with the DCC, the Polytechnic and engage with some of NZs best talent.",Awarded,,0,20250410 Dunedin City Council,21234339,Request for Proposals,Open Competition,Mobility Partner Services,8475,20190705,20190808,20191101,,Sole Agency,No,,"The Dunedin City Council (DCC) and the BIS team are working to ensure that that we deploy appropriate business information systems and technology to ensure we are working as efficiently as possible to deliver the best value for money solutions to our ratepayers, residents and visitors. Mobility is a significant tool for this enablement. The DCC has implemented the Datacom Sphere platform and is subsequently working across the DCC to roll-out mobility solutions to improve our services. We need a partner to help us deliver as effectively as possible. What we need Having appreciated the benefits of mobility services across areas of the DCC; there is an increased demand and sense of urgency from across the DCC for BIS to deliver mobility services and solutions to improve effectiveness and efficiency of delivery. To facilitate this delivery, we are seeking a Mobility Services Partner with the capacity, capability and experience to support the BIS team for initially 2 years and potentially longer. We need an experienced enabler and agent of change with specific mobility experience that can work across the business to deliver the most effective solutions and outcomes. Stakeholder engagement skills are an essential element for successful delivery.",Awarded,,0,20250410 Dunedin City Council,21234378,Request for Tenders,Open Competition,PENINSULA CONNECTION SECTION 7,8625,20190705,20190802,20191101,,Sole Agency,No,,"The purpose of this request for tenders is to engage with a Contractor to deliver the physical construction component of section 7 of the Peninsula Connection Project. Section 7 will connect from the existing widening at the Turnbulls Bay wall with the recently completed section 8 and include improvements to a 160m section of Portobello Road starting 60m before Solar Terrace and finishing 55m after Holm Avenue. The scope of these works includes but is not limited to: ? Construction of MSE retaining walls ? Vertical and horizontal roading geometric realignment ? Earthworks ? Asphalt and chipseal surfacing ? New footpath and kerb and channel construction ? Culvert replacements ? Timber pedestrian railing ? Subsoil drainage ? Traffic management ? Silt and erosion control",Awarded,,0,20250410 Dunedin City Council,21245080,Request for Proposals,Open Competition,Dunedin Railway Station Attic Asbestos Remediation,18015,20190709,20190808,20190926,,Sole Agency,No,,This procurement relates to the delivery of asbestos removal services in the Attic space of the Dunedin Railway Station. We are seeking the services of a professional and suitably experienced Main Contractor Removalist capable of managing site works and working to a high standard in cooperation with a Consultant Assessor.,Awarded,,0,20250410 Dunedin City Council,21261163,Request for Proposals,Open Competition,Common Evidence: Community Profiles and Population Growth Projections,8599,20190712,20190815,20191219,,Sole Agency,No,,"The Dunedin City Council (DCC) needs data to inform its decision making across the organisation to make effective and informed decisions. This is essential to ensure we are spending ratepayers money and providing services in the most effective and value for money way. We also need to ensure an accurate, informed, single and consistent point of reference for all parties to the planning and decision making process, including our ratepayers and general public.",Awarded,,0,20250410 Dunedin City Council,21266768,Request for Quotations,Closed Competition,LTES SoW Dunedin Hospital Consenting Specialist Transport Input,,20190715,20190802,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21320614,Request for Quotations,Closed Competition,LTES SoW Botanic Garden Strategic Plan,,20190729,20190909,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21322304,Request for Quotations,Closed Competition,LTES SoW DCC Asbestos Management,,20190729,20190819,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21340135,Request for Proposals,Open Competition,Sealed and Unsealed Road Network Maintenance Contracts,8514 - 8515,20190731,20191115,20200616,,Sole Agency,No,,"We are inviting suitably qualified contractors (Contractors/Respondents) to deliver integrated ten-year maintenance and renewal contracts. This service is for maintenance and renewals of predominantly Transportation assets with the inclusion of some 3-Waters and Parks assets. Maintenance and renewal work currently accounts for over $20 million of expenditure per annum. Recently maintenance works have been delivered through one large contract inclusive of the sealed and unsealed network, and traditionally through many separate short-term contracts (eg urban and rural maintenance, reseals, street cleaning etc.) each year. The current road maintenance contract ends on 30 April 2020. The Dunedin City Council (DCC) is committed to developing close partnering relationships and this is a significant opportunity to work closely with DCC to provide long-term services of strategic importance to the city. The maintenance of the respective sealed and unsealed networks contains different activities and requires different priorities. Because of this, the Contracts have been split into two separate contracts. However, they may be operated as one if a Tenderer is successful with both Contracts. Prospective tenderers please note: There are 4 additional documents that will be added along with relevant NTT's over the next 7-28 Days as follows:- Tender response forms 7 days Trigger Intervention / response time document 14 days Level of Service document 28 days Mud tank contamination report (still with WorkSafe) approx. 28 days",Awarded,,0,20250410 Dunedin City Council,21341120,Request for Quotations,Closed Competition,"LTES SoW Process Capability Assessments Tahuna, Green Island and Mosgiel WWTPs.",,20190731,20190823,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21346036,Request for Quotations,Closed Competition,LTES SoW Formulating a project management approach for the South Dunedin Future work programme,,20190801,20190823,20191127,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21365842,Request for Tenders,Open Competition,Waikouaiti WTP Containerised Plant Mechanical Enabling Works,8555,20190805,20190826,20191022,,Sole Agency,No,,"DCC CONTRACT NO. 8555 WAIKOUAITI WATER TREATMENT PLANT CONTAINERISED PLANT MECHANICAL ENABLING WORKS Dunedin City Council is inviting tenders for the installation of various pipelines, instrumentation, pressure membrane modules, storage and chemical tanks including associated works necessary for the incorporation of the containerised membrane filtration plant into the existing treatment system at Waikouaiti Water Treatment Plant site. The containerised membrane filtration plant is Pall AriaTM FAST 60C. The containerised plant and membrane modules will be supplied by DCC.",Awarded,,0,20250410 Dunedin City Council,21366806,Request for Quotations,Closed Competition,LTES SoW Wills Street Watercourse Appraisal,,20190805,20190830,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21402863,Request for Quotations,Closed Competition,LTES SoW 19007 Edgar Centre Differential Settlement QS,,20190812,20190823,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21404656,Request for Quotations,Closed Competition,LTES SoW Valuation and Condition Assessments of PARS Assets,,20190812,20190902,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21407566,Request for Tenders,Open Competition,Structural Component Replacement,8596,20190815,20190912,20191202,,Sole Agency,No,,"This is an opportunity for Contractors with relevant experience to carryout bridge and culvert repairs and component replacement including earthworks, culvert repairs and installation and bridge repairs within the wet bed of Dunedin rivers. We want suppliers that are sympathetic to road users and will take steps to minimise disruption to traffic as much as possible. We also require Contractors to be environmentally aware and can demonstrate they are committed to environmental compliance requirements",Awarded,,0,20250410 Dunedin City Council,21463948,Request for Proposals,Open Competition,Carbon Dioxide Supply for Water Treatment,8705,20190822,20190919,20200616,,Sole Agency,No,,"The DCC utilises Carbon Dioxide dosing at Southern and Mount Grand Water Treatment Plants (WTPs) to ensure compliance with NZ drinking water standards, to control the disinfection and final pH of water leaving the site. The current contract for the supply of liquid carbon dioxide has expired and needs to be renewed as a matter of urgency. Failure to ensure the supply of liquid carbon dioxide will compromise the DCCs ability to meet its obligation to provide potable water supplies that meet NZ drinking water standards and will pose a health risk to our residents and visitors to the city. This is an opportunity to ensure we realise the optimum services and value for money provision of carbon dioxide supplies for coming years.",Awarded,,0,20250410 Dunedin City Council,21508210,Request for Quotations,Closed Competition,LTES SoW Mount Grand and Southern Water Treatment Plant Reservoirs and Contact Tanks: Initial Seismic Assessment,,20190829,20190920,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21508420,Request for Quotations,Closed Competition,LTES SoW Southern Water Treatment Plant Freshwater Bryozoan Research,,20190829,20190920,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21538757,Request for Quotations,Closed Competition,LTES SoW DCC Seismic Assessment Management,,20190904,20190927,20191202,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21584117,Request for Quotations,Closed Competition,"LTES SoW, Our Streets Topographical Survey",,20190912,20191003,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21597795,Request for Proposals,Open Competition,Condition Four Playground and Softfall Upgrades,8687,20190913,20191017,20191121,,Sole Agency,No,,"The Dunedin City Council has a need for specialist expertise for the replacement of play equipment and soft-fall play surfaces. Playgrounds and what we intend to do:- Some of the play equipment and soft-fall surfaces within the parks has been deemed to be at the end of its useful life and/or beyond economical repair. We intend to replace/upgrade the play equipment identified with like-for-like or similar themed play equipment. We also intend to replace the soft-fall play surfaces. New soft-fall surfaces must meet the critical height fall standards and meet NZS 5828:2015 standards.",Awarded,,0,20250410 Dunedin City Council,21597996,Request for Proposals,Open Competition,Community Events Panel,8525,20190913,20191010,20191121,,Sole Agency,No,,"The Dunedin City Council (DCC) Community Development and Events Team organise a number of events throughout Dunedin per annum. By looking at these events over a longer term (as they are similar in nature every time) there is merit for Dunedin City Council to set up preferred supplier agreements via a Panel agreement. The DCC is looking for suppliers to engage on a rotational basis to supply the services for annual DCC events.",Not Awarded,This RFP was extended and re-tendered,0,20250410 Dunedin City Council,21599898,Request for Quotations,Closed Competition,LTES SoW Central City Plan George St (CCG),,20190913,20191004,20191121,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21631575,Request for Quotations,Closed Competition,LTES SoW 19016 Tarpit Remediation,,20190919,20191021,20191210,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21640858,Request for Proposals,Open Competition,EFTPOS Terminals,8673,20190920,20191018,20191202,,Sole Agency,No,,"The Dunedin City Council (DCC) is consolidating the supply of its EFTPOS machines across the organisation. We are seeking a long-term partner to deliver the supply and on-going support of these machines. The DCC have been working for a number of years to align existing contracts, so that they can be brought into one cohesive contract for both supply and support. These contracts expire 30 November 2019 and we need to identify our new partner to undertake the new contract from 1 December 2019.",Awarded,,0,20250410 Dunedin City Council,21657884,Request for Quotations,Closed Competition,LTES SoW Shape Correction Designs 2019/20,,20190924,20191009,20191203,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21664956,Request for Proposals,Open Competition,19004- Civic Centre Roof Membrane Replacement,19004,20190926,20191021,20200213,,Sole Agency,No,,"This opportunity in a nutshell: The roofing membranes on multiple levels of the Civic Centre building at 50 the Octagon Dunedin are nearing the end of their serviceable life. We are seeking proposals from suitably experienced and resourced main contractors, to work with the design team in an Early Contractor Involvement (ECI) process to assist in the development of documentation, provide a pricing submission of the complete work package and then proceed with the construction process. We will be using a two-stage approach: Stage 1 Design phase involving consultants and the main contractor to allow for investigative work to enable development of a robust scope of works and detailed design. Stage 2 Construction works necessary to allow for the staged removal and reinstatement of waterproofing system including: All hoardings, access, scaffolding, temporary, edge protection, weather protection and cranes. General management of all sub-contractors, traffic management and health & safety. Asbestos removal.",Awarded,,0,20250410 Dunedin City Council,21734959,Request for Tenders,Open Competition,Blackhead Rd Pedestrian Improvements,8181,20191007,20191111,20200313,,Sole Agency,No,,This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Blackhead Road Pedestrian Improvements contract opportunity,Awarded,,0,20250410 Dunedin City Council,21741386,Request for Quotations,Closed Competition,LTES SoW Our Streets Arterials SSBS and PS Support,,20191008,20191029,20191212,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21741597,Request for Quotations,Closed Competition,LTES SoW South Dunedin Library & Community Complex Design Services,,20191008,20191029,20191129,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21747054,Request for Quotations,Closed Competition,"LTEs SoW Green Island Landfill Facility (GILF) Weighbridge, Traffic Layout & CCTV",,20191009,20191105,20191111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21786723,Request for Quotations,Closed Competition,LTEs SoW Play Space Plan Engagement Plan,,20191015,20191030,20200304,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21794502,Request for Proposals,Open Competition,Internal Audit Services,8782,20191016,20191114,20200325,,Sole Agency,No,,"This opportunity in a nutshell The Dunedin City Council (DCC) seeks to engage an experienced, skilled and qualified audit service provider to partner with the Dunedin City Council (DCC) in the delivery of its three year internal audit programme. In awarding the contract to a Supplier, the Council intends to ensure: ? Best value for Dunedin ratepayers ? The realisation of quality strategic and business objectives ? Efficiency and effectiveness in the delivery of the DCCs services and business activities. The DCC invites respondents to provide suggestions on how they might work with us to minimise risk, ensure value for money, identify improvement opportunities, build innovation and/or increase business efficiency. What we need The Supplier shall provide internal audit services for Council as follows: a) The Internal Auditor will work with senior management, the Risk and Internal Audit Manager and the Audit and Risk Subcommittee of Council to agree a three year internal audit programme which sets out the recommended scope of internal audits within mutually agreed annual workplans. b) The internal audit programme should have due regard to the key internal controls for strategic and operational risk, including monitoring compliance to business policies, procedures and undertaking an appropriate level of forensic audit, as well as providing ad hoc business or systems reviews. c) The Internal Auditor is accountable to the DCC via the Audit and Risk Subcommittee. The appointment or removal of the Internal Auditor will follow Audit and Risk Subcommittees recommendation to the Council. d) Internal Audit will have operational support from DCC senior management and the Risk and Internal Audit Manager and strategic support from the Audit and Risk Subcommittee. The DCCs Internal Audit Policy (copy attached) should be read in conjunction with this RFP.",Awarded,,0,20250410 Dunedin City Council,21805063,Request for Proposals,Open Competition,Community Events Panel,8525,20191018,20191108,20200309,,Sole Agency,No,,"The Dunedin City Council (DCC) Community Development and Events Team organise a number of events throughout Dunedin per annum. By looking at these events over a longer term (as they are similar in nature every time) there is merit for Dunedin City Council to set up preferred supplier agreements via a Panel agreement. The DCC is looking for suppliers to engage on a rotational basis to supply the services for annual DCC events.",Awarded,,0,20250410 Dunedin City Council,21824042,Request for Quotations,Closed Competition,LTES SoW 19010 Civic Centre and Dunedin Public Library Feasibility Study,,20191023,20191118,20191213,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21833894,Request for Quotations,Closed Competition,LTES SoW Cemetery Land Assessment,,20191024,20191114,20191205,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21839440,Request for Tenders,Open Competition,Bangor Terrace - Retaining Wall Strengthening (includes Melrose Street),8595,20191025,20191121,20200325,,Sole Agency,No,,"The Dunedin City Council is seeking to engage a Contractor with relevant experience to carry out retaining wall strengthening including earthworks, anchoring and reinforced concrete or shotcrete construction in an urban environment with Dunedin City. We want suppliers that are sympathetic to private residents and road users and will take steps to minimise disruption to residents, neighbours and traffic as much as possible. We also require Contractors to be environmentally aware and can demonstrate they are committed to environmental compliance requirements.",Awarded,,0,20250410 Dunedin City Council,21846246,Request for Quotations,Closed Competition,LTES Mosgiel Pool Principles Requirements SoW,,20191025,20191101,20191126,,Sole Agency,No,,,Not Awarded,One response received by email,0,20250410 Dunedin City Council,21848097,Request for Proposals,Open Competition,Dunedin City Council and Otago Polytechnic e-bike purchase scheme,8739,20191025,20191121,20200107,,Sole Agency,No,,"In response to strong interest expressed by staff; The DCC and Otago Polytechnic are aiming to support their staff to procure e-bikes. Electric bikes represent one of the simpler options in helping us move towards active transport choices, reducing single-occupancy vehicle trips and scaling down road congestion, but they can be a prohibitively high-priced solution for individuals. We aim to support our staff make these positive decisions by:- Securing discounted supply agreements with local suppliers. Agreeing advice, guidance and support levels with local suppliers. Agreeing service and warranty levels with local suppliers. The DCC will be offering a short-term salary advance of up to $2000, if required, to assist its own staff with the procurement. Engaging with a supplier or suppliers who can provide access to a comprehensive range of e-bikes for our staff to select from to ensure their requirements are met.",Awarded,,0,20250410 Dunedin City Council,21862088,Request for Quotations,Closed Competition,LTES SoW Waterfront Connection Quantity Surveying and Cost Engineering Services,,20191030,20191120,20200106,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21873589,Request for Quotations,Open Competition,Review of Customer Services Agency - Function and Structure,8894,20191031,20191121,20200107,,Sole Agency,No,,"The Customer Services Agency (CSA) is the first point of contact for customers wishing to engage with the Council. Customer Services includes the Customer Service Centre in the Plaza, and the Councils contact centre. The Contact Centre handles 1120 interactions per day, consisting of 1000 phone calls, 100 emails and 20 social media contacts, across 34 Council departments as well as handling calls for the local bus helpline on behalf of the Otago Regional Council. The Plaza service centre handles on average 400 interactions with customers and visitors daily. In addition to the CSA Plaza service centre there are 4 service centre agencies located at satellite public libraries. These agencies are operated by the Libraries with some assistance from Customer Services. We are seeking a provider to undertake a review of the Dunedin City Council (DCC) Customer Service Agency functions and structure and to provide a report detailing findings, options analysis and recommendations.",Awarded,,0,20250410 Dunedin City Council,21873726,Request for Tenders,Open Competition,18033 - Palmyra Community Housing Upgrade,18033,20191031,20191204,20200213,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21932378,Request for Quotations,Closed Competition,LTES SoW Tahuna Middle School Waste Pipe; Condition and Risk Assessment - Musselburgh Rising Mains,,20191113,20191204,20200117,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,21938034,Request for Quotations,Closed Competition,LTES SoW Waikouaiti Landfill Capping Design and Consenting,,20191114,20191205,20200124,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22039222,Request for Quotations,Closed Competition,LTES SoW Cemetery Road upgrade Transport and 3 Waters,,20191204,20200131,20200228,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22077600,Request for Proposals,Open Competition,Climate 2030 Rapid Review,8905,20191211,20200130,20200602,,Sole Agency,No,,"This is an opportunity to deliver a climate change rapid review of the DCCs activities, plans and budgets, which will help determine DCCs contribution to reducing emissions and building climate resilience. The rapid review will inform Dunedins goal to become a net zero carbon city by 2030. We are looking to procure the services of an appropriate supplier to work with teams across the Dunedin City Council (DCC) to carry out a rapid review of the state of play and what could be put in place with regard to meeting the Climate Emergency declared in Dunedin and our goal of being Carbon Zero by 2030..",Awarded,,0,20250410 Dunedin City Council,22080517,Request for Tenders,Open Competition,Silver Stream - Bank Reinstatement,8731,20191212,20200130,20200325,,Sole Agency,No,,"During the flood events of July 2017 and November 2018, significant volumes of material was scoured out of the true right bank of the Silver Stream opposite the Hagart Alexander storm water pump station outlet in Mosgiel. Surveying have assessed the material lost to be approximately 2000m3. The Dunedin City Council has critical infrastructure which crosses the Silver Stream via a pipe bridge and is the sole source of treated water to North Taieri. The flood damage has now placed the water supply pipe bridge and subterrestrial pipework at risk. We need this bank reinstated and armoured with rip rap. What we need We need the streams original contours to be reinstated with approximately 2000m3 of infill material. This will then need the construction of a protective riprap wall along 75m of the true right bank. This is to be done whilst ensuring the integrity of the pipe bridge pier and the subterrestrial pipework. Additionally, we will require the true left bank to be contoured, removing approximately 600m3 of material, which can be reused on the true right bank if suitable. Repair to the Hagart Alexander SWPS outlets reno mattress and finally planting on the true right bank a variety of small flax and grasses within a geotextile fabric and the creation of pools/riffles in the stream bed.",Awarded,,0,20250410 Dunedin City Council,22082099,Request for Proposals,Open Competition,"Insurance Broking, Risk Advice and Claims Processing",8750,20191212,20200213,20200616,,Sole Agency,No,,"The Dunedin City Councils (DCCs) current contract for insurance brokerage, risk advice and claims processing services expires in June 2020 and we are therefore undertaking an open-market procurement to request proposals from suitably experience partners to provide these services for the coming years. What we need - The scope of this procurement is to secure a partner to provide insurance, risk and claims services for an initial 3-year contract with the option, based on supplier performance, to maintain the relationship and extend the contract for up to 9 years in total.",Awarded,,0,20250410 Dunedin City Council,22087347,Request for Proposals,Open Competition,University Oval - Resurfacing 2020,8950,20191213,20200213,20200325,,Sole Agency,No,,"The Dunedin City Council (DCC) is responsible for the maintenance and upkeep of the University Oval number 1 sportsground to first-class cricket standards. Dunedin Venues Management Ltd (DVML) currently has the contract to maintain the grounds and facilities. To maintain these standards, it has been recognised for a period of time that the outfield is not draining to the requirements of New Zealand cricket . What we need The DCC is aiming to engage an appropriately skilled and experienced partner/contractor to undertake the required remediation works within a specified time frame causing minimal disruption to cricket activities and to secure the ground as a future long-term venue for international and first-class cricket matches. Lifespan of this ground renovation work to be at least ten years from the date of completion of the physical works.",Awarded,,0,20250410 Dunedin City Council,22103140,Request for Proposals,Open Competition,Moana Pool Window replacement,8696,20191217,20200214,20200309,,Sole Agency,No,,"The Moana Pool gallery windows are over 53 years old and their aged condition causes condensation and mould build up across the gallery seating area. These have now been identified for replacement to make the Moana Pool facilities a healthier, more heat efficient and modern environment for staff and pool users. The Dunedin City Council (DCC) is looking for Construction companies, window manufacturers and installers to submit proposals for the replacement of the existing gallery windows and aluminium joinery associated with this project. We need a contractor that has the ability to complete the project to the contract specifications and deadlines.",Not Awarded,RFP withdrawn and project cancelled - Building has been identified as needing structural seismic strengthening and will therefore become part of a larger project in due course.,0,20250410 Dunedin City Council,22123440,Request for Quotations,Closed Competition,Dunedin Network Operating Framework,,20191220,20200124,20200228,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22124077,Request for Tenders,Open Competition,Carlyle Road SWPS Upgrade,8746,20191220,20200220,20200528,,Sole Agency,No,,"Carlyle Road stormwater pump station (SWPS) is one of four SWPSs in Mosgiel that pump excess flow to Silver Stream when the capacity of the gravity system is exceeded in storm events. The pump station operation is critical to the performance of the stormwater network in storm events. This project is to ensure the existing stormwater network continues to be able to operate effectively. What we need There are three pumps in Carlyle Road pump station and they are configured to operate based on the volume of stormwater that arrives at the pump station. One of the three pumps was installed in 1961 while the other two pumps have been in operation since 1974. These pumps are at the end of their serviceable life of typically 25 years and are due for replacement. Due to the risk of failure of any of these pumps and their criticality to the storm water network, it was decided to replace the pumps to ensure network integrity prior to a new SWPS being designed and constructed at Carlyle Road following the Reid Avenue SWPS upgrade project. The intent of this procurement is to modify the existing pump station building, well, pipework and electrical switching to suit the replacement pumps that have been purchased separate to this project.",Awarded,,0,20250410 Dunedin City Council,22162383,Request for Tenders,Open Competition,Green Island Landfill - Access Road,8982,20200113,20200207,20200325,,Sole Agency,No,,"The Dunedin City Council (DCC) wishes to engage an appropriately experienced contractor to complete an access road to allow the heavy vehicle movements to continue the landfill operations at the Green Island landfill site as the site grows and tip face locations change. This project is to provide an access road to provide the safe and controlled use of heavy machinery to gain access to and from the active working tip face as the Green Island Landfill expands their operations into a new section of the filling process.",Awarded,,0,20250410 Dunedin City Council,22164842,Request for Quotations,Closed Competition,LTES SoW 2020 Road Safety Improvements Package,8911,20200114,20200211,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22165028,Request for Quotations,Closed Competition,LTES SoW Green Island Road Safety Improvement Concepts,8910,20200114,20200211,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22165519,Request for Quotations,Closed Competition,LTES SoW 19038 Roof Replacement Stage Two,,20200114,20200204,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22169469,Request for Quotations,Closed Competition,LTES SoW Sport and Active Recreation Needs Assessment,,20200115,20200221,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22178419,Request for Quotations,Closed Competition,LTES SoW Three Waters Renewals - surveying for easements,7893,20200116,20200203,20200709,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22189701,Request for Quotations,Closed Competition,LTES SoW Green Island Landfill Bund Stability Assessment,9005,20200120,20200210,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22202990,Request for Quotations,Closed Competition,LTES SoW Water Treatment Plant and Pump Station Process Capability Assessments,9026,20200123,20200219,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22226475,Request for Quotations,Closed Competition,LTES SoW Tertiary Precinct Upgrade Single Stage Business Case Professional Services,9051,20200129,20200225,20200709,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22276568,Request for Quotations,Closed Competition,LTES SoW Middlemarch Waste Water Treatment Plant discharge consent study,9015,20200207,20200306,20200706,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22283579,Request for Tenders,Open Competition,3 Waters - Switchboard Upgrades - Replacement,7332,20200210,20200313,20200616,,Sole Agency,No,,"The Dunedin City Council (DCC) are seeking an experienced electrical contractor to carry out replacement or upgrade of pump stations and switchboards at around 16 distinct sites in the DCC 3 Waters reticulation network. This will include design, manufacture, supply, delivery to site, installation, testing and commissioning of a variety of switchboards and equipment. We are looking for a reliable supplier with proven experience in the manufacture and installation of switchboards and pump station control cabinets, preferably in a local government environment. We want the work to be delivered to specification, on time and in within the tendered price. We need a supplier who can work collaboratively with our in-house operations and maintenance staff to replace and re-commission these installations with minimal disruption to operations.",Awarded,,0,20250410 Dunedin City Council,22297632,Request for Tenders,Open Competition,19005 - Dunedin Public Art Gallery Atrium Membrane & Substrate Replacement,19005,20200213,20200305,20200706,,Sole Agency,No,,The roofing system adjacent to the Glazed Atrium on the Dunedin Pubic Art Gallery (DPAG) is nearing the end of its serviceable life. The Dunedin City Council (DCC) is seeking tender submissions to replace the roofing system.,Awarded,,0,20250410 Dunedin City Council,22319840,Request for Proposals,Open Competition,Project Managers - LTES Panel,7860-1,20200218,20200318,20200626,,Sole Agency,No,,"The Dunedin City Councils (DCCs) Long-Term Technical & Engineering Support Services (LTES) panel has been operating successfully for one year. We need to add additional capable Project Management capacity to the panel as set-out below. The LTES panel has been a major contributor to the DCC meeting its capital spend target for the first time in our last financial year delivering significant asset upgrades and renewal works. This success has created the need for greater specific, capable, and experienced project management capacity than we can currently source through the existing panel providers. We need: Additional Project Management capacity independent of organisations providing or interested in providing other services to a project (including design and business case). Project Managers at competitive rates who have a high-level of availability to work in Dunedin (2 to 3 days or more per week where required). Project Managers who are willing and able to work within the structures, processes, and supervision of DCCs Programme Management Office (PMO) for those projects within the Major Projects Programme (MPP).",Awarded,,0,20250410 Dunedin City Council,22353190,Request for Quotations,Open Competition,Support Services Workforce Planning,9111,20200224,20200313,20200713,,Sole Agency,No,,"We are seeking a provider to undertake a workforce planning process of Dunedin City Councils (DCC's) support service functions and to provide a report detailing findings, options and recommendations by 31 July 2020.",Not Awarded,Procurement was put-on indefinite hold due to Covid-19,0,20250410 Dunedin City Council,22386231,Request for Proposals,Open Competition,DCC School Speed Management Programme 2020/21,9043,20200302,20200424,20200824,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedins transportation network. Each year a number of road safety improvement projects are identified and implemented to ensure continuing improvement in safety of the network. These projects typically involve kerb and channel realignments, installation of speed management systems and pedestrian crossing upgrades. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city. This Contract is considered to be a chance for the successful Contractor to prove their ability to efficiently deliver these types of safety improvement works for our city. It is of note that the current government has identified safety improvement projects as being a priority for future transportation investment in New Zealand.",Awarded,,1640630,20250410 Dunedin City Council,22410530,Request for Quotations,Closed Competition,LTES SoW GI WWTP clarifier covers removal,7601,20200306,20200327,20201123,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22420548,Request for Proposals,Open Competition,DCC Forbury Rd and Bayview Rd Intersections Improvements,8246,20200309,20200424,20200824,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedins transportation network. The intersection of Forbury Road / Bayview Road / Allandale Road in St Clair has been identified as a high priority intersection for implementing safety improvements. The intersection has been designed to be converted to a roundabout, in conjunction with speed management treatments and pedestrian crossing improvements. Works therefore include, but are not limited to, kerb and channel realignment, pavement renewal, footpath reinstatement, new paving and landscaping. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city. This Contract is considered to be a chance for the successful Contractor to prove their ability to efficiently deliver these types of safety improvement works for our city. It is of note that the current government has identified safety improvement projects as being a priority for future transportation investment in New Zealand.",Awarded,,877557,20250410 Dunedin City Council,22423061,Request for Quotations,Closed Competition,"LTES SoW Green Island Landfill, Clay Capping - Design & Supervision",9104,20200310,20200331,20200731,,Sole Agency,No,,,Not Awarded,,0,20250410 Dunedin City Council,22497476,Request for Tenders,Open Competition,19012 - Railway Station Remedial Works - Stage 1,,20200327,20200623,20201022,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL: The Dunedin City Council (DCC) is seeking to secure the services of a skilled and experienced contracting organisation to undertake remedial works to the iconic Railway Station in Dunedin. The Exterior of the Railway station, with many of its ornate features are in need of repairs, restoring this building as close as we can to a new state. This tender is for the first stage of these remedial works. Subsequent stages 2 and 3 of the remedial works are planned for the next couple of years and will be tendered separately.",Awarded,,0,20250410 Dunedin City Council,22506660,Request for Quotations,Closed Competition,LTES SoW Mosgiel Pool Traffic Impact Assessment,9170,20200401,20200430,20200709,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22516710,Request for Quotations,Closed Competition,"LTES SoW Green Island Landfill, Clay Capping - Design & Supervision",9104,20200406,20200415,20200709,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22560677,Request for Quotations,Closed Competition,LTES SoW Tunnels Trail Project CYT: Design and Business Case writing Services,9183,20200421,20200529,20200928,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22606818,Request for Proposals,Open Competition,Smart Water Metering Solution,8921,20200504,20200717,20210315,,Sole Agency,No,,"The Dunedin City Council (DCC) are about to initiate a project to implement a smart water metering solution for non-domestic (i.e. non-residential) water users to improve the efficiency of the water network, promote efficient water usage, save meter reading costs and reduce billing complaints/queries as well as inaccuracies in the billing data. We are seeking a solution that provides end-to-end advanced water-metering infrastructure. This contract will include: - Identify, test and approve a defined set of smart-meters and connectivity components. Ensure the smart metering process enables real-time data, system diagnosis, process efficiency, metering changes within 24 hours. Ensure the solution provides for the quick identification and rectification of faults. Generates accurate consumption data for modelling. Provides a self-service portal solution for the DCCs customers. Deliver a smart-metering solution that can be extended to all water users and be leveraged for other smart city initiatives, if required, in the future. Provides accurate billing interfacing with DCCs existing billing solution.",Awarded,,0,20250410 Dunedin City Council,22610497,Request for Proposals,Open Competition,Ecological and Track Maintenance,9106,20200504,20200604,20200828,,Sole Agency,No,,"The Dunedin City Councils (DCCs) current contract is reaching expiry soon and therefore we are undertaking an open market procurement process to secure a partner for our Ecological and Track Maintenance contract for up to 7 years. We need to partner with an experienced organisation with the capacity and capability to:- Eradicate or control of plant pests. Manage natural and semi-natural vegetation. Prepare ground and undertake planting. Maintain tracks. Proactively report all incidences of damage or maintenance requirements.",Awarded,,0,20250410 Dunedin City Council,22654110,Request for Proposals,Open Competition,High Speed Pavement Condition Survey,9140,20200512,20200618,20201020,,Sole Agency,No,,"RAMM (Road Asset Management and Maintenance) condition rating is an annual process which involves the collection of defect information on sealed roads, kerbs and footpaths. The DCC has been undertaking high speed pavement condition surveys since the early 1990s. High speed pavement condition surveys record the roughness of sealed roads using lasers mounted on specialist survey vehicles. The condition information is gathered using stringent validation methodology to ensure quality data. The information recorded, as part of the survey, is used in the DCCs forward work planning and in reporting to NZTA under the One Network Road Classification (ONRC) benchmarking and performance assessment initiative. In addition, results are reported in the DCC's Annual report as a DIA mandatory reporting measure.",Awarded,,0,20250410 Dunedin City Council,22712145,Request for Proposals,Open Competition,Supply of Reticulated and Cylindered LPG,9086,20200522,20200630,20210128,,Sole Agency,No,,"This is an opportunity for LPG suppliers to supply and deliver either cylindered and / or reticulated LPG as separate contracts or both supplies combined under one contract to Dunedin City Council sites in Dunedin. The Dunedin City Council (DCC) is looking for suppliers to submit proposals for the supply and delivery of Reticulated and Cylindered LPG to 46 sites across the DCC. There are 6 Reticulated sites and 40 Tank and Cylindered sites. Suppliers are invited to submit proposals for: All 6 Reticulated LPG sites (one contract) All 40 Cylindered and Tank Sites (one contract) Both Reticulated and Cylindered/tanked sites (one combined contract)",Not Awarded,,0,20250410 Dunedin City Council,22785414,Request for Quotations,Closed Competition,LTES SoW 3W Smart Water Meter Data Validation,9204,20200607,20200706,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22845419,Request for Quotations,Closed Competition,Environmental Assessment Study (Wastewater System Plan Project),9119,20200619,20200713,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22866059,Request for Quotations,Closed Competition,LTES SoW Bath Street Improvements,9239,20200623,20200715,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22916655,Request for Quotations,Closed Competition,LTES SoW South Dunedin Library and Community Complex Business Case Writer,9321,20200703,20200727,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22929223,Request for Quotations,Closed Competition,LTES SoW Reid Avenue Stormwater Pumping Station Capability Assessment and Minor Design,9216,20200707,20200806,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22937374,Request for Quotations,Closed Competition,LTES SoW Building Management system Upgrade,9300,20200708,20200803,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,22961332,Request for Quotations,Closed Competition,LTES SoW LED Streetlights Contract Management Services,9297,20200713,20200804,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23008275,Request for Proposals,Closed Competition,Taieri Aquatic Centre (Mosgiel Pool),8457,20200722,20201023,20210222,,Sole Agency,No,,"The Dunedin City Council (DCC) and the Taieri Community Facilities Trust (TCFT) are jointly committed to developing a new Taieri Aquatic Facility - Mosgiel Pool to replace the existing community pool, which was constructed in the mid-1930s. Following the DCC's initial RoI, this is an opportunity for you as shortlisted organisations to submit your comprehensive proposals for the Design and Build of this facility. As indicated previously, we are aiming for a multi-pool facility, which will be efficient, incorporates environmental sustainability, has a low carbon footprint, is delivered on-budget and on-time to serve the Mosgiel, Taieri and wider Dunedin community for many years to come. This RFP is the second stage of a multi-stage procurement process. We want a collaborative Design and Build process and will be seeking to partner with an experienced design and build company or consortia with a successful track-record in the design and construction of aquatic facilities. For this stage 2 RFP we require comprehensive proposal details for the facility to meet the Principals Requirements and basically comprise:- 4 x bodies of water (Pools). Building Area c3200m2 Building Height 10m (Max) Building Elevation length 65m (Max) This RFP and the requested proposal will be focussed on the details of the proposed facility. Unless there are any changes from the RoI process; we do not need information on or evidence of the relevant experience and track-record of parties participating in the proposal for the design and build delivery of the facility.",Awarded,,0,20250410 Dunedin City Council,23016898,Request for Proposals,Closed Competition,DCC Mobile Library Vehicle Replacement,Contract 8932,20200727,20200918,20210517,,Sole Agency,No,,"You have been shortlisted from the initial REOI stage to receive this RFP and we look forward to receiving your proposal to participate in this ground-breaking project custom building New Zealands first fully electric mobile library vehicle for the Dunedin City Council (DCC). We are excited to see how you propose to use your expertise to deliver this project and how you will bring imagination and innovation to the vehicle concept and design.",Awarded,,0,20250410 Dunedin City Council,23109975,Request for Quotations,Closed Competition,Peninsula Connection - Road Safety Audit Services,9378,20200813,20200828,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23138676,Request for Quotations,Closed Competition,LTES SoW Green Island Landfill Resource Recovery & Processing Precinct (RRPP),9372,20200819,20200910,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23148731,Request for Proposals,Open Competition,Engineering Services - Maintenance & Minor Capital Works,9221,20200820,20200924,20210524,,Sole Agency,No,,"The Dunedin City Council (DCC) has an engineering maintenance contract that is expiring and this is an opportunity for an appropriate engineering service and maintenance organisation to partner with the DCC on a new maintenance and minor capital works contract, providing services to the 3 Waters treatment plants, assets and facilities. The DCC is seeking responses from suitably experienced, qualified and capable engineering services providers to submit proposals for the project and maintenance work associated with this contract. The contractor must be proficient in a vast array of engineering and minor capital works projects to help maintain the operational efficiency and provide urgent repairs to maintain the DCCs 3 Waters facilities and services.",Awarded,,0,20250410 Dunedin City Council,23148961,Request for Proposals,Open Competition,19007 - Edgar Centre Compliance Upgrade,,20200820,20200918,20201209,,Sole Agency,No,,"This opportunity in a nutshell: The Edgar Centre needs an upgrade, so it complies as near as reasonably practicable to the NZ Building code in terms of section 112. We will be upgrading access for persons with disability, egress of building due to fire, minor structural work, taking the opportunity to replace some roofing and step flashings. What we need: We are seeking submissions from contractors that can plan and deliver a suitable solution to these issues in a safe and efficient manner allowing the facility to remain in operation while the works are being undertaken. What we don't want: We do not want and will not consider submissions from manufacturers or suppliers of materials. We are seeking all-inclusive submissions from contractors that will plan, manage and complete the full contract.",Awarded,,0,20250410 Dunedin City Council,23223549,Request for Tenders,Open Competition,19008 - Manuka Causeway Reinstallation,,20200903,20200930,20210119,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL The Dunedin City Council (DCC) is seeking to secure the services of a skilled and experienced contracting organisation to undertake the supply and construction of the new infrastructure in the Wall Street Mall to accommodate the reinstatement of the Manuka Causeway artefact as per the architectural, mechanical, structural and electrical designs. What we don't want Suppliers or specialised contractors that are not able to deliver all specifications defined within this RFT and the design documentation for the complete construction of the new infrastructure for the Manuka Causeway artefact reinstatement in The Wall Street Mall.",Awarded,,0,20250410 Dunedin City Council,23246137,Request for Quotations,Closed Competition,LTES SoW Closed-Circuit Television Upgrade & Access Control,9320,20200908,20200929,20201111,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23270936,Request for Quotations,Closed Competition,LTES SoW Footpath and Kerb Condition Rating,9141,20200911,20201002,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23273980,Request for Quotations,Closed Competition,LTES SoW Modelling and Analytical Services: Transport Modelling for Shaping Future Dunedin Transport project,9436,20200911,20201005,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23330522,Request for Quotations,Closed Competition,LTES SoW Water Safety Planning Approach,9414,20200922,20201020,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23356441,Request for Proposals,Open Competition,LTES Panel - Recreation Consultants,7860-2,20200925,20201030,20210301,,Sole Agency,No,,"The Dunedin City Councils (DCCs) Long-Term Technical & Engineering Support Services (LTES) panel has been operating successfully for approaching 2 years. We need to add additional capable and experienced recreational Consultant capacity to the panel as set-out below. The LTES panel has been a major contributor to the DCC meeting its capital spend target and delivering significant asset upgrades and renewal works. This success has created the need for greater specific, capable, and experienced recreation consultant capacity than we can currently source through the existing panel providers. The DCCs Parks and Recreation Strategy sets the direction for the next 10 years by guiding the planning, development and management of Dunedins recreational facilities, parks and open spaces. The implementation of this strategy will be primarily through the delivery of the Sport and Recreation Action Plan and the Parks and Open Space Action plan. We need additional expertise, capability and capacity to deliver these action plan outcomes over the next 10 years.",Awarded,,0,20250410 Dunedin City Council,23374150,Request for Quotations,Closed Competition,LTES SoW Moana Pool Redevelopment,9426,20200930,20201022,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23381283,Request for Quotations,Closed Competition,LTES SoW Modelling and Analytical Services: Transport Modelling for George Street (CCG) and Tertiary Precinct (TPU) projects,9479,20201001,20201028,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23385086,Request for Tenders,Open Competition,Reid Avenue - Stormwater Swale Intake,9387,20201002,20201029,20210301,,Sole Agency,No,,"Following widespread surface flooding in July 2017, Dunedin City Council engaged AECOM to design a new stormwater intake and pumping station at Reid Avenue, Mosgiel, believed at the time to be the root-cause of the flooding. The investigative phase of the previous project (contract 7584) highlighted that a new stormwater pumping station may not be the best practical option for flood prevention. In January 2020, 3 Waters management asked that: - The construction of the new pumping station be put on hold while further investigations into flood-risk in Mosgiel be undertaken. The new intake, previously designed by AECOM, be constructed to reduce the risk of blockage and allow safe cleaning in wet-weather events. This opportunity is for the construction of the new intake at the downstream end of the swale that runs adjacent to Reid Avenue. The swale only operates when the capacity of the existing gravity system is exceeded. The scope of this project includes: - Demolition of the existing stormwater intake at the swale in Memorial Park, adjacent to Reid Ave. Construction of a new intake that will include precast concrete panels, a fabricated steel screen, in-situ concrete, a small amount of pipework and a new manhole. Reinstatement of the ground.",Awarded,,0,20250410 Dunedin City Council,23443298,Request for Tenders,Open Competition,Malvern Street - Sewer Replacement,9352,20201013,20201119,20210323,,Sole Agency,No,,"The Dunedin City Council (DCC) requires repairs to a wastewater sewer that runs beneath the Water of the Leith at the base of the road bridge by 231 Malvern Street, Dunedin. Repair and reinstatement is also required to the protection to the sewer within the water of the Leith. The contract also includes scheduled bridge maintenance repairs.",Awarded,,0,20250410 Dunedin City Council,23453926,Request for Quotations,Closed Competition,LTES SoW District-wide Coastal Hazard Screening,9219,20201014,20201113,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23457373,Request for Proposals,Open Competition,Pest Control - Panel,9107,20201014,20201112,20210315,,Sole Agency,No,,"The Dunedin City Council (DCC) has an essential need to control both large and small pests throughout our parks, reserves and the DCCs properties and also to contribute specifically to the objectives of Predator Free Dunedin. This is an opportunity to submit a response to seek inclusion onto a small panel of specialist companies to provide these services to the DCC for a period of up to 9 years. What we need This panel of providers will be required to provide both scheduled and ad-hoc pest and predator control throughout the properties and surrounds of this great small city. Respondents can submit proposals for:- Option A: Parks and Recreation Pest (mainly large) and Predator control and pest monitoring. Option B: Property (including 3 Waters and ad-hoc) Pest (mainly small) control. Option C: Combined response for Option A and Option B Pest control.",Awarded,,0,20250410 Dunedin City Council,23490266,Request for Quotations,Closed Competition,LTES SoW Moana Pool Redevelopment,9487,20201021,20201113,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23524809,Request for Proposals,Open Competition,"19006 - Lift replacement for 54 Moray Place, Dunedin",,20201028,20201118,20210127,,Sole Agency,No,,"We are seeking proposal from main building contracting firms only. The lift supply and installation, electrical, structural and drainage contractors will all be sub-contractors of the main building contractor. We require proposals for the installation of 2 new lifts at 54 Moray Place, which includes associated building works, electrical, structural and minor drainage works for the lift pit. The work required is detailed in the contract drawings, specification and the associated documentation included with this RFP listing.",Awarded,,0,20250410 Dunedin City Council,23535193,Request for Quotations,Closed Competition,LTES SoW Wastewater Pump Station Refurbishments,9458,20201030,20201124,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23543244,Request for Proposals,Open Competition,Grounds Maintenance of Water and Waste Services Sites,9411,20201102,20201201,20210401,,Sole Agency,No,,"The DCC is seeking responses from suitably experienced, qualified and capable grounds maintenance providers to submit proposals for the ground maintenance work of the Dunedin City Council 3 Water Sites (61 in Number)",Awarded,,0,20250410 Dunedin City Council,23561708,Request for Quotations,Closed Competition,"LTES SoW Programme of Works for the Upgrading of Multiple Building Lifts Design, Tender & Works Observation",9444,20201104,20201130,20210430,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23669750,Request for Proposals,Open Competition,Aluminium Chlorohydrate Solution Supply,9398,20201123,20201218,20210419,,Sole Agency,No,,"The Dunedin City Council (DCC) uses Aluminium Chlorohydrate (ACH) solution as a coagulant within its water treatment plants that use membrane filtration. The DCCs current contract for the supply of ACH solution has expired and needs to be renewed. The DCCs membrane filtration water treatment plants consume approximately 190 metric tonnes of ACH annually. This ACH contract is for the supply and delivery of water treatment grade and Memcor approved ACH to meet the DCCs usage requirements.",Awarded,,0,20250410 Dunedin City Council,23716307,Request for Tenders,Open Competition,Cemetery Road Upgrade,9213,20201202,20210226,20210614,,Sole Agency,No,,"The level of service for Cemetery Road is changing and Dunedin City Council (DCC) must undertake critical upgrade works to ensure users have a fit for purpose roading environment. We propose to reconstruct the worn road pavement to ensure a robust carriageway, renew ageing pipe work and improve usability of the road with safety improvements for the entire length of the road. A lot of differing civil works are required to achieve this project, each having their own functionality and expected outcomes for the local and extended community. We now require a carriageway that can support access to the industrial zoned land at the end of Cemetery Road and full depth pavement construction without significantly altering the finished road level. There are floodplains and scheduled Otago Regional Council drains that need to be protected during and as a result of the construction works. DCC drainage lines identified for renewal will also take place to minimise future excavations of the new pavement. This major disruption is a perfect opportunity to undertake school safety improvements and support access for pedestrians and cyclists. We need a supplier who can align with our outcomes throughout the construction process and engage with the local community and other key stakeholders to maximise the benefit this procurement will bring.",Awarded,,0,20250410 Dunedin City Council,23722427,Request for Proposals,Open Competition,Marlow Park Road Safety Education & Learning Facility,9328,20201202,20210226,20210614,,Sole Agency,No,,"Dunedins current bike skills park is located within Dunedins Marlow Park in St Kilda, South Dunedin. Marlow Park serves a destination function amongst Dunedins playgrounds. This category of playground aims to provide facilities for all ages of children. The CycleSmart @ Marlow Park track was constructed in 2003 and is due for an update encompassing more relevant roading infrastructure. Dunedin City Council is looking for a Contractor who can deliver the most comprehensive and innovative design within our maximum budget of $350,000 that offers a safe off-road environment reflecting real cycling infrastructure. The facility shall foster development of important life skills and enable a consistent measure for assessing progress and readiness for road trials with trainers or parents/caregivers.",Awarded,,0,20250410 Dunedin City Council,23752934,Request for Proposals,Open Competition,20020 - Currie Court Housing Rebuild,,20201210,20210119,20210209,,Sole Agency,No,,"This RFP is being tendered as' lowest price conforming' - please see criteria in the RFP documents attached. Dunedin City Council are seeking proposals from interested building contractors for the rebuild of fire damaged housing units at the community housing site in Port Chalmers known as Currie Court. Preferred contractors will have a good track record and experienced team ready to undertake this project. They will be well organised and able to manage the construction process within this small community housing site with care and attention to detail. Respondents will need to have the following qualities: The capacity and capability to undertake the required work in a timely and professional manner. The ability to work in a collaborative manner with the Dunedin City Council as a client. The ability to manage the site and stakeholder relationships. Effective working relationships and experience of proposed team. A high standard of Health and Safety awareness and implementation. A commitment to local initiatives that support a sustainable economy in Dunedin.",Awarded,,0,20250410 Dunedin City Council,23755274,Request for Quotations,Closed Competition,LTES SoW Project Management of Wastewater PCA Delivery Project 2020-2025,9512,20201210,20210129,20210503,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23755723,Request for Quotations,Closed Competition,LTES SoW Project Manager of Stimulus renewals work,9477,20201210,20210129,20210503,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23774865,Request for Quotations,Closed Competition,LTES SoW Mosgiel Stormwater Optioneering,9236,20201215,20210205,20210503,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23776691,Request for Quotations,Open Competition,Re-cladding and Re-roofing of Port Chalmers Pool,9440,20201215,20210125,20210128,,Sole Agency,No,,"The Port Chalmers pool roof and side panels (walls) are clad in a corrugated Clearlite material. The panels are over 20 years old and are cracking and leaking and are now at the end of their useful life. The DCC is seeking responses from suitably experienced and qualified roofing companies that can replace the aged Clearlite roof and side panels of the Port Chalmers pool with a new High Impact, Corrosion Resistant Glass Reinforced Roof and Cladding material that allows natural light into the pool at the same time offering protection from the elements. The replacement of all guttering and downpipes currently on the building is also within scope.",Not Awarded,No tender responses,0,20250410 Dunedin City Council,23780873,Request for Tenders,Open Competition,WasteWater Pump Station Renewals - Brighton number 5,9500,20201216,20210218,20210614,,Sole Agency,No,,"Dunedin City Council is inviting tenders for the refurbishment of the existing Brighton No.5 wastewater pump station. Works include the replacement of existing pumps and pipework, construction of new valve and flowmeter chambers, surface treatment to pump well internal wall surface, installation of odour control unit and replacement of existing lids to pump well and storage chamber. The replacement pumps and odour control unit will be free issued to the contractor for installation. Successful delivery will enable potential negotiation of one or more separable portions and may enable negotiation of a long-term; term contract arrangement.",Awarded,,0,20250410 Dunedin City Council,23782860,Request for Tenders,Open Competition,18033 - Palmyra Flats Upgrade (Stages 3 and 4),,20201216,20210126,20210412,,Sole Agency,No,,"Download all 7 documents attached THIS OPPORTUNITY IN A NUTSHELL The Dunedin City Council (DCC) is seeking to secure the services of a skilled and experienced contracting organisation to undertake upgrade works to some of its properties. This project is an initiative of Dunedin City Council Property Services, supporting community housing needs in the city. The site is at 68 Carroll Street, Dunedin and consists of two separate blocks containing 16 units. A further three flats/units are going to be put through design and might be added to the contract as separable portions based on rates and margins received from this tender. WHAT WE DON""T WANT Suppliers or specialised contractors that are not able to deliver all specifications defined within this RFT.",Awarded,,0,20250410 Dunedin City Council,23810612,Request for Proposals,Open Competition,Employee Assistance Programme (EAP) Services,9422,20201223,20210211,20210614,,Sole Agency,No,,"As a responsible employer; the Dunedin City Council (DCC) endeavours to protect the well-being of its employees in all respects. The DCC has a contract in place for an Employee Assistance Programme (EAP) for the provision of short-term counselling and psychological services for our employees. This contract is now due for review and renewal and this is an opportunity to ensure the provision of exceptional support services for our outstanding team. The EAP is a confidential service for employees to assist them in managing anything that may be affecting their health and well-being. This will include a pragmatic tools-based approach to enable self-help, with services accessible 24/7 year-round. The opportunity to build a strong partnership with our provider is essential to enable the DCC to provide the best outcomes for our staff. Services should cover the broadest possible areas of work and life-related stressors. In addition, the ability and willingness to refer to further proven specialist services/providers, if required, is essential.",Awarded,,0,20250410 Dunedin City Council,23812659,Request for Tenders,Open Competition,Green Island WWTP Clarifier Refurbishment,9553,20201224,20210219,20210614,,Sole Agency,No,,"The 3 Waters department of the DCC needs to refurbish the two clarifiers on site at our Green Island wastewater treatment plant. The scope of this procurement includes: The Fabrication and installation of an aluminium walkway (approx. 160m) around the perimeter of the clarifiers to remove the fall-risk to personnel once the covers are removed. The removal of the existing cover panels and refurbishment of the clarifier cover structure. The removal, inspection and reinstatement of the clarifier mechanism. We are looking for an experienced contractor with mechanical fitting and construction expertise who will be able to carry out this work with safety as a priority.",Awarded,,0,20250410 Dunedin City Council,23856919,Request for Proposals,Open Competition,DPAG Partial Re-Roof & Mechanical Plant Replacement,,20210118,20210219,20210622,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL A significant section of the roof at the Dunedin Public Art Gallery (DPAG) is nearing the end of its serviceable life and must be replaced. There are also a number of mechanical plant items that have reached the end of serviceable life and will be replaced as part of the proposed scope of work. What we need; We are seeking proposals from main contractors that can plan and implement all aspects of the delivery of the work detailed in the Plans and Specifications included with this Request For Proposals. What we don't want: We do not want and will not consider submissions from manufacturers or suppliers of materials. We are seeking all-inclusive submissions from contractors that will plan, manage and complete the full contract. What's important to us: This is a priority project for Dunedin City Council and is required to ensure the weathertightness, improved thermal performance, and internal environmental control of one of the regions most important cultural facilities. Respondents will need to effectively demonstrate: The ability to work in a collaborative manner with the Dunedin City Council as a client A practical whole-system understanding of roof and building services replacement on a Live building. That they have the capacity, capability and depth of practical knowledge to advise and provide the services to effectively and efficiently deliver the required outcome. That the work will be managed",Awarded,,0,20250410 Dunedin City Council,23881565,Request for Quotations,Closed Competition,LTES SoW 20012 Library Refurbishment,9543,20210122,20210215,20210503,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23887067,Request for Proposals,Open Competition,18100-Municipal Chambers External Works,,20210125,20210223,20210621,,Sole Agency,No,,"This opportunity in a nutshell: Dunedin City Council (DCC) are seeking submissions from main contractors that can provide expert construction advice, quotations and delivery of extensive remedial work to the exterior of the Municipal Chambers and Dunedin Town Hall complex. We invite proposals from suitably experienced and resourced main contractors, to work with the appointed specialist heritage design consultant (Origin Consultants) and a DCC project manager, in an Early Contractor Involvement (ECI) process ensuring buildability advice is included during the development of the design. The contractors involvement will be critical in the identification and prioritisation of work packages,as well as the organisation and management of the physical work. What's important to us: This is a priority project for DCC and is required to repair and preserve the integrity, weathertightness and character of one of the citys most prominent public building complexes. Respondents will need to effectively demonstrate: ? the ability to work in a collaborative manner with DCC as a client. ? a practical whole-system understanding of specialised heritage restoration works on a live building. ? that they have the capacity, capability and depth of practical knowledge to provide technical advice to assist in the design process and then the means to efficiently deliver the required outcome. What we don't want: We are not looking for submissions from subcontractors, suppliers, or manufacturers.This RFP is open to main contractors that will be involved in the design process to provide technical assistance on all aspects for the remediation. Any procurement of materials and subcontractors will be managed by the successful main contractor.",Awarded,,0,20250410 Dunedin City Council,23915838,Request for Quotations,Closed Competition,LTES SoW Asset Management Improvement Programme,9605,20210129,20210219,20210621,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23916021,Request for Tenders,Open Competition,Green Island Landfill Southern Sector Leachate Drainage Works,9454,20210129,20210226,20210614,,Sole Agency,No,,"The Dunedin City Council (DCC) is working to prepare its new landfill site at Smooth Hill, although this new landfill site will not be ready for some time. The DCC needs to undertake key works to maximise and extend the life of the Green Island Landfill until the new landfill is prepared. This contract is the next project in those works. This is the second of the five key physical works projects to maximise space and provide leachate and surface waters drainage; the first project was successfully completed in 2019. The project is to facilitate the use of additional areas of the Green Island Landfill site. To facilitate this works we require an experienced and qualified civil physical works partner to deliver the leachate and surface water drainage project, as designed, to ensure that environmental impact is minimised.",Awarded,,0,20250410 Dunedin City Council,23916178,Request for Tenders,Open Competition,Waikouaiti Landfill Capping Works,9455,20210129,20210305,20210614,,Sole Agency,No,,"The Dunedin City Council (DCC) operated Waikouaiti landfill is now closed as an operational landfill. The landfill needs to be clay-capped for closure. We need to engage an appropriately experienced contractor to undertake the final landfill capping and landscaping works.",Awarded,,0,20250410 Dunedin City Council,23916696,Request for Proposals,Open Competition,Re-Roofing and Re-cladding of Port Chalmers Pool - 9440,Contract 9440,20210129,20210226,20210628,,Sole Agency,No,,"The DCC is seeking responses from suitably experienced and qualified roofing companies that can replace the aged Clearlite roof and side panels of the port Chalmers pool with a new High Impact, Corrosion Resistant Glass Reinforced Roof and Cladding material that allows natural light into the pool at the same time offering protection from the elements. The replacement of all guttering and downpipes currently on the building is also within scope.",Awarded,,0,20250410 Dunedin City Council,23945889,Request for Quotations,Closed Competition,LTES SoW Thriving Cities City Portrait/Doughnut Economics advisory services,9607,20210205,20210301,20210503,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,23946429,Request for Proposals,Open Competition,3 Waters Pipeline Renewals - Term Contract,9490,20210205,20210407,20210614,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters group are embarking on an ambitious programme of network renewal and investment. The DCC has executed two (2) term contracts with local major civil contracting partners who are commencing work both independently and through additional local sub-contract partners to deliver the required physical works. Due to additional funding and an ambitious programme of works; we now need a third company to partner with us for the long-term (subject to funding). These term contracts effectively form a panel for pipeline renewal capital works. We need a third panel member to join us on a third term contract to ensure that we can deliver the required asset upgrade works within the defined programme timeframes. Delivery within timeframes is envisaged to secure/release further central government funding, which will allow extension to the contract and allow further upgrade works for our ratepayers.",Awarded,,0,20250410 Dunedin City Council,23947526,Request for Proposals,Open Competition,New PPR Bins,9457,20210205,20210311,20211112,,Sole Agency,No,,"The Dunedin City Council (DCC) provides street recycling bins for pedestrians to use while navigating the city, to reduce littering and increase recycling. The existing sets of public places recycling (PPR) bins are coming to the end of their useful life, so Waste and Environmental Solutions, is preparing to replace them. We are seeking a design, manufacture and install partner to replace all the DCCs PPR bins (or as many as budgets will allow) over a long-term contract. We recognise that the DCCs available waste budget may not facilitate the replacement of all c200 sites over the next 10 years. We are keen to engage a partner that can produce a DCC design that meets performance criteria whilst also providing the optimal unit cost and overall value for money. These PPR bins need to function appropriately and maintain an appropriate aesthetic appearance for a significant period; we are seeking a design life of at least 10 years.",Awarded,,0,20250410 Dunedin City Council,23987341,Request for Quotations,Closed Competition,LTES SoW Green Island Landfill and Resource Recovery Area Resource Consents,9584,20210217,20210317,20210503,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,24002041,Request for Proposals,Open Competition,Parks and Reserves Greenspace Maintenance,9389,20210219,20210324,20210614,,Sole Agency,No,,"The Dunedin City Council (DCC) and the Parks and Recreation Services Group have reviewed the citys greenspace maintenance requirements and have determined the optimum contract model to deliver the best outcomes for our great small city in this changing and challenging world. We are combining our 4 greenspace maintenance term contracts and sportsfield renovations into 1 major, city-wide, flexible, partnering contract for a period of 10 years. The DCCs Parks and Recreation Services group are seeking to amalgamate the following into 1 contract: - Parks & Reserves Maintenance North (including University Oval). Parks & Reserves Maintenance South. Cemeteries grounds maintenance. Tree Maintenance. Sportsfield Renovations and Capital Upgrades. Whilst we are seeking to engage one main contractor (under NZS 3917:2013); the intention is to also stimulate the engagement of sub-contractors for the overall contract delivery. The DCC is also seeking greater community engagement and involvement in the management of its parks and green-spaces, including the opportunity for volunteer and community-led groups to contribute to the provision of maintenance services where appropriate. The DCC is seeking a genuine partnership approach to the management of its greenspaces to provide the best outcomes and overall value for money for our ratepayers, residents and visitors.",Awarded,,0,20250410 Dunedin City Council,24145759,Request for Quotations,Closed Competition,LTES SoW Landslide Monitoring Long-Term,9662,20210330,20210504,20210601,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,24190835,Request for Proposals,Open Competition,Library Collection Materials Suppliers Panel,9415,20210420,20210519,20210707,,Sole Agency,No,,"The Dunedin City Council (DCC) has an essential need to provide a wide range of collection materials across our network of Libraries. We aim to provide library users with the broadest range of current and publishing content from all geographic sectors. This is an opportunity to submit a response to seek inclusion onto a panel to provide collection materials for a period of up to 9 years (Initial term 5 years). This panel of suppliers will be required to provide a wide range of primarily, shelf-ready, collection materials. The collection categories include: - eBooks & eAudiobooks - audio visual material including music and talking book CDs, as well as DVDs, Blu-ray, and Playaway formats - large print books, fiction & nonfiction - adult fiction & nonfiction - young adult fiction & nonfiction - childrens fiction & nonfiction - magazines & newsletters - reference items including staff resources, Reed and McNab materials - online database subscriptions - eMagazines & eNewspapers The projected annual spend across all collection categories, including shelf ready services is circa $1m.",Awarded,,0,20250410 Dunedin City Council,24237021,Request for Proposals,Open Competition,"20023 - Re-roof Treffers Road, Christchurch",9522,20210423,20210510,20210715,,Sole Agency,No,,"The whole roof system at 37/39 Treffers Road, Christchurch, is at the end of its serviceable life and needs replacing. The Dunedin City Council (DCC) is seeking proposals for the re-roof of this building. What we need: We are seeking proposals from capable and competent suppliers that can provide a suitable construction solution and management plan and implement all aspects of the delivery of the project, including relationships and logistics support for the site. What we don't want: We dont want an incomplete or partial solution to the problem. All submissions must be all-inclusive and result in a complete site management and roofing system. Respondents will need to effectively demonstrate: The ability to work in a collaborative manner with the Dunedin City Council and occupying building tenants as clients. A practical whole-system understanding of a roofing system replacement on an occupied building. That they have the capacity, capability and depth of practical knowledge to advise and provide the services to effectively and efficiently deliver the required outcome.",Awarded,,0,20250410 Dunedin City Council,24268408,Request for Proposals,Open Competition,Liquified Chlorine Gas Supply,9397,20210513,20210610,20210801,,Sole Agency,No,,"The Dunedin City Council (DCC) uses liquified chlorine gas for the disinfection of potable (drinking) water at our water treatment plants and for the treatment of water for the Moana pool aquatic facility. It is also required for the new Mosgiel pool. The scope includes the supply, delivery and removal of 70-100kg cylinders and 920-1,000kg drums of liquified chlorine gas to and from the following supply points within Dunedin City: Mount Grand Water Treatment Plant - main supply point. Southern Water Treatment Plant - potable water treatment station Moana Pool (via Mt Grant or Southern) Mosgiel Pool (via Mt Grant or Southern) from approx December 2022. The DCC's annual estimated usage of liquified chlorine gas is in excess of 30,000kg but demand may vary over time and during the life of this contract. The initial term of the contract is 6 years with 2 options to extend (6+2+2).",Awarded,,0,20250410 Dunedin City Council,24270823,Request for Tenders,Open Competition,WWTP Biofilters Media Replacement 2021,9631,20210505,20210531,20210726,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters Group is seeking a physical works partner to replace the media in biofilters at three wastewater treatments plants (WWTPs) in the city. The biofilter media has a finite life and requires replacement at regular intervals to ensure continued optimum performance. We require a physical works contracting partner that can facilitate the removal of the used media, supply and installation of the new biofilter media at all three WWTP sites and the associated transportation of new and used media.",Awarded,,0,20250410 Dunedin City Council,24281128,Request for Tenders,Open Competition,Supply of Instruments - 3 Waters monitoring,9417,20210507,20210604,20211028,,Sole Agency,No,,"The DCC needs to procure Instruments to monitor our wastewater treatments plants to ensure we have that essential data. Dunedin is growing as an attractive place to live, work and visit; so the demands on our infrastructure grows exponentially. To ensure we accurately and appropriately plan for future development of our treatment plants we need to ensure we fully understand the changes to volume, flow-rates and composition at all stages of our water treatment processes brought about by changes in population, industry and diet etc. We are engaging in a programme to install additional monitoring instrumentation throughout our treatment plants. This procurement process is to secure the Supply of Instrumentation.",Awarded,,0,20250410 Dunedin City Council,24296970,Request for Proposals,Open Competition,Moana Pool Redevelopment Early Contractor Involvement,9567,20210512,20210616,20220105,,Sole Agency,No,,"The Moana Pool facility is ageing and requires upgrade and redevelopment work to key areas, which is going to be undertaken in stages over several years. We are aiming to engage an experienced main contractor under an Early Contractor Involvement (ECI) approach to partner with the DCC and the rest of our project team. We are seeking a main contractor with expertise and experience in the development and construction of community aquatic facilities. Also seeking a contractor that can demonstrate their ability to plan and deliver solutions; whilst also ensuring a safe and efficient approach in allowing the facility to remain operational while work is being undertaken, as far as possible. We are undertaking an ECI model to ensure direct active input into the design phase, assisting our team with buildability, risk mitigation and advising on project costs to ensure the best value for money. The intention is to negotiate final construction pricing with the successful ECI partner; however we will be including separable portions into the contract in case agreement cannot be reached.",Awarded,,0,20250410 Dunedin City Council,24301992,Request for Proposals,Closed Competition,Micromobility Operators Permit to Operate,9551,20210513,20210531,20210627,,Sole Agency,No,,"From 1 January 2021, rental share scheme operators (operators) require a permit to operate in Dunedin under the Trading in Public Places Bylaw (the Bylaw). As advised in the recent (December 2020) Register of Interest (RoI) process; the Dunedin City Council (DCC) wants to partner with one micromobility (e-scooter) rental scheme operator to provide safe, efficient and sustainable e-scooter rental scheme for Dunedin from 1 July 2021. The DCC will evaluate proposals and permit only one operator to operate in Dunedin with up to 500 e-scooters within specified operating hours.",Awarded,,0,20250410 Dunedin City Council,24311468,Request for Tenders,Open Competition,Wastewater Treatment Plant Monitoring Mechanical and Electrical Installation,9419,20210517,20210624,20211028,,Sole Agency,No,,"The Dunedin City Council (DCC) is continually improving and investing in its infrastructure. As Dunedin grows; so the demands on our infrastructure grows exponentially and we need to ensure we fully understand those demands to optimise the planning of our upgrade works. We need to partner with an organisation to install additional monitoring instrumentation to ensure we have that essential data. Dunedin is growing as an attractive place to live, work and visit; so the demands on our infrastructure grows exponentially. To ensure we accurately and appropriately plan for future development of our treatment plants we need to ensure we fully understand the changes to volume, flow-rates and composition at all stages of our water treatment processes brought about by changes in population, industry and diet etc. We are engaging in a programme to install additional monitoring instrumentation throughout our treatment plants. This procurement process is to secure the services of an experienced installation company to partner with the DCC 3 Waters team to deliver the mechanical and Electrical installation aspects of this programme.",Awarded,,0,20250410 Dunedin City Council,24338389,Request for Tenders,Open Competition,Structural Component Replacement 2021/22,9616,20210524,20210625,20211019,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to partner with a Contractor with relevant experience to carry out bridge repairs and component replacement including earthworks, civil works and bridge repairs within the wet bed of Dunedin rivers and within the road carriageway. We want suppliers that are sympathetic to road users and will take steps to minimise disruption to traffic as much as possible. We also require Contractors to be environmentally aware and demonstrate they are committed to environmental compliance requirements.",Awarded,,0,20250410 Dunedin City Council,24353947,Request for Proposals,Open Competition,WWTP Biofilters Media Disposal 2021,9775,20210526,20210617,20211019,,Sole Agency,No,,"As part of a project to replace media in the biofilter beds at three wastewater treatment plants (WWTPs) in Dunedin, a quantity of used biofilter media (media) requires disposal. The Dunedin City Council is aware of the possibility for re-use of the used media, and its potential value. This is an open-market Request for Proposal (RFP) in accordance with the DCCs Asset Disposal and Write-Off Policy. The DCC is inviting interested parties to submit proposals to participate in the opportunity to acquire all or some of the old (used) filter media. The DCC will evaluate all proposals received.",Not Awarded,Incorporated into another contract - WWTP Biofilter Media Replacement 2021.,0,20250410 Dunedin City Council,24403413,Request for Proposals,Closed Competition,3 Waters Pipeline Renewals Stimulus Works,9491,20210609,20210706,20211028,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters group are embarking on an ambitious programme of network renewal and investment. Due to additional central government stimulus funding and our programme of works; we need a local civils contracting partner or partners to deliver key watermain renewal projects designated Apes road and Church Road. These renewals works packages are to be delivered under standard NZS 3910:2013 contracts by our local contractors directly. This is the RFT for the initial 2 packages of work and are being released on an invitation-only basis to those contractors that participated in the DCCs supplier briefing held earlier this year.",Awarded,,0,20250410 Dunedin City Council,24437490,Request for Proposals,Open Competition,Secure Cash Collection Services,9758,20210617,20210716,20220823,,Sole Agency,No,,"The Dunedin City Council (DCC) receives cash through its business operations at various sites in Dunedin and requires a currency management service provider to safely and securely collect and transport cash for depositing in the DCCs Bank. A long-term partnership with a currency management service provider for the safe collection and transportation of cash from various DCC sites to the DCCs nominated Bank by security professionals. This includes cash counting and reporting to DCC and cash float replenishment at various site as required. We want to partner with a supplier who is aware of their obligations under Employment Relations Act for vulnerable employees.",Awarded,,0,20250410 Dunedin City Council,24457129,Request for Tenders,Open Competition,Polymer supply - 3 Waters,9708,20210624,20210723,20211001,,Sole Agency,No,,"The Dunedin City Council (DCC) uses polymers for the thickening or dewatering of treated waste sludges at the Tahuna, Green Island and Mosgiel wastewater treatment plants. The historic polymer consumption is circa 22 tonnes per annum utilised at following sites: Tahuna Wastewater Treatment Plant - 15 tonnes (750kg bulk bags) Green Island Wastewater Treatment Plant - 5 tonnes (25kg bag) Mosgiel Wastewater Treatment Plant - 2 tonnes (25kg bag) In addition to the chemical, the DCC requires the supplier to complete dosage testing to ensure the correct amount of chemical is being used. This is a polymer supply only contract, the existing dosage equipment will be utilised. The initial term of the contract is 6 years with 2 options to extend (6+2+2).",Awarded,,0,20250410 Dunedin City Council,24496397,Request for Quotations,Closed Competition,LTES SoW Project Management Services for Property 2021-2022,9829,20210701,20210714,20210914,,Sole Agency,No,,,Awarded,,0,20250410 Dunedin City Council,24499826,Request for Tenders,Open Competition,Retaining Wall Construction 2021/22,9617,20210706,20210803,20211019,,Sole Agency,No,,"Dunedin City Council is seeking to partner with a Contractor with relevant experience to carryout essential retaining wall construction works within Dunedin. We want suppliers that are sympathetic to road users and will take steps to minimise disruption to traffic as much as possible. We also require Contractors to be environmentally aware and demonstrate they are committed to environmental compliance requirements.",Awarded,,0,20250410 Dunedin City Council,24542863,Request for Proposals,Open Competition,Cleaning Services,9722,20210713,20210825,20220118,,Sole Agency,No,,"Dunedin City Council (DCC) is seeking to consolidate our cleaning service contracts, and are looking to partner with suitable supplier(s) long-term to deliver these services. Cleaning services are required for 24 prominent sites/facilities of varying sizes and functions, along with 51 public toilets. These are grouped into four packages and respondents may bid for one or more packages, which will be awarded at DCC discretion. The packages include: Package One - Civic facilities (Four buildings) Package Two - City attractions (Five buildings) Package Three - Public toilets, car park buildings and community libraries/halls (Eight buildings and 51 public toilet sites) Package Four -3 Waters office spaces within operational treatment plants (Seven buildings) This presents an opportunity for supplier(s) to enter a long-term partnering relationship with the DCC, with the option for additional scope. All staff engaged to undertake work under this contract are required to be paid the Living Wage.",Awarded,,0,20250410 Dunedin City Council,24544274,Request for Tenders,Open Competition,Lift Replacements / Modernisations / Refurbishments Programme of Works,9770,20210714,20210810,20211201,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL The Dunedin City Council (DCC) is seeking to secure the services of a skilled and experienced main contractor to carry out the supply and construction of the lift upgrade, modernisation and/or replacement programme of works (refer to table below). This work will be carried out in four stages, on a separable portions contract. Each building will be on a separable portion. The first stage and this tender includes the lifts at the Municipal Chambers and the Edgar Centre. The intent is to negotiate the subsequent stages (per stage) directly with the successful tenderer/main contractor upon the successful delivery of the previous stage(s) and that the future tender(s) are value for money. An independent QS and lift specialist will be employed by DCC to assess future submitted tenders for value for money, comparing it to the current market and this first tender submission. WHAT WE DON""T WANT We do not want an incomplete or partial solution. All submissions must be all-inclusive and result in a complete solution for the documented work identified in this RFT and associated drawings and specifications.",Awarded,,0,20250410 Dunedin City Council,24554739,Request for Proposals,Open Competition,SFDT- Harbour Arterial Stage 1 Wharf Street Safety Improvements,9768,20210716,20210813,20210920,,Sole Agency,No,,"Dunedin City Council (DCC) are vested in improving the safety of Dunedins transportation network. Wharf Street is an arterial road located to the south of Dunedin City centre and adjacent to the harbour side. It has been identified as a corridor for improvement within the Shaping Future Dunedin Transport (SFDT) programme. As an essential corridor for the movement of freight and people through Dunedin, Wharf Street is one of Dunedins busiest roads with high volume of traffic. Over time the Dunedin City Council has identified a package of interventions to help maintain an efficient transport network whilst improving connectivity, user experience and safety, particularly for vulnerable road users. This includes upgrading the intersections with Birch Street, Roberts Street and Kitchener Street to improve safety and accessibility for vehicular access in and out of the Harbour Basin Area. The corridor is a popular cycle route for commuter access to and from the city centre, for which this project aims to improve safety for cyclists through a combination of widening existing shared paths, providing upgraded crossing facilities and promoting alternate route options. Works therefore include, but are not limited to, kerb and channel realignment, pavement reinstatement, new footpath construction, traffic islands, traffic signals and landscaping. This is an opportunity for Contractors experienced in these types of works to be involved in providing an environment that enhances the well-being of the ratepayers of our city.",Awarded,,0,20250410 Dunedin City Council,24599587,Request for Tenders,Open Competition,Bay View Road Pavement Rehabilitation,9786,20210726,20210816,20210914,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to partner with a supplier with relevant experience to carryout road rehabilitation within Dunedin. Pavement rehabilitation's are intended to renew pavements that have reached the end of their serviceable lives. DCC want to partner with a supplier that can deliver a quality outcome. These works will inevitably cause some disruption to adjacent landowners and others who use the road. We want suppliers that are sympathetic to these stakeholders and will take steps to minimise disruption as much as possible.",Not Awarded,,0,20250410 Dunedin City Council,24600981,Request for Tenders,Open Competition,Motu Street - Watercourse Improvements,9515,20210728,20210908,20220105,,Sole Agency,No,,"This project forms part of the Infrastructure Services Watercourse Programme and is one of the Dunedin City Councils (DCCs)s priority sites. Several sinkholes have formed along a piped watercourse on Motu Street. The pipe is believed to date to pre-1900 and is a stone culvert for the majority of the length. Three sinkholes have been within 22 Motu Street, and there have been two others downstream of the area. The two downstream sinkholes have been repaired. During storm events; water surcharges in the pipe and discharges from the sinkhole in 22 Motu Street causing flooding and damage from scouring and debris deposition to downstream areas. Urgent repair is required to replace the watercourse pipe from within 20 Motu Street to Allandale Road.",Awarded,,0,20250410 Dunedin City Council,24653597,Request for Tenders,Open Competition,Wastewater Pump Stations - Refurbishment 2,9501,20210809,20210920,20220105,,Sole Agency,No,,"The Dunedin City Council (DCC) is inviting tenders for the refurbishment of the existing Careys Bay, Mount Street (Port Chalmers) and Gladstone Road South (Mosgiel) wastewater pump stations. Works include the replacement of existing pumps and pipework, construction of new valve and flowmeter chambers, replacement of existing lids and treatment of the pump wells and storage chambers internal surfaces. The replacement pumps will be supplied by the DCC.",Awarded,,0,20250410 Dunedin City Council,24673030,Request for Tenders,Closed Competition,Harrington Street - Stormwater Improvements,9870,20210812,20210923,20211028,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters group are undertaking an ambitious programme of network renewals and investment. Due to additional central government stimulus funding and our programme of works; we need a local civils contracting partner or partners to deliver a key stormwater renewal listed in section 2. The DCC has worked with one of its design partners to determine the optimum solution to prevent recurrence of current issues. We now need to secure the services of an appropriately skilled and experienced physical works contractor to undertake the works. The DCC has ring-fenced key renewals works packages to be delivered under standard NZS 3910:2013 contracts by our local contractors directly. This is the third contract/works package to be released by invitation and is for stormwater renewals. It follows an earlier procurement of 2 packages of work released on an invitation-only basis to those contractors that participated in the DCCs supplier briefing held earlier this year.",Not Awarded,No responses,0,20250410 Dunedin City Council,24761191,Request for Tenders,Open Competition,3 Waters Electrical and SCADA Maintenance Support,9813,20210903,20211008,20211130,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters department has an Electrical and SCADA support contract that is expiring and this is an opportunity for an appropriate supplier to partner with the DCC on a new maintenance and minor capital works contract, providing services to the 3 Waters treatment plants, assets and facilities. The DCC is seeking responses from suitably experienced suppliers who can provide the range of services specified. We want to setup a single contract to cover the range of electrical, telemetry and SCADA support services required. The supplier must be able to demonstrate proficiency in both reactive and proactive maintenance tasks and capital upgrade works across the range of equipment in our 3 Waters facilities.",Awarded,,0,20250410 Dunedin City Council,24768992,Request for Proposals,Open Competition,Dam Safety Assurance Program Maintenance & Repair,9841,20210906,20211007,20220120,,Sole Agency,No,,"The Dunedin City Council (DCC) operates nine (9) raw-water supply dams. Their condition is monitored through an ongoing Dam Safety Assurance Programme. The DCC now requires the services of a Main Contractor to undertake maintenance and repair works identified as being necessary by our consulting partner. We need the services of a civil engineering main contractor that has the capacity, demonstrable experience and capability to undertake and manage the repair and maintenance scope of works, which includes some civil and landscaping works.",Awarded,,0,20250410 Dunedin City Council,24806171,Request for Tenders,Open Competition,School Travel Plan Coordinator,9807,20210914,20211012,20220110,,Sole Agency,No,,"Dunedin City Council (DCC) is committed to the reduction of carbon emissions and reducing travel demand by vehicle by encouraging more use of active and sustainable travel modes. DCC requires a service provider to deliver school travel planning services to support the DCC in promoting active transport to travel to and from school. We are looking to partner with a supplier who has the skills and capacity to work with schools to deliver school travel planning activities. The School Travel Plan Coordinator is required to deliver school travel planning support services to a minimum of four to eight schools in Dunedin per year. The supplier needs to adhere to all health and safety regulations and the required Childrens Worker Safety Checks.",Awarded,,0,20250410 Dunedin City Council,24832066,Request for Proposals,Open Competition,Aquatic Services Business Solution,9205,20210917,20211021,20220718,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking proposals for a replacement Business Management Solution to replace the current system, which is in place at their Aquatic facilities including; Moana, St Clair Hot Salt Water, Port Chalmers and Mosgiel Pools. The DCCs Aquatics team needs a proven, well-supported and regularly updated system to fulfil all requirements for the management of our Aquatic facilities. The new Solution must meet the Aquatics services business requirements. Improved usage and facility performance reporting will be enabled through the solution and integration with other Council systems such as Finance, many of which are essential. The system must enable improved and streamlined methods of data exchange.",Awarded,,0,20250410 Dunedin City Council,24902876,Request for Tenders,Open Competition,"Green Island Landfill Borrow Area, Capping, and Landfill Gas Works",9456,20211001,20211111,20220314,,Sole Agency,No,,"The staged capping and closure of completed stages within Green Island Landfill (GILF) is being undertaken, whilst investigations and decisions regarding remaining life are being undertaken. It is likely that complete closure of the whole site will be completed within the next 10 years. The DCC is seeking a partner to undertake specific staged closure works to the northern area of the GILF which have been filled with waste to final heights in the past 2 years. We need to engage a local and appropriately experienced contractor to undertake the final landfill capping and associated works. The purpose of the works is to:- Control water ingress. Reduce leachate generation. Provide final contour and stormwater management. Control gas migration. Maximise landfill gas generation and ETS returns. Minimise emissions effects. Allow plant growth. Provide physical separation between waste, plant and animal life. Provide a stable, maintainable long-term landform.",Awarded,,0,20250410 Dunedin City Council,24923874,Request for Quotations,Closed Competition,LTES Reassurance Air Monitoring during the construction programme for the Civic Centre exterior work,9975,20211007,20211021,20211111,,Sole Agency,No,"Civic Centre, 50 The Octagon, Dunedin 9016",,Awarded,,0,20250410 Dunedin City Council,24943939,Request for Tenders,Open Competition,New Public Toilets - Design and Construct,9788,20211011,20211123,20220222,,Sole Agency,No,,"THIS OPPORTUNITY IN A NUTSHELL Dunedin City Council provides public toilet facilities in Dunedin for its residents and visitors, and requires an experienced contracting organisation to design and construct prefabricated public toilets for various locations in Dunedin. We require a long term partnership with a suitably qualified and experienced supplier to design and construct nine prefabricated public toilets over the next five years, with an opportunity to extend the contract for a further five years to deliver an additional 10 prefabricated public toilets, based on supplier performance and budget allowances. Design requirements for each Public Toilet will be site specific, ranging from waterless or vault toilets required in more remote areas to the high tech needs of the Changing Places bathrooms. The expected delivery rate is one public toilet in year one, and two delivered per year thereafter. We require a supplier that can work with other companies such as Changing Places New Zealand and local contractors and artists. The supplier needs to be flexible with their approach, creating the best toilet for the needs of the area. We seek solutions that provide product warranty and ongoing support should there be any issues with the product.",Awarded,,0,20250410 Dunedin City Council,24966273,Request for Tenders,Open Competition,Green Island Safety Improvements,9892,20211015,20211126,20220225,,Sole Agency,No,,"We are seeking to engage a civil contractor / construction partner to undertake the works for a roundabout and raised crossing upgrade to support increasing pedestrian volumes in this area. This includes earthworks to new design levels, pavement construction and associated civil works. We need a contractor who can deliver the desired outcomes throughout the construction process and engage with the local community and other key stakeholders to maximise the benefit this contract will bring. We also require Contractors to be environmentally aware and can demonstrate they are committed to minimising waste. PLEASE NOTE: There is a 3W renewal component in this contract and the designs are still underway. However we have included adequate information for pricing and we will send a NTT in two weeks with finalised designs and SoP.",Awarded,,0,20250410 Dunedin City Council,25007134,Request for Proposals,Open Competition,Inner-City Recycling Hubs,9790,20211026,20211123,20220512,,Sole Agency,No,"Civic Centre, 50 The Octagon, Dunedin 9016","Dunedin City Council (DCC) is committed to its stewardship role and has made commitments to safeguard environmental sustainability through waste and carbon reduction targets (Councils Net Carbon Zero by 2030 goal, and vision for zero waste by 2040). Recycling has a key role to play in reducing materials going to landfill. DCC wants to ensure residents living in the inner-city have adequate access to recycling services, through the establishment of more recycling hubs. Five recycling hubs have already been successfully established in the inner-city. We are looking to partner long term with a supplier to design, build and install five more recycling hubs in the Dunedin central business district and tertiary precinct, on a separable portion basis as sites become available and subject to supplier performance and budget allowances. The new hubs will be: Fit for purpose, operational, and robust. User-friendly and enable disability access. Serviceable. Safe; promoting a feeling of open space and be illuminated at night-time to deter negative behaviours. Attractive; with a faade which incorporates art or design components to express what nearby residents like about the area they live in and/or reflect features from the local area. Designed to prevent contamination Able to meet budget and time constraints for project delivery. Built from materials which reflect waste-minimisation and sustainability best practices. Easy to maintain.",Awarded,,0,20250410 Dunedin City Council,25012250,Request for Tenders,Open Competition,"Peninsula Connection Section 5,6 and 9a",9947,20211027,20211210,20220301,,Sole Agency,No,,"The purpose of this request for tenders is to engage with a Contractor to deliver the physical construction component of Section 5, 6 and 9a of the Peninsula Connection Project. Section 5 begins at Sandpiper St (Broad Bay) and extends for 300m towards Portobello. Pavement rehabilitation of a further 200m (Section 6) up to Moerangi St is also included. Section 9a starts at the end of SP8 and extends through Portobello township ending at Allans Beach Road. Section 9a is divided further into two sub-Separable Portions 9aa and 9ab that split at Beaconsfield Road. It is important to note that Separable Portion 2 (From SP8 to Beaconsfield Rd) is provisional only and will only proceed if the available budget allows it. The scope of these works includes but is not limited to: Construction of retaining walls: ? Mechanically Stabilised Earth ? Bored timber post ? Steel King Post with embossed concrete infill panels Earthworks Road widening Pavement construction and surfacing New shared path, footpath and kerb and channel construction Timber pedestrian railing Guardrailing Stormwater reticulation Subsoil drainage Traffic management Landscaping",Awarded,,0,20250410 Dunedin City Council,25027340,Request for Quotations,Closed Competition,LTES - Central City Cordon Travel Survey 2022-24,9957,20211029,20211112,20211125,,Sole Agency,No,"Civic Centre, 50 The Octagon, Dunedin 9016",,Awarded,,0,20250410 Dunedin City Council,25064536,Request for Proposals,Closed Competition,Compliance and Operations Performance System,9958,20211108,20211122,20220301,,Sole Agency,No,,"The overall scope of the Compliance and Operations Monitoring System (COPS) project is to introduce a new system to 3 Waters to allow better monitoring and reporting from the point of taking water through to discharge from our wastewater treatment plants. This system will also enable us to better monitor, manage and improve our compliance and resource consents requirements. We need a data agnostic system that can pull data from various SCADA systems, SQL, Eurofins, S:Can units and manually as required, to be stored in a central location. The system needs to be adaptable and able to integrate with new assets and systems as required. The data needs to be available as soon as possible via dashboarding and/or reporting and be able to trigger alerts to users if data points are outside of set parameters. The medium of the alert will be based on the priority of the alert. The system would ideally be well supported to adapt to changes to compliance and operational requirements given the progression of 3 Waters reform. The system would also be able to manage the consenting and regulatory compliance processes. To meet these requirements, we need to be able to schedule consent submissions and allocate these to a responsible person. The system will need to be able to schedule consent action points and escalate if no actions have been taken by a date prior to the deadline.",Awarded,,0,20250410 Dunedin City Council,25080166,Request for Tenders,Open Competition,CCTV Upgrade,9651,20211110,20211217,20220404,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to secure the services of a skilled and experienced Security company to carry out the supply, installation and ongoing maintenance of its Closed-Circuit Television (CCTV) Cameras and supporting infrastructure. We are seeking to partner with a suitably qualified and experienced company with a proven, high-performing, well managed, installation and servicing teams to undertake the DCCs required CCTV security works for the long-term. Through this contract we also want to upgrade and standardise the DCCs CCTV systems. To register for site visits only please - by 19 November at 4.00pm: propertyprojects@dcc.govt.nz",Awarded,,0,20250410 Dunedin City Council,25123247,Request for Proposals,Closed Competition,Princess St Bus Priority and Corridor Safety Plan - Single Stage Business Case,10066,20211118,20211207,20220214,,Sole Agency,No,,"The Princes Street bus priority and corridor safety project is one of seven Dunedin City Council (DCC) projects of the Shaping Future Dunedin Transport (SFDT) Programme. The purpose of the SFDT Programme is to change the Dunedin transport network to support the location of the New Dunedin Hospital (NDH), whilst at the same time provide a future focussed, accessible transport system enabling placemaking and liveability outcomes for the city. The DCC is seeking to deliver a Waka Kotahi Single Stage Business Case that addresses the following problems: High collective risk and poor road safety particularly at intersections and for pedestrians leading to death, serious injury and deterring people from using active modes. Unreliable public transport journeys times due to inefficiencies at intersections, suboptimal bus stop locations, and complicated network routing making public transport an unattractive mode choice for many people and unrealised mode shift potential. Poor connectivity for active modes, leading to walking, cycling and taking the bus being an unsafe and unattractive mode choice for many people and unrealised mode shift potential. Further, the following opportunities: Revitalisation of the area and linkages with the Creative Quarter upgrade project (Moray Place Market Reserve) Connecting the fragmented cycle network to the South of the City Centre Princes Street from Octagon to South Rd and several side streets are programmed for reseal in 2024/2025 Relieve hospital construction disruption by providing travel options that mitigate congestion and disruption. Project objectives are: Achieve mode shift for people travelling from the south by improving the public transport journey time and punctuality Achieve mode shift for people travelling from the south by improving the accessibility and attractiveness for pedestrians and cyclists Improve road safety for all road users, particularly for pedestrians and at intersections support regeneration of the area. The desired outcome of the SoW is a preliminary design of a preferred option that enables more efficient bus movements along Princes Street, as well as improved safety and access for people walking and cycling. The preferred option to be delivered will be effective, well used and accepted by the public.",Awarded,,0,20250410 Dunedin City Council,25128043,Request for Proposals,Open Competition,414 Moray Place Structural Strengthening and Building Upgrade - ECI,10004,20211119,20211213,20220706,,Sole Agency,No,"Civic Centre, 50 The Octagon, Dunedin 9016","Dunedin City Council (DCC) will be undertaking extensive structural strengthening and upgrade work on the building at 414 Moray Place, Dunedin. We are seeking an experienced and well-resourced main contractor under an Early Contractor Involvement (ECI) approach to partner with the DCC and the rest of the project team. We are seeking a main contractor with expertise and experience in seismic strengthening of existing commercial buildings. We are undertaking an ECI model to ensure direct active input into the design phase, assisting the project team with buildability, risk mitigation, access, materials, and project costs. The intention is to negotiate final construction pricing with the successful ECI partner; however, we will be including separable portions into the contract in case agreement cannot be reached.",Awarded,,0,20250410 Dunedin City Council,25274847,Request for Tenders,Open Competition,Seacliff Wastewater Treatment Plant Upgrade Works,9776,20211222,20220225,20230619,,Sole Agency,No,,"The Dunedin City Council (DCC) provides wastewater services to 29 residential properties in the Seacliff settlement. The DCC is seeking a partner to undertake upgrade works on the Seacliff Wastewater treatment plant (WWTP). We need to engage an appropriately experienced contractor to undertake the entire package of works as specified in section 2 and as per the attached documents, drawings and schedules, which form part of this RFT. We are seeking responses from contractors experienced in gravity fed WWTP systems and treated effluent discharge and irrigation beds.",Awarded,,0,20250410 Dunedin City Council,25286419,Request for Tenders,Open Competition,WasteWater Pump Stations - Refurbishment - Package 3,9502,20220107,20220217,20220509,,Sole Agency,No,,"Dunedin City Council (DCC) is inviting tenders for the refurbishment of the existing Broad Bay No. 6, East Harbour 1 (Vauxhall), East Harbour 4 (Company Bay), and Wingatui 4 (Gladstone Road North) wastewater pump stations. Works include the replacement of existing pumps and pipework in existing pump wells, construction of new valve and flowmeter chambers, installation of new pipework and fittings in new chambers, connection to existing pumping mains and treatment of the pump wells and emergency storage chambers internal surfaces. The replacement pumps will be supplied by the DCC.",Awarded,,0,20250410 Dunedin City Council,25324891,Request for Proposals,Closed Competition,Contract 10132 DCC Central City Bike Hubs,10132,20220120,20220204,20220225,,All of Government,No,,,Awarded,,0,20250410 Dunedin City Council,25347220,Request for Proposals,Closed Competition,Mosgiel Park and Ride Facilities,10133,20220127,20220217,20220301,,Sole Agency,No,,This project is to investigate options and prepare a business case for the provision of Park and Ride facilities in Mosgiel,Awarded,,0,20250410 Dunedin City Council,25406601,Request for Proposals,Open Competition,Fairfield Skate Park Ramp renewal - 10094,Project 10094,20220211,20220311,20220325,,Sole Agency,No,,"This is an opportunity for a Design and Build specialist to participate in a Skate Ramp Renewal project that involves the replacement of the skate ramps at the Fairfield Skate Park for the Parks and Recreation group within the Dunedin City Council (DCC). We are looking for suitably qualified and capable contractors to submit proposals for the design and build project works associated with this contract that includes but is not limited to the design, construction, de-construction and removal of the old ramps, installation of the new skate ramps and forming of the safe fall zone around them.",Awarded,,0,20250410 Dunedin City Council,25408629,Request for Proposals,Closed Competition,Musselburgh to Tahuna Rising Mains,9934,20220211,20220303,20220309,,Sole Agency,No,,"This is the 'Agile RFP' process following the DCC's industry briefing for the Musselburgh to Tahuna Rising Main contract opportunity. The DCC's 3 Waters group have identified ageing pipelines that are now designated at risk due to their age and potential for failure. We need to install an additional pipeline to reduce the risk of failure of the three 1050mm diameter pipes which convey wastewater from the Musselburgh Pumping Station (MPS) to Tahuna Wastewater Treatment Plant (TWTP) for processing. The DCC wants to partner with the best possible team to deliver a design and build solution to achieve the optimum outcome for our ratepayers. We are seeking to engage a team of contractor and consultant/designer as a partnership, joint venture or consortium. As you have confirmed your interest to proceed - you have been invited to participate. Invitations for presentations will be sent by Email to the nominated point of contact.",Awarded,Professional Services and Contracting works - Designer and Contractor combined response,0,20250410 Dunedin City Council,25410223,Request for Tenders,Open Competition,Ravensbourne Hall Betterment Works,10059,20220211,20220310,20220718,,Sole Agency,No,,"Dunedin City Council (DCC) provides facilities for the use and enjoyment of its residents and ratepayers. This includes community hall facilities. The DCCs Ravensbourne Hall facility requires physical betterment works in order to ensure the continued safe and functional use of the building and to prolong the lifespan of the building. We are looking to partner with an experienced Main Contractor to undertake and deliver the betterment works to Ravensbourne Hall on time and ensuring they meet all expectations. Please note: Site Visit is Thursday 17 February 2022. Registrations for site visits close at 5pm Tuesday 15 February. Refer to the RFT document for further details.",Not Awarded,No responses received.,0,20250410 Dunedin City Council,25432363,Request for Proposals,Open Competition,St Clair Hot Salt Water Pool Upgrade Works - Toddlers Pool,9426,20220218,20220314,20220407,,Sole Agency,No,,"Dunedin City Council (DCC) provides aquatics facilities for the use and enjoyment of its residents and rate payers. This includes a Hot Salt Water Pool facility in St Clair (St Clair Pool). The toddlers pool at this facility requires upgrading. Design work has been completed, and a Main Contractor is required to undertake the works. We want to partner with a Main Contractor to deliver the physical upgrade works of the toddlers pool at St Clair Pool. Works will be undertaken during the off season and will need to be completed within DCC timelines to ensure the pool can be opened as planned for the Summer 2022 season. Works include: Extension/ replacement of the existing toddlers pool in line with designs already procured Improving access to the toddlers pool Replacement of the toddlers pool heating and filtration system Works associated with connecting the St Clair Pool to an upgraded electrical transformer Works are to be undertaken off season whilst the pool is closed, it is essential that works are complete so that the pool can open as planned for the 2022 Season on 1 October 2022. Specific (penalty) clauses, to be negotiated, will be included within the contract to ensure delivery within the stipulated timeline. This is a contract requirement. Only suppliers who can meet this timeline are encouraged to bid.",Not Awarded,,0,20250410 Dunedin City Council,25437693,Request for Proposals,Open Competition,Workplace Travel Planning Support,10091,20220218,20220311,20220601,,Sole Agency,No,,Dunedin City Council (DCC) seeks a provider that will support the transport team in delivering its 2021-24 Workplace Travel Planning (WTP) Programme. The provider will advise DCC on the delivery of the programme and will support the delivery of initiatives and processes associated with it.,Awarded,,0,20250410 Dunedin City Council,25462320,Request for Proposals,Open Competition,Floodlight Upgrade D&B - FIFA WWC 2023,10071,20220225,20220414,20220801,,Sole Agency,No,,"Dunedin has been selected as a host city for the July 2023 FIFA Womens World Cup. We require proposals to provide world-class sportsfield lighting to four of our community sporting Hubs. Potential respondents should note that the DCC intends to offer syndication opportunities on this contract to allow the participation of other local government organisations to participate in this contract. The DCC welcomes opportunities for design innovation, re-location or mobility options. There are a number of key elements to this project, including quality, warranty and controls. The most important considerations : Compliance with FIFA design and performance requirements. Guaranteed ability to design and install by the final install date. To protect the integrity of the existing sportsfields and user requirements. Appropriately shielding to protect unnecessary glare.",Awarded,,0,20250410 Dunedin City Council,25537046,Request for Proposals,Open Competition,Mosgiel Coronation Hall Theatre Seat Replacement,10161,20220321,20220421,20220803,,Sole Agency,No,,"The Dunedin City Council (DCC) owns the Mosgiel Coronation Hall. The hall was built in 1912 and provides meeting spaces for community groups along with a 356 seat Theatre for larger events and shows. The Mosgiel Coronation Hall Development Trust Board (the Hall Committee) manages the facility use on behalf of the DCC and is an important stakeholder. Council staff and the Hall Committee have identified the need to replace the original theatre seating due to the deteriorating condition of the 60-year-old seats. This is a seat supply and install project. We are seeking a solution that provides for the maximum amount of seating that can be accommodated, while meeting the current legislative and compliance requirements for the theatre space including aisle access and egress. We want seats that are functional and comfortable for users of the Theatre while being damage proof and hard wearing. The seating must be installed in February 2023 when the facility has less use than normal.",Awarded,,0,20250410 Dunedin City Council,25537299,Request for Proposals,Open Competition,Marketing Campaigns,10130,20220314,20220413,20220701,,Sole Agency,No,,"Dunedin City Council (DCC), through its Enterprise Dunedin function, provides economic development initiatives and destination marketing for Dunedin. DCC is committed to delivering compelling, exciting, and fresh marketing campaigns to attract, retain and increase our visitor market share. We want to partner with a supplier long term to assist in the design and delivery of these marketing campaigns. We are looking to partner with a supplier to design and deliver new marketing campaigns for Dunedin City, building on the success of previous campaigns, to bring visitors to Dunedin. This contract includes the provision of three marketing campaigns to be delivered over three years, the second and third years being new or refreshed campaigns (one year per campaign) on a separable portion basis subject to supplier performance and budget allowances. The campaigns should focus on maximising Dunedins exposure in a competitive domestic and potential international leisure markets and integrating the new campaign with the existing Dunedin brand.",Awarded,,0,20250410 Dunedin City Council,25627120,Request for Tenders,Open Competition,ICM Flow Monitoring,10050,20220330,20220428,20220704,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking organisations for the collection and supply of sewer flow and rainfall data within the Dunedin City catchment for their wastewater calibration project. The key objective is to obtain accurate flow, level and rain data for Dunedin City Councils wastewater network. This data is required to facilitate building and calibrating hydraulic models of the network to assess system capacity and system performance. There are three monitoring periods associated with this contract: Short-term period 1 - Three catchments will be monitored for 12 weeks (26 locations). Pump station monitoring may also be required in this period. Short-term period 2 - Monitors will be moved to the next three catchments (22 locations) for 12 weeks. Long-term period the following items will be monitored concurrently with the two short-term periods for the full period 26 weeks. 14 flow monitors 20 rain gauges 10 level sensors will be monitored",Awarded,,0,20250410 Dunedin City Council,25669230,Request for Proposals,Open Competition,Hygiene and Textile Services,10171,20220411,20220512,20220725,,Sole Agency,No,,"The Dunedin City Council (DCC) currently has multiple suppliers providing hygiene and textile services to operational and public buildings/sites. This procurement seeks to consolidate these services into a single contract and offer a suitable supplier a long-term relationship of almost 5 years subject to performance. This tender includes the provision of hygiene services such as air fresheners, urinal sanitisers and sanitary bins along with textile services such as tea/hand towels, continuous towel cabinets and entrance mats. In addition, the contract includes the option of serviced first aid kits, the supply and servicing of hand dryers and the laundry of customer owned goods. We seek to partner with a supplier who strives to ensure the servicing is completed on time and according to schedule. We want to work with a supplier who is proactively reviewing service levels and providing comprehensive quarterly reporting.",Awarded,,0,20250410 Dunedin City Council,25673600,Request for Proposals,Open Competition,Moana Pool Hydroslides Design and Build,10236,20220408,20220519,20230120,,Sole Agency,No,,"The Dunedin City Council (DCC) is redeveloping Moana Pool to revitalise the facility for the next 50 years to be a premier destination for aquatics, leisure and competition swimming in the Region. A key part of the renovation and revitalisation works are the replacement of the current Hydroslides. The DCC currently operate 2 slides at Moana Pool. The slides, associated splash pool, access tower and plant room are planned to be demolished and a new slide facility constructed adjacent to the current leisure pool. The DCC wants to partner with a company that can demonstrate the capability and experience to design and build state of the art Hydroslides (2 or preferably more) for the next generation. We also want to create an accessible facility that allows all of our community to experience our destination facility. The DCC wants a Design and Build Partner for cool Hydroslides that thrill our community and also work with our other key partners on the project.",Awarded,,0,20250410 Dunedin City Council,25684760,Request for Proposals,Open Competition,Dunedin Venues - Security Services,,20220412,20220503,20220525,,Sole Agency,No,,"This RFP is loaded onto GETS by Dunedin City Council on behalf of Dunedin Venues Dunedin Venues Management Ltd (DVML) is a successful Dunedin City Council controlled trading organisation, established to manage the Forsyth Barr Stadium. In the 10 years since its inception DVML has gone from strength to strength refining its capability to hold major events of varying types over this time. DVML is seeking proposals from suitable experienced and qualified suppliers for the exclusive right to supply security services at Forsyth Barr Stadium and the Dunedin Centre.",Awarded,,0,20250410 Dunedin City Council,25749369,Request for Tenders,Open Competition,Mosgiel Pool - Gordon Road Intersection Upgrade,9982,20220603,20220728,20221116,,Sole Agency,No,,"The Mosgiel Pool has been identified as a major project in the Dunedin City Council (DCC) Long Term Plan 2018-2028. Construction of the new pool is underway and due for completion by May 2023. Prior to the opening of the new pool, roading changes are required at the intersection with Gordon Road/State Highway 87. This tender opportunity is for upgrading the road to a signalised 4 leg intersection. The project design has been formulated to ensure the best solution for a safe entry/exit to the pool facility. The DCC is looking for a Contractor who has a comprehensive quality assurance process along with a robust construction management programme to guarantee a high standard of work is achieved. Time is critical, construction must be completed before 31 March 2023 to ensure the intersection is fully functional well in advance of the pool completion date. You will be working on a State Highway 87 that coincides with a busy site access point for the pool construction. We want a Contractor who has the experience and expertise to ensure traffic flow is well managed during the upgrade works.",Awarded,,0,20250410 Dunedin City Council,25750429,Request for Proposals,Open Competition,Towing Services,10187,20220509,20220608,20220808,,Sole Agency,No,,"The Dunedin City Council (DCC) has a requirement for towing services relating to both general towing and secure storage of vehicles that are impounded under the Land Transport Act 1998 and Local Government Act 2002 legislation. This tender provides the opportunity to submit for: General Towing enforcement tows and/or Towing and storage (must be able to securely store up to 20 vehicles at any one time). Scope of vehicles includes but not limited to: Cars Motorcycles Trailers/caravans Low Riding Vehicles Heavy Haulage This contract provides a Supplier(s) the opportunity to partner with the DCC for a maximum of 6 years, 11 months subject to performance. A single contract or multiple contracts may be awarded if advantageous to the DCC.",Awarded,,0,20250410 Dunedin City Council,25970024,Request for Tenders,Open Competition,Tunnel Beach Car Park,9692,20220721,20220822,20221108,,Sole Agency,No,,"Tunnel Beach is an important tourism destination for Dunedin City as well as a local recreation site. The site is located on the coast, approximately eight minutes from the city centre. At peak times, the existing car park on Tunnel Beach Road, which has been designed for 18 vehicles and a single parking bay/bus park, is overcrowded, and contributes to significant traffic congestion and health and safety issues along Tunnel Beach Road. In conjunction with the Department of Conservation (DoC), Dunedin City Council (DCC) is seeking to remove on street parking and establish a new car park to alleviate these issues. Continual strong stakeholder engagement will be essential to the successful delivery of the car park development ensuring no negative outcomes. This is of the utmost importance to the DCC. The disruption this upgrade work poses will change the existing usability of Tunnel Beach Road and present hazards to all road users including residents, amenity users, construction traffic, cyclists and pedestrians. We seek to partner with a Contractor that has proactive risk management systems. The new car park designs aims to provide sufficient parking space to meet demand for the next 20 years.",Awarded,,0,20250410 Dunedin City Council,25993396,Request for Proposals,Open Competition,Tar Well Remediation - Early Contractor Involvement,10036,20220630,20220804,20221031,,Sole Agency,No,,"Dunedin City Council (DCC) and our appointed design consultant, Tonkin and Taylor (T&T) are in the process of developing remediation options for the site at 45 Hillside Road in Dunedin, which holds the tar well that was formerly part of the Dunedin City Gasworks. We are seeking proposals from suitably experienced and resourced main contractors, to work with the design team in an Early Contractor Involvement (ECI) process. The successful respondent will assist in the development of approach, documentation, provide a pricing submission on the complete work package and subject to agreement, proceed with the delivery phase of the remediation. We are seeking proposals from main contractors or consortia with a proven track record in the successful delivery of projects including: ECI involvement in developing buildable/executable solutions to complex projects. Land Remediation projects Groundworks and Excavation. Transportation and safe disposal of contaminated products (soil, water, viscous tar, solid tar) Ground retention/stabilisation systems Water treatment Odour management/suppression The successful respondent will be able to demonstrable resources and experience to assist in the design process and the physical works for the remediation of the site.",Awarded,,0,20250410 Dunedin City Council,26039403,Request for Proposals,Open Competition,Veterinary Services,10309,20220712,20220811,20221101,,Sole Agency,No,,"The Dunedin City Councils (DCCs) Animal Services team is responsible for the delivery of regulatory services associated with the control of dogs and dog owners meeting their obligations in complying with the Dog Control Act. The unit also actively promotes responsible ownership of dogs and strives towards minimising danger, distress and nuisance caused by dogs to the community, wildlife and natural habitats. To ensure the continued delivery of these services the DCC needs to renew its contract for the provision of veterinary services by engaging an experienced, professional and local veterinary services partner on a long-term contract. The DCC seeks to secure the services of an established veterinary practice able to deliver both of the following services on a local basis: De-sexing of dogs Humane euthanasia of dogs and cremation/disposal. The DCC has a set budget for the provision of these services. We are seeking proposals/response to quantify the volumes possible for the available budget. Continuation of the contract will be dependent on the availability of budget funding.",Awarded,,0,20250410 Dunedin City Council,26050676,Request for Tenders,Open Competition,Pavement Rehabilitations 2022/23 -Package one,10268,20220715,20220805,20221107,,Sole Agency,No,,"As part of our annual asset renewal programme the Dunedin City Council (DCC) has budgeted to rehabilitate pavements at their end of life. This will include replacing existing failed pavement layers and/ or overlaying existing layers with granular material to correct shape. The DCC is seeking to partner with a Contractor with relevant experience to carryout pavement rehabilitation including earthworks, pavement construction and surfacing within the road carriageway. It is important for us that we work with Contractors experienced in this type of work, who have a vested interest in our city, can build good relationships with our stakeholders and who have a track record of delivering positive outcomes.",Awarded,,0,20250410 Dunedin City Council,26061571,Request for Tenders,Closed Competition,Ravensbourne Hall Betterment Works,10059,20220718,20220818,20221219,,Sole Agency,No,,"The DCCs Ravensbourne Hall facility requires physical betterment works in order to ensure the continued safe and functional use of the building and to prolong the lifespan of the building. We are looking to partner with an experienced Main Contractor to undertake and deliver the betterment works to Ravensbourne Hall on time and ensuring they meet all expectations. A Site Visit is available at 10am on Thursday 28 July 2022. Registrations for site visits close at 5pm Tuesday 26 July. Refer to the RFT document for further details. Please put all Questions through GETS.",Awarded,,0,20250410 Dunedin City Council,26092077,Request for Tenders,Open Competition,Retaining Wall Construction 2022-23,10207,20220725,20220812,20221107,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to partner with a Contractor possessing relevant experience to carry out essential retaining wall construction works within Dunedin. We want a supplier sympathetic to road users and who will take steps to minimise disruption to traffic as much as possible. We also require Contractors to be environmentally aware and demonstrate they are committed to environmental compliance requirements. Delivering infrastructure works in a sustainable manner and building good relations with stakeholders affected by these works is important to us. The DCC is looking for credible contractors who can demonstrate the relevant experience and track record to deliver these projects on time; are sympathetic to the needs of our stakeholders and who can demonstrate they contribute to the social and environmental well-being of the City.",Awarded,,0,20250410 Dunedin City Council,26105722,Request for Tenders,Open Competition,610 Rosebank Road - Structural and Roof Repairs,10072,20220728,20220908,20221220,,Sole Agency,No,,"Dunedin City Council (DCC) owns an investment property at 610 Rosebank Road, Auckland. The building and carpark require structural repair works in order to ensure the continued safe and functional use of the building and to prolong the lifespan of the building. We are looking to partner with an experienced Main Contractor to undertake and deliver the package of works for 610 Rosebank Road on time and ensuring they meets all expectations. The package of works includes: Structural repairs to the building Roof repairs Structural repairs to the carpark Note: To attend the site visit please register via email by 5pm on 8 August 2022.",Awarded,,0,20250410 Dunedin City Council,26133228,Request for Proposals,Open Competition,Lighting Infrastructure Upgrade Works - Smart LED Lighting Solution,10306,20220804,20220915,20230503,,Sole Agency,No,,"The Dunedin City Council (DCC) owns multiple buildings that operate as staff office space and/or for public use. The current lighting infrastructure in the Civic Centre and other large DCC buildings has high energy consumption and operational expense. It also delivers inconsistent lighting levels (glare, flickering) which causes issues for our staff and users. We want to partner with a supplier long term to upgrade our lighting infrastructure. We want a supplier that can provide planning, design, sourcing, installation and configuring of smart LED lighting systems for the following locations on a separable portion basis: 1. Civic Centre 2. Dunedin City Library 3. Dunedin Town Hall Complex 4. Dunedin Public Art Gallery 5. Toitu Otago Settlers Museum 6. Wall Street Mall We want to partner with one supplier to design, source, install, configure and bring into service a Smart LED Lighting Solution for all of the above locations. The Solution must meet DCCs technical requirements as detailed in the documents attached to this RFP. Respondents must be able to evidence they can safely dispose of the current fluorescent tubes in an environmentally friendly way.",Awarded,,0,20250410 Dunedin City Council,26163127,Request for Tenders,Open Competition,Pavement Rehabilitations 2022/23 - Package Two,10269,20220812,20220909,20221107,,Sole Agency,No,,"As part of our annual asset renewal programme the Dunedin City Council (DCC) has budgeted to rehabilitate pavements at their end of life. This will include replacing existing failed pavement layers and/ or overlaying existing layers with granular material to correct shape. The DCC is seeking to partner with a Contractor with relevant experience to carryout pavement rehabilitation including earthworks, pavement construction and surfacing within the road carriageway.",Awarded,,0,20250410 Dunedin City Council,26177923,Request for Proposals,Open Competition,Cartage Services (Wastewater Treatment Waste),10258,20220824,20221003,20221128,,Sole Agency,No,,"The Dunedin City Council 3 Waters operations have a requirement to remove waste from the wastewater treatment plants (WWTP) for disposal at Green Island landfill. The type of waste collected includes sludge, ash and grit/screenings. The pick up locations include: - Tahuna WWTP - Green Island WWTP - Mosgiel WWTP - Musselburgh Pump Station We seek to partner with a supplier for the long term with a maximum contract term of up to 10 years subject to performance. The successful supplier must be flexible and proactive to accommodate potential changes to our future waste volumes. We require a supplier that can demonstrate the relevant experience and track record with a strong a customer focus. Reliability and the ability to deliver is important to us; we want to partner with a supplier who ensures the collection schedule is always met. This includes responding to urgent requests. Capacity is important. The successful supplier must have the vehicle fleet and drivers to meet our needs. The fleet must be well maintained to ensure we get a reliable service. We require the successful supplier to demonstrate a commitment to reducing emissions generated while carrying out services for the DCC, in line with the DCCs city-wide and organisational emissions reduction targets. This includes meeting emissions reporting requirements and implementing a plan to minimise emissions over the course of this contract.",Awarded,,0,20250410 Dunedin City Council,26227203,Request for Proposals,Closed Competition,LTES SoW 3 Waters - Investment Planning - Growth Capital Programme,10364,20220826,20220922,20221219,,Sole Agency,No,,"There are areas in Dunedin where changes in zoning between the previous District Plan and the new 2nd Generation Plan (2GP) will require the provision of new 3 Waters infrastructure for servicing or the upgrading the existing infrastructure. DCC 3 Waters have been involved in identification of sites suitable for rezoning through Variation 2 of the 2GP. As part of this involvement, 3 Waters servicing was assessed at a high level. Detailed assessments of infrastructure requirements have not been carried out. These detailed assessments are now required so that the necessary planning, budgeting and programming of work can take place and design progressed to a conceptual stage for handover to the capital delivery team. The Growth Capital Programme objective is to provide a programme of works and concept designs for all growth-related 3 Waters infrastructure in the relevant rezoned areas that have been identified through the 2GP, 2GP Appeals and Variation 2 be it residential or commercial locations (for years 2024/25-34/35). The details need to be sufficient that they can be handed over to the 3 Waters Capital Delivery Team for detailed design and implementation. High priority sites will need to be fast-tracked for a potential early start to the handover process (pre-2024). The DCC intends to select two Providers to deliver this Scope of Work (SoW) with one Provider being selected to deliver the priority methodology as detailed in the SoW. Both Providers will be responsible for delivery of the concept designs and this work will be allocated in phases and at the discretion of the DCC.",Awarded,,0,20250410 Dunedin City Council,26329218,Request for Tenders,Open Competition,Structural Component Replacement 2022/23,10208,20220913,20221013,20221107,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to partner with a Contractor possessing the relevant experience to carry out essential repair and replacement works within Dunedin. This is an opportunity for experienced contractors to undertake bridge repairs and structural component replacement including earthworks, civil works and bridge repairs within the wet bed of Dunedin rivers and within the road carriageway. Delivering infrastructure works in a sustainable manner and building good relations with stakeholders affected by these works is important to us. We want to partner with a contractor that is sympathetic to road users and will take steps to minimise disruption to traffic as much as possible. We also require contractors to be environmentally aware and able to demonstrate they are committed to environmental compliance requirements.",Awarded,,0,20250410 Dunedin City Council,26399717,Request for Tenders,Open Competition,Regent Theatre Caf - Safety and Compliance Upgrade,10332,20221006,20221103,20230223,,Sole Agency,No,,"The Regent Theatre is a Dunedin City Council (DCC) owned building operated by the Otago Theatre Trust (the Trust). The property is part of the Community portfolio as an important performing arts theatre in Dunedin. The Regent Theatre has a caf included within the buildings tenancy footprint. As landlord, the DCC has committed to completing the safety and compliance upgrades required for the caf space to be used for commercial purposes. The scope includes accessibility, ventilation, electrical and compliance upgrade work. We seek to partner with a supplier who has the capacity and expertise to complete this project. It is desirable to have a project completion by the end of the first quarter 2023 to ensure the cafe is ready for the tenants fitout work. We want to know what you can achieve by 31 March 2023.",Awarded,,0,20250410 Dunedin City Council,26470535,Request for Tenders,Open Competition,2022/23 Road Safety Improvements - Guard Rails,10409,20221018,20221116,20230112,,Sole Agency,No,,"The Dunedin City Council (DCC) wishes to install guard railing to improve road safety at three high priority locations along Harington Point Road on the Otago Peninsula. It is important for us that we work with a Contractor experienced in delivering road safety improvements, who has a vested interest in our city, can build good relationships with our stakeholders and who has a track record of delivering positive outcomes. We anticipate the contract will commence in February 2023 with 20 weeks duration for completion of the works.",Awarded,,0,20250410 Dunedin City Council,26557098,Request for Proposals,Open Competition,3 Waters Treatment Plants - Main Contractor Programme Lead,10174,20221031,20221130,20230309,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters group have identified ageing assets and process plant components that are designated as requiring attention and investment. The DCC wants to partner with one or two contractors who have the experience, capability and capacity to agree and lead the programme of work to redress these issues and ensure the DCC can maintain essential drinking water supply and wastewater services. This is an opportunity to partner with the DCC's 3 Waters group for a significant duration. Organisations and their key personnel must be able to demonstrate they have experience working in live, brownfield, water treatment plants (WTPs) and wastewater treatment plants (WWTPs). They must also be able to demonstrate a highly effective and collaborative methodology for programme management. Health and safety as well as process management will be considered strongly.",Awarded,,0,20250410 Dunedin City Council,26648356,Request for Proposals,Open Competition,Security Services,10351,20221123,20230208,20230501,,Sole Agency,No,,"The Dunedin City Council (DCC) use a variety of general and specialised security guard services across multiple departments. These services include open and closing facilities, patrol services, events, responding to call outs, alarm monitoring and testing, noise control and freedom camping. This tender is grouped into three packages and a supplier may bid for one or more packages. The packages are: General Security open/close facilities, patrol, guard, alarming monitoring/testing, events and call outs (including support of animal control services) Noise Control Freedom Camping The DCC reserves the right to award the work to one or more suppliers and we seek to offer a suitable supplier(s) a long-term relationship of up to five years, 2 months subject to performance.",Awarded,,0,20250410 Dunedin City Council,26683302,Request for Proposals,Open Competition,Economic Data Monitoring and Reporting,10390,20221202,20230208,20230324,,Sole Agency,No,,"Dunedin City Council (DCC) uses economic data to better understand the economy activities of Dunedin City. This information has been used to help report to the wider public on the Councils progress against economic goals and targets. Not only is economic data valuable for monitoring activity but it serves an important purpose to inform decision making and forward planning. We are seeking a long-term partnership of up to six years for access to a web based economic profile product comprising a database of both annual and regional indicators and support services and maintenance of those systems. We require: - A web-based profile that is user friendly and easy to navigate. - An annual economic profile and a quarterly economic monitoring report for Dunedin City and - Economist support and commentary. This includes attendance at annual workshop and seminar with Enterprise Dunedin/DCC staff and Elected Members.",Awarded,,0,20250410 Dunedin City Council,26867146,Request for Proposals,Open Competition,Technical Support Services for South Dunedin Future Programme,10458,20230127,20230314,20230905,,Sole Agency,No,,"The South Dunedin Future (SDF) Programme is a joint initiative of the Dunedin City Council (DCC) and Otago Regional Council (ORC) to develop a climate change adaptation strategy for South Dunedin. It involves detailed technical work and extensive community engagement over multiple years. The SDF programme team has identified areas in which external technical expertise is required to complement internal capability and support development of the adaptation strategy. The DCC wants to partner with one or a number of consultants who have the experience, capability and capacity to provide the necessary technical support to the four key workstreams listed below. 1. Strategic Programme Management Support 2. Communications and Community Engagement Support 3. Risk Assessment including Technical Peer Reviews 4. Adaptation Options including Technical Peer Reviews",Awarded,"WSP New Zealand Limited awarded primary works for workstreams one, two, three and four. Jacobs New Zealand Limited awarded technical peer reviews for workstreams three and four.",0,20250410 Dunedin City Council,26869152,Request for Proposals,Open Competition,DCC - Customer Contact Centre - Queue Management Software,10295,20230127,20230228,20230817,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking proposals to replace the current Customer Contact Centre software. The current system has functionality gaps, requires on-premise appliances and it no longer supports the DDCs future ICT direction. We require a cloud-based solution that ensures we can best serve our communitys needs, now and in the future. We are seeking proposals from suppliers that can offer a cloud-based, scalable solution that meets the attached technical and functional requirements, which must: Operate with the current NEC and with Microsoft Teams Calling Support working from home WFH capability. Meet the DCCs Disaster Recovery (DR) requirements. Meet the DCCs Business Continuity needs.",Awarded,,0,20250410 Dunedin City Council,26931809,Request for Proposals,Open Competition,Seddon Park BMX and Pump Track Upgrade,10475,20230210,20230314,20230927,,Sole Agency,No,,"Dunedin City Council (DCC) provides Parks and Recreational facilities for the Dunedin community. Currently, there is a Bicycle Motocross (BMX) track at Seddon Park in Mosgiel that needs to be upgraded. In addition, at the same time DCC wants to install a new bike pump track to add to the BMX facilities. We want to partner with a skilled and experienced main contractor to undertake the physical works of upgrading the BMX track and installing the new pump track in a safe and sustainable way. We want to partner with a supplier that has experience in BMX and pump tracks, who can assist us in delivering a modernised and safe BMX and pump track at Seddon Park for community use by June 2023. The design works are already complete, we only require a supplier to undertake the physical construction works.",Awarded,,0,20250410 Dunedin City Council,27070386,Request for Proposals,Closed Competition,LTES SoW - Dunedin Parking Management Policy,10553,20230315,20230413,20230508,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking support to create a Parking Management Policy that, when adopted by Council, will provide a framework for managing the citys parking supply. The development of the Parking Management policy is part of the Shaping Future Dunedin Transport (SFDT) Programme. The Dunedin Parking Management Policy will provide a framework for managing the citys parking supply. It will include guidance for developing parking management strategies and area-based parking management plans. It will be predominantly focused on the central city, up to and including the Town Belt, but will provide guidance for other centres and residential areas. This is a purchased nominated invited tender with the budget of $200,000. Respondents must ensure their proposal is tailored so the proposed services fit within budget and achieve the Core Deliverables as detailed in the Scope of Work. The desired completion timeframe is November 2023 but we welcome feedback in your response if an alternative timeframe is proposed within the 23/24 DCC financial year (1 July 2023 - 30 June 2024).",Awarded,,0,20250410 Dunedin City Council,27101404,Request for Proposals,Open Competition,Print Services,10496,20230317,20230418,20230702,,Sole Agency,No,,"The Council Communications and Marketing (CCM) Department of the Dunedin City Council (DCC) provides full marketing and design services to Council departments with most of the print work outsourced. The print services required includes digital printing, offset printing and print finishing. We seek to partner with a supplier for the long term with a maximum contract term of 5 years subject to performance. We need a printing supply partner that will work closely with all members of the CCM team on a day-to-day basis. Delivering on deadlines is vital to us. We want to partner with a supplier that has the experience and robust systems to ensure each print order is delivered on time and to a high standard. We value proactive communication and active account management from our supplier.",Awarded,,0,20250410 Dunedin City Council,27132559,Request for Quotations,Closed Competition,"Foulden Maar Soil supply, cartage and spreading",10528,20230323,20230330,20230414,,Sole Agency,No,,"Invited tender for soil supply, cartage and spreading at Foulden Maar. While the majority of the soil is to be supplied by the Contractor the scope includes screening of topsoil located at Green Island landfill screen. Please price this screening cost separately. On site at Foulden Maar, it is desired that topsoil is spread to a depth of 15cm. Along with a price, respondents must submit a completion date. It is envisaged the contract start date is 10 April. Questions or clarifications relating to this contract opportunity must be asked via GETS. Please ensure you submit your quote via GETs, not direct to the DCC. Failure to do this may result in your response not being considered.",Awarded,,0,20250410 Dunedin City Council,27136312,Request for Tenders,Open Competition,Chain Hills Tunnel - Remedial Works,10538,20230327,20230427,20230621,,Sole Agency,No,,"The Dunedin Tunnels Trail (DTT) is a project in the Dunedin Urban Cycleways suite of works in the Dunedin City Council (DCC) Long Term Plan 2021/2031. The project involves the construction of a 15km cycle and walking path between Dunedin and Mosgiel. The trail will provide a safe and user-friendly path through two decommissioned railway tunnels (Chain Hills and Caversham), along the old railway line formation, existing road network, and access through private property. Prior to the commencement of the trail construction, remedial works are required to the Chain Hills tunnel. An assessment of the tunnel has been completed by structural engineers. This contract is solely focussed on the remedial works of the Chain Hills Tunnel. Completing this work will enable safe public use of the tunnel while a loop track is created by the Dunedin Tunnels Trail Trust (DTTT). We seek to partner with a contractor that can work to deadlines while ensuring work is completed safely and to the required standard. We expect the contractor to take pride in their work and be proactive with their communication.",Awarded,,0,20250410 Dunedin City Council,27387428,Request for Proposals,Open Competition,Vacuum Tank Services 3 Waters,10503,20230512,20230615,20230807,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters operation uses vacuum tank services at water and wastewater treatment plants as well as at network pump stations. The services required are both scheduled and ad hoc, especially in response to rain events. We seek to partner with a supplier for the long term with a maximum contract term of 5 years subject to performance. Reliability and the ability to deliver is important to us; we want to partner with a supplier who ensures the collections are always completed on time including responding promptly to urgent requests.",Awarded,,0,20250410 Dunedin City Council,27416467,Request for Tenders,Open Competition,Waste and Recycling Collection (Dunedin City Council owned facilities),10349,20230519,20230627,20230824,,Sole Agency,No,,"Dunedin City Council (DCC) is actively committed to zero waste, inclusive of a circular economy, to enhance the health of our environment and people by 2040. Part of our commitment includes proactive waste reduction across our operational and public facilities. We seek to partner with a supplier that can ensure our recycling and general waste needs are catered for at DCC owned operational and public facilities. We also want to enhance our understanding of the waste and recycling generated at these facilities so we can better measure the effectiveness of any waste minimisation initiatives implemented. We seek to partner with a supplier for the long term with a maximum contract term of 5 years subject to performance. The successful supplier must be responsive to our urgent collection requests. Through proactive fleet management this contract provides an opportunity to contribute towards the DCCs goal of achieving city-wide net carbon neutrality (excluding biogenic methane) by 2030.",Awarded,,0,20250410 Dunedin City Council,27419331,Request for Proposals,Open Competition,Resource Recovery Park Precinct Construction ECI,10545,20230519,20230706,20231009,,Sole Agency,No,,"The Dunedin City Council (DCC) through its Waste and Environmental team are working to transform the citys approach to Waste. Targeting reductions in waste to landfill and incineration of 50% by 2030 and at least 70% by 2040. A key component of meeting these targets is the construction of a new Resource Recovery Park Precinct at the Green Island Landfill site. This new facility is being designed and will be operated by the DCCs new kerbside collection partner. The DCC wants to secure the services of a construction contractor that has experience in delivering projects of similar scale and type, as well as in landfill, contaminated or other similarly high-risk environments. The ability to work with the design team and provide advice and guidance on buildability, risks and mitigation strategies on an Early Contractor Involvement (ECI) basis is essential. Note: The Pricing schedule for this RFP process will be issued subsequently via NTT.",Awarded,,0,20250410 Dunedin City Council,27478967,Request for Proposals,Open Competition,Dunedin Car Share Scheme,10580,20230531,20230712,20230928,,Sole Agency,No,,"The Dunedin City Council (DCC) would like to encourage and facilitate car share schemes in Dunedin to provide more mobility options for residents and visitors and to help achieve emissions reduction targets from the transport sector. We want to encourage and facilitate car share provider or car share providers with a view to facilitate their establishment in Dunedin. Proposals will be evaluated with a view to work with a preferred supplier or preferred suppliers to introduce a public car share scheme into Dunedin, with a Memorandum of Understanding (MoU) or contract, for a period of four years and an option to extend for a further three years. The DCC wants to receive proposals from car share providers who are interested in establishing a public car share scheme in Dunedin at scale. Prospective providers must be able to align with the DCCs minimum requirements, as detailed in the RFP document. DCC is open to considering support to enable provider(s) to establish a car share scheme that meets our minimum requirements, should it be required. Please Note: DCC is issuing this RFP in its non-regulatory capacity. Any consents required from DCC in its regulatory capacity will need to be considered separately by DCC in accordance with the relevant legislation and rules.",Awarded,,0,20250410 Dunedin City Council,27502930,Request for Tenders,Open Competition,School Road Safety Improvements 2023/2024 2024/25,10589,20230622,20230801,20230926,,Sole Agency,No,,"Through the National Land Transport Fund, Waka Kotahi has allocated funding for Dunedin City Councils (DCC) Low-Cost Low Risk projects. Projects include safety initiatives such as speed management and road safety improvements around schools. The site-specific improvements range in scale from standard safety interventions like speed humps and raised pedestrian crossings through to alterations at intersections. While the initial focus of this contract is school road improvements for 2023/24, the contract includes the option of a separable portion for the 2024/25 at the discretion of the DCC, subject to contractor performance and pricing. We seek to partner with a supplier that can demonstrate experience of stakeholder management while completing Civil Works to a high standard and to programme. Time is of the essence; we want this work completed quickly to minimise disruption to the schools. However, you must have the quality assurance process in place to ensure the work meets specifications and rework is minimised.",Awarded,,0,20250410 Dunedin City Council,27528490,Request for Tenders,Open Competition,Polyaluminium Chloride Supply,10499,20230615,20230720,20240619,,Sole Agency,No,,"The Dunedin City Council (DCC) uses aluminium based chemicals in the water treatment clarification processes as a coagulating agent to enable the removal of colour and turbidity. Following trials, the DCC began using Polyaluminium Chloride (PACL) at the Mount Grand Water Treatment Plant (WTP). This tender opportunity is for a PACL chemical supply contract for Mount Grant WTP for up to seven years subject to performance. We seek to partner with a supplier that can demonstrate surety of supply, has comprehensive quality control and has a track record of proactive account management. We expect our supplier to have a good understanding of their chemical supply chain. Site Visits are available between 21 June - 7 July for bench (jar) testing. Tenderers must register in advance (refer to RFT document for details).",Awarded,,0,20250410 Dunedin City Council,27536473,Request for Proposals,Open Competition,Car park building access system - Licence Plate Recognition (LPR) technology,10561,20230614,20230713,20231129,,Sole Agency,No,,"The Dunedin City Council (DCC) owns the Great King St car park building in Dunedin which has capacity for approximately 359 vehicles. This building is used by both casual users and lease holders. Access to the Great King St car park building is via a barrier arm access system where a ticket is issued to casual car park users or where lease holders gain access by using a security tag. The access technology is outdated, and we seek to partner with a suitably experienced and innovative supplier to install Licence Plate Recognition (LPR) technology to improve access and provide an enhanced user experience. We also seek to better understand the utilisation of the car park spaces, with the LPR system pivotal in providing real time parking data. While the initial focus of this contract is on the Great King St car park building, the contract will be structured with separable portions to allow additional car park sites to be included, at the discretion of the DCC, subject to supplier performance and pricing.",Awarded,,0,20250410 Dunedin City Council,27542606,Request for Tenders,Open Competition,Road Pavement Rehabilitations 2023/24,10562,20230621,20230720,20230822,,Sole Agency,No,,"As part of our annual asset renewal programme the Dunedin City Council (DCC) has budgeted to rehabilitate pavements at their end of life. This will include replacing existing failed pavement layers and/ or overlaying existing layers with granular material to correct shape. The DCC is seeking to partner with a Contractor with relevant experience to carryout pavement rehabilitation including earthworks, pavement construction and surfacing within the road carriageway. It is important for us that we work with Contractors experienced in this type of work, who have a vested interest in our city, can build good relationships with our stakeholders and who have a track record of delivering positive outcomes.",Awarded,,0,20250410 Dunedin City Council,27637059,Request for Proposals,Open Competition,Central City Bike Hubs Design and Build,10558,20230705,20230824,20231222,,Sole Agency,No,,"The Central City Bike Hubs project aims to provide adequate facilities that support and promote active transport as a viable travel option for commuters and visitors to Dunedin's central city. We are proposing a collaborative design and build process and seek to partner with an experienced design and build company or consortia with a successful track-record in the design and construction of bike hubs. The initial focus of this project is a bike hub at Museum Reserve, but two further sites may be allocated as separable portions at the sole discretion of the DCC subject to supplier performance and budget allowances. Working with Aukaha to incorporate cultural narrative into this project is an important part of the contract scope. Its important to us that the bike hubs are accessible, low maintenance, connect to the existing cycle network, dont encourage vandalism, encourage sustainable products, and are built to last. The bike hubs must be able to service all bike types. This tender requires Respondents to submit a bike hub design for the Museum Reserve. The design must be of a sufficient level of detail to ensure accurate pricing. Detailed designs are not required for this tender.",Not Awarded,,0,20250410 Dunedin City Council,27653942,Request for Proposals,Open Competition,Bathymetry Survey,10618,20230703,20230801,20231026,,Sole Agency,No,,"The Dunedin City Council (DCC) adopted a Coastal Management Plan in 2022, for the coastal embayment of Saint Clair Saint Kilda. To implement the Coastal Management Plan, DCC need to undertake coastal monitoring and modelling activities to support our decision-making. The DCC is seeking to create a surface model of the Saint Clair Saint Kilda coastal embayment, including nearshore bathymetry, surf zone bathymetry, and beach/dune morphology, which will be used to investigate geomorphological changes of the St Clair St Kilda embayment. We want to partner with a supplier to deliver accurate and reliable bathymetry survey services, including data collection, data processing and reporting, in a safe, sustainable and effective way to enable coastal modelling and the implementation of the Coastal Management Plan.",Awarded,,0,20250410 Dunedin City Council,27735984,Request for Tenders,Open Competition,Harbour Arterial - Stage 3 and Stage 2,10590,20230719,20230817,20240415,,Sole Agency,No,50 The Octagon,"The Dunedin City Councils (DCCs) Transport Group, with partial funding from Waka Kotahi, are providing a safer, more efficient route for vehicles and freight around the city through the Harbour Arterial Improvement Project. This project will reduce traffic volumes in the central city, which benefits all of our residents and visitors to the city and is also important for the New Dunedin Hospital. Whats most important There are three outcomes for the Harbour Arterial Efficiency Improvements Project, to improve: Access between State Highway 1 Caversham Motorway and State Highway 88. Safety for all transport modes on the route. Access for active transport modes. The DCC wants to partner with a civil engineering / roading contractor that can deliver the outcomes in the most efficient, least invasive way to our key stakeholders and road-users, whilst minimising disruption and delay.",Not Awarded,Contract has been deferred and procurement terminated.,0,20250410 Dunedin City Council,27800638,Request for Tenders,Open Competition,Slip Repairs,10519,20230802,20230831,20231024,,Sole Agency,No,,"As a result of rain events in Dunedin from July 2022 four slips adjacent to private property in the road reserve occurred with some minor loss to private property. These slips were made safe at the time and repairs have been designed by a geotechnical engineer to stabilise the affected road reserve. Retaining walls are required at all four sites. It is important for us that we work with a Contractor experienced in completing slip repairs including working at height with soil nail construction and gabion basket construction. This work impacts on private property and we seek to partner with a Contractor that has experience efficiently managing communication with affected residents and stakeholders. We require the Contractor to stick to programme to ensure disruption is minimised while still completing the work to a high standard. We require the works at all sites to be completed by 30 April 2024.",Awarded,,0,20250410 Dunedin City Council,27833059,Request for Proposals,Open Competition,Technical Support Services for Modelling the Saint Clair - Saint Kilda Coastal Plan,10599,20230804,20230905,20231127,,Sole Agency,No,,"The Dunedin City Council (DCC) adopted a Coastal Management Plan in 2022, for the coastal embayment of Saint Clair Saint Kilda. To implement the Coastal Management Plan, DCC need to undertake coastal monitoring and modelling activities to support our decision-making. DCC wants to partner with a supplier who has the technical experience, capacity and capability to support us in developing a coastal management strategy for Saint Clair Saint Kilda coastal embayment using numerical modelling. DCC is seeking a supplier to provide technical support in developing a numerical modelling program to identify the most suitable and sustainable management strategy for the Saint Clair Saint Kilda environment by: assessing the efficiency of each pathway in mitigating erosion defining environmental triggers determining the present risk of failure of the present coastal structures (natural and engineered). Coastal monitoring to acquire the data needed for numerical modelling is being undertaken separately and is not part of this contract. Pre-Conditions including in this RFP: 1) The respondents must evidence that key staff identified for this contract have previous experience in numerical wave and sediment transport modelling.",Awarded,,0,20250410 Dunedin City Council,27859234,Request for Tenders,Open Competition,Toitu Otago Settlers Museum Plant Room Redevelopment,10024,20230809,20230907,20240710,,Sole Agency,No,,"This RFT is a reissue of Rfx 26954150, which was cancelled due to incomplete information to allow tenders to respond appropriately. This information has now been obtained and is included in the tender documents. Dunedin City Council (DCC) provides arts and culture institutions for the benefit of the Dunedin community and visitors as part of Dunedins arts and culture strategy (Ara Toi Otepoti Our Creative Future). Toitu Otago Settlers Museum (Toitu) is a museum of social history dedicated to telling the story of the people of Dunedin and the surrounding area. At Toitu, there is currently a plant room that is not in use which DCC wants to redevelop into a useable space and reconfigure access so that the room can be accessed from the main foyer. We want to partner with a skilled and experienced main contractor to undertake the physical works of redeveloping the plant room in an effective, safe and sustainable way. We want to partner with a supplier that has experience in undertaking physical works in public facilities, who can assist us in delivering a modernised room that can be further developed into an audio-visual experience for the Dunedin community and visitors to Dunedin. We need require a supplier that can deliver the works within DCCs timeframes. The design works are already completed, we only require a supplier to undertake the physical construction works. The design and installation of the AV experience/ equipment is not included in the scope of this procurement and will be sourced separately at a later stage.",Awarded,,0,20250410 Dunedin City Council,27913607,Request for Proposals,Open Competition,"Signage Services - Print, Installation & Removal",10308,20230818,20230921,20240131,,Sole Agency,No,,"Dunedin City Council (DCC) needs to provide signage in our public places. The Council Communication and Marketing (CCM) Team design all public signage and internal DCC signage in line with the DCC brand. A supplier is required to print signage, install the new signage and remove any old signage as required. We want to partner with one supplier that can meet DCC needs. We want a supplier who can deliver a quality signage service that is timely, safe and sustainable. If all of DCCs signage needs cannot be met adequality by one supplier, then DCC may at its discretion award a contract to more than one supplier of Signage Services. Note: The purpose of the Signage Services contract is to enable ease of supply of goods and services on an as required basis, and therefore no guaranteed spend or minimum quantity would be included in the contract.",Awarded,,0,20250410 Dunedin City Council,27929328,Request for Proposals,Open Competition,Exterior Cleaning Services,10523,20230822,20231004,20231130,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to gain a supplier for Exterior Cleaning Services for a variety of our buildings. The works included are scheduled gutter, roof, window, exterior walls, and outdoor hard surface cleaning. At times the supplier may be called upon to carry out reactive exterior cleaning work as well. We are looking to offer suitable supplier a long-term relationship of up to 5 years subject to supplier performance.",Awarded,,0,20250410 Dunedin City Council,28032369,Request for Tenders,Open Competition,Transport Choices - South Dunedin Schools,10572,20230907,20231025,20240201,,Sole Agency,No,,"Transport Choices is a Waka Kotahi NZ Transport Agency initiative that aims to provide people with more transport options and making it easier to travel in ways that are good for the community and environment. The Dunedin City Council (DCC) has two infrastructure delivery projects under the Transport Choices initiative. Road safety improvements around South Dunedin Schools is one of these projects. South Dunedin has a total of 12 schools, 8 of these schools require improvements for safety and to enable more uptake of active travel modes e.g., walking or cycling. The physical works will improve intersections, bus stops, and install safer crossing points. Completing the work on time is critical for this project. We seek to partner with a Contractor that has the resources in place from day one to ensure the works are completed by 20 December 2024. We seek to partner with a Contractor that can demonstrate robust stakeholder management as communication with the affected Schools must be timely and proactive. We want the work delivered quickly, safely and to a high standard.",Not Awarded,,0,20250410 Dunedin City Council,28211480,Request for Proposals,Open Competition,Green Island Landfill civil works design consultant,11041,20231016,20231116,20240131,,Sole Agency,No,,"The Dunedin City Council (DCC), through its Waste and Environmental team, is working to transform the citys approach to waste by targeting reductions in waste to landfill and incineration of 50% by 2030 and at least 70% by 2040. The DCCs Waste Futures Programme includes implementing an improved kerbside recycling and waste collection service and the construction of a new landfill. It is anticipated that the new landfill will not be ready to accept waste until 2027/28 at the earliest. In the interim, the DCC has applied for resource consent to extend the life of Green Island Landfill. We seek to partner with a suitably qualified and experienced consultant to provide detailed design services and contract supervision to assist with maximising the life of the Green Island Landfill and to ensure the best quality of closure possible. We require consultant support for: - Design Services (concept and detailed) - Procurement Assistance - Construction Supervision - Stakeholders & communication We seek to partner with a Supplier for the long term with a contract of up to 7 years, subject to performance. We want a Supplier that is proactive, allocates staff resources efficiently, takes ownerships, meets deadlines and can demonstrate a dynamic approach to their work.",Awarded,,0,20250410 Dunedin City Council,28277542,Request for Proposals,Open Competition,Wellers Rock Pontoon Gangway Refurbishment and Pile Replacement,11053,20231013,20231114,20240220,,Sole Agency,No,,"The Dunedin City Council (DCC) owns and maintains the jetty and pontoon at Wellers Rock in the Otago Harbour. In 2017 following a structural report the pontoon was replaced with a larger one that was more suited for the location, seaway and usage. The pontoon access gangway and pile replacement were not within the scope of this earlier project and now require remediation/replacement before the 2024/25 tourism season. The DCC seeks an experienced and suitably qualified contractor to: Obtain all consents from the Otago Regional Council Remove and refurbish the gangway that gives access to the pontoon Remove and replace the existing 6 piles Reinstate the gangway Complete the works safely and efficiently in May-June 2024",Awarded,,0,20250410 Dunedin City Council,28282236,Request for Tenders,Open Competition,Water Pump Station Renewals - Term Contract,11014,20231013,20231116,20240301,,Sole Agency,No,50 The Octagon,"The DCCs 3 Waters network infrastructure contains a number of Water Pumping Stations (WPS) for raw water and treated water that are critical to maintaining the operational integrity of the 3 Waters water supply systems. These WPSs are ageing and some now require renewal / upgrade works to ensure the DCC or our new 3 Waters entity maintains the level of water supply services into the future. DCCs 3 Waters group want to secure the services of a contractor for the long term, initially 5 years (to a maximum of 9 years), on a term-contract basis. It is essential that the contractor can demonstrate exemplary technical competence and experience of similar works. The skills of the proposed team(s) are especially important as is the capacity to undertake sufficient projects to meet the DCCs programming requirements, budget permitting.",Awarded,,0,20250410 Dunedin City Council,28434236,Request for Proposals,Open Competition,Native Plant Supply,9711,20231114,20231212,20240226,,Sole Agency,No,,"The Dunedin City Council (DCC) plants native plants to remediate and enhance our public spaces on an ongoing basis. The DCC is seeking to partner with an experienced supplier for the structured and planned growth and supply of around 100,000 high quality New Zealand (NZ) Native plants over the next five years. The DCC intends to maintain Dunedins indigenous biodiversity, reduce long term maintenance and enhance the natural environments of the City and surrounds for the enjoyment of its residents. It is important that plants are sourced from seeds or cuttings from the Dunedin area and that plants are grown in locally, in Dunedin climatic conditions. It is also important that the supplier meet DCCs native plant species and sizing requirements of fast and slow growing plants.",Awarded,,0,20250410 Dunedin City Council,28521698,Request for Proposals,Open Competition,11161 - Probity Auditor Panel,11161,20231124,20240215,20240501,,Sole Agency,No,50 The Octagon,"The Dunedin City Council (DCC) has a panel of external probity auditors, who are engaged to provide scrutiny and independent external probity assurance on the DCCs major procurement processes. The contract term for the current panel arrangement is nearing expiry and we are therefore seeking proposals from appropriately experienced parties who are interested in working with the DCC Procurement and Contracts team and other DCC departments on our major procurement projects / processes. The DCC is seeking to partner with professional probity audit services providers who will work alongside the DCC staff and the Procurement and Contracts team. We are seeking organisations that have: - The experience, capability and capacity to deliver the DCCs needs. A desire to work with the DCC for the long-term. A commitment to providing the best value for money services. A pro-active partnering approach that seeks to benefit from reduced competition and a streamlined approach to doing business with the DCC. Commitment to sustainability and emissions reductions.",Awarded,,0,20250410 Dunedin City Council,28535448,Request for Quotations,Closed Competition,Print Technology and Associated Services,10602,20231128,20240215,20240701,,Sole Agency,No,50 The Octagon,"Opportunity Overview The Dunedin City Council (DCC) participates in the AOG print technology and associated services (PTAS) contract. Our current SoW under this contract has expired and the DCC is inviting providers to submit proposals to agree a new SoW for the balance of the AoG contract term, including any rights of renewal. Whats most important The DCC has to maintain PTAS availability and capacity at 23 sites, however we are open to a right-sizing exercise at major sites such as the Civic Centre. We want the best value for money contract and prefer to maintain a managed cost per copy contract with no guaranteed volumes. This is an opportunity to partner with the DCC potentially to 2032 (subject to rights of renewal).",Awarded,,0,20250410 Dunedin City Council,28553735,Request for Proposals,Open Competition,"Long-Term Technical, Engineering & Specialist support LTES Panel - Additional Capacity / Capability",7860-3,20231130,20240222,20240404,,Sole Agency,No,50 The Octagon,"The Dunedin City Councils (DCCs) Long-Term Technical & Engineering Support Services (LTES) panel has been operating successfully for its initial term of 5 years. We have confirmed the option to extend the panel for a further 2 years and have also identified areas where we require additional capacity or specific additional capability from the panel provides as below. This is an opportunity for interested organisation to participate in the remainder of the panel term. We want to develop a partnering relationship with all our suppliers. It is important that any potential panel provider develops an understanding of the philosophy and objectives of the panel; whilst also acknowledging that the LTES panel contract has been negotiated widely, has been modified and amended and is not subject to further negotiation. The contract is common to all providers. Note: We do not require responses from existing panel member organisations. Existing panel member organisations will receive appropriate SoWs, as they arise.",Awarded,,0,20250410 Dunedin City Council,28719215,Request for Tenders,Open Competition,Burial and Ash Beam Installation,11158,20240122,20240220,20240328,,Sole Agency,No,,"The Dunedin City Council (DCC) administers 20 cemeteries and one crematorium within the wider Dunedin City area. We want to partner with an experienced supplier long-term to deliver a burial and ash beam installation service in a planned way to ensure a steady supply of burial and ash plots for Dunedin residents. We want to partner with a supplier that can deliver burial and ash beam installation to a high standard in a safe and sustainable way, ensuring proper placement and longevity of the beams. The supplier must be considerate to the working environment, and their interaction with the public in cemeteries. Work must not take place during burial services. Pre-condition: The supplier must have a local operational base and resources to deliver these works. Contract Term: Five (5) years, plus extension options.",Awarded,,0,20250410 Dunedin City Council,28759131,Request for Proposals,Open Competition,"St Clair Hot Salt Water Pool Heat Pump Replacement - Supply, Install and Maintenance",11169,20240201,20240229,20240322,,Sole Agency,No,,"The Dunedin City Council (DCC) provides aquatics facilities for the use and enjoyment of its residents and rate payers. This includes a Hot Salt Water Pool facility in St Clair (St Clair Hot Salt Water Pool). The pool is heated to 28 degrees when in use during the open season between October and April each year. The pool at this facility is heated by two heat pumps, which require replacement. We want to partner with an experienced supplier to supply and install a suitable replacement heat pump system and provide ongoing maintenance of the heat pump system for its lifespan. The pool is not currently being heated effectively or efficiently. We want a supplier to recommend a suitable heat pump system, to replace the existing, that has the capacity to heat the pool effectively within boundary conditions. The pool is located in a corrosive environment. We want a supplier to provide a proposal for a heat pump system that takes this into consideration and can provide a heat pump system that has a minimum 10-year lifespan. The installation works are to be undertaken during the off season whilst the pool is closed, it is essential that the works are complete so that the pool can open as planned for the 2024/25 season on 1 October 2024. We want to ensure that we are maximising the operational efficiency of the heat pump system to gain the maximum effective life span. It is important that the supplier can provide an ongoing maintenance service for the heat pump system to achieve this.",Awarded,,0,20250410 Dunedin City Council,28813519,Request for Proposals,Open Competition,Green Island Landfill - landfill gas consultant,11139,20240402,20240502,20240624,,Sole Agency,No,,"The Dunedin City Council (DCC), through its Waste and Environmental team, is working to transform the citys approach to waste by targeting reductions in waste to landfill and incineration of 50% by 2030 and at least 70% by 2040. The DCCs Waste Futures Programme includes implementing an improved kerbside recycling and waste collection service and the construction of a new landfill. It is anticipated that the new landfill will not be ready to accept waste until 2027/28 at the earliest. In the interim, the DCC has applied for resource consent to extend the life of Green Island Landfill. One of the critical parts of the Green Island Landfill infrastructure is the gas extraction system. Landfill gas (LFG) generated by Green Island Landfill is collected by a series of gas wells and conveyed to a generator which uses the LFG as fuel to generate electricity. We seek to partner with a suitably qualified and experienced consultant to provide design and construction monitoring services for the expansion of the LFG system until closure of Green Island Landfill. We also require the consultant to prepare and submit the annual unique emissions factor (UEF) applications to comply with the requirements of the Emissions Trading Scheme (ETS). We seek to partner with a Supplier for the long term with a contract of up to 7 years, subject to performance. We want a Supplier that is proactive, allocates staff resources efficiently, provides accurate data, meets deadlines and can demonstrate a dynamic approach to their work.",Awarded,,0,20250410 Dunedin City Council,28813714,Request for Proposals,Open Competition,"Green Island Landfill - new enclosed Landfill Gas (LFG) flare (design, install and maintain)",11157,20240215,20240403,20240625,,Sole Agency,No,,"The Dunedin City Councils (DCC) Waste Futures Programme includes implementing an improved kerbside recycling and waste collection service and the construction of a new landfill at Smooth Hill. In the interim, the DCC has applied for resource consent to extend the life of Green Island Landfill. Landfill gas (LFG) generated by Green Island Landfill is collected by a series of gas wells and conveyed to a generator which uses the LFG as fuel to generate electricity. A gas flare is used as an alternative as well as back-up to destroy the LFG. The landfill requires a new enclosed gas flare to ensure the conversion of gas to carbon dioxide is maximised, and relevant regulations are complied with. We require a design, install and maintain (annual inspection) solution. The Supplier must have the capacity and capability to complete installation by 25 October 2024. We want to partner with a Supplier that stands behind their product and can demonstrate they can provide a quality complete solution that meets our specifications. A 12-month defects period is required and warranties for periods greater than 12 months is desirable. Relevant experience is vital along with evidence of a robust supply chain for parts. We seek to partner with a Supplier that is proactive, responsive and has a service agent based in Australia and/or New Zealand.",Awarded,,0,20250410 Dunedin City Council,28856870,Request for Tenders,Open Competition,"Yard replacement 37 Treffers Road, Christchurch",11187,20240227,20240326,20240426,,Sole Agency,No,,"The Dunedin City Council (DCC) owns an industrial property at 37 Treffers Road in Christchurch. The tenanted Industrial property has a total yard area (including accessway) of 2,122.50 sqm. This yard is 40 years old and has been repaired in various areas but has now broken down to a point where a full replacement is required. The project involves resurfacing the accessway and main yard along with a replacing the drainage channel. Completing the work on time is critical for this project. We seek to partner with a Contractor that has the resources in place from day one to ensure the works are completed 31 May 2024. We seek to partner with a Contractor that can demonstrate robust stakeholder management as communication with the affected tenant must be timely and proactive. We want the work delivered quickly, safely and to a high standard.",Awarded,,0,20250410 Dunedin City Council,29067176,Request for Proposals,Open Competition,Health and Safety (H&S) Auditor Panel,11185,20240321,20240430,20240719,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to establish an independent panel of external health and safety (H&S) auditors to provide expert advice on the health and safety management of projects and contracts that include critical and high H&S risks. The independent auditors will be auditing physical works contracts and be required to conduct comprehensive audits of the H&S plan and site inspections. It is envisaged that two four H&S auditors will be appointed to the panel and the work awarded via rotation or experience in the associated risks. The proposed contract term for the panel is a maximum of 5 years subject to performance. An auditor does not need to be based in Dunedin but the majority of contracts for DCC is for services provided within the Dunedin City boundary. The DCC also owns buildings in Christchurch, Porirua, and Auckland, and from time to time an auditor may be required for a DCC project in those cities. The DCC is seeking to partner with professional H&S audit services providers who will work alongside the DCC staff and Contractors. We are seeking organisations that have: - The experience, capability and capacity to deliver the DCCs audit needs. A desire to work with the DCC for the long-term. A commitment to providing the best value for money services. A pro-active partnering approach. Commitment to sustainability and emissions reductions.",Awarded,,0,20250410 Dunedin City Council,29071836,Request for Proposals,Open Competition,Micromobility (e-scooter) Operator Permit to Operate in Dunedin,,20240321,20240509,20240530,,Sole Agency,No,,"Since 2021, rental share scheme operators (operators) have required a permit to operate in Dunedin under the Trading in Public Places Bylaw (the Bylaw). The current permit is due to expire on 30 June 2024. The Dunedin City Council (DCC) wants to partner with one micromobility (e-scooter) rental scheme operator to provide a safe, efficient and sustainable e-scooter rental scheme for Dunedin from 1 July 2024. Interested operators will not be able to operate in Dunedin without the required permit. This is your opportunity to obtain a permit to comply with the Bylaw and operate as the sole provider of an e-scooter rental scheme in Dunedin. Note: Respondents need to take note of the page limit requirement for this RFP. Instructions are included in the Response Form.",Awarded,,0,20250410 Dunedin City Council,29241437,Request for Proposals,Open Competition,Property Services Grounds Maintenance,11197,20240418,20240527,20240806,,Sole Agency,No,,"The Dunedin City Council (DCC) Property Services Group is seeking delivery of Grounds Maintenance Services for a range of sites, primarily the Community Housing Portfolio as well as a limited number of Community, Investment and Holding Property sites. We want to partner with a supplier who is experienced in the grounds maintenance space, and who will deliver the services to a good standard. The supplier must also be sensitive to the operating requirements of the tenants who occupy the sites, as well as the specific requirements of the sites themselves. The works include but are not limited to scheduled grass cutting, maintaining gardens, hedges and shrubbery, weed control and some hard surface cleaning, The successful tenderer will be required to report any repairs or defects that are identified while carrying out the required work, and at times may be called upon to carry out reactive grounds maintenance work. Pre-condition: The supplier must have a local operational base and resources to deliver these works. Contract Term: Five (5) years, plus extension options.",Awarded,,0,20250410 Dunedin City Council,29249759,Request for Tenders,Open Competition,Basketball Court and Skateboarding Surface Installation,Contract 11219,20240419,20240517,20240709,,Sole Agency,No,,"The Dunedin City Council (DCC) organise and oversee the maintenance, improvement, and upgrade of all the parks and reserves within the wider Dunedin area. We want to partner with a supplier that can deliver the new concrete basketball courts and skate surface installations to a high standard in a safe and sustainable way, ensuring proper placement and longevity of the play surfaces. This procurement also includes the installation of DCC supplied Basketball Hoops and curbs, flatrails, ledges, miniramps and other trick obstacles on the skate boarding surfaces as directed by DCC staff.",Awarded,,0,20250410 Dunedin City Council,29516628,Request for Tenders,Open Competition,Green Island Landfill - leachate drainage and earthworks,11241,20240607,20240716,20240905,,Sole Agency,No,,"The Dunedin City Councils (DCC) Waste Futures Programme includes implementing an improved kerbside recycling and waste collection service and the construction of a new landfill at Smooth Hill. In the interim, the DCC has applied for resource consent to extend the life of Green Island Landfill. Based on current waste disposal rates, it is likely that Green Island Landfill can continue to accept waste until the end of 2029. One of the critical parts of the Landfill infrastructure is the drainage system to manage leachate. Between 2021 and 2023 leachate drainage infrastructure were installed centrally and in the northwest sectors of Green Island Landfill. Additional drainage work and earthworks are required now to prepare the western sector to receive additional waste. We want to partner with an experienced contractor who has key staff that will be proactive with their communication and keep our landfill operator well informed and updated. Delivery on time is important, we want this work completed within 3 months and we seek to partner with a contractor who has the resources and expertise to get this work done quickly while completing it to a high standard of quality. A site visit is scheduled for this tender. Registrations for this site visit are required. Refer to the RFT documentation for details. Note: Respondents need to be aware of the page limit requirement for this RFP. Instructions are included in the Response Form.",Awarded,,0,20250410 Dunedin City Council,29599583,Request for Proposals,Open Competition,Archives Shelving,11325,20240617,20240717,20240819,,Sole Agency,No,,"The Dunedin City Council (DCC) Archive, located in the basement of the Civic Centre, is undertaking a storage area shelving upgrade. As part of this project we are replacing existing shelving in one Archives storage area with static and compactor shelving and adding additional long-span static shelving and plan cabinets to a second storage area. The shelving and plan cabinets must be installed in two stages once other related construction work has been completed in each of the two storage areas. The dates for installation are: Stage 1 (Strongroom) by 31 October 2024 Stage 2 (Main Room) by 20 December 2024 We require a supplier that has proven experience with shelving archives and/or museum storage areas. Meeting deadlines is essential for this project, and we seek to partner with a supplier that will make this happen. The supplier will work closely with our Archives Project Manager. A site visit is scheduled for this tender. Registrations for this site visit are required. Refer to the RFP documentation for details.",Awarded,,0,20250410 Dunedin City Council,29601569,Request for Proposals,Open Competition,Cemetery Interment & Cremation Services,11208,20240614,20240718,20241202,,Sole Agency,No,50 The Octagon,"The Dunedin City Council (DCC) administer 20 cemeteries and one crematorium within the wider Dunedin City area. We want to partner with an experienced supplier long-term to provide Interment/disinterment and Cremation services in a planned and structured way to ensure 100% accuracy of record keeping, while making sure that all burials and cremations are handled in a proficient and dignified manner. We want to partner with an experienced and compassionate supplier that can deliver interments and any disinterment to a high standard in a considerate, safe and sustainable way, ensuring proper placement. The supplier and key staff must be experienced and able to demonstrate previous interment contracts of similar term. The successful supplier and their staff working within DCC cemeteries are required to be respectful and considerate to mourners and visitors to the cemetery. We expect staff to be passionate about both our cemetery grounds, plant and machinery required to complete the required services and to ensure that all legislation relating to interments and local government practices and procedures are clearly understood and followed.",Awarded,,0,20250410 Dunedin City Council,29640661,Request for Tenders,Open Competition,"Artificial Hockey Turfs Replacement - Alexander McMillan Hockey Centre, Dunedin",11340,20240621,20240723,20241111,,Sole Agency,No,,"The Dunedin City Council (DCC) has recently resolved to take over the ownership of two artificial hockey turfs located at Alexander McMillan Hockey Centre in Logan Park, Dunedin. The two hockey turfs have reached the end of their useful lives and require replacement to ensure continued availability of the turfs for our communities. Replacement of the turfs also creates an opportunity to align the specifications with Hockey New Zealand to ensure that the facility is suitable for Tier 1 national level tournaments. The DCC wants to partner with an experienced supplier to supply and install the two new artificial hockey turfs, assist with the disposal of the existing turf, and undertake the design and construction work required to adjust the boundary fence closest to the pavilion to square up the pitch, and adjust the backdrop netting on the pitch as required. Whats most important: > It is essential that the new turfs meet the specifications set by DCC, Hockey New Zealand and the International Hockey Federation (FIH) to ensure useability of the facility. > We want the turfs to be durable to ensure longevity of the asset and are designed to be suitable for the weather conditions experienced for an outdoor artificial turf in Dunedin, New Zealand. > It is important to us that the existing surfaces are disposed of sustainably. We want to ensure that if the existing turfs are able to be re-used by the community. > We want to ensure that at least one playing surface is available on Sunday 10 November 2024 to allow Otago Hockey Association to host a Premier Hockey Tournament event. > We want to ensure that all works are complete prior to the start of the Hockey Season, in March 2025.",Awarded,,0,20250410 Dunedin City Council,29666273,Request for Tenders,Open Competition,Bridge Structural Component Replacement 2024/25,11212,20240627,20240806,20240917,,Sole Agency,No,,"The Dunedin City Council (DCC) is seeking to partner with a Contractor possessing the relevant experience to carry out essential repair and replacement works on bridges within the wider Dunedin City boundary. This is an opportunity for an experienced contractor to undertake repairs and structural component replacement including earthworks and civil works within the wet bed of Dunedin rivers and within the road carriageway. It is important for us that we work with a Contractor experienced in completing bridge renewal and maintenance work including abutment and wingwall extensions, abutment strengthening as well as in-stream concrete work. We want to partner with a Contractor who has a vested interest in our city, can build good relationships with our stakeholders and who have a track record of delivering positive outcomes.",Awarded,,0,20250410 Dunedin City Council,29798907,Request for Tenders,Open Competition,Retaining Wall Construction 2024/25,11238,20240719,20240821,20241015,,Sole Agency,No,,"The Dunedin City Council (DCC) owns and maintains retaining walls as part of the Citys transport network. The DCC Transport Network Team have identified two poor condition retaining wall structures. To address road user and pedestrian safety the following sites have been prioritised in 2024/25 for this retaining wall contract: Brown Street - failing retaining wall above lower carriageway also supporting private property above. Sidey Street - failing retaining wall supporting higher footpath and carriageway above. The DCC seeks to partner with a Contractor experienced in retaining wall construction including working at heights and ground anchor installation. It is important to us that we work with a Contractor who has experienced staff with a track record of reducing costs and/or improving the outcomes of a project for a client. We expect the Contractor to show proactive communication and raise any technical issues with the DCC Point of Contact in a timely manner. This includes early communication when there may be any potential cost implications for the DCC. This project must be completed by 31 May 2025.",Awarded,,0,20250410 Dunedin City Council,30064186,Request for Proposals,Closed Competition,Town Hall Structural Assessment and Strengthening Scheme,11446,20240827,20241101,20250109,,Sole Agency,No,,"The Dunedin City Council (DCC) via the Long-Term Engineering Support Panel is completing a secondary procurement process to engage a suitably experienced consultant to complete a Structural Assessment and Strengthening Scheme for the Dunedin Town Hall. Suppliers must note, dates have been nominated for an Interactive and Site Visit (separate dates). Register with hamish.black@dcc.govt.nz",Awarded,,0,20250410 Dunedin City Council,30330874,Request for Proposals,Open Competition,3 Waters SCADA Services,11430,20241017,20241115,20250131,,Sole Agency,No,,"The Dunedin City Council (DCC) 3 Waters department operates a Supervisory, Control and Data Acquisition (SCADA) system to provide local and remote monitoring of our treatment plant assets, along with data collection for operational and compliance purposes. The system has evolved over a number of years and while serviceable there are significant opportunities for improvement. We are seeking to partner with an experienced automation provider who has experience working with local government to maintain, review and improve our SCADA system to ensure it remains fit for purpose and resilient. Were interested in a supplier lead effort - standardising the look, feel and engineering of the SCADA system across 3 Waters. You will be able to demonstrate previous work with local government entities modernising legacy systems. You will be familiar with both hardware and software aspects of SCADA development, with the ability to review and develop networking arrangements with a particular focus on security. This contract provides the opportunity to partner with us for the long term with a maximum contract term of up to 9.5 years subject to performance.",Awarded,,0,20250410 Dunedin City Council,30433329,Request for Proposals,Open Competition,"Building Warrant of Fitness, HVAC and Compliance Services",11193,20241017,20241206,20250305,,Sole Agency,No,,"The Dunedin City Council (DCC) Property Services Team are looking to procure Building Warrant of Fitness, HVAC & Compliance Services for 40 DCC owned buildings. We are seeking suppliers to join us in managing the Building Compliance of 40 Dunedin City Council buildings. The opportunity involves providing management and coordination of our Building Warrants of Fitness (BWoF) and Mechanical Ventilation and ensuring that our compliance schedules are up-to-date and comprehensive. We are also seeking suppliers who can assist us in advancing our asset management processes by collecting asset data. We aim to collaborate with one to two suppliers who can deliver cost-effective, high-quality services to our community. We are particularly interested in working with innovative suppliers who will help us ensure that asset information is collected and maintained accurately and efficiently. Pre-condition: The supplier must have a local operational base and resources to deliver these works. Contract Term: Three (3) years, plus extension options.",Awarded,,0,20250410 Dunedin City Council,30497049,Request for Proposals,Open Competition,"Wastewater Treatment Plant UV System - Technical Support, Servicing and Parts Supply",11195,20241031,20241128,20250401,,Sole Agency,No,,"An Ultraviolet (UV) system is used at Dunedin City Council's (DCC) Tahuna Wastewater Treatment Plants (WWTP) for disinfection of treated wastewater effluent. The supplier of the UV disinfection system installed is Trojan Technologies (Trojan) and the DCC seeks to partner with a supplier of Trojan parts that can also provide ongoing servicing and technical support. The current UV3000 plus system was installed approximately 12 years ago. Historically, the DCC has only required the supply of UV parts with minimal technical support, when needed. In order to better maximise the lifespan of the UV lamps and system components the DCC is seeking to establish a long-term contract that will include: Supply of genuine Trojan manufactured UV3+ parts. Management of part warranties. Remote technical support. In person training installation (electrical and mechanical). Major servicing with recommended maintenance plan and quarterly checks. UV Bank renewals (Programme to be agreed, subject to cost/budget). Holding of critical stock within New Zealand. This contract provides the opportunity to partner with us for the long term with a maximum contract term of up to 7 years, subject to performance. To tender for this contract opportunity respondents must provide evidence they are a Municipal Channel Partner of Trojan Technologies for supply of UV parts OR provide a written statement from Trojan Technologies confirming supply.",Awarded,,0,20250410 Dunedin City Council,30511958,Request for Tenders,Open Competition,Main Switchboard Replacements - Civic Centre & Dunedin Public Library,11204,20241115,20241213,20250319,,Sole Agency,No,,"This RFT is a reissue of Rfx 29924708, which was cancelled as redesign work was required. This work has now been completed and included in the tender documents. Dunedin City Council are seeking to partner with a suitably qualified, capable, and experience main electrical contractor to supply and install replacement Main Switchboards (MSB) for the Civic Centre and Dunedin Public Library. The MSBs were installed as part of the original construction of the buildings, and they have now reached the end of their serviceable life. We seek submissions from suitably qualified and experienced Main contractors to supply, install, commission, and arrange compliance verification for the proposed replacement Main Switchboards. The successful respondent will demonstrate the skills and ability to successfully deliver all aspects of the proposed replacement, including the procurement of all products, materials, and subcontractors to successfully execute the complete work package. A site visit is scheduled for this tender. Refer to the Request for Tender (RFT) for details.",Awarded,,0,20250410 Dunedin City Council,30544366,Request for Proposals,Open Competition,License Plate Recognition (LPR) Parking Enforcement,11457,20241101,20241129,20250404,,Sole Agency,No,,"Dunedin City Council (DCC) are looking to introduce Licence Plate Recognition (LPR) parking enforcement technology to improve parking accessibility as part of the Transport Strategy. We are looking to procure a cost-effective LPR system that can be used to undertake parking enforcement within Dunedin, mounted on vehicles and integrated with handheld enforcement devices. Alongside the camera equipment, a suitable infringement issuing and reporting system needs to be in place. The intention with implementing an LPR system, compatible with vehicle-based enforcement, is to provide efficiencies when managing the enforcement process for officers, to ensure the road functions as intended and parking controls are managed appropriately. Suppliers must have an NZ based operations team, who will manage ongoing service levels and have a track record of providing parking infringement and enforcement solutions for Councils or Road Controlling Authorities in NZ.",Awarded,,0,20250410 Dunedin City Council,30679907,Request for Proposals,Closed Competition,Otepoti Pathways Masterplan,11545,20241120,20241213,20250120,,Sole Agency,No,,"The Dunedin City Council (DCC) is looking for support to finalise its draft strategic walking and cycling network masterplan. The work is 75% complete but needs further work to produce an easy-to-understand map and summary report which can be used for public engagement. The Masterplan is the public facing version of an existing draft Programme Business Case. This is an invited competitive process under the DCC Long Term Technical, Engineering and Specialist Support LTES Panel. This procurement process is using a purchased nominated price.",Awarded,,0,20250410 Education New Zealand,21440622,Request for Proposals,Open Competition,Managed Compute Services,,20190819,20190916,20191119,,Sole Agency,No,,"ENZ wishes to replace its current IaaS and Managed Services arrangement with a solution that better aligns with ENZ today, placing greater emphasis on consistency and reliability of server & network provision and management, ideally moving ENZ to a pure cloud-based solution. For convenience, ENZ are calling this Managed Compute Services (MCS). The MCS solution will be used to support ENZ to achieve its objectives by: supporting the effective operation of the ENZ IT environment providing an effective means of managing and reporting on the IT environment minimising the amount of time spent by ENZ staff on managing and maintaining IT infrastructure provision reducing the cost of providing IT infrastructure and services to the organisation ENZ is looking for a solution that will: Allow ENZ applications to perform at the required level Be resilient and reliable Increase and improve system availability and performance for staff Provide greater visibility to ENZ management of the effectiveness of the ENZ IT operation Lower operational IT costs",Awarded,,0,20250410 Education New Zealand,24223041,Request for Proposals,Open Competition,Digital Property (Website)Hosting Services,,20210420,20210510,20210819,,Sole Agency,No,,"What we need Education New Zealand (ENZ) is a crown entity, taking the lead in marketing New Zealands education industry around the world. This Request for Proposal is for vendors wishing to tender to supply website hosting services to meet ENZ needs in this area. It identifies the scope, type and nature of this solution and requests information on the Vendors capability, procedures and reference sites. What we dont want ENZ does not wish to receive responses relating to any other aspects of IT beyond those requested in this RFP. Whats important to us ENZ wishes to update its current digital property (website) hosting services arrangement with a solution that aligns with where the ENZ Digital environment is today and where it is heading tomorrow. While cost is important to us, we also place emphasis on the consistent and reliable delivery of hosting environment provision and management. Why should you bid? ENZ is looking to revise where and how it provisions the various digital properties (websites) it has. We are looking for a partner with the skills and expertise to help us move from where we are today to where we want to be. A bit about us International education delivers social and cultural and economic benefits for New Zealand. To support the growth of international education, ENZ promotes New Zealand as a study destination for international students and supports the delivery of education services offshore. It also administers scholarships to help New Zealanders study overseas.",Awarded,,0,20250410 Education New Zealand,24271668,Request for Proposals,Closed Competition,Qualitative Research for International Students: Transition from Secondary to Tertiary,,20210505,20210521,20210701,,Sole Agency,No,,"Education New Zealand Manapou ki te Ao (ENZ) is seeking a research agency to design and undertake qualitative research and analysis to inform the development of our international student long-term retention strategy. What we need ENZ has recently undertaken quantitative research regarding transition rates from secondary school to tertiary study. We now require comprehensive qualitative research to further enhance our understanding of student preferences and motivations in relation to longer term study within New Zealand. This is intended to inform the development of the Long-Term Retention Strategy including our potential regional and sector-based projects, promotion and recruitment activities. The research also has the potential to inform other ENZ workstreams. Whats important to us The International Education Strategy 2018-2030 (NZIES) aims to create an environment where international education can thrive and deliver economic, social and cultural benefits for New Zealand. It builds on New Zealands quality education system and focuses on delivering good outcomes for international students, domestic students and New Zealand international education providers. ENZ is committed to working in partnership with a suitable research agency and using robust research and market intelligence to assist in achieving the following specific strategic goals from the NZIES: International students undertaking pathways to a higher level of study - Double the uptake of education pathways by 2030 International students studying in the regions - An increasing proportion of value coming from the regions by 2030",Awarded,,0,20250410 Education New Zealand,26395421,Request for Proposals,Open Competition,ENZ International Student Experience Survey 2022/23 and outyears to 2025,26395421,20220930,20221102,20230213,,Sole Agency,No,,"Education?New?Zealand?Manapou?ki?te?Ao?(ENZ)?under the International Education Strategy 2022 2030 is responsible for continuing research on the quality of the experience international students have when studying with New Zealand. Since 2019, ENZ has commissioned two surveys (2019 and 2021) that have been used to understand the experience of international students enrolled with New Zealand (NZ) education providers. The surveys used an online methodology and took approximately 18 minutes to complete. Students were surveyed across the whole student journey (those who have just arrived through to those who recently graduated), and across all education sub-sectors (schools, universities, English language schools, Private Training Establishments and Institutes of Technology and Polytechnics (Te Pukenga). In 2019, there were approximately 8000 respondents. In 2021 the survey was repeated with a smaller sample size of 4831 respondents (reflecting COVID-19 impacts). ENZ is seeking to appoint a research provider who will be responsible for conducting the 2023 survey in the first quarter of 2023, with an annual right of renewal subject to satisfactory performance, for a further two surveys out to 2025. This will include finalising the research design and questionnaire, and collecting, analysing, and reporting on findings. We are looking for a provider who has the capability, experience, and infrastructure to deliver an online international student experience survey that meets our needs. The supplier needs to have a good track record in the management and implementation of large surveys (including recruitment), and ideally have a good working relationship with Immigration NZ and or key peak bodies representative of the New Zealand international education provider sector. Key bodies include NZ Universities, Te Pukenga, and other sector peak bodies who facilitate participation by students from their sector, notably the Schools International Education Business Association (SIEBA) and English New Zealand. These relationships are critical to recruitment of respondents and to help in understanding and responding to their information needs. In addition, the Buyer is interested in a supplier who may be able to provide an international comparison of student experience on key metrics in one or more of the following key competitor countries: Australia (or Australian states), Ireland, Singapore, Canada and the United Kingdom. Innovative solutions will be welcomed.",Awarded,"The contract was awarded to Nielsen IQ, with a total value of $131,000 (excl. GST), for 2022/23. Contract includes annual right of renewal for two years subject to satisfactory annual performance review. All unsuccessful respondents were offered a debrief.",131000,20250410 Education New Zealand,27840649,Request for Proposals,Closed Competition,2024-2026 RFP Professional Conference Organiser,,20230808,20230915,20231103,,Sole Agency,No,,"Education New Zealand Manapou ki te Ao (ENZ) is New Zealands government agency for building international education. We promote New Zealand as a study destination and support the delivery of education services offshore. ENZ is looking for a Professional Conference Organiser (PCO) to assist us in the planning and organisation of the New Zealand International Education Conference Ki Tua (NZIEC KI TUA) in 2024, 2025 and 2026. The conference is held in different locations in Aotearoa New Zealand each year. We are looking for a PCO with a proven track record organising large conferences and that can partner with ENZ, embrace our Nga Manapou (values) and showcase New Zealand international education.",Awarded,,0,20250410 Education New Zealand,27891589,Request for Proposals,Open Competition,NZ Education Global Brand Awareness and Decision-Making Survey and Research for 2024 and outyears to 2026,27806777,20230815,20230915,20231023,,All of Government,No,,"What we need. Education NZ Manapou ki te Ao wishes to procure expert research capability and capacity to work with ENZ to develop and deliver an international NZ education global brand awareness and student / parent decision-making survey, and an associated research programme for the 2024 and two outyears to 2026 subject to an annual satisfactory performance review. Whats important to us? We are looking for a provider who has the capability, experience, and infrastructure to deliver an online global brand awareness and student decision-making survey that meets our needs, and to positively and proactively work with us to develop innovative ideas to link up other research activities and develop a programme of research. We need survey design advice, full survey methods documentation, pilot testing of a draft question modules as appropriate, transparency over the recruitment process including incidence response rates, statistical analysis support including statistical significance testing, component factor analysis as part of evolving the design of the survey, and the generation of size effects analysis that translates the percent proportions into estimates of actual population numbers. We expect a written report of the results as well as a summary PowerPoint, and advice on the design of results reporting using Tableau tailored for the New Zealand international education segments and ENZ international staff working in source countries. Supply of full dataset of individual level results including weights, and data tables setting out the statistical analysis will be required. Ideally, the potential provider should be able to undertake qualitative research to support the quantitative survey programme as part of a wider research programme. We are looking to have an active and positive relationship with the provider. Ideally the supplier will have knowledge of international education or the international marketing of NZ as a brand. We are open to innovative approaches to delivering the services focussed on making efficiency and effectiveness gains and added value insights. We are looking for a provider who could provide ideas about how to leverage other research opportunities and activities being undertaken in ENZ or that could arise, to generate cost effective extra value. Why should you bid? The procurement offers the opportunity for the annual supply of expert online market research of for up to three years for the period 2024-2026.",Awarded,ENZ thanks everyone for their proposals. Confidential feedback has been offered to respondents.,0,20250410 Education New Zealand,29172218,Request for Proposals,Open Competition,Modern Workplace,,20240408,20240506,20240620,,Sole Agency,No,,"This Request for Proposal is for vendors wishing to tender to supply a Managed Workplace support solution to meet ENZ needs in this area. It identifies the scope, type and nature of this solution and requests information on the Vendors capability, procedures and reference sites. ENZs current vendor provides the majority of services for their computing environment, including service and environment management. With the upcoming expiry of the current arrangement, ENZ wishes to approach the market to ensure they have the correct solution and supplier for the organisation at this time and for the foreseeable future. ENZ refers to this solution as Managed Workplace support.",Awarded,,0,20250410 Education New Zealand,30053709,Request for Proposals,Open Competition,Scholarship Management Solution,,20240826,20241007,20250402,,Sole Agency,No,,"Education New Zealand Manapou ki te Ao (ENZ) is a Crown Agent under Schedule 1 of the Crown Entities Act. ENZ is the New Zealand Government's international education business development agency, with approximately 100?employees in 18?locations across 13?countries. ENZ has a unique and significant role to play in helping Aotearoa New Zealand realise the social, cultural, and economic benefits of international education. Our dedicated focus on international education brings the New Zealand Governments goals for international education to life, bringing benefits to New Zealanders and international learners.? As such we promote New Zealand as a study destination and support the delivery of education services offshore. We also administer scholarships to support New Zealanders studying overseas, particularly in Asia and Latin America. In November 2022 the Ministry of Foreign Affairs and Trade l Manatu Aorere (MFAT) entered into a partnership with ENZ, for the operational delivery of the Manaaki New Zealand Scholarship Programme (MNZSP). In one form or another, MFAT has been running a scholarship programme open to developing country partners for more than seventy years. The Programme is made up of several scholarship schemes, however, the technology platform currently used only caters for one of these scholarship schemes and doesnt support the end-to-end scholarship stages. ENZ has embarked on a programme of improvement to move MNZSP into the future. The future state will involve the management of scholarship providers through a Tiered Partnership model: a graduated environment that focuses on achieving stated outcomes and empowered decision making that will involve ENZ supporting provider capability across the key areas of: Decision making; Funding; Policy parameters / Business rules; Contracting services. ENZ is now in a position to undertake the technology improvement program to improve processes and efficiency and support MNZSP into the future. Therefore, we want to identify an existing, off-the-shelf, cloud-based SaaS solution to manage scholarships and alumni, that can support the Tiered Partnership Model and the management of Manaaki Scholarships across all of the scholarship stages.",Awarded,,0,20250410 Electoral Commission,7505315,Request for Proposals,Open Competition,Membership of a Supplier Panel of Print Services and Deliverables,EC/26 - GETS 36909,20141217,20150131,20221005,,Sole Agency,No,"Electoral Commission, PO Box 3220, 34-42 Manners Street, Wellington 6140 - note the original tender documentation states Whitmore Street. The Commission is currently situated in Manners Street.","The Electoral Commission is an independent Crown Entity with responsibility for the delivery of parliamentary elections and referenda. In 2012 (and continuing thereafter) the Commission sought applicants who wished to join the Commissions Supplier Panel for the supply of a wide range of printed paper product services. The Commission is now seeking to clarify that the printing of electoral rolls and habitation indexes will also be managed under the Print Panel arrangements. Current Members of the Print Panel are not required to respond to this updated RFP information as they will be contacted individually by the Commission.",Not Awarded,,0,20250410 Electoral Commission,17122190,Request for Proposals,Open Competition,Film Production Services,EC/35,20160118,20160315,20221005,,Sole Agency,No,"Level 10, Sovereign House, 34-42 Manners Street, Wellington","The Electoral Commission (the Commission) is seeking one or more Suppliers to provide film services. The Commission uses film across a broad range of topics and audiences, including Training, Recruitment and Outreach, primarily for general elections, by-elections and referenda. The responses to this RFP process will be used to select one or more preferred Respondents, as a basis for negotiation. Respondents are expected to make proposals for appropriate delivery methods based on their expert assessment of best practice. This RFP does not give a detailed specification of the manner in which the Deliverables are to be provided, as Statements of Work are produced for each film clip or filming project. NB : A word version of the Response Form is attached within the Addenda of this RFP.",Not Awarded,,0,20250410 Electoral Commission,22285456,Request for Quotations,Open Competition,EC Enrolment & Community Engagement Collateral,,20200212,20200225,20200603,,Sole Agency,No,,"Background The Electoral Commission is an independent Crown entity responsible for the administration of parliamentary elections and referenda, the allocation of time and money for the broadcast of election programmes, conduct of the Maori Electoral Option, servicing the work of the Representation Commission, the provision of advice, reports and public education on electoral matters, and electoral enrolment services for both parliamentary and local elections. The Enrolment and Community Engagement team of the Electoral Commission undertakes significant procurement in relation to its business as usual and event-based service delivery activities. We are seeking a sole supplier of selected collateral essential for Enrolment and Community Engagement delivery. This collateral includes apparel, give-a-ways and may include display assets. Whats important to us o The supplier must be able to supply a wide range of apparel such as Polo shirts; T-shirts, beanies and jackets; o The supplier must also be able to supply items for Community Engagement collateral, such as giveaways and activations that serve to attract people to our stalls where we can initiate conversations. Current examples of giveaways included jellybeans; drink bottles; yoyos; balloons; pens; and fans.; o The supplier must be able to work with BlueStar Works to have items stored, along with an automated ordering and delivery process; and o The supplier must be able to minimise the potential, and actual environmental damage from the goods supplied over the whole of life of the contract o If possible, the supplier is also able to supply display equipment such as Quickscreens and podiums. These items are somewhat specialist and may not be able to be provided by the same supplier. What we dont want This will not include printed materials, storage and/or stationery.",Awarded,,0,20250410 Electoral Commission,22423090,Request for Quotations,Open Competition,Electoral Commission Security Vests,,20200311,20200326,20200514,,Sole Agency,No,,"The Electoral Commission is seeking a solution that will provide 30,000 custom manufactured hi viz security vests to support the 2020 General Election. A key consideration is the ability of suppliers to meet stringent delivery requirements around mid May 2020.",Awarded,,0,20250410 Electoral Commission,22510029,Request for Proposals,Open Competition,Electoral Commission Security Guards for General Election 2020,,20200407,20200506,20200708,,Sole Agency,No,,"What we need This proposed procurement will seek proposals for suitably qualified suppliers as to the options available for the Commission to ensure that the following high level requirements to be met:: All used and unused (with an emphasis on used) voting papers are properly secured throughout the voting process and until the official count is announced. The public and voting place staff remain safe and able to carry out the voting delivery functions free of interference and disruption. That all staff involved in the count of advance votes remain in a secure designated counting area until 7pm on election day. What we dont want Blanket coverage is not required for each tranche of work. Each Returning Officer will make specific assessments of security guard requirements as they select voting places and implement their site security plans. Numbers will vary by electorate. Whats important to us The Electoral Commission must deliver the General election on the 19 September. Therefore the Electoral Commission seeks suppliers with strong track records for meeting delivery timeframes, often with short lead times. Why should you bid? It is a unique opportunity to be able to facilitate a safe and secure National event of this significance. Democracy matters. It means all New Zealanders get an equal say on those making decisions on our behalf. A healthy democracy, in which everyones voice is heard and represented, is a quintessential public good. We want New Zealanders to understand their electoral system, to have confidence in our administration of their electoral laws, to find enrolling and voting easy, and to value and exercise their right to vote. A bit about us The Electoral Commission is an independent Crown entity with responsibility for the delivery of parliamentary elections and referenda.",Awarded,,0,20250410 Electoral Commission,22605409,Request for Proposals,Open Competition,Secure Overnight Storage for GE 2020,,20200505,20200528,20200720,,Sole Agency,No,,"What we need This proposed procurement will seeks proposals from suitably qualified suppliers to provide ISO Containers for the purpose of securing voting materials in these identified Advance Voting Place (AVPs), over the two-week period of advance voting in order to secure voting materials appropriately. What we dont want We dont want to purchase the containers Whats important to us The Electoral Commission must deliver the General election on the 19 September. Therefore the Electoral Commission seeks suppliers with strong track records for meeting delivery time frames, often with short lead times. Why should you bid? It is a unique opportunity to be able to facilitate a safe and secure National event of this significance. Democracy matters. It means all New Zealanders get an equal say on those making decisions on our behalf. A healthy democracy, in which everyones voice is heard and represented, is a quintessential public good. We want New Zealanders to understand their electoral system, to have confidence in our administration of their electoral laws, to find enrolling and voting easy, and to value and exercise their right to vote. A bit about us The Electoral Commission is an independent Crown entity with responsibility for the delivery and integrity of parliamentary elections and referenda.",Awarded,,0,20250410 Electoral Commission,24750130,Request for Proposals,Open Competition,Print Advisory Services,,20210901,20210924,20220526,,Sole Agency,No,,"The Electoral Commissions current contract for print advisory services expires in March 2022 and we are seeking proposals from suitably qualified and experienced print advisors for the next contract period, commencing in November 2021. The Commissions printing requirements vary from relatively simple to complex jobs and include offset, digital and finishing services. The role is somewhat simplified due to access to the Commissions own print supply panel which produces most of the items required, however, from time to time there is a requirement to source printing or specialist items from non-panel suppliers. The print advisor therefore must have extensive print knowledge and the demonstrated ability to source and manage the range and volume of material required. The nature of the general election events will require the print advisor to be available at short notice and at times, for long hours. While non-general election years are considered business as usual, and do not require the same resources or effort, the Commission is responsible for managing any by-elections and referenda which can happen at relatively short notice and will require the print advisor to respond to printing needs for those events. The hours are not predictable or fixed. A full description of services and indicative products and specifications are included in this RFP.",Not Awarded,This tender has been cancelled effective May 2022 and no contract will be awarded. The print advisor services will be re-tendered after the next general election.,0,20250410 Electoral Commission,29315102,Request for Proposals,Open Competition,Totara Learn Support and Licensing Partner,10157,20240501,20240527,20240626,,Sole Agency,No,,"The Electoral Commission (Commission) is seeking a support partner with expert capability and capacity in learning management system, Totara Learn. The Commission is looking for a supplier who provides full services for Totara Learn and is a current certified partner of Totara Learning Systems (this is a pre-condition). Strong capability and experience of system configuration and training of site administrators, site managers and instructional designers is required. We need a supplier who has the infrastructure and capacity to support us in realising the full potential of Totara Learn and to ensure the user experience is positive, easy and meets users learning needs. To read more about this opportunity please subscribe to this notice and download the RFP. All questions must be submitted through GETS.",Awarded,"Following an open tender process, the Electoral Commission, at 34-42 Manners Street, Wellington, is pleased to confirm LearningWorks Limited of Hamilton, New Zealand has been awarded as support and licensing partner for the Commission's learning management system, Totara Learn. The agreement was signed on 21 November 2024 for an initial term of three years with the option to extend for a further period of three years. Lowest and highest offers for the initial three year term: $112,990 - $368,996.",0,20250410 Electoral Commission,29621991,Request for Proposals,Open Competition,Print and related services supplier panel,10199,20240619,20240718,20241231,,Sole Agency,No,,"The Commission requires production and delivery services of a wide range of printed and print-related products. The deliverables of the printed and related products are key to delivering successful general elections, events, and campaigns (including non-event times). We are seeking a panel of suppliers who are suitably experienced with the capability and capacity to be available to quote for jobs on a case-by-case basis via a secondary procurement process. Suppliers must have the experience and expertise to produce and deliver across New Zealand under tight timeframes, and to a high quality. We may also require site visits as part of the evaluation process. This panel of suppliers is a refresh of our existing print supplier panel that expires end of September 2024.This is not a request for specific jobs at this time. Example of the categories of services we are seeking: Ballot papers, books, cardboard items, envelopes, flags, flip charts, forms, labels, print and collation of manuals and packs, A5 to A1 posters, roll print (electoral roll, habitation roll, scannable roll), mailouts, with delivery to various locations in New Zealand. Please subscribe to this GETS notice to access the RFP and related documents. Please ask questions via the GETS Q&A function and please note that responses must also be submitted via GETS.",Awarded,"Following an open tender process, the Electoral Commission is pleased to confirm the following suppliers have been appointed to the Print and Related Services Supplier Panel. Blue Star Candida City Print Flagmakers Label & Litho Mega Fortris Opal Kiwi Packaging Prestige Print Soar Communications SCG Touchprint Charta (Visy Board) Agreements are for an initial term of three years with the option to extend for two additional terms of up to three years each.",0,20250410 Electoral Commission,30210563,Request for Proposals,Open Competition,RFP Payroll Solution,10204,20240917,20241016,20250311,,Sole Agency,No,,"Following on from the Request for Information earlier in the year, the Electoral Commission (the Commission) is now releasing a Request for Proposal seeking a cloud-based 'software as a solution' payroll solution from suppliers with technical excellence, proven capability with the New Zealand legislative environment, and with demonstrated success and experience with New Zealand clients. The Commission is seeking cost-effective proposals from suppliers with strong support and service, offering streamlined and efficient solutions to accommodate our core permanent workforce of approx.160, with scalability to increase to upwards of 400 for a fixed period during a parliamentary electoral event.   The successful solution will be an end-to-end service from a supplier who will take the lead on all implementation activities from design to go-live, as well as licensing and hosting, with a collaborative partnership approach to relationship management. While out of scope of this RFP, the Electoral Commission has a longer term goal to implement an HRIS solution to further improve capability in our People and Culture space. This means that the payroll solution must have integration capability. Shortlisted respondents will be invited to demonstrate their solution during November, and we anticipate implementation of the successful solution to begin in February 2025. Please subscribe to this notice to access the RFP and supporting documents. Questions are to be submitted through GETS.",Awarded,"The Electoral Commission, at 34-42 Manners Street, Wellington, is pleased to confirm that Datapay (Datacom), of Wellington, New Zealand has been awarded as our new payroll solution. The agreement was signed 11 March 2025 for an initial term of three years with the option to extend for two further terms of three years each. Average WOLC cost of offers received: $602,000",253000,20250410 Electricity Authority,623674,Request for Proposals,Open Competition,Specialist electricity industry professional services panel - Old GETS ref# 42876,,20140722,20140825,20200915,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Electricity Authority (Authority) is seeking proposals to establish a closed panel of electricity industry specialists (Panel) that the Authority can call upon to provide professional services in relation to its work programme. The Authority's objective in seeking to establish the Panel is to ensure that it has access to appropriately qualified and cost effective technical expertise in a timely manner. These professional services relate to developing the Electricity Industry Participation Code 2010 (Code) and market facilitation measures in the Wholesale and Retail markets, and specifically include: providing technical advice and assistance relating to the Code; analysing proposed Code amendments, including developing consultation papers, analysing submissions, and providing economic, technical, and modelling analysis; and helping to prepare and present briefings, draft papers and final reports to the Authority, industry stakeholders, and advisory and working groups",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email procurement@ea.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Electricity Authority,5226881,Request for Proposals,Open Competition,Extended reserve manager role,,20141014,20141119,20200915,,Sole Agency,No,n/a,"This request for proposal for the new role of extended reserve manager is issued by the Electricity Authority. The extended reserve manager will be a new market operations service provider, created as part of the new arrangements for extended reserve. The responsibilities of the extended reserve manager are to: 1. develop the methodology for selecting extended reserve 2. develop a tool for optimising the selection of assets to provide extended reserve 3. select assets to provide extended reserve, using the selection methodology and selection optimisation tool Key dates to consider for the proposal are: deadline for questions is 4pm, 7 November 2014 deadline for submission of proposals is 4pm, 19 November 2014",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email procurement@ea.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Electricity Authority,9987901,Request for Proposals,Open Competition,Market Operations Service Provider Tender,,20150317,20150525,20200915,,Sole Agency,No,"Electricity Authority, Level 7, 2 Hunter Street, Wellington 6143","The Electricity Authority (Authority) has issued this request for proposal for the following roles: WITS provider Pricing manager Reconciliation manager Clearing manager The Authority is looking to contract for one or more parties to undertake the MOSP roles on a fully outsourced basis. This comprises: performing the MOSP roles (the services) providing and operating the system(s) required to perform these roles. To provide the services, Respondents must be able to provide personnel with sufficient knowledge of the New Zealand electricity markets to be able to deliver the services. A proposal involving a consortium would be acceptable to the Authority Key dates to consider for the proposal are: release of RFP on 17 March 2015 supplier briefing session on 30 March 2015 deadline for questions in 4 pm on 4 May 2015 deadline for proposals is 4 pm on 25 May 2015. Questions to be asked via GETS, with answers responded to via GETS.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email procurement@ea.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Electricity Authority,10889643,Request for Proposals,Open Competition,Electricity Market Surveys 2015-2020,,20150413,20150508,20200915,,Sole Agency,No,"PO Box 10041, Wellington 6143, New Zealand","The Electricity Authority (Authority) is requesting proposals to select a Respondent to carry out the Authoritys survey work, which may include work in relation to the following key programmes (Key Programmes): Whats my number campaign hedge market competition, reliability and efficiency (CRE) aspirations strategic communications framework compliance awareness. Under this request for proposal (RFP) the Authority intends to enter into a contract with the Successful Respondent to undertake this survey work set out in Table 1 of Section 2 for the Key Programmes until 30 June 2020, with an option to renew of a further two years.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email procurement@ea.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Electricity Authority,13979560,Request for Proposals,Open Competition,Market Operations audit review services,,20150715,20150818,20200915,,Sole Agency,No,,"Under this Request for Proposal (RFP), the Electricity Authority (Authority) seeks Proposals for the provision of audit review services and other assistance in relation to audits carried out under Parts 10, 11 and 15 of the Electricity Industry Participation Code 2010 (Code). This assistance will include: reviewing audit reports we provide providing feedback regarding the auditor and audit report providing recommendations to us regarding decisions we should make and further actions we should take as a result of a review of an audit report carrying out any other audit-related services we require.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email procurement@ea.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Electricity Authority,17115718,Request for Proposals,Open Competition,Market Operations Service Provider - Registry Manager,,20160115,20160226,20200915,,Sole Agency,No,"Level 7, ASB Tower, 2 Hunter Street, Wellington, New Zealand","The purpose of this Request for Proposal (RFP) is to select a Respondent to perform the market operation service provider (MOSP) role of registry manager. The Electricity Authority (Authority) has provided the information within this RFP to assist Respondents to determine the best options to deliver the registry manager services. The Gas Industry Company (GIC) operates a registry system for the pipeline natural gas market that has many common features with the Authoritys registry. The Authority and the GIC have agreed to publish their respective RFPs at the same time via the Government Electronic Tenders Service (GETS), with the same close date of 26 February 2016 at 4 pm. The GIC tender documents are included in this GETS notice. Please ensure you follow the GIC instructions for responding to their tender. Questions submitted via GETS must identify whether they are for the Authority, or the GIC, or both. For questions relating only to this RFP, the Authority will publish its responses to those questions via GETS. If a question relates to both this RFP and the GIC's RFP, the Authority and the GIC will: provide a coordinated response to the Respondent via GETS provide every Respondent question and coordinated response to all Respondents (that is, to Respondents of only the Authority RFP, to Respondents of only the GIC RFP, and Respondents of both RFPs) via GETS. The Authority will refer questions that relate to the GIC's RFP to the GIC. The Authority will publish the GIC's response via GETS and provide all respondents to that RFP with each question and response. Key dates: RFP released: 15 January 2016 Deadline for questions: 4.00 pm 12 February 2016 Supplier briefing session: 28 January 2016 Deadline for Proposals: 4.00 pm 26 February 2016",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email procurement@ea.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Electricity Authority,23384011,Request for Quotations,Closed Competition,Employee Assistance Services,EA00002,20201002,20201016,20201201,,Sole Agency,No,,"This procurement is for delivery of Employee Assistance Services which aim to help employees deal with challenging situations that might impact their wellbeing. The Authority is seeking a Supplier who will be responsible for providing an external independent support service to help our employees, contractors, consultants and their direct household contacts to handle these challenging situations when they arise. This service will help the Authority to continue to support and enhance the wellbeing and performance of its employees.",Awarded,,0,20250410 Electricity Authority,24013547,Request for Quotations,Closed Competition,"FMIS Upgrade, Implementation and Support",PRO0004,20210224,20210319,20210611,,Sole Agency,No,,"The Electricity Authority are seeking a solution to upgrade the current FMIS from its current on-premise solution Microsoft Dynamics Navision (NAV) to Microsoft Dynamics 365 Business Central (BC). This includes implementing/upgrade of Jet Analytics and related planning components, and the update of Continia to Dynamics BC. Once implemented the supplier will provide ongoing support of the software, including (but not limited to); change management and implementation of incremental software upgrades as released, staff training, resolution of incidents/requests/enhancements.",Awarded,,0,20250410 Electricity Authority,24093257,Request for Quotations,Closed Competition,Consultancy services: Pilot switching scheme,,20210316,20210329,20210505,,Sole Agency,No,,"The Authority has a statutory objective to promote competition in the electricity industry for the long-term benefit of consumers. If all consumers were to move to the cheapest plan available, they would save an estimated-on average $240 a year. The objective of this project is to reduce the behavioural barriers that currently prevent consumers from taking action to consider their electricity deal, so that more New Zealanders feel able and confident to access the benefits of a competitive electricity market. This project will deliver on a recommendation made by the Electricity Price Review. To achieve the project objective, we will be delivering a trial scheme that tests variations of a letter to consumers providing information about switching. The letter approach has been selected, as we believe this may be a cost-effective way of reaching consumers who are less able, or less confident, to access internet.",Awarded,,0,20250410 Electricity Authority,24258008,Request for Proposals,Closed Competition,ICT Managed Services RFP,PRO0006,20210503,20210611,20210730,,Sole Agency,No,2 Hunter Street,"The Electricity Authority (Authority) is looking for an ICT supplier to provide end to end ICT managed services. The Authority is seeking to appoint a lead supplier will be responsible for the day-to-day oversight and delivery of ICT services, leveraging the applicable All-of-Government (AOG) agreements. This is a unique opportunity to assist a Government Agency to redesign their ICT infrastructure and services. The Authority is looking for credible suppliers who have the capability, experience, and infrastructure to deliver these services. The supplier will need to have a good track record in the management and implementation of ICT managed services, procurement, and infrastructure with a focus on end user satisfaction. The Authority requires the transition of services to a new supplier to be completed by December 2021. The Authority is holding a supplier briefing session in relation to this RFP on Monday 10 May at 1.30pm. If you would like to attend this session please preregister your attendee list by email to: procurement@ea.govt.nz",Awarded,,0,20250410 Electricity Authority,24811187,Request for Quotations,Closed Competition,Electricity Authority - Website Redevelopment,PRO007,20210914,20211001,20220201,,Sole Agency,No,,"This procurement relates to the delivery of redeveloping the public-facing Electricity Authority website (www.ea.govt.nz). The Authoritys website www.ea.govt.nz is our primary communication channel and is an essential business tool for Authority stakeholders and staff. The website is a critical vehicle to enabling the Authority to achieve its statutory objective and deploy our functions as both rule maker and rule enforcer. Our focus on effective stakeholder engagement as well as our intended uplift in compliance and monitoring necessitate effective channels through which we can engage, monitor, inform and educate.",Awarded,,0,20250410 Electricity Authority,25407639,Request for Proposals,Closed Competition,Commercial Market-Making Scheme,,20220215,20220329,20220719,,Sole Agency,No,,"The Authority has released a services contract opportunity for commercial market-making. The Request for Proposals (RFP) is the final stage of the procurement process. The Authority wants to hear from shortlisted parties with their response to the RFP.",Awarded,,10000000,20250410 Electricity Authority,28046065,Request for Proposals,Closed Competition,Commercial Market Making Scheme - 2024,,20230907,20231004,20240201,,Sole Agency,No,,,Awarded,,0,20250410 Electricity Authority,30246837,Request for Quotations,Open Competition,Consumer Contact Centre,EA00319,20240923,20241004,20241030,,Sole Agency,No,,"The Authority is committed to protecting the interests of domestic consumers and will be mandating the Consumer Care Guidelines (Guidelines) by including them in the Electricity Industry Participation Code 2010 (Code). The Authority expects when the mandated Guidelines come into force, it will receive calls from consumers to allege breaches of the Code. The Authority wants to set up a dedicated phone line to provide a channel for consumers to notify the Authority of breaches of the guidelines. The Authoritys functions include monitoring compliance with the Code and investigating and enforcing compliance with the Code sections 16(c) and (d) of the Electricity Industry Act 2010. One of the avenues to help us carry out the above-mentioned statutory functions is to get information from consumers on whether electricity participants are complying with the mandated Guidelines. We expect consumers will do that by contacting the Authority and having a dedicated phone line provides the means to do it. We want to be able to provide these consumers with a high-quality customer-care experience. We are not able to accurately forecast call volumes and we do not currently have the necessary expertise to manage phone calls. So, we have decided to outsource this function initially, while we build our understanding of call volumes and our capability to receive calls from consumers, advocates or representatives. We are therefore seeking a scalable Contact Centre service to manage calls made to a dedicated phone line (0800 number), starting on 3 January 2025. The contact centre function will record, triage, resolve, handshake or refer calls to another party, report on, or where necessary escalate to the Authority Compliance team.",Awarded,,0,20250410 Enable New Zealand,20501108,Request for Proposals,Open Competition,Intensive Support (Intensive Resourcing Level 3) - MidCentral Region,,20181130,20190125,20190712,,Sole Agency,No,,"This RFP is for the purchase of Intensive Support (Intensive Resourcing Level 3), a component of Mana Whaikaha, the prototype for a new way of supporting Disabled People and Whanau launched in the MidCentral region on 1 October 2018. . Intensive Support has come out of the co-design work undertaken as part of the planning and implementation process for Mana Whaikaha. Through the co design process participants identified a need for intensive support to assist disabled people and whanau who are dealing with significant challenges in their lives. Supports can be accessed immediately and can be used until the person or family is safe or in a more stable position and able to engage with Mana Whaikaha, their community and other services. Intensive Support is a pool of funding available to create short term arrangements to support a person and their family. Intensive Support includes: o purchasing something for the person and whanau o engaging a provider to work intensively with a disabled child, adult, and their whanau to address significant challenges, ensure people are safe, set up supports and create a sustainable longer-term plan that may include putting in place immediate community or disability support in the short term. Additional detail on Intensive Support and detailed requirements are contained in the attached RFP.",Awarded,,0,20250410 Enable New Zealand,24449626,Request for Proposals,Open Competition,RFP for Enterprise Resource Planning Systems,ERP 2021,20210621,20210726,20211028,,Sole Agency,No,,"Enable New Zealand (ENZ) are transforming how the disability community can access equipment and services to make their lives better. To help us make that happen Enable need a flexible and robust platform for managing crown funds and the vast and diverse range of assistive equipment and support services we provide in the community. This RFP is about us choosing an implementation partner who can design and deliver an integrated, or connected, Financial Management Information System (FMIS), Asset Lifecycle Management (ALM) and Product Information Management (PIM) capability, collectively referred to as the ENZ Enterprise Resource Planning Systems (ERP) Project. We have a two-stage release of information where more detailed information, not included in this GETS notice, will be released once we have a signed confidentiality agreement in place. For prospective tenderers we recommend that you take careful note of the dates indicated in the RFP, including the cut-off-date date for requesting one-on-one supplier briefings. Additional information is available to support this RFP. On receipt of the signed confidentiality agreement, we will send you an information pack that includes: ? A high-level business overview, together with a more detailed description of our MoH equipment services activities, with supporting process flow charts ? Example equipment services use cases ? Our applications landscape and architecture overviews ? Information on our service request portal, and CRM/Case Management systems",Awarded,,1000000,20250410 Enable New Zealand,27533932,Request for Proposals,Open Competition,Panel Supply - Panel Power Wheelchair,PWCPANEL2023,20230614,20230709,20231001,,Sole Agency,No,,"Enable New Zealand is seeking Request for Proposal (RFP) from organisations for the supply of goods and services in several sections of the Power Wheelchair Category. It is ENZs intention to re-establish a panel of suitably qualified suppliers to supply and provide goods and services to Enable New Zealand in the Power Wheelchair Category. At any stage during the life of the contract, Enable New Zealand may utilise the provisions of the contract in the distribution and supply of goods and services to its funders, customers, clients and end users, both present and future Based on an assessment of replies to this RFP and any subsequent equipment evaluations and negotiation, suppliers may be invited to become a panel supplier to the Power Wheelchair Category. Being a selected supplier would mean your product would be advertised across Aotearoa and information shared with potential interested customers. Questions: You can ask any questions regarding this RFP through the GETS Q&A function",Awarded,Four Suppliers were selected for the Panel Supply contracts have been confirmed,0,20250410 Enable New Zealand,28506490,Request for Tenders,Open Competition,Tender Notice - Logistics RFP,Logistics 2023,20231122,20240126,20241220,,Sole Agency,No,,"Enable New Zealand is seeking an integrated logistics distribution solution that facilitates the delivery and collection of outbound and returning equipment, effective coordination and management of this logistics service, and the provision of outstanding client experience. The purpose of this service is to support Enable New Zealand during its provision of service and equipment solutions to disabled, rehabilitating, and aged persons across varied environments, ensuring the efficient delivery and return of equipment items. You can ask any questions regarding this RFP through the GETS Q&A function.",Awarded,,0,20250410 Enable New Zealand,29475353,Request for Proposals,Open Competition,Pre - Approved Panel of IT Suppliers,ICTPANEL2024,20240524,20240621,20241001,,Sole Agency,No,,"This initiative is to establish a panel of trusted strategic information technology (IT) service partners to supplement those under existing All-of-Government (AoG) Technology panels. The key objective of this procurement is to gain proposals from IT service partners who can provide relevant consultancy, technical services and support, and fill capacity and skill gaps within the Innovation & Technology team to help deliver on Enable New Zealands strategic imperatives.",Awarded,,0,20250410 Energy and Technical Services trading as Carbon EMS,22616709,Request for Proposals,Open Competition,Hutt City Council Natural Gas Supply,GG200505,20200507,20200522,20201001,,Sole Agency,No,,"Offers are invited from natural gas retailers to submit proposals for the supply of reticulated natural gas and associated services to Hutt City Council (HCC). In 2019 gas consumption at HCC was 7,235,518 kWh across a number of various ICPs including office accommodation and recreation centres. The new gas contract will commence 1 September 2020. Please contact George Gray on ggray@carbonems,com for a copy of the specification and consumption data as it was unable to be attached with this RFP.",Not Awarded,Award of contract made to Nova Energy,0,20250410 Energy and Technical Services trading as Carbon EMS,22749216,Request for Proposals,Open Competition,Massey University Gas Supply or Alternative Heating Options,GB200529,20200529,20200626,20201029,,Sole Agency,No,,Proposals are invited from relevant parties for the supply of Natural gas to the three Massey University campuses. Offers for the supply of a low GHG emission heating solution for the Wellington campus will also be considered.,Awarded,,0,20250410 Energy and Technical Services trading as Carbon EMS,23122305,Request for Proposals,Open Competition,Porirua City Council Electricity Supply,GG200817,20200818,20200904,20201006,,Sole Agency,No,,"Porirua City Council (PCC), wish to renew the supply of electricity to their campuses and operations from 1st February 2021. PCC uses a combination of NHH and TOU supplies at approximately 8.6 GWh per annum. Offers from qualified retailers are welcomed to submit proposals. The RFP tender and associated annual consumption data is attached as part of this notice. Offers should be emailed to George Gray at ggray@carbonems.com on or before the closing date of 4th September 2020.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,20994221,Request for Tenders,Open Competition,RFT Warmer Kiwi Homes - Service Providers (heat pumps),WKH 19-20-HSP-HP,20190503,20190529,20191105,,Sole Agency,No,,"Warmer Kiwi Homes (WKH) is a government-funded programme designed to support New Zealand families to live in warmer, drier homes. EECA, which runs the programme, expects to provide funding for approximately 22,000 heating appliances over the next three years. The majority of these heating appliances are expected to be heat pumps. This RFT relates to the selection of Service Providers (heat pumps) with the capacity, capability and commitment to supply and install approved, single-split non-ducted heat pumps for eligible owner-occupied homes across New Zealand for the next three years as part of the WKH heating programme. The RFT contains a list of the approved heat pumps (selected through a previous RFQ process) to be installed through this programme. Service Providers (heat pumps) will be required to deliver the following as part of the programme: ? Follow-up leads provided by EECA with qualifying home owners ? Order Approved Heating Appliances (listed in the table below) from Approved Heating Product Suppliers whose products you have been approved by them to install ? Accurately scope and price each installation ? Provide high quality customer service ? Provide quality, cost effective installations ? Train homeowners in the correct use of the heating appliance ? Provide after-sales support and meet manufacturers warranty conditions. Respondents should note the Supplier Briefing requirements set out in Section 1.2 of the RFT.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,21000676,Request for Tenders,Open Competition,Warmer Kiwi Homes - Service Providers (wood & pellet burners),WKH 19-20-HSP-WPB,20190506,20190528,20191115,,Sole Agency,No,,"Warmer Kiwi Homes (WKH) is a government-funded programme designed to support New Zealand families to live in warmer, drier homes. EECA, which runs the programme, expects to provide funding for approximately 22,000 heating appliances over the next three years. The majority of these heating appliances are expected to be heat pumps, but there will be some demand for wood burners and pellet burners. The aim of this procurement project is to contract Service Providers (wood & pellet burners) with the capacity and capability to supply and install compliant wood burners or pellet burners in the North and South Islands of New Zealand as part of this programme. Service Providers (wood & pellet burners) will be required to deliver the following as part of the programme: ? Follow-up leads provided by EECA with qualifying home owners ? Source products that meet with the compliance criteria outlined below ? Accurately scope and price each installation ? Manage the building consent process on behalf of homeowner ? Provide high quality customer service ? Provide quality, cost effective installations ? Train homeowners in the correct use of the heating appliance ? Provide after-sales support and meet manufacturers warranty conditions. Respondents should note the Supplier Briefing requirements set out in Section 1.2 and carefully read the requirements in Section 2.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,21260821,Request for Proposals,Open Competition,Evaluation of the Electric Vehicle Information Campaign,,20190712,20190805,20191029,,Sole Agency,No,,"The EV Information Campaign (EVIC) has been running since September 2016 and is scheduled to end in July 2021. The purpose of the EVIC is to increase awareness, understanding, favourability and uptake of electric vehicles (EVs) in New Zealand. It supports the wider government EV programme. The EVIC is approaching the mid-way point and needs refreshing to ensure it is addressing market barriers and in light of market research undertaken by EECA's research partner. The aim of the evaluation of the EVIC is to provide direction on how to best implement the findings of the research and ensure the programme remains relevant to achieving its outcomes. This will provide a basis for discussion for ministers who will be seeking advice on whether the EVIC should be extended beyond its current term.",Awarded,,50000,20250410 Energy Efficiency & Conservation Authority,21762520,Request for Quotations,Open Competition,Supply of LED Lamps,,20191010,20191025,20200107,,Sole Agency,No,,"We are looking to select a single supplier able to supply an initial minimum quantity of 15,000 lamps, which EECA will distribute to targeted households. Lamps must be available in two different wattages (100W, 60W), with either bayonet or screw fixing and meet the technical specifications supplied with this RFQ. Suppliers should provide pricing from their nominated warehouse, which we expect will be a single location in New Zealand.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,21765394,Request for Tenders,Open Competition,Warmer Kiwi Homes - Wood & Pellet Burners RFT Notice,WKH 19-20-HSP-WPB V2,20191011,20200630,20200701,,Sole Agency,No,WKHcontracts@eeca.govt.nz,"EECA, which runs the programme (Warmer Kiwi Homes), expects to provide funding for approximately 22,000 heating appliances over the next three years. The majority of these heating appliances are expected to be heat pumps, but there will be some demand for wood burners and pellet burners. The aim of this procurement project is to contract with Service Providers (wood & pellet burners) with the capacity and capability to install complying wood burners or pellet burners in areas not currently serviced by existing wood and pellet burner providers. We are looking to contract with conforming Service Providers (wood & pellet burners) to supply and install complying wood burners or pellet burners that are suitable for low income homeowners. Tenders must be submitted electronically to the following address: WKHcontracts@eeca.govt.nz. Tenders submitted via www.gets.govt.nz, or sent by post, or fax, or hard copy delivered to our office, will not be accepted. Tender documents can be accessed via the EECA website by pasting the following into your browser: https://www.eeca.govt.nz/about-eeca/consultations-and-proposals/",Not Awarded,Notice only,0,20250410 Energy Efficiency & Conservation Authority,22125699,Request for Proposals,Open Competition,Research - current state of ripple control technology for domestic electric hot water heating,,20191220,20200130,20200302,,Sole Agency,No,,"This opportunity is investigating ripple control and other associated technologies for domestic electric hot water heating and storage in New Zealand. This will help to provide insight into the current state of play regarding the application and use of ripple control technology. We are seeking suitable Respondents to assist EECA by undertaking research into the current state of play with electric hot water load management from ripple control in New Zealand. The main objective of this research is to provide a better understanding of the current state of ripple control for domestic electric hot water heating, with a focus on a selection of electricity distribution businesses as case studies, the cost profile of ripple control technology, trends and developments for uptake and investment (or lack thereof) and alternative technologies being trialed or piloted for use in NZ. It will also require perspective of changes and the near future, of where hot water load management is now in NZ and its relevance under shifting technology and operating contexts (e.g. wireless network technologies, internet of things). We would expect from this a detailed understanding of the current state of play for ripple control in New Zealand that provides a credible and useful evidence base to inform future work in electricity peak demand and residential hot water load management.",Awarded,,67200,20250410 Energy Efficiency & Conservation Authority,22164987,Request for Proposals,Open Competition,RFP for Energy Transition Accelerator Programme,,20200114,20200305,20200625,,Sole Agency,No,,"The Energy Transition Accelerator (ETA) Programme is an EECA direct client engagement which assists large energy users in the business sector to develop a stationary energy-related carbon abatement opportunity assessment as a first step in developing a strategic low-carbon pathway. The ETA helps the largest stationary energy-related greenhouse gas emitters to make technically and economically viable decisions and investments that support their energy transition pathway to a low carbon future. This RFP seeks proposals from suitably qualified suppliers to form a panel of Programme Partners for the ETA Programme. EECA is looking for experienced and highly qualified individuals, joint ventures, or groups of consultants who can offer a blend of specialist technical energy analysis skill, together with financial and business case development and excellent report writing skills. This work is about the whole process of the Client: It is not limited to the utilities. Successful Programme Partners will be able to understand quickly a clients situation, specificities and needs, and to adjust its services accordingly, in order to achieve the desired outcome. They need to have a high level of technical, research and analytical skill and rigour, to provide clients with robust and actionable options analysis and advice to enable clients to identify technically and economically viable investments for their particular business. The economic analysis needs to be financially relevant for the company, using its own financial metrics (e.g. IRR, NPV) to inform the companys investment decisions.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,22366672,Request for Quotations,Open Competition,Approved Heat Pump Appliances - Warmer Kiwi Homes Heating Programme,WKH 20-21-AHA,20200226,20200319,20200602,,Sole Agency,No,,"Warmer Kiwi Homes (WKH) is a government-funded programme run by EECA, which is designed to support New Zealand families to live in warmer, drier homes. This programme offers grants to eligible low-income or high-health need (as referred through the Healthy Homes Initiative) homeowners where the home is insulated, for the installation of a range of heating appliances. The majority of these heating appliances are heat pumps. Since it started in July 2019, around 2,500 heat pumps have been installed under this programme. It is expected that the number of installations will increase in the coming year. EECA, which runs the programme (Warmer Kiwi Homes), expects to provide funding for a further 12,000 heating appliances over the next two years. Consumer demand will determine final numbers. In 2019, a Request for Quotation (RFQ) procurement process resulted in seven approved suppliers for single split non-ducted heat pumps which have been supplied to approved Heating Service Providers (installers) throughout the North and South Islands of New Zealand. The aim of this procurement is to provide opportunities for additional suppliers to be approved, to confirm the eligibility of existing suppliers under this programme, and to allow existing approved heat pump suppliers to adjust their pricing. PLEASE NOTE: 1) There is a mandatory Supplier Briefing session by video conference for this RFQ on Fri 6 March and registrations are required by 5pm on Wed 4 March 2020. 2) Existing approved suppliers need to attend the Supplier Briefing and respond to this RFQ in order to continue to supply heat pumps under this programme.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,22412142,Request for Proposals,Open Competition,Supplier Panel - Product Check Testing 2020 - 2024,,20200306,20230920,20241129,,Sole Agency,No,,"The Product Check Testing Programme is an EECA programme that tests whether manufacturers are meeting their obligations with the Energy Efficiency (Energy Using Products) 2002 Regulations. We are seeking to establish a group of accredited laboratories to provide us with a ready-to-go panel of suppliers for our four year Product Check Testing Programme which runs from 1 July 2020 to 30 June 2024, and contains a comprehensive list of product classes. This RFP is a one-step open non-competitive tender; i.e. an RFP for which there will be a standing invitation for Proposals. The Panel will be open allowing suppliers to apply to be on the Panel at any time until nine months before the end of the period it is established for (i.e. up to 20 September 2023). This means that Price is not a factor in selection of panelists. NB: The first evaluation of proposals will take place on 3 April 2020 signalling EECAs intention to get the Panel established for those Respondents who are ready and able to start testing from 1 July 2020.",Not Awarded,This tender is being awarded retrospectively.,0,20250410 Energy Efficiency & Conservation Authority,22412593,Request for Tenders,Open Competition,Residential Retrofit Audit,,20200306,20200414,20200728,,Sole Agency,No,,"an invitation to suitably qualified suppliers either directly or via a consortium arrangement to submit a Proposal to undertake retrofit insulation and heat pump installation quality and probity audits for the EECA Funded Warmer Kiwi Homes residential retrofit programme, and the Council VTR programme until at least 30 June 2022.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,22563811,Request for Tenders,Open Competition,Residential Retrofit Audit,,20200421,20200424,20200728,,Sole Agency,No,,"an invitation to suitably qualified suppliers either directly or via a consortium arrangement to submit a Proposal to undertake retrofit insulation and heat pump installation quality and probity audits for the EECA Funded Warmer Kiwi Homes residential retrofit programme, and the Council VTR programme until at least 30 June 2022.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,23271886,Request for Proposals,Open Competition,Off Road Liquid Fuel Energy Use Study,,20200911,20201008,20201119,,Sole Agency,No,applications@eeca.govt.nz,"This procurement relates to the delivery of information that will provide a better understanding of the annual use of liquid fuel (petrol and diesel) in off-road applications in New Zealand. The information will be used to inform EECA and other government agencies' statistical energy datasets, analysis and modelling. For this study, off-road liquid fuel includes petrol and diesel. Off-road liquid fuel can be defined as any diesel used which is not subject to road user charges (RUC), or any petrol not subject to excise duty in other words, non-transport and non-road use. EECA is purchasing research services to provide information about the annual use of liquid fuel in off-road applications in NZ. EECA is seeking to understand the total annual volumes broken down into the proportion for each sub-sector and energy end users.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,23679161,Request for Proposals,Open Competition,Administration Programme Services for NABERS New Zealand,,20201125,20201218,20210729,,Sole Agency,No,,"EECA will be seeking proposals from the energy management industry and others to administer the NABERS rating system in New Zealand (NABERSNZ). A single successful Respondent will be offered a contract for services. NABERS (based on the National Australian Built Environment Rating System) is an independent tool for rating the energy efficiency / performance of office buildings. It measures and compares the environmental energy and carbon performance of commercial buildings and tenancies, and has been expanded over the years to include tools for commercial office buildings to measure greenhouse gas emissions, energy, water, waste efficiency / performance and indoor environment. The programme helps ensure buildings are performing at a high standard. The key objective of this procurement will be to enable the success of the NABERSNZ programme by delivering energy benchmarking to the New Zealand office property market. The procurements proposed outcomes are successful administration and co-management of NABERSNZ, with the programme outcomes including increasing the energy efficiency of office buildings, and improving the way office building performance is managed.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,23688105,Request for Proposals,Closed Competition,Warmer Kiwi Homes Programme Impact Evaluation 2020/2022,,20201126,20201216,20210331,,Sole Agency,No,applications@eeca.govt.nz,"This Request for Proposals (RFP) is the second stage in the two-stage process specified in the Call for Registrations of Interest: Warmer Kiwi Homes Programme Impact Evaluation 2020/2022 (issued 14.10.2020) (the ROI), and this RFP document should be read in conjunction with the ROI documents. Respondents should be guided by the requirements set out in Section 2 of this RFP, where the unique requirements of stage two are explained in detail.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,24101579,Request for Quotations,Open Competition,Warmer Kiwi Homes Heating Programme - Approved Heat Pump Appliances,WKH 21-22-AHA,20210317,20210331,20210513,,Sole Agency,No,,"Warmer Kiwi Homes is a government-funded programme run by EECA, which is designed to support New Zealand families to live in warmer, drier homes. This is the final year of the three year heating programme, under which similar RFQs to this were run in 2019 and 2020. The aim of this procurement is to provide opportunities for additional Heat Pump Suppliers to be approved, to confirm the eligibility of existing Suppliers under this programme, and to allow those Suppliers to adjust their pricing. Existing (contracted) approved Suppliers need to respond to this RFQ in order to continue to supply heat pumps under this programme. This procurement will determine a list of Approved Heating Appliances (and their prices) which cover a range of heat pump sizes. These must meet minimum technical specifications and minimum warranty requirements, and the appliance must be suitably priced for the low-income market the programme is targeting. PLEASE NOTE: 1) There is a mandatory Supplier Briefing session by video conference for this RFQ on Tuesday 23 March and registrations are required by 5pm on Friday 19 March 2020. 2) Existing approved suppliers need to attend the Supplier Briefing and respond to this RFQ in order to continue to supply heat pumps under this programme. 3) There are two Response Forms required for this RFQ.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,24155998,Request for Proposals,Open Competition,Freight Forwarding of products to support EECA's check testing programme,,20210331,20210428,20210819,,Sole Agency,No,applications@eeca.govt.nz,"EECA is seeking to appoint a freight forwarder to support its 2021-2024 Product Check Testing Programme. This programme involves intermittent shipping of products purchased in New Zealand to testing laboratories overseas. On average, we deliver products to overseas laboratories three times a year. We are seeking Respondents that are able to demonstrate capacity to deliver cargo (within one month of receiving products) as and when required. We want to work with a supplier who has a proven experience and record in freight forwarding products to overseas ports and can meet all of the other pre-conditions in section 3.2. We are seeking a solution that transports products to overseas laboratories in good condition (without loss or damage), on time, within budget, and includes the contract holder acting as the customs/importation agent.",Awarded,,25000,20250410 Energy Efficiency & Conservation Authority,24289506,Request for Proposals,Open Competition,Food Product Manufacturing Sector Energy Use Study,,20210510,20210603,20210721,,Sole Agency,No,applications@eeca.govt.nz,"This RFP relates to the purchase of services to collect and analyse data on energy use by organisations within the Food Product Manufacturing sector in New Zealand. EECA is seeking a suitably qualified provider to engage and collect data and information to understand total annual energy use in the sector using a bottom up approach. This includes measuring annual energy use by fuel type and technology end use in NZ and gather insights on perspectives from energy end users. We require analysis on the data to better understand how the fuel is used for end use purposes, such as providing energy for use in boilers or vehicles such as trucks. EECA requires a provider with a good understanding of the Food Product Manufacturing sector, including established relationships with businesses and industry associations. Successful engagement with the sector and end users will be core to delivering a high-quality result.",Awarded,,79500,20250410 Energy Efficiency & Conservation Authority,24738719,Request for Proposals,Open Competition,Otago Home Energy Retrofit Project,,20210830,20210924,20220303,,Sole Agency,No,,"The Otago Home Energy Retrofit Project is a new initiative that entails a comprehensive upgrade of low-income households to alleviate energy hardship and unlock the associated health and wellbeing benefits. It is an opportunity to apply different approaches to reach vulnerable households (e.g. geographical or community targeting; whole-of-street visits; and word-of-mouth), and various measures to lift the quality of their home in terms of warmth, dryness, energy efficiency and safety. We are looking to engage a proven delivery organisation to effectively utilise the $2.5 million funding available. The project must be delivered in the Otago region (defined as the Otago Regional Councils boundaries). Applicants should present a proposal for treatment of 250-300 low-income, owner-occupied households. We define low-income as: the owner-occupier is a Community Services Card holder or the household is in deprivation areas 8, 9 or 10.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25009818,Request for Proposals,Open Competition,Off-Road Liquid Fuel Equipment End Use Study,,20211026,20211119,20220125,,Sole Agency,No,applications@eeca.govt.nz,"EECA is seeking to develop the evidence base and further the understanding in this area in response to the existing gap in energy end use information for Government. This opportunity is to engage with the downstream industry to collect and undertake analysis and research on the end use characteristics and annual energy use breakdown by technology and equipment type. It will also generate detailed case studies by selected off-road equipment type for energy efficiency opportunities, decarbonisation and switching to alternative low-emission energy sources. We are seeking a suitably qualified provider to assist EECA to engage with the downstream industry including end users, undertake research and collect data and information on energy use and various characteristics by equipment type providing a bottom up view. This includes formulating a classification framework for technology and equipment (e.g. motive power - mobile equipment and motive power - stationary equipment), understanding the numbers of equipment operating in NZ, apportioning annual energy use by fuel type to the relevant equipment type and gather insights on equipment end use characteristics. We require analysis to better understand where and how the fuel is used and examples through detailed technical case studies that identify opportunities for energy efficiency and decarbonising fossil fuel use here in New Zealand (e.g. diesel and petrol). For this study, off-road activity (excludes marine, aviation and rail technology) consists of fuel consumption for land-based technologies and equipment such as tractors, diggers, forestry machinery, farm equipment and construction vehicles.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25136771,Request for Proposals,Open Competition,Warmer Kiwi Homes Approved Heat Pump Appliances,WKH 22-26-AHA,20211122,20211214,20211220,,Sole Agency,No,,"For this procurement, we are looking to select suitable heat pump suppliers that can provide a range of approved heat pumps that are suitable for low-income homeowners. The heat pumps must and can only be installed by companies who are approved by the heat pump supplier and are EECA approved Heating Service Providers to this WKH programme (expected to be selected by 15 April 2022). Suppliers must be able to provide the following: ? nation-wide supply and distribution of their nominated product ranges for each sub-category specified (based on kilowatt output) i.e. throughout the North and South Islands ? products which meet technical specifications prescribed in this Contract Application and that are price-suitable to the programmes target market ? a track record of sales of at least 4,000 high-wall single-split non-ducted heat pumps over the past two years into the NZ market; with at least 1,500 sales in each of the past two years. ? evidence that they comply with the NZ Government Procurements Supplier Code of Conduct ? products that meet minimum five-year warranty requirements of each heat pump ? evidence of a credible, robust and realistic process for approving Heating Service Providers to be able to install the nominated product range and meet manufacturers warranty requirements.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25237925,Request for Tenders,Open Competition,Warmer Kiwi Homes Insulation Service Providers,WKH 22-26-ISP,20211213,20220217,20220712,,Sole Agency,No,,"Warmer Kiwi Homes (WKH) is a government-funded programme designed to support New Zealand families to live in warmer, drier homes. Funding is available for retrofit installations of approved insulation products for homeowners who meet specific certain criteria. The current WKH programme is funded until 30 June 2023. However this procurement is for a 4-year period from 1 July 2022 to 30 June 2026 assuming additional funding will become available through Government appropriations. EECA, which runs the programme, expects to provide funding for approximately 20,000 eligible homes to have insulation retrofitted under the programme in the 2022-2023 year. The aim of this procurement project is to develop a panel of contracted Service Providers (insulation) with the capacity and capability to supply and install a range of insulation products approved by EECA. Service Providers (insulation) will be required to deliver the following as part of their contract with EECA: ? Generate leads with homeowners qualifying for the grant, and confirm their eligibility ? Carry out existing insulation assessments to determine if homeowners are eligible for heating ? Accurately scope and price each installation ? Provide high quality customer service ? Supply/source a range of approved insulation and ground moisture barrier products ? Provide quality, cost effective installations of underfloor and ceiling insulation, ground moisture barriers and pipe lagging ? Make timely and accurate claims for grants to EECA ? Manage relationships with any third-party funders ? Attend EECA quality audits and remedy any identified issues. Respondents should note there is a Supplier Briefing on the 17/12/21 and carefully read the requirements in Section 2. Offer Validity Period: WKH 22-26-ISP 17/5/22 (3 calendar months from 17/2/22)",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25239499,Request for Tenders,Open Competition,Warmer Kiwi Homes Heat Pump Service Providers,WKH 22-26-HSP-HP,20211213,20220210,20220502,,Sole Agency,No,,"Warmer Kiwi Homes (WKH) is a government-funded programme designed to support New Zealand families to live in warmer, drier homes. Funding is available for retrofits of approved heat pumps for homeowners who meet specific criteria. The current WKH programme is funded until 30 June 2023. However this procurement is for a 4-year period from 1 July 2022 to 30 June 2026 assuming additional funding will become available through Government appropriations. EECA, which runs the programme, expects to provide funding for approximately 9,000 eligible homes to have heating installed under the programme in the 2022-2023 year, the majority of which will be heat pumps. The aim of this procurement project is to develop a panel of contracted Service Providers (heat pumps) with the capacity and capability to supply and install a range of heat pump products approved by EECA. Service Providers (insulation) will be required to deliver the following as part of their contract with EECA: ? Supply WKH Approved Heat Pump Appliances from WKH Heat Pump Product Suppliers at the EECA contracted rates plus margin and agreed install prices to eligible homeowners ? Complete any training and/or other requirements deemed necessary by the WKH Heat Pump Product Suppliers to be able to meet the requirements to ensure full manufacturers warranty is available ? Follow-up leads provided by EECA promptly with qualifying homeowners and confirm their eligibility. ? Accurately scope and price each installation ? Provide quality, cost-effective supply and installation of WKH Approved Heat Pumps ? Provide high quality customer service ? Provide full warranty for product and install and any related backup service ? Make timely claims for grants to EECA ? Attend EECA quality audits and remedy any identified issues Respondents should note there is a Supplier Briefing on the 16/12/21 and carefully read the requirements in Section 2. Offer Validity Period: WKH 22-26-HSP-HP 10/5/22 (3 calendar months from 10/2/22)",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25239846,Request for Tenders,Open Competition,Warmer Kiwi Homes Wood and Pellet Burner Service Providers,WKH 22-26-HSP-WPB,20211213,20220203,20240701,,Sole Agency,No,wkhapplications@eeca.govt.nz,"Warmer Kiwi Homes (WKH) is a government-funded programme designed to support New Zealand families to live in warmer, drier homes. Funding is available for retrofit installations of approved wood and pellet burners for homeowners who meet specific criteria. The current WKH programme is funded until 30 June 2023. However this procurement is for a 4-year period from 1 July 2022 to 30 June 2026 assuming additional funding will become available through Government appropriations. EECA, which runs the programme, expects to provide funding for approximately 9,000 heating appliances in the 2022-2023 year. The majority of these heating appliances are expected to be heat pumps, but there will be some demand for wood burners and pellet burners. The aim of this procurement project is to contract Service Providers (wood & pellet burners) with the capacity and capability to supply and install compliant wood burners or pellet burners in the North and South Islands of New Zealand as part of this programme. Service Providers (wood & pellet burners) will be required to deliver the following as part of the programme: ? Follow-up leads provided by EECA with qualifying homeowners ? Source products that meet with the compliance criteria outlined below ? Accurately scope and price each installation ? Manage the building consent process on behalf of homeowner ? Provide high quality customer service ? Provide quality, cost effective installations ? Train homeowners in the correct use of the heating appliance ? Provide after-sales support and meet manufacturers warranty conditions. Respondents should note there is a Supplier Briefing on the 20/12/21 and carefully read the requirements in Section 2. Offer Validity Period: WKH 22-26-HSP-WPB 3/5/22 (3 calendar months from 3/2/22)",Not Awarded,This tender has been awarded retrospectively to ensure accurate reporting,0,20250410 Energy Efficiency & Conservation Authority,25844360,Request for Quotations,Closed Competition,Evaluation services supporting the Government Investment in Decarbonising Industry (GIDI) Fund- Stage One: Data Collection & Verification Strategy,GIDI EVAL - STAGE 1,20220523,20220607,20220706,,Sole Agency,No,grace.vandyk@eeca.govt.nz,"EECA is purchasing evaluation services for EECAs Government Investment in Decarbonising Industry (GIDI) Fund. This measurement and evaluation project is important to assess the value of one of EECAs and the New Zealand governments most significant business decarbonisation programmes. This work completes objectives of EECAs Monitoring & Evaluation work programme and its Better Impact Measurement strategy. This RFQ is for stage one of a three stage project, monitoring and evaluating the GIDI programme.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25907395,Request for Quotations,Closed Competition,RETA - Demand Side Report - South Canterbury,RETA Pilot - 2.2,20220607,20220622,20220720,,Sole Agency,No,,"We require a process heat Demand Side Assessment for the second stage of the Regional Energy Transition Accelerator (RETA) pilot (for South Canterbury). RETA is a key programme run by EECA focusing on medium to large energy-using businesses and public sector organisations that is committed to reducing carbon emissions and aims to address barriers to process heat decarbonisation at a regional level. As this work stream is part of a pilot for this programme, not only will the Demand Side Assessment help EECA to advance energy transition in the South Canterbury region, it will also help to inform the future of the RETA programme as it progresses.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,25913546,Request for Proposals,Open Competition,Government Investment in Decarbonising Industry (GIDI) Fund,GIDI,20220609,20220804,20241129,,Sole Agency,No,https://www.eeca.govt.nz/apply-for-gidi-co-funding,"The first RFP for the Government Investment in Decarbonising Industry (GIDI) Fund is now live. This RFP is the first milestone in the massive $650 million expansion of GIDI, administered by EECA (the Energy Efficiency and Conservation Authority), to be invested over four years. The expanded GIDI investment was included in the recently announced Climate Emergency Response Fund (CERF) which will help deliver the Governments Emissions Reduction Plan (ERP). The GIDI Fund was launched in 2020, originally, to accelerate the decarbonisation of industrial process heat and is a partnership between Government and businesses. The focus of this RFP is to request proposals which will assist medium to large energy users to lower their emissions linked to industrial process heat by supporting fuel switching and energy efficiency projects to a renewable energy supply, or other decarbonisation approaches. Providing co-investment through the GIDI Fund helps to get projects across the line, and happening faster, unlocking larger and earlier emissions savings. Switching to renewable energy, coupled with energy efficiency, also helps future-proof businesses. Note that EECA will be holding an applicant briefing session at 11am on Monday 20 June 2022. To view the RFP documents, register for the applicant briefing session and make your application, please go to: https://www.eeca.govt.nz/apply-for-gidi-co-funding",Not Awarded,This tender is being awarded retrospectively as part of a wider tidy up of our systems,0,20250410 Energy Efficiency & Conservation Authority,26073139,Request for Quotations,Open Competition,Check testing of clothes dryers,,20220720,20220810,20220819,,Sole Agency,No,applications@eeca.govt.nz,"The Product Check Testing Programme is an EECA programme that tests whether manufacturers are meeting their obligations with the Energy Efficiency (Energy Using Products) 2002 Regulations. We are seeking to establish a group of accredited laboratories to provide us with a ready-to-go panel of suppliers for our four year Product Check Testing Programme which runs from 1 July 2020 to 30 June 2024, and contains a comprehensive list of product classes. This RFQ is a single stage procurement process to request quotes to test clothes dryers as part of this Check Testing Programme. To be eligible to submit a quote for check testing clothes dryers, you must be part of the Check Testing Supplier Panel. Please see RFx 22412142 for more information.",Not Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26127179,Request for Proposals,Open Competition,RETA Demand Side Assessment - Remaining South Island Regions,RETA 3.2,20220803,20220831,20220916,,Sole Agency,No,,"We require process heat Demand Side Assessments completed for the remaining South Island Regions in the Regional Energy Transition Accelerator (RETA) programme and are seeking proposals from suitably qualified and experience individuals/organisations to complete this work. The applicable regions are: Tasman-Nelson-Marlborough. (Indicatively Network Tasman, Nelson City, and Marlborough Lines electricity network areas) Canterbury (Indicatively the Orion, and Mainpower electricity network areas). West Coast (Indicatively the Buller Electricity, and Westpower electricity network areas); and Otago (Indicatively the Aurora Energy, and OtagoNet electricity network areas).",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26159761,Request for Proposals,Closed Competition,RETA Electricity Availability Assessment - Remaining South Island Regions,RETA 3.3,20220810,20220831,20220907,,Sole Agency,No,,"This is a closed RFP to procure Electricity Availability Assessments for the remaining South Island Regions in the Regional Energy Transition Accelerator (RETA) programme. We are seeking proposals from suitably qualified and experience individuals/organisations to complete this work. The applicable regions are: Tasman-Nelson-Marlborough. (Indicatively Network Tasman, Nelson City, and Marlborough Lines electricity network areas) Canterbury (Indicatively the Orion, and Mainpower electricity network areas). West Coast (Indicatively the Buller Electricity, and Westpower electricity network areas); and Otago (Indicatively the Aurora Energy, and OtagoNet electricity network areas).",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26191307,Request for Proposals,Closed Competition,RETA - Biomass Availability Assessment - Remaining South Island Regions,RETA 3.6,20220817,20220908,20220919,,Sole Agency,No,,"This is a closed RFP for a biomass availability report requiring data gathering and a cost forecast to be completed for the four remining South Island Regions in the Regional Energy Transition Accelerator (RETA) programme. We need information for each of the remaining South Island regions as follows (with further information outlined in the RFP): Identify current usage of available biomass resources in each region; Assessment of total available woody biomass in each region Development of a cost forecast for each region/sub region; Identify available residues streams and current users; Produce a report and supporting data outputs; and Assist EECA to define the regional energy transition roadmap in each region We are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work. A pilot programme has already covered the Southland and Mid-South Canterbury regions. Therefore, this opportunity is for the remaining parts of the South Island which, for the purpose of the assessments to be completed and associated stakeholder engagement, we have grouped into four regions as follows: Tasman-Nelson-Marlborough (Indicatively Network Tasman, Nelson City, and Marlborough Lines electricity network areas) Canterbury (Indicatively the Orion, and Mainpower electricity network areas). West Coast (Indicatively the Buller Electricity, and Westpower electricity network areas); and Otago (Indicatively the Aurora Energy, and OtagoNet electricity network areas).",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26219319,Request for Quotations,Open Competition,Check testing of clothes washing machines,,20220823,20220912,20220919,,Sole Agency,No,,"The Product Check Testing Programme is an EECA programme that tests whether manufacturers are meeting their obligations with the Energy Efficiency (Energy Using Products) 2002 Regulations. We have established a group of accredited laboratories to provide us with a ready-to-go panel of suppliers for our four year Product Check Testing Programme which runs from 1 July 2020 to 30 June 2024, and contains a comprehensive list of product classes. This RFQ is a single stage procurement process to request quotes to test clothes washing machines as part of this Check Testing Programme. To be eligible to submit a quote for check testing clothes washing machines, you must be part of the Check Testing Supplier Panel. Please see RFx 22412142 for more information.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26375580,Request for Quotations,Closed Competition,Check testing of three phase electric motors,,20220923,20221012,20221014,,Sole Agency,No,applications@eeca.govt.nz,"The Product Check Testing Programme is an EECA programme that tests whether manufacturers are meeting their obligations with the Energy Efficiency (Energy Using Products) 2002 Regulations. We have established a group of accredited laboratories to provide us with a ready-to-go panel of suppliers for our four year Product Check Testing Programme which runs from 1 July 2020 to 30 June 2024, and contains a comprehensive list of product classes. This RFQ is to source a laboratory from that panel for the testing of one of those product classes, namely three-phase electric motors. The successful laboratory will test whether selected models meet the relevant requirements within standards cited in the regulations. Requirements include Minimum Energy Performance Standards (MEPS) and Mandatory Energy Performance Labelling (MEPL), as they relate to energy efficiency claims. Laboratories must be on the supplier panel and have the capability to disassemble machines for access to testing embedded motors and reassemble post-testing.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26377566,Request for Proposals,Closed Competition,Media Monitoring Services,,20220927,20221025,20230101,,Sole Agency,No,applications@eeca.govt.nz,"EECA (the Energy Efficiency and Conservation Authority), is a Crown Agent whose purpose is to mobilise New Zealanders to be world leaders in clean and clever energy use. Were looking for a supplier to provide media monitoring services and analysis to help us understand the impact our media relations work is having, improve our media relations work, and monitor how the EECA and GenLess brands are being referenced by media.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26624789,Request for Quotations,Closed Competition,Technology Scan - Commercial Buildings,,20221115,20221202,20230124,,Sole Agency,No,,"The Energy Efficiency and Conservation Authority (EECA) needs a desktop study (and resulting report) by an expert in the commercial building sector to identify and collate technology innovations to support demand reduction and fuel switching. This piece of work will feed into EECAs Sector Decarbonisation programme.",Not Awarded,Only one bid submitted which did not meet the requirements for this tender.,0,20250410 Energy Efficiency & Conservation Authority,26704898,Request for Proposals,Open Competition,"Equipment Replacement Scheme, Lighting Pilot Commercial Lighting Assessors Panel",ERS_CLA PILOT,20221208,20230308,20231214,,Sole Agency,No,Not applicable,"The purpose of this RFP is to seek proposals from suitably capable and experienced commercial lighting system providers to establish a panel agreement for the delivery of Tranche 1 of the EECA ERS commercial lighting systems pilot. This RFP will remain open for a period of 3 months with responses being evaluated as they are received, those responses which meet all pre-conditions and the requirements of the tender will be appointed to the panel. Up to 30 suppliers will be contracted to this panel. EECA expects to procure $3.5million worth of goods and services off the panel through a co-funding agreement with commercial and office site owners that meet the selection criteria for the pilot. If you have any questions regarding this tender, please raise them through the GETS Q&A functions",Not Awarded,This tender is being awarded retrospectively.,0,20250410 Energy Efficiency & Conservation Authority,26841054,Request for Quotations,Closed Competition,RETA - Demand Assessment - Tairawhiti,RETA 4.2a,20230124,20230208,20230315,,Sole Agency,No,,"EECA is beginning its work on the Regional Energy Transition Accelerator (RETA) in the North Island. One of the first regions starting of the North Island workstreams is Tairawhiti (Gisborne). EECA requires a process heat Demand Side Assessment completed for Tairawhiti and are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work. Please see the attached RFQ documents for more information about what is required. We will be holding a supplier briefing for this opportunity in order to provide an overview of this programme of work, what we are looking for and to provide an opportunity to seek clarity and ask questions. To attend this briefing, you must email applications@eeca.govt.nz to request the Microsoft Teams link. This will be held on Thursday 26 January at 3.30pm.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,26841561,Request for Proposals,Open Competition,RETA - Demand Side Assessment - Bay of Plenty and Northland,RETA 4.2b,20230124,20230216,20230322,,Sole Agency,No,,"EECA is beginning its work on the Regional Energy Transition Accelerator (RETA) in the North Island. EECA has chosen Bay of Plenty and Northland as two of the first regions to start of the North Island workstreams. EECA requires process heat Demand Side Assessments completed for both the Bay of Plenty and Northland regions and are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work. Please see the attached RFQ documents for more information about what is required. We will be holding a supplier briefing for this opportunity in order to provide an overview of this programme of work, what we are looking for and to provide an opportunity to seek clarity and ask questions. This will be held at 1pm on 2 February 2023. To attend this briefing, you must email applications@eeca.govt.nz to request the Microsoft Teams link.",Awarded,price band 100-250k,0,20250410 Energy Efficiency & Conservation Authority,26891674,Request for Quotations,Closed Competition,"RETA - Electricity Availability Assessment - BOP, Northland, Tairawhiti",RETA 4.3,20230202,20230220,20241129,,Sole Agency,No,,"This is a closed RFP to procure Electricity Availability Assessments for the first North Island Regions in the Regional Energy Transition Accelerator (RETA) programme. We are seeking proposals from suitably qualified and experience individuals/organisations to complete this work. The applicable regions are: Northland (Top Energy and Northpower EDBs) Bay of Plenty (Parts of Powerco, Unison, and Horizon EDBs) Tairawhiti (Parts of Eastland Network EDB) EECA will be holding a Supplier Briefing session at 11am on Wednesday 8 February. Please email applications@eeca.govt.nz for the meeting invitation.",Not Awarded,This tender is being awarded retrospectively as part of a wider tidy up to our systems and reporting.,0,20250410 Energy Efficiency & Conservation Authority,26905462,Request for Proposals,Open Competition,"RETA - Biomass Availability Assessment - BOP, Northland and Tairawhiti",RETA 4.6,20230207,20230228,20241129,,Sole Agency,No,,"This is an open RFP for a biomass availability report. We require a report that combines data gathering and a cost forecast for the first three North Island regions in the Regional Energy Transition Accelerator (RETA) programme. We need information for each of the three regions as follows (with further information outlined in the RFP): Identify current usage of available biomass resources in each region; Assessment of total available woody biomass in each region Development of a cost forecast for each region/sub region; Identify available residues streams and current users; Produce a report and supporting data outputs; and Assist EECA to define the regional energy transition roadmap in each region We are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work. Suppliers have been appointed to complete this work programme in the South Island. This procurement process is for the following regions: Northland Bay of Plenty Tairawhiti/Gisborne",Not Awarded,This tender is being awarded retrospectively as part of a wider tidy up of our systems,0,20250410 Energy Efficiency & Conservation Authority,27000511,Request for Quotations,Open Competition,Check testing of refrigerated cabinets,,20230227,20230310,20230911,,Sole Agency,No,,"The Product Check Testing Programme is an EECA programme that tests whether manufacturers are meeting their obligations with the Energy Efficiency (Energy Using Products) 2002 Regulations. We have established a group of accredited laboratories to provide us with a ready-to-go panel of suppliers for our four-year Product Check Testing Programme which runs from 1 July 2020 to 30 June 2024, and contains a comprehensive list of product classes. This RFQ is a single stage procurement process to request quotes to test refrigerated cabinets as part of this Check Testing Programme. To be eligible to submit a quote for check testing refrigerated cabinets, you must be part of the Check Testing Supplier Panel. Please see RFx 22412142 for more information.",Not Awarded,There were no responses received.,0,20250410 Energy Efficiency & Conservation Authority,27008308,Request for Proposals,Open Competition,Equipment Replacement Scheme - Hot Water Heat Pump Installer Panel,ERS HWHP23,20230405,20230504,20231214,,Sole Agency,No,applications@eeca.govt.nz,"The Hot Water Heat Pump Co-Funding Scheme is a commercial offering which seeks to accelerate the uptake of heat pump technology to replace fossil-fuelled and inefficient hot water boilers in New Zealand through an equipment replacement subsidy scheme. The scheme is aiming to replace smaller existing califont instant/on-demand hot water boilers, other fossil-fuelled boilers and electric boilers with small to medium (15 50 kW) air-to-water heat pump hot water systems. To implement this programme EECA is seeking to establish a panel of hot water heat pump Installers with the capability and capacity to deliver the requirements of this programme. The panel agreement will be in place until 30 June 2024, with contract performance then assessed, and potential for a further four-year extension depending on the outcome of that review. This is an opportunity for hot water heat pump Installers to be part of a nationwide initiative that seeks to help businesses act now to make a change for good. Panel participants will be acting as climate change leaders promoting the benefits of heat pumps to heat hot water for the benefit of all New Zealanders. Supplier Briefing to be held: 10:00 - 11:00 Tuesday 18th April 2023 (Registrations close 5:00pm, Friday 14th April 2023 Further information and details for registering are located within the Request for Proposal. Please Note: The Panel Agreement is being finalised and will be published week commencing Monday 10th April 2023 as an addendum to the tender.",Not Awarded,This tender is being awarded retrospectively.,0,20250410 Energy Efficiency & Conservation Authority,27308318,Request for Proposals,Open Competition,Low Emission Transport Fund (Round 9) - Holiday Journeys Public Charging Infrastructure,LETF Round 9,20230427,20230517,20240301,,Sole Agency,No,,"The objective of the RFP is to enhance public EV charging capacity and reduce the risk of queueing during Christmas 2023 by filling gaps and providing additional chargers for existing charging sites along twelve identified major New Zealand holiday journey routes prior to the 2023 peak holiday season. The routes have been identified through analysis of New Zealand traffic flows and analysis of peak-season traffic data obtained from Waka Kotahi, and encompass twenty-five specific locations. For more information including application forms for this RFP, please head to https://www.eeca.govt.nz/co-funding/transport-emission-reduction/low-emission-transport-fund/round-9-holiday-journeys-public-charging-infrastructure/",Not Awarded,"Details on the outcome of this procurement can be found using the following link: https://www.eeca.govt.nz/strategic-focus-areas/efficient-and-low-emissions-transport/about-the-low-emission-transport-fund/co-funded-transport-projects/",0,20250410 Energy Efficiency & Conservation Authority,27345028,Request for Proposals,Open Competition,Road Freight Market Study,,20230504,20230526,20230711,,Sole Agency,No,applications@eeca.govt.nz,"The Energy Efficiency and Conservation Authority (EECA) is looking to procure research to help understand New Zealands road freight market and the tasks it undertakes. The objective of this research is to establish the evidence base for developing or targeting appropriate interventions/policies for optimisation and decarbonisation. The end product would be a report which would need to be presented visually to EECA and other Government stakeholders, likely in an online forum. We will be holding a briefing session for all prospective respondents which will go over the objectives of the project and will provide an opportunity to ask any questions you have. This will take place at 2pm on Wednesday 10 May over Microsoft Teams. Please email applications@eeca.govt.nz for the link to this briefing session.",Not Awarded,"To Whom it May Concern, RFx 27345028 Road Freight Market Study Thank you for your response to our Request for Proposal 27345028 for Road Freight Market Study. Please be advised that we have taken the decision to cancel this tender opportunity on the following grounds: - Information has come to hand which has materially changed the requirements for the outcome we are seeking. We understand that this decision will come with some disappointment and apologise for any inconvenience caused. Any future opportunities in this area will be communicated in due course. Kind Regards, Neil Pithie Manager Commercial and Property",0,20250410 Energy Efficiency & Conservation Authority,27900970,Request for Proposals,Open Competition,Low Emission Transport Fund (Round 11) - Marine,LETF Round 11,20230816,20230920,20240301,,Sole Agency,No,,"This funding round seeks proposals to demonstrate a range of low emission technologies, infrastructure, innovations and business models in the marine transport space. This could include projects in the areas of marine vessels, electric outboard motors, charging infrastructure to service marine projects and associated technologies or services. Hydrogen fuel cell vessels and other technologies may be in scope if they make use of New Zealands renewable electricity advantage, and a reliable supply exists. Talk to us about these types of projects. ?? Up to $4 million will be available in Round 11. For more information including application forms for this RFP, please head to https://www.eeca.govt.nz/co-funding/transport-emission-reduction/low-emission-transport-fund/round-11-demonstration-of-marine/",Not Awarded,"Details on the outcome of this procurement can be found using the following link: https://www.eeca.govt.nz/strategic-focus-areas/efficient-and-low-emissions-transport/about-the-low-emission-transport-fund/co-funded-transport-projects/",0,20250410 Energy Efficiency & Conservation Authority,27901085,Request for Proposals,Open Competition,"Low Emission Transport Fund (Round 12) - Vehicles, Technology and Off road",LETF Round 12,20230816,20230920,20240301,,Sole Agency,No,,"This funding round is seeking proposals to demonstrate a range of low emission technologies, infrastructure, innovations and business models (e.g Mobility-as-a-Service, or MaaS, transport technology and software projects) and low emission road and off-road vehicles. This could include projects in the areas of on-road battery electric trucks and buses, the specified off-road vehicles, and associated technologies or services. Hydrogen fuel cell vehicles and other technologies were potentially in scope if they make use of New Zealands renewable electricity advantage. Up to $4.0 million is available in Round 12. For more information including application forms for this RFP, please head to https://www.eeca.govt.nz/co-funding/transport-emission-reduction/low-emission-transport-fund/round-12-demonstration-of-vehicles-technology-and-off-road/",Not Awarded,"Details on the outcome of this procurement can be found using the following link: https://www.eeca.govt.nz/strategic-focus-areas/efficient-and-low-emissions-transport/about-the-low-emission-transport-fund/co-funded-transport-projects/",0,20250410 Energy Efficiency & Conservation Authority,28070263,Request for Proposals,Closed Competition,"Regional Energy Transition Accelerator (RETA) Demand Side Assessment Hawke's Bay, Taranaki, Waikato, and Manawatu-Whanganui.",,20230914,20231005,20240124,,Sole Agency,No,,"EEC is seeking to select a provider, or providers, to undertake Demand Side Assessments for the fifth stage of its Regional Energy Transition Accelerator (RETA) programme in the Hawke's Bay, Taranaki, Waikato, and Manawatu-Whanganui regions. EECA are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work. EECA will be holding a supplier briefing for this opportunity in order to provide an overview of this programme of work, what we are looking for and to provide an opportunity to seek clarity and ask questions. This will be held at 1pm on 21 September 2023. To attend this briefing, you must email our contact point to request the Microsoft Teams link.",Not Awarded,"GETS Issue at deadline- Responses submitted via email in leui. AWARDED- Hawke's Bay & Waikato Awarded to Lumen Limited as the supplier for this region Taranaki- Awarded to Worley NZ limited as the supplier for this region Manawatu-Whanganui- Awarded to Deta Consulting Ltd as the supplier for this region",0,20250410 Energy Efficiency & Conservation Authority,28166417,Request for Proposals,Closed Competition,"Regional Energy Transition Accelerator (RETA) Electricity Availability Assessment - Hawke's Bay, Taranaki, Waikato, and Manawatu-Whanganui",,20230928,20231024,20231108,,Sole Agency,No,,"EECA is seeking to select a provider, or providers, to undertake Electrical Assessments for its Regional Energy Transition Accelerator (RETA) programme in the Hawke's Bay, Taranaki, Waikato, and Manawatu-Whanganui regions. EECA are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,28217337,Request for Proposals,Open Competition,"Regional Energy Transition Accelerator (RETA) Biomass Availability Assessment & Cost forecast- Hawke's Bay, Taranaki, Waikato, and Manawatu-Whanganui",,20231005,20231106,20231117,,Sole Agency,No,,"EECA is seeking to select a provider, or providers, to undertake Biomass Availability Assessments and Cost forecast for the Regional Energy Transition Accelerator (RETA) programme in the Hawke's Bay, Taranaki, Waikato, and Manawatu-Whanganui regions. EECA are seeking proposals from suitably qualified and experienced individuals/organisations to complete this work. EECA will be holding a supplier briefing for this opportunity in order to provide an overview of this programme of work, what we are looking for and to provide an opportunity to seek clarity and ask questions. This will be held at 3pm on 12 October 2023. To attend this briefing, you must email our contact point to request the Microsoft Teams link.",Awarded,"Taranaki- Awarded to Forme Consulting Limited for this region. Hawke's Bay, Waikato and Manawatu Whanganui- Awarded to Ahika Limited/Margules Groome Limited Consortium for these regions (applicant submitted response via email)",0,20250410 Energy Efficiency & Conservation Authority,28252617,Request for Proposals,Open Competition,Low Emission Transport: Public EV Charging EV Charger Hubs,,20231011,20231124,20241129,,Sole Agency,No,,"This RFP seeks submissions to create Electric Vehicle Charger Hubs. These hubs will provide fast charging facilities to EV owners making long (200km plus) journeys on New Zealands core state highways. Spaced approximately 150km to 200km apart on the highway network, they will provide ample numbers of chargers in convenient locations adjacent to local services. A fund pool of $10 million has been established with flexibility to increase funding if the submissions justify additional investment If you have any questions regarding this tender, please raise them through the GETS Q&A function. For more information including the application response form for this RFP, please head to https://www.eeca.govt.nz/co-funding/transport-emission-reduction/let-public-ev-charging/",Not Awarded,This tender is being awarded retrospectively as part of a wider tidy up of our systems,0,20250410 Energy Efficiency & Conservation Authority,28928555,Request for Proposals,Open Competition,"Low Emission Transport Fund (Round 13) - Vehicles, Technology & Off Road",LETF Round 13,20240301,20240402,20241129,,Sole Agency,No,,"This funding round is seeking proposals to demonstrate a range of low emission technologies, infrastructure, innovations and business models (e.g Mobility-as-a-Service, or MaaS, transport technology and software projects) and low emission road and off-road vehicles. This could include the specified off-road vehicles, and associated technologies or services. Hydrogen fuel cell vehicles and other technologies were potentially in scope if they make use of New Zealands renewable electricity advantage. Up to $13 million is available in Round 13. For more information including application forms for this RFP, please head to https://www.eeca.govt.nz/co-funding-and-support/products/let-vehicles-technology-and-off-road",Not Awarded," ",0,20250410 Energy Efficiency & Conservation Authority,29347336,Request for Proposals,Open Competition,Residential Space and Water Heating Technologies Study,,20240507,20240703,20240912,,Sole Agency,No,,"EECA is seeking to select suitably qualified and experienced individuals/organisations to research and identify how the lifecycle carbon emissions vary for different residential space and water heating (SWH) technologies by use case in New Zealand, with a particular focus on resistance heating relative to other technologies for residential SWH applications from the perspective of lifecycle carbon emissions and cumulative energy demand (CED). This work is an opportunity to contribute to a vital component of New Zealands decarbonisation journey, assist in the development of useful advice to energy end-users, and support EECAs mission to mobilise New Zealanders to be world leaders in clean and clever energy use. EECA will be holding a supplier briefing via Microsoft Teams for this opportunity on 22 May 2024, in order to provide an overview of this work, what we are looking for and to provide an opportunity to seek clarity and ask questions. To register for this briefing, please email applications@eeca.govt.nz to request a Microsoft Teams link.",Awarded,"This contract opportunity was awarded to EPECentre, University of Canterbury.",0,20250410 Energy Efficiency & Conservation Authority,29986035,Request for Proposals,Closed Competition,Regional Energy Transition Accelerator (RETA) Demand Side Assessment Auckland and Wellington.,RETA 7.2,20240816,20240902,20240910,,Sole Agency,No,All responses via GETS only,"We are seeking experienced providers to deliver stationary heat Demand Side Assessments for two regions in the North Island as part of the Regional Energy Transition Accelerator (RETA) programme. The RETA programme is already underway in thirteen regions in New Zealand and the final planning stage reports, of which the Demand Side Assessment is one aspect. The two regions for which Demand Side Assessments are sought through this RFP are: Wellington; Greater Wellington Regional Council Auckland; Auckland Council Respondents may submit proposals covering both regions, or for only one of the regions, and this should be made clear in the response. EECA may elect to choose different suppliers for each of the regions. Therefore, where a response to this RFP covers both regions, respondents must provide pricing for each region separately and show if being awarded multiple regions would have different pricing than the sum of individual regions.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,30063838,Request for Proposals,Open Competition,Research to Quantify Demand-Side Flexibility,,20240904,20240927,20241101,,Sole Agency,No,All submissions to be made through the GETS website,"EECA is seeking proposals from qualified and experienced energy analysts and energy modellers to conduct a comprehensive study on the feasibility of mitigating risks and issues in New Zealand's electricity system through demand flexibility (DF). The objective of this project is to analyse demand patterns and drivers, understand the underlying structure of the demand shape, identify key contributors to peak demand across sectors, and propose strategies (e.g. products, technologies and consumer offers) to enable demand flexibility, thereby reducing CO2 emissions and enhancing grid reliability. There is currently a huge amount of interest in demand flexibility and the benefits that an effective DF system in Aotearoa can bring. Taking on this project will put the supplier at the centre of helping frame up that benefit for NZ Inc and communicating the story. It provides a unique opportunity to build knowledge of DF strategies that can contribute to reducing CO2 emissions and improving resilience of the electricity grid, as well as reducing electricity costs for consumers across New Zealand. A supplier briefing will be held on12th September 2024 at 11:00AM details are provided in the attachment(s) to this tender. A link will be provided on registration.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,30200838,Request for Proposals,Open Competition,Warmer Kiwi Homes Quality Auditing,,20240916,20241011,20241105,,Sole Agency,No,All submissions to be made through the GETS website,"EECA are seeking suitably qualified suppliers either directly or via a consortium arrangement to submit a Proposal to undertake retrofit insulation and heat pump installation quality audits for the EECA Funded Warmer Kiwi Homes residential retrofit programme, until 30 June 2027 It is essential that the Warmer Kiwi Home installations are completed safely and to a high quality. EECA is looking for providers who have the capability, capacity and experience to deliver the services in the required locations within the required timings. The provider will need to have a good track record in the provision of auditing services. EECA's goal is to commence a contract from 1 November 2024 A respondent briefing will be held on 24 September 2024 at 10am - please contact applications@eeca.govt.nz to register your interest in attending.",Awarded,"Contract awarded for Warmer Kiwi Home Quality Auditing services. Contract end date 30 June 2027",0,20250410 Energy Efficiency & Conservation Authority,30541399,Request for Proposals,Open Competition,Heat Pump Water Heater Product Demonstration - Products and Installation,,20241101,20241122,20250204,,Sole Agency,No,applications@eeca.govt.nz,"Heat pump water heaters (HPWH) are an emerging technology in New Zealand, particularly in the residential market. HPWHs are typically twice as efficient as traditional electric element storage water heaters (ESWH), however, it is estimated that HPWH only have approx. 0.6% market share. For many households a HPWH system may be the most efficient option and could reduce running costs by at least 50% HPWH performance varies based on what climate they are installed in, the type of the heat pump selected and the quality of the installation. To encourage the uptake of the technology in New Zealand, EECA needs to: understand any limitations of the technology in different climate zones and households, understand the suitability of these products for demand flexibility opportunities (given their ability to heat water off peak and store it for later use), and increase the information available on HPWH installation and performance. EECA is seeking to undertake a programme to establish a panel of providers who will supply and install HPWH products in New Zealand homes so that EECA can control and remotely monitor them. The data will be used by EECA to publish findings on HPWH performance.",Awarded,,0,20250410 Energy Efficiency & Conservation Authority,30757182,Request for Proposals,Closed Competition,Sustainable Production and Use of Woody Biomass for Bioenergy Research,EECA_MPI_BIO,20241204,20250212,20250324,,Cluster,No,All submissions must take place through the GETS website,"EECA and MPI are undertaking a collaborative research programme to better understand the sustainable production and use of woody biomass for bioenergy. EECA will be leading the procurement process to identify a suitable supplier to deliver this work; MPI will be assisting with the evaluation, moderation and forming of the contract with the preferred supplier. This research project aims to better understand the environmental and emissions impact of woody biomass production and use for bioenergy, as well as establishing the baseline for optimising the sustainable production and use of woody biomass in decarbonising New Zealands energy related emissions. Please see attached documentation for a full overview on the research scope and requirements of the tender. All questions are to be asked through the GETS Q&A function. All submissions are to be made through the GETS website.",Awarded,"This tender was awarded to WSP Ltd The value of this procurement fell within the range communicated in the RFP: $250,000 - $320,000",0,20250410 Environmental Protection Authority,21330342,Request for Tenders,Open Competition,EPA Reception Upgrade,2005,20190805,20190830,20200121,,Sole Agency,No,,"The Environmental Protection Authority is seeking a suitable contractor to undertake full construction and project management services for the upgrade of our existing office reception area in downtown Wellington. The work comprises internal alterations and installations, including mechanical, electricial, security and fire protection services, all as detailed in the Tender documentation.",Awarded,,143243,20250410 Environmental Protection Authority,25982694,Request for Proposals,Open Competition,SAP SuccessFactors Support Partner,2354,20220628,20220728,20221118,,Sole Agency,No,procurement@epa.govt.nz,"New Zealand's Environmental Protection Authority (EPA) administers applications for major infrastructure projects of national significance, and regulates new organisms (plants, animals, GM organisms) and hazardous substances and chemicals. The EPA also administers the Emissions Trading Scheme and New Zealand Emission Unit Register and manages the environmental impact of activities in the EEZ, including prospecting for petroleum and minerals, seismic surveying and scientific research. We are seeking provision of a Service desk for all SAP SuccessFactors applications (current & future) staffed by qualified and experienced SuccessFactors support consultants. Our current SAP SuccessFactors Products are: Recruitment Onboarding Employee central Performance and Goals Learning Succession and Development Compensation Reporting and Analytics JAM",Awarded,,0,20250410 Environmental Protection Authority,26414332,Request for Proposals,Open Competition,RFP2368 - Oracle Cloud Financial Management Information System Support Partner,2368,20221004,20221031,20230227,,Sole Agency,No,,"This RFP is for an Oracle Cloud FMIS support partner for the EPA. The support partner must be experienced and successful in providing Oracle support services and will need to provide the EPA with a single service desk offering for all Oracle applications staffed by qualified and experienced Oracle support engineers. In 2017, the EPA implemented the Oracle Cloud FMIS Solution, and ongoing support partner services are now required. It is important that the EPA obtains the services of a Support Partner that: has proven successful experience in providing Oracle support; is an expert in Enterprise Resourcing Planning, Enterprise Performance management and Cloud Services support; and is service orientated and has a strong focus on service levels and quality.",Awarded,,0,20250410 Environmental Protection Authority,26979688,Request for Proposals,Open Competition,EPA Office Cleaning Service,2436,20230222,20230317,20230701,,Sole Agency,No,procurement@epa.govt.nz,"The EPA is seeking a supplier to provide consolidated cleaning, hygiene and laundry services for the five floors of the EPA offices in Grant Thornton House, 215 Lambton Quay, Wellington. This contract will be for an initial term of 3 years from 1 May 2023, with the potential to execute up to two contract extensions of one year each (maximum 5-year term).",Awarded,Contract awarded to OCS Limited,0,20250410 Environmental Protection Authority,27378308,Request for Proposals,Closed Competition,EPA Print Technology and Associated Services,2508,20230512,20230607,20240109,,All of Government,No,procurement@epa.govt.nz,"This RFP is issued to the four providers appointed to the All of Government (AoG) print technology and associated services (PTAS) panel of providers. The services will be contracted using the AoG PTAS Agreement. The EPA is seeking delivery, installation and configuration of MFDs at our offices at Grant Thornton House, Lambton Quay, Wellington.",Not Awarded,The process was placed on hold. This was due to work beginning around an office building move in 2024. Once future requirements are known this will be revisited.,0,20250410 Environmental Protection Authority,27758718,Award Notice,Open Competition,Business Analyst for Emissions Trading Scheme,2483,20230529,20230627,20230627,,Sole Agency,No,,"Analysis and framework development work for the newly forming ETS Programme, including contract renewal analysis, MPI Delegations, EPA Governance and other work as required.",Awarded,,338800,20250410 Environmental Protection Authority,27838014,Request for Proposals,Open Competition,Customer Feedback System,2530,20230818,20230913,20231117,,Sole Agency,No,procurement@epa.govt.nz,"New Zealand's Environmental Protection Authority (EPA) administers applications for major infrastructure projects of national significance, and regulates new organisms (plants, animals, GM organisms) and hazardous substances and chemicals. The EPA also administers the Emissions Trading Scheme and New Zealand Emission Unit Register and manages the environmental impact of activities in the EEZ, including prospecting for petroleum and minerals, seismic surveying and scientific research. The EPA has approximately 250 staff currently. We require the ability for EPA business units who provide services that the public engage with to be able to design and send surveys to capture customer feedback. The insights gathered from this need to be accessible to our teams, to help inform the way we improve our processes and deliver our services. We require the ability to be flexible and to easily incorporate any new areas of work into any feedback system.",Awarded,,0,20250410 Environmental Protection Authority,28007561,Request for Proposals,Closed Competition,Design and Implementation Partner for Chemical Map IT Platform,2498,20230901,20231002,20231122,,Sole Agency,No,,"The EPAs Chemical Map initiative is intended to provide graphical mapping of the utilisation of chemicals in NZ the toxicity, scale of use, and environmental presence. This will significantly improve our understanding of the nature of hazardous substances in New Zealand and enable the EPA to prioritise activities more effectively in focus areas. This Request for Proposals relates to the purchase of IT design and implementation services. We require an IT platform that will: ingest, analyse and report on data provided by various external data sources relating to chemical usage and their environmental impact in NZ, in the first instance, use the same technology as used elsewhere in the EPA that is, Azure SQL DB and PowerBI, be scalable and able to be upgraded at a later time (incl. different software if applicable), and use software where possible that is commercial off the shelf (COTS), provisioned as Software as a Service (SaaS), and which can be user-configured to meet EPAs needs. The key objective of this procurement is to identify and engage the most appropriate external IT partner to undertake the design and implementation of the CM platform. This is a closed tender among five approved government panel suppliers that are considered well-suited to be invited to participate in a competitive procurement process.",Awarded,,576588,20250410 Environmental Protection Authority,29114070,Request for Proposals,Closed Competition,EPA Print Technology and Associated Services,2508 (2024 return to market),20240328,20240422,20240513,,All of Government,No,procurement@epa.govt.nz,"This RFP is issued to the four providers appointed to the All of Government (AoG) print technology and associated services (PTAS) panel of providers. The services will be contracted using the AoG PTAS Agreement. The EPA is seeking delivery, installation and configuration of MFDs at our new offices 366 Lambton Quay, Wellington.",Awarded,,0,20250410 Environment Canterbury,17759118,Request for Tenders,Open Competition,Canterbury Aerial Imagery RFT 2016-2017,,20160804,20160831,20200820,Information Services,Syndicated Opportunity,No,tenders@ecan.govt.nz,,Not Awarded,no responses entered in GETS,0,20250410 Environment Canterbury,20543930,Request for Proposals,Open Competition,South Island Destination Management Plan,,20181221,20190123,20200218,Strategic Policy,Sole Agency,No,,"The Canterbury Mayoral Forum is working with other South Island Forums of Mayors and Chairs to develop a South Island destination management plan that will: complement visitor attraction activity with co-ordinated destination management, to ensure sustainable South Island tourism benefit both visitors and host communities i.e. the economic value of tourism to communities, and maintain a social licence to operate within our own communities leverage government investment in infrastructure through relevant funding programmes i.e. Provincial Growth Fund and Tourism Infrastructure Fund. The purpose of this project is to: - develop a South Island visitor destination management plan that: - recognises how domestic and international visitors flow through all our regions - identifies the infrastructure and attractions we need to cater for current and projected visitor flows - establishes agreed priorities for local and central government infrastructure investment - ensures that tourism, and the infrastructure provided for visitors and host communities, benefits our communities and maintains a social licence to operate - leverage this plan to secure additional central government investment in infrastructure to support sustainable South Island tourism. There are three key areas of focus: - destination management and the impact of tourism on host communities - initiatives to support visitor dispersal and interregional flows, improve the spread of visitation across the year (reduce seasonality), and ensure positive visitor experiences, which may include identifying scope for additional visitor attractions - investment in infrastructure to support sustainable tourism. Please refer to attachments - noting that relevant dates on the RFP document were not updated prior to publishing and releasing RFP. Dates as follows: Final date for questions from potential suppliers - 10 January 2019 with responses by 14 January. Closing date for applications - now 23 January 2019",Awarded,,0,20250410 Environment Canterbury,20751839,Request for Proposals,Open Competition,Emergency Management Student Management System,,20190219,20190313,20200121,Information Services,Sole Agency,No,,"The Canterbury Regional Emergency Management team run approximately 76 training courses with up to 500 students per year. The team have a full-time training coordinator to administer the course data, registrations, and course outcomes for the students. We are seeking interest from NZQA Certified vendors to provide a cloud-based replacement to our legacy on premise Take2 system.",Awarded,,0,20250410 Environment Canterbury,21018051,Request for Proposals,Open Competition,Land Preparation,1612_18/19,20190509,20190524,20191120,Field Services,Sole Agency,No,,"Environment Canterbury is the Canterbury Regional Council whom own and manage forestry blocks alongside various rivers in Canterbury. These blocks are partially managed for flood protection, recreation, biodiversity and timber production. After harvest we require the land to be prepared and ripped for replanting in predominantly Pinus radiata over a total of 75.02 hectares. We require the successful applicant to manage the site and complete the work prior to planting 20 July 2019. Quality of work is the most important aspect to us with additional weightings on price and health and safety management",Awarded,,0,20250410 Environment Canterbury,21076964,Request for Proposals,Open Competition,1633-18/19 Robotic Process Automation (RPA) for Environment Canterbury,1633-18/19,20190524,20190614,20190805,Information Services,Sole Agency,No,,"ECan has completed workshops and identified five processes that we wish to automate (initially). These are: invoices to scan folder, export approved invoices from accounts payable (a standalone application) into Navision, invoice matching, orbit journals, and purchase card journals. ECan wishes to engage an organisation to run a pilot to automate orbit journals only. a. This is a competitive tender process. The RFP sets out the step-by-step process and conditions that apply. b. Each Respondent must submit two proposals via GETS. Proposal One must contain the Respondents completed Response Form, in addition to the non-price attribute elements of the proposal. The Proposal Two must only contain the Respondents completed Response Form and other pricing information. All enquiries must be submitted via GETS",Awarded,,0,20250410 Environment Canterbury,21077241,Request for Proposals,Closed Competition,1629-19/20 Brand and Communications Services Panel for Environment Canterbury,1629-19/20,20190524,20190614,20190820,Finance,Sole Agency,No,,"The purpose of this RFP is to invite prospective suppliers to submit proposals to be considered for selection to a Brand and Communications Services Panel relating to delivery of a variety of services to Environment Canterbury. This RFP includes all the externally provided brand and communications services that Environment Canterbury requires annually (excludes emergency services), further detail of these is listed below: Advertising o Copy writing o Ad placement Branding Graphic design, web design and development Market research Photography Videography, animation and post-production editing All enquiries must be submitted via GETS",Not Awarded,As this was a panel agreement this was awarded to multiple respondents,0,20250410 Environment Canterbury,21101410,Request for Proposals,Open Competition,1632-19/20 Brand and Communication Services Panel for Environment Canterbury #2,1632-19/20,20190531,20190621,20200217,Finance,Sole Agency,No,,"The purpose of this RFP is to invite prospective suppliers to submit proposals to be considered for selection to a Brand and Communications Services Panel relating to delivery of a variety of services to Environment Canterbury. A Bit About Us: Environment Canterbury is a regional council, working to manage the air, land and water so that it can be enjoyed by everybody. We work in partnership with the communities of Canterbury to promote the sustainable management of our resources. Sustainable management means that we use innovative, cost effective and technically excellent methods and ensure that our decision making is based on the highest quality information. By managing the environment sustainably, our regions economic, social and cultural wellbeing can flourish. That means you have: Good quality air and water An efficient and accessible public transport system Efficient energy production resources Effective legislature around the use, storage, transportation and disposal of hazardous substances Safe use of the region's harbours and a coastal environment which is preserved and protected Assistance to control animal and plant pests Safeguarded landscape, ecology and heritage values Adequate preparation for civil defence emergencies to lessen the consequences of natural hazards. What we need: To undertake our role, from time to time Environment Canterbury requires a range of services related to brand and communications in the South Canterbury region.",Awarded,,0,20250410 Environment Canterbury,21122467,Request for Proposals,Open Competition,Waimakariri River Regional Park Biodiversity Weed Control,,20190607,20190622,20191008,,Sole Agency,No,,"We are looking to establish a contract for biodiversity weed control within the Waimakariri River Regional Park (WRRP) until 30th June 2020, with the option of a further one year extension at Environment Canterburys discretion. The weed control will be spread across for significant lowland wetland sites within the WRRP, with the funding allocated to each site as follows: The Sanctuary Wetland o Access off Coutts Island Road Te Rauakaaka Nature Reserve (TRNR) o Access of Kainga Road Poynters Wetland o At the confluence of the Kaiapoi River, access through Kaiapoi Island. Baynons Wetland o Access off Madeleys Road. Respondents should familiarise themselves with each of the sites, to better understand the work environment.",Awarded,,0,20250410 Environment Canterbury,21122589,Request for Proposals,Open Competition,Security Gate Patrol,,20190607,20190625,20191120,,Sole Agency,No,,"Our night gates are critical assets that secure our park areas overnight to drastically reduce vandalism and undesirable behaviour. Tasks to be undertaken as part of our security contract include: Daily opening and closing of night gates at the Waimakariri River Regional Park at the specified times, Attending callouts to let people out from behind locked gates, Reporting to the Park Rangers on the status of gates and any callouts attended.",Awarded,,0,20250410 Environment Canterbury,21196718,Request for Tenders,Open Competition,Mowing and Fence Line Vegetation Control,1625-18/19,20190626,20190715,20191008,Field Services,Sole Agency,No,,"Environment Canterbury requires tenders for the provision of grass mowing and fence line vegetation control services within the Waimakariri River and Ashley Rakahuri Regional Parks. In addition to this, we also require tenders for mowing of specified stop-banks within the general Waimakariri area and surrounds. The work to be tendered falls within the following categories: Mowing of amenity grass areas within the Waimakariri River Regional Park (WRRP) and Ashley Rakahuri Regional Park (ARRP) to set amenity standards, Control of vegetation under fence lines in the WRRP to set amenity standards. Twice annual mowing of the sides and some tops of specified stop-banks bordering sections of the following waterways: o Waimakariri River, o Ashley Rakahuri River, o Otukaikino Stream, o Cust Main Drain, o Kaiapoi River, o Cam River. The above work will be grouped together under the following work categories, with respondents invited to tender for either and/or both as they see fit (a contractor can put forward separate quotes for individual categories as well as for both categories combined): Category 1. Bulk Area Amenity Grass Mowing and Edge/Bollard Trimming Category 2. Stop-bank Mowing. Reporting back to Environment Canterbury is an essential aspect of this to ensure standards are being met. We would also like the respondent to supply plant hire flat rates for any casual mowing that may be required. All mowing areas are open to the public and some are highly visible or high interest sites. This mowing is an opportunity to enhance public recreation spaces and to contribute to the flood protection infrastructure of Christchurch and surrounds.",Awarded,,0,20250410 Environment Canterbury,21310512,Request for Proposals,Open Competition,Chatham Islands Freshwater Investigation,1705-19/20,20190725,20190816,20191008,,Sole Agency,No,,"Environment Canterbury performs regional council functions for the Chatham Islands Council (CIC) and as such is required to report on the land, air, water and coastal resources in the area; and review them, at intervals no greater than 10 years, as per the Resource Management Act (1991) (RMA). We are seeking a company to update previous reports and produce a document that combines hydrological and water quality/ecological information to help decision makers understand the state of water resources on the Chatham Islands, and any associated management challenges. This procurement relates to the delivery of a report on the state and trend of the Chatham Islands Freshwater Resource.",Awarded,,0,20250410 Environment Canterbury,21319499,Request for Quotations,Open Competition,1618-19/20 Supply of Herbicide and Spray Oils,1618-19/20,20190805,20190831,20191016,Field Services,Sole Agency,No,,"We are looking for supplier/s to meet our Herbicide supply requirements for the forthcoming 2019/2020 spray season. Environment Canterbury has 5 depots throughout the Canterbury region that undertake regular herbicide spray operations each year. These teams require a reliable herbicide supplier with the flexibility to meet their herbicide requirements within their network with product, technical information and recommendations for potentially more environmentally friendly products. Although this Tender only applies for the forthcoming 2019/2020 spray season we will be focusing on a long-term approach in the future by looking for opportunities to install longer term contracts that brings benefit and opportunity to us and our suppliers. It is also our intention not to limit our options if more environmentally friendly products come onto the market that might meet our operational requirements, and we will reserve the right to trial these products on a small scale. This will in no way impact the supply requirements of this tender.",Awarded,,0,20250410 Environment Canterbury,21350609,Request for Proposals,Open Competition,Concours Electroplaters Assessment of Remedial Options and Remedial Action Plan,1714-19/20,20190802,20190821,20191008,,Sole Agency,No,,"The former Concours Electroplating site is located at 2 North Street in Timaru. The electroplating activity at this site has occurred for more than 50 Years. Poor storage and management of chemicals has resulted in contamination of the building footprint, building fabric and immediate vicinity. This site has been prioritised for cleanup based on the identified risk to the environment and human health. Environment Canterbury is leading a Ministry for the Environment Contaminated Sites Remediation Fund (CSRF) project in collaboration with Timaru District Council to investigate and manage the safe removal of chemicals from the site and provide the landowner with a remedial action plan. Activities completed to date: Onsite testing of hazardous materials was completed, and an inventory of chemicals stored onsite was assembled. A Preliminary Site Investigation (PSI) was conducted and identified the potential risk to human health and the environment from contamination. Completed June 2016. Environment Canterbury secured funding (CSRF) for the removal of hazardous materials and site investigation(s). The removal of hazardous materials and equipment from the site was completed and the building was washed down as far as was practically possible. Completed November 2016. A building fabric contamination assessment was completed. Completed June 2017. Two detailed site investigations (DSI) have been completed including soil sampling, two rounds of groundwater sampling and sampling of the concrete foundations. Completed October 2017 and July 2019 respectively. What we need: There are two key Milestones to this phase of work: o Milestone 1 Completion of an Assessment of Remedial Options (ARO) and submission of a detailed ARO report outlining these options (including estimated costs and timeframes, and environmental risks and benefits). o Milestone 2 Completion of a Remedial Action Plan (RAP) and submission of a report completed in accordance with Contaminated Land Management Guidelines.",Awarded,,0,20250410 Environment Canterbury,21426525,Request for Proposals,Closed Competition,Environment Canterbury Banking Services,1711-19/20,20190816,20190927,20191220,Finance,Sole Agency,No,,"This Request for Proposal relates to the purchase of banking services. A summary of our requirements is that Environment Canterbury is seeking written proposals from banks to provide banking services that include, but are not limited to, transactional banking, foreign exchange, payment and card services. Environment Canterbury intend to contract for services with a Bank for its banking services for a period of five (5) years, with up to two (2) two years renewals at the sole discretion of Environment Canterbury. Company Overview Environment Canterbury (Canterbury Regional Council) is the second largest local government regional authority in New Zealand in terms of population and the largest in terms of land area. Equity as at June 2019 comprised $947 million with staff numbers of 608 spread across locations ranging from Kaikoura to Omarama. Environment Canterbury are also contracted to provide regional council & corporate services support to the Chatham Islands District Council.",Awarded,,0,20250410 Environment Canterbury,21493921,Request for Tenders,Open Competition,CAI Aerial Imagery Acquisition 2019-2020,1687-19/20,20190827,20190918,20200121,Information Services,Sole Agency,No,,"Canterbury Regional Council (The Council) invites tenders for the supply of colour digital orthorectified imagery to the Canterbury Aerial Imagery (CAI) from suitably qualified and experienced service providers. CAI members will be some or all of: Alpine Energy, Department of Conservation (DOC), Electricity Ashburton, Ashburton District Council, Timaru District Council, Hurunui District Council, Waimakariri District Council, Canterbury Regional Council, Waimate District Council, McKenzie District Council, Selwyn District Council, Kaikoura District Council, Waitaki District Council, Christchurch City Council, New Zealand Transport Agency (NZTA), Te Runanga o Ngai Tahu, Land Information New Zealand (LINZ), Main Power, Otago Regional Council. Canterbury Regional Council (as constituted under the provisions of the Local Government Act 2002) is the Principal acting as agent for the Canterbury Aerial Imagery.",Awarded,,0,20250410 Environment Canterbury,21505595,Request for Tenders,Open Competition,Timaru District Coastal Hazard Assessment,1733-19/20,20190829,20190925,20191120,,Sole Agency,No,,"Canterbury Regional Council and Timaru District Council have initiated a Coastal Hazard Study for the Timaru District (Project). The purpose of the Project is to identify areas of land within the jurisdictional boundaries of Timaru District exposed to coastal hazards. The Project includes the assessment of the following two coastal hazards: I. Coastal erosion II. Coastal inundation The technical outputs of this study will be used to inform delivery of the review of the Timaru District Council District Plan and will also be of significant value for a forthcoming review of the Regional Coastal Environment Plan. Outputs of the Project will be used for the development of coastal hazard planning provisions, future coastal asset planning including future coastal restoration and management initiatives, community awareness initiatives and as input data for possible future risk and vulnerability assessments. What we need We are looking to procure professional services to undertake coastal hazard assessments including development of a robust coastal hazard assessment methodology for the Timaru coastal environment, analysis of technical information, hazard mapping and technical reporting. The output information must stand up to peer review, be suitable for inclusion in the District and Regional Plans and able to be defended in Environment Court hearings if required. What we dont want Future risk and vulnerability assessments and risk management stages are not required as part of this scope of works. These future steps may be procured later. Although we will be looking to work with the community to increase the understanding of coastal hazards during this study, community engagement is not a capability requirement of this project. Whats important to us A proven coastal hazard assessment methodology in regard to implementing the key statutory legislation is important to us including the availability of specialist coastal technical capability. Responses to this invitation will also be evaluated on price because value for money is important to us and our communities.",Awarded,,0,20250410 Environment Canterbury,21554068,Request for Tenders,Closed Competition,Environment Canterbury - 1743-19/20 Timaru - On Demand Public Transport Operator,1743-19/20,20190906,20190927,20191203,,Sole Agency,No,,"Environment Canterbury is seeking a public transport operator to partner with for a Pilot and Trial of On Demand Public Transport (ODPT) services for Timaru. The components for the services requested within this On Demand RFT include the supply of vehicles, drivers, operations management and a contact centre. The successful vendor will partner with Environment Canterbury and the Software Vendor providing and operating the physical components for the delivery of services Environment Canterbury will be piloting the service for a period of 2 months before a 12-month trial. Throughout the pilot (UAT) and trial phases of the project, services will be increased to replace existing Public Transport Routes. Success for the trial will be measured in service uptake (existing and new users), customer satisfaction and farebox recovery.",Awarded,,0,20250410 Environment Canterbury,21628561,Request for Tenders,Open Competition,Environment Canterbury Public Transport Services,1756-19/20,20190918,20191111,20200227,Finance,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,21642040,Request for Tenders,Closed Competition,1743-19/20 On Demand Public Transport Technology RFT,1743-19/20,20190920,20191018,20191203,Finance,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,21744163,Request for Proposals,Open Competition,"Install Groundwater Monitoring Wells, Makikihi",1769-19/20,20191008,20191108,20200121,Field Services,Sole Agency,No,,"This procurement relates to the installation and development of three groundwater monitoring wells at Teschemaker Valley Road, around the location shown in Figure 1 and 2 below. As part of Environment Canterburys responsibilities, we monitor groundwater at locations throughout the region. Each year we aim to install new monitoring wells to enhance our monitoring network. This year, we plan to install a cluster of wells at different depths in the Makikihi area. The proposal is to drill three wells, around 15-20 m, 50 m and 120 150 m deep with 150mm steel casing and 2m stainless steel screens. The final screen locations will be decided in consultation with the driller during construction based on the geology encountered. Previous drilling in the wider area has highlighted the potential for sandy, sometimes heaving formations which may require special consideration for drilling and screening. The project is also subject to time constraints. We require the contract to be completed by the end of June 2020. Please ensure that you have the staff and availability to meet this deadline before submitting a tender. The Project Leader will confirm the exact site for installation of the wells with the drillers prior to mobilisation.",Awarded,,0,20250410 Environment Canterbury,21744292,Request for Proposals,Open Competition,Install Wells and Piezometers Wairepo Arm 2019,1770-19/20,20191008,20191108,20200121,Field Services,Sole Agency,No,,"This procurement relates to the installation and development of three groundwater monitoring wells and a series of piezometers south of Lake Ruataniwha in the upper Waitaki as shown in Figure 1 and 2. These wells are to support investigation into understanding movement of water and nutrients within the Wairepo Arm catchment. The proposal is to drill three wells, each 15-30 m deep with 150 mm steel casing and 2 m stainless steel screens, and; 8 piezometers, to be no more than 15 m deep. Final screen locations will be decided in consultation with the driller during construction based on the geology encountered. The project is also subject to time constraints. We require the contract to be completed by the end of June 2020. Please ensure that you have the staff and availability to meet this deadline before submitting a tender. The wells are to be installed on private land. The Project Leader will confirm the exact site for installation of the wells with the drillers prior to mobilisation.",Awarded,,0,20250410 Environment Canterbury,21760996,Request for Tenders,Open Competition,Kaikoura Rock Excavation and Placement,1771-19/20,20191010,20191030,20191204,Field Services,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,21831661,Request for Proposals,Open Competition,Estuary of the Avon and Heathcote Rivers/Ihutai Water Quality Report,1777-19/20,20191025,20191125,20200120,Field Services,Sole Agency,No,,"What we need is a report on the water quality within and just outside of the Estuary of the Heathcote and Avon Rivers/Ihutai for the period of 2007-2019. The water quality data have been collected by Environment Canterbury as part of the Healthy Estuary and Rivers of the City monitoring programme. The intent of the report is to answer a number of questions relating to: Seasonal and long-term water quality trends Links between water quality and ecosystem health, using relevant guidelines Links between water quality and macroalgae growth and seafood safe to eat Likely impact of significant events, such as the 2010/2011 earthquakes, and the installation of the ocean outfall for wastewater discharge. Current drivers of water quality issues Whats important to us is robust statistical analysis, an up to date understanding of the state and issues for the water quality in this area and summaries that are in non-technical language so the average person can understand the findings. This is an opportunity for you to use your technical skills and provide up to date information that Environment Canterbury, the Christchurch-West Melton Zone committee and partner agencies including local runanga, the Christchurch City Council and Avon-Heathcote Estuary/Ihutai Trust can use to make informed decisions.",Awarded,,0,20250410 Environment Canterbury,21995699,Request for Proposals,Closed Competition,Internal Audit 2019/20: Revenue/Rates Review,1836-19/20,20191126,20191219,20200626,,Sole Agency,No,,"A project to conduct one of Environment Canterburys internal audit reviews for the 2019/20 financial year. Your specialist skills and experience in the rating field will be critical to success in this project. The objective of this review is to complete benchmarked comparatives to other Regional Councils to provide observations on our rating structure. Considering rating effectiveness and equality; balancing rating simplicity and clarity with rateable cost recovery and actual/perceived services received.",Awarded,,0,20250410 Environment Canterbury,22167034,Request for Proposals,Open Competition,Parks User Survey,1871-19/20,20200114,20200207,20200831,,Sole Agency,No,,"Environment Canterbury Parks and Forest Team manage large areas of developed regional parks primarily along the banks of the Waimakariri and the Ashley river. As these areas have been developed for recreational use the need has arisen to get a view of how many visitors we are getting into the parks, who is using our parks, what are they doing when they are using the park, what they like/dislike about the park and what they would like to see in the parks from a recreational view. During this process we will also be looking to gather user data such as age, where they are visiting from, frequency of use etc although this is secondary to the general visitor information. It is envisaged that this process will be undertaken in 2 stages through out the year during the February/March period and August/September to gauge the difference in user during the summer and winter months. The information gathered will be used to form the long-term development plans for the regional parks and to provide a usable space for all recreational users.",Awarded,,0,20250410 Environment Canterbury,22215390,Request for Proposals,Open Competition,Upper Opihi Flood Modelling,1900-19/20,20200128,20200221,20200402,,Sole Agency,No,,"We require a detailed Mike Flood or Mike 21 model to quantify the extent and severity of flooding in and around Fairlie township, with depth, elevation, velocity and hazard outputs for 50, 200 & 500 year average recurrence interval (ARI) flood events.",Awarded,,0,20250410 Environment Canterbury,22320958,Request for Proposals,Open Competition,Digital Connectivity Identification and prioritisation of mobile black spots in rural Canterbury,1921-20/21,20200219,20200311,20200702,Strategic Policy,Sole Agency,No,,"This opportunity summarised: Crown Infrastructure Partners Limited and the Ministry of Business Innovation and Employment (MBIE) have GIS mapped mobile coverage using publicly available data, but experience on the ground and anecdotal evidence indicate a lack of confidence that this provides an accurate picture of the actual coverage that can be achieved throughout rural Canterbury. Because of the importance and economic significance of mobile coverage as an enabler for improved productivity and logistics, safety and emergency services, the tourism sector and communication in our rural communities, the Canterbury Mayoral Forum (in correspondence to and discussions with Ministers, Crown Infrastructure Partners and MBIE) has advocated targeting investment in mobile telecommunications infrastructure where it is likely to have the greatest impact on the economic and social development of the region. The successful contractor will ascertain available data (based on field testing, not modelling of expected coverage from cell towers) on mobile blackspots on highways in Canterbury. If necessary, information on blackspots may have to be crowdsourced from regional council and territorial authority field staff (via the Canterbury Engineering Managers Group). Once identified and confirmed with telcos and Crown Infrastructure Partners, the contractor will work with Canterbury Maps (Environment Canterbury) to map known mobile blackspots. In consultation with the Canterbury Mayoral Forum secretariat, the successful contractor will work with NZTA and other relevant stakeholders e.g. NZ Post, regional milk producers and emergency services to prioritise the identified gaps into a top 10 priority blackspots based on a set of agreed criteria to indicate economic and social significance. The Canterbury Mayoral Forum will then use this information to advocate with central government, Crown Infrastructure Partner and telcos to work towards resolving the priority blackspots by December 2020.",Awarded,,0,20250410 Environment Canterbury,22378975,Request for Proposals,Closed Competition,Consent Processing and Science Technical Advice Panel,1935-19/20,20200228,20200424,20200907,Science,Sole Agency,No,," Environment Canterbury (ECan) requires professional services for the processing of consent applications on behalf of the council. We are looking to appoint a panel of approved suppliers, with the capacity and the ability to successfully implement the councils policies and plans, to process resource consents within timeframes while providing excellent customer service. From time to time the services will also require technical scientific advice therefore the panel will be made up with a variety of suppliers with some or all of the required skill sets We are seeking suppliers that are able to demonstrate ability to process consents and/or provide science technical advice on behalf of the council within timeframes while providing excellent customer service and successfully implementing the councils policies and plans. The service provider should have knowledge of policies and plans, an understanding of the ECan (needs, culture and community expectations), extensive experience and knowledge within the region, including knowledge and experience of the cultural landscape, and demonstratable knowledge of the ECan consenting process. We are seeking suppliers that are able to demonstrate they are able to pick up the processing of consents in a flexible manner as and when required. Although we are not able to indicate the exact number of consents that will be processed by the panel, we expect that between 500 to 1000 consents a year will be allocated to the panel. Fluctuations in workload will occur throughout the average year.",Awarded,,0,20250410 Environment Canterbury,22385578,Request for Proposals,Open Competition,1908-19/20 ECAN RFP to Appoint a Media Agency,1908-19/20,20200302,20200503,20201105,Finance,Sole Agency,No,,"What we need We are seeking a primary Supplier to manage the whole process of selling, applying and removing advertising on public transport assets, on ECANs behalf. ECAN doesnt typically have revenue generating contracts and we need a Supplier that can help us make the most of this opportunity, to benefit our ratepayers and the Canterbury region. What we dont want We dont want a Supplier that cannot deliver (or successfully subcontract and manage) all parts of the service we require. Whats important to us We will be comparing Proposals on both quality and value for money to select the Supplier who can offer the best overall solution to utilise our advertising channels and maximise revenue. We want to work with a Supplier that understands the importance of strong working relationships and can work well with public transport operators. Why should you bid? The successful Supplier will have the opportunity to scope and utilise new advertising channels in the Canterbury region. There is room to develop other revenue channels across the Metro public transport network.",Awarded,,0,20250410 Environment Canterbury,22415390,Request for Proposals,Open Competition,Canterbury Hapua and Lower River Fish Surveys,1945-19/20,20200308,20200417,20200622,Science,Sole Agency,No,," We want fish surveys for large river hapua and lower reaches in Canterbury We want data that is comparable to historic information Safety, consistency, communication and experience will be key attributes of the successful supplier The opportunity to undertake the first comprehensive surveys of river mouths for 40 years ECan are responsible for managing water and aquatic habitat in Canterbury.",Awarded,,0,20250410 Environment Canterbury,22569830,Request for Proposals,Open Competition,Forest Produce 2019 2020,1996-19/20,20200423,20200515,20200831,Field Services,Sole Agency,No,,"Environment Canterbury is the Canterbury Regional Council and owns and manages 2700 hectares of plantation forestry around the region established initially for soil conservation purposes around the braided rivers. The forests now are an integral part of our Regional parks providing recreational spaces and biodiversity opportunities. We are requesting offers to purchase the trees for harvest on 53 hectares of Environment Canterburys land between the period 1 May 2020 30 August 2020. We require the purchaser to manage the harvest and to pay us by: Weight and grade, or Composite price by weight It is important to us that the maximum value is extracted from the forest without compromising the safety or health of workers or members of the public. It is also important that the harvest is managed to fit around ongoing stop bank construction and recreational use of the forest. We are committed to plains forestry for protection reasons and while the proposed contract is for one year, it has terms for extension for up to two additional one-year terms on additional volume. We expect to be harvesting through and beyond this three-year term around the Waimakariri and Ashley Rakahuri rivers under this contract.",Awarded,,0,20250410 Environment Canterbury,22905548,Request for Proposals,Open Competition,2066-20/21 ECAN Cafe Tender,2066-20/21,20200701,20200814,20201218,Accomm. & Fleet Services,Sole Agency,No,,"Canterbury Regional Council, trading as Environment Canterbury (ECan) is proposing a Catering and Caf Management Services contract involving the management of the staff caf and option of a coffee nook in the main foyer on the ground floor of the headquarters building at 200 Tuam Street, Christchurch, and for the provision of meeting and event catering to the organisation. The successful supplier will have a dedicated team of experienced, skilled personnel that can deliver consistently high standards to ensure Environment Canterburys Councillors, staff and visitors are served varied and excellent food and beverages. Environment Canterbury is looking for a credible supplier who has the capability, expertise, experience, resources and a proactive approach to manage the staff caf, coffee nook, including quality a barrister service, and to deliver trolley service food and beverages to meeting rooms throughout the building",Awarded,,0,20250410 Environment Canterbury,22978601,Request for Proposals,Open Competition,Waimakariri Regional Parks Toilet Cleaning,2071-20/21,20200716,20200731,20200831,Field Services,Sole Agency,No,,"We require gate opening and toilets to be cleaned at developed areas in the Waimakariri River Regional Park. There are five toilet blocks which require cleaning and seven-night gates to open. It is important that our users experience is positive, gates are opened at the required times and the toilet facilities are always presented to a high standard",Awarded,,0,20250410 Environment Canterbury,22992118,Request for Proposals,Closed Competition,2061-20/21 Operating Environment Modernisation,2061-20/21,20200720,20200914,20210330,Business Information Services,Sole Agency,No,,"Environment Canterbury (ECan) seek a partner to join us on our journey of transforming ourselves to a digitally enabled organisation. For us, going digital is all about adding value and efficiency to our users, customers and stakeholders. Whether making our services more accessible, speeding up consenting, improving planning insights, or increasing the effectiveness of our field staff thinking digitally promises multiple exciting improvements. We are seeking responses from our vendor partner that articulates and demonstrates how you will assist in taking us on this digital innovation journey. We know that success means change; change to culture, process, behaviours, services and supporting systems, and we embrace this. As you will discover in this Request for Proposal (RFP), we understand our business motivations for change and what this means for our technical services. We also understand that we need to transform our technology platform to enable the changes we are seeking. Our Digital Optimisation Programme is already underway, with several foundational programmes already addressing some of the complex business challenges we currently experience. The purpose of this Operating Environment Modernisation (OEM) RFP document is to inform you of our vision and what we are looking for, and to give you the opportunity to propose how you can be part of this journey, from a technical perspective, with us.",Awarded,,0,20250410 Environment Canterbury,22998056,Request for Quotations,Open Competition,Landscape Maintenance,2065-19/20,20200721,20200807,20200829,Field Services,Sole Agency,No,," We are looking for a contractor who has keen eye for detail who will ensure our landscape gardens are maintained to a high standard. The contractor will commit to a regular schedule to ensure the landscape plantings meet this standard at all times. We dont want to have to point out to our contractors that various landscape plantings are not meeting standards. We dont want inconsistent results throughout the year. Ensuring our landscape gardens are kept to the highest standard is what this contract is about. This is a great opportunity to secure a two (potentially three or four) year contract operating in high visibility areas. We are also keen to explore the potential of spray free options for some of our gardens (e.g. more frequent visits, use of steam or other ideas).",Awarded,,0,20250410 Environment Canterbury,23234737,Request for Tenders,Open Competition,2138-20/21 ECAN Aerial Imagery 2020-2021,2138-20/21,20200907,20200930,20201105,Business Information Services,Sole Agency,No,,"Canterbury Regional Council (The Council) invites tenders for the supply of colour digital orthorectified imagery to the Canterbury Aerial Imagery (CAI) from suitably qualified and experienced service providers. CAI members will be some or all of: Alpine Energy, Department of Conservation (DOC), Electricity Ashburton, Ashburton District Council, Timaru District Council, Hurunui District Council, Waimakariri District Council, Canterbury Regional Council, Waimate District Council, McKenzie District Council, Selwyn District Council, Kaikoura District Council, Waitaki District Council, Christchurch City Council, New Zealand Transport Agency (NZTA), Te Runanga o Ngai Tahu, Land Information New Zealand (LINZ), Main Power, Otago Regional Council. Canterbury Regional Council (as constituted under the provisions of the Local Government Act 2002) is the Principal acting as agent for the Canterbury Aerial Imagery. The region and area of imagery capture is specified in an attachment to this document.",Awarded,,0,20250410 Environment Canterbury,23274298,Request for Proposals,Open Competition,2118-20_21 LLUR Public Website Redevelopment,2118-20/21,20200914,20201009,20210209,Business Information Services,Sole Agency,No,,"Environment Canterbury (The Buyer) has developed, and maintained, the Listed Land Use Register (LLUR) as a database to manage information about land within the Canterbury Region that is, or has been, associated with the use, storage or disposal of hazardous substances, or where hazardous activities and industries have been located. The LLUR database is made accessible to the public, consultants, and other Councils, by way of two externally facing web applications including the site located at https://llur.ecan.govt.nz/. Recent upgrades to the internal LLUR application have affected multiple required functions on the external LLUR websites, resulting in inefficient exchange of information and work processes for both staff and external partners and decelerated release of information. The next iteration of development will reintroduce functionality, securely, within the public version of the LLUR application, utilising Environment Canterburys existing Customer Single Sign On (CSSO) technology for user digital identity management as described in Appendix 2A. The Buyer is looking to procure development of a single replacement web application, designed to merge and restore functionality for all external users of the LLUR database, while providing an efficient and intuitive user experience. The Buyer is not looking for Out of the Box existing software but requires a bespoke solution to meet the needs of external customers. The Buyer does not want a complex or unfriendly application, nor a solution to manage existing processes within the current back office software.",Awarded,,0,20250410 Environment Canterbury,23398057,Request for Proposals,Open Competition,Three Water Review,2196-20/21,20201005,20201102,20210112,Finance,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,23497467,Request for Proposals,Open Competition,McLeans Island Deep Well,2216-20/21,20201022,20201127,20210406,Science,Sole Agency,No,,"The proposal is to drill one deep well through the braided river gravel sequence at McLeans Island and install with 150 mm steel casing and 2 m stainless steel screens. The target termination criteria is the contact with lower permeability silt/clay/mudstone anticipated at the base of the high permeability quaternary braided river gravels. There are currently no drillholes >150 m in the vicinity and geological interpretation at depth is from geophysical survey and knowledge of the regional geological formation sequence. The drilling and installation of this well will provide field evidence of the deeper geological sequence in the region and will generate a lot of interest from several third parties including agricultural, local council and academic groups. The completion of this deep well will be a notable addition to the resume of the successful bidder.",Awarded,,0,20250410 Environment Canterbury,23515046,Request for Tenders,Closed Competition,Kaiapoi Flood Protection McIntoshes Bend Rock,C2120 - 19/20,20201028,20201110,20210311,Field Services,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,23548989,Request for Tenders,Open Competition,Rakaia River Erosion Protection Griggs Rd 2020,2193 - 20-21,20201103,20201112,20201123,Field Services,Sole Agency,No,200 Tuam St,"This work is part of the flood protection and flood control work for the benefit of the Lower Rakaia River Rating Area. Due to flooding in December 2019 and subsequent high flow events, a section of erosion protection vegetation and farmland next to the Rakaia River was eroded. The main erosion bay is about 300m across, with a raw bank length of about 360m. This contract involves the construction of: ? 7 gravel groynes with anchored tree protection (a total of 213m of groynes) ? 6 of these to have associated trenches with buried trees (a total of 148m of trenches) ? 200m of anchored tree protection between groynes",Awarded,"Thank you for your interest in tendering for this work. There was a good level of interest and a close, competitive tender evaluation from several suitably qualified companies. Name of successful tenderer: Harmer Earthmoving Price of successful tender: $147,273.50 Number of tenders received: 7 Price range for conforming tenders: $147,273.50 to $198,748.38 Range of scores for each non-price attribute: ? Track record: 6-8 ? Methodology: 5-8 ? Resourecs: 4-8",147274,20250410 Environment Canterbury,23567943,Request for Proposals,Closed Competition,Canterbury climate change risk assessment,2053-20/21,20201105,20201118,20210408,Strategic Policy,Sole Agency,No,,"The Canterbury regional climate change working group, senior staff from Canterbury councils, Te Runanga o Ngai Tahu and papatipu runanga, completed a climate change risk screening for Canterbury in April 2020. This screening identified a set of priority risks and opportunities from climate change to Canterburys natural environment, built environment, social, cultural, economic and governance domains. A companion report was also completed providing an overview of adaptation work already being undertaken by councils within the region. The working group now wish to conduct a detailed assessment of the priority risks identified in the screening, including adaptation urgency and gaps in evidence. In particular, the working group are looking for an assessment that can support adaptation planning by local authorities and runanga in Canterbury by incorporating cascading risks from climate change, Ngai Tahu values and matauranga Maori. Environment Canterbury, on behalf of the Canterbury regional climate change working group, wish to contract climate change risk assessment expertise to develop an approach to a detailed climate change risk assessment, design and carry out an engagement process and produce a technical report and public-facing outreach/engagement materials on methodology and results. The purpose of this request for Request for Proposals (RfP) is to invite short-listed parties to submit a proposal with Environment Canterbury (ECan) for the above tasks",Awarded,,0,20250410 Environment Canterbury,23721519,Request for Proposals,Open Competition,Cumulative effects of Groundwater Abstraction,2324-20/21,20201202,20210115,20210203,Science,Sole Agency,No,,"What is the cumulative effect of groundwater abstraction? is one of Environment Canterburys Groundwater Sections key questions. We have established a working group to guide our data collection, analysis and research. We want you to assess available methods, via a desk-based literature review, to measure and model cumulative effects. This should focus on methods that allow groundwater abstraction to be separated from climate effects. We have previously used existing methods including water balances, eigen modelling and regional-scale numerical models to assess cumulative effects, but each method has limitations and cannot always be applied to the right area at the right time. We will work with you throughout the project, starting with project initiation workshop, to determine the best methods for the data we collect at the right scale in time and space (cumulative versus local, short-term versus seasons). This project is focussed on cumulative and seasonal to multi-year effects. We dont want to reinvent the wheel and be delivered a report with existing Environment Canterbury methodology. We do want you to be innovative and look for other methods from national and international examples and compare them to our existing toolbox. At the project initiation workshop, we will provide an overview of what we have done previously. We would like you to focus on less-data intensive methods that do not require maintaining large-scale regional models. We want you to let us know what datasets we need to implement some of the methods, and which ones can be currently applied with our existing data. This project focuses on scientific methods for assessing cumulative effects, not management of them. You should bid for this proposal if you can bring systematic and innovative thinking to an international problem. We will support you with our knowledge of previous work and available datasets.",Awarded,,0,20250410 Environment Canterbury,23761319,Request for Proposals,Open Competition,2080_20/21 Temuka River Protection - Bulldozer Replacement,280-20/21,20210115,20210226,20210521,Accomm. & Fleet Services,Sole Agency,No,,"Environment Canterbury is looking to find a practical fit for purpose unit to replace its current Komatsu D65 PX-15 Bulldozer. This unit operates in our South Canterbury region with approx. 1200 operational hours annually. Environment Canterbury has a long-term focus for its flood protection work and would expect any new purchase should not only meet its operational requirements but perform to its fullest capabilities for the next 10-12 years. We would look at achieving this by working closely with the awardee to keep a new unit serviced and maintained regularly to achieve maximum performance with limited downtime. Applicates should consider the long-term servicing support as part of their proposal, along with details of warranty and replacement parts on high wear areas of the unit. Over the current units lifespan, Environment Canterbury has modified the existing bulldozer to meet its operational requirements. Our goal is to have these implemented ex-factory or modified pre delivery to eliminate unnecessary wear & tear and improve the units lifespan. Environment Canterbury organisational goal is to explore technology to reduce carbon emissions and impact on the environment. Due to this our preference will be for any new heavy plant item to include Tier 4 rated engine technology, but we will consider any option that will reduce our carbon footprint.",Awarded,,0,20250410 Environment Canterbury,23788044,Request for Proposals,Open Competition,2209-20/21 Helicopter Services Panel for ECAN,2209-20/21,20201218,20210212,20220404,Business Support,Sole Agency,No,,"The purpose of this RFP is to invite Prospective Suppliers to submit their proposals for the Helicopter services Panel to support all departments of Environment Canterbury (ECan) in the delivery of a variety of their services to the Canterbury regions communities. To undertake these services ECAN require helicopter operators, who are able to provide licenced, skilled and experienced pilots with significant local knowledge gained in the regions they wish to be considered for. Health and Safety is paramount to ECAN, and the selected Operators will have strong processes and track records to demonstrate the importance of this to their organisations respectively. ECAN staff are not currently able to travel on R44 helicopters",Not Awarded,ECAN decided to go a different route,0,20250410 Environment Canterbury,23805907,Request for Proposals,Open Competition,Ref 2349-20/21 Capping of the Washdyke Pipes,2349-20/21,20201222,20210120,20210330,Field Services,Sole Agency,No,,"This tender is for the capping of the Washdyke pipes with concrete to protect them again a retreating beach and avoid them floating if water overtops the current bank. To complete this work the follow plan outlines the steps that are required to be taken. We are open to suggestions on easier/safer/quick option. The main controlling factor for this work is the tides.",Not Awarded,The works on the Washdyke Pipes has been delayed indefinitely until further funding for this work can be sourced. This will likely be retendered next financial year.,0,20250410 Environment Canterbury,23853455,Request for Proposals,Open Competition,Huritini/Halswell Weed Barrier Replacement Stage 1,C2356-20-21,20210115,20210209,20210420,Field Services,Sole Agency,No,,"This Request for Proposal (RFP) is the first of three stages of consultancy procurement for this project which is part-funded through the central governments COVID-19 Response and Recovery Fund administered by the Provincial Development Unit (PDU) in the Ministry of Business, Innovation and Employment. The overall budget approved for this project is $1M inclusive of all design and construction costs. The three stages of the project are as follows (subject to change at Environment Canterburys discretion depending on the outcome of Stage 1): Stage 1: Investigation, consultation and design options development This RFP. Carry out research on the problem, consult with stakeholders and develop conceptual design options. Stage 2: Final detailed design, consenting and tender document preparation Progressively develop the design chosen by Environment Canterbury, prepare and lodge resource consent applications and prepare a full construction tender document including construction drawings. Note Stage 2 is not part of this RFP. Stage 3: Construction management Supervision of construction, monitoring project outcomes and oversight of health and safety. Note Stage 3 is not part of this RFP. We seek an experienced consultant who will work closely with Environment Canterbury and lead Stage 1 of the project.",Not Awarded,No Responses received from possible suppliers,0,20250410 Environment Canterbury,23898045,Request for Proposals,Open Competition,2366-20/21 Waimakariri Upstream Berm Transition Project,2366-20/21,20210126,20210222,20210504,Field Services,Sole Agency,No,,"We are seeking a supplier who is capable of delivering all aspects of a three-year weeding and enhancement project over 93 hectares of the Waimakariri River berm. For us the most important thing is retaining the native, non-target vegetation scattered amongst weed species. Second to that is well-planted, well sourced, genetically diverse and high-quality enhancement plants. We dont want corners cut and quality sacrificed. This is an opportunity to selectively transform a large area of river berm from standing exotic flood protection trees and weeds into a more diverse and functioning habitat. If you are interested in high-spec, multi-year ecological enhancement projects then you should bid. Environment Canterbury manages extensive areas of riparian vegetation primarily for the purpose of flood control. We also seek to manage the diverse habitats, native populations, and exotic weeds on these berms throughout the region. A site visit will be held on Wednesday 3rd February at 10:00am meeting on the access road near the corner of Bleak House road and Old West Coast road. This will be an opportunity to discuss the project and look at some key locations on the ground.",Awarded,,0,20250410 Environment Canterbury,23996494,Request for Proposals,Open Competition,2384_20_21 Rangitata River Flood Scheme Reinstatement 2021,2384_20/21,20210218,20210309,20210408,Finance,Sole Agency,No,,"The Canterbury Regional Council (CRC) has a statutory function under the Soil Conservation and Rivers Control Act 1941 to manage land use within the region to prevent and mitigate damage caused by floods and erosion (see s126 of the Act). This work is part of the flood protection and river control work for the benefit of the Rangitata River Rating District. This project is part-funded through the central governments COVID-19 Response and Recovery Fund administered by the Provincial Development Unit (PDU) in the Ministry of Business, Innovation and Employment.",Awarded,,0,20250410 Environment Canterbury,24009260,Request for Proposals,Open Competition,Environment Canterbury Decarbonisation Roadmap,2415-20/21,20210222,20210315,20210324,Finance,Sole Agency,No,,"Regional Councils are responsible for managing their regions natural resources the air, soil, water and how land use affects the environment. Environment Canterbury has around 630 full-time equivalent staff across Canterbury. As a regional council, our specific responsibilities include: regional planning, consenting and compliance to manage land use and water quality, soil, air, and the coastal environment hazard management and flood protection biodiversity and pest management public transport services harbour navigation and safety, and marine pollution response regional parks civil defence environmental monitoring and reporting. Environment Canterbury are seeking services to develop a decarbonisation roadmap for organisational emissions reduction . This roadmap will capture our baseline emissions and inform possible future investment opportunities and initiatives that could be implemented.",Awarded,,0,20250410 Environment Canterbury,24129820,Request for Proposals,Open Competition,Fare Review - Economic and Feasibility Study,2455-20/21,20210326,20210423,20210823,Finance,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,24137895,Request for Proposals,Open Competition,2423_20_21 Waiau Stopbank Construction and Remediation,2423-20/21,20210329,20210422,20210818,Finance,Sole Agency,No,,"Environment Canterbury Regional Council (CRC) has a statutory function under the Soil Conservation and Rivers Control Act 1941 to manage land use within the region to prevent and mitigate damage caused by floods and erosion (see s126 of the Act). This work is part of the flood protection and river control work for the benefit of the Waiau Town River Rating District. This project is part-funded through the central governments COVID-19 Response and Recovery Fund administered by the Provincial Development Unit (PDU) in the Ministry of Business, Innovation and Employment.The Waiau Township has been subject to numerous flood events from both the Mason and Waiau rivers, post-colonial settlement in the mid-19th century. Numerous ad-hoc stopbanks have been constructed over the past century, the earliest dating between 1907 and 1922 by the Waiau Riverside Protection Board. Most of these works were undertaken in a reactionary manner, during or following flood events. Modelling and investigation undertaken by members of CRCs Natural Hazards team in 2015 confirmed the risk that the Mason River poses to the township, especially in the section immediately upstream of the Inland Road bridge where a vulnerable, earthquake damaged stopbank is located. The work proposed within this contract seeks to improve the level of flood protection to Waiau through the remediation and strengthening of two existing stopbanks on Inland Road and through the construction of a new stopbank which will border the Western side of the town.",Awarded,,0,20250410 Environment Canterbury,24147310,Request for Proposals,Open Competition,2457-20/21 Ashley River Vegetation Clearance,2457_20/21,20210330,20210427,20210521,Field Services,Sole Agency,No,,"The project involves removing vegetation which is currently choking a 13 km section of the Ashley River Rakahuri between Ashley Gorge and approximately 1 km east of Cottles Road. This choking of the river by mature trees, mostly willow, and brush weeds is causing the river to spread laterally, resulting in erosion and loss of productive farmland. This proposal is the first stage of a project to restore a more natural braiding river regime for the Ashly Rakahuri and Okuku Rivers. The end result will be reduced flood risk together with improved natural character, including habitat for native species.",Awarded,,0,20250410 Environment Canterbury,24182635,Request for Proposals,Open Competition,Development of Water Use Manual,2452-20/21,20210408,20210430,20210614,Field Services,Sole Agency,No,," What we need Environment Canterbury is seeking to build on and extend the scope of its existing Water Use Data Management Guidelines to provide the technical knowledge and writing skills to develop and subsequent publication of a Water Use Manual, that can be utilised by Consent Holders, Service Providers and Environment Canterbury Staff What we dont want Environment Canterbury is not seeking the development of tools or technology to manage water use data, nor any infrastructure development manage water use data. Whats important to us. Given the detailed nature of the requirements, and the need to be aligned with National and Industry standards, we are seeking a supplier with significant understanding of water use data within New Zealand, with practical and demonstrable knowledge of the following: water engineering, irrigation design and water measurement technical expertise understanding of consents, consents planning and associated processes background in compliance monitoring and/or RMA investigations high-level of systems thinking and (business) analytical experience. Why should you bid? You have proven experience of producing technical documentation of this nature, that is available for consumption both by technical experts and the general public, along with understanding the legislative requirements re documents / information packs of this nature.",Awarded,,0,20250410 Environment Canterbury,24185366,Request for Proposals,Open Competition,Identifying Regionally Significant Surf Breaks,2480-20/21,20210409,20210430,20210506,Strategic Policy,Sole Agency,No,,"Environment Canterbury is embarking on a significant planning review programme that includes the Regional Policy Statement and the Regional Coastal Environment Plan. This procurement opportunity relates to obligations that Environment Canterbury has under the New Zealand Coastal Policy Statement (NZCPS) to protect the values of the regions significant surf breaks. This includes requirements under NZCPS Policy 2 to protect the rights of mana whenua, Policy 16 to protect surf breaks of national significance, Policy 13 for the perseveration of natural character and Policy 15 for the protection of natural features and landscapes. The Canterbury region has two surf breaks of national significance that have already been identified in the NZCPS, both located in Kaikoura Mangamaunu and Meatworks. There has been no further work to identify other surf breaks in Canterbury that are significant on a regional scale. Environment Canterbury is seeking to undertake a significance assessment of all the surf breaks in Canterbury to inform the development of the regional planning framework. In order to develop a fit for purpose and responsive planning framework we also need to understand the potential threats to the regions significant surf breaks.",Awarded,,0,20250410 Environment Canterbury,24185458,Request for Quotations,Open Competition,Management Framework for Marine Biodiversity,2479-20/21,20210409,20210430,20210514,Strategic Policy,Sole Agency,No,,"What we need: An overview and analysis of the current framework for managing marine biodiversity and ecosystems, summarised in a well-written, well-illustrated and concise report. What we dont want: Full details of all the management tools. Recommendations about the role of regional councils in managing marine biodiversity and ecosystems Whats important to us: We want to fully understand the current management regime in this complex and changing area, before we explore the options for our regional policy and planning documents. We want clear identification of the gaps in the current framework (if any). Why you should bid This is an exciting opportunity to contribute to the knowledge and information basis that will underpin the Regional Councils development of the regional planning framework. This is an opportunity to demonstrate strong policy analysis skills, in an area that is likely to be of wider interest to central and local government.",Awarded,,0,20250410 Environment Canterbury,24217199,Request for Proposals,Open Competition,Forestry Land Preparation 2021,2500-20/21,20210419,20210505,20210513,Field Services,Sole Agency,No,,"Environment Canterbury is the Canterbury Regional Council who own and manage forestry blocks alongside various rivers in Canterbury. These blocks are partially managed for flood protection, soil conservation, recreation, biodiversity, and timber production. We are seeking contractors who can conduct V-Blading, Ripping & Mounding of our post-harvest & new afforestation sites. This calendar year we have at least 80 hectares of cutover requiring replanting. We require the successful applicant to manage the site and complete the work to Specifications prior to planting. We require the work to occur within the Period 1st June 2020 to 23rd July 2020. This opportunity is for the initial years land preparation contract, plus the opportunity to extend for two subsequent years with the maximum term being three years. Generally, we harvest and replant 75 hectares of plantation forestry a year, and therefore indicate future contracts will maintain this level of work. Quality of work is the most important aspect to us with additional weightings on price and health and safety management.",Not Awarded,,0,20250410 Environment Canterbury,24217801,Request for Proposals,Open Competition,Physical Security Services,2412-20/21,20210419,20210517,20210928,Accomm. & Fleet Services,Sole Agency,No,,"What we need Canterbury Regional Council, trading as Environment Canterbury (ECan) is proposing a physical security contract involving intruder alarm response, patrols, vehicle and perimeter checks for office accommodation in Christchurch and Timaru and depots across the region. The contract also involves ad hoc static guarding services for the Christchurch office. The successful supplier will have a dedicated team of experienced, skilled personnel that can deliver consistently high standards to ensure Environment Canterburys assets remain secure. Whats important to us Environment Canterbury is looking for a credible supplier who has the capability, expertise, experience and resources to deliver physical security services at multiple locations with a proactive approach. We are looking to work with a Supplier who can deliver a cost-effective service and improve the standard of service delivery. The successful supplier will have a demonstrated passion for their industry and strive to continuously improve their performance in the physical security sector. The successful supplier will work collaboratively with ECan to record and report back on issues affecting the assets. The successful supplier needs to be focused on providing ECan with an effectively managed contract, providing the best long-term delivery of physical security services. A collaborative approach is critical to the contract as ECan wants to partner with a Supplier who understands the needs of our staff and visitors and who has a genuine desire to put their interests first. The supplier needs to have a track record of working in a community setting with multiple stakeholders. Why should you bid? This is a unique opportunity to provide your services in a way that contributes to making Environment Canterburys assets safe, functional, and accessible.",Awarded,,0,20250410 Environment Canterbury,24255257,Request for Proposals,Open Competition,2083-20/21 ECAN Internal Audit,2083-20/21,20210430,20210514,20210621,Finance,Sole Agency,No,,"Environment Canterbury is looking for a partner to complete scheduled internal audit reviews based on our internal audit plan that was signed off in July 2020. We will be looking to differentiate proposals based on your ability to match our expectations. Environment Canterbury is seeking responses from a closed tender group, identified as the tier one audit firms listed in the all of government consultancy services list. This group was identified as being suitably capable and competent to deliver the services and provide the added value required for an organisation requiring both audit services and business improvement. If youre interested in responding to this request for proposal, we would encourage questions through the GETS system and offer an equal chance for all respondents to meet and greet key staff involved in the process when presenting your proposal.",Awarded,,0,20250410 Environment Canterbury,24330729,Request for Proposals,Open Competition,2556-20/21 Greater Christchurch Partnership Spatial Plan Project Lead,2556-20/21,20210524,20210614,20210624,Greater Christchurch Partnership,Sole Agency,No,,"Greater Christchurch is New Zealands second largest urban centre, and the principal economic hub and gateway of the South Island. The Greater Christchurch Partnership (GCP) have worked collaboratively and effectively for many years to coordinate urban development, land use and transport planning for our sub-region. The GCP are undertaking a strategic reset for the sub-region to set a clear future direction to support intergenerational wellbeing in the context of population growth, climate change and moving to a net zero carbon economy. GCP is gearing up to work in partnership with central government to prepare a new Spatial Plan for the sub-region. Through Greater Christchurch 2050, the community has collectively expressed an aspiration of the kind of place they want for future generations. The spatial planning process will enable further exploration into actions we need to take over the next 30 years to make it happen. This work will culminate in a plan that is real and achievable from the partner organisations (including Central Government) and a possible Urban Growth Partnership. GCP is seeking a highly capable and experienced Project Lead to travel on this journey with us. The overall project duration is projected to be two years. We are seeking an initial engagement contract until 31 December 2021, with the consideration to extend the engagement period in due course.",Awarded,,0,20250410 Environment Canterbury,24447411,Request for Proposals,Open Competition,2610-20-21 Economic Model for Canterbury Region,2610-20/21,20210621,20210709,20210826,Strategic Policy,Sole Agency,No,,"Environment Canterbury seeks expressions of interest from consultancies: 1. to build an economic model 2. produce a baseline scenario report from the modal output, and 3. produce a final report using the preferred scenario to assist staff to provide advice to the Regional Council on the economic and environmental consequences of various policy options. We are seeking a model that: Can be used by Environment Canterbury to explore the economic, environmental social and cultural impacts of policy options under various scenarios Will be built to be usable within Environment Canterburys information and technology systems Can provide information at regional, district, and sub-regional scales Is dynamic and can be updated as new information becomes available Incorporates ecosystem services The initial use of the economic model will be to inform policy options for the regional planning framework including policy on urban growth patterns, natural hazard management and coast, land, and water management. Going forward, the model will be used to inform strategic and operational requirements of the Council. The model requires information from a range of disciplines and to assist this, Environment Canterbury will appoint a panel of experts to support the development of the model and to provide constructive feedback to improve the model. The panel of experts will have expertise in: Ecosystem services assessment Canterbury farm systems Freshwater ecologist Farming industry and related regional economics Coastal systems; and Canterburys urban development patterns and drivers An independent economist will be appointed to peer review two economic reports.",Awarded,,0,20250410 Environment Canterbury,24586939,Request for Proposals,Open Competition,NZ Emission Trading Scheme FMA Plots & Processing,2664-21/22,20210722,20210816,20210928,Field Services,Sole Agency,No,,"Environment Canterbury currently owns and manages 604.6 hectares of post-89 New Zealand Emissions Trading Scheme (ETS) plantation forest around the region which requires monitoring to ETS Field Measurement Approach (FMA) standards for the next Mandatory Emissions Return Period (MERP). We require a suitably qualified contractor to be responsible for collecting, processing and reporting data using the FMA standards to MPI in the required format before the end of the commitment period (31st December 2022). Last MERP we had 54 plots allocated, this RFP requires a price for the same number, however, requires a contractor who is flexible to changes in plot locations or number if required by MPI during this period as our forest estate will see some afforestation over this period.",Awarded,,0,20250410 Environment Canterbury,24634302,Request for Proposals,Open Competition,2668-21/22 Kainga Depot Redevelopment,2668-21/22,20210804,20210914,20211116,Finance,Sole Agency,No,,"Canterbury Regional Council, trading as Environment Canterbury (Ecan) is seeking proposals from qualified contractors to carry out a design and build development project at our existing Kainga Depot site (1330 Main North Road, Christchurch). The ECan Kainga Depot has been servicing, supporting and benefiting the surrounding area for decades. Due to ongoing organisational expansion, ECan need to undertake development work at the Depot in order to provide better and additional working spaces to meet the current demand and future demand for this site. We are looking to remove some of the existing buildings to create new office accommodation to house 70 staff with an open plan office concept with additional break out space and at least 2 meeting rooms (one to house at least 20 pax.). In addition, will require a staff room, showers and drying area for the wet weather clothing and gumboots, and lockers for this equipment. We need lockers in the office space and a mixture of desking and collaboration spaces where people can opt to sit, rather than one person per each desk option. In addition to the office space we require additional garaging space, which could ideally be attached to the office.",Awarded,,0,20250410 Environment Canterbury,24669305,Request for Proposals,Open Competition,2691-21/22 Canterbury Aerial Imagery,2691-21/22,20210812,20210903,20211101,Business Information Services,Sole Agency,No,,"Canterbury Regional Council (The Council) invites tenders for the supply of colour digital orthorectified imagery to the Canterbury Aerial Imagery (CAI) from suitably qualified and experienced service providers. CAI members will be some or all of: Alpine Energy, Department of Conservation (DOC), Electricity Ashburton, Ashburton District Council, Timaru District Council, Hurunui District Council, Waimakariri District Council, Canterbury Regional Council, Waimate District Council, MacKenzie District Council, Selwyn District Council, Kaikoura District Council, Waitaki District Council, Christchurch City Council, New Zealand Transport Agency (NZTA), Te Runanga o Ngai Tahu, Land Information New Zealand (LINZ), Main Power, Otago Regional Council. Canterbury Regional Council (as constituted under the provisions of the Local Government Act 2002) is the Principal acting as agent for the Canterbury Aerial Imagery. The region and area of imagery capture is specified in an attachment to this tender.",Awarded,,0,20250410 Environment Canterbury,24680927,Request for Proposals,Open Competition,2677-21/22 Rangitata River Erosion Protection,2677-21/22,20210816,20210907,20210928,Field Services,Sole Agency,No,,"This is a joint project between Environment Canterbury Regional Council (ECAN) and the Timaru District Council (TDC) to manage the erosion risk at the Peel Forest closed landfill located on the right bank of the Rangitata River. These works are a temporary measure to reduce the risk of landfill material being eroded into the river whilst a long term plan for the management of the closed landfill is developed. This project is being part-funded through the central governments COVID- 19 Response and Recovery Fund administered by the Provincial Development Unit (PDU) in the Ministry of Business, Innovation and Employment. This project is being done under the permitted activity provisions for river works of the Canterbury Land & Water Regional Plan and must be done in accordance with the Canterbury Regional Code of Practice for defences against water and drainage schemes. A flood event in December 2019 caused erosion of the right bank of the Rangitata River in a number of locations including at the Peel Forest closed landfill located at the end of Dennistoun Road. During this event some superficial waste from the perimeter of the landfill entered the river and was subsequently cleaned up (Figure 1). There is concern that further erosion of the right bank could result in parts of the main landfill falling into the river. TDC are leading ongoing investigations into long term management options for the closed landfill including removal of the landfill material. These investigations along with funding arrangements are expected to take several years to progress so an interim solution to reduce the risk of further erosion is desired.",Awarded,,0,20250410 Environment Canterbury,24691110,Request for Quotations,Closed Competition,2706-21/22Upper Ashburton River Predator Control,2706-21/22,20210817,20210831,20210928,Field Services,Sole Agency,No,,"The Regional Council is looking to continue the trap servicing of an established and ongoing predator trapping programme in the Upper Ashburton/Hakatere River for the 2021/22 year. Trapping targets feral cats, mustelids, hedgehogs, possum and rodents in the upper catchment in an attempt to reduce predation on native braided river birds such as wrybill, dotterel and black-fronted tern, but also on all native fauna generally. Approximately 340 traps are to be serviced at the Upper Ashburton/Hakatere site on a fortnightly basis. Tasks to undertake include: Fortnightly/2x month checking and rebaiting of traps at both locations Recording of predator trap kill results on provided data sheets and submission of these to Council and into Trap NZ at the end of each month Liaison with relevant landowners in which traps are located Anticipate high river flows and consequently adjust trap location when necessary Maintaining traps? Procuring traps? Skills and abilities: Experience maintaining trap lines in braided river environments Experience in servicing trap lines within high country environments 4WD experience Trap servicing to ensure traps remain in good working order Knowledge of predator ecology (feral cats, mustelids, hedgehogs, possum and rodents) relevant to baiting and micro-trap placement following servicing Awareness of sensitive braided river environments and ability to identify native flora and fauna to ensure trap servicing/driving does not disturb or harm these species. Ideally a familiarity with the trapping area(s) Good communication skills, especially with high country run holders and Environment Canterbury staff",Awarded,,0,20250410 Environment Canterbury,24855009,Request for Proposals,Open Competition,Cleaning and Hygiene Services Timaru,2742-21/22,20210922,20211027,20211206,Accomm. & Fleet Services,Sole Agency,No,,"Canterbury Regional Council, trading as Environment Canterbury is proposing Cleaning, Catering Serving and Hygiene Services for part time during the day from 9:30am -12:30pm, (or 3 hours within a morning tea-time through till lunch time), to clean and prepare the staffroom for morning tea and lunchtime, serve any ordered catering to meeting rooms, and clean areas identified in the cleaning schedule attached. As staff will be working during business hours, we will still require a night cleaner for 2 hours a night, to clean the office areas occupied with staff during the day. The successful supplier will have a dedicated team of experienced, skilled personnel that can deliver consistently high standards to ensure Environment Canterburys staff and visitors have clean facilities to work and meet in.",Awarded,,0,20250410 Environment Canterbury,24888142,Request for Proposals,Closed Competition,Te Waihora Website Redevelopment,2751-21/22,20210929,20211018,20211123,Finance,Sole Agency,No,,"We are looking to partner with a vendor to help articulate the story of Te Waihora/ Lake Ellesmere, its catchment to the community and the vision of Te Waihora Co-Governance (CoGovernance), in an engaging and dynamic way, and to reflect the shared commitment to the restoration and rejuvenation of the mauri and ecosystem health of Te Waihora/Lake Ellesmere. The successful vendor will design and develop the Te-Waihora website, and a website content strategy that will support the vision and long-term goals for Co-Governance. They will also provide a secure and easy to use content management system for content delivery. The website will meet the needs and expectations of key stakeholders and provide a visually compelling experience through rich visual story-telling and advanced web technologies.",Awarded,,0,20250410 Environment Canterbury,25011300,Request for Tenders,Open Competition,"2767-21/22 Orari River at Inglis Road, Stopbank Rebuild",2767-21/22,20211027,20211115,20211221,Finance,Sole Agency,No,,"This Request for Tenders (RFT) is for the rebuilding of a total of 950 metres of stopbank at three locations on the Orari River in Central Canterbury near Geraldine. The stopbank rebuild is part of the flood recovery project to repair flood damage sustained during the 28-31 May 2021 flood. Works include reinstating berm fill under and adjacent to the stopbanks, construction of the stopbanks and formation of erosion protection bunds.",Awarded,,0,20250410 Environment Canterbury,25021237,Request for Tenders,Open Competition,"Ashburton South Branch at Blacks Road, Stopbank Rebuild",2788-21/22,20211028,20211115,20220510,Field Services,Sole Agency,No,,"This Request for Tenders (RFT) is for the rebuilding of a total of 670 metres of stopbank at two locations at a site on the Ashburton River South Branch in Central Canterbury near Ashburton. The stopbank rebuild is part of the flood recovery project to repair flood damage sustained during the 28-31 May 2021 flood. Works include the re-construction of the two stopbanks.",Awarded,,0,20250410 Environment Canterbury,25026809,Request for Tenders,Open Competition,2778-21_22 Waihi River at Hawke Road Stopbank Rebuild,2778-21/22,20211029,20211115,20211202,Finance,Sole Agency,No,,"This Request for Tenders (RFT) is for the rebuilding of a total of 550 metres of stopbank at three sites on the Waihi River near Hawke Rd, south of Geraldine in South Canterbury. The stopbank rebuild is part of the flood recovery project to repair flood damage sustained during the 28-31 May 2021 flood.",Awarded,,0,20250410 Environment Canterbury,25060667,Request for Proposals,Open Competition,Selwyn River/Waikirikiri Berm Transition Project,2795-21/22,20211105,20211126,20220504,Field Services,Sole Agency,No,,"2.1 Contract overview The Selwyn River/Waikirikiri Berm Transition Project seeks to undertake extensive targeted weed control across 36.4 ha (364,380 m2) of river berms and native enhancement planting comprised of 15,700 plants over two years. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale. 2.1.1 Background River berms and margins are the strips of land directly beside the river, or between the river and the stopbank. Berms have an important function in flood protection by adding capacity to the main river channel by carrying water when the river is high, slowing down the flood flow to mitigate erosion risk, and absorbing excess water into the ground. Planting trees on these berms is essential for flood resilience and protection as they provide a buffer to slow floodwaters and prevent bank erosion. Currently, most river berms in Canterbury are choked with exotic weed such as Old Man's Beard which is likely to worsen with climate change. Weed infestation is a region-wide issue that compromises the health of trees and the performance of the berm during flood. Environment Canterburys (ECan) annual river maintenance involves chemical spraying and mechanical control of a range of weeds, but it is difficult to keep up. A more sustainable method of controlling weeds is to both control the target species and manipulate the environment to the disadvantage of the weed species. This ultimately reduces future weeding efforts. The Berm Transition Project is one of Environment Canterburys six Climate Resilience Programme of Flood Risk Management Projects which is part-funded by the Ministry for Business, Innovation and Employment's Kanoa - Regional Economic Development & Investment Unit (Kanoa REDIU). The goal of this project is to transform selected areas within the braided river berms into multi-functioning areas, increasing their value, resilience and function. These areas will then provide examples to inspire future management. It takes time to build resilience and we have a transformational opportunity with the $10m of the funding to fuel this project to protect the health of our flood protection vegetation and accelerate the regeneration of this important green asset. We will achieve this with effective, targeted invasive weed control, followed by strategic flood protection vegetation planting with under-canopy native plantings. There will b",Awarded,,0,20250410 Environment Canterbury,25063048,Request for Tenders,Open Competition,2790-21/22 Ashburton North Branch at Thompsons track,2790-21/22,20211108,20211120,20220504,Finance,Sole Agency,No,,This Request for Tenders (RFT) is to rebuild 340 metres of stopbank on the Ashburton North Branch River upstream of Thompsons Track approximately 23 km north-west of Ashburton in Central Canterbury. The stopbank rebuild is part of the flood recovery project to repair flood damage sustained during the 28-31 May 2021 flood.,Awarded,,0,20250410 Environment Canterbury,25064007,Request for Proposals,Open Competition,2796-21/22 Kaikoura Berm Transition Project,2796-21/22,20211108,20211126,20220504,Field Services,Sole Agency,No,,"2.1 Contract overview The Kaikoura Berm Transition Project seeks to undertake extensive targeted weed control across 340.79 ha of mixed native and exotic riparian forest on the Kowhai River, Waimangarara River and Luke Creek. Specific invasive tree and vine species will be controlled in a targeted approach that hopes to dramatically reduce their extent in these high-value areas. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale. 2.1.1 Background River berms and margins are the strips of land directly beside the river, or between the river and the stopbank. Berms have an important function in flood protection by adding capacity to the main river channel by carrying water when the river is high, slowing down the flood flow to mitigate erosion risk, and absorbing excess water into the ground. Planting trees on these berms is essential for flood resilience and protection as they provide a buffer to slow floodwaters and prevent bank erosion. Currently, most river berms in Canterbury are choked with exotic weed such as Old Man's Beard which is likely to worsen with climate change. Weed infestation is a region-wide issue that compromises the health of trees and the performance of the berm during flood. Environment Canterburys (ECan) annual river maintenance involves chemical spraying and mechanical control of a range of weeds, but it is difficult to keep up. A more sustainable method of controlling weeds is to both control the target species and manipulate the environment to the disadvantage of the weed species. This ultimately reduces future weeding efforts. The Berm Transition Project is one of Environment Canterburys six Climate Resilience Programme of Flood Risk Management Projects which is part-funded by the Ministry for Business, Innovation and Employment's Kanoa - Regional Economic Development & Investment Unit (Kanoa REDIU). The goal of this project is to transform selected areas within the braided river berms into multi-functioning areas, increasing their value, resilience and function. These areas will then provide examples to inspire future management. It takes time to build resilience and we have a transformational opportunity with the $10m of the funding to fuel this project to protect the health of our flood protection vegetation and accelerate the regeneration of this important green asset.",Not Awarded,,0,20250410 Environment Canterbury,25068292,Request for Proposals,Open Competition,2798-21/22 Ashley River/Rakahuri Berm Transition Project,2798-21/22,20211108,20211126,20220504,Field Services,Sole Agency,No,,"2.1 Contract overview The Ashley River/Rakahuri Berm Transition Project seeks to undertake extensive targeted weed control across 24.8 ha (248,060 m2) of river berms and native enhancement planting comprised of 25,860 plants over two years. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale. 2.1.1 Background River berms and margins are the strips of land directly beside the river, or between the river and the stopbank. Berms have an important function in flood protection by adding capacity to the main river channel by carrying water when the river is high, slowing down the flood flow to mitigate erosion risk, and absorbing excess water into the ground. Planting trees on these berms is essential for flood resilience and protection as they provide a buffer to slow floodwaters and prevent bank erosion. Currently, most river berms in Canterbury are choked with exotic weed such as Old Man's Beard which is likely to worsen with climate change. Weed infestation is a region-wide issue that compromises the health of trees and the performance of the berm during flood. Environment Canterburys (ECan) annual river maintenance involves chemical spraying and mechanical control of a range of weeds, but it is difficult to keep up. A more sustainable method of controlling weeds is to both control the target species and manipulate the environment to the disadvantage of the weed species. This ultimately reduces future weeding efforts. The Berm Transition Project is one of Environment Canterburys six Climate Resilience Programme of Flood Risk Management Projects which is part-funded by the Ministry for Business, Innovation and Employment's Kanoa - Regional Economic Development & Investment Unit (Kanoa REDIU). The goal of this project is to transform selected areas within the braided river berms into multi-functioning areas, increasing their value, resilience and function. These areas will then provide examples to inspire future management. It takes time to build resilience and we have a transformational opportunity with the $10m of the funding to fuel this project to protect the health of our flood protection vegetation and accelerate the regeneration of this important green asset. We will achieve this with effective, targeted invasive weed control, followed by strategic flood protection vegetation planting with under-canopy native plantings.",Awarded,,0,20250410 Environment Canterbury,25074780,Request for Proposals,Open Competition,2799-21/22 Pareora River Berm Transition Project,2799-21/22,20211109,20211126,20220504,Field Services,Sole Agency,No,,"2.1 Contract overview The Pareora Berm transition will see the installation of 7,200 plants into mixed poplar and native plantings to strengthen the berms around an area known as Evans crossing on Pareora Ford road. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale. 2.1.1 Background River berms and margins are the strips of land directly beside the river, or between the river and the stopbank. Berms have an important function in flood protection by adding capacity to the main river channel by carrying water when the river is high, slowing down the flood flow to mitigate erosion risk, and absorbing excess water into the ground. Planting trees on these berms is essential for flood resilience and protection as they provide a buffer to slow floodwaters and prevent bank erosion. Currently, most river berms in Canterbury are choked with exotic weed such as Old Man's Beard which is likely to worsen with climate change. Weed infestation is a region-wide issue that compromises the health of trees and the performance of the berm during flood. Environment Canterburys (ECan) annual river maintenance involves chemical spraying and mechanical control of a range of weeds, but it is difficult to keep up. A more sustainable method of controlling weeds is to both control the target species and manipulate the environment to the disadvantage of the weed species. This ultimately reduces future weeding efforts. The Berm Transition Project is one of Environment Canterburys six Climate Resilience Programme of Flood Risk Management Projects which is part-funded by the Ministry for Business, Innovation and Employment's Kanoa - Regional Economic Development & Investment Unit (Kanoa REDIU). The goal of this project is to transform selected areas within the braided river berms into multi-functioning areas, increasing their value, resilience and function. These areas will then provide examples to inspire future management. It takes time to build resilience and we have a transformational opportunity with the $10m of the funding to fuel this project to protect the health of our flood protection vegetation and accelerate the regeneration of this important green asset. We will achieve this with effective, strategic planting arrangements that will grow into dense, stratified riparian plantings",Not Awarded,No responses received for this project.,0,20250410 Environment Canterbury,25079291,Request for Tenders,Open Competition,2800-21/22 Orari River SH79 Stopbank Reinstatement,2800-21/22,20211110,20211201,20211221,Field Services,Sole Agency,No,,This Request for Tenders (RFT) is to rebuild 230 metres of stopbank on the Orari River downstream of SH79 approximately 4.5km north-east of Geraldine in South Canterbury. The stopbank rebuild is part of the flood recovery project to repair flood damage sustained during the 28-31 May 2021 flood.,Awarded,,0,20250410 Environment Canterbury,25087080,Request for Proposals,Open Competition,2804-21/22 Science Partner - Banks Peninsula Subtidal habitats and ecosystems,2804-21/22,20211111,20211213,20220729,Science,Sole Agency,No,,"As part of LINZs long-term national hydrographic survey plan (HYPLAN ), Banks Peninsula has been identified as a priority area for survey work. This work will be completed between October and December 2021. The purpose of the LINZ hydrographic survey is to facilitate safe navigation of tourism, recreational and coastal shipping, i.e., bathymetry. The LINZ survey area, which does not extend all around the peninsula, extends from the 10 m depth contour to offshore areas where previous survey data exist. Environment Canterbury and the Department of Conservation have made a financial and resource commitment to expand the survey area. The expanded survey will extend into areas around the peninsula not included in the LINZ survey and into areas shallower than 10 m water depth. The approximate size of the expanded survey area is 12,000 ha. Discovery Marine Limited (DML) has been contracted to survey approximately half of this area in conjunction with the work they are doing for LINZ (in 2021). It is envisaged that the remainder of the area ECan, DOC, customary fisheries and runanga are interested in will be surveyed in 2022-2023. Environment Canterbury and the Department of Conservations commitment to the survey expansion seeks to improve customary fisheries, runanga, community and agency knowledge of subtidal habitats and ecosystems of Banks Peninsula so we can collectively make better decisions for the sustainable management of resources and protection of coastal marine ecosystems. We are committed to working collaboratively with a science partner who will interpret existing multibeam bathymetry and backscatter data, undertake seabed ground truthing and deliver end products that meet specific management, statutory planning and science needs. This RFP relates to the procurement of a science partner for the period February 2022 until June 2024. The science partner will interpret already collected multibeam bathymetry and backscatter data, undertake seabed ground truthing and deliver end products that will meet the specific management, statutory planning and science needs of ECan, DOC, runanga, local customary fisheries management and communities. An overview of the end products is provided below. Given that meeting runanga, customary fisheries, community and agency needs is central to the success of this project, final outputs will be determined collaboratively and should evolve through ongoing engagement.",Awarded,,0,20250410 Environment Canterbury,25158718,Request for Proposals,Open Competition,2814-21/22 Forestry Silviculture,2814-21/22,20211124,20211215,20220131,Field Services,Sole Agency,No,,"Environment Canterbury manages around 2,700 hectares of pine forest plantation throughout Canterbury. We require a suitably qualified Contractor to supply Silvicultural Services for our plantation forests from 1st May 2022 to 1st May 2025. The Sites for silvicultural work are potentially spread from Kaikoura to Lake Tekapo although the vast majority of work will be centred on the Waimakariri and Ashley Rakahuri Rivers. The work will consist of standard Silvicultural tasks including planting, thinning and release spraying. Suppliers are invited to submit prices for each of the outlined work tasks on the Response Form provided, plus rates for any additional work that may be required",Awarded,,0,20250410 Environment Canterbury,25170253,Request for Quotations,Open Competition,2817-21/22 Procurement for Panel for Noise Contour Panel,2817-21/22,20211125,20220114,20220405,Strategic Policy,Sole Agency,No,,"Christchurch International Airport Limited (CIAL) is undertaking a remodelling of the air noise contours relating to the airport. The outcome of the remodelling exercise will inform the review of the Canterbury Regional Policy Statement (CRPS), which is scheduled to be notified in December 2024. It will also inform the spatial planning exercise that has been initiated by the Greater Christchurch Partnership in conjunction with delivery of the Greater Christchurch 2050 Strategic Framework. The update of the noise contours has now been completed by CIAL and the technical reports provided to Environment Canterbury. Environment Canterbury is seeking to appoint a panel of independent Experts to undertake a robust technical peer review of the inputs, assumptions, and outcomes of the remodelling, using a transparent, objective, and defensible process.",Awarded,,0,20250410 Environment Canterbury,25276689,Request for Tenders,Open Competition,Waihi River Rock Reinstatement at Geraldine NPD,C2841-21/22,20211222,20220126,20220131,Field Services,Sole Agency,No,,"This Request for Tenders (RFT) is to construct and repair a set of rock stub-groynes, place rock to form a section of rock lining and place gravel to reinstate a public footpath in Geraldine, South Canterbury. The estimated volume of new rock is 1,500 tonne and a further estimated 600 tonne of existing rock can be reused to reconstruct the groynes. This work is part of the flood recovery project to repair flood damage sustained during the 28-31 May 2021 flood. All questions are to be submitted via the GETS System",Awarded,,0,20250410 Environment Canterbury,25351772,Request for Proposals,Open Competition,2852-21/22 Identifying Biodiversity Incentives for the Canterbury Region,2852-21/22,20220128,20220225,20220121,Field Services,Sole Agency,No,," An efficiency and effectiveness analysis of regulatory and non-regulatory incentives for the protection, maintenance, and restoration of indigenous biodiversity on private land, based on approaches used within New Zealand, and internationally. In this RFP, incentives includes positive incentives, indirect incentives, removal of perverse incentives and disincentives. Recommendations for the most efficient and effective regulatory and non-regulatory incentives for indigenous biodiversity protection, maintenance and/or restoration across terrestrial, freshwater, and marine environments. Information/explanation on limitations of proposed incentives. A copy of our contract template is attached as a proposed contract. This document will be modified as agreed between both parties during the negotiation process.",Awarded,,0,20250410 Environment Canterbury,25355795,Request for Proposals,Open Competition,2856-21/22 Kaikoura Berm Project,2856-21/22,20220131,20220304,20220504,Field Services,Sole Agency,No,,"The Kaikoura Berm Transition Project seeks to undertake extensive targeted weed control across 188.37 ha of mixed native and exotic riparian forest on the Kowhai River, Waimangarara River and Luke Creek. Specific invasive tree and vine species will be controlled in a targeted approach that hopes to dramatically reduce their extent in these high-value areas. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,Awarded to Waiora Group (Che Pauro),0,20250410 Environment Canterbury,25419340,Request for Proposals,Open Competition,2870-21/22 Request for Proposal Ashley Vegetation Physical Clearance - Location 2,2870-21/22,20220214,20220307,20220317,Field Services,Sole Agency,No,,"The project involves removing vegetation which is currently choking an 8 km section of the Ashley River Rakahuri, between Cottles Road and the Okuku River Confluence and a further 8km section of the Okuku River, upstream to 1 km northwest of the Grey River. This is the second stage of this project. The first stage from Ashley Gorge to Cottles Road is due for completion in March 2022. This project is designed to restore a more natural braiding river regime for the Ashley Rakahuri and Okuku Rivers. The result will be reduced flood and erosion risk together with improved natural character, including habitat for native species.",Awarded,,0,20250410 Environment Canterbury,25465448,Request for Proposals,Open Competition,2827-21/22 Rakaia River Berm Transition Project,2827-21/22,20220225,20220404,20220502,Field Services,Sole Agency,No,,"The Rakaia River Berm Transition Project seeks to undertake extensive targeted weed control across 49 ha (489,977 m2) of river berms and native enhancement planting comprised of 18,840plants over 20 months. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,,0,20250410 Environment Canterbury,25465551,Request for Proposals,Open Competition,2872-21/22 Ashburton River/Hakatere Berm Transition Project,2872-21/22,20220225,20220404,20220502,Field Services,Sole Agency,No,,"The Ashburton River/Hakatere Berm Transition Project seeks to undertake extensive targeted weed control across 182.26 ha (1,822,600 m2) of river berms and native enhancement planting comprised of 22,070 plants over 20 months. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,,0,20250410 Environment Canterbury,25465616,Request for Proposals,Open Competition,2878-21/22 Hinds River/Hekeao Berm Transition Project,2878-21/22,20220225,20220404,20220502,Field Services,Sole Agency,No,,"The Hinds River/Hekeao Berm Transition Project seeks to undertake extensive targeted weed control across 25.59 ha (255,900 m2) of river berms and native enhancement planting comprised of 5,750 plants over 20 months. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,,0,20250410 Environment Canterbury,25465663,Request for Proposals,Open Competition,2873-21/22 Orari River Berm Transition Project,2873-21/22,20220225,20220325,20220502,Field Services,Sole Agency,No,,"The Orari River Berm Transition Project seeks to undertake extensive targeted weed control across 136.07 ha (1,360,721 m2) of river berms and native enhancement planting comprised of 15,800 plants over 20 months. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,,0,20250410 Environment Canterbury,25465709,Request for Proposals,Open Competition,2874-21/22 Waihi River Berm Transition Project,2874-21/22,20220225,20220325,20220502,Field Services,Sole Agency,No,,"The Waihi River Berm Transition Project seeks to undertake extensive targeted weed control across 23.13 ha (231,300 m2) of river berms and native enhancement planting comprised of 3,800plants over 20 months. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,,0,20250410 Environment Canterbury,25465754,Request for Proposals,Open Competition,2871-21/22 Opihi River Berm Transition Project,2871-21/22,20220225,20220325,20220502,Field Services,Sole Agency,No,,"The Opihi River Berm Transition Project seeks to undertake extensive targeted weed control across 223.24 ha (2,232,422 m2) of river berms and native enhancement planting comprised of 29,065 plants over 20 months. We are looking for a supplier with a proven track record of good project management and delivery of quality targeted weeding and native enhancement works of this scale.",Awarded,,0,20250410 Environment Canterbury,25465833,Request for Proposals,Open Competition,2863-21/22 Coes Ford Wetland,2863-21/22,20220228,20220404,20220505,Field Services,Sole Agency,No,,"We seek an experienced specialist, or team of specialists, to design a constructed wetland, that will attenuate nutrients, E.Coli and sediment, and improve biodiversity and mahinga kai values, upstream of the confluence of the Silverstream with the Waikirikiri/Selwyn River near Coes Ford. The Coes Ford Wetland Working Group is made up of representatives from Te Taumutu Runanga, local landowners, Selwyn District Council, Selwyn Waihora Zone Committee, Water Wildlife Habitat Trust, Industry, and Environment Canterbury. The Group has been meeting since 2019 to progress the construction of a wetland to improve the water quality of Silverstream before it joins the Waikirikiri/Selwyn River. Coes Ford is a popular swimming, picnicking, and camping area. At times during the summer the water quality is below standards set for swimming. Silverstream, a spring fed catchment, is the primary contributor of contaminants to the Waikirikiri/Selwyn River at Coes Ford. Environment Canterbury has been working with landowners in the Catchment for over 10 years. The streams are fenced as are the majority of the smaller waterways/drains. Farming Land Use consents are held by the major landowners with successful audits achieved. We will be attaching drone footage of the site as soon as it is to hand.",Awarded,,0,20250410 Environment Canterbury,25481579,Request for Proposals,Open Competition,2912-21/22 South Canterbury Forest Harvest,2912-21/22,20220301,20220316,20220323,Field Services,Sole Agency,No,,"Environment Canterbury is the Canterbury Regional Council and manages some 4000 hectares of river protection forest around the region established initially for flood protection and soil conservation purposes around the braided rivers. The forests now provide recreational spaces, biodiversity values and commercial value to rating districts. We are requesting offers to purchase the trees for harvest on 23.1 hectares of Environment Canterburys land on the Orari river ideally before 30th May 2022. We require the purchaser to manage the harvest and to pay us by: Weight and grade It is important to us that the maximum value is extracted from the forest without compromising the safety or health of workers or members of the public.",Awarded,Contract awarded to PF Olsen,0,20250410 Environment Canterbury,25492432,Request for Proposals,Open Competition,2917-21/22 Ashburton River Poplar Harvest,2917-21/22,20220303,20220318,20220324,Field Services,Sole Agency,No,,"Environment Canterbury is the Canterbury Regional Council and manages some 4000 hectares of river protection forest around the region established initially for flood protection and soil conservation purposes around the braided rivers. The forests now provide recreational spaces, biodiversity values and commercial value to rating districts. We are requesting offers to purchase the trees for harvest of approximately 18.8 hectares of standing poplar forest on Environment Canterburys land on the Ashburton River ideally before 31st May 2022.",Awarded,Contract awarded to PF Olsen,0,20250410 Environment Canterbury,25557186,Request for Proposals,Closed Competition,2362_20_21 ROI Bio Security Motorbike Replacement,2362-20/21,20220318,20220414,20220704,Accomm. & Fleet Services,Sole Agency,No,,"The purpose of this Request for Proposal (RfP) is to find a supplier or suppliers with the experience to provide a solution for the supply of 4 stroke motorbikes and to provide long-term service and maintenance support for our Regional Bio Security Team. Our main outcome is to achieve solutions to our two biggest issues for our current fleet in operation. 1. Finding a suitable fit for purpose motorbike that is suitable for use by our officers of varying weight, height, and abilities. 2. Provide regular servicing for the new and current units to keep the fleet at maximum performance with a regular service plan and assisting us with a preventative maintenance program. 3. Provide regular safety/Vehicle fitness checks 6 monthly. Environment Canterburys strategy is to implement a 10-year lifespan replacement cycle of fit for purpose 4 stroke motorbikes. This will include replacement of the bulk of our 18 units in the fleet within the next 3-5 years. This RfP (Request for Proposal) will reflect this strategy in 3+1+1 = 5-year procurement plan (3 year with 2 x 1-year extensions). Included in this will be the ongoing service and maintenance of the total fleet, new and current, in a formalised service and maintenance agreement. Applicants will need to keep in mind the regional aspects of this RfP as how they can provide this servicing support to our locations, Kaikoura x 1, Cheviot x 1, Amberley x 6, Christchurch Central City x 4, Timaru x 6. In order to assess the suitability of the proposed units on offer we will undertake Field Trials with units that we believe will suit our requirements. We would also want to undertake a technical discussion with a qualified person within your organisation that can give us an overview on how proposed units can be altered to fit individual riders.",Awarded,,0,20250410 Environment Canterbury,25629266,Request for Proposals,Open Competition,Strategic & Economic Business Cases for the development of land owned by Council adjoining its Tuam Street head office.,2907-21/22,20220330,20220422,20220609,Finance,Sole Agency,No,,"Council owns 4,850 m2 of developable land, adjoining its head office at 200 Tuam Street in Otautahi Christchurch, which is not forming part of the developable land.We are seeking informed advice, supported by market evidence, to help Council decide what to do with the CBD parcels. Our challenge at present is that we dont know what we dont know, and while the options we have at a high level for the site are seemingly clear-cut, the factors that might lead us to prefer one option (which might include a mixture of land uses) over another are not. We want an outcome that best serves Councils purpose.The work required to be undertaken in this current exercise must enable Council to make an informed decision having regard to the potential monetary and risk trade-offs involved between the options previously identified and purely commercial options, and also after evaluating the strategic fit of undertaking any development at all with Councils wider purpose. Any questions relating to this tender are to be submitted throught the area provided in GETS.",Awarded,,0,20250410 Environment Canterbury,25664373,Request for Proposals,Open Competition,2687-21-22 Request for Proposal (RfP) Waikekewai Matauranga Maori Monitoring-see Addendum,2687-21/22,20220407,20220502,20220621,Field Services,Sole Agency,No,,"What we need We (Environment Canterbury and Te Taumutu Runanga) are looking for a supplier who can design and deliver a matauranga Maori monitoring programme for Te Waikekewai/Waikekewai Stream. They will need to design this in tandem with Taumutu Runanga and staff. Key objectives of the work are: (1) to develop a methodology by 31 December 2022; (2) lead and coordinate the delivery of the methodology; and, (3) by the last year of the contract (2025/2026) to have handed over the delivery of the methodology to runanga and whanau.",Awarded,,0,20250410 Environment Canterbury,25688260,Request for Proposals,Open Competition,Building Management System,2962-21/22,20220412,20220509,20220628,Finance,Sole Agency,No,,"This procurement relates to the delivery of a Building Management System in conjunction with a fault detection/diagnostic/analytical/energy tool that integrates with the building management system. These systems will use interactive dashboards to prioritise building operations through (but not limited to) potential savings, urgency, energy, and comfort impacts. These systems will enable Environment Canterbury to have a proactive maintenance strategy, using data-driven decision making for continuous analysis of the buildings systems. The key outcomes that we want to achieve are the establishment of an intuitive interactive building management system and associated tools that provide Environment Canterbury with an overview of how the system is operating at any given time and also to identify areas of opportunity that will enable the building to operate more efficiently, resulting in reduced costs for the organisation amongst other benefits. If you wish to attend the site visit Please Register Your Interest via the Q&A Section, Title Site Visit Registration.",Awarded,,0,20250410 Environment Canterbury,25726457,Request for Proposals,Open Competition,2684-21-22 Request for Proposal (RfP) for hydrological investigation and wetland design for Te Repo o Papatahora,2684-21-22,20220426,20220527,20220901,Field Services,Sole Agency,No,,"What we need We (Te Taumutu Runanga and Environment Canterbury) are looking for a supplier who can design a constructed wetland, to attenuate nutrients and sediment, and improve biodiversity and mahinga kai, in Te Repo o Papatahora which will be constructed on iwi land adjacent to the Ngati Moki and Orariki Ruahikihiki pa site by June 2026. A bit about us Te Waikekewai has cultural significance for Te Hapu o Ruahikihiki/Te Taumutu Runanga. Te Waihora/Lake Ellesmere is a living hapua of national and international significance. No other site is of greater cultural importance to Te Taumutu Runanga. Te Waikekewai highlights important whakapapa connection as it flows through Te Pa o Moki (the Pa of Moki II) down through Orariki (Ruahikihikis Pa) and Today Ngati Moki Marae is located at Te Pa o Moki, and on Ruahikihikis pa stands the Hono Wetere Church, marking both these traditional sites It is important to the whanau of Taumutu that this whakapapa connection is recognised and acknowledged. The area was previously a great mahinga kai, where the whanau could gather resources to sustain themselves as the stream flowed through rich wetlands before reaching Te Waihora. However, as the landscape was converted to farms during European colonization, the stream was degraded, wetlands disappeared, and the opportunities to gather mahinga kai were all but lost. Despite the extensive degradation of the stream and landscape, Te Taumutu Runanga never gave up on the vision to restore the cultural and ecological values of the area. Seven years ago, we began to turn the tide. Through a partnership with the Whakaora Te Waihora programme, the Whakaora Te Waikekewai project was born which has restored the majority of the lower reaches of the stream, including re-creating the Te Repo Orariki wetland. It is now time to turn our efforts to the middle/upper part of the catchment, because without making a concerted effort to restore this reach, water quality is likely to worsen with continued nutrient and sediment input from land use, and the cultural, mahinga kai, and biodiversity goals will never be realised. By starting in this next part of the catchment, where restoration of the whole area is possible, we will provide an exemplary whole of catchment approach that can be replicated elsewhere in the Selwyn-Waihora Zone and NZ. We will address three problems:",Awarded,Thank you to all suppliers.,64990,20250410 Environment Canterbury,25764700,Request for Proposals,Open Competition,2983-22/23 Kakahu Bush Predator Control Project,2982-22/23,20220509,20220607,20220712,Field Services,Sole Agency,No,,"This procurement relates to the delivery of pest control and abundance monitoring in the Kakahu Bush and Scenic Reserve. The Kakahu operational area is approximately 530ha of bush and adjacent farmland. Previously these services have been provided through monthly and bimonthly trap checks during winter and summer respectively, trapline maintenance, annual possum abundance monitoring, and an annual poisoning programme. Going forward, we wish to continue this strategy ensuring the native biodiversity gains in the area are maintained or improved. This relates to the purchase of pest control and abundance monitoring services to target, feral cats, mustelids, hedgehogs, possum, and rodents within Kakahu Bush to reduce predation on all native fauna but primarily on Long Tailed Bats. All trap hardware is provided and consists of Doc 200s, 250s and Sentinel. There are 221 traps in total.",Awarded,,0,20250410 Environment Canterbury,25807995,Request for Quotations,Open Competition,2980-21-22 Request for Quote (RfQ) Form for Resource Consent Planning Consultant,2980-21/22,20220518,20220618,20220829,Field Services,All of Government,No,,"What we need We (Environment Canterbury and Te Taumutu Runanga) are looking for a supplier who can prepare a global package of regional and district plan resource consents outlined in the attached Whakaora Te Waikekewai Scope of Resource Consents documents (see 2.8 below). We want the scope of consents to include a range of activities (including the creation of a constructed wetland, re-battering of stream banks, and in-stream habitat enhancement etc.) and that it be flexible enough to ensure changes to the wetland design can be accommodated rather than requiring a change in consent conditions, while still maintaining some certainty around the form and function of the wetland.",Not Awarded,AECOM was the successful tenderer for this RFQ. Monday 29 August 2022,0,20250410 Environment Canterbury,25844881,Request for Quotations,Open Competition,WRRP & ARRP Landscape and BioDiversity Maintenance,3013-22/23,20220523,20220624,20220712,Field Services,Sole Agency,No,,"We are looking to establish a one-year contract from 1st July 2022 to 30th June 2023 to maintain our main amenity gardens and biodiversity nodes within the Waimakariri and Ashley Rakahuri Regional Parks. The detailed work requirements are outlined in two distinct attachments, Attachment 1: Landscape Garden Maintenance and Attachment 2: Biodiversity Node Maintenance. These gardens provide visual amenity enhancement at key areas of our Parks and benefit from a regular maintenance programme. Maintenance will primarily consist of weed control to improve the visual appearance of the gardens and allow the installed plants better space to grow. Other requirements include removing litter and debris, and trimming plants to keep signage visible. Biodiversity nodes are planted pockets of native vegetation amongst the mixed river protection trees and scrubby plants. We maintain and enhance a planned array of biodiversity enhancement nodes along several of Canterburys riparian corridors. The maintenance of these nodes is the backbone of what we are doing. We require a supplier with good plant identification knowledge, especially weed and native plant identification skills, and proven experience in weed control work, that can maintain these sites to the outlined standards.",Awarded,,0,20250410 Environment Canterbury,25875760,Request for Proposals,Open Competition,3020-20/21 Te Mokihi - Waitaki Programme Co-governance Research,3020-20/21,20220531,20220608,20220824,Field Services,Sole Agency,No,,"The genesis of the Te Mokihi Programme began in 2018 as an alignment initiative between the statutory agencies to better align land and water management in the Mackenzie Basin. The aim was to promote better environmental outcomes through increased integration. In mid-2020, Papatipu Runanga and the statutory agencies committed to participate as equals at all levels of the programme, providing for a mana whenua voice in the governance, management, and implementation of the programme. The Chief Executives of the statutory agencies met with Papatipu Runanga to discuss the commissioning of a piece of research about potential co-governance models that could be applied in the area. The purpose of commissioning this research on co-governance for the Te Mokihi Programme is to: 1. Develop ideas to inform future work in Te Manahuna and the Waitaki catchment and provide options for implementation of any recommendations generated by the research. 2. Create a strong commitment to delivering a shared work programme between the agencies and manawhenua. 3. Recognise and implement the Treaty partnership; and 4. Explore how the rangatiratanga of manawhenua can be formalised and integrated across all of the work in Te Manahuna and the Waitaki catchment.",Awarded,,0,20250410 Environment Canterbury,25895652,Request for Proposals,Open Competition,Wallaby Exclusion Fence,2936-21/22,20220602,20220617,20220721,Field Services,Sole Agency,No,,"We require the manufacture and delivery of materials to allow construction of a 55-kilometre wallaby and rabbit exclusion fence. This request does not include construction of the fence; a later Request for Proposal will be tendered for this. This Request for Proposal forms a significant deliverable for Environment Canterburys wallaby control project, part of the Ministry for Primary Industries-led National Wallaby Eradication Programme; the exclusion fence will provide a barrier to wallaby spread across the Tekapo river system into the Mackenzie Basin",Awarded,,0,20250410 Environment Canterbury,26252405,Request for Proposals,Open Competition,3112-22/23 Rakaia Gorge Biodiversity Protection and Weed Control,3112-22/23,20220901,20221007,20221118,Field Services,Sole Agency,No,,"The Canterbury Regional Council and Selwyn District Council are seeking a specialist ecological restoration contractor to undertake weed control works associated with the ecological restoration and protection of biodiversity values in the Rakaia Gorge catchment. The catchment is in the mid-section of the Rakaia River catchment encompassing both sides of the Rakaia river from the SH77 bridge to Cleardale Station on the true right and Terrace downs on the True left (see the Rakaia Gorge Weed Strategy for maps detailing the operational area). The nature of the restoration work includes the following (as also outlined in this RFT, specifications and pricing schedule, and supplementary information): Control of weeds specified in the Rakaia Gorge Weed Strategy and the Rakaia Gorge Operational Plan. Regular project reporting, site surveillance and monitoring to enable project delivery to be monitored by the Councils.",Awarded,,0,20250410 Environment Canterbury,26367867,Request for Proposals,Open Competition,South Christchurch Landfill Remediation Project,3240-22/23,20220921,20221026,20221130,Science,Sole Agency,No,,"Environment Canterbury has been awarded funding by the Ministry for the Environment (MfE) to facilitate the remediation of 15 residential properties and garden areas adjacent to a shared right of way (ROW), located on a former landfill. The landfill material contains high concentrations of lead, arsenic and other metals. The landfill material showed no evidence of household waste and other putrescible wastes. The presence of slag would suggest that gasworks waste may have been deposited with the fill material (Attachment 1- Detailed Site Investigation). This is a project of national significance and is funded by the Ministry for the Environments Contaminated Sites Remediation Fund (CSRF), ECan and CCC and have been prioritised for remediation based on the identified risk to human health. Canterbury Regional Council (ECAN) is seeking a suitably qualified contractor (Respondent) to undertake the remedial and reinstatement works. Reinstatement would be in accordance with (IAW) the site-specific remedial action plans (RAPs) requirements (Attachment 2 - Individual Remedial Action Plans) and IAW the site-wide RAP (Attachment 3 Site wide RAP) and site -wide site management plan (SMP) (Attachment 4 Site wide SMP). Confidential information is made available within this RFP in good faith to undertake contract pricing. That information will be maintained as confidential between the parties. This RFP is governed and interpreted in accordance with the laws of New Zealand.",Awarded,,0,20250410 Environment Canterbury,26378958,Request for Proposals,Open Competition,Hydrology Jetboat Replacement,2399-21/22,20220923,20221021,20221130,Science,Sole Agency,No,,"This Request for Proposal (RfP) invites suitable suppliers to quote on the delivery of a suitable Jet Boat and Trailer to meet the operational requirements of our Hydrology Section. This section undertakes flow monitoring and water sampling testing in various Canterbury rivers and regularly travels to remote locations to undertake it required work programs. This team will also assist other internal teams to access difficult work locations to complete critical work programs for the organisation, or other external parties undertaking similar work programs. The specifications for this unit are based on the previous experiences our team has had over the last 12 years developing and improving the work capabilities of the current unit. We would review any recommendations from potential suppliers on design improvements to maximum the long-term performance and capabilities of the replacement unit. As part of the Tender process, we can make time for a potential supplier to view our current operation to provide a better understanding of what we are asking. If you are not local supplier, we can arrange an online meeting to discuss our operational goal. If from these discussions, we identify a change in our requirements we will make this information accessible to all interested suppliers. We would require the unit to be delivered to our Kainga Depot, 1330 Main North Road Kainga. Final delivery date will be finalised at the confirmation of the contract, based on supplier indicative delivery dates in the Tender Process.",Awarded,,0,20250410 Environment Canterbury,26629076,Request for Proposals,Open Competition,2683-22/23 Request for Proposal (RfP) - Waikekewai Plants,2683-22/23,20221115,20221216,20230126,Field Services,Sole Agency,No,,"What we need We (the Whakaora Te Waikekewai Partners, made up of Te Taumutu Runanga and Environment Canterbury) seek a supplier to supply, install and provide maintenance of plants to 30 June 2026. The key objective of this procurement is to ensure successful delivery of riparian planting of 8km of the lower-mid catchment of Te Waikekewai/Waikekewai Stream on private land, and installation of plants in a 0.21ha wetland (Te Repo o Papatahora Wetland). We require: 35,210 riparian plants for riparian planting of Te Waikekewai/Waikekewai Stream and tributaries; 16,410 plants for planting of Te Repo o Papatahora (constructed wetland, construction expected summer 2023/2024); Storage for plants; Riparian plant guards; Relevant planting equipment; Site preparation for planting; Installation of plants; and, Maintenance of riparian species for two years following planting, with 90% survival criteria. Criteria to meet: Plants are to be eco sourced from as close as possible to Te Waikekewai/Waikekewai Stream, but as a minimum need to come from the Ellesmere and/or Lower Plains Ecological Districts; to provide GPS locations for seed sources; and, to follow the guidance in the document Ecosourcing Code of Practice and Ethics (attached); 90% plant survival by June 2026; and, This work will involve liaising closely with Te Taumutu Runanga and Ngati Moki Marae staff, and private landowners.",Awarded,Awarded to City Care,0,20250410 Environment Canterbury,26898150,Request for Proposals,Open Competition,3493-22/23 - Ashburton River South Branch Fairway Vegetation Clearance,3493-22/23,20230203,20230224,20230330,Field Services,Sole Agency,No,,"This procurement involves the chipping or mulching of live woody vegetation from the fairway of the south branch of the Ashburton River for an approx. 6km stretch between Blowing Point Bridge and Stour River confluence. The woody vegetation in this reach causes several adverse effects including heightening the flood risk to adjacent land, reducing natural braid character, accelerating native biodiversity loss and inhibiting recreational access. This project is designed to improve fairway capacity and restore natural river character. We are inviting a proposal to mulch or chip standing live woody vegetation from ~27.5 Ha of fairway while minimising environmental disturbance and the possibility to regrowth from cut material. It is important to us that we work co-operatively with adjacent landowners. Access to the site may require using private bridges, and we would require the contractor to seek permission and to adhere to any requests that the landowner makes regarding use of their bridges. Should adjacent landowners request to be notified when works are taking place in the river, we would also require the contractor to adhere to those requests. Our target date for completion of this work is 30 July 2023.",Awarded,"Tender Evaluated by Weighted Attribute Method, result letters sent to all tenderers.",60000,20250410 Environment Canterbury,27104717,Request for Proposals,Open Competition,3532-22/23 Christchurch Urban Streams data analysis project,3532-22/23,20230316,20230406,20230501,Science,Sole Agency,No,,"Environment Canterbury has collected water quality data in three priority catchments in Christchurch for more than five years and seeks expert services to analyse and report these data. The waterways are Haytons Stream, Addington Brook and Riccarton Stream. These were selected as priority catchments by the Christchurch-West Melton Zone Committee based on poor water quality results shown by Christchurch City Councils long-term water quality monitoring programme. Our data collection commenced to investigate water quality throughout the catchments upstream of the CCC monitoring points, to narrow down potential contaminant source areas and to help guide on-the-ground actions to improve the state of water quality and stream health in these waterways. The data have been examined on an ad hoc basis and we now require a thorough analysis to answer some key questions and provide recommendations on future monitoring and/or other actions.",Awarded,,0,20250410 Environment Canterbury,27161809,Request for Proposals,Open Competition,3564-22/23 - Climate Action Funding and Financing Research Project,3564-22/23,20230329,20230421,20230504,Finance,Sole Agency,No,,"Environment Canterbury is seeking to identify all potential funding and financing options for climate action planning to: accelerate the equitable transition to a climate change ready and resilient future be aware of the financial landscape that may evolve post recent climate-related events, such as flooding in Canterbury and Cyclone Gabrielle in North Island be prepared to participate and contribute to the decision-making, including a submission to the Climate Adaptation Bill due from central government mid-2023 support councils in decision making on climate action prioritisation and implementation, and local government service delivery identify funding and financing opportunities for specific investment types identify funding and financing options available to support the climate change actions to be considered for inclusion in the FY25 FY35 Long Term Plan. To this end we require the prompt delivery of a comprehensive scan of the climate action (mitigation and adaptation) funding and financing options available and their practicality for Environment Canterbury and/or the respective territorial authorities in Canterbury. It is important that the resulting report is rigorously researched and fills in knowledge gaps by providing Environment Canterbury with a useful document that can be used to inform the development of funding plans for both the Environment Canterbury Climate Action Plan and the Canterbury Climate Partnership plan. The information may also be used to answer queries and concerns from papatipu runanga, Councillors, council staff and the Community during the community engagement process scheduled for later this year. The successful tenderer will demonstrate substantial knowledge of climate change, and funding and finance options for climate mitigation and adaptation and will be well connected and engaged with climate policy, and climate action planning discussions and debate.",Awarded,,0,20250410 Environment Canterbury,27271077,Request for Proposals,Open Competition,3554-22/23 - Stopbank Mowing Contract 2023 - RFP,3554-22/23,20230420,20230522,20230628,Field Services,Sole Agency,No,,"Environment Canterbury requires tenders for the provision of amenity, fenceline and stopbank grass mowing, from the Ashley Rakahuri River to just south of the Waimakariri River. The work to be tendered falls within the following categories: - Mowing of amenity grass areas within the Waimakariri River Regional Park (WRRP) and Ashley Rakahuri Regional Park (ARRP) to set amenity standards, control of vegetation under fence lines in the WRRP to set amenity standards. - Twice annual mowing of the sides and some tops of specified stop-banks bordering sections of the following waterways: - Waimakariri River, - Ashley Rakahuri River, - Otukaikino Stream, - Cust River, - Kaiapoi River, - Cam River.",Awarded,,0,20250410 Environment Canterbury,27380897,Request for Proposals,Open Competition,3541-22/23 - Takapo River Tree Removal,3541-22/23,20230511,20230602,20230717,Field Services,Sole Agency,No,,"The Takapo River is an approx. 45km long braided river in the Mackenzie Basin that runs from Lake Takapo to Lake Benmore. The river has very high natural values and provides habitat for multiple rare and unique braided river and wetland species. It is classified as Land of National Significance, is a Recommended Area of Protection (RAP-P15) and Site of Special Wildlife Significance (SSWI) and contains Wetlands of Ecological and Regional Importance (WERI). The river also has significant indigenous value. It was an ara tawhito (traditional travel route) used by hapu to access Te Manahuna (Mackenzie Basin) for seasonal mahinga kai (food-gathering). Kainga mahinga kai (food-gathering places) were also located along the river. The river is also frequently used for recreation including hiking, fishing, hunting, camping and kayaking. One key threat to the Takapo River is the invasion exotic woody vegetation, which negatively impacts its cultural, ecological and recreational values, and compromises its flood capacity. An area of dense exotic tree growth occurs immediately upstream of the confluence with the Maryburn Stream. This RFP relates to the purchase of services to remove exotic trees of various sizes from approx. 27.7 Ha of the Takapo River near the confluence with Maryburn Stream. We are seeking a highly skilled and environmentally savvy Supplier who can offer an innovative and competitive solution to achieve our desired outcomes.",Awarded,,0,20250410 Environment Canterbury,27386986,Request for Quotations,Open Competition,3612-22/23 - Literature Review: Regulatory best practice for dust management in NZ,3612-22/23,20230512,20230531,20230719,Science,Sole Agency,No,,"Environment Canterbury made a commitment in the Long-Term Plan 2021-31 to tackle the ongoing concerns of residents with dust in Greater Christchurch. A series of co-design workshops were held between October and December 2021. A proposed course of action was developed, which included undertaking a literature review, to include land use planning, quarrying good management practice and regulatory best practice. Environment Canterbury is seeking to appoint a suitably qualified Supplier to undertake the literature review referred to above. The purpose of the literature review is to outline best practice for the regulation of activities that may discharge dust, and the management of environmental effects of dust emissions from quarrying, drawing on national and international examples. We wish to understand more about the international state of knowledge on quarry management and what this means for Canterbury. This is an invitation for suitably qualified Suppliers to submit a tender to undertake the literature review. The methodology for undertaking the literature review will be confirmed with the appointed Supplier, through the Request for Quote. However, the review should be designed to answer the questions set out in the attached Scope of Work.",Awarded,,0,20250410 Environment Canterbury,27446277,Request for Proposals,Open Competition,3634-22/23 Native Enhancement of Southern Canterbury Rivers Scour Bays,3634-22/23,20230524,20230616,20230601,Field Services,Sole Agency,No,,"This procurement involves the installation of 27,300 native plants into various sites across the Ashburton, Orari and Opihi Rivers in and around gravel flood management structures. Each site was impacted during the floods of 2021, with significant erosion damaging riverbanks, inundating private farmland, and destroying tree belts. Environment Canterbury quickly built immediate flood management structures into the Scour Bays carved out by the flood. These structures largely consist of gravel groynes arranged in a herringbone pattern with the goal of deflecting the energy of flood flows back into the river corridor, with the whole bay acting as a somewhat sacrificial scour site, to minimise scour and erosion damage to other assets. This project is designed to improve the stability of the Scour bay sites as well as the aesthetic and natural character of these assets through the addition of eco-sourced native vegetation in and around the existing flood-protection willow poles. We are inviting a proposal to install native vegetation at 9 sites across the three rivers while minimising environmental disturbance and any impacts on existing flood management infrastructure and willows. The sites are still relatively clear of regrowth with only a handful requiring weed clearance prior to planting. The installation of the native vegetation at the sites will be entirely specified and will require the use of small excavators, augers or similar. It is not considered that any technical native-plant knowledge will be required to perform this work. It is important to us that we work co-operatively with adjacent landowners. Access to the sites may require crossing private property, and we would require the contractor to seek permission and to adhere to any requests that the landowner makes regarding access through their land. Should adjacent landowners request to be notified when works are taking place in the river, we would also require the contractor to adhere to those requests. Our target date for completion of this work is 30 November 2023, with all plants to be installed by the end of September.",Awarded,,0,20250410 Environment Canterbury,27567199,Request for Proposals,Open Competition,3644-23/24 - Waimakariri River Regional Park (WRRP) - Amenity cleaning and gate opening,3644-23/24,20230619,20230713,20230721,Field Services,Sole Agency,No,,"Environment Canterbury requires tenders for the provision of amenity cleaning and gate opening within the Waimakariri River Regional Park. What we require: o Cleaning of 6 toilet blocks o Cleaning of 2 BBQs o Cleaning and removal of waste at 3 dog bins o Opening of 6 night gates at specified times It is important that our regional park users experience is positive, with a high standard of cleanliness across all amenity blocks, and gates opened at the correct time.",Awarded,,0,20250410 Environment Canterbury,27643525,Request for Proposals,Open Competition,3690-23/24 - Takapo Regional Park - Amenity Maintenance - Request for Proposal (RfP),3690-23/24,20230630,20230801,20231130,Field Services,Sole Agency,No,,"Environment Canterbury requires tenders for the provision of amenity maintenance for Takapo Regional Park. The works required includes mowing of reserve areas, landscape and biodiversity maintenance, spray work and car park grading. All areas are highly valued recreational spaces by the community and tourists. We require them to be maintained to the required specifications by a capable and fastidious operator.",Not Awarded,"All of the submissions received were greater than the available budget, and Council was unable to negotiate an affordable contract with the preferred supplier.",0,20250410 Environment Canterbury,27735177,Request for Proposals,Open Competition,3698-23/24 - Canterbury Aerial Imagery Capture,3698-23/24,20230719,20230818,20240319,Business Information Services,Sole Agency,No,,"Canterbury Regional Council (The Council) invites tenders to supply colour digital orthorectified imagery for select areas of the Canterbury Region from suitably qualified and experienced service providers. We are seeking suppliers who can provide high-quality aerial imagery services for our Project. The scope includes capturing orthorectified aerial photography, producing orthophotos, and supplying vector GIS layers. The imagery should meet specific technical specifications outlined in the tender documents, including projection requirements, radiometric resolution, spectral resolution, and tiling guidelines.",Awarded,,0,20250410 Environment Canterbury,27930430,Request for Quotations,Closed Competition,Aggregated Consents Nutrient Discharge Assessment,3898-23/24,20230821,20230915,20231130,Science,Sole Agency,No,,,Awarded,,0,20250410 Environment Canterbury,28150485,Request for Proposals,Open Competition,3980-23/24 - Winchmore School Monitoring Well 2023,3980-23/24,20230921,20231020,20240214,Field Services,Sole Agency,No,,"This procurement relates to the installation and development of a groundwater monitoring well at Winchmore School Road, Winchmore. As part of Environment Canterburys responsibilities, we monitor groundwater at locations throughout the region. Each year we aim to install new monitoring wells to enhance our monitoring network. The proposal is to drill a well, around 85m deep with 150mm steel casing and 2m stainless steel screen. The final screen locations will be decided in consultation with the driller during construction based on the geology encountered. The project is also subject to time constraints. We require the contract to be completed by the end of June 2024. Please ensure that you have the staff and availability to meet this deadline before submitting a tender. The Project Leader will confirm the exact site for installation of the wells with the drillers prior to mobilisation.",Awarded,,0,20250410 Environment Canterbury,28157269,Request for Proposals,Open Competition,3951-23/24 - Commercial Forest Harvest - RFP,3951-23/24,20230922,20231101,20240124,Field Services,Sole Agency,No,,"Canterbury Regional Council (Environment Canterbury) owns and manages approximately 3,000 hectares of plantation forestry across the region, established initially for soil conservation and flood protection purposes around the braided rivers. Many of these forests now are an integral part of our regional parks providing recreational spaces, an alternative stream of revenue for rating districts and biodiversity opportunities. What we need: We are seeking proposals for the management of our yearly harvest of approximately 85 ha of radiata pine forest on Environment Canterbury land. We require the Supplier to act as our agent, managing all aspects of our yearly harvest in a safe, sustainable, and economic way to ensure we are achieving best returns from our forests without compromising health and safety of workers or the public. The harvest must be managed in a way that minimises negative impacts on the recreation, flood protection, soil conservation and biodiversity values our forests hold. We require the Supplier to have excellent health and safety and environmental management, meeting all national standards and legal obligations in these areas. In order to achieve optimum economic returns from harvests, we are seeking a Supplier who has good access to both domestic and export markets. Our ideal Supplier will have access to suitable subcontractors to carry out the logging component of this contract to a high standard. We would like to take a collaborative approach in which the Supplier works closely with the Environment Canterbury contract manager to deliver operations that achieve all our desired outcomes.",Awarded,,0,20250410 Environment Canterbury,28237677,Request for Proposals,Open Competition,3979-23-24 - Physical Security Services - RFP,3979-23-24,20231006,20231103,20240131,Accomm. & Fleet Services,Sole Agency,No,,"Canterbury Regional Council, trading as Environment Canterbury (ECan), is proposing a physical security contract involving intruder alarm response, patrols, vehicle and perimeter checks for office accommodation in Christchurch and Timaru and depots across the region. The contract also involves static guard services for the Tuam Street office on weekdays. Other ad-hoc services will be required at short notice. The successful supplier will have a dedicated team of experienced, skilled personnel that can deliver consistently high standards to ensure Environment Canterburys assets remain secure.",Awarded,,0,20250410 Environment Canterbury,28364824,Request for Proposals,Open Competition,3973-23/24 - Upper Waimakariri Weed Control,,20231030,20231130,20240131,Field Services,Sole Agency,No,N/A only online proposals via GETS will be accepted,"Environment Canterbury Regional Council are seeking proposals for contracting the services of a specialist ecological restoration contractor to undertake weed control works associated with the ecological restoration and protection of biodiversity values in the Upper Waimakariri catchment. These weed control works are informed by the Upper Waimakariri River Weed Control Strategy 2022-2023, a link to this document can be found on the attached Advanced Notice. Full details of this project is stipulated in the RFP document as well as Appendix 1 (Upper Waimakariri River Weed Control Strategy)",Awarded,,0,20250410 Environment Canterbury,28696628,Request for Proposals,Closed Competition,3362-22/23 Metro Network Security,3362-22/23,20240116,20240205,20240402,Field Services,Sole Agency,No,,"Environment Canterbury is looking to implement a roaming security team across the Greater Christchurch Metro bus network. This proposal is in response to an increase in driver assaults, robberies, and other incidents over the last year. Network security is not a new concept for public transport, with established teams operational in Auckland and many cities around the world. Environment Canterbury operates 28 urban bus services in Greater Christchurch under the Metro brand. We are working closely with our operators and partnering Councils to ensure we provide a safe service. Environment Canterbury has formulated a preferred approach to the implementation of this security service based on internal reviews of the network, and responses received from an RoI process conducted in December 2022. Our intention is to contract this intervention for a period of 12 months, with performance-based extension available subject to funding and at our discretion.",Awarded,,0,20250410 Environment Canterbury,28905845,Request for Proposals,Closed Competition,View Hill Quarry Stage 2,4086-23/24,20240227,20240312,20240419,Field Services,Sole Agency,No,,"Environment Canterbury Regional Council (the Council) is seeking responses to undertake management and operational works associated with the extraction and grading of rock at the View Hill Quarry, Washpen Road, View Hill and the Rakaia Double Hill Quarry at Double Hill. The works covered by this contract include the management and operation of the quarry including the supply of suitably qualified personnel to ensure that the operations on-site are undertaken in a manner which is fully compliant with the relevant legislation, plans and guidelines, represents industry best practice and delivers whole of life best value for the Principal. The work will be undertaken as Separable Portions as follows: Separable Portion 1 View Hill Quarry Management and Operation Separable Portion 2 Rakaia Double Hill Quarry Management and Operation This is the second stage of the tender process.",Awarded,,4200000,20250410 Environment Canterbury,29217457,Request for Proposals,Open Competition,4291-22/23 Multifunction Copier/Scanner/Printer (MFP) Lease and Managed Print Services,4291-23/24,20240415,20240426,20240712,Finance,Sole Agency,No,,"The current printer lease agreement expired in January 2024, and Environment Canterbury is not looking to simply replace the current Multifunction Printer (MFP) fleet. We are looking for a cost-effective solution, able to be delivered across the breadth of Canterbury, at 8 sites, with the ability to pivot to changing requirements. Environment Canterbury seeks bids from MFP suppliers with whom they can partner, to provide a cost-effective MFP solution along with top class support and supply services. It is important that any bids are by participants of the All-of-Government procurement process or can show how they abide by the clauses inclusive in that arrangement. You should bid if you can offer: Cost-effective printing, scanning, maintenance and support. Low maintenance requirements, with quick return to service upon fault Flexible expansion and contraction of device fleet, with right-size solutions depending on site requirements. Feature-rich, seamless, print-from-internet capabilities as well as dedicated network connectivity solutions. Connectivity to staff identity platforms, such that print and scan services can individual and secure. A cyber-secure solution",Awarded,,0,20250410 Environment Canterbury,29325075,Request for Proposals,Open Competition,4292-23/24 - Nature-based Solutions Feasibility Studies,4292-23/24,20240503,20240607,20240617,Field Services,Sole Agency,No,,"Canterbury Regional Council (CRC) have been granted funding by the Ministry for the Environment (MfE) to investigate nature-based solutions for river or coastal flood risk, partnering with mana whenua and local communities. Three feasibility studies considering Coastal Flood Mitigation, Room for the River and Matauranga Maori framework will be completed by end of June 2025.",Awarded,,0,20250410 Environment Canterbury,29868104,Request for Tenders,Open Competition,4451-24/25 - Berm Transition Asset Maintenance,4451-24-25,20240729,20240816,20241014,Field Services,Sole Agency,No,,"Throughout the 2021 and 2022 seasons, CRC installed 250,000 native plants into strategic riverine sites across the region. These plantings have established quickly with many in an excellent position to continue growing well into the 2024 season. This contract seeks to employ a supplier to continue spray maintenance and upkeep of our planted assets. If works can be delivered and reported as specified then following successful contract review, the work will be extended for an additional year. This contract will be awarded in three schedules: Southern, central and northern sites. A supplier may respond to all schedules or select schedules. The contract may be awarded to different suppliers for the northern, central or southern schedules. Our assets are a series of extensive native plant installations placed beneath the canopy of flood protection trees on the berm spaces managed by CRC. Multiple other assets are located in this space including flood protection vegetation, stop banks, groynes, access tracks, fences and gates. All of this will need to be navigated in the performance of this work. Our plantings are intentionally structured to get both the best growth out of the planted units as well as capturing recruitment of wild native plants into the asset. It is intended that in several years our assets will blend into the surrounding areas with wild seedlings moving both in and outward. Furthermore, they will provide the first examples of structured native flood protection in functional arrangements in New Zealand. Monitoring and observation will continue to assess their performance in years to come.",Awarded,,0,20250410 Environment Canterbury,30673276,Request for Proposals,Open Competition,4719-24/25 Amberley Tyre Site Remediation Project,4719-24/25,20241119,20250113,20250305,Science,Sole Agency,No,,"Environment Canterbury is to oversee the remediation of an approximately 1,750m3 stockpile of residual fire ash and capping in Amberley in the Hurunui District. The stockpile on the site is the remains of a fire that in 2021 consumed automotive tyres and has been capped with a layer of soil over plastic sheeting. The objectives of the remedial works, as covered by the RAP, is to mitigate potential risks associated with burnt tyre ash by removing both the ash and the capping material from the site. To achieve this, the stockpile containing approximately 1,300 m3 of mildly contaminated capping material and 450 m3 of ash material will be excavated and disposed off-site to an approved landfill whose waste acceptance would be met. The 450m3 ash would require treatment to meet the waste acceptance at either Kate Valley, Taiko Landfills or any other approved landfills whose waste acceptance criteria would be met. The stockpiled material was placed on ground surface and is approximately 1.5 m in height. Therefore, remedial excavation beyond ground surface (i.e., 200 mm depth) will be required to ensure contaminated ash and soil are removed and the soil remaining in place meets the NESCS (2011) human health soil contaminant standards for rural residential land use. The site investigations indicated that the 1,300m3 capping material meet the waste acceptance at the Burwood Recovery Park without treatment. The capping material could also be disposed at any of the managed approved facilities whose waste acceptance criteria would be met.",Awarded,,0,20250410 External Reporting Board,25691756,Request for Proposals,Closed Competition,RFP External Reporting Board Nga pou te kawa ora Framework for ESG Reporting for Maori Entities,25691756,20220418,20220509,20220627,,Sole Agency,No,,"The XRB (the Buyer) is seeking Proposals for the supply of services to develop a credible world-class reporting framework supporting Environmental Social and Governance (ESG) for Maori entities to use. This is a Closed RFP process by invitation only as a result of a recently completed ROI process. Given the size and complexity of Nga pou o te kawa ora (""the Project"") is split into at least a ""Two-Stage"" approach. This RFP is for Stage 1 of this Project. For Stage 1; Maori entities are those Maori entities with legislative or regulatory obligations to comply with existing External Reporting Board standards. Stage 1 will run a due process to develop a draft principles-based framework focusing on Maori reporting entities. The Framework will be drawn from He Ara Waiora. Deadline for Questions 26 April 2022. Deadline for Proposals 29 April 2022 at 4.00 pm Respondents' notification of RFP outcome (indicative date) of 23 May 2022",Awarded,"The XRB team wish to extend their appreciation to all the Respondents that participated in this RFP process. This was run through the Government Electronic Tender System (GETS) as a Closed RFP, following an Open ROI process). Contract Term 12 months This RFP was issued by The External Reporting Board (XRB) seeking services from external groups to help create a reporting framework that will acknowledge and contribute to the long-term view of ESG through a Te Ao Maori view. The Successful Respondent: Scored highly throughout their submission in particular - technical merit (fit for purpose), cultural knowledge and alignment of values Expressed enthusiasm and excitement about the project and the purpose behind the project Had strong Matauranga Maori experience to keep the XRB safe The XRB evaluation panel supported the decision",0,20250410 Far North District Council,18374827,Request for Tenders,Open Competition,"7/17/209 Slip Repair, Kaitaia-Awaroa Road",7/17/209,20170210,20170301,20190819,,Sole Agency,No,,"Contract 7/17/209 Slip Repair, Kaitaia-Awaroa Road Tenders are invited for the above contract, located at: Kaitaia-Awaroa Road, RP 15405. Contract works include construction of a timber pole retaining wall, earthworks, and associated works.",Not Awarded,The contract was awarded to Fulton Hogan Ltd,0,20250410 Far North District Council,19435970,Request for Tenders,Open Competition,West Coast Slips Repairs,,20180208,20180322,20190729,,Sole Agency,No,"Tenders shall be enclosed in a sealed envelope addressed to the Chief Executive Officer, Far North District Council, Memorial Avenue, Kaikohe and marked on the outside left corner ""Tender for Contract No.7/17/195","Six slip sites on West Coast Road, Far North District, require a variety of repair methods from timber pole retaining walls, horizontal drainage and concrete enclosed H piles",Not Awarded,The contract was awarded to Far North Roading Limited,0,20250410 Far North District Council,19881193,Request for Tenders,Open Competition,Kawakawa WTP - Chemical Building Refurbishment,6/17/200,20180705,20180801,20190729,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Kawakawa Water Treatment Plant, Reservoir Road, Kawakawa, Northland. The works generally are as follows: Replace the damaged eastern part of the building with a new masonry block building, Strengthen the western part of the building through the insertion of vertical reinforcement into the unfilled concrete blocks, and fix the walls to the footings with stainless steel angle brackets. Provision of a new concrete bond beam at the head of the walls. External works include the replacement of a concrete crib retaining wall with a timber pole retaining wall, and the provision of a new concrete pad at the east of the building. The contract includes the following: a) Liaise with Councils maintenance contractor, Broad Spectrum (BSL) to arrange access to the building and agree a programme of work which enables BSL to continue to operate the WTP. b) Demolition and removal of the eastern part of the building, including roof and strip foundations. Liaise with and allow for BSL to remove existing tanks. c) Removal of the roof of the western part of the building, removal of the top layers of existing 8 block and associated masonry bond beams from the western part of the building. Roof level varies, removal of between 3 and 6 courses of block. Construction of a new raft slab and masonry walled building to replace the eastern part of the building d) Installation of new reinforcement and concrete filling to the existing walls of the western part of the building e) Connect the existing walls to the existing footings using equal angle and bolts f) Installation of new blockwork to the head of the walls of the western part of the building g) Installation of new Dimodek roof across the whole building h) Removal of the existing concrete crib wall and installation of new timber pole retaining wall to the north of the building, and renewal of the concrete path. i) Installation of new concrete pads external to the eastern part of the building The western portion of the building must remain operational for the full extent of the works.",Not Awarded,No conforming response was recieved,0,20250410 Far North District Council,20358791,Request for Tenders,Open Competition,Kaitaia - Awaroa Road RP 27881 Slip Remediation,7/18/104,20181102,20181123,20190819,,Sole Agency,No,,"Tenders are invited for the above contract, located at: RP 27881 Kaitaia - Awaroa Rd. The works is for the construction of a 30m long tied back steel pole retaining wall and the reinstatement of the existing road that sunk as a result of a slip.",Awarded,This contract was awarded toi Fulton Hogan,0,20250410 Far North District Council,20583748,Request for Tenders,Open Competition,West Coast Road RP 14768 Slip Remediation,7/18/105,20190107,20190208,20190719,,Sole Agency,No,,"Tenders are invited for the above contract, located at: West Coast Road RP14768. The works is for the construction of a 52m long tied back steel pole retaining wall and the reinstatement of the existing road.",Not Awarded,Highway Geostabilization Limited was awarded the contract,0,20250410 Far North District Council,20586387,Request for Tenders,Open Competition,Broadwood Road RP 350 - Slip Remediation,7/18/106,20190108,20190215,20190719,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Broadwood Road RP350. The works is for the construction of a 39.2m long tied back steel pole retaining wall and the reinstatement of the existing road. There is also provision for an additional 13.2m long tied back steel pole retaining wall.",Awarded,The contract was wawarded to Highway Geostabilisation Limited,0,20250410 Far North District Council,20586661,Request for Tenders,Open Competition,Rakautapu Road RP 185 - Slip Remediation,7/18/109,20190108,20190222,20190719,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Rakautapu Road RP185. The works is for the construction of a 22.8m long timber pole retaining wall and the reinstatement of the existing road.",Awarded,Far North Roading Limited was awarded the contract,0,20250410 Far North District Council,20616476,Request for Proposals,Closed Competition,Hydrodynamic Study of Wastewater Discharges and Bathymetric Survey of Possible Transport Routes in the Hokianga Harbour,,20190118,20190211,20190819,,Sole Agency,No,,"The Far North District Council (FNDC) need experienced scientists and engineers to tell us how our treated wastewater discharges behave in the Hokianga harbour. The council discharges wastewater from four municipal wastewater treatment plants into the Hokianga Harbour or its tributaries. FNDC are in the process of renewing two of these resource consents. In the community, there is growing concern over the health of the harbour and we require information about the effects of these discharges in the receiving environment, and/or identify simple ways we can minimise our affects.",Not Awarded,The contract was awarded to MetOcean,0,20250410 Far North District Council,20747535,Request for Tenders,Open Competition,West Coast Road Bridge G01,7/18/303,20190218,20190315,20190719,,Sole Agency,No,,"Tenders are invited for the above contract, located at: West Coast Road Bridge G01, at the intersection of West Coast Road with Te Karaka Road, Panguru. The works consist of replacing the abutments (including piling), rehabilitation and strengthening of the steel beam superstructure of the bridge.",Not Awarded,,0,20250410 Far North District Council,20777622,Request for Tenders,Open Competition,Slip Remediation - PAWARENGA ROAD RPS 3170 & 3260,7/18/108,20190226,20190326,20190819,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Pawarenga Road RP 3170 Pawarenga Road RP 3260 The works is for the construction of a rock retaining structure at RP3170 and the installation of horizontal drains, armouring, and a counterfort drain at RP 3260.",Awarded,The contract was awarded to Far North Roading,0,20250410 Far North District Council,20835071,Request for Proposals,Open Competition,FNDC Professional Services Panel,1/19/100,20190314,20190606,20240618,,Sole Agency,No,,"FNDC wishes to procure a professional services supplier panel to provide a range of technical and engineering services in support of in-house capacity. It is the intention of FNDC that a meaningful and locally based relationship will be developed with successful suppliers that develops the economy of Northland and builds the reputation of the Council, both locally and nationally. A key metric of the panel will be the Suppliers ability to develop a strong customer engagement culture. The number of Suppliers on the panel will be limited, based upon the anticipated volume of work to be procured through the panel.",Not Awarded,,0,20250410 Far North District Council,20982288,Request for Tenders,Open Competition,Construction of Animal Care Facilities,,20190430,20190531,20190719,,Sole Agency,No,,Tenders are invited for the above contract. The works is for the construction of two Animal Care Facilities for the Far North District Council. The facilities are to be constructed at sites located at Kaitaia and Ngawha. Tenderers will be able to bid for one or both of the construction works.,Not Awarded,Contract not awarded due to budget constraints. Project being re-scoped,0,20250410 Far North District Council,20987262,Request for Tenders,Open Competition,Wharau Rd RP 1900 Slip Remediation,7/18/111,20190501,20190531,20190729,,Sole Agency,No,,The works is for the construction of a 21m long timber pole retaining wall and associated work,Awarded,This contract was awarded to Far North Roading LImited,0,20250410 Far North District Council,21339045,Request for Tenders,Open Competition,7-19-188 Flood Resilience Kawakawa to Taumarere,7-19-188,20190731,20190816,20190909,,Sole Agency,No,,"Tenders are invited for the above contract, located at: FLOOD RESILIENCE - KAWAKAWA TO TAUMARERE. The works consist of constructing a 2.2m wide concrete path on the Pou Herenga Tai Twin Coast Cycle Trail from Tirohanga Bridge towards Kawakawa. The construction also includes the installation of Channel drains, hardfill under the cycleway, vehicle crossing and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $260,000 and $300,000.",0,20250410 Far North District Council,21628485,Request for Tenders,Open Competition,7-19-111 Mission Road Footpath - Kerikeri,7-19-111,20190918,20191004,20191009,,Sole Agency,No,,"Tenders are invited for the above contract, located at: MISSION ROAD FOOTPATH - KERIKERI. The works consist of constructing a 1.5m wide concrete footpath in Mission Road to end. The construction also includes the installation of hardfill under the footpath, pram pedestrian crossings, retaining walls, sign relocations, and traffic services.",Awarded,"This tender was evaluated and awarded using the Lowest Price Conforming method. The Contract Value was between $130,000 and $150,000.",0,20250410 Far North District Council,21953067,Request for Tenders,Open Competition,7-20-187 Rangihamama Road Footpath - Kaikohe,7-20-187,20191118,20191206,20200319,,Sole Agency,No,,"Tenders are invited for the above contract, located at: RANGIHAMAMA ROAD FOOTPATH - KAIKOHE. The works consist of constructing a 1.5m wide concrete footpath in Rangihamama Road from SH12 to Thorp Road. The construction also includes the installation of hardfill under the footpath, pram pedestrian crossings, Retaining walls and Head walls, sign relocations and traffic services",Awarded,,0,20250410 Far North District Council,22230164,Request for Tenders,Open Competition,"COMBINED SLIP REMEDIATION PACKAGE SLIPS, WEST COAST ROAD, RP 9563 FAIRBURN ROAD, RP 9588 DIGGERS VALLEY ROAD, RP 12722",7/20/107,20200129,20200311,20210407,,Sole Agency,No,,"Tenders are invited for the above contract, located at: West Coast Road RP9563, Fairburn Rd 9588, Diggers Valley Rd 12722. The works is for the construction of timber pole retaining walls and associated work.",Awarded,,0,20250410 Far North District Council,22265099,Request for Proposals,Open Competition,Vehicle GPS and Lone Worker Safety Solution RFP,PMO Project #116,20200204,20200309,20210408,,Sole Agency,No,,"Far North District Council (FNDC/Council) has a legal obligation under the Health and Safety at Work Act 2015 (HSWA) to minimise risks to staff and taking all steps reasonably practicable to protect them from harm. A large number of our roles within Council (over a third of our staff) at times can be considered lone workers. These identified high risk roles include: Animal Management Officers Consenting Planners/Engineers and Building Inspectors Compliance Officers (environmental, parking, building and inspections teams); Customers Services Officers and iSite consultants Community Advisors and Strategic Planners, and NTA, Planning, Project Managers and District Facilities positions We therefore are seeking lone work safety solutions that work off a combination of cellular and satellite networks to provide cover to suit the above roles, including where required vehicle GPS monitoring and fleet management capabilities.",Awarded,,0,20250410 Far North District Council,22361763,Request for Tenders,Open Competition,Wharekawa Road RPs 3552 & 3633 SLIP REMEDIATION,7/20/113,20200225,20200508,20210407,,Sole Agency,No,,"1. The work details herein to stabilise an area of slippage on Wharekawa Road, RP 3552 Northland, the intent of the project is to implement a timber pile retaining wall to repair an existing slip and improve the overall stability of the road. 2. The works detailed herein is to stabilise an area of land slippage on Wharekawa Road, RP 3600, Northland. the intent of the project is to implement a steel pile retaining wall to repair an existing slip and improve the overall stability of the road.",Awarded,,0,20250410 Far North District Council,22394364,Request for Tenders,Open Competition,7-19-106 North Park Drive to Whangatane Drive Footpath - Kaitaia,7-19-106,20200303,20200319,20240618,,Sole Agency,No,,"Tenders are invited for the above contract, located at: STATE HIGHWAY 1, FROM NORTH PARK DRIVE TO WHANGATANE DRIVE FOOTPATH, KAITAIA. The works consist of constructing a 2.2m wide concrete footpath along SH1 from North Park Drive to Whangatane Drive. The construction also includes the installation of hardfill under the footpath, pram pedestrian crossings, drainage and Head walls, sign relocations and traffic services.",Not Awarded,,0,20250410 Far North District Council,22483220,Request for Tenders,Open Competition,7-20-199 Tau Henare Drive Footpath - Waitangi,7-20-199,20200325,20200505,20200903,,Sole Agency,No,," TAU HENARE DRIVE, WAITANGI, BAY OF ISLANDS The works consist of constructing a 2.2m wide footpath along Tau Henare Drive in Waitangi between the Waitangi Bridge and the entrance to the Haruru Falls walking track. The footpath includes approximately 460m of concrete and 110m of timber boardwalk. The construction shall include pram crossings, drainage and working around native trees that require protection.",Awarded,,0,20250410 Far North District Council,22539596,Request for Tenders,Open Competition,7-20-109 - Kaitaia-Awaroa Road - Combined Guardrail Construction,7-20-109,20200414,20200508,20240618,,Sole Agency,No,,,Not Awarded,,0,20250410 Far North District Council,22540914,Request for Tenders,Open Competition,7-19-106 North Park Dr to Whangatane Dr Shared Use Path Construction,7-19-106,20200414,20200508,20240618,,Sole Agency,No,,"Tenders are invited for the above contract, located at: STATE HIGHWAY 1, FROM NORTH PARK DRIVE TO WHANGATANE DRIVE SHARED USE PATH, KAITAIA. The works consist of constructing a 2,5 m wide concrete Shared Use Path along SH1 from North Park Drive to Whangatane Drive. The construction also includes the installation of hard fill under the Shared Use Path, pram pedestrian crossings, drainage and Head walls, sign relocation and traffic services.",Not Awarded,,0,20250410 Far North District Council,22740681,Request for Tenders,Closed Competition,04/20/405 - Drilling Services Sweetbore RFT,04/20/405,20200527,20200610,20210407,,Sole Agency,No,,"For the provision of Drilling Services for Sweetwater Bore: Far North District Council (FNDC) intends developing additional water supply for Kaitaia from one new groundwater bore in the Aupouri aquifer. A production bore with a diameter of 350mm will be drilled in close proximity to an exploration bore in July 2010. Please note question timeline closes midday on 4 June. RFT timeline closes at 4pm on 10 June 2020",Awarded,,0,20250410 Far North District Council,22906802,Request for Tenders,Closed Competition,Contract No 7-20-209 Dust Suppression District Wide,7/20/209,20200701,20200723,20210407,,Sole Agency,No,,"FNDCs district wide summer dust suppression works is a Measure and Value Contract targeting historic dust nuisance locations throughout the Far North Districts. This Contract spans across two years (two summer seasons) with an option to extend it for a third at the Principals sole discretion. The predetermined unsealed dust suppression sites will comply with all the following thresholds: houses within 25m from the road, a prevalent traffic speed in excess of 60km/h, an Average Daily Traffic (ADT) volume greater than 130 vehicles per day and a Heavy Commercial Vehicle component in excess of 20 heavy commercial vehicles per day. The scope will also include some previously approved sites that were included on direction from Council. In addition to these sites, FNDC will establish dust suppression commitments from Forestry companies along their haulage routes, that may be added to this Contract to complement the FNDC works.",Awarded,,0,20250410 Far North District Council,22936186,Request for Tenders,Open Competition,Taupo Bay Slip Remediation,7/21/107,20200708,20200810,20210623,,Sole Agency,No,,"The works is for the: RP 8816 - Supply and installation of 66. Deep Soil Mixing Columns to minimum 0.5m into underlying hard clay layer as denoted in the construction drawings (4m lengths for rows A & B) along with associated works, and RP 9169 the supply and installation of 520m of horizontal drains and associated works.",Awarded,,0,20250410 Far North District Council,22963884,Request for Tenders,Open Competition,TaHeke Community Hall,05/20/006,20200713,20200819,20210407,,Sole Agency,No,,"The Taheke Hall is located on SH12, 18km west of Kaikohe, and is situated adjacent to the community Rugby Fields and Netball Courts. As well as a Public Hall, the Taheke Hall premises are used by the local committee to host regular rugby league games which can attract up to 300 guests to the community. The Taheke Hall forms part of the network of facilities under the Far North District Councils Halls and Facilities Strategy 2015 (HFS). The expectation of the HFS is to ensure all facilities are accessible to all members of the community regardless of age or physical ability, be well maintained, and comply with building, fire and health regulations applicable to the community, district, and regional context of the facility. Christiansen Building Services was engaged to undertake an assessment of the buildings overall condition. The condition assessment states that the building requires significant maintenance to the foundations, structure, services and internal linings to meet the principles outlined in the HFS.",Awarded,,0,20250410 Far North District Council,22973312,Request for Tenders,Open Competition,LONGBEACH ROAD RP294 (SLIP REMEDIATION WORK),"7/21/107 - LONGBEACH, RP 294",20200715,20200824,20240618,,Sole Agency,No,,"High Level Overview of the Contract Works: Tenders are invited for the above contract, located at: LONGBEACH RD, RP 294 SLIP REMEDIATION The works is for the construction of 46.8m of timber pole retaining wall on Longbeach Rd and a total length of 106.8m of Guardrail along with associated work. Tender questions close on GETS: 5pm on Friday 14 August 2020 Tender closes on GETS: 11am on Monday 24 August 2020",Not Awarded,,0,20250410 Far North District Council,22996239,Request for Proposals,Closed Competition,Paihia Water Network Model Update and Calibration,7/20/501,20200720,20200810,20210407,,Sole Agency,No,,,Awarded,,0,20250410 Far North District Council,22996383,Request for Proposals,Closed Competition,Paihia wastewater network model update and calibration,7/20/500,20200720,20200810,20210407,,Sole Agency,No,,,Awarded,,0,20250410 Far North District Council,23064027,Request for Tenders,Open Competition,OPONONI PUBLIC TOILETS - PHYSICAL WORKS,5/19/002,20200804,20200828,20210407,,Sole Agency,No,,"Public Toilet Facilities located at Opononi: Tenders are invited for the above contract, located at: 29 State Highway 12, Opononi Lot 1 DP164181 The works consist of: Construction of a new public toilet facility located in Opononi connected to the mains for power, water, wastewater and stormwater. Plans & Specifications are provided. Three accessible unisex cubicles with fittings for two outdoor showers. The contract will commence from 5 October 2020 for a duration of sixteen weeks. All work is to be undertaken during Monday to Friday 7:30am - 4:30pm",Awarded,,0,20250410 Far North District Council,23064929,Request for Tenders,Open Competition,"WAINUI ROAD, SLIP REMEDIATION (Wainui Road RP6730, Kaeo, Northland)",7/21/109,20200804,20200914,20210623,,Sole Agency,No,,"This Request for Tender is seeking slip remediation services of the drop-out repair on Wainui Road RP6730 This physical works contract refers to stabilising an area of land slippage on Wainui Road RP6730, Kaeo, Northland and the intent of the project is to drain the landslide to improve the overall stability of the upper slope.",Awarded,,0,20250410 Far North District Council,23171952,Request for Tenders,Closed Competition,KAITAIA WATER MAIN PIPELINE PHYSICAL WORKS RFT,7/20/404,20200826,20200925,20201127,,Sole Agency,No,,"Description of Contract Works 1.2.1 The Contract works are described in detail within Schedule 17 Project Specification and summarised below: Utilising the existing bore (PW 1) at the Sweetwater site; Drilling a new production bore (PW 2) at the Sweetwater site; 440 m of DN225 PE100 SDR13.6 PN12.5 pipeline from production wells to buffer tanks; 150 m? precast Duracrete buffer tanks to prevent excessive pump starts and stops; Transfer pump station to convey water from the buffer tanks to the WTP; Unsealed access road and open drain stormwater system; Platforms for Buffer Tanks and Transfer PS; Security and Stock Fencing; 13.5 km of DN315 PE100 SDR13.6 PN12.5 pipeline from the Transfer PS located in the vicinity of PW 2; Sandhills Road bridge crossing; Bonnetts Road pipe bridge crossing; Electrical supply to Sweetwater site (by Top Energy); and Transfer pump station electricals and Instrumentation (telemetry), installed within in shipping containers at the Sweetwater site. Please review the contract documentation for up and coming timelines such as site visits / interactive sessions (documented within section 1.6 Key Contract Dates of item 1)",Awarded,,0,20250410 Far North District Council,23206286,Request for Tenders,Open Competition,"Sullivans Rd, RP 120 Slip Remediation",7/21/108,20200831,20200928,20240618,,Sole Agency,No,,,Not Awarded,,0,20250410 Far North District Council,23233067,Request for Proposals,Open Competition,Library Collections Outsourcing RFP for Far North District Council,,20200904,20201006,20210407,,Sole Agency,No,,"Far North District Libraries is seeking a book supplier company to provide collection outsourcing services, the successful company must be able to provide book selection, ordering and receiving of up to 10,000 items annually. Required outputs include cataloguing, processing and shelf-ready delivery to our libraries. Far North District Libraries has six branches located in Paihia, Kawakawa, Kaikohe, Kerikeri Kaeo and Kaitaia. These six branches hold 110,00 items and lend up to 40,000 items per month. The service is part way through a strategic change process, modernizing services and programmes, and implementing process efficiencies and collection outsourcing fits into this context.",Awarded,,0,20250410 Far North District Council,23359925,Request for Tenders,Open Competition,Public Toilet Facilities at Haruru Falls (Far North),5/19/004,20200928,20201019,20210407,,Sole Agency,No,,"Tenders shall close on GETS at: 5pm on Monday 19 October 2020 Question timeline shall close on GETS at: 4pm on Friday 9 October 2020 All questions must be posted on GETS or forwarded to: projectoffice@fndc.govt.nz Site Visit: (Please refer to item 103.2 of the contract, Appendix 1): Is an appointment required to view the Site? No, tenderers can attend the site without an appointment. It is advisable that a site visit is conducted at least 24 hours prior to the question timeline closing on GETS.",Awarded,,0,20250410 Far North District Council,23382096,Request for Tenders,Open Competition,MANGAMUKA 7845 & 8387 SLIP REMEDIATION,7/21/110,20201001,20201022,20210623,,Sole Agency,No,,"MANGAMUKA 7845 & 8387 SLIP REMEDIATION Pease note the Question & Answer closing time & date: midday on 15/10/2020 The closing date to submit a request for tender proposal: 4pm on 22/10/2020",Awarded,,0,20250410 Far North District Council,23503352,Request for Tenders,Open Competition,GENERAL BRIDGE REPAIRS,7.21.200,20201023,20201118,20210407,,Sole Agency,No,,"Scope The projects principal purpose and service to users is to maintain the FNDC bridge asset to ensure a continual level of service to users. The work consists of repairs to concrete, timber and steel components on various bridges and culverts. Location The contract works are located at various bridges and culverts in the Far North District. A list of all FNDC Bridges and major culverts with RAMM displacements and co-ordinates is included in the attached RFT documentation. Tender Q & A closes: 5pm on 10 November 2020 Tender RFT closes: 5pm on 13 November 2020",Awarded,,0,20250410 Far North District Council,23504261,Request for Tenders,Open Competition,SCOUR PROTECTION WORKS OF BRIDGES,7.20.201,20201023,20201118,20210407,,Sole Agency,No,,"Scope The work consists of construction of various types of scour protection works including concreted and non-concreted rock spall scour protection, concreted rock walls, concrete filled hessian bag walls, gabion walls, and other miscellaneous works at various structures. The contract works are located at various bridges and culverts in the Far North District. A list of all FNDC Bridges and major culverts with RAMM displacements and co-ordinates is included in the attached RFT. RFT Q & A closes: 5pm on 10 November 2020 RFT closes: 5pm on 13 November 2020",Awarded,,0,20250410 Far North District Council,23545889,Request for Tenders,Open Competition,Roadside Barriers (Guardrails) and Associated Improvements,7/20/150,20201102,20201123,20210407,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Various locations on the Far North District Councils roading network. The works include, but not limited to, installation of Semi Ridged Guardrail with posts including terminal end treatments, protection and relocation of existing services, earthworks and pavement sealing, drainage and head walls, gabion retaining walls, sign relocations and traffic services. Guardrail Construction works at: Kaitaia Awaroa Road (Kaitaia to Ahipara) 0.95 (both sides). Kaitaia Awaroa Road (Kaitaia to Ahipara) 3.13 (both sides). Rawene Road 0.51-0.73 (one side). Rawene Road 1.76-2.115 (one side). Rawene Road 1.79-1.905 (one side). West Coast Road 15.79-15.93 (one side). West Coast Road 16.92-17.16 (one side). Kapiro Road 2.3-2.4 (one side).",Awarded,,0,20250410 Far North District Council,23616560,Request for Tenders,Open Competition,Contract 7/21/204 - New Footpaths in the TE HIKU Ward 2020-21,Contract 7/21/204,20201112,20201204,20210407,,Sole Agency,No,,"Scope of works is: This contract is for the delivery of up to 1,95km of concreted footpaths across the Te Hiku Ward (Ahipara, Kaitaia, Manganui and Pukenui). The scope of work will entail temporary traffic management, installing environmental controls, locating and securing underground services, vegetation clearing, earthworks (cut to waste/fill), drainage facilities, preparing formation/subgrade, piling, boxing and black oxide exposed aggregate concreting of 1.5m wide new footpaths Note: - Q & A timeline closes at 11am on 27 November 2020 RFT closes on GETS at 11am on 4 December 2020",Awarded,,0,20250410 Far North District Council,23620569,Request for Tenders,Open Competition,New Footpaths in the Bay of Islands - Whangaroa Ward 2020-21,Contract Number 7/20/137,20201113,20201204,20210407,,Sole Agency,No,,"Scope of works is: This contract is for the delivery of up to 900m of concreted footpaths across the Bay of Islands-Whangaroa Ward (Kerikeri and Matauri Bay). The scope of work will entail temporary traffic management, installing environmental controls, locating and securing underground services, vegetation clearing, earthworks (cut to waste/fill), drainage facilities, preparing formation/subgrade, piling for retaining wall, boxing and black oxide exposed aggregate concreting of 1.5m wide new footpaths.",Awarded,,0,20250410 Far North District Council,23621263,Request for Tenders,Open Competition,New Footpaths in Kaikohe - Hokianga Ward 2020-21,Contract Number 7/20/116,20201113,20201204,20210407,,Sole Agency,No,,"Scope of works is: This contract is for the delivery of up to 1550m of concreted footpaths across the Kaikohe - Hokianga Ward (Kaikohe, Opononi, Kohukohu and Okaihau). The scope of work will entail temporary traffic management, installing environmental controls, locating and securing underground services, vegetation clearing, earthworks (cut to waste/fill), drainage facilities, preparing formation/subgrade, piling for retaining wall, boxing and black oxide exposed aggregate concreting of 1.5m wide new footpaths.",Awarded,,0,20250410 Far North District Council,23625781,Request for Tenders,Open Competition,Waimatenui/Mataraua Road Rehabilitation 20/21,7/20/251,20201116,20201207,20210407,,Sole Agency,No,,"The Contract is for the construction of Pavement Rehabilitation works on the following road sections: 1. Waimatenui/Mataraua Road, RAMM Displacement 2600 - 3620, approximately 1,020m in length 2. Waimatenui/Mataraua Road, RAMM Displacement 1338 -1923 & 2070-2600, approximately 1,115m in length The works includes Contract construction works and include (but are not necessarily limited to) the supply of all labour, plant, materials and equipment for the construction. The project is divided into two Separable portions as follows: 1. Separable Portion 1- (SOP 1), Waimatenui/Mataraua Road Rehabilitation 20/21 2. Separable Portion 2 (SOP 2), Waimatenui/Mataraua Road Rehabilitation 21/22.",Awarded,,0,20250410 Far North District Council,23648671,Request for Tenders,Open Competition,Audio Tactile Profiles & Structured Roadmarkings,7/20/151,20201119,20201210,20210407,,Sole Agency,No,,"The scope of works will focus on safety improvements on the Roading network at various prioritised locations. The works to be delivered are: Audio Tactile Profiles and Structural Road Markings: Installation of Audio Tactile Profile markings with Thermoplastic, including Agglomerate Thermo-plastic markings, and Structural road markings.",Awarded,,0,20250410 Far North District Council,23649054,Request for Tenders,Open Competition,Simson Park Rugby and League Field Lighting Upgrade,05/20/017,20201119,20201209,20210531,,Sole Agency,No,,"The project scope includes design, supply and installation of lighting infrastructure (luminaires, poles, cross arms, mounting hardware, power supply cabling and control system). Investigate existing main power supply and upgrade/modify as required to provide power to the new floodlighting installation, this work may include specific network design required to upgrade the main power supply. Design, supply and installation of all cabling (mains cabling and supply cables to each floodlighting pole). For each sport field; supply and installation of 6 floodlighting poles and 2 LED luminaires per pole. The LED luminaires shall be EWO R4 (Gen 3 EP09) LED Floodlights (or equal) with optics and wattages as specified on the drawings. All new poles shall be Spunlite (or equal) hot dip galvanised tapered octagonal steel ground planted floodlighting poles complete with horizontal cross arms complying with the performance and durability requirements of NZTA M26. Design, supply and installation of floodlighting control system (control panel and all sundry items).",Awarded,,0,20250410 Far North District Council,23685330,Request for Tenders,Open Competition,Te Hiku Netball Courts,5/20/014,20201126,20210108,20210407,,Sole Agency,No,,"The works consist of Site Establishment, Site Clearance, Earthworks, Stormwater works, Construction of sub-base, waterproofing membrane, provision of new Asphaltic Concrete playing surface, edge beam, line marking, new fencing, and various netball equipment. The lighting element will be design-build. The contract works and materials will be required to comply with all relevant NZS and NZTA standards and any relevant Acts, Regulations and regional plans. There is no extension of the courts, therefore there is no expectation of additional consent requirements.",Not Awarded,,0,20250410 Far North District Council,23868740,Request for Proposals,Open Competition,Rating Valuation and Database Maintenance Services,,20210120,20210212,20210528,,Sole Agency,No,,"This opportunity in a nutshell We seek competitive tenders for the provision of rating valuation services under the requirements of the Rating Valuations Act 1998, Rating Valuation Regulations, Rating Valuation Rules and any other such requirements of the Office of the Valuer- General. What we need The Far North District Council requires the services of an experienced valuation provider in the local government context. The successful tenderer will have previous and extensive experience in maintaining territorial authorities District Valuation Roll, including, but not limited to, triennial revaluations, objection management, policy advice, working with the Office of the Valuer-General and generally managing the Councils database in accordance with the Act, the Rules and the Regulations. As part of the tender response, we require a schedule of proposed performance standards and timeframes for both the provision of valuation services and database management. Why you should bid This contract represents an opportunity to work closely with the Far North District Council and deliver an important service to the ratepayers of the Far North.",Awarded,,0,20250410 Far North District Council,24015123,Request for Tenders,Open Competition,FNDC Lighting Maintenance and Renewals,Contract 7/21/185,20210223,20210401,20210802,,Sole Agency,No,,"This Contract is for the management and maintenance of the road corridor and amenity lighting network assets within the Far North districts. T The contract includes but is not limited to the following activities: Proactive activities Maintenance, replacement and or retrofitting (luminaires, lighting columns, supports/fixings, control gear & wiring) for all street lighting and specified amenity areas Streetlight LED Infills Asset condition monitoring Asset management Traffic management necessary to safely carry out work without unnecessarily delaying traffic movements. Minor and/or unscheduled related lighting works not otherwise covered above. Reactive activities Attendance and rectification of lighting outages within prescribed response time for specific areas. Working with NTA and emergency services as required in emergency response events. Management activities Reporting Accurate and complete provision of RAMM and related asset information. Hold adequate stock levels of parts and equipment in storage for reactive maintenance. Managing and undertaking maintenance activities within budget allocations directed by the Engineer. Working collaboratively with stakeholders; Far North District Council (FNDC), Police, Energy supplier(s), to obtain best for community solutions to specific matters. The Contract has been wri",Awarded,,0,20250410 Far North District Council,24107206,Request for Tenders,Open Competition,Russell Landfill and Re-Cycling Centre,7/21/601,20210318,20210414,20210803,,Sole Agency,No,,"Far North District Council is seeking an experienced refuse/re-cycling operator with a proven track record, with a vision to further develop the Russell Landfill and Recycling Facility and provide a value for money service to the Russell community and wider user. The Russell landfill is an unlined landfill, adjacent to the wastewater treatment plant on Russell Road, approximately 300m from Matauwhi Bay, (the site is located on Russell Road, about one kilometre from Russell township, the entrance is located on Florance Avenue off Russell Road, about one kilometre from Russell township). The landfill has an estimated 8 years capacity remaining, subject to final profiles which are being assessed now and the current resource consent expires in April 2023. The Russell Landfill receives approximately 3,200m3 (600 Tonnes) of refuse annually. The total refuse tonnage received for the last three years is 1857 tonnes",Awarded,,0,20250410 Far North District Council,24143745,Request for Tenders,Open Competition,RFID Project,,20210330,20210422,20210820,,Sole Agency,No,,"Far North District Libraries are seeking to transform and modernise the libraries service delivery via full migration of all six libraries to RFID and customer self-check operating models. This projects goal is to create efficiencies as outlined in the Future Libraries Strategy that allows a positive refocus of skilled staff time away from routine transactional services into transformational programming services. This is an exciting opportunity to support a large initial project phase requiring significant goods and services investment, and further guarantee an ongoing vendor relationship for a minimum of 3 years to supply ancillary operational support services. What we need Tenderers shall supply a range of products and services to support the requirements for up to six New Zealand library sites located within the Far North region, (Paihia, Kawakawa, Kaikohe, Kerikeri Kaeo and Kaitaia) This includes full RFID retrospective collections tagging support; including the supply of mobile retrospective tagging hardware (retrospective tagging trolleys or equivalent), training session for internal staff who will complete the tagging process Initial tag supply (120,000 tags) Self-check and staff-returns hardware/software supply and install as specified Ongoing tag supply and support services including licensing Ongoing software and hardware technical support and development. Tenderer shall demonstrate proven experience working with public libraries within New Zealand delivering RFID projects, from retrospective tagging all the way through to operating and maintaining self-check and staff software and hardware post-install. The tenderers software must be able to configure and operate successfully with Kotui/Symphony Workflows LMS.",Awarded,,0,20250410 Far North District Council,24145879,Request for Tenders,Open Competition,"DROP-OUT REPAIR ON POWELL ROAD RP209, FAR NORTH",7/21/103,20210330,20210422,20210823,,Sole Agency,No,,,Awarded,,0,20250410 Far North District Council,24332933,Request for Proposals,Closed Competition,Community Road Safety RFP,7/21/150,20210521,20210614,20240618,,Sole Agency,No,,,Not Awarded,,0,20250410 Far North District Council,24459733,Request for Tenders,Closed Competition,Ruapekapeka Road Seal Extension,7/21/186,20210622,20210723,20201001,,Sole Agency,No,,"The scope of this work is to seal Ruapekapeka Road from State Highway 1 (RP 0.124) to Monument Road intersection (RP 4.485). This will include earthworks/widening, drainage improvements, shape correction, guardrails and retaining structures.",Awarded,,0,20250410 Far North District Council,24585753,Request for Quotations,Closed Competition,Kerikeri Domain Revitalisation Project: Skatepark and Basketball Court Demolition,,20210722,20210728,20250129,,Sole Agency,No,,"The Kerikeri Domain project addresses the community led development of the major green space at the Kerikeri Domain in central Kerikeri. The project has been awarded $3m of external funding from MBIE under agreement R01.03141 which was executed in late 2020. The MBIE funding agreements have funding tied milestone dates for the delivery of the projects. Community consultation, design engineering and consenting have been completed or are nearing final completion. These processes have been conducted at pace and although the program is tight it is achievable. We now require rates-based quotations for the demolition of the existing skatepark and basketball court and subsequent site preparation for the new works. This RFQ requires rates to be entered into the schedules listed in the Kerikeri Domain response form.",Not Awarded,,0,20250410 Far North District Council,25113386,Request for Tenders,Open Competition,CONSTRUCTION OF SOUTHERN ANIMAL SHELTER (KAIKOHE),5/20/10,20211116,20211220,20220701,,Sole Agency,No,,"Tenders are invited for the construction of the Southern Animal Shelter located at: 271 Ngapuhi Road, Kaikohe The works consist of Construction of a new 10 Kennel Animal Shelter, with vet room, quarantine area, wash/food preparation room, office, staffroom, w/c, storerooms and vehicle washdown area as per stamped approved plans. The work shall be carried out in accordance with all sanitary plumbing and drainage regulations and standards including (but not limited to) AS/NZS 3500.2:2003, Building Act 2004 and NZ Building Code, all electrical regulations and standards including (but not limited to) AS/NZS 3000 (wiring rules) and the NZ Electricity (Safety) Regulations Note for tenderers a site visit is mandatory",Awarded,,0,20250410 Far North District Council,25348417,Request for Tenders,Closed Competition,"Intake Rising Main Upgrade, Kerikeri",7-21-403,20220127,20220221,20220412,,Sole Agency,No,,"The contract works are summarised below. The Contract works are described in detail within the Project Specification and associated drawings. This project consists of: Abandonment of existing 150mm AC rising main, including potential removal and disposal off site of 441m of asbestos cement pipe. Connection to existing valve pit at intake location. 916m of DN225 PE100 PN12.5 pipeline including four air valves and three scour valves. Installation either by open trenching or directional drilling. New flowmeter, chamber and pipework installed at the Kerikeri Water Treatment Plant. Connection to existing water treatment plant - engagement of Far North Waters to complete the works Surface reinstatement to match existing. The route includes open country, roadside berm, private driveway berm, and a road crossing.",Awarded,,0,20250410 Far North District Council,25399762,Request for Tenders,Closed Competition,Foreshore Road (Panorama Lane to Wreck Bay Road) Shared Path,,20220209,20220302,20250129,,Sole Agency,No,,"The Contract Works are for the construction of a new shared path approximately 800m in length along Foreshore Road between Panorama Lane and Wreck Bay Road, Ahipara. The shared path is a mixture of 1.4m - 2.2m wide concrete paths and 1.4m wide timber boardwalk.",Not Awarded,,0,20250410 Far North District Council,25529586,Request for Tenders,Closed Competition,Kerikeri WTP Clarifier Renewal,7-21-404,20220311,20220408,20220615,,Sole Agency,No,,"This project consists of the design, installation and commissioning of modular clarifiers and associated works at the Kerikeri Water Treatment Plant. Preferred Construction methodology 1. Design of the system 2. Construct foundation and install modular clarifiers in final location with temporary flocculation tank/s to allow for commissioning 3. Test, commission and into production 4. Demolish and remove existing clarifier 5. Construct Flocculation tank foundation and instal modular flocculation tank/s on/in footprint of old clarifier. 6. Test, commission and into production 7. Complete all remaining sundry works of fencing and site reinstatement.",Awarded,,0,20250410 Far North District Council,25669084,Request for Tenders,Open Competition,Stormwater and Wastewater CCTV Investigations,7/22/300,20220412,20220607,20220715,,Sole Agency,No,,"The scope of work includes (but is not limited to): CCTV survey of wastewater and stormwater pipes in the areas outlined below: 1. The pipe sections to be inspected are located in a variety of locations including but not limited to public roads, private land and council reserves. 2. Pre-CCTV inspection cleaning 3. Any traffic management plans and approvals, and traffic management required. Note separate traffic management plans will be required for the different road authorities affected i.e. Far North District Council and NZTA. 4. All Health and Safety, Quality and Environmental Plans and management. 5. Contract deliverable documents including but not limited to a Contract Management Plan and QA records. 6. Liaison with FNDC operations staff and their agents with regard to access and operational status and shutdown of pumping stations. 7. Liaison with private property owners regarding manhole access. 8. Minimising disruption to the local community, businesses, private property owners, road users and operation of the asset. 9. Condition assessment of CCTV footage in accordance with the New Zealand Pipe Inspection Manual 3rd Edition, and Provision of comprehensive reports detailing maintenance / repair work and pipe deterioration predictions. 10. Reporting of information, data, and results in electronic format.",Awarded,,1374505,20250410 Far North District Council,25726348,Request for Tenders,Closed Competition,FNDC New Footpaths 2021/22 Suite 1,7/22/185,20220427,20220517,20220530,,Sole Agency,No,,"The scope of work will entail temporary traffic management, installing environmental controls, earthworks (cut to waste/fill), drainage facilities, preparing formation/subgrade, boxing and black oxide exposed aggregate concreting of 1.8 m wide new footpaths. The contract works are broadly described and located as follows: 165m long new footpath in Ahipara Ahipara Road starting at RP 2224 and ending at RP 2385 80m long new footpath in Ahipara Kotare Street starting at RP 0 and ending at RP 70 Contract Number: 7/22/185 240m long new footpath in Moerewa - Reed Street starting at RP 0 and ending at RP 240",Awarded,,220760,20250410 Far North District Council,25821799,Request for Proposals,Open Competition,Paihia to Opua Coastal Walkway Stage 1 Bridge and Boardwalk Replacement,,20220520,20220610,20220708,,Sole Agency,No,,"Replacement of a 10m long bridge and upgrading of approximately 135m of timber boardwalk that passes through a tidal mangrove wetland on the Paihia to Opua Walkway, Bay of Islands. The Contract Works include the following elements: Setting out and general site clearance, including trimming of vegetation. Site safety, path closure signage, and protective measurements. Erosion and sediment controls. Removal and disposal of approximately 135m of existing timber 1.2m wide boardwalk decking, joists and bearers, and the remaining bridge piles and approaches. Driving of four new timber bridge piles and installation of additional boardwalk timber piles where necessary. Supply and installation of new timber boardwalk bearers, joists and decking for 135m of boardwalk supported on existing piles. Supply and installation of a 10m long x 1.2m wide glulam timber bridge with barriers on both sides. Re-instate the existing 90mm diameter pumped sewage line onto the upgraded boardwalk and bridge. Any necessary temporary works. All other works indicated, described, or implied in the drawings or specifications.",Awarded,,322848,20250410 Far North District Council,25822225,Request for Tenders,Open Competition,Kaikohe HQ & Hall Carpark Reseal,5/21/043,20220520,20220621,20220812,,Sole Agency,No,,"This tender is for the Physical Construction Work, to repair and reseal the Carpark. The Works comprise of: - Pre-surfacing pavement and ancillary repairs - Asphalt and chip-seal resurfacing - Reinstatement of delineation markings and carpark furniture The resealing of the carpark will be a mix of approximately 3,650m2 of asphalt and 1,600m2 of chipseal.",Awarded,,317615,20250410 Far North District Council,25899116,Request for Quotations,Closed Competition,Waipapa Water Supply and Wastewater Servicing Options,,20220603,20220624,20220701,,Sole Agency,No,,This is an invitation to submit an offer of service to provide project support along with water supply and wastewater engineering technical expertise for stages 1 and 2 of the Waipapa water supply (WS) and wastewater (WW) servicing options investigation project.,Not Awarded,,0,20250410 Far North District Council,26082610,Request for Tenders,Open Competition,7/22/150 - FNDC Slip Repairs Suite 01,7/22/150,20220722,20220819,20220915,,Sole Agency,No,,"The project works for the FNDC Contract 7/22/150 - FNDC Slip Repairs Suite 01 includes the following: Installation of rock armouring (300-500mm boulders) partially within the Awanui River along 60m on Gill Road (RP8452) Installation of an anchored timber pole retaining wall along 13.2m on Kaitaia Awaroa Road (RP16668) Installation of soil nails and mesh and gabion baskets along 24m on Manawaora Road (RP2490 - 2530) Implementation of Quality Assurance & Control and Health & Safety Plan. Establishment on site and provision of access. Temporary Traffic & Pedestrian Management. Site clearance and reinstatement on completion. Installation of stormwater reticulation facilities as appropriate for each site. Potential relocation of existing services including water, sewer, power, telecom QA documentation, As built information and PACE evaluation.",Awarded,,0,20250410 Far North District Council,26336372,Request for Tenders,Open Competition,7/22/159 - Road Dropout Repair Fairburn Road RP9593-9743,7/22/159,20220914,20221021,20221219,,Sole Agency,No,,"The works pertain to the stabilisation of a land slippage on Fairburn Road at RP9593-RP9743. The project comprises of two anchored timber pile retaining walls and one cantilever timber pole retaining wall to repair an existing slip and improve the overall stability of the road. The contract includes the following: 1) All necessary earthworks to form a working platform for wall construction. This is expected to comprise of approximately 993m? of cut which includes drill spoil. This excess material shall be disposed of offsite to the satisfaction of the Far North District Council. 2) Construction of Design Section F timber pole cantilever retaining wall consisting of 32x 450mm SED 52MPa bending moment capacity and 450kg/m3 minimum density @ 1.0m CRS. Piles are 8.0m (long) in a 750mm hole and encased in 20 MPa concrete. 3) Construction of Design Section G anchored retaining wall consisting of 20x 350mm SED 52MPa bending moment capacity and 450kg/m3 minimum density @ 1.2m CRS. Piles are 8.0m (long) in a 4) 600mm hole and encased in 20 MPa concrete. Anchors are to be BluGeo GRP60 32mm bar or equivalent centrally spaced in 150mm and grouted minimum 3.0m into underlying rock. 5) Construction of Design Section H anchored retaining wall consisting of 25x 450mm SED 52MPa bending moment capacity and 450kg/m3 minimum density @ 1.2m CRS. Piles are 10.4m (long) in a 6) 750mm hole and encased in 20 MPa concrete. Anchors are to be BluGeo GRP60 40mm bars, centrally spaced in 150mm and grouted minimum 4.0m into underlying rock. 7) Reinstatement of the road following remediation works",Awarded,,0,20250410 Far North District Council,26403972,Request for Proposals,Open Competition,FNDC Afterhours Service Provider,,20221004,20221031,20221124,,Sole Agency,No,,"The Far North District Council is seeking competitive proposals from capable and experienced after-hours phone service specialists. Suppliers responding should be prepared to provide a solution to the specified areas and offer all options available. Services to be provided: Hours that services are required is from 5pm until 8am weekdays, all weekends and public holidays. One exception, on Tuesdays calls will remain with the after-hours service provider until 9am. Call logs to include detail of calls received each night / weekend Daily / Weekly / Monthly reports In case of emergency evacuations at FNDC during business hours, the after-hours service provider would be required to pick up calls at short notice e.g. fire evacuation, lock-down, etc. Committed to continuous improvement philosophy and quality assurance We do not require the services of a 24-hour, 7 day a week call center.",Awarded,,0,20250410 Far North District Council,26548687,Request for Tenders,Open Competition,CHURTONS ROAD BRIDGE C13 REPLACEMENT,7/21/206,20221028,20221202,20230301,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Churtons Road Bridge C13 is located approximately 110m north-east from the intersection with Duncan Road and Churtons Road, and 1.55km south-east from the intersection of State Highway 10 and Duncan Road. The works consist of replacement of existing deteriorated bridge on Churtons Road with the upgrade of the bridge structure including demolition of the existing structure to make room for the new structure, construction of the new foundations, construction of the new abutments and installation of the bridge deck.",Awarded,,0,20250410 Far North District Council,26603606,Request for Tenders,Open Competition,Opononi Hall Renewal,5/21/037,20221109,20221208,20230201,,Sole Agency,No,,"Opononi Hall renewals work, this work consists of the following listed below and as per approved Building Consent plans. Roof repairs. Refurbishment of kitchen. Replace flooring in kitchen, dining area, entry lobby and meeting room. Painting. Upgrade of toilets in compliance with NZS4121:2001. Removal of small, raised stage area in meeting room. Upgrade of caretakers storage and cleaners rooms. All electrical upgrade work as identified. Minor remediation works to interior and exterior including doors, windows, hardware, repairs to external steps outside rear Western Exit doors and removal or rusty screws/nails on exterior of building and touch up paint where required. Upgrades as required for fire safety and compliance. Construct new timber accessibility ramp, rails, and steps in compliance with NZS4121:2001. One accessible parking space and signage. Repair path to Hall at front of the building. Upgrade Eastern and Western stairs",Awarded,,0,20250410 Far North District Council,26765155,Request for Tenders,Open Competition,Matai Bay Road Bridge C03 and Hihi Road Bridge F07 Repairs,7/21/207,20221220,20230201,20230717,,Sole Agency,No,,"Tenders are invited for the above contract, located at: Bridge C03 on Matai Bay Road (RP 3.940), Karikari Peninsula, 250 metres north of the intersection of Matai Bay Road and Wairahoraho Road (Coordinates, -34.84031, 173.39840). Bridge F07 on Hihi Road (RP 2.365), Mangonui Harbour, 520 metres southeast of the intersection of Hihi Road and Taemaro Road The Contract Works include, but are not limited to, the supply of all labour, plant, materials and equipment, for the construction and completion of the following work in accordance with the specification and drawings: a. Customer service and contract management. b. Establishment and site preparation. c. Temporary Traffic Management at the sites during the work. d. The provision of all quality assurance requirements of this document. e. Repair of the bridge structures including major reinforced concrete repairs, strengthening of the bridge elements, pile jacketing, and other works in accordance with the specification and drawings. f. The supply of all plant, labour and materials to complete the works within the specified time in accordance with the specification and drawings. g. The maintenance of the work as specified.",Not Awarded,,0,20250410 Far North District Council,26935321,Request for Tenders,Open Competition,"Quarry Road, and Wekaweka Road Culvert Renewals",7/23/101,20230210,20230310,20230801,,Sole Agency,No,,"This Contract is for the construction of replacement concrete culverts and associated inlet and outlet structures at two locations in the Far North District. Quarry Road RP1.055 Wekaweka Road RP2.260 The Contract Works include (but are not necessarily limited to) the supply of all labour, plant, materials and equipment for the construction and completion of the following work in accordance with the Drawings and Specifications, including: Implementation and monitoring of quality management and control and health and safety, Establishment on Site, Obtaining any consents and permits required to undertake the work that are not supplied by the Principal, Design and construction of any Temporary Works required, Removal of existing culverts Transport and install new precast culvert units Pavement and resurfacing work Restoration of the Site to the physical and operational conditions pertaining at commencement of the Contract, including removal of Temporary Works Location, preservation, relocation, liaison and co-ordination of all utilities, and Works involving the supply of all labour, plant and materials as and when directed by the Engineer to carry out additional miscellaneous work if required",Not Awarded,,0,20250410 Far North District Council,27033190,Request for Tenders,Open Competition,Raised Traffic Facilities 2021/24 (PW),7/22/100,20230309,20230406,20230504,,Sole Agency,No,,"This contract is for the installation of traffic calming facilities by the construction of both concrete and asphaltic concrete (AC) raised platforms including footpaths construction, Kerb buildouts, road markings, installation of signages and drainage upgrade as detailed on the drawings.",Awarded,,0,20250410 Far North District Council,27673942,Request for Tenders,Closed Competition,FNDC Footpath Projects Suite 3 (21-24),7/23/185,20230707,20230811,20230919,,Sole Agency,No,,"Installation of 1.8m wide concrete footpaths, including installation of timber pole retaining walls up to 1.5m high exposed face with up to 300SED H5 poles, new kerbing and drainage upgrades as detailed on the drawings. The locations of the footpaths are as follows: 637m long new footpath on Cable Bay Block Rd in Cable Bay from RP0 (at SH10) to RP637 (at Pekama Rd) 44m long new footpath on Taupata Place in Kaitaia filling 2 gaps in existing path, between RP76 to RP120",Awarded,,703258,20250410 Far North District Council,27686901,Request for Tenders,Open Competition,"Waharua Road, West Coast Road and Whangaroa Road Culvert Renewals",7/23/102,20230710,20230804,20231107,,Sole Agency,No,,"This Contract is for the construction of replacement concrete culverts and associated inlet and outlet structures at three locations in the Far North District. Waharua Road Culvert (A39) West Coast Road Culvert (G28) Whangaroa Road Culvert (UN28) The Contract Works include (but are not necessarily limited to) the supply of all labour, plant, materials and equipment for the construction and completion of the following work in accordance with the Drawings and Specifications.",Awarded,,0,20250410 Far North District Council,27689937,Request for Tenders,Open Competition,Far North District Bridge Inspections and Asset Management 2023-26,7/23/201,20230711,20230810,20231006,,Sole Agency,No,,"The Northland Transportation Alliance, on behalf of Far North District Council is seeking a suitably qualified and experienced Consultant to provide bridge inspections, permit management, and bridge asset management professional services for the Far North district for the 2023 to 2026 period.",Awarded,,0,20250410 Far North District Council,27837146,Request for Proposals,Open Competition,Solid Waste Services,,20230807,20231026,20240801,,Sole Agency,No,,"Far North District Council (FNDC) operates a network of fifteen refuse transfer stations, twelve community recycling centres and two resource recovery centres at Kaiatia and Waipapa. These are currently managed and operated through two contracts, divided geographically covering the north and south areas of the district. These contracts expire in September 2024. We need supplier(s) who can provide waste services for FNDC. Pricing for additional services is being sought in line with the Ministry for the Environments (MfEs) requirements and to address options being considered as part of FNDCs future potential waste strategy. It is anticipated that more than one contract will be awarded as a result of this procurement process, however the final bundling of services will be dependent on the Responses received and what outcome results in better overall value and quality of service for FNDC. This RFP contains six (6) Separable Portions (SPs), covering three distinct scopes of work over three geographic areas. Respondents may choose to submit a Response on one SP, all six SPs, or any combination of SPs of their choosing. The scope of the services are largely as follows: Management and operation of refuse transfer stations, community recycling centres, and resource recovery centres to include the consolidation of materials, processing and sale of recyclables and diverted materials and data management. Transportation and collection services, to include, provision of open top bins, transportation of bulk and bin-based materials, kerbside collection services, illegal dumping collection and data management. Landfill disposal We are interested in a collaborative approach with a partner(s) who is willing to facilitate appropriate solutions for waste collections and resource recovery.",Awarded,,0,20250410 Far North District Council,28143497,Request for Proposals,Open Competition,Community Facilities Maintenance,5/23/039,20230920,20231130,20240322,,Sole Agency,No,,"Far North District Council (Council) is going to market with its new Community Facilities and Maintenance Contract. We need supplier(s) who can provide operations and maintenance services for community facilities for Far North District Council (FNDC). This RFP contains three (3) Separable Portions (SPs), covering the three geographic wards of the Far North. Respondents may choose to submit a Response on one SP, all three SPs, or any combination of SPs of their choosing. Separable Portions Separable Portion 1 Northern (Te Hiku) ward Separable Portion 2 Western (Kaikohe / Hokianga) ward Separable Portion 3 Eastern (Bay of Islands / Whangaroa) ward More than one contract may be awarded as a result of this procurement process, however the number of contracts and final bundling of services by ward will be dependent on the Responses received and what outcome results in better overall value and quality of service for FNDC. The broad scope of services, within each geographic boundary, under the contract includes the routine inspection and maintenance of parks and reserves assets and includes the following activities: Mowing of parks and reserves and sportsgrounds, including sportsground markings Garden, shrub, pest plants, tree and rose bed maintenance. Playground and skate park inspection and maintenance. Grave digging services. Litter control and town maintenance, including street cleaning and pavement cleaning. Toilet care and maintenance. Special services including Kerikeri palm tree trimming and provision of a Paihia Custodian role over the cruise ship season. Other directed works. Response to Civil Defence emergencies as directed.",Awarded,,0,20250410 Far North District Council,28159284,Request for Proposals,Closed Competition,Housing and Business Development Capacity Assessment,,20230922,20231019,20231117,,Sole Agency,No,,"The Far North District Council (FNDC) is currently undertaking a comprehensive review of the Far North District Plan and a housing and business development capacity assessment (HBA), prepared in accordance with the requirements of the National Policy Statement for Urban Development 2020 (NPS-UD) has been identified as necessary to inform the proposed district wide spatial strategy and to provide evidence to support future growth areas to be identified in the Kerikeri-Waipapa spatial plan. The HBA will be the base evidence to plan for growth in the Far North District which must be sufficiently detailed to inform development of servicing options that can be costed for a schedule of rates that inform development contribution levies for infrastructure and services across the district. The HBA will be relied on as critical evidence at upcoming hearings for the Far North Proposed District Plan and as critical evidence to inform the location and extent of growth required across the Far North in the short, medium and long term.",Awarded,,0,20250410 Far North District Council,28171721,Request for Tenders,Open Competition,Procter Library Roof Replacement,,20230926,20231107,20231130,,Sole Agency,No,,"Far North District Council (FNDC) is going to market for the rear roof replacement of the Proctor Library. Located in Kerikeri, we need supplier(s) who can undertake structural changes to the roof line and replace the flat roof membrane with a new roof covering designed to eliminate water ingress. The works include: Removal of existing 60 space frame roof and existing profiled metal roof Replace with new mono-pitch roof and re-roof with membrane roofing A mandatory site visit to be held during the 4th - 6th October. Please register using the question forum on GETS with the following information: Name of Representative: Job Title: Name of Organisation Represented: Preferred Inspection Date: Preferred Inspection Time: The Names of any Subcontractors who will also be attending:",Awarded,,0,20250410 Far North District Council,28267730,Request for Proposals,Closed Competition,Kaitaia Wastewater Overflow Reduction Stage One,,20231011,20231110,20231208,,Sole Agency,No,,"FNDC require professional services for detailed design (incorporating the most up-to date wastewater modelling data in Infoworks ICM) & associated contract documentation. A 20-week delivery programme has been established for these works. Excessive stormwater entering the Kaitaia wastewater network is resulting in around 15 major untreated sewage overflow events each year. Stage one of a multi-staged works programme to reduce overflows comprises construction of approximately 900m of 450 gravity sewer main from Bank Street along Puckey Ave to Bonnett Road, and up to 500m? of underground emergency storage on Bonnett Road. This work presents an opportunity to design and implement much needed upgrades to the Kaitaia wastewater network which will have significant and lasting environmental benefits for the district.",Awarded,,0,20250410 Far North District Council,28410642,Request for Tenders,Open Competition,Rawene Hall Renewals,,20231106,20231204,20240108,,Sole Agency,No,,"Council provides and supports a variety of affordable, accessible, safe, and well-maintained community and civic buildings strategically located throughout the district. Rawene Hall is one of 32 halls owned and maintained by Council or local communities in the district. These community facilities are multi-functional and are expected to provide a range of affordable and accessible venue options for community use. Council is committed to making its facilities accessible to all members of the community regardless of age or physical ability, that they be well maintained and comply with building, fire, and health regulations. We need a supplier to undertake the physical works required to meet current day standards for public use, including accessibility, fire safety, and health and safety. The works broadly consist of the following: Refurbishment of kitchen Upgrade of toilets Upgrades as required for fire safety and compliance Construct new concrete accessibility ramp and rails in compliance with NZS4121:2001. Replacement of rusty flashings and paint. Remove rot from main doors, replace and paint. Remove and replace carpet on Mezzanine with commercial carpet squares. Switchboard upgrade and electrical upgrades Accessible parking space and signage FNDC is looking for experienced suppliers who can help Council deliver on their key drivers: Delivering value for money for the residents, ratepayers, and visitors to the Far North Provide well maintained, fit for purpose, safe and sustainable facilities for residents and tourists Provision of safe, usable, and attractive facilities to promote social cohesion.",Awarded,,0,20250410 Far North District Council,28444526,Request for Tenders,Open Competition,FNDC Safety School Zones,7-22-153,20231113,20231204,20240108,,Sole Agency,No,,"This Contract is to provide safety devices and signage for schools in the FNDC area. This work includes providing safety improvements such as footpath upgrades, kerb build outs and safe crossings in and around the school frontage. This work is being undertaken to complement the speed management program. The general scope of works include: - Clearing and vegetation removal - Mill and removal of the existing seal, kerb, footpath, pavement and associated street furniture - Pavement & footpath construction, including kerb and channel - Install traffic calming facilities and signage - Line marking",Not Awarded,This project is on hold following government announcement regarding speed change projects.,0,20250410 Far North District Council,28706883,Request for Tenders,Open Competition,7-23-188 Kaikohe - Hokianga Ward New Footpath,7-23-188,20240118,20240213,20240404,,Sole Agency,No,,"This Contract is for the construction of concrete and timber footpaths to improve the safety of users. Consisting of two separable portions for works, including: Eathworks Demolition Site clearance Drainage Pavement and surfacing Vehilce Crossing Traffic Services Landscaping The Principal is seeking contractors who will: Providing a safe and more efficient network, minimizing costs and increasing user satisfaction with the network; Implement and maintain high standards of health & safety and environmental practices and procedures; Undertake all practical measures to mitigate the social and environmental impacts of their activities; Provide value for money and increased price certainty in the procurement and construction of the Contract Works; Implement proactive strategies to enable the timely completion of the Contract Works; Develop and implement innovative work methods and/or Materials that result in enhanced performance and a cost-effective design; Commit to a co-operative approach to the Contract through a partnering process.",Awarded,,0,20250410 Far North District Council,28730076,Request for Tenders,Open Competition,7-23-187 BOI Whangaroa Ward - New Footpath,7-23-187,20240124,20240216,20240404,,Sole Agency,No,,"The Northland Transportation Alliance, on behalf of Far North District Council are seeking a suitably qualified and experienced Contractor to construct timber and concrete walkways and associated work such as drainage and handrails. Works include: Traffic Management Earthworks Demolition Site clearance Drainage Roading Timber Boardwalk Footpath Construction Traffic Services Reinstatement of site The Principal is seeking contractors who will: Providing a safe and more efficient network, minimizing costs and increasing user satisfaction with the network; Implement and maintain high standards of health & safety and environmental practices and procedures; Undertake all practical measures to mitigate the social and environmental impacts of their activities; Provide value for money and increased price certainty in the procurement and construction of the Contract Works; Implement proactive strategies to enable the timely completion of the Contract Works; Develop and implement innovative work methods and/or Materials that result in enhanced performance and a cost-effective design; Commit to a co-operative approach to the Contract through a partnering process.",Awarded,,0,20250410 Far North District Council,29361814,Request for Proposals,Open Competition,Whatuwhiwhi Wastewater Treatment Plant Resource Consent Renewal,,20240508,20240610,20240814,,Sole Agency,No,,"Far North District Council owns and operates the Whatuwhiwhi Wastewater Treatment Plant (W-WWTP) located off Inland Road on the Karikari Peninsula. The W-WWTP receives wastewater from the Whatuwhiwhi and Tokerau Beach communities. Wastewater is treated via a ponds and wetlands based system before being discharged to a drain that connects to the Waimango swamp and finally a lagoon at Karikari beach. FNDC hold two existing consents: - AUT.007203.02.02 to discharge treated wastewater to land - AUT.007203.03.02 to discharge contaminants to air Both consents expire on 30 November 2025 and FNDC is seeking replacement consents to allow for the continued operation of the W-WWTP. Applications for the replacement consents must be lodged 6 months prior to 30 November 2025 to ensure FNDC can continue to legally operate the W-WWTP while a decision is being made. Requirements: We require an experienced and reputable consultant to carry out tasks necessary to complete and lodge a comprehensive application for resource consent, including: - a detailed review of all relevant planning documentation to determine all resource consent requirements and other authorisations which are required. - the development of a detailed consenting strategy. - preparation of a communications plan to align with the stakeholder engagement plan. - preparation of an assessment of environmental effects (AEE), to include, water quality and public health risk assessments, air quality (odour) assessment, flood hazard risk, any other technical inputs required to obtain consent, and a comrehensive record of consultation. - options and recommendations to ensure the best practicable option is adopted to ensure any adverse effects are controlled.",Awarded,,0,20250410 Far North District Council,29548070,Request for Tenders,Open Competition,Donald Road Wastewater Network Upgrades,,20240607,20240729,20240912,,Sole Agency,No,,"The Far North District Council will be upgrading approximately 1.6 km of the Kaitaia wastewater network and is seeking responses from suitably experienced parties. The work involves upgrading and/or installing new gravity and rising main wastewater pipe and manholes. The work also includes the construction, installation, and commissioning of 400m? bulk storage tanks and associated pump stations. It is important that the selected provider has the experience and a proactive attitude to work alongside council staff to provide advice on and deliver this wastewater upgrade for the Kaitaia community. The provider must have an excellent track record in the management and delivery of challenging infrastructure projects and traffic management. The Kaitaia community are heavily involved in this project so management and liaison with stakeholders will be critical during the construction phase. It is expected that the provider will have effective networks and the ability to build strong relationships with the Kaitaia community to ensure successful delivery of this project. The Buyer is also interested in providers who will contribute to the community in other ways. Broader outcomes (social, economic, cultural, environment) will be demonstrated in our ideal provider. This is a unique opportunity to for an experienced provider to partner with Council, and the community to deliver a major infrastructure upgrade that will allow the building of a new housing development. We anticipate holding a Supplier Briefing between the 17th 21st June to discuss aspects of the design. Details of the briefing and registration details will be released via NTT on GETS.",Awarded,,0,20250410 Far North District Council,29550847,Request for Tenders,Open Competition,EW PH3 - WEST COAST ROAD MOTUTI (RP16740),7/23/105,20240607,20240715,20240923,,Sole Agency,No,,"Tenders are invited for the above contract, located at West Coast Road, Motuti (RP16740), covered by the FNDC Contract 7/23/105 - EW PH3 - WEST COAST ROAD, MOTUTI (RP16740). The works is for the above slip repair and will be achieved by the construction of a reinforced concrete pile wall. The scope of the physical works comprise of: Traffic Management, with special emphasis that the Contractor shall ensure that access is to be maintained at all times along the West Coast Road while works are underway. Vegetation clearing. We are in the process of working with an Ecologist who will advise whether we need a consent and what the Contractor has to comply with apart from the E&S Control Plan Installation of a Reinforced Concrete Pile Wall (900mm dia. in 914mm steel casing, 13.35m long each @ 1.7m c/c), with steel lagging plates. Pavement reinstatement (with stabilised basecourse)",Awarded,,0,20250410 Far North District Council,29582622,Request for Tenders,Open Competition,"FNDC Contract 7/23/107 - EW PH3 - West Coast Road, Pangaru",7/23/107,20240612,20240711,20241112,,Sole Agency,No,,"This Contract is for the construction of an embankment with 3 rows of H5 treated timber piles 300mm diameter and 8m deep with column centers of 1.5m, installation of a new 600mm diameter flexible plastic drain pipe and reinstatement of the existing road. The scope of the physical works comprises of: Traffic Management, with special emphasis that the Contractor shall ensure that access is to be maintained at all times along the West Coast Road while works are underway. Vegetation clearing. I am in the process of working with an Ecologist who will advise whether we need a consent and what the Contractor has to comply with apart from the E&S Control Plan Installation of 3 rows of 300mm driven timber piles at 8.0m deep @ 1.5m c/c with MSE embankment above comprising of 3 layers of 6.0m long TENSAR RE520 geogrid.. Pavement reinstatement (with stabilised basecourse) Far North District Council (The Principal) is seeking contractors who will: Complete the works on or before the Due Date for Completion Assist in providing a safe and more efficient network, minimising costs and increasing user satisfaction with the network; Implement and maintain high standards of health & safety and environmental practices and procedures; Undertake all practical measures to mitigate the social and environmental impacts of their activities; Provide value for money and increased price certainty in the procurement and construction of the Contract Works; Implement proactive strategies to enable the timely completion of the Contract Works; Develop and implement innovative work methods and/or Materials that result in enhanced performance and a cost-effective design; Commit to a co-operative approach to the Contract through a partnering process.",Awarded,,0,20250410 Far North District Council,29591346,Request for Tenders,Open Competition,"FNDC Contract 7/23/108 - EW PH3 - Whangae Road, Kawakawa",7/23/108,20240613,20240712,20241001,,Sole Agency,No,,"This Contract is for the construction of a Modular Block Retaining wall on a concrete pad foundation with timber piles on Whangae Road in the Far North District. The scope of the physical works comprises of: Traffic Management, Vegetation clearing, Installation of 2 rows, 1.4m apart timber piles 300mm SED 5.5m (minimum 0.8m embedment in highly weathered Wapapa Terrane) @ 1.09m c/c topped by a 300mm thick 40MPa 664 mesh reinforced concrete pad and a Modular block wall on top. Pavement reinstatement Far North District Council (The Principal) is seeking contractors who will: Complete the works on or before the Due Date for Completion Assist in providing a safe and more efficient network, minimising costs and increasing user satisfaction with the network; Implement and maintain high standards of health & safety and environmental practices and procedures; Undertake all practical measures to mitigate the social and environmental impacts of their activities; Provide value for money and increased price certainty in the procurement and construction of the Contract Works; Implement proactive strategies to enable the timely completion of the Contract Works; Develop and implement innovative work methods and/or Materials that result in enhanced performance and a cost-effective design; Commit to a co-operative approach to the Contract through a partnering process.",Awarded,,0,20250410 Far North District Council,30047111,Request for Tenders,Closed Competition,Okaihau Hall Renovations,,20240823,20241007,20241018,,Sole Agency,No,,"Tenders are invited for Okaihau Hall Renovations, located at: 9 Settlers Way, Okaihau The work consists of the following listed below and as per approved Building Consent plans. Refurbishment of Kitchen & Bathrooms Removal of Asbestos AMP included Exterior Cladding replacement where asbestos flat sheet is removed (3 sides as per plan) Exterior and Interior Painting Upgrade of toilets in compliance with NZS4121:2001. All electrical upgrade work as identified. Upgrades as required for fire safety and compliance. Plumbing & Gas Califont Installation with cage Deck & Stairs",Awarded,,0,20250410 Far North District Council,30329207,Request for Tenders,Open Competition,Moerewa Stormwater Improvements,,20241004,20241104,20241213,,Sole Agency,No,,"The Far North District Council is seeking experienced suppliers for construction of stormwater improvements to the Moerewa stormwater network. The work involves installing a new diversion pipeline to strengthen flood mitigation and management capability along Plunket Street and Pembroke Street.",Awarded,,0,20250410 Far North District Council,30572241,Request for Tenders,Open Competition,B07 Foreshore Rd Footbridge Replacement,7/23/203,20241105,20241203,20250116,,Sole Agency,No,,"Far North District Council is seeking suitably qualified contractors to undertake physical works for the road bridge over the Wairoa Stream on Foreshore Road (Road ID: 31692), Ahipara, RP261, Far North. Works involve: Temporary Traffic Management on Foreshore Rd, pedestrian traffic throughout the construction period across the W (potential short-term closure and diversion using Roma Road), Cut, demolish and remove the deck of the old footpath bridge section only, which is laterally contiguous with the main bridge deck Reinstate the footbridge on the existing sub-structure with Precast Concrete deck panels supplied by the client-nominated precast supplier BUSCK Prestressed Concrete Limited.",Awarded,,0,20250410 Far North District Council,30583339,Request for Tenders,Open Competition,Kaitaia Wastewater Overflow Reduction,,20241106,20241206,20250213,,Sole Agency,No,,"The Far North District Council has a programme of works underway to reduce overflows from the sewage network in Kaitaia to less than one overflow per year. Scope of works include: Installing 940m of new DN475 gravity pipeline 500 m3 of emergency storage Construction of a new pipe bridge We need an established contractor with an excellent track record in the Far North region and a reputation for delivering sustainable and cost-effective services, on time and to an agreed quality. A contractor who is committed to achieving long term meaningful local economic and social outcomes for the Far North region would be beneficial.",Awarded,,0,20250410 Far North District Council,31203742,Request for Quotations,Closed Competition,FNDC Kawakawa Wastewater Treatment Plant Stream Diversion,,20250305,20250321,20250407,,Sole Agency,No,,Far North District Council is seeking a contractor to undertake stream diversion and scour protection works to successfully remediate the stream at the Kawakawa Wastewater Treatment Plant therefore protecting critical infrastructure assets.,Awarded,,0,20250410 Financial Markets Authority,20200629,Request for Proposals,Open Competition,Learning Management System,4588,20180924,20181018,20190801,,Sole Agency,No,,"This RFP relates to the purchase of a Learning Management System. The Financial Markets Authority (FMA) is moving to support digital learning solutions, create efficiency in processing manual training tasks and provide data insights into learning and development. This will support ownership, consistency and effectiveness of learning. To successfully provide the benefits, we are seeking a cloud based Learning Management system that delivers a user friendly front end portal. Whats important to us: We are looking for credible providers with proven capability, experience and resource to deliver a practical solution that is cost-effective (from a total life-cycle cost perspective) and can be implemented quickly and with minimum technical risk. It is important that the software is secure, reliable and configurable. It must be user friendly, intuitive to use and easily navigable. The successful Respondent must work effectively with us to both provide seamless support post go-live and assist with meeting any future development requirements. It is also important that all applicants have proven experience implementing and providing support to New Zealand based clients.",Awarded,,0,20250410 Financial Markets Authority,21762424,Request for Proposals,Open Competition,Build Cloud Infrastructure & Security and Managed Support Services,5408,20191011,20191105,20200120,,All of Government,No,,,Awarded,,0,20250410 Financial Markets Authority,22786040,Request for Proposals,Open Competition,FMA Website Upgrade and Phase Two Enhancements,5455,20200608,20200701,20201207,,All of Government,No,,"A companys website is the first thing a client sees. This informs first interactions and brand exposure as well as communicating an organisations values and purpose. The Financial Markets Authority (FMA) is no different, and this procurement is split into two parts, part 1 and part 2. Respondents may respond to one or both parts. Part 1: The FMA is seeking to appoint a website partner to upgrade its current website to the latest versions of the Common Web Platform (CWP) Recipe and the Silverstripe Content Management System (CMS). Part 2: The FMA will be seeking to appoint a website partner to provide ongoing support and enhancements to its website and be FMAs Digital Services Partner. Please refer to the RFP document for more information.",Awarded,"Phase 1 1. the agencys name and address - Level 5, Ernst & Young Building, 2 Takutai Square, Britomart, Auckland, 1010 2. the successful suppliers or suppliers name/s and address/s - The Media Suite Limited, Midgley Partners, Unit 2, 71 Gloucester Street (Media Suite), Christchurch Central, Christchurch 8031 3. a description of the goods, services or works professional services to upgrade the FMA website 4. the date the contract/s was awarded 5 October 2020 5. the term of the contract/s completion of the website upgrade (December 2020) 6. the type of procurement process used open tender on GETS 7. if the agency claimed an exemption from open advertising (Rule 14), the circumstances that justify the exemption n/a 8. a New Zealand Business Number (NZBN) where available 9429036909650 9. any other information, as requested by the Procurement Functional Leader, for example information on broader outcomes n/a Phase 2 1. the agencys name and address - Level 5, Ernst & Young Building, 2 Takutai Square, Britomart, Auckland, 1010 2. the successful suppliers or suppliers name/s and address/s - Datacom Systems Limited, Level 10, South Tower, 68-86?Jervois?Quay, Wellington, 6011 3. a description of the goods, services or works professional services to define/deliver future website enhancements 4. the date the contract/s was awarded 16 November 2020 5. the term of the contract/s completion of discovery phase (February 2021) 6. the type of procurement process used open tender on GETS 7. if the agency claimed an exemption from open advertising (Rule 14), the circumstances that justify the exemption n/a 8. a New Zealand Business Number (NZBN) where available 9429039307163 9. any other information, as requested by the Procurement Functional Leader, for example information on broader outcomes n/a",0,20250410 Financial Markets Authority,23983972,Request for Proposals,Open Competition,Office Fit-out (Auckland),,20210217,20210310,20210415,,Sole Agency,No,,"The Financial Markets Authority (FMA) is undertaking a period of growth and in anticipation of this has secured a new floor at Level 4, Ernst & Young Building, Takutai Square, Britomart, Auckland below its existing offices on levels 5 & 6 in the same building. FMA is seeking to engage our own Main Contractor to complete the fitout works for Level 4.",Awarded,,0,20250410 Financial Markets Authority,28477102,Request for Proposals,Open Competition,Insurance Brokering Services,,20231117,20231214,20240415,,Sole Agency,No,,,Awarded,Contract awarded to Aon New Zealand after completion of the government procurement process.,0,20250410 Fire and Emergency New Zealand,20954500,Request for Proposals,Open Competition,HR Systems Technical Support,NP2451,20190418,20190517,20190912,Fire and Emergency New Zealand,Sole Agency,No,n/a,"Fire and Emergency NZ is seeking an expert resource to provide technical and development support for the PSenterprise (Pse) HR/Payroll system and ancillary systems. We currently use (Pse) to manage the human resources and payroll functions. There are a number of projects currently planned and ongoing to ensure the data quality is improved and can easily be maintained. Significant work is underway around integration with other systems and the management of shared data to ensure Pse is the single source of truth for all downstream systems for our organisation.",Awarded,,0,20250410 Fire and Emergency New Zealand,20962375,Request for Proposals,Open Competition,Timaru Fire Station Flats Conversion to Office and Training Facility,NP2460,20190418,20190517,20190712,Fire and Emergency New Zealand,Sole Agency,No,,Fire and Emergency New Zealand wishes to engage with a company to undertake construction works to convert the current accommodation flats located at Timaru Fire Station to offices and a training room facilities.,Not Awarded,Fire and Emergency New Zealand advises that the contract for the FENZ Timaru Fire Station flats conversion to offices construction project has been awarded to Timaru Construction Limited of Timaru.,0,20250410 Fire and Emergency New Zealand,20987950,Request for Proposals,Open Competition,Milwaukee Battery Operated Trade Tools and LED Lighting,NP2446,20190502,20190520,20200116,,Sole Agency,No,,"This plan relates to the purchase of new Milwaukie battery operated trade tools and LED Lighting The key objective of this procurement is to allow purchases from the supplier of Milwaukie battery operated trade tools and LED Lighting, for two purposes: the replacement of defective and no longer fit for purpose battery tools and portable scene lights. the expansion and extended coverage of battery trade tools and portable LED lighting. We are aware of the importer distribution model for Milwaukie power tools and we are keen to have contracts in place to secure our supply of the next few years. We may choose one distributor or we may choose a distributor for each region. It is intended to prepare a strategy for the future procurement of battery power tools. When this strategy is agreed a tender open to all brands will be released.",Awarded,,0,20250410 Fire and Emergency New Zealand,21030877,Request for Proposals,Open Competition,Purchase and/or Lease of Shipping Containers,NP2469,20190514,20190614,20191007,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand are looking to have the ability to purchase and/or lease, new and/or used containers in all sizes (bunded and non-bunded) that could be used for a variety of purposes and on an as required basis. Delivery will be across all regions of Fire and Emergency New Zealand. Of particular interest is that the supplier can supply appropriate Dangerous Goods containers that ensure the safe storage of dangerous goods including foam and retardant stock across all regions of Fire and Emergency New Zealand on an as required basis. Fire and Emergency New Zealand also requires that the supplier has the ability to supply 20 and 40-foot high top containers.",Awarded,,200000,20250410 Fire and Emergency New Zealand,21116529,Request for Proposals,Closed Competition,Unified Uniform Project - FR Tee Shirts and Non FR PE/Modesty Shorts,NP2485,20190607,20190709,20191204,Fire and Emergency New Zealand,Sole Agency,No,"Level 12, 80 The Terrace, Wellington, New Zealand","Fire and Emergency New Zealand (FENZ) formed on 01 July 2017 and is the integration of rural fire forces, brigades and the New Zealand Fire Service. The Unified Uniform Project was established to design an operational, non-operational and corporate uniform suite with which we would engage with as many of our people around the country for their feedback. Approval on the final design has been given and the procurement phase has now commenced. FENZ requires the following garments via this closed tender: Black Fire Retardant Tee Shirt male and female fit Black Non Fire Retardant PE/Modesty short male and female fit",Not Awarded,This tender is on hold due to changing requirements,0,20250410 Fire and Emergency New Zealand,21127765,Request for Proposals,Closed Competition,Christchurch City Fire Station Demolition and Ground Improvement,NP2487,20190612,20190712,20191007,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand wishes to engage with a company for the deconstruction (demolition) of the existing Christchurch City Fire Station, auxiliary buildings, retaining walls, yard hard standing along with ground improvement ready for the construction of a new Christchurch City Fire Station. The work comprises of the demolition of the buildings on the site, including foundations and the removal and disposal of all demolished material and disturbed and contaminated ground; earthworks; installation of sediment controls; drainage and services; and construction of the ground improvement raft as shown in the attached construction drawings and specifications. All works are in accordance with the work required to shape the land and construct infrastructure for this fire station development. The Christchurch Central Fire Station is located at 200 Kilmore Street, Christchurch Central. Requirements Fire and Emergency New Zealand is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. Providers need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,The contract for the FENZ Christchurch City Fire Station Demolition and Ground Improvement Project has been awarded to Frews Contracting Limited.,0,20250410 Fire and Emergency New Zealand,21127827,Request for Proposals,Open Competition,Core Research Programme,NP2491-13-2145,20190611,20190705,20191104,Fire and Emergency New Zealand,Sole Agency,No,n/a,"Fire and Emergency would like to commission an evaluation on the current reach of the Fire Awareness and Intervention Programme (FAIP) to understand the impact of FAIP on different populations. This would involve analysis of the data on juveniles and fire setting, analysis of the current referral processes including interviews with referring organisations to understand who they refer and why, comparison of FAIP data and the fire setting data to identify whether any groups are not referred, interviews with FAIP practitioners and if possible interviews with juvenile fire setters and family/whanau who are offered the programme but chose not to take it up to understand the barriers to undertaking the programme. The evaluation should look to answer the following questions: Demographics of juveniles setting fires Demographics of those undertaking the programme Analysis of the referral processes who gets referred and why? Who doesnt get referred and why? Who doesnt take up the programme and why?",Awarded,,0,20250410 Fire and Emergency New Zealand,21144188,Request for Proposals,Open Competition,Catering for National Training Centre Rotorua,NP2470,20190614,20190716,20191007,Fire and Emergency New Zealand,Sole Agency,No,n/a,"What we need Fire and Emergency New Zealand has our main training centre based in Rotorua, by the airport. This procurement relates to the purchase of catering services for cooked lunches, packed lunches and finger food required at National Training Centre in Rotorua. Morning tea and Afternoon tea may also be an option under this contract. The key objective of this procurement is to find a supplier who can provide nutritious, cost effective meals for thousands of students who pass through the Training Centre each year. Whats important to us We want to work with a company that will provide a variety of meals, so our students dont suffer meal fatigue from being presented with the same food over and over again. We want the company to provide value for money and be agile enough to respond to dietary requirements at short notice. What we dont want FENZ dont want readymade packaged meals delivered to site that require heating up for the standard lunches, nor do we want meal ingredients that require assembling to supplied. It is imperative that all meals are complete and ready to eat, which will allow the firefighters to maximise break times between their training.",Awarded,,1000000,20250410 Fire and Emergency New Zealand,21163899,Request for Proposals,Open Competition,National Medical Officer,NP2416,20190618,20190719,20191104,Fire and Emergency New Zealand,Sole Agency,No,n/a,"Fire and Emergency New Zealand (FENZ) is seeking a qualified occupational physician with minimum of five years experience working in emergency services or similar high risk environment advising on risk assessments and management in relation to safety, health and wellbeing of personnel. Sound knowledge of the Accident Compensation Act 2001 and Health and Safety at Work Act 2015 and advising on medico-legal questions in relation to claims lodged. Experience working across a large multiple site workplace, supporting recruitment, risk management, and injury and illness management is essential. Experience working with an accredited employer under ACCs Partnership Programme is preferred.",Awarded,,0,20250410 Fire and Emergency New Zealand,21207729,Request for Proposals,Closed Competition,Invoice Scanning and Data Scrapping,NP2410,20190627,20190719,20200824,Fire and Emergency New Zealand,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to a selected number of suitably qualified suppliers to submit a Proposal for the Invoice scanning and data scrapping contract opportunity. This RFP is the second step in a two-step procurement process. What we need Fire and Emergency New Zealand (FENZ) is currently reviewing its automated scanning, data scrapping and routing of invoices through its accounts payable process and requires a Partner that will proactively assist in the establishment of more effective adaptable systems and processes scanning and scrapping data backed by proven examples that are currently used in production by other organisations. The proposed solution should be intelligent enough to recognise required data no matter where on a document it may appear or that the data may not be presented as stored in Fire and Emergency New Zealands systems This scrapped data and copy of the document should be presented in a format that can be used by Fire and Emergency New Zealands current workflow coding and approval system. The organisation is open for the solution to be provided on the following basis: fully hosted, run in house; or a hybrid approach. It should also exceed the base stated requirements as set out in the Requirements document (Schedule 1) attached to the RFP.",Awarded,,0,20250410 Fire and Emergency New Zealand,21220193,Request for Tenders,Open Competition,Queenstown Fire Station Proposed Seismic Upgrade and Major Refurbishment,NP2483,20190702,20190729,20191007,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to carry out the seismic upgrade and major refurbishment of the Queenstown Fire Station located at 5 Isle Street, Queenstown. This Request for Tender (RFT) relates to the purchase of construction services and is an invitation to suitably qualified suppliers to submit a Tender for the Queenstown Fire Station seismic upgrade and major refurbishment contract opportunity. Requirements FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies. The contract for this project must be completed by 30 June 2020.",Not Awarded,Tenderers are advised that the contract for the Queenstown Fire Station Siesmic Upgrade and Major Refurbishment Project has been awarded to Hawkins 2017 Ltd of Christchurch.,0,20250410 Fire and Emergency New Zealand,21316143,Request for Proposals,Open Competition,Orepuki Fire Station Ablution & Meeting Room Upgrade,NP2478,20190726,20190828,20191007,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand (FENZ) wishes to engage a construction company to upgrade the ablutions and training room at Orepuki Fire Station located at 41 Oldham Street, Orepuki. This includes showers, toilets, hot and cold water, laundry facilities, fire alarm and strengthening to the training room roof. Requirements FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies.The Contract must be completed by 31 March 2020.",Awarded,The contract for the FENZ Orepuki Fire Station Ablution and Meeting Room Upgrade Henderson Construction Limited.,0,20250410 Fire and Emergency New Zealand,21372049,Request for Proposals,Open Competition,Data Services - Panel,NP2499,20190807,20190903,20191101,Fire and Emergency New Zealand,Sole Agency,No,n/a,"Fire and Emergency New Zealand (FENZ) is undergoing a transformation to build an integrated organisation that can better serve New Zealand (NZ). As a Crown Entity and emergency services organisation, FENZ has key business, organisational and operational imperatives that require quality data, information, knowledge and intelligence. FENZ also has various legislative and government obligations which set expectations of efficient and effective information management, knowledge development and organisational intelligence. The migration and integration of data between legacy and other source systems to selected destination or target systems in support of the current Integration project portfolio is critical to the success of those projects. From time to time we will be seeking Data Services from organisations that specialise in providing these areas of expertise to support a variety of projects at various stages of the System Development Lifecycle (SDLC). The purpose of this procurement is to create a panel of approved suppliers, to support the organisations data services requirements as necessary.",Awarded,,0,20250410 Fire and Emergency New Zealand,21376973,Request for Proposals,Open Competition,Regional Training Preferred Provider Panel,NP 2489,20190808,20190903,20191115,Fire and Emergency New Zealand,Sole Agency,No,,"Integration of rural and urban training into Fire and Emergency NZ training has required bringing a national structure to manage training that provides responsive training services to Fire and Emergency personnel and our partners. This involves Region training co-ordinators identifying training needs to ensure operational capability and currency of personnel (volunteer and career and external stakeholders), succession associated training and development, and budgeting and provision of training to ensure sufficient skills, knowledge, leadership capability to respond to and manage emergency responses. This includes developing a common suite of training courses and learning opportunities, ensuring these are provided in each region and nationally, and resourcing this training with well qualified trainers or training providers. The purpose of this RFP is to establish an open panel of qualified regional training providers, located around the country to provide industry standard and/or already designed training programmes for Fire and Emergency New Zealands workforce. As FENZ is a national service, these courses are required to be delivered nationwide, but there is an opportunity to bid for services within specific regions.",Awarded,A panel of providers selected,0,20250410 Fire and Emergency New Zealand,21419893,Request for Proposals,Closed Competition,Ilam Fire Station & Fire Engineering Training Facility Construction,NP1892,20190815,20190912,20200211,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand wishes to engage with a construction company to construct a new fire station and fire engineering training facility at 79 Creyke Road, Ilam, Christchurch. The new Ilam Fire Station will comprise of two appliance bays with rear entries and front exits, operational decontamination wash and storage areas, transitional showers and personal protective equipment (PPE) storage spaces, six single bedrooms, ablutions, gym, kitchen and lounge, operations room, quite room and meeting room. The yard is to be fully landscaped and secure, providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off. The new Fire Engineering Training Facility will comprise of office space for six fire engineers and hot desks for visiting fire engineers. Supporting the office is a meeting room, utility room, ablutions and locker amenities to accommodate their onsite equipment. The facility incorporates two training rooms that can cater for up to 100 people - either as one large space or two smaller areas. Both the fire engineers office and training rooms are supported by a kitchen and cafeteria area that is linked to the exterior through multiple stacking doors - allowing the internal space to connect to the outdoors. Requirements Fire and Emergency is looking for credible providers who have the capability, experience and infrastructure to deliver this required service. They need to have a good track record in construction, quality and programme management, and implemented sound health and safety related policies. A site visit as detailed in the RFP document is required by Respondents to inspect the site and accurately complete their RFP response. The anticipated start date for the project is 7 October 2019.",Awarded,Tenderers are advised that the contract for the Ilam Fire Station and Fire Engineering Training Facility Project has been awarded to Cook Brothers Construction Ltd of Christchurch.,0,20250410 Fire and Emergency New Zealand,21540959,Request for Proposals,Closed Competition,Spencerville Fire Station Construction,NP2413,20190904,20191002,20200211,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand wishes to engage with a construction company to construct a new fire station of 478m2 at 361 Lower Styx Road, Brooklands, Christchurch. The new fire station will be known as the Spencerville Station and will comprise two appliance bays, with rear entries and front exits, operational decontamination wash and storage areas, PPE storage spaces, kitchen, meeting room, operations room, quite room and accessible ablutions. An additional 3 bay IL4 resource storage building will be included on the site. This building will house further rural assets. Note that the storage building construction does not form part of this RFP. Requirements Fire and Emergency is looking for credible providers who have the capability, experience and infrastructure to deliver this required service. They need to have a good track record in construction, quality and programme management, and implemented sound health and safety related policies. By arrangement a site visit is required by Respondents to inspect the site and accurately complete their RFP response. The anticipated start date for the construction project is 28 October 2019.",Awarded,Tenderers are advised that the contract for the Spencerville Fire Station Project has been awarded to Cook Brothers Construction Ltd of Christchurch.,0,20250410 Fire and Emergency New Zealand,21553561,Request for Proposals,Closed Competition,Spencerville Fire Station Construction of Appliance Storage Shed,NP2475,20190906,20191004,20200211,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand wishes to engage with a construction company to design build an appliance storage building of approximately 200m2 on the proposed Spencerville Fire station site at 361 Lower Styx Road, Brooklands, Christchurch. The new Spencerville Station appliance storage building is to be constructed from lightweight materials, single story, with a shallow pitched roof. Please note low pitch Gable options will be considered. The structural design must be in accordance with the New Zealand building code, and the respective design and material standards associated with this. The building design life for the primary structure (floor, foundations, walls, structural framing and roof structure) is defined to be 50 years as per the requirements of the New Zealand Building Code. As per AS/NZS 117.0 Clause 3.3 and client request, the building is of importance level 4 which imposes a Serviceability Level 2 (SLS2) criteria. Requirements Fire and Emergency is looking for credible providers who have the capability, experience and infrastructure to deliver this required service. They need to have a good track record in construction, quality and programme management, and implemented sound health and safety related policies.",Awarded,,0,20250410 Fire and Emergency New Zealand,21600303,Request for Proposals,Open Competition,Curtainsider Vehicles,NP2330,20190913,20191029,20200218,Fire and Emergency New Zealand,Sole Agency,No,,Fire and Emergency New Zealand require a range of curtainsider vehicles to transport additional or specialised equipment to an incident location.,Awarded,This tender has been awarded to Trucks and Trailers Ltd,3750000,20250410 Fire and Emergency New Zealand,21604993,Request for Quotations,Closed Competition,Structural Engineering Consultancy Services for Structural Assessments of Rural Fire Station Facilities,NP2509,20190913,20190930,20191114,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand (FENZ) is looking for a structural engineering consultant(s) to undertake structural assessments of our rural fire station facilities throughout New Zealand. Structural engineering consultants have the option of tendering for one or more of the four tranches. The number of structural assessments in each tranche range from 22 to 49. In total, there are 139 buildings to be structurally assessed across 125 sites nationally. The structural assessments shall comprise of four parts; a Detailed Seismic Assessment (DSA), Wind Loading Assessment (WLA), Snow Loading Assessment (SLA) and a Visual Ground Assessment (VGA). Requirements FENZ is looking for credible suppliers who have the proven experience, capability and infrastructure to deliver this required service. They need to have a good track record in the structural assessment of existing buildings, programme management and implemented sound health and safety related policies.",Awarded,The contract for the FENZ Structural Engineering Consultancy Services for Structural Assessment of Rural Fire Station Facilities Project has been awarded to Aurecon NZ Limited.,0,20250410 Fire and Emergency New Zealand,21728408,Request for Proposals,Open Competition,"Accommodation & Meals for Training Courses Auckland, Christchurch and Nelson",NP2492,20191004,20191101,20200108,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) holds national training courses at the National Training Centre in Rotorua. Due to the centre being so busy with national courses, training have elected to push some courses out to the regions for delivery, to ensure important courses are not delayed due to constraints in Rotoruas capacity. This tender relates to finding appropriate accommodation and meals (breakfast and dinner) for courses in Auckland, Christchurch and Nelson. Students on these training courses require somewhere safe, quiet and comfortable to stay while undertaking their training courses for FENZ. We also require nutritious meals to be provided during their stay, and flexible providers who can cope with the changing nature of the course participation numbers and dates.",Awarded,,2200000,20250410 Fire and Emergency New Zealand,21828293,Request for Quotations,Open Competition,Asbestos Surveyor Consultancy Services for FENZ Workplaces,NP2519,20191023,20191121,20191219,Fire and Emergency New Zealand,Sole Agency,No,,"Description of Asbestos Surveyor Consultancy Services of FENZ Workplaces Project Fire and Emergency New Zealand (FENZ) is looking for asbestos surveyors to undertake asbestos surveys (management) and develop asbestos management plans (AMPs), as required, for various sites (workplaces) throughout New Zealand. Asbestos surveyors have the option of tendering for one or more of five tranches. The number of asbestos surveys in each tranche range from 14 to 118. In total, there are 377 sites to be asbestos surveyed nationally and a still to be determined number of AMPs plans to be developed, in consultation with FENZ. FENZ expects the same asbestos surveyor to both complete the workplaces asbestos survey and if required, from that work with us to develop the AMP. In summary, the work being tendered comprises two integrated parts: an asbestos survey (management) for each site; and AMP for those sites that require a plan. Requirements FENZ is looking for credible suppliers who have: The proven technical capability, The experience and delivery capability and capacity to deliver this required service. They need to have a strong track record in asbestos surveying of existing buildings; and asbestos survey programme management and delivery.",Not Awarded,"FQ - Fire and Emergency New Zealand (FENZ) : Asbestos Surveyor Consultancy Services for Asbestos Surveys (Management) and Asbestos Management Plans for FENZ Sites and Facilities NP2519 We would like to thank all the respondents for their responses with regard to the FENZ Asbestos Surveyor Consultancy Services for Asbestos Surveys (Management) and Asbestos Management Plans for FENZ Sites and Facilities project. We advised you that we were overwhelmed with the 30 response we received from respondents throughout New Zealand for the above mentioned services. The evaluation team has now had the opportunity to review al responses and I regret to advise that your company has not been successful. The successful preferred supplier for this tender is Precise Limited from Auckland. In their response the successful preferred supplier for the services is able to offer FENZ a value for money package for all five tranches. We appreciate that responding to tenders takes a lot of effort by su",0,20250410 Fire and Emergency New Zealand,21979849,Request for Quotations,Closed Competition,Architectural Services for Construction of Sumner Fire Station,NP2161,20191122,20191213,20200324,Fire and Emergency New Zealand,Sole Agency,No,,"Opportunity This procurement opportunity relates to the architectural services for the design and construction of the new Sumner Fire Station to meet operational needs of the Fire Region and community. The new facilities will replace current buildings at 6 Wiggins Street and 39 Wakefield Avenue, Sumner, Christchurch. Scope of Work Fire and Emergency New Zealand (FENZ) invites registered Fire and Emergency Architectural Panel members to submit fee proposals for all architectural services for the design and construction of the Fire Station which consists of: 410m2, 2 bay single story fire station. The design will be based on the proposed concept plans in Appendix 1 which shall be taken and developed in consultation with the FENZ project team. FENZ is looking for credible supplier who has the capability, experience and infrastructure to deliver this required service and who has a good track record in design and programme management. All design work shall be in accordance with the FENZ Design Guidelines in Appendix 2 and comply with all current Building Code standards as a minimum.",Awarded,,0,20250410 Fire and Emergency New Zealand,22069127,Request for Proposals,Open Competition,Pokeno Fire Station - Construction,NP1785,20191210,20200204,20200319,Fire and Emergency New Zealand,Sole Agency,No,,"Construction of Pokeno Fire Station Description Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to build a new fire station at 37 Great South Road, Pokeno. The new station will be constructed on a new site and will consist of a two engine appliance bay, training room, kitchen and ablution facilities, operational control room, meeting/lecture room, equipment storage areas, decontamination facilities and associated yard areas. (Please refer to documentation uploaded on GETS). FENZ values its volunteer fire-fighters and their commitment to our communities. We are happy for you to consider using the businesses that support our business for this project. Requirements FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. Providers need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,,0,20250410 Fire and Emergency New Zealand,22094145,Request for Quotations,Closed Competition,Structural Engineering Services for Proposed Sumner Fire Station,NP2161,20191216,20200123,20200212,Fire and Emergency New Zealand,Sole Agency,No,,"Structural Engineering Consultancy Services for Proposed Sumner Fire Station Background Fire and Emergency New Zealand wishes to engage a structural Engineer from the Fire and Emergency Structural Engineering Services Panel. This procurement relates to the Structural Consultancy Services for the design and construction of the new Sumner Fire Station as part of Fire and Emergencys rebuild programme to meet operational needs of the Fire Region and Community. Please refer to the documentation uploaded on GETS relating to this RFQ. This development will be sited on the current fire station site and recently acquired site on the corner of Wiggins Street and Wakefield Avenue, Sumner, Christchurch. The design will be broadly based on the Proposed Concept Plans attached as Attachment 3 and uploaded on GETS with the other tender documents which shall be taken and developed in consultation with the Fire and Emergency project team. Whats important to us Fire and Emergency is looking for credible supplier who has the capability, experience and infrastructure to deliver this required service and who has a good track record in design and programme management All design work shall be in accordance with the FENZ Design Guidelines attached as Attachment 4 on GETS with the other tender documents and comply with all current Building Code standards as a minimum Fire and Emergency values our volunteer fire-fighters and their commitment to our communities. We are happy for you to consider using the businesses that support our business for this project.",Awarded,,0,20250410 Fire and Emergency New Zealand,22181712,Request for Proposals,Open Competition,Kawakawa Bay Fire Station Refurbishment,NP1781,20200220,20200323,20200821,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fenz) wishes to engage with a construction company to extend and refurbish existing fire station at 6 Bank Road, Kawakawa Bay, Auckland. The refurbished station will consist of; a single engine appliance bay, training room, kitchen and ablution facilities, operational control room, meeting/lecture room, equipment storage areas, decontamination facilities and associated yard areas.",Not Awarded,FENZ advises Tenderers that the contract for the refurbishment of the Kawakawa Bay Fire Station has been awarded to N Cole Ltd of Auckland.,0,20250410 Fire and Emergency New Zealand,22351780,Request for Tenders,Open Competition,Shannon Fire Station Upgrade Project,NP2529,20200224,20200316,20200422,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to undertake upgrade work to the Shannon Fire Station located at 57 Vogel Street, Shannon. This upgrade to the fire station is to bring the station into line with FENZs design manual which new stations must be designed too. The upgrade works are mostly the result of rooms changing locations within the existing footprint as well as a re-roof of the existing building as stated in accordance with the specifications and architectural documents. FENZ values its volunteer fire-fighters and their commitment to our communities. FENZ is happy for suppliers to consider using the businesses that support FENZ business for this project. Requirements FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. Suppliers need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,The contract for the Shannon Fire Station Upgrade Project has been awarded to Alexander Construction Central Ltd,0,20250410 Fire and Emergency New Zealand,22507925,Request for Tenders,Open Competition,Shotover Country - Resource Building Construction,NP2531,20200401,20200429,20200909,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand (FENZ) wishes to engage with a construction company to construct a Resource building at Shotover Country, Queenstown. The proposed construction site is located at the corner of Stalker Road and Frankton Ladies Mile Highway. This construction encompasses a single bay building. FENZ values its volunteer fire-fighters and their commitment to our communities. We are happy for you to consider using the businesses that support our business for this project. Requirements FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies.",Awarded,,0,20250410 Fire and Emergency New Zealand,22523111,Request for Quotations,Open Competition,COVID-19 Pandemic Requirements,NP 2539,20200408,20200515,20241213,Fire and Emergency New Zealand,Sole Agency,No,,"For more than 150 years, fire service organisations have been at the heart of New Zealand. In July 2017 Fire and Emergency New Zealand was established under legislation to bring together over 40 firefighting organisations around the country and around 14,000 people. Our brave and committed team operate out of 660 brigades throughout NZ helping communities, 24/7 in any weather. In the last financial year we responded to 5,200 structure fires, 4,400 vegetation fires, 13,600 medical emergencies and almost 10,000 motor vehicle accidents. Now, more than ever Fire and Emergency NZ remains steadfast in our commitment to serve our communities. During the COVID-19 pandemic we will continue to respond to emergencies. Additional measures are in place to ensure we maintain our operational and response capability to minimise risk for our people and the community. This is an important opportunity to work with us to ensure we have the right equipment and suppliers to ensure we can continue to serve our communities. We are currently receiving exceptional support from organisations around the country, however we would like to supplement this capacity and capability. Existing suppliers do not need to apply, and those current arrangements will continue. During the current pandemic, Fire and Emergency NZ would welcome unsolicited bids to help us to keep our frontline teams properly equipped. This includes, but is not limited to: Masks N95/P2 masks (or equivalent) Gloves medical and food safety type Disposable gowns/coveralls Disinfectant wipes Sanitiser 70% + alcohol Ideally, we would require these immediately within NZ, but happy to consider proposals for supply of these in the short term. We are only seeking genuine offers of assistance at reasonable prices. We are not seeking to engage with any parties seeking to take advantage of the COVID-19 pandemic by offering goods or services at inflated prices. All responses should include: A copy of any specification sheet and/or certifications Details of the pricing (per unit and bulk unit prices, plus freight) Your terms of supply (including geographic coverage) and payment terms Indicative stock levels and current availability This invitation covers a fixed period, and is currently planned to cease on 01 May 2020 however this may be extended. Fire and Emergency NZ thank you for your commitment and support.",Not Awarded,No contract awarded.,0,20250410 Fire and Emergency New Zealand,22601310,Request for Proposals,Open Competition,FENZ Woolston Training Centre Site Development & Internal Fit Out,NP2538,20200501,20200527,20200610,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand wishes to engage with a company to complete Site Development and Internal Fit Out associated works at its Woolston Training Centre in Christchurch. The site is located at 9 Olds Place (929 Ferry Road), Ferrymead, Christchurch. The Woolston Training Centre is the primary Fire and Emergency New Zealand training facility for the South Island. The site is used extensively for the training of both career and volunteer fire fighters. Fire and Emergency New Zealand has recently purchased two new classrooms to help with the influx of training requirements going forward, these two buildings are positioned on site ready for the last stage of this project. This RFP relates to the site development and internal remodelling and internal fit out comprising of, relocation of existing portacom and positioning of new portacoms, internal remodelling of the new classroom and office space, fit out of the new locker room and shower portacoms, deck and veranda to the immediate area, type 3 fire alarm, lighting upgrade, emergency lighting, data upgrade and associated works as per the construction drawings and specifications. Requirements Fire and Emergency New Zealand is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. They need to have a good track record in construction and programme management and implemented sound health and safety related policies. Fire and Emergency New Zealand values its volunteer fire-fighters and their commitment to our communities. Fire and Emergency New Zealand are happy for you to consider using the businesses that support its business for this project.",Not Awarded,FENZ advises Tenderers that the contract for this tender has been awarded to HRS Construction Ltd,0,20250410 Fire and Emergency New Zealand,22766650,Request for Proposals,Closed Competition,Construction of FENZ Christchurch City Fire Station,NP2320,20200603,20200702,20200909,Fire and Emergency New Zealand,Sole Agency,No,,"Description Fire and Emergency New Zealand wishes to engage with a construction company to construct its new Christchurch City Fire Station on the already prepared site located at 200 Kilmore Street, Christchurch. The new Christchurch City Fire Station will comprise of four appliance bays, with rear entries and front exits, operational decontamination wash and storage areas, BA filling facility, transitional showers and PPE storage spaces, twelve single bedrooms, ablutions, gym, kitchen, mess, lounge, operations rooms, quiet room, small meeting room, large training meeting room, and accessible ablutions. A training tower is incorporated into the main building and is also the safe path egress from the first floor bedrooms, the yard will be secure providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off, along with spare appliance garaging and storage space. Requirements Fire and Emergency is looking for credible providers who have the capability, experience and infrastructure to deliver this required service. Providers need to have a good track record in construction, quality and programme management, and implemented sound health and safety related policies.",Awarded,,0,20250410 Fire and Emergency New Zealand,23031610,Request for Proposals,Open Competition,Dispute Resolution Scheme,NP2476,20200728,20200826,20211028,Fire and Emergency New Zealand,Sole Agency,No,n/a,"Fire and Emergency New Zealand (FENZ) has a statutory obligation to provide a dispute resolution scheme (Scheme) pursuant to subpart 5 of Part 4 of the Fire and Emergency New Zealand Act 2017 (the Act). This procurement is to select a suitable and qualified provider/s to administer the Scheme and provide dispute resolution services on an ongoing basis based on the rules in the Fire and Emergency New Zealand Dispute Resolution Scheme Rules 2020 (Rules) and the operational guidelines provided by FENZ. FENZ requires a service provider/s to set up and run the dispute resolution scheme so as to meet its statutory obligation. The following service models will be considered: ? An organisation capable of providing both the dispute resolution scheme administrator services and the dispute resolution practitioner services. ? An organisation capable of providing the dispute resolution scheme administrator services only. ? An organisation capable of providing the dispute resolution practitioner services only.",Awarded,,0,20250410 Fire and Emergency New Zealand,23125302,Request for Proposals,Open Competition,Construction of new Athol Fire Station for Fire and Emergency New Zealand,NP2553,20200817,20200910,20200925,Fire and Emergency New Zealand,Sole Agency,No,,"Construction of New Fire Station for Fire and Emergency New Zealand in Athol, Southland Background Fire and Emergency New Zealand wishes to engage a construction company to construct a new two bay fire station in Athol. The new station will be located at 16 Paddys Alley Road Athol, Southland. This fire station will comprise of two appliance bays, accessible ablutions, decontamination facilities, PPE storage, training room, kitchen, operations room, storage area and yard works. Funding of Project Note that this construction project is being funded under the Provincial Growth Fund. Requirements This RFP relates to the purchase of Construction Services for the construction of the Fire Station and removal of the existing station at the completion of the new fire station. FENZ is looking for credible providers who have the capability, experience, certification and infrastructure to deliver this required service. Construction companies need to have a good track record in construction and programme management and implemented sound health and safety related policies. A site visit is required by prospective tenderers to inspect the building site to assess the work required and to accurately complete their RFP response. The site will be open on Friday 28 August 2020 from 10am 1pm. To arrange a site visit, contact Michael Adam on 027 801 2437 to arrange a suitable time on 28 August. Site visits will be co-ordinated with all prospective tenderers on the one day.",Awarded,Awarded to Cook Brothers Construction Limited,0,20250410 Fire and Emergency New Zealand,23167240,Request for Proposals,Open Competition,Greytown Volunteer Fire Station - New Build (PGF),NP2543,20200825,20200922,20201006,Fire and Emergency New Zealand,Sole Agency,No,,"Brief Description: Fire and Emergency New Zealand wishes to engage with a construction company to deconstruct the old fire station and build a new fire station in Greytown. The new station will have two engine appliance bay, a social/training room, kitchen and ablution facilities, office/meeting room, equipment storage areas, decontamination facilities and associated yard areas. Funding of this Project: Tenderers are to note that this project is being funded under the Provincial Growth Fund. Background: This procurement relates to the construction of a Fire Station to meet the operational needs of the Fire region and community. The existing Greytown Volunteer Fire Station located at 54 Main Street, Greytown, no longer meets Fire and Emergency New Zealand requirements in terms of its operational use, current condition and structural strength. The existing station is to be demolished and the new Fire Station is to be constructed on the same site. Demolition of the existing station will form part of the contract Temporary accommodation has been supplied and the selected tenderer will need to consider the fire station to be an active emergency response site with the fire brigade being based on site during the construction phase. The new Greytown Fire Station will comprise of two appliance bays, with rear entries and front exit/entries, operational decontamination wash and storage areas, transitional showers and PPE storage spaces, kitchen, laundry, office/meeting room and a social room. The yard will be secure, providing off street staff car parking and appliance wash facilities with appropriate interceptor traps for the treatment of run off. The Station has been planned, specified and designed under the organisational Fire Station design guidelines. A site visit is strongly recommend by Respondents to inspect the site and accurately complete their RFP response. The construction site at the above-mentioned address will be available for viewing on the week commencing 31 August 2020. Please contact Jessica Keltie the FENZ representative by email on Jessica.keltie@fireandemergency.nz to arrange a time.",Awarded,,0,20250410 Fire and Emergency New Zealand,23170756,Request for Proposals,Open Competition,"Balclutha Fire Station Seismic Strengthening , Roof & Electrical Upgrade (PGF)",NP2375,20200825,20200924,20201204,Fire and Emergency New Zealand,Sole Agency,No,,"Brief Description: Fire and Emergency New Zealand wishes to engage with a construction company to remedy several issues at the Balclutha Fire Station. The project includes a seismic, roof, electrical upgrade and PPE storage. Funding: This project is being funded under the Provincial Growth Fund. Background: This procurement relates to the construction of the Seismic, Roof, Electrical upgrade and PPE Storage at Balclutha Fire Station to meet the operational needs of the Fire region and community. This building is located at 24 Charlotte Street, Balclutha. A site visit may be required by tenderers to inspect the work required and accurately complete their RFP response. The site will be open on Wednesday 2nd September from 9am 1pm. To arrange a site visit, contact Michael Adam on 027 801 2437 to arrange a suitable time. Site visits will be co-ordinated with all tenderers on one day. What we are buying and why: This RFP relates to the purchase of Construction Services for the construction of the Seismic, Roof, Electrical upgrade and PPE Storage. The upgrade will comprise of Seismic, Roof, PPE storage, ablutions, store rooms, decontamination facilities, kitchen, training room, operations room, accessible ablutions and yard works.",Awarded,Awarded to Naylor Love Dunedin Ltd,0,20250410 Fire and Emergency New Zealand,23174360,Request for Quotations,Closed Competition,Kaikoura Fire Station New Build - Architectural Services,NP2561,20200826,20200916,20200929,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Buyer or Fire and Emergency) wishes to engage an architect from the Fire and Emergency Architectural Services Panel. This procurement relates to the architectural services for the design and construction of the new Kaikoura Fire Station as part of the Fire and Emergency New Zealand National Seismic Programme to meet operational needs of the Fire Region and Community This is a greenfield development that will be located at 28-32 Churchill Street, Kaikoura. The design will be broadly based on the approved concept plans attached with the other tender documents which shall be taken and developed in consultation with the Fire and Emergency project team. Whats important to us Fire and Emergency is looking for credible supplier who has the capability, experience and infrastructure to deliver this required service and who has a good track record in design and programme management. All design work shall be in accordance with the Fire and Emergency Design Guidelines attached with the other tender documents and comply with all current Building Code standards as a minimum.",Awarded,Awarded to APG Architects Limited,0,20250410 Fire and Emergency New Zealand,23174946,Request for Quotations,Closed Competition,Kaikoura Fire Station New Build - Structural Engineering Consultancy Services,NP2561,20200826,20200916,20210113,Fire and Emergency New Zealand,Sole Agency,No,,"This procurement relates to the Structural Consultancy Services for the design and construction of the new Kaikoura Fire Station Fire as part of the Fire and Emergency New Zealand National Seismic Programme to meet operational needs of the Fire Region and Community This is a greenfield development that will be located at 28-32 Churchill Street, Kaikoura. The design will be broadly based on the approved concept plans attached with the other tender documents which shall be taken and developed in consultation with the Fire and Emergency project team Whats important to us Fire and Emergency is looking for credible supplier who has the capability, experience and infrastructure to deliver this required service and who has a good track record in design and programme management All design work shall be in accordance with the Fire and Emergency Design Guidelines in the attached tender documents and comply with all current Building Code standards as a minimum",Awarded,,0,20250410 Fire and Emergency New Zealand,23220369,Request for Proposals,Open Competition,Supply of Breathing Apparatus Cylinders,NP2556,20200903,20200929,20201202,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) seeks to establish a panel of Breathing Apparatus (BA) Cylinder providers to provide compliant, proven, reliable and fit for purpose Self-Contained BA Cylinders which suit our Draeger PSS-5000 Breathing Apparatus Sets and are approved for use in New Zealand. Fire and Emergency New Zealand also requires valves to be supplied and fitted with any BA Cylinders purchased.",Awarded,,0,20250410 Fire and Emergency New Zealand,23247432,Request for Proposals,Open Competition,Appleby Fire Station Construction,NP2554,20200908,20201005,20201204,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction company to construct a new fire station on the corner of Redwood Road and Moutere Highway, Moutere, Nelson. The new fire station will comprise of two appliance bays, accessible ablutions, decontamination facilities, PPE storage, training room, kitchen, operations room and storage area. FENZ is looking for credible providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications and drawings (architectural, structural and electrical) Contact details are provided for a site meeting and inspection for potential respondents.",Awarded,Awarded to Scott Construction Ltd,0,20250410 Fire and Emergency New Zealand,23252448,Request for Proposals,Open Competition,Greymouth Resource Garage and Storage Building Replacement,NP2559,20200909,20201006,20201204,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction company to construct a new resource garage and storage building in Greymouth. The new garage will comprise of three appliance bays, training facility and storage areas. FENZ is looking for credible providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications and drawings. Contact details are provided for a site meeting and inspection for potential respondents.",Awarded,Awarded to Evan Jones Construction,0,20250410 Fire and Emergency New Zealand,23258608,Request for Proposals,Open Competition,Dannevirke Fire Station Upgrade to Urban-Rural Hub,NP2557,20200909,20201005,20201210,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction services company to refurbish and seismically upgrade the Dannevirke Fire Station. The site will operate as a central training location as well as a hub for both urban and rural fire crew. Modifications will align operations with fire station design guidelines. The project will comprise of seismic strengthening the training room/ablution wing and the appliance bay, alterations to the existing floor plan and re-pitching and re-roofing the roof of the above-mentioned areas of the station. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications and design drawings. (see attachments including lighting design) The building consent was issued by the Tararua District Council. (#304068) Contact details are provided for a site meeting and inspection for potential respondents.",Awarded,Awarded to Lee Builders,0,20250410 Fire and Emergency New Zealand,23265252,Request for Proposals,Open Competition,Cavalli New Fire Station Construction,NP2560,20200914,20201008,20201204,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction company to construct a single bay fire station that will be fit for purpose and in a prime location to meet all operational needs. Currently there is no formal fire station to house the Cavalli VFB, there is a leased site using shipping containers as a training facility and equipment rooms. Cavalli needs a high degree of resilience and capability to support local emergency incidents FENZ is looking for credible providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications and drawings. Contact details are provided for a site meeting and inspection for potential respondents.",Awarded,Awarded to Canam Commercial,0,20250410 Fire and Emergency New Zealand,23273976,Request for Proposals,Open Competition,Avalon Fire Station Roof Remediation,NP2552,20200917,20201022,20201204,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction services company to remediate the fire station roof at Avalon Fire Station.. The purpose of this project is to reduce the internal ambient air temperature in the building and eliminate rain-water leaks ensuring weathertightness. Works will include remediation to parapet flashing and seals to prevent water egress. FENZ is looking for credible providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. The proposed form of contract is a Minor Building Works Contract. Please review the opportunity for the tender documents, specifications and drawings. Questions are open for clarifications. Contact details are provided for a site meeting and inspection for potential respondents.",Awarded,Awarded to DW Dentice Build Master Ltd,0,20250410 Fire and Emergency New Zealand,23294201,Request for Proposals,Open Competition,Positive Pressure Ventilation Fans - Battery Operated,NP 2498,20200917,20201013,20201202,Fire and Emergency New Zealand,Sole Agency,No,,Fire and Emergency New Zealand (FENZ) are looking to establish a national contract with a provider to provide fit for purpose Positive Pressure Ventilation fans battery operated (PPV fans) to FENZ on an as required basis.,Awarded,,0,20250410 Fire and Emergency New Zealand,23383050,Request for Proposals,Open Competition,Titahi Bay Fire Station Seismic Upgrade,NP2570,20201007,20201110,20201209,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a construction services company to upgrade the Titahi Bay Volunteer Fire Station. The upgrade includes seismic strengthening, fire engineering, lighting and mechanical upgrades with elements of reroof and recladding. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their programme timeframes, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications and design drawings.",Awarded,Awarded to McMillan & Lockwood Central Limited,0,20250410 Fire and Emergency New Zealand,23602309,Request for Proposals,Open Competition,Makarora New Fire Station Construction,NP2564,20201123,20210122,20210318,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a main construction services company to construct a new two-bay fire station. The fire station will comprise of a two-bay appliance area, PPE storage, ablutions, storeroom, decontamination facilities, kitchen, training room, operations room and yard works. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender. Contact details are provided for a site visit. The site is open to view with Michael Adam (see below) on Tuesday 01st December 11am to 1pm.",Awarded,,0,20250410 Fire and Emergency New Zealand,23673676,Request for Proposals,Open Competition,Huntly Fire Station Seismic Upgrade and Refurbishment,NP2553,20201124,20201218,20210419,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a main construction services company to seismically upgrade and refurbish the fire station in Huntly. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender. Contact details are provided for a site visit.",Awarded,,0,20250410 Fire and Emergency New Zealand,23676640,Request for Proposals,Open Competition,Paeroa Fire Station Seismic Upgrade,NP2583,20201216,20210205,20210504,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a main construction services company to seismically upgrade the fire station at 2c Willoughby Street in Paeroa. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender. Contact details are provided for a site visit.",Awarded,,0,20250410 Fire and Emergency New Zealand,23706941,Request for Proposals,Closed Competition,Sumner Fire Station Demolition and Ground Remediation,NP2161,20201130,20210114,20210322,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a construction services company for the deconstruction of the existing Sumner Fire Station, residential house, site clearance and ground improvement work, ready for the construction of the new Sumner Fire Station. The work comprises of the demolition of the buildings on both 6 Wiggins Street and 39 Wakefield Avenue sites, including foundations and the removal and disposal of all demolished material and disturbed and contaminated ground; Earthworks; installation of sediment controls; drainage and services; and construction of the reinforced gravel raft as shown in the attached design drawings and specifications. All works are in accordance with the work required to shape the land and construct infrastructure for this fire station development. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. The methodology will also set-out the heritage and archaeological requirements for the work. Please review the opportunity for the consents, tender documents, specifications, design drawings and proposed draft contract.",Awarded,,0,20250410 Fire and Emergency New Zealand,23783066,Request for Proposals,Open Competition,Okaihau Volunteer Fire Station Refurbishment Project,NP2586,20201217,20210205,20210504,Fire and Emergency New Zealand,Sole Agency,No,,"FENZ wishes to engage with a construction company to extend and refurbish the existing fire station at 7 Lake Road, Okaihau. The refurbished station will consist of; a single engine appliance bay, training room, kitchen and ablution facilities, operational control room, meeting/lecture room, equipment storage areas, decontamination and PPE locker facilities. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender. Contact details are provided for a site visit.",Awarded,,0,20250410 Fire and Emergency New Zealand,23921419,Request for Proposals,Open Competition,Stokes Valley Fire Station Seismic Upgrade,NP2546,20210209,20210319,20210525,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a main construction services company to update the current facilities at Stokes Valley Fire Station, which located at 374 Stokes Valley Road, Stokes Valley, Lower Hutt 5019. Upgrade works including seismic, fire engineering, ablutions & BA, lighting, mechanical and exterior painting. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,23921486,Request for Proposals,Open Competition,Waipawa Fire Station Seismic Upgrade,NP2595,20210219,20210325,20210630,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a main construction services company to seismically upgrade and refurbish the fire station at 42 Waverley Street, Waipawa. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,23924832,Request for Proposals,Open Competition,Taihape Fire Station New Build,NP2585,20210225,20210330,20210525,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a main construction services company to build a replacement two-bay fire station on FENZ-owned land, Kuku Street in Taihape. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,24041915,Request for Proposals,Open Competition,Kaikoura Fire Station Demolition and Ground Improvement,NP2600,20210305,20210326,20210525,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage with a company for the deconstruction of the existing shed, site clearance and ground improvement work, ready for the construction of the new Kaikoura Fire Station. The work comprises of the demolition of the building on 28-32 Churchill site, including foundations and the removal and disposal of all demolished material and disturbed ground; earthworks; installation of sediment controls; removal of the topsoil: construction of the gravel raft as shown in the attached design drawings and specifications. All works are in accordance with the work required to shape the land for this fire station development. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. The methodology will also set-out the heritage and archaeological requirements for the work. Please review the opportunity for the consents, tender documents, specifications, design drawings and proposed draft contract.",Awarded,,0,20250410 Fire and Emergency New Zealand,24049892,Request for Proposals,Open Competition,Waihi Fire Station Seismic Upgrade and Remodel,NP2590,20210310,20210406,20210525,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to to engage with a main building contractor for the seismic upgrade and remodel of the Waihi Fire Station at Kenny Street, Waihi. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,24076675,Request for Proposals,Closed Competition,Kaiapoi Fire Station Demolition and Ground Remediation,NP2611,20210407,20210429,20210630,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage a contractor for the deconstruction of the existing Kaiapoi Fire Station, Go Bus buildings, St Johns building, site clearance and ground improvement work, ready for the construction of the new Kaiapoi Fire Station. The work comprises of the demolition of the buildings on 49-53 Hilton Street, including foundations and the removal and disposal of all demolished material and moving any disturbed and contaminated ground and encapsulate on the site at 49 Hilton St; Earthworks; installation of sediment controls; and construction of the reinforced gravel raft as shown in the attached design drawings and specifications. All works are in accordance with the work required to shape the land and construct infrastructure for this fire station development. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. The methodology will also set-out the heritage and archaeological requirements for the work. Please review the opportunity for the consents, tender documents, specifications, design drawings and proposed draft contract.",Awarded,,0,20250410 Fire and Emergency New Zealand,24132260,Request for Proposals,Open Competition,Printed Material,NP2528,20210329,20210430,20211007,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is looking for a print supplier who is capable of printing a large number of training, promotional and stationery materials, and able to manage logistics and warehousing, for delivery to multiple locations around the country. The Supplier should have a robust online ordering tool, with capacity for document management, FTP (File Transfer Protocol) and customisation of collateral. We would strongly prefer a two-step approval process so budget and brand considerations can be separately approved. This RFP relates to the purchase of various printed materials. The key outcomes are: quality print timely delivery stock management a user friendly online ordering tool that can assist with asset management a consideration of the environment throughout the supply chain, and value for money",Awarded,Consortium Bid - Brand Torque and About Print.,0,20250410 Fire and Emergency New Zealand,24195489,Request for Proposals,Open Competition,Napier Fire Station Seismic Upgrade,NP2613,20210423,20210520,20210722,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to to engage with a main building contractor for the seismic strengthening work at Napier Fire Station (20 Taradale Road, Marewa), to upgrade the buildings strength to 67% NBS IL4 and upgrade key components of the electrical, mechanical and hydraulic services. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,24215444,Request for Proposals,Open Competition,Peel Forest Fire Station - New Station,NP2565,20210419,20210514,20210714,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to to engage a construction company to construct a new fire station at 1166 Peel Forest Road, Peel Forest. The new station will comprise of one appliance bay and a support vehicle bay, accessible ablutions, decontamination facilities, PPE storage, training room, kitchen, operations area and storage. The design is one of the typical small fire station designs Peel Forest 196. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,24230472,Request for Proposals,Closed Competition,Sumner Fire Station New Build,NP2618,20210422,20210526,20210923,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to to engage a construction company to construct a new fire station at 6 Wiggins Street, Sumner. The new Sumner fire station will comprise of two appliance bays, PPE storage space, transitional ablutions, (showers and toilets) laundry wash area, clean bathrooms, operations room, small office, training room, kitchen, canteen, type 4 fire alarm, fixed back-up generator, front apron and rear yard civil works, communication antenna and siren pole. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,,0,20250410 Fire and Emergency New Zealand,24260373,Request for Proposals,Open Competition,Fluorine Free Foam Transition Project,NP 2616,20210513,20210609,20211124,Fire and Emergency New Zealand,Sole Agency,No,,"This procurement relates to the procurement of fluorine-free Class B firefighting foam to replace Fire and Emergencys current stock of Class B PFAS foams. This will ensure the withdrawal of Class B PFAS foam does not disrupt our ability to meet our statutory obligations to prevent, respond to, and supress flammable liquid fires and spills under the Fire and Emergency New Zealand Act 2017. We need to source and procure the replacement foam within the transition timeframes permitted by the Fire Fighting Chemicals Group Standard 2021 (i.e. by the end of December 2022). Please ensure you submit all financial information relating to price, expenses and costs separately.",Not Awarded,Awarded to Wormald New Zealand,0,20250410 Fire and Emergency New Zealand,24387849,Request for Proposals,Open Competition,Equipment Capability Provider Panel,NP2588,20210604,20210708,20210825,Fire and Emergency New Zealand,Sole Agency,No,,"Over the next nine years Fire and Emergency New Zealand (Fire and Emergency) expects to spend $24.5M on four core categories of operational equipment. Goods included in these four core categories range from firefighting hoses, portable pumps and Class A firefighting chemicals. Such diversity of operational equipment means that procurement and supply for the equipment must be efficient and effective. Fire and Emergency are seeking to establish an open panel of pre-approved providers, that can demonstrate clear levels of capability to provide one or more of the goods included in four core equipment categories to an acceptable quality level. Each core category of equipment will include more specific sub categories of equipment.",Awarded,,25000000,20250410 Fire and Emergency New Zealand,24455081,Request for Proposals,Closed Competition,Kaikoura New Fire Station Build,NP2638,20210621,20210714,20211104,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fire and Emergency) wishes to engage a construction company to construct a new fire station at 30-32 Churchill Street, Kaikoura. The new Kaikoura fire station will comprise of three appliance bays, PPE storage space, transitional ablutions, (showers and toilets) laundry wash area, clean bathrooms, operations room, small office, training room, kitchen, canteen, type 4 fire alarm, fixed back-up generator, 4-bay resource garage, front apron and rear yard civil works, communication antenna and siren pole. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,Awarded to Cook Brothers Construction Limited.,0,20250410 Fire and Emergency New Zealand,24513170,Request for Proposals,Closed Competition,Rangitata Gorge Fire Station New Build,NP2566,20210707,20210728,20211104,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fire and Emergency) wishes to engage a construction company to construct a new fire station at 3229 Rangitata Gorge Road, Rangitata Gorge. The new Rangitata Gorge Fire Station will comprise of one appliance bay, PPE storage, ablutions, decontamination facilities, kitchen, training room, operations area, accessible ablutions and yard works. FENZ is looking for credible service providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. These projects are part of the shovel ready infrastructure projects from the Provincial Growth Fund. The proposed form of contract is NZS 3910:2013. Please review the opportunity for the tender documents, specifications, design drawings and form of tender.",Awarded,Awarded to Hanham & Phlip Contractors Limited.,0,20250410 Fire and Emergency New Zealand,24596315,Request for Proposals,Open Competition,Executive Officers Qualification,NP2615,20210726,20210816,20211101,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) is calling for responses from accredited providers or organisations that can support our future Executive Officers to achieve a post-graduate certificate qualification in managing and leading in a non-emergency response context. Our existing programme is designed to be completed within two years. Students accepted for the programme complete internal assignments contributing to a post-graduate level qualification. As FENZ moves to professionalise its service, retaining the post-graduate qualification remains important to us. It is expected that the successful provider will work closely with us to achieve the best balance of off-the-shelf learning materials and bespoke application to our organisational context.",Awarded,Otago University was successful in obtaining this contract.,0,20250410 Fire and Emergency New Zealand,24697761,Request for Proposals,Open Competition,National Wellbeing Lead,NP2636,20210819,20210915,20211206,Fire and Emergency New Zealand,Sole Agency,No,,"This procurement is to engage a suitably qualified consultant psychologist currently registered with the New Zealand Psychology Board. They should have experience in clinical psychology, be a systems thinker, and understand how to influence the strategic wellbeing direction of an organisation. Essentially the role is to provide expert advice for the design and implementation of a wellbeing strategy and framework to enable the development of wellbeing services for our people. This is to ensure Fire and Emergency has the appropriate expert strategic advice on the prevention of work-related psychological harm and the provision of support when harm occurs. The national wellbeing lead will work alongside the National Medical Officer as an expert advisor to the organisation and with our contracted clinical providers and employee assistance programme provider to provide a consistent best-practice approach.",Awarded,,0,20250410 Fire and Emergency New Zealand,24726967,Request for Proposals,Closed Competition,Darfield Ground Improvement Works,NP2643,20210825,20210906,20211104,Fire and Emergency New Zealand,Sole Agency,No,83 Cole Street,"Fire and Emergency New Zealand wishes to engage with a contractor for the site clearance and ground improvement work, ready for the construction of the new extension to the Darfield Fire Station. The work comprises of the ground remediation on 21 & 25 North Terrace Darfield, including removal of the contaminated ground. The scope includes earthworks, installation of sediment controls, removal of the topsoil and the construction of the building platform. Please review all attachments for designs, drawings and specifications. All works are in accordance with the work required to shape the land for this fire station development.",Awarded,Awarded to Frews Contracting Ltd,0,20250410 Fire and Emergency New Zealand,24771831,Request for Proposals,Open Competition,Career Recruitment Psychometric Testing Solution,NP2563,20210908,20211006,20220701,Fire and Emergency New Zealand,Sole Agency,No,93a,Fire and Emergency New Zealand (FENZ) seeks to build a strong working relationship with an external organisation to provide talent solutions for its Career Firefighter Recruitment team. Initially this will be in the form of Psychometric testing solutions and a support service that will allow FENZ to maximise the information gathered through testing to select the best suited candidates as operational career Firefighters.,Awarded,,0,20250410 Fire and Emergency New Zealand,24896727,Request for Proposals,Closed Competition,Darfield Fire Station Resource Facility Extension,NP2642,20210930,20211022,20220113,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage a main construction company to construct a new extension to Darfield fire station at 21 North Terrace, Darfield. The new extension will comprise of a three-bay resource garage, training room, PPE storage space, transitional ablutions, (showers and toilets) laundry wash area, kitchenette, front apron and rear yard civil works, communication antenna and siren pole. Fire and Emergency New Zealand is looking for main contractors who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. Please view the documents for the plans, specifications, drawings and contract. The proposed form of contract is NZS 3910:2013 https://www.dropbox.com/sh/139ldwtml4ol2fn/AAA4jHQaVYf1fPUIb9ZcCWona?dl=0",Awarded,,0,20250410 Fire and Emergency New Zealand,24900389,Request for Proposals,Open Competition,Accommodation and Meals for Training Courses,NP2492,20211001,20211029,20211130,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) holds national training courses at the National Training Centre in Rotorua. Due to the centre being so busy with national courses, training have elected to push some courses out to the regions for delivery, to ensure important courses are not delayed due to constraints in Rotoruas capacity. This tender relates sourcing appropriate accommodation and meals (breakfast and dinner) for the following courses held at the Woolston Training Centre in Christchurch: RCT Volunteer Recruit Fire Fighter QFF Volunteer Qualified Fire Fighter SFF Volunteer Senior Fire Fighter OST Operational Support",Awarded,The contract has been awarded to Ibis Christchurch.,0,20250410 Fire and Emergency New Zealand,24927778,Request for Proposals,Open Competition,Co-Response Training,NP2623,20211007,20211105,20220701,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency NZ requires a national provider who can train our 648 brigades (around 12,000 operational firefighters) in Medical Co-Response Training on a two-year rolling basis covering: unit standard 23406 Provide First Aid for Trauma and Medical Emergency Situations the 6401 and 6402 series of First Aid units and their replacements demonstrated knowledge and use of AED and may include high performance CPR training and re-certification. It is more than just first aid training as it will also include a psychological wellbeing component developed in conjunction with Fire and Emergency. The selected Supplier must have an NZQA accreditation to supply the training of these unit standards. This procurement relates to the nationwide delivery of Co-Response Training to our operational staff. Previously these have been provided onsite and in person. Going forward we wish to explore options around a hybrid method of delivery with some in person and some remote learning available.",Awarded,,0,20250410 Fire and Emergency New Zealand,24965624,Request for Proposals,Closed Competition,Kaiapoi Fire Station New Build,NP2669,20211014,20211111,20220113,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to engage a main construction company to construct a new fire station. The new Kaiapoi fire station will comprise of a single storey (785m2) three appliance bays, PPE storage space, transitional ablutions, (showers and toilets) laundry wash area, clean bathrooms, operations room, small office, training room, kitchen, canteen, type 4 fire alarm, fixed back-up generator, 3-bay resource garage, front apron and rear yard civil works, communication antenna and siren pole. Fire and Emergency New Zealand is looking for main contractors who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, current work programme schedules and sustainability practices. Please view the documents for the plans, specifications, drawings and contract. The proposed form of contract is NZS 3910:2013 https://drive.google.com/drive/folders/1QXf9Fz3hNL1c9MLX3WxY_UTsmjXlUju6?usp=sharing",Awarded,,0,20250410 Fire and Emergency New Zealand,25019102,Request for Proposals,Open Competition,Otara Fire Station Seismic Upgrade and Alterations,NP2654,20211028,20211124,20220113,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a main construction company to deliver works for a seismic upgrade and alterations at 341 East Tamaki Road, Auckland. Fire and Emergency New Zealand is looking for main contractors who have the capacity, capability, experience, certification and infrastructure to deliver the required services. Providers need to demonstrate a good track record in IL4 construction (with demonstrated or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, COVID impacts, current work programme schedules and sustainability practices. Please view the documents for the plans, specifications, drawings and contract. The proposed form of contract is NZS 3910:2013",Awarded,,0,20250410 Fire and Emergency New Zealand,25044274,Request for Proposals,Open Competition,Feilding Fire Station Re-Roof,NP2690,20211103,20211130,20220112,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction services company to replace the fire station roof at Feilding Fire Station. The existing roof has been independently identified as past it's use by life and is need of urgent replacement. FENZ is looking for credible providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant or demonstrated experience) and programme management with sound health and safety related policies. The proposed form of contract is a Minor Building Works Contract. Please review the opportunity for the tender documents, specifications and drawings.",Awarded,,0,20250410 Fire and Emergency New Zealand,25049562,Request for Proposals,Open Competition,Protective Hoods,NP2515,20211104,20211202,20220908,Fire and Emergency New Zealand,Sole Agency,No,"Level 12, 80 The Terrace, Wellington Attn: Rachel Steinbauer NP2515 Protective Hoods (HOOD SAMPLES ONLY NOT RESPONSES)","Fire and Emergency New Zealand is seeking a supply of particulate blocking protective hoods for fire fighters engaged in structural firefighting and other emergency events. Up to two providers will be selected to provide these hoods to Fire and Emergency New Zealand. This piece of Personal Protective Clothing (PPC) must be fully compliant with NFPA (National Fire Protection Association) 1971 Standard on Protective Ensembles for Structural Firefighting and Proximity Firefighting 2018 and provide particulate protection that complies with NFPA 1971: 2018. It is our expectation that the successful bidder must be able to work with our logistics provider, currently The Workwear Group. If you are submitting more than one protective hood for consideration, ensure you provide a separate response form and information for each protective hood as stated in the Key Information.",Awarded,,0,20250410 Fire and Emergency New Zealand,25161358,Request for Proposals,Open Competition,Dunstan Resource Facility New Build,NP2691,20211124,20220121,20220531,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a main construction company to deliver works for a construction project at 45 Centennial Avenue, Alexandra. The new fire station will comprise of four appliance bays, accessible ablutions, decontamination facilities, PPE storage, meeting/storage room and yard works. Fire and Emergency New Zealand is looking for main contractors who have the capacity, capability, experience, certification and infrastructure to deliver the required services. Providers need to demonstrate a good track record in IL4 construction (with demonstrated or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, COVID impacts, current work programme schedules and sustainability practices. Please view the documents for the plans, specifications, drawings and contract. The contract is part of the architectural drawings document.",Awarded,,0,20250410 Fire and Emergency New Zealand,25215907,Request for Proposals,Open Competition,Firefighter Illumination Capability,NP2637,20220201,20220228,20220505,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wishes to provide its front-line firefighters with a portable (on-person), hands-free, close illumination capability (light) to supplement its existing fireground illumination capability which is based on illuminating an area from a free-standing capability (e.g. a stand mount). The personal capability will be used for close work in a confined space e.g. in a crashed motor vehicle or a confined space rescue, in conditions where low ambient light exists e.g. through dust, smoke, fog and airborne debris and in areas where low ambient light present hazards to firefighters in the form of tripping or trapping while trafficking an area on foot.",Awarded,,0,20250410 Fire and Emergency New Zealand,25238799,Request for Quotations,Closed Competition,Foxton and Waverley QS Consultancy Services,NP2698,20211213,20220121,20220225,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with a Quantity Surveyor for a fixed fee consultancy proposal for the proposed new single bay fire stations at Foxton and Waverley Volunteer Fire Stations. We intend to group these new builds together in order to gain economies of scale and do one construction tender for both builds, which will either be done concurrently or as linear build programme. Please review the attached documents for the scope of services, drawings, condition assessment and seismic assessment. Allowances are needed for meetings with the client and architect and site meetings/PCG meetings. FENZ expects the QS to be involved in all phases of planning and reporting. The expected contract duration is 18 months. (the CCCS or another form of appropriate contract will be used) Pricing is to be consistent with the AOG supplier panel for QS Construction Consultancy Services.",Awarded,,0,20250410 Fire and Emergency New Zealand,25252599,Request for Proposals,Open Competition,USAR Search and Rescue Cameras,NP 2582,20220121,20220218,20220503,Fire and Emergency New Zealand,Sole Agency,No,,"USAR search and rescue cameras are used to inspect voids and confined spaces that have limited physical access for signs of survivors and or victims following natural or man-made disasters. Fire and Emergency New Zealand are looking to establish a contract with a provider to provide Urban Search and Rescue (USAR) up to six fit for purpose replacement search and rescue cameras over a three-year period. The requirement includes ongoing servicing and repairs as well as the ability to purchase any further cameras on an as required basis. We do not want standard photographic cameras.",Awarded,,0,20250410 Fire and Emergency New Zealand,25292185,Request for Proposals,Closed Competition,Turangi Volunteer Fire Station Seismic Upgrade,NP2697,20220111,20220203,20220601,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a main construction company to deliver works for a seismic upgrade and remodel of the Turangi Fire Station at 16 Ohuanga Road, Turangi 3334. Fire and Emergency New Zealand is looking for main contractors who have the capacity, capability, experience, certification and infrastructure to deliver the required services. Providers need to demonstrate a good track record in IL4 construction (with demonstrated or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, COVID impacts, current work programme schedules and sustainability practices. Please view the documents for the plans, specifications, drawings and contract. The proposed form of contract is NZS 3910:2013",Awarded,,0,20250410 Fire and Emergency New Zealand,25292654,Request for Proposals,Open Competition,Edgecumbe Fire Station Seismic Strengthening and Upgrade,NP2618,20220111,20220209,20221208,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a main construction company to deliver works for a seismic strengthening and upgrade at the Edgecumbe Fire Station. Fire and Emergency New Zealand is looking for main contractors who have the capacity, capability, experience, certification and infrastructure to deliver the required services. Providers need to demonstrate a good track record in IL4 construction (with demonstrated or relevant experience) and programme management with sound health and safety related policies. Respondents are asked to consider their timeframes, risk mitigations, COVID impacts, current work programme schedules and sustainability practices. Please view the documents for the plans, tender price summary, specifications, drawings and contract. The proposed form of contract is NZS 3910:2013 3910 and Tender Price Summary https://igniteconsultancy-my.sharepoint.com/:f:/g/personal/stirlingb_ignitearchitects_com/EqdLYH0LkdZKk4wMJSpDtf0Bjf8oAG3n-r7HHFAxVdTScw?e=aWZng3 Drawings https://igniteconsultancy-my.sharepoint.com/:f:/g/personal/samp_ignitearchitects_com/Epnx7gl-cA9Lmby8nQqSYXkBAUj9dPG5CvIPk3YOdVkrWw",Awarded,,0,20250410 Fire and Emergency New Zealand,25342241,Request for Proposals,Open Competition,Paearu Mahi Framework,NP2695,20220128,20220225,20220804,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) is looking for a solution to capture, store and report on assessment data of senior ranked officers and Incident Management Team (IMT) Specialists to support the implementation of the Paearu Mahi Framework. The Paearu Mahi framework is a set of standards and associated processes and systems for assuring the incident response competencies of our Senior Ranked Officers (Assistant Fire Commander and above), and of other Incident Management Team (IMT) specialists. The initial intended audience is estimated to be a total of 140 people working in cohorts of 12 people. FENZ intends to seek a partner to provide an IT assessment solution to deliver the requirements of the assessment of senior ranked officers and IMT specialists. This includes an assessment solution for the: Initial assessment for appointment to rank (or specialist role) Currency maintenance assessment of these ranks and roles and; Reporting on associated assessment data.",Not Awarded,FENZ decided not to undertake the Paearu Mahi project at the current time due to internal restructuring and capability issue.,0,20250410 Fire and Emergency New Zealand,25398558,Request for Proposals,Open Competition,Timaru Fire Station External Paint,2637,20220210,20220308,20220413,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is investing in the repaint of the Timaru Fire Station Complex, located at 17 Latter Street Timaru. The scope of work including the station, workshops/BA, USAR building, Aorangi Rural Fire Shed and all site fences, barriers and gates. All building elements and component (i.e. soffits, handrails, flashings etc) will be itemised. A site visit is highly recommended. The proposed form of contract is Government Model Contract for Service. Please review the opportunity for the tender documents and specification.",Awarded,,0,20250410 Fire and Emergency New Zealand,25401794,Request for Proposals,Open Competition,Nuhaka Fire Station Re-Roofing,2639,20220210,20220308,20221004,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage a construction services company to replace the roof at the Nuhaka Fire Station, located at 2 Ringawhero Street, Nuhaka. The existing roof has come to the end of its usable asset life. Multiple rainwater leaks have occurred over the last few years with temporary fixes and repairs being made. Investigations have determined a few poor design features have contributed to these leaks including flashings, sealants and incorrect overlaps. FENZ is looking for credible providers who have the capacity, capability, experience, certification and infrastructure to deliver the required service. Providers need to demonstrate a good track record in IL4 construction (or relevant or demonstrated experience) and programme management with sound health and safety related policies. The proposed form of contract is a Minor Building Works Contract. Please review the opportunity for the tender documents, specifications and drawings.",Awarded,,0,20250410 Fire and Emergency New Zealand,25470858,Request for Quotations,Closed Competition,Foxton and Waverly Structural & Geotechnical Engineering Services,2678,20220301,20220321,20220720,Fire and Emergency New Zealand,All of Government,No,,"Fire and Emergency New Zealand (FENZ) wishes to engage with Structural, Geotechnical and civil engineers for a fixed fee proposal for the proposed new single bay fire stations at Foxton and Waverley Volunteer Fire Stations. We intend to group these new builds together in order to gain economies of scale and do one construction tender for both builds, which will either be done concurrently or as linear build programme. Please review the attached documents for the scope of services, drawings, condition assessment and seismic assessment. Pricing is to be consistent with the AOG supplier panel for Construction Consultancy Services.",Awarded,,0,20250410 Fire and Emergency New Zealand,25483680,Request for Proposals,Open Competition,FENZ Photo Identification Cards,NP2683,20220301,20220324,20221031,Fire and Emergency New Zealand,Sole Agency,No,,"We are procuring an outsourced service to provide Fire and Emergency New Zealands personnel identity (ID) cards. The provider will deliver an end-to-end service from secure application, verification, issuing including production, and delivery of ID cards as well as reporting capability. We require an end-to-end service delivered, preferably, by a single provider however, joint tenders will be considered but there must a be a lead provider who will be responsible for the entire service. We are looking for providers who have the capability and experience to deliver all requirements and who can also provide innovations or new ways of delivering the service utilising technology and sustainability initiatives to support our progress towards carbon neutrality.",Awarded,Waterford Security has been awarded this contract.,690000,20250410 Fire and Emergency New Zealand,25492895,Request for Proposals,Closed Competition,NHQ Longterm Accommodation - Relocation Services,2634,20220304,20220330,20220613,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency National Headquarters will be permanently relocating from 80 The Terrace to Spark Central - 42/52 Willis St, Wellington 6011 in Q3 2022. Fire and Emergency NZ requires experienced relocation services to move office FF&E and personnel items to the new site. Prerequisites of the awarded supplier are: Knowledge of access routes for both sites; 80 The Terrace and Spark Central Suppliers must be based in Wellington Supplier must have adequate availability to see out the project, from May 2022 to November 2022 Market standard requirements include: Tertiary accreditation with ACC preferred Site safe approved staff preferred Advanced drivers training The move will require optimal set up and preparation skills to manage a seamless migration of Fire and Emergency personnel to the new facilities Please view the documents for the floor plans, requirements and contract. The inventory is listed in the Proforma document.",Awarded,,140870,20250410 Fire and Emergency New Zealand,25526778,Request for Proposals,Open Competition,NHQ Longterm Accommodation - Interior Fitout,2656,20220311,20220406,20220728,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency National Headquarters will be permanently relocating from 80 The Terrace to Spark Central - 42/52 Willis St, Wellington 6011 in Q3 2022. Fire and Emergency NZ requires experienced fit out services to make interior amendments to the new site over June-July. Fire and Emergency is required to seek a competitive tender basis for these works. Due to the short timeframe, we will be using a preliminary and general (P&G) and margin methodology to select an interior fit out company. It is expected that the awarded contractor will have experience in managing similar sized projects and the ability to deal with the complexities of the site. Spark Central is specifically complex due to the construction including, suspended ceilings exposed HVAC systems. It is a requirement that the supplier has knowledge of both buildings accessibility and services to support in managing the project. Please view the documents for the floor plans, requirements and contract.",Awarded,,0,20250410 Fire and Emergency New Zealand,25541324,Request for Quotations,Closed Competition,Foxton and Waverley Architectural Services,2710,20220315,20220401,20220513,Fire and Emergency New Zealand,All of Government,No,,"Fire and Emergency New Zealand wishes to engage an Architect on a fixed fee basis for the proposed new build of a single bay station at Foxton and Waverley Volunteer Fire Stations. We intend to group these new builds together in order to gain economies of scale and do one construction tender for both builds, which will either be done concurrently or as linear build programme. Please review the attached documents for the scope of services, drawings, condition assessment and seismic assessment. Pricing is to be consistent with the AOG supplier panel for Construction Consultancy Services.",Awarded,,0,20250410 Fire and Emergency New Zealand,25726505,Request for Proposals,Open Competition,Supply of Smoke Alarms,NP2644,20220427,20220530,20221101,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand operate a risk reduction programme called Home Fire Safety Checks. This is where Firefighters and Community Risk Reduction staff go through peoples homes to provide advice on things such as escape plans and location of smoke alarms. Certain households qualify for Fire and Emergency to supply and install smoke alarms. As such, Fire and Emergency requires a standing offer contract for the supply of smoke alarms.",Awarded,,0,20250410 Fire and Emergency New Zealand,25766382,Request for Proposals,Open Competition,Rarangi Fire Station Upgrade - Tasman/Marlborough,2087,20220509,20220603,20220920,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fire and Emergency) wishes to engage a construction company to complete the construction and upgrade works at the Rarangi Fire Station to provide facilities that are operationally fit for purpose and safe for operations. The upgrade will include: Installation of showers & decontamination facilities Installation of Kitchen Removal of asbestos Seismic upgrade Construction of a locker room Upgrade to switchboard and lighting Replacement of corroded cladding and roofing Replacement of the siren pole Upgrade of comms room. The site is located at: 252 Rarangi Beach Road, Rarangi. A site visit is strongly recommended by Respondents to inspect the site in order to accurately complete their RFP response. The construction site at the above-mentioned address will be available for viewing on Monday 16th May 2022. Please contact Tony Karsten the Fire and Emergency representative by email: tony@kad.co.nz or mobile 021 373 384 to arrange a time.",Awarded,,0,20250410 Fire and Emergency New Zealand,25807422,Request for Quotations,Closed Competition,NHQ Long-term Accommodation Project 2022 Sit-to-Stand Desk Upgrade,,20220518,20220603,20220620,Fire and Emergency New Zealand,Sole Agency,No,,"This closed tender to all suppliers on the NZGPP panel of providers for office furniture seeks to engage a supplier to assist in converting 324 fixed desks to electric sit-to-stand desks. The project seeks to reuse as much of the existing desks and cabling as possible with power access points on top of the desk also preferred (not currently part of the desk setup). Both premises will be clear when conversion and preparation for relocation of desks takes place.",Awarded,,0,20250410 Fire and Emergency New Zealand,25866502,Request for Proposals,Open Competition,"Hastings Fire Station Seismic Upgrade, Re-Roof & Operational Refurbishment",2796,20220527,20220627,20220811,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency wishes to engage a main building contractor to structurally strengthen the fire station to 90% NBS IL4 and upgrade the fire safety systems throughout, re-roof (including re-pitching of the roof structure) and redevelop and refurbish the operational side of the fire station to provide fit for purpose locker room, ablution facilities and transitional zones for appropriate carcinogen control.",Not Awarded,This tender has been cancelled to allow a reassessment of the scope of works with a view to engaging with the market in the near future.,0,20250410 Fire and Emergency New Zealand,25938115,Request for Quotations,Closed Competition,Tauranga Fire Station Replacement - Architectural Services,2866,20220615,20220706,20220818,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency NZ wishes to engage a supplier to provide full architectural services for the replacement of the Tauranga fire station. The design will be developed in consultation with us based on the concept design plans as detailed. We are looking for a supplier who has the proven experience, capability and infrastructure to deliver the required service and have a sound knowledge of the Building Act, Building Code and Acceptable Solutions. They need to be experienced in managing the building process from start to completion and have a good track record in design and design management, especially in relation to structural coordination and weathertightness detailing.",Awarded,,0,20250410 Fire and Emergency New Zealand,26159348,Request for Quotations,Closed Competition,Glen Eden Fire Station Replacement - Architectural Consultancy Services,2961,20220811,20220826,20230403,Fire and Emergency New Zealand,Sole Agency,No,,"This RFQ relates to the purchase of full architectural services for the demolition and replacement of the Glen Eden Fire Station, to be built to Importance Level 4 (IL4) standard on the existing site.",Awarded,,0,20250410 Fire and Emergency New Zealand,26159537,Request for Quotations,Closed Competition,Glen Eden Fire Station Replacement - Quantity Surveyor Consultancy Services,2962,20220811,20220826,20221102,Fire and Emergency New Zealand,Sole Agency,No,,"This RFQ relates to the purchase of QS services for the demolition and replacement of the Glen Eden Fire Station, to be built to Importance Level 4 (IL4) standard on the existing site.",Awarded,,0,20250410 Fire and Emergency New Zealand,26270015,Request for Proposals,Open Competition,Fluorine Free Transition Project - decontamination and waste disposal,NP 3045,20220906,20220929,20221114,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fire and Emergency) is looking for a service provider to decontaminate its foam tenders of any PFAS foam and to dispose of Fire and Emergencys remaining stocks of Class B PFAS foam. It is critical that the lead provider is able to: ensure equipment is cleaned so as to remove, as far as reasonably practicable, any residual firefighting foam or waste product in accordance with the requirements of the Fire Fighting Chemicals Group Standard Group Standard 2021 provide evidence that they or their third party has the necessary regulatory permissions to export and dispose of Class B foam (dangerous substance/material).",Awarded,,0,20250410 Fire and Emergency New Zealand,26642285,Request for Proposals,Open Competition,Governors Bay Fire Station - Structural and Ablutions Upgrade,3112,20221117,20230126,20230426,Fire and Emergency New Zealand,Sole Agency,No,,"Fire & Emergency NZ wish to engage a construction company to complete the construction and upgrade works at the Governors Bay Fire Station to provide facilities that are operationally fit for purpose and safe for operations. The upgrade will include: Structural strengthening Decontamination showers and toilets Accessibility upgrade Personal Protective Equipment (PPE) locker storage space Stormwater discharge rectification Electrical upgrade The fire station will remain operational for the duration of the project works. The successful Respondent will liaise with our Project Manager and brigade leadership team to ensure a mutually agreeable project plan is formulated and maintained enabling the project to flow seamlessly while minimising the disturbance to brigade operations. A site visit is proposed for Tuesday, 29th November 2022. Please see the RFP document for contact details.",Awarded,,0,20250410 Fire and Emergency New Zealand,26648454,Request for Proposals,Open Competition,Nelson Fire Station - Ablutions and Locker Room Upgrade,3113,20221118,20230203,20230317,Fire and Emergency New Zealand,Sole Agency,No,,"Fire & Emergency NZ wish to engage a construction company to complete the construction for a full refurbishment of the Nelson Fire Station ablutions and Personal Protective Equipment (PPE) locker room facilities, so they are operationally fit for purpose and safe for operations. The fire station will remain operational for the duration of the project works. A mandatory site visit has been planned for Wednesday, 30th November 2022. Please see the RFP document for details.",Awarded,,0,20250410 Fire and Emergency New Zealand,26745551,Request for Proposals,Open Competition,Cheviot Fire Station Resource Garage,2684,20221214,20230124,20230417,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency NZ would like to engage a construction company to deliver the scope of works - the construction of a new 120m2 two bay Resource Garage at the rear of the Cheviot fire station located at Cheviot, Canterbury District, to provide asset security and prevent asset deterioration. The Cheviot fire station is located at 6 McQueens Road, Cheviot and the site is approximately 1,967m2. The fire station has two vehicles (a tanker and a smoke chaser) that are currently parked outside in the open and subject to weather, deterioration and vandalism. The RFP relates to the engagement of a main building contractor to construct a new two bay resource garage to house the tanker and smoke chaser to provide asset security and prevent asset deterioration The Cheviot fire station must remain operational throughout the construction works.",Awarded,,0,20250410 Fire and Emergency New Zealand,26776910,Request for Proposals,Open Competition,"Pukekohe Fire Station Re-pitch, re-roof and asbestos removal",3151,20221222,20230215,20230330,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency NZ would like to engage a construction company to complete a re-pitch and re-roof of the existing Pukekohe Fire Station whilst taking the opportunity to remove all known asbestos. All proposed works are to comply to NZ building standards. The fire station will remain operational for the duration of the project works. The building is located on Harris Street, Pukekohe.",Awarded,,0,20250410 Fire and Emergency New Zealand,26833345,Request for Proposals,Closed Competition,Flu Vaccination Services,3145,20230124,20230216,20230406,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency NZ (Fire and Emergency) is seeking a provider for our flu vaccinations to employees and volunteers to combat the winter flu season for each year of the contract. The key outcome that we are wanting to achieve is to have an easy-to-use system (eg texts to the individuals) for the individual and for Fire and Emergency. it needs to be a predominantly voucher, and reimbursement of employee/volunteer receipt system because of the many individuals in rural areas and small towns throughout NZ. It is not economic to have onsite vaccinations for them. We can have onsite vaccinations for our National Headquarters employees in Wellington. We are doing this procurement as a secondary procurement off the Ministry of Social Development Employee Health Services Management Panel. See the attached Request for Proposals document for more information on our needs, what you need to include in your written response, and our procurement process. For clarification purposes, the contract will commence on 1 April 2023 but Fire and Emergency does not expect to have the flu vaccinations for the winter flu season for each year of the contract, before it is available in NZ and before our workforce is eligible to have it. Please send any questions you have to us on this GETS listing. Nga mihi Michelle Malone Procurement Specialist",Awarded,,425100,20250410 Fire and Emergency New Zealand,26886855,Request for Proposals,Open Competition,Houhora Fire Station Re-construction of existing appliance bay,3212,20230201,20230308,20230815,Fire and Emergency New Zealand,Sole Agency,No,,"This procurement is to source a main construction contractor to undertake a re-build of the existing appliance bay for the Houhora Fire Station. The proposal includes demolition of the existing Appliance Bay and reconstruction to form a Drive Through Appliance Bay to meet bulk and form requirements of the FENZ Station Design Requirements to IL4. The building is located at 3985 Far North Road, Houhora. There is a site visit opportunity for Respondents to inspect the site to accurately complete their RFP response. Please see the RFP document for site access availability.",Awarded,,0,20250410 Fire and Emergency New Zealand,26940177,Request for Proposals,Open Competition,Health Monitoring Services,2875,20230213,20230314,20230701,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP relates to the FENZ health monitoring programme which is a voluntary annual health check offered to all ~14,000 FENZ personnel throughout New Zealand. The services cover the entire country, which is made up of five regions, with a head office based in Wellington, and regional offices in Dunedin, Christchurch, Wellington, Tauranga, and Auckland. FENZ has paid (career) and volunteer firefighters, as well as support staff, and office-based staff. Each of these groups, especially our volunteers, has different day, time, and seasonality availabilities which the Successful Respondent(s) must be able to accommodate to perform the health monitoring services. Respondents may bid to supply these services as a nationwide service or within a region, or multiple regions. Upon evaluating the responses, FENZ will consider what will give FENZ the best services and the best public value-for-money, and FENZ in its absolute discretion can appoint one of the Respondents that has responded to provide a nationwide service to provide the nationwide service, or FENZ can appoint by region. If FENZ chooses to appoint by region, you may or may not be appointed to every region that you bid for. The key outcome of this RFP is to improve the health and well-being of our personnel by making sure that our people have access to regular monitoring so that interventions can be provided before people become very ill, ultimately resulting in a workforce that is healthier, both mentally and physically.",Awarded,,1800000,20250410 Fire and Emergency New Zealand,27654083,Request for Proposals,Open Competition,"Uniforms, Level 1 PPE and Associated Logistics Services",,20230703,20230818,20240527,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP is seeking a strategic and trusted partnership with a supplier that has the capacity and capability to meet Fire and Emergency requirements. The key objectives this procurement seeks to meet are: to secure a supply of Products that is reliable, timely, fit-for-purpose and provides exceptional public value; to have an up-to-date and consistent catalogue of approved Products that meet all relevant standards and are fit-for-purpose; to ensure Fire and Emergency is able to discharge its statutory duties with respect to the prevention of fire, the suppression and extinction of fires and the safety of persons and property endangered by fire, insofar as the Products and Managed Services are relevant to that objective; to ensure Fire and Emergency is able to maintain its personnel and their firefighting equipment in a state of operational efficiency at all times, insofar as the Products and Managed Services are relevant to that objective; to provide for a streamlined online process for ordering Products that enhances the end-user experience; to ensure that its arrangements for the supply of Products provide for diverse gender and cultural needs and promote a sense of belonging for all Fire and Emergency workers; to ensure it has easy access to information about the demand for and supply of Products, allowing the right person at the right time to identify emerging trends, opportunities for improvement and support the requirement for ongoing innovation. This is a unique opportunity to be a part of delivering for a critical, well-respected, and highly trusted New Zealand organisation. Through the supply of uniforms and Level 1 PPE the supplier is not only supporting one of New Zealands emergency services they are helping to save lives, both of the user and of those they are helping in a time of need. .",Awarded,,0,20250410 Fire and Emergency New Zealand,27763834,Request for Proposals,Open Competition,Waverly Volunteer Fire Station Upgrade,3324,20230725,20230821,20231031,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a construction company to carry out an upgrade of the Waverley Volunteer Fire Station including an extension from the appliance bay for Personal Protective Equipment (PPE) lockers, internal door relocations, construction of smoke separation walls, installation of a monitored fire alarm system and internal decorating. We will require a priced option from the contractor to replace the roof and replace the electrical board, which will be included if budget and tender prices align. The Waverley fire station is a small single bay fire station that is positioned in a key strategic location on state highway 3. The station is generally kept tidy but is very dated and needing a refresh on the interior which this procurement relates to, along with creating a better and safer environment for our volunteers. The building is located on 5 Bear Street, Waverley. Inclusions Construct a new PPE locker room alongside the appliance bay Continue selected walls to underside of roofing iron for newly dedicated smoke separation walls Move selected internal doorways and close in existing openings Relocate existing lockers into new locker room Install new fire alarm system All documentation and filing for code of compliance. New electrical DB board and generator inlets. Separate quote is complete this and will be added if budget allows New roof flashings as part of the tender however we want a separate quote to replace the entire roof and will be added if budget allows The fire station will remain operational for the duration of the project works. The Successful Respondent will liaise with our Project Manager and brigade leadership team to ensure a mutually agreeable project plan is formulated and maintained enabling the project to flow seamlessly while minimising the disturbance to brigade operations. Based on the scope of this project this could be achieved by the fire appliances being parked outside each day and brought back in.",Awarded,"This contract relates to the supply of Lead contractor services for a facilities upgrade at Waverly Fire Station. Contract start: November 2023 Contract works duration: approx. 1.5 months This contract was tendered via an open competitive process and has a value between $500K - $1M.",0,20250410 Fire and Emergency New Zealand,27841851,Request for Proposals,Open Competition,Springfield Fire Station- Carpark Works,3306,20230808,20230904,20231128,Fire and Emergency New Zealand,Sole Agency,No,,"We need a suitably qualified and experienced contractor with the appropriate demonstrated capacity and capability to complete the remediation of the existing Springfield Fire Station carpark at 53 Tramway Road, Springfield to a high standard. The project has been divided into two stages: Stage one: the area of greatest concern and confirmed as having sub-surface failure Stage two: is the approach and driveway. On the surface this appears okay, however no intrusive investigation was completed as it would render the drive unusable. The upgrade will include: establishment on site installation of environmental and sediment controls as required demolition/earthworks of existing pavement, associated kerb and channel and subsurface materials reinstate with imported materials replacement of all kerb and channel, footpaths, carpark, line markings, wheel stops and any traffic management devices installation of a service trench and co-ordination with the Fire and Emergency sub-contractors for the installation of associated services including excavation, bedding for services, backfill minor landscaping works and fencing removal/reinstatement with new footing maintain quality assurance and as built information as required to Selwyn District Councils (SDC) Engineering Code of Practice. Stage two of the works if required, may include: the demolition/ earthworks of the identified additional pavement (driveway and approach), associated kerb and channel, and subsurface materials reinstate with replacement materials replacement of all affected kerb and channel, carpark, and line markings (where applicable) minor landscaping works and fencing removal/reinstatement with new footing maintain quality assurance and as built information as required to SDC Engineering Code of Practice. The fire station will remain operational for the duration of the project works. The successful Respondent will liaise with our Project Manager and brigade leadership team to formulate and maintain a mutually agreeable project plan. Enabling the project to flow seamlessly while minimising the disturbance to brigade operations.",Awarded,,0,20250410 Fire and Emergency New Zealand,27854117,Request for Proposals,Open Competition,Fleet Maintenance and Repairs Te Tai Tokerau - Northland,3309,20230809,20230912,20240415,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is seeking to establish one or more supply contracts for the provision of fleet maintenance services for the Te Tai Tokerau - Northland area to ensure that: our appliances are always operational ready to respond to the needs of our community fire appliance servicing is completed to a high quality, in a timely manner and at competitive prices Fire and Emergency and the supplier(s) establish and maintain a close and effective working relationship the vehicle maintenance services are provided to Fire and Emergency in this area under a clear and transparent accountability framework. Fire and Emergency is seeking suppliers: whose core business is heavy vehicle fleet maintenance services who can service the built-in firefighting components of fire appliances i.e. pumps, foam system, valves, lockers etc. who will give priority service, with 24 hours/7 days a week support when required that will provide quality service that guarantees minimum vehicle down-time who can provide a reliable service with experienced, certified, registered and/or qualified employees to ensure all fleet vehicles are maintained to a high standard with a robust health and safety programme. *Information Session Subject to attendee numbers, Fire and Emergency will be holding an Information Session for potential Respondents to learn about Fire and Emergency and inspect one or more of the Appliances while on site. Please email nhq.procurement@fireandemergency.nz to confirm a place at the Information Session no later than noon on 17 August 2023. Please include the names and positions of the people who will be attending.",Awarded,Keith Andrews have been awarded this contract.,0,20250410 Fire and Emergency New Zealand,27881951,Request for Proposals,Open Competition,Nga Tai ki te Puku Region Building Warrant of Fitness (BWoF),3037,20230814,20230907,20231207,Fire and Emergency New Zealand,Sole Agency,No,,"We require a supplier to undertake Building Warrants of Fitness (BWoF) and related compliance for approximately 48 fire stations or buildings in the Nga Tai ki te Puku Region. This work includes inspection, maintenance, reporting, the ability to undertake any defects approved by us and to offer management advice with regards to building and facilities on compliance requirements. There are over 80 fire stations in the Nga Tai ki te Puku Region, these are crewed by a mix of permanent and volunteer firefighters. Over the term of this contract, the number of stations in this region requiring BWoF's will increase. Fire and Emergency will negotiate the inclusion of these buildings into the awarded Suppliers contract as the requirement for each new BWoF nears.",Awarded,,0,20250410 Fire and Emergency New Zealand,28030598,Request for Proposals,Open Competition,Complaints Management Service,3429,20230905,20231002,20231207,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand requires a supplier who is an expert in managing complaints, who can provide complaints management services, processes and resources to handle complaints on our behalf. The services we are looking to address include: providing transparency, clarity, trust and confidence in a neutral environment for the complainant to disclose their complaint providing a standardised framework in which enquiries and complaints are assessed against providing appropriately qualified personnel to assess and triage enquiries through to the next appropriate step ensuring we can provide timely action, including responses and resolution for all complaints ensuring security of all information relating to a complaint providing visibility on all complaints data and information to ensure insights, behaviours and patterns can be interpreted and addressed accordingly (over time). The service will be available for all personnel within Fire and Emergency. Fire and Emergency is not procuring specific case management technology, therefore, integration to other systems is not currently required, but is likely to be required in the future.",Awarded,This contract has been awarded to Fairway Resolution Limited.,0,20250410 Fire and Emergency New Zealand,28059580,Request for Proposals,Open Competition,Browns Fire Station Upgrade,3671,20230911,20231009,20231109,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a main construction company to carry out the upgrade of the Browns Volunteer Fire Station located at 60 McCaughan Street, Browns 9782. This includes (but not limited to): Extend the Browns station by 20m2 Install showers/toilet Install decontamination area Construct storeroom Upgrade kitchen and install new joinery Install new water supply tank Install new septic tank Complete yard works There will be a mandatory site visit for Respondents to inspect the site to accurately complete their Request for Proposals (RFP) response, this is 19 September at 11am, to register for this visit please contact Ben.Bringans@fireandemergency.nz or call 027 225 9251.",Awarded,,0,20250410 Fire and Emergency New Zealand,28108243,Request for Proposals,Open Competition,Ongoing Supply of Dry Powder and CO2 Fire Extinguishers,3480,20230919,20231013,20240212,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand seek to engage supplier/s for the purchase and delivery of multipurpose dry powder and carbon dioxide fire extinguishers for operational Fire and Emergency vehicles. Fire and Emergency are open to engaging with multiple suppliers with the appropriate geographical coverage, and skill set that meets requirements. Fire extinguishers include: 3-3.5kg Carbon Dioxide Fire Extinguishers 2-2.5kg Multipurpose Dry Powder Fire Extinguishers 4.5kg Multipurpose Dry Powder Fire Extinguishers. As an environmentally responsible organisation disposal options and ability to repurpose or re-use end of life fire extinguishers will be of interest to Fire and Emergency.",Awarded,"Ongoing Supply of Dry Powder Fire Extinguishers - Phillips and Smith Limited. Ongoing supply of CO2 Fire Extinguishers - Fire and Rescue Products New Zealand",0,20250410 Fire and Emergency New Zealand,28117648,Request for Proposals,Open Competition,Test and Tag Services for Nga Tai ki te Puku & Te Upoko,3435,20230918,20231016,20240118,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking a suitably qualified supplier to undertake testing and tagging of all electrical appliances in the Nga Tai ki te Puku & Te Upoko regions to ensure compliance with AS / NZS 3760. Te Upoko covers an area of approximately 53,000 square kilometres from the Southern tip of the North Island up the West Coast as far as New Plymouth, across to Hawkes Bay on the East Coast, and including the Chatham Islands. Nga Tai ki te Puku covers an area of approximately 46,065 square kilometres from Turangi in the south to Port Charles in Coromandel in the north and Mokau in the west to Gisborne in the east. It is estimated that on average a typical fire station has between 100 and 250 individual items that need to be tested and tagged. In addition, Fire and Emergency offices and training centres in these regions could have between 200 and 1000 individual items that will need to be tested and tagged. For example, The National Training Centre in Rotorua has over 1000 items to be tested and tagged. However, some of the equipment will be tagged on a yearly basis or every two years in line with the requirements of AS / NZ 3760. To maintain a streamlined and focused selection process, we would like to emphasize that we are not seeking any promotional materials or alternative offerings as part of the proposal submissions. While we appreciate the creativity and efforts that go into promotional materials and the potential benefits of other services or products. Our primary focus lies in evaluating the core offerings and capabilities of the main contractor to address our requirements effectively. Fire and Emergency only require responses to this tender opportunity and for the identified regions",Awarded,,0,20250410 Fire and Emergency New Zealand,28161387,Request for Proposals,Closed Competition,Fleet Maintenance and Repairs - Otago Region,3697,20230925,20231025,20240501,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking to establish one or more supply contracts for the provision of fleet maintenance services for the Otago area. Fire and Emergency is seeking suppliers: whose core business is heavy vehicle fleet maintenance services who can service the built-in firefighting components of fire appliances i.e. pumps, foam system, valves, lockers etc. who will give priority service, with 24 hours/7 days a week support when required that will provide quality service that guarantees minimum vehicle down-time who can provide a reliable service with experienced, certified, registered and/or qualified employees to ensure all fleet vehicles are maintained to a high standard with a robust health and safety programme. An Information Session will be held at Dunedin City Fire Station, 85 Castle Street, Dunedin Central City on 9 October 1pm. Please email nhq.procurement@fireandemergency.nz to confirm a place at the Information Session no later than noon on 5 October 2023. Please include the names and positions of the people who will be attending.",Awarded,Fulton Hogan has been awarded this contract.,0,20250410 Fire and Emergency New Zealand,28238130,Request for Proposals,Closed Competition,Fleet Maintenance and Repairs - Southland Region,3698,20231006,20231108,20240320,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking to establish one or more supply contracts for the provision of fleet maintenance services for the Southland area. Fire and Emergency is seeking suppliers: whose core business is heavy vehicle fleet maintenance services who can service the built-in firefighting components of fire appliances i.e. pumps, foam system, valves, lockers etc. who will give priority service, with 24 hours/7 days a week support when required that will provide quality service that guarantees minimum vehicle down-time who can provide a reliable service with experienced, certified, registered and/or qualified employees to ensure all fleet vehicles are maintained to a high standard with a robust health and safety programme. An Information Session will be held at Southland City Fire Station, 46 Jed Street, Invercargill on 20 October 10am. Please email nhq.procurement@fireandemergency.nz to confirm a place at the Information Session no later than noon on 16 October 2023. Please include the names and positions of the people who will be attending.",Awarded,Southern Mechanical has been awarded this contract.,0,20250410 Fire and Emergency New Zealand,28298256,Request for Proposals,Closed Competition,Travel Management Services,3503,20231017,20231115,20240321,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand (Fire and Emergency) is seeking a reliable travel management services (TMS) provider to meet our business travel requirements. Fire and Emergency currently employs a medium-touch profile and is looking to maintain this level of support from a TMS provider. We are looking to run an efficient, fit-for-purpose Secondary Procurement Process (SPP) to enable reliable provision of these services and to implement an agreement that offers good value for money and achieves Broader Outcomes. You have been invited to attend a briefing session online at 1pm 19 October 2023.",Awarded,,0,20250410 Fire and Emergency New Zealand,28307082,Request for Proposals,Open Competition,Building Warrants of Fitness (BWoF) in Te Upoko,3673,20231019,20231115,20240204,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand require a supplier to undertake Building Warrants of Fitness (BWoF) and related compliance for approximately 123 fire station buildings in Te Upoko (Region 3). These are crewed by a mix of permanent and volunteer firefighters. This work includes inspection, maintenance, reporting, the ability to undertake any defects approved by us and to offer management advice with regards to building and facilities on compliance requirements. Key deliverables include: maintain an up-to-date inventory of all Specified Systems, including building extinguishers and hose-reels, etc., along with the corresponding service/maintenance issue BWOF certificates confirming that the specified systems contained within a building have been inspected and maintained, and are performing in accordance with legislative requirements carry out inspections of facilities as required by the Building Act where required by the Building Act, ensure that all facilities display a current Building Warrant of Fitness offer proactive advice so that facilities achieve full compliance in the most cost-effective and efficient way complete any approved identified remedial work, ensuring it is undertaken in a cost-competitive manner and is of an acceptable quality standard.",Awarded,,0,20250410 Fire and Emergency New Zealand,28316808,Request for Proposals,Open Competition,"Heating, Ventilation and Air Conditioning (HVAC) inspection, maintenance, and repair of heat-pumps - Te Upoko",3454,20231020,20231120,20231218,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency require supplier/s for the inspection, maintenance and repair of heat-pumps, HVAC, climate controls systems, fryer vents, extract systems/fans, clothes dryer vents and all other equipment that moves air so to ensure that all equipment remains fully operable and safe. These services are required across Te Upoko (Region 3). While the preference will be to appoint one supplier for Te Upoko, Fire and Emergency will be open to the possibility of up to two suppliers. Suppliers will be asked to select the districts their response covers; they must choose a minimum of two districts or select all of the region.",Awarded,,0,20250410 Fire and Emergency New Zealand,28332997,Request for Proposals,Open Competition,3695 Palmerston North- fire system upgrade,3695,20231024,20231120,20240223,Fire and Emergency New Zealand,Sole Agency,No,"Flat 11a, Mansfield Towers, 1 Grant road","This RFP relates to the purchase of services to repair all fire safety system defects and non-compliances so that we comply with the building code and relevant standards. The plans, specifications and reports that form part of this RFP provide the details on whats required. Below is an overview of the scope of works that are to be included and excluded. Inclusions: Remediation of fire separations that have been damaged or removed during the addition of services. All penetrations through fire separations to be sealed with fire sealant. Installation of fire collars to pipe work between fire cells. Installation of illuminated fire egress signs and emergency lighting. Installation of additional fire doors in fire separation walls (existing doors are non-fire rated solid core doors). Installation of compliant fire egress door hardware. (Existing door hardware non-compliant as keys are required to unlock egress doors). Alterations to fire sprinklers in appliance bay (sprinklers are non-compliant while appliance bay doors are open). The building is located at 50 Cook Street, Palmerston North Central, Palmerston North 4412. A site visit is recommended for Respondents to better understand the site and complete their RFP response accurately. The site located at the address mentioned above is available for viewing upon contacting the email address provided in section 1.3c to register for the site visit (two dates for the visit are provided in Section 1.2). To maintain a streamlined and focused selection process, we would like to emphasize that we are not seeking any promotional materials or alternative offerings as part of the proposal submissions. While we appreciate the creativity and efforts that go into promotional materials and the potential benefits of other services or products. Our primary focus lies in evaluating the core offerings and capabilities of the main contractor to address our requirements effectively. Fire and Emergency only require responses to this tender opportunity.",Awarded,,0,20250410 Fire and Emergency New Zealand,28379585,Request for Proposals,Open Competition,Automated Location and Positioning System (ALPS),3525,20231101,20231128,20241218,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand are seeking a supplier who can provide and install an Automated Location and Positioning System (ALPS) that will be: installed in a wide range of heavy vehicles compatible with the New Zealand Transverse Mercator 2000 (NZTM2000) projection standard (based on the NZGD2000 datum) that Fire and Emergency uses 24/7 mission critical Fire and Emergency currently have an Automated Location and Positioning System (ALPS) installed on 920 trucks. This system accurately tracks, utilising the Global Positioning System (GPS), and reports vehicle locations to one or more networks. The current devices Fire and Emergency use on its fleet of fire appliances operate on the Spark and One NZ 3G network. With planned closures of these networks in the near future, we are looking to replace and upgrade the existing units with ones that are compatible with a range of transmission bearers.",Awarded,,0,20250410 Fire and Emergency New Zealand,28413306,Request for Proposals,Open Competition,Waikuku Beach Ablutions and and Training Room Portacom Project,3733,20231107,20231205,20240327,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a construction company to carry out the installation of two portacoms: one for accessible ablutions/decontamination and the other for a training room, office, and kitchen. Additionally, it includes converting the current training room into personal protective equipment (PPE) locker storage and a communications room. The goal is to provide facilities that are fit for purpose, safe, sanitary, and compliant with legal requirements. This work will take place at the Waikuku Beach fire station located at 1 Domain Terrace, Waikuku Beach, Waimakariri District. The scope of work is as per consent issue BC211906 approved on 21 October 2022 which includes (but is not limited to): Partial demolition including asbestos removal Plumbing, drainage, and stormwater Electrical Foundations, deck, steps, ramp, handrails, outdoor carpet, and paving Partial external cladding Insulation Painting and stopping Floor coverings Fire requirements All whiteware appliance installation Exclusions include: (supplied by Fire and Emergency) Both the ablutions and training room portacoms and fit-out Supply of all whiteware appliances Hot water cylinder Kitchen, decontamination wash and locker room joinery The fire station will remain operational for the duration of the project works. The successful Respondent will liaise with our Project Manager and brigade leadership team to ensure a mutually agreeable project plan is formulated and maintained enabling the project to flow seamlessly while minimising the disturbance to brigade operations.",Awarded,,0,20250410 Fire and Emergency New Zealand,28415581,Request for Proposals,Open Competition,Feilding Fire Station Upgrade Stage 4 & 7,3319,20231107,20231204,20240822,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP relates to the purchase of services to remediate and upgrade the Feilding Fire Station so that we have a fit for purpose station that complies with the building code and relevant standards. The plans, specifications and reports that form part of this RFP provide the detail on whats required, however, below is an overview of the scope of works to be included. Inclusions: Refurbish meeting rooms and kitchen Replace ceiling and lights in offices Replace ceilings and lights in accommodation as required Upgrade fire separations in meeting rooms and accommodation areas Upgrade the fire alarm system to a type 4 Upgrade the emergency lighting system as required Seal all penetrations through fire walls",Awarded,W&W Construction 2010 Limited,0,20250410 Fire and Emergency New Zealand,28423336,Request for Proposals,Open Competition,Rotorua Fire Station Drainage,3708,20231108,20231206,20240415,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP relates to the purchase of services to repair and upgrade the drainage system to rectify faults The plans, specifications and reports that form part of this RFP provide the detail on whats required, however, below is an overview of the scope of works thats to be included: Excavate a large section of the rear yard Repair the damaged drainage Install a new oil and grit interceptor Install a new concrete pad around the oil and grit interceptor Reinstate excavated area with industrial heavy-grade asphalt Contractor to locate all services prior to excavations Contractor to allow for carting surplus excavated asphalt and compacted metal to the Ngongotaha fire station, the remaining sub-soils to be disposed of off-site Contractor to arrange all required council inspections The building is located at 19 Biak Street, Mangakakahi, Rotorua 3015. The site at the above-mentioned address will be available for Respondents to inspect the site to accurately complete their RFP. To register for a visit, email the address provided in section 1.3c of the RFP.",Awarded,,0,20250410 Fire and Emergency New Zealand,28449453,Request for Quotations,Open Competition,Core Switch Refresh,3742,20231113,20231127,20240124,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is looking for suppliers that can provide four Nexus 9K switches, including five years support in the make and model detailed in the technical specifications. We are seeking suppliers that can deliver the switches before 01 March 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,28509992,Request for Proposals,Open Competition,Gore Fire Station Re-Roof and Exterior,2783,20231123,20240122,20240119,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a construction supplier to carry out works at the Gore Volunteer Fire Station to replace the roof as it is at end of life, leaking, and unable to accept new paint finishes. At the same time the cladding, which is asbestos containing sheeting, is starting to degrade and requires urgent replacement. The fire station will remain operational for the duration of the project works. The successful supplier will liaise with our Project Manager and brigade leadership team to ensure a mutually agreeable project plan is formulated and maintained, enabling the project to flow seamlessly while minimising the disturbance to brigade operations. The plans, specifications and reports that form part of this RFP provide the detail on whats required. Below is an overview of the scope of works thats to be included; Inclusions: replace all roofing iron on station remove leaking skylights and remediate holes remove all asbestos containing cladding and replace with new fibre cement full exterior paint new spouting and down pipes.",Awarded,,0,20250410 Fire and Emergency New Zealand,28533290,Request for Proposals,Open Competition,Hazmat Command Radio Management System (RMS),3505,20231128,20240108,20240226,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand requires the replacement of the Hazardous Materials (Hazmat) / Command Unit vehicle Radio Management Systems (RMS). There are 19 Hazmat / Command vehicles with each comprising of three workstations and six radios, two each of low, VHF, and UHF bands. Fire and Emergency currently use Omnitronics equipment in all their Hazmat vehicles. The replacement RMS will be required to use Omnitronics equipment, with installation by 31st May 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,28533673,Request for Proposals,Open Competition,Hazmat/command vehicles radio audio recorder,3506,20231128,20240108,20240226,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand requires the replacement of the Hazardous Materials (Hazmat) / Command Unit audio recorder systems for 19 vehicles (with four spare units) to capture and store all radio transmissions, as it nears its end of life. The vehicles are equipped with six radios, monitored by radio operators in the vehicle. The radios are managed through an Omnitronics 960 series radio management system, which incorporates an audio card providing six outputs containing all inbound and outbound radio traffic via 600 Ohm balanced ports. Output levels can be individually adjusted on the audio card. Fire and Emergency require delivery of all equipment to be by 28 February 2024 and will arrange the installation the radio recorders into the vehicles.",Awarded,,0,20250410 Fire and Emergency New Zealand,28541812,Request for Proposals,Open Competition,Hazmat /Command Vehicles Power Supply System,3507,20231129,20240115,20240311,Fire and Emergency New Zealand,Sole Agency,No,,"Our Hazardous Materials (Hazmat) / Command vehicles are equipped with two sets of batteries, one supplying power to the cab chassis and one supplying power to the house (rear) batteries. The chassis battery voltages are maintained via a single 750w charger, powered when the vehicle is plugged into the mains or when powered by the on-board generator. The house battery voltages are maintained by two 750w power supplies. One provides 24VDC, including an 1800w 240V inverter. This supplies power to essential devices in the rear of the vehicle and battery. The other is a battery charger which is switched on only if the house battery voltage drops significantly. Fire and Emergency wishes to upgrade this existing configuration for all the house battery requirements. We require a power management system to be designed and installed in 18 of our Hazmat / Command Unit vehicles. Opportunities will be provided to respondents to view a vehicle at a suitable time to assess the existing system and to measure the available space to assist with design and concept. Please send a request for a visit through the question area of GETS stating what location you are in. Please note that the Agreement for Goods and Services template will be added as an addendum seperately.",Awarded,,0,20250410 Fire and Emergency New Zealand,28642082,Request for Proposals,Open Competition,Line Rescue Equipment Replacement,3524,20231220,20240130,20240328,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency wishes to engage with a supplier/s for the supply and delivery of line rescue equipment and associated equipment. Line rescue software equipment across Fire and Emergency is nearing end of life. Replacing this equipment is essential to maintain staff and patient safety during a rescue. Replacement and end of life equipment includes rope and software such as harnesses, webbing and slings. The Technical specifications of equipment and the standard or range of standards some items of equipment are required to meet is outlined in Appendix 1 Technical Specification Standards of the RFP. A separate response for Technical Specifications will be required to be completed clearly identifying which standard the relevant item of equipment you are offering meets.",Awarded,,0,20250410 Fire and Emergency New Zealand,28667173,Request for Proposals,Open Competition,Whangarei Heads Upgrade,3679,20240109,20240208,20240724,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP relates to the purchase of construction services to provide fit-for-purpose facilities that provide a safe working environment for our volunteers and resilient emergency response capabilities to the Whangarei Heads Community. The proposal includes the construction of an extension to the Appliance Bay to meet bulk and form requirements of the Fire and Emergency Station Design Requirements to IL4. This alteration will provide a separated transitional locker area and will require an upgrade to the ablution area to provide Access and Facilities for Persons with Disabilities and Means of Escape from Fire in compliance with Sections 112-118 of the New Zealand Building Act 2004. The supplier engaged is required to: hold a current LBP certificate, have experience in delivering projects to IL4 standards, have the capability to manage council inspection requirements, provide monthly progress reports, engage, and manage sub-trades, meet all health and safety requirements, and deliver all completion documentation including any warranties, guarantees, producer statements etc.",Awarded,,0,20250410 Fire and Emergency New Zealand,28698162,Request for Proposals,Closed Competition,Software Reseller and Software Asset Management Services,3408,20240117,20240213,20240614,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking a software reseller for the purchase of Microsoft and other off the shelf software products. We are also seeking a Software Asset Management (SAM) service provider that will optimise our use of software licenses and public cloud usage. We are interested in proposals from suppliers that can provide one or both Services. We are looking to engage service provider/s that can help achieve the following goals: Reduction in cost of software to the business Ease of fulfilment of business requests for software Compliance with software licenses Proactive advice on software maintenance and/or subscription renewals. The Software Asset Management service provider will need to provide a SAM tool as part of their service. The software reseller must be a Licensing Solution Partner (LSP) under the New Zealand Government Microsoft Cloud, Software and Services Agreement (MCSSA) and be able to provide reseller services for other off the shelf software.",Awarded,"Spark has been awarded both the Software Reseller and the Software Asset Management contracts as a result of this RFP. We thank all suppliers that submitted responses to our tender. Debrief reports have been sent to all respondents.",0,20250410 Fire and Emergency New Zealand,28698622,Request for Proposals,Open Competition,Accommodation and Meal Services for Learning and Development,3650,20240117,20240215,20240327,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is looking for suppliers to provide accommodation and meals for trainees and trainers attending courses in the following training locations, accommodation is to be located reasonably closely to each of the training sites: Auckland Rotorua Christchurch Nelson Course attendees require somewhere safe, quiet, and comfortable to stay while participating in the training courses. Nutritious meals are required with variability of offering during the length of stay. New Contracts are required to be in place by 1st July 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,28702465,Request for Proposals,Open Competition,Provision of Chemical protective splash suits and Fully encapsulating gas-tight gas suits,3576,20240123,20240223,20241018,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand wish to engage a supplier to supply and distribute chemical resistant liquid-tight splash suits and fully encapsulating gas-tight gas suits. Suits will need to meet mandatory standard requirements, and specific technical requirements. Suppliers are provided with the option of submitting suit options that are disposable and or reusable, response documents will request which of the following options responses relate to. 1. liquid tight splash suits disposable and / or reusable 2. fully encapsulated gas-tight gas suits disposable and / or reusable 3. or all of the above. An online supplier briefing will be available on 31 January 2024 at 10am, to register for this briefing please use the question facility in GETS, providing name and email address of attendees.",Awarded,,0,20250410 Fire and Emergency New Zealand,29075590,Request for Proposals,Open Competition,Replacement of Automated External Defibrillators (AEDs),3368,20240322,20240514,20241115,Fire and Emergency New Zealand,Sole Agency,No,,"It is important that we keep our responders equipped with modern AEDs for the treatment of patients of all ages. Fire and Emergency require: supply of two bulk purchases of new reliable fit for purpose replacement AED units that meet our essential requirements and are suitable for first response and co-response incidents the ability to purchase training AEDs and one-off purchases on an as required basis in special circumstances ensure ongoing supply of corresponding Original Equipment Manufacturer (OEM) consumables and batteries establish and maintain a close and effective working relationship with the supplier(s) adequate service and technical support from the supplier(s) including: o provision of any AED Operator Manuals and special/unique-to-type user familiarisation material (e.g. paper based manual, video, compact disk). o fault finding, diagnosis and repair, and warranty support.",Awarded,Following an open competitive tender. The ongoing supply of AEDs to Fire and Emergency has been awarded to Pharmaco NZ ltd (NZBN 9429040898773) on 15 November 2024. The contract term is 5+2+1.,5000000,20250410 Fire and Emergency New Zealand,29076780,Request for Proposals,Open Competition,Secure Email Gateway,3806,20240322,20240422,20240704,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency are seeking proposals for a fully managed Secure Email Gateway solution (SEG). The SEG will integrate with Fire and Emergencys existing email processes including Exchange Online and SEEMail and will provide the first line of defence against email attack vectors. Fire and Emergency require a single supplier to provision and manage a SEG for their Microsoft Exchange Online service. This must be provided as a Software as a Service (SaaS) solution that is includes 24/7/365 technical support. Given the nature of the organisation and the fluctuating volunteer head count, flexible pricing options are being sought. Fire and Emergency is also interested in exploring potential value-add, innovative ideas or processes that may be of benefit now or in the future.",Awarded,,0,20250410 Fire and Emergency New Zealand,29136842,Request for Proposals,Closed Competition,Evacuation Schemes Phase Three Testing Services,,20240403,20240417,20240506,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency have invested in the Digital Workflow Management Platform, PEGA. One of many applications sitting on this platform is the Evacuation Schemes. This is a public facing and an internally used system. It is used by a range of people and business areas within Fire and Emergency and the New Zealand public. Evacuation Schemes went live in August 2023. As the application has been used by the business and customers, issues have appeared in the system, resulting in poor user experience and a significant increase in turnaround times for the business. In response to this feedback there is a high priority project underway to implement enhancements to the current application and make technological improvements. To meet the demands of delivery timelines, along with ensuring quality delivery to provide the business maximum value of investment, there is a need to engage in a testing partner to deliver the testing outcomes of the Evacuation Schemes Phase Three. We are looking for a trusted partner to deliver testing. A partner with proven experience working under an agile methodology and able to hit the ground running to provide early value within the project. This will be an outcomes-based engagement including test management services and test analysis and execution services. The test phases in scope for these services are business validation testing (system testing/business system testing/business process testing), system integration testing, user acceptance testing, operational acceptance testing, end-to-end testing, and regression testing.",Awarded,,330000,20250410 Fire and Emergency New Zealand,29145613,Request for Proposals,Closed Competition,Enterprise Integration Platform Roadmap and Support,3857,20240404,20240502,20240724,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking a supplier that can deliver ongoing technical support and integration maintenance services for our existing business critical Enterprise Integration Platform (Platform) as well as be a strategic partner that is capable of developing and implementing a strategy and roadmap to migrate point to point integrations to our Platform. This will ensure that our Platform remains current and has the ability to scale and evolve with Fire and Emergencys future requirements. We are looking to engage a supplier that can help us achieve the following goals: establishment of a mature and enduring support model that ensures the stability, reliability, and currency of our existing Platform efficient, managed, and cost-effective change within the Platform environment putting in place an integration strategy and roadmap for our Platform an active capability uplift plan that realises the Platform strategy and roadmap.",Awarded,This contract has been awarded to IntegrationWorks.,0,20250410 Fire and Emergency New Zealand,29213950,Request for Proposals,Closed Competition,Awhina Support & Enhancements,3966,20240415,20240510,20240627,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency are seeking a support partner from within the existing Digital Workflow Management Platform (Awhina) Panel of suppliers to provide operational support of the Awhina Platform, and to undertake development work for feature enhancement on existing production applications. We require this support to be in place for a period of one year.",Awarded,,0,20250410 Fire and Emergency New Zealand,29244900,Request for Proposals,Closed Competition,Application Support (IBM),3776,20240418,20240516,20240701,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency needs a right sized support approach for Cognos Analytics, Planning Analytics, QUBEdocs, and Motio. We have plans to replace the critical systems that are currently integrated with Cognos and to move to Power BI as a longer-term strategy. Cognos will continue to be used in the medium-term, because of its integration with critical Fire and Emergency applications. This closed tender opportunity is for a supplier to provide support and maintenance services for our IBM related software products. We expect 24/7/365 technical support and maintenance. We expect the Successful Respondent to provide incident response capabilities, a Service Level Agreement (SLA) that meets our requirements, and an appropriate service model structure.",Awarded,,0,20250410 Fire and Emergency New Zealand,29325691,Request for Proposals,Open Competition,Supply of Level 2 Structural Personal Protective Clothing (PPC) and Associated Logistics Services,3775,20240502,20240620,20241213,Fire and Emergency New Zealand,Sole Agency,No,,"This RFP is looking to source a supplier(s) that has the capacity and capability to supply fit-for-purpose Level 2 Structural PPC and Associated Logistics Services. The key outcomes this procurement seeks to meet are Fire and Emergency: - and the New Zealand public will have a Level 2 Structural PPC solution which is reliable,?resilient, fit for purpose?and provides public value, - will have an improved laundering, repair (including alterations), maintenance, asset management and associated logistics services and processes?which enhance the end-user experience, - will have a solution that is inclusive of diverse gender (based on anthropometric design) and cultural needs and promotes a sense of belonging?for all people, - will have easy access to information which will allow the right person at the right time to identify emerging?trends, opportunities for improvement and support the requirement for ongoing Level 2 Structural PPC innovation, and - will have an up-to-date and consistent asset management framework that ensures all Level 2 Structural PPC are accounted for, including location and user and meet all appropriate operational standards and?are fit-for-purpose. Fire and Emergencys strong preference is to have one contract delivering all products and services in scope of this RFP. If this is not the case our expectation is that the Successful Supplier(s) for each part of this RFP can provide a complete service offering (provision of all main deliverables in full) that meets or exceeds the requirements laid out in this RFP. Each supplier must demonstrate a clear commitment to work with other suppliers to provide a seamless service to Fire and Emergency that does not undermine the integrity of the Level 2 Structural PPC and the efficiency and effectiveness of the Associated Logistics Services. Fire and Emergency will consider joint venture and/or consortium Proposals where one party is the clear lead.",Awarded,,0,20250410 Fire and Emergency New Zealand,29363040,Request for Proposals,Open Competition,Post Fire Incident Management Kit,3862,20240509,20240607,20240905,Fire and Emergency New Zealand,Sole Agency,No,,"The Carcinogen Control Project aims to minimise this impact and protect our personnel against the risks, by providing decontamination equipment to brigades utilising BA. The equipment being sought in this procurement will form part of a Post Fire Incident Management Kit that will be distributed to the 445 fire stations attending live fires and equipped with BA. The kit will be used as part of the decontamination process that aims at protecting firefighters between wearing or before leaving the incident ground. The equipment required that will make up part of the decontamination kits includes: a low-flow particulate suppression hose a bag to carry the kit cone covers to mark the different steps of the post-fire decontamination model. Fire and Emergency is seeking one or more suppliers to provide the required goods. Suppliers can choose to respond to any, or all, of the product streams.",Awarded,"AH Covers has been awarded this contract for the supply of Cone Covers and Kit Bags NZ Safety Blackwoods has been awarded this contract for the supply of Hose.",0,20250410 Fire and Emergency New Zealand,29377049,Request for Proposals,Closed Competition,Cloud Support Services,3756,20240510,20240610,20241204,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking a provider that can deliver technical guidance and level 3 support capabilities for our Azure cloud services. The provider will need to integrate with our existing Azure cloud support capabilities and supporting processes. We also expect the provider to supply named resources with significant experience and expertise in delivering Azure cloud-based solutions that leverage a variety of Azure cloud services, including Azure PaaS.We are looking to engage a provider that can help us achieve the following goals: Establishment of a mature and enduring, integrated support model that ensures the stability, reliability and currency of our Azure cloud services. Advice and guidance as needed for our internal Azure cloud support team and Azure cloud-related change initiatives. A provider that will actively help us uplift our internal Azure cloud support capabilities. A provider that can adapt over time to provide higher value services as we increase our internal Azure cloud support capability.",Awarded,,0,20250410 Fire and Emergency New Zealand,29659259,Request for Tenders,Closed Competition,Extruded lay flat hose with and without New Zealand Instantaneous Couplings and Lay Flat Forestry Hose with and without Quick Connect Couplings,2558,20240626,20240730,20241126,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand has a panel of hose and hose reel tubing suppliers under NP2588 Equipment Capability Provider Panel. The panel has established a group of suppliers capable of meeting our minimum lay flat hose, suction hose, and hose reel tubing requirements. Under the terms of this arrangement, we are required to conduct a secondary procurement process with all supplier panel members in the subcategories identified below for our specific hose 2024/25 to 2031/32 requirements. Extruded lay flat hose with New Zealand Instantaneous (NZI) Couplings. Lay flat Forestry Hose with Quick Connect (QC) Couplings. The key objective of this procurement is to purchase the Fire and Emergency bulk annual order for general replacement of lay flat extruded and forestry hose for the 2024/25 financial year.",Awarded,,0,20250410 Fire and Emergency New Zealand,29694656,Request for Tenders,Open Competition,Fleet Maintenance and Repairs for Gisborne / Tairawhiti,4034,20240704,20240809,20241202,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking to establish one or more supply contracts for the provision of heavy vehicle fleet maintenance services for the Gisborne / Tairawhiti area to ensure that: our appliances (fire engines or fire trucks) are always operational ready to respond to the needs of our community fire appliance servicing is completed to a high quality, in a timely manner and at competitive prices Fire and Emergency and the supplier(s) establish and maintain a close and effective working relationship the vehicle maintenance services are provided to Fire and Emergency in this area under a clear and transparent accountability framework. An information session will be held at Gisborne Fire Station on 18th July at 1pm. Please email sourcing@fireandemergency.nz to confirm a place at the Information Session no later than 10am 16 July 24. Please include the names and positions of the people who will be attending. Fire and Emergency would like an indication of possible respondents to this RFP. You are asked to advise Fire and Emergency if you intend to respond by emailing us at sourcing@fireandemergency.nz with 4034 Fleet Maintenance and Repairs Gisborne / Tairawhiti as the subject, by noon 2 August 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,29749666,Request for Proposals,Closed Competition,Service Blueprint for PSN,4122,20240710,20240731,20241025,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency are seeking a supplier to develop a service blueprint that displays the entire process of service delivery, by listing all the activities that happen at each stage, performed by the different roles involved. The service blueprint is a diagram/ map that visualizes a service offering accurately. It provides a clear picture of the service process to those who are involved in service production as well as service consumption. The blueprint is expected to include visualisation of relationships between roles, processes, and physical and digital touchpoints required to support PSN within Fire and Emergency. The blueprint is required to list all operational teams and required steps to deliver operational services across the ICT functions underpinning PSN outcomes. The successful Respondent will develop a service blueprint and then assist us and our operational support partners to embed the approved service blueprint.",Awarded,,0,20250410 Fire and Emergency New Zealand,29854732,Request for Proposals,Open Competition,Napier Fire Station - District Office Roof Replacement,4048,20240729,20240826,20241011,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a construction supplier to carry out works at the District Office located at Napier fire station to provide a fit for purpose facility by replacing the roof. The plans, specifications and reports that form part of this RFP provide the detail on whats required, below is an overview of the scope of works thats to be included. replace all roofing on the District Office remove internal gutters and re-pitch roof to a minimum of 3 degrees. new spouting and down pipes. The fire station beside the District Office will remain operational for the duration of the project works. The successful supplier will liaise with our Project Manager and brigade leadership team to ensure a mutually agreeable project plan is formulated and maintained, enabling the project to flow seamlessly while minimising the disturbance to brigade operation.",Awarded,,0,20250410 Fire and Emergency New Zealand,29876883,Request for Proposals,Open Competition,Fleet Maintenance and Repairs for Wellington,3992,20240731,20240829,20241122,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking to establish a supply contract for the provision of fleet maintenance services for the Wellington area to ensure that: - our appliances are always operational ready to respond to the needs of our community - fire appliance servicing is completed to a high quality, in a timely manner and at competitive prices - Fire and Emergency and the supplier(s) establish and maintain a close and effective working relationship - the vehicle maintenance services are provided to Fire and Emergency in this area under a clear and transparent accountability framework. An information session will be held at Avalon Fire Station on the 8th August at 10am. Please email sourcing@fireandemergency.nz to confirm a place at the Information Session no later than 10am 6th August 2024. Please include the names and positions of the people who will be attending. Fire and Emergency would like an indication of possible respondents to this RFP. You are asked to advise Fire and Emergency if you intend to respond by emailing us at sourcing@fireandemergency.nz with 3992 Fleet Maintenance and Repairs Wellington as the subject by noon 21 August 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,29881133,Request for Proposals,Open Competition,Fleet Maintenance and Repairs for Taranaki,3968,20240731,20240829,20241219,Fire and Emergency New Zealand,Sole Agency,No,,"Broadly, Fire and Emergency is seeking to establish one or more supply contracts for the provision of fleet maintenance services for the Taranaki area to ensure that: our appliances are always operational ready to respond to the needs of our community fire appliance servicing is completed to a high quality, in a timely manner and at competitive prices Fire and Emergency and the supplier(s) establish and maintain a close and effective working relationship the vehicle maintenance services are provided to Fire and Emergency in this area under a clear and transparent accountability framework.",Awarded,,0,20250410 Fire and Emergency New Zealand,29962326,Request for Proposals,Open Competition,Training Centre Catering Rotorua,4019,20240814,20240913,20241220,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency New Zealand is looking for an experienced supplier to provide morning and afternoon teas as required and nutritious cooked and packed lunched, prepared off-site for serving buffet-style at our two onsite cafeterias for trainees and trainers attending courses at our National Training Centre in Rotorua. All food is prepared offsite and delivered daily to the National Training Centre. There is an expectation that the supplier is available to cater between 24 - 100 lunches daily (seven days a week). Fire and Emergency would like an indication of possible respondents to this RFP. You are asked to advise Fire and Emergency if you intend to respond by emailing us at sourcing@fireandemergency.nz with 4019 Training Centre Catering Rotorua as the subject by noon 28 August 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,30007218,Request for Proposals,Open Competition,Patient Care and Transfer,3871,20240823,20240920,20241119,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency wish to engage a supplier for the ongoing supply and distribute of patient care and transfer equipment across New Zealand. This includes rescue basket stretchers and ancillary parts and accessories for patient medical stabilisation, rescue, triage, extrication from scene and transfer to ambulance as part of Fire and Emergencys rescue operations in the pre-hospital care setting. You are asked to advise Fire and Emergency if you intend to respond by returning the Notice of Intention to Respond form to sourcing@fireandemergency.nz by 10 Sept 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,30100276,Request for Proposals,Open Competition,Drawer design and installation for utility vehicles,4131,20240830,20241002,20241029,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency wish to provide Fire and Emergency Commanders Association (FECA) with a stowage solution to the wellside utility vehicles (utes) used by Group Managers, District Managers and Community Risk Managers (Managers), for those that want them. This stowage solution is required to improve safety, maximize space, and keep equipment secure, organised, and easy to reach. A two-draw solution is the preferred option so that dirty items can be kept separate from clean items. Managers currently drive a variety of wellside utes that range from Toyota Hilux Double Cab Wellside to Ford Ranger. Solutions should be designed to fit in any current common brand double ute so they can be transferrable and adaptable to suit all current and future Ute models.",Awarded,,0,20250410 Fire and Emergency New Zealand,30123060,Request for Proposals,Open Competition,Fleet Maintenance and Repairs for Bay of Plenty,4033,20240905,20241004,20250115,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking to establish a supply contract for the provision of fleet maintenance services for the Bay of Plenty area to ensure that: - our appliances are always operational ready to respond to the needs of our community - fire appliance servicing is completed to a high quality, in a timely manner and at competitive prices - Fire and Emergency and the supplier(s) establish and maintain a close and effective working relationship - the vehicle maintenance services are provided to Fire and Emergency in this area under a clear and transparent accountability framework. An information session will be held at the Tauranga Service Centre (25 Ke Ahi Rise, Tauriko, Tauranga 3110) on the 12th of September at 10am. Please email sourcing@fireandemergency.nz to confirm a place at the Information Session no later than 4pm 9th of September 2024. Please include the names and positions of the people who will be attending. Fire and Emergency would like an indication of possible respondents to this RFP. You are asked to advise Fire and Emergency if you intend to respond by emailing us at sourcing@fireandemergency.nz with 4033 Fleet Maintenance and Repairs Bay of Plenty as the subject by 4:00pm 25 September 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,30170392,Request for Proposals,Open Competition,Fire Permitting System,3967,20240911,20241017,20241216,Fire and Emergency New Zealand,Sole Agency,No,,"The Fire Permitting System (FPS) is how Fire and Emergency manage the setting of fire seasons and the safe use of fire across the country. The Fire Permitting System is used by the public to apply for fire permits, and by Fire and Emergency to manage fire seasons, fire permits, and fire activations. The system has links, via APIs, sending information to our fire communications centres, Check it's alright public information website, NIWA weather website, and more. Our current system is no longer fit for purpose, and we are seeking a new solution. We are seeking a cloud-based solution that is easily configurable, scalable and flexible. It needs to be intuitive, easy to use, GIS interactive, and be able to easily link to other systems and websites. We want a supplier that is keen to work with us to produce a fit for purpose new solution. A supplier that is passionate about providing a solution that will give the people of New Zealand a great customer experience. One that will save us and end users time and encourage the public to engage with Fire and Emergency to remain fire permit compliant. We want a supplier that is motivated by helping us meet our obligations to reduce the incidence and consequences of unwanted fire.",Not Awarded,"Due to the larger than anticipated interest in this opportunity, the procurement process was revised to accommodate the high number of responses expected. The process was amended to make it a two-stage process. Stage one (this tender) encompassed evaluation of a subset of the original RFP response documents including commercial constructs, contract annotations, detailed responses to both functional requirements and non-functional requirements, and pricing. The outcome of Stage one was selection of a shortlist of Respondents that will proceed to Stage two, where formal proposals and demonstrations/presentations will be used to determine the Preferred Respondent who will proceed to contract.",0,20250410 Fire and Emergency New Zealand,30247183,Request for Proposals,Open Competition,Fleet Maintenance and Repairs for Hawkes Bay,4167,20240924,20241022,20241223,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency is seeking to establish one or more supply contracts for the provision of heavy vehicle fleet maintenance services for the Hawkes Bay area to ensure that: our fire appliances (fire engines or fire trucks) are always operational ready to respond to the needs of our community fire appliance servicing is completed to a high quality, in a timely manner and at competitive prices Fire and Emergency and the supplier(s) establish and maintain a close and effective working relationship the vehicle maintenance services are provided to Fire and Emergency in this area under a clear and transparent accountability framework. An information session will be held at Napier Fire Station on 2 October at 10am. Please email sourcing@fireandemergency.nz to confirm a place at the Information Session no later than 10am 30 September 2024. Please include the names and positions of the people who will be attending. Fire and Emergency would like an indication of possible respondents to this RFP. You are asked to advise Fire and Emergency if you intend to respond by emailing us at sourcing@fireandemergency.nz with 4167 Fleet Maintenance and Repairs Hawkes Bay as the subject by noon 11 October 2024.",Awarded,,0,20250410 Fire and Emergency New Zealand,30323212,Request for Proposals,Open Competition,Luggate Fire Station,4152,20241004,20241031,20241204,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a construction supplier to upgrade and strengthen the Luggate Fire Station with the goal to ensure that the Brigade can effectively maintain operational readiness and efficiently respond to emergencies, by providing adequate decontamination facilities, PPE Storage, all gender accessible ablutions, training room for incident debriefings and seismic strengthening compliant with the New Zealand building code. To register for a site visit at 1pm on 10th October contact Ben.Bringans@fireandemergency.nz or call 027 225 9251. Please note: this email is not to be used for any other purpose than registering for a site visit.",Awarded,,0,20250410 Fire and Emergency New Zealand,30343250,Request for Proposals,Open Competition,Invoice Data Capture Services,4036,20241007,20241105,20250214,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency are seeking a supplier of invoice data capture services, including invoice scanning, invoice data scraping, and eInvoicing services. We are looking to engage a supplier to provide highly efficient, effective, and accurate services at a cost that represents good value for money.",Awarded,,0,20250410 Fire and Emergency New Zealand,30484867,Request for Proposals,Closed Competition,Testing Services Partner,4030,20241025,20241119,20250306,,Sole Agency,No,,"Fire and Emergency NZ are seeking proposals from suppliers with experience and capability to provide a range of testing services. The purpose of this RFP is to appoint one or more suppliers to fulfil testing services alongside the existing internal testing team. Testing services will be across all ICT projects and applications, from frontline critical applications such as Station Management System (SMS), to backend Human Resources (HR), finance and the levy system. The nature of the testing work will involve project and Business as Usual (BAU) activity across the large depth and breadth of our technology stack.",Awarded,,0,20250410 Fire and Emergency New Zealand,30519819,Request for Proposals,Open Competition,Cust Fire Station Refurbishment,4169,20241030,20241126,20241213,Fire and Emergency New Zealand,Sole Agency,No,"273 Otaki Gorge Road, Otaki","We wish to engage a construction supplier to carry out works at Cust Fire Station, 1683 Cust Road, Cust to provide a fit for purpose facility for the Cust Fire Station brigade and community. The Cust Fire Station requires roof and internal membrane gutter replacement. The internal membrane gutters and roof are now 30 years old, and at the end of their useful life. The fire station also requires strengthening the connection between the pre-cast panels and steel truss rafter in the appliance bay. It also identified additional steel portals are needed to strengthen the appliance bay door opening.",Awarded,,0,20250410 Fire and Emergency New Zealand,30676434,Request for Proposals,Open Competition,Tikitiki and Te Araroa Fire Stations,4148,20241120,20250131,20250402,Fire and Emergency New Zealand,Sole Agency,No,,"We wish to engage a construction supplier to carry out works at Tikitiki Fire Station (9 Rangitukia Road) and Te Araroa Fire Station (51 Pohutu Road). Both fire stations require seismic strengthening work and Te Araroa also requires a partial re-roof. Suppliers can bid for one or both of the individual stations, individual response forms are to be completed. Both stations will remain operational during the required works, as such responses need to include how suppliers will ensure that there is no hindrance for the fire appliances attending call outs. To register for the site visit for both stations, please contact Paul Kilsby on Paul.Kilsby@fireandemergency and 027 207 0711. Please note: this contact is not to be used for any other purpose than registering for a site visit.",Awarded,,0,20250410 Fire and Emergency New Zealand,30764897,Award Notice,Open Competition,Equipment and Logistics Support to Marlborough/Nelson region,4202,20241014,20241108,20241127,Fire and Emergency New Zealand,Sole Agency,No,,"Fire and Emergency has awarded Rural Fire Network Limited (NZBN9429037778439) a contract to provide Equipment and Logistics support in the form of managing, maintaining, testing, servicing and/or repairing equipment to the Nelson/Marlborough area. The contract was awarded on 30th November 2024 for a term of 3 years. This was a direct source procurement process where Government Procurement Rule 14.9.c (i) was applied. The exemption was justified in that: The supplier, over a period of time, developed intimate knowledge of a complex system being Fire and Emergencys operational equipment Asset Management System (AMS) and Asset Management Information Systems (AMIS) and its asset management maintenance, repair, test and certification standards/system (RD5) that Fire and Emergency can reasonably claim that other suppliers would not have a similar level of readily available knowledge. the supplier has essential, highly specialised expertise, technology, qualifications, and skills that are not otherwise available in the region (particularly access to a hose drying tower which is essential to meet Fire and Emergency hose maintenance requirements and standards).",Awarded,"Fire and Emergency has awarded Rural Fire Network Limited (NZBN9429037778439) a contract to provide Equipment and Logistics support in the form of managing, maintaining, testing, servicing and/or repairing equipment to the Nelson/Marlborough area. The contract was awarded on 27th November 2024 for a term of 3 years. This was a direct source procurement process where Government Procurement Rule 14.9.c (i) was applied. The exemption was justified in that: The supplier, over a period of time, developed intimate knowledge of a complex system being Fire and Emergencys operational equipment Asset Management System (AMS) and Asset Management Information Systems (AMIS) and its asset management maintenance, repair, test and certification standards/system (RD5) that Fire and Emergency can reasonably claim that other suppliers would not have a similar level of readily available knowledge. the supplier has essential, highly specialised expertise, technology, qualifications, and skills that are not otherwise available in the region (particularly access to a hose drying tower which is essential to meet Fire and Emergency hose maintenance requirements and standards).",0,20250410 Genesis Energy Ltd,21081733,Request for Proposals,Open Competition,RFP for the Provision of Asbestos Management Surveys,GE-CT19-076,20190705,20190724,20191122,,Sole Agency,No,,"Genesis is seeking to identify and contract a preferred supplier for conducting asbestos management surveys for our sites, as part of our obligations under the Health and Safety at Work Act 2015 and associated regulations. Genesis is looking for appropriately qualified suppliers with the breadth of capacity and capability to complete surveys on our sites in the North and South Islands.",Awarded,,0,20250410 Genesis Energy Ltd,22500993,Request for Proposals,Closed Competition,"Request for Proposals for Genesis Energy Corporate Office Fitout - 155 Fanshawe St, Auckland City",GE-CT20-006,20200406,20200429,20200831,,Sole Agency,No,,"Genesis Energy is looking for credible providers who have the capability, experience and infrastructure to lead the delivery of the construction of our new 3,600m2 fitout project. You need to have a good track record in the management and implementation of fitout projects and effective networks and strong relationships within the construction industry. For your information: 1 - The proposed contract has not been included in the original pack but will be released as an addendum to respondents within the next week 2 - Drawings are accessible via dropbox link embedded in the RFP document 3 - The architectural drawings and the service drawings are not coordinated. The architectural drawings show toilets on levels 5 and 6 and the service drawings are yet to be updated accordingly. Please provide pricing on the basis of the architectural drawings.",Awarded,,0,20250410 Genesis Energy Ltd,22807666,Request for Proposals,Open Competition,Genesis LPG Team Uniform Refresh,GE-CT20-070,20200612,20200710,20210112,,Sole Agency,No,,"Genesis Energy is committed to providing a safe and healthy working environment for its employees, contractors and visitors. This includes the provision of all necessary equipment and clothing to enable Genesis employees to carry out their work duties in a safe manner. The Genesis LPG Team have had the same staff uniform for a number of years and are now seeking a supplier who can provide an updated and refreshed LPG Team staff uniform that meets health and safety/compliance regulations and is comfortable, durable and ethically sourced. We have 28 LPG depots, agents and delivery contractors across New Zealand and approximately 100 LPG staff members. We want our LPG Team to be proud to wear our logo, be safe, look good and feel comfortable.",Awarded,,0,20250410 Genesis Energy Ltd,23010592,Request for Proposals,Closed Competition,Project Waka - Bulk LPG Road Transport RFP,GE-CT20-033,20200723,20200819,20210325,,Sole Agency,No,,"Following the Registration of Interest (ROI) for Bulk LPG Road transport, shortlisted respondents are invited to respond to this Request for Proposal (RFP). We are seeking a safe, effective and cost competitive solution for Bulk LPG road transportation in New Zealand.",Awarded,,0,20250410 Genesis Energy Ltd,23273834,Request for Proposals,Closed Competition,Request for Proposal for Unmanned Tunnel Inspections,GE-CT20-091,20200921,20201106,20210708,,Sole Agency,No,,"Unmanned Tunnel Inspections is an initiative that aims to undertake periodic inspections of our concrete lined hydro tunnels without having people enter the tunnel. Genesis is seeking proposals from parties with capabilities to build or deploy existing technology capable of undertaking unmanned inspections of flooded tunnels. A solution with a range of 3km will enable inspection of tunnels up to 6km in cases where access is possible at both ends. Genesis is looking for credible providers who have the capability, experience and innovative thinking to work with us for the best possible outcome. They need a good track record in similar inspections or transferable examples of overcoming substantial challenges.",Awarded,,0,20250410 Genesis Energy Ltd,24111859,Request for Proposals,Open Competition,Tongariro Scheme Grounds Maintenance & Cleaning,GE-CT20-135,20210405,20210430,20220120,,Sole Agency,No,,"Genesis is looking for capable suppliers to provide grounds maintenance, cleaning services and aqueduct cleaning and maintenance to locations across the scheme. Respondents can submit for any or all of the grounds maintenance, the general cleaning or aqueduct cleaning activities.",Not Awarded,,0,20250410 Genesis Energy Ltd,24259093,Request for Proposals,Open Competition,Corporate & LPG Sites Cleaning Services,GE-CT21-093,20210526,20210625,20220120,,Sole Agency,No,,"This procurement relates to the delivery of cleaning services across Genesis corporate and LPG sites. The corporate sites include the offices in Auckland, Hamilton and Christchurch while the LPG sites are located across the nation. The purpose of this RFP is to test the market for these services as well as identify any opportunities to consolidate services where available. Genesis is looking for capable suppliers to provide cleaning services at the living wage to Genesis corporate and LPG sites across New Zealand. Respondents can submit for any number of sites included in the scope of this RFP.",Not Awarded,,0,20250410 Genesis Energy Ltd,24544627,Request for Proposals,Open Competition,Rangipo Sluice Steel Protection RFP,GE-CT21-131,20210722,20210924,20211223,,Sole Agency,No,,"This RFP relates to the repair and steel protection of the Rangipo Dam Sluice Basin to enhance the structural integrity and protect the basin from further impact for a 20-year design life. Genesis Energy are looking to engage credible civil contractors that can meet all technical specifications and will provide a cost effective solution without compromising the safety aspects of the required construction works.",Awarded,,0,20250410 Genesis Energy Ltd,24734816,Request for Proposals,Closed Competition,Piripaua Head Gate Refurbishment Design,GE-CT21-170,20210830,20210924,20211020,,Sole Agency,No,,Genesis is seeking to engage a consultant to carry out a design review of the current head gate installation and complete a detailed design of both Piripaua G4 and G5 components with the aim of having an identical and optimized design for both units.,Not Awarded,,0,20250410 Genesis Energy Ltd,24823721,Request for Proposals,Open Competition,Tongariro Power Scheme Erosion Repair & Protection,GE-CT21-163,20210916,20211026,20211217,,Sole Agency,No,,"Wairehu Canal and Moawhango Reservoir, located at the Tongariro Power Scheme, require erosion repair and protection. Genesis are looking for credible contractors that can meet all technical specifications and will provide a cost-effective solution without compromising the quality and safety aspects of the required construction works. It is important to us that we engage with a supplier who has previous proven experiences working in similar environments and has the ability to manage the risk, quality and safety of this project in a highly professional manner.",Awarded,,0,20250410 Genesis Energy Ltd,24932581,Request for Proposals,Closed Competition,Powerhouse Detailed Seismic Assessments,GE-CT21-177,20211013,20211119,20211217,,Sole Agency,No,,Genesis has a portfolio of powerhouses across its hydro and thermal generation sites. This package of work is to undertake Detailed Seismic Assessments (DSAs) for 4 selected powerhouses and identify potential remedial concepts if required to meet performance criteria.,Not Awarded,,0,20250410 Genesis Energy Ltd,25325963,Request for Proposals,Closed Competition,Gas Detection for LPG Depots RFP,GE-CT21-239,20220125,20220211,20220401,,Sole Agency,No,,"Genesis Energy are seeking a provider to design, supply and install fixed gas detection systems at 10 of our LPG Depots across New Zealand that will detect a loss of containment during filling operation or from the reticulation piping. The scope will include a common leak detection philosophy across the 10 LPG depots which can also be applied to additional depots in the future. Detection methods must be tied to executive functions that will isolate and minimise any gas escapes (i.e. close relevant valves automatically) and connect to a dialler system. You can either submit your RFP responses here, or email it directly to porscha.mcindoe@genesisenergy.co.nz Thank you",Awarded,,0,20250410 Genesis Energy Ltd,26001023,Request for Proposals,Open Competition,RFP - Piripaua Penstock Coating,GE-CT22-075,20220708,20220810,20221021,,Sole Agency,No,,"Piripaua Power Station is the lower development of the Waikaremoana Hydro Scheme in the North Island of New Zealand. The aim of this Penstock Coating Project is to restore penstock service reliability for the next 20+ years of operation before the next major maintenance project will be undertaken. Genesis requires an appropriately experienced provider to work collaboratively to develop the Owners Requirements and detailed project planning, and ultimately the repairs to the coating.",Awarded,,0,20250410 Genesis Energy Ltd,27465991,Request for Proposals,Open Competition,Occupational Health Services Provider,GE-CT22-144,20230823,20230922,20231201,,Sole Agency,No,,"Genesis Energy is looking for a supplier that can provide professional and experienced occupational health services. The services include but are not limited to pre-employment medicals, health monitoring services and health checks, exit medicals, functional capacity assessments, physio and massage support, drug and alcohol screening, vaccinations, and workstation assessments. As an occupational health provider, you will be helping us enhance our health management, injury and illness prevention programme for our people across a range of roles and locations",Awarded,,0,20250410 Genesis Energy Ltd,28008757,Request for Proposals,Open Competition,Request for Proposal for Battery and DC Systems,GE-CT23-103,20230901,20231020,20231201,,Sole Agency,No,,"Genesis operates with over one hundred direct current (DC) systems, chargers and battery banks that supply safety critical plant when mains supply is lost. Replacement projects are required across all the Genesis power schemes over the next decade. We require a DC focused organisation/s to procure, organise manage these projects in a way that provides Genesis with the confidence to achieve the outcomes stated in this RFP. With this in mind, we are looking for experienced firms who understand these needs and have a proven track record in the management and implementation of these types of works. There will be a focus on obtaining quality products that not only fit the needs of our power schemes but have the life and durability required for these environments. Genesis is open to new and innovative products but due to the criticality of these systems these will be carefully scrutinised on a case-by-case basis. For clarity we are not seeking any information or responses related to the supply and installation of grid scale batteries as part of this RFP.",Awarded,,0,20250410 Genesis Energy Ltd,30206618,Request for Proposals,Open Competition,Huntly Station 230v Battery and Charger Replacement RFP,GE-CT24-100,20240917,20241018,20250224,,Sole Agency,No,,"This RFP relates to the replacement of the station 230v DC system at Huntly Power Station including supply and installation of new switchboards, chargers, batteries and associated equipment at the site to ensure reliability of this critical backup systems. Genesis Energy have undertaken a condition-based assessment of this system and it was identified the chargers and batteries are at the end of serviceable life. In addition to the batteries and the chargers, Genesis Energy require the replacement of the DC main and distribution boards as part of installation works due to their age and safety rating.",Not Awarded,,0,20250410 Gisborne District Council,20239419,Request for Proposals,Open Competition,Professional Services Engineering Panel,,20181003,20181102,20191016,,Sole Agency,No,,Tairawhiti Roads is seeking professional consultant proposals from suitably qualified and experienced engineering consultancy firms to join an Engineering Services Panel. The panel will be established to support the ongoing planning and delivery of Gisborne District Councils Regional Land Transport Plan (2018-2028) (RLTP) and Provincial Growth Fund (PGF) projects 2018-2023.The combined value of the RLTP and the PGF investment is in excess of $242m.,Not Awarded,Various consultants have qualified to become part of the Transport Professional Services supplier panel.,0,20250410 Gisborne District Council,20354261,Request for Quotations,Closed Competition,Inner Harbour Redevelopment - Phase 2,,20181101,20181130,20211116,,Sole Agency,No,,"The Gisborne District Council (Council) in partnership with Eastland Port are seeking to redevelop the Inner Harbour area as part of the Tairawhiti Navigations Project. Phase One of the Inner Harbour redevelopment is complete, and this contract covers Phase Two. The aim of this Request for Quotes (RFQ) is to identify suitable contractors who can deliver the Contract Works on time. As part of a selective tender process, contractors will be invited to submit a tender at the end of October 2018. Please note that the Schedule of Quantities and Basis of Payment will be provided in a Notice to Tenderer by close of business Monday 5 November 2018.",Not Awarded,This contract was not awarded due to price.,0,20250410 Gisborne District Council,20380791,Request for Quotations,Closed Competition,1000 Year Walkway,,20181106,20181127,20211116,,Sole Agency,No,,"The Department of Conservation along with Gisborne District Council (Council) are seeking to connect the Cook Landing Site to Titirangi via the 1000 Year Walkway. This will be built alongside the transformation of the Cooks Landing Memorial site as part of the Tairawhiti Navigations Project. The aim of this Request for Quotes (RFQ) is to identify suitable contractors who can deliver the Contract Works on time. As part of an Early Contractor Involvement (ECI) selective tender process, contractors will be invited to submit a tender end of November 2018. Deliverables for the site include the construction of the 1000 Year Walkway over Kaiti Beach Road. Construction will commence according to the Contractors proposed programme and needs to be completed by August 2019 in time for Te Ha 1769 Sestercentennial Commemorations and the national 250th First Encounter events.",Not Awarded,This contract was not awarded at the time due to price and other factors.,0,20250410 Gisborne District Council,20780924,Request for Proposals,Open Competition,4 Waters Professional Services Engineering Panel,,20190227,20190327,20191217,,Sole Agency,No,,,Awarded,The tender submissions were evaluated using the Quality Price methodology. The basis of the evaluation was undertaken in accordance with the procedure detailed in the tender documents and procurement standards.,0,20250410 Gisborne District Council,20956964,Request for Quotations,Open Competition,Titirangi Observatory and Knoll Demolition and Enabling Works,,20190417,20190520,20200116,,Sole Agency,No,,We are seeking a competent construction contractor that will develop a solid methodology for the demolition of the observatory and cut down of the non-engineered knoll its sits upon. The successful respondent will be experienced in working around buildings of historical significance and sensitivities.,Awarded,,242309,20250410 Gisborne District Council,21083970,Request for Tenders,Open Competition,Mangaoporo No. 2 Bridge HPMV Strengthening,,20190527,20190621,20190719,,Sole Agency,No,,"Gisborne District Council has identified Mangaoporo No. 2 Bridge as needing strengthening and repair in the Gisborne region in order to allow High Productivity Motor Vehicles (HMPVs) to cross over it. This contract is for the HPMV strengthening of Mangaoporo No. 2 Bridge at RP 6.86 on Mangaoporo Road within the Gisborne District. All work is to be completed in accordance with the industry standards, the supplied specification and designs shown on the drawings.",Awarded,,654508,20250410 Gisborne District Council,21103072,Request for Tenders,Open Competition,Routine Bridge Maintenance 2019,,20190606,20190628,20200224,,Sole Agency,No,,"This contract is for a range of activities required as part of the routine maintenance of the bridges specified within the Gisborne District. Gisborne District Council has identified numerous activities that need to take place on different bridges across the region to help maintain the integrity of the bridge and its associated components and ensure that all bridges are as safe as possible to all network users. The contract specific objective is to carry out the maintenance work that has been identified as a result of a GDC inspection of the aforementioned bridges. All work completed is to be done so in accordance with the industry standards, the supplied specification and designs at the locations specified.",Awarded,,372600,20250410 Gisborne District Council,21113788,Request for Tenders,Open Competition,Gaddums Hill Road Retaining Wall and Pavement Repair,,20190605,20190717,20191115,,Sole Agency,No,,"This contract is for the renewal of the following retaining walls within the Gisborne District. ? RP 0.775 Gaddums Hill Road Retaining wall. ? RP 0.95 Gaddums Hill Road drainage and pavement improvement. Council has identified the following needs for the retaining wall ? RP 0.775 Gaddums Hill Road requires the removal of an existing shallow timber retaining wall and the installation of a new retaining wall to support the edge of the road. ? RP 0.95 Gaddums Hill Road-improvement to drainage and installation of new section of pavement. All work is to be completed in accordance with the industry standards, the supplied specification and designs shown on the drawings.",Awarded,Tenders evaluated using lowest price confirming method and in accordance with section B.5 of the RFT documents.,121950,20250410 Gisborne District Council,21123006,Request for Quotations,Open Competition,Gisborne Wastewater Treatment Plant Upgrade - Phase 1,,20190607,20190705,20191217,,Sole Agency,No,,"Gisbornes wastewater currently undergoes fine screening and biological treatment in a trickling filter prior to discharge, along with the separately screened industrial flows, to the marine outfall. Solids grown in the trickling filter are not currently removed from discharge. Gisborne District Council is looking for an experienced engineering business to develop the detailed design for Phase 1 of the Gisborne wastewater treatment plant upgrade to provide solids clarification, solids handling and UV disinfection. This is required to comply with the water quality standards specified in the applicable resource consent conditions. Phase 1 scope is divided into two parts: Part 1 Preliminary design Part 2 Detailed design and development of tender documents Phase 2 refers to the future works to reduce or remove flows from the outfall and is not part of this RFQ. Whilst it is expected that the successful tenderer will also be required to provide technical support to Council through the Phase 1 Tender and Construction phases, Council is not seeking quotations which cover the full life of the project. Please note in the RFQ Item 2.10 ""Other tender documents"" that Items 2.10.4 Pricing Schedule and 2.10.23, 2.10.24 and 2.10.25 will be provided early next week in Notice to Tenderers No. 1.",Not Awarded,This RFx was superseded by RFx 21260319.,0,20250410 Gisborne District Council,21260319,Request for Quotations,Open Competition,Gisborne Wastewater Treatment Plant Upgrade - Phase 1,,20190712,20190717,20191115,,Sole Agency,No,,"Gisbornes wastewater currently undergoes fine screening and biological treatment in a trickling filter prior to discharge, along with the separately screened industrial flows, to the marine outfall. Solids grown in the trickling filter are not currently removed from discharge. Gisborne District Council is looking for an experienced engineering business to develop the detailed design for Phase 1 of the Gisborne wastewater treatment plant upgrade to provide solids clarification, solids handling and UV disinfection. This is required to comply with the water quality standards specified in the applicable resource consent conditions. Phase 1 scope is divided into two parts: Part 1 Preliminary design Part 2 Detailed design and development of tender documents Phase 2 refers to the future works to reduce or remove flows from the outfall and is not part of this RFQ. Whilst it is expected that the successful tenderer will also be required to provide technical support to Council through the Phase 1 Tender and Construction phases, Council is not seeking quotations which cover the full life of the project. Please note in the RFQ Item 2.10 ""Other tender documents"" that Items 2.10.4 Pricing Schedule and 2.10.23, 2.10.24 and 2.10.25 will be provided early next week in Notice to Tenderers No. 1.",Awarded,Tenders evaluated using the weighted attribute (weighted score) model. Price was a weighted criterion. Suppliers had to meet all the pre-conditions before consideration for evaluation purposes.,1645197,20250410 Gisborne District Council,21487350,Request for Quotations,Closed Competition,Wastewater Interceptor Laser Profiling,,20190826,20190904,20191016,,Sole Agency,No,,"There are approximately 1500m of wastewater interceptor mains in Gisbornes wastewater network that need to be renewed during the 2019/20 financial year. Gisborne District Council will be seeking contractors to design liners fit for purpose to extend the useful life of the assets for at least a further 50 years and successfully install the liners before June 2020. As part of developing a comprehensive set of design specifications and performance criteria to provide the contractors to inform their design, Council is seeking a contractor to undertakelaser profiling of the assets to collect survey data and create pipeline reports that include fault measurements and records of internal pipeline features. Council is looking for the best value for money and require the work to be completed as soon as possible. The contractor needs to provide a work programme indicating how and when the work will be delivered and be accountable for it.",Awarded,,56346,20250410 Gisborne District Council,21681778,Request for Tenders,Open Competition,Rutene Road Stormwater Upgrade,,20190927,20191018,20191115,,Sole Agency,No,,"Gisborne District Council is looking for a contractor to supply and install stormwater pipes of various materials and sizes, construct manholes and inlet structures and an outlet structure along Rutene Road, Gisborne. This work is to improve the capacity of the Rutene Road stormwater system to reduce the likelihood of flooding of the surrounding area. Tender responses are sought from contractors with appropriate experience, a good track record delivering similar projects for regional and local authorities, and current capacity to deliver the works on time and within budget. The upgrade programme is staged over three financial years with this tender being for the construction of the first stage, due for completion before July 2020. The contract commencement date for stage 1 is anticipated to be around mid-November 2019, subject to acceptance and approval of qualifying tender responses. See Site Visit Instructions below.",Awarded,Evaluated using Lowest Price Conforming to Pre-Conditions. Price within allocated project budget.,1579202,20250410 Gisborne District Council,21745137,Request for Tenders,Open Competition,Aorangiwai Bridge Repairs Physical Works 2019/20,,20191008,20191030,20191122,,Sole Agency,No,,"Suitably qualified Contractors are invited to tender for this Gisborne District Council contract. The contract works include clearing of failed abutment retaining, construction of new tied back retaining comprising piles and precast concrete infill panels, abutment fill reinstatement, and construction of concrete scour protection, as described fully in the tender documents.",Awarded,,476026,20250410 Gisborne District Council,21922541,Request for Tenders,Open Competition,Tansley Road Drain Retaining Wall 2019,,20191111,20191202,20200129,,Sole Agency,No,634 Wainui Road,"The scope of the work includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT) requiring removal of existing timber pole wall, construction of timber pole wall and stabilization of the slope above the wall.",Awarded,,605734,20250410 Gisborne District Council,22088509,Request for Proposals,Open Competition,TR19-25 Footpath Renewals 2019/20,,20191213,20200131,20200414,,Sole Agency,No,,"The goal of the Footpath Renewals 2019/20 project is to improve safety and condition of footpaths in the Gisborne region. We are seeking a contractor with the experience and capability to carry out the footpath construction and maintenance work according to the specifications provided and in a timely manner. Contractors and subcontractors must be SHE pre-qualified and Traffic Management certified. The ability to ensure a safe work environment at all times and timely delivery in both construction work and reporting are a must. Delivery within the agreed budget is critical. This is a valuable opportunity to establish a track record of working with the Gisborne District Council and to play an important role in improving the footpaths in the Gisborne Region. The Gisborne District Council owns a total of 228 footpath kilometres. Please generate questions via the GETS portal in the first instance but our point of contact is as below.",Awarded,,165962,20250410 Gisborne District Council,22124277,Request for Proposals,Closed Competition,Contract 19-19 Wastewater Interceptor Mains Renewals and Rehabilitation,,20191220,20200124,20200525,,Sole Agency,No,,"There are approximately 1700m of critical wastewater assets in Gisbornes wastewater network that need to be renewed during the 2019/20 financial year. Gisborne District Council is seeking contractors to design liners fit for purpose to extend the useful life of the assets with at least a further 50 years and successfully install the liners before June 2020. An estimated $1.3million for the design, tendering, MSQA and construction has been allocated to this programme for the 2019/20 financial year, with a similar amount (including escalation) committed annually for the next 9 years. This project aligns with the Annual Plan Strategy and budget has been approved for it. Please direct any questions via the GETS portal in the first instance.",Awarded,,911905,20250410 Gisborne District Council,22126817,Request for Tenders,Open Competition,"TR19-23 Pavement Improvements Aerodrome Road, Gisborne",,20191220,20200207,20200414,,Sole Agency,No,,"This contract is for the pavement improvement of Aerodrome Road, Gisborne. Refer to the Aspire Consulting Engineers drawings for extent of works. The upgrade work for the project includes but is not limited to, key items of work: - Pavement widening and reconstruction - Construction of footpath - Stormwater management improvements It is to be noted that resource consent for this project (TR19-23) has not yet been granted and any outcomes from the consent decision that may influence the contract works will be detailed in a Notice to Tenderer (NTT) as soon as practicable. Contractors must be SHE prequalified or demonstrate that they can become SHE prequalified before start of works. Please direct questions through the GETS portal in the first instance except in regard to note below. NOTE: If you would like to consider an alternative tender option and require the topo survey information, please contact Lennon Wiltshire at Civil Project Solutions, Ph 027 849 5931 or email Lennon@civilprojects.co.nz",Awarded,,2470850,20250410 Gisborne District Council,22182684,Request for Tenders,Open Competition,TR19-45a Kopuawhakapata Stream Culvert,,20200116,20200205,20200414,,Sole Agency,No,,"This contract is for the construction of retaining walls and a concrete maintenance pad at the Kopuawhakapata Stream Culvert that runs beneath Hirini Street in Kaiti, Gisborne. The Gisborne District Council has identified the following objectives for the contract: Construction of new sheetpile retaining wall to act as wingwalls beside existing culvert; Construction of new precast concrete headwall on top of existing culvert; Construction of a new concrete maintenance pad to make maintenance/clearing of culvert inlet easier for maintenance staff; Protection of the existing culvert, wingwalls, headwall and surrounding services throughout construction; Tie-in with surrounding area and the works already completed as part of the Rakaiatane Road upgrades and improve amenity of the area. No work may be carried out within the stream bed after 1 May 2020. Absolutely no extension will be granted for works in the stream bed after this date.",Awarded,,298431,20250410 Gisborne District Council,22271362,Request for Tenders,Open Competition,TR18-26a Potae Ave to Nelson Rd Link - Culvert Replacement,,20200205,20200221,20200406,,Sole Agency,No,,"This contract is for the replacement of a 1200mm dia RC pipe culvert with a 3m x 1m RC box culvert, stream bank regrading, pavement reinstatement and swale drain formation on Hapara Stream between Potae Avenue. and Nelson Road, Gisborne. All work is to be completed in accordance with the industry standards, the supplied specification and designs shown on the drawings.",Awarded,,212800,20250410 Gisborne District Council,22329947,Request for Proposals,Open Competition,TR19-38 School Safety Improvements 2019/20,,20200220,20200312,20200406,,Sole Agency,No,,"The School Safety Improvements project aims to enhance the level of safety on the roads at Makauri, Te Hapara, Wainui and Rere Schools in the Gisborne district by improving road crossings, parking areas, road signage and line marking, road pavement and ancillary works such as new footpaths. The successful supplier will need to demonstrate best practices in Health & Safety, Traffic Management and Quality Assurance. They need to have a good track record in the management and implementation of pavement, road signage, line marking and footpaths, as well as effective management to mitigate safety risks. The supplier will need to carry out works outside drop-off and pick-up school times. Contractors and subcontractors working on Councils assets and/or supplying services to Council or on behalf of Council, must be or able to be prequalified via SHE Software NZ Limited.",Awarded,,199338,20250410 Gisborne District Council,22373063,Request for Proposals,Open Competition,19-31 DrainWise: Steele Road Stormwater Improvements,,20200227,20200323,20200525,,Sole Agency,No,,"There is approximately 290 m stormwater drains composed of pipes and swales that are required to be constructed for improving stormwater drainage inside private properties in Outer Kaiti, Gisborne. Gisborne District Council (Council), will be seeking contractors to successfully implement the physical works before 31 May 2020. Please refer to the pre-conditions (section 3 of the RfP).",Awarded,,171346,20250410 Gisborne District Council,22392134,Request for Tenders,Open Competition,19-30 Onepoto Bay Drainage Flume Replacement,,20200303,20200323,20200525,,Sole Agency,No,,"There are two timber drainage flumes at Onepoto, Hicks Bay that need replacing. The replacement design consists of four 1.0m high timber retaining walls. Please note that tenderers can either upload their tenders to the GETS portal or email tenders to Kay.Hansen@gdc.govt.nz prior to 4pm on Monday 23 March 2020. The approximate value is $150,000. A Word version of the forms to be filled in is also attached.",Not Awarded,"Tenders for this contract were also accepted outside the GETS portal. Contract was awarded to Pete Burgess Contracting Ltd for $146,416. Notification letters sent.",0,20250410 Gisborne District Council,22500736,Request for Proposals,Open Competition,Contract 20-01 : Waipaoa Stopbank Improvements - Rivermouth to Railway Bridge,,20200401,20200610,20200724,,Sole Agency,No,,"The aim of this project is to increase the level of flood protection provided by the Waipaoa stopbanks up to a 100 year return period accounting for climate change effects out to 2090. Simply put bulk earthworks are required to raise and widen the existing Waipaoa stopbanks to improve their resilience against flood events. One large diameter concrete culvert (1.8m dia) and the associated floodgate and inlet structures also needs to be renewed as part of the stopbank improvement work. The proposed work is located approximately between the Waipaoa Rivermouth and the KiwiRail Railway Bridge (eastern side of Waipaoa River), following approximately 1.8km of existing stopbank. The soil material for this work will be sourced from Council owned berm land located on the river side of the stopbanks. The designated borrow area is located at the upstream end of the project. The soil volumes required to be compacted in place for this contract is estimated to be around 22,900 m3. The Contract Works Period to complete the work is 12 weeks.",Awarded,,431876,20250410 Gisborne District Council,22528308,Request for Tenders,Open Competition,Contract TR19-52 Valley Road Footpath - Shelley Rd to Massey Rd,,20200408,20200508,20200724,,Sole Agency,No,,"This contract is for the installation of a new footpath on Valley Road between Shelley Rd and Massey Rd. Valley Road has been identified as needing a footpath to improve safety for pedestrians travelling on Valley Road. All work is to be completed in accordance with the industry standards, the supplied specification and designs shown on the drawings. The possession date of 1 July 2020 may be delayed due to Covid-19 Alert Levels. Please direct any questions to the contact below through the GETS portal.",Awarded,,292257,20250410 Gisborne District Council,22588461,Request for Tenders,Open Competition,Contract 19-24 Tauwhatinui Dam Sediment Removal,,20200429,20200520,20200724,,Sole Agency,No,,"This contract is for the removal of 33,000 m3 of accumulated sediment from the flood control reservoir of the Tauwhatinui Dam, along with associated restoration works on the Dam spillway and outlet. The dam is located on farmland situated at the end of Williams Road, near Muriwai about 20 minutes south of Gisborne City. The dam is approximately two kilometres from State Highway 2. The contractor shall plan and undertake each activity to ensure works are undertaken to permit continuous use of the farm road by the property owner. Works shall also be undertaken in dry conditions to avoid the need for time-intensive sediment drying activities. Please direct questions in the first instance via the GETS portal or to the contact below.",Awarded,,567089,20250410 Gisborne District Council,23006474,Request for Proposals,Open Competition,20-03 Lytton Road Wastewater Pipeline Renewals (Trenchless),,20200723,20200817,20200901,,Sole Agency,No,,"There are approximately 560m of wastewater pipe assets in Gisbornes wastewater network that need addressing as part of the Gisborne District Councils (Council) programme to renew and rehabilitate existing and aging underground wastewater assets. The Council is seeking experienced and skilled contractors to design liners fit for purpose to extend the useful life of these assets with at least a further 50 years and successfully install the liners before 16 November 2020. All contractors and subcontractors who conduct work for, or on behalf of Council, should be prequalified via SHE Software Ltd. SHE conducts an independent review of the H&S systems and after evaluation, contractors will gain an approved status. Contractors who are not currently pre-qualified through this scheme should go to the SHE Website or via the GDC website so that they can apply online to start the process.",Awarded,,399928,20250410 Gisborne District Council,23069467,Request for Tenders,Open Competition,TR20-27 East Cape Road Rock Protection Works,,20200805,20200904,20210202,,Sole Agency,No,,"This contract is for the construction of revetment sections along East Cape Road at sites RP2.0 and RP3.42 in order to mitigate erosion. The work includes but is not limited to: Provision of required erosion and sediment control measures Traffic Management Temporary access structures (if required) Removal of debris and trimming of vegetation along the foreshore Earthworks Construction of rock protection works including drainage and road guard rails Topsoiling, planting and reestablishment of temporary works areas to their original condition. SHE-qualification is a requirement, otherwise the tender will not be considered. NOTE: The works are still pending funding approval which is expected to be received by the end of August. However, there is no guarantee that funding will be available to complete the works. Funding may only be received for up to 3 months after tender closure and we request that the preferred contractor would be able to hold the pricing until then.",Not Awarded,Contract to be retendered.,0,20250410 Gisborne District Council,23236484,Request for Proposals,Open Competition,20-07 Wastewater Pipeline Renewals 20/21 - Trenchless,,20200907,20201006,20201022,,Sole Agency,No,,"There are approximately 1.9 km of wastewater pipe assets in Gisbornes wastewater network that need addressing as part of the Gisborne District Councils programme to renew and rehabilitate existing and aging underground wastewater assets. An additional 310m of pipelines are to be inspected as part of this Contract in order to better understand the need for renewal. This is an open tender where the only pre-condition is to be SHE pre-qualified prior the contract award.",Awarded,,0,20250410 Gisborne District Council,23245009,Request for Tenders,Closed Competition,TR19-61 Retaining Wall Maintenance 2020/21,,20200908,20201005,20210205,,Sole Agency,No,,"This contract is for the maintenance of the following retaining walls within the Gisborne District: RW239 - Matokitoki Valley Road RW336 - Tikapa Road RW350 - Mata Road RW385 - Whakarau Road Resource consent is currently being sought for the subject works and construction will only commence once resource consent has been granted. The only pre-condition is to be SHE pre-qualified prior the contract award.",Awarded,,170531,20250410 Gisborne District Council,23283392,Request for Tenders,Open Competition,TR18-26B Potae Ave to Nelson Rd - Link Road Construction,,20200914,20201005,20201105,,Sole Agency,No,,"This contract is for the construction of a new road and footpath linking Potae Avenue and Nelson Road. The Contractor shall plan and undertake each activity to ensure works are undertaken to permit continuous water, sewer and stormwater connection. Restrictions: Unhindered access to Emergency Services, pedestrians, residents and their vehicles to be maintained at all times. The work will be carried out in 3 stages to maintain access to both Sonrise School and Sonrise Pre-school. Suppliers need to provide evidence of prequalification of SHE and Construct Safe.",Awarded,,1292743,20250410 Gisborne District Council,23348160,Request for Tenders,Open Competition,TR19-51 Wainui Footpath,,20200924,20201015,20201120,,Sole Agency,No,,"This contract is for the construction of a shared two way cycleway on road (State Highway 35) between Endcliffe Road and Crawford Road in Gisborne. A specific objective of the work is to improve the safety of pedestrians and cyclists along the Wainui Road corridor with the expectation of producing shared paths and bidirectional cycleways of high quality and fit for purpose. Note B.1.2 Qualifications in Section B Instructions for Tendering and in particular SHE and Construct Safe prequalification. Please direct questions via the GETS portal in the first instance.",Awarded,,469285,20250410 Gisborne District Council,23351418,Request for Proposals,Closed Competition,20-08 RFP Early Works - Main Contractor Service,,20200925,20201016,20201222,,Sole Agency,No,,RFP documentation for Early Works Main Contractor.,Awarded,,1637891,20250410 Gisborne District Council,23381502,Request for Proposals,Closed Competition,20-11 East Coast Aquifers Exploratory Project - Hikuwai-Uawa Catchment Zone,,20201015,20201103,20210219,,Sole Agency,No,,"The East Coast Aquifer Exploration Project is aimed to gather information and to extend our current understanding of the quality and quantity of the aquifers in the Uawa-Hikuwai Catchment. The undertaking of the project will enable the characterisation of the aquifer system through pump test analysis, water quality sampling, and logging the lithology of subsurface conditions of the Uawa-Hikuwai Catchment. Gisborne District Council (GDC) seeks to procure the services of an experienced drilling company to undertake exploratory drilling in the Uawa-Hikuwai catchment (Tolaga Bay, East Coast). Please direct questions to GETS in the first instance. All responses to questions will be through GETS",Awarded,,280000,20250410 Gisborne District Council,23427207,Request for Quotations,Open Competition,20-17 Oval Reserve Sportsfield Irrigation,,20201009,20201106,20210126,,Sole Agency,No,,"This RFQ seeks supply and installation of a new automatic irrigation system for two rugby fields and a training field at Oval Reserve preferably prior to Christmas 2020. This includes a new booster pump and transfer pump with associated cabinets and new power connection. In addition to this, six 30,000 litre and one 5,000 litre tanks are to be installed for water collection and harvesting. The successful contractor is to supply and deliver a completed, commissioned, fully functional system which conforms to the design and performance criteria in all respects as well as warranty support as part of the contract price. The design incorporates a block design sprinkler system, with zone layout as shown on the plan for the sports field. Any tenderers wishing to offer alternative systems must first submit a conforming tender. The Oval can be accessed from Roebuck Road, Stanley Road and Anzac Street.",Awarded,,206419,20250410 Gisborne District Council,23585529,Request for Proposals,Open Competition,TR20-22 School Safety Improvements 2020-21,,20201109,20201207,20201218,,Sole Agency,No,,"This project aims to enhance the level of safety on the road at Mangapapa School, Rua Street, Gisborne, by improving the road crossings, parking areas, road signage, line marking, footpath, and road pavement. The supplier will need to carry out the bulk of the works during the School holidays, i.e. from Monday 14 December 2020 to Friday, 5 February 2021, and outside drop-off and pick-up school times during the School Term. The adjacent Kindergarten starts back on 25 January 2021. This will need to be considered when writing the management plans and during the construction phase.",Awarded,,223857,20250410 Gisborne District Council,23600700,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Quantity Surveying Consultancy Services,,20201111,20201209,20210406,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Quantity Surveying Consultancy Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions via the GETS portal in the first instance.",Awarded,,0,20250410 Gisborne District Council,23600869,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Structural Peer Review,,20201111,20201209,20210401,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Structural Peer Review Consultant Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions via the GETS portal in the first instance.",Not Awarded,"Gisborne District Council has decided that the tender exercise for this package has been cancelled and no contract will be awarded. A fresh tender exercise may be undertaken at a later date, and if this occurs your organization will be invited to tender. We thank you for the interest you have shown in our project and apologise for any inconvenience.",0,20250410 Gisborne District Council,23600971,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Facade Peer Review Consultant,,20201111,20201209,20210401,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Faade Peer Review Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions via the GETS portal in the first instance.",Not Awarded,"Gisborne District Council has decided that the tender exercise for this package has been cancelled and no contract will be awarded. A fresh tender exercise may be undertaken at a later date, and if this occurs your organization will be invited to tender. We thank you for the interest you have shown in our project and apologise for any inconvenience.",0,20250410 Gisborne District Council,23601130,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Geotechnical Consultant,,20201111,20201125,20210401,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Geotechnical Consultancy Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions to the GETS portal in the first instance.",Not Awarded,No submissions received.,0,20250410 Gisborne District Council,23601290,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Civil Consultant,,20201111,20201209,20210401,,Sole Agency,No,,Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Civil Consultant Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope.,Not Awarded,No submissions received.,0,20250410 Gisborne District Council,23601418,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Traffic Engineer Consultant,,20201111,20201209,20210401,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Traffic Engineer Consultany Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions via the GETS portal in the first instance.",Not Awarded,"Gisborne District Council has decided that the tender exercise for this package has been cancelled and no contract will be awarded. A fresh tender exercise may be undertaken at a later date, and if this occurs your organisation will be invited to tender. We thank you for the interest you have shown in our project and apologise for any inconvenience.",0,20250410 Gisborne District Council,23601541,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Landscape Architecture Consultant,,20201111,20201209,20210401,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Landscape Architecture Consultancy Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions via the GETS portal in the first instance.",Not Awarded,"Gisborne District Council has decided that the tender exercise for this package has been cancelled and no contract will be awarded. A fresh tender exercise may be undertaken at a later date, and if this occurs your organization will be invited to tender. We thank you for the interest you have shown in our project and apologise for any inconvenience.",0,20250410 Gisborne District Council,23601648,Request for Proposals,Open Competition,Olympic Pool Redevelopment Project - Planner Services,,20201111,20201209,20210401,,Sole Agency,No,,"Gisborne District Council (Council) is planning to conduct a major redevelopment of the Olympic Pool Complex. The purpose of this Request for Proposals (RfP) is to obtain a proposal for the Planner Services from a Company with the capacity and capability to provide expertise to assist in developing the Olympic Pool Redevelopment full scope. Please submit questions via the GETS portal in the first instance.",Not Awarded,No responses received.,0,20250410 Gisborne District Council,23647123,Request for Tenders,Open Competition,TR19-43B Queens Drive - Titirangi Drive Ascent - One Way,,20201118,20201209,20210126,,Sole Agency,No,,"This contract is to convert Queens Drive and Titirangi Drive to a one-way road with a shared foot / cycle path between Te Poho Rawiri Marae and the Summit of Titirangi. The work involves: Earthworks Swale formation Pavement widening Road markings, RRPM and delineator posts Removal and installation of signage Installation of speed humps Tree and vegetation removal Reinstatement works",Awarded,,325208,20250410 Gisborne District Council,23757774,Request for Tenders,Open Competition,20-14 Taruheru and Turanganui Rivers City Revetment Replacement,,20201210,20210125,20210312,,Sole Agency,No,,"Gisborne District Council has identified the following needs for the City Revetment Taruheru and Turanganui Rivers City Revetment requires the removal of existing timber retaining walls and the installation of new retaining walls including tie backs and anchor piles and various related repairs. The scope of the work is fully described in the Principals Project Requirements in Section B.2, and includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT): Requiring; - Purchase of the timber piles and associated materials - Removal of individual timber pile walls; - Construction of timber pile walls with tie- back and anchor supports ; - Backfill tiebacks and the gap between the new wall and the existing redundant wall; - Miscellaneous works including capping rails, filter cloth replacement, rock riprap and concrete repairs wherever required.",Awarded,,322901,20250410 Gisborne District Council,23805859,Request for Tenders,Open Competition,TR20-29A Mangarua Bridge and Wharekiri 2 Bridge Repairs,,20210111,20210210,20210324,,Sole Agency,No,,This contract is for the remedial works at Mangarua Bridge located north-west of Ruatoria on Tapuaeroa Road and Wharekiri 2 Bridge located between Gisborne and Tolaga Bay on Wharekiri Road. The works include construction and repairs of scour protection and bank stabilisation including riprap and soil nails.,Awarded,,709727,20250410 Gisborne District Council,23827400,Request for Tenders,Open Competition,TR20-29B Mangaroa Bridge No. 1 and Murphy's Bridge Rock Riprap Repairs,,20210111,20210210,20210324,,Sole Agency,No,,This contract is for the remedial works at Mangaroa Bridge No. 1 and Murphys Bridge located north-west of Anaura Bay on Waiau Road and Murphys Road respectively. The works include construction of a riprap scour blanket and gabion basket repairs.,Awarded,,156064,20250410 Gisborne District Council,23827548,Request for Tenders,Open Competition,TR20-29C RFT Pauariki Bridge Repairs by Sheet Pile Construction,,20210111,20210210,20210324,,Sole Agency,No,,This contract is for the remedial works at Pauariki Bridge located south-west of Tokomaru Bay on Hikuwai Road. The works include construction of 13m of sheet pile wall and drainage.,Awarded,,285105,20250410 Gisborne District Council,23831416,Request for Quotations,Open Competition,21-01 Waingake Wilding Pine Control Autumn 2021,,20210111,20210128,20210311,,Sole Agency,No,"15 Fitzherbert Street, Gisborne","We are seeking a solution that will provide effective control of the initial flush of wilding pines (Pinus radiata) which are emerging amongst the former commercial forestry cutover at Gisborne District Councils Waingake blocks. Control may be by: hand-pulling, or with loppers and/or silky saws followed by application of a glyphosate-based paste. We also require the removal of invasive weeds, purple ragwort/holly-leafed senecio (Senecio glastifolius), pampas (Cortaderia selloana), and banana passionfruit (Passiflora tripartita) if seen.",Awarded,,68454,20250410 Gisborne District Council,23975571,Request for Tenders,Open Competition,21-09 Waingake Native Planting Winter 2021,,20210215,20210322,20210616,,Sole Agency,No,"15 Fitzherbert Street, Gisborne","The key objective of this RFT is to engage a suitable supplier to plant designated areas with manuka seedlings, at the designated stems per hectare (SPH) rate. The RFTs proposed outcomes are: 1) Pre-planting land preparation by spot spraying, 2) Planting of up to 65,000 manuka seedlings using appropriate planting methods to maximise seedling survival. 3) Post planting maintenance by release spraying for up to 65,000 manuka seedlings. We believe between one to three post release sprays will be required. We are interested in Tenders to plant manuka in the most timely and labour-efficient ways which will ensure the highest seedling survival rates in the long-term, and therefore quickly establish a continuous canopy over the areas.",Awarded,,109000,20250410 Gisborne District Council,24047810,Request for Proposals,Open Competition,21-12 Fox St Reserve MTB Carpark,,20210303,20210325,20210420,,Sole Agency,No,,"The project is the construction of a nine bay carparking area adjacent to the entrance of the Fox Street Reserve located at the upper end at Fox Street. It primarily involves earthworks, parking and drainage improvements and fencing work. There are financial constraints so we may need some flexibility when it comes to the final approved scope. Please note that the drawing will be uploaded tomorrow.",Awarded,,136694,20250410 Gisborne District Council,24146938,Request for Proposals,Open Competition,21-19A Mata Road Drainage Maintenance,,20210330,20210416,20210528,,Sole Agency,No,,Request for Proposals for drainage maintenance works on Mata Road (Lower) from RP 5803 to RP 13800; and Mata Road (Upper) RP 1974 to RP 14695; to remove excess material and reform the watertable to promote positive drainage with a minimum crossfall of 5:1 and where it is battered back into the bank a maximum slope of 1:4.,Awarded,,210761,20250410 Gisborne District Council,24179504,Request for Proposals,Open Competition,20-15 Stanford Crescent Stormwater Improvements,,20210407,20210428,20210531,,Sole Agency,No,,Gisborne District Council wants to improve the stormwater management in Stanford Crescent near its intersection with Ballance Street and is seeking contractors to undertake physical works before the end of June 2021. We want Contractors to be capable of replacing existing stormwater infrastructure while managing stormwater services during construction.,Awarded,,128460,20250410 Gisborne District Council,24212223,Request for Tenders,Open Competition,TR20-27 East Cape Road Rock Protection Works,,20210416,20210518,20210610,,Sole Agency,No,,"This contract is for the construction of revetment sections along East Cape Road at sites RP2.0 and RP3.42 in order to mitigate erosion. The work includes but is not limited to: Provision of required erosion and sediment control measures Traffic Management Temporary access structures (if required) Removal of debris and trimming of vegetation along the foreshore Earthworks Construction of rock protection works including drainage and road guard rails Topsoiling, planting and reestablishment of temporary works areas to their original condition. Suppliers need to provide evidence of prequalification of SHE and Construct Safe.",Awarded,,1029976,20250410 Gisborne District Council,24218042,Request for Proposals,Open Competition,21-19B June 2020 Flood Works - Northern Package 2 & 3,,20210419,20210504,20210517,,Sole Agency,No,,"Drainage maintenance works in the Tolaga Bay Region as below: Clear and Shape Water Table Slip Clearing Culvert Clearing Please direct questions through the GETS portal in the first instance.",Awarded,,21745,20250410 Gisborne District Council,24237984,Request for Proposals,Open Competition,21-19C June 2020 Flood Works - Western Package 1,,20210423,20210510,20210528,,Sole Agency,No,,"Drainage maintenance works in the Western Network Region Clear & Shape Water Table Slip Clearing Culvert Clearing Backfill Please direct questions through the GETS portal in the first instance.",Awarded,,90378,20250410 Gisborne District Council,24238023,Request for Proposals,Open Competition,21-19D June 2020 Flood Works - Northern Package 1,,20210423,20210511,20210528,,Sole Agency,No,,"Drainage maintenance works in the Northern Network Region Clear & Shape Water Table Slip Clearing Culvert Clearing Bench and Fill Culvert Replacements Please direct questions through the GETS portal in the first instance.",Awarded,,252941,20250410 Gisborne District Council,24261685,Request for Proposals,Open Competition,21-15 Rutene Road Stormwater Mains Rehabilitation - Trenchless,,20210503,20210517,20210531,,Sole Agency,No,,"There is approximately 610 m of critical stormwater assets in Gisbornes stormwater network that needs to be renewed during the 2020-2021 financial year. Gisborne District Council (Council), will be seeking contractors to design liners fit for purpose to extend the useful life of the assets with at least a further 50 years and successfully install the liners per the Specification.",Awarded,,338988,20250410 Gisborne District Council,24272389,Request for Proposals,Open Competition,21-19E June 2020 Flood Works - Ihungia Road Drainage Maintenance Stage 1,,20210505,20210519,20210601,,Sole Agency,No,,"Drainage Maintenance Works on Ihungia Road from RP 1947 to RP 21738 Clear & Shape Water Table Culvert Clearing",Awarded,,164556,20250410 Gisborne District Council,24435694,Request for Proposals,Open Competition,21-13 Waingake Pest Control,,20210616,20210723,20210809,,Sole Agency,No,"15 Fitzherbert Street, Gisborne","Gisborne District Council (GDC) requires effective ungulate control across three water infrastructure properties at Waingake: the 1650ha Waingake Restoration area, the 1122ha QEII-covenanted Waterworks Bush, and the 424ha Mangapoike Dams area, as well as areas within a 1km buffer zone of these blocks (Figure 1.). For the purposes of this contract these four areas combined will be referred to as the Waingake Ungulate Management Area (WUMA). The key objective of this procurement is the eradication of ungulate pests in order to protect GDCs native tree plantings and foster vigorous natural regeneration of native plant species at Waingake. The 1650ha restoration block is at the heart of the project, however not all the land within this block will be available for ungulate control, with the total area gradually increasing year by year as land is handed back from Councils forestry partner, Juken New Zealand Ltd (JNL).",Awarded,,74600,20250410 Gisborne District Council,24460710,Request for Proposals,Open Competition,21-30 Waingake Transformation Programme - Plant Supply,,20210623,20210716,20210930,,Sole Agency,No,,This request for proposal relates to the purchase of goods and services required for the planting of indigenous mixed plants across approximately 470 hectares of land at Waingake (formerly Pamoa Forest).,Awarded,,1270790,20250410 Gisborne District Council,24464000,Request for Proposals,Open Competition,21-21 Waipaoa Stopbank Improvements (2yr Contract),,20210624,20210728,20210824,,Sole Agency,No,,"The aim of this project is to increase the level of flood protection provided by the Waipaoa stopbanks up to a 100 year return period accounting for climate change effects out to 2090. Bulk earthworks are required to raise and widen the existing Waipaoa stopbanks to improve their resilience against flood events. This 2yr Contract involves undertaking bulk earthworks (approx.300,000 m3) to raise and widen about 17km of the existing Waipaoa stopbank, and including the renewal of existing pipes laid through the stopbank in that area. All the soil material for this work will be sourced from Council-owned berm land located beside the stopbanks. The scope of works also includes the full renewal and replacement of about 25 culverts/pipes laid through the stopbank along the alignment. This Contract spans two construction seasons.",Awarded,,3576789,20250410 Gisborne District Council,24607385,Request for Proposals,Open Competition,Contract 21-25 : Wi Pere Trust Flood Mitigation Works,,20210728,20210901,20211001,,Sole Agency,No,,"This project involves undertaking civil works on Wi Pere Trust Farm (Located on 864 Lavenham Road, approx 15km northwest of Gisborne City) to protect buildings and infrastructure on the farm from flooding effects and to improve drainage of fields after inundation following stopbank overtopping. The scope of work for this contract covers x3 sites on the farm: Area 1 Farm Ringbanking: Approximately 900m of new earthen ringbank is to be constructed around the existing farm buildings off Lavenham Road, including installation of vehicle accessways and drainage infrastructure. Area 2 Irrigation Reservoir Bund : Approximately 640m of bund raising is required along the north and west perimeter of the irrigation reservoir. Area 3 Stopbank Weir : Installation of a new concrete-capped sheetpile weir and wingwall structure in the existing farm field stopbank, and backfilling of weir area with compacted borrow material to reform the stopbank.",Awarded,,822858,20250410 Gisborne District Council,24638569,Request for Tenders,Open Competition,TR19-62 Walker Bridge Approach Replacement Retaining Wall,,20210805,20210915,20211001,,Sole Agency,No,,"The following objectives have been identified for this contract: Reinstatement of wing-wall to support the existing bridge abutment and protect against scour by the Mangareia Stream Reinstatement of road shoulder to pre-existing conditions All works are to ensure that the damaged and deteriorated structures are repaired to a state whereby they continue to support the road All work is to be completed in accordance with industry standards, the supplied specification and construction drawings. Please direct questions through the GETS portal in the first instance.",Awarded,,75696,20250410 Gisborne District Council,24678332,Request for Proposals,Open Competition,21-45 Tairawhiti Resource Recovery Centre Feasibility Study,,20210813,20210917,20210927,,Sole Agency,No,,"Gisborne District Council (GDC) plan to complete a feasibility study to determine the potential to develop a viable and sustainable community Resource Recovery Centre(s) for the Tairawhiti (Gisborne) region. GDC are seeking to contract a qualified and experienced consultant to work with Council, community, iwi, and other interested parties and stakeholders to investigate the feasibility of options and present a recommendation report.",Awarded,,0,20250410 Gisborne District Council,24753202,Request for Proposals,Open Competition,"21-22 Stormwater Improvement - Parkinson Street, Tolaga Bay",,20210901,20210922,20211004,,Sole Agency,No,,"The Gisborne District Council (GDC) is seeking experienced and skilled contractors to undertake the supply and installation of stormwater management infrastructure for the purpose of improving the safety around the open drain and maintain its level of service at the corner of Parkinson Street and Solander Street in Uawa (Tolaga Bay), Gisborne. All contractors and subcontractors who conduct work for, or on behalf of GDC, shall be prequalified via SHE Software Ltd. Contractors who are not currently pre-qualified through this scheme should go to the SHE Website or via the GDC website to apply online to start the process. Please upload any queries to the GETS portal in the first instance.",Awarded,,57108,20250410 Gisborne District Council,24780399,Request for Proposals,Closed Competition,21-59 Enterprise Solution ERP/ECM,,20210909,20211012,20220228,,Sole Agency,No,,"Gisborne District Council (GDC) are looking to procure: ? an Enterprise Solution ? Enterprise Resource Planning (ERP) ? Enterprise Content Management (ECM) The process involves a two-staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) GDC have run the ROI and selected a short list to proceed through to the RFP. This RFP is the next formal phase in this review. The mandatory requirements that have been satisfied in the ROI include: ? the provider must be able to supply both requirements. This can be done through partnerships, but GDC only want to contract with one lead supplier ? the proposed solution is already working, proven and not in development for the requirements ? the solution must meet the Cloud requirements set out in Section 2",Awarded,,3888767,20250410 Gisborne District Council,24786151,Request for Proposals,Open Competition,21-33 Wastewater Renewals 2021/22 - Awapuni Interceptor and CCTV,,20210909,20211007,20211027,,Sole Agency,No,,"Approximately 120m of the wastewater interceptor pipeline near Awapuni, Gisborne, needs remediating as part of the Gisborne District Councils (GDC) programme to renew and rehabilitate existing and aging underground wastewater assets. An additional 382m of pipeline is to be inspected as part of this Contract in order to better understand its existing condition and need for rehabilitating. GDC is seeking experienced and skilled CIPP suppliers to design, supply and install liners in an existing 750mm diameter interceptor to extend the useful life of these assets with at least a further 50 years and successfully install the liners before 31 March 2022 or earlier. Undertake CCTV and condition assessment of 382m of existing interceptors. Two new manholes have been installed to allow for possible change in liner design based on the level of deterioration evident. All suppliers and subcontractors who conduct work for, or on behalf of GDC, should be prequalified via SHE Software Ltd. Suppliers who are not currently pre-qualified through this scheme should go to the SHE Website or via the GDC website so that they can apply online to start the process.",Awarded,,140839,20250410 Gisborne District Council,24791069,Request for Proposals,Closed Competition,21-41 Footpath Renewals 2021/22,,20210910,20211001,20211202,,Sole Agency,No,,"The scope of this Footpath Renewals project is the renewal of footpaths in the Gisborne region. This includes predominantly asphalt work, minor concrete works, kerbing, channel, tree stump and root removal, replacement of CBD pavers, and other ancillary works. The work is to be carried out in the following locations: Bright Street, the corner of Grey Street and Palmerston Road, the corner of Grey Street and Childers Road, and at locations in the CBD as indicated by the engineer. We are seeking a contractor with the experience and capability to carry out the footpath construction work according to the specifications provided and in a timely manner.",Awarded,,124960,20250410 Gisborne District Council,24798327,Request for Proposals,Open Competition,21-17 Mahunga Stream Floodgate Construction,,20210913,20211015,20211116,,Sole Agency,No,,"This project involves the construction of a new floodgate structure in the Mahunga Stream approximately 300m downstream of the existing floodgates at State Highway 2 in Ormond, along with the associated construction of stopbank upgrades to tie into the adjacent stopbank system. The scope of work for this project includes sheetpile and cast-in-situ concrete structural construction, general earthworks and grading, installation of structural appurtenances (railings, walkways, etc.) installation of rock rip-rap stream armouring to stabilize the stream/stopbank, and effective management of flows within Mahunga Stream for the duration of construction. The soil material for this work will be sourced from adjacent Council-owned river berm land located adjacent to the site. The construction of this new floodgate is part of a 10yr construction programme that started in 2019 to increase the level of flood protection provided by the Waipaoa River Flood Control Scheme (65km of earthen stopbanks) up to a 100 year return period accounting for climate change effects out to the year 2090.",Awarded,,1818328,20250410 Gisborne District Council,24839210,Request for Proposals,Closed Competition,21-35 Mahunga Stream Improvements,,20210920,20211018,20211101,,Sole Agency,No,,"Gisborne District Council is seeking an experienced earthworks contractor to construct a riprap rock structure in the bed of the Mahunga Stream. The stream has been undergoing continual erosion and has increased risk to the adjacent stopbank. This is an essential piece of work to reduce the risk of damage to the Waipaoa Flood Control Scheme. The work is to be delivered in the dry summer months of Jan/Feb 2022.",Awarded,,118990,20250410 Gisborne District Council,24892594,Request for Proposals,Closed Competition,21-43 Stormwater Improvements Rutene Road and Maki Street,,20210930,20211022,20211102,,Sole Agency,No,,Gisborne District Council is seeking experienced and skilled contractors to undertake the supply and installation of stormwater management infrastructure for the purpose of improving the safety around the open drain and maintain its level of service at the corner of Rutene Road and Maki Street.,Awarded,,126540,20250410 Gisborne District Council,24909073,Request for Tenders,Closed Competition,21-60 Hikurangi Region Local Road Maintenance 2022-2027,,20211004,20211203,20220307,,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified suppliers to submit a tender for the Hikurangi Region Local Road Maintenance Contract 20222027. Please direct questions to the GETS portal in the first instance.",Awarded,,9804796,20250410 Gisborne District Council,24909465,Request for Tenders,Closed Competition,21-61 Uawa Region Local Road Maintenance 2022-2027,,20211004,20211203,20220307,,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified suppliers to submit a tender for the Uawa Region Local Road Maintenance Contract 20222027 Contract No. 21-61. Please direct questions to the GETS portal in the first instance.",Not Awarded,Awarded to Downer NZ Ltd.,0,20250410 Gisborne District Council,24909686,Request for Tenders,Closed Competition,21-62 Turanga Region Local Road Maintenance 2022-2027,,20211004,20211203,20220307,,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified suppliers to submit a tender for the Turanga Region Local Road Maintenance Contract 20222027 Contract No. 21-62. Please direct questions to the GETS portal in the first instance.",Awarded,,14718440,20250410 Gisborne District Council,24909795,Request for Tenders,Closed Competition,21-63 Waipaoa Region Local Road Maintenance 2022-2027,,20211004,20211203,20220307,,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified suppliers to submit a tender for the Waipaoa Region Local Road Maintenance Contract 20222027 Contract No. 21-63. Please direct questions to the GETS portal in the first instance.",Not Awarded,Contract awarded to Fulton Hogan Ltd.,0,20250410 Gisborne District Council,24909912,Request for Tenders,Closed Competition,21-64 Vegetation Control (Network Wide) 2022-2027,,20211004,20211203,20220307,,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified suppliers to submit a tender for the Vegetation Control Contract (Network Wide) 2022-2027 Contract No. 21-64. Please direct questions to the GETS portal in the first instance.",Awarded,,4081604,20250410 Gisborne District Council,24910114,Request for Tenders,Closed Competition,21-65 Pavement Rehabs and Reseals 2022-2025,,20211011,20211203,20220307,,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified suppliers to submit a tender for the Pavement Rehabs and Reseals Contract 20222025 Contract No. 21-65. Please direct questions to the GETS portal in the first instance.",Awarded,,14740905,20250410 Gisborne District Council,24928815,Request for Proposals,Closed Competition,21-39 Wastewater Pipeline Upgrade - Harris Street,,20211007,20211029,20211105,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the upgrade of the wastewater pipeline in Harris Street. Budget is available through to the end of the financial year but work needs to avoid the Christmas period and winter. Therefore, we dont want a contractor who cannot assure the completion of the physical works by 30 April 2022 with an 8-week contract period from nominated start date. Should the contractor wish to construct this work prior to Christmas it must be completed by 20 December 2021.",Awarded,,170424,20250410 Gisborne District Council,25035868,Request for Tenders,Open Competition,TR19-43C Titirangi Descent One Way System,,20211102,20211124,20220210,,Sole Agency,No,,This contract is for the conversion of the Titirangi Drive Descent to a one-way traffic lane with a dedicated shared cycle and pedestrian lane from the summit to Endcliffe Road.,Awarded,,665678,20250410 Gisborne District Council,25073637,Request for Proposals,Open Competition,21-29 RFP - Resource Consent Technical Advice,,20211110,20211206,20220215,,Sole Agency,No,,"The Gisborne District Council Science Team receives a number of internal requests in relation for Science based technical assessment and recommendations from the GDC Resource Consents Team. Some of these requests cannot be completed by the Science Teams within the required timeframes due to existing work programmes and work priorities. Additionally, we do not hold the technical expertise in-house in some cases. The Science Team will identify which resource consent technical referrals will be allocated to the Technical Advice Panel based on the required technical skills.",Awarded,Value depends on amount of contracts awarded to the suppliers,0,20250410 Gisborne District Council,25089918,Request for Proposals,Open Competition,21-74A July 2020 Flood Event Repairs: Northern-Ruatoria Region,,20211115,20211213,20220110,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the July 2020 Flood Event Repairs - Northern-Ruatoria Region Contract No. 21-74A.. Please direct questions to the GETS portal in the first instance.",Awarded,,441519,20250410 Gisborne District Council,25095496,Request for Proposals,Open Competition,21-74B July 2020 Flood Event Repairs: Mata Region,,20211115,20211213,20220110,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the July 2020 Flood Event Repairs - Mata Region Contract No. 21-74B. Please direct questions to the GETS portal in the first instance.",Awarded,,267738,20250410 Gisborne District Council,25095545,Request for Proposals,Open Competition,21-74C July 2020 Flood Event Repairs: Tauwhareparae-Tolaga Region,,20211115,20211213,20220110,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the July 2020 Flood Event Repairs - Tauwhareparae-Tolaga Region Contract No. 21-74C. Please direct questions to the GETS portal in the first instance.",Awarded,,308377,20250410 Gisborne District Council,25095600,Request for Proposals,Open Competition,21-74D July 2020 Flood Event Repairs: Te Karaka-Rere Region,,20211115,20211213,20220110,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the July 2020 Flood Event Repairs - Te Karaka-Rere Region Contract No. 21-74D. Please direct questions to the GETS portal in the first instance.",Awarded,,101919,20250410 Gisborne District Council,25095659,Request for Proposals,Open Competition,21-74E July 2020 Flood Event Repairs: Waingake-Tiniroto Region,,20211115,20211213,20220110,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the July 2020 Flood Event Repairs - Tiniroto Region Contract No. 21-74E. Please direct questions to the GETS portal in the first instance.",Awarded,,161475,20250410 Gisborne District Council,25131139,Request for Proposals,Closed Competition,21-26 TRMP plan review and Freshwater Planning Professional Services - Phase 1,,20211122,20211209,20220201,,Sole Agency,No,,"The Tairawhiti Resource Management Plan (TRMP) is a single combined planning document that represents all of Gisborne District Councils natural and physical resource management plans under the Resource Management Act 1991 (RMA) our Regional Policy Statement, regional plans and District plan. The TRMP is outdated and must be reviewed to bring it up to date and make it fit for purpose. Council must procure expertise to support the delivery of the TRMP review due to the scale and complexity of the review and level of internal capacity. It will be Councils most significant piece of strategic planning work to date. Council is seeking to establish a small, agile panel of about five to seven suppliers that demonstrates the required skills, expertise and experience we need to effectively complete the workload. An overall budget has been approved to undertake the TRMP review (including delivery of the freshwater planning programme) over the next ten years. Delivery of the freshwater planning programme component is time bound for the end of 2024. Note: this budget will cover consultants, internal resources, and engagement.",Awarded,"Additional supplier were Incite 4sight values will depend on the number of contracts awarded to each supplier.",0,20250410 Gisborne District Council,25137433,Request for Proposals,Closed Competition,21-71 - Northern Bridge Maintenance Contract,,20211122,20211213,20221209,,Sole Agency,No,,This request for proposal (RFP) is issued by Gisborne District Council (GDC) for minor maintenance activities of Northern network bridges inspected by WSP Gisborne.,Not Awarded,,0,20250410 Gisborne District Council,25137605,Request for Proposals,Closed Competition,21-72 - Western Bridge Maintenance Contract,,20211123,20211213,20221209,,Sole Agency,No,,This request for proposal (RFP) is issued by Gisborne District Council (GDC) for minor maintenance activities of Western network bridges inspected by WSP Gisborne.,Not Awarded,,0,20250410 Gisborne District Council,25149631,Request for Proposals,Open Competition,21-34 Wastewater Pipeline Renewals 2021/22 Domestic,,20211123,20211210,20220110,,Sole Agency,No,,"The Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the renewal of existing domestic wastewater pipeline (trenchless). Please follow/copy the link for CCTV footage and log sheets. https://onegdc-my.sharepoint.com/personal/nisha_dahal_gdc_govt_nz/_layouts/15/onedrive.aspx?id=%2Fpersonal%2Fnisha%5Fdahal%5Fgdc%5Fgovt%5Fnz%2FDocuments%2F21%2D34%20Domestic%20pipes",Awarded,,482143,20250410 Gisborne District Council,25219374,Request for Tenders,Open Competition,21-77A East Cape Road Rock Protection (Rock Purchase),,20211208,20220202,20220407,,Sole Agency,No,,"This contract is for the supply and transport of rock to facilitate construction of revetment sections along East Cape Road (ECR) between RP0.9 and RP1.62. Rock supply is nominated by the contractor. Primary contract objectives include: Identify suitable rock supply when considering rock quality against supply and transport costs. Ensure rock supplied meets accepted specification. Supply and transport of rock from quarry to the stockpile locations. The stockpile locations will be one of either: - Awatere Stockpile; or - 1.62 ECR Unload rock when required.",Awarded,,1611640,20250410 Gisborne District Council,25219636,Request for Tenders,Open Competition,21-77B East Cape Road Rock Protection (Rock Purchase),,20211208,20220202,20220930,,Sole Agency,No,,"This contract is for the supply and transport of rock to facilitate construction of revetment sections along East Cape Road (ECR) between RP0.9 and RP1.62. Rock supply is nominated by the contractor. Primary contract objectives include: Identify suitable rock supply when considering rock quality against supply and transport costs. Ensure rock supplied meets accepted specification. Supply and transport of rock from quarry to the stockpile locations. The stockpile locations will be one of either: - Awatere Stockpile; or - 1.62 ECR Unload rock when required Maintain stability and stockpile footprint.",Awarded,,814184,20250410 Gisborne District Council,25221925,Request for Proposals,Open Competition,21-57A Muriwai Water Pipeline Reticulation,,20211208,20220121,20220228,,Sole Agency,No,,"This project involves the supply and installation of a DN125 PE water pipeline from Dunstan Road to Muriwai township (approx. 6km). The pipeline will be located within the existing railway corridor and will cross the Waipaoa bridge (out of scope for this tender) and other small streams. The installation will be a mix of open trenching and trenchless methodology depending on the Respondents capabilities and capacity. GDC is looking for credible respondents who have the capability and experience in this type of work. They will need to have a good track record in undertaking projects of a similar nature. All contractors and subcontractors who conduct work for, or on behalf of Council, should be prequalified via SHE Software Ltd. Please note Site Visit Information.",Awarded,,575901,20250410 Gisborne District Council,25222050,Request for Proposals,Open Competition,21-57B Muriwai Water Pipeline Reticulation - Bridge Crossing,,20211208,20220121,20220406,,Sole Agency,No,,"This project involves the supply and installation of an above ground DN125 ductile iron potable water pipeline (approx. 600m). The pipeline will be located within the existing railway corridor and will cross the Waipaoa bridge and the stopbanks. The water pipeline selected must have the following requirements: - Suitable for drinking supply - Internally and externally coated with low or no maintenance required - Resistant to marine environment GDC is looking for credible respondents who have the capability and experience in this type of work. They will need to have a good track record in undertaking projects of a similar nature including potable water. All contractors and subcontractors who conduct work for, or on behalf of Council, should be prequalified via SHE Software Ltd. Please note Site Visit Information.",Awarded,,238881,20250410 Gisborne District Council,25350714,Request for Tenders,Open Competition,East Cape Road Rock Protection Stage II - Physical Works,21-78,20220128,20220310,20221011,,Sole Agency,No,,"This contracts specific objective is to stabilise sections along East Cape Road between RP0.9 and 1.62 east of Te Araroa. The works are required to mitigate erosion and subsequent undermining of East Cape Road. The physical works include a rock access track, in situ concrete construction and riprap revetment sections. A separate contractor will be engaged to supply and transport rock to one of two stockpiles. Suppliers need to provide evidence of prequalification of SHE and Construct Safe.",Awarded,,4527825,20250410 Gisborne District Council,25406424,Request for Proposals,Closed Competition,"Te Araroa, Tikitiki and Rangitukia Township Upgrades",22-May,20220211,20220307,20220318,,Sole Agency,No,,"The Te Araroa, Tikitiki, and Rangitukia Townships Upgrade project aims to improve the local townships and is part of the ongoing programme upgrading townships around the region. We need a Supplier capable of delivering the work on time, on budget, and as per NZ Construction standards. Safety at all times is a must. This shall include COVID-19 Protocols and Traffic Management CoPPTM Standards. This procurement relates to the delivery of earthworks, footpath construction, park furniture installation as well as some ancillary works. This RFP relates to the purchase of earthworks, pavement, and surfacing, stockpiling, installation of concrete and asphalt footpaths, kerb and channel, timber edging, bark filling, drainage improvements, fencing, and other amenities e.g., bench seats, bike rack, picnic tables, single-bay BBQ, shade sails, hitching rails. The key outcomes that we want to achieve are on-time and on-budget delivery, as well as adherence to the Treaty of Waitangi principles Partnership, Protection, Participation.",Not Awarded,No tender submissions were received.,0,20250410 Gisborne District Council,25437310,Request for Tenders,Open Competition,22-04: Bushy Knoll Road - Anchored Steel Wall,,20220218,20220317,20220411,,Sole Agency,No,,"The Contract is for the construction of a 32m long retaining wall to remediate a failed section of MSE wall: Site clearance Earthworks Retaining wall timber pole and steel UC Wall anchors Drainage Pavement construction Sealing Site reinstatement",Awarded,,785121,20250410 Gisborne District Council,25447307,Request for Proposals,Open Competition,June and July 2020 Flood Event Repairs - Mata - Slope Stabilisation,22-09A,20220222,20220315,20220329,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a Proposal for the June and July 2020 Flood Event Repairs - 22-09A - Mata - Slope Stabilisation contract opportunity. A heavy rain event in June and July 2020 caused damage to the road and drainage infrastructure across Tairawhiti road network. Funding has been made available to undertake repairs and reinstate to prior condition. The information provided with this RFP is based on site assessments between October and December 2021.",Awarded,,959134,20250410 Gisborne District Council,25447764,Request for Proposals,Open Competition,June and July 2020 Flood Event Repairs - North - MSE 2,22-09C,20220222,20220315,20220329,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a Proposal for the June and July 2020 Flood Event Repairs - 22-09C - North - MSE 2 contract opportunity. A heavy rain event in June and July 2020 caused damage to the road and drainage infrastructure across Tairawhiti road network. Funding has been made available to undertake repairs and reinstate to prior condition. The information provided with this RFP is based on site assessments between October and December 2021.",Awarded,,719050,20250410 Gisborne District Council,25447850,Request for Proposals,Open Competition,June and July 2020 Flood Event Repairs - North - Gabions,22-09D,20220222,20220315,20220329,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a Proposal for the June and July 2020 Flood Event Repairs - 22-09D - North - Gabions contract opportunity. A heavy rain event in June and July 2020 caused damage to the road and drainage infrastructure across Tairawhiti road network. Funding has been made available to undertake repairs and reinstate to prior condition. The information provided with this RFP is based on site assessments between October and December 2021.",Awarded,,262267,20250410 Gisborne District Council,25454660,Request for Proposals,Open Competition,June and July 2020 Flood Event Repairs - North - MSE 1,22-09B,20220223,20220315,20220329,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a Proposal for the June and July 2020 Flood Event Repairs - 22-09B - North - MSE 1 contract opportunity. A heavy rain event in June and July 2020 caused damage to the road and drainage infrastructure across Tairawhiti road network. Funding has been made available to undertake repairs and reinstate to prior condition. The information provided with this RFP is based on site assessments between October and December 2021.",Not Awarded,,0,20250410 Gisborne District Council,25500510,Request for Proposals,Open Competition,Uawa Shared Community Trail 2022-2025,21-75,20220304,20220422,20220923,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Uawa Walking and Cycling Trail contract opportunity. Uawa Walking and Cycling trail is a new initiative for the Uawa region to help with providing key connections between locations within Tolaga Bay. At the forefront of this concept is connecting the communities on the southern side of the river with the school and the township. Providing a safe connection from home to school is an important community outcome that is a key driver for the local community to progress the trail. Other strategic connections have been identified as providing an off-road connection between the town and the wharf, campground, and Cooks Cove walkway. Currently, locals and visitors make this journey by car or by walking around the state highway.",Awarded,,576426,20250410 Gisborne District Council,25606884,Request for Proposals,Closed Competition,"Te Araroa, Tikitiki and Rangitukia Townships Upgrade",22-May,20220329,20220429,20220913,,Sole Agency,No,,"The Te Araroa, Tikitiki, and Rangitukia Townships Upgrade project aims to improve the local townships and is part of the ongoing programme upgrading townships around the region. We need a Supplier capable of delivering the work on time, on budget, and as per NZ Construction standards. Safety at all times is a must. This shall include COVID-19 Protocols and Traffic Management CoPPTM Standards. This procurement relates to the delivery of earthworks, footpath construction, park furniture installation as well as some ancillary works. This RFP relates to the purchase of Earthworks, Pavement, and Surfacing, Stockpiling, installation of concrete and asphalt Footpaths, kerb and channel, timber edging, bark filling, drainage improvements, fencing, and other amenities e.g., bench seats, bike rack, picnic tables, single-bay BBQ, shade sails, hitching rails. The key outcomes that we want to achieve are on-time and on-budget delivery, as well as adherence to the Treaty of Waitangi principles Partnership, Protection, Participation.",Awarded,,388695,20250410 Gisborne District Council,25699443,Request for Proposals,Closed Competition,Wired Network Switch Refresh,,20220414,20220513,20220530,,Sole Agency,No,,"Gisborne District Council (GDC) are conducting a closed Request for Proposal (RFP) and have invited four known and reliable suppliers to provide proposals to: ? deploy new wired switching infrastructure at new build sites being completed during 2022/2023 ? refresh all existing wired switching infrastructure at current locations ? provide ongoing support.",Awarded,,330000,20250410 Gisborne District Council,25847427,Request for Proposals,Open Competition,Public Drain on Private Property - Ida/Coldstream Roads,22-26,20220524,20220627,20220725,,Sole Agency,No,"15 Fitzherbert Street, Whataupoko, Gisborne 4010, New Zealand","The Gisborne District Council (GDC) is seeking experienced and skilled suppliers to undertake the supply and installation of stormwater infrastructure mainly on private property. The aim of the works is to assist with the removal of property flooding that could enter the wastewater network leading to sewer overflows. Approximately 98% of the work is on private property.",Awarded,,245378,20250410 Gisborne District Council,25934556,Request for Proposals,Open Competition,Waikura 1 and Carlson's Bridge Reinstatement,22-24,20220614,20220708,20221014,,Sole Agency,No,,"Gisborne District Council (GDC) is seeking experienced and skilled contractors to undertake the Waikura 1 and Carlsons Bridge reinstatement work. The work is to enhance the safety of the bridge structures and avoid any further cut-offs caused by any flooding incident along Waikura and Carlsons Roads in Hicks Bay.",Awarded,,435228,20250410 Gisborne District Council,25937471,Request for Proposals,Open Competition,Gisborne Wastewater Treatment Plant Biosolids Management,21-79,20220615,20220812,20221031,,Sole Agency,No,,"Gisborne District Council (GDC) is looking for a contractor to manage the collection and transportation of biosolids from its upgraded wastewater treatment plant with potentially additional processing of those bio-solids to ensure their beneficial re-use. The proposed Contract is expected to commence 6 March 2023, with an initial 7-year contract term, and a further 2-year possible extension after the initial term.",Not Awarded,,0,20250410 Gisborne District Council,26002459,Request for Proposals,Open Competition,School and Roundabout Safety Improvements 2022-23,21-73,20220705,20220805,20220908,,Sole Agency,No,,"The School and Roundabout Safety Improvements 2022-23 project aims to enhance the level of safety on the roads at Gladstone Road / Stanley Road Roundabout, Derby Street / Palmerston Road Roundabout, and TKKM o Nga Uri A Maui in Nelson Road by installing raised pedestrian crossings, footpaths and pram crossings, payment improvements, and signage and line-marking.",Awarded,,790119,20250410 Gisborne District Council,26033726,Request for Proposals,Open Competition,Waingake Wilding Pine Control 2022,22-45,20220711,20220805,20220912,,Sole Agency,No,,"To identify and procure suitable suppliers to manually control wilding pines to reduce the competition with native vegetation (both natural regeneration and Councils recently planted Manuka seedlings) and reduce workloads for control of wildings in the future. By controlling wilding pines, Councils native vegetation (both natural regeneration and recently planted Manuka plants) will establish free from competition. Transitioning the land from pine into native vegetation will improve biodiversity, create employment, and protect Gisbornes water supply catchments and infrastructure.",Awarded,,1859456,20250410 Gisborne District Council,26034285,Request for Proposals,Closed Competition,Kiwa Pools Booking & Customer Management Solution,22-49,20220711,20220808,20221012,,Sole Agency,No,"100 Harper Road, R D 1","The purpose of this RFP is to invite prospective suppliers to submit their proposals for a booking and customer management solution for Kiwa Pools a modern multi-purpose pool facility Te Kaunihera o Te Tairawhiti Gisborne District Council (Council) is building. This solution will provide a digital services platform for pool operations and to support the provision of online services and products to customers. This procurement builds upon the existing commitment of Council to provide the community with a high-quality pool complex. A booking and customer management solution is a necessary tool to ensure the Kiwa Pools team are able to provide responsive, quality customer service and effectively operate the facility. Most importantly, it will enable staff to operate the facility in the most cost-efficient manner and facilitate maximum use and revenue generation through efficient management of space and time.",Awarded,,104325,20250410 Gisborne District Council,26152642,Request for Proposals,Open Competition,Wastewater Renewals 2022/2023,22-40,20220809,20220902,20221011,,Sole Agency,No,,"The Council is seeking experienced and skilled contractors to design, supply and install liners, LJRs, refurbish manholes, remove/repair broken damaged pipe and any protrusions so as to fit for the purpose to extend the useful life of these assets with at least a further 50 years and successfully install the liners before 30 April 2023. All contractors and subcontractors who conduct work for, or on behalf of Council, should be prequalified via SHE Software Ltd. SHE conducts an independent review of the H&S systems and after evaluation, contractors will gain an approved status. Contractors who are not currently pre-qualified through this scheme should go to the SHE Website or via the GDC website so that they can apply online to start the process.",Awarded,,1927043,20250410 Gisborne District Council,26176743,Request for Proposals,Open Competition,Gisborne Wastewater Treatment Plant Biosolids Management,21-79,20220815,20220819,20220916,,Sole Agency,No,,"Gisborne District Council (GDC) is looking for a contractor to manage the collection and transportation of biosolids from its upgraded wastewater treatment plant with potentially additional processing of those bio-solids to ensure their beneficial re-use. The proposed Contract is expected to commence 6 March 2023, with an initial 7-year contract term, and a further 2-year possible extension after the initial term.",Awarded,,623671,20250410 Gisborne District Council,26415320,Request for Proposals,Open Competition,Structural Bridge Repairs and Strengthening 2022-2023,22-58,20221004,20221028,20221213,,Sole Agency,No,,"Gisborne District Council (GDC) is seeking experienced and skilled contractors to undertake the structural bridge repairs and strengthening of 4 bridges in the Gisborne Region. The work is to enhance the bridge structures' safety by reinstating structural damages and preventing any further damages or deterioration. Structural damages/defects/deterioration have been identified on Ngarimu Bridge, Shelley Road Bridge and Puha Bridge that needs to be repaired to enhance the safety of the bridge structures and prevent any further damages/defects/deterioration. Culvert 69 needs an upgrade of the existing structure to allow unrestricted legal traffic.",Awarded,,163132,20250410 Gisborne District Council,26462249,Request for Proposals,Open Competition,Northern Network Bridge Maintenance Contract 2022/23,21-71,20221012,20221108,20231114,,Sole Agency,No,,This request for proposal (RFP) is issued by Gisborne District Council (GDC) for minor maintenance activities of Northern network bridges for the 2022/23 financial year.,Not Awarded,Withdrawn due to Cyclone Gabrielle,0,20250410 Gisborne District Council,26462381,Request for Proposals,Open Competition,Western Network Bridge Maintenance Contract 2022/23,21-72,20221012,20221108,20231114,,Sole Agency,No,,This request for proposal (RFP) is issued by Gisborne District Council (GDC) for minor maintenance activities of Western network bridges for the 2022/23 financial year.,Not Awarded,Withdrawn to Cyclone Gabrielle,0,20250410 Gisborne District Council,26475471,Request for Proposals,Open Competition,Douglas Street Stormwater Improvements Stage 2,22-36,20221014,20221114,20221207,,Sole Agency,No,,"This procurement relates to the delivery of a gravity Stormwater system by installing sumps, manholes, RCRRJ or HDPE and PVC pipes in Douglas Street, Okitu that will connect with the existing 450mm RCRRJ stormwater pipe system in Frances Street, constructed in 2019, during Stage 1 of the total project. Notices to Tenderers will be provided on GETS that provide amendments to these documents. This RFP relates to the purchase of a constructed Stormwater system, approximately 144m. The key outcome that we want to achieve is to prevent flooding in the catchment area. We require the work to be completed in Douglas Street and down to the end of the buried existing pipe in Frances Street as per the tender drawings.",Awarded,,382714,20250410 Gisborne District Council,26488438,Request for Proposals,Open Competition,Bridge Scour Repairs 2022-2023,22-57,20221018,20221108,20221129,,Sole Agency,No,,Gisborne District Council (GDC) is seeking experienced and skilled contractors to undertake the structural bridge repairs and strengthening on 4 bridges in the Gisborne Region. The work is to enhance the safety of the bridge structures through reinstating structural damages and preventing any further damages or deterioration.,Awarded,,330000,20250410 Gisborne District Council,26536634,Request for Proposals,Open Competition,"Tree Risk Analysis, Management and Asset Mapping",,20221026,20221115,20230314,,Sole Agency,No,,"The Gisborne District Council is looking for suitably qualified provider who has the capability, experience, and systems to deliver a Tree risk assessment supported by asset mapping and a recommended management program. The first task will be for the provider to assess and make a recommendation in regard to which parks and tree(s) should be prioritised (due to risk rating) across the district. The provider needs to be suitable qualified and able to provide evidence of a robust quality assurance process. Our duty of care to the patrons of our parks is important to us, therefore ensuring the health and safety of our reserve trees is essential.",Awarded,,61000,20250410 Gisborne District Council,26674851,Request for Proposals,Open Competition,June 2021 & March 2022 Flood Event Repairs - Matakaoa,22-82,20221125,20221216,20230109,,Sole Agency,No,,This request for proposal (RFP) is issued by Gisborne District Council (GDC) for general maintenance activities following the June 2021 and March 2022 Flood Event. These rainfall events caused damage to roading and drainage infrastructure across the Tairawhiti road network.,Awarded,,404202,20250410 Gisborne District Council,26677454,Request for Proposals,Open Competition,June 2021 & March 2022 Flood Event Repairs - Hikurangi,22-83,20221125,20221216,20230109,,Sole Agency,No,,"This request for proposal (RFP) is issued by Gisborne District Council (GDC) for general maintenance activities following the June 2021 and March 2022 Flood Event. These rainfall events caused damage to roading and drainage infrastructure across Tairawhiti road network. GDC are seeking a Contractor to undertake general maintenance activities such as drainage maintenance, pavement maintenance and minor earthworks. The work requires crews to work remotely on multiple sites to repair the network condition.",Awarded,,466666,20250410 Gisborne District Council,26695512,Request for Proposals,Open Competition,Graham Road Stormwater Improvements,22-56,20221130,20230118,20230629,,Sole Agency,No,,"Gisborne District Council (GDC) wants to reduce stormwater flooding in Graham Road and is seeking contractors to undertake physical works to be completed before winter and with minimal disruption to the surrounding school. Council wants Contractors to be capable of replacing existing stormwater infrastructure while managing water services, property, and road access during construction. NB Stage 1 - the work is from distance 0.00m to a distance 159.1m only.",Not Awarded,On hold due to ground and water conditions,0,20250410 Gisborne District Council,26772947,Request for Proposals,Closed Competition,Kiwa Pools Aquatic Education (Learn to Swim) Provider,22-69,20221221,20230301,20230601,,Sole Agency,No,,"We are looking for a skilled and innovative operator that is keen to build on their historical best practice in delivering an aquatic education programme. We want you to deliver both best practice and new, bespoke programmes across all potential aquatic education markets and audiences including but not limited to: school learn to swim learn to swim, including bilingual and full immersion te reo Maori classes babies and toddlers learn to swim adult learn to swim water safety skills, including working with GDC to develop a bespoke whanau centred programme specialist skill development classes eg tumble turns and stroke correction swim fit or training programmes for other water-based sports. In Tairawhiti, affordability is an important factor in improving participation in learn to swim and aquatic education for many of our lower-income families and hard-to-reach members of our community. We are keen to see your innovative programme solutions that effectively target all sectors of our market. We envisage you will provide Gisborne District Council with a clear understanding of your offering - from start-up and for the first three years of operation. We need to understand the tangible benefits for us and the Tairawhiti community of aligning with your organisation. How will you deliver on what is important to us? What is your point of difference? What will success look like for Kiwa Pools and Council if you are the preferred tenderer?",Awarded,,0,20250410 Gisborne District Council,26792496,Request for Proposals,Open Competition,Te Tairawhiti Historic Heritage Assessment Criteria and Historic Heritage Review,22-80,20230116,20230303,20230605,,Sole Agency,No,,"Te Kaunihera o te Tairawhiti, Gisborne District Council, (GDC) is seeking a review of the historic heritage provisions and schedules in the current Tairawhiti Resource Management Plan (TRMP). This includes a review of the assessment criteria to identify historic heritage, a review of the current schedules and identifying new heritage sites and areas using this criteria. GDC requires a heritage expert to undertake a review of the current TRMP heritage sites and areas. The review will ensure heritage sites and areas are consistent with set criteria, that the heritage values of sites are recorded and any new sites/areas are identified. The required expert needs to understand how historic heritage, archaeological sites and waahi tapu sites/areas are identified and has used proven methodologies in past projects. An understanding of heritage provisions in resource management plans is also required.",Awarded,,0,20250410 Gisborne District Council,27238954,Request for Proposals,Open Competition,Gisborne District Council Analytical Laboratory Services RFT,23-Feb,20230418,20230517,20230811,,Sole Agency,No,,"Gisborne District Council (GDC) is seeking a service provider to provide a range of analytical laboratory testing services. The successful applicant will be a competent IANZ accredited laboratory able to perform a wide array of analytical tests, primarily on water samples, to enable GDC to fulfil its statutory and compliance monitoring requirements as a unitary authority. This testing work covers GDCs core modules of State of the Environment Monitoring, Wastewater, Trade Waste, Solid Waste and Swimming Pools programs, but may from time to time include sampling for drinking water, recreational waters, special projects, investigations and/or ad-hoc event-based sampling. The laboratory must be able to receive samples during any day of the year and return results within a maximum 10 working day turnaround from sample arrival/receipt at the lab. The procurement process will be a one-step open competitive tender via GETS. Proposals can be submitted before the Deadline for Proposals via the GETS portal.",Awarded,,930000,20250410 Gisborne District Council,27786404,Request for Proposals,Open Competition,Indoor Multipurpose Centre Feasibility,23-51,20230728,20230901,20231012,,Sole Agency,No,,"The Gisborne District Council (GDC) is seeking proposals from consultant teams with extensive expertise in assessing community needs for indoor multipurpose centres (IMC). The objective is to determine the feasibility of establishing an IMC in Gisborne-Tairawhiti based on identified community requirements. The selected team must adhere to specified standards and complete the work within agreed-upon timeframes. The project involves conducting a feasibility study, which includes evaluating the potential for establishing an IMC in Gisborne-Tairawhiti. The study will also include creating a functional design layout and providing a high-level project cost estimate, should an IMC be deemed feasible.",Awarded,,52062,20250410 Gisborne District Council,27954016,Request for Proposals,Open Competition,Wastewater Pipeline Renewals 2023-2024,23-34,20230829,20230925,20231011,,Sole Agency,No,,"Approximately 1133m of the domestic wastewater pipeline and 151m of laterals in Gisborne needs remediating as part of the Gisborne District Councils (Council) programme to renew and rehabilitate existing and aging underground wastewater assets. The Council is seeking experienced and skilled contractors to design liners fit for purpose to extend the useful life of these assets with at least a further 50 years and successfully install the liners before 31 March 2024.",Awarded,,960764,20250410 Gisborne District Council,28078995,Request for Proposals,Open Competition,Kirkpatrick Road Realignment for Waipaoa Stopbank Upgrade,23-43,20230912,20231010,20231110,,Sole Agency,No,,"A 10yr construction programme started in 2019 to increase the level of flood protection provided by the Waipaoa Flood Control Scheme (65km of earthen stopbanks) up to a 100-year return period accounting for climate change effects out to the year 2090. The stopbanks being raised include either side of the Whakaahu Stream near Patutahi Township. The upgraded stopbanks will create x2 flood scheme relative low points at Kirkpatrick Road located on either side of the Tietjens Bridge (Near the confluence of Whakaahu Stream & Waipaoa River). To address the x2 low points in the Waipaoa Flood Control Scheme, Kirkpatrick Road needs to be raised approximately 1.7m on the True Right Bank (southern side) and 1.2m on the True Left Bank (northern side).",Awarded,,607907,20250410 Gisborne District Council,28418575,Request for Proposals,Open Competition,Category 3 Voluntary Property Offer and Settlement Services,23-78,20231107,20231129,20240115,,Sole Agency,No,,"This tender is part of the voluntary buyout scheme announced by the Government for property affected by Cyclone Gabrielle. We need highly capable people to engage with individual Category 3 affected landowners to present, discuss, and resolve the voluntary buyout offers from Council. These offers will be based on individual valuations and in accordance with a Council adopted voluntary buyout policy. Following the presentation of the offer, further engagement and negotiation with the property owner(s) may be required until an agreed position is reached, and a legal conclusion is reached. This tender seeks to secure the specific skills required for negotiation and legal resolution of the voluntary buyout program for Gisborne District Council. This may be a single supplier with the capacity to cover all aspects in-house, or suppliers may partner with each other to present a panel that covers the necessary requirements.",Awarded,,430215,20250410 Gisborne District Council,28619527,Request for Proposals,Open Competition,Anzac Park Revetment Repair,23-80,20231213,20240220,20240326,,Sole Agency,No,,"A timber pile revetment at ANZAC Park was constructed in 2010. As a result of Cyclone Gabrielle in Feb 2023, extensive scour and damage was occurred to the left bank of Waimata River, beside ANZAC Park and the timber pile was completely damaged. GDC is planning to reinstate the damaged revetment as a priority and the length of the revetment is approximately 180m.",Awarded,,339767,20250410 Gisborne District Council,28689754,Award Notice,Open Competition,Economic Assessment Model for Forestry Plan Changes in Tairawhiti,23-63,20231218,20231218,20231218,,Sole Agency,No,,"Gisborne District Council is going through the process of implementing a Plan Change (Plan Change 7) to the Tairawhiti Resource Management Plan (TRMP), under the Resource Management Act 1991. This Plan Change will introduce new policy and rules under section C6 Freshwater in relation to managing forestry harvest discharges; giving effect to the National Policy Statement for Freshwater Management (NPS-FW) in relation to the same.",Awarded,,261800,20250410 Gisborne District Council,29101537,Request for Tenders,Open Competition,Gisborne District Council Category 2P Elevating Tairawhiti,24-27,20240327,20240501,20241015,,Sole Agency,No,,"The Category 2P Elevating Tairawhiti project is part of a series of work being delivered under the Future of Severely Affected Land (FOSAL) Programme. The Programme will implement property or community level interventions to reduce the risk to life, and future harm, of people living in dwellings that were impacted by flooding as a result of Cyclone Gabrielle. Funding has been approved to enable up to 143 identified dwellings across the region categorised as Category 2P following the North Island Severe Weather Events in 2023, to manage the services required to assess and scope properties for subsequent remediation through elevating or relocation elsewhere on the property, with the floor level to be above the Cyclone Gabrielle flood level height by a minimum of 500mm. This tender seeks to secure the specific skills required for assessing and scoping property feasibility, with subsequent detailed design, costing, and physical works. This opportunity may suit either a single supplier with the capacity to cover all aspects of Stage 1 and Stage 2, or multiple suppliers that can present tenders that cover the necessary requirements. Service Providers can tender for one or multiple location clusters. Expressions of interest will be sought for the six cluster areas identified. Service Providers can tender for one or multiple location clusters, expressions of interest (Appendix h) will be sought for the six cluster areas identified.",Not Awarded,"Tenders received for Contract 24-27 Category 2P Elevating Tairawhiti have been considered. All tenders were advised that their tenders was unsuccessful as it was deemed as non-conforming. This was due to the tender documents, with support of Notice to Tenderers 004, stating that tenders must be for both Stage 1 and Stage 2. The contract has not been awarded.",0,20250410 Gisborne District Council,29149048,Request for Tenders,Open Competition,Hill Road Retaining Wall,23-23,20240408,20240506,20240802,,Sole Agency,No,,"This contract is for the construction of a tie back retaining wall on Hill Road, near the intersection with Ballance Street, Whataupoko, Gisborne. The physical works include construction of a tie back retaining wall, drainage and road works.",Awarded,,0,20250410 Gisborne District Council,29377460,Request for Tenders,Open Competition,Goodwin Road Realignment,23-88,20240510,20240614,20241118,,Sole Agency,No,,"This contract is for the construction of road realignment and drainage improvements at Goodwin Road, Matokitoki, Gisborne. The physical works include earthworks, roadworks, drainage and hydroseeding.",Awarded,,388290,20250410 Gisborne District Council,29635592,Request for Proposals,Open Competition,Flood Forecasting Model,24-71,20240621,20240805,20240916,,Sole Agency,No,,"Gisborne District Council (Council) require development of a modern forecasting system for the purpose of informing emergency preparation and response. Council is looking to replace its existing in-house flood forecasting model Adaptive Rainfall Runoff Warning System (ARROWS). ARROWS is used to inform real-time decision-making during weather events and provide early warning of flooding, its replacement will also be utilised for this purpose. We seek to engage a credible provider who has capability, experience, capacity and a strong track record in flood forecast modelling to assist with the replacement of ARROWS. Council is providing this opportunity to: service providers with available resource to deliver in 2025. We have a deadline of 30 June 2025 from our funder, but we are open to feedback from the market regarding the feasibility to deliver this project by this date; service providers with a proven capability; and service providers with experience in suitable flood forecasting software packages and platforms.",Awarded,Gisborne District Council appreciate all the submissions received for this piece of work. We are very pleased to be working with JB Pacific to undertake this important work.,245257,20250410 Gisborne District Council,29715921,Request for Proposals,Open Competition,Waingake Ungulate Control,24-16,20240704,20240726,20240815,,Sole Agency,No,,"A suitable contractor is required to undertake an effective ungulate culling programme of Waingake in Tairawhiti. Waingake is a Gisborne District Council owned property of 2,700ha, consisting of 1,000ha of post-harvest pine forest cutover and 600ha of secondary native vegetation in various stages of regeneration and maturity. In addition, there is also the 1100ha Waingake QEII Waterworks bush which sits adjacent to Councils revegetation area, it is the largest and most significant remnant of lowland podocarp-broadleaved-beech forest in the Tairawhiti region, it is also a major contributor to Gisborne citys water supply and home to several rare and threatened flora and fauna species. To protect the natural regeneration and recently planted native trees a comprehensive ungulate culling programme is needed. The aim is to eradicate all ungulates in this area and maintain a 1km buffer zone, thus giving the plants the best chance to establish while also addressing browsing damage throughout the QE2.",Awarded,,88790,20250410 Gisborne District Council,29717592,Request for Proposals,Open Competition,Wastewater Renewals 2024/2025 East,24-48,20240710,20240814,20240917,,Sole Agency,No,,"Approximately 1333m of the domestic wastewater pipeline and 1063m of laterals in Gisborne needs remediating as part of the Gisborne District Councils (Council) programme to renew and rehabilitate existing and aging underground wastewater assets. The Council is seeking experienced and skilled contractors to design liners fit for purpose to extend the useful life of these assets with at least a further 50 years and successfully install the liners before 31 March 2025.",Awarded,,0,20250410 Gisborne District Council,29738212,Request for Proposals,Open Competition,Tairawhiti Water Quality and Ecosystem Health - Expert Panel,24-20,20240709,20240809,20240909,,Sole Agency,No,,"Gisborne District Council (Council) are establishing the Tairawhiti Freshwater Quality and Ecosystem Health Expert Panel to set freshwater objectives for Tairawhiti catchments as part of Council's response to implementing the National Policy Statement for Freshwater Management. The purpose of the panel is to provide expert opinion and advice on the likely impacts to water quality and ecological indicators under different established scenarios. We are seeking proposals from experts in a variety of freshwater science areas, as well as experts in Matauranga Maori and Te Ao Maori to form the panel, with a view to provide up to six (6) contracts. Panel members would be required to attend three (3) workshops as part of this project, one of which would be online.",Awarded,Contracts were awarded to five individuals.,197662,20250410 Gisborne District Council,29739703,Request for Proposals,Open Competition,Wastewater Renewals 2024-2025 West,24-47,20240710,20240814,20240917,,Sole Agency,No,,"Approximately 1875m of the domestic wastewater pipeline and 833m of laterals in Gisborne needs remediating as part of the Gisborne District Councils (Council) programme to renew and rehabilitate existing and aging underground wastewater assets. Approximately 31 manholes and 96 lateral junction repairs are included in this remediation work. The Council is seeking experienced and skilled contractors to design liners fit for purpose to extend the useful life of these assets with at least a further 50 years and successfully install the liners, and remediate the manholes and lateral junctions before 31 March 2025.",Awarded,,0,20250410 Gisborne District Council,29812859,Request for Quotations,Closed Competition,Waikereru Bridge Cyclone Gabrielle Repairs 2024,24-26 Package 1,20240719,20240819,20240912,,Sole Agency,No,,"GDC wishes to formally appoint this package under the Bridge Repair Contractor Panel. Having already assessed suitability of contractors, we are now seeking the how, who and when by which these works can be completed. As part of this process, we need to know exactly how you would propose to construct these repairs with a detailed methodology and programme. We want to know about how you will construct the repairs while accommodating pedestrian access for residents, protect the waterways and sequence the works impacting road closures. We want to know when the works will be undertaken and who will be engaged on site to do so.",Awarded,,0,20250410 Gisborne District Council,29878909,Request for Proposals,Open Competition,Category 3 Residential Property Demolition Services,24-41a,20240731,20240823,20240916,,Sole Agency,No,,"Gisborne District Council are offering an opportunity for Proposals to be contracted to a panel of suppliers engaged to conduct demolition services for Category 3 properties which were part of the Category 3 Voluntary Buy-out process. We are looking for local suppliers with a strong track record in post weather event demolition, a strong health and safety record, demonstration of experience in waste minimisation and dedication to be based within the district with option to scale up as needed to conduct multiple demolitions.",Awarded,"The Panel Contractors for the Category 3 Residential Property Demolition Services are A Currie Construction Ltd B Pete Burgess Contracting Ltd C GCA Logistics Ltd",0,20250410 Gisborne District Council,29883523,Request for Quotations,Closed Competition,"Armstrong, Culvert 89, Jobson, Mangarua and Monck Cyclone Gabrielle Repairs 2024",24-26 Package 2,20240731,20240814,20240920,,Sole Agency,No,,"GDC wishes to formally appoint this package under the Bridge Repair Contractor Panel. Having already assessed suitability of contractors, we are now seeking the how, who and when by which these works can be completed. In evaluating this package, we are seeking to identify value for money, with price being the key driver. We want to give the contractor flexibility to determine the best programme to complete the required repairs across the multiple sites, while still seeking completion before December 2024. While we are seeking value for money in delivering this package, quality, safety and environmental protection remain important to us and should be allowed for in pricing.",Awarded,,0,20250410 Gisborne District Council,29907053,Request for Quotations,Closed Competition,Ruakaka Bridge Cyclone Gabrielle Repairs 2024,24-26 Package 3,20240802,20240819,20240910,,Sole Agency,No,,"GDC wishes to formally appoint this package under the Bridge Repair Contractor Panel. Having already assessed suitability of contractors, we are now seeking the how, who and when by which these works can be completed. As part of this process, we need to know exactly how you would propose to construct these repairs with a detailed methodology and programme. We want to know about how you will safely construct the repairs while, protecting the waterways and sequence the works to accommodate access for residents. We want to know when the works will be undertaken and who will be engaged on site to do so.",Awarded,,0,20250410 Gisborne District Council,30009772,Request for Quotations,Closed Competition,"RFQ 4 Mangaheia No.2, Matai & Moats Culvert",RFQ 4,20240819,20240909,20240913,,Sole Agency,No,,"This package is for the rebuild works at Mangaheia No.2 Bridge on Tuawhareparae Rd (RP16.42), Matai Bridge on Tuawhareparae Rd (RP 12.50) and Moats Culvert on Tuawhareparae Rd (RP 13.91) to be completed under the Bridge Repair Contractor Panel. Work includes: Scour protection (rip-rap/earthworks) Removing Debris (silt, woody debris, vegitation) Structural repairs (concrete beam) This Work Package will be awarded following the Lowest Price evaluation and will be managed as a separate NZ3910 contract.",Awarded,,0,20250410 Gisborne District Council,30049382,Request for Proposals,Open Competition,Nature Based Solutions - Waimata,24-104,20240826,20240919,20241021,,Sole Agency,No,,"Gisborne District Council have received funding from the Ministry for the Environment to explore Nature-based Solutions(NbS) in order to work with the natural characteristics of the Waimata awa and its floodplain to support flood resilience. To achieve this, Council requires the development of a spatial model or tool for the purpose of testing the feasibility of NbS at a sub-catchment level to support land use change decisions to reduce sediment, woody debris and run off into the Waimata River system. We are seeking a credible provider with the capability, experience and capacity in combining a range of existing data sets to assist with the development of a spatial model or tool that can guide land use decision making. The Supplier will be expected to work with our established Governance Group, inclusive of mana whenua, hapu and iwi o Tairawhiti, throughout the development of the model or tool.",Awarded,,150000,20250410 Gisborne District Council,30354313,Request for Proposals,Open Competition,Residential Backflow Prevention Project 2024-2025,24-90,20241009,20241030,20241121,,Sole Agency,No,,"A fundamental objective for the Gisborne District Council is to protect the health of our communities through the provision of clean and safe drinking water. This backflow prevention programme will play a pivotal role in ensuring the safety of the drinking water supply by establishing principles to prevent contamination occurring in the reticulated network. The driver for this project is to ensure that sufficient backflow prevention from every private water connection into the public water supply is in place. The extent of this project is to replace all substandard points of supply with fit for purpose manifolds to each residential dwelling with the reticulated services boundary of Gisborne. The Gisborne District Council are looking for an experienced and qualified Contractor to progressively install new backflow prevention devices on residential connections to the water supply network.",Awarded,,168875,20250410 Gisborne District Council,30376042,Request for Proposals,Open Competition,818A Gladstone Road Stormwater Improvements,24-67,20241014,20241106,20241127,,Sole Agency,No,,"Our Drainwise programme (launched in 2016) aims to reduce wastewater overflows onto properties and into our citys rivers. During intense or heavy rainfall, some parts of the citys wastewater network are inundated with rainwater (Stormwater) and the network cant cope with the volume of water. The Public Drains on Private Property programme aims to extend the existing stormwater network into residential land and increase the number and quality of stormwater connections. The Gisborne District Council (GDC) is seeking experienced and skilled contractors to undertake the supply and installation of stormwater pipes and sumps mainly on private property to assist with the removal of property flooding. The scope of this project is to supply and install new stormwater pipes, stormwater sumps, and stormwater manholes, and work also includes clearing vegetation and trees, dismantling and repairing of some parts of the existing fences, topsoiling stockpile to finished surface and grassing of all disturbed areas.",Awarded,,266449,20250410 Gisborne District Council,30497214,Request for Quotations,Closed Competition,"Watson, Horoeka and Ellmers Bridge Repairs Cyclone Gabrielle Repairs",24-26 Package 07,20241025,20241129,20250121,,Sole Agency,No,,"GDC wishes to formally appoint this package under the Bridge Repair Contractor Panel Agreement. Having already assessed the suitability of Contractors, GDC are now seeking the how, who and when by which these works will be completed. RFQ Package 07 comprises 3 different bridge repairs all containing an element of sheet piling works. Please refer to the attached RFQ Documents for further details.",Awarded,"Contract awarded to Fulton Hogan for $415,175. price Quality Method of assessment used in the selection process.",415175,20250410 Gisborne District Council,30629790,Request for Quotations,Closed Competition,24-53 H2 - Hikurangi 2,24-53 H2,20241113,20241127,20241209,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non-Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Hikurangi Package 2 - Maraehara Valley Rd and Poroporo Rd. Refer to attachments for further details.",Not Awarded,Contract has been awarded to H Blackbee Contractors Limited.,0,20250410 Gisborne District Council,30630141,Request for Quotations,Closed Competition,24-53 H3 - Hikurangi 3,24-53 H3,20241113,20241127,20241209,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non-Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Hikurangi Package 3 - Reporua Road and Tapuareroa Rd. Refer to attachments for further details.",Not Awarded,Contract has been awarded to H Blackbee Contractors Limited.,0,20250410 Gisborne District Council,30630488,Request for Quotations,Closed Competition,24-53 U3 - Uawa 3,24-53 3,20241113,20241127,20241209,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non-Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Uawa Package 3 - Pa Road, Panikau Road and Wharekiri Road. Refer to attachments for further details.",Not Awarded,Contract has been awarded to Fulton Hogan.,0,20250410 Gisborne District Council,30630912,Request for Quotations,Closed Competition,24-53 W3 - Waipaoa 3,24-25 W3,20241113,20241127,20241209,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non-Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Waipaoa Package 3 - Mangamaia Road, Mangatu Road and Wairere (Mangatu) Road. Refer to attachments for further details.",Not Awarded,Contract has been awarded to Fulton Hogan.,0,20250410 Gisborne District Council,30693939,Request for Quotations,Closed Competition,24-53 H1 - Hikurangi 1,24-53 H1,20241122,20241206,20241212,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Hikurangi Package 1 - Lottin Point Rd, Te Kumi Rd and Waikura Rd. Refer to attachments for further details.",Not Awarded,Contract awarded to Troy Wheeler Contracting Ltd.,0,20250410 Gisborne District Council,30694527,Request for Quotations,Closed Competition,24-54 H4 - Hikurangi 4,24-54 H4,20241122,20241206,20241212,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Hikurangi Package 4 - East Cape Road. Refer to attachments for further details.",Not Awarded,Contract awarded to Troy Wheeler Contractors Ltd.,0,20250410 Gisborne District Council,30694831,Request for Quotations,Closed Competition,24-53 U2 - Uawa 2,24-53 U2,20241122,20241206,20241212,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non Complex Works). Works to be completed under the GDC Recovery Programme Slips and DRopouts Remediation Works Panel Agreement. RFQ for Uawa Package 2 - Arakihi Rd, Mangatokerau Rd, Takapau Rd. Refer to attachments for further details.",Not Awarded,Contract awarded to Inline Group Ltd,0,20250410 Gisborne District Council,30695011,Request for Quotations,Closed Competition,24-53 U4 - Uawa 4,24-53 U4,20241122,20241206,20241212,,Sole Agency,No,,"Slips and Dropouts Remediation Works (Non-Complex Works). Works to be completed under the GDC Recovery Programme Slips and Dropouts Remediation Works Panel Agreement. RFQ for Uawa Package 4 - Anaura Rd, Lockwood Rd. Refer to attachments for further details.",Not Awarded,Contract awarded to Inline Group Limited.,0,20250410 Gisborne District Council,30697870,Request for Proposals,Open Competition,Fieldwork and Modelling for Development of Water Allocation Setting Frameworks,24-19,20241122,20241216,20250306,,Sole Agency,No,,"Council is looking to engage a suitably qualified and experienced supplier to undertake new ecological habitat-based fieldwork, modelling and reporting to support the development of new water allocation frameworks for the following river catchments: Uawa Waiapu Tapuaeroa and Mata Northern Karakatuwhero, Awatere and Wharekahika In addition, Council also require fieldwork, modelling and reporting to update ecological based fieldwork conducted in 2010 in the Te Arai and Waipaoa river catchments.",Awarded,,199905,20250410 Gore District Council,21102845,Request for Tenders,Open Competition,Gore District Council - Falconer Road Upgrade Contract - Contract No 2019/08,,20190604,20190715,20191014,,Sole Agency,No,,"The Falconer Road Upgrade is the upgrade of an existing gravel road on the southern outskirts of Gore to an asphalt surfaced 8m seal width road with full kerb and channel and upgraded services. The works include but are not limited to: Contract Management, including development and implementation of Safety, Quality and Environmental Management Plans, and liaison with other contractors and effected parties Traffic Control Survey Set Out Disposal/demolition of existing materials/services Earthworks Construction of piped networks and structures (water, storm water, foul sewer) Construction of roading and pedestrian networks and structures (road pavement, kerbing etc) Landscaping (topsoil, grassing and tree planting) Testing and compliance Remedy of defects Construction of water tanker fill Remdiation of Avon Street (Provisonal and Sperable Portion) Any other associated works required",Awarded,"A total of four tenders were received for this work with contract prices varying between $1,113,064.90 and $1,743,828.19 excluding GST. The tenders were evaluated based on lowest price conforming criteria.",1113065,20250410 Gore District Council,21346274,Request for Proposals,Open Competition,Longford Shared Path Design Contract,Contract No. 2019/11,20190801,20190919,20191014,,Sole Agency,No,n/a,"This project is developed to address safety and access problems, which includes a shared cycling and pedestrian track connecting East Gore through the Mataura river to the other side of the town including the CBD and schools. This link is the most important part of the network as it will provide a connection between East Gore and businesses, schools, shopping and sporting facilities in Gore. This central link, along with a new river crossing, will lead to a significant step-change in the provision of safe walking and cycling connections in the town. This is an opportunity for a suitably qualified supplier to deliver a unique and special design as a showcase for its design acumen. Designing a single span bridge and shared path (track) with associated landscaping for the use of pedestrian and cyclist. An opportunity, not only developing a cycling infrastructure but also looking at delivery of an innovative and creative addition to the Districts facilities. Providing an attractive infrastructure for residents and visitors and encouraging them to use an alternative mode of transport. Having a contribution to a once in a generation project that will have a lasting impact on the social and economic wellbeing of a rural community. Project scope Undertaking the preliminary and detailed design and producing the construction documents; Future proof single-span bridge design ; Designing all elements of the pedestrian and cycling track (centre link); Designing a cost-effective, value for money, unique and sustainable bridge and cycling track consistent with the local values and rural nature of Gore; Undertaking value engineering and preparing a firm and accurate estimate for the construction costs as well as the cost of the asset lifecycle; and All required engineering and design processes, including safety in design (SiD).",Not Awarded,"This contract awarded to DC Structures Studio Ltd with total value of $162,760 excluding GST.",0,20250410 Gore District Council,21762823,Request for Tenders,Open Competition,Gore WTP Upgrade - Plant Construction,GDC2019/01,20191011,20191218,20200715,,Sole Agency,No,n/a,"The Gore District Council is consolidating its water treatment sites in Gore from two existing treatment sites to one, being an upgraded water treatment plant (WTP) in Wentworth St in east Gore. Their existing Hilbre Avenue WTP will be decommissioned, retaining only reservoir storage and reticulation pumping on this west Gore site. As part of this project, the West Gore/Wentworth Street WTP will be upgraded to meet the Drinking Water Standards for New Zealand 2005 (DWSNZ) and the capacity will be increased. The new WTP will be sized for 6,000 m?/d with provision to expand to 8,000 m?/d in the future. The Contract Works include the following: 1. Preliminaries and general 2. A new aeration tower and blower, replacing the existing tower. 3. Chlorine dosing equipment, upgrading existing process equipment, and installation in a new drum store. 4. Caustic soda dosing equipment, replacing the existing caustic dosing system. 5. Coagulant dosing equipment, a new dosing and storage system. 6. A flocculation tank and baffles. 7. Media filtration with three filters, constructed in concrete tankage. 8. A concrete backwash water tank. 9. An FRP wastewater buffering tank, to buffer the discharge rate to the sewer. 10. UV disinfection. 11. A new booster pump station, to supply the local high-level reticulation, replacing the existing system. 12. Compressed air supply, supplying instrument air for valve actuation. 13. Process, waste and stormwater pipework. 14. Associated civil and earthworks including access road upgrade. 15. Associated buildings and structures. 16. Electrical, instrumentation and control, including replacing the existing MCC and supplying a road trailer mounted diesel generator. 17. Testing, commissioning. 18. Three-day trial operation and operator training. The plant has been designed to facilitate additional treatment steps in the future including: ? Polyelectrolyte dosing ? Fluoridation The scope of this contract includes the construction of concrete water retaining structures, supply and installation of pipework and mechanical equipment, electrical installation supply and installation. The scope includes pre-commissioning of the installed plant. Alternative tenders will be considered using membrane-based filtration.",Awarded,"The contract has been awarded to Pall Marshall Water Consortium (PMWC) based on their alternative proposal for the sum of $5,275,500 excluding GST and daywork.",5275500,20250410 Gore District Council,21980891,Request for Proposals,Closed Competition,Gore District Council - Longford Shared Path Construction Contract,GDC2019/13,20191125,20200108,20210324,,Sole Agency,No,n/a,"Tenders are invited from suitably pre-qualified contractors to undertake Longford Shared Path construction including the pedestrian and cycling bridge as well as its associated ramps, approximately 1.5km track and landscaping as separable portions. This is a single-stage and closed tender. Only pre-qualified bridge contractors that already have been familiar with this project are invited to submit a proposal. This is an opportunity to contribute to the final design and consenting process and deliver a unique and specially designing cycling facility to Gore District. A once in a generation project that will have a lasting impact on the social and economic wellbeing of a vibrant rural community. This infrastructure will address the current safety and access problems and providing an attractive infrastructure for residents and visitors by encouraging them to use an alternative mode of transport. Scope of work The project scope includes the following but not limited to: - Assisting the designer in the design process and providing the required inputs; - Preparing the construction methodology and assisting the Principal in the consenting process; - Design review and providing feedback for design quality improvement and optimising/saving costs; - Preparing the construction plans and programme alongside progressing the design; - Undertaking the construction of the bridge including the provision for utility services; - Undertaking the earthworks and construction of the ramps, cycling track and landscaping as the separable portions. Note: the Schedule of Quantities will be provided in five days after releasing the tender.",Awarded,The contract has been awarded to Concrete Structures NZ Ltd based on their revised proposal dated 26 November 2020. The contract works commencement is conditional and subject to obtaining resource consent for the Longford Bridge.,3332653,20250410 Gore District Council,23190560,Request for Proposals,Open Competition,Gore Pipeline Construction Contract (WTP Upgrade),,20200828,20201014,20210330,,Sole Agency,No,n/a,"Tenders are invited from suitably qualified contractors to submit proposals for undertaking the construction of the raw and treated interconnecting water pipelines as a part of the Gore water treatment plant upgrade programme. The raw water from the Jacobstown wells to be conveyed to the water treatment plant at East Gore. The treated water to be conveyed from the treatment plant to connect to the current raw water pipelines supplying the Hilbre WTP near the Jacobstown wells. Over most of their length, both pipelines will be in the same trench. Both pipelines cross the Mataura River within steel sleeves constructed as part of the Longford pedestrian and cycle bridge. The contract incorporates two separable portions, one for the bulk of construction works and a second for the tie-in works to be coordinated with overall scheme commissioning. The Contract Works include the following: 1. A rising main linking the existing Jacobstown bores to the upgraded Wentworth St Water Treatment Plant (WTP). This pipeline includes the renewal of a 1970s era DN300 AC raw water rising main from Woolwich St to the WTP, subject to budget confirmation. In total, this pipeline is about 3.1 km long; 2. A treated water main linking east and west Gore treated water reservoirs. This pipeline is also about 3.0 km long. 3. An aerial crossing of the Mataura River via installation of both pipes within steel pipe sleeves suspended from the underside of the bridge (steel sleeves and all bridge construction by others). 4. Co-ordination with other contractors working on separate elements of the WTP Upgrade project and on the Longford Bridge pedestrian walkway and cycleway project. 5. Completion of Separable Portion B works and providing pipelines commissioning support as part of a commissioning programme co-ordinated by others. 6. Pipeline detailed design and Construction Drawings in Appendix CC.1 are based on welded PN12.5 PE100 HDPE pipe. Alternatives using PN12 PVC-U would be considered, subject to additional detailing of thrust restraint by the Contractor. Refer to the Request for Proposal document for more details. Specific exclusions from the scope of the Contract Works are: 1. Upgrading work to the water treatment plant in Wentworth St this work will be completed under a separate Contract, but both contractors will be required to co-ordinate works between the two contracts; 2. Construction of a bridge and associated steel sleeve pipes across the Mataura River;",Awarded,A conditional contract awarded to Fulton Hogan on 29 March 2021. The commencement of the contract works is subject to obtaining resource consent for the river crossing bridge (Longford).,0,20250410 Gore District Council,23272861,Request for Quotations,Open Competition,Gore Multisports Complex- Roof Repair and Replacement,GDC 2020_05,20200914,20201014,20201215,,Sole Agency,No,"Gore District Council, 29 Bowler Avenue, PO Box 8, Gore, 9740","Gore District Council (GDC) looking for a suitable supplier to remove the existing roof sections and supply and install the new roof as listed below. There will be a need for seeking a building consent which requires the supplier inputs for the material and installation methodology. The proposed works are as the following: MLT Event Centre roof removal and replacement Remove and disposal of all existing colour steel roofing as well as supply and replace new roof material using an appropriate clear lit product to replace the skylight areas. The supplier must check and ensure there are no issues for fixings the roof elements, before ordering the material. Aquatic Centre plant room roof removal and replacement Remove and disposal of any damaged roof sections, check all the fixings and supply and replace using an appropriate anti-chlorine corrosive product as well as install improved roof access hatch system. Reception area roof removal and replacement Remove and disposal of all existing colour steel roofing above the reception area as well as supply and replace new roof material using an appropriate clear lit product. Allow checking the structure in the process of the roof repair. Main pool hall roof waterproofing Check all joints between the sandwich panels, apply an appropriate waterproofing membrane or system to seal all the joints. Safety harness system for all roof areas of the Multisport complex ( Aquatic Centre/ MLT Event Centre/ reception/ Plant area/ Main Pool hall/ Ice rink) Install an appropriate harness attachment system on all areas of the roof so that future work and maintenance can safely be carried out on all areas of the roof.",Awarded,,786000,20250410 Gore District Council,23491196,Request for Tenders,Open Competition,Elizabeth Street 3 Waters Utilities Upgrade,2020/04,20201110,20201218,20210525,,Sole Agency,No,,,Awarded,"The contract awarded to Fulton Hogan with the total value of $2,346,114.60 for Separable Portion 1 of the tender.",0,20250410 Gore District Council,23651608,Request for Proposals,Open Competition,Gore District Council - Pleura Dam De-silting,2019/03,20201119,20210111,20210909,,Sole Agency,No,"Gore District Councl Offices, 29 Bolwer Avenue, Gore","The primary raw water source for the Mataura Water Supply comes from the Pleura dam located approximately 5km east of the Mataura township. The dam has been located in this catchment since at least 1927 supplying the township of Mataura with water. The dam is located at 137 Cameron Road approximately 800m from the main road. Access to the dam is via a farm access track which is in reasonable condition. Sediment removal and maintenance of the dam is necessary to ensure it continues to function as a source of water for the township of Mataura. Ensuring any potential impacts on both the surrounding environment and town water supply are appropriately managed will be critical to guarantee a successful outcome for this project. To comply with the existing water permit consent condition maintaining a minimum flow of 5 litres/second over the dam wall, a temporary bypass pump/pipe will be required while the sediment removal process is being carried out. While the Council can use an alternative water source while this work is undertaken this is likely to cause taste and odour issues in the town water supply. Due to these taste and odour issues, it is preferred that the use of the alternative source is minimised or avoided completely if possible.",Not Awarded,After reviewing the proposal's received the Council has decided to change its strategy for this project.,0,20250410 Gore District Council,23665781,Request for Proposals,Open Competition,Gore Multisports Complex- Ventilation System (Retendering),GDC2020/06,20201123,20201207,20210326,,Sole Agency,No,"Gore District Council, 29 Bowler Avenue, Gore, 9740","Gore District Council (GDC) looking for suitable suppliers to submit their solutions and proposals for an appropriate and sustainable ventilation system for the Gore Aquatic Centre including supply, installation and commissioning of the system. This work retendering since none of the submissions in the initial tender was conforming. Please note that providing annual and long-term operational and maintenance costs is essential. Tenderers also must provide all the information requested in the tender response form A. Gore District Council (GDC) manages a Multisport Sports Complex in Gore. The aquatic centre building constructed in 2001. The existing exhaust fans are fixed on the roof, which are not adequate to vent out the chlorine gas escaping from the filtration system in the facilities room. Over a period of time, the gas emission in the filtration room has caused significant corrosion in the roof as well as the exhaust fans. Therefore, it was not a suitable system. The plan is to design and install an appropriate ventilation system. The ventilation system may include a hood above the filter tank to directly collect and draw out the potential chlorine gases and remove it from the filtration room through a dry or wet scrubber. The extended ducts also needed to extract the polluted air from the main swimming pools extractor unit through the scrubber before releasing into the air outside of the building.",Awarded,,0,20250410 Gore District Council,24116540,Request for Tenders,Open Competition,Wigan Street Trunk Main Upgrade - Stage 2,GDC 2021-01,20210331,20210507,20210701,,Sole Agency,No,n/a,"Following the February 2020 Floods, there were multiple collapses in the road above the DN1000 wastewater trunk main along Wigan Street (the pipeline). As a result of this event, the Council undertook an emergency project to renew 170m of the pipeline in 2020. However, the remaining 1.6km of this pipeline is in extremely poor condition requiring replacement in the short term. This project has been developed to address this problem. Scope The Scope of this contract is as described below: Upgrade ~DN1000mm concrete cast in-situ egg shaped Wastewater Trunk Main in Wigan Street, Gore. Renew DN150mm asbestos cement (AC) Watermain in Wigan Street, Gore. Description of the Contract Works The Contract Works shall comprise the works described within the various Tender Documents including without limitation: Supply and construction (replacement) of 800m DN900mm RCRRJ (microsilica) (or similar approved through alternative tender submission) combined wastewater trunk main; Supply and construction of no. 6 DN1050mm RC MH risers, covers and lids; Construction of no. 1 DN1500mm RC MH, risers, cover and lid; Supply and construction (replacement) of no. 9 sumps/mud tanks incl. leads; Supply and construction (replacement) of no. 55 property laterals incl. rodding eye; Supply and construction of 980m DN180mm PE100 PN12.5 (SDR13.6) watermain; Supply and construction (replacement) of no. 55 property laterals incl. toby connection; Pavement and surfacing of trenched alignments through carriageway; Ancillary works; and Any associated road closures, diversions, or associated temporary works incl. over pumping. The above list summarises work that is included in the contract. It is provided for general information only and is not necessarily a complete list of all the requirements. The Contractor should note that descriptions of general and technical requirements above do not include numerous items of work, particularly minor items.",Awarded,,2438507,20250410 Gore District Council,25729196,Request for Tenders,Closed Competition,Gore District Council 2022/RO/05 Pavement Works and Seal Repair,GDC 2022/RO/05,20220427,20220524,20230120,,Sole Agency,No,"The Tenders Secretary, Gore District Council, 29 Bowler Avenue, Gore 9710","1.2 Description of Contract Council staff are seeking to work collaboratively with experienced contractors to develop and implement programmes for pavement repairs and re-instatements, concrete and asphalt footpath works, kerb and channel construction, and stormwater structures construction throughout the Gore District. All pre-reseal repairs required in advance of the implementation of the Councils annual reseal programme are included in this contract. Tenders are invited from suitably qualified contractors to complete the following roading physical works: Sealed pavement repairs and renewal o (including; stabilised patching, dig-outs, rip and remake, service adjustments, and first coat sealing) Pavement basecourse/sub-base re-construction Sealed pavement re-instatement o (including; asphaltic concrete (AC) levelling/smoothing, and edge break repairs) Trench re-instatement o Generally for the Council 3 Waters team (including top-up and preparation of basecourse; first coat sealing, or AC surfacing/levelling to carriageways/footpaths) Concrete pavement construction o (including; vehicle crossings - dropped or slot types, pram crossings) Concrete kerb and channel re-instatement, renewal, and construction o (including; various types of kerbing, stormwater kerb outlets, mudtank aprons, service adjustments) Construction of roading drainage structures o (including; mudtanks, kerb inlets, lateral pipework, road culverts) Footpath basecourse/sub-base re-construction Footpath Resurfacing (gravel, chipseal, and AC) Concrete footpath re-construction",Not Awarded,,0,20250410 Gore District Council,25730980,Request for Tenders,Closed Competition,Gore District Council 2022/RO/06 Mechanical Cleaning Contract,GDC 2022/RO/06,20220427,20220524,20220616,,Sole Agency,No,"The Tenders Secretary, Gore District Council, 29 Bowler Avenue, Gore 9710","1.2 Description of Contract Council staff are seeking to work collaboratively with experienced contractors to develop and implement programmes for routine mechanical cleaning of urban District roads and delegated cleaning on urban sections of State Highways in the Gore District. The work includes mechanical sweeping of carriageway and kerb and channel, and cleaning of mudtanks, culverts, and drainage structures throughout the Gore District using suction and/or pressure cleaning methods. Tenders are invited from suitably qualified contractors to complete the following roading physical works: Mechanical drainage and channel cleaning o including; mudtank cleaning, urban network street cleaning, and culvert clearance",Awarded,,72218,20250410 Gore District Council,25854467,Request for Tenders,Closed Competition,Gore District Council Road Marking Contract,GDC 2022/RO/08,20220525,20220621,20220725,,Sole Agency,No,"Tenders Secretary, Gore District Council, 29 Bowler Avenue, Gore 9710",Road marking on local roads throughout the Gore District. Includes renewal and reinstatement of painted road markings and raised reflective pavement markers. Parking markings on urban sections of State Highways within the Gore District is also included.,Awarded,,140735,20250410 Gore District Council,25909021,Request for Tenders,Closed Competition,Gore District Council Routine Road Maintenance Contract No:2022/RO/03,GDC 2022/RO/03,20220607,20220714,20220817,,Sole Agency,No,"Tenders Secretary, Gore District Council, 29 Bowler Avenue, Gore 9710","This contract includes physical works, on the local roads within the Gore District Council roading network, described below . Some physical work on the various sections of State Highways within the Gore District will also be required. - Gravel road maintenance and renewal - Minor repairs on sealed roads and footpaths - Mechanical vegetation control - Rural drainage maintenance - Road clearance - Emergency response works - Road signs maintenance and renewals - Routine minor bridge maintenance",Awarded,,0,20250410 Gore District Council,25938725,Request for Tenders,Open Competition,Mataura WTP Upgrade Contract No 2022_3W_10,GDC 2022/3W/10,20220615,20220817,20220922,,Sole Agency,No,,,Awarded,,2623411,20250410 Gore District Council,26005313,Request for Tenders,Closed Competition,Gore District Council Concrete and Associated Works Contract,GDC 2022/RO/09,20220704,20220728,20220816,,Sole Agency,No,"The Tenders Secretary, Gore District Council, 29 Bowler Avenue, Gore 9710","Description of Contract Council staff are seeking to work collaboratively with experienced contractors to develop and implement programmes for concrete and asphalt footpath works, kerb and channel construction, stormwater structures construction, and asphalt trench re-instatements within the Gore and Mataura townships in the Gore District. Tenders are invited from suitably qualified contractors to complete the following roading physical works: Concrete pavement construction o (including; vehicle crossings - dropped or slot types, pram crossings) Concrete footpath re-construction Concrete kerb and channel re-instatement, renewal, and construction o (including; various types of kerbing, stormwater kerb outlets, mudtank aprons, service adjustments) Construction of roading drainage structures o (including; mudtanks, stormwater kerb outlets, lateral pipework, road culverts) Trench re-instatement o Generally for the Council 3 Waters team (including top-up and preparation of basecourse; Asphalt Concrete surfacing/levelling to carriageways/footpaths)Footpath basecourse/sub-base re-construction Footpath Resurfacing (gravel, chipseal, and AC)",Awarded,,990880,20250410 Gore District Council,26161574,Request for Tenders,Open Competition,GDC Pond 1 Desludging Containment Bund 2022_3W_01,GDC 2022_3W_01,20220812,20220913,20221007,,Sole Agency,No,,,Awarded,,606603,20250410 Gore District Council,26170232,Request for Tenders,Open Competition,GDC Pond 1 Desludging GDC_2022_3W_02,GDC_2022_3W_02,20220812,20220913,20221007,,Sole Agency,No,,,Awarded,,875618,20250410 Gore District Council,26191486,Request for Tenders,Closed Competition,Gore District Council Sealed Pavement Repairs,2022/RO/10,20220817,20220913,20220920,,Sole Agency,No,"Tenders Secretary, Gore District Council, 29 Bowler Avenue, Gore 9710","1.2 Description of Contract Council staff are seeking to work collaboratively with experienced contractors to develop and implement programmes for structural pavement repairs and re-instatements throughout the Gore District. All pre-reseal repairs required for the 2022/23 resurfacing season are excluded for this contract. For the 2023/24 resurfacing season, and any subsequent years included under the extension of this contract, pre-reseal repairs shall be completed by 30 November each year, or by an alternative later date agreed by the Engineer. Tenders are invited from suitably qualified contractors to complete the following roading physical works: Sealed pavement repairs and renewal o (including; stabilised patching, dig-outs, rip and remake, service adjustments, and first coat sealing) Pavement basecourse/sub-base re-construction Sealed pavement re-instatement o (including; asphaltic concrete (AC) levelling/smoothing, and edge break repairs) The term of the contract is for Two (2) years, plus a possible Two (2) year extension (refer to section 1.4, below).",Awarded,,461991,20250410 Gore District Council,26478521,Request for Proposals,Open Competition,Combined Foul Sewer Trunk Main Replacement,GDC 2022/3W/15,20221014,20221118,20221214,,Sole Agency,No,,"The Principal (Gore District Council (GDC)) requires the replacement of approximately 289 m of DN1000mm egg shaped cast in-situ concrete combined foul sewer (sanitary sewer and stormwater) trunk main with a DN900mm RCRRJ (microsilica) pipe. The existing egg shaped trunk main has exceeded its end of life, increasing the risk of pipe collapse. Downstream (Wigan Street) of this contract hasrecently been replaced with DN900mm RCRRJ (microsilica) class 2 pipe. The new main shall extend the previous stage of works from Wigan Street, into Hyde Street before realignment from the existing. The new main is to be constructed somewhat offline from the existing to avoid over pumping and reduce risk on the network and Contractor during construction, additionally avoiding existing buildings which have been constructed over top of the existing main. Majority of the new pipe alignment is on the existing pipe alignment and therefore the existing pipe shall be removed as part of this works. The new main alignment has been developed to allow a simple and straightforward open trenching methodology route. The main crosses road corridors, including state highway 1, KiwiRails corridor, private property and GDC land (Eccles St playground). To enable programming of the works through KiwiRail property to align with a track siding upgrade for Mainfreight (via KiwiRail), the Principal has opted to separate the contract works into two portions: Separable Portion 1 Roading Corridor Works and Separable Portion 2 KiwiRail Corridor Works. The works within the KiwiRail corridor shall be planned and undertaken in alignment with the KiwiRail team. The design has been completed based on an open trench methodology whichshall be performed while leaving the existing tracks in place to avoid unnecessary track works. It is the Contractors responsibility to confirm the methodology with KiwiRail including permits to enter etc. The KiwiRail land is considered a HAIL site. Excavated materials from within this area shall remain stockpiled on site in an agreed location with KiwiRail.",Awarded,,1097916,20250410 Gore District Council,29224315,Request for Proposals,Open Competition,Otama Valley Road Bridge Renewal,2024/RO/02,20240417,20240514,20240624,,Sole Agency,No,,"Gore District Council are proposing to renew the Otama Valley Road bridge, the current wooden structure is at end of life and we are seeking options for replacement based on the principals requirements and associated documents. We encourage contractors with relevant civil / structures experience to submit tenders for a design and build option based on NZS 3916. The new bridge will be a single lane single span proposal and there is capability to close the road during the construction phase. Survey, Geotechnical data and hydrology study have been completed and are available.",Not Awarded,,0,20250410 Gore District Council,30087676,Request for Proposals,Open Competition,Charlton Road Watermain renewal,2024/3W/01,20240902,20241018,20241107,,Sole Agency,No,9 Bowler Avenue,"The Gore District Council are seeking proposals for the supply and installation of approximately 960 mts of DN 150 PE watermain, associated property connections and Fire Hydrants along Charlton Road, Gore. We encourage suitable proposals for an alternative alignment to the existing due to high voltage u/ground cables and other services within the berm, we also envisage that the new main installation will be preferably suited to HDD methods. The existing main has suffered multiple failures and is likely to fail again should any construction be carried out around or close to it, hence the reason for an alternative alignment. We encourage site visits to determine methodologies and familiarisation with the area and surrounding properties.",Awarded,,0,20250410 Government Superannuation Fund Authority,23479883,Request for Proposals,Closed Competition,Government Superannuation Fund Tax Advisory Services,,20201019,20201110,20210311,GSFA,Sole Agency,No,,"The Government Superannuation Fund Authority (the ""Authority"") requires a suitably qualified and resourced supplier to provide tax advisory services. This service includes preparation and filing of the Government Superannuation Funds Income Tax return (including calculation of all associated inclusions), review of GST returns, quarterly review of internally prepared tax calculations, advice on provisional and residual tax payments, liaison with Inland Revenue on the annual risk review, general tax advice (including on tax documentation for overseas markets) and reviews of investment managers.",Awarded,,505000,20250410 Government Superannuation Fund Authority,26117852,Request for Proposals,Open Competition,Alternative Assets Consultant,,20220802,20220826,20230125,,Sole Agency,No,Level 12 The Todd Building 95 Customhouse Quay WELLINGTON 6140,"The assignment is in two parts: 1. An overview of the widely defined alternatives assets universe; and 2. More detailed focus on those alternatives which, according to specified criteria, would be the best contenders for inclusion in the GSFA portfolio. Alternative assets are broadly defined to be all investment assets except public equities and bonds and buy-out, growth and venture private equity",Awarded,,0,20250410 Government Superannuation Fund Authority,28861006,Request for Proposals,Open Competition,Appointment of Investment Consultant(s),,20240220,20240320,20240729,GSFA,Cluster,No,"Investment Consultant RFP (Attn Anthony Halls); Annuitas Management Ltd; Level 12, The Todd Building, 95 Customhouse Quay, Wellington, NZ 6011","On behalf of the Board of Trustees of the National Provident Fund (NPF) and the Government Superannuation Fund Authority (GSFA), Annuitas Management Limited invites proposals from qualified firms to provide comprehensive investment consulting services. Our goal is to engage a consultant, or consultants, who can offer one or both of two distinct elements: a. technical assistance to the Annuitas Management Limited team, and b. provide assurance and guidance on best practices to each of the NPF and GSFA Boards (and Investment Committees) we provide advice to. The consulting contracts will be with each of the three entities in respect of the services to each entity.",Not Awarded,,0,20250410 Greater Wellington Regional Council,623395,Request for Tenders,Open Competition,Supply of sodium silicofluoride powder - Old GETS ref# 42827,OG/CH/SC/SF-1297,20140715,20140730,20211130,,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Request for tender - Supply of sodium silicofluoride powder",Not Awarded,,0,20250410 Greater Wellington Regional Council,3935815,Request for Proposals,Open Competition,Greater Wellington Regional Council Health and Safety Information Management System,,20140901,20141006,20200918,,Sole Agency,No,,"Greater Wellington Regional Council invites proposals for the provision of a new Health and Safety Management Information System (HASMIS). GWRC is looking to replace its existing Health and Safety application with Services that support our Health and Safety Management System, including the effective integration of technologies with daily operational activities. GWRC performs a diverse range of functions, and is responsible for regulating the use of the regions natural resources. Activities include: Managing the state of the environment pest plant and animal threats; Protecting the region from flooding; Managing a network of regional parks; Help others to use the regions natural resources appropriately and sustainability; Building, funding and maintaining public transport infrastructure; Maintaining navigational safety on the regions harbours; Providing a 24-hour pollution response service; Working with land owners to prevent soil erosion; and Co-ordinating resources for regional emergency management and disaster recovery. GWRC is committed to providing and maintaining a safe and healthy working environment. All correspondence to be addressed to Graeme Burnett by email to hasmis.rfp@gw.govt.nz",Not Awarded,"This tender had been awarded to Assura Software This is an old tender and we are doing housekeeping to close out in GETS",0,20250410 Greater Wellington Regional Council,5428400,Request for Tenders,Open Competition,East Harbour Regional Park - Baring Head Fencing Contract,2014/1,20141015,20141031,20211117,,Sole Agency,No,"Greater Wellington Regional Council, PO Box 40847, UPPER HUTT 5140","CONTRACT NAME: East Harbour Regional Park Baring Head KNE Fencing Experienced Contractors are invited to tender for the above Services, proposed to be carried out for the Greater Wellington Regional Council. The Services will consist of: The Contractor must complete fencing and associated work on the Site in the general location and alignment marked on the attached maps (Schedule 4). More particularly build the fence in accordance to the New Zealand Fencing Association standards and in according to the following specifications and requirements; Section1 Approximately 490m of 5 wires (3.15mm) with 450mm netting installed along the bottom runs. Section 2 Approximately 635m of Standard 8 wire fencing (4mm wire) with batten. Stock gate and pedestrian access to be allowed for see map. Section 3 Approximately 1150m of 5 wires (3.15mm) with 450mm netting installed along bottom runs. A stock gate is to be installed. Section 4 Approximately 610m of Standard 8 wire fencing (4mm wire) with batten. Stock gate and pedestrian access to be allowed for see map.",Not Awarded,,0,20250410 Greater Wellington Regional Council,9592025,Request for Tenders,Open Competition,Queen Elizabeth Park & Whareroa Farm - Grazing Opportunity,Final,20150305,20150313,20211119,,Sole Agency,No,"Baker & Associates, PO Box 900, Masterton","Introduction The Department of Conservation (DOC) owns two properties on the Kapiti Coast at Paekakariki. The first comprises Whareroa Farm (Whareroa) which is a recreation reserve located near MacKays Crossing adjacent to State Highway 1 just north of Paekakariki. The site covers approximately 438 hectares of hill country, which is predominantly a mixture of pasture and native cover. Approximately 185ha is being used as an operational farm, with the balance being retired and managed for conservation and restoration purposes. Public access for recreational activities is also an important and popular use of the reserve. Whareroa is managed by DOC in conjunction with the Whareroa Guardians Community Trust Inc. (the Guardians). The second property comprises Queen Elizabeth Park (QEP) which is a 654 hectare portion of land situated between Paekakariki and Paraparaumu on the Kapiti Coast. This property is administered and run by Greater Wellington Regional Council (GWRC). GWRC works closely with the community, especially the Friends of QEP, in preserving and enhancing the park. It attracts approximately 300,000 visits per annum, and is therefore the most well used of all the regional parks. Approximately 397 hectares of this park are managed as farm land under a grazing licence that is due to expire in August 2015. The remaining areas of QEP are used by the public for recreational activities and there are separate licences for various activities e.g. horse grazing and a pony club. (See Property Description for more information). There is a 7 day per week GWRC Park Ranger service at Queen Elizabeth Park, but no regular DOC onsite presence at Whareroa.",Not Awarded,,0,20250410 Greater Wellington Regional Council,9644073,Request for Tenders,Open Competition,Belmont Regional Park Fencing,2015/3,20150306,20150327,20211119,,Sole Agency,No,Greater Wellington Regional Council 610 Paekakariki Hill Road RD1 Porirua 5381,"Belmont Regional Park Fencing Experienced Contractors are invited to tender for the above Services, proposed to be carried out for the Greater Wellington Regional Council. The Services will consist of: Supply of Labour to undertake fence construction works as detailed in the contract documents. The Services must be carried out during the month(s) of April to June 2015 An appointment is necessary to view the Site.",Not Awarded,,0,20250410 Greater Wellington Regional Council,9992852,Request for Tenders,Open Competition,Belmont Regional Park Track Construction,2015/3,20150316,20150330,20211119,,Sole Agency,No,Greater Wellington Regional Council 610 Paekakariki Hill Road RD1 Porirua 5381,"Experienced Contractors are invited to tender for the above Services, proposed to be carried out for the Greater Wellington Regional Council. The Services will consist of: Construction of a Grade Two bike track within the Korokoro Valley, Belmont Regional Park. Approximate track length is 3.5kms",Not Awarded,,0,20250410 Greater Wellington Regional Council,10053011,Request for Tenders,Open Competition,Queen Elizabeth Park Fencing,2015/3,20150319,20150410,20211119,,,No,Greater Wellington Regional Council 610 Paekakariki Hill Road RD1 Porirua 5381,"Experienced Contractors are invited to tender for the above Services, proposed to be carried out for the Greater Wellington Regional Council. The Services will consist of: Supply of Labour and materials to undertake fence construction works as detailed in the contract documents.",Not Awarded,,0,20250410 Greater Wellington Regional Council,10095116,Request for Tenders,Open Competition,Cannons Creek Retirement Fencing,2015/3,20150320,20150408,20211119,,Sole Agency,No,Greater Wellington Regional Council 610 Paekakariki Hill Road RD1 Porirua 5381,"Experienced Contractors are invited to tender for the above Services, proposed to be carried out for the Greater Wellington Regional Council. The Services will consist of: Supply of Labour to undertake fence construction works as detailed in the contract documents.",Not Awarded,,0,20250410 Greater Wellington Regional Council,11613326,Request for Tenders,Open Competition,Queen Elizabeth Park Cycleway/Walkway Construction,QEP2015/5,20150505,20150529,20211119,,Sole Agency,No,Greater Wellington Regional Council 610 Paekakariki Hill Road RD1 Porirua 5381,"Experienced Contractors are invited to tender for the above Services, proposed to be carried out for the Greater Wellington Regional Council. The Services will consist of: Supply of Labour, machinery and materials to undertake construction of a shared use cycleway/walkway as detailed in the contract documents. The Services must be carried out during the month(s) of May 2015 to December 2015 An appointment is necessary to view the Site. A site visit will be held on 19th May 2015 at 9am meeting at the Rangers Office McKays Crossing Entrance. Confirmation of attendance is required",Not Awarded,,0,20250410 Greater Wellington Regional Council,13296337,Request for Tenders,Open Competition,Licence of farm land - Belmont Regional Park Western Side,BEL062015,20150624,20150710,20211119,,Sole Agency,No,,"Licence of farm land Request Belmont Regional Park Western Portion Greater Wellington Regional Council offers by way of licence an area of farm land being the western portion of Belmont Regional Park and seeks a request for proposal from parties interested in farming the land. The property comprises circa 173ha of medium hills (in two separate 116.2 and 56.8ha blocks) accessed from the Porirua suburb of Waitangirua. The property has the use of a three bedroom dwelling, four stand woolshed, two implement sheds, shearers quarters and stock yards. The property comprises recreation areas accessible to the public (under conditions). A positive working relationship with park management, the public and other interest groups will be essential for the successful licensee. The farm does adjoin an area designated as part of the Transmission Gully motorway project and successful licensee will need to be comfortable with impacts on the property during the road construction process. The property is offered for licence for a term of up to five years expiring in June 2020. The licence will commence as at 1st September 2015.",Not Awarded,,0,20250410 Greater Wellington Regional Council,17038424,Request for Tenders,Open Competition,Licence of farm land - Belmont Regional Park Eastern Portion,BEL30112015,20151130,20160129,20211119,,Sole Agency,No,,"Greater Wellington Regional Council offers by way of licence an area of farm land and seeks a request for tender from parties interested in farming the land. The property comprises circa 1238 ha of medium to steep hill country accessed from the Lower Hutt suburb of Belmont. It has a carrying capacity of around 8500su. The property has the use of two dwellings, new five stand woolshed, implement shed, and stock yards. The property comprises recreation areas accessible to the public (under conditions). A positive working relationship with park management, the public and other interest groups will be essential for the successful licensee. The farm does adjoin an area designated as part of the Transmission Gully motorway project and successful licensee will need to be comfortable with impacts on the property during the road construction process. The property is offered for licence for a term of up to Nine years seven months commencing 1 July 2016 and expiring 31 January 2026. Farm open days for inspection will be held on Saturday 12th and Saturday 19th December 2015. The deadline for responses to the RFP is 4pm on Friday 29th January 2016. For further information regarding the licence opportunity including the RFT document, property description, draft licence and details of inspection days please contact Fergus Rutherford at Baker & Associates (Wairarapa) Ltd. on 06 370 6934 or fergus@bakerag.co.nz",Not Awarded,,0,20250410 Greater Wellington Regional Council,17113042,Request for Tenders,Open Competition,GWRL Purchase of New Road Rail Elctric Shunting Vehicle,PTO4903,20160113,20160209,20211119,,Sole Agency,No,"Greater Wellington Regional Council Limited c/- Calibre Consulting Ltd Level 13 Kordia House, 109-125 Willis Street, Wellington 6011 Attention Rakesh Maharaj","GWRL is a wholly owned subsidiary of Greater Wellington Regional Council (GWRC). GWRL owns rail-related assets which are used in the delivery of metropolitan rail public transport services. These assets include rolling stock (EMUs), depot buildings and infrastructure, and station buildings and infrastructure. The metropolitan rail public transport services are provided under contract to GWRC, with the GWRL being made available to GWRCs contractor for that purpose. Greater Wellington Rail Limited (GWRL) is requesting proposals for the Purchase of a New Road/Rail Electric Shunting Vehicle, as further described in Section 6 (Technical Specification). This includes the design, manufacture, delivery, testing, commissioning, maintenance and provision of spare parts for One (1) or Two (2) (budget permitting) new road/rail shunting vehicle(s) and associated control equipment. The existing shunter is no longer economically viable to GWRL, therefore requires replacement with a modern and cost-efficient shunting vehicle.",Not Awarded,,0,20250410 Greater Wellington Regional Council,17161650,Request for Tenders,Open Competition,GWRL Station Cleaning & Minor Maintenance,PTO501,20160129,20160226,20211119,,On behalf of procurement agent,No,"Calibre Consulting, Level 13, Kordia House, 109-125 Willis Street, Wellington","The Principal is looking for: ? Delivery of a comprehensive continually improving cleaning and minor maintenance service, which will ensure GWRLs stations have an overall appearance of cleanliness at all times. ? Undertake all works in a way which minimises disruption to the public and staff. ? Responsive, helpful, polite and customer focussed management and operational staff. ? Develop and implement innovative work methods and/or materials that result in enhanced performance and an overall cost saving throughout the duration of the contract. ? Adding value to the service provided. ? A committed and driven culture for Health and Safety throughout the organisation. ? A high level of contract performance through an organisational-wide desire to achieve excellence.",Not Awarded,,0,20250410 Greater Wellington Regional Council,17356111,Request for Tenders,Open Competition,GWRL Wellington Metro Stations Heavy Maintenance,PT0502,20160401,20160504,20211119,,Sole Agency,No,"Tender Box Calibre Consulting Level 13, Kordia House, 109-125 Willis Street, Wellington","This Contract is for the heavy maintenance of railway stations which are owned and maintained by Greater Wellington Rail Limited. The Contract includes maintenance at various railway stations, which may include some or all of the following types of work: Preparation and painting of building surfaces, Electrical work including the repair and replacement of cabling, conduits and light fittings, roofing, including repair of cladding, gutters and downpipes, carpentry such as the replacement of timber facia boards and rotten cladding. Greater Wellington Rail Limited are looking for: Delivery of a comprehensive continually improving Wellington Metro Stations Heavy maintenance service, a service that undertakes to provide works in a way which minimises disruption to the public and staff. Responsiveness, helpful, polite and customer focused management and staff to help achieve this goal. Development and innovation including innovative work methods and / or materials that result in enhanced performance and results. Added value to the contract and an overall cost saving throughout the duration of the Contract. A committed and driven culture for Health & Safety throughout the organisation and a high level of performance through an organisation-wide desire to achieve excellence.",Not Awarded,,0,20250410 Greater Wellington Regional Council,17357668,Request for Tenders,Open Competition,GWRL Commuter Carpark Maintenance and Construction,PT0496,20160401,20160427,20211119,,Sole Agency,No,"Rakesh Maharaj Calibre Consulting Level 13, Kordia House, 109-125 Willis Street, Wellington","Greater Wellington Rail Limited (the Principal) is responsible for the planning, management and funding of Public Transport in the Wellington Region. This includes the provision of commuter carparking and facilities at 34 of the 48 railway stations on the commuter railway network in the Wellington Region. The Contract is for the maintenance and construction of commuter carparks in Wellington, Porirua, Kapiti Coast, Lower Hutt, Upper Hutt and the Wairarapa on the Wellington-Johnsonville, Wellington-Waikanae, Wellington-Melling and Wellington-Masterton railway lines. The carparks to be maintained are listed in the Specification. The Contract includes: (a) The maintenance of the carpark pavements, pavement markings, signs, drainage, landscaped areas (with some exceptions), vegetation control, litter control and general cleaning. (b) Annual reseal programme. (c) Re-marking of existing carparks to increase the number of parking spaces or change the layout. (Provisional Item). (d) Construction of carpark extensions and new carparks (Provisional Item).",Not Awarded,,0,20250410 Greater Wellington Regional Council,17759959,Request for Tenders,Open Competition,Wellington Bus Services,,20160811,20161122,20200918,,Sole Agency,No,,"The Greater Wellington Regional Council (GWRC) invites experienced bus operators to tender for nine bus contracts (or bus units) of varying sizes across the Wellington region. These new contracts, to be delivered under the framework of the Public Transport Operating Model (PTOM), represent a first step in reshaping the look, feel and usability of Wellington’s bus services. The nine bus units available for tender form part of a wider network of 16 bus units, one rail unit and one ferry unit that have been designed to link routes for efficiency and service reliability. Already avid users of public transport, Wellington has the highest per capita public transport use in the country and one of the highest in Australasia. The Wellington market is receptive and ready for the changes the new contracts will bring. The new contracts are an opportunity for us to work in partnership to provide a better public transport experience for our customers and to make greater Wellington even greater. The bus units will be contracted for nine years and there is potential for high performing bus units to be negotiated for an additional six years. Accessing documents: The RFT and supporting information is available for bus operators via GWRC’s electronic Data Room. GWRC invites experienced bus operators to register with us to gain access to the PTOM Data Room by emailing ptombus@gw.govt.nz",Not Awarded,Awarded,0,20250410 Greater Wellington Regional Council,17794429,Request for Tenders,Open Competition,Taita Railway Station Building Upgrade PTO520A,PTO520A,20160815,20160909,20211117,,Sole Agency,No,"Aurecon NZ Limited Level 8, Spark Building, 42-52 Willis Street, Wellington",Greater Wellington Regional Council are inviting tenders for the refurbishment and seismic strengthening of the existing railway station building and associated infrastructure at Taita Station.,Not Awarded,,0,20250410 Greater Wellington Regional Council,17997655,Request for Proposals,Open Competition,GWRL Driver Training Simulator,PT0513,20161006,20161117,20211130,,Sole Agency,No,Tenders are to be submitted by email in PDF format to DriverSimulatorPT0513@gw.govt.nz,"We are Greater Wellington Rail Limited (GWRL). We’re seeking supplier proposals for a Driver Training Simulator for our Matangi trains which operate across the Wellington region. The supplier will need to design, manufacture, deliver, install, commission, document, and maintain the simulator. The rail infrastructure is owned by KiwiRail Limited (KiwiRail) and the trains are supplied by Hyundai Rotem. Once the simulator has been installed and formally accepted by us, we will make it available for use by our newly appointed train operator, Transdev Wellington Limited (Transdev). Transdev will also manage the supplier’s ongoing maintenance of the simulator. The main reason for us purchasing a simulator is to increase the efficiency and safety of Wellington’s train operations. Generally speaking, we are looking to balance the following: • The best solution for our requirements. • The most capable supplier. • The strongest commitment to supply. • The best value-for-money over whole-of-life.",Not Awarded,,0,20250410 Greater Wellington Regional Council,18670949,Request for Proposals,Open Competition,Total Mobility Services (Agency and Assessment),PT0571 & PT0572,20170517,20170619,20211130,,Sole Agency,No,,"Initiated in the early 1980s using Telethon funds raised in a Year of the Disabled, Total Mobility was originally a Number 8 Wire solution to the public transport problems being experienced by the disabled. Total Mobility in the Greater Wellington Region now provides access to subsidised door-to-door transport for 10,000 permanently disabled customers with over 270,000 trips carried out each year. This is an opportunity for disability support organisations to extend their current service offering by providing Total Mobility Agency Services to their customers. There is no limit to the number of Agency Services and, provided our criteria are met, all proposals will be accepted. We are also seeking to appoint one provider of Total Mobility Assessment Services on behalf of Greater Wellington Reginal Council (GWRC) to those customers that are not, for whatever reason, affiliated with any other Agency.",Not Awarded,,0,20250410 Greater Wellington Regional Council,18801262,Request for Proposals,Open Competition,Guided Horse Trekking and Riding Instruction and Grazing - Queen Elizbeth Park,,20170711,20170804,20211119,,Sole Agency,No,"Jigsaw Property Consultancy Ltd, 55 Waterloo Quay, Pipitea, Wellington","Greater Wellington Regional Council (GWRC) wishes to offer a new commercial activity concession for guided horse trekking and riding instruction, and a concurrent grazing licence at QEP and invites prospective parties to submit proposals for these activities. Based at MacKays Crossing, the activities include the use of an historic barn, trekking on designated horse riding trails, and grazing of 25 hectares of land. Agreements of up to five years can be considered commencing on 1 December 2017. Proposals must be for both the commercial activity agreement and grazing licence to be held concurrently.",Not Awarded,,0,20250410 Greater Wellington Regional Council,18815679,Request for Proposals,Open Competition,CCTV and Audio Installation Maintenance Services PTO584,PTO584,20170707,20170804,20210412,,Sole Agency,No,"2 Fryatt Quay, Pipatea, shed 39, Wellington",Greater Wellington Regional Council are looking for a provider to primarily maintain and upgrade its existing CCTV network and undertake installation of equipment to identified locations. These services will provide assistance to protect its rail assets as well as assisting with the general safety of people and property when using public transport services.,Not Awarded,Greater Wellington Regional Council is pleased to inform that that the successful supplier who has been awarded the contract for this tender is Red Wolf High Level Security,0,20250410 Greater Wellington Regional Council,19269571,Request for Proposals,Open Competition,"Bus Hub, Shelter Fabrication and Installation",PT0642,20171127,20171220,20211117,,Sole Agency,No,,"Greater Wellington Regional Council (the Principal) is responsible for the planning, management and funding of Public Transport in the Wellington Region. This includes the provision of seven new bus hubs in Wellington City at Miramar, Kilbirnie, Newtown, Courtenay Place, Brooklyn, Karori Tunnel and Johnsonville. Greater Wellington Regional Council has engaged Calibre Consulting Limited to design the proposed bus hubs and manage the shelter manufacture and installation contract and the civil works construction contract. The Isthmus Group are responsible for the architectural design of the shelters. The Contract is for the design assistance, fabrication and installation of the seven bus hubs. The key objectives of this Contract are to: a) Engage a supplier who can contribute to the design of the shelters, and deliver the fully commissioned hubs by 30 June 2018 to the high standards that are required; b) Have the project completed to the satisfaction of the Stakeholders and users; c) Produce bus hubs that are functional, efficient and have a low maintenance cost. Please see attached tender documents for full details. Tenders must be submitted to: Tender Box Calibre Consulting PO Box 6643 Wellington 6141",Not Awarded,,0,20250410 Greater Wellington Regional Council,19292352,Request for Tenders,Open Competition,Bus Hub Civil Works,PTO463,20171204,20180118,20211119,,Sole Agency,No,,"Greater Wellington Regional Council (the Principal) is responsible for the planning, management and funding of Public Transport in the Wellington Region. This includes the provision of seven new bus hubs in Wellington City at Miramar, Kilbirnie, Newtown, Courtenay Place, Brooklyn, Karori Tunnel and Johnsonville. Greater Wellington Regional Council has engaged Calibre Consulting Limited to design the proposed bus hubs and manage the shelter manufacture and installation contract and the civil works construction contract. The Isthmus Group are responsible for the architectural design of the shelters. The Contract is for the construction of the civil works associated with the seven bus hubs. The key objectives of this Contract are to: a) Engage a supplier who can construct and deliver the fully commissioned hubs by 30 June 2018 to the high standards that are required; b) Manage the installation of the new bus shelters by a nominated sub-contractor: c) Have the project completed to the satisfaction of the Stakeholders and users; d) Produce bus hubs that are functional, efficient and have a low maintenance cost. Please see attached tender documents for full details. Tenders must be submitted to: Tender Box Calibre Consulting PO Box 6643 Wellington 6141",Not Awarded,,0,20250410 Greater Wellington Regional Council,19563057,Request for Proposals,Open Competition,Appointment of a Media Agency,,20180322,20180501,20211119,,Sole Agency,No,,"With the commencement of the PTOM bus contracts phased in from April 2018, to mid-July 2018, GWRC has the opportunity to utilise advertising space to generate revenue and raise awareness of the Metlink brand. GWRC is also currently considering how we could use advertising to support community groups. We are seeking a primary Supplier to manage the whole process of selling, applying and removing advertising on public transport assets, on GWRCs behalf. There is potential for advertising across the public transport network and GWRC intends to approach advertising in Phases. It is intended that the contract awarded through this tender process will initially be for Phase 1 (bus exterior - bus back panels only) and as the contract progresses, additional Phases will be implemented, provided the Supplier is performing as expected. We are seeking proposals from experienced and qualified suppliers. For further information about this opportunity please download the RFP pack.",Not Awarded,,0,20250410 Greater Wellington Regional Council,19660887,Request for Proposals,Open Competition,"Demolition and Replacement of Baring Head East Harbour Regional Park Bridge, Coast Road, Wainuiomata",,20180423,20180601,20211117,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) would like to replace the existing 42m vehicle bridge across the Wainuiomata River, at 1700 Coast Road, Wainuiomata. The existing bridge was constructed in 1931, which has reached the end of its lifespan and therefore requires replacement. The purpose of this request for proposal is to seek quotes from experienced contractors to undertake Dismantling and Demolition works for an existing bridge, and the construction of a new vehicle bridge across the Wainuiomata River. Please download the attached tender documents for further details and direct any questions to our Point of Contact Donald Richardson.",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Demolition and Replacement of Baring Head East Harbour Regional Park Bridge, Coast Road, Wainuiomata tender has been awarded to Concrete Structures (NZ) Ltd. Further Award Information: Services: To replace the existing 42m vehicle bridge across the Wainuiomata River. Contract value: approximately NZ$1,000,000 (excluding GST). Contract term: 8 months Type of procurement process: open competitive Request for Proposals (RFP). Award Date: 3, September 2018",0,20250410 Greater Wellington Regional Council,19725429,Request for Tenders,Open Competition,"PTO686 - Metlink Public Transport Sign Manufacture, Installation and Maintenance Contract",PT0686,20180514,20180612,20211117,,Sole Agency,No,,"The Metlink brand brings together all the regions bus, train and harbour ferry services under one name into an integrated public transport information system for the Greater Wellington Public Transport Network. A consistently branded transport system that is easy to use, offers a consistent customer experience and generates customer loyalty is key to GWRC and the focus of this contract. GWRC want to continue implementing best practice wayfinding and signage through a single long-term contract for the whole of Greater Wellington region for; ? The manufacture, installation and maintenance of signage throughout the Wellington rail network. ? The manufacture and installation of signage for the Wellington bus network. ? Sign design, development and graphic services.",Not Awarded,,0,20250410 Greater Wellington Regional Council,19972031,Request for Tenders,Open Competition,GWRL Bridge & Subway Renewal,PTO718,20180801,20180830,20211119,,Sole Agency,No,"FAO Andy Lyon, Level 18, Plimmer Tower, 2-6 Gilmer Terrace, Wellington","Greater Wellington Rail Limited (GWRL) is wholly owned subsidiary of GWRC, and is responsible for the management and maintenance of railway stations, and access across the Wellington Region. To ensure the safety and resilience of station access infrastructure a supplier is needed to undertake structural, including seismic, upgrades to bridges and subways. The project will include the upgrade of approximately five bridges and seven subways, and the supplier will be required to work with the project team to facilitate investigations, guide design solutions with reference to constructability, and undertake the physical works. During the term of the contract various cosmetic upgrades and maintenance tasks will also be completed on bridges & subways across the network.",Not Awarded,,0,20250410 Greater Wellington Regional Council,20222283,Request for Proposals,Open Competition,Advance Notice - Residential Property Management Services,,20180928,20181019,20190801,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) gives notice of its intention to issue a request for proposal (RFP) from suitably qualified residential property management service provider to proactively manage 111 residential tenancies in properties that have or are in the process of being acquired for public works including RiverLink Project. The service provider will be responsible for all day-to-day property management for the portfolio which, upon acquisition of all the properties, will have an estimated gross rent roll of approximately $2.1 million dollars per annum. The properties are mainly located on two streets in central Lower Hutt, a popular location for rental properties with low tenant turnover. The properties are currently managed by GWRCs property service providers, Jigsaw Property Consultancy (JPC). GWRC seek a service provider with capability, experience and resources to deliver quality residential property management services to a large portfolio. They need to have a good track record in the management of residential property and will be ready to take this portfolio on within a month of being appointed. Please do not reply to this notice, but if you have questions before the RFP is issued, please contact GWRC via jess@jigsawproperty.co.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Residential Property management Services tender has been awarded to Oxygen.Co.NZ Limited. Further Award Information: Services: GWRC to appoint a residential property management supplier to proactively manage residential tenancies in properties that have or are in the process of being acquired. Estimated Contract value: $147K per annum (excluding GST). Contract term: Initial Term of 3 years with option to renew Type of procurement process: open competitive Request for Proposals (RFP). Award Date: 18, December 2018",0,20250410 Greater Wellington Regional Council,20462512,Request for Tenders,Open Competition,Beekeeper Tender Project Greater Wellington Metro Forest and Regional Park,,20181123,20181220,20211119,,Sole Agency,No,"1056 Fergusson Drive, Clouston Park, Upper Hutt 5140","Background 1.1. There is unprecedented demand from beekeepers wanting to place hives on public land. Demand exceeds supply in many parts of the country, particularly for manuka honey production sites. 1.2. Although opportunities for manuka honey production within the Greater Wellington (GW) Parks and Forests are limited, there are opportunities for wintering on a large number of sites. 1.3. GW recognises the value of honey to the New Zealand and regional economy, and the potential benefit of using public land as a resource. It is also key the GW manages any risks this presents to the environment and other users, while also achieving market returns from this commercial use of council land. 1.4. Current beekeeping arrangements within these areas are all due to expire in early 2019. The purpose of this Request for Tender (RFT) is for GW to select beekeepers to carry out commercial beekeeping and locate his or her hives on the sites identified below. This document outlines the process and information for submitting a tender for beekeeping opportunities in the GW Metro Forests and Regional Parks.",Not Awarded,,0,20250410 Greater Wellington Regional Council,20564874,Request for Tenders,Open Competition,Request for Tenders - New Zealand National Ticketing Programme - Project NEXT - For the Provision of Financial Services,C003,20190114,20190222,20211130,,Cluster,No,,"On behalf of New Zealand Public Transport Authorities, Greater Wellington Regional Council (GWRC) gives notice of its intention to issue, a Request for Tenders (RFT) for the National Ticketing Programme - Project NEXT procurement of financial services to support a next generation public transport ticketing solution. GWRC is seeking suitably qualified providers intending to bid to pre-register. This Request for Tenders requires pre-registration using the form attached. PLEASE NOTE that this listing and the pre-registration period closes on 22nd February 2019 and the tender response period closes 15th March 2019. The Financial Services to be procured through the RFT have been separated into three components, which are: Merchant Acquiring services Transit Card Program Manager services Transit Card Retailer Network Manager services Please refer to the attachment for more details. Please DO NOT submit any questions, submissions or correspondence via this GETS listing. All communication must be via the Project NEXT email projectnext@gw.govt.nz",Not Awarded,,0,20250410 Greater Wellington Regional Council,20744983,Request for Quotations,Open Competition,GWRC Porirua and Hutt Valley Flood Protection Grass Mowing Services,,20190218,20190308,20191106,,Sole Agency,No,,"The Flood Protection Department of Greater Wellington Regional Council (GWRC) is responsible for the maintenance of considerable areas of grass, mainly river berms and stopbanks. The successful maintenance of these areas is seen as an important aspect of GWRCs delivery of service to its ratepayers. The intention of this contract is that the Contractor shall mow areas under the responsibility of the Flood Protection Department of GWRC for general vegetative control and aesthetic purposes.",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Porirua and Hutt Valley Flood Protection Grass Mowing Services tender has been awarded to Agricontracts Ltd. Further Award Information: Services: GWRC to appoint a provider for the maintenance of considerable areas of grass, mainly river berms and stopbanks. Contract term: 1 year Term Type of procurement process: open competitive Request for Quotation (RFQ). Award Date: 8 May 2019",0,20250410 Greater Wellington Regional Council,20817877,Request for Proposals,Open Competition,Land Management Akura Nursery Works,,20190311,20190329,20191126,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) gives notice of its intention to issue, a request for proposal (RFP) from suitably qualified providers who want to undertake operational work at the Akura Nursery in Masterton under a master services agreement for a three year period. The statements of work associated with the master agreement will be signed annually. Akura Nursery is owned by Greater Wellington Regional Council and is run as a business unit its prime objective is to grow poplar and willow poles that are then purchased through the Land Management Department and planted to assist in preventing erosion on private land. The Akura Nursery work includes the following: High pruning of poles Stump pruning of poles Pole cutting Spraying and other general labour at an hourly rate Successful respondent will be expected to attend Health and Safety briefing to familiarise with the work and conditions and will need relevant certificates e.g. chainsaw operation. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES/QUESTIONS TO THIS NOTICE ON GETS OR ON GWRCs WEBSITE All response must be submitted to the Tender email address provided in the tender instruction. If you have any questions, please email the tender point of contact at scott.ihaka@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contract for the Land Management Akura Nursery Works has been awarded to Burns Brothers Limited Further Award Information: Services: To provide the service of planting and managing the nursery. Contract term: 3 Years Type of procurement process: open competitive Request for Proposals (RFP).",0,20250410 Greater Wellington Regional Council,20829190,Request for Proposals,Open Competition,Land Management Seasonal Field Works,,20190313,20190401,20191128,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) gives notice of its intention to issue, a request for proposal (RFP) from suitably qualified providers who want to undertake seasonal field work around the Wairarapa region under a master services agreement for a three year period. The statements of work associated with the master agreement will be signed annually. Land Management a department of GWRCs prime objectives is to deliver a service to both Greater Wellington itself and farms around the region to maintain and prevent erosion. This is seasonal work is on an annual basis but only during certain times of the year involves, preparing the soil before any planting can commence and the planting out of poles and seedlings, ongoing pruning and pre and post spraying that is required to grow these trees around Wairarapa region. The poles and seedlings are provided by Akura Nursery in Masterton. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES/QUESTIONS TO THIS NOTICE ON GETS OR ON GWRCs WEBSITE All response must be submitted to the Tender email address BEFORE or BY 1 April 2019 5.00 PM as provided in the tender instruction. Please do not be late. If you have any questions, please email the tender point of contact at scott.ihaka@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contract for the Land Management Seasonal Works, have been awarded to Andrew Marshalls and Wichman Silviculture. Further Award Information: Services: This work involves the planting out of poles and seedlings, ongoing pruning and spraying that is required to grow these trees around Wairarapa region. Contract term: 3 Years Type of procurement process: open competitive Request for Proposals (RFP).",0,20250410 Greater Wellington Regional Council,21278120,Request for Quotations,Open Competition,Wairarapa - Mechanical Opening of Lake Onoke Coastal Dune,2297,20190722,20190809,20200224,,Sole Agency,No,,,Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Wairarapa - Mechanical Opening of Lake Onoke Coastal Dune tender has been awarded to JPS Earthmoving Limited Further Award Information: Services: The works consist of mechanical opening of the Ruamahanga River mouth through the coastal dune between Lake Onoke and Palliser Bay Contract term: 5 years Type of procurement process: Open Request for Quotation (RFQ). Award Date : 3 Dec 2019",0,20250410 Greater Wellington Regional Council,21547639,Request for Proposals,Open Competition,Wellington Regional Transport Analytical Tools,,20190909,20191014,20191117,,Sole Agency,No,Soft copies only,"This is a Professional Services contract to update the Wellington Regional Transport Analytical Tools. These tools Wellington Transport Strategy Model (WTSM) and Wellington Public Transport Model (WPTM) - are jointly owned by the NZ Transport Agency and Greater Wellington Regional Council and support transport analysis that is used to inform decision making within the region. The transport environment is continuously evolving, requiring analytical tools that have the functionality and flexibility to support planning and decision making. This project provides an exciting opportunity to update the regional transport analytical tools to ensure they have the functionality and flexibility to be used with confidence for transport planning within the Wellington Region. We will be looking for a consultant team with the following attributes to assist with this project: a strong track record and broad range of experience in strategic modelling, particularly using the EMME software platform the ability to deliver on a methodology that balances innovation, risk and complexity the skills to develop tools that have the functionality to support current challenges and the flexibility to adapt to future challenges local presence, a strong New Zealand base and international expertise a willingness to work in an open, honest and collaborative manner the desire to build capability within the client team and across the sector Please do not reply to this notice please contact GWRC via Andrew.ford@gw.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda.",Awarded,"Contract value for Phase 1 - $950,000",950000,20250410 Greater Wellington Regional Council,21757118,Request for Proposals,Open Competition,Flood Risk Management Programme-Flood Response,,20191011,20191101,20200221,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking Request for Proposals (RFP) from suitably qualified providers who want to work with GWRC and the Wellington Emergency Management Office (WREMO) to deliver its Flood Response Services under the Flood Risk Management (FRM) programme. The FRM programme consists of three projects; Flood Awareness, Flood Response and Flood Warning. The aim of this programme is to improve GWRC & WREMOs ability to proactively respond to flood events through aligned response procedures, predictive forecast modelling and community awareness material. This RFP is for one of the three projects : Flood Response GWRCs desired outputs for the Flood Response is to establish comprehensible and scalable procedures across WREMO, GWRC Flood Protection, and GWRC Hydrology teams for managing flood events in the Greater Wellington region. The services required include project management, workshop facilitation, process development, and stakeholder management, GWRC seek suppliers that have experience in emergency management, preferably in the NZ context, have the experience in and ability to developing operational processes and are able to facilitate multi stakeholder workshops. Note: GWRC issued an Advance Notice on 13 August 2019 relating to this RFP. Proposals must be submitted electronically through the GETS website. Questions can be directed to GWRC via andy.brown@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contract for the Flood Response tender has been awarded to Tonkin and Taylor Limited. Further Award Information: Services: To provide professional services support to the Flood Response project to address the limited alignment in response procedures across GWRC and WREMO Type of procurement process: open competitive Request for Proposals (RFP). Award Date: 19, December 2019",0,20250410 Greater Wellington Regional Council,21808289,Request for Quotations,Open Competition,GWRC Establishment of Flood Protection Plant Hire Supply Panel,,20191021,20191206,20211117,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is proposing to establish a plant hire supply panel of pre-approved suppliers with agreed terms and conditions to deliver maintenance of flood protection assets over 1000 km of waterways across the region. We are seeking compliance based documentation for specific plant hire services to help us verify which suppliers, existing or new, are capable of delivering services required under our annual work programs. The purpose of this RFQ is to invite quotations of plant hire rates from interested Contractors who have the capability, capacity and relevant experience to perform an agreed portion of the GWRC's flood protection works programs. Supplier briefings will be held in respect to the RFQ documents at the following location and dates Hutt Valley, 11th November 10.30am Wairarapa, 13th November 10.30am Kapiti, 15th November 10.30am If you wish to register your interest in attending one of the above supplier briefings - please email simon.angus@gw.govt.nz Please do not reply to this notice",Not Awarded,,0,20250410 Greater Wellington Regional Council,21827834,Request for Proposals,Open Competition,Bus Stop Assets Maintenance and Cleaning Services Contract,PT0833,20191024,20191120,20200306,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking to appoint a collaborative and proactive supplier for its bus stop asset maintenance and cleaning contract. The supplier will be responsible for the maintenance and cleaning of a variety of assets, including signage installation at 3,000 stops across the Wellington Region. We want suppliers that: have a demonstrable track record in asset cleaning, and asset maintenance, and signage installation services. have a presence within the Wellington region. GWRC is looking for credible suppliers who have the capability, capacity and experience to deliver a step change in how long-term maintenance contracts are managed and administered, in particular the harnessing of technology that can assist with auditing of planned and reactive maintenance. Suppliers need to have a strong track record of being a good employer through their employment policies and practises which is reflected in the management of their workforce. The following documents are provided as attachments in GETS to assist you in completing your response; Bus Stop Map-Link Metlink Bus Stop cleaning Schedule Performance Criteria Form and Example RFP Document RFP Response Form ( Non-Price) RFP Response Form (Price) Schedule of Rates The proposed contract for services will be provided as an additional addendum by or before Friday 1 November 2019 Proposals must be submitted electronically through the GETS website. Questions must be directed via GETS",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contract for Bus Stop Assets Maintenance and Cleaning Services has been awarded to Directionz Limited Further Award Information: Contract term: 3 + 2 + 1 Type of procurement process: open competitive Request for Proposals (RFP).",0,20250410 Greater Wellington Regional Council,21835662,Request for Proposals,Open Competition,Flood Risk Management Programme - Flood Warning,,20191025,20191115,20200306,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking Request for Proposals (RFP) from suitably qualified providers who want to work with GWRC and the Wellington Emergency Management Office (WREMO) to deliver its Flood Response Services under the Flood Risk Management (FRM) programme. The FRM programme consists of three projects; Flood Warning, Flood Response and Flood Awareness. The aim of this programme is to improve GWRC & WREMOs ability to proactively respond to flood events through aligned response procedures, predictive forecast modelling and community awareness material. This RFP is for one of the three projects : Flood Waring GWRCs desired outputs for the Flood Warning is to establish comprehensible and scalable procedures across WREMO, GWRC Flood Protection, and GWRC Hydrology teams for managing flood events in the Greater Wellington region. The services required include project management, workshop facilitation, process development, and stakeholder management, GWRC seek suppliers that have experience in emergency management, preferably in the NZ context, have the experience in and ability to developing operational processes and are able to facilitate multi stakeholder workshops. Note: GWRC issued an Advance Notice on 13 August 2019 relating to this RFP. Proposals must be submitted electronically through the GETS website. Questions can be directed to GWRC via andy.brown@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contract for the Flood Response tender has been awarded to Tonkin and Taylor Limited. Further Award Information: Type of procurement process: open competitive Request for Proposals (RFP).",0,20250410 Greater Wellington Regional Council,22329443,Request for Proposals,Open Competition,Pakuratahi Forks Suspension Bridge Construction,3134,20200220,20200319,20210326,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably experienced and qualified providers to replace an existing 35 year old pedestrian Pakuratahi Forks swingbridge at the Kaitoke Regional Park in the Wellington region. The new bridge is designed to improve accessibility for all users with wider deck clearances for a heavier load capacity, with easier access grades. The construction services contract include but not limited to the following; Demolition and disposal of the existing bridge (with the exception of the deadman supports) Replacing the existing 72m long swing bridge with a 65m long suspension bridge to the engineers design/specification Please do NOT reply to this notice, but if you have questions please direct them to us via GETS Please register for the site visit.",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Pakuratahi Forks Suspension Bridge Construction tender has been awarded to Abseil Access LTD",0,20250410 Greater Wellington Regional Council,22365640,Request for Proposals,Open Competition,Flood Risk Management Programme-Flood Awareness,,20200226,20200320,20200720,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking Request for Proposals (RFP) from suitably qualified providers who want to work with GWRC and the Wellington Emergency Management Office (WREMO) to deliver its Flood Awareness Services under the Flood Risk Management (FRM) programme. The FRM programme consists of three projects; Flood Awareness, Flood Response and Flood Warning. The aim of this programme is to improve GWRC & WREMOs ability to proactively respond to flood events through aligned response procedures, predictive forecast modelling and community awareness material. This RFP is for the last three FRM projects : Flood Awareness The other two (Response and Warning) has been tendered and awarded. The objectives of the services required are to; Confirm the key stages pertinent to a flood event and identify the key messages for each stage. Identify communication and awareness raising options for use with communities, businesses and other key stakeholders. Develop a communications and engagement strategy in conjunction with GWRC and WREMO to be used to raise flood awareness. Develop concepts for communication material including a One-stop Shop website for the presentation of flood information, and a software application making information available to the public with warning and response information The Scope is to provide the following services; Project Management Workshop facilitation Process Development Stakeholder management Graphic Design Web Design Web app design/development/use of already available from others Deliverables: Comms and engagement plan Flood awareness collateral One-stop shop website concept design. Note: GWRC issued an Advance Notice on 13 August 2019 relating to this RFP. Proposals must be submitted electronically through the GETS website. Questions can be directed to GWRC via andy.brown@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contract for the Flood Awareness tender has been awarded to Tonkin and Taylor Limited. Further Award Information: Type of procurement process: open competitive Request for Proposals (RFP).",0,20250410 Greater Wellington Regional Council,22582444,Request for Proposals,Open Competition,Office Planting Supply and Maintenance,,20200428,20200525,20201222,,Sole Agency,No,,"The Greater Wellington Regional Council (GWRC) is amalgamating its Wellington based offices to a central location late 2020. GWRC recognises the value in consistency across all of our office sites, and as such has taken the opportunity to expand this procurement across its network. The design for the new office premises includes a hanging garden that spans three levels and an outside courtyard. The objective of this tender, is to engage a longer term provider who can work with us to ensure our office environment, is not only providing health and wellbeing properties through planting and the right aesthetics for our people and visitors, but also helps to promote the external brand of GWRC and showcase our commitment to the environment through our workplace settings. GWRC seeks a provider(s) with experience in both the delivery and management that can partner with us to finalise the planting design for our offices and maintain these on a lease basis for a minimum of five years. Questions relating to the RFP document can be directed to GWRC via GETS all other queries to our contact point Lucy.hornby@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contract for Office Planting Supply and Maintenance tender has been awarded to Rentokil Initial Limited t/a Ambius.",0,20250410 Greater Wellington Regional Council,22610329,Request for Proposals,Open Competition,Office Furniture,,20200506,20200608,20210215,,Sole Agency,No,,"The Greater Wellington Regional Council (GWRC) is amalgamating its Wellington based offices to a central location late 2020. As part of this fit-out project is a requirement to supplement existing furniture with new items. At the same time we are looking to develop a furniture catalogue for use across GWRC so that we can progressively look to replace obsolete assets over a number of years to achieve a level of consistency in our look and feel. The objective of this tender is to identify furniture solutions that can be incorporated into a standard catalogue for use across the GWRC network of offices that align to the look and feel we wish our environments to portray as well as being functionally sustainable for everyday use. GWRC seeks a provider(s) with experience in ideally in manufacturing, delivery and after sales service that can partner with us for a minimum of five years. Questions relating to the RFP document can be directed to GWRC via GETS all other queries to our contact point Lucy.hornby@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the Office Furniture tender has been awarded to Aspect, Vidak Europlan and Zenith.",0,20250410 Greater Wellington Regional Council,22750266,Request for Tenders,Open Competition,GWRC Electricity 2020,,20200529,20200619,20200831,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFTs from suitably qualified providers, to provide electricity, to support the delivery of GWRC and Wellington Water Limiteds (WWL) services within the Wellington region. WWL uses electricity for bulk water operational purposes, collection, treatment and distribution of drinking water and GWRCs use is to power office buildings, streetlights and public transport facilities (rail and bus transport). The objective is to ensure the ongoing cost of electricity is minimised and predictable for budgeting purposes, and to assist with cash flow for the term of the contract, whilst allowing reduction of New Zealands carbon emissions. GWRC is seeking a generator retailer partner that has capacity and capability with excellent track record of energy reporting and billing capability with an appreciation of the local region. Note: GWRC issued an Advance Notice on 14 May 2020 relating to this RFT. Proposals and questions must be submitted electronically through the GETS website.",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the GWRC Electricity 2020 tender has been awarded to Meridian Energy.",0,20250410 Greater Wellington Regional Council,22842364,Request for Proposals,Closed Competition,Secondary Procurement- Meeting Room Services,,20200618,20200717,20200904,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably qualified experienced meeting room provider to implement video conferencing solutions in our new premise in the Farmers precint in Cuba Street, Wellington and potentially in other GWRC premise. GWRC seeks to engage a business partner that understands the role that GWRC plays in our communities ensuring that sustainable and environmental practices and products are a normal part of the way we do business. Questions pertaining to the RFP content can be directed to GWRC via umma.wilson@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Meeting Room Services tender has been awarded to Spark New Zealand Limited",0,20250410 Greater Wellington Regional Council,22842841,Request for Proposals,Closed Competition,Active Equipment for the Passive Optical Network (PON) Solution,,20200618,20200715,20200903,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably qualified experienced active equipment provider that has proven experience in providing ICT infrastructure and networking equipment that can provide a reliable and high quality service that represents best value. The provider will be expected to deliver and implement the active equipment for the Passive Optical Network (PON) solution being installed into our new premises in the Farmers precinct in Cuba Street, Wellington, in late 2020. In addition to the implementation of the active equipment, the successful supplier will be expected to work with us to provide training and support for the PON solution on an ongoing basis. GWRC seeks to engage a business partner that understands the role that GWRC plays in our communities ensuring that sustainable and environmental practices and products are a normal part of the way we do business. We are proud of the work we do in our communities and our facilities are a reflection of our pride. Its important to us that we enable our staff to collaborate and engage with other areas of the business, our business partners, and the public in various ways, including through the use of technology and IT systems. Questions and proposal pertaining to the RFP to be directed to GWRC via GETS Please confirm receipt of the tender notification email and/or confirmation of your interest to participate ; our contact person email: umma.wilson@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Active Equipment for the Passive Optical Network (PON) Solution tender has been awarded to Two Degrees New Zealand Limited",0,20250410 Greater Wellington Regional Council,23006178,Request for Proposals,Closed Competition,Secondary Procurement- GWRC Wide Area Network (WAN) and Wi-Fi Solution for Cuba Street,,20200722,20200731,20200903,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably qualified provider who want to provide Wide Area Network (WAN) and Wi-Fi services to our new premises in the Farmers precinct in Cuba Street, Wellington. GWRC requires WAN and Wi-Fi (internal and guest) services to be delivered and implemented in the new building by a Supplier that has proven experience in delivering these solutions, who can also provide a reliable and high quality service that represents best value. The provider will be expected to deliver and implement the WAN and Wi-Fi (internal and guest) services into our new premises, late 2020, as well as support and maintain these services in an operational context. Questions relating to the RFP document can be directed to GWRC via GETS all other queries to our contact point umma.wilson@gw.govt.nz",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Secondary Procurement - GWRC Wide Area Network (WAN) and Wi-Fi Solutions for Cuba Street tender has been awarded to Liquid IT",0,20250410 Greater Wellington Regional Council,23048517,Request for Proposals,Open Competition,Construction Services for Upper Hutt Station Car Park Remodelling and Featherston Station Car Park Extension,,20200731,20200827,20201113,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) on behalf of Greater Wellington Rail Limited is seeking RFPs from suitably qualified suppliers for the construction of two separate car park projects at Featherston and Upper Hutt Railway stations. Both contracts are to provide additional parking spaces and provide other improvements for the benefit of train passengers. The key objective of this procurement is to secure a proactive supplier(s) that keeps customer experience at the forefront throughout the delivery of the contract. GWRC seeks a collaborative and proactive supplier(s) who have: 1. A demonstrable track record in the construction of civil engineering projects 2. A high level of diligence in the careful and proper management of pedestrians and motorists to minimise disruption to the travelling public. 3. The capacity and resources to deliver the contracts on time, on budget and with a no surprises approach. 4. A presence within the Wellington region Note: GWRC issued an Advance Notice on 15 July 2020 relating to this RFP. Supplier Questions Please submit all questions via this GETS tender",Not Awarded,"Greater Wellington Regional Council on behalf of Greater Wellington Rail Ltd is pleased to announce, the contract for the Construction Services for Upper Hutt Station Car Park Remodelling and Featherston Station Car Park Extension tender has been awarded to Sierra Delta Construction Limited. :",0,20250410 Greater Wellington Regional Council,23048710,Request for Proposals,Open Competition,Office Premise Cleaning Services,,20200731,20200831,20201222,,Sole Agency,No,,"The Greater Wellington Regional Council (GWRC) is seeking a suitable provider or providers to maintain the hygiene and cleanliness of our offices and depots across the Wellington region to a consistent standard. The objective is to engage a provider or providers 1. That are reputable commercial cleaning provider(s) 2. That undertake cleaning services, and uses products, that are both environmental a friendly (green) and are managed and disposed of in a sustainable way 3. That have similar values to that espoused by GWRC in relation to our people and commitment to the living wage 4. That is has good health and safety practices embedded into their culture 5. Use of environmentally friendly (green) products and practices, including disposing of waste in a sustainable manner. The contract is for an initial five year term, with two rights of renewals of one year each. Supplier Questions ; Please submit all questions via this GETS tender",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Office Cleaning Services tender has been awarded to OCS Limited",0,20250410 Greater Wellington Regional Council,23108093,Request for Proposals,Closed Competition,Office Relocation Services,,20200812,20200824,20201222,,Sole Agency,No,,"Greater Wellington Regional Councils (GWRC), Wellington offices are relocating from two existing locations (Shed 39 and 15 Walter Street) into a newly constructed facility at the Farmers Precinct in Cuba Street. We need the services of an experienced office moving company to support us with the logistics of not only the physical relocation into the new premises but the decommissioning of the existing facilities. The objective is to engage a provider 1. Who has the capacity to delivery within our timeframes; 2. Has extensive experience and expertise to draw up on in planning and executing moves of this nature; 3. Is flexible to make pragmatic solutions work for all on an ad hoc basis; 4. That have similar values to that espoused by GWRC in relation to our people and commitment to the living wage; 5. That is has good health and safety practices embedded into their culture. The contract is for an initial seven month term, with one month rights of renewals. Questions relating to the RFP document can be directed to GWRC via GETS.",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Office Relocation Services tender has been awarded to Fusion Workplace Services (CrownFILWorkspace)",0,20250410 Greater Wellington Regional Council,23114920,Request for Proposals,Open Competition,Population and Dwelling Forecasting Services for Councils in the Wellington Region,,20200831,20200928,20201222,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) and the Wellington Territorial Authorities (TA) (collectively the client team) are seeking a provider(s) to develop population and dwelling forecasts. The forecasts will inform the development of long-term planning for the client team, provide a framework for managing future growth in the region and enable each member of the client team to have more influence over decisions affecting the future use of resources managed or controlled by them. There are two parts to this commission A core output and project deliverable being the development of a methodology to deliver population, household and dwelling forecasts together with a simple tool to allow council officers to interrogate the forecasts and (if required) use the data to develop alternative scenarios A secondary output is a web-based tool that visualises key outputs from the forecasts at a high level for wider range of non-technical stakeholders and interested parties SUPPLIER QUESTIONS Please submit all questions via GETS notice by 5:00 p.m. 9 Sept 2020",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Population and Dwelling Forecasting Services for Councils in the Wellington Region tender has been awarded to Sense Partners",0,20250410 Greater Wellington Regional Council,23190756,Request for Proposals,Open Competition,Lower North Island Rail Integrated Mobility (LNIRIM) Phase One Professional Services,,20201106,20201130,20210215,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) in collaboration with Horizons Regional Council (Horizons) are exploring the procurement of a low/zero carbon long distance commuter fleet through the Lower North Island Rail Integrated Mobility (LNIRIM) project. GWRC is seeking suitably qualified supplier to provide seek professional services spanning a diverse range of disciplines to explore key issues followed by preparation of a Business Case and capital/operating funding applications A. A Business Case that builds on the Initial Business case, the findings of the ten reports and other relevant information including that provided to you by or through GWRC and key stakeholders. The Business Case will comprise: 1. Updated Strategic Case 2. Updated Economic Case. 3. Fully developed Commercial Case. 4. Fully developed Financial Case (including an assessment of any viable alternative funding and financing options) 5. Fully developed Management Case B. Funding applications comprising a capital funding application and an operating funding application for submission to NZTA and/or the New Zealand Treasury via the Ministry of Transport. SUPPLIER QUESTIONS Please submit all tender questions via GETS notice by 9:00 am, 20 November 2020",Not Awarded,"Greater Wellington Regional Council (GWRC) is pleased to announce, the contracts for the LNIRIM Professional Services tender has been awarded to LPS Consultants NZ Limited",0,20250410 Greater Wellington Regional Council,23352836,Request for Proposals,Closed Competition,Bird Survey Services 2020,,20200925,20201006,20201222,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably qualified experienced to collect data on bird abundance and distribution. This information is used to provide advice to the development and implementation of the Regional and District Council policies and environmental management interventions. GWRC seeks to engage a business partner that understands the role that GWRC plays in our communities ensuring that sustainable and environmental practices are a normal part of the way we do business. Given the proposed length of the contract, the level of desired trust and communication with the supplier and the approach to managing risk, GWRC will seek a strategic collaborative approach. Questions pertaining to the RFP content can be directed to GWRC via GETS",Not Awarded,"Greater Wellington Regional Council is pleased to announce, the contracts for the Bird Survey Services tender has been awarded to Nikki McArthur",0,20250410 Greater Wellington Regional Council,23403523,Request for Quotations,Open Competition,GWRC Flood Flood Protection Rock Rip Rap Supply 2020-21,,20201006,20201023,20201208,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) has an ongoing requirement for rock supply for erosion management and repair purposes within the river catchments of the Wellington Region. In addition to this, large scale construction work requires from time to time substantial quantities of rock to put in place permanent erosion control structures that form part of flood protection upgrades. GWRC is seeking RFQs from suitably qualified providers who have the capacity and capability for the provision of supply and delivery of Class B and Class C, Rip Rap Rock that meets GWRCs Grading Envelope. We require tender response to be submitted by e-mail to tenders@gw.govt.nz by or before 12.00pm 23rd Oct 2020. Please DO NOT wait for the last minute, due to heavy usage, network maybe slow that may cause delay in your submission. Late submissions may not be accepted.",Awarded,,0,20250410 Greater Wellington Regional Council,23953480,Request for Quotations,Open Competition,Supply of Wooden Trap Tunnels for Predator Free Wellington Project,,20210210,20210310,20210611,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) as one of the partners working on the Predator Free Wellington project, is seeking RFQs from suitably qualified providers capable of supplying and delivering wooden trap boxes, that meets specification. GWRC is seeking credible suppliers who not only have the capability and capacity to supply in a timely manner with a track record of service delivery that exceeds customer expectations including after sales support and service. Included in this email are the following RFP documents; 1 RFQ Document and Terms and conditions 2 Sec 6 RFQ Terms and Condition 3 RFP response Form 4 Specification 5 Pricing Schedule Template 6 Draft Contract for Services 7 Contract for Services Schedule 2 (Terms and Conditions) 8 Conflict of Interest Form We require tender response to be submitted by e-mail to: tenders@gw.govt.nz by or before 12.00pm 10th March 2021. Please DO NOT wait for the last minute, due to heavy usage network maybe slow that may cause delay in your submission. Late submissions may not be accepted. All questions related to the RFQ can be directed to GWRC via email address: tenders@gw.govt.nz and copied to the point of contact in the RFQ document.",Not Awarded,GWRC is pleased to announce that the contract has been awarded to Department of Correction.,0,20250410 Greater Wellington Regional Council,24133128,Request for Proposals,Open Competition,Commuter Carparks Maintenance and Reseals,PT0855,20210326,20210427,20210811,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) on behalf of Greater Wellington Rail Limited (the Principal) is responsible for the planning and management of Public Transport in the Wellington Region including the provision of commuter car parking facilities at 34 of the 48 railway stations on the commuter railway network in the Wellington Region, is seeking RFPs from suitably qualified supplier for carpark maintenance, cleaning and resealing services to deliver a continually improving service. The key objective of this procurement is to secure a proactive supplier that keeps customer experience and safety at the forefront throughout the delivery of the contract. GWRC seeks a collaborative, proactive and innovative supplier who has: 1. A demonstrable track record in delivering maintenance and resealing contracts in public places. 2. The capacity and qualified resources committed to deliver the contract on time, on budget and with a no surprises approach.. 3. A presence within the Wellington region Questions relating to this RFP document are to be directed to GWRC via GETS.",Not Awarded,GWRC is pleased to confirm that the contract for the Commuter Carparks Maintenance and Reseal has been awarded to Fulton Hogan Limited,0,20250410 Greater Wellington Regional Council,24167401,Request for Proposals,Open Competition,On-Bus Announcement System,,20210412,20210519,20211223,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking request for proposal (RFP) from suitably qualified and credible providers, to provide the hardware, software and content required to implement and maintain an on-bus next stop announcement system to a portion of GWRCs Wellington-based bus fleet. This initial procurement is for deployment on up to 240 of GWRCs 386 buses, with the remainder to be done in future. A full region-wide implementation of a system is ultimately required, therefore this project provides the opportunity for further implementation upon successful completion of this procurement. The intent of the On-Bus Next Stop Announcements project is to improve the customer experience for bus users by providing more accessible journey information through on-board bus announcements. The project scope is restricted to audio and visual information, with a primary focus on people with visual impairments. GWRC will be looking for providers with the following attributes for this project: a strong track record and broad range of experience with transport-based systems, and particularly customer information systems the ability to deliver on a methodology that balances innovation, risk and complexity the ability to develop tools that have the functionality to support current challenges and the flexibility to adapt to future challenges local presence, with strong New Zealand base and international expertise a willingness to work in an open, honest and collaborative manner the desire to build capability within the client team and across the sector. Note: GWRC issued an Advance Notice on 22 Dec 2020 relating to this RFP. Supplier Questions Please submit all questions via this GETS tender",Not Awarded,Greater Wellington Regional Council under the Metlink Brank is pleased to announce that the contract for the On-Buss Announcement project has been awarded to Somar Web Design & Development Limited with subcontractor Radiola Limited,0,20250410 Greater Wellington Regional Council,24189388,Request for Tenders,Open Competition,Biosecurity Pest Control Panel Services,,20210415,20210514,20210913,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is proposing to establish a pest control services panel of pre-approved suppliers with agreed terms and conditions for GWRC to purchase off the panel when services are required without the requirement to openly tender for each separate service either via or direct appointment or secondary procurement, provided the pre-defined criteria are met. GWRC will not determine a specific number of suppliers that will be accepted to the Panel, and we do not guarantee that all suppliers on the panel will get work. We will look to establish a Panel that provides us enough coverage of the region and access to a broad range of services. Through the Request for Applicant (RFA) response we will seek information from suppliers to determine which geographic areas they will provide services in, which type of services they can provide and which GWRC team they can provide services to. GWRC needs to be able to procure the pertinent labour hire for physical work and related services as required by Biosecurity staff from the panel. The scope of work will be determined on a case by case basis to suit various tasks. Including but not necessarily limited to the following: Pest Animal Works Bait Station/trap Servicing and Installation, Trap Checking, line cutting and marking and Recording of Information Assistance with Pindone Carrot services for Rabbit Control Ungulate control by way of hunting/shooting Pest Plant Works Pest plant control Surveying Training Predator Free Wellington (PFW) Assistance with the program of Pest Eradication from the PFW area GWRC is looking for credible providers who have the capability, experience and resources to deliver these biosecurity services. They need to be extremely trustworthy, able to follow instructions but also be competent enough to make decisions in the field when required. They need to be willing to maintain or establish very good working relationships with Biosecurity staff and at times other suppliers. GWRC is looking to work with a range of professional and capable suppliers. Term: 3+2+2 years Contract Start Date: 1 July 2021 Attached files are numbered from 1 to 35. Please take note that due to GETS system limitation the attachments are not arranged sequentially arranged. Supplier Questions Please submit all questions via this GETS tender",Not Awarded,Greater Wellington Regional Council is pleased to inform that we have signed up several supplier panel members to the Biosecurity Pest Control Panel Services contract.,0,20250410 Greater Wellington Regional Council,24191569,Request for Proposals,Open Competition,Station Cleaning and Minor Maintenance Wellington Region,PT0885,20210415,20210520,20210913,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) on behalf of Greater Wellington Rail Limited (the Principal) is seeking to appoint a supplier to provide services to clean and maintain 48 rail stations within the Greater Wellington region and the Wellington Lambton Quay bus driver facilities. This includes (Metlink Stations) on the Johnsonville Line, Kapiti Line, Hutt Line, Melling and the Wairarapa Line. GWRC is looking for innovative, credible and reliable suppliers who have the capability, experience and resources to present our stations and assets up to a world class standard. Suppliers need to have a good proven track record in the management and implementation of cleaning and comprehensive maintenance regime programmes, a strong effective team that can deliver continuously improving service. We are looking for a supplier that is proactive and has a can do attitude with capable and responsive staff that are able to back up that commitment. Suppliers must have a presence within the Wellington region or have a firm commitment to establish the presence. Suppliers are required to pay attention to details, to provide a top quality service with excellent skills in dealing with the public, where there is minimal disruption to GWRLs customers and staff. Attached files are numbered 1 to 14. Due to system limitation they are not sequentially arranged. Questions relating to this RFP document are to be directed to GWRC via GETS.",Not Awarded,Greater Wellington regional Council is pleased to inform that this contract has been awarded to Service Resource Limited,0,20250410 Greater Wellington Regional Council,24217679,Request for Proposals,Open Competition,248 Thorndon Quay Bus Layover & Driver Facility,PT0914,20210419,20210524,20220111,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably qualified experienced civil engineering suppliers for the construction of road surface, in-ground conduit services for utility connections and the installation of an in-ground engineering designed fence footing. We are looking for a civil construction experiences that can clearly demonstrate that they have the relevant experience, skills and resources in order to create this bus layover facility. Contractor are required to pay attention to detail, supply a practical methodology on how this facility will be created to a high standard of engineering. Supplier Questions Please submit all questions via this GETS tender",Not Awarded,We are pleased to confirm that the contract for this tender ahs been awarded to DOWNER NEW ZEALAND LIMITED,0,20250410 Greater Wellington Regional Council,24303722,Request for Proposals,Closed Competition,Telecommunications as a Service - LAN,,20210517,20210608,20210915,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFPs from suitably qualified provider who has proven experience in delivering LAN services and related security infrastructure. GWRC wants to establish a contract to supply GWRC with the design and implementation of a flexible and future proof TaaS service. Due to the upcoming expiry of a Managed Services Agreement with our current supplier, GWRC is seeking LAN services and support for related security and other infrastructure. High-speed secure and reliable LAN services at all GWRC locations excluding Cuba precinct Management and support for our firewalls (currently owned by GWRC) Optional Level 2-3 support for our Passive Optical Network installed at Cuba precinct. Level 3 management of all LAN Network Routers and Switches. GWRC is seeking to work with a partner who will operate in an open transparent manner with us and our incumbent suppliers to deliver outcomes, and who are ready to co-create solutions to our business challenges. Questions can be directed to GWRC via GETS",Not Awarded,Greater Wellington Regional Council is pleased to announce that this contract has been awarded to Liquid IT Limited,0,20250410 Greater Wellington Regional Council,24361201,Request for Quotations,Closed Competition,Reclothing Papatuanuku a Restoration Plan for Greater Wellington 's Regional Parks,,20210527,20210624,20210913,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFQs from suitably qualified experienced providers to plan the phased retirement of grazing and restoration of native habitats across the Parks network. The plan will include: A review the current grazing licenses in regional parks, options for the use of these lands for native restoration, and reforestation where appropriate to a standard that ensures its eligibility to earn carbon credits in the New Zealand Emissions Trading Scheme. Restoration outcomes for the phased retirement of grazed land, and a schedule to progressively restore indigenous ecosystems, across the GWRC parks network. Opportunities for mana whenua and community led or supported restoration work. What we are looking for; Expertise, knowledge and skills in the following fields: Ecological restoration Mana whenua of the Wellington region Te Tiriti o Waitangi National direction under the Resource Management Act GWRCs regional policies New Zealand Emissions Trading Scheme GIS capability Questions pertaining to the RFQ content can be directed to GWRC via GETS.",Not Awarded,Greater Wellington Regional Council is pleased to inform that this contract has been awarded to Groundtruth Ltd,0,20250410 Greater Wellington Regional Council,24490565,Request for Proposals,Closed Competition,Secondary Procurement - Wairarapa Moana Project Development of Plans for 2021-2025,,20210630,20210728,20211125,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking request for proposal (RFP) from suitably qualified providers of the AoG panel, to provide the Wairarapa Moana Project Development of Plans work for the implementation of the work programme. GWRC, the Department of Conservation (DoC), Ngati Kahungunu ki Wairarapa, Rangitane o Wairarapa, South Wairarapa District Council (SWDC), Papawai marae and Kohunui marae have worked together towards a common goal of enhancing the native ecology, recreational and cultural opportunities on public land around Wairarapa Moana. A programme of works overseen by the Wairarapa Moana Governance Group (WMGG) This Secondary Procurement is to engage a supplier(s) to develop implementation plans to enhance native ecology, build cultural opportunities and enhance visitor experience. WRC will be looking for supplier(s) to provide plans for the following work packages; Work Package 1 - Moana Wide Restoration plan Work Package 2 Scientific Research Plan Work Package 3 Wairarapa Moana Visitor Engagement and Experience Plan Respondents may select to tender for all or any particular work packages. Please acknowledge receipt of this tender to the following email address: umma.wilson@gw.govt.nz Supplier Questions Please submit all questions via this GETS tender",Not Awarded,"Greater Wellington Regional Council is pleased to award, Henley Hutchings Partners and Kahu Environmental Ltd on the separate work packages of the Wairarapa Moana Project Development of Plans for 2021-2025",0,20250410 Greater Wellington Regional Council,24513517,Request for Proposals,Closed Competition,The Bus Service between Wellington Station and Wellington Airport-Unit 20 AX Airport Express,PT0926,20210707,20210901,20211221,,Sole Agency,No,,"Greater Wellington Regional Council would like to invite you to participate in this closed tender (RFP) as the outcome of your submission of the Expression of Interest. This RFP is to deliver a new Airport Bus Service in relation to a new public transport unit that is to operate between Wellington Railway Station and Wellington Airport. *** Please be advised that there are over 60 files attached. Please refer to ""00 GETS RFP Tender Document Master File List"" as a checklist to ensure you have downloaded all the files. There are some files that are not used, reference to the Document Master List is vital as there are links provided as well for reference. Any changes or updates to the list will be notified via GETS. You do not need to reply to this notice, but if you have questions relating to the RFP, please contact via GETS. Questions closing date has been extended till 18th August at 10.00AM",Not Awarded,Greater Wellington Regional Council is pleased to award the contract for the Wellington Station and Wellington Airport Bus service to Mana Coach Services Ltd,0,20250410 Greater Wellington Regional Council,25389526,Request for Proposals,Open Competition,Queen Elizabeth Park & Kaitoke Regional Park LCAF Restoration 2022,,20220208,20220302,20220617,,Sole Agency,No,,"Greater Wellington Regional Council (GW) is seeking RFPs from a suitable supplier to provide the services to complete the site preparation & planting aspects of the phased retirement of grazing and restoration at Queen Elizabeth Park (31 ha) & Kaitoke Regional Park (11 ha) as outlined in the draft Restoration Plans. In 2019, GWRC declared a climate emergency and formally established emissions reduction targets for the organisation to become carbon neutral by 2030, and climate positive thereafter. The Low Carbon Acceleration Fund (LCAF) was established through the 2020-2021 Annual Plan to reduce GWs carbon footprint. The successful implementation of the Restoration will ensure GWs organisational climate objectives and Toitu Te Whenua vision and stretch goals are achieved. To Protect and restore high levels of terrestrial and freshwater ecosystem health to enhance biodiversity and ecosystem services.",Not Awarded,Greater Welling Regional Council is pleased to award this contract to GroundTruth Ltd,0,20250410 Greater Wellington Regional Council,25463325,Request for Proposals,Open Competition,Land Management Akura Nursery Works,,20220228,20220401,20220609,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking proposals from qualified suppliers to provide seasonal services at Akura Nursery in Masterton. Akura Nursery is owned by Greater Wellington Regional Council and is run as a business unit its prime objective is to grow poplar and willow poles that are then purchased through the Catchment Group and planted to assist in preventing erosion on private land. They also sell native and exotic plants that are sold through the Catchment Group and directly to the public via their Akura Road, Masterton site. This is seasonal work is to engage contractors on an annual basis but only during certain times of the year, to provide the service of planting and managing the nursery. The selected contractor will work with the Nursery Officer and other GWRC staff to ensure that the nursery has the required stocks to supply the Wellington region. If you have any questions, please use the GETS system",Not Awarded,Greater Wellington Regional Council is pleased to confirm that the successful tenderers awarded this contract are ; Burns Brothers Ltd and Marshalls,0,20250410 Greater Wellington Regional Council,25464075,Request for Proposals,Open Competition,Land Management Seasonal Field Works,,20220228,20220401,20220609,,Sole Agency,No,,"The Wellington Regional Council, also known as the Greater Wellington Regional Council (GWRC) is seeking proposals from qualified suppliers to provide seasonal services around the Wairarapa region. Land Management is a department of GWRC. One of its prime objectives is to deliver a service to the greater Wellington region (the Region) generally and to farms around the region to maintain and prevent erosion. This work involves the planting out of poles and seedlings, ongoing pruning and spraying that is required to grow these trees around Wairarapa region, where the poles and seedlings are provided by Akura Nursery. As this is seasonal work, GWRC plans to engage contractors to provide the services on an annual basis but to allocate work only during certain times of the year. The selected contractor will work with GWRC staff to ensure that the field work required is provided around the Region. All questions relating to this tender must be directed via GETS",Not Awarded,"Greater Wellington Regional Council is pleased to confirm the successful suppliers awarded the contract for tis tender. Below are the following companies; Better Nature Ltd LA Worx Marshalls R V Contracting Limited",0,20250410 Greater Wellington Regional Council,25464449,Request for Proposals,Open Competition,Land Management Seasonal Field Works - WESTERN REGION,,20220228,20220401,20220609,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking proposals from qualified suppliers to provide seasonal services around the Western part of the region (Kapiti, Porirua, Wellington, Lower Hutt and Upper Hutt Districts). Land Management is a department of GWRC. One of its objectives is to deliver a service to the greater Wellington region (the Region) generally and to rural properties around the region to improve water quality and prevent erosion. This work involves the planting of seedlings and poles and the associated site preparation and maintenance required to grow these trees. As this is seasonal work, GWRC plans to engage contractors to provide the services on an annual basis but to allocate work only during certain times of the year. The selected contractor will work with GWRC staff to ensure that the field work required is provided around the western region. All questions pertaining to this tender must be direct via GETS",Not Awarded,Greater Wellington Regional Council is pleased to confirm that the successful tenderers awarded this contract are ; George Williams and Lynwood Environmental Ltd,0,20250410 Greater Wellington Regional Council,25657804,Request for Proposals,Closed Competition,Lambton Interchange Redevelopment,PT0976,20220405,20220509,20220826,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is responsible for the planning, the management and funding of Public Transport in the Wellington Region. This includes the reconfiguration of existing layover spaces, bus stops, and the installation of electric vehicle charging equipment at the Lambton Bus Interchange. The Contract is for the construction and installation of mobile charging equipment, increasing number of bus stops, re-aligning kerb lines, installing new shelter, seating infrastructure, ground service upgrading lighting and road marking etc. The term is anticipated to be 15 weeks construction programme You do not need to reply to this notice, but if you have questions relating to the RFP, please contact via GETS.",Not Awarded,Greater Wellington Regional Council is pleased to award the contract to Downers NZ Ltd,0,20250410 Greater Wellington Regional Council,25716442,Request for Quotations,Closed Competition,Civils works on the Wellington Rail Network stations to support Metlinks electronic ticketing programme,,20220422,20220520,20220623,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) is seeking RFQs from suitably qualified Civil Infrastructure Contractors to deploy electronic ticketing systems on the rail network, by installing Snapper systems to the Kapiti Line, and subsequently extending to the Hutt Valley and Wairarapa Lines by the end of 2022. The civil works include the following; 1. Complete preparatory works at stations for the installation of the electronic ticketing validators at 25 stations, plus Wellington Station. . 2. Installation of concrete footings in each location as well as trenching and installation of ducts for power and data connections. 3. A key requirement of our appointed contractors will be to safely plan, manage and execute the work across multiple sites, including liaising with KiwiRail to obtain necessary permits to access the sites, which may include, needing permits to work on the rail corridor during Blocks of Line. We require tender response to be submitted via GETS by or before 12.00pm 17 May 2022",Not Awarded,"Great Wellington Regional Council is pleased to announce that the contract has been awarded to the following companies; Masta Maintenance Services NZ ltd John Holland NZ ltd",0,20250410 Greater Wellington Regional Council,25790632,Request for Proposals,Open Competition,Heavy Building Maintenance Services for Wellington Metro Stations and Electrical Multiple Unit (EMU) Depot Buildings,,20220512,20220623,20221026,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC) on behalf of Greater Wellington Rail Limited is seeking proposals from suitably qualified suppliers to deliver a comprehensive maintenance and construction offering across 48 rail stations throughout the Wellington Region, and the Electric Multiple Unit (EMU) Maintenance Depot, Wheel Lathe, and Inventory Store Buildings in the Wellington Rail Yard. The scope of works to be delivered includes painting of buildings, electrical work, roofing, carpentry, concreting, and renewal works, along with the maintenance, inspections and cleaning of the EMU Maintenance, Wheel Lathe, and Inventory Store Buildings. The objective it to engage a supplier who has: a proven track record of undertaking works in a customer facing rail environment, a committed and driven culture for Health and Safety throughout the organization, and sufficient and experienced resources holding appropriate qualifications and training to deliver the programme of works and gain the necessary KiwiRail qualifications The contract is for an initial term of 2 years and 11 months, with the option for a further two 12-month extensions based on satisfactory performance of the supplier. Briefing Session; 1. A supplier briefing session will be held on Friday 20 May 2022, which will commence in GWRCs Cuba Street office at 2:00pm, and this will include a tour of the EMU Buildings. Whilst this is not mandatory this will be the only opportunity to tour the EMU Buildings. 2. Public paid street parking can be found Site Visit; 1. Suppliers will then make their own way to the EMU Depot at 154 Thorndon Quay for a tour of the EMU Buildings to begin at 3:00pm. The visit is expected to take one hour. Note: suppliers will require full PPE for the visit including a bump cap, safety glasses, hi vis vest, steel cap lace up boots, and long sleeve shirts and pants. 2. Visitor parking will be available at 154 Thorndon Quay. 3. If suppliers wish to register for this session, they may do so up until Thursday 19 May by or before 12pm. Please note that only one person from each supplier may attend the tour of the EMU buildings. Questions relating to the tender and/or wish to register for the site visit, please direct them via GETS.",Not Awarded,"Greater Wellington Regional Council is pleased to inform that this tender, contract has been awarded to BGIS Limited.",0,20250410 Greater Wellington Regional Council,26056499,Request for Proposals,Open Competition,RFP - Real-Time Passenger Information System,,20220715,20220909,20230406,,Sole Agency,No,,"The Wellington Regions current real time passenger information (RTI) system requires replacement, as the system is reaching the end of its life. It is failing to meet customer and business expectations of accuracy and reliability required for journey planning and contract management for the 40+ million annual public transport (PT) trips currently delivered. Replacement of the RTI system for public transport customers and network operators will improve overall network accessibility and performance. It is one of the highest priorities amongst public transport activities in Greater Wellington Regional Councils (GWRC) Regional Public Transport Plan (RPTP) programme. What we need This procurement relates to the purchase of a prediction engine, data warehouse, business intelligence tools (analytical and reporting), on-board locational/communication hardware, and digital on-street signage. Prediction engine On-board locational/communication hardware Digital on-street signage Public transport schedule data management platform Enhancements to Metlinks open data platform Customer Relationship Management software The key objectives of this procurement are to deliver an RTI system that will replace the existing system and will reduce the reliance on costly proprietary software and hardware. The new system will act as a long-standing and more responsive solution than the current one, as well as ensuring that GWRC and the selected Respondent establish a relationship that can evolve with business needs and customer expectations. The solution will also allow for the provision of accurate open data, so that Metlink is future proofed to participate in a digital marketplace for transit.",Awarded,"Contract awarded to: NEC New Zealand Limited Term of Contract: 3+2+2+3 (Maximum term: 10 years) Total estimated spend if all rights of renewals exercised: $16,500,000",16500000,20250410 Greater Wellington Regional Council,26342912,Request for Tenders,Open Competition,Regional Parks Firebreaks Procurement Belmont & Baring Heads,GWMWS40,20220916,20221010,20221118,,Sole Agency,No,,"Greater Wellington Regional Councils wishes to select a preferred partner/s to install firebreaks in Baring Head and Belmont Regional Park. Specifically, this work will require the Respondent to acquire, transport and install the gravel to create the firebreaks. While the initial scope of this procurement covers the named firebreaks, there is further firebreaks required, subject to funding, which could be implemented following the completion of the Baring Heads and Belmont Regional Park works. Respondents must be able to carry this out in accordance with best practice, while also complying with sediment control, Resource Management Act processes and health and safety requirements. Therefore, we need Respondents who understands these various requirements while also having past experience building firebreaks or similar tracks in other areas.",Awarded,,330000,20250410 Greater Wellington Regional Council,26500237,Request for Proposals,Open Competition,Metlink Minor Civil Works - Bus Stop improvements - Wellington Region,PT0990,20221018,20221125,20230703,,Sole Agency,No,,"This scope of work includes a series of minor improvements at six different bus stop sites delivered as one project. The sites are across the Greater Wellington region and the surrounding area will need to stay operational throughout the project. The work will include 6 different locations as follows: Site 1 includes the Park Rd site which includes bus stop #6236 & #7236 Site 2 includes the Cuba St site which includes bus stop #8110 Site 3 includes the Melksham Dr bus terminus site Site 4 includes Solway BRT Improvements Site 5 includes Masterton BRT Improvements Site 6 includes the Hataitai Bus Tunnel Entry/ Exit",Not Awarded,No award completed. Reviewing requirements.,0,20250410 Greater Wellington Regional Council,26563279,Request for Quotations,Open Competition,Bus Drivers Prefabricated Toilet Units,,20221121,20221206,20230503,,Sole Agency,No,,"The existing Bus Driver only Toilets in Wellington are in derelict condition and need replacement to improve the facilities available to bus operator employees. The new facilities will reduce health and safety risks and create a safe environment for bus employees when taking their entitled breaks. Providing these facilities will enable GW to comply with various legislation, such as the Employment Relations Act 2000 and Health and Safety at Work Act 2015. Greater Wellington Regional Council (GW) (the Buyer) seeks to engage a prefabricated toilet supplier to supply a suitable catalogue-type toilet unit that meets our requirements. The client expects the toilet supplier to manufacture the toilets offsite, deliver them to the various locations around Wellington, and install and commission the units on-site. These facilities, when complete, will be safe, sustainable, and of high quality. The supplier will further be required to provide design services by providing documentation for siting the toilets at each location, specifying the necessary foundations, services connections details and civil specifications. The prefabricated toilet supplier must have adequate capability and sufficient capacity to deliver products that offer the best value for money while meeting GWRC requirements",Awarded,"Successful supplier: Site Weld NZ (2023) Limited. Contract for Services for Design and Consenting - $7,062. Contract for Goods for Units - $377,733.",384795,20250410 Greater Wellington Regional Council,26897088,Request for Quotations,Closed Competition,EV Conversion Prototype - RFQ,,20230203,20230403,20230728,,Sole Agency,No,,"Greater Wellington Regional Council (GW) is a local authority established under the Local Government Act 2002. GWs statutory role includes the provision of public transport services. GW has direct responsibility for public transport strategy, planning and part funding of public transport services. GW has funding available to covert one or more Diesel Vehicles to an Electric Vehicle. GW intends to award a Contract for Services, to one or more Respondents, to achieve the maximum decarbonisation benefit for the available funding. This is likely to be achieved by the conversion of at least one or more Diesel Vehicle(s) to a fully electric powered Vehicle(s). The purpose of this RFQ is to invite current Metlink Public Transport Operating Model (PTOM) Partnering Contract operators to apply for funding via this Request for Quote (RFQ) to undertake the conversion of one or more Diesel Vehicle (s) to a fully Electric Vehicle (s).",Not Awarded,"Due to unforeseen high compliance costs exceeding the available budget, GW and the preferred respondent agree that it will not be possible to conclude a contract that will satisfy the requirements of the RFQ. As per Clause 6.23(a)(i) of the RFQ Terms and Conditions, on posting of this notice, GW confirms this RFQ is now cancelled.",0,20250410 Greater Wellington Regional Council,27040436,Request for Proposals,Open Competition,Te Tiriti o Waitangi Audit - Request For Proposals,,20230307,20230329,20230710,,Sole Agency,No,,"Greater Wellington Regional Council Te Pane Mutua Taiao (GWRC/we) requires a supplier to conduct an audit with the aim of assessing GWRCs compliance with the 19 key statutory provisions that refer to Te Tiriti o Waitangi (Te Tiriti). The audit is to provide GWRC with an understanding of how Matauranga Maori influences or is incorporated into the delivery of GWRCs core activities, and GWRCs working relationship with Mana Whenua. Key dates of this procurement process (times in NZDT): RFP Release - Tuesday 7 March 2023 Deadline for Questions from suppliers - Thursday 23 March 2023 5pm Deadline for Proposals - Wednesday 29 March 2023 12pm (midday) Anticipated contract start - Mid-April 2023 All questions regarding the requirements must be submitted via GETS. Questions relating to the process, please contact: tenders@gw.govt.nz",Awarded,"Successful supplier: PricewaterhouseCoopers New Zealand (PwC) Contract award: $150,000",150000,20250410 Greater Wellington Regional Council,27423471,Request for Proposals,Open Competition,RiverLink Demolition Enabling Works,GWKSM10,20230522,20230616,20230930,,Sole Agency,No,,"This RFP focuses on the hazardous material removal and demolition of property buildings to support RiverLink. Demolition for Packages 1 and 2 (7 Property Areas) is to be completed over the remainder of the calendar year 2023 and the first quarter of 2024. Demolition is to be to ground level only. The properties to be demolished include a variety of construction types and materials. A Respondent will need to therefore be capable and experienced in commercial and residential single- and multi-storey demolition, involving complex heavily reinforced concrete structures. Respondents should also be able to demonstrate: They possess current qualifications for Class A and Class B asbestos removal, to meet regulatory requirements if such materials are identified in surveys of the buildings to be demolished; Strong track record of compliance to consent conditions and an excellent safety record, particularly evident in commercial buildings demolition containing asbestos and other hazardous substances; Capacity to deliver the quantity in short timeframes with the ability to accommodate housing relocation company access needs, when and where required; Procurement, employment, education and skills opportunities are created for local people (including iwi and Maori) and maximise use of local and iwi-owned businesses within Hutt City; Ability to accompany project specialists at community engagement events and aid in communications content for public interest; Possess a profound respect for the culture and people of our local area, with a commitment evident in their submission to upholding the value and importance of Te Awa Kairangi to the Hutt community; and Their subcontractors demonstrate capability to support their ability to meet demolition requirements and RiverLinks objectives.",Awarded,This contract was awarded to Ceres NZ LLC.,0,20250410 Greater Wellington Regional Council,27429219,Request for Proposals,Open Competition,Metlink Advertising Services - Request for Proposals (RFP),,20230522,20230622,20231001,,Sole Agency,No,,"Greater Wellington Regional Council / Te Pane Matua Taiao (GWRC/we) are the public transport provider for Wellington Region. Metlink is the brand name we use for our public transport services. We are seeking a supplier to manage and maximise revenue generating opportunities from the sales of advertising space across its public transport assets. The network represents a valuable opportunity for out of home advertising. These include bus interior and exterior, train interior, and a digital kiosk network across nine station platforms located throughout the Wellington Region. Key procurement dates: Deadline for Questions - 15 June 2023 Deadline for Proposals - 22 June 2023, 12pm (NZT)",Awarded,"Successful supplier: Go Media Limited If all rights of renewal exercised (3+2+2), the contract award will generate a minimum $14m revenue for Greater Wellington Regional Council.",0,20250410 Greater Wellington Regional Council,27449557,Request for Proposals,Open Competition,Request for Application - Biosecurity Panel Refresh,,20230525,20230621,20240201,,Sole Agency,No,,"The Biosecurity Panel of pre-approved suppliers was established in June 2021. The panel has worked successfully to provide the biosecurity department with a range of suppliers to carry out the work required by the department. GWRC needs to be able to procure the pertinent labour hire for physical work and related services as required by Biosecurity staff from the Panel. The scope of work will be determined on a case-by-case basis to suit various tasks. The Panel is made up of the following Service Categories: Bait station servicing and installation, trap checking and marking and recording of information Pindone carrot for rabbit control Ungulate hunting/shooting Pest plant control works Regional Pest Management Plan (RPMP) pest plant surveying Pest Eradication via installation, servicing and maintenance of pest control devices within the Predator Free Wellington (PFW) framework Specialised pest plant training This Panel refresh seeks to add the following New Service Categories: Pest animal detection by dog Animal population monitoring Possum monitoring to Bionet best practice Night Shooting Performance based possum control",Not Awarded,"GW refreshed the biosecurity pest control services panel and the following suppliers are on the panel across the service categories (in no particular order): Better Nature Limited Boffa Miskell Limited Cratos Limited Kaitiaki o Ngahere Limited Kawakawa Environmental Limited Landscape Solutions NZ Limited Supplejack Contracting Limited Tim O'Neill Trap and Trigger Limited Wildlife Contractors Limited Asure Quality Limited NZ Biosecurity Services Limited Kuri Tiaki LA Worx Nga Uruora Conservation Contracting Limited Kiwi Field Crew Limited Rural Pest Services Limited Silver Bullet Contracting Limited Chris Cosslett t/a The Blackened Billy Trenton Oakly t/a Wild Animal Control and Survey Darryl Kee t/a Weedworks Willdlife Management International Limited",0,20250410 Greater Wellington Regional Council,27465096,Request for Proposals,Open Competition,Request for Proposals - Professional Services to support the procurement of Passenger Rolling Stock,,20230529,20230704,20230825,,Sole Agency,No,,"Greater Wellington Regional Council / Te Pane Matua Taiao (GWRC/we) are preparing to procure a low carbon, long distance rail fleet for services on the Manawatu and Wairarapa lines. We seek a professional services supplier (or a consortium of suppliers working as a team) that have broad capability, knowledge, and experience both internationally and in New Zealand rail industry covering: 1. The range of procurement, technical, financial, and commercial skills required to undertake procurement of a major rolling stock fleet and maintenance facility 2. Passenger rolling stock engineering - including expertise with European Train Control System (ETCS), hybrid energy systems, and maintenance 3. Expertise across the complete railway system including network interoperability and operational modelling. This RFP seeks a supplier to support the tender phase of the project which will conclude with the execution of a supply and maintenance agreement with a rolling stock supplier. Key dates: Deadline for Questions - 27 June 2023 (midday NZT) Deadline for Proposals - 4 July 2023 (midday NZT) All questions must be asked through GETS.",Awarded,Contract Awarded to WSP New Zealand Limited.,0,20250410 Greater Wellington Regional Council,27664483,Request for Proposals,Open Competition,Building Compliance and Fire System Services,GWTS10,20230705,20230801,20231201,,Sole Agency,No,,"Greater Wellington Regional Council (GW) through Greater Wellington Rail Limited owns a number of buildings in the region that contain certain safety and essential systems (specified systems) for which the relevant building consent authorities have issued a compliance schedule under the Building Act 2004 (Act). GW must ensure that each of the specified systems in the compliance schedules is performing and will continue to perform to the performance standards for those systems and provide the relevant territorial authorities an annual building warrant of fitness (BWoF) in accordance with section 108 of the Act. In addition, GW owns other buildings which do not have specified systems and a compliance schedule issued for it, but considers it important that inspection, maintenance and reporting procedures are also undertaken for relevant systems within those buildings to ensure the continued safety of the public and GW personal using those buildings. The services include: (a) inspection, maintenance and reporting procedures for the specified systems in buildings in accordance with the relevant compliance schedules (b) inspection, maintenance and reporting procedures of relevant systems in buildings where no compliance schedule has been issued but to ensure the continued safety of the public and GW personal using those buildings. (c) maintenance and monitoring of fire alarm systems.",Awarded,,300000,20250410 Greater Wellington Regional Council,27755904,Request for Proposals,Open Competition,Carpooling Services - Request for Proposals,,20230725,20230818,20240213,,Syndicated Opportunity,No,,"Greater Wellington Regional Council (GWRC) and Te Whatu Ora - Capital, Coast and Hutt Valley District (Te Whatu Ora) are collaborating to procure a carpool solution for an exciting pilot at Wellington Regional Hospital in Newtown. The hospital is Te Whatu Oras biggest Wellington site with over 5,000 staff, contractors and tenants, and hundreds of visitors onsite on an average weekday. This generates a significant number of daily trips to and from the hospital, contributes to congestion on the transport network and puts pressure on surrounding suburban streets in Newtown and Berhampore. We want to partner with a supplier to help take pressure off the transport network and positively contribute towards Te Whatu Oras sustainability strategy. We seek a carpool solution that enables hospital staff travelling in the same direction to easily and safely connect then commute together. This includes connecting with colleagues who live nearby, work compatible shifts and are eager to carpool either as a driver, passenger or both. Our goal is to run a successful, safe pilot that we can offer to other government agencies. Note that hospital staff (rather than patients or visitors) will be the pilot users of the chosen solution. RFP released: 25 July 2023 NZST Deadline for Questions: 5pm 04 August 2023 NZST Deadline for Proposals: 12pm (midday) 18 August 2023 NZST",Awarded,,0,20250410 Greater Wellington Regional Council,27913045,Request for Proposals,Open Competition,Greater Wellington Platform and Carpark Lighting Supplier RFP,,20230818,20230914,20231106,,Sole Agency,No,,"Greater Wellington Rail Limited maintains rail assets used to provide rail based public transport services in the Wellington Region. These services are delivered under the Metlink brand and include lighting assets on rail platforms and park and ride facilities. This RFP is seeking a specialist lighting supplier to maintain, install and carry out condition assessments on light fittings and poles across railway station platforms and park and ride areas across the Wellington Region.? With the existing contract ending 30 September 2023 we are seeking a supplier to deliver these services for an initial term of 5 years, commencing shortly after contract award.",Awarded,Contract awarded to Masta Maintenance Services (NZ) Limited,0,20250410 Greater Wellington Regional Council,28273225,Request for Proposals,Open Competition,CRM solution and implementation partner - Request for Proposals,28273225,20231013,20231110,20240327,,Sole Agency,No,,"Greater Wellington Regional Council / Te Pane Matua Taiao (GWRC / we) requires a suitably qualified supplier to leverage their New Zealand Government experience and propose a SaaS CRM solution that will deliver great results for our teams. Coupled with a fit-for-purpose, carefully considered implementation methodology, the chosen suppliers CRM solution is intended to support GWRCs stakeholder relationship management processes; and replace the Metlink Resolve contact tracking and case management system. Metlink is the brand name we use for our public transport services. More information is available in the attached RFP. To be fair to all suppliers, we will only be answering questions about this RFP using the prescribed Q&A process. Deadline for questions: 5:00pm Friday 27/10/23 NZT Deadline for Proposals: midday Friday 10/11/23 NZT",Awarded,,0,20250410 Greater Wellington Regional Council,28527998,Request for Proposals,Open Competition,Irrigation System Solution,,20231127,20240124,20240410,,Sole Agency,No,,"GW are seeking to appoint a supplier that will be responsible for providing the service to design, install and maintain the irrigation system.",Awarded,"The contract is awarded to Irrigation Services (Wairarapa) Limited, with a contract value of $505,500.",505500,20250410 Greater Wellington Regional Council,28784653,Request for Proposals,Open Competition,Electric Bus Charging Infrastructure - Request for Proposals,,20240205,20240304,20240522,,Sole Agency,No,,"Greater Wellington Regional Council / Te Pane Matua Taiao (GW/we) are seeking to appoint a supplier to design, deliver and maintain electric charging infrastructure for Stage 1 of the Lyall Bay development which will provide charging for 68 electric buses (25 articulated and 43 large). We seek a supplier who can successfully undertake all 4 phases of the required work, which are: 1. Work with GW to determine and document detailed requirements. 2. Prepare a design and specification for the electric charging infrastructure solution that meets these requirements. 3. Provide construction of electric charging infrastructure and electrical reticulation within the site (including supply of equipment). 4. Provide ongoing maintenance of electric charging infrastructure. Key dates: Deadline for Questions - Monday 26 February 2024, 5pm NZT Deadline for Proposals - Monday 4 March 2024, 12pm (midday) NZT Please be mindful that all dates and times are in New Zealand Time (NZT).",Awarded,,0,20250410 Greater Wellington Regional Council,28850168,Request for Proposals,Open Competition,Wellington Regional Helicopter Services Panel,,20240219,20240321,20240524,,Sole Agency,No,,"Greater Wellington Regional Council is re-opening our Wellington Regional Helicopter Services Panel to allow any suitably qualified supplier to provide a broad range of helicopter services through the greater Wellington Region. The Services that will be required from the Panel by us are ungulate control, surveying, spraying, 1080 pellet and other bait distribution, sling load and agricultural activities as well as transporting personnel and/or equipment.",Awarded,The Greater Wellington Regional Council Helicopter Services Panel is extended to include Rimutaka Heli Services Limited. All other suppliers and service categories remain the same.,0,20250410 Greater Wellington Regional Council,28958945,Request for Proposals,Open Competition,Metlink CCTV audio installation and maintenance services,Metlink PT1079,20240306,20240405,20240621,,Sole Agency,No,,"Greater Wellington Regional Council, a public statutory body constituted under the Local Government Act 2002 (GW, we) operates a complex, well-established public transport network across the Wellington region under the brand Metlink. We are one of the largest CCTV networks, based in Wellington. The current contracts that support our CCTV Solution and Security System end on 30 June 2024. This procurement aims to maintain seamless service delivery post 30 June and to uphold our commitment to the public transport network. We believe this is a great opportunity for a business to be involved in a programme that directly improves the operational safety of the Metlink public transport system for staff and customers throughout the Wellington region. We anticipate that this programme will provide a sense of pride for the successful company, knowing it is contributing to the ongoing effectiveness of the public transport network and the health and safety of the public using the public transport network.",Awarded,,0,20250410 Greater Wellington Regional Council,29247691,Request for Proposals,Open Competition,Greater Wellington Regional Council Signage Contract - Request for Proposals,PT1078,20240419,20240517,20241004,,Sole Agency,No,,"Greater Wellington Regional Council is a public statutory body constituted under the Local Government Act 2002. Our core role is to protect the environment while enabling sustainable economic development. We also operate a complex, well-established public transport network across the Wellington region under the brand Metlink. The Metlink brand brings together the region's bus, train, and harbour ferry services as an integrated public transport information system. We are looking for a supplier to manage our organisation-wide signage portfolio in a way that upholds a consistent look and feel, clear messaging and recognises our commitment to waste management and sustainable business practices. We seek EITHER an accredited Avery Dennison Partner OR 3M Select Partner, who has the experience and ability to work in the rail corridor, obtain KiwiRail permits and integrate Waka Kotahi and WorksSafe requirements into their day to day activities. We believe this is a great opportunity to work alongside lots of inspiring and passionate GW teams. Your signage will be placed across the Metlink network, Wellington communities, parks, reserves, harbour, and be seen by thousands of people on a daily basis.",Awarded,,0,20250410 Greater Wellington Regional Council,29342340,Request for Proposals,Open Competition,Onsite Wastewater Management System upgrades,,20240506,20240528,20240613,,Sole Agency,No,,"Greater Wellington Regional Council (GW) manages a network of regional parks across the Wellington region. GW is seeking to appoint a supplier who will be responsible for the detailed design, supply, installation and servicing of three selected replacement Onsite Wastewater Management Systems (OWMS) within the regional parks.??? GW wants to purchase a turnkey solution, so the supplier must be able to provide all of the required services for GW.??? Note: GW has already obtained a discharge consent for each site, including an engineering based on the detail in Engineering reports.",Awarded,The Contract for the GWRC Onsite Wastewater Management System Upgrades was awarded to Innoflow Technologies NZ Ltd.,0,20250410 Greater Wellington Regional Council,30085043,Request for Proposals,Open Competition,Te Hunga Whaikaha Total Mobility (THWTM) Assessment Services RFP,,20240828,20240927,20241203,,Sole Agency,No,,"Greater Wellington Regional Council (GWRC, we) has a legislative requirement under the Land Transport Management Act 2003 to consider the needs of transport for disadvantaged people. Consistent with this requirement, GWRC administers Te Hunga Whaikaha Total Mobility (THWTM) for residents of the greater Wellington region. This procurement aims to identify suitably qualified supplier(s) to carry out customer eligibility assessments for Te Hunga Whaikaha Total Mobility. GWRC seeks to engage one supplier per geographic region, to provide safe and appropriate assessment services that meet the geographical, time-critical service needs of 16,000+ THWTM customers across the greater Wellington region. Geographic segmentation respects community diversity, variances in customer needs and gives smaller suppliers the chance to bid and support their local community. Region 01: Porirua to Kapiti including Otaki Region 02: The Hutt Valley Region 03: The Wairarapa Region 04: Wellington Of utmost importance to us is safe, accessible, reliable and dignified transport to improve the lives of customers. Our aim is to attract proposals from organisations who: provide disability or health related support, information or services to Maori, Pasifika, rainbow, migrant or other vulnerable/disadvantaged communities, and provide disability or health related support, information or services to disabled people. We also hope to attract proposals from people with lived experience of a disability, who could provide the service either as an employee or contractor or who could respond to the RFP as a supplier themselves. Are you an organisation who cares about helping people, being an active community contributor and share our enthusiasm? If so, we want to hear from you. This is your chance to provide assessment services to potential THWTM customers across the greater Wellington region. Join us in providing accessible and safe transport options across our region.",Not Awarded,"appointed for some regions, at the time of writing. . We are pleased to confirm Age Concern Wairarapa Incorporated is the chosen supplier for the Wairarapa region. Other regions are still under consideration, at the time of writing. Thank you to the supplier community who took part. We value your time.",0,20250410 Greater Wellington Regional Council,30101229,Request for Proposals,Open Competition,"Metlink Bus, Rail & Ferry Shelter Supply, Installation and Maintenance",,20240830,20240930,20241205,,Sole Agency,No,,"Greater Wellington Regional Council, a public statutory body constituted under the Local Government Act 2002 (GW, we) operates a complex, well-established public transport network across the Wellington region under the brand Metlink. We seek a supplier to construct, fabricate, supply and install modular Metlink shelters across the greater Wellington region. We seek a supplier who is well resourced and committed to operating sustainably over the long term. In future, opportunities to participate in broader, shelter-related infrastructure projects and shelter-related civil works across the rail network may become available. This contract will cover the entire greater Wellington region including Wellington City, Otaki in the north across to Masterton in the east. The modular Metlink shelter design has been developed over a number of years. The design goes beyond a physical bus shelter. It represents a functional, well-recognised Metlink-branded structure that includes a range of features depending on the location including CCTV, lighting, potential advertising space, Real Time Information (RTI) and safety features. This means that the chosen supplier may need to collaborate with GW suppliers who provide these functions from time to time, to ensure the overall solution is delivered seamlessly and to a high professional standard. Deadline for Proposals: 11:30am Monday 30th September 2024 NZST",Awarded,This contract has been awarded to Metco Engineering 2002 Limited. Thank you to the supplier community who took part in this procurement. We value your time.,0,20250410 Greater Wellington Regional Council,30381493,Request for Quotations,Open Competition,Lake Onoke Opening Contract - Request for Quotes,,20241015,20241107,20250203,,Sole Agency,No,,"Greater Wellington Regional Council (GW) manages the mechanical opening of Lake Onoke coastal dune between Lake Onoke and Palliser Bay, in the Wairarapa. This work is pivotal in providing flood protection to hundreds of hectares of highly productive land and maintaining seasonal target lake levels. The operational services for the opening of Lake Onoke are considered a significant operation within the Wairarapa region. This opportunity relates to a five (5) year contract to undertake the mechanical opening of Lake Onoke, as and when required by GW and in accordance with our requirements. If you are a supplier who has the required skills and equipment, can maintain resourcing and availability to open the lake when needed, and can support GW to enable positive social, economic, and environmental outcomes within our region, we want to hear from you. Information about this opportunity is available in the RFQ document package. Please use the GETS Question and Answer function should you have any questions about our Requirements.",Awarded,The contract for Lake Onoke Mechanical Opening is awarded to P.J. Warren Earthmoving Limited.,0,20250410 Great South,26095918,Request for Proposals,Open Competition,Southland Murihiku Regional Energy Strategy 2022-2050,,20220727,20220824,20220926,,Sole Agency,No,"P O Box 1306, Invercargill 9840","The development of the Southland Murihiku Regional Energy Strategy 2022 - 2050 is a partnership between the Southland Regional Development Agency (Great South) and Murihiku Regeneration (a collaboration between the four Murihiku Papatipu Runanga who are working together to advance their collective aspirations). The project is being managed by Great South with guidance from the Southland Regional Energy Strategy Project Advisory Group. Early investigation has shown that there will be unprecedented demand for renewable energy over the coming years to support decarbonisation, new industry investment and transport fuel constraints. The southern regions of New Zealand have some of the highest commercial wind resources available in the country as well as other renewable generation opportunities. Some of these projects are already deemed commercially viable now, and commitments to new generation investment in projects such as the Kaiwera Downs wind farm are expected in Q3 2022. The aim of this Strategy is to focus on all forms of energy, including electricity, biomass, biogenic methane, transport fuels and alternative multi-mode transport options such as electricity-based transport for land, sea and air as well as transport mode shift to low carbon or no carbon options. Energy efficiency, emissions reduction, decarbonisation, sequestration opportunities for existing industry, greenhouse gas capture and use, will all contribute to a credible regional Climate Change Response. The Strategy will need to identify new energy generation opportunities, transmission infrastructure and energy systems resilience. It will also focus on Energy in the Landscape, identifying energy generation opportunities that are in keeping with the natural and cultural environment. A range of associated opportunities relating to distributed generation, technology, cleantech, improvements to building energy standards, air quality improvements as well as skills development opportunities will be required to be canvassed in the Strategy. The Strategy will be a critical piece of regional work that will inform regional spatial planning and regulatory planning processes as well as identify future investment and energy options for decarbonisation. It is hoped that opportunities identified in the Strategy will be incorporated into these existing or new regulatory planning frameworks.",Awarded,,0,20250410 Great South,26153314,Request for Proposals,Open Competition,Southland Murihiku Housing Needs Assessment and Strategy 2023 - 2050,,20220810,20220902,20221012,,Sole Agency,No,"P O Box 1306, Invercargill 9840","We are seeking proposals from qualified and experienced service providers to undertake a key piece of work for our region, the Southland Murihiku Housing Needs Assessment and Strategy 2023-2050. The Southland Murihiku Housing Needs Assessment and Strategy 2023-2050 will provide a co-ordinated regional approach to the issue of housing. This strategy will be informed with data and insights, leading to clear identification of priority actions and KPIs. It will require a partnership approach and multiple stakeholder involvement. The goal is to not only achieve a regional perspective but also ensure there is understanding at a localised level and by particular localities. This will ensure there is alignment with spatial planning processes currently underway with our Councils as well as other specific requirements of key stakeholders. The desired outcome is a strategy document providing a co-ordinated regional approach to the issue of housing. We believe that there are two stages required to achieve this and we invite proposals outlining an approach to undertake both. Stage 1: Data and Insights Review and Analysis of Housing Demand and Supply Stage 2: Development of Strategy It is our desire that there is continuity across both stages, particularly as Stage 1 will inform Stage 2. However, we acknowledge different skills and expertise is required. Therefore, we invite proposals from suitably qualified and experienced service providers and/or consortiums of providers.",Awarded,,0,20250410 Great South,26405789,Request for Proposals,Open Competition,"Southland Murihiku Population, Demographic, Industry Profiling & Future Modelling project",,20220930,20221021,20221104,,Sole Agency,No,"P O Box 1306, Invercargill 9840","This project will have two stages: 1. Situational Analysis Baseline Report based on 2018 Census This stage provides us with a situational analysis of the current situation including a trend analysis of social and economic strengths and weaknesses. It requires both overarching analysis and sub-regional analysis as specified by each TLA (Southland District Council; Gore District Council; Invercargill City Council) Key findings will be presented in a report and a power point presentation. There should be consideration of previous reports in order to consolidate thinking and ensure consistent interpretation of data. 2. Future Model and Scenario Development based on 2022 - forward modelling to 2035 This second stage will provide possible models and projections of future employment and population including insights into factors which could affect industries to grow or decline. This is an iterative process providing region wide forward projections and assumptions which will be reflected in a report and power point presentation. There may be multiple scenarios based on different assumptions. This stage builds on the previous stage 1 and should use the same sub-regional analysis based as specified by each TLA. The rationale for this project is to consolidate thinking and develop an accepted single source of truth with clear assumptions. This would then be suitable for consistent use by multiple stakeholders in current and future regional and TLA planning. An extension of this project is a high-level snapshot of tourism statistics to support future strategic development and management.",Awarded,,0,20250410 Great South,28733684,Request for Proposals,Open Competition,Murihiku Southland Unified Data System,,20240125,20240222,20240502,,Sole Agency,No,"P O Box 1306, Invercargill 9840","The aim of the Murihiku Southland Unified Data System (the Project) is to develop a centralised digital data system for our region, which ensures a variety of users have access to timely, comprehensive, and accurate data. This system will include a cloud-based storage system with tracked accessibility, automated ingestion of data, and automated error checking and alerts. Ensuring there is trust in the quality of data and reports is paramount, and it will incorporate industry best practices to achieve this (e.g, DataOps). The system will have a simple and effective user interface including dashboards or ways for data associated with certain areas of focus (i.e. Housing, Tourism, Environment, Regional Facts in the first instance), to be easily accessible and understandable. A clear roadmap for future development of the system (e.g., self-service analytics) will need to be provided, including full documentation, processes, and training so that the system can remain relevant and up to date.",Awarded,"We would like to sincerely thank all parties that submitted a proposal through our RFP process to develop the Murihiku Southland Unified Data System. We received 19 proposals which were all considered in detail. A Technical Working Group of key stakeholders was established with the key function to support us through this process and we found that DataSing were most closely aligned to objectives, thus awarded the project.",0,20250410 Grey District Council,28160507,Request for Proposals,Open Competition,Greymouth Riverview Development & Library,2023-24-03,20230922,20231018,20231121,,All of Government,No,,"In line with the commitment in the 2021-2031 Long Term Plan, the Council, in conjunction with their development partner, Development West Coast, are seeking to select a Preferred Main Contractor to engage under a Pre Contract Services Agreement (PCSA) to commence the design of Riverview development in Greymouth. With the intention of entering a Design and Build contract at the completion of the PCSA Stage should the initial services be successfully delivered to the satisfaction of the Council, and dependant on the attractiveness of the contract price proposal submitted. The site for the development sits at the intersection of Richmond Quay and Boundary Street. Once completed, Riverview Development will provide ground floor commercial space to be let for Retail, Food & Beverage or other yet to be selected commercial use, while the 1st floor will be developed by Grey District Council into a new Library facility to serve the local community.",Not Awarded,Grey District Council rejected all tenders,0,20250410 Guardians of New Zealand Superannuation,22883704,Award Notice,Open Competition,HRIS Product and Implementation Services Partner,,20200701,20200717,20210223,,Sole Agency,No,,,Awarded,,1114000,20250410 Guardians of New Zealand Superannuation,23912010,Award Notice,Open Competition,Consultancy Services - Enterprise Architecture,,20201216,20201216,20210128,,Sole Agency,No,,"This procurement is related to building Enterprise and Business Unit Architecture Models to inform the target operating model vision and architecture. The term of the contract is six months. This procurement was undertaken by way of direct sourcing. Exemption:14.9.c Only one supplier. Bluehead has, over time, developed significant technical and organisational knowledge of the business, its processes and its systems which are foundational to progressing this assignment.",Awarded,,0,20250410 Guardians of New Zealand Superannuation,27464447,Request for Proposals,Open Competition,Executive Search Services Provider,,20230529,20230626,20230718,,Sole Agency,No,,"The Guardians is seeking a suitably qualified service provider to deliver an executive search service to assist with the search and selection of a new Chief Executive Officer. The Guardians manages a substantial fund, and the executive search provider that the Guardians requires will need to have the knowledge, expertise and experience to source high calibre Chief Executive candidates with deep and demonstrable experience in the financial services sector, locally or internationally.",Awarded,,0,20250410 Hamilton City Council,27146882,Request for Proposals,Open Competition,Rototuna Library Caf Operator,CON00002027-2023,20230328,20230428,20230815,,Sole Agency,No,,"Hamilton City Council (HCC) is looking to identify and select a preferred Caf provider to open and operate a new caf within our new, purpose-built $11M Library Te Kete Aronui, based in the heart of the developing Rototuna Village on North City Road, Rototuna, Hamilton. Our new Rototuna Library has diverse requirements with different frequency of services and the right caf operator will help HCC to increase visitation and the time visitors spend at the library or surrounding community facilities. We have a promotional video: https://drive.google.com/file/d/1JpQedmojZ5tnY7lrxrlIb718To-FCchQ/view?usp=share_link",Not Awarded,New Deed of Lease agreed and signed with Kakai Limited,0,20250410 Hamilton City Council,27241264,Request for Proposals,Open Competition,H3 Traffic Management for Events,CON00002056-2023,20230414,20230516,20230731,,Sole Agency,No,,"Hamilton City Council (HCC) is looking to identify and select a preferred traffic management company for events managed or held at H3 venues, and events owned and supported by HCCs H3 Venues, Tourism and Major Events Group (H3 Group) H3 Group is one of HCCs business units. It owns three event venues that host most of the major events in Hamilton each year. They are: Claudelands Events Centre 800 Heaphy Terrace, Hamilton; FMG Stadium Waikato Seddon Road, Hamilton; and Seddon Park Seddon Road, Hamilton. HCC is looking for an experienced traffic management provider to provide traffic management services for events. The services required include development of traffic management plans in consultation with relevant parties, completion of the application and advertising process and delivery of the approved traffic management plan.",Not Awarded,New Service agreement awarded to Independent Traffic Control Limited,0,20250410 Hamilton City Council,27363801,Request for Proposals,Open Competition,H3 Event Security & Customer Service,CON00002084-2023,20230509,20230607,20230901,,Sole Agency,No,,"Hamilton City Council (HCC) is looking to identify and select a preferred Event Security & Customer Service company or companies for events managed or held at H3 venues, and events owned and supported by HCCs H3 Venues, Tourism and Major Events Group (H3 Group) H3 Group is one of HCCs business units. It owns three event venues that host most of the major events in Hamilton each year. They are: Claudelands Events Centre 800 Heaphy Terrace, Hamilton; FMG Stadium Waikato Seddon Road, Hamilton; and Seddon Park Seddon Road, Hamilton. HCC is looking for an experienced Event Security & Customer Service provider(s) to provide Event Security & Customer Service for events. There are two components of this contract which may be performed by one or two suppliers; 1. Provision of event security services for events held at H3 venues and other associated events run by H3; and 2. Provision of event relate customer service roles for events held at H3 venues and other associated events run by H3. The term is for",Awarded,New service agreement awarded to Red Badge,0,20250410 Hamilton City Council,27585215,Request for Tenders,Open Competition,Demolition of Founders Theatre Building,CON00001592-2022,20230621,20230803,20231026,,Sole Agency,No,,"HCC are seeking an appropriately experienced and qualified specialist Demolition and/or Construction provider to undertake the safe and efficient demolition of the Founders Theatre Building located in central Hamilton. Works also include earthworks and minor concrete works for footpath and kerb and channel to return the site back to open park space in preparation for the next phase of development that will see a new vibrant inner-city community space being built (not part of this contract).",Awarded,Contract awarded to Yakka Contracting Limited - Commercially sensitive information withheld,0,20250410 Hamilton City Council,27744686,Request for Tenders,Closed Competition,Hamilton Zoo_Chimp House Safety Improvements,CON00002164-2023,20230724,20230817,20230915,,Sole Agency,No,,,Not Awarded,ISS selected as preferred supplier from RFT,0,20250410 Hamilton City Council,27781153,Request for Proposals,Closed Competition,CON00001344-2022 - Hamilton City Council HVAC Maintenance Services,CON00001344-2022,20230727,20230821,20230915,,Sole Agency,No,,"Hamilton City Council is seeking responses from suitably experienced parties for the provision of HVAC systems maintenance and associated services in the buildings administered and managed by the Facilities Unit. Lowest or any tender not necessarily accepted.",Awarded,Contract awarded to McAlpine Hussmann.,0,20250410 Hamilton City Council,27813694,Request for Tenders,Open Competition,CON00002172-2023 - Pukete New Inlet Facility - Odour Treatment System,CON00002172-2023,20230802,20230921,20231116,,Sole Agency,No,,,Awarded,Contract awarded to Aquatec Fluid Systems.,0,20250410 Hamilton City Council,27831278,Request for Proposals,Closed Competition,CON00002188-2023 - HCC Network Capacity Assessment Tool Development,CON00002188-2023,20230804,20230914,20231217,,Sole Agency,No,,"Hamilton City Council is seeking responses from suitably experienced parties for the development of a digital Network Capacity Assessment Tool (NCAT) to assess available network capacity for new development connections, focused on the water and wastewater networks. The development of this tool will enable: The development community to be visually informed of network constraints to enable good development decisions that meet Hamilton City Councils objectives. Staff to rely on a robust system that is based on agreed technical assessment criteria in an ARCGIS system to inform decisions on development proposals. The risk to public health, levels of service, environment, and cultural matters to be avoided and minimised. Tenders close at 2:30 pm on Tuesday 5th September 2023 and are to be uploaded to the electronic tenderbox/es on the Government Electronic Tendering Service (GETS) www.GETS.govt.nz. Lowest or any tender not necessarily accepted.",Not Awarded,Contract awarded to Tonkin and Taylor,0,20250410 Hamilton City Council,27863907,Request for Proposals,Open Competition,Audio Visual Services for H3,CON00002265-2023,20230825,20230921,20231101,,Sole Agency,No,,,Awarded,New contract awarded to Vidcom New Zealand Limited,0,20250410 Hamilton City Council,27892692,Request for Tenders,Open Competition,Matakanohi Reserve & Braithwaite Park Renewals,CON00002031-2023,20230817,20230921,20231113,,Sole Agency,No,,,Awarded,Awarded to Keir Landscaping,0,20250410 Hamilton City Council,27936472,Request for Tenders,Closed Competition,CON00002152-2023 - Ruakiwi Reservoir Ladder replacement,CON00002152-2023,20230822,20230921,20231114,,Sole Agency,No,,"Hamilton City Council is seeking tenders from suitably experienced parties for the Ruakiwi Reservoir Ladder Replacement project. The sucessful tenderer will be required to provide construction and installation services to replace the existing access ladder system with a new modular staircase. The new installation is intended to improve level of safety and utility of the the access system. Tenders close at 2:30 pm on Thursday, 14th September 2023 and are to be uploaded to the electronic tenderboxes on GETS (www.GETS.co.nz). Lowest or any tender not necessarily accepted.",Awarded,Contract awarded to I-Line Construction,0,20250410 Hamilton City Council,27961988,Request for Tenders,Open Competition,CON00002254-2023 - Pukete WWTP Bioreactor Upgrades,CON00002254-2023,20230825,20230928,20231122,,Sole Agency,No,,"Hamilton City Council is seeking tenders from suitably experienced parties for the upgrade of Pukete WWTP Bioreactors to a 4-Stage Bardenpho configuration. The project will be stages with each bioreactor (four in total) being treated as seperable portions. Tenders close at 2:30 pm on Thursday the 28th September 2023 and are to be uploaded to the electronic tenderbox/es on GETS (www.GETS.co.nz) Lowest or any tender not necessarily accepted.",Awarded,CON000022542023 awarded to Brian Perry Civil.,0,20250410 Hamilton City Council,27997471,Request for Tenders,Open Competition,CON00002168 - 2023 - Waste Water Pump Station Renewals,CON00002168 - 2023,20230831,20231009,20240228,,Sole Agency,No,,"Hamilton City Council is seeking tenders from suitably experienced parties for the renewal of wastewater pump station assets including wetwell replacement of lids and frames, valves and risers, hard standing and site reinstatement, and electrical control cabinet replacements. Tenders close at 2:30 pm on Monday 2nd October 2023 and are to be uploaded to the electronic tenderboxes on GETS (www.GETS.co.nz) Lowest or any tender not necessarily accepted.",Awarded,Contract Awarded to HEB Construction,0,20250410 Hamilton City Council,28059509,Request for Proposals,Closed Competition,CON00002289-2023 - Metro Spatial Plan - BRT Proof of Concept,CON00002289-2023,20230908,20230926,20231101,,Sole Agency,No,,"Hamilton City Council is seeking responses from suitably experienced parties for the BRT Proof of Concept study The Bus Rapid Transit Proof of Concept study will: ? Benchmark potential solutions for Hamilton against Bus Rapid Transit systems in other relevant cities around the world ? Provide recommendations with respect to the characteristics of such a system including some specific guidance around alignments, river crossings and operations ? Demonstrate how a future BRT would fit into the local movement and public transport networks ? Define, conceptually, the form and function of central city interchanges, in particular Anglesea Street and the existing interchange ? Define system requirements to inform the future Public Transport Pathways IBC. ? Provide high level cost estimates from those developed during for the HWMSP PBC Tenders close at 2:30 pm on Tuesday 26th September 2023 and are to be uploaded to the electronic tenderbox/es on the Government Electronic Tender Service - GETS (www.GETS.govt.nz) Lowest or any tender not necessarily accepted.",Awarded,Contract awarded to Aurecon New Zealand,0,20250410 Hamilton City Council,28071397,Request for Proposals,Closed Competition,CON00002189 -2023 Treatment Plant Minor Works Panel Agreement,CON00002189 -2023,20230911,20231010,20240219,,Sole Agency,No,,"It is your opportunity to submit a proposal to become a Contract Panel Member to carry out Contract Works which include but not limited to minor works for Hamilton City Council (HCC) Wastewater Treatment (WWTP), Water Treatment Plant (WTP), and Reservoirs. The purpose of the procurement is to select a group of qualified contractors that has suitable experience & resources that are able to deliver the Contract Works to form a Contractor Panel, who must agree with the general terms and conditions specified in Panel Agreement. The aims of this Panel Procurement are to Secure and sustain the long-term health competitiveness of the suppliers to carry out the works in the Wastewater Treatment (WWTP), Water Treatment Plant (WTP), and Reservoirs. Maximize efficiency, share and optimize the use of resources, and enhance value for money for Hamilton City Consistently deliver the works to the required standards, in good quality, on time and meeting the H&S regulations. Submissions for this RFP are due Wednesday 3rd October 2023 at 2:30pm.",Awarded,"The following respondents were successful in forming the Treatment Plant Minor Works panel - Absorb It, Automation Works, Avalon Industrial Services Ltd, Camex Civil, Combustion Solutions, Combined Technologies, DKJ Welding, Fulton Hogan, Hewco, Industrial Welding, Mckay, Moddex, Omexom, One Electrical, PFS Engineering, Valve Services",0,20250410 Hamilton City Council,28078081,Request for Quotations,Closed Competition,CON00002281-2023 Collins Road Wastewater Storage Tanks,CON00002281-2023,20230912,20231010,20240108,,Sole Agency,No,,"Hamilton City Council is seeking responses from suitably experienced parties for an in-ground wastewater storage tank supplier to provide the necessary design and supply requirement for the project. The storage volume requirement for this project is 2000m3. Each of the tanks will have an internal diameter of 4.0m and a length of 33.5m. Tenders close at 2:30 pm on Tuesday 10th October 2023 and are to be uploaded to the electronic tenderboxes on the Government Electronic Tender Service - GETS (www.GETS.govt.nz) Lowest or any tender not necessarily accepted.",Awarded,Contract awarded to Maskell Productions Ltd.,0,20250410 Hamilton City Council,28133890,Request for Proposals,Closed Competition,CON00002055-2023 Metro Spatial Plan - Freight Study,CON00002055-2023,20230919,20231013,20231101,,Sole Agency,No,,"Hamilton City Council is seeking responses from suitably experienced parties for the Metro Spatial Plan - Freight Study. Tenders close at 2:30 pm on Friday, 13th October 2023 and are to be uploaded to the electronic tenderboxes on the Government Electronic Tender Service - GETS (www.GETS.govt.nz) Lowest or any tender not necessarily accepted.",Awarded,Contract has been awarded to AECOM New Zealand Limited.,0,20250410 Hamilton City Council,28240889,Request for Tenders,Open Competition,Hamilton Gardens - Medieval Garden Construction,CON00002328-2023,20231009,20231108,20240223,,Sole Agency,No,,"This is a contract for the main construction works to Hamilton Gardens - Medieval Garden Construction (the Project). This project is aligned with Hamilton Gardens Management Plan and Hamilton City Councils Long-Term Plan. Hamilton Gardens Management Plans 2020 vision is to create a world-class garden that enhances Hamiltons reputation, economy, and quality of life.",Not Awarded,Downey Construction Limited selected as preferred supplier pending delay to project due to internal review of possible start dates.,0,20250410 Hamilton City Council,28382166,Request for Quotations,Closed Competition,"CON00002369-2023 - Horotiu CLF - Well 2.2, 3.1 & 5.2 Relining",CON00002369-2023,20231101,20231117,20231220,,Sole Agency,No,,,Awarded,Contract Awarded to HEB Construction,0,20250410 Hamilton City Council,28474996,Request for Tenders,Open Competition,Hinemoa Park Asset Renewals,CON00001617-2022,20231120,20240122,20240408,,Sole Agency,No,,"The delivery of land and hardscaping improvements to Hinemoa Park, Hamilton",Not Awarded,Preferred supplier selected pending budget approval for next financial year (July 2024),0,20250410 Hamilton City Council,28501534,Request for Proposals,Open Competition,Volunteer Management System,CON00002401-2023,20231130,20240130,20240403,,Sole Agency,No,,,Not Awarded,Rosterfy Pty Limited selected as preferred supplier from RFP pending project implementation review. Commercially sensitive information,0,20250410 Hamilton City Council,28887064,Request for Quotations,Open Competition,Central Library Shelving Supply and Install,CON00002503-2024,20240226,20240321,20240411,,Sole Agency,No,,,Not Awarded,Int Workspaces Limited selected as preferred supplier pending review of contract and installation programme,0,20250410 Hamilton City Council,28944027,Request for Proposals,Closed Competition,Lake Rotoroa - Real Time Water Quality Monitoring,CON00002517-2024,20240307,20240327,20240618,,Sole Agency,No,,,Not Awarded,"Preferred supplier selected, pending contract negotiations",0,20250410 Hamilton City Council,29105810,Request for Tenders,Open Competition,Hamilton Zoo Utility Corridor,CON00002551-2024,20240408,20240506,20240618,,Sole Agency,No,,,Not Awarded,Preferred supplier selected pending contract negotiation meetings to be held next week,0,20250410 Hamilton City Council,29523578,Request for Quotations,Open Competition,CON00002527-2024 Back Flow Surveying 2024,CON00002527-2024,20240604,20240619,20240801,,Sole Agency,No,,"1. The Facilities Units primary role is to co-ordinate maintenance of Hamilton City Council buildings and facilities, for which the unit has responsibility, in order to ensure they are safe, healthy, sustainable, productive, and fit-for-purpose. 2. Hamilton City Council is seeking a certified IQP backflow surveyor to produce backflow surveys/philosophies. This RFQ aims to secure a list of rates to be applied to work, as and when required, for a period of three years commencing 1 July 2024 3. There are approximately 50 sites requiring survey. Engagement for site surveys is dependent on approved budgets and need. A sample list of priority sites is provided below. o Claudelands Events Centre o FMG Stadium o Hamilton Gardens o Waterworld o Gallagher Aquatic Centre o Waikato Equitherapy o Seddon Park o Hamilton Zoo o Duke Street Depot o Hamilton Park Cemetery o Masters Avenue Shops o Municipal Building o Waikato Museum o 266 Victoria Street Please note: The list and order of priority may be subject to change resulting from site activities, active projects, etc. Staff availability may impact the ability to access sites and/or duration of visit. Backflow device information collected approximately 2-years ago, as well as site, building, and water network information can be provided for reference purposes. The quality and quantity of this information varies dramatically and is largely believed to be out of date. 4. The following information is required to be collected and included in the site survey report: Device make, model, size, serial number, type. Whether the device is for containment, zone, or individual protection. A diagram indicating the Device location on site. Note that a location in the piped network is not suitable for our purposes. (hand sketch diagram is adequate). Device and location photos. Comments regarding the suitability of existing backflow device installations for each site. Recommendations and comments where change is required. Examples where change may be required include: o Devices at height. o Poor access. o Inaccessible or missing isolation valves. o Non-compliant isolation valves. o Clutter. 5. Site inductions and access will need to be coordinated through the respective Facilities Unit Maintenance Supervisor. 6. In order to ensure suitable respondents are engaged, a number of non-priced attributes have been identified and information supporting evaluation of these should be pr",Awarded,Awarded to Flow Consulting Ltd,0,20250410 ,,,,,,,,,,,,,,,,, Hamilton City Council,29525236,Request for Quotations,Open Competition,CON00002529-2024 - Asbestos Surveying 2024,CON00002529-2024,20240604,20240701,20241201,,Sole Agency,No,,"The Facilities Units primary role is to co-ordinate maintenance of Hamilton City Council buildings and facilities, for which the Unit has responsibility, to ensure they are safe, healthy, sustainable, productive, and fit-for-purpose. Under the Health and Safety at Work (Asbestos) Regulations 2016, there are situations where the presence of asbestos and asbestos-containing material (ACM) in a workplace must be identified. One way to identify asbestos and ACM is through a survey conducted by an asbestos surveyor. Hamilton City Council is seeking an asbestos surveyor to conduct non-intrusive asbestos surveys on sites to identify materials that may require management. Where asbestos containing material is identified/presumed, we require the material to be sampled, tested, and verified. This RFQ does not apply to materials that are not easily accessible or are unlikely to be disturbed within the normal daily tasks performed by staff and contractors at the site.",Awarded,Contract Signed with Winning Bidder. (Complete),0,20250410 Hamilton City Council,29555820,Request for Tenders,Open Competition,Waikato Museum External Environmental Upgrade,CON00002629-2024,20240611,20240708,20240730,,Sole Agency,No,,"NOTE - Supporting documents with Attachment 2 & 3 of detailed drawing and specifications and attachment 10_Pricing schedule, will each be sent out via NTT once received.",Awarded,,0,20250410 Hamilton City Council,29632172,Request for Proposals,Closed Competition,CON00002465-2024 - Facilities Security Systems Maintenance RFP,CON00002465-2024,20240620,20240712,20241001,,Sole Agency,No,,"Hamilton City Council requires the services of one (or potentially more) contractors for the maintenance of electronic security systems at various sites for a period of four years. While noted in 2.5 of this document that a possible portion of this tender could be removed regarding the Tiger Enclosure having a bespoke system. This Request for Proposal (RFP) is the second stage of a two-part Procurement Process, is being provided to parties which met the minimum criteria under the Request for Expressions of Interest (REOI). What we need Hamilton City Council requires the maintenance and support for: Alarms Systems, Access Control Systems, CCTV Systems, Electric fences, Automated Vehicles gates & barriers, Gallagher Command support. At sites ranging from operational facilities, through community facilities and destination and event venues.",Awarded,Contract awarded - Contract Signature stage.,0,20250410 Hamilton City Council,29648478,Request for Quotations,Closed Competition,Claudelands Events Centre_Solar Panel Array,CON00002418-2023,20240625,20240722,20241021,,Sole Agency,No,,,Not Awarded,Preferred supplier selected pending funding for project,0,20250410 Hamilton City Council,30349315,Request for Proposals,Open Competition,CON00002789-2024 HCC Electoral Services,CON00002789-2024,20241009,20241030,20250301,,Sole Agency,No,,"The 2025 triennial local authority elections for Hamilton City Council (HCC) will be held on Saturday 4 October 2025. They are required to be undertaken in accordance with the Local Electoral Act 2001, the Local Electoral Regulations 2001, the New Zealand Public Health & Disability Act 2000 and, to a limited extent, the Local Government Act 2002. HCCs current structure is: - Mayor (at large) - 2 Kirikiriroa Maaori Ward Councillors - 6 East ward Councillors - 6 West ward Councillors",Awarded,,0,20250410 Hamilton City Council,30450196,Request for Tenders,Open Competition,Pukete Neighbourhood House,CON00002808-2024,20241031,20241128,20250225,,Sole Agency,No,,,Awarded,Contract signed - Awarded,0,20250410 Hamilton City Council,30450297,Request for Tenders,Open Competition,Mangaiti Gully Restoration works,CON00002809-2024,20241024,20241122,20250326,,Sole Agency,No,,,Awarded,Contract signed with HCC and Titoki Landcare Limited,0,20250410 Hamilton City Council,30539725,Request for Proposals,Open Competition,CON00002810-2024 Lone Worker Devices,CON00002810-2024,20241101,20241127,20250326,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Hamilton City Council to award a contract to the successful bidder to supply and manage the below detailed Lone Worker Devices. This RFP is a single-step procurement process. Lone Working is one of Councils identified critical risks and we are obligated under the Health & Safety at Work Act 2015 to ensure that we mitigate this risk for our employees who are exposed and assessed to be a lone worker and that we take all reasonably practicable steps in this regard.",Awarded,Final Contract Signed by HCC and Direct Safety,0,20250410 Hamilton City Council,30936389,Request for Tenders,Open Competition,CON00002083-2023 Wellington Street Beach Improvements,CON00002083-2023,20250123,20250221,20250402,,Sole Agency,No,,"Hamilton City Council is seeking tenders from suitably experienced parties for the CON00002083-2023 Wellington Street Beach Improvements. This contract opportunity is for the delivery of Wellington Street Beach Improvements. Scope of work to include the following: - Demolition and removal of existing toilet facilities and addition of a 2-pan toilet facility; - Shaded BBQ area to be located as per the current concept plan allowing space for families to picnic/rest allowing protection from sun/rain; - Terraced seating & relevant landscaping; and - Accessible pathway. Tenders close at 12pm on Friday 21st, February 2025 and are to be uploaded to the electronic tenderbox/es on the Government Electronic Tender Service - GETS (www.GETS.govt.nz) Lowest or any tender not necessarily accepted.",Awarded,Awaiting Contract Signature.,0,20250410 Hamilton City Council,30968103,Request for Tenders,Open Competition,CON00002820-2024 Three Waters Pipes and Fittings,CON00002820-2024,20250129,20250224,20250326,,Sole Agency,No,,"Hamilton City Council is seeking tenders from suitably experienced parties for the CON00002820-2024 Three Waters Pipes and Fittings. The purpose of Maintenance Delivery is to provide physical works services to ensure HCCs planned/reactive maintenance and connections for water, wastewater and drainage, are undertaken in an efficient manner, with minimal impact on city residents. Whilst the Maintenance Deliverys main office is located at the Duke Street depot, staff are deployed to numerous different locations throughout the city. The contract may also be utilised at Councils 2 treatment plants and reservoirs The unit provides physical works services for HCC in the principal areas of water/wastewater and drainage. Key activities carried out by the Unit are: Drainage maintenance Watermain maintenance Pump Station maintenance. Treatment Plants Reservoirs New Connections Tenders close at 2:00 pm on Tuesday, 18th February 2024 and are to be uploaded to the electronic tenderbox/es on the Government Electronic Tender Service - GETS (www.GETS.govt.nz) Lowest or any tender not necessarily accepted.",Awarded,Final Contract signed by HCC and Promains,0,20250410 Hastings District Council,19410355,Request for Proposals,Open Competition,Request for Proposal for Electricity Supply (Consortium of Hawke's Bay Councils),PRJ17-138,20180201,20180221,20200331,Finance,Cluster,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"This Request for Proposal is being issued on behalf of the HB LASS Councils Central Hawkes Bay District Council (CHBDC) Hastings District Council (HDC) Hawkes Bay Regional Council (HBRC) Napier City Council (NCC) Wairoa District Council (WDC) The consortium of Councils are jointly procuring their electricity requirements, each Council will form their own contract with the successful supplier(s). The Councils seeks fixed price variable volume (FPVV) contracts however alternative contract structures, such as spot and financial contract arrangements may also be considered. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files MUST be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,0,20250410 Hastings District Council,20021361,Request for Proposals,Open Competition,Request for Proposal (RFP) Emergency After Hours Animal Control Services,PRJ18-27,20180816,20180912,20200331,Planning & Regulatory,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"The purpose of this RFP is to provide emergency after hours Animal Control services from 5.00pm to 8.00am the following working day, and 24 hours on weekends and public holidays. This service will cover the following activities: Roaming and captured dogs Impounding dogs Responding to attacking or rushing dogs (Still at large or now restrained) Straying stock Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,0,20250410 Hastings District Council,20132735,Request for Quotations,Closed Competition,CON2018059 Farndon Park Sewer Pump Station - Supply of Pump Station,CON2018059,20180907,20180926,20190711,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","Quotations are requested for the above contract which involves the fabrication and delivery of a sewer pump station chamber and ancillary items for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Tenders close at 3pm Wednesday 26 September 2018 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm.",Not Awarded,,0,20250410 Hastings District Council,20523283,Request for Proposals,Open Competition,Cemetery Management Software Solution and Implementation,PRJ18-87,20181213,20190123,20201103,Community & Facilities,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"Hastings District Council (Council) is seeking a qualified supplier to provide a Cemetery Management Software Solution, capable of streamlining current cemetery processes, improving the cemetery record keeping and the accessibility of information to the public. The scope of this project includes the software, the implementation of the solution including the migration of records from our existing systems into the proposed software solution and ongoing support. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS Deadline for questions 14th January (NOTE: Questions will not receive a response between 24th December through to 8th January) Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,20528386,Request for Tenders,Closed Competition,CON2019002 Small Communities Water Treatment Plant Upgrade,CON2019002,20181206,20190313,20200331,Assets - Water Services,Sole Agency,No,"Only physical submissions will be accepted at the Hastings District Council Offices and must be placed in the tender box located at: Ground Floor, 207 Lyndon Road East, Hastings 4120","REQUEST FOR TENDER CON2019002 Hastings Small Communities Water Treatment Plant Upgrades Design, Supply and Construct Tenders are requested from invited organisations (CON2019002) for the engineering design, construction and equipment supply services related to the upgrade work for the Hastings District Council. The upgrade works include the following water treatment plants: Whirinaki-Esk, Clive Tuckers, Whakatu, Haumoana, Waimarama and Waipatiki. The plants all require upgrades to increase capacity, increase redundancy, increase resilience and meet the requirements of the Drinking-Water Standards for New Zealand 2005 (revised 2008) (DWSNZ). The RFT documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this EOI must be made via www.gets.govt.nz. Tenders close at 16:00 on Wednesday 30th January 2019 and must be submitted physically to the tenderbox located at: Tender Box Hastings District Council Ground Floor 207 Lyndon Road East, Hastings 4122 Please allow sufficient time for delivery of the physical submission to the tenderbox.",Awarded,,0,20250410 Hastings District Council,20641126,Request for Tenders,Closed Competition,CON2019001 Havelock North Booster Pump Station,CON2019001,20190125,20190306,20200331,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","REQUEST FOR TENDER CON2019001 Havelock North Booster Pump Station Tenders are requested for the above contract which involves the construction of a potable water booster pump station in Havelock North, with associated water pipework and ancillary items, stormwater pipework and trenchless installation of a sewer rising main. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 27 February 2019 and must be submitted electronically via GETS. Submissions are to be uploaded in one file with a maximum file size of 50MB. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,20649482,Request for Tenders,Open Competition,CON2019008 Park Road Sewer Rising Main Improvements,CON2019008,20190129,20190306,20190711,Assets - Water Services,Sole Agency,No,ONLY ELECTRONIC TENDERS RECEIVED THROUGH GETS WILL BE ACCEPTED,"CON2019008 Park Road Rising Main Improvements Tenders are requested for the above contract which involves the construction of sewerage gravity and pressure mains from the intersection of St Aubyn St and Park Rd North to the intersection of Victoria St and Willowpark Rd. The new rising mains will be constructed offline from the existing rising main. The new gravity main will be constructed online from the existing gravity main. The works include 243 m of OD200, 44 m of OD160, 830 m of OD280, all as part of the rising main replacement works, and 219 m of OD225-375 gravity sewer. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. NB. Only tender submissions from HDC pre-qualified tenderers in class 1 - category: Wastewater works Complex A will be considered. Tenders close at 3pm Wednesday 6th March 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,20730294,Request for Tenders,Open Competition,CON2019018 Outfall Diffuser Inspection and Maintenance,CON2019018,20190214,20190313,20190711,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","CON2019018 WWTP Outfall Diffuser Inspection and Maintenance Tenders are requested for the above contract which involves the annual inspection of the wastewater treatment plant marine outfall diffuser that is 300m long and at an approximate depth of 12 m below surface. In addition, reactive inspection, maintenance and repair works on the submarine outfall and diffuser is included. The Contract is for Hastings District Council for a three (3) year term and may be extended up to a maximum of five (5) years. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 13 March 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,20768663,Request for Tenders,Open Competition,CON2019009 Site Investigation Works for the Asset Management Co-ordination Report,CON2019009,20190222,20190327,20190711,Assets - Water Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","REQUEST FOR TENDER CON2019009 Site Investigation Works for Asset Management Co-ordination Report Tenders are requested for the above contract which involves site investigation (potholing) of existing services and survey of the investigation findings for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 27 March 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,20798481,Request for Tenders,Open Competition,CON2019017 Kahuranaki Road AWPT (RP 8.47 10.67),CON2019017,20190305,20190327,20191030,Assets - Transportation,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted - as per sections 105.1 and 107.1 of tender document","IMPORTANT NOTE: This tender is for HDC Prequalified Class: Roading Construction Class 1 Complex A Only electronic submissions submitted through GETs will be accepted as per sections 105.1 and 107.1 of the tender document. NOTE: Tenders close at 3.00 PM on Wednesday 27th March 2019 Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm REQUEST FOR TENDER CON2019107 Kahuranaki Road AWPT (RP 8.47 10.67) The contract is for the approximate 2km area wide pavement treatment and a section of stormwater drainage to Kahuranaki Road (between locations 8.47km and 10.67km), including the Rochfort Road intersection. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3 pm Wednesday, 27 March 2019 and must be submitted electronically on GETS, in three files of less than 50MB. NB. Only tender submissions from pre-qualified tenderers in Roading Construction Class 1 Complex A will be considered.",Awarded,,0,20250410 Hastings District Council,20907252,Request for Tenders,Open Competition,CON2019020 No. 1 Trunk Sewer and Frimley Domestic Interceptor Renewal 2018/19,CON2019020,20190403,20190501,20190906,Assets - Waste Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted - as per sections 105.1 and 107.1 of tender document","REQUEST FOR TENDER CON2019020 - Hastings Inland Trunk Sewer No.1 and Frimley Domestic Interceptor Renewal 2018/19 Tenders are requested for the above contract which involves: 1} Inland Trunk Sewer No.1 - renewal of 1493m of 1050mm diameter RC sewers and 3nos. of 1050 diameter RC manholes within two separate sections along Richmond Road, Clive. Also construct new 4nos. chimney-type manhole along the renewal section, and 3nos. new chimney-type manhole on previously lined trunk sewer section. 2) Frimley Domestic Interceptor - renewal of 779m of 600mm diameter RC sewers and 3nos. of 1050 diameter RC manholes on private commercial properties off Elwood Road Tender documents are available from the Government Electronic Tenders Service (GETS} www.gets.govt.nz. Any enquiries about this contract must be made via www.qets.qovt.nz. Tenders close at 3pm Thursday 01 May 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.qets.qovt.nz/Externalindex.htm",Awarded,,0,20250410 Hastings District Council,21025830,Request for Proposals,Closed Competition,Treasury Advisory Services,PRJ19-155,20190513,20190605,20190708,Finance,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"Hastings District Council (Council) is seeking a qualified supplier to provide treasury advice to the Hastings District Council including, but not limited to Interest Rate Risk Management; Hedging and Borrowing advice; Liquidity Management advice; the Development and Annual Review of Councils Treasury Policy; Investment Management advice; access to relevant Economic and Financial Commentary; ability to access Staff Training on Treasury Management, Monthly Meetings/Conference Calls to review Market Movements/Opportunities, Review of Councils Treasury Forecasts, with the view formulating a Treasury Plan; Annual presentation to Risk and Audit Subcommittee. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21131850,Request for Tenders,Open Competition,CON2019036 HDC and NCC Joint Kerbside Refuse Collection and HDC Kerbside Recycling Contract,CON2019036,20190620,20190814,20191211,Assets - Waste Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"CON2019036 HDC and NCC Joint Kerbside Refuse Collection and HDC Kerbside Recycling Collection Contract Tenders are requested for the above contract which involves the provision of Kerbside Refuse Collection services in the Napier City (Contract 1) and Hastings District (Contract 2) and provision of Kerbside Recycling Collection services in the Hastings District including servicing of public Recycling Drop Off Facilities (Contract 3). Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries or questions about this contract must be made via www.gets.govt.nz before 3pm Wednesday 7 August 2019. Tenders close at 3pm Wednesday 14 August 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,21158496,Request for Proposals,Open Competition,Hastings District Council Libraries Stakeholder Engagement,PRJ19-158,20190617,20190703,20190813,Community & Facilities,Sole Agency,No,Gets only,"Hastings District Libraries is seeking to appoint a provider to lead engagement with a broad range of community stakeholders, including individuals and organisations, including those who already use and those who do not use library services currently, to inform development of our strategic plan review. Tenders close on 03 July 2019 at 3pm and must be submitted electronically via GETs. Please use the Response form(s) provided. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Questions should be submitted through GETS only.",Awarded,,0,20250410 Hastings District Council,21188563,Request for Tenders,Closed Competition,CON2019047 Black Bridge Transfer Station Management and Operation,CON2019047,20190624,20190710,20200331,Assets - Waste Services,Sole Agency,No,"ONLY ELECTRONIC SUBMISSIONS, SUBMITTED VIA GETS, WILL BE ACCEPTED","CON2019047 Black Bridge Transfer Station Management and Operation. The scope of the contract requires a suitable contractor to take over the management and operation of the Blackbridge Refuse Transfer Station at no cost to Council. All revenue gained from operating the site remains with the contractors. Tender documents are available from the Government Electronic Tenders Service {GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 10 July 2019 and must be submitted electronically via GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/Externallndex.htm PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form{s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time .",Awarded,,0,20250410 Hastings District Council,21194576,Request for Tenders,Open Competition,CON2019043 Henderson Road Refuse Transfer Station Cartage,CON2019043,20190709,20190724,20200331,Assets - Waste Services,Sole Agency,No,"ONLY ELECTRONIC SUBMISSIONS, SUBMITTED VIA GETS, WILL BE ACCEPTED","This contract is for the cartage of Refuse from Henderson Road Transfer Station to the Omarunui Landfill, green Waste to the Awatoto Compost facility or Pan Pac as appropriate, and some scrap metal to metal recyclers in Hastings. Maintaining the trailers and tractor units in good condition and presentable appearance and to NZTA Certificate of Fitness (COF) requirements. The distance from the Refuse Transfer Station to the Omarunui Landfill front gate is approximately 15 km. The distance from the Refuse Transfer Station to the Awatoto Compost Plant is approximately 17 km. The distance from the Refuse Transfer Station to the Pan Pac is approximately 35 km. The distance from the Refuse Transfer Station to the metal recyclers Hastings is approximately 10 km Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Tenders close at 3pm Wednesday 24 July 2019 and must be submitted electronically via GETS. Please use the Response form(s) provided - File 1 and File 2. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Non-Price or Price Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,21217818,Request for Tenders,Closed Competition,"CON2018095 Construction of Cornwall Park toilets, Haumoana Domain toilets and Windsor Park Sports Ground Toilets",CON2018095,20190703,20190724,20191030,Assets - Parks & Property,Sole Agency,No,"Only electronic submissions, submitted via GETs, will be accepted.","CON2018095 Construction of Cornwall Park toilets, Haumoana Domain toilets and Windsor Park Sports Ground Toilets This Contract is for the construction of three new toilet facilities, and associated site works, located on Cornwall Park, Haumoana Domain and Windsor Park Sports Ground. Once the new toilet facility on Haumoana Domain is operational and open to the public, the existing public toilet facility located on Haumoana Domain will be demolished as part of this contract. Site works at Windsor Park also include the construction of a 760m2 concrete path. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Any questions should be submitted through gets only Tenders close at 3pm Wednesday 24 July 2019 and proposals must be submitted electronically via GETS - as per sections 105.1 and 107.1 of the tender document. Please use the Response form(s) provided and allow sufficient time to upload your submission to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. It is preferred only 2 files are submitted. File 1 Tender form and non-price attributes File 2 Price schedule (excel preferred)",Awarded,,0,20250410 Hastings District Council,21319652,Request for Proposals,Open Competition,Supply Catering Services for HDC Council Meetings and Community Meetings,PRJ18-101,20190731,20190821,20200109,Corporate,Sole Agency,No,TENDER PROPOSALS / RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"To supply catering services to the Hastings District Council (referred to as the HDC) Council meetings and HDC community meetings, with the possibility to supply catering services to other HDC events. This includes providing a selection of different menu (cost) options and additional services, including but not limited to, the supply of crockery, glassware and cutlery and consolidated detailed invoicing at the end of the month. Tender documents are available to download from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY - ALL RESPONSES TO QUESTIONS WILL BE THROUGH GETS TENDER PROPOSALS / RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS - Please use the Response form(s) provided. - The total submitted file size mush not exceed 50MB regardless of the number of files submitted. TENDERS CLOSE at 3pm Wednesday 21 August 2019 - Respondents should ensure sufficient time is allowed to upload the files to GETS well before the tender closure time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm or phone GETS 0508 438 743",Not Awarded,,0,20250410 Hastings District Council,21358021,Request for Proposals,Open Competition,The Hastings East Side Master Plan,PRJ19-166,20190805,20190904,20191017,EGOI,Sole Agency,No,Respond via GETS only,"The Hastings District Council is seeking to appoint suitably qualified consultants to develop the Eastside Masterplan and associated business case(s). The Eastside Area encompasses a complex mix of productivity-lifting and job creation priorities requiring a comprehensive programme of action in order to fully unlock opportunities and outcomes. The Eastside Masterplan, associated business case(s) and implementation programme will need to give careful consideration to these factors, to minimise the high risk of conflicts and issues if each of these projects work in isolation. Much of the land within the study area is zoned Plains Production and the current land use policy for the area should form an integral part of future land use considerations. Technical and specialist advice is required to confirm the Masterplan is a viable long-term proposition, and to understand what changes need to be made in the area (roading, servicing, zoning etc.). This will ensure maximum economic gains are made, whilst being respectful of cultural, social and environmental considerations and limits. The Eastside Master Plan will need to identify and evaluate the underlying qualities and constraints of the area and use this information to develop associated business case(s) and implementation programme for priority projects that can be readily implemented. It is designed to indicate the intended structure of the overall development area. We do not want theoretical proposals about abstract or speculative methodologies, we want proposals that are clear, tangible, based on proven methodologies and are delivered in a collaborative and inclusive manner from the outset and throughout. Questions should be submitted through GETS only. Proposals and responses must be submitted electronically through GETS. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21358030,Request for Quotations,Open Competition,Hawkes Bay Opera House Lighting,,20190805,20190828,20191008,Community & Facilities,Sole Agency,No,Only respond via GETS please,"This is a unique opportunity to be part of a major upgrade to the lighting fixtures for the Hawke's Bay Opera House and help create a contemporary, high-quality and welcoming brand. It is important to establish a well-resourced and fully equipped venue that has equipment, systems and software capabilities to meet industry expectations, as well as monitoring systems to ensure all areas are in line with current technology. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21416111,Request for Proposals,Open Competition,Hastings District Council Facilities Monitoring and Guard Call-out Services,PRJ17-57,20190815,20190911,20191202,EGOI,Sole Agency,No,Please respond via GETS only,"The Hastings District Council (HDC) has commissioned a facility security project which seeks to ensure Council facilities continue to be safe and enjoyable places for all staff, clients and members of the public to frequent. Two overarching requirements support this project, and are presented as two distinct RFPs which suitably qualified respondents are invited to tender against. The supply of facility security monitoring and guard call-out services (ie this RFP), and The supply and installation of facility security equipment This RFP relates to facility monitoring services and guard call-out. HDC is seeking to appoint a provider who will be responsible for the monitoring of facilities, building alarms, duress alarms and associated guard call-out and after hours bedding down services necessary to meet the above objective. Proposals and responses must be submitted electronically through GETS, this includes any questions. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21416863,Request for Proposals,Open Competition,"Hastings District Council Supply, Installation and maintenance of facility security equipment",PRJ17-57,20190815,20190911,20191112,EGOI,Sole Agency,No,Please respond via GETS only,"The Hastings District Council (HDC) has commissioned a facility security project which seeks to ensure Council facilities continue to be safe and enjoyable places for all staff, clients and members of the public to frequent. Two overarching requirements support this project, and are presented as two distinct RFPs which suitably qualified respondents are invited to tender against. The supply and installation of facility security equipment (ie this RFP), and The supply of facility security monitoring and guard call-out services This RFP relates to the upgrade of facility security infrastructure. HDC is seeking to appoint a provider who will be responsible for the supply, installation and maintenance of the physical security assets necessary to meet the above objective. These assets relate to: Access Control Surveillance Building alarms, duress alarms, sensors Cabling Any additional supporting hardware and software Proposals and responses must be submitted electronically through GETS, this includes any questions. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21421589,Request for Proposals,Open Competition,Parking Solutions - Hastings District Council and Napier City Council,PRJ19-153,20190816,20190909,20191017,Planning & Regulatory,Sole Agency,No,Responses via GETS only,"Hastings Council is replacing its Parking Technology. This tender calls for the supply and installation of new parking machines. Both Hastings and Napier Councils also require a maintenance and coin management solution for their parking operations respectively. Tenders close on 04 September at 3pm and must be submitted electronically via GETs. Please use the response form(s) provided. Price and non-price files should be uploaded as separate files and clearly marked as price and non-price. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETs prior to the tender closure date and time. Questions should be submitted through GETs only.",Awarded,,0,20250410 Hastings District Council,21477503,Request for Proposals,Closed Competition,Hawke's Bay Opera House Audio Solution,PRJ19-127,20190826,20190918,20191008,Community & Facilities,Sole Agency,No,Responses only via GETS,"This is a unique opportunity to be part of a major upgrade to the audio system for the Hawkes Bay Opera House and help create a contemporary, high-quality and welcoming brand that is regularly assessed in terms of industry and public perception. It is important to establish a well-resourced and fully equipped venue that has equipment, systems and software capabilities to meet industry expectations, as well as monitoring systems to ensure all areas are in line with current technology. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21588491,Request for Tenders,Open Competition,CON2019061 Park Road Sewer Rising Main - Rehabilitation,CON2019061,20190912,20191016,20191216,Assets - Waste Services,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","Tenders are requested for the above contract for the Hastings District Council which involves rehabilitation works of an existing 1,450m DN375 concrete main via OD355 PE slip lining. Testing of all pipework and fittings prior to connection to the live sewer network and reinstatement of all surfaces damaged during construction are also required. The proposed rehabilitation works are from the intersection of Park Rd South and Lyell St, Hastings to the intersection of Victoria St and Willowpark Rd, Hastings. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 9 October 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Tenderer should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as GETS will shut off whether or not the upload is complete.",Awarded,,0,20250410 Hastings District Council,21604497,Request for Tenders,Open Competition,CON2019055 Karamu Pipe Bridge Structures - Concrete Pier Repair,CON2019055,20190918,20191030,20191216,Assets - Waste Services,Sole Agency,No,,"Tenders are requested for the above contract which involves the repair of four concrete piers within the Karamu Stream including repair of rebar, spalled concrete and cracking concrete for the Hastings District Council. Some of the piers require remedial works above the water line. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 30 October 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as per the instructions in the RFT document. Tenderers should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete.",Awarded,,0,20250410 Hastings District Council,21627821,Request for Tenders,Open Competition,CON2019083 Arbuckle Road Extension - Matariki Avenue to end,CON2019083,20190918,20191009,20200430,Assets - Transportation,Sole Agency,No,"Only electronic submissions, made via GETs will be accepted","Note only tender submissions from HDC Class 1: Prequalified - Road Construction Complex A, and Stormwater Simple B - will be considered - see ** below REQUEST FOR TENDER CON2019083 Arbuckle Road Extension - Matariki Avenue to end Tenders are requested for the above contract which involves the construction of Arbuckle Road Extension - Matariki Avenue to end The scope of work shall include: Health and Safety Management Traffic Management Programme management Quality Management Environmental Management Earthworks and site clearance Pavement construction Chipseal surfacing Kerbing construction Footpath and grass berm construction Minor stormwater construction ** This work is being tendered as a Class 1 tender under Hastings District Councils system for prequalified tenders. This tender has been categorised as Road Construction Complex A. Tenderers must also satisfy Stormwater works Simple B qualifications. Only Tenderers, who are prequalified to the above classification level, or higher, may submit a tender for this work. A copy of the prequalified Contractor list is available on request. Enquiries regarding any aspect of the RFTs content or the proposed Contract Works must only be submitted in writing, and not later than three working days before the tender closing date. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY. Replies may be circulated to other prospective Tenderers. Such enquiries should be marked for the attention of: Michael Kemsley. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 9 October 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21745469,Request for Tenders,Open Competition,CON2019087 Whirinaki and Tauroa Reservoir Repairs,CON2019087,20191009,20191120,20200331,Assets - Water Services,Sole Agency,No,"ONLY ELECTRONIC SUBMISSIONS, SUBMITTED VIA GETS WILL BE ACCEPTED","REQUEST FOR TENDER CON2019087 Whirinaki and Tauroa Reservoir Repairs The Hastings District Council is inviting tenders for the repair of the Tauroa Valley and Whirinaki Reservoirs. The contract works will address several issues that have been identified at the reservoirs, including: Accumulated debris in the base of the tank Leaking of wall joints and at the floor / wall junction Potential for rainwater to pond and leak through the roof of the reservoirs The contract works comprises the sealing of all internal and external wall and floor joints, and the sealing of the entire roof area. Please note that tenders shall be submitted in two separate files. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Each file shall be labelled in clear block letters as below: File 1: CON2019087 WHIRINAKI AND TAUROA RESERVOIR REPAIRS TENDER SUBMISSION NAME OF TENDERER and; File 2: CON2019087 WHIRINAKI AND TAUROA RESERVOIR REPAIRS SCHEDULE OF PRICES NAME OF TENDERER **Please ensure that the Schedule of Prices is in a separate file in excel format. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 30 October 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Not Awarded,,0,20250410 Hastings District Council,21745616,Request for Tenders,Open Competition,CON2019088 Hastings 1 and 2 and Havelock North 1 and 2 Reservoir Repairs,CON2019088,20191009,20191120,20200331,Assets - Water Services,Sole Agency,No,"ONLY ELECTRONIC SUBMISSIONS, SUBMITTED VIA GETS WILL BE ACCEPTED","REQUEST FOR TENDER CON2019088 Hastings 1 and 2 and Havelock North 1 and 2 Reservoir Repairs The Hastings District Council is inviting tenders for the repair of the Hastings 1 and 2 and Havelock 1 and 2 Reservoirs. The contract works will address the potential for rainwater to pond and leak through the roof of the reservoirs. The contract works comprises the sealing of the entire roof area, and includes for the fitting of new hatches, handrails, air vents and anchor points. Please note that tenders shall be submitted in two separate files. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Each file shall be labelled in clear block letters as below: File 1: CON2019088 HASTINGS 1 AND 2 AND HAVELOCK NORTH 1 AND 2 RESERVOIR REPAIRS TENDER SUBMISSION NAME OF TENDERER and; File 2: CON2019088 HASTINGS 1 AND 2 AND HAVELOCK NORTH 1 AND 2 RESERVOIR REPAIRS SCHEDULE OF PRICES NAME OF TENDERER **Please ensure that the Schedule of Prices is in a separate file in excel format. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 30 October 2019 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,21772487,Request for Proposals,Closed Competition,"RFP For Professional Services to conduct a Feasibility Study into a Hawkes Bay Regional Museum Research, Archives and Storage Centre",PRJ19-201,20191014,20191106,20200227,Finance,Sole Agency,No,Respondents must respond via GETS,,Awarded,,0,20250410 Hastings District Council,21772952,Request for Quotations,Closed Competition,CON2019086 Eastbourne-Frimley Pilot Bores,CON2019086,20191011,20191030,20200331,Assets - Water Services,Sole Agency,No,,"Construct three pilot bores. Two pilot bores at Frimley Park and one pilot bore at Eastbourne site. The work is required to confirm geological and flow information at Frimley and Eastbourne sites that will enable production bore locations to be confirmed and detailed production bore design progressed. The work is to be completed by 7th December. Quotations documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Quotations must be received by Wednesday 3pm via GETs, Wednesday, 30 October 2019 Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,21795104,Request for Tenders,Open Competition,"CON2019085 School Road, Clive, Sewer Rising Main Renewal",CON2019085,20191017,20191120,20200331,Assets - Waste Services,Sole Agency,No,"NO ALTERNATIVE ACCEPTED, RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS","REQUEST FOR TENDER CON2019085 School Road Rising Main Renewal Tenders are requested for the above contract which involves renewing an existing DN200 AC wastewater rising main via the installation of approx. 1.3km 250OD PE pipeline on a new alignment. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday, 20 November 2019 and must be submitted electronically via GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,21863374,Request for Quotations,Open Competition,Toitoi Hawke's Bay Arts and Events Centre Microphones Request for Quotes,,20191104,20191120,20191126,Community & Facilities,Sole Agency,No,Responses by GETS only,"This is a unique opportunity to be part of a major upgrade to the audio system for the Hawkes Bay Opera House and help create a contemporary, high-quality and welcoming brand that is regularly assessed in terms of industry and public perception. This RFQ is for microphones It is important to establish a well-resourced and fully equipped venue that has equipment, systems and software capabilities to meet industry expectations, as well as monitoring systems to ensure all areas are in line with current technology. Questions should be submitted through GETS only. Responses must be submitted electronically through GETS Please use the Response form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,21927318,Request for Tenders,Open Competition,CON2019084 Bridge 122 Moeangiangi Strengthening,CON2019084,20191112,20191211,20200123,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2019084 Bridge 122 Moeangiangi Strengthening Tenders are requested for the above contract which involves the strengthening of existing steel beams, installation of transverse diaphragms and the replacement of the existing timber deck with a new precast concrete deck including guard railing and approach works for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 4 December and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered. All questions are to be sent via GETS.",Awarded,,0,20250410 Hastings District Council,21928545,Request for Quotations,Closed Competition,Hastings District Council External Print and Related Services,,20191118,20191204,20200227,EGOI,Sole Agency,No,Only responses via gets,"Hastings District Council would like to invite those on the syndicated panel of suppliers for provision of external print and related services, to submit a Quote for the print and supply of internal and external marketing collateral, printed business stationery and branded merchandise. This will include above and below the line advertising collateral and brand guardianship to ensure that the visual brand is consistently reproduced on all collateral. Responses and also questions must be submitted electronically through GETS. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Not Awarded,Blue Star,0,20250410 Hastings District Council,22077897,Request for Tenders,Open Competition,"Princes St, Ellison Rd and Victoria St AWPT",CON2019108,20191211,20200122,20200210,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER Princes St, Ellison Rd and Victoria St AWPT Tenders are requested for the above contract which involves the reconstruction of the footpaths, kerbing and road pavement for the sections of Princes St (between St Aubyn St and Victoria St), Victoria St (between Willowpark Rd and Riverslea Rd) and Ellison Rd (between Willopark Rd and Riverslea Rd). Watermain and stormwater renewal works will be undertaken as well as the renewal of sewer laterals. for the Hastings District Council. The scope of work shall include: Health and Safety Management Programme management Quality Management Health and Safety and Traffic Management Environmental Management Road construction with cement stabilisation and chipseal surfacing. New Footpath, Kerb and Nib. Installation of trees Installation of stormwater leads and sumps throughout the works Installation of a new watermain in Ellison Rd Replacement of existing sewer laterals Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 15 January 2020 and must be submitted electronically via GETS with a maximum file size of 50MB. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered.",Awarded,,0,20250410 Hastings District Council,22095486,Request for Tenders,Open Competition,CON2019112 Breadalbane Avenue Reconstruction,CON2019112,20191216,20200129,20200302,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2019112 Breadalbane Avenue Reconstruction Tenders are requested for the above contract which involves the construction of Breadalbane Avenue. The scope of work shall include: Health and Safety Management Traffic Management Programme management Quality Management Environmental Management Pavement construction Chipseal surfacing Kerbing construction Footpath and grass berm construction Reshape berm and form stormwater swale Installation of a new watermain Installation of gravity sewer main. Minor stormwater construction Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 22 January 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,22107437,Request for Tenders,Open Competition,CON2019107 Haumoana Water Supply Pipelines,CON2019107,20191218,20200205,20200331,Assets - Water Services,Sole Agency,No,,"CON2019107 Haumoana Water Supply Pipelines Tenders are requested for the above contract which involves the construction of raw water, treated water and UV waste pipelines to supply the new Haumoana treatment plant with raw water and the Haumoana/Te Awanga reticulation with treated water. The works include 755m of 250OD PE100 raw water pipeline, 50m of 180OD PE100 UV waste pipeline, and 1075m of 315OD PE100 treated water pipeline. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 5 February 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered.",Awarded,,0,20250410 Hastings District Council,22125538,Request for Tenders,Closed Competition,CON2019096 Te Pohue Water Treatment Plant,CON2019096,20191220,20200226,20200331,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2019096 Te Pohue Water Treatment Plant Tenders are requested from invited organisations (CON2019096) for the engineering design, construction and equipment supply services related to the work for the Hastings District Council. The works are for the installation of the new Te Pohue Water Treatment Plant. A new treatment plant is required to supply reliable and safe drinking water that meets the requirements of the Drinking-Water Standards for New Zealand 2005 (revised 2018) (DWSNZ). The RFT documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this EOI must be made via www.gets.govt.nz. The total submitted file size must not exceed 50 MB. HDCs preference is to receive submissions in one file. Tenders close at 1500hrs on Wednesday 12th February 2020 and must be submitted electronically via GETS Please allow sufficient time for uploading the submission to GETS",Awarded,,0,20250410 Hastings District Council,22148364,Request for Proposals,Open Competition,Hastings District Council Residential Development Design Guide,PRJ19-203,20200120,20200212,20200612,Planning & Regulatory,Sole Agency,No,Submit via GETS,"The Hastings District Council needs a practical how to guide for designing medium density housing developments / Comprehensive Residential Development. The guide will promote and demystify high quality of Comprehensive Residential Development in selected Hastings and Havelock North urban areas. It will be a resource for the community builders, designers, small scale property developers. The guide will align with and sit alongside the rules and standards for Comprehensive Residential Development in the Hastings District Plan. We are looking for credible providers who have the capability, experience, local knowledge of the vernacular and resources to produce an attractive design guide with plenty of pictorial examples. You may have a background in architecture, urban design or landscape architecture. We are interested in your interpretation of this brief and open to your ideas and methodology to achieve the desired outcome. questions should be submitted through GETS only proposals and responses must be submitted electronically through GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,22164039,Request for Tenders,Open Competition,CON2019109 Bridge 434 Turamoe No.2 Replacement,CON2019109,20200114,20200219,20220310,Assets - Transportation,Sole Agency,No,,"CON2019109 Bridge 434 Turamoe No. 2 Replacement Tenders are requested for the above contract which involves the demolition of the existing bridge including abutments, deck and handrails. The construction of a new bridge deck, which includes sheet piling for scour protection, screw piles to support concrete abutments which support the new bridge beams, deck slab and guardrails. The approach on the Hastings side is to be widened to match the new bridge; the approach on the private property side is not part of this contract. This will be undertaken by the landowner. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any inquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 19 February 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered.",Not Awarded,"Due to land owner ongoing issues, this project did not go ahead.",0,20250410 Hastings District Council,22196625,Request for Tenders,Open Competition,CON2020008 Arataki Road Stormwater Improvements,CON2020008,20200122,20200219,20200331,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020008 Arataki Road Stormwater Improvements Tenders are requested for the above contract which involves the installation of 70 metres of DN600 and 36 metres of DN750 stormwater pipe with associated infrastructure at Arataki Road. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 19 February 2020 and must be submitted electronically via GETS. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from HDC Stormwater Work Simple B pre-qualified tenderers will be considered. NB. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,22219199,Request for Tenders,Open Competition,CON2019113 Napier Road Cycleway,CON2019113,20200128,20200219,20200604,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON 2019113 Napier Road Cycleway Tenders are requested for the above contract which involves the construction of the construction of new cycle facilities on Napier Road from Romanes Drive to SH51, total length 4.35 km. This comprises: Health and Safety Management Traffic Management Programme management Quality Management Environmental Management Earthworks and site clearance Pavement construction (approximately 8.2 km seal widening-total length) Chipseal surfacing Kerbing construction Concrete path construction (approximately 550m) Guardrail installation Road marking Traffic services installation Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any inquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 19 February 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,22401094,Request for Quotations,Closed Competition,CON2020022 Eastbourne Street East - Underground Diesel Tank Removal,CON2020022,20200304,20200325,20200331,Assets - Water Services,Sole Agency,No,TENDER RESPONSES MUST BE SUBMITTED VIA GETS,"CON2020022 Eastbourne St East Underground Diesel Tank Removal The scope of work includes checking of the underground storage tank (UST) for any existing liquid contents and removal and lawful disposal of any contents found, service location, excavation to gain access to the UST, sheet piling to protect existing structures during the works (if deemed necessary by the Respondents methodology), removal of the UST and rubble to suitable off-site disposal, soil testing (by others) and possible removal of contaminated soil, backfilling of the pit, and reinstatement of the hard standing (concrete slab). Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 25 March 2020 and must be submitted electronically via GETS. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered.",Not Awarded,,0,20250410 Hastings District Council,22412359,Request for Tenders,Closed Competition,CON2020024 Urban Water Upgrade - Reservoir Procurement,CON2020024,20200306,20200406,20200522,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020024 Urban Water Upgrade - Reservoir Procurement Tenders are invited for the above contract which involves the design, supply and construction of 1 x 8,000m3 and 2 x 5,000m3 Steel bolted fusion bonded epoxy coated reservoirs, inclusive of reinforced concrete floor and foundations and geodesic dome rooves, for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Tenders close at 3pm Wednesday 1 April 2020 and must be submitted electronically via GETS.",Awarded,,0,20250410 Hastings District Council,22596009,Request for Tenders,Open Competition,CON2020010 Frimley Park Water Treatment Plant and Reservoir Pipelines,CON2020010,20200430,20200603,20201021,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020010 Frimley Park Water Treatment Plant and Reservoir - Pipelines Tenders are requested for the above contract which involves the supply and installation of new pipework, valves and fittings associated with water supply pipework in Frimley Park, Frimley Road and Hapuku Street for the Hastings District Council. Pipelines will comprise: 1. DN800 PE100 PN12.5 treated water supply pipe from the boundary of Frimley Water Treatment Plant, through Frimley Park to Frimley Road (approximately 100m long) 2. DN500 & DN560 PE100 PN12.5 raw water supply pipes through Frimley Park, in shared trench with treated water main described above. 3. DN500 & DN560 PE100 PN12.5 raw water supply pipes and treated water main in berm along Frimley Road, in shared trench (approximately 300m long). 4. DN560 PE100 PN12.5 treated water supply pipe in Frimley Road, between Nottingley Road and no. 300 Frimley Rd (approximately 250m long) 5. DN630 PE100 PN12.5 treated water supply pipe in Frimley Rd & Hapuku Street, between no. 300 Frimley Rd, around the corner into Hapuku St, and terminating at Omahu Road (approximately 450m long). 6. Tee connections of Items 4 & 5 respectively to the existing water distribution network 7. Associated valves and fitting and reinstatement. ***This work is being tendered as a Class 1 tender under Hastings District Councils system for prequalified tenders. This tender has been categorised as Water Works Complex Complex A. Only Tenderers, who are prequalified to the above classification level, or higher, may submit a tender for this work. A copy of the prequalified Contractor list is available on request. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 3 June 2020 and must be submitted electronically via GETS Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered.",Awarded,,0,20250410 Hastings District Council,22690733,Request for Tenders,Open Competition,CON2020028 Omahu Rd and Henderson Rd Roundabout Construction,CON2020028,20200519,20200617,20201015,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2019112 Breadalbane Avenue Reconstruction Tenders are requested for the above contract which involves the construction of Breadalbane Avenue. The scope of work shall include: Health and Safety Management Traffic Management Programme management Quality Management Environmental Management Liaison with Affected landowners Earthworks and site clearance Pavement construction Asphaltic concrete surfacing Kerbing construction Footpath construction Minor Stormwater construction Watermain construction Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 17 June 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,22696721,Request for Quotations,Closed Competition,CON2020043 Urban Water Upgrades - Production Bores,CON2020043,20200520,20200701,20201021,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020043 Urban Water Upgrade Production Bores Tenders are invited for the above contract which involves the supply and construction of up to 4 potable water production bores at the Frimley site and one production bore at the Eastbourne site, for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Tenders close at 3pm Wednesday 1 July 2020 and must be submitted electronically via GETS.",Awarded,,0,20250410 Hastings District Council,22730346,Request for Tenders,Open Competition,CON2020047 Tarbet Street Subdivision,CON2020047,20200526,20200617,20201021,Planning & Regulatory,Sole Agency,No,,"REQUEST FOR TENDER CON2020047 Tarbet Street Subdivision This contract is for the earthworks, civil infrastructure (including water supply, wastewater, stormwater, transportation and lighting) and landscaping associated with a 25 lot residential subdivision. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 17 June 2020 and must be submitted electronically via GETS. Please use the Response form(s) provided. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group Road Construction S-B, Water Works S-A, Wastewater Works S-A, and Stormwater Works S-A or above will be considered.",Awarded,,0,20250410 Hastings District Council,22831114,Request for Quotations,Closed Competition,Clive Wastewater Treatment Plant Process Control System and Network Upgrade,CON2020053,20200617,20200701,20201019,Assets - Water Services,Sole Agency,No,"ONLY ELECTRONIC SUBMISSIONS, SUBMITTED VIA GETS WILL BE ACCEPTED",,Awarded,,0,20250410 Hastings District Council,22870939,Request for Tenders,Closed Competition,CON2020054 Sports Ground Pop-Up Irrigation - Akina Park,CON2020054,20200625,20200715,20210313,Assets - Parks & Property,Sole Agency,No,,"REQUEST FOR TENDER CON2020054 Sports ground Pop-up Irrigation Akina Park The Hastings District Council (HDC) invites suitably qualified and experienced parties to submit proposals for the design and build of an automated Sports Ground Pop Up Irrigation system at Akina Park. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Questions should be submitted through gets only Please use the Response form(s) provided. Tenders close at 3pm Wednesday 8 July 2020 and Proposals and responses must be submitted electronically through GETS The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,22933074,Request for Proposals,Closed Competition,CON2020045 Street Lighting Central management System Software RFP,CON2020045,20200707,20200729,20210209,Assets - Transportation,All of Government,No,,"Hastings District Council (HDC) are looking to purchase a street lighting Central Management System Software (CMSS). The software must be able to communicate with HDCs existing Telematics Outdoor Lighting Network (OLN), as well as other outdoor lighting networks. Hastings District Council have approximately 7100 street lights and welcome a supplier able to support this. There will be further opportunity to provide the same type of services to other New Zealand Councils. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Hastings District Council -Street Lighting Central Management System Software contract opportunity. This RFP is the second step in a multi-step, procurement process following on from an ROI stage. Please use the Response form(s) provided",Awarded,,0,20250410 Hastings District Council,22953394,Request for Tenders,Open Competition,CON2020052 Warwick Road Reconstruction,CON2020052,20200713,20200812,20201015,Assets - Waste Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020052 Warwick Road Reconstruction Tenders are requested for the above contract which involves the construction of Warwick Road. The scope of work shall include: Reconstruction of the footpaths, kerbing and road pavement for the length of Warwick Road as well as the installation of new pipelines. This includes the following physical works: Road construction with cement stabilization and chipseal and AC surfacing. New Footpath, Kerb and channel and nib construction. Installation of new DN150 wastewater mains Installation of a new DN700 wastewater main (new Eastern Interceptor), including Principal supplied materials Replacement of existing sewer laterals Installation of stormwater leads and sumps throughout the works Installation of new stormwater mains Cleaning of current Eastern Interceptor to be reused as a new stormwater main Installation of new watermains Installation of tree tubs Obtaining work permit from KiwiRail for work at downstream chamber, which is within KiwiRail property. Programme, Quality, Environmental and Health and Safety Management Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 12 August 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 2 will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,22985942,Request for Proposals,Open Competition,The provision of night security services to Hastings District Council Request for Proposal,PRJ17-36,20200720,20200812,20201016,Corporate,Sole Agency,No,Submit via GETS,"The scope of services is primarily for the provision of night security services to lock and unlock public access gates, bed down Council buildings, and monitor Council camping reserves. Night patrols are in Hastings central business district (cbd), Havelock North cbd and Flaxmere cbd which will include commercial premises and a range of Council buildings. Patrols will be by a combination of foot and mobile patrols. Questions should be submitted through GETS. Only electronic submissions submitted through gets will be accepted Pease use the response forms provided only. Supporting information should be submitted separately, the file may need to be compressed to avoid exceeding the maximum file size. please allow sufficient time to upload your tender response into GETs. . For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,23078025,Request for Tenders,Open Competition,CON2020067 Evers-Swindell Reserve Toilet Extension - Construction,CON2020067,20200806,20200826,20210501,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"CON2020067 Evers-Swindell Reserve Toilet Extension - Construction This contract is for the extension of the existing Evers-Swindell Reserve Toilet, located in Clive, Hawkes Bay. Tenders are being called for two options. Option 1 is to add one toilet cubicle and Option 2 is to add two toilet cubicles to the existing toilet facility. Budget constraints will determine the option that Council will proceed with. Tender documents are available from Government Electronic Tenders Service (GETS) www.gets.govt.nz. Questions about the Tender document content should all be submitted through GETS only. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm or phone 0508 GETS HELP (0508 438 743) The total submitted file size must not exceed 50MB, regardless of the number of files submitted. Please use the Response form(s) provided.The form must be completed and submitted electronically through GETS prior to 3.00pm on Wednesday 26 August 2020. Please ensure you allow time to upload documents as the system will cut off for tenders at 3.00pm.",Awarded,,0,20250410 Hastings District Council,23118777,Request for Tenders,Open Competition,CON2020007 3 Waters Maintenance Contract,CON2020007,20200814,20200930,20210621,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020007- 3 Waters Maintenance Contract Tenders are requested for the above contract which involves the maintenance of the Hastings District Councils water, wastewater and stormwater networks providing 3 waters services to approximately 23,000 households and businesses. The contract includes routine reactive and preventative maintenance activities with access to renewals, capital works and asset investigations related to network condition and performance. We are looking for an experienced and credible contractor to work collaboratively with us in maintaining quality services and delivering value to our communities. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 23 September 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,23135198,Request for Proposals,Open Competition,Hastings District Council Libraries RFID Solution,PRJ20-35,20200819,20200916,20210125,Community & Facilities,Sole Agency,No,Gets only,"This tender is for the provision of a library RFID solution for Hastings District Council to modernise and improve the communitys access to the Libraries physical collections and streamline and speed up the management of the collections, including inventory functions. The ideal solution will achieve these goals in a cost effective way and integrate in real time with the existing Library Management System (Symphony, provided through the Kotui Consortium) while also enhancing both the customer and staff experience now and into the future. While we are looking to invest in core RFID infrastructure, further value-add services or products may also be of interest if there is a compelling case to be made. Questions should be submitted through GETS only Proposals and responses must be submitted electronically through gets Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,23364214,Request for Tenders,Open Competition,CON2020044 Bridge 415 Mangatahi Low Level Replacement,CON2020044,20201014,20201111,20210209,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2020044 Bridge 415 Mangatahi Low Level Replacement Tenders are requested for the above contract which involves the construction of a row of box culverts in a new road alignment and demolishing the old structure. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 4 November 2020 and must be submitted electronically via GETS. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please allow sufficient time to upload your submission to GETS. NB. Only tender submissions from tenderers pre-qualified for Bridge Construction Complex B will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,23387883,Request for Proposals,Open Competition,Request for Proposals Hastings District Council Playground Preferred Supplier Panel 2020,CON2020090,20201005,20201028,20210226,Assets - Parks & Property,Sole Agency,No,Responses via GETS only,"Over the next ten years the Hastings District Council (Council) Long Term Plan has allocated over $2 million for new and replacement playground equipment and safety surfacing. Hastings District Council (Council) is seeking to establish an open panel of suppliers (Panel) to supply commercially available playground equipment and safety surfacing. The installation of equipment and/or safety surfacing will also be required in some instances. This RFP is a single-step procurement process. All enquiries or requests for clarification or further information in relation to this RFP must be directed through the Point of Contact through the GETS question/answer function. In submitting your proposal you must use the Response Form provided. You must also complete and sign the declaration at the end of the Response Form. Check you have provided all the information requested and in the format asked for. Proposals must be submitted electronically through GETS. The total submitted file size must not exceed 50MB, including the response form plus any additional information. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,23423497,Request for Tenders,Closed Competition,CON2020081 Clive Tucker Lane Production Bore & WWTP Bore,CON2020081,20201007,20201021,20201103,Assets - Water Services,Sole Agency,No,,"CON2020081 Clive Tucker Lane Production Bore & WWTP Bore Response to tender are requested for the above contract which involves the construction and supply of Production Bore for Clive Public Water Supply and separate bore for water supply to the WWTP for Hastings District Council. Tender submission documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Response to Tender must be received by 3pm via GETs, Wednesday, 21st October 2020 Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,23434557,Request for Tenders,Open Competition,CON2020079 Irongate Road Upgrade Stage 3 Maraekakaho Rd Roundabout Construction,CON2020079,20201009,20201111,20210209,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2020079 Irongate Road Upgrade Stage 3 Maraekakaho Rd Roundabout Construction This work is being tendered as a Class 1 tender under Hastings District Councils system for prequalified tenders. This tender has been categorised as Roading Construction Complex A, and Stormwater Simple B. Only Tenderers, who are prequalified to the above classification level, or higher, may submit a tender for this work. A copy of the prequalified Contractor list is available on request. Tenders are requested for the above contract which involves the construction of a roundabout at the intersection of Irongate Road and Maraekakaho Road. The scope of work shall include: Health and Safety Management Traffic Management Programme management Quality Management Environmental Management Liaison with Affected landowners Earthworks and site clearance Pavement construction Asphaltic concrete surfacing Kerbing construction Footpath construction Minor Stormwater construction Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 11 November 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY by no later than 3pm on Thursday 5th November. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Hastings District Council,23450794,Request for Tenders,Open Competition,CON2020082 Duart to Iona New Drinking Water Main,CON2020082,20201019,20201118,20210217,Assets - Water Services,Sole Agency,No,TENDER RESPONSES MUST BE SUBMITTED VIA GETS,"REQUEST FOR TENDER: CON2020082 Duart to Iona New Drinking Water Main Tenders are requested for the above contract which involves the installation of: Approx. 1.5km of OD315, 200m of OD 355 PE100 watermain from Duart Road along Campbell Street and Porter Drive then through Middle Road and terminating at the intersection of Breadalbane-Middle Road. Approx. 220m of Reinforced Concrete (RRJ) stormwater pipelines ranging between DN300,375 and 450mm diameter along Campbell Street. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 18 November 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The site will shut off to the receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered.",Awarded,,0,20250410 Hastings District Council,23470651,Request for Proposals,Open Competition,Hastings District Council Maintenance of public space Closed-Circuit Television Cameras (CCTV) and equipment upgrades,PRJ20-66,20201019,20201113,20210203,Corporate,Sole Agency,No,NA,"Maintenance of Public Space CCTV and Equipment Upgrades Hastings District Council (Council) is seeking suitably qualified organisations to maintain Councils public space Closed-Circuit Television Cameras (CCTV) and equipment. The Supplier may also be required to upgrade the equipment at some sites and complete the installation of new equipment at additional CCTV locations to be added over the next few years. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Tenders close at 3pm Wednesday 11 November 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Questions should be submitted through GETS only Proposals and responses must be submitted electronically through gets Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,23512332,Request for Proposals,Closed Competition,The acquisition and implementation of a Procurement & Contract Management Digital Solution for Hastings District Council,PRJ20-57,20201029,20201125,20210603,Corporate,Sole Agency,No,Respond via GETS only,"Hastings District Council invites you to respond to our Request for Proposal for a Digital Procurement and Contract Management solution that will enable the centralised automation of our organisations procurement and contract management processes. Such a solution will aide Council staff in making better procurement and contract management decisions that in turn will promote internal efficiencies, increase compliance and deliver value driven based outcomes for the benefit of the districts ratepayers. Council seeks a transparent and visible solution, providing a one source of truth that details the where, how, what and who is managing contracted Council capital and operational expenditure. Questions should be submitted through GETS only. Proposals and responses must be submitted electronically through GETS. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,23540344,Request for Tenders,Closed Competition,CON2020091 Inland and Urban Wastewater Trunk CCTV Investigations,CON2020091,20201104,20201202,20210217,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"Tenders are requested for the above contract which involves CCTV investigations, laser/sonar profiling and core sampling of selected Hastings wastewater trunks. This information will be used to inform the Hastings District Councils long-term renewal programme. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3 pm Wednesday 2 December 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS as GETS site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete.. The TOTAL submitted file size must not exceed 50MB. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website. https://www.gets.govt.nz/ExternalIndex.htm Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,23555171,Request for Tenders,Open Competition,CON2020093 Havelock North Library Lighting and Switchboards Renewal,CON2020093,20201104,20201118,20210319,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"CON2020093 Havelock North Library Lighting & Switchboards Renewal Tenders are requested for the supply and installation of new LED light fittings and 3No. switchboards to the Havelock North Public Library in accordance with the plans and specifications provided, for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS} www.gets.govt.nz. Any enquiries about this contract must be made via www.qets.qovt.nz QUESTIONS MUST BE SUBMITTED THROUGH GETS ONLY - QUESTIONS CLOSE Thursday 12 November at 3pm TENDERS CLOSE at 3pm Wednesday 18 November 2020 and must be submitted electronically via GETS. Please ensure you use the Response form provided. The TOTAL submitted file size must not exceed 50M B, regardless of the number of files submitted. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Respondents should ensure they allow sufficient time is allowed to upload the fi les to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.qets.qovt.nz/Externallndex.htm",Awarded,,0,20250410 Hastings District Council,23599722,Request for Tenders,Open Competition,CON2020088 Bridge 222 Kuripapango HPMV Strengthening,CON2020088,20201111,20201209,20210209,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2020088 Bridge 222 Kuripapango Strengthening Tenders are requested for the above contract which involves the strengthening of existing Calendar-Hamilton steel truss bridge, abutment widening and the replacement of the existing concrete deck with a new precast concrete deck including guard railing and approach works for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any inquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 9 December, 2020r and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered.",Awarded,,0,20250410 Hastings District Council,23611182,Request for Tenders,Open Competition,CON2020089 Water World Main Pool Roof Repairs,CON2020089,20201112,20201202,20210802,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"CON2020089 Water World Main Pool Roof Repairs This contract is for the Roof repairs to the Water World Main Pool Roof. The existing roofing iron is to remain but flashings are being replaced due to bad practice / installation and detailing. Tender documents are available from the Government Electronic Tenders Service (GETS} www.gets.govt.nz. Any enquiries about this contract must be made via www.qets.qovt.nz QUESTIONS MUST BE SUBMITTED THROUGH GETS ONLY - QUESTIONS CLOSE Thursday 26 November at 3pm PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS TENDERS CLOSE at 3pm Wednesday 2 December 2020 and must be submitted electronically via GETS. The TOTAL submitted file size must not exceed 50M B, regardless of the number of files submitted. Respondents should ensure they allow sufficient time is allowed to upload the fi les to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.qets.qovt.nz/Externallndex.htm",Awarded,,0,20250410 Hastings District Council,23627850,Request for Tenders,Closed Competition,CON2019044 Supply of New Refuse Compactor Omarunui Landfill,CON2019044,20201117,20201216,20210816,Assets - Parks & Property,Sole Agency,No,,"This tender covers the supply and commissioning of a new refuse compactor that is fit for purpose and incorporates the requirements contained in the attached specification, including ancillary equipment and documentation. The successful tenderer will also be required to provide initial induction training for the compactor operators and details for the servicing support that can be provided. Tender documents are available from the Government Electronic Tenders Service (GETS} www.gets.govt.nz. Any enquiries about this contract must be made via www.qets.qovt.nz QUESTIONS MUST BE SUBMITTED THROUGH GETS ONLY - QUESTIONS CLOSE at 3pm Thursday 10 December 2020 PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS TENDERS CLOSE at 3pm Wednesday 16 December 2020 and must be submitted electronically via GETS. The TOTAL submitted file size must not exceed 50M B, regardless of the number of files submitted. Respondents should ensure they allow sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.qets.qovt.nz/Externallndex.htm",Awarded,,0,20250410 Hastings District Council,23628430,Request for Proposals,Closed Competition,CON2020084 Toitoi Hawkes Bay Arts and Events Centre Building Information Modelling (BIM) for Asset Record and Management Applications,CON2020084,20201118,20201209,20210810,Assets - Parks & Property,Sole Agency,No,,"CON2020084 Toitoi Hawkes Bay Arts and Events Centre Building Information Modelling (BIM) for Asset Record and Management Applications As the shortlisted tendered you are invited to submit a proposal for the above project. RFP documents are available from the Government Electronic Tenders Service (GETS} www.gets.govt.nz. Any enquiries about this contract must be made via www.qets.qovt.nz IMPORTANT DATES: A Q&A session is scheduled on Thursday 3 December 2020 at 10.00am via zoom TBC ALL QUESTIONS OUTSIDE OF THE Q & A SESSIONS MUST BE SUBMITTED THROUGH GETS ONLY - QUESTIONS CLOSE AT 3PM Thursday 3 December 2020 PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS REQUESTS FOR PROPOSALS CLOSE at 3pm Wednesday 9 December 2020. The TOTAL submitted file size must not exceed 50M B, regardless of the number of files submitted. Respondents should ensure they allow sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.qets.qovt.nz/Externallndex.htm",Awarded,,0,20250410 Hastings District Council,23629399,Request for Tenders,Open Competition,CON2020080 38 Kopanga Road Stormwater Improvement,CON2020080,20201117,20201209,20210217,Assets - Water Services,Sole Agency,No,"ONLY ELECTRONIC SUBMISSIONS, SUBMITTED VIA GETS, WILL BE ACCEPTED","CON2020080 38 Kopanga Stormwater Improvement Tenders are requested for the above contract which involves the construction of approximately 115m of a new DN300 Stormwater main located within Kopanga Road for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3:00pm Wednesday 9 December 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3.00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group Stormwater Works Simple B will be considered. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,23652710,Request for Tenders,Closed Competition,CON2020068 Waimarama Road Safety Project (Mad Mile),CON2020068,20201119,20201209,20210413,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020068 Waimarama Road Safety Project (Mad Mile) Tenders are requested for the above contract which involves the construction of 2,470 metres of limesand cycleway and associated fencing, boardwalks and drainage structures along a section of the Hawkes Bay trails referred to the Landscape Ride Waimarama Road Safety Project (Mad Mile) Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 9th December 2020 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,23785715,Request for Tenders,Open Competition,CON2020048 Frimley Park and Eastbourne Water Treatment Plants,CON2020048,20201217,20210303,20210412,Assets - Water Services,Sole Agency,No,,"REQUEST FOR TENDER CON2020048 Frimley Park and Eastbourne Water Treatment Plants Tenders are requested for the above contract which involves the construction of two new potable water treatment plants, including but not limited to: Building to house new plant Construction and/or installation of pumps, pipework, fittings, valves, controls, and ancillary items within the Water Treatment Plants (WTP) Supply and installation of chemical dosing equipment including bulk storage Installation of free issued new generators, UV reactors, surge vessel and pumps Cooperation with installation of gantry crane (by others) Construction of access road and fencing Installation of new raw and treated water pipelines associated with Eastbourne WTP Connection to raw water bores and treated water pipeline at Frimley Park WTP (these pipelines are a separate contract) Connection to new reservoirs (reservoirs are a separate supply contract) Integration of control of raw water bores and reservoir (at Frimley Park and the new bore at Eastbourne WTP) Commissioning of WTPs and pipework including all disinfection requirements Operations and Maintenance Manuals It should also be noted that there are also separate contracts for the construction of the new reservoirs, bores, and pipelines across both sites. Tenders close at 3pm Wednesday 17 February 2021 and must be submitted electronically via GETS. All questions MUST be submitted via GETS Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in class 1 will be considered.",Awarded,,0,20250410 Hastings District Council,23941800,Request for Tenders,Open Competition,CON2020035 Omarunui Landfill Plant Management,CON2020035,20210205,20210303,20210702,Assets - Waste Services,Sole Agency,No,,"CON2020035 Omarunui Landfill Plant Management Scope: To supply, operate and manage selected plant and heavy machinery items to allow the Omarunui Landfill to carry out its business. This also includes the provision of labour as required. In Hawkes Bay All questions must be directed via GETS ONLY and no questioned will be responded to after 3pm 25 February 2021 PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS by 3pm 3 March 2021 Please ensure you allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, HDCs preference is to receive submissions in one combined attribute file, one tender form and one price schedule unless specified. Please use the Response form(s) provided. Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,23946654,Request for Proposals,Open Competition,Waste Collection and Recycling Services for Selected Hastings District Council Buildings 2021,PRJ20-64,20210209,20210303,20210701,Corporate,Sole Agency,No,NA,"Hastings District Council is looking for credible providers who have the capability to deliver Waste Collection and Recycling Services for selected Hastings District Council buildings. We are interested in new ways of doing things and view this an opportunity for both larger and smaller suppliers to begin and foster a partnership with Council. They need to have a good track record with Health and Safety within their operations. This is a great opportunity for a range of Suppliers to partner with Hastings District Council in the ongoing provision of Waste Collection and Recycling Services for selected Hastings District Council buildings. We are committed to reducing waste to landfill; a stance actively promoted through Councils ongoing waste minimisation programme. Reduced waste to landfill is also a key objective of The Waste Minimisation Act 2008 and The Waste Strategy 2010. This contract is not only to carry out an essential service but to also divert material away from landfill through recycling and beneficial reuse. You will have the opportunity to be part of that team and aide in the ongoing success of the strategy. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Tenders close at 3pm Wednesday 03 March 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Questions should be submitted through gets only Proposals and responses must be submitted electronically through gets Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,23953360,Request for Tenders,Open Competition,CON2019111 Professional Engineering Services 2021,CON2019111,20210210,20210319,20210507,Assets - Transportation,Sole Agency,No,,"Request for Tender CON2019111 - Professional Engineering Services 2021 This contract is for the provision of Professional Services, through a Panel of up to three consultants, for services related to: Roading Traffic and Transportation (e.g. traffic calming, minor safety, traffic modelling) 3 Waters Bridge Strengthening Solid Waste Management Building (Projects) Works will include but not be limited to: Project Scoping and Investigations Project Management Project preliminary design Project detailed design Preparation of Request for Tender Documents, typically using the NZS 3910:2013 standard forms of contract. Monitoring, Surveillance, Quality Assurance (MSQA) and contract management of physical works delivery The proposed term of the contract is a base contract of three years plus provision for two rollovers of three years each (to a maximum of nine years), dependent on performance and at the discretion of HDC. The intent is to share the professional services more or less equally between the successful Panelists. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Questions should be submitted through GETS only. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Tenders close at 3pm Wednesday 17 March 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,23953701,Request for Tenders,Closed Competition,CON2020110 East Clive Groyne Renewal,CON2020110,20210210,20210310,20210401,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"Tenders are requested to carry out strengthening works of the existing East Clive Groyne (revetment wall) and includes the following: Supply, cart and place a single layer of 5 tonne rocks (approx. 245 m2, equivalent to 534 tonne) to supplement the existing concrete units on the northern areas of existing groyne Supply, cart and place two layers of 2 tonne rocks (approx. 115 m2, equivalent to 186 tonne) directly on top of current beach level on the south eastern area of existing groyne. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 10 March 2021 and PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the GETS site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,23984587,Request for Tenders,Open Competition,CON2020108 Florence Place Drinking Water Renewal,CON2020108,20210217,20210310,20210325,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"Tenders are requested for supply, installation, reinstatement, and commissioning of OD125 mm watermain and OD63 mm rider main along Florence Place, and associated valves/fittings, and connections. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 10 March 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. GETS will cut off tenders which are loading at 3:00pm.. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work in Class 1 Water works Simple B will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24012597,Request for Tenders,Open Competition,CON2020105 Inland Wastewater Trunk Renewal 2020/21,CON2020105,20210224,20210331,20210531,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"Tenders are requested for trenchless renewal of 769 m of 1050 mm diameter and 485 m of 900 mm diameter concrete wastewater trunk by lining on the outskirts of Hastings. Provisional additional length to renew 176m of 900mm diameter concrete pipe. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 24 March 2021 and must be submitted electronically via GETS. Price and non-price files must be uploaded as separate files and clearly marked as Pricing and Non-price. Please allow sufficient time to upload your submission to GETS. The GETS site will cut off to receipt of tenders at 3:00pm whether or not a tender upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files must be uploaded as separate files and clearly marked as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,24014308,Request for Tenders,Closed Competition,CON2012003 Guthrie Park - New Pedestrian Footbridge,CON2021003,20210224,20210310,20210802,Assets - Parks & Property,Sole Agency,No,,"CON2012003 Guthrie Park - New Pedestrian Footbridge This procurement relates to the construction of a steel footbridge over the Karituwhenua Stream located off Romanes Drive, Havelock North. The contract works will include the following tasks: Civil Earthworks Bridge abutments Bridge steel beams and handrails ALL QUESTIONS MUST BE DIRECTED VIA GETS ONLY and no questions will be responded to after 3pm Thursday 4 March 2021 PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS by 3pm Wednesday 10 March 2021 Please ensure you allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, HDCs preference is to receive submissions in one combined attribute file, one tender form and one price schedule unless specified. Please use the Response form(s) provided.",Awarded,,0,20250410 Hastings District Council,24038209,Request for Quotations,Open Competition,CON2021007 Frimely Park and Eastbourne Water Treatment Plants Standby Electrical Generator Supply,CON2021007,20210302,20210331,20210517,Assets - Water Services,Sole Agency,No,,"Request for Quotation Frimley Park and Eastbourne Water Treatment Plants: Standby Electrical Generator Supply This RFQ is for suitable suppliers to provide two standby electrical generators together with separate external fuel tanks with a capacity of at least 3400 litres for our new water treatment plants being constructed in Hastings. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 24th March 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,24047587,Request for Tenders,Open Competition,CON2020111 Wastewater Reticulation Lining 2020/21,CON2020111,20210303,20210331,20210505,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"CON2020111 Wastewater Reticulation Lining 2020/2021 Tenders are requested for trenchless renewal of 1.42 km of 150 mm diameter wastewater reticulation pipes located in the road reserve and under private property, situated in the urban areas of Hastings and Havelock North. Hand applied repairs of associated manholes, supply and installation of manhole riser and provisional allowance for chimney manhole installation. Provisional allowance for additional trenchless renewal works up to 0.4 km of wastewater reticulation pipes up to 225 mm diameter. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 31 March 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The GETS site will cut off to receipt of tenders at 3:00pm whether or not a tender upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,24119861,Request for Proposals,Open Competition,"Hastings District Council Noise control complaint services and additional services for smoky fire, and mobile trader complaints 2021",,20210406,20210430,20210714,Planning & Regulatory,Sole Agency,No,NA,"This Request for Proposal is issued on behalf of Hastings District Council (HDC). Were looking for a contractor to provide noise control, smoky fire and mobile trader complaint services and meet the following objectives: Effective and timely resolution of noise complaints Ensure smoky fires are abated in a timely manner Achieve the required specifications and measures Ensure safe working practices and appropriately trained staff Develop and maintain a positive working relationship with Council Offer value for money We are looking for innovation in delivering quality and cost effective solutions that meet the requirements and service levels. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 28 April 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24130711,Request for Quotations,Closed Competition,CON2020104 Henderson Road Refuse Transfer Station PC Walls Remedial Works,CON2020104,20210325,20210414,20210816,Assets - Parks & Property,Sole Agency,No,,"REQUEST FOR QUOTATION CON2020104 Henderson Road Refuse Transfer Station PC Walls Remedial Works Price quotations are requested for the above contract which involves the construction of 2 concrete reinforcing columns to support and strengthen existing concrete panels for the Hastings District Council. Refer to engineers design for more details attached to this request. Questions close at 3pm Thursday 8 April 2021 and must be submitted electronically via GETS. Responses to Questions will be through GETS. Please use the Quotation Response form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Tenders close at 3pm Wednesday 14th April 2021 and must be submitted electronically via GETS. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,24254454,Request for Tenders,Open Competition,CON2021022 Flaxmere Waterworld Building Alterations,CON2021022,20210430,20210526,20210629,Assets - Parks & Property,Sole Agency,No,,"CON2021022 Flaxmere Waterworld Building Alterations Tenders are requested for the above contract. This involves the removal of existing framing and the new construction of staff amenities and walls. For more details refer to the attached Construction drawings Tender documents are available from Government Electronic Tenders Service (GETS) www.gets.govt.nz. Questions about the Tender document content should all be submitted through GETS only and close on Thursday 13 May 2021. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm or phone 0508 GETS HELP (0508 438 743) The total submitted file size must not exceed 50MB, regardless of the number of files submitted. Please use the Response form(s) provided. The form must be completed and submitted electronically through GETS prior to 3.00pm on Wednesday 19 May 2021. Please ensure you allow time to upload documents as the system will cut off for tenders at 3.00pm.",Awarded,,0,20250410 Hastings District Council,24312850,Request for Proposals,Closed Competition,Hawkes Bay Three Waters Private Water Supply Assessment,PRJ21-27,20210517,20210616,20210906,Corporate,Sole Agency,No,n/a,"Central Hawkes Bay District Council, Hastings District Council, Napier City Council and Wairoa District Council are inviting proposals for the above contract to provide services that will provide an assessment report on the current status on Hawkes Bay non-council serviced communities and facilities. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Tenders close at 3pm Wednesday 16 June 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time",Awarded,,0,20250410 Hastings District Council,24394804,Request for Tenders,Closed Competition,CON2021044 Manifold - Land Based Concrete Outfall Investigations,CON2021044,20210608,20210623,20210707,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"CON2021044 MANIFOLD LAND BASED CONCRETE OUTFALL INVESTIGATIONS Tenders are requested for the above contract which involves the excavation of test pits to allow structural and geotechnical investigations to be undertaken around the land-based section of the main outfall pipeline from Hastings Wastewater Treatment Plant. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 23 June 2021 and must be submitted electronically via GETS. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3.00pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group Wastewater works Complex A will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24408141,Request for Proposals,Open Competition,Employee Assistance Services 2021,PRJ20-83,20210616,20210714,20211028,Human Resources,Sole Agency,No,,"REQUEST FOR TENDER PRJ20-83 Employee Assistance Services 2021 Hastings District Council is looking for credible providers who have the capacity, capability and systems to deliver an Employee Assistance Programme for staff in our organisation. This is a unique opportunity to be part of an organisation that recognises work-related stress is a health and safety issue and who are committed to building and maintaining a workplace environment and culture that supports wellbeing. With more than 400 employees involved in a diverse range of positions we believe that the wellbeing of our staff is key to organisational success and sustainability. Suppliers with experience in completing works of this nature should respond. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 14 July 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24413527,Request for Tenders,Closed Competition,CON2021046 Electrical Switchboard Survey 2021-22,CON2021046,20210616,20210707,20210713,Assets - Parks & Property,Sole Agency,No,,"CON20210046 Electrical Switchboard Survey Tenders are requested for: the surveying of all switchboards in high priority and medium priority buildings owned by the Hastings District Council (approx. 22 buildings); to provide a written report on the condition of each board and sub-boards including a recommendation on required maintenance/possible upgrades etc. to keep the installation in the appropriate condition; inspecting earth boding and testing as per AS/NZS 3019. Note: the list of medium priority building may or may not be included at the Councils discretion. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. or phone 0508 438 743 QUESTIONS must be submitted electronically through GETS only and close at 3PM THURSDAY 1 JULY 2021 - Responses will be submitted through GETS Respondents should ensure they allow sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. TENDER PROPOSALS AND RESPONSES must be submitted electronically through GETS only and close at 3PM WEDNESDAY 7 JULY 2021 For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.qets.qovt.nz/Externallndex.htm",Awarded,,0,20250410 Hastings District Council,24433054,Request for Tenders,Open Competition,2021-2022 Digital Aerial Orthophotography,PRJ21-22,20210616,20210714,20211103,Corporate,Sole Agency,No,n/a,"2021-2022 Digital Aerial Orthophotogrpahy Central Hawkes Bay District Council (CHBDC), Hawkes Bay Regional Council (HBRC), Hastings District Council (HDC) and Napier City Council (NCC) are seeking experienced and capable suppliers to acquire and process digital aerial orthophotography and associated data for the 2021-2022 flying season. The digital aerial orthophotography required are to be current, of high quality, seamless and in colour. The areas of interest span across the urban and rural areas in Hawkes Bay, with specified locations and Requirements from each council. Suppliers are welcome to submit a Response for either one, or, both areas of interest i.e. urban or rural only, or urban and rural. Respondents do not have to submit a Response for both areas of interest. Tender closes at 3pm on Wednesday, 14 July 2021 and must be submitted electronically via GETS. Price and Non-Price Responses are to be submitted as separate files. Please allow at least one (1) hour to upload your submission on GETS to ensure your submission gets to us before the deadline - 3pm on Wednesday, 14 July 2021.",Awarded,,0,20250410 Hastings District Council,24433880,Request for Tenders,Closed Competition,CON2021047 Te Ara Kahikatea Pou Installation,CON2021047,20210616,20210630,20210707,Planning & Regulatory,Sole Agency,No,,"REQUEST FOR TENDER CON21021047 Te Ara Kahikatea Pou Installation This project is for the installation of three 7m high steel Maori Pou (sculptures) located at varying sites adjacent to Te Ara Kahikatea in Whakatu, Hastings. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Questions close at 3pm Thursday 24 June 2021 - All Queries are to be submitted electronically through GETS - Responses to queries will be submitted through GETS Tenders close at 3pm Wednesday 30 June 2021 - Please use the Response form(s) provided - PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please Note: The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,24542590,Request for Quotations,Closed Competition,CON2021054 Ebbett Park Tennis Clubrooms Demolition,CON2021054,20210713,20210728,20210804,Assets - Parks & Property,Sole Agency,No,,"CON2021054 Ebbett Park Tennis Clubrooms Demolition The Hastings Council is looking for a competent company to carry out the demolition work at Ebbett Park Tennis Club. The existing building is no longer in use and for the council to carry out any future upgrades to the park, this building needs to be removed. There is access close to site for machinery and vehicles. Power and water will be disconnected before work commences. This is an open space so there is very low risk of any external damages occurring, and the site can be easily fenced off during demolition of building. The building will require asbestos testing before work commences and removal if present. Note: Questions must be submitted through GETS only and responded to through this site. Questions close on Thursday 22nd July. Tenders close Wednesday 28 July and must be submitted electronically through GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Any queries on downloading quote documents or uploaded your response please contact GETS directly on 0508 438 743 or https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,24601179,Request for Tenders,Closed Competition,CON2021053 HDC Civic Building Ground Floor Kitchen Upgrade,CON2021053,20210727,20210915,20211004,Assets - Parks & Property,Sole Agency,No,,"Request for Tender: CON2021053 HDC Civic Building Ground Floor Kitchen Upgrade Tenders are requested for the above contract which involve: . removal of existing kitchen joinery . demolition of existing servery wall . plumbing and electrical as per drawings - for coffee machines, hot water cylinder and appliances . construction of walls, joinery units, shelving in storage cupboard . removal, prep and replacement of vinyl flooring, as per feature design . removal of existing tube lighting. Supply and installation of pendant lighting / downlights and LED strip lighting to cupboards . carpentry work for new bulkhead to create open entrance . Note: Council are supplying all appliances Note: Questions must be submitted through GETS only and will be responded to through this site. Questions close 3pm Thursday 12 August. Please ensure you allow sufficient time to upload your submission prior to the closing time. Tenders close 3pm Wednesday 18 August and must be submitted electronically through GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Any queries on downloading documents or uploading your response please contact GETS directly on 0508 438 743 or https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,24657867,Request for Proposals,Open Competition,Hastings District Council RFP for Health Services (pre-employment screening & annual monitoring),PRJ20-79,20210810,20210901,20211004,Human Resources,Sole Agency,No,n/a,"PRJ20-83 Health Services (pre-employment screening & annual monitoring) Hastings District Council is looking for credible providers who have the capacity, capability and systems to deliver a Health Services (pre-employment screening & annual monitoring) programme for staff in our organisation. This is a unique opportunity to be part of an organisation that recognises its responsibilities under the Health and Safety at Work Act 2015 and the importance of providing a healthy and safe workplace, and is committed to protecting Council employees. With more approximately 120 employees currently receiving regular annual health monitoring due to being potentially exposed to health risks in the tasks they undertake, we believe that the wellbeing of our staff is key to organisational success and sustainability. Suppliers with experience in completing works of this nature should respond. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 01 September 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24749004,Request for Proposals,Open Competition,Motor Vehicle GPS Telemetry Service 2021,PRJ21-39,20210901,20210929,20220224,Corporate,Sole Agency,No,,"Hastings District Council are seeking an effective Motor Vehicle GPS Telemetry Service that supports in providing a healthy and safe work environment for our staff and employees whilst creating efficiencies across resources and administration. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24758319,Request for Tenders,Open Competition,CON2021060 Flaxmere Town Centre Redevelopment,CON2021060,20210903,20211005,20211111,Corporate,Sole Agency,No,TENDER RESPONSES MUST BE SUBMITTED VIA GETS,"Council is fast tracking the supply of new houses on Council owned land in Flaxmere in response to a significant demand for housing in the Hastings District. As these are new developments, additional infrastructure (roads, footpaths, water services, power and telecommunications) is required to service these new development sites. It is proposed that Low Impact measures will be incorporated into the stormwater system to provide additional above ground storage (within road reserves) for large rain events. In addition, a supplementary stormwater pipeline is required to convey the additional flows from this development to the Irongate Stream. This housing development will provide new homes to a high demand market that is struggling to cater for current demands. New infrastructure is therefore required to be built in order to service these new development areas. The physical works include: - Earthworks to create new roads/footpath layout and residential sections, - Construction of new roads, carparks and footpaths, - Network extensions for drinking water, wastewater and stormwater - Installation of service ducts for power/telecommunications etc, - Installation of new streetlights. Tenders are therefore requested for the above contract. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. TENDERS CLOSE AT 3PM WEDNESDAY 29 SEPTEMBER 2021 AND MUST BE SUBMITTED ELECTRONICALLY VIA GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. ONLY TENDER SUBMISSIONS FROM TENDERERS PRE-QUALIFIED FOR PREQUAL WORK GROUP WASTEWATER COMPLEX A WILL BE CONSIDERED. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at 3:00pm whether or not the upload is complete.",Awarded,,0,20250410 Hastings District Council,24815817,Request for Tenders,Open Competition,CON2021037 Howard Street Development,CON2021037,20210915,20211027,20211126,Assets - Transportation,Sole Agency,No,TENDER RESPONSES MUST BE SUBMITTED VIA GETS,"Tenders are requested for the above contract which involves the construction of roading and bulk water services in three separable portions for the Hastings District Council. Works will service the new residential Howard Street Development area. This includes a roading upgrade to Howard Street and internal road and footpath construction, stormwater detention pond and wetland area, stormwater, water and wastewater pipelines and wastewater pump station. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 27 October 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS prior to the tender closure date and time as the site will shut off to receipt of tenders at the set tender close time whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,24820699,Request for Proposals,Open Competition,"Server, Storage and Backup Infrastructure Refresh",PRJ20-11,20210916,20211013,20211115,Corporate,Sole Agency,No,,"Hastings District Councils current Server, Storage, and Backup Infrastructure is nearing the end of its service lifecycle. Council is seeking capable and experienced IT integrators to partner with us in the design, implementation, and on-going support of our infrastructure solution. Information about this tender will be exclusively available through GETs. Your submission should be electronic, and not exceed 50Mb. Please keep your submission lean and mean. Please do not send glossy marketing materials that are unrelated to the specifics of this tender. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 13 October 2021 and must be submitted electronically via GETS. Late tenders will not be accepted no exceptions. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24888218,Request for Tenders,Open Competition,CON2021077 Eastern Interceptor Trunk Wastewater Main (Stage 2),CON2021077,20210929,20211110,20220708,Assets - Waste Services,Sole Agency,No,TENDER RESPONSES MUST BE SUBMITTED VIA GETS,"CON2021077 Eastern Interceptor Trunk Wastewater Main (Stage 2) Tenders are requested for the above contract which involves the replacement of approximately 1.6 km of the existing Eastern Interceptor wastewater trunk pipeline with a new DN700 wastewater trunk pipeline for the Hastings District Council. The works will also include replacement of 3 water pipelines located along the route that have been identified to have deficiencies and/or limited remaining life. A pre-tender meeting for interested parties has been proposed to occur at 11am, 5th October located at Stantecs office in Hastings to discuss the project in detail. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 3 November 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS prior to the tender closure date and time. The GETS site will shut off to receipt of tenders at 3pm whether or not an upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price.",Not Awarded,,0,20250410 Hastings District Council,24929688,Request for Tenders,Open Competition,CON2021065 244 Flaxmere Avenue Subdivision,CON2021065,20211007,20211027,20211102,Corporate,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR TENDER CON2021065 244 Flaxmere Avenue Subdivision Hastings District Council is fast tracking the supply of new houses on Council owned land in Flaxmere in response to a significant demand for housing in the Hastings District. As these are new developments, additional infrastructure (roads, footpaths, water services, power and telecommunications) is required to service these new development sites. This housing development will provide new homes to a high demand market that is struggling to cater for current demands. New infrastructure is therefore required to be built in order to service these new development areas. The physical works include: - Earthworks to create new roads/footpath layout and residential sections, - Construction of new roads, carparks, footpaths and reserves - Network extensions for drinking water, wastewater and stormwater - Installation of service ducts for power/telecommunications etc, - Installation of new streetlights. Tenders are therefore requested for the above contract. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. TENDERS CLOSE AT 3PM WEDNESDAY 27 OCTOBER 2021 AND MUST BE SUBMITTED ELECTRONICALLY VIA GETS. Please allow sufficient time to upload your submission to GETS. The GETS website will cut off at 3:00pm to receipt of tenders whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. ONLY TENDER SUBMISSIONS FROM TENDERERS PRE-QUALIFIED FOR PREQUAL WORK GROUP WASTEWATER COMPLEX A WILL BE CONSIDERED. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24934785,Request for Tenders,Open Competition,CON2021069 Mt Erin Road AWPT - Separable Portions 1&2,CON2021069,20211008,20211110,20211210,Assets - Transportation,Sole Agency,No,," The contract is for the reconstruction and widening of road pavement and surfacing on Mount Erin Road (two sites). Intersection improvements will also be undertaken at the School Road intersection and also at the St Georges Rd and Te Aute Road intersection as part of the Mount Erin Road (Separable portion 2) works where right-hand turning bays will be installed. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz.When (date and time) does it need to be submitted? Tenders close at 3pm Wednesday 10 November 2021 and must be submitted electronically via GETS. Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,24966992,Request for Tenders,Closed Competition,CON2021068 Te Awanga Public Toilet New Build,CON2021068,20211019,20211110,20211123,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"Tenders are requested for the above tender which involves the construction of a new Precast panel toilet block in Te Awanga. This contract also includes the demolition of existing toilets and reinstatement of ground in area. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS close on THURSDAY 4 NOVEMBER 2021 and must be SUBMITTED THROUGH GETS ONLY. Reponses to questions and any Notice's to Contracted will be THROUGH GETS ONLY TENDERS close at 3PM WEDNESDAY 10 NOVEMBER 2021 and must be submitted electronically via GETS. Please use the Response form(s) provided. Note: The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS prior to the tender closure date and time. The GETS site will shut off to receipt of tenders at 3pm whether or not an upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,24984455,Request for Quotations,Closed Competition,CON2021095 Hastings Town Clock Painting,CON2021095,20211021,20211110,20211123,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR QUOTE CON2021095 Hastings Clock Tower Painting Tenders are requested for the above contract which involves the cleaning and painting of a 17m approx. high clock tower for the Hastings District Council. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO THROUGH GETS - Questions close Monday 8 November 9am INTEREST AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS. RFP close Wednesday 10 November 3PM Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,24984525,Request for Proposals,Closed Competition,CON2021091 Sports Ground Pop-Up Irrigation - Flaxmere Park,CON2021091,20211021,20211117,20211130,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR PROPOSAL CON2021091 Sports Grounds Pop-Up Irrigation Flaxmere Park Proposal that is requested for the above contract involves design, supply and install of irrigation at Flaxmere Park for the Hastings District Council. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO THROUGH GETS - Questions close Thursday 11 November 3PM INTEREST AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS. RFP close Wednesday 17 November 3PM Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,24992853,Request for Tenders,Closed Competition,CON2021078 Middle Road Cycleway,CON2021078,20211020,20211110,20211217,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2021078 Middle Road Cycleway Tenders are requested for the above contract which involves the construction of a limesand cycleway and ancillary works for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 10th November, 2021 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from the invited tenderers will be considered.",Awarded,,0,20250410 Hastings District Council,25013161,Request for Tenders,Open Competition,CON2021088 Omahu Chatham Roundabout Construction,CON2021088,20211027,20211201,20211216,Assets - Transportation,Sole Agency,No,,"CON2021088 Omahu Chatham Roundabout Construction ? The contract is for the construction of a roundabout at the Omahu Rd and Chatham Rd intersection including the renewal of a section of water main. ? Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz.When (date and time) does it need to be submitted? ? Tenders close at 3pm Wednesday 10 November 2021 and must be submitted electronically via GETS. ? Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,25067587,Request for Tenders,Closed Competition,CON2021086 Flaxmere Waterworld Lower Roof Replacement,CON2021086,20211109,20211201,20211220,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR TENDER CON2021086 Flaxmere Waterworld Lower Roof Replacement Tenders are requested for the above contract which involves the replacement of metal roof covering to the lower roof section of the building together with the installation of Monkey Toe access ladder system QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO THROUGH GETS - close Thursday 25 November 2021 Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS. RFP close Wednesday 1 December 2021 The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,25130913,Request for Tenders,Closed Competition,CON2021096 Programmed Painting 2021/22,CON2021096,20211119,20211215,20220223,Assets - Parks & Property,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR TENDER CON2021096 Programmed Painting 2021/22 Council are looking for a Contractor to carry out programmed painting on the following properties: HDC Dog Control Centre, Haumoana Pavilion, Frimley park Toilets and Camberley Community Centre. The work is a mixture of internal and external work across these sites. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO THROUGH GETS - close Wednesday 8 December 2021 Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS. RFP close Wednesday 15 December 2021 The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,25164602,Request for Quotations,Closed Competition,CON2022002 Hanging Basket Irrigation Renewal,CON2022002,20211124,20211208,20211216,Assets - Parks & Property,Sole Agency,No,,"REQUEST FOR QUOTE CON2022002 Hanging Basket Irrigation Renewal Quotes are requested for the above contract which involves Construction of automated under balcony irrigation systems for existing hanging baskets at various Hastings Locations QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY and will be responded to via GETS Please use the Quote form provided for your response.. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Tenders close at 3pm WEDNESDAY 8 DECEMBER 2021 and must be submitted electronically via GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https:// Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,25197928,Request for Tenders,Open Competition,CON2021099 Bridge 119 Heays Gorge Construction,CON2021099,20211203,20220119,20220203,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2021099 Bridge 119 Heays Gorge Strengthening Tenders are requested for the above contract which involves the strengthening of the existing bridge to achieve increased load capacity to HPMV including installation of new precast concrete deck panels, strengthening of existing steel beams, modification to abutment walls, construction of pavement approaches and installation of traffic barriers for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Please note that there will be no response to Tender Queries between 24/12/2021 and 09/01/2022 due to Christmas closedown. Tenders close at 3pm Wednesday 19 January and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered.",Awarded,,0,20250410 Hastings District Council,25214086,Request for Tenders,Open Competition,CON2021100 Bridge 330 Tawa Strengthening,CON2021100,20211207,20220119,20220203,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2021100 Bridge 330 Tawa Strengthening Tenders are requested for the above contract which involves the strengthening of the existing bridge to achieve increased load capacity to HPMV including removal of existing bridge deck, beams and associated components and installation of new reinforced concrete deck panels, new steel beams, new steel diagrams, concrete plinthes and shear key joints. Works also include installation of traffic barriers and reconstruction of pavement to match new bridge level. for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Please note that there will be no response to Tender Queries between 24/12/2021 and 09/01/2022 due to Christmas closedown. Tenders close at 3pm Wednesday 19 January and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered.",Awarded,,0,20250410 Hastings District Council,25253132,Request for Proposals,Open Competition,City Centre Activations Project,PRJ21-64,20211216,20220209,20220506,Assets - Parks & Property,Sole Agency,No,,"REQUEST FOR TENDER PRJ21-65 City Centre Activations Project Creatives are invited to apply for funds to activate the Hastings City Centre. The fund allocation applied for could be the total cost of the activation or less or seed funding. Activations are classified as artist conceived projects, such as but not limited to temporary art installations, performance art, audio visual projects and music. Works that give the audience the opportunity to interact or simply think about what they are experiencing. We need you to create that WOW factor - innovative activations of all sizes that make our spaces surprising, memorable, inclusive and exciting! They can range from small to large; be interactive and/or immersive; be in-your-face or take by surprise, or visual art. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 9 February 2022 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Not Awarded,,0,20250410 Hastings District Council,25404311,Request for Tenders,Open Competition,Napier Crosses Roundabout Construction,CON2021102,20220210,20220302,20220325,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2021102 Napier Crosses Roads Roundabout Construction Tenders are requested for the above contract which involves the construction of a roundabout, including renewal of the existing water main at the intersection of Napier/Crosses Rds in Havelock North. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz Tenders close at 3pm Wednesday 2nd March 2022 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.html Only tender submissions from tenderers pre-qualified for Prequal work group Road Construction Complex A will be considered. Also, either the tenderer or their subcontractors need pre-qual work group Stormwater Works Simple B and Water Works Complex A. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,25454744,Request for Proposals,Open Competition,Brand Identity Development,PRJ22-14,20220223,20220316,20220314,EGOI,Sole Agency,No,,"REQUEST FOR PROPOSAL BRAND IDENTITY DEVELOPMENT This is a unique opportunity to help Hastings District and the Council develop an identity that reflects who we are and where we are going. Your work will help drive investment, visitor spend, and local pride. With better brand management, our community will gain a greater understanding of the many services council delivers for the community, and therefore greater perception of value by ratepayers and enhanced brand equity for HDC. Suppliers who believe they have the capacity and capability to deliver work of this nature within a budget of $40,000 are encouraged to submit a proposal. The purpose of this RFP is to solicit the best overall proposal for the development of a Hastings brand identity that unites both the brand of Hastings District with the Hastings District Council (HDC). The resulting logo and brand identity system will represent our progressive council and district, supporting both the diverse operational needs of Council as well as the destination marketing & communications needs to keep Hastings humming with visitors and investors. Deliverables for this project include: Insights from key stakeholders into the brand perceptions of Hastings District and the Council as it is today as well as its aspirational goals for future tourism-based growth and business investment (HDC hold recent research for inclusion). Provide a brand solution that encompasses both the District and the Council identities that will attract investors, visitors and residents. The brand solution will be flexible to allow for application in promotion of businesses and tourism growth objectives, through our i-SITEs in Hastings and Havelock North, as well as operational Council activity. Provide brand guidelines as the creative building blocks representing key visual assets that can be used by our in-house design team and contractors to produce future collateral and marketing campaigns. A framework for how the operational identity of the District and/or Council is applied across all facilities including swimming pools, tourism facilities, parks, waste services and community centres etc. Incorporation of te reo Maori to reflect the vision of Council to make Hastings a bi-lingual district. As this activity is funded through rates, design and execution should be cognisant of cost to our ratepayers. Implementation costs should be considered including materials and the staging of the roll-out. Tender documents",Awarded,,0,20250410 Hastings District Council,25519561,Request for Tenders,Open Competition,"CON2021008 MARAEKAKAHO WASTEWATER RENEWAL, CAMPBELL / BLEDISLOE STORMWATER UPGRADES",CON2021008,20220309,20220406,20220505,Assets - Water Services,Sole Agency,No,RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"Tenders are requested for three schedules of work as follows: 1. Maraekakaho Road Wastewater Renewal Trenched installation of 260 m of DN150 mm diameter wastewater main, including wastewater lateral replacement and installation of three wastewater manholes. Removal of existing stormwater manholes and 18 m pipeline, installation of two stormwater manholes and 18 m of DN675 mm concrete stormwater main. 2. Campbell Street Stormwater Improvements - Trenched installation of 90 m of concrete stormwater pipe. Installation of 3 manholes and one high-capacity grate sump. Provisional allowance has been made to relocate services where potential clashes have been identified. 3. Bledisloe Street Stormwater Improvements - Trenched installation of 200 m of concrete stormwater pipe. Installation of 3 manholes and 4 sumps. Reinforcement of an additional existing manhole. Provisional allowance has been made to relocate services where potential clashes have been identified. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 6 April 2022 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS tender close time as the site will shut off to receipt of tenders at 3pm whether or not the upload is complete. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work in Class 1 Wastewater works Simple B and Stormwater works Simple B will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Not Awarded,,0,20250410 Hastings District Council,25539747,Request for Proposals,Open Competition,Toitoi Hawkes Bay Arts & Events Centre Catering Services Tender 2022,,20220316,20220427,20221205,Community & Facilities,Sole Agency,No,,"Hastings District Council require the appointment of an outstanding caterer (supplier) to supply food and beverage services onsite at Toitoi Hawkes Bay Arts & Events Centre. This supplier will - Have the capacity and resources to fully fit out a commercial kitchen. - Ensure clients receive an exceptional and memorable experience centered on sensational cuisine. - Have a proven track record of great host responsibility and excellence in food safety. - Be friendly and foster a cooperative working environment, and embraces the Toitoi Kaupapa access for all. This is a unique opportunity to join the Toitoi team in the highest profile location at the newly streetscape gateway to Hastings CBD. Suppliers who believe they have the capacity and capability to deliver work of this nature are encouraged to submit a proposal Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 27 April 2022 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (eg (Road Construction) (Complexity rating Complex A)) will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,25585188,Request for Tenders,Open Competition,CON2021023 Cornwall Park Aviary Upgrade,CON2021023,20220324,20220518,20220915,Assets - Parks & Property,Sole Agency,No,,"Request for Tenders CON2021023 Cornwall Park Aviary Upgrade Tenders are requested for the above contract which involves carpentry, plumbing and drainage, replacement of netting, concrete and landscaping work. An exceptional project to showcase your varied skills and workmanship in a highly public environment Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders Close on GETS on Wednesday 18 May at 3.00pm Please allow sufficient time to upload your submission to GETS prior to the closing time QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Not Awarded,We will readvertise this at a later date,0,20250410 Hastings District Council,25585709,Request for Tenders,Closed Competition,CON2021089 Cornwall Park Tea Kiosk Upgrade and Construction of Accessible Toilet,CON2021089,20220329,20220518,20220603,Assets - Parks & Property,Sole Agency,No,,"Request for Tender Stage 2 Thank you for submitting the successful ROI, you have now been invited to the RFT for: CON2021089 Cornwall Park Tea Kiosk Upgrade and Construction of Accessible Toilet Tenders are requested for the above contract which involves the construction and refurbishment of the former Cornwall Park Tea Kiosk and coordination of the playground installation for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 20th April 2022 and must be submitted electronically via GETS Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,25588862,Request for Proposals,Open Competition,CON2022010 Henderson Road Transfer Station Green Waste Mulching,CON2022010,20220404,20220504,20220524,Assets - Waste Services,Sole Agency,No,,"REQUEST FOR PROPOSAL CON2022010 Henderson Road Refuse Transfer Station Green Waste Mulching Proposals are invited for the above contract which involves the provision of plant, labour and services to process green waste received at Councils Henderson Road Refuse Transfer Station (RTS) for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Any questions / enquiries about this contract must be made via www.gets.govt.nz no correspondence outside of this site will be entered into Tenders close at 3pm Wednesday 4 May 22 and must be submitted electronically via GETS on the Response Form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,25749916,Request for Proposals,Open Competition,CON2022013 HDC Henderson Road Transfer Station and Omarunui Landfill - Weekend Kiosk Servicing Operations,CON2022013,20220504,20220601,20220613,Assets - Waste Services,Sole Agency,No,,"CON2022013 HDC Henderson Road Refuse Transfer Station and Omarunui Landfill - Weekend Kiosk Servicing Operations Proposals are requested for the above contract which involves the operation all facets of the kiosk operations on the two sites including kiosk computer and software systems as stipulated by the Kiosk Standard Operating Procedure [SOP] and the WeighTrax user guide the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Questions must be submitted through GETS ONLY and close at 3pm on Thursday 26 May 2022 Tenders close at 3pm Wednesday 1 June 2022 and all response documentation must be submitted electronically via GETS. - Please use the Response form(s) provided The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS prior to closing time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalInd",Awarded,,0,20250410 Hastings District Council,25967237,Request for Tenders,Open Competition,CON2022040 Flaxmere Redevelopment - Gum Tree,CON2022040,20220623,20220729,20220825,Community & Facilities,Sole Agency,No,,"CON2022040 Flaxmere Gum Tree Development Tenders are requested for the above contract. which is for the civil infrastructure enabling works to support the Flaxmere Gumtree Redevelopment Residential Subdivision at 72 Caernarvon Drive, Flaxmere, Hawkes Bay. This work is being tendered as a Class 1 tender under Hastings District Councils system for prequalified tenders. This tender has been categorised as: Road Construction (Complex B (old system) or Level A (new system)) Wastewater/Stormwater/Water Networks (Complex A (old system) or Level B (new system)) REQUEST FOR TENDER CON2022040 FLAXMERE GUM TREE DEVELOPMENT Council is fast tracking the supply of new houses on Council owned land in Flaxmere in response to a significant demand for housing in the Hastings District. This housing development will provide new homes to a high demand market that is struggling to cater for current demands. New infrastructure is required to be built in order to service these new development areas. Physical works include but are not solely: - Earthworks to create new roads/footpath layout and residential sections, - Construction of new roads and footpaths, - - Network extensions for drinking water, wastewater and stormwater - Design, supply, construct and installation of a new Wastewater Pumping Station to service this new development, - Installation of service ducts for power/telecommunications etc, - Installation of new streetlights. - Final landscaping and street furniture (seats, rubbish bins etc) are not part of this contract - these items will be sourced separate from this contract Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. No individual email correspondence will be responded to. Questions must be submitted through GETS ONLY and close at 3pm on Thursday 14 July 2022 Tenders close at 3pm Wednesday 20 July 2022 and all response documentation must be submitted electronically via GETS. - Please use the Tenderer form(s) provided The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS prior to closing time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalInd",Awarded,,0,20250410 Hastings District Council,25992626,Request for Quotations,Closed Competition,CON2022045 Flaxmere Skate Park Perimeter Fence,CON2022045,20220704,20220720,20220721,Assets - Passive Parks,Sole Agency,No,,"REQUEST FOR QUOTE CON2022045 Flaxmere Skate Park Perimeter Fence Quotes are requested for the above contract which involves the manufacture and installation of a 160m long steel fence. The fence is required to be manufactured and finished to the same standard and design of the existing fence. All posts are to be concreted in place and a 300 x 100m continuous nib is to be trowel finished and edged to a high level. There are 4 entry gates that are to be supplied and installed at specified locations and are to be made to match existing fences on site. The ground is level and will be left flat for digging of post holes and nib, so there will be minimal excavation required. This is a great spot to work and this fence will contribute highly to the completion of the new skate park development being carried out by HDC and Angus McMillan Concrete. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Quote Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalInd",Awarded,,0,20250410 Hastings District Council,25998680,Request for Quotations,Open Competition,CON2022048 Supply of DN700 Glass Reinforced Pipe and Fittings for Eastern Interceptor Trunk Wastewater Main (Stage 2),CON2022048,20220701,20220727,20220802,Assets - 3Waters,Sole Agency,No,,"REQUEST FOR QUOTATION CON2022048 SUPPLY OF DN700 GLASS REINFORCED PIPE AND FITTINGS FOR EASTERN INTERCEPTOR TRUNK WASTEWATER MAIN (STAGE 2) Tenders are requested for the supply and delivery of DN700 glass reinforced pipe (GRP) and fittings for the Eastern Interceptor Trunk Wastewater Main (Stage 2). Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY. Tenders close at 3pm Wednesday 20 July 2022 and must be submitted electronically via GETS. Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price. TOTAL submitted file size must not exceed 50MB. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26014314,Request for Quotations,Closed Competition,CON2022049 Council Managed Buildings and Halls - Detailed Seismic Assessment,CON2022049,20220705,20220727,20220817,Assets - Building Services,Sole Agency,No,,"REQUEST FOR QUOTE CON2022049 Council Managed Buildings and Halls - Detailed Seismic Assessment. Quotes are requested for the above contract which involves the completion of Detailed Seismic Assessments for 6 rural halls for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. or 0508 438 743 QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Tenders close at 3pm Wednesday 27 July 2022 and must be submitted electronically via GETS. Please use the Response form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26023758,Request for Quotations,Closed Competition,CON2022053 Haumoana Hall Seismic Strengthening Design,CON2022053,20220707,20220810,20220830,Assets - Building Services,Sole Agency,No,,"REQUEST FOR QUOTE CON2022053 Haumoana Hall Seismic Strengthening Design Quotes are requested for the above contract which involves the completion of seismic strengthening designs for Haumoana hall for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. or 0508 438 743 QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Tenders close at 3pm Wednesday 3 August 2022 and must be submitted electronically via GETS. Please use the Response form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26178567,Request for Proposals,Closed Competition,Napier - Hastings Future Development Strategy - Planning and Project Management,PRJ22-49,20220815,20220909,20221017,Strategy and Development,Sole Agency,No,NIL,"Napier City, Hastings District and Hawkes Bay Regional Councils are seeking planning and project management services for preparation of a future development strategy (FDS) for the Napier-Hastings Tier 2 Urban Environment for the Hawkes Bay Regional, Napier City and Hastings District Councils as required under the National Policy Statement on Urban Development 2020 (NPS-UD). The project will involve urban growth planning at the strategic level where and how future growth (including residential development, commercial and industrial development) will be accommodated other the next 30 years as well as project management and coordination of the FDS project and related inputs. The focus of this RFP is planning services supported by project management capability. We are not seeking to procure other technical discipline services through this RFP. QUESTIONS ARE TO BE SUBMITTED VIA GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,26198622,Request for Quotations,Closed Competition,CON2022061 Henderson Road Refuse Transfer Station - Ramp Repair,CON2022061,20220818,20220907,20220909,Assets - Building Services,Sole Agency,No,,"CON2022061 Henderson Road Refuse Transfer Station Ramp Repairs The Request for Quote (RFQ Lite) is an invitation to submit a Quote for the delivery of repair works to the existing precast concrete panels at Henderson Road Refuse Transfer Station. We are seeking quotes that offer the best value for these works. The work will require an approved TMP that will work with the HDC Refuse Transfer Station as the ramp-way will still be in use during parts of the working week The existing panels are badly damaged from impact from loaders and are becoming unsafe. The repair works will involve the building of a new 50mpa 175mm concrete wall that will be attached to the existing wall by reinforcing steel epoxied into the wall and existing floor slab. There is also a requirement to install a right angle steel plate, which will be fixed in place with concrete screws. The finish required will be a smooth F5 with trowel finish to top. Site visits are recommended before submitting your tender. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,26216844,Request for Tenders,Open Competition,CON2022047 Eastern Interceptor Trunk Wastewater Main (Stage 2),CON2022047,20220823,20221005,20221111,Assets - 3Waters,Sole Agency,No,,"REQUEST FOR TENDER CON2022047 Eastern Interceptor Trunk Wastewater Main (Stage 2) Tenders are requested for the above contract which involves the replacement of approximately 1.6 km of the existing Eastern Interceptor wastewater trunk pipeline with a new Principal supplied DN700 GRP wastewater trunk pipeline for the Hastings District Council. A pre-tender meeting for interested parties is scheduled for 10am, 31 August located at Stantecs office in Hastings or via online forum to discuss the project in detail. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Tenders close at 3pm Wednesday 5 October 2022 and must be submitted electronically via GETS. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26250445,Request for Tenders,Open Competition,CON2022055 Inland and Urban Wastewater Trunk Investigations,CON2022055,20220831,20221005,20221122,Assets - 3Waters,Sole Agency,No,,"CON2022055 Inland and Urban Wastewater Trunk Investigations Tenders are requested for the above contract which involves collection and supply of CCTV, laser/sonar profiling and core sample data of the Inland and Urban Trunk Sewers within the Hastings District Council area, to inform the Principal of the condition of these sewers. The first year (2022/23) will comprise the investigations of the No. 2 & 3 Inland Trunks, as well as some of the Urban Trunk network, all large diameter, ranging from 300mm to 1800mm. This Contract is for a term of 5 financial years (2+2+1) for the inspection of the Urban and Inland Wastewater Trunks. These works will be carried out over years 2022/23, 2023/24, 2024/25, 2025/26, 2026/27 with the first year (2022/23) of works scheduled. Subsequent years are to be based on a similar schedule with locations coming from HDCs prioritised Long Term Plan. The budget for the subsequent four years total $2.4M of similar type investigations. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any inquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3 pm Wednesday 5 October 2022 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The TOTAL submitted file size must not exceed 50MB. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Price and non-price files should be uploaded as separate files and clearly labelled as Price and Non-price.",Awarded,,0,20250410 Hastings District Council,26346226,Request for Tenders,Open Competition,CON2022054 Inland Wastewater Trunk Renewal 2022-2028,CON2022054,20220916,20221102,20221219,Assets - 3Waters,Sole Agency,No,,"CON2022054 Inland Wastewater Trunk Renewal 2022-2028 Tenders are requested for the above contract which involves trenchless renewal of selected sections of the Inland Trunk wastewater network within the Hastings District Council area. The first year (2022/23) will comprise the trenchless renewal of 1.32 km of Inland trunk wastewater pipes and surface coating of associated manholes as required, made up of 551 m of 900 mm diameter, 597 m of 1050 mm diameter and 167 m of 1575 mm diameter concrete Inland wastewater trunk. Provisional allowance has been made for trenchless renewal of 294 m of Urban trunk DN450 wastewater network on Omahu Road, Hastings. The Contract includes provisional sum allowance for the tenderer to provide renewal solutions to nonstandard sections of pipe or unexpected pipe conditions that cannot be lined but must be repaired. Subsequent years are to be based on a similar schedule with locations coming from HDCs prioritised Long Term Plan. The budget for the subsequent four years total $10.0M of similar type renewals. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3 pm Wednesday 26 October 2022 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The TOTAL submitted file size must not exceed 50MB. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,26383744,Request for Tenders,Open Competition,CON2021023 Cornwall Park Aviary Upgrade,CON2021023,20220927,20221019,20221028,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER. CON2021023 Cornwall park Aviary Upgrade Tenders are requested for the upgrading work at the Cornwall Park Aviary. The work involves rebuilding some bird shelters, removing and replacing existing lime and concrete flooring with new colored concrete, building new stonewall garden areas, completely replacing netting in stages, repaint internal walls, install of new bird drinking bowls and new drainage from slot drain to sewer connection. We will require extensive hoarding around work area to protect the aviary during construction. Please note where indicated that Hastings District Council will be supplying materials. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 19th October 2022and must be submitted electronically via GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Please use the Response form(s) provided PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS - .",Awarded,,0,20250410 Hastings District Council,26445897,Request for Proposals,Open Competition,Hastings District Council Asbestos Assessor Service,CON2022087,20221010,20221116,20230313,Assets - Building Services,Sole Agency,No,,"HDC is looking to formalise an arrangement for asbestos assessment, surveying and reporting services on an ad-hoc/emergency callout basis and consolidate the requirements of the H&S, Waste and Buildings teams into one contract. An asbestos assessor is required to identify and determine the extent of any contamination and provide advice with regards to steps to be taken to keep the Hastings District safe. Council has a requirement for the services of a suitably qualified, licensed and experienced asbestos assessor who can respond within one business day if/when a contamination event occurs. Contamination events can be caused by illegal dumping, residents water blasting their rooves, fires etc. Asbestos assessor services are required by the Building Assets team to carry out inspections of building assets and produce detailed reports for use in contracted maintenance/repair works on Council owned assets. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,26459820,Request for Quotations,Open Competition,CON2022081 Splash Planet Entry Roof Redesign,CON2022081,20221013,20221109,20221128,Assets - Building Services,Sole Agency,No,,"REQUEST FOR QUOTE CON2022081 Splash Planet Entry Roof Redesign. Quotes are requested for the above contract which involves the completion of detailed architectural design solutions that resolve longstanding problems in the roofing envelope of the Splash Planet entry buildings for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Questions are to be submitted through GETS only and must be submitted through GETS only prior to 3pm Thursday 03 November 2022.. Tenders close at 3pm Wednesday 9 November 2022 and must be submitted electronically via GETS. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26508142,Request for Tenders,Open Competition,CON2022058 Heretaunga House Deconstruction Services,CON2022058,20221020,20221207,20221219,Assets - Building Services,Sole Agency,No,,"Hastings District Council (HDC) is seeking suitably qualified organisations for the deconstruction, removal and site levelling of HDC owned Heretaunga House located at 300 Lyndon Road East, Hastings. CON2022058 Heretaunga House Deconstruction Services Note: This relates to THE Future Procurement Opportunity previously advertised on GETS under Gets id:25753799 We anticipate that the successful supplier(s) will: 1. Hold Site Wise Green accreditation or equivalent. 2. Have demonstrable experience and track record of projects of similar size/scale and complexity. 3. Have in-house or sub-contracted asbestos certified service provision. 4. Provide an appropriate level of contract works, public liability, professional indemnity, third party motor vehicle, and contractors plant and equipment insurance. 5. Comply with the Health and Safety at Work Act 2015, that it has appropriate policies and procedures in place, and that its personnel are appropriately trained and qualified to provide the services. 6. Comply with and demonstrate compliance with all relevant standards, laws, regulations, codes of practice, and requirements. 7. Work cost effectively, ensuring a priority on outcomes over process to deliver maximum value for rate payers. 8. Support HDCs broader outcomes objectives around the environment, boosting construction sector skills development and supporting the local Hawkes Bay economy. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tender Questions are to be submitted through GETS ONLY - questions close at 3pm on Thursday, 17 November 2022 Tenders close at 3pm Wednesday, 23 November 2022 and must be submitted electronically via GETS ONLY Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26601520,Request for Tenders,Closed Competition,CON2022095 Omarunui Landfill Area B Enabling Work,CON2022095,20221109,20221205,20221220,Assets - Solid Waste,Sole Agency,No,,"Tenders are invited for the CON2022095 Omarunui Landfill Area B Enabling Work These works primarily include the construction of a stormwater sediment retention pond and wetland at the downstream extent of Area B of the Omarunui Landfill to provide sediment control for ongoing construction works and for the operation of the landfill. It also includes works to commence construction of the final landfill toe bund, which abuts onto the retention pond, and for providing a road to access the construction works and early stages of operation of Area B. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. TENDERS close at 3pm on Wednesday 30 November 2022 and must be submitted electronically via GETS ONLY. QUESTIONS close at 3pm on Thursday 24 November select the Thursday prior to tender closing and must be submitted through GETS ONLY Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Non-price (attributes) and Price files should be uploaded as separate files and clearly marked as File 1 Non Price, File 2 Tender Form and File 3 price schedule as per tender document Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26666334,Request for Tenders,Open Competition,CON2022069 St Georges Road Curve Realignment,CON2022069,20221123,20221214,20221221,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2022069 St Georges Road Curve Realignment Tenders are requested for the above project, that consists of rebuilding a portion of the existing road to a new alignment. This project is for the realignment the roadway and upgrade the related infrastructure of St Georges Road from chainage 1370 to 1705. This is to improve the current horizontal alignment. This will require reshaping of the existing intersection with associated stormwater, new pavement, landscaping, lighting and traffic services for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 7 December and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Road Construction Complex B will be considered.",Awarded,,0,20250410 Hastings District Council,26668979,Request for Tenders,Open Competition,CON2022100 Bridge 312 Lambs Hill No.1 and Bridge 108 Arapaoanui Low Level Strengthening,CON2022100,20221123,20221214,20221216,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2022100 Bridge 312 Lambs Hill No.1 & 108 Arapaoanui Low Level Strengthening Tenders are requested for the above contract which involves the strengthening of the existing bridge to achieve increased load capacity to HPMV including removal and disposal of the existing superstructure, modifications to the abutment walls to meet new deck and road levels, installation of precast reinforced concrete deck slabs, installation of W-section traffic barriers, construction of new pavement approaches to match new deck slabs for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 15 December and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered.",Awarded,,0,20250410 Hastings District Council,26669785,Request for Tenders,Closed Competition,CON2022098 St Leonards Safety Surfacing,CON2022098,20221202,20230125,20230419,Assets - Passive Parks,Sole Agency,No,,"Request for Tender CON2022098 St Leonard's Safety Surfacing Tender are requested for the above contract which involves the supply and installation of safety surfacing at the St Leonards Park for the Hastings District Council Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tender Questions close at 3pm on Thursday 19 January 2023 and must be submitted through GETS ONLY Tenders Submissions close at 3pm Wednesday 25 January 2023 and must be submitted electronically via GETS ONLY Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26695630,Request for Tenders,Open Competition,CON2022072 Kirkpatrick Park Basketball Roof,CON2022072,20221130,20221214,20230823,Assets - Building Services,Sole Agency,No,,"PLEASE NOTE THIS IS A READVERTISING OF THE TENDER THAT CLOSED WEDNESDAY 30 NOVEMBER - THE ONLY CHANGE TO THE DOCUMENTATION IS THE TENDER CLOSING DATE TO 3PM WEDNESDAY 14 DECEMBER 2022. AS BELOW QUESTIONS WILL CLOSE 3PM THURSDAY 8 DECEMBER 2022 REQUEST FOR PROPOSAL - CON2022072 Kirkpatrick Park Basketball Roof - Proposals are requested for the above contract which involves the construction of a 606m3 roof structure for the Hastings District Council Kirkpatrick Park Basketball Court. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tender Questions close at 3pm on Thursday 8 December 2022 and must be submitted through GETS ONLY Tenders Submissions close at 3pm Wednesday 14 December 2022 and must be submitted electronically via GETS ONLY Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26703671,Request for Tenders,Open Competition,CON2022089 Bridge 107 Kaiwaka Strengthening,CON2022089,20221205,20230125,20230719,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2022089 - Bridge 107 Kaiwaka Strengthening Tenders are requested for the above contract which involves the strengthening of the existing bridge to achieve increased load capacity to HPMV including removal and disposal of the existing superstructure, modifications to the plinths and abutment walls to meet new deck and road levels, installation of precast reinforced concrete deck slabs, installation of W-section traffic barriers, construction of new pavement approaches to match new deck slabs for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Please note that there will be no response to Tender Queries between 24/12/2022 and 09/01/2023 due to Christmas closedown. Tenders close at 3pm Wednesday 25 January and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from pre-qualified tenderers in Bridge Construction Complex B will be considered.",Awarded,,0,20250410 Hastings District Council,26750763,Request for Tenders,Open Competition,CON2022096 Tollemache Road Riverslea Road Intersection Improvements,CON2022096,20221215,20230125,20230208,Assets - Transportation,Sole Agency,No,,"CON2022096 Tollemache Road Riverslea Road Intersection Improvements This contract is for the construction work of improving the Tollemache Riverslea Rd Intersection. It will include pavement, kerbing, footpaths, drainage. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 25 January 2023 and must be submitted electronically via GETS. As this is lowest price conforming tender a single file should be clearly labelled with the contract number and uploaded If Electronic, the TOTAL submitted file size must not exceed 50MB, HDCs preference is to receive submissions in one file unless specified. NB. Only tender submissions from tenderers pre-qualified for Prequal work group Civil Construction, Level C will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,26752648,Request for Proposals,Closed Competition,CON2021056 Professional Services for the Review of the Joint WMMP and Solid Waste Bylaw Review,CON2021056,20221216,20230202,20240117,Assets - Waste Minimisation,Cluster,No,,"CON2021056 Professional Services for the Completion of the Waste Assessment and Review of the Joint WMMP and Solid Waste Bylaws for Hastings District Council and Napier City Council Proposals are requested for the above contract to provide professional services to support to complete the Waste Assessment and review of the Waste Management & Minimisation Plan and Solid Waste Bylaws for the Hastings District and Napier City Councils. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 1 February 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm All questions are to be submitted via GETS. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,26941098,Request for Tenders,Open Competition,CON2022066 Maraekakaho York Road Roundabout Construction,CON2022066,20230213,20230419,20230807,Assets - Transportation,Sole Agency,No,,"CON2022066 Maraekakaho York Road Roundabout Construction This contract is for the construction of a Roundabout at the Maraekakaho Rd and York Rd intersection. The work also requires the construction of new stormwater treatment facilities including ponds, pipework, and new retaining structures. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. A compulsory pre-tender meeting is to be held on the 17/2/2023 at Stantecs offices at Level 1, 100 Warren St South. The pre-tender meeting with be followed by a compulsory site visit. Tenders close at 3pm Wednesday 10th March 2023 and must be submitted electronically via GETS. As this is a Price Quality tender, tenders shall be submitted in three separate files, and each shall be clearly labelled in clear block letters: o File 1 CON2022066 Maraekakaho York Road Roundabout Construction - NON-PRICE SUBMISSION NAME OF THE TENDERER shall not contain any information regarding price. If price information is included, the Principal may treat the tender as being invalidated. Please include in File 1 title if the tender includes tags o File 2 CON2022066 Maraekakaho York Road Roundabout Construction - PRICE SUBMISSION TENDER FORM - NAME OF THE TENDERER shall contain the tender form only. o File 3 CON2022066 Maraekakaho York Road Roundabout Construction - PRICE SUBMISSION SCHEDULE OF PRICES NAME OF THE TENDERER The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. NB. Only tender submissions from tenderers pre-qualified for Prequal work group Civil Construction, Complex A will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Not Awarded,the tender is not progressing to award due to a shortage in available budget.,0,20250410 Hastings District Council,27112231,Request for Quotations,Open Competition,CON2023004 Hastings Sports Centre Fencing,CON2023004,20230323,20230503,20240301,Assets - Building Services,Sole Agency,No,,"REQUEST FOR QUOTE CON2023004 Hastings Sports Centre Fencing Quotes are requested for the above contract which involves the deconstruction and replacement of approximately 131meters of fence for the Hastings District Council at the Hastings Sport Centre - 503 Railway Road Hastings Quote documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Quotes close at 3pm Wednesday 1 March 2023 and must be submitted electronically via GETS. Please ensure you use the RFQ response form provided. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Not Awarded,Tenderer was not successful,0,20250410 Hastings District Council,27176235,Request for Tenders,Closed Competition,CON2022059 Keirunga Gardens - Track Upgrade,CON2022059,20230403,20230517,20240430,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER CON2022059 Keirunga Gardens Track Upgrade Tenders are requested for the above contract which involves the construction of new pathways and the upgrade of existing tracks. The tracks are required to be constructed to Track Building Specifications NZS8630:2004 and HDC track requirements. New and existing stairs must be constructed to a high standard using appropriate materials and fixings. We require a comprehensive Health and Safety plan to relate to this contract as the site is open to the public and will be exposed to walkers and other track users. Please pay close attention to all tracks and their specs to avoid any incorrect pricing Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 17 May 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Not Awarded,neither tender was successful -,0,20250410 Hastings District Council,27199804,Request for Tenders,Open Competition,CON2022097 Hastings District Council Properties - Flooring Renewals,CON2022097,20230406,20230510,20230912,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER CON2022097 - Hastings District Council Flooring Renewals Tenders are invited for the establishment of a 3 year contract to renew assorted floorings in various HDC properties, with the potential for a further 2 x 1 year contract extensions for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Questions must be submitted via GETS prior to question closing date / time and will be responded to via GETS. Please use the Response form(s) provided. The Response forms have labelled File 1 Non Price, File 2 Tender Form (price) File 3 Schedule of Prices (price) Price and Non Price files should be uploaded as separate files and clearly marked as Price and Non Price. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Tenders close at 3pm Wednesday 10 May 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Not Awarded,The tender was withdrawn and being reviewed in preparation for re-advertising.,0,20250410 Hastings District Council,27233033,Request for Tenders,Open Competition,CON2022056 St Leonard's Development and Carpark,CON2022056,20230413,20230517,20230621,Assets - Building Services,Sole Agency,No,,"Note: Only tender submissions from tenderers pre-qualified for HDC Prequal Work Group ""Road Construction"" Complexity rating Simple B or higher will be considered for this tender. Request for Tender Tenders are requested for the above contract which involves the construction of a new carpark to accommodate a new toilet block and the upgraded playground area. The winning tenderer will need to provide evidence that they can complete the civil parts of this contract and also have significant project management abilities to ensure that communication and programming is followed by all separate contractors. They key works will be the civil engineering components of developing the new carpark, all required excavation works for the playground and safety surfacing. There is also a perimeter fence required to be installed by the main contractor or sub-contractor. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz ONLY. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY Tenders close at 3pm Wednesday 17 May 2023 and must be submitted electronically via GETS. Please use the Response form(s) and excel spreadsheet provided. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS - The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,27278866,Request for Quotations,Open Competition,CON2023005 Havelock North Village Pool Fencing,CON2023005,20230421,20230517,20230608,Assets - Building Services,Sole Agency,No,,"Note: This is the re-advertisement of a previous RFQ REQUEST FOR QUOTE CON2023005 Havelock North Village Pool Fencing Tenders are requested for the above contract which involves the removal of approximately 12 meters of wooden paling fence plus the supply and erection of approximately 35 meters of climb-resistant fence and personnel gate for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Questions are to be submitted through GETS only Please complete all information required and return the Response form provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Tenders close at 3pm Wednesday 17 May 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,27386664,Request for Tenders,Open Competition,CON2022092 Omahu Road Industrial Development Stage 1,CON2022092,20230512,20230607,20230712,Assets - Transportation,Sole Agency,No,,"CON2022092 Omahu Road Industrial Development Stage 1 This contract is for the construction of urbanisation of the North side of Omahu Road, from Wilson Road to Jarvis Road. This is identified as stage 1. It will include provision of kerb and channel, footpaths, parking bays and drainage. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 7th June 2023 and must be submitted electronically via GETS. As this is a Price Quality tender, tenders shall be submitted in three separate files, and each shall be clearly labelled in clear block letters: o File 1 CON2022092 Omahu Road Industrial Development Stage 1- NON-PRICE SUBMISSION NAME OF THE TENDERER shall not contain any information regarding price. If price information is included, the principal may treat the tender as being invalidated. Please include in File 1 title if the tender includes tags. o File 2 CON2022092 Omahu Road Industrial Development Stage 1- PRICE SUBMISSION TENDER FORM - NAME OF THE TENDERER shall contain the tender form only. o File 3 CON2022092 Omahu Road Industrial Development Stage 1- PRICE SUBMISSION SCHEDULE OF PRICES NAME OF THE TENDERER Tenders close at 3pm Wednesday 7th June 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. NB. Only tender submissions from tenderers pre-qualified for Prequal work group Civil Construction, Level C will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,27541264,Request for Tenders,Open Competition,"CON2023012 Tauroa Road Stage 2, Sections 1 & 4",CON2023012,20230614,20230705,20230727,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2023012 Tauroa Road Stage 2 Sections 1 & 4 Tenders are requested for the above contract which involves the construction of concrete shared path and kerb and channel in two sections of Tauroa Road. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 5 July 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group Transport Infrastructure Class C will be considered. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,27628347,Request for Tenders,Open Competition,CON2022102 Wastewater Treatment Plant Outfall Diffuser Inspection and Maintenance Term Contract 2023,CON2022102,20230628,20230802,20240320,Assets - 3Waters,Sole Agency,No,,"CON2022102 Wastewater Treatment Plant Outfall Diffuser Inspection and Maintenance Term Contract 2024 Tenders are requested for the above contract which is a 3-year term contract, with two possible 1-year extensions, for the annual inspection and maintenance of the Hastings District Council Wastewater Treatment Plant marine outfall exposed pipeline and diffuser, associated equipment and facilities, along with reactive works as required. Scope of works includes undertaking annual checking of the condition of the exposed pipeline and diffuser, to ensure that it is operating efficiently and to assess the condition of the sacrificial anodes and pipeline components. The inspection is to be undertaken as a tactile rather than a visual inspection because of the at times very limited underwater visibility. The inspection will need to be undertaken by a diver in a hazmat sealed drysuit on surface demand, swimming the entire length of the diffuser, with diver changeout as required. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3 pm Wednesday 2 August 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The TOTAL submitted file size must not exceed 50MB. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Price and non-price files should be uploaded as separate files and clearly labelled as Price and Non-price.",Awarded,,0,20250410 Hastings District Council,27656181,Request for Tenders,Open Competition,P2023-28 Keirunga Homestead Upgrades,P2023-28,20230704,20230726,20230828,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER P20230-28 Keirunga Homestead Upgrades Tenders are requested for the above contract which involves: the lighting upgrade throughout foyer and main assembly area; significant carpentry work to north western verandah that has subsided and is showing signs of water damage; all new entrance way as designed by Citrus Studios - Including new toilets, covered entrance and pathway. This project is located in a historic building and provides a unique opportunity to work on a building that has been part of the Havelock North area since 1906. The new entrance way and accessible bathrooms are designed to bring a bit more life to the building so it can be used for future small events and continue to be used by arts and crafts. Tenderers will need to be competent in following construction plans and also have respect and care for the work environment. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. TENDERS CLOSE at 3pm Wednesday 26th July AND MUST BE SUBMITTED ELECTRONICALLY VIA GETS. Respondents are requested to ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. The close off is 3pm and the system will shut out any documents that are not fully uploaded by that time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY and close on Thursday 20 July at 3pm Please use the File 1 Response form(s) and File 2 excel price schedule provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,27767534,Request for Tenders,Open Competition,CON2022091 Waimarama Rd AWPT (RP12950 to RP14000),CON2022091,20230726,20230816,20231002,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER CON2022091 Waimarama Road AWPT (RP12950 to RP14000) Tenders are requested for the above contract which involves the reconstruction and widening of road pavements and surfacing on Waimarama Road. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 30 August 2023 and must be submitted electronically via GETS Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (eg (Road Construction)(Complexity rating Complex A)) will be considered. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,27788423,Request for Tenders,Open Competition,CON2022088 ToiToi Boiler Replacement and BMS Connection,CON2022088,20230728,20230830,20231102,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER CON20220088 ToiToi Boiler Replacement and BMS Connection Tenders are requested for the above contract which involves; - Removal of existing boiler for installation at a different location, - Replacement of gas fired boiler with 4x cascading boilers, - Installation of a below-floor ducted split AC system into the dimmer control room, - Main auditorium, between the stalls, the circle and the grand circle requiring remediation on the air distribution balance, - Adding the air curtains to a power circuit and adding to BMS system if easily achieved, - And connecting the Cushing Foyer underfloor heating control system to the BMS system and remediation on the heating control system. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY and will be responded to through GETS ONLY Please use the Response form(s) provided - The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. TENDERS CLOSE AT 3pm Wednesday 16 August 2023 and must be submitted electronically via GETS ONLY - no email Tenders to HDC staff will be accepted.. Please allow sufficient time to upload your submission to GETS. NOTE: Tenders close off is at 3pm. You are required to start uploading your documents at least half an hour before this time to ensure the upload is complete before the GETS close off of 3pm. If your document has not fully uploaded by this time the tender will not be accepted through the site and thus not accepted by Council. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,27829588,Request for Tenders,Closed Competition,P2024-59 Category 3 Affected Property Valuations,P2024-59,20230804,20230830,20230904,Strategy and Development,Sole Agency,No,NIL,"REQUEST FOR TENDER PRJ2023-83 Cat 3 Affected Property Valuations Tenders are requested for the above contract which involves provision of valuations for properties categorised as Category 3 for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 30 August 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS MUST BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Not Awarded,received no responses,0,20250410 Hastings District Council,27871949,Request for Proposals,Open Competition,Hastings District Council and Napier City Council Category 3 Voluntary Property Offer and Settlement Services,P2024-72,20230811,20230906,20231009,Strategy and Development,Sole Agency,No,,"This tender is part of the Voluntary buyout scheme announced by the Government for property affected by Cyclone Gabrielle. We need highly capable people to engage with individual Category 3 affected landowners to present, discuss, and resolve the voluntary buyout offers from Council. These offers will be based on individual valuations and in accordance with a Council adopted voluntary buyout policy. Following the presentation of the offer, further engagement and negotiation with the property owner(s) may be required until an agreed position is reached, and a legal conclusion is achieved. This tender seeks to secure the specific skills required for negotiation and legal resolution of the voluntary buyout program for Hastings District Council and Napier City Council. This may be a single supplier with the capacity to cover all aspects in-house, or suppliers may partner with each other to present a panel that covers the necessary requirements. This work is vitally important to our community. It is seeking to provide certainty and closure for affected property owners; allowing them to make decisions about their future. Your work will be instrumental in helping our community to move forward and bring closure to a difficult period. Given the unique and challenging task posed, your company will emerge with increased marketable skills and experiences that may help people affected by future natural disasters. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 6 September 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS MUST BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,28103380,Request for Tenders,Closed Competition,CON2023026 Omarunui Landfill Area D Stage 3A,CON2023026,20230915,20231011,20231031,Assets - Landfill,Sole Agency,No,,"REQUEST FOR TENDER CON2023026 Landfill Development Area D Stage 3A Tenders are requested for the above contract, for the Hastings District Council, which involves the completion of construction of Area D Stage 3A in accordance with the tender document. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO VIA GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Tenders close at 3pm Wednesday 4 October 2023 and must be submitted electronically via GETS. IMPORTANT NOTE: Please label your main tender response File 1 Tender Response and use the File 2 Form of Tender and File 3 Excel Schedule of Prices supplied. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. - GETS site will close off receipt of submissions at 3pm. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm .",Awarded,,0,20250410 Hastings District Council,28107577,Request for Tenders,Open Competition,CON2022097 HDC Properties Flooring Renewals,CON2022097,20230915,20231025,20240117,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER CON2022097 - Hastings District Council Flooring Renewals Tenders are invited for the establishment of a 3 year contract to renew assorted floorings in various HDC properties, with the potential for a further 2 x 1 year contract extensions for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 25 October 2023 and must be submitted electronically via GETS. Please use the Response form(s) provided. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (eg (Road Construction)(Complexity rating Complex A)) will be considered. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28313674,Request for Tenders,Open Competition,P2023-34 HDC Building Services Maintenance and Renewals 2024-2027,P2023-34,20231019,20231206,20231220,Assets - Building Services,Sole Agency,No,,"Request for Tender - P2023-34 Hastings District Council Building Services Maintenance and Renewals 2024-2027 The scope of the work for this contract includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT): The management of the Building Warrants of Fitness in Councils building listed in schedule B to ensure all BWOFs are complaint and current. Management of IQP certificates to ensure BWOF are issued and renewed in a timely manner and sent to HDC before the due by date. The setting up and management of the day-to-day preventative maintenance of compliance item and other system as listed in the list of buildings in Schedule B, including providing written monthly reports on the work done. Attending to non-scheduled maintenance call outs both in normal operating hour and after hours. Including fire alarm callout etc. Submitting renewed BWOF to the Hastings District Council Building Compliance Department before the renewal date. Undertaking condition inspection and providing a written report on all specified equipment and system that form the -Building Services items in the buildings in Schedule B every 2 years. Providing expert advice on the building services items within the listed buildings as and when required. The management and maintenance of all portable hand help fire extinguisher Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. Tenders close at 3pm Wednesday 6th December 2023 and must be submitted electronically via GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,28408330,Request for Tenders,Closed Competition,CON2023030 Landfill Development Area B Stage 1,CON2023030,20231106,20231129,20231218,Assets - Landfill,Sole Agency,No,,"REQUEST FOR TENDER CON2023030 Landfill Development Area B Stage 1 Tenders are requested for the above contract, for the Hastings District Council, which involves the completion of construction of Area B Stage 1 in accordance with the tender document. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO VIA GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Tenders close at 3pm Wednesday 29 November and must be submitted electronically via GETS. IMPORTANT NOTE: Please label your main tender response File 1 Tender Response non price and use the File 2 Tender Form and File 3 Excel Schedule of Prices supplied. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price and save appropriately on GETS no price information is to be in the non-price section of the upload. Please ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. - GETS site will close off receipt of submissions at 3pm. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,28429907,Request for Tenders,Open Competition,P202468 Oakleigh Downs Roof replacement,P202468,20231109,20231206,20240216,Assets - Building Services,Sole Agency,No,,"Request for Tender - P2024-68 Oakleigh Downs Roof Replacement Tenders are requested for the above contract which involves removal of existing concrete tile roof and gutters to 5 separate units. All units will be re-laid with corrugated iron and matching gutters and will require all new roof purlins for fixing as per drawings. We also require dismantle and disposal of two concrete chimneys down to below new roof line on units 15 and 16. There is carpentry work required to bring internal fire walls up to building code regulations, this can be done with roofing removed and walls exposed. We are looking for contractors who can supply all elements of this work, including scaffolding and edge protection, maintain good communication with client and leaving the premises in a clean and tidy state. We would also like to see what suppliers can provide in disposing of tiles and concrete in a sustainable manner. i.e. where will the materials go and will they be repurposed: crushed for fill etc Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY AND WILL BE RESPONDED TO VIA GETS TENDERS CLOSE - 3PM WEDNESDAY 6 DECEMBER 2023. RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. - GETS site will close off receipt of submissions at 3pm. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,28434340,Request for Proposals,Closed Competition,CON2023029 GeoSCADA Infrastructure & Historian Server Virtualisation,CON2023029,20231109,20231206,20240312,Assets - 3Waters,Sole Agency,No,PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"This is an invited/closed tender RFP. The requirements / scope of work is defined in the RFP document. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. TENDERS CLOSE ON GETS AT 3PM ON WEDNESDAY 6 DECEMBER 2023 Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Any documents uploading at 3:00pm will be cut of and not received. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,28457875,Request for Tenders,Closed Competition,CON2023031 Supply of Glass Reinforced Wastewater Pipe (GRP) and Fitting,CON2023031,20231114,20231201,20231208,Assets - 3Waters,Sole Agency,No,,"REQUEST FOR TENDER CON2023031 Supply of Glass Reinforced Wastewater Pipe (GRP) and Fittings for Wastewater Growth Programme Tenders are requested for the above contract which involves the supply of GRP for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 29 November 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28470648,Request for Proposals,Closed Competition,P2024-105 Professional Services for the Review of the Joint WMMP and Solid Waste Bylaw Review,P2024-105,20231116,20231206,20240117,Assets - Waste Minimisation,Cluster,No,,"P2024-105 Professional Services for the Completion of the Waste Assessment and Review of the Joint WMMP and Solid Waste Bylaws for Hastings District Council and Napier City Council Proposals are requested for the above contract to provide professional services to support to complete the Waste Assessment and review of the Waste Management & Minimisation Plan and Solid Waste Bylaws for the Hastings District and Napier City Councils. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. All questions are to be submitted via GETS as per Proposal Document Please use the Response form(s) provided. Tenders close at 3pm Wednesday 6 December 2023 and must be submitted electronically via GETS. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Please allow sufficient time to upload your submission to GETS. GETS site closes for upload at 3pm. Any files not completely uploaded at that time will be rejected. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,28470982,Request for Proposals,Open Competition,P2024-96 Puketapu Bridge Replacement,P2024-96,20231116,20231220,20240202,Assets - Transportation,Sole Agency,No,,"REQUEST FOR PROPOSAL CON2024-96 Puketapu Bridge Replacement Tenders are requested for the above contract which involves the contractor to influence the current proposed design and construct the replacement bridge. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 06 December 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28502025,Request for Tenders,Closed Competition,CON2023034 Hikanui Pa Tree Removals Tainui Reserve Havelock North,CON2023034,20231123,20231215,20240219,Assets - Passive Parks,Sole Agency,No,,"REQUEST FOR TENDER CON2023034 Hikanui Pa Tree Removals, Tainui Reserve, Havelock North Tenders are requested for the above contract which involves felling, extraction and removal of the stand of exotic trees on archaeological site, Hikanui Pa, in Tainui Reserve, Havelock North. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Friday 15 December 2023 and must be submitted electronically via GETS. Please use the Response form provided. Please allow sufficient time to upload your submission to GETS. The tender site will close at 3pm and if documents are not fully uploaded they will be cut off thus not accepting your submission. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS - The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28506739,Request for Tenders,Open Competition,CON2023033 Paharakeke Gravity Expressway Wastewater Pipeline,CON2023033,20231122,20231213,20231222,Assets - 3Waters,Sole Agency,No,,"REQUEST FOR TENDER CON2023033 Paharakeke Gravity Expressway Wastewater Pipeline Tenders are requested for the above contract which involves the construction of DN820 GRP wastewater pipes and ancillary items for the Hastings District Council. This work is being tendered as a Class 1: Pre-qualified tender under Hastings District Councils Prequalification and Performance Management for Civil Construction System. This tender has been categorised as Stormwater/Wastewater Networks Class B Only Tenderers, who are prequalified to the above classification level, or higher, may submit a tender for this work. A copy of the prequalified Contractor list is available on request. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 13th December 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time",Awarded,,0,20250410 Hastings District Council,28514999,Request for Tenders,Open Competition,CON2023035 Waipatu Pipelines Part A,CON2023035,20231123,20231213,20231222,Assets - 3Waters,Sole Agency,No,,"REQUEST FOR TENDER CON2023035 Waipatu Wastewater Pipeline Part A Tenders are requested for the above contract which involves the construction of DN900 GRP wastewater pipes and ancillary items for the Hastings District Council. This work is being tendered as a Class 1: Pre-qualified tender under Hastings District Councils Prequalification and Performance Management for Civil Construction System. This tender has been categorised as Stormwater/Wastewater Networks Class B Only Tenderers, who are prequalified to the above classification level, or higher, may submit a tender for this work. A copy of the prequalified Contractor list is available on request. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 13th December 2023 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28703479,Request for Tenders,Open Competition,CON2023009 Nottingley Lyndhurst Roundabout Construction - RFT,CON2023009 / P2024-80,20240117,20240214,20240319,Assets - Transportation,Sole Agency,No,PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR TENDER CON2023009 Nottingley Lyndhurst Roundabout Construction This contract is for the construction of a roundabout at the Nottingley Road and Lyndhurst Road intersection, including the renewal of a stormwater pipeline. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 14th February 2024 and must be submitted electronically via GETS Please allow sufficient time to upload your submission to GETS. GETS will cut off document uploads occurring at 3:00pm. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (eg (Road Construction)(Complexity rating Complex A)) will be considered. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files must be uploaded as separate files and clearly marked as Pricing and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28786190,Request for Tenders,Closed Competition,P2024-114 Farndon Road AWPT,P2024-114,20240205,20240228,20240319,Assets - Transportation,Sole Agency,No,,"REQUEST FOR TENDER 2024-114 Urban Plains Pavement Recycling Contract Package 1 Farndon Road Tenders are requested for an Area wide Pavement Treatment on Farndon Road from RP 2505 - RP 3914 and an intersection improvement at the intersection of Farndon Road and Kohupatiki Road for the Hastings District Council. Only Tender submission submissions from Tenderers with Procurement Class 1 Prequalified to prequalification Category Transport Infrastructure Class A will be considered Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz using Response Forms provided. Tenders close at 3pm Wednesday 14 February 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28804393,Request for Tenders,Open Competition,P2024-122 Urban Plains Area Wide Pavement Treatment Package 2 - Lawn and Mill Road,P2024-122,20240212,20240306,20240321,Assets - Transportation,Sole Agency,No,PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"2024-122 Urban Plains Pavement Recycling Contract Package 2 Lawn and Mill Road Tenders are requested for an Area wide Pavement Treatment on Mill Road form RP 1060 to 1873 and Lawn Road from RP 2080 to 2170 and RP 2490 3914 for the Hastings District Council. Only Tender submission submissions from Tenderers with Procurement Class 1 Prequalified to prequalification Category Transport Infrastructure Class A will be considered. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 28 February 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. GETS will cut off at 3:00pm. Uploads happening at 3:00pm will fail to submit. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (e.g., (Road Construction) (Complexity rating Complex A)) will be considered. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,28838715,Request for Quotations,Closed Competition,P2024-123 Henderson Road Refuse Transfer Station Hook Bins,P2024-123,20240220,20240306,20240313,Assets - Solid Waste,Sole Agency,No,,"REQUEST FOR QUOTE P2024-123 Henderson Road Refuse Transfer Station Hook Bins Quotes are requested for the above contract which involves the construction and delivery of eight (8) 30m3 hook bins complete with four (4) roll-off covers fitted to four of the bins for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 6 March 2024 and must be submitted electronically via GETS. Please use the Response form(s) provided. Please allow sufficient time to upload your submission to GETS. NOTE Please ensure documents are fully uploaded by 3pm at the site closes the submissions at this time For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY before 3pm Thursday 29 February PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted.",Awarded,,0,20250410 Hastings District Council,28846902,Request for Proposals,Open Competition,CON2024001 Water Sampling and Testing Services Drinking (Potable) Water and Stormwater,CON2024001,20240216,20240314,20240701,Assets - 3Waters,Sole Agency,No,,"CON2024001 Water Sampling and Testing Services Drinking (Potable) Water and Stormwater The scope of work is a 3-year term contract to manage and undertake drinking water and stormwater sampling and testing to maintain compliance with various Hawkes Bay Regional Council resource consents and Taumata Arowai water quality and testing requirements. All sampling will occur within the Hastings District and will cover drinking water and stormwater assets and facilities under Council management. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3 pm Wednesday 13 March 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. The TOTAL submitted file size must not exceed 50MB. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Price and non-price files should be uploaded as separate files and clearly labelled as Pricing and Non-price.",Awarded,,0,20250410 Hastings District Council,28877407,Request for Tenders,Open Competition,P2024-63 IAF Projects - Wilson Road / Dundee Drive improvements,P2024-63,20240221,20240313,20240327,Assets - Transportation,Sole Agency,No,PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"P2024-63 IAF Projects - Wilson Road / Dundee Drive improvements Tenders are requested for the above contract which involves the construction of a Link Road in Flaxmere and associated nearby intersection alterations Prequalification categories: i. Transport Infrastructure Class C ii. Stormwater/Wastewater Networks Class C NB. Only tender submissions from tenderers pre-qualified for Prequal work group will be considered. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 13 March 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. GETS will stop loading documents at the tender close time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price.",Awarded,,0,20250410 Hastings District Council,28931372,Request for Quotations,Closed Competition,P2024-151 Cemetery Tipper Truck,P2024-151,20240229,20240327,20240402,Assets - Cemetery,Sole Agency,No,,"HDC is looking to purchase a new Automatic, 4x2 Tipper truck for the HDC cemeteries inclusive of the mandatory pre-conditions as listed in the procurement documents. Trade - in of the existing Hino cemeteries truck. Delivery before the end of April 2024 would be preferred. Should you be successful with the process, your product will be out on display in HDC cemeteries and community.",Not Awarded,No responses received,0,20250410 Hastings District Council,28977574,Request for Proposals,Open Competition,P2024-137 Cyclone Gabrielle Category 3 - Residential Property Demolition Services Panel,P2024-137,20240307,20240403,20240422,Strategy & Development,Sole Agency,No,,"HDC is looking to create a panel with a selection of suppliers ranging from small to large who are well established, locally based (depots in either Hastings District or Napier City boundaries, have the capability, capacity, experience, and equipment to complete the required demolition works effectively and efficiently. Suppliers need to have a good track record in the management and implementation of on-site waste diversion practices. The health, safety and wellbeing of suppliers carrying out works is a key factor in ensuring suitably qualified and experienced demolition contractors are engaged. HDC is looking for suppliers who can demonstrate good work practices, and have the relevant health, safety and wellbeing requirements in place to carry out demolition work as a result of the Category 3 Voluntary buy-out process. Any enquiries about this RFP must be made via GETS Tenders must be submitted electronically via GETS ONLY. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,29002545,Request for Tenders,Closed Competition,P2024-125 Tomoana Showgrounds Grandstand Deconstruction,P2024-125,20240312,20240410,20240501,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER P2024-125 Tomoana Showgrounds Grandstand Deconstruction Tenders are requested for the above contract which involves the deconstruction of the existing Tomoana Showgrounds Grandstand which is predominantly made from concrete and steel. This is a large-scale deconstruction project with large quantities of concrete portals, foundations and ground beams. There is also multiple spaces of asbestos for removal and disposal. We are looking for contractors who are able o provide solutions for glass, steel and concrete disposal in a sustainable manner. The works involved include: Decommissioning of existing site services Site establishment Extensive Asbestos removal and clearance A and B class conditions Salvage of equipment and materials in relation to the REBRI waste minimisation plan Structural demolition/deconstruction Bulk earthworks and site finishing Site disestablishment Make good of site Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 10 April 2024 and must be submitted electronically via GETS. Please use the Response form(s) provided. Please allow sufficient time to upload your documents and ensure all documents are uploaded prior to the closing time as GETS cuts off uploads at that time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as None Price File 1, Tender Form File 2, Schedule of Prices - File 3",Awarded,,0,20250410 Hastings District Council,29031851,Request for Quotations,Closed Competition,P2024-138 Henderson Road Refuse Transfer Station Container Shelters,P2024-138,20240315,20240403,20240430,Assets - Solid Waste,Sole Agency,No,,"REQUEST FOR QUOTE P2024-138 Henderson Road Refuse Transfer Station Container Shelters Quotes are requested for the supply and installation of two 12 meter wide by 6.1 meter-long container shelters in kitset form, including all structural elements, canopy, guttering, downpipes and container ground-screws/anchors. All items to be installed on site by Supplier at Henderson Road Refuse Transfer Station, Hastings. For the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Tenders close at 3pm Wednesday 3 April 2024 and must be submitted electronically via GETS. Please use the Response form(s) provided and ensure the TOTAL submitted file size does not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time as GETS will close off the upload at 3pm. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Not Awarded,Neither contractor was awarded this contract.,0,20250410 Hastings District Council,29035652,Request for Tenders,Open Competition,P2024-153 Colin White Road IAF Safety Improvements,P2024-153,20240319,20240410,20240430,Assets - Transportation,Sole Agency,No,PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS,"REQUEST FOR TENDER P2024-15 COLIN WHITE ROAD, IAF SAFETY IMPROVEMENTS Tenders are requested for the above contract which involves the Colin White Road Improvements related to Safety at the Intersection on State Highway 2 and improvements along the length of Colin White Road. Construction of pavement widening and installation of guardrail Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3:00pm Wednesday 10 April 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. GETS will cut off and not save documents that are uploading at 3:00pm. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (e.g., (Road Construction) (Complexity rating Complex A)) will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,29041691,Request for Quotations,Closed Competition,P2024-146 Eastbourne Street East Carpark,PRJ23-96,20240318,20240410,20240430,Planning and Regulatory,Sole Agency,No,,"REQUEST FOR QUOTE P2024146 Eastbourne Street East Car Park Tenders are requested for the above contract which involves the construction of a 26 car park leased facility for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 10 April 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (e.g., (Road Construction) (Complexity rating Complex A)) will be considered. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Not Awarded,,0,20250410 Hastings District Council,29071712,Request for Proposals,Open Competition,P2024-161 Fleet Management Services,PRJ22-79,20240321,20240417,20240502,Corporate,Sole Agency,No,,"Request for Proposal P2024-161 Fleet Management Services Tenders are requested for the above contract, which requires the services of a Fleet Management Service provider who can efficiently support the safety and compliance of the Hastings District Council fleet. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 17 April 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Awarded,,0,20250410 Hastings District Council,29222412,Request for Tenders,Closed Competition,CON2024005 Omarunui Landfill - Electrical Services,CON2024005,20240417,20240529,20240624,Assets - Landfill,Sole Agency,No,,"CON2024005 Omarunui Landfill - Electrical Services As part of Omarunui Landfill SCADA upgrade project, the Swamp Road Bore and Water Tanks sites are to receive upgraded electrical control panels. An electrical contractor to install the control panels, as well as carry out general supporting electrical works. Questions and quotes are to be via GETS ONLY no external communication will be responded to The closing date for questions 9 May 2024 3pm the closing date for tenders is 15 May 2024 3pm Ensure you use the RFQ response forms provided Submitted file size must not exceed 50MB in total. Ensure you allow enough time prior to tender closing to upload your quote documents (the site will shut you out at 3pm whether upload complete or not) For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,29282644,Request for Tenders,Closed Competition,P2023-49 Henderson Road Waste Recovery Improvements,P2023-49,20240501,20240529,20240702,Assets - Solid Waste,Sole Agency,No,,"REQUEST FOR TENDER P2023-49 Henderson Road Waste Improvement Project Tenders are requested for the above contract which involves the construction of a concrete hard-stand area with an integrated retaining wall and fall protection barrier that will host hook-bins for the recovery of waste from the construction industry. The site will be excavated and set out with a pre-cast retaining wall and concrete pad that includes drainage channels leading to storm water interceptor traps. This storm water collection will connect to an existing network on site via a planted swale (to be installed as part of the contract works). Detailed design drawings, civil stormwater engineer drawings and technical specifications prepared by Strata Group form the basis of this work for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 22 May 2024 and must be submitted electronically via GETS. Please ensure you use the response forms provided and submit as two files - RFT Response and Pricing Schedule - excel Questions are to be submitted through GETS only and will be responded to through GETS. Please allow sufficient time to upload your submission to GETS prior to the 3pm closing time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,29315292,Request for Quotations,Open Competition,P2024-163 Civic Admin Building Storage Shed,P2024-163,20240501,20240522,20240919,Corporate,Sole Agency,No,,"REQUEST FOR QUOTE P2024-163 Civic Admin Storage Shed Tenders are requested for the above contract which involves the design and build of an approximate double garage that will be used for storage and a delivery point for goods for the Hastings District Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 15 May 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time.",Not Awarded,Procurement was rejected due to resulting lack of suitable funding,0,20250410 Hastings District Council,29471604,Request for Tenders,Closed Competition,"P2024-155 Havelock North, Te Awanga, Clifton Streams and Dams Maintenance - Stage 2",P2024-155,20240524,20240614,20240819,Assets - 3Waters,Sole Agency,No,"Only electronic submissions, submitted via GETs, will be accepted.","P2024-55 Havelock North, Te Awanga, Clifton Streams and Dams Maintenance Contract Tenders are requested for the above contract which involves Inspections and Maintenance of Havelock North, Te Awanga, and Clifton streams and dams to remove waterflow obstructions and thereby minimise flood risk, by implementing and maintain the programme of works with the ability for further responsive works as required. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Friday 14 June 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Any documents loading at 3pm will be cut off and not received.",Awarded,,0,20250410 Hastings District Council,29480851,Request for Quotations,Closed Competition,P2024-190 Puketapu Park Toilet Upgrade,P2024-190,20240527,20240619,20240701,Assets - Building Services,Sole Agency,No,,"P2024-190: Puketapu Park Toilet Upgrade - Request for Quote The public toilets at the Puketapu Park need some improvements. This highly visible and often visited site will offer a great opportunity to show your various trade skills. The work involved includes: Removal of blockwork for new doorway Drainage and plumbing installation of new basins, pans and cisterns, new connection to septic Install of new footings and multiple blockfill walls Concrete pathway to exterior of toilet block Painting to all surfaces Removal and relaying of floor tiles Supply and install gate doors, aluminium door and make new timber toilet doors with all hardware Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Tenders close at 3pm WEDNESDAY 19th JUNE and must be submitted electronically via GETS. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Hastings District Council,29950579,Request for Tenders,Open Competition,P2024-150 Haumoana Hall - Seismic Strengthening,P2024-150,20240812,20240911,20240924,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER P2024-150 Haumoana Hall Seismic Strengthening Tenders are requested for the above contract which Earthquake strengthening and associated works including installing a type 4 Fire alarm system and upgrading the accessibility of the hall for the Hastings District Council. Tender documents are available form the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY and close on Wednesday 4 September 2024 Tenders close at 3pm WEDNESDAY 11th SEPTEMBER 2024 and must be submitted electronically via GETS. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. Price and non-price information should be uploaded as separate files as per tender document page 7. File 1 - Non-Price Submission File 2 Price Submission Tender Form File 3 Price Submission - schedule of prices The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Respondents who are unable to meet all pre-conditions should conclude that they will not benefit from submitting Response.",Awarded,,0,20250410 Hastings District Council,29950686,Request for Tenders,Open Competition,P2024-160 Swansea Village Roof Replacement,P2024-160,20240813,20240904,20240913,Assets - Building Services,Sole Agency,No,,"REQUEST FOR TENDER P2024-160 Swansea Village Roof Replacement Tenders are requested for the above contract which involves the removal and replacement of 380 m2 of existing roofing that has reached its end of life. This will include the completely new re-pitching of timber framing, all flashings, spouting and any damaged downpipes. As the building is 2 stories high, Council will provide full scaffold and edge fall protection for the duration of the contract using Rocket Scaffold. We will require new ceiling insulation and roofing paper installed at the same time as iron is removed. This work will need to be carried out by a qualified carpenter according to architectural design and approved building consent drawings. The existing iron will be removed and replaced in stages. The new iron will be fixed off to all roofing specifications with all producer statements and installation warranties supplied to Hastings District Council upon completion. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. QUESTIONS ARE TO BE SUBMITTED THROUGH GETS ONLY and close at 3pm THURSDAY 29 AUGUST 2024 at 3pm TENDERS CLOSE at 3pm WEDNESDAY 4 SEPTEMBER 2024 and must be submitted electronically via GETS. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS Please use the Response form(s) provided. Price and non-price information should be uploaded as one file. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Respondents who are unable to meet all pre-conditions should conclude that they will not benefit from submitting Response.",Awarded,,0,20250410 Hastings District Council,30273190,Request for Tenders,Closed Competition,P2025-227 - Flaxmere Affordable Housing Senior Housing Development,P2025-227,20240926,20241030,20241128,Strategy & Development,Sole Agency,No,,"For the first time in 40 years, Hastings District Council is developing a 39 one and two bedroom Senior Housing complex in the Flaxmere Town Centre, Paharakeke. As part of Councils procurement strategy, your organisation was selected participate in the tender process for a design build partnership with Council. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any enquiries about this contract must be made via www.gets.govt.nz. Tenders close at 3pm Wednesday 30 October 2024 and must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm NB. Only tender submissions from tenderers pre-qualified for Prequal work group (e.g., (Road Construction) (Complexity rating Complex A)) will be considered. Please use the Response form(s) provided. The TOTAL submitted file size must not exceed 50MB, regardless of the number of files submitted. Price and non-price files should be uploaded as separate files and clearly marked as Price and Non-price. Respondents should ensure sufficient time is allowed to upload the files to GETS prior to the tender closure date and time. Respondents who are unable to meet all pre-conditions should conclude that they will not benefit from submitting Response.",Awarded,,0,20250410 Hauraki District Council,7847349,Request for Tenders,Open Competition,Waikino Water Supply Upgrade,22338,20150109,20150213,20230615,,Sole Agency,No,"Hauraki District Council, William Street, Paeroa","This is a contract for the provision of a potable water pipeline, storage reservoir, pump station and associated works, for the supply of potable water from the town of Waihi to the Waikino Village.",Not Awarded,,0,20250410 Hauraki District Council,21567252,Request for Tenders,Open Competition,Procurement of Chemicals for Water and Wastewater Treatment Plants,HDC375,20190910,20191014,20220303,,Syndicated Opportunity,No,,"Supplier/s are invited to tender for the supply and delivery of chemicals for Water and Wastewater Treatment Plants for the Hauraki District Council, Taupo District Council and Matamata Piako District Council. These Councils treatment plants are located throughout these districts, for HDC in Paeroa, Kerepehi, Waitakaruru and Waihi, for TDC in Taupo and Turangi and for MPDC in Te Aroha, Waihou, Tahuna, Morrinsville and Matamata. HDC,",Not Awarded,"No $s involved database - but contracts signed with Chemtrex, Ixom, STM, Chemiplas",0,20250410 Hauraki District Council,21577361,Request for Tenders,Open Competition,Contract No.: HDC93-01 - Kaimanawa Bulk Watermain,HDC93-01,20190911,20191004,20200603,,Sole Agency,No,,"Hauraki District Council (HDC) requires the construction of a portion of the Kaimanawa Bulk Watermain. The contract includes provision of all works to undertake and complete water pipeline construction works. The Kaimanawa bulk watermain project entails the construction of a 1400m long 280mm OD PE pipeline to be directionally drilled.",Awarded,,223382,20250410 Hauraki District Council,21732425,Request for Tenders,Open Competition,Kaimanawa Reservoir Tender,HDC93-02,20191004,20191108,20211101,,Sole Agency,No,,"The Kaimanawa Reservoir completion work includes the design and build of a 2ML(2000m3) reservoir including but not limited to: Design and build of appropriate structure to hold approx. 2ML(2000m3) of potable water, Provision of a 250mm OD inlet and outlet structure including 150mm ID scour, The reservoir to be constructed will be sited on a 35m2 platform with a maximum diameter of 25m as per the attached drawings.",Awarded,,660705,20250410 Hauraki District Council,22029796,Request for Tenders,Open Competition,HDC00093-04 Kaimanawa Reservoir Platform & Access Track,HDC00093-04,20191203,20191220,20200603,,Sole Agency,No,,"This contract is for: Kaimanawa Reservoir Access Track & Platform Hauraki District Council (HDC) require a suitably experienced construction contractor to carry out the construction of the accessway and reservoir platform. The contract works include but are not limited to: Earthworks and Vegetation clearing Drainage culverts Subsoil Drainage Pavement construction State Highway entranceway construction Fencing and Gate Reinstatement.",Awarded,,374801,20250410 Hauraki District Council,22286868,Request for Tenders,Open Competition,CON00005 - Solid Waste Disposal Tender,CON00005,20200211,20200409,20200601,,Cluster,No,,"Supplier/s are invited to tender for disposal of solid waste for the Hauraki District Council (henceforth HDC), Thames Coromandel District Council (henceforth TCDC) and Matamata Piako District Council (henceforth MPDC). HDC, TCDC and MPDC aims to responsibly dispose solid waste for their communities.",Awarded,,0,20250410 Hauraki District Council,22473247,Request for Tenders,Open Competition,HDC484 Animal and Noise Control,HDC484,20200323,20200417,20200603,,Sole Agency,No,,This contract involves animal control and noise investigation and control of noise related complaints within the urban and rural area of Hauraki District.,Awarded,,845131,20250410 Hauraki District Council,22881067,Request for Quotations,Open Competition,OPEX00009 - HDC Supplier Panel Contract,OPEX00009,20200626,20200723,20220303,,Sole Agency,No,,"This Request for Quotation (RFQ) is an invitation to suitable suppliers to register on a Supplier Panel Contract - Civil construction equipment, qualified operators, machinery and maintenance hire. The Supplier Panel Contract for civil construction equipment, qualified operators, machinery and maintenance hire is to establish a pre-approved supplier database. By going through this process, HDC will verify which suppliers are capable of delivering a specific service. HDC will agree the terms and conditions with each supplier for the supply of civil construction equipment, machinery, qualified operators, hourly rates, and the pricing mechanism. Once the panel is established, HDC can select an appropriate supplier from the panel each time a project needs to be delivered through a secondary procurement process.",Not Awarded,Database so no-one was awarded a tender.,0,20250410 Hauraki District Council,22982414,Request for Tenders,Open Competition,HDC00356 - Ngatea Town Centre Upgrade Stage 2,HDC00356,20200721,20200806,20200903,,Sole Agency,No,,"This contract is for the construction of the Town Centre Upgrade within the CBD of Ngatea Township. The works include the following: Reconstruction of footpaths and pedestrian facilities on both sides of State Highway 2 between Pipiroa Road and Kaihere Road in Ngatea. This contract contains two separable portions. Separable Portion 1: SH2 (Orchard West Road) Footpath and Drainage including pedestrian facilities and landscaping (0-82m) Separable Portion 2: Off-Street Carpark (Provisional Works) Contract Works shall comprise the works described within the various Contract Documents including without limitation: Traffic management Community and Stakeholder liaison Minor Earthworks for cut to waste Stormwater drainage Footpath construction Traffic services Pedestrian facilities Landscaping",Awarded,,881206,20250410 Hauraki District Council,23127564,Request for Tenders,Open Competition,CONTRACT NO. HDC000045/01 - Taylor Ave Wastewater Catchment Remediation,CONTRACT NO. HDC000045/01,20200818,20200915,20201005,,Sole Agency,No,,"This contract is for the renewal of approximately 1.2 kilometres of the wastewater network within the Taylor Ave Wastewater Catchment in Paeroa using trenchless relining methods including the sealing of lateral connections to the wastewater network. The work includes approximately 8 spot repairs, construction of manholes and various manhole repairs It is anticipated that the Contract Works will commence on Monday, 5 October 2020 and that the Contractor will complete the Works by Monday, 15 January 2021.",Awarded,,410628,20250410 Hauraki District Council,23890159,Request for Tenders,Open Competition,Hot Springs and Karito Canals Stop Bank Improvements,HDC123,20210125,20210304,20210420,,Syndicated Opportunity,No,,"Contractors are invited to submit a tender for the reconstruction and raising of stop banks along both the Hot Springs Canal and Karito Canal. These canals form part of the Western Plains District Drainage (WPDD) network within the Hauraki District. Both canals are located between Waitakaruru and Miranda and can be accessed off Front Miranda Road. The scope of works includes: Reconstruction of the Hot Springs Canal left stopbank; Raising of the Hot Springs Canal right stopbank; Raising of the Karito Canal stopbanks on both sides. The contract works include: Earthworks Supply and carting material Temporary works Site reinstatement Quality assurance and materials testing Environmental management Traffic management (at site access)",Awarded,,0,20250410 Hauraki District Council,23898358,Request for Tenders,Open Competition,Excavation of Foreshore Stopbank Silt Trap,HDC125,20210126,20210304,20211027,,Sole Agency,No,,"The western foreshore of the Firth of Thames consists of a low lying mudflat and mangrove covered coastline. Spring tides encroach to close proximity of a formal stopbank that forms the physical boundary between farmed pasture and coastal environment. The existing stopbanks have been formed by dredging the mudflat area within reach of the stopbank, in conjunction with drain spoil from the landward side of the stopbank. The stopbank structure and foundation of soft marine clays consolidate over time, and require bulking and restoring. This will restore protection under conditions of high seas. As part of the ongoing management of the Miranda-Waitakaruru Foreshore Stopbank system, the following contract works are required.",Awarded,,190500,20250410 Hauraki District Council,23961050,Request for Tenders,Open Competition,HDC Desludging Contract,HDC442,20210210,20210308,20210408,,Sole Agency,No,,"Hauraki District Council (HDC) operates seven pond-based Wastewater Treatment Plants (WWTP). These plants service over 6,000 properties. Sludge buildup in some of the ponds have reached a level where it may affect plant performance and impact on consent compliance. To improve the effluent quality and reduce the risk of non-compliance, Council intends to desludge the oxidation ponds at four of the WWTPs: Waihi, Ngatea, Kerepehi and Turua.",Awarded,,1998208,20250410 Hauraki District Council,24181285,Request for Tenders,Open Competition,Contract No. 8001_002 - Maintenance and Renewal of Streetlighting 2021-24,Contract 8001_002,20210408,20210512,20210611,,Sole Agency,No,,"This contract is for routine and emergency maintenance and renewal of streetlighting on the Hauraki District Councils roading network. It also includes maintenance of New Zealand Transport Agency urban streetlighting assets located within the 50 to 70 km/hr speed zones, including pedestrian crossings. The contract includes: a. Providing cost effective streetlighting and associated facilities maintenance within the network. b. Providing appropriate resources to respond to incidents (crashes, initial response to storm damage etc) that may occur within the network. Note to contractors Matamata-Piako District Council and Hauraki District Council tender documents are very similar but there are some differences. Please ensure you read the documents carefully before uploading your tender submission to GETS.",Awarded,,555876,20250410 Hauraki District Council,24183954,Request for Tenders,Open Competition,HDC00438 Wastewater Pumpstation Electrical Upgrades,,20210408,20210429,20210517,,Sole Agency,No,,"Hauraki District Council (HDC) requires the services of an experienced contractor for the upgrades of 17 Wastewater Pumpstations Electrical switchboards and cabinets. The project scope is for design and installation of electrical components at wastewater pumpstations (full switchboard and cabinet replacement) and connect to SCADA. The scope of services will include the: 1. Design of electrical components 2. Design of replacement cabinets 3. Installation all components and cabinets 4. Installation of multismart meters (supplied) 5. Quality assurance and reporting 6. Health and Safety 7. Traffic management (where applicable) Tenders close at 4:00pm Thursday 29 April 2021",Awarded,,490194,20250410 Hauraki District Council,24251882,Request for Tenders,Open Competition,Bridge Structural Repair Physical Works Contract,HC1018_001,20210429,20210525,20210706,,Sole Agency,No,,"The extent of works is for the supply of all plant, labour, material, sub-trades and incidentals necessary for the construction as shown on the construction drawings and as described in the Specifications. The works involved in this Contract include, but is not limited to: Traffic Control; Repair to existing scour protection; Culvert invert lining; Concrete repairs; Timber retaining wall; Compliance with all Resource Consent Conditions.",Awarded,,373309,20250410 Hauraki District Council,24731875,Request for Quotations,Open Competition,HDC OPEX00013 Temporary Traffic Management Services,,20210827,20210916,20211129,,Sole Agency,No,,"HDC OPEX00013 Temporary Traffic ManagementServices The Contract for Temporary Traffic Management Services is to engage a supplier to implement temporary traffic management for various operations and work sites on a regular basis. The supply of Temporary Traffic Management Services includes but is not entirely limited to: ? Installation and monitoring of generic Traffic Management Plans (TMPs) ? Traffic management of multiple worksites on a daily basis ? Installation and monitoring of Site Specific TMPs ? On call after hours traffic management ? Temporary Traffic Management (TTM) equipment hire ? Qualified personnel hire ? TMP design and corridor access request (CAR) Tenders must be submitted electronically to the nominated GETs tenderbox. No hard copy or email tenders will be considered. Tenders must be submitted in two parts; ? Electronic Tender Box 1 - (Non-Priced Attributes) ? Electronic Tender Box 2 - Price (including tender form) Tenders close with GETs at 4pm on Thursday 16 September 2021",Awarded,,348148,20250410 Hauraki District Council,24778043,Request for Tenders,Open Competition,HDC8002_001 Reactive Maintenance and Minor Works Services,8002_001,20210908,20210930,20211129,,Sole Agency,No,,"Hauraki District Council (HDC) requires a contractor to provide reactive maintenance and small project services to Councils in-house Construction and Maintenance team (C&M). The services are generally required in the form of excavator and labour hire to support the C&M team providing water, wastewater and stormwater reticulation services. HDC aims to provide a high quality, prompt and efficient service for day-to-day reactive repairs and an effective emergency repair out-of-hours service. The contract works will be those arising from Council staff request usually from the C&M reticulation team providing water, wastewater and stormwater services. The servicing of equipment, maintenance of gardens and landscaped areas and traffic management is excluded from this contract. The scope of the contract includes: ? 24 hour/After Hours response service ? H&S management ? Environmental management ? Reporting ? Programming ? Minor Earthworks ? Minor Works ? Supply and carting of material ? Site reinstatement ? Excavator, truck and operator hire ? Temporary works ? Emergency Works",Awarded,,538814,20250410 Hauraki District Council,25004418,Request for Tenders,Open Competition,Waihi Beach Road Pavement Rehabilitation RP 1.29km to 2.183km,HDC 1016_013,20211026,20211119,20220308,,All of Government,No,,,Not Awarded,No responses received,0,20250410 Hauraki District Council,25044845,Request for Tenders,Open Competition,Ngatea North Subdivision - Preloading,HDC 1166_001/01,20211103,20211126,20211223,,All of Government,No,,"The Principal is looking for a Tenderer who will: 1. Provide value for money and price certainty in the procurement and construction of this project 2. Implement proactive strategies to enable the Contract Works timely completion. 3. Provide a high-quality finished product 4. Proactively work with HDC during construction to manage changes in design. Tenderers should demonstrate in their submissions that they understand the requirements of the Tender Documents. They should also show that they can provide the necessary resources and commitment to successfully complete the Contract Works to meet the above expectations.",Awarded,"Thank you to those who submitted responses. Gleeson Civil Limited were awarded tender as all other tenders were non-conforming. Emails have gone out to those involved.",1598669,20250410 Hauraki District Council,25322085,Request for Tenders,Open Competition,HDC 1094_002 Wellington Street Pumpstation Upgrade,HDC 1094_002,20220119,20220209,20230331,,All of Government,No,,"The scope of services will includes the: 1. Design of pumpstation wetwell 2. Design of pumpstation valve chamber 3. Installation all components and cabinets 4. Installation of Flygt pumps (supplied) 5. Quality assurance and reporting 6. Health and Safety 7. Traffic management (where applicable)",Awarded,,410000,20250410 Hauraki District Council,25330144,Request for Proposals,Open Competition,HDC 1015_006 Pukekauri Culverts Replacement,HDC1015_006,20220121,20220221,20220318,,All of Government,No,,"Two culverts located on 251 and 254 Pukekauri Road have collapsed or are on the verge of collapsing. Both culverts are located on unnamed streams which flows into the Ohinemuri River. Pukekauri Road Culvert 251 RP 3620 This culvert is approximately 900mm in diameter and 15 m long with 1800mm drop at the outlet. The stream had an average depth of 80mm to 90mm and average wetted width of 0.54m to 0.60m. Pukekauri Road Culvert 254 RP 2991 This culvert is approximately 1200mm in diameter and 21 m long with a 500mm drop at the outlet. The stream had an average depth of 180mmm to 200mm and average wetted width of 510mm to 740mm. This project is for the replacement of both culverts.",Not Awarded,,0,20250410 Hauraki District Council,25346921,Request for Tenders,Open Competition,HDC 1051_001 Karangahake to Paeroa Wastewater Line - Scour System: Design and Build Contract,HDC 1051_001,20220128,20220225,20220830,,All of Government,No,,"This contract is for the design, supply and construction of the pumpstation and all associated ancillary mechanical, electrical and civil works for the Karangahake to Paeroa Wastewater Line - Scour System. The site is located in the HDC Karangahake reserve, State Highway 2, Karangahake Gorge. The scope of services will includes the: 1. Design of Scour pumpstation 2. Design of Raw Water Scour Tank 3. Design Desired Tank Filling Option 4. Installation all components and cabinets 5. Installation of the pumps 6. Quality assurance and reporting 7. Health and Safety 8. Traffic management (where applicable)",Not Awarded,No responses received.,0,20250410 Hauraki District Council,25381593,Request for Proposals,Closed Competition,HDC_CON479 Provision of Waste Services_Eastern Waikato,HDC-CON479,20220204,20220408,20220916,,All of Government,No,,"This RFP is issued jointly by Hauraki District Council (HDC), Matamata-Piako District Council (MPDC), Thames-Coromandel District Council (TCDC) for the provision of waste services including kerbside collections and end processing, provision of transportation bins and bulk haulage. There will be three separate contracts prepared with one per Council for the scope of services covered by this RFP. The Services include: For HDC: Separable Portion 1 - Collection Services for Refuse, Recycling, Glass and Organic. Please note HDC expect all HDC collection material to be taken to a HDC refuse transfer station then bulk hauled to the nominated facility. Separable Portion 2 Provision of transportation bins and bulk haulage of materials (collection materials and RTS materials) from all HDC refuse transfer stations to nominated facilities. Separable Portion 3 Provision of processing services for collection materials and materials from refuse transfer station facilities. For MPDC: Separable Portion 1- Collection Services for Refuse, Recycling, Glass and Organic including processing at nominated facilities. Please note for MPDC the provision of organic collections is subject to Council approval, so different options are included within the pricing schedule. Separable Portion 2 Provision of transportation bins and bulk haulage of materials from refuse transfer stations to nominated facilities for refuse transfer station materials only. Please note MPDC do not want any collection materials taken to MPDC refuse transfer stations. For TCDC: Separable Portion 1 - Collection Services for Refuse, Recycling, Glass and Organic including processing at nominated facilities. Please note for TCDC the provision of organic collections is subject to Council approval, so different options are included within the pricing schedule. Separable Portion 2 - full management and operation of all seven refuse transfer stations, including the Moloks at Matarangi and Pauanui RTSs, five mobile refuse compactors, provisions of transportation bins and bulk haulage of materials from transfer stations to nominated facilities, including different options for the provision of kiosk and weighbridge services. Liaison with Community Groups providing Resource Recovery Centres at or near Refuse Transfer Station sites",Awarded,,0,20250410 Hauraki District Council,25487181,Request for Tenders,Open Competition,HDC 1051_001 Karangahake to Paeroa Wastewater Line - Scour System: Design and Build Contract,1051_001,20220301,20220405,20220905,,Sole Agency,No,,"This contract is for the design, supply and construction of the pumpstation and all associated ancillary mechanical, electrical and civil works for the Karangahake to Paeroa Wastewater Line - Scour System. The site is located in the HDC Karangahake reserve, State Highway 2, Karangahake Gorge. The scope of services will includes the: 1. Design of Scour pumpstation 2. Design of Raw Water Scour Tank 3. Design Desired Tank Filling Option 4. Installation all components and cabinets 5. Installation of the pumps 6. Quality assurance and reporting 7. Health and Safety 8. Traffic management (where applicable)",Not Awarded,No winning responses were received.,0,20250410 Hauraki District Council,25521242,Request for Tenders,Open Competition,HDC 00045_02 Paeroa Wastewater Trunk Main Remediation,HDC 00045_02,20220310,20220412,20220817,,All of Government,No,,"This contract is for the renewal of approximately 1.9 kilometres of the trunk wastewater network in Paeroa using trenchless renewal methods including the Fully Trenchless Lining (1.7Km) and Partially Trenchless Pipe Bursting (0.2Km). The work includes undertaking minor repairs to the trunk mains prior to lining, installation of trenchless spot repairs, sealing of lateral connections and various manhole repairs. An alternative option to supply and install Fully Trenchless Lining in place of the Pipe Bursting can be provided (reference Separable Portion A & B) as long as a preliminary liner design is completed by the tenderer, at the tenderers cost prior to submitting a tender, that confirms that the liner will meet with the design requirements and minimum effective pipe diameter.",Awarded,,0,20250410 Hauraki District Council,25572439,Request for Proposals,Open Competition,1287_001 - Comprehensive Stormwater Discharge Consents,1287_001,20220405,20220505,20220916,,Sole Agency,No,,"Hauraki District Council (Council) is required to renew its existing four stormwater discharge consents for the Plains Area, Paeroa, Whiritoa and Waihi. In addition, a new stormwater consent is required for the Kaiaua area. As such, Council is seeking to appoint a suitably qualified professional services provider who will take responsibility for the delivery of the renewal consents and the new consent including supporting documentation that are required to be lodged with Waikato Regional Council, firstly for an extension to the existing consents six months prior to expiry, and secondly full lodgement by 1 April 2023 (indicative).",Not Awarded,No responses received. See RFx id 25758984 for second attempt to tender.,0,20250410 Hauraki District Council,25743379,Request for Tenders,Open Competition,HDC 1016-012 Hauraki Rd Pavement rehabilitation,1016-012,20220502,20220613,20220726,,Sole Agency,No,,"This contract is for Hauraki Road Pavement Rehabilitation. Hauraki District Council require a suitably experienced construction contractor to carry out the upgrade and new works utilizing NZS 3910:2013. The contract works include but are not limited to: - Pavement works including stabilisation - Earthworks - Pavement surfacing - Pavement road marking and installation of signage, EMP's and RRPM's",Awarded,,607000,20250410 Hauraki District Council,25758984,Request for Proposals,Open Competition,1287_001 - Comprehensive Stormwater Discharge Consents,1287_001,20220505,20220513,20220608,,Sole Agency,No,,"**New RFX 25758984 created to extend date of existing RFx 25572439 to 4pm on 13/5/22** Hauraki District Council (Council) is required to renew its existing four stormwater discharge consents for the Plains Area, Paeroa, Whiritoa and Waihi. In addition, a new stormwater consent is required for the Kaiaua area. As such, Council is seeking to appoint a suitably qualified professional services provider who will take responsibility for the delivery of the renewal consents and the new consent including supporting documentation that are required to be lodged with Waikato Regional Council, firstly for an extension to the existing consents six months prior to expiry, and secondly full lodgement by 1 April 2023 (indicative).",Awarded,,675000,20250410 Hauraki District Council,25768819,Request for Proposals,Open Competition,Hauraki District Council Project Management Preferred Supplier Panel,,20220510,20220608,20220725,,Sole Agency,No,,"Hauraki District Council wishes to establish a preferred supplier panel of project management consultants with specialist expertise in the three waters, land transport and property, parks and recreation, and change management disciplines whom can be called on to work with the HDC project management team to deliver projects on behalf of its internal clients (asset and activity managers).",Awarded,,0,20250410 Hauraki District Council,25800802,Request for Tenders,Open Competition,HDC 1015-002 - Replacement of Mahuta Rd North Bridge No.2,1015-002,20220517,20220628,20220901,,Sole Agency,No,,"Contract HDC 1015-002 is for the replacement of Mahuta Rd North bridge No. 2. Hauraki District Council (HDC) invites suitably qualified and experienced contractors to tender to construct a replacement bridge and approach pavement. The one-lane bridge is approximately 25m long and will serve as a crossing over the Waitakaruru Canal for vehicles utilising Mahuta Road.",Awarded,,1163000,20250410 Hauraki District Council,25997801,Request for Proposals,Open Competition,HDC 1299_001 and New ramp access for Ngatea Pool,HDC 1299_001,20220701,20220726,20220817,,All of Government,No,,"This RFP is issued by Hauraki District Council, for the design and construction of a ramp access for the public swimming pool in Ngatea. There are two pools in Ngatea, located within the Hugh Hayward Domain. The main pool is about 32 meters long and it also has a small learners pool. This project is for design and construction of a permanent ramp access for the main pool. The ramp for the Ngatea swimming pool will lead from the poolside into the pool for access to the water.",Not Awarded,No responses received for this RFP.,0,20250410 Hauraki District Council,26043802,Request for Proposals,Open Competition,HDC 1166_001 Ngatea North Subdivision - Stage 4 Professional Services RFP,116_001,20220713,20220809,20220908,,All of Government,No,,"This RFP is issued by Hauraki District Council, for procurement of professional services to: o Develop a procurement plan for the procurement of a civil contractor to construct all three waters, roading works, street lighting, power, telecommunications infrastructure and street landscaping for HDCs 52 lot subdivision in north Ngatea. o Prepare a full suite of tender documents including a standard NZS3910:2013 contract conditions, basis of payment, risk register and project specification. o Manage the tender process from RFT through to evaluation and preferred tenderer selection, contract award and debriefs with unsuccessful tenderers. o There is the potential for the scope of professional services covered by this RFP to be increased to include contract management and MSQA during the construction period.",Awarded,,124303,20250410 Hauraki District Council,26117747,Request for Proposals,Open Competition,HDC 1299_001 and New ramp access for Ngatea Pool (extended deadline),HDC 1299_001,20220801,20220812,20220817,,All of Government,No,,"**This is an extension of the close date of the previous RFP** Closing date now 12/8/22 @ 4pm. This RFP is issued by Hauraki District Council, for the design and construction of a ramp access for the public swimming pool in Ngatea. There are two pools in Ngatea, located within the Hugh Hayward Domain. The main pool is about 32 meters long and it also has a small learners pool. This project is for design and construction of a permanent ramp access for the main pool. The ramp for the Ngatea swimming pool will lead from the poolside into the pool for access to the water.",Not Awarded,No responses received for this RFP.,0,20250410 Hauraki District Council,26118806,Request for Tenders,Open Competition,HDC - 1017_002.1 Annual Resurfacing Contract 2022/23 & 2023/24,1017_002,20220801,20220826,20220928,,All of Government,No,,"Hauraki District Council requires a suitably experienced road surfacing contractor to carry out resurfacing of their roading network over the next two years. The Contract Works include extensive chip-seal resurfacing, some asphaltic concrete resurfacing (excluding separable portion 2), temporary traffic management suitable for low and high volume rural and urban roads, pavement road marking and reinstatement of signage, Edge Marker Posts (EMPs) and Reflective Raised Pavement Markers (RRPMs).",Awarded,,0,20250410 Hauraki District Council,26211201,Request for Tenders,Closed Competition,HDC -1339_001 - Paeroa WWTP Inlet Works,HDC - 1263_001,20220824,20220921,20230227,,All of Government,No,,"Hauraki District Council (HDC) wishes to upgrade the existing Paeroa wastewater treatment plant (WwTP) to cater for predicted population growth in the region over the next 30 years. The biological plant upgrades will be implemented in stages over the next few years. However, the existing inlet screen has reached the end of its useful life and requires replacement prior to the implementation of the major upgrade. The new inlet works must be capable of meeting the current demands for the existing treatment process, while also treating influent to the required standard for future integration with the upgraded plant. This request for proposal is for the design and supply of in-tank inlet screens and grit and fat, oil and grease (FOG) removal system. HDC are looking for two options: Option 1: Two treatment trains of screen, and grit and FOG removal with a capacity of 213 L/s (duty / duty configuration), plus an emergency bypass screen of full capacity (426 L/s). Option 2: Two treatment trains of screen, and grit and FOG removal with a capacity of 426 L/s (duty / standby configuration), plus an emergency bypass screen of full capacity (426 L/s). The overall inlet upgrade works includes other works such as re-routing an existing rising main, a stone trap channel, and the inlet works overflow channels into the existing ponds. These civil works are carried out by the Installation Contractor (third party). The Supplier (this contract) will work with the Installation Contractor to deliver the complete inlet works upgrade.",Awarded,,0,20250410 Hauraki District Council,26487800,Request for Proposals,Closed Competition,HDC - 1339_001 - Paeroa WWTP - Inlet Works,1339_001,20221018,20221025,20221222,Project Management,Sole Agency,No,,"Hauraki District Council (HDC) wishes to upgrade the existing Paeroa wastewater treatment plant (WwTP) to cater for predicted population growth in the region over the next 30 years. The biological plant upgrades will be implemented in stages over the next few years. However, the existing inlet screen has reached the end of its useful life and requires replacement prior to the implementation of the major upgrade. The new inlet works must be capable of meeting the current demands for the existing treatment process, while also treating influent to the required standard for future integration with the upgraded plant. This request for proposal is for the design and supply of in-tank inlet screens and grit and fat, oil and grease (FOG) removal system. HDC are looking for two options: Option 1: Two treatment trains of screen, and grit and FOG removal with a capacity of 213 L/s (duty / duty configuration), plus an emergency bypass screen of full capacity (426 L/s). Option 2: Two treatment trains of screen, and grit and FOG removal with a capacity of 426 L/s (duty / standby configuration), plus an emergency bypass screen of full capacity (426 L/s). The overall inlet upgrade works includes other works such as re-routing an existing rising main, a stone trap channel, and the inlet works overflow channels into the existing ponds. These civil works are carried out by the Installation Contractor (third party). The Supplier (this contract) will work with the Installation Contractor to deliver the complete inlet works upgrade.",Awarded,,650200,20250410 Hauraki District Council,26642717,Request for Tenders,Open Competition,HDC 1018_001 - 2022/23 BRIDGE STRUCTURAL REPAIR PHYSICAL WORKS CONTRACT,1018_001,20221117,20221212,20230117,Project Management,Sole Agency,No,,The contract scope is to undertake structural repairs and maintenance on a number of bridges in the Hauraki District.,Awarded,,398322,20250410 Hauraki District Council,26653821,Request for Quotations,Open Competition,HDC 1280_001 Procurement of Raw Watermain Pipes and Fittings,1280_001,20221122,20221202,20221212,,Sole Agency,No,,The following RFQ is to procure raw water materials for the Kerepehi Raw Water which stretches from the Waihou River to the Kerepehi Water Treatment Plant.,Awarded,,1786745,20250410 Hauraki District Council,26700296,Request for Tenders,Open Competition,Hauraki District Council Road Maintenance Contract,Various,20221208,20230209,20230331,Project Management,Sole Agency,No,,"Hauraki District Council (HDC) are inviting tenders from suitably qualified and experienced road construction companies wishing to bid for HDC's Contract CON483 - Road Maintenance Contract. Only companies that hold current Waka Kotahi Prequalification to 1B (Routine Works) and 2C (surfacing) or can provide a suitably qualified subcontractor for surfacing, will be eligible to bid for these works. The initial tenure will be 5 years with a possible contract extension 2 years provided for. The Contract will use NZS 3917 General Conditions of Contract to deliver Councils road network maintenance activities, incorporating both measure and value and performance-based items. The Contract will also deliver some asset renewals and some minor capital projects. The Council's procurement process is planned to commence in December 2022 and close in early February, allowing for a two-week break where no communication will be allowed over the Christmas period. The contract is expected to commence in July 2023. HDC's road network consists of: 506km of sealed roads, 114km of unsealed roads and 163 bridges and major culverts. The key outcomes for this contract are a safe and functional roading network that is well maintained in a cost-effective manner.",Awarded,,24452151,20250410 Hauraki District Council,26862170,Request for Tenders,Open Competition,HDC 1117_002 - WPDD Maukoro Canal Stopbank Increase,1117_002,20230126,20230228,20230331,Project Management,Sole Agency,No,,"Contractors are invited to submit a tender for the reconstruction and raising of stopbanks along Canal West Road. These canals form part of the Western Plains District Drainage (WPDD) network within the Hauraki District. The scope of works includes: Reconstruction of a 2700m length of the Canal West Road stopbank; The contract works include: Earthworks, Loading and carting material, Temporary works, Site reinstatement, Quality assurance and materials testing, Environmental management, Traffic management (at site access).",Awarded,,380000,20250410 Hauraki District Council,27047218,Request for Proposals,Open Competition,HDC23-011 Animal and Noise Control Services,HDC23-011,20230307,20230417,20230515,Environmental Management,Sole Agency,No,,"Hauraki District Council is looking for contractor who have the capability, experience and resources to promptly deal with control of dogs, wandering stock and the control of noise within the boundaries of Hauraki District and for the warden duties required to implement the Whiritoa beach dog control and nuisance bylaws and can offer this service with a smile to the Hauraki community. They need to have a good track record in both animal and noise control services. Hauraki District Council is interested in a service that may also deliver broader outcomes such as social, economic, environmental and cultural aspects. It is expected that the contractor will have effective networks and strong relationships within their local community. Value for money we are seeking a contractor who operates on a no surprises financial management and reporting strategy and can efficiently deliver high quality work on time. Trustworthy people with integrity The dedicated team will have access to significant information that is commercially sensitive, e.g. personal information. Integrity and confidentiality are must haves. Wellbeing, health and safety are of primary significance to HDC. Its therefore vital this is a shared value to those we engage with. This is an exceptional opportunity to work alongside HDC staff and in the local community. The successful contractor will add this key contract to their portfolio of experience. The successful contractor can expect to leverage this contract work and services to future develop their people, track record and position themselves for future contracts. The approved contractor will be critical in helping to deliver these works and services and be big a part of our community. You will work alongside other dedicated and experienced HDC staff to deliver a varied and challenging works. You will become a core part of our team.",Awarded,,872561,20250410 Hauraki District Council,27062476,Request for Quotations,Open Competition,HDC23-022 Waste Disposal Services,HDC23-022,20230309,20230405,20230601,Service Delivery,Sole Agency,No,,"This RFQ is issued by the Eastern Waikato Councils (Hauraki District Council, Matamata-Piako District Council, Thames Coromandel District Council). This is a joint procurement for the provision of waste disposal services. There will be three separate contracts prepared with one per Council for the services covered by this RFQ. This procurement is solely for the disposal of waste from Councils kerbside refuse collection service and Refuse Transfer Station (RTS) waste. Council requires a consented facility that has the capacity to cater for the full quantity of tonnages over the contract term. The opening hours of the nominated facility need to be suitable to cater for Councils Waste Services Contracts which cover the collection of waste from the kerbside and Refuse Transfer Stations, and transportation to the final disposal location(s), and biosolids from the wastewater treatment plants for HDC and TCDC. Transportation to the proposed waste disposal facility is excluded from the scope of this contract as this is within the Waste Services Contracts.",Awarded,,0,20250410 Hauraki District Council,27069836,Request for Tenders,Open Competition,1166_001 NGATEA NORTH STAGE 4 SUBDIVISION - CIVIL WORKS,1166_001,20230310,20230428,20230803,,Sole Agency,No,,"Ngatea North Stage 4 is the fourth and final stage of land development undertaken by Hauraki District Council, wherein 5.3 ha of land in Ngatea North is being developed into 52 lots for construction of residential homes. This RFT is for the civil works since three waters, roading detailed design including street lighting, power and telecommunications design have been completed. All necessary consent applications have been granted. Landscape and playground design has also been completed.",Awarded,,3025184,20250410 Hauraki District Council,27087102,Request for Proposals,Open Competition,HDC23-023 Kerepehi WTP raw water tanks 2022/23,HDC23-023,20230315,20230428,20230802,Project Management,Sole Agency,No,,"Hauraki District Council (HDC) requires the services of an experienced contractor for the design, supply, installation and commissioning of the following 1. Design & Build of two (2) raw water storage tanks with approximate 2000m3 capacity (diameter of 18m by 9m high) at the Kerepehi Water treatment plant 2. Design and construct above ground connection pipework, complete with shut-off valves, from Raw water supply main to new storage tanks and treatment plant 3. Design and construct scour/overflow chamber with connection to land drainage or stormwater network 4. Install chemical dosing pipework connections into new raw water main.",Awarded,,2403081,20250410 Hauraki District Council,27153867,Request for Proposals,Closed Competition,1263_001 Design and Construction RFP For Paeroa WWTP,1263_001,20230329,20230705,20240223,Service Delivery,Sole Agency,No,,"Hauraki District Council (HDC) are in the process of upgrading the existing Paeroa WWTP and are seeking respondents from capable and experienced contractors to undertake the design and construction of the works. The existing wastewater treatment plant is located at Irwin Road, Paeroa and services a population of 4,630 people. It consists of an inlet screen followed by three oxidation ponds, slag filter beds and UV disinfection before discharging to the Komata stream which drains into the Waihou River. The existing plant needs to be upgraded for the following reasons: ? Increase in capacity due to population growth, ? Stricter discharge quality, and ? Flexibility to connect nearby towns/communities in future. HDC has elected to procure the project through a design and construct delivery method (NZS3916). This procurement follows the recently issued ROI.",Awarded,,35000000,20250410 Hauraki District Council,27232692,Request for Proposals,Closed Competition,1272_001 Waihi Water Treatement Plant Secondary Membrane,1272_001,20230412,20230512,20230607,Service Delivery,Sole Agency,No,,D&C tender for the provision of a secondary membrane at the Waihi Water Treatement Plant,Awarded,contract awarded based on negotiations with sole supplier invited to tender.,3000000,20250410 Hauraki District Council,27640674,Request for Tenders,Open Competition,HDC8002_001.1 Reactive Maintenance and Civil Works,8002_001,20230703,20230803,20231204,Project Management,Sole Agency,No,,"Hauraki District Council is seeking tenders for contract HDC 8002_001.1 Reactive Maintenance and Civil Works. This contract is for the provision of plant and labour services to support Councils in-house Works Team providing water, wastewater and stormwater reticulation services and civil project works. The successful contractor will provide the resources and commitment to complete various planned maintenance works, civil projects, provide after hours on call services and attend emergency events. The scope of the contract includes: 24 hour/After Hours response service H&S management Environmental management Reporting Programming Minor Earthworks Civil Project Works Cemetery maintenance and burials Supply and carting of material Site reinstatement Excavator, truck and operator hire Temporary works Emergency Works",Awarded,,3489636,20250410 Hauraki District Council,27770077,Request for Proposals,Closed Competition,8100_080 - Plains Adaptation Plan Professional Services,8100_080,20230726,20230824,20231109,Project Management,Sole Agency,No,,"Hauraki District Council is seeking to engage professional services to perform a project advisory role in the development of a Hauraki Plains Adaptation Plan using the Ministry for the Environment (MfE) guidance on Coastal Hazards and Climate Change with a Dynamic Adaptive Pathway Planning (DAPP) approach being used. A suitably experienced organisation and personnel is needed with expertise in climate change and hazard identification, adaptation planning and skills engaging & liaising across agencies, Iwi and with the community.",Awarded,,600000,20250410 Hauraki District Council,27813123,Request for Proposals,Open Competition,8100_073 HDC Security Contract Renewal,8100_073,20230802,20230828,20231025,Community Services,Sole Agency,No,,"This Request for Proposal relates to the provision of Security Services across the Hauraki District for Council offices, depots, properties, facilities, and halls. Previously these have been provided by an external contractor. Going forward we wish to award the contract to one suitability experienced contractor that can continue to provide these services within the Hauraki District. The services provided for within this contract includes (but is not limited to) the response to alarm activations, security patrols 24 hours a day, 7 days a week as well as the contractor being available for ad hoc work for static guarding. The key outcomes we want to achieve through awarding this contract are: value for Hauraki District Council key stakeholders; continuity of service offering; optimum value and benefit consistent with HDC strategic objectives; Timely, accurate and effective response to call outs; Safe operating procedures; Appropriate mitigation and management of risks.",Awarded,,179570,20250410 Hauraki District Council,28045267,Request for Tenders,Open Competition,1280_002 Kerepehi Bulk Raw Watermain,1280_002,20230906,20231013,20231206,Project Management,All of Government,No,,Construction based Project: Construction phase only,Awarded,,1285000,20250410 Hauraki District Council,28080383,Request for Quotations,Closed Competition,HDC23-024 Paeroa Consignment Stock,HDC23-024,20230918,20231004,20240430,Service Delivery,Sole Agency,No,,"Suppliers are invited to tender for the service and supply of consignment goods for Hauraki District Councils Paeroa depot. The range of products will include water fittings products, being drinking water, wastewater and stormwater products. Consignment stock meaning an inventory of goods, materials or spare parts that are held, by agreement with the supplier, in the possession of the buyer. Whilst the goods are in the physical custody of the buyer, they remain the property of the supplier and are paid for as the buyer issues them. The Consignment stock will be required on a sale or return basis. Supplier will be required to managed inventory extends the concept in that the supplier not only supplies the inventory but also manages the stock levels.",Awarded,,667340,20250410 Hauraki District Council,28266133,Request for Quotations,Open Competition,1256_001 Depot Centralisation - Depot Building for Removal,1256_001,20231011,20231025,20240109,Project Management,Sole Agency,No,,"We are in the process of centralising our Depot work sites across the Hauraki District. Part of this work is based in the Ngatea Township where we are re-organising Ngatea Depot into a satellite site for our works team, and building a new recycling and green waste drop off centre. In order to facilitate this transition, we need to remove the existing Depot Building from site. We are looking for a contractor who is interested in purchasing the building and transporting it off site. The building is currently empty and ready for removal from site. It is of a solid construction, having been transported to site previously from the Wharf in nearby Thames, and made from wood and sheet metal. This is a unique opportunity for the successful contractor to work closely with Hauraki District Council. We are looking for a unique solution and contractor. This commercial building is of solid build with an area of 250.4 m? and we think it is the perfect candidate for re-sale and re-purposing.",Not Awarded,no responses received,0,20250410 Hauraki District Council,28397860,Request for Proposals,Open Competition,HDC001030_001 Watermain Renewals District Wide,1030_001,20231106,20231208,20240131,Project Management,Sole Agency,No,,"Hauraki District Council (HDC) requires the services of an experienced contractor for the construction of new watermain pipelines in eight different locations throughout the Hauraki District. The contract includes provision of all works to undertake and complete the upgrade of the below mentioned watermains, disconnection of the redundant mains and connection to existing mains and private dwellings. Coronation Street Thames Road Kerepehi SH25 Pipiroa Canal W to E Road Opua Road Wood Steet Hauraki Road",Awarded,31st of January via council resolution M3556430,1260000,20250410 Hauraki District Council,28508956,Request for Tenders,Open Competition,HDC 1016-011 Pukekauri Road Pavement Rehabilitation RP 0.00km to 1.100km,1016_011,20231123,20231222,20240130,Project Management,Sole Agency,No,,"This contract is for Pukekauri Road Pavement Rehabilitation between RP 0.00 to 1100m. Hauraki District Council require a suitably experienced construction contractor to carry out the upgrade and new works utilising NZS 3910:2013. The contract works include but are not limited to: Pavement works including stabilisation , Earthworks, Pavement surfacing, Drainage works, Pavement road marking and installation of signage, EMPs and RRPMs.",Awarded,,898731,20250410 Hauraki District Council,29532736,Request for Tenders,Open Competition,1041-001 Paeroa Raw Watermain Replacement,1041-001,20240605,20240731,20241202,Project Management,Sole Agency,No,,"Hauraki District Council (HDC) is seeking proposals from a qualified contractor for an essential raw water pipeline replacement project. HDC has initiated a staged raw water pipeline renewal program to enhance the integrity and efficiency of its water supply infrastructure. The first stage (this Contract) focuses on replacing approximately 1.5 km of the existing raw asbestos cement (AC) watermain, with subsequent decommissioning of this pipeline section. The renewal commences from the existing raw water pump station, adjacent to the intake screen, and extends northward to the intersection of Rahu Rd and Albert St., Karangahake. The current pipeline will be replaced with a new 450 OD PE100 SDR13.6 (PN12.5) pipe, except where the pipeline is to be installed by trenchless technology (including directional drilling), in which case, 450 OD PE100 SDR11 (PN16) pipe shall be used.",Not Awarded,,0,20250410 Hauraki District Council,29923174,Request for Tenders,Open Competition,HDC1017_003.1 Annual Resurfacing Contract 2024/25/26,HDC1017_003.1,20240806,20240830,20241031,Project Management,Sole Agency,No,,"Hauraki District Council requires a suitably experienced road surfacing contractor to carry out resurfacing of their roading network over the next two years. The Contract Works includes extensive chip-seal resurfacing, some asphaltic concrete resurfacing, temporary traffic management suitable for low and high volume rural and urban roads, pavement road marking and reinstatement of signage, Edge Marker Posts (EMPs) and Reflective Raised Pavement Markers (RRPMs).",Not Awarded,,0,20250410 Hauraki District Council,30143394,Request for Proposals,Open Competition,8100_062 Hauraki Rail Trail Gabrielle Repairs Resurfacing and Concrete,8100_062,20240909,20241002,20241106,Project Management,Sole Agency,No,,We need a suitable contractor to provide works to resurface stretches of the Hauraki Rail Trail cycleway that have been damaged due to the Cyclone Gabrielle in 2023 and provide concrete solutions for some areas of the trail. Areas requiring resurfacing are in Section C between Waihi and Waikino and in Section D in Paeroa.,Awarded,,507000,20250410 Hauraki District Council,30477338,Request for Tenders,Open Competition,1016_018 Pavement Rehabilitation Hauraki Road (Turua) RP4805m-RP5300m,1016_018,20241029,20241121,20241218,Project Management,Sole Agency,No,,"Hauraki District Council is seeking a suitably qualified contractor for construction of pavement rehabilitation and associated road improvements on Hauraki Road (Turua Urban) RP4805m RP 5300m in Turua utilizing NZS 3910:2023. The contract works include but are not limited to: Pavement works including stabilisation Earthworks Pavement and surfacing Concrete Drainage Pavement road marking and installation of signage Sealing Temporary Traffic Management The form of contract to be used is NZS3910:2023 with amendments.",Not Awarded,,0,20250410 Hauraki District Council,30639898,Request for Proposals,Closed Competition,HDC1145_demo Ngatea Service Centre Demolition,HDC1145_demo,20241115,20241205,20241220,,Sole Agency,No,NIL,"This Request for Proposals (RFP) is an invitation to submit a Proposal for the Ngatea Service Centre demolition. A new service centre and library building will be constructed at the present site so the existing building needs to be demolished.",Not Awarded,,0,20250410 Hauraki District Council,30698320,Request for Tenders,Open Competition,HDC1515_001 Ridgeview Place Waihi,HDC1515_001,20241125,20241217,20250205,Service Delivery,Sole Agency,No,NIL,"Hauraki District Council (HDC) requires a contractor to provide road construction services. This contract is for the completion of Ridgeview Place urbanisation in Waihi. The scope of the contract includes: H&S management Environmental management Traffic management Minor earthworks Minor stormwater construction Kerb and channel and footpath construction Pavement construction Chipseal surfacing Traffic services Site reinstatement The successful tenderer will be contracted to carry out best practice operations to ensure that efficient and effective construction methods are used to provide Council with value for money and positive initiatives, which benefit the Community.",Not Awarded,,0,20250410 Hauraki District Council,30779986,Request for Proposals,Open Competition,1166_001 Ngatea North Playground and Streetscape,1166_001,20241206,20250129,20250310,Community Services,Sole Agency,No,n/a,"The scope is to undertake construction of community park, playground and streetscape planting. HDC are nearing completion of a 52 lot residential subdivision (5.3ha) located on the northern edge of Ngatea, between an established suburban residential area and farm land. At 1,117m? the park is classed as a neighbourhood scale park and will predominantly service the new community as well as the existing local neighbourhood. The park will border one residential lot to the east and a potential retirement village to the south. The park includes a small playground, sensory garden and planting for the five roads, stormwater reserve and central median swales.",Awarded,,0,20250410 Hauraki District Council,31203443,Request for Tenders,Closed Competition,HDC1305_001/2 Hauraki Rail Trail West Foreshore Cycleway Reinstatement - Appletree Pumpstation- Waitakaruru,HDC1305_001/2,20250305,20250317,20250320,Project Management,Sole Agency,No,,"This procurement relates to the purchase of services to reinstate a stretch of cycleway approx. 5.9km long between Appletree pump station and Waitakaruru and some provisional resurfacing of approx 500m. The location is on the Hauraki Rail Trail between Waitakaruru and the Appletree Pump Station. The scope of services include: 1. Supply and install of geotextile rolls 2. Supply, place and finish MAP20 to a compacted depth of 100mm and top width of 2.5m 3. Health & Safety 4. Traffic Management",Awarded,,0,20250410 Hawke's Bay District Health Board,3792754,Request for Proposals,Open Competition,Executive Coaching / Mentoring,PSP 42,20140826,20140916,20201125,,Sole Agency,No,"Cnr Mcleod Street and Omahu Road, Hastings","Hawkes Bay District Health Board wishes to provide Executive Coaching to selected second and third tier managers and clinical leaders. There is a desire to identify a provider who can provide high quality and effective Executive Coaching services to: Executive Management Team members Medical and Surgical Directors Tier 3 Managers Coaching sessions would include (but not limited to) coaching in the areas of: Professional Development Strategic development Career development Performance / People Management Note that no tenders will be received by the GETS website.",Awarded,,0,20250410 Hawke's Bay District Health Board,12051894,Request for Proposals,Open Competition,Information Technology Service Support,HHB4,20150518,20150529,20201125,,Sole Agency,No,NA - Submission via GETS,"Health Hawkes Bay requires information technology (IT) systems service support at our 205 Hastings Street South site in Hastings. Health Hawkes Bay is seeking an IT services company to provide proactive, reactive and IT procurement services and advice to support up to 40 users. It is important that the IT services company that Health Hawkes Bay engages with takes pride in their ability to build trusting relationships and is able to demonstrate knowledge of health interoperability. THIS TENDER IS SUBMITTED BY HBDHB ON BEHALF OF HEALTH HAWKE'S BAY. ALL RESPONSES AND QUESTIONS ARE TO BE SUBMITTED VIA GETS.",Not Awarded,,0,20250410 Hawke's Bay District Health Board,16906637,Request for Proposals,Open Competition,Primary Mental Health Programme,HHB5,20151021,20151130,20201125,,Sole Agency,No,ALL QUESTIONS AND SUBMISSIONS VIA GETS PLEASE,"This RFP is submitted by Hawke's Bay District Health Board on behalf of our alliance partner Health Hawke's Bay (Primary Health Organisation.) This is the first stage of a contracting process. It is designed to allow providers an opportunity to submit a proposal to develop The Primary Mental Health Programme commissioned via Health Hawkes Bay. Subject to a successful commissioning process the outcome of the work will be a set of recommendations supporting improved delivery of primary mental health services in Hawkes Bay. Health Hawkes Bay will select the preferred provider based on assessment of the proposals submitted as outlined in the body of this document. The proposed provider/s will be required to meet the mandatory requirements under this proposal, and will be invited to make a presentation to the appointed consideration/selection panel. Health Hawkes Bay will inform all provider/s at the indicated stage whether their proposal has been accepted to continue. Health Hawkes Bay and the proposed provider may then enter into negotiations with a view to entering a contract. Health Hawkes Bay reserves the right not to issue any contract against this Request for proposal. ALL QUESTIONS AND SUBMISSIONS VIA GETS PLEASE",Not Awarded,,0,20250410 Hawke's Bay District Health Board,17180125,Request for Proposals,Open Competition,Hospital Pharmaceutical Supplies,PSP52,20160204,20160317,20201125,,Sole Agency,No,via GETS," This procurement relates to the purchase of hospital pharmaceutical wholesale services; The key objective of this procurement is to contract for the supply of pharmaceuticals listed on the Hospital Medicine List (HML) and supplied at PHARMAC contracted pricing, if applicable; The procurements proposed outcomes are: o Enhanced service delivery for the supply of pharmaceuticals through the use of an innovative approach and service delivery model; o Improved costing model and better value for money for MDHB; o Added value and an innovative service delivery model; and o Compliance with government policies and regulations. Details of the current supply arrangement are the following: o HBDHB purchases pharmaceuticals from a variety of suppliers but a preferred wholesale agent. ALL COMMUNICATION VIA GETS PLEASE",Awarded,,0,20250410 Hawke's Bay District Health Board,18468052,Request for Proposals,Open Competition,Napier Primary Care Utilising a Kaupapa Maori Approach,PSP 66,20170315,20170407,20201125,,Sole Agency,No,All communication via GETS please,"Primary Care services through a Kaupapa Maori approach have been delivered in Napier for a long period of time. This Request for Proposal process has been undertaken to identify whether there are innovative Kaupapa Maori models for delivering Primary Care services, which would be beneficial to people with high health and social needs resident in Napier urban areas. We are looking for innovative approaches that work in partnership with Napier based General Practices and other local health and social service providers. These services must be flexible to meet service users needs.",Awarded,,0,20250410 Hawke's Bay District Health Board,18597611,Request for Proposals,Open Competition,Integrated Risk Management System,PSP64,20170427,20170526,20201125,,Sole Agency,No,N/a- All Questions via GETS,"We currently use several applications and manual solutions to manage our; incidents, risk registers, occupational health and safety, consumer feedback, surveys, and reporting. These solutions are fragmented and complex, making it difficult and time consuming to integrate information. The core system for incident management reaches end of life in September 2018, and no longer provides all the functionality we require. We wish to consolidate and streamline our processes by selecting a new integrated risk management system encompassing; incidents, risk registers, occupational health and safety, consumer feedback, surveys, and reporting (aka “the system”). The system will interface with a number of primary applications for core source data. The system will cater for the current and anticipated needs of HBDHB and the wider health sector within Hawke’s Bay. It is expected that the design of the solution will start early September 2017, with delivery starting in mid-November 2017. ALL QUESTIONS AND RESPONSES VIA GETS PLEASE AGREEMENT WILL BE AVAILABLE 4th May.",Awarded,,0,20250410 Hawke's Bay District Health Board,18953145,Request for Proposals,Open Competition,Pregnancy and Parenting Information and Education,PSP 69,20170825,20170914,20201125,,Sole Agency,No,NIL,"HBDHB is seeking to fund a new Pregnancy and Parenting Information and Education Programme (the Programme.) The Programme will provide free information, education, and support to pregnant women and their whanau/families, to meet their pregnancy, early parenting, information, education, and social support needs. The Programme will be available to all parents and whanau, but will focus on high need groups including, young parents, Maori, Pacific, families receiving welfare assistance, single-parent families, and vulnerable whanau/families. Programme staff must demonstrate a high level of cultural competency, and the ability to work empathically with all women taking into account their age and cultural needs. The Programme must have and maintain effective inter-sectorial linkages to provide optimum integration in the community to enable a responsive package of support to pregnant women, mothers, and their whanau/families. The Supplier must have the capability, capacity, and cultural expertise to deliver a Pregnancy and Parenting Education and Information Service throughout the Hawkes Bay region. ALL QUESTIONS AND INFORMATION REQUESTS VIA GETS PLEASE",Awarded,,0,20250410 Hawke's Bay District Health Board,18978694,Request for Proposals,Closed Competition,Integrated Communication Environment,PSP 71,20170831,20171011,20201125,,Sole Agency,No,,"We are one of 20 DHBs that are on a digital transformational journey. We are looking to establish an innovative strategic partnership to work with us to ultimately enable better patient outcomes. As a newly established Information Services Senior Leadership team we are focussed on end to end transformation of the HBDHB health ecosystem working with operational colleagues to enable information anywhere anytime and optimise productivity gains. We are looking to move from our traditional telephony environment into a clinical and business focussed Unified Communications (UC) and Contact Centre (CC) solution. We are keen to work with a strategic partner that can work with us as part of a virtual team to enable this transformational change. ALL COMMUNICATIONS VIA GETS",Awarded,,0,20250410 Hawke's Bay District Health Board,19057836,Request for Proposals,Closed Competition,Pregnancy and Parenting Education (THIS RELATES TO AN RFP RECENTLY SUBMITTED),PSP69,20170923,20170929,20201125,,Sole Agency,No,ALL Questions via GETS,"Thank you for your response to the Request for Proposal for Pregnancy and Parenting Education. We have received a wide range of responses that have included a very wide range of service designs and costs. In order to ensure that we are making an appropriate comparison, we have decided to release the maximum price that we would consider appropriate for submission under this RFP. The maximum price is $221,000 per annum. We would like to allow you the opportunity to refine your proposition in light of this new information before consideration of your proposal by the evaluation panel. To allow time for you to refine your submission, we have decided to allow you to represent your submission up until the revised submission date (until 29 Sept 2017 5pm). If you would like to present a revised submission please submit the financial and non financial templates before the due date via this GETs RFP. If you choose not to submit a revised submission your original submission will be considered by the evaluation panel. This is a closed process and no responses other than from organisations who submitted an original submission will be considered. You have the opportunity for asking questions via GETs.",Awarded,,0,20250410 Hawke's Bay District Health Board,19693163,Request for Proposals,Open Competition,"RFP for the Supply of Laparoscopic Towers, Maintenance Services (if required) and Accessories",SSP-01,20180503,20180531,20191127,,Sole Agency,No,,"This Request for Proposal is seeking submissions from suppliers who are able to meet clinical, technical, commercial and other requirements to supply Hawkes Bay District Health Board with Laparoscopic Towers, Maintenance Services (if required) and Accessories in accordance with this RFP and our requirements. Your submission must be able to deliver a clinically suitable solution that is able to support general, gynaecology, ear, nose and throat (ENT), orthopaedic, paediatric and urology endoscopic procedures and must be flexible to function with a variety of rigid and flexible scopes.",Awarded,,0,20250410 Hawke's Bay District Health Board,19707627,Request for Proposals,Open Competition,Evaluation of Ngatahi Project,PSP 75,20180508,20180530,20201125,,Sole Agency,No,All Information and Requests via GETS,"This RFP seeks proposals from experienced, independent programme evaluators to evaluate the Ngatahi project in 2018 and 2019. Ngatahi is a 3-year, inter-sectoral, collective impact project that aims to improve the knowledge and skills of health, education and social service professionals in Hawkes Bay (the vulnerable childrens workforce) who are working predominantly or exclusively with children and families experiencing family violence, child abuse and neglect, poor social supports, poverty, mental illness and addictions (vulnerable children and families). Government and NGO, mainstream and kaupapa Maori organisations are represented, and Ngatahi works in partnership with mana whenua Ngati Kahungunu. Over a three year period Ngatahi and our partners are designing, implementing and evaluating a workforce development plan to support practitioners. By improving practitioners competencies, including their ability to practice collaboratively and share information, in conjunction with the Governments structural changes to the child protection system, outcomes for vulnerable children and families should improve. ALL COMMUNICATION VIA GETS",Awarded,,0,20250410 Hawke's Bay District Health Board,19874855,Request for Quotations,Closed Competition,RFQ for the Supply of Flat Panel Mobile X-Ray Systems and Associated Maintenance Services for HBDHB,SSP-02,20180703,20180731,20191127,,Sole Agency,No,,"This Request for Quote is seeking submissions from suppliers who are able to meet clinical, technical, commercial and other requirements to supply Hawkes Bay District Health Board with Flat Panel Mobile X-Ray Systems and associated maintenance services in accordance with the requirements identified in this RFQ. Hawkes Bay District Health Board (HBDHB) is seeking to replace one Image Intensifier system in use by the Radiology Department that is coming to the end of operational life with a flat panel mobile x-ray system through this RFQ process, with the possibility of a second system being replaced in a following financial year, subject to funding approval being obtained. NZ Health Partnerships holds a national panel of supplier agreements that have been entered into for imaging equipment modalities that District Health Boards are able to purchase from with flat panel mobile x-ray systems being one of the modalities available to be supplied under the panel. HBDHB is therefore undertaking this Request for Quote as a secondary procurement process under the national panel of agreements for imaging equipment to select a supplier to meet HBDHBs requirements for flat panel mobile x-ray systems and associated maintenance services.",Awarded,,0,20250410 Hawke's Bay District Health Board,19938872,Request for Proposals,Open Competition,Clinical Elective Surgical Services,PSP 76,20180723,20180824,20201125,,Sole Agency,No,via GETS,"Hawkes Bay District Health Board outsourced in excess of $4.0m in the 2017/18financial year for clinical elective procedures. We expect to continue to outsource clinical elective services, although the value and procedures required varies annually. We wish to identify potential Service Providers who are in (or planning to enter) the clinical elective procedures market, who would like to be part of a panel of approved Service Providers for a range of clinical elective services. Service Providers do not have to be available to provide services from the start of the Agreement, but must have an intent to enter the clinical elective services market. Services do not have to be provided in Hawkes Bay, although this would be an advantage in the secondary procurement process. The volume of services to be outsourced will be determined annually (with adjustments in year as required). The volumes available will be communicated to the panel of approved Service Providers, through a secondary procurement process (Pricing Submissions). Service Providers will be able to indicate the volume of service they can undertake by specialty and the price for the service. ALL CORRESPONDENCE VIA GETS PLEASE DURING RFP PROCESS",Awarded,,0,20250410 Hawke's Bay District Health Board,20335641,Request for Proposals,Open Competition,Kitchen Dishwasher Replacement,,20181102,20181212,20190815,,Sole Agency,No,,"This is a replacement of the existing dishwasher in the main kitchen of the hospital. This contract will be running under NZS3910:2013. The Hawkes Bay District Health Board will be looking for a contractor that is familiar with these conditions and has the relevant experience to successfully complete this project.",Awarded,,0,20250410 Hawke's Bay District Health Board,21471041,Request for Proposals,Open Competition,Hawke's Bay DHB - Panel of Supliers for Electrical Contractor Services,,20190823,20190927,20191021,,Sole Agency,No,,"We would like to offer the unique opportunity to be one of up to four members of an open panel of electrical contractor services suppliers for the Hawkes Bay District Health Board (HBDHB). The panel will run for three years with an option to extend by a further two years. Only successful panel suppliers will be engaged to cooperate with us in the realisation of electrical services projects ranging from large scale strategic projects to minor alterations and everything in between at all our HBDHB sites. This Request for Proposal is looking for proven suppliers of electrical contractor services, with a strong track record of delivering on time and to a high standard, we would like skilled and experienced suppliers/contractors to take this opportunity to become part of this panel. We are looking for suppliers/contractors with the ability to deliver a variety of complex, non-complex, large and small scale electrical contracts (this could range from large scale strategic projects including new buildings/building extensions to replacement of existing distribution/switchboards to minor circuit alterations/additions) often simultaneously in a safe and professional manner. Being part of the supplier panel for the HBDHB means, your company will have the opportunity to secure attractive work engagements from the HBDHB. Being part of the panel means being approached first, if there are new job opportunities developing. Once this panel of electrical suppliers is established, all upcoming projects will be realised with suppliers from the panel. Only in exceptions will the HBDHB source electrical services outside the panel.",Awarded,,0,20250410 Hawke's Bay District Health Board,21560090,Request for Proposals,Open Competition,Hawke's Bay DHB - Panel of Suppliers for Mechanical Contractor Services,,20190910,20191011,20191106,,Sole Agency,No,,"We would like to offer the unique opportunity to be one of up to four members of an open panel of mechanical services contractors for the Hawkes Bay District Health Board (HBDHB). The panel will run for three years with an option to extend by a further two years. Only successful panel suppliers will be engaged to cooperate with us in the realisation of mechanical services projects ranging from large scale strategic projects to minor alterations and everything in between at all our HBDHB sites. What we need This Request for Proposal is looking for proven suppliers of mechanical contractor services, with a strong track record of delivering on time and to a high standard, we would like skilled and experienced contractors to take this opportunity to become part of this panel. We are looking for contractors with the ability to project manage and deliver a variety of complex, non-complex, large and small scale mechanical contracts across the different parts of building services (this could range from large scale strategic projects including new buildings/building extensions to replacement of existing pipework, equipment to minor alterations/additions) often simultaneously in a safe and professional manner. What we dont want We do not require contractors that are only able or willing to complete a small portion of the required scope e.g. refrigeration or insulation only. Since the majority of our work will be in and around health care and clinical areas, we are not looking for contractors with limited or no experience in working in the health sector. The execution of our projects has to meet high standards and projects will vary in size and complexity, as a result contractors which have little or no experience in project management of large or complex projects or are not willing to provide the same level of support to smaller non-complex tasks need not apply. The chosen suppliers will be expected to be able to work on multiple projects at the same time. Whats important to us To qualify for the panel, the suppliers must fulfil all preconditions regarding quality, safety and professionalism and have a wealth of experience in delivering multiple complex and non-complex projects in a clinical environment.",Awarded,,0,20250410 Hawke's Bay District Health Board,21791998,Request for Proposals,Open Competition,Supplier Panel - Plumbing and Drainage Contractor Services,2179198,20191016,20191113,20191209,,Sole Agency,No,,,Awarded,,0,20250410 Hawke's Bay District Health Board,21817525,Request for Proposals,Open Competition,Hawke's Bay DHB - Panel of Suppliers for Construction Contractor Services,21817525,20191022,20191122,20191210,,Sole Agency,No,,,Awarded,,0,20250410 Hawke's Bay District Health Board,21911649,Request for Quotations,Closed Competition,"RFQ for the Supply of a Fluoroscopy Room and Associated Installation, Commissiong and Maintenance Services",SSP-06,20191108,20191206,20200720,,Sole Agency,No,,"Hawkes Bay District Health Board (HBDHB) is seeking to replace its Fluoroscopy Room in use by the Radiology Department that has come to the end of operational life with a new system to ensure that the DHB continues to have the ability to provide imaging and interventional services to the population of Hawkes Bay. We are seeking to purchase a fluoroscopy system from a supplier who is able to deliver a clinically versatile system that can be used for a range of fluoroscopy procedures including: Able to perform a wide range of examinations catering from young patients to the elderly as well as patients requiring tertiary level medical care. Be a single plane system capable of providing a wide range of examinations, including but not limited to the following: Water soluble Enema Non vascular interventional procedures Micturating cysto-urethrogram adult and paediatric Intussusception enema Being of high quality, reliable, able to carry out a heavy work load and be designed for ease of operation. Able to facilitate multiple personal patient transfers as well as allow for use of hoist transfers. Able to minimise radiation exposure without compromising image quality.",Awarded,,0,20250410 Hawke's Bay District Health Board,23017820,Request for Quotations,Closed Competition,RFQ for the Supply of an Interventional Vascular-Cardiac Angiography Hybrid Suite,SSP-10,20200724,20200828,20201218,,Sole Agency,No,,"This Request for Quote is seeking submissions from suppliers who are able to meet clinical, technical, commercial and other requirements to supply Hawkes Bay District Health Board with an interventional vascular/cardiac angiography hybrid suite in accordance with this RFQ and the requirements set out in Appendix 1 Pre-Conditions, Clinical and Technical Requirements for an Interventional Vascular/Cardiac Angiography Hybrid Suite and Associated Installation, Commissioning and Maintenance Services.",Awarded,,0,20250410 Hawke's Bay District Health Board,23280999,Request for Proposals,Open Competition,RFP for the Supply of Pulmonary Function Testing Suite and Associated Services,SSP-11,20200914,20201016,20210316,,Sole Agency,No,,"Hawkes Bay District Health Board (HBDHB) is seeking to replace its Pulmonary Function Testing Suite equipment in use in the Respiratory Department that are coming to the end of operational life. Currently, this equipment is made up of a Body Plethysmography, Spirometry and Cardiopulmonary Exercise systems including ergometer. This Request for Proposal is seeking submissions from suppliers who are able to meet clinical, technical, commercial and other requirements to supply Hawkes Bay District Health Board with a Pulmonary Function Testing Suite together with installation, commissioning, maintenance services and accessories.",Awarded,,0,20250410 Hawke's Bay District Health Board,23558436,Request for Proposals,Open Competition,RFP for the Supply of Optical Coherence Tomography Equipment,SSP-12,20201103,20201202,20210423,,Sole Agency,No,,"Hawkes Bay District Health Board is seeking to purchase two Optical Coherence Tomography systems, one is replacing equipment that has reached end of life, and the second system is new additional equipment that is due to a significant increase in demand that will enable HBDHB to increase the number of patients receiving scanning, assessment and treatment. This equipment is used in the assessment and diagnosis of retinal disease and to undertake glaucoma monitoring by examining the back of the eye through a non-invasive imaging test.",Awarded,,0,20250410 Hawke's Bay District Health Board,23731631,Request for Quotations,Closed Competition,RFQ for the Supply of an MRI Scanner and Associated Services,SSP-05,20201204,20210212,20210920,,Sole Agency,No,,"Hawkes Bay District Health Board (HBDHB) is seeking to replace its MRI scanner in use by the Radiology Department that has come to the end of operational life with a new system to ensure that the DHB continues to have the ability to provide imaging services to the population of Hawkes Bay. This Request for Quote is seeking submissions from suppliers who are able to meet clinical, technical, commercial and other requirements to supply Hawkes Bay District Health Board with an MRI Scanner in accordance with this RFQ.",Awarded,,0,20250410 Hawke's Bay District Health Board,24112538,Request for Proposals,Open Competition,RFP for the Supply of a Mobile Ophthalmic Microscope and Associated Services,SSP-13,20210319,20210420,20210712,,Sole Agency,No,,"This Request for Proposal is seeking submissions from suppliers who are able to meet clinical, technical, commercial and other requirements to supply Hawkes Bay District Health Board with a new Mobile Ophthalmic Microscope together with associated services.",Awarded,,0,20250410 Hawke's Bay District Health Board,24196139,Request for Proposals,Open Competition,Cultural Responsiveness Review of Maternity Services,PSP86,20210414,20210517,20210805,,Sole Agency,No,NIL,"HBDHB maternity services provide care to expectant parents throughout the pregnancy journey (prenatal, labour, birth and postnatal), and the care that they provide can have a lasting effect on whanau. Services are provided in Hastings, Napier, Central Hawkes Bay and Wairoa. The ability to respond to the cultural needs of a whanau, as well as their clinical needs is imperative to ensure a positive experience and the best possible outcomes for mama, pepi and whanau. HBDHB is commissioning a cultural responsiveness review (the review) of maternity services in order to ensure the cultural responsiveness of maternity services is meeting the expectations of whanau Maori and the organisation. This work has been prioritised as a response to whanau feedback, and the recent attempted uplift of an infant by Oranga Tamariki, that aligns with DHB policy. To ensure the review considers and is responsive to the needs of Maori, this work requires partnership with, and input from, appropriate stakeholders who have expert knowledge that would contribute to the review process. The successful reviewer will have cultural and clinical skills and is required to undertake the review under the governance and in partnership with the Expert Advisory Group for the Cultural Responsiveness Review of Maternity Services. PLEASE NOTE ALL CONTACT AND QUESTIONS ARE REQUIRED TO BE SUBMITTED VIA GETS UNLESS STATED OTHERWISE",Awarded,,0,20250410 Hawke's Bay District Health Board,24560665,Request for Proposals,Open Competition,Hawkes Bay DHB - Passenger Lifts No's 7&8 Upgrade,,20210721,20210813,20210917,,Sole Agency,No,,"The current lifts 7 and 8 at the Hawkes Bay District Health Board (HBDHB) are old and subject to obsolescence and reliability issues. HBDHB is looking to engage with an innovative partner who brings expertise, reliability and quality to deliver a state of the art Solution. In return, your organisation will have an opportunity to expand their market footprint and be a part of an exciting opportunity to serve the growing population of the Hawkes Bay region. The HBDHB is responsible for improving, promoting and protecting the health of the people of its district. The district includes Napier, Hastings, Central Hawkes Bay and Wairoa. The district had a population of 176,110 and this is projected to grow. HBDHB is therefore looking for a lift Solution that will support the increased demand placed upon its services. The extent of work covered by the scope of works includes a new lift control system with an electronic soft start for the new gearless hoist machine, new door operator and car and landing door tracks, new car and landing push buttons and indicators. It is divided into separate sections and includes the manufacture, supply, installation, commissioning and testing of additional features and upgrading works on two passenger lifts together with subsequent maintenance for the stipulated period, specified herein. The Lift Contractor shall take full responsibility for: selection of equipment, components and systems as specified compliance with NZS 4332:1997 where applicable preparation and provision of drawings where applicable providing marked up lift circuit diagrams for the installation on completion. The Lift Contractor shall be responsible for the provision of all manufactured items, materials, labour, cartage, tools, plant, appliances and fixings necessary for the proper execution of the works, together with all minor and incidental works required to provide a complete lift upgrading package. An optional price may also be submitted for an MRL option. Installation of MRL lifts shall allow for the removal of all shaft equipment which will be redundant. Re-use of the landing door panels, sills and architraves is preferred. An optional price shall be provided for removal of the lift machine room equipment.",Awarded,None,315000,20250410 Hawke's Bay District Health Board,24630568,Request for Quotations,Open Competition,HBDHB - FACILITIES CARPARK RECONSTRUCTION WORKS,HBDHB 17-120-02,20210803,20210816,20210913,,Sole Agency,No,"Facilities Office, Gate 6, Orchard Road, Hastings","Propose HBDHB Facilities Carpark Reconstruction Works at the Hastings Hospital Stages 1 & 2 Recently the old Medical Gas store has been removed and the existing Facilities Carpark is due for replacement at Hastings Hospital. The current levels of the carpark area are not falling correctly. There is some redundant in ground services to be removed. Facilities Carpark area is an important/busy part of the hospital as its the loading dock area for the kitchen and Medical gas bottle stores, and the Maintenance department working area and contractor parking. This project is broken down into two separate staged work packages, as we intend to complete both stages of work at separate times. This project is time critical and ideally we are seeking Stage 1 to be operational by 27th September 2021, this includes demolition, alterations, new surfacing, new road markings and equipment installation. Stage 2 will need to be complete in approximately one years time, after the new generator building is constructed.",Awarded,,0,20250410 Hawke's Bay District Health Board,24645794,Request for Tenders,Closed Competition,HA02 Admin & Support Building - Main Electrical Supply Upgrade,CP10241.200,20210806,20210903,20211011,,Sole Agency,No,Refer to RFT Document,"Closed Tender to HBDHB Electrical Contractor Services Panel HA02 Admin & Support Building Main Supply Upgrade Project Replacement of existing main switchboard with minor builders work required to increase size of existing switchboard enclosure/cupboard. Replacement of existing distribution board, the termination of existing submains and the installation of new submains and check metering to DBs and the networking of the check metering to the BMS. Supply and installation of an external generator connection point.",Awarded,Only one company from the select panel returned a tender.,146535,20250410 Hawke's Bay District Health Board,24853686,Request for Tenders,Closed Competition,HBDHB AB Block - A Block MSB Replacement Project,10241.2,20210922,20211020,20211213,,Sole Agency,No,Refer to RFT,"Closed Tender to HBDHB Electrical Contractor Panel - A Block MSB Replacement Project Replacement of existing A Block MSB located in the basement of the hospital AB Block. Replacement of existing AB Block UPS (currently located in A Block Switchroom) with a new UPS to be located in the nearby basement A Hub Room. Relocation and potential upgrade of existing AB UPS to the Upper Theatre Plantroom to operate in parallel with existing Theatre UPS-01. New check metering and the networking of the check metering to the BMS. Supply and installation of an external generator connection point.",Awarded,"Two of the four contractors on the panel returned tenders. Both tender returns from Kinetic and Electrotech were deemed to be compliant. Having completed the evaluation process Electrotech were the highest scoring and awarded the tender.",541900,20250410 Hawke's Bay District Health Board,25173889,Request for Proposals,Closed Competition,Holidays Act Compliance Recalculation,PSP 82,20211126,20211222,20220510,,All of Government,No,,"The Holidays Act Compliance Project seeks to address all our historical liabilities arising from not paying employees in accordance with the Act. This involves reprocessing all holidays covered by the act, i.e.: Annual Holidays Public Holidays Sick Leave Bereavement Leave Family Violence Leave Termination Payments Re-evaluation of Casual Status Eligibility to Sick and Bereavement Leave All leave data since the 1st of May 2010 needs to be reprocessed, day by day, in a cascading fashion. We have daily data for all employees sourced out of AMS Actor and the payroll system is AMS Leader. We seek to create a file that adjusts all pay periods in a cascading fashion and gives us a final liability amount for every employee. The project is governed by the MoU covering all DHBs and the vendor needs to follow these guidelines set out in this document.",Awarded,,0,20250410 Hawke's Bay District Health Board,25353573,Request for Proposals,Closed Competition,Service Planning,PSP 91,20220128,20220223,20220603,,All of Government,No,,"Hawkes Bay DHB is seeking to appoint a provider or providers to support our service planning. For the purpose of this RFP service planning includes: establishing an effective model of care programme that leads to service redesign capacity modelling at service level summarise model of care and service level capacity modelling outputs into a Clinical Services Plan (CSP). Service planning documents the needs of patients, communities and the population and demonstrates how services will meet those needs equitably in the future compared to current service delivery. The outputs from this procurement will be used to inform the development of Hawkes Bay Fallen Soldiers Memorial Hospital (Hawkes Bay Hospital) site master plan, facility functional design requirements and an indicative business case for the redeveloped Hawkes Bay Hospital. It represents a once in a generation opportunity to influence a redevelopment that reflects the Maori identity and heritage of Ngati Kahungunu iwi, wider diverse communities, and is fit for purpose for the people of Hawkes Bay into the future.",Awarded,,0,20250410 Hawke's Bay District Health Board,25427357,Request for Proposals,Open Competition,Supply of Fundus Camera and Associated Maintenance Services,SSP-16,20220216,20220316,20220722,,Sole Agency,No,,"HBDHB are seeking to replace its end-of-life Fundus Camera that is used by the Ophthalmology Service in the hospital. The camera will be used to help diagnose and monitor a wide range of conditions such as glaucoma, diabetic retinopathy, age related macular degeneration, and retinal detachment.",Not Awarded,"No responses met with Te Whatu Ora, Te Matau a Maui Hawke's Bay requirements.",0,20250410 Hawke's Bay District Health Board,25493801,Request for Proposals,Open Competition,Supply of Fresh Fruits and Vegetables and Prepared Vegetables,SSP-17,20220304,20220408,20221013,,Sole Agency,No,,"We are looking for one or more suppliers to supply the Hawke's Bay District Health Board with fresh fruit and vegetables and prepared vegetables for the Hawkes Bay Fallen Soldiers Memorial Hospital. We appreciate that there may be Respondents that may be able to offer only fresh fruit and vegetables, or only prepared vegetables, or both, and we invite proposals for either or both categories. We do not want frozen fruits and vegetables. We do not want suppliers of only one type of fruit or one type of vegetable - we are looking for a supplier who can provide a range of produce.",Awarded,,0,20250410 Hawke's Bay District Health Board,25904838,Request for Proposals,Open Competition,Supply of Security Service to Hawke's Bay District Health Board,SSP-19,20220607,20220713,20221222,,Sole Agency,No,,"The Hawkes Bay District Health Board are looking for a Respondent to provide security services at locations throughout our district. We are looking for Security Officers who can undertake duties to ensure our property and the people who attend our properties are safe at all times and secure in their environment. Our security needs are variable, which means that some months we may need to fill 5 shifts, other months that may be up to 20 shifts. There may be times when we do not need any additional security services. Shifts cannot be guaranteed because the needs of the hospital and our services change. For this reason, we need a supplier who can work with our changing environment, whilst providing excellent service. We may enter into agreements with one or more supplier if there are additional benefits identified during evaluation. We are not looking for a fixed or guaranteed hours agreement.",Awarded,,0,20250410 Hawke's Bay District Health Board,25960904,Request for Proposals,Open Competition,RFP for Architectural Design Services for General Surgery Outpatient Refurbishment Project,SSP-21,20220621,20220721,20220927,,Sole Agency,No,,"The Hawkes Bay DHB is seeking professional lead architectural design services to complete the design for the relocation of the General Surgery facility from its current location within the hospital to the existing Puawananga (Old Mental Health Facility). The Architect will be the Lead Designer for the Project and will be responsible to the Principals Representative for the integration of and coordination of all design services for the Project.",Awarded,,125000,20250410 Hawke's Bay District Health Board,26018289,Request for Proposals,Open Competition,RFP for Building Services Consultants for General Surgery Outpatient Refurbishment Project,SSP-22,20220706,20220803,20220927,,Sole Agency,No,,"This project is seeking to refurbish space within the Puawananga building (old Mental Health Building) on the Hawkes Bay hospital site in Hastings, to enable relocation of General Surgery Outpatient Services. These services are currently located within another area of the hospital. We are looking for building services consultants who are able to provide building engineering services required for the refurbishment as follows: Mechanical Engineering Services Hydraulics Engineering Services Electrical Engineering Services (including Data/AV, Security and Nurse Call) Fire Report and Fire Performance Specification (passive and active fire systems) for sub-trade design and construct Please note the documentation for this RFP was compiled prior to the formation of Te Whatu Ora - Health NZ on 1 July 2022, therefore, does not exhibit the new name and logos that came into effect on that date. For consistency, and to also avoid confusion, we have kept the logos and wording the same as the RFP that was issued for Architectural Design Services on 21 June 2022.",Awarded,,145000,20250410 Hawke's Bay District Health Board,26412681,Request for Tenders,Open Competition,Request for Tender for ECI Construction Partner for Radiology Project 2.0,SSP-24,20221003,20221107,20221220,,Sole Agency,No,,"This project aims to reconfigure and expand the Te Whatu Ora - Health New Zealand - Te Matau a Maui Hawkes Bay Radiology Department. Refurbishment of the Physiotherapy Building (HA23) and Radiology Building (HA27) will relocate existing radiology facilities and provide for additional MRI and CT plus associated facilities. We are looking for a construction company who is able to engage via an ECI contract to provide valuable input into the Preliminary, Developed and Detailed design stages.",Awarded,,0,20250410 Hawke's Bay District Health Board,26494230,Request for Quotations,Closed Competition,RFQ for the Supply of Two CT Scanners and Associated Services,SSP-18,20221018,20221117,20230517,,Sole Agency,No,,"Te Whatu Ora Hawkes Bay is seeking to replace its current CT scanner in use by the Radiology Department that has come to the end of operational life with a new system, and also to purchase a new second CT Scanner to meet the current and future demand to ensure that Te Whatu Ora Hawkes Bay continues to have the ability to provide appropriate and timely CT imaging services to the population of Hawkes Bay.",Awarded,,0,20250410 Hawke's Bay District Health Board,26533165,Request for Tenders,Closed Competition,Mental Health Crisis Hub - Building Construction Services,,20221025,20221118,20221220,,Sole Agency,No,,"This project seeks to refurbish the facility at 307 Omahu Road, Hastings, to house an intersectoral mental health crisis response facility. Te Whatu Ora - Hawke's Bay are utilising construction supplier panel.",Awarded,,0,20250410 Hawke's Bay Regional Council,22364936,Request for Tenders,Open Competition,Hawke's Bay Transport Study Programme Business Case HBRC-20-198,HBRC-20-198,20200226,20200323,20200723,,Sole Agency,No,,"Hawkes Bay Regional Council, NZTA and the territorial authorities in the region wish to contract the development of a programme business case (PBC) for the HB transport network. The PBC will form the third stage of the Hawkes Bay Transport Study 2020. The aim of this study is to; a. assess the current state of the Hawkes Bay transport network in light of recent major roading improvements identified in the Heretaunga Plains Transport Study 2012 and the Wider Region Transport Study b. understand the effects of recent and future demographic, economic, technological and land use changes on current and future transport demand, capacity and safety issues. c. develop a programme business case for programmed and prioritised investment at activity level over the short-, medium- and long-term. The programme business case will be the mechanism by which the region will deliver on its strategies for transport and land use.",Awarded,,0,20250410 Hawke's Bay Regional Council,22453675,Request for Proposals,Closed Competition,Hawke's bay Regional Council Finance Management Information System Replacement,,20200320,20200506,20200629,,Sole Agency,No,,"Hawkes Bay Regional Council (HBRC) are looking to replace their current Finance Management Information System (FMIS) with a new solution which performs all core FMIS functions for councils. This includes Budgeting & Forecasting and Rates functionality as well as integrating into other HBRC solutions such as Asset Management, Human Resource and Geographic Information Systems enabling them to manage and report all council finances. It is expected that the solution will provide for currently identified requirements as well as providing the ability for additional modules and functionality to be incorporated in the future. The solution required is expected to meet both current needs but also enable the future needs of the council.",Awarded,,0,20250410 Hawke's Bay Regional Council,23888376,Request for Quotations,Closed Competition,HBRC River Berm Bait Station Contract,,20210201,20210326,20210728,,Sole Agency,No,,"This project is within the Hawkes Bay Regional Councils PCA programme The project is to service all 4,368 bait stations previously set up within the following river berm corridors in Hawkes Bay with either double tap pellet bait ferafeed paste & feratox, brodifacoum ferafeed paste & feratox or just brodifacoum depending on the location of the bait stations. 1. Tukituki River Maps 1 to 25 2. Waipawa River Maps 26 to 32 3. Manganuku Stream Maps 38 to 42 4. Tukipo River Maps 43 to 46 5. Makaretu River Maps 47 to 50 6. Tutaekuri River Maps 51 to 56 7. Ngaruroro River Maps 61 to 72 8. Esk River Maps 80 to 81 HBRC will supply all replacement bait station as and when required and the contractor will supply all materials for this project. (i.e. Double Tap Pellet Baits, 213 ferafeed paste, brodifacoum, feratox and poison signage)",Awarded,,0,20250410 Hawke's Bay Regional Council,23889315,Request for Quotations,Closed Competition,Regional Rook Control Contract,,20210201,20210326,20210728,,Sole Agency,No,,"Service Delivery Requirements - The contractor must respond to all rook enquiries within 24 hours. - All rook enquiry details are to record on the appropriate form and forwarded to councils key contact person monthly. Please see attachment 1 - The contractor will also supply to the Council a monthly report (summary) outlining all rook activities and outcomes for that month. Pre-Season Check, The contractor will ensure that there is a minimum of 100kgs of DRC 1339 bread and dripping baits and 175 tubes of DRC 1339 Gel baits @5% strength at the start of each rook season. Aerial Rook Control The contractor will also be responsible for the coordinating of the regional aerial rook control program with the aerial company contracted to carry out that work The contractor will be responsible for all DRC 1339 bait preparation (Bread, Bread & Dripping and Gel Baits) as well as bait storage Approvals and Notifications The Contractor is to obtain all written approvals for both urban and rural rook control programmes whether aerial or ground based control.",Awarded,,0,20250410 Hawke's Bay Regional Council,23889756,Request for Quotations,Open Competition,HBRC Regional Possum Monitoring Contract,,20210201,20210326,20210728,,Sole Agency,No,,"It is a pre condition that you are able to answer yes to the following two questions, 1 - Are you currently certified as an accredited possum monitoring operator with Bionet.NZ. 2 - As a accredited possum monitoring operator do you have the capacity to deliver approximately 1,800 monitoring lines within the Hawkes Bay Region per annum? Possum density monitoring will be undertaken once the initial control work has been conducted to ensure that possum densities are below the 4% trap catch level. Hawkes Bay Regional Council will monitor for compliance with the Regional Pest Management Plan 2018-2038 and any directions issued under section 122 of the Biosecurity Act. The Hawkes Bay Regional Council contracts out all provision for Possum Control Services. All input Possum Control Contracts requires Monitoring to determine whether the Possum Control Contractor has achieved the required performance measure. PCA performance contracts and compliance scenarios are measured by the residual trap catch index (RTCI) by use of leg hold traps. Possum Control Areas also require Monitoring to ensure possum populations are maintained below required thresholds by landowners. The main method of monitoring for PCA trend and education monitors is by use of chew cards. Separate prices are required for both monitoring methods.",Awarded,,0,20250410 Hawke's Bay Regional Council,23895054,Request for Quotations,Open Competition,HBRC Aerial Rook Control Contract,,20210201,20210326,20210728,,Sole Agency,No,,"From 2006 all known rookies within the Hawkes Bay Region have been treated annually. All active nests have been treated with 3-Chloro-p-toluidine Hydrochloride (DRC 1339) in the form of Petroleum Gel, by aerial means directly into rook nests. The Aerial Contractor shall be responsible for the security of the aircraft and equipment used to carry out this contract. The Council carries out all work in a conscientious and professional manner. All aerial contractors are expected to act in the same way. Customer service is an important aspect of all Council work. Conduct aerial rookery surveillance in designated areas as specified by the sit supervisor. Apply the toxin DRC1339 incorporated into Vaseline to rook nests at specific rookeries identified for control in a manner prescribed by the site supervisor. Promote proficient risk management practices associated with rook nest control by helicopter application. Rook Season Mid-September through to November Helicopter Selection Due to the high risks of using a human sling load in the confines of a tree canopy, a highly maneuverable helicopter will be essential. The machine will need to be capable of lifting a reasonably heavy load (e.g. 375kg) with three personnel on board. Therefore, a turbine powered craft is the minimum requirement.",Awarded,,0,20250410 Hawke's Bay Regional Council,24014734,Request for Quotations,Open Competition,King QE2 Deer Eradication Project,,20210224,20210322,20210329,,Sole Agency,No,159 Dalton St Napier 4110,"A Fully licensed (firearms) and experienced contractor is sought to eradicate approximately 20-30 feral red and sika deer and 6 goats that are fenced within a QE2 covenanted area near Te Pohue Hawkes Bay. The successful contractor must have a proven track record of delivering similar projects such as feral goat or deer eradication. The deer population has been within the area for a number of years and have been hunted intermittently and are therefore shy of humans. They have had a significant impact on the remnant vegetation and are therefore required to be removed. It is our expectation that the successful contractor will remove all deer and goats from within the project area in a safe and ethical manner by 30th June 2021",Awarded,,0,20250410 Hawke's Bay Regional Council,24471836,Request for Proposals,Open Competition,Meeting Room and Council Chamber Upgrade,,20210629,20210719,20210805,,Sole Agency,No,,"What we need Hawkes Bay Regional Council (HBRC) have been actively looking at their internal practices with the view to achieving their goal to fix our environment. One area identified has been meeting rooms and the use of technology to facilitate meetings between sites therefore having less requirement for physical transport and an alternative communication method. We are seeking to upgrade the technology in sixteen of our meeting rooms including the Council Chamber which will be supplied and supported from the vendor of choice. What we dont want The solution must be simple and relevant to the needs of the HBRC who are an entity funded by local rate payers. We do not want a solution that is technologically beyond the capability required and therefore does not provide value for its required usage. We do not require the cabling and networking; this will be provided by a local third party on the advice of the winning vendor of where it should be installed. This project is about the technology: hardware, software and support; furniture etc. is in the scope of HBRC.",Awarded,,0,20250410 Hawke's Bay Regional Council,24917338,Request for Quotations,Closed Competition,Request for Quote -Deer Fencing Gillies Bush,,20211006,20211105,20211115,,Sole Agency,No,,"We are seeking a deer fence for Gillies Bush. This project is being funded through Jobs4 Nature, QE11 and HBRC. It is part of the COVID-19 recovery package. Through deer fencing we hope to protect the only remnant of native forest left on the Maraetotara plateau on its seaward face. 61 species of native plants have been recorded from this bush, with almost no plants forming an understory or ground cover. Trees continue to die through exposure to storms and drought, and are currently not being replaced through regeneration. Removing sheep, cattle and the odd feral deer will finally give the understory a chance to regenerate and improve ecosystem health.",Awarded,,0,20250410 Hawke's Bay Regional Council,26019196,Request for Quotations,Open Competition,HBRC Wairoa Urban Possum Control - Phase 3,,20220707,20220819,20221223,,Sole Agency,No,,"The objective of this project is to set up a bait station network in the phase 3 area of the Wairoa River to keep possum densities down to low numbers. Bait stations will be set up out of reach of children and stock at approximately 1.6 to 2 meters off the ground. All bait stations will be fixed in such a way that they are always out of sight of the public. The project area is approximately 496 hectares and Bait station densities will largely depend on the amount of habitat within the project. For this project, bait station densities will be approximately 1 per 5 hectares. All bait stations will be serviced four times with a minimum of 4 weeks between each service. All bait stations will be serviced with double strength pestoff possum bait brodifacoum and caped with RataBait paste. Payment will be made after completion of the project and GPS waypoints and tracklogs are provided to HBRC. All bait stations will be pulsed at a minimum of 4 weeks apart.",Awarded,,0,20250410 Hawke's Bay Regional Council,26019395,Request for Quotations,Open Competition,"HBRC - Waipawa, Waipukurau and Pekapeka Swamp Possum Control",,20220707,20220819,20221223,,Sole Agency,No,,"Maintain and service all bait stations that fall within these areas with Double Tap Possum Bait. HBRC is obligated to maintain possum densities at or below 4% residual trap catch on all land that it occupies or manages within the PCA Programme area. The two forestry blocks have a total of 58 bait stations while Pekapeka swamp has 72 bait stations. All sites require a single service between Sept 2022 May 2023 and a second service between July 2023 May 2024. Any old, damaged, or missing bait stations are to be replaced.",Awarded,,0,20250410 Hawke's Bay Regional Council,26357026,Request for Quotations,Open Competition,Westshore Re-nourishment,,20220919,20221003,20221010,,Sole Agency,No,"159 Dalton Street, Napier 4110","This request for quote (RFQ) details the requirements set out by the Hawkes Bay Regional Council (HBRC) for the selection of a Contractor to work with HBRC to provide professional services to replenish material eroded from Westshore Beach by coastal storm events. The Westshore Beach Re-Nourishment Programme involves carting material from designated quarry sites and placing it on Westshore Beach to replace material eroded over the previous 12 months. The works usually take place from September to November each year so that the beach is in good condition over the summer months when public use is high. The first contract was carried out in 1974 with the borrow site being the wildlife ponds at Ahuriri. The borrow site shifted to Marine Parade in 1993. In more recent times, a combination of run of river material has been utilised together with material supplied through procurement from local gravel suppliers. The re-nourishment area is from the northern end of the Esplanade to the rocks at the southern section of Westshore beach at Whakariri Ave. This project is in the Long Term Plan for Council and is jointly funded by Napier City Council (NCC) and HBRC. This document explains the RFQ process and expectations of the HBRC",Awarded,,0,20250410 Hawke's Bay Regional Council,26549603,Request for Tenders,Closed Competition,Moteo Stop Bank Upgrade,HBRC-22-762,20221031,20221124,20230724,,Sole Agency,No,,"Hawkes Bay Regional Council (HBRC) are upgrading the existing Level of Service (LoS) for flood protection infrastructure as per HBRCs Long Term Plan to increase the climate change resilience of Heretaunga Plains. This tender calls for contractors to be involved in delivery of the Moteo Stopbank Upgrade project, which is part of the LoS Upgrade Programme in the Heretaunga Plains Flood Control Scheme (HPFCS). This Stopbank project is on the true right bank of the Tutaekuri River, and starts immediately upstream of Vicarage Road and continues for 2,500m+ upstream. The nature of work includes predominantly bulk earthwork, but also require concrete, road (access ways, parking), drainage and river bank protection works (e.g. rip rap installation). Construction is usually during summer months (October-April) with possibility of works beyond the season at HBRCs discretion.",Not Awarded,HBRC has withdrawn this tender due to the impact of recent weather event (Cyclone Gabrielle).,0,20250410 Hawke's Bay Regional Council,26714829,Request for Proposals,Closed Competition,HBRC Karamu Enhancement Plantings 2023,,20221206,20221216,20221221,,Sole Agency,No,,HBRC have identified five (5) sites for the 2023 planting season. The aim is to restore an appropriate vegetative buffer to benefit near- stream biodiversity by improving the habitat through the creation of corridors to help link fragmented ecosystems.,Awarded,,0,20250410 Hawke's Bay Regional Council,26807870,Request for Quotations,Open Competition,HBRC Priority Ecosystems - Deer Control,,20230116,20230206,20230630,,Sole Agency,No,,"HBRC is seeking an experienced contractor (with a current firearms licence) to survey and remove feral deer from 8 high priority remnant bush sites in Hawkes Bay. We have recently deer fenced these biodiverse ecosystems to protect the stand of remnant native bush from browsers such as deer and goats. Some of these sites have had deer issues and will require several deer to be removed while the remaining sites require some surveying by thermal drone, indicator dogs etc. to identify any resident deer that may have been fenced in.",Awarded,,0,20250410 Hawke's Bay Regional Council,27628352,Request for Proposals,Closed Competition,Independent review of the Hawkes Bay Civil Defence Emergency Management Groups response to Cyclone Gabrielle,,20230628,20230719,20230824,,Syndicated Opportunity,No,,"The Joint Committee of the Hawke's Bay Civil Defence Emergency Management (CDEM) Group have agreed to conduct an Independent Review of the CDEM Group response to Cyclone Gabrielle to provide confidence to all stakeholders and communities within the Hawkes Bay that a robust and independent review process is completed. Hawke's Bay Regional Council (HBRC) are seeking to engage an independent consultant/s to assess the operational performance of the Hawkes Bay Civil Defence Emergency Management Groups response to Cyclone Gabrielle. The review will focus on the timeframe between the initial warning of the cyclone, including the termination of the State of National Emergency, through to the demobilisation of the Group Emergency Coordination Centre (09 February end-April 2023).",Not Awarded,This contract has been awarded to Bush International Consulting and is subject to variations to both the Procurement plan and Schedule One of the contract.,0,20250410 Hawke's Bay Regional Council,28134645,Request for Tenders,Closed Competition,HBRC IRG Upper Tukituki Scheme Gravel Extraction Round 3.1,,20230919,20231006,20231026,,Sole Agency,No,159 Dalton Street,"HBRC is looking for respondents who have the skills, local knowledge and experience, and expertise to commence gravel extraction work starting in October 2023. We want to work collaboratively with multiple local contractors to optimise the volumes of gravel extracted, while providing additional social benefits to the community. Conforming respondents will be ranked based on the volume they are wanting to extract relative to the volume of gravel available for the allocation of the cross section they are requesting gravel from, the incentivised value they are willing to offer the council and social benefits they are willing to provide.",Awarded,,0,20250410 Hawke's Bay Regional Council,28517777,Request for Proposals,Closed Competition,HBRC Karamu Enhancement Plantings 2024,,20231127,20231213,20231221,,Sole Agency,No,,,Awarded,Habitat Biodiversity and Pest Management Ltd scored highest on the assessment criteria.,59977,20250410 Hawke's Bay Regional Council,28639521,Request for Tenders,Open Competition,HBRC Monitor Well Drilling,,20240108,20240129,20240212,,Sole Agency,No,,Hawkes Bay Regional Council are seeking qualified and experienced well drillers for drilling and installing a monitoring well within the Heretaunga Plains. Collection of representative samples of borehole lithology is required and groundwater quality sampling may be undertaken from the productive water bearing layers during drilling. Please see the Request for Estimate document for more information.,Awarded,,0,20250410 Hawke's Bay Regional Council,29023818,Request for Quotations,Closed Competition,HBRC Gantry Reinforcement for Plantation Pump Station,,20240408,20240418,20240724,,Sole Agency,No,,"We are seeking a practical solution to reinforce the current gantry allowing us to lift four separate pumps vertically about 3 to 4 meters so these pumps can be checked. Our existing gantry system is not certified and cannot be used for this work. The reason is that our gantry is attached to an old wooden shed. There are four separate pumps, each weighing up to about 4 tonnes. It takes about a day to lift, check, and reinstall each pump. At that time a decision will be made if the pump can be lowered back into the location, if it will be maintained on-site, or if it must be removed from the pump station for repair off-site. If the pump needs to be removed off-site it will need to be chain-blocked or run along a scaffolded gantry out of the pump station to a landing area outside the eastern area of the station.",Not Awarded,"'Napier Engineering & Contracting Ltd / Eastbridge Services Ltd' has been awarded the winning tender, in total only 2 responses came in as this was a closed tender forwarded to 5 selected tenderers. NEC was late in its tender response submission but was a conforming tender with the best cost-value analysis among all responses. As the project needed a quick turnaround due to an ongoing operational aspect associated with it for HBRC, & their tender submission total spend value was $66,019.78+GST for both the stages of the project with a good history in similar projects helped us conclude to award this tender to 'Napier Engineering & Contracting Ltd / Eastbridge Services Ltd',",0,20250410 Hawke's Bay Regional Council,29065020,Request for Tenders,Open Competition,HBRC Monitor Well Drilling,,20240321,20240408,20240514,,Sole Agency,No,,Hawke's Bay Regional Council are seeking qualified and experienced well drillers for drilling and installing a monitoring well within the Heretaunga Plains. Collection of representative samples of borehole lithology is required and groundwater quality sampling may be undertaken from the productive water bearing layers during drilling. Please see the Request for Estimate for more information.,Awarded,,0,20250410 Hawke's Bay Regional Council,29179761,Request for Quotations,Closed Competition,HBRC Coastal Monitoring Buoy Servicing_2024,,20240412,20240503,20240610,,Sole Agency,No,,"HBRC are seeking construction dive services (boat, suitably qualified skipper and dive team) for carrying out routine dive inspection maintenance on Hawke's Bay Regional Councils monitoring buoy.",Awarded,Contract awarded to successful supplier,0,20250410 Hawke's Bay Regional Council,29180321,Request for Quotations,Closed Competition,HBRC NSWQ Marine Charter Services_2024,,20240412,20240503,20240529,,Sole Agency,No,,HBRC are seeking charter services (boat and suitably qualified skipper) for monitoring water quality around the Hawkes Bay coastline (near shore environment).,Awarded,,0,20250410 Hawke's Bay Regional Council,29181973,Request for Quotations,Closed Competition,HBRC Estuarine Infauna Taxonomy_2024,,20240412,20240503,20240625,,Sole Agency,No,,HBRC are seeking taxonomy laboratory services for the identification and enumeration of estuarine benthic infauna cores.,Awarded,Contract awarded to successful supplier,0,20250410 Hawke's Bay Regional Council,29201075,Request for Quotations,Closed Competition,HBRC Sediment Composition Analysis_2024,,20240412,20240503,20240625,,Sole Agency,No,,HBRC are seeking laboratory services for the analysis of sediment composition from estuarine/coastal samples.,Awarded,Contract awarded to successful supplier,0,20250410 Hawke's Bay Regional Council,29268628,Request for Tenders,Open Competition,HBRC Monitor Well Drilling,,20240423,20240509,20240515,,Sole Agency,No,,Hawke's Bay Regional Council are seeking qualified and experienced well drillers for drilling and installing a monitoring well within the Heretaunga Plains. Collection of representative samples of borehole lithology is required and groundwater quality sampling may be undertaken from the productive water bearing layers during drilling. Please see the Request for Estimate document for more information.,Awarded,,0,20250410 Hawke's Bay Regional Council,29309093,Request for Tenders,Closed Competition,HBRC IRG Tukituki Scheme Gravel Extraction Round 4,,20240501,20240514,20240524,,Sole Agency,No,,"HBRC is looking for respondents who have the skills, local knowledge and experience, and expertise to commence gravel extraction work starting in May 2024. We want to work collaboratively with multiple local contractors to optimise the volumes of gravel extracted, while providing additional social benefits to the community. Conforming respondents will be ranked based on the volume they are wanting to extract relative to the volume of gravel available for the allocation of the cross section they are requesting gravel from, the incentivised value they are willing to offer the council and social benefits they are willing to provide.",Awarded,,0,20250410 Hawke's Bay Regional Council,29508536,Request for Quotations,Open Competition,Survey Services,,20240612,20240704,20240725,,Sole Agency,No,,"Hawke's Bay Regional Council (HBRC) uses surveys as part of monitoring Hawke's Bay's rivers and coastline. This tender will purchase professional surveying services to allow HBRC to continue delivering our monitoring works as part of HBRCs river and coastal management strategy. This work has historically been undertaken by an external professional surveyor. These works are stated in the Infrastructure Strategy of HBRC's 2021-2031 Long Term Plan (the most recently published Long Term Plan as of this tender going out).",Awarded,,0,20250410 Hawke's Bay Regional Council,29548045,Request for Proposals,Closed Competition,Regional Rook Control Contract,,20240618,20240719,20240820,,Sole Agency,No,,"Service Delivery Requirements - The contractor must respond to all rook enquiries within 24 hours. - All rook enquiry details are to record on the appropriate form and forwarded to councils key contact person monthly. Please see attachment 1. - The contractor will also supply to the Council a monthly report (summary) outlining all rook activities and outcomes for that month. Pre-Season Check, The contractor must have a minimum of 100 kg of DRC 1339 bread and dripping baits, along with 130 tubes of DRC 1339 Gel baits at 5% strength, available at the beginning of each rook season. Aerial Rook Control The contractor will also be responsible for coordinating the regional aerial rook control program with the contracted aerial company. The contractor will be responsible for all DRC 1339 bait preparation (Bread, Bread & Dripping and Gel Baits) as well as bait storage. Approvals and Notifications The Contractor must obtain all necessary written approvals for both urban and rural rook control programs, whether they are aerial or ground-based.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29548404,Request for Proposals,Closed Competition,Aerial Rook Control Contract,,20240618,20240719,20240820,,Sole Agency,No,,"From 2006 all known rookies within the Hawkes Bay Region have been treated annually. All active nests have been treated with 3-Chloro-p-toluidine Hydrochloride (DRC 1339) in the form of Petroleum Gel, by aerial means directly into rook nests. The Aerial Contractor shall be responsible for the security of the aircraft and equipment used to carry out this contract. The Council carries out all work in a conscientious and professional manner. All aerial contractors are expected to act in the same way. Customer service is an important aspect of all Council work. Conduct aerial rookery surveillance in designated areas as specified by the sit supervisor. Apply the toxin DRC1339 incorporated into Vaseline to rook nests at specific rookeries identified for control in a manner prescribed by the site supervisor. Promote proficient risk management practices associated with rook nest control by helicopter application. Rook Season Mid-September through to November Helicopter Selection Due to the high risks of using a human sling load in the confines of a tree canopy, a highly maneuverable helicopter will be essential. The machine will need to be capable of lifting a reasonably heavy load (e.g. 375kg) with three personnel on board. Therefore, a turbine powered craft is the minimum requirement.",Not Awarded,,0,20250410 Hawke's Bay Regional Council,29548573,Request for Proposals,Closed Competition,Erepeti Boundary Control Bait Station Contract,,20240618,20240719,20240820,,Sole Agency,No,,"This project boundaries the Te Urewera Forest Park on its Northern Boundary the Wairoa Buffer GS1 on its Southern Boundary and the Cross Hills PCA on its Eastern Boundary. The contractor will service all 1,000 bait stations within this project once per annum. The Hawkes Bay Regional Council will supply the contractor with the GPSd coordinates of all bait station locations for this project. The Contractor will supply all materials, double strength brodifacoum, 213 ferafeed paste and feratox. All bait stations will be serviced with Double strength Brodifacoum, 213 ferafeed paste and 4 to 6 feratox pills per bait station. HBRC requires that all bait stations be maintained in a safe and useable standard, replacing bait stations and loosening brackets where required. During each service round any bait stations, requiring replacing will be replaced. The principal will supply all replacement bait stations and brackets for this project.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29548750,Request for Proposals,Closed Competition,Mahia Goat CMA Contract,,20240618,20240719,20240820,,Sole Agency,No,,"Although habitat loss and modification remains a threat to native biodiversity, a more an equally serious threat is from invasive introduced species. Plant pests and animal pests pose the greatest single threat to our remaining natural ecosystems and habitats and threatened native species. They damage habitats and important ecosystem processes, and compete with indigenous species for food, and prey directly on them. The Mahia Goat Co-ordinated Management Area (CMA) is finishing its twentieth year of control. Reinvasion continues to be an ongoing risk with high to medium populations still current on most boundaries.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29548943,Request for Proposals,Closed Competition,Maungaharuru Goat CMA Contract,,20240618,20240719,20240820,,Sole Agency,No,,"Although habitat loss and modification remains a threat to native biodiversity, a more an equally serious threat is from invasive introduced species. Plant pests and animal pests pose the greatest single threat to our remaining natural ecosystems and habitats and threatened native species. They damage habitats and important ecosystem processes, and compete with indigenous species for food, and prey directly on them. The Maungaharuru Goat Co-ordinated Management Area (CMA) is finishing its twentieth year of control. Reinvasion continues to be an ongoing risk with high to medium populations still current on most boundaries.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29549018,Request for Proposals,Closed Competition,HBRC Parks and Reserves Contract,,20240618,20240719,20240820,,Sole Agency,No,,"The Waipawa forest is within the Rangitoto PCA and the Waipukurau Forest sits within the Mangatarata PCA. The contractor will service all 58 bait stations within these projects twice per annum. The Hawkes Bay Regional Council will supply the contractor with the GPSd coordinates of all bait station locations for this project. The Contractor will supply all materials, double strength brodifacoum, 213 ferafeed paste and feratox. All bait stations will be serviced with Double strength Brodifacoum, 213 ferafeed paste and 4 to 6 feratox pills per bait station. HBRC requires that all bait stations be maintained in a safe and useable standard, replacing bait stations and loosening brackets where required. During each service round any bait stations, requiring replacing will be replaced. The principal will supply all replacement bait stations and brackets for this project. The council will carry out site visits with the contractor to ensure that all work undertaken meets the required standard. The contractor will be responsible for obtaining a MOH consent for this project. A copy of the MOH application and consent will be supplied to the principal prior to starting this project. All track logs, bait stations and signage will be forward to the principal electronically in map source format (gdb and GPX) format at the completion of this project. The contractor shall submit a maintenance report at the completion of this project, this report will outline any ongoing recommendations for this project. All landowner enquiries and concerns are to be dealt with as and when received by the contractor. The contractor will set up a complaint register which will be forwarded to HBRC at the completion of this project.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29549132,Request for Proposals,Closed Competition,Kereru Boundary Control Contract,,20240618,20240719,20240820,,Sole Agency,No,,"Under the services of this contract all landowners/Occupiers within the Kereru PCA who farm adjacent to the Ruahine Forest Park will pay $1.00 per hectare as their annual possum maintenance costs and the principal (HBRC) will pick up all other costs associated with this project The contractor will invoice each landowner/occupier directly for their possum maintenance cost of $1.00 per hectare.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29549210,Request for Proposals,Closed Competition,River Berm Bait Station Contract,,20240618,20240719,20240820,,Sole Agency,No,,"The contractor will service all 4,425 bait stations previously set up within the following river berm corridors in Hawkes Bay. 1. Esk River = 58 bait stations 2. Tutaekuri River = 370 bait stations 3. Ngaruroro River = 914 bait stations 4. Tukituki River = 1,905 bait stations 5. Waipawa River = 506 bait stations 6. Manganuku Stream = 254 bait stations 7. Tukipo River = 261 bait stations 8. Makaretu River = 157 bait stations All 883 bait stations within this project that are within the Department of Conservation Estate will be serviced with Double Tap Pellet Bait, capped with ferafeed paste No 213 and where appropriate Feratox (3 to 5 pills per bait station) All other bait stations (3,542) within this project will be serviced with Pestoff Hi-Strength Possum Bait, capped with ferafeed paste No 213, and where appropriate Feratox (3 to 5 pills per bait station). The contractor will also need to replace any bait stations within this project that are showing signs of extensive wear and tear. Bait station brackets where necessary will need to be released from the tree. HBRC will supply all replacement bait station as and when required. The contractor will supply all materials for this project. ? Double Tap Pellet Baits, ? Pestoff Hi-Strength Possum Bait 213 Ferafeed Paste, Feratox ? as well as all poison signage New Set Ups Bait stations will be set up on the true left and right banks of the Waipawa river opposite Caldwell Road to the Makaroro and Wakarara Bridge Bait stations will be set up on the true left and right banks of the Esk River from Waipunga road downstream to the river mouth. New bait station set ups will be serviced with Pestoff Hi-Strength Possum Bait, capped with ferafeed paste No 213, and where appropriate Feratox (3 to 5 pills per bait station).",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29549379,Request for Proposals,Closed Competition,Ruahine Boundary Control Contract,,20240618,20240719,20240820,,Sole Agency,No,,"Under the services of this contract all landowners/Occupiers within the Ruahine PCA who farm adjacent to the Ruahine Forest Park will pay $1.00 per hectare as their annual possum maintenance costs and the principal (HBRC) will pick up all other costs associated with this project. The contractor will invoice each landowner/occupier directly for their possum maintenance cost of $1.00 per hectare. This project boundaries the Ruahine Forest Park on its western boundary, Horizons Regional Council on its southern boundary and the Ruahine Extension PCA on its northern boundary. The contractor will service all 1,662 bait stations within this project once with Double strength Brodifacoum, 213 ferafeed paste and 4 to 6 feratox pills per bait station. All bait stations at time of servicing that need replacing will be replaced as well. The contractor will re-service all 958 bait stations within a 500-meter buffer of the Ruahine Forest Park a minimum of 9 weeks after the first service round. If the landowners wish to have their remaining bait stations serviced, this cost will be on the landowner. The contractor will supply a full break down of cost and materials for this project. The Hawkes Bay Regional Council will supply the contractor with the GPSd coordinates of all bait station locations for this project. The Contractor will supply all materials, double strength brodifacoum, 213 ferafeed paste and feratox. HBRC requires that all bait stations be maintained in a safe and useable standard, replacing bait stations and loosening brackets where required. The council will carry out a site visit with the contractor to ensure that all work undertaken meets the required standard. The contractor will be responsible for obtaining a MOH consent for this project. A copy of the MOH application and consent will be supplied to the principal prior to starting this project. All track logs, bait stations and signage locations will be forward to the principal electronically in map source format (gdb and GPX) format at the completion of each service round. The contractor shall submit a maintenance report annually, this report will outline any ongoing recommendations for this project. The contractor will set up a complaint register which will be forwarded to HBRC at the completion of this project. All landowner enquiries and concerns are to be dealt with as and when received by the contractor.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29549704,Request for Proposals,Closed Competition,Ruahine Extension Boundary Control Contract,,20240618,20240719,20240820,,Sole Agency,No,,"Under the services of this contract all landowners/Occupiers within the Ruahine Extension PCA who farm adjacent to the Ruahine Forest Park will pay $1.00 per hectare as their annual possum maintenance costs and the principal (HBRC) will pick up all other costs associated with this project The contractor will invoice each landowner/occupier directly for their possum maintenance cost of $1.00 per hectare. This project boundaries the Ruahine Forest Park on its Western Boundary and Ruahine PCA on its Southern Boundary the Makaroro PCA on its Northern Boundary and the Pleasant Valley and Ongaonga PCAs on its Eastern Boundary. The contractor will service all 400 bait stations within this project twice per annum. The second service will be carried out a minimum of 6 weeks after the first service round. Under the services of this contract all landowners/Occupiers within the Ruahine Extension PCA who farm adjacent to the Ruahine Forest Park will pay $1.00 per hectare as their annual possum maintenance costs and the principal (HBRC) will pick up all other costs associated with this project. The Hawkes Bay Regional Council will supply the contractor with the GPSd coordinates of all bait station locations for this project. The Contractor will supply all materials, double strength brodifacoum, 213 ferafeed paste and feratox. All bait stations will be serviced with Double strength Brodifacoum, 213 ferafeed paste and 4 to 6 feratox pills per bait station. HBRC requires that all bait stations be maintained in a safe and useable standard, replacing bait stations and loosening brackets where required. During each service round any bait stations, requiring replacing will be replaced. The principal will supply all replacement bait stations and brackets for this project. The council will carry out a site visit with the contractor to ensure that all work undertaken meets the required standard. The contractor will be responsible for obtaining a MOH consent for this project. A copy of the MOH application and consent will be supplied to the principal prior to starting this project. All track logs, bait stations and signage will be forward to the principal electronically in map source format (gdb and GPX) format at the completion of this project. The contractor shall submit a maintenance report at the completion of this project, this report will outline any ongoing recommendations for this project.",Awarded,Can you send through a copy of your insurance thanks.,0,20250410 Hawke's Bay Regional Council,29700590,Request for Tenders,Open Competition,HBRC IRG LoS Maraenui Golf Course Stopbank Remediation Geotechnical and Design Works,,20240703,20240712,20240716,,Sole Agency,No,,"Hawkes Bay Regional Council (HBRC) is now seeking Request for Tender (RFT) from suitably experienced geotechnical engineers to carry out geotechnical investigations and stopbank designs along the Heretaunga Plains Flood Control Scheme. This package of works is for approximately 1000m along the Maraenui Golf Course stopbank. These works will include investigation, analysis, design and construction monitoring.",Awarded,,0,20250410 Hawke's Bay Regional Council,29905237,Request for Tenders,Open Competition,Hawkes Bay Regional Council Waitangi Regional Park Toilets,,20240808,20240910,20240925,,All of Government,No,,Please see the Request for Tender for Waitangi Regional Park Toilet block.,Awarded,,0,20250410 Hawke's Bay Regional Council,29941348,Request for Quotations,Open Competition,HBRC Aerial Herbicide Spraying Application 2024/25,,20240809,20240906,20240913,,Sole Agency,No,,Hawke's Bay Regional Council is seeking a suitably qualified aerial spray contractor to control pest plants in four wetland sites in Hawke's Bay.,Awarded,,0,20250410 Hawke's Bay Regional Council,30113158,Request for Tenders,Open Competition,HBRC-RFT-IRG-Chesterhope Upper & Raupare Upper Stopbank-Geotechnical Works,,20240902,20240930,20241011,,All of Government,No,,Please see the Request for Tender for the HBRC-IRG-LoS-Chesterhope Upper & Raupare Upper Stopbank-Geotechnical Works.,Awarded,,0,20250410 Hawke's Bay Regional Council,30322094,Request for Tenders,Open Competition,HBRC IRG LoS Pakowhai Park and Raupare Lower Stopbank Geotechnical Works,,20241004,20241101,20241114,,Sole Agency,No,,"Hawkes Bay Regional Council (HBRC) is now seeking Request for Tender (RFT) from suitably experienced geotechnical engineers to carry out geotechnical investigations and stopbank designs along the Heretaunga Plains Flood Control Scheme. This package of works is for approximately ~5.6 km of stop across two different sections of Stopbank along the true right of the Ngaruroro River: 1. Pakowhai Park Cross sections 15 to 20 ~ 2.7 km of stopbank 2. Raupare Lower- Cross sections 20 to 27 ~2.9km of stopbank Hawkes Bay Regional Council (HBRC) is undertaking these projects in response to the potential effects of climate change, and rising sea levels to increase the durability, sustainability, and level of service of the Heretaunga Plains Flood Control Scheme (HPFCS). The geotechnical consultant is to be asked to undertake analysis, reporting and design for the elements within the stopbank zone. Within the scope, the Consultant may be asked to gather information that may not be directly relevant to the stopbank condition assessment, however this may be sought for other tasks, and it is simply efficient to gather the information now. Responding to this RFT will enable you to be considered for the Pakowhai Park and Raupare Lower geotechnical works.",Awarded,,0,20250410 Hawke's Bay Regional Council,30536042,Request for Tenders,Closed Competition,HBRC IRG Upper Tukituki Scheme Gravel Extraction Round 5,,20241101,20241129,20241212,,Sole Agency,No,,"Hawkes Bay Regional Council (HBRC) is now seeking Request for Tender (RFT) from suitably experienced contractors that meet pre-qualifications and are eligible to tender on the extraction of gravel from Upper Tukituki (UTT) scheme. This current tranche 5 is targeting sections of the Tukipo and Mangaonuku Rivers. A total volume of approximately 90,000m3 is available for extraction across 10 cross sections shown below on each Rivers respective maps and also in Appendix A.",Not Awarded,,0,20250410 Hawke's Bay Regional Council,30694115,Request for Quotations,Open Competition,HBRC-IRG-Rock Supply-Farndon Rd-Erosion Protection of Clive Riverbank,,20241122,20241210,20241220,,All of Government,No,,"HBRC are requesting quotes for the supply of rock suitable for use in this rock revetment project located on the Clive River in Hastings. The project requires a total volume of approximately 5,100 tonnes of rock. This requirement is subject to change; confirmation of quantity will be provided before contract finalisation.",Awarded,,0,20250410 Hawke's Bay Regional Council,30910428,Request for Tenders,Closed Competition,HBRC Okawa stream erosion protection work,,20250122,20250207,20250226,,All of Government,No,,"Hawke's Bay Regional Council (HBRC) is seeking an experienced earthworks contractor to deliver the erosion protection work along the Okawa stream. The project involves carrying out stream maintenance work as well as repairing a stop bank in two specific areas. The work includes site preparation and topsoil removal, implementation of erosion and sediment control measures, repairs on the stop banks, removal of debris, trees and silt build ups.",Awarded,,0,20250410 Hawke's Bay Regional Council,31110603,Request for Tenders,Open Competition,HBRC IRG LoS Borrow Catalogue,,20250219,20250312,20250321,,Sole Agency,No,159 Dalton Street,"Hawkes Bay Regional Council (HBRC) is now seeking Request for Tender (RFT) from suitably experienced geotechnical engineers to carry out geotechnical investigations along the Heretaunga Plains Flood Control Scheme. This package of works spans an approximate 10.9km of river berm across the Tutaekuri and Ngaruroro Rivers 1. Tutaekuri River, true right bank Cross sections 12 to 17, ~1.9km stretch of river. 2. Ngaruroro River, true left bank Cross sections 7 to 28, ~9.0km stretch of river. HBRC is undertaking these projects in response to the increasing need for suitable material to build and upgrade flood control infrastructure. The geotechnical consultant is to be asked to undertake analysis and reporting for areas within the two river berms. Responding to this RFT will enable you to be considered for the Borrow Catalogue material geotechnical works",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),26028373,Request for Tenders,Open Competition,Hauora Tairawhiti - Acute Mental Health and Addictions Facility,10207,20220708,20220812,20221025,Mental Health Infrastructure Programme,Sole Agency,No,"Only electronic submissions, submitted via GETs, will be accepted.","1Te Whare Awhiora Main Contractor Request for Tender The purpose of this RFT is to engage a competent Contractor to undertake the construction of the new Te Whatu Ora - Hauora Tairawhiti - Acute Mental Health and Addictions Facility located in the Gisborne Hospital campus. The Procurement is a single stage RFT, with works being completed in three separable portions. Separable Portion 1 consists of early works scope involving civil, ground improvement and new carpark area. Separable Portion 2 focuses on the foundation and slab, with Separable Portion 3 being the main structure consisting of one generally single story building with specialist finishes in the bedroom areas. The Acute Inpatient Mental Health and Addictions Facility is a single story building with the following features: o 10 beds in two wings (high acuity and low acuity) o entrance and reception and a whare o secure vehicle sallyport o common living areas o supporting office spaces o a link corridor to the main hospital o landscaping including carparking. The building will be both CORE and Zero Energy Certified meaning it will have a low impact on the community. It is a great opportunity to develop experience in green construction, something that will increasingly be the norm for future developments. The new facility is a highly needed unit within Hauora Tairawhiti and one which is keenly looked forward to by the whole community. The project team is looking forward to working with a contractor through the rest of the project. If a Respondent requires an initial brief of the Project please let your request known through the GETS Question and Answer Function. Tenders must be submitted electronically via GETS. Responses must be submitted electronically through GETS by the tender close date. Non-Price and Price files should be uploaded as separate files and clearly marked as Non-Price and Price.",Awarded,,2057175,20250410 Health New Zealand (Te Whatu Ora),26103712,Request for Quotations,Closed Competition,2x Project Management Consultants,MHIP-001,20220727,20220808,20241007,Mental Health Infrastructure Programme,Sole Agency,No,,"Mental health and wellbeing are priority areas for Government, and the Mental Health Infrastructure Programme (MHIP) of the Investment and Infrastructure Group (IIG) of Te Whatu Ora Health New Zealand (Te Whatu Ora) is a targeted workplan to modernize, improve and update the existing mental health infrastructure to deliver better outcomes for New Zealanders. The MHIP programme is overseen by the Infrastructure and Investment Group of Te Whatu Ora Health New Zealand and requires differing levels of intervention dependent on the skills and experience present in the District in delivering capital projects. The programme is made up of 16 projects across the mental health estate that require oversight, advice, or direct intervention. These projects are at various stages in their lifecycle and require close monitoring and management to ensure positive outcomes are achieved. To support the MHIP Te Whatu Ora is seeking to source two Project Management Services Contractors skilled in construction and infrastructure management to deliver project management support and provide assistance in the ongoing delivery of the MHIP. The Contractors will take responsibility for the day-to-day project management for a select number of MHIP projects that are currently being managed by the Districts. They will actively support the Project Director in the timely delivery of the projects and completing all necessary Te Whatu Ora reporting. The services will be delivered at the IIG offices in Wellington or remotely at the discretion of the Project Director.",Not Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),26143588,Request for Proposals,Open Competition,Intern Hub Services Pilot: a model of internship for Clinical Psychology Interns,,20220808,20220901,20230101,Mental Health Infrastructure Programme,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to health funded primary or secondary mental health and addictions services who provide internships for clinical psychology students, to submit a proposal for the delivery of an Intern Hub Service pilot. This procurement is seeking the delivery of an Intern Hub Service providing: added value to services through the provision of a clinical psychology intern workforce an alternative to the one:one internship model (including cultural supervision) for students seeking internships within mental health and addiction services, co-ordination and workstream management of intern placements, enhanced liaison between universities, the interns, and the provider/s, peer support for interns through provision of a clear base service, increased alignment of internships and services with Te Tiriti o Waitangi principles, increased alignment of internships and services for priority population groups and strategic value for the mental health and addictions workforce. Ideally, we are looking for proposals which demonstrate cultural perspectives of clinical psychology internships and provision of services. This RFP is an open competitive tender process. It is a single procurement process.",Awarded,"Note the following correction to above: - We have contracted with Hauora Waikato Maori mental health services not the Nga Ringa Awhina o Hauora Trust Board as detailed above. - The 'Te Whatu Ora- Health New Zealand from Te Whatu Ora' is an award for the Northern Region",3119780,20250410 Health New Zealand (Te Whatu Ora),26283806,Request for Proposals,Closed Competition,Public-Facing Resources,,20220907,20220921,20230522,,Sole Agency,No,,"This procurement relates to the purchase of services to update and create print and online resources as part of implementation of the new HPV Primary Screening programme, which the National Cervical Screening Programme (NCSP) is undertaking. The aim of the service is to produce online resources to inform and educate participants and communities about the changes, consent processes, and where participants have choice within the new HPV Primary Screening clinical pathway. The All-of-Government Design Services Panel includes organisations with substantive experience in design strategy and production, as well as project, account and relationship management. A Statement of Work (SOW) will serve as a Design Brief to ensure that everyone has clarity of our objectives and expected outcomes. The SOW will form part of the Request for Proposal (RFP). The Brief will be placed on GETS as a closed RFP that is accessible to a shortlist of providers who are believed to have relevant capability and experience. Te Whatu Ora will advise the selected Panel members of the need to register their interest in this procurement opportunity, on GETS in order to access the procurement document and any additional information (including questions and answers). Responses will be submitted on GETS.",Not Awarded,Lack of market capability and Design Panel members were unwilling to submit proposals.,0,20250410 Health New Zealand (Te Whatu Ora),26466131,Request for Proposals,Open Competition,Matauranga Maori training for the Maori health workforce,,20221019,20221117,20230214,,Sole Agency,No,,,Not Awarded,Evaluation of written responses was reinforced through assessment of kanohi-ki-te-kanohi presentations.,0,20250410 Health New Zealand (Te Whatu Ora),26589108,Request for Proposals,Closed Competition,Wakari Hospital Refurbishment - Project Brief Development,,20221108,20221129,20230112,Mental Health Infrastructure Programme,Sole Agency,No,,"This procurement is for the role of Architect/Design Consultant (the Consultant) to provide initial development of the Project Brief (Stage 1) and then the Concept Plan (Stage 2). The Concept Design will then inform a case for funding that is sufficient to address immediate risk areas within existing Wards 9A, 9B, 9C & 10A of the Mental Health Facilities on the Wakari Campus, Dunedin, to support its operation through the next 5 years. Should this funding request be successful, then this MAY lead to this procurement proceeding to requesting the Consultant provide a subsequent proposal to complete the entire engagement, being the finalisation of the design workstream and supervision of the actual building works.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),26668221,Request for Quotations,Closed Competition,Te Whatu Ora - Health New Zealand National Asset Management Strategy,,20221123,20221209,20230201,Project Management Office,All of Government,No,,"The recently published Te Pae Tata - Interim Health Plan (Te Pae Tata) sets out deliverables that the Te Whatu Ora Infrastructure and Investment Group (IIG) must deliver. One of these deliverables is a National Asset Management Strategy (NAMS). Further background information can be found in the Interim Health Plan: https://www.huttvalleydhb.org.nz/media-and-latest-news/te-pae-tata-interim-health-plan/te-pae-tata-interim-new-zealand-health-plan-2022/tepaetata-oct-2022-1.pdf. (section 3.7.2, pages 72-73) Te Whatu Ora is seeking an organisation or consortium (the Supplier), via this RFQ, to support the development of a NAMS, by December 2023. The NAMS developed in 2023 will be the first iteration of the planning for the development of asset management practice across Te Whatu Ora. The focus of the first version will be on asset management practice for buildings and infrastructure as the largest asset classes in Te Whatu Ora. The emphasis of the NAMS will be on improving the maturity of asset management practice through the development of the frameworks, capability, and planning necessary to lift performance. In developing the NAMS, a stakeholder reference group will be established by Te Whatu Ora, who will be engaged as an expert reference group for the work. We expect that the successful supplier will need to work closely with this group. There will be a need to engage a wider group of internal stakeholders involved in asset and facility management. Other stakeholders will be regional infrastructure leads, the Districts, the Ministry of Health, Te Waihanga, and Treasury. The supplier will be required to engage senior leadership and governance as required in the presentation of the progress of the work and any analysis or options requiring senior leadership and/or governance direction. We are also running a parallel project to develop a capital investment plan by December 2023. The capital investment plan will cover the investments we intend to deliver over the next 10 years, whereas the NAMS focus is on the growth path for asset management practice. It is important to note this demarcation and understand the boundary between the two projects.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),26918925,Award Notice,Open Competition,Supply of Twist Custom Panel,23PROCLAB031,20221013,20221013,20221013,,Sole Agency,No,," Decode Science is the only supplier that can supply the TWIST Chemistry reagents in New Zealand and are approved by Illumina for use on our existing Illumina MiSeq equipment. Replacement of NGS platform/equipment is not in scope for this procurement.",Awarded," Decode Science is the only supplier that can supply the TWIST Chemistry reagents in New Zealand and are approved by Illumina for use on our existing Illumina MiSeq equipment. Replacement of NGS platform/equipment is not in scope for this procurement.",133000,20250410 Health New Zealand (Te Whatu Ora),26922119,Request for Proposals,Open Competition,Project Tira Ora - Child Health Centre Architecture RFP,,20230208,20230321,20230723,,All of Government,No,,"The Government has approved funding to invest in Project Pihi Kaha, Whangarei Hospital Redevelopment. This will replace a large section of the main hospital block and includes: building an acute services building (ASB) for theatres, ED, ICU, a coronary care unit, a cardiac catheter laboratory, radiology and support services rebuilding the existing child health centre (CHC) and Whanau House in the western part of the campus; these are currently on the site of the proposed ASB design of a ward tower adjacent to the ASB. This would accommodate four medical-surgical wards and an acute assessment unit, which is enough new and replacement capacity to fully vacate and decommission the end-of-life surgical wing. Te Whatu Ora and the Government will reconsider funding for the ward tower in 2024, before construction starts on the ASB. The new CHC (named Tira Ora) is one of a suite of projects that form part of Project Pihi Kaha. The Masterplan for the Whangarei Hospital site proposes to progressively re-organise the part of the campus between Hospital Road and West End Avenue in preparation for the 42,000sqm redevelopment which will become Stage 1 of the New Whangarei Hospital. The existing CHC is situated just south of Carpark 16 between Hospital Road and West End Avenue. It sits within the new hospital footprint and will need to be demolished to make way for the new ASB and Ward Tower. Ahead of demolition, Tira Ora needs to be fully operational and thus is one of the first enabling works for the wider hospital redevelopment and is on the critical path. This Request for Proposal (RFP) is an invitation to suitably qualified consultants to submit a Proposal for Architectural design services for Project Tira Ora - Child Health Centre.",Awarded,,1212998,20250410 Health New Zealand (Te Whatu Ora),26922292,Award Notice,Open Competition,"Replacement histology equipment (cryostat, microtome, embedded centre)",23PROCLAB042,20221128,20221128,20221128,,Sole Agency,No,,"For technical reasons, we need to ensure that the fleet of cryostats, microtomes and embedding centre stations in use in our Anatomical Pathology Lab are consistent. To ensure that results are consistent, it is vital that the equipment is of the same type as the rest of the fleet.",Awarded,"For technical reasons, we need to ensure that the fleet of cryostats, microtomes and embedding centre stations in use in our Anatomical Pathology Lab are consistent. To ensure that results are consistent, it is vital that the equipment is of the same type as the rest of the fleet.",140000,20250410 Health New Zealand (Te Whatu Ora),26922816,Request for Proposals,Open Competition,Project Tira Ora - Child Health Centre Engineering RFP,,20230208,20230321,20230723,,All of Government,No,,"The Government has approved funding to invest in Project Pihi Kaha, Whangarei Hospital Redevelopment. This will replace a large section of the main hospital block and includes: building an acute services building (ASB) for theatres, ED, ICU, a coronary care unit, a cardiac catheter laboratory, radiology and support services rebuilding the existing child health centre (CHC) and Whanau House in the western part of the campus; these are currently on the site of the proposed ASB design of a ward tower adjacent to the ASB. This would accommodate four medical-surgical wards and an acute assessment unit, which is enough new and replacement capacity to fully vacate and decommission the end-of-life surgical wing. Te Whatu Ora and the Government will reconsider funding for the ward tower in 2024, before construction starts on the ASB. The new CHC (named Tira Ora) is one of a suite of projects that form part of Project Pihi Kaha. The Masterplan for the Whangarei Hospital site proposes to progressively re-organise the part of the campus between Hospital Road and West End Avenue in preparation for the 42,000sqm redevelopment which will become Stage 1 of the New Whangarei Hospital. The existing CHC is situated just south of Carpark 16 between Hospital Road and West End Avenue. It sits within the new hospital footprint and will need to be demolished to make way for the new ASB and Ward Tower. Ahead of demolition, Tira Ora needs to be fully operational and thus is one of the first enabling works for the wider hospital redevelopment and is on the critical path. This Request for Proposal (RFP) is an invitation to suitably qualified consultants to submit a Proposal for Engineering design services for Project Tira Ora - Child Health Centre.",Awarded,,1497468,20250410 Health New Zealand (Te Whatu Ora),26922972,Request for Proposals,Open Competition,Project Tira Ora - Child Health Centre QS RFP,,20230208,20230321,20230723,,All of Government,No,,"The Government has approved funding to invest in Project Pihi Kaha, Whangarei Hospital Redevelopment. This will replace a large section of the main hospital block and includes: building an acute services building (ASB) for theatres, ED, ICU, a coronary care unit, a cardiac catheter laboratory, radiology and support services rebuilding the existing child health centre (CHC) and Whanau House in the western part of the campus; these are currently on the site of the proposed ASB design of a ward tower adjacent to the ASB. This would accommodate four medical-surgical wards and an acute assessment unit, which is enough new and replacement capacity to fully vacate and decommission the end-of-life surgical wing. Te Whatu Ora and the Government will reconsider funding for the ward tower in 2024, before construction starts on the ASB. The new CHC (named Tira Ora) is one of a suite of projects that form part of Project Pihi Kaha. The Masterplan for the Whangarei Hospital site proposes to progressively re-organise the part of the campus between Hospital Road and West End Avenue in preparation for the 42,000sqm redevelopment which will become Stage 1 of the New Whangarei Hospital. The existing CHC is situated just south of Carpark 16 between Hospital Road and West End Avenue. It sits within the new hospital footprint and will need to be demolished to make way for the new ASB and Ward Tower. Ahead of demolition, Tira Ora needs to be fully operational and thus is one of the first enabling works for the wider hospital redevelopment and is on the critical path. This Request for Proposal (RFP) is an invitation to suitably qualified consultants to submit a Proposal for Quantity Surveying services for Project Tira Ora - Child Health Centre.",Awarded,,335754,20250410 Health New Zealand (Te Whatu Ora),26934238,Request for Proposals,Open Competition,30548 Te Ukaipo Wananga Programme for School Based Health Services,30548,20230210,20230313,20230615,,Sole Agency,No,,"The Te Ukaipo Vision and Values framework (Te Ukaipo) is the foundation for the School Based Health Services (SBHS) programme, in the way we work, the mahi we produce, and the outcomes for rangatahi. It signals the importance of whanau to rangatahi wellbeing; without whanau, our tamariki will not have a strong Ukaipo. This project is part of the SBHS Enhancements Programme. The project links with our workforce development project and model of care project as the three strands will ensure SBHS has the foundation, practice and workforce to deliver strengths-based and mana enhancing care for rangatahi. The aim of the project is to enable SBHS health practitioners and planners and funders to understand this Maori-centred approach to service delivery, apply Te Ukaipo in their practice and enhance the experience of rangatahi in the SBHS.",Awarded,"Contract awarded to Deloitte Limited level12, 20 Customhouse Quay Wellington NZBN 9429032075946",986202,20250410 Health New Zealand (Te Whatu Ora),26940632,Award Notice,Open Competition,"Maintenance and Services for access control, CCTV, Intercom systems (Waitaha Canterbury)",23PROCMAINT001,20230213,20230213,20230213,,Sole Agency,No,,"Maintenance and Services for access control, CCTV, Intercom systems (Waitaha Canterbury)",Awarded,For technical reasons Evotek Technologies Limited is the only supplier who can provide us with comprehensive maintenance and the servicing of access control and are the only end user software provider for our access controls.,789510,20250410 Health New Zealand (Te Whatu Ora),26945866,Award Notice,Open Competition,Rheumatic Fever Awareness and Education Campaign,30505,20230123,20230215,20230201,,Sole Agency,No,,"Supplier: The Cause Collective ( NZBN 9429043313532) Contract No -378725/00 Description of service: National Rheumatic Fever Awareness and Education Campaign Contract start: 1 February 2023 Term: 17 months Spend:$600,000.00 Direct source with one known supplier via exemption - Rule 14.9 c. (ii) Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: (ii) the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights.",Awarded,"Supplier: The Cause Collective ( NZBN 9429043313532) Contract No -378725/00 Description of service: National Rheumatic Fever Awareness and Education Campaign Contract start: 1 February 2023 Term: 17 months Spend:$600,000.00 Direct source with one known supplier via exemption - Rule 14.9 c. (ii) Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: (ii) the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights.",0,20250410 Health New Zealand (Te Whatu Ora),26967168,Request for Quotations,Open Competition,Supply of Mental Health Behavioural Beds,NMH-0078,20230217,20230309,20230801,,Sole Agency,No,,"Te Whatu Ora Health New Zealand - Nelson Marlborough is seeking to purchase 27 x Mental Health behavioural platform beds and mattresses for our Mental Health Inpatient Unit. These may also be known as Psychiatric Beds, Mental Health Beds or Platform beds. We invite appropriate suppliers to respond to our tender opportunity.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),26972847,Request for Quotations,Closed Competition,RFQ AAIF - Main Contractor Fixed Price Lump Sum,,20230220,20230428,20230801,,Sole Agency,No,,"Te Whatu Ora Health Waikato are looking to appoint a Main Contractor under a Fixed Price Lump Sum form of Contract for the Adult Acute Inpatient Facility (AAIF) located at our Hamilton Hospital Campus. This tender package is for the AAIF project only. The Waikato Mental Health Adult Inpatient Facility provides mental health, addictions and speciality services to the population of the Waikato and regional forensic services to the Te Manawa Taki population. This project is intended to provide a 64-bed facility (AAIF) that provides a safe, therapeutic and effective environment for tangata whaiora and staff.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),26979218,Request for Proposals,Open Competition,Outsourced Wheelchair Service Technician,RFP P22-507,20230227,20230324,20230522,,Sole Agency,No,,"Te Toka Tumai Auckland have a requirement for a wheelchair solutions service provider. Mobility Solutions is a Te Toka Tumai Auckland service contracted by the Ministry of Health to provide wheelchair, seating assessment and intervention to clients of all ages with complex needs, who reside in the greater Auckland region. The provider will offer services for specialised wheelchair and seating requirements which includes but is not limited to: - Growth and reconfiguration of mobility bases - Fitting and adjustment of seating and accessories under direction - Diagnostics and evaluation of performance issues - fabrication and customisation which may include welding - Small modifications and accessories, eg footplate overlays, hip guide fabrication - Maintenance and repair of Green Machine mobility platform - Practical tutorial style teaching sessions to therapist and advice on solutions to achieve the best outcome for the client Please email your intention to respond to the RFx contact by the 6th of March 2023.",Awarded,"The Outsourced Technician Service for Te Toka Tumai Auckland - Mobility Solutions has been awarded to Seating to Go. Based on scoring, evaluation and discussions by the evaluation panel, Seating to Go met all the requirements and started work on the week of 22nd of May 2023 for the period of 1 (one) year with one right of renewal for 2 (two) years.",215000,20250410 Health New Zealand (Te Whatu Ora),26997664,Request for Proposals,Open Competition,"Supply of Maintenance Services of Automatic Sliding/Swing Doors, Access Doors, Fire and Smoke Doors for All Te Whatu Ora - Counties Manukau Sites",CT2302-018,20230224,20230330,20230619,,Sole Agency,No,,"Te Whatu Ora - Counties Manukau is looking for suppliers that have the certified capability, experience and infrastructure to deliver inspection, maintenance and reporting on the existing Specified Systems. You will have the ability to work with the Te Whatu Ora - Counties Manukau Facilities, Engineering & Asset Management team and provide professional services, advice and support for general operations and capital works. Your expertise in the industry will allow you to identify life expectancy of our systems and provide solutions in a time and cost-effective manner. Transparency, regular reporting, and clear communication are also key components of this opportunity.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27041233,Request for Proposals,Open Competition,Healthy Homes Initiative Project 30512,30512,20230306,20230403,20230629,,Sole Agency,No,,"This RFP is issued by Te Whatu Ora - Health New Zealand, referred to below as the Buyer or we or us. What we need: This Request for Proposal (RFP) is an invitation to suitably qualified respondents to submit a Proposal for the Healthy Homes Initiative (HHI). Te Whatu Ora Population Health Programmes, Commissioning is seeking a provider (or partnership of providers) to deliver the HHI in each of the following regions: Te Toka Tumai Auckland Waitemata Waikato Te Whatu Ora Population Health Programmes, Commissioning is not looking for one provider to deliver HHI services in all the regions listed above. Providers may choose to submit responses for one or more of the regions listed above, either alone or in partnership with other providers. Te Whatu Ora Population Health Programmes, Commissioning does not have a preferred contractual model for delivering the HHI and seeks proposals from any provider or group of providers who believe that individually or collectively they have the skills, capability, and capacity to successfully deliver the HHI within the applicable region/s. The contracts with the successful providers will be for an initial term of two (2) years (1 July 2023 30 June 2025), with a right of renewal for an additional three-year term (1 July 2025 30 June 2028). This would then result in a total contract term of five (5) years. The right of renewal is at the discretion of Te Whatu Ora, based on successful delivery, performance and funding being available. A review process will be undertaken following the first six, twelve and eighteen months of the initial contract term. This review process will examine performance and delivery outcomes to ascertain acceptability to extend the contract/s for the full five-year term.",Awarded,"The HHI services in Auckland and Waitemata will be provided by Habitat for Humanity Northern Region Limited. The HHI services in Waikato will be provided by National Hauora Coalition.",7337310,20250410 Health New Zealand (Te Whatu Ora),27079228,Request for Proposals,Open Competition,Christchurch Womens Hospital Switchboard Replacement (Waitaha Canterbury),23PROCMAINT011,20230313,20230417,20230803,,Sole Agency,No,,"Te Whatu Ora Health New Zealand Waitaha Canterbury currently manage power to Christchurch Womens Hospital via a range of electrical devices and electrical systems to regulate its electrical delivery. The current main switchboard (Schneider Electric Prisma) was installed in March 2015 and complied with AS/NZS 3439. AS/NZS 3439 has now been superceded by AS/NZS 61439. The air circuit breaker and sub main fuse links are no longer supported by the supplier. This RFP relates to the Provision of an AS/NZS61439 compliant Prisma switchboard and enclosure.",Awarded,"Procurement of main switchboard, essential and non essential sub boards, onsite joining, temporary generator connection and DC power supply.",644000,20250410 Health New Zealand (Te Whatu Ora),27089774,Request for Proposals,Closed Competition,Project Management Services for Counties Manukau District Core Infrastructure Projects,CT2302-023,20230315,20230414,20230523,,Sole Agency,No,,"The Procurement Opportunity: Te Whatu Ora Counties Manukau wishes to engage a provider from the All-of-Government (AOG) Construction Consultancy Services (CCS) Panel to provide project management services for its Middlemore Core Infrastructure Project. Te Whatu Ora Counties Manukau requires a provider with specialist expertise in the delivery of brownfield site-wide infrastructure upgrades, ideally in a healthcare campus or other live operational environments. Te Whatu Ora Counties Manukau is looking for an engagement commitment of at least 24 hours per week for the duration of the project (estimated 2-3 years from contract commencement) to support the Te Whatu Ora Counties Manukau Project Manager. The Project: Te Whatu Ora Counties Manukau is undertaking the Middlemore Core Infrastructure Project to replace and upgrade existing aging infrastructure at the site and enable the future demolition of the earthquake-prone Galbraith Building. The Middlemore Core Infrastructure project has seven work packages that group its tasks into specific locations around the hospital. The Project is divided into the following work packages: 1. McIndoe Plantroom 2. Medical Gases 3. 11kV Substation 2 4. ICT 5. Watermains Relocation 6. Fire Protection 7. Asset Remediation Further information on the Middlemore Core Infrastructure Project is provided as part of the RFP suite of documents uploaded on GETS. Through this RFP, Te Whatu Ora Counties Manukau is seeking proposals from suitably qualified providers for Project Management Services to deliver this project on its behalf. Other projects: The immediate need is to engage a provider for project management services to support the Middlemore Core Infrastructure Project. However, Te Whatu Ora Counties Manukau also has a number of other major capital projects in the pipeline for which the selected provider may be requested to support at a future date if and when the need arise. These projects are: Manukau Health Park Kidz First & McIndoe External Envelope Redevelopment Ward 22 Refurbishment",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27095107,Request for Proposals,Open Competition,National sector guidance to prevent and manage diabetes-related complications,,20230315,20230412,20230626,National Procurement,On behalf of procurement agent,No,,"This RFP follows the Advance Notice of Procurement in which we advised our intention to shortly go to market for Development of national sector guidance to improve equitable access to diabetes services to prevent and manage diabetes-related complications (Guidance to improve access to diabetes services); GETS Ref. 26984777 The Long Term Conditions Programmes team at Te Whatu Ora - Health NZ is seeking proposals from providers to develop a suite of national guidance for the prevention and management of diabetes-related complications. This will ultimately result in the development of a suite of national guidance for the prevention and management of diabetes complications, with an emphasis on improving equitable outcomes for high priority populations of Maori and Pacific people. The guidance, to be completed by June 2024, will cover three diabetes complications: amputations, blindness and kidney failure, and will be aimed at supporting the development of national Health Pathways, and future commissioning opportunities. Three sets of guidance will be developed and published in total: one per each of the following complications: Amputations Blindness kidney failure. The RFP is being released on GETS 15/03/2023. The deadline for supplier questions is 5pm 9/03/2023. The deadline for Proposals is 5pm 12/04/2023",Awarded,,387260,20250410 Health New Zealand (Te Whatu Ora),27118157,Request for Quotations,Closed Competition,Lower Hutt Hospital Ultrasound Replacements,,20230321,20230406,20230630,,Sole Agency,No,,Closed RFQ For members of NZHP panel for imaging Equipment to replace 3 Ultra sounds at Hutt Valley Hospital Radiology Dept.,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27120331,Award Notice,Open Competition,Peer Mediation Training,30526,20230101,20230321,20230102,,Sole Agency,No,,"Supplier: Aotearoa New Zealand Foundation for Peace Studies Contract No - 357048/05 Description of Service - Cool Schools Peer Mediation Training programme Contract Start date - 1 January 2023 Term - 18 months Spend: $316,725 Direct source with one known supplier via exemption - Rule 14.9 c. (ii) Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute (i) for technical reasons there is no real competition.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27137251,Request for Proposals,Closed Competition,Cost Management Services for Counties Manukau District Core Infrastructure Projects,CT2303-013,20230324,20230426,20230531,,Sole Agency,No,,"The Procurement Opportunity: TE WHATU ORA - COUNTIES MANUKAU wishes to engage a provider from the All-of-Government (AOG) Construction Consultancy Services (CCS) Panel to provide project cost management services for its Middlemore Core Infrastructure Project. TE WHATU ORA - COUNTIES MANUKAU requires a provider with specialist expertise in the delivery of brownfield site-wide infrastructure upgrades, ideally in a healthcare campus or other live operational environments. TE WHATU ORA - COUNTIES MANUKAU is looking for an engagement commitment of up to 40 hours per month for the duration of the project (estimated 2-3 years from contract commencement) to support the TE WHATU ORA - COUNTIES MANUKAU Project Manager. The Project: TE WHATU ORA - COUNTIES MANUKAU is undertaking the Middlemore Core Infrastructure Project to replace and upgrade existing aging infrastructure at the site and enable the future demolition of the earthquake-prone Galbraith Building. The Middlemore Core Infrastructure project has seven work packages that group its tasks into specific locations around the hospital. The Project is divided into the following work packages: 1. McIndoe Plantroom 2. Medical Gases 3. 11kV Substation 2 4. ICT 5. Watermains Relocation 6. Fire Protection 7. Asset Remediation Further information on the Middlemore Core Infrastructure Project is provided as part of the RFP suite of documents uploaded on GETS. Through this RFP, TE WHATU ORA - COUNTIES MANUKAU is seeking proposals from suitably qualified providers for Project Cost Management Services to deliver this project on its behalf. Other projects: The immediate need is to engage a provider for project cost management services to support the Middlemore Core Infrastructure Project. However, TE WHATU ORA - COUNTIES MANUKAU also has a number of other major capital projects in the pipeline for which the selected provider may be requested to support at a future date if and when the need arises. The decision on the consultants engagement for the other projects will be the sole discretion of the TE WHATU ORA - COUNTIES MANUKAU. Some of these projects are: Manukau Health Park Kidz First & McIndoe External Envelope Redevelopment Ward 22 Refurbishment",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27140114,Request for Quotations,Closed Competition,Infrastructure and Investment Plan,,20230324,20230419,20230516,National Procurement,All of Government,No,,"Te Whatu Ora has an extensive infrastructure and estate portfolio nationwide with 84 campuses. We need to engage a consultancy firm to support the decision making and prioritisation of investments required in the development of the Infrastructure and Investment Plan by October 2023. The scope of assets to be covered in this first Infrastructure and Investment Plan (IIP) includes buildings and infrastructure. Fleet, ICT and Clinical equipment are not in scope of this iteration, but need to be provisioned for, for the next version. The successful provider will need to have: - Experience in supporting public sector agencies and prioritising large investment portfolios. - Experience in applying a methodology for the prioritisation of investments. - Experience in supporting the development of a data set, or investment model, for a large-scale portfolio.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27143296,Request for Proposals,Open Competition,Improving Access to Gender-Affirming Care - Community Driven Models of Care,30535 - 02,20230327,20230424,20230901,National Procurement,Sole Agency,No,,"This request for proposal (RFP) is an invitation to organisations to submit a proposal for, Improving Access to Gender-Affirming Care: Community Driven Models of Care (Community Driven Models of Care). This RFP is an open competitive single-step procurement process. We are looking for a minimum of two providers. Te Whatu Ora, working in partnership with Te Aka Whai Ora, is seeking proposals to establish and deliver models of healthcare tailored to the needs of transgender and non-binary people, within primary care and community health providers for four years. We are seeking proposals for how funding will be utilised to support the delivery of care that supports the needs of local transgender and non-binary populations. Across multiple determinants of health, trans and non-binary people experience poorer health outcomes than the general population. Trans and non-binary identities intersect with every minority population group that experience inequities including Maori, Pacific, and whaikaha (disabled) peoples, further compounding health inequities. Across New Zealand there are several examples of primary and community health providers delivering gender-affirming services within existing general practice/community health clinics. Recent research into the efficacy of these models of care found that models based in primary care are likely to increase accessibility, de-pathologise gender diversity, and reduce waiting times. This is a unique opportunity to lead the change in how healthcare is provided to transgender and non-binary communities and support improved health outcomes for transgender and non-binary people.",Awarded,"We received a total of 11 responses, seven via GETS and four via email. We entered into contracts with Pegasus Health (Charitable) Limited and Auckland PHO for $100,000 (ex GST) each.",200000,20250410 Health New Zealand (Te Whatu Ora),27147505,Request for Proposals,Open Competition,Waitakere Hospital Manaaki Hohonu RFP Main Works Contractor Te Whatu Ora Health NZ- Waitemata,WT-19-C-04-008,20230327,20230504,20230817,Waitemata Facilities Services Group,Sole Agency,No,,"Te Whatu Ora Health New Zealand - Waitemata wish to contract a Main Works Contractor to deliver the Construction Works required for the Waitakere Hospital Manaaki Hohonu (Urgent Capacity Beds & ICU). We are looking for a Contractor who has the requisite capability and capacity to deliver the Works within the required timeframe to meet the business case outcomes. The Contractor needs specific experience with constructing at least one of the following: ICU rooms, operating theatres, isolation rooms, hospital wards, complex acute clinical services, laboratories, and pandemic negative pressure areas. Without this experience a Contractor will most likely not succeed with their proposal and should not respond to this Request for Proposal. The Project scope comprises: construct a 30-bed ward and eight-bed ICU (six beds fully fitted out and two shell rooms) building with support building services infrastructure; deliver a fully operational facility; quality of construction shall be of a high standard; and construction activity shall not impact on Waitakere operations. Please email the Key Contact (refer to the RFP) to obtain access to additional documents available via Procore and register for the tender briefing. Note the tender briefing is Main Contractors only. Subcontractors and Trades will not be provided access",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27160652,Award Notice,Open Competition,Accelerate Learning and Innovation Knowledge Exchange Network,30549,20230301,20230329,20230301,,Sole Agency,No,,"Supplier: Te Pou Ltd Contract No - 368978-01 Description of Service - Contract extension for continued funding for Whariki o te Ara Oranga: Accelerated learning ad Innovation Knowledge Exchange network to continue to complete any outstanding platform and services as required Contract Start date - 1 March 2023 Term - 24 months Spend: $1,172,401 Exemption via Rule 14.9 e Prototype - extension will allow time to evaluate the pilot and fulfil the original prototype agreement",Not Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27169681,Award Notice,Open Competition,"Next-generation sequencing system for PGT-A, PGT-M and PGT-SR testing in one platform",23PROCLAB038,20230330,20230330,20230330,,Sole Agency,No,,"For technical reasons the Ion GeneStudio S5 is the only NGS system that can combine PGT-A, PGT-M and PGT-SR in one platform with a resolution of 2 Mb 0.5 Mb.",Awarded,"For technical reasons the Ion GeneStudio S5 is the only NGS system that can combine PGT-A, PGT-M and PGT-SR in one platform with a resolution of 2 Mb 0.5 Mb.",350000,20250410 Health New Zealand (Te Whatu Ora),27174564,Request for Proposals,Closed Competition,Development of a Strategic Assessment for the Waikato Hospital Energy Centre,,20230331,20230502,20230601,,All of Government,No,,,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27194976,Request for Proposals,Open Competition,Improving Access to Gender-Affirming Care Workforce Development,30535 - 03,20230404,20230502,20230915,National Procurement,Sole Agency,No,,,Awarded,"We received four responses to this RFP via email (not GETS) from the following providers): Gender Minorities Aotearoa Rainbow Youth Incorporated Qtopia Incorporated InsideOUT Koaro We awarded Qtopia Incorporated the contract on 15 September 2023.",600000,20250410 Health New Zealand (Te Whatu Ora),27203715,Request for Proposals,Open Competition,"RFP for the Supply of Blood Culture Equipment (on Loan), Consumables/Reagents and Maintenance Services",P23-514,20230404,20230703,20250324,National Procurement,Sole Agency,No,,"The scope of this RFP is for the supply of Loan Blood Culture Equipment with associated Consumables/Reagents and Maintenance Services for the Participating Districts. The Participating Districts/HealthSource will review all submissions against the evaluation criteria set out in this RFP to facilitate the establishment of a Panel to deliver options for the most technically suitable and cost-effective solution for the Participating Districts. NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to jho.balanay@healthsourcenz.co.nz of intention to respond.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27203883,Request for Proposals,Open Competition,"RFP for the Supply of MALDI-TOF and ID/AST Equipment, Consumables/Reagents and Maintenance Services",P23-515,20230404,20230703,20250318,National Procurement,Sole Agency,No,,"The scope of this RFP is for the supply of MALDI-TOF and ID/AST Equipment, Consumables/Reagents and Maintenance Services to the Participating Districts. The Participating Districts/HealthSource will review all submissions against the evaluation criteria set out in this RFP to facilitate the establishment of a Panel to deliver options for the most technically suitable and cost-effective solution for the Participating Districts. NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to jho.balanay@healthsourcenz.co.nz of intention to respond.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27204010,Request for Proposals,Open Competition,"RFP for the Supply of Rapid Molecular Testing Equipment (on Loan), Consumables/Reagents and Maintenance Services",P23-516,20230404,20230703,20241121,National Procurement,Sole Agency,No,,"The scope of this RFP is for the supply of Rapid Molecular Testing Equipment (on Loan), Consumables/Reagents and Maintenance Services to the Participating District(s). The Participating District(s)/HealthSource will review all submissions against the evaluation criteria set out in this RFP to facilitate the establishment of a Panel to deliver options for the most technically suitable and cost-effective solution for the Participating District(s). NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to jho.balanay@healthsourcenz.co.nz of intention to respond.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27204134,Request for Proposals,Open Competition,"RFP for the Supply of Infectious Disease Serology Testing Equipment (on Loan), Consumables/Reagents and Maintenance Services",P23-517,20230404,20230703,20240826,National Procurement,Sole Agency,No,,"The scope of this RFP is for the Supply of Infectious Disease Serology Testing Equipment (on Loan), Consumables/Reagents and Maintenance Services to the Participating District(s). The Participating District(s)/HealthSource will review all submissions against the evaluation criteria set out in this RFP to facilitate the establishment of a Panel to deliver options for the most technically suitable and cost-effective solution for the Participating District(s). NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to jho.balanay@healthsourcenz.co.nz of intention to respond.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27231854,Request for Proposals,Open Competition,RFP for Outsourced Clinical Services - Surgical Services,P22-520,20230413,20230518,20231101,National Procurement,Sole Agency,No,,"Te Whatu Ora do not have the capacity to provide all the required Surgical services needed to meet the current demand for their population. The participating districts have therefore identified a need to outsource Surgical Services. The objective of this Request for Proposal, Response Process is to facilitate the establishment of a Panel to deliver options for best public value for the Participating Districts. We invite proposals from Service Providers who can meet the clinical, commercial, and other requirements set out in this RFP and who wish to be appointed to the Panel.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27245035,Request for Proposals,Open Competition,Painting Contractor for Mason Clinic - RFP,WT-20-C-06-032,20230414,20230516,20230717,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Te Whatu Ora Waitemata's Regional Forensic Psychiatric Services (Mason Clinic) is a secure unit, located in Point Chevalier, Auckland. The clinic provides integrated forensic mental health services to the northern regions courts, prisons and general mental health services. This RFP relates to the delivery of the internal refurbishment of various buildings at the Mason Clinic. We are seeking specialist, qualified and experienced painting contractors. It is important that the painting contractor has the ability to manage themselves within a sensitive environment and have the necessary supervision and planning skills over their staff. We dont want a main contractor that manages painters as a sub-trade. Please see attached RFP documents for further details.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27245340,Request for Proposals,Open Competition,Flooring Contractor for Mason Clinic - RFP,WT-20-C-06-032,20230414,20230516,20230717,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Te Whatu Ora Waitemata's Regional Forensic Psychiatric Services (Mason Clinic) is a secure unit, located in Point Chevalier, Auckland. The clinic provides integrated forensic mental health services to the northern regions courts, prisons and general mental health services. This RFP relates to the delivery of the internal refurbishment of various buildings at the Mason Clinic. We are seeking specialist, qualified and experienced flooring contractors. It is important that the flooring contractor has the ability to manage themselves within a sensitive environment and have the necessary supervision and planning skills over their staff. We dont want a main contractor that manages flooring as a sub-trade. Please see attached RFP documents for further details.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27248427,Request for Proposals,Open Competition,Supply and Installation of Privacy and Shower Curtains (Totara Haumaru - A New Surgical Building),NA,20230414,20230512,20230830,Waitemata Facilities Services Group,Sole Agency,No,,"Te Whatu Ora Health New Zealand - Waitemata (the Principal) has commenced the construction phase of Totara Haumaru and requires the procurement of the Supply and Installation of Privacy and Shower Curtains (the Curtains) to ensure that they are available for install within the designated time frame programme. Note: The Principal intends to contract with the successful party for a term of five years (a three year initial term plus right of extension for two years). Subject to consistent value for money during the contract term, the successful supplier will supply privacy and shower curtains across the Principals facilities. What we require is, generally but not limited to (refer Appendix 1: Detailed Specifications): 296 (246 x installed and 50 x spare) x Privacy Curtains (includes bed screen, privacy screen and Type 1); 150 (125 x installed and 25 x spare) Shower Curtains; Compatibility with curtain tracks; Proven durability and quality; Meets all design/dcor and performance requirements; and The capability and capacity to deliver and install the Curtains.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27266166,Request for Quotations,Open Competition,Slit Lamps RFQ - P22-504,P22-504,20230419,20230524,20240118,National Procurement,Sole Agency,No,,"Te Toka Tumai Auckland has an immediate and on-going requirement for the supply of Ophthalmology Slit Lamps (sometimes referred to as biomicroscopes, slit-lamp microscopes) with associated accessories and maintenance services to provide surgery services as further specified in the technical specifications. Te Toka Tumai Auckland/Te Whatu Ora will review all quotations, applying the criteria specified, with the overall objective of sourcing the most technically suitable and cost-effective solution. The objective of this process is to implement a panel of Suppliers (Panel) for Ophthalmology Slit Lamps and all associated accessories and maintenance services.",Awarded,Panel Contracts done.,0,20250410 Health New Zealand (Te Whatu Ora),27272039,Request for Quotations,Open Competition,RFQ High Voltage Maintenance and Service - Waikato Hospital,,20230420,20230530,20240701,,Sole Agency,No,,"Te Whatu Ora Health NZ Waikato (the Buyer) is seeking to appoint a provider of maintenance services for the 11kV power distribution system. The Waikato Hospital Campus forms one of the largest hospitals in the country. Critical to the functioning of the hospital is the campus 11 kV power distribution system, which is used to reticulate utility and standby generator power to the various buildings on site. Reliable operation of the 11 kV reticulation system is essential to the functioning of the hospital and maintaining patient safety. The objective this RFQ is to identify an supplier that can provide maintenance and operation of the 11 kV network assets to ensure reliable system operation on an ongoing basis.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27285742,Award Notice,Open Competition,Diagnostic Reporting Monitors replacement,23PROCMED039,20230424,20230424,20230424,,Sole Agency,No,,Diagnostic Reporting Monitors,Awarded,Exemption due to the fleet consistency.,125000,20250410 Health New Zealand (Te Whatu Ora),27326489,Request for Proposals,Open Competition,Liquid Chromatography Mass Spectrometer (LC-MS/MS),23PROCLAB027,20230502,20230530,20240125,,Sole Agency,No,,"We require a robust, reliable and highly sensitive Liquid Chromatography Mass Spectrometer (LC-MS/MS) platform for a wide range of small molecule analysis for diagnostic testing for patients. The LC-MS/MS must be able to perform diagnostic tests as already established within the lab setting for samples prepared from urine, plasma, whole blood, saliva. This tender is for a replacement LC-MS/MS, software, auto sampler, column heater, column switching valve, LC pumps and rough pump (vacuum pump).",Awarded,,1200000,20250410 Health New Zealand (Te Whatu Ora),27326679,Request for Quotations,Open Competition,Mobile Dental Caravan,,20230502,20230516,20231002,,Sole Agency,No,,"Te Whatu Ora- Whanganui is seeking a new, fully road-compliant Dental Caravan to facilitate the delivery of dental services in the Whanganui community. Preferably, the caravan will be innovative and potentially deliver off-grid services in the future, so bespoke solutions and a very high degree of customisation will be required. The solution must be fit for purpose, meet all NZ road compliances, and required, Warrant of Fitness (WOF), including electrical (to medical standards) and plumbing compliances. Also, it must be delivered within the 2023 time frame and within the $200k budget. We invite responses from suppliers with the capability, experience, and capacity to deliver the caravan professionally, competently and on time. Respondents will need to have a good track record in the design, management, implementation, and ongoing support of similar projects or installations.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27344765,Request for Proposals,Open Competition,RFP Outsourced Clinical Services Radiology Services,P22-519,20230503,20230529,20231101,National Procurement,Sole Agency,No,,"Te Whatu Ora Health New Zealand Te Tai Tokerau, Te-Whatu Ora Health New Zealand Waitemata, Te Whatu Ora Health New Zealand Te Toka Tumai Auckland, Te Whatu Ora Health New Zealand Counties Manukau (Participating Districts) do not have the capacity to provide all the required Radiology services needed to meet the current demand for their population. The objective of this Response Process is to facilitate the establishment of a Panel to deliver options for best public value for the Participating Districts, consistent with the expectations of both the Office of the Auditor-General and Districts obligations to balance ethical and sound commercial practices within a robust, transparent and fair process. We invite proposals from Service Providers who can meet the clinical, commercial, and other requirements set out in this RFP and who wish to be appointed to the Panel.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27379326,Request for Proposals,Closed Competition,Taupo Community Allied Rehabilitation Services,,20230511,20230531,20230701,,Sole Agency,No,,"Provision of allied health services; specifically, Physiotherapy and Occupational Therapy delivered out in the community within the Taupo District. For the purposes of this RFP the greater Taupo District includes Turangi Mangakino and greater surrounds. The service targets persons aged 65 years and older or those like in age who require an integrated approach to reduce frailty and falls risk arising from chronic health issues or acute events.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27384955,Request for Proposals,Closed Competition,Kidz First and McIndoe External Envelope Redevelopment,CT2211-009,20230512,20230620,20250123,,Sole Agency,No,,"This procurement relates to the Kidz First and McIndoe External Envelope Redevelopment at Middlemore Hospital. The purpose of this RFP is to identify a Preferred Contractor to carry out construction works for the Project (Contract Works). Te Whatu Ora Counties Manukau is looking for a main contractor with the necessary capability, experience, and an understanding of the complex environment within which the project will be delivered. We are also seeking confirmation of the on-site overheads, offsite overheads, profit, and full trade pricing for a lump sum fixed contract price on the faade with a schedule of provisional items for the balance of the trades. Subject to certain conditions being satisfied (including Te Whatu Ora Board approval), Te Whatu Ora Counties Manukau may subsequently award the Preferred Contractor a Construction Contract for the Contract Works (Construction Phase). Please note: Other Tender Documents (prescribed in Section 2.5 of RFP) are provided to the respondents for download via a link to Te Whatu Ora Counties Manukaus dedicated workspace on Objective-Connect. The selected Respondents will receive an invitation to the Objective Connect Workspace by email. Each Respondent must REGISTER on Object Connect to gain access to the workspace. These documents form part of this RFP. For clarity, the respondents should download all the documents linked in the Objective Connect workspace to prepare their tender submission. In addition, the Respondent must advise Te Whatu Ora Counties Manukaus point of contact (Gaurav Bhatia) if they experience any issues with the download or any problems, errors, or omissions in accessing or retrieving the project's consultant documentation mentioned in Section 2.5 of the RFP.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27386445,Request for Quotations,Open Competition,"RFx_141 Holter, Event Monitors and Software System",,20230512,20230530,20240601,,Sole Agency,No,,"The Cardiology Service, Te Whatu Ora Health New Zealand Capital Coast and Hutt Valley plus Wairarapa District is inviting quotations for the provision of Holter and Event Monitors including a stand-alone server with software analysis and licenses. The purchase of this equipment and software will give us the ability to continue to provide a core diagnostic service and replace failing and out-of-date equipment. The server based storage will have remote access from any computer with the ability to share workload across Capital, Coast, Hutt Valley and Wairarapa hospitals.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27400747,Request for Proposals,Open Competition,RFP - Administrative Outsourcing for Clinical Trials - Vascular Interventional Research Unit (Auckland Hospital),,20230517,20230619,20240318,,Sole Agency,No,,"The Vascular and Interventional Research Unit (VIRU) at Auckland City Hospital is a world-renowned team, specialising in Clinical Trials, some of which are among the worlds first. The expertise of the VIRU Clinical Research is recognised worldwide, as the team supports and participates in innovative research here in New Zealand. VIRU are seeking to outsource the administrative component of their clinical trials to a service provider that is familiar and evidently experienced in such clinical research work. Scope of work includes the preparation and management of ethics applications for trials and compiling of study closure reports, protocol amendments. Through this tender the service hopes to realise benefits to Te Toka Tumai Auckland, study participants, external stakeholders, and study sponsors in a manner that enhances its reputation and sustainability. The proposed term of the Agreement with the selected supplier is one year with a one year right of renewal. This is a significant opportunity for you to provide your services to a globally renowned clinical research unit involved in cutting-edge technology, at one of the largest hospitals in New Zealand. A noteworthy addition to your research clientele.",Awarded,,100000,20250410 Health New Zealand (Te Whatu Ora),27422332,Request for Quotations,Closed Competition,Planning System Development,,20230522,20230609,20230703,,All of Government,No,,"The recently published Te Pae Tata - Interim Health Plan (Te Pae Tata) sets out deliverables that the Te Whatu Ora Infrastructure and Investment Group (IIG) must deliver. One of the key deliverables in 2023 for Te Whatu Ora is a Capital Investment Plan to inform Budget 24 and support the delivery of the NZ Health Plan 2024 27. The Capital Investment Plan will include forecast infrastructure investments, which will be informed by a national Infrastructure Investment Plan (IIP). The IIP will develop the first national long-term view on priorities for health infrastructure investments and provide a prioritised investment pipeline for Ministers consideration. The establishment of Te Whatu Ora provides the opportunity for the development of a national and comprehensive investment plan for health infrastructure. This will require the employment of new tools and approaches to ensure that a nationally consistent approach is adopted, and that Te Whatu Ora is able to undertake prioritisation across the regions and different investments areas to best deliver on the goals of the health reforms. We want to engage a consultancy firm to support the development of a planning framework, and to complete an assessment of current state planning against the agreed framework. These are required to support the development of the Infrastructure Investment Plan by December 2023 and its subsequent implementation. At present, there is an inconsistent approach to the development of overarching planning documents to support health infrastructure investment decisions. Reflecting the fragmented nature of the past system, there is currently no nationally consistent understanding of the requirements or application of these planning documents in determining or capturing infrastructure investment needs. These documents include clinical service plans, master site plans, regional spatial plans, and asset management plans.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27427998,Request for Proposals,Open Competition,Replacement of Ventilation Outdoor Air Dampers,,20230522,20230630,20240131,,Sole Agency,No,,"Replacement of thirteen (13) ventilation outdoor air dampers complete with pneumatic actuators, replacement of four (4) pneumatic actuators only and, replacement of one (1) high efficiency filters. The project works involves plant and main infrastructure for the Ward Block and the Clinical Services, Building Plant Rooms, replacement of ventilation outside air dampers, in various plantrooms, Clinical Services Building at Dunedin Hospital.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27435461,Award Notice,Open Competition,Automated immunoassay analyser for IgE & tTg testing,23PROCLAB008,20230509,20230509,20230509,,Sole Agency,No,,The Phadia ImmunoCAP250 is the gold standard in Specific IgE testing and is the only analyser to offer the full test repertoire to meet our clinical requirements. There is no alternative instrument to the ImmunoCAP currently available that can provide allergy serology and coeliac screening within one platform.,Awarded,The Phadia ImmunoCAP250 is the gold standard in Specific IgE testing and is the only analyser to offer the full test repertoire to meet our clinical requirements. There is no alternative instrument to the ImmunoCAP currently available that can provide allergy serology and coeliac screening within one platform.,550000,20250410 Health New Zealand (Te Whatu Ora),27442816,Request for Proposals,Open Competition,"Security Service Partner Dunedin, Queenstown, and Invercargill.",,20230524,20230630,20231201,,Sole Agency,No,,"A security services partner to assist with delivery of security on various Te Whatu Ora Southern region sites, including, Dunedin Public Hospital, Wakari Hospital, Lakes District Hospital, and Southland Hospital grounds.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27444008,Request for Proposals,Open Competition,Outsourced Clinical Transcription Service,RFP P23-528,20230524,20230628,20231201,National Procurement,Sole Agency,No,,"The Participating Northern Regional Districts, Te Toka Tumai Auckland, Te Tai Tokerau Northland, Waitemata, and Counties Manukau have a requirement for Outsourced Clinical Transcription Services to cover the overflow work volume. This RFP seeks to establish a panel of providers to provide Outsourced Clinical Transcription Services. You are invited to provide a proposal in response to the RFP about your business and services. Please email your intentions to submit a response to the RFx contact by the 5th of June 2023.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27479589,Request for Proposals,Open Competition,Air Handling Units Refurbishment - Main Operating Theatres 1-8 Dunedin Hospital,,20230531,20230727,20230823,,Sole Agency,No,,"A suitably qualified HVAC installer to undertake design validation, and the potential refurbishment of sixteen (16) HVAC air handling units [eight (8) supply air and eight (8) return air] ducting, and controls for Main Operating Theatres Number 1 to Number 8. Depending on each air handling unit condition/state, the refurbishment shall include replacement of critical components (like fans, heating coils, filters etc) and reconditioning the ducting, housing, insulation, and controls upgrade. Further details and requirements are outlined in Section 2 of this RFP and in the attached Appendices. The project works involves plant and main infrastructure for the Ward Block and the Clinical Services, Building Plant Rooms, refurbishment of HVAC air handling units, Clinical Services Building 6th floor plantroom at Dunedin Hospital.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27486464,Request for Proposals,Closed Competition,Server OS Lifecycle Upgrade,WK-23-C-IS010,20230606,20230626,20231027,,Syndicated Opportunity,No,,"Te Whatu Ora Waikato (TWOW) operate a total of 178 server operating system instances (virtual machines hosted in the Revera IaaS platform) which are either retired, in extended support, or nearing the end of mainstream support with Microsoft. Supportability for critical clinical and corporate systems is at risk unless these operating systems are upgraded to supported versions. TWOW require a partner to deliver a comprehensive upgrade programme of work to bring these 178 target operating systems to a modern and supported version of Windows Server. The operational standard is Windows Server 2022. The approach required involves an in-place upgrade methodology where possible. The selected partner will be required to conduct extensive discovery on both application vendor compatibility positions prior to performing upgrade activity to ensure that the overall support position is maintained by Microsoft, TWOW Operations and clinical and corporate vendors. What we dont want Complete rebuild/migration of IaaS workloads to new supportable VMs (unless upgrade options are not supported or recommended) Deployment of new IaaS platforms (All workloads are to remain in the Revera platform where practical) Proposals reflecting options related to lift and shift of IaaS workloads in to cloud platforms Proposals reflecting options of transformation / de-coupling of services (PaaS/SaaS)",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27486807,Request for Proposals,Closed Competition,SQL Re-platforming Lifecycle,WK-23-C-IS011,20230606,20230626,20231027,,Syndicated Opportunity,No,,"What we need Te Whatu Ora Waikato (TWOW) operate a total of 97 server operating systems (virtual machines hosted in the Revera platform) which are either retired, in extended support, or nearing the end of mainstream support with Microsoft. Supportability for critical clinical and corporate systems is at risk unless these operating systems are upgraded to supported versions. TWOW require a partner to deliver a comprehensive upgrade programme of work to bring these 97 target operating systems to a supportable version of Windows Server and Windows SQL Server. The operational standards are: Windows Server 2022 SQL Server 2022 The approach required involves a rebuild/migration methodology where possible. The selected partner will be required to conduct extensive discovery on both application vendor compatibility positions prior to performing upgrade activity to ensure that the overall support position is maintained by Microsoft, TWOW Operations and clinical and corporate vendors. What we dont want In place upgrade of IaaS workloads to new supportable VMs (unless rebuild/migration options are not supported or recommended). Deployment of new IaaS platforms (All workloads are to remain in the Revera platform where practical). Proposals reflecting options related to lift and shift of IaaS workloads in to cloud platforms. Proposals reflecting options of transformation / de-coupling of services (PaaS/SaaS).",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27492252,Request for Proposals,Open Competition,30528 Rural Clinical Telehealth Service,30528,20230607,20230707,20231101,National Procurement,Sole Agency,No,,"Project 30528 Rural Clinical Telehealth Service Te Whatu Ora in collaboration with Te Aka Whai Ora. Recent consultation with Rural General Practices (RGPs), rural hospitals and rural health sector stakeholders, identified unsustainable afterhours rosters as a significant opportunity for improvement. The aim of this project is to provide rural communities with reliable and sustainable afterhours access, improve the access to primary and community care and commission a national telehealth medical and specialist referral service. Te Whatu Ora in collaboration with Te Aka Whai Ora aims for nationwide delivery (national coverage) of this programme. We are therefore seeking either one or more provider per region (Northern, Te Manawa Taki, Central, Te Waipounamu) or one or more providers to deliver nationally (across all four).",Awarded,"Ka Ora Telecare Limited has been awarded the contract. Address 711 Victoria Street, Hamilton Central, Hamilton, 3204, New Zealand NZBN 9429051662141. The contract is to deliver the rural clinical telehealth service where rural communities and whanau will be offered clinical telehealth after-hours. The contract was awarded 1 November and is for a three year term. This procurement was an openly advertised RFP.",0,20250410 Health New Zealand (Te Whatu Ora),27496646,Request for Quotations,Open Competition,"RFQ_149 Phacoemulsification System Replacement, Consumables and Servicing",RFQ_149,20230606,20230620,20240529,,Sole Agency,No,,"Theatre Services, Te Whatu Ora - Health New Zealand Capital, Coast and Hutt Valley District is inviting quotations for the provision of up to three Phacoemulsification systems including handpieces, Bi-manual, consumables, and ongoing Service Maintenance Agreement. The key objective is to procure the most technically suitable and cost effective solution with a supplier who demonstrates the capability, knowledge and skill to provide Phaco Machine Systems and Servicing to support the 950 ophthalmic procedures completed each year for the Greater Wellington District. Suppliers must have a trial machine available if requested for evaluation in June-August 2023",Awarded,,313544,20250410 Health New Zealand (Te Whatu Ora),27522354,Request for Proposals,Open Competition,Physiotherapy Primary Care Clinical Network (PCN) - Nelson Tasman,NMH-0072 RFP,20230609,20230707,20231101,,Sole Agency,No,,"Te Whatu Ora Health New Zealand Nelson Marlborough are inviting proposals from private physiotherapy practices in the Nelson Tasman region to treat non-ACC funded Te Whatu Ora patients on our behalf in the areas of musculoskeletal impairments, pelvic health and vestibular rehabilitation. Please refer to the attached RFP Documentation for information on this opportunity.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27551044,Request for Quotations,Open Competition,RFQ Supply of Tokoroa Hospital Coal Boiler Replacement,,20230616,20230725,20230904,,Sole Agency,No,,"Te Whatu Ora Waikato District are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role to provide services necessary for the replacement of the coal fired boiler at Tokoroa Hospital with a new air to water heat pump, buffer tank and associated pumps, valving and controls. This RFQ is open to large scale Air Conditioning and Refrigeration specialists that have the experience and qualifications to complete the required work.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27561319,Request for Proposals,Open Competition,Supply and Installation of the new BMS for MHAIDS Buildings HNZ CCHVD,CC-22-C-CSS-100,20230621,20230810,20231127,,Sole Agency,No,,"HNZ CCHVD requires an integrated BMS that will enable continued improvement and development for at least the next ten years and beyond. It requires a system that future proofs MHAIDS BMS system to allow HNZ CCHVD Property & Facilities Department to have greater monitoring and automated control of the engineered systems in these buildings. The overall aim is to improve the comfort to staff and occupants of these buildings, extend the life of the equipment, and help reduce energy waste.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27598693,Request for Proposals,Closed Competition,Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project: Lead Consultant/Architectural Services,300-05,20230623,20230726,20231110,Mental Health Infrastructure Programme,Sole Agency,No,,"This procurement is for the role of Lead Consultant/Architectural Services (the Consultant), to provide manage, track and influence project-related activities for the Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project (the Project). By submitting a proposal, you agree to the RFP-Terms described here: https://www.procurement.govt.nz/assets/procurement-property/documents/templates/rfp-terms-and-conditions.pdf",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27598839,Request for Proposals,Open Competition,Installation Contractor for the Wairau Hospital Boiler Replacement Project,NMH-0075 RFP,20230622,20230815,20231220,,Sole Agency,No,,"Te Whatu Ora Health New Zealand Nelson Marlborough are undertaking a Wairau Hospital Boiler Replacement Project to replace our aging boilers, chiller units and back-up generator. We require a Main Installation Contractor to perform installation and commissioning of all the Plant and equipment including dismantling, disposal, replacing pipe fittings, repairs, infrastructure work and supply and installation of above ground self-bunded Diesel Tank of at least 20,000L capacity. We invite responses from suitably qualified and experienced Main Installation Contractors. For information on the opportunity please refer to the RFP Pack of documents.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27628876,Request for Proposals,Open Competition,Preventing and Minimising Gambling Harm Services,30474,20230630,20230811,20240101,National Procurement,Sole Agency,No,,"This is an invitation from Te Whatu Ora for suitably qualified Respondents to submit a proposal for Preventing and Minimising Gambling Harm (PMGH) Public Health and/or Intervention Services (including New Ways to Address Inequity, Intensive Support and Digital Services & Supports. These services will have a focus on the PMGH priority populations of either Pacific or Asian peoples, or the general population. Specific Huaora Maori PMGH services are not part of this RFP and will be procured by Te Aka Whai Ora. The Strategy to Prevent and Minimise Gambling Harm 2022/23 to 2024/25 includes a service plan setting out the service and investment priorities, and budgets to support the delivery of the strategic goals and objectives. Through this RFP we are seeking responses to the five service areas of the service plan. The purpose of this RFP being to realign and revitalise gambling harm services in accordance with the strategy. We are looking for services that put people who experience gambling harm at the forefront of their delivery and provide innovative, holistic solutions to reducing gambling harm. This is an open competitive, single step tender process. Respondents are advised that there will be a supplier briefing teleconference on 6 July 2023 (10.30-11.30am) and to participate, you are requested to register in accordance with the details contained in the RFP.",Awarded,,33500000,20250410 Health New Zealand (Te Whatu Ora),27636525,Request for Proposals,Closed Competition,CAF Refurbishment Project RFP (Waitaha Canterbury),,20230630,20230801,20230921,Christchurch Hospital Redevelopment Project,Sole Agency,No,,"Te Whatu Ora is seeking a suitably qualified and experienced main contractor to refurbish an existing building, on the Hillmorton Hospital site, to make it fit for purpose for the transfer of the Child, Adolescent and Family Community (CAF Community) from The Princess Margaret Hospital (TPMH) to Hillmorton Hospital, Christchurch (the Project). This is the second stage of the project, the first stage being the strengthening of the building which will be completed in July. You have been selected through a Registration of Interest process to tender for the Child, Adolescent and Family Refurbishment Project. The opportunity is to complete the refurbishment of the exterior of the building along with the internal fit-out. The building has been recently strengthened, to as close as practicable to 100% IL2.",Awarded,,10000000,20250410 Health New Zealand (Te Whatu Ora),27638792,Request for Proposals,Open Competition,Project Management Services for Project Pihi Kaha (Whangarei Hospital),,20230724,20230829,20231208,Regional Hospital Redevelopment Programme,Sole Agency,No,,"Te Whatu Ora is seeking suitably qualified project managers who can provide project management services for large scale complex projects, and who have the resources to deliver and lead Project Pihi Kaha, as described in this RFP. Project Pihi Kaha is the redevelopment of Whangarei Hospital, comprising Project Pukaukaua and Project Tira Ora (together with Project Te Whaea o te Iwi, which is out of scope of this RFP). This is a unique opportunity to be involved in one of the largest health related building projects being undertaken in New Zealand. The new facilities will support a modern healthcare system capable of addressing the needs of the Te Tai Tokerau region. Large scale, complex, health-related experience will be seen to provide added value. Please note: - There is additional information available to you, but you must first return a Non-Disclosure Agreement and satisfactory evidence that you meet the preconditions (refer Section 3.3). Following return, the additional information will be sent to you directly (refer Section 1.2). - We are holding a supplier briefing and site visit on 02 August 2023 at Whangarei Hospital Campus. You must register by 5:00pm on 28 July 2023 (refer Section 1.4). Note that attendance is not compulsory in order to submit your Proposal, but it is advisable. - Potential respondents are invited to take up the offer of an interactive one-on-one pre-submission meeting. These will be held on 10 and 11 August 2023. You must register by 5:00pm on 02 August 2023 (refer Section 1.5).",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27638812,Request for Proposals,Open Competition,"Project Pihi Kaha, Cost Consultancy Services for Project Pukauakaua (Whangarei Hospital)",,20230725,20230828,20231208,Regional Hospital Redevelopment Programme,Sole Agency,No,,"Project Pihi Kaha, Cost Consultancy Services for Project Pukauakaua (Whangarei Hospital) Te Whatu Ora is seeking Proposals from suitably qualified Respondents who can provide Cost Consultancy Services for Project Pukauakaua. We are seeking Consultancy firms that can demonstrate experience in cost management of complex health facility projects, valued over $125m. The scope of work for this RFP is part of the wider Project Pihi Kaha redevelopment, recognised as Stage 1 of the New Whangarei Hospital Redevelopment. This is a unique opportunity to be involved in one of the largest health related building projects being undertaken in New Zealand. The new facility will support a modern healthcare system capable of addressing the needs of the Te Tai Tokerau region. Please note: - There is additional information available to you, but you must first return a Non-Disclosure Agreement and satisfactory evidence that you meet the preconditions. Following return, the additional information will be sent to you directly. - We are holding a supplier briefing and site visit on 02 August 2023 at Whangarei Hospital Campus. You must register by 5:00pm, 28 July 2023. Note that attendance is not compulsory in order to submit your Proposal, but it is advisable. - Potential respondents are invited to take up the offer of an interactive one-on-one pre-submission meeting. These will be held on 9 and 10 August 2023. You must register by 5:00pm on 02 August 2023.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27641556,Request for Proposals,Closed Competition,Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project: Combined Engineering Services,300-05,20230703,20230724,20231110,Mental Health Infrastructure Programme,Sole Agency,No,,"This procurement is for the role of the lead provider of Combined Engineering Services (the Consultant), to provide manage, track and influence project-related engineering activities for Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project (the Project). Please note, that while there are a large number of attachments to this RFP, the five documents that have '(GETS release)' at the end of their title are most important for you to be able to understand this RFP, and what we require in response from you. By submitting a proposal, you agree to the RFP-Terms described here: https://www.procurement.govt.nz/assets/procurement-property/documents/templates/rfp-terms-and-conditions.pdf",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27653550,Award Notice,Open Competition,HPLC System x2,23PROCLAB009,20230629,20230629,20230629,,Sole Agency,No,,For technical reasons the Thermo Fisher Vanquish Core HPLC is the only instrument that has the fluorescence sensitivity and proven assay validation to meet our Therapeutic drug monitoring service requirements.,Awarded,For technical reasons the Thermo Fisher Vanquish Core HPLC is the only instrument that has the fluorescence sensitivity and proven assay validation to meet our Therapeutic drug monitoring service requirements.,220000,20250410 Health New Zealand (Te Whatu Ora),27692455,Award Notice,Open Competition,Q-Tof Mass Spectrometer,23PROCLAB063,20230710,20230710,20230710,,Sole Agency,No,,For technical reasons by procuring the X500 it will also retain clinical benefits of standardisation of the Q-Tof Toxicology fleet and ease of use while continuing with current best work flow practices. Additional Q-Tof to run along side our current Q-Tof and run the same tests.,Awarded,For technical reasons by procuring the X500 it will also retain clinical benefits of standardisation of the CHL's Q-Tof Toxicology fleet and ease of use while continuing with current best work flow practices. Additional Q-Tof to run along side our current Q-TOF and run the same tests.,495000,20250410 Health New Zealand (Te Whatu Ora),27715992,Request for Proposals,Open Competition,West Coast Te Nikau Hospital Wood Pellet Supply,23PROCMAINT033,20230717,20230818,20240522,,Sole Agency,No,,"This RFP relates to the procurement of the supply and delivery of the specified wood pellets to Te Nikau (Greymouth) Hospital site (71 Water Walk Road, Greymouth 7805). The key outcome is to ensure the service provides high quality specified product that is delivered as required to Te Nikau (Greymouth) Hospital boiler house to enable the boiler to continue to provide heating and hot water to the hospital. Currently there is a project in progress to have Te Nikau (Greymouth) Hospital coal boiler converted to use wood pellets.",Not Awarded,Different approach now taken,0,20250410 Health New Zealand (Te Whatu Ora),27718042,Request for Proposals,Closed Competition,Project Management Services including Engineer to Contract for Kidz First and McIndoe External Envelope Redevelopment,CT2307-008,20230717,20230814,20250318,,Sole Agency,No,,"Te Whatu Ora Counties Manukau wishes to engage a provider from the All-of-Government (AOG) Construction Consultancy Services (CCS) Panel to provide project management services including Engineer to Contract for its Kidz First and McIndoe External Envelope Redevelopment Project. Te Whatu Ora Counties Manukau requires a provider with specialist expertise and, ideally in a healthcare campus or other live operational environments to deliver the Reclad and associated works for the following buildings at Middlemore Hospital: a) Kidz First Children Hospital, Middlemore b) McIndoe building, Middlemore This will include all related project management services including Engineer to Contract for the Design, Construction, and Commissioning including defect liability stages; as may be required to deliver the re-clad / remediation works for Kidz First and McIndoe buildings. This includes the following: a) Help Te Whatu Ora Counties Manukau to plan and programme the delivery; b) Direct and manage project work by other consultants and contractors; and ensure the project and asset information is acquired, structured, and safely recorded; c) Ensure that the works are planned, procured, and executed in compliance with all applicable health, safety, and environmental requirements, d) Help Te Whatu Ora Counties Manukau to procure the resources needed to complete all the tasks necessary for delivering the specified outcomes efficiently, in accordance with the Government Procurement Rules and Te Whatu Ora Counties Manukau procurement procedures and guidelines. e) Establish systems to monitor and control all project activities from initiation to final handover of the operating deliverables; f) Report at regular intervals to the Principals Representative and provide support as required so they can report in an informed manner to the Project Control Group. g) Help Te Whatu Ora Counties Manukau to close out the project and document this process on its behalf. The closure will require a set of clear acceptance criteria established during the planning phase and a, formally documented, approval and acceptance process. Please note: This RFP doesnt include the services required to procure the main contractor for the construction project. Further information on the Kidz First and McIndoe External Envelope Redevelopment Project is provided as part of the RFP suite of documents uploaded on GETS.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27764384,Award Notice,Open Competition,FISH Slide Processor,23PROCLAB050,20230725,20230725,20230725,,Sole Agency,No,,For technical reasons the Abbott VIP2000 is the only slide processor on the market specifically designed to process FISH assays. All others in the market are aimed at histology & staining processes. The ThermoBrite Elite that we will be replacing has had a stop manufacturing noticed issued and suggested alternatives are not aimed at FISH processing.,Awarded,For technical reasons the Abbott VIP2000 is the only slide processor on the market specifically designed to process FISH assays. All others in the market are aimed at histology & staining processes. The ThermoBrite Elite that we will be replacing has had a stop manufacturing notice issued and suggested alternatives are not aimed at FISH processing.,120000,20250410 Health New Zealand (Te Whatu Ora),27769774,Request for Quotations,Closed Competition,Quantity Surveying Services for Te Whatu Ora (MidCentral and Hawkes Bay),13689,20230726,20230811,20230828,Regional Hospital Redevelopment Programme,All of Government,No,,"The Investment and Infrastructure Group (IIG) within Te Whatu Ora is leading a programme of Regional Hospital Redevelopment Programme (RHRP) across New Zealand. As part of the programme, Te Pae Hauora o Ruahine o Tararua (MidCentral) and Te Matau a Maui (Hawkes Bay) are developing a suite of planning outputs to inform the business cases for the redevelopment of Palmerston North Regional Hospital and Hawkes Bay Fallen Soldiers Memorial Hospital. Concurrently the Wairoa site has been added to the Masterplanning scope for future development that is not part of the RHRP. This procurement focuses specifically on the engagement of cost management services to support the development of the Site Master Plans for each site. IIG has appointed the Destravis Group from the Site Master Plan Request for Proposal (RFP), which was a separate procurement activity. Alongside this engagement, Te Whatu Ora seeks to engage a cost management consultant to provide support in the development of the construction cost estimates for the options being developed via the three Site Master Plans. The Site Masterplanning process will incorporate partnership approaches (co-design) with tangata whenua and Maori communities, Pacific peoples, and diverse populations. These masterplan options, from Destravis will clearly demonstrate how Mana Whenua values, world views, tikanga, cultural narratives, matauranga and visual identity have been appropriately expressed in the final options for each site.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27789463,Request for Tenders,Open Competition,Paediatric and Ophthalmology Outpatients Refurbishment - Nelson Hospital - Main Contractor,NMH-0076,20230728,20230905,20240227,,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified and experienced Main Contractors to submit a Tender for the Haines Building Paediatric and Ophthalmology Outpatients Refurbishment located on the Braemar Campus at Nelson Hospital. Nelson Hospital is part of Te Whatu Ora Health New Zealand Nelson Marlborough. Please note that Part 5 Scope of Works documents is being uploaded onto GETS on Monday 31 July 2023.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27811134,Request for Proposals,Open Competition,Hillmorton Adult Acute Facility Enabling Works Building 8 (Waitaha Canterbury),,20230803,20230831,20231124,Mental Health Infrastructure Programme,Sole Agency,No,,"Te Whatu Ora is seeking a suitably qualified and experienced main contractor to upgrade existing building number 8, on the Hillmorton Hospital site, to improve consumer health and safety primarily in high-risk areas of the building (unobserved spaces such as bedrooms and bathrooms). This requires construction and fittings providing anti ligature performance. In addition, some seismic strengthening to the south wing and services infrastructure works within the building are also within project scope such as electrical, mechanical and special systems (Nurse Call / Duress and the like. Must have prior experience in constructing buildings of a similar nature and complexity to a minimum value of $3 million within the last five years. Previous experience on health projects will be an advantage. Contract Value is estimated to be between $1.5 -$2M plus GST.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27831433,Request for Proposals,Open Competition,"Installation of Distribution Boards, Mechanical Services Boards and Lift Service Boards",,20230804,20230905,20240228,,Sole Agency,No,,"The switchboards installed in the Dunedin Hospital Ward Block are the original distribution boards that were installed in 1979. When first installed they were fit for purpose and had spare capacity for future increases in electrical load. However, most spare capacity has now been used with only minimal availability on some distribution boards for additional electrical load. The project is to upgrade the existing switchboards in zone 1, 2, 3, 4 and 5 (with the exception of switchboards that have already been upgraded). The electrical supply to the switchboards on each floor of the Ward Block are distributed by five electrical distribution switchboards on each floor. Three of them feed the ward areas (Zones 1,2,3) and the other two feed the academic or south wing of the hospital (zone 4,5).",Awarded,,1920725,20250410 Health New Zealand (Te Whatu Ora),27879141,Request for Tenders,Open Competition,Te Whatu Ora Waitemata - North Shore Hospital Road Rehabilitation - Main contractor,,20230814,20230911,20231009,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Te Whatu Ora Waitemata is seeking a competent and experienced main contractor to deliver Road Rehabilitation Upgrade works at North Shore Hospital. For further information and detailed requirements, please refer to the attached RFT documents. Note: Tender responses must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27880623,Request for Tenders,Open Competition,Hastings Fallen Soldiers Memorial Hospital - Helicopter Sewer Line Realignment,,20230814,20230913,20230925,Project Management Office,Sole Agency,No,,"The helipad is showing signs of damage in the vicinity of the existing sewer line which runs under it. A leak in this concrete sewer main pipe is the suspected cause of the damage. Realigning the sewer away from the helipad, and using uPVC sewer main material, will prevent any future damage, and allow for future repair of the helipad.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27908487,Request for Proposals,Open Competition,Taupo Midwifery and Admin Services,TWCF2023135,20230821,20230925,20231101,,Sole Agency,No,,Te Whatu Ora Lakes (Lakes) is seeking suitable providers to deliver midwifery and administration services to support effective delivery of Specialist Antenatal Clinics in Taupo and Turangi that meet the Maternity Services Service Specifications. This will include administration support to be provided by the Contractor.,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27911012,Request for Proposals,Open Competition,Health System Catalogue Solution - Support Services,30557,20230817,20230914,20231201,National Procurement,Sole Agency,No,,,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27914890,Request for Proposals,Closed Competition,Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project: Quantity Surveyor Services,300-05,20230818,20230911,20231123,Mental Health Infrastructure Programme,Sole Agency,No,,"This procurement is for the role of Quantity Surveyor (the Consultant) for Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project (the Project). By submitting a proposal, you agree to the RFP-Terms described here: https://www.procurement.govt.nz/assets/procurement-property/documents/templates/rfp-terms-and-conditions.pdf",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27918557,Request for Proposals,Open Competition,National Workforce Identity and Access Management (IDAM) Products,P23-555,20230818,20230915,20231221,National Procurement,Sole Agency,No,,"A National Workforce Identity and Access Management solution which includes Identity Governance and Administration (IGA), Access Management (AM) and Privileged Access Management (PAM). The solution will service all Health Workforce across Aotearoa requiring access to Te Whatu Ora or Te Aka Whai Ora digital services.",Awarded,"SailPoint Technologies, Inc have been awarded the contract to provide the National Workforce Identity and Access Management (IDAM) products to Te Whatu Ora Health New Zealand.",10000000,20250410 Health New Zealand (Te Whatu Ora),27926296,Request for Quotations,Closed Competition,RFQ NICU Pendant Replacement - Waikato Hospital,,20230821,20230911,20231102,,Sole Agency,No,,"Te Whatu Ora Health New Zealand - Waikato (the Buyer) is planning for the replacement of 20 no. pendants and 4 no. headwall units across Nurseries 1, 2, 3, 4, 5 and 7 of the Newborn Intensive Care Unit (NICU) ward in the main Hamilton city campus. The service is currently looking for an interior demolition and fit-out main contractor to facilitate the delivery of the replacement works.",Awarded,,606000,20250410 Health New Zealand (Te Whatu Ora),27959532,Request for Tenders,Open Competition,MDHB 12917 - LV Generators & Day Tanks,MDHB 12917,20230825,20230925,20240301,Regional Hospital Infrastructure Programme,Sole Agency,No,,"Health New Zealand Te Whatu Ora Te Pae Hauora o Ruahine o Tararua (MidCentral District) is constructing a new site substation to allow for the long-term growth and eventual decarbonisation of the Palmerston North Hospital site. MidCentral is inviting tenders for the supply of the following equipment (and ancillary services) LV Generators (850 kVA) Prime Rated (Qty 2) Generator Day tanks for indoor installation (Qty 2)",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27981382,Request for Proposals,Open Competition,"Supply of Neonatal Retinal Cameras, Installation and Maintenance Services",30510,20230830,20231004,20240226,National Procurement,Sole Agency,No,,"We are wanting to provide the right equipment to enable Ophthalmology clinicians to support the national neonatal ROP service delivery. This will enable faster patient care, diagnosis and follow ups to help prevent infant/pepi blindness This is an opportunity to be involved in providing the equipment to optimise the visual outcomes for infant/pepi and their family/whanau across New Zealand/Aotearoa. Provision of these cameras will ensure that irrespective of where infant/pepi lives, they will be able to access screening and early identification/diagnosis of eye disease, that with early intervention optimises vision related outcomes.",Awarded,"Description of Goods and/or Services awarded: Supply of Neonatal Retinal Cameras, Installation and Maintenance Services GETS ID: 27981382 Successful Panel Suppliers: 1. ForOpticsNZ Limited, NZBN 9429049399233 2. Optimed NZ Limited, NZBN 9429033625386 3. Designs for Vision Limited, NZBN 9429042292661 Contract Spend: Circa $2.5M -$3M Date of Award: 26 Feb 2024 Contract Term: 5 + 1+ 1 (7 years total term available) Procurement Process: Open RFP Broader Outcomes gained: Recycling of steel, wood and plastics (where possible) Landfill avoidance of packaging materials Upcycling/reuse of cameras, refurbished cameras will be sent to Ophthalmic Aid Organisations including but not limited to, Fred Hollows Foundation and Pacific Islands Health Organisations.",3000000,20250410 Health New Zealand (Te Whatu Ora),27988837,Request for Tenders,Open Competition,"Radiation Oncology Project, Whangarei Hospital",,20230831,20231010,20231220,Project Management Office,All of Government,No,,"Te Whatu Ora, Te Tai Tokerau (the Buyer) requires a contractor to undertake construction work for the Radiation Oncology project at Whangarei Hospital. The project includes a new Radiation Oncology building connected via a bridge to the existing Jim Carney Cancer Centre (JCCC) along with internal refurbishments to the JCCC. The construction project will commence in January 2024 and is expected to span two years. The new building consists of three levels and two linear accelerator bunkers with a total built up area of 1844m2.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),27997277,Request for Proposals,Open Competition,Request for Proposals - Middlemore Hospital and Manukau Super Clinic Lifts Upgrade,CT2207-001,20230831,20231031,20240328,Counties Manukau Facilities Services Group,Sole Agency,No,,"The lifts at Middlemore Hospital and Manukau Super Clinic are approaching their respective end of their economic life cycle, being 25 years old. The purpose of the proposed upgrade works is to reduce waiting time and improve the overall efficiency of vertical transport. The renewal includes mechanical & controller upgrade, traffic management and installation of destination control system. The Respondent shall be responsible for the provision of all manufactured items, materials, labour, cartage, tools, plant, appliances and fixings necessary for the proper execution of the works, together with all minor and incidental works required to provide a complete lift package.",Awarded,After detailed evaluation process all panellist agree to award this contract to KONE.,1960201,20250410 Health New Zealand (Te Whatu Ora),28032129,Request for Tenders,Open Competition,Mechanical Services - 44 Taharoto Road & 1-9 Karaka Street Refurbishment,,20230905,20231004,20231116,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Te Whatu Ora Waitemata is seeking a competent and experienced Main Contractor to deliver Mechanical Services in relation to 44 Taharoto Road & 1-9 Karaka Street Refurbishment. For further information and detailed requirements, please refer to the attached RFT documents which include the following: - RFT - Mechanical - 44 Taharoto Rd and 1-9 Karaka St - Appendix 1 RFT Response Form - Appendix 2 Mechanical Pricing schedule - Appendix 3 Draft Minor Works contract and LOIs including quotations. - Appendix 4 Health and Safety information - Appendix 5 Mechanical Specification & Drawings - Appendix 6 Waitemata Standard Documents Note: Tender responses must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28059787,Request for Proposals,Open Competition,Southland Hospital Grounds Building Electrification Project,,20230908,20231012,20240530,,Sole Agency,No,,We require a suitable contractor to supply and install an air-to-water heat pump system to supply the existing central heating and domestic hot water systems of the Staff Residence at Southland Hospital. This will include the decommissioning of the steam mains feeding the building.,Awarded,,423634,20250410 Health New Zealand (Te Whatu Ora),28066645,Request for Proposals,Closed Competition,COVID-19 Inventory,P23559,20230911,20231002,20231027,National Procurement,Sole Agency,No,,"A development and migration partner to review the current COVID-19 Inventory product, design a refreshed inventory product, propose an implementation, development and migration plan covering the existing Inventory product and complete the migration and build including the future state requirements and delivery methods that are trying to be achieved. Data and Digital need to move the COVID-19 Inventory product off the current COVID Organisation Salesforce and onto the National Services Salesforce Organisation as an interim measure until a strategic direction has been determine for inventory management.",Not Awarded,We appreciate your responses to the RFP however we were unable to obtain funding for this project. Should our position change we will go back out to market and we will advise you of the new opportunity.,0,20250410 Health New Zealand (Te Whatu Ora),28068844,Request for Proposals,Closed Competition,Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project: Project Management Services,300-05,20230912,20231004,20231115,Mental Health Infrastructure Programme,Sole Agency,No,,"This procurement is for the role of Project Manager (the Consultant) for Te Whare Maiangiangi (Tauranga Acute Mental Health Unit) Redevelopment Project (the Project). By submitting a proposal, you agree to the RFP-Terms described here: https://www.procurement.govt.nz/assets/procurement-property/documents/templates/rfp-terms-and-conditions.pdf.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28103109,Request for Quotations,Open Competition,Bulk Fuel Tanks,13763,20230914,20231002,20240301,Regional Hospital Infrastructure Programme,Sole Agency,No,,"Te Whatu Ora | Te Pae Hauora o Ruahine o Tararua, Health New Zealand | MidCentral District, is seeking quotes for the supply of two Bulk Fuel Tanks, delivered to MidCentrals Palmerston North Hospital site (or nominated agent).",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28185028,Request for Tenders,Open Competition,Electrical Services - 44 Taharoto Rd & 1-9 Karaka St Refurbishment,,20230927,20231025,20231215,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Te Whatu Ora Waitemata is seeking a competent Contractor to deliver Electrical Services in relation to 44 Taharoto Road & 1-9 Karaka Street Refurbishment. Contractors need to have previous experience in the health care sector, be able to demonstrate their ability to work in a live environment and have a track record of delivering works of a similar nature. For further information and detailed requirements, please refer to the attached RFT documents which include the following: - RFT - Electrical - 44 Taharoto Rd and 1-9 Karaka St - Appendix 1 RFT Response Form - Appendix 2 Electrical Pricing schedule - Appendix 3 Draft Minor Works contract - Appendix 4 H&S information - Appendix 5 Electrical Specification & Drawings - Appendix 6 Waitemata Standard Documents Note: Tender responses must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28227423,Request for Proposals,Open Competition,Business Case Development Services for Tranche 2 of the Regional Hospital Redevelopment Programme,,20231011,20231109,20240902,Regional Hospital Infrastructure Programme,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the provision of business case development services for Tranche 2 of the Regional Hospital Redevelopment Programme (RHRP). Te Whatu Ora is seeking two providers to facilitate the business case development process for the three redevelopments that presently comprise Tranche 2 of the RHRP: Hawkes Bay Hawkes Bay Fallen Soldiers Memorial Hospital Palmerston North Palmerston North Regional Hospital Tauranga Tauranga Hospital The providers will not only produce key business case deliverables, but also conduct independent peer reviews of those deliverables developed by the other provider appointed. The appointment to either the business case developer or the peer reviewer role is at the sole discretion of Te Whatu Ora and will be done prior to commencement of each the three projects. The first engagements will be for the programme strategic assessment and the programme business cases for each regional location. Subsequent business case activity will be dependent on the outcome of the programme cases.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28237394,Request for Proposals,Open Competition,Exploration and Redesign of a Midwifery Graduate Support Programme,,20231006,20231108,20240220,National Procurement,Sole Agency,No,,"In partnership with Te Aka Whai Ora, Te Whatu Ora need to explore and redesign an Aotearoa New Zealands Midwifery Graduate Support Programme (the Programme) to ensure that Maori expertise is prioritised in the design, implementation and delivery. The new programme must also allow for midwives belonging to other priority groups, such as Pacific people and Tangata Whaikaha | Disabled people to access mentoring in a way that is responsive to their needs. The Programme is delivered nationally and is a mandatory requirement of Tatau o te Whare Kahu | Midwifery Council (the Council) for all New Zealand educated midwives transitioning from study into the workforce. We are looking for a collaborative proposal, that is led by or in partnership with at least one Kaupapa Maori provider with expertise in designing Te Tiriti o Waitangi based programmes, the midwifery sector and modern postgraduate support approaches. The aim is to design a midwifery graduate support programme that places Te Ao Maori expertise at the centre. The Programme must also meet the regulatory requirements of the Council. We expect that the Contract will commence January 2024. The anticipated Contract term is six (6) months.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28273028,Request for Proposals,Closed Competition,Project Management Services for the Mark Dunajtschik Mental Health Centre,,20231016,20231106,20231220,Mental Health Infrastructure Programme,Sole Agency,No,,"The new Mark Dunajtschik Mental Health Centre will replace the existing 24-bed unit at Hutt Hospital called Te Whare Ahuru, with a modern, safe space which will provide an additional 10 beds. This Request for Proposal is an invitation to submit a Proposal for the delivery of Project Management Services for the Mark Dunajtschik Mental Health Centre.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28299463,Request for Proposals,Open Competition,Kahu Taurima Development of National Maternity Components of Care,30618,20231017,20231117,20231218,,Sole Agency,No,,"Kahu Taurima is the joint Te Aka Whai Ora and Te Whatu Ora approach to maternity and early years (pre-conception to five years old). We wish to appoint providers to develop recommendations from two different perspectives to contribute to determining the nationally consistent essential components of care to be offered to all whanau through the maternity (antenatal, labour and birth, and postnatal) continuum. Rather than issue two separate RFPs, we have combined these two requests into one document, but we still seek proposals for each component separately. You may submit for one or both components; you are not required to submit for both. A separate return for each component is required to be completed as part of this RFP request. The two perspectives/components are: 1. a rapid literature scan for evidence and best practice 2. a whanau insights report collating existing records of whanau perceptions and experiences of maternity services.",Awarded,"The contract was awarded to a consortia partnership between; EY, Ngati Hine Health Trust and Taikura Trust.",0,20250410 Health New Zealand (Te Whatu Ora),28308369,Request for Proposals,Open Competition,Recycling Reforming and Disposal of unused Personal Protection Equipment and Rapid Antigen Tests,30597,20231018,20231115,20240628,National Procurement,Sole Agency,No,,,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28334036,Request for Tenders,Open Competition,Christchurch Hospital Redevelopment Project - Demolition Contractor - Boiler House,ECP198,20231114,20231220,20240131,Christchurch Hospital Redevelopment Project,Sole Agency,No,Please submit your response via Aconex tender module,"The Project has the following requirements: Deconstruction and removal of the old services tunnel from the old boiler house to the demarcation point where the tunnel was demolished as part of the New Boiler House project. o Note that the services within the tunnel have been decommissioned as part of the New Boiler House scope, but removing these services is part of the Project. Removal and safe disposal of the existing 50,000L underground diesel tank and ancillary services. Removal and safe disposal of hazardous materials within the existing tunnel, boiler house and surrounding soil. Deconstruction of the old boiler house as sustainably as possible including the separation of waste products that can be recycled or otherwise diverted from general landfill. All footings, foundations and retaining walls are to be removed, and the structural footprint is to be backfilled with imported clean-fill materials and trimmed to relative ground level (RGL) suitable for temporary car parking. Note that the 360 existing precast concrete piles will not be removed as part of the Project. All inground services are to be capped at the site boundaries and their positions are to be surveyed and plotted on an as-built site plan (DWG). Facilitate and provide methodology documentation to comply with building consent exemption, NES consent and resource consents from both CCC and ECan Comply with the Territorial Authority consent conditions Please note you must register with the Procurement Administrator to receive the full document pack by emailing lynn.archibald@health.govt.nz. Only the RFT document is on GETs, you will be sent a link to Aconex Tender Module to access the document pack. Communication thereafter will be via Aconex. We will not accept proposals submitted via GETs.",Awarded,,1009000,20250410 Health New Zealand (Te Whatu Ora),28341334,Request for Proposals,Closed Competition,National IT Service Management (ITSM) Implementation Partner,P23-544,20231025,20231115,20231218,National Procurement,Sole Agency,No,,"An implementation partner to provide ServiceNow expertise for our National ITSM platform and migrate our services and data from our existing ITSM instances currently located in the local ex-DHB and shared services environments. The implementation partner will need to design, build/extend our National ServiceNow ITSM platform to cater to the migration of our existing ITSM platforms and support our new organisations of Te Whatu Ora Health New Zealand and Te Aka Whai Ora Maori Health Authority. We have already designed and implemented the core of our ServiceNow ITSM solution, and by the end of January 2024 we will have completed process design and system implementation of Issue, Change, Problem and Request, and have completed the first pilot deployment. This initial work was completed under a short-term procurement whilst this RFP was prepared. We dont have a need to revisit or replace the work completed to date, nor do we have any current issues with the provider. This RFP is seeking a longer-term procurement to take that work and extend it to the national deployment.",Awarded,"Australian Centre for Advanced Computing and Communication NZ Pty Ltd (AC3) has been awarded the contract to implement ServiceNow for Health New Zealand | Te Whatu Ora's National IT Service Management. The implementation contract commenced 18 December 2023. AC3 was selected based on their expertise and capability, demonstrated through a well-thought-out delivery and resourcing plan to fulfil the required scope.",0,20250410 Health New Zealand (Te Whatu Ora),28381969,Request for Proposals,Open Competition,Project Whakatupuranga - Nelson Hospital Redevelopment : Cost Consultancy Services,NH004,20231103,20231205,20240131,Regional Hospital Redevelopment Programme,Sole Agency,No,No Tenders are to be submitted via GETs. You must register with whakatupuranga@health.govt.nz to receive full documentation pack,"Project Whakatupuranga represents a significant investment decision for the health sector and the region. It is one of five hospital redevelopment investments signalled in the Regional Hospital Redevelopment Programme (RHRP) led by Te Whatu Ora.? Critical clinical facilities at Nelson Hospital are seismically compromised and are not clinically fit for purpose. Nelson Hospital also requires more inpatient bed and theatre capacity to meet future demand.?? The large scale and scope of the investment at Nelson Hospital necessitates a phased approach. Te Whatu Ora has developed a Programme Business Case an investment programme of six phases, over 10 years, to deliver a hospital campus to serve the population of Nelson and Marlborough regions for decades ahead. The preferred option, option one, is estimated to cost $1.098 billion over the six phases. It includes:? Phase One: enabling works and design for Phase Two facilities? Phase Two: construction of a new Acute Services Building containing critical acute services, wards and an energy centre? Phases Three to Six: refurbishment and re-purposing of existing buildings.?? The Nelson Hospital redevelopment will assist Te Whatu Ora to meet its objectives and functions as set out in the Pae Ora (Heathy Futures) Act 2022, and the longer-term directives from the interim Government Policy Statement for Health 2022-2024. This includes protecting, promoting and improving the health of the people of the Nelson Marlborough region. You must Register with whakatupuranga@health.govt.nz to receive full documentation pack - thereafter all communication regarding this RFP will be via Procore Tender Module.",Awarded,This contract has been awarded to AECOM,0,20250410 Health New Zealand (Te Whatu Ora),28427486,Request for Proposals,Open Competition,Air Ambulance Fixed Wing Inter-Hospital Transfers of patients to/from the Taranaki District,30598,20231108,20231213,20241210,National Procurement,Sole Agency,No,"889 Cameron Road, Education Centre, Tauranga Hospital, 3142, New Zealand","This Request for Proposal is issued by Te Whatu Ora - Health New Zealand. We wish to source providers who will contract for Air Ambulance Fixed Wing Inter-Hospital Transfers of patients to/from the Te Whatu Ora Health New Zealand Taranaki District. Please review the tender pack for additional information. Respondents intending to make a proposal must email our point of contact.",Awarded,"Contract awarded to Taranaki Air Ambulance Trust & NZAAS, Skyline.",4000000,20250410 Health New Zealand (Te Whatu Ora),28432900,Request for Tenders,Open Competition,Expansion of the Installation of LED Lighting Electrical Contractor Panel,19012022,20231113,20231211,20240404,,Sole Agency,No,,"This is part of the annual Panel renewal process for Te Whatu Ora Capital Coast and Hutt Valley District Installation of LED Lighting Electrical Contractor Panel Scope of work To replace all Non-LED Lights with LED Lights, including occupancy sensors and timers (as per the requirement of the specific area). The installation includes seismic restraints and commissioning of the LED lights. The supplier will be required to provide technical support for the installation of lights. Work will be undertaken in the following locations: Wellington Regional Hospital, Kenepuru Community Hospital, Ratonga Rua O Porirua (mental health) and Kapiti Health Centre. Hutt Valley Hospital and other CCHVD hospital locations. CCHVD expects the installation work will be complex when working in clinical areas. Robust planning, programming, communicating and staging will be required to ensure the work is carried out without impacting clinical areas. CCHVD will provide support in arranging the required access to these areas. Contractors will also need to consider any CCDHB specific Infection, Protection Controls measures required eg. to mitigate dust. This procurement is for installation only. All the lighting equipment will be supplied by CCHVD CCHVD will order the LED fittings, sensors and dimmers. These will be supplied to the Electrical Supply Contractor for installation.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28436113,Request for Quotations,Closed Competition,De-escalation and personal restraint training contract,30610,20231113,20231123,20240601,National Procurement,Sole Agency,No,,"Violence at work has been identified as a critical risk for Te Whatu Ora in the organisational Health and Safety Risk Register. Te Whatu Ora needs to purchase best practice training products specifically designed for use in healthcare settings to decrease the incidence and mitigate the harms of violence at work. The training products must be effective, safe for kaimahi and persons in crisis, aligned with clinical values and practice, and sustainable over the long term.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28469030,Request for Proposals,Open Competition,Middlemore Hospital Heat Pump Integration Project,CT2308-034,20231120,20240115,20240321,Counties Manukau Facilities Services Group,Sole Agency,No,,"Middlemore Hospital has identified an opportunity to install high-temperature water-source heat pumps to recover waste heat from the hospitals chiller condenser water circuit (~25 C) and provide useful heating for the heating hot water circuit (~80 C). This will offset the load on the natural gas-fired hot water boilers, reducing natural gas use and associated emissions and reducing net energy costs for the hospital. This project concept has already been investigated to a preliminary level, and proposals for a design and build scope are now sought from suitable parties to deliver this project. This project will involve new high-temperature heat pump(s) with a total heat output of roughly 1,400 kW, tie-ins to existing infrastructure for electric power, condenser water piping and heating hot water piping, and all associated connections, instruments and controls to allow the system to function safely and as intended. This procurement relates to?? the Design, Build, procurement, construction, commissioning and hand-over required for the integration of a new high-temperature heat pump system at Middlemore Hospital. This system will integrate with the existing hospital electrical, condenser water and heating hot water systems. This scope is expected to cover all required aspects of this project. The respondent is to take responsibility for the project design in order to achieve the maximum possible energy savings and emissions reductions. Intellectual property for this design will remain the property of Te Whatu Ora - Counties Manukau. This is a multidisciplinary, brownfield integration project that requires detailed design by suitably experienced and qualified engineers and designers. Safety considerations for the construction, commissioning and operation of these heat pumps and related systems will need to be carefully planned, as this is a functioning hospital environment. Te Whatu Ora - Counties Manukau requires a Fixed Price Lump-Sum Design and Build proposal to deliver a heat pump project that can provide savings as per the details mentioned in the attached RFP document.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28471812,Request for Tenders,Open Competition,Transit Lounge_Whangarei Hospital,,20231116,20240124,20240301,Project Management Office,All of Government,No,,"Te Whatu Ora Health New Zealand is seeking to appoint a main construction contractor to complete an internal refurbishment and external upgrade at Whangarei Hospital for the establishment of a new Transit Lounge. The project includes refurbishment of internal areas, demolition of internal walls and construction of new partitions, installation of building services, external pavement and carpark surfacing, ramp construction and associated earthworks.",Awarded,,1631749,20250410 Health New Zealand (Te Whatu Ora),28488979,Request for Tenders,Open Competition,Construction of New MRI Suite and Associated Works,,20231121,20231214,20240201,,Sole Agency,No,,"This procurement is for construction services for a New MRI Suite and Associated works at Te Whatu Ora Whanganui. The key objective of this procurement is to identify one supplier of construction services, with this single supplier being responsible for the following: Undertaking all works pertaining to the construction of the MRI suite. Liaising with specialist suppliers such as the MRI supplier to ensure works support the procurement outcome. Liaising with Te Whatu Ora Whanganui Architects and Engineers to support the procurement outcome. Collaborate with Te Whatu Ora Whanganui preferred service contractors for services such as electrical, fire, security, data and other to ensure works support the procurement outcome. The procurements outcome is the complete construction of a Fit for Purpose suite, in which the newly purchased MRI can be installed and commissioned.",Not Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28513679,Request for Quotations,Closed Competition,RFQ Te Whare Taurima Fire Upgrades,,20231124,20231214,20240701,,Sole Agency,No,,"Te Whare Taurima is a building on the Waiora Waikato Hospital campus that provides 7 individual spaces for whanau from around the motu to stay on-campus so they can give support to seriously ill patients. As a result of a recent fire engineering review of the building, it has been discovered that Te Whare Taurima is not fire compliant for the current use of the building. In order to meet todays passive fire standards and to continue to use the facility as it is intended, Te Whare Taurima will require fire upgrade remedial work such as but not limited to, new fire linings to walls and ceilings. Along with the fire upgrades the project will include a mechanical and electrical upgrade. The Te Whatu Ora Health New Zealand - Waikato (the Buyer) is currently looking for an main contractor to facilitate the delivery of the works.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28533251,Request for Quotations,Closed Competition,RFQ Surgical Business Unit Waikato Hospital - Main Contractor,,20231128,20231220,20240118,,Sole Agency,No,,"This RFQ relates to the purchase of a main contractor to provide services under Te Whatu Ora Intermediate Works SOW Construction Contract for demolition and construction services as per the plans for the Surgical Business Unit on Level 2 of the Waiora Building, Waikato Hospital. The brief is to upgrade the Surgical Business Unit to a modern standard to improve the working environment and increase the capacity of the space. We need a construction company with experience in refurbishing office space who can deliver the project within a live hospital environment.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28534555,Request for Tenders,Open Competition,Front of Whare - Relocation & Expansion Te Pae Tiaki Emergency Department - Old Childrens Package,CC-23-C-FAS-325A,20231128,20240222,20240607,,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to submit a Tender for an Early Contractor Involvement Process - Front of Whare - Old Childrens Hospital Package contract opportunity for HNZ Capital, Coast and Hutt Valley District. The Front of Whare (FoW) project is a multi-phased, critical project designed to address current issues with the existing Emergency department (ED) at Wellington Hospital. The current FoW planning proposes a number of rapid, concurrent projects which enable the refurbishment of existing spaces with the W01 building as the new ED. The new ED is to be located on the ground floor of the WO1 building which presently occupied by the Clinical Measurement Unit, Medical Assessment and Planning Unit, Security Orderlies and other services. In order to facilitate the objective of relocating the ED to the W01 building a series of enabling projects are planned, one of which is the refurbishment of the Old Childrens Hospital, to enable decanting of existing hospital functions with WO1 to other buildings within the Wellington hospital campus. The delivery of the Old Childrens refurbishment is programme critical to enable the timely commencement of follow on projects. As such, the intent is to engage with a main contractor early in the project programme ,and foster a collaborative problem-solving culture, in order to resolve key constructability and programme challenges, by means of entering into an Early Contractor Involvement (ECI) agreement.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28535841,Request for Quotations,Closed Competition,IT Service Desk Contact Centre Telephony Platform,P23-547,20231128,20231215,20240531,National Procurement,Sole Agency,No,,,Awarded,"NTT has been awarded the contract to implement Genesys Cloud for Health New Zealand | Te Whatu Ora's National IT Contact Centre Telephony platform. NTT was selected based on their expertise and capability, demonstrated through a well-thought-out delivery and resourcing plan to fulfil the required scope.",0,20250410 Health New Zealand (Te Whatu Ora),28542263,Request for Proposals,Closed Competition,Project Management Services for the Wakari Mental Health Refurbishment Project,,20231129,20231215,20240131,Mental Health Infrastructure Programme,Sole Agency,No,,This Request for Proposal is an invitation to submit a Proposal for the delivery of Project Management Services for the Wakari Mental Health Refurbishment Project .,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28579587,Request for Proposals,Open Competition,Tukapa House - Main Contractor Procurement,,20231205,20240131,20240614,,Sole Agency,No,,,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28590713,Request for Proposals,Open Competition,SACAT continuing care service pilot,28590713,20231207,20240131,20240424,,All of Government,No,,"Te Whatu Ora Health New Zealand Commissioning is seeking a provider to establish and deliver an intensive community-based mobile continuing care service, being established as a three-year pilot, for tangata whai ora residing in the Metro Auckland area and accepted for the Substance Addiction Compulsory Assessment and Treatment (SACAT) pathway. The service aims to reduce harm and improve outcomes for tangata whai ora and whanau accepted for the SACAT pathway by providing intensive continuing care using an assertive outreach model delivered by NGO provider team working in partnership with Te Whatu Ora Health New Zealands Waitemata based Hospital and Specialist Community Alcohol and Drug services (CADS). The service will provide care and support that is tangata whai ora and whanau centred and culturally safe. Funding is available for the three- year term of the pilot and an initial establishment phase as per the service elements as described in the Service Specification attached. An evaluator will be contracted separately to evaluate the pilot.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28590922,Request for Proposals,Open Competition,SACAT continuing care pilot Evaluation,28590922,20231207,20240131,20240424,,All of Government,No,,"Te Whatu Ora Commissioning is seeking an Evaluator to evaluate an intensive community-based mobile continuing care service, being established as a three-year pilot, for tangata whai ora residing in the Metro Auckland area and accepted for the Substance Addiction Compulsory Assessment and Treatment (SACAT) pathway. The service aims to reduce harm and improve outcomes for tangata whai ora and whanau accepted for the SACAT pathway by providing intensive continuing care using an assertive outreach model delivered by NGO provider team working in partnership with Te Whatu Ora Waitematas Hospital and Specialist Community Alcohol and Drug services (CADS). The service will provide care and support that is tangata whai ora and whanau centred and culturally safe. Funding is available for an evaluation of the three- year term of the pilot and an initial establishment phase as per the service elements as described in the Service Specification attached.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28605000,Request for Proposals,Open Competition,Te Whatu Ora Health New Zealand Leadership Development Institute Panel,30615,20231211,20240216,20250401,National Procurement,Sole Agency,No,,"Te Whatu Ora Health New Zealand Leadership Development Institute Panel In order to grow, attract and retain our share of the very best people, we have set an ambitious and exciting vision for the future the creation of a new Leadership Development Institute, here in New Zealand. An institute that will deliver excellent leaders in health. This is an exciting opportunity to join us in shaping the future of health leadership in New Zealand. We are establishing a collective to provide a range of leadership services for the Institute. We will require access to a range of skills and capabilities including: o Thought leadership o Research capability/partnering o Content development o Course facilitation o Leadership Coaching o Te Tiriti o Waitangi o Health Performance Please note a supplier briefing via videoconference will be held - 18th January 2024",Awarded,During the reset of Health New Zealand | Te Whatu Ora the scope for the Leadership Development Institute Panel RFP (30615) was significantly reduced. A Lead Provider has been engaged as we move forward in a phased approach however Health NZ will not be moving forward with a panel of providers at this stage.,0,20250410 Health New Zealand (Te Whatu Ora),28606697,Request for Tenders,Open Competition,Generator (Essential) Cabling Installation (Ref 13796),13796,20231211,20240207,20240508,Regional Hospital Infrastructure Programme,Sole Agency,No,,"Te Whatu Ora - MidCentral is inviting responses from suitably qualified Installation Contractors with the necessary capability and capacity to successfully undertake the Generator (Essential) Cabling Installation for the Palmerston North Hospitals new Low Voltage (LV) essential generator cabling within the sites LV network. The installation of the cabling will be predominantly undertaken using existing service tunnels and basement areas. It is expected that the Contractor will supplement the design as required to achieve the installation intent, using design guidance included in the drawings provided. The new fire-rated, flexible low-voltage cabling (for use in MidCentrals electricity network at 400V) will be procured by MidCentral and supplied to the successful Installation Contractor. With the exception of the low-voltage cabling, the required work covers the complete supply and installation of the generator cabling. The timeframe for delivery of the project works is required to be completed by 31 March 2024.",Awarded,,956662,20250410 Health New Zealand (Te Whatu Ora),28642391,Request for Proposals,Open Competition,Hillmorton Adult Acute Facility Bores RFP,HILLAAFBORE,20231219,20240222,20240404,Mental Health Infrastructure Programme,Sole Agency,No,,"Te Whatu Ora seeks responses to this RFP from experienced contractors who can satisfy the pre-conditions for construction of 3x 300mm dia. aquifer bores approximately 40m deep per each to abstract ground water. The bores are intended to provide additional energy for an extended Ground Source Heat Pump (GSHP) bore field that currently exists on the Hillmorton Hospital ChCh campus for the (yet to be constructed) Adult Acute Inpatient Facility The pre-conditions for this RFP are: Must have proven prior experience of drilling and testing wells for GSHP systems in the Canterbury region of similar scale and complexity Must be a member of the CRC bore installers programme (Environment Canterbury accredited driller)",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28652289,Request for Quotations,Open Competition,Rapid Antigen Tests,CentralDC201223,20231220,20240126,20240209,National Procurement,Cluster,No,,"RFQ - Rapid Antigen Tests - Health New Zealand anticipate a need to purchase approximately five million (5,000,000) Rapid Antigen tests (RATs) for our national stores over the term of this contract. Future orders will be dictated by our demand planning team. - This order (the initial order) will be for 600,000 RATs, depending on final demand planning. - We anticipate the formation of a Panel Contract with an initial term of 24 months and a potential renewal period of 24 months (24+24). - We may choose to process multiple orders of varying size and value during the contract term. Please note - Due to the Christmas period, questions will only be answered from the 8th of January 2024.",Not Awarded,"An initial order has been raised with two winning suppliers, and a panel has been created for any new orders over the next 24 months.",0,20250410 Health New Zealand (Te Whatu Ora),28676829,Request for Proposals,Open Competition,"Architectural Services for Waimarino Wellness Centre, Raetihi",,20240110,20240216,20240521,Regional Hospital Infrastructure Programme,Sole Agency,No,,"Te Whatu Ora Whanganui is inviting suitably qualified architectural design service suppliers to submit a proposal to develop suitable kaupapa Maori designs for a whare oranga / wellness centre around the existing Waimarino Health Centre facility in Raetihi. The service requirements include undertaking community consultation to inform the design, producing concept and detailed design drawings, attending to consents, through to providing architectural oversight of the build process. A site visit will be held at 11 am on 1 February 2024 at the Raetihi site. Please RSVP, with names of personnel who will attend the site visit before 12:00 noon on 31 January 2024. See the RFP for details.",Awarded,,250000,20250410 Health New Zealand (Te Whatu Ora),28697439,Request for Proposals,Open Competition,Health NZ - Regional Facilities and Infrastructure Client Advisor RFP,HNZCLIENT,20240117,20240207,20240419,Project Management Office,Sole Agency,No,,"This RFP is issued by the Te Whatu Ora - Health New Zealand, Infrastructure & Investment Group, Te Waipounamu Region referred to below as the Buyer or we or us or our. This RFP is an invitation to suitable qualified Respondents to submit a Proposal for the opportunity to provide Infrastructure & Investment Project Advisory Services to us and are limited to the geographical area known as the Health New Zealand Te Waipounamu South Island Region. The scope of this role does not include project management services associated with current Health New Zealand (Health NZ) projects, as there are existing teams of professionals providing these services. We are looking for credible providers who have the capability and experience to deliver Infrastructure & Investment Project Advisory Services to us. They need to have a good track record in the management and implementation of health related infrastructure & investment programmes. They have to be a good fit with demonstrable ability to work with us and other key stakeholders. The role presents an opportunity to be part of a major New Zealand wellbeing initiative. There is a significant programme of future works that we need to deliver where some degree of advice from external parties will go towards the success of those works.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28703272,Request for Tenders,Open Competition,"Request for Tenders | Emergency Department Expansion, Nelson Hospital Main Contractor",IFPB-004,20240117,20240215,20241220,,Sole Agency,No,,"Te Whatu Ora Nelson Marlborough District is seeking a construction contractor to perform refurbishment, including expansion and fitout, of its Emergency Department (ED) at Nelson Hospital. This Request for Tenders is an invitation to submit a Tender in response to the Emergency Department Expansion, Nelson Hospital contract opportunity. The project will include an extension to house seven additional patient spaces including two isolation rooms, one room and four patient bays. Refurbishment of existing spaces to provide two dedicated interview rooms for mental health patients, a whanau room and some staff amenities will also be required. Contractors will be working within a live hospital environment and will need robust methodologies and programmes to effectively manage the requirements and constraints that this creates. The anticipated dates are: Main Works Construction Start | June 2024 Main Works Completion | October 2025 MANDATORY SITE VISIT It is a pre-condition of this RFT that suppliers must attend a site visit. The site visit will take place on Wednesday, 24 January 2024. Two time slots are available. Please register your attendance (limited numbers) by completing and emailing the attached Site Visit Registration Form to the Point of Contact on or before Tuesday, 23 January 2024.",Awarded,,749662,20250410 Health New Zealand (Te Whatu Ora),28750414,Request for Tenders,Open Competition,Main Contractor Construction Services (ORT Clinic Refurb) - 13867,13867.00-RFT,20240126,20240226,20240508,Regional Hospital Infrastructure Programme,Sole Agency,No,,"Te Whatu Ora - Te Pae Hauora o Ruahine o Tararua | MidCentral - invites suitably qualified Main Contractors to submit a propsal to provide construction services to refurbish & fitout the new Orthovoltage Radiation Therapy clinic at Palmerston North Hospital. The service requirements will include all general building work (including some demolition), together with mechanical (HVAC), hydraulic, and electrical installation services. The project has a tight timeframe with the contract works to be completed by the end of March 2024 (or as soon as practical thereafter). There will be a site visit at Palmerston North Hospital at 11:00 am on Wednesday, 7 February 2024. Details of the agenda and protocols for the visit will be posted via an Addendum.",Awarded,,754247,20250410 Health New Zealand (Te Whatu Ora),28767344,Request for Proposals,Open Competition,Starship Paediatric Intensive Care Unit Stretcher Rigs Design and Build,,20240131,20240314,20250224,,Sole Agency,No,,"The National Paediatric Intensive Care Retrieval Service operated by the Starship Paediatric Intensive Care Unit requires three new retrieval stretchers. Two rigs are for the Paediatric and Intensive Care unit (PICU) retrievals, and one for the Extra Corporeal Membranous Oxygenation (ECMO) retrievals. The current rigs being used have reached the end of their usable life. This process is focused on a design and build partner for Paediatric and ECMO Retrieval Stretchers. Given the importance of these pieces of equipment we are not seeking responses from suppliers who have not delivered a design and build of an intensive care stretcher rig with a weight capacity of 5 160Kgs for a current Australasian health provider within the last five years.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28799936,Request for Proposals,Open Competition,RFP - Breast Localisation Technologies,P23-573,20240208,20240313,20241119,National Procurement,Sole Agency,No,,"Health New Zealand - Te Whatu Ora has an immediate and on-going requirement for the supply of Breast Localisation Technologies with associated consumables and maintenance services. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted. All communication in relation to this RFP must go through GETS to Procurement. Suppliers are prohibited from approaching any Te Whatu Ora staff member outside the RFP process. Failure to comply with this prohibition could lead to your Proposal being disqualified from consideration.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28800519,Request for Proposals,Open Competition,Grossing Workstation RFP:P24-578,P24-578,20240208,20240313,20241001,National Procurement,Sole Agency,No,,"The scope of this Request for Proposal (RFP) is twofold: (1) Primary Procurement: To establish a Supplier Panel for the Supply Grossing Workstations with Associated Accessories and Maintenance Services. Grossing is one of the pillar steps in the specimen preparation toward pathology diagnosis. It is used for inspecting the specimens, describing, and measuring the tissue, inking if needed, and sectioning the tissue to be processed for diagnosis. (2) Immediate Secondary Procurement Opportunities (Capital funding is subject to each Districts Delegated Financial Authority (DFA) Approval): To invite secondary procurement proposals from suppliers who are applying for the Supplier Panel and who wish to enter into an agreement to supply the following equipment to the Districts listed below who have an immediate requirement: (a) Secondary Procurement Opportunity District has an immediate requirement of outright purchase in financial year FY23/24, its specific needs are set out in Appendix B. 1) Waitaha Canterbury 3x Grossing Workstations with Digital imaging Systems 2) Te Tai Tokerau Northland 4x Grossing Workstations with Digital imaging Systems ***NOTE: Previous RFP document withdrawn as there was an error on the closing date. New document V2 has been attached as an Addendum and the correct Closing Date is 13/03/2024. To view this please click on Addendum No.1",Awarded,"In recognition of the essential role that grossing stations and their associated consumables and maintenance services play in laboratory operations, we have conducted an open market Request for Proposal (RFP) process. This rigorous evaluation has led to the establishment of a national panel of approved suppliers. The selected suppliers, identified as Abacus Dx Limited, Mediscope International Limited, TekMed NZ Pty Limited, and InstrumeC Limited, have been selected for their commitment to quality, reliability, and service. They are now included in the national panel for grossing stations and related services, ensuring that laboratories nationwide benefit from reliable resources and support. This panel is designed to improve procurement efficiency, optimize supply chain management, and support laboratories in maintaining high operational standards.",0,20250410 Health New Zealand (Te Whatu Ora),28808034,Request for Quotations,Open Competition,Te Whatu Ora - Health New Zealand Microsoft Teams Meeting Rooms,P24 - 581,20240212,20240223,20241001,National Procurement,Sole Agency,No,,"Te Whatu Ora - Health New Zealand (HNZ) are seeking a partner(s) to provide and install all the required video conferencing and meeting room booking equipment to connect back to Office 365 Outlook Calendars and technology to provide a seamless user experience while conducting meetings and using video conferencing facilities in approximately 200 (tranche 1) meeting and conference rooms across the four Te Whatu Ora - Health New Zealand regions. The rooms will need to be compatible with Windows, Mac, IOS and Android devices. The partner will be responsible for the equipment design, build, delivery of the following: Video conferencing equipment, using Microsoft Teams Rooms on Windows equipment. Meeting room equipment, installation and support (plus a booking solution if selected for a room) Creation of appropriate documentation (Room First use, User/Room support and quick guide Sheets, Technical Support) Go-live warranty support for users via 0800 number, email channels, web chat, etc We are also interested in understanding what ongoing support options are available, noting that most of our locations have onsite technical capabilities.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28828702,Request for Tenders,Open Competition,Christchurch Womens Hospital Switchboard Cabling,23PROCMAINT023,20240214,20240315,20240627,,Sole Agency,No,,"Christchurch Hospital is seeking an electrical contractor to provide electrical services for the cabling alterations needed to move power connections off the current operational switchboard which is being decommissioned to the new switchboard. Please use the Gets email to notify regarding attending the mandatory site vist.",Awarded,,254000,20250410 Health New Zealand (Te Whatu Ora),28836288,Request for Proposals,Open Competition,Health NZ - Relocation of the Hillmorton Hospital Campus Communications Hub from Building 6 (Avon Villa) to Building 17 (Energy Centre),HILLAAF - AVONCOMS,20240215,20240311,20240708,Mental Health Infrastructure Programme,Sole Agency,No,,"This RFP is seeking responses from experienced communications cabling and network contractors to relocate the existing Hillmorton Hospital campus communications hub from existing Building 6 (Avon Villa) to a recently constructed purpose-built communications hub room in Building 17 (Energy Centre) and re-route fibre connections to existing and proposed buildings to provide the fibre optic in ground network in locations and capacities that service the Hillmorton campus now and into the future. A full tender set is available for pricing. The Hillmorton Hospital campus will be providing mental health care to the community throughout the contract works and therefore detailed planning and methodology statements from the successful contractor will be necessary throughout the contract works to eliminate the possibility of unplanned network outages that in turn would negatively impact on the delivery of healthcare. Te Whatu Ora seek to contract with a single responding entity to provide the full scope of the project works as contained in this RFP. Pre-condition: Must have (and provide evidence in proposal) of prior experience with projects of the nature, complexity and scale; as well as a track record of operating on: large enterprise communications infrastructure complex intuitional operational campuses",Not Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28862389,Request for Quotations,Open Competition,The Total Energy Centre (TEC) building of Wellington Regional Hospital: Roof Waterproofing (TEC Roof Waterproofing),CC-24-C-FAS-038,20240220,20240301,20240419,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to submit a quote for The Total Energy Centre (TEC) building of Wellington Regional Hospital: Roof Waterproofing (TEC Roof Waterproofing) contract opportunity.,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28876978,Request for Proposals,Open Competition,Mason Clinic - XRay Scanners and Metal Detectors - Supply and Installation,,20240222,20240321,20240621,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Health New Zealand | Te Whatu Ora - Waitemata (the Principal) has commenced the construction phase of the Mason Clinic E Tu Wairua Hinengaro Building and requires the procurement of the Supply and Installation of two X-Ray Scanners and two Walkthrough Metal Detectors to ensure that they are available for install within the designated timeframe of the construction programme. The Site is located within the Mason Clinic grounds. The new building will be approximately 10000sqm to provide forensic mental health services to residents as well as forensic intellectual disability services. The Principal has a requirement for the supply and install of two X-Ray Scanners and two Metal Detectors by 1 August 2025. The Principal seeks to find the most technically suitable and cost-effective solution for the supply and installation of the X-Ray Scanners and Walkthrough Metal Detectors. This is an opportunity to be involved in an important government project with E Tu Wairua Hinengaro being a high-profile site and project within the Public Health Sector. This Project will have a direct impact on health outcomes for the population of North Shore, Waitakere and Rodney. Refer to the attached RFP documentation for further details",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28930460,Request for Tenders,Open Competition,Request for Tenders | Wairau Allied Health Store Main Contractor,IFPB-005,20240229,20240409,20250205,,Sole Agency,No,,"This Request for Tenders is an invitation to submit a Tender in response to the Wairau Allied Health Store Main Contractor contract opportunity. Health New Zealand | Te Whatu Ora Nelson Marlborough is sourcing a Main Contractor to complete the addition of a new Allied Health Store for Wairau Hospital, with overall construction intended to finish in 4Q 2025. The upgrades will focus on repurposing the whole of the existing Wairau Allied Health Store buildings located on the Wairau Hospital campus. The buildings were built circa 1952 and are no longer fit for purpose to provide hospital and public health assistance equipment care for the Marlborough community. Contractors will be working within a live hospital environment and will need robust methodologies and programmes to effectively manage the requirements and constraints that this creates. The anticipated dates are: Main Works Construction Start | June 2024 Main Works Completion | October 2025 MANDATORY SITE VISIT It is a pre-condition of this RFT that suppliers must attend a site visit. The site visit will take place on Friday, 8 March 2024. Two time slots are available. Please register your attendance (limited numbers) by completing and emailing the attached Site Visit Registration Form to the Point of Contact on or before Wednesday, 6 March 2024.",Not Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28937080,Request for Proposals,Open Competition,Lifts Maintenance Services for All Counties Manukau Sites,CT2403-001,20240301,20240405,20240711,Counties Manukau Facilities Services Group,Sole Agency,No,,"Health New Zealand Counties Manukau are seeking a suitably qualified and experienced supplier to maintain and keep all lifts operating effectively 24 hours, 7 days per week for Middlemore Hospital and Manukau Super Clinic sites. Demonstrated experience in maintaining lifts in an organisation that depends on the correct functioning of its lifts on a 24/7 basis will be an advantage.",Awarded,Best value for money,0,20250410 Health New Zealand (Te Whatu Ora),28956053,Request for Proposals,Open Competition,Health NZ - Parkside Ground Floor Block A Modifications,PARKGNDFL,20240306,20240411,20240822,Christchurch Hospital Redevelopment Project,Sole Agency,No,,"Te Whatu Ora is seeking a main contractor with live environment experience to deliver this project within an operational area of the Christchurch Hospital Campus. The project brief will include: Working in and around a live environment; Light demolition works; Builders work; Mechanical/Electrical/Hydraulic upgrades. We need a contractor who has the ability and skill to undertake the work while ensuring the ongoing operation of the surrounding areas stays functional. Of importance for this project will be the ability to achieve the core outcome of the project while maintaining high standards of health and safety and hygiene control. The contractor must be able to liaise with the people in the surrounding areas to ensure impacts are kept to a minimum and resolve issues quickly.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28957630,Request for Tenders,Open Competition,Health NZ Waitemata NSH Kitchen Roof Refurbishment,,20240306,20240405,20240827,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"The North Shore Hospital (NSH) kitchen roof requires urgent remediation to address widespread degradation, which is resulting in water penetration inside the operational kitchen area. Health New Zealand | Te Whatu Ora - Waitemata (the Principal) is seeking a Contractor with previous experience and certification for working with SOPREMA products. The Contractor should demonstrate the competence of the personnel being proposed to deliver the works within a live environment, with regard being given to their skills and experience in areas relevant to this tender. The Contractor should confirm their capacity to take on and successfully deliver the contracted works. Refer to the attached RFT documentation for further details",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),28962818,Request for Proposals,Open Competition,Dental Equipment (Plant Room) - Phase 1,P24-575,20240306,20240422,20241219,National Procurement,Syndicated Opportunity,No,,"The objective of this RFP is to implement a panel of Suppliers (Panel) for Dental Equipment, consumables / installation, commissioning with repairs, maintenance services (Products and Services) for Health New Zealand. The scope of this Request for Proposal (RFP) is: (1) Primary Procurement: To establish a Supplier Panel for the supply of Dental Equipment (Plant Room- Suction and Compressors) including Installation, Commissioning, Repairs and Maintenance Services for ALL Health New Zealand Districts; (2) To invite procurement proposals from suppliers who are applying for the Supplier Panel and who wish to enter into an agreement for the supply of Dental Equipment (Plant Room- Suction and Compressors) including Installation, Commissioning, Repairs and Maintenance Services for ALL Health New Zealand Districts",Awarded,Supplier Panel Contracts have been executed for Dental equipment (Plant room) - Phase 1 for Health New Zealand Districts,0,20250410 Health New Zealand (Te Whatu Ora),29007767,Request for Quotations,Open Competition,CC-24-C-FAS-030: RFQ - Wellington Regional Hospital and Kenepuru Community Hospital - General X-ray Upgrade Room Preparation Works,CC-24-C-FAS-030,20240314,20240404,20240528,,Sole Agency,No,,"This Project is to be delivered by Health New Zealand | Te Whatu Ora (Health NZ or the Principal) for Capital, Coast and Hutt Valley District. This Request for Quote (RFQ) is an invitation to submit a quote for Wellington Regional Hospital and Kenepuru Community Hospital - General X-ray Upgrade Room Preparation Works contract opportunity. The Scope of Works. The room preparation works for general X-ray machine upgrades include, but are not limited to, the following works: Site preparation for eight rooms plus a workroom Demolition in two rooms for new doors, installation of free issue doors Painting and plastering of ceilings and walls Existing vinyl removal, supply and install of the new vinyl Electrical upgrades and lighting Infection Prevention and Control (IPC) site management that includes vacuum sealing, hoarding, staging, clean etc Carpentry costs (lead lined detailing, workroom preparation) The contracted Works to be conducted at the following facilities: Wellington Regional Hospital, 49-69 Riddiford Street, Newtown, Wellington, and Kenepuru Community Hospital at 16 Hospital Drive, Kenepuru, Porirua. The following items are excluded from the Scope of Works: The supply and installation of X-ray machines (by Philips) The supply of shielded doors (by Pacific Doors) Site Visits if requested. The Principal will hold site visits for Respondents on 22 March 2024. Respondents must be registered for a site visit by 21 March 2024 using the GETS question/answer function with the following information: Respondents name names(s) of those attending contact phone number email address All Respondents shall be deemed to have inspected the Site(s) before submitting their Tender. We appreciate your interest in this opportunity and look forward to working with you. Health NZ | Te Whatu Ora (Capital, Coast and Hutt Valley District)",Awarded,,381208,20250410 Health New Zealand (Te Whatu Ora),29009864,Request for Proposals,Open Competition,"Health NZ - Te Nikau, Grey Base Hospital, Top Carpark Drainage and Resurfacing",24WCGR01X,20240315,20240429,20240605,,Sole Agency,No,,"Please provide plans showing parking, land contours, drainage and a fixed price quote for the upgrade of the top carpark at Te Nikau Hospital. See attached concept Plan (rough drawing showing area in pink attached). Approx. 4350m2 The two main purposes of this upgrade are Safety of our users and maximisation of the land available for parking. We would like to use a minimum of 30mm asphalt as the finish coating over a new AP 40 base. It will require recontouring of the ground and include new drains and sumps with connection to the waste water system. The design should be based on a traffic safety plan based on safe movement across the site by users. This will include speed limits and crossing points and pedestrian flow (including wheel chairs). All existing service hatches/ lids will need to be raised (lowered) to fit the new contour. Design and supply new curb and channel as required and specified in your quote. This will include nib walls and V channels. We require no standing water and all areas to have a drain path for rain water. Provide a parking layout and once approved paint the areas as required for parking/no parking, give way etc. Basic layout to be similar to the existing. Care must be taken as we have limited plans showing the old infrastructure in the ground. Currently Boiler pipes, Town water, Sewage, Fire sprinkler pipes, Fibre cable. Copper cables, Power and Streetlights to name a few. You will need to locate these services and supply an updated plan of those found during these works at completion. All removed surfaces including gravel waste must be disposed of as per District Plan. On site dust to be kept to a minimum at all times.",Not Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29013384,Request for Proposals,Open Competition,RFP: Kenepuru Community Hospital - Computerised Tomography (CT) Scanner Construction Enabling Works,CC-22-C-HF-019,20240315,20240419,20241122,,Sole Agency,No,,"This Project is to be delivered by Health New Zealand | Te Whatu Ora for Capital, Coast and Hutt Valley District. This Request for Proposals (RFP) is to procure a main contractor to undertake the reconfiguration of the Radiology Department at Kenepuru Community Hospital to facilitate the installation of a Siemens CT Scanner (the Contract Works). The Scope of Works includes: Site preparation and hoardings to allow staged work and ongoing hospital operations Demolition of internal walls Construction of new internal walls Installation and amendment of services including mechanical, hydraulic, electrical/ICT, security, fire protection Structural work plinth to support CT Scanner Radiation shielding work Fixtures and finishing Coordination with CT Scanner installer (Siemens), and Other works specified in the RFP/associated documents. The Contract Works to be conducted at the Kenepuru Community Hospital at 16 Hospital Drive, Kenepuru, Porirua Site Visits if requested. The Principal will hold site visits for Respondents on the week of 25th March 2024. Respondents must be registered for a site visit by 22 March 2024 through the GETS question/answer function with the following information: Respondents name names(s) of those attending contact phone number email address All Respondents shall be deemed to have inspected the Site(s) before submitting their Tender. Please note, that we are aiming to release the Part 4: Minor Works Contract template as an addendum. We appreciate your interest in this opportunity and look forward to working with you. Health NZ | Te Whatu Ora (Capital, Coast and Hutt Valley District)",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29017872,Request for Proposals,Open Competition,"Health NZ - Te Nikau, Grey Base Hospital, RCL Retaining Wall",24WCGR18X,20240315,20240429,20240705,,Sole Agency,No,,"Please provide a price for the work as per the design. Producer statements will be required at completion of the works. All existing service and plumbing hatches/ lids will need to be raised (lowered) to fit the new contour. This will be part of the total price submitted. Care must be taken as we have limited plans showing the old infrastructure in the ground. Currently, old Boiler pipes, Town water, Sewage, Fire sprinkler pipes, Fibre cable. Copper cables, Power and Streetlights to name a few. You will need to locate these services and supply an updated plan of those found during these works at completion. All removed surfaces including gravel waste must be disposed of as per District Plan. On site dust to be kept to a minimum at all times.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29028334,Request for Proposals,Open Competition,"RFP: Capital, Coast and Hutt Valley Mental Health, Addiction and Intellectual Disability Service (MHAIDS) Property Improvements - Quick Wins Project",CC-23-C-FAS-349,20240315,20240503,20240731,,Sole Agency,No,,"This Project is to be delivered by Health New Zealand | Te Whatu Ora for Mental Health, Addiction and Intellectual Disability Service (MHAIDS) of Capital, Coast and Hutt Valley District. This Request for Proposals (RFP) is an invitation to submit a Tender for the Capital, Coast and Hutt Valley Mental Health, Addiction and Intellectual Disability Service (MHAIDS) Property Improvements Quick Wins contract opportunity. The Scope of Works includes: Replacement of bathroom facilities, Replacement of kitchens, Upgrades to damaged bedroom clusters, Upgrades to finishes including painting, carpets and vinyl, Landscaping upgrades, and Other works specified in this RFP/associated documents. The contracted Works to be conducted at the following facilities: Ratonga Rua o Porirua, Upper Main Drive, Porirua Wellington Regional Hospital, 49-69 Riddiford Street, Newtown, Wellington, and Kenepuru Community Hospital at 16 Hospital Drive, Kenepuru, Porirua. Site Visits if requested. The Principal will hold site visits for Respondents on the week of 25th March 2024 and the week after (2 weeks in total). Respondents must be registered for a site visit by 5:00 pm on 28 March 2024 through the GETS question/answer function with the following information: Respondents name names(s) of those attending contact phone number email address All Respondents shall be deemed to have inspected the Site(s) before submitting their Tender. We appreciate your interest in this opportunity and look forward to working with you. Health NZ | Te Whatu Ora (Capital, Coast and Hutt Valley District)",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29052954,Request for Tenders,Open Competition,Installation of Cooling Tower Acute Services Building Taranaki Base Hospital,ECP016,20240320,20240422,20240507,Project Management Office,Sole Agency,No,,This RFT is for Installation of an additional open cooling tower for the B101 Acute Services Building at Taranaki Base Hospital. Associated works include the installation of new membrane roofing. The contracted Works delivered will include the receiving of a cooling tower already procured by the principle.,Not Awarded,No Responses received,0,20250410 Health New Zealand (Te Whatu Ora),29061817,Request for Proposals,Closed Competition,Health NZ - Waipapa Lower Ground Floor Fitout Main Contractor,WLGFWF,20240320,20240429,20240718,,Sole Agency,No,,"This RFP relates to the new Workspace Fit-out located at the Lower Ground Floor of the Waipapa Christchurch hospital acute services building. A key Te Whatu Ora design principle is to keep administration workspaces as close to a services nexus of work as possible, to enable efficient service delivery. The lack of administration workspaces for the clinical teams, especially the medical workforce in Waipapa, is a barrier to efficient care for the inpatients located in that facility. The Waipapa lower ground floor has an area identified that will be fitted out as an administration space for the Department of Anaesthesia and the Department of Radiology. The design includes a combination of a large open plan office with smaller office spaces, bookable meeting rooms, a training room and a dedicated space for RMOs. The area is currently a shelled space that requires complete fitting out with new walls, doors, floor coverings, furniture, and a beverage bay, including upgrades to the fire system, mechanical ventilation, and lighting. The floor area is approx. 1100m2.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29070364,Request for Proposals,Closed Competition,Health NZ Asset Condition Assessment Pilot Scheme,,20240321,20240419,20240527,National Procurement,Sole Agency,No,,"?The opportunity ?Health New Zealand | Te Whatu Ora (Health NZ) Infrastructure and Investment Group (IIG) is undertaking a condition assessment pilot on two of its hospital sites. The purpose of the pilot is to test and prove its asset condition assessment processes and procedures, prior to undertaking a national condition assessment programme to baseline the estate. This pilot, and national programme, also includes the collection of asset inventory. ?The scope of this work includes inventory collection and condition assessment of the following asset classes at the pilot sites: buildings and building elements, core campus infrastructure, building services, and a sample assessment of non-structural elements in IL4 buildings. ?What we need ?We are seeking two parties (one for each pilot site) to undertake the condition assessment tasks. This includes using our asset condition assessment processes and procedures, and being part of the peer review process that will enable us to update these processes and procedures, where required. This will ensure they are fit for purpose for use in the future potential national condition assessment programme.",Awarded,"As per the RFP issued, Health NZ have appointed Aurecon and BECA to undertake the condition assessment pilots at separate sites in Hawkes Bay and Wakari Hospitals.",0,20250410 Health New Zealand (Te Whatu Ora),29073754,Request for Quotations,Open Competition,Nelson Hospital Braemar Campus Heating Systems,NMH-0085,20240321,20240507,20241029,National Procurement,Sole Agency,No,derek.gray@nmdhb.govt.nz,"This RFQ is issued by Health New Zealand Te Whatu Ora. This is stage one of the Nelson Boiler LFG Conversion and Diesel Backup. Stage one includes energy saving projects such as the Braemar heating change to heat pumps to which this RFQ relates. The project involves the upgrade of heating systems in six buildings in the Nelson Hospital Braemar Campus to heat pumps, total of 107.",Not Awarded,"Refer RFx ID: 29372152 For clarity, RFx ID: 29372152 and 29073754 are duplicate tenders hence closing this one ie 29073754",0,20250410 Health New Zealand (Te Whatu Ora),29100440,Request for Proposals,Open Competition,Panel for the supply of Hyperbaric Monoplace Chamber Plant & Equipment,P24-574,20240326,20240515,20250303,National Procurement,Syndicated Opportunity,No,,"The scope of this Request for Proposal (RFP) is two fold: (1) Primary Procurement: To establish a National Supplier Panel for the supply of Hyperbaric Monoplace Chamber - Plant & Equipment, Consumables and/or Installation with Maintenance Services. (2) Immediate Secondary Procurement Opportunities (Capital funding is subject to each Districts Delegated Financial Authority (DFA) Approval).",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29107817,Request for Proposals,Open Competition,"Panel for appointment of Suppliers for the supply of Mechanical insufflation-exsufflation device - Cough Assist Machine (CAM) Equipment, Consumables and/or Maintenance Services",P24 - 580,20240529,20240702,20241120,National Procurement,Syndicated Opportunity,No,,"The objective of this RFP is to implement a panel of Suppliers (Panel) for Cough Assist Machine and Equipment, consumables and/or maintenance services (Products and Services) for Health New Zealand, to deliver value for money solutions to the Districts, consistent with the expectation of the Office of the Auditor-General, and Districts obligations to balance ethical and sound commercial practices with robust, transparent and fair process. We invite proposals from Suppliers who meet the technical, commercial, and other requirements set out in this Panel RFP process who wish to be appointed to the panel.",Awarded,Panel of four created.,0,20250410 Health New Zealand (Te Whatu Ora),29179683,Request for Proposals,Open Competition,Health New Zealand - Clinical Recruitment and Selection Services for Contractors and Temporary Staff,30329,20240409,20240426,20241001,National Procurement,Sole Agency,No,,Health New Zealand - Te Whatu Ora would like to invite suppliers to submit proposals to join an existing panel for Clinical Recruitment and Selection Services for Contractors and Temporary Staff.,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29192083,Request for Tenders,Open Competition,Front of Whare - Relocation & Expansion Te Pae Tiaki Emergency Department - L11 CSB Package,CC-23-C-FAS-325A,20240411,20240509,20241121,,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to submit a Tender for an P&G Margin Tender Process - Front of Whare - L11 CSB Package Contract opportunity for HNZ Capital, Coast and Hutt Valley District. The Front of Whare (FoW) project is a multi-phased, critical project designed to address current issues with the existing Emergency department (ED) at Wellington Hospital. The current FoW planning proposes a number of rapid, concurrent projects which enable the refurbishment of existing spaces with the W01 building as the new ED. The new ED is to be located on the ground floor of the WO1 building which presently occupied by the Clinical Measurement Unit, Medical Assessment and Planning Unit, Security Orderlies and other services. In order to facilitate the objective of relocating the ED to the W01 building a series of enabling projects are planned. One of which is the fitout of Level 11 Clinical Services Building (CSB), to enable decanting of existing hospital functions within WO1 to other buildings within the Wellington hospital campus. Due to the file size limitation on GETs. the Scope of Work will be issue as a NTT to the tender accordingly.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29192531,Request for Tenders,Open Competition,Mechanical Services to upgrade linear accelerator chilled water systems,13819,20240410,20240507,20241219,Regional Hospital Infrastructure Programme,Sole Agency,No,,"The Oncology Department of Palmerston North hospital is fitted with four Linear Accelerator treatment machines and a Computed Tomography (CT) Scanner all of which require chilled water supply for operation. The existing chilled water supply system is a mixed model arrangement consisting of standalone chiller systems and associated fan coil units as well as other heating, ventilation, and air conditioning plant such as fan coil units and air handing units. Health New Zealand | Te Whatu Oa MidCentral wishes to upgrade the chilled water supply system. We are inviting responses from suitably qualified contractors that possess the necessary capability and capacity to successfully undertake the anticipated mechanical services works associated with the Palmerston North Hospital Linear Accelerator Chilled Water Migration Project. The required work covers the complete supply and installation of the working mechanical services systems in accordance with the Specification for Mechanical Services provided with this RFT. The successful Respondent may also be contracted to undertake similar or related services for a further stage/s of the works, associated with the overall project. A site visit for this project was notified via GETS and held on 3 April 2024. Interested suppliers who did not attend this site visit may request a further site visit by emailing our Point of Contact.",Not Awarded,RFT has been cancelled,0,20250410 Health New Zealand (Te Whatu Ora),29258731,Request for Quotations,Open Competition,Influenza Antivirals for the National Reserve Supply (NRS) in New Zealand,0012189,20240424,20240517,20240530,National Procurement,Sole Agency,No,,"This RFQ issued by Health New Zealand - Te Whatu Ora (Health NZ), is an invitation to suppliers to submit a quote to provide approximately 263,200 courses of influenza antivirals to replenish the expiring stock in our National Reserve Supply (NRS) in New Zealand. The current influenza antiviral stock is Oseltamivir (Tamiflu) from Roche & Zanamivir (Relenza Rotadisk) from GSK. Health NZ has a requirement to hold influenza antivirals for possible emergency response. We currently have a requirement to replace expiring stock within our holdings. Where new brands of influenza antivirals are awarded, approval from Medsafe must be sought and approved within six months of the contract being awarded. Health NZ is seeking to appoint one supplier for this one-off purchase. A consortium bid may be considered; however, the consortium must identify the lead provider accountable for delivery and who will be the counterparty to Health NZs contract.",Awarded,"We are pleased to announce the award of the contract for Influenza Antivirals for the National Reserve Supply (NRS) in New Zealand, which aims to replenish the expiring stock with approximately 263,200 courses of influenza antivirals. After a comprehensive procurement process, we have awarded the contract to Viatris Ltd.",0,20250410 Health New Zealand (Te Whatu Ora),29317039,Request for Proposals,Closed Competition,Health NZ - West Coast Mental Health Infrastructure Project - Main Contractor,WCMHIPRFP,20240501,20240613,20240729,Mental Health Infrastructure Programme,Sole Agency,No,,"We require a contractor who can commit their own skills and resources to this project and who also has a partnership with quality and reliable subcontractors. This project is in a rural regional location three hours from the nearest major urban centre. This means that a main contractor needs to have the ability to mobilise themselves and sub-contractors to a regional area or engage with suppliers locally. This project will be undertaken around a functional hospital environment so demonstrating an ability to manage and plan for these constraints is of high importance. This is stage 2 of a 2-stage procurement process and all contractors have been shortlisted through a prior registration of interest process (ROI)",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29338867,Request for Proposals,Open Competition,Health Facility Planner Services - Hospital Redevelopment Programme,RHP.004,20240506,20240531,20240726,Regional Hospital Redevelopment Programme,Sole Agency,No,,"This notice invites suitably qualified and experienced providers to deliver health facility planning services across the Infrastructure Investment Group (IIG) portfolio. The provider(s) will produce key health facility planning deliverables, that will be the basis of the brief for the campuses and may also conduct independent peer review for the Infrastructure Investment Group (IIG) as required of health facility planning outputs. The Scope of Services covers 1. development of the national strategic brief, facility wide practice and approaches brief, and 2. functional design briefs including departmental Schedule of Accommodation (SOA) development for up to 33 Aus HFG health planning units for a hospital (each a project) in the Hospital Redevelopment Programme. This is an open competitive, single step tender process that follows the Advance Notice published on GETS on 17 April (reference 29238783). Respondents are advised that there will be a supplier briefing video conference on Thursday 9 May 2024 at 11:00am NZT. A link to the meeting will be provided through a notice to tenderer, available to subscribers of this notice.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29394368,Request for Tenders,Closed Competition,Installation of Cooling Tower Acute Services Building Taranaki Base Hospital,ECP016,20240514,20240611,20241011,,All of Government,No,,"The scope of work required is the installation of an additional open cooling tower for the B101 Acute Services Building at Taranaki Base Hospital and associated works i.e. Installation of new membrane roofing The contracted Works delivered will include, but are not limited to: Installation of Cooling tower and connection to existing cooling tower headers within the cooling tower roof compound and associated equipment (including receipt kerbside and rigging into position). The cooling towers corresponding equipment (valves, piping, etc) shall be suitable for very high corrosive marine environments. Electro-galvanising is not suitable to the corrosive environment. Note that hot dip galvanised components require painting to specification.",Awarded,"Qualitative responses were very good, quoted price was the deciding factor.",344027,20250410 Health New Zealand (Te Whatu Ora),29407017,Request for Tenders,Open Competition,Project Tira Ora - Child Health Centre - Whangarei Hospital Redevelopment - RFT Construction Services,,20240515,20240626,20241213,Regional Hospital Redevelopment Programme,All of Government,No,,"Health New Zealand - Te Whatu Ora is seeking to engage a main contractor for Project Tira Ora - Child Health Centre (CHC) as one of the enabling works for project Pihi Kaha, the Whangarei Hospital Redevelopment. Full details of this RFT will be available by subscribing to this Notice, with all documents accessible via the link provided as an Addendum.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29457518,Request for Quotations,Open Competition,Examination Nitrile Gloves,PROCNG140524,20240522,20240605,20240703,,Sole Agency,No,,"This opportunity is a one-off replenishment order of Powder-free, Latex-free, Nitrile Gloves for the Health New Zealand central Stores (NRS). We are seeking an anticipated 120,000,000 (One Hundred and Twenty Million) individual gloves over the next twelve months. All the gloves must meet the standard requirements and suppliers must provide certifications of conformity.",Awarded,Total spend value $3.6m - $3.8m,0,20250410 Health New Zealand (Te Whatu Ora),29463947,Request for Proposals,Open Competition,RFP-12222 Purchase of Cleaning Equipment and Maintenance for National in-house Cleaning Services,RFP_12222,20240523,20240620,20241101,National Procurement,Sole Agency,No,,"Health New Zealand is inviting proposals for the purchase of Cleaning Equipment and Maintenance for a National solution to our In-house operated Cleaning Services. In summary we need to procure a single preferred Supplier for commercial cleaning equipment that meets both Health and Safety and Infection Prevention Requirements for ongoing cost-effective supply of replacement Equipment fleet. Additionally, there is a need for individual hospitals ongoing maintenance services for current and new equipment ensuring they remain fit for purpose for their expected life. The key objective is to procure and standardise cleaning equipment, upgrade aging and end of life equipment, investigate the use of more sustainable products and energy efficient equipment. Suppliers must have a fleet of trial machines available if requested for evaluation in July and August 2024. A detailed statement of our requirements in contained in Attachment 1",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29491141,Request for Proposals,Open Competition,P24-585 Antenatal Down Syndrome Test & P24-586 Newborn Metabolic Screening Test,924-585 and P24-586,20240528,20240717,20250303,National Procurement,Sole Agency,No,,"P24-585 Antenatal Down Syndrome Screening Tests Request for proposal (RFP) for supply of Loan Equipment for Antenatal Down Syndrome tests with associated Consumables / Reagents and Maintenance Services P24-586 Newborn Metabolic Screening Tests Supply of Newborn Screening Testing Equipment, Consumables / Reagents and Maintenance Services Addendum No.:01 RFP Title: Antenatal Down Syndrome and New Born Screening Tests RFP No.: 924-585 and 924-586 Date:02-07-2024 To All Prospective Bidders: This addendum modifies the original closing date issued for the above-mentioned project. Please take note of the following changes: Extension of Submission Deadline: The closing date for submissions has been extended from 10th July 2024 to 17th July 2024. All proposals must be submitted by this new deadline. All other terms and conditions of the RFP remain unchanged.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29522893,Request for Proposals,Open Competition,Panel for the Supply of Tissue Cassette Printers with Associated Accessories and Maintenance Services P24-608,P24-608,20240604,20240703,20241001,National Procurement,Sole Agency,No,,"A tissue cassette printer is a specialized printer used in histology laboratories. Tissue cassettes are small containers made of plastic that hold tissue samples during processing and embedding. These cassettes are labelled with unique identifiers to track the samples throughout the histological workflow. Through this RFP we aim to establish a Supplier Panel for the Supply of Tissue Cassette Printers , Consumables and Maintenance Services. As this RFP is for establishment of a capability panel for Tissue Cassette Printers with Associated Accessories and Maintenance Services. Suppliers are not required to provide indicative/list pricing at this point for the Equipment and Services. The Capability Panel has no end date. The proposed term of five years with two right of renewals for a further three years and two years (5+3+2) will be addressed in the secondary procurement process. ------------------------------------------------------------------------------------------------------------------ Initial Response Form had an error and has now been withdrawn. Suppliers are requested to use the Amended Response Form attached in Addendum 1.",Awarded,"In recognition of the essential role that Cassette Printers and their associated consumables and maintenance services play in laboratory operations, we have conducted an open market Request for Proposal (RFP) process. This rigorous evaluation has led to the establishment of a national panel of approved suppliers. The selected suppliers, identified as Abacus Dx Limited, Acorn Scientific Limited, Mediscope International Limited and Ngaio Diagnostics Limited, have been selected. They are now included in the national panel for Tissue Cassette Printers and related services, ensuring that laboratories nationwide benefit from reliable resources and support. This panel is designed to improve procurement efficiency, optimize supply chain management, and support laboratories in maintaining high operational standards.",0,20250410 Health New Zealand (Te Whatu Ora),29527069,Request for Tenders,Open Competition,Repair and Replacement of Cooling Towers,CT2406-002,20240604,20240715,20250214,Counties Manukau Facilities Services Group,All of Government,No,n/a,,Not Awarded,Project on hold.,0,20250410 Health New Zealand (Te Whatu Ora),29548796,Request for Tenders,Closed Competition,Request for Tenders - Te Kuiti Helipad,,20240607,20240702,20240801,Regional Hospital Infrastructure Programme,On behalf of procurement agent,No,,"This RFT relates to the engagement of a competent construction contractor to undertake the construction of: The New Helipad at Te Kuiti Hospital The Scope of Works includes: Construction of the New Helipad. Associated works include excavating, Augured pile and concrete works. Electrical installation of lights, fencing installation, demolition works of two decommissioned helipads and CCTV connectivity. Working with the Principal and its appointed consultants to achieve a fit for purpose helipad, meeting the CAA and TWO Te Kuiti Hospital requirements.",Awarded,Evaluated on both Non Price and Price Response by a panel and scored highest on criteria.,0,20250410 Health New Zealand (Te Whatu Ora),29560528,Request for Quotations,Open Competition,Single Use PVC (LDPE) Aprons,24PROCNAT064,20240610,20240624,20241025,National Procurement,Sole Agency,No,,"We anticipate purchasing 2M individual PVC Single Use Aprons for HNZs central stores over the next twelve months, with a delivery schedule split over that twelve-month period.",Awarded,,60000,20250410 Health New Zealand (Te Whatu Ora),29560983,Request for Quotations,Open Competition,Disposable Level 2 Medical-Grade Ear loop Face Masks,24PROCNAT065,20240610,20240624,20241025,National Procurement,Sole Agency,No,," We anticipate purchasing 17,650,000 Disposable Level 2 Medical-Grade Ear loop Face Masks for HNZs central stores over the next twelve months, with a delivery schedule split over that twelve-month period.",Awarded,,198075,20250410 Health New Zealand (Te Whatu Ora),29561156,Request for Quotations,Open Competition,Single Use Isolation Gowns,24PROCNAT063,20240610,20240624,20240821,National Procurement,Sole Agency,No,,"We anticipate purchasing 3M Single Use Isolation Gowns: Size L Size XL for HNZs central stores over the next twelve months, with a delivery schedule split over that twelve-month period.",Awarded,,1650000,20250410 Health New Zealand (Te Whatu Ora),29595367,Request for Tenders,Closed Competition,Request for Tenders - MCC Operating Theatre 2 - Redevelopment,,20240614,20240712,20240801,,On behalf of procurement agent,No,,"This RFT relates to the engagement of a competent construction Contractor(s) to undertake the construction of: The redevelopment of operating theatre two in the Meade Clinical Centre at Waikato Hospital. The Scope of Works includes: Demolition of existing operating theatre 2, internally as per the demolition plans. Construction, fit out and finishing of new operating theatre 2. Associated/enabling works to adjacent Operating Theatre on Level 2, and Xray room below on Level 1 of the Meade Clinical Centre. Working with the Principal and its appointed consultants to deliver Operating Theatre 2, updated and improved as a state-of-the-art facility meeting all the regulatory requirements as well as those of the principle.",Awarded,Evaluated on both Non Price and Price Response by a panel and scored highest on criteria.,0,20250410 Health New Zealand (Te Whatu Ora),29599236,Request for Tenders,Closed Competition,Request for Tenders - Mental Health and Addiction Services Hamilton Hub Fit out Stage 1,,20240614,20240705,20240820,,On behalf of procurement agent,No,,"This RFT relates to the engagement of a competent construction Contractor(s) to undertake the construction of: Fitout works for the new Mental Health and Addiction Services (MHAS) Hamilton Hub at the new location in 135C Silverdale Rd, Hamilton. The Scope of Works includes: Procurement of long lead items such as carpet and doors early. Construction of new toilets, carpet, paint, installing new doors and reception desk. Working with the Principal and its appointed consultants to meet programme deadline. Lease with other trades from uOW and Waikato DHB working in the building at the same time.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29653808,Request for Quotations,Open Competition,Disposable Sharps Containers,24PROCNAT070,20240624,20240708,20241202,National Procurement,Sole Agency,No,,"We anticipate purchasing 40,000 Disposable Sharps Containers in the range of a 5 Litre capacity for HNZs central stores over the next twelve months, with a delivery schedule split over that twelve-month period. We anticipate a purchase order will be raised for the full 12-month volume at the initial order.",Not Awarded,"This Tender has been postponed until later in 2025 due to the size and complexity of the project. Additionally the need for a wider clinical evaluation team, Brackets, trolleys etc.",0,20250410 Health New Zealand (Te Whatu Ora),29668635,Request for Proposals,Open Competition,Regional Hospital Redevelopment Programme - Technical Advisory & Design Services,RHRP-01,20240627,20240829,20241209,Regional Hospital Redevelopment Programme,Sole Agency,No,Not applicable,"Health New Zealand | Te Whatu Ora seeks proposals from multi-disciplinary design teams who collectively have the requisite experience, capacity and capability to provide the services for the Regional Hospital Redevelopment Programme. Given the scale of this programme it is intended that two distinct Design Teams will be appointed. This is a unique opportunity to establish a long term relationship with Health New Zealand to develop the next generation of Healthcare Infrastructure that New Zealand needs to thrive. Further information about this opportunity is provided within the documents attached to this notice. Please direct any enquiries via the GETs Q&A process.",Awarded,"The following information is required as part of the award notice Description of the goods, services, or works being tendered. Technical advisory and Design services for the Regional Hospital Redevelopment Programme Three consortia have been awarded contracts. Terms of contracts 3 years. Expected spend: We anticipate the expected spend under the contract to be circa $20M, although these are zero sum contracts with no minimum or maximum spend. Service Orders to be issued and agreed. Type of procurement process. Two stage process. RFP followed by interactive sessions for short listed parties. Both parts being scored and moderated separately.",0,20250410 Health New Zealand (Te Whatu Ora),29696919,Request for Proposals,Open Competition,P24-610 Medical Consultancy at Pukekohe Hospital,P24-610,20240702,20240723,20240901,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Medical Consultancy at Pukekohe Hospital opportunity. The Pukekohe Rehabilitation and Care ward is part of a Counties Manukau (CMH) satellite facility that provide the people in the Franklin district with community, outpatient and inpatient services. This opportunity is to award a service contract for the provision of medical consultancy services for the continuing care of inpatients including palliative, rehabilitation and those with complex social issues that come from the community. We are looking for providers who have the capability, experience and capacity to deliver medical consultancy services within the Pukekohe Hospital. They need to have a good track record and established relationships within the Franklin area to assist in connecting the hospital to the local community. This is of key importance as locally delivered care supports the spiritual wellbeing of patients and their whanau by ensuring whanau are easily able to support their loved ones in a facility close to their homes. This is a unique opportunity to further build on your strong relationships within the local community and to assist in locally improving accessible health care equity for those living in the Franklin area.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29729214,Request for Proposals,Open Competition,Panel for Mass Spectrometry,P24-609,20240708,20240806,20241205,National Procurement,Sole Agency,No,,"The objective of this RFP is to create a capability panel for suppliers who can provide Mass Spectrometry (MS) systems with sensitivity for oral drug confirmation. The MS system must be able to perform diagnostic tests as already established within the lab setting for samples prepared from urine, plasma, whole blood and saliva. We invite Proposals from Suppliers who can provide robust, reliable and medium range sensitive Mass Spectrometry (MS) systems for a wide range of small molecule analysis for diagnostic testing for patients. The scope of this Request for Proposal (RFP) is: Primary Procurement: To establish a Supplier Panel for the Supply of Mass Spectrometry systems, Consumables and Maintenance Services. =========================================================================== Refer Addendum 1 - Please disregard the following sentence in the Overvew: ""We invite Proposals from Suppliers who can provide robust, reliable and medium range sensitive Mass Spectrometry (MS) systems for a wide range of small molecule analysis for diagnostic testing for patients."" The corrected version is: ""We invite Proposals from Suppliers who can provide robust and reliable Mass Spectrometry (MS) systems for a wide range of diagnostic testing for patients.""",Awarded,Capability Panel agreements signed.,0,20250410 Health New Zealand (Te Whatu Ora),29772808,Request for Proposals,Open Competition,North Shore Hospital Campus Switchboards Replacement - Electrical Contractor,,20240716,20240820,20241031,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Health New Zealand Waitemata (the Principal) is undertaking a project for the Design, Build, and Install of Replacement Switchboards (the Project) required for the Principals North Shore Hospital campus. The Switchboards requiring replacement are: Group 1 (1 x Switchboards) Group 2 (3 x Switchboards) Group 3 (4 x Switchboards) Group 4 (24 x Switchboards) The Principal requires a suitably qualified and experienced Electrical Contractor (the Supplier) to design the requisite solutions and undertake the works required. NOTE: Group 2 Switchboard Scopes have been completed and Respondents are required to respond in detail (non-price elements and pricing) on that basis. Groups 1, 3, 4 Switchboard scopes are at various stages of development. Once scopes have been completed the Successful Contractor i.e. the Contractor that has been awarded a contract on the basis of their response to Group 2, will be invited to quote on the subsequent Groups. If their quotes are acceptable, Statements of Work (SoW) will be agreed and appended to their contract. If their quotes are unacceptable, the Principal reserves the right to issue the opportunities to market via the Government Electronic Tender Service (GETS). NOTE: Other northern region hospitals may source the same / similar services during the contract term of the contract awarded as a result of this procurement. The Supplier will be required to provide the same terms and conditions and the same / similar pricing and commercial settings. Refer to the attached RFP documentation for further details",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29786309,Request for Proposals,Open Competition,Metro Auckland Critical Care Road Transports,12433,20240716,20240816,20240910,National Procurement,Sole Agency,No,,"Health New Zealand is requesting proposals for provision of Intensive Care Interhospital Road Transfers (IHT) within the Auckland metro region. The geographical area for this tender means Metro-Auckland Critical Care Road Transports - Counties Manukau, Te Toka Tumai and Waitemata. The services we require will provide interhospital road transfers of critical care patients between Auckland Metro area hospitals, primarily between ICU/HDUs but, as required, including EDs, wards, ORs etc. There are three components to the services Component 1 Mission coordination Component 2 Training Component 3 Transport / Transfer / Retrieval",Not Awarded,"Thank you for your response to our RFP for Auckland Metro Critical Care Transports. Three responses were received. Unfortunately, we cannot award a contract to any of the responders. No supplier has offered a satisfactory solution or an acceptable price, or one that represents public value. We do appreciate the time and effort required to respond to our tender opportunities and we are disappointed that we cannot award a contract at this time. Regards, Alistair",0,20250410 Health New Zealand (Te Whatu Ora),29797483,Request for Proposals,Open Competition,Infant and Maternal Mental Health,TMT001-2425-M,20240802,20240829,20241115,,Sole Agency,No,,"We are looking to contract a sole provider who will deliver a new service made up of Community Support Workers (non-clinical), service coordination and packages of care that will provide primary focus and support to Maori mothers who are experiencing maternal mental health and wellbeing challenges. This service will be delivered in Western Bay of Plenty (BOP) and using a Kaupapa Maori approach. The FTE will be community support workers, who will work in partnership with the existing multi-disciplinary Perinatal Infant Mental Health Service already operating in secondary services. This includes a close working relationship with the local specialist Perinatal Infant Mental Health Service services. This is an exciting opportunity if your service is innovative, creative and wants to make a real difference in the lives of mothers, infants and whanau in the Western BOP.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29804350,Request for Proposals,Open Competition,Canterbury Lighting Upgrades Minor Works,CANTLIGHTMW,20240719,20240816,20241129,,Sole Agency,No,,"Overview This RFP relates to the supply and installation of LED lights for the Canterbury Lighting Upgrade projects, which include the following campuses: 1. Ashburton Hospital Lighting Upgrade 2. Burwood Hospital Lighting Upgrade 3. Christchurch Hospital Staff Carpark and Ambulance Bay Lighting Upgrade 4. Hillmorton Hospital Lighting Upgrade Numerous fluorescent luminaires have been identified within Health New Zealand | Te Whatu Ora Waitaha Canterbury major hospital campuses. The primary objective of this upgrade is to replace the existing fluorescent lighting with modern, energy-efficient LED lighting. The intended outcome of this procurement is to establish an LED lighting upgrade initiative for public healthcare facilities, resulting in significant energy savings and reductions in carbon emissions. The Minor Works scope must be completed by 30 June 2025. An electrical service period with a minimum term of 12 months is required to provide maintenance and product warranty support. The electrical service period will commence after Practical Completion of the Minor Works.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29813651,Request for Quotations,Closed Competition,"CSO - Support, Delivery and Implementation of Accelerated Procurement Benefits",,20240719,20240808,20240910,National Procurement,Sole Agency,No,,"We wish to partner with an organisation(s) that can deliver and implement financial and other benefits from procurement activity for Health New Zealand, via the AoG Consultancy panel. We will hold a virtual briefing session on Thursday, 25 July at 3pm. If you would like to attend the session, please email shona.mccutcheon@hbdhb.govt.nz and an invitation will be forwarded. If you are intended on providing a submission for this opportunity, you must confirm via email by 5pm, Tuesday, 30 July. If you do not want to be involved with this opportunity, please email shona.mccutcheon@hbdhb.govt.nz and you will be removed from any further communication.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29854027,Request for Proposals,Open Competition,P24-614-Medical Consultancy Waikato,P24-614,20240725,20240820,20241101,National Procurement,Sole Agency,No,,"Health New Zealand (HNZ) Procurement on behalf of Waikato District is seeking to procure the Services of interested Parties to provide medical oversight of convalescent patients at two Continuing Care Facilities in the Waikato District Rhoda Read in Morrinsville and Matariki in Te Awamutu.? Both facilities have up to 32 patients each (64 in total), mostly over 65 years recovering from an acute medical or surgical event.??The facilities are used as a step down for acute care i.e. transitional care model.? Average length of stay is 21-28 days at both facilities.? Admission criteria is available, and the level of care is at Primary Care General Practice (GP) level.??? We are looking for innovative responses to this Request for Proposal (RFP) from interested Parties to provide oversight of the patients in the two Continuing Care Facilities in the wider Waikato District. The Service may be provided by a group of GPs or a collaborative team approach with a mix of Medical and Nursing Professionals with the experience and capacity to provide expert advice on the management of patients requiring short term support to transition from acute/subacute medical or surgical admissions to their own homes. It is preferred for consistency of clinical care that there is one centralised service provider. The Facilities have a stable team of nurses providing care in the wards. Any additional Registered Nursing input would be in a consultancy and support role from Nurse Practitioner/Nurse Consultant/Nurse Specialist with experience in Primary, Convalescent and Palliative Care. The preferred option is for onsite medical presence for ward rounds daily supported by experienced specialist nursing staff plus additional remote consults and On Call availability. Inpatients are generally low acuity, over 65, requiring convalescence, physical support and clinical oversight following discharge from Waikato Hospital, as a step-down facility to prepare for transition to the own homes. The Waikato District stakeholders recognise that rather than having all oversight by Medical Staff there may be other effective models of care without a reduction in the quality of services provided. They also recognise the need to ensure the quality of patient care is balanced with fiscal responsibility. This RFP includes an outline of the services required and the Performance and Reporting Requirements for this Contract.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29881884,Request for Proposals,Open Competition,Kaikoura Health Heating Upgrade,KAIKHHU,20240731,20240911,20250128,,Sole Agency,No,,"The requirement is to move Kaikoura Health's (Te Ha o Te Ora) energy source for Low Temperature Hot Water (LTHW) heating and Domestic Hot Water (DHW) heating from diesel to electricity. Currently, Kaikoura Health has five diesel boilers for LTHW heating and DHW. We are seeking competent contractors to design and install a favourable long-term solution for Kaikoura Health heating upgrades, including: installing heat pumps outside of the existing diesel boiler. provide LTHW heating and DHW heating. leaving the existing five diesel boilers as redundancy. Health New Zealand | Te Whatu Ora Waitaha Canterbury (the Buyer) intends to seek a range of solutions from Respondents that meet performance requirements, specifications, and project objectives. The intended outcome of this project is to upgrade the LTHW and DHW heating to Kaikoura Healths public healthcare facilities, resulting in energy savings and reductions in carbon emissions. The Minor Works scope must be completed by 30 June 2025. A Service Maintenance period with a minimum term of 12 months is required to provide maintenance and product warranty support. The Service Maintenance Contract dates will be after Practical Completion.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29902318,Request for Quotations,Open Competition,RFQ Supply and Installation of 3MW Electric Boiler at Waikato Hospital,,20240802,20240909,20241202,,Sole Agency,No,,Te Whatu Ora Waikato District are seeking Request for Quote (RFQ) from suppliers experienced in the supply and installation of an Electric Boiler. The supplier will provide services necessary for the supply and installation of a new 3 MW Electric Boiler at the Waikato Hospital Hamilton Campus.,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29921180,Request for Proposals,Closed Competition,Salesforce Professional Services - Aotearoa Public Health Operation System (APHOS),E24-74,20240806,20240822,20240930,National Procurement,Sole Agency,No,,"The new Aotearoa Public Health Operations System (APHOS) will replace twelve disparate legacy systems from within the Public Health Services to support standardised national public health operational activity management. APHOS will be built on Health New Zealands nationwide Salesforce platform. We require professional Salesforce resources, including Salesforce software development services and consultancy, to develop and configure the new APHOS application on a Salesforce platform. We are looking for a supplier with the Salesforce implementation experience, capability and capacity to meet our needs, tight timelines and support us in delivering APHOS.",Awarded,,1190000,20250410 Health New Zealand (Te Whatu Ora),29949681,Request for Proposals,Open Competition,Health NZ - Vertical Transport Modernisation Lifts 1-4 Waitakere Hospital Campus,,20240812,20240909,20250307,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Health New Zealand Waitemata (the Principal) is undertaking a project for the Vertical Transport Modernisation of Lifts 1 4 (the Project) required for the Principals Waitakere Hospital campus. The Principal requires a suitably qualified and experienced Vertical Transport Contractor (the Supplier) to contribute to the design of the requisite solution and undertake the works required. NOTE: Other northern region hospitals may source the same / similar services during the contract term of the contract awarded as a result of this procurement. The Supplier will be required to provide the same terms and conditions and the same / similar pricing and commercial settings. Refer to the attached RFP documentation for further details",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),29999180,Request for Tenders,Open Competition,"Supply and installation of LED light fittings to Base and Hawera Hospitals, Taranaki",,20240820,20241002,20241202,,All of Government,No,,Health New Zealand Taranaki - Base Hospital Acute Services Building and Hawera Hospital are planning to carry out a programme of replacement of light fittings. The main purpose of this upgrade is to decrease the power and energy demand of lighting in these areas. This upgrade from fluorescent fixtures to LED fixtures will decrease lighting energy and power demand.,Awarded,,939727,20250410 Health New Zealand (Te Whatu Ora),30129327,Request for Tenders,Open Competition,Electrical Lighting Systems Replacement Programme,13940,20240925,20241031,20250303,Regional Hospital Infrastructure Programme,Sole Agency,No,,"As part of its energy saving initiatives, Health New Zealand - MidCentral is planning to replace its current fluorescent lighting with LEDs at Palmerston North Hospital and at the Horowhenua Health Centre in Levin. The services will include suitable disposal of the removed light fittings and tubes. We are inviting responses from suitably experienced suppliers to undertake this programme of lighting replacement works. Suppliers must have a proven track record delivering and managing similar project works in live / operational clinical environments. There will be a mandatory site visits at both Palmerston North Hospital the Horowhenua Health Centre in te week of 7 October 2024. Dates & times to be advised. There will be only one site visit. Respondents must: * email our Point of Contact with the number and names of staff attending (by the date advised) * attend the mandatory site visit.",Awarded,,390000,20250410 Health New Zealand (Te Whatu Ora),30134896,Request for Proposals,Open Competition,Project Whakatupuranga - Nelson Hospital Demolition Contractor (Enabling Works),NH019,20240923,20241031,20241219,Regional Hospital Redevelopment Programme,Sole Agency,No,All responses to be via Procore - no responses will be received via GETS,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Demolition Contractor for Project Whakatupuranga, the redevelopment of Nelson Hospital (the Project). The objective of this RFP is to select a suitably qualified and experienced contractor to undertake the removal/demolition of 15 existing buildings and associated ancillary structures from the Nelson Hospital campus and construction of approx. 500m2 of temporary, likely prefabricated office space on the site of the former early childcare centre (ECE). Please note that in addition to Part 1 Request for Proposal available via GETS, all other key and supporting documents are available via the Procore Tender Tool. They are essential for suppliers to respond to this RFP (see Section 2.1 of Part 1). Registration details are included in Section 2.2.2.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30140200,Request for Proposals,Open Competition,Project Whakatupuranga - Nelson Hospital Ambulatory Hub Fitout Design & Build,NH041,20240923,20241031,20241219,Regional Hospital Redevelopment Programme,Sole Agency,No,All responses to be via Procore - no responses will be received via GETS,"We require a suitably qualified and experienced contractor to undertake the design and construction of an Ambulatory Hub fitout. The Works are part of enabling Project Whakatupuranga Nelson Hospital Redevelopment. Please note that in addition to Part 1 Request for Proposal available via GETS, all other key and supporting documents are available via the Procore Tender Tool. They are essential for suppliers to respond to this RFP (see Section 2.1 of Part 1). Registration details are included in Section 2.2.2.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30284981,Request for Proposals,Closed Competition,Health NZ - Hillmorton Adult Acute Facility Main Contractor RFP,HIL AAF Main Cont.,20240927,20241119,20250214,,Sole Agency,No,,"This RFP is for the Main Contractor for the Adult Acute Facility (AAF) project, Hillmorton Campus, which includes demolition of buildings 5 and 6, plus relocation of building 13, removal of trees and vegetation in line with resource consent approvals, construction of a new 80 bed acute facility, including consumer and staff amenities, construction of a new plantroom and modifications to the existing energy centre. This includes the onsite management of all health and safety requirements whilst the new facilities are developed, and any temporary works associated. A series of enabling works have been or are being completed separately to this package of work in readiness to allow the demolition / relocation of the buildings that sit on the new development footprint. This RFP has been released to the shortlisted respondents for the previous ROI. Please note: 1. You will be sent an invitation to download the documents from ShareFile 2. This is a 2 envelope Non-Price/Price RFP 3. BIM models are for information only",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30328035,Request for Quotations,Open Competition,RFQ 24-618 for the supply of Quantitative Calprotectin Testing Kits.,RFQ24-618,20241004,20241023,20250225,National Procurement,Sole Agency,No,,This RFQ is an invitation to suitably qualified suppliers to submit Quote for the supply of Quantitative Calprotectin Testing Kits.,Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30375314,Request for Proposals,Open Competition,RFP-Waitakere Hospital Campus Electrical Infrastructure Upgrade Project,,20241010,20241107,20241128,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Health New Zealand Waitemata (the Principal) is undertaking an Electrical Infrastructure Upgrade Project (the Project) at the Principals North Shore Hospital campus. This RFP is for the first two packages of the Project: 1. Package 1 - Electrical Panels 2. Package 2 - Electrical Contractor The Principal requires a suitably qualified and experienced Panel Manufacturer (Supplier) to design and manufacture the requisite Electrical Panels for Package 1. The Principal requires a suitably qualified and experienced Electrical Contractor (Supplier) to undertake the works required for Package 2. Suppliers may respond to either Package or both Packages. The Suppliers are being procured via an Open Request for Proposals (RFP) issued via the Government Electronic Tenders Services (GETS). NOTE: Other northern region hospitals may source the same / similar services during the contract term of the contract(s) awarded as a result of this procurement. The Supplier(s) will be required to provide the same terms and conditions and the same / similar pricing and commercial settings. Refer to the attached RFP documentation for further details",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30456291,Request for Quotations,Open Competition,VMWare vSphere (VVF) License Provider,RFQ24-621,20241021,20241122,20241219,National Procurement,Sole Agency,No,,"Health New Zealand | Te Whatu Ora would like to engage a respondent for the provision of approximately 10,720 VMWare vSphere (VVF) Licenses, associated support and maintenance services. We need 9340 VVF subscription licenses immediately, the remaining 1380 VVF subscription licenses have support until 2027, but we would be interested in consolidating the whole amount (10,720) with a buy back deal.",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30510142,Request for Proposals,Open Competition,RFP 24-615 Supply of Coagulation Analyser,P24-615,20241029,20241206,20250131,National Procurement,Sole Agency,No,,"1.2. The scope of this Request for Proposal (RFP) is twofold: (1) Primary Procurement: To establish a Supplier Panel for the Supply of Coagulation Analysers, Consumables and Maintenance Services. (2) Immediate Secondary Procurement Opportunities (Capital funding is subject to each Districts Delegated Financial Authority (DFA) Approval): To invite secondary procurement proposals from suppliers who are applying for the Supplier Panel and who wish to enter into an agreement to supply the following equipment to the Districts listed below who have an immediate requirement: (a) Secondary Procurement Opportunity District has an immediate requirement in financial year FY24-25 & FY25-26 Loan equipment with associated Consumable / Reagents and Maintenance Services for Coagulation Analyser Participating Districts Auckland Counties Manukau Waitemata Northland Hawkes Bay Waikato Canterbury West Coast Taranaki (b) Term - The proposed term of each Supply Agreement with the selected supplier is five years with two right of renewals for a further period of three years and two years (5+3+2).",Awarded,Panel of suppliers has been established. Secondary procurement will proceed as and when District labs have requirement,0,20250410 Health New Zealand (Te Whatu Ora),30541464,Request for Quotations,Open Competition,Influenza Vaccine for Staff Vaccination Programme,0013857,20241101,20241118,20241210,National Procurement,Sole Agency,No,,"This RFQ issued by Health New Zealand - Te Whatu Ora (Health NZ), is an invitation to suppliers to submit a quote to provide influenza vaccines for all Health NZ employees for the upcoming 2025 flu season. Health NZs National Occupational Health and Wellbeing Service centrally co-ordinate the national supply of vaccine to be administered by our regional and local Occupational Health vaccination services. Occupational health vaccinations play a crucial role in preventing the spread of influenza within the workplace, thereby ensuring the wellbeing of our employees and the continuity of our operations. The procurement will focus on acquiring an initial supply of approximately 65,000 doses of the influenza vaccine for strains recommended by the World Health Organisation (WHO). This RFQ aims to establish a reliable supply of influenza vaccine, ensuring timely access to vaccinations and facilitating a successful vaccination programme for our workforce. By doing so, we seek to enhance overall workplace safety, reduce absenteeism due to illness, and promote a culture of health within our organisation. All vaccines must be delivered to specified locations within New Zealand by 1 March 2025 at the latest.",Not Awarded,"Health New Zealand is pleased to announce the successful award of the contract for this RFQ has been awarded to: Sanofi-Aventis Australia Pty Ltd We thank all suppliers for their interest and participation in the tender process.",0,20250410 Health New Zealand (Te Whatu Ora),30577780,Request for Quotations,Open Competition,Suicide Prevention Postvention Coordinator - Lakes,TMT005-2425-M,20241108,20241121,20250201,,Sole Agency,No,,"Health New Zealand | Te Whatu Ora (Health NZ) is looking to contract a provider to deliver suicide prevention postvention coordination service in Lakes district. We are inviting interested community or NGO provider with expertise in this, or a related field who will take responsibility for coordinating suicide prevention postvention to submit quotations to enable effective and collaborative way to respond to suicide prevention postvention coordination in the Rotorua and Southern Lakes district. This contract will be for 1.0 FTE Suicide Prevention Postvention Coordinator position. This is an exciting opportunity if your service wants to make a real difference in the area of suicide prevention postvention for those living in the Lakes district. The service will lead the delivery of evidence informed interventions for suicide prevention postvention which reflects the needs of the Lakes district communities in partnership with local stakeholders, inter-sectorial agencies, whanau, hapu and Iwi. Tenders close at 12pm on Thursday 21 November 2024 and must be submitted electronically via GETS.",Awarded,,139660,20250410 Health New Zealand (Te Whatu Ora),30609878,Request for Proposals,Open Competition,RFP-Health NZ Contractor for Vacuum Pump System Upgrade and Anaesthetic Gas Scavenging Pump Replacement,,20241111,20241209,20250227,Waitemata Facilities Services Group,Sole Agency,No,Not applicable,"Health New Zealand Waitemata (the Principal) is undertaking a project for the Vacuum Pump System Upgrade Project and Anaesthetic Gas Scavenging System (AGSS) Pump Replacement Project (the Projects), required at the North Shore and Waitakere Hospital campuses for Health New Zealand Waitemata (the Principal). The Principal requires a suitably qualified and experienced Contractor (the Supplier) to undertake the works required. The works required are generally described as the supply, delivery, assembly, installation, and commissioning of complete working systems for the Medical Gas Systems. The Contractor is being procured via an Open Request for Proposals (RFP) issued via the Government Electronic Tenders Services (GETS). NOTE: Other Northern Region Hospitals may source the same / similar services during the contract term of the contract awarded as a result of this procurement. The Supplier will be required to provide the same terms and conditions and the same / similar pricing and commercial settings. Refer to the attached RFP documentation for further details",Awarded,,0,20250410 Health New Zealand (Te Whatu Ora),30627467,Request for Proposals,Open Competition,Mental Health Crisis Response,TMT002-2425-M,20241115,20241209,20250201,,Sole Agency,No,,"Health New Zealand | Te Whatu Ora (Health NZ) intends to contract a provider who will deliver mental health crisis response services to people who are experiencing an acute mental health crisis in the Eastern Bay of Plenty. This funding is provided to increase the availability of services, and trial new models of specialist mental health and addiction services in crisis response. This funding is for 7.0 non-clinical FTE and 1.0 Clinical FTE specialist mental health and addiction services. The new services (24/7) should include clinical, peer-led services or peer support specialists as a component of the crisis response. This is a unique and exciting opportunity to be part of mental health crisis response services to make a real difference in the lives of tangata whaiora and whanau in the Eastern Bay of Plenty. Tenders close 12pm Monday, 9 December 2024 and must be submitted electronically via GETS.",Awarded,,1790000,20250410 Health New Zealand (Te Whatu Ora),30717979,Request for Proposals,Open Competition,Peer Support Services in the Emergency Department,24TWP002M,20241126,20241217,20250224,Comissioning,Sole Agency,No,,"As part of the Peers in Emergency Department (ED) initiative, Health NZ | Te Whatu Ora is looking for interested service providers that will provide experienced peer support specialists that will work alongside clinicians to ensure a holistic and comprehensive approach that address the needs of people who present to ED with mental health and addiction needs. It is expected that the service provider will support the continual development of the service throughout this trial period. This initiative will initially progress as a trial running through until June 2026. Potential providers are encouraged to: attend the regionally held provider information days to clarify our requirements and how best you can respond. ensure they have the resources to deliver the required outcomes within the trial target deployment date of March 2025 for Canterbury and Waikato. Responses are welcome from single providers and from a collaborative provider approach. Additional information is available on the Health NZ web.",Awarded,"Stepping Stone Trust, in collaboration with Purapura Whetu Trust and Odyssey House Trust Christchurch has been awarded the contract to provide Peers in ED services in Christchurch Hospital.",527068,20250410 Health New Zealand (Te Whatu Ora),30875964,Request for Tenders,Closed Competition,Substation 1 Construction Works,13980,20250114,20250228,20250319,Regional Hospital Infrastructure Programme,Sole Agency,No,,"Health NZ - MidCentral requries construction services from a suitably qualified and experienced main contractor, to undertake the substation 1 development project at MidCentrals Palmerston North Hospital site (the Contract Works). The Contract Works require: Replacing the existing low voltage (LV) substation 1 including the removal of the existing substation. Building works to provide fire separations between LV Substation 1, the adjacent plant rooms and the surrounding basement. The procurement will be conducted via a single stage closed Request for Tender (RFT) issued to a shortlist drawn from our Major Construction Works Panel.",Awarded,Colspec Construction Ltd is the panels preferred respondent. It was ranked first based on the panels assessment of tenders against the qualitative criteria assessment.,6129764,20250410 Health New Zealand (Te Whatu Ora),31320858,Award Notice,Open Competition,Linen and Laundry Contract Renewals for Taylor Laundries Limited,,20240701,20240701,20240701,National Procurement,Sole Agency,No,,"An exemption has been approved by Health NZ directors to extend the various existing agreements with Taylor Laundries Limited for providing linen and laundry services across the Northern Region, Lakes, Waikato, and Nelson Marlborough until 31 May 2025. These short term extensions will align the expiry dates.",Awarded,"An exemption has been approved by Health NZ directors to extend the various existing agreements for providing linen and laundry services across the Northern Region, Lakes, Waikato, and Nelson Marlborough until 31 May 2025. These short term extensions will align the expiry dates.",0,20250410 Health New Zealand (Te Whatu Ora),31321250,Award Notice,Open Competition,"One-off purchase of approximately 40,000 courses of Xofluza for the National Reserve Supply (NRS) in New Zealand",0013759,20241029,20241029,20241029,National Procurement,Sole Agency,No,,"An exemption was approved by Health NZ directors in September 2024 for the purchase of approximately 40,000 courses of Xofluza for the National Reserve Supply (NRS) in New Zealand. This is a one-off purchase.",Awarded,"An exemption was approved by Health NZ directors in September 2024 for the purchase of approximately 40,000 courses of Xofluza for the National Reserve Supply (NRS) in New Zealand. This is a one-off purchase.",0,20250410 Health Promotion Agency,19944170,Request for Proposals,Open Competition,Research Investment for Priorities in Alcohol 2018-19,RSC0203/18-19/01,20180724,20180914,20191018,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency's (HPA) alcohol programme has a specific statutory function to undertake, or work with others, to research alcohol use and public attitudes to alcohol in New Zealand and problems associated with or consequent on, alcohol misuse. As part of delivering this function, HPA invests in a periodic research programme called Research Investment for Priorities in Alcohol (RIPA). HPA funds a number of projects under each RIPA investment round that provide good quality information on alcohol-related issues to inform both HPA's alcohol-related work programme and the wider sector. This research may have programme, policy, or further research implications. HPA is now inviting Respondents to submit detailed research proposals for the 2018/19 alcohol RIPA investment round that address one of the two following themes: themes Alcohol and co-morbidities and The impact of alcohol on others. HPA is interested in improving understanding of various aspects of these themes, and exploring how this understanding may contribute towards reducing harmful drinking behaviour. HPA is seeking to invest in one larger project (up to a $200,000 limit) and one or more smaller projects, so welcome smaller value proposals. Please subscribe to this notice to receive access to the RFP and Response Form.",Awarded,,591700,20250410 Health Promotion Agency,20856492,Request for Proposals,Open Competition,Professional Development for District Licensing Committees (DLC's) Members Network,PS0502/18-19/06,20190319,20190424,20191016,Policy,Sole Agency,No,,"The Health Promotion Agency (HPA) seeks a respondent to support the development of a network for members of District Licensing Committees (DLCs) by providing technical expertise to support their professional development. This network will be made up of DLC Commissioners, Chairs and members from across New Zealand.",Awarded,,75000,20250410 Health Promotion Agency,20953127,Request for Proposals,Open Competition,Support for Territorial Authorities and the Public around Alcohol Licensing,PS0302/18-19/07,20190417,20190617,20190925,Policy,Sole Agency,No,,"This RFP relates to the delivery of The Health Promotion Agency / Te Hiringa Hauora's (HPA) support for the administration of the Sale and Supply of Alcohol Act 2012 (SSAA). HPA is seeking a supplier with expertise in setting up and supporting Territorial Authorities (TAs) and their staff to develop processes and practices that meet the requirements of the SSAA legislation and support the provision of better information to the public about alcohol licensing applications, objections and appeals to enable better community participation. All questions regarding this opportunity must be submitted to procurement@hpa.org.nz or via the Q&A function on GETS. To access the RFP document and response form and to be automatically updated with any questions and answers relating to this RFP, please log-in as a supplier and subscribe to this opportunity.",Awarded,,94905,20250410 Health Promotion Agency,21664634,Request for Proposals,Closed Competition,Sleep Study Consumer Insights,RSC0207/19-20/02,20191001,20191016,20191104,Research and Evaluation,Sole Agency,No,,"The Health Promotion Agency/Te Hiringa Hauora (HPA) is seeking a supplier to provide consumer insights research about experiences with sleep information for Maori and Pacific parents/caregivers of under two-year-olds. This research will be used to inform the development of culturally relevant resources or support that meets the needs of these families. Following our phone call (Monday/Tuesday) HPA invites your entity to participate in a closed tender process and to respond to our RFP, Sleep Study Consumer Insights. You are one of five suppliers being invited to respond. Please use the provided response form when responding to the RFP. RFP questions close 12 noon, Wednesday 9 October 2019. Please log any questions via GETS, or email to procurement@hpa.org.nz The RFP closes 12 noon, Wednesday 16 October 2019. Please upload your response to GETS or we are also accepting emailed responses to procurement@hpa.org.nz",Awarded,,39930,20250410 Health Promotion Agency,23080880,Request for Proposals,Open Competition,Outcomes Framework and Monitoring and Evaluation Plan,RSC0201/20-21/02,20200807,20200902,20201207,Research and Evaluation,Sole Agency,No,,"Te Hiringa Hauora/Health Promotion Agency wishes to develop an Outcomes Framework and Monitoring and Evaluation Plan. This is a unique opportunity to be part of a project that will help Te Hiringa Hauora measure our success. This will highlight our commitment to Te Tiriti and achieving equity for Maori, Pasifika and disadvantaged population groups. The Outcomes Framework needs to be founded upon Te Tiriti, and clearly articulate what success looks like for Te Hiringa Hauora and how we will achieve it. The Framework needs to align with our new 10-year strategy and highlight our lead role in health promotion. The Monitoring and Evaluation Plan will help ensure that Te Hiringa Hauora collects the required information to support the Outcomes Framework. Te Hiringa Hauora is seeking responses for one or both elements. To access the RFP and response form and to be updated with questions and answers please subscribe to this notice.",Awarded,Te Hiringa Hauora has awarded this contract to Synergia Limited NZ.,100000,20250410 Health Promotion Agency,23629511,Request for Proposals,Open Competition,Management of Like Minds Social Action Grants,OPS0301/20-21/07,20201116,20210118,20210309,Operations,Sole Agency,No,,"Further to our advance notice, Te Hiringa Hauora is now releasing a Request for Proposals (RFP) seeking a partner to manage Like Minds social action grants for individuals and community organisations that propose innovative approaches to reducing prejudice and discrimination against people with severe mental distress. Te Hiringa Hauora is seeking a Maori organisation or a non-Maori organisation with a Maori-led team to deliver the work. Please subscribe to this notice to access the RFP and supporting documents for this opportunity. See https://www.likemindskuwaha.nz for more information on the new strategic direction of the Like Minds programme.",Awarded,,0,20250410 Health Promotion Agency,23933098,Request for Proposals,Open Competition,Kaupapa Maori evaluation of Noku te Ao Like Minds,OPS0306/20-21/08,20210203,20210303,20220118,Research and Evaluation,Sole Agency,No,,"Noku te Ao Like Minds works to increase social inclusion and reduce stigma and discrimination for people who experience severe mental distress, prioritising those who are most affected by mental distress and who often experience multiple forms of discrimination. Te Hiringa Hauora wish to partner with an experienced Kaupapa Maori evaluation team, to scope, implement and deliver a Kaupapa Maori monitoring and evaluation approach for the new Like Minds strategy over the next five (5) years. We wish to engage a provider who can work in partnership with Te Hiringa Hauora and our external partners to collectively define what success looks like for Like Minds and to help us establish mechanisms to measure this over the life-course of the programme.",Not Awarded,"While the single respondent to provide a proposal for the RFP was offered the mahi, the respondent was unable to progress to contract due to capacity issues.",0,20250410 Health Promotion Agency,24144136,Request for Proposals,Open Competition,Qualitative research: Maori and Pasifika health and wellbeing,RSC0303/20-21/10,20210330,20210429,20210630,Research and Evaluation,Sole Agency,No,,"Te Hiringa Hauora/Health Promotion Agency is looking for research suppliers to collect and present qualitative data on Maori and Pasifika understandings of health and wellbeing. We are interested in the story-telling narrative, and understanding health and wellbeing related concepts such as collectivity, whanau/fanau, intergenerational wellbeing, spirituality and links to the environment. We are looking for either one research supplier experienced in Kaupapa Maori and Talanoa research methodologies, or two separate suppliers. Research with Maori participants needs to be Maori led, and research with Pasifika participants needs to be Pasifika led. This is a unique opportunity to influence our organisations understanding of health and wellbeing beyond our historical data collection methods. Your research skills and expertise will amplify the voices of Maori and Pasifika whanau/fanau and help us to understand what flourishing and thriving looks like to them. To access the RFP and response form and to be updated with questions and answers please subscribe to this notice.",Awarded,Te Hiringa Hauora are pleased to confirm that Tuanuku Limited has been engaged for the Maori component and Family Centre Social Policy Research Unit has been engaged for the Pacific component of the health and wellbeing qualitative research project.,0,20250410 Health Promotion Agency,25058491,Request for Proposals,Open Competition,The Lowdown Redevelopment,OPS1602/21-22/04,20211105,20211210,20220217,,Sole Agency,No,,"Te Hiringa Hauora/Health Promotion Agency is seeking a partner to work with us on redesigning our thelowdown.co.nz product offerings, with a more modern approach based on the needs of rangatahi Maori and Pacific youth. The current Lowdown website was developed over 8 years ago, and is extremely outdated. We are looking for a partner who will lead the discovery and development stream for thelowdown.co.nz and develop planning and strategy along with Te Hiringa Hauora digital team. The website should be mobile first, and use the latest frameworks to ensure the web can be responsible to most devices and screens. The objectives of this project are as follows: ? To ensure the mahi is carried out with equity at the forefront of all considerations. ? To promote broader wellbeing actions for young people aged 15 to 19, centered on Maori and Pacific approaches to wellbeing, and aligned with current best practice in mental health wellbeing and digital tools. ? To redevelop and rebuild the digital infrastructure of The Lowdown using Silverstripe, Drupal or an appropriate JAM stack (preferably NEXTjs, React + Sanity CMS). ? To support the development of new content for The Lowdown focused on more holistic wellbeing rather than predominantly anxiety and depression, meeting the information needs and communication preferences of rangatahi Maori, Pacific and rainbow young people",Awarded,,0,20250410 Health Promotion Agency,25095920,Request for Proposals,Open Competition,Grant - Community Social Movement for Alcohol Harm Minimisation,COM0204/21-22/06,20211115,20211209,20220125,Alcohol,Sole Agency,No,,"Te Hiringa Hauora is seeking applications from Maori community organisations to be partners in a new community social movement to minimise alcohol harm with, by and for Maori communities. Our vision is that Maori are the leaders of change in alcohol harm minimisation across the country. We are looking for community partners to take part in this multi-year initiative where we collaboratively develop a national social movement supported by local innovative projects in your communities that work to reduce alcohol harm. We are looking for three community partners to co-lead this movement together with the support and resources of Te Hiringa Hauora. The three selected community partners will take part in a design wananga in February 2022 to develop the approach, objectives, look and feel of the movement. Community partners will then be supported to implement their own innovative projects/initiatives that work to prevent and minimise alcohol harm in their local communities. Partners will have the opportunity to share lessons, collaborate and connect with one another to bring to life their projects on the ground while growing a national movement together. All additional information on the grant fund and the grant application forms are available via the Community Social Movement website: https://www.communitysocialmovement.org.nz/",Awarded,,0,20250410 Health Quality and Safety Commission,20993552,Request for Proposals,Open Competition,"COGNITIVE TESTING AND DELIVERY OF NGA POUTAMA ORANGA HINENGARO, A SURVEY OF CONSUMERS OF MENTAL HEALTH AND ADDICTION SERVICES, THEIR FAMILY AND WHANAU",HQSC - MHA,20190503,20190527,20190927,,Sole Agency,No,,"The Health Quality & Safety Commission (the Commission) seeks proposals from interested parties (Respondents) to cognitively test a set of questions, run a baseline national survey of consumers of mental health and addiction (MHA), their family and whanau and to provide the Commission with a clean survey dataset, along with the associated documentation. This document sets out the Commissions procedures and requirements for proposals, which all respondents should follow. Additional technical and descriptive information may be included where you wish to do so. If you are in doubt about the relevance of providing information, we advise the information should be included rather than omitted. All the proposals should be emailed to the HQSC contact by the closing date. Addenda added with RFP documentation.",Awarded,,58876,20250410 Health Quality and Safety Commission,21217352,Request for Proposals,Open Competition,National adult inpatient and primary care patient experience survey data collection and reporting systems,,20190701,20190726,20200121,,Sole Agency,No,,"The Health Quality and Safety Commission (the Commission) undertakes two quarterly national adult patient experience surveys: the Inpatient Experience Survey (IPES) and the Primary Care Patient Experience Survey (PCPES). These surveys are about improving the quality of health services in New Zealand by enabling patients to provide feedback that can be used to monitor and improve the quality and safety of health services. We want the sector to be able to easily identify great and poor patient experience of healthcare and use this to formulate quality improvement initiatives in response. Currently each quarter, approximately - 8,000 adult patients who spent at least one night in hospital during the sample period are invited to participate in the IPES, and - 100,000 adult patients who interacted with a participating general practice during the sample period are invited to participate in the PCPES (with around 22,000 responding, and the number of invitations likely to increase as more practices come on board). The surveys are electronic, with invitations primarily sent by email or SMS. The questions collect both quantitative and qualitative data. The sector (general practices, PHOs, DHBs and national users) access personalised results through a secure online dashboard. The Commission is seeking proposals to replace and improve the existing data collection and reporting system services.",Awarded,,0,20250410 Health Quality and Safety Commission,21286601,Request for Proposals,Open Competition,'PONO' MHA CONSUMER - FAMILY AND WHANAU VIDEO NARRATIVE PROJECT,MHA - PONO,20190719,20190816,20191104,,Sole Agency,No,,"Since its inception, the Commissions quality improvement programmes largely focused on hospital and primary care sectors. In 2017 the health sector requested, and offered funding towards, a centralised quality improvement programme within the mental health and addiction sector. In July 2017, the Mental Health and Addiction quality improvement programme (the MHA programme) commenced within the Commission. The experience of consumers, their family and whanau (accessing mental health and addiction services and supporting those who access them) is an important experiential measure to inform and support the Mental Health and Addiction Quality Improvement Programme (MHA QIP). The Health Quality & Safety Commission (the Commission) wishes to develop an audio-visual resource, to capture and raise sector awareness of, the true lived experience of MHA consumers and their family and whanau. We intend to do this is by creating videoed facilitated conversations (narrative story telling) with selected MHA consumers, families and whanau, to highlight their recent experience of using MHA services, in Aotearoa/New Zealand. Approach Please note that this approach, may be modified, depending on the quality, content and number of videos produced. Any changes are not expected to affect the overall budget. Any changes to the budget will be negotiated and captured in writing with the successful tenderer. The Commission wishes to develop up to five video narratives, of approximate five-minute duration, each featuring a mental health and addiction consumer or a family and whanau member, per financial year, for the next three financial years. These may be shot in the Commission premises or may be shot on location in the community. Participants will be identified by Commission staff and we will seek their formal consent for participation and inclusion, advising throughout of the intended use of the videos and ensuring that participants are comfortable and supported at each stage of their involvement. These video narratives will capture their recent experience of using mental health and addiction services and while not scripted, narratives will be guided by a set of supplied questions to reveal relevant themes.",Awarded,,121500,20250410 Health Quality and Safety Commission,22198969,Request for Proposals,Open Competition,MID-PROGRAMME EVALUATION OF MENTAL HEALTH AND ADDICTION QUALITY IMPROVEMENT PROGRAMME,,20200122,20200224,20201022,,Sole Agency,No,,"The Commission is a stand-alone Crown Entity, established in November 2010, with a Board responsible to the Minister of Health. The Commission helps private and public providers across the health and disability sector improve service safety and quality. The Commission is working towards the New Zealand Triple Aim for quality and safety outcomes which means: improved quality, safety and experience of care improved health and equity for all populations better value for public health system resources. Since its inception, the Commissions quality improvement programmes largely focused on hospital and primary care sectors. In 2017 the health sector requested, and offered funding towards, a centralised quality improvement programme within the mental health and addiction sector. In July 2017, the Mental Health and Addiction quality improvement programme (the MHA programme) commenced within the Commission. The Health Quality & Safety Commission (the Commission) is seeking a suitably skilled and experienced evaluator to conduct the mid-programme evaluation of the mental health and addiction quality improvement programme. This document sets out the Commissions procedures and requirements for proposals, which all respondents should follow. Additional technical and descriptive information may be included where you wish to do so. If you are in doubt about the relevance of providing information, we advise the information should be included rather than omitted",Awarded,,59925,20250410 Health Quality and Safety Commission,24520951,Request for Proposals,Open Competition,Health Quality & Safety Commission: Review of the National Mortality Review Function,,20210708,20210728,20210910,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation from the Health Quality & Safety Commission (the Commission) to suitably qualified and experienced Respondents to submit a Proposal to conduct a comprehensive first principles review of the National Mortality Review function in Aotearoa New Zealand. Underpinned by Te Tiriti o Waitangi, the review aims to reflect on whether we can enhance the value and contribution that mortality review makes to system improvement in health and across government.",Awarded,,250000,20250410 Health Quality and Safety Commission,25117879,Request for Proposals,Open Competition,"Stocktake of current sepsis management in acute District Health Board (DHB) hospitals, ambulance services, private surgical hospitals, and private 24-hour emergency care centres in New Zealand",,20211118,20211209,20211216,,Sole Agency,No,,"The Health Quality and Safety Commission Infection Prevention and Control programme seeks proposals from interested parties to carry out a stocktake of current sepsis management in acute District Health Board (DHB) hospitals, ambulance services, private surgical hospitals, and private 24-hour emergency care centres in New Zealand. The aim of this stocktake is to understand current clinical practices, guidance, and the environment where treatment is provided for consumers with sepsis. Findings will inform future quality improvement activity related to sepsis at a national level. It is expected the stocktake will include but not be limited to a survey to care providers; a comparison of the various protocols, pathways or guidelines and tools used in the sector; and interviews with stakeholders as required. The buyer is seeking a suitably qualified and experienced service provider with demonstrated experience developing and implementing surveys, conducting interviews, and report writing in the healthcare sector. Recent experience working with similar stakeholder groups is an advantage.",Awarded,,0,20250410 Health Quality and Safety Commission,25339763,Request for Proposals,Open Competition,Part Cognitive Testing and Delivery of a Mental Health and Addiction Staff Culture Survey (Nga Poutama MHA staff survey),,20220203,20220325,20220411,,Sole Agency,No,,"The Health Quality & Safety Commission (the Commission) seeks proposals from interested parties (Respondents) to cognitively test three new staff culture questions (previous questions have been tested) and subsequently run a repeat of a national mental health and addiction staff culture survey, across DHB/NGO and PHO staff, submitting the raw data and a negotiated report or reports on the findings of the survey. We wish to do this in the first half of this year, giving thought to the significant health sector changes that will be taking place from July and the impact that this will have on the DHBs and the Mental health and addiction sector. The supplied RFP document sets out the Commissions procedures and requirements for proposals, which all respondents should follow. Additional technical and descriptive information may be included where you wish to do so. If you are in doubt about the relevance of providing information, we advise the information should be included rather than omitted. Respondents will be required to follow the previous sampling strategy and survey mode whilst delivering the product/services in the most cost-effective way. The previous questionnaire, proposed three additional questions and previous technical report will be provided.",Awarded,Part Cognitive Testing and Delivery of a Mental Health and Addiction Sector Staff Culture Survey (Nga Poutama MH&A staff survey)-proposal approved by the evaluation panel and Letter of Agreement signed between HQSC and Mobius on 11th April 2022.,0,20250410 Health Quality and Safety Commission,25739319,Request for Proposals,Open Competition,Delivery of a Quality and Safety Governance Framework,Quality Systems Group,20220429,20220520,20220706,,Sole Agency,No,,"The Health Quality & Safety Commission (the Commission) seeks proposals from interested parties (Respondents) to develop and deliver a quality and safety governance framework which gives effect to the Crowns responsibilities to Te Tiriti o Waitangi (Te Tiriti) and guidance on clinical governance structures and systems for providers of health and disability services. In developing this framework, extensive engagement with the sector and key partners is essential. The framework will incorporate local and international evidence and best practice in clinical governance alongside matauranga Maori and centred-in te ao Maori. The output from this work will be a document providing a framework and guidance for the whole health sector in how to embed a Te Tiriti partnership model for quality and safety governance.",Awarded,A strong clinical team with knowledge about clinical governance who provided a strong proposal within budget. The evaluation panel had a majority decision to select this vendor.,145000,20250410 Health Quality and Safety Commission,27102285,Request for Proposals,Open Competition,HQSC Mental health and addiction quality improvement programme evaluation,,20230320,20230420,20230509,,All of Government,No,,The Health Quality & Safety Commission (the Commission) is seeking a suitably skilled and experienced evaluator to conduct the end-of-programme evaluation of the mental health and addiction quality improvement programme.,Awarded,,60000,20250410 Health Research Council of New Zealand,17819713,Request for Proposals,Open Competition,New Zealand-China: Non communicable diseases research collaboration,JV217-NZCN,20160822,20160922,20200106,,Sole Agency,No,,"The Health Research Council of New Zealand (HRC) is seeking applications from New Zealand-based researchers (individuals or teams) with demonstrated collaborations and linkages with China-based researchers. This RFP aligns with the Ministry of Business, Innovation & Employments (MBIE) Catalyst Fund which aims to facilitate the development of research collaborations between New Zealand researchers and international colleagues. This investment is designed to support a research project focusing on non-communicable diseases (NCDs) as agreed by the New Zealand and Chinese Governments. A parallel application process for collaborating China and NZ-based researchers will be run and applicants must apply in their home country. A one-stage application process is being utilised, interested parties should read the RFP document and guidelines before completing registration and subsequent full application.",Not Awarded,,0,20250410 Health Research Council of New Zealand,19493974,Request for Proposals,Open Competition,e-ASIA Joint Research Programme,,20180301,20180426,20200106,,Sole Agency,No,,"The e-Asia joint research programme (JRP) and the HRC are seeking applications for funding through the e-Asia JRP. The call is open and the relevant documentation is available at the e-Asia website (www.the-easia.org/jrp). The HRC has $450,000 over three years available for one research project in the research field of infectious diseases or cancer. The e-Asia JRP initiates and supports multilateral joint research programmes in the East Asian region. It aims to develop a vibrant and collaborative research community in science and technology; promote innovation in the East Asian region; and contribute to the regions economic development. New Zealand, via the HRC, is a member of the programme. Other members of the e-Asia JRP participating in this opportunity include: Cambodia, Indonesia, Japan, Philippines, Russia, Thailand, Myanmar and United States of America. Eligibility criteria This call asks for proposals focusing on one of two health research areas: infectious diseases or cancer research. To be eligible, New Zealand researchers must be involved in a collaboration and involve the participation of at least two other participating e-Asia members. It is acceptable for the proposed research to be an add on to an existing collaborative activity or a new research project. More information can be found here: https://gateway.hrc.govt.nz/funding/requests-for-proposals/e-asia-joint-research-programme",Not Awarded,,0,20250410 Health Research Council of New Zealand,19704213,Request for Proposals,Open Competition,NZ-China Non Communicable Diseases Collaboration,,20180508,20180619,20191211,,Sole Agency,No,,"The Health Research Council of New Zealand (HRC) is seeking applications from New Zealand-based researchers (individuals or teams) with demonstrated collaborations and linkages with China-based researchers.Funding of up to $405,000 (exclusive of GST) is available for one research project, over three years. See: https://gateway.hrc.govt.nz/ for further details",Not Awarded,,0,20250410 Health Research Council of New Zealand,20533731,Request for Proposals,Open Competition,HRC-NSFC Biomedical Research Fund,,20181210,20190212,20191211,,Sole Agency,No,,"The Health Research Council of New Zealand (HRC) and the National Natural Science Foundation of China (NSFC) have established a funding initiative to support the development of collaborative research relationships between the two countries. This initiative aims to establish new and/or strengthen existing collaborations in biomedical sciences between Chinese and New Zealand researchers from universities and research institutions; foster breakthroughs in biomedical research that will advance the global development of science and technology, and promote mobility and career development of researchers within joint projects. A total funding pool of $1,000,000 (exclusive of GST) is available for allocation. There are two separate funding opportunities available to apply for. Stream one - Project: Funding partners invite applications for funding of up to $600,000 (fully-costed, exclusive of GST) and duration of up to three years for a research project. HRC funding will support the successful New Zealand project teams, and NSFC's funding will support the Chinese project teams in the same collaboration. Stream two - Emerging Researcher First Grant: Emerging researchers are invited to apply for funding to facilitate collaborative research relationships with Chinese colleagues. Up to $100,000 is available for a duration of up to two years for emerging researchers (there are four available). This RFP applies only to the New Zealand application process; Chinese researchers must consult with NSFC regarding their own separate application requirements and process. It is anticipated that funding for one 3-year project and four 2-year emerging researcher collaborations will be available for a 1 July 2019 start date. The HRC's strong focus on peer review and contestability will ensure successful applicants deliver the highest-quality research outcomes. Applicants are required to submit a Registration via HRC Gateway by 1pm, Tuesday 19 February 2019. A full application will then need to be submitted via HRC Gateway by 1pm, Tuesday 26 February 2019. More information is available in the Request for Proposals document.",Not Awarded,,0,20250410 Health Research Council of New Zealand,20653270,Request for Proposals,Open Competition,2019 e-Asia Joint Research Programme,,20190130,20190515,20200106,,Sole Agency,No,,"The e-Asia Joint Research Programme (JRP) and the HRC are seeking applications for funding through the e-Asia JRP. The call is open and the relevant documentation is available at the e-Asia website (www.the-easia.org/jrp). The HRC has $450,000 over three years available for one research project in the research field of infectious diseases, antimicrobial resistance, or cancer. The e-Asia JRP initiates and supports multilateral joint research programmes in the East Asian region. It aims to develop a vibrant and collaborative research community in science and technology; promote innovation in the East Asian region; and contribute to the regions economic development. New Zealand, via the HRC, is a member of the programme. Other members of the e-Asia JRP participating in this opportunity include: Australia, Cambodia, Indonesia, Japan, Lao PDR, Philippines, Russia, Thailand and United States of America.",Not Awarded,,0,20250410 Health Research Council of New Zealand,20864220,Request for Proposals,Open Competition,2019 HRC and CatWalk Trust partnership in spinal cord injury research,,20190321,20190508,20200106,,Sole Agency,No,,"The HRC and CatWalk Trust have formed a partnership to fund research in spinal cord injury. We are seeking high quality biomedical and clinical research in spinal cord injury treatment and cure to improve the quality of life and productivity of individuals with spinal cord injuries, and thus reduce the impact of spinal cord injuries on healthcare services. The total budget for this research initiative is $476,190 and the funding available per proposal is up to a maximum of $238,095 over 3 years (fully-costed, exclusive of GST). The proposed research should realistically be able to be completed within a three-year timeframe. Funding is available for an immediate start of the project following notification of outcomes and it is expected that projects will commence within six months following notification. Please refer to the RFP for more information. The RFP, application forms and the application guidelines are available at https://gateway.hrc.govt.nz/funding/requests-for-proposals/2019-hrc-and-catwalk-trust-partnership",Not Awarded,,0,20250410 Health Research Council of New Zealand,22426143,Request for Proposals,Open Competition,2020 Accident Compensation Corporation and Health Research Council RFP for Achieving Equity for Ageing Maori,,20200601,20200812,20210412,,Sole Agency,No,https://gateway.hrc.govt.nz/,"The Health Research Council of New Zealand (HRC) and the Accident Compensation Corporation (ACC) (the funding partners) have formed a partnership to invest in innovative health research to achieve equity for ageing Maori through improved injury prevention initiatives, addressing barriers to accessing ACC services, and effective injury rehabilitation. Through this Request for Proposals (RFP), the funding partners are seeking to fund Maori health research that will address inequity in the healthcare system and contribute to improved health outcomes for ageing Maori. This RFP describes the research objectives and priority areas identified by the funding partners. Applicants will need to outline how their proposal addresses the RFP; provide a clear justification for the proposed approach; describe the project teams ability to deliver the specific components of the study; and provide a fully costed budget. Applicants must demonstrate how the proposal will be Maori-led through all stages of the study. A funding pool of $1.5 million (exclusive of GST) is available through this RFP. Within this funding pool, the funding partners expect to fund projects at a range of values with a duration of up to 24 months. The funding partners retain discretion to fund exemplary proposals that address at least two of the three research priority areas. Applications to this RFP will be submitted via a one-stage process. Applicants are required to submit a Registration via the HRC online application system, HRC Gateway. Registrations are due by 1 pm, 12 August 2020. Full applications will need to be submitted via HRC Gateway by 1 pm, 26 August 2020. Please refer to the RFP for more information. The RFP, Application Guidelines and Application Form are available on HRC Gateway (https://gateway.hrc.govt.nz/funding/requests-for-proposals).",Not Awarded,https://www.hrc.govt.nz/news-and-events/recipients-three-partnership-programme-rfps-announced,0,20250410 HealthSource New Zealand Limited,19174738,Request for Proposals,Open Competition,Plastic/Paper Bag - RFP (Northern Region DHBs),P17-284,20171030,20171127,20190829,,Cluster,No,n/a,Please refer the RFP document - 'Plastic and Paper Bags Document',Awarded,,0,20250410 HealthSource New Zealand Limited,19291918,Request for Proposals,Open Competition,"P17-283 RFP - ADHB & CMDHB Loan Laboratory Equipment, Consumables/Reagents and Maintenance Services",P17-283,20171204,20180302,20200717,,Sole Agency,No,,"Name: Request For Proposal - ADHB & CMDHB Loan Laboratory Equipment, Consumables/Reagents and Maintenance Services Summary: The scope of this RFP is for the Supply of Loan Laboratory Equipment, consumables/reagents and maintenance services to perform the analysis services of Human Papilloma Virus (HPV), Molecular tests and Nucleic Acid Extractions specified in the technical specifications. The Supplier can submit proposals on any or all of the individual Categorised tests, being: (a) ADHB APS HPV Tests (b) CMDHB Molecular Tests (c) CMDHB Nucleic Acid Extractions Suppliers may also respond with a complete end-to-end solution as individual suppliers or in a joint agreement with others. DHB/hA will review all proposals applying the criteria specified, with the overall objective of sourcing the most technically suitable and cost effective solution for the various Categories as a whole. RFP Closing Date: 2nd March 2018 @10am Supplier Presentation Day at Auckland: 19th March 2018 week Procurement Lead: Yaping Gong (+64 21 942 756) Senior Procurement Specialist Medical Devices Yaping.gong@healthalliance.co.nz healthAlliance (FPSC) Limited, Connect Business Park, 581-585 Great South Road, Penrose, Auckland 1061",Awarded,,0,20250410 HealthSource New Zealand Limited,19310833,Request for Proposals,Open Competition,"P17-282 RFP - ADHB GC-MS, ICP-MS and LC-MS Equipment, Consumables and Maintenance Services",P17-282,20171211,20180301,20200717,,Sole Agency,No,,"Name: Request For Proposal re ADHB GC-MS, ICP-MS and TMS Equipment, Consumables and Maintenance Services Summary: The scope of this RFP is for the supply of Gas Chromatography Mass Spectrometry (GC-MS), Inductively Coupled Plasma Mass Spectrometry (ICP-MS) and Liquid Chromatography Mass Spectrometry (LC-MS) Equipment, consumables/reagents and maintenance services (Products and Services) to perform the analysis services of full trace elements, drugs of abuse, therapeutic drugs, immunosuppressant drugs, steroids, biogenic amines and organic acids for the Northern Region of New Zealand. The Suppliers can submit proposals on any or all of the individual Categories specified, being: (a) Gas Chromatography Mass Spectrometry (GC-MS) (b) Inductively Coupled Plasma Mass Spectrometry (ICP-MS) (c) Liquid Chromatography Mass Spectrometry (LC-MS) Suppliers may also respond with a complete end-to-end solution as individual suppliers or in a joint agreement with others. ADHB/hA will review all proposals applying the criteria specified, with the overall objective of sourcing the most technically suitable and cost effective solution for the three equipment Categories as a whole. RFP Closing Date: 1st March 2018 @10am Supplier Presentation Day at Auckland: 12th March 2018 week Procurement Lead: Yaping Gong, Senior Procurement Specialist Medical Devices +64 21 942 756 Yaping.gong@healthalliance.co.nz healthAlliance (FPSC) Limited, Connect Business Park, 581 Great South Road, Penrose, Auckland 1061",Awarded,,0,20250410 HealthSource New Zealand Limited,19314268,Request for Proposals,Open Competition,Leadership Intentive Services (NDHB),,20171211,20180212,20190829,,Sole Agency,No,,Please refer RFP Document,Not Awarded,,0,20250410 HealthSource New Zealand Limited,19336023,Request for Proposals,Open Competition,RFP Reuseable Surgical Instruments - Northern Region DHBs,P16-192,20171218,20180205,20190829,,Sole Agency,No,,,Awarded,,0,20250410 HealthSource New Zealand Limited,19382173,Request for Proposals,Open Competition,RFP Mental Health & Addiction - Respite Services (NDHB),,20180122,20180216,20190829,,Sole Agency,No,,As per RFP Document attached,Not Awarded,,0,20250410 HealthSource New Zealand Limited,19628855,Request for Proposals,Open Competition,Before School Checks - 2nd Release - Nursing Components (NDHB),,20180416,20180508,20190829,,Sole Agency,No,,,Not Awarded,,0,20250410 HealthSource New Zealand Limited,19787344,Request for Proposals,Open Competition,Hospital Orderly Management Solution,P18-305,20180605,20180711,20220603,,Sole Agency,No,,"There is a need to provide hospital orderlies and the transit care nurses at Auckland District Health Board (ADHB) hospital sites with a solution to more efficiently manage requests for the patient transfers and equipment movements. This Request for Proposal seeks to identify a solution to support orderly and transit nurse activities across ADHB hospital sites, together with implementation services and maintenance and support services for the Solution.",Awarded,"With apologies to all respondents to this tender due to COVID and business case approval constraints, the tender is closed and has been awarded to Systematic now that the contract terms have been agreed. The value of the contract is commercially confidential under the terms of the SaaS and implementation services agreement between the parties. We thank all respondents for their responses which gave the customer a very good understanding of the options in the market.",0,20250410 HealthSource New Zealand Limited,19995261,Request for Proposals,Open Competition,"P18-303 - Request For Proposal for Loan Biochemistry Laboratory Equipment, Consumables/Reagents and Maintenance Services for NDHB and WDHB",P18-303,20180807,20181101,20200717,,Sole Agency,No,,"RFP Reference: P18-303 Name: Request For Proposal for Loan Biochemistry Laboratory Equipment, Consumables/Reagents and Maintenance Services for NDHB and WDHB. Summary: The scope of this RFP is for the Supply of Loan Biochemistry Laboratory Equipment, consumables/reagents and maintenance services to perform the laboratory analysis services of Biochemistry tests as specified in the technical specifications. The Supplier can submit proposals on any or all of the individual Categorised tests below, with the overall objective of sourcing the most technically suitable and cost effective solution for the various Categories as a whole. (a) NDHB Biochemistry Tests (b) WDHB Biochemistry Tests Note: The RFP appendix documents may contain confidential information, these will only be provided after we have received and vetted your confirmation of intent to respond. Supplier Presentation/Workshop Days: (a) WDHB (Auckland): 21st and 22nd of November 2018 (b) NDHB (Whangarei): 27th and 28th of November 2018 Procurement Lead: Yaping Gong, Senior Procurement Specialist Medical Devices +64 21 942 756 Yaping.gong@healthalliance.co.nz healthAlliance (FPSC) Limited, Connect Business Park, 581-585 Great South Road, Penrose, Auckland 1061",Awarded,,0,20250410 HealthSource New Zealand Limited,20027633,Request for Proposals,Open Competition,RFP for supply and service of Haemodialysis Chairs,P18-309,20180815,20180920,20191016,,Sole Agency,No,,Renal Services at Counties Manukau District Health Board (CMDHB) has the requirement for the Supply and Service of robust 46 Haemodialysis Chairs (23 x Standard and 23 x Bariatric) at the DHB hospital sites for patients who need Haemodialysis. The Closing Date for Submission of Proposals is 20 September 2018.,Awarded,,317800,20250410 HealthSource New Zealand Limited,20071204,Request for Proposals,Open Competition,RFP for supply and service of a Dual Function External Sweeper & Scrubber Machine,P18-312,20180827,20181004,20190801,,Sole Agency,No,,Auckland District Health Board (ADHB) has a requirement for a Dual Function External Sweeper & Scrubber machine to clean the external grounds and car parks of ADHB hospital sites as well as provision of maintenance services for this equipment.,Awarded,,0,20250410 HealthSource New Zealand Limited,20140191,Request for Proposals,Open Competition,Regional Collaborative Community Care Solution,P18-310,20180910,20181214,20211216,,Sole Agency,No,,"healthAlliance, on behalf of the four Northern Region District Health Boards, is seeking a technology solution (and associated services) that will support the delivery of healthcare services in a way that enables easy, collaborative, and auditable sharing of patient related information across and between healthcare providers and healthcare service consumers in the region. The DHBs strategic goal is that the selected solution will support the provision of patient-centred primary-, community- and hospital-based care as close as possible to the home and emphasises prevention (including self-care, health promotion), consumer participation and consumer autonomy. The solution will also be able to support future models of care as these are developed over time. It is also emphasised that the selected solution may be used by community care organisations, general practitioners, as well as the DHBs themselves. Respondents should note that there is also a near term objective to replace an end-of-support solution (Jade Community Care) used by Northland DHB. Jade Community Care currently supports referral, case and bed management, prescribing, care planning, group and individual patient scheduling and clinical documentation. The Jade solution enables staff to electronically record, store and retrieve referral and case information, diagnosis, clinical progress notes, assessments, observations, contacts, appointments, prescribing medication and generation of scripts, care plans, letters and other clinical documents, both from auto-populating templates and uploaded information. This objective means that the selected solution must be operational no later than June 2020, but must also meet the future state objectives described above. Respondents may choose to deliver the solution and associated services as a consortium, but should note that healthAlliance will expect a single point of accountability for the successful delivery of the selected solution.",Not Awarded,"No award of this tender has been made as no conforming response to the requirements has been selected following an evaluation, shortlisting, due diligence and negotiation process.",0,20250410 HealthSource New Zealand Limited,20455717,Request for Proposals,Open Competition,WDHB Outpatient Flow Tools,P18-330,20181121,20190118,20200609,,Sole Agency,No,,"WDHB have an identified need to advance the management and flow of our outpatient clinics while enhancing the patient experience through implementation of patient centric booking and information systems. The RFP is aligned to outpatient medical and surgical clinics with a solution able to extend to other outpatient services such as Auckland Regional Dental Services (ARDS) as required. Waitemata DHB aims to improve the outpatient visit experience by redesigning and implementing an outpatient booking and patient flow management system. We require a solution that will: 1.1. Offer online appointment booking to outpatients 1.2. Enable use of email and text messaging to communicate with patients 1.3. Enable self-check in at kiosks, or other solutions, on arrival 1.4. Present audience-focused content and health information on digital screens in specific waiting areas 1.5. Provide patient flow management tools - managing waiting and treatment rooms 1.6. Implement electronic post consultation forms i.e. clinic outcome form 1.7. Our aim is to transform our patients experience by electronic communication and convenience along with receiving a more efficient service when attending an outpatient clinic. 1.8. We invite proposals from suppliers who meet the pre-conditions, technical, commercial and other business requirements set out in this RFP. The selected solution required to be fit for purpose with a future proofing methodology.",Not Awarded,Tender Closed with no Award,0,20250410 HealthSource New Zealand Limited,20554109,Request for Quotations,Open Competition,RFQ - Haemodialysis Machines CVICU (ADHB),,20181214,20190208,20190829,,Sole Agency,No,,,Awarded,,0,20250410 HealthSource New Zealand Limited,20568017,Request for Proposals,Open Competition,"Loan Haematology Flow Cytometry Equipment, Consumables/Reagents and Maintenance Services",P18-319,20181221,20190305,20200316,,Sole Agency,No,,"The scope of this RFP is for the Supply of loan laboratory equipment with consumables/reagents and maintenance services (respectively Loan Equipment, Consumables and Services) for the performance of haematology flow cytometry tests of ADHB. ADHB/hA will review all proposals applying the criteria specified, with the overall objective of sourcing the most technically suitable and cost effective solution for ADHB. NOTE: The RFP appendix documents may contain confidential information, these will only be provided after your confirmation of intention to respond.",Awarded,,0,20250410 HealthSource New Zealand Limited,20794379,Request for Proposals,Open Competition,Fleet Management of Gastroenterology Flexible Endoscopes (Lease and Services),P19-341,20190301,20190329,20200514,,Sole Agency,No,,"The Waitemata District Health Board (WDHB) has an immediate requirement for Fleet Management of Gastroenterology Flexible Endoscopes (Products and Services). WDHB is looking for a fleet management proposal, which includes lease and servicing components for a period of five years. The objective of this Response Process is to deliver a value for money solution to WDHB, consistent with the expectations of both the Office of the Auditor-General and the DHBs obligations to balance ethical and sound commercial practices within a robust, transparent and fair process. You are invited to provide a proposal in response to this RFP about your business and Products and Services.",Awarded,,0,20250410 HealthSource New Zealand Limited,20917002,Request for Proposals,Closed Competition,Auckland DHB Hospital Administration Replacement Project (PAS Replacement),P19-353,20190412,20190529,20211210,,Sole Agency,No,,"Steps in RFP process: Date: Supplier Briefing 8am 12/04/19 RFP released to invited suppliers: 4pm 12/04/19 Acknowledgement of receipt/intention to respond: 12pm 23/04/19 Second Supplier Briefing 8:30am 02/05/19 Deadline for Questions from suppliers: 12pm 10/05/19 Extended deadline for questions from suppliers 12pm 20/05/19 Deadline for the Buyer to answer suppliers questions: 12pm 17/05/19 Extended Deadline for the buyer to answer questions 12pm 23/05/19 Deadline for Proposals: 12pm 29/05/19 Suppliers Presentations: week starting 01/07/19 All Respondents notified[1]: 26/07/19 Use Cases issued to shortlisted POC participants: 29/07/19 Suppliers Set Up Period for POC: week starting 05/08/19 POC (two weeks): week starting 12/08/19 Site Visits: week starting 12/08/19 BAFO documentation released to shortlisted participants: 06/09/19 Deadline for Best and Final Offer 26/09/19 Negotiations commence week starting 07/10/19",Awarded,"Award comments All unsuccessful Respondents were informed of that status 2019, however, Auckland DHB would like to thank all respondents who engaged in this tender for their submissions. The value of the award is confidential to the parties, but it is noted that the Price Band falls within the $25M - $50M GETS bracket.",0,20250410 HealthSource New Zealand Limited,20928652,Request for Proposals,Open Competition,"Supply, Installation and Maintenance of Fixed Ceiling Hoists at ADHB",P19-350,20190409,20190510,20191016,,Sole Agency,No,,"The Auckland District Health Board (ADHB) has a requirement for the supply and installation and maintenance of Fixed Ceiling Hoists (Products and Services). ADHB is seeking a proposal which includes ceiling hoists, tracking and associated motor units and maintenance support services for the new Adult Rehabilitation and Integrated Stroke Unit.",Awarded,,137991,20250410 HealthSource New Zealand Limited,20945721,Request for Proposals,Open Competition,Northern Region DHB Waste Management Services,P19-354,20190415,20190527,20200124,,Sole Agency,No,,,Awarded,,0,20250410 HealthSource New Zealand Limited,21009319,Request for Proposals,Open Competition,Endoscopy Reprocessing Equipment (NDHB),P19-338,20190508,20190605,20190829,,Sole Agency,No,,"As part of their new Endoscopy Suite, Northland DHB requires new Endoscopy Reprocessing Equipment, plus associated detergents and equipment servicing.",Awarded,,0,20250410 HealthSource New Zealand Limited,21089458,Request for Quotations,Open Competition,Supply of Newborn Screening Cards,P19-356,20190528,20190625,20191129,,Sole Agency,No,,"The scope of this RFQ is for the supply of specimen collection card for newborn metabolic screening. In order to be eligible to be assessed, you must be able to meet the Pre-Conditions/Mandatory Requirements listed below: 1. Collection paper, glue and ink must be as specified in the CLSI (Clinical and Laboratory Standards Institute) document NBS01-A6 Blood Collection on Filter Paper for Newborn Screening; 2. Collection paper must be certified by CDC (Centers for Disease Control and Prevention, Atlanta, GA); 3. The printing process must be as specified in NBS-01 A6. The lay-out and format of the current printed cards is set out in Appendix B as an example; and 4. There must be the capability to integrate a linear Code 128 barcode on the back of the demographic portion of the card. For the avoidance of doubt, if you cannot answer yes to all the Pre-Conditions/Mandatory Requirements, your Quote will be declined. NOTE: The RFP appendix documents may contain confidential information, these will only be provided after we have received and vetted your confirmation of intention to respond.",Awarded,,0,20250410 HealthSource New Zealand Limited,21128162,Request for Proposals,Open Competition,RFP for the Supply of Microbiology Anaerobic Chambers with Consumables and Maintenance Services for ADHB,P19-362,20190610,20190712,20191101,,On behalf of procurement agent,No,,"The scope of this this RFP is for the supply of microbiology equipment with consumables and maintenance services (respectively Equipment, Consumables and Services) for the identification of anaerobic organisms and performance of anaerobic susceptibility tests of ADHB. ADHB/hA will review all proposals applying the criteria specified, with the overall objective of sourcing the most technically suitable and cost effective solution for ADHB. NOTE: The RFP appendix documents may contain confidential information, these will only be provided after we have received and vetted your confirmation of intention to respond.",Awarded,Notification letters to all Respondents completed.,0,20250410 HealthSource New Zealand Limited,21232378,Request for Proposals,Open Competition,Waitemata District Health Board RFP for supply of Landscape Maintenance Services,P19-365,20190705,20190803,20191203,,Sole Agency,No,,"Waitemata District Health Board has a requirement for the provision of grounds maintenance services at their sites. The scope of this RFP is inclusive of garden maintenance services and associated care. Please acknowledge receipt of this proposal and register your intention to respond by 5pm 12 July 2019 via email to daryl.thompson@healthalliance.co.nz There will be an open day for a walk around of the grounds and maintenance areas at WDHB sites for interested Respondents on 17 July 2019.",Awarded,,0,20250410 HealthSource New Zealand Limited,21288615,Request for Proposals,Closed Competition,"Secondary Procurement Opportunity RFP - CMDHB Fluoroscopy Equipment, Installation & Associated Maintenance Services",P19-371,20190719,20190816,20200130,,Sole Agency,No,,"RFP Reference: P19-371 Name: Secondary Procurement Opportunity RFP - CMDHB Fluoroscopy Equipment, Installation & Associated Maintenance Services Summary: The scope of this RFP (Scope) is Fluoroscopy Equipment including related software & options, installation and servicing/maintenance of the equipment. This RFP is an invitation to selected suppliers (being those who have indicated their capacity to supply Fluoroscopy Equipment on the Imaging Panel) to submit a Proposal (being a quotation and a response to the Requirements) to Counties Manukau DHBs specific requirements. Procurement Lead (Note Andrea is on leave until 12th August 2019): Andrea Cousens / Senior Procurement Specialist Major Capital Mobile: +64 21 97 1143 Procurement Contact (while Andrea is on leave): Yaping.gong@healthalliance.co.nz Mobile: +64 21 942 756",Not Awarded,"RFP completed, awarded to Philips Healthcare New Zealand Ltd",0,20250410 HealthSource New Zealand Limited,21365619,Request for Quotations,Open Competition,RFQ for the Supply of Recycling Eco Tri-bins for (ADHB),P19-373,20190805,20190826,20200214,,Sole Agency,No,,ADHB has a requirement for additional recycling eco tri-bins across its facilities and campuses. This RFQ is to obtain quotes for 120 recycling eco tri-bin units for purchase by ADHB.,Awarded,,0,20250410 HealthSource New Zealand Limited,21447409,Request for Proposals,Open Competition,Endoscopy Pendants (NDHB),,20190820,20190913,20191202,,Sole Agency,No,,This is a requirement for 2 pendants and some associated products at the Northland District Health Board (NDHB). This forms part of the new endoscopy suite that will be built at Whangarei Hospital in the near future.,Awarded,,0,20250410 HealthSource New Zealand Limited,21474668,Request for Proposals,Open Competition,Retail Concession Occupation Licence for ADHB,P19-374,20190826,20191002,20200603,,Sole Agency,No,,"Auckland DHB (ADHB) has a requirement to lease out one of its retail shops located on Park Road, Auckland, and grant a retail concession occupation license for its use. The objective of this RFP is to deliver a value for money solution to the DHB.",Not Awarded,DHB has requested this is closed.,0,20250410 HealthSource New Zealand Limited,21688568,Request for Quotations,Open Competition,RFQ for Verification Services for Ceiling Patient Hoists at CMDHB,P19-357,20190930,20191105,20200131,,Sole Agency,No,,"This RFQ is an invitation to suitably qualified suppliers to submit a Quote for:- the Supply of Performance and Safety Verification Services to test 192 x permanently installed ceiling patient hoist tracks (including carriages) at Counties District Health Board (CMDHB); and Planned Preventive Maintenance and/or Corrective Maintenance for the Equipment. You are requested to provide details and pricing for these options in Appendices B and C of Section 5. All suppliers are requested to view the Addenda section as additional information, which is important, has been posted here. Notes: 1) Closing Date for submission of Quote for this RFQ has now been extended to Tuesday 5 November 2019, 5.00pm. 2) Site visit for suppliers arranged on Thu 10 Oct @ 11.00am (Meet at Main Reception, Middlemore Hospital.)",Awarded,,17000,20250410 HealthSource New Zealand Limited,21931715,Request for Proposals,Open Competition,WDHB CONSTRUCTION MANAGEMENT SOFTWARE,P19-392,20191113,20191206,20200803,,Sole Agency,No,"585 Great South Road, Penrose, Auckland","The Waitemata DHB is currently delivering a programme of capital works ($150M+ per annum of design and construction expenditure) that requires suitable construction management software to efficiently manage the design and construction of these projects. This Request for Proposal is to source construction management software to: 1) efficiently manage these capital works, and 2) to provide transparency on all project communications/instructions. We expect that respondents demonstrate that their proposed software has been successfully used for similar capital works programmes and can be configured to efficiently manage and track the communication between all parties including emails, agreements, contracts, drawings and documentation.",Awarded,,0,20250410 HealthSource New Zealand Limited,21983719,Request for Proposals,Open Competition,RFP - Theatre Equipment (NDHB),P19-382,20191125,20200129,20200914,,Sole Agency,No,,"As part of their hospital expansion, Northland DHB has a requirement to build two new theatres. The equipment in this RFP (Surgical Lighting and Pendants) is part of the FF&E requirement for the new theatres.",Awarded,,0,20250410 HealthSource New Zealand Limited,22029763,Request for Proposals,Open Competition,"RFP - Patient Transport (WDHB, ADHB, CMDHB)",P19-390,20191203,20200214,20210120,,Sole Agency,No,,"This is an RFP for Patient Transport Service across the Waitemata, Auckland, and Counties-Manukau DHBs",Not Awarded,,0,20250410 HealthSource New Zealand Limited,22056031,Request for Proposals,Closed Competition,Contract Managment System -RFP,P19-355,20191206,20200207,20210930,,Sole Agency,No,,,Not Awarded,,0,20250410 HealthSource New Zealand Limited,22086793,Request for Quotations,Closed Competition,"Regional F5 Load Balancer Hardware, Licensing and Support",P19-397,20191213,20200131,20200225,,Sole Agency,No,,"The scope of this RFQ is to identify a supplier who can provide F5 load balancing hardware, software, licences and hardware maintenance and support services as defined in the BOM . In order to qualified as a respondent to the RFQ the supplier will need to be: - A local or global F5 Value Added Resellers Partner Level Gold.;",Awarded,,0,20250410 HealthSource New Zealand Limited,22087830,Request for Proposals,Closed Competition,"Provision of Aseptic Manufacturing Services, including chemotherapy and Related Supply Services for ADHB",P19-376 (A),20191213,20200217,20230101,,Sole Agency,No,,"With the opportunity to reassess its services and together with information gathered in the recently released Expression of Interest P19-376 for potential strategic partnerships for the Aseptic production unit, ADHB now seeks proposals around the following options: a. Outsource all, or part, of its production to a strategic partner (range of products will be agreed and there will be exceptions), or b. Enter into a strategic partnership with a supplier to operate, and potentially build, an aseptic production facility and provide these services on ADHBs behalf. Options have been detailed further in the RFP. An independent probity auditor has been appointed by HealthSource and ADHB to overview the RFP process, verify that procurement documentation is complied with, and that probity principles are adhered to. The Probity Auditor is not a member of the evaluation team. The Probity Auditor will: provide independent, high-level opinion and advice to HealthSource and ADHB on the probity of the procurement processes and management of probity and conflicts of interest; and audit this procurement processes and report to HealthSource, ADHB and its stakeholders on the procurement process regarding compliance with the Governments Principles and Rules of Sourcing, best practice regarding probity, and their subsequent evaluation processes. The Probity Auditors name and contact details are as follows: Mr. Bill Inglis Principal McHale Group Ltd DDI: +64 4 496 5583 Mobile: +64 27 555 7909 Email: bill.inglis@mchalegroup.co.nz The Probity Auditor is not an employee of HealthSource or ADHB. Any Respondent concerned about any probity issue with the RFP or subsequent procurement process has the right to contact the Probity Auditor and request his review. The outcome will be documented with copies to the Respondent who raised the issue and healthSource ADHB.",Awarded,Notification re RFP (P19-376A) - Request for Proposal (RFP) for the provision of Aseptic Manufacturing Services including Chemotherapy and Related Supply Services. Auckland District Health Board (ADHB) has awarded the compounding requirements to Slade Health New Zealand Limited. The estimated commencement of the new services will be Q4 of 2022.,0,20250410 HealthSource New Zealand Limited,22159235,Request for Proposals,Closed Competition,Sterilizers - Secondary Procurement RFP (NDHB),P19-400,20200114,20200221,20210120,,Sole Agency,No,,,Awarded,,800741,20250410 HealthSource New Zealand Limited,22166433,Request for Proposals,Closed Competition,Operating Theatre Tables - Secondary Procurement (NDHB),P19-401,20200115,20200221,20210120,,Sole Agency,No,,,Awarded,,108578,20250410 HealthSource New Zealand Limited,22210148,Request for Quotations,Open Competition,Laundry Chemical Supplies - Open RFQ (NDHB),P19-386,20200124,20200207,20200914,,Sole Agency,No,,,Awarded,,0,20250410 HealthSource New Zealand Limited,22367487,Request for Proposals,Open Competition,"RFP for the Supply of Loan Molecular Testing Equipment, Consumables/Reagents and Maintenance Services for ADHB and WDHB Microbiology",P19-391,20200227,20200819,20210713,,Sole Agency,No,,"The scope of this RFP is for the Supply of loan laboratory equipment with consumables/reagents and maintenance services for the performance of Microbiology molecular tests of ADHB and WDHB. HealthSource and the Participating DHBs will review all submissions against the evaluation criteria set out in this RFP with the overall objective of sourcing the most technically suitable and cost effective solution for the DHBs. NOTES: 1. The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to Jho Balanay of intention to respond. 2. Suppliers could arrange visit to ADHB and WDHB Laboratories to assess space/facilities limitations on any one of these dates: 16 March, 17 March, 23 March or 24 March 2020.",Awarded,,0,20250410 HealthSource New Zealand Limited,22511181,Request for Proposals,Open Competition,P20-407 Supply of Clinical Editing Services CMDHB,P20-407,20200402,20200506,20200904,,Sole Agency,No,,"CMDHB has identified a need to outsource clinical editing services from time to time and has requested HealthSource to undertake a procurement activity to identify potential Service Providers who would like to participate in a panel of approved Service Providers for a range of Services. At this stage the volume of Services to be outsourced has not been confirmed by the Participating DHBs. This will be communicated to panel Service Providers from time to time as volumes are identified. Clinical Editing Service Provider(s) will be required to take the recommendations of the regional networks or other clinical governance and determine, in consultation with SMEs, what content is relevant to local HealthPathways. Then gather that information before it is provided to technical writers (Streamliners) to edit, format and publish it on the Auckland Regional HealthPathways (ARHP) website (Services).",Awarded,All respondents have been awarded a panel agreement for the Supply of Clinical Editing Services.,0,20250410 HealthSource New Zealand Limited,22608586,Request for Proposals,Open Competition,Session Initiation Protocol and Session Border Controller Services,P20-411,20200512,20200624,20201013,,Sole Agency,No,,"The Northern Region District Health Boards needs to replace existing PSTN ISDN trunks with SIP Services including the provision of all associated services (implementation and support) software and hardware (including Session Border Controllers). As a result of requests, the close date has been amended to allow for an additional 2 weeks to respond.",Not Awarded,Award to AGC Networks,0,20250410 HealthSource New Zealand Limited,22877610,Request for Quotations,Open Competition,Cisco 9300 9400 RFQ P20-420,P20-420,20200625,20200709,20200902,,Sole Agency,No,,,Not Awarded,"Thank you for responding to our RFQ. Unfortunately there are no funding available for this opportunity due to reallocation. This RFQ is now closed with no award.",0,20250410 HealthSource New Zealand Limited,22891845,Request for Proposals,Closed Competition,Supply of API and Application Development Resource Panel,P20-422,20200629,20200717,20201124,,Sole Agency,No,,"healthAlliance NZ Limited has a forecast API and Application project (capital) pipeline. The projects range from minor enhancements and upgrades through to significant new initiatives. Each project will require one or both of API and Application development capability. The types of projects are Integration and API projects as individual requests or large programmes like ERP Upgrades, migration projects and new development projects that will have integration or application development requests.",Awarded,,0,20250410 HealthSource New Zealand Limited,22986607,Request for Quotations,Open Competition,RFQ - Central Stores Truck (NDHB),P20-421,20200717,20200805,20210120,,Sole Agency,No,,,Not Awarded,,0,20250410 HealthSource New Zealand Limited,23043054,Request for Proposals,Closed Competition,"RFP for Loan Specialist Biochemistry Equipment, Consumables/Reagents and Maintenance Services for Auckland DHB Laboratory",P20-432,20200730,20200901,20211118,,Sole Agency,No,,"The scope of this RFP is for the Supply of loan laboratory equipment with consumables/reagents and maintenance services (respectively Loan Equipment, Consumables and Services) to process plasma, urine and faecal samples for a variety of specialised chemical pathology, immunology and autoimmune tests as specified in the technical requirements. ADHB/HealthSource will review all proposals applying the criteria specified, with the overall objective of sourcing the most technically suitable and cost effective solution for ADHB.",Awarded,,0,20250410 HealthSource New Zealand Limited,23048009,Request for Proposals,Open Competition,"RFP for the Supply of Loan Diagnostic Genetics Microarray Equipment, Consumables/Reagents and Maintenance Services to ADHB",P19-366,20200731,20200914,20220217,,Sole Agency,No,,"The scope of this RFP is for the Supply of Loan Laboratory Equipment with Consumables/Reagents and Maintenance Services for the performance of Diagnostic Genetics Array Molecular Karyotype tests mainly on postnatal and prenatal samples at ADHB. HealthSource and ADHB will review all submissions against the evaluation criteria set out in this RFP with the overall objective of sourcing the most technically suitable and cost effective solution for the DHBs. NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to Jho Balanay of intention to respond.",Awarded,,0,20250410 HealthSource New Zealand Limited,23070763,Request for Proposals,Closed Competition,WDHB Online Booking System P20-418,P20-418,20200805,20200827,20210315,,Sole Agency,No,,"The scope of this RFP is for Implementation of a secure online appointment booking system to help transform patients outpatient experience. (the Solution) and maintenance and support services for the Solutions. HealthSource has prepared and issued this RFP and on behalf of Waitemata DHB (Participating DHB) and will manage the RFP response and evaluation process. The final decision as to whether to select a particular respondent(s) will be made by the Participating DHB. Other Northern Region DHBs Auckland District Health Board (ADHB) and Counties Manukau District Health Board (CMDHB) will be observers in this RFP and may elect to participate at any stage.",Awarded,,0,20250410 HealthSource New Zealand Limited,23276731,Request for Proposals,Closed Competition,Metro Holiday Act Remediation,,20201005,20201028,20210407,,Sole Agency,No,,"To comply with the Holidays Act 2003, the Auckland Metro District Health Boards (three DHBs) and four Health Partnerships seek to engage a consulting firm with expertise in Holidays Act remediation. In scope activities include the following: - Remediation of approximately 80,000 employees (current and terminated). - Data Migration. To upload remediated payroll data back into the Metro DHBs HRIS. - Reporting and compliance management as required by the Labour Inspectorate, a division of the Ministry of Business, Innovation and Employment (MBIE). - Provision of assistance/advice with rectification of the existing payroll system. - Required assurance and accuracy of data for all stakeholders, Audit New Zealand, Ministry of Health, MBIE, Treasury, District Health Boards, and Partnerships.",Awarded,,0,20250410 HealthSource New Zealand Limited,23434425,Request for Quotations,Open Competition,CMDHB Large Monitors P20-424,P20-424,20201009,20201105,20210309,,Sole Agency,No,,,Awarded,,0,20250410 HealthSource New Zealand Limited,23487275,Request for Proposals,Open Competition,Secure Communications Service Paging Replacement solution,P20-441,20201020,20201208,20210930,,Sole Agency,No,,"Request for Proposal for a Secure Communications Service Paging Replacement solution to replace our existing Paging solution for Critical Communications to the Emergency services. The scope of this Request for Proposal is for services to enable an Emergency Paging/Critical Messaging platform that manages all identities (Clinical, security and facilities workers plus messaging devices) managed by healthAlliance N.Z. Limited for the Northern Region DHBs. Hospitals rely on pagers connected to a dedicated paging network as a means to summons first responder and other health care personnel while they are on call or for other communications. Pagers have a number of advantages (relatively low cost, long standby battery life, ability to be shared by staff i.e. do not have a personal number like a mobile phone, small form factor, more effective in-building and wide area coverage compared with cellular networks) and disadvantages (missed messages due to being out of coverage, no read/receipt functionality, issues with scrambled message content, very limited audit and security capabilities). A Secure Communications Service Solution should help with establishing a modern two way secure Critical communications to the Emergency services, thereby providing reliable and more efficient communication and value add activities.",Awarded,,0,20250410 HealthSource New Zealand Limited,23584064,Request for Quotations,Open Competition,Supply of hardware support for HPE Equipment,P20-443,20201117,20201203,20210802,,Sole Agency,No,,"hA wishes to determine a cost effective solution for the provision of hardware support services for HPE compute and storage equipment on Foundation Support. The opportunity will be feasible for a supplier that has access to HPE spares, is able to cover the geographic coverage of the the four Northern Region DHB's, and is able to mitigate the risk associated with exiting a HPE support arrangement such as access to software updates.",Awarded,Contract awarded to SystemEthix,0,20250410 HealthSource New Zealand Limited,23701286,Request for Quotations,Open Competition,Regional Internet and Public Cloud Connectivity,P20-444,20201127,20201211,20210802,,Sole Agency,No,,The establishment of regional internet and public cloud connectivity,Awarded,"Vodafone for AKL, and Vocus for WLG",0,20250410 HealthSource New Zealand Limited,23731516,Request for Proposals,Open Competition,ADHB Interventional Radiology - Inventory Management System,P20-442,20201204,20210212,20210930,,Sole Agency,No,,,Awarded,,0,20250410 HealthSource New Zealand Limited,23789694,Request for Proposals,Open Competition,ADHB Enterprise Workflow Platform,P20-445,20201218,20210212,20210901,,Sole Agency,No,,"Request For Proposals for an Enterprise Workflow Platform to reduce risk and improve the quality of the services provided. The scope of this RFP is for completely cloud-based solution for Auckland District Health Board (ADHB) Enterprise Workflow Platform, the platform must have capability to manage the IT workflows for various incidents and requests. In April 2020, ADHB procured ServiceNow platform to support its response to COVID-19 and paper lite automation and workflow strategy. Various solutions have since been delivered and are operating successfully. ADHB has now reached a point they require additional workflow and automation capability to meet their future requirements and needs to leverage additional functionality and modules at a greater scale.",Awarded,,0,20250410 HealthSource New Zealand Limited,23830792,Request for Tenders,Open Competition,Main building contractor for the construction of the Kamo Dental Expansion,,20210111,20210215,20210330,,Sole Agency,No,,"The Northland District Health Board invites Tenderers to submit a tender for the Main building contractor for the construction of the Kamo Dental Expansion at 3 Grant St & 6 Wakelin St, Kamo. The anticipated construction period is from March to December 2021. The Principal will hold a briefing session for Tenderers on 18th January 2021 at Whangarei Hospital followed by a site visit on the 19th January 2021. The purpose of the briefing session is to clarify the scope of the Contract Works as detailed within this RFT. The briefing session will be limited to two persons per Tenderer. Further information of time and venue will be forwarded. The deadline for registering for the Briefing Session and the Site Visit is the 15th January. Please see instructions in item 1.3 of the RFT.",Awarded,,2129026,20250410 HealthSource New Zealand Limited,24218225,Request for Proposals,Open Competition,P21-453 Request for Proposal by HealthSource New Zealand Limited,P21-453,20210419,20210603,20220725,,Sole Agency,No,,"RFP Reference: P21-453 Name: P21-453 Request for Proposal by HealthSource New Zealand Limited for the supply of Surgical Laser Systems to Auckland District Health Boards (ADHB) & Counties Manukau District Health Boards (CMDHB) Summary: ADHB and CMDHB has the requirement for the supply of Surgical Laser systems, consumables and maintenance services (Products and Services) to provide surgery services for urology patients; as further specified in the technical specification. The Supplier can submit proposals on any or all of the individual Categories below, with the overall objective of sourcing the most technically suitable and cost effective solution for the various Categories as a whole. (a) ADHB Two Surgical Laser Systems (b) CMDHB One Surgical Laser System RFP Closing Date: 27th May 2021 @5PM Procurement Lead: Pei Pan Senior Procurement Specialist pei.pan@healthsourcenz.co.nz Mob: 021 348 658 Connect Business Park 581-585 Great South Road, Penrose, 1061, Auckland",Awarded,,0,20250410 HealthSource New Zealand Limited,24228804,Request for Proposals,Open Competition,"RFP for the Supply of Loan Immunochemistry Analyser, Consumables/Reagents and Maintenance Services to ADHB",P21-455,20210503,20210615,20220512,,Sole Agency,No,,"The scope of this RFP is for the Supply of loan laboratory equipment with consumables/reagents and maintenance services for the performance of Immunochemistry tests of ADHB. HealthSource and ADHB will review all submissions against the evaluation criteria set out in this RFP with the overall objective of sourcing the most technically suitable and cost effective solution for the DHB. NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to Jho Balanay of intention to respond.",Awarded,,0,20250410 HealthSource New Zealand Limited,24245842,Request for Proposals,Closed Competition,Ophthalmic Microscope for Cataract and Retinal Surgery,,20210428,20210531,20220725,,Sole Agency,No,,"ADHB has the requirement to supply ophthalmic microscope systems, consumables and maintenance services (Products and Services). The Supplier can submit proposals on any or all categories, with the overall objective of sourcing the most technically suitable and cost-effective solution for the various types. NOTE: More technical detail and instructions included in the Attachment and Addendum available for download. RFP Closing Date: 31st May 2021 @4PM Procurement Lead: Pei Pan Senior Procurement Specialist pei.pan@healthsourcenz.co.nz Mob: 021 348 658 Connect Business Park 581-585 Great South Road, Penrose, 1061, Auckland",Awarded,,0,20250410 HealthSource New Zealand Limited,24264095,Request for Quotations,Open Competition,Supply of Cisco Hardware,P21-461,20210504,20210519,20210625,,Sole Agency,No,NA,Supply quote for the purchase of Cisco hardware and associated software + support for 60 months.,Not Awarded,"Dear respondents: A decision has been made by HealthAlliance not to proceed to contract award. Your responses were most appreciated. Best regards Alan",0,20250410 HealthSource New Zealand Limited,24354904,Request for Proposals,Open Competition,"Supply of Phacoemulsification Machine, Consumables and Service to ADHB",P21-454,20210526,20210629,20220809,,Sole Agency,No,,"RFP Summary: ADHB has the requirement for the supply of two (2) Phacoemulsification (Phaco) machines, consumables and maintenance services (Products and Services) to provide support to ophthalmic surgeries specified in the technical specification. The objective of this process is to procure the most technically suitable and cost effective solution for ADHB overall. Communication: All communication in relation to this RFP must go through Health Source. Suppliers are not permitted to approach any ADHB staff member outside the RFP process. Failure to comply with this prohibition could lead to your Proposal being disqualified from consideration.",Awarded,,0,20250410 HealthSource New Zealand Limited,24447268,Request for Proposals,Open Competition,Lighting Upgrades for the Kidz First & McIndoe Buildings Middlemore Hospital,,20210618,20210715,20210921,,Sole Agency,No,,"Counties Manukau District Health Board wishes to upgrade the lighting in the Kidz First and McIndoe buildings at Middlemore Hospital. The main drivers for the upgrade are to improve illumination levels in certain areas, reduce maintenance costs, and achieve significant energy savings, using modern internationally approved LED lighting systems. The general scope of this RFP is for the supply and installation of luminaires and attachments. PLEASE NOTE: As part of this RFP process Respondents are required to attend a site visit to better understand the lighting installations. Prospective Respondents should refer to Section 3.2.4 of this RFP.",Not Awarded,"Re: GETS RFx ID: 24447268 RFP for Counties Manukau District Health Board Lighting Upgrade for the Kidz First & McIndoe Buildings Middlemore Hospital Thank you for submitting a response to this RFP request. Please be advised that this RFP has been cancelled. Due to new requirements across all campus projects Counties Manukau DHB intend expanding its scope of services for this category of work and as such will be re-releasing a new RFP. The RFP will be released via the Gets website and we will also endeavour to notify you by email of the opportunity on Gets.",0,20250410 HealthSource New Zealand Limited,24893691,Request for Quotations,Closed Competition,RFQ for the Supply of Molecular Pre-Analytics Automation System to Auckland Metro DHB,P21-476A,20210930,20211008,20220610,,Sole Agency,No,,This is the Second Phase Process with reference to the RoI for the Supply of Molecular Pre-Analytics System to Auckland Metro DHB (P21-476).,Awarded,,0,20250410 HealthSource New Zealand Limited,25054597,Request for Proposals,Closed Competition,"RFP for the Supply of COVID-19 Test Equipment (on Loan), Consumables/Reagents and Maintenance Services",P21-478A,20211108,20211130,20220829,,Sole Agency,No,,"HealthSource decided to continue with a second phase process for Counties Manukau and Northland DHB and we are pleased to inform you that your company has been shortlisted to participate to a closed RFP process. In this regard, you are invited to submit a proposal for the Supply of COVID-19 Test Equipment (on Loan), Consumables/Reagents and Maintenance Services to the Participating DHBs.",Awarded,,0,20250410 HealthSource New Zealand Limited,25060139,Request for Proposals,Open Competition,Appointment of Suppliers to the Panel for the supply of Surgical Microscopes and Maintenance Services to Northern Region District Health Boards (NRDHBs),P21-477,20211105,20220127,20220809,,Sole Agency,No,,"1.1. The scope of this Request for Proposal (RFP) is twofold: (1) Primary Procurement: To establish a Northern Region Supplier Panel for the supply of Surgical Microscope System (the equipment) and maintenance services as stated below; (a) Ear Nose Throat (ENT) Microscopes; (b) Ophthalmology Microscopes; (c) Other Microscopes (i.e. Neurosurgery, Plastic surgery); (2) Immediate Secondary Procurement Opportunities: To invite secondary procurement proposals from suppliers who are applying for the Supplier Panel and who wish to enter into an agreement to supply the following equipment to the DHBs listed below who have an immediate requirement: (a) Auckland District Health Board (ADHB) 3X ENT Microscopes. (b) Northland District Health Board (NDHB) 2X ENT Microscopes. (c) Northland District Health Board (NDHB) 2X Ophthalmology Microscopes",Awarded,,0,20250410 HealthSource New Zealand Limited,25259213,Request for Proposals,Open Competition,Collaborative Community Care solution,P21-484,20211216,20220224,20221222,,Sole Agency,No,,"This is an opportunity to provide an integrated technology solution for the delivery of healthcare services in the community in a manner that supports collaborative community, primary and hospital care networks where consumers and whanau freely interact with, modify and manage their health information in a manner that positively impacts the wider determinants of health, reduces inequities and enhances ownership, participation and autonomy. The technology solution will support the easy flow of information across and between care settings and between existing and future systems, facilitating best care delivery.",Awarded,"Good afternoon We are pleased to advise that the Collaborative Community Care tender has been awarded to Aceso with the Pinga platform solution being evaluated as best meeting the requirements contained in the tender documentation. We had an excellent response to the tender with interest from within and outside New Zealand - we would like to take this opportunity to thank all the respondents for the quality of their proposals and, to the shortlisted respondents, for their active engagement in the workshops and other due diligence processes. Feedback was provided separately during the process. Please note that the value of this contract is commercially confidential to the parties but falls within the indicated range on a ten-year basis. Francois Zegers, Procurement Lead",0,20250410 HealthSource New Zealand Limited,25347891,Request for Quotations,Open Competition,Cisco Hardware Support,P22-488,20220204,20220225,20220504,,Sole Agency,No,,This is a hardware break fix support requirement for Cisco network switch equipment.,Awarded,Systemethix provided the best value for money response to hA.,0,20250410 HealthSource New Zealand Limited,25384034,Request for Proposals,Open Competition,"RFP for the Supply of Chromatography and Newborn Metabolic Screening Equipment, Consumables/Reagents and Maintenance Services to ADHB",P22-486,20220211,20220408,20230203,,Sole Agency,No,,"The scope of this RFP covers three categories of equipment and the supplier can submit proposals on any or all of the individual categories: 1) Liquid Chromatography Mass Spectrometry System (LC-MS); 2) Automatic Neonatal Screening Platform (ANS); and 3) Dried Bloodspot Punch instrument (DBP). HealthSource and ADHB will review all submissions against the evaluation criteria set out in this RFP with the overall objective of sourcing the most technically suitable and cost effective solution for the DHB. NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to Jho Balanay of intention to respond.",Awarded,,0,20250410 HealthSource New Zealand Limited,25640258,Request for Proposals,Open Competition,Northern Region DHBs Clinical Outsourcing - Endoscopy Services,P22-491,20220401,20220429,20220913,,On behalf of procurement agent,No,,"Auckland District Health Board, Counties Manukau District Health Board, Waitemata District Health Board and Northland District Health Board (The Participating DHBs) have identified the need for additional clinical endoscopy services for full outsourcing of procedures and the need for Wet Lease Facility only capacity. HealthSource wishes to encourage new and existing Providers for the provision of this in accordance with the RFP and the specifications set out in the Appendix 1A Procedures Service Specifications and Clinical Pathway Endoscopy, Appendix 1B Wet Lease Facility only Specifications and Clinical Pathway Endoscopy.",Awarded,"Successful Tender Respondents for Endoscopy Services (GETS RFX P22-491) were sent Contracts on 27 July 2022. The signed Contracts were fully executed on 13 September 2022. The following Respondee's were successful: Franklin Private Hospital Ltd Greenlane Medical Specialists Ltd MacMurray Institute Ltd MercyAscot Hospital Ltd Ormiston Hospital Ltd Rodney Surgical Centre Ltd Waitemata Endoscopy Ltd The Total Spend Value is based on Current Utilisation. The Contract is for addition to a Panel to be utilised by all four Te Whatu Ora Northern Region Districts.",5000000,20250410 HealthSource New Zealand Limited,25680573,Request for Proposals,Open Competition,Auckland DHB Outsourced Clinical Services - Paediatric Dentistry,P22-492,20220412,20220513,20220902,,On behalf of procurement agent,No,,"Auckland District Health Board (ADHB) has a requirement for the supply of Paediatric Dentistry surgical and general dental services to eligible children domiciled in the wider Auckland catchment area. HealthSource invites proposals from Service Providers who wish to be appointed to a Panel of Service Providers to deliver these services in accordance with the technical, commercial and other requirements set out in this RFP and the specifications in Appendix 1 - Overarching Service Specification Criteria.",Awarded,"The following Service Providers were added to the Panel for the provision of Paediatric Dentistry for Te Whatu Ora - Te Toka Tumai Auckland District: MacMurray Institute Limited Mobile Surgical Services Limited Quay Park Surgical Limited Rodney Surgical Centre Limited The Total Spend Value is based on an estimate of the number of treatments required within the Term of the Contracts.",5000000,20250410 HealthSource New Zealand Limited,26037171,Request for Proposals,Open Competition,Te Whatu Ora - Health NZ Counties Manukau Lift Upgrade Services,P21-462,20220712,20220810,20240201,,Sole Agency,No,,"The lifts at Middlemore Hospital and Manukau Super Clinic are approaching their respective end of their economic life cycle, being 25 years old. The purpose of the proposed upgrade works is to reduce waiting time and improve the overall efficiency of vertical transport. The renewal includes mechanical & controller upgrade, traffic management and installation of destination control system. The extent of work covered by this RFP includes the removal of the existing hydraulic bed passenger lifts and the supply and installation of four new MRL lifts in the existing lift shafts. The Respondent shall be responsible for the provision of all manufactured items, materials, labour, cartage, tools, plant, appliances and fixings necessary for the proper execution of the works, together with all minor and incidental works required to provide a complete lift package. As part of this RFP process Respondents are required to attend the mandatory site visits of the current lift installations.",Not Awarded,,0,20250410 HealthSource New Zealand Limited,26165029,Request for Proposals,Open Competition,Security Optimisation Platform,P22-501,20220811,20220909,20240201,,Sole Agency,No,,,Not Awarded,,0,20250410 HealthSource New Zealand Limited,26222333,Request for Proposals,Open Competition,"Appointment of Suppliers to the Panel for the supply, Installation & Maintenance of Theatre AV Integration",P21-494,20220824,20220923,20231019,,All of Government,No,,"RFP Summary: Counties Manukau is seeking Proposals for the Supply Pendants, Lights and AV Integration equipment with installation and maintenance services the scope of this RFP covers AV Integration. Communication: All communication in relation to this RFP must go through hS. Suppliers are not permitted to approach any DHB staff member outside the RFP process. Failure to comply with this prohibition could lead to your Proposal being disqualified from consideration.",Awarded,"An evaluation process for the establishment of a panel containing two suppliers has been completed. After a thorough review of all submitted proposals, we are delighted to announce the award of this panel to two outstanding organisations: KARL STORZ Endoscopy NZ Ltd and Cubro Ltd",0,20250410 HealthSource New Zealand Limited,26287500,Request for Quotations,Closed Competition,Closed RFQ - Bulk Requirement for Haemodialysis Machines (Te Whatu Ora - Counties Manukau),,20220907,20221130,20231006,,Sole Agency,No,,"Counties Manukau (CM) is looking at a replacement fleet of 32 haemodialysis machines at the RITO Unit site. Further information is disclosed in RFQ letter attached.",Awarded,,0,20250410 HealthSource New Zealand Limited,26341592,Request for Proposals,Open Competition,P22-497 Request for Proposal - Supply of Extracorporeal Shock Wave Lithotripter,P22-497,20220915,20221031,20240201,,Sole Agency,No,,"RFP Reference: P22-497 Request for Proposal - Supply of Extracorporeal Shock Wave Lithotripter to Te Toka Tumai Auckland Summary: Te Toka Tumai Auckland (ex ADHB) has the requirement for the supply of Extracorporeal Shock Wave Lithotripter and associated consumables and maintenance services. All requirements are provided in the attachments including: RFP documents Appendix A - Response Form Appendix B - Technical Requirement Appendix C - Price Template Appendix D - Master Procurement Agreement Confirmation of intention to respond: 22/09/2022 Closing date for submission of Proposal: 27/10/2022 Procurement Lead: Pei Pan Senior Procurement Specialist pei.pan@healthsourcenz.co.nz Mob: 021 348 658 Connect Business Park 581-585 Great South Road, Penrose, 1061, Auckland",Not Awarded,,0,20250410 HealthSource New Zealand Limited,26343422,Request for Proposals,Open Competition,"RFP for the Supply of Loan Immunohistochemistry (IHC) Staining Equipment, Consumables/Reagents and Maintenance Services to Counties Manukau and Northland District",P22-503,20220916,20221111,20240201,,Sole Agency,No,,"The scope of this RFP is for the supply of Loan Immunohistochemistry (IHC) Staining Equipment with associated consumables/reagents and maintenance services for cancer/disease diagnosis of Counties Manukau and Northland District (Participating Districts). Counties Manukau and Te Tai Tokerau/HealthSource will review all submissions against the evaluation criteria set out in this RFP with the overall objective of sourcing the most technically suitable and cost-effective solution for the Participating Districts. NOTE: The RFP appendix documents may contain confidential information; these will only be provided after the suppliers confirmation/email to jho.balanay@healthsourcenz.co.nz of intention to respond.",Not Awarded,,0,20250410 HealthSource New Zealand Limited,26396363,Request for Proposals,Open Competition,"WDHB Urinalysis Equipment, Consumables and Maintenance Services",RFP P22-498,20220929,20221107,20240201,,Sole Agency,No,,"Note: The RFP appendix documents may contain confidential information, these will only be provided after we have received and vetted your confirmation of intent to respond. Supply of Urine Analyser, Consumables/Reagents and Maintenance Services Publishing the RFP, financial and technical analysis of the responses, selection of the successful respondent, drafting contract and assist surgical team through internal approval process Consumable (if any) and the maintenance services cover for the Whole of Life of the instrument",Not Awarded,,0,20250410 HealthSource New Zealand Limited,26401736,Request for Quotations,Open Competition,"Cisco Equipment for Totara Haumaru Building North Shore, Auckland",P22-506,20220930,20221021,20221220,,Sole Agency,No,,Supply of Cisco equipment for new building,Awarded,The contract has been awarded to NetQ.,0,20250410 HealthSource New Zealand Limited,26410006,Request for Quotations,Open Competition,RFQ for the Supply of Disposable Bed Sheets,P22-505,20221003,20221102,20230324,,Sole Agency,No,,"The scope of this Request for Quotation is to source the supply of disposable bed sheets which are used in clinics, services, units and wards in the metro Northern Region Districts of Te Whatu Ora Health New Zealand namely: Te Toka Tumai Auckland, Counties Manukau and Waitemata These Districts and HealthSource will review all quotations applying the criteria specified in the RFQ documents, with the overall objective of sourcing the most technical/clinical suitable and cost-effective product/solution. Note: Quotations must be submitted through GETS. Posted, faxed or emailed quotations will not be accepted.",Awarded,,0,20250410 HealthSource New Zealand Limited,26621838,Request for Proposals,Open Competition,RFP for Outsourcing of Clinical Services - Ophthalmology,P22-509,20221122,20221215,20230601,,Sole Agency,No,,The objective of this RFP is to facilitate the establishment of a Panel to deliver options for best public value for the Participating Districts in relation to Ophthalmology Services,Awarded,,0,20250410 HealthSource New Zealand Limited,26719625,Request for Proposals,Open Competition,RFP - Compression Garments for Burns and Scar Management,P22-508,20221207,20230131,20240201,,Sole Agency,No,,"This process aims to implement a panel of Suppliers for the supply of compression garments for burns and scar management for Te Whatu Ora. There are two categories of compression garments for burns and scar management, as specified below. Suppliers can submit proposals for any or all of the individual categories: (a) Customised Garments (b) Standard off-the-shelf Garments Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted. All communication in relation to this RFP must go through GETS to HealthSource. Suppliers are prohibited from approaching any Te Whatu Ora staff member outside the RFP process. Failure to comply with this prohibition could lead to your Proposal being disqualified from consideration.",Not Awarded,,0,20250410 HealthSource New Zealand Limited,26735787,Request for Proposals,Open Competition,Cloud Financial Operations (FinOps) Solution,P 22-513,20221213,20230228,20230922,,Sole Agency,No,,"Te Whatu Ora - Health New Zealand and Te Aka Whai Ora - Maori Health Authority are in the process of establishing cloud services across the sector. A key element to this service establishment is the role of cloud financial operations systems and processes for cloud cost reporting, billing, and, in the future, optimisation of cloud and related services and expenditure (in this RFP, this is referred to as the FinOps Solution or the Solution). The intended scope is to service Te Whatu Ora and Te Aka Whai Ora, rolling out in waves. The first wave will include the Te Whatu Ora Health NZ Northern with some national services In addition, there is the potential to extend the Solution to provide support for other Districts, and shared services across Te Whatu Ora and Te Aka Whai Ora.",Not Awarded,This Tender has been awarded,0,20250410 HealthSource New Zealand Limited,26994635,Request for Quotations,Open Competition,IBM Storage Refresh (Or Equivalent),P23-518,20230223,20230320,20240201,,Sole Agency,No,,,Not Awarded,,0,20250410 HealthSource New Zealand Limited,27036197,Request for Proposals,Closed Competition,Te Whatu Ora National Data Platform RFP,P23-526,20230306,20230328,20230724,,Sole Agency,No,,"The opportunity Te Whatu Ora is seeking to establish a nationally consistent system of data capture, analytics and intelligence that supports the use of health intelligence and insights to ensure equity of access and outcomes from all health services across Aotearoa New Zealand. National Data Platform: Core to achieving this objective is the consolidation and reconciliation of data collected locally into a national picture, resulting in the construction of a federated data platform made up of a suite of integrated technology products, consolidating data collected, into an easily accessible view, locally, regionally and nationally, referred to as the National Data Platform (NDP). The NDP is consistent with the direction and deliverables of Te Pae Tata Interim New Zealand Health Plan 2022, the Data Tripartite Agreement1 and the published Data and Information Strategy for Health and Disability (DISH). It aligns with a number of initiatives such as Hira and the Primary Health Dataset Programme (PHDP). The DISH system is good at collecting large amounts of data but less effective at connecting and using that data. Further, not all information is digitised and where it is there is variation in the way data is recorded. Data is often duplicated which makes it challenging and expensive to ensure the system is working with data from a trusted source Shortlisted providers are requested to respond to this RFP.",Awarded,"We have chosen Accenture, in partnership with Acumen BI, as implementation partner for the National Data Platform (NDP).",0,20250410 HealthSource New Zealand Limited,27078475,Request for Quotations,Open Competition,"Cisco Equipment, Software Licensing and Service Supply",P23-527,20230313,20230411,20230622,,Sole Agency,No,,"This RFQ is an invitation for suitably qualified suppliers to submit Quotes for the supply of Cisco hardware, software licensing and service. The primary purpose of this RFQ is to deliver to the Northern Region the specified equipment, software licensing and services at the lowest total cost of ownership, at the shortest delivery time.",Awarded,,0,20250410 Heritage New Zealand,21909937,Request for Tenders,Open Competition,Old Government Buildings Plaster Repairs,,20191112,20191206,20200117,,Sole Agency,No,,"Heritage New Zealand Pouhere Taonga (HNZPT) is seeking a suitable contractor to undertake cosmetic plaster repairs at Old Government Buildings (OGB), 55 Lambton Quay, Wellington. OGB is currently occupied by Victoria University of Wellington's Faculty of Law (VUW), which has a student population of 300 - 600 students and upwards of 50 staff. The ability to manage siteworks within an occupied building is paramount, maintaining minimal disturbance to VUW. OGB is a Category I historic place that has received extensive cosmetic damage to its interior during earthquakes in 2013 and 2016. The earthquakes caused diagonal cracking of the plaster throughout the interior walls; from cosmetic hairline cracks in the finishing and floating coats, to deeper cracks into the scratch coat of the lime plaster. Damage in places has led to plaster failing, which has left areas of wall where the timber laths underneath are exposed. In areas where more modern gib walling is located, there are cracks along gib joints. The damage requires repair to restore OGB to its former glory as the once grand offices of New Zealand's public service and to eliminate any health and safety risk due to loose plaster, dust and the risk of further dislodgement. HNZPT wish to undertake repairs to study rooms in the law library in the southern wing, large book rooms in the library, small library store rooms, staff offices on the first, second and third floors, and the back southern stair ascending four levels. The current identified scope of plastering works is, but not limited to: Repairing existing gib joints Replacing lath and plaster with gib Some traditional lath and plaster works. Painting to where plastering has been repaired and applied.",Awarded,Please note Heritage New Zealand Pouhere Taonga staff member Tamsin Falconer was not involved in tender decisionmaking.,0,20250410 Heritage New Zealand,22393512,Request for Tenders,Open Competition,"Main Contractor - Construction of New Toilets at Honey House, Kerikeri",,20200310,20200514,20200914,,Sole Agency,No,n/a,"This procurement relates to the delivery of a new toilet block positioned adjacent to the existing verandah at the honey house caf located on the Kerikeri Mission Station, Kerikeri. The toilet block will be a single level building complete with 2 toilets and storage facilities, complete with concrete floor, timber weatherboards, timber joinery and metal roof.",Awarded,,129914,20250410 Heritage New Zealand,26683263,Request for Proposals,Open Competition,"Structural engineering services RFP for Old Government Buildings, Wellington",13002-232,20221216,20230210,20230413,,Sole Agency,No,Level 1 79 Boulcott Street PO Box 2629 Wellington 6140,"Heritage New Zealand Pouhere Taonga (HNZPT) requests that you prepare a proposal (RFP which includes time schedules) for structural engineering services, that will include providing a detailed seismic assessment (DSA) of the Old Government Building (OGB) and retrofit concept and detailed design. Please refer to the attached full RFP, sections from the draft conservation plan, floorplans (2013), proposed refurbishment plans (1994) and Review of earthquake resistance capacity (2017) when preparing the proposal. The structural engineering component to this project will comprise of seven elements of work: - Element 1: Reviewing the draft briefs for the Geotechnical Assessment (GTA) and Seismological Assessment (SA). - Element 2: Reviewing the draft GTA, SA and Timber Technology Assessment (TTA) that will be carried out by others. - Element 3: Establish and maintain regular communication/consultation with the HNZPT technical peer reviewer. You will be expected to provide updates, preliminary modelling and analysis and progress drafts of the DSA and concept (if required). - Element 4: DSA that is the primary subject of this request. Refer Project Scope section of this RFP. - Element 5: Technical support for a review by HNZPT of the reporting on the completed modelling and initial analysis, and then the DSA. This review process is to determine the extent, if any, of proposed structural retrofit to be carried out on the building. - Element 6: A concept design for any agreed retrofit works that is the subject of this request. Retrofit works may or may not be required. - Element 7: A detailed design to follow the concept design. Where Element 6 does not proceed neither will Element 7. The preparation of the DSA will be informed by a GTA and SA and TTA that will be commissioned by HNZPT. On completion of elements 1-5 and particularly HNZPT review of the preliminary report on the DSA, a decision will be made on whether to progress to concept design and from here detailed design. It is therefore requested that a quote is provided with the proposal for the fees for elements 1-5 only. A quote will be requested if HNZPT decides to proceed to design for elements 6 and 7. The acceptance of the RFP for this work forms a commitment to engage the structural engineer for design work following the analysis, subject to satisfactory performance. The design work will be subject to programme and budget allocation and may require staging.",Awarded,,0,20250410 Heritage New Zealand,27429559,Request for Tenders,Open Competition,Antrim House - Full Exterior Repaint,,20230522,20230612,20230717,,Sole Agency,No,,"Heritage New Zealand Pouhere Taonga (HNZPT) is welcoming proposals for a full exterior repaint and associated timber repair of Antrim House (the Project). An attached brief provides the summary framework for the Project. For further detailed information about the Project and all aspects of the proposed work, please see the Antrim House Exterior Painting: Outline Scope of Work & Specification, 8 May 2023 and associated drawings (the Scope). Briefly, the scope of the Project is the complete re-painting of the exterior walls and trims of Antrim House, including repair and re-coating of the liquid-applied membrane decking, and repainting the ground floor timber deck. The painting preparation involves completely stripping paint off all parts of the building, excluding the new metal roofing and the new lead dome atop the tower, along with the shingle roof and exterior walls of the tower, the walls of the first-floor hallway extension, and the top-level fascia boards, which have all recently been taken back to bare timber. Carpentry work is required to carry out timber repairs and other repairs (including the installation of new flashings and repair of old flashings) as needed to put the envelope into sound condition for the completion of the painting work. This RFP is a single-step procurement process through the Government Electronic Tender Service. HNZPT would appreciate a fixed price for as much of the project as possible with provisional sums provided where appropriate and/or necessary. Interested contractors will provide a written proposal including: Detailed pricing breakdown for this work, including relevant hourly rates. Detailed programme/timeline note: shorter programmes that still allow for full and quality completion the Project may be given a degree of preference. Our preference is for work to commence soon after 1 July 2023. Confirmation that the company holds the required insurances as outlined in the contract. Please provide a basic Construction Management Plan that describes how you will manage the site and the work (e.g. who is based on site, key personnel, including subcontractors, and their roles). List of subcontractors. Brief information on your companys experience with projects involving heritage buildings.",Awarded,,0,20250410 Heritage New Zealand,28781425,Request for Tenders,Open Competition,Editorial Services for Heritage New Zealand magazine,,20240207,20240226,20240604,,Sole Agency,No,"Level 1, 79 Boulcott Street, Wellington 6011","Heritage New Zealand Pouhere Taonga is tendering the contract for editor for our quarterly magazine Heritage New Zealand (ISSN 1175-9615). Experience is vital. This is not a hobby publication and the successful Tenderer will have to demonstrate a wealth of publishing experience and that they are a strategic thinker who can continue to build on successful developmental work done over the past few years. It is a flagship publication for Heritage New Zealand Pouhere Taonga, sent around the country and to overseas readers (as a core membership benefit) and a smaller list of subscribers. Effort is being made to provide value-added, exclusive additional content for members with video, podcasts and additional imagery to support stories. We are expanding use of te reo Maori and the correct use of macrons is imperative. The magazine includes some focus on our work, properties and successes, but it has a much wider focus on New Zealand and international heritage issues both contemporary and historic. Heritage New Zealand magazine needs a professional, experienced, high energy person or editorial team who can continue to produce the high-quality product that weve come to expect, and work positively and collaboratively with Heritage New Zealand Pouhere Taonga staff, stakeholders and contracted designer/art director. Note that the design/art direction contract is also currently out for tender and providers who can supply both design and editorial services may provide a combined tender.",Awarded,,153200,20250410 Heritage New Zealand,28781508,Request for Tenders,Open Competition,Design & Art Direction for Heritage New Zealand magazine,,20240207,20240226,20240604,,Sole Agency,No,"Level 1, 79 Boulcott Street, Wellington 6011","Heritage New Zealand Pouhere Taonga is tendering the contract for the design work associated with our quarterly magazine Heritage New Zealand (ISSN 1175-9615). This professional magazine demands a significant level of experience in high-end magazine design and art direction and Tenderers who do not meet this requirement will not be shortlisted. A suitably qualified and experienced individual or company will be appointed to provide art direction including commissioning of graphics, design, layout and oversight of print production. Our magazine is a flagship for Heritage New Zealand Pouhere Taonga, and is distributed throughout the country and overseas as a core membership benefit and to a smaller list of subscribers. Effort is being made to provide value-added, exclusive rich content for members with video, podcasts and additional imagery to support stories. We are improving visibility of te reo Maori. Heritage New Zealand magazine needs someone who can maintain its high level of quality and if possible build on it. The successful tenderer will not only deliver the product weve come to expect, they will work collaboratively with the contracted editor, staff of Heritage New Zealand Pouhere Taonga, and with other stakeholders including the printer and advertisers. Note that the editorial contract is also currently out for tender and providers who can supply both design and editorial services may present a combined tender.",Not Awarded,"Total spend between two contracts (editorial and design services): $189,700. Value of design and art direction component only is $36,500",0,20250410 Horizons Regional Council,25769904,Request for Tenders,Open Competition,Raetihi to Ohakune Bus Service,,20220509,20220527,20220621,,Sole Agency,No,,"The following Request for Tender (RFT) documentation is an invitation to Tenderers to submit a Tender for the provision of the Raetihi to Ohakune public transport Unit as detailed in this RFT. This RFT documentation has been prepared by Horizons Regional Council (the Council).",Not Awarded,,0,20250410 Horizons Regional Council,25769995,Request for Tenders,Open Competition,Taihape to Whanganui/Palmerston North Bus Service,,20220509,20220527,20220614,,Sole Agency,No,,"The Following Request for Tender (RFT) documentation is an invitation to tenderers to submit a tender for the provision of the Taihape to Whanganui/Palmerston North Bus Service. This RFT documentation has been prepared by Horizons Regional Council (the Council).",Awarded,,0,20250410 Horizons Regional Council,25961716,Request for Quotations,Open Competition,Raetihi to Ohakune Bus Service,,20220621,20220706,20220719,,Sole Agency,No,,"The following Request for Quote (RFQ) documentation is an invitation to submit a Tender for the provision of the Raetihi to Ohakune public transport Unit as detailed in this RFQ. This RFQ documentation has been prepared by Horizons Regional Council (the Council).",Awarded,,0,20250410 Horizons Regional Council,25965741,Request for Tenders,Open Competition,Regional bus services branding,,20220623,20220729,20220810,,Sole Agency,No,,"Horizons Regional Council is going to market for a bus brand for our passenger transport services. This includes giving out regional passenger transport services a unique look and feel, including a name and a brand kit. It also includes producing and designing the collateral for buses, timetables, swirlies, digital and print advertising. Companies can choose to offer the design and production element or can choose to offer one of these. Our bus service includes 1.26 million passengers annually, 455 trips daily, 46 buses, 44 routes, and 974 bus stops. Our buses currently operate in Ashhurst, Feilding, Levin, Marton, Palmerston North, Taihape and Whanganui. Our bus services will continue to grow, with more services in more locations.",Awarded,,0,20250410 Horizons Regional Council,26362157,Request for Proposals,Open Competition,Palmerston North and Ashhurst Public Transport Service,,20220921,20221116,20230112,,Sole Agency,No,,"Horizons Regional Council is seeking suitable suppliers to deliver a high quality public transport service for our communities for a 9 year plus term starting 20 November 2023. Horizons now seeks proposals from capable companies who would like to tender for this contract. Request for Proposals shall close on Tuesday 16 November 2022 at 1700. Horizons preference is for the entire tender process, including downloading RFT documents, raising queries and submitting registrations, to be managed electronically using GETS. The administrator of this tender is Matthew Bray on behalf of Horizons Regional Council.",Not Awarded,"The Contract could not be awarded due to an issue within the RFP documentation. A new RFP will be opened in January 2023.",0,20250410 Horizons Regional Council,26818261,Request for Proposals,Open Competition,Palmerston North and Ashhurst Public Transport Service,,20230118,20230222,20230403,,Sole Agency,No,,"Horizons Regional Council is seeking suitable suppliers to deliver a high quality public transport service for our communities for a 9 year plus term starting Monday, 19 February 2024. Horizons now seeks proposals from capable companies who would like to tender for this contract. Request for Proposals shall close on Wednesday, 22 February 2023 at 16:30. Horizons preference is for the entire tender process, including downloading RFT documents, raising queries and submitting registrations, is to be managed electronically using GETS. The administrator of this tender is Matthew Bray on behalf of Horizons Regional Council.",Awarded,,101796255,20250410 Horizons Regional Council,27438375,Request for Proposals,Closed Competition,Transport Choices Package Bus Shelters Whanganui,,20230523,20230619,20230724,,Sole Agency,No,,"Horizons Regional Council (HRC) has recently received funding as part of the Climate Emergency Response Fund (CERF), through the Transport Choices Package (TCP). The objective of the TCP is to reduce carbon emissions through transport related activities, with public transport being one of those activities. The funding received has been allocated to making public transport (PT) an attractive option in Whanganui, by removing barriers to PT. The main aim of this programme is to improve the quality of bus stops across the Whanganui network, and future proof our infrastructure to support multi-modal integration. Part of this project is the procurement, planning, and design of up to 15 new bus shelters, to be installed at pre-determined locations in Whanganui. Other improvement aspects include real time digital displays, and lighting and accessibility improvements to the 15 locations to ensure PT and infrastructure is accessible and safe for everyone in the Whanganui community. The primary goal of this procurement is to improve infrastructure at bus stops, which will in turn provide a better experience for the end-user and provide a simple, user friendly public transport network. Our vision is to increase the number of shelters, as well as improve the quality of bus shelters in Whanganui. We are seeking, modern, creative, and fit for purpose shelters that are attractive and safe.",Awarded,,0,20250410 Horowhenua District Council,20492038,Request for Proposals,Open Competition,Recreational and Aquatic Strategy,,20181204,20190201,20191128,,Sole Agency,No,"Private Bag 4002, Levin 5540","Horowhenua Council is undergoing an exciting period of growth as it becomes more accessible to live and work in the Horowhenua with significant roading projects that will bring it far closer to Wellington. At this exciting time HDC is looking to future-proof its facilities for the anticipated growth which is already happening. This RFP is crucial in enabling Horowhenua District Council to go from Good to Great and develop the area as a destination for residents and visitors. Council is as a result looking for an innovative, well-qualified consultant to assist it in meeting its aspirations for the community. The work will require the successful proponent to carry out a feasibility study and develop an Aquatic / Recreational Strategy on behalf of Horowhenua District Council. It is intended that the feasibility study will inform HDCs future strategy and investment decisions regarding the long term growth of its aquatic and recreation facilities within the District. This will be achieved through the study by: Analysing population growth and demographic projections over the next 20 years, together with the opportunities that this growth presents. Community wide engagement to understand the needs of our community now and in the future (and what the community doesnt need). Consideration of current and future trends in aquatic and recreation facility participation. Understanding what is available in our neighbouring districts, and in districts of comparable size to Horowhenua. Identifying gaps, duplications and redundant facilities Investigating a range of ownership and delivery methods including opportunities for partnership and shared facility models For the purpose of this study, recreational facilities include aquatics facilities, plus connected complimentary recreational offerings such as multi-purpose courts and sports fields; health, rehabilitation and fitness facilities (such as gyms); fitness classes; and spa / sauna facilities. A community recreation hub approach is likely to also include bookable community spaces; leased space for recreational organisations; and, a caf with attached community meeting areas.",Not Awarded,Contract Awaded to Visitor Soultions,0,20250410 Horowhenua District Council,23555189,Request for Tenders,Open Competition,901.2020.2 The Roslyn Road and Coley Pond Works,,20201103,20201204,20210610,,Sole Agency,No,"126 Oxford Street, Levin 5510 Private Bag 4002, Levin 5540","The scope of the work is fully described in the Principals Project Requirements in Section B.2, and includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT): Construction of a new stormwater detention pond (the Coley Pond) at the corner of Roslyn Road and Fairfield Road. Note that the detention pond does not currently have resource consent, and is included herein as a Provisional Item and Separable Portion with expected construction commencing in the spring of 2021. HDC reserves the right to remove this component from the contract subject to receiving resource consent and the suitability of the resource consent conditions. Installation of approximately 300 metres of 1600 mm nominal diameter concrete storm pipe along Roslyn Road draining to Coley Pond. Installation of approximately 280 metres of 250 mm nominal diameter wastewater gravity main along Roslyn Road, installation of approximately 100 metres of 180 mm nominal diameter wastewater rising main, and installation of a new wastewater pump station and valve chamber. Note that the wastewater pipe and pump station works are required to be completed earlier than other contract components (26 March 2021), and are included herein as a Separable Portion. Renewal of approximately 280 metres of Roslyn",Awarded,Awarded to Higgins 22 December 2020.,2678910,20250410 Horowhenua District Council,24207215,Request for Proposals,Open Competition,Tara-Ika Infrastructure,,20210420,20210611,20210716,,All of Government,No,,"Request for Proposals - Engineering and Advisory services for Taraika bulk infrastructure Taraika is an identified Growth Area in Horowhenua. The work is for Council-owned bulk civil infrastructure assets in 3-waters, transport and key Council-managed community infrastructure (reserves, parks and sporting fields). The infrastructure head works will enable the construction of >2,500 new dwellings. Horowhenua District Council requires design, MSQA (Management, Surveillance and Quality Assurance) and land development expertise to deliver the work.",Awarded,,0,20250410 Horowhenua District Council,24258001,Request for Proposals,Open Competition,Levin Landfill Operations and Waste Disposal,901/2021/3/1 A and B,20210503,20210623,20230116,Information Services,Sole Agency,No,,"Horowhenua District Council (Council/HDC) now seeks Proposals for waste disposal services. Such services include disposal of its domestic waste, general waste, and dewatered sludge from the wastewater and water supply treatment plants and includes the provision of a weighbridge service and a transfer station to enable public drop off of general waste, greenwaste and recyclables in or within 5km of Levin. HDC now seeks proposals in respect of each of the following scenarios: 1. Scenario 1: Operation of Landfill followed by disposal of Council Controlled Waste to other landfill or facility: 1A: Operation of the Levin Landfill from the Services Commencement Date until its closure no later than 31 December 2025 followed by disposal of Council Controlled Waste at another landfill or waste disposal facility until 30 May 2042. 1B: Operation of the Levin Landfill from the Services Commencement Date until its closure no later than 24 May 2037 Consent Expiry Date or earlier if consented capacity is reached followed by disposal of Council Controlled Waste at another landfill or waste disposal facility until 30 May 2042. 1C: Operation of the Levin Landfill from the Services Commencement Date until an alternative closure date between 31 December 2025 and 24 May 2037 Nominated Alternative Closure Date followed by disposal of Council Controlled Waste at another landfill or waste disposal facility until 30 May 2042. 2. Scenario 2: Disposal of Council Controlled Waste to other landfill or facility: Disposal of Council Controlled Waste at another landfill or waste disposal facility nominated by the respondent from the Services Commencement Date until 30 May 2042 with no operation at Levin Landfill. Scenarios 1A, 1B, 1C and 2 represent a range of options and additional proposals on alterative scenarios within this range are invited.",Not Awarded,,0,20250410 Horowhenua District Council,24370330,Request for Tenders,Open Competition,Construction of Stage 1B of the Levin Landfill,901/2020/5/1,20210531,20210618,20211008,Information Services,All of Government,No,,The Levin Landfill is an operational landfill that serves Horowhenua District Council and other local councils. The landfill has resource consents that expire in 2037 but the remaining capacity of the landfill is limited by the extent of constructed landfill liner. Council has identified the works of this Contract to be completed by 23 September 2021. The works are for extending the current landfill footprint to ensure that waste disposal operations can continue.,Awarded,,613985,20250410 Horowhenua District Council,24725827,Request for Tenders,Open Competition,Tara-Ika Infrastructure Construction of the Cambridge-Tararua Wastewater Main,903/2021/13/1,20210825,20210930,20211007,Information Services,All of Government,No,,"The scope of the work is described in the Principals Project Requirements in Section B.2, and includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT): ? Installation of approximately 2,400 metres of PVC wastewater gravity main from near the intersection of Cambridge Street and Bush Street, along Cambridge Street and Tararua Road, terminating immediately west of State Highway 57, including reconnection of services. Wastewater pipe nominal diameter ranges from 300 mm to 450 mm. ? Installation of approximately 525 metres of 200 mm nominal diameter PVC water main, including abandonment of existing AC water main, dismantling of existing valves and hydrants, and reconnection of services to new water main. ? Reinstatement of carriageway, kerb & channel, and grassed berm as applicable.",Awarded,,0,20250410 Horowhenua District Council,24847273,Request for Proposals,Open Competition,Playford Park Amenity Block,,20210922,20211020,20211109,,Sole Agency,No,,"Horowhenua District Council requires the construction of an additional amenity block at Playford Park consisting of a public toilet facility as well as changing rooms for sports events, and is looking to procure a suitable contractor for the design and construction of the new amenity block.",Awarded,,0,20250410 Horowhenua District Council,24850514,Request for Proposals,Open Competition,Floodlight systems at Donnelly Park Netball courts and Shannon Domain,,20210922,20211026,20220603,,Sole Agency,No,,"This procurement relates to the provision of two new LED Sports flood light systems. Horowhenua District Council requires the construction of two new LED Sport Flood light systems to illuminate three netball courts at Donnelly Park in Levin and the rugby field at Shannon Domain.",Not Awarded,Tender awarded 18 November 2021 to Paul Pearce Electrical Ltd.,0,20250410 Horowhenua District Council,24852208,Request for Proposals,Open Competition,Waitarere Beach Surf Club - Request for Proposals,903/2021/16/1,20210922,20211029,20211122,,Sole Agency,No,,Horowhenua District Council wants to partner with a Contractor for the design and build of the new Waitarere Beach Surf Club.,Awarded,,0,20250410 Horowhenua District Council,25033752,Request for Proposals,Open Competition,"Upgrade Hank Edwards Reserve Toilet Facility, Waikawa Beach",903/2021/21/1,20211101,20211203,20211214,,Sole Agency,No,,"The upgrading of the Public Toilet Facility, Hank Edwards Reserve, Waikawa Beach - Demolition of the male toilet building and replacing with a sheltered BBQ and seating area. - Upgrade the Female toilet building to two unisex toilets with separate changing and storage rooms. - Construct a Bus waiting area. - Construct two outdoor showers. - Contract NZS 3910-2013",Awarded,,0,20250410 Horowhenua District Council,25923496,Request for Tenders,Closed Competition,Cambridge Street North Wastewater Reticulation Renewal,901.2022.13.1,20220610,20220706,20220829,,Sole Agency,No,,"The objective of this project is to construct a wastewater trunk main to renew an existing wastewater main that is at its end of useful life with a larger main. Refer to contract scope of works for further detail.",Not Awarded,,0,20250410 Horowhenua District Council,26199623,Request for Tenders,Open Competition,Water Reticulation Pipe Renewal For Liverpool Street and Mangahao Road,901/2022/15/1,20220819,20220922,20221110,,Sole Agency,No,,"The scope of the work is described in the Principals Project Requirements in Section B.2, and includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT) The objective of this project is to renew existing water mains that are at their end of useful life with larger pipes. The work includes the following: - Contractor to pothole (using Hydrovac) to locate services and verify the proposed pipe alignment, material and trenching methods. Any changes to the designs to be agreed with client prior to commencing pipe laying. - Construction of approximately 625 metres of PE water gravity main along Liverpool Street. This includes the reconnection of services. Pipe nominal diameter are 90 mm to 180 mm. ? Alternative tenders will be considered for alternative pipe material and trenching methods. - Construction of approximately 1,215 metres of PE water gravity main along Mangahao Road. The pipe nominal diameter is 250 mm. ? Alternative tenders will be considered for alternative trenching methods.",Awarded,,0,20250410 Horowhenua District Council,26831038,Request for Proposals,Closed Competition,"901.2023.1.1 - Water Reticulation Renewal - Kings Drive, Levin",901.2023.1.1,20230120,20230217,20230228,Community Infrastructure,Sole Agency,No,,"The scope of the work is described in the Principals Project Requirements in Section B.2, and includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT): Completion of the design for approximately 630m of DN475mm and 10m of DN225mm PVC wastewater gravity main from Tiro Tiro Road to Weraroa Road, along Kings Drive. Construction of the above wastewater gravity main along with the installation of new connections from the adjacent residential properties to the new gravity main, and connection to wastewater network. Reinstatement of roads by Asphalt concrete as per HDC standards (includes reinstatement of all roads pavement layers, surfacing and road markings). Reinstatement of concrete footpaths, driveways, kerbs, and channel. Reinstatement of unpaved areas which includes provision of 100mm topsoil mixed with fertiliser and planting weed free grass. Full details for this Tender are within the Tender documentation.",Awarded,,0,20250410 Horowhenua District Council,27145633,Request for Proposals,Open Competition,Emergency Management Services,901/2023/5/1,20230327,20230424,20230701,Community Experience and Services,Sole Agency,No,,This Request for Proposals is an invitation to submit a proposal for the delivery of Emergency Management Services to Horowhenua District Council via a contract opportunity.,Awarded,,0,20250410 Horowhenua District Council,28168900,Request for Tenders,Closed Competition,"Request for Tender - Road Maintenance, Renewals and Improvements Contract - 901/2023/8/1",901/2023/8/1,20230925,20231207,20240701,Community Infrastructure,Sole Agency,No,,"HDC requires a contractor to act as a partner to provide services of Road Maintenance in the Horowhenua District, from 1 July 2024, for a potential maximum 8-year contract term. The contract will be use NZS3917:2013 Conditions of Contract, the majority of contract items will be paid using measure and value.",Awarded,,0,20250410 Horowhenua District Council,28604030,Request for Proposals,Closed Competition,Levin Domain & Salisbury St Stormwater Upgrade/Renewal,MyPal-2023-51,20231212,20240209,20240501,Community Infrastructure,Sole Agency,No,,Please note the office will be closed from Friday 22nd December 2023 until Monday the 8th January 2024 so there will be no response within this time period.,Awarded,,0,20250410 Horowhenua District Council,29766246,Request for Proposals,Open Competition,Trade Services Panel,MyPal-2024-110,20240712,20240823,20240826,Community Experience and Services,Sole Agency,No,,"Visit https://www.horowhenua.govt.nz/Services/Business-Services/Trade-Services-Panel for more information about this RFP including the submission of proposals process. Context a. This RFP signifies an opportunity for Horowhenua District Council to engage with local partners committed to delivering exceptional quality work on behalf of Horowhenua District Council. b. We are inviting contractors to submit a Proposal to join our Trade Services Panel. This Panel will play a crucial role in supporting Horowhenua District Councils Parks and Property Team in maintaining our facilities to a consistently high standard. c. Horowhenua District Council recognise the importance of exploring avenues for cost efficiencies and operational savings to ensure that our rate payers are getting the best possible value for money. This necessitates a diligent approach to market testing, ensuring that we secure the best value and optimal outcomes for our community. By fostering partnerships with local businesses, our aim extends beyond service provision; we aspire to empower business to contribute to broader community objectives, such as boosting local employment and supporting small businesses. d. Through this process, Horowhenua District Council also aims to include a Common Use Provision clause for our strategic partners when conducting work on behalf of Horowhenua District Council. What is a Trade Services Panel? a. A Trade Services Panel is essentially a supplier directory that we rely on for addressing both urgent and non-urgent repairs and maintenance tasks as they arise. Contractors on this panel must be capable of promptly responding to Council requests on short notice. The panel consists of multiple companies specialising in various trades, each with designated call-out rates and response times, enabling us to efficiently prioritise and manage urgent and non-urgent ad hoc job requests. b. HDC are not, through this panel process, contracting full time contractors or promising a minimum workload for those successful to be on the panel. c. The panel is intended to comprise of, up to five, providers of each of the following trades: Builders Plumbers and Gasfitters Electricians Glaziers Painters and Decorators Sign Writers Flooring General Engineering Roofers Concreting",Not Awarded,,0,20250410 Horowhenua District Council,30646459,Request for Proposals,Open Competition,Te Awahou Nieuwe Stroom Roof Replacement,MyPAL-2024-137,20241115,20241210,20250127,Community Experience and Services,Sole Agency,No,,,Not Awarded,,0,20250410 Horowhenua District Council,30843745,Request for Quotations,Open Competition,POT Irrigation upgrade (Strategic upgrade at the POT) Schedule 4 C,MyPal-2024-157,20241218,20250131,20250227,Community Infrastructure,Sole Agency,No,,"This RFQ is an invitation to submit a Quote for the delivery of upgrading the irrigation infrastructure at the Levin Wastewater Discharge site, locally known as the POT. See the appendix for the design and the schedule of quantities required to execute the works. We are seeking quotes that offer the best value.",Awarded,,0,20250410 Human Rights Commission,22031850,Request for Proposals,Open Competition,Qualitative research on the drivers of migrant New Zealanders experiences of discrimination,,20191205,20200130,20200713,,Sole Agency,No,"Level 7, 41 Shortland St Auckland CBD 1010","The Human Rights Commission (HRC, or the Commission) is seeking a supplier to carry out qualitative research on the drivers of migrants experience of discrimination. HRC is seeking a research provider to help design the research approach, recruit participants, conduct the fieldwork and analyses, and report on the findings. The research will be used by agencies across government and non-government to help to inform potential targeted interventions addressing discrimination.",Awarded,,0,20250410 Hurunui District Council,23385795,Request for Tenders,Open Competition,HDC 20/05 - Bridge Renewals and Greyburn Bridge Replacement 2020/21,,20201002,20201030,20210215,,Sole Agency,No,,Tenders are invited for the contract for the replacement of Greyburn bridge and to undertake repairs to bridges located within the Hurunui District.,Not Awarded,,0,20250410 Hurunui District Council,23681371,Request for Tenders,Open Competition,Contract 20/08 Amberley Eastern Wastewater Renewal,,20201125,20201216,20201216,,All of Government,No,66 Carters Road Amberley,"The project is located in Amberley, North Canterbury. The proposed wastewater renewal installation runs across private land starting in paddocks next to Teviotview Place then running across to Hursley Terrace. The proposed pipeline consists of approximately 2422 metres of DN375 unplasticised polyvinyl chloride (uPVC) wastewater main. The project also consists of wastewater manholes and its associated connections. The Contractor is to supply and install all pipes, manholes, fittings and connections. The proposed wastewater alignment will run approximately parallel with the existing DN225 Reinforced Concrete wastewater main; caution will be required in order to maintain separation from this live gravity pipe, and also any associated fittings and structures. These existing pipes will also need to remain live during construction to maintain services to local residential and commercial properties, and shall be abandoned concurrently with the connection of the new mains to the existing network.",Not Awarded,"Ongrade Construction won this contract $628,255.42",0,20250410 Hurunui District Council,23782438,Request for Tenders,Open Competition,Contract 20-07 Markham Street to Douglas Road watermain,,20201216,20210201,20210930,,Sole Agency,No,,"The project is located in Amberley, North Canterbury. The proposed waterman runs from the intersection of SH1 along Markham Street, then down Douglas Road back onto SH1. The proposed pipeline consists of approximately 750 metres of DN180 PE 100 PN12.5 and 1200m of DN63 PE80 PN12.5 ridermain, 575m of the DN63 will be in a common trench with the DN180. The project also consists of sluice valves, fire hydrants and gate valves. The Contractor is to supply and install all valves, fittings and to perform all pipe welding. Hurunui District Council will supply the DN180 PE100 pipe, but the contractor has to liaise with the pipe supplier for the timing of the pipe deliveries.",Not Awarded,Awarded to Ongrade Construction,0,20250410 Hurunui District Council,23931744,Request for Tenders,Open Competition,Contract 20/10 Amberley WWTP De-Sludging Project,,20210203,20210309,20210330,,Sole Agency,No,,"Hurunui District Council operates the pond-based wastewater treatment plant of Amberley. This Contract is for the desludging of Ponds 1 and 2 and the disposal of the sludge in geotextile bags to be located on site in a lined containment bund, connected to a filtrate return pumping station and/or gravity return line.",Awarded,,466147,20250410 Hurunui District Council,23976026,Request for Tenders,Open Competition,HDC 20/14 Amberley Aquatics,,20210215,20210312,20210524,,Sole Agency,No,Tenders to be submitted electronically to bryan@createltd.co.nz,"The existing Amberley Pool complex requires seismic strengthening, which has elements that have reached end of life serviceability and which is currently not complying to the New Zealand Building Code and pool water standards. The project consists of refurbishing the existing amenity to comply with current Building Code and Standards, together with providing for current and future needs of the local community to enhance active community involvement and participation in water-based actives. The proposed refurbishment of the existing Amberley Pool consists of the following: Replace roof and wall cladding and aluminium joinery which are at end of life Lift roof of pool hall to allow for adequate head room in new adjoining change rooms and amenities. New concrete pool floor to Lap Pool New concrete surrounds to pools over existing slab in pool hall to comply with accessibility requirements of NZBC and to eliminate trip hazards. New Change facilities & Amenities to comply with NZBC Provision of a Pool Pod for accessibility Demolition of existing Change Rooms walls and roof floor retained. New entry to pool hall, including ramp as required to comply with accessibility requirements Office, store, ticketing Demolition of existing outdoor pool New Plant Room for Pool Water Services to be located at the front to the south-east corner, opposite to tennis courts Carparking & access Fire Safety and Emergency Lighting Ventilation air extract only to Pool Hall This RFT is the first step in a multi-step procurement process. Following evaluation, a Preferred Contractor will be invited to enter into an Early Contractor Involvement (ECI) contract which will lead on to a construction contract under NZS3910:2013 provided the conditions and requirements of the ECI contract are met. This RFT deals with the ECI contract only.",Awarded,,0,20250410 Hurunui District Council,23995436,Request for Tenders,Open Competition,HDC 20-15 Chalet Crescent Watermain Upgrade,,20210218,20210326,20210330,,Sole Agency,No,,"The project is located in Hanmer Springs, North Canterbury. The proposed new watermain will run from Conical Hill Road Intersection, and along Chalet Crescent as far as 85 Chalet Crescent, Hanmer, North Canterbury Stage 1 of the main contract of works: ? The works involved in the construction of a proposed pipeline consists of approximately 600 metres of DN180 PE 100 PN12.5 watermain and approximately 580m of DN63 PE80B PN12.5 Rider-main, in a common trench with the DN180. ? Complete the road crossing at the junction with Conical Hill Rd. ? An additional 350mtrs of DN63 PE80B PN12.5 watermain to run in the footpath as per the tender drawings (Appendix B) ? The project will also consist of valves, fire hydrants, gate valves, connections to the DN180 and connections to all laterals in conjunction with the new mains. ? The Contractor is to supply and install all valves, fittings and to perform all pipe welding. ? Hurunui District Council will supply the DN180 PE100 PN12.5, but the contractor will have to arrange for collection and transport of the pipe from our HDC Hanmer Utility Shed on Jacks Pass Rd. ? The Contractor will also be responsible for all health, safety, and environmental aspects of the project. The Contractor will also be responsible for the reinstatement of all surfaces. Separable Portion Stage 2 The Separable Portion is solely dependent on the available budget and is to be awarded at the Engineers discretion. The works consists of the following. ? Continuation of the approx. 167 meters of DN180 PE 100 PN12.5 and approximately 167 meters of DN63 PE80B PN12.5 Rider-main, in a common trench with the DN180 to complete the Loop at Chalet crescent. ? Complete the road crossing at the junction with Acheron Hills drive. ? Continuation of DN63 PE80B PN12.5 watermain in the footpath to the valve tie in point at Acheron Hills drive. ? The project will also consist of valves, fire hydrants, gate valves, connections to the DN180 and connections to all laterals in conjunction with the new mains. ? The Contractor is to supply and install all valves, fittings and to perform all pipe welding. ? Hurunui District Council will supply the DN180 PE100 PN12.5, but the contractor will have to arrange for collection and transport of the pipe from our HDC Hanmer Utility Shed on Jacks Pass Rd. ? The Contractor will also be responsible for all health, safety, and environmental aspects of the project. The Contractor will also be responsible for the reinstatement",Awarded,,413475,20250410 Hurunui District Council,24062841,Request for Tenders,Open Competition,HDC 20/13 Waiau Township Watermain Replacement,,20210308,20210413,20210419,,Sole Agency,No,,"The project in located in Waiau, North Canterbury. The proposed watermain runs from the intersection of Fernihurst and Mendip Street along Tekoa, Balmoral and Parnassus Streets, through to Lyndon Street. The proposed works consist of installation of approximately 1,000m of DN180 PE100 PN12.5 and approximately 1,300m of DN63 PE80 PN12.5 rider-main, 800m of the DN63 will be in a common trench with the DN180. The project will also consist of sluice valves, fire hydrants and gate valves. The Contractor is to supply and install all valves, fittings and to perform all pipe welding. Hurunui District Council will supply the DN180 PE100 pipe, but the contractor has to liaise with the pipe supplier for the timing of the pipe deliveries. The Contractor will also be responsible for all health, safety, and environmental aspects of the project. The Contractor will be responsible for the reinstatement of all surfaces.",Awarded,,0,20250410 Hurunui District Council,24598003,Request for Tenders,Open Competition,Contract 21-01 Wastewater Pipeline Upgrade - Cheviot and Hanmer Springs,,20210726,20210824,20210828,,Sole Agency,No,66 Carters Road Amberley,"The projects are in Cheviot and Hanmer Springs, North Canterbury. The proposed Cheviot wastewater renewal installation runs across private land, starting in paddocks next to Reeves Street then follows Fergus Street (Paper Road) finishing at Seddon Street. The proposed Hanmer Springs wastewater renewal runs down SH7A then into the Hanmer Springs wastewater treatment ponds. This contract will run as separable portions for the two projects, the Cheviot project needs to be delivered first. The proposed Cheviot pipeline consists of approximately 420 metres of DN225 unplasticised polyvinyl chloride (uPVC) wastewater main and 230m of DN900 concrete storage pipe. The proposed Hanmer Springs pipeline consists of approximately 86 metres of DN475 unplasticised polyvinyl chloride (uPVC) and DN1200 concrete storage pipes. Both projects consist of wastewater manholes and its associated connections. The Contractor is to supply and install all pipes, manholes, fittings, and connections. Also, the proposed wastewater alignments run approximately parallel with parts of the existing wastewater main; caution will be required to maintain separation from this live gravity pipe, and also any associated fittings and structures. These existing pipes will also need to remain live during construction to maintain services to local residential and commercial properties and shall be abandoned concurrently with the connection of the new mains to the existing network.",Awarded,,755019,20250410 Hurunui District Council,24654245,Request for Tenders,Open Competition,Contract 20/18 Amberley West Watermain Renewals,,20210809,20210902,20210928,,All of Government,No,66 Carters Road Amberley,"The project is located in Amberley, North Canterbury. The proposed waterman runs through suburban streets on the western side of SH1. The proposed pipeline consists of approximately 1150 metres of DN180 PE 100 PN12.5 and 1800m of DN63 PE80 PN12.5 ridermain. The project also consists of sluice valves, fire hydrants and gate valves. The Contractor is to supply and install all valves, fittings and to perform all pipe welding. Hurunui District Council will supply the DN180 PE100 pipe, but the contractor must liaise with the pipe supplier for the timing of the pipe deliveries.",Awarded,,514124,20250410 Hurunui District Council,24678052,Request for Proposals,Open Competition,HDC 21/02 Amberley WWTP upgrade & Consent renewal,HDC 21/02,20210813,20210910,20210913,,Sole Agency,No,,The Hurunui District Council seeks an offer for professional services for the upgrade of Councils wastewater treatment system in Amberley and the renewal of the associated discharge consent which Council currently holds through Environment Canterbury.,Awarded,,381270,20250410 Hurunui District Council,24966487,Request for Proposals,Open Competition,HDC 21/03 Hurunui District Council Road Maintenance and Renewals Contract 2021-2026,,20211014,20211217,20220408,,Sole Agency,No,,"We are looking for tender submissions from suitably qualified and experienced Contractor/s with the capability and resources to partner with Hurunui District Council (HDC) delivering our road maintenance and renewal programme for the next 5-9 years. The Scope of Works adopts a fence-to-fence approach involving most of the asset maintenance functions and some asset renewals.",Awarded,,0,20250410 Hurunui District Council,25026154,Request for Tenders,Open Competition,HDC 21/05 Cemetery Sexton Duties 2022 - 2025,,20211029,20211203,20220404,,Sole Agency,No,,"The contract is for the cemetery sexton duties which includes preparing burial plots, closing in and plot maintenance across the Hurunui districts cemeteries which are located in Balcairn, Glenmark, Waiau, Waikari, Culverden, Rotherham, Cheviot, Horsely Downs, Hanmer Springs.",Not Awarded,,0,20250410 Hurunui District Council,25059832,Request for Proposals,Open Competition,HDC 201-07 District Spraying Contract,HDC 21-07,20211105,20211210,20220119,,Sole Agency,No,,,Awarded,,0,20250410 Hurunui District Council,25120672,Request for Tenders,Open Competition,Contract 21/08 SH7a Watermain and Ensors Footpath,,20211118,20211217,20221014,,Sole Agency,No,Hurunui District Council 66 Carters Road Amberley,"The project is located in Hanmer Springs, North Canterbury. The proposed watermain runs from Argelins Road intersection through to 148 Hanmer Springs Road, SH7A. The proposed footpath runs from Argelins Road intersection through to 168 Hanmer Springs Road, SH7A to meet existing concrete footpath. The contract will operate as separable portions for the two projects, both being delivered concurrently. The proposed watermain works consist of installation of approximately 350 metres of DN180 PE 100 PN12.5 and DN63 PE80 PN12.5 rider-main which will be in a common trench with the DN180. The project will also consist of valves, fire hydrants, gate valves, and the connection of all laterals in conjunction with the new mains. The existing watermain and laterals will be required to remain live during construction to maintain services to local residential properties and shall be abandoned with the connection of the new mains to the existing network. The proposed footpath works consist of ground preparation, installation rehabilitation of approximately 45 metres of lime chip footpath and 470 metres of concrete footpath. This will include wooden batten and concrete edging, respectively, including driveway crossings. The Contractor is to supply and install all valves, fittings and to perform all pipe welding. Hurunui District Council will supply the DN180 PE100 PN12.5, but they shall liaise with the pipe supplier for the timing of the pipe deliveries. The Contractor will also be responsible for all health, safety and environmental aspects of the project. The Contractor will be responsible for the reinstatement of all surfaces.",Not Awarded,,0,20250410 Hurunui District Council,25133340,Request for Tenders,Open Competition,HDC 21/04 Bridge and Culvert Renewals 2022,,20211122,20211217,20220125,,Sole Agency,No,,"Tenders are invited for the contract to undertake repairs to bridges located within the Hurunui District. The works generally involves: Establishment and all temporary traffic management Temporary waterway diversion and site dewatering Earthworks and placement of rock Concrete invert construction and repair Steel cross-bracing installation Miscellaneous associated works such as services relocation, debris removal, and reinstatement works",Awarded,,0,20250410 Hurunui District Council,25392017,Request for Proposals,Open Competition,"HDC 21/10 RFP Hurunui No1 & Kaiwara Intake upgrades, Stage 1 design",HDC 21/10,20220209,20220318,20220330,,All of Government,No,"66 Carters Road,",Hurunui District Council is looking to undertake a staged process for the upgrade two intake treatment plants to meet the Drinking Water Standards for New Zealand 202X with operational support post commissioning of the new plants.,Awarded,,20700,20250410 Hurunui District Council,26153405,Request for Tenders,Open Competition,Cheviot Wastewater Renewals Stage 2,22-005,20220810,20220902,20220914,,All of Government,No,,"This Contract is for the Installation/Replacement of a Sewer main in the township of Cheviot. The main tasks involved in this Contract are: - Construction of 530m of a new DN225 uPVC SN16 waste water main - Construction of 147m of a new DN150 uPVC SN16 waste water main - Construction of new waste water manholes. - Decommissioning of the existing waste water pipeline & manholes",Awarded,,0,20250410 Hurunui District Council,26250936,Request for Tenders,Open Competition,Contract 22-013 The Peaks Road watermain DN315,,20220831,20220912,20220913,,Sole Agency,No,66 Carters Road,"The project is located on The Peaks Road, The Peaks. The proposed watermain upgrade runs along The Peaks Road from Bishells Road through to Powers Road. The proposed works consist of installation of approximately 5080m of PE DN315 PN12. HDC will supply the DN315 PE100 PN12 which the contractor will organise all deliveries, the Contractor is to weld, install all the pipe, and make good to all surfaces.",Awarded,,369121,20250410 Hurunui District Council,26259103,Request for Tenders,Open Competition,Contract 22-014 Powers Road watermain DN250,,20220901,20220919,20220930,,Sole Agency,No,"255a Loburn Kowai Road, RD2","The project is located on Powers Road, The Peaks. The proposed watermain upgrade runs along Powers Road then along Lake Sumner Road. The proposed works consist of installation of approximately 6600m of PE DN315 PN12. There are two bridge crossings but the works for these will be completed by others, this contract is only to connect to the existing crossings. HDC will supply the DN250 PE100 PN12 which the contractor will organise all deliveries, the Contractor is to weld, install all the pipe, and make good to all surfaces.",Not Awarded,"Awarded to Mainline contracting for $442,401.00",0,20250410 Hurunui District Council,26355956,Request for Tenders,Open Competition,Contract 22-015 Medbury Road Watermain,,20220919,20221005,20221013,,Sole Agency,No,66 Carters Road,"The project is located on Medbury Road, Hawarden. The proposed watermain upgrades runs along Dench Road and Medbury Road, from Bakers Road to Horsley Down Road. The proposed works consist of installation of approximately 4800 m of DN250 PE100 PN12.5, and approximately 1300 m of DN90 PE100 PN12.5 sub-main. The project will also consist of valves, fire hydrants, and the connection of property laterals in conjunction with the new mains. The existing watermain and sub-main will be required to remain live during construction to maintain services to local residential properties until the connection of new watermain to the existing network. The Contractor is to supply and install all valves, fittings and to perform all pipe welding. Hurunui District Council will supply the DN250 PE100 PN12.5, of which the Contractor will organise all deliveries.",Awarded,,0,20250410 Hurunui District Council,26610042,Request for Tenders,Open Competition,Contract 22/017 Bridge and Culvert Renewals 2023,,20221110,20221208,20230130,,Sole Agency,No,,"Tenders are invited for the contract to undertake repairs to bridges located within the Hurunui District. The works involves: Establishment and all temporary traffic management Temporary waterway diversion and site dewatering Installation of running planks and rip and remake of approaches Deck joint repairs Concrete repairs Earthworks and placement of rock Concrete invert construction and repair Miscellaneous associated works such as repair of pavement longitudinal cracking, drainage dropper extensions, debris/vegetation removal, bed regrading, and reinstatement works All other work indicated, described or implied on any of the Drawings, in the General or Special Conditions of Contract or in the Specification",Awarded,,0,20250410 Hurunui District Council,26623876,Request for Tenders,Open Competition,22-007 Kowai to Amberley watermain Renewal,22-007,20221114,20221208,20221212,,All of Government,No,"66 Carters Road, Amberley","The Project is located in Amberley, North Canterbury. The proposed contract is for the replacement watermain from the headworks at 30 Kowai River Rd south of the township to SH1 Carters Rd, Junction of Banks Street Amberley. The pipeline consists of approximately 1120 metres of DN250 PE100 PN16, approximately 3200 meters of DN250 PE100 PN12.5 and approximately 850m of DN63 PE80 PN12, of which 635m will be in a common trench with the DN250. Note: Updated Tender Drawings will be Addendum later this week.",Awarded,,1119760,20250410 Hurunui District Council,26649262,Request for Proposals,Open Competition,Contract 22/018 South District After Hours Compliance Services 2022-2025,22/018,20221118,20221216,20230201,,Sole Agency,No,,"This RFP is issued by Hurunui District Council, referred to below as the Buyer or we or us. This RFP is an invitation to suitably qualified suppliers to submit a proposal to the Hurunui District Council (also referred to in this RFP as the Principal or HDC) to undertake the After-Hours Compliance services for the South of the Hurunui District, as per the map on Appendix C. The contract is expected to commence on 1st May 2023 for an initial term of 3 years. The Principal may choose to extend the contract in two one-year increments, with agreement from the Contractor.",Awarded,,0,20250410 Hurunui District Council,26649347,Request for Proposals,Open Competition,Contract 22/019 Northwest District After Hours Compliance Services 2022-2025,22/019,20221118,20221216,20230202,,Sole Agency,No,,"This RFP is an invitation to suitably qualified suppliers to submit a proposal to the Hurunui District Council (also referred to in this RFP as the Principal or HDC) to undertake the After-Hours Compliance service requirements for the North-west of the Hurunui District, As per the map on Appendix C. The contract is expected to commence on 01 May 2023 for an initial term of 3 years. The Principal may choose to extend the contract in two one-year increments, with agreement from the Contractor.",Awarded,,0,20250410 Hurunui District Council,26649398,Request for Proposals,Open Competition,Contract 22/020 Northeast District After Hours Compliance Services 2022-2025,22/020,20221118,20221216,20230216,,Sole Agency,No,,"This RFP is an invitation to suitably qualified suppliers to submit a proposal to the Hurunui District Council (also referred to in this RFP as the Principal or HDC) to undertake the After-Hours Compliance services for the Northeast of the Hurunui District, as per the map on Appendix C. The contract is expected to commence on 1st May 2023 for an initial term of 3 years. The Principal may choose to extend the contract in two one-year increments, with agreement from the Contractor.",Not Awarded,,0,20250410 Hurunui District Council,26655449,Request for Tenders,Open Competition,Contract 22-016 Culverden Watermain Renewal,22-016,20221121,20221215,20221216,,Sole Agency,No,,"The project is located in Culverden, North Canterbury. The proposed contract is for the replacement of watermain from SH7 Mountainview Road junction at St Leonards Street to south of the Culverden township boundary. The pipeline consists of approximately 720 metres of DN180 PE100 PN12.5, and approximately 520 metres of DN63 PE100 PN12.5, of which 450 metres will be in a common trench with the DN180.",Not Awarded,"Awarded to Subsurface Civil & Drilling Limited for $424,260.13",0,20250410 Hurunui District Council,27942523,Request for Tenders,Open Competition,HDC23-008 Public Toilets Cleaning Services 2024-2027,HDC23-008,20230823,20231004,20231101,,Sole Agency,No,,"This Contract is to provide cleaning services to our districts public toilets throughout the Hurunui District. The scope of the contract is to provide labour, plant, equipment, and all materials including but not limited to cleaning products, toilet paper, hand towels and soap. The contractor shall undertake the emptying of septic tanks as indicated in the schedule of prices.",Awarded,,0,20250410 Hurunui District Council,27947536,Request for Tenders,Open Competition,HDC23-005 District Townships Mowing and Spraying Contract,HDC23-005,20230823,20231009,20231101,,Sole Agency,No,,"This Contract is for maintaining townships greenspaces to give a tidy and consistent appearance throughout the Hurunui District. The work includes routine mowing, trimming and spraying services in the District townships which include Amberley, Amberley Beach, Cheviot, Culverden, Gore Bay, Greta Valley, Hanmer Springs, Hawarden, Leithfifeld, Leithfield Beach, Motunau Beach, Rotherham, Waikari, Waipara and Waiau.",Awarded,,0,20250410 Hurunui District Council,30633978,Request for Tenders,Open Competition,Hurunui No1 Pipeline Replacement,HDC24-026,20241114,20241212,20241216,,Sole Agency,No,,"The proposed contract is for the installation of a new pumping main to replace the existing aging pipeline, starting from the newly installed pipeline on the first terrace above the intake Reservoir at 1324 Greta Road, the pipeline will run west towards the farm entry gate on state highway, then to the top of the hill to connect to the first Reservoir, continue along the peak to the finish at the second reservoir. The pipeline will consist of approximately 650 meters of DN225 PE100 PN25 running from the recently connected main on the first terrace and run towards the farm entrance, install a PN25 Sluice valve, Tee and drain/flushing point, continue west by installing small section of pipe through the recently installed sleeve crossing under the highway then uphill approximately 376 meters of DN225 PE100 PN20. At the midpoint on the Hill change to DN225 PE100 PN12.5 then continue towards the 1st existing Reservoir approx. 280m and connect via the inlet pipework. Continue the pipeline west towards the 2nd Reservoir approximately 1190 meters of DN225 PE100 PN12.5 pipe where the final connection can be made. The Hurunui District Council will supply the required DN225 PE100 PN25, the DN225 PE100 PN20 & the DN225 PE100 PN12.5, but the contractor must liaise with the pipe supplier for the timing of the pipe deliveries. The Contractor is to supply and install all valves, fittings, connections and to perform all required pipe welding Inc. any required welding test certs.",Awarded,,191454,20250410 Hurunui District Council,30779744,Request for Tenders,Open Competition,Eastern Reserve Sports Field Development,HDC 24/024,20241206,20250123,20250130,,Sole Agency,No,,"The Project is located at 2 Fantail Ave, Amberley, North canterbury. The proposed contract is for the development of the Eastern Reserve into an Irrigated Sports Field The main tasks involved in this Contract are: The supply and installation of site wide temporary fencing, plan and implementation of an erosion & sediment plan, to facilitate the spraying off of the existing surface area prior to commencement of earthworks. Earthworks for the removal of the 16,000m2 surface area, Disposal for the removed soils will need to be stockpiled at 89 Newcombes Rd Amberley. Construction of stormwater runoff swales and grated entry sumps, irrigation installs including all fittings and control valves. Including the establishment of turfgrass to the sports field and maintenance.",Awarded,,261747,20250410 Hurunui District Council,31020944,Request for Tenders,Open Competition,HDC 24/026 Amberley Dedicated Pipelines,HDC 24/026,20250205,20250225,20250307,,Sole Agency,No,,"The proposed contract is for the installation of a new main from our water treatment plant on Kowai River Rd, Amberley, to the corner of Amberley beach Rd/Double Corner Rd, Amberley, and for the installation of a dedicated bulk main from a recently installed new bore/Well at Hursley Terrace Road, along the right of way, to then join the above pipeline to the water treatment plant on Kowai River Road, Amberley. The proposed pipeline will consist of approximately 5140 meters of DN250 PE100 PN16 & DN250 PE100 PN12.5, the first section of this pipeline will share the trench with the secondary pipeline running from the treatment plant to Amberley Beach Rd, this pipeline will continue along the right of way through to Hursley Terrace Rd to the Waipara river and complete just short of the new Bore/Well this pipeline will consist of approximately 5325m of DN225 PE100 PN12.5.",Awarded,,649600,20250410 Hutt City Council,11691506,Request for Proposals,Open Competition,RFP for Professional Services Panel,,20150506,20150604,20250305,,Sole Agency,No,"Level 1, Corner of Queens Drive & Laings Road, Hutt City 5010","Urbanplus is a Council Controlled Trading Organisation (CCTO) that manages the property portfolio of Hut City Council (Council). Urbanplus manages the Community Housing portfolio, and Council Building portfolio. It also carries out property development works including: Residential development to enhance its social housing portfolio including new site development and also refurbishment/intensification of existing properties within the portfolio; Commercial development, for example utilising land identified as surplus to Hutt City Council. The aim is to maximise the returns while minimising development risks; and Major refurbishment and planned asset maintenance on existing assets. Urbanplus requires a range of professional services to support them including legal, architectural, quantity surveying, project management, surveying and consenting etc. Through this RFP Urbanplus intends to select providers to assist with this development activity (and some ongoing requirements) and include them on a professional services panel. The purpose of the panel is: To shorten engagement times for development works and professional services. To have agreed rates and/or pricing models in place. To provide certainty over terms and conditions of engagement, and assurance about ongoing service delivery management. To leverage value in the relationships by improving understanding of Urbanpluss needs and to support innovation.",Not Awarded,RFP Closed,0,20250410 Hutt City Council,20671219,Request for Tenders,Open Competition,RiverLink Pre-implementation planning / design services,AD16-4381,20190207,20190307,20190710,,Sole Agency,No,,"Two of the RiverLink Project Partners (Hutt City and Greater Wellington) are seeking tender responses from suppliers to undertake the pre-implementation planning and design to secure notices of requirement and resource consents for RiverLink. The NZ Transport Agency is the third partner in the project and its component is still subject to re-evaluation. Designation and associated consenting needs to be undertaken for the following components of the project: Upgrading flood protection from Kennedy-Good Bridge to Ewen Bridge. Including widening of river channel, raising the height of stop-banks, improving floodway capacity at Melling bridge (GWRC) and enhancing riverside environment. Linking the city centre to the river by way of a promenade on the new stop-bank and a river park. Making improvements that improve access to Hutt City Centre including: - new walking and cycling bridge connecting with the city centre to the north-western side of the river close to the potential future station location - local road improvements (HCC and GWRC) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Electronic tender submissions should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,2293475,20250410 Hutt City Council,21328196,Request for Proposals,Open Competition,Request for Proposal - Prevention of Homelessness - early intervention,,20190731,20190830,20250305,,All of Government,No,,"Hutt City Council has committed to work with its partners to improve the response to homelessness and housing need in the city. The Lower Hutt Homelessness Strategy aims to: Work together to end homelessness: Ending homelessness doesnt mean that no-one will lose their home again. It means that we have a response in-place to prevent homelessness whenever possible and that if homelessness occurs, it is rare, brief, and non-recurring. Guiding principles Housing is basic human right: everyone has the right to housing that is habitable, affordable, suitable, and secure. Person-centred: to give people control and enable them to set their own aims and goals for the future. Culturally appropriate: an approach and service delivery that meet the needs of all our people. Collaborative action: working together and taking action. Strategic aims and priorities 1. Preventing homelessness 2. Improving the supply of suitable accommodation and support for people experiencing homelessness 3. End rough sleeping help people who are street homeless or living in cars move into and retain settled accommodation 4. Increasing the supply of affordable homes to rent and buy 5. Improving the understanding of homelessness in Lower Hutt In June 2019 Council agreed to provide three year funding to contribute to implementing the strategy. The funding is to improve access to private rented sector accommodation with support, work with households in the city to prevent homelessness, and, provide housing advice and advocacy. The aim of the prevention initiative is to avoid the negative impacts of homelessness on individuals, their whanau, and the community. Preventing homelessness avoids the social costs of displacing families as well as reducing economic costs. This prevention service will work with individuals and whanau (one outcome for one household) in Lower Hutt City who are at risk of becoming homeless without an early intervention. Such intervention is often known as Secondary prevention focussed on households that are in situations that are likely to lead to homelessness in the near future (such as eviction or relationship breakdown) or households that are at potentially high risk of homelessness because of their characteristics (for example an institutional or care background). Any questions contact John.Pritchard@huttcity.govt.nz by 16 August.",Not Awarded,RFP closed,0,20250410 Hutt City Council,21378536,Request for Tenders,Open Competition,Hill Road Reconstruction - Stage 4 Contract AD16-4374,AD16-4374,20190807,20190828,20240605,,All of Government,No,,"This Contract is for the upgrading of a section of Hill Road in Belmont, Lower Hutt. The existing road layout is of a typical 2 lane 2 way hill road as found on the western hills of the Hutt Valley and doesnt currently include any formal pedestrian footpath facility. The new layout will be that of a formalised and consistent wider road, with a dedicated pedestrian footpath and improved drainage. Work will involve site clearing, excavations, a retaining wall, new pavement, kerb and channel, storm water drainage, carriageway surfacing, footpath construction and associated works. The chip seal surface section of the pavement is to be resealed approx. 12 months after completion of the works as Separable Portion B, with resealing undertaken between the months of November & February. At the time of tender the pavement design is still to be finalised pending further site testing. In terms of the specified surfacing, no alternative product to the specified SMA (Stone Mastic Asphalt), will be accepted. The Principal (Hutt City Council) has a quality driven approach to its construction projects. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this project. Testing shall be carried out to ensure that quality standards and specification requirements are achieved. Professional Services Project Management for this Contract is being provided by GHD Limited on behalf of Hutt City Council.",Not Awarded,Closed.,0,20250410 Hutt City Council,21726782,Request for Proposals,Open Competition,Hutt City Libraries book supply 2020,,20191007,20191111,20210624,,Sole Agency,No,,"Hutt City Libraries would like to receive proposals from the market for the supply of public library books. We invite you to help us to create a better city, every day, through the provision of shelf-ready library books to our eight Hutt City Libraries. We require books to be delivered in a shelf-ready state, whereby the supplier has already performed the following services and processes: Selected the books using agreed selection profiles Sourced the books from a wide range of publishers Received and invoiced the books within our Library Management System Entered catalogue records for the books into our Library Management System Physically processed the books according to agreed specifications, including the supply of RFID tags. Contact: office.management@huttcity.govt.nz",Not Awarded,To close this off,0,20250410 Hutt City Council,21951664,Request for Tenders,Open Competition,The Beltway Cycleway AD16-4399,AD16-4399,20191118,20191213,20200811,,All of Government,No,,"The Beltway Cycleway is a key project in achieving Hutt City Council's 'Walk and Cycle the Hutt 2014-19 Strategy' and will play a crucial part in developing a safe and integrated cycle network in Lower Hutt. It will act as the future spine of Lower Hutt's active transport connections to schools, transport hubs, and businesses while providing increased access to active transport connections for the community. This contract is for the construction of a 6.6km long cycleway running between the Waterloo Train Station and the Hutt River Trail.",Not Awarded,Contract awarded to Downer NZ Ltd.,0,20250410 Hutt City Council,22332608,Request for Proposals,Open Competition,Waste Collection Services Procurement,,20200220,20200603,20201113,,Sole Agency,No,,"Hutt City Council (HCC) are procuring waste collection services for their city. We are seeking to promote waste diversion, minimisation, sustainability and efficiency for our customers in the delivery of our waste services. Our waste services have been broken down into individual services as shown in Table 1 and provided as Service Specifications (Appendix A). The Refuse Collection Contract being procured will cover the following service: ? A fortnightly Kerbside Refuse Collection Service of an 80, 120 or 240 litre Mobile Bin for all Service Entitled Premises ? Potentially, a 4-weekly Kerbside Green Waste Collection Service of 240 litre Mobile Bin offered on an opt-in basis. The Recycling Collection Contract being procured will cover the following services: ? A fortnightly Kerbside Mixed Recyclables Collection Service of a 240 litre Mobile Bin and ? A fortnightly Kerbside Glass Collection Service of a 45L crate, or similar (kerbside sorted) for all Service Entitled Properties. Mobile Bin solutions that meet the requirements of the Specifications will also be acceptable for the Kerbside Glass Collection Service. You may elect to submit a proposal for either one or both of the Contracts. In your proposal you will be required to demonstrate how you will meet the Councils objectives and address the Councils risks.",Awarded,,0,20250410 Hutt City Council,22425286,Request for Tenders,Open Competition,Bridge Maintenance Works 2019-20 AD16-4406,AD16-4406,20200310,20200327,20240605,,All of Government,No,,"This Contract is for the maintenance works of existing bridges within Hutt City. The works generally include (but are not limited to) the following components of work: - Programming and coordination of the works to minimise disruption to all road-users, and adjacent property-owners/ occupiers. ? - Development and maintenance of Temporary Traffic Management Plan, Quality, Safety and Environmental Plan and reporting, and communication and public notification. ? - Compliance with Permitted Activity planning conditions (see Appendix M). ? - Existing services location. ? - Surface preparation of corroded structural steelwork (power-tool cleaning) and application of protective coating systems ? - Seawall reinforced concrete maintenance work ? - Concrete patch repairs ? - Coordination with KiwiRail to obtain permits to work over the rail corridor ? - Preparation of As-built records. Tenderers will need to have specific previous experience in undertaking bridge maintenance work for both steel and concrete repairs. There is also reinforced concrete maintenance work to be undertaken at two sea wall sites along Eastern Bays, Marine Drive. The Principal (Hutt City Council) has a quality driven approach to its contracts. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this contract. Professional Services Project Management for this Contract is being provided by GHD Limited on behalf of Hutt City Council.",Not Awarded,Closed.,0,20250410 Hutt City Council,22597820,Award Notice,Open Competition,Prevention of homelessness - early intervention,,20190731,20191125,20200501,,Sole Agency,No,,,Awarded,,1110000,20250410 Hutt City Council,22609171,Request for Tenders,Open Competition,Road Resurfacing and Pavement Treatment Professional Services 2020/21 to 2022/23 - Contract No. AD16-4408,AD16-4408,20200504,20200602,20240605,,All of Government,No,,"Infrastructure Engineering Design and Project Management Consultants are advised of Hutt City Council Transport Divisions Request for Tender (RFT) for the (cyclic) Road Resurfacing and Pavement Treatment Professional Services 2020/21 to 2022/23 Contract. This is a Professional Services (Priced Schedule) Contract to identify, develop, design, project manage and supervise the cyclic resurfacing and pavement rehabilitation of the carriageways of Hutt City Council administered roads, service lanes and carparks. Consultant requirements will include site identification, investigation, survey/measurement, design, estimating, physical works contract tendering, and undertaking the role of the Engineer to the Contract for Hutt City Councils three NZS3910:2013 physical works contracts, to provide management, supervision and quality assurance, payment certification, reporting, commissioning and final certifications (refer to Part 2, Specific Requirements for details). Evidence based decision making and credible audit trails are to be established and maintained throughout the execution of the project. The contract documents are designed to promote this requirement. Tenderers are advised of Hutt City Council City Economy and Development Groups quality driven approach to its management of construction projects. In keeping with this philosophy, suppliers of professional services are expected to achieve the highest standard of performance on all aspects of this project.",Not Awarded,Closed.,0,20250410 Hutt City Council,22688109,Request for Tenders,Open Competition,Bridge Maintenance Works 2019/20 Contract No. AD16-4406,AD16-4406,20200519,20200612,20240605,,All of Government,No,,"This Contract was previously advertised under GETS RFxID: 22425286, however due to the evolving Covid-19 situation and move to Alert Level 4, this was put on hold. As a result there have been some changes to the RFT document and to the tender closing date. All changes /additions have been highlighted with red text in the RFT document. This Contract is for the maintenance works of existing bridges within Hutt City. The works generally include (but are not limited to) the following components of work: Programming and coordination of the works to minimise disruption to all road-users, and adjacent property-owners/ occupiers. Development and maintenance of Temporary Traffic Management Plan, Quality, Safety and Environmental Plan and reporting, and communication and public notification. Compliance with Permitted Activity planning conditions (see Appendix M). Existing services location. Surface preparation of corroded structural steelwork (power-tool cleaning) and application of protective coating systems Seawall reinforced concrete maintenance work Concrete patch repairs Coordination with KiwiRail to obtain permits to work over the rail corridor Preparation of As-built records. Tenderers will need to have specific previous experience in undertaking bridge maintenance work for both steel and concrete repairs. There is also reinforced concrete maintenance work to be undertaken at two sea wall sites along Eastern Bays, Marine Drive. The Principal (Hutt City Council) has a quality driven approach to its contracts. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this contract. Professional Services Project Management for this Contract is being provided by GHD Limited on behalf of Hutt City Council.",Not Awarded,Closed.,0,20250410 Hutt City Council,22986856,Request for Tenders,Open Competition,Wainuiomata Hill Road Safety Resurfacing 2020/21 to 2022/23 Contract No. AD16-4410,,20200717,20200807,20240605,,All of Government,No,,"The Hutt City Council (HCC) is seeking an experienced and competent Contractor to undertake the resurfacing and pavement rehabilitation of the Wainuiomata Hill Road. Wainuiomata Hill Road, Lower Hutt is a steep four/five lane concrete median divided Regional road between Wainuiomata and Lower Hutt carrying approximately 12,000 vehicles per day in each direction. Works to be carried out include thin asphaltic concrete, calcined bauxite, and stone mastic asphalt resurfacing, pavement reconstruction works including lime stabilised basecourse, asphaltic concrete pavement rehabilitation works, chipsealing, and rotomilling. Services include traffic management, public relations, provision of regular progress reports, chip seal spray rate design, identifying and raising service covers and previously buried service covers, roadmarking and recording of as built/RAMM data of the completed work. The Contract does not include removal of litter or other debris from the road, repair and maintenance of kerb and channels or other stormwater infrastructure, annual repainting of roadmarkings, or maintenance of signs and guardrails. The road is classed as Level 3 for temporary traffic management. It has high public visibility and is the only access route to Wainuiomata, so any disruption to traffic flow can have a high negative impact on the community. Tenderers must pay attention to the hours of work, the requirement to keep the road open at all times, and safety requirements. The HCC has a quality driven approach to its maintenance and construction projects. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this project. In particular, the Contractor shall pay attention to actively managing Temporary Traffic Management. Professional Services and Project Management for the Contract are being provided by Consultants for HCC.",Not Awarded,Closed.,0,20250410 Hutt City Council,23025342,Request for Tenders,Open Competition,Hill Road Reconstruction Stage 4 - Contract No AD16-4374,AD16-4374,20200727,20200818,20240605,,All of Government,No,,"This Contract is for the upgrading of a section of Hill Road in Belmont, Lower Hutt. The existing road layout is of a typical 2 lane 2 way hill road as found on the western hills of the Hutt Valley and doesn't currently include any formal pedestrian footpath facility. The new layout will be that of a formalised and consistent wider road, with a dedicated pedestrian footpath and improved drainage. Work will involve site clearing, excavations, a retaining wall, new pavement, kerb and channel, storm water drainage, carriageway surfacing, footpath construction and associated works. The chip seal surface section of the pavement is to be resealed approx. 12 months after completion of the works as Separable Portion B, with resealing undertaken between the months of November & February. In terms of the specified surfacing, no alternative product to the specified SMA (Stone Mastic Asphalt), will be accepted. Hutt City Council has a quality driven approach to its construction projects. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this project. Testing shall be carried out to ensure that quality standards and specification requirements are achieved. Professional Services Project Management for this Contract is being provided by GHD Limited on behalf of Hutt City Council.",Not Awarded,Closed.,0,20250410 Hutt City Council,23378215,Request for Proposals,Open Competition,Wellington Regional Aerial Photography 2020-21,CM85-30-21-6,20201001,20201030,20250305,,Cluster,No,30 Laings Road,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Ortho-photography and Associated Digital Products 2020/21 contract opportunity.,Not Awarded,RFP Closed,0,20250410 Hutt City Council,23792651,Request for Tenders,Open Competition,Bridge Maintenance Works 2020/21 - AD16-4419,AD16-4419,20201218,20210129,20240605,,All of Government,No,,"This Contract is for the maintenance works of existing bridges within Hutt City. The work comprises treatment of corroded structural steelwork, application of protective coating, concrete repairs and other associated maintenance works to the existing bridges. There is also reinforced concrete maintenance work to be undertaken at two sea wall sites. Tenderers will need to have specific previous experience in undertaking bridge maintenance work for both steel and concrete repairs. The Principal (Hutt City Council) has a quality driven approach to its contracts. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this contract. Tenderers are required to take particular note of the Contractors Deliverables included in the Contract Specifications for approval by the Engineer. Contractor testing will be carried out to ensure that quality standards and specification requirements are achieved. Professional Services Project Management for this Contract is being provided by GHD Limited on behalf of Hutt City Council.",Not Awarded,Closed.,0,20250410 Hutt City Council,23878154,Request for Tenders,Open Competition,Manor Park Shared Pathway construction,AD16-4423,20210122,20210219,20250305,,Sole Agency,No,"Hutt City Council, Private Bag 31912, Lower Hutt, 5040","Suitable experienced contractors are invited to tender for the above project, to be carried out for Hutt City Council. The works are located between the Wairarapa Line main railway line corridor and the Manor Park Golf Sanctuary greens; and extends northward from Golf Road near Manor Park Railway Station. The works are located on land managed by the Greater Wellington Regional Council and also on parts of land managed by KiwiRail NZ. Work includes the following: a) Formation of pedestrian walkway/cycleway including earthworks, pavement and surfacing, including the installation of culverts, pavement basecourse and timber edge boards. b) Construction of a new 4.5m long by 3.0m wide low timber bridge c) Construction of timber retaining wall. d) Construction of concrete block wall. e) Installation of fencing. f) Installation of cesspit and stormwater outlet pipe in the carpark.",Not Awarded,RFT Closed,0,20250410 Hutt City Council,24035357,Request for Tenders,Open Competition,Te Whiti Park - Te Aroha Matauranga Development,AD16-4415,20210301,20210322,20250305,,Sole Agency,No,"Tenderbox, Hutt City Council, 30 Laings Road, Lower Hutt, 5040",,Not Awarded,RFT Closed,0,20250410 Hutt City Council,24082229,Request for Tenders,Open Competition,AD16-4407 RAMM Condition Rating & Roughness Surveys 2021-2023,AD16-4407,20210312,20210409,20230323,,All of Government,No,,"Tenders are invited from Civil Engineering and related professional consultancies for the professional services relating to condition rating and roughness surveys for the Hutt City Roading network. This information is key in the development of the Hutt City Council District Roading Programme, and is required to meet strict annual deadlines to achieve this. The project comprises of annual data collection surveys for the next three years with the possibility of a fourth year, and a fifth year. The object of the project is to: ? Perform carriageway condition rating surveys and associated entry into the asset management system for the Hutt City roading network ? Perform footpath condition rating surveys and associated entry into the asset management system for the Hutt City footpath network ? Perform roughness surveys and associated entry into the asset management system for the Hutt City roading network Evaluation of tenders will be in accordance with Land Transport NZ CPP procedures price/quality method (including 2-envelope non-price/price submission of tender). Tenders in sealed outer envelopes clearly marked RAMM Condition Rating and Roughness Surveys 2021 - 2023 Contract No. AD16-4407 and addressed to the Chief Executive, close Friday 9 April 2021 at 2pm.",Not Awarded,Closed,0,20250410 Hutt City Council,24160063,Request for Proposals,Open Competition,Naenae Pool and Fitness Centre - Asbestos Demolition Survey,,20210401,20210430,20210614,,Sole Agency,No,"Level 19, ANZ Centre, 171 Featherston Street","Hutt City Council (HCC) is looking to deliver a rebuild of the Naenae Pool and Fitness Centre in the community of Naenae, to replace the 65-year-old Naenae Olympic Pool. This rebuilt facility needs to meet the needs of the community and wider city now and into the future and is to be developed consistently with the Naenae Town Centre Spatial Plan. HCC wishes to partner with a service provider to undertake an Asbestos demolition survey for the purposes of asbestos identification for removal during demolition at the existing Naenae Pool and Fitness Centre and Community Hall.",Awarded,,0,20250410 Hutt City Council,24340091,Request for Tenders,Open Competition,Hutt City Council - Huia Pool Roof Replacement,HPRR21,20210525,20210609,20250305,,On behalf of procurement agent,No,Hutt City Council - Tender Dropbox,"Hutt City Council would like to procure the services of professional and suitably qualified and experienced Main Roofing Contractor to provide services on the Huia Pool & Fitness Centre in Lower Hutt. The scope of works includes a full replacement of the existing Roofing on the Learners and Main Pools as well as replacement of the roof over the changing rooms. The works include replacement of membrane to internal gutters is required as well as replacement of Spouting and Downpipes. Contractors are required to provide a full construction methodology with their tender stating sequence, access and programme for the works and Tenderers are required to provide completed Hutt City Council Health and Safety Assessment with their tender.",Not Awarded,RFT closed,0,20250410 Hutt City Council,24469604,Request for Proposals,Closed Competition,Naenae Pool and Fitness Centre - Quantity Surveyor Services,,20210624,20210709,20210819,,Sole Agency,No,,"Hutt City Council (HCC) is looking to deliver a new Naenae Pool and Fitness Centre in the community of Naenae, to replace the 65-year-old Naenae Olympic Pool. This new facility needs to meet the needs of the community and wider city now and into the future and is to be developed consistently with the Naenae Town Centre Spatial Plan. HCC wishes to partner with a service provider to undertake Quantity Surveying Services during the design and construction of the new Naenae Pool and Fitness Centre.",Awarded,,0,20250410 Hutt City Council,24480515,Request for Proposals,Open Competition,Naenae Pool Site and Community Hall - Asbestos Removal and Demolition Works,,20210628,20210721,20210819,,Sole Agency,No,,"Hutt City Council wishes to partner with a contracting team to undertake the following works under a single contract: Removal of all asbestos containing materials in the existing pool and community hall Salvage and storage of select materials and items for reuse or recycling Demolition of the existing pool tank and building and the community hall and ancillary items Services identification and decommissioning Removal of decommissioned inground services Infill of any excavated areas with compacted clean fill and regressing to return areas outside the new pool site for recreational park use",Awarded,,800000,20250410 Hutt City Council,24868935,Request for Proposals,Closed Competition,Naenae Pool and Fitness Centre ECI and Construction Works,,20210927,20211018,20211108,,Sole Agency,No,,"Hutt City Council (HCC) is looking to deliver a new Naenae Pool and Fitness Centre in the community of Naenae, Lower Hutt to replace the 65-year-old Naenae Olympic Pool. This new facility needs to meet the needs of the community and wider city now and into the future and is to be developed consistently with the aspirations of the Naenae Town Centre Spatial Plan. Once completed the new facility will act as a catalyst for the rejuvenation of the Naenae Town Centre; a wider initiative to improve the health, wellbeing and economic prosperity of the community called Whakatupu Ngaengae or the growth of Naenae. The Naenae Pool and Fitness Centre will comprise the following facilities: 52m main pool, with moveable floor and moveable bulkhead Warm water pool for young children for play and leisure Hydro-slide Weights/cardio room Group fitness room Community changing facilities & showers Reception area and swim shop The design is to support the local Naenae community recreational needs and also the aquatic sports of the Hutt Valley and Wellington Region e.g. competitive swimming, water polo, canoe polo and underwater hockey. The design and construction are to follow environmentally sustainable principles using the Greenstar rating tool, with HCC considering applying for Greenstar certification to level 5 as a minimum. The Hutt City Council wish to partner with a contractor to provide and undertake following services and works: Pre-construction services for the new Naenae Pool and Fitness Centre under an Early Contractor Involvement (ECI) Agreement commencing from the developed design stage Enabling works for the construction of the new Naenae Pool and Fitness Centre Construction works for the new Naenae Pool and Fitness Centre on completion of detailed design and the receipt of consents",Awarded,,0,20250410 Hutt City Council,25197715,Request for Proposals,Closed Competition,Early Contractor Involvement RFP,Urban Plus Ltd,20211202,20211210,20250305,,Sole Agency,No,,"Urban Plus Limited (UPL) are looking to procure a panel of suppliers made up of residential construction / build companies (Contractors) that can provide design and build input into projects using an early contractor involvement (ECI) contract model (this is explained below). They have engaged The Integral Group Limited (TIGL) to assist with this process. TIGLs role is to facilitate the procurement process, assisted by subject matter expertise provided by UPL. The process will be a two staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) UPL have run the ROI and selected a short list to proceed through to the RFP. This RFP is the next formal phase in this review and will include: ? written response in regard to the respondents team ? written pricing ? a Teams meeting (about an hour each) to discuss the other criteria ? respondents will be evaluated and preferred respondents for the panel of Contractors will be selected",Not Awarded,RFP closed.,0,20250410 Hutt City Council,25651944,Request for Tenders,Open Competition,Silverstream Landfill Operations Contract,AD22-2102,20220404,20220603,20230208,,Sole Agency,No,,"Hutt City Council (HCC) is seeking an experienced and motivated partner to operate the Silverstream Landfill, and, as a Separable Portion, the associated Transfer Station and limited Resource Recovery activities with services commencing in February 2023. The transfer station operations / interim resource recovery facility will initially be provided from Silverstream Landfill for several years under this contract. We are also developing proposals to establish a comprehensive Resource Recovery Park catering to both domestic and commercial customers, either at Silverstream or at an alternative site. Council may progress this development with the partner selected through this procurement process or through a new procurement process once Council has determined the preferred approach. Our community has indicated that environmental sustainability, particularly waste minimisation and carbon reduction, is a top priority, and our Carbon Reduction and Resilience Plan 2021-31, Waste Management and Minimisation Plan 2017 2023, and Long Term Plan (LTP) 2021-31 set out what we are doing and intend to do. The LTP priorities of investing in infrastructure and caring for and protecting our environment are of particular relevance to this opportunity. The improvement of infrastructure to support resource recovery, and the decarbonisation of the services associated with operating the landfill, aligns with Councils waste reduction and climate change commitments. Operating as a local authority, it is essential we are optimising public value from our contracts. This is more than simply cost and upholding high health and safety standards. We are interested in a high quality of service for landfill operation and delivering on Councils priorities, including the minimisation of waste and the reduction of emissions associated with the services to operate the landfill by 50% by 2030. We want to hear from entities that can support and deliver on HCCs carbon reduction objectives and are suitably experienced in running landfill and resource recovery operations of a similar size. Tenderers are required to acknowledge intent to tender within 2 weeks of the date of issue of this RFT. Refer to the tender documents.",Awarded,,0,20250410 Hutt City Council,26393242,Request for Proposals,Closed Competition,Naenae Post Office - Earthquake Strengthening and Refurbishment Main Contractor,,20220929,20221028,20221220,,Sole Agency,No,,"The former Naenae Post Office is one of the most important and architecturally accomplished mid-twentieth century suburban post offices in New Zealand. It is a Category 1 Historic Place and is scheduled as a heritage building in the District Plan. The post office and clocktower are local landmarks in Hillary Court and the Naenae Town Centre. Hutt City Council (HCC) acquired the former Naenae Post Office building in 2021 and are developing the Category 1 heritage listed building for use as a community centre. This is part of the Whakatupu Ngaengae programme of works to rejuvenate the Naenae Town Centre. A building condition survey was completed and the building requires seismic strengthening. In addition to the strengthening, the construction work involves refurbishment and an internal fit out to convert the building into a multi-use community centre.",Awarded,,0,20250410 Hutt City Council,27019918,Request for Tenders,Open Competition,"Road Pavement Reconstruction, Rehabilitation and Asphalt Resurfacing 2023-24 to 2025-26 - Contract AD16-4442",AD16-4442,20230301,20230414,20240605,,All of Government,No,,"Hutt City Council (HCC) is seeking an experienced and competent Contractor to undertake Road Pavement Reconstruction, Rehabilitation and Asphalt Resurfacing on road carriageways in Lower Hutt City. The Contract is for an initial period from 1 July 2023, terminating on 30 June 2026 with the option of two 12-month extensions on completion of the initial period until 30 June 2027 and 30 June 2028 respectively, at the sole discretion of the Principal. The physical works to be carried out under this contract includes thin asphalt surfacing, pavement reconstruction works, deep lift asphaltic concrete, foamed bitumen and lime stabilisation rehabilitation works, first coat chipsealing, high friction surfacing and rotomilling. Services include traffic management, public notification and relations, provision of regular progress reports, identifying and raising service covers and previously sealed over service covers, reinstating roadmarking and recording as built / RAMM data of the completed work. The HCC has a quality driven approach to its maintenance and construction projects. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this project. In particular, the Contractor shall pay attention to actively managing Temporary Traffic Management. Professional Services and Project Management for the Contract are being provided by Consultants for HCC. Further information can be obtained from Martin Gribble, Practice Leader - Pavements and Surfacing, Stantec, Martin.Gribble@Stantec.com",Not Awarded,Closed.,0,20250410 Hutt City Council,27020028,Request for Tenders,Open Competition,Maintenance Resealing 2023-24 to 2025-26 Contract AD16-4441,AD16-4441,20230301,20230331,20240605,,All of Government,No,,"Hutt City Council (HCC) is seeking an experienced and competent Contractor to undertake the Maintenance Resealing on road carriageways in Lower Hutt City. The Contract is a hybrid chipsealing contract that incorporates elements of TNZ P/04 and NZTA P17. The Contract is for an initial period from 1 July 2023, terminating on 30 June 2026 with the option of two 12-month extensions on completion of the initial period until 30 June 2027 and 30 June 2028 respectively, at the sole discretion of the Principal. Works to be carried out under this Contract includes, chipsealing, thin asphaltic surfacing at high stress locations, high friction surfacing, roadmarking reinstatement, and any maintenance works notified before the end of the Defects Notification Period. The maximum area of asphalting at each site is not expected to exceed 400 m2. Services include traffic management, public notification and relations, provision of regular progress reports, chip seal spray rate design, identifying and raising service covers and previously sealed over service covers, reinstating roadmarking and recording as built / RAMM data of the completed work. The HCC has a quality driven approach to its maintenance and construction projects. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this project. In particular, the Contractor shall pay attention to actively managing Temporary Traffic Management. Professional Services and Project Management for the Contract are being provided by Consultants for HCC. Further information can be obtained from Martin Gribble, Practice Leader - Pavements and Surfacing, Stantec, Martin.Gribble@Stantec.com",Not Awarded,Closed.,0,20250410 Hutt City Council,27031649,Request for Proposals,Open Competition,"Supply, Installations and Maintenance of Street and Traffic Signs 2023",STS012023,20230303,20230331,20250305,,Sole Agency,No,,"The key objectives and outcomes for this RFP is for the selection of a supplier that can meet or exceed the requirements in the delivery of street and traffic signs and associated services. The preferred supplier will be able to successfully deliver all the specifications and requirements, including meeting the mandatory preconditions of the RFP. We are looking for experienced, credible, and capable suppliers that have the capacity to deliver to a high standard.",Not Awarded,RFP closed,0,20250410 Hutt City Council,27110991,Request for Proposals,Open Competition,Roadmarkings Maintenance 2023,RMM022023,20230320,20230421,20250305,,All of Government,No,procurement@huttcity.govt.nz,"This Hutt City Council is responsible for new roadmarkings and the maintenance of the existing roadmarkings throughout its roading network. New roadmarkings and the maintenance of the existing roadmarkings require ongoing maintenance and management to ensure that our high standards are maintained, they deliver value, and ensure our roads operate legally, efficiently, are safe, functional, and fit for purpose for all our road users. The key objective for the HCC is to identify and select a supplier that can meet or exceed our requirements for the delivery of new roadmarkings and to maintain the existing roadmarkings and associated services in the region. The preferred supplier will be able to successfully deliver to all the specifications and requirements, including meeting the mandatory preconditions. They will be experienced, credible, capable, have the capacity to deliver to a high standard, along with having a successful track record of Roadmarking maintenance service on a similar size and scale to that currently required by the HCC.",Not Awarded,RFP Closed,0,20250410 Hutt City Council,27367355,Request for Proposals,Closed Competition,Street Maintenance Contract,,20230509,20230616,20250305,,Sole Agency,No,,"This contract is for the routine maintenance and pre-seal repair as necessary of carriageway, footpath, cycleways, kerbing and other road assets and facilities in Hutt City, including all programming and reporting as specified. The Contract Period shall be for a minimum period of three years, with options for renewal/roll-over for up to 2 years beyond at the Principals discretion.",Not Awarded,RFP Closed.,0,20250410 Hutt City Council,27565275,Request for Proposals,Open Competition,Cleaning Services for HCC Facilities and Property Portfolio,S062023,20230619,20230814,20231130,,Sole Agency,No,,"The Hutt City Council (HCC) is reviewing its Commercial cleaning contracts which are expiring or are expired and are in need of a refresh and/or renewal. The Council has a large portfolio of properties and facilities (41) under its management, their utilisation is wide-ranging and diverse in their categories, users of these facilities include staff, the general public and visitors to the Hutt Region. Cleaning of our facilities are an integral part of the ongoing maintenance and management to ensure that our high standards are maintained, facilities are fit for purpose, deliver value, and ensure our all stakeholders can enjoy and use the facilities in a safe and clean environment. The key objective for the HCC is to identify and select supplier/s that can meet or exceed the requirements in the delivery of Cleaning Services for our portfolio of properties/facilities. Tenders/Sup[pliers may tender for All the categories listed below or may tender for selected categories Note: there will be no unbundling of the Categories detailed below . (i.e. It will be ALL the sites in the category or NONE) Cat # HCC Category Type or Subcategory Number of facilities 1 Council Administration Buildings 4 2 Neighbourhood Hubs 8 3 Animal services facilities 2 4 Arts & Culture 4 5 Community Halls 6 6 Toilets (11) and Drinking Fountains (4) (Bundled) 15 7 Other 2 Total Sites 41 This presents an opportunity for a supplier(s) to develop and maintain a long-term partnering relationship arrangement with the HCC (3+1+1 contract term offered). All staff engaged to undertake the work under these contracts are required to be paid the Living Wage (HCC is Living Wage Accredited)",Awarded,CSD 1 Dec 2024Awarded,0,20250410 Hutt City Council,27634318,Request for Proposals,Open Competition,HCC Transport Construction Panel RFP,AD16-4445,20230629,20230804,20250305,,Sole Agency,No,,The purpose of this RFP is to seek proposals from suitably qualified contractors to establish a Panel for the delivery of HCCs transport construction services throughout the city over the next three to seven years.,Not Awarded,RFP Closed,0,20250410 Hutt City Council,28188208,Request for Proposals,Closed Competition,Pomare Park Stage 1 Develop and Construct Tender,Pomare Stage 1 2023,20230928,20231026,20241001,,Sole Agency,No,,,Not Awarded,Contract awarded.,0,20250410 Hutt City Council,28489215,Request for Proposals,Closed Competition,Walter Mildenhall Park - Landscape Architect,C00246.NSH.300/1,20231122,20231214,20240126,,Sole Agency,No,,"Hutt City Council (HCC) is seeking proposals from shortlisted experienced and qualified Landscape Architects who are interested in working with HCC and our Naenae community to develop the North-East part of Walter Mildenhall Park. The Hutt City Council require a Landscape Architect with experience in co-design processes to work with our Naenae community on the development of the Walter Mildenhall Park in Naenae, Lower Hutt. Following the opening of the new Naenae Pool and Fitness Centre in late 2024, we are planning to develop the North-East area of the park, immediately adjacent to the new Pool with a mixture of open space, play features, selective planting, and native specimen trees. The intention is to create an area for the multiple generations and the many cultures of Naenae to enjoy into the future. We have a budget of $2.4M remaining from the Naenae Spatial Plan in the Long-Term plan 2024-34 for this scheme from which all works, professional fees, and contingencies will be funded.",Awarded,,149975,20250410 Hutt City Council,28682613,Request for Proposals,Open Competition,HCC Weed and Vegetation Control Services,WVCS24,20240115,20240223,20240701,,Sole Agency,No,,"HCC is responsible for the care and maintenance of the regions roading infrastructure and one of the key objectives is to maintain and control the weeds and vegetation growth in the streets, accessways, service lanes and carparks, including shopping areas, within the Hutt City Region. We wish to identify and select a supplier that can meet or exceed our requirements for the delivery of weed and vegetation control services for the Hutt City region. They will be experienced, credible, capable, have the capacity to deliver to a high standard, along with having a successful track record of delivering weed and vegetation control services. We envisage the contract shall be for an initial period of three (3) years, with options to extend the contract for a further two (2) years, 5 year contract term maximum. Anticipated contract start date is 1 July 2024.",Not Awarded,Contract awarded to Wellington Weedspraying Services Ltd,0,20250410 Hutt City Council,28778619,Request for Proposals,Closed Competition,Pomare Park Stage 1 Upgrade,PP010224/RFQ,20240202,20240227,20240314,,Sole Agency,No,procurement@huttcity.govt.nz,"HCC is seeking civic/landscaping demolition and construction services as part of the Pomare Park Stage 1 Upgrade for Hutt City Council in Taita. The works include the construction of a new concrete pathway, basketball D-court and nature play area, the installation of park furniture with associated earthworks, landscape planting and stormwater management. We require these services to be delivered between 01/03/2024 and 30/07/2024.",Not Awarded,Contract has been awarded to JFC Ltd,0,20250410 Hutt City Council,28782115,Request for Proposals,Open Competition,Facilities Maintenance Services for HCC Facilities and Property Portfolio,FMS012024,20240205,20240329,20240701,,Sole Agency,No,,"The Hutt City Council is reviewing their Facilities Maintenance Services (FMS) supply contracts for its commercial properties and facilities portfolio, which are due to expire on 30 June 2024. The Councils Assets and Facilities management team has approximately 60 properties and facilities under its management and their utilisation is varied and diverse in their types and uses. Users of these facilities include staff, the community, and visitors to Lower Hutt. The management and maintenance of the Councils properties and facilities are an integral part of providing functional facilities that all stakeholders can enjoy and use. Ensuring the delivery of quality and timely services, both reactive and proactive preventative maintenance, ensures that the Councils high standards are maintained, the facilities are fit for purpose, and ensures that our stakeholders derive value for money.",Not Awarded,Contract awarded to Horizon Energy Group,0,20250410 Hutt City Council,28936026,Request for Proposals,Open Competition,Facilities Management Services for Urban Plus Residential Portfolio,UPRPFMS012024,20240301,20240328,20240701,,Sole Agency,No,,"Urban Plus Limited (UPL) is a subsidiary of Hutt City Council providing high quality residential property, rental housing, portfolio management and strategic property services for our community. This opportunity is for Facilities Management services for our rental housing portfolio of nearly 200 units at 26 locations in Hutt City. This includes grounds maintenance at these properties. Hutt City Council is providing the GETS administration for this opportunity.",Not Awarded,"Ciycare Property Management has been awarded this contract. Many thanks to all who have submitted bids.",0,20250410 Hutt City Council,29601924,Request for Tenders,Open Competition,Silverstream Landfill Construction Contract 2025 - 2035,SS160424/RFT,20240614,20240913,20250113,,Sole Agency,No,,"Hutt City Council (HCC) is seeking an experienced and motivated partner to construct new landfill capital development works at Silverstream Landfill, commencing in 2025. Capital development works consist of the construction and lining of new landfill cells and associated infrastructure and coordinating works to ensure continued landfill development. Construction of a new asbestos cell is also required as part of the capital development works. Council is looking for an experienced and proactive contractor partner, with a proven track record of delivering high-quality landfill construction projects. A key commitment of the Council is to promote effective decarbonise across its projects. To deliver this, we are looking to partner with our capital works contractor to lower emissions associated with the landfill construction works, particularly through the use of hybrid and electric plant. Operating as a local authority, it is essential we are optimising public value from our contracts, while upholding high health and safety standards. Optimising public value means more than simply lowest cost, we are interested in a high quality of service and delivering on Council priorities including timely delivery to support the landfill operation as well as decarbonisation. The broader outcomes that HCC is seeking include reducing greenhouse gas emissions, meeting construction programming to allow continued landfill operation, and enhancing community benefits. These outcomes will be embedded into the partnership, requiring our contractor to deliver on all of these priorities.",Not Awarded,Preferred supplier selected.,0,20250410 Hutt City Council,29899036,Request for Proposals,Closed Competition,RFP - Ricoh Sports Facility,RSFJUL2024,20240827,20240916,20250115,,Sole Agency,No,,"Hutt City Council (Council) is seeking a new operator for the Council-owned Ricoh Sports Centre at Fraser Park in Lower Hutt. Fraser Park is Lower Hutt's largest recreational sports ground set on 27 hectares of land in the heart of the Hutt Valley. The Ricoh Sports Centre was built to be a regional and community, multi-use facility featuring a large indoor training area, bar and caf, a large event area (which can be split into two), five meeting rooms/office spaces and six international standard squash courts. The facility was built by the Hutt City Community Facilities Trust (established and run by Council) in 2018 to operate as a sportsville (sporting hub), providing shared clubrooms and other amenity for eight local clubs, and to support the hosting of regional and national sports events at Fraser Park. Additionally, the adjacent artificial turf and spaces in the facility are currently regularly hired by a number of commercial and community groups, which both provides a revenue stream and supports community wellbeing. This includes hosting conferences and weddings. The current tenants, Fraser Park Sportsville Inc, is ending its tenancy on 30 September, 2024.",Not Awarded,RFP Closed,0,20250410 Hutt City Council,29899286,Request for Proposals,Closed Competition,RFP - Energy & Carbon Data Management,ECDMAUG2024,20240801,20240829,20241025,,Sole Agency,No,,"Hutt City Council is seeking interested suppliers that provide energy and carbon data management and monitoring services, to support the delivery of councils objectives, including the effective management of energy at its facilities and the identification of energy efficiency opportunities, and the monitoring of carbon emissions. The data management system should enable the following: Efficiently enable tracking energy usage at all Hutt City Council sites Enable identification of energy and cost reduction opportunities at its facilities and assets. Aid in effectively reporting and tracking Hutt City Councils emissions. Where possible, provide a mechanism to collect and track data from HCC contractors.",Not Awarded,,0,20250410 Hutt City Council,29965781,Request for Proposals,Open Competition,RFP - HCC SILVERSTREAM Professional Services,12AUG2024ML,20240812,20241004,20250203,,Sole Agency,No,,"Hutt City Council (HCC, Council) are looking to engage a suitably qualified and experienced engineering and environmental consultant to provide professional services relating to Councils Silverstream Landfill and its closed landfills. Engineering and environmental services relating to Councils broader waste and resource recovery initiatives and emissions reduction initiatives are also included in the scope of services. Council intends to award a multi-year contract for these services (three years with provision for two further extensions of two years, i.e. 3+2+2). Hutt City Council is looking for providers who have direct experience and capability in landfill engineering, planning, environmental services, and (to a lesser extent) resource recovery facility design services in New Zealand. What is important for Council is for our open and closed landfills to be managed in a responsible manner, for the protection of the environment and to the standards expected by our community. The Successful Respondent will demonstrate they have sufficient resources available and be able to cover the broad range of expertise required for this contract. A strong collaborative relationship will need to be established and maintained with Council to ensure that critical risks and costs are managed. This contract will be an open competitive tender for a broad scope of work including landfill engineering, planning, environmental services, and resource recovery. Professional service contracts such as this one do not come to the market often, and given the significant changes, both recent and to come, within the waste sector, Council seek to show strong leadership with relation to managing its landfill, controlling environmental discharges, managing the risks associated with its closed landfill portfolio, promoting waste diversion initiatives, and reducing the impacts of climate change. Council will hold a half an hour online briefing sessions for suppliers from 3 -3.30pm on Monday 19 August 2024. At this session, the relevant council staff will provide an overview of the nature of the services required. There will be a 10-minute question slot at the end. The briefing will be recorded and uploaded to GETS. Please email our Point of Contract to receive an invite to the session.",Not Awarded,Contract awarded.,0,20250410 Hutt City Council,30299122,Request for Proposals,Closed Competition,RFP - Walter Mildenhall Park - Hard and soft landscape works,C00246.NSK.300,20241001,20241031,20250303,,Sole Agency,No,,"Hutt City Council (HCC) is seeking proposals from a shortlist of experienced and qualified Landscape Contractors who are interested in working with HCC and our Naenae community to develop the North-East part of Walter Mildenhall Park. The Hutt City Council require a Landscape Contractor with experience in working with communities to develop Walter Mildenhall Park in Naenae, Lower Hutt. Following the opening of the new Naenae Pool and Fitness Centre in late 2024, we are planning to develop the North-East area of the park, immediately adjacent to the new Pool with a mixture of open space, play features, selective planting, and native specimen trees. The intention is to create an area for the multiple generations and the many cultures of Naenae to enjoy into the future. We have a budget of $2.4M remaining from the Naenae Spatial Plan in the Long-Term plan 2024-34 for this scheme from which all works, professional fees, and contingencies will be funded.",Not Awarded,Closed.,0,20250410 Hutt City Council,30342934,Request for Proposals,Open Competition,Ortho-photography and Associated Digital Products 2024/25,4ENYKXCQ72YQ-1081399466-28,20241008,20241113,20250115,,Sole Agency,No,30 Laings Road,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Ortho-photography and Associated Digital Products 2024/25 contract opportunity.,Not Awarded,Contract awarded to Aerial Surveys Limited,0,20250410 Hutt City Council,30476481,Request for Proposals,Closed Competition,RFP - Pomare Park Stage 2,HCCPPST2OCT24,20241023,20241119,20250115,,Sole Agency,No,,"HCC are seeking civic and landscaping construction services as part of the Pomare Park Stage 2 Upgrade for Hutt City Council in Taita for delivery between late January to June 2025 for a construction period of no more than 20 weeks. Stage 1 was completed in July 2024 and involved the development of new hard stand pathways into the park from High Street, a basketball D-Court, a nature play area, associated landscape planting and park seating, picnic table, bike rack and bollards. Stage 2 works include the construction of a concrete looping perimeter path for pedestrian and wheeled play which will connect to the existing path network around the former junior rugby field. Works also include drainage and basic surfacing improvements to the former junior rugby field to allow for casual ball and running play, two additional rest seat installations adjacent to the looping path, entrance planting improvements as well as additional specimen tree and amenity planting.",Not Awarded,Contract was awarded to JFC Ltd,0,20250410 Hutt City Council,30564354,Request for Proposals,Closed Competition,Walter Mildenhall Park - Hard and soft landscape works,C00246.NSK.300,20241105,20241108,20241212,,Sole Agency,No,"30 Laings Road, Lower Hutt",,Awarded,,1599632,20250410 Hutt City Council,30687445,Request for Tenders,Closed Competition,RFT - Te Wai Takamori o Te Awa Kairangi Streetscape Works,TAKSP130924,20241121,20241219,20250213,,Sole Agency,No,,"Hutt City Council (HCC) is tendering for a professional services supplier to undertake services for the Te Wai Takamori o Te Awa Kairangi Streetscape project, which is comprised of the following three core project stages: Stage 1a Refresh of the Central City Transformation Plan (CCTP) Stage 1b Develop a Streetscape Strategy to define the scope of design works (for Stage 2) which streets will be upgraded, and what type of streetscape initiatives will be introduced along these streets. This Strategy needs to be focused, and conscious of budgets. This is not an opportunity to introduce streetscape works across the whole city centre, but to be smart and targeted and help integrate the centre with future Te Awa Kairangi works. Stage 2 Detailed design of streetscape works identified in Stage 1b. Limited streetscape design work has been undertaken to date; therefore, this stage will require all necessary steps to be undertaken to develop the detailed design to IFC.",Not Awarded,Contract awarded,0,20250410 Hutt Valley District Health Board,21832386,Request for Proposals,Open Competition,Request for Proposals (RFP) - Master Framework Panel Agreement for the Provision of Hospital Leased Equipment & Services,RFx_102,20191024,20191129,20200809,Procurement & Contracts,Sole Agency,No,,"Hutt Valley District Health Board (""Hutt Valley DHB"") is seeking proposals from interested suppliers in response to our requirement to establish a Master Framework Panel Agreement for Leased Hospital Equipment & Services. Delivery and collection of equipment from our community based patients who live in the Lower Hutt and Upper Hutt areas of Wellington is also a requirement and part of the overall services. Once the Master Framework Panel Agreement is in-force; it will operate as a 'closed' panel. This is an opportunity for suppliers to be part of a panel established to provide our patients with equipment that will meet their needs and which is designed to assist with our patients recovery and rehabilitation at our hospital or within the community via home based care. By establishing a framework agreement, we are providing our patients with a duty of care, ensuring their wellbeing is taken care of appropriately. For those suppliers appointed to the panel, a secondary procurement process will be utilised to award opportunities. Suppliers acknowledge that being a member of the panel does not guarantee any particular volume of work. The Panel Agreement will be for an initial period of three (3) years with provision for two subsequent rights-of-renewal, each for an additional period of two (2) years (3+2+2). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via the GETs system. Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. The estimated commencement date of the panel will be in February/March 2020. Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing.",Awarded,,0,20250410 Hutt Valley District Health Board,21877340,Request for Proposals,Open Competition,Digital Radiography X-Ray Equipment for the Radiology Department,RFx_118,20191101,20191101,20191101,Procurement & Contracts,Sole Agency,No,,"**CLOSED-RFP TENDER RELEASED ON 28 JUNE 2019** HVDHB have a requirement to upgrade the Computed Radiography X-ray equipment to Digital Technology in Rooms 1 and 2 of the main Radiology Department. This is the first part of a project to move completely to Digital Radiography with full implementation of all rooms by 2021. The upgrade will develop a smart infrastructure to support future health care needs, significantly reduce radiation dose to patients and staff and increase speed of throughput with more efficient processes. You are invited to participate in this closed-RFP for the supply of Digital Radiography X-Ray equipment to HVDHB. We anticipate that the Contract will commence in December 2019. The anticipated Contract term is for a period of five (5) years. There are no rights-of-renewal available.",Awarded,"The tender has been awarded to: - Philips Commercial Limited Further award information: The contract was awarded on 26 September 2019. The contract term is 5 years. The expected spend under this contract is between $800,000 - $1,000,000. A Closed RFP approach was used.",900000,20250410 Hutt Valley District Health Board,21877480,Request for Proposals,Open Competition,Digital Radiography X-Ray Equipment for the Emergency Department,RFX_119,20191101,20191101,20191101,Procurement & Contracts,Sole Agency,No,,"**CLOSED-RFP TENDER RELEASED ON 28 JUNE 2019** HVDHB have a requirement to upgrade the Digital Radiography X-ray equipment in the Emergency Department; which assists with strengthening our overall emergency planning. The current outdated tethered equipment in the Emergency Department requires a cable loose on the floor to connect the detectors to enable imaging around the room. This is a trip hazard and significantly limits the actions that staff can do. This coupled with many cables that extend throughout the Resuscitation area provides a setup that requires upgrading. An additional generator is also required so that x-ray equipment in the neighbouring Resuscitation area can be operated separately. At present there is a single generator operating both resuscitation and emergency x-ray equipment, which presents a clinical risk for patients. We anticipate that the Contract will commence in March 2020. The anticipated Contract term is for a period of five (5) years. There are no rights-of-renewal available.",Awarded,"The tender has been awarded to: - Philips Commercial Limited Further award information: The contract was awarded on 26 September 2019. The contract term is 5 years. The expected spend under this contract is between $800,000 - $1,000,000. A Closed RFP approach was used.",900000,20250410 Hutt Valley District Health Board,23281781,Request for Proposals,Closed Competition,RFx_123 - Closed-Competitive RFP for Mobile X-Ray Equipment,RFx_123,20200914,20201019,20210217,HVDHB Provider-Arm Procurement,Sole Agency,No,Not applicable,"**CLOSED-RFP TENDER RELEASED ON 14 SEPTEMBER 2020** Hutt Valley DHB currently has three (3) Mobile X-Ray units which are at end of life (19-24 years old) with an increased risk of failure. Our current Mobile X-Ray units are used within our hospital wards on patients for whom transport to the Hutt Valley DHB Radiology Department would be unsafe and/or impractical. Furthermore, for any repeat imaging, another trip to the ward or unit outside of Radiology is required. This has significant time delays for an image to be available and clinical decisions to be made. The current equipment in operation is also well past its useful life as the units are at least one technology generation behind other units in operation within other New Zealand District Health Boards. An equipment failure at this point would limit the capability of Hutt Valley DHBs Radiology Department to meet demand and would be costly for the DHB to rectify. Our proposed contract will be for a total period of five (5) years with no additional rights-of-renewal (5+0). Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. Hutt Valley DHB reserves the right to provide supplementary information to all invited Respondents should a confidential question highlight a point requiring clarification to other Tenderers. All enquires regarding this tender must be in writing via the GETs system. Hutt Valley DHB will endeavour to respond in writing to written enquires within two (2) business days. The estimated commencement date of the contract opportunity is October/November 2020 . Hutt Valley DHB reserves the right to amend this timeframe at any time. All enquiries regarding this tender must be in writing. We anticipate that the Contract will commence in March 2020. The anticipated Contract term is for a period of five (5) years. There are no rights-of-renewal available.",Awarded,,0,20250410 Inland Revenue Department,19256635,Request for Proposals,Open Competition,Web Content Management Solution,19256635,20171128,20171222,20190716,,Sole Agency,No,,"Inland Revenue is delivering a Business Transformation Programme that will improve customer experience, lower the cost of compliance for customers, support channel shift to digital and reduce our cost to serve. As part of this Transformation, we are looking for enabling technology to improve customers digital experiences and our online service offering. The selection and implementation of a Web Content Management Solution (WCMS) will enable Inland Revenue to drive delivery of on-going customer experience initiatives, such as the rebuild of the ird.govt.nz website. The software solution that Inland Revenue is looking for will need to provide core web content management capability and be able to easily integrate with associated supporting capability such as on-site search, web analytics and digital asset management. This integrated solution of both core and supporting capabilities will be a fundamental part of Inland Revenues future Digital Experience Platform (DXP). Over time, the Digital Experience Platform will be extended to support more interactive assistance, social media integration and campaign management capabilities. In addition, as part of this RFP we will be considering implementation partner options to support the configuration, integration and optimisation of a WCMS (these to be submitted by the platform vendor). Inland Revenue is hosting a briefing session for the Web Content Management Solution RFP. Details as follows: Date: Wednesday 29 November 2017 Time: Commencing promptly at 10:00 until 11:30 Location: Conference Suites, Rydges Hotel, 75 Featherston Street, Wellington, 6011. Please advise in advance who will be in attendance at the briefing session. RSVP ASAP to TendersMGT@ird.govt.nz.",Awarded,,0,20250410 Inland Revenue Department,21228116,Award Notice,Open Competition,Database Consulting Services,,20181101,20190227,20190704,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,22160938,Award Notice,Open Competition,Legal and Tax Materials,,20190531,20190717,20200113,,Sole Agency,No,,,Awarded,,1856007,20250410 Inland Revenue Department,22229875,Request for Proposals,Open Competition,Identity Governance and Administration and Privileged Access Management Solution,21172910,20200129,20200303,20210419,,Sole Agency,No,,"As part of IRs Business Transformation (BT) programme of work, IR is seeking to procure a managed service outcome that addresses IRs needs for a robust and modernised approach to identity and access management (IAM) for IRs internal staff, vendors, and external business partners. In particular, IRs intent is to procure an Identity Governance and Administration (IGA) technology set that will be used to automate the provisioning of IR staff and 3rd party access logins and entitlements, and a Privileged Access Management (PAM) solution that will ensure that the day to day work of IRs inhouse and outsourced ICT workers and 3rd parties is conducted in a way that is accountable and secure. This Request for Proposal is an invitation to the market to deliver an IGA and PAM solution for IR, and to provide the necessary ongoing Business As Usual support and maintenance resources to deliver the solution to IR as an IT Managed Service outcome. The successful respondent (henceforth Managed Service Provider, or MSP) will demonstrate; Referenceable solution in Australia or New Zealand, currently operating as a managed service. This should be similar to the solution offering proposed to IR; Proven experience implementing IGA and PAM solutions; and Demonstrated history in providing robust and mature managed services for IGA and PAM solutions; and Proven experience in consulting and design expertise in IGA and PAM solutions, understanding that Inland Revenue is at the start of our IGA/PAM journey.",Awarded,,0,20250410 Inland Revenue Department,22724911,Request for Proposals,Open Competition,Online Survey Software RFP,,20200525,20200612,20201012,,Sole Agency,No,,"Inland Revenue is looking for demonstrable evidence of how Respondents work with their customers to deliver their solution, ensure that the solution remains up to date and that the service is being used effectively. In order to ensure that this is achievable IR has provided the pre-conditions and requirements in this document and seek your response to explain how you would achieve them. The OSS tool will be used to manage the surveying and reporting of customer and employee experiences. IR wants to understand customer behaviours and drivers, to gain insights in order to provide sound customer outcomes. We want to understand our employee behaviours, drivers and engagement levels to gain insights in order to evaluate culture including our diversity and inclusion factors. The selected supplier will be required to provide expertise and ongoing support during the delivery, implementation and the operation of their software solution. Given the differences between customer and employee surveying, IR is open to the concept of the selected supplier subcontracting to another supplier in order to meet IRs requirements.",Awarded,,0,20250410 Inland Revenue Department,23147388,Award Notice,Open Competition,Professional Services,,20200724,20200803,20200820,,Sole Agency,No,,,Awarded,Contact Bttenders@ird.govt.nz if you have any queries,710180,20250410 Inland Revenue Department,23152906,Award Notice,Open Competition,Professional Services,,20200203,20200602,20200821,,Sole Agency,No,,If you have any queries regarding this please contact the email address below.,Awarded,,3978385,20250410 Inland Revenue Department,23153042,Award Notice,Open Competition,Professional Services,,20200529,20200612,20200821,,Sole Agency,No,,,Awarded,Any queries please contact TendersMGT@ird.govt.nz,435600,20250410 Inland Revenue Department,23153106,Award Notice,Open Competition,Professional Services,,20200526,20200626,20200821,,Sole Agency,No,,,Awarded,Any queries please contact TendersMGT@ird.govt.nz,0,20250410 Inland Revenue Department,23153156,Award Notice,Open Competition,Professional Services,,20200525,20200626,20200821,,Sole Agency,No,,,Awarded,Any queries please contact TendersMGT@ird.govt.nz,382885,20250410 Inland Revenue Department,23153192,Award Notice,Open Competition,Professional Services,,20200529,20200629,20200821,,Sole Agency,No,,,Awarded,,444150,20250410 Inland Revenue Department,23161548,Request for Proposals,Open Competition,Property Data & Insight Services,,20200824,20200911,20210120,,Sole Agency,No,,"Inland Revenue (IR) is nearing the end of a five-year transformation, which has included improving the way we use data and information to make better decisions for New Zealand. Property data is a key indicator for understanding economic and social health, and were looking for suppliers of New Zealand property data together with other relevant services to help us take our analytics and insights to the next level and build a better experience for our customers. IR is seeking general information from suppliers of such services. Note that IR currently use Land Information New Zealand transactional data as part of its customer service solution.",Awarded,,0,20250410 Inland Revenue Department,23763698,Request for Proposals,Open Competition,Construction Main Contractor - Asteron Centre Tenancy Reconfiguration,,20201211,20210122,20210430,,Sole Agency,No,,"Inland Revenue requires construction services to deliver alterations to the hard fit-out of our tenancy in the Asteron Centre. We require appointment of the main contractor by 19 March 2021 to allow for commencement of construction works from 29 March 2021. All currently approved works in Asteron Centre are to be delivered by 30 June 2021. Additional works currently under consideration are to be delivered (if approved to proceed) by November 2022 (or earlier). Please refer to the RFP documentation for further details.",Awarded,,0,20250410 Inland Revenue Department,23775567,Award Notice,Open Competition,Professional Services,,20201029,20201029,20201215,,Sole Agency,No,,,Awarded,,4441988,20250410 Inland Revenue Department,23775834,Award Notice,Open Competition,Risk Services Manager,,20200813,20200813,20201215,,Sole Agency,No,,,Awarded,,792042,20250410 Inland Revenue Department,24330135,Award Notice,Open Competition,Specialist Advice,,20210326,20210326,20210521,,Sole Agency,No,,,Awarded,,1434299,20250410 Inland Revenue Department,24330311,Award Notice,Open Competition,Professional Services,,20210329,20210329,20210521,,Sole Agency,No,,,Awarded,,2071232,20250410 Inland Revenue Department,24330359,Award Notice,Open Competition,Professional Services,,20210329,20210329,20210521,,Sole Agency,No,,,Awarded,,3905687,20250410 Inland Revenue Department,24330389,Award Notice,Open Competition,Professional Services,,20210329,20210329,20210521,,Sole Agency,No,,,Awarded,,2175200,20250410 Inland Revenue Department,24865131,Request for Quotations,Closed Competition,Upper Hutt Accommodation Project - Construction Main Contractor,,20210927,20211105,20211220,,Sole Agency,No,TendersMGT@ird.govt.nz,"This Request for Quote (RFQ) seeks submissions from Main Contractors for construction works to Inland Revenue's (IR) Upper Hutt office at 11 Jepson Grove, Upper Hutt. We have a requirement to replace a commercial kitchen with staff kitchen facilities and build additional kitchen facilities at the site. Additional minor alteration works throughout the tenancy are currently under consideration. Inland Revenue is looking for a credible supplier who has the capability and experience to deliver the construction works to high quality, for best value for money and within the timeframe set out in the RFQ documentation. The scope of work excludes the provision and/or removal of any soft fit-out elements such as furniture. Any supplier, installation and/or removal of AV equipment, ICT and security hardware will be managed by Inland Revenue under separate preferred supplier contracts. This is an opportunity to be part of IR's programme of work to optimise the use of office space and achieve value for money while providing and maintaining safe standards of accommodation for IR's employees and personnel. This is a single stage Request for Quote (RFQ) closed tender.",Awarded,"Xacta Builders Ltd were selected as the preferred respondent, offering best overall value for money for the work.",433000,20250410 Inland Revenue Department,24955498,Request for Proposals,Open Competition,"Security Systems, Monitoring and Guard Services",SECU01,20211013,20211109,20220309,,Sole Agency,No,TendersMGT@ird.govt.nz,"Inland Revenue (IR) is seeking a single nationwide supplier who can provide comprehensive security services across our various sites. These services include security access control and system programming, monitoring services, maintenance and inspection of alarms, CCTV, hardware and software maintenance, upgrades and repairs, IQP compliance, asset management and guard services.",Awarded,"This is to confirm that following the evaluation of the proposals received for IR's Security systems, monitoring and guard services tender the contract has been awarded to Aotea Security (NZ) Limited",0,20250410 Inland Revenue Department,24972415,Request for Quotations,Closed Competition,Future Workplaces Programme - Furniture Supply,,20211018,20211112,20220303,,Sole Agency,No,,"Here at Inland Revenue we are continuing to transform how we work as part of our journey towards being a modern, innovative place to work. Building on sound foundations, we are taking opportunities to redesign our workplaces and the way we work in them to deliver a modern, agile, appealing and collaborative environment for our people. Flexibility at work comes in different forms and is about having choices. Flexible working at IR is about how, where and when we work, and being open to exploring options that find the balance between individual needs, team needs and organisational needs. We also have the opportunity through our Property strategy to maximise the IR property portfolio, while simultaneously creating spaces that enable flexible working. We are looking for furniture suppliers that specialise in fitting out modern workplaces to work with us as we transition our portfolio to Future Workplace. We see this as a long term engagement starting with our Wellington CBD office and continuing as we work in several phases across a number of our work places. Its important that we build a strong relationship with our supplier(s), that they can develop a rich understanding of how we work as an organisation, and transpose that into furniture pieces that allow our people to do their best work. This is an exciting opportunity to work with Inland Revenue for a multi-year, multi-site programme of work that potentially encompasses over 70,000 square meters of office space and will enhance the working environment for more than 5,000 public servants delivering services that impact the lives of all New Zealanders.",Awarded,Europlan has been awarded the furniture contract for Inland Revenue's Future Workplace Programme of work.,6000000,20250410 Inland Revenue Department,24983802,Award Notice,Open Competition,Voice Talent and Recording Services,,20210628,20210628,20210628,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,24984633,Award Notice,Open Competition,Extension of contract award term,,20210706,20210706,20210706,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,24985837,Award Notice,Open Competition,Waste Management,,20210826,20210826,20211112,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,25001736,Request for Proposals,Open Competition,Health & Safety Solution,,20211022,20211116,20211116,,Sole Agency,No,,"Inland Revenue requires a solution to manage Health, Safety and Wellbeing for it's staff. Inland Revenue will hold a briefing to give context to the Health & Safety RFP that we anticipate releasing in late October on Mon 11 October 2021, 2:30pm (NZST) via TEAMs. Suppliers who are interested in participating in this session should email TendersMGT@ird.govt.nz to receive details of the TEAMs call prior to cob Fri 8 October 2021 The RFP for Health & Safety Solution will shortly be attached including three (3) attachments. The Reference number for the RFP (not the FPO) is: PRO-RFX- #25001736-Health & Safety RFP",Awarded,,0,20250410 Inland Revenue Department,25017112,Award Notice,Open Competition,Professional Services,,20210831,20210831,20210831,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,25017449,Award Notice,Open Competition,Extension of Master Services Agreement,,20210910,20210910,20210910,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,25408191,Award Notice,Open Competition,Print Supply Chain Master Services Agreement,,20210824,20210824,20210824,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,25408285,Award Notice,Open Competition,Design Services,,20210906,20210906,20210906,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,25467020,Award Notice,Open Competition,Taxi Travel Administration,,20211129,20211129,20211129,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,25467058,Award Notice,Open Competition,IT Service Management Software,,20220210,20220210,20230629,,Sole Agency,No,,,Not Awarded,Awarded to Qualtrics,0,20250410 Inland Revenue Department,25467648,Request for Proposals,Open Competition,Future Workplace Programme - Asteron Centre Refurbishment - Construction Main Contractor,,20220307,20220401,20220523,,Sole Agency,No,TendersMGT@ird.govt.nz,"This Request for Proposal (RFP) seeks submissions from Main Contractors for construction and refurbishment works to Inland Revenue's (IR) Asteron Centre, 55 Featherston Street, Pipitea, Wellington. The Asteron Centre Project will be refurbishing our tenancy in the Asteron Centre, consisting of 13,897sqm across several floors and will introduce a modern, future workplace. This will require alterations to the layout and building services, the scope of which will be confirmed as we work through to detailed design. We require appointment of the main contractor in Q1 2022 to allow for early contractor involvement in the detailed design. Construction is expected to commence in Q3 2022 and be completed by Q1 2023, but timing is be dependent on completion of the landlord's seismic upgrade works. IR is looking for a credible supplier who has the capability and experience to deliver the construction works to a high quality, for best value for money and within the time-frames set out in the RFP documentation. This is an exciting opportunity to be part of IR's programme of work to optimise the use of office space and achieve value for money while providing and maintaining safe standards of accommodation for IR's people. if you are interested please subscribe to this tender to view the tender documents and respond by the close date.",Not Awarded,McKee Fehl have been awarded the contract for Asteron Centre Refurbishment - Construction Main Contractor.,0,20250410 Inland Revenue Department,25571124,Request for Proposals,Open Competition,Offshore debt collection and associated services,OFFD01,20220322,20220426,20220930,,Sole Agency,No,TendersMGT@ird.govt.nz,"Inland Revenue (IR) is seeking supplier(s) who can demonstrate ethical and lawful offshore debt collection practices, has experience and specialist knowledge within Australia and/or the United Kingdom. Supplier(s) with global reach and/or extensive networks for providing offshore debt collection are also welcomed. These services include contacting debtors, establishing payment arrangements with debtors, track and trace services, process serving services, and legal services. IR wants supplier(s) who can become a trusted partner, with the ability to provide meaningful insights and reporting on outcomes achieved through their services. Robust processes, systems and care of IRs customers throughout the debt collection process is of huge importance and value to IR.",Awarded,"Baycorp (NZ) Limited, CCI Credit Management Limited and Sparke Helmore have all been successfully awarded contracts for offshore debt collection and associated services.",0,20250410 Inland Revenue Department,25704218,Request for Proposals,Open Competition,Consultancy Services to Analyse Inland Revenue's learning requirements utilising our learning framework,,20220420,20220517,20221128,,Sole Agency,No,,"Inland Revenue (IR) is looking to procure consultancy services to analyse our learning requirements and recommendations to our approach to deliver learning. IR's Business Transformation (BT) programme has delivered new organisational structures, technology platforms, processes and people practices to help it organisationally deliver a more streamlined service to customers. The programme has enabled IR to build new capabilities and to operate differently. As BT draws to a close, IR wants to ensure the changes it has made support enduring organisational shifts. IR wants its people to be clear about how we work (our behaviours) and IR wants to support its leaders to lead effectively in a transformed organisation - role modelling and encouraging those behaviours. To do that IR is looking to create learning experiences for our people and leaders, and to all new starters, that explains how we work at IR and enables our organisational shifts be be enduring. This Request For Proposal (RFP) is to engage one or more suppliers who have the knowledge and understanding of learning frameworks. We need suppliers who are either based in New Zealand or who can work within New Zealand time-zones and who are willing to share the assets developed through this work with IR and other partner suppliers. There are three main components that are in scope for this procurement: Part A - analyse Inland Revenue's learning requirements and provide recommendations on the approach to deliver learning; Part B - develop the learning assets in line with the agreed approach to delivering learning; Part C - assessment and evaluation of the learning and behaviour change. What next? This is an exciting opportunity to work with IR as we transition to our new behavioural framework and its new approach to delivering learning experiences. We welcome responses from those suppliers who have worked in this field and delivered the results we are looking for. If you are interested in this opportunity please subscribe to this GETS notice and download the attached RFP documents.",Awarded,"EY have been awarded the contract for Part A&C Inspire Group have been awarded the contract for Part B",1117052,20250410 Inland Revenue Department,25721278,Request for Proposals,Closed Competition,Future-Proofed Contact Centre - TaaS,FPCC-RFP-001,20220422,20220513,20230422,,All of Government,No,,"Inland Revenue (IR) is seeking proposals from the shortlisted Common Capability ICT Telecommunications as a Service (TaaS) providers who were selected via the NOI (GETS Reference 25511176) and RFI (GETS Reference 25596741) with respect to the ongoing provision and implementation of Contact Centre services, as IR looks to future proof our Contact Centre with a strategic solution.",Awarded,,0,20250410 Inland Revenue Department,25949848,Request for Proposals,Open Competition,Uninterruptable Power Supply as a Service,,20220617,20220708,20221222,,Sole Agency,No,TendersMGT@ird.govt.nz,Inland Revenue is in search of Uninterruptable Power Supply-as-a-Service (UPSaaS) Provider who will replace its self-managed UPS fleet across four offices.,Awarded,,0,20250410 Inland Revenue Department,26006182,Request for Proposals,Open Competition,Greymouth Fitout Project - Construction Main Contractor,,20220705,20220729,20230203,,Sole Agency,No,,"This Request for Proposal seeks submissions from Construction Main Contractors to complete Front of House (FOH) and back office fit-out works to Inland Revenue's (IR) Greymouth office, located at Blanchfield House, 23 Guinness Street, Greymouth. The Greymouth Fit-out project will be to carry out reconstruction on our tenancy following seismic strengthening of the building by our landlord. The work will include an upgrade of the FOH to improve security, customer experience and operational effectiveness, and improvements to the quality of back-office accommodation. The work will bring the Greymouth site in line with IR's updated workplace requirements. Our FOH is approximately 80m2 in area, with the remainder of the 600m2 building generally as a mix of open plan office space, meeting rooms, storage and open social/circulation space. IR is looking for a credible supplier who has the capability and experience to deliver the construction works to a high quality, for best value for money and within the time-frames set out in the RFP documentation. Why should you bid? This is an opportunity to be part of IR's programme of work to optimise the use of office space and achieve best public value for the New Zealand taxpayer while providing and maintaining safe standards of accommodation for IR's People. What next? If you are interested in responding to this opportunity, please subscribe to this notice and respond to the RFP by the closing date.",Awarded,I am pleased to advise the contract for Greymouth Fitout Project - Construction Main Contractor has been awarded to Alaska Construction + Interiors South Island Limited.,0,20250410 Inland Revenue Department,26244153,Request for Proposals,Open Competition,Document Service,DOCS01,20220830,20220927,20230721,,Sole Agency,No,glenda.stewart@ird.govt.nz,"Inland Revenue (IR) is seeking suppliers who can serve legal documents on defendants, plaintiffs, applicants, respondents, taxpayers and other persons party to or involved in legal, contractual, procedural or other disputes with IR at the recipients address across New Zealand.",Awarded,As expected IR has concluded contract negotiations with multiple suppliers in order for the services to be delivered across New Zealand.,0,20250410 Inland Revenue Department,26404502,Award Notice,Open Competition,Telecommunications Services,,20220714,20220714,20220714,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,26422890,Award Notice,Open Competition,Relocation & Disposal Services (includes E-Waste),,20220818,20220818,20220818,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,26579349,Request for Proposals,Open Competition,LED Lighting Upgrade Project - Russley Road,LED-001,20221104,20221207,20230127,,Sole Agency,No,TendersMGT@ird.govt.nz,"Inland Revenue is seeking responses from suitably qualified suppliers to carry out an LED lighting upgrade at its site on Russley Road, Christchurch. We are looking for suitably qualified and experienced suppliers who can deliver within our time frames and who can meet our pre-conditions. We are looking for a delivery solution that provides us with best public value over the course of the contract. This is an opportunity to be part of a nationwide initiative that will help Inland Revenue reach its carbon neutral goals by 2025. Opportunities for Inland Revenue's other sites will be similarly advertised as we are ready to undertake them. In scope for this work is: - LED lighting upgrade at our Russley Road site in Christchurch - Installation of a site-specific design solution based on the IR standard lighting specification (includes in our RFP document pack) - the design of a site-specific solution based on IR standard lighting specification - Removal and disposal of existing lighting - Areas include interior spaces including open office environment, meeting rooms, storage rooms, common areas such as stairwells and bathrooms. If you are interested in responding to this opportunity, please download the attached documents and provide a respond by the closing date.",Not Awarded,"IR was unable to award as the responses did not fully meet our requirements, either through price or details in methodology.",0,20250410 Inland Revenue Department,26721891,Request for Proposals,Open Competition,Imaging and Scanning Solution,,20221207,20230220,20231204,,Sole Agency,No,,"Inland Revenue (IR) own six imaging and scanning devices. Five are located in Upper Hutt, and one in the business continuity planning (BCP) site in Hamilton. The machines are not actively maintained and out of support. The current database runs on Oracle Enterprise database which is licensed until June 2023, by which time it will need to be renewed/migrated to another database platform. The current solution is over licensed at 13,000,000 pages a year. IR scanned just over 3,000,000?pages in 2021 and is expecting this to further decrease in future years, however there will?remain a need for IR to accept paper records, under the Public Records Act. A Request for Information (RFI) to the market was issued in July 2022, and showed good market interest able to provide either a hybrid solution, or an end-to-end Imaging and Scanning solution. After consideration of the responses, IR now seek a Respondent who can provide a consolidated service the hardware, software, and service, training and support As A Service for consumption. From June 2023.",Awarded,,0,20250410 Inland Revenue Department,26814659,Award Notice,Open Competition,Supply of Online and or Print Products,,20221201,20221201,20221201,,Sole Agency,No,,,Not Awarded,,0,20250410 Inland Revenue Department,26908587,Award Notice,Open Competition,Online Death Notification Service,,20221019,20221019,20221019,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,27022918,Request for Proposals,Open Competition,Verification Services to Support the Carbon Neutral Government Programme,,20230302,20230406,20230703,,Cluster,No,,"Inland Revenue is seeking responses from suitably qualified suppliers to carry out auditing and verification services of data collated for reporting under the Carbon Neutral Government Programme. Services in scope are: - Verification services to ensure our emissions measurement and reporting meets CNGP requirements - Re-verification of Baseline emission results when needed - Advice on how to improve our data collection processes This opportunity is being carried out on behalf of the following agencies: - Inland Revenue - Ministry of Foreign Affairs and Trade - Department of Internal Affairs - Taumata Arowai This RFP is not to select a panel of Suppliers, nor is it to select one preferred Supplier across the agencies through a syndicated agreement. This is a single RFP process led by Inland Revenue on behalf of other government agencies. This one RFP is to provide an equal opportunity for Suppliers to submit one response for a common service needed across more than one government agency. What next? If you are interested in this opportunity, please download the attached documents and respond to this tender by the close date.",Awarded,"CNGP Verification Services has been awarded to: Inland Revenue has awarded this contract to Opportune Consulting Limited MFAT has awarded this contract to Enviro-Mark Solutions trading as Toitu DIA has awarded this contract to Enviro-Mark Solutions trading as Toitu. Taumata Arowai have deferred selection at this time.",717862,20250410 Inland Revenue Department,27130076,Award Notice,Open Competition,Administration Services in relation to Taxi travel,,20230321,20230321,20230321,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,27630251,Request for Proposals,Open Competition,The Design and Delivery of Learning Assets for Te Arapiki,,20230628,20230801,20231212,,Sole Agency,No,,"Inland Revenue (IR) is looking for a service provider or providers who can deliver a Maori cultural capability learning programme for all our people to support them to transition to completed levels of capability, across four learning kaupapa of: - Worldviews; - Tikanga and Systems; - Role and Responsibilities (including Maori Crown Relationships, Te Tiriti o Waitangi); and - Te Reo Maori Te Arapiki is a capability development framework that all staff and leaders in IR and the organisation itself can use to plan, develop and monitor progress and development against Maori Crown capabilities. Te Arapiki means the stairway and is a levels-based training framework to support IR people to uplift their Maori cultural capability. It aligns with Te Arawhiti guidance and Public Sector Act requirements. What next? This is an opportunity to help shape the learning assets across a government agency which touches on the whole of New Zealand. The assets will better enable a better understanding and competency in Te Ao Maori and Te Tiriti o Waitangi. if you are interested in responding to this opportunity, please subscribe to this GETS notice and download the attached documents and provide a response by the closing date.",Awarded,"The following three suppliers were awarded contracts to deliver the Te Arapiki learning framework, to be delivered at Foundational, Comfortable, Confident and Capable levels. Haemata were awarded the learning Kaupapa - Worldviews (including Maori systems and structures) and Relationships and Responsibilities Tupu Ora Education and Development Limited were awarded the learning Kaupapa - Te Reo Maori and Tikanga Online Reo Agency Limited were awarded a contract to deliver Te Reo Maori learning packages.",2802179,20250410 Inland Revenue Department,27728026,Request for Proposals,Open Competition,Russley Road - LED Lighting Upgrade,LED - 002,20230718,20230811,20231201,,Sole Agency,No,,"Inland Revenue is seeking responses from suitably qualified electrical installers to supply and install LED lighting at 92E Russley Road, Christchurch. This upgrade is part of Inland Revenue's project to reduce emissions as much as possible to improve energy efficiency, reduce energy costs and reduce greenhouse gas emissions (carbon emissions) as part of our efforts in support of the NZ government's target to achieve carbon neutrality. What we want: - We are looking for a like for like replacement/swap out of existing luminaires; - the supply and installation of a site-specific solution based on the attached lighting design and IR's standard lighting specification; - removal and disposal of existing lighting and associated waste. The areas in scope for this project include: - interior spaces including our open office environment, - meeting rooms, - storage rooms, - common areas such as stairwells and bathrooms What next? If you are interested in responding to this RFP, please subscribe to this notice and download the attached documents. Please provide your response by the closing date.",Awarded,Ventia NZ Operations Limited has been awarded the contract for the LED Lighting Upgrade at Russley Road.,256888,20250410 Inland Revenue Department,28046935,Award Notice,Open Competition,Online Death Notification Service,,20230724,20230724,20230807,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,28047033,Award Notice,Open Competition,Extension of External Customer Email Services & e-Subscription Services,,20230717,20230717,20230724,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,28153930,Award Notice,Open Competition,Construction Main Contractor at Christchurch,,20230915,20230915,20230915,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,28803787,Request for Proposals,Open Competition,Wellbeing Services RFP,WEL002,20240209,20240304,20240701,,Sole Agency,No,TendersMGT@ird.govt.nz,"Following on from a Request for Information (RFI) process which was run in November 2023 to understand the market better, IR is now running an RFP process and is seeking Wellbeing Services proposals in the following areas: 1. Employee Assistance Programme (EAP); 2. Mental Health Training for Leaders; and 3. Platform/tool for wellbeing resources (articles, surveys, webinars and recordings) for employees across IR to engage with. IR is seeking suppliers who are able to provide any of the above three services. Each service area will be evaluated separately and has its own requirements and evaluation criteria. It is critical that suppliers complete the appropriate response form and, if a supplier is submitting a response for all three each individual response form still is required to be completed and every requirement must be addressed for that service. Each service is evaluated against the relevant requirements and criteria for that service. A single response for covering more than one service will not be evaluated.",Awarded,"Employee Assistance Programme - Awarded to Clearhead Limited Mental Health Training for Leaders Non-Award Platform/tool for wellbeing resources Non-Award IR was pleased with the significant interest in delivering these services and appreciative of the effort from participants to complete responses. IR received 53 responses in total across all three services. The market will be aware that the fiscal environment for Government has changed significantly since we released this tender to market. Like all Government Agencies IR is reviewing all spend, and the non-award of the above two services is reflective of IR reviewing not only spend, but also a required change in approach to maximise value of the delivery of Wellbeing Services to our people.",2500000,20250410 Inland Revenue Department,29245875,Award Notice,Open Competition,Supply and installation of EV chargers,,20240123,20240123,20240124,,Sole Agency,No,,,Awarded,,300000,20250410 Inland Revenue Department,29285252,Request for Proposals,Open Competition,Invercargill Fitout Construction Main Contractor,,20240429,20240529,20241021,,Sole Agency,No,,"Inland Revenue are seeking proposals from suitably qualified Construction Main Contractors to complete Front of House (FOH) and back office works to our office in Invercargill. The Invercargill Fitout project will include an upgrade of our FOH to improve security, customer experience and operational effectiveness, and make improvements to the quality of back-office accommodation. This is an opportunity to be part of IR's programme of work as we renew our leases and optimise the use of office space and achieve value for money for the New Zealand taxpayer while providing and maintaining safe standards of accommodation for IR's people. If you are interested, please subscribe to this notice and download the documents attached.",Awarded,The Invercargill Fitout Project has been awarded to Alaska Construction and Interiors South Island Limited.,2180664,20250410 Inland Revenue Department,29618890,Award Notice,Open Competition,Mid City Construction Main Contractor,,20240506,20240617,20240618,,Sole Agency,No,,"Inland Revenue is undertaking fitout works across its sites as leases come up for renewal. Inland Revenue has consolidated sites in Christchurch into Mid City, and requires the design of new office and Front of House accommodation. Naylor Love have been awarded this contract in accordance with the exemption under NZ Procurement Rule 14.9c Only one Supplier.",Awarded,"Naylor Love have been awarded the contract at Mid City to complete fitout works, under exemption NZ Procurement Rule 14.9(c) only one supplier.",3804944,20250410 Inland Revenue Department,30441614,Award Notice,Open Competition,"National Standard Cost, data collection & calculation for specified Livestock",,20231114,20231115,20231111,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,30441849,Award Notice,Open Competition,Construction Main Contractor at Nelson,,20240612,20240613,20240617,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,30442028,Award Notice,Open Competition,Payroll Contracting Services,,20240830,20240831,20240831,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,30442276,Award Notice,Open Competition,Online subscription for Candidate Reference Checks,,20240901,20240902,20240902,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,30442405,Award Notice,Open Competition,Online subscription for Candidate Reference Checks,,20240901,20240902,20240903,,Sole Agency,No,,,Awarded,,0,20250410 Inland Revenue Department,31371027,Award Notice,Open Competition,Billing and reporting of all taxi travel as a charge back to a centralised point.,,20250321,20250321,20250331,,Sole Agency,No,,,Awarded,,0,20250410 Institute of Environmental Science & Research Ltd,22914925,Request for Proposals,Open Competition,AMS solution,RFPAMS,20200703,20200817,20220317,Business Services,Sole Agency,No,tenders@esr.cri.nz,"The Institute of Environmental Science and Research (ESR) is seeking proposals from solution (software, design and implementation services) providers for a new Asset Management System (AMS) to replace our current manual processes and systems. The AMS solution provider will work with us to design, install and implement a stable and future-proof AMS solution that meets our outcomes. We are open to either an on-premises or cloud-based Software as a Service (SaaS) solution. ESR is seeking to adopt standard business processes and configurations inherent/available in the preferred solution with little configuration and little or no customisation. ESR is willing to change its business processes to align with the standard processes and configurations in the solution. The solution/s must support modern business practices across the full range of functions specified in this RFP. The solution/s must be robust and proven application/s with an intuitive easy-to-use user interface. Additionally, the solution/s needs to be supported in New Zealand by a competent implementation and support partner.",Not Awarded,Cancelled,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),17469527,Request for Proposals,Open Competition,GNS Science HSE Risk Management Tool,,20160502,20160610,20230420,,Sole Agency,No,,"The Institute of Geological and Nuclear Science (GNS Science) is a New Zealand Crown Research Institute, doing pure and applied science in: Earth Sciences; Energy & Resources; Natural Hazards; and Environment & Minerals. We have four office sites across New Zealand, and a significant amount of our work includes working in laboratories and in a variety of outdoor & remote environments (including marine, mountain, volcanic and geothermal). We need an IT solution that helps us to manage our diverse variety of HSE Risks. We want to configure data capture screens, and workflow rules, that support the administrative aspects of HSE Risk Management. We have a variety of other needs including contractor management, asset management, inventory management, and reporting. We want a solution that is aligned with current HSE regulations and standards, and will help us to remain aligned in future.",Not Awarded,No information available about contract awarded,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),19532727,Request for Proposals,Open Competition,Resilience Challenge Maori Strategy consultant RFP,RNCVM1,20180315,20180409,20230503,,Sole Agency,No,Email proposals only,"The Resilience Challenge, one of eleven National Science Challenges, wishes to engage a consultant with suitable expertise in Maori research development, Maori relationships and/or development of Maori led strategies for a period of approximately three months to develop a Maori Strategy for the Challenge, along with an implementation plan. It is expected that this strategy and implementation plan will provide overarching guidance to the Challenge and contribute to its ability to deliver its Mission. The Resilience Challenge is hosted by GNS Science and is based in Avalon, Lower Hutt.",Not Awarded,No Winner No information available about contract awarded,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),21051523,Request for Quotations,Open Competition,GHG Analyser,,20190520,20190614,20190910,,Sole Agency,No,,"This procurement relates to the delivery of a GHG Analyser and peripherals as part of a broader programme to measure and monitor Green House Gases. Going forward we wish to expand our research capability in this area in support of our research on the source and fate of greenhouse gases. CarbonWatch-NZ aims to deliver a full carbon budget for New Zealand using a combination of atmospheric observations, modelling and bottom-up methods. CarbonWatch-NZ is an exemplar project for the WMO Integrated Global Greenhouse Gas Information System (IG3IS) program. GNS is seeking initially, to purchase a GHG Analyser as part of this project. This equipment is intended to measure GHGs in the Auckland urban area for the 5-year life in the field as part of the CarbonWatch-NZ project, and will have further applications either in ongoing work in Auckland or for other carbon cycle applications in the future. The scope of the project may be expanded in the future and/or new CarbonWatch-NZ projects may require addition additional GHG Analyser and peripherals to be purchased.",Not Awarded,The contract is awarded to Isoscience Pty Ltd representing Picarro - the highest scoring response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),21114403,Request for Proposals,Open Competition,Strong Motion Recorders,,20190605,20190629,20200714,,Sole Agency,No,,"In pursuit of an upgraded strong motion seismic monitoring network for New Zealand, the Institute of Geological and Nuclear Science Ltd (GNS Science) is seeking to appoint providers who will be responsible for the supply, service, maintenance and support of strong motion recorders and ancillary components to supplement its expanding network. In essence, GNS Science is looking for an equipment supplier to support its strong motion seismic network. GNS Science offers a highly-integrated system that facilitates data collection and real-time monitoring for natural hazards such as earthquakes, volcanic eruptions, tsunamis and landslides. This also includes the maintenance of equipment and system replacement, while continuing high performance and effective network operation. GNS Science operates, on behalf of multiple stakeholders, a New Zealand wide geophysical data collection network and geohazard monitoring service. The network consists of 196 seismic sites 313 strong motions sites 215 GNSS sites 18 coastal sea level gauges 12 volcano cameras a number of Research & Development platforms and temporary installations Data is transmitted over a communication network that includes multiple redundant pathways and over a thousand individual communications devices. Data is received, processed, and stored in a highly available hybrid-cloud environment. The field equipment and data collection systems are configured and operated using modern DevSecOps techniques. This RFP seeks strong motion equipment that will integrate with the performance, data, automation, and security requirements of operating this service. GNS Science is responsible for managing the continuously expanding National Strong Motion network and the delivery of data services to other New Zealand organisations (Public and Private) in a timely and efficient manner. Over the years, GNS Science maintains and deploys strong motion sensors in strategic locations in New Zealand. This network evolves into a sophisticated hub of seismic stations that captures the strong ground shaking in New Zealand",Awarded,Contract awarded to two suppliers: Nanometrics and CSI,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),21692837,Request for Proposals,Open Competition,Kairoura Landslide Coring Project,GNS00023RFP,20191001,20191029,20230420,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is seeking to appoint a supplier who will be responsible for the supply of drilling, coring and monitoring services as part of a ground investigation to obtain engineering geological and geotechnical information (up to three boreholes each at potentially three different locations in Canterbury) from boreholes drilled to extract core samples in Canterbury region. GNS Science is looking for a supplier skilled and experienced in providing such services.",Not Awarded,No winner - no contract awarded to any of the proposals - project closed,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),21805442,Request for Proposals,Open Competition,GNS Digitiser & Seismic Sensor,GNS00024RFP,20191018,20191121,20201008,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is seeking to appoint providers who will be responsible for the supply and support of Digitisers and / or Seismic Sensors, and ancillary components to supplement its expanding network. In essence, GNS Science is looking for equipment suppliers to support its seismic network. Suppliers may tender for ALL or PART of our requirements. GNS Science offers a highly-integrated system that facilitates data collection and real-time monitoring for natural hazards such as earthquakes, volcanic eruptions, tsunamis and landslides. This also includes the maintenance of equipment and system replacement, while continuing high performance and effective network operation. GNS Science operates, on behalf of multiple stakeholders, a New Zealand wide geophysical data collection network and geohazard monitoring service. The network consists of: 196 seismic sites 313 strong motion sites 215 GNSS sites 18 coastal sea level gauges 11 volcano cameras a number of Research & Development platforms and temporary installations Data is transmitted over a communication network that includes multiple redundant pathways and over a thousand individual communications devices. Data is received, processed, and stored in a highly available hybrid-cloud environment. The field equipment and data collection systems are configured and operated using modern DevSecOps techniques. This RFP is seeking responses that will integrate with the performance, data, automation, and security requirements of operating this service. GNS Science is responsible for managing the Geohazard environment and the delivery of data services to other New Zealand organisations (Public and Private) in a timely and efficient manner. GNS Science maintains and deploys geohazard monitoring equipment in strategic locations across New Zealand. This network has evolved into a sophisticated hub of seismic stations and geohazard monitoring stations",Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),22131200,Request for Proposals,Open Competition,ICP-OES: Inductively Coupled Plasma (ICP) Optical Emission Spectrometer (OES),GNS00025RFP - ICP-OES,20191224,20200131,20200227,,Sole Agency,No,procurement@gns.cri.nz,GNS Science (GNS) is New Zealands leading Earth science institute and is leading provider of commercial research into water and gas samples from geothermal and volcanic sources. GNS is looking to procure ICP-OES: Inductively Coupled Plasma (ICP) Optical Emission Spectrometer (OES) equipment and peripherals essential to providing high precision services to New Zealand and International agencies in a timely and efficient manner.,Awarded,Contract awarded to the highest scorer: DKSH New Zealand Limited,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),22131236,Request for Quotations,Open Competition,Magnetotelluric (MT) Recorders,GNS00021RFQ,20191224,20200210,20200325,,Sole Agency,No,procurement@gns.cri.nz,"The Institute of Geological and Nuclear Science Ltd (GNS Science) is New Zealands leading Earth science institute and we are seeking to appoint a provider for Magnetotelluric (MT) Recorders. The supplier will be responsible for the supply, service, maintenance and support of Magnetotelluric (MT) Recorders, and ancillary components to replace ageing network equipment. GNS Science offers a highly-integrated system that facilitates data collection and real-time monitoring for natural hazards such as earthquakes, volcanic eruptions, tsunamis and landslides. This also includes the maintenance of equipment and system replacement, while continuing high performance and effective network operation. GNS Science operates, on behalf of multiple stakeholders, a New Zealand wide geophysical data collection network and geohazard monitoring service",Not Awarded,The contract for the supply of MTU units was awarded to the highest scoring response - Phoenix Geophysics,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),22552090,Request for Quotations,Open Competition,Unpiloted Aerial Vehicle (UAV) Light Detection & Ranging (LiDAR),GNS00026RFQ,20200417,20200514,20200803,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is New Zealands leading Earth science institute and we are seeking to appoint a provider for the supply of a UAV and LiDAR technology. The prime purpose is to acquire cutting-edge medium-scale lidar mapping technology that will support the next innovations in landslide analysis and flow modelling. The UAV Lidar will enable GNS Science to rapidly capture accurate survey grade topographical data to support projects across the business and inform decision making in landslide response situations.",Not Awarded,The contract was awarded to the highest scoring supplier,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),22608012,Request for Quotations,Open Competition,National Seismic Network Standby Power System,GNS00027RFQ,20200504,20200527,20200921,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is seeking to appoint a provider who will be responsible for the supply of standby power systems, to be deployed across the National Seismic Network. In essence, GNS Science is looking for an equipment provider to supply DC power supply and storage equipment. GNS Science offers a highly-integrated system that facilitates data collection and real-time monitoring for natural hazards such as earthquakes, volcanic eruptions, tsunamis and landslides. This also includes the maintenance of equipment and system replacement, while continuing high performance and effective network operation",Awarded,Contract awarded to the highest scorer: Complete-Coms Ltd,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),23195569,Request for Proposals,Closed Competition,DATA LOGGERS AND SENSORS,GNS00031RFP,20200828,20200918,20201125,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is seeking to appoint a provider who will be responsible for the supply and support of Data Loggers and Sensors, and ancillary components to supplement its expanding network. GNS Science offers a highly-integrated system that facilitates data collection and real-time monitoring for natural hazards such as earthquakes, volcanic eruptions, tsunamis and landslides. This also includes the maintenance of equipment and system replacement, while continuing high performance and effective network operation. This procurement relates to the initial sourcing of 12 high-quality Data Loggers and 5 of each type of Sensor and thereafter approximately 35 further Dataloggers over the next five (5) years to supplement a network of sites measuring various parameters at volcanic and geothermal features in New Zealand. GNS Science will install and operate these systems as part of the GeoNet Project, on behalf of all New Zealanders.",Not Awarded,Contract awarded to the highest scorer: Sound Enterprises Limited,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),23702684,Request for Quotations,Open Competition,CNC Lathe Project,GNS00035RFQ,20201127,20201217,20210419,,Sole Agency,No,procurement@gns.cri.nz,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is seeking to appoint a provider who will be responsible for the supply of a Computer Numerical Control (CNC) Lathe, to be located at our National Isotope Centre (NIC) in Gracefield Lower Hutt. The CNC lathe is required to replace a lathe which has reached the end of the useful life. The CNC lathe will form part of our workshop environment. This is a critical function that supports many of our science functions.",Not Awarded,Best overall response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),23977221,Request for Quotations,Open Competition,Auto-Titration System,GNS00036RFQ,20210215,20210311,20210428,,Sole Agency,No,,"This procurement relates to the delivery an Auto-Titration (AT) system for the NZ Geothermal Analytical Lab (NZGAL) in Wairakei to provide back-up capacity to meet both commercial and research clients expectations in groundwater monitoring, geothermal operations and GeoNet (volcanology]. The acquisition of new equipment is required to meet growing customer demand for precise and prompt analysis of their geothermal and groundwater samples.",Awarded,Awarded to the best overall response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),23982564,Request for Proposals,Closed Competition,Travel Management Service,GNS00039RFP,20210216,20210304,20210416,,Sole Agency,No,,"The Institutes of Geological and Nuclear Sciences Limited (GNS) is investigating options for Travel Management Service (TMS). Our current provider APX has had a long association with GNS however changes within our organisation and the impact of Covid-19 has presented an opportunity to review how we manage travel in a new environment. We expect that, for our TMS requirements, standard approaches will be sufficient and should be able to be accommodated by mature systems. We are seeking a step change in our ability to manage the lifecycle of Travel, reduce our current internal workload and improve our internal customer service through improved transactional processes and automation. Our goal is to achieve a superior User Experience. We are seeking a long-term relationship with a Solution Provider (TMS) who will support and collaborate with us into the future.",Not Awarded,The best overall response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),24168691,Request for Proposals,Open Competition,Water Storage Project Management Services,GNS00040RFP,20210406,20210429,20210714,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS) is seeking to appoint a suitably qualified Project Manager(s) who will be responsible for overseeing a series of tasks associated with the collection of scientifically robust data as part of a joint GNS and MBIE Provincial Development Unit (PDU) initiative to create a science platform to improve our understanding of water storage opportunities and water availability. The platform (Aotearoa Aqua Intel) is designed to provide independent, scientifically robust data that will enable findings to be drawn and applied across the country as well as providing region-wide benefits to the regions involved in the assessments and investigations. Reporting to the Project Governance Group the Project Manager(s) will keep GNS programme managers and the project Steering Committee (GNS and PDU) informed of progress, risks and opportunities, costings, and any significant issues",Awarded,Opportunity awarded to the highest scoring vendor,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),24501289,Request for Proposals,Open Competition,Remote Monitoring of Field Teams,GNS00044RFP,20210702,20210729,20230419,,Sole Agency,No,,"GNS Science (GNS) is New Zealands leading provider of Earth, geoscience and isotope research and is seeking to identify a suitable vendor to provide Remote Monitoring services. This RFP sets out GNS specific requirements designed to provide an enhanced Remote Monitoring as part of our continual health & safety improvement plans. This procurement project relates to the sourcing and implementation of a single nationwide platform for tracking, locating, two-way communication and emergency response activation with staff working in the field across the full geographic coverage of the GNS operations. For our staff working in the field we currently deploy multiple means to cater for the broad and diverse geographic coverage of our operations. The tools we use include: Mobile and satellite phones, and two-way radios for communication. Devices for tracking, locating and communicating, e.g. inReach Personal Locator Beacons (PLB) and Emergency Position Indicating Radio Beacon (EPIRB) for emergency response To further enhance health & safety, we are seeking to establish local monitoring of field teams on a 24/7 basis services that are currently monitored by our National Geohazard Monitoring team (NGMC) and outside their current mandate. Our objective is to ensure that communication, tracking and emergency response is supported by regional, national and international emergency response protocols ideally, through an integrated single technology platform. The solution must include the implementation and management of cohesive emergency response and remote worker risk management. Ideally, this will complement and enhance our current communication capabilities.",Not Awarded,The tender was not awarded to any of the supplied proposals - project closed,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),24509180,Request for Proposals,Open Competition,Green Hydrogen Project,GNS00041RFP,20210705,20210811,20220110,,Sole Agency,No,,"For this procurement project GNS is seeking suppliers for some or all of the equipment for a Green Hydrogen and Ammonia laboratory. For the Hydrogen elements, we are looking for the supply of a Gas Chromatograph, associated detectors and gas lines as required for the situation described below. For the Ammonia elements, we are looking for the supply of an Ion Chromatograph, UV-Vis spectrometer, equipment for a reticulation set-up (4-way valve, Cu impurity trap and cold trap, water trap, flow meter, pump, and nitrogen supply/control equipment). For the general context of the lab, we are looking for a Glove box for chemical preparation and handling, and equipment for a wet chemistry set-up including an Ultrapure water production facility in the order of 15L/day, a Stirrer, Centrifuge, Sonicator, Drying, Sintering and Milling/Grinding kit, and scales to suit the situations described below. We are also interested in the supply of dangerous goods cabinets (flammable and corrosive items to be stored).",Awarded,,224603,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),24598231,Request for Proposals,Closed Competition,HPC Project II,GNS00042RFP,20210726,20210910,20211201,,Sole Agency,No,procurement@gns.cri.nz,"GNS Science has increasing demands on its current HPC platform which is nearing the end of its useful life. The science and technical teams want to explore replacement options and are seeking a solution and solution partner to support our future HPC needs. There are several programmes developed by our science teams that require high processing capability & capacity delivered in a timely and efficient manner; these are tuned to run on our current platform. We make extensive use of the NeSI supercomputing facility. However, to meet customer demand from both our research teams and customers we need the flexibility of processing some tasks in-house. Demand is expected to grow and there is some urgency on getting a replacement for Beavan commissioned. The new HPC system is expected to assist us in gaining a greater understanding of our HPC usage and characteristics to guide future investment The existing HPC will be decommissioned following the successful implementation of a new HPC.",Awarded,Contract awarded to the higher scorer: Sempre Technologies Ltd,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),24976327,Request for Quotations,Open Competition,Liquid Water Isotope Analyser (LWIA) system,GNS00048RFQ,20211018,20211101,20211222,,Sole Agency,No,procurement@gns.cri.nz,GNS Science (GNS) is New Zealands leading Earth science institute is seeking to replace its Liquid Water Isotope Analyser (LWIA) system used for both commercial and research groundwater work. The current system is more than 10 years old and we want to replace this with a laser and autosampler system. GNS Science is looking for a credible provider of Liquid Water Isotope Analyser (LWIA) systems. The provider must have a good track record in providing and supporting LWIAs (and their peripherals) with providing high-quality equipment. GNS has a strong commitment to health and safety and environmental considerations.,Awarded,Best overall response,170000,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),25456189,Request for Proposals,Closed Competition,ENTERPRISE CONTENT MANAGEMENT (ECM) SYSTEM,GNS00047RFP,20220224,20220316,20230504,,Sole Agency,No,,"We require a fit for purpose, Share-Point based ECMS (electronic content & record management system) in line with what has been discussed and presented in the workshops. The proposed solution must provide effective and easy-to-use document and records management capabilities across GNS Science, and fully integrate with the Microsoft 365 suite of tools GNS currently utilises. Your proposed solution must address the following: A well designed solution that fulfils the needs of our business A sound methodology for designing, configuring, implementing, training, and assisting with change management & data migration A precis of the people and resources that you will be committing to this project detailing why they are the best team to deliver this project (e.g. skills, experience, and cultural fit) A clear and concise outline of the costs for providing your proposed solution sufficient to inform our business case and provide confidence to our executive that the scope and costs are achievable with minimal variation For the avoidance of doubt the solution must comply with the NZ Privacy Act 1993 (to be superseded by Privacy Act 2020, from 1 December 2020), NZ Public Record Act 2005 and associated mandatory standards",Not Awarded,No winner of this tender.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),26194329,Request for Quotations,Open Competition,Optical Microscope with Automated Stage,GNS00050RFQ,20220817,20220902,20230330,,Sole Agency,No,,"This equipment is a central part of the automated Paleontology workflow to be implemented by the newly recruited Paleontology Data Scientist. This purchase aligns with the objectives of the Environment and Climate Theme, and GNS strategy to invest in data science research area. GNS has recently expanded its Paleontology research team with a view to increasing its contribution to the Environment and Climate Theme, by delivering a step-change in the types and volume of paleontological information. The proposed purchase is an important component that will enable the Paleontology Data Science team deliver this research. As well as increasing through-put, automated capture allows new data types not routinely collected during manual operation to be considered, such as size or texture. This allows improved insight into ecological response to environmental change. This hardware is expected to allow automated collection of images. Current manual workflow requires ~2-4 hours per slide. We expect the novel insights and increased through-put from this acquisition will encourage its inclusion in research proposals, and will allow paleontological analysis to be more readily included in smaller commercial proposals where they are currently excluded due to cost.",Not Awarded,The contract for the supply of the optical microscope was awarded to the highest scoring response - Carl Zeiss NZ Ltd,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),26284592,Request for Quotations,Open Competition,Online Volcano Short Course for Disaster Risk Management (DRM) support to the Caribbean (Phase 2) Seismic Research Centre - Programme,GNS00051RFQ,20220907,20220923,20230217,,Sole Agency,No,,"GNS Science has been engaged by the Ministry of Foreign Affairs and Trade (MFAT) for a programme they are funding with the overarching goal of contributing to a Caribbean that is more resilient to the impacts of volcanic eruptions. Part of this programme aims to increase the awareness of volcanic hazards and preparedness in the emergency management sector in the English-speaking Eastern Caribbean. GNS Science has experience in delivering a 2 to 3-day Volcano Short Course for the emergency management sector in New Zealand, and this has previously been done as a face-to-face course. In Year One of the funded programme, GNS Science will redevelop this Volcano Short Course, in collaboration with the University of West Indies Seismic Research Centre (SRC), so that it can be delivered in an online format. The course will be delivered as a 2-day remote course, with online facilitation, and GNS Science is working to an agreed budget with MFAT. To enable the Volcano Short Course to be delivered in an online format, GNS Science is seeking to engage an organization with a broad range of online Learning and Development expertise, experience and capacity. Specifically, we are seeking design and development of the course in an online environment, based on content used in the existing New Zealand Volcano Short Course, which utilizes effective active learning strategies and is hosted on a cloud-based platform that meets the Government Chief Digital officer (GCDO) requirements. We are keen to see an iterative approach to course development with regular feedback loops and opportunities for feedback. Once developed, the online course should be accessible to our Caribbean project partners for testing and to be used as a stepping platform for potential further development and iterations in years 2 and 3, pending a future funding agreement by MFAT. We are seeking a suitable qualified Online Learning and Development (L&D) Service Provider to provide the following services: General consultancy on the best practice approaches for delivering an interactive online course (in English). The content migration, design and content creation services needed for the online course development. The course hosting and any other online L&D delivery services associated with domestic and international participants potentially completing the online learning in the future.",Awarded,Contract awarded to the highest scorer,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),26470372,Request for Proposals,Closed Competition,Satellite Communication Services,GNS00052RFP,20221013,20221110,20230626,,Sole Agency,No,,"GNS Science (GNS) is New Zealands leading Earth science institute and is seeking a comprehensive and reliable satellite communication service to connect its geohazard remote monitoring service throughout New Zealand. We are also seeking services to cover other areas of interest namely Raoul Island, the Chatham Islands, and Antarctica (within the New Zealand zone). The scope of the service includes communication equipment and satellite communications.",Awarded,Contact awarded to the highest scorer,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),26476177,Request for Proposals,Closed Competition,"Asbestos Removal and Demolition of Healy Building 114 Karetoto Road, Wairakei, Taupo",GNS00055RFP,20221014,20221104,20230101,,Sole Agency,No,procurement@gns.cri.nz,"GNS is seeking asbestos removal and demolition services to undertake the demolition / deconstruction of the Healy building at the GNS Wairakei Campus at 114 Karetoto Road, Wairakei, Taupo. The first stage of the project is to prepare the site to allow for the new building to be constructed. Currently we are looking for the asbestos removal to be undertaken ideally before 23rd December 2022 with demolition of the main structure able to be undertaken from April 2023 following re-routing of essential IT connections. There may be an option for some demolition to be undertaken prior, however this will need to be discussed further with the successful respondent.",Not Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),26689639,Request for Proposals,Closed Competition,Gisborne Drilling 2023,GNS00054RFP,20221129,20221213,20231218,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences Limited (GNS) is seeking to appoint a suitably qualified vendor(s) who will be responsible for providing drilling services for a series of shallow bore holes in the Gisborne region. This RFP process intends to appoint a drilling services provider to drill two sets of bore holes required by GNS Science and Gisborne District Council (GDC). The successful tenderer will enter into separate contracting agreements with GNS & GDC to provide drilling services for each set of bore holes. GDCs drilling programme is aimed at gathering information (through exploratory bore drilling) of the aquifers on the East Coast. As a regional council, Gisborne District Councils requirements under the National Policy Statement for Freshwater Management is to measure the quality and quantity of the freshwater above and underground within our region. This project will help GDC meet these requirements on the East Coast. The desired outcome for this project is to have the aquifer systems in the East Coast characterised. This will be achieved by: Community and stakeholder engagement Bore drilling, monitoring bore installation and groundwater level monitoring Aquifer testing and analysis Water quality sampling and analysis Logging the lithology and sediment characteristics of subsurface conditions in the drilled borehole, including both groundwater bearing and non-groundwater bearing layers. GNS Science aims for the information gained from the drilling programme to contribute to a broader MBIE sponsored programme platform called Aqua Intel Aotearoa (AIA) involving GNS and Kanoa REDIU. AIA is a broad programme of investigation into water storage opportunities across New Zealand, with a strong focus on groundwater resources. This RFP aims to procure the services of an experienced drilling company to undertake the drilling and aquifer test components of the programme at selected locations in East Coast catchments. Through the monitoring bores and the drilling activity, the programme aims to obtain information on the geology and hydrogeology of the area. This information may be used to help develop a future hydrogeological model for the catchments. Maximizing core recovery is a critical aspect. The programme of drilling activity will be in two phases, involving a community engagement phase led by GDC and GNS in which the successful Respondent will participate, followed by a phase of drilling works. The vendor(s) will report to",Awarded,Contract awarded to Griffiths Drilling Limited,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),26945691,Request for Proposals,Closed Competition,Cleaning Services,GNS00056RFP,20230215,20230309,20230609,,Syndicated Opportunity,No,,"This RFP is the second stage of a two-stage procurement process, it relates to cleaning services for each of our facilities. We wish to develop a direct relationship with Respondents for each of our facilities. Both GNS Science & Callaghan Innovation have developed this procurement exercise to determine if there are synergies and opportunities for Respondents to provide a comprehensive and reliable solution for both parties. At the conclusion of the procurement process GNS & Callaghan will enter into separate contracts with the Successful Respondent should the procurement process identify suitable cleaning services provider",Awarded,Contract awarded to the highest scorer,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),27154266,Request for Proposals,Closed Competition,Engineering Consultancy Services - Wairakei Development,GNS00058RFP,20230331,20230421,20230831,,Sole Agency,No,,"GNS Science is planning to construct a new building (to replace the Healey building) at our Wairakei Campus at 114 Karetoto Road, Wairakei to replace a facility deemed Earthquake Prone and considered not suitable for reinstatement. A contract for demolition has already been negotiated and expected to start in June 2023 The initial concept design for the Project has been completed, considered by Stakeholders and approved to progress through further design stages and approvals by both the GNS Board and approving Ministers.",Awarded,The contract was awarded to the highest scorer.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),27159078,Request for Proposals,Closed Competition,Construction Consultancy Services - Gracefield Emergency Power Generator replacement,GNS00057RFP,20230330,20230413,20230619,,Sole Agency,No,,"The emergency power generator at GNS Science Gracefield campus needs replacing. In order to source an adequate and fit for purpose emergency power generator and installation contractor, there is a need for an electrical consultant to assess the requirements, make recommendations, prepare specifications, assist with tendering, provide construction monitoring and to provide project sign off at completion.",Awarded,Contract awarded to BECA Limited,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),27669512,Request for Quotations,Open Competition,CNC Mill,GNS00062RFQ,20230921,20231017,20231107,,Sole Agency,No,procurement@gns.cri.nz,"The Institute of Geological and Nuclear Sciences Limited (GNS Science) is seeking to appoint a provider who will be responsible for the supply of a Computer Numerical Control (CNC) Mill, to be located at our National Isotope Centre (NIC) in Gracefield Lower Hutt. The CNC Mill will supplement our workshop functions. The CNC Mill will form part of our workshop environment. This is a critical function that supports many of our science functions.",Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),27701674,Request for Quotations,Closed Competition,Project Management Services GNS Science Wairakei: Wilson Building,GNS00061RFQ,20230712,20230725,20230829,,Sole Agency,No,,This Request for Quote (RFQ Lite) is an invitation to submit a Quote for the delivery of Project Management Services . We are seeking quotes that offer the best value,Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),27800397,Request for Proposals,Open Competition,Electronical Access Control and Alarm Monitoring Services,GNS00059RFP,20230824,20230915,20231115,,Sole Agency,No,,"GNS Science is seeking to engage a service provider to undertake the maintenance and servicing of our Electronic Security Systems deployed across our sites at Avalon, Gracefield and Wairakei.",Awarded,The contract was awarded to the highest scorer.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),27816375,Request for Proposals,Open Competition,GNS Building Project Rafter Carbon Dating Lab (RCDL) extension,GNS00033RFP,20230803,20230828,20240401,,Sole Agency,No,,GNS Science is inviting qualified Building and Construction contractors to submit a proposal for the extension to the Rafter Carbon Dating Lab (RCDL) at GNS Gracefield campus.,Awarded,Contract awarded to the highest scorer,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),28077715,Request for Proposals,Closed Competition,Wilson Building HVAC services,GNS00065RFP,20230914,20231003,20231006,,Sole Agency,No,,"We are looking for an experienced HVAC consultant to assist us in determining the condition of the HVAC system in our Wilson Building at the GNS Campus in Wairakei. Constructed 11 years ago the building comprises a selection of offices and laboratories. Installed at the time of construction the HVAC system, comprising multiple stand-alone units. Working with the incumbent HVAC service engineer you will assist in the inspection and compiling of a list of defects for each of the 19 standalone units and all associated equipment. You will need to attend an end-user workshop to understand the current shortfalls and future requirements for the HVAC system. The outcome of the first phase will determine the extent of design required.",Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),28227514,Request for Proposals,Open Competition,GeoNet West Coast Drilling Services,GNS00064RFP,20231005,20231108,20231222,,Sole Agency,No,,The Institute of Geological and Nuclear Sciences (GNS) is seeking to appoint a suitably qualified vendor who will be responsible for providing drilling services for five boreholes and one deep brace monument in the South Island along the Alpine Fault line at five different locations. This is an opportunity to enhance our understanding of natural Earth processes and the changes to the geological landscape and our research aims to generate important scientific data and tools to improve resilience to natural hazards.,Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),28559053,Request for Proposals,Open Competition,Te Hiku Water Study - Drilling services,GNS00067RFP_2,20231201,20240115,20240802,,Sole Agency,No,,"GNS Science is seeking to appoint a suitably qualified Supplier who will be responsible for providing drilling services for four boreholes in the Northland region. The drilling programme is aimed at gathering information about the Aupouri aquifer to support interpretation of the electromagnetic survey data, collected by SkyTEM in November 2022.",Awarded,The contract was awarded to the highest scoring response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29031666,Request for Quotations,Open Competition,Unmanned Aircraft (Drone) Operations CAR Part 102 Exposition certification,GNS00063RFQ,20240318,20240408,20241211,,Sole Agency,No,,"GNS Science is looking for a qualified supplier to support the development of an in-house operations plan, the CAR Part 102 exposition, and its submission to the Civil Aviation Authority (CAA). We expect the consultant to: - Work with GNS staff to develop the exposition - Oversee the certification process with CAA for GNS to become an Unmanned Aircraft Operator Certificate (UAOC) holder under CAR Part 102 within the next two years The supplier must also be able to fulfil the other part of the project - see reference GNS00069RFQ (GETS RFX ID 29035525).",Awarded,Contract awarded to the highest scorer,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29035525,Request for Quotations,Open Competition,Unmanned Aircraft (Drone) Operations Third-party CAR Part 102 operations and pilot training,GNS00069RFQ,20240318,20240408,20241211,,Sole Agency,No,,"GNS Science is looking for a qualified consultant to train and certify 5 drone pilots to operate under CAR Part 102. While pilot training is underway, the consultant will allow GNS Science to operate under the consultants CAR Part 102 certification on an interim basis, until GNS Science becomes a CAR Part 102 UAOC holder. The supplier must also be able to fulfil the other part of the project - see reference GNS00063RFQ (GETS RFX ID 29031666).",Awarded,Contract awarded to the highest scorer,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29043206,Award Notice,Open Competition,Security Guard Services,,20231101,20240313,20240313,,Sole Agency,No,,,Awarded,,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29043814,Request for Quotations,Open Competition,Ion Chromatography System for the analysis of anions,GNS00070RFQ,20240318,20240408,20240919,,Sole Agency,No,,"GNS Science is seeking to replace an Ion Chromatography (IC) system with the latest refinements to IC technology. This replacement will provide continued reliability for the laboratory to process samples effectively and efficiently in a timely manner. The IC must be capable of analysing standards anions (Fluoride, Chloride, Bromide, Nitrate, Nitrite, Phosphate and Sulphate) using conductivity detection in various waters e.g., groundwater, geothermal water, steam condensate. We are looking for a supplier who can provide a high-quality IC system, technical advice, annual maintenance and warranty support",Awarded,Awarded to the highest scorer - Thermo Fisher Scientific NZ,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29089550,Request for Quotations,Open Competition,Inductively Coupled Plasma Mass Spectrometry (ICP-MS) system,GNS00074RFQ,20240326,20240416,20240919,,Sole Agency,No,,"GNS Science, New Zealands leading Earth science institute, is seeking to replace an outdated Inductively Coupled Plasma - Mass Spectrometer (ICP-MS) with a newer piece of equipment with latest technological capabilities. This investment will maintain the present capability of the New Zealand Geothermal Analytical Laboratory (NZGAL), the countrys sole facility dedicated to analysing commercial water and gas samples from geothermal and volcanic sources. The ICP-MS must be capable of analysing a wide range of cations in potable water, groundwater, geothermal waters, sea waters and effluents. We are looking for a supplier who can provide a high-quality ICP-MS system, technical advice, annual maintenance and warranty support.",Awarded,Awarded to the highest scorer - Thermo Fisher Scientific NZ,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29111390,Request for Proposals,Open Competition,Gracefield NIC Workshop Extension,GNS00072RFP,20240402,20240426,20240612,,Sole Agency,No,,"The Institute of Geological and Nuclear Science Ltd (GNS Science) is New Zealands leading Earth science institute. We are seeking to appoint a Main Contractor for the minor building works to required extend our current workshop . The extension is required to accommodate our recently purchased CNC Mill and the required re-arrangement of some workshop equipment. Building Consent has been lodged and is still pending approval. In the interim we have issued a tender for a set of drawings that may be subject to change. Any amendments during the tender will be addressed by the issuing of one or more Notice to Tenderers",Not Awarded,GNS declined all tender responses and will re-evaluate its needs,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29456367,Request for Proposals,Open Competition,Mangere Drilling Project,GNS00076RFP,20240522,20240610,20240801,,Sole Agency,No,,"The Institute of Geological and Nuclear Sciences (GNS) is New Zealands leading Earth science institute and is seeking to appoint a suitably qualified vendor who will be responsible for providing drilling services at a designation location in Mangere, Auckland.",Awarded,Awarded to the highest scoring Respondent,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),29568780,Request for Proposals,Closed Competition,Internal Audit Services,GNS00071RFP,20240612,20240703,20240815,,Sole Agency,No,,"The Institute of Geological and Nuclear Science (GNS) is seeking to engage an internal audit service provider to provide outsourced Internal Audit services over a three-year term. The GNS Internal Audit Charter, outlines the following specific objectives for the internal audit function. 1. The primary purpose is to give assurance to the Board, Audit and Risk Committee (ARC) and the Executive Leadership Team on the existence and effectiveness of internal controls that mitigate risks that GNS faces. 2. The aim of the internal audit programme and choice of internal audit service provider is to provide an independent and objective assurance and consulting activity that is designed to add value and improve the internal control environment of GNS. 3. Internal auditing, in conjunction with an effective risk management framework helps GNS to accomplish its objectives by bringing a systematic, disciplined approach to evaluating and improving the effectiveness of the companys internal control environment, risk management and governance processes.",Awarded,Highest scoring response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30146317,Request for Proposals,Open Competition,Gravity Meter,GNS00078RFP,20240912,20240930,20241209,,Sole Agency,No,,GNS Science (GNS) is New Zealands leading Earth science institute and is seeking to replace two Gravity Meters (purchased in the 1960s) with one new unit.,Not Awarded,Awarded to the highest scoring response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30351203,Request for Quotations,Closed Competition,2 X Ion Chromatograph Units,GNS00080RFQ,20241008,20241101,20250401,,Sole Agency,No,,"GNS Science, New Zealands leading Earth science institute, is seeking to replace a fully depreciated existing Ion Chromatography (IC) system with two (2) of the latest refinements to IC technology. This replacement will provide continued reliability for the laboratory to process samples effectively and efficiently in a timely manner and ensure GNS Sciences reputation is maintained as the leading provider of analytical services to the Ice Core monitoring programmes.",Awarded,Best overall response,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30352355,Request for Quotations,Closed Competition,High-Precision Isotopic Water Analyzer,GNS00081RFQ,20241008,20241101,20250307,,Sole Agency,No,,"GNS Science, New Zealands leading Earth science institute, is seeking to purchase a High-Precision Isotopic Water Analyzer (continuous-flow and discrete sample analyses). The system we are looking for is the laser and an autosampler to analyse predominantly snow and ice samples from Antarctica. This system will provide continued reliability for the laboratory to process samples effectively and efficiently in a timely manner and ensure GNS Sciences reputation is maintained as the leading provider of analytical services to the Ice Core monitoring programmes.",Awarded,Contract is awarded to the supplier with the best overall proposal,290000,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30394091,Request for Proposals,Closed Competition,Electrical Maintenance Contract,GNS00079RFP,20241015,20241107,20250213,,Sole Agency,No,,"This procurement relates to Electrical Maintenance Services (EMS) at our Avalon and Gracefield sites in Lower Hutt, Wellington. These are currently provided by a single person service provider whose owner is close to retiring. Going forward we wish to migrate to a provider with the capability and capacity to deliver 24/7/365 service in support of our business continuity.",Awarded,Contract awarded to the highest scorer.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30542538,Request for Proposals,Open Competition,Isotope Ratio Mass Spectrometer (IRMS),GNS00083RFP,20241104,20241202,20250403,,Sole Agency,No,,"GNS Science is seeking to replace an existing Isotope Ratio Mass Spectrometer (IRMS) system with the latest refinements to IRMS technology. We are seeking to purchase either a Dual Inlet IRMS or a Continuous Flow IRMS, including valuable peripheries and add-ons. Respondents may propose solutions for either or both IRMS models. We would like the IRMS to be delivered to our Lower Hutt campus in New Zealand preferably within the first half of the 2025 calendar year.",Awarded,Contract awarded to the highest scorer.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30756336,Request for Proposals,Closed Competition,Gas Chromatograph Unit,GNS00085RFP,20241202,20241220,20250331,,Sole Agency,No,,"GNS Science, New Zealands leading Earth science institute, is seeking to purchase a new Gas Chromatography (GC) system with the latest refinements to GC technology for our Microbiology Laboratory in Wairakei, New Zealand. The Microbiology Laboratory facility at GNS Science is undertaking research into microbial diversity and the interaction between microbes and their environment. This purchase will provide continued reliability for the laboratory to process samples effectively and efficiently in a timely manner and ensure GNS Sciences reputation is maintained as the leading provider of analytical services",Awarded,Contract awarded to the highest scorer.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30793471,Request for Quotations,Open Competition,Carbonyl Sulphide (COS) Analyser,GNS00086RFQ,20241209,20250115,20250324,,Sole Agency,No,,"GNS Science (GNS) is New Zealands leading Earth science institute and is leading several climate change research programmes aligned to developing a low carbon economy and mitigation of climate change goals. GNS is looking to procure carbonyl sulphide (COS) analysers and peripherals essential to its involvement in the CarbonWatch-Urban project. CarbonWatch-Urban is a multi-institutional effort to evaluate New Zealands urban carbon emissions combining atmospheric observations, transport modelling and bottom-up accounting. COS measurements will be used to evaluate the urban biogenic carbon dioxide exchange processes",Awarded,Contract awarded to the highest scorer.,0,20250410 Institute of Geological and Nuclear Sciences Limited (GNS Sciences),30885771,Request for Proposals,Closed Competition,Security Guard Services,GNS00088RFP,20250115,20250205,20250314,,Sole Agency,No,,"GNS Science is looking for a suitable and reliable provider of guard services for their Avalon campus and the Gracefield National Isotope Centre. The minimum Living Wage for Guard Services is a pre-requisite for this contract. Contract start date: 1st March 2025.",Awarded,Contract awarded to the highest scorer.,0,20250410 Integrity Sport and Recreation Commission,30321916,Request for Proposals,Open Competition,Counselling services for Sport Integrity Commission,,20241004,20241024,20241115,,All of Government,No,,"We are seeking a provider to deliver counselling services to support individuals involved in complaints and investigations handled by the Commissions resolution service. The provider must offer: Culturally appropriate counselling that caters to the diverse needs of all parties to a complaint or investigation; age-appropriate counselling for adults, children and young people; and must use approaches that are sensitive to the emotional and psychological impacts of the individual and be able to address complex issues including discrimination, bullying, child safeguarding, online abuse, substance abuse, sexual misconduct, harassment, anti-doping and other threats to integrity referred to in Section 5 of Integrity Sport and Recreation Act 2023.",Awarded,,0,20250410 Integrity Sport and Recreation Commission,30708204,Request for Proposals,Open Competition,Accounting Services for the Sport Integrity Commission,,20241125,20241216,20250228,,All of Government,No,,,Awarded,,0,20250410 Invercargill City Council,24526162,Request for Proposals,Open Competition,"Southland Museum and Art Gallery - Architectural Services, reimagining phase",957,20210708,20210728,20210917,Invercargill City Council,Sole Agency,No,,"Invercargill City Council (ICC) intends to seek proposals from the market to appoint an architect with whom ICC will enter into a contract for delivery of the reimagining phase of the Southland Museum and Art Gallery project. ICC is looking to work with an architect who has the capacity, capability, and experience to deliver the project and provide the following benefits: An open and transparent, collaborative working environment between the Council, museum staff, and the various stakeholders. Has strong communication skills and able to assist with informing the Council and its stakeholders such as the Museum Governance Group (MGG). ICC require an experienced architect that can navigate a complex project with a long history and provide guidance to the Council including the Museum Governance Group to achieve the following key deliverables: 1. Development of the Museums VISION 2. Testing the locations available for the museum 3. Understanding the storage requirements including short and long-term requirements 4. Explore and test various design scenarios for the museum based on the outcomes of all the previous deliverables to determine a preferred option Additional deliverables such as establishment of Critical Success Factors and the development of the Museums Strategic Scope will be undertaken by the Museum Governance Group with the technical support of the architect. ICC may choose to extend the Consultants scope of service beyond the scope identified within this RFP. Any scope variation will be addressed on a case-by-case basis.",Awarded,,0,20250410 Invercargill City Council,24584699,Request for Tenders,Open Competition,Vegetation Control at ICC Care complexes,,20210721,20210813,20210830,,Sole Agency,No,,"Invercargill City Council (ICC) requires a Contractor to carry out vegetation control works for the Housing Care Units. ICC have a stock of 215 flats within 21 complexes throughout Invercargill which require maintenance for gardening, landscaping and vegetation control throughout the year. The Contract term is for three years with an optional two year rollover. Additional landscaping works outside of the annual vegetation control scope may be required, and will be provided under additional works with hourly rates to be submitted in the tender.",Awarded,,360000,20250410 Invercargill City Council,24597844,Request for Proposals,Open Competition,C959 - Services and Sustainability for Southland Museum Re-imagining phase,959,20210726,20210813,20210920,,Sole Agency,No,,"Invercargill City Council (ICC) intends to seek proposals from the market to appoint Services Engineers (Mechanical and Electrical) and Sustainability Consultant with whom ICC will enter into a contract for delivery of the reimagining phase of the Southland Museum and Art Gallery project. ICC is looking to work with a consultancy that can provide design input for engineering and sustainability services and who has the capacity, capability, and experience to deliver the project and provide the following benefits: An open and transparent, collaborative working environment between the Council, museum staff, and the various stakeholders. Has strong communication skills and able to assist with informing the Council and its stakeholders such as the Museum Governance Group (MGG).",Awarded,,0,20250410 Invercargill City Council,24597987,Request for Proposals,Open Competition,C958 - Structural Services for Southland Museum Re-imagining phase,958,20210726,20210813,20210827,,Sole Agency,No,,"Invercargill City Council (ICC) intends to seek proposals from the market to appoint a structural engineer consultant with whom ICC will enter into a contract for delivery of the reimagining phase of the Southland Museum and Art Gallery project. ICC is looking to work with a structural engineer consultancy who has the capacity, capability, and experience to deliver the project and provide the following benefits: An open and transparent, collaborative working environment between the Council, museum staff, and the various stakeholders. Has strong communication skills and able to assist with informing the Council and its stakeholders such as the Museum Governance Group (MGG).",Not Awarded,,0,20250410 Invercargill City Council,24631298,Request for Proposals,Open Competition,C972 - Otatara Scooter Pump Track - Design and Build,972,20210803,20210820,20210902,,Sole Agency,No,,"Background In late 2019, Mr Derek Gostelow left a legacy to Invercargill City Council requesting that Council spend the funds on community projects within the Otatara area and community. The site on the corner of Dunns and Oreti Road was selected by the community following public consultation and a workshop attended by students at Otatara School. The favoured option is a multi-use asphalt pump track. What we need Design and build a multi-use asphalt scooter pump track that meets community needs. Please be aware that the approximate budget for the project is $75,000.00 excluding GST.",Not Awarded,,0,20250410 Invercargill City Council,24701608,Request for Proposals,Open Competition,C978 - Liquifaction hazard assessment,C978,20210819,20210903,20210920,,Sole Agency,No,,"The purpose of the Invercargill City Liquefaction Hazard Assessment is to identify areas of land, under the Invercargill City Council (ICC) jurisdiction, where there is potential for liquefaction induced ground damage to occur. This information is important to us to meet our obligations as a Building Consent Authority under the recent changes to the New Zealand Building Code Section B1/AS1. This information will also be used for natural hazard planning and is likely to form part of future District Plan changes. An important consideration in evaluating proposals will be the level of relevant experience of the personnel both leading and actively participating in the project. The assessment must be in accordance with the MBIE/MFE guidelines (2017). There are two mandatory requirements for this Hazard Assessment. Please refer to Section 3.2.",Awarded,,0,20250410 Invercargill City Council,24866355,Request for Tenders,Open Competition,C977 - Digital Aerial Photography,C977,20210924,20211015,20211103,,Sole Agency,No,,"The Invercargill City Council is seeking proposals for the supply of Digital Aerial Products. The City has been divided into urban and rural areas and pricing for each individual area is required. Respondents are requested to price two options as further detailed under section 4B. As budget constraints may influence the acceptance of all products and therefore Tenderers are asked to identify any price and technical constraints associated with only partial coverage or acceptance. This imagery or products will likely require ortho-rectification and it is a requirement that Council is also supplied the raw photography. The resulting imagery will be released under Creative Commons Attribution 4.0 International. Tenderers are invited to comment, as appropriate, to this proposal and detail their proposed methodology to satisfy the Councils requirements as defined in this document. This proposal will be evaluated and a tender recommendation made by early November 2021.",Awarded,,90000,20250410 Invercargill City Council,24870363,Request for Tenders,Open Competition,C944 - Road resurfacing 2021 - 2023,C944,20210924,20211018,20211222,,Sole Agency,No,,"This procurement is for the resurfacing of various streets and roads throughout the Invercargill City Councils roading network. It is essential to maintain the expected level of service, renew surface texture, waterproof pavements and improve surface ride quality. Works comprised within this contract include: ? Chipsealing of various streets and roads ? Asphalting of various streets and roads ? Sealing of mailbox bays and accessways ? Milling edges and tie-ins ? Height adjustment of service covers in asphalt areas ? Sweeping of streets ? Roadmarking We wish to engage with the Contracting market for the undertaking of these works to deliver a high quality outcome while minimising disruption, which will extend and enhance the Councils and Contractors reputation with all relevant stakeholders.",Awarded,,4821570,20250410 Invercargill City Council,25012600,Request for Tenders,Open Competition,C1007 - replacement of Splash Palace Bulkhead and leisure pools membrane floor,C1007,20211027,20211117,20211213,,Sole Agency,No,,"The Invercargill City Council (ICC) is seeking proposals for works at The Southland Aquatic Centre known as Splash Palace. There are two separable portions to this Request for Tender. 1. Replacing the main pool bulkhead. The original bulkhead was installed during the construction of the facility in 1997. It is no longer fit for purpose and requires a replacement to enable modernisation which includes upgraded mechanical and engineering elements to enhance operating procedures. 2. Installing membrane floor to the leisure pool and tots pool. This leisure pool incorporates a wave pool and is used year round. Adjacent to the leisure pool is the tots pool area. Both these spaces require the installation of a new membrane floor over existing pool tiles to improve user comfort and health and safety. The works are currently scheduled to take place in June 2022 when the entire facility will be closed to the public to enable maintenance and repair works to be carried out. Respondents are invited to price one or both portions. ICC welcome alternative tenders where savings can be made over more than one separable portion. These alternative tenders need to be provided as a separate PDF pricing document.",Awarded,,0,20250410 Invercargill City Council,25012951,Request for Tenders,Open Competition,C1008 - Splash palace internal painting,C1008,20211027,20211117,20211208,,Sole Agency,No,,"The Invercargill City Council (ICC) is seeking proposals for interior painting works at The Southland Aquatic Centre known as Splash Palace. The works are currently scheduled to take place in June 2022 when the entire facility will be closed to the public to enable maintenance works to be carried out.",Awarded,,0,20250410 Invercargill City Council,25197019,Request for Proposals,Open Competition,Customer Satisfaction Surveys,C1032,20211202,20211221,20220204,,Sole Agency,No,,"Invercargill City Council requires delivery of a survey with residents of the city (including but not limited to ratepayers) which will provide annual KPI customer satisfaction data, three yearly levels of service data and option for inclusion of up to five more questions each year. The results of this survey will be used to: - Report on annual KPIs for different areas of Council - Inform Councillors decision making as part of the Long-term Plan - Inform Councillors and Executive leaders decision making in relation to strategic planning for delivery of Council services.",Not Awarded,,0,20250410 Invercargill City Council,25293634,Request for Proposals,Open Competition,C1035 - Civic Administration Building - Architectural and Space Planning Services,C1035,20220111,20220202,20220525,,Sole Agency,No,,"The Invercargill City Councils Civic Administration Building project consists of refurbishment, building services upgrades and minor strengthening works to the existing building. The CAB on Esk Street was constructed in the 1960s, is over 50 years old and has received minimal refurbishment or upgrades in that time. ICC has completed building investigation reports in 2020 that identified the building upgrades required that must be undertaken simultaneously with the office refurbishment upgrades. Furthermore, the building configuration no longer fosters a functional and practical working environment for ICC, staff and the public. The ICC intends to refurbish selected floors to meet better and optimise the current and future requirements of the services it delivers - notably in a modern, adaptable and collaborative working environment. The key objective of this RFP is to appoint a consultant who can provide high-quality Architectural Services, including Workspace Planning for the CAB project in accordance with this RFP and the Scope of Services. The services will commence immediately upon appointment. ICC requires an Architect who will respond collaboratively, competitively and robustly to the scope, challenges and key deliverables that such a project raises. This is a single staged tender only, and Respondents will need to comply and meet a number of pre-conditions to qualify for evaluation of their RFP submission. These pre-conditions are identified in Section 3.1 of this RFP document PLEASE NOTE APPENDIX A & B WILL BE ADDED AS AN NTT ON WEDNESDAY MORNING.",Awarded,,0,20250410 Invercargill City Council,25295575,Request for Proposals,Closed Competition,C973 - Property Records Digitisation RFP,C973,20220112,20220210,20220407,,Sole Agency,No,,"We require all physical property records to be digitised in partnership with an innovative provider which is able to provide high quality digitisation services, has current Local Government digitisation experience and will work with ICC to ensure: Digitisation output, including captured metadata, is in accordance with the AS/NZS ISO 13028:2012: Information and documentation Implementation guidelines for digitization of records standard. Digitisation output meets the recommended minimum technical specifications as described in Archives New Zealands Destruction of source information after digitization. Digitisation output, quality assurance procedures and documentation allow for legislatively compliant destruction of the source records. The project will be completed efficiently, cost effectively and within the required timeframes. Councils preferred solution is one that supports employment opportunities within the Invercargill area. Council has identified two potential options: Option 1: The provider of digitisation services will advise and assist the Council in setting up and equipping a Council-managed property records digitisation office and will provide ongoing expertise and support for the project, the office and the digitisation of the property records. Option 2: The provider of digitisation services will setup and manage a digitisation office in Invercargill and will employ local people to digitise the Councils property records at that office. It is important to Council to support local employment however we may consider an alternative solution to the two outlined above.",Awarded,,2300000,20250410 Invercargill City Council,25441658,Request for Proposals,Open Competition,C1044 - Corridor Management Software for ICC and SDC,1044,20220221,20220317,20221007,,Sole Agency,No,,"Invercargill City Council and Southland District Council requires delivery of a software solution to manage temporary traffic management and corridor access requests for both Councils. Both Councils currently rely on emailed corridor access request forms and temporary traffic management plans and have their own different in-house solutions to manage these requests. Temporary Traffic Management and Corridor Access Requests are important to both Councils as poorly managed worksites can cause significant disruption to both road users and residents. Councils have been having a period of high activity as fibre broadband was rolled out and are currently are seeing a period of large-scale utility projects with new watermains and sewer pipe replacements on top of normal activity roading works.",Not Awarded,,0,20250410 Invercargill City Council,25447188,Request for Proposals,Open Competition,C1054 - Forestry Consultant,C1054,20220222,20220308,20220314,,Sole Agency,No,,"Sandy Point Domain is Invercargill Citys main outdoor recreation hub. The domain covers over 2,000 hectares and offers important environmental and recreational resources, providing opportunities for picnicking, play, walking, biking, running and more. Over 30 clubs and associations lease or utilise the open spaces available. Invercargill City Council (ICC) Parks and Recreation Department require assistance with preparing a new Forestry contract document What we need ICC requires a firm who is experienced in the forestry industry with whom ICC will enter into a contract to provide services for the delivery of: financial assessment of current Forest Management Contract operational assessment of current Forest Management Contract Procurement plan preparation assistance of a document to procure a Forest Management Company, in a new contract. Indicative time line to have procurement plan signed off mid May 2022. Recreational integration to this forest Carbon sequestration opportunities You will be expected to be on the Tender Evaluation Team. It is critical the consultant appointed has the experience and availability required to deliver the project to Council. The services will commence immediately upon appointment, with the intent of having a document approved and out for tender for a forest management company 1 June 2022.",Awarded,,36000,20250410 Invercargill City Council,25601583,Request for Tenders,Open Competition,C885 - Branxholme pipe installation,C885,20220328,20220506,20220526,,Sole Agency,No,,"The Oreti River is the sole source of water for Invercargill and Bluff, which is drawn from the Branxholme Water Treatment Plant at Branxholme, north of the city. This water is supplied to the city through two Branxholme trunk supply mains, which were initially installed in 1958. One of the 600 mm pipelines was upgraded in 2014. The second trunk 600 mm diameter water pipeline has experienced multiple failures since 2019. Council has an annual programme of replacement of asbestos cement water mains. Much of the citys water supply and distribution pipe network is composed of The 2021-2031 Long-Term Plan outlines the replacement of this pipeline to address resilience and reliability objectives to the citys water supply. The project will replace a 7 km section of 24 AC pipe between Pomona Road West and the Waikiwi Water Reservoir in Meyers Reserve as well as install a new 3.5 km section of DN630 PE pipe between the Waikiwi reservoir and the City water tower on Gala Street. This Contract is for the supply of all plant, labour and materials necessary for the installation of approximately 10.5 km of DN630 PE pipe forming part of the Principals potable water reticulation system on a new alignment Location of supporting documents. Due to the large number and size of the supporting documentation, the link to the sharefile is here: https://invercargillcc-my.sharepoint.com/:f:/g/personal/trudy_saunders_icc_govt_nz/Es0fC8R2OCxGqQQwCEYfKFkBONvA3NKL5j4lU96EZTgWKw?e=vTxvDZ If you are unable to access these please email ICCProcurement@icc.govt.nz to request.",Not Awarded,,0,20250410 Invercargill City Council,25701249,Request for Tenders,Open Competition,C1068 - Airport Avenue Shared Use Path and Landscaping,C1068,20220414,20220517,20220825,,Sole Agency,No,,"This Contract is for Construction of Airport Avenue Shared Use Path and Landscaping works. The Principal is seeking a Contractor who will: a) Meet Broader Outcomes in regard to the Ministry of Business, Innovation and Employment (MBIE) requirements which can be found at: https://www.procurement.govt.nz/broader-outcomes/. b) Meet the Social Procurement Outcomes as outlined in d) Table 1-1 : Social Procurement Outcomes. e) Meet Supplier Diversity: 5% of the contract value must be awarded to Maori and/or Pasifika businesses f) Provide value for money and increased price certainty in the procurement and construction of this project; g) Implement proactive strategies to enable the well-timed completion of the Contract Works; h) Implement proactive strategies to enable quality outcomes from Contract Works to be achieved; i) Develop and implement innovative work methods and/or materials that result in quality, performance and an optimal whole of life design;",Awarded,,0,20250410 Invercargill City Council,26056650,Request for Tenders,Open Competition,C1122 - Museum Storage Shelving Supply and Installation,C1122,20220715,20220801,20221208,,Sole Agency,No,,"The Southland Museum and Art Gallery (SMAG) was closed to the public in 2018 due to the earthquake risk of the building. Council have now completed the Re-imagining phase and have opted to replace the existing building with a new Museum. To enable this to occur, a new purpose built storage facility is currently being designed and will be completed in late 2023. Council now require a Shelving specialist to provide long-span shelving, including mobile storage and art racks.",Awarded,,967474,20250410 Invercargill City Council,26157523,Request for Proposals,Open Competition,Tuatara facility - Detailed design and construction supervision services,C1094,20220810,20220916,20230428,,Sole Agency,No,,"Tuatara have been synonymous with Queens Park for over 40 years. They have been linked to the Museum as a living artefact for all of that time. Relationships have been developed with Iwi and DOC to ensure the survival of the species, with Invercargill Museum having been historically successful in its breeding program and recognised internationally. The Museum is now closed to the public due to the earthquake risk of the building. This has led to a whole development process around what a new museum would look like. Working through this, it has been decided to move the Tuatara to a purpose-built facility. The creation of a standalone outdoor Tuatara facility is a wonderful opportunity; however, it must be ensured that husbandry best practise for the species are met. The purpose of this Request for Proposal (RFP) is to invite parties to submit their proposals to provide a Detailed Design and Construction Supervision for the Tuatara Facility with a nominal overall area for the enclosure to be 90m2 for Tuatara and additional space for a working lab (Plunket room) of 16 m2 and landscaping of approximately 200 m2 at determined location within Queens Park. This request is for a multi-disciplinary service offering to be provided from either; o A single consultancy organisation; or o Via a lead consultant that directly sub-contracts (Architect & Landscape, Structural & Civil Engineering, Electrical Engineer, Ecologist) and manages others to deliver the required design and construction supervision solution for delivering the following services:",Awarded,,43600,20250410 Invercargill City Council,26205803,Request for Proposals,Open Competition,"C1126 - Surrey Park Grandstand, demolition of existing, design and construct of new structure",C1126,20220819,20220912,20230201,,Sole Agency,No,,"Invercargill City Council (ICC) invites Proposals (RFP) from suitably experienced Construction companies with relevant experience in delivering Design and Construct Contracts. The project goal will be the demolition of the existing grandstand, the design and construction of a replacement Grandstand at Surrey Park. This tender is split into two Separable Portions. Please confirm in the response form which portions you will be submitting for. Separable Portion 1: Demolition of existing structure Separable Portion 2: Design and build of new grandstand Surrey Park is one of Invercargills more unique parks with strong recreational ties covering a multitude of sports and activities. This has been complemented with the leisure centre and indoor cycling velodrome which are two of the premier indoor sports facilities within New Zealand. The diverse range of activities creates a challenge of managing them together in order to achieve a cohesive organised recreational area, while maximising the opportunities for park users. Surrey Park Grandstand is noted as a critical asset to Invercargill City in the Parks and Cemeteries Activity Plan and is widely used by many groups and members of the public. The Council, as owner of the grandstand, has an obligation to develop and maintain it to a suitable standard, subject to a desirable need, including the encouragement of use of the facility. Failure of the grandstand would have major adverse impacts on significant numbers using the grandstand, the environment and the economy through loss of finance and having no alternatives if a disaster was to occur",Not Awarded,"Change of scope due to prices being too high. Now design only",0,20250410 Invercargill City Council,26265684,Request for Proposals,Open Competition,C1134 - Bluff recreation precinct - Project Management Services,C1134,20220902,20220923,20221101,,Sole Agency,No,,"Invercargill City Council (ICC) intends to appoint a Project Management firm with whom ICC will enter into a contract to provide turnkey project management services to deliver a carpark, toilet and mountain bike and walking trails at Bluff Hill. The services will commence immediately upon appointment. It is intended that if a Project Management Consultant has the capacity and capability, it may be asked to join the ICC Project Management Panel. This will be managed via a separate process",Not Awarded,,0,20250410 Invercargill City Council,26422922,Request for Proposals,Open Competition,C1136 - Rates online capability,C1136,20221005,20221019,20221111,,Sole Agency,No,,"Invercargill City Council require the functionality to email Councils quarterly rates notices and annual rates assessment notices to property owners. Additional to the ability to email quarterly rates notices and annual rates assessment notices, we are also seeking: ? Printing, folding, enveloping and postage service to Council ratepayers who choose not to sign up to email functionality. ? Implementation of a self-service portal for ratepayers to access their rates notices, update their contact information and make direct credit/credit card payments from the self-service portal.",Awarded,,0,20250410 Invercargill City Council,26484150,Request for Proposals,Open Competition,C1158 - LGA Section 17A Review of Environmental Services,C1158,20221017,20221114,20221205,,Sole Agency,No,,"Under the Local Government Act Section 17A Delivery of Services, Councils are required review the cost effectiveness of current arrangements for meeting the needs of communities within its district or region for good-quality local infrastructure, local public services, and performance of regulatory functions. This year Invercargill City Council has decided to review how we provide services within the Environmental Services Department including: ? Animal Control ? Compliance (Parking and Environmental) ? Environmental Health ? Administration support services across the teams Council is looking for experienced consultants who have the capability, experience and capacity to deliver the review of these services by April 2023.",Not Awarded,,0,20250410 Invercargill City Council,26563528,Request for Proposals,Open Competition,C1154 - Great South Constitutional Review,C1154,20221102,20221121,20221221,,Sole Agency,No,101 Esk Street,,Awarded,,0,20250410 Invercargill City Council,26580759,Request for Tenders,Open Competition,C1099 - Branxholme Pipe Installation Doon Street to Waikiwi Resorvoir,C1099,20221104,20221215,20230314,,Sole Agency,No,,"The Oreti River is the sole source of water for Invercargill and Bluff, which is drawn from the Branxholme Water Treatment Plant at Branxholme, north of the city. This water is supplied to the city through two Branxholme trunk supply mains, which were initially installed in 1958. One of the 600 mm pipelines was upgraded in 2014. The second trunk 600 mm diameter water pipeline has experienced multiple failures since 2019. This Contract is for the supply of all plant, labour and materials necessary for the installation of approximately 4.2 km of DN630 PE pipe between Doon Street Reservoir and Waikiwi Reservoir including the link-ins to the reservoirs and network commissioning which form part of the Principals potable water reticulation system on a new alignment. Please note that due to the large number and size of the supporting documentation these can be found here: https://invercargillcc-my.sharepoint.com/:f:/g/personal/trudy_saunders_icc_govt_nz/ErrodgYFfSFJnnoSUMsthWEBE6KJfaxRMt8d_QZh4IMdmQ?e=v5fnA1",Not Awarded,Procurement process closed without awarding of a contract,0,20250410 Invercargill City Council,26604784,Request for Proposals,Open Competition,C1175 - Forestry Management of Sandy Point,C1175,20221109,20221209,20230403,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) is requesting proposals from suitably qualified forest management companies to carry out forest management on their Sandy Point estate, near Invercargill. Sandy Point forest (the forest) comprises 767 ha of exotic plantations and associated coastal protection zones as well as areas that are controlled and used by recreational clubs and public groups. ICC requires both short term (day to day) as well as long term management of forest operations including harvesting, re-establishment, pruning and thinning and where appropriate, afforestation. In addition to the forest management activity there is also a requirement for updating the forest management plan and for investigating and improving the efficiency and profitability of the ICC plantations at Sandy Point. Further, there appears to be opportunities to participate and profit from the NZ Emissions Trading Scheme (ETS) and the successful forest manager will be required to investigate and facilitate the most advantageous pathway for ETS participation.",Awarded,,0,20250410 Invercargill City Council,26704883,Request for Proposals,Open Competition,C1133 - Housing innovation Construction of new units,C1133,20221202,20221221,20230616,,Sole Agency,No,,"Invercargill City Council (ICC) invites contractors to participate in the tender process Request for Proposal (RFP) and submit their proposal to construct four (4) new units and redevelopment of the existing parking area (54-60 Stirrat Street), which is part of the Housing Innovation Project. The current Invercargill City Council-owned housing stock was built in the 1950s, 1970s, 1980s and 1990. ICC is looking to upgrade its housing stock by replacing its oldest units with modern housing units as part of the housing innovation project. The long-term goal is to create a programme to replace the housing stock while improving the level of service. After initial investigations the preferred site for the first four units of the project will be located at 54 to 60 Stirrat Street, Kingswell. Please note this is a two-step procurement process as the final design will not be available until early January. Step 1: Non-price attributes and indicative delivery rate/price per m2 information only. Step 2: Shortlisted tenderers to supply pricing on 100% design.",Awarded,,0,20250410 Invercargill City Council,26786449,Request for Proposals,Open Competition,C1186 - Project 1225 Base Build Design Team,C1186,20230110,20230210,20230403,,Sole Agency,No,,"The Museum Redevelopment project, known as Project 1225, will be a landmark project for Invercargill City Council (ICC). ICC committed in its Long-Term Plan 2021-2031 to invest in redeveloping the regions museum and art gallery. ICC subsequently adopted its 2022-23 Annual Plan, which included the approval of a proposed new build for the museum. To enable this, the demolition of the existing museum (pyramid) building is required. A new home for the tuatara will be purpose-built on the Queens Park grounds, and an off-site separate museum and art storage facility will be built in Tisbury to house the collections This specific opportunity is for Design services of Project 1225 base build from Preliminary design through to and including construction delivery of the base build. What we need ICC wishes to appoint a full design team under a Lead Designer (the Designer) who will be responsible for designing a new facility at Queens Park, Invercargill. It is expected that the period of engagement from start to finish will be from March 2023 through to December 2025 (base build completion). The Designer will be required to provide suitable preliminary design option(s) to be considered by ICC for approval. On completion of all design stages and approval by ICC, the design team (in part) will be required to support the Main Contractor in delivering the base build construction phase. The ICC will appoint an experience design team soon after the appointment of the Base Build design team. Both design teams will be required to collaborate and coordinate their designs and support the relevant construction delivery stages (Base Build & Experience Fit-out) Coordination will be key to a timely delivery and quality outcome for the people of Invercargill and Southland. Each Design team will appoint a Lead Designer it will be the responsibility of each lead designer to coordinate their designs to mitigate / eliminate services clashes, design oversights, compliance and omissions. All designs will be coordinated in a collaborative nature to ensure benefits are realised in construction, usability and operations to deliver a facility that showcases sustainability.",Awarded,,0,20250410 Invercargill City Council,26801572,Request for Proposals,Open Competition,Project 1225 Geotechnical Works,,20230113,20230201,20230215,,Sole Agency,No,,"ICC wishes to appoint a suitable qualified, competent service provider to undertake Geotechnical investigation work for the new Museum site; this work is technically complex as we need work to be undertaken quickly while the existing building is in place. The ICC are currently in the market for a design team, one of the ICC deliverables is a Geotechnical report to assist the design team to develop the design phases. The ICC will appoint a design team early March 2023 and we expect to provide a report in the month of March 2023 or very soon thereafter. The service provider will coordinate and manage all aspects of their scope of work with the ICC project management office (PMO) the team have extensive construction experience and will manage the interface with Museum staff and other operation staff.",Awarded,,0,20250410 Invercargill City Council,26880690,Request for Proposals,Open Competition,C1197 - Rugby Park lighting upgrade,C1197,20230131,20230308,20230522,,Sole Agency,No,101 Esk Street,"Rugby Park, Invercargill is a regional sports stadium and is recognised as the home of Rugby, for not just Invercargill but the entire Southland Region which has an approximate population of 100,000 people. ICC committed in its Long-Term Plan 2021-2031 to invest in upgrade and strengthening works for Rugby Park. Along with structural and general maintenance work the upgrade of the existing aged flood lighting is required to ensure the facility can continue to host televised rugby games and increase the options for other events at the venue. Field lighting is of great significance to a rugby game no matter if its grassroots or professional. The right lighting will enhance the overall experience for players and spectators alike. This specific opportunity is for the design report and pricing for a new Lighting system. ICC wish to appoint a suitable qualified, competent service provider to undertake a lighting design which not only meets the requirements of athletes and spectators, but also meets the requirements of colour temperature, illumination and lighting uniformity for live television broadcasts. In addition, the lighting should closely match the overall plan of the rugby stadium and the structure of the stands. The design report must take into account the current flood lighting system (i.e. can they be retrofitted, location and wiring), the future maintenance of the new lights and equipment, warranties and life cycle of the lights. The ICC will appoint a design team following this tender process in February 2023 and we expect to receive a detailed design and report by end of April 2023. The service provider will have experience in lighting design for sports stadiums and ability to provide a detailed report with a breakdown of costs for the entire lifecycle of the lighting system.",Not Awarded,Council did not endorse this project.,0,20250410 Invercargill City Council,27008201,Request for Proposals,Open Competition,C1059 - Design for Eastern Cemetery Extension roads and footpaths.,C1059,20230227,20230317,20230403,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) invites Requests for Proposals (RFP) from suitably experienced design companies with relevant experience in delivering Design Contracts. The project output will be the design of road and path extensions for Blocks 51, 52, 53 and Muslim burial area at Eastern Cemetery, Invercargill.",Awarded,,0,20250410 Invercargill City Council,27008566,Request for Quotations,Open Competition,C1206 - Bluff Hill Precinct Carpark civils design,C1206,20230227,20230315,20230403,,Sole Agency,No,101 Esk Street,"ICC invites civils designers to tender for the extension of the temporary carpark in Pearse Street, Bluff to service a new Mountain Bike Park and recreational precinct.",Not Awarded,,0,20250410 Invercargill City Council,27008744,Request for Quotations,Open Competition,C1127 - Bluff Hill Precinct - architectural design for toilet relocation,C1127,20230227,20230315,20230403,,Sole Agency,No,,"It is the intention to relocate a three pan toilet block to Bluff and install as part of the Motupohue Recreation Precinct Project. This peice of work is to provide the Architectural Design for services and landscaping for supplied toilet being relocated from the Parks Yard to Pearce Street Carpark,",Not Awarded,,0,20250410 Invercargill City Council,27098320,Request for Proposals,Open Competition,C1120 - Motupohue Recreation Precinct. Track Design and Build Services,C1120,20230315,20230418,20230629,,Sole Agency,No,,"In 2022 the Invercargill City Council (ICC) and Southland Mountain Bike Club received Tourism Infrastructure Funding (TIF) and funds have been allocated in the ICC Annual Plan for a Recreation Precinct in Bluff. The Invercargill City Council and Southland Mountain Bike Club have been working together for over two years to obtain funding for this project with the aim to: Provide a unique recreational attraction that encourages visitors to stay longer and contribute to the local economy. Enhance the existing mountain bike trail network and develop new trails of national significance. Improve connectivity with walking tracks and create mixed use trails. Promote and support business opportunities. Host international events. Encourage recreation opportunities. Enhance indigenous biodiversity and ecological restoration on Motupohue (Bluff Hill). What we need A Design and Build Contractor to provide the following recreation opportunities. Priority 1: Create 3,500m Grade 3 - 4 flow trails on the side of Motupohue. Priority 2: Green Loop: Create approximately 4,000m of grade 2 multi-use trails tying into the existing trails. Priority 3: Refurbish existing trails. Priority 4: Create a 2,500m walking track on the side of Motupohue.",Awarded,,909338,20250410 Invercargill City Council,27162512,Request for Quotations,Open Competition,C1209 - Project 1225 Museum Experience fitout design.,C1209,20230329,20230526,20231012,,Sole Agency,No,101 Esk Street,"The Museum Redevelopment project, known as Project 1225, will be a landmark project for Invercargill City Council (ICC). ICC committed in its Long-Term Plan 2021-2031 to invest in redeveloping the regions museum and art gallery. ICC subsequently adopted its 2022-23 Annual Plan, which included the approval of a proposed new build for the museum. This specific opportunity is for Design services of Project 1225 experience fit out from Concept design through to and including production, installation, commissioning and construction monitoring through to completion of the fit out. What we need ICC wishes to appoint a full design team under a Lead Designer (the Designer) who will be responsible for designing the experience fit out of the Museum at Queens Park, Invercargill. It is expected that the period of engagement from start to finish will be from June 2023 through to September 2026 (fit out completion). The Designer will be required to provide suitable preliminary design option(s) to be considered by ICC for approval. On completion of all design stages and approval by ICC, the design team (in part) will be required to monitor the construction in support of the Contractor delivering the experience production, installation and commissioning phases. The ICC is currently in the processes of appointing the Base Build design team. Both design teams will be required to collaborate and coordinate their designs and support the relevant delivery stages (Base Build & Experience Fit out). Coordination will be key to a timely delivery and a quality outcome for the people of Invercargill and Southland. Each Design team will appoint a Lead Designer it will be the responsibility of each Lead Designer to coordinate their designs to mitigate / eliminate services clashes, design oversights, compliance and omissions. The PMO Programme Director will undertake the role as design manager for the ICC. They will have other resources available to ensure both design teams receive timely inputs from the council as required or requested. All designs will be coordinated in a collaborative nature to ensure benefits are realised in construction, usability and operations to deliver a facility that showcases sustainability, smart design and innovation. Please note that Appendix C - Draft CCCS contract will be uploaded via a NTT later this week.",Awarded,,0,20250410 Invercargill City Council,27248042,Request for Proposals,Open Competition,C1115 - Transport Professional Services,C1115,20230417,20230505,20230530,Invercargill City Council,Sole Agency,No,,"Purchase of Transport Professional Services for a three-year (plus one plus one) contract term. Professional engineering services are required for design reviews of renewals and project and contract management of larger projects.",Awarded,,0,20250410 Invercargill City Council,27259714,Request for Quotations,Open Competition,C1212 - Supply of Electronic School Signs,C1212,20230417,20230501,20230522,,Sole Agency,No,,ICC require the supply of 30 electronic school signs that comply with Compliance with Waka Kotahi NZTA Traffic Control Devices Manual to be delivered in stages by December 2023.,Awarded,,191589,20250410 Invercargill City Council,27275250,Request for Proposals,Open Competition,C1202 - Play in the CDB Business Case,C1202,20230420,20230512,20230609,,Sole Agency,No,101 Esk Street,"Invercargill City Council has recently completed its upgrade of Esk and Don Streets. We now wish to develop a response to play for the Central Business District and are looking for a specialist consultant to assist with the delivery of a Business Case for the investment in Urban Play in the City Centre. Council is looking for Specialist Consultants with previous experience writing feasibility and business cases. These will provide decision makers a range of options from which they can choose a clear direction.",Awarded,,54400,20250410 Invercargill City Council,27369184,Request for Tenders,Open Competition,C1167 - ICC Roading Corridor Maintenace,C1167,20230509,20230616,20240923,,Sole Agency,No,,"This Contract is for the general requirements that apply to the maintenance of Councils pavement and footpaths including amenity and street cleaning, bus shelter maintenance, traffic and street signage, road marking, vegetation control, renewal of footpaths, kerb and channel renewals, unsealed road maintenance and streetlighting. ICC reserve the right to negotiate with the Contractor for the inclusion of other services should they be mutually agreeable. Council budgets are subject to Annual Planning and Long Term plan approval processes and will be subject to confirmation for each year of the contract. The contractor by having tendered acknowledges that this variability could occur. This contract is based on a NZS3917 document; overlayed with a collaborative framework to instill positive relationships and behaviors from both the Principal and Contractor. The Collaborative framework is at the core of ICCs aspirations for this contract. It should be read, carefully considered and allowed for in the preparation of your tender submission. Details of the collaborative framework and how it will be applied are included in the Collaborative Framework Document which forms part of the Tender Documentation. The contract does not currently include the pavement surfacing reseal contract. There is potential that this may be added by negotiation in the future should circumstances arise where performance and value for money can be demonstrated, and once any current reseal term contract expires.",Awarded,,0,20250410 Invercargill City Council,27396810,Request for Quotations,Open Competition,C1106 - Transport for the relocation of Museum artefacts,C1106,20230515,20230608,20230704,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) invites Request for Quotes (RFQ) from suitably experienced relocation specialist companies with relevant experience relocating museum artifacts. The project goal will be to relocate all current collection artefacts of Southland Museum and Art Gallery from the current site at 108 Gala Street, Queens Park, Invercargill 9810: Move 300m2 of collection items to external storage facilities (LIC Building 176 Clyde St, Invercargill) from the current Museum between Mid-July to Mid-August 2023 (TBC). Move 900m2 of collection items to the new Tisbury Regional Storage Facility (cnr Boxall and Rockdale Roads, Invercargill 9812) from the current Museum between 4th December 2023 and 29th March 2024 On demand service between April 2024 to September 2024",Awarded,,0,20250410 Invercargill City Council,27566494,Request for Proposals,Open Competition,"C1216 - Housing alterations at 50 Murphy St, Invercargill",C1216,20230619,20230711,20230912,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) invites building contractors to participate in the Request for Proposal (RFP) and submit their proposal for the alterations to two units in the Elston Lea Village located at 50 Murphy Street, Invercargill. Invercargill City Council Housing Care Service provides adequate, affordable housing for New Zealand citizens who meet Councils entry criteria. The Council owns 21 complexes providing 215 rental housing units for seniors in Invercargill and Bluff. The Housing Care Service has always been self-funding, with income derived solely from rents: there is no draw on rates. The Service provides comfortable and affordable accommodation for elderly people who need help with housing and are eligible. People 60 years and over have first priority.",Awarded,,133000,20250410 Invercargill City Council,27650355,Request for Tenders,Open Competition,C1056 - Council Building Cleaning Services 2023-2026,,20230703,20230731,20230912,Invercargill City Council,Sole Agency,No,,"Council requires a comprehensive cleaning services for multiple locations and end of lease cleaning for 215 housing care units. These include Civic Administration Building, Library, Archive, Scottish Hall, and Civic Theatre and other buildings as detailed in the C1056 Building Cleaning Scope of Work (Appendix 1). The scope of work includes regular cleaning, waste management, and adherence to health and safety regulations.",Awarded,,528612,20250410 Invercargill City Council,27977359,Request for Proposals,Open Competition,C1095 - Tuatara Facility Construction,C1095,20230829,20230929,20231115,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) invites contractors to submit their proposal to supply a price as well as a detailed programme to construct the new Tuatara facility in Queens Park. Comprising of a Laboratory & Porch, Nine x Tuatara pens and the re-development of the existing animal enclosure area within Queens Park. With the closure of the former Southland Museum and Art Gallery (SMAG) due to earthquake risk. Invercargill City Council have taken on the ambitious 1225 Construction programme. This includes a new artefact storage facility, a new Museum/Cultural facility & a purpose built Tuatara facility based on current animal husbandry best practice. Tuatara have been synonymous with Queens Park for over 40 years. They have been linked to the Museum as a living artefact for all of that time. Relationships have been developed with Iwi and DOC to ensure the survival of the species, with Invercargill Museum having been historically successful in its breeding program and recognised internationally. This project is an opportunity to be involved in the construction of a uniquely New Zealand experience that will replace a well-loved Invercargill institution, of having our own living dinosaurs available for public viewing. The design has now been completed and approved by Council. Further information can be found: https://www.project1225.co.nz/tuatara-enclosure",Awarded,,0,20250410 Invercargill City Council,27994452,Request for Proposals,Open Competition,C1675 - Bluff Boat Ramp Civils work,C1675,20230831,20230920,20231005,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) invites proposals from suitably experienced Civil Contractors with relevant experience in delivering facilities of this type. The project goal will be the demolition of existing structures and enabling works for the installation of two pontoons and jetties including associated works as outlined in specifications and drawings. ICC is looking to procure the main Contractor to demolish and remove existing structures, followed by the enabling works for the construction and placement of the steel jetties and pontoons to the agreed specifications outlined by Offshore and Coastal Engineering Ltd (OCEL). The anticipated scope of work to be undertaken by the Prospective main Contractor under the conditions of contract for building and civil engineering construction NZS 3910:2013.",Awarded,,0,20250410 Invercargill City Council,27995149,Request for Proposals,Open Competition,C1221 - Bluff Boat Ramp Fabrication and Installation,C1221,20230831,20230920,20231005,,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) invites proposals from suitably experienced Marine Fabrication and Installers with relevant experience in delivering facilities of this type. The project goal will be the fabrication and installation of two pontoons and jetties including associated works as outlined in specifications and drawings. ICC is looking to procure the main Contractor to fabricate and install the new Jetties and Pontoons to the agreed specifications outlined by designers Offshore and Coastal Engineering Ltd (OCEL). The anticipated scope of work to be undertaken by the Prospective Main Contractor under the conditions of contract for building and civil engineering construction NZS 3910:2013.",Awarded,,0,20250410 Invercargill City Council,28038884,Request for Proposals,Closed Competition,C1187 - P1225 Museum Main Build Construction Services (RFP),C1187,20230905,20231020,20231206,,Sole Agency,No,101 Esk Street,"Following on from Registration of Interest published on 30th June 2023, ICC wishes to appoint a main contractor (the Main Contractor) to provide preconstruction services and contract works of the Project 1225 Museum base build at Queens Park, Invercargill. It is expected that the period of engagement from start to finish will be from December 2023 through to December 2025 or the completion of the Base Build Contract (excluding any defects liability periods).",Awarded,,0,20250410 Invercargill City Council,28136141,Request for Proposals,Open Competition,C1195 - Civils construction for carpark and relocation of supplied toilet.,C1195,20230919,20231019,20231102,,Sole Agency,No,101 Esk Street,"Invercargill City Council are looking for a Lead Contractor for the Bluff Precinct to provide the following: Civil construction for new a slab, services, and hard landscaping for supplied toilet being relocated from the Queens Parks yard to Pearce Street Carpark, Bluff. Including required services for relocated toilet. o Plumbing, o Drainage and electrical installation for supplied toilets o Lighting including service connections o painting Accessible pathways to the toilets. As per the design Creation of a bike wash. Hard landscaping such as pathways and seating and bike stand. Install a Southland Mountain Bike club storage container as specified in the design Signage as per the consented documents. Excavation and construction of a 46 car carpark with a chip seal surface. In accordance with the designed and consented documents. Dispersal of excess soil on site in accordance with the design. Work in accordance with the consent documents and obtain Code Compliance Certificate.",Awarded,,0,20250410 Invercargill City Council,28364339,Request for Proposals,Open Competition,C1704 - P1225 - Te Unua Cafe Operator & Catering,,20231030,20231129,20240312,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Invercargill City Council, referred to below as ""the Buyer"", ""ICC"", or ""we"", or ""us"". Invercargill City Council (ICC) invites applicants with the qualifications and suitable Experience to submit their proposal for the Operator/Service provider of the new Te Unua Museum of Southland Caf & Catering facilities. What is also very unique with this opportunity is that the ICC seek extensive design input to the operational spaces such as servery and kitchen areas. You will work with our experienced design team and make critical inputs to the development of the spaces and equipment selection. The new Museum (Te Unua Museum of Southland) is an exciting new project that is a once in a lifetime opportunity. You will inform design, operate and lead the culinary experience for guests and visitors from all over the region, country and world. With the bold design of the new Museum passing the concept phase, we now need to look at how best to develop the Food & Beverage component of the project. To achieve this we are looking for proposals from industry professionals that can see the potential in what is sure to be Invercargills newest iconic attraction. The Council look forward to reviewing submission from suppliers who can deliver a uniquely Southland experience that will become a well-loved Invercargill institution. Sincerely Alice Lee",Awarded,,0,20250410 Invercargill City Council,28720856,Request for Proposals,Open Competition,CC1742 - ICC CCTV Upgrade Project,CC1742,20240122,20240228,20240726,Invercargill City Council,Sole Agency,No,101 Esk Street,"Invercargill City Council (ICC) have committed to enhancing public safety and security by investing in the modernisation of the citys CCTV infrastructure. This initiative is in response to growing security concerns, the need to replace and upgrade the existing legacy network, and the desire to foster stronger partnerships within the wider community. To enable this, ICC require the installation of a modern CCTV network, utilising the combination of existing and new infrastructure throughout Invercargill. The CCTV network will be installed over four stages. ICC are looking to select a supplier to carry out Stage One supply, install and maintenance of the network, with the intention to appoint the successful tenderer as the Preferred Supplier for the subsequent stages, based on their performance in completing Stage One (no guarantees are provided by ICC around the quantity or value of the subsequent phases work). This specific opportunity is for the Supply and Installation of the Stage One integrated CCTV network and the through life maintenance/support for the system.",Awarded,,0,20250410 Invercargill City Council,29322303,Request for Proposals,Open Competition,CC1772 - Housing Innovation Miller Street Demolition,,20240502,20240524,20240607,,Sole Agency,No,101 Esk Street,"Invercargill City Council are committed to providing modern, warm, sustainable and accessible homes for our elderly community. To enable this, the demolition of existing buildings at 13 -29 Miller Street is required. This will enable the next set of 6 units to be built on the site. This specific opportunity is for Demolition of the units and ground preparations, including disconnection of services.",Awarded,,0,20250410 Invercargill City Council,29408225,Request for Proposals,Open Competition,"C1093 Compliance Services for Building Warrant of Fitness, Fire Compliance and Extinguishers",,20240515,20240612,20240701,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","Invercargill City Council is seeking a supplier who will be responsible for the day to day oversight of the programme and delivery of all Compliance Services for Building Warrant of Fitness, Fire Compliance and Extinguisher requirements, ensuring all Council buildings with Specified Systems are correctly maintained and certified to the NZ Building Act 2004 and/or other relevant legislation.",Awarded,,0,20250410 Invercargill City Council,29408814,Request for Proposals,Open Competition,CC1779 Internal Audit Services,CC1779,20240515,20240612,20240809,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","Invercargill City Council is seeking to establish a three-year Internal Audit program that is suitable for the needs of Local Government and the operational departments within, and that provides assurance to the Risk and Assurance Committee and wider Council. This is a unique opportunity to work with a progressive Council that is promoting continuous improvement and best practice across Council. We are looking for a partner who has demonstrated expertise and capability to deliver a wide range of audit services.",Awarded,,0,20250410 Invercargill City Council,29446741,Request for Proposals,Closed Competition,Three Waters Consultant Engagement - Design and Contract Management,,20240521,20240606,20240716,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill",Invercargill City Council (ICC) is seeking experienced Engineering Consultants to support our in house Engineers Services Group (ESG) with Three Waters Renewals. ICC has a significant forward works programme and good performance may lead to ongoing opportunities with council. Our expectation is for turn key solutions.,Not Awarded,,0,20250410 Invercargill City Council,29499993,Request for Proposals,Open Competition,CC1784 Detailed Seismic Assessment,CC1784,20240529,20240612,20240628,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to provide an up-to-date Detailed Seismic Assessment (DSA) of our Civic Administration Building Te Hinaki The key objective of this procurement is to engage a suitably experienced and qualified supplier to provide the full requirements of work. Please refer to the RFP documents for further details.",Awarded,,0,20250410 Invercargill City Council,29588091,Request for Proposals,Open Competition,CC1790 - ICC Museum Tree Removal 2024,,20240613,20240627,20240710,,Sole Agency,No,,"The Invercargill City Council (ICC) is inviting experienced and qualified companies to submit proposals for the removal of various vegetation within the Queens Parks reserve located at 106-110 Victoria Street, Invercargill. (as per the enclosed map)",Awarded,,0,20250410 Invercargill City Council,29616518,Request for Proposals,Open Competition,CC1789 - ICC TEAMS Project 2024,,20240618,20240718,20240819,Invercargill City Council,Sole Agency,No,,"Invercargill City Council is seeking proposals from qualified suppliers to provide services for the implementation of Microsoft Teams Voice and assistance with migration from our current telephony system. This RFP outlines the requirements and expectations for the services to be procured, the selection criteria, and the proposal submission guidelines.",Awarded,,0,20250410 Invercargill City Council,29694021,Request for Proposals,Open Competition,CC1753 - ICC Website Upgrade 2024,CC1753,20240702,20240730,20241003,Invercargill City Council,Sole Agency,No,n/a,"Invercargill City Council are seeking proposals for the development of a new council website to replace our current complex and outdated system. The primary objective of this procurement is to engage an experienced website developer who can deliver a modern, user-friendly website that meets the needs of our community and stakeholders. We aim to upgrade to a more efficient, and easily navigable platform. The successful supplier will demonstrate expertise in website development, a track record of successful similar projects, and the ability to deliver a high-quality product that aligns with our strategic goals.",Awarded,,0,20250410 Invercargill City Council,29789684,Request for Tenders,Open Competition,CC1725 - Surrey Park Grandstand Strengthening Work,,20240716,20240814,20241004,Invercargill City Council,Sole Agency,No,,"Invercargill City ICC (ICC) invites Tender (RFT) from suitably experienced Construction companies with relevant experience in delivering Design and Construct Contracts. The project goal will be the Grandstand 34% strengthening work including Fire Compliance at Surrey Park. Surrey Park is one of Invercargills more unique parks with strong recreational ties covering a multitude of sports and activities. This has been complemented with the leisure centre and indoor cycling velodrome which are two of the premier indoor sports facilities within New Zealand. The diverse range of activities creates a challenge of managing them together in order to achieve a cohesive organised recreational area, while maximising the opportunities for park users. Surrey Park Grandstand is noted as a critical asset to Invercargill City in the Parks and Cemeteries Activity Plan and is widely used by many groups and members of the public. The ICC, as owner of the grandstand, has an obligation to develop and maintain it to a suitable standard, subject to a desirable need, including the encouragement of use of the facility. Failure of the grandstand would have major adverse impacts on significant numbers using the grandstand, the environment and the economy through loss of finance and having no alternatives if a disaster was to occur.",Awarded,,0,20250410 Invercargill City Council,29852436,Request for Tenders,Open Competition,CC1798 Road Resurfacing 2024 - 2025,CC1798,20240725,20240829,20240923,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitably experienced contractors for the resurfacing and some pre-reseal repairs, if required, on various roads within the Invercargill City for an initial period of one year. The scope of the work is fully described in the attached contract documents, and key items of work are: Site assessment and treatment recommendations based on a least cost whole of life basis. Pre-seal repairs, texturising, pre-levelling, height adjustment of service covers or extra depth milling if required. Supply of materials, plant and labour to construct various types of surfacing including (but not limited to) chipseal, asphalt, slurry and cape seal with either emulsion or cutback binders. Supply of seal design inputs (existing surface texture and chip ALD test results) and seal designs. Innovation in sealing strategies is encouraged and rates for alternative treatments will be negotiated. Milling the existing traffic lanes but not the parking lanes or milling edges and tie ins depending on the option chosen. Supply of materials, plant and labour to construct membrane waterproofing seal below asphalt resurfacing. Sweeping and pavement marking with reflectorized paint. Supply of information for RAMM inventory updating. Supply of texture measurements and chip retention on completed surfacing treatments prior to the end of the defects liability period. This contract is a Measure and Value contract as defined by the General Conditions of Contract, Clause 2.1.1.",Awarded,,0,20250410 Invercargill City Council,29903459,Request for Tenders,Open Competition,CC1004 Airport Avenue Foul Sewer Rising Main Renewal 2024,CC1004,20240802,20240902,20240917,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitably experienced contractors for the supply of all plant, labour and materials necessary for the renewal of over 800m of the foul sewer rising main pipe on Airport Avenue, Invercargill. The new pipeline will be installed from the existing pump station in the berm area outside the Apex Car rentals up to the Stead St intersection. This work is to replace the existing 100 mm AC foul sewer rising main, which is to be abandoned using flowable concrete filling at start and end of pipeline. This work also includes the installation of all relevant mains, property connections, structures, fixtures/fittings, removal of existing mains and manholes, disposal of existing mains and excavated material to a consented site, and other minor works as detailed in the Tender Drawings and the Schedule of Prices.",Awarded,,0,20250410 Invercargill City Council,29942946,Request for Tenders,Open Competition,CC1741 Clyde Street Watermain Renewal - Wood Street to Tweed Street,CC1741,20240808,20240905,20240923,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitably experienced contractors for the supply of all plant, labour and materials necessary for the renewal of approximately 586m of existing asbestos cement and cast iron watermains on Clyde Street, Invercargill between Wood Street and Tweed Street. The majority of the new watermain is proposed to be installed in a new alignment. This includes the installation of all relevant mains, property connections, structures, fixtures/fittings, removal/abandonment of existing mains, disposal of excavated material to a consented site, and other minor works as detailed in the Tender Drawings and the Schedule of Prices.",Awarded,,0,20250410 Invercargill City Council,30031269,Request for Tenders,Open Competition,"CC1679 Kelvin, Tay, Dee and Esk Street Stormwater",CC1679,20240821,20240918,20241010,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitably experienced contractors for the supply of all labour, materials, and plant necessary to complete the stormwater works, with completion required prior to 1 December 2024 to allow for resurfacing of Tay and Dee Streets in late 2024/early 2025. The works include the renewal of approximately 14m of stormwater pipe and all associated works in Dee/Esk Street intersection and approximately 30m of stormwater pipe, 16m of wastewater pipe, and all associated works in Tay/Kelvin Street intersection. The works shall also include the installation of all relevant mains, property connections, structures, fixtures/fittings, removal/abandonment of existing mains and other minor works as detailed in the Tender Drawings and the Schedule of Prices.",Awarded,,0,20250410 Invercargill City Council,30105469,Request for Proposals,Open Competition,CC1806 - ICC Sports Fields Reserves Omnibus Management Plan 2024,CC1806,20240830,20240927,20241011,Invercargill City Council,Sole Agency,No,,ICC requires a suitably qualified consultant to review/develop the 2014 Sports Fields Reserves Omnibus Management Plan for the next ten years.,Awarded,,0,20250410 Invercargill City Council,30114673,Request for Proposals,Open Competition,CC1735 - ICC Traffic Signal Maintenance 2024-2027,CC1735,20240902,20241008,20250311,Invercargill City Council,Sole Agency,No,,"Invercargill City Council (ICC) is looking for a qualified and capable contractor to maintain 41 traffic signal installations and 58 intelligent transport systems (such as variable speed signs and school zone signs) which involves 17 intersections on state highways and 24 ICC intersections (currently). Activities may range from preventative and reactive maintenance which could be planned or unplanned as well as routine inspections. The contract requires provision of a 24-hour emergency repair / fault service.",Awarded,,0,20250410 Invercargill City Council,30154063,Request for Proposals,Closed Competition,WN2100007 WasteNet Waste Services Contracts - Technical Procurement Support,WN2100007,20240909,20241007,20241104,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","Invercargill City Council is seeking a consultancy to support with specific aspects of the procurement process for kerbside collection services, transfer station services and recyclables processing activities. This involves working alongside WasteNet staff, the Invercargill City Council Procurement team and various other stakeholders. Four components are included in the Scope of Services 1. Performance Assessments of existing contracts; 2. Business Case Development; 3. Contract Design; 4. Tender and Evaluation.",Awarded,,0,20250410 Invercargill City Council,30274262,Request for Proposals,Closed Competition,CC1825 Te Hinaki Office Decant - Project Management,CC1825,20240926,20241014,20241022,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810",The Invercargill City Council is seeking proposals from experienced Project Management Suppliers to provide Project Management Support for the decant of Council staff from the Main Te Hinaki Civic Administration Building at 101 Esk Street to new temporary premises at HW Richardson *HWR) Tower and Invercargill Central Limited (ICL) on Esk Street.,Awarded,,0,20250410 Invercargill City Council,30632216,Request for Tenders,Open Competition,CC1817 Centre Street Water Main Renewal,CC1817,20241114,20241212,20250122,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitably experienced contractors for the supply of all labour, materials, and plant necessary for the renewal of 1,487m of water main on Centre Street, between Metzger Street and Rockdale Road in Invercargill. The works includes the installation of all relevant mains, property connections, structures, fixtures/fittings, removal/abandonment of existing mains and other minor works as detailed in the Design Drawings and the Schedule of Quantities.",Awarded,,0,20250410 Invercargill City Council,30706406,Request for Tenders,Open Competition,CC1819 Sydney Street Drainage Renewal,CC1819,20241125,20250115,20250131,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitable experienced contractors for the renewal of approximately 509m of wastewater mains and the installation of approximately 480m of stormwater mains on Sydney Street between St Andrew Street and King Street. This includes the installation of all relevant mains, property connections, structures, fixtures/fittings, removal/abandonment of existing mains and other minor works as detailed in the Tender Drawings and Schedule of Prices.",Awarded,,0,20250410 Invercargill City Council,30717443,Request for Tenders,Open Competition,CC1840 Otatara Road Pavement Rehabilitation,CC1840,20241126,20241217,20250130,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenders from suitable experienced contractors for the pavement rehabilitation of approximately 400m on Otatara Road The contract works shall comprise the works described within the various contract documents including without limitation: a Temporary Works; b Earthworks; c Drainage; d Pavement Construction; e First Coat Sealing; f Pavement marking and roadside furniture reinstatement.",Awarded,,0,20250410 Invercargill City Council,30758427,Request for Tenders,Open Competition,CC1842 Salford Street Water Main Renewal,CC1842,20241202,20250131,20250314,Invercargill City Council,Sole Agency,No,,"The Invercargill City Council is inviting tenders from suitable experienced contractors for the supply of all plant, labour and materials necessary for the renewal of approximately 1560 metres of water main on Salford, Moana, Wilton and Waihopai Streets in Invercargill. This includes the installation of all relevant mains, property connections, structures, fixtures/fittings, removal/abandonment of existing mains and other minor works as detailed in the Tender Drawings and the Schedule of Prices",Awarded,,0,20250410 Invercargill City Council,30833692,Request for Tenders,Open Competition,CC1680 Morell Nelson St - Foulsewer Renewals - Princes St to Tramway Road,CC1680,20241216,20250203,20250307,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","he Invercargill City Council is inviting tenders from suitably experienced contractors for the supply of all labour, materials and plant necessary for the renewal of approximately 1000m of foulsewer main, and all associated works in Morell St, and Nelson St between Princes St and Tramway Rd. The Contract shall also include the renewal of all associated laterals, manhole structures, fittings fixtures and connections as detailed in the Design Drawings and the Schedule of Quantities",Awarded,,0,20250410 Invercargill City Council,30977368,Request for Proposals,Open Competition,CC1882 69 Don Street Demolition,CC1882,20250130,20250227,20250306,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","Invercargill City Council is seeking a supplier who has the capability and experience to demolish the building at 69 Don Street, Invercargill. Works include: Demolishing the Building; Clearing the site; Shaping the site with a suitable gravel finish, Ensuring the site has appropriate drainage and Relocating and painting the barriers to the north and east boundaries.",Not Awarded,Procurement cancelled or postponed,0,20250410 Invercargill City Council,31010464,Request for Tenders,Open Competition,CC1881 Albert Crescent Three Waters Renewals,CC1881,20250204,20250306,20250325,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenderers for the supply of all labour, materials and plant necessary for the renewal of approximately 153m of watermain, 110m of wastewater main, 126m of stormwater main and all associated works in Albert Crescent, Invercargill. The Contract shall also include the renewal of all associated laterals, manhole structures, cleaning eyes, valves, fittings, and link-in connections.",Awarded,,0,20250410 Invercargill City Council,31043578,Request for Tenders,Open Competition,CC1812 Korimako Avenue Stormwater Main Renewal,CC1812,20250211,20250313,20250331,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","The Invercargill City Council is inviting tenderers for the supply of all labour, materials and plant necessary for the renewal of approximately 650m of stormwater main and all associated works in Korimako Avenue, Otatara. The Contract shall also include the renewal of all associated laterals, manhole structures, fittings fixtures and connections. Existing stormwater mains on either side of the road are to be replaced by a 450mm Class 2 Concrete main on the south side of the road. Existing drainage pipes are to be abandoned or removed depending on the trenching methodology. Lateral locations are to be determined through potholing as CCTV is not possible due to root intrusion along the pipe length.",Awarded,,0,20250410 Invercargill City Council,31087439,Request for Quotations,Closed Competition,CC1900 Salford School Street Parking,CC1900,20250217,20250303,20250304,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810",Invercargill City Council (ICC) invites suppliers to provide a Quotation for the delivery of all civil construction works associated with the new Salford School Street Parking area.,Not Awarded,,0,20250410 Invercargill City Council,31121813,Request for Proposals,Open Competition,CC1903 Elizabeth Park - Concept Plan,CC1903,20250220,20250306,20250317,Invercargill City Council,Sole Agency,No,"101 Esk Street, Invercargill 9810","Invercargill City Counci is looking for a suitably qualified Landscape Architectural/Planning consultant to develop an Elizabeth Park Concept Plan that aligns with the Long Term Plan focus on growth, ongoing transformation and resilience as Council seeks to transform the park into an inviting space for multigenerational active use over the next 10 to 15 years.",Awarded,,0,20250410 Kaikoura District Council,19724957,Request for Proposals,Open Competition,RFP for 3-Water Physical Works Contractor Panel - Kaikoura District Council,,20180529,20180627,20190802,,Sole Agency,No,,"This RFP is for the provision of the 3-Waters physical works, whereby the Council intend to appoint a 3-Waters physical works panel containing a minimum of two (2), up-to a maximum of three (3) Contractors to deliver its capital programme including the rebuild and Business as Usual (BAU). The Council projected spend across the various 3-Waters capital programme workstreams is detailed below: The 3-Waters rebuild programme (water, wastewater, stormwater) totals $10.8M over the next three (3) years. o Note - at the date of publishing this RFP the Councils damage assessment of the stormwater network was ongoing and expenditure has been assumed in relation to stormwater assets. The current BAU 3-Waters programme is between $4-5M (excluding maintenance which will be delivered by Council maintenance contractor). This magnitude of asset renewal and replacement is unprecedented within the KDC Council.",Not Awarded,"Isaacs Construction Limited Fulton Hogan New Zealand Limited Brian Perry Civil Limited These three Contractors were appointed to the panel",0,20250410 Kaikoura District Council,19934813,Request for Proposals,Open Competition,For the Construction of 5 NEW Single Span Road Bridges in Kaikoura,,20180726,20180907,20190802,,Sole Agency,No,"Kaikoura District Council Level 2, 96 West End Kaikoura 7340","The Kaikoura District Councils (the Council) infrastructure assets have sustained significant damage as a result of the earthquake. Five existing bridges were all damaged significantly and now need to be replaced with five new single span road bridges. The bridges are named in the below bullet points: BR 21 - Evans Bridge (Mt Fyffe Road) BR 29 - Hawthorne Road Bridge BR 28 - Gillings Lane Bridge BR 30 - Rorrisons Road Bridge BR 32 - Scotts Bridge The scope of this RFP for the each of the five bridges is provided in the below bullet points: Earthworks Construction of temporary access as necessary Removal of existing bridges Construction of piles Construction of abutment beams Construction of hollow-core deck units Construction of footpath on bridge (where specified) Construction of vehicle/pedestrian barriers on bridge (where specified) Construction of stone fill at abutments Construction of settlement slab Construction of approaches Construction of services and utilities crossing the bridges Drainage Miscellaneous works Handover Documentation, As-built records",Not Awarded,CSL have been successful,0,20250410 Kaikoura District Council,20047416,Request for Quotations,Closed Competition,RFQ for Works at Totara Lane Pump Station,,20180822,20180926,20190802,,Sole Agency,No,Stantec New Zealand Postal Address P O Box 13052 Christchurch 8141 New Zealand,"This request for quotation (RFQ) is issued by Kaikoura District Council. a) The RFQ is for supply, construction, installation, commissioning, testing and certification of Works as follows: i. Design, supply and install one Flygt TOPS 80 Package Pump Station (PS), valve chamber and associated buoyancy mitigation. Pumps, valves and electrical control panel to be salvaged by Contractor from existing PS and installed, commissioned and tested by the Contractor; ii. Supply and install new power supply to site, including upgrade of supply box on Totara Lane and ducting to control panel and pump station; iii. Modify benching in Manhole ID6817; iv. Supply and install DN150 gravity pipework from Manhole ID6817 to new PS location; v. Supply and install DN75 pressure main from new PS location along berm of Totara Lane. Pressure main will be fed through existing ducting under stormwater culvert and connect into existing flange/compression fitting at Manhole ID6821; vi. Supply and install one DN625 ROMOLD maintenance shaft and extension of DN100 laterals from properties 208C and 208E; vii. Connection of maintenance shaft to new PS; viii. Abandon existing pipework, manholes and pump station. b) The Contractor shall design the following portions of the Contract Works, otherwise the design will be provided by the Principal: Flygt TOPS 80 Package Pump Station and valve chamber (or equivalent approved), including pump station pipework and pipework between pump station and valve chamber and as per demarcation shown on the drawings, including anti-buoyancy requirements in a seismic event; Upgrade of the power supply box on Totara Lane and extension of the power cable to the control panel and pump station.",Awarded,,211206,20250410 Kaikoura District Council,20096436,Request for Proposals,Closed Competition,For the provision of Lyell Creek Wastewater Upgrade LPSS Unit Supply,,20180831,20180919,20190802,,Sole Agency,No,,The purpose of this RFP is to invite Prospective Suppliers to submit their Proposals for Lyell Creek Wastewater Upgrade LPSS Unit Supply.,Awarded,The successful and unsuccessful letters have already been sent out.,0,20250410 Kaikoura District Council,20319811,Request for Quotations,Closed Competition,Lyell Creek Waste water upgrade - Physical Works,,20181031,20181206,20190802,,Sole Agency,No,"STANTEC NEW ZEALAND, HAZELDEAN BUSINESS PARK, 6 HAZELDEAN ROAD, ADDINGTON, CHRISTCHURCH","As stated within the RFQ and associated documents and drawings. Please note there is a detailed breakdown of the appendices to the Specification within the RFQ on Appendix 5 - Part F.",Not Awarded,Fulton Hogan were successful in this proposal.,0,20250410 Kaikoura District Council,20321660,Request for Quotations,Closed Competition,Fords Reservoir - Physical Works,,20181029,20181207,20190802,,Sole Agency,No,"JACOBS NEW ZEALAND, LEVEL 2, WYNN WILLIAMS BUILDING | 47 HEREFORD STREET | CHRISTCHURCH","This request for quotation (RFQ) is issued by Kaikoura District Council. a) The scope of the works is generally as follows: The Contract Works include the supply of all labour, materials, plant including dewatering system equipment for the construction of the Ford Reservoir scheme. This includes, but is not necessarily limited to, the items listed below: The decommissioning, demolition, and disposal of two existing reservoir structures at the Ford Reservoir site: Fords 1 (Buried concrete tank reservoir) and Fords 2 (Excavated earth bund lined and with a floating HDPE cover). Infill earthworks of removed bladder tank reservoir (Fords 2). From intrusive geotechnical investigations it is expected that site won material from the excavation around the new Fords 1 reservoir tank will be suitable to infill the Fords 2 bladder reservoir. As land currently occupied by the Fords 2 reservoir is intended for use as a future residential development, fill material is required to be selected and compacted to achieve the bearing capacity requirements of Good Ground as defined in NZS 3604. Earthworks to create level platform for new reservoir to replace existing Fords 1 Reservoir. A minimum 3 m wide level area surrounding the tanks will be provided for maintenance access, bounded by a cut slope to the existing adjacent ground. The existing cut slope around the Fords 3 reservoir stands at approximately 1H:5V and has showed no signs of instability as a result of the 2016 Kaikoura earthquake. As such, the design of the cut slopes surrounding the new Fords 1 reservoir utilise a 1H:4V grade. A Nominated Supplier; Tasman Tanks; is responsible for the design, supply, and installation of a new 1500 m3 capacity reservoir tank to replicate the existing Fords 3 Reservoir at the same level and location. The Contractor is responsible for: - All electrical works, including design, connections, equipment, and earthing; - Internal and external piping to and from the tank; - Construction of tank concrete foundation (design by Nominated Tank Supplier). The supply, construction, testing, and commissioning of new PVC water supply pipework to connect the new reservoir to existing water supply pressure and gravity pipework and booster pump station on the site. Planting and landscaping surrounding top of cut slope.",Awarded,Isaacs Construction were successful,898946,20250410 Kaikoura District Council,20322416,Request for Quotations,Closed Competition,WWTP Physical Works,,20181029,20181203,20190802,,Sole Agency,No,"JACOBS NEW ZEALAND, LEVEL 2, WYNN WILLIAMS BUILDING | 47 HEREFORD STREET | CHRISTCHURCH",As detailed within the RFQ and associated drawings and documents.,Awarded,Isaacs were successful,2409851,20250410 Kaikoura District Council,20822601,Request for Tenders,Closed Competition,RFT for Memorial Hall and Cuddon Building Repairs and Upgrading Works,,20190314,20190411,20190802,,Sole Agency,No,,"The Kaikoura District Councils (the Council) assets have sustained significant damage as a result of the earthquake. Memorial Hall and Cuddon Building (25 Beach Road) sustained significant damage and now that funding is available repairs and upgrading works to both buildings has been approved. This will be delivered with each building being a separable portion under a 3910:2013 contract with Council Special Conditions. The Council, is seeking a suitably qualified Contractor with relevant track record and skills to carry out the Contract Works in a safe manner. Their goal is to bring the Memorial Hall and Cuddon Building up to meet current New Zealand Building Code (structural, fire, electrical and accessibility) as far as practicable while also carrying out minor earthquake repairs and upgrade works. Respondents are to note that Memorial Hall and Cuddon Building are important facilities to the Kaikoura community and are in constant use. Accordingly, the Council seeks to limit their closure and disruption to the public. These limitations are detailed in the tender documentation. The high level scope of this RFT is provided in the below bullet points: Preparation of a detailed and comprehensive work methodology Preparation of a programme that aligns with the Principals target period for the Contract Works, which is April 2019 to September 2019. Refer Section C - Conditions of Contract. Enabling works as required to provide safe lay-down area and working space. Earthquake Repairs and Structural strengthening of Cuddon Building to 34% NBS IL2 and Memorial Hall to 67% NBS IL3 as detailed in the provided in the Appendices of this tender. Minor upgrade (fire, electrical, accessibility) and maintenance works to Cuddon Building and Memorial Hall as detailed in the technical documentation provided in the Appendices of this tender. Provision of documentation required to achieve code compliance certificates for Cuddon Building and Memorial Hall from the Kaikoura District Council. This includes producer statements, as-builts and others as outlined in the provided in the Appendices of this tender.",Not Awarded,Whytes Construction were successful in this project,0,20250410 Kaikoura District Council,21185501,Request for Quotations,Closed Competition,Minor Repairs of 14 Bridges - Kaikoura District Council,,20190812,20190913,20191217,,Sole Agency,No,"Beca Offices, ANZ Centre, High Street, Christchurch Central, Christchurch, 8011","Minor repair works of fourteen rural bridges damaged during 2016 Kaikoura earthquake. The scope of Contact Works shall include the supply of all material, preparation, temporary works and labour for the repair of minor damages to the bridges, in accordance with the drawings and specifications.",Not Awarded,,0,20250410 Kaikoura District Council,22104493,Request for Quotations,Closed Competition,3 Waters Earthquake Repairs (in ground assets),,20200222,20200324,20200603,,Sole Agency,No,,"The Scope of Works for this contract package includes the repair or replacement of 3 Water assets damaged by the Kaikoura Earthquakes. These works include a range of repair or replacement strategies to address isolated earthquake related damage, generally described as: Drainage Assets: o Manhole or Sump replacement; o Manhole repairs (sealing of the interface between pipeline and manhole structure) o Segment repairs (to remove dips or similar); o Patch repairs (to remove cracking / joint displacement or similar); o Lateral repairs (replacement of lateral connection to mains); o Relay (replacement of pipeline, manhole to manhole, to remove dips or similar). Potable Water: o Relay (between valves); o Installation of power ducts in common trench. All assets are to be renewed on existing alignments, to the grades and levels as per the pre-earthquake conditions (unless otherwise agreed with the Engineer). Typical drainage pipeline repairs will encompass a pipe short connected to the existing assets with appropriate connectors. Participants are asked to price based on both a trenched and trenchless repair methodology for each scenario (where a trenchless solution is viable). The preferred Contractor will work through each repair with the Principal in a workshop prior to finalising the Contract Price and awarding the contract. The Participant is to allow for attendance at this workshop by the Site Engineer, Project Manager and any nominated subcontractors to finalise the scope of works. If agreement cannot be reached between the preferred Contractor and the Principal following this workshop the Contractor will be paid the value of this item from the Schedule of Prices. The intent of the Schedule of Prices is to, where practical, have an all-inclusive price for each repair including establishment, repair and reinstatement. We would expect that Contractors will bundle activities within close proximity to minimise costs. No site visit during the submission period has been planned. Contractors are expected to have statisfied themselves prior to submission that they have included for the requirements of each site, including reinstatement.",Awarded,,0,20250410 Kaikoura District Council,22743838,Request for Quotations,Open Competition,WAKATU QUAY BUILDING DEMOLITION Contract No.17.1.163,,20200528,20200629,20201028,,Sole Agency,No,"Kaikoura District Council, Level 2, 96 West End Kaikoura","Tenders are invited for the demolition and appropriate disposal of materials from 3 former commercial fishery related buildings at Wakatu Quay in Kaikoura. The buildings have a total floor area of approximately 1870 square metres and are of varied construction, including significant amounts of concrete and freezer panel. The buildings are in a sensitive waterfront location and deconstruction and demolition must be conducted with appropriate regard to the environment and safety. Potential tenderers should note that there will be a contractual requirement for a significant proportion of the contract price to be expended on labour and services sourced from within the Kaikoura District.",Awarded,"Kaikoura District Council Contract No.17.1.163 Wakatu Quay Building Demolition Thank you for submitting a tender for the above contract. I do however regret to advise that your tender was unsuccessful. There was a high level of interest in the tender and KDC received 12 tenders, with conforming tender prices ranging from prices $349,143 to $1,671,000, with a mean average price of $675,306 and a median average price of $599,675. The contract was awarded to Scope Group Ltd for a price of $461,653.26. Most of the tenders received were of good quality, with some being very strong. Key issues in making a decision amongst those reaching the interview stage were environmental protection aspects of methodology, evidence of detailed consideration of operational aspects, and perceived appropriateness of pricing.",461653,20250410 Kaikoura District Council,22875959,Request for Quotations,Closed Competition,Lyell Creek Pump Station Upgrade,RFQ-EQ-101,20200702,20200731,20201223,,Sole Agency,No,"STANTEC NEW ZEALAND, HAZELDEAN BUSINESS PARK, 6 HAZELDEAN ROAD, ADDINGTON, CHRISTCHURCH 8011","scope of the works at the Lyell Creek Pump Station is generally as follows: i. Fitting new pipes, fittings, valves and pumps within the wet well and dry well. One of the two pumps within the Contract will be supplied by the Principal. ii. Structural modifications to the existing wet well and dry well including breaking down part of the existing walls and floor slabs, making good exposed rough concrete and reinforcing, repairing concrete defects on underside of wet well lid iii. Removal and disposal of existing walkway bridge and extension of the footpath safety railing and supports iv. Design, supply and install of removable lid sections, removable support beams and access covers for the existing wet well, dry well and new valve chamber and ladder within the existing dry well v. Confirmation of existing alignments, levels and extents of existing gravity mains and pressure pipework and thrust blocks prior to commencement of installation vi. Supply and install of new precast manhole valve chamber including pipework, valves, fittings, air valve ventilation pipework and vent stack vii. Supply and install of new flow meter within precast manhole flow meter chamber, viii. Supply and install of new cut -in tee and gate valves on the existing AC pressure main ix. Supply and install of new interconnecting Polyethylene, Steel and ductile iron pipelines and associated fittings x. Removal and disposal of old pipework, pumps and valves within the dry well, removal and disposal of buried CLS and AC pipes and abandonment in ground of remaining redundant AC pipelines xi. Supply and install new power supply to the new electrical switchboard and decommission and remove old power supply to old cabinet xii. Design, supply and install of new electrical switchboard and disposal of old unneeded switchboard and commissioning of the upgraded pump station complete. Qtech has been appointed as the nominated subcontractor for the telemetry and controls scope of the Contract. xiii. Supply and install of wet well instrumentation including Contractor design of fixing details xiv. Supply and install of ducting and cabling to electrical and controls equipment xv. Provision of all temporary works and permanent works necessary for the Contractor to complete the Contract Works including enabling works for over-pumping and protection of functioning assets during the works. xvi. Supply and install of hardstand area adjacent to and around the existing PS structure and new valve chamber xvii.",Not Awarded,Project awarded a while ago - now completed. Tenderers were advised directly,0,20250410 Kaikoura District Council,23982492,Request for Proposals,Open Competition,Kaikoura Marine Development Programme (Wakatu Quay),,20210216,20210407,20210716,,Sole Agency,No,,"Identified post the 2016 Kaikoura earthquake as part of the community wide Reimagine Kaikoura campaign a proposal was submitted to the government seeking funding for the feasibility of a number of opportunities. In 2018 Kaikoura District Council in partnership with Te Rununga o Kaikoura was awarded seed funding from the Provincial Growth Fund (PGF) to investigate the suitability of development concepts including the re-development of the old wharf known as Wakatu Quay. The Council successfully applied to PGF for the Kaikoura Marine Development Project to develop the 5000sqm site. A historic esplanade stretches from the township and runs parallel to the beach for 1.8kms connecting the town and the headland. Often described as the best view in all of Kaikoura this historic location represents the epitome of the Kaikoura landscape with sweeping views up to the majestic Seawards Kaikoura range, framed by the blue Pacific Ocean and cloud beating sky. The location has become ironically linked with Kaikoura internationally often with the tagline of where the mountains meet the sea In order for the development of Wakatu Quay to take place, architectural concept design & plans need to be developed and agreement reached by the project and council on a proposed design. We are looking for a design partner to consider the potential of the site and design a set of flexible commercial buildings capable of accommodating a range of uses.",Awarded,,0,20250410 Kaikoura District Council,24076808,Request for Tenders,Open Competition,Kaikoura District Council: Request for Tender(s) for Standby Generators & Load Bank,17.1.164,20210311,20210329,20210415,,Sole Agency,No,,"Kaikoura District Council request for tender for standby generators and load bank Tenders are invited by Kaikoura District Council (KDC) for the supply of one skid mounted three phase 400V 200kVA standby diesel generator, two trailer mounted standby three phase 400V 100 kVA diesel generators and one trailer mounted test and exercise load bank of at least 50 KW capacity. KDC will consider used equipment less than 5 years old and with less than 1000 hours use, subject to provision of satisfactory maintenance histories and satisfactory warranties of at least two years from purchase date. Please contact Bruce Apperley 3 Waters Engineer 027 462 5757 bruce.apperley@kaikoura.govt.nz for any queries. Tenders must be received no later than 8 AM Monday 29 March 2021 to be considered. Tenders may be provided by email",Not Awarded,no proposal submitted via GETS,0,20250410 Kaikoura District Council,24287245,Request for Quotations,Closed Competition,RFP for Business Case Advisory Services to Support Development of a Single Stage Business Case for South Bay Marine Development,,20210513,20210527,20210716,,Sole Agency,No,,"What we require: capacity We are seeking to appoint one supplier that has the capacity to deliver services within the Kaikoura region and can provide adequately skilled resources, desirably within four hours driving time, noting that KMDP is looking to appoint the strongest individual resources, including lead and supporting roles. Estimated time requirements are as listed below: June August 2021: 20 hours per week August October 2021 : 30 hours per week October December 2021: 40 hours per week December 2021: Submit Business Case January March 2022: 10-15 hours per week to respond to questions What we require: capability To deliver the services required to support the development of the South Bay Harbour business case, KMDP requires support drafting and developing the Business case. KMDP are looking to appoint suppliers who are aligned with our approach, some of the key things that KMDP will be looking for in responses are as follows: Highly desirable that respondents proposed team has experience supporting the drafting and development of business cases in a marine environment. Respondents that are able to demonstrate experience inputting into and the provision of options analysis under a BBC framework. Respondents that demonstrates a value for money approach to the delivery of their services. Approach that drives innovation and demonstrates a clear ability of their application of market leading / current technologies nationally and internationally. Respondents that stay current with regulations and guidance both nationally and internationally and keep their clients informed accordingly. Respondents that put the hard yards in at the front of the project to ensure the client has no surprises prior to entering the delivery phase of an engagement. A high-level overview of the services we require the supplier appointed to deliver this project to be capable in includes, but is not limited to, the following: - Economic value added (EVA).? - Cost benefit analysis (CBA).? - Whole of life cost modelling (WoLCM).? - Value for money approach to delivery.? - Operational management analysis.? - Proven ability to articulate themselves in a?straightforward?and succinct manner.? - Demonstrated ability to ensure the cultural element is correctly captured and contextualised.? - Track record in business case support.",Awarded,,0,20250410 Kaikoura District Council,27275569,Request for Tenders,Open Competition,Kaikoura Shared User Pathway and Cycleway,,20230424,20230526,20230810,,Sole Agency,No,Kaikoura District Council 96 West End Kaikoura 7300,"The Western Developments Shared Path project is proposed to improve walking and cycling facilities to connect from Kaikoura township through to new areas of development in the west of the district. This proposal includes the construction of a new off-road shared path, built adjacent to Ludstone Road and will connect the township, schools and businesses to existing and new residential development. The first stage will connect from an existing footpath on Ludstone Road near Rorrisons Road, and extend through to Mt Fyffe Road, including new connection to a proposed residential development. In addition, improved on-road cycle facilities and crossing points are proposed in the urban area, connecting to and across SH1. A further, future stage proposes extending the shared path from Mt Fyffe Road to Red Swamp Road. The path will predominately be an unsealed surface, however, areas of paved asphalt will be installed prior to intersections and crossing locations for improved safety. The shared path will run adjacent to Ludstone Road, separated from road traffic.",Awarded,,0,20250410 Kaikoura District Council,28244420,Request for Tenders,Open Competition,Kaikoura District Council 23/24 Reseal Programme,,20231009,20231031,20231107,,Sole Agency,No,Kaikoura District Council 96 West End Kaikoura 7300,"This scope of works is for the chipsealing of carriageways using cutback, straight run or emulsified binders, and includes second coat and resealing work all in accordance to TNZ P/4 : 1995 and NZTA P17: 2012.",Not Awarded,,0,20250410 Kaikoura District Council,29526790,Request for Tenders,Open Competition,Link Pathway Concrete Wall Construction - Fyffe Quay,24-012,20240618,20240703,20240902,,Sole Agency,No,Kaikoura District Council 96 West End Kaikoura 7300,"The scope of works is for the construction of two monolithic concrete walls widening one is 29m and the other 80m in length along the seaward side of Fyffe Quay to accommodate a new pathway. Tasks includes site clearance, culvert extension and concrete works.",Not Awarded,,0,20250410 Kaikoura District Council,30465867,Request for Tenders,Open Competition,Reseal Programme 2024-2025,24-038,20241022,20241115,20250122,,Sole Agency,No,Kaikoura District Council 96 West End Kaikoura 7300,"This scope of works is for the chipsealing of carriageways using cutback, straight run or emulsified binders, and includes second coat and resealing work all in accordance to TNZ P/4 : 1995 and NZTA P17: 2012.",Not Awarded,,0,20250410 Kaikoura District Council,30909379,Request for Tenders,Open Competition,Wakatu Quay Roading Upgrade,,20250121,20250218,20250317,,Sole Agency,No,,"The work to be executed under the contract is the roading and footpath upgrade of Wakatu Quay, Avoca and Lower Ward St. This includes road preparation, sealing chip seal and asphalt, kerb and channel works, concrete and limestone footpath construction, pedestrian outcrops and raised crossings, drainage works, signage installation, line marking, retaining wall installation and other minor works in accordance with NZTA, TNZ and Christchurch City Council (CCC) standard specifications.",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,17421366,Request for Proposals,Open Competition,RFP for HNZ Architect Panel (Auckland),,20160418,20160520,20191127,,Sole Agency,No,,"Request for Proposal The purpose of this RFP is to assist HNZ in the formation of a panel of architects for the Auckland region. Architectural services are required to complete the conceptual design phase of new home projects in the Auckland region, up to and including the provision of resource consent approval. This includes but is not limited to; design management and coordination, consultation with council and other stakeholders, preparation and revision of conceptual design and resource consent documents. The deliverables required from the architect include (but not limited to); site layouts, floor plans, elevations and compiling/submitting the resource consent package. The architect will also advise HNZ on compliance of detailed design drawings with resource consent and HNZ Housing Standards: Design and Build (Appendix E). Allocation of Work to Panel Members Projects will be allocated to Panel Members by a Project RFP, which for specific projects will involve either a competitive closed Project RFP with selected Panel Members or the selection of a singe Panel Member with which HNZ will negotiate directly. RFP documents are available to downloaded at www.tenderlink.com/hnzc/",Awarded,"The following companies have been appointed to our Architect Panel (Auckland) as at 23rd May 2019 Archimedia Group Limited. Architectus Bowes Clifford Thomson Limited. ASC Architects Limited. Ashton Mitchell Residential Limited. Babbage Consultants Limited. Bossley Architects Limited Chow Hill Architects Limited Context Architects Limited DesignGroup Stapleton Elliott Limited Design Partners Limited Dixon Wild Architects Limited Herriot & Melhuish Architecture Limited IGNITE Architects Limited Klein Limited MODE Design Pty NZ Limited Monk Mackenzie Architects Pacific Environments NZ Limited Peddle Thorp Aitken Limited Swan Railley Architects (Australasia) Limited Tse Architects Limited Warren & Mahoney Architects Limited Waterfall Gunns Lowe Architects Limited",0,20250410 K?inga Ora Homes and Communities,17581872,Request for Proposals,Open Competition,Request for Proposal: 100% HNZ Redevelopment Panel (Auckland),,20160607,20160607,20200630,,Sole Agency,No,,"Housing New Zealand (HNZ) is refreshing its existing 100% Redevelopment Panel (Auckland) panel and is seeking proposals from organisations who can undertake the detailed design and construction of dwellings and wish to be added to the panel. The RFP documents can be downloaded free of charge from the HNZ Tenderlink portal (www.tenderlink.com/hnzc/). If you are not registered on the HNZ Tenderlink portal, please select the Registration Tab at the top of the Home page. Please note that the Two Stage form of contract (Appendix B2 of this RFP) is currently in the process of being reviewed. Any amendments will be brought to the attention of shortlisted respondents prior to them being invited to sign the MoU.",Awarded,"The following companies have been successful and are on the Kainga Ora Redevelopment Panel (Auckland) Bracewell Limited Brosnan Construction Ltd Build Partners Builtsmart Limited (formally PLB Construction) C3 Construction Limited Capri Construction and Residential Services Limited Classic Builders Group Limited Consortium Construction 2018 Limited Construct Limited Constructa Ltd Dominion Constructors Ltd Finesse Residential Force Construction Limited, t/a NZ Force Construction Limited Form Building and Developments Ganellen Construction Limited (GN Residential NZ Limited) Gibson O'Connor Construction Limited Hawkins Limited Haydn & Rollett Limited Home Construction Limited JAL Developments Limited (t/a Jalcon Homes) Jebel Limited Jennian Commercial Auckland Limited Kalmar Construction Latham Construction Limited Legacy Construction Ltd Leighs Construction Limited Loveridge Builders Limited Macrennie Commercial Construction Ltd McConnell Dowell Constructors (Built Environs) McMillan and Lockwood Group Limited Mike Greer Commercial Limited Miles Construction Limited Modus Group Naylor Love Auckland Limited NZ Strong Group Limited Penny Homes Ltd Precision Construction Ltd Q Residential Limited Rabo Build Limited Reuters Construction Ltd (ta Devon Homes) Rouse Construction Ltd Scarbro Build Limited Signature Residential Limited Southbase Construction Limited Space Reinstatements Limited Teak Construction Group Ltd Universal Homes Limited Waide Commercial Construction Limited Woodview Construction North-West Construction LImited t/a Sentinel Homes",0,20250410 ,,,,,,,,,,,,,,,,, K?inga Ora Homes and Communities,18251458,Request for Proposals,Open Competition,Request for Proposal: Demolition Contractor (Auckland) Panel,,20161219,20161219,20190830,,Sole Agency,No,,"Housing New Zealand (HNZ) is seeking proposals from suitably resourced and experienced contractors to join a panel of demolition contractors. The panel will be used by HNZ to select/invite contractors to submit proposals for various planned and unplanned demolition projects in the Auckland region. Demolition contractors who are interested in being a member of the panel must download the Request for Proposals (RFP) documents and submit a response. RFP documents are available to be downloaded at: www.tenderlink.com/hnzc/ It is important to note that: • To register click on the ‘registration’ tab at the top of the TenderLink homepage and provide the requested information. • Applicants who have previously undertaken work for HNZ or have submitted a proposal to a previous HNZ RFP that was not successful must still submit a proposal to this RFP. • The Panel is an “open panel” which means that interested parties can submit a proposal to join the panel at any time during the operating period. • The operating period of the panel commences with the appointment of the first panel member and completes on 30th June 2018 (unless extended). • The RFP document lists a closing date of 1 November 2016. Interested parties that submit by this date will be appointed by Friday 25th November 2016 and will have the earliest opportunities to be allocated projects under the panel. • Proposals received after the closing date will be evaluated after Friday 25th November 2016 and will be appointed later. • Any questions regarding this notice must be addressed to: procurement@hnzc.co.nz",Awarded,"As at the 23 May 2019 the following companies have been successful in obtaining a place on the demolition panel. ATL Group Ltd DKL Projects Limited. Ward Demolition Limited The Agency Corp Limited Glenn Henderson Limited Nikau Contractors Limited TBS Farnsworth Limited Yakka Contracting Limited Waikato Demolition Limited Ceres New Zealand LLC Union Contractors T/A Union Demolition",0,20250410 K?inga Ora Homes and Communities,18318132,Request for Proposals,Open Competition,HNZ Civil Contractor (Auckland) Panel,,20170123,20170221,20190830,,Sole Agency,No,,"REQUEST FOR PROPOSAL The purpose of this Panel RFP is to form a panel of civil works contractors to undertake civil and landscaping works in the Auckland region. The Contract types to which this Panel RFP applies are: Construct Only Civil Works Measure and Value Construct Only Civil Works Lump Sum ALLOCATION OF CONTRACTS TO PANEL MEMBERS Contracts for specific Projects will be allocated to Panel Members by a Project Panel RFP, which for specific projects will involve either a competitive closed Project Panel RFP process with selected Panel Members or the selection of a single Panel Member with which the Principal will negotiate. The RFP documents can be downloaded free of charge from the HNZ Tenderlink portal (www.tenderlink.com/hnzc/). If you are not registered on the HNZ Tenderlink portal, please select the Registration Tab at the top of the Home page. Please note the registration with Tenderlink does not mean that you are registered for the Civil Contractors Panel, you must download the RFP and follow the application process described in the document.",Awarded,"As at 23 May 2019 the following companies are on HNZ Civil Contractors Panel: Accent on Construction Limited. BCG Civil Limited B & T Earthmoving Ltd. Cashmore and Stewart JV Limited CB Civil (Auckland) Ltd City Care Ltd (t/a Citycare Civil) Dempsey Wood Civil Limited Earthco Civil Limited Fulton Hogan Limited Gideon Contractors Limited Giles Civil Limited HEB Construction Limited Infrastructure and Civil Works Limited J & R Contracting Ltd John Fillmore Contracting Limited (JFC Ltd) Kerry Drainage Ltd McKenzie & Parma Limited Paul Smith Earthmoving 2002 Limited Rohits Civil & Infrastructure Limited Seger Roading Ltd Subseco Ltd Wawick Smith Contracting Ltd Sam Pemberton Civil Ltd Yakka Contracting Ltd (t/a Yakka Civil)",0,20250410 K?inga Ora Homes and Communities,18451503,Request for Proposals,Open Competition,RFP - Modular & Pre Fabricated Housing Solutions Panel,,20170309,20170309,20231214,,Sole Agency,No,,"REQUEST FOR PROPOSAL The purpose of this Panel RFP is to increase the panel of partners to provide Modular & Pre-Fabricated housing solutions in the greater Auckland region and nationally1. This Panel RFP provides for a second tranche of applicants, following the first tranche which closed on 2nd October 2016. ALLOCATION OF CONTRACTS TO PANEL MEMBERS Contracts for specific Projects will be allocated to Panel Members by a Project RFP, which for specific projects will involve either a competitive closed Project RFP process with selected Panel Members or the selection of a single Panel Member with which the Principal will negotiate. Why is Housing New Zealand Issuing this request? Housing New Zealand (HNZ) has an ongoing requirement for provision of dwellings and as such we are considering complimentary delivery methodologies to our Traditional 'Stick built' approach. This delivery method is a high priority to us as we refresh our portfolio to meet the changing demand profile of our clients. For us the key objectives from these projects will be to: Maximise the development potential of the site whilst providing rented social housing. Deliver a high quality, moderate scale development that sits respectably in the context of the urban locations. Demonstrate innovative methods of procuring, delivering, managing and maintaining social housing. Deliver well-designed and well-built housing that contributes in a positive way to the future housing needs. Deliver the projects quickly and efficiently. We are seeking to identify potential partners with the requisite track record, experience, capacity and capability. Tender documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Not Awarded,"The following companies have been appointed to the Modular and Pre-Fabricated Housing Panel @ 10/06/2019 Advanced Building and Construction Ltd Decmil Construction NZ Ltd PLB Construction Group Ltd (t/a Builtsmart) Citiblox Limited Fusion Homes Ltd Holmes Construction Wellington Limited t/a Holmes Wellington Homeco Limited Integrated Modular Build Ltd (IMB Ltd) Jennian Homes North Island Limited Kahurangi Homes 2014 Ltd Keith Hay Homes Limited LF FastHouse Limited Living Space Solutions Limited Mike Greer Homes Limited Miles Construction Limited Modcom Portable Building Ltd Southbase Construction Ltd Tallwood Projects Ltd Tawera Group Limited TDM Modular Homes Limited Touchwood Solidwood Homes Limited WA Stewart Limited t/a Ezyline Compact Homes Ltd t/a Houseme Builtsmart Limited (formerly PLB Construction) Mike Greer Commercial Limited TLC Modular & Construction (NZ) PTY Limited",0,20250410 K?inga Ora Homes and Communities,18452869,Request for Proposals,Open Competition,RFP - HNZ Civil Contractor (Auckland) Panel,,20170310,20200331,20200731,,Sole Agency,No,,"The purpose of this Panel RFP is to seek additional members to the HNZ Civil Contractor Panel (Auckland) for civil and landscaping works in the Auckland region. To become a member of the Panel, organisations must be able to demonstrate that they have the capability, capacity and experience to undertake all the civil and landscaping works associated with residential developments. The Contract types to which this Panel RFP applies are:  Construct Only Civil Works Measure and Value  Construct Only Civil Works Lump Sum 2 ALLOCATION OF CONTRACTS TO PANEL MEMBERS Contracts for specific Projects will be allocated to Panel Members by a Project Panel RFP, which for specific projects will involve either a competitive closed Project Panel RFP process with selected Panel Members or the selection of a single Panel Member with which the Principal will negotiate. The HNZ Civil Contractors Panel is required to assist HNZ in engaging suitably experienced and resourced contractors in the Auckland region in a quick and effective manner. It is essential that the civil works for HNZ redevelopment projects are completed on time and to an appropriate standard. The Panel will reduce the risk of delays to housing projects/programmes, some of which are urgently required to be completed. Tender documents can be downloaded free of charge from www.tenderlink.com/hnzc/",Awarded,,0,20250410 K?inga Ora Homes and Communities,18541288,Request for Proposals,Open Competition,RFP - 100% Redeveloment Panel Christchurch,,20170406,20170516,20231214,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. 2 REQUEST FOR PROPOSAL The purpose of this Panel (Refresh) RFP is to add suppliers to the Panel which was formed under a previous Panel RFP. The Panel consists of organisations that provide design and build services for the construction of new dwellings in the Christchurch region. The Contract types to which this Panel RFP applies are: Design and Build NZS:3910 contract which entails: Resource Consent(s) already/to be provided by the Principal; Respondent to secure Building Consent(s) and undertake construction; Two Stage NZS:3910 based contract which entails: Preparation for and submission of a Proposal (Stage 1) for design and build including obtaining of Resource Consent(s) and building consent(s) (Stage 1)Respondent to undertake construction if the Respondent’s Proposal is accepted (Stage 2). 3 ALLOCATION OF CONTRACTS TO PANEL MEMBERS Contracts for specific Projects will be allocated to Panel Members by a Project Panel RFP, which for specific projects will involve either a competitive closed Project Panel RFP process with selected Panel Members or the selection of a single Panel Member with which the Principal will negotiate. Tender documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any issues downloading the documents please contact tenderlink.",Not Awarded,"The following companies as at 10 June 2019 have been successful and are on the 100% HNZ Redevelopment Panel (Christchurch) AJ Scott Construction Limited Build Canterbury Limited (Landmark Homes Canterbury) Home Construction Limited Consortium Construction Ltd Constructa Limited Farrell Commercial Construction Ltd Fusion Homes Ltd Miles Construction Ltd Modus Group Ltd Orange Homes Ltd Rabo Build Ltd REM Building Limited Signature Homes Canterbury Summit Build Construction Ltd Mike Greer Commercial Limited",0,20250410 K?inga Ora Homes and Communities,19471338,Request for Proposals,Open Competition,RFP - General Reinstatement & Refurbishment Builders Panel,,20180222,20180501,20200630,,Sole Agency,No,,"The purpose of this Panel RFP (Works) is to form a Panel of reinstatement and refurbishment contractors to undertake reinstatement and refurbishment works in the selected region(s). Reinstatement and refurbishment works are defined as works that are required in order to return a dwelling to a lettable standard. Reinstatement and refurbishment works cover a wide range (and scale) of building works, for example; minor works such as replacing plaster board as a result of a partial strip out to substantially rebuilding a property due to significant fire damage. In addition to this, HNZ is looking for this panel to undertake minor refurbishments of properties. An example could include but not limited to, new kitchens for a certain number of properties in a specific geographical location. Reinstatement and refurbishment works may include damage due to: methamphetamine contamination; fire damage; adhoc minor refurbishments; and Identification of a need to bring a HNZ property up to an appropriate standard (not covered by another programme). HNZ needs to effectively engage contractors with the appropriate level of experience and resources to complete reinstatement and/or refurbishment works. The Contract type to which this Panel RFP (Works) apply are: Minor Works Master Agreement including the Conditions of Contract. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-799370 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,"The following companies are panel members for Housing New Zealand's General Reinstatement and Refurbishment Builders Panel as of the 23rd May 2019: A Sefton & CO Limited Alexander Hometeam Ltd All Con Labour Limited Arrowsmith Builders Ltd Home Construction Limited City Care Limited Constructa Ltd DNG Construction Ltd Geddes Builders Ltd Holmes Construction Wellington Ltd Key Housing Co Ltd Maincom NZ Limited Masta-Dec Chch Ltd Maycroft Construction Ltd MD Construction Ltd Mitchell Construction Ltd NPM Construction Ltd Precision Group Ltd Premium Restorations Ltd (t/a North Star Group) PAE (New Zealand) Ltd Responsive Maintenance 2000 Ltd Rhys Finlay Contractors Ltd Rouse Construction Ltd Ross Brothers Ltd Space Reinstatements Ltd Switched On Building Solutions Limited Taranaki Construction Maintenance Limited (t/a TCM Ltd) Tims Construction Limited Waghorn Builders Ltd Dunedin Housing Maintenance Contractors Ltd 720 Projects Ltd Access NZ 2005 Limited t/a Access Partners in Property Alexander Construction HB Ltd Te Pae Hakari Limited Fitzgerald Construction Grant Laidlaw Builders Limited Holmes Construction NZ Ltd Mokena Construction Group Limited Nelmac ltd PCS Projects Ltd Plan Design Build Homes Ltd Prestige Limited S & R Penney Construction Limited Service Resources Limited Spotless Facility Services (NZ) Ltd Kotahi Construction (NZ Ltd) Levelbuilding Ltd Out and About NZ Limited trading as Homewerk Flowerday Homes Limited t/a ZB Homes BOP",0,20250410 ,,,,,,,,,,,,,,,,, K?inga Ora Homes and Communities,20388698,Request for Proposals,Open Competition,RFP - Managed and Delivered Residential Property Condition Assessments,,20181107,20181204,20190911,,Sole Agency,No,,"PURPOSE OF REQUEST FOR PROPOSAL 1) INTRODUCTION Housing New Zealand (the Client) is a Crown agency that manages public housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. 2) SERVICES, SPECIFICATIONS AND CONTRACT TYPE Services The Client has successfully concluded a three year pilot of its Residential Property Condition Assessment (RPCA) desktop model along with physical survey sampling. The Client wishes to appoint a single provider to manage and deliver non-invasive inspections of approximately 1,600 randomly selected residential properties per year across New Zealand. Auckland, Wellington and Christchurch will consistently be represented in each annual sampling along with two to three further regions (decided upon each year). No repair or works will be undertaken by the Consultant in any circumstances. The property portfolio and number of inspections required may vary during the Contract Term in accordance with the Client's business needs. The Services are described in Appendix A. The Services must be provided in accordance with all requirements and restrictions of the Client set out or referenced in Appendix F and Appendix I. The Client is advertising its requirements for these services openly on Government Electronic Tendering Services (GETS). Specifications The specifications in Appendix B (if any) apply to the Services NOT USED. Contract Type Long Form Agreement with Conditions of Contract for Consultancy Services (CCCS) with HNZ's Special Conditions May 2017 (See Appendix E). Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-832605 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,The Tender has been awarded to SPM Assets Limited.,0,20250410 K?inga Ora Homes and Communities,20597991,Request for Proposals,Open Competition,RFP - Project Works for Hutt Valley Retrofit Programme 2019,,20190114,20190213,20200120,,Sole Agency,No,,"PROJECT, PRINCIPAL'S REQUIREMENTS AND CONTRACT WORKS Process This is an open RFP which is being released on GETS and Tenderlink. Respondents are required to complete all Returnable Schedules other than those marked ""Not Used"". Respondents are required to provide the Price Response in Appendix C for the three typical Retrofit Project properties described in Appendix I. That Price Response must include P&G, Contractor's Margin percentages, Contractor's variation processing fee and Contractor's Working Day rate which shall be included in the Contract and fixed for all Work Orders. The Price Response in its entirety will be used for the purpose of evaluating the cost competitiveness of each Respondent under this RFP. Please note that the three typical Retrofit Project properties in Appendix I are only examples of Retrofit Project properties and will not be considered part of the Contract Works for the purpose of this RFP and the Contract. Project The Project covers the retrofit of 200 houses (sites to be decided) in the Hutt Valley. Principal's Requirements The Principal's Requirements are set out in Appendix A. Contract Types The applicable contract type for this RFP is Construct Only Remedial Works 3910 based contract. It is currently anticipated by HNZ that: the programme for the Retrofit Project will be delivered using multiple Work Packages, with each Work Package being a number of properties that share a ""Motel"". A Motel refers to a HNZ vacant (or void) property that will be used to temporarily house the affected tenant during the construction period. a Work Package is expected to be 2 properties with one property under construction at any one time. the average completion timeframe is estimated to be 12 weeks per property with an additional five working days for tenant decanting. HNZ will manage the decanting process for tenants. Contract Works The Contract Works are the scope of works for each Work Package. These will be described in each Work Request at the time it is issued by the Principal. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents (and additional information) can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-841194 If you have any issues, contact Tenderlink on 0800 698 363 Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us.",Not Awarded,"The contract has been awarded to: Penny Homes Ltd Precision Group Ltd; Quality NZ Homes Limited; Rhys Finlay Contractors Ltd; and Switched on Building Solutions Limited;",0,20250410 K?inga Ora Homes and Communities,20913219,Request for Proposals,Open Competition,RFP - A Platform to Enhance Services for our Customers and Staff,,20190404,20190607,20200724,,Sole Agency,No,,"What we need Housing New Zealand (HNZ) is looking for a digital platform that will serve as a foundation to enhance both our customer and workforce experiences, as well as improve organisational capability. The platform should support the rapid development of digital applications for our customers, staff and stakeholders, which are appropriately secure, scalable and can be integrated with existing in-house systems. What we don't want We are not looking for a solution that requires significant assistance by a third party to build up applications and processes or a solution that cannot adapt to evolving technological advances. What's important to us HNZ is looking for credible providers who have the capability, experience and infrastructure to deliver a digitally enabled solution. The provider will need to have a good track record in the management, implementation and effective training of their solution to ensure knowledge transfer to HNZ's internal staff to develop and operate new applications as future needs arise. Why should you bid? This is a unique opportunity to be part of a major initiative within HNZ. The solution will have a positive impact both internally and across the wider community. A bit about us HNZ is a Crown agency that manages social housing on behalf of the New Zealand Government. Our role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. HNZ focuses on the efficient and effective management of social housing and the tenancies of those living in them. HNZ owns or manages approximately 64,000 properties nationwide, including approximately: 1,500 houses for community groups providing residential services. More than 184,000 people live in HNZ properties. Further information on HNZ can be accessed at: www.hnzc.co.nz/about-us RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-855362 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,The Tender was cancelled.,0,20250410 K?inga Ora Homes and Communities,20916007,Request for Proposals,Open Competition,RFP - Delivery of an Attribute Based Access Control Solution,,20190405,20190607,20200214,,Sole Agency,No,,"Background Housing New Zealand (HNZ) is undertaking a digital engagement program. This will allow our customers to interact with information about them and the services which they receive from HNZ through digital channels not previously available. HNZ is currently developing the web portal MyHNZ. MyHNZ allows HNZ Customers to review their personal information held by HNZ and make changes to keep this information current. It will also allow our Customer the ability to review their rental balances, request or change tenancy meetings, and to log maintenance requests associated with the property they reside in. HNZ also administers a number of financial products on behalf of the NZ Government. This includes the applying for loans or financial assistance for first time home buyers. A key component of these systems becoming digital is security. It requires two key functionalities; authentication (via a Customer Identity and Access Management (CIAM) solution) and access controls (via an attribute based access control (ABAC) solution). An RFP for a CIAM as a Service was released in October 2018. It is anticipated that the evaluation team will have completed evaluations by May 2019 and have a CIAM solution in place by the end of September 2019. What we are buying This RFP relates to the purchase of the ABAC solution. This will include: 1. Purchase of the solution. 2. Development and Deployment of the service to support our Digital channels. 3. A full SDLC environment and process capability. (Development, Test, QA, Pre-production and Production.) 4. Ongoing support of the solution. 5. Training. We are agnostic to the use of a systems integrator for these services. We also do not have a preference on whether the ABAC solution is ""as a service"" or ""on premise"". We are interested in the best solution for HNZ. What is important to us? The ABAC solution will be critical in ensuring interactions by Customers to view their personal information or financial products are secure. Therefore, it is important that the solution: must use industry standards. must integrate with the existing systems in the HNZ operational environment. Further information on HNZ can be accessed at: www.hnzc.co.nz/about-us RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-855551 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,"The creation of Kainga Ora in late 2019 required the integration of new business units, processes and systems and consequently a review of their place in the overall technology strategy. The successful procurement of any solution cannot be contemplated until the refined strategy is available (indicatively 12-24 months time).",0,20250410 K?inga Ora Homes and Communities,21031233,Request for Proposals,Open Competition,RFP - 14 Atkinson Av,,20190514,20190607,20190816,,Sole Agency,No,,"PART A: PURPOSE OF REQUEST FOR PROPOSAL 1) INTRODUCTION Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 63,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. 2) PROJECT, SERVICES, SPECIFICATIONS AND CONTRACT TYPE Project Housing New Zealand (HNZ) is seeking to remediate and refurbish a 10 unit complex at 14 Atkinson Avenue in Otahuhu Auckland as part of our Complex Remediation Programme (CRP). HNZ have determined that the medium term strategy for this site is 'medium term hold' and as such the outcome of this project will be to reset the life of the asset for another 10 years minimum by addressing immediate compliance, maintenance and health and safety issues. Housing New Zealand (HNZ) seeks project management and design services to lead the remediation to meet the objectives above. HNZ require the experienced lead consultant to build a consultant team who have a proven track-record of remediation of similar large residential buildings. The team will be required to investigate and understand the building and its condition, including confirming and identifying building element defects, compliance issues and health and safety concerns. Once the existing condition is known, the consultant team will be required to complete design works, in line with HNZ policies and standards, to address the agreed issues while keeping to a reasonable timeframe and within the budget limitations. Finally there is an opportunity to manage the construction works. HNZ want to reset the asset life by addressing defects and carrying out refurbishment works to improve the amenity and thermal performance of all of the units. The end result must provide value for money, improved thermal performance and must be easy to maintain. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-861795 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21089468,Request for Proposals,Open Competition,Building Consent Authority Solution,,20190528,20190626,20190910,,Sole Agency,No,,"Housing New Zealand Corporation (HNZ) is entrusted with the delivery of state housing for New Zealand. Over the next 10 years we'll be leading development projects to in order increase the scale and supply of state housing nationally. These projects will range in scope from a neighbourhood block through to large scale new home developments. We will also be acquiring and divesting property to make sure we have the right balance in our asset portfolio. In order to meet the increased projections and demand for state housing, a decision has been made to establish a Building Consenting Authority (BCA) that will be responsible for generating building consents for ALL HNZ related building projects. HNZ requires a solution to help drive the end-to-end Building Consenting process in the most efficient and effective manner as possible while adhering to government standards and regulations (Building Act 2004 Our strategic objective is to increase the scale and pace of our building projects while being a high-performing organisation and achieving operational efficiency and effectiveness. To meet this objective, we need a building consenting solution that supports us to apply standardised process and methodology across large volumes of work and maintain management control and visibility throughout the consenting life-cycle. What's important to us We are looking for a supplier who can evidence a track record of delivering and supporting a building consenting solution, with scalable capability for medium to large scale organisations. The solution will be used to support our current and future programmes of work. The supplier will need to have a good track record in the management, implementation and effective training of their solution to ensure knowledge transfer to HNZ's internal staff to develop and operate new applications as future needs arise. For further details and documentation refer Tenderlink Reference: HNZC- 864118 at https://www.tenderlink.com/hnzc/ (registration is free).",Awarded,"RFx ID : 21089468 Tender Name : Building Consent Authority Solution Reference # : HNZC-864118 Open Date : 28/05/19 Close Date : 26/06/19 Tender Awarded To: Master Business Systems Limited Tender Award Band: $1-5 million Other information: N/A",2243950,20250410 K?inga Ora Homes and Communities,21163027,Request for Proposals,Open Competition,Professional Supervision Services,,20190617,20190805,20200414,,Sole Agency,No,,"Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide and provides a home for almost 185,000 New Zealanders. Further information on Housing New Zealand can be accessed at: https://www.hnzc.co.nz/about-us/ Details and documentation available on Tenderlink https://www.tenderlink.com/hnzc/ and can be accessed via RFP - Professional Supervision Services [HNZC-867379] Housing New Zealand is looking for providers who can deliver high quality Professional Supervision services and establish a strong relationship with our organisation. Our people (staff) are based throughout New Zealand and require providers who are able to adjust and scale service levels to meet the needs of our diverse workforce and changing environment. The key will be the strength in partnership and a commitment to the continuous improvement of the service delivery. Housing New Zealand is committed to supporting our people by ensuring they are adequately equipped to provide the compassionate care we strive for. We are looking for experienced providers who have the capability, capacity and commitment to delivering professional supervision through quality services and a strong partnership. This is a unique opportunity to join an organisation committed to ensuring some of New Zealands most vulnerable people live well, with dignity and stability, in connected communities - and are empowered to live stable lives and reach their goals. Housing New Zealand recognises the value and importance our people have in reaching this vision and is working to transform the way we support our people. Professional Supervision services are key to helping our people navigate and maintain this organisational shift.",Awarded,,2480670,20250410 K?inga Ora Homes and Communities,21208615,Request for Proposals,Open Competition,RFP - Home Leased Property Annual Inspections,,20190627,20190725,20200214,,Sole Agency,No,,"Housing New Zealand (HNZ, HNZC or the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Housing New Zealand leases about 2510 properties from private owners which are utilized to meet the demand for social housing. There are various versions of the lease agreement that binds HNZ and the Lessors. We currently have about 1450 properties that are on a lease agreement which obligates Housing New Zealand to provide the landlord with a copy of an annual inspection report at its own cost. The recipient of the inspection and reporting contract will be required to inspect each property annually and undertake a visual assessment of the condition of the property and all its building elements. They will also be required to provide an electronic report to list the condition of every element in each room and exterior of the premises. This report must identify and make recommendations on work that needs to be done on the premises by the property owner (where applicable) and any tenant damages that needs to be rectified by Housing New Zealand. The current number of properties requiring inspection stands at 1450. This number is likely to increase in the next few years as the lessors transition into the new versions of the leases as the older ones (not requiring inspection reports) expire. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. SERVICES, SPECIFICATIONS AND CONTRACT TYPE Services The Principal is openly advertising its requirement to seek offers to carry out annual physical inspections and provide reporting across 1,450 Home Lease Properties. Only nationwide solutions are of interest. Contract Type Long Form Agreement with Conditions of Contract for Consultancy Services (CCCS) with HNZs Special Conditions May 2017 (See Appendix E). RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-869256 If you have any issues, please contact Tenderlink on 0800 698 363",Awarded,The contract has been awarded to SPM Assets Limited.,460303,20250410 K?inga Ora Homes and Communities,21232926,Request for Proposals,Open Competition,"RFP - 68-70 Maitland St, Dunedin",,20190705,20190802,20200107,,Sole Agency,No,,"For detailed documentation log on to https://www.tenderlink.com/hnzc/ and refer HNZC-870918. Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. The Complex Remediation Programme (CRP) is a planned remediation programme that aims to deliver a range of remediation works to a range of Housing New Zealand properties nation wide, including multi unit complexes. Housing New Zealand is seeking a contractor to provide all the main contractor services for the remediation and refurbishment phase of the Project described below, which is part of the CRP. The objective of this RFP is to appoint that main contractor. This project involves the remediation of the two Housing New Zealand (HNZ) residential apartment buildings located at 68-70 Maitland Street Dunedin. The overall intent of this project is to reset the life of the buildings for approximately 50 years. The two buildings comprise 26 units and construction works will include security improvements, repatching and replacement of roofs, gutters and stormwater pipework; replacement of window joinery, replacement of external doors, upgrade of all unit interiors, kitchens, bathrooms, laundries, and floor coverings. Building services work includes new ventilation systems including a stair pressurisation system, and electrical wiring replacement and new main switchboards. Facade works will include removal of existing asbestos sheeting and replacement with new cladding. Exterior works will involve some new perimeter site fencing, and the construction of a new clothesline deck.An asbestos demolition survey commissioned in August 2018 has identified asbestos containing materials in cladding, pipework & lagging, and switchboards. A full Asbestos Removal Control Plan, removal of all Asbestos Containing Materials and cleaning is required as part of these works.",Not Awarded,This contract has been awarded to Cook Brothers Construction Limited.,0,20250410 K?inga Ora Homes and Communities,21506685,Request for Proposals,Open Competition,RFP - Lead Design Project Services for: Bay of Plenty Retrofit Programme,,20190829,20190926,20200706,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. Note: On 1 October 2019 Housing New Zealand transitions to Kainga Ora Homes and Communities. This will be the name which will apply to contracts resulting from the RFP. Kainga Ora brings together the key housing delivery agencies Housing New Zealand, our subsidiary HLC, and KiwiBuild. The new entity will lead urban development projects of all sizes and be a world-class public housing provider, with associated tenancy services and asset management responsibilities. 2) PROJECT, SERVICES, SPECIFICATIONS AND CONTRACT TYPE Project Housing New Zealand (HNZ) requires Lead Designers for property assessments & design delivery for the retrofit of properties to be carried out in 3 regions (Bay of Plenty, Hawkes Bay & Gisborne and Canterbury). Services The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The Consultancy Services Agreement Long Form December 2017 (HNZ Special Conditions June 2018 v11) The renewal of the resulting contract(s) for years FY21 & 22 will be at HNZ sole discretion and will be subject to approval of the programme and its final scope as well as consultant performance & price for the renewal period. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/. Tender reference: HNZC-880592. If you have any issues please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,21507036,Request for Proposals,Open Competition,RFP - Lead Design Project Services for: Canterbury Retrofit Programme,,20190829,20190926,20200724,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. Note: On 1 October 2019 Housing New Zealand transitions to Kainga Ora Homes and Communities. This will be the name which will apply to contracts resulting from the RFP. Kainga Ora brings together the key housing delivery agencies Housing New Zealand, our subsidiary HLC, and KiwiBuild. The new entity will lead urban development projects of all sizes and be a world-class public housing provider, with associated tenancy services and asset management responsibilities. 2) PROJECT, SERVICES, SPECIFICATIONS AND CONTRACT TYPE Project Housing New Zealand (HNZ) requires Lead Designers for property assessments & design delivery for the retrofit of properties to be carried out in 3 regions (Bay of Plenty, Hawkes Bay & Gisborne and Canterbury). Services The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The Consultancy Services Agreement Long Form December 2017 (HNZ Special Conditions June 2018 v11) The renewal of the resulting contract(s) for years FY21 & 22 will be at HNZ sole discretion and will be subject to approval of the programme and its final scope as well as consultant performance & price for the renewal period. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/. Tender reference: HNZC-880609. If you have any issues please contact Tenderlink on 0800 698 363. Please post any tender related queries to the Tenderlink forum.",Awarded,,0,20250410 K?inga Ora Homes and Communities,21507235,Request for Proposals,Open Competition,RFP Lead Design Project Services for: Hawkes Bay and Gisborne,,20190829,20190926,20200702,,Sole Agency,No,,"1) INTRODUCTION Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. Note: On 1 October 2019 Housing New Zealand transitions to Kainga Ora Homes and Communities. This will be the name which will apply to contracts resulting from the RFP. Kainga Ora brings together the key housing delivery agencies Housing New Zealand, our subsidiary HLC, and KiwiBuild. The new entity will lead urban development projects of all sizes and be a world-class public housing provider, with associated tenancy services and asset management responsibilities. 2) PROJECT, SERVICES, SPECIFICATIONS AND CONTRACT TYPE Project Housing New Zealand (HNZ) requires Lead Designers for property assessments & design delivery for the retrofit of properties to be carried out in 3 regions (Bay of Plenty, Hawkes Bay & Gisborne and Canterbury). Services The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The Consultancy Services Agreement Long Form December 2017 (HNZ Special Conditions June 2018 v11) The renewal of the resulting contract(s) for years FY21 & 22 will be at HNZ sole discretion and will be subject to approval of the programme and its final scope as well as consultant performance & price for the renewal period. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/. Tender reference: HNZC-880620. If you have any issues please contact Tenderlink on 0800 698 363. Please direct any tender related queries to the Tenderlink forum.",Awarded,This contract has been awarded to Designgroup Stapleton Elliott Ltd.,329793,20250410 K?inga Ora Homes and Communities,21518501,Request for Proposals,Open Competition,RFP - HNZ Regional Development Panel (excluding Auckland and Christchurch),,20190902,20190902,20200630,,Sole Agency,No,,"1 INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. 2 REQUEST FOR PROPOSAL AND CONTRACT TYPES The Principal issued an open Panel RFP inviting Respondents to become Panel Members on the HNZ Regional Development Panel. Construct Only 3910 based contract which entails: Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; Respondent to undertake Construction. Design and Build contract which entails: Resource Consent(s) already/to be provided by the Principal; Respondent to secure Building Consent(s) and undertake construction; 3 ALLOCATION OF CONTRACTS TO PANEL MEMBERS Contracts for specific Projects will be allocated to Panel Members by a Project Works RFP (Panel), which for specific projects will involve either a competitive closed Project Works RFP (Panel) process with selected Panel Members or the selection of a single Panel Member with which the Principal will negotiate. 4 ADDITIONAL INFORMATION TO INFORM PROPOSAL Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ Tender Reference: HNZC-827333 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21640650,Request for Proposals,Open Competition,RFP - Project Management Services for Bay of Plenty (Retrofit),,20190920,20191018,20210217,,Sole Agency,No,,"Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. Note: On 1 October 2019 Housing New Zealand transitions to Kainga Ora Homes and Communities. This will be the name which will apply to contracts resulting from the RFP. Kainga Ora brings together the key housing delivery agencies Housing New Zealand, our subsidiary HLC, and KiwiBuild. The new entity will lead urban development projects of all sizes and be a world-class public housing provider, with associated tenancy services and asset management responsibilities. Housing New Zealand (HNZ) requires Project Management to assist with the delivery of properties being retrofitted in 3 regions (Bay of Plenty, Hawkes Bay & Gisborne and Canterbury). All documentation is available on Tenderlink and can be accessed via reference HNZC-884416. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any technical issues please contact Tenderlink on 0800 698 363. The Retrofit Programme has been piloted in the Hutt Valley with 66 properties completed in 2018 and a further pilot of 200 properties is currently underway in the Hutt Valley and due for completion early 2020. The overall intent of the Retrofit Programme is to increase the number of properties that are warm, dry, and safe by focusing on interventions to existing HNZ properties that will improve the thermal performance of the property and to achieve as close to new build standards through the renewal of significant components, including the upgrade of kitchens & bathrooms, and the creation of open plan living areas.",Awarded,contract awarded to TSA Management Ltd,0,20250410 K?inga Ora Homes and Communities,21641692,Request for Proposals,Open Competition,RFP - Project Management Services Hawkes Bay & Gisborne (Retrofit),,20190920,20191018,20200908,,Sole Agency,No,,"Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. Note: On 1 October 2019 Housing New Zealand transitions to Kainga Ora Homes and Communities. This will be the name which will apply to contracts resulting from the RFP. Kainga Ora brings together the key housing delivery agencies Housing New Zealand, our subsidiary HLC, and KiwiBuild. The new entity will lead urban development projects of all sizes and be a world-class public housing provider, with associated tenancy services and asset management responsibilities. All documentation is available on Tenderlink and can be accessed via reference HNZC-884453. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any technical issues please contact Tenderlink on 0800 698 363. Housing New Zealand (HNZ) requires Project Management to assist with the delivery of properties being retrofitted in 3 regions (Bay of Plenty, Hawkes Bay & Gisborne and Canterbury). The Retrofit Programme has been piloted in the Hutt Valley with 66 properties completed in 2018 and a further pilot of 200 properties is currently underway in the Hutt Valley and due for completion early 2020. The overall intent of the Retrofit Programme is to increase the number of properties that are warm, dry, and safe by focusing on interventions to existing HNZ properties that will improve the thermal performance of the property and to achieve as close to new build standards through the renewal of significant components, including the upgrade of kitchens & bathrooms, and the creation of open plan living areas.",Awarded,,0,20250410 K?inga Ora Homes and Communities,21642220,Request for Proposals,Open Competition,RFP - Project Management Services for Canterbury (Retrofit),,20190920,20191018,20210223,,Sole Agency,No,,"INTRODUCTION Housing New Zealand (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. Note: On 1 October 2019 Housing New Zealand transitions to Kainga Ora Homes and Communities. This will be the name which will apply to contracts resulting from the RFP. Kainga Ora brings together the key housing delivery agencies Housing New Zealand, our subsidiary HLC, and KiwiBuild. The new entity will lead urban development projects of all sizes and be a world-class public housing provider, with associated tenancy services and asset management responsibilities. Housing New Zealand (HNZ) requires Project Management to assist with the delivery of properties being retrofitted in 3 regions (Bay of Plenty, Hawkes Bay & Gisborne and Canterbury). All documentation is available on Tenderlink and can be accessed via reference HNZC-884496. RFP documents can be downloaded free of charge from www.tenderlink.com/hnzc/ If you have any technical issues please contact Tenderlink on 0800 698 363. The Retrofit Programme has been piloted in the Hutt Valley with 66 properties completed in 2018 and a further pilot of 200 properties is currently underway in the Hutt Valley and due for completion early 2020. The overall intent of the Retrofit Programme is to increase the number of properties that are warm, dry, and safe by focusing on interventions to existing HNZ properties that will improve the thermal performance of the property and to achieve as close to new build standards through the renewal of significant components, including the upgrade of kitchens & bathrooms, and the creation of open plan living areas.",Awarded,,0,20250410 K?inga Ora Homes and Communities,21736284,Request for Proposals,Open Competition,RFP - Office Design Services,,20191007,20191101,20201005,,Sole Agency,No,,"Kainga Ora (formally known as Housing New Zealand) and the Ministry Housing and Urban Development (HUD) are committed to providing office spaces for their staff that are accessible, safe, functional and encourage collaboration to support them in providing the best possible service to the many New Zealanders we serve. Kainga Ora and HUD referred to as the ""Agencies"", both require larger office spaces due to organisational growth. The Agencies are in the final stages of securing a lease for 6 floors, within a Wellington Building. The Agencies have combined their project requirements to issue a joint Request for Proposal (RFP) to the market in an effort to reduce costs by combining resources. The Agencies seek to appoint a suitable supplier to provide full design service including: Architecture, QS, Project Management, and Specialist engineering as listed below (Appendix 2 - Roles and Responsibility) for new office spaces situated at Post House Building, 7 Waterloo Quay, Wellington. Full requirements are in Appendix 1. RFP documentation can be downloaded free of charge on Tenderlink using https://www.tenderlink.com/kaingaora/ Reference KOHC-887366 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,The Office Design Services contract commenced on 12 December 2020,470100,20250410 K?inga Ora Homes and Communities,21794483,Request for Proposals,Open Competition,Project Architectural Services for Arlington 1 and 3 in Wellington,,20191016,20191113,20200723,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Kainga Ora are redeveloping a number of adjacent lots bordering Arlington Street, Hopper Street and Hankey Street, in the Mt Cook area of Wellington, New Zealand. The project intends to replace 212 existing dwellings built in 1976 with between 280 and 300 new homes that will be a mix of public and affordable housing, with some supported living units. Kainga Ora are seeking a suitably experienced and qualified firm of architects to provide architectural services on the redevelopment project in Wellington, New Zealand RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ If you have any issues with Tenderlink. Plesse contact Tenderlink on 0800 698363 Tender Reference: KOHC-889099",Awarded,,0,20250410 K?inga Ora Homes and Communities,21812762,Request for Proposals,Open Competition,Project Structural Engineering Services for Arlington 1 and 3 in Wellington,,20191021,20191118,20200723,,Sole Agency,No,,"Architectural Services for Arlington 1 and 3 in Wellington Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: click here. Kainga Ora are redeveloping a number of adjacent lots bordering Arlington Street, Hopper Street and Hankey Street, in the Mt Cook area of Wellington, New Zealand. The project intends to replace 212 existing dwellings built in 1976 with between 280 and 300 new homes that will be a mix of public and affordable housing, with some supported living units. The Concept Design for the development is complete and Resource Consent has been submitted to Wellington City Council. Kainga Ora are seeking a suitably experienced and qualified Structural Engineer to provide consultancy services on the redevelopment project. The services include, but not limited to: Review of the approved Concept Design plans, specifications, reports and progress; Architectural Services through Preliminary, Developed and Detailed Design, Consent and Construction phases; Building consent and tender documentation; Preparation and issue of the For Construction (IFC) Documents; and Management Surveillance and Quality Assurance (MSQA) from the delivery phase through to completion RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-889802 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21820123,Request for Proposals,Open Competition,Project Building Services Engineer for Arlington 1 and 3 in Wellington,,20191022,20191119,20200717,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: click here. Kainga Ora are redeveloping a number of adjacent lots bordering Arlington Street, Hopper Street and Hankey Street, in the Mt Cook area of Wellington, New Zealand. The project intends to replace 212 existing dwellings built in 1976 with between 280 and 300 new homes that will be a mix of public and affordable housing, with some supported living units. The Concept Design for the development is complete and Resource Consent has been submitted to Wellington City Council. Kainga Ora are seeking a suitably experienced and qualified Building Services Engineer to provide consultancy services on the redevelopment project. The services include, but not limited to: Review of the approved Concept Design Plans, Specifications, Reports and progress; Architectural Services through Preliminary, Developed and Detailed Design, Consent and Construction phases; Building consent and tender documentation; Preparation and issue of the For Construction (IFC) Documents; and Management Surveillance and Quality Assurance (MSQA) through delivery phase to completion. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-890037 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,The Contract has been awarded to Stephenson & Turner Limited,0,20250410 K?inga Ora Homes and Communities,21836583,Request for Proposals,Open Competition,Project Civil Engineer and Infrastructure and Traffic Engineer for Arlington,,20191024,20191121,20200723,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. KaingaOra will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Kainga Ora are redeveloping a number of adjacent lots bordering Arlington Street, Hopper Street and Hankey Street, in the Mt Cook area of Wellington, New Zealand. The project intends to replace 212 existing dwellings built in 1976 with between 280 and 300 new homes that will be a mix of public and affordable housing, with some supported living units. The Concept Design for the development is complete and Resource Consent has been submitted to Wellington City Council. Kainga Ora are seeking a suitably experienced and qualified Civil Engineer, and Infrastructure & Traffic Engineer to provide consultancy services on the redevelopment project. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-890572 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21836850,Request for Proposals,Open Competition,Landscape Architect for Arlington 1 and 3 in Wellington,,20191024,20191121,20200723,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Kainga Ora are redeveloping a number of adjacent lots bordering Arlington Street, Hopper Street and Hankey Street, in the Mt Cook area of Wellington, New Zealand. The project intends to replace 212 existing dwellings built in 1976 with between 280 and 300 new homes that will be a mix of public and affordable housing, with some supported living units. The Concept Design for the development is complete and Resource Consent has been submitted to Wellington City Council. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Kainga Ora are seeking a suitably experienced and qualified Landscape Architect to provide consultancy services on the redevelopment project. The services include, but not limited to: RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-890595 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21846372,Request for Proposals,Open Competition,Project Works Retrofit Programme for Bay of Plenty FY20,,20191025,20191122,20210331,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Kainga Ora seeks to select a limited number of preferred contractors to provide physical construction works for the Retrofit Programme with the capability and capacity to complete the Contract Works on the total number of properties in each town they apply for, over a 3 year period i.e. Kainga will be looking to appoint no more than one contractor for each town/location. Process Please note that the three typical Retrofit Programme properties in Appendix I are only examples of Retrofit Programme properties and will not be considered part of the Contract Works for the purpose of this RFP and the Contract. Project Covers the retrofit of houses (sites to be decided) in the region for FY20. The Retrofit scope for FY20 involves a thermal upgrade including insulation & replacement external windows & doors, replacement kitchens and bathrooms, creating open plan living areas and incorporating accessibility features. Other key components will also be upgraded on a property by property basis depending on their condition. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-890785 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,Contract awarded to Arrowsmith Builders Limited and Penny Homes Limited,0,20250410 K?inga Ora Homes and Communities,21847703,Request for Proposals,Open Competition,Project Works Retrofit Programme for Hawkes Bay FY20,,20191025,20191122,20210217,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Process Respondents are required to provide the Price Response in Appendix C for the three typical Retrofit Programme properties described in Appendix I. That Price Response must include P&G, Contractors Margin percentages, Contractors variation processing fee and Contractors Working Please note that the three typical Retrofit Programme properties in Appendix I are only examples of Retrofit Programme properties and will not be considered part of the Contract Works for the purpose of this RFP and the Contract. Project The Project covers the retrofit of houses (sites to be decided) in the region for FY20. The Retrofit scope for FY20 involves a thermal upgrade including insulation & replacement external windows & doors, replacement kitchens and bathrooms, creating open plan living areas and incorporating accessibility features. Other key components will also be upgraded on a property by property basis depending on their condition. Towns commencing construction in FY21 will only be awarded through this RFP to contractors who are also successful in being awarded at least one town that commences construction in FY20. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-890825 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,Tims Construction Limited were awarded this RFP,0,20250410 K?inga Ora Homes and Communities,21847901,Request for Proposals,Open Competition,Project Works Retrofit Programme for Timaru FY20,,20191025,20191122,20210322,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. This RFP relates to the delivery of the Retrofit Programme for the financial year ending 30th June 2020. (Retrofit Programme). The overall intent of the Retrofit Programme is to increase the number of properties that are warm, dry, and safe by focusing on interventions on existing Kainga Ora properties that will improve the thermal performance of the property. KKaingaOra seeks to select one contractor to provide physical construction works for the Retrofit Programme with the capability and capacity to complete the Contract Works on the total number of properties in Timaru, over a 3 year period. Note: The Retrofit Programme has been approved for the financial year ending June 2020 (FY20) and is waiting approval to proceed for FY21 & FY22. Project The Project covers the retrofit of houses (sites to be decided) in the region for FY20. The Retrofit scope for FY20 involves a thermal upgrade including insulation & replacement external windows & doors, replacement kitchens and bathrooms, creating open plan living areas and incorporating accessibility features. Other key components will also be upgraded on a property by property basis depending on their condition. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-890837 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21883560,Request for Proposals,Open Competition,"Design Consultant services 18 Frances Street, Hamilton",,20191104,20191202,20200401,,Sole Agency,No,,"Kainga Ora Homes and Communities (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Kainga Ora focuses on the efficient and effective management of state houses and the tenancies of those living in them. Kainga Ora owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Kainga Ora properties. Further information on Kainga Ora Homes and Communities can be accessed at: click here. Project Kainga Ora want to extend the useful life of the asset for another 50 years minimum by addressing defects and carrying out refurbishment works to improve the amenity and thermal performance of all units. The end result must provide improved comfort for our tenants, must be robust and easy to maintain. The site is currently tenanted, however it is envisaged that the site will be fully decanted to allow for the works. Kainga Ora will manage the decanting of the tenant's process and will be responsible for providing a vacant building to the contractor. The Building The site consists of one, three storey standalone star block with 12 units built in circa 1965. The building comprises of two 1-bed and ten 2-bed self-contained units and holds a Category B heritage status under the Hamilton City District Plan due to its social and historic significance. Services The Services are described in Appendix A. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-892288 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21914547,Request for Proposals,Open Competition,RFP- National Supply of Materials to Support Kainga Ora - Homes and Communities Maintenance and Construction Work,,20191108,20191220,20200730,,Sole Agency,No,,"Kainga Ora - Homes and Communities (Kainga Ora) invites Responses from Respondents to the RFP for the national supply of materials for use within our existing and future national portfolio of residential properties. The purpose of this RFP is for select suppliers for the supply of materials to be used not only in the maintenance of Kainga Oras national portfolio of residential properties but also in Kainga Oras annual capital improvement, and new build and development programmes. We are approaching the market with our consolidated volumes across maintenance and new build and would like to be able to specify which materials will be used within our property portfolio. We want one distribution channel for our Maintenance Partners and a flexible approach for Build Partners. We are looking for a partnership and a collaborative relationship. Please read our RFP documents and if you are interested, please respond using the electronic RFX system Arcus through this link: https://rasp.com.au/reg/hnz-materials.aspx You will be requested to register and our questions will become available by close of business Wednesday 13 November 2019.",Awarded,"Electrolux (NZ) Limited Hometech Limited Fisher & Paykel Appliances Limited Godfrey Hirst NZ Limited Harvey Furnishings Limited J.A. Russell Limited Fletcher Distribution Limited trading as PlaceMakers Plumbing World Limited Polyflor New Zealand Limited Resene Paints Limited Steel & Tube Holdings Limited W H Harris Limited trading as Harris Home Fires",100000000,20250410 K?inga Ora Homes and Communities,21928057,Request for Proposals,Open Competition,Quantity Surveyor for Arlington 1 and 3 in Wellington,,20191112,20191209,20200723,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Kainga Ora are redeveloping a number of adjacent lots bordering Arlington Street, Hopper Street and Hankey Street, in the Mt Cook area of Wellington, New Zealand. The project intends to replace 212 existing dwellings built in 1976 with between 280 and 300 new homes that will be a mix of public and affordable housing, with some supported living units. The Concept Design for the development is complete and Resource Consent has been submitted to Wellington City Council. Kainga Ora are seeking a suitably experienced and qualified Quantity Surveyor to provide consultancy services on the redevelopment project. The services include, but not limited to: Review of the approved Concept Design Plans, Specifications, Reports and progress. Quantity Surveying Services and Cost Management through Preliminary, Developed and Detailed Design, Consent and Construction phases. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-893930 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21928413,Request for Proposals,Open Competition,"Design Consultant Services 134 Dixon Street, Te Aro, Wellington",,20191112,20191211,20200723,,Sole Agency,No,,"Kainga Ora Homes and Communities (the Client) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Kainga Ora focuses on the efficient and effective management of state houses and the tenancies of those living in them. Kainga Ora owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Kainga Ora properties. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Project Kainga Ora want to extend the useful life of the asset for another 50 years minimum by completing a comprehensive assessment of the building to identify and subsequently address the defects as well as carrying out refurbishment works to improve the amenity and thermal performance of all units. The end result must satisfy the Kainga Ora mission, improve the comfort for our tenants and must be robust and easy to maintain. Success will be the timely, cost effective remediation of this existing asset, with a proactive approach to risk management, ensuring Kainga Ora have the best information available to inform their decision making. The Building The site consists of one 11 storey tower building built circa 1944 with 117 units over 11 floors, including 115 one bedroom units and 2 two bedroom units and including communal areas, community meeting room and two passenger lifts. The building has a Category 1 heritage listing. The site includes tenant garages, parking areas, gardens and grounds. Services The Services are described in Appendix A. Contract Type CCCS Long Form Agreement with Kainga Ora's Special Conditions (See Appendix E). Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-894020 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,21951931,Request for Proposals,Open Competition,Smart Homes Project -Electronic Sensors and Data Transmission,,20191118,20191216,20210512,,Sole Agency,No,,"Kainga Ora Homes and Communities (Kainga Ora) is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to delivering the Government's housing and urban development priorities, addressing homelessness and making homes more affordable for New Zealanders. Kainga Ora will continue to be a public housing landlord and provide good quality, warm, dry and healthy homes and tenancy services. It will also continue to maintain and develop its public housing stock. In March 2018, Housing New Zealand (now part of Kainga Ora) undertook an initiative called the Smart Homes Pilot. The Pilot, utilising two suppliers, installed electronic sensors in 160 Kainga Ora homes across Palmerston North and the Hutt Valley. Each pilot home had sensors installed for the measurement of: Temperature; Carbon dioxide; and Relative Humidity. Pilot data collection concluded 31 October 2019. The sensors are currently being collected and returned to the suppliers. This process is expected to be completed by 31 December 2019. As part of the wider Smart Homes Project, Kainga Ora is now considering introducing sensors to a range of homes across New Zealand. This RFP relates to the purchase of a solution that can enable Kainga Ora to monitor the environmental conditions of the homes and contributors to those conditions (e.g. power consumption, external conditions). To achieve this goal, we require a supplier with the capacity and capability to provide the sensors, on-going maintenance and support, and a platform for data transmission. Kainga Ora will manage data analysis as well as installation and customer (tenant) liaison. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-894944. For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,"Purchased: Indoor Environmental quality measurement solution comprising indoor environmental quality and power usage sensors and the associated platform and services necessary for the sensor data to be ingested by Kainga Ora. Award Date: 30/03/2021 Term: 2+3+3 years.",0,20250410 K?inga Ora Homes and Communities,21952658,Request for Proposals,Open Competition,RFP - Compliance Management Services Contract,,20191118,20200110,20200928,,Sole Agency,No,,"Kainga Ora (formally known as Housing New Zealand) want our customers to live well, with dignity and stability, in connected communities. Critical to living well are our customers having somewhere that is safe, warm, dry and healthy that they are proud to call home. Kainga Ora's portfolio consists of over 65,000 residential properties across New Zealand, which makes it the largest social housing provider in the country. We are responsible for providing a warm, safe, dry and sustainable home for 185,000 tenants. Our aspiration for this Compliance Management Service Contracts is to provide a world-class service that meets legislative requirements while taking into account the changing needs and circumstances of our customers. The purpose of this RFP is to seek either two suitable suppliers who can collectively carry out quality compliance management services on the residential properties managed by As Kainga Ora or an individual supplier to complete the Compliance Management services across New Zealand. There are approximately 1346 buildings nationwide. Our commercial and office buildings are excluded from this contract opportunity. All documentation is available on Tenderlink and can be accessed via reference KOHC-894996. RFP documents can be downloaded free of charge from https://www.tenderlink.com/kaingaora/ If you have any technical issues please contact Tenderlink on 0800 698 363.",Awarded,"1. Services Resources Limited (trading as SRL) for the delivery of compliance management services for West, North and East Auckland 2. Tyco New Zealand Limited (trading as Wormald) for the delivery of compliance management services for the Rest of New Zealand",0,20250410 K?inga Ora Homes and Communities,21953127,Request for Proposals,Open Competition,Fire Evacuation Services,,20191118,20200110,20200916,,Sole Agency,No,,"Kainga Ora (formally known as Housing New Zealand) want our customers to live well, with dignity and stability, in connected communities. Critical to living well are our customers having somewhere that is safe, warm, dry and healthy that they are proud to call home. Kainga Ora's portfolio consists of over 65,000 residential properties across New Zealand, which makes it the largest social housing provider in the country. We are responsible for providing a warm, safe, dry and sustainable home for 185,000 people. Our aspiration for this Fire Evacuation Services Contract is to provide a world-class service that meets legislative requirements while taking into account the changing needs and circumstances of our customers. The purpose of this Request for Proposal (RFP) is to seek a suitable supplier to manage Fire Evacuation Schemes for approximately 327 properties nationwide (as at 1 October 2019). As Kainga Ora are continuously building new housing facilities the suppliers will be required to increase their capacity accordingly as the need arises. New Fire Evacuation Regulations came into effect on the 1st of July 2018. More buildings are now potentially captured by the new legislation. It is unclear at this time how many more schemes will be required but we estimated between 80-100 more Fire Evacuation Scheme applications are required across New Zealand. All documentation is available on Tenderlink and can be accessed via reference KOHC-895030. RFP documents can be downloaded free of charge from https://www.tenderlink.com/kaingaora/ If you have any technical issues please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,22000275,Request for Proposals,Open Competition,National Demolition Panel,,20191127,20191127,20200619,,Sole Agency,No,,"Housing New Zealand (HNZ) is seeking proposals from suitably resourced and experienced organisations to join a panel of demolition contractors. The panel will be used by HNZ to select/invite contractors to submit proposals for demolition projects throughout New Zealand. Demolition contractors who are interested in being a member of the panel must download the Request for Proposals (RFP) documents from: www.tenderlink.com/hnzc/ It is important to note that: Applicants must be registered on TenderLink to download the RFP Registration with TenderLink is free. To register click on the registration tab at the top of the TenderLink homepage and provide the requested information. REGISTRATION WITH TENDERLINK IS NOT A PROPOSAL. Once registered applicants must submit a RFP proposal to HNZ in the described format and uploaded via TenderLink. Tender Reference: HNZC-865145 If you have any Tenderlink issues please contact Tenderlink on 0800 698 363",Not Awarded,"The following suppliers are currently on this Panel: AP Demolition Limited (t/a Waikato Demolition) ATL Group Limited BCG Civil Limited Cake Commercial Services Ltd Ceres New Zealand LLC Consortium Construction Limited Demasol Limited DKL Projects Limited Frews Contracting Limited Gleeson Civil Limited Green Way Ltd Henderson Demolition Limited Manawatu District Construction Ltd (t/a Central Demolition) Quality Demolition and Contracting (2011) Ltd RDL Group Limited Ryal Bush Transport Limited Scope Group Limited Taggart Earthmoving Ltd Taranaki Construction Maintenance Ltd (TCM Ltd) Tims Construction Limited Total Infrastructure Limited Union Contractors Limited Ward Demolition Limited Yakka Contracting Limited",0,20250410 K?inga Ora Homes and Communities,22224757,Request for Proposals,Open Competition,"Building Services Engineer Northcote N16, N9/N10 and N30",,20200128,20200226,20200724,,Sole Agency,No,,"Kainga Ora- Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora- Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Project The development includes construction of a total of 227 new state homes over 3 Superlots, (with some commercial space on the ground floor of one of the Superlots). The addresses are outlined in section 3, Key Features, of this Part A. Services This RFP seeks a suitably experienced and qualified Building Services Engineer to provide consulting services. The Services are described in Appendix A. All RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender reference: KOHC-903569. For all technical issues please contact Tenderlink on 0800 698 363. All tender related queries must be posted on the Tenderlink forum. The queries will be responded via the Tenderlink forum.",Awarded,"The contract for the Building Services Engineerfo Northcote has been awarded as follows: Superlot N9/10 - eCubed Building Workshop Limited Superlot N16 - WSP New Zealand Limited Superlot N30 - WSP New Zealand Limited",0,20250410 K?inga Ora Homes and Communities,22224935,Request for Proposals,Open Competition,"Structural Engineering Services for Northcote N16, N9/N10 and N30",,20200128,20200225,20200724,,Sole Agency,No,,"Kainga Ora- Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand.The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora- Homes and Communities can be accessed at https://kaingaora.govt.nz/about-us/. Project The development includes construction of a total of 227 new state homes over 3 Superlots, (with some commercial space on the ground floor of one of the Superlots). The addresses are outlined in section 3, Key Features, of this Part A. Services This RFP seeks a suitably experienced and qualified Structural Engineer to provide Structural Engineering services. The Services are described in Appendix A. Contract Type The contract will be the Kainga Ora Long Form Agreement for Consultant Engagement (CCCS). The current version is attached as Appendix E. Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. All RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender reference: KOHC-903571. For all technical issues please contact Tenderlink on 0800 698 363. All tender related queries must be posted on the Tenderlink forum. The queries will be responded via the Tenderlink forum.",Awarded,"The contract for Structural Engineering Services at Northcote has been awarded as follows: Superlot N9/10 - Blueprint Consulting Engineers Limited Superlot N16 - BGT Structures Limited Superlot N30 - BGT Structures Limited",0,20250410 K?inga Ora Homes and Communities,22312038,Request for Proposals,Open Competition,Construction Continuous Improvement Project,,20200217,20200313,20200806,,Sole Agency,No,,"On 1 October 2019, the KiwiBuild Unit, Housing New Zealand and its development subsidiary HLC were merged under a single new entity, Kainga Ora- Homes and Communities (Kainga Ora). The new entity is designed to enable a cohesive and joint approach to delivering the Government's priorities for housing and urban development. This includes addressing homelessness and making homes more affordable for New Zealanders. Accordingly, the Government set a target of an additional 11,000 state homes over the first ten years to 2027 (1,200 per annum for the first four years, then 1,100 per annum to year 10). A key driver for Kainga Ora is continuous improvement especially in areas where hard targets can be utilized to ascertain success. The core target for improvement revolves around: 1. Cost savings 2. Programme reduction 3. Consistency of process and reliability of project deliverables 4. Ensuring the organisations infrastructure and governance support long term delivery This procurement relates to consultancy services to support our Construction Continuous Improvement project. Going forward we wish to develop the internal capability of our staff as we seek to continually introduce improvements across our construction process. This RFP relates to the procurement of consultancy services. These consultants will follow the LEAN six sigma approach and should have significant experience and a track record in improvement to a LEAN Six Sigma Black Belt level as a minimum and demonstrable application of improvement initiatives within the construction sector and corporate sector. The experience should be across multiple work programmes and providers in both the private and government sectors. It is envisaged that the project team will work with our Programme Directors and the continuous improvement team to build up its capability to manage and deliver identified construction improvement programmes. All tender related documentation and details are available to be downloaded free of charge at https://www.tenderlink.com/kaingaora/ using Tenderlink reference KOHC-906441. For all technical issues please contact Tenderlink at 0800 698-363 or support@tenderlink.com.",Awarded,,0,20250410 K?inga Ora Homes and Communities,22361029,Request for Proposals,Open Competition,Civils Consultancy Services for Epuni Stage 3,,20200225,20200324,20200723,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Project The development includes construction of 106 new homes across eight three storey apartment blocks and 13 two story walk ups at the address in section 3, Key Features, of this Part A. Services This RFP seeks a suitably experienced and qualified Civils designer to provide consulting services. The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The contract will be the Kainga Ora Long Form Agreement for Consultant Engagement (CCCS). The current version is attached as Appendix E. Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-907764 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,22380052,Request for Proposals,Open Competition,"Design Consultant Services Carnell St, Napier and Karamu Rd, Hastings",,20200228,20200327,20200723,,Sole Agency,No,,"Kainga Ora want to extend the useful life of the asset for another 50 years minimum by addressing defects and carrying out refurbishment works to improve the amenity and thermal performance of all units. The end result must provide improved comfort for our tenants, must be robust and easy to maintain. Kainga Ora have determined that the strategy for this site is 'long term hold' and as such the outcome of this project will be to reset the life of the asset for another 50 years minimum by addressing compliance, weather tightness defects, deferred maintenance and health and safety issues. The site is currently tenanted, however it is envisaged that the site will be fully decanted to allow for the works. Kainga Ora will manage the decanting of the tenant's process and will be responsible for providing a vacant building to the contractor. Success will be the timely, cost effective remediation of this existing asset, with a proactive approach to risk management, ensuring Kainga Ora have the best information available to inform their decision making. The Building 16, 18 & 20 CARNELL ST, NAPIER The site consists of three, three storey standalone star blocks of 12 units comprised of two 1-bed and ten 2-bed units. Built circa 1965, all three star blocks are identical. 418 & 420 KARAMU RD, AKINA, HASTINGS The site consists of two, three storey standalone star block of 12 units comprised of two 1-bed and ten 2-bed units. Built circa 1965, two star blocks are identical. Services The Services for both properties are described in Appendix A. Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. Please use reference KOHC- 908267 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,,0,20250410 K?inga Ora Homes and Communities,22497363,Request for Proposals,Open Competition,"Design Consultant Services Carnell St, Napier and Karamu Rd, Hastings",,20200327,20200414,20200723,,Sole Agency,No,,"Replaces The Previous RFx ID 22380052 that closed on the 27th March 2020 Kainga Ora have determined that the strategy for this site is 'long term hold' and as such the outcome of this project will be to reset the life of the asset for another 50 years minimum by addressing compliance, weather tightness defects, deferred maintenance and health and safety issues. The site is currently tenanted, however it is envisaged that the site will be fully decanted to allow for the works. Kainga Ora will manage the decanting of the tenant's process and will be responsible for providing a vacant building to the contractor. Success will be the timely, cost effective remediation of this existing asset, with a proactive approach to risk management, ensuring Kainga Ora have the best information available to inform their decision making. The Building 16, 18 & 20 CARNELL ST, NAPIER The site consists of three, three storey standalone star blocks of 12 units comprised of two 1-bed and ten 2-bed units. Built circa 1965, all three star blocks are identical. 418 & 420 KARAMU RD, AKINA, HASTINGS The site consists of two, three storey standalone star block of 12 units comprised of two 1-bed and ten 2-bed units. Built circa 1965, two star blocks are identical. Services The Services for both properties are described in Appendix A. Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. Please use reference KOHC- 908267 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,,0,20250410 K?inga Ora Homes and Communities,22499822,Request for Proposals,Open Competition,Civils Consultancy Services for Epuni Stage 3,,20200330,20200403,20200723,,Sole Agency,No,,"Replaces GETS Notice RFx ID 22361029 which closed on the 24th March 2020 Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora Homes and Communities can be accessed at: https://kaingaora.govt.nz/about-us/. Project The development includes construction of 106 new homes across eight three storey apartment blocks and 13 two story walk ups at the address in section 3, Key Features, of this Part A. Services This RFP seeks a suitably experienced and qualified Civils designer to provide consulting services. The Services are described in Appendix A. Specifications The specifications in Appendix B (if any) apply to the Services. Contract Type The contract will be the Kainga Ora Long Form Agreement for Consultant Engagement (CCCS). The current version is attached as Appendix E. Additional Information to Inform Proposal Additional information which the respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-907764 For support on technical issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,22726676,Request for Proposals,Open Competition,Request for Proposal Project Works Retrofit Programme for Wellington for FY21 & FY22,,20200525,20200622,20210728,,Sole Agency,No,,"INTRODUCTION Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. This RFP relates to the delivery of the Retrofit Programme for the two financial years from 1st July 2020 through to the end of June 2022 (Retrofit Programme). The overall intent of the Retrofit Programme is to increase the number of properties that are warm, dry, and safe by focusing on interventions on existing Kainga Ora properties that will improve the thermal performance of the property. The programme will address the renewal of significant components to achieve as close to new build standards as possible with consequential reduced maintenance. Kainga Ora seeks to select a limited number of preferred contractors to provide physical construction works for the Retrofit Programme with the capability and capacity to complete the Contract Works on either: The total number of properties over the two year period, in each location they apply for; or a minimum of 10 properties over the two year period, in each location they apply for. Project The Project covers the retrofit of houses (sites to be advised) in the region for financial years FY21 and FY22. The Retrofit scope involves a thermal upgrade including insulation & replacement external windows & doors, replacement kitchens and bathrooms, creating open plan living areas and incorporating accessibility features. Other key components Please use reference KOHC-919789 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/.",Awarded,,0,20250410 K?inga Ora Homes and Communities,22789998,Request for Proposals,Open Competition,Project Works Retrofit Programme for West Coast for FY21 & FY22,,20200608,20200706,20210712,,Sole Agency,No,,"Project: The Project covers the retrofit of houses (sites to be advised) in the region for financial years FY21 and FY22. The Retrofit scope involves a thermal upgrade including insulation & replacement external windows & doors, replacement kitchens and bathrooms, creating open plan living areas and incorporating accessibility features. Other key components will also be upgraded on a property by property basis depending on their condition. Principal's Requirements: The Principal's Requirements for this Project are set out in Appendix A. Contract Type: The programme will look to engage contractor(s) under a Partnering Agreement which will include a number of additional features targeted at building relationships, meeting Kainga Ora broader social outcomes (ie apprentices) and achieving efficiencies in tendering and contracting. The Partnering Agreement is the overarching agreement with a modified version of NZS3910:2013 sitting under that. Each works package is tendered through a brief works request and proposal process. Contract Works: The Contract Works are the scope of works for each Work Package. These will be described in each Work Request at the time it is issued by the Principal. Additional Information to Inform Proposal: Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender reference: KOHC-921695 If you have any issues please contact Tenderlink on 0800 698 363",Awarded,,0,20250410 K?inga Ora Homes and Communities,22839595,Award Notice,Open Competition,Axway API Management Subscription,,20200205,20200501,20200702,,Sole Agency,No,,Axway API Management Subscription,Awarded,Contract Term: 5 years,1000000,20250410 K?inga Ora Homes and Communities,22859796,Award Notice,Open Competition,ROI - Head Contractors to manage & deliver Residential Property Maintenance to Housing New Zealands Portfolio,,20190615,20190802,20200623,,Sole Agency,No,,,Not Awarded,"This RFx was created as a duplicate in error, for award details refer to GETS ID 21263950.",0,20250410 K?inga Ora Homes and Communities,23116193,Request for Proposals,Open Competition,Kia Hoko Learning Partner,,20200814,20200908,20201111,,Sole Agency,No,,"Kainga Ora is currently the second largest government agency from a capital expenditure perspective with an annual spend of over $2.5b (19/20FY). We are reliant on external partners and service providers to deliver on our commitments to the government and New Zealand communities. The importance of Kainga Ora managing all elements of our external spends with integrity, transparency, commerciality, and consistency cannot be over-emphasised. Our Strategic Plan outlines the commitment to invest in improved contract management and procurement capabilities that will drive greater value from our suppliers. We are looking for a supplier who is experienced in delivering training on the government procurement lifecycle, to design and deliver learning to support our rollout of a new Contract Management and Supplier Relationship Management System based on the Oracle EBS suite. We are implementing this new system via a project called Kia Hoko Partnering for Greater Impact. Deliverables will include learning design, development and delivery of material via a range of channels and to multiple audiences to support the rollout of the new system due in March 2021. The solution should encompass a range of learning material including user guides, online learning and face to face training to support different learning styles in manageable sized packages. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-931462. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363",Awarded,Fernhill Solutions Limited,0,20250410 K?inga Ora Homes and Communities,23301811,Request for Proposals,Open Competition,"RFP Pre-Construction Services Relating to Works at Sites 1 & 3, Arlington, Mt Cook, Wellington",,20200916,20201012,20210120,,Sole Agency,No,,"INTRODUCTION Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Introduction This Request for Proposal (RFP) relates to the selection of a partner to provide pre-construction services during the design stage of our Arlington project which has an initial estimated cost of $140m for the construction works. Important Note: The engagement of a contractor to undertake the physical works is subject to financial approval being obtained by Kainga Ora Homes and Communities (the Buyer). The Arlington development is on a 1.77 hectare site bounded by Arlington Street, Hopper Street and Hankey Street in Mount Cook, Wellington. It will see the development of approximately 233 social housing units made up of a range of homes from one bedroom units to large family homes to suit a mixed community of families, the elderly, and people with high and complex needs requiring supported living. There is also an option being considered to develop 67 affordable houses on the site. Amenities will include a community centre, parks, play areas and community gardens Please use reference KOHC-936426 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,,0,20250410 K?inga Ora Homes and Communities,23570652,Request for Proposals,Open Competition,"RFP Civil Enabling Works Contractor Epuni Stage 3, Lower Hutt, Wellington",,20201105,20201202,20210413,,Sole Agency,No,,"A bit about us Kainga Ora Homes and Communities Kainga Ora on 1 October 2019 marks the beginning of a step change in housing and urban development in Aotearoa, New Zealand. Kainga Ora brings together the people, capabilities and resources of the KiwiBuild Unit, Housing New Zealand and its development subsidiary HLC. This is designed to enable a more cohesive, joined-up approach to delivering the Government's priorities for housing and urban development in New Zealand. These priorities include addressing homelessness and making homes more affordable for New Zealanders. Kainga Ora has two key role being a world-class public housing landlord; and partnering with the development community, Maori, local and central government, and others on urban development projects of all sizes. In its new urban development role, Kainga Ora will work in partnership to deliver quality urban development that connects homes with jobs, transport, open spaces and the facilities they need. This includes accelerating the availability of build ready land, and building a mix of housing including public housing, affordable housing, and homes for first home buyers and market housing of different types, sizes and tenures. Kainga Ora cannot do all this alone. We will partner with others, including councils, government agencies, local government, Maori and mana whenua, infrastructure providers, private developers, and community housing providers. We will enable and complement, rather than compete with, the private market. For more information on Kainga Ora, please visit our website https://kaingaora.govt.nz/ Introduction This Request for Proposal relates to the selection of a civil works contractor to undertake the civil enabling works for the Epuni Stage 3 Redevelopment, located at 150-162 Cambridge Terrace, 19-43 Durham Crescent, and 1-9 Hampton Court in Lower Hutt, Wellington. Epuni Stage 3 is an 11,851 sqm site, The project comprises three (3) stages of development of 106 new homes. Please use reference KOHC-944114 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,,0,20250410 K?inga Ora Homes and Communities,23577624,Request for Proposals,Open Competition,"RFP Relating to Civil Enabling Works at Sites 1 & 3 Arlington, Mt Cook, Wellington",,20201106,20201203,20210323,,Sole Agency,No,,"A bit about us The creation of the new delivery Crown agency Kainga Ora Homes and Communities (Kainga Ora) on 1 October 2019 marks the beginning of a step change in housing and urban development in Aotearoa, New Zealand. Kainga Ora brings together the people, capabilities and resources of the KiwiBuild Unit, Housing New Zealand and its development subsidiary HLC. This is designed to enable a more cohesive, joined-up approach to delivering the Government's priorities for housing and urban development in New Zealand. These priorities include addressing homelessness and making homes more affordable for New Zealanders. Kainga Ora has two key roles: Being a world-class public housing landlord; and Partnering with the development community, Maori, local and central government, and others on urban development projects of all sizes. Kainga Ora cannot do all this alone. We will partner with others, including councils, government agencies, local government, Maori and mana whenua, infrastructure providers, private developers, and community housing providers. We will enable and complement, rather than compete with, the private market. For more information on Kainga Ora, please visit our website www.kaingaora.govt.nz Introduction This Request for Proposal (RFP) relates to the selection of a civil works contractor to undertake the civil enabling works at Sites 1 & 3, Arlington, Wellington. The selected contractor (if any) will be engaged via a NZS: 3910 measure and value, construct only contract with Kainga Ora (the Buyer) Special Conditions. What we are looking for The Buyer is seeking to engage a suitably qualified, experienced and resourced civil works contractor to undertake the civil enabling works for the Arlington project. First and foremost we are looking for an engaging partnership relationship and looking for proposals from organisations that have the experience, capability, capacity, appropriate health & safety procedures and good financial standing relative to this project. Taking into account the nature of the site (topology and geology) and the significant risks around the inter-phase between civil and construction, it is considered essential that the contractor has significant experience of complex civil works Please use reference KOHC-944331 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,Awarded to McKee Fehl Constructors Limited,0,20250410 K?inga Ora Homes and Communities,23615246,Request for Proposals,Open Competition,RFP - Project Works Retrofit Programme for Hutt Valley FY21 & FY22,,20201112,20201210,20210729,,Sole Agency,No,,"Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The new agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Process: This is an open RFP which is being released on GETS and Tenderlink. Respondents are required to complete all Returnable Schedules other than those marked Not Used. Respondents are required to provide the Price Response in Appendix C for the example Retrofit Programme property MOCK PROPERTY STOKES VALLEY- BC_TENDER ISSUE in Appendix I. The Price Response also includes additional Retrofit options which are not included in the example property. The Price Response must include P&G, Contractors Margin percentage and Contractors Variation Margin which shall be included in the Contract and fixed for all Work Orders. The Price Response in its entirety will be used for the purpose of evaluating the cost competitiveness of each Respondent under this RFP. Please note: the Retrofit Programme property in Appendix I is only a theoretical example of a Retrofit Programme property and will not be considered part of the Contract Works for the purpose of this RFP and the Contract. Please use reference KOHC-945388 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,,0,20250410 K?inga Ora Homes and Communities,23660960,Request for Proposals,Open Competition,External Consultants for Consentium (Kainga Ora Home & Communities In-house Building Consenting Authority),,20201120,20201214,20210804,,Sole Agency,No,,"Key Features and Requirements of the Project -Public Liability minimum level of cover $1,000,000 -Professional Indemnity minimum level of cover $500,000(on basis that fees over the course of the year are expected to be less than $100k) Services This RFP seeks a suitably experienced and qualified firm to provide Building Consenting & or Building Inspection Services. The required Services are described fully in Appendix A. Contract Type The applicable contract type for this RFP is the Kainga Ora Master Services Agreement. A copy of the contract (Appendix E) will be released by way of 'Notice to Tenderers' in the week of 23rd November 2020. We also encourage respondents to join the AoG Construction Consultancy panel which gives the opportunity to providers to offer your services to a wide range of government agencies https://www.procurement.govt.nz/contracts/construction-consultancy-services-2/construction-consultancy-servicesinformation-for-providers/ RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender reference KOHC-946903. If you have any issues please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,23792621,Award Notice,Open Competition,Testing Automation Software,,20201110,20201202,20210120,,Sole Agency,No,,,Awarded,"Only one supplier, for technical reasons there is no real competition",0,20250410 K?inga Ora Homes and Communities,23812873,Award Notice,Open Competition,"RFP Pre-Construction Services Relating to Works at Sites 1 & 3, Arlington, Mt Cook, Wellington",,20200916,20201016,20201224,,Sole Agency,No,,The contract has been awarded to McKee Fehl Constructors Limited,Awarded,,0,20250410 K?inga Ora Homes and Communities,23872380,Award Notice,Open Competition,Tendered Issuance Software Solution,,20200706,20201105,20210120,,Sole Agency,No,,,Awarded,Contract term 5 years,0,20250410 K?inga Ora Homes and Communities,23974513,Request for Proposals,Open Competition,Meeting Room Technology,,20210215,20210322,20210804,,Sole Agency,No,,"Project We are deploying Microsoft Teams Rooms Systems (MTR) to 114 rooms throughout New Zealand. They will be deployed and managed using Microsoft Teams Room Premium (MTR-P) (also known as Microsoft Managed Meeting Room Service). Requirements This RFP relates to the purchase of Meeting Room Technology, divided into two categories. We are seeking Proposals from suitably qualified members of the Microsoft Partner Network. Respondents may respond to either, or both, of the categories. Category One: Supply, Install and Onsite Support of Microsoft Teams Rooms Systems - Supply and Install for the following standard spaces (spaces that can be accurately described by Microsoft's space definitions) throughout New Zealand. .Focus Rooms (29) .Small Rooms (15) .Medium Rooms (30) .Large Rooms (32) - Supplementary (environmental remediation and/or improvement) services as required to address AV quality issues. - Onsite Support of the solution as directed by Microsoft Category Two Design, Supply, Install and Onsite Support of Bespoke AV Solution - Solution Design - Supply and Install to the following non-standard spaces (spaces that cannot be accurately described by Microsoft's space definitions) in Auckland and Wellington. .Training Rooms (3) .Boardrooms (5) - Onsite Support of the solution as directed by Microsoft Contract The supplier(s) will be responsible for the provision of the base contract terms. A response must include the proposed structure of commercial delivery and all relevant proposed contracts. Detail Detailed requirements are available in Appendix A. Detailed room information is available in Appendix B. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/ Tender Reference: KOHC-956443 and questions must be posted on the Tenderlink forum. If you have any issues please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,23997266,Award Notice,Open Competition,Software Deployment Automation Tool,,20200924,20210202,20210218,,Sole Agency,No,,,Awarded,Contract term 3 years.,0,20250410 K?inga Ora Homes and Communities,24055675,Request for Proposals,Open Competition,RFP House Relocation Panel,,20210305,20210407,20210609,,Sole Agency,No,,"Introduction Kainga Ora is looking at adding members to a panel of pre-qualified suppliers to provide Relocation Services throughout New Zealand. Relocation Services are defined as the actions necessary to clear existing houses from site owned by Kainga Ora for redevelopment purposes. What we are looking for Kainga Ora Homes and Communities (Kainga Ora/The Principal/The Buyer) is seeking to engage suitably qualified, experienced and resourced contractors who can undertake Relocation Services. We are seeking proposals from suppliers who have the experience; capability; capacity; appropriate health & safety procedures; and financial capacity to become panel members of Kainga Ora National Site Clearance Panel Subcategory Relocation Services where secondary procurements activities will be undertaken. What is out of scope for this RFP Respondents that can only provide some of the relocation services. Supplier Briefings: Supplier briefings will be held at the following three locations, and via ZOOM if you are unable to attend in person: Auckland; Wellington; and Christchurch. What is important to us We are looking for an engaging partnership relationship and looking for proposals from organisations that have the experience, capability, capacity, appropriate health & safety procedures and good financial standing relative to this programme. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-959402. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,24055684,Request for Proposals,Open Competition,Auckland Deconstruction Subcategory National Site Clearance Panel,,20210305,20210407,20210809,,Sole Agency,No,,"Kainga Ora is looking at adding members to a panel of pre-qualified suppliers to provide Deconstruction Services in the Auckland region. Kainga Ora has made a commitment to: -Transition our public housing portfolio to be climate neutral; -Reduce or minimise construction and demolition waste; -Lead by doing to influence improved performance across the New Zealand residential construction sector; -Assist iwi with their housing and urban development aspirations; and -Build or contribute to healthy urban environments that promote sustainable lifestyles and protect or enhance nature. To enable the above commitment Kainga Ora needs to expand the scope of its National Demolition Panel so that it can readily access the services it requires to meet the following targets: -A minimum of 80% of uncontaminated waste by weight, created from demolition activity, is to be diverted from landfill; and -A minimum of 7% of houses originally destined for demolition or deconstruction are to be relocated for use by Kainga Ora, iwi and Community Group Housing providers. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-959407. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,24126672,Request for Proposals,Open Competition,Wellington Solar Energy Trial,,20210325,20210429,20210920,,Sole Agency,No,,"Kainga Ora Homes and Communities is seeking one to three Contractors to deliver grid connected solar energy systems for existing Kainga Ora homes. The Contractor(s) should be suitably qualified, have the experience, capability, capacity, appropriate health and safety procedures, and financial capacity necessary to deliver the works. Importantly, we require a Contractor(s) who can work with Kainga Ora and its customers. What is in scope of this RFP A detailed plan for each solar energy system installed, including an initial site inspection and proposed timeline to deliver the works; grid-connected photovoltaic systems for between 70 to 100 properties (to be agreed and confirmed in a Work Order(s)); supply of all components, materials, and resources and equipment required for installation; installation of the systems; system commissioning and any required compliance certification; the supplier to make arrangements with Kainga Ora Customers (tenants) to access the house for inspection and installation activities. Note: Kainga Ora will be responsible for gaining customer agreement to participate in this trial before their contact details will be provided to the Contractor; the identification of all works necessary to prepare the building and electrical system for the installation of the solar energy systems. This may include remediation works, roof strengthening where needed, ducting, wall and roof penetrations, meter board upgrades and associated wiring. These works will be communicated to Kainga Ora, and agreed to, through a Work Order prior to work being done. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-962289. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,,0,20250410 K?inga Ora Homes and Communities,24314782,Request for Proposals,Open Competition,"RFP Pre-Construction Services Relating to Construction Works at Building B, Highbury Triangle, Avondale, Auckland",,20210518,20210616,20210910,,Sole Agency,No,,"Pre-Construction Services, progressing to a construct only contract This Request for Proposal (RFP) relates to the selection of a partner to provide pre-construction services, early contractor involvement (ECI), during the design stage for Building B of our Highbury Triangle project with rough order of cost between $13m to $16m for the construction works. The ECI partner may potentially be appointed as the main contractor to construct the building. Experience with large scale, multi storey construction using Composite Light Timber Frame Construction and Off-site manufacturing incorporating Cross Laminated Timber (CLT) is essential. Background As part of the wider Unlock Avondale Plan currently enabled through Panuku, Kainga Ora Homes and Communities (The Buyer) has identified the need for a senior housing complex within the Central Avondale area at 3 5 Community Lane and 1825 1833 Great North Road. The proposed development includes the construction of 236 units across 5 buildings, ranging between 6 and 8 stories. In addition, the project works include the delivery of commercial and community spaces. Four of the buildings are being constructed with the expressed purpose of providing secure and sustainable housing for people 55+ in age and to enable customers to age in place while providing spaces for social interaction. The fifth building has been earmarked for market affordable rent. Building B Kainga Ora has an increased focus on shifting to more sustainable practices across our operations. Its one of our priority areas within our public housing strategy document Building Momentum our construction plan for future homes. Its also part of our legislative requirements as outlined in the Kainga Ora - Homes and Communities Act 2019. As such, we are seeking a build partner with the experience, capacity and capability to construct one building (B) on this project using Composite Light Timber Frame Construction and Off-site manufacturing, incorporating Cross Laminated Timber (CLT). Building B includes 30 one bedroom homes. Please note, the works to construct Building B will take place at the same time as the other buildings (A, C, D and E, under a separate contract, not covered by this RFP). Please use reference KOHC-970616 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,,0,20250410 K?inga Ora Homes and Communities,24597376,Award Notice,Open Competition,Legislative Compliance System,,20210601,20210701,20210726,,Sole Agency,No,,,Awarded,,0,20250410 K?inga Ora Homes and Communities,24708245,Request for Proposals,Open Competition,"Pre-Construction Services, progressing to a construct only contract Elm Str & Racecourse Parade",,20210823,20210929,20211224,,Sole Agency,No,,"Introduction: This Request for Proposal (RFP) relates to the selection of an early contractor involvement (ECI) partner to provide pre-construction services, during the design stage for the project at Elm Street & Racecourse Parade, Avondale, Auckland, with an estimated cost of circa $95m for the construction works. The ECI partner may also be appointed to complete the civils enabling works and as the main contractor to construct the buildings. Experience with large scale, multi storey construction is essential in particular using Composite Light Timber Frame Construction and Off-site manufacturing incorporating Cross Laminated Timber (CLT). Important Note:The award of the NZS:3910 contract to construct the project and the civil enabling works is subject to the Kainga Ora business case being approved. What we are looking for: Kainga Ora homes and communities (the Buyer) is seeking to engage a suitably qualified, experienced and resourced organisation to provide specialist advice into the design stage as a pre-construction services partner. Experience with large scale, multi-storey construction using Composite Light Timber Frame Construction and Off-site manufacturing on all the buildings incorporating CLT is essential. The selected partner must have the appropriate resources and experience to complete the enabling civil works and the main construction works (which are subject to two separate, standalone contracts). The scope of the pre-construction services includes (but is not limited to): -Providing advice and input into the design stage in conjunction with the rest of the already appointed design consultants, it is expected that this will include advice on innovation, buildability, and life cycle costing analysis, sustainable material selections; and -Providing advice on programme, project risks and cost. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-984866. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,24787880,Request for Proposals,Open Competition,National Site Clearance Panel Nationwide Deconstruction Subcategory,,20210909,20211011,20220301,,Sole Agency,No,,"Under the Kainga Ora Homes and Communities Act of 2019 and the Climate Change Response (Zero Carbon) Amendment Act 2019, Kainga Ora has obligations it must meet in regards to the sustainability of our operations. In addition to legislative requirements, Government, iwi, and communities have expectations that Kainga Ora works to minimise its environmental impact, leaving a positive legacy for future New Zealanders. Kainga Ora Homes and Communities is establishing a specialised nationwide deconstruction panel. This panel will carry out house deconstruction services across New Zealand. We define deconstruction as the process through which the materials in a build or structure are extracted so that the material remains intact with the ability to reuse. This Tender Notice seeks Responses from suitable companies who are keen to provide services in the following regions: Northland Central; o Waikato o Bay of Plenty o Taranaki, Manawatu and Wairarapa o Wellington and Kapiti o East and North Island South Island; o Nelson & Marlborough o West Coast o Canterbury o Otago o Southland Please Note: Traditional demolition services and/or house relocation services are out of scope. Also out of scope is deconstruction services in the Auckland region. An established panel already covers this area. For more information: Refer to the Tender documentation. Online Supplier briefings will be held on 21st and 22nd September 2021. Register for a supplier briefing session by 20th September to receive online meeting details. Briefings are now complete and all relevant information covered in the briefing will be made available on Tenderlink. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-987806 All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,"The Companies below have also been awarded to the National Site Clearance Panel Nationwide Deconstruction Panel Right Hire Limited Anpure Limited Rohits Civil and Infrastructure Limited Ross Develop Limited",0,20250410 K?inga Ora Homes and Communities,24893659,Request for Proposals,Open Competition,RFP Kainga Ora Civils Contractor Panel,,20210930,20211102,20220101,,Sole Agency,No,,"Kainga Ora Homes and Communities is establishing a national Civils Contractor panel. This panel will carry civils and landscape works across New Zealand. This Tender Notice seeks Responses from suitable companies who are keen to provide services in the following regions: Auckland & Northland Northland Counties Manukau Central & East Auckland North & West Auckland Central Waikato Taranaki Manawatu & Whanganui Wellington Kapiti East North Island Bay of Plenty South Island Nelson Marlborough & West Coast Otago Southland Canterbury For more information Refer to the Tender documentation Online Supplier briefings will be held as per details below: o 1:00 pm 2:30 pm on Wednesday 6th October 2021 o 11:00 am 12:30 pm on 7th Thursday October 2021 Register via procurement@kaingaora.govt.nz for a supplier briefing session by mid-day on Tuesday 5th October to receive details of the online meeting. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-991065. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,"Action Civil Ltd Apex Civil Ltd BCG Civil Ltd Trading as Maxion Civil CB Civil and Drainage Ltd City Care Ltd CJ Industries Ltd Currie Construction (2012) Ltd Dempsey Wood Civil Ltd Downer New Zealand Ltd Earthco Civil Limted Ecotech Construction and Civils Ltd Far North Roading Ltd Frews Contracting Ltd Fulton Hogan Ltd Giles Civil Ltd Gleeson Civil Ltd Grounds and Services Ltd HEB Construction Ltd Hick Bros Civil Construction Ltd Higgins Contractors Ltd John Filmore Contracting Ltd (JFC Ltd) Kaitaia Contractors Ltd, trading as KCL Kerry Dines Ltd Libbet Ltd Nor West Contracting Ltd Offshore Plumbing Services Ltd Paul Smith Earthmoving 2002 Ltd PCL Contracting Ltd Pipeline and Civil Ltd Pritchard Civil Ltd Protranz Earthmoving Ltd Quality Roading Services Rapid Earthworks Ltd Right Hire Ltd Ropu Korowai Ltd, Trading as Korowai Projects Schick Civil Construction Ltd Siteworks Ltd Taylors Contracting Co. Ltd Total Infrastructure Ltd Traffica Roading Services TROW Group Ltd United Civil Construction Ltd Wellington Contracting Ltd Whitestone Contracting Ltd Yakka Contracting Ltd",0,20250410 ,,,,,,,,,,,,,,,,, K?inga Ora Homes and Communities,25012832,Request for Proposals,Open Competition,High-Productivity Application Platform as a Service HPAPaaS,,20211027,20211129,20220429,,Sole Agency,No,,"This RFP relates to the purchase of up to two Platform(s) that can deliver capability in Relationship Management (RM), Service Fulfilment (SF) and future application delivery. We have not discounted the possibility of a single platform fulfilling the required capabilities, however believe that this will require two 'best of breed' HPAPaaS platforms in the following areas: - Relationship Management (one platform). - Service Fulfilment (one platform). Please use reference KOHC-994277 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,"Successful Supplier: SFDC Australia Pty Ltd, 201 Sussex St., Darling Park Tower 3 Level 12, Sydney NSW 2000, Australia NZBN: 9429033809847 Description: Flexible Digital Platform - Relationship Management Award Date: 29 April 2022 Term: Full term under negotiation Value: Full term under negotiation Successful Supplier: ServiceNow Australia Pty Ltd, 680 George Street, Level 48, Sydney NSW 2000, Australia NZBN: 9429041312780 Description: Flexible Digital Platform Service Fulfilment Award Date: 11 March 2022 Initial Term: 4 Years Right of Renewal: Yes Value (initial term): ~$10m",0,20250410 K?inga Ora Homes and Communities,25192866,Request for Proposals,Open Competition,Request for Proposal National Engineer to Contract (as defined in NZS3910:2013) Construction Consultancy Services Panel,,20211201,20220126,20220701,,Sole Agency,No,,"Who we are Kainga Ora Homes and Communities is a new Crown agency that brings together the people, capabilities and resources of Kiwi Build, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The Opportunity Kainga Ora Homes and Communities is establishing a National Supplier Panel for Engineer to Contract EtC. Through this arrangement our panelists will be responsible for delivering the required EtC services across all standard developments in a specified region with a view to creating closer, long-term relationships. Panelists will mainly be appointed to projects on a direct basis and help drive efficiency and innovation in Kainga Ora developments. Note that Kainga Ora reserves the right for large scale complex developments, such as apartment builds, to sit outside of the panel volumes. The developments that may be covered by these engagements include the following Simple, Standard and where applicable Significant type projects Contract Partnership Agreements CPA s 1, 2 and 3 storey townhouses 2 and 3 level Walk Up Apartments Large Scale Apartments 4 storeys or more Urban Development and Delivery Urban Planning and Design Maintenance and Remedial work including Retrofit and Complex remediation projects (CRP). Kainga OraHomes and Communities 5 Services Required This RFP seeks suitably experienced and qualified EtC's to provide these services as per Appendix A, Scope of Services. Contract Type The contract will be the Kainga Ora Long Form Agreement for Consultant Engagement (CCCS). The current version is attached, as per Appendix D. Please use reference KOHC-1000722 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,"Description of Services: Panel Membership for Engineer to Contract Services Contract Award Date: 01.07.2022 Contract Term: 2 years plus 2 Renewals for 1 years Procurement process: Open RFP AECOM New Zealand Ltd Barnes Beagley Doherr Ltd (BBD) Calibre Consulting Ltd Chapman Consulting Ltd Feldspar Associates Ltd Frequency NZ Ltd Griffiths & Associates Ltd trading as SCOPE Halcyon Project Management Ltd Maltbys Ltd Quintons Ltd Resolve Group Ltd Rubix Ltd The Building Intelligence Group Ltd (TBIG) Tonic Civil Consulting Ltd TSA Management Ltd Veros Property Services Ltd WSP NZ Ltd WTP NZ Project Management Ltd Egmont Dixon Limited Aesculus Limited Octa Associates Limited TEAM Projects Advisory Limited",0,20250410 K?inga Ora Homes and Communities,25270602,Award Notice,Open Competition,"Comprehensive Infrastructure, Network and Endpoint Security Solution",,20210601,20211119,20211119,,Sole Agency,No,,,Awarded,Term: 3+1+1 years,0,20250410 K?inga Ora Homes and Communities,25311024,Request for Proposals,Open Competition,RFP Carbon Neutral Housing - Measurement and Reporting (Construction),,20220119,20220302,20220930,,Sole Agency,No,,"The opportunity This RFP is issued by Kainga Ora Homes and Communities, referred to below as Kainga Ora or the Buyer or we or us. What we are buying and why Kainga Ora is working to reduce the whole of building whole of life emissions associated with new housing construction projects. We are exploring technology solutions with the capability to measure and report on the whole-of-life carbon emissions for new builds, and enable better design choices to reduce emissions from housing delivered by the organisation. What we require Kainga Ora requires Software as a Service from a supplier with the organisational capability, capacity and experience to provision technology that provides Carbon Emissions Measurement and Reporting, by applying Life Cycle Assessment (LCA). The successful supplier will demonstrate their service offering can meet, or substantially meet our requirements (refer Section 2 Our Requirements). Out of Scope We intend to stream or pull project LCA output data into a Kainga Ora Enterprise Data Warehouse. The data will be stored and related to other organisational data to enable Kainga Ora to derive further insights and analysis. While business intelligence capability is not in scope for this RFP, interoperability to allow data to be streamed or pulled by the Kainga Ora Enterprise Data Warehouse is in scope, along with operational reporting (from within the technology), as defined in the requirements. Please use reference KOHC-1004793 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com",Awarded,"Description of Services: A technology solution with the capability to measure and report on the whole-of-life carbon emissions, and enable better design choices to reduce emissions from housing delivered by the organisation. Contract Award Date: 30 September 2022 Contract Term: Three (3) years Procurement process: Open-Competitive RFx ID 25311024",0,20250410 K?inga Ora Homes and Communities,25565513,Request for Proposals,Open Competition,"RFP Construction Design Consultancy Panel - Architects, Urban Design & Landscape Architects",,20220321,20220505,20221201,,Sole Agency,No,,"The Opportunity Kainga Ora Homes and Communities is establishing a National Panel for Architects, Urban Design and Landscape Architects. Through this arrangement our panelists will be responsible for delivering the required design services across our standard developments with a view to creating closer, long-term relationships. Panelists will be appointed for some projects on a direct source basis and larger more complex programmes through a small request for quote (RFQ) process. This is to help drive efficiency and innovation in Kainga Ora developments. By allowing different groupings, this panel allows consideration of consultants who are capable of delivering both smaller projects as well as large and complex ones. Each particular submission may be suitable for one or more category groups and we ask that you nominate in the response forms what you are applying for. The aim of this panel is to align with the known pipeline requirements and have enough panelists to cover at least 80% of Kainga Ora projects throughout the panel period. Further we need to ensure that there is a mix of scale when appointing our panel of Design Consultants. We need panelists available at a scale that can support all of our developments. Therefore we will reserve the right to allocate up to approximately 30% of the final panel membership for practices that have under 20 employees. Note that Kainga Ora reserves the right for large-scale, complex developments such as complex apartment builds, to sit outside of the panel volumes. These projects will utilise panel providers where possible, and will likely come with their own separate requirements in relation to insurances and experience. Kainga Ora is seeking companies who can provide Design Consultancy services in the Architecture, Landscape or Urban Design disciplines. We want to hear from those that have the appropriate level of experience and resources to complete all of the work for the projects we are forecasting over future years. Further information and a scope of works can be viewed as a part of the RFP package. We encourage small and local firms, and Maori and Pasifika businesses to apply. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1012859. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363. The closing date and time extended: Midday, 5.5.22",Awarded,"Contract Award Date: 1.12.2022 Contract Term: 2 years plus 2 Renewals for 1 years Procurement process: Open RFP 242AM Architects Ltd Architecture Plus Ltd Architectus Aotearoa Ltd Architype Ltd Arthouse Architects Ltd Ashton Mitchell Residential Ltd Athfield Architects Ltd Babbage Consultants Ltd Borrmeister Architects Ltd Brewer Davidson Architects Cheshire Architects Ltd Chow:Hill Architects Ltd Context Architects Ltd Co-Studio, Stephenson & Turner Ltd Createus Group 2016 Ltd Crosson Architect Ltd DCA Architects Ltd Designgroup Stapleton Elliott Ltd HERRIOT + MELHUISH: ARCHITECTURE Ltd Ignite Partners Ltd Isthmus Group Ltd Jasmax North Ltd Jerram Tocker Barron Architects Ltd Matakohe Architecture and Urbanism Ltd MINISTRY OF ARCHITECTURE + INTERIORS LIMITED T/A Ministry of Architecture + Interiors MOAA ARCHITECTS Ltd MOLLER ARCHITECTS Ltd PACIFIC ENVIRONMENTS NZ Ltd Paul Brown and Associates Ltd Peddle Thorp Aitken Ltd Prendos New Zealand Ltd t/a Respond Architects RTA STUDIO Ltd SGA Ltd SHEPPARD & ROUT ARCHITECTS Ltd SILLS VAN BOHEMEN ARCHITECTS Ltd Smith Architects Ltd Solari Architects Ltd Stevens Lawson Architects Ltd Ltd Studio of Pacific Architecture Ltd Tamaki Makaurau Office Architecture Ltd Team Architects PN Ltd Tennent Brown Architects Ltd The Hierarchy Group Ltd Wilkie & Bruce Registered Architects Ltd Wood & Partners Consultants Ltd Young & Richards Ltd Barker & Associates Ltd Bespoke Landscape Architects Ltd Boffa Miskell Ltd Development Nous Ltd Glasson Huxtable Ltd Greenwood Associates Landscape Architecture Ltd Harrison Grierson Consultants Ltd KAMO MARSH LANDSCAPE ARCHITECTS Ltd Local Landscape Architecture Collective Ltd Reset Urban Design Ltd RESILIO Ltd ROUGH MILNE MITCHELL LANDSCAPE ARCHITECTS Ltd SGLA Ltd Stellar Projects Ltd Studio3 Landscape Architect Ltd The Urban Advisory Ltd Urbanismplus Ltd Wraight and Associates Ltd Beca Ltd",0,20250410 ,,,,,,,,,,,,,,,,, K?inga Ora Homes and Communities,25639228,Request for Proposals,Open Competition,RFP for Treasury Management System,,20220401,20220506,20221003,,Sole Agency,No,,"Project Context: The mandate for Kainga Ora treasury operations has expanded with capital market debt issuance currently at $6.5 billion. Growth in the level of market debt issuance brings complexity both from a Treasury Management System (TMS) and an operational perspective. Currently Kainga Ora uses an on premise TMS and manual processes to manage its treasury operations, which means that there is no one source of truth, with core functionality for cash management, hedge accounting, financial reporting, analytics and risk compliance maintained in multiple repositories. As treasury operations scale up for projected growth, the TMS must have sufficient capacity and rigour to accommodate both current and future requirements. To resolve these current requirements and to realise Kainga Ora's ambitions of enabling a 'one source of truth' platform that will allow comprehensive management of treasury operations and ensure that Kainga Ora has the capability to meet new and increasing technical requirements, we need to improve the systems we rely on. Equally, flexible digital systems with more capacity are required to respond quickly and effectively to demand. Therefore, Kainga Ora is seeking to select and implement a TMS that captures and manages financial information for the treasury operations areas of Markets, Risk and Settlements, and is hosted either by the Respondent or a Third Party Hosting Service. Kainga Ora is seeking a long-term partnership with the selected Respondent that will allow Kainga Ora to focus on its core business and have access to expertise that can support the TMS and future growth aspirations of treasury operations. It is required that Kainga Ora will have a fully tested and operational TMS commissioned by no later than March 2023. Time is therefore of the essence. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1014346. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363",Awarded,"Term of the Contract/s: 5 years + 5 years Type of Procurement process used: Open RFP",2000000,20250410 K?inga Ora Homes and Communities,25740204,Request for Proposals,Open Competition,"RFP for Supply and Install Curtains & Blinds for 139 Greys Ave, Auckland",,20220429,20220527,20220707,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the contract opportunity to Supply and Install Curtains and Blinds at 139 Grey's Ave, Auckland. What we are buying and why: This RFP relates to the supply and installation of curtains and blinds as part of the client supplied FF&E to Kainga Ora's 139 Grey's Ave Development. The key outcomes that we want to achieve are to select one supplier for the delivery of good public value, and on-time supply and installation of fit-for-purpose products. Contract term: We anticipate that the Contract will commence early 2023 with delivery between early January and end of February 2023 and will extend to include the product warranty periods. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1017134 All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,Term: 9th January to 28th February 2023,0,20250410 K?inga Ora Homes and Communities,25887040,Request for Proposals,Open Competition,RFP National Supply of Joinery to support the Retrofit Programme,,20220601,20220630,20230301,,Sole Agency,No,,"Context: a. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the national supply of joinery to support Kainga Ora's Retrofit Programme. b. This RFP is a single-step procurement process. Retrofit Programme Overview: The objective of the Retrofit Programme is to support the wellbeing of our customers by upgrading and refurbishing their homes to a modern standard. Additionally the programme aims to extend the life of our older state housing portfolio by addressing defects and carrying out maintenance works essentially re setting the life of the property. The end result must provide improved utility and comfort for our customers, improved value for Kainga Ora and the building must be robust and easy to maintain. For further information of the difference that the Retrofit Programme is making to our customers, please visit click here RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1020828. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,"Brief Description: National Supply of Window Joinery for the Retrofit programme Contract Term: 3 years and 4 months from the Commencement Date Procurement Process: Open Tender",45000000,20250410 K?inga Ora Homes and Communities,26043247,Award Notice,Open Competition,Plasterboard,,20220701,20220701,20220701,,Sole Agency,No,,Direct negotiation with Bunnings for proroc plasterboard for the Kainga Ora retrofit programme.,Awarded,,2600000,20250410 K?inga Ora Homes and Communities,26107634,Request for Proposals,Open Competition,RFP - Project works Retrofit programme FY23 East North Island (Hawkes Bay),,20220729,20220908,20230329,,Sole Agency,No,,"Background Kainga Ora Homes and Communities has a core mission to provide warm, safe and dry homes to our tenants, our customers. Much of our state housing was built over 40 years ago, when standards were different to what they are today, and there is a need to upgrade and refurbish some of this older, existing state housing to meet current standards. Also, due to the age of our state housing, many of these houses have build components that are at or reaching the end of their useful life. The primary objective of the Retrofit programme is to modernise the existing state housing portfolio. By upgrading and refurbishing these homes to a modern standard, Kainga Ora will be able to better support the wellbeing of its customers. This work will also extend the life of our older state housing and ensure that these houses can continue to provide good quality, warm, safe and dry homes for New Zealanders into the future. Scope In summary the scope includes: . Thermal upgrade, including insulation and replacement external windows/doors; . Replacement kitchens and bathrooms; . Creating open plan living areas; and . Incorporating accessibility features. Other key components will also be upgraded on a property-by-property basis depending on their condition, for example re-roofing, replacement external cladding. Timeframes The Retrofit FY23 programme is based on three links of four-months, with each four-month period representing the time between a tenant moving out of a property and then back into it following refurbishment. For planning and capacity purposes, the estimated time for carrying out the project works is 50-70 working days per property, noting actual timeframes may vary depending on the type of property, final scope of work and the availability of materials. Programme capacity To manage potential capacity risks, Kainga Ora may engage more than one supplier per region. Other suitable Respondents may be kept on a reserve list to provide future additional capacity if required. Numbers of properties The numbers of properties for this RFP are as follows. Please note, these numbers are indicative and may change. Area x Indicative number of properties Hawkes Bay x 30 Please use reference KOHC-1027247 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com.",Awarded,"The successful suppliers name and address ALEXANDER BUILDING SOLUTIONS LIMITED A description of the goods, service and works Project works for Retrofit contract works The date the contract/s was awarded 21 April 2023 The term of the contract Initial term 6 months with 3 x 1 years right of renewal The expected spend under the contract or the highest and lowest offers we evaluated to award the contract $1,122,000 (estimate) The type of procurement process used open market RFP If we claimed an exemption form open advertising (Rule15), the circumstances that justify the exemption None A New Zealand Business Number (NZBN) where available 9429041284599 The successful suppliers name and address JENNIAN HOMES RESIDENTIAL (NZ) LIMITED A description of the goods, service and works Project works for Retrofit contract works The date the contract/s was awarded 29 March 2023 The term of the contract Initial term 6 months with 3 x 1 years right of renewal The expected spend under the contract or the highest and lowest offers we evaluated to award the contract $1,402,500 (estimate) The type of procurement process used open market RFP If we claimed an exemption form open advertising (Rule15), the circumstances that justify the exemption None A New Zealand Business Number (NZBN) where available 9429033212982 The successful suppliers name and address PCS PROJECTS LIMITED A description of the goods, service and works Project works for Retrofit contract works The date the contract/s was awarded 2 May 2023 The term of the contract Initial term 6 months with 3 x 1 years right of renewal The expected spend under the contract or the highest and lowest offers we evaluated to award the contract $1,402,500 (estimate) The type of procurement process used open market RFP If we claimed an exemption form open advertising (Rule15), the circumstances that justify the exemption None A New Zealand Business Number (NZBN) where available 9429041934661",1402500,20250410 K?inga Ora Homes and Communities,26108128,Request for Proposals,Open Competition,"RFP Project works Retrofit Programme FY23 Upper North Island (Northland, Auckland, Waikato)",,20220729,20220908,20230309,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a Proposal for the project works for the Retrofit FY23 Upper North Island (Northland, Auckland, Waikato). Principal's Requirements The Principal's Requirements are set out in Appendix A. Numbers of properties The numbers of properties for this RFP are as follows. Please note, these numbers are indicative and may change. Area Indicative number of properties Northland 10 to 15 (potentially) Waikato 20 Auckland 2 Kainga Ora codes and policies Appendix F provides copies of Kainga Ora codes and policies relevant to this RFP. Additional information to inform Proposal Appendix I Material to Inform the Respondent's Proposal provides additional information which the Respondent is to take into account when preparing their Proposal. Scope In summary the scope includes: . Thermal upgrade, including insulation and replacement external windows/doors; . Replacement kitchens and bathrooms; . Creating open plan living areas; and . Incorporating accessibility features. Other key components will also be upgraded on a property by property basis depending on their condition, for example re-roofing, replacement external cladding. Please use reference KOHC-1027252 to download tender documentation pack free of charge at https://www.tenderlink.com/kaingaora/. All technical questions may please be addressed to Tenderlink Support 0800 698-363 or support@tenderlink.com.",Awarded,"The successful suppliers name and address GEDDES BUILDERS LIMITED A description of the goods, service and works Project works for Retrofit contract works The date the contract/s was awarded 9 March 2023 The term of the contract Initial term 6 months with 3 x 1 years right of renewal The expected spend under the contract or the highest and lowest offers we evaluated to award the contract $1,402,500 (estimate) The type of procurement process used open market RFP If we claimed an exemption form open advertising (Rule15), the circumstances that justify the exemption None A New Zealand Business Number (NZBN) where available 9429036325955 The successful suppliers name and address JENNIAN HOMES RESIDENTIAL (NZ) LIMITED A description of the goods, service and works Project works for Retrofit contract works The date the contract/s was awarded 9 March 2023 The term of the contract Initial term 6 months with 3 x 1 years right of renewal The expected spend under the contract or the highest and lowest offers we evaluated to award the contract $1,402,500 (estimate) The type of procurement process used open market RFP If we claimed an exemption form open advertising (Rule15), the circumstances that justify the exemption None A New Zealand Business Number (NZBN) where available 9429033212982",1402500,20250410 K?inga Ora Homes and Communities,26477147,Request for Proposals,Open Competition,"RFP 32 and 34 Brentwood Avenue, Palmerston North, Contractor",,20221014,20221116,20230403,,Sole Agency,No,,"Kainga Ora requires a capable, experienced head contractor for the Complex Remediation Programme (CRP) project at 32 and 34 Brentwood Avenue, Palmerston North. Built circa 1965, the site comprises two 12-unit starblocks. The remediation work is expected to reset the lifecycle of these buildings for a further 50 years. Scope includes: Address roofing weather tightness issues, rectify external building defects, upgrade services, replace existing joinery, internal refurbishments, upgrade fire compliance and security, make good of external grounds. Both blocks will be available to be worked on at the same time, but the priority is to complete one block by end June 2023. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1037239. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,"Head contractor for 32 and 34 Brentwood Avenue, Palmerston North The term of the contract - Until project completion The type of procurement process used - Open market RFP",8500000,20250410 K?inga Ora Homes and Communities,26563006,Request for Proposals,Open Competition,"RFP Project Works Retrofit Programme FY23 Blackwood Street, Nelson",,20221101,20221128,20230215,,Sole Agency,No,,"As part of its FY23 Retrofit programme, Kainga Ora requires a capable, experienced head contractor to deliver remediation services for 14 properties at Blackwood Street, Nelson. The scope includes: Thermal upgrade, including insulation and replacement external windows/doors; Replacement kitchens and bathrooms; Creating open plan living areas; and Incorporating accessibility features. Completion date for this project is 23 June 2023. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1039523. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,"Term of the contract - Until project completion. Type of procurement process used - Open market ROI followed by closed RFP.",2798114,20250410 K?inga Ora Homes and Communities,26648878,Request for Proposals,Open Competition,RFP - HNZ Regional Development Panel (excluding Auckland and Christchurch),,20221118,20230630,20230630,,Sole Agency,No,,"1 INTRODUCTION Housing New Zealand (the Principal) is a Crown agency that manages state housing on behalf of the New Zealand government. Its role is to provide healthy, comfortable and fit-for-purpose housing for people in need, for the duration of their need. Housing New Zealand focuses on the efficient and effective management of state houses and the tenancies of those living in them. Housing New Zealand owns or manages approximately 64,000 properties nationwide, including about 1,500 houses for community groups providing residential services. More than 184,000 people live in Housing New Zealand properties. Further information on Housing New Zealand can be accessed at: www.hnzc.co.nz/about us. 2 REQUEST FOR PROPOSAL AND CONTRACT TYPES The Principal issued an open Panel RFP inviting Respondents to become Panel Members on the HNZ Regional Development Panel. Construct Only 3910 based contract which entails: Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; Respondent to undertake Construction. Design and Build contract which entails: Resource Consent(s) already/to be provided by the Principal; Respondent to secure Building Consent(s) and undertake construction; 3 ALLOCATION OF CONTRACTS TO PANEL MEMBERS Contracts for specific Projects will be allocated to Panel Members by a Project Works RFP (Panel), which for specific projects will involve either a competitive closed Project Works RFP (Panel) process with selected Panel Members or the selection of a single Panel Member with which the Principal will negotiate. 4 ADDITIONAL INFORMATION TO INFORM PROPOSAL Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. RFP documents can be downloaded free of charge from https://www.tenderlink.com/kaingaora/. Tender Reference: HNZC-827333 If you have any issues please contact Tenderlink on 0800 698 363",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,26984580,Request for Proposals,Closed Competition,"RFP Construct Only at Gem St 25-31, Pukehangi, Rotorua",,20230222,20230322,20230818,,Sole Agency,No,,"Introduction Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Panel The Principal issued an open Panel (Refresh) RFP inviting Developers to become Panel Members on the Regional Development Panel Project and Contract Works The development, including the construction of 10 new dwellings at Gem St 25-31, Pukehangi, Rotorua. The Contract Works, as described fully in Appendix B, require delivery of: Number of Dwellings and Description of Dwelling Type: 8 x 3 bed duplex homes 1 x 3 bed standalone home 1 x 4 bed standalone home Principals Requirements The Principals Requirements for this Project are set out in Appendix A. Contract Type The applicable contract type for this RFP is: Construct Only 3910 based contract which entails: Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; Respondent to undertake Construction. 6 Homestar The Respondent must consider, and allow for, the material provided in Appendix J: Kainga Ora QA and 6 Homestar Material. This includes Kainga Oras requirements and expectations with regards to 6 Homestar. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I.",Awarded,"Term of the Contract/s: Duration of 11 months. Type of Procurement Process Used: Closed RFP Direct Source",5000000,20250410 K?inga Ora Homes and Communities,27068744,Request for Proposals,Open Competition,RFP Counties Manukau Solar Project,,20230310,20230412,20230622,,Sole Agency,No,,"This Request for Proposal (RFP) is seeking a Contractor to deliver solar energy systems for the Counties Manukau Solar Project (Project). The scope of this Project is to install photovoltaic panels on up to 100 Kainga Ora homes, throughout the Counties Manukau region of Auckland. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1052638. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Awarded,"Tender Name: Counties Manukau Solar Energy Trial Reference: KOHC-1052638 Open Date:13th March 2023 Close Date:12th April 2023 Tender Awarded To:Trilect Services limited Tender Award Range: $1M - $2.5M",0,20250410 K?inga Ora Homes and Communities,27217787,Request for Proposals,Open Competition,Hamilton Solar Project RFP,,20230406,20230512,20230701,,Sole Agency,No,,"This Request for Proposal (RFP) is seeking a Contractor to deliver solar energy systems for the Counties Manukau Solar Project (Project). The scope of this Project is to install photovoltaic panels on up to 100 Kainga Ora homes in the Hamilton Region. RFP documents can be downloaded free of charge from www.tenderlink.com/kaingaora/. Tender reference KOHC-1055649. All submissions and queries must be made via Tenderlink. If you have any issues with Tenderlink, please contact Tenderlink on 0800 698 363.",Not Awarded,Type of Procurement Process used: Open market RFP,0,20250410 K?inga Ora Homes and Communities,27456000,Request for Proposals,Closed Competition,Managed SOC / SIEM Service,,20230526,20230630,20231213,,Sole Agency,No,,"Kainga Ora is seeking proposals from Managed Security Service Providers to provide a comprehensive Security Operations Centre (SOC) solution, inclusive of Security Incident Event Monitoring (SIEM) via Microsoft Sentinel. The goal is to effectively identify, manage/triage and mitigate security incidents and events through a 24/7/365 operational capacity. This opportunity represents a chance to provide a Government Agency with access to critical shared threat intelligence and suitably qualified cyber professionals, expanding security incident monitoring capacity to a 24/7/365 model and significantly reducing the risk and cost of establishing an internal capability. Our aim is to find a Provider that covers the following aspects: Comprehensive security management Proactive threat monitoring/triage/alerting/escalation Regular trend reports Security compliant (the systems security must be assessed (C&A) and deemed compliant with Kainga Oras Cyber and digital security policies) Proven 24/7 operation Sentinel setup support / Sentinel cost optimisation On-boarding of new data sources as appropriate Custom parsing as required On-going fine-tuning of alarms, correlation rules, reporting Playbook development expertise Portal-accessible log visibility User view authorisation Value-add (recommendations/enhancements based on real experiences that would be relevant to Kainga Ora etc.). Background The objective of this initiative is to ensure round-the-clock, accurate and efficient identification and management (triage) of relevant security incidents and events. It's an opportunity for providers to leverage their expertise and awareness of the current global cyber threat landscape, as well as their access to critical threat intelligence data to broaden Kainga Oras security incident and event monitoring and management capabilities.",Awarded,"Description of Services: CyberCX will manage a SIEM and SOC capability to provide monitoring, alerting, and reporting services for cyber security processes and events on behalf of Kainga Ora. Contract Award Date: 13 December 2023 Contract Term: Three (3) years Renewal Options: Two provisions of 1-year each. Procurement process: Closed-Competitive RFx ID 27456000",1133580,20250410 K?inga Ora Homes and Communities,27588685,Award Notice,Open Competition,Winter Energy Study,,20230403,20230428,20230501,,Sole Agency,No,,"We've started a new study with Mercury, to understand the most effective way that capped electricity bills might encourage improved winter heating behaviour among our customers. The aim is to encourage customers to use as much electricity as they need to be warm and healthy through winter without worrying about the cost. This mahi is a part of our vision of building better brighter homes, communities and lives, and strategic outcomes to deliver thriving communities, housing access, customer wellbeing, Maori aspirations, environmental wellbeing, and system transformation. The study involves a number of joint Kainga Ora and Mercury/GLOBUG customers. The study will began in May 2023 and will run for two winters (ending October 2024). Households taking part in the study are located in Auckland and Christchurch to help us understand conditions in regions with diverse climates. ???????Each household has been given one of three electricity Caps, based on their average consumption, and Kainga Ora will subsidise anything spent above the Cap. The project will gather data on how much energy our customers use, and we will survey them throughout the duration of the study to inform our research. Tangible health-related improvements are also a focus, and we will be looking at the links between changes in electricity usage and outcomes such as hospitalisations, emergency benefit dependency and school attendance during the two-year period. Some participants will already have internal environment sensors installed in their homes as well, these sensors measure temperature and humidity, and this data will also be included in the study results.",Awarded,Direct source - exemption under rule 14.9.e (prototype),1060000,20250410 K?inga Ora Homes and Communities,27589334,Request for Proposals,Closed Competition,Catalina Bay Promenade - Civil Design Engineering Services,,20230626,20230713,20230908,,Sole Agency,No,,"The Catalina Bay Promenade project involves the creation of supporting drainage and service infrastructure including new hardstands. Once complete this project will enable the subdivision of the existing land parcel into smaller lots for public and private spaces. The public spaces will consist of roads and esplanade area. These will be vested to Auckland City Council. The private spaces include areas that are earmarked for future building development. Design and construction of this project was originally included in the Piritahi Alliance overall work scope known as TOC14.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27590173,Request for Proposals,Open Competition,Residential Leasing Agent Greys Ave,,20230622,20230724,20240131,,Sole Agency,No,,"Kainga Ora requires a leasing agent to market and find rental applicants to live in the 76 non-public housing apartments at Waitapu, Te Matawai, 139 Greys Avenue in central Auckland.?? As the agent we would expect that you: Support development of a marketing strategy? Implement the marketing strategy?? Find and shortlist prospective tenants and?? Assist in selection of the initial non-public tenants. *Most Important* All potential Respondents are required to attend the RFP Briefing and Site Tour. A maximum of two representatives from each Respondent may attend the Briefing and Site Tour. Please email procurement@kaingaora.govt.nz (with Residential Leasing Agent RFP in the subject line) the names of people who will attend on behalf of your organisation by noon 28 June 2023. We would like the apartments filled as quickly as possible to create the community environment envisaged at Te?Matawai.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27654433,Request for Proposals,Closed Competition,"RFP for Construction Works at 84 Creek Road and 7-9 Tucker Street, Ashburton",,20230704,20230801,20240126,,Sole Agency,No,,"Project and Contract Works The development, including the construction of the following at the below addresses. 84 Creek Road, Ashburton Lot 1 DP 13842 | CB10F/1364 | 883m? 7 Tucker Street, Ashburton Lot 18 DP 17799 | CB9K/794 | 1,169m? 9 Tucker Street, Ashburton Lot 17 DP 17799 | CB9K/793 | 1,085m? The Contract Works, as described fully in Appendix B, require delivery of: 84 Creek Road 3 1-bedroom house 7-9 Tucker Street 3 2-bedroom house 2 3-bedroom house 1 4-bedroom house Principals Requirements The Principals Requirements for this Project are set out in Appendix A. Contract Type The applicable contract type for this RFP is: Construct Only 3910 based contract which entails: ? Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; ? Respondent to undertake Construction. Each project will be contracted separately. The intention is to award both contracts to one tenderer however we reserve the right to award separately if deemed appropriate. 6 Homestar The Respondent must consider, and allow for, the material provided in Appendix J: Kainga Ora QA and 6 Homestar Material. This includes Kainga Oras requirements and expectations with regards to 6 Homestar. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I linked here: https://kaingaora-my.sharepoint.com/:u:/g/personal/hannah_howarth_kaingaora_govt_nz/EQcbESi4W_ZOiPiP8YhYlOcBc3DB0vu9ofxDf1ZWDtnVCw?e=a2ebDa. Please note that we have recently moved to issuing tenders through GETS rather than Tenderlink so any references in the RFP documents to Tenderlink are to be ignored. SoPs to be issued as an NTR.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27661428,Request for Proposals,Closed Competition,"RFP for Construction Works at 3 Holcombe Place and 124-126 Studholme Street, Christchurch",,20230705,20230802,20230928,,Sole Agency,No,,"The Principal issued an open Panel RFP inviting Developers to become Panel Members on the 100% Kainga Ora Redevelopment Panel (Christchurch). This is a secondary competitive procurement with members from this panel. Project and Contract Works The development, including the construction of the below at the following address: 3 Holcombe Place Lot 13 DP 15086 | CB4C/843 | 680m? 124-126 Studholme Street Lot 15 DP 15086 | CB4C/845 | 1,060m? The Contract Works, as described fully in Appendix B, require delivery of: 4 2-bedroom 2 3-bedroom Principals Requirements The Principals Requirements for this Project are set out in Appendix A. Contract Type The applicable contract type for this RFP is: Construct Only 3910 Fixed Price Lump Sum based contract which entails: ? Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; ? Respondent to undertake Construction. Bonds and Retentions Kainga Ora standard approach is that the Preferred Contractor is required to provide 2 x 2.5% bonds determined by the contract price as per the 3910 form of contract in Appendix E. Retentions are required as per the 3910 form of contract in Appendix E. 6 Homestar The Respondent must consider, and allow for, the material provided in Appendix J: Kainga Ora QA and 6 Homestar Material. This includes Kainga Oras requirements and expectations with regards to 6 Homestar. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Consent information contained within Appendix is located within Objective Connect",Awarded,,0,20250410 K?inga Ora Homes and Communities,27665246,Request for Proposals,Open Competition,Wellington Energy Sharing Pilot,,20230705,20230809,20240403,,Sole Agency,No,,"Kainga Ora is seeking to contract with a retailer to monetise the surplus electricity generated from Kainga Ora owned PV systems in the Wellington region. This retailer will work with the pilot team to implement and run a mechanism by which the benefit of the surplus electricity can be shared with other Kainga Ora customers. Our requirements are: 1) A Minimal Viable Product (MVP) pilot solution to accumulate the value of theexported electricity; 2) Working with the Kainga Ora project team and key partners (Wellington Electricity, Intellihub, Ara Ake and the Electricity Authority) to implement the pilot solution; and 3) Monitoring and reporting over the contract period. Note that with our MVP pilot solution the retailer will not provide electricity to Kainga Ora customers.",Not Awarded,Award was provided to Pau to the People who submitted directly.,0,20250410 K?inga Ora Homes and Communities,27667468,Request for Proposals,Closed Competition,"RFP for Construction Works at 8 Tyler Street, Rangiora",,20230712,20230816,20231002,,Sole Agency,No,,"The Principal issued an open Panel RFP inviting Developers to become Panel Members on the Regional Development Panel. This is a secondary competitive process with members from that panel. Project and Contract Works The development, including the construction of the below at: 8 Tyler Street Lot 39 DP 16524 | CB5B/876 | 744m? The Contract Works, as described fully in Appendix B, require delivery of: 3 1-bedroom unit Principals Requirements The Principals Requirements for this Project are set out in Appendix A. Contract Type The applicable contract type for this RFP is: Construct Only 3910 Fixed Price Lump Sum based contract which entails: ? Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; ? Respondent to undertake Construction. Bonds and Retentions Kainga Ora standard approach is that the Preferred Contractor is required to provide 2 x 2.5% bonds determined by the contract price as per the 3910 form of contract in Appendix E. Retentions are required as per the 3910 form of contract in Appendix E. 6 Homestar The Respondent must consider, and allow for, the material provided in Appendix J: Kainga Ora QA and 6 Homestar Material. This includes Kainga Oras requirements and expectations with regards to 6 Homestar. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. Appendix I - Resource Consent and Building Consent documents will be issued via Objective Connect links.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27675881,Request for Proposals,Closed Competition,"RFP for Harper St 89 & Puriri St 113 & 115, Gonville, Whanganui",,20230710,20230814,20230927,,Sole Agency,No,,"RFP for the placement of 3 Weltec Units, inclusive of transport, placement, connections and handover Please note - due to a size limit allowance - all zip folders will be sent in an Objective Connect folder via email: Appendix A - Part B - Product Schedules and Specifications Appendix A - Part C - RC Approved Documents Appendix A - Part D - EPA Approved Documents Appendix I - BC Lodged Documents Appendix I - RC Lodged Documents Appendix I - Reports Appendix J - Quality Assurance and Homestar Material - construct only",Awarded,,0,20250410 K?inga Ora Homes and Communities,27695529,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 40-42 De Merle Street, Kaikohe",AR105311,20230711,20230721,20231101,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 40-42 De Merle Street, Kaikohe: 2 x 3 bedroom houses (infills) A number of appendices are too large to attach in GETS. All RFP documents and appendices will be sent via Objective Connect link via email directly to the invited respondent.",Awarded,,1216801,20250410 K?inga Ora Homes and Communities,27702558,Request for Proposals,Closed Competition,RFP - Design & Build - 107 Nile Street Nelson,,20230712,20230810,20240410,,Sole Agency,No,,"The Principal issued an open Panel (Refresh) RFP inviting Developers to become Panel Members on National Offsite Manufacturing panel. Project and Contract Works The development, including the design and construction of 16 units at: Address Legal Description 107 Nile Street, Nelson Lot 1 DP 16015 The Contract Works, as described fully in Appendix B, require delivery of: Number of Dwellings Description of Dwelling Type 10 units 2 level Duplex, 3 bedroom units 6 units 2 level, terrace 2 bedroom units",Not Awarded,"We closed Nile out at the end of last year and did not award the contract. The provision was that we would retender it this year on better documentation. This has been done - GETS reference 28947360. You can close it out with a 'not awarded' notification.",0,20250410 K?inga Ora Homes and Communities,27727788,Request for Proposals,Closed Competition,RFP - Retrofit Programme FY24 - Lead Design - Auckland,,20230720,20230816,20230920,,Sole Agency,No,,"This RFP is seeking Lead Designers to help us with Retrofit. The reason for this programme is because many of our state housing was built over 40 years ago, when standards were different to what they are today. The Retrofit Programme is to satisfy the need to upgrade and refurbish these older, existing state homes to meet the standards available in the newly build properties. The Scope of Works are the works completed on each individual property, this includes: Thermal upgrade, including insulation, heating, and replacement external windows/doors. Modernizing the interior, including replacement kitchens and bathrooms and an internal redecoration. In some cases, re-planning the interior spaces, including creating open plan living areas Incorporating accessibility features to make the homes easier to live in for more people Where required conducting repairs and / or replacements of building components including roofing",Awarded,,0,20250410 K?inga Ora Homes and Communities,27741865,Request for Proposals,Closed Competition,"Ruapehu St 52, Paraparaumu",,20230720,20230815,20231116,,Sole Agency,No,,"Construction Only of 2 units at 52 Ruapehu Street, Paraparaumu consisting of 1x2 bedroom house and 1x3+1 bedroom house. Please note - due to a size limit allowance - all zip folders will be sent in an Objective Connect folder via email: Appendix A - Part C - Resource Consent Approved Appendix I - BC Lodged Documents Appendix I - Resource Consent Lodged Appendix J - Quality Assurance and Homestar Material - Construction Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,27762591,Request for Proposals,Closed Competition,RFP National Site Clearance Panel Relocation sub-category,,20230731,20240530,20240530,,Sole Agency,No,,"Background Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined up approach to supporting the Government's priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Government's priorities of ending homelessness and making homes in New Zealand more affordable Further information on Kainga Ora can be accessed at www.kaingaora.govt.nz. Introduction Kainga Ora is looking at adding members to a panel of pre qualified suppliers to provide Relocation Services throughout New Zealand. Relocation Services are defined as the actions necessary to clear existing houses from site owned by Kainga Ora for redevelopment purposes. What we are looking for Kainga Ora Homes and Communities Kainga Ora, The Principal, The Buyer is seeking to engage suitably qualified, experienced and resourced contractors who can undertake Relocation Services. We are seeking proposals from suppliers who have the experience, capability, capacity, appropriate health and safety procedures and financial capacity to become panel members of Kainga Ora National Site Clearance Panel Subcategory Relocation Services where secondary procurements activities will be undertaken.",Awarded,"Andrews Housemovers Limited BCG Civil Limited Trading as Maxion Civil Britton Housemovers Limited EasyMoves Limited Greig Runnings House Relocators Limited Haines House Haulage Company Limited Houses on the Move Limited King House Removals Southland Limited Laing Properties Limited RDL Group Limited TRBR Limited t/a Total Repile",0,20250410 K?inga Ora Homes and Communities,27763431,Request for Proposals,Closed Competition,"RFP for Architectural Services at 281 Riccarton Road, Christchurch",,20230725,20230809,20230914,,Sole Agency,No,,"ARCHITECTURAL SERVICES Request for Proposal SITE: 281 Riccarton Road, Riccarton, Christchurch PROJECT DESCRIPTION 281 Riccarton Road consists of 36 units + 1 Community Room. The proposed number of bedrooms is 90 (25x2Bed, 8x3Bed and 4x4Bed). 20x2Bed units (typology 3 storey apartment), 4x2Bed units (typology 2 storey apartment), 8x3Bed (typology 2 storey apartment), 2x4Bed Duplex units and 2x4Bed HSM(4 attached units) and 1 Community Room approx 91m2. Allow a 60% standard plans and 40% bespoke typologies split. Allow for 10 ground floor Full Universal Design apartments no Accessible Units. Allow for 1 outdoor playground for small and older children. Please allow to design 3 options, Option 1 is below + 2 more configurations. A Traffic Planner will be appointed by Kainga Ora to assist you with carparking layout options. The proposed tenant demographic is to make this into a family friendly community environment. The area is well services by local school, transport and amenities. The project budget for Construction is $17.5M Appendix I - Design Guidelines can be found here: https://kaingaora.govt.nz/publications/build-partner-publications/design-guidelines/",Awarded,,0,20250410 K?inga Ora Homes and Communities,27764911,Request for Proposals,Closed Competition,"RFP for Civil, Mechanical and Structural Engineering Services at 281 Riccarton Road, Christchurch",,20230725,20230810,20231019,,Sole Agency,No,,"STRUCTURAL AND CIVIL SERVICES Request for Proposal SITE: 281 Riccarton Road, Riccarton, Christchurch PROJECT DESCRIPTION 281 Riccarton Road consists of 36 units + 1 Community Room. The proposed number of bedrooms is 90 (25x2Bed, 8x3Bed and 4x4Bed). 20x2Bed units (typology 3 storey apartment), 4x2Bed units (typology 2 storey apartment), 8x3Bed (typology 2 storey apartment), 2x4Bed Duplex units and 2x4Bed HSM(4 attached units) and 1 Community Room approx 91m2. Allow a 60% standard plans and 40% bespoke typologies split. Allow for 10 ground floor Full Universal Design apartments no Accessible Units. Allow for 1 outdoor playground for small and older children. Please allow to design 3 plan layout options, Option 1 is below + 2 more configurations. A Traffic Planner will be appointed by Kainga Ora to assist with carparking layout options. The selected option will be decided on post Tag 3 meeting (approx 8 weeks in from project commencement). To assist the Architect with preparing the 3 layout options some preliminary Civil and Structural design advice will be required. The proposed tenant demographic is to make this into a family friendly community environment. The area is well services by local school, transport and amenities. The project budget for Construction is $17.5M Appendix I - Design Guidelines can be found here: https://kaingaora.govt.nz/publications/build-partner-publications/design-guidelines/",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,27765402,Request for Proposals,Closed Competition,"Scott Street 82-86, Browning Street 74 Cambridge (Civils)",,20230726,20230811,20240212,,Sole Agency,No,,"This is a civils only project for a site that will consist of 6 units - 4 X 3-bedroom stand-alone houses and 2 X 2 Bedroom stand-alone houses. For all consent documents and drawings, please refer to Objective Connect.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27772836,Request for Proposals,Closed Competition,"RFP for Construction Works at 131 Scott Street and 170 Scott Street, Blenheim",,20230726,20230817,20231120,,Sole Agency,No,,"Project and Contract Works The development, including the construction of the below at: 131 Scott Street, Blenheim Lot 6 DP 311009 | 43230 | 520m? 170 Scott Street, Blenheim Lot 23 DP 1815 | MB6A/105 | 772m? The Contract Works, as described fully in Appendix B, require delivery of: 131 Scott Street 2 1-bedroom (one-storey FUD) 170 Scott Street 3 1-bedroom (one-storey FUD) Principals Requirements The Principals Requirements for this Project are set out in Appendix A. Contract Type The applicable contract type for this RFP is: Construct Only 3910 Fixed Price Lump Sum based contract* which entails: ? Resource Consent(s) and Building Consent(s) already secured or to be secured by the Principal; ? Respondent to undertake Construction. *Please note that each project will be contracted separately. Bonds and Retentions Kainga Ora standard approach is that the Preferred Contractor is required to provide 2 x 2.5% bonds determined by the contract price as per the 3910 form of contract in Appendix E. Retentions are required as per the 3910 form of contract in Appendix E. 6 Homestar The Respondent must consider, and allow for, the material provided in Appendix J: Kainga Ora QA and 6 Homestar Material. This includes Kainga Oras requirements and expectations with regards to 6 Homestar. Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I. This will be issued via a separate Objective Connect link.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27773098,Request for Proposals,Closed Competition,"RFP: Construct Only - 6 Tranmere Road & 18 Haultain Street, Fairfield, Hamilton.",,20230726,20230822,20231012,,Sole Agency,No,,"The development, including the construction of 6 units: 1 x 2bd house, 4 x 3bd duplex double-storey terrace apartments & 1 x 4bd house at: 6 Tranmere Rd & 18 Haultain St, Fairfield, Hamilton. Please Note: The Consent drawing will be issued by Objective Connect and a link will be emailed to you directly.",Awarded,,3447716,20250410 K?inga Ora Homes and Communities,27774104,Request for Proposals,Closed Competition,18 - 22 Triton (Civils Only),,20230727,20230814,20240112,,Sole Agency,No,,"Civils only project for 18 units, consisting of 4 X 3-Level Centre Stair Walk-Up (18 X 2-bed; 6 X 1-bed) Please refer to Objective Connect for all consent and drawing documents",Awarded,,0,20250410 K?inga Ora Homes and Communities,27775147,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 84-86a Pukepoto Rd and 10 Tangonge Crescent, Kaitaia",AR104839,20230727,20230912,20240112,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 84-86a Pukepoto Rd and 10 Tangonge Cres, Kaitaia: 10 x 1 bedroom duplex units and 1 x 1 bedroom standalone house. Important Note: A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Not Awarded,The project is over budget in its current state.,0,20250410 K?inga Ora Homes and Communities,27779472,Request for Proposals,Closed Competition,15 Kingsway Ave (Civils Only),,20230727,20230814,20240423,,Sole Agency,No,,"This is a Civils only project for 1 X 3-level centre stair walk-up, consisting of 6 X 2-bedroom units",Awarded,,0,20250410 K?inga Ora Homes and Communities,27783180,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 116-118 Hukanui Road, Chartwell, Hamilton",AR109346,20230727,20230824,20231031,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 116-118 Hukanui Rd, Chartwell, Hamilton: 6 x 1 bed three-level walk-up units and 4 x 2 bed terrace units. Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 2 August 2023 at 1600 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27787919,Request for Proposals,Closed Competition,"Redevelopment at Redmond St 9B, 11 & 15, Judea, Tauranga",,20230728,20230831,20231102,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable Due to file size restrictions, Plans and Drawings are being sent separately through Objective Connect: Approved RC documentation Building Consent Lodged documentation Additional Documents",Awarded,,3649778,20250410 K?inga Ora Homes and Communities,27799059,Request for Proposals,Closed Competition,"RFP - Construct Only - Rawlings Street 4-10 & Pine Avenue 44-46, Bader, Hamilton",,20230731,20230816,20230918,,Sole Agency,No,,"The development, including the construction of 13 units: 2 x 2 bed Duplex, 4 x 3+1 duplex, 3 x 3+1 Standalone, 2 x 4 bed Standalone & 2 x 4+1 Duplex at: Rawlings St 4-10 & Pine Ave 44-46, Bader, Hamilton. Please note that lodged Building Consent drawings for all 13 x units have already been provided, and are to be used in conjunction with your response to this RFP.",Awarded,,6953548,20250410 K?inga Ora Homes and Communities,27808042,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 74 St John Street, Opotiki",AR107403,20230801,20231002,20231121,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 74 St John Street, Opotiki: - 1 x 4 bed double storey standalone house and 2 x 3+1 bed double storey accessible house. Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 4 August 2023 at 2400 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,2000000,20250410 K?inga Ora Homes and Communities,27831914,Request for Proposals,Open Competition,Retrofit Programme FY24 - Build Partner - Christchurch,27828543,20230804,20230901,20240508,,Sole Agency,No,,Retrofit Programme for FY24 in the Christchurch Region.,Not Awarded,No executed contract could be sourced,0,20250410 K?inga Ora Homes and Communities,27843511,Request for Proposals,Closed Competition,600 Mt Albert Road and 95-97 Buckley Road,,20230808,20230818,20231212,,Sole Agency,No,,"The required works involves a Design and Build project, including site and civil works with a yield of 10 units, consisting of; 2 X 3-bed terraced homes 2 X 2-bed terraced homes 6 X 2-bed 3-level walk ups",Awarded,,0,20250410 K?inga Ora Homes and Communities,27854693,Request for Proposals,Closed Competition,"Contract Works at 5 Hewer Crescent, Naenae, Lower Hutt",,20230809,20230911,20240219,,Sole Agency,No,,"Construction Only of 4 units at 5 Hewer Crescent, Lower Hutt, Wellington consisting of 2x2 bedroom as duplex, 1x4 bedroom house and 1x6 bedroom house. Please note - due to a size limit allowance - all zip folders will be sent in an Objective Connect folder via email: Appendix A - Part C - Resource Consent Approved Appendix I - BC Lodged Documents Appendix I - EPA Drawings Lodged Appendix J - Quality Assurance and Homestar Material - Construction Only",Not Awarded,please award to: Wolfbrook Residential Limited,0,20250410 K?inga Ora Homes and Communities,27860856,Request for Proposals,Closed Competition,Rotorua - Relational Contracting Pilot,,20230810,20230905,20230927,,Sole Agency,No,,"Kainga Ora is looking to transform the way we engage with the construction sector. We want to develop new partnerships with a building material supplier, and a number of build partners. This will be based on a new relational contract that we will co-design with the market. We will do this by developing a new connection with the building material supply sector, forming an innovative relationship whereby material supplier, builder and Kainga Ora work together to share risk and success together. We think that there is an opportunity to improve efficiency by partnering more closely with a materials supplier who can source and co-ordinate materials for the build partners managing our construction programme This opportunity is an invitation to submit your response to our preconditions before we move on to the next step of our process, if that is all in order we may invite you to participate in the next stage.",Awarded,"Date Awarded: 27 September 2023 Awarded to: - Hawkes Bay Construction - McDowell Builders t/a Kahikatea Construction - C3 Construction - Shaw Builders - Kotahi Construction",0,20250410 K?inga Ora Homes and Communities,27882929,Request for Proposals,Closed Competition,"Civils and Transport - 54 Bridge Street, Opotiki",,20230815,20230901,20231101,,Sole Agency,No,,"The development requires the Civil Works including the transportation of houses to site, at 54 Bridge Street, Opotiki. The Contract Works, as described fully in Appendix B and the Principals Requirements for this Project are set out in Appendix A. Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I.",Awarded,N/A,1299581,20250410 K?inga Ora Homes and Communities,27894896,Request for Proposals,Closed Competition,"Albert Street 47, Otahuhu Re-Roofing Project",,20230815,20230824,20240508,,Sole Agency,No,,,Not Awarded,One 1 response was received - no executed contract is on file.,0,20250410 K?inga Ora Homes and Communities,27910192,Request for Proposals,Closed Competition,47-47A Wairau Ave & 38 Riversdale Road,,20230818,20231006,20240704,,Sole Agency,No,,"Construct only project, consisting of 8 units - 2 X 4-bed units as a duplex & 6 X 2-bed units as a 3-level Walk Up",Awarded,,0,20250410 K?inga Ora Homes and Communities,27910917,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 58-60 King Street, Kensington, Whangarei",AR109210,20230817,20230908,20231130,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 58-60 King Street, Kensington, Whangarei: 6 x 2 bed terraced units. Important Note: - Some appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,2756291,20250410 K?inga Ora Homes and Communities,27918554,Request for Proposals,Closed Competition,"Quantity Surveying Services for Concord Place, Tamaki, Auckland.",TRC - Concord place,20230821,20230904,20231211,,Sole Agency,No,,"Kainga Ora are seeking to engage a suitably qualified and experienced Quantity Surveyor (QS) relating to of two stand-alone NZS3910 contracts for Concord Place. IMPROTANT NOTE: Appendix E Martial to inform is too large to upload to GETS. This file will be made available via an Objective Connect workspace. A link will be emailed to you shortly.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27927237,Request for Proposals,Closed Competition,"73, 73a, 73b, 75 Lambeth Road",,20230824,20231017,20240404,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 73, 73a, 73b, 75 Lambeth Road. For 12 Units (comprising 6 x 3-bedroom units within a 3-level walk-up & 6 x 2-bedroom units within a 3-level walk-up). Important Note: - Some appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27958011,Request for Proposals,Closed Competition,Contract Works - 3A-7 Balneavis Place & 79 Brabant Street (Buildsmart),,20230828,20230901,20241002,,Sole Agency,No,,"This is an OSM Design and Build development for 11 houses. Note that responsibility for the 223/224 certificate for all houses (incl. other companies houses) is required for this project. Important Note: - Appendix I - Materials to Inform is too large to attach in GETS. This file is made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Not Awarded,This project didnt meet our new financial metrics and will instead be considered for relocatable trade academy units.,0,20250410 K?inga Ora Homes and Communities,27964916,Request for Proposals,Closed Competition,Contract Works - Balneavis Place 3A-7 & Brabant Street 79 (Exeter),,20230828,20230901,20241002,,Sole Agency,No,,"This is an OSM Design and Build development for 6 houses. Important Note: - Appendix I - Materials to Inform is too large to attach in GETS. This file is made available via an Objective Connect workspace. A link has been emailed directly to you to access these files",Not Awarded,This project didnt meet our new financial metrics and will instead be considered for relocatable trade academy units.,0,20250410 K?inga Ora Homes and Communities,27979961,Request for Proposals,Closed Competition,"RFP for Oxford Tce 168 & 169 & Lincoln Ave & 62, Epuni, Lower Hutt",,20230830,20231003,20241202,,Sole Agency,No,,"RFP for the construction of 15 x 2 bed walk-up apartments. Please note - due to a size limit allowance - all zip folders will be sent in an Objective Connect folder via our Procurement email address. The following files will be sent: Appendix A - Part C - EPA Approved Documents Appendix A - Part D - RC Approved Documents_Oxford & Lincoln Appendix I - RC, BC, EPA Lodged Documents_Lincoln Appendix I - RC, BC, EPA Lodged Documents_Oxford Appendix J - Quality Assurance and Homestar Material - Construct Only",Not Awarded,Procurement cancelled,0,20250410 K?inga Ora Homes and Communities,27980373,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 22-24 Bateman Avenue, Christchurch",AR109190,20230829,20230922,20231120,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 22-24 Bateman Ave, Christchurch: 5 x 2 bedroom terraced units and 2 x 4 bedroom duplex units. Important Note: - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 1 September 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,27992260,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 31 Eden Crescent, Invercargill",AR102621,20230831,20230927,20231120,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 31 Eden Crescent, Invercargill: 3 x 2 bedroom standalone units. Important Note: - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 7 September 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,1570050,20250410 K?inga Ora Homes and Communities,28048082,Request for Proposals,Closed Competition,Kainga Ora ADMO(Architectural Design Management Office) -Design Library Programme,,20230907,20230929,20240717,,Sole Agency,No,,The target for delivering new homes in the coming years is increasing rapidly. To meet that demand Kainga Ora is looking to transition from the current delivery approach of limited use Standard Plans and Bespoke Design solutions to a Design Library Programme.,Not Awarded,No approved funding to proceed with the project.,0,20250410 K?inga Ora Homes and Communities,28052008,Request for Proposals,Closed Competition,"RFP for Lister Crescent 24-32, Maraenui, Napier AR108491",AR108491,20230907,20231003,20231129,,All of Government,No,,"RFP for the construction of: 2 4 + 1 bedroom, 2 storey units 176m2 1 4 bedroom, 2 storey unit 154m2 1 3 bedroom, 2 storey unit 135m2 12 2 bedroom, 2 storey units 100m2 Please note - due to a size limit allowance - all zip folders will be sent in an Objective Connect folder via our Procurement email address. The following files will be sent: Appendix A - Part D - RC Approved Documents Appendix I - RC, BC, EPA Lodged Documents - see Addenda EPA - Tender 24-32 Lister Cres combined document - 310003299-03-001-Combined.pdf Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,28056476,Request for Proposals,Closed Competition,RFP - Retrofit Programme Contract Works for 8 Summerville Avenue Kaitaia,,20230908,20230922,20240508,,Sole Agency,No,,,Not Awarded,No executed contract could be found,0,20250410 K?inga Ora Homes and Communities,28056756,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 57-59 King Street, Kensington, Whangarei",AR109209,20230908,20230929,20231130,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 57-59 King Street, Kensington, Whangarei: 3 x 2 bed terraced units and 1 x 5 bedroom standalone unit. Important Notes: - Some appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - The SOP will be added as an addendum to this GETS notice by Monday 11 September.",Awarded,,2310404,20250410 K?inga Ora Homes and Communities,28059002,Request for Proposals,Closed Competition,"RFP for site clearance of 162 Kaikorai Valley Road, Dunedin",,20230908,20231006,20241202,,Sole Agency,No,,RFP for the demolition of structures at 162 Kaikorai Valley - Dunedin.,Not Awarded,Procurement cancelled Site closed out and divested,0,20250410 K?inga Ora Homes and Communities,28066245,Request for Quotations,Closed Competition,Property Portfolio Review of Public Housing in Te Puku Ikaroa - Central,,20230911,20230926,20240508,,Sole Agency,No,,The background to this procurement is Kainga Ora Homes and Communities (Kainga Ora) are undertaking Portfolio Review of the current public housing in Te Puku Ikaroa Central. The recent assessment of public housing suitable for retrofit and redevelopment has identified limited information on the complete portfolio. This has caused confusion and resulted in some properties that were recommended for redevelopment been contracted for retrofit.,Not Awarded,No executed contract could be found.,0,20250410 K?inga Ora Homes and Communities,28067452,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 27-31 Greenslade Crescent, Northcote, Auckland",AR104952,20230911,20231017,20240403,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 27-31 Greenslade Crescent Northcote, Auckland - 52 new dwellings (52 x 1 bed) within a five-storey building; - 1 Community Room Important Notes: - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 18 September 2023 at 2400 hours, to email - procurement@kaingaora.govt.nz.",Awarded,Contract signed April 2024,0,20250410 K?inga Ora Homes and Communities,28068254,Request for Proposals,Closed Competition,"RFP - 43 Perth Street & 25 Oban Street, Mosgiel",,20230911,20231017,20231215,,Sole Agency,No,,"Construction of 3 new dwellings. Please note that there are a few appendices that are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28068852,Request for Proposals,Closed Competition,"RFP: 8 Burgess Street, Green Island, Dunedin",,20230911,20231010,20240209,,Sole Agency,No,,"Construction of 4 new homes. Please note that there are a three appendices that are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28104087,Request for Proposals,Closed Competition,"Civil Works - Rewa Cres 14, Murupara",,20230914,20231002,20231127,,Sole Agency,No,,Civil works (incl. transport of units) for 2 relocatable homes. Please refer to the objective connect (that you will be emailed) for all consent docs.,Awarded,,0,20250410 K?inga Ora Homes and Communities,28130028,Request for Proposals,Closed Competition,"Engineer to Contract for Concord place, Auckland",,20230919,20230926,20231017,,Sole Agency,No,,"We are seeking to engage a suitably qualified and experienced Engineer to Contract (EtC) relating to of two stand-alone NZS3910 contracts for Concord Place. The two contracts are: Civil Works (estimated value circa $15m) NZS: 3910:2013 with Buyer amendments, Measure and Value; and Main Contractor (estimated value circa $45m) NZS: 3910:2013 with Buyer amendments, Fixed Price Lump Sum, Design & Build). The EtC will also be required",Awarded,,0,20250410 K?inga Ora Homes and Communities,28143003,Request for Proposals,Closed Competition,"RFP: Site Clearance Services - Site A and Site C, Glen Innes, Auckland.",,20230920,20231011,20231116,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the site clearance of the following sites: (Site A) 185 & 197-209 Taniwha Street & 70-78 Line Road; as well as (Site C) 108a & 110-114 Line Road & 1-2/2, 4a-10e, 1-2/12, and 12a-14e Maybury Street; as well as 76C Mayberry St, Glen Innes, Auckland. Deconstruction, demolition of hard surfaces and asbestos removal of 26 x dwellings; and site remediation. Important Notes: - Respondents must attend a mandatory meeting on site at 10am, Tuesday 26 September. Contact details: Hongren Lin, Development Manager Tamaki Regeneration (021) 212 7706.",Awarded,,992872,20250410 K?inga Ora Homes and Communities,28152178,Request for Proposals,Closed Competition,"RFP: Design & Build 664-678 New North Road, Mt Albert, Auckland.",,20230921,20231020,20240627,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the design and construction of the following residential dwellings at 664 678 New North Rd, Mt Albert, Auckland: 6 x 2 bed three-level walk-up units and 27 x 2and 3 bedroom apartments in 5 storey apartment block Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 26 September 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Not Awarded,Closed - No Award. Funding for projects being completed after the end of June 2025 has not been confirmed - therefore there is no contract able to be awarded at this time.,0,20250410 K?inga Ora Homes and Communities,28161612,Request for Quotations,Closed Competition,"Athlone Cres 2-4 & Stellin St 2, Boulcott, Lower Hutt",AR104604,20230925,20231024,20241202,,Sole Agency,No,,"RFP for the re-development of 3 existing units (5 bedrooms) to deliver 16 x 2 bed walk-up units (32 bedrooms). Net increase of 13 units (27 bedrooms). Larger files will be sent separately to respondents via Objective Connect. These will include: EPA Approved Documents RC Approved Documents Appendix I - RC, BC, EPA Lodged Documents Appendix I - RC, BC, EPA Lodged Documents",Not Awarded,Procurement cancelled,0,20250410 K?inga Ora Homes and Communities,28165111,Request for Proposals,Closed Competition,PM Services - Concord Place (for Design & Build contract),TRC - Concord place,20230925,20231003,20240726,,Sole Agency,No,,"We are seeking to engage a suitably qualified and experienced project management (PM) service provider relating to a NZS3910 contract for the construction of the Concord Place project. The contract is: Main Contractor (estimated value circa $45m) NZS: 3910:2013 with Buyer amendments, Fixed Price Lump Sum, Design & Build. Please note that Appendix E ""Material to Inform"" is too large to upload to GETS. We will send you details of how you can download this information from Objective Connect",Not Awarded,Awarded to Precision Construction Limited,0,20250410 K?inga Ora Homes and Communities,28169155,Request for Proposals,Closed Competition,"RFP for Civil Enabling Works at 891-909 Hazelmere, Te Awamutu",AR109498,20230927,20231019,20241121,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the civil enabling works at 891-909 Hazelmere, Te Awamutu. Important Notes: - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 3 October 2023 at 1600 hours, to email - procurement@kaingaora.govt.nz.",Not Awarded,"Awarded to: - Rouse Construction Limited",0,20250410 K?inga Ora Homes and Communities,28197988,Request for Proposals,Open Competition,Independent Financial Auditing Services - Construction Alliances,,20230929,20231024,20240201,,Sole Agency,No,,"The formation of Kainga Ora Homes and Communities in October 2019 marked the beginning of a step change in urban development in Aotearoa. Our role in urban development is to enable build-ready land for different types of housing and, through best practice urban planning and design, ensure the neighbourhoods those homes are in have the infrastructure and amenities to make them a great place to live. We plan to deliver over 40,000 new, warm, dry homes throughout the country via our large-scale urban development projects. To achieve this, we partner with developers, councils, iwi, and other Government agencies to deliver urban development projects of all sizes. The build-ready land and infrastructure required for our large-scale projects in Auckland is designed and delivered by the LEAD Alliance, a group of organisations who have come together to transform Aucklands future. The Te Aranga Alliance is leading the large-scale development of Eastern Porirua. Kainga Ora now seeks the provision of independent financial auditing services for these two alliances as they continue to redevelop critical land.",Not Awarded,"This was awarded to MGI - their proposal was delayed by a few minutes and hence they couldnt submit via GETS. Their proposal was approved by Warren Sharp, Procurement Manager - New Construction.",0,20250410 K?inga Ora Homes and Communities,28213243,Request for Proposals,Closed Competition,"20-22 Burlington St, Sydenham, Christchurch",,20231010,20231110,20240125,,Sole Agency,No,,"Kainga Ora is seeking construction only services for the construction of 14 x 1 bed two storey walk-up apartments. Seven of the units will be accessible units. Please note due to size constraints this tender is released with an additional Objective Connect folder containing the following documents: * Appendix A - Part C - RC Approved documents_Burlington * Appendix I - 3 Waters Documents * Appendix I - BC Lodged documents_Burlington * Appendix J - Quality Assurance and Homestar Material - Construct Only NOTE - if you do not receive this Objective Connect folder within a day of tender release, please contact procurement.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28221632,Request for Proposals,Closed Competition,"242 Kawai Street South, Nelson South",,20231004,20231031,20231218,,Sole Agency,No,,"The relocation of 3 x NMIT Relocatable Homes to 242 Kawai Street South, Nelson South, inclusive of: * Transportation * Finish internal works * Foundation works * Minor site remediation/demo & testing to subsoil * Site and Civil works",Awarded,,0,20250410 K?inga Ora Homes and Communities,28235576,Request for Proposals,Closed Competition,"Contract Works at Henwood Rd 70, Mangere",AR105788,20231006,20231011,20231212,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at Henwood Rd 70, Mangere, Auckland 1x 7 bedroom bespoke unit Important Notes: - The Respondent must submit a written intention to respond and confirmation of status in the form provided by the close date",Awarded,Contract awarded in Dec 2023,0,20250410 K?inga Ora Homes and Communities,28236087,Request for Proposals,Closed Competition,"Galbraith Tranche (14-16, 20, 36-38)",,20231006,20231110,20240201,,Sole Agency,No,,"Construct only services for the following: Galbraith St 14-16 2 x 2 bed homes Galbraith St 20 3 x 1 bed homes Galbraith St 36-38 2 x 1 bed homes Please note that due to the size of the supporting documents, ZIP folders will be sent using Objective Connect. Should you not receive the folder by COB 06/10/2023, please notify Procurement. The following files will be sent: Appendix A - Galbraith RC Approved (3 files) Appendix I - Galbraith RC Lodged (3 files) Appendix I - Galbraith BC Lodged (3 files) Appendix J - Quality Assurance and Homestart Material",Awarded,,0,20250410 K?inga Ora Homes and Communities,28265280,Request for Proposals,Closed Competition,"20 Nash Road & 2 McGregor Street, Mt Roskill",,20231011,20231019,20231103,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 20 Nash Rd & 2 McGregor St. For 8 Units (comprising 6 x 2-bedroom units & 2 x 3-bedroom standalone dwellings). Important Note: - Some appendices were too large to attach in GETS. These files will be made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,4500000,20250410 K?inga Ora Homes and Communities,28296654,Request for Proposals,Closed Competition,"Baldwin St 13-17, Moera, Lower Hutt AR104607",AR104607,20231018,20231114,20240712,,All of Government,No,,"The Principal issued an open Panel (Refresh) RFP inviting Developers to tender for the construction only of 9 units to deliver a total of 22 bedrooms at 13 - 17 Baldwin Street, Moera, Lower Hutt. One Stand Alone Four Bed (O3) Two Three Bed Duplex (G3) Six Two Bed Duplex (B3) Please note that due to the size of the supporting documents, ZIP folders will be sent using Objective Connect. Should you not receive the folder by COB 18-10-2023, please notify Procurement. Appendix A - RC Approved Files Appendix I - BC Files",Awarded,,0,20250410 K?inga Ora Homes and Communities,28319036,Request for Proposals,Closed Competition,"15 Kingsway Ave, Sandringham (Superstructure)",,20231020,20231117,20240423,,Sole Agency,No,,"Install client supplied modules for 6 X 2-bed units (as a 3LWK), including delivery from Helensville to Kingsway Ave, Sandringham into the configuration as per the Tender plans provided.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28321357,Request for Proposals,Closed Competition,"Tyler Street 14, Rangiora",,20231020,20231115,20240209,,Sole Agency,No,,"Kainga Ora is seeking to construct a 2 bedroom home on a vacant infill site at 14 Tyler Street, Rangiora Please note due to size constraints this tender is released with an additional Objective Connect folder containing the following documents: * Appendix A - Part C - RC Approved documents * Appendix I - BC Lodged documents * Appendix I - Vehicle Crossing Documents * Appendix J - Quality Assurance and Homestar Material - Construct Only NOTE - if you do not receive this Objective Connect folder within a working day of tender release, please contact procurement as per below.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28324980,Request for Proposals,Closed Competition,"Construct Only at 11-19 & 45-51 Cottrell Crescent, Napier",,20231020,20231124,20240314,,Sole Agency,No,,"RFP for the Construction Only of 13 units at 11-19 Cottrell Crescent, Napier and 8 units at 45-51 Cottrell Crescent, Napier Please note - due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - RC Approved (multiple sites) Appendix I RC Lodged (multiple sites) Appendix I EPA Lodged (multiple sites) Appendix I BC Lodged (multiple sites) Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,28330061,Request for Proposals,Closed Competition,"Construct Only at 8-9 Dido Pl, 16A-E & 20 Matahourua Cres & 1 Fawn St, Cannons Creek, Porirua.",,20231024,20231204,20240618,,Sole Agency,No,,"RFP for the Construction Only of 7 units at Dido Pl 8-9 & Matahourua Cresc 16A-E, Porirua and 7 units at Fawn St 1, Matahourua Cresc 20, Porirua. Please note - due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - RC Approved (both sites) Appendix I EPA Lodged (Fawn St 1 & Matahourua Cresc 20) Appendix I BC Lodged (both sites) Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,28347406,Request for Proposals,Closed Competition,Housing Delivery System Regional Build Partners - Otago,,20231026,20231103,20231130,,Sole Agency,No,,"This Tender is limited to the Otago Region and only those who are on our Otago Redevelopment Panel are invited to tender. A separate Objective Connect will be issued with some example Drawings of a 3 unit project What are we doing? Kainga Ora is transforming the sector and has a huge opportunity for like-minded build partners. Our public housing build programme has been ramping up over the past few years. Weve now had the opportunity to test and develop a system-wide approach to improving construction productivity. Using sector insights and productivity principles, Kainga Ora has developed a new way of planning, designing and building public housing. This new approach works to increase the efficiency (time and cost), visibility, reliability and predictability of housing delivery What is the Housing Delivery System? The Housing Delivery System (HDS) has been developed through integrating various principles including Lean, Kaizen and Agile. By applying these principles which include better co-ordinating the thousands of tasks to plan and build a house, we can significantly reduce the time to complete pre-consenting, consenting and construction for housing projects. Every step under HDS method is carefully planned and coordinated so each person understands their role: knowing what they need to do, when it needs to happen, and how it relates to the work of their other team members. In practice, this means that during the construction phase our build partners undertake detailed planning of daily site activities, reporting back to the Kainga Ora construction team on daily site progress. What is our intention? We want to transform the way we engage with our build partners from our Redevelopment Panel. We believe the HDS will give us more consistency and predictability in our pipeline. The MBUs are starting to pull projects across the regions and bring them into the pre-construction phase. To best support these projects, we need an efficient and transparent method in determining who is provided these opportunities and our first stop is our current Regional Redevelopment Panel. We understand that this new form of delivery is not for everybody, and it does require a significant change and investment in your business with Kainga Ora. For this reason, while we do have line of sight on a few immediate projects, this tender is to support future HDS projects in your region. We are releasing a tender to support the pre-qualification of more local suppliers.",Awarded,Build Partners have been added to the pre-qualified HDS list for Otago. Completed December 2023,0,20250410 K?inga Ora Homes and Communities,28372025,Request for Proposals,Closed Competition,Waitangirua Link Road Project Management and Civil Engineering Design Services,,20231031,20231129,20231220,,All of Government,No,,"This RFP relates to the purchase of project management and civil engineering design services required to develop the infrastructure design, consenting and approvals processes to enable the civil works needed along the Waitangirua Link Road, Porirua. The Waitangirua Link Road is an arterial road that connects eastern Porirua to the Te Aranui o Te Rangihaeata (TAoTR), also known as the Transmission Gully Motorway. Kainga Ora and Porirua City Council (PCC) are working jointly together to enable housing in the surrounding areas of Whitby, Waitangirua and Cannons Creek, through the delivery of supporting infrastructure. Please note - due to file sized limitations on GETS, Appendix F - Material to Inform will be sent via email with a link to Objective Connect.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28386398,Request for Proposals,Closed Competition,"Graham Street 14-16, Blenheim Central",,20231102,20231207,20240220,,Sole Agency,No,,"Kainga Ora is requesting the construction services for 5 new units, inclusive of Civils. Units include 2 x 2 bed duplex units and 3 x 3 bed stand-alone units, 2 level. Due to the size of some of the files, an Objective Connect folder will be emailed through. The folder should contain the following files: * Appendix I - Additional documents to inform * Appendix I - BC lodged package * Appendix J - Quality Assurance and Homestar Material - Construct Only If you do not receive this file by COB 02/11/2023, please send Procurement and email requesting access. Note - you will need to accept the Objective Connect Folder invite to download the documents.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28388281,Request for Proposals,Closed Competition,"RFP: Quantity Surveyor Services - 18 Elm Street & 17 Racecourse Parade, Avondale, Auckland.",,20231109,20231130,20240209,,Sole Agency,No,,"This RFP is for appointment of a Quantity Surveyor (QS) for the design and construction of 139 apartments over 5 separate six-storey apartment buildings at 18 Elm Street and 17 Racecourse Parade, Avondale, Auckland, including: 33x one-bedroom apartment units; 95x two-bedroom apartment units; 11x three-bedroom apartment units; and 80 carparks. We are seeking to engage a suitably qualified and experienced Quantity Surveyor (QS) relating to a NZS3910 contract for 18 Elm Street and 17 Racecourse Parade, Avondale. The NZS3910 contract will be for the Main Construction and Civil Works.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28395742,Request for Proposals,Closed Competition,"7-9 Brandon Road, Glen Eden (Construct Only)",,20231103,20231221,20241202,,Sole Agency,No,,"Required works and services are for 35 units, across three separate 3-level walk ups, comprising - 11 X 1-bed - 18 X 2-bed - 6 X 3-bed - plus community room. For all drawings and consent documents, please refer to the objective connect link that was provided prior to release of this RFP.",Not Awarded,Procurement cancelled,0,20250410 K?inga Ora Homes and Communities,28408866,Request for Proposals,Closed Competition,"RFP: 12 Budge Street, Blenheim",,20231106,20231205,20240212,,Sole Agency,No,,"Construction including site & civil works of 4 new units consisting of 3 x 2 bed & 1 x 3 bed homes. Due to the size of some of the files, an Objective Connect invite will be sent to you. The following files should reflect in the link: * Appendix I - BC Lodged Documents_Budge St * Appendix I - RC Lodged Documents_Budge St * Appendix J - Quality Assurance and Homestar Material - Construct Only If you do not receive the invite by midmorning 07/11/2023, please contact Procurement",Awarded,,0,20250410 K?inga Ora Homes and Communities,28423669,Request for Proposals,Closed Competition,"RFP: 93-97 Weymouth Road, Manurewa",,20231108,20231116,20240716,,Sole Agency,No,,"This is an OSM project for the design and build of 24 units consisting of; - 2 blocks of 3-bed - 1 block of 2-bed Civil works to prepare site are included in the required works. Kainga Ora will complete the demolition and pre-site clearance. *Please refer to the Objective Connect link which you will be emailed, for all drawings and consent information.",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,28430716,Request for Proposals,Closed Competition,"RFP: 166 Romilly Street, Westport - Relocatable",,20231109,20231207,20240220,,Sole Agency,No,,"Relocation and installation of 3 x 2 bedroom relocatable homes Please note, due to file sizes, you will receive an invite to an Objective Connect folder for the following files: * Appendix A - BC Approved Documents * Appendix I - BC Lodged Documents * Appendix I - RC Lodged Documents * Appendix J - Quality Assurance and Homestar Material If you do not receive this invite by COB 09/11/2023, please notify Procurement",Awarded,,0,20250410 K?inga Ora Homes and Communities,28439933,Request for Tenders,Closed Competition,Housing Delivery System Regional Build Partners - Wellington Region,,20231110,20231120,20231213,,Sole Agency,No,,"This Tender is limited to the Wellington Region and only those who are on our Redevelopment Panel are invited to tender. A separate Objective Connect will be issued with some example Drawings of a 3 unit project What are we doing? Kainga Ora is transforming the sector and has a huge opportunity for like-minded build partners. Our public housing build programme has been ramping up over the past few years. Weve now had the opportunity to test and develop a system-wide approach to improving construction productivity. Using sector insights and productivity principles, Kainga Ora has developed a new way of planning, designing and building public housing. This new approach works to increase the efficiency (time and cost), visibility, reliability and predictability of housing delivery What is the Housing Delivery System? The Housing Delivery System (HDS) has been developed through integrating various principles including Lean, Kaizen and Agile. By applying these principles which include better co-ordinating the thousands of tasks to plan and build a house, we can significantly reduce the time to complete pre-consenting, consenting and construction for housing projects. Every step under HDS method is carefully planned and coordinated so each person understands their role: knowing what they need to do, when it needs to happen, and how it relates to the work of their other team members. In practice, this means that during the construction phase our build partners undertake detailed planning of daily site activities, reporting back to the Kainga Ora construction team on daily site progress. What is our intention? We want to transform the way we engage with our build partners from our Redevelopment Panel. We believe the HDS will give us more consistency and predictability in our pipeline. The MBUs are starting to pull projects across the regions and bring them into the pre-construction phase. To best support these projects, we need an efficient and transparent method in determining who is provided these opportunities and our first stop is our current Regional Redevelopment Panel. We understand that this new form of delivery is not for everybody, and it does require a significant change and investment in your business with Kainga Ora. For this reason, while we do have line of sight on a few immediate projects, this tender is to support future HDS projects in your region. We are releasing a tender to support the pre-qualification of more local suppliers.",Awarded,Build Partners have been added to the pre-qualified HDS list for Wellington. Completed December 2023,0,20250410 K?inga Ora Homes and Communities,28446730,Request for Proposals,Closed Competition,Concord Place Civil Works,TRC - Concord place,20231113,20240115,20240521,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the selection of a civil works contractor to undertake the civil enabling works at Concord Place Glen Innes, Auckland. The cost of the civil enabling works has been estimated in the range of approximately $6m - $7m. Appendix H is too large to attach in GETS. This folder will be made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28447029,Request for Proposals,Closed Competition,"40-42 George Street, Blenheim, Marlborough",,20231113,20240116,20240223,,Sole Agency,No,,"This RFP is for the construction of 4 x 1 bed Full Universal Design homes Note: due to the size of some of the files, an Objective Connect invite will be sent to yourself for download. The following files should reflect: * Appendix A - RC Approved Documents * Appendix I - BC Lodged Documents * Appendix I - BC Lodged Documents * Appendix J - Quality Assurance and Homestar Material - Construct Only If you do not receive the Objective Connect invite by midday 14/11/2023, please contact Procurement",Awarded,,0,20250410 K?inga Ora Homes and Communities,28466441,Request for Proposals,Closed Competition,"Request for Proposals for Construction Works at 27 & 29 Parkdale Crescent, Kaitaia",AR104846,20231116,20240115,20240412,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 27 & 29 Parkdale Crescent, Kaitaia: - 3 new dwellings (1 x 4 bed, 2 x 5 bed) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Participating Respondent must submit a written intention to respond in the form provided as Appendix G by 23 November 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,Tender awarded 12/04/2024.,0,20250410 K?inga Ora Homes and Communities,28468359,Request for Proposals,Closed Competition,"Civil Enabling Works at Site A, 1-10/70,76,78 Line Road & 197-209 Taniwha Street, Glen Innes, Auckland",TRC - Site A civil Works,20231116,20231220,20240610,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the selection of a civil works contractor to undertake the civil enabling works at Site A, 1-10/70,76,78 Line Road & 197-209 Taniwha Street, Glen Innes, Auckland. Appendix H is too large to attach in GETS. This folder will be made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28472034,Request for Proposals,Closed Competition,"Huia 400-402, AR106495 and Lowe St 511, Hastings AR109280",AR106495,20231116,20240115,20240325,,All of Government,No,procurement@kaingaora.govt.nz,"Tendering for x3 units on x2 sites with x2 contracts: Huia St 400-402, Camberley, Hastings AR106495 LOT 24 DP 10466 (RT HBJ2/567) Lowe St 511, Camberley, Hastings AR109280 LOT 21 DP 10466 Three 1x stand-alone 4-bed (O3) 1x stand-alone 4-bed (P3) 1x stand-alone 3+1 FUD (R3) Three 1x stand-alone 3+1 (FUD) (H63) 1x stand-alone 4 bed (E3) 1 x stand-alone 2 bed FUD (RH-CN1)",Awarded,,3200000,20250410 K?inga Ora Homes and Communities,28478173,Request for Tenders,Closed Competition,"Architectural Services at Hooks Rd 13-27, Coxhead Rd 98 & Mahia Rd 96, Manurewa, Auckland",AR108474,20231117,20231127,20240208,,All of Government,No,,"This RFP seeks a suitably experienced and qualified firm to provide Architectural Services. The required Services are described fully in Appendix A. Kainga Ora is looking to do a Housing Delivery System (HDS) style approach to this project and are intending to utilise collaboration more so than before. The intent is for the key consultants to be in the Carlton Gore office every Monday to support collaboration and a follow up meeting on Wednesday via Teams is to monitor progress to internal targets. You must have the capacity to complete the services within the specified timeframes, without comprising the current resources within HDS. Kainga Ora requests pricing for a full service proposal including additional preparation of building consent documentation. To be quoted in three stages: Stage 1: Project establishment & Concept Design Stage 2: Preliminary Design (Resource Consent); and Stage 3: Developed / Detailed Design ( up to and including Building consent Approval). In addition to the scope of services, the following will need to be priced: A target for Building Consent application is 10 weeks from them being contracted (6 weeks to lodge RC, EPA lodged 1 week later and BC lodged 3 weeks later) The cost of 1x 3hour workshop physically at CGR office is to be provided this will be a weekly requirement.- We will want the architect at every one of these (i.e. 10 workshops). In addition, you are required at 10x 30 minute Teams meetings. Architect is to take minutes at each workshop and Teams meeting Note: Architect construction monitoring to be confirmed closer to contracting phase with main contractor Note: Landscape design services are excluded from this tender and managed separately",Not Awarded,Project transferred to another part of the Business. This tender was closed out in November 2023 and respondents were advised this procurement was cancelled,0,20250410 K?inga Ora Homes and Communities,28485316,Request for Proposals,Closed Competition,"RFP - Construct Only - Everitt Road, Cooper Crescent & Ross Avenue, Otara",,20231120,20231124,20240122,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of 22 x residential dwellings at Everitt Rd 33-37, Cooper Cres 40-44 & Ross Ave 2-6, Otara, Auckland: 1 x 3 bedroom standalone 8 x 3 bedroom duplex 3 x 3+1 bedroom stand alone 10 x 4 bedroom stand alone This RFP is for Building construction only - it does not include Civil Works, which have been contracted separately. This is a direct Source RFP - the respondent will be required to meet Kainga Ora price expectations. Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders,, Questions folders, Zip folders and Objective Link folders",Awarded,,13162652,20250410 K?inga Ora Homes and Communities,28487400,Request for Tenders,Closed Competition,"RFP: Civil & Surveying Services at Hooks Rd 13-27, Coxhead Rd 98 & Mahia Rd 96, Manurewa, Auckland.",AR108474,20231120,20231128,20240208,,Sole Agency,No,,"This RFP seeks a suitably experienced and qualified firm to provide Civil & Surveying Services. The required Services are described fully in Appendix A. Kainga Ora is looking to do a Housing Delivery System (HDS) style approach to this project and are intending to utilise collaboration more so than before. The intent is for the key consultants to be in the Carlton Gore office every Monday to support collaboration and a follow up meeting on Wednesday via Teams is to monitor progress to internal targets. You must have the capacity to complete the services within the specified timeframes, without comprising the current resources within HDS. Kainga Ora requests pricing for a full service proposal including additional preparation of building consent documentation. To be quoted in three stages: Stage 1: Project establishment & Concept Design, Preliminary Design (Resource Consent); and Stage 2: Developed / Detailed Design (up to and including Building Consent Approval). Stage 3 - Construction Monitoring (Provisional Sum) In addition to the scope of services, the following will need to be priced: A target for Building Consent application is 10 weeks from them being contracted (6 weeks to lodge RC, EPA lodged 1 week later and BC lodged 3 weeks later) The cost of 1x 3hour workshop physically at CGR office is to be provided - your attendance at other workshops will be determined at a later stage. You are required at 10x 30 minute Teams meetings. Note: Civils construction monitoring to be confirmed closer to contracting phase with main contractor - you can provide a provisional fee now, but we will not be assessing this.",Not Awarded,Project transferred to another part of the Business. This tender was closed out in November 2023 and respondents were advised this procurement was cancelled,0,20250410 K?inga Ora Homes and Communities,28511627,Request for Proposals,Closed Competition,"RFP: Construction Works at 13-15 King Street, Kensington, Whangarei",AR108878,20231124,20231206,20240321,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 13-15 King Street, Kensington, Whangarei - 6 new dwellings (6 x 2 Bed) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28511850,Request for Proposals,Closed Competition,"RFP: Construction Works at 32-34 Lovatt Crescent, Kensington, Whangarei.",AR109161,20231124,20231206,20240320,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 32-34 Lovatt Crescent, Kensington, Whangarei - 5 new dwellings (3 x 2 Bed, 2 x 3 Bed) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28511954,Request for Proposals,Closed Competition,"RFP: Construction Works at 20-20a Churchill Street, Kensington, Whangarei",AR109202,20231124,20231206,20240307,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 20-20a Churchill Street, Kensington, Whangarei - 6 new dwellings (4 x 2 Bed, 2 x 2 Bed) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28518111,Request for Proposals,Closed Competition,Quantity Surveying Services - Te Ra Nui Eastern Porirua,,20240119,20240220,20240319,,All of Government,No,,"Kainga Ora is undertaking the procurement and delivery of the projects in the eastern of Porirua - Te Ra Nui. Te Ra Nui, eastern Porirua Development is a partnership between Kainga Ora, Porirua City Council and Ngati Toa Rangatira. Working in collaboration with the community, these three organisations are the guardians of an investment that will see Porirua become an even better place to live, work and play for the people of Porirua. We are seeking to engage a suitably qualified and experienced Quantity Surveyor (QS) relating to a number of NZS3910 contracts relating to the projects in eastern Porirua - Te Ra Nui. Note: due to file size limitations on GETS, Appendix G: Material to Inform will be sent to invitees through an emailed Objective Connect share folder link.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28521036,Request for Proposals,Closed Competition,"RFP: Main Construction Works at 52-60 Haukore St, Hairini, Tauranga",,20231124,20231221,20240403,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of 11 x residential dwellings at 52-60 Haukore St, Hairini, Tauranga 2 x 2 bed duplex unit 5 x 3 bed standalone unit 1 x 3+1 bed standalone accessible unit 3 x 4 bed standalone unit This RFP is for Building construction and includes Civil Works. This is a competitive RFP Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders,, Questions folders, Zip folders and Objective Link folders",Awarded,,5808379,20250410 K?inga Ora Homes and Communities,28521091,Request for Proposals,Closed Competition,Oxford Terrace 205 - 206 AR104590,AR104590,20231124,20240115,20241202,,All of Government,No,procurement@kaingaora.govt.nz,"The development, including the construction of a medium density scheme consisting of 15 units comprising 12x 1 bed and 3 x 2 bed. Appendix I - RC & BC files will be shared seperately via Objective Connect as it exceeds the file limit size for GETs",Not Awarded,Procurement cancelled,0,20250410 K?inga Ora Homes and Communities,28548327,Request for Proposals,Closed Competition,"RFP: Construction Works at 69-75 Riddell Road & 5-41 Cardinal Place, Glendowie, Auckland",AR1044880,20231201,20240201,20240618,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake construction works at 69-75 Riddell Road & 5-41 Cardinal Place, Glendowie, Auckland. Design and build of 42 units: - 29 x 2 Bed, 3 Storey walk up - 6 x 3 Bed, 3 Storey walk up - 4 x 4 Bed, 2 Storey - 3 x 5 Bed, 2 Storey Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Participating Respondent must submit a written intention to respond in the form provided as Appendix G by 8 December 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,28548401,Request for Proposals,Closed Competition,"RFP: Construction Works at 14-26 Daventry Street, Waterview, Auckland - SCOPE A",AR106021 A,20231208,20240122,20240327,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake construction works at 14-26 Daventry Street, Waterview, Auckland. Build of 5 units: - 3 x 4 Bed Terrace (3+1) - 2 x 4 Bed Single Storey Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Participating Respondent must submit a written intention to respond in the form provided as Appendix G by 14 December 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28548452,Request for Proposals,Closed Competition,"RFP: Construction Works at 14-26 Daventry Street, Waterview, Auckland - SCOPE B",AR106021 B,20231208,20240122,20240327,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake construction works at 14-26 Daventry Street, Waterview, Auckland. Build of 13 units: - 2 x 3 Bed Terrace - 11 x 2 Bed Terrace Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Participating Respondent must submit a written intention to respond in the form provided as Appendix G by 14 December 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28548493,Request for Proposals,Closed Competition,"RFP: Construction Works at 11-13 Marion Avenue, Mt Roskill, Auckland.",AR105892,20231204,20240124,20240326,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake construction works at 11-13 Marion Avenue, Mt Roskill, Auckland Build of 9 units: - 7 x 2 Bed, 2 Storey - 2 x 3 Bed, 2 Storey Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Participating Respondent must submit a written intention to respond in the form provided as Appendix G by 15 December 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28552107,Request for Proposals,Closed Competition,"47 Valonia Street, New Windsor (Construct Only)",,20231130,20231206,20240313,,Sole Agency,No,,"Construct only of 2 X 4-bedroom two storey houses. For consent documents and drawings, please refer to the objective connect link that you will be emailed",Awarded,Contract signed on the 13 March 2024,0,20250410 K?inga Ora Homes and Communities,28553298,Request for Proposals,Closed Competition,Housing Delivery System Regional Build Partners Registration of Interest - Taranaki Region,,20231204,20231208,20231220,,Sole Agency,No,,"This Tender is limited to the Taranaki Region and only those who are on our Redevelopment Panel are invited to tender. A separate Objective Connect will be issued with some example Drawings of a 3 unit project What are we doing? Kainga Ora is transforming the sector and has a huge opportunity for like-minded build partners. Our public housing build programme has been ramping up over the past few years. Weve now had the opportunity to test and develop a system-wide approach to improving construction productivity. Using sector insights and productivity principles, Kainga Ora has developed a new way of planning, designing and building public housing. This new approach works to increase the efficiency (time and cost), visibility, reliability and predictability of housing delivery What is the Housing Delivery System? The Housing Delivery System (HDS) has been developed through integrating various principles including Lean, Kaizen and Agile. By applying these principles which include better co-ordinating the thousands of tasks to plan and build a house, we can significantly reduce the time to complete pre-consenting, consenting and construction for housing projects. Every step under HDS method is carefully planned and coordinated so each person understands their role: knowing what they need to do, when it needs to happen, and how it relates to the work of their other team members. In practice, this means that during the construction phase our build partners undertake detailed planning of daily site activities, reporting back to the Kainga Ora construction team on daily site progress. What is our intention? We want to transform the way we engage with our build partners from our Redevelopment Panel. We believe the HDS will give us more consistency and predictability in our pipeline. The MBUs are starting to pull projects across the regions and bring them into the pre-construction phase. To best support these projects, we need an efficient and transparent method in determining who is provided these opportunities and our first stop is our current Regional Redevelopment Panel. We understand that this new form of delivery is not for everybody, and it does require a significant change and investment in your business with Kainga Ora. For this reason, while we do have line of sight on a few immediate projects, this tender is to support future HDS projects in your region. We are releasing a tender to support the pre-qualification of more local suppliers.",Awarded,Build Partners have been added to the pre-qualified HDS list for Taranaki. Completed December 2023,0,20250410 K?inga Ora Homes and Communities,28558753,Request for Proposals,Closed Competition,"Engineer to Contract Services - Upcoming TRC Projects, Auckland",,20231201,20231215,20240502,,Sole Agency,No,,"This RFP is for appointment of an Engineer to Contract for three upcoming projects in Auckland: Epping Evandale N2.3 & Pirangi - Construction of the project via Design and Construct contract with Buyer amendments. Site A Construction of the project via Construct only contract with Buyer amendments, and a separate Civil Works contract with Buyer amendments. Please note the intention to respond is due back on 4 December 2023. We are seeking to engage a suitably qualified and experienced Engineer to Contract (ETC) relating to the projects below: Pirangi - EtC CCCS for a design and build contract including civil works for 88 dwellings at Pirangi in Pt England: 04 x one-bedroom apartment units; 08 x two-bedroom apartment units; 13 x two-bedroom terraces; 42 x three-bedroom terraces; 15 x four-bedroom terraces; 05 x five-bedroom terraces; and 01 x 2-bedroom character home. Epping Evandale N2.3 - EtC CCCS for a design and build contract including civil works for 42 dwellings at Epping Evandale N2.3 in Glen Innes: 05 x two-bedroom terraces; 21 x three-bedroom terraces; 12 x four-bedroom terraces; and 04 x five-bedroom terraces. Site A in Glen Innes EtC CCCS for civil works and EtC CCCS for a build only contract for 65 dwellings at Site A in Glen Innes: 18 x two-bedroom apartment units; 11 x two-bedroom terraces; and 36 x three-bedroom terraces.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28563603,Request for Proposals,Closed Competition,"RFP: Main Contractor - Design & Construction at 18 Elm Street, Avondale, Auckland.",AR102516,20231204,20240301,20241029,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the selection of a main contractor for the civil works and the design and construction of 139 Apartments across 5 buildings, each six storey high.",Not Awarded,Closed with no award.,0,20250410 K?inga Ora Homes and Communities,28571995,Request for Proposals,Closed Competition,"RFP: QS Services at Epping Evandale N2.3, Site A and Pirangi TRC Projects",TRC - QS Services,20231204,20240123,20240516,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the selection of a Quantity Surveyor (QS) to undertake the QS services relating to three TRC projects: Epping & Evandale N2.3, Site A and Pirangi. Important Notes: - Some files in 'Appendix E - Material to Inform' may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix F by 6 December 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28575239,Request for Proposals,Closed Competition,"RFP: 1-7 Lister Pl, 3-9 Lister Cres & 62-66 Geddis Ave, Maraenui, Napier",AR108490,20231205,20240207,20241202,,All of Government,No,procurement@kaingaora.govt.nz,"The development, including the construction of 30 new homes at; UNIT SIMPLI NEW SIMPLI ADDRESS / NAME UNIT 1 & 2 CKO2300508 64 & 66 Geddis Avenue (UNIT 1 & 2), Maraenui UNIT 3 & 4 CKO2300504 62 & 64 Geddis Ave (UNIT 3 & 4), Maraenui UNIT 5 CKO2301035 62 Geddis Ave (UNIT 5), Maraenui UNIT 6 & 7 CKO2301037 3 & 5 Lister Cres (UNIT 6 & 7), Maraenui UNIT 8 & 9 CKO2301039 5 & 7 Lister Cres (UNIT 8 & 9), Maraenui UNIT 10 CKO2301040 7 & 9 Lister Cres (UNIT 10), Maraenui UNIT 11 CKO2301041 9 Lister Cres (UNIT 11), Maraenui UNIT 12 & 13 CKO2300882 13 Lister Cres (UNIT 12 & 13), Maraenui UNIT 14 CKO2301042 1 Lister Pl (UNIT 14), Maraenui UNIT 15 & 16 CKO2301047 1 & 2-5 Lister Pl (UNIT 15 & 16), Maraenui UNIT 17 & 18 CKO2301048 1 & 2-5 Lister Pl (UNIT 17 & 18), Maraenui UNIT 19 CKO2301051 13 Lister Cres, 1 & 2-5 Lister Pl (UNIT 19), Maraenui UNIT 20 CKO2301055 2-5 Lister Pl, 7 & 9 Lister Cres (UNIT 20), Maraenui UNIT 21 & 22 CKO2300735 2-5 Lister Pl, 5 & 7 Lister Cres (UNIT 21 & 22), Maraenui UNIT 23 & 24 CKO2300509 3 Lister Cres (UNIT 23 & 24), Maraenui UNIT 25 & 26 CKO2301058 2-5 & 6-7 Lister Pl (UNIT 25 & 26), Maraenui UNIT 27 CKO2301059 2-5 Lister Pl & 6-7 Lister Pl (UNIT 27), Maraenui, Napier 4110 UNIT 28 & 29 CKO2300510 2-5 Lister Pl & 6-7 Lister Pl (UNIT 28 & 29), Maraenui, Napier 4110 UNIT 30 CKO2301060 62, 64 & 66 Geddis Ave (UNIT 30), Maraenui Unit Type Typology Units Beds 2 Bed Duplex 12 24 3 Bed House 3 9 3 Bed Duplex 4 12 3+1 Bed House 2 8 3+1 Bed Duplex 4 16 4 Bed House 1 4 4 Bed Duplex 2 8 4+1 Bed House 2 10",Not Awarded,Procurement cancelled,0,20250410 K?inga Ora Homes and Communities,28576678,Request for Proposals,Closed Competition,RFP: 18-22 Triton Avenue & 9 Tyburni Avenue (Superstructure),,20231205,20231220,20240530,,Sole Agency,No,,"Scope is to install client supplied modules, including delivery from Helensville to 18-22 Triton Ave and 9 Tyburni Ave into the configuration as per the tender plans provided. Tender plans will be emailed to you via an objective connect link.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28592858,Request for Proposals,Closed Competition,"RFP: 32 Andrew Street, Allenton, Ashburton (Relocatable)",,20231207,20240122,20240220,,Sole Agency,No,,"The contract works are for the relocation and construction of two new dwellings at 32 Andre Street, Ashburton. Please note due to the size of the files, an objective connect invite will be sent containing all the RC and BC approved documents. If you do not receive this invite by midday 08/12, please contact Procurement. Important - as this RFP runs over the Christmas period, the closure of Q & A is the 8th of January 2024. However, Procurement will have skeleton staff and may not attend to all questions. We will endeavour to mitigate this potential issue. Please note the contact for the site visit - detailed in the RFP.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28594015,Request for Proposals,Closed Competition,"RFP: PM Services at Concord, Epping Evandale N2.3 and Pirangi TRC Projects.",TRC - PM Services,20231207,20231221,20240522,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the selection of a Project Manager (PM) to undertake the PM services relating design and build contracts for three TRC projects: Concord Pl, Epping & Evandale N2.3 and Pirangi. Important Note: - Some files in 'Appendix E - Material to Inform' may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28594792,Request for Proposals,Closed Competition,"RFP: 48 Adamson Crescent, Invercargill",,20231208,20240119,20240306,,Sole Agency,No,,"RFP for the construction of 3 new dwellings consisting of 2 x 1 bed single storey homes and 1 x 2 bed single storey home. Please note due to the size of the files, an objective connect invite will be sent containing all the RC and BC approved documents. If you do not receive this invite by midday 11/12, please contact Procurement. Important - this RFP runs over the Christmas period; the closure of Q & A is the 10th of January 2024. Procurement will have skeleton staff and may not attend to all questions. We will endeavour to mitigate this potential issue.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28598570,Request for Proposals,Closed Competition,"RFP: Project Services for 6-10 Koa St, 22-28 Tahapa Cres & 2 Mara St, Meadowbank, Auckland",AR104884,20231212,20240115,20240130,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to provide project services for 6-10 Koa St, 22-28 Tahapa Cres & 2 Mara St, Meadowbank, Auckland. Services are to support Design and Project Management activities to reach Building Consent for 6-10 Koa St, 22-28 Tahapa Cres & 2 Mara St, Meadowbank, Auckland. 32 units are planned: - 4 x 3 Bed, 2 Storey Townhouse - 5 x 4 Bed, 2 Storey Townhouse - 17 x 1 Bed (In 3 Level Walk up) - 3 x 2 Bed (in 3 Level Walk up) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28598617,Request for Proposals,Closed Competition,"RFP: Construct Only at 1012, 1014 & 1018 Grove Rd and 1015-1023 Sussex St, Hastings",AR104206,20231211,20240123,20240502,,Sole Agency,No,,"RFP for the Construction Only of 24 units at 1012, 1014 & 1018 Grove Rd and 1015-1023 Sussex St, Hastings Please note - due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - RC Approved Appendix A - EPA Approved Appendix A - BC Approved / Issued for Construction Drawings (note: these have been split into multiple zip folders for different lots, due to file size limitations Appendix I - RC Lodged Appendix I - Electrical Plans Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,28615479,Request for Proposals,Closed Competition,"RFP for Main Construction Works at 22-32 Kawaha Point Road, Rotorua",,20231213,20240126,20240912,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following residential dwellings at 22-32 Kawaha Point Road, Fairy Springs, Rotorua: 6 x 2 bedroom units, 6 x 3 bedroom units and 4 x 3+1 bedroom units. Important Note: - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix G by 19 December 2023 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28630519,Request for Proposals,Closed Competition,"RFP: 32-38 Stratford Street, Blenheim",,20231218,20240207,20240405,,Sole Agency,No,,"For the redevelopment of 13 new units Note - due to the file sizes, an Objective Connect invitation will be sent to include all the ZIP files. If you do not get this invite by midday 18/12/2023, please contact Procurement. ZIP files include: * Appendix A - Part C - RC Approved Documents * Appendix I - BC Lodged Documents - Stratford * Appendix I - RC Lodged Documents - Stratford * Appendix J - Quality Assurance and Homestar Material",Awarded,,0,20250410 K?inga Ora Homes and Communities,28650945,Request for Proposals,Closed Competition,"RFP: Construction Works at 17-19 Raurenga Ave, Royal Oak, Auckland",AR105787,20231220,20240117,20240326,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the design and build of the following 9 units at 17-19 Raurenga Avenue, Royal Oak, Auckland: - 6 x 2 Bedroom (3 level Walk up) - 2 x 3 Bed (2 level) - 1 x 4 Bed (2 level) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28651552,Request for Proposals,Closed Competition,"RFP - Main Construction Works at 26A Lawrence Street, Te Kuiti",,20231220,20240215,20240410,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of 11 x residential dwellings at 26A Lawrence St, Te Kuiti: 5 x 2 bed units, four as two storey duplexes, one as a house 4 x 3 bed units, as two storey duplexes 2 x 4 bed units, as a two storey duplexes This RFP is for Building construction and includes Civil Works and the building of a road to be vested back to Waitomo District Council. This is a competitive RFP Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders, Addenda folders,, Questions folders, Zip folders and Objective Link folders",Not Awarded,"NOT AWARDED; This RFP was closed and superseded by 29030586 RFP - Construct only - Revised, including Access Rd - 26A Lawrence St, Te Kuiti - as a complete drawings set had to be added and this set arrived after the closing date of this RFP. The original invited suppliers were re-invited into the new revised RFP that has the full suite of drawing sets. Both respondents were notified about these changes. and have responded to the revised RFP which has now closed.",0,20250410 K?inga Ora Homes and Communities,28658259,Request for Proposals,Closed Competition,RFP: Architectural - 308-314 Blenheim Road. AR111696,AR111696,20231222,20240126,20240302,,All of Government,No,procurement@kaingaora.govt.nz,"The site is located at 308-314 Blenheim Road and 66 Arthur Street, Upper Riccarton, which previously operated as the Amber Park campground. Several buildings remain on the site which will either be relocated or demolished as part of the development. Vehicular access is proposed from both Blenheim Road and Arthur Street frontages. The proposed development consists of 38 public housing units. Appendix A - Scope of services available: https://www.dropbox.com/scl/fi/13lulomkgai3uaq1ce9cb/Architecture.zip?rlkey=jylfu28rdz118c6j44ozk5rcl&dl=0",Awarded,,0,20250410 K?inga Ora Homes and Communities,28658347,Request for Proposals,Closed Competition,RFP: Structural & Civil - 308-314 Blenheim Rd & 66 Arthur St. AR111696.,AR111696,20231222,20240131,20240306,,All of Government,No,procurement@kaingaora.govt.nz,"The site is located at 308-314 Blenheim Road and 66 Arthur Street, Upper Riccarton, which previously operated as the Amber Park campground. Several buildings remain on the site which will either be relocated or demolished as part of the development. Vehicular access is proposed from both Blenheim Road and Arthur Street frontages. The proposed development consists of 38 public housing units. Appendix A - Scope of Services available: https://www.dropbox.com/scl/fi/pgfj0uaedoq1epclodf8x/Structural-Civil.zip?rlkey=die1bg5ewovpjis9mfsw3rrmg&dl=0",Not Awarded,Awarded to: The Engineering Company Limited,0,20250410 K?inga Ora Homes and Communities,28682106,Request for Proposals,Closed Competition,"RFP: Construction Works at 1/60 Eastdale Rd, Avondale, Auckland",AR112005,20240115,20240130,20240318,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake construction works at 1/60 Eastdale Road, Avondale, Auckland Build of 91 x 4 Bedroom house Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Participating Respondent must submit a written intention to respond in the form provided as Appendix G by 22 January 2024 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28685452,Request for Proposals,Closed Competition,"Engineering Design Services - Te Ra Nui, eastern Porirua",,20240115,20240229,20240430,,All of Government,No,,"This RFP relates to the purchase of civil engineering design services required to develop the infrastructure design, consenting and approvals processes to enable the civil works needed in eastern Porirua. The required Services are described fully in the RFP attachments. Note - due to file size limits on GETS, Appendix F 'Material to Inform' will be emailed to the invited suppliers via an Objective Connect link.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28687286,Request for Proposals,Closed Competition,"Main contractor to design and construct the project at Concord Place, Glen Innes, Auckland",TRC - Concord place,20240115,20240223,20240726,,Sole Agency,No,,"This Request for Proposals (RFP) for the appointment of a main contractor to design and construct the project at Concord Place, Glen Innes, Auckland. The main contractor will be responsible for the design and construction of 84 dwellings and associated works, including: 12 x two-bedroom apartment units (in 3-level apartment building with lifts). 04 x two-bedroom terraces. 38 x three-bedroom terraces. 22 x four-bedroom terraces. 06 x five-bedroom terraces. 02 x six-bedroom terraces Note: See Appendix A for access to the Principals Requirements documents",Awarded,,0,20250410 K?inga Ora Homes and Communities,28687532,Request for Proposals,Closed Competition,Kainga Ora ADMO - Structural Engineering Services,,20240115,20240131,20240717,,All of Government,No,,"The target for delivering new homes in the coming years is increasing rapidly. To meet that demand Kainga Ora is looking to transition from the current delivery approach of limited use Standard Plans and Bespoke Design solutions to a Design Library Programme. Whilst the standard plans have driven the ability to deliver at scale, it has been recognised that these plans need to change to allow for new efficiency and outcomes requirements. The below points have made the replacement of Standard Plans a priority: Lack of flexibility when applied to Kainga Ora diverse portfolio of development sites. Sub-optimal project outcomes either through expensive overall development cost due to civil works and/or built outcome/customer amenity/compromises Major changes to building legislation and Kainga Ora Performance Standards and Certifications. Better understand and incorporate culturally appropriate design. Provide a wider range of typologies including three level typologies. Increase the quality of projects delivered by Kainga Ora. Continue to evolve to incorporate future changes known and unknown. The Design Library is intended to become a key component of future social housing delivery and is being run across 4 work streams Short Term: HDS (Housing Delivery System), Medium Term: C&I (Construction & Innovation) OSM (Off Site Manufacture) Market Delivery (Acquisitions) This project sits within work stream 2 Medium Term",Not Awarded,No approved funding to proceed with the project.,0,20250410 K?inga Ora Homes and Communities,28693034,Request for Proposals,Closed Competition,Kainga Ora ADMO - Quantity Surveying Services,,20240116,20240201,20240717,,All of Government,No,,"The target for delivering new homes in the coming years is increasing rapidly. To meet that demand Kainga Ora is looking to transition from the current delivery approach of limited use Standard Plans and Bespoke Design solutions to a Design Library Programme. Whilst the standard plans have driven the ability to deliver at scale, it has been recognised that these plans need to change to allow for new efficiency and outcomes requirements. The below points have made the replacement of Standard Plans a priority: Lack of flexibility when applied to Kainga Ora diverse portfolio of development sites. Sub-optimal project outcomes either through expensive overall development cost due to civil works and/or built outcome/customer amenity/compromises Major changes to building legislation and Kainga Ora Performance Standards and Certifications. Better understand and incorporate culturally appropriate design. Provide a wider range of typologies including three level typologies. Increase the quality of projects delivered by Kainga Ora. Continue to evolve to incorporate future changes known and unknown. The Design Library is intended to become a key component of future social housing delivery and is being run across 4 work streams Short Term: HDS (Housing Delivery System), Medium Term: C&I (Construction & Innovation) OSM (Off Site Manufacture) Market Delivery (Acquisitions) This project sits within work stream 2 Medium Term The Medium Term program aim is to expand upon housing typologies used throughout the organisation. The intention of the program is to provide step change through the development of new typologies not currently in use by any of the delivery teams.",Not Awarded,No approved funding to proceed with the project.,0,20250410 K?inga Ora Homes and Communities,28694905,Request for Proposals,Closed Competition,Kainga Ora ADMO - Building Services,,20240116,20240201,20240717,,All of Government,No,,"The target for delivering new homes in the coming years is increasing rapidly. To meet that demand Kainga Ora is looking to transition from the current delivery approach of limited use Standard Plans and Bespoke Design solutions to a Design Library Programme. Whilst the standard plans have driven the ability to deliver at scale, it has been recognised that these plans need to change to allow for new efficiency and outcomes requirements. The below points have made the replacement of Standard Plans a priority: Lack of flexibility when applied to Kainga Ora diverse portfolio of development sites. Sub-optimal project outcomes either through expensive overall development cost due to civil works and/or built outcome/customer amenity/compromises Major changes to building legislation and Kainga Ora Performance Standards and Certifications. Better understand and incorporate culturally appropriate design. Provide a wider range of typologies including three level typologies. Increase the quality of projects delivered by Kainga Ora. Continue to evolve to incorporate future changes known and unknown. The Design Library is intended to become a key component of future social housing delivery and is being run across 4 work streams Short Term: HDS (Housing Delivery System), Medium Term: C&I (Construction & Innovation) OSM (Off Site Manufacture) Market Delivery (Acquisitions) This project sits within work stream 2 Medium Term",Not Awarded,No approved funding to proceed with the project.,0,20250410 K?inga Ora Homes and Communities,28706939,Request for Proposals,Closed Competition,"Principal Advisor Reservoir Consultancy Services RFP - Te Ra Nui, eastern Porirua",,20240118,20240216,20240426,,All of Government,No,,"This RFP relates to the purchase of principal advisor reservoir consultancy services required to support and manage the design and construction of Porirua High Level Reservoir No.2. The required Services are described fully in Appendix A - Project Description and Scope of Services. Note: due to files size limitations on GETS, Appendix F: Material to Inform will be sent to invitees via an emailed Objective Connect share file link.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28718465,Request for Proposals,Closed Competition,"RFP: TRC - Epping & Evandale N2.3, Glen Innes, Auckland - Main Contractor Design & Build",TRC - Epping & Evandale N2.3,20240122,20240307,20240715,,Sole Agency,No,,"This Request for Proposals (RFP) is for the appointment of a main contractor to design and construct the project at Epping & Evandale N2.3, Glen Innes, Auckland. The main contractor will be responsible for the design and construction, including civil works, of 42 dwellings. Important Notes: - See Appendix A for access to the Principal's Requirements documents. - The Respondent must submit a written intention to respond and confirmation of status in the form provided as Appendix H by 31 January 2024 at 1700 hours, to email - procurement@kaingaora.govt.nz.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28718568,Request for Proposals,Closed Competition,"RFP: Construct Only - 24A Taurus Crescent, Beach Haven",,20240122,20240129,20240227,,Sole Agency,No,,"Construct only project, including civils works, of 1 X 5-bedroom double storey unit.",Awarded,,850000,20250410 K?inga Ora Homes and Communities,28725581,Request for Proposals,Closed Competition,"RFP: Construct Only - 41-43 Godley Street, Lower Hutt. AR107111",AR107111,20240123,20240215,20241015,,Syndicated Opportunity,No,procurement@kaingaora.govt.nz,"Construct Only Works for: 4 x 2 bedroom double storey Duplex 1 x 3 bedroom double storey standalone house Lodged BC files will be shared seperately via Objective Connect. Our standard Schedule of Prices template will be added shortly.",Not Awarded,Project will not be proceeding further.,0,20250410 K?inga Ora Homes and Communities,28735936,Request for Proposals,Closed Competition,Housing Delivery System Regional Build Partners Registration of Interest - Waikato Region,,20240125,20240212,20241205,,Sole Agency,No,,"This Tender is limited to the Waikato Region and only those who are on our Redevelopment Panel are invited to tender. A separate Objective Connect will be issued with some example Drawings of a 3 unit project - not for pricing! What are we doing? Kainga Ora is transforming the sector and has a huge opportunity for like-minded build partners. Our public housing build programme has been ramping up over the past few years. Weve now had the opportunity to test and develop a system-wide approach to improving construction productivity. Using sector insights and productivity principles, Kainga Ora has developed a new way of planning, designing and building public housing. This new approach works to increase the efficiency (time and cost), visibility, reliability and predictability of housing delivery What is the Housing Delivery System? The Housing Delivery System (HDS) has been developed through integrating various principles including Lean, Kaizen and Agile. By applying these principles which include better coordinating the thousands of tasks to plan and build a house, we can significantly reduce the time to complete pre-consenting, consenting and construction for housing projects. Every step under HDS method is carefully planned and coordinated so each person understands their role: knowing what they need to do, when it needs to happen, and how it relates to the work of their other team members. In practice, this means that during the construction phase our build partners undertake detailed planning of daily site activities, reporting back to the Kainga Ora construction team on daily site progress. What is our intention? We want to transform the way we engage with our build partners from our Redevelopment Panel. We believe the HDS will give us more consistency and predictability in our pipeline. The MBUs are starting to pull projects across the regions and bring them into the pre-construction phase. To best support these projects, we need an efficient and transparent method in determining who is provided these opportunities and our first stop is our current Regional Redevelopment Panel. We understand that this new form of delivery is not for everybody, and it does require a significant change and investment in your business with Kainga Ora. For this reason, this tender is to support future HDS projects in your region. We are releasing a tender to support the pre-qualification of more local suppliers.",Not Awarded,Procurement was for an ROI - no contract was awared from this procurement exercise,0,20250410 K?inga Ora Homes and Communities,28747008,Request for Proposals,Closed Competition,Housing Delivery System Regional Build Partners Registration of Interest - Bay of Plenty Region,,20240126,20240213,20241205,,Sole Agency,No,,"This Tender is limited to the Bay of Plenty Region and only those who are on our Redevelopment Panel are invited to tender. Rotorua is excluded. A separate Objective Connect will be issued with some example Drawings of a 3 unit project - not for pricing! What are we doing? Kainga Ora is transforming the sector and has a huge opportunity for like-minded build partners. Our public housing build programme has been ramping up over the past few years. Weve now had the opportunity to test and develop a system-wide approach to improving construction productivity. Using sector insights and productivity principles, Kainga Ora has developed a new way of planning, designing and building public housing. This new approach works to increase the efficiency (time and cost), visibility, reliability and predictability of housing delivery What is the Housing Delivery System? The Housing Delivery System (HDS) has been developed through integrating various principles including Lean, Kaizen and Agile. By applying these principles which include better coordinating the thousands of tasks to plan and build a house, we can significantly reduce the time to complete pre-consenting, consenting and construction for housing projects. Every step under HDS method is carefully planned and coordinated so each person understands their role: knowing what they need to do, when it needs to happen, and how it relates to the work of their other team members. In practice, this means that during the construction phase our build partners undertake detailed planning of daily site activities, reporting back to the Kainga Ora construction team on daily site progress. What is our intention? We want to transform the way we engage with our build partners from our Redevelopment Panel. We believe the HDS will give us more consistency and predictability in our pipeline. The MBUs are starting to pull projects across the regions and bring them into the pre-construction phase. To best support these projects, we need an efficient and transparent method in determining who is provided these opportunities and our first stop is our current Regional Redevelopment Panel. We understand that this new form of delivery is not for everybody, and it does require a significant change and investment in your business with Kainga Ora. For this reason, this tender is to support future HDS projects in your region. We are releasing a tender to support the pre-qualification of more local suppliers.",Not Awarded,Procurement was for an ROI - no contract was awarded from this procurement exercise,0,20250410 K?inga Ora Homes and Communities,28796965,Request for Proposals,Closed Competition,"RFP: 6 Stirling Crescent, Mosgiel, Dunedin",,20240208,20240306,20241202,,Sole Agency,No,,"Please note that due to the size of some files, you will be sent an invite for an Objective Connect folder. Should you not have the invite by the end of 08/02/2024, please contact Procurement. Files to be sent include: Appendix I - BC Lodged - Unit 1 & 1A Appendix I - BC Lodged - Unit 2 Appendix J - Quality Assurance and Homestar Material - Construct Only",Not Awarded,Procurement cancelled,0,20250410 K?inga Ora Homes and Communities,28797375,Request for Proposals,Closed Competition,"RFP: Remediation Works - Landslips caused by Auckland floods at 530 Great North Road, Grey Lynn, Auckland.",,20240208,20240223,20240403,,Sole Agency,No,,"The works, including: installation of 16 concrete barrier piles, a new timber fence, slope stablisation and removal of surplus soil from site.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28817299,Request for Proposals,Closed Competition,"RFP: 87-89 Jollie Street, West Coast",,20240213,20240311,20241202,,Sole Agency,No,,"Please note that due to the size of some files, you will be sent an invite for an Objective Connect folder. Should you not have the invite by the end of 13/02/2024, please contact Procurement. File to be sent: Appendix A - Part C - BC Approved Documents - Jollie",Not Awarded,Procurement cancelled Project not approved by PGB,0,20250410 K?inga Ora Homes and Communities,28833075,Request for Proposals,Closed Competition,17-31 Beauchamp Drive & 4-8 Reverie Place (Construct Only),,20240216,20240417,20240717,,Sole Agency,No,,"AThere will be two sites involved in this process. Kainga Ora will investigate to either separately award each site, or as one combined award; depending which is the most advantageous to Kainga Ora. 17-31 Beauchamp Drive (civil works included) 6 X 1-bed & 24 X 2-bed apartments across two 4LWPs 8 X 3-bed houses 3 X 4-bed houses Plus 1 X multi-use community building 18-20 Beauchamp Drive & 4-8 Reverie Place (civil works included) 24 X 2-bed apartments over two 3LWPs",Not Awarded,Both projects do not have approved budgets to proceed.,0,20250410 K?inga Ora Homes and Communities,28867056,Request for Proposals,Closed Competition,"RFP for Construction Works at 14-18 Raurenga Avenue, Royal Oak, Auckland",AR108708,20240221,20240305,20241119,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the design and build of the following 24 units at 14-18 Raurenga Avenue, Royal Oak, Auckland: - 2 x 3 level Walk-ups (24 x 1 Bed unit in total) - 1 x Community space - 1 x Bike Store Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Not Awarded,No award. Not prioritised for FY25 and consequently has been closed out.,0,20250410 K?inga Ora Homes and Communities,28901663,Request for Proposals,Closed Competition,"RFP - Construction of Roundabout, Catalina Bay, Hobsonville",,20240226,20240319,20240501,,Sole Agency,No,,"Project and Contract Works : Construction of a roundabout at the end of Launch Road, Catalina Bay, Hobsonville, Auckland.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28923946,Request for Proposals,Closed Competition,"PM Services at Site A, Glen Innes",,20240229,20240308,20241202,,Sole Agency,No,,"Your organisation has been invited to respond to this RFP following selection from the All of Government Construction Consultancy Panel. Kainga Ora Homes and Communities (the Buyer) look forward to working with you during this tender process to ensure you gain a full understanding of what we are looking for. Kainga Ora is looking to engage a Project Manager for the delivery of the project at Site A, Glen Innes, Auckland on Behalf of Tamaki Regeneration Company (TRC).",Not Awarded,Procurement cancelled The business is going to source this direct - under the threshold,0,20250410 K?inga Ora Homes and Communities,28939959,Request for Proposals,Closed Competition,"Civil Works, Relocation - 4 Hobson St, Kawerau",,20240301,20240308,20240814,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the site civil works and relocation of 2 x residential dwellings at 4 Hobson St, Kawerau. Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders, Addenda folders,, Questions folders, Zip folders and Objective Link folders",Awarded,,0,20250410 K?inga Ora Homes and Communities,28940496,Request for Proposals,Closed Competition,"RFP: 1109 Willowpark Rd North, Hastings",,20240304,20240325,20240821,,Sole Agency,No,,"RFP for the relocation, including site & civils works, of three pre-constructed units at 1109 Willowpark Rd North, Hastings. Please note - due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - RC Approved Appendix I EPA Lodged Appendix I BC Lodged Appendix I Reports Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,28940704,Request for Proposals,Closed Competition,"Panel RFP - Construct Only - 482-486 Roscommon Road, Clendon",,20240304,20240411,20240627,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of 29 x residential dwellings at 482-486 Roscommon Road, Clendon Park, Auckland. 5 x 1 bedroom units (Accessible design) 8 x 1 bedroom units (Full Universal design) 16 x 2 bedroom units (Full Universal design) 12 x standard car parks 5 x accessible car parks 1 x Multi-functional room with an external communal outdoor area This RFP will include reviewing Broader Social Procurement Outcomes from the respondents.. This is a competitive RFP Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders, Addenda folders,, Questions folders, Zip folders and Objective Link folders",Not Awarded,Closed - No Award. Funding for projects being completed after the end of June 2025 has not been confirmed - therefore there is no contract able to be awarded at this time.,0,20250410 K?inga Ora Homes and Communities,28960693,Request for Proposals,Closed Competition,"Construct Only at Beatty Pl 1205-1209 & Hood St 1017 and 1023-1031, Mayfair, Hastings",,20240306,20240404,20240528,,Sole Agency,No,,"RFP for the Construction Only of 24 units at Beatty Pl 1205-1209 & Hood St 1017 and 1023-1031, Mayfair, Hastings. Please note that in addition to the overall SOP, respondents are required to submit a separate site and civils price breakdown. Full instructions are in the Appendix C Price Response document. Due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - Resource Consent Approved Documentation Appendix A - Part C - EPA Approved Documentation Appendix A - Part C - Building Consent Approved Documentation Appendix I - Building Consent Lodged Documentation (for all lots still awaiting approval) Appendix I - Resource Consent Lodged Documentation Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,28966537,Request for Proposals,Closed Competition,"RFP: 45 Girling Avenue, Blenheim",,20240307,20240402,20240913,,Sole Agency,No,,"RFP for the transportation, site & civils works and connections for 3 x Rolleston portable 2 bedroom units Notes: 1. Due to the size limit of files, an Objective Connect invitation will be sent with the following files: * Appendix I - BC Lodged Documents * Appendix I - RC Lodged Documents * Appendix J - Quality Assurance and Homestar Material - Construct Only 2. The contract for this RFP will only be generated for execution once Resource consent (RC) and Building Consent (BC) are approved. The award of the RFP will be based on pricing received for the documents released at tender stage (RC & BC lodged documents). Any variances in pricing as a result of document approvals will be negotiated prior to contracting. Should the variances be greater than expected, Kainga Ora reserves the right to halt negotiations and see a comparative price.",Awarded,,0,20250410 K?inga Ora Homes and Communities,28983804,Request for Proposals,Closed Competition,"Panel RFP - Construct Only - Winthrop & Mayflower, Mangere",,20240308,20240410,20240627,,On behalf of procurement agent,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of 23 x residential dwellings at 15-17 Winthrop Way and 58-60 Mayflower Close, Mangere, Auckland. 5 x 2 bedroom units (Accessible design) 12 x 2 x bedroom 2 x 3 x bedroom (accessible design) 4 x 3 x bedroom 1 x Multi-functional room This RFP will include reviewing Broader Social Procurement Outcomes from the respondents.. This is a competitive RFP. Business Case Approval: Please note that the Principal has yet to receive Business Case Approval for this project. A contract with the preferred Respondent cannot be signed until Business Case approval has been given. Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders, Addenda folders,, Questions folders, Zip folders and Objective Link folders",Not Awarded,Closed - No Award. Funding for projects being completed after the end of June 2025 has not been confirmed - therefore there is no contract able to be awarded at this time.,0,20250410 K?inga Ora Homes and Communities,29008855,Request for Proposals,Closed Competition,"RFP: 16-18 Brighton Road, Green Island, Dunedin",,20240313,20240621,20241014,,Sole Agency,No,,"This RFP is for the construction including site & civils works of 8 new units consisting of 1 x 1 bed homes and 7 x 2 bed homes. Due to the size of some files, an Objective Connect invitation will be sent with additional files to help inform your response. The following files will be included: * Appendix A - RC Approved Documents * Appendix I - BC Submitted Documents * Appendix J - Quality Assurance and Homestar Material - Construct only Note - GETS only has an allowance of 50MB when a response is submitted. Should your response be greater than 50MB, please contact Procurement PRIOR to submitting.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29030586,Request for Proposals,Closed Competition,"RFP - Construct only - Revised, including Access Rd - 26A Lawrence St, Te Kuiti",,20240318,20240409,20240703,,On behalf of procurement agent,No,,"This is a revised RFP, replacing prior RFP (GETS ID: 28651552) Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of 11 x residential dwellings at 26A Lawrence St, Te Kuiti: 5 x 2 bed units, four as two storey duplexes, one as a house 4 x 3 bed units, as two storey duplexes 2 x 4 bed units, as a two storey duplexes This RFP is for Building construction and includes Civil Works and the building of an access road to be vested back to Waitomo District Council. This is a competitive RFP Important Notes for this revised RFP: - All Responses are to be provided in the templates associated with this RFP, which have been updated to include the Access Rd. Prior RFP templates are invalid. - An Intention to Respond letter is not required as the previous response is valid and still applies. - All 4 x NTRs previously released still apply to this RFP, and are to be referenced in the Covering Letter that is to be responded to in Schedule 4: Non-Price Response. Any new questions are to be asked within this RFP, and NTR responses will begin from number NTR 5. - The Drawings sets provided in the Objective Link folder as part of the prior RFP (GETS ID: 28651552) are still valid and are to be referred to when completing the proposal submission, with an additional Drawing set having been added: Access Rd Drawings Set. Please note that Site and Civil Works tables in the SOP (Appendix C - Price Response Returnable Schedule 1a: SOP - 26A Lawrence St) have been split into Lots 1-6 and Access Rd and are to be priced separately. - The new closing date reflects that fact that respondents have already had a significant amount of time to price the Construction elements of this RFP. Important Notes: - A number of appendices are too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time. - Please ensure that you review all folders when completing this RFP - as relevant files may be loaded into Attachment folders, Addenda folders,, Questions folders, Zip folders and Objective Link folders",Awarded,,6021902,20250410 K?inga Ora Homes and Communities,29051055,Request for Proposals,Closed Competition,"RFP: 1340 and 1360 Rewi Street, Te Awamutu (Civils-Only)",,20240320,20240412,20241202,,Sole Agency,No,,"Civils only project for 4 X OSM houses, comprising of 2 X 2-bed and 2 X 3-bed You will receive an email with a link to objective connect for all necessary consent docs and drawings",Not Awarded,Procurement cancelled over budget - going to re-tender,0,20250410 K?inga Ora Homes and Communities,29055822,Request for Proposals,Closed Competition,"RFP: Construct Only at 5 & 9 De Costa Ave, Te Hapara, Gisborne",,20240319,20240422,20240730,,Sole Agency,No,,"RFP for the Construction Only of 5 units at 5 & 9 De Costa Ave, Te Hapara, Gisborne. Due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - Resource Consent Approved Documentation Appendix A - Part C - Building Consent Approved Documentation Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,29105698,Request for Proposals,Closed Competition,"RFP: Main Construction Works at 27-35 Constable Cres, Napier. AR102851",,20240328,20240501,20240930,,Sole Agency,No,procurement@kaingaora.govt.nz,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following 12 residential dwellings at 27-35 Constable Cresent, Napier: 2 x 2-bedroom double storey standalone house 6 x 3-bedroom double storey standalone house 1 x 4-bedroom double storey standalone house 2 x 3+1-bedroom double storey duplex house 1 x 4+1-bedroom double storey standalone house Please note due to size constraints this tender is released with an additional Objective Connect folder containing the following documents: * Appendix A - Part C - RC Approved documents * Appendix I - EPA Lodged documents * Appendix I - BC Lodged documents * Appendix J - Quality Assurance and Homestar Material - Construct Only NOTE- Appendix C Price Response - The addition of Respondents being requested to provide a detailed breakdown of Civil Engineering Works. NOTE - Programme duration requirements to be confirmed and will be communicated by an addendum next week. NOTE - if you do not receive this Objective Connect folder within a day of tender release, please contact procurement.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29106160,Request for Proposals,Closed Competition,"RFP: Main Construction Works at 4-8 Seddon Cres, Napier. AR108842",,20240328,20240501,20240822,,Sole Agency,No,procurement@kaingaora.govt.nz,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following 10 residential dwellings at 4-8 Seddon Cresent, Napier: 8 x 2-bedroom double storey duplex house 2 x 4-bedroom double storey standalone house Please note due to size constraints this tender is released with an additional Objective Connect folder containing the following documents: * Appendix A - Part C - RC Approved documents * Appendix I - EPA Lodged documents * Appendix I - BC Lodged documents * Appendix J - Quality Assurance and Homestar Material - Construct Only NOTE- Appendix C Price Response - The addition of Respondents being requested to provide a detailed breakdown of Civil Engineering Works. NOTE - Programme duration requirements to be confirmed and will be communicated by an addendum next week. NOTE - if you do not receive this Objective Connect folder within a day of tender release, please contact procurement.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29107062,Request for Proposals,Closed Competition,"RFP: Construct Only at 7 Abbott St, Te Hapara, Gisborne",,20240327,20240503,20240513,,Sole Agency,No,,"RFP for the Construction Only of 2 units at 7 Abbott St, Te Hapara, Gisborne. The following zip folders/pdf documents have already been sent in an Objective Connect folder, which you have been invited to access via email. Appendix A - Part C - Resource Consent Approved Appendix A - Part C - EPA Approved Appendix A - Part C - Building Consent Approved Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,29188576,Request for Proposals,Closed Competition,"RFP: 114-116 & 132-134 Hoffman Street, Hokitika, West Coast.",,20240410,20240520,20240611,,Sole Agency,No,,"Due to the size of some of the files an Objective Connect folder invitation will be sent to you with the following files: Appendix A - Part C - Hoffman 114-116 Appendix A - Part C - Hoffman 132-134 Appendix J - Quality Assurance and Homestar Material - Construct Only",Not Awarded,"Until we get further direction from the government, state housing projects planned for delivery beyond 30 June 2025 and not already contracted for are paused. For projects where we are part way through a consenting process, we may continue with obtaining consents, however other work will not progress at this stage.",0,20250410 K?inga Ora Homes and Communities,29208459,Request for Proposals,Closed Competition,"RFP: Main Contractor (Build Only) Site A, Glen Innes, Auckland",TRC - Site A,20240412,20240524,20241212,,Sole Agency,No,,"This Request for Proposals (RFP) for the appointment of a main contractor (build only) to construct the project at Site A, 1-10/70, 76, 78 Line Road & 197 - 209 Taniwha Street, Glen Innes, Auckland. The main contractor will be responsible for the construction of 65 dwellings, including: 18 x two-bedroom apartment units 11 x two-bedroom terraces. 36 x three-bedroom terraces. Please note that ""Appendix I - Material to Inform Respondents Proposal"" is too large to upload to GETS. We will send you an objective Connect link from where you can download Appendix I",Awarded,,0,20250410 K?inga Ora Homes and Communities,29236618,Request for Proposals,Closed Competition,"RFP: 19-25 Bledisloe Road, Maraenui, Napier AR106417",AR106417,20240418,20240529,20240930,,All of Government,No,,"AR106417 Bledisloe Rd 19-25, Maraenui, Napier Construction of 9 dwellings consisting of: - 4 two-level, two-bedroom walk-ups (eight dwellings) - 1 standalone, two-storey four-bedroom dwelling. Following respondent email notification please note in the RFP documents we are tendering to a ceiling price and programme duration. This is explained in the RFP and price and non-price files. Please also note the intention to respond letter, Appendix G. Appendix I files will be shared by Objective Connect. If there is any issue in the next 24 hours, let us know and we will share via OneDrive.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29247735,Request for Proposals,Closed Competition,"RFP: Construction Works at 1609 A&B Great North Rd & 14-28 Cadman Ave, Waterview, Auckland",AR102028,20240429,20240514,20240619,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to complete the construction of the following 40 units at 1609 A&B Great North Rd & 14-28 Cadman Ave, Waterview, Auckland: - 12 x 1 bed units (within two x three storey walk ups) - 2 x 2 bed units (with a three storey walk up) - 21 x 3 bed units (within three x three storey walk ups) - 3 x 4 bed units (one stand-alone building and one duplex) - 2 x 5 bed units (as a duplex) - 1 x community room (on the ground floor of one of the walk ups) Important Notes: - Site Inspections can be arranged via Kainga Ora as per RFP details. - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,Awarded to panel member.,0,20250410 K?inga Ora Homes and Communities,29273979,Request for Proposals,Closed Competition,17-31 Beauchamp Drive & 4-8 Reverie Place - FOR RESPONSES (Construct Only),,20240423,20240429,20240717,,Sole Agency,No,,"Dear Suppliers, Please use this RFP to submit your responses for the Beauchamp/Reverie RFP (original GETS ID 28833075). The extension to the close date was not extended on the original RFP, and I cannot re-open the RFP. So, I have had to create a new RFP to receive your tender response. Apologies for the inconvenience, and feel free to call me if you are unsure about anything. Kind Regards, Peter Craven 021 0299 3967",Not Awarded,"Funding not approved for this project. if approved in the future, the project will be revisited and re-tendered.",0,20250410 K?inga Ora Homes and Communities,29376859,Request for Proposals,Open Competition,Talking Therapies RFP,,20240513,20240607,20241125,,Sole Agency,No,,"We are seeking to engage a provider or providers to support a nationwide range of confidential talk-based therapies to our people. You will be able to provide one or more of the following: confidential counselling for all Kainga Ora employees as issues arise ongoing Professional Supervision for Kainga Ora employees in roles at higher risk of exposure to psychosocial hazards other talk therapies to help our people manage personal and/or work-related issues which can affect their wellbeing and work performance. The opportunity will include, but not be limited to: services provided with expertise to support a diverse workforce including people who identify as Maori, Pasifika, disability, Rainbow, pan-Asian, neurodiverse and refugee backgrounds. being delivered in the most appropriate way for the situation e.g. individual and group sessions, in-person and virtual modes, onsite support a user-friendly website, digital tools, and accessible booking system with SSO (single sign on) customisable reporting and anonymised data ability to provide some or all the following broader support: o Critical incident responses (e.g. de-briefs after distressing events) o General financial and career guidance o Personal legal advice (excluding employment relations issues) o Addiction (e.g. alcohol and drug) intervention programmes o Tools for leaders (e.g. managing performance and behavioural issues) o Traditional healing (e.g. Rongoa Maori, Mirimiri) o Lifestyle coaching (e.g. activity, nutrition, and sleep). We are open to proposals of alternative talking therapy services that are evidence based and not listed above. Note: We will host an online Briefing Session on Thursday 16 May at 10am. If you would like to attend please email procurementenablingservices@kaingaora.govt.nz with the name of your organisation, full names of those attending from the organisation and their positions and we will provide a Microsoft Teams invite to those people to attend. If you are unable to make this, we will publish the slides as an Addendum to this GETS listing so you can access them after.",Awarded,"Awarded to Telus Health (NZ) Limited, 3 Big Things Limited, and Aki Innovations Limited.",0,20250410 K?inga Ora Homes and Communities,29590754,Request for Proposals,Closed Competition,"RFP: Construction Works at 18-20 Balmoral Road, Whangarei",AR109732,20240613,20240701,20240712,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 18-20 Balmoral Road, Whangarei: - 5 new dwellings (3 x 2 Bed, 2 x 4 Bed) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29590957,Request for Proposals,Closed Competition,"RFP: Construction Works at 26-30 Balmoral Road & 25-27B Townsend Place, Whangarei",AR106313,20240613,20240701,20240712,,Sole Agency,No,,"Kainga Ora is seeking a suitably qualified, experienced and resourced organisation to undertake the construction of the following at 26-30 Balmoral Road & 25-27B Townsend Place, Whangarei: - 20 new dwellings (16 x 3 Bed, 2 x 4 Bed, 2 x 5 Bed) Important Notes: - A number of appendices may be too large to attach in GETS. These files are made available via an Objective Connect workspace. A link will be emailed to you directly in due time.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29608531,Request for Proposals,Closed Competition,Waitangirua Link Road Civil Works,,20240712,20240816,20241001,,Sole Agency,No,,"This RFP relates to the purchase of civil engineering contract works required to deliver the infrastructure needed for Waitangirua Link Road, Porirua. The required Services are described fully in Appendix A1 and Appendix A2 Principals Requirements. Due to file size limitations on GETS, a link to 'Appendix E - Material to Inform' has been sent to you via email. The link will be through Objective Connect. In Appendix E is additional information to support your Response.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29683701,Request for Proposals,Closed Competition,"RFP: Main Contractor (Build Only) Epping Evandale N2.7 & N2.8, Glen Inness, Auckland",TRC - EE 2.7 & 2.8,20240701,20240812,20250109,,Sole Agency,No,,"Kainga Ora is seeking to engage a suitably qualified and experienced main contractor to undertake construction of the project at Epping & Evandale N2.7 & N2.8, Glen Innes, Auckland. Consisting of 34 dwellings, inclusive of civil works comprising the following: 08 x two-bedroom terraces 23 x three-bedroom terraces 03 x five-bedroom terraces This is a Tamaki Regeneration Company (TRC) project which is being delivered by Kainga Ora on their behalf. Please note - due to the size of some files, supporting documentation will be sent to yourself via an objective connect folder.",Awarded,,0,20250410 K?inga Ora Homes and Communities,29759630,Request for Proposals,Closed Competition,"RFP: Construct Only at 361-365 Waiwhetu Rd, Fairfield, Lower Hutt",,20240715,20240816,20240930,,Sole Agency,No,,"RFP for the Construction Only of 8 units at 361-365 Waiwhetu Rd, Fairfield, Lower Hutt. Due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - Resource Consent Approved Documentation Appendix A - Part C - Building Consent Approved Documentation Appendix I - Resource Consent Lodged Documentation Appendix I - Building Consent Lodged Documentation Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,29813914,Request for Proposals,Closed Competition,"RFP: Construct Only at Bedford Rd 47 and Lowry Tce 14, Marewa, Napier",,20240719,20240815,20240920,,Sole Agency,No,,"RFP for the Construction Only of 7 units at 47 Bedford Rd and 14 Lowry Tce, Marewa, Napier. Due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - Original Resource Consent Approved Documentation Appendix I - Building Consent Lodged Documentation Appendix I - Original Resource Consent Lodged Documentation Appendix I - EPA Lodged Documentation Appendix I - Engineering Design and Specification July 2024 Appendix I - Resource Consent Section 127 Application Appendix J - Quality Assurance and Homestar Material - Construct Only",Awarded,,0,20250410 K?inga Ora Homes and Communities,29835364,Request for Proposals,Closed Competition,Panel RFP - Construction - Albertson Ave - AR107578,,20240723,20240826,20241008,,All of Government,No,procurement@kaingaora.govt.nz,"The development, including the construction of 11 new units. The Contract Works, as described fully in Appendix B, require delivery of: 6x 2 bed duplex 2 level, 1x 1 bed 1 level standalone, 1x 2 bed 1 level standalone, 1x 2 bed 2 level standalone and 2x 3 bed 1 level standalone. Note we are in the process of utilising a 3915 Contract. This tender is based on 3910 but we are likely to advise a change to 3915 in ywp weeks. We are releasng the tender today to enable pricing to begin. Please watch for notifications as they are released. Full Appendix I Packs available - https://kaingaora-my.sharepoint.com/:f:/g/personal/daniel_franks_kaingaora_govt_nz/ErVlVu7el4BMmRNP-znpqPYBMJqjQ50kWyIBImPen5u7RQ?e=epNudu",Not Awarded,Project not proceeded.,0,20250410 K?inga Ora Homes and Communities,29854039,Request for Proposals,Closed Competition,"RFP: Construct Only at 5 Dido Pl, Cannons Creek, Porirua",,20240729,20240822,20241001,,Sole Agency,No,,"RFP for the Construction Only of 2 units at 5 Dido Pl, Cannons Creek, Porirua. Please note the applicable contract type for this opportunity is Construct Only 3915 Fixed Price Lump Sum, which is different from the 3910 Construct Only we have typically used in engagements with the Kainga Ora Regional Redevelopment Panel. Due to file size limit allowance - all zip folders will be sent in an Objective Connect folder via email. Appendix A - Part C - Building Consent Approved Documentation Appendix A - Part C - Resource Consent Approved Documentation Appendix A - Part C - For Construction Drawings",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,29942316,Request for Proposals,Closed Competition,"Remediation works at 23 Waratah Street, Birkenhead",,20240808,20240823,20241001,,Sole Agency,No,,"Civil Remediation Works at 23 Waratah Street, Birkenhead, Auckland",Awarded,,0,20250410 K?inga Ora Homes and Communities,29974029,Request for Proposals,Closed Competition,"19 Kerrs Road, Linwood AR111421",AR111421,20240814,20240911,20241217,,All of Government,No,procurement@kaingaora.govt.nz,"The Contract Works, as described fully in Appendix B, require delivery of: 3 x 1 bed single storey stand-alone relocatable units Buildng Consent Files are available for download here - https://kaingaora-my.sharepoint.com/:f:/g/personal/daniel_franks_kaingaora_govt_nz/Ep_GsN8QrWxBi8z-dPsdy3ABb6TcRr42ALs2IFTr7sBqvA?e=103v8k",Awarded,,0,20250410 K?inga Ora Homes and Communities,29974313,Request for Proposals,Closed Competition,34 Princes St - AR112942,AR112942,20240814,20240911,20241127,,All of Government,No,procurement@kaingaora.govt.nz,"The Contract Works, as described fully in Appendix B, require delivery of: 3x2 bed single storey stand-alone relocatable units Buildng Consent Files are available for download here - https://kaingaora-my.sharepoint.com/:f:/g/personal/daniel_franks_kaingaora_govt_nz/Ep_GsN8QrWxBi8z-dPsdy3ABb6TcRr42ALs2IFTr7sBqvA?e=103v8k",Awarded,,0,20250410 K?inga Ora Homes and Communities,29974554,Request for Proposals,Closed Competition,"6 Seafield Pl, South Brighton AR112940",AR112940,20240822,20240916,20241127,,All of Government,No,procurement@kaingaora.govt.nz,"The Contract Works, as described fully in Appendix B, require delivery of: 2x 2-bed Rolleston Relocatable units (single storey standalone homes) relocatable. Buildng Consent Files are available for download here - https://kaingaora-my.sharepoint.com/:f:/g/personal/daniel_franks_kaingaora_govt_nz/Ep_GsN8QrWxBi8z-dPsdy3ABb6TcRr42ALs2IFTr7sBqvA?e=103v8k",Awarded,,0,20250410 K?inga Ora Homes and Communities,29991094,Request for Proposals,Closed Competition,"Relocation, Site/Civil & Completion Works for Rotorua Boys & Massey High School Build Academy Units - 161 Ranolf St & 1453 Amohau St & 1450 Eruera St, Rotorua",,20240815,20240905,20241120,,Sole Agency,No,,"Relocation, Site/civil and completion works for the Rotorua Boys and Massey High School Build Academy Units for the following sites: AR112279 Ranolf St 161, Rotorua AR102645 - Amohau St 1453 & Eruera St 1450, Rotorua These units are currently being stored in Auckland and Cambridge (at separate yards) and will be built at the Kainga Ora sites: The Contract Works, as described fully in Appendix B Number of Dwellings Ranolf St 161, Rotorua 2 Dwellings Description of Dwelling Type2 units x 3bed Number of Dwellings Amohau St 1453 & Eruera St, Rotorua 3 Dwellings Description of Dwelling 1unit x 2bed 2units x 3bed",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,29993241,Request for Proposals,Closed Competition,RFP - Tamaki Demolition Programme - Asbestos testing & surveying consultancy services,,20240815,20240830,20241101,,Sole Agency,No,,The project covers asbestos surveying and clearance inspection services.,Awarded,,0,20250410 K?inga Ora Homes and Communities,30060110,Request for Proposals,Closed Competition,"RFP: Civil Works - 97 Vermont Street, Ponsonby, Auckland",,20240827,20240913,20241107,,Sole Agency,No,,"Kainga Ora is looking for proposals for Cvils works including retaining and piling works at 97 Vermont Street, Ponsonby, Auckland",Awarded,Contract Awarded,0,20250410 K?inga Ora Homes and Communities,30192468,Request for Proposals,Closed Competition,"RFP: 17 Marsden Road, Nelson",,20240916,20241018,20250328,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Project and Contract Works The development, including the construction of 3 x 1 bedroom units at 17 Marsden Road Lot 6 DP 3315 CT NL6C/931. The Contract Works, as described fully in Appendix B Number of Dwellings 3 : Description of Dwelling Type :1 bed standalone Principals Requirements The Principals Requirements for this Project are set out in Appendix A.",Not Awarded,Procurement cancelled or postponed,0,20250410 K?inga Ora Homes and Communities,30199930,Request for Proposals,Closed Competition,"RFP: 1 Masters Place, Kaitaia.",,20240916,20241003,20241119,,Sole Agency,No,,"Transportation of Relocable houses from Dargaville Build Academy to 1 Masters Place, Kaitaia including Site Civils and completion works. Note: Due to the file size exceeding the limit, RC/EPA / BC documentation will be issued via Objective Connect.",Awarded,,0,20250410 K?inga Ora Homes and Communities,30259378,Request for Proposals,Closed Competition,"RFP : 401, 418 & 436 Hazelmere Cres, Te Awamutu",,20240924,20241010,20241121,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Project and Contract Works The development, including the demolition, site & civils, landscaping and completion works to achieve CCC at 402, 418 & 436 Hazelmere Cres, Te Awamutu. The Contract Works, as described fully in Appendix B Number of dwellings 3 X 2-bed unit (OSM) and 3 X 3-bed units (OSM) Principals Requirements The Principals Requirements for this Project are set out in Appendix A,",Awarded,,0,20250410 K?inga Ora Homes and Communities,30302239,Request for Proposals,Closed Competition,"RFP : Construct Only at Lowry Tce 3-5, Marewa, Napier.",,20241001,20241101,20241203,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Project and Contract Works The development, including the construction of six dwellings at # Lowry Terrace and 5 Lowry Terrace, Marewa, Napier. The Contract Works, as described fully in Appendix B, Number of Dwellings 6 (2 x 2-bedroom single storey units in duplex arrangement, 2 x 2-bedroom two-storey units in duplex arrangementand 2 x 3-bedroom two-storey units in duplex arrangement",Awarded,,0,20250410 K?inga Ora Homes and Communities,30311215,Request for Proposals,Closed Competition,"RFP : 56 Rata St, New Lynn, Auckland",,20241002,20241018,20241202,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Project and Contract Works The Asbestos Removal and Demolition at 56 Rata St, New Lynn, Auckland LOT 1 DP 411326 The Contract Works, as described fully in Appendix B, Contract Type The two applicable contracts for this RFP are: MWA for Asbestos Removal MWA for Demolition Additional Information to Inform Proposal Additional information which the Respondent is to take into account when preparing its Response is attached as Appendix I.",Not Awarded,,0,20250410 K?inga Ora Homes and Communities,30312310,Request for Proposals,Closed Competition,"RFP: OSM & Construction at Mahia Rd, 154-162 Wattle Downs, Auckland",AR109379,20241002,20241017,20241202,,Sole Agency,No,,"Kainga Ora is running a secondary procurement process using the 100% Kainga Ora Redevelopment Panel (Auckland) for this project. The development, including the design and construction of 12x4 bedroom two storey units at: 154-162 Mahia Rd, Wattle Downs, Auckland In Scope Design of building consent (under separate CCC agreement), build, installation, completion works and all civils and landscaping within the house (lot) boundary Out of Scope High level site works across the entire site, and all works in the JOALs. EPA and works outside of individual house/lot boundary as contracted by a separate contractor. Kainga Ora State Housing Pipeline Update Kainga Ora social housing projects not already contracted for delivery are under assessment while we work with the Ministry of Housing and Urban Development on locations it would like prioritised under the Public Housing Plan and our approach to housing renewal. This includes the development at Mahia Rd, 154-162, Wattle Downs, Auckland. The outcome of the RFP process to date, and costings received, is being factored into the assessment process. A number of new projects not yet contracted will proceed as we confirm priority locations and renewal budget and optimise construction methodology to ensure best value for money. Pricing Expectation Fixed Lump Sum pricing for the Contract Works must pricing be in-line with the $5,000,000 indicative figure provided in June 2024, to meet the internal value for money benchmarks that determine whether the project can be considered for contracting.",Awarded,,0,20250410 K?inga Ora Homes and Communities,30329122,Request for Proposals,Closed Competition,"RFP: Remediation Works -158 Shaw Road, Oratia, Auckland.",,20241004,20241023,20241216,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Further information on Kainga Ora can be accessed at: www.kaingaora.govt.nz. Project and Contract Works Civil works including construction of two timber retaining walls and two concrete palisade walls. Reinstatement of the driveway and some stormwater/subsoil drainage works, as referenced in the Principals requirement (Appendix A) and Contract Works (Appendix B) and consent documentation. Principals Requirements The Principals Requirements for this Project are set out in Appendix A.",Awarded,,0,20250410 K?inga Ora Homes and Communities,30500412,Request for Proposals,Closed Competition,"RFP : Construct Only at 39 Huxley Rd, Gisborne",,20241025,20241122,20241216,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Project and Contract Works The development, including the construction of 2x4 bedroom single storey units at:39 Huxley Rd, Gisborne Lot 10 DP 4663, CT GS116/252, 923m2. The Contract Works, as described fully in Appendix B, require delivery of 2 x 4 Bed single storey homes. Scope Decontamination, civils and construction of two units at 39 Huxley Rd, Gisborne.",Awarded,,0,20250410 K?inga Ora Homes and Communities,30544347,Request for Proposals,Open Competition,RFP - National Supply of Materials (Carpet and Underlay) to Support Kainga Ora Maintenance and Construction Work.,,20241104,20241129,20250130,,Sole Agency,No,,"Kainga Ora - Homes and Communities (Kainga Ora) invites responses from Respondents to the RFP for the national supply of materials for use within our existing and future national portfolio of residential properties. Kainga Ora will enter supply agreements with successful Respondents, with each agreement specifying the materials to be supplied for Kainga Oras maintenance and build activities. The purpose of this RFP is for Kainga Ora to invite Respondents to submit a response for the supply of materials to be used not only in the maintenance of Kainga Oras national portfolio of residential properties but also in Kainga Oras annual capital improvement, and new build and development programmes. We are approaching the market with our consolidated volumes across maintenance and new construction for carpet and underlay product category. We are looking for a partnership and a collaborative relationship. Please read our RFP documents, any Respondent who intends to submit the Proposals must provide their Intention to Respond by 22 November 2024, so the Objective Connect folder can be arranged for electronic submission.",Not Awarded,"Notice of Information: Change to procurement process Kainga Ora Homes and Communities appreciates the interest in its recent Request for Proposal (RFP) around the supply of carpet and underlay. The contract is part of the organisations National Supply Agreements. The purpose of this notification is to inform the market Kainga Ora has made a commercial decision to close the current procurement process and issue a new RFP. The new RFP will invite submissions from both nylon and wool carpet providers, providing an opportunity to retest market pricing as part of a robust procurement process. Kainga Ora is currently working through the operational requirements to inform the new RFP, which will be published on the Government Electronic Tender Service. Please contact the Kainga Ora Procurement team with any queries NSA2025@kaingaora.govt.nz",0,20250410 K?inga Ora Homes and Communities,30685296,Request for Proposals,Closed Competition,"RFP ; Site, Civils, landscaping and completion works at 1340 & 1360 Rewi Street, Te Awamutu",,20241121,20241122,20241206,,Sole Agency,No,,"Kainga Ora Homes and Communities is a Crown agency that brings together the people, capabilities and resources of KiwiBuild, Housing New Zealand, and its development subsidiary HLC. This will enable a more joined-up approach to supporting the Governments priorities for housing and urban development in Aotearoa New Zealand. The agency is charged with being a world class public housing landlord and leading integrated urban development. Kainga Ora will partner with developers, councils, Maori, government agencies, local communities, and others to enable, facilitate and deliver urban development projects of all sizes. These projects will provide people with good quality, public, affordable and market homes that connect to the jobs, transport, open spaces and facilities needed for communities to thrive. Kainga Ora will also play an essential role in tackling the Governments priorities of ending homelessness and making homes in New Zealand more affordable. Project and Contract Works The development, as described in Appendix B, require the delivery of site, civil, landscaping and completion works at the following address 1340 & 1360 Rewi Street, Te Awamutu. In SCOPE (refer to Appendix B as well) Site remediation (as per the DSI) - any contamination over and above what is detailed would be dealt with as a variation. Site, civils and landscaping Finishings of the units for the site to achieve CCC",Awarded,,750000,20250410 K?inga Ora Homes and Communities,30798960,Request for Proposals,Closed Competition,"RFP: Project Works at 22 Chedworth Drive, Glenfield, Auckland.",,20241210,20250116,20250218,,Sole Agency,No,,"The Contract Works include demolition, preparation and groundworks, cladding, general refurbishment works including fire rated walls, windows and doors, decking and ramps and modifications necessary for high needs group, painting, electrical works, plumbing and drainage works, site works, landscaping, project supervision, site visits, and general site works to return the property to a lettable condition for social housing.",Awarded,,0,20250410 K?inga Ora Homes and Communities,30902502,Request for Proposals,Closed Competition,"RFP: Demolition at 580 Hillsborough Road, Auckland.",,20250117,20250203,20250319,,Sole Agency,No,,"Kainga Ora is running a secondary procurement process using the Kainga Ora National Site Clearance panel for this project. Project and Contract Works The Contract Works, as described fully in Appendix B, is looking to demolish 51 three storey units plus a community room 52 houses at the below address. Site soil decontamination may also be required, while this is pending a report, a provisional sum has been allowed within the Schedule of Price. Blocks 2-4 have been internally stripped and block 1 will have more internal scope. Note: A site visit is strongly recommended, please reach out to procurement@kaingaora.govt.nz to arrange this for the week of 20 January. Key Dates: Intention to Respond due back 22 January by 2400 Questions Close 29 Jan at 4pm Tender Clos 3 February at 12pm (Lunchtime) Business Case At the time of this tender release, the business case has not been approved. This piece of work is ongoing. This project will be subject to confirmed funding and no contract will be entered into without this in place.",Awarded,,0,20250410 Kaipara District Council,21738782,Request for Proposals,Open Competition,Provision of HRIS System for Kaipara District Council,,20191008,20191108,20210301,,All of Government,No,,"The purpose of this RFP is to identify Vendors who have the ability to provide all or some modules of a Human Resource Information System (HRIS) application, including payroll, that would satisfy Kaipara District Councils functional requirements, and identify potential experienced implementation partners that could provide implementation services and ongoing support for the HRIS.",Awarded,,0,20250410 Kaipara District Council,24034286,Request for Proposals,Open Competition,Kaipara District Council Climate Change Risk Assessment,CC001,20210301,20210323,20250312,,Sole Agency,No,,"The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of Council Climate Change Risk Assessment Report and to assist the Council to determine whether or not it wishes to proceed with a procurement of the Risk Assessment. Please note - The mobile phone number on the attached RFIP is incorrect. Please use the number provided below under RFx Contact Information, or email.",Not Awarded,No responses received,0,20250410 Kapiti Coast District Council,20515679,Request for Tenders,Open Competition,Maclean Park Redevelopment Stage 1 - Remaining Pond Removal and Landscape Construction,,20181204,20181219,20200107,,Sole Agency,No,,"Council is revitalising one of Kapitis most loved public spaces and we are looking for a lead civil construction contractor to carry out the works. Maclean Park is one of the premier waterfront parks on the Kapiti Coast and this project is part of the first stage of implementation of a long-term development plan for the park. This will be a high profile public infrastructure project which will continue the transformation of Maclean Park into a high quality, contemporary urban park that the community is proud of. We are seeking tenders from suitably qualified contractors. The works will involve the removal of the remaining existing pond feature and replacement with a high quality public landscape to enhance the character and function of the park. The council will provide landscape designs for the work along with managing all public communications during the works. In addition to the construction works, Council also require civil design services from the successful contractor to verify the landscape design and provide input into the consenting process for earthworks and stormwater. Council will manage and prepare the relevant consent applications with input from the contractor where needed. A preferred supplier will be chosen through this process and we will work with them to finalise specific details required through resource consent process to confirm the detailed design. Full information including drawings is available in the attached documents.",Awarded,,0,20250410 Kapiti Coast District Council,20669983,Request for Quotations,Open Competition,KCDC Rahui Grandstand Refurbishment 2019 C239,2019/C239,20190201,20190219,20191018,,Sole Agency,No,"Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","What we need The Rahui Grandstand was last renovated in 2000. Kapiti Coast District Council is looking at upgrading this public investment located at Otaki Domain, Domain Road, in Otaki. This project will upgrade and improve the existing grandstand, and work will include repairs and maintenance of windows, linings, and steelwork. What we dont want We do not want to rebuild the grandstand. We have a constrained budget and working programme, we do not wish to over spend our budget or delay the proposed programme of works. Whats important to us The Council wishes to obtain the best value possible from this tender process. As a result of this process the Council wants to achieve outcomes that provide: Best quality works within budget and programme. Optimises each assets economic life and minimises asset lifecycle costs Collects and records information relating to the assets, and the work carried out on them that informs asset lifecycle strategy. High standard of Health and Safety management and minimal disruption to residents. Achieves high levels of service during and after construction with particular emphasis on access to the Town Centre. Maintains a healthy level of competition within the market. Why should you bid? This is a unique opportunity to repair this much loved sports grandstand and help to ensure it will continue to serve the local Otaki community. A bit about us The Kapiti Coast District Council is a Territorial Local Authority located 50km north of Wellington city. It has an estimated population of 52,000, with a high percentage of retirees. We enable democratic local decision making to promote the social, economic, environmental and cultural wellbeing of the Kapiti District. We are building Infrastructure that supports resilience and growth projections. This means well plan for growth and invest in the right things at the right time in the right place, to support the needs of our communities.",Not Awarded,"There was only one tender received and it was from Crowe Construction and Associated Limited for 150k (+ GST). Following a tender evaluation process, they were awarded the contract.",0,20250410 Kapiti Coast District Council,20711891,Request for Quotations,Open Competition,Mazengarb Road Shared Path 2019/C232,2019/C232,20190211,20190312,20191018,,Sole Agency,No,"Kapiti Coast District Council, Reception, 175 Rimu Road, Paraparaumu, Kapiti Coast","WHAT WE NEED As a part of our 4 year Stride n Ride Kapiti Coast project, we are looking at delivering off-road shared paths and on-road cycleways which create key commuter connections to railway stations, schools, local town centres and the Kapiti Expressway cycleway. Kapiti Coast District Council is looking at constructing approximately 500m of shared path along the south side of Mazengarb Road between Guildford Drive and Percival Road. This project will connect to the existing shared path along Mazengarb Rd and Guildford Drive to Paraparaumu College. The work scope includes construction of a shared path, driveway and kerb crossings behind the existing kerb and channel. WHY SHOULD YOU BID? This is a unique opportunity to develop part of a main cycleway network that will help shape our community. The works covered in this contract have an Engineers estimated value of $172K. A BIT ABOUT US The Kapiti Coast District Council is a Territorial Local Authority located 50km north of Wellington city. It has an estimated population of 52,000, with a high percentage of retirees. We enable democratic local decision making to promote the social, economic, environmental and cultural wellbeing of the Kapiti District. We are building Infrastructure that supports resilience and growth projections. This means well plan for growth and invest in the right things at the right time in the right place, to support the needs of our communities.",Not Awarded,"There were four prospective tenderers who all submitted their responses manually (via Council's tender drop box). Downer NZ Ltd Madsen & Green Fulton Hogan Mills Albert Ltd Following robust tender evaluation process, the tender was awarded to Downers New Zealand. Price $185,000.00 (+ GST)",0,20250410 Kapiti Coast District Council,20767101,Request for Quotations,Open Competition,KCDC Tasman Road Shared Path 2018/C229,2018/C229,20190222,20190325,20191018,,Sole Agency,No,"Tender Drop Box - Kapiti Coast District Council, Reception, 175 Rimu Road, Paraparaumu","WHAT WE NEED As a part of our 4 year Stride n Ride Kapiti Coast project, we are looking at delivering off-road shared paths and on-road cycleways which create key commuter connections to railway stations, schools, local town centres and the Kapiti Expressway cycleway. Kapiti Coast District Council is looking at constructing approximately 600m of shared path in Otaki to connect the old town with Otaki beach. WHY SHOULD YOU BID? This is a unique opportunity to develop part of a new cycleway network in Otaki that will start to shape this community along with the pending PP20 Expressway. A BIT ABOUT US The Kapiti Coast District Council is a Territorial Local Authority located 50km north of Wellington city. It has an estimated population of 52,000, with a high percentage of retirees. We enable democratic local decision making to promote the social, economic, environmental and cultural wellbeing of the Kapiti District. We are building Infrastructure that supports resilience and growth projections. This means well plan for growth and invest in the right things at the right time in the right place, to support the needs of our communities.",Not Awarded,"Manual responses provided by: Downer NZ Limited were the only Tenderer who tendered for this project and their submission was conforming. The Tender Evaluation team were satisfied they be awarded the contract. Contract awarded at $220k.",0,20250410 Kapiti Coast District Council,21239653,Request for Tenders,Open Competition,Resource Consent Processing Support,2019/C280,20190708,20190722,20190821,,All of Government,No,,"This agreement relates to the purchase of professional services from experienced resource management practitioners to assist in carrying out Councils functions under the Resource Management Act of 1991 with a specific focus on processing applications for resource consents and assessing notices of requirements. The key objective is to ensure that Council has access to sufficient RMA planning expertise and capacity so that statutory timeframes are met, and fair and legally robust processes are run.",Not Awarded,"Name of the successful suppliers: 4Sight Cuttriss Consultants Ltd Hill Young Cooper Incite Sweetman Planning Services Yolanda Morgan",0,20250410 Kapiti Coast District Council,21507612,Request for Proposals,Open Competition,Kapiti Coast District Council - Independent Organisational Review,2019/C304,20190829,20190919,20191010,,Sole Agency,No,,"The elected members of Kapiti Coast District Council (the Council) wish to engage a supplier to conduct an Independent Organisation Review - To identify Councils current performance and capability in specific areas of interest. This includes identifying where Council is already performing well, and where improvement is needed. To recommend improvements in the specific areas of interest that will improve Councils ability to meet its goals and deliverables.",Not Awarded,"Successful supplier is Martin, Jenkins and Associates Limited Open RFP, evaluated using weighted attribute method Contract awarded 10 October 2019",0,20250410 Kapiti Coast District Council,21563222,Request for Quotations,Open Competition,Kapiti Animal Management Centre Building Renewal 2019-C303,2019/C303,20190909,20190927,20191018,,Sole Agency,No,"Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","WHAT WE NEED We need a contractor to manage the upgrade to the Kapiti Coast District Councils Animal Management Centre building located at 24 Fytfield Place, Paraparaumu. The work will include: Part demolition of the northern external wall, due to corrosion from urea and chemicals. Structural work to the portal frames; Interior upgrade, including insulation, ventilation, new ceiling, new floor finishes, improvements due to health and safety concerns; Exterior yard and fencing alterations. The works will enable the Councils animal management centre (shelter) to meet minimum standards for temporary housing of companion animals under the Temporary Housing of Companion Animals and the Animal Welfare Act 2018, and should provide the Council with a good condition animal housing solution for at least seven (7) years. WHAT WE DONT WANT Different contractors working under separate contracts we need to have a Main Contractor that encompasses all of the subcontractors. However, we can nominate contractors that we have been working with on this project, to oversee works. WHATS IMPORTANT TO US Were looking for suppliers that are suitably qualified, skilled and experienced in successfully carrying out this renewal. When evaluating RFQ responses, well be looking at the suppliers capability and capacity to meet our requirements. When we evaluate the proposals of shortlisted suppliers, well be looking at the solutions, methodology and cost proposed. WHY SHOULD YOU BID? The current animal management centre has some shortfalls in terms of health and safety, and the well-being of the animals within its care. The Council wish to upgrade the facility rather than a costly new build. To know that you have helped in the care and protection of animals in the Kapiti area, can be viewed as a rewarding project. A BIT ABOUT US The Kapiti Coast District Council is a Territorial Local Authority located 50km north of Wellington city. It has an estimated population of 52,000, with a high percentage of retirees. We enable democratic local decision making to promote the social, economic, environmental and cultural wellbeing of the Kapiti District. We are building Infrastructure that supports resilience and growth projections. This means well plan for growth and invest in the right things at the right time in the right place, to support the needs of our communities.",Not Awarded,"There were no tenders received for the Animal Management Centre building renewal. Council will re-assess requirements and solutions.",0,20250410 Kapiti Coast District Council,22137880,Request for Proposals,Open Competition,Accounts Payable Automation,,20200106,20200214,20201012,,Sole Agency,No,,"This project aims to introduce automation into the Account Payable process to reduce errors and improve quality, lessen the number of manual steps, and provide greater reporting and interfacing capability. The purpose of this RFP is to invite suppliers to submit a proposal for the delivery of an appropriate solution that enables Councils Finance department to lift service levels in supplier payments and reduce reliance on manual procedures.",Awarded,,0,20250410 Kapiti Coast District Council,22772589,Request for Proposals,Open Competition,Coastal Science and Engineering Services - Takutai Kapiti,2020/C340,20200610,20200715,20201030,,Sole Agency,No,n/a,"The Council is seeking the services of an expert coastal science and engineering provider to advise the KCDC Coastal Team and the Community Assessment Panel(s) in their work. The focus of the KCDC Coastal Team and the Community Assessment Panel(s) is to: provide input into a proposed coastal plan change to the Kapiti Coast District Plan; and develop, assess and recommend preferred coastal adaptation pathways for Kapiti coastal communities over a 100-year period.",Awarded,"Supply of Coastal Science and Engineering Services. RFP evaluated using weighted attribute method. Awarded October 2020.",237000,20250410 Kapiti Coast District Council,24009686,Request for Proposals,Open Competition,Urban Development Plan Change,2021/C340,20210222,20210319,20210503,,Sole Agency,No,,"Council is undertaking work to prepare an urban development plan change which is focused on making a response to the National Policy Statement on Urban Development (NPS-UD), where the District is identified as Tier 1 local authority. This work has many aims but the main one is to create additional housing supply to assist in meeting a shortage occurring gradually over the next 30 years. A proposal is sought for the supply of advice in association with an urban development plan change. Firstly, the development of planning provisions for the Proposed District Plans future urban development zones. These zones are currently a type of Rural zoning which sets the land aside for future urban development. The existing PDP zoning states that a structure plan is needed to unlock the subdivision and development potential of this land. The advice should include determining if this is the most appropriate approach for all of the future urban development zone areas. Secondly, the Council is seeking advice on potential additional sites on the periphery of existing urban areas that could potentially be rezoned for urban development.",Not Awarded,,0,20250410 Kapiti Coast District Council,24093901,Request for Proposals,Open Competition,Giving Effect to Intensification Policies in the National Policy Statement for Urban Development 2020,2020/C340,20210316,20210408,20210525,,Sole Agency,No,,"The Kapiti Coast District Council (the Council) is classified as a Tier 1 local authority in the National Policy Statement on Urban Development (NPS-UD). Among other things, this classification means Council must: Review its Proposed Kapiti Coast District Plan (PDP) to ensure it complies with Policies 1, 3 and 4 (see Part 3 sub-part 6) of the NPS-UD; and Publicly notify a plan change amending the PDP as necessary to achieve compliance with these intensification policies not later than 20 August 2022. While the PDP is enabling of higher and denser urban form in certain locations, and current constraints on density and heights in some locations may prove appropriate after identification and application of qualifying matters (see Policy 4), the strong direction in Policy 3 means Council is likely to propose a number of changes to the PDP to give effect to NPS-UD intensification policies.",Not Awarded,,0,20250410 Kapiti Coast District Council,24745342,Request for Proposals,Open Competition,Te Uruhi Facility Construction - Early Contractor Involvement,,20210902,20210930,20211111,,Sole Agency,No,,"Kapiti Coast District Council is seeking a main building contractor for Te Uruhi - a new community facility at Maclean Park, Paraparaumu Beach. This procurement will use an ECI method and the contractor will first need to provide constructability input into the detailed design. Te Uruhi is a community facility for the Kapiti Coast District that will provide an iconic visitor experience, a biosecurity facility, and tell our local stories as well as the Kapiti Island conservation story. It will celebrate our districts rich cultural history and add to the vibrancy of Maclean Park and Paraparaumu Beach.",Awarded,Contract awarded for ECI phase. Total project cost to be determined.,30000,20250410 Kapiti Coast District Council,25020348,Request for Proposals,Open Competition,KCDC RFP - Te Uruhi Visitor Discovery Experience 2021-C412 Oct21,2021-C412,20211028,20211202,20220308,,Sole Agency,No,,"Were looking for: An indoor and outdoor Visitor Discovery experience as part of Te Uruhi development in Maclean Park, Paraparaumu that provides: o story-telling (using a variety of methods to engage, inform and educate visitors) to locals and people visiting the Kapiti region, in particular Kapiti Island o methods that are interactive, informative, innovative, accessible, ie to people with visual, hearing, or mobility impairments, sustainable, creative, fun o collaboration with our iwi partners and other stakeholders, eg, the Department of Conservation, to determine which stories to tell, their content, and how to tell them. What we need A proposal that describes how you would ideate, develop, collaborate, deliver, install and test collateral to achieve our visitor experience objectives. A Te Uruhi experience that enhances locals and visitors time in Maclean Park, Paraparaumu.",Awarded,"A procurement process has been carried out for the Te Uruhi Visitor Discovery Experience. The approval to award the contract was signed on 11 February 2022. An objective of the Te Uruhi development was to provide a visitor discovery centre to raise awareness around Kapiti's history and the stories therein. One of the two Te Uruhi building pods will incorporate the Visitor Discovery Centre. The company chosen (Art of Fact) demonstrates the ability to provide story-telling, in a manner that's interactive and a fun experience for visitors.",210000,20250410 Kapiti Coast District Council,25571445,Request for Tenders,Open Competition,"2021-C437 Stormwater asset upgrades at Jeep Road, Clunie Avenue and Kainui Catchments Stage 1",C437,20220322,20220408,20220805,,All of Government,No,"Tender Box, Level 1, Civic Building; Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","TENDER NOTICE Tenders are invited from interested suppliers for the Stormwater asset upgrades at Jeep Road,Clunie Avenue and Kainui Catchments Stage 1 The contract covers the following work in Paraparaumu area of Kapiti District not limited to: Installation of new stormwater pipes using open excavation technology Installation of new stormwater pipes using directional drilling technology Rehabilitation of existing pipes using structural lining technologies Installation of new manholes, sumps, sump leads Preparation and submission of as-builts as per Kapiti Coast District Council requirements. All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing and to be received no later than 4pm on 1 April 2022 and addressed to: Paul Halliday Kapiti Coast District Council 175 Rimu Road, Paraparaumu Email: paul.halliday@kapiticoast.govt.nz",Awarded,"Contract awarded price range $1M - $5M",0,20250410 Kapiti Coast District Council,25649680,Request for Tenders,Open Competition,2022-C456 Stormwater Pipe investigations Waikanae Area 1 and Wastewater Pipe Investigations Paraparaumu Area 1,C456,20220404,20220422,20220517,,All of Government,No,"Tender Box, Level 1 Civic Building, Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for the stormwater and wastewater pipe investigations at various locations in the district. The contract covers: Closed Circuit Television (CCTV) of pipes filming, condition coding and reporting Providing As- Built information of assets that are incorrectly positioned or not positioned in Council GIS All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing to receive no later than 4pm on 15 April 2022 and addressed to: Rita OBrien Email: rita.obrien@kapiticoast.govt.nz",Awarded,"Contract Awarded price range $1M - $5M",0,20250410 Kapiti Coast District Council,25673917,Request for Tenders,Open Competition,2021-C443 Rauparaha Street to Huiawa Street Stormwater Upgrades,C443,20220408,20220509,20220524,,All of Government,No,"Tender Box, Level 1 Civic Building, Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for the Rauparaha Street to Huiawa Street Stormwater Upgrades. The contract covers but is not limited to: Obtaining corridor access and permits from the road controlling authority. Preparation and Implementation of Traffic Management Plans (includes temporary traffic management as required), Earthworks Management Plan, Environmental Management Plan, Health and Safety Plan, Quality Assurance Plan. Liaison with and notification to affected parties including installation of project signage boards. Site clearance, location of services, undertaking earthworks and excavation where required. Supply and installation of stormwater pipes, manholes, street catch pits and soakage cells, and all associated road and road reinstatement work. Supply and installation of new water main and re connection of water supply laterals. Removal and replacement of concrete footpaths and vehicle crossings. Reinstatement of areas affected by the contract works Preparation and submission of as-builts as per Kapiti Coast District Council requirements. All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing to receive no later than 4pm on 22 April 2022 and addressed to: Tapiwa Mbona Kapiti Coast District Council 175 Rimu Road, Paraparaumu E mail: tapiwa.mbona@Kapiticoast.govt.nz",Awarded,"Contract awarded. $1M-$5M",0,20250410 Kapiti Coast District Council,25710174,Request for Tenders,Open Competition,2021-C441 Amohia Catchment Stormwater Upgrades - Stage 1,C441,20220420,20220512,20220905,,All of Government,No,"Tender Box, Level 1 Civic Building, Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for the Stage 1 of Amohia Catchment Stormwater Upgrades The contract covers the following work in Paraparaumu area of Kapiti District but limited to: Installation of new stormwater pipes (diameters between 450mm to 1600mm) Installation of new manholes, sumps & sump leads Preparation and submission of as-builts as per Kapiti Coast District Council requirements. All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing and to be received no later than 4pm on 5 May 2022 and addressed to: Paul Busing Kapiti Coast District Council 175 Rimu Road, Paraparaumu Email: paul.busing@kapiticoast.govt.nz",Awarded,"Contract awarded Price range: $1M - $5M; price went above price range.",0,20250410 Kapiti Coast District Council,25753699,Request for Tenders,Open Competition,"2021-C437 Stormwater Asset Upgrades at Jeep Road, Clunie Avenue and Kainui Catchments Stage 1",C437,20220504,20220519,20230317,,All of Government,No,"Tender Box, Level 1 Civic Building, Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for the Stormwater asset upgrades at Jeep Road,Clunie Avenue and Kainui Catchments Stage 1 The contract covers the following work in Paraparaumu area of Kapiti District not limited to: Installation of new stormwater pipes using open excavation technology Installation of new stormwater pipes using directional drilling technology Rehabilitation of existing pipes using structural lining technologies Installation of new manholes, sumps, sump leads Preparation and submission of as-builts as per Kapiti Coast District Council requirements. All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing and to be received no later than 4pm on 12 May 2022 and addressed to: Paul Halliday Kapiti Coast District Council 175 Rimu Road, Paraparaumu Email: paul.halliday@kapiticoast.govt.nz",Not Awarded,please note - ERROR - as tender had been uploaded twice - please see RFx 25571445,0,20250410 Kapiti Coast District Council,25799724,Request for Tenders,Open Competition,2021-C441 Amohia Catchment SW Upgrades Stage 1,C441,20220516,20220715,20230317,,All of Government,No,"Tender Box, Level 1 Civic Building, Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for the Stage 1 of Amohia Catchment Stormwater Upgrades The contract covers the following work in Paraparaumu area of Kapiti District but limited to: Installation of new stormwater pipes (diameters between 450mm to 1600mm) Installation of new manholes, sumps & sump leads Preparation and submission of as-builts as per Kapiti Coast District Council requirements. All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing and to be received no later than 4pm on 27 May 2022 and addressed to: Paul Busing Kapiti Coast District Council 175 Rimu Road, Paraparaumu Email: paul.busing@kapiticoast.govt.nz",Not Awarded,please note - ERROR - as tender had been uploaded twice - please see RFx 25710174,0,20250410 Kapiti Coast District Council,26101559,Request for Tenders,Open Competition,2022-C482 Kapiti Coast District Council Watermain Renewals 2022 / 2023,C482,20220727,20220822,20221018,,All of Government,No,"Tender Box, Level 1, Civic Building, Kapiti Coast District Council, 175 Rimu Street, Paraparaumu","The contract covers: - Water reticulation with associated pipes and fittings. - Earthworks, roading and concrete works associated with water reticulation, including removal of sections of existing obsolete asbestos main and fittings (e.g. hydrant and valve blocks). - Reinstatement of areas affected by contract works. Reinstatement of the working area shall comply with the Code of Practice for Utilities Operators Access to Transport Corridors July 2019 All works are to be undertaken for the purpose as described in the tender documents.",Awarded,"Contract Awarded Price Range: NZ $0.9 M - NZ$ 2.7 M",0,20250410 Kapiti Coast District Council,26184748,Request for Tenders,Open Competition,2022-C501 Paekakariki Seawall Replacement - Phase 1,C501,20220816,20221104,20230602,,All of Government,No,"Kapiti Coast District Council, Civic Building Level 1 - Tender Box, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for Paekakariki Seawall Replacement Phase 1 The contract covers the following work, but not limited to: Earthworks Anchor block walls Concrete Pile and Panel Seawall Rock/ Concrete and Revetment Seawall Accessway (called Accessway 4) Paths, Kerbs & Channel and Pavements Landscaping, Urban Design and Artwork All works are to be undertaken for the purpose as described in the tender documents.",Not Awarded,Tender has not been awarded.,0,20250410 Kapiti Coast District Council,26204353,Request for Proposals,Open Competition,Paraparaumu Wastewater Treatment Plant Clarifier 1 Refurbishment,C503,20220822,20220930,20221027,,All of Government,No,,"We seek an experienced professional contracting company to work collaboratively with the Council to undertake the mechanical refurbishment of Paraparaumu WWTP Clarifier 1. The successful delivery of the outcomes in this RFP is underpinned by relationships and collaboration made by joint decision-making between the Kapiti Coast District Council and the Contractor.",Awarded,,1391207,20250410 Kapiti Coast District Council,26569569,Request for Quotations,Open Competition,Otaki Reservoir Pipes and Fittings,C533,20221103,20221124,20230111,,Sole Agency,No,,"Kapiti Coast District Council is planning to build a new water reservoir to service the Otaki area. To mitigate risks associated with long lead times for certain products, Council wishes to procure pipes and fittings for the inlet, outlet and scour works in advance of construction commencing. We require approximately 4.1km of 355mm OD PE100 pipework and 300 fittings associated with inlet, outlet and scour pipeline construction. We require the items to be delivered by the end of March 2023. However, we understand there are issues with supplying these products across the industry currently, and staged delivery programmes will be considered and evaluated. Products must be on KCDCs approved water products register. Higher pressure rated products may be considered by KCDC Water Assets Manager upon if certified to AS/NZS 4129. Refer: https://www.kapiticoast.govt.nz/media/so3dbfro/js-kcdc-approved-water-products-materials-list-jsaug15.pdf We would like the supplier to use locally sourced products and/or sustainable materials and production methods.",Awarded,,700000,20250410 Kapiti Coast District Council,26752400,Request for Tenders,Open Competition,2022-C539 Otaki Fire Loop Watermain Installation,C539,20221216,20230210,20230323,,All of Government,No,,"Scope of Contract Works includes the supply and installation of: Stage 1 a. DN 200 PVC pipeline in Riverbank Road from Aotaki Street to 60 Riverbank Road. Stage 2 a. DN 200 PVC pipeline in Aotaki Street from Riverbank Road to Main Street. b. DN 150 PVC pipeline in Aotaki Street from the intersection of Main Street and Aotaki Street to Raukawa Road. c. DN 300 DICL pipeline in Main Street and Mill Road from the existing 300 DICL pipe at approximately 34 Main Street to the existing DN 200 PVC at approximately 91 Mill Road. The above scope also includes all associated works with the installation such as valves, hydrants, testing, commissioning, connections and reinstatement works as per the drawings and specifications.",Awarded,Contract Awarded,2379884,20250410 Kapiti Coast District Council,26964637,Request for Tenders,Open Competition,2023-C024 2022/23 Minor Stormwater Capital Works at Various Locations,C024,20230217,20230324,20230518,,All of Government,No,"Tender Box, Level 1 Civic Building, Kapiti Coast District Council, 175 Rimu Road, Paraparaumu","Tenders are invited from interested suppliers for the 2022/23 Minor Stormwater Capital Works at Various Locations in Kapiti District. The contract covers capital works at various locations which include but is not limited to: Obtaining corridor access and permits from the road controlling authority. Preparation and Implementation of Traffic Management Plans (includes temporary traffic management as required), Earthworks Management Plan, Environmental Management Plan, Health and Safety Plan, Quality Assurance Plan. Liaison with and notification to affected parties. Site clearance, locating services, undertaking earthworks and excavation where required. Installation of Soak pits, Sumps and Manholes Installation of pipes using open excavation technology Installation of sub soil drains Structural lining of defective pipes Post construction CCTV inspection of pipes newly installed or renewed using structural lining As-builts as per Kapiti Coast District Council requirements. All works are to be undertaken for the purpose as described in the tender documents. All Tender queries must be submitted in writing and to be received no later than 4pm on 03 March 2023 and addressed to: Nicole Koch Kapiti Coast District Council 175 Rimu Road, Paraparaumu Email: nicole.koch@kapiticoast.govt.nz",Awarded,"Contract awarded - price range $637,457.26 - $1,072,883.40.",0,20250410 Kapiti Coast District Council,27026383,Request for Proposals,Open Competition,Paraparaumu Wastewater Treatment Plant Pond Upgrade,2023-C495,20230303,20230420,20230922,,Sole Agency,No,,"Kapiti Coast District Council requires an upgrade to the Paraparaumu Wastewater Treatment Plant overflow pond to increase its overflow capacity, and to line the pond. The Council is looking to procure a supplier (likely a joint venture or consortium), who can undertake substantial earthworks, including excavation and disposal, grading, levelling and trimming; soil conditioning including dewatering if necessary; compaction; dust control; stockpile shaping and management; and reinstatement. The project also involves temporary removal and reinstatement of a solar array adjacent to the pond. The project is most suited to a supplier, who can provide local construction resource; has experience in earthworks, pond lining and associated electrical works; and has sufficient resource available to meet the project deadline of 30 April 2024 (at latest).",Awarded,,1739000,20250410 Kapiti Coast District Council,27484295,Request for Proposals,Open Competition,Resource Consent Processing Supplier Panel,2022-C502,20230602,20230630,20230801,,Sole Agency,No,"175 Rimu Road, Paraparaumu 5032","The Council seeks to establish a panel of suppliers from which it can purchase the professional services of experienced resource management practitioners. The panel will assist us in carrying out Councils functions under the Resource Management Act (RMA) of 1991, with a specific focus on processing applications for resource consents and assessing notices of requirement. Scope of the work: Assessing and processing of resource consent applications (subdivision and land use consent applications), notices of requirement and other RMA applications. Representing the Council and providing technical advice as required at Resource Consent Hearings before hearings panels, the Environment Court, and other as may be needed. Taking ownership of assigned resource consent workflows. Making connections with other council requirements (e.g. building consent requirements) and ensuring that this information is passed on to the customer. Contributing to team discussions on interpretation matters in a constructive and solutions-focused manner. Undertaking any other duties in conjunction with the resource consents processing roles as may be required and agreed. Maintaining excellent record keeping standards, compiling and recording decisions and correspondence, ensuring both electronic and paper files are accurate and complete. Ensuring initial communication is undertaken promptly and communicated clearly to customers. Providing accurate and professional advice to internal and external customers when processing applications. Bringing any processing errors or customer issues to the attention of the Resource Consents Team Leader or Resource Consents and Compliance Manager as soon as possible and actively working to resolving it promptly. Providing regular workload updates to the Resource Consents Team Leader and Resource Consents and Compliance Manager.",Awarded,Four supplier chosen to meet the business needs.,430000,20250410 Kapiti Coast District Council,27605450,Request for Tenders,Open Competition,Otaki WWTP Inlet Works and Aeration System Upgrade,2023/C009,20230623,20230808,20230911,,All of Government,No,,"The Otaki WWTP provides screening, primary treatment in an aerated lagoon, clarification, and secondary treatment via two oxidation ponds. Designs have been completed; and this construction project is planned to be fast-tracked as part of Councils programme to increase capacity and upgrade inlet works and aeration systems for wastewater facilities in the region. The total value of the works is in the region of $750k-850k. We seek an experienced professional contracting company to work collaboratively with the Council to undertake the new inlet works upgrades and installation of the new aeration system for the aerated lagoon at the Otaki WWTP. The work will be undertaken in two Separable Portions: 1. Separable Portion 1: Construct and integrate the new inlet works into the WWTP. The new inlet works will enable the WWTP to process a higher influent flow rate as per the projected population growth. This will include: a. The new Contra-Shear Milliscreen inlet screen (free issued by Council). b. A new structure for the new screen has been designed and is to be constructed as part of the inlet works portion. 2. Separable Portion 2: Supply, install, and integrate the new aeration system into the aerated lagoon at the WWTP. This will include: a. Concrete lining the base of the aerated lagoon, which is currently unlined. b. The aeration system upgrade, which involves the replacement of the existing three aerators that have reached their service life, with three dry mounted Venturi Jet aerators. c. Installation of two control valves upon the sludge recirculation and wasting system, which will be used to increase the solids retention in the aerated lagoon to improve plant performance. 3. Removal of all decommissioned equipment and waste material from site. A further Provision Item of works may include dredging, removal of gravel, levelling, and concreting within the lagoon base and walls, and installation of a new floor type hydrostatic relief valve to prevent the floatation of the lagoon when it is drained. These works are described in more detail in Section 2 of this RFT. The project is most suited to a supplier who can provide local construction resource; has experience in inlet construction and installation as well as aeration system installation; and has sufficient resource available to meet the project deadline of 30 April 2024 (at latest).",Awarded,"Tender 2023-C009 for the Separable Portion -1 (SP - 1) has been awarded to Max Tarr Infrastructure Engineers. KCDC decided not to proceed with the scope of works under the Separable Portion - 2 (SP-2) at this stage and it potentially will be re-advertised at a later point.",485696,20250410 Kapiti Coast District Council,27779046,Request for Proposals,Open Competition,Kapiti Community Centre - Social and Community Needs Assessment,2023-C074,20230727,20230824,20231016,,Sole Agency,No,,"Kapiti Coast District Council is investigating the re-development of the Te Newhanga Community Centre, to create a space for the community which is inclusive and responsive to existing and future community needs. With the social and community sector experiencing rapid change post-covid, overall resilience impacted and the sector struggling to meet demand, we need to re-determine what needs are being experienced in our community. We are wanting to gain a detailed understanding of what the community wants and needs from a community space, as well as developing a comprehensive understanding of the gaps in the sector, and the current and future needs of the community that could be met by a refreshed community space. This needs assessment must create a clear picture of unmet social and community needs, to ensure that any future development of Te Newhanga Community Centre is fit for purpose for the community, supports the appropriate outcomes and is responsive to community needs. The following is considered in-scope: Review existing reports, needs assessments, community surveys, workshops, interviews, and strategic documents Identify and map existing facilities (including meeting room venues for hire). Identify and engage with existing social sector and community organisations to develop understanding of unmet current and future needs, and immediate priorities. A quantitative analysis of survey and any other data produced during the needs assessment Identify gaps in current provision of services and social infrastructure to meet social needs within the Kapiti Coast areas of Greater Paraparaumu, Raumati, Waikanae (including beaches). Identify current and proposed future developments where these are likely to increase social needs within the community and increase the requirement for community spaces. Identify and prioritise actions and describe their potential social impacts.",Awarded,Price band <$100K,0,20250410 Kapiti Coast District Council,28201954,Request for Tenders,Open Competition,Watermain Installation - Otaki Reservoir Inlet & Outlet,2023-C045,20230929,20231103,20240216,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to submit a tender to the Kapiti Coast District Council for the CN 2023-C045 Otaki Reservoir Inlet & Outlet Watermain Installation contract opportunity. This RFT is a single-step procurement process. Scope of Contract Works includes the Supply & installation of pipelines in Te Manuao Road, Pohatu Road, Old State Highway #1, County Road and Rahui Road in Waitohu, Otaki.",Awarded,,0,20250410 Kapiti Coast District Council,28210702,Request for Tenders,Open Competition,2023-C072 - Maungakotukutuku Stream Revetment Construction,C072,20231002,20231103,20231222,,Sole Agency,No,,"In August 2022, Kapiti Coast District Council (Council) carried out emergency works to protect Maungakotukutuku Road from flooding in the Maungakotukutuku Stream. The works included placing rock in the stream as a temporary measure to protect the road from erosion. Council is now proposing to undertake permanent works in the stream to control the risk of erosion. This Request for Tender (RFT) is an invitation to submit a tender to the Kapiti Coast District Council for the permanent remediation of a section of bank along the Maungakotukutuku Stream by constructing a rock revetment, following a stream diversion. Reinstatement of the road shoulder is also required. Further information about the solution is provided in the tender issue drawings and specifications. The site is located outside number 349 Maungakotukutuku Road, Paraparaumu.",Not Awarded,"contact 2023-C072 Maungakotukutuku Stream Rock Revetment Construction Tender has been awarded to Mills Alber LTD to a price of $455,737.15 excl. GST.",0,20250410 Kapiti Coast District Council,28228793,Request for Tenders,Open Competition,Otaki Reservoir Construction,2023-C039,20231011,20231208,20240308,,Sole Agency,No,,"Kapiti Coast District Council wishes to engage a contractor for the construction of a new 5.5ML reservoir to service the Otaki Township. We would like to work with an established construction company with demonstrated experience in constructing concrete reservoirs. We expect tenderers to partner with one or more experienced subcontractors to perform specialised aspects of the contract. Site description and design features: The project site is located at 71 Te Manuao Road, Otaki. The reservoir tank will be above-ground and of concrete construction using pre-cast panels and a post-tensioned roof. The tank structure is 7m high, with a 34m internal diameter. Designed as an Importance Level 4 (IL4) structure. The site is being prepared by a separate contractor, due to complete by March 2024. The following items are outside of the scope of this procurement/contract: Earthworks and ground improvements (undertaken by a separate contractor(s)) Pipe connection to mains and pumping station (undertaken by a separate contractor(s)) We anticipate that the Contract will commence in December 2023, with site work able to commence from 1 March 2024, and construction of the reservoir tank practically complete by end of November 2024. Practical completion will be dependent on successful testing and commissioning of the reservoir by the Contractor.",Awarded,,0,20250410 Kapiti Coast District Council,28513781,Request for Proposals,Open Competition,Waikanae Community Hub Design Services,2023-C099,20231124,20231220,20240229,,Sole Agency,No,,"Kapiti Coast District Council is looking for design services for all phases from concept to detailed design and construction drawings. The successful tenderer will have proven architecture experience in community facilities projects, partnering with mana whenua, and can provide examples of previous projects of a similar nature and scale. The successful supplier will need to provide the following additional services: Coordination of all design services including specialist input i.e. engineering services and sub-trades. Management of consent applications. Tender documentation for the construction contractor procurement. Provide support to tender briefing, evaluations and interviews. Construction observation and monitoring. The Waikanae Library & Service Centre located at 15 Mahara Place, Waikanae was closed in November 2018 due to poor air quality and the detection of mould. Based on the building condition report, 15 Mahara Place had significant water tightness issues that originated from failing membrane lined roof gutters and an array of failing junction details. The Council has temporarily rehoused the library and service centre at 9 Mahara Place. The structural elements of the building are considered in good condition. The building requires several major weather tightness issues to be resolved along with some minor structural repair works. The Council wishes to strip the building down to the bare structural elements and conduct a major refurbishment.",Awarded,,0,20250410 Kapiti Coast District Council,28724614,Request for Tenders,Open Competition,2023-C108 2023/24 Low Cost Low Risk Programme Physical Works,2023-C108,20240123,20240219,20240408,,All of Government,No,,"2023/24 LOW COST LOW RISK PROGRAMME PHYSICAL WORKS What we need We are embarking on a crucial Low-Cost Low-Risk Programme, focusing on enhancing road safety and pedestrian infrastructure within the Kapiti Coast area. This programme is a vital part of reducing the risk of accidents occurring and improving accessibility for our community. We are seeking a Contractor who can: Minimise costs and increase user satisfaction with the road network. Undertake all practical measures to avoid, remedy or mitigate the social and environmental impacts of their activities. Implement proactive strategies to enable the Contract Works timely completion. Be responsive to the communitys needs and be customer focussed. Develop and implement innovative work methods and/or materials that result in enhanced performance and an overall cost saving. Show a commitment to Health and Safety. Ensure asset records are accurate and up to date. Due to the nature of the Contract Works, tenderers must demonstrate in their submissions that they: Understand the requirements of this Contract. Can provide the necessary resources and commitment to successfully complete the Contract Works. What We Want We are seeking practical and actionable approaches to road safety and pedestrian infrastructure improvements. Proposals should be well-grounded in methods that have a proven track record of success and are feasible within our existing infrastructure. We value tailored solutions that recognise and address the unique characteristics and challenges of each site, rather than a one-size-fits-all approach. Our goal is to implement strategies that are specifically designed to meet the needs of the diverse areas we serve, ensuring that each solution enhances safety and functionality in the most effective and context-sensitive way. Whats important to us We are seeking suppliers with a strong track record in the construction of road safety platforms, who value quality and sustainability. Innovative yet practical solutions are key, along with a strict adherence to health and safety standards. Cost-effectiveness and long-term value are essential, with proposals expected to be clear and grounded in realistic, achievable goals. Experience in supporting local businesses, upskilling the workforce, and considering environmental and cultural aspects in their approach is also important to us. We are interested in suppliers who can deliver high-quality services, value for money and on schedule.",Awarded,"The contract 2023-C108 Low Cost Low Risk Programme Physical Works has been awarded to Wellington Developments Limited on 08 April 2024. The total spend value includes contingencies.",826872,20250410 Kapiti Coast District Council,28984493,Request for Tenders,Open Competition,2024 - C012 Otaki Fire Loop Watermain Installation,2024-C012,20240308,20240418,20240618,,All of Government,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to the Kapiti Coast District Council (also referred to as ""the Principal') for the proposed Otaki Fire Loop Watermain Stage 2 Installation Contract Works along Riverbank Road, Main Highway (Old State Highway 1), Dunstan Street, and ANZAC Road in Otaki, Kapiti Coast. Anticipated Start Date: 27 May 2024 Contract Works Duration: 24 Weeks",Awarded,,0,20250410 Kapiti Coast District Council,29120608,Request for Tenders,Open Competition,Otaki Wastewater Main Upgrade,2024-C021,20240328,20240509,20240812,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to the Kapiti Coast District Council for the Otaki Mill Rd & Aotaki St WW Gravity Main Upgrade in Otaki. The scope includes the supply and installation of: WW Gravity Main a. DN 800 PE 100 PN10 Pipeline (950m long approx.) in Aotaki Street from Riverbank Road to Mill Road. b. DN 500 PE 100 PN10 Pipeline (1650m long approx.) in Mill Road from Aotaki Street to Old State Highway. c. DN 500 PE 100 PN10 Pipeline in (100m long approx.) Rahui Road from Main Highway to Proposed WWMH 39. d. All service connections. Rider Main a. DN 63 PE 100 PN13.6 Pipeline (1500m long approx.) in Mill Road from Aotaki Street to Old State Highway. b. All service connections. The above scope also includes all associated works with the installation such as trenching, pipe bedding, backfilling, valves, hydrants, testing, commissioning, connections, and reinstatement works as per the drawings and specifications. Tenderers are encouraged to visit the site themselves, no appointment is necessary.",Awarded,,0,20250410 Kapiti Coast District Council,29183546,Request for Proposals,Closed Competition,2024-C016 - Road Maintenance Contracts 2025- Professional Services,2024-C016,20240409,20240502,20240522,,All of Government,No,,"As the existing road maintenance contracts are scheduled to complete by end of June 2025, KCDC is seeking to establish new Road Maintenance Contract(s) in alignment with the KCDC Access and Transport Putanga me te waka Procurement Strategy 2023. Following an optioneering review of the contract framework, we have decided to go ahead with an option to split the physical works into four smaller contracts. This is considered the most practical in terms of numbers of contracts, combined with an appropriate option to attract local contractors in the region who have sufficient resources and incentives to establish long-term contractual arrangements with KCDC. The proposed physical works term contracts are: 1. Chipseal Contract 2. Road Maintenance Contract 3. Asphalt Contract 4. Road Marking Contract The Chipseal contract is required to be in place and active for the surfacing season of financial year 2024 2025 as indicated in the table below. This will require the chipseal contract RFT to be expedited and may require running parallel to RFT development of the other contracts. The other three contracts are required to be in place and active for the financial year 2025 2026. Please note that the Traffic Signal and Street Light contract will be tendered outside of this contract. The Professional Services are required to establish the new Road Maintenance Contracts, including the following key stages: Lead the development of procurement plans to define the best approach to purchasing each contract following KCDC Procurement plan Template Type C Prepare new draft specifications, contracts and conditions based on the most updated industry best practices Assist contract officers to develop a schedule of prices as required (Provisional sum activity) Prepare RFT documents for the proposed four contracts and obtain necessary KCDC approvals Prepare and manage responses to Request for Information (RFI) during the tender process Lead tender, evaluation, debriefing and contract award processes Prepare contract signing sets for execution by KCDC and the prospective Contractor(s) Assist contract officers for contracts commencement (Post Award activities - Provisional sum)",Awarded,The successful tenderer for contract 2024-C016 Road Maintenance Contracts 2025 - Professional Services is EGIS who has been awarded on 22 May 2024.,129400,20250410 Kapiti Coast District Council,29468876,Request for Proposals,Open Competition,2024-C368 - Coastal Environment Plan Change,2024-C368,20240523,20240617,20240729,,Sole Agency,No,,The Kapiti Coast District Council (the Council) is seeking expert resource management planning services to prepare a plan change to the Operative Kapiti Coast District Plan (District Plan) addressing coastal erosion hazards. The plan change may also address other issues relating to Councils district planning functions under the Resource Management Act (RMA) concerning management of the coastal environment.,Awarded,,222480,20250410 Kapiti Coast District Council,29860528,Request for Tenders,Closed Competition,2024-C033 KCDC Traffic Monitoring Data Collection Maintenance Contract,2024-C033,20240726,20240816,20241010,,Sole Agency,No,,"The Kapiti Coast District Council (Council) is looking to procure a new Traffic Data Collection Maintenance contract for the next five years between 2024 and 2029. The Council is looking for a qualified and experienced supplier to deliver the following type of traffic counting related services: Vehicle volume and speed tube dual loops count RAMM Data Upload Temporary Traffic Management by Road Category Cycle tube counts Pedestrian video count Intersection video turning count",Awarded,,534225,20250410 Kapiti Coast District Council,29922646,Request for Tenders,Open Competition,CHIPSEAL CONTRACT 2024-2026,2024-C403,20240806,20240902,20241001,,Sole Agency,No,,"Kapiti Coast District Council (KCDC) is responsible for the maintenance and operations of a transport network, including local roads. The Kapiti Coasts position as a gateway to the Wellington region and improved regional transport links make it attractive to people seeking lifestyle changes and housing choice. The Kapiti Coast has undergone significant growth and is forecast to continue to grow over the next 30 years. The KCDC intends to seek proposals from suitably qualified and experienced Contractors for the delivery of annual Chipseal Programme of KCDC roads for an initial 3-year term with subsequent rights of renewal. What we need We are looking for a contracting company which has the resources and capacity to complete our chip-sealing programme over the summer period for each year of the contract. Whats important to us? We recognise that the key driver of our chip seal programme is to resurface the road pavement to restore its waterproofing and trafficability function, so track record, previous experience and adequate resources are key requirements. However, KCDC is also looking for providers who can offer a collaborative approach to contracting with Council and have the capacity and capability to offer broader community and environmental outcomes. Examples of these broader outcomes could include having Living Wage policies, minimising and/or recycling waste product or using bitumen emulsions. KCDC will encourage providers to propose other outcomes they feel may be relevant. Why should you bid? This is a unique opportunity to enter into a multi-year contract and become a long-term partner with KCDC to deliver the annual chipseal contract.",Awarded,"Successful Supplier: Higgins Contractors Limited Supply arrangement: KCDC Annual Chipseal Programme (2 + 2 years) Procurement process: Open RFT evaluated using Supply Quality Premium Contract awarded: 1 October 2024",3064640,20250410 Kapiti Coast District Council,30828975,Request for Tenders,Open Competition,Otaki Civic Theatre Seismic Strengthening,2024/C591,20241216,20250130,20250314,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to submit a tender to the Kapiti Coast District Council for the Seismic Strengthening of Otaki Theatre project opportunity starting in early 2025 and completing no later than February 2026. The primary scope of work is to seismically strengthen the existing theatre structure to achieve an agreed percentage New Building Standard (greater than 70% NBS) whilst maintaining the integrity and character of the existing Heritage Art Moderne building. The scope of work will also address the provision of accessible toilets(s), fire safety upgrade, electrical system upgrade, and accessibility into the building. The Civic Theatre in Otaki is a place of high local heritage significance, which is recognised by its scheduling in the District Plan, item B116, and a wide level of interest in the local community. A site visit will be conducted week commencing 13th January 2025. Final day and times are TBC. Please register your interest in attending a site visit by emailing donna.creary@kapiticoast.govt.nz and advising which days you are available that week. All other questions should be sent via GETS.",Awarded,,0,20250410 Kapiti Coast District Council,30971265,Request for Tenders,Open Competition,2024-C506 Stream and Open Channel Network Maintenance Contract 2025-2027,2024 C506,20250129,20250218,20250312,,All of Government,No,,"In the Kapiti District, the network consists of approximately 210 km of pipes as well as a vast open channel and stream network. Within urban parts of the district, the open channels and streams are typically constrained by surrounding land uses and so require ongoing maintenance to mitigate flood and erosion risk to surrounding properties. Works in the Kapiti District Stream and Open Channel Network, which includes: Contract and information management Inspection activities Hand or machine clearance of vegetation, sediment and or gravel at specific streams (including stream mouth cutting), open channels, culverts, stormwater inlet and outlet points including grills and grates Inspection point, flood gate cleaning Heavy rain/emergency cleaning Responding to open channel and stream network concerns raised by local residents and stakeholders as service requests. Stream and open channel maintenance Vegetation maintenance Miscellaneous improvements, as instructed.",Awarded,"The Contract has been awarded to Mills Albert Ltd for a sum of $1,478,375.72 excluding GST.",0,20250410 KiwiRail Group,12994431,Request for Tenders,Open Competition,Supply of turnouts and related spares for KiwiRail,2015/0104,20150617,20150806,20210517,,Sole Agency,No,,"The purpose of this RFT is to select a Supplier to contract with for the supply of turnouts to KiwiRail used in KiwiRails rail network. The preferred Supplier will be responsible for supplying a range of turnouts, Supplier will also be responsible for supplying a range of turnout spare parts. The contract term will be for five years with two rights of renewal of two years each. Please click on ""Subscribe"" tp this notice to access the tender documents",Awarded,,0,20250410 KiwiRail Group,19669871,Request for Proposals,Open Competition,GPS Units for Wagons,2018/045,20180427,20180517,20201217,,Sole Agency,No,,"KiwiRail has a fleet of approximately 4,000 wagons and uses human led processes to track and manage the wagons. KiwiRail is requiring an off the shelf GPS unit which can be mounted on the headstock of a Wagon and provide the capability of locating wagon assets at any given point in time with accuracy. The successful supplier(s) will be engaged to pilot a proof of concept of 20-30 units, after of which there will be potential further engagement on a full roll-out of the entire Wagon fleet.",Not Awarded,Spark received as per RFP instruction at tenders@kiwirail.co.nz,0,20250410 KiwiRail Group,19720985,Request for Tenders,Open Competition,North Island Ballast Supply,2018/034,20180511,20180601,20210517,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their tenders for the supply of railway ballast for the North Island. Ballast is required for the railway on an on-going basis to support track maintenance requirements and major track projects. The indicative quantity of ballast required is up to 100,000 cubic metres per annum over 5 years.These quantities are based on expected usage requirements The supplied ballast must comply with Specification for the Supply of Crushed and Screened Stone Ballast - .T-SP-MM-60140 effective date 28 Feb 2017 All interested respondents please click on the subscribe to this notice; button below",Not Awarded,the respondents were evaluated in the national open panel for ballst supply,0,20250410 KiwiRail Group,20337727,Request for Tenders,Open Competition,Supply of signaling equipment enclosures,2018/0053,20181027,20181126,20210505,,Sole Agency,No,,This RFT is issued by KiwiRail for the purpose of supplying of Signaling Equipment Enclosure for housing signaling control equipment in the KiwiRail Network. Review the RFT for full details on the requirements for these enclosures.,Awarded,Meet all the requirements for KiwiRail and preferred supplier,0,20250410 KiwiRail Group,20507273,Request for Proposals,Open Competition,10ft Containerised Diesel Generator Sets and Electrification of Wagons,2018/162,20181203,20190128,20191126,,Sole Agency,No,,"KiwiRail invites external organisations to submit their proposals to supply of 10ft Containerized Diesel Generator Sets ( the Goods) and Electrification of Wagons ( the Services) KiwiRail utilizes Generator Sets to power refrigerated containers that transport temperature sensitive food products like milk and cheese. By purchasing additional generator sets and subsequent wagon electrification, KiwiRail aims leverage off higher efficiencies in specific freight corridors along with providing failure redundancy over KiwiRails other generator sets offerings. all tender documentation and necessary information attached.",Not Awarded,The Contract has been awarded to PACE Engineering Ltd,0,20250410 KiwiRail Group,20709882,Request for Tenders,Open Competition,Commercial Heavy Vehicle - Cab & Chassis Supply,2019/010,20190211,20190308,20191108,,Sole Agency,No,,"This RFT is issued by KiwiRail through its Fleet business operation for the purpose of purchasing suitable cab & chassis for hi-rail conversion.KiwiRail currently operates 219 heavy commercial vehicles, 87% of which have been converted to Hi-Rail capability. These trucks are either leased by KiwiRail or owned by KiwiRail but going forward all new trucks are purchased and owned by KiwiRail. Please down all relevant tender documents attached in this RFT, please feel free to contact our Tender Manager through tenders@kiwirail.co.nz if you have any question.",Not Awarded,Contract awarded to Fuso New Zealand Limited,0,20250410 KiwiRail Group,20741620,Request for Tenders,Open Competition,Supply of Logging Cassette Cradles,2018/0186,20190216,20190315,20200224,,Sole Agency,No,,"KiwiRail has developed the logging cassette cradle concept through to final design and issues this documentation as part of this tender RFT package for manufacturers to review & tender for. Read the RFT for additional information & technical drawings.",Not Awarded,"Royal Wolf were awarded the logging cassette contract whilst EXTE were awarded a contract for the supply of logging bolsters. Both contract terms 5 years with one ROR of 5 years - this enables the linkage between the two contracts to be maintained.",0,20250410 KiwiRail Group,20821396,Request for Tenders,Open Competition,2019016 South Island Ballast,2019016,20190311,20190408,20210517,,Sole Agency,No,,"KiwiRail Holdings Limited invites external organisations to submit their tenders for the supply of railway ballast for the Southern Region. Ballast is required for the railway on an on-going basis to support track maintenance requirements and major track projects. The contract term is for 4 years with no right of renewal. The supplied ballast must comply with Specification for the Supply of Crushed and Screened Stone Ballast - .T-SP-MM-60140 effective date 28 Feb 2017 All interested respondents please click on the ""subscribe to this notice"" button below. *Please note that the maximum file size for GETS is 50MB*",Not Awarded,All respondents invited to join national open ballast panel,0,20250410 KiwiRail Group,20962831,Request for Quotations,Open Competition,RFQ / 20ft and 25ft Curtain-sided Containers 2019-128,2019-128,20190418,20190513,20190730,,Sole Agency,No,tenders@kiwirail.co.nz,"The Scope of Procurement under the present RFQ consists of: 108 x 20ft Curtain-sided Containers manufactured in accordance with KiwiRail Specification No. 488 and delivered to Port Of Auckland not later than 18th of October 2019. 30 x 25ft Curtain-sided Containers manufactured in accordance with KiwiRail Specification No. 487 and delivered to Port Of Auckland",Not Awarded,"Winning Respondent: Yangzhou Runyang Logistic Equipment Co., Ltd",0,20250410 KiwiRail Group,21018085,Request for Proposals,Open Competition,RFP 2019-160 Provision of Naval Architect Services,2019-160,20190510,20190607,20190819,,Sole Agency,No,,"RFP 2019-160 Provision of Naval Architect Services is an invitation to Respondents to submit a proposal to KiwiRail for the exclusive provision of specialist naval architect services to KiwiRail's ship replacement project (iReX Project). It is expected that the naval architect will work exclusively with KiwiRail for the end-to-end design, construction and commissioning of the proposed new ships. This includes from the early stages of the ship procurement process (i.e. before issue of the Ship RFI) up until entry of the ships into operational service (and potentially for periods thereafter, for example during the warranty periods). The iReX Project and the requirements for the naval architect services are described further in the attached RFP documents.",Not Awarded,"KiwiRail would like to advise that the successful supplier for RFP 2019-160 Naval Architect Services is OSK-SHIPTECH A/S, Copenhagen, Denmark.",0,20250410 KiwiRail Group,21068318,Request for Proposals,Open Competition,RFP 2019-196 Provision of Ship Broker Services,2019-196,20190529,20190621,20190806,,Sole Agency,No,,"RFP 2019-196 Provision of Ship Broker Services is an invitation to respondents to submit a proposal to KiwiRail for the provision of specialist ship broker services to KiwiRail's ship replacement project (iReX Project). The objective of this procurement is to explore the option of engaging a Ship Broker with particular experience in the procurement of ro-pax ferries. Whether KiwiRail proceeds to engage a Ship Broker for the iReX Project will depend (among other factors) on the commercial and practical value that KiwiRail considers the ship broker can bring to the iReX Project, and whether this can be realised within the operational framework in which KiwiRail is required to operate (which includes requirements relating to probity, transparency and management of conflicts of interest). If KiwiRail engages a ship broker, it is expected that the ship broker will work exclusively for KiwiRail (and its other advisers) throughout the duration of the iReX Project (i.e. from the early stages of the ship procurement process through to the end of the ships warranty periods and all outstanding issues are finally closed out). The iReX Project and the requirements for the ship broker services are described further in the attached RFP documents.",Not Awarded,KiwiRail would like to advise that the successful supplier for RFP 2019-196 Ship Broker Services is Barry Rogliano Salles International S.A. (BRS Group).,0,20250410 KiwiRail Group,21071134,Request for Proposals,Open Competition,KiwiRail New Wagon Procurement,,20190729,20190923,20200601,,Sole Agency,No,,,Not Awarded,,0,20250410 KiwiRail Group,21127699,Request for Proposals,Open Competition,RFP 2019-001 Provision of Systems Engineering Services,2019-001,20190611,20190628,20190816,,Sole Agency,No,,"Managing requirements and interfaces within the iReX Project, between the iReX Project and the wider KiwiRail business and between the iReX Project and external stakeholders is critical to the success of the iReX Project. KiwiRail has decided to adopt a systems engineering approach to managing these requirements and interfaces and to ensure that the iReX Project requirements and interfaces are defined, traced, managed and delivered in a collaborative and integrated manner. KiwiRail is seeking to engage a supplier with experience using systems engineering approaches to define, trace, and manage project requirements and interfaces on complex, multi-faceted and multi-disciplinary engineering projects to establish and manage a requirements and interface management system for the iReX Project. Please refer to the attached RFP documents for further information.",Not Awarded,"The contract has been awarded to Shoal Group Pty Ltd, Adelaide, South Australia.",0,20250410 KiwiRail Group,21271861,Request for Proposals,Open Competition,2019/195 HiRailed Truck Mounted Elevating Work Platform,2019/195,20190716,20190812,20200113,,Sole Agency,No,,"The purpose of this RFP is to establish a preferred supplier for the ongoing purchase of specialised hi-railed truck mounted elevating work platforms. This includes the procurement of the cab & chassis and fire safety improvements and the procurement & installation of the automatic fixed fire suppression (AFFSS) units as required under the HiRail code OM94001. Interested parties please click on the subscribe here button.",Not Awarded,Contract awarded to Manco Engineering & Equipment Company Limited,0,20250410 KiwiRail Group,21477973,Request for Tenders,Open Competition,Woburn Rail Weld Depot - Flash Butt Welding,2019/257,20190823,20190919,20200520,,Sole Agency,No,,"The purpose of this RFT is to engage a flash butt welding (FBW) contractor; with the appropriate skills, equipment and experience in operating welding depots; to assist KiwiRail in efficiently and effectively maintaining its Woburn welding depot, noting the scale of Kiwirails operation. The same contractor is also expected to provide mobile flash butt welding services to KiwiRail as and when required. Rail replacement is on-demand, currently at the rate of track programme 40 track km per year, total 80,000m of rail @50kg/m or 4,000 tonnes per annum (plus projects). New rail is manufactured offshore to KiwiRail specification in a minimum production run of 5,000 tonnes per annum servicing up to one year's requirement. Each 5000-tonne shipment is in 4000 x 25m lengths (1.25 tonne each) delivered to CentrePort (Wellington Port). The rail is unloaded from the ship and transferred to the Rail Weld Depot (RWD) stockpile at Kiwirails Woburn mechanical workshops, located in Lower Hutt. Rail is flash butt welded into longer lengths (50m, 75m, potentially 100m strings) at the Rail Weld Depot before stockpiling and ultimate delivery to the field for installation. The Rail Weld Depot is an outdoor facility, including a welding area, quenching station, weld grinding station and gantries to load the rails.",Awarded,,0,20250410 KiwiRail Group,21522827,Request for Proposals,Open Competition,Scenic Tourism Rolling Stock,2019/241,20190904,20191106,20200224,,Sole Agency,No,,"For all information relating to this Request for Proposal, please refer to attachment '21522827_Scenic Tourism Rolling Stock RFP_Instructions'.",Not Awarded,"Due to not receiving any conforming offers, KiwiRail has made the decision to terminate this Request for Proposal. As such, no contract will be awarded from this RFP.",0,20250410 KiwiRail Group,21522906,Request for Proposals,Open Competition,KiwiRail Wheel Shop Facility Request for Proposal,2019/182,20191024,20200121,20210324,,Sole Agency,No,RollingstockProcurement@kiwirail.co.nz,KiwiRail Wheel Shop Facility Request for Proposal - Please refer to the RFP & attachments for details in relation to this RFP.,Awarded,"Contact KiwiRail Tender Manager if further information is required Contract Commencement: 28 January 2021",0,20250410 KiwiRail Group,21735013,Request for Proposals,Open Competition,Drop table for KiwiRail Palmerston North Depot,2019/0267,20191007,20191104,20200702,,Sole Agency,No,,"Supply, install, commission, technical support and periodic maintenance support for a Single Wheelset and Traction Motor Assemblies Drop Table (Goods/Services) to be installed into the Palmerston North Locomotive Depot, Tremaine Avenue, Palmerston North, New Zealand. The Goods are to be installed into an existing Drop Pit cavity in the Locomotive Depot - read the enclosed RFP documentation for further information. A onsite inspection is available for parties wanting to inspect the existing Drop Pity Cavity but only where prior arrangements have been made via the tender manager. See addenda one which has a drawing of the existing pit detailed for prospective tenderers information.",Not Awarded,NICHOL BAY HOLDINGS PTY LTD T/AS VECTOR LIFTING were sucessful in being awarded this contract for the supply of one only drop table for KiwiRail Palmerston North,0,20250410 KiwiRail Group,21856966,Request for Proposals,Open Competition,"BWoFs, Building Compliance & IQP",,20191029,20191125,20200703,,Sole Agency,No,,,Not Awarded,Contract awarded to Fire Security Services,0,20250410 KiwiRail Group,21944290,Request for Tenders,Open Competition,Northland Rail Upgrade (NRU) - Concrete Sleeper Supply,,20191120,20191216,20200205,,Sole Agency,No,,,Not Awarded,Inability to meet supply requirements.,0,20250410 KiwiRail Group,21976568,Request for Tenders,Open Competition,Manufacture and Supply of Glued Insulated Joints,2019/326,20191122,20191217,20211101,,Sole Agency,No,5 Rhodes Street," KiwiRail intends to procure the services of an approved rail contractor to manufacture and supply NZ50kg joints (KiwiRail requirements are to a length of up to 8.6m long, 15 angle cut, zero versine, 8mm Insulation end post, and fastened with Huck swage bolts The proposed contract term is five years, with a five year right of renewal at the sole discretion of KiwiRail. Subject to demand, the number of joints required is estimated at 25 - 40+ per month or 300 - 480+ per year. The Glued Insulation Joints (GIJs) should shall be manufactured in accordance with KiwiRail specification (T-SP-MM-60132) and drawing copies attached. Production of Glued Insulation Joints are subject to quality assurance testing, in accordance with KiwiRail specification as set out in T-SP-MM-60132. Objective evidence of quality assurance testing shall be maintained by the supplier including maintaining of records of compliance. KiwiRail may conduct spot audits at the contractors manufacturing facility. Manufactured and completed GIJs will be stored securely at the contractors facilities (if manufactured at a location apart from Woburn Workshops) and delivered to nominated New Zealand depots location(s) specified by KiwiRail; currently Woburn Workshops, Lower Hutt. The respondent must specify the proposed site of manufacture and whether the NZ50kg rail will be purchased from KiwiRail stock, or independently supplied (must meet KiwiRail NZ 50kg rail specifications); or provide pricing for each option.",Awarded,,0,20250410 KiwiRail Group,22156634,Request for Proposals,Open Competition,Supply of Electric Shunt Vehicles,2019/0225,20200205,20200311,20201201,,Sole Agency,No,,"KiwiRail primary objective is to understand what electric shunt vehicles are available that meet the KiwiRail RSAS Small Electric Shunt Vehicle specification 493 and to evaluate such for suitability to perform varying tasks, within KiwiRail's maintenance depot environment. The scope includes: supply, delivery & commissioning; training (user/mtce); recommended spare parts holding; and ongoing technical support & scheduled maintenance services throughout asset life-cycle. Refer to the RFP for full details.",Awarded,Preferred supplier to KiwiRail of electric shunt vehicles (ESV.s) up to 300 tonne on a as required basis,0,20250410 KiwiRail Group,22211161,Request for Tenders,Closed Competition,Wiri to Quay Park Civil and Structural Design,2020/xx,20200128,20200214,20200409,,Sole Agency,No,,"This RFT is issued by KiwiRail through its Auckland Major Projects business operation for the purpose of selecting a preferred respondent to deliver the W2QP Civil and Structural Design needed to progress the Third Main (including Middlemore Station), Wiri and Westfield Junctions and Quay Park sites to construction. The scope of design services will include all Civil and Structural Design and Consenting (NOR, OPW, Resource Consents, Archaeological Authority, Building Consents, Engineering Approvals) to enable KiwiRail to procure the contractors for each site. The chosen respondent will be part of a design team made up of KiwiRail, other Consultants and Nominated Design partners (Siemens for Signals Design) to progress the works.",Not Awarded,The successful respondent for the Wiri to Quay Park Civil Structural Design Package is Jacobs.,0,20250410 KiwiRail Group,22237611,Request for Tenders,Open Competition,KiwiRail Ballast Supply - National Open Panel including Northland Rail Upgrade,82-1,20200130,20200225,20210210,,Sole Agency,No,,"KiwiRail is consolidating previous regional ballast supply panels into a single open panel to assure future capacity, standardisation of process; efficiencies and reduced overheads for those suppliers who operate in more than one KiwiRail region. Suppliers who responded to previous KiwiRail ballast tenders and have signed a new (2020 -2023) ballast supply contract with KiwiRail are invited to join the open panel by a simple application letter in response by email to the tender manager at the time of signing; alternately their new contract will stand. The Northland Rail Upgrade (NRU) Project aims to address deferred maintenance issues between Swanson and Whangarei to improve asset health and resilience, ease current speed restrictions and enable 18 tonne axle loading to support IMEX freight capability. As part of this programme of works, some of the existing railway ballast materials are required to be replaced.",Awarded,"Also on panel (through application and consolidation of previous procurements): Byfords ConstructionCo. Limited ClementsContractorsLimited (NRU and panel) Fulton Hogan HiRock Limited Kieran Oliver Quarries Ltd J Swap Contractors Limited Rosco Contractors Ltd Southern Aggregates Stevenson Resources Limited Winstone Aggregates",0,20250410 KiwiRail Group,22368367,Request for Proposals,Open Competition,2020/039 Property Acquisition Services Panel,,20200227,20200327,20200715,,Sole Agency,No,,This RFP is issued by KiwiRail through its Property business operation for the purpose of supplying Property Advisory Services (acquisition) as part of a national closed panel of suppliers.,Not Awarded,"Contract awarded to the following panelist members Align Limited Thomas Consultants Limited The Property Group Limited WSP New Zealand Limited",0,20250410 KiwiRail Group,22511163,Request for Tenders,Closed Competition,REQUEST FOR TENDER - P2P ECI Main Works Contract,601-002,20200406,20200429,20200817,,Sole Agency,No,,See the attachments for detail,Not Awarded,Please be advised that the contract has been award to the consortium of John Holland and McConnell Dowell (eTRACS),0,20250410 KiwiRail Group,22653526,Request for Tenders,Open Competition,REQUEST FOR TENDER - Train and Traction Control Systems Consultancy Services,2019/012,20200512,20200608,20200907,,Sole Agency,No,,"This RFT is seeking a professional services firm with the relevant specialist skills and capacity to successfully take KiwiRails Train and Traction Control Systems (TTCS) Project through the requirements analysis, specification and procurement phases. A main output of this engagement will be a contract for the delivery and long-term support of replacement train and traction control systems.",Not Awarded,Please be advised that the contract has been awarded to WSP NEW ZEALAND LIMITED,0,20250410 KiwiRail Group,22664968,Request for Proposals,Open Competition,RFP Supply of Electrical and Data Goods,2019/291,20200514,20200702,20210301,,Sole Agency,No,,,Awarded,,0,20250410 KiwiRail Group,22677546,Request for Tenders,Closed Competition,REQUEST FOR TENDER - Auckland Integrated Rail Management Centre - Technical Consultancy Services,2020/060,20200516,20200608,20200907,,Sole Agency,No,,"The Auckland Integrated Rail Management Centre (IRMC) Project aims to integrate all the organisations and functions needed to operate train services in the Auckland area to deliver operational efficiencies and provide nationwide resilience. Refer to attached documents for detail.",Not Awarded,Please be advised that the contract has been awarded to WSP NEW ZEALAND LIMITED,0,20250410 KiwiRail Group,22699615,Request for Tenders,Closed Competition,REQUEST FOR TENDER - W2QP Main Works Contract,601-001,20200520,20200626,20200907,,Sole Agency,No,,"Please find attached the Request for Tender for the Wiri to Quay Park Project. Several additional appendices have been provided: - Principals Requirements: Part A - W2QP Baseline Plan on a Page - Contract User Guide KiwiRail request that respondents confirm their intent to submit a response by 5pm 29 May 2020. This must include: - The contact person for the tender team - The nominated person to receive access to the Data Room files on behalf of the tender team (if different from the above) - The companies that form the tender team KiwiRail intends to distribute all supporting information on 2 June 2020 to those parties who have confirmed their intent to submit a response.",Not Awarded,Please be advised that the contract has been awarded to Downer New Zealand Limited.,0,20250410 KiwiRail Group,22709682,Request for Proposals,Open Competition,REQUEST FOR PROPOSAL- Wagon Lifting Jacks,2020/075,20200522,20200626,20201015,,Sole Agency,No,,"KiwiRail Limited invites external organisations to submit their proposals to design, fabricate, install, and commission new wagon lifting jacks and include provision of two year maintenance services. Refer to the attached RFP documents.",Not Awarded,Please be advised that the contract has been awarded to WINDHOFF Bahn- und Anlagentechnik GmbH,0,20250410 KiwiRail Group,23022682,Request for Proposals,Open Competition,2020/091 Fleet Management Services,,20200727,20200828,20210222,,Sole Agency,No,,"KiwiRail is looking to establish a preferred supplier for the provision of nationwide fleet management services. This is a fully managed service including provision and management of KiwiRail's current telematics.",Awarded,Contract awarded to SG Fleet,0,20250410 KiwiRail Group,23178512,Request for Proposals,Open Competition,"2020/207 Hillside, Dunedin - Asbestos Removal, Demolition & Land Remediation",,20200827,20201007,20211015,,Sole Agency,No,,"KiwiRail is intending to procure the services of a single Contractor, lead Contractor to fulfil: 1) Asbestos contamination removal and disposal from Building 1812, Hillside, Dunedin; 2) Demolition of Building 1812, Hillside; and 3) Land contamination remediation",Not Awarded,"Award to: Taggart Earthmoving Ltd. Awarded in 02/06/2021 Contract: NZ3915 Build only.",0,20250410 KiwiRail Group,23200648,Request for Proposals,Open Competition,Contact Center Customer Engagement 2020 / 168,2020/168,20200831,20200928,20210527,,Sole Agency,No,,"KiwiRail operates 3 Service Delivery Centers across New Zealand that look after both internal and external customers. These centers have approximately 140 staff that take customer contacts across 11 functional teams. KiwiRail is now seeking an omnichannel platform that will meet both current and future customer contact needs and has the flexibility to grow with the organisation. KiwiRail is also looking to provide a more digital experience for both its staff and customers, this has been reflected within the requirements. Priorities for the new omnichannel platform: ? Modern and robust IP telephony platform with strong future roadmap ? Native integration into Microsoft Dynamics and any other required data source ? Omnichannel capabilities ? Improved IVR and skills-based routing ? Ability for staff to work from anywhere ? PCI-DSS compliance, including a compliant payment solution ? User friendly configuration interface",Awarded,,0,20250410 KiwiRail Group,23387095,Request for Proposals,Open Competition,Pest Control Services,2020/140,20201002,20201030,20210420,,Sole Agency,No,,The scope of this RFP is for the supply of Pest Control Services inclusive of Associated Consumables at the specified locations that require scheduled pest services and ad-hoc sites as required across KiwiRail nationwide.,Awarded,Contract awarded to Rentokil Initial Limited,0,20250410 KiwiRail Group,23502103,Request for Proposals,Closed Competition,RFP - Concept Designs for Mt Maunganui and Westfield Mechanical Facilities Upgrade Projects,651021-651030,20201023,20201119,20210301,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail"") invites pre-selected parties to submit their proposals (""RFP Response"") to supply Concept Design Consultant services for the Mt Maunganui and Westfield Mechanical Facilities Upgrade Projects. See the attachments for more details",Not Awarded,"Please be advised that as the results of the tender: - BECA was awarded the contract for Concept Concept Designs for Mt Maunganui and, - AURECON was awarded the contract for Concept Designs for Westfield Mechanical Facilities Upgrade",0,20250410 KiwiRail Group,23572871,Request for Proposals,Open Competition,Southdown Business Hub Development,2020/240,20201106,20201202,20210118,,Sole Agency,No,,"The primary outcome of the Contract works is to procure a lead contractor to implement and manage the refurbishment of an existing corporate building located at Southdown Container Terminal Site. This pertains to the development of the existing office located at Southdown (339 Neilson Street) into a KiwiRail Corporate Business Hub. The current building has been stripped out to a bare shell internally and the intention is to undertake a full internal and external refurbishment including expansion of the building to increase the footprint, exterior beautification including entry ways, decks and finishes.",Awarded,"Contract Awarded to Service Resources Limited (""SRL""""",0,20250410 KiwiRail Group,23654432,Request for Proposals,Closed Competition,Request for Proposal - Supply of Mainline Locomotives to KiwiRail,2020/017,20201120,20210129,20211011,,Sole Agency,No,,"Following the completion of Expression of Interest ID 22438850, shortlisted Respondent's are invited to participate in this Request for Proposal for the supply of mainline locomotives to KiwiRail.",Awarded,Contract award for the supply of 57 mainline diesel locomotives following open EOI & closed RFP process,400000000,20250410 KiwiRail Group,23663700,Request for Tenders,Closed Competition,Vegetation Control,2020-200,20201123,20210117,20210517,,Sole Agency,No,,"This is a closed tender for national vegetation control services between 1/7/2021 and 30/6/2026. All responses must be submitted electronically via GETS using the attached appendices.",Awarded,,0,20250410 KiwiRail Group,23667850,Request for Tenders,Open Competition,REQUEST FOR TENDER - NORTHLAND RAIL UPGRADE: TRACK CROPPING AND DRIFTING SERVICES,82-1,20201123,20210118,20210520,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail"") invites external organisations to submit their tenders (""RFT Response"") to provide cropping and drifting works on the North Auckland Line (NAL) from Swanson to Whangarei as part of the Northland Rail Upgrade Programme (NRU) renewals scope of works (""the Goods/Services"") to KiwiRail.",Awarded,Please be advised that the contract has been awarded to Titan Contracting Group Ltd,0,20250410 KiwiRail Group,24013247,Request for Proposals,Open Competition,Heavy Trailer Maintenance Services - Wellington,2021-015,20210223,20210319,20210908,,Sole Agency,No,,"KiwiRail owns and operates heavy trailers, currently 30 new Patchell skeletal trailers are being constructed to 19.45m pro forma HPMV design. This contract will focus on the new trailers and excludes similar trailers operated from the same yard on lease. The number of trailers may increase during the course of the contract subject to KiwiRail requirements. The trailers are used for road bridging operations; carrying containers from rail onto the Interisland line vessels and across Cook Strait at times of high demand; particularly when one of the rail ferries is unavailable e.g. in dry dock. The trailers also provide KiwiRail with resilience in the event rail or port facilities become unavailable, requiring transit of containers by road. The trailers operate in a marine environment, distance travelled per annum is very low (under 2000 kilometres per year) and the trailers are parked in outside storage for significant periods. The contract includes management of all compliance, road user charges, proactive and reactive maintenance to ensure all trailers are safe, fully compliant, and ready for operational use with no notice, whenever required. The requirement for these trailers will cease once the new ferries currently in design phase are operational, potentially in 2027. Primary Location: Railyards Aotea Qy, Wellington. Vehicle requirement: The contracted supplier is required to provide sufficient fully compliant tractor unit(s) to tow the trailers both on and off site as required for the contract. Note: KiwiRail contracts a separate provider for operational towing. Management Requirement: The contracted supplier is required to proactively manage the trailers to ensure that: ? all are moved on site, serviced and maintained at the required intervals ? any reactive maintenance or repairs are conducted as required ? all trailers are safe, fully compliant for road use and ready for operational use on KiwiRail property at no notice.",Awarded,,0,20250410 KiwiRail Group,24044411,Request for Proposals,Open Competition,Request for Proposal - Property Management System,2021/012,20210303,20210326,20220517,,Sole Agency,No,tenders@kiwirail.co.nz,"The purpose of this Request for Proposal (RFP) is to go to market for a software as a service (SaaS) Property Management System. KiwiRail is intending to procure a new Property Management Platform. It will automate, digitise and consolidate manual processes. It will improve customer service and response times. Customers will be able to access a portal via mobility, to obtain their lease documents, arrange maintenance, obtain billing information and make payments. The successful supplier must be able to cater for 35 users in the first year with the ability to increase further in the future. The system must be scalable to support 20,000 agreements and 30,000 land parcels initially scaling to 40,000 agreements",Not Awarded,"After exhaustive evaluation of proposals and shortlisting of preferred suppliers it has been decided not to proceed at this stage. This is primarily due to being subject to ERP system move to SaaS It is likely to be the subject of a future tender and subject to updated requirements. We would like to thank all respondents for submitting proposals.",0,20250410 KiwiRail Group,24111996,Request for Tenders,Open Competition,RFT - Waltham Mechanical Hub Wheel Lathe,2021/074,20210319,20210511,20210924,,Sole Agency,No,,,Not Awarded,HEGENSCHEIDT-MFD GmbH has been awarded the contract,0,20250410 KiwiRail Group,24121200,Request for Tenders,Open Competition,RFT for 25ft Long High Cube Full Single-sided opening Containers,2021/046,20210323,20210420,20210825,,Sole Agency,No,tenders@kiwirail.co.nz,"KiwiRail is looking for 180 pcs of 25ft long High Cube, Full Single-side opening Containers built to KiwiRail Specification 470 for the purposes of moving freight on rail.",Awarded,"The Contract for the supply of Containers has been awarded to Intermodal Solutions Group, Australia",0,20250410 KiwiRail Group,24198255,Request for Tenders,Closed Competition,REQUEST FOR TENDER - Porirua Area Capacity Enhancements (PACE) -Civil Works,,20210414,20210525,20210601,,Sole Agency,No,,,Awarded,,17600834,20250410 KiwiRail Group,24198576,Request for Proposals,Open Competition,REQUEST FOR PROPOSAL - Additional Power Feed,,20210414,20210513,20210913,,Sole Agency,No,,"KiwiRail holdings Limited (""KiwiRail"") invites external organisations to submit their proposals (""RFP Response"") to supply Business Case Professional Services incl. Design and QS services for the additional Power Feed project (Services) to KiwiRail. refer to the The attached RFP for detail",Not Awarded,Please be advised that the contract has been awarded to WSP,0,20250410 KiwiRail Group,24224186,Request for Tenders,Closed Competition,REQUEST FOR TENDER - Tunnel 7 NIMT Rock Dowel Installation,,20210421,20210521,20210716,,Sole Agency,No,,,Awarded,,103928,20250410 KiwiRail Group,24291589,Request for Tenders,Open Competition,Supply Signalling Relays,2021/047,20210511,20210608,20210923,,Sole Agency,No,,"This RFT is issued by KiwiRail through its Signals and Telecommunications business operation for the purpose of identifying a preferred provider of vital signalling relays to be used in the entire KiwiRail network. KiwiRail is intending to procure Q style 12V relays, 24V relays, 50V relays and Track relays for signalling purposes. All relays must meet one of the relevant British Rail Specifications BR9XX",Awarded,,0,20250410 KiwiRail Group,24362625,Request for Tenders,Closed Competition,REQUEST FOR TENDER Design Services Developed & Detailed Design Phase Wellington Train Control Upgrade Project (WTCUP),861003,20210528,20210702,20210924,,Sole Agency,No,,"KiwiRail is seeking a Technical Services Consultant to deliver the Developed & Detailed Design of WTCUP, to IFC level, ready for contractor procurement. Refer to the attachments for more details.",Not Awarded,WSP has been awarded the contract,0,20250410 KiwiRail Group,24379004,Request for Tenders,Open Competition,REQUEST FOR TENDER - Woburn P3 Electrical Upgrade and Site Wide Electrical Resilience Upgrade,2021/229,20210602,20210630,20210909,,Sole Agency,No,,KiwiRail is intending to procure a main contractor to provide electrical services for the KiwiRail Plant 3 Electrical Upgrade and Sitewide Resilience Upgrade Project. Refer the attachment for details,Awarded,Please be advised that the contract has been awarded to Seven Electrical Limited,0,20250410 KiwiRail Group,24456427,Request for Tenders,Closed Competition,REQUEST FOR TENDER - WMUP III Permanent Way Works,2021/103,20210622,20210719,20210922,,Sole Agency,No,,,Not Awarded,Tender process cancelled by client,0,20250410 KiwiRail Group,24472349,Request for Tenders,Closed Competition,Waltham Mechanical Hub Site Remediation,2021/267,20210625,20210728,20210930,,Sole Agency,No,,"KiwiRail Holdings Limited(""KiwiRail"") invites pre-selected parties to submit their tenders (""Response"") to our RFT for Waltham Mechanical Hub Site Remediation (""the Services"") to KiwiRail. The design of the Waltham Mechanical Hub facility is underway and as part of this facility early works is required to undertake demolition, remediation, services installation, and earthworks, prior to the main construction of the Waltham Mechanical Hub. Refer to the attached RFT document for detail. Please note the ""Schedule of rates and basis of payment will be uploaded early next week.",Not Awarded,HEB Construction Limited was awarded the contract,0,20250410 KiwiRail Group,24514811,Request for Tenders,Closed Competition,Bridge 56 and Bridge 63 Renewal - Wairarapa Line,2021/239,20210706,20210817,20220930,,Sole Agency,No,"154 Hutt Road, Kaiwharawhara, Wellington",Renewal of Bridge 56 and Bridge 63 on the Wairarapa Line.,Awarded,,0,20250410 KiwiRail Group,24521671,Request for Proposals,Open Competition,Fibre optic cable laying services,2021- 293,20210707,20210802,20211119,,Sole Agency,No,,"KiwiRail wishes to enter into a contract for a 3 year project to provide fibre optic cable laying services. The immediate requirement is for a 3 year contract for replacement of a 75 kilometre section of the cable between Horotiu and Logans Road, south of Pukekohe. The current cable is at end of life and requires replacement. Appendix 4 sets out detailed requirements. KiwiRail will supply all cable, ducting, pits and splicing (procured under separate contracts). Respondents are invited to tender pricing one or both of the following services: a. Civils (duct and pit installation) b. Optical Cable Hauling/Blowing Each service will be considered separately.",Awarded,,0,20250410 KiwiRail Group,24550082,Request for Tenders,Open Competition,Supply of sanding system for locomotives,2021/0207,20210715,20210816,20220110,,Sole Agency,No,,"KiwiRail is seeking a supplier of locomotive sanding systems who have a proven track record in the supply, installation, commissioning and through life support of sanding systems. The scope of services is for the supply of a sanding system for the transfer of sand to the locomotive. The sanding system compromises of a storage system, a transfer system and a delivery system. Refer to the functional specification attached and all the related documents for further information.",Awarded,Warmed market to this opportunity but limited responses came forward due to limited capability and demand from railways for a low number of sanding systems over a defined period,500000,20250410 KiwiRail Group,24583422,Request for Tenders,Closed Competition,WMH DC RFT,2021/075,20210721,20210917,20211220,,Sole Agency,No,,"The design of the Waltham Mechanical Hub facility has been undertaken in accordance with ISO19650 and is at the end of the Preliminary Design stage, and RFT seeks to procure the main contractor and sub consultant to finalise the design and construct the new and upgraded facilities. Please refer to the attached RFT for detail. Due to a very large package of information, invited suppliers will be given a link to download the Principals Requirements Appendices.",Not Awarded,Calder Stewart Construction has been awarded the contract,0,20250410 KiwiRail Group,24584152,Request for Tenders,Open Competition,REQUEST FOR TENDER For Bridge 13 Hokitika Line Rail Beam Supply,2021/291,20210722,20210910,20220211,,Sole Agency,No,,"This RFT is for the supply of new steel rail beams for the approximately 222m long Taramakau River rail bridge (Bridge 13) on the Hokitika Line between Greymouth and Hokitika on the West Coast. The bridge was originally built as a single-lane combined road and rail bridge. Waka Kotahi (then NZTA) constructed a new separate road bridge further downstream in recent years. The track structure is supported by hardwood timber rail beams. Due to the age of the timber, they have become split and decayed reducing their load capacity, therefore they have been identified for replacement.",Not Awarded,Contract awarded,0,20250410 KiwiRail Group,24603020,Request for Tenders,Open Competition,Scenic Trains Catering,2021/292,20210727,20210902,20220617,,Sole Agency,No,,KiwiRail invites external organizations to submit tender to supply on-board food items for Scenic Trains services.,Awarded,,3000000,20250410 KiwiRail Group,24637086,Request for Proposals,Closed Competition,REQUEST FOR PROPOSAL - TRAIN CONTROL SYSTEM,2019/012,20210804,20211027,20250117,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail"") invites pre-selected parties to submit their proposals (""RFP Response"") to supply a Train Control System (the Goods/Services) to KiwiRail. This RFP is issued by KiwiRail through its Control Systems Integration (CSI) Programme for the purpose of selecting a preferred Respondent to deliver and integrate a new Train Control System to replace all instances of KiwiRails current General Electric RealFlex Train Control System and optionally other control systems. This RFP covers the scope for two separate contracts: i. Systems implementation Agreement - the supply, configuration and commissioning of a Train Control System. ii. Support and Maintenance Agreement - support and maintenance services following acceptance of components of the new Train Control System into service. Refer to the attachments for detail",Not Awarded,Alstom Rail Transportation New Zealand Limited was awarded the contract,0,20250410 KiwiRail Group,24670447,Request for Tenders,Closed Competition,REQUEST FOR TENDER Wagon Jacks Enabling Works,2021/375,20210812,20211001,20211203,,Sole Agency,No,,"KiwiRail have procured separately, multiple Wagon Jack sets for use in several Depots. The Wagon Jacks will be located at Westfield, Mt Maunganui, Kawerau and Palmerston North. There will be two sets of four Jacks at each location. This tender is for the enabling works to prepare the sites for the Wagon Jacks. Work will include resurfacing the existing slabs, modifications to the slabs and pits for cable routes and checks of the electrical power supply to ensure the sockets are ready to receive the Wagon Jack plugs. Refer to the attachments for more details",Not Awarded,Service Resources Limited has been awarded the contract,0,20250410 KiwiRail Group,24740580,Request for Quotations,Closed Competition,Brand Agency 2021 417,2021 417,20210830,20210924,20211125,,Sole Agency,No,,"All the suppliers from the design panel have been invited to respond to this opportunity. If you do not wish to provide a response, please respond by saying so. Scope: KiwiRail is currently without a dedicated brand agency. This means that our brand architecture and ongoing governance and stewardship of the KiwiRail brand, (KiwiRail Freight, Interislander, Interislander Freight, Great Journeys of New Zealand, Coastal Pacific, Tranz Alpine, and Northern Explorer), is not clearly defined. Several of our brands like infrastructure and property are non-existence in presence externally. We want to take a collaborative and one-KiwiRail approach to brand that begins with identifying a new brand agency for all of KiwiRail. We need to create a cross-organisational understanding of our brand architecture, governance, and provide an ongoing management model that will deliver increased value for KiwiRail and its daughter brands. There are a number of burning platforms that require a strong brand identity and presence including the design of the new Interislander ferries as well as the launch of Scenic Plus on our scenic trains. We are looking for a brand agency to help our organisation rationalise existing brands with impartial analysis, provide a framework for ongoing brand management, create a view of an organisational brand steward moving forward, and undertake any creative required for brand refreshes. We need to partner with a brand agency that has immediate capacity to address some of our impending and unmovable timeframes between now and February 2022.",Awarded,"Award includes Phase 1, 2.1 and 2.2: November 2021- March 2022 Phase 1: lnterislander Brand Development Phase 2.1: lnterislander Brand Design Development Phase 2.2: Test Toolkit and Interim Assets",0,20250410 KiwiRail Group,24862993,Request for Tenders,Open Competition,REQUEST FOR TENDER - Terminals Design Services - Interislander Resilient Connection Programme (iReX),2021/481,20210923,20211026,20220211,,Sole Agency,No,,"We require a capable design partner for the delivery of the complete design through to Issued for Construction drawings for the Kaiwharawhara Wellington and Waitohi Picton Ferry Terminals. We are seeking a full-service design partner that meets or exceeds all the requirements of this RFT to form the Terminals Design Team. As we intend to contract with a single entity across both Picton and Wellington, the successful Tenderer will cover all design disciplines needed to deliver the complete design for both the Wellington and Picton Ferry Terminal Designs as described in the Minimum Requirements (and subject to the section below on Specialised Assets). Refer to attachments for detail.",Not Awarded,Note: WSP New Zealand Limited and Jacobs New Zealand Limited were the successful tenderer,0,20250410 KiwiRail Group,24887868,Request for Tenders,Open Competition,Request For Tender - Bridge 16 MID Renewal,2021/383,20210929,20211117,20220126,,Sole Agency,No,,Material Supply and Construction of Bridge 16 MID Line,Not Awarded,This tender has been cancelled.,0,20250410 KiwiRail Group,24932128,Request for Proposals,Open Competition,2020/018 Cleaning & Hygiene Services,2020/018,20211008,20211115,20220901,,Sole Agency,No,,"KiwiRail is intending to procure cleaning & hygiene services (with associated consumables) nationwide. The scope of services: Cleaning: Operational Facilities Passenger Trains Interislander Shoreside facilities Hygiene Operational Facilities Passenger Trains Interislander ships",Awarded,,2800000,20250410 KiwiRail Group,24941994,Request for Tenders,Open Competition,Bridge 43 Midland Line - Renewal Project,2021/443,20211011,20211117,20220218,,Sole Agency,No,,This RFT is issued by KiwiRail through its Capital Projects and Asset Development (CPAD) business operation for the purpose of procuring a contractor to carry out the physical works to replace Bridge 43 on the Midland Line with new steel ones and install maintenance walkways on both sides of the track on the bridge.,Awarded,"Successful Tenderer: HEB Construction Limited Description of goods or services provided: Construction Services Date the contract was awarded: 18 February 2022. Type of procurement process used: Open tender process; one stage (RFT).",2200000,20250410 KiwiRail Group,24945861,Request for Proposals,Open Competition,CONTRACT 2021-830 DRURY STATIONS QUANTITY SURVEYING SERVICES,2021-830,20211012,20211119,20220214,,Sole Agency,No,n/a,"Background The New Zealand Upgrade program South Auckland package has changed to expand investment in new train stations and invest in Drury transport upgrades that support releasing additional housing and connectivity with the stations. Three new rail stations will now be built (two in Drury and one in Paerata). Kiwi Rail has been given the responsibility to deliver the new train stations. The design commission for the Drury Stations project (Drury Station Central, Paerata and Drury Station West) is underway. Complete delivery and user acceptance testing of at least two of the proposed stations, Drury Station Central and Paerata is scheduled for full completion in late 2024. The Drury Rail Stations project will be delivered under a traditional delivery model. The design commission of the stations has recently been awarded. The design contract commenced recently with the potential for early physical works packages to commence in the first quarter of the 2022 program delivery period with the main construction works expected to commence in the first quarter of 2023. The services sought through this request for proposal (RFP) are intended to begin in December 2021 to ensure sufficient onboarding time prior to the end of design Stage Gate A. Requirement The Drury Stations delivery team requires the involvement of a professional quantity surveyor (QS) during the design phase to inform the detailed design in relation to possible construction cost. The need to produce early civil design packages and concept designs to assist consenting (Notices of Requirement and Resource Consents) is critical and that a QS consultant is procured expediently. The proposed contract for this service will contain a provisional item for cost to support the project through the pre-construction and construction phases. The specific role to be sought from the market as part of this procurement is a single, lead quantity surveyor that will be dedicated to the Drury Rail Stations project for the duration of the design contract. The successful quantity surveyor should have sufficient organizational support, both above and below their level, to provide confidence they can deliver the contract requirements through peaks and troughs of demand, particularly at design stage gates.",Awarded,"Debriefs sessions will be provided. Regards, Kathya Smith",0,20250410 KiwiRail Group,24979167,Request for Tenders,Open Competition,Request for Tender - Bridge 13 Hokitika Line Rail Beam Replacement,2021/374,20211018,20211124,20211223,,Sole Agency,No,Not applicable,Supply physical works for the bridge 13 Hokitika Line (Taramakau Bridge) Rail Beam Replacement to KiwiRail.,Awarded,,0,20250410 KiwiRail Group,25068013,Request for Tenders,Open Competition,"Supply of Container Repair, Maintenance and CSC re-Certification Services",2021/539,20211108,20211217,20220217,,Sole Agency,No,,"KiwiRail owns and operates more than 1,000 Containers in about 6 different fleet types. As required by Container Safety Convention (CSC), to ensure safety while utilizing container for intermodal transportation, each container has to be certified (have CSC Plate) once manufactured and re-certified in a period of time of not more than 5 years after manufacturing date and every 30 months thereafter. Associated Inspection, Maintenance and Repair Services will be required for containers to meet requirements of the CSC Re-Certification. KiwiRail will be looking into the annual Inspection and Maintenance. The purpose of this Procurement is to get KiwiRail Container Fleet CSC Re-Certified in accordance with requirements of the International Convention for Safe Containers (CSC) and to ensure further Re-Certification takes place in time as required by Convention. To ensure in-time Re-Certification, KiwiRail Operations is looking into procurement and installation of Container Management System which is not a part of the present project. By conducting this procurement activity KiwiRail aims to engage with Supplier(s) which will help to achieve the purpose by providing Inspection, Maintenance and CSC Re-Certification Services to KiwiRail Containers. In order to perform certification, the Supplier has to have staff, holding IICL Inspector Certificates.",Awarded,,0,20250410 KiwiRail Group,25088200,Request for Tenders,Open Competition,"2021/526 Workshop Demolition Buildings Phase 2 Hillside, Dunedin",2021/526,20211112,20211208,20220316,,Sole Agency,No,,"KiwiRail issues this RFT through its Capital Projects and Asset Development (CPAD), Mechanical Facilities business operation to procure in the market the main contractor to carry out the physical works of Asbestos removal, Buildings demolition and Land remediation services at Hillside workshop, based in Dunedin.",Awarded,"Successful Tenderer: Taggart Earthmoving Limited Description of goods or services provided: Demolition works Date the contract was awarded: 16 March 2022. Type of procurement process used: Open tendering process; one stage (RFT).",3816000,20250410 KiwiRail Group,25135115,Request for Proposals,Closed Competition,KiwiRail Tamper Procurement Package,2021/509,20211122,20220218,20220704,,Sole Agency,No,,"This Rail Tamper Procurement package is for the new supply to KiwiRail of six [6] MTMVs. This comprises: Two [2] tampers Two [2] ballast regulators Two [2] dynamic stabilisers The procurement for supply also includes but is not limited to: Design and construction/manufacturing Delivery Acceptance testing Commissioning Operational training Spare parts Maintenance and service obligations",Awarded,,0,20250410 KiwiRail Group,25138592,Request for Tenders,Open Competition,Supply of Traction Motors for DX Locomotives,2021/606,20211122,20211217,20220211,,Sole Agency,No,,Inventory Levels of Traction Motors require replenishment due to the current aged profile of the GE761 Traction Motors within the DX Locomotive Bogies. By conducting this Procurement KiwiRail is intending to enter into a 5-Year Term supply Agreement with the winning bidder for supply of Traction Motors.,Awarded,,0,20250410 KiwiRail Group,25139478,Request for Proposals,Open Competition,2021/569 Wellington Railway Station Corporate Upgrade,,20211123,20211222,20220228,,Sole Agency,No,,Kiwirail is undertaking a full upgrade of their office spaces at the Wellington Railway Station. The work will involve the upgrade and internal revamp of all corporate floors. This RFP is to determine a lead contractor to deliver this upgrade.,Not Awarded,Contract Awarded to: Alaska Construction & Interiors Wellington Limited,0,20250410 KiwiRail Group,25305275,Request for Tenders,Closed Competition,REQUEST FOR TENDER for Engineers Representative Waltham Mechanical Hub Project,2021/701,20220117,20220215,20220408,,Sole Agency,No,,,Not Awarded,Frequency has been awarded the contract.,0,20250410 KiwiRail Group,25307950,Request for Tenders,Closed Competition,Hillside Redevelopment Project - Main Buildings Construction RFT,2021/625 RFT,20220117,20220225,20220629,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), Mechanical Facilities Upgrade Programme business operation to identify suppliers capable of tendering for the Vertical Construction Buildings services of the Redevelopment of Hillside mechanical facilities site, based in Dunedin, New Zealand.",Awarded,"Successful Tenderer: Calder Stewart Limited Description of goods or services provided: Construction Services Date the contract was awarded: 29 June 2022. Type of procurement process used: Open tendering process; Two stage process (EOI + RFT).",45000000,20250410 KiwiRail Group,25322468,Request for Tenders,Open Competition,REQUEST FOR TENDER Waltham Mechanical Hub Depot Protection System,2021/501,20220120,20220225,20220629,,Sole Agency,No,,,Not Awarded,Freightquip (NZ) Ltd was awarded the contract,0,20250410 KiwiRail Group,25342228,Request for Tenders,Open Competition,Request for Tender For Detailed Design - Mount Maunganui Mechanical Depot Improvement Project,6510121,20220126,20220225,20220826,,Sole Agency,No,,,Not Awarded,Aurecon was awarded the contract,0,20250410 KiwiRail Group,25496729,Request for Proposals,Open Competition,Request for Proposal - National Electricity Supply,2021-233,20220303,20220419,20220727,,Sole Agency,No,,"This tender will be for procurement of electricity for a two-year term from the end of the current contract in October 2022; KiwiRail has sole right of renewal for two further terms 3 years plus 5 years. KiwiRail's electricity supply is in two key areas: Traction (power supply for electric locos and electric motorised units- EMUs) directly from the national grid to substations for Auckland metro 31.8 GWh, Central North Island (NIMTE) 6.7 GWh and Wellington metro (WEA) 23 GWh; billed via the contracted supplier. KiwiRail facilities 18.9GWh TOU (time of use) and 8.9GWh non TOU Power consumption figures are indicative only, based on current usage and will vary when new electric locomotives and new ferries are delivered.",Awarded,Contract award is for five years - price band is $100 million+,0,20250410 KiwiRail Group,25584758,Request for Tenders,Open Competition,KiwiRail Request For Tender - Picton Enabling Works - Culvert Works Package,2022/162,20220324,20220428,20220613,,Sole Agency,No,88-90 Lambton Quay,,Awarded,"Successful Tenderer: Isaac Construction Limited Description of goods or services provided: ECI Stage 1 contract for construction services. Date the contract was awarded: 13 June 2022. Type of procurement process used: Open tendering process; one stage (RFT). Contract awarded to the preferred contractor for the ECI stage 1 contract, only. Successful Tenderer: Isaac Construction Limited.",0,20250410 KiwiRail Group,25584902,Request for Tenders,Open Competition,KiwiRail Request For Tender - Picton Enabling Works - Marine Works Package,2022/158,20220324,20220428,20220603,,Sole Agency,No,88-90 Lambton Quay,,Awarded,"Successful Tenderer: McConnell Dowell Limited Description of goods or services provided: ECI Stage 1 contract for construction services. Date the contract was awarded: 03 June 2022. Type of procurement process used: Open tendering process; one stage (RFT). Contract awarded to the preferred contractor for the ECI stage 1 contract, only.",700000,20250410 KiwiRail Group,25727965,Request for Proposals,Open Competition,"KiwiRail slope Optioneering, Design & Technical support",,20220427,20220526,20220805,,Sole Agency,No,,,Awarded,,122240,20250410 KiwiRail Group,25746798,Request for Tenders,Open Competition,Contract 2022-249 C8 NEWMARKET OVERHEAD LINE EQUIPMENT INSTALLATION WORKS,2022-249,20220502,20220609,20221124,,Sole Agency,No,Not applicable,"Kiwi Rail is looking to procure a suitably experienced and highly skilled physical works contractor to replace and upgrade the overhead line equipment along its rail network and Newmarket Junction. The project comprises modifications to Newmarket Junction that will enable Down Main services from Grafton to directly access Platform 4 of Newmarket Station through the implementation of a single crossover with two diamonds between the NAL Down Main and NBL Down Main, and two turnouts. The project also includes signalling improvements to even out headways between Newmarket and Ellerslie. These modifications are necessary to enable limited stop services between Penrose and Newmarket as a requirement of the post-CRL train plan. Remove and replace OLE structures to accommodate the new configuration. Install new structures and associated OLE material/equipment Install new wiring to alignment Earthing and bonding Complete all ITPs, check sheets and as builts. Procure all material unless issued Free Issue from KiwiRail Supply of all plant, equipment, and labour. Fabricate all material Management and planning of the delivery to ensure a seamless delivery. Testing and Commissioning at the end of the Christmas BOL to support the test train activities",Awarded,,0,20250410 KiwiRail Group,25818112,Request for Tenders,Open Competition,KiwiRail iRex Project - Picton Temporary Terminal Enabling Works,2022/274,20220518,20220621,20220802,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors capable of tendering for the Picton Temporary Terminal Enabling Works as part of the Redevelopment of Picton Terminal site, based in Picton, New Zealand.",Awarded,"Successful Tenderer: CMT Group Limited Description of goods or services provided: Construction Services Date the contract was awarded: 02 August 2022. Type of procurement process used: Open tendering process; one stage (RFT).",2614000,20250410 KiwiRail Group,25862037,Request for Tenders,Open Competition,KiwiRail iRex Project - Wellington Terminal Enabling Works,2022/329,20220526,20220620,20220825,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for the Wellington Terminal Enabling Works as part of the Redevelopment of Wellington Ferry Terminal site, based in Wellington, New Zealand.",Awarded,"Successful Tenderer: John Fillmore Contracting Limited Description of goods or services provided: Construction Services Date the contract was awarded: 25 August 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,25890151,Request for Tenders,Open Competition,KiwiRail iREX Project - Waitohi Picton Terminal Marine and Structures package and/or Civil works,2022/343,20220601,20220715,20220920,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for the iREX Waitohi Picton Terminal Marine and Structures package and/or Civil works packages of work as part of the Redevelopment of Picton Ferry Terminal site, based in Picton, New Zealand. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to find out more about this incredible project and look out for the Request for Tenders on GETs in early June. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us (Aurelio Silva), and we will make it happen to you.",Awarded,"Successful Tenderer: Downer NZ Limited and HEB Construction Limited (Joint Venture) for the ECI phase project. Description of goods or services provided: Early contractor involvement (ECI) for future construction services. Date the contract was awarded: 20 September 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,25900699,Request for Tenders,Open Competition,KiwiRail iREX Project - Kaiwharawhara Wellington Terminal Marine and Civil main works,2022/352,20220603,20220718,20220920,,Sole Agency,No,,"Kia ora Tatou, KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for KiwiRail iREX Project - Kaiwharawhara Wellington Terminal Marine and Civil main works as part of the Redevelopment of Wellington Ferry Terminal site, based in Wellington, New Zealand. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to find out more about this incredible project and look out for the Request for Tenders on GETs in early June. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact the Tender Manager (Aurelio Silva), and we will make it happen to you.",Awarded,"Successful Tenderer: Downer NZ Limited and HEB Construction Limited (Joint Venture) for the ECI phase project. Description of goods or services provided: Early contractor involvement (ECI) for future construction services. Date the contract was awarded: 20 September 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,25913971,Request for Proposals,Open Competition,Request for Proposal - Supply of Track Evaluation Car to KiwiRail,2022/244,20220623,20230127,20231208,,Sole Agency,No,,KiwiRail invites prospective bidders to submit an offer for the supply of one (1) Track Evaluation Car as described and in accordance with the details provided in the attachments.,Awarded,Contract award for the supply of one (1) Track Evaluation Car following an open RFP process.,26000000,20250410 KiwiRail Group,25915076,Request for Tenders,Open Competition,KiwiRail iRex Project - Waitohi Picton Terminal Building Construction Services,2021/357,20220608,20220707,20221102,,Sole Agency,No,,"Kia ora Tatou, KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for KiwiRail iREX Project - Waitohi Picton Terminal Building work package as part of the Redevelopment of Picton Ferry Terminal site, based in Picton, New Zealand. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to find out more about this incredible project and look out for the Request for Tenders on GETs in early June. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact the Tender Manager (Aurelio Silva), and we will make it happen to you.",Awarded,"Successful Tenderer: Hawkins Limited Description of goods or services provided: Early contractor involvement (ECI) for future construction services. Date the contract was awarded: 02 November 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,25917909,Request for Tenders,Open Competition,KiwiRail iRex Project - Kaiwharawhara Wellington Terminal Building Construction Services,2021/359,20220609,20220708,20221102,,Sole Agency,No,,"Kia ora Tatou, KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for KiwiRail iREX Project - Kaiwharawhara Wellington Terminal Building Construction Services package as part of the Redevelopment of Wellington Ferry Terminal site, based in Wellington, New Zealand. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to find out more about this incredible project and look out for the Request for Tenders on GETs in early June. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact the Tender Manager (Aurelio Silva), and we will make it happen to you.",Awarded,"Successful Tenderer: Hawkins Limited Description of goods or services provided: Early contractor involvement (ECI) for future construction services. Date the contract was awarded: 02 November 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,25939797,Request for Proposals,Open Competition,Contract 2022-360 Section A - NRU Surveying Services Kauri to Otiria RFP,2022-360,20220615,20220712,20221012,,All of Government,No,,"KiwiRail is intending to procure a multi-disciplinary consultancy team to carry out 3 packages of work along its rail network from Kauri to Otiria. The packages of work will consist of: - Package One Part A, Topographic Survey Package Two - Part B, Geometric Rail Design Package 3 - Part C Survey Set Out, QA and technical support during Track Construction.",Awarded,Contract awarded to Envivo Limited,0,20250410 KiwiRail Group,25995406,Request for Tenders,Open Competition,KiwiRail iREX Project - Waitohi Picton Civil Enabling works,2022/408,20220630,20220801,20221109,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for the iREX Project - Waitohi Picton Civil Enabling Works as part of the Redevelopment of Picton Ferry Terminal site, based in Picton, New Zealand. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to learn more about this great project. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us, and we will make it happen to you.",Awarded,"Successful Tenderers: CMT Group Limited (SP1) / Isaac Construction Limited (SP2). Description of goods or services provided: Construction Services Date the contract was awarded: 09 November 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,26028622,Request for Tenders,Open Competition,Contract 2022/401 - Request for Tender - CW01 - Pukekohe Station Works - Papakura to Pukekohe Electrification Programme,2022/401,20220708,20220819,20220929,,Sole Agency,No,,"KiwiRail is looking for suitably skilled and experienced contractors for the delivery of CW01 Pukekohe Station Works. It is envisage that the contractor will work with the P2P project team and the wider KiwiRail team to deliver all tasks on time, within budget, with upmost importance placed on Health & Safety and Supplier Diversity with a strong focus on communication and collaboration. This RFT includes all civil and building works at Pukekohe station, summarised as below: ? Construction plans and site construction facilities, ? Coordination with and support for other contractors, ? Select demolition, ? New retaining walls, ? In-ground and above-ground services, ? Formation, ? Platforms, ? Structures and systems, ? Business Technology, ? Electrical and lighting, ? Earthing and bonding, ? Signage, ? Roadworks, ? Hard and soft landscaping, ? Operators facility building (provisional sum), ? Drainage swale north of Pukekohe station, ? Hauling spoil to nominated location(s), ? Miscellaneous other features, ? Quality control and as-built information. Refer to attached Request for Tender document for further details.",Awarded,,0,20250410 KiwiRail Group,26034706,Request for Proposals,Open Competition,INSTALLATION OF DEBRIS FLOW BARRIER AT SLOPE NIMT 36.07 km,,20220712,20220809,20221018,,Sole Agency,No,,,Awarded,,0,20250410 KiwiRail Group,26057186,Request for Tenders,Open Competition,Contract 2022/440 - Request for Tender - CW03 - Open Route Civils - Papakura to Pukekohe Electrification Programme,2022/440,20220715,20220826,20220929,,Sole Agency,No,,"This RFT is for the main civil works scope within the P2P project located on the open route of the railway, north of the Pukekohe Station. The scope for this project is split into two Contracts: 1. Contract Works 3A - Drury Central Station (Waihoehoe Wall, Formation, Formation Drainage) & Glenbrook Spur Formation 2. Contract Works 3B - Drury West Station & Paerata Station (Formation, Drainage, Platform) KiwiRail is seeking to engage up to two suitably qualified contractors, who have the resource, expertise, and capacity to meet the requirements of the RFT as set out by KiwiRail. KiwiRail Data Room Requests for access to the Data Room are to be sent, along with signed Non-Disclosure Agreements, to the Tender Manager: Gemma.Phillips@kiwirail.co.nz. The access will then be provided via e-mail reply.",Awarded,,0,20250410 KiwiRail Group,26069938,Request for Tenders,Open Competition,"Contract 2022/412 - RFT EW03 - Demolition, relocation and/or disassembly (Houses and Greenhouses) for Drury Rail Stations",2022/412,20220721,20220831,20221107,,Sole Agency,No,,"KiwiRail intends to procure the physical work for the Demolition, Relocation and Disassembly enabling works for the Drury Station Programme; including but not limited to Houses, Greenhouses, and ancillary buildings. The intention is to deliver this package in two phases: Phase 1 Removal of houses and ancillary buildings adopting a sustainability hierarchy of removal, salvage/recycle, demolish currently owned properties. Phase 2 Demolition or disassembly/removal of all remaining greenhouses, houses, commercial buildings, sheds, garages, pools once the land has been acquired and any council permits are obtained within two months from KiwiRail notification of availability. The scope of work includes, but is not limited to: Asbestos Testing of each property Where Asbestos Containing Materials (ACM) are found, an Asbestos removal management plan is to be drafted and submitted by the Contractor Removal of buildings from sites adopting a sustainability hierarchy of removal, salvage/recycle, demolish. Capping off of all services and disconnection in a safe manner, i.e., gas, power, communications, three (3) waters (sewer, potable water and stormwater) etc. Leadtime from job order to completion of removal a maximum of two (2) months from KiwiRail project team acquiring each property. Removal of concrete foundation KiwiRail Data Room KiwiRail will use a limited access SharePoint site to share with the RFT Respondents which holds Sections D and E of the RFT document. The Respondent will nominate a lead administration person from their organisation that will have access for the Respondent's organisation for document download. Refer to RFT document section 4.4 for instructions.",Awarded,,0,20250410 KiwiRail Group,26074725,Request for Proposals,Open Competition,Scenic Infotainment System,2022/174,20220721,20220822,20230426,,Sole Agency,No,tenders@kiwirail.co.nz,"The purpose of this RFP is to seek supplier/s for an on/off-board Infotainment Application (App) and Passenger Information Display (PID) system for Scenic passenger carriages and to manage the content with a Content Management System (CMS). Together these systems will deliver audio and video content to passengers before, during and after the actual train journey. Content will include both pre-prepared segments, announcements, and commentary. Delivery of an App that will operate prior to the journey and in conjunction with the PID when on-board (via WIFI) as it is required for the introduction of new vehicle classes.",Awarded,"Bartons Sound Systems Limited as Prime Contractor , Subcontract of components to Passengera s.r.o cz",1300000,20250410 KiwiRail Group,26083708,Request for Tenders,Open Competition,2022/466 - Request for Tender - Western Power Feed Static Frequency Converter (SFC) Supply Package,,20220722,20220916,20230206,,Sole Agency,No,,"The purpose of this RFT is to award a contract to a suitably qualified and experienced Supplier for: The design, supply, install, test, and commission of Static Frequency Converter (SFC) or multiple thereof to deliver the required additional power to the Auckland Network, A three-year Maintenance contract to cover support and spares, and Provision of a Training-the-Trainer course, as part of the Additional Power Feed Project which supports the CRL programme of work As per Vol 1 RFT, Section 4.4, KiwiRail will use a limited access SharePoint site to share information with the RFT Respondents. The reference information that will be issued for the RFT will be managed on this site. Access to the Data Room will be provided upon receipt of your Intention to Respond. The Respondent will nominate a lead administration person from their organisation that will have access for document download. Requests for access to the Data Room are to be sent to the Tender Manager: Gemma.Phillips@kiwirail.co.nz Access will be provided via return e-mail reply. Access to the SharePoint site will close at the RFT submission date. Note that all RFT notifications, questions and clarifications will be managed on GETS.",Awarded,,0,20250410 KiwiRail Group,26148497,Request for Tenders,Closed Competition,Request for Tender - Tunnel 7 Track Slab Replacement,,20220809,20220908,20221012,,Sole Agency,No,,Contract to follow,Awarded,,0,20250410 KiwiRail Group,26186798,Request for Tenders,Open Competition,KiwiRail iREX Project - Waitohi Picton Terminal - Mechanical Depot Construction Services,2022/524,20220816,20221006,20230201,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for the iREX Project - Waitohi Picton Terminal - Mechanical Depot Construction Services as part of the Redevelopment of Picton Ferry Terminal site, based in Picton, New Zealand. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to learn more about this great project. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us, and we will make it happen to you.",Awarded,"Successful Tenderer: CMT Group Limited Description of goods or services provided: Construction Services Date the contract was awarded: 01 February 2023. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,26204655,Request for Tenders,Closed Competition,Bridge 52 MID Rail Beams Supply,2022/494,20220819,20220923,20221031,,Sole Agency,No,Not applicable,,Awarded,The panel recommends Eastbridge Ltd as representing the best value-for-money over the whole-of-life. This decision is based on price and the suppliers conforming tender and ability to meet the project requirements.,0,20250410 KiwiRail Group,26254100,Request for Tenders,Open Competition,KiwiRail iREX Project - Waitohi Picton Terminal - Rail Civils and Railway Construction Services,2022/625,20220831,20220928,20221110,,Sole Agency,No,,"KiwiRail issues this RFT through the Capital Projects and Asset Development (CPAD), iREX Programme to identify contractors with the capacity and capability of tendering for the iREX Project - Waitohi Picton Terminal - Rail Civils and Railway Construction Services as part of the Redevelopment of Picton Ferry Terminal site, based in Picton, New Zealand. KiwiRail is calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to learn more about this great project. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us, and we will make it happen to you.",Awarded,"Successful Tenderer: Martinus Rail NZ Limited Description of goods or services provided: Early contractor involvement (ECI) for future rail construction services. Date the contract was awarded: 10 November 2022. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,26308601,Request for Tenders,Closed Competition,2022/539 Bridge 114 North Island Main Trunk Line Pier Replacement RFT,2022/539,20220908,20221021,20230329,,All of Government,No,,"This RFT is for the replacement of pier 3 and abutment 4 on Bridge 114 on the North Island Main Trunk Line between Rata and Silverhope. Bridge 114 NIMT is a three span steel plate girder rail-over-water bridge which crosses the Porewa Stream located in the Manawatu-Wanganui Region of the North Island approximately 8km south of Hunterville adjacent to SH1. Renewal of the bridge piers is required to reduce the ongoing maintenance costs and minimise the future risk of potential service outage due to the poor condition of the timber elements of the structure and the debris build up and scour risk at pier 3. For the benefit of tenderers, a site visit is scheduled for Thursday 15 September 2022 at 11am. The Meeting point for the site visit is off State Highway 01 across from number 2790 (between Rata and Silverhope). Please note: Tenderers are not to enter the rail corridor alone or before the KiwiRail representative has completed the safety briefing. The following PPE is required: Safety boots, high vis vest, safety glasses. KiwiRail Contacts for the site visit (NOTE: this contact is only for the site visit and is not to be used as a point of contact relating to the tender): Robert Talarkiewicz 027 4050 266 Marty Clare 021 242 5709 Please confirm whether you will attend the site visit by submitting a question on GETS by COB Tuesday 13th September 2022.",Not Awarded,"Contract was not awarded via GETS as no conforming response submitted,",0,20250410 KiwiRail Group,26314516,Request for Tenders,Closed Competition,Request for Tender for Hillside Redevelopment Project Dunedin - Railyard Civil Works Package,2022/379,20220909,20221014,20230120,,Sole Agency,No,,Refer to the attachements,Not Awarded,Taggart has been award the contract for Hillside Redevelopment Project Dunedin - Railyard Civil Works Package,0,20250410 KiwiRail Group,26335098,Request for Tenders,Closed Competition,REQUEST FOR TENDER for Bridge 194 Main South Line Replacement,2022/516,20220914,20221104,20230724,,Sole Agency,No,,Refer to attachments for detail,Awarded,,6337363,20250410 KiwiRail Group,26397237,Request for Proposals,Open Competition,Request for Proposal - Supply of Yard Shunt Locomotives,,20221005,20221221,20231211,,Sole Agency,No,,KiwiRail invites prospective bidders to submit an offer for the supply of up to 35 yard shunt locomotives as described and in accordance with the details provided in the attachments. Please note that the supporting KiwiRail documents referenced in the Specification and the Draft Rolling Stock Asset Framework Agreement (and associated Draft Statement of Work 1) will only be released to Respondents upon execution of a Confidentiality Agreement (refer to Appendix 1 of the RFP Instructions document).,Awarded,Contract award for the supply of 24 Hybrid Battery-Diesel AC Traction Yard Shunt Locomotives following an open RFP process.,205000000,20250410 KiwiRail Group,26440085,Request for Tenders,Open Competition,"KiwiRail iReX Project - Main Works Management, Surveillance and Quality Assurance, MSQA Services",iRex 2022/709,20221007,20221111,20230302,,Sole Agency,No,,"The redevelopment projects of the Picton and Wellington ferry terminals are a tremendous opportunity for suppliers and partners to work with KiwiRail, which will offer state-of-the-art new ferry infrastructure facilities in the region and for all New Zealanders for the years to come. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to learn more about this great project, and look out for the Request for Tender on GETs from late August 2022. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us, and we will make it happen to you.",Not Awarded,This tender has been cancelled until further notice.,0,20250410 KiwiRail Group,26501739,Request for Proposals,Closed Competition,Contract 2021-694 RNGIM Spoil Management Request for Proposal,2021/694,20221018,20221118,20230516,,Sole Agency,No,,"KiwiRail issues this RFP through its Capital Projects and Asset Development (CPAD) business operation to procure in the market a contractor to carry out the physical Services of Spoil Management for the RNGIM Programme. Refer to RFP Document and Appendices for detailed requirements.",Not Awarded,,0,20250410 KiwiRail Group,26567341,Request for Tenders,Closed Competition,Track Warrant and Worksite Protection Project Business Case,,20221108,20221205,20230127,,Sole Agency,No,,"The Future Rail Systems team within KiwiRail has a mission to determine and deploy transformational operational technology which enables a sustainable, low-carbon railway. This project is part of a Control Systems Integration Programme, and the purpose of this project is to look at two key areas of KiwiRail operations where operational technology can be applied to improve both productivity and safety. These two areas are Track Warrant Control and Worksite Protection. This Project is to deliver an indicative cost estimate followed by a full Single Stage Business Case for funding to renew KiwiRails Track Warrant Control system and implement digital communications to execute track access authority (worksite protection) at most locations throughout the rail network. The proposed capital funding source is Upgrade Investment from the Rail Network Investment Plan for the 2025 to 2028 triennium. This investment is enabled by the selection of Alstom as KiwiRails new Train Control System provider and the purchase in 2022 of the ICONIS Mainline signaling software.",Awarded,"The panel recommends Height Project Management as representing the best value-for-money for the scope of work. This decision is based on the ability to meet the criteria, relative price, acceptance of conditions of the contract, and availability for the project.",0,20250410 KiwiRail Group,26582348,Request for Tenders,Open Competition,KiwiRail Request for Tender - Ground Investigation Civil Contractor,,20221104,20221216,20230227,,Sole Agency,No,,,Not Awarded,,0,20250410 KiwiRail Group,26638567,Request for Tenders,Closed Competition,"KiwiRail iReX Project - Terminals Linkspan, AutoMooring System and Gangway - RFT",2022/649 RFT,20221116,20221130,20240308,,Sole Agency,No,,"The redevelopment projects of the Picton and Wellington ferry terminals are a tremendous opportunity for suppliers and partners to work with KiwiRail, which will offer state-of-the-art new ferry infrastructure facilities in the region and for all New Zealanders for the years to come. KiwiRail calling for construction partners to join iReX project: KiwiRail is looking for the best construction partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of works includes buying two new rail enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa New Zealand working across marine and land environments, civil and virtual engineering, rail and road. Were ready to go and now were shifting into delivery mode to get our construction partners on board. Watch the video to learn more about this great project, and look out for the Request for Tender on GETs from late August 2022. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us, and we will make it happen to you.",Not Awarded,The tender has been withdrawal from execution. Thank you very much for your participation in the process.,0,20250410 KiwiRail Group,26669226,Request for Proposals,Closed Competition,2022/807 Western Power Feed: Static Frequency Converter Switchyard Design,,20221123,20230120,20230428,,All of Government,No,,"KiwiRail is intending to procure one contract for the multidisciplined detailed design of the Static Frequency Converter Switchyard. This will feed into the KiwiRail project to procure the Traction Substation Switch Portacom Building Package and the Construction and Commissioning packages. The detailed design will include all field investigations required in the selected KiwiRail owned land located at 337 West Coast Road, Glen Eden, Auckland.",Awarded,,0,20250410 KiwiRail Group,26674000,Request for Tenders,Open Competition,Contract 2022/764 RNGIM OLE REQUEST FOR TENDER,2022/764,20221124,20230209,20230718,,Sole Agency,No,,"This RFT is issued by KiwiRails Rail Network Growth Impact Management (RNGIM) Resilience Programme for the purpose of selecting a preferred respondent to deliver the RNGIM OLE Works with four (4) new resilience cross-overs at NIMT East Sylvia Park and Meadowbank, NIMT South Manurewa and NAL West Fruitvale. KiwiRail will use a limited access SharePoint site to share full RFT documentation with Respondents. The information contained within the data room is detailed within RFT Section 1.1. Respondents will nominate a lead administration person who will have access on behalf of the Respondents organisation for document download. Place a question via GETS titled [insert your organisations name] request for data room access. Access will then be provided via reply in GETS. This contract is for the following scope: ? Removal of OLE to facilitate Civil works delivery (Civil works undertaken by Others) ? OLE Foundation installation ? OLE Masts and Bridge installation ? OLE Small Parts supply and installation ? Cantilever manufacture and installation ? Wiring; o Contact o Catenary, and o Earth ? Registration ? Remote Switches installation ? Earthing and Bonding ? Testing and Commissioning",Awarded,,0,20250410 KiwiRail Group,26701314,Request for Tenders,Open Competition,KiwiRail iReX Project - Picton and Wellington Ferry Terminals 11kV 3-phase Isolation Transformers,2022/859,20221201,20230209,20240308,,Sole Agency,No,,"The redevelopment projects of the Picton and Wellington ferry terminals are a tremendous opportunity for suppliers and partners to work with KiwiRail, which will offer state-of-the-art new ferry infrastructure facilities in the region and for all New Zealanders for the years to come. KiwiRail calling for supply of goods and services partners to join iReX project: KiwiRail is looking for the best equipment partners to work alongside us on the exciting and challenging iReX programme. This $1.45 billion dollars of work includes buying two new rail-enabled ferries and building two new terminals at Waitohi Picton and Kaiwharawhara Wellington. iReX will be an incredible project to work on a unique construction and engineering project and the only project in Aotearoa, New Zealand, working across marine and land environments, civil and virtual engineering, rail and road. We're ready to go, and now we're shifting into the delivery mode to get our construction partners on board. Watch the video to learn more about this great project, and look out for the Request for Tenders on GETs. Please, find below the link to the video hosted on our Vimeo page for your reference. https://vimeo.com/715361497/d2389fe7bc Note: If you find it difficult to access the video link, don't hesitate to contact us, and we will make it happen to you.",Not Awarded,The tender has been withdrawal from execution. Thank you very much for your participation in the process.,0,20250410 KiwiRail Group,26758446,Request for Tenders,Closed Competition,REQUEST FOR TENDER - RAIL GRINDING Phase 3 FY23 FY26,2022/594,20221216,20230317,20230928,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail"") invites shortlisted parties to submit their tenders (""RFT Response"") to supply rail grinding services (""the Goods/Services"") to KiwiRail. Refer to the attachments for detail,",Awarded,"Successful Tenderer: Speno Rail Maintenance Australia Pty Ltd Description of goods or services provided: Rail Grinding services Date the contract was awarded: 28 September 2023. Type of procurement process used: Open tendering process; Two stage tendering process (EOI + RFT).",0,20250410 KiwiRail Group,26831818,Request for Tenders,Closed Competition,Bridge 52 Midland Rail Beams Replacement,2022/829,20230120,20230310,20230421,,Sole Agency,No,,"This RFT is for the physical works to install new steel rail beams for Bridge 52 on the Midland Line south of the Otira township, positioned in between SH73 to west and the Otira river to the east.",Awarded,"Successful Tenderer: Liddell Contracting Limited Description of goods or services provided: Construction Services Date the contract was awarded: 21 April 2023. Type of procurement process used: Open tendering process; one stage (RFT).",1315000,20250410 KiwiRail Group,26832804,Request for Tenders,Closed Competition,RNIP Slip Remediation Bundle Shag Point and Cliff Tunnel,2022/548,20230120,20230303,20230831,,Sole Agency,No,,"1.1.1 This Contract includes two separable portions for the two different locations. Main South Line Shag Point 303.930km; and Main South Line Cliffs Tunnel 356.200km. 1.1.2 The primary outcome of the Contract works is to remediate the two slips and install appropriate measures in order to stabilise the embankments and protect the rail corridor to ensure the track remains operational and safe. 2.2. Scope of Services 1.1.3 The scope of the Contract Works is as described below: 1.1.4 The scope of the works for Cliffs Tunnel is as described below: The supply of materials to deliver and complete the works in accordance with the Contract Documents; Construction of retaining wall to provide stability to the slope; Install of guardrail on reinforced concrete wall; Installation of drainage (sub-soils drains) Excavation and backfill of trial pits Installation of erosion matting; Earthworks including trial pits for geotechnical and archaeological purposes; Completion of miscellaneous tasks associated with stage 1 works; and Track monitoring. 1.1.5 The scope of the works for Shag Point is as described below: The supply of materials to deliver and complete the works in accordance with the Contract Documents; Earthworks to remove debris, treat cracks in slops and removal of boulders as per the Contract Documents; Construction of deep drainage measures; Supply and construction of a low mass block catch wall; Track drainage and formation remediation works including assistance to KiwiRail track teams. See the attachment for more detail",Awarded,"Successful Tenderer: Fulton Hogan Limited Description of goods or services provided: Construction Services Date the contract was awarded: 31 August 2023. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,26908642,Request for Proposals,Open Competition,Request for Proposal - Supply & Installation of EWR Modular Rail Transportation & Handling System,2023/063,20230221,20230414,20231120,,Sole Agency,No,,KiwiRail invites prospective Suppliers/Respondents to submit a proposal for the supply and installation of an EWR Modular Rail Transportation & Handling System as described and in accordance with the details provided in the attachments. Please note that the supporting KiwiRail documents referenced in the Specification (including Specification Appendix 1 - Reference Drawings) and the draft Agreement will only be released to Respondents upon execution of a Confidentiality Agreement (refer to Appendix 1 of the RFP Instructions document).,Awarded,,0,20250410 KiwiRail Group,26960999,Request for Proposals,Open Competition,2022/460 Southdown ACM Stockpile,,20230216,20230316,20230427,,Sole Agency,No,,"KiwiRail is intending to procure services of a suitable accredited lead contractor who will implement the consented work to remove a volume of asbestos contaminated material (14,000 tonnes) from site to an appropriately licensed disposal facility.",Awarded,,1300000,20250410 KiwiRail Group,26961715,Request for Tenders,Open Competition,Supply of railway ballast - National Open Panel,2023/027,20230217,20230317,20230630,,Sole Agency,No,,"This RFT is for the supply of Ballast: Railway ballast is to be manufactured and tested in accordance with the Technical Specification attached to the RFT The Ballast when required, shall be loaded into KiwiRails YJ wagons as per the instructions contained in the RFT or delivered (via truck) to a KiwiRail nominated stockpile site. Note Suppliers who responded to previous KiwiRail ballast tenders and have agreed a 2020-2023 ballast supply contract with KiwiRail are invited to join the open panel by a application letter in response by email to the tender manager, alternatively their new contract will stand.",Not Awarded,Refresh of ballast panel for three years,0,20250410 KiwiRail Group,27126691,Request for Proposals,Open Competition,2023/80-81 Supply of Landside and Marine Fuel,2023/80-81,20230324,20230421,20240125,,Sole Agency,No,tenders@kiwirail.co.nz,"KiwiRail Limited (""KiwiRail"") invites external organisations to submit their proposals (""RFP Response"") to supply bulk fuel (the Goods/Services) to KiwiRail. KiwiRail purchase approximately 47 million liters of bulk fuel for its rail network, container terminals and direct refueling of locomotives and generators across North Island and South Island (together the Landside Fuel), and approximately 32 million liters of bulk fuel for its InterIslander ferries (the Marine Fuel) annually.",Awarded,,473000000,20250410 KiwiRail Group,27275255,Request for Tenders,Open Competition,Wellington Metro Upgrade Programme - Bridge 23 NIMT Renewal,2023-202 BR23,20230501,20230602,20230802,,Sole Agency,No,"Level 13, 88 Lambton Quay","The Wellington Metro Upgrade Programme (WMUP) is issuing this Request for Tenders on behalf of KiwiRails Capital Projects and Asset Development team. WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. The WMUP 3 sub programme is tasked with delivering a package of renewals across track and civil infrastructure assets, in this instance the replacement of the existing timber bridge (Bridge 23) on the NIMT, close to Paekakariki This project will replace Bridge 23 with a single large bespoke design box culvert that will be installed under both mains. We are running this procurement process to engage a physical works contractor who has the requisite capability and experience to deliver the works, who has a track record of successful delivery and who is willing to work with KiwiRails project and track teams in a positive, collaborative manner. The bridge replacement is being procured using the lowest price conforming method. This requires not only a submission of your price to undertake and complete the works, but we would also like to understand your proposed methodology and associated programme. Please contact KiwiRail's Tender Manager to get access to the technical documentation within Volume 2 of the RFT document. You will need to provide the relevant email addresses (Microsoft profile). The scope of work generally includes the following: Enabling works such as temporary site access, laydown areas, fish rescue Preparation of management plans as required by the Principal's Requirements General works such as traffic management and reinstatement of site after all the works have been completed Supply of all necessary materials (bridge superstructure principal supplied) Location, relocation and protection of existing services Replacement of bridge using precast culverts (KiwiRail supplied) Assistance of track replacement with KiwiRail track staff As-built information (2D and 3D)",Awarded,,0,20250410 KiwiRail Group,27376956,Request for Proposals,Open Competition,AMTP Contract 2023/290 - Request for Proposal - Technical Review Services,2023/290,20230510,20230615,20230815,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail"") invites external organisations to submit their proposals to procure the Services of a Technical Writer to review all KiwiRail Maintenance Documents. Following the evaluation of RFP Responses, KiwiRail may: ? Enter negotiations with shortlisted Respondent(s); and/or ? Invite shortlisted Respondents to take part in a further procurement process; or conclude the process without awarding any contracts. Please review documentation attached.",Not Awarded,"We would like to advise all Respondents that KiwiRail is regrettably unable to award this contract out of this procurement process as all submissions are above the initial estimated budget; therefore, proceeding with no contract award.",0,20250410 KiwiRail Group,27403076,Request for Proposals,Open Competition,Wellington Metro Tunnels 1 and 2 Track Work Delivery Support,2023/270,20230517,20230609,20230714,,Sole Agency,No,n/a,"The Wellington Metro Upgrade Programme (WMUP) is issuing this Request for Proposals on behalf of KiwiRails Capital Projects and Asset Development team. WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. The Maoribank and Remutaka tunnels were constructed in the 1950s and many of the components within the tunnel have not been replaced since the track was first installed. We wish to obtain the services of a highly skilled supplier to assist the BAU team with the removal and replacement of track panels within the tunnels using the KiwiRail owned McCulloch Panel Lifters and McCulloch Rail Trolleys. Work will be carried out under Block of Line periods only. Attachments: Request for Proposal RFP Non-price Response Form RFP Price Response Form Principals requirements (including Zero harm Requirements)",Awarded,,0,20250410 KiwiRail Group,27457709,Request for Tenders,Closed Competition,REQUEST FOR TENDER FOR HALSWELL JUNCTION ROAD FORMATION REMEDIATION,2023/348,20230529,20230614,20231004,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail"") invites pre-selected parties to submit their tenders (""RFT Response"") to deliver Haswell Junction Road Formation Remediation works (""the Goods/Services"") to KiwiRail. See attached documents for details.",Not Awarded,,0,20250410 KiwiRail Group,27464615,Request for Tenders,Open Competition,Wellington Metro - Common Services Route,2023/298,20230616,20230728,20231003,,Sole Agency,No,,"The Wellington Metro Upgrade Programme (WMUP) is issuing this Request for Tender on behalf of KiwiRails Capital Projects and Asset Development team. WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. The Wairarapa Line is being upgraded to accommodate additional passenger and freight trains. To support the additional trains KiwiRail is signalling the line from Upper Hutt through to Masterton. This is an opportunity to work with KiwiRail to deliver approximately 60km of combined services route over a large geographical area with varying levels of complexity due to the different topography across the Wairarapa Line. We are looking for suppliers who have the capability and experience to deliver the combined services route, as well as a strong understanding of working in the rail corridor. We have a strong commitment to safety and working collaboratively and expect our suppliers to show the same commitment, both in the planning and delivery of our projects. It is expected that suppliers will have an appetite to develop and grow their business, embracing new ways of working that will deliver efficiencies. The RFT and Response Forms are attached. Please email our Point of Contact to access the supporting technical documents (Volume 2).",Awarded,,0,20250410 KiwiRail Group,27506277,Request for Tenders,Open Competition,Wellington Metro - Tunnels 1 and 2 Drainage Installation,2023/267,20230612,20230712,20230831,,Sole Agency,No,,"The Wellington Metro Upgrade Programme (WMUP) is issuing this Request for Proposal on behalf of KiwiRails Capital Projects and Asset Development team. WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. The Maoribank (Tunnel 1) and Remutaka (Tunnel 2) tunnels were constructed in the 1950s and many of the components within the tunnel have not been replaced since the track was first installed. KiwiRail wish to obtain the services of a highly skilled supplier to remove the existing drainage material, clean the drain channels and install new drainage in both Tunnels. Work will be carried out under Block of Line periods only. These works will enable KiwiRail's track replacement works within Tunnel 1 to commence in the December 2023 BoL. Please email our Point of Contact to access the supporting technical documents.",Awarded,,0,20250410 KiwiRail Group,27567002,Request for Tenders,Open Competition,Wellington Metro - Level Crossings and Sidings Packages (Invitation to Pitch),2023/365,20230620,20230721,20231110,,Sole Agency,No,,"The Wellington Metro Upgrade Programme (WMUP) is issuing this Invitation to Pitch on behalf of KiwiRails Capital Projects and Asset Development team. This Invitation to Pitch (ITP) is a new procurement initiative under which we are seeking to develop an understanding of suppliers capability (Response) to then hear how this opportunity aligns with their business aspirations (Pitch). WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. The Wairarapa Line is being upgraded to accommodate additional passenger and freight trains. To support the additional trains KiwiRail wish to obtain the services of experienced contractors to deliver the following work packages: Civil works for level crossing upgrades at 30 public level crossings, and 5 closures (two contractors) Civil works for new track loop / siding sites including formation, drainage, culvert replacements at Woodside and Waingawa (approx. 2km of track), train stabling at Masterton (single contractor) We are looking for credible suppliers who have the capability, experience and capacity to deliver the works. Suppliers must have a strong understanding of our requirements and a demonstrable track record of successfully delivering infrastructure projects, with a working knowledge of working in or adjacent to the rail corridor. It is expected that suppliers will have an appetite to develop and grow their business, embracing new ways of working that will deliver efficiencies.",Awarded,,0,20250410 KiwiRail Group,27586196,Request for Tenders,Closed Competition,Wellington Metro - Laydown Areas and Spoil Management,2023/274,20230626,20230721,20230816,,Sole Agency,No,,"The Wellington Metro Upgrade Programme (WMUP) is issuing this Request for Tender on behalf of KiwiRails Capital Projects and Asset Development team. WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. The Maoribank (Tunnel 1) and Remutaka (Tunnel 2) tunnels were constructed in the 1950s and many of the components within the tunnel have not been replaced since the track was first installed. KiwiRail wish to obtain the services of an experienced civil contractor to construct enabling sites, improve existing KiwiRail sites/yards and assist in the handling of ballast materials extracted from the tunnels during the track renewal works. This tender excludes tasks associated with the in-tunnel track renewal works such as track replacement and drainage improvements. Please register with our Point of Contact to attend the site visits on 29 and 30 June 2023.",Awarded,,0,20250410 KiwiRail Group,27686850,Request for Tenders,Closed Competition,"River Protection Works Midland Line, Southern location 04",2023/475,20230710,20230801,20230822,,Sole Agency,No,,"KiwiRail issues this RFT through its CPAD business operation to procure a contractor to carry out the physical works at the riverbanks to protect the railway lines, in a certain part of the Waimakariri River, canterbury region.",Awarded,,0,20250410 KiwiRail Group,27688325,Request for Quotations,Closed Competition,Auckland Metro - C9 Strand Station Upgrade RFQ,,20230712,20230802,20231020,,Sole Agency,No,,"KiwiRail Limited through its Capital Planning and Asset Development business operation, is requesting quotations for the upgrade of the Strand Station. During periods when Britomart Station may require a Block of Line in the commissioning of the CRL project or due to other interruptions on the network, it is proposed the Strand Station be utilised as a temporary terminus station. This will provide a terminal stop for services on the Eastern Line near the CBD while maintaining the availability of the Strand Station for the Northern Explorer and Te Huia (Hamilton) train services. The objective of these works: Convert the existing Strand Station to safely operate a limited public train service into Auckland CBD. Improve public accessibility to/from Platform 1, connecting the foot traffic between the street and upper carpark Improve public accessibility to/from Platform 2, to allow temporary train services to use this platform while the Northern Explorer is berthed at Platform 1. AT Metro Eastern Line passenger services will need to use Platform 2 during these times.",Awarded,,0,20250410 KiwiRail Group,27704618,Request for Tenders,Closed Competition,Bridge 202MSL Bridge Span Supply,2023/473,20230712,20230818,20231012,,Sole Agency,No,,"This RFT is for the supply of new steel bridge spans for Bridge 202 on the Main South Line 60km north of Dunedin at the small eastern seaside settlement of Karitane off SH1. Bridge 202 MSL spans the Waikouaiti River. It is located on the Main South Line approximately 50km north of Dunedin. The existing structure is approximately 147m long and consists of: 19 spans (7 iron, 12 steel) 20 timber piers Positioned on straight track geometry Refer to attachments for details",Not Awarded,,0,20250410 KiwiRail Group,27743559,Request for Tenders,Closed Competition,Bridges 30A and 30B North Island Main Trunk (NIMT) Line Replacement,2023/482,20230720,20230818,20231116,,Sole Agency,No,,"This RFT is for the replacement of Bridges 30A and 30B on the North Island Main Trunk Line between Waikanae and Te Horo. Bridges 30A and 30B NIMT are identical bridges each comprised of a single 15ft (~4.6m) steel span supported on timber piers, each pier being formed of three piles and a cross head. The two bridges are approximately 1km apart on straight track and situated along the eastern side of State Highway 1 (SH1) in Peka Peka, Kapiti Coast. These two structures are reaching the end of life due to decaying timber piers. Renewal of these two bridges is required to reduce the ongoing maintenance costs and minimise the future risk of potential service outage due to the poor condition of the timber elements of the structures. The services required under this RFT include, but are not limited to, the following: ? Site establishment / disestablishment ? Replacement of Bridges 30A and 30B NIMT with box culvert and pipe culvert, respectively, including demolition of existing bridges. ? Supply, delivery to site, and installation of precast culvert units including headwalls, ballast retainers, and all necessary components/materials (including ballast), and the construction of concrete aprons in-situ. ? General civil works including foundation works, earthworks including re-profiling of stream bed, and formation rebuild. ? Location/Survey, protection and, if needed, relocation of ALL existing services in the area including, but are not limited to, signals, fibre and power cables over /under / around the two bridges. ? Obtaining ALL the necessary permits/consents from KiwiRail, the council/s, and/or Waka Kotahi NZTA for the works (e.g. KR Permit to Enter, KR Permit to Dig, KR Track Access Request (TAR), TMP approval, etc.). This includes obtaining written approvals from Waka Kotahi NZTA for the use of Waka Kotahis land for temporary access and laydown area and from the owners of the existing services/utilities that will be affected by the construction works that may or may not require relocation. ? All works to be in accordance/compliance to the conditions of the resource consents ? General works such as traffic management, temporary site access and reinstatement of site after all the works have been completed ? Assistance to KiwiRail track gang on track removal and reinstatement.",Awarded,Riverside Construction Limited was award the contract,0,20250410 KiwiRail Group,27821807,Request for Tenders,Closed Competition,Bridge 202MSL Bridge Replacement Stage 2,2023/524,20230803,20230915,20231113,,Sole Agency,No,,"Bridge 202 MSL spans the Waikouaiti River. It is located on the Main South Line approximately 60km north of Dunedin. The existing structure is approximately 147m long and consists of: 19 spans (7 iron, 12 steel) 20 timber piers Positioned on straight track geometry The original bridge was built during the construction of the railway line known as the Main South Line c.1878. It was replaced in 1922 by the existing bridge. As a result of a timber pier failing piers 1-5 were replaced with concrete filled steel driven casings and concrete reinforced pier cap beams during January and June 2023. Bridge 202 MSL is a bridge that is past its economic life and is a risky bridge on the MSL. Renewal is part of the overall strategy of removing timber on the MSL and to provide a resilient asset base for the foreseeable future. The bridge needs replacing due to specific risks and expensive continuing maintenance concerns identified as follows. The presence of teredo work (naval shipworm) in the wooden piles has been confirmed: the collapse of pier 3 has proved this and worm holes are visible on the outer faces of several other piers. See Figure 2. Immediate risk of further piers failing triggering rail line closure while emergency works are carried out at haste. Condition of timber beams and piers along with the unavailability of future swap in/swap out alike componentry. This bridge has the longest all timber nature on a mainline in New Zealand Fatigue and corrosion of steel spans leading to loss of serviceability of bridge The services required under this RFT include, but are not limited to, the following: Provide a staging bridge constructed next to existing bridge. This must be installed urgently to provide a means of carrying out potential emergency repairs should a existing timber pier fail. It will be acceptable to have the staging bridge complete in advance to pier construction starting. Place and fix 13 new SPG spans, this replaces all bridge spans. Spans provided by KiwiRail. The bridge consists of 2 abutments and 12 piers. 1 abutment (northern) and 4 piers were delivered during Stage1. This second stage requires the delivery of 1 abutment (southern) and 8 piers. The piers consist of twin piles and a reinforced concrete capping beam. The piles are driven steel casings infilled with reinforced concrete. Complete installation of new walkway, approximately 120m walkway supplied by KiwiRail",Not Awarded,,0,20250410 KiwiRail Group,27859956,Request for Tenders,Closed Competition,KiwiRail Weathering Steel Trough Deck Spans for Two Railway Bridges,2023/530,20230809,20230915,20231222,,Sole Agency,No,,"KiwiRail issues this Tender through the Capital Projects and Asset Development business unit to procure a Supplier with the capability to carry out the fabrication and delivery of eight weathering steel trough deck span/s (Span/s) for two Railway Bridges. The bridges are in the upper South Island on the Midland Line and the Stillwater to Ngakawau Line. The delivery location for the completed Spans will be in Stillwater, West Coast.",Awarded,,0,20250410 KiwiRail Group,27860035,Request for Tenders,Closed Competition,KiwiRail Weathering Steel Trough Deck Spans for Three Railway Bridges,2023/541,20230809,20230915,20231222,,Sole Agency,No,,"KiwiRail issues this Tender through the Capital Projects and Asset Development business unit to procure a Supplier with the capability to carry out the fabrication and delivery of eight weathering steel trough deck span/s for three railway bridges. The bridges are in the upper South Island on the Main North Line, Midland Line, and the Stillwater to Ngakawau Line. The delivery location for the completed Spans will be in Stillwater, West Coast.",Awarded,"Successful Tenderer: Eastbridge Limited Description of goods or services provided: Supply of Steel deck spans for three rail bridges. Date the contract was awarded: 22 December 2023. Type of procurement process used: Open tendering process; One stage tendering process (RFT).",0,20250410 KiwiRail Group,27890017,Request for Proposals,Closed Competition,PS03 Engineer to Contract for Main Works at Drury Rail Stations,2023/492,20230815,20230906,20230927,,Sole Agency,No,,"This RFP is issued by KiwiRails Drury Rail Stations (DRS) Programme for the purpose of selecting a preferred respondent to deliver Engineer to Contract Professional Services for the main construction works at Drury Rail Stations The Scope of Works for an Engineer to Contract in this RFP is for the following services: ? General Administration & Obligations pre-commencement of Construction Contracts ? Administration obligations once work gets underway, communications and records ? Safety and Quality checks, measurements of work in progress ? Variations and time management ? Processing Claims and Payments ? Issuing certificates of Practical Completion and Final Completion The RFP documentations are uploaded here on Gets under the file name ""RFP PS03 EtC (Main Works)"".",Awarded,,0,20250410 KiwiRail Group,27896152,Request for Tenders,Closed Competition,Auckland Recovery Programme - Sturges Road Retaining Wall,,20230816,20230920,20231109,,Sole Agency,No,,"KiwiRail Limited (KiwiRail) through its Capital Planning and Asset Development business operation, is requesting tender submissions for the construction of a new retaining wall to repair a slip that is believed to have occurred during a recent flooding event, on the KiwiRail (KR) Southern Railway embankment adjacent to the Sturges Road bridge in Henderson, Auckland",Not Awarded,,0,20250410 KiwiRail Group,27946555,Request for Tenders,Closed Competition,Fruitvale Cross-Over Civil Works for RNGIM Resilience Programme,,20230823,20230915,20240527,,Sole Agency,No,,"This RFT is issued by KiwiRails Rail Network Growth Impact Management (RNGIM) Resilience Programme for the purpose of selecting a preferred respondent to deliver the Civil Worksor the new Fruitvale cross-over. KiwiRail will use a limited access SharePoint site to share full RFT documentation with Respondents. The information contained within the data room is detailed within RFT Section 1.1. Respondents will nominate a lead administration person who will have access on behalf of the Respondents organisation for document download. Place a question via GETS titled [insert your organisations name] request for data room access. Access will then be provided via reply in GETS. This Contract is for the following Civil Works Scope: Drainage new drainage scheme at the cross-over location Signalling Civil and Ducting installation - Local ducting installation for new cross-over points machines and signalling infrastructure. - Signal and LOC bases New formation re-build: - Fruitvale approx. 600m of new formation re-build with associated circa 200mm track lift on the Down Main Civil design has been progressed by KRG Engineering Services - Fruitvale is at IFC design stage",Not Awarded,"Only one response submitted - due to latent conditions, the deliverable could not be completed.",0,20250410 KiwiRail Group,28065621,Request for Tenders,Open Competition,Auckland Metro - RFT Western Power Feed and P2P Switch-building and System Integration,2023/615,20230911,20231011,20231211,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail) invites organisations to submit their tenders (""RFT Response"") to deliver the design, manufacture, assembly, factory testing, site installation, commissioning and ongoing technical support required for the Switch buildings, completed and fitted with primary GIS switchgear, AC traction feeder switchgear and associated control equipment, namely Vector control and SCADA panel, Remote Terminal Unit, Telecommunication equipment, Battery charger and Batteries, for the Western Power Feed and P2P programmes, One Switch-building for each programme, a maintenance contract to cover support and spares and provision of a Training-the-Trainer course. (""the Goods/Services"") to KiwiRail.",Awarded,,0,20250410 KiwiRail Group,28112300,Request for Tenders,Open Competition,"KiwiRail Bridge 16 Midland Pier and Abutment Replacement, Construction Services",2023/648,20230915,20231018,20240125,,Sole Agency,No,,"KiwiRail issues this RFT through its CPAD business operation to procure a contractor to carry out the physical works to replace the current Pier and Abutment on Bridge 16 on the Midland Line, located at 595 Rubicon Road, Springfield, Canterbury region.",Awarded,"Successful Tenderer: Isaac Construction Limited Description of goods or services provided: Construction Services Date the contract was awarded: 25 January 2024. Type of procurement process used: Open tendering process; one stage (RFT).",0,20250410 KiwiRail Group,28276155,Request for Tenders,Open Competition,RFT 2023/672 - KiwiRail Prequalified Panel Refresh 2024 - Physical Works,2023/672,20231013,20231114,20240601,,Sole Agency,No,,"KiwiRail Holdings Limited invites companies to submit their tenders to supply physical works services and gain entry to KiwiRails Prequalified Panel Physical Works. This RFT is a single-stage tender process. The Panels core purpose is to enable brownfield and regional project work / work packages to be efficiently procured through the panel. The Panel will serve as a valuable resource for KiwiRail to efficiently and effectively engage with suppliers who meet our criteria and standards. The purpose of this tender process is to ensure that KiwiRail works with suppliers who have the necessary health and safety accreditation, expertise, experience, and capabilities to deliver high-quality products and services.",Not Awarded,RFx completed.,0,20250410 KiwiRail Group,28276297,Request for Tenders,Open Competition,Auckland Metro Programme - Request For Tender Switchyard & Access Road for Western Power Feed Programme,2023/712,20231013,20231113,20231219,,Sole Agency,No,,"This RFT is issued by KiwiRail through its Capital Planning and Asset Development (CPAD) business operation in order to engage a Supplier via an open market tender exercise to deliver the construction of Switchyard and Access Road required for the Switch buildings, for the Western Power Feed Programme. KiwiRail Data Room KiwiRail use a limited access SharePoint site to share RFT documentation with Respondents. The reference information contained within the data room is detailed within this RFT document Section A. Respondents will nominate a lead administration person who will have access on behalf of the Respondents organisation for document download. After RFT release, this person is to place a question via GETS titled [insert your organisations name] request for data room access. The access will then be provided via reply in GETS. Access to the SharePoint site will close at the RFT submission date or after document download is complete.",Awarded,,0,20250410 KiwiRail Group,28343989,Request for Tenders,Open Competition,"KiwiRail Bridge 88 and Bridge 89 Midland Line (Full Bridge Renewal Project), construction works",2023/737,20231025,20231206,20240422,,Sole Agency,No,,"KiwiRail issues this RFT through its CPAD business operation to procure a contractor to carry out the physical works on Bridge 16 Midland Line, Canterbury region. Kiwirail is a state-owned enterprise that is responsible for operating and maintaining New Zealands railway network that consists of about 4,000 kilometers of track and approximately 1,700 bridges. Note: Due to size limitations, the Appendix 9 Supplementary information, will be available on a KiwiRail data site. To gain access to the whole document suite, please request access by no later than 10 November 2023 at 10 pm through the Tender Manager identified under clause 6.2 below, and we will provide a SharePoint link. The Respondents will be granted access to the data site on receipt of the request.",Awarded,"Successful Tenderer: HEB Construction Limited Description of goods or services provided: Construction services (Bridges renewal) to protect railway line against disruptions and improve safety. Date the contract was awarded: 22 April 2024. Type of procurement process used: Open tendering process; One stage tendering process (RFT).",0,20250410 KiwiRail Group,28366457,Request for Tenders,Closed Competition,Bridge 72 Main North Line (MNL) Timber Trestle Replacement,2023/661,20231030,20231215,20240313,,Sole Agency,No,,"This RFT is issued by KiwiRail through its Capital Projects and Asset Development (CPAD) business operation for the purpose of procuring a suitably qualified and experienced Contractor to carry out the physical works to replace timber trestles at Bridge 72 on the Main North Line ( MNL ). The scope of works includes: 1. Replacement of the timber trestle piers at piers 3 to 6 (4 off) 2. Installing longitudinal linkages between existing spans and packing at Piers 1 and 8 3. Miscellaneous maintenance such as tightening of existing splice bolts and tightening of loose track hook bolts. Refer to the attachments for more details.",Not Awarded,Seipp Construction Ltd from Seipp Construction Ltd has been awarded the contract,0,20250410 KiwiRail Group,28444251,Request for Tenders,Closed Competition,Auckland Metro - Supply and Installation of Lifts for Drury Rail Stations,2023/312,20231113,20240115,20240411,,Sole Agency,No,,"KiwiRail is intending to procure a suitably skilled and experienced supplier that is capable of the following items: Design, Supply, Delivery, Installation Support, Commissioning Support, and 12-months DefectsLiability Period maintenance services for six (6) lifts as per the DRS Programme specifications and dates. Auckland Transport as the operator and maintainer of the stations, will manage the ongoing maintenance of lifts through a separate maintenance agreement which will be varied to include these lifts. The lifts to be supplied for each Station are clarified below: Drury Station - Two lifts. Paerata Station Two lifts. Ngakoroa Station Two lifts (provisional) The successful tenderer will be required to meet Sustainability Requirements throughout the full term of the contract. These requirements will comply with the sustainability requirements detailed in the KiwiRail Procurement Policy, CPAD Manual, DRS Sustainability Strategy and policy.",Not Awarded,"Following a comprehensive review of the lift specifications, KiwiRail is unable to award the contract as part of the current procurement process.",0,20250410 KiwiRail Group,28506980,Request for Tenders,Open Competition,"KiwiRail - Design, Manufacture, Supply, Installation, and Commissioning of 3 Gantry Cranes",2023/801,20231122,20240119,20240327,,Sole Agency,No,,"KiwiRail issues this RFT through its Mechanical Facilities business operation to procure a supplier with the capability to carry out the Design, Fabrication, Supply, Installation, and Commissioning of Three (3) Gantry Cranes, and the removal of the current old Six (6) Gantry Cranes, located at the Lower Hutt workshop facility, Wellington region - New Zealand.",Awarded,"Successful Tenderer: JJ Niven Engineering Limited Description of goods or services provided: The design, manufacture, supply, installation and commissioning of the equipment at the Lower Hutt Workshop site. Date the contract was awarded: 27 March 2024. Type of procurement process used: Open tendering process; One stage tendering process (RFT).",0,20250410 KiwiRail Group,28512903,Request for Tenders,Closed Competition,RFT - Taihape Civil Project,,20231123,20240122,20240521,,Sole Agency,No,,"This project is undertaken to mitigate the risk of embankment collapse in a section of the rail network near Taihape. The preferred slope risk mitigation design includes the construction of a landslide protection barrier. The site is located on the NIMT line near Taihape. The site is part of the electrified rail corridor between Te Rapa and Palmerston North. The track consists of a single line over most of its length and traverses several cuttings in the region. The site is located between chainage 255.88km and 256.19km on the NIMT line. The 255.88km site is a cutting on the left side of the track between the Taihape and Mataroa Stations. The cutting varies up to 15m but is typically 5m to 10m high. The site is surrounded by grazing farmland both upslope of the cutting and downslope from the rail corridor. The site slopes very gently up chainage. The slope is heavily vegetated with a mixture of shallow rooted and deeper root systems in some areas, with up to 10% of the slope being visible. The cutting has several historical slips and dropouts, which have since naturally revegetated. A 0.5m high 15m long debris fence is installed at the toe of the slope, likely to address historical instability at this location. The fence is made from rail irons with timber lagging that has degraded. Minor recent shallow failures and erosion were also observed in localised areas along the length of the cut. The approved design as include in the tender documents incorporates the use of a landslide protection barrier.",Not Awarded,No responses fully met requirements tenically and commercially,0,20250410 KiwiRail Group,28554876,Request for Proposals,Closed Competition,Locomotive Simulator,2023/123,20231130,20240206,20250115,,Sole Agency,No,,RFP for the supply of Locomotive Simulator(s) as specified,Not Awarded,Winner is Corys,0,20250410 KiwiRail Group,28560926,Request for Tenders,Open Competition,NRU - Whangarei CT Yard Improvements Request for Tender,2023/829,20231201,20240115,20240305,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail""), through its Capital Planning and Asset Development (CPAD) Business Unit, invites external organisations to submit their tenders to supply drainage, ducting and pavement upgrades for the Whangarei Container Yard. The scope of services includes: Supply and installation of drainage and detention pond. Supply and place electrical ducting and relating pits. Upgrade of the existing hardstand pavement areas. These works will need to be completed in co-ordination of the live operation of the CT yard. KiwiRail use a limited access SharePoint site to share RFT documentation with Respondents. The reference information contained within the data room is detailed within this RFT document Section A. Respondents will nominate a lead administration person who will have access on behalf of the Respondents organisation for document download. After RFT release, this person is to place a question via GETS titled [insert your organisations name] request for data room access. The access will then be provided via reply in GETS. Access to the SharePoint site will close at the RFT submission date or after document download is complete.",Awarded,,0,20250410 KiwiRail Group,28596829,Request for Proposals,Closed Competition,2022-435 Supply of Curtain Repair & Maintenance Services for KiwiRails Curtain-sided Containers and Box Wagons,,20231208,20240229,20241107,,Sole Agency,No,tenders@kiwirail.co.nz,"KiwiRail owns and operates around 1,400 curtain sided containers & Box Wagons altogether in several fleets. To ensure safe and reliable transportation of cargo on rail, the containers and wagons must be in a suitable condition. The purpose of this procurement is to engage with Suppliers which will provide Curtain Repair and Maintenance (R&M) services to KiwiRails Containers and BOX Wagons in accordance with KiwiRail Standards.",Awarded,"KiwiRail appointed a Panel of Repair & Maintenance suppliers to provide their services across all KiwiRail Sites in New Zealand as listed below. NORTH ISLAND SITES RECOMMENDED SUPPLIER 1. Auckland - Truck Curtain Repairs Ltd and Freightsafe NZ Ltd 2. Hamilton - Truck Curtain Repairs Ltd 3. Palmerston North - Straitline Canvas Limited 4. Wellington - Cover Technologies (NZ) Ltd SOUTH ISLAND SITES RECOMMENDED SUPPLIER 1. Total Transport Repairs (NZ) Ltd - Picton, Christchurch and Dunedin Region",0,20250410 KiwiRail Group,28608065,Request for Tenders,Open Competition,KiwiRail/Coca-Cola Rail Siding Project Construction Services,2023/827,20231211,20240206,20240326,,Sole Agency,No,,"KiwiRail issues this RFT through its CPAD business operation to procure a contractor to carry out the physical works to extend the current rail siding and platform at Coca-Cola facility in Auckland, located at 19 Carbine Road Mt Wellington. Kiwirail is a state-owned enterprise that is responsible for operating and maintaining New Zealands railway network that consists of about 4,000 kilometers of track and approximately 1,700 bridges. Note: Due to size limitations, the Appendix 8 (Supporting information), will be available on a KiwiRail data site. To gain access to the whole document suite, please request access by no later than 22 December 2023 at 12 midday through the Tender Manager identified under clause 4.2 below, and we will provide a SharePoint link. The Respondents will be granted access immediately to the data site on receipt of the request.",Awarded,"Successful Tenderer: Libbet Limited Description of goods or services provided: Construction Services Date the contract was awarded: 26 March 2024. Type of procurement process used: Open competitive tendering process; one stage (RFT).",0,20250410 KiwiRail Group,28614879,Request for Quotations,Closed Competition,"NRU - MPRL - Geotechnical Investigation, Testing and Reporting for Section 02 to Section 06","2023/852, 2023/854-857",20231215,20240209,20240326,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail""), through its Capital Planning and Asset Development (CPAD) Business Unit, invites external organisations to submit their responses to Marsden Point Rail Link Geotechnical Investigation, Testing and Reporting for the key sections of the proposed MPRL corridor. Section 2, CMA Causeway Extent, Chainages 320 480 and 750 1650 and 1800 3250. Contract Number: 2023/854 Section 3, Mata Hill, Chainage 3350 to 5750. Contract Number: 2023/855 Section 4, Cotton Rd to Flyer Rd, Chainage 5750 to 9950. Contract Number: 2023/856 Section 5, Flyer Rd to One Tree Point Rd, Chainage 9950 to 13,150. Contract Number: 2023/857 Section 6, One Tree Point Rd to Marsden Port, Chainage 13150 to 18250. Contract Number: 2023/852 This scope of work falling under this RFQ is to support the MPRL project team to complete initial geotechnical testing and relating analysis. This will include, but not limited to: 1. Development of a consolidated interpretative report that summarise the geological findings within the Section. 2. Summary interpretative reports for each focused area within the section. 3. Field testing, sampling and laboratory testing of the materials as required. 4. Provisionally field trails of the in-situ material. 5. Provisionally peer reviews of other MPRL interpretative reports Respondents are requested to complete and submit ""RFQ Intention to Respond Form"" by COB on 16th January 2024 via email to KiwiRail Representative below.",Awarded,,0,20250410 KiwiRail Group,28646561,Request for Proposals,Closed Competition,2023-762 Supply of Tyres and Related Services,,20231220,20240229,20241107,,Sole Agency,No,tenders@kiwirail.co.nz,"KiwiRail Limited (""KiwiRail"") invites external organisations to submit their proposals (""RFP Response"") to supply tyres and related services (the Goods/Services) to KiwiRail. The information required under this RFP is requested so that KiwiRail can: ? identify organisations interested in and capable of delivering the Goods/Services (""Respondents""); and/or ? identify different methods of providing such Goods/Services and a preferred solution/product. As a critical passenger and freight transport provider KiwiRail depends on operational continuity. Successful Respondent will be required to provide. 1. Goods and Services that meets the required specifications, are fit for purpose and of merchantable quality. 2. Competitive and fully transparent pricing for the supplied Goods and Services. 3. Security and continuity of supply supporting all operations. 4. Most favourable commercial terms for KiwiRail. 5. Best value for money through competitive pricing throughout the term of supply. 6. A business continuity plan including but not limited to contingency supply. Respondents may provide proposal/s for the supply of Goods/Services to the following three supply options: 1) Supply of tyres only across New Zealand 2) Supply of Service only (locally or nationally). 3) Supply tyres and service nationally. Respondents can choose to provide proposal covering all three or some of the supply options. Selection of the preferred supplier for each supply option will consider both the competitiveness/transparency of the proposals and the level of supply continuity provided. Respondents are encouraged to highlight the benefits available to KiwiRail for selecting one preferred supplier for all three supply options.",Awarded,"This RFP was for the supply, fit and disposal of tyres and rims, and associated services for KiwiRail Container Terminal hoists and forklifts, Rollingstock, Infrastructure and Inter-Islander depot forklifts. After the evaluation process, two (2) participants were selected as listed below; 1. Bridgestone Tyres New Zealand Ltd as the main supplier of tyres, wheels and related service to KiwiRail for a term of three (3) years with an option for one right of renewal (ROR) for three (3) years, and 2. Tyre Distributors NZ Ltd as the back-up supplier for tyre and wheel supply.",0,20250410 KiwiRail Group,28733936,Request for Tenders,Closed Competition,"KiwiRail River Protection Works Midland Line, Northern location 04",2024/015,20240124,20240222,20240305,,Sole Agency,No,,"KiwiRail issues this RFT through its Project Delivery Team business operation to procure a contractor to carry out the physical works at the riverbanks to protect the railway lines, in a certain part of the Taramakau River, West Coast region.",Awarded,"Successful Tenderer: MBD Contracting Limited Description of goods or services provided: Construction services (Riverbanks) to protect railway line against floods. Date the contract was awarded: 05 March 2024. Type of procurement process used: Open tendering process; One stage tendering process (RFT).",0,20250410 KiwiRail Group,28899567,Request for Proposals,Closed Competition,RFP 2024/051 Mount Maunganui Yard Improvements,,20240227,20240328,20240710,,All of Government,No,,"KiwiRail issues this RFP as part of RNIP. We are seeking to procure a consultancy partner for conducting consultancy services and design works aims at enhancing the Mount Maunganui Yard, located at the Port of Tauranga on the Mount Maunganui Main Line, adjoined to the East Coast Main Trunk.",Awarded,,0,20250410 KiwiRail Group,28959267,Request for Proposals,Open Competition,2023/361 Cab & Chassis Supply,2023/361,20240306,20240411,20240902,,Sole Agency,No,,"RFP 2023/361 KiwiRail Cab & Chassis Supply This Request for Proposal is for supply of cab & chassis primarily for hi-rail conversion maximum 8.5T post-conversion (conversion weight can range between 1.7 2.7T depending on function of the final converted vehicle). The objective of this procurement is to establish a preferred supplier for the supply of cab & chassis primarily for hi-rail conversion that is cost effective, safe, comfortable for the users & a reliable supply that meets the needs of the KiwiRail business.",Awarded,,4500000,20250410 KiwiRail Group,29024509,Request for Tenders,Open Competition,"KiwiRail Slip remediation works Slips project 64&68km, Midland line",2024/104,20240314,20240429,20240531,,Sole Agency,No,,"KiwiRail issues this RFT through its CPAD business operation to procure a contractor to carry out the physical works on slip sites on the midland line to protect the railway lines, in a certain part of the located near the Waimakariri river between Springfield and Cass.",Awarded,"Successful Tenderer: Downer New Zealand Limited Description of goods or services provided: Construction services (Slip Remediation) to protect railway line against disruptions and improve safety. Date the contract was awarded: 31 May 2024. Type of procurement process used: Open tendering process; One stage tendering process (RFT).",0,20250410 KiwiRail Group,29141005,Request for Quotations,Closed Competition,RNR - Phase Drainage Design,,20240426,20240517,20240711,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail""), through its Capital Planning and Asset Development (CPAD) Business Unit, invites external organisations to submit their responses for RNR Phase Drainage Design tender. KiwiRail will require the successful Consultant to provide services to achieve the following objectives: Provide engineering design solutions for drainage renewal listed in Appendix A in three phases. - Phase 1 10 packages NIMT 653.6 658.1km, total length 3.3km - Phase 2 7 packages NIMT 659.0 662.9km, total length 2.3km - Phase 3 10 packages NAL W 21.7 27.8km, total length 2.3km The designs shall ensure the constructability and address any residual hazards for the proposed drainage solutions. The drainage design to include the design of drainage outfall and potential connection to existing council network. Identify the consent required from the relevant authority, lodge and obtain the consent on behalf of RNR to enable the construction works.",Awarded,,0,20250410 KiwiRail Group,29294931,Request for Tenders,Open Competition,Request for Tender: Drury and Paerata Stations Main Works,,20240429,20240701,20241219,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail) invites external organisations to submit their Tenders (""RFT Response"") to deliver the scope of works for Drury and Paerata Stations, which include four different contracts covering construction of Civil Works and Station Build Works for KiwiRail. This RFT is for the Drury and Paerata Main Works, consisting of four (4) packages/contract opportunities: Drury Station 1. Package MWD1 - Main Works Drury Civil Works 2. Package MWD2 - Main Works Drury Station Build Paerata Station 3. Package MWP1 - Main Works Paerata Civil Work 4. Package MWP2 - Main Works Paerata Station Build KiwiRail is seeking to engage suitably qualified contractors, who have the resource, expertise, and capacity to meet the requirements of the RFT as set out by KiwiRail. Innovative offers are encouraged, providing solutions that contribute to KiwiRail's ability to complete the works in a more cost-effective manner, whether relating to functional, performance, and technical requirements or opportunities for advantageous commercial arrangements. KiwiRail Data Room KiwiRail will use a limited access SharePoint site to share RFT documentation with Respondents. The information contained within the data room is detailed within RFT Section 1.1. Respondents will nominate a lead administration person who will have access on behalf of the Respondents organisation for document download. After RFT release, this person is to place a Q&A via GETS titled [insert your organisations name] request for data room access. Access will then be provided via reply in GETS. Access to the SharePoint site will be removed after the RFT closing date.",Not Awarded,"MWD1 - HEB Construction MWP1 - JFC Construction MWD2 & MWP2 - John Holland",0,20250410 KiwiRail Group,29364241,Request for Tenders,Open Competition,"Request For Tender For Bridge 189 Main North Line (MNL) Marlborough, South Island Bridge and Stock Underpass Replacement",2024/050,20240509,20240701,20241108,,Sole Agency,No,,"Bridge 189 on the Main North Line (MNL), Marlborough, South Island is being replaced together with the existing stock underpass. To ensure dairy farm operations are maintained the underpass will be constructed 1st as a separate structure, approximately 20m south of the bridge. Using the non-active control level crossing north of the bridge for stock movements is not feasible due to the high risk of stock vrs train contact. The services required under this RFT include, but are not limited to, the following: Supply and Install a new stock underpass 20 metres south the bridge before the bridge is replaced so dairy farm operations are not interrupted and to separate stock from the bridge construction zone. Supply and install the new bridge abutment piers and associated riprap. Install new bridge trough beam Relocate Whale Trail cycleway away from construction zone and reinstate after project is complete",Awarded,,3428591,20250410 KiwiRail Group,29620790,Request for Tenders,Open Competition,TENDER BOX ONLY - MWD1 - DRURY CIVIL - RFT Drury and Paerata Stations Main Works,RFx: 29294931,20240624,20240701,20241105,,Sole Agency,No,,"As specified on Notice to Respondents 13 (NTR13), KiwiRail DRS project team will be opening four (4) tender boxes for the submissions of tender response for RFT Drury and Paerata Main Works, consisting of four (4) packages/contract opportunities. This tender box is for Submission of Responses for Package MWD1 - Main Works Drury Civil Works ONLY and, if applicable, any Acceptable Alternative tender bid option as per RFT document Section 2, Clause 5.1.1.",Awarded,,0,20250410 KiwiRail Group,29620907,Request for Tenders,Open Competition,TENDER BOX ONLY - MWD2 - DRURY STATION BUILD - RFT Drury and Paerata Stations Main Works,RFx: 29294931,20240624,20240701,20241219,,Sole Agency,No,,"As specified on Notice to Respondents 13 (NTR13), KiwiRail DRS project team will be opening four (4) tender boxes for the submissions of tender response for RFT Drury and Paerata Main Works, consisting of four (4) packages/contract opportunities. This tender box is for Submission of Responses for Package MWD2 - Main Works Drury Station Build Works ONLY; and, if applicable, any Acceptable Alternative tender bid option as per RFT document Section 2, Clause 5.1.1.",Awarded,,0,20250410 KiwiRail Group,29621263,Request for Tenders,Open Competition,TENDER BOX ONLY - MWP1 - PAERATA CIVIL - RFT Drury and Paerata Stations Main Works,RFx: 29294931,20240624,20240701,20241108,,Sole Agency,No,,"As specified on Notice to Respondents 13 (NTR13), KiwiRail DRS project team will be opening four (4) tender boxes for the submissions of tender response for RFT Drury and Paerata Main Works, consisting of four (4) packages/contract opportunities. This tender box is for Submission of Responses for Package MWP1 - Main Works Paerata Civil Works ONLY and, if applicable, any Acceptable Alternative tender bid option as per RFT document Section 2, Clause 5.1.1.",Awarded,,0,20250410 KiwiRail Group,29621292,Request for Tenders,Open Competition,TENDER BOX ONLY - MWP2 - PAERATA STATION BUILD - RFT Drury and Paerata Stations Main Works,RFx: 29294931,20240624,20240701,20241219,,Sole Agency,No,,"As specified on Notice to Respondents 13 (NTR13), KiwiRail DRS project team will be opening four (4) tender boxes for the submissions of tender response for RFT Drury and Paerata Main Works, consisting of four (4) packages/contract opportunities. This tender box is for Submission of Responses for Package MWP2 - Main Works Paerata Station Build Works ONLY; and, if applicable, any Acceptable Alternative tender bid option as per RFT document Section 2, Clause 5.1.1.",Awarded,,0,20250410 KiwiRail Group,29804763,Request for Proposals,Closed Competition,RFP - PS05 - Engineer's Representative for DRS Main Works,,20240718,20240802,20241001,,Sole Agency,No,,"The Drury Rail Stations (DRS) programme was announced as part of the NZ Upgrade Programme (NZUP) in January 2020, with KiwiRail charged with delivering the project. It is now progressing the project from the design stage into delivery. Once completed, the three stations at Drury Central (Drury), Drury West (Ngakoroa) and Paerata will form part of Auckland Transports Metro rail passenger network. KiwiRail is intending to award procure Professional Services Engineers Representative(s) for main works at Drury Railway Stations. There will be three stations to be built: Drury, Paerata and Ngakoroa; therefore, One Engineers Representative will be required per Station to manage up to two (2) contractors.",Not Awarded,,0,20250410 KiwiRail Group,29860232,Request for Tenders,Open Competition,C8 Henderson Stage 1 Civil Works,,20240726,20240827,20241030,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail) invites external organisations to submit their Tenders (""RFT Response"") to deliver the scope of works for C8 Henderson Station Stage 1 Civil Works (""the Goods/Services"") for KiwiRail. The scope for this package/contract opportunity is summarised as follows: Install 15x piles 16m length 650dia. Approx. 600m of formation including excavate to waste and rebuild with bottom ballast. Drainage New drainage scheme within the station limits. Minor local ducting. For further information please refer to attachments.",Awarded,The SPP has been approved and all incorporated on the RFT.,0,20250410 KiwiRail Group,30208088,Request for Proposals,Closed Competition,Request for Proposal - Auckland Signalling Capacity Improvement (ASCI) Detailed Business Case Full-Service Offering,,20240917,20241008,20241106,,Sole Agency,No,,"KiwiRail Holdings Limited (""KiwiRail"") invites shortlisted experienced and skilled Consultants to respond to the Request for Proposal (RFP) for Auckland Signalling Capacity Improvement (ASCI) Detailed Business Case Full-Service Offering (""the Goods/Services"") to KiwiRail. The RFP document consists of the following (together comprising the RFP): Section A Overview: Provides background information, instructions, and conditions for responding to this RFP. Section B RFP Process: Sets out the conditions and requirements of this RFP process, together with the evaluation process and criteria. Appendices Appendix 1 - Proposed Supplier/Contractor/Consultant Performance Management Form Appendix 2 - Contract Departure Schedule & Contract Appendix 3 ASCI DBC Schedule of Prices Appendix 4 RFP Non-Price Response Form",Awarded,,0,20250410 KiwiRail Group,30237377,Request for Tenders,Open Competition,Demolition Warehouse 1 and Power House Lower Hutt Workshops,,20240923,20241017,20241210,,Sole Agency,No,,"The Warehouse 1 (WH1) and Power House structures are approximately 100 years old. They are both in very poor condition internally and externally and no longer fit for purpose as operational buildings. Of particular concern is the degradation of the cladding material Galbestos, known to contain asbestos. This is delaminating from the base iron in many places creating a risk of release of asbestos fibres. The Power House is not an occupied building but does however contain the site High Voltage substation including Wellington Electricity (WE) incoming 11kV Ring Main Units, our 11kV Main Switchboard, a Transformer and Low Voltage Switchboard. There is also an obsolete 250V DC Power Supply which currently feeds the two 100T cranes in P1 and P2 and all the remaining cranes in P2. These services will need to be removed from the Power House to allow its demolition. This work is underway with two further projects. Depending on the availability of funding to complete Mechanical Facilities projects both at Woburn and nationally, the possibility of demolishing only Warehouse 1 will be considered. The Crane DC-AC Replacement project and the Site Wide Electrical Resilience Upgrade project will both need to be completed before we can consider demolishing the Power House. The tender documents detail these two demolitions as separable portions and note that our first priority is to demolish WH1 and that demolition of the Power House will be dependent on available funds. Completion of related projects will mean the Power House demolition would not occur before April 2026.",Awarded,,0,20250410 KiwiRail Group,30330283,Request for Proposals,Open Competition,WMUP Substations sites civil design,2024/266,20241004,20241202,20241219,,Sole Agency,No,,"The Wellington Metro Upgrade Programme (WMUP) is issuing this Request for Proposals on behalf of KiwiRails Capital Projects and Asset Development team. WMUP is a rolling programme of work on the Wellington metro rail network to address deferred maintenance (catch up) and to provide new levels of capacity and performance (upgrades) with the objective of delivering a safe and reliable metro rail network that meets current and future customer expectations in the Wellington region. The programme started in 2011 and is now made up of seven inter-linked sub programmes of work that collectively are critical to an integrated 12-year programme developing passenger rail in Wellington. Metlink are planning to run a new train timetable in 2026 that will increase train services in Wellington and the wider region. To meet the power demands required to run the new timetable, KiwiRail proposed to build five new substations to meet the power demands. Each of the sites require civil design and engineering services to plan, design, and supervise construction works for all packages. The intial engagement will be for the Tawa site, with subsequent sites varied in, subject to confirmed funding and supplier performance, including pricing We are looking for a multi-faceted civil design consultancy that has the capability, experience, and capacity to provide civil design professional services. You will be required to closely liaise with our substations designer to deliver integrated design solutions. The RFP and Response Forms are attached. Please email our Point of Contact to access the supporting technical documents (Volume 2).",Awarded,,0,20250410 KiwiRail Group,30379202,Request for Tenders,Closed Competition,Auckland Metro RNGIM Glen Eden Crossover Civil Works Request for Tender,2024/359,20241011,20241031,20241205,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail) invites external organisations to submit their Tenders (""RFT Response"") to deliver the scope of works for Glen Eden Crossover Civil Works (""the Goods/Services"") for KiwiRail. The Auckland Metropolitan Rail Network (AMRN) is experiencing a period of significant tonnage growth because of increasing patronage and freight services. To address capacity, legacy maintenance issues and increase access to undertake inspections, repairs and renewals, a number of intervention types have been developed, including technology, plant and equipment, competency and training, network changes and track renewals. As part of the Network Changes category of intervention to improve the efficiency of operations and the ability to improve access to perform work and maintenance on the AMRN a component of the RNGIM Project is to split the route with the addition of crossovers to provide shorter sections. The initial location for the Fruitvale cross over was deemed unsuitable and unsafe for the works due to unstable ground conditions of the high rail embankments that required stabilisation prior to any changes being incorporated. Consequently, a new site slightly further West at Glen Eden was chosen for the crossover. Mandatory Requirements Site inspection/orientation - 17 October 2024 at 10:00 AM- Refer to RFT clause 4.6 for details Submission of Intention to Respond Form - 18 October 2024 at 5:00 PM",Awarded,,0,20250410 KiwiRail Group,30558431,Request for Tenders,Open Competition,Request for Tender- Elles Road,,20241105,20241209,20250123,,Sole Agency,No,,"This contract is to construct a new level crossing at Elles Road in Invercargill, complete associated works at Wood Dumpers Siding, extend yard in the Freight Haulage Siding and associated works.",Awarded,,0,20250410 KiwiRail Group,30581660,Request for Quotations,Closed Competition,Request for Quotation- Geotechnical Services - North Island,2221,20241107,20241128,20250220,,Sole Agency,No,,,Not Awarded,Aurecon was warded the contract,0,20250410 KiwiRail Group,30586792,Request for Quotations,Closed Competition,Request for Quotation- Geotechnical Services - South Island,2225,20241107,20241128,20250220,,Sole Agency,No,,,Not Awarded,Aurecon was awarded the contract,0,20250410 KiwiRail Group,30599466,Request for Tenders,Closed Competition,Rail Network Rebuild (RNR) - RFT Papakura to Wiri (P2W) Civil Works,Contract number 2227,20241108,20241204,20250304,,Sole Agency,No,,"KiwiRail Limited (""KiwiRail) invites external organisations to submit their Tenders (""RFT Response"") to deliver the scope of works for Papakuri to Wiri Civil Works (""the Goods/Services"") for KiwiRail. The Auckland Metropolitan Rail Network (AMRN) is experiencing a period of significant tonnage growth because of increasing patronage and freight services. To address capacity, legacy maintenance issues and increase access to undertake inspections, repairs and renewals, a number of intervention types have been developed, including technology, plant and equipment, competency and training, network changes and track renewals. The Rail Network Rebuild is an essential part of KiwiRails work to build a network that can support faster, more frequent and reliable trains for passengers and greater capacity for freight trains. The rebuild replaces old foundations under tracks and upgrades drainage, allowing more reliable train journeys and helps prepare the network for City Rail Link. The upgrades mean that the different types of speed restrictions that delay commuter trains, are significantly reduced. Benefits realisation is network condition that supports 16tph on CRL opening Mandatory Requirements Online briefing - Technical 14 November 2024 at 10:00 AM- Refer to RFT clause 4.6 for details Commercial Online Briefing - 15 November at 10:00AM - Refer to RFT clause 4.6 for details Submission of Intention to Respond Form - 18 November 2024 at 5:00 PM",Awarded,,16340870,20250410 Lakes District Health Board,19472634,Request for Proposals,Open Competition,Portable Ultrasound Unit,TRAD2018122,20180222,20180320,20190802,,Sole Agency,No,,"Lakes District Health Board is seeking to purchase a portable ultrasound unit that can be easily used in conjunction with fluoroscopy or CT, in a sterile field environment and or easily transported to care units within the hospital.",Awarded,,0,20250410 Lakes District Health Board,19794612,Request for Proposals,Open Competition,Holter and Event Monitoring,TCPH2018124,20180608,20180713,20190802,,Sole Agency,No,,Lakes District Health Board is seeking to purchase Holter and Event Monitoring systems for use in its Clinical Physiology Department.,Awarded,,0,20250410 Lakes District Health Board,21032418,Request for Proposals,Open Competition,Volumetric Pumps,TMED2019128,20190514,20190613,20210113,,Sole Agency,No,,Lakes DHB seeks to replace its current fleet of volumetric pumps with a drug and fluid infusion device system that fulfils our current and future use cases across all DHB clinical areas,Awarded,,0,20250410 Lakes District Health Board,21261924,Request for Proposals,Open Competition,Steriliser,TSUR2019130,20190712,20190813,20200701,,Sole Agency,No,,The Lakes District Health Board is seeking proposals for the supply and installation of a steriliser in it's Theatre Sterile Supply Unit at Rotorua Hospital.,Awarded,,0,20250410 Lakes District Health Board,21478299,Request for Proposals,Open Competition,ICU Ventilator,TMED2019129,20190823,20190924,20200828,,Sole Agency,No,,Lakes DHB wishes to purchase up to 3 ventilators for use in its ICU and SCBU departments at Rotorua Hospital. It is the intention to trial at Rotorua Hospital shortlisted products as part of the evaluation.,Not Awarded,Cancelled,0,20250410 Lakes District Health Board,22164163,Request for Proposals,Open Competition,Community Perinatal Mental Health Services,,20200114,20200214,20200408,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Community Perinatal Mental Health Services to be provided in Lakes District Health Board (DHB) Catchment Area. We are seeking a solution that will provide timely mental health supports to women who are pregnant or in the first year postpartum and experiencing distress. These supports will be mobile, based in the community and able to effectively engage and be responsive to the needs of pregnant and post-partum women in distress. We are looking for effective and innovative responses that demonstrate respondents knowledge and understanding of perinatal mental health, maternal wellbeing and appropriate interventions, local service population, effective engagement and partnership with Maori service users and their whanau to achieve positive health and wellbeing outcomes. Respondents will need to demonstrate their capacity and capability to deliver their proposed responses. This RFP is an open competitive, single step tender process.",Awarded,,0,20250410 Lakes District Health Board,22330011,Request for Proposals,Open Competition,Promoting Health Improvement via brief Lifestyle Interventions (PHILI),,20200220,20200320,20200608,,Sole Agency,No,,"The project aims to create a series of creative and engaging short video-clips that motivate people to make changes that are important for maintaining a healthy lifestyle, contribute to whanau wellbeing and reduce the risk of long-term conditions. These video clips will also encourage people to utilise local advice and support to make these lifestyle changes.",Awarded,,0,20250410 Lakes District Health Board,22357183,Request for Proposals,Open Competition,High and Complex Needs - Long Term Community Residential Services,,20200225,20200424,20200824,,Sole Agency,No,,"Lakes District Health Board (DHB) has issued this Request for Proposals (RFP) for suitably qualified respondents with the capacity and capability to deliver High and Complex Needs Long Term Community Residential Services for tangata whaiora living in the Lakes DHB catchment area. We are looking for responses that can demonstrate capacity and capability to deliver a high and complex needs long term community residential service for 10 14 tangata whaiora. This could be delivered across one or multiple sites. Opportunities to scale up beyond 14 beds may be available in the future dependent on population needs. We are looking for effective and innovative responses that demonstrate respondents knowledge and understanding of high and complex needs, and effective engagement and partnership with Maori service users and their whanau to achieve positive health and wellbeing outcomes. Respondents will need to demonstrate their capacity and capability to deliver their proposed responses. Respondents will be expected to demonstrate alignment of their responses in giving effect to the themes and principles of Te Ara Tauwhirotanga Lakes DHBs Mental Health and Addictions Model of Care.",Awarded,This RFP has been awarded to Ember Limited.,0,20250410 Lakes District Health Board,22618702,Request for Proposals,Open Competition,Lakes Transport Service - Rotorua Centric,,20200506,20200529,20201007,,Sole Agency,No,,"This request for proposal (RFP) relates to the purchase of National Travel Assistance (NTA) access of Rotorua centric clients to specialist health services by means of road transport or telehealth. This service operates as one service component of the Lakes DHB Transport Service, which is an interconnected shuttle service supporting Lakes DHB clients transport into specialist health services coordinated through the Lakes DHB National Travel Assistance office.",Not Awarded,No contract was awarded as a result of this procurement.,0,20250410 Lakes District Health Board,22904092,Request for Proposals,Open Competition,Patient Monitoring and Telemetry,TMED2020131,20200701,20200807,20210323,,Sole Agency,No,,"Lakes District Health Board is seeking a solution to replace its current Patient Monitoring solution. Much of the current fleet is due for replacement and Lakes wishes to take this opportunity to look at the new and updated technology that is available. We require patient monitoring and telemetry suitable for neonates through to adults across multiple areas at both Rotorua and Taupo Hospitals.",Awarded,,0,20250410 Lakes District Health Board,23018480,Request for Proposals,Open Competition,Full Lung Function System,TCPH2020132,20200724,20200819,20210113,,Sole Agency,No,,"Lakes District Health Board wishes to purchase and have installed in the Clinical Physiology Department at Rotorua Hospital a Full Pulmonary Function testing system capable of measuring spirometry, lung volumes, bronchial challenges, mouth pressures and diffusion capacity.",Awarded,,0,20250410 Lakes District Health Board,23117053,Request for Proposals,Open Competition,Exterior Painting CSB Building,TFAC2020133,20200814,20200914,20210113,,Sole Agency,No,,The clinical services Building at Rotorua Hospital (CSB) requires external repainting. This is a Fifty year old three storey concrete building with external staircases last painted twelve years ago.,Awarded,,0,20250410 Lakes District Health Board,23422578,Award Notice,Open Competition,Lakes Transport Service - Rotorua Centric,,20201004,20201004,20201007,,Sole Agency,No,,"Following open tender one supplier was offered the option to deliver the service. However, the supplier declined due to the low funding available. In response, Lakes DHB undertook a closed direct source tender with an existing provider and awarded the agreement to the provider. Aroha Mai Cancer Support Services is the new provider.",Awarded,,0,20250410 Lakes District Health Board,23524594,Request for Proposals,Open Competition,Lift Maintenance Services,TFAC2020134,20201028,20201207,20210323,,Sole Agency,No,,"Lakes District Health Board is seeking proposals for lift maintenance and certification services, for its fleet of lifts at Rotorua Hospital. Lakes District Health Board is looking for credible providers who have the capability, experience and infrastructure to deliver the services in a timely manner. They need to have a good track record in providing similar commercial services with a strong Health & Safety record.",Awarded,,0,20250410 Lakes District Health Board,23929426,Request for Proposals,Open Competition,SUDI Prevention,,20210203,20210312,20210810,,Sole Agency,No,,"Sudden unexpected death in infancy (SUDI) is sudden unexplained deaths in new-borns (birth to 28 days) and infants (birth to one year) in the presence of known risk factors, e.g. not placing babies on their backs to sleep, tobacco smoking, a lack of breastfeeding, and bed-sharing that remain unexplained after investigation including performance of autopsy, death scene examination and clinical history review (Child and Youth Moratlity Review Committee, 2017). Of the some 60,000 babies born in New Zealand each year, 44 will die in within their first year of life from SUDI. The rate is around 0.7 deaths per 1,000 babies born. Most of these deaths occur in Maori and Pacific whanau. This procurement relates to the delivery of Lakes DHB local SUDI Prevention programme. Previously this has been provided by Lakes DHB (Population Health) who delivered a range of activities including: Hapu wananga, weaving wananga, distribution of safe sleep devices and contributed to the Midlands Regional approach, with Waikato, Taranaki, Bay of Plenty and Tairawhiti DHBs. Hapu wananga have been running for over two years and have been positively received by those who attend. Going forward we want to continue the provision of hapu wananga, but believe that this would be best moved to a community-based Maori provider to deliver a service/programme that reaches and engages with our priority population and addresses the known SUDI risk factors, in particular smoking and risky sleeping environments. Supplier breifing will be held 16th February. Please register by 12th February.",Awarded,,0,20250410 Lakes District Health Board,24741198,Request for Proposals,Open Competition,Midwifery and Admin Services for Antenatal Clinic,TWCF2021134,20210830,20210924,20211018,,Sole Agency,No,,Lakes District Health Board (LDHB) is seeking suitable providers to deliver midwifery and administration services to support effective delivery of Specialist Antenatal Clinics in Taupo that meet the Maternity Services Service Specifications. This will include administration support to be provided by the Contractor.,Awarded,,0,20250410 Lakes District Health Board,24909114,Request for Proposals,Open Competition,Physical Activity Programme to support the health and wellbeing of people living in Taupo & Turangi,,20211004,20211029,20220117,,Sole Agency,No,,"Lakes District Health Board (Lakes DHB) and Pinnacle Incorporated (Pinnacle) wishes to purchase a physical activity programme for people living in Taupo & Turangi whose health could be improved by regular exercise. This programme is usually referred to as a Green Prescription (GRx) as it is a health professional's written advice to a patient and/or their family to encourage and support them becoming more physically active and eat healthier as part of a total health plan. However, we want to extend access beyond general practice and would like a physical activity programme that can accept warm hand-overs from a range of health and social service providers. We need a service that takes a whanau centred approach (i.e. is not restricted to adults), is designed in collaboration with Maori partners, serves the Taupo and Turangi communities, and delivers meaningful outcomes.",Awarded,Awarded,0,20250410 Lakes District Health Board,25427726,Request for Proposals,Open Competition,Healthy Homes Initiative - Rotorua Area,,20220216,20220323,20220601,,Sole Agency,No,,"Lakes District Health Board (Lakes DHB) wishes for a provider or group of providers working collaboratively to co-ordinate and deliver the Healthy Homes Initiative (HHI) in Rotorua district. The service will act as the bridge between homeowners and renters seeking help in improving the quality of their homes and the services that can achieve this. The provider(s) will co-ordinate and deliver the HHI service that operates effectively in Rotorua and its surrounding communities and includes: systematically identifying and referring eligible families/whanau/aiga to the HHI service Establish and maintain an engaging online presence that eases access for eligible families/whanau/aiga to the HHI service engaging with eligible families/whanau/aiga and coordinating interventions to ensure they live in warmer, drier and healthier homes. building and facilitating the supply of interventions ensuring greater understanding among families/whanau/aiga about: - the relationship between living in cold, damp and unhealthy homes and preventable illness, such as infectious respiratory conditions, rheumatic fever, or meningitis - tips for a warmer, drier and healthier home.",Awarded,,0,20250410 Lakes District Health Board,25439578,Request for Proposals,Open Competition,Enabling Civil Works Mental Health Building Construction,,20220221,20220314,20220404,,Sole Agency,No,,"Lakes District Health Board (LDHB) are looking to appoint a Contractor for an Enabling Works Package for the Project Mauri Ora Mental Health Building project located on Rangiuru St at Rotorua Hospital. There are a number of drivers that will be key to the success of this project. The new facility will be located on a site adjacent to an operational environment and as such allowing usual hospital operations to continue with minimal disruption is paramount. Therefore, disruption management and regular communication with users and neighbouring departments (including the neighbouring Primary School) is principal to the success of this project. The surrounding departments house patients that can be sensitive to noise and as such sufficient allowances within methodology and programme will be required so no patients are disturbed. The project is required to be completed in the noted timeframe. Respondents should consider opportunities for time savings while remaining considerate of the site location and surrounding departments.",Awarded,,0,20250410 Lakes District Health Board,26718681,Request for Tenders,Open Competition,"Curtain Walling and Window and Door Design, Manufacture, Supply and Install",A01446,20221216,20230203,20230706,,Sole Agency,No,,"Te Whatu Ora Lakes is seeking RFT Responses from suitably qualified and experienced designers, manufacturers, and suppliers to act as the Main Supplier of curtain walling and windows and doors for the proposed new Acute Mental Health Building Construction Project (Construction Project). It is imperative Te Whatu Ora Lakes engage a Manufacturer/Supplier/Installer who can not only work closely with key stakeholders including the main contractor (yet to be appointed), but also advocate for Te Whatu Ora Lakes when obtaining pricing and lead times. It is important that suppliers have an established track record and experience designing, manufacturing, and installing joinery items to large construction projects in the health sector particular mental health. Te Whatu Ora Lakes is looking for a credible manufacturer/suppliers/installers with demonstrable supply chain experience, supported by references, who can work within a publicly funded and sensitive environment.",Awarded,,0,20250410 Lakes District Health Board,27014992,Request for Tenders,Closed Competition,Mauri Ora Building Construction,,20230403,20230526,20231120,,Sole Agency,No,,Please find attached tender documents for the new Mental Health Building Construction at Rotorua Hospital.,Awarded,,0,20250410 Landcare Research,19775155,Request for Quotations,Closed Competition,EMS Relocation,G & A -5110,20180601,20180622,20191115,,Sole Agency,No,"Private Bag 92170, Auckland Mail Centre","Enviro-Mark Solutions are relocating to new premises going to GETS for furnishings for their new office space. A list furnishings and concept drawings are attached. There are two office spaces Suite 9 (gross area 220.90m2) and Suite 8 (gross area = 65.50m2). Suite 9 is a large open plan office space for up to 18 staff, as per concept plan. Suite 8, will contain 2 small meeting rooms, 2 auditor cubicles and a Board meeting room. Manaaki Whenua Landcare Research as parent company for Enviro-Mark and along with Enviro-Mark have requirements that the products supplied will come with environmental certification",Awarded,,0,20250410 Landcare Research,20965272,Request for Quotations,Closed Competition,Organisational Electric Height Adjustable Desk Procurement,,20190423,20190507,20191115,,Sole Agency,No,,"We are looking to replace our current desk stock with electric height adjusted desks and accompanying cable trays. This involves providing a total of 212 desks across the following sites, Auckland, Hamilton, Palmerston North, Nelson, Lincoln, and Dunedin",Awarded,,0,20250410 Landcare Research,21028812,Request for Quotations,Closed Competition,MWLR Lincoln Redevelopment Construction Project,,20190513,20190624,20190731,,Sole Agency,No,,"Manaaki Whenua Landcare Research (MWLR) are seeking to appoint a contractor to construct a modern two storey office wing, including a main street which will link the existing Fleming and Herabium Buildings into the new office wing and their associated services, at the Lincoln MWLR campus. The new GFA is approximately 1750m2, and there is a further 450m2 of upgrade works in the existing office buildings. It is an IL2 project, including a number of construction early phased works, and demolition work has been completed to facilitate a clear site for the main contract.",Awarded,,0,20250410 Landcare Research,21054955,Request for Quotations,Open Competition,Toilet and Bathroom Refurbishment,911761-0067,20190520,20190605,20191011,,Sole Agency,No,,"The Palmerston North office of Manaaki Whenua - Landcare Research is undertaking the refurbishment of all of the bathrooms onsite. This comprises of eight toilet/bathrooms including a total of four showers, two urinals, 12 toilet bowls, 12 washbasins and 8 mirrors. We would like the principles of diversity and inclusivity to be incorporated in the refurbishment to provide a mechanism for unisex toilets where appropriate and practical. The refurbishment is to be functional, easy to clean and maintain, professional in appearance but without excessive opulence.",Awarded,,0,20250410 Landcare Research,21343094,Request for Proposals,Closed Competition,Website Design,,20190801,20190823,20191101,,Sole Agency,No,,"This RFP is for design and development services for a new website for Manaaki Whenua Landcare Research at https://www.landcareresearch.co.nz. We see the website as a key tool in achieving our overall purpose which is to ensure that all New Zealanders have the knowledge, tools and understanding to live in harmony with the land and sustain its biological diversity.",Awarded,,0,20250410 Landcare Research,21684485,Request for Quotations,Closed Competition,Dell Hardware Solution Supply,,20190927,20191010,20200210,,Sole Agency,No,,"We are requesting a cost to deliver a defined Dell EMC Bill of Materials, a Co-location Service for the hardware, any specific Datacentre networking to utilise the supplied hardware with the current REANNZ network.",Awarded,,0,20250410 Landcare Research,22008104,Request for Quotations,Open Competition,MWLR Palmerston North Improvement Car park Project,,20191129,20191218,20200224,,Sole Agency,No,,"We require an extension to our carpark to enable safer and easier access by visitors, work and service vehicles. We need to extend our carpark located at the front of our building, to provide for safer loading and unloading of field gear and commercial deliveries. We need safer entry and exit provisions for commercial vehicles as well as visitors and safer pedestrian access. We need a fixed price response.",Awarded,,0,20250410 Landcare Research,22242705,Request for Proposals,Open Competition,Lincoln Construction Project Te Rauhitanga - Audio Visual Technology,,20200131,20200224,20200527,,Sole Agency,No,,"Manaaki Whenua - Landcare Research (MWLA) is seeking an Audio-Visual (AV) technology provider to supply and install AV technology equipment for a new building due for completion at the end of 2020. In addition to standard IT/AV technology, Manaaki Whenua are investing in new specialised technology to enhance user experience and our capability to deliver rich content. We are looking for a specialist integrator who can design solutions, solve problems and bring value to their clients. We want a vendor who is actively engaged and challenges our thinking, while also understanding funding limitations. Manaaki Whenua need suppliers who are able to offer the following: 1. Purchase, supply, and install standard meeting room AV technology equipment 2. Purchase, supply, and install specialised AV technology equipment including extra-large screens, ceiling audio solutions, AV function control, video wall, and digital signage/media management 3. Delivery and removal of all the new AV technology equipment packaging 4. Integration of the AV technology equipment including testing 5. Training for all new technology and equipment 6. Supply of full operating manuals for all new AV technology equipment supplied and installed for each new system 7. Post construction support with easy access to responsive in-house technical advisors As suppliers you will need to have the capacity to purchase and deliver the goods and capability to install and integrate the equipment, train within the required specified schedule and offer ongoing support post construction",Awarded,,0,20250410 Landcare Research,23140617,Request for Quotations,Closed Competition,Palmerston North Level Two - Refurbishment,,20200819,20200901,20200916,,Sole Agency,No,764 Cumberland Street North,This opportunity is for suppliers to quote for furniture as part of the refurbishment of our second level at our Plamerston North site located on the Massey University Campus,Awarded,,0,20250410 Landcare Research,23170037,Request for Quotations,Closed Competition,Whitegoods - Staff Kitchen and Kitchenette,,20200825,20200904,20200916,,Sole Agency,No,,The provision of whitegoods for the staff kitchen and kitchenette as part of our Lincoln redevelopment.,Awarded,,0,20250410 Landcare Research,23204425,Request for Quotations,Closed Competition,Te Rauhitanga Project Office Furniture and Storage,,20200831,20200911,20201105,,Sole Agency,No,,"To supply specific items of office furniture and storage items as part of our Te Rauhitanga - Lincoln Redevelopment Project, There is a sister procurement for hard and soft Furnishings.",Awarded,,0,20250410 Landcare Research,23205419,Request for Quotations,Closed Competition,Te Rauhitanga Project Soft and Hard Furnishings,,20200831,20200911,20201105,,Sole Agency,No,,This is the opportunity to supply of specific items of soft and hard furnishing for our Lincoln redevelopment. This is the sister procurement to 23204425 Office furniture and Storage.,Awarded,,0,20250410 Landcare Research,23341286,Request for Quotations,Closed Competition,Lincoln Outdoor Furniture,,20200923,20201006,20201105,,Sole Agency,No,,We are seeking a supplier to provide us with a limited number of outdoor furniture and landscaping items as part of our Lincoln redevelopment project.,Not Awarded,No responses received,0,20250410 Landcare Research,23570590,Request for Proposals,Closed Competition,Liquid Nitrogen Storage System,,20201105,20201204,20210803,,Sole Agency,No,,"We are sourcing a liquid nitrogen storage system for the cryopreservation of fungal and bacterial samples in the national International Collection of Microorganisms from Plants (ICMP) culture collection. The system will consist of large sample tanks that will automatically fill and top up from low pressure supply tanks of liquid nitrogen though associated plumbing, electronic control, and monitoring systems. The system will replace our existing system of manual filled liquid nitrogen dewars.",Awarded,,242930,20250410 Landcare Research,23829748,Request for Tenders,Open Competition,Fire Egress Upgrades - Auckland Site,,20210111,20210205,20210326,,Sole Agency,No,764 Cumberland Street,Following a recent fire survey Manaaki Whenua Landcare Research (MWLR) is seeking to appoint a contractor to upgrade the existing fire egress at the Auckland MWLR site.,Awarded,,0,20250410 Landcare Research,24641796,Request for Quotations,Closed Competition,Print Technology and Associated Services,PTASMWLR2021,20210805,20210903,20211217,,All of Government,No,764 Cumberland Street,"This is a secondary procurement process in connection to the All of Government contract for Print Technology and Associated Servcies and relates to the delivery, installation, and configuration of new MFDs as required and the on-going maintenance and management of Manaaki Whenua Landcare Researchs (MWLR) MFD fleet across all the sites in New Zealand. Currently MFDs are provided on a managed cost per copy basis. We are prepared to consider any cost model available under the AOG PTAS agreement and we expect you to propose the model you believe is best suited to MWLR business needs. The proposed model must be supported by detailed information including any risks and full disclosure of any additional or periphery costs so that evaluators can assess your proposal on the total, whole of life cost of your devices/solution.",Awarded,,0,20250410 Landcare Research,24736558,Request for Proposals,Open Competition,Solar Photovoltaic Array,,20210827,20210924,20211116,,Sole Agency,No,Level 6 17 Whitmore Street Wellington,"The purchase and installation of a photovoltaic solar array capable of generating 75 kw. As this array is to provide real time energy supply, battery storage and the ability to feed back into the grid is not required. Moreover, the readying work has been completed. MWLR?are looking for?a credible supplier who has?the capability, experience, and availability to deliver the?project for MWLR. The supplier?needs?to have a?very?good track record in the?delivery?of similar?scale and type of works?and proven capability delivering projects of this type.?? Furthermore, MWLR requires a supplier who will work collaboratively with MWLR to minimise the impact of this projects works on the organisations ongoing operation on the site, is able to work collaboratively with the other contractors on the site, and who will meet the highest possible standards for health, safety, and environment.? It is also essential for MWLR to engage a supplier who will complete the works on or before the agreed completion.",Awarded,,0,20250410 Landcare Research,25163672,Request for Proposals,Open Competition,Cleaning Services,,20211124,20211222,20220307,,Sole Agency,No,764 Cumberland Street,"We are looking to procure site cleaning services for our offices, facilities, laboratory, and collection areas. The key objective is to build a partnership between our facilities team and the cleaning contractor to provide a safe, pleasant, and comfortable working environment. We aim to engage a cleaning contractor/s who align themselves with our culture and are right sized to develop the style of partnership that fits with Manaaki Whenua Landcare Researchs (MWLR) ways of working. We are open to responses for the whole organization and / or regionally by Site. o Auckland o Hamilton / Palmerston North o Wellington o Lincoln o Dunedin",Not Awarded,,0,20250410 Landcare Research,27471534,Request for Quotations,Closed Competition,Carbon Nitrogen Analyser,,20230530,20230613,20230904,,Sole Agency,No,,,Awarded,,0,20250410 Landcare Research,27666974,Request for Proposals,Closed Competition,Biocontainment Facility Extension - Architecture Design Services,,20230921,20231016,20240215,,Sole Agency,No,Level 6 17 Whitmore Street Wellington,"We are seeking the provision of an architectural design services to partner with us as we redevelop our current laboratory facilities at our Lincoln site. This comprehensive facility will play a pivotal role in advancing our molecular research capabilities while ensuring the safety, efficiency, and comfort of our dedicated staff.",Awarded,,0,20250410 Landcare Research,28235951,Request for Proposals,Open Competition,Branded Clothing Opportunity,,20231006,20231102,20240221,,Sole Agency,No,54 Gerald Street Lincoln,"This is the opportunity to be our supplier for a range of high-quality, reasonably priced, branded clothing for Manaaki Whenua -Landcare Research staff.",Awarded,,0,20250410 Landcare Research,28322547,Request for Proposals,Closed Competition,Biolab XR Project - Structural Engineer Services,,20231020,20231110,20240207,,Sole Agency,No,Level 6 17 Whitmore Street Wellington,"The provision of comprehensive structural engineering services for the BIOLAB XR project, following the guidelines of the Conditions of Contract for Consultancy Services (CCCS). The scope covers concept, preliminary, developed and detailed design stages, as well as active involvement during construction, including coordination meetings, RFI responses and site inspections.",Not Awarded,,0,20250410 Landcare Research,28353094,Request for Proposals,Closed Competition,Biolab XR Project - Fire Engineering Services,,20231027,20231117,20231218,,Sole Agency,No,Level 6 17 Whitmore Street Wellington,"The provision of comprehensive fire engineering services for the BIOLAB XR project, following the guidelines of the Conditions of Contract for Consultancy Services (CCCS). The scope covers concept, preliminary, developed and detailed design stages, as well as active involvement during construction, including coordination meetings, RFI responses and site inspections.",Not Awarded,,0,20250410 Landcare Research,28353947,Request for Proposals,Closed Competition,Biolab XR - Mechanical Hydraulic and Electrical Engineer Services,,20231027,20231117,20231218,,Sole Agency,No,Level 6 17 Whitmore Street Wellington,"The provision of comprehensive mechanical, hydraulic and electrical engineering services for the BIOLAB XR project, following the guidelines of the Conditions of Contract for Consultancy Services (CCCS). The scope covers concept, preliminary, developed and detailed design stages, as well as active involvement during construction, including coordination meetings, RFI responses and site inspections.",Not Awarded,,0,20250410 Landcare Research,28815702,Request for Proposals,Open Competition,HRIS System and Implementation,,20240212,20240228,20240715,,Sole Agency,No,,"Manaaki Whenua Landcare Research Landcare Research (MWLR) has identified a need to implement a new Human Resources Information System (HRIS). The HRIS requirements are for a future looking solution that is designed to support the modern digital workplace. The HRIS solution must deliver typical people management functions of the employee lifecycle such as core data management and analytics, electronic recruitment, on and off boarding, performance management, remuneration etc. as well as manage health and safety and general HR related compliance processes. MWLR is adopting a cloud-first approach to the system acquisition and wishes to move to a Software-as-a-Service solution as part of its overall strategy.",Not Awarded,A preferred supplier was identified however MWLR elected to not proceed with this in the FY25,0,20250410 Landcare Research,28890773,Request for Quotations,Open Competition,Hamilton Solar PV,,20240223,20240315,20240516,,Sole Agency,No,,We are seeking a solution that has the capacity to deliver three phase supply for our base load at our Hamilton Site.,Awarded,,0,20250410 Landcare Research,29467409,Request for Quotations,Open Competition,Flow Injection Analyser Instrument,,20240523,20240605,20241003,,Sole Agency,No,Cotiss.com see link below,"We are seeking a replacement for our existing Flow Injection Analyser Instrument (FIA). This is used to analyse ammonia, nitrate, nitrite and phosphate in water samples, plant digests and soil digests and extracts, for 17 test methods. To respond to this tender please go to Cotiss.com or use the link below. https://app.cotiss.com/tender-invitation?invitation-token=eyJhbGciOiJIUzI1NiIsInR5cCI6IkpXVCJ9.eyJjcmVhdGVkQnlBY2NvdW50SWQiOiI2NWEwOTgxZGI4Y2E1Mzc5NTk0YWU0ODEiLCJjcmVhdGVkQnlPcmdhbmlzYXRpb25JZCI6IjY1YTA5ODFkYjhjYTUzNzk1OTRhZTQ4NiIsImNyZWF0ZWRCeVVzZXJJZCI6IjY1YTA5ODFkYjhjYTUzNzk1OTRhZTQ4MyIsInRlbmRlcklkIjoiNjY0ZThmNzkzNGY0ZjU2NWY3YjU2NGRjIiwiaWF0IjoxNzE2NDI4MjA0LCJleHAiOjE3MzIxNTMwMDR9.6hosxd78H2-1W1zLdQkn8xxtKKpHcJGKHn3CBRhfimc",Not Awarded,It was awarded however as we don't capture the response in GETS I am unable to select the Award button below.,0,20250410 Landcare Research,29780358,Request for Proposals,Open Competition,BioLab Design/Build walk in fridge/freezer unit,,20240715,20240731,20240812,,Sole Agency,No,Please use the Cotiss link below,"We are looking for a supplier to design and then build a walk-in fridge/freezer unit as part of our BioLab XR programme. Please respond using this link: https://app.cotiss.com/tender-invitation?invitation-token=eyJhbGciOiJIUzI1NiIsInR5cCI6IkpXVCJ9.eyJjcmVhdGVkQnlBY2NvdW50SWQiOiI2NWEwOTgxZGI4Y2E1Mzc5NTk0YWU0ODEiLCJjcmVhdGVkQnlPcmdhbmlzYXRpb25JZCI6IjY1YTA5ODFkYjhjYTUzNzk1OTRhZTQ4NiIsImNyZWF0ZWRCeVVzZXJJZCI6IjY2ODRjOTE4NWIzMmNjZjZkODRlZTgyYiIsInRlbmRlcklkIjoiNjY5MDcyNmI4YmI3YTQzM2Q3YTMyZDk2IiwiaWF0IjoxNzIxMDE0Njc4LCJleHAiOjE3MzY3Mzk0Nzh9.H15OeS64O-IlYv6C-ghiJPAhnHrJTVZITZDRBPwm1ds",Not Awarded,,0,20250410 Landcare Research,30375835,Request for Proposals,Open Competition,Replacement Roof Coverings,,20241010,20241029,20241219,,Sole Agency,No,Cotiss.com see link below,"Please access the RfP documents and respond in Cotiss using the link below https://app.cotiss.com/tender-invitation?invitation-token=eyJhbGciOiJIUzI1NiIsInR5cCI6IkpXVCJ9.eyJjcmVhdGVkQnlBY2NvdW50SWQiOiI2NWEwOTgxZGI4Y2E1Mzc5NTk0YWU0ODEiLCJjcmVhdGVkQnlPcmdhbmlzYXRpb25JZCI6IjY1YTA5ODFkYjhjYTUzNzk1OTRhZTQ4NiIsImNyZWF0ZWRCeVVzZXJJZCI6IjY1YTA5ODFkYjhjYTUzNzk1OTRhZTQ4MyIsInRlbmRlcklkIjoiNjcwNWNiZmE1NTU2YjcwYTlhM2VhYTVkIiwiaWF0IjoxNzI4NTIxMTIyLCJleHAiOjE3NDQyNDU5MjJ9.YR9eLEz3V0JBgXRj7o6vwKHwa6gGZotjUfmMHeSUpfk",Not Awarded,This was awarded to Commercial Property Services Ltd on 19 December 2024,0,20250410 Landcare Research,30590225,Award Notice,Open Competition,BioLab Design/Build walk in fridge/freezer unit,,20240715,20240731,20241128,,Sole Agency,No,,This was awarded to Skilled Aircon on 21 August 2024,Not Awarded,,0,20250410 Landcorp Farming Ltd,11638689,Request for Proposals,Open Competition,New Zealand Dairy Academy - Training Services,LC_019,20150505,20150603,20210211,,Sole Agency,No,"Landcorp Farming Ltd, Level 2,15 Allen Street, Wellington 6145","A joint venture between Landcorp Farming Ltd and the Shanghai Pengxin Group, Pengxin New Zealand Farm Management Ltd is establishing a dairy training academy to develop a pipeline of competent and well-rounded future farm leaders. The vision is of a prestigious learning facility operating within a fully functional commercial dairy farm based in the Taupo region.",Not Awarded,,0,20250410 Landcorp Farming Ltd,17622364,Request for Proposals,Open Competition,Effluent Monitoring Systems for Landcorp Farming,LC_78,20160622,20160720,20210211,,Sole Agency,No,,"Landcorp Farming Limited in conjunction with its subsidiary companies and joint venture partners, invites credible organisations to submit proposals for the supply of effluent monitoring systems. This Request for Proposal (RFP) describes our current understanding of our operational requirements across around 60 dairy farms, however these needs are subject to change as the business and operational conditions evolve.",Not Awarded,,0,20250410 Landcorp Farming Ltd,17708191,Request for Proposals,Closed Competition,WPL Effluent Storage RFP,LC_77_2,20160719,20160808,20210211,,Sole Agency,No,,"In 2004 Landcorp Farming Limited (Landcorp) and Wairakei Pastoral Limited (WPL) formed an agreement to convert forestry land into a dairy and livestock portfolio. Operations are located near Taupo on two blocks. Once land is developed to a pasture ready state, Landcorp leases the land on which it then develops all the structural facilities to operate dairy and livestock operations. This is a closed RFP for shortlisted providers to provide a detailed proposal for provision of fit for purpose, environmentally sound, effluent holding and dispersal systems.",Awarded,,0,20250410 Landcorp Farming Ltd,17757494,Request for Quotations,Open Competition,BioGro Certified Organic Fertiliser with Nitrogen content,LC_85,20160803,20160826,20210211,,Sole Agency,No,,Landcorp is converting two farms to organics. As part of the program Landcorp requires supply of biogro certified organic fertiliser with a nitrogen content (certified organic chicken manure / vermicast or similar). The two properties are located in Foxton & Taupo.,Not Awarded,,0,20250410 Landcorp Farming Ltd,17914287,Request for Proposals,Open Competition,Commercial Real Estate Agent,LC_89,20160916,20161010,20210211,,Sole Agency,No,,"Landcorp Farming Limited invites credible, licensed Real Estate organisations to submit proposals for the provision of Commercial Real Estate services for the sale of up to ten rural properties currently within the Landcorp Portfolio.",Not Awarded,Awarded to PGG Wrightson Real Estate,0,20250410 Landcorp Farming Ltd,19916579,Request for Proposals,Open Competition,Supply of a Cow Home for Landsdown Farm,,20180716,20180810,20200316,,Sole Agency,No,,"Pamu (Landcorp Farming Ltd) seek proposals from vendors for the sale and construction of a cow wintering barn to house 600 cows on Landsdown farm, just outside of Balclutha, South Otago.",Awarded,,0,20250410 Landcorp Farming Ltd,20554753,Request for Proposals,Open Competition,Afforestation Amended,,20181214,20190121,20190919,,Sole Agency,No,,This is the updated Afforestation RFP with amended closing date of 21st January 2019. Potential suppliers should download the attached documentation to enable them to upload their proposals onto the GETS site.,Not Awarded,"At the conclusion of this tender, it was determined by our Board that we would conduct this work internally.",0,20250410 Landcorp Farming Ltd,20618703,Request for Proposals,Open Competition,RFP for Supply of Artificial Breeding Solutions,,20190118,20190220,20191021,,Sole Agency,No,,"Landcorp Framing Ltd (""Pamu"") seeks to appoint a supplier of artificial breeding products and services for its network of dairy farms. The supplier will be expected to work collaboratively with the Pamu dairy team to drive improvements in herd fertility, productivity and health, as well as mitigating environmental impacts. Pamu recognises the value that genetic innovation can deliver to our business, so it is critical we partner with the right supplier.",Awarded,,0,20250410 Landcorp Farming Ltd,20776897,Request for Proposals,Open Competition,Irrigation Monitoring Systems,LFL-0001-2019,20190226,20190403,20200317,,Sole Agency,No,,"Pamu requires supply, installation and monitoring of a cost effective support system that will enable us to effectively and efficiently manage and optimise our irrigation water use across our portfolio of farms. Efficient and effective water use is also strongly linked to better management of nutrients including reducing losses of these from the farming system to the environment.",Not Awarded,,0,20250410 Landcorp Farming Ltd,21113752,Request for Proposals,Open Competition,RFP for Light Vehicles,,20190605,20190703,20200316,,Sole Agency,No,,"Pamu Farms of New Zealand invites organisations to submit proposals for the supply of light weight off-road farm vehicles. These vehicles are grouped into three categories: two wheeled motorbikes, all-terrain vehicles (ATVs or quad bikes) and side x side machines. This Request for Proposal (RFP) describes the current understanding of our operational requirements, however these needs are subject to change as the business and operational conditions evolve. A copy of our replacement policy and current operational fleet numbers are included as a guide only. It is anticipated over the following two years our operational fleet of ATVs will reduce from its current level as we shift into alternative vehicles. We are inviting responses from suppliers of highly regarded manufacturers with a proven background in the rural sector and a strong dealer network. It is anticipated that more than one supplier may be appointed to each category to form the basis of a panel contract.",Awarded,,0,20250410 Landcorp Farming Ltd,21361587,Request for Proposals,Open Competition,"Silage Services at Landcorp Pastoral, Ohaaki Block Wairakei Estate, Taupo",,20190805,20190829,20200106,,Sole Agency,No,,"Pamu is constantly looking to source the best quality and value Silage Services for our farms. For this RFP we require a sole supplier of these services at Landcorp Pastoral, Ohaaki Block Wairakei Estate, Taupo.",Awarded,"Award of contract was to Miers Contractors (1995) Ltd for a tenure of 3 years. To those suppliers who were unsuccessful - I sent them an email informing them of this, which included a couple of points outlining the strength and weaknesses of their proposals (unsuccessful suppliers emails attached). I also followed up with a phone call to each of the suppliers. Thanks, Fraser",100000,20250410 Landcorp Farming Ltd,21417300,Request for Quotations,Open Competition,Pamu (Landcorp Farming Limited) Aerial Spreading of Fertiliser (Fixed Wing),LFL - AERIAL SPREADING - 2019,20190822,20190919,20200204,,Cluster,No,,"1.1 This Procurement seeks Quotes for the supply of Aerial Spreading of Fertiliser (Fixed Wing) Services at selected Pamu Farms listed in the Attached RFQ documents. 1.2 The purpose of this procurement is secure Aerial Spreading Services at competitive rates, backed up by on time Services delivery using the latest aerial spreading technology. 1.3 In particular, Pamu will be seeking to partner with suitable supplier/s where feasible, for either: A long term (5 years) national supplier Agreement for the delivery of the required Services at competitive rates at selected Pamu farms, or; Where appropriate, long term local supply agreements (5 years) for delivery of the Services at competitive rates. 1.4 The WOLC (Whole of Life Cost) for this procurement over the proposed 5 year term for the delivery of the required Services at all the Pamu farms listed is estimated at approximately $5m. 1.5 The outcomes of this procurement and subsequent delivery of the Services is critical to Pamus Farming business success since Fertiliser has a direct impact on product quality and therefore profitability. Risk management in aerial spreading is critical given the threats faced by all Livestock Farming operations. It is vital that we manage risk in every aspect of Livestock Farming, including the purchase, delivery, storage and smart use of Fertiliser. Please refer to the attached documents for all the required information. ATT 1 - Aerial Spreading Pricing Sheet ATT 2 - Aerial Spreading Farms for Services Delivery ATT 3 - LANDCORP Contract (Aerial Spreading - Fixed Wing) ATT 4 - Pamu North Island Farms ATT 5 - Pamu South Island Farms ATT 6 - RFQ - Response Form - Final",Awarded,"All respondents to this tender were not able to submit responses through GETS. There was a total of 8 responses with 4 suppliers being awarded the work.",1000000,20250410 Landcorp Farming Ltd,21614379,Request for Proposals,Open Competition,RFP for a Learning Management System (LMS),,20190917,20191010,20200129,,Sole Agency,No,,"We are seeking a Learning Management System (LMS) to enable Pamu to meet the capability needs of its workforce and support our requirements and obligations under Health & Safety legislation. These obligations include the ability to plan, resource, deliver, report, and monitor on the levels of capability and readiness of our workforce.",Awarded,,0,20250410 Landcorp Farming Ltd,22339651,Request for Proposals,Open Competition,Work Wear and Personal Protective Equipment,,20200221,20200327,20201218,,Sole Agency,No,,"Pamu is seeking to appoint a sole supplier of Work Wear and Personal Protective Equipment (PPE) to consolidate and standardise our on farm clothing. In particular, Pamu will be looking for products that: Wherever possible and practicable utilise natural fibres and reduce wastage and packaging; Includes gender specific or unisex sizing across the range; Are made to be durable and easily cared for; Allow our staff to excel in the wide range of environments in which they operate; and Offer excellent value across their expected lifetimes.",Not Awarded,Awarded to NZ Safety Blackwoods,0,20250410 Landcorp Farming Ltd,22752774,Request for Proposals,Open Competition,Remote Authorisation & Supply of Veterinary Medicines,,20200602,20200629,20201116,,Sole Agency,No,,"Pamu has been sourcing veterinary medicines via a remote authorising model since 2012. This model has worked well for our business, providing standardised pricing and surety of access across the country. We are seeking a long term partner to continue this model, with a view towards continuously improving the experience for our end users. Pamu are looking for a supplier who can continue to supply our nationwide network of farms via a remote authorising model, working closely with both the individual farm managers and local vets. In particular, we will be looking for a focus on: Product consolidation and catalogue management; Forward planning and cost minimisation; Financial integration and tracking; and Tri-partite engagement with Pamu and the local veterinary network.",Awarded,,0,20250410 Landcorp Farming Ltd,22837826,Request for Quotations,Open Competition,Fencing Development for Northland Land Use Project,,20200617,20200706,20210211,,Sole Agency,No,,"This Request for Quotes (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the fencing development related to the Northland land use project across Omamari Farm, Puketotara Farm, Takakuri Farm and Titoki Farm. The on farm requirements entail the installation of all boundary and cell fences within a predefined area, zone or block. The total project area will be approximately 2000 Hectares. The division of this between the farms will be released via an addendum on GETS. Respondents may choose to quote for some or all of the farms.",Not Awarded,,0,20250410 Landcorp Farming Ltd,23390653,Request for Proposals,Open Competition,Pamu ICT Environment Roadmap Design,,20201005,20201106,20210211,,Sole Agency,No,,"We are seeking a partner to assist Pamu to design a roadmap for the transformation of our technical environment and associated organisational structure. This roadmap will futureproof the way the company access and use a vast array of information and support the numerous systems and applications that we use. In particular, Pamu will be looking for a partner that: Can show how they will capture the business needs of Pamu in order to design the roadmap Can demonstrate that they have the personnel and skills to undertake each element of the design including (but not limited to) security, network, infrastructure, applications, operating systems, documentation Clearly explains the approach they will take in order to ensure that the roadmap meets the Pamu business needs, is cost effective and minimises the disruption to our staff Shows us that they can not only design the roadmap, but design the support and associated support models and team make up (organisational structure)",Awarded,,0,20250410 Landcorp Farming Ltd,23500176,Request for Proposals,Open Competition,Pamu Dairy Cow Mineral RFP 2020,Pamu Dairy Mineral Tender 2020,20201023,20201127,20210217,,Sole Agency,No,,"Pamu Dairy Cow Mineral Tender a. Pamu seeks to enter into a supply arrangement with one or more Preferred Supplier/s of custom minerals and trace element products for Pamus dairy farm operations which comprises of: i. 47 Dairy Farms (28 North Island and 19 South Island). Refer to APPENDIX 1 Pamu Dairy Farms 2020 for details. ii. There are approximately 46,500 milking mixed aged dairy cows and approx. 20,000 heifers (1-2 years old, not all grazed by Pamu) b. Pamu recognises the criticality of ensuring the best organic, non-GMO minerals for our dairy animals. We are seeking high quality organic, non-GMO ingredients that will drive profitability in our dairy operations and help keep our animals in prime condition. c. In addition, Pamu needs to understand how the Preferred Supplier/s will ensure our farms have product when they need it and how your company will add value to our business by working with local vets to support and upskill our dairy farm teams.",Awarded,,300000,20250410 Landcorp Farming Ltd,23775670,Request for Quotations,Open Competition,Northland Land Use Project - Rangiputa Station,,20201215,20210111,20210211,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the fencing requirements for the land use development project on Rangiputa Station in Northland. The project will consist of approximately 30,000 metres of two wire techno lane fencing. All posts will be driven before the contractor starts, so the Quote should be for all wire work only with no tractor is required.",Awarded,,0,20250410 Landcorp Farming Ltd,23861070,Request for Proposals,Open Competition,RFP for Animal Identification Tags,,20210119,20210219,20210326,,Sole Agency,No,,"What We Need: Pamu are seeking a sole supplier of all our animal identification tag requirements. This will involve supplying tags directly to our Dry Stock farms and working with both LIC and CRV to supply our Dairy farms. For a new supplier to Pamu, you will also need to consider what resources will be required to ensure there is no disruption for our operations. Whats Important To Us: Pamu will be looking for a preferred supplier who can provide: Quality products that will stand up to the variety of conditions we farm in and ensure we maintain our high animal welfare standards; A streamlined ordering process that provides an easy to use interface for Farm Managers and a strong focus on sustainable product lifecycles that reduces wastage; Ease of integration within our developing farm environment, including being able to provide for different stock classes; and System integration with both our FMS and finance systems.",Awarded,"Still best value and fit for purpose Supplier in terms of systems integration, price, level of Services Delivery and delivery of required services by Landcorp.",400000,20250410 Landcorp Farming Ltd,23929982,Request for Proposals,Open Competition,RFP for Pamu Leadership Development,,20210203,20210219,20210420,,Sole Agency,No,,"Pamu is looking to identify an external provider/s to assist us with development and delivery of Leadership Development in line with our Leadership Framework. Pamu is looking for content and delivery models to equip leaders across our business with the key skills, knowledge and attributes to successfully deliver our strategy. Content must be grounded in recognised leadership development best practice, and tailored to fit Pamus culture and workforce. The outcomes will need to be measureable and monitored over time. Pamu want to ultimately own the programme, and have assistance to deliver learning and development to strengthen the capability of our leaders.",Awarded,"Thank you to all who submitted responses for the Pamu Leadership Development RFP, your participation has added value to the tender process. This successful Respondent was The Sysdoc Group.",0,20250410 Landcorp Farming Ltd,24194051,Request for Quotations,Open Competition,Computed Tomography (CT) Scanner Replacement,,20210413,20210503,20210629,,Sole Agency,No,,"Pamu and our strategic partners are seeking a replacement for our Computed Tomography (CT) scanner in Mosgiel. Pamu will be looking for a supplier with a strong track record in the market offering the best whole of life value proposition, inclusive of expected services and maintenance. A second-hand or refurbished CT Scanner may be considered under favourable circumstances. The majority of the work involves CT scanning soft tissue of animals, with relatively low throughput rates in comparison to human medical applications. A description of our use case and requirements is given below: Our normal scanning load is a number of periods of concentrated scanning periods of occasional use. On average we would scan 10 samples per week but our programmed scanning is highly seasonal. Minimum scanner aperture of 600mm and minimum field of view 500mm. Predominantly scanning soft tissue Scanner table to hold up to 200kg Ability to position image locations with the scanner table down to 1mm Images stored and accessible in DICOM compatible format Much of the work is collecting multiple axial images rather than helical scanning so lower multi-slice scanners are suitable Ability to specify a number of axial images at regular intervals or at sparce locations throughout the subject is an advantage Lower electrical and air conditioning requirements are preferred The RFQ requires respondents to consider costing associated with the decommissioning of the old scanner and its potential resale value.",Awarded,,0,20250410 Landcorp Farming Ltd,24247357,Request for Proposals,Open Competition,Pastoral Calf Rearing Facility,LFL-0088-2021,20210428,20210520,20211117,,Sole Agency,No,,"We require a full turn key delivery (including but not limited to; the design, supply of materials, construction, site oversight and stakeholder management and all other building and resource consent requirement) of a cost effective designated Calf Rearing Facility on one of our locally based Taupo farming properties",Not Awarded,,0,20250410 Landcorp Farming Ltd,24316934,Request for Quotations,Open Competition,Landcorp Farming Pastoral Complex - Dairy Feed for 2021-2022 season,Pamu Dairy Feed RFQ - 21-22,20210528,20210616,20210624,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the supply of Dairy Cow Feed products to Pamu s Pastoral complex based in Waikato for the Jul 2021 to Jun 2022 season. Refer to RFQ attachments for further details",Awarded,Had responses from companies capable of supplying Product. J Swap offered the best price for the coming season,0,20250410 Landcorp Farming Ltd,24468262,Request for Quotations,Open Competition,"Silage Services at Landcorp Pastoral, Rotokawa Block Wairakei Estate, Taupo",Landcorp Farming - Silage,20210821,20210915,20210701,,Sole Agency,No,"12 Pembroke Street, Tawa","This RFQ is an invitation to suitably qualified suppliers to submit a Quote for the delivery of Silage Services at Landcorp Pastoral Complex, Wairakei Estate, Taupo, Rotokawa Block which covers approximately 2,000 ha.",Awarded,,0,20250410 Landcorp Farming Ltd,25371948,Request for Proposals,Open Competition,Dips and Drenches,,20220202,20220301,20220524,,Sole Agency,No,15 Allen St,"The purpose of this procurement is to identify and select a national supplier, or suppliers, to provide anthelmintic and ectoparasiticide dips and drenches for the treatment of internal and external parasites in our sheep, dairy and beef cattle. The majority of the required product is for oral and injectable double and triple active anthelmintics, and ectoparasiticides. This contract is forecast to begin 29 September 2022.",Awarded,,5600000,20250410 Landcorp Farming Ltd,25521439,Request for Proposals,Closed Competition,Pamu Customer Relationship Management RFP,,20220401,20220503,20220727,,Sole Agency,No,,"Pamu is undertaking a two-stage process consisting of the previous ROI and this subsequent RFP issued to shortlisted providers for a Software as a Service (SAAS) Customer Relationship Management System (CRM). We are looking for a scalable CRM system to provide an overarching approach to stakeholder management, provide greater visibility of interactions, and provide a single source of information about each stakeholder. There is a small component of sales activity required although this is much smaller than our stakeholder management. We will require implementation and installation of the software system including, design and configuration, Single Sign On, integration with our M365 suite; Teams, Sharepoint, Onedrive, Outlook, Office; and Azure cloud environment. While we are not looking for a comprehensive change management plan, a level of support during the change management phase will be required.",Awarded,,121000,20250410 Landcorp Farming Ltd,25661537,Request for Tenders,Open Competition,Southland Farms Water Meter Project,,20220406,20220511,20220708,,Sole Agency,No,,"Pamu is looking to install water meters on its Southland farms so it can monitor and report on its surface and ground water takes. Pamu will also need access to the water take data for its own management purposes as well as for the purpose of reporting to Environment Southland.",Awarded,,0,20250410 Landcorp Farming Ltd,26101619,Request for Proposals,Closed Competition,Pamu Seeds Contract commencing July 2023,,20220727,20220905,20230120,,Sole Agency,No,,"Pamu is seeking to enter into an agreement with one or more suppliers that reflects a long-term commitment to delivering strategic value in the selection, sourcing, mixing and sowing of grass and crop seeds.",Awarded,,0,20250410 Landcorp Farming Ltd,26263297,Request for Proposals,Closed Competition,Pamu Fertiliser Contract commencing July 2023 RFP,,20220902,20221019,20230501,,Sole Agency,No,,Pamu is seeking to enter into an agreement with a fertiliser supplier that reflects a long-term commitment to delivering value at both a farm and strategic level.,Awarded,,0,20250410 Landcorp Farming Ltd,26378484,Request for Proposals,Closed Competition,Artificial Breeding and Herd Testing,,20220923,20221028,20230329,,Sole Agency,No,,"Pamu owns or operates 45 dairy farms, with a herd size of 39,000, from Northland to South Otago. We seek to enter into an agreement with a Supplier who is able to provide artificial breeding products and services to drive improvements in herd fertility, productivity and health as well as mitigating environmental impacts. As part of this RFP we also seek a Supplier to conduct Herd Testing. Pamu will consider Proposals for delivery of Artificial Breeding only, Herd Testing only, or Artificial Breeding and Herd Testing. Pamu seeks a supplier that aligns with our strategy of developing and offering a diversified range of products such as organic and A2 that reflect changing consumer tastes and will assist in achieving our broader business strategy. Pamu recognises the potential value that genetic innovation can deliver to our business, so it is critical we partner with the right supplier. The supplier will need to be agile and proactive to reflect the changing business environment in which we operate.",Awarded,,0,20250410 Landcorp Farming Ltd,28887502,Request for Proposals,Closed Competition,Pamu Dairy Hygiene Contracts RFP,,20240223,20240322,20240529,,Sole Agency,No,C/- Pamu,"Pamu is seeking to enter into one or more formal supply agreements with best-in-class suppliers for the provision of acid and alkali washes, sanitisers, and cleaners for our dairy shed, vats, and silos, as well as teat sprays and bloat control products.",Awarded,,0,20250410 Landcorp Farming Ltd,29306037,Request for Proposals,Open Competition,Agricultural Contracting Panel - Southland,,20240430,20240520,20240807,,Sole Agency,No,,"Pamu are looking to establish an open panel of Agricultural Contractors to support our farming operations in Southland. Panels will cover Silage, Baleage, Cropping, Fencing, and Ground Spraying. Please submit responses using the GETs response tender box. If you want to join the panel after the RFP has closed please contact procurement@landcorp.co.nz",Not Awarded,Multiple suppliers were added to the Panel. For further enquiries please contact procurement@landcorp.co.nz,0,20250410 Landcorp Farming Ltd,29511741,Request for Tenders,Closed Competition,Pamu Forestry Chemicals RFT 2024,,20240530,20240627,20240814,,Sole Agency,No,C/- Pamu,Pamu is seeking to enter into one or more formal supply agreements with suppliers for the provision of forestry chemicals.,Awarded,,0,20250410 Landcorp Farming Ltd,29838412,Request for Tenders,Open Competition,Pamu Pastoral Complex Silage Contracts RFT,,20240723,20240814,20240902,,Sole Agency,No,C/- Pamu,Pamu is seeking to enter into one or more contracts for silage services at its Pastoral Complex located in the Central North Island.,Awarded,,0,20250410 Landcorp Farming Ltd,30428591,Request for Tenders,Closed Competition,Pamu Pastoral Dairy Farm Complex Electrician Services RFT,,20241017,20241106,20241118,,Sole Agency,No,C/- Pamu,Pamu is seeking to enter into one or more contracts for repair and maintenance electrician services at its Pastoral Dairy Farm Complex located in the Central North Island.,Awarded,,0,20250410 Land Information New Zealand,20471264,Request for Proposals,Open Competition,Amazon Web Services Support Partner,2018-11,20181123,20190110,20200313,,Sole Agency,No,,"This procurement relates to the establishment of an AWS Support Contract with a trusted partner who will provide the thought leadership and overall operational support of all LINZ IT based services running in the AWS environment. The RFP is seeking a supplier who can provide a spectrum of AWS services including"" - architectural - build - cloud operations - migration - application management - security - DevOps - cloud optimisation, and - project. Refer to Section 2.2 of the RFP What we require: Service Areas for a summary of the services required. Additional information relating to LINZs requirements is included in Appendix A Supplementary Information Pack.",Awarded,Contract awarded to Deloitte,0,20250410 Land Information New Zealand,20670587,Request for Proposals,Closed Competition,Retaining Slope Construction 32a Kinsey Terrace Clifton Christchurch,2019-02,20190201,20190301,20190722,,Sole Agency,No,,"Land Information New Zealand (LINZ) is seeking Proposals from those Respondents shortlisted as part of the Registration of Interest (ROI) released on the Government Electronic Tender Service (GETS) in November 2018. LINZ has shortlisted specialist contractors with the experience in the excavation and the construction of reinforced retaining slopes in complex and challenging geological environments. This is a jointly-funded project between LINZ and the Christchurch City Council, for the reinstatement of a demolished retaining wall and driveway easement between 32 and 32a Kinsey Terrace which serves 34 Kinsey Terrace. The existing property and easement at 32a Kinsey Terrace were demolished during the wider Port Hills Mass Movement Remediation programme. The resultant slope face is unstable in the long term and requires a reinforced slope face constructed to provide stability to 32 Kinsey Terrace and a reinstated driveway access easement to 34 Kinsey Terrace. Contractors are invited to a Site Walkover Meeting on Friday 8th February 2019 from 8.30am. Those wishing to attend must register with the Point of Contact nominated in Section 1.3 no later than 5.00pm Tuesday 5th February 2019. The site is extremely hazardous and access is restricted. Contractors who do not register prior to the Site Meeting date will not be permitted entry.",Awarded,Contract awarded to Protranz Earthmoving Ltd,550000,20250410 Land Information New Zealand,20702281,Request for Proposals,Open Competition,Health and Safety Management System,2019-03,20190208,20190308,20190826,,Sole Agency,No,,"Land Information New Zealand (LINZ) has identified the need for a Health and Safety (H&S) management system tool to support our health and safety strategy and framework. The H&S management system is required to effectively record, report, notify and track the management of health and safety events, including hazard/risk, near miss, incident, injury, illness, This will enable business stakeholders to take ownership and improve management of the health and safety of their teams and third party suppliers.",Awarded,"This contract has been awarded to: IMPAC Services Ltd",218800,20250410 Land Information New Zealand,20971942,Request for Proposals,Open Competition,Outsourced Chart Production,2019-07,20190424,20190520,20200313,,Sole Agency,No,,"Land Information New Zealand (LINZ) requires one or more suppliers to support the chart production function through the maintenance of hydrographic production source data, and the production and maintenance of Electronic Nautical Charts (ENCs) and Paper Chart products. The supplier(s) are required to work virtually within the LINZ Hydrographic Production Database (HPD) environment, using CARIS Source Editor, CARIS Product Editor, and CARIS Paper Chart Editor. Deliverables must comply with specific International Hydrographic Organisation (IHO) and LINZ specifications, and be delivered ready for publishing.",Awarded,,0,20250410 Land Information New Zealand,20978847,Request for Quotations,Closed Competition,Environmental Services for former Masterton Hospital,2019-06,20190430,20190521,20200312,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Environmental Services to deliver two asbestos reports for the former Masterton Hospital. There are 22 vacant buildings at require an asbestos demolition survey and three tenanted buildings operating as a pharmacy and medical centre that require an asbestos management plan. A site visit with the LINZ contract manager is available on Tuesday 7 May 2019 at 10.30 am; please confirm if you would like to attend this scoping visit by emailing procurementteam@linz.govt.nz by 10 am Wednesday 1 May 2019.",Awarded,Awarded to AECOM,0,20250410 Land Information New Zealand,21055945,Request for Quotations,Open Competition,Representation Commission Print-Ready Mapping 2020 - RFQ,2019-11,20190521,20190614,20190826,,Sole Agency,No,,"Land Information New Zealand (LINZ) requires mapping services for the 2019/20 Representation Commission. This is an ongoing statutory requirement as part of the five-yearly census cycle in which LINZ through the Surveyor-General is required to provide accurate maps of the electoral boundaries decided upon by the Representation Commission for use for the next two General Elections. Overview: A number of different types of mapping are needed to fulfil this requirement. These include; Print-ready maps of each electorate, with detailed boundaries on extra diagram sheets as required Wall maps A1 size national and electorate maps as required Overview maps A4 size as required. RFQ Key Dates and Times (NZT): Deadline for Questions: Tuesday 11 June 2019 at 5pm Deadline for Quotes: Friday 14 June 2019 at 12pm (midday)",Awarded,"This contract has been awarded to: Jacobs New Zealand Ltd",191000,20250410 Land Information New Zealand,21098151,Request for Proposals,Open Competition,Restoration Works for Sutton House Residential Red Zone Christchurch,2019-12,20190530,20190703,20200312,,Sole Agency,No,,"LINZ is seeking tenders from experienced Construction Contractors that have completed repair projects on other Heritage or Significant buildings. LINZ requires a suitably experienced contractor to undertake repair and restoration works at Sutton House, 20 Templar Street, located in the Residential Red Zone (Sutton House). LINZ requires a faithful restoration of Sutton House to be completed before Christmas 2019. The restoration is to be completed in line with the specification provided at Attachment F with consideration being given to the other attachments as well. Following the completion of repairs, Sutton House needs to look as though it is original. In order for this outcome to occur, we need the Successful Respondent to complete the works in a careful and respectful manner, using appropriate materials. The Successful Respondent will also work closely with their subcontractors and with the other parties involved in the works. They will need to take direction from the conservation architect and seek their guidance throughout the project.",Awarded,Cook Brothers were the highest scoring response,416166,20250410 Land Information New Zealand,21207202,Request for Tenders,Open Competition,Provincial Growth Fund (PGF) - LiDAR,2019-15,20190725,20190904,20200914,,Cluster,No,,"Land Information New Zealand (LINZ) is seeking aerial survey companies to deliver LiDAR (Light Detection and Ranging) elevation datasets covering approximately 100,000 square kilometres across New Zealand. This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to provide the capture of LiDAR data. LINZ is coordinating the procurement process on behalf of the following eight councils and council-controlled organisations (Participating Councils): Waikato Local Authority Shared Services Limited (WLASS), a council-controlled organisation owned by Waikato councils. Bay of Plenty Regional Council Hawkes Bay Regional Council Tasman District Council Marlborough District Council West Coast Regional Council Environment Canterbury Regional Council Environment Southland The eight Participating Councils are seeking suppliers to deliver LiDAR services across New Zealand within their Areas of Interest (AOI). Each AOI is defined within the relevant Participating Council Shape Files. Respondents may submit a Response for any number of Areas of Interest. Following the conclusion of the procurement process each Participating Council will contract directly with the Preferred Respondent for their AOI and will manage their own contract for the term of the contract.",Awarded,"Contract awards have been made as follows: Tasman Region - Aerial Surveys Limited Hawke's Bay Region - iXblue Pty Ltd Marlborough Region - Aerial Surveys Limited West Coast Region - Aerial Surveys Limited Waikato Region - iXblue Pty Ltd Canterbury Region - Aerial Surveys Limited Bay of Plenty Region - Aerial Surveys Limited Southland Region - Aerial Surveys Limited",0,20250410 Land Information New Zealand,21221505,Request for Proposals,Open Competition,Crown Property Disposal Panel,2019-09,20190702,20190802,20200313,,Sole Agency,No,,"LINZ is forming a new supply panel for the Disposal of Crown Property. Respondents are invited to complete the RFP (2019-09), which contains two mandatory Pre-Conditions that must be met to proceed further. LINZ is seeking accredited suppliers and approved nominated persons to undertake property disposals If you are interested in submitting for this RFP please completed the Notice of Intention to Respond by 12 July 2019 5.00pm. Submit the response via email to Procurementteam@linz.govt.nz",Not Awarded,Contract awarded to WSP Opus and APL Queenstown Limited,0,20250410 Land Information New Zealand,21323297,Request for Proposals,Open Competition,Intranet Product on Office 365 - RFP,2019-17,20190729,20190827,20200224,,Sole Agency,No,,"Land Information New Zealand (LINZ) is upgrading our existing intranet to better support our business needs. We have decided to use Office 365 as the underlying platform for the intranet, with an intranet-in-a-box product on top of this. The intranet plays a central role in our organisation, enabling our people to do their work and connect. A well-functioning intranet provides trusted content, and helps people to find out what's happening both within the organisation and the wider sector. It delivers internal communications from leaders, fosters staff engagement, helps our people to collaborate, and promotes our culture and values. It is increasingly being used as the front door to the wide range of tools and applications that people need. LINZ places a keen emphasis on quality, and suppliers must demonstrate throughout their responses that they have understood, and can deliver to, LINZs specifications. Key dates: Deadline for Questions from suppliers: 22 August 2019 at 5pm Deadline for Proposals: 27 August 2019 at 12pm (midday) Please note: - All dates and times are dates and times in New Zealand Time. - All questions relating to the requirements must be submitted via GETS.",Awarded,Contract awarded to Fujitsu New Zealand Ltd,301495,20250410 Land Information New Zealand,21551716,Request for Proposals,Open Competition,RFP for Demolition Works Panel,2019-13,20190906,20191018,20200312,,Sole Agency,No,"LINZ offices, 112 Tuam Street Private Bag 4721, Christchurch 8140, New Zealand","LINZ is seeking proposals from experienced demolition Respondents nationwide to create a constrained two tiered panel of demolition Respondents with both a New Zealand wide geographic coverage and a strong regional focus. This tiered panel is to be of a suitable size to support the development of safe and effective relationships with these panellists, with sufficient on-going works and longevity of term to encourage investment in both people and plant and equipment to deliver our five year demolition work programme. LINZ requires an outsourced services solution to deliver this mandate, over a term of 5 to 10 years. Whilst this will be an open panel, refresh opportunities to the panel will be solely at LINZs discretion and based on the following criteria: Performance of the incumbents. Sufficient capacity required to effectively deliver the programme/s. Demonstrably innovative approaches to waste management. The current assessment of the LINZ demolition programme portfolio (including other known agency properties) identifies approximately 40-70 sites requiring demolition and/or site remediation works in the next 5 years. This portfolio includes 3-4 significant sites (including Former Tokanui Hospital and associated buildings, Former Masterton Hospital, Former Barrett Street Hospital and other Napier hospital sites) and a variety of small to medium size sites. The total value of the known demolition sites is currently an estimated value of $91,800,000. A more detailed breakdown of the demolition programmes will be provided to the successful panellists as this information is sensitive. Respondents are to note that 2x secondary procurements are being issued at the same time as the RFP for the Demolition Services Panel the GETS numbers are as follows: - GETS #21552689 DWA for Tier 1 Demolition of the Former Masterton Hospital - GETS #21553226 DWA for Tier 2 Demolition of 147 - 159 Lichfield Street, Christchurch Respondents should note that LINZ will be running Contractor forums in Christchurch, Wellington, Masterton and Hamilton to provide an overview of the opportunity and the process. These dates and timing for these will be confirmed via an Addendum on Monday 090919.",Awarded,"A 2x tiered panel appointed, no financial value to the proposals",0,20250410 Land Information New Zealand,21552689,Request for Quotations,Open Competition,DWR for Tier 1 Demolition of the Former Masterton Hospital,2019-21,20190906,20191108,20200625,,Sole Agency,Yes,"LINZ offices, 112 Tuam Street Private Bag 4721, Christchurch 8140, New Zealand","Following Stage 1, and the identification and prequalification of suitable Respondents to form each of the two panel tiers; LINZ is proposing to identify a Tier one (1) Panel Supplier to deliver the Masterton Hospital demolition. Full scope and project requirements are outlined within Appendix 1 Masterton Hospital Site Clearance Demolition Scope of Works. A brief project background and intended end state is provided below. Project Background The LINZ managed former Masterton Hospital is situated next to the Wairarapa District Health Board (WHB) new Masterton Hospital, they share vital services through the underground network of service tunnels. There are three tenanted buildings in the middle of this site that are leased to Masterton Medical Centre, and will remain open and operational during this project. The former Masterton Hospital buildings scheduled for demolition have been vacant for approximately 10 years, and the building conditions vary in structural integrity, weather tightness and environmental states. Consideration for minimising noise and vibration disruption to the tenanted buildings and neighbouring hospital are to be factored into the demolition methodology. The Hospital is a fire risk and it is important to ensure that all buildings remain fire protected as long as practical in accordance with the Building Consent. The project is divided into three separable portions, these are briefly described as follows: Enabling Works Above ground demolitions Below ground demolitions For a detailed breakdown of the scope for each of the separable portions, please review Masterton Hospital Site Clearance Demolition Scope of Works (pages 7-9). Intended end state The services are to be reconfigured and disconnected to enable the former and new hospital sites to operate independently of each other and must house the new services within their own boundaries. The vacant built structures are to be removed and the site is to be finished in a clear, tidy and safe condition. All works must be completed by no later than April 2021. Scoping information - Provided as Appendix 1 Masterton Hospital Site Clearance Demolition Scope of Works.",Awarded,"Confirmed with Sarah Thompson, recommendation memo signed June 2020, contract signed 25/09/2020.",0,20250410 Land Information New Zealand,21553226,Request for Quotations,Open Competition,"DWR for Tier 2 Demolition of Lichfield Street 147 - 179, Christchurch",2019-22,20190906,20191018,20200312,,Sole Agency,No,"LINZ offices, 112 Tuam Street Private Bag 4721, Christchurch 8140, New Zealand","Following Stage 1, and the identification and prequalification of suitable Participants to form each of the two panel tiers; the Buyer is proposing to identify a Panel Supplier to deliver the Lichfield Street demolition. Full scope and project requirements are outlined within Appendix 1 Demolition Works Scope 147 -159 Lichfield Street A brief project background and intended end state is provided below. Project Background In April 2016 when CERA was disestablished, there were still a number of buildings on the land designated for the Canterbury Multi Use Arena (CMUA) and these are now the responsibility of Land Information New Zealand (LINZ) to clear. LINZ is required to demolish 147, 153, 157-159 Lichfield Street by February 2020 to enable site investigation works to start. Intended End State The vacant built structures are to be removed and the site is to be finished in a level (track rolled) and tidy condition, sprayed with a polymer to supress dust. The works must be complete by no later than 28 February 2020. Scoping Information - Provided as Appendix 1.",Awarded,Taggart were the highest scoring response and were awarded this project.,172321,20250410 Land Information New Zealand,21692237,Request for Proposals,Open Competition,2019-23 LINZ Learning Management System,2019-23,20190930,20191106,20200611,,Sole Agency,No,Procurementteam@linz.govt.nz,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Implementation of a Learning Management System contract opportunity. The core of the new solution must be delivered via an out-of-the-box product, rather than as a custom solution. DEFINITION: Out-of-the-box features must include (may not be exhaustive): - Capacity to serve up to and potentially beyond 1000 employees & contractors - Is SCORM COMPLIANT - Offers customisation of e-learning content - Has learning pathways - Can manage blended learning - Standard reporting and analytics templates - Offers mobile learning capability - Has course editing and authoring tool - Has skills & talent management functionality - Has compatible APIs to integrate with Power BI, Microsoft 365, Objective & CHRIS 21 LINZ is organised into seven business groups, each of which performs a unique function. Each group interacts with one or more of the others in order for LINZ to operate. LINZ has approximately 650 employees and contractors working in the offices in Hamilton, Wellington and Christchurch, and approximately 250 at various other sites and properties for which LINZ is responsible. The Enterprise Learning Management System will be available to all employees through the LINZ network and on mobile devices. An Intention to Respond form is included in the forms, to be completed and returned by 11 October 2019.",Awarded,The contract awarded to Catalyst IT.,135000,20250410 Land Information New Zealand,21717387,Request for Proposals,Closed Competition,Tokanui Hospital WWTP UV System Installation,2019/20,20191003,20191021,20200312,,Sole Agency,No,,,Awarded,Spartan were successful in this project with their strong non-price response enabling their highest price response to score highest overall,173959,20250410 Land Information New Zealand,21801518,Request for Proposals,Closed Competition,Tokanui Village and Hospital Wastewater Treatment Plant Infrastructure Upgrade Works,2019-24,20191022,20191125,20200312,,Sole Agency,No,,"LINZ is running a closed tender process to appoint a Respondent for the delivery of the works separated into three separable portions, as per the drawings and specifications. - Separable portion 1: Design, supply, installation and commissioning of a new Village wastewater pump station. - Separable portion 2: Supply, installation and testing of new water infrastructure at Te Mawhai road. - Separable portion 3: Design, supply, installation and commissioning of a new Hospital pump station and Waikeria rising main connection. This is a one stage, one envelope process. Note: The inflow and investigations report has just been provided by the LINZs Engineer and a number of other activities now need to take place to fully detail what will be required to be delivered by the Contractor. This is additional scope to these works and the intent is for the successful Contractor to deliver these works as part of the overall scope of this contract.",Awarded,Waipa Civil were successful in this RFP,2623177,20250410 Land Information New Zealand,21821711,Request for Tenders,Open Competition,"Surveying of Island Hills, Canterbury for Tenure Review",,20191022,20191128,20200728,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Island Hills Station, located approximately 30km west of Culverdon. Attached are the following documents which form part of this Invitation to Tender: Survey Tender Cover Letter Survey Prescription Survey Tender Documentation Conditions of Tender Pre-implementation Report Qualifying Waterbody Report Island Hills Substantive Proposal All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,,0,20250410 Land Information New Zealand,22399535,Request for Quotations,Closed Competition,"Demolition of 92 Harbour Road, Brooklands",2020-03,20200305,20200320,20200611,,Sole Agency,No,,"The Crown has recently acquired this property and intends to demolish it so that land treatment can be carried out. The property has been frequently broken into since the beginning of 2020, the Contractor should include adequate security controls within their proposal. Intended end state Level clear site that can be topsoiled and grassed. This will required the removal of all buildings, built structures and at least 300mm of tailings. Please note tails cover the whole site in lieu of grass and hardstands. Required Completion Date All works must be completed by no later than 30 April 2020 Scoping information See scoping form and ACM report (ACM is present on site)",Awarded,,0,20250410 Land Information New Zealand,22423286,Request for Quotations,Closed Competition,"Demolition of 2/110 Wakefield Avenue, Sumner",2020-05,20200414,20200506,20200714,,Sole Agency,No,,"This property is a Crown owned property situated in the Port Hills Residential Red Zone. Asbestos removal was undertaken and received verification sign off from Triex in 2015. LINZ are now able to proceed with demolition of the property which is contained on the same section as a privately owned flat. The Intended end state is a cleared site with top soil and hydro seed. Key Stakeholders outside of LINZ will also include the private owner.",Awarded,,0,20250410 Land Information New Zealand,22502155,Request for Quotations,Closed Competition,Demolition Works of 3 Black Street Kaiapoi,2020-06,20200331,20200422,20200611,,Sole Agency,No,,"The Crown has recently acquired 3 Black Street and intends to demolish it so land treatment can be carried out. All particulars in this project are included within the Scope of Work document. All works is to be completed prior to 29 May 2020 or sooner.",Not Awarded,,0,20250410 Land Information New Zealand,22562974,Request for Quotations,Closed Competition,"Demolition of 202 Avonside Drive, Christchurch",2020-07,20200421,20200513,20200623,,Sole Agency,No,,"In May 2014 while in private ownership the house at 202 Avonside Drive was damaged by arson, the house was then collapsed by the private owner. Please see Appendix 1 - 202 Avonside Driver - Scope of Works for the works required at this site. Site finish after clearance please note this will take place after the soil samples have been analysed and is subject to change based on the results Level, tidy, possible capping with clean topsoil (certificate to be supplied to AECOM before importation) and sprayed with a hydro-seed to supress dust and establish grass. All works must be completed by no later than 10 June 2020.",Awarded,,0,20250410 Land Information New Zealand,22588687,Request for Quotations,Closed Competition,"Demolition of building located at 878 Avonside Drive, Christchurch",2020-04,20200501,20200518,20200623,,Sole Agency,No,,"The Crown has recently acquired the church building located at 878 Avonside Drive, Christchurch and now require this to be demolished. Intended end state Level clear site at completion of demolition works then approximately 100mm of topsoil to be applied and, spread, then hydro seeding to be placed on top Scoping information see Appendix 6 -Scope - Non-residential -878 Avonside- Drive-Methodist-Church, and Appendix 4- LINZ_878 Avonside Drive Christchurch_Pre-Demo Survey Report.",Awarded,,0,20250410 Land Information New Zealand,22643488,Request for Quotations,Closed Competition,URGENT Demolition Works of Residual Structures on Certain Sites on the Canterbury Multi Use Arena Land,,20200511,20200518,20200609,,Sole Agency,No,,"The Crown has purchased the majority of the three blocks of land in this tender for the development of the Canterbury Multi Use Area (CMUA). Most of the demolitions had been completed by the private owners and a number by CERA prior to the Crown acquiring the land. Please note there are still structures in private ownership in the Southern Block that are out of scope for these clearance works, refer to site plans in the Scope of Works.. This tender is to clear the remaining hard stands, vegetation, fencing and miscellaneous items that remain, to ensure the transfer of a clear site to the developer of the CMUA. A clear, level site. Clean back fill to be imported and spread as required to provide an even ground level. Urgent works to be completed by no later than Friday 22nd May 2020 All other works must be completed by no later than 30 June 2020 Please refer to Scope of Works, Appendix 1",Awarded,,0,20250410 Land Information New Zealand,22838052,Request for Quotations,Closed Competition,DWR - Removal of the Stockpiles and Demolition of Remaining Structures at the Former Barrett Street Hospital Site Remediation New Plymouth,2020-23,20200710,20200812,20201217,,Sole Agency,No,"112 tuam street, 8042, Christchurch","Project Background The LINZ managed site of the former Barrett Street Hospital is located on an elevated area situated west of the New Plymouth CBD on 46 Lots with a total approximate area of 76,000m2. The land is currently zoned as Residential B land use and surrounded by occupied residential dwellings. The site adjoins 6 legal roadways and has two main vehicle entry points, the primary entry/egress being from Barrett Street the secondary from Dawson Street. The site, previously used as a hospital, held a mixture approximately 25 separate and connected buildings to which the majority have been demolished Between 2016 & 2018. Some structures, foundations and retaining walls remain on the site which require demolition and disposal. The site has several large stockpiles of contaminated demolition debris, soil & rock that are required to be removed and disposed of. The site has also been identified to have contamination issues in soil across several zones. The site is host to a Category 1 heritage listed building in the New Plymouth District Plan known as the Former Nurses Home which is to be protected throughout the duration of the project. LINZ has been working with its nominated environmental consultants to gain resource consent to undertake removal of the stockpiles, demolish the remaining structures and remediate impacted soils, refer to appendix 6 for draft conditions. Please refer to attached tender package for detailed information about the site. This document will outline the scope of work LINZ are looking to achieve. The property owned by the Crown, is of significance to local Iwi, Te Atiawa, and is subject to treaty settlement negotiations. Please note that the environmental consultancy services to deliver the remainder of this project are out in the market presently and follow a similar timeline to this DWR. Further information is provided in the Barrett Site Clearance Demolition Scope of Works document. Intended end state The Remaining structures are required to be demolished, contaminated stockpiles removed, and impacted soils are remediated to the current zoned use of the property. All works must be completed by no later than 01 April 2021. Scoping information Provided as Appendix 1 Site Clearance & Demolition Scope of Works",Awarded,,0,20250410 Land Information New Zealand,22840128,Request for Proposals,Closed Competition,RFP for Environmental Services - Land Management,2020-12,20200619,20200729,20201117,,Sole Agency,No,"112 Tuam Street, CBD, Christchurch","To deliver the Demolition Programme and manage the wider LINZ property estate, LINZ requires advise relating to the management of a broad range of historic contamination on a variety of sites, in general, our portfolio comprises: pastoral land in the South Island high country, lakebeds and riverbeds, forest land, and in particular a broad range of residential and non-residential properties, as well as a number of closed facilities including, schools, courthouses, hospitals, medical centres and prisons. LINZ is seeking to understand the breadth of your experience in relation specifically to contaminated land and environmental planning as these two fields will comprise the majority of the work we will be engaging our panel to undertake. The works will predominantly consist of part of the Demolition programme with the remainder consisting of services required as part of on-going property management and/or disposals across the LINZ managed crown estate. This does means that demolition and remediation experience is key for us. LINZ are looking to appoint Consultants who are aligned with our approach, some of the key things that LINZ will be looking for in responses are as follows: Project delivery approach that drives innovation and demonstrates a clear ability of their application of market leading / current technologies nationally and internationally. Consultant/s that stay current with regulations and guidance both nationally and internationally and keep their Clients informed accordingly. Consultants that put the hard yards in at the front of the project (i.e. thorough PSI/DSIs, all consenting requirements captured etc.) to ensure the client has no surprises prior to entering the delivery phase of a project. Higher weighting may be given to projects that can demonstrate the consultants ability to undertake Tier 2 risk assessments and/or use sustainable remediation methodologies in line with ISO18504:2017 Soil quality Sustainable Remediation. LINZ are looking for Environmental Services - Land Management partners that are true specialist / experts in the site contamination and environmental planning fields with demonstrated national experience as we believe specialist skills and knowledge are required to deliver these projects successfully. LINZ requires, at a minimum, at least one person at your organisation hold a current Environment Institute of New Zealand and Australia Certified Environmental Practitioner scheme accreditation with Site.",Awarded,,0,20250410 Land Information New Zealand,22841914,Request for Proposals,Closed Competition,RFP for Archaeological and Heritage Site Advice,2020-13,20200619,20200717,20201117,,Sole Agency,No,,"To deliver the Demolition Programme and manage the wider LINZ property estate, LINZ requires advise relating to the management of a broad range of archaeological, heritage and cultural advice on a variety of sites, in general, our portfolio comprises: pastoral land in the South Island high country, lakebeds and riverbeds, forest land, and in particular a broad range of residential and non-residential properties, as well as a number of closed facilities including, schools, courthouses, hospitals, medical centres and prisons LINZ requires Archaeological services to support the planning and delivery phases of the demolition programme. This support is essential to inform LINZ of any cultural and archaeological significance and enable us and suppliers to undertake educated and appropriate actions relative to each property. It is LINZs expectation that this service will be awarded to a maximum of two Archaeological Consultancy companies and that this service is delivered on a project by project basis by the best available proposal; through the lens of capability, capacity and geographical location. LINZ is looking for responsiveness and consistency of approach in the delivery of Archaeological services across the demolition programme. To do this the successful consultants will need to demonstrate significant past demolition specific experience across a breadth of projects ranging from small rural dwellings through to significant inner-city buildings across the length of the country. This can be demonstrated through direct relationships or via tried and trusted sub-consultant relationships.",Awarded,,0,20250410 Land Information New Zealand,22842044,Request for Proposals,Closed Competition,RFP for Environmental Services - Built Structures,2020-15,20200619,20200729,20201117,,Sole Agency,No,"112 Tuam Street, CBD, Christchurch","LINZ are looking for Environmental Management Built Structures partners that are true specialist / experts in the built structures contamination with demonstrated national experience as we believe specialist skills and knowledge are required to deliver these projects successfully. A high level overview of the services we require our Consultants appointed to deliver this category to be capable in includes, but is not limited to, the following: Undertaking hazardous material/substances surveys including, but not limited to, asbestos, lead based paint (TCLP), heavy metals and methamphetamines; Preparing asbestos management plans and/or demolition surveys; Adhering to all relevant regulations and guidelines; Review and/or approving control operations plans; Undertaking 3rd party monitoring and clearances including, but not limited to validation after removal works; Undertaking site evaluations and implementing monitoring programmes Advice on environmental law and regulations in relation to hazardous materials; Developing and/or reviewing technical documentation, such as in-house policies, practice and processes; Providing support, as required by LINZ, during the tender phase of procurements for projects that may require technical expertise.",Awarded,,0,20250410 Land Information New Zealand,22842052,Request for Proposals,Closed Competition,RFP for Project Management,2020-16,20200619,20200724,20201117,,Sole Agency,No,"112 Tuam Street, CBD, Christchurch","LINZ are looking for Project Management partners that are true specialist / experts in managing demolition projects with demonstrable nationwide experience as we believe specialist skills and knowledge are required to deliver these projects successfully. A high level overview of the services we require our Consultants appointed to deliver this category to be capable in includes, but is not limited to, the following: Providing overall project management of the individual works project with regards to time, cost and scope; Providing project and resource administration and allocation of contracts; Consulting with and receiving advice from Other Consultant(s) providing advice in relation to any works being conducted on the site; Providing management and administration of the separate Consultant and Demolition / Construction contracts as requested by LINZ; Providing formal communication and direction for contracts; Establishing master project programmes/time schedules for individual projects; Reviewing and monitoring contractors project programmes/time schedules; Reviewing Client approvals and provide feedback as requested; Ensuring proposed changes to scope by the Contractor are identified and approved by LINZ; Providing risk advice and management; Scheduling and managing Site Meetings, as required; Preparing project documentation (as requested) and monitoring projects against these documents; Acting in the capacity of Client's Representative where so required for LINZ as the Engineer to contract; and/or the Engineers Representative; Providing advice and/or attendance at project, stakeholder and public meetings relevant to the Project with prior written approval from LINZ; Providing advice around any consents, certificates, approvals, licences, permits etc. that may be required to deliver any LINZ project; Provision of accurate and timely project works reporting as required or upon prior agreement with the Client; Providing expert level capability and competence with the NZS suite of contract documents and dispute resolution; Providing support, as required by LINZ, during the tender phase of procurements; Property advisory services and/or property related law and regulations",Awarded,,0,20250410 Land Information New Zealand,22842060,Request for Proposals,Closed Competition,RFP for Quantity Surveying,2020-17,20200619,20200724,20201117,,Sole Agency,No,"112 Tuam Street, CBD, Christchurch","To deliver the Demolition Programme and manage the wider LINZ property estate, LINZ requires LINZ requires dedicated Quantity Surveying support for both the planning and delivery phases of these works. This support is essential to inform accurate budget requesting forecasting, support cost planning and control, and to provide evidence and validation in the determination of project claims and payments. It is LINZs expectation that this service is delivered by a single resource, and an additional resource to cover annual leave etc. to provide resilience to the proposed solution. LINZ is looking for consistency of approach in the delivery of QS services across the demolition programme and managed property portfolio. To do this the key resource needs to be able to demonstrate significant past demolition specific experience across a breadth of projects ranging from small single storey dwellings through to buildings in excess of five storeys. They need to understand regional pricing and variances and be agile in their approach to delivery.",Awarded,,0,20250410 Land Information New Zealand,22842238,Request for Proposals,Closed Competition,CWR - Consultant Services including Stockpile Removal and Remedial Options of Former Barrett Street Hospital,2020-21,20200710,20200814,20201208,,Sole Agency,No,"112 tuam street 8042, Christchurch,","Scope of work required: What LINZ are Seeking We are seeking a suitably qualified environmental practitioner who will undertake the following pieces of work in accordance with LUC19/47647 and all regulatory requirements (district/regional plan rules), New Zealand Industry Guidelines (NESCS, MfE Guidelines, consultant Standard Operating Procedures). At least one member of the delivery team must have a current CEnvP-SC accreditation. LINZ would also favour responses that include an experienced planner as part of your delivery team to continue any liaison with NPDC. For further information please review the Consultancy Work Request and associated documentation.",Awarded,,0,20250410 Land Information New Zealand,22884805,Request for Proposals,Open Competition,RFP for Land Surveying Services,2020-08,20200626,20200727,20201202,,Sole Agency,No,,"This Request for Proposals (RFP) seeks to establish for LINZ a sub-panel under the All-of-Government (AoG) Construction Consultancy Services agreement framework, specifically under the Land Surveying sub-service discipline (Supplementary Services discipline). Consultants intending to respond to this RFP opportunity must familiarise themselves with the Ministry of Business, Innovation and Employments separate procurement process relating to the onboarding process to this AoG. Information regarding this process can be found on the Government Electronic Tendering System, RFx ID: 21459578. The services in-scope of this RFP relate specifically to the cadastral surveying requirements to reconfigure approximately 5,500 existing titles within the Otakaro Avon River Corridor into amalgamated 'super lots'. Consultants will be required to satisfy the following mandatory pre-conditions in order for their proposal response to be considered: 1. The Consultant must commit to successfully complete the MBIE managed AoG Consultancy Services Marketplace onboarding process. 2. The Consultant must commit to holding and maintaining IMPAC Prequal rating of at least 60%. 3. The Consultant must demonstrate that it can make available two Licensed Cadastral Surveyors for the duration of the services. 4. The Consultant must provide two approved CSD references that demonstrate experience at determining the location of affected boundaries under the Rules for Cadastral Survey 2010 and the Canterbury Property Boundaries and Related Matters Act 2016.",Awarded,,0,20250410 Land Information New Zealand,22885736,Request for Proposals,Closed Competition,RFP for Engineering Services - Structural/Geotechnical/Civil,2020/14,20200626,20200724,20201117,,Sole Agency,No,"112 Tuam Street, Christchurch, 8042 c/o Michelle Smith","A high level overview of the services we require our Consultants appointed to deliver this category to be capable in includes, but is not limited to, the following: Undertaking pre-purchase/sale inspections to assess the condition of assets significance of any requirements in terms of financials costs and constraints on site use; Provide advice to LINZ to aid the safe demolition and/or deconstruction of Crown-managed sites; Provide advice to LINZ on demolition and deconstruction advice, including methodologies; Provide advice to LINZ on hazardous sites and access; Provide advice to LINZ on associated engineering risk assessment and advice; Provide advice to LINZ on engineering matters, including reviewing engineering reports, plans and models; Provide additional services at LINZs request based on services outlined in Annex 1: AoG CCS Scope of Services; Provide general engineering advice; Collecting risk management data (e.g. slope stability, natural hazard) and presenting using ArcGIS geo-databases in ESRI software to align with LINZ systems. Provide advice and attendance at project meetings with key stakeholders and/or public meetings relevant to projects with prior written approval from LINZ; and. Provide advice around any consents, certificates, approvals, licences, permits etc. that may be required to deliver as requested by LINZ. Provision of additional consultancy services through sub-consultancy arrangements on a project by project basis i.e. fire engineering, mechanical and electrical.",Awarded,,0,20250410 Land Information New Zealand,22922466,Request for Proposals,Closed Competition,"Demolition Works of 3 Stafford Ave, Nelson",2020-22,20200707,20200727,20200908,,Sole Agency,No,"112 Tuam Street, CBD, Christchurch","The structures at the property of 3 Stafford Ave, Nelson comprise of a wooden house and wooden shed. The property has been vacant for approximately 10 years, however the garage and part of the site has been used for storage by a neighbour. The garage forms part of the boundary at the side and the site is slightly elevated. The site has limited access and may require the shed to be removed for better access to the house. It will be important to liaise with the neighbours prior to demolition to understand any restrictions that they may have in regards to hours and noise etc. The location is in a busy neighbourhood with long term neighbours. A TMP may be required for works on this site. Intended end state. Due to the close neighbours, this site will need to be Hydroseeded at completion and priced for 100mils of clean soil to be imported. The site should be left clean and clear for easy mowing and on going maintenance. Hydro seeded application with a minimum of 80% strike after 6-12 weeks. Required Completion Date All works must be completed by the 30/09/2020. Scoping information Refer to Appendix 1 3 Stafford Ave, Nelson",Awarded,,0,20250410 Land Information New Zealand,23070785,Request for Proposals,Open Competition,3D Cadastral Survey Data Model (3D CSDM) and Exchange,2020-20,20200807,20200918,20210224,,Cluster,No,,,Awarded,Contract awarded to SURROUND NZ LIMITED.,0,20250410 Land Information New Zealand,23179334,Request for Quotations,Closed Competition,Demolition Works of adjoined unit at 1/1077 Lower Styx Road and Make Good works to the party wall of 2/1077 Lower Styx Road,2020-26,20200831,20200921,20201116,,Sole Agency,No,,"This project is to demolish the Crown-owned unit at 1/1077 Lower Styx Road and manage and coordinate the Nominate Sub-Contractor - Cook Brothers Construction Canterbury Limited (CBC) during the consented make good works, these include structural improvements and weathertightness Required Completion Date All works must be completed by no later than Tuesday 15th December 2020 Scoping information Please refer to the scoping document as Appendix 1 and the Site Plan Appendix 2 for the project Scope of Works for a detailed breakdown.",Awarded,,0,20250410 Land Information New Zealand,23244418,Request for Quotations,Closed Competition,"DWR - 508 Muhunoa East Road, Muhunoa East, Ohau, Levin",2020-25,20200908,20201015,20201208,,Sole Agency,No,,"This is a remote rural site, the structures to be demolished and cleared are the former Muhunoa East School, structures include: Classroom School sheds Swimming pool and pool shed Foundations and drainage of the former toilet block Basketball court Driveway It is the Contractor's responsibility to inspect the site and vegetated areas for additional structures, school equipment, rubbish etc for and price for the removal of any items/strictures found. Intended end state: The site is currently more than 50% native trees and is a natural regeneration site, a minimum of vegetation is to be removed and the current vegetation is to remain in place and only vegetation surrounding the buildings should be removed. Access will be limited due to this factor. All buildings, foundations and hardstands are to be removed and the site where structures have been removed or soil disturbed is to be contoured (as per Appendix B1), a visual completion will be undertaken on completion of works, it is expected that the site is clear of all building materials. Refer to the Asbestos and Lead Paint surveys to dictate the best removal methodology Required Completion Date All works must be completed by no later than Friday 30 November 2020. See Appendix 1- 508 Munhunoa East Rd Demolition Scoping for a detailed breakdown of the works",Awarded,,0,20250410 Land Information New Zealand,23288018,Request for Quotations,Closed Competition,"DWR - 401 Achilles Avenue, Whangamata",2020-29,20200915,20201029,20201208,,Sole Agency,No,"112 Tuam Street, Christchurch 8042","The property of 401 Achilles Avenue consists of a large site with a house and a garage. The garage is to remain on-site, however, the small derelict cottage with detached shower and toilet is to be removed. There have been signs or arson over the last couple of years. Intended end state The site is to be track rolled, levelled and hydroseeded (as per specs below), the existing boundary fences are to remain with a new fence to be erected as a standard domestic 1.8m wooden 12mm paling fence, 1.25mm x 75mm x 2.7m square post concreted in .25m, length to be confirmed but is to be based on 40m length for the purpose of pricing. Hydroseeding: Materials: Conwed 2000 Hydromulch 50 lb, rate 2200kg/ha (If equivalent product please provide specifications) The hydro seeding mulch shall be a mixture of the specified seed, wood fibre based mulch, fertiliser and a binding agent. The percentage of wood fibre in the hydroseeding mulch shall be no less than 75%. The mulch shall be applied to a minimum depth of 5mm. Application rates shall be as outlined above. Product and product rates will vary depending on site, slope, length of slope and other localised geography. Seed: Duraturf Kerbside (if equivalent specify) seeding rate should be no less than 35g/ m?. All seed label analysis data shall comply with trade standards. Germination tests must have occurred within the past six months. The germination capacity of each constituent of the mixture should be not less than 80%, and the purity of the mixture not less than 90%. Ensure seed is free of noxious weeds. Other crop not to exceed 1%. Weed seed shall not exceed 0.05%. Required Completion Date: All works must be completed by no later than Friday 30 November 2020. Scoping information: See Appendix 1- Scope of Works for a detailed breakdown of the works",Awarded,,0,20250410 Land Information New Zealand,23325296,Request for Tenders,Open Competition,Provincial Growth Fund (PGF) LiDAR Tranche 2 - Request for Tenders,2020-28,20200922,20201027,20210519,,Cluster,No,,"Land Information New Zealand (LINZ) is seeking aerial survey companies to deliver LiDAR (Light Detection and Ranging) elevation datasets covering approximately 17,000 square kilometres in the Otago and Taranaki regions of New Zealand. This Request for Tenders (RFT) is an invitation to suitably qualified suppliers to submit a Tender response to provide the capture of LiDAR data. LINZ is coordinating the procurement process on behalf of the following two regional councils (Participating Councils): Taranaki Regional Council Otago Regional Council The Participating Councils are seeking suppliers to deliver LiDAR services across New Zealand within their Areas of Interest (AOI). Each AOI is defined within the relevant Participating Council Shape Files.",Awarded,"Taranaki Region - AAM NZ Ltd Otago Region - AAM NZ Ltd",0,20250410 Land Information New Zealand,23325939,Request for Quotations,Closed Competition,"DWR - 90 Prebensen Drive, Napier",2020-31,20201020,20201111,20210312,,Sole Agency,No,,"The site located at 90 Prebensen Drive, Napier is currently owned and managed by LINZ on behalf of the Crown and forms part of the Landbank Treaty Settlement Portfolio. The site has a range of structures of different ages and purposes with some being leased and others closed due to safety concerns. The site is in an industrial area adjacent to SH2 (Prebensen Drive), main access is gained from the eastern boundary (See attached Appendix 2.3 Site Plan). LINZ requires two buildings on the site (Building 18 & Building 11) to be removed and disposed of. Building 18 & 11 are steel portal framed industrial workshops clad with ACM previously ex-Ministry of Works buildings and have been vacant for several years due to deterioration of the ACM cladding and no longer are fit for purpose. The condemned buildings are in close proximity to current leases and live buildings on site which are to remain undisturbed during the demolition works and access to the current leases is to be maintained. Intended end state Buildings 18 & 11 are required to have services disconnected, ACM removed and cleared then buildings demolished to ground level leaving floor slab and foundations in place. Area is to be left clear of obstructions, voids, protrusions and the like as the area will be utilised as a turning area for the transport company who currently leases the site. Required Completion Date All works are required to be completed no later than March 31 2021 Scoping information Please see Appendix C for a detailed scope of works",Awarded,,0,20250410 Land Information New Zealand,23333439,Request for Quotations,Closed Competition,"DWR - 77 Waiare Road, Ohaikau",2020-32,20201002,20201019,20201208,,Sole Agency,No,"Private Bag 4721, Christchurch 8140 or 112 Tuam Street, CBD, Christchurch","The building at 77 Waiare Road is a small house in a rural area, it has one close neighbour. The house has been vacant for several years. Attached as appendices 1-4 are the Asbestos Survey, Lead Paint Report, Scope of works and Archaeological Requirements. The site has heritage requirements on parts, however the house demolition is to be undertaken as per accidental discovery protocols. The concrete slab is to remain in place and the vegetation on site is to remain except for overgrown areas close to the house. There are no outbuildings or fencing to be removed. Intended end state Level site with minimum of disturbance for the ongoing maintenance. Contractor is to minimise soil disturbance on site. Required Completion Date All works must be completed by the 30/11/2020",Awarded,,0,20250410 Land Information New Zealand,23478656,Request for Proposals,Open Competition,Programme Janus Investigation Phase - Prototype DB - Request for Proposals,2020-34,20201019,20201117,20210210,,Sole Agency,No,,"The New Zealand Hydrographic Authority (NZHA) sits within Land Information New Zealand (LINZ). It is responsible for collecting, managing and sharing marine geospatial information for the benefit of New Zealand. It provides safe navigation products and services within New Zealands coastal waters and much of the southwest Pacific. To continue providing quality services to New Zealand and international customers, the NZHA wishes to further improve its efficiency and readiness for the future. In 2010, the International Hydrographic Organization (IHO) published Edition 1.0.0 of the new S-100 Universal Hydrographic Data Model. As a hydrographic authority, NZHA is obligated to meet this new standard. S-100 is now an active international standard and will replace the current IHO S-57 Transfer Standard for Digital Hydrographic Data. The NZHA wish to focus on implementing the new IHO S-100 standard. This programme of work is called Programme Janus. Prior to implementing the new IHO S-100 standard, NZHA requires an investigation phase. This investigation phase will develop a strategy and comprehensive plan to implement the technical aspects of S-100, and determine the costs and resources needed for the full implementation of Programme Janus. Prototyping using the Teledyne CARIS Hydrographic Production Database will be required to demonstrate feasibility.",Awarded,"Teledyne CARIS, a business unit of Teledyne Digital Imaging, Inc.",0,20250410 Land Information New Zealand,23488653,Request for Proposals,Closed Competition,CWR - PM Services for the Demolition of the Former Masterton Hospital,2020-35,20201028,20201111,20201223,,Sole Agency,No,"Private Bag 4721, Christchurch 8140",As per CWR previously provided,Awarded,"Confirmed with Sarah Thompson, recommendation memo dated 02/12/2020 noted that unsuccessful respondent would receive a letter, contract signed 23/12/2020,",0,20250410 Land Information New Zealand,23488666,Request for Proposals,Closed Competition,CWR - PM Services for the Site Clearance and the Removal of the Stockpiles at the Former Barrett Street Hospital,2020-36,20201028,20201111,20210119,,Sole Agency,No,"Private Bag 4721, Christchurch 8140",As per CWR no changes from previously provided,Not Awarded,"Confirmed with Sarah Thompson, recommendation memo signed 16/12/2020 noted unsuccessful respondant would receive a letter, contract awarded 19/01/2021",0,20250410 Land Information New Zealand,23494459,Request for Tenders,Open Competition,"Fencing of Twin Peaks, Canterbury, for Tenure Review",,20201021,20201125,20210401,,Sole Agency,No,"Landward Management Ltd, Level 1 Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Twin Peaks Station, which is located approximately 10km southwest of Omarama. Attached are the following documents which form part of this Invitation To Tender: Fencing Tender Documentation Tender Cover Letter Fencing Conditions of Tender Boundary Marking and Pre-implementation Report (5 attachments comprising; Twin Peaks Pre-Implementation Report Ver3.0, Twin Peaks Fencing and Boundary Plan 1, Twin Peaks Fencing and Boundary Plan 2, Twin Peaks New Boundary Photos Jan 2020, and TP Waypoints). All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,,0,20250410 Land Information New Zealand,23500754,Request for Quotations,Closed Competition,CWR - Surveying Multi Use Arena,2020-37,20201112,20201125,20210127,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","As provided via email: This CWR is in addition to the tendered scope of the Surveying RFP, if you are successful in your response to this CWR, this will count as one scheme plan towards your maximum (at any one time) of three. The Services will be carried out in accordance with the Rules for Cadastral Survey 2010. This is a survey project on the Crown-owned land acquired for the development of the Canterbury Multi-Use Arena (CMUA) the survey outcome of this project will be the reliable determination of the boundaries of the site to facilitate construction of the CMUA please note: this CWR is to cover the Lot 1 survey works, there will be a second CWR issued for the Lot 2 works at a future date. The subdivision and amalgamation will be completed under sections 93-101 of the Greater Christchurch Regeneration Act 2016, and therefore nothing in section 11 or Part 10 of the Resource Management Act 1991 applies. This work is to be completed as soon as possible.",Awarded,,0,20250410 Land Information New Zealand,23516650,Request for Tenders,Open Competition,"Surveying of Twin Peaks, Canterbury, for Tenure Review",,20201027,20201126,20210401,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Twin Peaks Station, located approximately 10km south west of Omarama. Attached are the following documents which form part of this Invitation to Tender: Survey Tender Cover Letter Survey Prescription Survey Tender Documentation Conditions of Tender Boundary Marking and Preimplementation Report (7 attachments comprising; Twin Peaks Pre-Implementation Report Ver3.0, Twin Peaks Fencing and Boundary Plan 1, Twin Peaks Fencing and Boundary Plan 2, Twin Peaks Fencing and Boundary Plan 3, Twin Peaks Fencing and Boundary Plan 4, Twin Peaks New Boundary Photos Jan 2020, and TP Waypoints Qualifying Waterbody Report Twin Peaks Substantive Proposal (31MB) All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,,0,20250410 Land Information New Zealand,23675581,Request for Quotations,Closed Competition,Site Specific Asbestos Management Surveys,,20201127,20201210,20210113,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires a Site-Specific Asbestos Management Plan/s for the properties in Annex 1 - site plans Scope of work required: Pre-Start Services plan your site investigations to be undertaken in one field trip, if this is not achievable please detail this in your programme; if a property is tenanted, contact each tenant, and book the property inspection with them (Unsuccessful tenant contact - The consultant is required to attempt contact via details provided on three occasions. These attempts are to be made at varying times and dates. If after three attempts no contact was possible LINZ will make contact). Tenant details will be made available by LINZ. provide LINZ with a programme that includes all properties, laboratory processing timeframes, report delivery dates; and Provide LINZ with your field trip Health and Safety documentation must be approved by LINZ prior to any works commencing on site Services during Site Investigations Phase take 5 (or similar process) when you arrive at site to get familiar with your surroundings; locate and introduce yourselves to the tenant/s; If clear access into the building has not been provided by LINZ or the tenant, gain access as per your description provided in Section C (B1. Methodology) of this CWR; All presumed asbestos containing materials (ACM) are to be sampled (where practically possible). Reporting Requirements all ACM is to be recorded in the LINZ Asbestos Register Template and returned to LINZ in the same format (excel spreadsheet - for data transfer) all Asbestos Management Plans are to be drafted in the attached LINZ AMP Template and returned in the same format (word doc for LINZ Property Managers to edit and update as required) Overview of the key deliverables: An Asbestos Management Survey Report A completed Asbestos Management Plan in LINZ (word doc) A completed LINZ Asbestos Register (spreadsheet)",Awarded,,0,20250410 Land Information New Zealand,23679656,Request for Quotations,Closed Competition,"DWR - 62 Tavistock Road, Waipukurau",,20201125,20201223,20210125,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","This property consists of a house and two sheds at the rear. The house has been vacant for a number of years. The land surrounding the house is being leased for farming. The power will be disconnected prior to works commencing, an asbestos survey and lead paint testing has been completed as per the attached documents. There is only one access point to the house from the road, which is very narrow, however turning at the top the site is possible. The structures to be removed are below as detailed in the scoping document: House Sheds x 2 The attached scoping documents outlines all areas to be remove, an on site meeting will be arranged to answer any questions and to confirm the elements to be removed, this is proposed to be 10 December 2020 Intended end state The site is to be cleared of all debris and tracked rolled, all services should be GPS located and capped. No requirement for seeding of any type due to livestock Required Completion Date All works must be completed no later than 28th February 2021 Scoping information See Appendix 1- Demolition Scope of Works for a detailed breakdown of thestructures LINZ has released three projects to the Eastern North Island panellists at the same time on GETS: 1. GETS#23679677 - 297 Poranghau Road, Wallingford 2. GETS#23679671 - 16 Marlborough Street, Waipukurau 3. GETS#23679656 - 62 Tavistock Road, Waipukurau The Contractor must submit conforming proposals to all three individual DWRs through GETS for LINZ to consider your conforming alternative proposal. A conforming alternative proposal to deliver all three projects must contain the following information: 1. Any changes to your proposed methodology to deliver all three projects 2. Updated programme to deliver all three projects, that clearly displays the key milestones, critical path, any interconnected activities between the projects and the overall programme duration to deliver all three projects 3. A Schedule of Prices that provides your fixed price lump sum to deliver the full scope of all three above listed projects 4. Ensure your Alternative Proposal is provided as a separate DWR response titled Alternative Proposal for Three Eastern North Island Projects and included within your GETS response for GETS#23676956 62 Tavistock Road, Waipukurau",Awarded,,0,20250410 Land Information New Zealand,23679671,Request for Quotations,Closed Competition,"DWR - 16 Marlborough Street, Waipukurau",,20201125,20201223,20210125,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Background This property is in a residential neighbourhood with the closest neighbour being the front house, there is no boundary fence separating the houses. Communication will be important before works start. The access for all works will be from 1 River Terrace at the rear of the structure. The structures to be removed are below as detailed in the scoping document: House Garage Sheds x 3 Paths Garden features Intended end state The site is to be cleared of all debris and hydro seeded, all services should be GPS located and capped. A separate A4 page to be added for Hydro seed type and analysis Required Completion Date G. Alternative Proposal to deliver all three projects [under one contracts as separable portions] LINZ has released three projects to the Eastern North Island panellists at the same time on GETS: 1. GETS#23679677 - 297 Poranghau Road, Wallingford 2. GETS#23679671 - 16 Marlborough Street, Waipukurau 3. GETS#23679656 - 62 Tavistock Road, Waipukurau The Contractor must submit conforming proposals to all three individual DWRs through GETS for LINZ to consider your conforming alternative proposal. A conforming alternative proposal to deliver all three projects must contain the following information: 1. Any changes to your proposed methodology to deliver all three projects 2. Updated programme to deliver all three projects, that clearly displays the key milestones, critical path, any interconnected activities between the projects and the overall programme duration to deliver all three projects 3. A Schedule of Prices that provides your fixed price lump sum to deliver the full scope of all three above listed projects 4. Ensure your Alternative Proposal is provided as a separate DWR response titled Alternative Proposal for Three Eastern North Island Projects and included within your GETS response for GETS# 23679671 DWR - 16 Marlborough Street, Waipukurau All works must be completed no later than 28th February 2021 Scoping information See Appendix 1- Demolition Scope of Works for a detailed breakdown of the structures",Awarded,,0,20250410 Land Information New Zealand,23679677,Request for Quotations,Closed Competition,"DWR - 2907 Porangahau Road, Wallingford",,20201125,20201223,20210125,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","This is a remote rural site, the structures onsite required to be demolished and removed are listed below: House Garage Storage sheds Water storage tanks Pedestrian Paths Driveway Water tank removal Foundation removal Any main services to be disconnected at the boundary Intended end state The site is to cleared of all debris and levelled, site to be manually seeded only internal fencing to be removed LINZ has released three projects to the Eastern North Island panellists at the same time on GETS: 1. GETS#23679677 - 297 Poranghau Road, Wallingford 2. GETS#23679671 - 16 Marlborough Street, Waipukurau 3. GETS#23679656 - 62 Tavistock Road, Waipukurau The Contractor must submit conforming proposals to all three individual DWRs through GETS for LINZ to consider your conforming alternative proposal. A conforming alternative proposal to deliver all three projects must contain the following information: 1. Any changes to your proposed methodology to deliver all three projects 2. Updated programme to deliver all three projects, that clearly displays the key milestones, critical path, any interconnected activities between the projects and the overall programme duration to deliver all three projects 3. A Schedule of Prices that provides your fixed price lump sum to deliver the full scope of all three above listed projects 4. Ensure your Alternative Proposal is provided as a separate DWR response titled Alternative Proposal for Three Eastern North Island Projects and included within your GETS response for GETS#23679677 - 297 Poranghau Road, Wallingford Required Completion Date All works must be completed no later than 28th February 2021 Scoping information See Appendix 1- Demolition Scope of Works for a detailed breakdown of the structures",Awarded,,0,20250410 Land Information New Zealand,23756853,Request for Quotations,Closed Competition,CWR Engineering - 1 Talavera Terrace,2020-44,20201216,20210125,20210226,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Description The retaining wall located at 1 Talavera Tce, Kelburn Wellington, has been identified as not structurally sound and requires a new wall to be installed to retain existing wall and to ensure safety of neighbouring property (uphill). The engineering design services (design including PS1, building consent application, resource consent application) were provided by LINZ Consultant Engineers prior to the establishment of the new LINZ Term Consultancy Engagements (TCE). Engineering services for the Construction Phase and project completion is being separated due to the establishment of the new TCE Contracts We are seeking to engage an engineering services consultancy to deliver services listed below. Review of the methodology submissions of the construction services tender for the construction of the retaining wall Provide Construction monitoring level 3 services Issue Producer Statement 4 upon the completion of the construction works Liaise with the project management team as required Omissions by Us If you believe there are any omissions as part of this CWR Engineering Services or within the associated documentation LINZ expects the Consultants response to highlight these; indicative of the collaborative manner in which LINZ and the Consultant will operate for the duration of the services.",Not Awarded,,0,20250410 Land Information New Zealand,23756860,Request for Proposals,Closed Competition,CWR Project Management - 1 Talavera Terrace,2020-45,20201216,20210125,20210226,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Description The retaining wall located at 1 Talavera Tce, Kelburn Wellington, has been identified as not structurally sound and requires a new wall to be installed to retain existing wall and to ensure safety of neighbouring property (uphill). We are seeking to engage a Project management Consultancy to deliver the services listed below. The procurement of the supplier will be undertaken by LINZ, as such not included in the Project Management. The services procured include, but are not limited to: Pre-Start services Review and provide comment on the preferred tender submission including methodology Review construction services contract (LINZ version NZS3910:2013) Construction phase services (allow for 5 months duration) Carry out the role of the Engineer to the Contract Carry out the role of the Engineers representative Construction works monitoring (once a week minimum) and weekly meetings with the contractor, review of H&S on site Issue contract instructions Respond to RFIs from contractor Review variations and extension of time claims Liaise with the engineering team and schedule required inspections Liaise with the quantity surveyor Issue payment schedules (monthly) Produce weekly site reports or meeting minutes including works progress and H&S Close-out phase services Issue practical completion certificate Issue final completion certificate Estimated delivery timeframes Pre-start services: February 2021 Construction phase services: start March 2021- end July 2021 Close-out phase: August 2021 + final completion certificate Omissions by Us If you believe there are any omissions as part of this CWR Project Management Services or within the associated documentation LINZ expects the Consultants response to highlight these; indicative of the collaborative manner in which LINZ and the Consultant will operate for the duration of the services.",Awarded,,0,20250410 Land Information New Zealand,23758152,Request for Quotations,Closed Competition,DWR - 1 Talavera Terrace,,20201223,20210205,20210608,,Sole Agency,No,,"Project Background The retaining wall located at 1 Talavera Terrace, Kelburn Wellington, has been identified as structurally unsound and requires a new wall to be installed to retain existing wall and to ensure safety of neighbouring property (uphill). LINZ Project and Hazard Management(PHD) are managing these works. LINZ and their consultant engineers (Aurecon) undertook investigation and reviewed recommendations for the repair/replacement of this wall. The final decision was for the proposed reinforced concrete retaining wall to be constructed over the existing wall. Key Stakeholders Neighbours at 3 Talavera Terrace Crown Property Wellington c/- Bart van Stratum Key Risks Failure of existing wall (affecting neighbouring property) Intended end state Constructed reinforced concrete retaining wall as per consultant engineers design with Producer Statement 3 (PS3) issued by the Contractor Make good any damages to access routes and sites affected by construction activity Required Completion Date All works must be completed by 31 July 2021 noting that responses which provide a programme and methodology that supports and demonstrates earlier completion may be weighted higher. Scoping information Please refer to all attachments in Appendix E and information included within section C.1 of this DWR",Awarded,,0,20250410 Land Information New Zealand,23795447,Request for Quotations,Closed Competition,"CWR - 5 Mary Ann Place, Kaitaia",,20210111,20210125,20210315,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires a Site-Specific Asbestos Demolition Survey for the property at 5 Mary Ann Place, Kaitaia, a LINZ Representative will be attending site for the duration of the survey. Lead Paint Sampling should be included with the Asbestos Survey The pricing schedule should include the number of Asbestos and Lead Paint samples intended to be required for this property We require provisional pricing for 3rd Party Clearance prior to works commencing on this property. Dates and requirements will be confirmed once the demolition contract has been awarded. Scope of work required: Pre-Start Services - plan your site investigations to be undertaken in one field trip, if this is not achievable please detail this in your programme; - if the property is tenanted, contact each tenant, and book the property inspection with them (Unsuccessful tenant contact - The consultant is required to attempt contact via details provided on three occasions. These attempts are to be made at varying times and dates. If after three attempts no contact was possible LINZ will make contact); - provide LINZ with a programme that includes all properties, lab processing timeframes and report delivery dates; and - Provide LINZ with your field trip Health and Safety documentation. Services during Site Investigations Phase - take 5 (or similar process) when you arrive at site to get familiar with your surroundings; - if clear access into the building has not been provided by LINZ or the tenant, gain access as per your description provided in Section C of this CWR; - All presumed asbestos containing materials (ACM) and Lead Paint are to be sampled - where practically possible. Reporting Requirements - all ACM is to be recorded in the LINZ Asbestos Register Template and returned to LINZ in the same format (excel spread sheet - for data transfer) - Asbestos Survey for the purpose of demolition including Lead Paint Sample results -3rd Party Clearance Services - 3rd Party Clearance for A & B Class Removal; or - 3rd Party Clearance for B Class Only - This scope of these services will be confirmed once the demolition survey has been completed Overview of the key deliverables: - A sampling plan - An Asbestos Demolition Survey to include Lead Paint Sampling results - A completed LINZ Asbestos Register - 3rd Party Clearance Services Required Completion Date 27 March 2021 Asbestos Survey and Lead Paint Results 01 December 2021 3rd Party Clearance Completion Certificate",Awarded,,0,20250410 Land Information New Zealand,23843123,Request for Quotations,Closed Competition,"DWR - SH1 17A Main Street, Ohingaiti",2021-1,20210125,20210201,20210326,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","This property is currently leased and used for grazing and residential use, there is a barn at the front of the site that has not been used for many years and is required to be removed. An Asbestos survey has been undertaken and it does not contain any Asbestos related materials. The site access will need to be undertaken in agreement with the lease holder. There are no Archaeological requirements with the removal of the barn. The barn has never had power or water connected, therefore no requirement for capping etc of services. A site visit is not required as the documents contain the information required for pricing. Intended end state: The barn is to be removed and the site is to be track rolled and level around the removal area. No requirements for grass seed due to the sheep in the direct paddock. Required Completion Date: All works must be completed no later than 28th February 2021 Scoping information: See Appendix 1- Demolition Scope of Works for a detailed breakdown of the structures",Awarded,,0,20250410 Land Information New Zealand,23844550,Request for Quotations,Closed Competition,"CWR: 190 Mill Road, Otaki",2021-2,20210126,20210217,20210511,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires a Site-Specific Asbestos Demolition Survey for the property at 190 Mill Road, Otaki, a LINZ Representative will be attending site for the duration of the survey. This is a 4 bedroom vacant 1950s or earlier residential property with a carport and fencing. The Ceiling void should be accessed and investigation under the house which is on concrete piles. Lead Based Paint Sampling results to be included with the Asbestos Survey report. The pricing schedule should include the number of proposed Asbestos and Lead Paint samples intended to be required for this property. We require provisional pricing for 3rd Party Clearance prior to works commencing on this property. Dates and requirements will be confirmed once the demolition contract has been awarded.",Awarded,,0,20250410 Land Information New Zealand,23849172,Request for Quotations,Closed Competition,"CWR: 38 Karaka Street, Manaia",,20210125,20210210,20210511,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Description: LINZ requires a Site-Specific Asbestos Demolition Survey and lead Paint sampling for the property at 38 Karaka Street, Manaia, a LINZ Representative will be attending site for the duration of the survey. The structures consist of a 4 bedroom house, garage and 2x sheds, they are all currently vacant. Lead Based Paint Sampling results to be included with the Asbestos Survey report. The pricing schedule should include the number of Asbestos and Lead Based Paint samples intended to be required for this property. We require provisional pricing for 3rd Party Clearance prior to works commencing on this property. Dates and requirements will be confirmed once the demolition contract has been awarded. Services during Site Investigations Phase - take 5 (or similar process) when you arrive at site to get familiar with your surroundings; - If clear access into the building has not been provided by LINZ, gain access as per your description provided in Section C of this CWR; - all presumed asbestos containing materials (ACM) and Lead Based Paint (LBP) are to be sampled - where practically possible. Reporting Requirements - all ACM is to be recorded in the LINZ Asbestos Register Template and returned to LINZ in the same format (excel spread sheet - for data transfer) - Asbestos Survey for the purpose of demolition including LBP sample results Third-Party Clearance Services - third-party verification monitoring, site inspections and associated clearance certificates for Class A & B ACM removal; or - third-party verification site inspections and associated clearance certificates for Class B ACM removal only Please note: these services will be confirmed once the Asbestos Demolition Survey has been completed. Overview of the key deliverables: - A sampling plan - An Asbestos Demolition Survey to include LBP sampling results - A completed LINZ Asbestos Register - Third-Party Clearance Services Required Completion Date 30th April 2021 Asbestos Survey and Lead Paint Results 1sof of December 2021 3rd Party Clearance Completion Certificate",Awarded,,0,20250410 Land Information New Zealand,23851894,Request for Quotations,Closed Competition,"DWR: Railway Goods Store, Te Kuiti",2021-3,20210202,20210324,20210727,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Background: The railway goods store has been vacant for a number of years, the boundary is the main trunk line for the Railway. In order to complete the demolition the goods store has Archaeological Conditions (Appendix 4) as per the document attached, all conditions must be met before during and after works. The Archaeological requirement costs will be met and managed by LINZ, timelines will be negotiated by all parties. Third Party Clearance and costs associated for Environmental removal will be arranged by LINZ with any default clearances at the cost of the Contractor The site currently has a lease, this excludes the buildings and the area will not be utilised during the demolition for ease of traffic movements. A site meeting is to be held with all prospective tender applicants to discuss in further detail around the Archaeological requirements and the requirements of the demolition. Intended end state : Clear and even site with AP 40 or similar spread over the removal area Required Completion Date: 30th April 2021 Scoping information is for removal of all structures on site, refer to the Archaeological Assessment for building details Attached as Archaeological Conditions as attached",Awarded,,0,20250410 Land Information New Zealand,23860609,Request for Quotations,Closed Competition,"DWR: 34 View Road, Waiuku",,20210202,20210330,20210622,,Sole Agency,No,,"Project Background The property at 34 View Road, Waiuku, North Auckland is part of the landbank portfolio and the structures are now required to be demolished. The house has been vacant for a number of years, during which time it has been vandalised and boarded up. The property is in a residential area and is a security concern for neighbours close by. A site visit is required by contractors on the 5th February 2021, time to be arranged. Intended end state This site is to be cleared of all existing structures, hardstand/driveway, broken fencing (road facing only) and site letter box. Contouring of the site where structures have been removed will need to be smoothed over to ensure no humps and hollows exist and are level with surrounding area. The finished condition of the site shall be stone free with no visible tree roots, stumps, wire or any other building debris. All disturbed areas of the site shall be hydro seeded (as per hydro seed specification) with an 80% strike rate, prior to practical completion signoff. In addition, a separate A4 page to be added for Hydro seed type and analysis. NOTE: All underground services are to be disconnected, capped at the boundary and GPS located. Required Completion Date All works to be completed by 28th May 2021 Scoping information - Safe removal and disposal of asbestos and other hazardous/contaminated materials at an appropriate licenced location - Demolition and removal of all existing built structures hardstands/driveway, broken fencing (road facing only) and site letterbox - Removal of all rubbish if any onsite - Contouring of the land where built structures have been removed. Land must be smoothed over to ensure no humps and hollows are left and site levelled with surrounding land for easy mowing. Contouring is to be in accordance with contouring specification below: - The finished condition of the site shall be stone free with no visible tree roots, stumps, wire or any other building debris. - All disturbed areas of the site shall be hydro seeded, (as per hydro seed specification) with an 80% strike rate prior to practical completion signoff - All underground services are to be disconnected, capped at the boundary and GPS located. Refer to Appendix 1 (34 View Road, Waiuku) Demolition Scope of Works for a detailed breakdown and approximate measurements.",Awarded,,0,20250410 Land Information New Zealand,23888949,Request for Quotations,Closed Competition,"CWR: 306 Penny Road, Rongotea",2021-6,20210209,20210303,20210511,,Sole Agency,No,,"Scope of work required: Pre-Start Services - plan your site investigations to be undertaken in one field trip, if this is not achievable please detail this in your programme; - provide LINZ with a programme that includes, site investigations and sampling, lab processing timeframes and report deliver dates; and - Provide LINZ with your field trip Health and Safety documentation. Services during Site Investigations Phase - take 5 (or similar process) when you arrive at site to get familiar with your surroundings; - If clear access into the building has not been provided by LINZ, gain access as per your description provided in Section C of this CWR; - all presumed asbestos containing materials (ACM) and Lead Based Paint (LBP) are to be sampled - where practically possible. Reporting Requirements - all ACM is to be recorded in the LINZ Asbestos Register Template and returned to LINZ in the same format (excel spread sheet - for data transfer) - Asbestos Survey for the purpose of demolition including LBP sample results Third-Party Clearance Services - third-party verification monitoring, site inspections and associated clearance certificates for Class A & B ACM removal; or - third-party verification site inspections and associated clearance certificates for Class B ACM removal only Please note: these services will be confirmed once the Asbestos Demolition Survey has been completed. Overview of the key deliverables: - A sampling plan - An Asbestos Demolition Survey to include LBP sampling results - A completed LINZ Asbestos Register - Third-Party Clearance Services Required Completion Date 30th April 2021 Asbestos Survey and Lead Paint Results 01 December 2021 3rd Party Clearance Completion Certificate",Awarded,,0,20250410 Land Information New Zealand,23889248,Request for Quotations,Closed Competition,"CWR: 366 Pukepapa Road, Marton",2021-7,20210209,20210303,20210730,,Sole Agency,No,,"Project Description: LINZ requires a Site-Specific Asbestos Demolition Survey and lead Paint sampling for the property at 366 Pukepapa Road, Marton, a LINZ Representative will be attending site for the duration of the survey. The structures consist of a 3 bedroom house, garage, shed and a small sleepout type building, they are all currently vacant. Lead Based Paint Sampling results to be included with the Asbestos Survey report. The pricing schedule should include the number of Asbestos and Lead Based Paint samples intended to be required for this property. We require provisional pricing for 3rd Party Clearance prior to works commencing on this property. Dates and requirements will be confirmed once the demolition contract has been awarded. Scope of work required: Pre-Start Services - plan your site investigations to be undertaken in one field trip, if this is not achievable please detail this in your programme; - provide LINZ with a programme that includes, site investigations and sampling, lab processing timeframes and report deliver dates; and - Provide LINZ with your field trip Health and Safety documentation. Services during Site Investigations Phase - take 5 (or similar process) when you arrive at site to get familiar with your surroundings; - If clear access into the building has not been provided by LINZ, gain access as per your description provided in Section C of this CWR; - all presumed asbestos containing materials (ACM) and Lead Based Paint (LBP) are to be sampled - where practically possible. Reporting Requirements - all ACM is to be recorded in the LINZ Asbestos Register Template and returned to LINZ in the same format (excel spread sheet - for data transfer)",Awarded,,0,20250410 Land Information New Zealand,23896461,Request for Quotations,Closed Competition,Surveying - Scheme Plan 10,,20210126,20210211,20210315,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 10 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme. Scope of work required: The services in-scope of this RFP relate specifically to the cadastral Surveying requirements to reconfigure Scheme Plan 10 as per Annex 1. Overview of the key deliverables: 1. Prepare a draft survey plan to LINZ, based on the CCC approved Scheme Plan attached in Annex 1. 2. Following LINZ verification that confirms the draft Land Transfer (LT) plan against the approved scheme plan, lodge the draft LT Plan with the LINZ Survey team. 3. Complete any requisitions necessary for LT plan to be approved by LINZ.",Awarded,,0,20250410 Land Information New Zealand,23897585,Request for Quotations,Closed Competition,Surveying - Scheme Plan 4,2021/09,20210126,20210210,20210315,,Sole Agency,No,,"To carry out cadastral Survey work of Scheme Plan 10 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme. Scope of work required: The services in-scope of this RFP relate specifically to the cadastral Surveying requirements to reconfigure Scheme Plan 10 as per Annex 1. Overview of the key deliverables: 1. Prepare a draft survey plan to LINZ, based on the CCC approved Scheme Plan attached in Annex 1. 2. Following LINZ verification that confirms the draft Land Transfer (LT) plan against the approved scheme plan, lodge the draft LT Plan with the LINZ Survey team. 3. Complete any requisitions necessary for LT plan to be approved by LINZ.",Awarded,,0,20250410 Land Information New Zealand,23897591,Request for Quotations,Closed Competition,Surveying - Scheme Plan 25,2021/10,20210126,20210210,20210315,,Sole Agency,No,,"To carry out cadastral Survey work of Scheme Plan 10 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme. Scope of work required: The services in-scope of this RFP relate specifically to the cadastral Surveying requirements to reconfigure Scheme Plan 10 as per Annex 1. Overview of the key deliverables: 1. Prepare a draft survey plan to LINZ, based on the CCC approved Scheme Plan attached in Annex 1. 2. Following LINZ verification that confirms the draft Land Transfer (LT) plan against the approved scheme plan, lodge the draft LT Plan with the LINZ Survey team. 3. Complete any requisitions necessary for LT plan to be approved by LINZ.",Awarded,,0,20250410 Land Information New Zealand,23899080,Request for Quotations,Closed Competition,Surveying - Scheme Plan - Deeds Lands RS593,2021/11,20210126,20210210,20210315,,Sole Agency,No,,To carry out cadastral Survey work of Deeds Land RS593 (the Services) as allocated by LINZ.,Awarded,,0,20250410 Land Information New Zealand,23957735,Request for Tenders,Open Competition,"Fencing of Simons Pass Station, Canterbury, for Tenure Review",,20210210,20210317,20210401,,Sole Agency,No,"Landward Management Limited, Level 1, Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Simons Pass Station, which is located approximately 25km northeast of Twizel. Attached are the following documents which form part of this Request for Tenders: Fencing Tender Documentation Tender Cover Letter Fencing Conditions of Tender Boundary Marking and Preimplementation Report Please note the changes to the fencing specifications as noted in the attached Fencing Tender Documentation. All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,,0,20250410 Land Information New Zealand,23958380,Request for Quotations,Closed Competition,Environmental Services Built Structures for the demolition of the ?KODA and Lexus buildings,,20210211,20210225,20210507,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Description: LINZ requires an Asbestos Demolition Survey Report, including lead-based paint (LBP) identification and levels, and Third-Party Verification services, for two Christchurch CBD buildings; the ?KODA building, 72 Tuam Street, Lot 1 DP 376344; and the Lexus building including workshop at 225/227 Montreal Street, Lot 2 DP 17577 The Survey report will be included in the suite of documents for the demolition tender. LINZ are undertaking this demolition and we have a responsibility to complete the project in a timely manner. Overview of the key deliverables: a sampling plan an Asbestos Demolition Survey that includes the LBP results a completed LINZ Asbestos Register in the LINZ excel spread sheet third-party verification services at the time of ACM removal Required Completion Date LINZ anticipates we will get access for sampling the buildings in May 2021, we require the successful Respondent to commit to mobilising within 48 hours of access being granted. Final Asbestos Demolition Survey report due to LINZ within two weeks of receiving the lab results.",Awarded,,0,20250410 Land Information New Zealand,23958710,Request for Quotations,Closed Competition,Archaeological Services for the demolition of the ?KODA and Lexus buildings.,,20210211,20210225,20210622,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Description: LINZ will be demolishing two buildings on behalf on the corner of Tuam and Montreal Streets in 2021, this includes service disconnections and capping at the boundary. The buildings will be demolished, and foundation removed within their footprint resulting in limited, if any surrounding hard stands being removed. LINZ will have uninterrupted access to these sites. The demolition is anticipated to commence in April/May 2021. Scope of work required: LINZ requires an investigation and site assessment of; the ?KODA building, 72 Tuam Street, Lot 1 DP 376344; and the Lexus building including workshop at 225/227 Montreal Street, Lot 2 DP 17577 Should the site assessment identify Archaeological interest LINZ will require the following services, an Archaeological Authority application to be prepared and lodged, and any associated monitoring considered for the removal of the foundations. Overview of the key deliverables: a site assessment report an Archaeological Authority application prepared and lodged, if required earthworks monitoring, if required",Awarded,,0,20250410 Land Information New Zealand,23959521,Request for Tenders,Open Competition,"Surveying of Simons Pass, Canterbury for Tenure Review",,20210210,20210317,20210401,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Simons Pass Station, located approximately 24km north east of Twizel. Attached are the following documents which form part of this Invitation to Tender: Survey Tender Cover Letter Survey Tender Documentation Conditions of Tender Pre-implementation Report Qualifying Waterbody Report Simons Pass Substantive Proposal Please note that the Survey Prescription is not currently available. This will be uploaded to the GETS website when it is supplied to Landward Management, which is expected to be on or soon after the 17th February 2021. All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,,0,20250410 Land Information New Zealand,23970375,Request for Proposals,Closed Competition,RFP2020-47 Nau mai ki LINZ Project - Website Migration to Drupal 9 and Design Refresh,RFP2020-47,20210212,20210319,20210608,,Sole Agency,No,,"LINZ is seeking a professional services and support supplier to migrate, redesign, and support the main LINZ public-facing website (linz.govt.nz). The site runs on Drupal 7 and needs to be upgraded (to Drupal 9 or later version) before support for Drupal 7 ends in November 2022. The website also needs a design refresh to reflect our brand guidelines and improve the user experience e.g. use of user interface components and improved page template layouts and navigation. LINZ has capacity to develop a new information architecture and do UX research. Weve made a start and look forward to getting input from the successful Respondent. We are looking for a capable and experienced supplier to provide an informed estimate for professional services to plan, design, build, implement, and maintain a web solution aligned to our requirements. This information shall be used in the development of a detailed business case to secure funding for the project that has already been provisionally allocated. Respondents must have a proven record of successfully implementing web capability at a similar level of complexity and be able to offer ongoing support. We need: a) a Drupal 9 content management solution with general capability that is easy to support and maintain b) a solution that is either hosted in the LINZ public cloud (AWS or Azure) or is provided by the vendor as Content as a Service (CaaS) c) a website adhering to the LINZ Brand Guidelines (Attachment Three). New page template elements must extend the existing LINZ User Interface (LUI). Note these are considered living entities and can change over time d) authoring processes and workflow systems that enable our embargo process, e.g. consultation document or information release e) an improved search experience for our users, with the tools for administrators to analyse and optimise search results f) application development and integration capabilities identified in Attachment Two Application Integration g) a supplier with demonstrated capability and capacity to meet objectives within the required timeframes h) a low-risk approach to planning and implementation with clear milestones throughout the transition process.",Awarded,Contract awarded to Sparks Interactive.,0,20250410 Land Information New Zealand,24041239,Request for Quotations,Closed Competition,"CWR: Site Specific Asbestos Management Surveys (Taranaki, Manawatu and Marlborough)",2021-15,20210322,20210416,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires Site-Specific Asbestos Management Plan/s for the properties in Appendices 2 - 4 Overview of the key deliverables: An Asbestos Management Survey Report including a map of the sampling locations. A completed LINZ Asbestos Management Plan (word doc) A completed LINZ Asbestos Register (spreadsheet) Required Completion Date By the 21st of May 2021, or as agreed.",Awarded,,0,20250410 Land Information New Zealand,24114953,Request for Quotations,Closed Competition,CWR: Site Specific Asbestos Management Surveys (Northland and Bay of Plenty),2021-15,20210322,20210416,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires Site-Specific Asbestos Management Plan/s for the properties in Appendices 2 + 3 Overview of the key deliverables: An Asbestos Management Survey Report including a map of the sampling locations. A completed LINZ Asbestos Management Plan (word doc) A completed LINZ Asbestos Register (spreadsheet) Required Completion Date 21st of May 2021, or as agreed.",Awarded,,0,20250410 Land Information New Zealand,24121859,Request for Quotations,Closed Competition,"DWR: Adjoined units at 2/213A and 3/213A, River Rd and Make Good works to the party wall of 1/213A River Rd",2021-18,20210408,20210430,20210608,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Background: This project is to demolish the Crown-owned units at 2/213A and 3/213A, River Road and manage and coordinate the Nominated Sub-Contractor - Cook Brothers Construction Canterbury Limited (CBC) during the consented make good works, these include structural improvements and weathertightness. LINZ engaged CBC to design and obtain the building consent for the make good works, CBC is the LINZ nominated sub-contractor listed in the Medium Works contract for this project. Ben Brown, 021 1919 131, ben.brown@cookbrothers.co.nz will be the CBC contact for this project and have provided a quotation for the make good works. LINZ will independently engage the following parties; ENGEO environmental consultants to undertake the asbestos removal verification, and soil sampling. Contact Gareth Oddy 021 848 594. Underground Overground Archaeology Ltd to undertake monitoring during earthworks. Contact Kirsa Webb 021 236 112. Southern Network Services to inspect the power cables under the soffits, after the asbestos removal and clearance certificate but before the demolition. NOTE. The Demolition Contractor is to liaise with the relevant parties above to confirm the timing of works. This is a THREE phase project, please see Appendix 2 213a River Road project scope.",Awarded,,0,20250410 Land Information New Zealand,24139232,Request for Quotations,Closed Competition,"CWR: Site Specific Asbestos Management Surveys (Gisborne, Waikato & Hawkes Bay)",2021-19,20210329,20210420,20210730,,Sole Agency,No,,"LINZ requires Site-Specific Asbestos Management Plan/s for the properties in Appendices 2 - 4 Overview of the key deliverables: An Asbestos Management Survey Report including a map of the sampling locations. A completed LINZ Asbestos Management Plan (word doc) A completed LINZ Asbestos Register (spreadsheet) Required Completion Date By the 21st of May 2021, or as agreed.",Awarded,,0,20250410 Land Information New Zealand,24185775,Request for Proposals,Open Competition,Enforcement Evidence Management/eDiscovery Solution - Request for Proposal (RFP),2021-12,20210409,20210507,20210908,,Sole Agency,No,,"The Overseas Investment Office (OIO) is seeking an off-the-shelf Software as a Service (SaaS) evidence management/eDiscovery solution to meet the OIO Enforcement teams evidence management needs. To support the OIO in its enforcement activities, Toitu Te Whenua LINZ is seeking: an off-the-shelf SaaS system, support to implement the evidence management/eDiscovery software so it can be used in conjunction with existing Toitu Te Whenua LINZ systems, suitable training and support for users, and ongoing technical support.",Not Awarded,,0,20250410 Land Information New Zealand,24196612,Request for Quotations,Closed Competition,DWR: Demolition Works 58 Zephyr Terrace,,20210422,20210517,20210623,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","The property (including improvements) at 58 Zephyr Terrace, Governors Bay, Christchurch was acquired by LINZ due to the property being in the area of the high risk of the boulder roll (red zone). The property is located up a valley in Governors Bay on a relatively large section, distant from neighbouring properties. There is an unsealed access to the main dwelling. The main dwelling is a two-storey, architectural, castle-like 1990s poly-block (concrete cast in polystyrene formwork) structure. There are several outbuildings and rubbish heaps on the property. Required Completion Date 31 August 2021 Please see DWR for additional information.",Awarded,,0,20250410 Land Information New Zealand,24236839,Request for Proposals,Closed Competition,Arboricultural Hazard Reduction Works for Watts Peninsula,,20210428,20210527,20210621,,Sole Agency,No,,"The scope of the Arboriculture Hazard Reduction services to be undertaken by the Respondent are detailed in Appendix 1a Arboricultural Safety Audit for Te Motu Kairangi and Appendix 1b Felled Trees Scope. Respondent is to provide a Lump Sum pricing as per Appendix 3 Price List Arboriculture Response Form. The works are described below noting Respondents are to use Appendix 1a and 1b to assist their response o Clearance of felled trees along the road connecting Shelly Bay to the top of the Site (known colloquially as Mag Road). The trees are largely stockpiled above Magazine 5. Scope and additional information included in Appendix 1b o Removal of trees as per the recommendations of the Aboricultural Safety Audit (T6.2, T15.1, T2.1, T21.4, T21.5, T24.1, T8.2, and S2). o Remedial pruning and deadwood removal as per the recommendations of the Aboricultural Safety Audit (T14.1, T21.3, T23.1, T23.2, T26.2 and S6).",Awarded,,0,20250410 Land Information New Zealand,24237083,Request for Proposals,Closed Competition,Vegetation Maintenance for Watts Peninsula,,20210427,20210524,20210623,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ seeks Proposals from Respondents with the necessary skills and expertise to provide cyclical vegetation maintenance services across Watts Peninsula, as outlined below, LINZ reserves the right to add or remove areas by variation as required throughout the contract. An aerial map of the site is provided as Appendix 2 1. Fort Balance, including access road 2. Aerial Paddock 3. Gun Emplacement Paddock 4. Main/Mag Road (from Mount Crawford entrance to Shelly Bay entrance) 5. Massey Memorial Access Track",Awarded,,0,20250410 Land Information New Zealand,24262414,Request for Quotations,Closed Competition,CWR: Former Masterton Hospital Environmental Monitoring Built Structures,2021-89,20210503,20210517,20210730,,Sole Agency,No,,"The site of the Former Masterton Hospital contains 29 Buildings of various ages and purposes. The buildings ceased operation in 2006 when the new Wairarapa hospital (adjoining property) was commissioned. 26 of the Buildings are heavily dilapidated, no longer fit for purpose and planned to be demolished. Three of the buildings remain live and leased as a medical centre and a pharmacy. A strong focus for LINZ is the reduction of waste to landfill and re-use of materials where possible. LINZ are looking to engage a consultant who shares this approach and demonstrates this in their response through innovation, challenging traditional methodologies and applying a practical lens when developing solutions to achieve the desired outcomes. LINZ has engaged a suitably qualified demolition & asbestos removal contractor (ATL Group) to complete the project. The contractor mobilised to site late 2020 and are currently undertaken the enabling works on site. The project is comprised of three separable portions: SP1 Enabling Works, Services Disconnection & Re-Routing SP2 Asbestos Removal and Demolition of Above Ground Structures SP3 Demolition of Below Ground Structures LINZ require: Pre-Start Services Provide LINZ with SSSP & Health and Safety documentation. Meet with LINZ team and nominated project managers (The Building Intelligence Group) for onboarding and project planning to quickly get up-to-speed on the project. Professional advice for development of abatement solutions and ARCP review with the contractors. Third-Party Verification Services Third-party verification monitoring, site inspections and associated clearance certificates for Class A & B ACM removal. Third-party verification of lead-based paint removal Reporting Requirements Fortnightly Dashboard/Project Status Reports to inform project team meetings. Bulk analysis, air monitoring and clearance certs issued within two business days of inspection/analysis. For detailed scope of works please see Appendix 1.0 Required Completion Date As per contractors updated outline programme Appendix 7.",Awarded,,0,20250410 Land Information New Zealand,24262419,Request for Quotations,Closed Competition,"CWR: Contaminated Land Management and Planning Services for the Former Masterton Hospital, Masterton",,20210503,20210519,20210730,,Sole Agency,No,,"The former Masterton Hospital (the Site), 4 Colombo Road, Masterton, is one of many properties managed by LINZ in the Treaty Settlements Landbank. Land held in the landbank is Crown land which has been declared surplus and it can be used as cultural or commercial redress in Tiriti o Waitangi Settlement claims. LINZ is the Crown agency responsible for managing land held in the Landbank and we work in close connection with our Crown partner, Te Arawhiti the Office for Maori Crown Relations to prepare the sites for sale or transfer to iwi as part of their settlement with the Crown. More information on this process can be found on the LINZ website: https://www.linz.govt.nz/crown-property/types-crown-property/treaty-settlements-landbank-and-protection-mechanism The former Masterton Hospital is a site of significance to local iwi, Rangitane o Wairarapa (RoW) and is currently a deferred selection property in the Ngati Kahungunu ki Wairarapa Tamaki Nui a Rua Agreement in Principle; as such, they currently have the right of first refusal to purchase the site from the Crown as part of commercial redress. The settlement process is currently on hold and the future of the site is not known at this point in time. What LINZ are Seeking We are seeking a suitably qualified environmental practitioner who will undertake the following pieces of work in accordance with RM190141, WAR210200 and all regulatory requirements (district/regional plan rules), New Zealand Industry Guidelines (NESCS, MfE Guidelines, consultant Standard Operating Procedures). At least one member of the delivery team must have a current CEnvP-SC accreditation, it is LINZs strong preference this person is based in New Zealand. LINZ would also favour responses that include a qualified planner with experience (within the Wellington region) on contaminated site management as part of your delivery team to continue any liaison with MDC and GWRC. Note: There is also the option to utilise the Contractor as part of any proposed further investigation works (e.g. for test pitting or for additional soil scraping) depending on your proposed methodology and programming.",Awarded,,0,20250410 Land Information New Zealand,24282102,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 08,2021-25,20210507,20210521,20210608,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 08 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24282166,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 09,2021-24,20210507,20210521,20210622,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 09 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24315354,Request for Quotations,Closed Competition,CWR: MOJ Engineering Services Geotechnical Tauranga,,20210524,20210528,20210623,,Sole Agency,No,,"On 16 December 2019 Justice Minister Andrew Little announced an $100m investment in a new courthouse for Tauranga that will be the model for future courthouse design for New Zealand. A programme of work has been established to support delivery of an innovative courthouse for Tauranga and achieve consistency of approach for any additional courthouse projects across New Zealand that may be included within the Innovative Courthouses approach. Construction of the Project is programmed to be completed by 2025, which imposes very tight timeframes to secure a new site, obtain a designation and relevant consents, and undertake detailed design and construction. Securing land is critical to achieving this overall programme milestone. The outcome of the initial site investigations revealed that there was only one viable site, and as part of the site due diligence we require a detailed desktop geotechnical geotech assessment. Note the site is subject to a business case and Cabinet approval during 2021. We are seeking to engage an engineering services consultancy to deliver services listed below. Detailed desktop geotechnical study of: 27-33 McLean St 24-32 Monmouth St",Awarded,,0,20250410 Land Information New Zealand,24355635,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 07,,20210528,20210611,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 07 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24355656,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 22,,20210528,20210611,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 22 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24406844,Request for Quotations,Closed Competition,DWR: Buildings located at 72 Tuam Street and 225/227 Montreal Street,2021-29,20210614,20210702,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Background The Crown has purchased the land under the Lexus workshop to construct the final piece of the South frame Laneway. Toitu Te Whenua, Land Information (LINZ) is responsible for demolishing the privately owned Lexus workshop, Lexus and ?koda showrooms and clearing the land for the Laneway and the private owners future development. Please refer to the Appendix 1.0 Scope of Works for further information. Intended end state The structures are to be demolished within their footprint and the foundation void to be filled with clean hard fill, levelled, and compacted. Required Completion Date We have based our timeline around site access from the 12 July but will require flexibility within your programme submitted to start later in July or early August. The date of vacant site access is still to be confirmed. Currently we have an understanding that we will have access to the buildings from Monday 12 July but as this is reliant on the private owner getting access to their new leased building, disconnecting all services detailed in the Scope of Works, and vacating within the next month. If site works can start 19 July 2021 the completion date will be 27 August 2021 (or earlier). If site works start after 19 July 2021 the completion date will be no later than Friday 1 October 2021. Scoping information Please refer to Appendix 1.0 Scope of Works.",Awarded,,0,20250410 Land Information New Zealand,24489635,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 1,2021-37,20210702,20210716,20210730,,Sole Agency,No,,"To carry out cadastral Survey work of Scheme Plan 01 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24489739,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 15,2021-38,20210702,20210716,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 15 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24489796,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 3,2021-39,20210702,20210716,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 3 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24490056,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 6,2021-40,20210702,20210716,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 01 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24490064,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 11,2021-41,20210702,20210716,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 11 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on",Awarded,,0,20250410 Land Information New Zealand,24490280,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 17,2021-42,20210702,20210716,20210730,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 17 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24616247,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 23,2021-45,20210730,20210820,20210922,,Sole Agency,No,,"To carry out cadastral Survey work of Scheme Plan 23 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24616640,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 02,2021-46,20210730,20210820,20210922,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 02 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24617275,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 28,2021-47,20210730,20210820,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 28 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24617320,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 12,2021-48,20210730,20210820,20210922,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 12 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24617412,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 20,2021-49,20210730,20210820,20210922,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 20 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24617470,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 18,2021-50,20210730,20210820,20210929,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 18 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24718645,Request for Quotations,Closed Competition,CWR: Former Waikune Prison Oxidation Pond Remediation - Environmental Assessments: Phase 1,2021-34,20210824,20210921,20211119,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Demolition works and environmental investigations associated to the prison site have been completed; however, to the southwest of the prison and on the opposite side of SH4, there is a constructed pond which was historically used by the prison for wastewater treatment. Historic aerial imagery shows the pond was constructed between 1953 and 1958. It was previously understood that the prison site may be used for a housing development; however, the two remaining houses located in proximity to the prison site have had septic systems installed. LINZ has therefore confirmed that the historic treatment pond can be decommissioned. Two investigations have been undertaken on the historic treatment pond: 1. Waikune Prison Historic Wastewater Treatment Pond, Pattle Delamore Partners Ltd (PDP), 2017. Objective is to assess general high-level options for the site. 2. Environmental Site Investigation Former Waikune Prison, 4767 State Highway 4, National Park, Pattle Delamore Partners Ltd, 2019. Objective (in relation to the pond only) is to assess the quality of the water receptors in the vicinity of the wastewater pond to identify whether downstream impacts (if present) are attributable to the pond. The high-level assessment for the decommission of the site provided two options: draining the pond and managing or disposing of the sludge; or reinstating the pond as a wetland and managing access. We consider these options are still in play, however more options may also be available following the works undertaken as part of this CWR.",Awarded,,0,20250410 Land Information New Zealand,24721144,Request for Quotations,Closed Competition,2021-33 CWR - Environmental Services - Land Management - Opotiki Hospital,2021-33,20210824,20210921,20211027,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Former Opotiki Hospital Oxidation Pond Remediation Environmental Assessments: Phase 1 Demolition of the hospital occurred around 2013, prior to LINZs involvement in the management of the property. An Assessment of Remedial Options (ARO) was completed for Ministry of Justices Office of Treaty Settlements (now known as Te Arawhiti). It is LINZs understanding that no detailed site history has been established nor other environmental investigations have been undertaken in association to the hospital or oxidation ponds as part of the hospital demolition. However, in 2020, LINZ undertook an investigation to confirm that a 5,000 litre (L) (diesel) underground storage tank was removed from the Site. As the hospital land is transferring to Whakatohea on settlement, ahead of the ponds decommissioning, LINZ undertook a separate piece of work was as part of the 2020 UST Investigation to identify where an easement should be placed to ensure the oxidation ponds could still be accessed for further investigations and remedial works. This work looked at the best route for access and ensure there was enough area to move around the ponds with equipment and accounted for space to store plant and/or stockpile materials. The former hospital grounds are considered out of scope for future remediation, however, should be included when obtaining the detailed site history as part of the Preliminary Site Investigation.",Awarded,,0,20250410 Land Information New Zealand,24759714,Request for Quotations,Closed Competition,DWR: Raumanga Primary School,2021-55,20210914,20211001,20211119,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Background The property at 13 Whaka Street, Raumanga, Whangarei is part of the closed/vacant schools portfolio that LINZ manages on behalf of Ministry of Education (MoE). This school has been vacant for some time receiving numerous reports of vandalism and unauthorised entry. The property is in a residential area and poses H&S concerns for neighbours and public who access Whaka Street entrance as a thoroughfare to the new school. Due to these H&S concerns, MoE has highlighted the need for demolition of the closed school buildings as soon as possible. Intended end state. Removal of existing built structures (3x buildings + swimming pool) as indicated on the Site Plan. The structures are to be demolished within their footprint, foundations and footings are to be removed and the resulting voids are to be filled with clean fill material. The area of works are to be backfilled to RGL. All services should be capped and the positions GPS surveyed. All hardstand, paths, driveway and He Matariki Teen Parent School (13A Whaka Street) are to remain. Please note: the services are still LIVE to maintain the operational security and fire alarm LINZ will manage the decommissioning prior to the asbestos removal commencing. Required Completion Date All works must be completed no later than 17th December 2021 Scoping information Demolition Scope of Works is referenced as Appendix 01 (Raumanga Primary School - 13 Whaka Street, Raumanaga) and is to be read in conjunction with Appendix 02 (Asbestos & Lead Demolition Survey Report WSP 30/06/21) Due to current Covid-19 outbreak and changing Alert Levels. LINZ will allow participants to attend site for an external walk around of the site without LINZ present, provided their region they are travelling from and the Waikato region are at Alert Level 2 or lower at time of travel. LINZ must be advised 48hours in advance of any planned site visit to allow stakeholder communications.",Awarded,,0,20250410 Land Information New Zealand,24811778,Request for Quotations,Closed Competition,DWR Former Waikune Prison - Stockpile Removal,,20210916,20211011,20211122,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Waikune Prison opened in the 1920s and closed in 1986. Since this time, the prison remained vacant and fell into a derelict condition. In 2017 LINZ engaged contractors to demolish the redundant structures down to ground floor slab and remove underground storage tanks. The site has three remaining small stockpiles of demolition debris which have been identified to be contaminated ACM. The site forms part of LINZ's landbank portfolio of properties and is of Interest to local Iwi groups. The work is intended to be awarded in a singular package with no separable portions Key project risks are the remote location, hazardous materials, unlawful occupation, antisocial behavior, theft and vandalism. Further information is contained in the DWR.",Awarded,,0,20250410 Land Information New Zealand,24887155,Request for Quotations,Closed Competition,CWR: Asbestos Demolition Surveys - Bay of Plenty Area,2021-58,20211004,20211018,20211119,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires a Site-Specific Asbestos Management Plan/s, including lead-based paint (LBP) identification for the properties in Appendix 1 Property list. LINZ will only accept proposals that have two team members attending site due the remoteness of our properties, at least one of them is to hold a current first aid certificate.",Awarded,,0,20250410 Land Information New Zealand,24908655,Request for Quotations,Closed Competition,CWR: Asbestos Demolition Surveys - Bay of Plenty Area,2021-59,20211006,20211026,20211119,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","Project Description: LINZ requires an Asbestos Demolition Survey Report, including lead-based paint (LBP) identification and levels, and Third-Party Verification services, for the properties listed in Appendix 1 Property list. LINZ will only accept proposals that have two team members attending site due the remoteness of our properties, at least one of them is to hold a current first aid certificate.",Awarded,,0,20250410 Land Information New Zealand,24940062,Request for Quotations,Closed Competition,RFQ2021-57 Security Operations Centre Project,RFQ2021-57,20211011,20211022,20211216,,Sole Agency,No,,This is a closed secondary procurement process under the TaaS panel contract and the Marketplace seeking suitable qualified providers who can demonstrate adequate capability and capacity to meet our requirements for a Security Operations Management solution.,Awarded,,0,20250410 Land Information New Zealand,24979224,Request for Proposals,Closed Competition,Provision of Cleaning Services for Toitu Te Whenua Offices,RFP2020-24,20211018,20211126,20220331,,Sole Agency,No,,"Toitu Te Whenuas stated organisational purpose is: understanding, developing and caring for whenua, moana and arawai. In the context of this procurement activity Toitu Te Whenuas purpose is extended to include whanau as it is the whanau that do the activity: caring. With caring being an important aspect of our purpose, the outcomes sought via this procurement activity should demonstrate that Toitu Te Whenua cares about the individual cleaners (wellbeing and development) that carry out the day-to-day work, that we care about using this opportunity to develop suppliers, that we care about smaller regionally focused businesses or Maori and Pasifika businesses and that we care about the environmental impact of these services being delivered to us.",Awarded,"Fresh Desk was awarded the contract for the Wellington office, Baker Property Services was awarded the contract for the Hamilton office",0,20250410 Land Information New Zealand,24994422,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 13,2021-62,20211026,20211111,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 13 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24994425,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 19,2021-63,20211026,20211111,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 19 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24994429,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 21,2021-64,20211026,20211111,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 21 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24994442,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 24,2021-65,20211026,20211111,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 24 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24994451,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 27,2021-65,20211026,20211111,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 27 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,24994454,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 29,2021-67,20211026,20211111,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","To carry out cadastral Survey work of Scheme Plan 29 (the Services) as allocated by LINZ. The Services will be carried out in accordance with the Surveyor Generals Survey Prescription for the Otakaro Avon River Corridor Reconfiguration Project as set out in this document. The Survey Prescription may be subject to change, any changes will be communicated to the Respondents, if it has already been awarded, any changes that result in additional cost or time will constitute a variation to the successful Respondents agreed Statement of Work. It is anticipated that Consultants will complete the Services (including plan approval) for each Survey within three months of the allocation of the Survey to the successful Respondent. Due to the tight timeframe for delivery of the cadastral Surveys and the number of Surveys that need to be undertaken within the Otakaro Avon River Corridor Reconfiguration Project, there is an expectation that the Panel of Suppliers will need to cooperate and coordinate closely. In particular, the placement and sharing of Survey marks is expected, as well as coordination on the lodgement of plans, so that the completion of work aligns with the overall project programme.",Awarded,,0,20250410 Land Information New Zealand,25081015,Request for Proposals,Open Competition,New Zealand Building Outlines Capture - Request for Proposal,2021-36,20211111,20211207,20220215,,Sole Agency,No,,"Toitu Te Whenua Land Information New Zealand require a supplier to capture 2D building outline polygons from a selection of aerial imagery datasets. This data will be used to update the national building outlines dataset by capturing new and previously uncaptured buildings. We have a fixed budget envelope of $150,000 NZD (exclusive of GST) for services up to 30 June 2022. Key dates of this procurement process (times in NZDT): RFP Release - Thursday 11 November 2021, 1pm Deadline for Questions from suppliers - Wednesday 1 December 2021, 5pm Deadline for Proposals - Tuesday 7 December 2021, 5pm Notify shortlisted Respondents for presentations - week beginning 13 December 2021 Shortlisted Respondent presentations - week beginning 10 January 2022 Anticipated contract start - Late January 2022 All questions regarding the requirements must be submitted via GETS. Questions relating to the process, please contact: procurementteam@linz.govt.nz",Awarded,,150000,20250410 Land Information New Zealand,25104235,Request for Quotations,Closed Competition,CWR: Eastern North Island North Island 2021 Site-specific Asbestos Management Survey and Plans,2021-72,20211117,20211207,20211220,,Sole Agency,No,"Private Bag 4721, Christchurch 8140","LINZ requires a Site-Specific Asbestos Management Plan/s, including lead-based paint (LBP) identification for the properties in Appendix 1 Property list. LINZ will only accept proposals that have two team members attending sites due to the remoteness of our properties, and at least one team member is to hold a current first aid certificate For more detail please see the attached.",Awarded,,0,20250410 Land Information New Zealand,25121665,Request for Quotations,Closed Competition,DWR: 5x Bay of Plenty Properties (and beyond),2021-74,20211119,20211213,20211220,,Sole Agency,No,,"This package consists of the clearance and demolition of five residential (Ministry of Education owned) properties, the three Kawerau properties will be transferring to iwi in early 2022 and the sites need to be cleared and hydroseeded by Monday 28 February 2022. All five properties have been vacant for many years, they are boarded up and have signs of unauthorised access. They are located in populated streets so clear communication by the successful Contractor and consideration demonstrated within their methodology for the neighbours will be important. The Colliers Property Manager is in the process of organising for the power to be disconnected and confirmation will be sent to Respondents as a Notice to Tenderers (NTT). The asbestos surveys have been completed and the reports are due end of November 2021 and will also be available as a NTT via GETS.",Awarded,,0,20250410 Land Information New Zealand,25197919,Request for Tenders,Open Competition,"Fencing of Godley Peaks, Canterbury, for Tenure Review",,20211202,20220209,20220301,,Sole Agency,No,"Landward Management Limited, Level 1, Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of Godley Peaks Station, which is located approximately 16km north of Lake Tekapo. Attached are the following documents which form part of this Invitation To Tender: Tender Cover Letter Fencing Fencing Tender Documentation Conditions of Tender Boundary Marking and Preimplementation Report Godley Peaks Designations Plan - Sheet 1 and Sheet 2 Mackenzie District Council Resource Consent for fencing (RM210107) All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,,0,20250410 Land Information New Zealand,25198133,Request for Tenders,Open Competition,"Surveying of Godley Peaks, Canterbury for Tenure Review",,20211202,20220323,20220610,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Godley Peaks Station, located approximately 16km north of Lake Tekapo township. This survey is part of Tenure Review Implementation. Attached are the following documents which form part of this Invitation to Tender: Survey Tender Cover Letter Survey Tender Documentation Conditions of Tender Boundary Marking and Preimplementation Report (11MB) Godley Peaks Designations Plans - Sheet 1 and Sheet 2 Qualifying Waterbody Report Godley Peaks Substantive Proposal (38MB) Please note that the Survey Prescription is not currently available. Therefore, this tender shall remain open until the Survey Prescription has been distributed (via an Addendum on GETS). The closing date shall be approximately 2-3 weeks following distribution of the Survey Prescription. The closing date shall also be advised by Addendum on GETS, and will differ from that posted with this RFT. All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,Survey Prescription not received prior to closing date so the survey has been re-tendered under a different reference.,0,20250410 Land Information New Zealand,25198349,Request for Tenders,Open Competition,"Fencing and Cattle Stop Installation on The Grampians, Canterbury, for Tenure Review",,20211202,20220209,20220301,,Sole Agency,No,"Landward Management Limited, Level 1, Guthrie House, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invites fencing contractors to tender for the fencing of The Grampians Station, which is located approximately 32km south of Lake Tekapo township. Also involved will be the installation of cattle stops on the Hakataramea Pass Road. Attached are the following documents which form part of this Invitation To Tender: Fencing Tender Documentation Tender Cover Letter Fencing Conditions of Tender Boundary Marking and Preimplementation Report The Grampians Designations Sheet 1 The Grampians Designations Sheet 2 Mackenzie District Council Resource Consent for fencing (RM210112) Waimate District Council Cattle Stop Specifications/Conditions All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,,0,20250410 Land Information New Zealand,25198483,Request for Tenders,Open Competition,"Surveying of The Grampians, Canterbury for Tenure Review",,20211202,20220323,20220610,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of The Grampians Station, located approximately 32km south of Lake Tekapo township. This survey is part of Tenure Review Implementation. Attached are the following documents which form part of this Invitation to Tender: Survey Tender Cover Letter Survey Tender Documentation Conditions of Tender Boundary Marking and Preimplementation Report (13MB) Qualifying Waterbody Report and QWB Plan The Grampians Substantive Proposal The Grampians - Designations Sheets 1 and 2 Please note that the Survey Prescription is not currently available. Therefore, this tender shall remain open until the Survey Prescription has been distributed (via an Addendum on GETS). The closing date shall be approximately 2-3 weeks following distribution of the Survey Prescription. The closing date shall also be advised by Addendum on GETS and will differ from that posted with this RFT. All contractors shall ensure that they supply all the information requested in the documentation.",Not Awarded,Survey Prescription not received prior to closing date to survey will need to be re-tendered.,0,20250410 Land Information New Zealand,25306387,Request for Quotations,Closed Competition,CWR: Tauranga Courthouse Development Asbestos Surveys,2022-2,20220215,20220308,20220714,,All of Government,No,"112 Tuam Street, CBD, Christchurch","LINZ requires an Asbestos Demolition Survey Report, including lead-based paint (LBP) identification and levels, and Third-Party Verification services, for the properties listed in Appendix 1 Property list. The existing structures are to be demolished and the site cleared for the construction of the Tauranga Moana Innovative Courts Complex. The site for the new Courthouse development is located at 27-33 McLean Street and 24-32 Monmouth Street and spans an area of approximately 6,380 m?. The current site is occupied by the Aspen Rest Home at the corner of Willow Street and McLean Street (27 Mclean Street) and 4 sections to the north and west of the Site. There are 4 residential properties and one vacant lot on these 4 sections.",Awarded,"Confirmed with Sarah Thompson recommendation memo signed 30/06/2022 noted that unsuccessful respondants would be contract via letter, contract started 14/07/2022",0,20250410 Land Information New Zealand,25344277,Request for Proposals,Closed Competition,Provision of Cleaning Services for Toitu Te Whenua Christchurch Offices,RFP2022-01,20220127,20220224,20220331,,Sole Agency,No,,"Toitu Te Whenuas stated organisational purpose is: understanding, developing and caring for whenua, moana and arawai. In the context of this procurement activity Toitu Te Whenuas purpose is extended to include whanau as it is the whanau that do the activity: caring. With caring being an important aspect of our purpose, the outcomes sought via this procurement activity should demonstrate that Toitu Te Whenua cares about the individual cleaners (wellbeing and development) that carry out the day-to-day work, that we care about using this opportunity to develop suppliers, that we care about smaller regionally focused businesses or Maori and Pasifika businesses and that we care about the environmental impact of these services being delivered to us.",Awarded,MMS Group was awarded the contract at the end of March after the evaluation process was completed.,0,20250410 Land Information New Zealand,25369770,Request for Quotations,Closed Competition,CWR - Land Surveying Services Panel - Scheme Plan 14,2022-6,20220218,20220304,20220321,,Sole Agency,No,"Private Bag 4721, Christchurch 8140",The services in-scope of this RFP relate specifically to the cadastral Surveying requirements to reconfigure Annex 1.,Awarded,,0,20250410 Land Information New Zealand,25369775,Request for Quotations,Closed Competition,CWR - Land Surveying Services Panel - Scheme Plan 26,2022-7,20220218,20220304,20220321,,Sole Agency,No,"Private Bag 4721, Christchurch 8140",The services in-scope of this RFP relate specifically to the cadastral Surveying requirements to reconfigure Annex 1.,Awarded,,0,20250410 Land Information New Zealand,25423413,Request for Quotations,Closed Competition,"DWR: 175-181 East Street, Greytown",2022-10,20220216,20220223,20220321,,Sole Agency,No,,"Urgent demolition of 175-181 East Street, Greytown. The house has recently been vacated and we have concerns occupiers may return to the property, so we need the demolition to start asap. Due to recent unauthorised property access, there will be NO site visit, this is a desktop pricing tender.",Awarded,,0,20250410 Land Information New Zealand,25603986,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 5,2022-11,20220429,20220513,20220607,,Sole Agency,No,,"Project Description To carry out cadastral Survey work of Scheme Plan 5 (the Services) as allocated by LINZ.",Awarded,"Confirmed with Sarah Thompson, contract signed - 07/06/2022",0,20250410 Land Information New Zealand,25603991,Request for Quotations,Closed Competition,CWR: Land Surveying Services Scheme Plan 16,2022-12,20220429,20220513,20220607,,Sole Agency,No,,"Project Description To carry out cadastral Survey work of Scheme Plan 16 (the Services) as allocated by LINZ.",Awarded,"Confirmed with Sarah Thompson, contract signed 07/06/2022.",0,20250410 Land Information New Zealand,25822516,Request for Quotations,Closed Competition,"Demolition - 38a Main Road, Mt Pleasant",,20220519,20220609,20220711,,Sole Agency,No,,,Awarded,,0,20250410 Land Information New Zealand,25844754,Request for Tenders,Open Competition,"Surveying of Godley Peaks, Canterbury for Tenure Review",,20220523,20220704,20220801,,Sole Agency,No,"Landward Management Ltd, 1st Floor, Guthrie Building, 426 Moray Place, Dunedin","Landward Management Limited on behalf of Land Information New Zealand invite registered surveyors to tender for the surveying of Godley Peaks Station, located approximately 16km north of Lake Tekapo township. This survey is part of Tenure Review Implementation. Attached are the following documents which form part of this Invitation to Tender: Survey Tender Cover Letter Survey Tender Documentation Conditions of Tender Boundary Marking and Preimplementation Report (11MB) Qualifying Waterbody Report Godley Peaks Designations Plans Sheet 1 and 2 Godley Peaks Substantive Proposal (38MB) Godley Peaks Survey Prescription Godley Peaks Road Assessment (and Maps Plans 1.1. 2.1 and 3.1) All contractors shall ensure that they supply all the information requested in the documentation.",Awarded,Tender Awared to TL Survey Services Dunedin,165100,20250410 Land Information New Zealand,25855154,Request for Quotations,Closed Competition,Tokanui Hospital - Built structures,2022-15,20220805,20220826,20220930,,Sole Agency,No,,As per the CWR.,Awarded,,500000,20250410 Land Information New Zealand,25984176,Request for Quotations,Closed Competition,Regional Housing Improvement Programme (RHIP) Asbestos Refurbishment Surveys #01 (10 properties),,20220701,20220715,20220729,,Sole Agency,No,,"LINZ requires an Asbestos Refurbishment Survey Report, including lead-based paint (LBP) identification and levels, for 10 properties. The properties are in the Landbank residential portfolio, most of the properties are occupied and LINZ will assist with contacting the tenants to inform them of the survey requirements and timelines.",Awarded,,19505,20250410 Land Information New Zealand,25985784,Request for Quotations,Closed Competition,Regional Housing Improvement Programme (RHIP) Asbestos Refurbishment Surveys #02 (12 properties),,20220701,20220715,20220729,,Sole Agency,No,,"LINZ requires an Asbestos Refurbishment Survey Report, including lead-based paint (LBP) identification and levels, for 12 properties. The properties are in the Landbank residential portfolio, most of the properties are occupied and LINZ will assist with contacting the tenants to inform them of the survey requirements and timelines. 1 Northland 1/274 Kamo Road (main whare), Kamo, Whangarei 2 Northland 2/274 Kamo Road (small unit at the rear), Kamo, Whangarei 3 Northland 270A Kamo Road, Kamo, Whangarei 4 Waikato 12 Osborne Avenue Morrinsville, Matamata-Piako, 3300 5 Waikato 8046 State Highway 26, Hikutaia 6 Bay of Plenty 114 State Highway Paengaroa, Western Bay Of Plenty, 3189 7 Bay of Plenty 75 Te Tumu Road Paengaroa, Western Bay Of Plenty, 3189 8 Manawatu-Whanganui 21 Ruapehu Street, Atiamuri 9 Hawkes Bay 1631 Nuhaka Opoutama Road, Opoutama 10 Gisborne 7 Biggs Street (Cnr Atkins Street), Patutahi 11 Tasman 306 High Street Motueka, Tasman, 7120 12 Marlborough 2364 Northbank Road, Pine Valley, Marlborough",Awarded,,29727,20250410 Land Information New Zealand,26075638,Request for Quotations,Closed Competition,DWR - Cumber Road - Asbestos Roofs Removal and Replacement,,20220725,20220815,20221221,,Sole Agency,No,,"Toitu Te Whenua Land Information New Zealand have two asbestos roofs at this tenanted site that require removal and replacement, they are both commercial office buildings, occupied and the services are LIVE. The roof on building 008 (see DWR documents for site plan) is leaking and causing damage to the structure and needs attention first. Please refer to Appendix 1 for further condition details. There has been some asbestos remediation works at this site, the updated site-specific asbestos management plan and clearance certificates (Appendices 2-4) have been attached for your information. No site visit is being undertaken for this procurement.",Awarded,,0,20250410 Land Information New Zealand,26253906,Request for Quotations,Closed Competition,"Demolition Works of 14 Coutts Road, Gore MOE units",DWR-2022-19,20220831,20220921,20221017,,Sole Agency,No,,"Project Background These are dated MOE adjoined units located on the edge of an operation school, the units had a condition assessment completed and due to the age and poor condition of the units, MOE have selected to demolish the structure.",Awarded,,38423,20250410 Land Information New Zealand,26465422,Request for Quotations,Closed Competition,Hodder House (MOE) Demolition,DWR-2021-81,20221012,20221102,20221118,,Sole Agency,No,,"Project Background This property is owned by Ministry of Education (MOE)and forms part of the Helen Lowry Hall of Residence complex; historically used as Student Accommodation for University Students. Hodder House is situated at 321 Karori Road, Wellington and has been vacant for some time due to the amount of Health and Safety concerns it poses. Some of the major issues observed have been exacerbated by unconsented works to create the basement rooms, particularly at the retaining walls. Concerns of black mould is evident including rot damaging the internal and external framing in the lower basement of the property. MOE have deemed Hodder House beyond its economic life, now highlighting the need for urgent demolition. Toitu Te Whenua (LINZ) and MOE have an agreement for LINZ to undertake demolitions of properties owned by MOE because of LINZs extensive experience during the earthquakes and existing contracts with demolition contractors experienced in this type of work. Key Stakeholders outside of LINZ will also include Ministry of Education Helen Lowry Hall of Residence Private Neighbors within close proximity to the property",Not Awarded,,0,20250410 Land Information New Zealand,26470870,Request for Proposals,Closed Competition,Call for Request for Proposal: Facilities Maintenance Services,2022-20,20221013,20221115,20230629,,Sole Agency,No,,"Call for Request for Proposal: Facilities Maintenance Services Toitu Te Whenua Land Information New Zealand (LINZ) is seeking Proposals from short-listed suppliers to become our core provider of Facilities Maintenance Services (FMS) for the approximately 8,000 properties we manage. The services required include the full range of: Reactive Services (e.g., urgent works, ad hoc works, and site visits) Planned Services (e.g., planned building improvements) Scheduled Services (e.g., regular grounds maintenance and security patrols) We are seeking a supplier that can provide coverage across the entire geographic area of New Zealand including the Chatham Islands. This RFP is the second step in a multi-step procurement process and is being released to suppliers shortlisted from the Registration of Interest (ROI) process. The appropriate response documents are included as attachments. Key dates (please note that these are subject to change): RFP released: 13 October 2022 Closing Date for Clarification Questions: 8 November 2022 @ 2PM Deadline for Proposals: 15 November 2022 @ 12PM Presentations (if required): 7 December 2022 Questions specific to this procurement will be managed via the Government Electronic Tenders Service (GETS). LINZ is the Governments lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",Awarded,"Toitu Te Whenua advises that we have successfully contracted with Downer New Zealand to provide facilities maintenance services across the LINZ property portfolio. LINZ is the Government's lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",0,20250410 Land Information New Zealand,26471177,Request for Proposals,Closed Competition,Call for Request for Proposal: Property Asset Management Software,2022-18,20221013,20221115,20230516,,Sole Agency,No,,"Toitu Te Whenua Land Information New Zealand (LINZ) is seeking Proposals from short-listed suppliers for the provision of Property Asset Management Software (PAMS) to become our core property information source for the properties we manage. We are seeking: an industry proven Software as a Service (SaaS) offering based on a well architected platform and application utilising modern Application Programming Interface (API) based data exchange capabilities. a professional services and support supplier to migrate, configure, and support the PAMS solution. This RFP is the second step in a multi-step procurement process and is being released to suppliers shortlisted from the Registration of Interest (ROI) process. The appropriate response documents are included as attachments. Key dates (please note that these are subject to change): RFP released: 13 October 2022 Closing Date for Clarification Questions: 8 November 2022 @ 2PM Deadline for Proposals: 15 November 2022 @ 12PM Product demonstrations (via MS-Teams): 2 December 2022 (time TBC) Questions specific to this procurement will be managed via the Government Electronic Tenders Service (GETS). LINZ is the Governments lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",Awarded,"Toitu Te Whenua advises that we have successfully contracted with SPM Assets for the provision of a software as a service property asset management solution. LINZ is the Government's lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",0,20250410 Land Information New Zealand,26471282,Request for Proposals,Closed Competition,Call for Request for Proposal: Residential Tenancy Services,2022-19,20221013,20221115,20230601,,Sole Agency,No,,"Call for Request for Proposal: Residential Tenancy Services Toitu Te Whenua Land Information New Zealand (LINZ) is seeking Proposals from short-listed suppliers to become our core provider of Residential Tenancy Services for the approximately 840 properties we manage on our behalf or the government agencies we support. We are seeking: a supplier that can provide coverage across the entire geographic area of New Zealand including the Chatham Islands. professional services to advise, manage the transition to, and provide ongoing tenancy support of Toitu Te Whenua managed residential properties for a contract term of up to 10 years. This RFP is the second step in a multi-step procurement process and is being released to suppliers shortlisted from the Registration of Interest (ROI) process. The appropriate response documents are included as addenda. Key dates (please note that these are subject to change): RFP released: 13 October 2022 Closing Date for Clarification Questions: 8 November 2022 @ 2PM Deadline for Proposals: 15 November 2022 @ 12PM Presentations (if required): 7 December 2022 Questions specific to this procurement will be managed via the Government Electronic Tenders Service (GETS). LINZ is the Governments lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",Awarded,"Toitu Te Whenua advises that we have successfully contracted with Colliers New Zealand to provide tenancy services across the LINZ Residential Tenancy property portfolio. LINZ is the Government's lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",0,20250410 Land Information New Zealand,26531357,Request for Proposals,Closed Competition,2022-21 RFP for Australian and New Zealand 3D Cadastral Survey Data Model (3D CSDM) and Exchange,,20221025,20221111,20230324,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to engage a Respondent to: (i) develop a reference implementation specification using the outputs from the predecessor project (the 3D CSDM conceptual and logical data model) with JSON-LD encoding rules for the exchange of 2D cadastral survey data according to the model and jurisdictional profiling (ii) produce shareable source code to parse / serialise data in JSON-LD according to the data model and; (iii) provide a recommended approach that will enable Australia and New Zealand to realise full digital exchange of all cadastral information, including recommended extensions to JSON-LD to handle 3D objects, in a consistent and software-independent way. To be successful, Respondent must demonstrate: strong skills and experience in data modelling; experience in developing specifications, encoding rules and implementation patterns in JSON-LD; strong experience in developing software that performs parsing and serialising of data in JSON-LD; and working with jurisdiction subject matter experts. Data model refinement through testing is also important. Key dates (please note that these are subject to change): RFP released: 25 October 2022 Closing Date for Clarification Questions: 3 November 2022 @ 12PM NZDT Deadline for Proposals: 11 November 2022 @ 12PM NZDT Presentations: 5 December 2022 Questions specific to this procurement will be managed via the Government Electronic Tenders Service (GETS). LINZ is the Governments lead agency for location and property information, Crown land and managing overseas investment. Land, sea, and waterways are taonga that connect us all. Our expertise and information help develop and protect these environments for the benefit of all New Zealanders, our visitors, and future generations.",Awarded,Surround were awarded the contract in early 2023 after a closed procurement process,0,20250410 Land Information New Zealand,26531386,Request for Quotations,Closed Competition,Works of Central Plateau area - asbestos and waste removal,DWR-2022-22,20221026,20221121,20221130,,Sole Agency,No,,"This tender has three properties in it that require various asbestos removal, waste removal and re-cladding / replacement make good works. Former school at 10 Mangaeturoa South Road, Raetihi. Three houses at the former Waikune Prison - Manu Ave, 4767 State Highway 4, National Park. Sawmill site - Findlay Street, National Park. Project to commence early 2023 and completed by Thursday 6 April 2023.",Not Awarded,,0,20250410 Land Information New Zealand,26569886,Request for Quotations,Closed Competition,Demolition Works of three Landbank schools,2022-24,20221107,20221201,20230512,,Sole Agency,No,,"Project Background The schools are in the Landbank. Due to the condition of the buildings demolition has been recommended to clear the sites of hazards in preparation for the transfer to iwi. The three schools have been packaged together because they are located approximately half an hour from each other: PF1682, 667 Mangahei Road, Te Uri PF0912, 18 Gaisford Road, Maharahara PF1428, 8 Mangamutu School Road, Mangamutu The schools have been closed for 10 plus years and the buildings have not been occupied. They have been vandalised, and open to pests and the weather.",Awarded,,0,20250410 Land Information New Zealand,26590490,Request for Quotations,Closed Competition,DWR for the Demolition of Hinepare Hostel and the Tuakana Annex,,20221107,20221209,20230301,,Sole Agency,No,,As per DWR 2022-25 - Demolition of Hinepare Hostel and Tuakana Annex,Awarded,,3443000,20250410 Land Information New Zealand,26678386,Request for Quotations,Closed Competition,CWR for Tokanui Infrastructure Assessment Report,,20221126,20230127,20230317,,Sole Agency,No,,"Infrastructure Assessment Project Name: Former Tokanui Psychiatric Hospital Demolition and Remediation Horizontal Infrastructure Assessment & Reporting",Awarded,,396000,20250410 Land Information New Zealand,26720662,Request for Quotations,Closed Competition,"CWR - Contaminated Site Investigations - Railway Land, Horopito",,20221207,20230210,20230405,,Sole Agency,No,,,Awarded,,83652,20250410 Land Information New Zealand,26792387,Request for Quotations,Closed Competition,Environmental Monitoring Built Structures for Hinepare Hostel and Tuakana Annex,2023-1,20230118,20230206,20230323,,Sole Agency,No,,"Hinepare Hostel & Tuakana Annex Demolition Environmental Monitoring Built Structures Scope of work required: Pre-Start Services Provide LINZ with SSSP & Health and Safety documentation. o LINZ to review and approve prior to commencing onsite. Meet with LINZ team and nominated project managers for onboarding and project planning. Attend and contribute to Stakeholder roadshow or community liaison group as proposed by the contractors. Professional advice for development of abatement solutions and ARCP review with the contractors. Third-Party Verification & Monitoring On site liaison with contractors & Project Managers. Verification monitoring, site inspections and associated clearance certificates for Class A & B asbestos removal. Verification of lead-based paint removal. Installation of Noise, Dust and Vibration monitoring equipment. Reporting Deliverables Fortnightly Dashboard/Project Status Reports to inform project team meetings as required by Project Managers. Timely provision of bulk analysis, air monitoring and clearance certificates. Baseline report for Operational Environmental.",Awarded,,137000,20250410 Land Information New Zealand,26965297,Request for Tenders,Open Competition,Surveying of The Grampians Statrion Canterbury for Tenure Review,,20230217,20230320,20230303,,On behalf of procurement agent,No,,The tender is for the completion of all survey service and title issue for The Grampians Station Tenure Review. The Grampians is situated between Tekapo Township and Kurow on the Hakataramea Pass Road,Awarded,Tender awarded to C Hughes & Associates Limited of Cromwell,171050,20250410 Land Information New Zealand,26973856,Request for Proposals,Open Competition,Geodetic Survey Services Panel for the Geodetic Control Programme,2023-02,20230220,20230328,20230626,,Sole Agency,No,,"Toitu Te Whenua Land Information New Zealand (LINZ) ensures Aotearoa New Zealand has accurate information about where people and places are, people have confidence in their property rights and Crown property is well managed for future generations. Our responsibilities include managing land titles, geodetic and cadastral survey systems, topographic information, hydrographic information, managing Crown property and supporting government decision making around foreign ownership. LINZ provides an accurate geodetic system that supports property rights and enables the integration of diverse geospatial datasets. The geodetic system is supported through its network of survey marks, many of these marks have protection measures such as beacons, marker posts and covers. Survey marks and the geodetic system are important for considering the effects of environmental change. Survey marks also play an important role in event (Earthquake, and Flooding) preparation, response, and recovery. LINZ maintains the system and the physical marks and considers changes in positioning technology for, and the adaptions or innovations need to support change. LINZ requires geodetic surveys to be undertaken on its behalf to maintain enable accurate positioning and spatial data management in Aotearoa New Zealand. LINZ wishes to establish a panel of suppliers for geodetic control services under an annual programme of work. The work supports the geodetic control system across Aotearoa New Zealand ensuring the integrity of existing geodetic marks, by maintaining, monitoring, upgrading, and establishing new marks where necessary. Suppliers will be requested to undertake measurements, analysis, and reporting in line with LINZs prescribed formats, this includes construction, repair and maintenance of survey marks and their associated protection measures if required.",Awarded,Calibre have been contracted as Egis NZ Limited.,0,20250410 Land Information New Zealand,27018802,Request for Quotations,Closed Competition,"Warehouse Demolition - 5 Katarina Street, Taumarunui",,20230323,20230424,20230609,,Sole Agency,No,,"This corner property is in the Landbank, it has two operating businesses on the Hakiaha Street entrance - a coffee cart and a bike shop. The building to be demolished is made up of two warehouses, a workshop and six smaller rooms.",Awarded,,0,20250410 Land Information New Zealand,27137787,Request for Quotations,Closed Competition,DWR 2023-5: 7 Romeo Street - Demolition,,20230328,20230426,20231027,,Sole Agency,No,,"The former nurses accommodation building located at 7 Romeo Street, Stratford is a two-story timber clad structure on concrete ring and pile foundations with a partial basement and tunnels. The building is heavily dilapidated and has been subject to multiple break-ins and vandalism and is required to be demolished. The building appears to have been constructed in the 1960s and formed part of a wider hospital complex which has been demolished previously. A redundant swimming pool and boiler house are situated on the site and are to be included in the demolition scope. The site forms part of the treaty settlements landbank portfolio and is of interest for local iwi as a potential site to be utilised as urban housing development. The surrounding environment is primarily residential. The project is divided into three project milestones, these are briefly described as follows: 1. Enabling & Soft Strip works 2. Super structure demolition works 3. Sub structure demolition backfill and site levelling works Intended End State - The vacant built structure is to be removed and the site is to be finished in a clear, tidy, and safe condition. - All footings foundations are to be removed and the structural footprint is to be backfilled with imported clean fill materials and trimmed 200mm below relative ground level. The compacted cleanfill will then require 200mm of topsoil and hydroseed applied. - All inground service are to be capped at the site boundaries and their positions are to be surveyed and plotted on a site plan. Asbestos and Lead Based Scoping Information An Asbestos and Lead Demolition Survey was conducted on the site in April 2022. The survey provided allows for the identification of the ACM and LBP. Your proposal should make allowance for all identified / assumed ACM and LBP across the site.",Awarded,,0,20250410 Land Information New Zealand,27137941,Request for Quotations,Closed Competition,"CWR 2023-6: 7 Romeo Street, Environmental Monitoring - Built Structures",,20230329,20230427,20231010,,Sole Agency,No,,"Project Description: The former nurses accommodation building located at 7 Romeo Street, Stratford is a two-storey timber clad structure on concrete ring and pile foundations with a partial basement and tunnels. The building is heavily dilapidated and has been subject to multiple break-ins and vandalism and is required to be demolished. The building appears to have been constructed in the 1960s and formed part of a wider hospital complex which has been demolished previously. A redundant swimming pool and boiler house are situated on the site and are to be included in the demolition scope. The site forms part of the treaty settlements landbank portfolio and is of interest for local iwi as a potential site to be utilised as urban housing development. The surrounding environment is primarily residential. The project is divided into three project milestones, these are briefly described as follows: 1. Enabling & Soft Strip works 2. Super structure demolition works 3. Sub structure demolition backfill and site levelling works Intended End State The vacant built structure is to be removed and the site is to be finished in a clear, tidy, and safe condition. All footings foundations are to be removed and the structural footprint is to be backfilled with imported clean fill materials and trimmed 200mm below relative ground level. The compacted cleanfill will then require 200mm of topsoil and hydroseed applied. All inground service are to be capped at the site boundaries and their positions are to be surveyed and plotted on a site plan. Scope of work required: Pre-Start Services Provide LINZ with SSSP & Health and Safety documentation. o LINZ to review and approve prior to commencing onsite. Meet with LINZ team and nominated project managers for onboarding and project planning. Professional advice for development of abatement solutions and ARCP review with the contractors. Third-Party Verification & Monitoring On site liaison with contractors & Project Managers. Verification monitoring, site inspections and associated clearance certificates for Class A & B asbestos removal. Verification of lead-based paint removal. Reporting Deliverables Fortnightly Dashboard/Project Status Reports to inform project team meetings as required by Project Managers. Timely provision of bulk analysis, air monitoring and clearance certificates.",Awarded,,120000,20250410 Land Information New Zealand,27161619,Request for Quotations,Closed Competition,2023 Non-Residential SSAMP Package_Auckland and Waikato,2023-10,20230329,20230428,20230510,,Sole Agency,No,,"LINZ requires a Site-Specific Asbestos Management Plan/s, including lead-based paint (LBP) identification for the properties in Appendix 1 of the CWR",Not Awarded,,0,20250410 Land Information New Zealand,27161643,Request for Quotations,Closed Competition,2023 Non-Residential SSAMP Package_Taranaki,2023-8,20230329,20230428,20230510,,Sole Agency,No,,"LINZ requires a Site-Specific Asbestos Management Plan/s, including lead-based paint (LBP) identification for the properties in Appendix 1 of the CWR.",Awarded,,0,20250410 Land Information New Zealand,27161661,Request for Quotations,Closed Competition,2023 Non-Residential SSAMP Package_Wellington and Manawatu,2023-7,20230329,20230428,20230525,,Sole Agency,No,,"LINZ requires a Site-Specific Asbestos Management Plan/s, including lead-based paint (LBP) identification for the properties in Appendix 1 of the CWR",Not Awarded,,0,20250410 Land Information New Zealand,27161700,Request for Quotations,Closed Competition,2023 Non-Residential SSAMP Package_Gisborne and Hawkes Bay,2023-9,20230329,20230428,20230504,,Sole Agency,No,,"LINZ requires a Site-Specific Asbestos Management Plan/s, including lead-based paint (LBP) identification for the properties in Appendix 1 of the CWR.",Awarded,,0,20250410 Land Information New Zealand,27318208,Request for Tenders,Open Competition,Surveying of Hukarere Station Otago for Tenure Review,,20230501,20230602,20230622,,On behalf of procurement agent,No,,This tender is for the completion of all survey services and title issue for the Hukarere Station Tenure Review. Hukarere is situated on Hukarere Station road approximately 45knm north-east of Gore.,Awarded,Tender awarded to Bonisch Consultants Limited of Invercargill,148600,20250410 Land Information New Zealand,27439677,Request for Quotations,Closed Competition,CWR 2023-11: Hail ID Project,,20230524,20230608,20230616,,Sole Agency,No,,"The purpose of the HAIL ID Project is to enable LINZ to move towards the implementation of a proactive management state through the creation of a national view of land within the LINZ estate that is currently on regional council HAIL registers and the adoption of a consistent approach/strategy to investigating and managing sites in our estate. Additionally, this project will allow LINZ to prioritise investigations on our highest risk sites, better inform any additional resourcing and funding requirements to ensure we are a compliant and responsible landowner; and, of course, prepare us in advance for potential requirements in the NBE Bill when this repeals and replaces the Resource Management Act (RMA) 1991. There are various mechanisms through which the LINZ estate can become privately owned, one key deliverable for the HAIL ID project is to enable the provision of accurate disclosure information to potential future landowners, and a priority workstream in this space will be land held for the Treaty Settlements Landbank portfolio. We are seeking a suitably qualified environmental practitioner(s) and analyst(s) who will undertake the following pieces of work. At least one member of the delivery team must have a current CEnvP-SC accreditation. At least one member of the delivery team must have strong experience and/or knowledge with the FME platform and tools and ESRI suite. It is LINZs strong preference these persons are based in New Zealand. Presentations to be held following the closure of this tender on 09 June 2023. Attachments: Information and ZIP File as provided in email on 19 May 2023 will not be uploaded to GETS due to file size, any questions or issues relating to these files are to be directed to the CWR Contact Person, Kim Wepasnick",Awarded,,126150,20250410 Land Information New Zealand,27521048,Request for Tenders,Closed Competition,Post-cyclone Gabrielle lidar data collection in Hawkes Bay and Tairawhiti,,20230609,20230705,20230809,,On behalf of procurement agent,No,,"Note: The successful supplier(s) will be contracted by the National Institute of Water and Atmospheric Research (NIWA). LINZ is managing this RFT process as part of its role as the NZ government lead agency for national lidar in support of the national recovery effort in responding to the impact of Cyclone Gabrielle. After the extreme flood events of early 2023, we are seeking aerial lidar surveys of the affected areas to better understand the changes to the landscape, evaluate the effectiveness of mitigation schemes, aid in the recovery work, contribute to future mitigation initiatives, and update the national elevation dataset. We are seeking one or more suppliers to deliver the large surveys in this RFT, and the data collected could complement, but not replace, site specific surveys. For example, catchment scale data captured as part of this procurement could complement higher resolution data of, for example, river channels or individual slips.",Awarded,"LINZ has entered into the following contracts: 1) Hawkes Bay Region: Woolpert NZ Ltd 2) Tairawhiti Region: Landpro Ltd",0,20250410 Land Information New Zealand,27756563,Request for Tenders,Closed Competition,Post-Cyclone Gabrielle Aerial Imagery Collection,2023-18,20230725,20230821,20231004,,On behalf of procurement agent,No,,"After the extreme flood events of early 2023, we are seeking aerial imagery surveys of the affected areas to better understand the changes to the landscape, evaluate the effectiveness of mitigation schemes, aid in the recovery work, contribute to future mitigation initiatives, and update the national elevation dataset. We are seeking multiple suppliers to deliver the large aerial imagery surveys in this RFT, and the data collected could complement, but not replace, site specific surveys. The data collection is required in Northland, Auckland, Waikato, Bay of Plenty, Gisborne, Hawkes Bay, Horizons, and Wellington regions. We require suppliers that can mobilise for the 2023/2024 flying season and use an existing production method including established sub-contractor relationships. LINZ is managing this RFT process as part of its role as the NZ government lead agency for aerial imagery in support of the national recovery effort in responding to the impact of Cyclone Gabrielle.",Awarded," Aerial Surveys Ltd awarded Auckland, Hawkes Bay and Wellington regions. Landpro and Photomapping awarded Northland and Waikato regions. Woolpert NZ Ltd awarded Bay of Plenty and Horizons regions.",0,20250410 Land Information New Zealand,27946655,Request for Proposals,Open Competition,3D Coastal Mapping Project: GNSS at Tide Gauges,2023 - 19,20230823,20230919,20240219,,Sole Agency,No,,"This procurement is for the supply of Global Navigation Satellite System (GNSS) data from co-located at tide gauges to enable better measurement of sea-level rise (SLR) and calibration of the equipment. The purpose of the supply of GNSS data will give us indication of the deformation at tide gauges to see if there is any wider movement that is affecting the long-term monitoring of sea level. LINZ is preferably looking for a single supplier to provide, install and maintain GNSS equipment in the vicinity of six long term tide gauges and refurbish four of the existing GNSS stations which are already co-located at tide gauges, as follows: a) The new sites will need to be located in the vicinity of the following six tide gauges: Moturiki Island, New Plymouth, Napier, Nelson, Jackson Bay and Bluff, b) The existing sites are located at Auckland, Wellington, Christchurch and Dunedin. The Services will include: 1) Provide, install and maintain equipment at the 6 new sites (including communication equipment), 2) Assess long term suitability of the 4 existing sites, 3) Replace and perform maintenance on infrastructure at the 4 existing sites, including replacing GNSS antenna, receiver, and other equipment which has reached end of life or is not delivering according to Part 6 - Specification for Continuously Operating Reference Stations. 4) Regular supply of GNSS data from these stations to LINZ, 5) Annual calibration of the tide gauges as per Part 7 Specification for Tide Station v1.0, 6) Annual levelling between benchmarks and tide gauge and GNSS station, and 7) Associated health and safety checks. We expect the installation of the new GNSS sites and refurbishment of existing sites to be completed by July 2024.",Awarded,,0,20250410 Land Information New Zealand,27980507,Request for Tenders,Open Competition,"Surveying of Dunstan Downs, Otago, for Tenure Review",,20230829,20231006,20231027,,Sole Agency,No,Landward Management Limited 3rd Floor Capitol Building 67 Princes Street Dunedin 9058,,Awarded,Tender awared to Southern LAnd Limited of Wanaka,42600,20250410 Land Information New Zealand,27981124,Request for Tenders,Open Competition,"Fencing of Dunstan Downs, Otago, for Tenure Review",,20230829,20231006,20231025,,Sole Agency,No,Landward Management Limited Level 3 Capital Building 67 Princes Street Dunedin 9058,"Landward Managment Ltd on behalf of Land I?nformation NZ invites fencing contractors to tender for the fencing of of Dunstan Downs, which is located 16km west of Omarama township. Attahced are the documents which form p[art of this tender.",Awarded,Tender awarded to Ewing Fencing Contractor of Oamaru.,33773,20250410 Land Information New Zealand,28092794,Request for Proposals,Open Competition,Applicant Tracking System,2023-16,20230913,20231009,20240605,,Sole Agency,No,,"Toitu Te Whenua has over 800 employees and employ over 200 people per year. As part of our recruitment refresh project, we are looking to acquire a Recruitment Applicant Tracking System (ATS) that will improve the candidate experience and enable us to enhance efficiency and effectively manage the entire recruitment process. The ATS will empower us to centralise, store, and track applicant and job data, as well as implement multiple workflows, all from a single location. This user-friendly system will enable recruiters and hiring managers to easily identify qualified candidates, while eliminating the need for paperwork, automating communications, and streamlining workflows.",Awarded,"We have now completed the evaluation process for this RFP opportunity. The contract has been awarded to PeopleScout.",0,20250410 Land Information New Zealand,28096796,Request for Quotations,Closed Competition,Demolition Sanson Playcentre DWR 2023-12,DWR 2023-12,20230921,20231012,20231103,,Sole Agency,No,,"This Playcentre is situated on Council land, now that MOE have closed the centre, they require it to be demolished and the site to be finished in a park like state prior to handover. The Playcentre is surrounded by private residential properties, so all of the boundary fencing, and gates need to be RETAINED.",Awarded,,0,20250410 Land Information New Zealand,28133763,Request for Tenders,Open Competition,North Island Weather Events LIDAR Data Collection,2023-21,20230926,20231020,20231213,,Cluster,No,,"After the extreme flood events of early 2023, Land Information New Zealand (LINZ) is seeking aerial LIDAR surveys of the affected areas to better understand the changes to the landscape, evaluate the effectiveness of mitigation schemes, aid in the recovery work, contribute to future mitigation initiatives, and update the national elevation dataset. We are seeking multiple suppliers to deliver the large LIDAR surveys in this RFT, and the data collected could complement, but not replace, site specific surveys. The data collection is required in the regions: Northland, Auckland, Waikato, Bay of Plenty and Horizons. We require suppliers that can mobilise for the 2023/2024 flying season. LINZ is managing this RFT process as part of its role as the NZ government lead agency for LIDAR surveys in support of the national recovery effort in responding to the North Island weather events of early 2023.",Awarded,"Following an open Request for Tender (RFT) process led by LINZ for aerial LIDAR data collection in regions affected by the North Island Weather Events, Regional Software Holdings Limited (RSHL) has awarded contracts for various regions. Landpro Limited has been awarded the contract for the Northland and Waikato regions, effective from 13 December 2023 to 30 November 2024, for a fixed price of $737,000. Woolpert NZ Limited has been awarded the contract for the Auckland, Bay of Plenty, and Horizons regions, effective from 19 December 2023 to 30 November 2024, for a fixed price of $853,300.",1590300,20250410 Land Information New Zealand,28244202,Request for Quotations,Closed Competition,"Demolition Works of 5, 7, 25 Ranfurly St and 161 Crawford Rd MOE houses.",2023-23,20231012,20231102,20231204,,Sole Agency,No,,This is an MOE future kura site; they have engaged LINZ to manage the clearance of four residential properties in preparation of their 2024 site enabling works.,Awarded,,0,20250410 Land Information New Zealand,28279083,Request for Quotations,Closed Competition,Waikune/ Erua Forest Oxidation Ponds Rehabilitation,DWR 2023-22,20231013,20231120,20240701,,Sole Agency,No,,"Toitu Te Whenua LINZ are looking to rehabilitate the Oxidation Pond located in the Erua forest that once served the Waikune Prison and is no longer required. The site is located adjacent to state highway four, in the Ruapehu District in the central North Island of New Zealand. The pond comprises an area of approximately 3,500-4,500m2 varying seasonally and described as LoT 1 DP 70180 forming part of the wider Erua forestry block. It is surrounded by commercial forest and dense scrub around its periphery. The site is located near the Tongariro national park and there are areas in the vicinity of high ecological value and environmental significance. The oxidation pond area is part of the Te Korowai o Wainuiarua treaty settlement and is a settlement day property so has been identified as a time critical project. The site was developed in 1950s to service the Waikune Prison and has not received domestic wastewater for several years since the remaining Waikune Prison dwellings were placed on a septic tank system. Several environmental investigation reports have been undertaken on the site since 2017 and have concluded that the sludge material in the pond is contaminated with heavy metals and biological contamination. More information on these findings can be found within annex 1-7 attached to this document. This contamination is currently well contained within the pond and there has been no recorded evidence of effects downstream of the site. It has been agreed in accordance with the terms of the Te korowai settlement that the pond sludge is to be removed from the site, the void back filled with clean material and grassed to stabilise the site. The works will be subject to consents from Horizons Regional Council and Ruapehu District Council. The exact requirements of these consents are yet to be determined and so the contractor must build in some flexibility with the approach. Aurecon consultants have completed a rules assessment that is appended to this DWR which outlines the likely requirements of the consenting authorities LINZ is not hosting a site walk through for this tender. Contractor can visit the site but is required to give at least contact the RFx contact person to arrange access. Further information is contained within the DWR",Awarded,,705932,20250410 Land Information New Zealand,28291362,Request for Quotations,Closed Competition,"DWR - 181 Roxburgh Street, Heriot - MoE Demolition",DWR 2023-24,20231101,20231129,20231229,,Sole Agency,No,,"Property Address: 181 Roxburgh Street, Heriot, Southland Possession date: 06 January Completion Date: 26 January (Or sooner) to align with School Year Site Visit: no site walkthrough is being held for this DWR but respondents can request to visit the site by contacting the Rfx contact person Toitu Te Whenua (LINZ) is undertaking the demolition of this residential property on behalf of Ministry of Education. Further details including scope and finish requirements can be found within the DWR annexes.",Awarded,,0,20250410 Land Information New Zealand,28342612,Request for Quotations,Closed Competition,URGENT demolition - house at 186 Taringamotu Road,2023-26,20231027,20231103,20230706,,Sole Agency,No,,We have an urgent demolition; the house has recently been vacated and we have concerns of occupiers returning so we need the asbestos removal/ demolition to start Monday 13 November 2023.,Awarded,,75000,20250410 Land Information New Zealand,28513014,Request for Proposals,Open Competition,3D Coastal Mapping Project - Coastal Mapping Trial,2023-25,20231124,20240118,20240319,,Sole Agency,No,,"LINZ is wishing to procure the services of supplier(s) to undertake a trial to map the coastal area in the vicinity of Bluff in accordance with the specification. This will enable LINZ to assess available shallow and deep-water systems to confirm how well they can achieve requirements in challenging New Zealand Environments. It will also inform a review of our specifications to ensure the data collected and survey deliverables are fit-for-purpose for subsequent mapping of the New Zealand coastline. The intention is that the trial is concluded by 31 May 2024. Involvement in the trial (or non-involvement) will not preclude Respondents from future involvement in the main capture.",Awarded,"Following the completion of this RFP, Fugro New Zealand Limited have been awarded the contract.",0,20250410 Land Information New Zealand,28726640,Request for Quotations,Closed Competition,"MIT Campus, Otara R&D Asbestos & LBP Survey Reports and Registers",CWR 2024-02,20240123,20240221,20240322,,Sole Agency,No,,"Project Description: LINZ requires Redevelopment and Demolition Asbestos Survey Reports and lead-based paint (LBP) surveys for the Blocks listed in Appendix 1 Toitu Te Whenua - MIT Otara - Site Layout Drawing. MIT Otara South Campus, 67 Otara Road, 39 Alexander Crescent and 3, 5, & 7 Otara Road, Otara, Auckland The site is bounded by Otara Road; East Tamaki Road; Bairds Road and Newbury Street. Gate 1 is located on Newbury Street. Most of the current site is unoccupied excluding S Block and O Block which are tenanted until September 2024. There are 20 Blocks that are to be surveyed with 17 Blocks located on the South Campus and 3 located on the North Campus. Each Block may comprise of separated structures of differing age and construction materials.",Not Awarded,,0,20250410 Land Information New Zealand,28760747,Request for Proposals,Closed Competition,Employee Assistance Programe RFP,2024-01,20240130,20240221,20240607,,Sole Agency,No,,"Workplace wellbeing is a priority for Toitu Te Whenua. We recognise the benefits of having a well-supported and cared for workforce. An engaged and well workforce contributes to lower rates of absenteeism and illness, increased productivity, higher retention and sustains a positive workplace culture. Toitu Te Whenua operates at three locations, Wellington, Christchurch and Hamilton. To fully meet our needs and those of our workforce, we wish to source a national provider for wellbeing support services. The provider must offer services that also meet the needs of our diverse workforce including, LGBTQIA+, Maori, Pasifika, and our disabled/neurodiverse staff. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers on the Employee Health Management Services Panel to submit a Proposal for the contract opportunity.",Awarded,"We have now completed the evaluation process for this RFP opportunity. The contract has been awarded to Clearhead.",0,20250410 Land Information New Zealand,29044029,Request for Quotations,Closed Competition,"306 High Street, Motueka - Demolition",2024-08,20240318,20240415,20240513,,Sole Agency,No,,"The house contains soft asbestos stippled ceilings that crumble on impact, we have undertaken air monitoring at the property, there were no airborne fibres identified. The front porch is cracked asbestos cement board. The house condition is poor.",Awarded,,121964,20250410 Land Information New Zealand,29057756,Request for Quotations,Closed Competition,CWR - Project Manager - 3094 Great North Rd Demolition,2024-06,20240321,20240417,20240426,,Sole Agency,No,,Demolition of a commercial building - this is a future school site. The demolition project is being managed by LINZ on behalf of Ministry of Education (MoE).,Awarded,,0,20250410 Land Information New Zealand,29057769,Request for Quotations,Closed Competition,3094 Great North Rd Demolition,2024-07,20240326,20240424,20240605,,Sole Agency,No,,This is an asbestos removal and demolition project of a commercial building on a future school site. LINZ will be managing the project on behalf of MOE.,Awarded,,1040620,20250410 Land Information New Zealand,29240865,Request for Quotations,Closed Competition,Washroom Consumables RFQ,,20240417,20240509,20240618,,Sole Agency,No,,"We make sure New Zealand has accurate information about where people and places are, people have confidence in their property rights and Crown property is well managed for future generations. Our responsibilities include managing land titles, geodetic and cadastral survey systems, topographic information, hydrographic information, managing Crown property and supporting government decision making around foreign ownership. The Property and Facilities Team for Toitu Te Whenua/LINZ are seeking to appoint a supplier for bathroom consumables and hygiene related services for all three of our offices, in Hamilton, Wellington and Christchurch. Toitu Te Whenua/LINZ is looking for credible providers who have the capability, experience to deliver the consumables and any hygiene related services for LINZ 3 offices. The successful supplier will need to have a good track record for both delivery of consumables and hygiene related services.",Awarded,"We have now completed the evaluation process for this RFQ opportunity. The contract has been awarded to Pacific Hygiene Ltd.",0,20250410 Land Information New Zealand,29491537,Request for Quotations,Closed Competition,"Demolition - 2233 Eltham Road, Awatuna, Hawera",DWR-2024-13,20240613,20240705,20250110,,Sole Agency,No,,,Awarded,"The contract has been drafted, but not sent to the contractor yet. We are waiting on a response from iwi that they knowledge the transfer value of the property will be reduced by minimal amount if we remove the buildings as the structure valuation is low. If iwi agree to the transfer price, Grn will be issued the contract.",138707,20250410 Land Information New Zealand,29496562,Request for Proposals,Closed Competition,Former Tokanui Psychiatric Hospital - Demolition & Remediation - PM Tender,,20240528,20240702,20240822,,Sole Agency,No,112 Tuam Street Christchurch,"Toitu Te Whenua LINZ would like to extend an invitation to our Panel Consultants to submit a Request for Proposal for Project Management services relating to the Demolition and Remediation of the Former Tokanui Psychiatric Hospital site at 149 Te Mawhai Road, Tokanui.",Awarded,,754100,20250410 Land Information New Zealand,29588327,Request for Quotations,Closed Competition,RWR - 35 Empire Street,2024-12,20240613,20240814,20250110,,Sole Agency,No,,,Not Awarded,"MOE did not proceed with the refurbishment because they did not like the prices received , they were too high.",0,20250410 Land Information New Zealand,29656385,Request for Quotations,Closed Competition,DWR - Tuakana Hostel & 90 Prebensen,2024-16,20240627,20240719,20240813,,Sole Agency,No,,"This demolition works request covers two different sites in Ahuriri, Napier. The first site is the former Tuakana Hostel located at 20 Hospital Terrace. The hostel was constructed in the 1930s and provided accommodation for staff at the former Napier hospital complex, situated on the northern side of Hospital Hill. The building consists of three storey timber structure with a L-shaped footprint. The building is situated on a sloping site and is stepped down the hill split over three levels with some retaining structures present on the site. The second site is located at 90 Prebensen Drive (SH50), Onekawa. The site has a range of structures of different ages and construction type with some being leased and others closed due to safety concerns. The site is in an industrial area adjacent to SH50 (Prebensen Drive), main access is gained from the eastern boundary (See attached Appendix 8 - Prebensen Site Plan). LINZ requires 10-12 buildings on the site to be demolished to ground level only. Both sites form part of the Treaty Settlements Landbank portfolio and are of interest to Mana Ahuriri Trust.",Awarded,,1564744,20250410 Land Information New Zealand,29964010,Request for Proposals,Open Competition,GNSS at Tide Gauges: Tide Gauge Calibration,2024 -18,20240812,20240918,20241115,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a Proposal to provide tide gauge calibration at 10 Global Navigation Satellite System (GNSS) sites, once-every-two-years, (within a three-year contract term), as part of the 3D Coastal Mapping Project contract opportunity.",Awarded,"Following an open Request for Proposal (RFP) process led by LINZ for GNSS at Tide Gauges: Tide Gauge Calibration, Discovery Marine Ltd has been awarded for the calibration work at GNSS sites in the North Island, and Southern Hydrographic Ltd has been awarded for the calibration work at GNSS sites in the South Island effective from 15 November 2024 to 14 November 2027. The expected spends are $142,852.44 for Discovery Marine Ltd and $63,250 for Southern Hydrographic Ltd respectively.",0,20250410 Land Information New Zealand,30052252,Request for Quotations,Closed Competition,"Demolition Works of 318C Upper Harbour Drive, Greenhithe, AUCKLAND",DWR 2024-24,20240829,20240923,20241014,,Sole Agency,No,,"This is a Landbank property, the property has been trashed in recent months. We are seeking a contractor that has capacity to demolish the structure in October 2024 to remove this issue. The property has been vacant since 2018. It is a 90s plaster clad leaky building.",Awarded,,43080,20250410 Land Information New Zealand,30143659,Request for Tenders,Open Competition,3D Coastal Mapping: Topo-Bathy LiDAR Data Capture,2024-23,20240909,20241014,20241223,,Sole Agency,No,,"Toitu Te Whenua Land Information New Zealand (LINZ) is seeking suppliers to provide topographic and bathymetric LiDAR data capture services for the 3D Coastal Mapping programme, which aims to map priority coastal zones across New Zealand. This data will support decision making related to climate change, sea-level rise, and coastal hazards. Suppliers are required to submit responses for data capture in both the North and South Islands, across designated regions and priority areas, using a combination of topographic and bathymetric LiDAR sensors. LINZ intends to engage one or two suppliers over a three-year period to ensure completion across multiple regions. Suppliers are expected to provide a comprehensive mobilisation and data acquisition plan, outlining their approach to collecting and delivering data, while demonstrating their capability and capacity for large-scale data capture. Interested suppliers are encouraged to review the full RFT documentation on GETS for more details on the scope of work, requirements, and submission guidelines.",Awarded,"Following an open Request for Tender (RFT) process led by LINZ for 3D Coastal Mapping: Topo-Bathy LiDAR Data Capture, contracts have been awarded to NV5 Geospatial Inc. and Woolpert NZ Limited (AAM NZ Ltd).",14367005,20250410 Land Information New Zealand,30745903,Request for Tenders,Open Competition,Whanganui River Catchment LIDAR Data Collection,,20241129,20241220,20250131,,Sole Agency,No,,"Note: The successful supplier(s) will be contracted by Nga Tangata Tiaki o Whanganui (NTT). LINZ is managing this RFT process as part of its role as the NZ government lead agency for national LIDAR. As part of the PGF-LiDAR programme, we require LiDAR data for the Whanganui River catchment that overlaps with adjacent national LiDAR data in the Taranaki and Waikato regions. An immediate use of the data will be for better mapping of the catchment for environmental management, and we require the survey to be planned to maximise ground returns under the dense forest canopy in much of the area. The data will also serve as a refresh and expansion of the current Whanganui District dataset. We are seeking one supplier to collect and deliver the survey data in 2025.",Awarded,,0,20250410 Lincoln University,12313072,Request for Tenders,Closed Competition,Arts Workshop redevelopment,,20150526,20150629,20220623,,Sole Agency,No,,Lincoln University is undertaking the redevelopment of an existing poured concrete timber truss and iron roof workshop for a new student social space. the current size is 544 meters,Not Awarded,Project completed,0,20250410 Lincoln University,17657693,Request for Proposals,Open Competition,RFP - Lincoln Hub Stage 1 - Design & Construction Document Management Software,RFP LH DCMS,20160705,20160728,20220623,,Sole Agency,No,,"The Lincoln Hub is seeking a Design and Construction Document Management Software (DCMS) package to support the design and construction phases of Stage 1 of the Lincoln Hub project. The DCMS will assist with, streamline and enhance the management activities of the Project team, most notably the Project Manager and the Contractor/s, and be appropriately supported by the provider throughout the lifetime of the project. The successful supplier needs to have proven capability supporting projects of this scale and complexity.",Not Awarded,Project cancelled,0,20250410 Lincoln University,18087510,Request for Proposals,Open Competition,Lincoln Hub stage 1: independent Quality Assurance,RFP LH S1 IQA,20161031,20161205,20220623,,Sole Agency,No,"""Attn: Greg Wilson IQA Lincoln Hub Stage 1 George Forbes Building P O Box 85084 Lincoln University Lincoln 7647 Christchurch, New Zealand""","The purpose of this Request for Proposal (RFP) is to select an Independent Quality Assurance (IQA) provider for the planning, design and construction of Stage 1 of the Lincoln Hub Project. The focus of this IQA is on assessing the degree to which the Project Team and associated governance and management structures are giving effect to the principles of best practice Governance and Management of a major capital works project.",Not Awarded,Project cancelled,0,20250410 Lincoln University,18334811,Request for Proposals,Open Competition,Lincoln University AgResearch Joint Facility FM Advisory Services,,20170130,20170223,20220623,,Sole Agency,No,n/a,"Lincoln University is seeking proposals for the provision of Facilities Management (FM) Advisory Services and Soft Landing Services, to support the Lincoln University AgResearch Joint Facility Project.",Not Awarded,Project cancelled,0,20250410 Lincoln University,21576383,Request for Proposals,Open Competition,Lincoln University (LUSNB002) Project Management Services - Sciences North Building,LUSNB 002,20190911,20191003,20200312,,Sole Agency,No,n/a,"The opportunity is for the provision of professional consulting services for the: Science North Building Phase 1 & Phase 2 Project Management Services This is an open Request for Proposal.",Not Awarded,This contract was awarded to The Building Intelligence Group (TBIG),0,20250410 Lincoln University,21576540,Request for Proposals,Open Competition,Lincoln University (LUSNB003) - Quantity Surveying Science North Builiding,LUSNB 003,20190911,20191003,20200312,,Sole Agency,No,n/a,"The opportunity is for the provision of professional consulting services for the: Science North Building Phase 1 & Phase 2 Quantity Surveying Services This is an open Request for Proposal.",Awarded,,0,20250410 Lincoln University,22161642,Request for Proposals,Open Competition,LU Consultant Services Panel - Project Management,LUCP010,20200113,20200206,20210927,,Sole Agency,No,n/a,"The Campus Masterplan (the Plan) commissioned by Lincoln University in 2017 provides a visionary long-term plan that brings to life the Universitys desire for a consolidated, enhanced university campus. In order to realise this vision and support its operational requirements the university has a significant ongoing capital works program and portfolio of projects which need to be delivered in the next 10-15 year horizon. Typical capital works programme projects are expected to have a value of $10m and below; this includes new buildings and refurbishments. Engagements will generally be made on a lump sum fee, with scope of service based on this RFP and NZCIC guidelines (http://nzcic.co.nz/resources/guidelines/). The delivery of the programme will be overseen by the Universitys team of in-house project managers who will be supported by the panel suppliers.",Awarded,3+1 year Project Management Panel Agreement,0,20250410 Lincoln University,22402828,Request for Proposals,Open Competition,Lincoln University Consultant Panel - Quantity Surveying (LUCP020),LUCP020,20200305,20200323,20211007,,Sole Agency,No,,"Lincoln Universitys (LU) 10 year capital works programme has a forecast value in excess of $250m. This includes approximately $80m of already contracted projects (such as the Science North and South Buildings). The projects which make up the programme are required to support the ongoing education and business operations of the University. To support the delivery of these projects the University regularly engages a range of professionals for advice and services. It does so through various procurement processes, from direct engagement, open tender to panel contracts. Additionally, the University has existing consultant services panels (established in 2018) it uses for engineering and design services. However, these panels do not include project management and quantity surveying specialisms, which are also regularly required on LU projects. This Request for Proposal (RFP) seeks proposals from the market for the the establishment of a Quantity Surveying professional services panel. The University will use this process to select (up to four) quantity surveying consultants (with a Canterbury base) to enter into an agreement with Lincoln University for the provision of quantity surveying services. The key strategic outcomes include; establishment of the Panel, improved value for money, efficiency, enhanced procurement and project outcomes (through a comprehensive prequalification process). The Campus Masterplan (the Plan) commissioned by Lincoln University in 2017 provides a visionary long-term plan that brings to life the Universitys desire for a consolidated, enhanced university campus. In order to realise this vision and support its operational requirements the university has a significant ongoing capital works program and portfolio of projects which need to be delivered in the next 10-15 year horizon. The balance of the forecast capital works programme typical projects are expected to have a value below $10m (this includes new buildings and refurbishments). Engagements will require a lump sum fee on a scope of service based on NZCIC guidelines (http://nzcic.co.nz/resources/guidelines/). The delivery of the programme will be overseen by the Universitys team of inhouse project managers who will be supported by the panel suppliers.",Awarded,Lincoln University has established a panel of Quantity Surveying Consulting Service for three years (with right of renewal of one additional year).,0,20250410 Lincoln University,23266312,Request for Quotations,Open Competition,Lincoln University Gym Gear,,20200910,20201002,20201015,,Sole Agency,No,,Lincoln University invites responses from Gym gear suppliers to provide a set of gym equipment for newly renovated and extended Gym building.,Awarded,"Due to the budget shortage in the project, the value of this RFQ has been reduced to around $685000. With the condition of on-time delivery, Lincoln University has selected Life Fitness for Gym Gear RFQ.",685000,20250410 Lincoln University,23910871,Request for Proposals,Open Competition,Lincoln University Electrical Service,,20210128,20210224,20210331,,Sole Agency,No,,Lincoln University is seeking to appoint a contractor for electrical services for the campus and associated properties. An integral part is the provision of contracted electrical labour to provide the required maintenance service and other electrical works. The responsibility of the High Voltage Network remains with Lincoln University to ensure the integrity of the electrical network on Campus.,Awarded,"Crusader Electrical Ltd bid is evaluated as the best value for money offer. This tender is for 3-year contract with another 2-year extension right.",700000,20250410 Lincoln University,24508513,Request for Proposals,Open Competition,Lincoln University LED lighting upgrade,,20210705,20210806,20211029,,Sole Agency,No,,"This RFP relates to the delivery of Lincoln University campus LED lighting upgrade. The university has completed lighting audit around the campus and identified a number of lights requiring upgrade to LEDs for decarbonisation. Lincoln University is seeking competent contractors to remove and dispose of the existing non-LED lights and the supply and installation of new LED lights Successful contractor(s) in this opportunity shall run the upgrade program so that the university comes one step further to decarbonisation of its business.",Awarded,,460000,20250410 Lincoln University,24683594,Request for Proposals,Open Competition,Lincoln University Ivey West and Memorial Hall PCSA,,20210816,20211001,20220209,,Sole Agency,No,n/a,"Lincoln University (the Principal) is requesting tender responses for their Ivey West Memorial Hall Precontract Services Agreement (PCSA) to form a Design & Build engagement. The successful contractor will be required to work with Lincoln University as the Principal their consultants and the Project Manager to deliver the construction works in accordance with the Contract and Design Documentation.",Not Awarded,"Only one bid was submitted for this opportunity. Considering the value of the opportunity, the university is closing out this RFx without a contract award.",0,20250410 Lincoln University,24760303,Request for Proposals,Open Competition,Lincoln University (LUWP030) Minor Civil Works Panel,LUWP030,20210903,20211004,20211215,,Sole Agency,No,,"This Request for Proposal (RFP) seeks proposals from the market for the establishment of a Minor Civil Works Panel. The University will use this process to select a number (currently anticipated to be up to four, but may be more or less, at the discretion of the University) of local Civil Contractors to enter into an agreement with Lincoln University for the delivery of minor civil works and services. The scope and parameters of the panel is minor works with a value up to but not exceeding $500,000 in any one engagement, across the following general works categories: Landscaping Roading Carparking Paving Ancillary and support services related to the above.",Awarded,Four suppliers have been selected for the panel.,0,20250410 Lincoln University,25145015,Request for Proposals,Open Competition,Lincoln University HVAC Panel,LUWP040,20211123,20211217,20220621,,Sole Agency,No,n/a,"This Request for Proposal (RFP) seeks proposals from the market for the establishment of a HVAC Panel. The University will use this process to select a number (currently anticipated to be up to four, but may be more or less, at the discretion of the University) of local Contractors to enter into an agreement with Lincoln University for the delivery of HVAC works and services. The scope of the panel is minor works across the following general works categories: Design and Build of mechanical ventilation, heating, air conditioning systems Design and Build of Electric Boiler systems Sizing and installation of heat-pump air conditioning and heating systems Ancillary and supporting services related to the above, such as electrical, minor building works, plumbing, etc.",Not Awarded,No responses received,0,20250410 Lincoln University,26135444,Request for Tenders,Open Competition,Lincoln University Ivey West and Memorial Hall,,20220805,20220920,20221121,,Sole Agency,No,,"In June 2022 Lincoln University endorsed going to Market for progress the restoration of the Ivey West and Memorial Hall buildings, including the required structural strengthening, weathertightness and associated fit out and landscaping works. These iconic Category 1 historic buildings have provided a focal point and status at the heart of the campus building since 1881 and 1924, and retain their importance today to the University and wider Lincoln communities. Lincoln University will be celebrating its 150th Anniversary in July 2028 for which planning is now underway. Restoration of the buildings ahead of the anniversary, would be a befitting tribute to the University campus, reflecting the respect for the blended heritage, both European and Maori celebrated within it. Memorial Hall is of great significance to the Lincoln University community and Alumni, built as a memorial to staff and students who lost their lives during the Great War, 1914-1918, but also acknowledges the losses sustained during the South African War (Boer War) 1899-1902, and World War Two, 1939-1945.The courtyard and surrounding landscaping are at the central axis of the campus, holding an important position in both the Campus Masterplan and the underlying Cultural narrative. Ivey West and Memorial Hall are core assets on the University campus that were severely damaged during the Canterbury earthquakes. Immediately following the earthquakes, temporary weather-proofing and structural propping work was completed in 2012 to temporarily stabilise the buildings. Lincoln University (LU) is calling for a construction partner to join the Ivey West and memorial Hall Project LU is looking for the best construction partner to work alongside us on this exciting and challenging restoration project. This Request for Tender (RFT) is an invitation to suitably qualified supplies to submit a tender for the Ivey West and Memorial Hall contract opportunity.",Awarded,A contract has been entered into with Cook Brothers Construction,0,20250410 Lincoln University,26183898,Request for Tenders,Closed Competition,"Supply, Installation & Operation of Solar Arrays",LURE011,20220816,20220930,20230403,,Sole Agency,No,,"Lincoln University (the Principal) is requesting tender responses for their Capital Delivery Programme Solar Arrays project under a supply, install and operate engagement. In June 2022 LU ran a Registration of Interest process to identify a shortlist of suppliers who have the experience, capability and commercial potential to form a long-term relationship and partnership with LU for the supply, installation and operation of significant fields of solar arrays to power the campus. This RFT seeks detailed offers from the shortlisted suppliers with the aim of entering into a long-term commercial supply agreement or agreements for the provision of solar power.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Powersmart NZ Ltd 18 Tukorako Drive, Mount Maunganui, Tauranga 3116 NZBN: 9429038833922 Energy Bay Limited Nexia, 5 William Laurie Place, Albany, Auckland 0632 NZBN: 9429049327076 Description of Goods/Services/Works: Installation and operation of a ground mount solar array for Lincoln University campus. Date of Contract Award: 1 April 2023 Term of Contract (including extensions): 25 years Expected Total Spend: Estimated to be $320,000 per annum, but final figure will depend on energy generation levels. Procurement Process: Open ROI followed by closed RFP Notes: The scope of the original ROI/RFP included the installation of roof mounted solar panels and an energy storage solution for the Lincoln University Ashley Dene Research Station. During the negotiation process, this was removed from the project scope and will not form part of this contract. It is the intention of Lincoln University to review this specific requirement as part of a wider project to review the provision of energy for all of our farms.",320000,20250410 Lincoln University,26215007,Request for Proposals,Closed Competition,Lincoln University Merchandise Products,LUMD01,20220823,20220921,20221201,,Sole Agency,No,,"This Request for Proposals (RFP) is a closed invitation to suppliers that were shortlisted as a result of the previous ROI process (LUMD001 Merchandise Products). It is anticipated that the resultant contract will have an initial Term of two (2) years with two rights to extend the Term on the same terms and conditions for one (1) year each. The successful respondent(s) will be required to manage the end-to-end merchandise production and distribution for the University including identifying and providing a strategy on the development of the Lincoln University brand through merchandise products; design, production, delivery, and management of merchandise items for the purpose of sale to the University and its customers based upon the approved guidelines and scope of work. Please note that sample products must be submitted to the contact detailed in Appendix A so that they are received no later than 16/09/2022.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Apparel and Merchandising Solutions Limited 2 Mary Muller Drive, Hillsborough, Christchurch 8022 NZBN: 9429032636482 Boost Promotions Limited 11B Douglas Alexander Parade, Rosedale, Auckland 0632 NZBN: 9429036436873 Description of Goods/Services/Works: Production and distribution of Lincoln University branded merchandise Date of Contract Award: 1/12/2022 Term of Contract (including extensions): 12 months with the option to extend for a further 3 years in 12-month periods Expected Total Spend: $100,000 per annum Procurement Process: 2-stage process (open ROI followed by closed RFP)",100000,20250410 Lincoln University,26314212,Request for Quotations,Open Competition,Decarbonisation and Heating Upgrade Project - Phases 1&2,CW0052a,20220909,20221014,20221219,,Sole Agency,No,,"We are looking to partner with design and contractor organisations who can work alongside us and provide technical leadership, technical expertise, coordination and support to Phases 1&2 of the decarbonisation and heating upgrade project on campus. In addition to the appropriate technical skills and experience, we are looking for partners who are aligned with our values and who we can work with to build a transparent, collaborative, and meaningful partnership. From a technical perspective, this RFQ relates to heating, ventilation, mechanical and electrical services and includes: Design and design management services Heating Upgrade detailed designs and construction for the Hort Teaching building. Heating Upgrade construction for: o George Forbes o Hudson Hall o Te Kete Ika (TKI) Purchase of equipment Appointment as the lead Consultant/Contractor to: o oversee any required supporting design (such as structural) and ancillary works associated with the delivery of the design o Undertake the roll of Lead Consultant/Contractor during design, construction, commissioning and handover. *Please note that we have previously indicated that all 4 phases would be under the same RFx, but have decided that on review that we will run Phases 1&2 and 3&4 as separate projects due to differing requirements and complexities*",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Airtech NZ Limited 50 Disraeli Street Addington Christchurch NZBN: 9429037097424 Description of Goods/Services/Works: Mechanical, Electrical and Hydraulics Engineering Detailed Design and Construction for Lincoln University Heating Upgrade Project (phase 1 & 2) Date of Contract Award: 20/01/2023 Anticipated Project Duration: 14 months Expected Total Spend: $3,360,000 Procurement Process: Open RFQ",0,20250410 Lincoln University,26324640,Request for Proposals,Open Competition,Decarbonisation and Heating Upgrade Project - Phases 3&4,CW0052b,20220912,20221021,20221219,,Sole Agency,No,,"We are looking to partner with design and contractor organisations who can work alongside us and provide technical leadership, technical expertise, coordination and support to phases 3&4 of our decarbonisation and heating upgrade project on campus. In addition to the appropriate technical skills and experience, we are looking for partners who are aligned with our values and who we can work with to build a transparent, collaborative, and meaningful partnership. With this in mind, we will consider joint bids for design and build services. From a technical perspective, this RFP relates to heating, ventilation, mechanical and electrical services and includes: Design and design management services Construction services Purchase of equipment Appointment as the lead Consultant/Contractor to: o oversee any required supporting design (such as structural) and ancillary works associated with the delivery of the design o Undertake the roll of Lead Consultant/Contractor during design, construction, commissioning and handover. Heating Upgrade designs and construction for the following buildings: Colombo, Laurie & Stevens Centennial Halls NRE and Soil & Water Lab James Stewart SOLA Printery Commerce Ivey Hall *Please note that we have previously indicated that all 4 phases would be under the same RFx, but have decided that on review that we will run Phases 1&2 and 3&4 as separate projects due to differing requirements and complexities. the phase 1&2 RFQ can be found using GETS RFx ID 26314212*",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Airtech NZ Limited 50 Disraeli Street Addington Christchurch NZBN: 9429037097424 Description of Goods/Services/Works: Mechanical, Electrical and Hydraulics Engineering Detailed Design and Construction for Lincoln University Heating Upgrade Project (phase 3 & 4) Date of Contract Award: 27/01/2023 Anticipated Project Duration: 23 months Estimated Total Spend: $5,500,000 Procurement Process: Open RFP",0,20250410 Lincoln University,26583052,Request for Tenders,Open Competition,Asset Management System,,20221107,20221213,20230601,,Sole Agency,No,,,Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: SPM Assets Limited Building 2, Level 3/61 Constellation Drive, Albany, Auckland 0632 NZBN 9429041910368 Description of Goods/Services/Works: Provision of a cloud-based asset management system Date of Contract Award: 1 June 2023 Term of Contract (including extensions): 3 years + 2 years + 2 years Expected Total Spend: $240,000 Procurement Process: Open RFP",0,20250410 Lincoln University,26622584,Request for Proposals,Open Competition,Lincoln University Network Replacement & Improvement Project,,20221114,20221219,20230801,,Sole Agency,No,,"Lincoln University is seeking proposals or responses from suitably experienced and qualified Respondents to provide and become a trusted partner to firstly assist in the creation of a design for the replacement and improvement of the overall Lincoln Network and secondly from the developed design including the fully costed solution completing the implementation. Lincoln University is probably the largest and smallest university in New Zealand with a main campus in the Lincoln township on the outskirts of Christchurch city along with three local operational farms. Lincoln is the largest university in area (>500 hectares) and smallest in number of students. These locations host many buildings & structures along with plenty of wide-open spaces which provide locations for offices, teaching, and research plus the many and varied business operations of the University. Throughout several of these spaces there is currently an extensive network which covers the majority of the Lincoln campus through either wired and or wireless enterprise network services providing service for our staff, students, residents (~700), guests, subsidiaries, an increasing number of long-term tenants along with a burgeoning number of IoT devices.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: ASI Solutions Ltd PO Box 317080, Hobsonville, Auckland 0664 NZBN 9429030015302 Description of Goods/Services/Works: Design and implementation of a suitable IT network and the provision of necessary equipment, software and support. Date of Contract Award: 1 August 2023 Term of Contract (including extensions): The contract will take the form of a Master Services Agreement, with Statements Of Work to cover specific aspects of the project. It is anticipated that the project will last for at least 2 to 3 years and be followed by a warranty and service period. Estimated Total Spend: $3,900,000 Procurement Process: Open RFP",3900000,20250410 Lincoln University,26896754,Request for Proposals,Closed Competition,Biotron Substation Upgrade,,20230203,20230307,20230701,,Sole Agency,No,,,Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Ventia NZ Operations Limited 2 Brunner Street, Islington, Christchurch 8042 NZBN 9429038074141 Description of Goods/Services/Works: Replacement and upgrade of existing on-site substation at Lincoln University Campus Field Research Centre (Biotron Building) Date of Contract Award: 1 July 2023 Term of Contract (including extensions): For the duration of the project, anticipated to be no longer than 12 months. Estimated Total Spend: $260,000 Procurement Process: Closed RFP based on existing panel",0,20250410 Lincoln University,26999268,Request for Proposals,Closed Competition,HV Network Cable Upgrade,,20230303,20230331,20230922,,Sole Agency,No,,"The aim of the wider campus HV network upgrade is to increase electrical capacity and improve reliability. As part of this upgrade there is a need to replace the existing aged 11kV cabling in a number of locations across the campus. The scope of these works is to replace sections of 11kV cabling at: - Union Substation RMU to New Halls Substation RMU (including provision for future connection to a proposed future transformer - New Halls Substation MSU to NZAEI Substation RMU - Joint on Existing Biotron-Ivey 11kV cable to Ivey Substation RMU. The scope is to include all required terminations into the relevant existing electrical infrastructure. The contractor shall create installation methodologies that minimise campus outage time during installation and change-over periods. Site visits for this project are possible and will be undertaken in the afternoon of 14 March. Please use the Q&A function on GETS to arrange.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Connetics Limited 11 Islington Avenue Islington Christchurch New Zealand 8042 NZBN: 9429039274380 Description of Goods/Services/Works: Replacement of existing sub-surface HV electrical cabling within Lincoln University campus grounds and installation of new where required. Date of Contract Award: 1 August 2023 Term of Contract (including extensions): For the duration of the works (anticipated to be no longer than 12 months) Expected Total Spend: $660,000 Procurement Process: Closed RFP to existing panel",660000,20250410 Lincoln University,27005519,Request for Proposals,Open Competition,Lincoln University Burns Building Decant into Waimarie,,20230227,20230327,20230401,,Sole Agency,No,,"The Lincoln University Burns Building currently houses the Agriculture and Life Science Department and the Bio-Protection Research Centre. This includes 245 staff and post graduate students, and hosts lectures, teaching labs, general labs and offices. Lincoln University is currently in the final stages of constructing the Waimarie building (also on the Lincoln University Campus, next door to the Burns Building). Once completed the Waimarie building will replace the Burns building. Lincoln University are seeking the services of an experienced Relocation Company to decant the users, lab equipment, offices, and goods within the Burns Building into the Waimarie Building via a staged programme. Special consideration will need to be given to: - The delicate nature of the lab equipment and goods being moved including the Southern Hemispheres largest entomology collection. - PC2 labs - Relocation of Hazardous goods ie. Lab chemicals - Large and awkward lab items such as -80 freezers - Challenging access - Health and safety requirements, as the new Waimarie will not have reached Code of Compliance The start date for the decant is programmed for 9 June 2023. This is dictated by the completion date of the Waimarie Building. It is essential that the decant is completed as quickly as possible (while working in with users and Lincoln Universities teaching timetable) as Lincoln University has committed to dates that the building needs to be demolished by.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Crown Worldwide (NZ) Limited 200 Bush Road Albany Auckland 0632 NZBN: 9429032149203 Description of Goods/Services/Works: Relocation of equipment and furniture from Burns Building to Waimarie Building Date of Contract Award: 1 April 2023 Term of Contract (including extensions): For the duration of the project (anticipated to be no more than 5 months) Expected Total Spend: $180,000 Procurement Process: Open RFP",180000,20250410 Lincoln University,27101410,Award Notice,Open Competition,Furniture Fit-Out for Lincoln University Waimarie (Science North) Building,,20230316,20230316,20230316,,Sole Agency,No,,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Europlan Limited Unit 2, Ground floor, 125 the Strand, Parnell, Auckland NZBN 9429040670386 Description of Goods/Services/Works: Supply and assembly/installation of furniture for the new Lincoln University Waimarie (formerly known as Science North) building. Date of Contract Award: Term of Contract (including extensions): Contract duration to cover delivery and installation of furniture. Expected Total Spend: Approx. $1,000,000 Procurement Process: Open ROI followed by closed RFP Undertaken by: Rhys Evans Procurement Manager, Lincoln University Rhys.Evans@lincoln.ac.nz",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Europlan Limited Unit 2, Ground floor, 125 the Strand, Parnell, Auckland NZBN 9429040670386 Description of Goods/Services/Works: Supply and assembly/installation of furniture for the new Lincoln University Waimarie (formerly known as Science North) building. Date of Contract Award: Term of Contract (including extensions): Contract duration to cover delivery and installation of furniture. Expected Total Spend: Approx. $1,000,000 Procurement Process: Open ROI followed by closed RFP Undertaken by: Rhys Evans Procurement Manager, Lincoln University Rhys.Evans@lincoln.ac.nz",1000000,20250410 Lincoln University,27153060,Request for Proposals,Open Competition,Burns Demolition,CW0090,20230328,20230508,20231001,,Sole Agency,No,,"The Burns building was constructed in 1976 and is predominantly constructed of reinforced concrete throughout the exterior including all floors beams foundations etc with internally concrete block filled walls. Asbestos has been located in various areas throughout the building as indicated in the tender information. All foundations are to be removed and services capped at point of supply. Scope: 1) Demolition of the Burns building. All materials are to be removed and if possible recycled with crushing of all concrete floors foundations walls etc and stored at a site on LU grounds. 2) There are no requirements for phasing the project of this project but allowances need to be made for working on a live campus with buildings surrounding the project 3) The main access will be off Springs Road. 4) All services disconnections and capping at point of entry. 5) Temp power will be provided at a point. 6) Temp water will need to be sorted by contractor for dust suppression from the LU network. 7) Temp fencing and traffic management 8) Full Management of the project including H&S",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Southern Demolition & Salvage Limited 59 Owaka Road Hornby Christchurch 8025 New Zealand NZBN 9429036502097 Description of Goods/Services/Works: Demolition of Lincoln University Burns Building Date of Contract Award: 1 October 2023 Term of Contract (including extensions): For the duration of the project, anticipated to be no longer than 6 months. Estimated Total Spend: $1,000,000 Procurement Process: Open RFP",0,20250410 Lincoln University,28014660,Request for Tenders,Closed Competition,George Forbes Building Stage 3,LUWP030,20230904,20230929,20231201,,Sole Agency,No,,"In 2020 Lincoln University (LU) had a 10-year capital works programme with a forecast value in excess of $250m. This included approximately $80m of already contracted projects (such as the Science North and South Buildings). Complementing the 10-year capital works programme, the Universitys master plan includes completion of Stage 3 of the George Forbes Building. This section of the George Forbes Building will become the high-profile main entrance and front door to the campus. The opening of the new facility is set for the start of the February 2025 semester, with a contract completion pre-Christmas 2024. The works include the partial demolition of the existing ground floor, namely the earthquake-prone sections of the north of the building, refurbishment of the existing ground floor and first floor mezzanine spaces, and the re-construction / extension of the existing area to form a new multi-purpose space and facility. Detailed Design of the new space is in process. A demolition and enabling works package has been identified to be progressed as a first stage and is detailed within this document. This Request for Proposal (RFT) seeks tenders from selected construction contractors under a two-stage tender process. The two stages are: 1) Stage One Enabling Works and Demolition Works, plus indicative cost for main works based on Developed Design documentation, plus input into the detailed design process under a Pre-Construction Services Agreement (PCSA). The construction contract will be an NZS3910:2013 contract with LU special conditions, including an embedded PCSA process for negotiation of Stage Two. 2) Stage Two On completion of detailed design, under the PCSA clauses, the Contractor is invited to provide a fixed lump sum price for construction of all elements not included in Stage One, for negotiation with the University and its advisors. contract. Once agreed, Stage Two will be instructed as a Variation and new Separable Portion under the existing Stage One contract.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Leighs Construction Limited L2, 219 High Street, Central City, Christchurch 8013 NZBN 9429039022905 Description of Goods/Services/Works: ECI contract for demolition of existing structure and re-build Date of Contract Award: 1 December 2023 Term of Contract (including extensions): For duration of project and any warranty period Expected Total Spend: To be confirmed Procurement Process: Closed RFP",0,20250410 Lincoln University,28134829,Request for Proposals,Open Competition,Lincoln University Ross Building Air Handling Unit Works,,20230921,20231018,20231101,,Sole Agency,No,,"Lincoln University is completing a replacement and upgrade of the mechanical services for the Ross (formerly Commerce) Lecture theatres. The existing air conditioning and ventilation units serving the lecture theatres are at the end of life and are to be replaced. And the unit which provides heat for the Foyer is supplied from the site steam system which is to be de-commissioned in the near future. At the same time as the mechanical plant is being replaced, Lincoln University is taking the opportunity to replace the roof membrane and the existing upstands for the duct penetrations with upstands of a more suitable height. What we need Lincoln University requires a contractor to remove the existing mechanical plant and install and commission newly procured mechanical plant to meet the functional requirements of the Ross Lecture theatres. The mechanical contractor is the main contractor on this project hence the mechanical contractor must allow for all work, apart from scaffolding to access the roof, including cranage, builders work, ensuring compliance with health and safety requirements, including those prescribed by the University, induction of staff to meet Lincoln Universitys requirements, protection of the building and its surrounds, liaison with the Lincoln University, compliance with noise requirements, provision of facilities for use by the contractors and sub-contractors staff etc. (The roofing contractor will provide the scaffolding to allow access to the roof.)",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Future Air Solutions Limited Unit 6 88 Hayton Road Wigram Christchurch NZBN 9429030503922 Description of Goods/Services/Works: Removal and disposal of existing roof-mounted air handling units and replacement with new units. Date of Contract Award: 1 November 2023 Term of Contract (including extensions): For the duration of the works (no longer than 6 months) Expected Total Spend: $250,000 Procurement Process: Open RFP",250000,20250410 Lincoln University,28578241,Request for Proposals,Open Competition,Lincoln University Property Group Support Panel,,20231211,20240214,20240601,,Sole Agency,No,,"Lincoln University has successfully operated panels of providers across a number of building related disciplines for a number of years. Over that time, we have completed a significant amount of work on Campus, but there is still more to be undertaken. We fully understand that the market has not remained static and so we are now looking to undertake a refresh of our panels to ensure that we have access to the best possible providers at the most effective cost. The panel that we are proposing to set up will be structured as follows: Architects Structural Engineers Electrical and Mechanical Engineers Fire Engineers Project Management Quantity Surveyors HVAC Works Civil Works We would encourage all relevant suppliers to review this RFP and respond. Suppliers should note that any questions raised between 18 December and 10 January will be reviewed and responded to after 10 January.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Listed above (character limit too low here) Description of Goods/Services/Works: Consultancy Services for the Lincoln University Property Group related specifically to the categories listed above. Date of Contract Award: 1 June 2024 Term of Contract (including extensions): 3 years, with the option to extend for 1 year. Expected Total Spend: Unknown due to the nature of the Panel and the potential upcoming work Procurement Process: Open RFP",0,20250410 Lincoln University,29218859,Request for Proposals,Closed Competition,New Halls Substation Upgrade Works,,20240415,20240522,20240627,,Sole Agency,No,,"As part of the wider campus HV network upgrade, the existing New Halls substation is required to be re-built as part of the Stage 3 works. The re-build of the substation will consist of temporary supply arrangements for all affected parties, installation of a temporary skid sub. Removal of the existing substation equipment. The installation of a new 11kV RMU, 11kV/415V Transformer, BMS Control Cabinet and LV MSB, associated 11kV Cabling, LV cabling and earthing. Commissioning of the works.",Awarded,"Agency Name: Lincoln University Supplier Name/Address/NZBN: Connetics Limited 11 Islington Avenue, Islington, Christchurch 8042 NZBN: 9429039274380 Description of Goods/Services/Works: Replacement and upgrade of existing on-site substation at Lincoln University Halls of Residence Date of Contract Award: 27 June 2024 Term of Contract (including extensions): For the duration of the project, anticipated to be no longer than 12 months. Expected Total Spend: $320,000 Procurement Process: Closed RFP based on existing panel",320000,20250410 Lincoln University,29218998,Request for Proposals,Closed Competition,Ivey Substation Upgrade Works,,20240415,20240522,20240626,,Sole Agency,No,,"As part of the wider campus HV network upgrade, the existing Ivey substation is required to be re-built as part of the Stage 3 works. The re-build of the substation will consist of temporary supply arrangements for all affected parties, removal of the existing substation equipment. The installation of a new 11kV RMU, 11kV/415V 1.5MVA Transformer with associated LV MSB, 11kV/415V 1MVA Transformer with associated LV MSB, BMS Control Cabinet, associated 11kV Cabling, LV cabling and earthing. Commissioning of the works.",Awarded,,0,20250410 Lincoln University,29614228,Request for Proposals,Closed Competition,Weedons / Glasshouse Substation Upgrade Works,,20240618,20240719,20240930,,Sole Agency,No,,"As part of the wider campus HV network upgrade, the existing Weedons substation is required to be upgraded to suit the changes in electrical loading. This will raise the LV capacity of the private network from its current level of 4.4MW to approximately 10MW. The work consists of the following. 1. The upgrade of Weedons Substation 2. The installation of a new Glasshouse 11 kV/415v 1MVA Transformer and LV MSB. 3. Installation of associated 11kV Cabling, LV cabling and earthing. 4. Commissioning of the works.",Awarded,,0,20250410 Lincoln University,30127506,Request for Proposals,Open Competition,Lincoln University - Architectural Design Ellesmere Junction Road Student Accommodation,,20240905,20241002,20241205,,Sole Agency,No,,"Lincoln University is looking to procure the architectural design of 12 townhouses (8 x 2-bedroom units and 4 x 3-bedroom units) suitable for student accommodation and looking for credible providers who have experience with the design and specification of medium/high-density housing and can demonstrate an ability to deliver on time and within budget. The successful supplier will be contracted to deliver detailed designs and specifications based on approved concept design, sufficient to enable a full cost check to be completed and building consent to be applied for. LU is not seeking responses from general or main contractors at this stage as the build component of this project will be procured as part of a separate process.",Awarded,,0,20250410 Lincoln University,30176067,Request for Proposals,Closed Competition,Lincoln University - Ivey Hall Compliance and Refurbishment Planning,CW0102,20240913,20241010,20241029,,Sole Agency,No,,"Lincoln University is planning to undertake compliance and refurbishment works of Ivey Hall, a registered category I structure located on the University campus. To support the planning stage of this project, we are looking to engage a multi-disciplinary consulting team and independent Quantity Surveyor to assist with the scoping and design, with the intent of prioritising the resolution of necessary compliance requirements and optimising the scope of subsequent stages within the projects overall-budget. The University recognises its role as kaitiaki of Ivey Hall and wants to work in partnership with contractors eager to be part of the refurbishment of this landmark building for the benefit of both current and future learners.",Awarded,,0,20250410 Lyttelton Port Company Limited,24469982,Request for Quotations,Open Competition,LPC Maintenance Services Panel,500051,20210629,20210804,20210901,Maintenance Services,Cluster,No,37-39 Gladstone Quay,"Lyttleton Port Company (LPC) is seeking proposals from suitably qualified and experienced maintenance engineering services providers to join a Services Panel. The panel will be established to support the ongoing planning and delivery of the LPC Long Term Plan (2018-2028). This prequalification panel will be established for a period of 3 years with 1 + 1 renewal options and will ensure value for money and improved initiation of contracts. We intend to: - - Establish a panel of specialist engineering services suppliers who can provide reactive and planned engineering services. - Streamline the procurement process to appoint suppliers allowing greater throughput of work and to ensure delivery of the required outcomes. - Develop an environment where LPC benefits from engineering service innovation and excellence that delivers the best whole of life solution. - Ensure the application of good assurance and management practices to the works delivered under this panel arrangement.",Not Awarded,Insufficient supplier interest,0,20250410 Lyttelton Port Company Limited,24850656,Request for Proposals,Open Competition,LPC Mechanical Engineering Services,500051,20210922,20211020,20220520,Maintenance Services,Sole Agency,No,,"Lyttleton Port Company (LPC) is seeking proposals from suitably qualified and experienced engineering services providers to join a Services Panel. The panel will be established to support the ongoing planning and delivery of the LPC Long Term Plan (2018-2028). This prequalification panel will be established for a period of 3 years with 1 + 1 renewal options and will ensure value for money and improved initiation of contracts. We intend to: - Establish a panel of specialist mechanical engineering services suppliers who can provide reactive and planned mechanical engineering services. Streamline the procurement process to appoint suppliers allowing greater throughput of work and to ensure delivery of the required outcomes. Develop an environment where LPC benefits from engineering service innovation and excellence that delivers the best whole of life solution. Ensure the application of good assurance and management practices to the works delivered under this panel arrangement. The Technical Skill Areas (TSAs) that we are looking for are as follows: o Mechanical Engineering Inspection o General Engineering and Welding Services o Hydraulic Service Providers o Mechanical Services Engineering o Tower Crane Lift Service Providers o Domestic/Small Service Vehicle Refinishers We do not want to focus only on the cheapest price but rather on the best whole of life, value for money and quality of solution that offers value for money. We are not looking for capital delivery providers or trades services. We are not looking for consultant engineer services.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,25388309,Request for Proposals,Closed Competition,LPC Digital Services RfP,500050,20220208,20220328,20221202,Digital,Sole Agency,No,,"Following successful shortlisting of the Registration of Interest (RoI), Lyttelton Port Company Limited (LPC) now invites tender submissions for the supply of Digital Services for the following categories: 1. Managed Service Desk and On-site Support 2. Managed Device Services 3. Platform and Infrastructure Services 4. Applications Services Private and Public Cloud 8.8 Licensing Partner LPC are looking for Suppliers who can drive business value through strong partnership and thought leadership within each category and component, while delivering effective and efficient services. The contract term will be for an initial three (3) year period with an option to extend by a further one (1) plus one (1) year dependent on the achievement of satisfactory KPIs during the term of the contract. Tenderers are reminded that the deadline for questions is by 5.00pm 28th February 2022 and that the deadline for proposals is by 5.00pm 14th March 2022. All questions should be addressed through our point of contact: jackie.dawson@lpc.co.nz Proposals submitted other than via GETS will not be accepted. Congratulations on your shortlisting and we look forward to receiving your response.",Awarded,Contract awarded to Datacom on 2nd December 2022.,0,20250410 Lyttelton Port Company Limited,25914832,Request for Quotations,Open Competition,RfQ for Truck Call -Up Boards,500146,20220608,20220627,20220825,Container Operations,Sole Agency,No,,"Lyttelton Port Company (LPC) is replacing its existing truck call-up board and adding two (2) new boards within the next 12 months. Truck call-up boards are large outdoor LED screens, and are used to notify waiting times and sequencing for truck drivers when they need to proceed from the parking area to an assigned exchange lane in the container terminal to receive and deliver (R&D) shipping containers. LPC is seeking proposals from suitably qualified and experienced LED board providers to deliver both hardware and software suitable for 24/7 operations in a marine environment.",Awarded,,0,20250410 Lyttelton Port Company Limited,25994460,Request for Proposals,Closed Competition,LPC Digital Cellular Services,,20220630,20220811,20230428,Container Operations,Sole Agency,No,,"LPC requires coverage testing, design and installation of a cellular equipment solution to service the port growth until 2026. Further expansion will continue until approximately 2050. To provide diversity for dual SIM devices, fault resilience, and capacity (a high level of network availability and performance, LPC would prefer to select two (2) supply partners a primary provider and secondary provider. The providers will be selected based on their: Quality of strength of coverage across operation areas Greater control over outages and maintenance work Service level agreement (SLA) parameters Disaster recovery options Business continuity (fail over options) Current and future provisions for IoT network options ie 5G",Not Awarded,,0,20250410 Lyttelton Port Company Limited,25997672,Request for Quotations,Open Competition,LPC Disposal of Assets,500158,20220712,20220722,20221122,Administration,Sole Agency,No,37-39 Gladstone Quay,"This Request for Quote (RfQ) is an invitation to submit a Quote for the provision of sales services to support the Asset disposal of LPC port services equipment. We are seeking quotes that offer the best value. LPC maintains an active asset management program that considers the timely replacement, upgrade or disposal of operational assets. LPC is seeking a specialist sales partner to utilise their networks, and professional sales acumen, to support LPC with the sale of equipment assets. A sales commission structure is being considered as an appropriate means of remuneration for services rendered.",Not Awarded,Candidate failure to respond,0,20250410 Lyttelton Port Company Limited,26048373,Request for Proposals,Open Competition,Safety Management System Replacement,500163,20220714,20220805,20230201,Administration,Sole Agency,No,,"Lyttelton Port Company Limited (LPC) invites submissions to provide a replacement Safety Management System (SMS) at Lyttelton Port for an ongoing period of five (5) Years. The Term of the Contract will be for five (5) years with no rights of renewal. Resulting from recent Health & Safety internal and external audits of the current health and safety information management software, it has been identified the encumbered software solution no longer matches the organisations assurance, compliance, and operational requirements. LPC requires a replacement Safety Management System solution. The key purpose of the new SMS is for the collation of all safety related information into a single (business-wide) system, facilitating appropriate management, assurance and escalation. The objectives of a new SMS include: Facilitate and ensure LPC compliance with Legislative and Regulatory requirements Have a user-interface and accessibility that can be deployed for business-wide safety management Be optimized for device and access Follow a modern Software-as-Service cloud-based approach Ensure suitable escalation and assurance for safety at LPC Facilitate data integration with other LPC systems Ensure valid reporting or KPIs and KRAs The scope of work for a new Safety Management System is detailed below. In scope Procurement of a fit-for-purpose, off-the-shelf SMS system for LPC-wide use Configuration and deployment of the SMS system to meet LPC business needs Integration of the SMS system to other LPC systems as required Migration of at least 18 months of H&S data from existing systems, tools, and databases Out of scope Enterprise Risk Management Environmental Risk Management Learning Management Enterprise-wide Documentation Management Purchasing Asset Management Development and/or deployment of new Fatigue Assessment or Management System Rework of other system data including establishment of unique IDs or data cleansing, or restructure required to deliver API integrations Establishment or modification of organisation policy regarding the management of personally identifiable or health information.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,26231553,Request for Proposals,Closed Competition,NZ Ports Buying Group - Harbour Tug Provision and Support Services,NZPBG001,20220826,20220923,20240103,Marine Services,Syndicated Opportunity,No,"Private Bag 501, Lyttelton, Canterbury 8841, New Zealand","The New Zealand Ports Buying Group (NZPBG) is a buying group formed and run by the operating Ports within the economic zone of New Zealand. NZPBG member Port Companys agree, to work with each other co-operatively in partnership to discharge their responsibilities in relation to the acquisition of goods and/or services and to apply their respective specialized knowledge, skill and expertise and supplier contracts resulting, from the NZPBGs procurement and purchasing activities. NZPBG seeks requests for proposal (RfP) from the supplier market. Were keen to hear from you, and what you can bring to NZ Ports, as we progress an approach to standardise our harbour tug fleets and services provision. This provision of service will retain the ability for individual Ports to select options suitable for their individual operations and increase the support, training and innovation emerging into this market sector. Included within the offer submissions, NZPBG members seek the provision of, - In-country Parts, Spares and major components, and - Training services for Masters and Engineers, and - Support over the full lifecycle of the vessel, and - Innovative approaches to align with emissions reduction and sustainable business practices, innovative approaches to control system equipment and enhancements, etc. - A partnership approach, as opposed to traditional Supplier/Buyer relationships. We look forward to your consideration and submission.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,26771214,Request for Quotations,Closed Competition,RfQ CCTV & Access Controls - Maintenance & Repair services,500038,20230104,20230127,20230224,Facilities,Sole Agency,No,,"LPC requires a capable and competent service provider to maintain and repair LPCs existing CCTV and access control equipment. This includes network interfaces, fibre network, copper network, servers and software. We are seeking pricing that offers the best value. This scope of work constitutes Phase one (1), of a two (2) phase project, where the second phase considers the future of LPC's CCTV and access controls asset, where operation values can be extracted from the asset. Phase two (2) will be competitively bid separately. Please download the attachment's outlining this Request for Quotation requirements. A candidate submission form is included within the attachment, to be uploaded by candidates' to GETS as their RfQ submission.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,27719024,Request for Proposals,Open Competition,Waste Management Provisioning (#500253),500253,20230717,20230911,20231101,Facilities,Sole Agency,No,,"Lyttelton Port Company Limited (LPC), generates a range or waste-streams and volumes annually. Some waste-streams tie directly to shipping movements and schedules, while others are a result of business support activities. LPC seeks to engage supplier(s) capable of not only supporting LPC's waste management needs, but also progressing new innovations to divert more sorted waste to recycling and other circulatory pathways.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,27873567,Request for Tenders,Closed Competition,LPC Hazardous site monitoring and management,500256,20230824,20230918,20231107,Sustainability,Sole Agency,No,,"Good morning, LPC has traditionally bundled the management of our hazardous sites into overall project scope, with lead contractors sourcing and nominating hail site management, monitoring and consent compliance services. LPC is changing our approach to an in-house nominated supplier of these specialized services. We aim to gain a level of consistency in our hail sites management though enhanced collaboration, measurement and monitoring. This RfP is now live to candidates to review and prepare a submission. Kind regards Tatiane Fernandes Lyttelton Port Company Limited, Procurement Administrator",Not Awarded,,0,20250410 Lyttelton Port Company Limited,28897412,Request for Tenders,Closed Competition,CCTV VMS software,500289,20240228,20240315,20240408,Digital,Sole Agency,No,,"Good morning, Lyttelton Port Company Limited (LPC) requires a capable and competent provider for the supply of a Video Management System (VMS) for the purpose of recording and viewing CCTV footage. This tender is the first of a two-part RfP process. The objective of tender one is to evaluate and select a VMS platform that meets LPCs requirements. No contract will be established at the end of tender one. Tender two will then be run to select a Christchurch based integrator capable of implementing LPCs preferred VMS platform and undertaking an ongoing maintenance and repair relationship. A contract will be made with the successful candidate from tender two. This RfP is now live to candidates to review and prepare a submission. Kind regards Tatiane Fernandes Lyttelton Port Company Limited, Procurement Administrator",Not Awarded,,0,20250410 Lyttelton Port Company Limited,28945887,Request for Proposals,Closed Competition,Tax and Tax Services (#500293),500293,20240304,20240430,20240930,Administration,Sole Agency,No,"37-39 Gladstone Quay, Lyttelton, Canterbury 8082","Dear candidates, Lyttelton Port Company Limited (LPC) issues a request for price (RfP) for the provision of tax services. Candidates are invited to read and review the attached documents accompanying this notice. Please note the following LPC RfP contacts Technical matters up until 14 March 2024; James Barclay, Finance Manager james.barclay@lpc.co.nz , +64 27 555 4325 Note. We recommend each candidate meet with James prior to 14th March. James has provided tax leadership for the prior three years and departs LPC on 15th March. after 14 March 2024; Vincent Mortimer, Chief Financial Officer vincent.mortimer@lpc.co.nz , +64 21 572 305 Commercial matters and questions pertaining to this RfP; Richard Cookson, Head of Procurement richard.cookson@lpc.co.nz , +64 21 625 356 We look forward to your interest and subsequent submissions. Yours sincerely Richard Cookson, Lyttelton Port Company Limited.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,29099833,Request for Proposals,Closed Competition,Container Yard and Container Repair Management Application,500300,20240402,20240421,20240722,Container Operations,Sole Agency,No,,"Good afternoon, Lyttelton Port Company Limited (LPC) invites RfP submissions for the provision and ongoing support of a Container Yard and Container Repair Management solution. This RfP is now live to candidates to review and prepare a submission. Kind regards Tatiane Fernandes Lyttelton Port Company Limited, Procurement Administrator",Not Awarded,,0,20250410 Lyttelton Port Company Limited,29171791,Request for Proposals,Closed Competition,Maintenance and Repair and VMS Implementation for LPC,500289,20240411,20240501,20240901,Digital,Sole Agency,No,,"Good afternoon, This tender relates to provision of Maintenance and Repair services for LPCs CCTV and Access Control Systems, and implementation of a Video Management System (VMS). This RfP is now live to candidates to review and prepare a submission. Kind regards Tatiane Fernandes Lyttelton Port Company Limited, Procurement Administrator",Not Awarded,,0,20250410 Lyttelton Port Company Limited,29562647,Request for Proposals,Closed Competition,500308 M3 Cloudsuite Transition,500308,20240708,20240730,20241213,Digital,Sole Agency,No,"37-39 Gadstone Quay, Lyttelton, Canterbury 8082","LPC invites tender submissions for the provision of configuration and implementation support services for the reimplementation of Infor M3 ""CloudSuite"". LPC holds licensing with untouched environments of DEV, TRN and PDN available. A competent supplier partner is sought to configure, reinstall, implement and provide post implementation support. A period of requirement gathering has garnered the RfP details outlined in the attached RfP document.",Not Awarded,,0,20250410 Lyttelton Port Company Limited,30312475,Request for Tenders,Closed Competition,Legal Services for LPC,500320,20241007,20241104,20241205,Legal & Risk,Cluster,No,,"Lyttelton Port Company Limited (LPC) invites submissions for the provision of legal services. The purpose of this Request for Proposal (RfP) is to seek proposals from candidate firms to participate on LPCs Legal Services panel. With the establishment of a Panel, new ways of working will be implemented for the provisioning of legal service needs. There will also be a consolidation of external legal advice to a smaller group of providers, coordinated by the in-house legal counsel for external legal services. You can learn more about LPC at our website www.lpc.co.nz. The URL link to our most recent annual report is https://www.lpc.co.nz/wp-content/uploads/2024/09/LPC-Annual-Report-2024-1.pdf. Please route all questions to the Rfx contact only.",Not Awarded,This competitive process to identify and formally engage external legal services is nearing completion with the execution of service contracts underway.,0,20250410 Lyttelton Port Company Limited,30465842,Request for Proposals,Closed Competition,"500324 Te Awaparahi Bay, Phase 2 Business Case",500324,20241022,20241129,20250214,Procurement,Sole Agency,No,"37-39 Gadstone Quay, Lyttelton, Canterbury 8082","Lyttelton Port Company Limited (LPC), is a wholly owned operating company of Christchurch City Holdings Limited. LPC operates the Port of Lyttelton and Inland Ports of City Deport and Midland Port. Employing in excess of 650 staff, LPC is progressing a program of work development to support our growing hub-and-spoke model. This Request for Proposals (RfP) seeks interested parties with large program development capabilities and experience, to compile a proposal and partner with LPC as the preferred supplier and provider of a complex program of work business case.",Not Awarded,,0,20250410 Mackenzie District Council,23011753,Request for Proposals,Open Competition,Support to Deliver Substantial Capital Works Projects 2020-21,,20200723,20200805,20201125,,Sole Agency,No,"53 Main Street, Fairlie 7925","Mackenzie District Council has resolved to inject a significant budget as part of its recovery package post COVID-19 The budget has been allocated to deliver: 1. Approximately $7.0m of District Wide Water-main renewal Works 2. Design and construction of a Water Treatment Plant Servicing Fairlie (budget of approximately $2.0m) 3. $1.0m of District Wide footpath and shared pathway upgrades. The delivery of such a large capital works program will be challenging for the Mackenzie District Council and therefore requires support for the delivery. Council are seeking a proposal from suitably qualified consultants that assists and supports Mackenzie District Council to deliver of this works programme within the 2020-21 financial year. Targeted completion date for all physical works is 30 June 2021. A key component of this proposal and subsequent physical works is details on how consultants and contractors will support and enhance the local economy. Proposals with local inclusion will be looked on more preferably, both for this engagement, but also the subsequent physical works contracts.",Awarded,,0,20250410 Mackenzie District Council,23681346,Request for Proposals,Open Competition,Mackenzie District Council Parks Strategy,CON1265,20201125,20201218,20210819,,Sole Agency,No,,"Mackenzie District Council (Council) is seeking a suitably qualified consultant/s to prepare a Parks Strategy (the strategy) for the Mackenzie District (the district). A recent report to the Council highlighted there are a number of challenges with the current parks and open spaces portfolio and increased demand from the community for improved access to parks and recreational facilities. The Parks Strategy will provide a comprehensive understanding of the current assets and where future investment should be targeted to support the communitys needs and those of visitors to the district. The Council would like to invite suitable qualified suppliers to provide a Proposal accordingly.",Awarded,,0,20250410 Mackenzie District Council,23682252,Request for Proposals,Open Competition,Mackenzie District Council Trails Strategy,CON1264,20201125,20201218,20210819,,Sole Agency,No,,"Mackenzie District Council (Council) is seeking a suitably qualified consultant/s to prepare a Trails Strategy (the strategy) for the Mackenzie District (the district). The Council would like to invite suitable qualified suppliers to provide a proposal accordingly. There are a number of established and locally known trails suitable for biking and walking across the district. Unfortunately, these trails are not well known, well-marked or promoted. A recent report to the Council highlighted the need to develop a trails strategy. The Council also intends on funding further strategies or plans around the districts parks, playgrounds, public toilets, trees and signs. The Trails Strategy will provide a comprehensive understanding of the current assets and where future investment should be targeted to support the communitys needs and those of visitors to the district.",Awarded,,0,20250410 Mackenzie District Council,23682324,Request for Proposals,Open Competition,Mackenzie District Council Play Strategy,CON1263,20201125,20201218,20210819,,Sole Agency,No,,"Mackenzie District Council (Council) is seeking a suitably qualified consultant/s to prepare a Play Strategy (the strategy) for the Mackenzie District (the district). The Council would like to invite suitable qualified suppliers to provide a proposal accordingly. Playgrounds have been established in various locations over the past years. There are currently 10 playgrounds in the district. Eight of which are included in the maintenance contract and vary in condition. These range from one simple piece of play equipment to larger play spaces with a number of play items and modular equipment. The remaining two playgrounds were installed by local communities on Council land. There is a skatepark under construction in Fairlie which is to be included in the review along with a skatepark in Twizel. A recent report to the Council highlighted the need to develop a strategy for play spaces that will inform future investment in play. The Play Strategy will provide a comprehensive understanding of the current assets and where future investment should be targeted to support the communitys needs and those of visitors to the district.",Awarded,,0,20250410 Mackenzie District Council,23682353,Request for Proposals,Open Competition,Mackenzie District Council Public Toilets Strategy,CON1262,20201125,20201218,20210819,,Sole Agency,No,,"Mackenzie District Council (Council) is seeking a suitably qualified consultant/s to prepare a Public Toilets Strategy (the strategy) for the Mackenzie District (the district). Council provides 19 public toilets at 3.9 toilets per 1,000 residents, which compared to other districts is very high. This is partly due to the high tourism numbers compounded by a relatively small resident population. The quality of these assets is suspected to be variable and there is a need to develop a plan that identifies renewal priorities and future locations to meet demand.",Awarded,,0,20250410 Mackenzie District Council,23741227,Request for Tenders,Open Competition,Twizel Watermain Renewals - Package 1,,20201207,20210122,20210729,,Sole Agency,No,,"As a result of the economic impacts on the Mackenzie District caused by COVID-19, Council has resolved to inject a significant budget allocation into the 2020/21 financial year to stimulate economic activity within the district. Part of this budget allocation (approximately $7m) has been reserved for District Wide Watermain renewal works in Twizel, Tekapo and Fairlie. This RFT is for the installation of new Polyethylene (PE) DN125 and potable water supply watermains together with the renewal of DN25 PE service connections, in Twizel. This Contract includes the supply and installation of all PE pipes, service connections and associated fittings, valves and ancillary items. This RFT will also be used to preselect Contractors for an additional 4 packages of work for watermain renewals. The aim in preselection is to reduce tender time and aid in getting these works into construction sooner.",Awarded,,0,20250410 Mackenzie District Council,24217643,Request for Tenders,Closed Competition,Twizel Watermain Renewals- Package 2,CON1272,20210419,20210514,20210729,,Sole Agency,No,,"As a result of the economic impacts on the Mackenzie District caused by COVID-19, Council has resolved to inject a significant budget allocation into the 2020/21 financial year to stimulate economic activity within the district. Part of this budget allocation (approximately $7m) has been reserved for District Wide Watermain renewal works in Twizel, Tekapo and Fairlie. This RFT is for the installation of new Polyethylene (PE) DN125 and potable water supply watermains together with the renewal of DN25 PE service connections, in Twizel. This Contract includes the supply and installation of all PE pipes, service connections and associated fittings, valves and ancillary items. This RFT is for the second package of works which has been let out to Tenderer's who have previously tendered for Package 1, and therefore have been preselected for this RFT",Awarded,,0,20250410 Mackenzie District Council,24327558,Request for Proposals,Closed Competition,Request for Proposal- Future Planning Study for Tekapo/Takapo Wastewater Treatment Plant,CON1274,20210520,20210603,20210729,,Sole Agency,No,,"Mackenzie District Council (MDC) has received crown funding to deliver multiple Three Water (3W) Reform Projects that must be completed by March 2022. The 3W project list is diverse, ranging from studies to design to construction. This project (#3) relates solely to a study of future options (planning) for the Takapo|Tekapo Wastewater Treatment Plant (WWTP). The township population has expanded by some 40% in the last 10 years and does not show signs of slowing. There are some operational issues with the current site, so MDC needs to consider the future options. The requirements are outlined in Section 2.",Not Awarded,GHD was awarded this RFP,0,20250410 Mackenzie District Council,24408072,Request for Proposals,Open Competition,Request for Proposal- Potable Water to Remote Properties Study,CON1280,20210609,20210705,20210729,,Sole Agency,No,,"Mackenzie District Council (MDC) has received crown funding to deliver multiple Three Water (3W) Reform Projects that must be completed by March 2022. The 3W project list is diverse, ranging from studies to design to construction. This project is a study into the current status of drinking water supplies to remote properties across the District and consists of three phases: 1. A study to determine the status of remote drinking water supplies within the Mackenzie District as little or no records are currently available. 2. Development of a database of all water supply sources within the Mackenzie District (including MDC water supply schemes), with an assessment of compliance and recommendations for any improvements. Improvements may be identified to water distribution networks as well as to water sources. 3. Implementation of agreed recommendations. This project covers phases 1 and 2 with the requirements outlined in Section 2.",Awarded,,0,20250410 Mackenzie District Council,24512760,Request for Tenders,Closed Competition,Tekapo Watermain Renewals- Package 3,CON1288,20210706,20210730,20210907,,Sole Agency,No,,"This RFT documents the requirements for the Takapo/Tekapo Watermain Renewals Package 3 for Mackenzie District Council. This RFT is for pre-selected contractors that have been preselected as part of the RFT for the first package of work issued on the 7th December 2020.",Awarded,,0,20250410 Mackenzie District Council,24894978,Request for Tenders,Open Competition,Mackenzie District Water and Wastewater Hydraulic Modelling,Project Reference No. 1281,20211001,20211022,20211111,,Sole Agency,No,,"Mackenzie District Council (MDC) has received crown funding to deliver multiple Three Water (3W) Reform Projects that must be completed by 31 March 2022. The 3W project list is diverse, ranging from studies to design to construction. These are in addition current and planned Long-Term Plan projects. As part of that funding, this Request for Proposal (RFP) invites suitably qualified suppliers to submit a proposal for development of water and wastewater hydraulic models in the Mackenzie District. MDC do not currently have hydraulic models of their main existing wastewater and potable water supply networks, although the build of a model for the Twizel water supply is currently underway. There are two discrete components to this project: 1. Wastewater networks in Fairlie, Tekapo, and Twizel. 2. Water supply networks in Fairlie, Tekapo, and Allandale (rural restricted supply network). The requirements are outlined in Section 2. What we dont want MDC does not want proposals from entities that do not have comprehensive experience for the selected projects, nor the capacity to provide the personnel to meet the desired timeframe, with completion by 31 March 2022 an imperative, as no carry-forward of funding is available. Whats important to us? MDC is looking for a credible provider with the capability, experience, and capacity of the nominated resource(s) to deliver the project within the required timeframe. Respondents are required to provide a detailed methodology that uses their experience and the skills of their key resources to deliver the specified requirements. Why should you submit? This is an excellent opportunity to be part of a suite of 3W projects in the Mackenzie District. A bit about us Our Mission: Fostering our Community We foster the unique attributes and strong sense of community that makes the Mackenzie District special Mackenzie District Council administers a vast area of the South Island yet has a relatively small ratepayer base to support many visitors. The crown stimulus grant has provided the opportunity to enhance the 3W infrastructure in this area in line with the 3W Reforms.",Awarded,,0,20250410 Mackenzie District Council,24912420,Request for Tenders,Open Competition,Twizel Rising Main and Pump Station,1290,20211005,20211102,20211201,,Sole Agency,No,,"Mackenzie District Council (MDC) has received crown funding to deliver multiple Three Water (3W) Reform Projects that must be completed by 31 March 2022. The 3W project list is diverse, ranging from studies to design to construction. These are in addition current and planned Long-Term Plan projects. As part of that funding, this Request for Tender (RFT) invites suitably qualified contractors to submit a tender for the construction of a wastewater pumping station and rising main at Twizel, in the Mackenzie District. There are two discrete components to this project: 1. Wastewater Pumping Station at Batcher Road, Twizel with a large Fibreglass Wet-well over 6m deep, adjacent to an existing pumping station. 2. A 1km long PE rising main (DN315 SDR17 PN10 PE100) between the pump station and the existing Twizel WWTP. Note that this main crosses SH8 and requires co-ordination with NZTA to install the sleeve as soon as possible to avoid Christmas close-outs. MDC has pre-purchased the PE pipe to minimise supply chain issues. The requirements are outlined in Section 2. It is possible that the crown may extend the 31 March deadline, however current advice is that this deadline has not changed. MDC is aware that the supply lead-time for a fibreglass wet-well may put this date under pressure and may consider its options if there is no change in the crowns deadline date. What we dont want MDC does not want proposals from entities that do not have comprehensive experience for both pump stations and PE Pressure pipelines, or experience working within Waka Kotahi road corridors. No carry-forward of funding is available, so contractors who do not have the capacity to provide the personnel and sub-contractors to meet the desired timeframe of 31 March 2022 should not submit tenders. Whats important to us? MDC is looking for a credible provider with the capability, experience, and capacity of the nominated resource(s) to deliver the project within the required timeframe. Respondents are required to provide a detailed methodology that uses their experience and the skills of their key resources to deliver the specified requirements. Why should you submit? This is an excellent opportunity to be part of a suite of 3W projects in the Mackenzie District. Many of the 3W projects currently being undertaken by MDC through the stimulus grant will result in further construction projects funded through the councils long-term plan (LTP).",Awarded,,0,20250410 Mackenzie District Council,24929376,Request for Quotations,Open Competition,Maukatua (DArchiac Drive) Reserve Development,CON1285,20211007,20211022,20211213,,Sole Agency,No,,"We are seeking to develop a neighbourhood reserve on DArchiac Drive in Tekapo (Location plan at Appendix 1). The development includes a shelter, barbeque, picnic tables, seat, drinking water fountain, an irrigation system, mounded planted areas and the screening of approximately 1000m3 of material. As such we require the following: Earthworks 1. Screening and distribution of approximately 1000m2 of material (300m3 to be retained on site for landscaping planting areas No 2 below). Excess material to be delivered to Tekapo Resource Recovery Park. 2. Construction of 4 mounded planting areas including base, topsoil and mulch surface (areas identified in the concept plan attached). 3. Crusher dust base for shelter (which includes 2 picnic benches and BBQ) surrounded by timber edging approx. 53m2 . Construction and installation of: 1. Shelter 10m x 6m with crusher dust base. Fel Group kitset to be supplied to contractor for construction onsite. Drawings and specification attached (must be constructed by a qualified builder). 2. 3 picnic benches two under the shelter, one to be specified on-site by the Project Manager. Specification attached. 3. Trenching and installation of power and water. 4. Trenching and installation of the irrigation system. Installation of: 5. 1 water fountain with concrete base see attached specification. 6. 1 barbeque see attached specification. Works are described in the following specification documents at Appendix 1: 1.0 Services 2.0 Earthworks 3.0 Shelter construction 4.0 Timber Edging and Crusher dust 5.0 Furniture 6.0 Planting 7.0 Irrigation 8.0 Concrete base specification",Awarded,,0,20250410 Mackenzie District Council,24947930,Request for Tenders,Open Competition,CCTV Assessments Fairlie & Tekapo,Pr 1293,20211012,20211109,20211201,,Sole Agency,No,,"What we need Mackenzie District Council (MDC) has received crown funding to deliver multiple Three Water (3W) Reform Projects that must be completed by 31 March 2022. The 3W project list is diverse, ranging from studies to design to construction. These are in addition current and planned Long-Term Plan projects. As part of that funding, this Request for Tender (RFT) invites suitably qualified contractors to submit a tender for the CCTV Inspection of wastewater pipelines within Fairlie and Tekapo, in the Mackenzie District. There are roughly 8km of wastewater pipelines to be CCTVd, split roughly equally between Fairlie and Tekapo. Pipe diameters range from 100 to 300mm, with the majority being 150mm diameter. The requirements are outlined in Section 2. It is possible that the crown may extend the 31 March 2022 deadline, however current advice is that this date has not changed. What we dont want MDC does not want proposals from entities that do not have comprehensive experience in wastewater pipework CCTV inspections, and the specific personnel require to have a minimum 5 years experience, and also have previously worked to NZGPIM 4th edition. No carry-forward of funding is available, so contractors who do not have the capacity to provide the personnel and sub-contractors to meet the desired timeframe of 31 March 2022 should not submit tenders. Whats important to us? MDC is looking for a credible provider with the capability, experience, and capacity of the nominated resource(s) to deliver the project within the required timeframe. Respondents are required to provide a detailed summary of their experience and the skills of their key resources to deliver the specified requirements. Sample video and the associated log-sheet need to be submitted, as well as at least one referee for the direct personnel nominated for the project. Why should you submit? This is an excellent opportunity to be part of a suite of 3W projects in the Mackenzie District. This project involves roughly 8km of the 94km of Wastewater pipe in the Mackenzie, and there will likely be ongoing work funded through the councils long-term plan (LTP).",Awarded,,0,20250410 Mackenzie District Council,25117453,Request for Proposals,Open Competition,Twizel and Fairlie Pools Heating Upgrade,MDC 1299,20211118,20211215,20220302,,Sole Agency,No,,"We are seeking the supply and installation of heat pump pool water heating systems for Fairlie and Twizel swimming pools, plus associated electrical infrastructure upgrades. Both pools had solar water heating systems that have reached the end of their useful life. Twizels system is no longer functional (from 2019) and Fairlies solar tubes are breaking down, causing problems with black material entering the pool water system. Fairlie has an existing heat pump which supplements the solar system, and it is proposed to continue using this in parallel, with the addition of new heat pump. Twizel has a small heat pump, heating the toddlers swimming pool, which will continue to operate as a separate system. This contract includes: supply and installation of heat pumps for both pools upgrade of electrical infrastructure at Twizel pool, including a new switchboard decommissioning and removal of the solar heating systems at both pools The Council has nominated a Twizel based electrical sub-contractor to be used on this project.",Awarded,,0,20250410 Mackenzie District Council,25744444,Request for Tenders,Open Competition,Fairlie Wastewater Relining,MDC1305,20220502,20220527,20220712,,Sole Agency,No,,"This contract is for the reinstatement of various sewers in Farlie with the potential for additional pipelines elsewhere in the District. The works include, but are not limited to the following: Relining of 150mm gravity sewer and associated LJRs. Root removal. Removal of protrusions. All Traffic Management. The objective of the works is to restore the pipelines to a near new state. All product installed shall have a minimum design life of 50 years or more. All construction shall be subject to all Quality Assurance (QA), Traffic Management, and Health & Safety requirements and shall meet the requirements of the Preliminary and General section of the Specification. The contractor is required to coordinate with private property owners for works within and adjacent to private property. As such it is expected that the contractor provide relevant project information to private land owners in a professional manner.",Awarded,,0,20250410 Mackenzie District Council,25745516,Request for Proposals,Closed Competition,Waste Water and Remote Waste Water Supply Extensions,1306,20220502,20220527,20220927,,Sole Agency,No,,"We are looking for a suitably qualified consultant to undertake the following studies. Note that all work will be awarded to a single consultant. Package I: Wastewater Feasibility Studies: Prepare comprehensive feasibility studies into extending the existing Council wastewater networks to service the following settlements: ? Lake Alexandrina and Lake McGregor to the Tekapo Wastewater Network ? Lyford Lane, Twizel to the Twizel Wastewater Network Please refer to Appendix A for Location Plans. Package H i) Water Supply Extension Feasibility and Concept Designs Prepare Concept Designs for extending the Councils Water Supplies to the following settlements: ? Lake Alexandrina and Lake McGregor from the Tekapo Water Supply Network ? Allendale Rural Water Supply Scheme from the proposed Fairlie WTP1 ? Claytons Road settlement to Allendale Rural Water Supply Scheme ? Fairlie South (McLeans, Opihi Gorge, ONeills, Cricklewood and Springs Roads) ? Stanton Road, Kimbel ? Lake Pukaki Nohoanga Site (note treatment option below) Please refer to the Aqualinc summary report included as Appendix B for further information Package H ii) Water Treatment Concept Designs Prepare comprehensive Concept Designs for treatment and delivery of supply to the following two small camping sites: ? Lake Pukaki Nohoanga Site ? Lake Benmore Haldon Arm campsite (note supply extension option above) Please refer to the Aqualinc summary report included as Appendix B for further information",Not Awarded,This contract was awarded to GHD Limited.,0,20250410 Mackenzie District Council,25766659,Request for Proposals,Closed Competition,Engineering Standards For Mackenzie District Council,1313,20220509,20220603,20220929,,Sole Agency,No,,"Prepare a set of Engineering Standards and Engineering Code of Practice (Engineering Standards) based on NZS4404:2010 that meet the needs of Mackenzie District Council. What we need Mackenzie District Council (MDC) currently uses NZS4404:2010 when reviewing engineering plans under the Resource Management Act and adopting assets that are to be vested in the Council. Although many of the components of NZS4404:2010 are fit for purpose, we want a set of Engineering Standards that are specific to Mackenzie Council and meet our specific needs. We want the consultant to discuss with us which sections could be modified, then prepare a draft set of Engineering Standards for public review and comment. Queenstown Lakes District Council, a district with similar issues as Mackenzie, has offered the use of their standards as a possible template. Mackenzie District Council would like to adopt a final version before 30 January 2023. What we dont want Neither a blanket acceptance of all standards as fit for purpose nor a complete rewrite of NZS4404:2010 will satisfy this request. Whats important to us We are looking for consultants who are familiar with the subdivision and development in the unique climate, planning and developmental pressures in the Mackenzie and who have a practical approach to modifying NZS4404:2010. Consultants should also be aware of Mackenzie District geology and the aspirations of the district relating to such things as our spatial plans, landscape needs and Dark Sky ordinances. Why should you bid? Your contributions to the new Engineering Standards for Mackenzie District Council will shape the future of development in Mackenzie. A bit about us Mackenzie District Council has amazing natural landscapes, strong and independent communities, and a rich history. MDC, while having the third smallest usually resident population in New Zealand, has the tenth largest land mass. Our District is diverse with a number of industries contributing to our GDP, especially agriculture (including aquaculture) and tourism related industries (accommodation and services). We are home to the Aoraki Mackenzie International Dark Sky Reserve, one of only eight in the world. MDC is committed to investing in our community and making decisions that ensure the Mackenzie District continues to be a unique and special place to live, work and play.",Awarded,"The contract for preparation of Engineering Standards for Mackenzie District Council was awarded to Davis Ogilvie Limited for a sum of $108,800,00.",0,20250410 Mackenzie District Council,25771687,Request for Proposals,Open Competition,Mackenzie Parks Asset Data Collection,1304,20220510,20220530,20220707,,Sole Agency,No,,"This RFP is issued by Mackenzie District Council, referred to below as the Buyer or we or us. What we need Council needs to procure a supplier to undertake a complete asset data capture and condition and performance assessment of all park assets across the district including assets on the Alps to Ocean trail. Our expectation is that the inspector/s undertaking the data collection will be familiar with parks assets, asset management processes and the level of detail/information to be collected to achieve the outcome of sustainable long term asset renewal and management. What we dont want We do not want proposals from companies that dont have a background in park asset data capture or who dont have the capacity to meet the required timeframes. We do not expect the inspection to be undertaken by an engineer although the initial asset collection and inspection includes assessment of condition by suitably experienced/qualified personnel. Any assets that will require subsequent inspection by other specialist personnel are to be identified as part of the process. Only companies experienced in parks asset data capture with the capacity to provide the services in the required timeframes should respond Whats important to us? Knowing what assets Council has, when they were installed, and identifying an asset lifespan, allows Council to plan for renewals and replacements as part of their annual and long term budgetary requirements. Our expectation is that the inspector/s undertaking the data collection will be familiar with parks assets, asset management processes and the level of detail/information to be collected to achieve the outcome of sustainable long term asset renewal and management. The Buyer is looking for providers who have the capability and a good track record in undertaking parks asset data capture, and capacity to deliver the project by 31 September 2022 and summary report by 31 October 2022. Why should you bid? This is a unique opportunity to work across all Makenzie District including on the iconic Alps to Ocean trail. We are looking for a supplier who will be invested in providing a full, complete and accurate capture of parks and Alps to Ocean assets across the district. Completing this project will provide a healthy reference point for the preferred supplier for somewhat similar projects around New Zealand in future. A bit about us Mackenzie District Council is the territorial authority for the Mackenzie district. Based in the",Awarded,,0,20250410 Mackenzie District Council,25777654,Request for Tenders,Open Competition,Supply Of Signs For Public Places (Mackenzie District Council),1315,20220511,20220610,20220713,,Sole Agency,No,,"Mackenzie District Council seeks services to design and construct great new signs that show off our District and our fantastic new logo. We need sturdy long-lasting and memorable outdoor signs that follow the graphic requirements set out in the Brand Guide Addendum and the Mackenzie District Council logo specification. What we need Mackenzie District Council seeks services to design and construct new signs including sign boards and mounting structures that will be installed in public places. This RFT relates to the engagement of a signs supplier experienced in design as well as sign construction methods. A Brand Guide Addendum: Signs for Parks and Community Facilities has been developed that includes the new Council logo. The Addendum shows signs for different purposes but does not fully detail proposed construction. Council is open to proposed sign materials and construction methods that achieve the required look and sturdiness. Council will engage a local contractor to install the signs. While there is no specific programme for new and replacement signs, it is expected that approximately 100- 120 signs will be required over the next three years to address new and replacement sign needs. Payment to the selected Supplier would be at the delivery of each sign. Signs would be delivered to either Fairlie or Twizel by a contractor agreed between the supplier and us. Signs are important, they tell people where they are and where they need to go. We want great looking signs that last the distance (and the climate). There is some flexibility in sign construction, and we want assistance from sign experts to create great new signs. What we dont want We definitely dont want signs that do not meet our graphic expectations or are not up to the exterior conditions experienced in the Mackenzie District. When do we need it? We seek a partner to supply signs over the next three to five years. As we identify sign needs we will send information through to the successful supplier so the signs can be built. Why should you Tender? This is your chance to offer your expertise to help refresh signs in public places throughout the Mackenzie District Council area and show of your design and sign making skills in one of the countrys highest profile visitor destinations.",Awarded,,0,20250410 Mackenzie District Council,25886097,Request for Tenders,Open Competition,Fairlie Golf Course Waste Water Main Upgrade,1308,20220601,20220708,20220805,,Sole Agency,No,,"The Principal proposes to enter into a Measure and Value Contract for the Construction of the Contract Works. The conditions of Contract for the Contract Works are NZS3910:2013 - Conditions of Contract for Building and Civil Engineering Construction (""General Conditions""), together with the Special Conditions of Contract comprising the Specific Conditions of Contract and the amendments to the General Conditions (Special Conditions of Contract) and all other schedules comprising the Contract (""Contract""). Unless otherwise specified in these Tender Documents, expressions used in these Tender Documents which do not have their meaning defined in these Tender Documents have the meaning given to them in the General Conditions. 2.3 Description of Contract For the purpose of evaluating Alternative Tenders this Section shall be read as the scope. This Contract is for the upgrade of a 150mm diameter to a 225mm diamater uPVC SN16 wastewater gravity main that is located through the Fairlie Golf Course, a length of approximately 466m. ? The work may be undertaken either using open trench or trenchless method, such as pipe bursting ? If open trench, the works shall be partially off line to avoid an existing green and trees where practicable ? Existing Grade and manhole levels to be retained ? No changes to existing manholes, except to accommodate a larger diameter (ie corbel and benching)",Awarded,,0,20250410 Mackenzie District Council,25981985,Request for Tenders,Closed Competition,Twizel Ring Main Design Services,1317,20220628,20220722,20221115,,Sole Agency,No,,"This project is for the delivery of professional services for the detailed design, tendering, contract administration and construction observation of the Twizel Water Supply Ring Main. Hydraulic modelling is currently being finalised, however it is expected that the outside main will be mainly 250mm diameter and the inner main 150mm diameter and generally follow the preliminary alignment included as appendix A. The total length of pipeline is approximately 5.4 km. The project requires an engineering consultant with extensive expertise in the design and delivery of three waters infrastructure, with particular experience in water supply network delivery.",Awarded,,0,20250410 Mackenzie District Council,26356876,Request for Tenders,Closed Competition,Fairlie Water Treatment Plant,1318,20220919,20221104,20221208,,Sole Agency,No,,"What we need This RFT documents the requirements for the Fairlie Water Treatment Plant for the Mackenzie District Council. This RFT is open to contractors that have been preselected as part of the ROI for this Water Treatment Plant confirmed in July 2022. Whats important to us These works are of high importance to the Council as they provide critical upgrade to existing infrastructure to provide safe drinking water within the Mackenzie District. The Council objectives for this project that have been developed during the concept and preliminary design are set out below: ?DWSNZ compliance, 4-log protozoa removal it is critical that the upgraded water supply consistently meets the requirements of the DWSNZ, requiring a reliable solution with appropriate redundancy ?26 L/s (2,300 m?/d) water supply capacity Stage 1 water supply capacity of 26 L/s (28 L/s take) with provision for future growth to 47 L/s capacity (50 L/s take) to allow additional scheme additions (12 L/s for Allandale) and future growth ?Upgrade completed as soon as possible - MDCs previous goal was for construction to start in the 2020/21 financial year. However, this has been delayed with the required completion date now March 2024. Additional secondary objectives include: ?Cost-effective outcome for ratepayers ?Resilience and security of supply ?Benefit to the local economy ?Sustainable procurement As the current water treatment is not compliant to the Drinking Water Standard of New Zealand (DWSNZ), the programme is of critical importance to the Council.. Additionally the Council are after an experienced contractor that has past experience in design and building similar type and scale projects within New Zealand. Why should you bid? This is an opportunity to play a significant part in the water supply upgrade for the Mackenzie District, contributing to providing safe drinking water and working within the beautiful Mackenzie region. A bit about us Mackenzie District Council is responsible for enabling democratic local decision making and action by, and on behalf of, communities; and to meet the current and future needs of communities for good-quality localinfrastructure, local public services, and performance of regulatory functions in a way that is most cost effective for households and businesses. The main purpose of Council operating community water supplies is to provide safe and clean drinking water.",Awarded,,0,20250410 Mackenzie District Council,26370432,Request for Tenders,Open Competition,Procurement plan - Bulk water filling stations,1310,20220922,20221028,20221127,,Sole Agency,No,,"The Principal proposes to enter into a Measure and Value Contract for the Construction of the Contract Works. The conditions of Contract for the Contract Works are NZS3910:2013 - Conditions of Contract for Building and Civil Engineering Construction (""General Conditions""), together with the Special Conditions of Contract comprising the Specific Conditions of Contract and the amendments to the General Conditions (Special Conditions of Contract) and all other schedules comprising the Contract (""Contract""). Unless otherwise specified in these Tender Documents, expressions used in these Tender Documents which do not have their meaning defined in these Tender Documents have the meaning given to them in the General Conditions. 2.3 Description of Contract For the purpose of evaluating Alternative Tenders this Section shall be read as the scope. This Contract is for the installation of three bulk water filling stations in Twizel, Fairlie and Takapo. 2.4 Key Project Risks The project risks identified fall into the following categories: General Project Risks Unforeseen services and physical conditions Groundwater and geotechnical conditions Damage to trees Health & Safety Risks Working near State Highway and on local roads Working underground Unforeseen services Working in trenches Sanitation of water supply network Overhead power lines This Contract has been assessed as having a Standard Health and Safety Risk. Note: these lists are not exhaustive and has been provided in good faith to assist with the site specific safety plan and tender submission documenting the proposed construction methodology (including proposed methods the Contractor will employ to manage these risks); the Contractor is responsible for identifying and managing any additional hazards.",Awarded,,0,20250410 Mackenzie District Council,26506497,Request for Proposals,Open Competition,Twizel Water Treatment Plant Security Fence,1312,20221019,20221111,20221129,,Sole Agency,No,,"a. This Request for Quote is an invitation to submit a Quote for the replacement of the security fence and gates surrounding the Twizel Water Treatment Plant off Glen Lyon Road, Twizel. Refer attachment A for location b. The scope of works is the replacement of the existing fencelike with either: a. 486m of fenceline of either i. Deer fence with one barb and replacement of only damaged or delaying fenceposts, or ii. Black or green mesh with two barbs with replacement of all posts b. Two sets of double swing gates made of equivalent materials as options above c. Security around the water treatment plant was be maintained at all times and so the method of works shall allow for temporary security fencing or progressive removal of the fence so un-invited visitors cannot enter the site. c. Quotes are sought for both options of deer fencing or mesh d. The fenceline must be completed by 1 June 2023. e. We are seeking quotes that offer the best value. f. Payment will be monthly on invoice, based on percentage of work completed.",Awarded,,0,20250410 Mackenzie District Council,26702585,Request for Tenders,Open Competition,Alloway Stormwater Upgrade,1309,20221202,20230120,20230215,,Sole Agency,No,,"The Principal proposes to enter into a Measure and Value Contract for the Construction of the Contract Works. The conditions of Contract for the Contract Works are NZS3910:2013 - Conditions of Contract for Building and Civil Engineering Construction (""General Conditions""), together with the Special Conditions of Contract comprising the Specific Conditions of Contract and the amendments to the General Conditions (Special Conditions of Contract) and all other schedules comprising the Contract (""Contract""). Unless otherwise specified in these Tender Documents, expressions used in these Tender Documents which do not have their meaning defined in these Tender Documents have the meaning given to them in the General Conditions.",Awarded,,0,20250410 Mackenzie District Council,26725621,Request for Proposals,Open Competition,Twizel Smart Water Meters Supply and Data Management,1320,20221209,20230210,20230330,,Sole Agency,No,,"This opportunity in a nutshell What we need Mackenzie District has some of the highest per capita water consumption in NZ, with Twizel being particularly high. There are several reasons for this, including the growing of lawns in an arid climate, large influxes of visitors during holiday periods, as well as system leakage in both the public and private networks. A key tactic in MDCs strategy to reduce water demand is deployment of a smart water metering system to enable the Council to influence customer water use behaviour. A detailed analysis of options have concluded an Advanced Metering Infrastructure (AMI) solution is the preferred technology. As such, Council are seeking proposals from suppliers who have the potential to deliver the Councils requirements for: ? Supply of 2,110 inline and manifold water meters ? Supply of associated AMI data management technology. ? Supply of RF or cellular communications; and ? On-going back office data management support What we dont want ? AMR technology solutions ? Proposals that deliver only part of the solution ? Proposals for the installation of the meters Whats important to us Council are looking for a solution that: ? Reduces potable water consumption and engages with customers ? Improves the efficiency of infrastructure and services ? Improve environmental outcomes; and ? Provides value for money",Awarded,,0,20250410 Mackenzie District Council,27128877,Request for Tenders,Open Competition,Fairlie Civic Building Seismic Upgrade,1325,20230322,20230414,20230710,,Sole Agency,No,,"The Mackenzie District Council (MDC) Civic Building in Fairlie requires alterations to meet current seismic rating requirements and fire egress standards. Beca Limited has undertaken the design for the Works and has been engaged to assist the with procurement of a contractor to undertake the Works. The building is the centre of operations for the MDC who do not wish to fully vacate the building during the construction work. The successful contractor will be required to plan its construction activities in a staged manner to be agreed between the successful tenderer and the MDC. To minimise the possible disruption to the contract programme, all material required for the works shall be purchased before work commences in the building. This requirement is detailed in this Request for Tender document. Tenderers are invited to attend a pre-tender site visit on Wednesday, 29th March 2023 at 10am. Tenderers shall advise the Tender Information Contact Person of its intention to attend this meeting on or before 24th March 2023.",Awarded,,0,20250410 Mackenzie District Council,27675212,Request for Tenders,Closed Competition,Twizel Ring Main Upgrade,1323,20230707,20230804,20230907,,Sole Agency,No,,"Mackenzie District Council (""the Principal"") requests tenders for a contract for the works summarised in Clause 2.4 below (""the Work""). 2.2 Contract Type The Principal proposes to enter into a Lump Sum Contract for the Construction of the Contract Works. The conditions of Contract for the Contract Works are NZS3910:2013 - Conditions of Contract for Building and Civil Engineering Construction (""General Conditions""), together with the Special Conditions of Contract comprising the Specific Conditions of Contract and the amendments to the General Conditions (Special Conditions of Contract) and all other schedules comprising the Contract (""Contract""). Unless otherwise specified in these Tender Documents, expressions used in these Tender Documents which do not have their meaning defined in these Tender Documents have the meaning given to them in the General Conditions.",Awarded,,0,20250410 Mackenzie District Council,27901764,Request for Proposals,Open Competition,Climate Change Report and Adaptation Strategy,1327,20230816,20230918,20231121,,Sole Agency,No,,"We are seeking proposals from suitably experienced individuals or organisations to prepare and produce both a comprehensive literature review of the impacts of climate change across the Mackenzie district and an then prepare an adaptation and action strategy. MDC is looking for an experienced consultant who can demonstrate leadership, commitment, and urgency throughout the project's document development phase. The ideal candidate will be a forward-thinking multidisciplinary team that fosters collaboration across the various workstreams, takes into account the needs of the community and key stakeholders, and offers well researched and reasoned recommendations to aid in MDCs future decision-making process.",Awarded,,0,20250410 Mackenzie District Council,27926755,Request for Tenders,Open Competition,Edwards Stream to Tekapo Multi-use Path,1328,20230821,20230908,20230914,,Sole Agency,No,,"Mackenzie District Council is seeking a contractor who will: Promote its goals of providing a safe and accessible network. Provide quality and value for money construction of this project. Submitters should demonstrate in their submissions that they understand the requirements of the Quotation Documents. They should also show that they can provide the necessary resources and commitment to successfully complete the Contract Works to meet the expectations. A multi-use path will run alongside the state highway from Edwards Stream to Tekapo in road reserve and private properties. The works include the following elements: Traffic Management Earthworks / Site Clearance Metalled trail Sealed trail Stormwater culverts (where required) Traffic Services (signs and handrails) The awarding of the contract is subject to Waka Kotahi's approval of an occupancy license, which is currently being processed. The proposed delivery programme is for all works to be completed by 15 December 2023. There is no allowance for over runs beyond the above date making it critical that this timeframe is met.",Awarded,,0,20250410 Mackenzie District Council,28599265,Request for Tenders,Closed Competition,Alps 2 Ocean Cycle Trail East Pukaki Trail Formation,1330,20231208,20240119,20240318,,Sole Agency,No,,"What we need The Mackenzie District Council is wishing to procure a contractor/s for the contract to construct new trail formation, for a new trail along the east side of Lake Pukaki, to become the Alps 2 Ocean Cycle Trail. The objective is for this new off-road trail to replace the need for cyclists to use Hayman Rd alongside other traffic. The Council is looking for Contractors with the experience, skills, capability and capacity to provide trail formation to a specified high standard whilst ensuring public money is spent wisely.",Not Awarded,,0,20250410 Mackenzie District Council,28599510,Request for Tenders,Closed Competition,Alps 2 Ocean Cycle Trail East Pukaki Structure Construction,1331,20231208,20240119,20240327,,Sole Agency,No,,"What we need The Mackenzie District Council is wishing to procure a contractor/s for the contract to construct new trail formation, for a new structure construction along the east side of Lake Pukaki, to become the Alps 2 Ocean Cycle Trail. The objective is for this new off-road trail to replace the need for cyclists to use Hayman Rd alongside other traffic. The Council is looking for Contractors with the experience, skills, capability and capacity to provide trail formation to a specified high standard whilst ensuring public money is spent wisely.",Not Awarded,,0,20250410 Mackenzie District Council,28832460,Request for Proposals,Open Competition,Market Place Stormwater Upgrade,1332,20240214,20240308,20240409,,Sole Agency,No,,"This Contract is for the construction of approximately 260m of 150mm and 100mm PE100 diameter uPVC SN8 stormwater gravity main that is located along Market Place (Twizel) along with associated manholes, laterals, connections to downpipes, and restoration works.",Awarded,,0,20250410 Mackenzie District Council,29106397,Request for Proposals,Open Competition,Lake Ruataniwha Carparks,1333,20240327,20240424,20240501,,Sole Agency,No,,"Mackenzie District Council (the Principal) are seeking to procure a contractor to assist with the development of new carparks at Lake Ruataniwha, as part of the implementation of the Lake Ruataniwha Reserve Management Plan and concept plan. The objective is to provide organised vehicle access and parking at two existing lake access points, (Lake Ruataniwha Lagoon and Morrison Terrace Boat Ramp) to protect the lake edge and enhance recreational use and the user experience. The main tasks involved in this Contract include: Develop new gravel roading and car parking Installation of fencing infrastructure The proposed delivery programme is for all works to be completed by 30 June 2024",Awarded,,0,20250410 Mackenzie District Council,29706823,Request for Proposals,Open Competition,Tekapo Traffic Master Plan,1334,20240704,20240823,20240913,,Sole Agency,No,,"The Tekapo Community Board have decided that a sound traffic management is needed to underpin the Tekapo master plan. This brief is designed to create a traffic management design based on the Community Boards vision mixed with sound traffic engineering suitable for consultation with the community. The traffic management design is to be well delineated and give traffic the ability to flow efficiently into and out of Tekapo Village while providing access to current and future commercial activities. The design is to be cognisant of: The existing spatial environment Property constraints Cyclists Pedestrians Cars Buses Campervans Deliveries to businesses The seasonal nature of Tekapo Village",Awarded,,0,20250410 Mackenzie District Council,29877726,Request for Quotations,Closed Competition,Tekapo Playground Development,1335,20240730,20240822,20240830,,Sole Agency,No,,"The Council is wanting to provide a new playground on Lakeside Drive in Tekapo overlooking Lake Tekapo. An existing old-style playground has been removed nearby. We are seeking a contractor to undertake earthworks; install playground equipment and nature play items, safety surfacing and furniture installation; and landscaping services to achieve a high quality and outstanding play space for the Tekapo community and visitors. We require these services to be delivered by mid November 2024. We have a resource consent for this work.",Awarded,,0,20250410 Mackenzie District Council,30456805,Request for Proposals,Open Competition,Lake Tekapo - Hamilton Drive Shelter & Toilet,1336,20241023,20241120,20241211,,Sole Agency,No,,"The need for a shelter encompassing a toilet has been identified for the start of the Alps 2 Ocean Cycle Trail in Tekapo. Over half of the cyclists undertaking this Great Ride will start their Alps 2 Ocean journey from the Hamilton Drive car park. As it is the start of a several days cycle journey for most, a facility where cyclists can park their bikes, use the toilet facility, have a bite to eat and organize their gear will greatly enhance the user experience. The Alps 2 Ocean Cycle Trail is widely recognized as being of significant value and contributing to visitor spending but also important for placemaking and recreation in the district. Currently this site consists of a gravel car park surrounded by open grass area, amenity trees and two picnic tables. The site has now also become a trailhead for the Central South Trail with the recent completion of a cycle and walking trail from Tekapo to Edward Stream and will eventually link right through to Timaru. This will make the site and Tekapo a key cycling hub as part of a wider network with a resulting economic boost to the town from extra cyclist expenditure. The unimpeded views of Lake Tekapo, a viewpoint off the car park, easy parking and a pleasant amenity area has meant the site has always been a popular rest area and picnic spot for travelers. We will be conducting a site visit for potential tenderers, on WEDNESDAY 6TH NOVEMBER at 1PM - this will be an opportunity to understand the site and the design surroundings. RSVP's are required for this site visit so please do so to the RFx Contact by Monday 4th November at the latest",Awarded,,0,20250410 Mackenzie District Council,30807842,Request for Tenders,Open Competition,Farlie Wastewater Relining 2024,1338,20241212,20250131,20250214,,Sole Agency,No,,"This contract is for the reinstatement of sewer mains along Denmark Street in Farlie Township by using the trenchless technology CIPP Relining. This section is identified and prioritized due to its age and condition. Defects on pipelines are sources of infiltration of either groundwater or rainfall. Faulty joints, cracks on pipes and root intrusions are some of the defects that will be addressed by this project. The objective of the works is to restore the pipelines to a near new state. All product installed shall have a minimum design life of 50 years or more.The works include, but are not limited to the following: Root removal. Removal of protrusions. Excavation and installation of manhole/s to allow for relining. Relining of 150mm gravity sewer and associated Lateral Junction Repairs. All Traffic Management. All construction shall be subject to Quality Assurance (QA), Traffic Management, and Health & Safety requirements. The contractor is required to coordinate with private property owners for works within and adjacent to private property. As such it is expected that the contractor provide relevant project.",Awarded,,0,20250410 Mackenzie District Council,30865564,Request for Tenders,Open Competition,Tekapo Smart Meter Installation,1337,20250107,20250131,20250214,,Sole Agency,No,,"The Mackenzie District Council is procuring smart meters for installation at residential and commercial connections in Tekapo. This invitation is to provide a quotation for installation of the meters in accordance with this scope of works provided here. Description of work Meters to be installed Type B: Shape Ultra sonic In-line meter: Location of Installations Installation shall be in new jumbo boxes on all service connections on the Tekapo on demand water supply scheme. Where there is insufficient space within the toby box, the Engineer may instruct construction of a new or relocated toby box. Where the existing toby box is located on private property, then the Engineer may instruct construction of a new or relocated box. Scope of Work As detailed in: The request for quotation Appendix A - Standard details Appendix B Connection reporting template Appendix C Specification Appendix D Schedule of Quantities Appendix E GIS Maps Tekapo",Awarded,,0,20250410 Mackenzie District Council,31075618,Request for Proposals,Open Competition,Coal Pit Road - Bridge Renewal,1339,20250214,20250307,20250314,,Sole Agency,No,,"Mackenzie District Council is seeking qualified contractors for the replacement of the Coal Pit Road Bridge in Albury. This project aims to enhance road safety, improve traffic flow, and support local infrastructure needs. The existing bridge has reached the end of its operational lifespan and requires a full replacement to meet modern engineering standards and ensure long-term structural integrity. Contractors with experience in bridge construction and roadworks are invited to submit their tenders. The successful contractor will be responsible for the demolition of the existing structure, and construction of the new bridge, in compliance with all relevant local regulations and environmental considerations. We require contractors that have the capacity and capability to complete this project to the standards set out in our evaluation criteria and in the timeframe, we require as well. NOTE** Steel Tech beams have an 8-10 week lead in time so it is recommended that these are ordered immediately after the tender is awarded.",Awarded,,0,20250410 Manawatu District Council,22302918,Request for Proposals,Open Competition,Professional Services RFP - MDC COUNCIL BUILDING - STRENGTHENING & MODERNISATION (SAM) PROJECT 2021,,20200214,20200319,20210111,,Sole Agency,No,"MDC 1170 Project SAM ROI Responses, Tenders Box, Manawatu District Council, 135 Manchester Street, Feilding 4743",,Awarded,"OCTA Associates Ltd are appointed as Project Managers for the Council Building and Library Redevelopment projects - $126,750 (GST exclusive) based on a value of 1,000 hours. Architecture Plus Ltd (Arch Plus) are appointed as Lead Designers for the Council Building and Library Redevelopment projects - $306,225 (GST exclusive) based on a value of 2,000 hours.",432975,20250410 Manawatu District Council,25889347,Request for Proposals,Closed Competition,Main Contractor Services to Feilding Public Library Redevelopment,MDC 1170,20220601,20220708,20220826,,Sole Agency,No,,,Awarded,,8624778,20250410 Manawatu District Council,25929296,Request for Tenders,Open Competition,MDC1405-2 Aorangi Marae RTB Improvements,,20220613,20220708,20220715,,Sole Agency,No,,"The contract objective is to improve the safety for traffic turning right from Waughs Road into the Aorangi Marae Carpark. EXTENT OF CONTRACT The Contract Works include, but are not limited to: Earthworks to form the designed carriageway Basecourse construction Chip sealed carriageways construction Pavement markings Guardrail installation Traffic management",Awarded,"Acceptance notice for physical works contract MDC1405-2: Aorangi Marae Right Turn Bay On behalf of Manawatu, I advise that your tender to undertake the contract work described above and referred to in your tender for the sum of $265,377.51 excluding GST, is accepted.",265379,20250410 Manawatu District Council,26242716,Request for Tenders,Open Competition,MDC1397-2 Rongotea Road Seal Widening,,20220830,20220929,20221010,,Sole Agency,No,,"Manawatu District Council are inviting tenders from suitably experienced contractors for the construction of the above project. Tenderers are invited to tender for the construction of seal widening in Rongotea Road from RP 13.385 to RP 15.647. Tenders close at 4.00pm on Thursday 29th September 2022. The scope of work includes, but is not limited to: Earthworks to form the designed carriageway Basecourse construction Chip sealed carriageways construction Pavement markings Traffic management Included in the above is the reinstatement of affected roads, berms, pavement, fencing and driveways within the site.",Awarded,Please refer to emails sent by the Tender Secretary for award and decline letters.,0,20250410 Manawatu District Council,26511798,Request for Proposals,Open Competition,Request for Proposal - Manawatu District Council Liquefaction Hazard Assessment,MDC1419,20221020,20221117,20221201,,Sole Agency,No,,"To ensure readiness to B1/AS1 of the Building Code, councils have been advised to map their jurisdictions to undertake hazard mapping and identity liquefaction-prone areas. We need a suitably qualified professional service provider to provide a liquefaction map via a GIS layer to allow Council to manage liquefaction related risk in land use planning and development decision making in the resource consent and building consent processes. Mapping needs to include identification of low, medium and high liquefaction risk areas. Mapping needs to be accompanied by a final report which gives guidance to the Buyer on appropriate building design elements to mitigate liquefaction risk.",Awarded,,39500,20250410 Manawatu District Council,26637909,Request for Tenders,Open Competition,MDC1247-6 Active Mode Connectivity Stage 2 Taonui Road to Nannestads Line,MDC1247-6,20221116,20221208,20230807,,Sole Agency,No,,"On behalf of the Manawatu District Council (the Principal), GHD Limited invites tenders for Stage 2 of the Active Mode Connectivity Palmerston to Feilding project, from Taonui Road to Nannestads Line. Project Description The Contract involves: Earthworks Pavement construction Sealing Site reinstatement Liaising with Service Authorities",Not Awarded,Tender Award to Chris Gommans Contracting Ltd,0,20250410 Manawatu District Council,26668995,Request for Proposals,Closed Competition,Feilding Little Theatre Repairs to Uplift Dangerous Building Notice,MDC1436,20221128,20221216,20230214,,Sole Agency,No,,,Awarded,,151174,20250410 Manawatu District Council,26979019,Request for Proposals,Open Competition,Detailed Design of Precinct 4 East Stormwater Detention Ponds,,20230221,20230317,20230417,,Sole Agency,No,,,Awarded,,48000,20250410 Manawatu District Council,27214599,Request for Proposals,Open Competition,MDC1466 Halcombe Stormwater Catchment Modelling,MDC1466,20230406,20230505,20230518,,Sole Agency,No,,,Awarded,,37880,20250410 Manawatu District Council,27388862,Request for Tenders,Open Competition,MDC1478 2023-24 New Footpaths,MDC1478,20230512,20230608,20230616,,Sole Agency,No,,This contract is for the construction of new footpaths on Trent Street Rongotea and Monteith Street Halcombe.,Awarded,Tender from Fulton Hogon Ltd was accepted.,117675,20250410 Manawatu District Council,27472524,Request for Tenders,Open Competition,"MDC1494 Road Rehabilitation Investigation, Design and Construction 2023-24",MDC1494,20230530,20230630,20230804,,Sole Agency,No,,"This contract is for a number of road rehabilitation sections within Manawatu District Councils jurisdiction. This contract includes Pavement Rehabilitation & Design and Construction.",Awarded,Tender from Graham Civil accepted.,734226,20250410 Manawatu District Council,27595355,Request for Tenders,Open Competition,MDC1458 Cemetery Road Seal Widening and Mangamako Road Safety Improvements,,20230622,20230727,20230818,,Sole Agency,No,,"CONTRACT OBJECTIVE The contract objectives are to: - Improve safety for traffic using Cemetery Road from RP 1.79 to RP 3.286. by providing wider traffic lanes. - Improve safety for traffic using Mangamako Road between RP 17.66 and RP 17.85. by improving the sight line visibility distance, the second objective LOCATION OF WORKS The works are located within the Manawatu District at the following location: Cemetery Road from RP 1.71 to RP 3.286. Mangamako Road from RP 17.4 to RP 18.06 Construction drawings are appended to this document showing the location and extent of the proposed works at each site.",Awarded,Tender from McIntyre Construction Ltd was accepted.,658122,20250410 Manawatu District Council,27840356,Request for Tenders,Closed Competition,MDC1414-2 Road Maintenance and Renewals 2024-2027,MDC1414-2,20230807,20231027,20231212,,Sole Agency,No,,"Registration of Interest for the following: a) This contract is for the roading network within Manawatu District Councils jurisdiction. b) This contract includes the maintenance, and renewal works on the local road network. c) Preparation, submission, implementation and management of all programmes and reports. d) Preparation, submission, implementation and management of the Work and Quality Plan processes. e) Provision of all labour, plant and materials required to undertake and complete the works included in the accepted contract programmes in accordance with the contract documents or the instruction of the Engineer.",Awarded,Tender from Fulton Hogan accepted.,50370863,20250410 Manawatu District Council,28202825,Request for Tenders,Open Competition,MDC1456-2 Otara bridge Strengthening Works,,20230929,20231019,20231025,,Sole Agency,No,135 Manchester Square,,Awarded,Tender from Riverside Construction accepted.,597336,20250410 Manawatu District Council,29030902,Request for Proposals,Closed Competition,MDC Administration Building Renewal and Strengthening,MDC1378,20240531,20240710,20241112,,Sole Agency,No,,,Not Awarded,,0,20250410 Manawatu District Council,29033341,Request for Quotations,Open Competition,Suppy of Three Waters Reticulation Materials for Consignment Stock,MC1869,20240315,20240412,20240628,,Sole Agency,No,,The Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a quote to supply reticulation materials for the Manawatu District Council.,Awarded,,0,20250410 Manawatu District Council,29114903,Request for Proposals,Closed Competition,Stanway Halcombe Rural Water Supply Scheme - Hydrogeological Advice,,20240328,20240412,20240513,,Sole Agency,No,,The Manawatu District Council invites Respondents to provide professional advice through a desktop study on the location and depth of a proposed new water supply bore. This bore will specifically supply potable water to the Stanway Halcombe Rural Water Supply Scheme.,Awarded,,0,20250410 Manawatu District Council,29512091,Request for Tenders,Open Competition,"MC1897 Stanway-Halcombe and Feilding New Reservoirs, Design and Construct",MC1897,20240530,20240725,20240816,,Sole Agency,No,"135 Manchester Street, Feilding 4702","This contract is for design and construction of reservoir storage for the Stanway-Halcombe Rural Water Scheme (4,000m3), and includes a separable portion for construction of a new reservoir in the Feilding industrial zone (2,000m3) for resilience and firefighting purposes.",Not Awarded,"This tender was awarded to Concrete Structures NZ Ltd for the contract amount of $3,200,765.00.",0,20250410 Manawatu District Council,30188463,Request for Tenders,Open Competition,MC1918 Hobson Street Car Park,,20240913,20241004,20241010,,Sole Agency,No,"135 Manchester Street, Feilding 4702","The project will involve several critical components. Civil works will include site preparation, and the construction of the asphalt surface. Additionally, the storm water management system will be upgraded to handle runoff effectively. To enhance safety and accessibility during evening hours, new power and lighting towers will be installed throughout the carpark area. This new carpark is designed to improve parking capacity and accessibility for the Manawatu Community Hub and Library, thereby supporting its continued use and community engagement.",Not Awarded,The contract was awarded to Chris Gommans Contracting.,0,20250410 Manawatu District Council,30282849,Request for Proposals,Open Competition,"MC1924 Manawatu Wastewater Treatment Plant Cut and Carry, and Irrigation Land Maintenance Services",MC1924,20240927,20241029,20241115,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified agricultural specialists to submit a proposal to provide a pasture-based cut and carry operation at the Manawatu Wastewater Treatment Plant (MWWTP), on Kawakawa Road in Feilding. This contract also includes a range of pasture management activities to optimise the possible income from the service, but most importantly to optimise the land for its main purpose to irrigate treated wastewater to land. MDC are welcoming of Respondents submitting a joint Proposal, however there must be one (1) lead in the consortium who will be the lead Contractor, and issue invoices to MDC for services. If there are Suppliers interested in delivering only part of this contract opportunity who are not able to fulfil the full scope, or if you have interest in purchasing silage, baleage or hay from the site, please register your interest by emailing tender.secretary@mdc.govt.nz with your interest described as well as contact details. The Tender Secretary will publish your interest area and contract details electronically on GETS to make them available to other interested parties.",Not Awarded,Contract was awarded to RTB Agri Limited.,0,20250410 Manawatu District Council,30497407,Request for Tenders,Closed Competition,MDC1518-6 CHURCHILL ROAD BRIDGE REPLACEMENT AND MDC1502-3 MAKIEKIE BRIDGE REPLACEMENT,,20241025,20241122,20241205,,Sole Agency,No,,The contract objective is to replace the storm damaged bridges at Churchill Rd (Pohangina River) and Makiekie Stream (Pohangina Rd).,Not Awarded,The contract was awarded to Emmetts Civil Construction Ltd,0,20250410 Manawatu District Council,30645849,Request for Quotations,Open Competition,RFQ - MC1929 - Manawatu CCTV Pipework & Sewerage Network Asset Inspections 2024-2027,,20241115,20241206,20241217,,All of Government,No,,"The Manawatu District Council are seeking proposals to carry out a programme of CCTV inspections of the sewerage networks across the Manawatu Region. The locations for this programme are Sanson, Rongotea, and eventually Feilding.",Not Awarded,The contract was awarded to InterGroup.,0,20250410 Manukau Institute of Technology,22008099,Request for Proposals,Open Competition,Virtual Learning Environment Platform,,20191128,20191209,20200428,,Sole Agency,No,none,"Fleximode offers the opportunity to reach new student markets (those that dont live locally and those that cant attend weekday/daytime classes), potentially increasing student numbers. It also provides 24x7 access to learning resources for all students (on-campus and on-line), potentially increasing student experience and success rates. We are looking to purchase a Virtual Learning Environment Platform which integrates a suite of learning technology, which, together, provides a seamless and engaging experience and exchange of information between Student Users and our Organisation. Smooth mobility and transfer between systems will provide us with the means to add real time, online classes to our learning offering.",Not Awarded,"Under the current situation we are in, we had to re-prioritize a number of are projects at hand, and the VLE project is one of those projects that had to halted. This was due a number of reasons such as but not limited to funding being diverted to other priority programmes. We do appreciate your time and effort you had put in, and we do hope you will be interested to work with us should be re-instate this project again.",0,20250410 Manukau Institute of Technology,22528587,Request for Proposals,Open Competition,Parking Solution,,20200408,20200515,20201001,Property & Campus Services,Sole Agency,No,,"MIT is seeking to implement a parking management solution for approximately 1600 carparks at its Otara North, Manukau and TechPark Campuss. we do not want any untested solutions or proposals that require significant capital investment on MITs part or solutions that solely focus on enforcement e.g. tow away policies. MIT is looking for credible providers who have the capability, experience and infrastructure to deliver a parking management solution. The provider needs to have a good track record in this area. The proposed solution should provide a simple, efficient experience for the users, efficient monitoring and enforcement and increase revenue for MIT.",Not Awarded,,0,20250410 Manukau Institute of Technology,22561294,Request for Proposals,Open Competition,Relocation of Hairdressing Teaching Facility,,20200421,20200508,20210120,Strategy & Support Services,Sole Agency,No,NA,"MIT is seeking pricing submissions from suitably qualified and resourced Contractors for relocation of MIT Hairdressing Teaching Facility located in the Otara North Campus MIT Hairdressing Otara North Campus Gate 12, 53 Otara Rd, Auckland - NQ Level 1. Retro fitting existing classroom by converting new hairdressing school that will provide, a large open plan and multipurpose teaching space which will emulate a real-world Hair salon environment. All construction works will be internal, as this is a refit and re-purpose of current classrooms and some external work for the piping and drainage as per building consent submission drawings set. IMPORTANT NOTICE Due to Covid-19 Alert Levels currently in place, we are yet to set a time and date for the site visit. No sooner the Alert Levels are lifted and we are able to set the time and date for the site visit subject to all health and safety guidelines, we will inform all of you via GETS.",Awarded,,0,20250410 Manukau Institute of Technology,23145120,Request for Proposals,Open Competition,Outsourced IT Service Desk,,20200820,20200918,20210120,Information & Communication Technology,Sole Agency,No,NA,"In 2019 the Technology Services team at the Manukau Institute of Technology Limited(MIT) underwent a restructure to shape and support the future delivery model. Part of this restructure included a proof of concept (PoC) on the outsourcing of its IT service desk function. MIT is now looking to appoint a provider for this outsourced solution to support the ongoing delivery of the service desk support functions.Including, but not limited to, Level 1 and Level 2 user support for MIT staff members and students(where appropriate).MIT would like this solution to feel and look like an MIT experience, so are searching for a collaboration partner who would have full autonomy when required, while also open to working together to establish an appropriate operating model.",Awarded,"In September 2020, the Manukau Institute of Technology Limited (MIT), released a Request for Proposals (RFP) to the market via GETS, to seek responses for an outsourced IT Service Desk. Following the review and evaluation of the responses received, MIT elected to award a contract to Cyclone Computer Company Limited, for a one-year term, for the support services required to deliver the Outsourced IT Service Desk requirements for MIT",0,20250410 Manukau Institute of Technology,24649883,Request for Proposals,Open Competition,"Outsourced Student Support, Customer Service & IT Helpdesk for MIT and Unitec",,20210809,20210827,20211112,,Sole Agency,No,,"This Request for Proposal (RFP) is issued jointly by Manukau Institute of Technology Ltd (MIT) and Unitec New Zealand Ltd (Unitec). We are seeking a solution for our outsourced Student Support Customer Services and IT Helpdesk service functions. We are looking for credible suppliers, with an excellent track record, who can deliver an outstanding experience for our customers our staff and students. In addition, we are looking for a provider who is willing to collaborate on and develop an agreed definition of the Level 1 and Level 2 support requirements of both entities, including the appropriate service level agreements. This is a unique opportunity to become part of both MIT and Unitecs ongoing support function. We are looking for a partner moving forward to provide support for several years. With the changing landscape in the wider sector, this presents an opportunity to be part of the change and add real value to the New Zealand tertiary sector. For any all queries/clarification, all interested parties must contact the Buyer only via GETS. Any query raised outside of this process will not receive a response. Potential bidders are also required to fully adhere to the submission instructions as specified in the RFP SECTION 1: Key information. Anticipated commencement of the new contract is October 2021 subject to successful transmission from the current to the new provider of services.",Not Awarded,,0,20250410 Manukau Institute of Technology,27246846,Request for Proposals,Open Competition,Developing Teaching and Learning Capabilities of Qualified and Skilled Industry Persons to improve Workforce Capability,,20230414,20230511,20231231,,Sole Agency,No,,"ConCOVE is seeking proposals using a systems change approach to investigate the effectiveness of training provided to kaiako who are teaching programmes in the construction and infrastructure sectors, and food and fibre sectors in tertiary institution, such as Te Pukenga or PTEs. ConCOVE connects and aligns industry, learners and vocational education to re-imagine clear, equitable and supported career pathways within the Construction and Infrastructure sector. Ka tuhonohonotia e ConCOVE nga rangai ahumahi, nga akonga, me nga pukenga mahi a rehe ki te whakatu mahi i runga i te huarahi tika, e ngakau tapatahi ana, e tautokotia ana e te rangai waihanga. ConCOVE (hosted by MIT) was launched in 2020 and, as a national centre of vocational excellence, is tasked to engage with the New Zealand construction and infrastructure sector to understand workforce needs and to reimagine vocational education and training in these sectors. We have three key drivers: ? How we learn ? What we learn ? How we treat each other. The five strategic themes that we use to guide our work: ? Entry ? Progression ? Diversity, Equity, and Inclusion (DEI) ? Innovation and Disruptive Technologies ? Environmental SustainabilityPage 4 of 23 We are particularly interested in increasing participation and progression of Maori, Pacific Peoples and women in our sectors. For this RFP, ConCOVE are working in collaboration with the Food and Fibre CoVE. The Food and Fibre Centre of Vocational Excellence Society Incorporated (an independent member organisation) aims to, through investing in research and innovation, propel the Food and Fibre sector to a sustainable and prosperous future through an enduring partnership with the Education Sector to ensure excellence in provision for our current and future workforce.",Awarded,,0,20250410 M?ori Health Authority - Te Aka Whai Ora,26780704,Request for Proposals,Open Competition,Matauranga Maori Solutions,,20230105,20230207,20230626,,Sole Agency,No,,"Te Aka Whai Ora is inviting Hauora Maori partners to submit a proposal to design, deliver, implement and evaluate their own Matauranga Maori Solutions which contribute to Hauora Maori Outcomes from a Te Ao Maori perspective This is an exciting opportunity to change the face of health care in Aotearoa to reflect te ao Maori and to empower and further enable Hauora Maori partners to shape and implement their own solutions. This opportunity will result in investment in new service models, strategies, solutions and innovations grounded in te ao Maori. Evidence has confirmed that matauranga Maori solutions led by Maori contribute to health and wellbeing, resiliency and identity of whanau Maori and the environments in which they thrive. Te Aka Whai Ora will accept individual or collective responses from Hauora Maori partners. This may include providers, hapu / Iwi groups, Maori businesses and suppliers registered with Te Aka Whai Ora, and other Maori innovators. Te Aka Whai Ora must be able to contract with a legal entity. Hauora Maori partners are defined as having 75% or more Maori in governance and ownership of the entity however Te Aka Whai Ora MAY consider waiving the ownership requirement where the solution has evidence that it is particularly beneficial to and impactful for Hauora Maori Outcomes",Awarded,91 recipients,18775000,20250410 M?ori Health Authority - Te Aka Whai Ora,27009328,Request for Proposals,Open Competition,"Kahu Taurima: Maternity and Early Years: Investing for Equity, Whanau life Course Solutions and Hauora Outcomes",,20230227,20230327,20230601,,Sole Agency,No,,"Te Aka Whai Ora is leading a direct commissioning approach with existing and emerging Hauora Maori Partners to transform service delivery models for integrated first 2,000 days care and support where matauranga Maori sets the foundations of hauora Maori, informing strategic direction and implementation. This RFP seeks proposals to address 10 priority initiatives, which together support the development and delivery of Te Ao Maori solutions for the transformation of maternity and early years services. Rather than issue 10 separate RFPs, we have combined the requests into one document, but we still seek proposals for each initiative separately. Respondents are not expected to offer proposals to cover every initiative.",Awarded,,61720000,20250410 Maori Television,25826234,Request for Tenders,Open Competition,Security Services Tender,SEC2022,20220523,20220615,20220801,Finance,All of Government,No,"PO Box 64-341, Botany, Auckland 2163, New Zealand","Maori Television Service is looking to appoint a security services firm to provide security services at our East Tamaki facility. Services that we require are a static guard on site from 5am-12pm daily, alarm monitoring & maintenance and patrols of our site. Further details to be provided on application.",Awarded,,240000,20250410 Maritime New Zealand,25131029,Request for Proposals,Open Competition,MPRS Small Work Boat Design and Build,PAN_MNZ_0421,20211119,20220121,20220519,Maritime New Zealand,Sole Agency,No,MNZ.tender@maritimenz.govt.nz,"The Marine Pollution Response Service (MPRS) of Maritime New Zealand (MNZ) provides New Zealands National capability for preparedness and response to oil pollution in maritime waters. As part of their preparedness MPRS owns and operates a number of multi-role trailered workboats. This project is a design and build of a new workboat, suited to specific operational requirements and which is complimentary to MPRSs other vessels, where each performs a number of the overall operational requirements. This opportunity is suitable for a well-established, proven and reliable supplier to assist through the design, construction and fit-out of a boat and trailer in partnership with Maritime New Zealand to excel in the area of preparedness and response to oil pollution in maritime waters.",Awarded,,0,20250410 Maritime New Zealand,26705087,Request for Quotations,Closed Competition,Vehicle Finance Leases for BEVS and PHEVS vehicles Optimization and Transition Project,PAN_MNZ_0534,20221202,20221214,20221031,Maritime New Zealand,Sole Agency,No,,"MNZ requires a provider that can secure competitive vehicle finance leases on an ongoing basis. The Vehicle Finance Leases involve Battery Electric Vehicles (BEVs), Plug-In Hybrid Electric Vehicles (PHEVs) and collectively Electric Vehicles (EVs).",Not Awarded,Preferred and successful supplier awarded contract,0,20250410 Maritime New Zealand,27732887,Request for Proposals,Open Competition,Enterprise Fleet Management System & Telematics,PAN_MNZ_0607,20230719,20230814,20231214,Maritime New Zealand,Sole Agency,No,MNZ.tender@maritimenz.govt.nz,"This is an exciting opportunity for a successful supplier to be part of our MNZ sustainability journey and fleet improvement initiatives. The objective & proposed outcome is to identify and commission a supplier who will be able to offer an enterprise fleet management solution suitable for Maritime New Zealand that will be able to flex & adapt as our vehicle fleet journey changes and to help improve our MNZ critical risk objectives. The second objective, to provide a telematics component which enables GPS and data capabilities to help MNZ achieve our health and safety needs, and encourage the importance of our sustainability/carbon emission reduction objectives. We are looking for one provider to collaborate with, to take the lead and provide the services highlighted in this RFP. The successful supplier will be able to provide a fleet management solution to manage, report & monitor our driving behaviours across 50 vehicles located around the country. MNZ currently have two providers for our leased vehicles and it is expected that the successful solution will be able to operate effectively and efficiently with any vehicle lease providers.",Not Awarded,,0,20250410 Maritime New Zealand,28157014,Request for Proposals,Closed Competition,Printer Solution,PAN_MNZ_0603,20230922,20231018,20231219,Maritime New Zealand,Sole Agency,No,MNZ.tender@maritimenz.govt.nz,The objective & proposed outcome is to identify and commission a supplier who will be able to implement an enterprise wide Follow-me print service replacing the existing direct print and Follow-me functions and devices.,Not Awarded,,0,20250410 Maritime New Zealand,29355269,Request for Proposals,Open Competition,Nelson Office Fit out,PAN_MNZ_0670,20240508,20240531,20240702,Maritime New Zealand,Sole Agency,No,,"Maritime New Zealand (MNZ) is the national maritime regulatory, compliance and response agency for the safety, security, and environmental protection of Aotearoa New Zealands maritime environment. We are a Crown entity set up in 1993 and governed by a Board appointed by the Minister of Transport under the Maritime Transport Act 1994. We require a construction company to provide secure reception and meeting facilities as well as a refreshed flexible working office environment. This will provide Nelson staff with a workspace that reflects the MNZ workplace standards, and wider Government standards. This is a unique opportunity to the local market offering a comprehensive project for a main contractor with a competitive budget and timeframe. The MNZ fit out is a quality project for main and sub-contractor portfolios, it will include a range of subcontractors required to complete the end result. This is in line with past projects of similar scale throughout NZ with MNZ.",Not Awarded,,0,20250410 Maritime New Zealand,29364067,Request for Proposals,Open Competition,Maritime Finance System Transformation,PAN_MNZ_0673,20240520,20240611,20240815,Maritime New Zealand,Sole Agency,No,,"Maritime New Zealand is seeking a modern finance system to streamline our financial operations. We aim to procure a user-friendly solution that can efficiently manage our accounting processes. The system should offer robust features for invoicing, payments processing and automation of standard tasks. The system should be easy to integrate with existing systems and be compatible with our existing Microsoft stack. We prioritize automation, reliability, security, and scalability to support our organization's evolving needs. Maritime New Zealand's selection of a new finance system will be influenced by several key factors aimed at modernizing and optimizing financial operations. Firstly, the system's compatibility with existing infrastructure and integration capabilities will be crucial to ensure a smooth transition and continuity of operations. Secondly, user-friendliness and automation features will be prioritized to ensure our Finance function becomes more efficient. Crucially, robust security measures must be incorporated to safeguard sensitive financial data and ensure compliance with industry standards. Ultimately, the key outcomes sought include improved financial transparency, streamlined processes, and cost-effectiveness in managing financial resources, all contributing to Maritime New Zealand's overall effectiveness and accountability in fulfilling its mission.",Awarded,,0,20250410 Massey University,7786422,Request for Proposals,Open Competition,Panel of Preferred Suppliers for Interactive Technology Provisioning,TB/14/91,20150112,20150227,20220622,,Sole Agency,No,Please refer RFP,"Massey University is seeking to establish a Panel of Preferred Suppliers for Interactive Technology including Crestron Programming, Audio Visual, Video Conferencing, Multimedia and Digital Signage provisioning and support and maintenance agreements in accordance with this RFP and the specifications as set out in Schedule 2. Suppliers are invited to propose solutions for one or multiple categories listed in Schedule 2 and for one, two or all three campuses in Auckland, Palmerston North and Wellington.",Not Awarded,,0,20250410 Massey University,10524266,Request for Proposals,Open Competition,Request for Proposal for Leased Vehicles,TB/15/15,20150401,20150511,20220622,,Sole Agency,No,"Procurement Tenders Box, Massey University Private Bag 111222 Palmerston North 4442",Massey requires a vehicle leasing company to supply Masseys leased vehicles and related services for its Fleet Operations Team as further described in this RFP.,Not Awarded,,0,20250410 Massey University,19293031,Request for Proposals,Open Competition,Sports Hall & Squash Courts Structural Upgrading and ReRoofing,TB-17.31,20171205,20180120,20200101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking a suitably qualified Construction Company to carry out structural upgrading to the Sports Hall that forms a part of the Recreation Centre on the Turitea Campus in Palmerston North. The work also includes re-roofing of the Sports Hall and some structural work to the roof of the Squash Courts. In addition there is work required to the facility relating to Building Code compliance regarding accessibility. Although the main work areas will be vacant during the construction period, other parts of the facility will remain in use. Accordingly this will require special attention to the safety of users during construction and careful coordination with Recreation Centre management. We want proven experienced contractors who can prove their ability to deliver quality projects on time. It will be the responsibility of the Lead Contractor to ensure all sub-contractors work is of the highest standard and that construction programmes are met.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,19939576,Request for Proposals,Open Competition,Architectural Services & Lead Design Consultant,,20180723,20180827,20200101,Procurement & Contract,Sole Agency,No,,"Massey University are seeking to appoint an Architectural and Lead Consultant for the School of Veterinary Science (SoVS) complex upgrade programme, located at the Universitys Manawatu campus. The appointed consultant will be required to take the proposals from concept design stage through to completion of construction and handover. The initial concept designs have been completed. Building Services, Structural and Quantity Surveying services are also being appointed through separate tender processes.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,19939857,Request for Quotations,Open Competition,Structural and Civil Consultant,,20180723,20180820,20200101,Procurement & Contract,Sole Agency,No,,"Massey University are seeking to appoint a structural and civil consultant for the School of Veterinary Science (SoVS) complex upgrade programme, located at the Universitys Manawatu campus. The appointed consultant will be required to take the proposal from concept design stage through to completion of construction and handover. The initial concept designs have been completed. Architectural, building services, and quantity surveying services are also being appointed through separate tender processes.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20090249,Request for Quotations,Open Competition,Inverted epifluorescent microscope,TB 18/15,20180831,20180926,20200101,Procurement & Contract,Sole Agency,No,,"Massey University is a top-tier and innovative research institute supporting cutting-edge research programs. The Massey Institute of Natural and Mathematical Sciences require a new microscopy platform for faculty doing research in microbiology, genetics, cell biology, molecular biology, and biochemistry. Acquisition of such a platform will open completely new avenues for research programs that are currently not accessible. Massey University is looking to purchase a state-of-the-art microscopy platform to provide Massey researchers with the necessary tools to maintain such research programs. The product is an automated inverted epifluorescent microscope with laser autofocus. The equipment will expand research opportunities for Massey faculty across all biology disciplines.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20268931,Request for Tenders,Open Competition,Monro Dining Hall Refurbishment,TB18/29,20181010,20181108,20200101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking tenders from suitably qualified contractors for the work involved in refurbishing the former Monro Dining Hall in the Moginie Accommodation Village. This project includes work on the exterior of the building, repainting and the replacement of doors and windows. Interior work involves re-planning the interior layout and new finishes to walls and ceilings and new floor coverings with some new joinery fittings together with new lighting. In addition there are new areas of decking together with upgrading of existing timber decking. ****** Please note that all Specifications and Drawings, etc. are attached on the download link below: ******* https://www.dropbox.com/sh/l3z8yqaa3vc03e2/AACsP86aBFcxuyvSghyGaiv9a?dl=0",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20272405,Request for Tenders,Open Competition,Refectory Building Upgrade,TB18/14,20181011,20181122,20200101,Procurement & Contract,Sole Agency,No,,"The Refectory building is one of Masseys original heritage buildings located on our Manawatu Campus. It was built in 1929-30 and is a Category Two Listed Building in both the Palmerston North District Plan and on the Heritage New Zealand list. The building was vacated in 2012 after it was deemed earthquake prone. This started a planning process that saw the University decide to not only strengthen the building, but to also completely refurbish and extend it by way of a new Pavilion to be built on the Southeast corner. To achieve this, we are seeking tenders from construction companies with extensive experience in seismic strengthening and heritage restoration projects to carry out what will be a difficult strengthening project. We anticipate the project will start around December this year and last approximately 12 months. The work relating to the seismic strengthening component of this project is extremely invasive. Minimising damage to the existing building fabric will be a high priority, and contractors will need to remain focused on this throughout the contract works. Other important factors are: Thorough management systems The capacity to supply adequate resources to the project both on and off site to ensure agreed programmes are adhered to Highly experienced site management staff being dedicated to the project for the duration of the project Sound sub-contractor management systems and agreements in place to ensure adherence to contract documents Sound health and safety systems in place The financial capacity to carry out the works Open and honest communication by all parties ****** Please note that all Specifications and Drawings, etc. are attached on the download link below: ******* https://www.dropbox.com/sh/40fne9a7g0uoebu/AAAf7JNmMXiClQk7SbhT4cALa?dl=0",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20285136,Request for Tenders,Open Competition,Wetland One Construction Works (Albany Campus),TB18/28,20181015,20181109,20200101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking tenders from suitably qualified contractors to carry out Wetland One construction works on Albany Campus in Auckland. Construction of a stormwater detention and treatment wetland at the head of Watercourse A (directly below Bush Road). The storage volume (1,840m3) will be achieved by construction of an earth dam across the valley floor. There will be little to no excavation works involved but earth fill will be used to construct the dam. The fill will either be imported from off site or will be taken from proposed areas of cut elsewhere on campus. The works involved in the construction of the wetland will be as follows: Install appropriate erosion and sediment control measures to Auckland Council standards; Remove existing exotic vegetation from vicinity of proposed wetland; Divert stream if required; Form earth dam and sediment forebay bund; Install outlet pipes and manholes; Construction erosion protection at outlet from pond and emergency spillway; Carry out wetland and mitigation planting; A new access track will also be formed to allow maintenance vehicles to reach the wetland. This track will be constructed of gravel and will run parallel to Albany Expressway from the existing car parking area to the wetlands location.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20367793,Request for Proposals,Open Competition,Supply of Maintenance and Professional Services at Massey Universitys Manawatu Campus,TB18/12,20181102,20181220,20200101,Procurement & Contract,Sole Agency,No,,"To support Massey Universitys core business as a learning and research institution, it is critical that its infrastructure and assets are well maintained to ensure they remain fit-for-purpose, contemporary and their useful-life is maximised through robust maintenance processes. With an extensive range of buildings, assets and infrastructure on its Manawatu Campus, the University is looking to establish a panel of providers for specific maintenance and professional services as detailed in this Request for Proposals (RFP). Successful respondents may be appointed to one or more panels. The main focus of this RFP is the provision of maintenance and professional services for the Manawatu Campus. The University does recognise however that some suppliers will be able to provide services across all three campuses i.e., Auckland, Manawatu and Wellington and an opportunity will be provided for respondents to indicate if they are able to provide national services. Maintenance services covers compliance, preventive and corrective maintenance activities.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20431073,Request for Proposals,Open Competition,RFP for Construction Services - Tier 1 Supplier Panel & Innovation Complex,TB18-25,20181119,20181220,20200101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking proposals from suitably qualified main contractors to submit a Proposal for inclusion onto the Tier 1 National Supplier Panel to provide Design Management and Construction Services for the next ten years. It is also proposed to procure the Innovation Complex (IC) building at Albany Campus, Auckland construction services with the establishment of Tier 1 Panel. The intention is to have early contractor involvement for IC on Detailed Design stage and the construction completed in Oct 2022 or earlier.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20449035,Request for Quotations,Open Competition,"Ultrasound Machine for Radiology, School of Veterinary Science",TB18-02,20181120,20181211,20211101,Procurement & Contract,Sole Agency,No,,"The School of Veterinary Science at Massey University Palmerston North Campus provides ultrasound scans for diagnostic ultrasonography on hospitalised companion animals, and on endangered species from the WildBase Hospital, with approximately 400 scans performed per annum. The current ultrasound machine is no longer satisfactory for the scans required of a tertiary referral hospital. Massey University (Massey) is seeking to procure a replacement ultrasound machine to replace the current machine through this RFQ.",Not Awarded,Closing out old record,0,20250410 Massey University,20623939,Request for Tenders,Open Competition,Production Animal Isolation Unit,TB 18/11b,20190123,20190222,20200101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking tenders from suitably qualified contractors to carry out the new build construction of a Production Animal Isolation facility on our Turitea Campus in Palmerston North. New 153m2 production animal isolation unit located on a gently sloping site on University avenue, adjacent to an existing Equine Isolation facility. Construction is generally 20 series CMU with a timber truss roof and profiled Colorsteel roofing. The concrete floor slab shall be approximately level with the existing equine facility paving and will require back-filling and retaining to accommodate the fall of the site towards the street. Massey are proposing a contract works period of 24 weeks.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20657737,Request for Quotations,Open Competition,Matrix-Assisted Laser Desorption/Ionization Time-of-Flight Mass Spectrometer (MALDI-TOF),TB18/44,20190131,20190307,20200101,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is looking to purchase a state-of-the-art matrix-assisted laser desorption/ionization time-of-flight mass spectrometer (MALDI-TOF, the Equipment) to provide Massey researchers and collaborators with the necessary tools to maintain and expand research programs in microbiology and biochemistry. The primary purpose of the equipment will be the identification of microorganisms. Additionally, it may be used for discriminating between some antibiotic resistant variants and the identification of specific antibiotic resistance mechanisms. The Equipment will expand research opportunities for Massey faculty across all biology disciplines.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20756869,Request for Quotations,Open Competition,X-ray Diffraction Equipment,TB18/42,20190220,20190429,20190731,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is looking to purchase X-ray diffraction equipment. The key outcome that we want to achieve is a suite of instrumentation that is high-performance, reliable, safe and user-friendly for our diverse range of users. The X-ray diffraction lab housed in the Institute of Fundamental Sciences is a core facility for research in the experimental sciences across the university and beyond. We plan to purchase modern and safe equipment on behalf of more than 50 diverse users. The existing equipment underpinned 114 peer-reviewed papers and dozens of postgraduate theses. We are looking to continue this success. The equipment will be commissioned at our Palmerston North Campus.",Not Awarded,,0,20250410 Massey University,20773603,Request for Proposals,Open Competition,"Supplier Panel - Supply and Install Furniture, Fixtures and Equipment (FF&E)",TB18-27,20190225,20190326,20200101,Procurement & Contract,Sole Agency,No,,"The purpose of this RFP is to seek proposals from suitably qualified suppliers to establish a FF&E Supplier Panel for supply and installation of furniture for Massey University. The Buyer will evaluate all proposals submitted and endeavour to establish a panel of suppliers for each category below: Office Furniture Learning & Teaching Furniture Informal / Collaborative Furniture The panel will cover Auckland, Manawatu and Wellington areas. For both the short and longer term, the Buyer seeks to foster and build strong relationships with committed suppliers, that have the experience and capabilities to consistently deliver the solutions on time, cost, quality and provide reliable productivity. The proposed Panel Agreement will be issued as a NTT for this RFP. The duration of the panel will be for three years from commencement with the potential for one extension of three years up to a maximum of 6 years (3+3).",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20801343,Request for Tenders,Open Competition,Design & Build Services RFT Massey University Community Hockey Turf,PCGB 19/05,20190305,20190405,20200101,Procurement & Contract,Sole Agency,No,,"This Request for Tender is an invitation to suitably qualified and experienced suppliers to submit a Tender for the Design & Build Services for Massey University Community Hockey Turf. We need a specialist Certified Hockey turf installer (who is FIH accredited suppliers and field builders) to take a Lead Contractor role in the detailed design and construction of a Global Elite Hockey field (with some small exceptions) at Massey University. The desired outcome is a well presented and considered FIH certified turf with functional and compliant ancillary services, such as lighting, irrigation and drainage. We need a design that is considerate of the location and access, and a design team that will use their expertise and work with the principal to achieve the best outcomes for user functionality, cost and constructability. We need a Lead Contractor that is experienced in the full construction process required for turf development and is engaged in all aspects and has ownership and accountability over the full construction and all sub-contractors.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20915720,Request for Proposals,Open Competition,RFP for Construction Services - Tier 2 Supplier Panel,TB19-03,20190408,20190513,20210101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking proposals from suitably qualified main contractors to submit a Proposal for inclusion onto the Tier 2 Regional Supplier Panel to provide construction services (range from $200,000 to $5M excluding routine facilities maintenance) for the next ten years. It is proposed to engage a total of up-to nine (9) suppliers across the three campuses, resulting in three (3) suppliers per region (Auckland, Manawatu and Wellington). It is important to note the Panel Agreement will not guarantee a value of work or guarantee a volume of projects or firm timings. The duration of the panel will be for five years from commencement with the potential for one extension of five years up to a maximum of 10 years (5+5).",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team,0,20250410 Massey University,20954100,Request for Tenders,Open Competition,School of Nursing Simulation Suite Construction Works (Wellington Campus),TB18-39,20190418,20190530,20210101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking Tenders from suitably qualified contractors to carry out the upgrade works to the School of Nursing Simulation Suite on our Wellington Campus. The works involved in the construction of the simulation suite are as follows: Builders work to create larger teaching spaces and a control room Alterations and additions to services (plumbing and drainage, cabled services, mechanical) Painting and decorating New floor coverings (carpet and vinyl) Replace ceiling grids and tiles Replace existing lights with LEDs",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20961083,Request for Quotations,Open Competition,Flow Injector Analyser,PCGB19/06,20190418,20190524,20210101,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is a top-tier and innovative research institute supporting cutting-edge research programs. The Department of Chemical and Bioprocess Engineering requires a new analytical equipment for research related to water biogeochemistry (e.g. wastewater). Acquisition of this new equipment will strengthen our leadership in the field by allowing better analytical capabilities. Massey is looking to purchase a Flow Injection Analyser (the Equipment) to provide Massey researchers with the necessary tools to maintain excellence research programs (e.g. Marsden Fund) and consulting contracts. The product is a 2-channels Flow Injection Analyser with five (5) manifolds for the detection of key anions (NO3-) and cations (e.g. NH4+) in water samples. We require that the Equipment be current with comprehensive software support. We further are looking for access to expert advice for optimal and efficient use of the platform, especially given its multi-user nature. Vendors are to provide ongoing maintenance and support options that includes the provision of ongoing access to expert support.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team,0,20250410 Massey University,20961390,Request for Quotations,Open Competition,Provision of Broadcast Lighting,PCGB19/15,20190418,20190531,20210101,Procurement & Contract,Sole Agency,No,,"The Massey University School of Music and Creative Media Production (the School) is seeking quotes for Broadcast Lighting. The School will be teaching the use of broadcast lighting in the Bachelor of Creative Media Production Film and Television Pathway. The lighting should be flexible enough to be rigged and transferred between two separate studios and a small portion of the lighting will be required for on location use and/or commercial hire opportunities. The lighting should be of robust enough construction to last the university 10+ years of daily use by both experienced and new operators. The School wishes to align with standard industry practice and equipment, and the equipment supplied should align with established local industry equipment selections. The School wants the students to be useful to potential employers in the local industry, as well as offer a dry hire option to local operators.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,20999800,Request for Quotations,Open Competition,Provision of a Render Farm,PCGB19/08,20190506,20190531,20210101,Procurement & Contract,Sole Agency,No,,"The Massey University's School of Music and Creative Media Production is seeking to purchase render nodes to suit the media render workflow as part of the Bachelor of Creative Media Production Animation and VFX Pathway. The project to purchase and operate this render farm is a joint project with the School and Massey Universitys ITS Department. The equipment must be compatible with the existing ITS infrastructure and the Schools current operating PROMAX storage server. We are looking for a credible and experienced vendor/s who is able to provide the render farm that is required.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21224483,Request for Proposals,Open Competition,AgHort B Building Refurbishment - Architectural Services & Lead Design Consultant,PCGB 19/20,20190704,20190801,20210101,Procurement & Contract,Sole Agency,No,,"Massey University are seeking to appoint an Architectural and Lead Design Consultant who have the capability, experience and availability to deliver the architectural consultancy services for the refurbishment of the top two floors of the AgHort B building on the Palmerston North Campus. The provider need to have a good track record of design for similarly sized science facilities, and proven capability delivering projects of this nature and type. The first stage of the project is the briefing stage, where the architect will provide the master plan and high level concept layout for the refurbishment, with subsequent design and construction phases to follow subject to Massey University approval. This RFP refers to architectural services for the briefing stage (inclusive of building services advice), and architectural design and construction services for remaining phases.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21265640,Request for Quotations,Open Competition,Provision of a Spectroradiometer,PCGB 19-11,20190715,20190806,20210101,Procurement & Contract,Sole Agency,No,,"Massey University is a top-tier and Innovative Research Institute supporting cutting-edge research programs. The School of Agriculture and Environment (SAE) at Massey requires a new replacement spectroradiometer to carry out research in geology, remote sensing, plant and soil science and agriculture.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21302198,Request for Quotations,Open Competition,Accounts Payable Scanning and Approval Workflow Solution,PCGB 19/48,20190724,20190821,20210101,Procurement & Contract,Sole Agency,No,,"Massey Universitys (the University) Finance Team are seeking to implement an Accounts Payable Scanning and Approval Workflow Solution. The Solution must be compatible with the Universitys current FMIS, Technology One. The Accounts Payable team comprises seven full time staff and processes approximately 80,000 invoices per annum. The Kofax scanning solution is currently used to scan invoices and matched to purchase orders in Technology One.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21308656,Request for Quotations,Open Competition,Laboratory Autoclave,PCGB 19/38,20190725,20190823,20210101,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is a top-tier and innovative research institute supporting cutting-edge research programs. The School of Health Sciences Wellington Campus requires a replacement Laboratory Autoclave. Acquisition of this new equipment will secure our ability to support health promotion teaching and research. Massey is looking to purchase a Laboratory Autoclave with the capacity to provide Massey lecturers and researchers with the necessary tools to maintain informative teaching and excellent research programs (e.g. Marsden Fund) and consulting contracts. The product we are seeking is a Laboratory Autoclave with an internal chamber capacity of approximately 450L; a vertical sliding door; integral steam generation, load probe and is completely computer controlled. The Autoclave will need to be capable of processing a variety of loads e.g. sensitive media at times with high sugar content, glassware and equipment for teaching and research, biohazardous material both dry and liquid and gowns prior to sending to the laundry. Vendors are expected to supply readily available service personnel preferably local to support the efficient running of the autoclave.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21329475,Request for Quotations,Open Competition,Single Crystal X-Ray Diffractometer,PCGB 19/22,20190730,20190829,20210101,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is a top-tier and innovative research institute supporting cutting-edge research programs. Chemistry, at the School of Natural and Computational Sciences (School) on the Massey Albany (Auckland) campus, is seeking quotes for a Small Molecule Single Crystal X-ray Diffractometer (Equipment). The School will be using the diffractometer for research and teaching purposes. The diffractometer should be compact (occupy a small footprint), be capable of collecting high quality publishable data sets, yet be robust enough to allow for the teaching of hands-on crystallography. We require that the Equipment be current with comprehensive software support. Vendors are to provide ongoing maintenance and support options that includes the provision of ongoing access to expert support.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21612835,Request for Quotations,Open Competition,Supply and Install Audio Visual Equipment for Sir Neil Waters Extension,PCGB19-61,20190916,20190930,20210101,Procurement & Contract,Sole Agency,No,,"The purpose of this RFQ is to seek proposals from suitably qualified providers for the supply and installation of AV equipment for Massey University. Sir Neil Waters (SNW) Extension on the East Precinct of the Auckland Campus at Albany is a new extension to an existing building that is expected to be completed by early September 2019. This RFQ covers the supply of audio-visual equipment and services to provision 4 General Teaching Rooms and 8 Breakout Rooms prior to Christmas 2019. Services to be provided include confirmation of the system design, pre-installation on-site preparations and AV cabling, installation, commissioning of all AV equipment and related control systems, testing, remedial works and training prior to the release of the teaching rooms to the Massey Timetable Office on Monday 17th February 2020.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21667333,Request for Proposals,Open Competition,Security Services - Massey University,PCGB 19-59,20190925,20191108,20210101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking credible providers who have the capability, capacity, experience and infrastructure to deliver innovative Security Services on a National basis across our three campuses Auckland, Manawatu and Wellington (this may include satellite offices in and around these locations). Please refer to the RFP documents for more information.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21828237,Request for Proposals,Open Competition,Relocation Management Services,PCGB 19/72,20191023,20191206,20210101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking a Supplier to deliver Relocation Management Services for employees requiring relocation both internationally and domestically within Aotearoa, New Zealand; across its three campuses (Auckland, Manawatu and Wellington). The current contract is due to expire in April 2020, and Massey are seeking credible Suppliers who have the capability, capacity, experience and infrastructure to deliver Relocation Management Services across our three campuses. Suppliers must be located in New Zealand (Local Account Management is preferred).",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,21839600,Request for Quotations,Open Competition,Provision of a Freeze Drier,PCGB 19-76,20191025,20191121,20220627,Procurement & Contract,Sole Agency,No,,The Massey University Monogastric Research Centre (MRC) is looking for capable and experienced suppliers to provide a Freeze Drier for its Feed Research Unit.,Not Awarded,,0,20250410 Massey University,21878597,Request for Proposals,Open Competition,Dairy 4 Facilities Development - Provision of Effluent Management System,PCGB 19-51A,20191101,20191122,20200720,Procurement & Contract,Sole Agency,No,,"Massey University is embarking on a significant development of its facilities on Dairy 4, a 220 ha 600 cow high-input dairy unit. The development is part of the Universitys continuing commitment to the highest quality research, teaching and commercial dairy farming. This project also forms part of the Universitys response to the rapidly changing nature of, and challenges faced by, the dairy industry e.g. the impacts of climate and environmental change, animal welfare standards, consumer preferences etc. Further, Crown Research Institute AgResearch requires access to a dairy farm in the Manawatu with appropriate on-farm facilities to enable staff undertake research. These factors have led the institutions to collaborate on what will be a shared access facility. The purpose of this Request for Proposals (RFP) is to procure a complete solution for an effluent management system. This is an opportunity for all the credible suppliers with established track records in effluent management system, design and equipment to respond. Please find more information in the attached RFP documents.",Not Awarded,Bromley Dairy and Pumps,0,20250410 Massey University,21934539,Request for Proposals,Open Competition,RIMS Upgrade Related Professional Services,PCGB 19-83,20191113,20191129,20210101,Procurement & Contract,Sole Agency,No,,"Massey Universitys (the University) Research Operations Team are upgrading their Research Information Management System (RIMS) from version 5 of Research Master Enterprise (RME) to RME7 and implement a number of process improvements at the same time. The University currently uses RIMS as the key system for recording, managing and reporting on Massey Universitys research, including: managing research projects, including milestones and expenditure managing legal contracts, including contract variations; human and animal ethics applications reporting The University is seeking a partner to lead the change management, communications and training activities to support the upgrade and ensure that users of RIMS come along the journey and realise the benefits associated from the improved functionality.",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,22293662,Request for Proposals,Open Competition,RFP for Professional Services Panel & Manawatu Campus Library Project,PCGB19-86,20200217,20200323,20210101,Procurement & Contract,Sole Agency,No,,"Massey University is seeking proposals from suitably qualified consultants for inclusion onto the following four (4) Professional Services Panel to provide the relevant consulting services for the next ten years (5+5). The panel will cover Auckland, Manawatu and Wellington areas. 1. Architectural Services Panel 2. Structural Services (Civil, Geotec and Structural) Engineering Panel 3. Building Services (Mechanical, Electrical, Hydraulics and Fire) Engineering Panel 4. Cost Management (Quantity Surveying) Panel Masseys intent is to engage Professional Services Panel suppliers in a positive, open and respectful working relationship to achieve a collaborative solution neither party could achieve on its own, that would lead to a non-traditional approach to construction procurement (i.e. collaborative contracting and partnership approach). It is also proposed to procure the Manawatu Campus Library Project consulting services with the establishment of Professional Services Panel. The Manawatu Campus Library Project is estimated in the order of $48 million. Massey will hold one briefing session on 12pm-1:00pm, Tuesday 25th February 2020 at the Manawatu Campus (Social Sciences Lecture Block, Room SSLB3).",Awarded,Tender closed as part of Massey GETS administrative cleanup. Information is indictive only and actual details can be confirmed by contacting Massey Procurement Team.,0,20250410 Massey University,22416814,Request for Quotations,Open Competition,Procurement of a Continuous Ice Cream Freezer,PCGB 20-14,20200309,20200429,20201117,Procurement & Contract,Sole Agency,No,,"Massey is looking to procure a continuous ice cream freezer with the capacity and versatility to provide Massey lecturers, researchers and students with the necessary equipment to maintain informative teaching and excellent research programs (government funded research) and research contracts with industry. The product we are seeking is a small-scale Continuous Ice Cream Freezer that can produce frozen ice cream at a continuous flow rate between 10 to 50 litres per hour, with minimum batch sizes as small as 10 litres of mix. The ice cream chamber must have a minimum hold up volume and must be made from food grade stainless steel. All parts than come in contact with the ice cream and mix must be food grade stainless steel. The unit must be able to mix and whip the ice cream mix to achieve different levels of overrun from as low as 10% up to 150%. The outlet temperature should be at least -5oC. It must have a user friendly easy to use control system which can allow for adjustments in flow rate, overrun and freezing temperature.",Awarded,,0,20250410 Massey University,22523525,Request for Proposals,Open Competition,PCGB 20-18 Perimeter Defence Firewall Replacement RFP,PCGB 20-18,20200407,20200518,20211101,Procurement & Contract,Sole Agency,No,,"This procurement relates to the delivery of a Perimeter Defence Firewall Replacement platform for Massey University (Massey). Network protection was purchased and installed over five years ago. The current equipment is past the end of its standard supported working life and is now on extended support. These firewalls were primarily configured to support a non-cloud business strategy and are not suitable for a cloud-first future. Additionally, the current equipment is sized to accommodate usage patterns and loads predicted nearly six years ago and is expected to be insufficient for near-future usage patterns and loads. The previous concepts of how best to protect the University have shifted significantly over the past five years. Having a single layer of defence is no longer suitable and the University needs to adopt a more robust defence in-depth approach and focus on the protection of data instead of solely on the devices and internal network. The future of cybersecurity is about making sure that only authorised people are able to access certain types of data (strong user access controls), ensuring that the devices connecting to Masseys data are adequately secure (security posture assessment), and ensuring that Masseys data is secure wherever it is stored (cloud-focused security). A strong perimeter defence solution will be further strengthening the single strongest control protecting the University from current cybersecurity risks. As Massey is moving to fully utilise Microsoft 365 services, this perimeter needs to include Massey managed end-user devices whilst they are off-campus. In common with many organisations, some of the devices on the Universitys network are not fully patched and managed to the same standard. A consequence of having these devices mixed in with the wider University managed infrastructure is that these higher-risk computers have the ability to potentially cause damage to the Massey network, server fleet, and other shared infrastructure.",Not Awarded,,0,20250410 Massey University,22992002,Request for Proposals,Open Competition,RFP - Audio Visual & Technology Solution for Innovation Complex,PCGB 20-44,20200720,20200820,20201231,Procurement & Contract,Sole Agency,No,,"This RFP covers the supply of audio-visual (AV) equipment and design services for Innovation Complex (IC) Building project based on the indicative designs included. Services to be provided include completion and confirmation of the system detailed design, pre-installation on-site preparations and AV cabling, installation, commissioning of all AV equipment and related control systems, testing, and remedial works. The purpose of this RFP is to procure a complete solution for design, supply and install AV equipment for IC Building. Once the detailed design is completed, the successful Respondent will be appointed as a nominated subcontractor under Main Build NZS3910:2013 Contract Schedule 1 cl 4.2.1 subject to concluding contract negotiations.",Awarded,,0,20250410 Massey University,23237607,Request for Proposals,Open Competition,Vending Provisions,PCGB 20-46,20200908,20201012,20201201,Procurement & Contract,Sole Agency,No,,"Our mission is to provide quality vending options across the three Massey University Campuses. The spaces provided across the University offers great potential and were delighted to be able to go to market with the chance to improve on our current offering to all university stakeholders and build a comprehensive future proofed approach to provide the staff and students a fully immersive vending experience. This opportunity includes machine placement across the three campuses, including some halls of residence common spaces. Having three separate campuses in Wellington, Palmerston North & Auckland presents as a significant opportunity for the right vending solution to partner the universities future direction",Awarded,,0,20250410 Massey University,23300307,Request for Proposals,Open Competition,Property Valuation Services,PCGB 20-47,20200916,20201030,20210212,Procurement & Contract,Sole Agency,No,,"Massey University is seeking proposals to provide professional services relating to Registered Valuations on our land, property, plant, equipment and contents located in its Wellington, Albany, Manawatu and Riverside campuses for financial reporting and insurance purposes and market updates as required.",Awarded,,0,20250410 Massey University,24033302,Request for Quotations,Open Competition,PCGB 20-63 PQCT Scanner,PCGB 20-63,20210301,20210324,20220627,Procurement & Contract,Sole Agency,No,,"We are seeking a replacement for our current Norland Stratec XCT 3000 research pQCT scanner We estimate the quantity to be delivered is as follow 1 pQCT scanner suitable for evaluation of volumetric bone density, bone geometry and muscle parameter of larger laboratory animals (dogs, sheep) with a voxel size of 0.2-1mm and measurement diameter of ~270mm Limb holders and appropriate phantoms for calibration and quality control Manufacturers software for operation and extraction of data",Not Awarded,,0,20250410 Massey University,24432985,Request for Quotations,Open Competition,PCGB 21-15 Mini UHT Processing Unit,PCGB 21-15,20210616,20210715,20211101,Procurement & Contract,Sole Agency,No,,"Massey is looking to procure a mini UHT processing unit with the capacity and versatility to provide Massey lecturers, researchers, and students with the necessary equipment to maintain informative teaching and excellent research programs (government funded research) and industry research contracts. The product we are seeking is a small-scale or mini UHT processing plant that can be used to thermally process any pumpable liquids. Process streams will include liquid food streams that need heat treatment, pasteurisation conditions or UHT heat treatment and aseptic filling into containers. The heat exchanger for the plant will provide rapid heating to the required temperature, have a holding section and can then also provide rapid cooling prior to filling.",Awarded,,0,20250410 Massey University,24545871,Request for Quotations,Open Competition,PCGB 21-17 Compactor Shelving,PCGB 21-17,20210714,20210811,20210914,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is undertaking a refurbishment of its Manawatu Library and has a requirement to: Source metal compactor mechanically assisted library shelving for a 178sqm stack storage area away from the library Retrofit tracks and bases to existing compactor shelving to improve their seismic resilience Secure a preferred supplier for compactor shelving for main library refurbishment (actual dates and quantity to be confirmed later)",Awarded,,0,20250410 Massey University,24812387,Request for Proposals,Open Competition,Student Placement Management System,PCGB 21-20,20210914,20211013,20230626,Procurement & Contract,Sole Agency,No,MASSEY UNIVERSITY,"Massey University wishes to procure a Student Placement Management System (SPMS), an application for the management of all administrative aspects of placements, including providers, students, allocation, monitoring and communications. Please refer to the RFP and related documents for more information.",Not Awarded,RFI Only,0,20250410 Massey University,24874892,Request for Proposals,Open Competition,HRIS and Staff Recruitment Services Platform,PCGB 21-34,20210927,20211105,20220627,Procurement & Contract,Sole Agency,No,,"Massey University wishes to procure a modern up to date, supported Human Resource Information System (HRIS) and Staff Recruitment system to ensure we can continue to manage and enable our employees and provide the full range of services that are expected from an HRIS and business perspective. The HRIS and Staff Recruitment Systems are core Massey tools. They are critical enablers to support the management of our structure and most importantly the people in it.",Not Awarded,,0,20250410 Massey University,25062702,Request for Quotations,Open Competition,Equine Veterinary Clinic Wireless Digital X-Ray Machine - PCGB21-48,PCGB21-48,20211108,20211123,20250331,Procurement & Contract,Sole Agency,No,sourcing@massey.ac.nz,"This procurement relates to the purchase, delivery, installation, and commissioning of a wireless digital x-ray machine. The digital radiography (DR) machine will be used for radiographic imaging of equine patients in our equine hospital and on farm. It may also be used by our farm services department for on farm imaging of farm animals. The portable x-ray machine is an essential equipment for diagnostic imaging in the Equine Veterinary Clinic. Its use has increased over the last few years in parallel with our increasing caseload. The x-ray machine provides excellent teaching opportunities in terms of providing teaching materials as well as experience with using the equipment for our final year veterinary students. It is essential that future veterinarians are exposed to the use and capacity of imaging equipment that is now commonly used in general practice. For this purpose, we require a fully portable wireless DR system and generator that would allow radiographic imaging of equine distal limbs as well as skulls, spine and chest. We require an x-ray machine with the following minimum features: - Wireless, portable and lightweight DR system suitable to be used with large animals but more specifically equine patients (e.g. water and shock resistant). A touchscreen workstation would be preferred. - Two (2) wireless caesium plate sizes (small and large). - Wireless atomscope/generator with a kV range of at least up to 90kV and a mAs range of at least up to 20 mAs. - A DR software suitable for use with equine patients and compatible with Massey Universitys PACS system. - Accessories to allow safe radiographic imaging of the equine patient such as detector protective sleeve, remote cassette holder and telescopic foot, skyline tunnel and/or foot block, portable generator stand and radioluscent dental plates for dental x-rays. - Through life support services with a servicing technician available on-site or online for the life of the equipment. - Minimum of 12 months warranty. - Adequate levels of insurance for all freight to the door.",Not Awarded,Responses did not meet requirements,0,20250410 Massey University,25668453,Request for Quotations,Closed Competition,Massey University Albany Campus Relocation Services RFQ,22-Oct,20220420,20220518,20220801,Procurement & Contract,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified Moving Companies to submit a quote for the required Relocations Services. Massey University has recently completed the construction of a new Innovation Complex which is situated on the East Precinct of the Massey University Campus in Albany. We now need to relocate IT and Laboratory equipment from the Oteha Rohe Campus, The Station Crescent, Albany, to the new Innovation Complex.",Awarded,,250000,20250410 Massey University,25989761,Request for Proposals,Open Competition,"Broadcast Studio Equipment, Install and SLA",PCGB_22_21,20220629,20220805,20220907,Procurement & Contract,Sole Agency,No,,"We are looking for a supplier who can provide the required equipment and integration and who will have a local service agent who can provide support for the broadcasting studio equipment via an SLA. The studio needs to accommodate flexible uses and incorporate and encourage the use of new technologies in broadcast to support and enable ground-breaking production development and research to be delivered. The broadcast studios expected uses include: Teaching and learning Postgraduate and staff research projects University broadcast and marketing initiatives (e.g. Open Days) Short term hire to commercial users Short-course offerings to industry.",Awarded,,0,20250410 Massey University,26190325,Request for Quotations,Closed Competition,Public Art Heritage Website Development,22_035,20220822,20220905,20230207,Procurement & Contract,Sole Agency,No,,"This procurement is to identify a web designer developer for the design and development of a re-developed website for https://PublicArt.nz. The preferred supplier will have experience in projects with similar requirements, have robust web security and standards, will be available to deliver within the expected timeframe, and offer a suitable support model. We anticipate the value of the work (including ongoing support) will be within the range of $20k - $30k.",Not Awarded,,0,20250410 Massey University,26343169,Request for Proposals,Closed Competition,Human Resources Information System Solution and Implementation,22_014,20220915,20221007,20221222,Procurement & Contract,Sole Agency,No,129 Richardsons Line,"Massey wishes to procure a Commercial-Off-The-Shelf (COTS), state-of-the-art, cloud-based HRIS to ensure we can provide the full range of services that is expected from a good HRIS. Massey requires Proposals from Respondents that cover: SaaS licensing of all solution modules that deliver the full breadth of functionality required Implementation services to implement the full solution, including integration between proposed solution components and working with Massey to integrate existing Massey systems as detailed in this RFP Ongoing support services. This is a closed RFP process to invited participants only. There is a mandatory respondent briefing to be held on 20 September 2022 at 1pm. Please register your attendance with our Point of Contact.",Not Awarded,,0,20250410 Massey University,26506360,Request for Quotations,Closed Competition,Print Fleet Replacement RFQ,22_038,20221020,20221110,20230101,Procurement & Contract,Sole Agency,No,,"Massey intends to engage a single service provider to provide the hardware, management, reporting systems and support services to meet Masseys print, copy, and scan needs in a Managed Print Services or MPS model (MPS Services).",Awarded,,0,20250410 Massey University,26583265,Request for Proposals,Open Competition,Source-to-Contract (S2C) Solution,22_036,20221104,20221208,20230210,Procurement & Contract,Sole Agency,No,,"Massey University seeks to identify a provider to supply and implement an integrated end-to-end Source-to-Contract software platform. To support the platform, we also require the provider to deliver system associated procurement transformation support and change management advisory services. Massey University is embarking on a transformation journey to modernise procurement, contracting and supplier management processes and tools. This is a significant business change initiative that will enable better and more efficient ways of working for our staff.",Awarded,VendorPanel selected as Preferred Supplier on 10 Feb 2023,0,20250410 Massey University,27025833,Request for Proposals,Open Competition,Virtual Production Volume for College of Creative Arts (Wellington Campus),23_002B,20230302,20230330,20230712,Procurement & Contract,Sole Agency,No,,"Massey University (Massey) is a top-tier and innovative research and teaching university supporting cutting-edge research programs and well recognised degree programmes. The College of Creative Arts (CoCA), through the School of Music and Creative Media Production (SOMCMP) are developing a National Academy of Screen Arts on the Wellington Campus with state-of-the-art studios capable of supporting screen production, creative technology education, research, and enterprise. As part of this development, we are looking to procure LED screens and other related equipment, and for the design, supply, and commissioning of a Virtual Production Volume. We are looking to set up the Virtual Production Volume on the Wellington Campus of Massey University to support film production. Your proposal will outline how best you can deliver a complete solution. The Virtual Production Volume is expected to be of industry-standard and will make Massey one of the few universities in New Zealand that is able to provide for both teaching and learning and commercial level productions.",Not Awarded,Contract awarded to Artificial Imagination ltd in partnership with Illumination and Optics Limited.,0,20250410 Massey University,27585507,Request for Quotations,Closed Competition,Request for Quote - Provision of Audit Services,23_022,20230620,20230703,20230821,Procurement & Contract,Sole Agency,No,,Massey University invites suitably experienced organisations to submit a quote to undertake one or two of the reviews planned as part of the University's 2023 internal audit programme of work.,Not Awarded,,0,20250410 Massey University,27710653,Request for Quotations,Closed Competition,Halls of Residence - Common Room Furniture,23_017,20230713,20230728,20230810,Procurement & Contract,Sole Agency,No,,"Massey University is a large, complex organisation delivering world-class teaching and research within New Zealand and Internationally. This is an opportunity to supply common rooms furniture to Massey University. Massey invites suitably experienced suppliers to submit a quote to supply, assemble and install furniture in six of its Student Halls of Residence common rooms on the Manawatu Massey University campus which will provide a fresh new and modernised look for students to collaborate and network with their peers. This is a stand-alone procurement opportunity and proposals need to represent a full solution including, but not limited to, details of quantities, models, and sustainable options for each space.",Awarded,,0,20250410 Massey University,27912013,Request for Quotations,Open Competition,Purehuroatanga Evaluability Assessment and Evaluation Framework,23_029,20230817,20230831,20230921,Procurement & Contract,Sole Agency,No,129 Richardsons Line,"Massey University invites suitably experienced organisations to submit a quote to undertake an evaluability assessment and develop an evaluation strategy for a multi-project programme of work aimed at improving student academic outcomes in the tertiary environment (the Services). The purpose of the development of the framework is to assess and support future evaluation of the effectiveness of the programme of activities in achieving its intended goals and identify opportunities for improvement. Massey has a limited budget for this work and will assess quotes in terms of the relevant experience of the service provider and the appropriateness, thoroughness and robustness of the investigation and reporting process. Value for money will also be considered. The services must be delivered within a budget range of approximately $40,000 - $50,000 (excluding GST).",Awarded,,0,20250410 Massey University,27926701,Request for Quotations,Closed Competition,Learning Designer Services,MU_23_024,20230821,20230904,20230918,Procurement & Contract,Sole Agency,No,,Massey University is wishing to invite suitably experienced providers to submit a quote for the design of digital learning modules which will enhance teacher growth.,Awarded,,0,20250410 Massey University,28110440,Request for Quotations,Closed Competition,Penetration Testing for Course Planner Project,23_034,20230915,20230929,20231020,Procurement & Contract,Sole Agency,No,,"Massey University is looking to engage a supplier to provide penetration testing which is a form of a proactive security assessment. This engagement will assist in identifying vulnerabilities, assessing risk, testing defenses, and meeting any relevant compliance requirements regarding the course planner platform. This Request for Quote is an invitation to submit a Quote for the delivery of simulating real-world attacks on a system to uncover weaknesses before they can be taken advantage of by actual hackers. We are seeking quotes that offer the best value.",Not Awarded,Awarded to Planit Software Testing Limited,0,20250410 Massey University,28382582,Request for Proposals,Closed Competition,Request for Proposal (RFP) - Travel Management Services,23_004,20231101,20231120,20240402,Procurement & Contract,All of Government,No,,"Massey University is looking to procure services from an experienced and trusted travel management service provider who can work collaboratively with Massey personnel to ensure end-to-end travel services are consistently provided in a cost-effective, reliable and efficient manner. This Request for Proposal is a closed secondary procurement process to invited providers who form part of the All of Government Travel Management Services panel.",Awarded,,0,20250410 Massey University,28624344,Request for Proposals,Open Competition,Provision of Real Estate Agency/Brokerage Services,23_043,20231214,20240215,20240329,Facilities Management,Sole Agency,No,,"As part of a larger programme of work, the University is seeking to divest land as well as several properties on each of its Manawatu (Palmerston North), Albany (Auckland), and Wellington Campuses that have been deemed as surplus to requirements. We invite experienced real estate brokerage/agencies to submit a proposal to represent Massey University in the sale and/or lease of surplus property, and other brokerage services as required (the Services).",Awarded,,0,20250410 Massey University,28631906,Request for Quotations,Closed Competition,"FF&E for Nga Huia, School of Veterinary Science Stage 3 Ref 23_039",23_039,20231215,20240214,20240412,Facilities Management,Syndicated Opportunity,No,,"Massey University has a requirement to purchase office furniture for the Nga Huia, School of Veterinary Science Stage 3 (Massey University Nga Huia Project). As at December 2023, construction of the stage 3 building is underway with foundation works being carried out. The FF&E required for stage 3 of the School of Veterinary Science are detailed in Attachment 3 of this RFQ.",Not Awarded,Awarded to BFG,0,20250410 Massey University,28844240,Request for Proposals,Closed Competition,Massey University Decarbonisation Projects - Albany Campus,23_023,20240216,20240405,20241010,Facilities Management,Cluster,No,,"The purpose of this tender is to secure the services of a competent contract to deliver decarbonisation projects at Masseys Albany campus Project delivery outcomes include design, supply, installation and commissioning replacement equipment as noted in section 2.3 of Attachment 1. Key dates Anticipated Contract Start mid April 2024 Detailed Design Complete (for 3 locations with the Albany Campus): 31 May 2024 Preferred Due Dates for Completion: o Student Accommodation & Recreation Centre: 11 October 2024 or earlier o Library: 20 December 2024 or earlier All details can be found in the attached tender documents. Please post all questions through the GETS portal",Not Awarded,,0,20250410 Massey University,29270487,Request for Proposals,Open Competition,E-Commerce RFP,23_037,20240501,20240621,20240710,Procurement & Contract,All of Government,No,12 Snappers Lane,"The solution will: preferably be delivered via Software as a Service (SaaS) model and be accessible from an internet browser. enable Massey to manage and customise e-commerce stores and events and process payments. integrate seamlessly with our payment gateway provider (Windcave) and our financial system (TechnologyOne Ci Anywhere) and be fully compliant with the Payment Card Industry Data Security Standards (PCI DSS). provide reporting to easily reconcile transactions with both Windcave and TechnologyOne systems. Currently Massey relies on several systems to achieve this functionality and ideally we would replace all of our current systems with one enterprise-wide solution. be user friendly, accessible, and designed to create a good customer experience for our external audiences making payments. Completion of this project will: provide better business solutions for e-commerce across the university. reduce the burden of PCI-DSS compliance. reduce the risk of continuing to utilise in-house, aging and unsupported systems. As Massey continues to grow its aspiration of being Te Tiriti-led, it is also important that we partner with a supplier who has a strong understanding of our Massey University Strategy 2022-2027 and who has the capability and resources to support us in achieving our goals.",Not Awarded,"RFP cancelled - the following advice provided to respondents: Thank you for responding to our RFP for an eCommerce Solution. After a review of proposals, we regret to inform you that the University has determined it must cancel the RFP without awarding a contract. While we issued the RFP in good faith, with the expectation that a contract award would result, we find ourselves in the unusual position that none of the options presented to us represent a satisfactory solution at an acceptable price or represent public value. As such, in these exceptional circumstances, we must exercise our right under section 6.23 of the RFP, to cancel the RFP.",0,20250410 Massey University,30248688,Request for Proposals,Open Competition,Halls of Residence Laundry Equipment,23_049,20241011,20241111,20241217,Student Wellbeing,Sole Agency,No,,"This procurements proposed outcomes are: * A fully leased arrangement for laundry equipment with ongoing fixed Monthly charges including maintenance and servicing. * A booking system integrated with a Wi-Fi cashless payment system that is PCIDSS compliant. * All Capital cost associated with implementation or setup are to be included in the monthly lease price. * A sound Contract providing security of service performance. Please notify Massey's contact, of intension to respond to this RFP.",Awarded,,0,20250410 Massey University,30366015,Request for Proposals,Open Competition,Plumbing Restoration of Auckland Student Accommodation,24_036,20241009,20241106,20241209,Facilities Management,Sole Agency,No,,"Massey University requires plumbing services, along with associated carpentry, painting and any other necessary repair work to restore wall coverings, to replace all Wefatherm plastic water pipes in five student accommodation buildings at Aucklands Te Ohanga Student Accommodation Village (see section 2.9 Delivery Locations). The project work for four buildings (part A) is required to commence from 09 December 2024 and be completed by 25 January 2025 (during the summer school semester break). The fifth building (part B - apartment block) is to be completed at an arranged date in late 2025. The key outcomes of this project are ensuring a safe and reliable living environment for our students through high-quality plumbing services, reducing potential health and safety risks from leaks and water damage, and minimising future maintenance costs with durable, long-lasting solutions. Additionally, completing the work efficiently within the specified timeframe is essential to minimise disruption, maintain the university's reputation for well-kept and safe accommodations, and support an enhanced student experience at Te Ohanga Student Accommodation Village.",Awarded,,0,20250410 Masterton District Council,23485334,Request for Tenders,Open Competition,Masterton District Council - Contract 3-20/21 - Reconstruction of Essex Street Carpark,,20201020,20201113,20210317,,Sole Agency,No,,"This contract is for re-instatement and renewal of the existing car park on Essex Street. These improvements include earthworks, rehabilitation of the pavement surface, storm water works facilities, kerb and channel works, utilities which includes street lighting and accurate road markings Special features includes the construction of rain smart systems according to the specifications and drawing provided. Summary of works are provided below. Earthworks include milling and filling existing surface with removal of small tree stumps. Remove existing asphalt pavement, granular materials and existing traffic islands. Construction of new traffic islands Construction of stormwater system which includes catchpits, Rain smart system soak pits, and strip drain as described in the attached drawings AC Pavement surfacing which includes line markings. Construction of carpark lighting system with Installation of new lights and commissioning. Tenders close on Friday 13 November 2020.",Awarded,,0,20250410 Masterton District Council,23507661,Request for Tenders,Closed Competition,Contract 7-20/21 - Masterton District Council - Swing Bridge Deck Installation,,20201023,20201113,20210223,,Sole Agency,No,,"Contract 7-20/21 Swing Bridge Deck Installation Tenders are requested for the re-decking of the Masterton QE Park 90m long pedestrian swing bridge. The work involves removal of the existing timber deck, minor repairs to the abutments, and installing the Council supplied composite fibre stringers and decking.",Awarded,,0,20250410 Masterton District Council,23865368,Request for Tenders,Closed Competition,Forest Management Services - Contract 10-2021/23,,20210119,20210209,20210317,,Sole Agency,No,,"This contract is for the provision of advice and management of services of the MDCs roadside and production forest holdings. The conditions of contract shall be those contained in the Engineering New Zealand Short Form Agreement. The term of the contract shall be for two years from the date the contract is signed, and may be extended for a further three years on a year by year basis provided both parties agree to the extension. The rates agreed shall be escalated annually from the start of the second year using the NZTA Professional Services index for infrastructure (original series 1991). In particular, the Council is looking for a Consultant who is very familiar with the forestry market including the Emissions Trading Scheme (ETS), can respond as a matter of priority to requests from Council, can provide the required comprehensive reports on time, and can demonstrate an ability to both plan and carry out routine forest works, and organise and manage larger scale works including harvesting. The tender evaluation will focus on the Consultants ability to carry out the specific tasks listed in Schedule 1, and the statement should clearly describe the Consultants skills and competencies in those items.",Awarded,,0,20250410 Masterton District Council,23946260,Request for Tenders,Open Competition,Redevelopment of the Masterton Skate Park,,20210205,20210312,20210610,,Sole Agency,No,,"1. Purpose 1.1. The purpose of this Request for Tender is for the Masterton District Council (MDC) to identify a suitable Lead Contactor to complete the work required to redevelop the Masterton Skate Park in accordance with the detailed design provided by RICH Landscapes. You are invited to submit a proposal to meet the requirements/specifications outlined in this document. All tenders to be submitted via email to Rose O'Neill as detailed in the tender documents.",Awarded,,0,20250410 Masterton District Council,24010513,Request for Tenders,Open Competition,Goodland's Bridge Road Safety Barrier 2020-21 - Contract 12-2020/21,,20210222,20210316,20210416,,Sole Agency,No,,"This Contract is for the installation of a safety barrier on Goodlands Bridge under MDC safety improvements. The work comprises installation of semi- rigid barrier, shoulder widening at both approaches, protective coating, concrete works, and any other associated works required to complete the project. The work includes to supply and deliver all labour, materials, equipment, services, and permits as required for the installation of the barrier. This generally includes: Scoping/detail inspection of actual work requirements. Liaison and communication with affected stakeholders. Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase. Earthworks around road shoulders and barrier footprint with removal of vegetation from the gating area. Shoulder widening of the existing carriageway. Construction and installation of Road Safety Barrier (W Beam /M 23 Compliant). Construction and installation of End Terminals. Road marking, delineation renewals work. Programming and reporting. This tender closes at 4.00pm on Tuesday 16 March 2021.",Awarded,,0,20250410 Masterton District Council,24063950,Request for Tenders,Open Competition,Te Ore Ore Road and Blair Street Intersection Improvements - 14-2020/21,,20210308,20210401,20210416,,Sole Agency,No,,"This procurement relates to the delivery of a new roundabout at the Te Ore Ore Road and Blair Street intersection and associated safety improvements. The scope of the works included in this contract are: ? Installing a roundabout at the intersection ? Providing kerb line changes and segregated pedestrian facility at Te Ore Ore Road western and eastern approaches of the proposed roundabout ? Pedestrian crossing at Totara Street and Blair Street roundabout approaches. ? All necessary traffic management We are seeking an experienced Contractor who will help us deliver the project and demonstrate appropriate behaviours on an ongoing basis, including: ? Working collaboratively in partnership with us, subcontractors and other suppliers in a positive and supportive relationship ? Delivering value for money ? Resources to deliver the project on time ? Having a certified Quality Assurance system ? Ensuring excellent Health and Safety outcomes ? Ensuring that programme requirements are met Whats Important To Us: Te Ore Ore Rd is an important arterial route within the Councils roading hierarchy. The road serves as a link between the northeast of Masterton and the State Highway to the north of town. It is important that: ? Vehicle access is maintained with at least one lane available at all times, ? Pedestrian/cycle access is maintained at all times, ? That the contract is resourced appropriately and constructed within confirmed proposed timeframes Tenders close on Thursday 1 April 2021 at 4.00pm.",Awarded,,0,20250410 Masterton District Council,24210821,Request for Tenders,Open Competition,Opaki Road Stormwater Upgrades - Contract 21-2020/21,,20210416,20210514,20210729,,Sole Agency,No,,"Masterton District Council needs a contractor to help supply and deliver the construction of stormwater improvements on Opaki Road and Oxford Street, Masterton. This project is mainly focused on renewing and improving the existing drainage within the area. The scope of work generally includes: Scoping/detailed inspection of actual work requirements Liaison and communication with affected stakeholders Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase Site demolition and clearing Construction of stormwater system which includes manhole, catch-pits and pipework Construction of Rain Smart soak pits or similar system Reinstatement Programming and reporting Tenders close on Friday 14 May 2021.",Awarded,,0,20250410 Masterton District Council,24509512,Request for Proposals,Open Competition,Tauweru Bluffs Retaining Wall - Contract 01-2021/22,,20210705,20210726,20210825,,Sole Agency,No,,"Masterton District Council need a contractor to help supply and deliver a build contract for the construction of a retaining wall in Tauweru, which is located within the Masterton District on Masterton-Castlepoint Road at displacement 13.1 km, true left-hand side. The scope of work generally includes: Scoping/detail inspection of actual work requirements. Liaison and communication with affected stakeholders. Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase. Site clearing and demolition. Construction of the new tied back retaining wall as per design and specification. Backfill with well graded granular, free draining material. Shape and seal road shoulder/berm and install sight rails and fencing. Install culvert, flume and AC bund. Reinstatement. Programming and reporting. Tenders close on Monday 26 July 2021.",Awarded,,0,20250410 Masterton District Council,24615191,Request for Proposals,Open Competition,Professional Services for Bridge Inspections - Contract 02-2021/22,,20210729,20210903,20210921,,Sole Agency,No,,"Masterton District Council (MDC) are inviting suitably qualified Bridge Consultants for the cyclic inspections of Masterton District Councils bridges. The contract term is for three years, to be renewed annually for up to a further two years subject to the agreement of both parties and continuing satisfactory performance of the Consultant. The scope of work generally includes: - All necessary traffic management accessories - Carrying out inspections on programmed bridges and as required by the Engineer. - Prepare inspection reports using the bridge inspection forms provided - Prepare annual summary reports (in accordance with clause 6 of Technical Specifications) - Annual update of bridge asset data to Waka Kotahi (NZTA)s HSIMS Database Tenders close on Friday 27 August 2021.",Awarded,,0,20250410 Masterton District Council,24714152,Request for Tenders,Open Competition,Civic Facility Quantity Surveying Services,,20210823,20210920,20211126,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for the Masterton District Council (MDC) to identify a single Quantity Surveyor with the expertise to provide advice to the Council in development and delivery of a new Civic Facility. The supplier will provide professional quantity surveying services for the proposed development of a new Civic Centre in Masterton. The new civic facility will house a flexible theatre space that seats 500 people and can be used for a variety of performances, events, small conferences, and gatherings. It will have a foyer that can also act as an exhibition space, an information hub that would include some council services, and meeting rooms and kitchen facilities to support the civic facility. These spaces will flow out, connecting with the outdoor surroundings. Detailed facilities the Centre will contain: 27m x 27m flexi-form black box theatre Library and archives with a footprint of approximately 2800 m2 Information hub which includes Council services; i-site; Destination Wairarapa; box office Pre-function come exhibition space Suitable kitchen facilities to support the event space Meeting rooms The development will likely include the demolition and clearing of the site, and design and construction of the new facility.",Awarded,,0,20250410 Masterton District Council,24797388,Request for Quotations,Open Competition,Hood Aerodrome - Moncrieff Drive resealing,,20210913,20211013,20211031,,Sole Agency,No,,"Purpose: The purpose of this Request for Quote (RFQ) is for the Masterton District Council (MDC) to identify a suitable Supplier to widen, reseal and provide new seal to gravel areas on Moncrieff Drive at Hood Aerodrome after drainage and data conduit works have been completed. You are invited to submit a quote to meet the requirements/specifications outlined in this document.",Awarded,,0,20250410 Masterton District Council,24812802,Request for Tenders,Open Competition,Civic Facility Lead Architect Services,,20210916,20211013,20211217,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify a single Lead Architect with the expertise to lead the design, providing professional, end-to-end Architectural Design services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. This is one of the most important things this Council will deliver for our community we are committed to doing it once, doing it right, and creating something that the community can be proud of. This is an important decision for the future of Masterton. The new Civic Facility provides an opportunity to achieve our goals and aspirations for the town - bringing Masterton into the 21st century so it is a home that our tamariki and mokopuna can be proud of. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The Architect will be responsible for delivering on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partner needs to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future.",Awarded,,0,20250410 Masterton District Council,25119034,Request for Tenders,Open Competition,Colombo Road Bridge Replacement,,20211117,20220204,20220407,,Sole Agency,No,,"Contract 08-2020/21 Masterton District Council (MDC) are inviting suitably qualified contractors to deliver a design/build contract for the replacement of the old Colombo Road bridge. The scope of work generally includes: - The obtaining of all resource consents required - The demolition of the existing bridge and footpath/cycleway - The temporary relocation, protection and continued operation of the sewer main - Design, supply and installation of the new upsized 600mm diameter sewer main along the bridge - The design and construction of the replacement bridge, bridge approaches and the footpath/cycleway - All necessary traffic management Tenders close on Friday 4 February 2022.",Awarded,,3984082,20250410 Masterton District Council,25507988,Request for Proposals,Open Competition,Mataikona Coastal Route - Single Stage Business Case (SSBC),,20220307,20220420,20220517,,Sole Agency,No,,"Contract 11 - 2021/22 Masterton District Council (MDC) are inviting suitably qualified consultants to deliver a Single Stage Business Case (SSBC) identifying a resilient transport option(s) for the Mataikona Coastal Route. The Mataikona route has been under pressure from erosion and coastal storms and needs and economic holistic solution for its continued protection into the future This is a Contract for delivery of a combined single staged business case (SSBC) arriving at a preferred solution to address a resilience problem along the coastal Mataikona Road on behalf of the Masterton District Council and Waka Kotahi. The successful team will have the required capability, resources, and motivation to deliver this project. The SSBC comprises of the following: Stage 1: Strategic case (including background, problems, benefits, evidence gathering, objectives, opportunities, constraints, and strategic outcomes). Alternative and option development (including identification of the recommended option for Stage 2 development, and stakeholder and public engagement feedback). Geotechnical, environmental, planning and traffic analysis to support evidence gathering and option development. Stage 2: Recommended option development and assessment (which is likely to include economic, financial and management cases, environmental and social responsibility screen, preliminary geotechnical appraisal, safety in design workshops/reviews and implementation strategies; and Final SSBC report (documenting and combining the work undertaken in Stages 1 and 2).",Awarded,,0,20250410 Masterton District Council,25623809,Request for Tenders,Open Competition,"MDC Civic Facility Mechanical, Electrical & Hydraulics Services RFT",CF_MEHRFT_March22,20220329,20220414,20220603,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify a Mechanical, Electrical & Hydraulics consultant with the expertise to execute the design, providing professional, end-to-end services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The consultant will be responsible for assisting the consultant to deliver on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partner needs to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future. You will need to provide the council a submission that covers the design and associated costs for the civic center. In general terms, the building construction cost will be around $26m will be as follows: 27m x 27m flexi-form black box theatre with seating for 500 pax: o The proposed black box or flexi-form theatre could be used for a variety of uses, but its predominant use would presumably be for performing arts events. The flexibility inherent to black box theatres would allow it also to be used for small conferences, meetings, exhibitions, and banquets",Awarded,,0,20250410 Masterton District Council,25623869,Request for Tenders,Open Competition,MDC Civic Facility Structural Engineering Services RFT,CF_SERFT_March22,20220329,20220414,20220603,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify a structural engineering consultant with the expertise to execute the design, providing professional, end-to-end services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The consultant will be responsible for assisting the architect to deliver on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partners need to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future. You will need to provide the council a submission that covers the design and associated costs for the civic center. In general terms, the building construction cost will be around $26m will be as follows: 27m x 27m flexi-form black box theatre with seating for 500 pax: o The proposed black box or flexi-form theatre could be used for a variety of uses, but its predominant use would presumably be for performing arts events. The flexibility inherent to black box theatres would allow it also to be used for small conferences, meetings, exhibitions, and banquets. It is import",Awarded,,0,20250410 Masterton District Council,25631956,Request for Tenders,Open Competition,Civic Facility Civil Engineer Services RFT,CF_CE_March22,20220331,20220422,20220603,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify a civil engineering consultant with the expertise to execute the design, providing professional, end-to-end services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The consultant will be responsible for assisting the architect to deliver on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partner needs to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future.",Awarded,,0,20250410 Masterton District Council,25632054,Request for Tenders,Open Competition,Civic Facility Fire Engineer Services,CF_FE_March22,20220331,20220422,20220603,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify a Fire engineering consultant with the expertise to execute the design, providing professional, end-to-end services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The consultant will be responsible for assisting the architect to deliver on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partner needs to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future.",Awarded,,0,20250410 Masterton District Council,25633565,Request for Tenders,Open Competition,Civic Facility Facade Engineer RFT,CF_FE_April22,20220404,20220421,20220815,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify a Facade engineering consultant with the expertise to execute the design, providing professional, end-to-end services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The consultant will be responsible for assisting the architect to deliver on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partners need to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future.",Not Awarded,No Responses,0,20250410 Masterton District Council,25633634,Request for Tenders,Open Competition,Civic Facility Acoustic Engineer RFT,CF_AE_April22,20220404,20220421,20220603,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is for Masterton District Council (MDC) to identify an Acoustic engineering consultant with the expertise to execute the design, providing professional, end-to-end services for Mastertons new Civic Facility. An earthquake assessment of the existing town hall resulted in its closure in 2016. The closure of the town hall meant Masterton lost an important community asset, but it also provided the Council with the opportunity to assess the communitys needs and desires, and how such a facility could support the people of Masterton into the future. The new Civic Facility is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The consultant will be responsible for assisting the architect to deliver on this vision and will play a vital role in expressing the desires and aspirations of our community, not only the current generation but for generations to come. Council is strongly committed to positive environmental outcomes, as climate change is already affecting our region. According to Ministry for the Environment figures, Masterton had the fastest increase in annual average maximum temperatures and gained seven extra warm days (above 25 degrees Celsius) per decade between 1971 and 2019. These trends are predicted to continue, and climate change poses big challenges for our community. As such, the Council is keen to look at all practical options for reducing our carbon emissions, become more resilient, and adapting our operations to changes that are coming our way. Our vision for the future of the Masterton District will only be possible if we address the current and future impacts of climate change. Our design partners need to understand these challenges and be able to offer sustainable solutions to building design and operations to ensure we are well equipped for the future.",Awarded,,0,20250410 Masterton District Council,25874556,Request for Tenders,Open Competition,Contract 13-2021/22 - Kerosene Ridge Retaining Wall,,20220530,20220627,20220718,,Sole Agency,No,,"We need a contractor to help supply and deliver a build contract for the construction of a retaining wall on Blairlogie Langdale Road, which is located within the Masterton District approximately 30km from Masterton Town Centre and at approx. 3.5km from Masterton Castlepoint Road/Blairlogie Langdale Road intersection. This road is frequently used by large logging and other rigid trucks. The scope of work generally includes: Scoping/detail inspection of actual work requirements. Liaison and communication with affected stakeholders Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase. Site clearing and demolition Construction of the new tied back retaining wall as per design and specification Backfill with well graded granular, free draining material Shape and seal road shoulder/berm and install sight rails and fencing Install culvert, flume and AC bund Road pavement stabilisation and surfacing Reinstatement Programming and reporting Tenders close on Friday 24 June 2022.",Awarded,,680847,20250410 Masterton District Council,25892789,Request for Quotations,Open Competition,Hood Aerodrome Water & Wastewater Installation,HOOD_WW_0622,20220607,20220811,20221219,,Sole Agency,No,,"The purpose of this Request for Quote (RFQ) is for the Masterton District Council (MDC) to identify a suitable Supplier to install potable water, wastewater, and power ducts services at Hood aerodrome. You are invited to submit a quote to meet the requirements/specifications outlined in this document. This RFQ will be staged into two stages and shall be priced separately. Stage one - Quote 1 Shall be within the boundaries of the aerodrome and the works along the Manaia Road berm to the Isolation valve Stage two - Quote 2 Shall be on land yet to be acquired on the northern side of Manaia Road and includes connections into the main sewer at either end. Scope: The supply and installation of approximately 1200 m of sewer main including all manholes and connections as detailed on the plans. The supply and installation of approximately 1500 M of water main including all hydrants, service valves and anchor blocks as detailed in the plans. The supply and installation of approximately 1200 m of HV and 750 M of LV ducting for power services. As detailed in the plans and specifications. The contractor shall check all measurements before submitting a tender. Masterton District Council takes no responsibility for incorrect measurements supplied",Not Awarded,On hold - pending budget decisions.,0,20250410 Masterton District Council,26557039,Request for Tenders,Open Competition,Sealed Road Rehabilitation 12-21/22,,20221031,20221130,20221220,,Sole Agency,No,,"We need a suitably qualified contractors to deliver a construction contract for the pavement strengthening of sealed roads (both urban and rural) and other associated works on six sections of roads within the Masterton District. The scope of work generally includes: Excavation and backfill for shoulder strengthening Construction of stormwater facilities Cleaning of existing side drains and forming new side drains Minor sight benching Supply and place granular overlay material Stabilising the pavement Chip seal and/or asphaltic concrete resurfacing of the works Reinstatement of pavement markings All other works required to complete the contract in accordance with the specification",Awarded,,0,20250410 Masterton District Council,26769145,Request for Quotations,Open Competition,Hood Aerodrome Infrastructure Upgrade Project Stage 1 Works,HOOD_S1 works_Dec22,20221221,20230228,20240124,,Sole Agency,No,,"The purpose of this Request for Quote (RFQ) is for the Masterton District Council (MDC) to identify a suitable Supplier to construct widening and reseal of existing runway 06/24, a new grassed cross runway, and new paved extension of apron by the terminal building at Hood aerodrome, located in Masterton. The services we are tendering for will cover construction works based on the documents supplied by engineers and consultants. For any avoidance of doubt, you are submitting a proposal for the construction of this project, and you are invited to submit a quote to meet the requirements/specifications outlined in this document and associated appendices and annexes supplied.",Awarded,,0,20250410 Masterton District Council,27467277,Request for Proposals,Open Competition,MDC RFP Panama Village Carpark - Extension and Resurfacing,14 - 2022/23,20230601,20230630,20230801,,Sole Agency,No,,"Masterton District Council (MDC) are inviting suitably qualified contractors to deliver a build contract for the Extension and Resurface of the Panama Village Carpark located at 120 Ngaumutawa Road, Masterton. The Carpark is currently inadequate in supplying the residents of Panama Village. The proposed civil works involve the following: ? Implementing road signage and line marking to clarify road user intent ? Installation of new kerb & channel and nib kerbs where required ? Upgrade of substandard stormwater catchpit ? Addition of 18 carparks including two accessibility carparks ? Granular pavement construction ? Milling and resurfacing of existing carpark seal We are looking for a suitably qualified and experienced Contractor with the required capability, resources and motivation to deliver this project. The contract comprises: ? Pavement construction and resurfacing ? Implementation of line marking and signage ? Drainage works.",Awarded,,0,20250410 Masterton District Council,27508557,Request for Tenders,Closed Competition,17 22/23 Mataikona Coastal Recovery Project,,20230607,20230705,20230925,,Sole Agency,No,,"Thank you for expressing your interest in assisting with the repairs to the Mataikona coastal revetment following the recent storm damage. We appreciate your willingness to contribute to the restoration efforts. We are pleased to inform you that the first package of work, focusing on the Mataikona revetments, is now available for pricing. Attached to this letter, you will find the contract documents related to the Mataikona Sites 18 (Part 1 and 2), Site 19, Site 20a and temporary protection works at Site 47. Please review these documents carefully to familiarise yourself with the scope of work, specifications, and timelines. To ensure that all contractors have a thorough understanding of the project, our council staff is available to arrange site visits and discuss the scope of work in person. We encourage you to take advantage of this opportunity to visit the project site, ask any questions you may have, and gain clarity on the requirements. Please reach out to our staff to schedule a convenient time for the site visit and discussion. The deadline for questions or Request for Information is 12.00pm, 23rd June 2023 and the deadline for price submission is 4.00pm, 28th June 2023. All price submission is to be uploaded in GETS. Evaluation Criteria The contractor with the lowest price shall be awarded the contract. This, however, is dependent on the successful bidder registering and completing the MDC prequalification system through Sitewise as previously advised during registration of interests. We want to assure you that additional packages of work will follow this initial release shortly. Our team is actively preparing the necessary contract documents for the upcoming projects. We will notify you promptly as these packages become available for pricing. Once again, we extend our gratitude for your interest in this project. The Masterton District Council is eager to collaborate with you and your company's staff to repair and enhance the resilience of our coastal route.",Not Awarded,,0,20250410 Masterton District Council,27804713,Request for Tenders,Open Competition,06-23/24 Masterton Castlepoint (Site 13 and 16),,20230801,20230829,20230920,,Sole Agency,No,,"We need a contractor to help supply and deliver a build contract for the construction of two new geogrid retaining structures along Masterton Castlepoint Road, which is located within the Masterton District on Masterton-Castlepoint Road at Roading Point 60.200 and Roading Point 49.514. The scope of work generally includes: Temporary works access track slope stabilization, construction platform, etc Excavation of existing site and benching as per design and specification. Install subsoil drainage and footing base. Construction of retaining structure as per design and specification. Backfill with granular material, basecourse material. Install discharge flumes to drainage outlets. Shape and seal affected road width, road shoulder/berm, place AC bunds and install sight rails and fencing. Reinstatement. Programming and reporting Initial Tender Submission Date - 22/08/2023 New Submission Date - 29/08/23",Awarded,,0,20250410 Masterton District Council,27805195,Request for Tenders,Open Competition,07-23/24 Homewood & Whangaehu Road Dropout Repair (Site 6 and 34),,20230801,20230829,20230929,,Sole Agency,No,,"We need a contractor to help supply and deliver a build contract for the construction of two new geogrid retaining structures along Homewood Road and Whangaehu Valley Road, which is located within the Masterton District on Homewood Road at Roading Point 3.355 and on Whangaehu Valley Road Roading Point 6.230. The scope of work generally includes: Temporary works access track slope stabilization, construction platform, etc Excavation of existing site and benching as per design and specification. Install subsoil drainage and footing base. Construction of retaining structure as per design and specification. Backfill with granular material, basecourse material. Install discharge flumes to drainage outlets. Shape and seal affected road width, road shoulder/berm, place AC bunds and install sight rails and fencing. Reinstatement. Programming and reporting Initial Tender Submission Date - 22/08/2023 New Tender Submission Date - 29/08/2023",Awarded,,0,20250410 Masterton District Council,28115136,Request for Tenders,Open Competition,"12-23/24 Blairlogie Langdale Retaining Wall (Sites 41,42,44)",12-23/24,20230918,20231110,20231127,,Sole Agency,No,,"We need a contractor to deliver a build contract for the construction of three retaining walls on Blairlogie Langdale Road, which is located within the Masterton District approximately 30km from Masterton Town Centre and at approx. 4km from Masterton-Castlepoint Road/Blairlogie Langdale Road intersection. This road is frequently used by large logging and other rigid trucks. The scope of work generally includes: Scoping/detail inspection of actual work requirements. Liaison and communication with affected stakeholders Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase. Site clearing and demolition Construction of the new tied back/anchored retaining walls as per design and specification. Backfill with well graded granular, free draining material Shape and seal road shoulder/berm and install sight rails and fencing Install culvert, flume and AC bund Road pavement stabilisation and surfacing Reinstatement Programming and reporting",Awarded,,0,20250410 Masterton District Council,28164006,Request for Tenders,Open Competition,11-23/24 Te Kanuka Curves - Safety Improvements,11-23/24,20230925,20231027,20240119,,Sole Agency,No,,"We need a contractor to help supply and deliver a build contract for the Safety Improvements to Te Kanuka Curves on Masterton-Castlepoint Road. The Te Kanuka Curves Safety Improvement Project is located approximately 14.5km east of Masterton on Masterton-Castlepoint Road. The site is zoned primary production. Te Kanuka Curves has been identified as a high-risk area in need of road safety improvements. The proposed safety improvements involve the following: Implementing road signage and line marking to clarify road user intent Installation of safety barriers/improvements to the bridge Installation of a slow vehicle pull-over bay Widening of the bridge approaches either side",Awarded,,0,20250410 Masterton District Council,28712797,Request for Tenders,Open Competition,"21-23/24 Masterton Castlepoint Retaining Wall (Sites 14,15, RP 50.9)",21-23/24,20240119,20240322,20240405,,Sole Agency,No,,"We need a contractor to help supply and deliver a build contract for the construction of three retaining walls on Masterton Castlepoint Road, which is located within the Masterton District approximately 40km 51km from Masterton Town Centre. This road is frequently used by large logging and other rigid trucks. The scope of work generally includes: Scoping/detail inspection of actual work requirements. Liaison and communication with affected stakeholders Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase. Site clearing and demolition Construction of the new anchored retaining walls as per design and specification. Backfill with well graded granular, free draining material Shape and seal road shoulder/berm and install sight rails and fencing Install culvert, flume and AC bund Road pavement stabilisation and surfacing Reinstatement Programming and reporting",Awarded,,0,20250410 Masterton District Council,28817444,Request for Tenders,Open Competition,02-24/25 Street Light Maintenance 2024-27,02-24/25,20240212,20240322,20240701,,Sole Agency,No,,"Masterton District Council is seeking an experienced contractor for the maintenance of street lighting in urban and rural areas. The scope includes both pole-mounted and under-veranda lighting, covering parks and reserves. Planned improvements/extensions are also part of this dynamic contract. Scope of Work: Maintain and service all Principals street lighting systems. Ensure continued reliable operation with minimal failure or outages. Perform patrols, routine, and emergency maintenance. Report on electrical systems for Council's street, amenity, and under-verandah lights. Majority of street lights on Powerco-owned poles compliance with Powercos policies and competency required. Asset Overview: Masterton: 2957 lights Tinui: 7 lights Riversdale: 44 lights Castlepoint: 40 lights Contractor Requirements: Emergency call-out availability. Must be able to respond within 2 hours with a registered practicing electrician and line mechanic. Comprehensive traffic management. Collaborative partnership with Council, subcontractors, and suppliers. Adequate resources for on-time project completion. Certified Quality Assurance system. Excellent Health and Safety outcomes. Meeting program requirements. Positive collaboration with partners. Commitment to delivering value for money. Resource capability for on-time delivery. Certification of personnel. Exceptional Health and Safety track record. Adherence to program requirements. Masterton District Council invites qualified contractors to bid, demonstrating a commitment to ongoing positive collaboration, value delivery, and excellence in service. Submit your proposal by 22/03/2024.",Awarded,,0,20250410 Masterton District Council,29059137,Request for Tenders,Open Competition,27-23/24 Raised Pedestrian Crossing Pownall St,27-23/24,20240319,20240410,20240510,,Sole Agency,No,,"Masterton District Council (MDC) are inviting suitably qualified contractors to deliver a build contract for a raised pedestrian crossing on Pownall St. The scope of work generally includes: Scoping/detail inspection of actual work requirements. Liaison and communication with affected stakeholders Understanding the requirement of the stakeholders and providing temporary and safe access during the construction phase. Site clearing and demolition Demolition of existing pavements, footpaths and kerbs (where applicable) Construction of pavements and raised tables Removal of existing side islands (where applicable) and construction of new side islands consistent with the engineering design Installation of tactile pavers Removal of superfluous line marking and installation of new line marking Installation of new signage Reinstatement Programming and reporting",Awarded,,0,20250410 Masterton District Council,29676137,Request for Tenders,Open Competition,Architect Services - Masterton District Council Library Refurbishment and Extension,,20240627,20240724,20240927,,Sole Agency,No,lisa.neill@mstn.govt.nz,,Not Awarded,,0,20250410 Masterton District Council,29711040,Request for Tenders,Open Competition,Architect Services - Waiata House Extension Lead Architect Services,,20240704,20240809,20241009,,Sole Agency,No,lisa.neill@mstn.govt.nz,"The purpose of this RFT is to identify a single Lead Architect with the expertise to lead the design of the Waiata House extension (Masterton District Council offices), providing professional, end to end architectural design services.",Not Awarded,,0,20250410 Masterton District Council,30794332,Request for Proposals,Open Competition,Structural Engineer - Waiata House Extension,,20241209,20250130,20250226,,Sole Agency,No,,"The purpose of this RFP is for Masterton District Council (MDC) to identify a Structural Engineer with the expertise to deliver the full scope of services (outlined in Section 5) for Masterton's Waiata House Extension Project. The project is part of our vision to create future-proofed spaces and places for our community, while also incorporating our history. The Structural Engineer will be responsible for delivering on this vision and will play a vital role in the success of this project for our community, not only for the current generation but for generations to come.",Awarded,,0,20250410 Masterton District Council,30860886,Request for Tenders,Open Competition,AC Rehabs 2024 2025,08-24/25,20250106,20250224,20250224,,Sole Agency,No,,"We need a suitably qualified contractors to deliver a construction contract for the pavement renewal of sealed roads (both urban and rural) and other associated works on three sections of roads within the Masterton District. The scope of work generally includes: Excavation and backfill for pavement strengthening Cleaning and forming of water channels Supply and place granular material Stabilising the pavement Chip seal and/or asphaltic concrete resurfacing of the works Reinstatement of pavement markings All other works required to complete the contract in accordance with the specification",Awarded,,0,20250410 Matamata-Piako District Council,20639820,Request for Tenders,Closed Competition,Wairere Falls Carpark Upgrade,3/23/2209,20190125,20190214,20191108,,Sole Agency,No,,"Wairere Falls walking track is located at the end of Goodwin Road, near Matamata. This contract is for the construction of a new carpark.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2209 Wairere Falls Carpark Upgrade - Wairere Falls walking track is located at the end of Goodwin Road, near Matamata. This contract is for the construction of a new carpark in the Matamata-Piako District. The term of the contract is 8 weeks. On 25 February 2019 this was awarded to J Swap Contractors Limited in the sum of $374,130.31 (excluding GST) using Lowest Price Conforming method. One other tender was received.",0,20250410 Matamata-Piako District Council,21279550,Request for Tenders,Open Competition,Design and Construction Services Morrinsville Water Treatment Plant Switchboard Replacement,3/23/2218,20190717,20190829,20191111,,Sole Agency,No,,"Contract No. 2218 Design and Construction Services Morrinsville Water Treatment Plant Switchboard Replacement. This contract is for design and construction works at the Morrinsville Water Treatment Plant at 632 Waterworks Road, Te Miro in the Matamata-Piako District. Design and construction work under this contract entails but is not limited to the following key activities: i. Earthworks and vegetation clearing ii. Building design iii. Building permits iv. Electrical design v. Electrical permits and liaison with the power supply authority vi. Supply of all labour, plant & materials to install the new switchboard & PLC vii. Commissioning viii. As constructed drawings and manuals. The tender closes at 4.00pm on Thursday 29 August 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2218 Design and Construction Services Morrinsville Water Treatment Plant Switchboard Replacement This contract is for design and construction works at the Morrinsville Water Treatment Plant in the Matamata-Piako District. On 16 October 2019 this was awarded to Epic Systems Limited in the sum of $555,187.00 (excluding GST) using Weighted Attribute method. One other conforming tender was received.",0,20250410 Matamata-Piako District Council,21376701,Request for Tenders,Open Competition,Contract No. 2224 Harding Road and Matipo Street PRV Installation,3/23/2224,20190807,20190905,20191108,,Sole Agency,No,,"Contract No. 2224 Harding Road and Matipo Street PRV Installation This contract is offered to suitably qualified and experienced contractors (SHE approval is preferable, but not essential) for the supply, installation and commissioning of water reticulation for the construction works of the following roads in the Matamata-Piako District: Harding Road, Matamata Tower Road, Matamata The tender closes at 4.00pm on Thursday 5 September 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2224 Harding Road and Matipo Street PRV Installation. This contract is offered to suitably qualified and experienced contractors for the supply, installation and commissioning of water reticulation for the construction works of the following roads in the Matamata-Piako District: Harding Road, Matamata Tower Road, Matamata The contract period is 10 weeks. On 3 October 2019 this was awarded to Cambridge Excavators Limited in the sum of $227,864.80 (excluding GST) using Lowest Price Conforming method. The tender prices received ranged from $227,864.80 to $265,600.00.",0,20250410 Matamata-Piako District Council,21412237,Request for Tenders,Open Competition,Contract No 2223 Roading Works Programme 2019/2020,3/23/2223,20190813,20190905,20191108,,Sole Agency,No,,"Contract No. 2223 Roading Works Programme 2019/2020. The contract consists of the following jobs in the Matamata-Piako district: - Rehabilitation of Taotaoroa Road (RAMM 2135 - 3135) - Rehabilitation of Taotaoroa Road (RAMM 4400 - 4840) The tender closes at 4.00pm on Thursday 05 September 2019 at the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2223 Works Programme 2019/2020 is for the construction works of the following roads in the Matamata-Piako District: Taotaoroa Road Rehabilitation Taotaoroa Road Rehabilitation The term of the contract is 9 weeks. On 19 September 2019 this was awarded to J Swap Contractors Limited in the sum of $643,620.94 (excluding GST) using Lowest Price Conforming method. One other conforming tender was received with a price of $996,125.11",0,20250410 Matamata-Piako District Council,21452031,Request for Tenders,Closed Competition,Contract 2228 Headon Hub Upgrade Project,3/23/2228,20190821,20190917,20191127,,Sole Agency,No,"Matamata-Piako District Council, District Office, 35 Kenrick Street, Te Aroha 3320","Construction work under the contract 2228 is as per the drawings attached. The scope entails but is not limited to the following key activities: i. Demolition of existing Headon Hub building with retaining the existing sports hall floor. ii. Earthworks and foundation. iii. Construction of new building and necessary civil works for the new building. iv. All building services work. The tender closes at 4.00pm on Tuesday 17 September 2019. Tenders shall be submitted to the Electronic Tender Box at GETS or to the Te Aroha Council Office, 35 Kenrick Street, Te Aroha 3320.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 3/23/2228 Headon Hub Upgrade Project The scope entails but is not limited to the following key activities: i. Demolition of existing Headon Hub building with retaining the existing sports hall floor ii. Earthworks and foundation iii. Construction of new building and necessary civil works for the new building iv. All building services work On 19 November 2019 this was awarded to Foster Construction in the sum of $1,912,677.80 (excluding GST) using Lowest Price Conforming method. 2 other conforming tenders were received with prices as follows: $1,933,099.82 $2,096,866.98",0,20250410 Matamata-Piako District Council,21507605,Request for Tenders,Open Competition,Contract No. 2235 Works Programme 2019/2020,3/23/2235,20190829,20190919,20191108,,Sole Agency,No,,"The contract consists of 2 sealed road pavement rehabilitation jobs in the Matamata-Piako district. The schemes are: - Matuku Road (150 - 700m) Sealed Road Pavement Rehabilitation - Matuku Road (1200 - 1850m) Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 19 September 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2235 Works Programme 2019/2020 is for the construction works of the following roads in the Matamata-Piako District: Matuku Road Sealed Road Pavement Rehabilitation Matuku Road Sealed Road Pavement Rehabilitation The term of the contract is 8 weeks. On 10 October 2019 this was awarded to J Swap Contractors Limited in the sum of $394,566.85 (excluding GST) using Lowest Price Conforming method. Three other conforming tenders were received with prices as follows: $411,958.45 $446,080.23 $502,920.13",0,20250410 Matamata-Piako District Council,21547383,Request for Proposals,Open Competition,"Demographic projections to inform the 2021 long term planning process on behalf of Thames-Coromandel District Council, Hauraki District Council and Matamata-Piako District Council",,20190905,20190927,20191111,,Cluster,No,,"The purpose of the growth projections work is to review and update the councils growth projections, taking into account elements such as historic and current trends, relevant land- use policies, and relevant national, regional and local level drivers. The request for proposal closes at 4.00pm on Friday 27 September 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2233 Demographic projections to inform the 2021 long term planning process on behalf of Thames-Coromandel District Council, Hauraki District Council and Matamata-Piako District Council The purpose of the growth projections work is to review and update the councils growth projections, taking into account elements such as historic and current trends, relevant land- use policies, and relevant national, regional and local level drivers. On 8 October 2019 this was awarded to Infometrics Limited in the sum of $33,000 (excluding GST) using Lowest Price Conforming method. Five other conforming tenders were received with prices as follows: $52,290 $64,600 $73,453 $75,500 $105,520",0,20250410 Matamata-Piako District Council,21554677,Request for Tenders,Open Competition,Contract No. 2230 Sealing Programme 2019 - 2021,3/23/2230,20190906,20190930,20191108,,Sole Agency,No,,"This contract involves the resealing and second coat sealing of approximately 550,000m2 of roads annually within the Matamata-Piako district. Works include: a. Supply and application of bitumen. b. Supply and application of sealing chip. c. Removal and installation of RRPMs and Pavement Markings. Tenders close at 4.00pm on Monday 30 September 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2230 Sealing Programme 2019 - 2021 involves the resealing and second coat sealing of approximately 550,000m2 of roads annually within the Matamata-Piako district. Completion of the contract is no later than 30 June 2021 with 1 possible one year rollover by agreement of both parties. On 17 October 2019 this was awarded to Fulton Hogan (Waikato) Limited in the sum of $2,388,541.89 (excluding GST) using Lowest Price Conforming method. Two other conforming tenders were received with prices as follows: $3,101,183.77 $3,810,422.80",0,20250410 Matamata-Piako District Council,21623927,Request for Tenders,Open Competition,Contract No. 2232 District Wide Catchpit and Sump Cleaning,3/23/2232,20190919,20191010,20191108,,Sole Agency,No,,"The work required covers the inspection, cleaning and removal of debris, gravel, silt, etc., from approximately 2100 road catchpits and sumps in the Matamata-Piako District Council area. The tender closes at 4.00pm on Thursday 10 October 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2232 District Wide Sump and Catchpit Cleaning 2019-2022 The work required covers the inspection, cleaning and removal of debris, gravel, silt, etc., from approximately 2100 road catchpits and sumps in the Matamata-Piako District Council area. The term of the contract is 3 years with 2 possible one year rollovers by agreement of both parties. On 4 November 2019 this was awarded to Civic Limited in the sum of $125,201.57 (excluding GST) using Weighted Attribute method. Seven other conforming tenders were received with prices as follows: $145,903.31 $150,270.00 $206,878.80 $233,190.00 $514,861.20 $541,518.22 $959,330.00",0,20250410 Matamata-Piako District Council,21624155,Request for Tenders,Open Competition,"Contract No. 2234 Footpath Cleaning, Sanding and Sealing",3/23/2234,20190919,20191010,20191223,,Sole Agency,No,,"The works required per annum, comprises cleaning 17,780m2 of asphalt and footpath pavers; re sanding 15,180m2 of footpath pavers; and sealing either 6,765m2 or 8,610m2 footpath pavers at four locations within the Matamata-Piako District Council area. The tender closes at 4.00pm on Thursday 10 October 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2234 Footpath Cleaning, Sanding and Sealing The works required per annum, comprises cleaning 17,780m2 of asphalt and footpath pavers; re sanding 15,180m2 of footpath pavers; and sealing either 6,765m2 or 8,610m2 footpath pavers at four locations within the Matamata-Piako District Council area. The term of the contract is 3 years with 2 possible one year rollovers by agreement of both parties. On 19 December 2019 this was awarded to Fisher Painting Services Limited in the sum of $387,701.75 (excluding GST) using Weighted Attribute method. Three other conforming tenders were received with prices as follows: $597,901.00 $610,059.05 $893,579.16",0,20250410 Matamata-Piako District Council,21824475,Request for Tenders,Open Competition,Works Programme 2019/2020,3/23/2239,20191030,20191125,20200106,,Sole Agency,No,,"The contract consists of 2 sealed road pavement rehabilitation jobs in the Matamata-Piako district. The schemes are: - Alexandra Road Sealed Road Pavement Rehabilitation - Stanley Road South Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Monday 25 November 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2239 Works Programme 2019/2020 is for the construction works of the following roads in the Matamata-Piako District: Alexandra Road Sealed Road Pavement Rehabilitation Stanley Road South Sealed Road Pavement Rehabilitation The term of the contract is 9 weeks. On 19 December 2019 this was awarded to J Swap Contractors Limited in the sum of $609,992.16 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $631,095.65 $652,903.20",0,20250410 Matamata-Piako District Council,21837008,Request for Tenders,Open Competition,Works Programme 2019/2020,3/23/2242,20191024,20191121,20200106,,Sole Agency,No,,"The contract consists of 2 Drainage Renewals jobs in the Matamata-Piako district. The schemes are: - Replacing pipes of Culvert No 3 at RAMM 1675, Piako Road - Replacing pipes of Culvert No 26 at RAMM 5759, Te Aroha Gordon Road The tender closes at 4.00pm on Thursday 21 November 2019.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2242 Works Programme 2019/2020 is for the construction works of the following roads in the Matamata-Piako District: Piako Road Drainage Renewal Te Aroha-Gordon Road Drainage Renewal The term of the contract is 4 weeks. On 19 December 2019 this was awarded to J Swap Contractors Limited in the sum of $152,025.20 (excluding GST) using Lowest Price Conforming method. One other tender was received with a price of $225,876.07.",0,20250410 Matamata-Piako District Council,22007655,Request for Tenders,Open Competition,Contract No. 2237 W-Section Rails 2019/2020,3/23/2237,20191128,20200123,20200317,,Sole Agency,No,,"This contract involves the following within the Matamata-Piako district: a. Removal of the existing timber rail off Bridge 40 on Wiseman Road and Bridge 120 on Waihekau Road and installation of W-Section rails. b. Removal of 2 existing terminal ends at Bridge 184 on Wardville Road and install new X-350 ends. c. Extension and repair of W-Section Rails at Bridge 44 on Morrinsville-Tahuna Road. d. Supply and installation of new W-Section Rails at Piako and Valintine Road intersection. The tender closes at 4.00pm on Thursday 23 January 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2237 W-Section Rails 2019/2020 is for the following: a. Removal of the existing timber rail off Bridge 40 on Wiseman Road and Bridge 120 on Waihekau Road and installation of W-Section rails. b. Removal of 2 existing terminal ends at Bridge 184 on Wardville Road and install new X-350 ends. c. Extension and repair of W-Section Rails at Bridge 44 on Morrinsville-Tahuna Road. d. Supply and installation of new W-Section Rails at Piako and Valintine Road intersection. Completion will be no later than 30 April 2020. On 14 February 2020 this was awarded to Splice Construction Limited in the sum of $137,598.34 (excluding GST) using Lowest Price Conforming method. One other conforming tender was received with a price of $159,578.00.",0,20250410 Matamata-Piako District Council,22109979,Request for Tenders,Open Competition,Contract No. 2243 Footpath Repairs and Renewals,3/23/2243,20191218,20200128,20200317,,Sole Agency,No,,"This contract involves the complete works needed to carry out construction of new and reconstruction of existing concrete works including routine footpath maintenance repairs <10m2, reconstruction of pram crossings, concrete lip grinding, preventative footpath maintenance repairs =10m2, installation of TripStops, and from time to time, new and replacement kerb and channel. The tender closes at 4.00pm on Tuesday 28 January 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2243 Footpath Repairs and Renewals - this contract involves the complete works needed to carry out construction of new and reconstruction of existing concrete works including routine footpath maintenance repairs <10m2, reconstruction of pram crossings, concrete lip grinding, preventative footpath maintenance repairs =10m2, installation of TripStops, and from time to time, new and replacement kerb and channel. The contract period is 18 months. On 21 February 2020 this was awarded to MS Civil Construction Limited in the sum of $461,542.64 (excluding GST) using Lowest Price Conforming method. Five other conforming tenders were received with prices as follows: $500,000.00 $502,800.54 $544,168.82 $591,199.96 $745,502.98",0,20250410 Matamata-Piako District Council,22145646,Request for Tenders,Open Competition,Scott Road Water Reticulation Phase 2,3/23/2246,20200205,20200305,20200420,,Sole Agency,No,,,Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2246 Scott Road Water Reticulation Phase 2 This contract is for the construction works of water reticulation assets in Scott Road, Morrinsville, in the Matamata-Piako District. The term of the contract is 60 working days. On 9 April 2020 this was awarded to Cambridge Excavators Limited in the sum of $270,661.20 (excluding GST) using Weighted Attribute method. Two other conforming tenders were received.",0,20250410 Matamata-Piako District Council,22403779,Request for Proposals,Open Competition,Matamata Wastewater Treatment Plant Rotary Drum Inlet Screen,,20200305,20200319,20201119,,Sole Agency,No,,"This procurement relates to the supply and delivery of two rotary drum inlet screens for Matamata Wastewater Treatment Plant. The deadline for proposals is 19 March 2020 at 5.00pm.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Matamata Wastewater Treatment Plant Rotary Inlet Screens This procurement relates to the supply and delivery of two rotary drum inlet screens for Matamata Wastewater Treatment Plant. The term of the contract is 20 weeks. On 22 April 2020 this was awarded to Brickhouse Technologies Limited in the sum of $174,622.00 (excluding GST) using Weighted Attribute method. Three other proposals were received.",0,20250410 Matamata-Piako District Council,22447984,Request for Tenders,Open Competition,Works Programme 2019/2020,3/23/2259,20200316,20200409,20200505,,Sole Agency,No,,"This contract involves improving the vertical geometry of Goodwin Road, Matamata The tender closes at 4.00pm on Thursday 9 April 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2259 Works Programme 2019/2020 is for the construction works of the following road in the Matamata-Piako District: Goodwin Road Visibility Improvement The term of the contract is 4 weeks. On 29 April 2020 this was awarded to J Swap Contractors Limited in the sum of $199,491.56 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $218,846.59 $302,034.46 $305,765.32",0,20250410 Matamata-Piako District Council,22553160,Request for Tenders,Open Competition,Sewer Reticulation Renewals 2020 - 2023,3/23/2245,20200417,20200515,20200819,,Sole Agency,No,,"Contract No. 2245 Sewer Reticulation Renewals 2020 - 2023 This is a multi-year contract that will span over the course of 3 financial years (2019/20, 2020/21 and 2021/22), each year beginning in July and finishing in June. Matamata-Piako District Council have approximately $1,500,000.00 available each financial year (as specified in the Long Term Plan 2018 - 28). SoP rates will be used to compile a programme of works with the successful Contractor. This contract is primarily a sewer line rehabilitation contract and is anticipated to involve relining with the possibility of directional drilling, pipe thrusting and open excavations. This contract will also include minor repairs, pipe replacement, manhole rehabilitation, catchment and asset assessments (e.g. smoke testing, condition inspections), scoping works and other ancillary work. Construction is anticipated to start March 2020 and conclude June 2023. The tender closes at 4.00pm on Friday 15 May 2020.",Not Awarded,"Contract No. 2245 Sewer Reticulation Renewals 2020-2023 This contract is primarily a sewer line rehabilitation contract and is anticipated to involve relining with the possibility of directional drilling, pipe thrusting and open excavations. This contract will also include minor repairs, pipe replacement, manhole rehabilitation, catchment and asset assessments (e.g. smoke testing, condition inspections), scoping works and other ancillary work. Construction is anticipated to start July 2020 and conclude June 2023. On 4 August 2020 this was awarded to HydroTech Limited in the sum of $3,007,198.35 (excluding GST) using Weighted Attribute method. Four other conforming tenders were received.",0,20250410 Matamata-Piako District Council,22625411,Request for Proposals,Closed Competition,Ngarua Hall Demolition,,20200507,20200528,20200930,,Sole Agency,No,,"This procurement relates to the delivery of the full demolition of the Ngarua Hall, associated buildings and all above ground and below ground structures. The request for proposal closes Thursday 28 May at 4.00pm.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha This procurement relates to the delivery of the full demolition of the Ngarua Hall, associated buildings and all above ground and below ground structures. The term of the contract is 4 - 6 weeks. On 5 June 2020 this was awarded to Waikato Demolition Limited in the sum of $116,675.00 (excluding GST) using Lowest Price Conforming method. Four other prices were received as follows: $185,539.00 $187,713.00 $224,050.00 $226,385.00",0,20250410 Matamata-Piako District Council,22751882,Request for Proposals,Open Competition,"Contract No. 2258 After Hours Noise, Security & Animal Control",3/23/2258,20200529,20200626,20200819,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the After hours security, noise and animal control contract opportunity. The RFP closes at 4.00pm on Thursday 25 June 2020.",Not Awarded,"Contract No. 2258 After Hours Noise, Security and Animal Control This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the After hours security, noise and animal control contract opportunity. The term of the contract is 2 years and 10 months. Intended start date 1 September 2020. On 31 July 2020 this was awarded to Allied Investments Limited in the sum of $325,113.30 (excluding GST) using Weighted Attribute method. Three other conforming tenders were received.",0,20250410 Matamata-Piako District Council,22831158,Request for Tenders,Closed Competition,Contract No. 2265 Te Aroha to Matamata Cycle Trail Surfacing continued,3/23/2265,20200616,20200617,20200819,,Sole Agency,No,,"This contract is for the sealing works of approximately 28km of cycle trail between Te Aroha and Matamata. The tender closes at 4.00pm on Monday 15 June 2020. Please note that although the funding has been approved by the MBIE, the decision has not formally been released yet so should remain confidential.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2265 Te Aroha to Matamata Cycle Trail Surfacing This contract is for the sealing works of approximately 28km of cycle trail between Te Aroha and Matamata. The term of the contract is 4 months. On 2 July 2020 this was awarded to J Swap Contractors Limited in the sum of $722,327.80 (excluding GST) using Weighted Attribute method. One other conforming tender was received.",0,20250410 Matamata-Piako District Council,22874931,Request for Tenders,Closed Competition,Sewer Reticulation Renewals 2020-2023,3/23/2245,20200624,20200708,20200819,,Sole Agency,No,,"Contract No. 2245 Sewer Reticulation Renewals 2020 - 2023 This is a multi-year contract that will span over the course of 3 financial years (2019/20, 2020/21 and 2021/22), each year beginning in July and finishing in June. Matamata-Piako District Council have approximately $1,500,000.00 available each financial year (as specified in the Long Term Plan 2018 - 28). SoP rates will be used to compile a programme of works with the successful Contractor. This contract is primarily a sewer line rehabilitation contract and is anticipated to involve relining with the possibility of directional drilling, pipe thrusting and open excavations. This contract will also include minor repairs, pipe replacement, manhole rehabilitation, catchment and asset assessments (e.g. smoke testing, condition inspections), scoping works and other ancillary work. Construction is anticipated to start July 2020 and conclude June 2023. The tender closes at 4.00pm on Wednesday 8 July 2020.",Not Awarded,"Contract No. 2245 Sewer Reticulation Renewals 2020-2023 This contract is primarily a sewer line rehabilitation contract and is anticipated to involve relining with the possibility of directional drilling, pipe thrusting and open excavations. This contract will also include minor repairs, pipe replacement, manhole rehabilitation, catchment and asset assessments (e.g. smoke testing, condition inspections), scoping works and other ancillary work. Construction is anticipated to start July 2020 and conclude June 2023. On 4 August 2020 this was awarded to HydroTech Limited in the sum of $3,007,198.35 (excluding GST) using Weighted Attribute method. Four other conforming tenders were received.",0,20250410 Matamata-Piako District Council,22931277,Request for Tenders,Open Competition,"Te Aroha to Matamata Cycle Trail Rest Areas 1, 2 and 4",3/23/2262,20200707,20200727,20201125,,Sole Agency,No,,"This contract is for the general landscaping and planting of three new rest areas along the Hauraki Rail Trail, Te Aroha to Matamata extension. The tender closes at 4.00pm on Monday 27 July 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2262 Te Aroha to Matamata Cycle Trail Rest Areas 1, 2 and 4 is for the general landscaping and planting of three new rest areas along the Hauraki Rail Trail, Te Aroha to Matamata extension. The term of the contract is 14 weeks. On 19 August 2020 this was awarded to Dempsey Wood Civil Limited Waikato in the sum of $259,048.70 (excluding GST) using Lowest Price Conforming method. Four other tenders were received with prices as follows: $259,619.40 $281,782.68 $662,733.22 $677,922.00",0,20250410 Matamata-Piako District Council,22933890,Request for Quotations,Closed Competition,Electoral Officer and Election Services for Matamata-Piako District Council,,20200709,20200730,20210430,,Sole Agency,No,,"This Request for Quote is an invitation to suitably qualified suppliers to submit a quote for the election services contract opportunity. The request for quote closes on Thursday 30 July at 5.00pm.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Request for Quote Electoral Officer and Election Services This Request for Quote is an invitation to suitably qualified suppliers to submit a quote for the election services contract opportunity. The term of the contract is 1 September 2020 to 31 August 2023. On 18 August 2020 this was awarded to Electionz.com in the sum of $48,690 (excluding GST & third party costs) using lowest price conforming method. One other quote was received.",0,20250410 Matamata-Piako District Council,22968260,Request for Tenders,Open Competition,Works Programme 2020/2021,3/23/2268,20200714,20200804,20201124,,Sole Agency,No,,"The contract consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Waiomou Street Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Tuesday 4 August 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2268 Works Programme 2020/2021 is for the construction works of the following road in the Matamata-Piako District: Waiomou Street Sealed Road Pavement Rehabilitation The term of the contract is 4 weeks. On 25 August 2020 this was awarded to J Swap Contractors Limited in the sum of $167,972.24 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $186,394.50 $223,260.15",0,20250410 Matamata-Piako District Council,22985184,Request for Proposals,Closed Competition,ICT Network Switch/Router Renewal/Upgrade,,20200803,20200824,20200915,,Sole Agency,No,,"MPDC is looking to replace its core network layer 2 and 3 switches and routers in order to provide a better level of network security, reliability, scalability, and management. This provides an opportunity for the Council to update its network infrastructure design to a more solid and sustainable foundation to expand for future options. The Request for Proposal closes at 4.00pm on Monday 24 August 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Request for Proposal - ICT Network Switch/Router Renewal Upgrade 2020 MPDC is looking to replace its core network layer 2 and 3 switches and routers in order to provide a better level of network security, reliability, scalability, and management. This provides an opportunity for the Council to update its network infrastructure design to a more solid and sustainable foundation to expand for future options. The term of the contract is 6 months. On 15 September 2020 this was awarded to Cogent Limited in the sum of $266,355.00 (excluding GST) using Weighted Attribute method. Two other proposals were received from: Datacom Systems Limited Sempre Technologies Limited",0,20250410 Matamata-Piako District Council,23443618,Request for Tenders,Open Competition,Lockerbie Gravity Sewerage Connection - Morrinsville,3/23/2274,20201012,20201112,20210317,,Sole Agency,No,,"Contract No. 2274 Lockerbie Gravity Sewerage Connection - Morrinsville. This contract is for supply and construction of a DN300 gravity sewerage main in Cobham Drive, Morrinsville in the Matamata-Piako District. The tender closes at 4.00pm on Thursday 12 November 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2274 Lockerbie Gravity Sewerage Connection - Morrinsville This contract is for supply and construction of a DN300 gravity sewerage main in Cobham Drive, Morrinsville in the Matamata-Piako District. The term of the contract is 10 weeks. On 9 December 2020 this was awarded to Fibre Networks NZ Limited for the lump sum of $226,473.58 (excluding GST) using Weighted Attribute method. Six other conforming tenders were received.",0,20250410 Matamata-Piako District Council,23453718,Request for Tenders,Open Competition,Works Programme 2020/2021,3/23/2270,20201014,20201110,20201124,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The schemes are: - Matuku Road Sealed Road Pavement Rehabilitation - Paeroa-Tahuna Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Tuesday 10 November 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2270 Works Programme 2020/2021 is for the construction works of the following roads in the Matamata-Piako District: Matuku Road Sealed Road Pavement Rehabilitation Paeroa-Tahuna Road Sealed Road Pavement Rehabilitation The term of the contract is 8 weeks. On 20 November 2020 this was awarded to J Swap Contractors Limited in the sum of $556,827.95 (excluding GST) using Lowest Price Conforming method. No other tenders were received.",0,20250410 Matamata-Piako District Council,23517734,Request for Tenders,Open Competition,"Waterline Renewals 2020/2023 Te Aroha, Morrinsville and Matamata",3/23/2269,20201028,20201209,20210309,,Sole Agency,No,,"This contract is for the drilling, installation of pipes, pressure testing, and disinfection of new waterlines, valves, and hydrants district-wide, including township of Matamata, Morrinsville and Te Aroha. It involves locating existing services including; the removal and disposal of redundant fire hydrant and sluice valves, sealing redundant pipes; and the removal and disposal of asbestos pipe materials. This contract is a 3 year contract with 2 possible one year rollovers by agreement of both parties. The tender closes at 4.00pm on Wednesday 9 December 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2269 Waterline Renewals 2020/2023 Te Aroha, Morrinsville and Matamata is for the drilling, installation of pipes, pressure testing, and disinfection of new waterlines, valves, and hydrants district-wide, including township of Matamata, Morrinsville and Te Aroha. It involves locating existing services including; the removal and disposal of redundant fire hydrant and sluice valves, sealing redundant pipes; and the removal and disposal of asbestos pipe materials. This contract is a 3 year contract with 2 possible one year rollovers by agreement of both parties. On 23 December 2020 this was awarded to Fibre Networks NZ Limited in the sum of $1,484,058.04 (excluding GST) using Lowest Price Conforming method. The tender prices received ranged from $1,484,058.04 to $3,473,050.33.",0,20250410 Matamata-Piako District Council,23628781,Request for Tenders,Open Competition,Works Programme 2020/2021,3/23/2271,20201116,20201210,20210309,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The schemes are: - Alexandra Road Sealed Road Pavement Rehabilitation - Manawaru Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 10 December 2020.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2271 Works Programme 2020/2021 consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Alexandra Road Sealed Road Pavement Rehabilitation - Manawaru Road Sealed Road Pavement Rehabilitation The contract period is 10 weeks. On 22 December 2020 this was awarded to Schick Civil Construction Limited in the sum of $1,098,634.08 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $1,198,326.41 $1,344,617.56",0,20250410 Matamata-Piako District Council,23913741,Request for Tenders,Open Competition,Morrinsville Wastewater Treatment Plant Upgrade 2021,3/23/2290,20210129,20210304,20210706,,Sole Agency,No,,"This contract is for supply of labour, plant and equipment to line the contingency pond, install 2 new pipelines and auxiliary works at the Morrinsville Wastewater Treatment Plant in the Matamata-Piako District. The tender closes at 4.00pm on Thursday 4 March 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2290 Morrinsville Wastewater Treatment Plant Upgrade 2021. This contract is for supply of labour, plant and equipment to line the contingency pond, install 2 new pipelines and auxiliary works at the Morrinsville Wastewater Treatment Plant in the Matamata-Piako District. The contract period is 16 weeks. On 6 April 2021 this was awarded to Spartan Construction Limited in the sum of $1,161,056.00 (excluding GST) using Weighted Attributes. The prices of unsuccessful bidders ranged from $970,704.10 to $1,662,000.00.",0,20250410 Matamata-Piako District Council,23993900,Request for Proposals,Closed Competition,Matamata-Piako District Council Customer Survey,,20210222,20210310,20210430,,Sole Agency,No,,"Matamata-Piako District Council Customer Survey Request for Proposal Council will adopt its Long Term Plan (LTP) for 2021-31 in June 2021, and is now preparing the systems required to measure and report on the performance measures and targets set out in the LTP. As part of this, Council is seeking to appoint a provider to run its Customer Survey for a three year period (2021/22, 22/23 and 23/24). The request for proposal closes at 5.00pm on Wednesday 10 March 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Request for Proposal Matamata-Piako District Council Customer Survey Council will adopt its Long Term Plan (LTP) for 2021-31 in June 2021, and is now preparing the systems required to measure and report on the performance measures and targets set out in the LTP. As part of this, Council is seeking to appoint a provider to run its Customer Survey for a three year period (2021/22, 22/23 and 23/24). Term of the contract: three year period starting 1 July 2021 (2021/22, 22/23 and 23/24). Approval to enter into a contract with Versus Research Limited was approved on 16 April 2021 using weighted attribute method. The range of prices were $86,365.00 to $111,366.00.",0,20250410 Matamata-Piako District Council,24000589,Request for Tenders,Open Competition,Te Aroha Cemetery Expansion,3/23/2283,20210222,20210311,20210409,,Sole Agency,No,,"This contract is for the construction works of an access road within the Te Aroha Cemetery Extension. The tender closes at 4.00pm on Thursday 11 March 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2283 Te Aroha Cemetery Expansion is for the construction works of an access road within the Te Aroha Cemetery Extension. The term of the contract is 8 weeks. On 9 April 2021 this was awarded to J Swap Contractors Limited in the sum of $231,543.91 (excluding GST) using Lowest Price Conforming method. Five other tenders were received with prices as follows: $267,460.00 $270,315.50 $273,139.93 $312,682.63 $363,180.19",0,20250410 Matamata-Piako District Council,24029640,Request for Tenders,Open Competition,Contract No. 2291 Works Programme 2020/2021,3/23/2291,20210226,20210325,20210430,,Sole Agency,No,,"The contract consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Hinuera Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 25 March 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2291 Works Programme 2020/2021 consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is Hinuera Road Sealed Road Pavement Rehabilitation. The contract period is 3 weeks. On 9 April 2021 this was awarded to J Swap Contractors Limited in the sum of $219,674.46 (excluding GST) using Lowest Price Conforming method. No other tenders were received.",0,20250410 Matamata-Piako District Council,24051226,Request for Tenders,Open Competition,Contract No. 2292 Audio Tactile Profiled Road Marking,3/23/2292,20210304,20210331,20210430,,Sole Agency,No,,"This contract is for Audio Tactile Profiled road marking activities in the Matamata-Piako District on the following roads: a. Piako Road (Edge line and centreline from State Highway 26 to Valintine Road) b. Paeroa-Tahuna Road (Edge line and centreline from Morrinsville-Tahuna Road Matamata Piako District Council Boundary, Bridge #36) c. Hinuera Road (Edge line and centreline from 70/100 Threshold to Hopkins Road) The tender closes at 4.00pm on Wednesday 31 March 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2292 Audio Tactile Profiled Road Marking This contract is for Audio Tactile Profiled road marking activities in the Matamata-Piako District on the following roads: a. Piako Road (Edge line and centreline from State Highway 26 to Valintine Road) b. Paeroa-Tahuna Road (Edge line and centreline from Morrinsville-Tahuna Road Matamata Piako District Council Boundary, Bridge #36) c. Hinuera Road (Edge line and centreline from 70/100 Threshold to Hopkins Road) The contract period is 4 weeks. On 21 April 2021 this was awarded to Combined Road and Traffic Services Limited in the sum of $577,437.00 (excluding GST) using Lowest Price Conforming method. Two other tenders were received.",0,20250410 Matamata-Piako District Council,24129587,Request for Tenders,Open Competition,Signs Maintenance and Surveillance,3/23/2288,20210325,20210429,20210527,,Sole Agency,No,,"This contract is for the surveillance, maintenance, supply and installation, when requested, of Councils rural and urban signs, posts and such other signs as may be deemed appropriate during the period of the contract within the Matamata-Piako District. The tender closes at 4.00pm on Thursday 29 April 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2288 Signs Maintenance and Surveillance. This contract is for the surveillance, maintenance, supply and installation, when requested, of Councils rural and urban signs, posts and such other signs as may be deemed appropriate during the period of the contract within the Matamata-Piako District. The contract period is 1 July 2021 30 June 2024 with 2 possible one year rollovers by agreement of both parties. On 24 May 2021 this was awarded to Directionz Limited in the sum of $727,388.60 (excluding GST) using Price Quality method. No other conforming tenders were received.",0,20250410 Matamata-Piako District Council,24179598,Request for Tenders,Open Competition,Contract No. 2294 Bridge Rail Replacements,3/23/2294,20210407,20210506,20210608,,Sole Agency,No,,"This contract is for replacing the rails of the following bridges with W-Section rails and installation of X-350 terminal ends in the Matamata-Piako District: Bridge No. 47 Morrinsville-Tahuna Road Bridge No. 35 Paeroa-Tahuna Road Bridge No. 18 Tahuna-Ohinewai Road Bridge No. 174 Morrinsville-Walton Road The tender closes at 4.00pm on Thursday 6 May 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2294 Bridge Rail Replacements. This contract is for replacing the rails of the following bridges with W-Section rails and installation of X-350 terminal ends in the Matamata-Piako District: Bridge No. 47 Morrinsville-Tahuna Road Bridge No. 35 Paeroa-Tahuna Road Bridge No. 18 Tahuna-Ohinewai Road Bridge No. 174 Morrinsville-Walton Road The contract period is 24 working days. On 20 May 2021 this was awarded to Top Cru Limited in the sum of $139,777.00 (excluding GST) using Lowest Price Conforming. The prices of unsuccessful bidders ranged from $242,171.23 - $270,974.00.",0,20250410 Matamata-Piako District Council,24183850,Request for Tenders,Open Competition,Maintenance and Renewal of Streetlighting 2021 - 2024,3/23/2284,20210408,20210512,20210608,,Sole Agency,No,,"This contract is for routine and emergency maintenance and renewal of streetlighting on the Matamata-Piako District Councils roading network. It also includes maintenance of New Zealand Transport Agency urban streetlighting assets located within the 50 to 70 km/hr speed zones, including pedestrian crossings. The tender closes at 4.00pm Wednesday 5 May 2021. Note to contractors Matamata-Piako District Council and Hauraki District Council tender documents are very similar but there are some differences. Please ensure you read the documents carefully before uploading your tender submission to GETS.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2284 Maintenance and Renewal of Streetlighting 2021 - 2024. This contract is for routine and emergency maintenance and renewal of streetlighting on the Matamata-Piako District Councils roading network. It also includes maintenance of New Zealand Transport Agency urban streetlighting assets located within the 50 to 70 km/hr speed zones, including pedestrian crossings. The contract period is 1 July 2021 30 June 2024 with 2 possible one year rollovers by agreement of both parties. On 4 June 2021 this was awarded to McKay Limited in the sum of $797,051.56 (excluding GST) using Price Quality method. The prices of unsuccessful bidders ranged from $870,740.00 - $1,568,511.53.",0,20250410 Matamata-Piako District Council,24250904,Request for Proposals,Closed Competition,Morrinsville CBD Stormwater Study,,20210429,20210520,20210603,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified suppliers to submit a proposal for the Morrinsville CBD Stormwater Study 2021. The Request for Proposal closes at 4.00pm on Thursday 20 May 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Morrinsville CBD Stormwater Study. The scope of this contract is to construct a hydraulic model for the CBD catchment of Morrinsville, define the current level of flood protection in the CBD area, identify quick-win solutions to reduce the flooding risk and develop long term solutions for the flooding issues. The Council received two proposals and the contract for this study has been won by GHD. Awa consultants is the sub-consultant to the main consultant GHD. The full contract price was $129,931.93. The project commenced on 4 June 2021. The development of quick-win solutions, construction of a hydraulic model and defining current flood protection level will be completed by the end of October 2022. Development of long term solutions has been deferred to year 2022/23.",0,20250410 Matamata-Piako District Council,24491231,Request for Tenders,Open Competition,Contract No. 2257 District Wide Tree Inspection and Maintenance 2021-2024,3/23/2257,20210630,20210723,20211004,,Sole Agency,No,,"The work scope covers the inspection and maintenance of existing trees, with trunks over 100mm in diameter, in public spaces and other scheduled trees within the Matamata-Piako District, to preserve their visual amenity and to safeguard public safety. The tender closes at 4.00pm on Friday 23 July 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2257 District Wide Tree Inspection and Maintenance 2021/2024. This is a three year contract for the maintenance of trees generally in public spaces within the Matamata-Piako District Council area in order to maintain the visual amenity of the public space and to safeguard the public from unsafe or fallen trees and limbs. The contract period commenced on 1 September 2021 and has a duration of three years. The contract may be renewed upon mutual written agreement of the Parties for up to two additional one (1) year terms. On 4 October 2021 this was awarded to Arbor Care Limited in the sum of $434,150.00 (excluding GST) using Weighted Attributes. The prices ranged from $432,318.32 to $739,250.00 for the three year term.",0,20250410 Matamata-Piako District Council,24588581,Request for Tenders,Open Competition,Design and Construction of Te Aroha Water Treatment Plant Residuals Management System,3/23/2207,20210723,20210920,20211130,,Sole Agency,No,,"Contract No. 2207 Design and Construction of Te Aroha Water Treatment Plant Residuals Management System. This contract is for design and construction of a residuals management system at the Te Aroha Water Treatment Plant, located at Miro Street, Te Aroha The tender closes at 4.00pm on Monday 23 August 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2207 Design and Construction of Te Aroha Water Treatment Plant Residuals Management System is for design and construction of a residuals management system at the Te Aroha Water Treatment Plant, located at Miro Street, Te Aroha. The term of the contract is 18 weeks. On 2 November 2021 this was awarded to Filtec Limited in the sum of $818,940.24 (excluding GST) using Weighted Attributes method. One other conforming tender was received from Apex Environmental Limited.",0,20250410 Matamata-Piako District Council,24631277,Request for Tenders,Open Competition,Works Programme 2021/2022,3/23/2306,20210803,20210910,20210920,,Sole Agency,No,,"The contract consists of 3 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Peria Road Sealed Road Pavement Rehabilitation - Burwood Road Sealed Road Pavement Rehabilitation - Te Poi Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Friday 10 September 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2306 Works Programme 2020/2021 consists of 3 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district as follows: Peria Road Sealed Road Pavement Rehabilitation Burwood Road Sealed Road Pavement Rehabilitation Te Poi Road Sealed Road Pavement Rehabilitation The contract period is 11 weeks. On 20 September this was awarded to J Swap Contractors Limited in the sum of $684,217.69 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $789,215.67 $1,105,673.58",0,20250410 Matamata-Piako District Council,24646708,Request for Tenders,Closed Competition,Contract No. 2307 Supervisory Control and Data Acquisition (SCADA) Implementation Package,3/23/2307,20210806,20210903,20211011,,Sole Agency,No,,"Contract No. 2307 Supervisory Control and Data Acquisition (SCADA) Implementation Package This contract is for the supply, configuration and testing of a district wide supervisory control and data acquisition (SCADA) system to control and monitor Matamata-Piako District Councils water and wastewater facilities. The tender closes at 4.00pm on Thursday 2 September 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2307 Supervisory Control and Data Acquisition (SCADA) Implementation Package is for the supply, configuration and testing of a district wide supervisory control and data acquisition (SCADA) system to control and monitor Matamata-Piako District Councils water and wastewater facilities. The term of the contract is 9 months. On 11 October 2021 this was awarded to Epic Systems Limited in the sum of $824,988.00 (excluding GST) using Weighted Attributes method.",0,20250410 Matamata-Piako District Council,24655121,Request for Tenders,Open Competition,Contract No. 2308 Pavement Marking 2021 - 2024,3/23/2308,20210809,20210916,20211011,,Sole Agency,No,,"This contract is for road marking activities within the Matamata-Piako District Council boundary. The road marking activities include the repaint of existing markings, the application of new markings, upgrade the existing standard, and the changing of existing markings when the need arises. The tender closes at 4.00pm on Thursday 16 September 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2308 Pavement Marking 2021 - 2024. This contract is for road marking activities within the Matamata-Piako District boundary. The contract period is 1 July 2021 to 30 June 2024 plus 2 x 1 year extensions by mutual agreement. On 11 October 2021 this was awarded to Roadmarkers New Zealand Limited in the sum of $1,047,079.50 (excluding GST) using Price Quality method. One other conforming tender was received.",0,20250410 Matamata-Piako District Council,24996076,Request for Tenders,Open Competition,"Footpath Construction on Eastern Side of Avenue Road North, Morrinsville",3/23/2313,20211021,20211119,20211207,,Sole Agency,No,,"This contract involves the complete works needed to carry out construction of new footpath and installation of Tripstops on the eastern side of Avenue Road North, Morrinsville. The tender closes at 4.00pm on Friday 19 November 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2313 Footpath Construction on Eastern Side of Avenue Road North, Morrinsville involves the complete works needed to carry out construction of new footpath and installation of Tripstops on eastern side of Avenue Road North, Morrinsville in the Matamata-Piako District. The term of the contract is 5 weeks. On 26 November 2021 this was awarded to SW Civil Limited in the sum of $127,950.49 (excluding GST) using Lowest Price Conforming method. One other tender was received with a price of $336,276.00.",0,20250410 Matamata-Piako District Council,25090858,Request for Tenders,Open Competition,Renewal of Footpaths 2021/2022,3/23/2314,20211112,20211209,20211223,,Sole Agency,No,,"This contract involves the complete works needed to carry out construction of new footpath and installation of Tripstops in the Matamata-Piako District and includes the following sites: Thames Street, Morrinsville - from 287 Thames Street to Victoria Avenue Whitaker Street, Te Aroha - from I-Site to Croquet Club Kenrick Street service lane, Te Aroha - service lane entrance (opposite Ben Collins Electrical) to service lane exit The tender closes at 4.00pm on Thursday 9 December 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2314 Renewal of Footpaths 2021/2022 This contract involves the complete works needed to carry out construction of new footpath and installation of Tripstops in the Matamata-Piako District and includes the following sites: Thames Street, Morrinsville - from 287 Thames Street to Victoria Avenue Whitaker Street, Te Aroha - from I-Site to Croquet Club Kenrick Street service lane, Te Aroha - service lane entrance (opposite Ben Collins Electrical) to service lane exit The term of the contract is 4 weeks. The tender closed at 4.00pm on Thursday 9 December 2021. All tender submissions received were non-conforming. This tender has been re-advertised and closes at 4.00pm on Friday 28 January 2022 (RFX ID 25280859).",0,20250410 Matamata-Piako District Council,25129934,Request for Tenders,Open Competition,Contract No. 2310 Works Programme 2021/2022,3/23/2310,20211119,20211215,20220119,,Sole Agency,No,,"The contract consists of 3 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Morrinsville-Tahuna Road Sealed Road Pavement Rehabilitation - Paeroa-Tahuna Road Sealed Road Pavement Rehabilitation - Paeroa-Tahuna Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Wednesday 15 December 2021.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2310 Works Programme 2021/2022 consists of 3 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Morrinsville-Tahuna Road Sealed Road Pavement Rehabilitation - Paeroa-Tahuna Road Sealed Road Pavement Rehabilitation - Paeroa-Tahuna Road Sealed Road Pavement Rehabilitation. The term of the contract is 12 weeks. On 23 December 2021 this was awarded to J Swap Contractors Limited in the sum of $1,443,900.28 (excluding GST) using Lowest Price Conforming method. No other tenders were received.",0,20250410 Matamata-Piako District Council,25222642,Request for Tenders,Open Competition,"Gilchrist Street Pedestrian Refuge, Te Aroha and Te Aroha Boat Ramp and Carpark Upgrade",3/23/2316,20211208,20220120,20220218,,Sole Agency,No,,"This contract is for the construction works of the following roads in the Matamata-Piako District: - Gilchrist Street Pedestrian Refuge, Te Aroha - Te Aroha Boat Ramp and Carpark Upgrade The tender closes at 4.00pm on Thursday 20 January 2022.",Not Awarded,No tenders were received.,0,20250410 Matamata-Piako District Council,25280859,Request for Tenders,Open Competition,Renewal of Footpaths 2021/2022,3/23/2314,20211223,20220128,20220302,,Sole Agency,No,,"This contract involves the complete works needed to carry out construction of new footpath and installation of Tripstops in the Matamata-Piako District and includes the following sites: Thames Street, Morrinsville - from 287 Thames Street to Victoria Avenue Whitaker Street, Te Aroha - from I-Site to Croquet Club Kenrick Street service lane, Te Aroha - service lane entrance (opposite Ben Collins Electrical) to service lane exit The tender closes at 4.00pm on Friday 28 January 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2314 Renewal of Footpaths 2021/2022 involves the complete works needed to carry out construction of new footpath and installation of Tripstops in the Matamata-Piako District and includes the following sites: Thames Street, Morrinsville - from 287 Thames Street to Victoria Avenue Whitaker Street, Te Aroha - from I-Site to Croquet Club Kenrick Street service lane, Te Aroha - service lane entrance (opposite Ben Collins Electrical) to service lane exit The term of the contract is 4 weeks. On 2 March 2022 this was awarded to ECB Group Limited in the sum of $158,738.48 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $186,252.23 $260,071.78 $284,757.84",0,20250410 Matamata-Piako District Council,25455577,Request for Proposals,Closed Competition,Request for Proposal Thomas Park Playground Upgrade,,20220223,20220323,20220504,,Sole Agency,No,,"Request for Proposal Thomas Park Playground Upgrade This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Thomas Park playground upgrade contract opportunity. The RFP closes at 4.00pm on Wednesday 16 March 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Request for Proposal Thomas Park Playground Upgrade This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Thomas Park playground upgrade contract opportunity. On-site installation must be underway by June 2022 and completed by the end of September 2022. On 4 May 2022 at the conclusion of the evaluation process, the proposal from Playground Creations Limited was accepted by MPDC.",0,20250410 Matamata-Piako District Council,25483573,Request for Tenders,Open Competition,Contract No. 2323 Treatment Plant Analyser Maintenance,3/23/2323,20220303,20220331,20220602,,Sole Agency,No,,"Contract No. 2323 Treatment Plant Analyser Maintenance This contract is for the servicing and maintenance of treatment plant analysers in the Matamata-Piako District: Matamata Water Treatment Plants (3) and Wastewater Treatment Plant Morrinsville Water Treatment Plants (3) and Wastewater Treatment Plant Te Aroha Water Treatment Plant and Wastewater Treatment Plant Tahuna Water Treatment Plant and Wastewater Treatment Plant Hinuera Water Treatment Plant Te Poi Water Treatment Plant Waihou Water Treatment Plant and Wastewater Treatment Plant The tender closes at 4.00pm on Thursday 31 March 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2323 Treatment Plant Analyser This contract is for the servicing and maintenance of treatment plant analysers in the Matamata-Piako District. The contract period is 2 years. On 2 June 2022 this was awarded to Filtec Limited in the sum of $65,922.06 (excluding GST) using Weighted Attribute method. Four conforming tenders were received with prices ranging from $30,365.00 to $541,386.92.",0,20250410 Matamata-Piako District Council,25495188,Request for Tenders,Open Competition,"Contract 2321 - Allen St Wastewater Trunk Sewer Realignment Morrinsville, Waikato, New Zealand",3/23/2321,20220304,20220414,20220527,,Sole Agency,No,,"This contract is for 'Construction of the Allen Street Waste Water Trunk Sewer Realignment - Morrinsville, Waikato, New Zealand a. Construction of: A new trunk sewer main to comply with the drawings, specifications, all relevant standards and consent conditions. Integration of the trunk sewer main into MPDCs existing assets. b. Location and protection of all existing services. c. Commissioning, Testing, Operation and as built documentation Tender Closes at 4.00pm on Friday 08 April 2022",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract 2321 - Allen Street Wastewater Trunk Sewer Realignment, Morrinsville is for: a. Construction of: A new trunk sewer main to comply with the drawings, specifications, all relevant standards and consent conditions. Integration of the trunk sewer main into MPDCs existing assets. b. Location and protection of all existing services. c. Commissioning, testing, operation and as built documentation The term of the contract is 16 weeks. On 27 May 2022 this was awarded to Fibre Networks New Zealand Limited in the sum of $1,072,675.68 (excluding GST) using Weighted Attributes method.",0,20250410 Matamata-Piako District Council,25543049,Request for Tenders,Open Competition,Contract No. 2322 Works Programme 2021/2022,3/23/2322,20220315,20220407,20220427,,Sole Agency,No,,"Contract No. 2322 Works Programme 2021/2022 The contract consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Hetana Street Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 7 April 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2322 Works Programme 2021/2022 consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Hetana Street Sealed Road Pavement Rehabilitation The term of the contract is 5 weeks. On 27 April 2022 this was awarded to J Swap Contractors Limited in the sum of $436,237.69 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $475,932.28 $552,721.53",0,20250410 Matamata-Piako District Council,25580769,Request for Tenders,Open Competition,Contract No. 2311 Electrical Maintenance Water and Wastewater,3/23/2311,20220419,20220610,20220805,,Sole Agency,No,,"Contract No. 2311 Electrical Maintenance Water and Wastewater This contract is for the planned and reactive maintenance of electrical facilities at water and wastewater sites in the Matamata-Piako District. The tender closes at 4.00pm on Tuesday 17 May 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2311 Electrical Maintenance Water and Wastewater This contract is for the planned and reactive maintenance of electrical facilities at water and wastewater sites in the Matamata-Piako District. The term of the contract is 2 years with 2 possible one year rollovers by agreement of both parties. On 5 August 2022 this was awarded to Epic Systems Limited in the sum of $2,641,110.00 (excluding GST) using Weighted Attributes method. Two other conforming tenders were received.",0,20250410 Matamata-Piako District Council,25720900,Request for Tenders,Open Competition,Contract No. 2316 Te Aroha Boat Ramp and Carpark Upgrade,3/23/2316,20220422,20220517,20220629,,Sole Agency,No,,"Contract No. 2316 Te Aroha Boat Ramp and Carpark Upgrade This contract is for the construction works of the following road in the Matamata-Piako District: - Te Aroha Boat Ramp and Carpark Upgrade The tender closes at 4.00pm on Tuesday 17 May 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2316 Te Aroha Boat Ramp and Carpark Upgrade is for the construction works of the existing car park area within the Te Aroha Boat Ramp Reserve. The tender closes at 4.00pm on Tuesday 17 May 2022. The term of the contract is 5 weeks. On 29 June 2022 this was awarded to ECB Group Limited in the sum of $264,737.52 (excluding GST) using Lowest Price Conforming method. Three other conforming tenders were received with prices as follows: $314,069.52 $348,551.48 $407,814.93",0,20250410 Matamata-Piako District Council,25750951,Request for Proposals,Closed Competition,Contract No. 2317 Request for Proposal Fleet Maintenance Services,3/23/2317,20220504,20220601,20221220,,Sole Agency,No,,"Contract No. 2317 Request for Proposal Fleet Maintenance Services Matamata-Piako District Council are seeking local vehicle servicing suppliers to provide vehicle maintenance. There are approximately 100 vehicles in the fleet. Half of these are heavy goods vehicles and trailers generally based in Te Aroha and the remainder are light vehicles and utes based in the three main towns of the district. The Request for Proposal closes at 4.00pm on Wednesday 1 June 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2317 Request for Proposal Fleet Maintenance Services Matamata-Piako District Council are seeking local vehicle servicing suppliers to provide vehicle maintenance. There are approximately 100 vehicles in the fleet. Half of these are heavy goods vehicles and trailers generally based in Te Aroha and the remainder are light vehicles and utes based in the three main towns of the district. The term of the contract is 3 years with the option for up to two yearly renewals (3 + 1 + 1 years). On 20 December 2022 this was awarded to Waihou Engineering and Mechanical Services Limited in the sum of $114,610.59 (excluding GST) for Light Vehicle maintenance and in the sum of $298,917.00 (excluding GST) for Heavy Vehicle maintenance. No other tenders were received.",0,20250410 Matamata-Piako District Council,25943517,Request for Tenders,Closed Competition,Contract No. 2318 Design and Construction of Lockerbie Water Treatment Plant,3/23/2318,20220616,20220902,20221125,,Sole Agency,No,,"Contract No. 2318 Design and Construction of the Lockerbie Water Treatment Plant, Morrinsville, Waikato, New Zealand This contract is for design and construction of a new water treatment plant located on Fairway Drive, Morrinsville. The tender closes at 4.00pm on Friday 26 August 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2318 Design and Construction of the Lockerbie Water Treatment Plant, Morrinsville This contract is for design and construction of a new water treatment plant located on Fairway Drive, Morrinsville. The term of the contract is 52 weeks. On 25 November 2022 this was awarded to Filtec Limited in the sum of $4,984,223.51 (excluding GST) using Weighted Attribute method. One other tender was received.",0,20250410 Matamata-Piako District Council,26002110,Request for Quotations,Open Competition,"Hedley Street Sewer, Waharoa",,20220704,20220721,20220722,,Sole Agency,No,,"Request for Quote Hedley Street Sewer, Waharoa This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a quote for the supply of all labour, plant and materials to install the detention tanks and associated works. The RFQ closes at 4.00pm on Thursday 21 July 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Request for Quote Hedley Street Sewer, Waharoa This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a quote for the supply of all labour, plant and materials to install the detention tanks and associated works. On 22 July 2022 this was awarded to Camex Civil in the sum of $125,641.76 (excluding GST) using Lowest Price Conforming method. The range of quotes submitted were between $125,641.76 - $375,864.50 (excluding GST).",0,20250410 Matamata-Piako District Council,26090172,Request for Tenders,Open Competition,Contract No. 2330 Works Programme 2022/2023,3/23/2330,20220727,20220825,20220922,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Cobham Drive Sealed Road Pavement Rehabilitation - Ngarua Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 25 August 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2330 Works Programme 2022/2023 consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Cobham Drive Sealed Road Pavement Rehabilitation - Ngarua Road Sealed Road Pavement Rehabilitation The term of the contract is 10 weeks. On 22 September 2022 this was awarded to J Swap Contractors Limited in the sum of $1,544,321.51 (excluding GST) using Lowest Price Conforming method. One other conforming tender was received with a price of $1,544,321.51.",0,20250410 Matamata-Piako District Council,26283717,Request for Tenders,Open Competition,Contract No. 2331 Works Programme 2022/2023,3/23/2331,20220906,20220930,20221019,,Sole Agency,No,,"The contract consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Smith Street Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Friday 30 September 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2331 Works Programme 2022/2023 consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Smith Street Sealed Road Pavement Rehabilitation The term of the contract is 5 weeks. On 19 October 2022 this was awarded to J Swap Contractors Limited in the sum of $569,530.66 (excluding GST) using Lowest Price Conforming method. No other tenders were received.",0,20250410 Matamata-Piako District Council,26334766,Request for Proposals,Closed Competition,Request for Proposal Wastewater Master Plan Development,,20220914,20221007,20221219,,Sole Agency,No,,"We need to develop a Wastewater Master Plan for Morrinsville and Matamata townships. Both townships are experiencing rapid growth and Matamata Piako District Council needs to better plan for this in the short, medium, and long term. Council wishes to use the master planning process including wastewater modelling as a sound methodology to assess the multiple drivers. A key output is the capital investment requirements (10-year forecasts) for both townships to inform the 2024 Long Term Plan. We need a suitably qualified and experienced supplier to develop the Wastewater Master Plan for both townships. The project scope covers the reticulation and pump stations. The suppliers must be current Waikato LASS panel members.",Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Wastewater Master Plan Development We need to develop a Wastewater Master Plan for Morrinsville and Matamata townships. Both townships are experiencing rapid growth and Matamata Piako District Council needs to better plan for this in the short, medium, and long term. Council wishes to use the master planning process including wastewater modelling as a sound methodology to assess the multiple drivers. A key output is the capital investment requirements (10-year forecasts) for both townships to inform the 2024 Long Term Plan. We need a suitably qualified and experienced supplier to develop the Wastewater Master Plan for both townships. The project scope covers the reticulation and pump stations. The suppliers must be current Waikato LASS panel members. The term of the contract is 14 months. On 19 December 2022 this was awarded to GHD Limited in the sum of $215,899.00 (excluding GST) using Weighted Attribute method. No other proposals were received.",0,20250410 Matamata-Piako District Council,26389398,Request for Tenders,Open Competition,Contract No. 2329 Lockerbie Gravity Sewerage Connection Stage 2 - Morrinsville,3/23/2329,20220928,20221028,20221208,,Sole Agency,No,,"Contract No. 2329 Lockerbie Gravity Sewerage Connection Stage 2 - Morrinsville This contract is for the construction of a wastewater trunk sewer main and manholes located along Cobham Drive, Bank Street, North Street, Victoria Avenue, Thames Street, Waverly Avenue (State Highway 26) and Allen Street, Morrinsville 3300, Waikato, New Zealand or Coordinates - 3 7.6534328,175.5325809. The tender closes at 4.00pm on Friday 28 October 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2329 Lockerbie Gravity Sewerage Connection Stage 2 Morrinsville This contract is for the construction of a wastewater trunk sewer main and manholes located along Cobham Drive, Bank Street, North Street, Victoria Avenue, Thames Street, Waverly Avenue (State Highway 26) and Allen Street, Morrinsville 3300, Waikato, New Zealand or Coordinates - 3 7.6534328,175.5325809. The term of the contract is 20 weeks. On 8 December 2022 this was awarded to HEB Construction Limited in the sum of $2,775,120.71 (excluding GST) using Weighted Attribute method. One other conforming tender was received.",0,20250410 Matamata-Piako District Council,26476316,Request for Tenders,Open Competition,Contract No. 2332 Works Programme 2022/2023,3/23/2332,20221019,20221117,20230119,,Sole Agency,No,,"The contract consists of 1 Road Realignment job in the Matamata-Piako district. The scheme is: - Tills Road Realignment at Landslide Site The tender closes at 4.00pm on Thursday 17 November 2022.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2332 Works Programme 2022/2023 The contract consists of 1 Road Realignment job in the Matamata-Piako district. The scheme is: - Tills Road Realignment at Landslide Site The term of the contract is 8 weeks. On 19 January 2023 this was awarded to J Swap Contractors Limited in the sum of $397,869.15 (excluding GST) using Lowest Price Conforming method. No other tenders were received.",0,20250410 Matamata-Piako District Council,26836677,Request for Proposals,Open Competition,"Request for Proposals - Tom Grant Drive, Kowhai Street and Herries Park Playground Upgrades",,20230216,20230310,20230615,,Sole Agency,No,,"Request for Proposals - Tom Grant Drive, Kowhai Street and Herries Park Playground Upgrades The Matamata-Piako District Council is looking for suitably qualified suppliers to provide a concept design and pricing to upgrade three neighborhood parks at Tom Grant Drive in Matamata, Kowhai Street in Matamata and Herries Park in Te Aroha. The request for proposal closes on 10 March 2023 at 4.00pm.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Request for Proposal Tom Grant Drive, Kowhai Street and Herries Park Playground Upgrades The Matamata-Piako District Council is looking for suitably qualified suppliers to provide a concept design and pricing to upgrade three neighborhood parks at Tom Grant Drive in Matamata, Kowhai Street in Matamata and Herries Park in Te Aroha. On 15 June 2023 this was awarded to Playground Creations Limited. Five tenders were received with prices ranging from $149,479.89 to $275,103.90.",0,20250410 Matamata-Piako District Council,26998190,Request for Tenders,Open Competition,Contract No. 2340 Renewal of Footpaths 2022/2023,3/23/2340,20230224,20230323,20230406,,Sole Agency,No,,"This contract involves footpath renewal and maintenance. Renewal work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. Single lengths can be between 10m and 300m. Maintenance work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. These works are on lengths under 10m. The tender closes at 4.00pm on Thursday 23 March 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2340 Renewal of Footpaths 2022/2023 This contract involves footpath renewal and maintenance. Renewal work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. Single lengths can be between 10m and 300m. Maintenance work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. These works are on lengths under 10m. On 6 April 2023 this was awarded to J C Civil Construction Limited in the sum of $391,442.01 (excluding GST) using Lowest Price Conforming method. Three other conforming tenders were received with prices as follows: $595,408.25 $600,472.18 $893,750.78",0,20250410 Matamata-Piako District Council,27168796,Request for Tenders,Open Competition,Construction of Raised Safety Platforms at Lorne Street/Cureton Street Intersection,3/23/2342,20230330,20230427,20230511,,Sole Agency,No,,"The contract involves construction of raised safety platforms at Lorne Street/Cureton Street intersection in Morrinsville. The tender closes at 4.00pm on Thursday 27 April 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2342 Construction of Raised Safety Platforms at Lorne Street/Cureton Street Intersection The contract involves construction of raised safety platforms at Lorne Street/Cureton Street intersection in Morrinsville. The term of the contract is 5 weeks. On 11 May 2023 this was awarded to J C Civil Construction Limited in the sum of $159,785.88 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $225,830.11 $314,170.70 $331,145.97",0,20250410 Matamata-Piako District Council,27173060,Request for Tenders,Open Competition,Contract No. 2333 Morrinsville Water Treatment Plant Chlorine Room,3/23/2333,20230406,20230511,20230608,,Sole Agency,No,,"This contract is for the construction of a new chlorine room at the Morrinsville Water Treatment Plant, located at Waterworks Road, Morrinsville. The tender closes at 4.00pm on Thursday 11 May 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2333 Morrinsville Water Treatment Plant Chlorine Room This contract is for the construction of a new chlorine room at the Morrinsville Water Treatment Plant, located at Waterworks Road, Morrinsville. The term of the contract is 150 calendar days. On 8 June 2023 this was awarded to Odlum Group Limited in the sum of $576,287.33 (excluding GST) using Lowest Price Conforming method. One other conforming tender was received from WM Construction Limited.",0,20250410 Matamata-Piako District Council,27303487,Request for Tenders,Open Competition,Contract No. 2344 Construction of Shared Path at Morrinsville Recreation Ground,3/23/2344,20230428,20230608,20230711,,Sole Agency,No,,"This contract involves the construction of a shared concrete path, widening of existing metaled footpath and realigning and construction of new metaled footpath. The tender closes at 4.00pm on Tuesday 30 May 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2344 Construction of Shared Path at Morrinsville Recreation Reserve This contract involves the construction of a shared concrete path, widening of existing metaled footpath and realigning and construction of new metaled footpath. The term of the contract is 10 weeks. On 11 July 2023 this was awarded to Nicholls and Uttinger Civil Limited in the sum of $469,972.03 (excluding GST) using Lowest Price Conforming method. Twelve other tenders were received with prices as follows: $490,000.00 $575,769.72 $614,338.18 $619,471.67 $624,418.51 $626,314.69 $630,410.03 $728,871.56 $771,260.59 $799,929.61 $1,037,058.50 $1,085,639.01",0,20250410 Matamata-Piako District Council,27388563,Request for Tenders,Open Competition,"Contract No. 2334 Lockerbie Gravity Sewerage Stage 3 Howie Park Sewer Pump Station, Morrinsville",3/23/2334,20230512,20230630,20230811,,Sole Agency,No,,"This contract is for the construction of a wastewater pump station and rising sewer main and manholes located along Allen Street in Morrinsville. The tender closes at 4.00pm on Friday 9 June 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2334 Lockerbie Gravity Sewerage Stage 3 Howie Park Sewer Pump Station, Morrinsville This contract is for the construction of a wastewater pump station and rising sewer main and manholes located along Allen Street in Morrinsville. The term of the contract is 10 weeks. On 11 August 2023 this was awarded to Odlum Group Limited in the sum of $1,433,652.53 (excluding GST) using Weighted Attribute method. Six conforming tenders were received with prices ranging from $1,433,652.53 to $2,563,463.41.",0,20250410 Matamata-Piako District Council,27785136,Request for Tenders,Open Competition,Contract No. 2346 Works Programme 2023/2024,3/23/2346,20230728,20230825,20230907,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Smith Street Sealed Road Pavement Rehabilitation - Maisey Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Friday 18 August 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2346 Works Programme 2023/2024 The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Smith Street Sealed Road Pavement Rehabilitation - Maisey Road Sealed Road Pavement Rehabilitation The term of the contract is 9 weeks. On 7 September 2023 this was awarded to J Swap Contractors Limited in the sum of $1,529,569.62 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $1,720,560.14 $2,224,538.50 $2,339,749.50",0,20250410 Matamata-Piako District Council,27960844,Request for Tenders,Open Competition,Contract No. 2350 Footpath Accessibility,3/23/2350,20230904,20231102,20240402,,Sole Agency,No,,"This contract involves footpath renewal and maintenance. Renewal work involves the complete works needed to carry out the removal of existing concrete footpaths and construction of new footpaths. Maintenance work involves the complete works needed to carry out the removal of existing footpaths (mostly pavers) regrading metal base to correct grade and relaying pavers. The tender closes at 4.00pm on Thursday 2 November 2023.",Not Awarded,"Tenderers were advised the following on 7 November 2023: 'We are in receipt of your tender submission for the above. Council has been notified by Waka Kotahi NZ Transport Agency that Funding Agreements have been put on hold until there is clear direction from the incoming government regarding its transport investment priorities. Therefore, we are unable to award the tender at this time. Thank you for taking the time to submit a price. We will be in touch once we receive further direction from Waka Kotahi NZ Transport Agency.' Tenderers have been advised today as follows: 'Please refer to letter dated 7 November 2023. Due to the change in focus of the new Government, the funding for all this work has been cut by Waka Kotahi NZ Transport Agency. Therefore, this tender will not be awarded. It is Councils intention that a portion of this work will be moved into other funding streams over the next few years. Thank you for taking the time to submit a price.'",0,20250410 Matamata-Piako District Council,28419982,Request for Tenders,Open Competition,Contract No. 2352 Works Programme 2023/2024,3/23/2352,20231107,20231130,20231214,,Sole Agency,No,,"The contract consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Factory Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Thursday 30 November 2023.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2352 Works Programme 2023/2024 - The contract consists of 1 Sealed Road Pavement Rehabilitation job in the Matamata-Piako district. The scheme is: - Factory Road Sealed Road Pavement Rehabilitation The term of the contract is 4 weeks. On 14 December 2023 this was awarded to JC Civil Construction Limited in the sum of $350,364.30 (excluding GST) using Lowest Price Conforming method. Two other tenders were received with prices as follows: $385,767.69 $549,510.80",0,20250410 Matamata-Piako District Council,28683686,Request for Tenders,Open Competition,Contract No. 2356 Works Programme 2023/2024,3/23/2356,20240112,20240212,20240328,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation jobs and 1 improvement in the Matamata-Piako district. The schemes are: - Piako Road Sealed Road Pavement Rehabilitation - Matuku Road Sealed Road Pavement Rehabilitation - Morrinsville-Walton Road/Kereone Road Inprovements The tender closes at 4.00pm on Monday12 February 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2356 Works Programme 2023/2024 is for the construction works of the following roads in the Matamata-Piako District: Piako Road Sealed Road Pavement Rehabilitation Matuku Road Sealed Road Pavement Rehabilitation Morrinsville-Walton Road Sealed Road Pavement Rehabilitation The term of the contract is 12 weeks. On 21 February 2024 this was awarded to J Swap Contractors Limited in the sum of $895,493.26 (excluding GST) using Lowest Price Conforming method. Four other tenders were received with prices as follows: $950,494.70 $1,043,217.06 $1,513,968.53 $2,067,717.47",0,20250410 Matamata-Piako District Council,28940712,Request for Tenders,Closed Competition,Contract No. 3/23/2351 - Waihou Waste Water Rising Main and Pump Station,3/23/2351,20240304,20240411,20240503,,Sole Agency,No,,"This Contract Works is to decommission the Waihou Wastewater Treatment Plant (WWTP) and convey the wastewater to the Wastewater Network in Te Aroha. Tender closing date is at 4:00 pm on Thursday 11 April 2024",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2351 Waihou Wastewater Rising Main and Pump Station involves the decommissioning of the Waihou Wastewater Treatment Plant (WWTP) and conveying the wastewater to the Wastewater Network in Te Aroha. On 3 May 2024 this was awarded to Odlum Group Limited in the sum of $1,712,762.00 (excluding GST) using Weighted Attribute method. Four conforming tenders were received with prices ranging from $1,712,762.00 to $2,199,901.91.",0,20250410 Matamata-Piako District Council,29017948,Request for Proposals,Open Competition,District Wide Sampling Contract 2024-27,3/23/2362,20240315,20240412,20240701,,Sole Agency,No,,"Matamata Piako District Council are seeking a General Compliance Sample Collection (Laboratory Testing) Provider to partner with to provide their compliance testing requirements across water, wastewater, environmental testing areas and emergency responses. This opportunity suits service providers that: Can obtain field samples, and accept samples obtained by others Utilize laboratories that hold current applicable accreditation in New Zealand Can test a range of sample types to an accredited standard across water, wastewater and environmental sampling areas (including landfill sampling) Can manage the reporting of results to Council and other agencies as legally required in New Zealand (such as Taumata Arowai) Provide these services for the next three years, with the opportunity to extend the contract in future",Not Awarded,"Contract No. 2362 District Wide Sampling Contract 2024-27 Matamata Piako District Council are seeking a General Compliance Sample Collection (Laboratory Testing) Provider to partner with to provide their compliance testing requirements across water, wastewater, environmental testing areas and emergency responses. The term of the contract is 3 years +1+1. On 1 July 2024 this was awarded to Environmental Research and Technological Services Limited in the sum of $369,473.16 (excluding GST) using Weighted Attributes Evaluation method. Four other tenders were received.",0,20250410 Matamata-Piako District Council,29243642,Request for Tenders,Closed Competition,Matamata WWTP Upgrade: Supply of Membrane System Equipment & Peripherals,3/23/2368,20240418,20240516,20240730,,Sole Agency,No,,"This Contract is for the design, supply, delivery, commissioning and testing/proving of Membrane equipment to the Matamata Wastewater Treatment Plant (MMWWTP) under the framework of NZS 4911. The tender closes at 4.00pm on Thursday16 May 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2368 Matamata Wastewater Treatment Plant Upgrade Supply of Membrane System Equipment and Peripherals. The contract is for the design, supply, delivery, commissioning and testing/proving of Membrane equipment to the Matamata Wastewater Treatment Plant (MMWWTP) under the framework of NZS 4911. On 30 July 2024 this was awarded to Veolia Water Technologies & Solutions Australia Pty Limited in the sum of $2,234,314.00 (excluding GST) using Weighted Attribute method. One other conforming tender was received with a price of $2,819,400.00.",0,20250410 Matamata-Piako District Council,29359276,Request for Tenders,Closed Competition,Matamata WWTP Upgrade: Supply of Inlet Works Equipment & Peripherals,3/23/2369,20240508,20240620,20241016,,Sole Agency,No,,"This Contract is for the design, supply, delivery, commissioning and testing/proving of inlet works equipment to the Matamata Wastewater Treatment Plant (MMWWTP) under the framework of NZS 4911. The tender closes at 4.00pm on Thursday 30 May 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2369 Matamata Wastewater Treatment Plant Upgrade: Supply of Inlet Works Equipment and Peripherals This Contract is for the design, supply, delivery, commissioning and testing/proving of inlet works equipment to the Matamata Wastewater Treatment Plant (MMWWTP) under the framework of NZS 4911. On 16 October 2024 this was awarded to Brickhouse Technologies Limited in the sum of $1,792,130.00 (excluding GST) using Weighted Attributes method. One other conforming tender was received with a price of $3,223,827.68.",0,20250410 Matamata-Piako District Council,29372312,Request for Quotations,Closed Competition,Maintenance of Streetlighting and Emergency Response - 1 July 2024 to 30 September 2024,CFS 1066,20240509,20240523,20240610,,Sole Agency,No,,"This contract is for carrying out streetlight maintenance works on MPDCs streetlight network and New Zealand Transport Agency Waka Kotahi (NZTA) owned streetlights on state highways in the urban areas (50 70-km/h). The tender closes at 4.00pm Thursday 23 May 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Maintenance of Streetlighting and Emergency Response - 1 July 2024 to 30 September 2024. The contract is for carrying out streetlight maintenance works on MPDCs streetlight network and New Zealand Transport Agency Waka Kotahi (NZTA) owned streetlights on state highways in the urban areas (50 70-km/h). The term of the contract is 3 months. On 10 June 2024 this was awarded to Horizon Networks in the sum of $69,332.50 (excluding GST) using Lowest Price Conforming method. One other conforming quote was received with a price of $82,942.70.",0,20250410 Matamata-Piako District Council,29400425,Request for Quotations,Open Competition,Request for Quote - District Wide Catchpit and Sump Cleaning 2024-27,3/23/2361,20240517,20240613,20240719,,Sole Agency,No,,"The works required in this contract covers the emptying of sumps and catchpits to ensure the drainage systems function efficiently in our towns and villages in the Matamata-Piako District Council area. The tender closes at 4.00pm on Thursday 13 June 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2361 District Wide Catchpit and Sump Cleaning 2024/2027 The works required in this contract covers the emptying of sumps and catchpits to ensure the drainage systems function efficiently in our towns and villages in the Matamata-Piako District Council area. The term of the contract is 3 years. On 19 July 2024 this was awarded to CST Group Limited in the sum of $302,992.46 (excluding GST) using Weighted Attribute method. Ten conforming tenders were received with prices ranging from $302,992.46 to $2,828,500.00.",0,20250410 Matamata-Piako District Council,29400636,Request for Quotations,Open Competition,Request for Quote - District Wide Mechanical Street Cleaning 2024-27,3/23/2360,20240517,20240613,20240711,,Sole Agency,No,,"The works required in this contract covers the mechanical sweeping and cleaning of kerbs, channels and sump grates to ensure the drainage systems function efficiently in our towns and villages in the Matamata-Piako District Council area. The tender closes at 4.00pm on Thursday 13 June 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2360 District Wide Mechanical Street Cleaning 2024/2027 The works required in this contract covers the mechanical sweeping and cleaning of kerbs, channels and sump grates to ensure the drainage systems function efficiently in our towns and villages in the Matamata-Piako District Council area. The term of the contract is 3 years. On 11 July 2024 this was awarded to Intergroup Group Limited in the sum of $245,957.31 (excluding GST) using Weighted Attribute method. Four conforming tenders were received with prices ranging from $245,957.31 to $443,859.53.",0,20250410 Matamata-Piako District Council,29405955,Request for Tenders,Closed Competition,Matamata Wastewater Treatment Plant: Stage 1 Enabling Works,3/23/2364,20240515,20240617,20240809,,Sole Agency,No,,"This contract is for the construction of the Enabling Works for Matamata Wastewater Treatment Plant located on Pepper Street, Matamata. The tender closes at 4.00pm on Thursday 6 June 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2364 Matamata Wastewater Treatment Plant: Stage 1 Enabling Works. This contract is for the construction of the Enabling Works for Matamata Wastewater Treatment Plant located on Pepper Street, Matamata. On 9 August 2024 this was awarded to Pemberton Group in the sum of $6,443,441.75 (excluding GST) using Weighted Attribute method. Four conforming tenders were received with prices ranging from $6,440,045.78 to $13,397,732.48.",0,20250410 Matamata-Piako District Council,29440511,Request for Tenders,Closed Competition,Matamata Indoor Sporting Facility,,20240520,20240701,20241009,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Matamata Indoor Sporting Facility contract opportunity. The RFT closes at 3.00pm on Friday 21 June 2024",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2371 Matamata Indoor Sporting Facility Design and Build This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Matamata Indoor Sporting Facility contract opportunity. The term of the contract is 2 3 years. On 9 October 2024 this was awarded to Foster Construction Group Limited in the sum of $7,932,008.00 (excluding GST) using Weighted Attribute method. Three conforming tenders were received.",0,20250410 Matamata-Piako District Council,29509024,Request for Tenders,Open Competition,Design and Construction of the Te Aroha Wastewater Treatment Plant Screen,3/23/2353,20240531,20240704,20241001,,Sole Agency,No,,"This contract is for the design and construction of an inlet screen and grit removal for the Te Aroha Wastewater Treatment Plant. The tender closes at 4.00pm Thursday 4 July 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2353 Design and Construction of the Te Aroha Wastewater Treatment Plant Screen This contract is for the design and construction of an inlet screen and grit removal for the Te Aroha Wastewater Treatment Plant. The term of the contract is 1 year. On 1 October 2024 this was awarded to Brickhouse Technologies Limited in the sum of $549,515.00 (excluding GST) using Weighted Attribute method. One other conforming tender was received with a price of $1,079,133.84.",0,20250410 Matamata-Piako District Council,29585771,Request for Tenders,Open Competition,Matamata Indoor Sporting Facility - Enabling Works,,20240613,20240715,20241009,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Matamata Indoor Sporting Facility Enabling Works contract opportunity. This involves an Enabling works package delivered in 2 separable portions that will include site works, infrastructure, demolition and building platform preparation (under a separate lump sum NZS3910 contract). The RFT closes at 3.00pm on Tuesday 2 July 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2372 Matamata Indoor Sporting Facility Enabling Works This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Matamata Indoor Sporting Facility Enabling Works contract opportunity. This involves an Enabling works package delivered in 2 separable portions that will include site works, infrastructure, demolition and building platform preparation (under a separate lump sum NZS3910 contract). The term of the contract is 2 3 years. On 9 October 2024 this was awarded to J Swap Contractors Limited in the sum of $1,676,251.00 (excluding GST) using Weighted Attribute method. Five conforming tenders were received with prices ranging from $1,663,187.00 to $2,542,412.00.",0,20250410 Matamata-Piako District Council,29753159,Request for Tenders,Open Competition,Contract No. 2370 Maintenance and Renewal of Streetlighting 2024/2027,3/23/2370,20240711,20240808,20240925,,Sole Agency,No,,"This contract is for routine and emergency maintenance and renewal of streetlighting on the Matamata-Piako District Councils roading network. It also includes maintenance of New Zealand Transport Agency urban streetlighting assets located within the 50 to 70 km/hr speed zones, including pedestrian crossings. The tender closes at 4.00pm Thursday 8 August 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2370 Maintenance and Renewal of Streetlighting 2024/2027 This contract is for routine and emergency maintenance and renewal of streetlighting on the Matamata-Piako District Councils roading network. It also includes maintenance of New Zealand Transport Agency urban streetlighting assets located within the 50 to 70 km/hr speed zones, including pedestrian crossings. The term of the contract is 1 October 2024 to 30 June 2027 with 2 possible one year rollovers. On 25 September 2024 this was awarded to Horizon Services Limited trading as Horizon Networks in the sum of $1,403,243.02 (excluding GST) using Price Quality method. The names of other conforming tenderers are listed below in alphabetical order: CSL Infrastructure NPE-Tech (2021) Limited The prices of unsuccessful bidders follow in ascending order: $1,238,666.00 $1,383,933.55",0,20250410 Matamata-Piako District Council,29866655,Request for Tenders,Open Competition,Contract No. 2377 Renewal of Footpaths 2024/2025 and 2025/2026,3/23/2377,20240731,20240905,20240930,,Sole Agency,No,,"This contract involves footpath renewal and maintenance. Renewal work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. Single lengths can be between 10m and 300m. Maintenance work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. These works are on lengths under 10m. The tender closes at 4.00pm on Thursday 29 August 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2377 Renewal of Footpaths 2024/2025 and 2025/2026 This contract involves footpath renewal and maintenance. Renewal work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. Single lengths can be between 10m and 300m. Maintenance work involves the complete works needed to carry out the removal of existing footpaths and construction of new footpaths. These works are on lengths under 10m. The term of the contract is 1 September 2024 to 30 June 2026. On 30 September 2024 this was awarded to MS Civil Construction Limited in the sum of $393,100.49 (excluding GST) using Lowest Price Conforming method. Twelve other tender were received with prices ranging from $405,446.75 to $784,000.00.",0,20250410 Matamata-Piako District Council,29887067,Request for Tenders,Open Competition,Contract No. 2374 Works Programme 2024/2025,3/23/2374,20240801,20240828,20240906,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Snell Street Sealed Road Pavement Rehabilitation - Gunn Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Wednesday 28 August 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2374 Works Programme 2024/2025 The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Snell Street Sealed Road Pavement Rehabilitation - Gunn Road Sealed Road Pavement Rehabilitation The term of the contract is 10 weeks. On 6 September 2024 this was awarded to J Swap Contractors Limited in the sum of $1,032,169.12 (excluding GST) using Lowest Price Conforming method. Ten other tenders were received with prices as follows: $1,067,797.65 $1,190,979.20 $1,240,091.96 $1,345,140.30 $1,394,138.30 $1,404,550.67 $1,481,283.71 $1,543,356.32 $1,555,087.86 $1,602,597.49",0,20250410 Matamata-Piako District Council,30056954,Request for Tenders,Open Competition,Contract No. 2379 Works Programme 2024/2025,3/23/2379,20240826,20240925,20241015,,Sole Agency,No,,"The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Alexandra Road Sealed Road Pavement Rehabilitation - Ngarua Road Sealed Road Pavement Rehabilitation The tender closes at 4.00pm on Wednesday 25 September 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2379 Works Programme 2024/2025 The contract consists of 2 Sealed Road Pavement Rehabilitation jobs in the Matamata-Piako district. The schemes are: - Alexandra Road Sealed Road Pavement Rehabilitation - Ngarua Road Sealed Road Pavement Rehabilitation. The term of the contract is 8 weeks. On 15 October 2024 this was awarded to J Swap Contractors Limited in the sum of $878,557.69 (excluding GST) using Lowest Price Conforming method. Seven other tenders were received with prices ranging from $940,113.08 to $1,444,677.12.",0,20250410 Matamata-Piako District Council,30096304,Request for Tenders,Closed Competition,Contract No. 2376 Morrinsville Wastewater Treatment Plant Decant Balance Pond Liner Patch Repair,3/23/2376,20240829,20240927,20241003,,Sole Agency,No,,"This contract is for removal, supply and installation of a new section of HDPE liner in a wastewater pond and associated inlet pipe work at the Morrinsville Wastewater Treatment Plant. The tender closes Friday 27 September 2024 at 4.00pm.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2376 Morrinsville Wastewater Treatment Plant Decant Balance Pond Liner Patch Repair This contract is for removal, supply and installation of a new section of HDPE liner in a wastewater pond and associated inlet pipe work at the Morrinsville Wastewater Treatment Plant. The term of the contract is a maximum of 4 weeks. On 3 October 2024 this was awarded to Odlum Group Limited in the sum of $143,610.50 (excluding GST) using Lowest Price Conforming method. Three conforming tenders were received with prices ranging from $143,610.50 to $246,070.47.",0,20250410 Matamata-Piako District Council,30182451,Request for Tenders,Open Competition,Accessibility Improvements Matamata and Morrinsville CBDs 2024/2025,3/23/2382,20241115,20241213,20250122,,Sole Agency,No,,"This contract involves footpath and road crossing renewal works and maintenance. Renewal work involves the complete works needed to carry out the removal of existing concrete, asphalt and paved pathways and their reconstruction. Maintenance work involves the complete works needed to carry out the removal of existing footpaths (mostly pavers) regrading metal base to correct grade and relaying pavers. The tender closes at 5.00pm on Friday 13 December 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2382 Accessibility Improvements Matamata and Morrinsville CBDs 2024/2025 This contract involves footpath and road crossing renewal works and maintenance. Renewal work involves the complete works needed to carry out the removal of existing concrete, asphalt and paved pathways and their reconstruction. Maintenance work involves the complete works needed to carry out the removal of existing footpaths (mostly pavers) regrading metal base to correct grade and relaying pavers. The term of the contract is 10 weeks. On 22 January 2025 this was awarded to Applied Engineering Limited in the sum of $630,036.00 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $ 891,372.15 $ 899,343.48 $1,297,073.71",0,20250410 Matamata-Piako District Council,30297342,Request for Quotations,Open Competition,Contract No. 2380 Footpath CBD Cleaning 2024-2027,3/23/2380,20241001,20241024,20241205,,Sole Agency,No,,"The works required in this contract covers the cleaning, sanding and sealing of CBD footpaths, cleaning of kerb faces and washing of street furniture including bins, bench seats and plinths to ensure the visual amenity of our town centres is maintained. The quote closes at 4.00pm on Thursday 24 October 2024.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2380 Request for Quote Footpath CBD Cleaning 2024/2027 The works covers the cleaning, sanding and sealing of CBD footpaths, cleaning of kerb faces and washing of street furniture including bins, bench seats and plinths to ensure the visual amenity of our town centres is maintained. The term of the contract is three years. On 5 December 2024 this was awarded to Graffiti Busters Limited in the sum of $252,272.95 (excluding GST) using Weighted Attribute method. Six conforming tenders were received with prices ranging from $252,272.95 to $2,329,837.48.",0,20250410 Matamata-Piako District Council,30801635,Request for Tenders,Open Competition,Contract No. 2387 Works Programme 2024/2025,3/23/2387,20241210,20250123,20250213,,Sole Agency,No,,"The contract consists of one Sealed Road Pavement Rehabilitation job in the Matamata-Piako District. The scheme is: Morrinsville-Walton Road Sealed Road Pavement Rehabilitation. The Tender closes at 4.00pm on Thursday 23 January 2025.",Not Awarded,"Matamata-Piako District Council, 35 Kenrick Street, Te Aroha Contract No. 2387 Works Programme 2024/2025 The contract consists of one Sealed Road Pavement Rehabilitation job in the Matamata-Piako District. The scheme is Morrinsville-Walton Road Sealed Road Pavement Rehabilitation. The term of the contract is 10 weeks. On 13 February 2025 this was awarded to Graham Civil Contractors Limited in the sum of $890,385.94 (excluding GST) using Lowest Price Conforming method. Three other tenders were received with prices as follows: $ 997,254.69 $1,237,035.39 $1,349,540.58",0,20250410 Medical Council of New Zealand,26861442,Request for Proposals,Open Competition,RFP - Outsourcing of the New Zealand Registration Examination (Clinical),MCNZ NZREX 01,20230220,20230331,20230411,,Sole Agency,No,"Medical Council of New Zealand, Level 24, AON Centre, 1 Willis Street, Wellington, 6140, NZ","Overview REQUEST FOR PROPOSAL Outsourcing the New Zealand Registration Clinical Examination (NZREX Clinical) Te Kaunihera Rata o Aotearoa | Medical Council of New Zealand (the Council) invites proposals from suitable providers to deliver the full examination management and oversight of the NZREX Clinical. This is a unique opportunity to play a key part in supporting the medical workforce in Aotearoa New Zealand, with the aim of ensuring doctors have the broad-based core competencies and experience to practise in Aotearoa New Zealand. This RFP closes at 5pm, 31 March 2023. Council requires all interested respondents to submit a Notice of Intention by 8 March 2023 to our Point of Contact. Interested respondents are to use the Response Form provided, note all requirements, and include all information requested in relation to the RFP. The following key documents are attached and can be accessed through GETS: Request for Proposal Outsourcing the New Zealand Registration Clinical Examination (NZREX Clinical) Notice of Intention RFP Response form All enquiries, questions, and requests for clarification related to this RFP are to be directed in writing to our Point of Contact. Point of Contact: Carol Parreno Strategic Project Manager Email: StrategicRFP@mcnz.org.nz Te Kaunihera Rata o Aotearoa | Medical Council of New Zealand Level 24 AON Centre 1 Willis Street Wellington, Aotearoa New Zealand Please note, all communication relating to this RFP must be in writing (email is acceptable).",Not Awarded,,0,20250410 Meridian Energy Limited,19213235,Request for Proposals,Open Competition,CDSR Review Team (Comprehensive Dam Safety Review),ME17068,20171108,20171129,20190815,,Sole Agency,No,,"The Services are the supply of a team of specialists to undertake Round 5 of the Comprehensive Dam Safety Reviews (CDSR) of the Dam Safety Assurance Programmes for Meridians Waitaki Valley reservoirs. The scope of these reviews will be in terms of the NZSOLD Dam Safety Guidelines 2015, Meridian is taking a two stage approach to the procurement of a Reviewer Team. The attached documents are for the first stage, which will be to short list preferred Reviewer Team options. The short listed teams will be invited to provide pricing and hour (hours of effort per CDSR) estimation for the services following stage 1. The proposed contract is an NEC3 Professional Services Contract with payment option G Term Contract for a fixed period of 5 years. The proposed CDSR Reviewer Team is expected to remain constant over the 5 year period of the reviews, and to consist of three experienced engineers, who are each specialised in one of the following specific areas: a) Dam Engineering Civil and Geotechnical; b) Hydro Mechanical Engineering, specifically Gates and Valves; or c) Electrical Engineering and Control and Instrumentation Engineering. As well as these engineering disciplines related elements of the CDSR, between them the Reviewer Team will need to adequately cover all of the diverse aspects listed in the CSDR scope in C2 - Section 3.2. This is necessary to ensure that the CDSR provides a holistic assessment of the Dam Safety Assurance Programme for each reservoir. In addition to this, Meridian aims to achieve continuous improvement in its DSAP, and as part of this is keen to expose is CDSR Plan Team members to the wealth of knowledge and experience that the Reviewer Team will bring.",Awarded,The contract was awarded to Norconsult NZ Ltd.,0,20250410 Meridian Energy Limited,20413276,Request for Tenders,Open Competition,ME18049 - Ohau C Penstock Painting,ME18049,20181113,20181217,20190815,,Sole Agency,No,,"The Ohau C power station was constructed during the early 1980s and commissioned into service in 1985. The station houses four 53 MW hydro units which are fed by individual penstocks. The Penstocks are of steel construction supported by both steel and concrete supports. The Request For Tender (RFT) is for suitably qualified / experienced industrial coating companies to re-coat the external surface of the four Ohau C Penstocks (Penstocks) and their associated steel supports. The four penstocks are each 5.8m in diameter and approximately 98.5m long. This is the first set of penstocks in a wider program of penstock painting works for Meridian's hydro generation sites in the upper and mid Waitaki Valley. In addition to this tender for works at OHC, Meridians intends to consider short-listed contractors from this work for future tenders that will be offered on a selective basis.",Awarded,TBS Farnsworth were selected as the successful tenderer for the works,0,20250410 Meteorological Service of New Zealand,23896901,Request for Proposals,Open Competition,MetService Wellington Office Upgrade Main Contractor RFP,WOMP21_CAP_KL_DESIGN,20210127,20210217,20210401,Programme Management Office,Sole Agency,No,"30 Salamanca Road, Kelburn, Wellington 6012","MetService has begun a programme of work to modernise the head office in Kelburn, Wellington. On 24 November 2020 the MetService Board of Directors fully approved Phase Two of the Wellington Office Modernisation Programme (WOMP) to: Structurally strengthen the Kelburn building to be 100% of the New Building Standard (NBS) for an Importance Level 3 (IL3) structure; Significantly upgrade building services to achieve wellbeing, compliance and future proofing improvements and; Fit-out the interior of the building to best achieve the target future ways of working state. The concept design package provides details on the construction scope required to achieve these outcomes, noting that the structural design is to 100% NBS IL2 and needs uplifting to 100% NBS IL3. The target start date for construction to start by is December 2021, noting that hazardous materials (asbestos, VESDA fire suppression system and backup diesel generator) will need removing/securing before any demolition. This timeframe is subject to the successful completion of this procurement process, signing a new ground lease and confirming a 1,000sqm temporary relocation site for all the Kelburn staff that site. The desired construction completion date is as soon as practically possible in order to minimise the temporary relocation costs. This RFP is being conducted to select a main contractor to join the incumbent consultants to deliver the programme using the Early Contractor Involvement (ECI) model. Stage 1 - design will be done under an ACENZ Short Form Contract with the view to transition to Stage 2 - construction under an NZS 3910 2013 contract. NOTE: Please see Addendum 1 to access the document WOMP - S - MetService Wellington Office Upgrade Main Contractor RFP (1).pdf for a detailed description of this RFP. Addendum 2 has been published that includes the Appendix A response table as a Word document for easier entry of responses.",Awarded,Naylor Love were awarded the ECI contract however following the design phase it was evident the project was no longer feasible with the proposed design. The project is now on hold indefinitely. A new tender will be released once the project is ready for contractors.,0,20250410 Meteorological Service of New Zealand,23929297,Request for Proposals,Closed Competition,MetService Kapiti Structural strengthening and office alterations,23929297 - MetService Kapiti,20210203,20210301,20220224,Programme Management Office,Sole Agency,No,,MetService Paraparaumu building requires structural strengthening to the existing concrete blockwork. There is also an extension to be built on to the existing premises to house additional working spaces and reconfigure the meeting spaces and break out areas.,Awarded,,0,20250410 Meteorological Service of New Zealand,24607725,Request for Proposals,Open Competition,MetService Insurance Policies RFP,24607725 MetService Insurance,20210728,20210813,20210910,Programme Management Office,Sole Agency,No,"PO Box 722, Wellington 6140, New Zealand","The primary driver for this review of insurance policies is to obtain increased value in the policies that cover the organisation. Value will be assessed in relation to: the cost of existing insurance cover compared to alternative vendors, the extent of cover provided by other vendor policies compared to existing policies, commercial terms and conditions offered and, reduced cost volatility. This should factor in the initiatives that MetService is undertaking that will reduce organisational risk, which should contribute to improved insurance premiums.",Awarded,,0,20250410 Meteorological Service of New Zealand,28122113,Request for Quotations,Open Competition,MetService Observations Network - Asset Management Practices Review,28122113,20230920,20231005,20231020,Observations and Engineering,Sole Agency,No,,"MetService operates a range of weather-observing programmes in support of our weather forecasting activities, with more than $35M in assets deployed across New Zealand. This includes a surface observation programme of more than 200 automatic weather stations, ten weather radars, and three upper air sounding observatories. The measurement data generated from these assets are the cornerstone of our meteorological value chain. We are seeking to engage an independent consultant with experience in running electronic field equipment maintenance programmes, to review the effectiveness of our asset management and maintenance practices for these programmes, and to provide insights as to how we can further optimise the performance of the associated assets and the teams that service them. The successful consultant/s will undertake a review of current practices for observing network asset management against ISO-55001, ISO-15288 or similar standards.",Awarded,,0,20250410 Meteorological Service of New Zealand,28200627,Request for Quotations,Open Competition,Azure Design and Implementation Partner,28200627,20231017,20231107,20240329,Programme Management Office,Sole Agency,No,,"MetService is seeking a design and implementation partner for our future Common Digital Platform (CDP). This platform will be established in the Microsoft Azure ecosystem. When responding to this tender, please quote your best rate card pricing for the skills detailed in our requirements document.",Awarded,Awarded to Lab3.,320000,20250410 Meteorological Service of New Zealand,29147239,Request for Proposals,Open Competition,MetService Integrated Shared Services (Payroll and HRIS),CS24_SSRFP,20240408,20240510,20241217,Programme Management Office,Sole Agency,No,,"The purpose of the RFP is for MetService to identify a solution that helps us transform our shared services systems to an integrated technology ecosystem that is proficient, scalable and uplifts our support service capabilities. We have a number of key drivers for this RFP including our payroll system being retired in March 2026, an Applicant Tracking System and a Learning Management System nearing end of life, and currently no integrated HR Information System. A key requirement for us is to have a new payroll system implemented by March 2026.",Not Awarded,"After careful review and consideration, weve decided not to proceed with any of the proposals from the RFP as none met our key requirement of a fully managed shared services solution.",0,20250410 MidCentral District Health Board,19762760,Request for Quotations,Open Competition,Blanket & Fluid Warming Cabinets,MDHB 11949,20180525,20180615,20190805,,All of Government,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the delivery of combination blanket/fluid warming cabinets. We estimate the quantity to be delivered is up to six (6). We require the goods to be delivered at Palmerston North Hospital, Palmerston North, New Zealand by a mutually agreed date. Payment will be on monthly on invoice. These are our requirements. We are seeking quotes that offer the best value-for-money over the whole-of-life of the contract and meet MidCentrals requirements and clinical acceptability. Warming cabinets are used to warm linens, blankets, irrigation solutions, intraveneous (IV) fluids and blood. Fluids like blood and IV fluids that are warmed in a warming cabinet can help to restore a patient's body temperature to a normal range during or following a surgical procedure to avoid hypothermia.",Awarded,,0,20250410 MidCentral District Health Board,20212342,Request for Proposals,Open Competition,Task Management and Messaging System,MDHB 12050,20180926,20181109,20190805,,Sole Agency,No,,MidCentral District Health Board (MDHB) is inviting interested Respondents to submit a proposal for a web-based electronic clinical task management and messaging platform. We are seeking a solution that provides staff a secure way to use the power and convenience of mobile technologies in their clinical workflows and allows for quick response to time-sensitive situations. A key objective of this procurement is to replace and improve the current paging system which is approximately 20 years old and at high risk of failure.,Not Awarded,This RFP was cancelled. MDHB established that significant changes to the requirements; both deletions and additions would require a complete rework to accommodate the changes.,0,20250410 MidCentral District Health Board,20524942,Request for Quotations,Closed Competition,E-training videos,MDHB-12286,20181207,20181213,20190805,,Sole Agency,No,,,Awarded,,0,20250410 MidCentral District Health Board,21073149,Request for Proposals,Open Competition,Facilities Management Consultancy Services,MDHB - 12381,20190523,20190621,20190812,,Sole Agency,No,,"MidCentral DHB currently outsources the supply of a wide range of facilities management and hotel services delivered by a combination of internal business teams/units, subsidiaries and third party suppliers, at its Palmerston North Hospital/Campus, Horowhenua Health Centre and other satellite health facilities within the district. We require the services of a suitably skilled and experienced consultant to undertake stakeholder engagement, business needs analysis and related consultancy services to assess our current and future needs for these services, potentially reconfigure our approach to outsourcing, and inform and support any resulting procurement project.",Awarded,,0,20250410 MidCentral District Health Board,21107036,Request for Proposals,Open Competition,ITSM e-Service Portal,MDHB-12777,20190604,20190701,20200123,,Syndicated Opportunity,No,,"MidCentral District Health Board (MDHB) requires an e-Service Portal that drives end-to-end digital transformation, supports shared ITSM-capable modular service offerings to end-users, and enables collaboration and resource sharing within the digital services team and the organisation. Functionally, the e-Service Portal will provide a number of modern service desk management capabilities such as self-service channels, smart workflows, processes and FAQs. Artificial intelligence and machine learning will be utilised were feasible. More broadly, the solution will deliver improved service outcomes for IT customers, improve IT staff efficiency and provide a platform for continuous improvement and contribute to a future-proofed, intelligent approach to delivering MDHBs digital strategy imperatives. MDHB is seeking to develop a long-term relationship with an experienced and capable solution provider who has demonstrated capacity, and will support implementation and project delivery as well as ongoing solution support and account management throughout the life of the solution. The Successful Respondent may have the opportunity to expand its support to multiple agencies and community users.",Awarded,,0,20250410 MidCentral District Health Board,21451186,Request for Quotations,Open Competition,Vaping Starter Kits for Smoking Cessation Initiative,MDHB 12451,20190903,20191011,20200901,,Syndicated Opportunity,No,,"MidCentral District Health Board (MDHB) recognises the need for widespread provision of smoking cessation support and wishes to support community pharmacists to provide smoking cessation brief advice, NRT initiation and referral for cessation support. MDHB is partnering with community pharmacies to provide a Vape to Quit programme to enable individuals to use vaping as a smoking cessation strategy and alternative to smoking cigarettes. the DHB is looking to contract with a vape equipment and consumables supplier who is able to supply vaping starter kits (equipment and e-liquid) to pharmacies involved in the programme offer a favourable buying facility for direct purchase by pharmacies of ongoing consumables for the duration of an individuals Vape to Quit programme.",Not Awarded,The notice of award of this contract has been published under GETS reference 22296162.,0,20250410 MidCentral District Health Board,22009699,Request for Quotations,Open Competition,Replacement Fundus Camera (MDHB-12427),MDHB-12427,20191129,20191213,20210505,,Sole Agency,No,n/a,"MidCentral would like to receive Quotations for a new Fundus Camera plus, an additional price for a portable Camera.",Awarded,,0,20250410 MidCentral District Health Board,22296162,Award Notice,Open Competition,Vape To Quit Award Notification,,20190903,20191011,20200213,,Syndicated Opportunity,No,,,Awarded,,0,20250410 MidCentral District Health Board,22475872,Award Notice,Open Competition,Emergency Procurement for Renal Central Water Processor,,20200316,20200323,20200331,,Sole Agency,No,,Emergency procurement to increase renal capacity at MDHB in support of COVID19. Baxters are the incumbent supplier of renal CWP at MDHB. Direct Sourcing justification (technical grounds) was approved by the business through Exemption Request.,Awarded,,0,20250410 MidCentral District Health Board,22516483,Request for Proposals,Open Competition,Midcentral DHB - Major Construction Works panel,MDHB #12093,20200406,20200528,20200731,,Sole Agency,No,,"MidCentral DHB (MDHB) is looking to identify and appoint to a panel of pre-approved suppliers, a number of suitably experienced and skilled building contractors who have the capability, capacity and relevant experience to deliver major construction projects between $4M and $10M in value. The Panel will support MDHBs delivery of its major capital development programme, which anticipates a number of significant construction projects within the next 5-7 years. As such, MDHB is looking for suppliers with a proven track record of successfully delivering similarly valued projects in complex and critical health (or similar) service environments, supported by references, who can work within a publicly funded and sensitive environment.",Awarded,,0,20250410 MidCentral District Health Board,23012393,Request for Proposals,Closed Competition,Application of Holiday Act 2003 to MidCentral District Health Board (MDHB) - Consultancy Services Order,MDHB #12640,20200723,20200803,20200902,,All of Government,No,,"Following on from the Advance Notice issued on 20 July 2020, MidCentral District Health Board (MDHB) is issuing this Consultancy Services Order (CSO) to a limited number of AoG providers on the Finance & Economics Consultancy Services panel through GETS. The CSO requests panel providers to advise their capability and capacity to review, rectify and remediate any breaches as per the Memorandum of Understanding and Baseline Document any breaches of the Holiday Act 2003 as it applies to MDHB. Once the CSO is signed by the preferred provider, MDHB intends to commence the review phase immediately and for it to be delivered within three months. Respondents are to complete their response using the attached ""editable information"" file.",Awarded,,0,20250410 MidCentral District Health Board,23065138,Request for Proposals,Closed Competition,Replacement Ultrasound Equipment,MDHB 12428,20200804,20200825,20210908,,Sole Agency,No,,"This procurement relates to the purchase of one new ultrasound machine, to be delivered on an as soon as possible basis (i.e. funding is approved), and the option to purchase a second machine within a 12-month timeframe.",Awarded,,0,20250410 MidCentral District Health Board,23197296,Request for Proposals,Closed Competition,SPIRE Project Manager,MDHB Tender 12664,20200828,20200921,20201023,,Sole Agency,No,,"MidCentral District Health Board (MDHB) seeks to engage a Project Manager to manage the conversion and internal refurbishments of existing facilities at the Palmerston North Hospital for the delivery of Surgical, Procedural, Interventional, Recovery, Expansion, (SPIRE) program of works: Surgical services capacity increasing from 7 to 9 theatres Procedural services capacity increasing from 2 to 4 procedure rooms Interventional services capacity establishing a new cardiac catheter lab Recovery capacity increasing the peri-operative suite resources to support all patient streams Expansion of other supporting clinical and non-clinical resources including staff amenities.",Awarded,,0,20250410 MidCentral District Health Board,23197963,Request for Proposals,Closed Competition,SPIRE Design (Structural & Services) Engineering,MDHB Tender 12575,20200828,20200921,20201023,,Sole Agency,No,,"MidCentral District Health Board (MDHB) has entered into a period of unprecedented construction activity and requires the services of a suitably qualified and experienced supplier of Design services to support the Surgical, Procedural, Interventional, Recovery, Expansion, (SPIRE) program of works: Surgical services capacity increasing from 7 to 9 theatres Procedural services capacity increasing from 2 to 4 procedure rooms Interventional services capacity establishing a new cardiac catheter lab Recovery capacity increasing the peri-operative suite resources to support all patient streams Expansion of other supporting clinical and non-clinical resources including staff amenities",Awarded,,0,20250410 MidCentral District Health Board,23198374,Request for Proposals,Closed Competition,SPIRE Design Architectural Services,MDHB Tender 12574,20200828,20200921,20201125,,Sole Agency,No,,"MidCentral District Health Board (MDHB) has entered into a period of unprecedented construction activity and requires the services of a suitably qualified and experienced supplier of Design Architectural services to support the Surgical, Procedural, Interventional, Recovery, Expansion, (SPIRE) program of works: Surgical services capacity increasing from 7 to 9 theatres Procedural services capacity increasing from 2 to 4 procedure rooms Interventional services capacity establishing a new cardiac catheter lab Recovery capacity increasing the peri-operative suite resources to support all patient streams Expansion of other supporting clinical and non-clinical resources including staff amenities.",Awarded,,0,20250410 MidCentral District Health Board,23220813,Award Notice,Closed Competition,Quantity surveyor services,MDHB-12576,20200703,20200715,20200902,,Sole Agency,No,,MidCentral District Health Board (MDHB) is entering a period of unprecedented construction activity and requires the services of an experienced Quantity Surveyor to support the tender and delivery aspects of discrete MDHB construction projects on an as required basis.,Awarded,,0,20250410 MidCentral District Health Board,23242897,Request for Tenders,Closed Competition,Replacement Hospital Chiller,MDHB 12654,20200908,20200930,20210330,,Sole Agency,No,,"MidCentral District Health Board (MDHB) needs to replace a single Trane Chiller in the CSB1 (North) plant room of B Block (Chiller 2), as the existing chiller has reached the end of its economic life. We are seeking suitably qualified providers from the MDHB HVAC/Refrigeration Panel that have capability and capacity to decommission and dispose of the existing Trane Chiller, and install and commission the new Trane Chiller. The RFT should cover the following services: Removal and disposal of existing chiller Replacement of the chiller plinth Installation of new water-cooled chiller Replacement of existing chilled water pump Associated electrical for mechanical work Controls reconfiguration and updated chiller staging Commissioning of new chiller and pumps Provision of Operating and Maintenance Manuals Operator training 12-month warranty of the services Provide a service agreement that MDHB can optionally take up after the 12-month warranty of services",Awarded,,0,20250410 MidCentral District Health Board,23493026,Request for Proposals,Closed Competition,MDHB Acute Mental Health Unit - Architectural Services,MDHB 12713,20201021,20201120,20210330,,Sole Agency,No,,"MidCentral District Health Board (MDHB) has entered into a period of unprecedented construction activity so requires the services of suitable qualified and experienced suppliers. The MDHB seeks proposals from suitably experienced suppliers for Architectural services the delivery of a NEW, fit for purpose, community and patient centred Acute Mental Health Unit (AMHU) located on the Palmerston North Hospital campus, serving all communities within the MidCentral region. The Acute Mental Health Unit will provide a safe, welcoming, healing environment for those experiencing the impact of severe mental distress and by design will support the workforce across the acute care continuum to be able to manage their workflow well. The new facility will incorporate contemporary models of care and reflect our commitment to ensuring that cultural, holistic needs are met. This project is focused on; Ensuring sufficient appropriate inpatient mental health and addiction capacity to meet projected demand beyond 2031. Creating a safe, warm, healing focused environment which makes use of natural elements to enhance wellbeing. A multifunctional facility that includes an inpatient unit, crisis service spaces, whanau meeting spaces, detox spaces and mental health court. The inpatient unit will be able to expand as needed in the future and provide flexible areas to accommodate those with special needs. Promoting service user recovery and wellness through functional design and layout. Prioritising cultural needs in both the mental health inpatient facility and service design. Supporting the effective functioning of staff and teams, through fit for purpose mental health inpatient facility spaces which reflect the revised service delivery model.",Awarded,,0,20250410 MidCentral District Health Board,23494049,Request for Proposals,Closed Competition,MDHB Acute Mental Health Unit - Design Engineering Services,MDHB 12714,20201021,20201120,20210330,,All of Government,No,,"MidCentral District Health Board (MDHB) has entered into a period of unprecedented construction activity so requires the services of suitable qualified and experienced suppliers. The MDHB seeks proposals from suitably experienced suppliers for Design Engineering services for the delivery of a NEW, fit for purpose, community and patient centred Acute Mental Health Unit (AMHU) located on the Palmerston North Hospital campus, serving all communities within the MidCentral region. The Acute Mental Health Unit will provide a safe, welcoming, healing environment for those experiencing the impact of severe mental distress and by design will support the workforce across the acute care continuum to be able to manage their workflow well. The new facility will incorporate contemporary models of care and reflect our commitment to ensuring that cultural, holistic needs are met. This project is focussed on; Ensuring sufficient appropriate inpatient mental health and addiction capacity to meet projected demand beyond 2031. Creating a safe, warm, healing focused environment which makes use of natural elements to enhance wellbeing. A multifunctional facility that includes an inpatient unit, crisis service spaces, whanau meeting spaces, detox spaces and mental health court. The inpatient unit will be able to expand as needed in the future and provide flexible areas to accommodate those with special needs. Promoting service user recovery and wellness through functional design and layout. Prioritising cultural needs in both the mental health inpatient facility and service design. Supporting the effective functioning of staff and teams, through fit for purpose mental health inpatient facility spaces which reflect the revised service delivery model.",Awarded,,0,20250410 MidCentral District Health Board,23587258,Request for Proposals,Open Competition,"Anaesthetic Machines, Anaesthetic Patient Monitors and PACU Patient Monitors",MDHB 12597,20201109,20201208,20211021,,Sole Agency,No,,"MidCentral DHB (MDHB) is looking to identify and appoint suppliers who have the capability, capacity and relevant experience to meet our current and future business needs for anaesthetic machines, anaesthetic patient monitors and patient monitors for the Post Anaesthetic Care Unit (PACU). MDHB seeks more than a supply arrangement from this tender; its focus is to become a customer of choice. The current MDHB fleet of anaesthetic machines have reached the end of their working life and require replacement. Given the necessary technical integration required between anaesthetic machine, anaesthetic patient monitor and requirements of the PACU/ Gastro unit, anaesthetic machines, anaesthetic patient monitors and PACU/ Gastro patient monitors will be purchased through this tender. In addition to replacing current assets, MDHB is embarking on a new project that requires additional anaesthetic machines, anaesthetic patient monitors and PACU patient monitors. MDHB is seeking suppliers of anaesthetic machines, anaesthetic patient monitors and PACU patient monitors that want to invest in a long term relationship for the supply and potential through-life support requirements for a long-term contract at Palmerston North hospital.",Awarded,,0,20250410 MidCentral District Health Board,23634454,Request for Proposals,Open Competition,Electronic Clinical Records Management Solution,MDHB 12729,20201117,20201214,20210908,,Sole Agency,No,,"The DHBs are seeking proposals for an electronic clinical records management solution (the CRM Solution). In selecting a CRM Solution the DHBs are looking for a solution which is simple, robust, and reliable. The DHBs objectives for the solution are to: reduce the risk of lost or misplaced paperwork increase accessibility of clinical records and efficient handling improve coordination of care across the DHB and support integrated care improve patient privacy improve auditability, and reduce each DHBs storage cost and footprint. The purpose of this RFP is to seek proposals from organisations with a proven solution, offered as SaaS/cloud based, that meets the DHBs requirements.",Awarded,,321652,20250410 MidCentral District Health Board,23640572,Request for Tenders,Open Competition,SPIRE Enabling Works (Clinical Suite),MDHB 12587,20201117,20201211,20210302,,Sole Agency,No,,"MidCentral District Health Board (MDHB) wishes to procure the services of a suitably qualified construction head contractor to re-purpose the Clinical Suite building, which is attached to the main hospital but used for non-clinical purposes. MDHB seeks a construction contractor that has the capability and capacity to deliver the following services in an existing building by the end of April 2021: Demolition Salvaging some items for reuse New partitions New wall, ceiling and floor covering Electrical fit-out and switchboard modifications Data wiring and outlets WiFi expansion Audio visual for the new lecture rooms with specialist acoustic considerations New heating ventilation and air conditioning system Minor security access control Minor plumbing and drainage",Awarded,,0,20250410 MidCentral District Health Board,23716929,Request for Proposals,Open Competition,"High Acuity Patient Monitor Fleet, Telemetry and Central Monitoring",MDHB 12567,20201201,20210208,20211215,,Sole Agency,No,,"MidCentral DHB (MDHB) is looking to identify and appoint suppliers who have the capability, capacity and relevant experience to meet our current and future business needs for its fleet of high acuity patient monitors, including fixed/ bedside and transport monitors, telemetry and central monitoring stations. MDHB seeks more than a supply arrangement from this tender; its focus is to become a customer of choice. In addition to replacing current assets, MDHB is embarking on a new project that requires additional high acuity patient monitors, telemetry and central monitoring. MDHB is seeking suppliers of high acuity patient monitors, telemetry and central monitoring stations that want to invest in a long term relationship for the supply and potential through-life support requirements of a long-term contract at Palmerston North hospital.",Awarded,,0,20250410 MidCentral District Health Board,23843908,Request for Proposals,Closed Competition,Secondary Procurement Opportunity RFP for the supply of one Fluoroscopy Suite,MDHB-12715,20210113,20210205,20210630,,Sole Agency,No,,"MidCentral DHB has a requirement for Fluoroscopy Imaging Systems, Installation and associated maintenance services. MidCentral DHB is therefore running this Secondary Procurement Process to select a reliable providers who has the capability, experience and infrastructure with a good track record in the management and implementation of health related programmes and effective networks.",Awarded,,0,20250410 MidCentral District Health Board,23866418,Request for Proposals,Open Competition,Connected Care Solution,MDHB 12763,20210120,20210226,20210907,,Sole Agency,No,,"He Ara Oranga: The Mental Health & Addiction Inquiry Report identified that the current mental health system is inflexible, inequitable, unresponsive, crisis focused and sees people through too narrow a lens (e.g. a medication and management approach). The review outlined a number of recommendations including the development of community-based models that prioritises primary and community mental health to support earlier intervention and ensure the wider eco-system can respond to those in serious distress, and provide effective interventions to those who experience severe mental health and addiction issues. The He Ara Oranga inquiry further indicates our service users often fall between the gaps as a result of our reliance on paper, with service users having to tell their story multiple times, and not taking a holistic approach to the care and support provided. This procurement seeks a system integrator to assist with the design, configuration and implementation of the overall Connected Care system. A multi-year programme has been developed towards an integrated model of care that addresses the following outcomes: To increase service integration, flexibility and responsiveness to better respond to the needs of people seeking help To increase equity of access, choice and outcomes for Maori and our priority populations and localities that are better not worse. To expand services offered to people in the community. To optimise sector collaboration and investment. The integrated model of care requires relationship building and collaboration across teams and service providers for delivery of care to service users transitioning between services, or receiving care from multiple services, at any given time. Digital Enablement is seen as a critical to the success of the integrated model of care.",Awarded,,0,20250410 MidCentral District Health Board,23955849,Request for Proposals,Closed Competition,Architectural services for increased emergency observation and acute care capacity at Palmerston North Hospital,MDHB 12546,20210210,20210309,20210505,,Sole Agency,No,,"MDHB requires increased emergency and acute care capacity to cope with growing demand. An integrated, but interim service comprising ED, an Observation Area and Acute Medical Assessment facilities, together with increased capacity for all areas, would provide greater efficiency and more timely care for patients in the period before a new acute services block is constructed. The MDHB has gone through a robust concept and developed design process and now needs and Architect to take the current layout and detail for MDHB stakeholder approval, Building Consent, Tender documentation, construction observation and obtain a Certificate of Code Compliance MDHB is seeking suitably qualified Architects that have the capability and capacity to take this developed design layout to sufficient detail for construction with minimal change by the users or the builders.",Awarded,,0,20250410 MidCentral District Health Board,24026520,Request for Proposals,Closed Competition,Secondary RFP Opportunity for Medical Imaging Fluoroscopy Design and Construction Works,MDHB 12778,20210226,20210408,20210630,,Sole Agency,No,,"MidCentral District Health Board (MDHB) need to replace the DHBs fluoroscopy imaging suite (Room 4) and upgrade the room infrastructure for fluoroscopy and Digital Subtraction Angiography (DSA, Room 5) to meet current regulations.",Awarded,,0,20250410 MidCentral District Health Board,24218378,Request for Quotations,Closed Competition,VEHICLE LEASE SERVICES,MDHB 12852,20210419,20210504,20210714,,Sole Agency,No,,"This Request for Quotes (RFQ) is for 134 replacement vehicle leases that expire in 2021. While this RFQ covers all vehicle leases expiring in 2021, the deployment of vehicle will be phased to accommodate specific lease expiry dates, operational requirements and fleet optimisation.",Not Awarded,,0,20250410 MidCentral District Health Board,24260918,Request for Proposals,Closed Competition,Secondary RFP Opportunity for Fully Functioning Cardiac Catheterisation Laboratory,MDHB 12447,20210504,20210604,20211124,,Sole Agency,No,,"MidCentral DHB (MDHB) is embarking on a number of significant construction projects that support future healthcare requirements within the MDHB region. MidCentral DHB has a requirement for is one new fully functioning Cardiac Cath Lab & Haemodynamic monitoring (with first and third party equipment), installation and associated maintenance services. Equipment includes first and third party equipment, related software & options, integration, installation of all first and third party equipment & servicing/maintenance during the whole of life of the equipment.. MDHB anticipate that the build will be ready for the implementation of the fully functioning cath lab mid/late 2022.",Awarded,,0,20250410 MidCentral District Health Board,24278571,Request for Proposals,Open Competition,Hospitality Service Provider for the Palmerston North Hospital Cafe,MDHB 12849,20210507,20210526,20211004,,Sole Agency,No,,"MidCentral District Health Board (MDHB) currently has a vacant building space near the main entrance to Palmerston North Hospital, which was formerly used as a hospital caf. We are now seeking suitably qualified hospitality service providers (caf operators) to re-establish, lease and operate a new hospital caf within this vacant space. If you are an experienced food and beverage operator willing to create and operate an open, inviting space for patients, visitors and hospital staff, wed like to hear from you.",Awarded,,0,20250410 MidCentral District Health Board,24282763,Request for Proposals,Closed Competition,MDHB Acute Mental Health Unit - Project Management Services,12733,20210507,20210608,20210907,,Sole Agency,No,,"MidCentral District Health Board (MDHB) has entered into a period of unprecedented construction activity so requires the services of suitable qualified and experienced suppliers. The MDHB seeks proposals from suitably experienced suppliers for Design Engineering services for the delivery of a NEW, fit for purpose, community and patient centred Acute Mental Health Unit (AMHU) located on the Palmerston North Hospital campus, serving all communities within the MidCentral region. The Acute Mental Health Unit will provide a safe, welcoming, healing environment for those experiencing the impact of severe mental distress and by design will support the workforce across the acute care continuum to be able to manage their workflow well. The new facility will incorporate contemporary models of care and reflect our commitment to ensuring that cultural, holistic needs are met.",Awarded,,0,20250410 MidCentral District Health Board,24299228,Request for Quotations,Closed Competition,Clinician Transport Services,MDHB 12831,20210513,20210528,20210716,,Sole Agency,No,,"On 01 April 2021, MidCentral District Health Board (MDHB) released a Registration of Interest (ROI) to identify qualified suppliers of vehicle and driver services for transporting the Regional Cancer Treatment Service (RCTS) Clinicians from Palmerston North Hospital to Taranaki District Health Board and return, and other DHBs and businesses/ locations as and when requested by MDHB. Registrations closed on 30 April. Following on from the ROI process, MDHB now seeks formal quotes from the shortlist of Registrations to deliver clinician transport services to MDHB for a maximum contract term of 3 years.",Awarded,,0,20250410 MidCentral District Health Board,24314239,Request for Quotations,Open Competition,Self-contained primary healthcare vehicle,MDHB 12700,20210518,20210622,20210823,,Sole Agency,No,,"This RFQ relates to the purchase of a suitably specified self-contained mobile vehicle to: a. Support testing and vaccination activities associated with the MDHB response to COVID-19; and b. Provide a mobile health service post COVID that will improve the primary health care service available to high end users and Maori & Pacific communities. A mobile autonomous clinic will augment existing public & primary health care services focusing on issues of equity, coverage and improved accessibility. The vehicle will have the ability to rapidly deploy, provide operational flexibility and deliver multiple services (health screening, promotion & protection programmes) to multiple communities not met by traditional health services.",Awarded,,0,20250410 MidCentral District Health Board,24391588,Request for Proposals,Closed Competition,Print Technology and Associated Services,12458,20210604,20210706,20211105,,Cluster,No,,"A Request for Proposal (RFP) is issued by Whanganui District Health Board (WDHB) and MidCentral District Health Board (MDHB) as a joint initiative. We invite responses from Supplier Panel members of the All of Government, Print Technology as a Service (PTAS) contract, to provide a proposal for the supply of Print Technology Services across all our sites. We are looking for the best value for money solution. With this, we intend to leverage off the combined volume output but enter into individual contracts with the chosen supplier to ensure customisation to each DHBs specific needs.",Awarded,,0,20250410 MidCentral District Health Board,24421756,Request for Tenders,Open Competition,MDHB MRI Chiller Replacement,12912,20210614,20210709,20220617,,Sole Agency,No,,"MidCentral District Health Board (MDHB) needs to replace a single TRAX Chiller in the MRI Department with two new Chillers in order to provide n+1 redundancy to the MRI Scanner. The existing MRI Chiller has been assessed as oversized for the cooling load of the MRI unit and the MRI associated plant. The existing pipework has some non-compatible components that could affect the lifespan of the MRI plant. There is also no redundancy to the MRI chiller in the case of a chiller failure. MDHB is seeking suitably qualified providers that have capability and capacity to install and commission two new air-cooled Chillers, and reconnect the existing TRAX chiller to the Building HVAC system in a different location. MDHB anticipates the new Chillers will be in use for at least 12 years.",Awarded,,0,20250410 MidCentral District Health Board,24625401,Request for Tenders,Closed Competition,SPIRE Major Construction Works,MDHB 12766-RFT,20210802,20210907,20211007,,Sole Agency,No,,"This closed RFT is the second stage of a two-stage tender process for the MDHB SPIRE construction program at Palmerston North hospital and includes: 1. Stage 1 fixed price lump sum (based on completed Stage 1 drawings) 2. Stage 2 fixed Preliminary & General and Margin values including fixed sub-trade rates, followed by final confirmed pricing of remaining Stage 2 elements (following Stage 2 detailed design)",Awarded,,0,20250410 MidCentral District Health Board,24625560,Request for Quotations,Closed Competition,Face to Face (on-site) Interpreting Services,MDHB 12755-RFQ,20210802,20210813,20211109,,Sole Agency,No,,"In June 2021, MidCentral District Health Board (MDHB) released a Registration of Interest (ROI) to identify interpreting service providers that have the capability, capacity and flexibility to provide face-to-face services at various MDHB campuses and locality delivery sites as and when requested by MDHB. Following on from the ROI process, MDHB now seeks formal quotes from the shortlist of Registrations to deliver face-to-face interpreting services for a maximum contract term of 3 years.",Awarded,,0,20250410 MidCentral District Health Board,24770737,Request for Quotations,Closed Competition,Community Hub Office Furniture,MDHB 13013,20210906,20210917,20211103,,Sole Agency,No,,"This procurement relates to the identification, supply, delivery, and assembly (if required) of a range of office furniture and equipment to support the establishment of new community centres (Hubs) in Horowhenua and Manawatu (Palmerston North city based) and to complement the existing centre in Tararua (Dannevirke). This is a secondary procurement process utilizing the All of Government Common Capability Office Furniture contract. It is anticipated that multiple panel members will be selected to supply a preferred range of office furniture and equipment identified through this RFQ.",Awarded,,0,20250410 MidCentral District Health Board,24776026,Request for Tenders,Open Competition,MDHB Medical Vacuum Services,MDHB 12920,20210907,20210929,20211105,,Sole Agency,No,,"MidCentral District Health Board (MDHB) needs to upgrade the Medical Vacuum Pump System in the basement of Clinical Services Block One (CSB1). MDHB is seeking suitably qualified providers that have capability and capacity to upgrade the Medical Vacuum System. MDHB anticipates the new Medical Vacuum will be in use for at least 15 years. TENDER DOCS CAN BE FOUND AT ADDENDUM 1 & 2",Awarded,,0,20250410 MidCentral District Health Board,24781117,Request for Quotations,Open Competition,MDM Video Room,MDHB 12961,20210908,20210924,20220412,,Sole Agency,No,,"MidCentral District Health Board (MDHB) seeks suppliers that can meet our user requirements for a Multi Disciplinary Meeting (MDM) video room to: a. conduct meetings inside and outside the dedicated meeting room and across multiple locations and environments, including the sharing of PACS images (Radiology), Microscope (Pathology), Patient Form and Guest BYOD devices; and b. allow clinicians to work collaboratively across multiple DHB sites and facilitate collaboration between external stakeholders such as GPs and other participants not inside the DHB IT domains. The MDM Video Room will be provided to MDHB as a managed service to ensure the technology continues to perform at an operationally high level and remains ever-green to circumvent the inevitable threat of technology obsolescence.",Awarded,,110000,20250410 MidCentral District Health Board,24865036,Request for Tenders,Open Competition,MidCentral District Health Board: Horowhenua Health Centre Main Switchboard RFT,MDHB 12923,20210924,20211112,20220617,,Sole Agency,No,,"MidCentral District Health Board (MDHB) needs to upgrade the Horowhenua Health Centre (HHC) Main Switchboard, as defined in the Specification and Design Drawings attached. The project comprises supply, installation and commissioning of a new Main Switchboard at HHC, including all associated measures to allow for the installation and minimise outages. MDHB is seeking suitably qualified providers that have capability and capacity to upgrade the Main Switchboard. MDHB anticipates the new Horowhenua Main Switchboard will be in use for at least 12 years.",Awarded,,0,20250410 MidCentral District Health Board,24909839,Request for Tenders,Open Competition,Replacement Medical Air Compressor Plant,MDHB 13033,20211004,20211105,20220523,,Sole Agency,No,,"This procurement relates to the replacing the Medical Air Compressor Plant at Palmerston North Hospital. The building is owned and operated by MDHB, and Facilities are managed and maintained by Ventia Ltd. The medical air plant installed in the basement of Clinical Services Block One (CSB1) provides the medical air requirements for the Palmerston North Hospital campus. This includes the acute care areas of the hospital, being theatres, intensive care unit, neonatal unit, maternity, and emergency department. The supply of medical air to these areas is an essential part of the infrastructure they require to function. Air is distributed at (nominal) 7 bar with local pressure regulators reducing pressure to 4 bar for medical use. The existing plant is nearing or has exceeded the normal life for compressed air equipment. Additionally, the plant does not comply with HTM02-01 recommendations in terms of stand-by capability and air quality. The engineer to the contract is Peter Cole (Cole & Dias).",Awarded,,0,20250410 MidCentral District Health Board,24932682,Request for Proposals,Open Competition,Clinical Services Plan for Medical Imaging,MDHB 13025,20211008,20211029,20211201,,Sole Agency,No,,MDHB are seeking responses from providers that can develop an effective Clinical Services Plan for Medical Imaging Diagnostics. The objective of this initiative is to establish medical imaging diagnostic services that obtain maximum value from the available resources with an emphasis on equity and vulnerable populations.,Awarded,,0,20250410 MidCentral District Health Board,25056792,Request for Proposals,Open Competition,Development of a Strategy for the First 1000 Days Project,13078,20211105,20211203,20221223,,Sole Agency,No,,"MDHB are seeking responses from providers that can develop an effective strategy for a regional First 1000 Days Project. The project is part of MDHBs long-term sustainability plan to ensure long term generational change, with the recognition that investment within the first 1000 days provides excellent outcomes for tamariki and whanau.",Awarded,,0,20250410 MidCentral District Health Board,25124244,Request for Proposals,Open Competition,Electronic Dictation and Transcription Solution,MDHB 13056,20211118,20220117,20220617,,Sole Agency,No,,"Creating and distributing clinical letters are critical components of MDHBs communication with patients and health professionals. It is important to the overall service provided, workflow efficiencies and patient outcomes, that the processes and technologies used are efficient and support timely communications. MDHB is looking to digital technologies to improve the speed of clinical communication, enhance efficiency for clinicians, and support an agile response to future transition to digital outpatient communication strategies and platforms. We are seeking a suitable Commercial Off-The-Shelf (COTS) solution. The Solution must exist and be proven in health environments, offered either as SaaS or as a cloud based/managed solution, and able to operate in the DHBs existing IT environment.",Awarded,,4000000,20250410 MidCentral District Health Board,25650218,Request for Proposals,Closed Competition,"Substation 3 Generator 1, HV Split and Load Management and Demand System RFP",MDHB 13274,20220404,20220505,20220617,,Sole Agency,No,,"The MDHB seeks proposals from suitably experienced suppliers for Design Engineering services for the implementation of the Substation 3 Generator 1, a High Voltage (HV) Split and a Load Management and Demand Systems (LMDS) on the Palmerston North Hospital campus.",Awarded,,0,20250410 MidCentral District Health Board,25697799,Request for Tenders,Closed Competition,Palmerston North Hospital Chiller Project,12927,20220414,20220613,20221221,,Sole Agency,No,,"This procurement relates to the installation of a new (additional) Chiller at Palmerston North Hospital. The building is owned and operated by MDHB, and Facilities are managed and maintained by Ventia Ltd. The works comprise the installation of an additional chiller, Chiller 5, along with associated pumps, buffering equipment and controls. The works shall also include associated electrical for mechanical plus building related works. The work is to be carried out in accordance with the attached drawings and specifications.",Awarded,,0,20250410 MidCentral District Health Board,25697943,Request for Proposals,Open Competition,Psycho-Diagnostic Assessments for Tamariki,13000,20220414,20220511,20221004,,Sole Agency,No,,"This procurement relates to the delivery of Psycho-Diagnostic Assessments for Tamariki domiciled in the MDHB Region. Neuropsychological assessments for tamariki with disability can be required to ensure appropriate diagnosis, intervention and support for tamariki and whanau. The assessment can provide information about family, social situations, health and education information, analysis of testing, diagnosis and rationale, information and recommendations for whanau to enable best outcomes. The MDHB Child Development Service (CDS) has experienced increased demand for Clinical Psychology assessments due to increasing complexity of tamariki and whanau, and recognises that the current service delivery model is no longer suitable for meeting the needs of the local population. It is envisioned that moving to an outsourced model for neuropsychological assessments will improve whanau experiences and outcomes, while reducing lengthy wait times. MDHB is committed to providing an equity based whanau-centred approach to ensure equitable access to psycho-diagnostic assessments for tamariki.",Awarded,,0,20250410 MidCentral District Health Board,25788695,Request for Tenders,Closed Competition,Acute Mental Health Unit Glulam Timber Supplier,13291,20220512,20220603,20221223,,Sole Agency,No,,MDHB are seeking RFT Responses from suitably qualified and experienced glulam timber suppliers to act as the Main Supplier of Glulam Timber for the Acute Mental Health Unit (AMHU) Construction Project.,Awarded,,0,20250410 MidCentral District Health Board,25928925,Request for Tenders,Open Competition,Acute Mental Health Unit Main Contractor,MDHB 13163,20220613,20220805,20230505,,Sole Agency,No,,"MDHB is seeking responses from suitably qualified building providers that have capability and capacity to act as the Main Contractor for the Acute Mental Health Unit (AMHU) project. AMHU is a single story, 28 bed, green fields build, with a building footprint of circa 2730 sqm. The New Build will be located by Gate 4, Heretaunga St. MDHB will use a one-step procurement process (i.e., this Request for Tender) to identify the Main Contractor to undertake the construction and deliver a building fit for purpose for its users (the Contract Works).",Awarded,,0,20250410 MidCentral District Health Board,26165532,Request for Proposals,Closed Competition,Clinical Services Plan for Palmerston North Regional Hospital,13394,20220811,20220902,20221021,,Sole Agency,No,,"The provision of hospital and specialist services is undergoing change as the system moves to an integrated network hospital basis. At the same time, Palmerston North Regional Hospital is planning major capital investment to address issues with hospital buildings which significantly constrain the current delivery of health care. Fundamental to the investment process is a Clinical Services Plan which sets out the services to be provided and the models of care which will be used to deliver these. Palmerston North Regional Hospitals former Clinical Services Plan was developed in 2007. Key data in this was updated in 2014 when a Master Health Service Plan was developed to support future capital works at Palmerston North Regional Hospital, and revisited in 2017 when the Strategic Property Plan for Palmerston North Regional Hospital was developed. A new Clinical Services Plan is now required.",Awarded,,0,20250410 MidCentral District Health Board,26383214,Request for Tenders,Open Competition,Palmerston North Hospital - Substation 1 Remediation High Voltage (HV) Electrical Works,13441,20220927,20221021,20230310,,Sole Agency,No,,"This RFP is issued by Te Whatu Ora Health New Zealand (Te Pae Hauora o Ruahine o Tararua | MidCentral). The Buyer is seeking responses from suitably qualified Electrical Contractors with the capability and capacity to complete the anticipated High Voltage (HV) electrical works associated with the Palmerston North Hospital Substation 1 Remediation (Sub 1R) Project.",Awarded,,0,20250410 MidCentral District Health Board,26563083,Request for Proposals,Open Competition,Peer Support - Recovery Support Services,13428,20221101,20221209,20230331,,Sole Agency,No,,"Key priorities for MidCentral are reducing inequities, improving access to care, the improvement in health outcomes for its population and providing services closer to home. Providing ongoing continuation of care across secondary and primary mental health and addiction community services is crucial to achieving these priorities. In response to He Ara Oranga, the Report of the Government Inquiry into Mental Health and Addiction, and to support the Districts transition to Te Matapuna o te Ora, we are seeking to increase Peer Support Services capability and capacity within our region to establish a recovery-oriented service by peer support staff to assist people with mental health and addiction issues to develop their life and living skills. A peer support programme across our three districts of Horowhenua, Manawatu and Tararua in line with our developing recovery-based integrated model of care which moves away from traditional services to access, choice and care closer to home. Peer Support workers are an unregistered workforce from a variety of backgrounds who will usually be members of the local community. The expectation is they will use their own experiences combined with training to partner with people to support them to build their own skills, knowledge, and confidence to manage their health and wellbeing. In this context the term peer is used in its broadest sense. It refers to people with lived experience of a mental health or addiction concern or of a long-term physical health condition, as well as people who are matched in age, ethnicity or some other characteristic to the population being served. They work with individuals, whanau and groups, can see people in a community setting or can connect by phone, text or other telehealth resources when people prefer this. Peer Support workers will work as members of a wider NGO team and be supported by the NGO with all required resources, support, and appropriate training. They will simultaneously be an important part of the MDT approach for the FACT team.",Awarded,,0,20250410 MidCentral District Health Board,26625021,Request for Tenders,Closed Competition,Water Storage - Stage1,13478,20221114,20221216,20230407,,Sole Agency,No,,Te Whatu Ora (MidCentral) is seeking responses from suitably qualified Hydraulic Contractors with the capability and capacity to complete the anticipated works associated with the Palmerston North Hospital Water Storage - Stage 1 Project.,Awarded,,0,20250410 MidCentral District Health Board,26811249,Request for Tenders,Closed Competition,Horowhenua Health Centre Boiler Replacement Project,13506,20230117,20230217,20230428,,Sole Agency,No,,Te Whatu Ora is seeking responses from suitably qualified Boiler with the capability and capacity to complete the anticipated mechanical works associated with the Horowhenua Health Centre (HHC) Boiler Replacement Project.,Awarded,,0,20250410 MidCentral District Health Board,26811719,Request for Tenders,Closed Competition,Substation1 Remediation - Low Voltage Electrical Works,13477,20230117,20230303,20230421,,Sole Agency,No,,"This procurement relates to the Sub1R LV Electrical Works Project at Palmerston North Hospital. The building is owned and operated by Health New Zealand, and Facilities are managed and maintained by Ventia Ltd.",Awarded,,0,20250410 MidCentral District Health Board,27255350,Request for Tenders,Closed Competition,Palmerston North Hospital Chiller 3 Replacement,13615,20230417,20230515,20230623,,Sole Agency,No,,Te Whatu Ora - Health New Zealand is seeking responses from suitably qualified Suppliers with the capability and capacity to complete the anticipated HVAC works associated with the Palmerston North Regional Hospital Chiller 3 Project.,Awarded,,0,20250410 Ministry for Pacific Peoples,20762939,Request for Proposals,Open Competition,Pacific Employment Support Service (PESS) Southland Region,PESS 2019 Southland Region,20190222,20190320,20190809,,Sole Agency,No,,"The Pacific Employment Support Service (PESS) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study.",Not Awarded,No successful provider. This tender is now closed.,0,20250410 Ministry for Pacific Peoples,20764708,Request for Proposals,Open Competition,Pacific Employment Support Service (PESS) Waikato region,PESS 2019 Waikato,20190222,20190320,20190913,,Sole Agency,No,,"The Pacific Employment Support Service (PESS) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study.",Not Awarded,"Successful tenders for Waikato region: AligNZ Recruitment Ltd at Level 1/ Unit 1 Cnr Peachgove Rd & Fifth Ave Hamilton 3248 InWork NZ Ltd (Waikato) at Level 2, BDO House, 116 Harris Rd, East Tamaki, Auckland K'aute Pasifika Trust at Level 1, 960 Victoria Street, Hamilton 3200 SENZ Charitable Trust (Waikato) at 13 -15 Gladding Place Manukau 2241 Solomon Group (Waikato) at 236 Great South Road Manurewa 2243",0,20250410 Ministry for Pacific Peoples,20764806,Request for Proposals,Open Competition,Pacific Employment Support Service (PESS) Manawatu-Whanganui region,PESS 2019 Manawatu-Whanganui,20190222,20190320,20190913,,Sole Agency,No,,"The Pacific Employment Support Service (PESS) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study.",Not Awarded,"Successful organisations to deliver in the Manawatu-Whanganui region is: 1. Horowhenua Learning Trust at 152 Bath Street Levin 5540 2. SENZ Charitable Trust (Manawatu - Whanganui) at 13 -15 Gladding Place Manukau 2241 3. InWork NZ Ltd (Whanganui) at Level 2, BDO House, 116 Harris Rd, East Tamaki, Auckland",0,20250410 Ministry for Pacific Peoples,20764975,Request for Proposals,Open Competition,Pacific Employment Support Service (PESS) Hawkes Bay region,PESS 2019 Hawkes Bay,20190222,20190320,20190809,,Sole Agency,No,,"The Pacific Employment Support Service (PESS) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study.",Not Awarded,No successful providers. This tender is now closed.,0,20250410 Ministry for Pacific Peoples,20764988,Request for Proposals,Open Competition,Pacific Employment Support Service (PESS) Otago region,PESS 2019 Otago,20190222,20190320,20190809,,Sole Agency,No,,"The Pacific Employment Support Service (PESS) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study.",Not Awarded,No provider was successful. This tender is now closed.,0,20250410 Ministry for Pacific Peoples,20765023,Request for Proposals,Open Competition,Pacific Employment Support Service (PESS) Bay of Plenty region,PESS 2019 Bay of Plenty,20190222,20190320,20190913,,Sole Agency,No,,"The Pacific Employment Support Service (PESS) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study.",Not Awarded,"Successful organisations in the Bay of Plenty are: 1. Moving Mountains NZ Ltd at 5 Mulrend Avenue, Tokoroa 2. SENZ Charitable Trust (BOP) at 13 -15 Gladding Place Manukau 2241 3. Solomon Group (BOP) at 236 Great South Road Manurewa 2243",0,20250410 Ministry for Pacific Peoples,21642023,Request for Proposals,Open Competition,Tupu Aotearoa (PESS) Auckland Metropolitan,TA 2019 Auckland Metro,20190924,20191024,20200218,,Sole Agency,No,,"Tupu Aotearoa (Pacific Employment Support Service) is a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with proven experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study. This RFP relates to the delivery of services in the Auckland Metropolitan area. The successful providers will have a good understanding of the barriers to employment that Young Pacific People face, good employer networks, strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and remain in employment, and the ability to provide ongoing direct support to clients to achieve sustainable employment. Also, the successful providers for training placement services will have a good understanding of the barriers to ongoing education that Young Pacific People face, good external training provider networks and strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and complete an approved course of study and the ability to provide ongoing direct support to clients to achieve training qualifications. Please Note: Proposals must be submitted by email/electronically to following email address: RFP.Tupu.Aotearoa@mpp.govt.nz Please do not submit proposals through the GETS platform.",Not Awarded,"MPP would like to thank everybody who took the time, effort and energy to submit a Proposal for the Tupu Aotearoa Auckland Metro Service. The Providers who were successful in the Tender are: In-Work NZ Limited SENZ Charitable Trust Solomon Group Workwise Employment Limited Quality Education Services.",0,20250410 Ministry for Pacific Peoples,21749528,Request for Proposals,Open Competition,Tupu Aotearoa (PESS) Wellington Metropolitan,TA 2020 Wellington Metro,20200116,20200220,20200825,,Sole Agency,No,,"Tupu Aotearoa (Pacific Employment Support Service) is a key intervention that has been proven to effectively assist Pacific young people to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with proven experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study. This RFP relates to the delivery of services in the Wellington Metropolitan area. The successful providers will have a good understanding of the barriers to employment that Pacific young people face, good employer networks, strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and remain in employment, and the ability to provide ongoing direct support to clients to achieve sustainable employment. Also, the successful providers for training placement services will have a good understanding of the barriers to ongoing education that Pacific young people face, good external training provider networks and strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and complete an approved course of study and the ability to provide ongoing direct support to clients to achieve training qualifications. Please Note: Proposals must be submitted by email/electronically to following email address: RFP.Tupu.Aotearoa@mpp.govt.nz Please do not submit proposals through the GETS platform.",Not Awarded,"The Ministry for Pacific Peoples would like to thank everybody who took the time, effort and energy to submit a response for the Tupu Aotearoa Wellington Metropolitan service. The respondents who were successful in the tender are: Partners Porirua Trust In-Work NZ Ltd",0,20250410 Ministry for Pacific Peoples,21749718,Request for Proposals,Open Competition,Tupu Aotearoa (PESS) Canterbury Metropolitan,TA 2020 Canterbury Metro,20200116,20200220,20200825,,Sole Agency,No,,"Tupu Aotearoa (Pacific Employment Support Service) is a key intervention that has been proven to effectively assist Pacific young people to achieve sustainable employment and undertake further training to increase their skills and qualifications. The Ministry for Pacific Peoples is seeking providers with proven experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study. This RFP relates to the delivery of services in the Canterbury Metropolitan area. The successful providers will have a good understanding of the barriers to employment that Pacific young people face, good employer networks, strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and remain in employment, and the ability to provide ongoing direct support to clients to achieve sustainable employment. Also, the successful providers for training placement services will have a good understanding of the barriers to ongoing education that Pacific young people face, good external training provider networks and strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and complete an approved course of study and the ability to provide ongoing direct support to clients to achieve training qualifications. Please Note: Proposals must be submitted by email/electronically to following email address: RFP.Tupu.Aotearoa@mpp.govt.nz Please do not submit proposals through the GETS platform.",Not Awarded,"The Ministry for Pacific Peoples would like to thank everybody who took the time, effort and energy to submit a response for the Tupu Aotearoa Canterbury Metropolitan service. The respondent who was successful in the tender is: Fale Pasifika o Aoraki Trust Society Inc.",0,20250410 Ministry for Pacific Peoples,22924583,Request for Proposals,Open Competition,Tupu Aotearoa Programme - Northland Region,TA 2020 Northland,20200706,20200730,20201125,,Sole Agency,No,,"The Tupu Aotearoa Programme is a key intervention that has been proven to effectively assist Pacific people to achieve sustainable employment and undertake further training to increase their skills and qualifications. Through this Programme, the Ministry for Pacific Peoples (MPP) assists Pacific people and their communities to achieve MPPs overall outcomes of improved economic wellbeing and living standards for Pacific families and communities. MPP is seeking providers with proven experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study. This RFP relates to the delivery of services in the Northland regional area. Successful providers for employment placement services will have a good understanding of the barriers to employment that Pacific young people and Pacific adults face, good employer networks, strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and remain in employment, and the ability to provide ongoing direct support to clients to achieve sustainable employment. Successful providers for training placement services will have a good understanding of the barriers to ongoing education that Pacific young people and Pacific adults face, good external training provider networks and strong relationship with Pacific organisations in the community that can help provide further support to clients as they enter and complete an approved course of study, and the ability to provide ongoing direct support to clients to achieve training qualifications. Providers who can provide both employment and training placement services will have an advantage. Please Note: Proposals must be submitted by email/electronically to following email address: RFP.Tupu.Aotearoa@mpp.govt.nz Please do not submit proposals through the GETS platform.",Not Awarded,"The Ministry for Pacific Peoples would like to thank all those who took the time to submit a response. The following organisations were appointed: 1. Personalised Education Limited T/A Solomon Group 2. SENZ Charitable Trust T/A SENZ Training and Employment 3. Literacy Aotearoa Charitable Trust",0,20250410 Ministry for Pacific Peoples,22924746,Request for Proposals,Open Competition,Tupu Aotearoa Programme - Nelson/Marlborough/Tasman Region,TA 2020 Nelson/Marlborough,20200706,20200730,20201125,,Sole Agency,No,,"The Tupu Aotearoa Programme is a key intervention that has been proven to effectively assist Pacific people to achieve sustainable employment and undertake further training to increase their skills and qualifications. Through this Programme, the Ministry for Pacific Peoples (MPP) assists Pacific people and their communities to achieve MPPs overall outcomes of improved economic wellbeing and living standards for Pacific families and communities. MPP is seeking providers with proven experience in providing successful employment placement and/or training placement services. Providers may propose to deliver either or both services. They should have the ability to provide a service that addresses clients needs and circumstances in order to support clients to move into sustainable employment as quickly as possible and/or complete a qualification in an approved course of study. This RFP relates to the delivery of services in the Nelson-Marlborough-Tasman regional areas. Successful providers for employment placement services will have a good understanding of the barriers to employment that Pacific young people and Pacific adults face, good employer networks, strong relationships with Pacific organisations in the community that can help provide further support to clients as they enter and remain in employment, and the ability to provide ongoing direct support to clients to achieve sustainable employment. Successful providers for training placement services will have a good understanding of the barriers to ongoing education that Pacific young people and Pacific adults face, good external training provider networks and strong relationship with Pacific organisations in the community that can help provide further support to clients as they enter and complete an approved course of study, and the ability to provide ongoing direct support to clients to achieve training qualifications. Providers who can provide both employment and training placement services will have an advantage. Please Note: Proposals must be submitted by email/electronically to following email address: RFP.Tupu.Aotearoa@mpp.govt.nz Please do not submit proposals through the GETS platform.",Not Awarded,"The Ministry for Pacific Peoples would like to thank all those who took the time to submit a response. The following organisations were appointed: 1. Community Colleges New Zealand Limited 2. Literacy Aotearoa Charitable Trust",0,20250410 Ministry for Pacific Peoples,23040945,Request for Quotations,Open Competition,Ministry for Pacific Peoples Employee Health Insurance Benefit,,20200731,20200814,20201029,,Sole Agency,No,,Ministry for Pacific Peoples is seeking employer-subsidised health insurance services for approx 100 staff .,Awarded,"The Ministry for Pacific Peoples would like to thank everybody who took the time, effort and energy to submit a response for this RFQ. Southern Cross was the successful respondent for this RFQ",0,20250410 Ministry for Pacific Peoples,23089259,Request for Proposals,Open Competition,"RFP - Level 2, ASB House - Fitout for Ministry for Pacific Peoples",,20200810,20200902,20210322,,Sole Agency,No,,"The Ministry for Pacific Peoples is undertaking a period of growth and in anticipation of this has secured a new floor at Level 2, ASB House, 101-103 The Terrace, Wellington, above its existing National Office location of Level 1 in the same building. The Ministry is seeking to engage aMain Contractor to complete the fitout works for Level 2, (approx. 657sqm.)",Awarded,,544468,20250410 Ministry for Pacific Peoples,23546854,Request for Proposals,Open Competition,Toloa In-work Support Programme,,20201102,20201126,20210319,,Sole Agency,No,,"This Request for Proposal (RFP) is to procure end-to-end services to deliver a STEM specific internship programme with a particular pilot focus on Technology. This programme will include the delivery of internship opportunities, wraparound Pacific-centric pastoral care support, professional and personal mentoring to provide Pacific young people aged 15+ in New Zealand with the experience they need to help them successfully enter sustainable employment in the STEM sector, building economic resilience after economic shocks such as the COVID-19 pandemic, and to support the employment skill shift into growing sectors.",Awarded,,1300000,20250410 Ministry for Pacific Peoples,23971750,Request for Proposals,Open Competition,"Communications, Marketing, Media and Production Provider for our Pacific COVID-19 campaign",,20210212,20210226,20210319,Ministry for Pacific People,Sole Agency,No,,,Awarded,,500000,20250410 Ministry for Pacific Peoples,24021974,Request for Proposals,Open Competition,Pacific Community Housing Provider Registration Support Programme,,20210226,20210406,20210624,Ministry for Pacific People,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Pacific Peoples,24193538,Request for Proposals,Open Competition,Pacific Housing Feasibility Service,,20210412,20210514,20210628,Ministry for Pacific People,Sole Agency,No,"Ministry of Pacific Island Affairs, PO Box 833, WELLINGTON 6140",,Awarded,,0,20250410 Ministry for Pacific Peoples,24300034,Request for Proposals,Open Competition,Business Case for Strengthening Pacific Peoples in Regional New Zealand,,20210513,20210609,20210819,Ministry for Pacific People,Sole Agency,No,,"The Ministry for Pacific Peoples is seeking a Provider to develop and deliver a business case with costings on the opportunities in the regions in New Zealand for Pacific people to create wellbeing outcomes and success through housing, employment, and education. This opportunity is part of the Pacific Housing Initiative, a response to the growing housing needs of Pacific people in Aotearoa.",Not Awarded,This tender has been awarded to PwC,0,20250410 Ministry for Pacific Peoples,24329962,Request for Proposals,Open Competition,Tupu Aotearoa Programme - Canterbury Region,,20210521,20210617,20211130,Ministry for Pacific People,Sole Agency,No,,The Ministry for Pacific Peoples seeks to engage a panel of providers to undertake delivery of the Tupu Aotearoa programme in the Canterbury metropolitan area. The Tupu Aotearoa programme delivers the Pacific Employment Support Service as a key intervention that has been proven to effectively assist Young Pacific People to achieve sustainable employment and undertake further training to increase their skills and qualifications.,Awarded,,0,20250410 Ministry for Pacific Peoples,24825812,Request for Proposals,Open Competition,Toloa Pacific School Challenge,,20210917,20211014,20220211,Ministry for Pacific People,Sole Agency,No,,"The Ministry for Pacific Peoples (MPP) aims to deliver STEAM initiatives for strengthening the whole of life approach of the Toloa Science, Technology, Engineering, Arts and Mathematics (STEAM) programme which maps and identifies key interventions that positively impact our Pacific peoples, across key phases of their life journey. Through this Request for Proposal (RFP), the Ministry seeks to identify a Provider(s) to co-design, develop and deliver a Pacific School Challenge aimed at delivering positive STEAM interactions for Year 9 to 13 Pacific learners in secondary schools. Please subscribe for more information",Not Awarded,This contract has been awarded to Young Enterprise Trust.,0,20250410 Ministry for Pacific Peoples,24825845,Request for Proposals,Open Competition,Toloa Wellbeing Programme,,20210917,20211014,20220211,Ministry for Pacific People,Sole Agency,No,,"The Ministry for Pacific Peoples aims to deliver STEAM initiatives for strengthening the whole of life approach of the Toloa Science, Technology, Engineering, Arts and Mathematics (STEAM) programme, which maps and identifies key interventions that positively impact our Pacific peoples, across key phases of their life journey. Through this Request for Proposal (RFP), the Ministry seeks to identify a Provider(s) to co-design, develop and deliver a Wellbeing programme aimed at providing wellbeing and pastoral care support to recipients of the Toloa Secondary School Scholarships fund. Please subscribe for more information.",Awarded,,0,20250410 Ministry for Pacific Peoples,25564520,Request for Proposals,Closed Competition,COVID-19 Pacific Response,,20220321,20220404,20220519,Ministry for Pacific People,All of Government,No,,"As part of the governments direct response to COVID-19, the Ministry for Pacific Peoples co-led a cross agency communications initiative with the Department and Prime Minister and Cabinet to provide Pacific communities across Aotearoa with easy access to COVID-19 related information. The Ministry has secured funding to launch a new phase of this campaign that will adopt a more targeted approach to address vaccine concerns in Pacific communities.",Awarded,,0,20250410 Ministry for Pacific Peoples,25667908,Request for Proposals,Open Competition,Tupu Aotearoa Programme - Multiple Regions RFP,,20220422,20220602,20220815,Ministry for Pacific Peoples,Sole Agency,No,,"The Tupu Aotearoa Programme to contribute towards MPPs Lalanga Fou Goals Prosperous Pacific Communities; and Confident, Thriving and Resilient Pacific Young People. The Programme delivers both Pacific Employment Placement and Training Placement Services and Support (Service), which has been proven to effectively assist Pacific People identified as Eligible Clients to: - achieve Sustainable Employment; and/or - undertake and complete further education and or training to increase their skills and achieve associated qualifications. Eligible Clients are all of these things at the time of enrolment: Pacific Peoples; and aged 15 years and over; and Not in Employment Education or Training (NEET); are a Citizen or Permanent Resident of Aotearoa and are currently residing in Aotearoa. Once the Eligible Client is enrolled in the Tupu Aotearoa Programme, they become the Participant of the Services. The Service is focused on placing Participants into Employment or an Approved Course of Study which is aligned with a future permanent employment opportunity and providing ongoing support to assist them to remain in employment or undertake and complete further education and or training to increase their skills and achieve associated qualifications. The key goal is to assist Participants to move into appropriate Employment or an Approved Course of Study that fits with their work obligations, goals, skills and experience. The Service achieves its Outcome through a holistic approach by: - fostering and maintaining strong relationships and connections with Participants, their family and Pacific communities through culturally appropriate Pacific Engagement; - providing Post Placement Mentoring and Pastoral Care support for each Participant and their employer and/or External Training Provider; - providing end-to-end Employment and/or Training Support Services to Participants; and - addressing barriers to Employment and/or training and education faced by Pacific Peoples. MPP seeks to engage a several Providers to undertake delivery of the Services in the following regions: Hawkes Bay, Northland, Auckland, Gisborne, Timaru, Oamaru, Ashburton, Nelson-Marlborough-Tasman regions, and other regions as determined by MPP. Providers may propose to deliver either or both Services. Please see RFP attachments for more information.",Awarded,"Tupu Aotearoa Providers - Area/Region Tokotoko Solutions (Pacific Provider) - Whangarei Puatala (Pacific Provider) - Auckland Tautua Arts (Pacific Provider) - Gisborne Marlborough Pacific Trust (Pacific Provider) - Nelson Marlborough Tasman Literacy Aotearoa (Maori provider) - Timaru",0,20250410 Ministry for Pacific Peoples,25908356,Request for Proposals,Closed Competition,Integrated IT Solution,,20220607,20220705,20220919,,Sole Agency,No,,"The Ministry for Pacific Peoples is conducting a two-stage tender process to identify a supplier to deliver an integrated IT solution. We invite proposals to this second stage Request for Proposals. The key systems we will be looking for include a Financial Management Information System, Customer Relationship Management System and Grants Management System.",Awarded,,0,20250410 Ministry for Pacific Peoples,26211473,Request for Proposals,Closed Competition,Pacific Financial Capability Evaluation Services,,20220822,20220908,20221017,Ministry for Pacific Peoples,All of Government,No,,The Ministry for Pacific Peoples is seeking services from an Evaluation Supplier who will report on the early impacts of the Pacific Financial Capability programme. The impact evaluation will be completed in the 2022/2023 financial year. The objective of this evaluation is to understand the impacts on participants' lives that have already occurred through these initiatives.,Awarded,,0,20250410 Ministry for Pacific Peoples,26264031,Request for Proposals,Open Competition,Pacific Business Village - Expansion RFP,,20221123,20230209,20230630,Ministry for Pacific Peoples,Sole Agency,No,procurement@mpp.govt.nz,"On 18 November 2022, the Ministry hosted an event in Mangere, to announce round three of the Pacific Aotearoa Community Outreach (PACO) Fund to support Social Enterprise and to launch the expansion of the Pacific Business Village to Auckland. The Ministry has secured $15.5 million in Budget 2022 to meet community demand volumes for services to support Pacific businesses and Pacific social enterprises across Aotearoa. The Village has been well received by Pacific businesses and we recognise the need to expand the Village to supporting the large number of Pacific businesses operating in Auckland"", said Minister for Pacific Peoples Aupito William Sio. The event brought together over 100 Auckland Pacific business leaders, communities, social enterprises, and government agencies to launch the following funding initiatives under the Pacific Business Village umbrella: - Network Provider - for Pacific Business Networks in Auckland and other regions (excluding regions already covered under the current Pacific Business Village) to identify, coordinate, and provide pastoral care to Pacific businesses. - Service Provider - for Pacific Service Providers to deliver capability and capacity training to Pacific businesses to scale and grow. - Tauola Business Fund round two - to support Pacific Businesses into sustained growth. More information on this fund is detailed on the MPP website https://www.mpp.govt.nz/funding/tauola-business-fund-2/. The purpose of this procurement is to identify: - NetworkProviders that havea proven background of identifying, coordinating and connectingwith Pacific businesses within their respective regions, and - Service Providers that have a proven background in supporting Pacific Businesses by delivering capability uplift services We are looking for how your organisation embraces a Pacific-centric approach, connecting people/businesses in Pacific-centric ways and how you would influence/tap in mainstream business support. Providers are encouraged to attend a talanoa with the Evaluation Panel on Tuesday 6th December from 1:30 - 2:30pm, MS Teams link within RFP documents (slide 8). This is where we will give you a brief overview of the RFP, you can meet the Evaluation Panel and ask any questions directly.",Not Awarded,"This tender has been awarded to: Sara Jane Ltd T/A Elika Consulting Group The Pacific Business Hub HTK Group Ltd Cook Islands Development Agency New Zealand Spacific Consulting Ltd",0,20250410 Ministry for Pacific Peoples,26909049,Request for Proposals,Closed Competition,IT Support Services,,20230207,20230306,20230630,Ministry for Pacific Peoples,All of Government,No,,The Ministry for Pacific Peoples has significantly grown in staff and workload and there is a need to update our IT systems to keep up with the pace of this growth. We are going out to market for our IT Support Services to help our staff provide support for our Pacific Community as effectively and efficiently as possible.,Awarded,,0,20250410 Ministry for Primary Industries,9861103,Request for Quotations,Open Competition,Electrical Testing and Tagging Services,,20150312,20150402,20200218,,Cluster,No,,"MPI and MBIE are looking for credible suppliers who have the capability, experience and infrastructure to deliver an electrical testing and tagging programme on a nationwide basis including main centres and also regional and remote locations. Suppliers must be able to demonstrate that they can meet the timeframe requirements for completion of the programme of testing and tagging.",Awarded,,0,20250410 Ministry for Primary Industries,10095775,Request for Proposals,Open Competition,Barriers to adoption of no-cost mitigation options,RFP17526,20150319,20150416,20200218,,On behalf of procurement agent,No,"NZAGRC, Private Bag 11008, Palmerston North 4442, Attention: Project Analyst","MPI seeks to procure a research project to support and extend the work of the Global Research Alliance on Agricultural Greenhouse Gases, specifically its Livestock Research Group. The project title is: Barriers to adoption of no-cost mitigation options. The scientific literature identifies a range of options to reduce greenhouse gas emissions from livestock agriculture that should present no costs to farmers or even generate economic benefits. However, many of those apparent no-cost options remain un- oder under-adopted in practice. This indicates hidden costs and/or the presence of other barriers that reduce adoption of such options. This project would seek to better understand the reasons why under-adoption of apparent no-cost options is occurring and, if options are confirmed as truly no-cost, identify mechanisms to increase the adoption of both currently existing and potential future no-cost mitigation options. The expected outcomes at the end of the research programme are: improved understanding why some mitigation options that the scientific literature identifies as no-cost (and often as economically beneficial) to farmers remain un- or under-adopted in practice, a more realistic assessment of mitigation potentials derived from marginal abatement cost curves, and indications for policy of how adoption of such options could be increased.",Not Awarded,Tender process run by AgResearch,0,20250410 Ministry for Primary Industries,16470960,Request for Tenders,Open Competition,MPI Mt Maunganui Refurbishment,,20150910,20151009,20200218,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) currently has two office locations within the Tauranga area and would like to re-locate its office based at the Port of Tauranga into its existing office accommodation at Nikau Crescent, Mt Maunganui. Co-location of these MPI sites will enhance the effectiveness, efficiency, resilience and service quality of MPIs Bay of Plenty operations. It will also improve working conditions for MPIs Tauranga based staff. In order to combine both office locations into one, refurbishments and reconfiguration will need to be undertaken at the Nikau Crescent site. MPI is, therefore, seeking tender submissions from qualified, locally based suppliers to act as Prime Contractor to undertake the refurbishments to its office at Nikau Crescent, Mt Maunganui.",Awarded,,0,20250410 Ministry for Primary Industries,17724031,Request for Proposals,Open Competition,Replacement Vessel,,20160726,20160817,20200218,,Sole Agency,No,,"The current compliance vessel in Nelson is not meeting all MOSS and Health & Safety requirements due to the unrepairable cracks in the hull and the increasing water egress which results in e bilge pump operating frequently during patrols and therefore a replacement vessel is required. The Kahu Tai is based in Nelson and is an essential operational tool for patrolling a large part of NZs coastline (Marlborough Sounds, Northern West Coast, Golden Bay, Tasman Bay, DUrville Island and Pelorus Sound). The rationale for replacing the Kahu Tai includes: One of NZs biggest inshore fishing fleest is Nelson based and an at sea inspection capability is is essential for monitoring the activities of that fleetand inspections at sea. The entire Marlborough Sounds Area and Tasman Bay is fishable and the already high recreational effort is increasing annually. Nelson Bays region enables vast numbers of recreational fishers to access multiple fisheries throughout the year, which is increasing at an incredible rate. The proposed recreational fishing park for the Marlborough Sounds will require a large and mobile patrol vessel to help monitor and enforce new regulations throughout Pelorus Sound and DUrville Island.",Awarded,,326700,20250410 Ministry for Primary Industries,17882831,Request for Proposals,Closed Competition,Workforce Management and Planning Solution,17269,20160909,20161003,20200218,,Sole Agency,No,,This is the second stage to a two stage process for MPI to select a workforce and planning solution. Appendix Six will be emailed to you as well as an appointment for your presentation.,Not Awarded,,0,20250410 Ministry for Primary Industries,18243408,Request for Proposals,Open Competition,Do animals selected for reduced feed intake produce less methane?,RFPGRA2017a,20161219,20170113,20200218,,On behalf of procurement agent,No,"NZAGRC, Private Bag 11008, Palmerston North 4442, Attention: International capability and training co-ordinator","MPI seeks to procure a research project to support and extend the work of the Global Research Alliance on Agricultural Greenhouse Gases, specifically its Livestock Research Group. The project title is: Do animals selected for reduced feed intake produce less methane? The expected outcomes of the research programme include a NZ GRA developed measurement system suitable for cattle genetic/genomic studies validated on animals selected for a trait that would be expected to result in contrasting methane emissions and data on the potential for selection for lowered intake to reduce methane emissions from animals representative of the main dairy breeds used in the New Zealand dairy industry.",Not Awarded,Process run by AgResearch,0,20250410 Ministry for Primary Industries,18407473,Request for Proposals,Open Competition,Deepwater Fisheries Research Panel,17278,20170227,20170410,20190701,,Sole Agency,No,,"New Zealand’s deepwater fisheries are those which predominantly occur in offshore waters beyond the 12 nautical mile limit of the territorial sea. Deepwater fisheries produced over NZ$650 in export earnings in the 2015 calendar year. The management of deepwater fisheries is based on the best available scientific information provided by a comprehensive research plan. The Ministry for Primary Industries (MPI) is seeking to form a panel of capable, independent research providers who can service deepwater research needs. This includes providers with capacity to design and complete abundance surveys and develop fisheries and environmental modelling.",Awarded,There are contracts with selected responsdents that are still being negotiated.,0,20250410 Ministry for Primary Industries,18586779,Request for Proposals,Closed Competition,17269 Workforce Planning and Management,17269,20170421,20170510,20240910,,Sole Agency,No,,"The Ministry for Primary Industries requires an enterprise-capable workforce planning and management solution that can be deployed to a geographically dispersed workforce. This is a closed RFP process that includes an updated Request for Proposals (RFP) and appendices. Please note: - The Updated RFP contains tracked changes - The Updated RFP Response Form contains tracked changes - Appendices One, Two, Three and Four have not been changed - Appendices Five and Six contain tracked changes - Appendix Seven is a new document. It is not tracked Respondents may update the Response Form previously submitted. Please ensure that all changes and amendments are tracked using the inbuilt 'track changes' function in Microsoft Office so that all amendments are clear, visible and searchable using the 'Find' function. If using .PDF format files please ensure that the amendments are clear, visible and searchable using the 'Find' function. If you fail to do so, the Tender Evaluation Committee may not see and therefore may not evaluate all of the amendments. Please submit your updated proposal to MPI before the deadline for proposals, 11:00 a.m. Monday, May 8 2017, New Zealand Standard Time (NZST).",Not Awarded,,0,20250410 Ministry for Primary Industries,19009653,Request for Proposals,Open Competition,RFP Hydrogen Peroxide (HP) Fumigation System for National Biocontainment Laboratory,18472,20170912,20171006,20190809,,Sole Agency,No,,"Background MPI has made a significant investment into the Animal Health Laboratory (AHL) at the National Centre for Biosecurity for the establishment of a new state-of-the-art National Biocontainment Laboratory (NBL). As part of the new facility a fumigation system is required for the decontamination of spaces and laboratory equipment. MPI has selected Hydrogen Peroxide (HP) as its fumigant of choice, and requires a solution in order to apply this to the new facility. What we need We need a hydrogen peroxide fumigation system for decontamination of laboratory spaces, equipment and plant as part of its physical containment level 3 (PC3) biocontainment capability. This system must be capable of successfully decontaminating a range of different volumes, and be compatible with the design of the NBL and systems that are currently and will be run at MPI at the completion of the project. In addition to the system itself MPI will require training and assistance in setting up its use (cycle development) as well as ongoing support for any maintenance and ongoing calibration.",Awarded,,0,20250410 Ministry for Primary Industries,19035078,Request for Proposals,Open Competition,Myrtle Rust Research Programme 2017/18,18607,20170915,20171012,20190809,,Sole Agency,No,,"In March 2017 a response was initiated to a myrtle rust incursion on Raoul Island, and then subsequently on mainland New Zealand when it was discovered in Northland, Taranaki, Waikato and the Bay of Plenty. Myrtle rust is a fungal disease with the potential to affect multiple ecologically and culturally significant species, as well as species important to industry and the public, on both localised and landscape-scales, across the majority of New Zealand. No country has managed to eradicate myrtle rust from its shores. Funding has been allocated from August 2017 June 2018 (Phase 1), for urgent research work focussed on addressing critical knowledge gaps and delivering real-life management tools for myrtle rust. This funding will be delivered via MPI, through a Request for Proposal process. Funded projects will need to ensure there is a focus on high impact research that aligns with, and builds on, research to date in New Zealand and internationally. This is a unique opportunity to be part of a protecting New Zealands iconic and culturally significant trees shrubs, and ecosystems. National management of myrtle rust will be very complex. The disease potentially affects multiple native, iconic, taonga and culturally significant species, as well as species important to industry and the public, on both localised, ecosystem and landscape-scales, across the majority of New Zealand. There are currently many unknowns about its long-term impacts under New Zealand environmental conditions, and no effective tools for medium- or large-scale management of the disease. Your research will play a key role in developing tools to enable long-term management of the disease in New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,19458667,Request for Proposals,Closed Competition,Biosecurity Surveillance Panel,18143,20180216,20180329,20190802,,Sole Agency,No,,"Biosecurity is vitally important to New Zealand. As a country, we rely on primary production more than any other developed country. We have unique native species that are a core part of our natural heritage and culture, and we pride ourselves in enjoying high standards of lifestyle and well-being. Growing volumes of tourism and trade are putting pressure on the biosecurity system and while interventions at the border prevent many pests and diseases from entering New Zealand, a robust biosecurity surveillance system is necessary to detect the pests and diseases that do manage to get in. Biosecurity surveillance is the process of systematically collecting, analysing and interpreting information about the presence or absence of pests, diseases and unwanted organisms. In plain language, biosecurity surveillance means looking for pests, diseases, animals, plants and other living things, which either don't belong in New Zealand, or which can cause problems for animals, plants or the environment to find out whether they're already here - if they are, where exactly they are and if they're not, to detect them early if they arrive. The Ministry for Primary Industries (MPI) is seeking to form a Biosecurity Surveillance Panel (Panel) of capable providers who can provide field surveillance and diagnostic services in support of our Biosecurity Surveillance programmes.",Awarded,,0,20250410 Ministry for Primary Industries,19461899,Request for Proposals,Open Competition,International Market Assessment Data,18558,20180219,20180315,20190807,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is seeking suppliers of the following data to support the function of their Economic Intelligence Unit (EIU). The data will provide or enable the derivation of the following information related to foods and other primary industry derived end products across key international markets at the national and sub-national level: - Retail, Business to Business (B2B), Business to Consumer (B2C), market share, sales volumes, and sales value by brand, product category, and distribution channel. - Product offerings, product launches and product development - Firm information, news, financial performance, and capital structure - Statistical information (including but not limited to demographic information, business confidences, macro-economic , environmental and consumption measures)",Awarded,,0,20250410 Ministry for Primary Industries,19467131,Request for Proposals,Open Competition,Biosecurity Surveillance Panel,18143,20180221,20180405,20190802,,Sole Agency,No,,"Biosecurity is vitally important to New Zealand. As a country, we rely on primary production more than any other developed country. We have unique native species that are a core part of our natural heritage and culture, and we pride ourselves in enjoying high standards of lifestyle and well-being. Growing volumes of tourism and trade are putting pressure on the biosecurity system and while interventions at the border prevent many pests and diseases from entering New Zealand, a robust biosecurity surveillance system is necessary to detect the pests and diseases that do manage to get in. Biosecurity surveillance is the process of systematically collecting, analysing and interpreting information about the presence or absence of pests, diseases and unwanted organisms. In plain language, biosecurity surveillance means looking for pests, diseases, animals, plants and other living things, which either don't belong in New Zealand, or which can cause problems for animals, plants or the environment to find out whether they're already here - if they are, where exactly they are and if they're not, to detect them early if they arrive. The Ministry for Primary Industries (MPI) is seeking to form a Biosecurity Surveillance Panel (Panel) of capable providers who can provide field surveillance and diagnostic services in support of our Biosecurity Surveillance programmes.",Awarded,,0,20250410 Ministry for Primary Industries,19625365,Request for Proposals,Closed Competition,C - Fisheries Research Round HMS & Inshore Panel 2018/19,2018/19 HMS & Inshore Panel,20180413,20180611,20190701,,Sole Agency,No,,"CLOSED TENDER opportunity for the Proposed Fisheries Research Services for 2018-19 for the HMS & Inshore Panel Arrangement with MPI. Note: the budget is being approved in May. No contract will be signed until the budget is approved. You are hereby invited to express your interest in the attached research opportunities. As defined within the HMS & Inshore Panel Agreement Panel members are requested to respond within 5 Business Days advising that they wish to provide a proposal or not. This will be waived this round and the 5 days will be added to the time to respond. Therefore, please complete the proposal template for each research project you are providing a submission and submit a response via GETS within 25 Business Days. MPI and the Panel member(s) will discuss the terms of the proposal in good faith until the terms of the SOW are agreed, or until either party determines that they are unable to agree the SOW. Note: the data managment schedule has been omitted and will be requested once the panel provider is selected through the evaluation. I have also attached an excel spreadsheet of an overall summary of all projects. This is a first time trial through GETS, please raise any questions through GETS if you can. Otherwise I am always available through email or phone if you are experiencing any issues. Kind regards Tracy Wood Procurement & Contracts Manager",Not Awarded,A number of projects were procurred through this closed tender process with different suppliers awarded contracts.,0,20250410 Ministry for Primary Industries,19829453,Request for Proposals,Open Competition,PSB2018-14 Development and testing of mitigation techniques to reduce penguin captures in setnets,O - 405832,20180627,20180817,20190701,,Sole Agency,No,,"This procurement is part of the new fisheries research projects for the 2018/19 financial year that are not sourced through existing panel arrangements. The overall objective for this research is to develop and test mitigation techniques to reduce penguin captures in setnets",Not Awarded,Procurement process cancelled and will be reviewed. Currently on hold.,0,20250410 Ministry for Primary Industries,19888415,Request for Quotations,Open Competition,Velvetleaf Community Outreach Services,O - 19080,20180709,20180724,20190807,,Sole Agency,No,,"The Velvetleaf Programme is run by Biosecurity New Zealand - Ministry for Primary Industries (MPI) in collaboration with Regional Councils and industry organisations. The programme is looking for community outreach professionals to engage with and support farmers, growers and rural contractors to manage velvetleaf. It is expected that this service will be delivered by three people; one in the North Island and two in the South Island, recognising the geographical split of affected properties. These roles will work with a range of stakeholders, driving awareness of velvelteaf and informing national focus areas for the Programme to achieve the greatest impact.",Awarded,,0,20250410 Ministry for Primary Industries,19999785,Request for Proposals,Open Competition,Payroll and Core HR Bureau Services,O-18261,20180808,20180907,20191029,,Sole Agency,No,,"MPI plans to appoint an experienced provider to deliver fully outsourced Payroll and Core Human Resource Bureau Services to manage the payroll requirements for between 2,500-3,100 employees consisting of full-time, part-time, fixed term and variable hour workers. The Minimum Viable Solution (MVS) will support MPI to deliver timely, accurate payroll and effectively and efficiently manage core HR data. It must support MPI to be compliant with all relevant legislation by the provision of a system that accurately calculates leave and other entitlements, therefore meeting the Holidays Act 2003 and other legislation, such as the Employment Relations Act 2000. It needs to enable ease of integration and interfacing with other MPI applications. At the same time we are keen to have the ability to add in further HR functionality over time and where fit for purpose. This could include but is not limited to time and attendance management, position management, remuneration, and Health and Safety. In addition to providing the required Payroll and Core Human Resources functionality, we are seeking a service offering that is based on a modern digital cloud-based platform such as the provision of mobility within the right security framework, and innovation opportunities such as AI assisting with talent management.",Not Awarded,"This tender has not been awarded. During the procurement phase it was identified that our requirements for a payroll and HR solution were not able to be met at this stage, therefore we will not be proceeding any further and are cancelling the RFP.",0,20250410 Ministry for Primary Industries,20102241,Request for Quotations,Open Competition,Policy Agents,O - 19204,20180903,20181014,20190807,,Sole Agency,No,,"Policy Agents provide information and advice to enhance the work of the regional Policy & Trade team in MPI. MPI has 15 Policy & Trade staff located in six regional offices. A key role of the regional team is to provide MPI with situational awareness, technical expertise, capacity to respond to adverse events, policy development and implementation, visitor management and engagement with local stakeholders. The objective of policy agents is to enhance the knowledge, skills, networks, spatial coverage and response to adverse events of the regional policy team in MPI Policy & Trade. Policy agents are contracted to provide support to MPI on an as-required basis, enabling MPI to scale up where needed e.g. for adverse events, and have immediate access to expertise, relationships, networks or spatial coverage as needed.",Awarded,Individual Policy Agents appointed to various geographical regions.,0,20250410 Ministry for Primary Industries,20193455,Request for Proposals,Open Competition,19120 Biosecurity Intelligence Capability Enhancement,,20180925,20181019,20200218,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is standing up a new biosecurity intelligence capability. We have existing capability and tools that need to be enhanced and/or complemented to deliver our biosecurity intelligence capability. The Biosecurity Intelligence Team is pioneering a blend of science and intelligence to create biosecurity intelligence products to predict risks to New Zealands delicate biosecurity system. As the complexities of globalisation intensify the world over, so too do the risk and ramifications of unwelcome pests and diseases that can make their way into New Zealand on host flora, fauna and assets. We want to keep MPIs operations informed of these risks with as much certainty as science, technology and intelligence allows. We are seeking tools that can keep our intelligence analysts apprised of current events that may be of biosecurity interest",Awarded,,0,20250410 Ministry for Primary Industries,20533708,Request for Proposals,Open Competition,Design of an On-Farm monitoring and benchmarking approach for individual pastoral farms,RFP-Farm Soil Carbon Stocks,20181212,20190125,20191101,,On behalf of procurement agent,No,"NZAGRC, Grasslands Research Centre, Tennent Drive, Private Bag 11008, Palmerston North 4442","Farm Soil Carbon Stocks: Design of an On-Farm monitoring and benchmarking approach for individual pastoral farms. The project is a desk top exercise to design a practical on-farm assessment approach for the initial assessment and long-term monitoring of soil carbon stocks, with recommendations for both setting a benchmark and then a regular monitoring programme. Considerations must include at a minimum: How the sampling approach is influenced by soil types on a farm and local environmental conditions. A mix of modelling and direct sampling should be considered The farm practices across the farm (i.e. grazing, supplementary crops). The approaches adopted by other countries. Estimation of the likely per farm cost for the initial assessment soil carbon assessment and the on-going cost for monitoring. Recommendations on skill level of professionals required to deliver a commercial service for a farmer. The size of the change needed for a statistically robust claim to be made about the quantity of carbon being gained/lost on an individual farm. The Supplier is expected to accurately cost their response. Value for money will be an important evaluation criterion. The budget for the project is capped at $158,000 (including any international travel costs). The contract must be completed by 30 June 2019 at the latest. The Supplier will deliver the following: A report outlining the design and assumptions made for an on-farm, soil carbon benchmarking and monitoring programme for individual pastoral farms. Prepare a PowerPoint presentation and present the findings of their report to key MPI and NZAGRC staff in Wellington by 15 July 2019.",Not Awarded,This contract was awarded to Manaaki Whenua - Landcare Research,0,20250410 Ministry for Primary Industries,20637493,Request for Proposals,Open Competition,Non-Commercial Marine Biotoxin Monitoring Programme,19574,20190124,20190211,20190701,,Sole Agency,No,,"MPI undertakes routine analysis of shellfish and seawater from sites around New Zealand for analysis in the Non-commercial Marine Biotoxin Programme. This procurement of services for the analysis of samples collected under the Non-commercial Marine Biotoxin Programme for toxic phytoplankton in seawater and marine biotoxins in shellfish. MPI wishes to purchase services related to the analysis of seawater samples for toxic phytoplankton and non-commercial shellfish samples for marine biotoxins, as well as shellfish advice services. The term of contract will be up to five years. An initial contract period of 3 years with a further 2 year right of renewal. Please subscribe and download the Request for proposal document for more information.",Awarded,,0,20250410 Ministry for Primary Industries,20707565,Request for Proposals,Open Competition,Wastewater Treatment Plant,19619,20190211,20190301,20190903,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) has a role in protecting the primary sectors and the environment from biological risk so that neither our primary industries nor the unique environment is placed in danger. In order to grow our high-value horticultural sector, industry players need to import from time to time plant material from overseas. These need to be screened for exotic pests and diseases and this is done through various levels of plant quarantine greenhouses. PEQ Level 3B is the most stringent of these quarantine greenhouses and brings in high-value plant germplasm that if were to harbour unwanted organisms will devastate not only the industry but also the environment. So, in order to ensure that we do not accidently release any unwanted organisms through waste water from the PEQ Level 3B greenhouse we need to pasteurise the waste water before releasing it to the council sewage system. Please subscribe for more information.",Awarded,,0,20250410 Ministry for Primary Industries,20808184,Request for Proposals,Open Competition,Forestry training and workplace pilot,,20190306,20190322,20190809,,Sole Agency,No,,"Te Uru Rakau and Corrections are jointly developing a pilot programme which will allow eligible prisoners from NRCF to train and work in forestry, on a RTW initiative for the 2019 planting season. The primary objective of the pilot is to allow participants to undertake high quality forestry related training and real-world work experience, which will support their pathway to reintegrate and improve the likelihood of employment on release from prison. On behalf of the Crown, Crown Forestry has entered into (or is the final stages of entering) joint venture forestry rights with various private landowners in the Northland Region. Crown Forestry requires planting operations to be completed during the 2019 planting season to develop these properties into production forests. Working together, Corrections staff from NRCF and Crown Forestry will implement the forestry pilot programme in the Northland Region. Forestry labour represents a critical operational risk for the forest growing industry in New Zealand. Te Uru Rakau and Corrections have identified an opportunity which provides eligible prisoners with forestry training and work experience, whilst also contributing to afforestation operations under the One Billion Trees Programme. Crown Forestry requires a competent silviculture contractor who will employ 10-15 RTW prisoners as a standalone planting crew. Crown Forestrys appointed Forest Manager(s) will subsequently negotiate and agree a contract rate for planting, as well as oversee the planting operation, at sites selected for inclusion in the pilot programme.",Awarded,No contract will be enetered intio between Crown Forestry & the provider. Outcome of RFP was for the provider to employ 10-15 RTW prisoners a s a standalone planting crew. Crown Forestry's appointed Forest Manager(s) will negotitae and agree a contract rate with the provider.,0,20250410 Ministry for Primary Industries,20837538,Request for Proposals,Open Competition,19646 Learning Management System Maintenance & Support,19646,20190319,20190412,20191023,,Sole Agency,No,,"This procurement relates to the purchase of ongoing service and support of MPIs existing Totara Learn Learning Management System (LMS) Tiritiri. MPI wishes to partner with an experienced Totara Learn supplier to continue to support the software. This procurement process also seeks to identify a supplier with the capability to partner with MPI to help maximise the software and support the future product development. Tiritiri has been in place since 2015 and provides access to approximately 380 courses. Tiritiri supports approximately 3,745 internal users (MPI employees and contractors) and 1,300 external users. Tiritiri is hosted by Datacom under the All-of Government Infrastructure as a Service Contract.",Awarded,This is an MSA and further work will be put under this agreement. This is the value of the inital SOWs that were agreed.,181120,20250410 Ministry for Primary Industries,20856246,Request for Proposals,Closed Competition,Integrated Farm Systems Planning,C - 19739,20190320,20190408,20190719,,Sole Agency,No,,"? We need the Successful Respondent to collate all key regulations that farmers and growers must comply with in New Zealand to carry out their business: o By end of May 2019, complete an initial stocktake of priority areas as defined by MPI. o By December 2019, complete the full stocktake and project write up. This will include working with industry, to link the collated requirements to relevant existing parts of their farm planning and assurance programmes where possible and practicable. ? The collated information will be in document format as well as in a format suitable for an online tool. o The content will be in plain English with a broad overview of each minimum requirement, and links to the where the details can be found. The Successful Respondent should provide links to existing further resources and existing further advice/training in the content. o Collation will start with key regulatory requirements administered by MPI (such as biosecurity, food safety and animal welfare), then move on to other attributes such as Ministry for the Environment (MfE) environmental requirements, and others such as health and safety, and labour. This collation will be the basis of the content of an online tool, which will have links to existing resources and guidance. o The project must identify minimum regulatory requirements in a farmer/grower centric manner e.g. regionally and district relevant, by farm type, species, crop and relevant farm tasks.",Not Awarded,"Due to the RFP requirements (time, deliverables etc) and budget challenges that evolved, it was agreed within the MPI business unit that the RFP was not able to be met in entirety through market responses (this only became apparent as responses were worked through and in detail). Therefore MPI have had to devolve this back to internal resources for resetting of requirements and solution provision.",0,20250410 Ministry for Primary Industries,20982683,Request for Proposals,Open Competition,Response to Mycoplasma bovis Science plan:Diagnostics,19776,20190520,20190619,20191213,,Sole Agency,No,,"MPI together with DairyNZ and Beef + Lamb New Zealand, the Government Industry Agreement (GIA) partners in Mycoplasma bovis (M. bovis) eradication, are looking to improve the on-going surveillance of (M. bovis) to help achieve its eradication and/or proof of freedom. Optimisation of the existing diagnostic approach from sampling to testing will ideally increase diagnostic sensitivity, and improve the testing strategy through improved sampling, faster testing, interpretation and reporting. Refer to the attachments for full details.",Awarded,,0,20250410 Ministry for Primary Industries,20994605,Request for Proposals,Open Competition,RFP-Methane emissions from cattle in SE Asia - The effect of feed and nutrition on methane emissions from cattle,RFP-Methane emissions SE Asia,20190506,20190529,20191101,,On behalf of procurement agent,No,"NZAGRC, Grasslands Research Centre, Tennent Drive, Private Bag 11008, Palmerston North 4442","MPI seeks to procure a research project with a South-East (SE) Asia focus related to feed and nutrition and enteric methane emissions from cattle managed under a range of production conditions and environments. This research project will contribute to an overarching project entitled The effect of feed and nutrition on methane emissions from cattle which is focused on Latin American and South-East Asia Alliance member countries. The Research Project aims to: (a) Expand animal and feed databases for mitigation of enteric methane developed by the GLOBAL NETWORK project to include new data representing production systems and environments from South East Asia, including systems relying on by-product feeds and forages and pastoral systems; (b) Using these expanded databases, identify and recommend methane mitigation technologies that are practical and feasible for the livestock production systems in South East Asia and production systems; (c) Develop specific methane yield (Ym) values suitable for local feeds in South East Asia and production systems, which will enable the use of these new Ym values to improve national greenhouse gas inventories; and (d) Identify how nutritional measures can be captured in national greenhouse gas inventory methodologies to demonstrate mitigation in South East Asia. Applicants need to consider the following: a) Preference will be given to applicants (individuals or organisations) who are based in the SE Asia region. However, suitably qualified applicants from outside the region are encouraged to apply BUT must be able to demonstrate ability to fulfil the expected deliverables, which will involve travel to the region. b) The work will contribute to a larger international project and the successful applicant will be required to work closely with the project leader.",Not Awarded,This contract was awarded to Universiti Putra Malaysia,0,20250410 Ministry for Primary Industries,21013292,Request for Proposals,Closed Competition,Establishing the Effectiveness of the Voluntary International Code of Practices for Sea Containers,405244,20190509,20190530,20191017,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) has been working to implement an International Standard Phytosanitary Measures (ISPM) for sea container hygiene through the International Plant Protection Convention (IPPC). Currently there is a lot of historical data on the risk of invasive pests arriving by sea containers that has been used to inform work on the international standard on sea container hygiene. Existing data and a 2016 literature were presented to the IPPC in 2017, after which the IPPC asked member countries to collect new data. The IPPC has called for additional evidence of any change in risks as a result of the voluntary International Maritime Organisation (IMO) code of practice before further considering establishing an international sea container standard. The project is to conduct a literature review, carry out further surveys on representative sea containers that arrive in New Zealand ports from overseas, to obtain interception data and analyse current MPI data and new data collected. Findings will allow MPI to report back to the IPPC and other relevant international organisations to inform decisions on the requirement of a new standard to manage biosecurity risks associated with sea container shipping. It will also enable MPI to inform improvement in operational border management for sea containers.",Awarded,,299792,20250410 Ministry for Primary Industries,21047884,Request for Proposals,Open Competition,Livestock Valuation Panel,19501,20190517,20190621,20191023,,Sole Agency,No,,MPI requires livestock valuation services and ad-hoc advice. These services will directly support the compensation process directed by MPIs Compensation team. These valuations are required based on a regional and national basis.,Awarded,This is a call off panel so no value is agreed at this stage,0,20250410 Ministry for Primary Industries,21062651,Request for Quotations,Closed Competition,Food Business - Cost of Compliance,C - 405963,20190522,20190606,20191017,,Sole Agency,No,,"Business owners and operators measure the ease of business by the costs (money, time and effort) required to comply with regulatory requirements. MPI has a strategic priority to make business easier. Implementing the ease of business strategic priority effectively, for food businesses, requires an understanding of how food business owners and operators think about and categorise compliance costs, the current levels of those costs and opportunities for reducing costs. MPI is unaware of how businesses are determining what their compliance costs are, therefore we are unable to determine where best to target our efforts to ensure businesses can comply with regulatory requirements. This research will enable MPI to be more strategic in its approach to prioritising ease of business initiatives targeted at food businesses. The purpose of this research is to inform the identification, targeting and prioritisation of investments and initiatives to reduce cost of compliance. The research is focused on small, medium, and large food business operating under the Food Regulatory system i.e. the Food, Animal Products and Wine Acts. MPI is looking to commission a piece of research to inform its regular work around of cost of compliance for small, medium, and large food businesses operating under the Food Regulatory system (i.e. the Food, Animal Products and Wine Acts). This will be used to: - inform the identification, targeting and prioritisation of investments and initiatives to reduce cost of compliance and - provide benchmarks for the future evaluation of the effectiveness of investments and initiatives to reduce cost of compliance.",Awarded,,80043,20250410 Ministry for Primary Industries,21108266,Request for Proposals,Open Competition,National Mycoplama bovis Surveillance - screening bulk milk tank samples,19923,20190604,20190624,20191025,,Sole Agency,No,Mark.Morris@mpi.govt.nz,,Not Awarded,Contract was awarded to Milk Test NZ,1600000,20250410 Ministry for Primary Industries,21121281,Request for Quotations,Open Competition,M.bovis Direct Impacts,19930,20190628,20190716,20191204,,Sole Agency,No,,"The successful supplier will be able to demonstrate specialist quantative epidemiological expertise, have knowledge of animal surveillance system development and/or management, and have knowledge of disease spread modelling.",Awarded,,0,20250410 Ministry for Primary Industries,21121360,Request for Proposals,Open Competition,On-board Cameras,18631,20190610,20190712,20190820,,Sole Agency,No,,"This procurement relates to the capture of video imagery and sensor data supplied by the fishing industry as required by the Fisheries (Electronic Monitoring on Vessels) Regulations 2017. In this context On-board cameras is used to encompass the on-board camera and sensor element as well as the broader systems and structures such as Review Software, which comprise the EM Solution. MPI is looking for service providers who have the capability to supply, install, maintain, and support, electronic monitoring (EM) solutions on fishing vessels. The EM Solutions are required to support verification of catch reporting for an initial subset of the commercial fishing fleet that presents the highest risk of interaction with Maui dolphins. The EM Solutions are comprised of Equipment (e.g. multiple closed-circuit television cameras, a GPS receiver, hydraulic and winch sensors, and on-board data storage) and Review Software, which supports the analysis of camera footage and sensor data. EM Solution components include: supply, installation, maintenance, and support of equipment supply, maintenance, and support of review software provision of appropriate licences, training and manuals provision of specialist of proprietary tools and consumables (if any) The initial subset covers the following fishing methods: Trawling (pulling a fishing net through the water behind one or more boats); and Set netting (fishing using a net anchored to the sea floor by weights). MPIs requirement is to appoint one or more suppliers, with sufficient production capacity and support, capable of supplying and installing EM Solutions, within the timeframe, to selected vessels and selected ports. Review Software to be provided to MPI by the Request for Proposal (RFP) closing date, along with a sample dataset, to allow for assessment by MPI. EM Solutions must be operational on up to 28 vessels by 31 October 2019.",Awarded,,1086985,20250410 Ministry for Primary Industries,21159390,Request for Proposals,Open Competition,Non-Commercial Marine Biotoxin Monitoring Programme Sampling Services,O - 19575,20190618,20190718,20191024,,Sole Agency,No,,"The Non-Commercial Marine Biotoxin Management Programme is a programme which monitors shellfish and seawater samples from around New Zealand to ensure they are not contaminated with biotoxins from toxic algal blooms. MPI manages the Non-Commercial Marine Biotoxin Management Programme and requires suppliers to collect weekly water samples and fortnightly flesh samples which are sent to external laboratories for analysis. You are able to respond to one, or multiple sites. Note: The price band is for the full 5 years, for nationwide services.",Awarded,Total spend based on the inital term of 3 years,934442,20250410 Ministry for Primary Industries,21160072,Request for Proposals,Closed Competition,Pectenotoxins in Bivalve Molluscan Shellfish,405964,20190617,20190712,20191017,,Sole Agency,No,,"Different pectenotoxins (PTX) have been reported in bivalve molluscan shellfish. MPI needs evidence to determine why and how MPI should regulate PTX in bivalve molluscs in New Zealand. MPI requires the analysis of existing biotoxin testing data (provided by MPI) on the presence of PTX in bivalve molluscan shellfish in New Zealand and a review of international literature on the food safety risk of PTX and risk management options available of PTX.",Awarded,,92803,20250410 Ministry for Primary Industries,21187885,Request for Proposals,Open Competition,PSB2019-01 Estimation of total seabird captures using standardised estimation methods,O - PSB2019-01,20190624,20190718,20191024,,Sole Agency,No,,"To estimate capture rates and total captures of seabirds by method, area, and target fishery, and where possible, by species for the 2019/20, 2020/21 and 2021/22 fishing years. Estimates of captures of seabirds are required for monitoring purposes and to design mitigation approaches. Sophisticated modelling approaches have been developed to combine observer and catch-effort information to estimate captures of seabirds (albatross, petrels, sooty shearwater, and a variety of small birds), and this project provides for a continuation of that work. The development conducted over recent years has led to a relatively mature modelling framework. Estimates of captures of seabirds, marine mammals, and other protected species are required for fisheries managers to understand the magnitude of the impact on these species and to identify trends in captures and capture rates, allowing avoidance and mitigations measures to be developed and implemented. The results from this project will feed into the revised NPOA-Seabirds.",Awarded,,100000,20250410 Ministry for Primary Industries,21187961,Request for Proposals,Open Competition,PSB2019-06 Review of footage collected from the 2018/19 Black Petrel Electronic Monitoring project,O - PSB2019-06,20190624,20190725,20191205,,Sole Agency,No,,"To provide review services and comparative analysis of the various data collected from the 2018/19 trial of electronic monitoring in the FMA1 bottom longline fisheries. Commercial fishers and quota owners, together with the Ministry for Primary Industries (MPI), the Department of Conservation (DOC), and the Black Petrel Working Group (BPWG) have continued the develop electronic monitoring (EM) of seabird captures in a proof of concept project in 2018/19, a continuation of the work undertaken in 2016/17 and 2017/18.",Awarded,,0,20250410 Ministry for Primary Industries,21188257,Request for Proposals,Open Competition,PSB2019-07 Continuation of the Black Petrel Electronic Monitoring project for the 2019/20 summer,O - PSB2019-07,20190628,20190724,20191205,,Sole Agency,No,,"To continue the electronic monitoring of the snapper and bluenose bottom longline fisheries in FMA1 for seabird captures (particular focus is for black petrel captures). Commercial fishers and quota owners, together with the Ministry for Primary Industries (MPI), the Department of Conservation (DOC), and the Black Petrel Working Group (BPWG) propose to further develop electronic monitoring (EM) of seabird captures in a proof of concept project in 2017-18, a continuation of the work undertaken in 2016-17. The overall purpose of the wider proof of concept project is: to assess the effectiveness of EM relative to human observation in detecting and recording seabird bycatch to species level. Specifically this project aims to improve the accuracy of the estimates of total captures, and capture rates, of seabirds (particularly black petrel and flesh-footed shearwater) in FMA 1 BLL fisheries.",Awarded,,0,20250410 Ministry for Primary Industries,21209672,Request for Proposals,Closed Competition,HMS & Inshore - Stock Assessments (LSP),C - HMS & Inshore - LSP2019-02,20190628,20190906,20191125,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Assessment (LSP) arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Stock Assessment sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 25 July 2019.",Awarded,,393000,20250410 Ministry for Primary Industries,21209694,Request for Proposals,Closed Competition,HMS & Inshore Panel - Biomass Surveys - COC2019-01,C - HMS & Inshore -COC2019-01,20190628,20190725,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Biomass Surveys arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Biomass Surveys sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 25 July 2019.",Awarded,,90850,20250410 Ministry for Primary Industries,21209713,Request for Proposals,Closed Competition,HMS & Inshore Panel - Biomass Surveys - SCA2019-03,C - HMS & Inshore - SCA2019-03,20190628,20190725,20200323,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Biomass Surveys arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Biomass Surveys sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 25 July 2019.",Awarded,,126730,20250410 Ministry for Primary Industries,21209794,Request for Proposals,Closed Competition,HMS & Inshore - Stock Characterisation & CPUE Analysis - SWO2019-01,C - HMS & Inshore - SWO2019-01,20190628,20190725,20191024,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 25 July 2019.",Awarded,,32230,20250410 Ministry for Primary Industries,21210189,Request for Proposals,Closed Competition,HMS & Inshore - Stock Assessments - PAU2019-04,C - HMS & Inshore - PAU2019-04,20190701,20190726,20191024,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Assessment arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Stock Assessment sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 26 July 2019.",Awarded,,84000,20250410 Ministry for Primary Industries,21210248,Request for Proposals,Closed Competition,HMS & Inshore - Marine Amateur Fisheries - MAF2019-05,C - HMS & Inshore - MAF2019-05,20190701,20190726,20191024,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Marine Amateur Fisheries arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Marine Amateur Fisheries sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 26 July 2019.",Awarded,,736700,20250410 Ministry for Primary Industries,21210373,Request for Proposals,Closed Competition,HMS & Inshore - Stock Characterisation & CPUE Analysis - PAU2019-01,C - HMS & Inshore - PAU2019-01,20190701,20190726,20191024,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 26 July 2019.",Awarded,,84000,20250410 Ministry for Primary Industries,21210476,Request for Proposals,Closed Competition,HMS & Inshore - Stock Characterisation & CPUE Analysis - PAU2019-03,C - HMS & Inshore - PAU2019-03,20190701,20190726,20191125,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 26 July 2019.",Awarded,,631961,20250410 Ministry for Primary Industries,21210722,Request for Proposals,Open Competition,ZBD2019-04 Plastics and marine debris across the ocean floor in New Zealand waters,O - ZBD2019-04,20190628,20190724,20191029,,Sole Agency,No,,"Plastic debris in the ocean is a pollution related issue attracting worldwide concern. As well as unsightliness, the debris is on a scale that causes harm to many marine species and threatens the health of marine ecosystems across the globe. All species are affected, but attention has particularly focused on marine mammals, seabirds, other protected species and fish. New Zealand is no exception, and plastic debris are visible along much of our coastline. Within New Zealand, beach surveys and clean-up events for visible (macro) plastics are underway and the findings are available online (Sustainable coastlines URL). Far less is known about the occurrence of plastics in our offshore environment. Microplastics have been found in the plankton recorder time series samples between New Zealand and the Ross Sea (Antarctica) and are being quantified as part of the ongoing Continuous Plankton Recorder Programme supported by Fisheries New Zealand and Sanford Ltd. This project aims to quantify the occurrence and distribution of macroplastics in New Zealands sub-tidal marine environment, from shallows through to depths of 1800m (or more if data are available).",Awarded,,80000,20250410 Ministry for Primary Industries,21211626,Request for Proposals,Open Competition,PSB2018-10 Deepwater net capture analysis,O - PSB2018-10,20190628,20190724,20191024,,Sole Agency,No,,"This work is a continuation of the investigation into the potential factors that contribute to the risk of net captures of seabirds on trawl vessels greater than 28 metres in length. The original investigation, under research contract DAE2015-01 (Baird & Doonan 2017), examined data collected between the 2007/08 and 2014/15 fishing years and found that approximately 75% of observed seabird net captures occurred in the southern ocean (SOU and SUB). This project will build on work conducted as part of DAE2015-01 by updating the data set to include data up to the end of 2017/18 and further investigating the potential risk factors that influence the net capture rate of seabirds in southern ocean fisheries. The project will focus on data from the southern squid fishery, which accounts for 60% of total observed net captures. However, to provide a more comprehensive data set, the project will also include data from middle-depth fisheries which have a strong spatial and temporal overlap with the southern squid fishery, are targeted by the same vessels as those which target squid and have similarly high levels of observer coverage.",Awarded,,65400,20250410 Ministry for Primary Industries,21221016,Request for Proposals,Closed Competition,HMS & Inshore - Ageing & Growth Analysis - SNA2019-01,C - HMS & Inshore - SNA2019-01,20190703,20190820,20191024,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Ageing & Growth Analysis arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Ageing & Growth Analysis sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 30 July 2019.",Awarded,,818400,20250410 Ministry for Primary Industries,21221035,Request for Proposals,Closed Competition,HMS & Inshore - Ageing & Growth Analysis - SNA2019-02,C - HMS & Inshore - SNA2019-02,20190703,20190730,20191024,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Ageing & Growth Analysis arrangement with MPI. You have submitted your interest in tendering a SOW response to this research project under the Ageing & Growth Analysis sub-panel of HMS & Inshore Panel. Can you please complete the attached SoW prior to the close date of 2pm, 30 July 2019.",Awarded,,137000,20250410 Ministry for Primary Industries,21222483,Request for Proposals,Closed Competition,ZBD2019-01 Quantifying Benthic Biodiversity - Phase 2,C - ZBD2019-01,20190703,20190805,20191024,,Sole Agency,No,,"Please find attached a direct proposal request for project ZBD2019-01 Quantifying Benthic Biodiversity - Phase 2. Can you please review the one pager outlining the requirements for this project and submit a response using the attached response form and respond by the 19th of July. The purpose of this project is to expand and develop initiatives to improve confidence in predictive models of seabed fauna and habitat distributions started under ZBD2016-11: Quantifying benthic biodiversity to improve predictive habitat modelling potential.",Awarded,,810000,20250410 Ministry for Primary Industries,21223497,Request for Proposals,Open Competition,Efficacy of Visual Inspections at Detecting Non-Biosecurity Compliant Goods,O - 405752,20190703,20190807,20191024,,Sole Agency,No,,"This procurement relates to the purchase of research to design and conduct experiments to assess the performance (efficacy) of biosecurity visual inspection for pests on imported fruit and vegetables and assess how key variables may influence on the performance of visual inspection using the existing protocols. This research will support an extensive existing programme of visual inspections within the biosecurity systems at the pre-border, border and post-border space. Visual inspection is an important tool in the management of biosecurity risks. Work completed by the USDA on inspection efficacy for fruit fly infestations suggests that actual inspection efficacies may be far less than expected. Research by the Centre of Excellency for Biosecurity Risk Assessment (CEBRA) in Australia was conducted to gain a better understanding using live pests. The findings could not be validated as the presence of the pests could not be confirmed at the time of inspection. Further anecdotal evidence from surveys completed by the MPI monitoring group suggests that existing expectations about the efficacy of visual inspection on many pathways may be too high. There is a clear data gap regarding the performance of visual inspection and contributing variables. Further research on these aspects will provide confidence in our biosecurity visual inspection systems and provide solutions for their improvement, as applicable. MPI is looking for credible providers who have the capability, experience, facilities and networks to deliver our requirements of visual analyses, efficacy testing and statistical analysis. Suppliers need to have a good track record in the management of similar research and sufficient resources to deliver the project on time.",Awarded,,199243,20250410 Ministry for Primary Industries,21224325,Request for Proposals,Open Competition,Minimising Fouling within Internal Seawater Systems Benefits Assessment,O - 405759,20190703,20190809,20191112,,Sole Agency,No,,"Vessel biofouling represents a significant pathway for the introduction of non-indigenous species into New Zealands marine ecosystems and subsequent spread. To manage the risks associated with vessel biofouling, the Ministry for Primary Industries (MPI) issued the Craft Risk Management Standard (CRMS-BIOFOUL) for Biofouling on Vessels Arriving to New Zealand, which came into force on 15th May 2018. MPI and internationally commissioned research has shown that vessel biofouling is not evenly distributed across the surface of a hull. A higher biomass of organisms tends to accumulate in areas that have no antifouling protection, are protected from a constant or uniform water flow, or are in areas susceptible to antifouling coating wear or damage. On large vessels (i.e., > 40 m), these niche areas may include internal seawater systems, such as cavities (e.g., sea chests, box coolers), internal pipework and enclosures (including crossovers and cofferdams) and associated seawater systems (e.g., air conditioning, engine cooling, firefighting systems). Preventive biofouling management provides an opportunity to minimise the likelihood of entry and spread of non-indigenous species. While operational and economic benefits of preventive external hull management are well documented, benefits associated with preventive biofouling management of internal seawater systems are less well understood.",Awarded,,0,20250410 Ministry for Primary Industries,21233788,Request for Proposals,Open Competition,Assessment to Enhance Vessel Biofouling Risk Profiling,O - 405761,20190708,20190816,20191113,,Sole Agency,No,,"MPI requires research services to carry out a survey of international commercial vessels arriving to New Zealand. The project will be in two parts: 1. A paperwork/electronic survey focusing on vessel maintenance, biofouling management and operational practices; and 2. A physical survey of the underwater surfaces of the vessel (external and internal niche areas, and flat surfaces), assessing biofouling distribution and abundance. The data from both of these phases are to be analysed to see if there are any new biofouling risk indicators that MPI can use to assess biofouling risk on international vessels. The data will also be used to test the old set of risk indicators to determine their reliability and usability in an operational context. Outputs from this project will inform the refinement of risk profiling processes of vessels en-route to NZ and biofouling inspection procedures at the border. This will enable MPI to make informed decisions about compliance and prioritization of resources",Awarded,,0,20250410 Ministry for Primary Industries,21240847,Request for Proposals,Closed Competition,HOK2019-03 Stock assessment of hoki in HOK1,C - HOK2019-03,20190710,20190805,20200602,,Sole Agency,No,,"Attached is a direct proposal request for project HOK2019-03 Stock assessment of hoki in HOK1. Can you please review the one pager outlining the requirements for this project and submit a response using the provided SoW response form; please respond by the 5th August.",Awarded,,293700,20250410 Ministry for Primary Industries,21253898,Request for Quotations,Closed Competition,Collection and Testing of Domestic Retail Manuka Honeys,C - 406089,20190711,20190718,20191017,,Sole Agency,No,,"The MPI manuka honey definition has been implemented within the Animal Products Notice: General Export Requirements for Bee Products since February 2018. MPI consulted on whether or not to extend the manuka honey definition used for export to honey sold in New Zealand from mid to late 2018. Concerns were raised by industry during the consultation that there was a lack of evidence of an issue with manuka honey authenticity in the domestic market to justify regulation and associated increased testing costs. To support decisions regarding the regulation of manuka honey sold in New Zealand, MPI requires a survey of retail ready product sold domestically. This will be used to determine how much manuka honey currently sold meets the MPI manuka honey definition for both monofloral and multifloral manuka honey. In addition to this, MPI requires a survey, testing for the residues of glyphosate in honey to evaluate the trade risk for high value honey products.",Awarded,,47854,20250410 Ministry for Primary Industries,21256655,Request for Proposals,Closed Competition,Impact of Freezing on Adult and Veal Trim of Top7 Shiga-Toxin producing Escherichia coli (STEC),C - 405953,20190712,20190808,20191024,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) implemented mandatory measures in 2016 to detect shiga toxin-producing E. coli (STEC) in lots of adult and veal trim product exported to the USA. The number of positive detections of STEC in veal trim product has not significantly decreased since the mandatory measures were implemented and there has been a gradual increase in the number of confirmed STEC detections in bulk manufacturing product from adult beef. As such, further measures are required to maintain New Zealands current STEC status and to ensure continued US market access. Currently all data from compliance testing of STEC in adult and veal trim product is obtained on fresh product (cold or hot boned) prior to carton closure and freezing. Anecdotal data from a previous project, suggested that freezing of product may reduce STEC levels. This project aims to determine if freezing of the product under commercial conditions has the potential to reduce STEC levels to at or below detection levels for the screening method used for compliance testing by the US border. The outcomes of the project will be used by MPI as part of the STEC strategy to support official assurance of STEC status of young veal and adult beef trim products for the US market. This will also be used by industry to validate freezing as a potential critical control point (CCP) for STEC in adult and veal trim production for the US market.",Awarded,,149344,20250410 Ministry for Primary Industries,21326087,Request for Proposals,Closed Competition,C - HMS & Inshore - Biomass Surveys - BCO2019-01,C - BCO2019-01,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Biomass Surveys arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Biomass Surveys sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,216000,20250410 Ministry for Primary Industries,21326492,Request for Proposals,Closed Competition,C - HMS & Inshore - Biomass Surveys - BCO2019-02,C - BCO2019-02,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Biomass Surveys arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Biomass Surveys sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,318290,20250410 Ministry for Primary Industries,21326789,Request for Proposals,Closed Competition,C - HMS & Inshore - Biomass Surveys - INT2019-01,C - INT2019-01,20190801,20190905,20191125,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Biomass Surveys arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Biomass Surveys sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,1095200,20250410 Ministry for Primary Industries,21341462,Request for Proposals,Closed Competition,C - HMS & Inshore - Biomass Surveys - INT2019-02,C - INT2019-02,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Biomass Surveys arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Biomass Surveys sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,80800,20250410 Ministry for Primary Industries,21341474,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Assessments - SNA2019-03,C - SNA2019-03,20190801,20190905,20191125,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Assessments arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Assessments sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,"Obj 6 - $78,580. Seperate contract with NIWA.",172408,20250410 Ministry for Primary Industries,21341489,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - EEL2019-01,C - EEL2019-01,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,61900,20250410 Ministry for Primary Industries,21341503,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - FLA2019-01,C - FLA2019-01,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,51160,20250410 Ministry for Primary Industries,21341514,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - FLA2019-02,C - FLA2019-02,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,37168,20250410 Ministry for Primary Industries,21341523,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - SCH2019-01,C - SCH2019-01,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, XX August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, XX August 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,75000,20250410 Ministry for Primary Industries,21341526,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - STM2019-02,C - STM2019-02,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,30000,20250410 Ministry for Primary Industries,21341540,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - STM2019-01,C - STM2019-01,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,163000,20250410 Ministry for Primary Industries,21341543,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Assessments - CRA2019-01,C - CRA2019-01,20190801,20190905,20200504,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Assessments arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Assessments sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Not Awarded,Contract awarded to Rock Lobster Industry Council,0,20250410 Ministry for Primary Industries,21341546,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - STN2019-02,C - STN2019-02,20190801,20190905,20191106,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,58600,20250410 Ministry for Primary Industries,21341553,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - TAG2019-01,C - TAG2019-01,20190801,20190905,20191029,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,222000,20250410 Ministry for Primary Industries,21341561,Request for Proposals,Closed Competition,C - HMS & Inshore - Stock Characterisation & CPUE Analysis - HMS2019-01,C - HMS2019-01,20190801,20190905,20191111,,Sole Agency,No,,"This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Stock Characterisation & CPUE Analysis arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Stock Characterisation & CPUE Analysis sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 8 August 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 5 September 2019, via this GETS tender. If you intend to submit SoWs for multiple projects that you have been invited to, you can complete one checklist that outlines the projects and submit via email within the five days.",Awarded,,109232,20250410 Ministry for Primary Industries,21375894,Request for Proposals,Open Competition,PRO2019-11 Historical reconstruction and characterisation of spatially explicit historical set-net fishing effort data,O - PRO2019-11,20190807,20190909,20191125,,Sole Agency,No,,"Using available data and spatial modelling approaches, construct a spatially explicit estimation and characterisation of historical set-net fishing effort around New Zealand at the decadal scale, in the 20th and 21st centuries. With the high profile of fisheries impacts on Hectors and Maui dolphins during the update of the dolphin TMP, there is renewed interest in understanding the historical rather than just the current impacts of commercial setnets. The New Zealand and international Threat Status Classification Schemes, and Maui-Hectors dolphin TMP objectives, make reference to the current status of the dolphin population (rather than just current risk levels); thus there is a need to be able to hind-cast to estimate historical impact levels. With the outputs of a fitted spatially explicit risk model for dolphins (produced under PRO2017-12), it is now possible to estimate impacts including at a local and subpopulation scale for any period in which we have spatially resolved estimates of fishing effort, after which it will be possible for the first time to estimate historical impact and population trend, thus current status.",Awarded,,154500,20250410 Ministry for Primary Industries,21375932,Request for Proposals,Open Competition,PRO2019-09 Spatial distribution modelling of at-risk seabirds in New Zealand commercial fisheries,O - PRO2019-09,20190807,20190909,20191205,,Sole Agency,No,,"Using available data, estimate the spatial density of at-risk seabird species, including seasonal variation, estimated separately for breeding and non-breeding birds An updated multi-species seabird risk assessment consistent with the SEFRA framework is expected in mid-2019 under PRO2016-06, to inform performance metrics under the updated NPOA-Seabirds. Outputs under the existing project will include incorporation of all seabird species into Risk Atlas, a flexible user interface that allows FNZ scientists and managers to query and disaggregate the spatial risk assessment model to answer particular management questions and test management scenarios at different spatial scales. The utility of this tool has recently been illustrated by its application to Maui and Hectors dolphins to inform stakeholder engagement and options development under the Maui-Hectors dolphin TMP.",Awarded,,309000,20250410 Ministry for Primary Industries,21375990,Request for Proposals,Open Competition,PRO2019-10 Refine SEFRA model parameterisation for at-risk protected species (seabirds),O - PRO2019-10,20190807,20190909,20200602,,Sole Agency,No,,"Test and refine input parameterisation and underlying structural assumptions of the multi-species seabird SEFRA model. An updated multi-species seabird risk assessment consistent with the SEFRA framework is expected in mid-2019 under PRO2016-06, to inform performance metrics under the updated NPOA-Seabirds. Outputs under the existing project will include incorporation of all seabird species into Risk Atlas, a flexible user interface that allows FNZ scientists and managers to query and disaggregate the spatial risk assessment model to answer particular management questions and test management scenarios at different spatial scales. The utility of this tool has recently been illustrated by its application to Maui and Hectors dolphins to inform stakeholder engagement and options development under the Maui-Hectors dolphin TMP.",Awarded,,131570,20250410 Ministry for Primary Industries,21376011,Request for Proposals,Open Competition,PSB2019-04 Black petrel population monitoring and distributional study,O - PSB2019-04,20190807,20190909,20200113,,Sole Agency,No,,"To collect information on demographic parameters to reduce uncertainty or bias in estimates of risk for black petrel. NPOA-seabirds 2013 gives high priority to research to understand the effects of fishing-related mortality on seabird species at highest risk and on factors that are leading to the greatest level of uncertainty in the risk scores. Specific guidance on areas where uncertainty can best be reduced for each seabird taxon comes from the sensitivity analysis of the current risk assessment.",Awarded,,109000,20250410 Ministry for Primary Industries,21408055,Request for Proposals,Closed Competition,Forestry Labour Requirments Survey,C - 20546,20190813,20190827,20200124,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,21419550,Request for Proposals,Closed Competition,20576 CSO VS Review of VS Operating and Delivery Model,C-20576,20190815,20190828,20190912,,Sole Agency,No,,"MPI, Verification Services review to ascertain how effective the 2017 restructure has been, in particular has the organisational benefits of the 2017 structural changes been realised. In addition, does the organisation remain well placed to meet future challenges as its operating environment continues to change.",Awarded,,0,20250410 Ministry for Primary Industries,21425727,Request for Proposals,Open Competition,BEN2019-01 Monitor the extent and intensity of bottom contact by trawl and dredge fishing in the Territorial Sea and Exclusive Economic Zone,O - BEN2019-01,20190823,20191115,20200217,,Sole Agency,No,,"To monitor the extent and intensity of bottom contact by trawl and dredge fishing for all inshore and deepwater target species in the Territorial Sea and Exclusive Economic Zone. This project will provide for the spatial description and monitoring of the seabed areas contacted by mobile bottom fishing gear (trawl and dredge) for the 2007/8 to 2018/19 fishing years for all inshore stocks and for the 1989/90 to 2018/19 fishing years for all deepwater stocks. The outputs from this project will support inshore and deepwater Fisheries Management in meeting their objectives provided in the respective management plans.",Awarded,,57500,20250410 Ministry for Primary Industries,21426006,Request for Proposals,Open Competition,BEN2019-04 A spatially explicit benthic impact assessment for inshore and deepwater fisheries in New Zealand.,O - BEN2019-04,20190823,20191011,20200602,,Sole Agency,No,,"Conduct a spatially explicit benthic impact assessment to describe and quantify the likely nature and extent of impacts to benthic taxa or communities by mobile bottom fishing methods in New Zealand. A wide variety of species are harvested on or near the seabed in New Zealands Territorial Sea (TS) and Exclusive Economic Zone (EEZ). Mobile bottom fishing methods that target these species can significantly impact benthic communities. Numerous studies have been conducted in New Zealand to understand the effects of fishing on different benthic habitats.",Awarded,,193500,20250410 Ministry for Primary Industries,21426051,Request for Proposals,Open Competition,"BEN2019-05 Development of a spatial decision support tool for managing the impacts of bottom fishing on in- zone, particularly vulnerable or sensitive habitats.",O - BEN2019-05,20190823,20191011,20200113,,Sole Agency,No,,"To develop the inputs for a decision support tool to support the spatial management of inshore and deepwater bottom fishing. Many of New Zealands inshore and offshore fisheries target fish and invertebrate species living on or near the seabed. Mobile fishing gear used to harvest these species can significantly impact benthic habitats. Management objective MO7 of the National Fisheries Plan for Deepwater and Middle-depth Fisheries Part 1A is to Manage deepwater and middle-depth fisheries to avoid, remedy or mitigate the impacts of deepwater fisheries on the benthic habitat. The draft inshore finfish plan includes an environmental objective to Minimise adverse effects of fishing on the aquatic environment, including on biological diversity.",Awarded,,149600,20250410 Ministry for Primary Industries,21426175,Request for Proposals,Open Competition,ZBD2019-11 Development of Electronic Automated Reporting System (EARS) to improve seabird bycatch monitoring,O - ZBD2019-11,20190823,20190919,20191029,,Sole Agency,No,,"Develop the Electronic Automated Reporting System (EARS) proof of concept through further development, ruggedization and at-sea trials. The opportunity lies in managing the declining population of seabirds by intervening with threats on the high seas. The current bycatch levels of seabirds, including the Antipodean Albatross is poorly known. We are concentrating on international distant water longline fishing fleets as what evidence there is indicates they are likely to be the major cause of Antipodean albatross mortality from incidental bycatch. While we acknowledge that other factors may play a role in their decline, reducing bycatch mortality is the one place that human intervention can be applied.",Not Awarded,Tender has been re-released following no responses received.,0,20250410 Ministry for Primary Industries,21426205,Request for Proposals,Closed Competition,MID2019-02 Routine age determination of middle depth and deepwater species from commercial fisheries and resource surveys,C - MID2019-02,20190816,20190910,20191029,,Sole Agency,No,,To age samples of middle depth and deepwater species from commercial fisheries and resource surveys as input data to the stock assessments for those species.,Awarded,,463410,20250410 Ministry for Primary Industries,21426327,Request for Proposals,Closed Competition,SBW2019-03 Stock assessment of southern blue whiting in SBW 6I,C - SBW2019-03,20190820,20190913,20191029,,Sole Agency,No,,"To carry out stock assessments of southern blue whiting (Micromesistius australis) around Campbell Island (SBW 6I), including estimating biomass and sustainable yields.",Awarded,,61790,20250410 Ministry for Primary Industries,21426368,Request for Proposals,Closed Competition,HAK2019-01 Stock assessment of hake in HAK4,C - HAK2019-01,20190820,20190913,20191125,,Sole Agency,No,,To carry out stock assessments of hake (Merluccius australis) on the Chatham Rise (HAK 1 and 4).,Awarded,,75450,20250410 Ministry for Primary Industries,21426402,Request for Proposals,Closed Competition,SCI2019-02 Stock assessment of scampi in SCI 6A,C - SCI2019-02,20190820,20191011,20191125,,Sole Agency,No,,To carry out a stock assessment of scampi (Metanephrops challengeri) in SCI 6A including estimating biomass and sustainable yields.,Awarded,,86840,20250410 Ministry for Primary Industries,21426424,Request for Proposals,Closed Competition,LIN2019-03 Stock assessment of ling in LIN7,C - LIN2019-03,20190820,20190913,20191029,,Sole Agency,No,,To carry out stock assessments of ling (Genypterus blacodes) from the west coast of the South Island including estimating biomass and sustainable yields.,Awarded,,71990,20250410 Ministry for Primary Industries,21447389,Request for Proposals,Open Competition,PMM2018-07 Updated spatially explicit fisheries risk assessment for New Zealand marine mammal populations,O - PMM2018-07,20190904,20190927,20201203,,Sole Agency,No,,"Deliver a fully spatially explicit marine mammal risk assessment (MMRA) using updated species spatial distribution inputs and updated demographic parameterisation, in a format that facilitates routine future update as new data become available, and management scenario evaluation. The management objectives specified require information to estimate fisheries impacts on non-target species such as marine mammals to ensure that any such impacts are consistent with policy objectives, domestic legislation, and international agreements.",Not Awarded,Contract awarded to Proteus Ltd.,0,20250410 Ministry for Primary Industries,21452243,Request for Proposals,Open Competition,"Vessel Replacement (Napier, Dunedin and Invercargill)",O-19782,20190820,20190917,20200218,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking to replace three compliance vessels in Napier, Dunedin and Invercargill that are coming to the end of their useful life with aluminium pontoon vessels. We are seeking suppliers that are able to demonstrate the following capability and capacity: a. Experience in providing vessels of a similar specification, size and nature; b. Experienced personnel undertaking, managing and supervising vessel construction; c. Ability to meet the specifications; d. Warranty and maintenance provisions; e. Strong quality and health and safety practices; f. Provision of realistic timelines including milestones.",Awarded,,0,20250410 Ministry for Primary Industries,21452402,Request for Proposals,Open Competition,M.bovis Epidemiology Risk Prioritisation,19771,20190820,20190918,20191204,,Sole Agency,No,,"MPI, DairyNZ, and Beef+Lamb NZ seek: a. Determination of whether risk-based criteria can be applied to Mycoplasma bovis suspect properties to prioritise these sites for operational visits and, if so, whether a cost-benefit analysis would favour such a risk-based prioritisation approach. This will include data analysis to determine whether reliable risk-based criteria can be identified, including whether characteristics of a high risk herd can be determined; and b. Identification of the risk factors for Mycoplasma bovis spread at farm and herd levels.",Awarded,,0,20250410 Ministry for Primary Industries,21494779,Request for Proposals,Open Competition,Picton Ferry Check Clean Dry Advocacy,C-20126,20190828,20190920,20200205,,Sole Agency,No,,"MPI wishes to purchase Advocacy Services (Services) to support the Check, Clean, Dry Advocacy Programme (CCD). For this Service, Advocates will engage with the public waiting to board Bluebridge and Interislander ferries at the Picton Ferry Terminal, targeting travellers more likely to be undertaking activities in lakes and rivers. Advocates will inform travellers about freshwater pests (including didymo) and how to prevent them from spreading.",Awarded,awarded to ESA,500000,20250410 Ministry for Primary Industries,21520717,Request for Proposals,Open Competition,Primary Industries Producer Research,O-20411,20190902,20191004,20200218,,Sole Agency,No,,"Primary Industries Producer Research MPI is expecting to invest $5 million over four years to enhance the Primary Industries Advisory Services (PIAS) system. As the users of the PIAS system, it is critical that producers (including farmers, growers, and foresters) behaviour towards, and their views of, the PIAS system are better understood. Especially if government is to support the system to more effectively meet producer and future sector needs in relation to productive and sustainable land use, and more effectively meet current and future food and fibre demands. To identify barriers and opportunities to develop a more effective primary industry advisory services system to meet future producer needs and aspirations, we need a better understanding of: how a diverse range of producers (e.g. farmers, growers, and foresters; Maori and non-Maori landowners; across New Zealand; from top achievers to mid-low performing) currently use the services of the primary industries advisors for support on sustainable and productive practices, as well as for other matters; what works/doesnt work in the current PIAS system from the primary producers point of view, and what would work better; and which factors (e.g. circumstantial , socio-demographic , psychological ,) explain whether an advisor is successful in encouraging behavioural change in primary producers. We also need a review of research published over the last 10 years on producers views and use of PIAS, including research undertaken in New Zealand and internationally. The Ministry is looking for providers to undertake mixed method social science research, have evidence of past high response surveying resulting in statistically sound samples and representative focus group participation.",Awarded,,168600,20250410 Ministry for Primary Industries,21532466,Request for Proposals,Open Competition,RFP Geospatial Operational Services,O - 19873 RFP,20190903,20191003,20200313,,Sole Agency,No,,"The procurement seeks the provision of geospatial analysis day to day operational services and project related work that can be deployed to support the Spatial Intelligence team in its delivery of geospatial services to the One Billion Trees grants and partnership fund (1BT), the Emissions Trading Scheme (ETS) and other Ministry for Primary Industries (MPI) land geospatial initiatives as required. This is a unique opportunity for you to form a strategic partnership with Te Uru Rakau (Forestry New Zealand) to improve its delivery of geospatial services across MPI. It is also a great opportunity for your people to be part of the provision of unique geospatial services supporting New Zealands primary sector.",Awarded,,0,20250410 Ministry for Primary Industries,21551958,Request for Proposals,Closed Competition,In-House Accredited Personnel Training Provider,C - 20734,20190906,20191003,20191125,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is seeking to enter into a biosecurity partnership with a Transitional Facility provider who will deliver Accredited Person Training in house. This is an opportunity to participate and contribute towards New Zealands biosecurity system. The Transitional Facility is required to train participants to a standard where they understand and are capable of performing the responsibilities attributed to an Accredited Person for the purpose of devanning containers under the Biosecurity Act 1993. Participants are expected to understand the process for notifying MPI of biosecurity risk when required and the importance this process and their role plays in the biosecurity system for New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,21569322,Request for Proposals,Closed Competition,Forestry and Wood Processing Workforce Research,C - 19743,20190910,20190925,20200117,,Sole Agency,No,,"The Forestry and Wood Processing Workforce Action Plan Working Group (hereby referred to as the Working Group) has identified a number of workforce roles of interest (about 30 roles) in the areas of forest growing and harvesting, wood processing and associated support services. The successful supplier would need to deliver a report which provides: 1. the number of people currently working in each of the defined roles, and 2. the number of people currently required to work in each of the defined roles (i.e. current labour shortfall). The data needs to be provided at national and regional levels. The successful supplier will need to review, and where necessary, clarify/refine the Working Groups roles classification (draft provided on request), and develop and deploy a questionnaire designed to elicit information on workforce numbers from the employers of forestry and wood processing staff. This will include the collection of information about the location and size of the forestry contractors. Employer contact details will be made available to the successful supplier through working group members.",Awarded,,0,20250410 Ministry for Primary Industries,21627538,Request for Proposals,Closed Competition,Post-Border Surveillance: Brown Marmorated Stink Bug (BMSB) Surveillance Programme,C-20730,20190918,20191007,20191202,,Cluster,No,,"MPI is seeking proposals for a Brown Marmorated Stink Bug (BMSB) Surveillance programme, initially for one year with possibility of 4 x 1 year rights of renewal subject to funding and at MPI's discretion. The programme will cover an estimated 45-55 sites nationwide. The contract will be awarded as a SOW under the Surveillance Panel Agreement.",Awarded,,0,20250410 Ministry for Primary Industries,21627587,Request for Proposals,Closed Competition,Patent Protection and/or Data Protection for ACVM,20710,20190918,20191010,20200218,,All of Government,No,,"New Zealand is currently negotiating a free trade agreement (FTA) with the European Union (EU), one of the world's largest trading entities. As part of the IP Chapter of the EU-NZ FTA, the EU is seeking extensions for agricultural compounds[1] and veterinary medicines (ACVM): 1) of up to 5 years of the patent term; and 2) of the term for protection of data submitted to regulators for applications under the ACVM Act. The purpose of this procurement is therefore to commission research on the economic impact that patent term extension and extended data protection for ACVM under the EU-NZ FTA might have on New Zealand.",Not Awarded,Contract Awarded to NZIER,0,20250410 Ministry for Primary Industries,21638659,Request for Proposals,Open Competition,Primary Industries Advisory Services System and Workforce Research,O - 20410,20190923,20191101,20200218,,Sole Agency,No,,"MPI is expecting to invest $5 million over four years to enhance the New Zealand Primary Industries Advisory Services (PIAS) system and an additional $127 million to support the primary sector to transition to be more productive and sustainable in its land use. It is critical we develop a better understanding of the current PIAS system, including current workforce and resource needs required by the system to engage effectively with New Zealand food and fibre producers including farmers, growers, fishers and foresters. This is key for the government to support the New Zealand primary sector to 1) keep transitioning to more productive and sustainable land and water use, and 2) more effectively meet current and future food and fibre consumer demands. The key outcome that we want to achieve is a comprehensive view of the New Zealand PIAS system and recommendations for system-focused strategic interventions to enhance the capability and the capacity of the New Zealand PIAS system to strengthen primary sector sustainability and resilience. Building the capability and capacity of the New Zealand Primary Industries Advisory Services (PIAS) system is a work stream within the Budget 2019 Productive and Sustainable Land Use (PSLU) programme. The New Zealand PIAS includes all people that provide advice to New Zealand food and fibre producers. One of the first steps of the PIAS work is to gain a better understanding of the current system, including current workforce, and identify gaps and resource needs to help identify potential interventions that could have the greatest impact in building capacity and capability. This procurement relates to the Budget 2019 Productive and Sustainable Land Use programme, and is closely related to the Primary Industries Producer Research RFP 20411 procurement.",Awarded,,316000,20250410 Ministry for Primary Industries,21653108,Request for Proposals,Closed Competition,Progress Review of Primary Growth Partnership (PGP) Sheep Horizon Three Programme,C - 20820,20190924,20191004,20200128,,Sole Agency,No,,"All PGP programmes are subject to a mid-term progress review. This review is intended to provide the co-investors in the Sheep Horizon Three PGP programme with an independent assessment of the programme. The key objectives of the review are to: 1. Assess programme progress to date as a whole, in each of the four objectives, and in particular; a. determine the likelihood of the programme delivering the expected outcomes; b. identify any unintended consequences (positive and/or negative); and c. assess the sustainability of the expected outcomes from the programme in the current economic and environmental context, including identification of any significant risks to achieving contracted outcomes 2. Assess internal and external factors affecting the programmes progress, including management and governance; 3. Has the Programme considered and documented the most significant risks and challenges to be solved in the course of managing and protecting Intellectual Property generated by the Programme both in New Zealand and overseas, and in a way that does not materially reduce the benefit of the Programme to New Zealand, and to ensure that contractual obligations are met; and 4. Deliver recommendations for the programme management during the remainder of the programme. The key outcomes that we want to achieve are: 1. The PGP partners will have an independent assessment of the progress made in the Sheep Horizon Three programme after three years, and of how the programme is tracking toward the expected outputs and outcomes. 2. The review findings will allow the programme partners to make informed decisions about the future direction of the programme.",Awarded,,0,20250410 Ministry for Primary Industries,21653668,Request for Proposals,Closed Competition,Progress Review of Primary Growth Partnership (PGP) W3 Wool Unleashed Programme,C - 20821,20190924,20191004,20200131,,Sole Agency,No,,"All PGP programmes are subject to a mid-term progress review. This review is intended to provide the co-investors in the W3 PGP programme with an independent assessment of the programme. The key objectives of the review are to: 1. Assess programme progress to date as a whole, in each of the four workstreams, and in particular; a. determine the likelihood of the programme delivering the expected outcomes; b. identify any unintended consequences (positive and/or negative); c. assess the sustainability of the expected outcomes from the programme in the current economic and environmental context, including the identification of any significant risks to achieving the contracted outcomes; 2. How well the programme is addressing the challenges and opportunities relative to the original business case, annual plans and outcome logic model; 3. How well the programme has identified the point at which the model is viable for both NZM and its suppliers beyond the life of the programme and without crown money, and the pathway to achieving this so that the programme delivers on its intended outcomes and claimed economic benefits; 4. How well the programme is addressing learnings to date and how these impact the programmes ability to deliver intended outcomes; 5. How well the programme has reviewed targets and KPIs relative to the means of achieving, monitoring and evaluating and critically assessing the feasibility of, and risk to achieving proposed targets; 6. How well the programme is addressing the historical and legacy issues of the strong wool industry and their impact on the programmes ability to deliver its intended outcomes, does the programme have the right plan to deliver the intended outcomes, what does the programme need to keep, remove, change, progress from its original plan to ensure delivery of intended outcomes; 7. Consider governance and oversight processes within the programme and how this cascades down to monitoring progress against specific contractual milestones objectives and ultimately the intended outcomes from the project; and 8. Deliver recommendations for the future strategy, direction and delivery of the programme. The key outcomes that we want to achieve are: 1. The PGP partners will have an independent assessment of the progress made in the W3 programme after four years, and of how the programme is tracking toward the expected outputs and outcomes. 2. The review findings will allow the programme partners to make informed de",Awarded,,0,20250410 Ministry for Primary Industries,21672615,Request for Proposals,Closed Competition,Real Time Animal Tracking Emerging Technologies RFP (Closed),19434P,20190930,20191029,20240116,,Sole Agency,No,,"MPI has evaluated the responses from the Animal Tracking Emerging Technologies ROI and is now engaging with the shortlisted respondents via this closed RFP. We are seeking elaboration and confirmation of your earlier proposal to confirm that your Proof of Concept and outputs will met the requirements. As the number of shortlisted respondents (3) is the number we are agreeing to contract with a satisfactory response will lead to an offer to contract being issued.",Not Awarded,This RFP was closed and did not go ahead,0,20250410 Ministry for Primary Industries,21679901,Request for Proposals,Closed Competition,HMS & Inshore - Marine Amateur Fisheries - MAF2019-01,C - HMS & Inshore - MAF2019-05,20190927,20191101,20191211,,Sole Agency,No,,"To continue the implementation of an integrated amateur harvest estimation system by providing annual indices of amateur effort and harvest in key stocks to inform fisheries management. This is a closed tender opportunity for the proposed Fisheries Research Services for 2019-20 for the HMS & Inshore Panel - Marine Amateur Fisheries arrangement with MPI. You are hereby invited to register your interest and submit a SoW proposal for the attached research opportunity under the Marine Amateur Fisheries sub-panel of HMS & Inshore Panel. As defined within the HMS & Inshore Agreement, panel members are requested to respond within five business days on the tender being released advising whether you intend to submit a proposal SoW. Therefore, upon review of the attached project, could you please complete the 'checklist' provided in the attachment and submit via email to erica.pope@mpi.govt.nz by 2pm, 4 October 2019, as per the pre-condition outlined in the SoW template. Following receipt of the checklist within the five day period, you can submit your completed SoW prior to the close date of 2pm, 1 November 2019, via this GETS tender.",Awarded,,1706800,20250410 Ministry for Primary Industries,21682449,Request for Proposals,Open Competition,Understanding the Role of Feral Pigs in Exotic Disease Incursions,O - 406062,20190927,20191029,20191202,,Sole Agency,No,,"This project relates to research services for a review on the key aspects needed to develop, implement and validate a disease spread model for New Zealand feral pigs, using a modelling output on the likelihood and mechanisms of the establishment of African Swine Fever (ASF) in feral pigs and its spread to other hosts, including domestic pigs. The key outcomes are a final report that includes details on the scope, methods, findings, recommendations and rationale from the project review. Recommendations that include details on models/modelling for a New Zealand setting that meet all of the requirements of the project.",Awarded,,0,20250410 Ministry for Primary Industries,21682569,Request for Proposals,Closed Competition,Optimising Menu Labelling for Consumer Use and Understanding,C - 406059,20190927,20191017,20191129,,Sole Agency,No,,"This consultancy services order relates to the purchase of research services to provide an understanding of New Zealand consumers awareness of, ability to use and likelihood of using, different formats of menu board labelling. Outcomes will inform discussions and decisions on any proposed menu board labelling for New Zealand. This research includes two objectives: 1) A Literature review of the current knowledge on consumer use and understanding of menu board labelling including any evidence of the effect of different formats, whether it is being used voluntarily or mandatory (if mandatory, by state vs country); and 2) Investigation of the influence of different menu board labelling formats relevant to New Zealand (including the current Australian format and an interpretive format using visual aids, such as ratings or colour coding etc.,) on the awareness of, understanding of and use of the energy information provided.",Awarded,,0,20250410 Ministry for Primary Industries,21689581,Request for Proposals,Open Competition,Biosecurity New Zealand Response Services RFP (20518),20518,20191001,20191114,20200615,,Sole Agency,No,,"Biosecurity New Zealand (a business unit of the Ministry for Primary Industries/MPI) is seeking proposals for the provision of operational management for preparation for (readiness), response to, and long term management of, biosecurity incursions. Biosecurity response means eradicating or containing pests, pathogens, animals, organisms, weeds and other living things, which either don't belong in New Zealand, or which can cause harm to humans, animals, plants, marine or terrestrial environments. Biosecurity NZ is looking for competent, credible providers who have the capability, capacity, experience, expertise and infrastructure to deliver robust, reliable biosecurity operational management services that support Biosecurity NZs readiness, response and long-term management programmes and New Zealands biosecurity system. Providers need to be able to demonstrate effective operations management skills along with the ability to scale up and down as dictated by the scale of a response and potential number of active responses at that point in time. There is the potential that a provider(s) from the panel could be contracted to manage multiple responses at a time. Providers will also be required to have a clear understanding of The Biosecurity Act 1993, MPI's Biosecurity System and Biosecurity 2025. At a high level, Biosecurity NZ is looking for solutions which can demonstrate: Sustainability; Scalability and flexibility; Robust business continuity; Public value which includes value for money, total costs and benefits; Broader outcomes, which are secondary benefits and include social, environmental, cultural and economic benefits; Quality of service; and Innovation and a future focus.",Awarded,,0,20250410 Ministry for Primary Industries,21702786,Request for Proposals,Open Competition,Identify the Key Risk Period for Overwintering Brown Marmorated Stink Bug (BMSB),O - 406075,20191001,20191024,20200129,,Sole Agency,No,,"This procurement relates to research to establish whether: The biological requirements of Brown Marmorated Stink Bug (BMSB) diapause present a barrier to successful movement between hemispheres BMSB moving within the Southern Hemisphere are able to survive a period of exposure to elevated temperatures on a vessel before re-entering a winter environment. BMSB are able to produce viable offspring from unfertilised eggs. The outcome of this research will be used to inform risk management decisions and will not only provide short term solutions, but establish longer term options for Biosecurity New Zealand to use on different import pathways for BMSB",Awarded,,0,20250410 Ministry for Primary Industries,21718563,Request for Proposals,Open Competition,Biosecurity Treatment Options for Brown Marmorated Stink Bug (BMSB) on Commodities in Trade,O - 406071,20191003,20191113,20200129,,Sole Agency,No,,"MPI requires the design and implementation of research into alternative treatment options to methyl bromide. The research will provide the level of efficacy to manage the risk of overwintering Halymorpha halys (brown marmorated stink bug; BMSB) on a range of commodities arriving at the New Zealand border. The key outcome that we want to achieve is the provision of science-based evidence to support a range of alternative treatment options to using MB. The treatment options tested will need to be used on a variety of commodity types and import pathways associated with BMSB. The scope for this project is to investigate a variety of different treatment options that provide at least 99.9% efficacy for overwintering adult BMSB. This will include, but is not limited to investigating: o Controlled atmospheres under a range of temperatures o Temperature (heat or cold) o Ethanedinitrile (EDN) o Ethyl formate o Use of insecticides with residual properties that can be applied through hot or cold fogging on inanimate cargo (e.g. Bifenthrin, Cyphenothrin, Permethrin, Silafluofen, and Esfenvalerate). The proposed research will need to be done outside of New Zealand and will need to be carried out in countries that have native BMSB populations. Due to this requirement a collaborative approach would likely be beneficial.",Awarded,,0,20250410 Ministry for Primary Industries,21763271,Request for Proposals,Open Competition,Deepwater Fisheries Research Panel - Refresh,O - 20886,20191011,20191106,20200602,,Sole Agency,No,,"New Zealands deepwater fisheries are those which predominantly occur in offshore waters beyond the 12 nautical mile limit of the territorial sea. Deepwater fisheries produced over NZ$650 in export earnings in the 2015 calendar year. The management of deepwater fisheries is based on the best available scientific information provided by a comprehensive research plan. The Ministry for Primary Industries (MPI) is seeking to form a panel of capable, independent research providers who can service deepwater research needs. This includes providers with capacity to design and complete abundance surveys and develop fisheries and environmental modelling. This Request for Proposal (RFP) is to complete a panel refresh to increase the capacity and capability of the Deepwater Research (Deepwater) panel for research providers who are capable of delivering research services in these areas through a sole agency open panel arrangement.",Awarded,,0,20250410 Ministry for Primary Industries,21803968,Request for Quotations,Closed Competition,M.bovis Epidemiology Surveillance Strategy,20749,20191018,20191025,20191204,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,21816356,Request for Proposals,Open Competition,ZBD2019-11 Further development of Electronic Automated Reporting System (EARS) to improve seabird bycatch monitoring,O - ZBD2019-11,20191022,20191125,20200217,,Sole Agency,No,,"Further develop the EARS mitigation monitoring system concept, starting with the current movement sensor, RFID and GPS solutions to a stage where the system is suitable for at sea trials on a distant waters commercial surface longline vessel. Conduct pre-high seas trials on a domestic New Zealand surface longline or equivalent vessel and demonstrate reporting capacity of EARS system. The opportunity lies in managing the declining population of Antipodean Albatross by intervening with threats on the high seas. The use of mitigation techniques have been shown to reduce seabird bycatch by up to 80-90% if used appropriately (e.g. Melvin et al 2004). We are concentrating on the monitoring of the international high seas longline fishing fleets due to the current uncertainty around mitigation usage and the evidence that they are likely to be the major cause of Antipodean albatross mortality from incidental bycatch. While we acknowledge that other factors may play a role in their decline, reducing bycatch mortality is the one place where current technology and management strategies can be applied.",Awarded,,165796,20250410 Ministry for Primary Industries,21831151,Request for Proposals,Closed Competition,SAM2019-02 Development of imaging analysis technology to determine ages from otoliths,C - SAM2019-02,20191024,20191118,20200309,,Sole Agency,No,,"To develop a database of high-quality, standardised otolith images for use in developing an automated ageing system using machine learning. Information on the age structure of fish species is essential to understanding stock recruitment and developing age-based fisheries stock assessment models. Otolith analysis is the standard method of age determination but this process is time consuming and represents a significant cost to Fisheries New Zealand. Digital image analysis could save a significant amount of time that is currently spent manually ageing otoliths as well as reducing subjectivity in otolith reading, which is currently dependent on the accuracy of the individual otolith reader. This would enable more otoliths to be read per year as well as providing a digital archive of otolith information.",Not Awarded,Contract was awarded to NIWA,0,20250410 Ministry for Primary Industries,21851897,Request for Proposals,Closed Competition,Evaluation of the Marbled Grass-fed Beef Programme,c-20977,20191029,20191111,20200117,,Sole Agency,No,,"Led by Brownrigg Agriculture and First Light Foods (the Partners), the vision for the Marbled Grass-fed Beef Primary Growth Partnerships Programme was to have New Zealand beef prized globally as a high quality, specialty centre of the plate meat. This would be achieved through the development of a high quality (marbled), grass-fed beef product that was produced as part of an integrated value-chain that connected the farmer to the consumer, and vice versa. This beef product would have marketable attributes that covered: production (grass-fed, non-GMO and antibiotic free); provenance; animal welfare; health benefits; and environmental sustainability, that positioned it as a premium product delivering additional returns to all parts of the value-chain.",Awarded,,0,20250410 Ministry for Primary Industries,21863684,Request for Proposals,Open Competition,New Zealand Wood Fibres Future Project Phase One,O-20986,20191031,20191212,20200228,,Sole Agency,No,,"The New Zealand government is seeking a suitably qualified Provider to deliver a commercially-oriented report that will support New Zealands move to a net zero emissions economy by 2050. The report must identify internationally competitive potential investment opportunities using plantation forest biomass. The focus is on substituting this renewable biomass as the feedstock in products and markets that would otherwise use non-renewable or petroleum-based feedstocks. This report will provide a base of information which will inform advice to Ministers on whether to proceed to Stage Two of the New Zealand Wood Fibres Futures Project. Stage Two, tendered separately, will be a significant piece of work focused on working with key stakeholders, potential investors and Government to develop a detailed implementation roadmap based on opportunities identified in Stage One [~NZ$750,000]. The New Zealand Government requires a robust and commercially orientated report that answers the following questions: Whats possible in the short-term: 1. Looking at a 5 to 10 year time-frame, what are the internationally competitive investment opportunities for New Zealand to develop plantation forest biomass based products considering New Zealands existing forestry resources (including residues), feasible silviculture regime changes, processing infrastructure and the range of existing and emerging technologies? Whats possible in the long-term: 2. Taking a 30 year time-frame, what are potential commercial investment opportunities and development paths available to New Zealand that: could adapt the current forestry industry (mainly focused on export logs and solid wood); leads to innovation in production systems to produce onshore a wider range of renewable products from tree-derived biomass; contributes to New Zealands future move to a net zero emission economy. Alternative tree growing systems and, both large scale processing and small scale distributed options are in-scope. For both questions above, we require the following: 3. A preliminary assessment of what might be required from commercial parties and the government to successfully execute these opportunities. 4. A ranked short-list of 3-6 potential opportunities that would warrant further investigation. We want to know why you have ranked them in this order, what you have included and excluded and why. 5. Recommendations for further work and next steps.",Awarded,,300000,20250410 Ministry for Primary Industries,21875709,Request for Proposals,Open Competition,Highly Migratory and Inshore Fisheries Research Panel,O - 19618,20200318,20200417,20200630,,Sole Agency,No,,This Request for Proposal (RFP) is to put in place a panel of research suppliers who are capable of delivering research services in the areas of highly migratory and inshore fish species (HMS & Inshore).,Awarded,,0,20250410 Ministry for Primary Industries,21875767,Request for Proposals,Closed Competition,20829 Exotic Hardwood Carbon Tables,20829,20191101,20191126,20200325,,Sole Agency,No,,"MPI requires research services to determine whether the existing default Exotic Hardwoods tables can be applied or modified to apply to plantings of poplar and willow species to determine their eligibility for inclusion in the Emissions Trading Scheme (ETS). This project will be in two parts: 1. Field research to: a. identify poplar/willow species most commonly used in plantings, for both wide and narrow canopies b. the typical crown diameters expected at maturity for three broad climatic zone c. for the same zones, for typical stands determine stocking, age, diameter at breast height and average whole stem wood density. 2. Literature review to determine the most applicable allometric equation to estimate individual tree poplar/willow carbon stocks under New Zealand conditions and based on the findings of the field research address four separate questions using a wood density adjusted or a stock adjusted version of the default Exotic Hardwood tables results in important differences in carbon stocks and/or delivers important gains in the accuracy of carbon stocks determined for the stands sampled.",Awarded,,279900,20250410 Ministry for Primary Industries,21883575,Request for Proposals,Closed Competition,20941 Provision of Clinical Supervision,20941,20191104,20191125,20191218,,Sole Agency,No,,"MPI Managers, staff and agencies contracted to assist with providing support to affected farmers and communities (such as the Rural Support Trusts) have been working in the Mycoplasma bovis (M.bovis) eradication programme with limited support since a response was initiated in July 2017. Throughout this time, managers and staff have not had access to clinical supervision services to assist them to manage, develop, evaluate and improve their work practices. Staff working with farmers on the M.bovis programme regularly face difficult, complex and often challenging situations. Since the early 1970s, professions working in similar circumstances recognised the need of practitioners to have access to supervision either at a collegial or senior level. This realisation resulted in the establishment of supervision, often referred to as clinical supervision, with practitioners engaging with appropriately trained, qualified and experienced persons who assist them to enhance their professional skills, knowledge, and attitudes in order to achieve and maintain competency to provide quality care. Supervision provides a safe, supportive opportunity for staff to reflect on their own feelings, behaviour and approach to their clients and then engage in critical reflection to raise and explore issues and discover new ways of handling both the situation and their response. Supervision is required for a maximum of 80 managers and staff, approximately 35 MPI managers and staff members working within MPIs M. bovis programme, plus potentially a number of staff from support agencies engaged by MPI to work directly with famers affected by M. bovis. Some of the contracted support agencies may already have arrangements in place whereby their staff in the field already have access to supervision. Therefore, the intent (outcome of this procurement) is to have a contract in place with a reputable supplier who is able to deliver nationally a regular service to a maximum of 80 managers and staff.",Awarded,,150000,20250410 Ministry for Primary Industries,21917591,Request for Proposals,Open Competition,17683 Provision of Event Management Services,17683,20191111,20191206,20200316,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) hosts exhibits at a number of external events such as agricultural field days, Agricultural and Pastoral (A&P) Shows and other events that fit with its core business. We need external expertise to assist us to: design the content for exhibits construct and install exhibits at events manage the logistics (primarily transportation and storage of the exhibits themselves) manage the digital elements, and pack down and store exhibits, following completion of the event. MPI is looking for a supplier with proven creativity, capability, experience, flexibility and infrastructure to deliver the services required for specific events, as and when required by MPI. They need to have a track record of being able to work collaboratively with their customers, and in the management and implementation of exhibits at events.",Awarded,,500000,20250410 Ministry for Primary Industries,21931913,Request for Proposals,Open Competition,Assessment of Methyl Bromide Fumigation Recapture Regimes,O - 406064,20191113,20191212,20200214,,Sole Agency,No,,"Methyl bromide (MeBr) is a key biosecurity treatment chemical used for the control of unwanted pests on imported goods. It is also used in phytosanitary treatments for various export products to meet importing countries phytosanitary requirements. Unused MeBr during fumigation needs to be recaptured or destroyed to control its ozone depleting effect and improve safety of workers and bystanders. This project is to conduct a survey of the recapture technologies and to determine the performance of recapture technologies currently used in New Zealand. The survey will cover key commodities that require MeBr treatment and representative treatment conditions used in New Zealand. Findings will inform decision-making on the use and communication of MeBr for biosecurity treatment.",Awarded,,0,20250410 Ministry for Primary Industries,21945771,Request for Proposals,Open Competition,Ornamental Fish What Are the Risks,O - 406087,20191115,20191213,20200129,,Sole Agency,No,,"MPI requires updated information regarding pathogen susceptibility and temperature tolerances of species approved for import into New Zealand through the Import Health Standard (IHS) Ornamental Fish and Marine Invertebrates (13 April 2017). This RFP relates to a desktop study to prioritise ornamental fish and marine invertebrates (hereafter known as ornamental fish) for further investigation and assess the literature regarding their pathogen susceptibility and temperature tolerances. Findings from this project will be used to update MPIs risk assessments of pest and pathogen introduction and spread, assist us in prioritising and optimising pathogen testing, and inform our decision making regarding the importation of ornamental fish into New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,21945945,Request for Proposals,Open Competition,Investigating the Use of Electrical Stunning for Humane Slaughter of Crustaceans in New Zealand,O - 406074,20191115,20191211,20200131,,Sole Agency,No,,This RFP is for research to investigate the performance of commercially available electrical stunning devices for New Zealand crustacean species. The output will provide support to MPIs implementation of relevant regulations and minimum standards and ensure that our animal welfare requirements and guidance remain in line with international science and best practice.,Awarded,,0,20250410 Ministry for Primary Industries,21960644,Request for Proposals,Closed Competition,Including Forest Management in New Zealand's 2030 target,C-406118,20191121,20200128,20200528,,Sole Agency,No,,"Ministry for Primary Industries (MPI) require forest modelling and carbon projections to be completed to assist in setting the baseline forest management reference level over 2021 2030. The forest reference level provides a projected baseline of net emissions for forests categorised under forest management within New Zealands 2030 emissions reduction target. These forests comprise of pre-1990 forest (planted and natural forests) and post-1989 forests that have reached their average carbon stock and transitioned to forest management. MPI require modelling and research to be undertaken to determine the potential additional carbon that could be stored in pre-1990 forests for growth above baseline business and usual levels.",Awarded,,0,20250410 Ministry for Primary Industries,21963409,Request for Proposals,Open Competition,Food and Nutrient Intake Survey of Young Children in New Zealand,O - 406047,20191120,20191218,20200131,,Sole Agency,No,,"Ministry for Primary Industries requires research services to collect food intake data on older infants and toddlers in New Zealand. Young children are a vulnerable population group to food-related risks (e.g. contaminants, excessive nutrients, agricultural compounds) due to their small body size. Dietary intake data will allow MPI to conduct scientific risk assessments to ensure the safety and suitability of the New Zealand food supply for this vulnerable population group. This project aims to provide up to date information on the food and nutrients consumed by older infants (aged 6-12 months) and toddlers (aged 1-3 years) in New Zealand by collecting food intake data for these age groups. We have limited data on the diets and nutrient intake of older infants and young children in New Zealand, particularly amongst those families living in geographic areas of higher socio-economic deprivation. Given the current Government focus on child poverty and wellbeing, as a priority, data collection should focus on children from geographic areas with higher levels of deprivation.",Awarded,Awarded to Professor Rachael Taylor,0,20250410 Ministry for Primary Industries,21968472,Request for Proposals,Closed Competition,Evaluation of the Precision Seafood Harvesting Programme,C - 21106,20191121,20191204,20200204,,Sole Agency,No,,"All PGP programmes are subject to end of programme evaluation. The evaluation is commissioned by the Ministry for Primary Industries (MPI) Sustainable Food and Fibre Futures team. It focuses on the achievements and expected outcomes from the Programme. It will also review the Programmes execution and governance, and identify any lessons from the Programme that would benefit other MPI investment programmes",Awarded,Awarded to Maven Consulting,80000,20250410 Ministry for Primary Industries,21968772,Request for Proposals,Open Competition,ICT Applications Development Panel,19802,20191122,20191219,20200330,,Sole Agency,No,,"MPI operates a model leveraging third party skill sets and capability to provide technology services to MPI. By engaging third party services with specialist skills this creates the capacity to provide multiple service demands for packages of work for both Business as Usual (BAU) activities and new project initiatives. To meet these business demands a robust, broad ranging, flexible, scaleable, and on-demand solution is required through a panel of strategic technology partners with the right blend of skills coverage, responsiveness and competitive pricing. MPI will offer a three year term for this panel, with three additional one year optional extensions.",Awarded,"Legacy Service Tower: Catalyst.Net Limited, Fujitsu New Zealand Limited, Optimation New Zealand Limited, Solnet Limited Current Service Tower: Optimation New Zealand Limited, Provoke Solutions NZ, Solnet Limited Test Service Tower: Planit Testing Services Limited, Qual It Solutions Limited BI Service Tower: Datacom, Nicholson and Provoke GIS Service Tower: Eagle Technology Limited, E-Spatial Limited, and Geographic Business Solutions Ltd.",0,20250410 Ministry for Primary Industries,22010698,Request for Proposals,Open Competition,"Residues, contaminants, microbiological indicators and integrity: Operating and testing assurance programmes",O-20568,20191129,20200228,20201211,,Sole Agency,No,,"New Zealand Food Safety (NZFS), as a business unit within the Ministry for Primary Industries (MPI), provides policy and regulatory advice, market access and trade services, and manages the food safety regulatory system. NZFS leads New Zealand's food safety system, protecting the health and wellbeing of consumers here and overseas. We help guard the international reputation of New Zealand food products and set and monitor food standards. This RFP is for a range of coordination of sampling, testing, technical expertise and support services for the NZFS Assurance Programmes: National Chemical Contaminants Programme (NCCP), Independent Verification Programme (IVP), National Chemical Residues Programme (NCRP), and the Food Residues Survey Programme (FRSP). The services we are looking or are an essential component of the NZFS Assurance Programmes. Involvement will be challenging and demanding at times, but offers an opportunity to actively contribute to MPI's vision that New Zealand will be the world's most sustainable provider of high-value food and primary products.",Awarded,,5000000,20250410 Ministry for Primary Industries,22017004,Request for Proposals,Open Competition,20957 Provision of Epidemiology Professional Training Programme,20957,20191202,20200203,20201001,,Sole Agency,No,,"New Zealand needs a skilled work force to manage animal health status which underpins our export trade. While it has the good fortune afforded by being a remote island, New Zealand must maintain status in the face of increased exposure through multiple pathways and by climate change. One of the core skills identified for increased capacity is that of epidemiology skills. Providing ongoing, and formally recognised, professional development, and/or tertiary education in epidemiology and a career pathway for epidemiologists in New Zealand is a priority. The Ministry for Primary Industries (MP)I has been tasked with developing and enabling access to a formally recognised professional development programme at the operational level to increase the career pipeline intake and increase the available expertise necessary to manage responses to animal health and biosecurity issues. In providing access to this training, MPI aims to support other programmes including Government Industry Agreements and collaboration with offshore partners to develop technical expertise in the area of epidemiology. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver epidemiology training within New Zealand and overseas locations, if required. MPI requires the training programme to be delivered within New Zealand and may also require the programme to be delivered internationally.",Not Awarded,,0,20250410 Ministry for Primary Industries,22071434,Request for Proposals,Open Competition,National Certification Scheme for Farm Enviornment Plan Advisors,20988,20191210,20200210,20201221,,Sole Agency,No,,"NATIONAL CERTIFICATION SCHEME FOR FARM ENVIRONMENT PLAN ADVISORS Farm environment plans (FEPs) are becoming increasingly important as a vehicle for delivery of producer actions that demonstrate they have identified risks on their property to water quality, and have identified actions that can be taken to minimize those risks. There is also increasing interest by government and primary industry bodies in using farm environment plans to help address fresh water management. We are looking for a Provider to implement the certification scheme and associated competency framework developed by New Zealand Institute of Primary Industry Management (NZIPIM) to certify farm environment plan advisors. This national scheme will, at least initially, fulfil the requirements for certification of fresh water farm environment plan advisors, with recognition that some enhancements will likely be needed as the scheme is implemented. What we need The Provider of the proposed scheme will ensure that the certification process for advisors is robust and maintained to achieve high standards of competent advisors. The Provider must understand the rural professional/primary industry advisor sector, environmental issues, national legislation and regional sector requirements for producers (farmers, growers and foresters) to develop farm environment plans, as well as have experience and expertise in competency-based assessment schemes. A bit about us MPI provides policy and regulatory advice, market access and trade services, and manages major regulatory systems of biosecurity, food safety, forestry, fisheries management, and animal welfare. MPI also has strong relationships with other government agencies, primarily within the economic, border, and natural resources sectors. With the New Zealand economy set to grow, MPI's important role in leading, regulating, and enabling the primary sectors will only increase. This RFP is a partnership between central government (MPI and MFE), regional councils, DairyNZ and Beef + Lamb NZ (B+LNZ). We have an interest in getting credible primary industry advisors who can assist farmers and growers, and provide information to industry and regulatory authorities.",Awarded,,0,20250410 Ministry for Primary Industries,22077311,Request for Quotations,Closed Competition,18014 RFQ to lease a RTT110 and 920CT scanners,18014,20191211,20191219,20200817,,Sole Agency,No,,MPI is seeking quotes to lease a RTT 110 and a 920CT scanner with additional features as set out in the RFQ documentation.,Awarded,,0,20250410 Ministry for Primary Industries,22089259,Request for Quotations,Closed Competition,M.bovis Alternative Data Sources,21013,20191213,20200121,20201020,,Sole Agency,No,,Analysis of alternative sources of animal movement data.,Not Awarded,,0,20250410 Ministry for Primary Industries,22095685,Request for Proposals,Open Competition,M.bovis Descriptive Analysis of Stock Movement Data,21113,20191216,20200207,20200918,,Sole Agency,No,,,Not Awarded,University of Melbourne awarded contract.,0,20250410 Ministry for Primary Industries,22166228,Request for Proposals,Closed Competition,Evaluation of the seed and nutritional technology development programme for Sustainable Food and Fibre Futures,C21262,20200115,20200207,20200305,,Sole Agency,No,,See Attachments,Awarded,,50714,20250410 Ministry for Primary Industries,22182358,Request for Proposals,Closed Competition,Afforestation and Deforestation Intentions Survey,C - 406117,20200116,20200228,20200629,,Sole Agency,No,,The Ministry for Primary Industries (MPI) requires an external supplier to gather and analyse the current and future deforestation intentions of exotic plantation forest and afforestation intentions of exotic and native forest land owners/managers.,Awarded,,0,20250410 Ministry for Primary Industries,22196416,Request for Proposals,Closed Competition,C-21282 Guidance for Regional Councils on the Use of Overseer in Regional Plans and Consenting,C - 21282,20200121,20200205,20200214,,Sole Agency,No,,"Overseer is a farm-level decision support system used to advise on the management of nutrients and greenhouse gas emission from an individual farm. It is widely used throughout New Zealand by pastoral (dairy, beef, sheep, and deer) farmers and their advisors. It can provide farmers with valuable information when making judgments about farm management. Different councils currently use Overseer differently. Seven councils do not explicitly reference Overseer in their regional policy statements or resource management plans. However, even where councils do not explicitly reference Overseer in these documents, they may still use it. To support councils we need best practice guidance developed for designing plan provisions that use Overseer as part of a framework involving nitrogen-loss limits for regional councils. This Request for Proposal (RFP) offers suppliers an opportunity to put in a proposal for the delivery of best practice guidance to using Overseer in a regulatory environment to support the PSLU package. The package was in part a response to the Parliamentary Commissioner for the Environments recent report, Overseer and regulatory oversight which made 10 recommendations for Overseer to continue to be confidently used in a regulatory context. The Government agrees with each of recommendations in principle and has developed a work plan to improve the accuracy of Overseers modelled estimates. This includes: a formal uncertainty and sensitivity analysis; a whole-model peer review by an independent and interdisciplinary team; field trials to better calibrate Overseer for a wider range of soils, climates and farm systems; and investment in underlying databases, such as S-map. To complement these technical improvements, the Ministry for the Environment with support from the Ministry for Primary Industries would like to work with suppliers who have access to scientists and expert planners to develop the guidance for the use of Overseer as part of a framework involving nitrogen-loss limits; in particular for use in regional council planning provisions and consenting processes",Awarded,,98550,20250410 Ministry for Primary Industries,22201967,Request for Proposals,Closed Competition,ORH2019-02 Research Provider,C - 406280,20200123,20200218,20200602,,Sole Agency,No,,"Overall Objective: To estimate the abundance of orange roughy (Hoplostethus atlanticus) in selected areas of ORH 3B. Specific Objectives: 1. To estimate the abundance of orange roughy from an acoustic survey with a target coefficient of variation (c.v.) of the estimate of 20-30% in July 2020 for the Northwest Chatham Rise. 2. To estimate the abundance of orange roughy from an acoustic survey with a target coefficient of variation (c.v.) of the estimate of 20-30% in July 2020 for the main spawning plumes in the East and South Chatham Rise stock.",Not Awarded,"MPI has had to cancel the ORH2019-02 Estimation of the abundance of orange roughy using acoustic surveys (ORH 3B Northwest Rise and East and South Chatham Rise) (Research Provider) project, due to the unavailability of a vessel during the required period and subsequently it was discovered the project was not included in the levy process last year.",0,20250410 Ministry for Primary Industries,22208213,Request for Proposals,Open Competition,Forestry Management and Associated Services,O - 21143,20200128,20200304,20200527,,Sole Agency,No,,"Crown Forestry, a business unit of Te Uru Rakau, administers the Crowns interest in a range of commercial forestry assets. As part of the One Billion Tress (1BT) programme, Crown Forestry have entered into new forestry rights with landowners across NZ, adding to the portfolio of existing forests under various lease agreements. Crown Forestry engage management contractors to manage the day to day operational management of our forests. This Request for Proposal (RFP) relates to the purchase of forestry operations and management services, for seven Northland properties.",Awarded,"Northland Forest Manager have been awarded the contract to the following properties: Simpkins Waiotira Waimatenui Owhata Rd Wairea",0,20250410 Ministry for Primary Industries,22211212,Request for Proposals,Closed Competition,"Ecological Assessments of Potential Aquaculture Sites in Eastern Bay of Plenty, New Zealand",C - 21201,20200124,20200218,20201016,,Sole Agency,No,,"Fisheries New Zealand is working with Bay of Plenty (Te Moana-a-Toi) Iwi and Te Ohu Kaimoana Limited to develop a Regional Agreement under the Maori Commercial Aquaculture Claims Settlement Act 2004. Iwi are interested in the possibility of receiving authorisations to develop aquaculture space within the Bay of Plenty region as part of their settlement package. To assess whether there is suitable aquaculture space requires undertaking due diligence to identify potentially viable new aquaculture space to grow fish, shellfish, and seaweeds to enable all parties to make an informed decision. This work will expand on a preliminary desktop assessment Bay of Plenty Aquaculture Review (Cawthron Report No. 3260) that identifies several new areas as potentially viable for new aquaculture (attached). These areas are about 3-15km offshore in 30-60m water depth. Some of these areas are close to the now operating 3,800 hectare Eastern Seafarms Ltd mussel site off Opotiki.",Awarded,,0,20250410 Ministry for Primary Industries,22231308,Request for Proposals,Open Competition,21293 Tiaki m.bovis Part Two,21293,20200129,20200221,20200402,,Sole Agency,No,,"In August 2019, the Tiaki M. bovis Part One project delivered the initial system to support MPIs M. bovis Programme. This was built on the Salesforce platform and provided basic response information, e.g. information relating to farmers and properties. This project, Tiaki M. bovis Part Two, will extend the functionality delivered in Part One. Interfaces will be implemented between other systems to access information from one centralised repository. MPI has commissioned a Discovery and Design phase for Part Two for Tiaki that will: ? gather and document High Level Requirements to scope Part Two of the project, ? start capturing Detailed Requirements in User Story format, ? start documenting a Solution Architecture Document (SAD) to be evolved during the course of Part Two to become an as built artefact, ? identify the options for delivering a Build and Implementation phase, including a recommended option for approval by the Project Board. This will include time and cost, ? on board a Salesforce Development Partner to work with the project team to identify time and cost to implement the Requirements and work collaboratively with the project team on the Build and Implementation phase, ? result in the development of a Business Case to secure funding for the Build and Implementation phase for Part Two, and subject to approval by the Ministry for Primary Industry (MPI)s Finance Investment Committee, ? start the set up and planning of the Build and Implementation phase.",Awarded,Note: The value of the contract is in relation to an initial project deliverable only.,53000,20250410 Ministry for Primary Industries,22242548,Request for Proposals,Closed Competition,21271 - Audit Co-Sourcing Arrangement,C21271,20200203,20200213,20200424,,Sole Agency,No,,See attachements,Awarded,,0,20250410 Ministry for Primary Industries,22264765,Request for Proposals,Open Competition,Marine Environmental Value Mapping Refresh,O - 405751,20200204,20200305,20200406,,Sole Agency,No,,"An earlier research programme conducted by MPI identified and mapped a range of subcomponents of environmental values around New Zealands coastline. The resulting dataset comprises 14 attributes of marine environmental subcomponents, derived from over 200 spatially explicit data sources. This work is to update this data set, including the identity, characteristics and locations of important coastal values, to maintain their accuracy and utility.",Awarded,,0,20250410 Ministry for Primary Industries,22267313,Request for Proposals,Closed Competition,End of Programme Evaluation of Primary Growth Partnership (PGP) SPATnz,C21284,20200205,20200211,20200312,,Sole Agency,No,,"All PGP programmes are subject to end of programme evaluation. The evaluation is commissioned by the MPI Sustainable Food and Fibre (SFF) Futures team and focuses on the achievements and expected outcomes from the Programme. It will also review the Programmes execution and governance, and identify any lessons from the Programme that would benefit other MPI investment programmes.",Awarded,,0,20250410 Ministry for Primary Industries,22327789,Request for Proposals,Open Competition,Whakaari/White Island Seafood Safety Research,O - 406289,20200219,20200320,20200520,,Sole Agency,No,,"Ministry for Primary Industries requires research services to deliver a monitoring programme to further our understanding of the food safety risks associated with consuming shellfish, crayfish and finfish around Whakaari/White Island. The monitoring would include sample collection as well as analytical testing for toxic elements such as arsenic, cadmium and mercury. The research will be delivered through a PhD programme to enable the development of novel solutions to understanding contaminant behaviours and collaborate with local entities, in particular by incorporating Matauranga Maori.",Awarded,,0,20250410 Ministry for Primary Industries,22328771,Request for Proposals,Closed Competition,Management Strategy Evaluation and Harvest Control Rule development for scampi,C - SCI2017-03,20200327,20200429,20210111,,Sole Agency,No,,"This is a closed tender opportunity to all the panel members on the Informing Management category of the Deepwater Research Panel. Overall Objective: 1. To undertake a Management Strategy Evaluation (MSE) to inform future management of scampi stocks. Specific Objectives: 1. Develop an operating model to test alternative management strategies for scampi 2. Determine appropriate reference points, target biomass range and a Harvest Control Rule that are consistent with agreed management objectives.",Awarded,,60000,20250410 Ministry for Primary Industries,22371519,Request for Proposals,Closed Competition,Understanding the Supply Chain and Use of Frozen Raw Fruits and Vegetables in Uncooked Blended Beverages and Desserts,C-406055,20200227,20200319,20200511,,Sole Agency,No,,"MPI is looking to commission a piece of research to identify: Who the consumers and food businesses are that prepare uncooked blended beverages and desserts using raw frozen produce. The types of raw frozen produce commonly used by the consumers and food businesses. The supply chain routes for delivering the frozen raw produce to the consumers and food businesses. What related activities the businesses do in the supply routes.",Awarded,,0,20250410 Ministry for Primary Industries,22377812,Request for Proposals,Closed Competition,Independent final evaluation of our FoodPlus PGP Programme,C21349,20200228,20200311,20200602,,All of Government,No,,"All Primary Growth Partnerhsip (PGP) programmes are subject to end of programme evaluation. The evaluation is commissioned by the Ministry for Primary Industries (MPI) Sustainable Food and Fibre Futures team. It focuses on the achievements and expected outcomes from the Programme. It will also review the Programmes execution and governance, and identify any lessons from the Programme that would benefit other MPI investment programmes. The evaluation will assess the achievements and expected outcomes from the Programme. The reviewer will also assess the Programme against its key performance indicators and the delivery of the targeted economic benefits to the Partners, fishing industry and New Zealand economy. The evaluation will review programme management and governance and draw any lessons that would benefit other programmes and/or the SFF Futures portfolio going forward.",Awarded,,0,20250410 Ministry for Primary Industries,22475437,Request for Proposals,Closed Competition,M.bovis Life Style Block Owners Survey,21353,20200331,20200406,20200616,,Sole Agency,No,,Biosecurity risks and perceptions of risks by life style block owners.,Awarded,,0,20250410 Ministry for Primary Industries,22515490,Request for Proposals,Open Competition,Highly Migratory and Inshore Fisheries Research Panel (2),O - 19618,20200406,20200529,20200630,,Sole Agency,No,,"This Request for Proposal (RFP) is to put in place a panel of research suppliers who are capable of delivering research services in the areas of highly migratory and inshore fish species (HMS & Inshore). Due to the implications of COVID-19, some suppliers are now no longer in a position to be able to respond to the original HMS & Inshore RFP, that is due to close on 17 April 2020. Given these circumstances, it has been agreed that this additional RFP has been set up on GETS and has an end date of 5pm, 29 May 2020. The RFP documentation provided in this GETS listing is the same as the original RFP, with respondents subject to the same evaluation criteria.",Awarded,,0,20250410 Ministry for Primary Industries,22567669,Request for Proposals,Closed Competition,HOK2020-02 Land-based sampling of hoki,C - HOK2020-02,20200423,20200506,20200904,,Sole Agency,No,,"Overall Objective: 1. To determine the catch at age from the main hoki spawning fisheries as input data to the stock assessment of this species. Specific Objective: 1. To collect otolith samples from commercial landings of hoki from Cook Strait and inside the 25 nautical mile line on the west coast of the South Island during winter 2020, 2021 and 2022.",Awarded,,327190,20250410 Ministry for Primary Industries,22685514,Request for Proposals,Open Competition,Connecting Food with New Zealanders,O - 21591,20200518,20200525,20200629,,Sole Agency,No,,"The Ministry for Primary Industries is interested in innovative solutions that connect consumers with primary products under COVID-19 Alert level restrictions. Solutions should be focused on at least one of the following: getting fresh product moving through supply chains where there is significant risk of food wastage due to COVID-19 restrictions; or addressing other critical food supply vulnerabilities exacerbated by COVID-19. A portfolio of up to five unique projects will be provided with initial funding of up to $100,000 each for development. If successful, projects may then be eligible for further funding for trialling.",Awarded,Contracts to be signed,0,20250410 Ministry for Primary Industries,22711945,Request for Proposals,Closed Competition,ZBD2020-07 Recovery of Seamount Communities,C - ZBD2020-07,20200522,20200618,20201019,,Sole Agency,No,,"Overall Objective: To understand the nature and time-scale of changes and recovery dynamics of benthic invertebrate communities on seamounts following closure of certain areas to bottom trawling. Specific Objectives: 1. To repeat the quantitative photographic survey of benthic invertebrate communities on features of the Graveyard Knolls complex. 2. To assess changes in benthic communities since the first survey in 2001.",Awarded,,502880,20250410 Ministry for Primary Industries,22772829,Request for Proposals,Open Competition,"Body Worn Camera equipment, accessories and software",O-21585,20200605,20200703,20210925,,Sole Agency,No,,"The Ministry for Primary Industries and Department of Corrections are making a joint approach to market for the supply of Body Worn Cameras, accessories and software for the archiving and management of footage captured by the camera equipment.",Awarded,,0,20250410 Ministry for Primary Industries,22811252,Request for Proposals,Open Competition,Incident and Risk Management System,O - 21512,20200612,20200710,20210308,,Sole Agency,No,,"Ministry for Primary Industries (MPI) has identified the need for an incident and risk management system. MPI requires a system that provides a great user experience, is easily managed, and provides reporting that allows for quick data retrieval and valuable insight and ensures compliance with legislative and regulatory requirements. The system will help ensure MPIs compliance with the legislative requirements of the Health & Safety at Work Act 2015 and the Privacy Act 1993, as well as the Governments expectation under the Protective Security Requirements. MPI need health, safety, security and privacy risk and incident information across MPI available in one centralised repository to reduce duplication and increase visibility and consistency. System is to be a configuration of a base system to meet MPI requirements and not a customisation.",Awarded,,0,20250410 Ministry for Primary Industries,22845835,Request for Proposals,Closed Competition,M.bovis Science Programme: Exit Interviews Project,21588,20200619,20200710,20201007,,All of Government,No,,"MPI and its GIA industry partners (DairyNZ and Beef+Lamb NZ) wish to engage a supplier to undertake interviews with farmers/People In Charge of Animals (PICAs) to better understand and measure the social impacts of the M. bovis Response. Research results will enhance future decision-making in the programme. Understanding the social impacts of eradication will ensure key Government agencies, industry organisations, and rural organisations have information to analyse and evaluate the ongoing impacts on farmers/PICAs of the M. bovis Programme.",Awarded,,0,20250410 Ministry for Primary Industries,22847396,Request for Proposals,Open Competition,M. bovis Science Programme: Measuring Economic Impacts of Biosecurity Incursions,21577,20200619,20200720,20201021,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) and the Government Industry Agreement (GIA) partners seek to better understand and measure the economic impacts of M. bovis specifically and biosecurity incursions impacting on cattle generally, to enhance future decision-making. We wish to engage with a supplier to work with us to determine the inputs and specifications to a cost benefit analysis (CBA) framework and then develop the framework, a decision support flow chart, and a case study analysis of M. bovis. The successful supplier will work and provide advice to a steering group made up of economists, business managers and other staff from MPI, DairyNZ and Beef + Lamb New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,22947650,Request for Proposals,Closed Competition,Herd Improvement Sector: Competition and Regulatory Issues,C21408,20200710,20200724,20201001,,Sole Agency,No,,"The dairy herd improvement sector is a critically important part of the New Zealand dairy industry. It provides a range of services that support the continuous genetic gain and improved performance of dairy cattle, for the benefit of both individual dairy farmers and the economy as a whole. Services provided by the industry include herd testing, herd recording, and artificial breeding. Despite its importance to New Zealands economy, the herd improvement sector is small. There are currently two certified herd testing companies Livestock Improvement Corporation (LIC) and CRV Ambreed. There is a significant imbalance in market power. LIC has an estimated market share of around 90 percent. MPI requires economic, competition policy and regulatory expertise to carry out: An assessment of the level of economic harm (both actual and potential) and other impacts that may be arising from the current imbalance between industry good and commercial interests, as a result of commercial control of key IP. This assessment must be sufficiently robust to support or refute a case for government intervention, or other measures either regulatory or non-regulatory, in the sector, ensure that any intervention (if justified) is proportionate to the identified harm, and support the future development of a Regulatory Impact Assessment.",Awarded,,0,20250410 Ministry for Primary Industries,22986646,Request for Proposals,Closed Competition,External Performance Verification of Passenger & International Mail Centre,C21637,20200720,20200731,20201022,,Sole Agency,No,,"There has been public scrutiny on the integrity and robustness of the air passenger and International Mail Centre pathways performance measure. The in-bound international air passenger pathway is perceived as high risk and it is always under public scrutiny when there is border related issues. With the movement of MPI to using a group of airport Quarantine Officers (QOs) to carry out the survey instead of using independent surveyors. The verification process is for MPIs internal use, and allows for improvements in Operational Planning and Development with the oversight of its surveying verification processes. Recently, the border moved into rostering staff within each worksite to monitor performance on an ongoing basis. This method further increased risk of biased selection and not meeting survey requirements. External independent verification is necessary to provide assurance of the robustness of the survey results, and that the high performance results accurately reflects the risk managed at the airports. MPI requires an external provider that has intense knowledge of the processes and analysis involved surrounding complex survey processes. The Provider will review the process needed for a deep understanding of the survey processes and how each of the 4 airports operate on an annual basis.",Awarded,,0,20250410 Ministry for Primary Industries,22997812,Request for Proposals,Closed Competition,"TOMATO RED SPIDER MITE, AUCKLAND 2020 - STATEMENT OF WORK (SOW)",21965,20200722,20200727,20201016,,Sole Agency,No,n/a,"A small, established population of the priority pest and unwanted organism, tomato red spider mite (TRSM), has been confirmed in Auckland. The TRSM was found during a High Risk Site Surveillance (HRSS) inspection, on black nightshade weeds on 21/05/2020. The sample was sent to MPIs Plant Health Environment Lab (PHEL) on 22/05/2020. Identification was confirmed morphologically on 25/05/2020 and on 27/05/2020 using molecular techniques, by PHEL. A response was initiated under the GIA framework. Governance is represented by Biosecurity New Zealand, Horticulture New Zealand, Seed and Grain Readiness and Response, Potatoes New Zealand, and Tomatoes New Zealand. In order to make a decision on response options, Governance has agreed that further information is required. It has been agreed that it will be obtained by a delimiting survey.",Awarded,,0,20250410 Ministry for Primary Industries,23027490,Request for Proposals,Closed Competition,Accounts Payable Assurance,C21985,20200728,20200805,20200901,,All of Government,No,,"MPI is seeking independent assurance on the effectiveness of controls performed against the payments process. The scope of the assurance needs to include the set-up of new suppliers, amendments to existing suppliers, entering of invoices into the financial system for payment and the processing and authorising of payment files and manual payments. MPI is seeking a supplier who is able to assess and provide design advice on appropriate preventative and detective controls to support our payment processes. In addition, MPI would like to undertake data analytics across two years of historical accounts payable transaction data. The key outcomes that we want to achieve are: Assurance that MPIs controls for payment processes are designed appropriately. Advice on how MPIs access to functionality within MPIs financial system (Technology One) by FMIS and Accounts processing staff should be configured. A report outlining your findings with recommendations on how the design of controls is best configured. A full report on the findings of the data analytics scan.",Awarded,,25000,20250410 Ministry for Primary Industries,23065146,Request for Proposals,Open Competition,22021 - Wood Availability Forecasting,22021,20200804,20200828,20201116,,Sole Agency,No,,"Wood availability forecasts (WAF) provide stakeholders with vital information for: forest industry planning and investment; infrastructure planning by government agencies (central and local government) and private logistical suppliers; and for government policy advice. The landscape of forestry in New Zealand has changed since the last WAF including through the introduction of the One Billion Trees Programme, changes to the Emissions Trading Scheme for forestry, and an increasing carbon price all leading to increasing levels of afforestation and, potentially, changes in decisions about future harvesting. We need to understand how these factors have affected the forestry sector. Forecasting wood availability requires resource data and a series of forecasting assumptions based on market conditions and knowledge at a given point in time. The input resource data will be derived from the National Exotic Forest Description (NEFD) database. MPI requires an experienced supplier with New Zealand wide forest industry and modelling expertise to provide up to date regional and national wood availability forecasts.",Awarded,,0,20250410 Ministry for Primary Industries,23170176,Request for Proposals,Closed Competition,Pacific Fisheries Blended Learning Programme,C22090,20200826,20200911,20201201,,Sole Agency,No,,"MPI is commissioning the development of a blended learning programme specifically tailored to the knowledge and skills needed by fisheries managers within Pacific fisheries administrations. Blended learning is an approach to training that combines electronic learning (e-learning) and digital media with traditional facilitator-led face-to-face sessions, giving participants more flexibility to customise their learning experiences. For the initial stages of developing the blended learning approach, MPI has designed a fisheries management modules framework to streamline and structure both current and future delivery. One-third of the modules is designed as online content to bolster the support and training that MPI provides.",Awarded,,0,20250410 Ministry for Primary Industries,23174800,Request for Proposals,Closed Competition,HAK2020-01 Stock assessment of Sub-Antarctic hake in HAK 1,C-HAK2020-01,20200826,20200908,20210107,,Sole Agency,No,,"Overall Objective: To carry out stock assessments of hake (Merluccius australis) in the Sub-Antarctic (HAK 1) including estimating stock biomass and stock status. Specific Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data for hake in the Sub-Antarctic, and update the standardised catch and effort analyses. 2. To update the stock assessment of the Sub-Antarctic hake stock including estimates of current biomass, the status of the stock in relation to management reference points, and future projections of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,23175355,Request for Proposals,Closed Competition,LIN2020-01 Stock assessment of Sub-Antarctic ling in LIN 5 & 6,C-LIN2020-01,20200826,20200908,20210107,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,23175526,Request for Proposals,Closed Competition,MID2020-01 Routine age determination of middle depth and deepwater species from commercial fisheries and resource surveys,C-MID2020-01,20200826,20200908,20210107,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,23175705,Request for Proposals,Closed Competition,SCI-2020-02 Estimation of the abundance of scampi in SCI1 and SCI2 using photographic surveys,C-SCI-2020-02,20200826,20200908,20210107,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,23236328,Request for Proposals,Closed Competition,M. bovis Science Programme: NAIT Compliance & Behaviour,22136,20200907,20201005,20210205,,Sole Agency,No,,"MPI and its Government Industry Agreement partners (DairyNZ and Beef+Lamb NZ) wish to engage a supplier to undertake survey research and interviews with farmers/People In Charge of Animals (PICAs) and a small number of third party groups such as transport operators, to better understand and measure on-farm NAIT compliance behaviour.",Awarded,,0,20250410 Ministry for Primary Industries,23258788,Request for Proposals,Open Competition,PSB2020-01 - Continued population monitoring of black petrels,PSB2020-01,20200909,20200930,20201130,,Sole Agency,No,,"NPOA-seabirds 2013 gives high priority to research to understand the effects of fishing-related mortality on seabird species at highest risk and on factors that are leading to the greatest level of uncertainty in the risk scores. Black petrel is the species estimated to be at most risk from commercial fisheries but there is considerable uncertainty in this estimate because of uncertainty about capture rates in longline fisheries, adult survival, juvenile survival, population size and distribution. Overall Objective: To collect information on demographic parameters to reduce uncertainty or bias in estimates of risk for black petrel. Specific Objectives: 1. To collect information on population size, adult survival, age at first reproduction, and key demographic parameters for black petrel to reduce uncertainty or bias in estimates of risk. 2. To sample Medium Grade habitat on Great Barrier Island/Aotea to increase the precision of estimates for the population size within this habitat grade.",Awarded,,0,20250410 Ministry for Primary Industries,23267207,Request for Proposals,Open Competition,Business Architecture Blueprint for the Emissions Trading Scheme,,20200911,20201006,20201221,,Sole Agency,No,,"Te Uru Rakau is undertaking a transformation programme to change the way the Forestry components of the ETS are administered. The legislation that underpins the ETS has just passed into law. The legislation will make significant changes to the forestry components of the ETS and significant work is required to prepare Te Uru Rakau to deliver on the outcomes envisaged by the legislation. To date, work on the Programme has focused on the establishment of the foundations and supporting initiating various projects, the development of a detailed business case, and the completion of initial analysis of requirements. A future state business blueprint is now required by the Programme to provide a detailed understanding and model of the future state capabilities (people, process, platform, policy and data) as well as the high level roadmap to achieve the future state via a series of transition stages or tranches of investment. This must also inform how the future Forestry ETS will leverage existing MPI wide capabilities and their maturity, and align with external capabilities provided by LINZ and the EPA. The blueprint is used throughout the programme to maintain the focus on delivery of the new capabilities. The primary purpose of the blueprint is specification and ensuring coherence of the entire future state and the solution set that will underpin it.",Awarded,,0,20250410 Ministry for Primary Industries,23286276,Request for Proposals,Closed Competition,C - 20934 Specialist Waste Services,C - 20934,20200915,20201007,20201222,,Sole Agency,No,,"MPI currently has contractual arrangements in place for the national collection and disposal of specialised waste (quarantine/medical/chemical/cytotoxic/containment) waste. The contract is nearing the end of its term, therefore MPI are approaching the market to ensure we are achieving best public value, acting in accordance with the Government Procurement Rules. Specialised waste is required to be handled by a suitably qualified and certified provider as it poses significant biological, chemical and environmental risk. It must be transported, handled/managed and processed in accordance with regulatory requirements. This RFP relates to the purchase of services for the national collection and disposal of MPI quarantine waste (from ports and airports) and medical/chemical/cytotoxic/containment waste (from MPI animal and plant diagnostic laboratories). The key outcome sought via this procurement is safe and efficient collection and disposal services, with a very high level of risk containment and mitigation, of all specialised waste products required for collection and disposal by MPI nationwide. We are seeking a solution that will provide effective and efficient services to meet these requirements, under both planned and ad-hoc emergency (ie 24/7 rapid response) level situations.",Awarded,,2000000,20250410 Ministry for Primary Industries,23314466,Request for Proposals,Closed Competition,Forestry Knowledge Hub,C-21351,20200918,20201012,20201130,,Sole Agency,No,,"Ministry for Primary Industries (MPI) has selected a digital knowledge hub as one of the 52 deliverables of MPIs 19/20 Strategic Plan that will help to build prosperity in New Zealand. Te Uru Rakau (Forestry New Zealand) is charged with implementing the digital knowledge hub. The objective of this RFP is to select a provider who will create a knowledge hub that is tailored for NZ whenua and the forestry sector. The provider will deliver the visual, UX design and development of the knowledge hub. This will be based on existing research, content and information design alongside our own knowledge hub team",Awarded,,0,20250410 Ministry for Primary Industries,23339992,Request for Proposals,Closed Competition,SQU2020-01 Squid Management Strategy,C- SQU2020-01,20200923,20201020,20210615,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,23346349,Request for Proposals,Closed Competition,Brown Marmorated Stink Bug Preferred Provider Response Services,C-22047,20200924,20201016,20210105,,Sole Agency,No,,"This is the rerelease of 22047 - BMSB Preferred Provider Response Services under the BioNZRS panel. Please ensure that you read the documents carefully as changes have been made to all documents.",Awarded,,0,20250410 Ministry for Primary Industries,23362852,Request for Proposals,Closed Competition,BAR2020-01 Update of barracouta in BAR 4 & 5,C- BAR2020-01,20200929,20201013,20210108,,Sole Agency,No,,"Overall Objective: To characterise and complete CPUE indices for barracouta (Thyrsites atun) in BAR 4 and 5. Specific Objectives: 1. To develop a descriptive analysis of barracouta in BAR 4 and 5 with data up to and including the 201920 fishing year. 2. To complete relevant CPUE indices.",Awarded,,0,20250410 Ministry for Primary Industries,23363045,Request for Proposals,Closed Competition,SCI2020-01 Stock assessment for SCI3,C- SCI2020-01,20200929,20201013,20210108,,Sole Agency,No,,"Overall Objective: To carry out a stock assessment of scampi (Micromesistius australis) in SCI 3 including estimating biomass and sustainable yields. Specific Objectives: 1. To update the descriptive analysis of the commercial catch and effort, and observer data for scampi SCI 3 2. To carry out a stock assessment for SCI 3 including estimating biomass and sustainable yields, the status of the stock in relation to management reference points, and future projections, of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,23363105,Request for Proposals,Closed Competition,OEO2020-01 Investigating monitoring and assessment approaches for oreo species,C- OEO2020-01,20200929,20201023,20210108,,Sole Agency,No,,"Overall Objective: To review existing data and approaches to monitoring and assessing the oreo species complex (Oreosomatidae (Family)). Specific Objectives: 1. To review the approach to monitoring and assessing oreo species. 2. To carry out a characterisation of the fishery.",Awarded,,0,20250410 Ministry for Primary Industries,23363156,Request for Proposals,Closed Competition,"ORH2020-01 Acoustic survey of orange roughy in ORH MEC (ORH 2A, 2B and 3A)",C-ORH2020-01,20200929,20201020,20210108,,Sole Agency,No,,"Overall Objective: To estimate the abundance of orange roughy (Hoplostethus atlanticus) in the Mid-East Coast and East Cape stocks (ORH 2A, 2B, and 3A) using an acoustic survey. Specific Objectives: 1. To estimate the abundance of orange roughy (Hoplostethus atlanticus) on the Mid-East Coast (ORH 2A South, 2B, and 3A) using an acoustic survey. 2. To calibrate acoustic equipment used in the acoustic survey.",Awarded,,0,20250410 Ministry for Primary Industries,23363198,Request for Proposals,Closed Competition,SKI2020-01 Gemfish Monitoring,C-SKI2020-01,20200929,20201013,20210108,,Sole Agency,No,,"Specific Objectives: 1. To undertake a descriptive analysis of gemfish in SKI 3 & 7 with data up to and including the 201920 fishing year. 2. To examine relevant CPUE indices.",Awarded,,0,20250410 Ministry for Primary Industries,23363238,Request for Proposals,Closed Competition,HOK2020-01 Estimation of spawning hoki biomass in Cook Strait using acoustic surveys,C-HOK2020-01,20200929,20201020,20210108,,Sole Agency,No,,"Overall Objective: To estimate the spawning biomass of hoki (Macruronus novaezelandiae) in the Cook Strait using acoustic surveys. Specific Objectives: 1. To continue the time series of relative abundance indices of spawning hoki in Cook Strait using acoustic surveys, with a target coefficient of variation (CV) of the estimate of 30%. 2. To provide a relative abundance index of hoki in Pegasus Canyon using acoustic surveys, with a target CV of the estimate of 30%",Awarded,,0,20250410 Ministry for Primary Industries,23371589,Request for Proposals,Closed Competition,22162 Consultancy Services for accelerating Sustainable Food and Fibre Futures investments,C - 22162,20200930,20201006,20201029,,Sole Agency,No,,"The objective of this work is for MPI to work with the sectors to develop large scale industry transformation programmes that can be funded through our Sustainable Food and Fibre Futures fund. The approach MPI is taking is to bring together the leaders of the largest companies and industry organisations through a series of workshops to surface potential projects that can help to transform and grow each sector both to recover from COVID-19 and to futureproof the sector. We are seeking a provider who can: * develop a plan alongside MPI to deliver approximately 15 industry workshops. Note this is one workshop per sector or cross industry theme (e.g. Agritech). * manage all on-day logistics in relation to the workshops. Note MPI will manage all communications (internal and external), organise the workshop locations (likely split between Auckland and Christchurch COVID permitting), dates and manage the invitees. * facilitate and lead the industry workshops. * prepare draft workshop readout notes that frame the discussion into potential industry transformation projects and programmes to be explored further by MPI. Each report will also include insights and challenges within and across workshops for MPI to comment on. * provide final workshop notes. Please find our requirements in Part A of the attached CSO. To respond, you must complete Part B of the CSO attached and submit as your response. All questions should be directed at the scheduled Skype Q&A session on Thursday 1 October at 9:30-10:30am or sent via GETS after this Q&A Skype session.",Awarded,,0,20250410 Ministry for Primary Industries,23383597,Request for Proposals,Open Competition,M. bovis: Collection and Processing of Beef Cattle Blood Samples and Laboratory Testing Services,21756,20201001,20201102,20210526,,Sole Agency,No,,"The M. bovis Programme (the Programme) within the Ministry for Primary Industries (MPI) is transitioning from the eradication phase of the M. bovis disease response to the long term surveillance phase. To do this the Programme needs to demonstrate M. bovis is absent from New Zealand cattle farming systems. To achieve this objective, the Programme wishes to contract with suppliers for the provision of a range of services in relation to the national beef and dairy herds in New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,23388690,Request for Proposals,Closed Competition,Monitoring and Evaluation for Extension Services,22134,20201002,20201009,20201221,,Sole Agency,No,,"Extension Services is a workstream within the governments Productive and Sustainable Land Use (PSLU) programme. Extension Services provide for on-the-ground support, practical advice, and tools to improve farmers and growers wellbeing while enhancing environmental and economic sustainability. The aim is to provide support to 2,200 farmers over the four years of the PSLU programme, largely delivered through catchment and other small community groups. Small group settings like catchment groups provide valuable avenues for peer to peer learning and provide opportunities for farmers and growers to develop their own solutions to local issues. For this CSO, MPI seeks the establishment of a monitoring and evaluation function for the duration of the Extension Services workstream. The function will be used to demonstrate what this model can achieve in terms of its key and related short-term outcomes and to provide empirical evidence to guide any amendments or further investment in the programme.",Awarded,,0,20250410 Ministry for Primary Industries,23388922,Request for Proposals,Closed Competition,Productive and Sustainable Land Use Programme,22135,20201002,20201009,20210330,,Sole Agency,No,,"The Productive and Sustainable Land Use (PSLU) programme is funded through the Budget 2019 $229m Sustainable Land Use (SLU) package. The package includes initiatives across the Agriculture, Environment, and Climate Change portfolios. MPI received $122m for the PSLU over four years. Six key workstreams are being funded For this CSO, MPI seeks the establishment of a monitoring and evaluation function for the duration of the PSLU programme. The function will be used to demonstrate what this programme can achieve in terms of meeting the outcomes of the PSLU",Awarded,,0,20250410 Ministry for Primary Industries,23479116,Request for Proposals,Open Competition,ENV2020-04 Spatial distribution modelling of inshore finfish and cephalopods with a focus on protected species prey,O - ENV2020-04,20201020,20201120,20210120,,Sole Agency,No,,"Overall Objective: Apply spatial statistical modelling approaches to estimate spatial distributions for inshore finfish and cephalopods of particular importance as prey for key protected species, including seasonal variation, and distinguishing between prey size classes, where relevant. Specific Objectives: 1. Utilise available data to identify key prey species (and prey size-class preferences) for up to ten top predator species that forage in the inshore environment. Predator species will include fur seals, sea lions, yellow-eyed penguins, Hectors/Maui dolphins, and 36 additional species chosen in consultation with Fisheries New Zealand. 2. Applying statistical spatial modelling techniques, estimate spatially resolved densities of up to 30 inshore fish and cephalopod species, including seasonal variation, with a focus on prey species and size classes identified under Objective 1. Where top predators exhibit size-selective foraging (e.g., eating only small fish), estimate separate spatial distributions for the relevant prey size classes.",Awarded,,0,20250410 Ministry for Primary Industries,23481813,Request for Proposals,Open Competition,"ENV2020-20 Temporal and spatial distribution of non-target catch, and non-target species, in deepwater fisheries",O - ENV2020-20,20201020,20201120,20210120,,Sole Agency,No,,"Overall Objective: To deliver an analysis of temporal and spatial patterns of non-target catch in deepwater fisheries, i.e., fisheries occurring deeper than the 250-m depth contour, and model the spatial distribution of some of the most representative non-target species. Specific Objectives: The project should deliver: 1. A spatially- and temporally-detailed representation of non-target catch in deepwater fisheries around New Zealand, coupled with catch data and fishery information on the location of non-target catch hotspots; the influence of seasonal factors on non-target catch hotspots; and the species and fishing methods that may be driving these hotspots. 2. A spatial distribution of some of the most representative non-target species, modelled from catch and survey data, as well as environmental data.",Awarded,,0,20250410 Ministry for Primary Industries,23482708,Request for Proposals,Open Competition,PSB2020-09 Southern hemisphere seabird risk assessment,O - PSB2020-09,20201020,20201126,20210512,,Sole Agency,No,,"Overall Objective: Provide a seasonally and spatially explicit southern hemisphere risk assessment (i.e., including fisheries occurring outside New Zealand waters, in ABNJ (areas beyond national jurisdiction) with other countries EEZ (exclusive economic zone) of direct commercial fisheries-related risk to seabird populations breeding in New Zealand. Specific Objectives: 1. To evaluate relative the overlap of New Zealand seabird populations with commercial fisheries at a southern hemisphere scale applying a seasonally-disaggregated spatial overlap approach (i.e., accessing global seabird spatio-temporal distribution data and compiling comprehensive global fisheries effort databases) for different categories of fishing effort estimated under project PRO2013-11 and from explicit sources of fisheries effort data. 2. Apply estimates of population APF (from the updated New Zealand-EEZ seabird risk assessment, including uncertainty) and species- or group-specific estimates of seabird Vulnerability (i.e., as estimated in the updated New Zealand-EEZ seabird risk assessment, modified to the extent possible by data indicative of relative seabird bycatch rates in comparable fishing effort inside vs. outside the New Zealand EEZ, including uncertainty) to estimate global fisheries risk for New Zealand seabird populations. 3. For each New Zealand seabird population, estimate what proportion of southern hemisphere fisheries risk is attributable to mortalities occurring inside vs. outside the NZ-EEZ, and what proportion is likely to be unaccounted for in the analysis (e.g., due to incomplete southern hemisphere fisheries data or risk from IUU fishing). 4. For that portion of species risk outside the New Zealand-EEZ, summarise the source of that risk to the extent possible, for example by RFMO (or other relevant management agency), and by fishery group, geographic area, season, vessel size, and other relevant categories.",Awarded,,0,20250410 Ministry for Primary Industries,23482757,Request for Proposals,Open Competition,PSB2020-04 Spatial distribution modelling for hoiho,O - PSB2020-04,20201020,20201120,20201221,,Sole Agency,No,,"Overall Objective: Using available data, estimate the spatial density of hoiho (yellow eyed penguin), including seasonal variation, estimated separately for breeding and non-breeding birds. Specific Objectives: 1. Secure access to existing satellite telemetry data collected under government contract. 2. Compile available data indicative of hoiho distribution: NOMAD sightings data, CSP sightings data, fisheries capture, and colony specific population estimates. 3. Apply spatial modelling techniques to estimate the spatial distribution and density of hoiho (including seasonal variation, and estimated separately for breeding and non-breeding birds), using data from Objective 2 and spatially comprehensive environmental data layers available from other Fisheries New Zealand funded projects. 4. In collaboration with researchers delivering updated parameterisation of the seabird SEFRA model, examine the spatial goodness-of-fit of captures estimates using the updated spatial distribution layers from Objective 3, and modify these layers as appropriate where poorly fitted patterns seem to reflect poorly estimated spatial distribution layers.",Awarded,,0,20250410 Ministry for Primary Industries,23498475,Request for Proposals,Closed Competition,Fruit Fly Preferred Provider Response Services,C - 22046,20201030,20201118,20210105,,Sole Agency,No,,"This is the rerelease of 22046 - Fruit Fly Preferred Provider Response Services under the BioNZRS panel. Please ensure that you read the documents carefully as changes have been made to all documents.",Awarded,,0,20250410 Ministry for Primary Industries,23503396,Request for Proposals,Closed Competition,ALB2020-01 Analysis of CPUE from commercial troll fishery of albacore in NZ waters,C - ALB2020-01,20201023,20201113,20201216,,Sole Agency,No,,"Overall Objective: To analyse the CPUE from the commercial troll fishery for albacore in New Zealand waters to contribute to the stock assessment of albacore in the southwest Pacific Ocean. Specific Objectives: 1. To characterise the commercial troll fishery for albacore in NZ waters. 2. To carry out an unstandardised and standardised CPUE analysis of catch and effort data from the commercial troll fishery for albacore in NZ waters.",Awarded,,0,20250410 Ministry for Primary Industries,23504098,Request for Proposals,Closed Competition,"HMS2020-01 Catch sampling of bigeye, yellowfin, swordfish, and Pacific bluefin tuna",C - HMS2020-01,20201023,20201113,20210108,,Sole Agency,No,,"Objective: To collect biological information describing highly migratory fish species from shore-based fish processing and handling facilities for input into regional stock assessments. Specific Objectives: 1. To continue the catch sampling programme for swordfish, bigeye tuna, Pacific bluefin tuna, and yellowfin tuna for the 202021 fishing year. Attempt to collect information on other large HMS species such as sharks and moonfish. 2. To continue the catch sampling programme for swordfish, bigeye tuna, Pacific bluefin tuna, and yellowfin tuna for the 202122 fishing year. Attempt to collect information on other large HMS species such as sharks and moonfish. 3. To continue the catch sampling programme for swordfish, bigeye tuna, Pacific bluefin tuna, and yellowfin tuna for the 202223 fishing year. Attempt to collect information on other large HMS species such as sharks and moonfish.",Awarded,,0,20250410 Ministry for Primary Industries,23504246,Request for Proposals,Closed Competition,"MAF2020-05 Monitoring the Kaikoura and Motunau boat-based marine amateur fisheries for BCO, CRA and SPE",C - MAF2020-05,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: To monitor the marine amateur fishery for key species in the North-Canterbury Kaikoura area. Specific Objectives: 1. To monitor harvest rates of key species in the North Canterbury Kaikoura area boat-based marine amateur fisheries in the 202021 fishing year. 2. To monitor size composition of the harvest of key species in the North Canterbury Kaikoura area boat-based marine amateur fisheries in the 202021 fishing year. 3. To estimate the harvest of key species in the North Canterbury Kaikoura area boat-based marine amateur fisheries in the 202021 fishing year.",Awarded,,0,20250410 Ministry for Primary Industries,23504482,Request for Proposals,Closed Competition,"OYS2020-01 Foveaux Strait oyster abundance, Bonamia and bycatch surveys and stock assessment",C - OYS2020-01,20201023,20201113,20210224,,Sole Agency,No,,"Overall Objectives: 1. To evaluate the current abundance and biomass of oysters in the OYU 5 fishery and to evaluate current and expected oyster mortality from Bonamia infection for the fishing years 2020, 2021, and 2022. 2. To evaluate the current status of the prevalence and intensity of Bonamia in the OYU 5 fishery for the fishing years 2020, 2021, and 2022. 3. To conduct a bycatch survey that will provide estimates of current bycatch levels where the fishery occurs for the fishing years 2020, 2021, and 2022. 4. To conduct a stock assessment for OYU 5 in the 2021 fishing year. Specific Objectives: 1. Using a stratified random sampling design estimate the current recruited abundance and biomass of oysters within the area of the commercial Foveaux Strait oyster fishery, with a target C.V. of = 20%. 2. Using a stratified random sampling design estimate the annual mortality from Bonamia within the area of the commercial Foveaux Strait oyster fishery. 3. Using a stratified random sampling design estimate the prevalence and intensity of Bonamia within the area of the commercial Foveaux Strait oyster fishery. 4. Review all qPCR procedures prior to undertaking any analysis of tissue samples at the beginning of each fishing years survey. 5. To sample the commercial catch for length data during for the 2020, 2021, and 2022 fishing years. 6. Conduct a bycatch survey to provide estimates of bycatch levels of the fishery for the 2020, 2021, and 2022 fishing years. 7. To update the most recent standardised CPUE analysis for OYU 5. 8. To conduct a stock assessment in OYU 5 to estimate the status of the stocks in 202122.",Awarded,,0,20250410 Ministry for Primary Industries,23504607,Request for Proposals,Closed Competition,OYS2020-02 Foveaux Strait oyster stock assessment review,C - OYS2020-02,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: 1. To review the current Foveaux Strait oyster stock assessment. Specific Objective: 1. To propose alternative stock assessment models for the Foveaux Strait oyster fishery.",Awarded,,0,20250410 Ministry for Primary Industries,23504675,Request for Proposals,Closed Competition,OYS2020-03 Key drivers of long terms change in the oyster fishery,C - OYS2020-03,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: To identify key drivers of long-term (generational) change in oyster abundance, productivity and habitat, and design a monitoring programme, predictive for these factors. Specific Objectives: 1. To characterise potential drivers of productivity and long-term change in oyster abundance and fishery productivity. 2. To map long-term changes in oyster distribution in relation to habitat and identify potential drivers of any identified change 3. To design a long-term monitoring programme for key drivers of change in oyster abundance, productivity, and habitat.",Awarded,,0,20250410 Ministry for Primary Industries,23504901,Request for Proposals,Closed Competition,SCA2020-02 SCA 1 and/or SCA CS biomass survey in recreational fishing only areas,C - SCA2020-02,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: To evaluate the status of the stock for scallops in the areas which are only open to recreational fishing in SCA CS and/or SCA 1 and to establish a relationship between scallop abundance in the main commercial scallop beds and scallop abundance in recreational fishing areas in the Northland and Coromandel scallop fisheries. Specific Objectives: 1. To investigate the relationship between scallop abundance in commercial and non-commercial areas in the Northland scallop fishery by undertaking a survey to estimate the current relative and absolute abundance (numbers and biomass in tonnes greenweight and meatweight), length frequency profile, density, and distribution of recruited and pre-recruit scallops in the recreational scallop beds. 2. To estimate yield following the completion of the survey described in Objective 1. 3. Compare the estimates from Objective 1 with other relevant data from previous surveys and, if available, all relevant fine scale catch data. 4. To investigate the relationship between scallop abundance in commercial and non-commercial areas in the Coromandel scallop fishery by undertaking a survey to estimate the current relative and absolute abundance (numbers and biomass in tonnes greenweight and meatweight), length frequency profile, density, and distribution of recruited and pre-recruit scallops in the recreational scallop beds. 5. To estimate yield following the completion of the survey described in Objective 3. 6. Compare the estimates from Objective 3 with other relevant data from previous surveys and, if available, all relevant fine scale catch data Note: The project will need to be undertaken in conjunction with project SCA2020-01: SCA 1 and SCA CS biomass survey and dredge efficiency.",Awarded,,0,20250410 Ministry for Primary Industries,23505021,Request for Proposals,Closed Competition,"SCA2020-03 SCA7 biomass survey for core scallops beds (Marlborough Sounds, Golden Bay and Tasman Bay)",C - SCA2020-03,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: Estimate the status of the scallop stocks in the Marlborough Sounds, Golden Bay, and Tasman Bay. Specific Objectives: 1. Conduct a biomass survey in the Marlborough Sounds that will provide estimates of current relative and absolute abundance (numbers and biomass in tonnes greenweight and meatweight), length frequency profile, density, and distribution of recruited and pre-recruit scallops in the Marlborough Sounds. 2. Estimate the biomass of scallops in the Marlborough Sounds using a range of commercial density thresholds from 0.00 to 0.2 recruited scallops per square metre. 3. Compare the estimates from Objective 1 with other relevant data from previous surveys and, if available, all relevant fine scale catch data. 4. Conduct a biomass survey in Golden Bay that will provide estimates of current relative and absolute abundance (numbers and biomass in tonnes greenweight and meatweight), length frequency profile, density, and distribution of recruited and pre-recruit scallops in Golden Bay. 5. Estimate the biomass of scallops in Golden Bay using a range of commercial density thresholds from 0.00 to 0.2 recruited scallops per square metre. 6. Compare the estimates from Objective 4 with other relevant data from previous surveys and, if available, all relevant fine scale catch data. 7. Conduct a biomass survey in Tasman Bay that will provide estimates of current relative and absolute abundance (numbers and biomass in tonnes greenweight and meatweight), length frequency profile, density, and distribution of recruited and pre-recruit scallops in Tasman Bay. 8. Estimate the biomass of scallops in Tasman Bay using a range of commercial density thresholds from 0.00 to 0.2 recruited scallops per square metre. 9. Compare the estimates from Objective 7 with other relevant data from previous surveys and, if available, all relevant fine scale catch data. 10. For each survey, collect bycatch information in a form suitable for later analysis.",Awarded,,0,20250410 Ministry for Primary Industries,23505219,Request for Proposals,Closed Competition,SCA2020-07 SCA7 Marlborough sounds non-contact bottom survey of the recreational fishing areas,C - SCA2020-07,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: To conduct a biomass survey for scallops on beds that have not previously been considered as part of the biomass surveys, and where presence has been reported, to get a better picture of the overall population in the Marlborough Sounds, and the habitat / conditions scallops are associated with. Specific Objectives: 1. To conduct a biomass survey that will provide estimates of current relative and absolute abundance (numbers and biomass in tonnes greenweight and meatweight), length frequency profile, density, and distribution of recruited and pre-recruit scallops in the Marlborough Sounds. This survey would be conducted on beds that have not previously been considered as part of the biomass surveys, and where presence has been reported, to get a better picture of the overall population in the Marlborough Sounds. The survey outside of the core beds would be done with non-contact bottom methods. 2. To analyse the video footage / diver observations to build on the evidence of conditions scallops need to survive.",Awarded,,0,20250410 Ministry for Primary Industries,23505514,Request for Proposals,Closed Competition,PAU2020-01 PAU7 stock assessment,C - PAU2020-01,20201023,20201113,20201216,,Sole Agency,No,,"Overall Objective: To undertake a stock assessment in PAU 7. Specific Objectives: 1. To update the most recent standardised CPUE analysis for PAU 7. 2. To conduct a stock assessment in PAU 7 to estimate the status of the stocks.",Awarded,,0,20250410 Ministry for Primary Industries,23505671,Request for Proposals,Closed Competition,PAU2020-02 Biomass survey for paua in the Kaikoura region,C - PAU2020-02,20201023,20201113,20210120,,Sole Agency,No,,"Overall Objective: To complete pua stock monitoring surveys to inform future management decisions at the scale of both the Kaikoura fisheries closure and the PAU 3 area. Specific Objectives: 1. To monitor the abundance, length-frequency, and growth of adult pua populations to estimate biomass trends to inform management actions at the scale of the fishery closure until mid-2022.",Awarded,,0,20250410 Ministry for Primary Industries,23505747,Request for Proposals,Closed Competition,PAU2020-03 PAU 4 stock assessment,C - PAU2020-03,20201023,20201113,20201216,,Sole Agency,No,,"Overall Objective: To undertake a stock assessment in PAU 4. Specific Objectives: 1. To update the most recent standardised CPUE analysis for PAU 4. 2. To conduct a stock assessment in PAU 4 to estimate the status of the stocks.",Awarded,,0,20250410 Ministry for Primary Industries,23505798,Request for Proposals,Closed Competition,PAU2020-06 Management procedures for paua,C - PAU2020-06,20201023,20201113,20210108,,Sole Agency,No,,"Overall Objective: To develop Management Procedures in PAU 3 and PAU 4 and to link the new electronic reporting (ER) data to the dashboards. Specific Objectives: 1. To develop a management procedure for PAU 3. 2. To develop a management procedure for PAU 4. 3. To see how to use the ER data with the dashboards.",Awarded,,0,20250410 Ministry for Primary Industries,23514739,Request for Proposals,Closed Competition,New Zealand Emissions Trading Scheme: Cost Benefit Analysis on proposals for implementing Averaging Accounting,C - 22246,20201027,20201106,20201201,,Sole Agency,No,,"This consultancy services order (CSO) invites suppliers to provide the Ministry for Primary Industries (MPI) with a proposal for undertaking a cost-benefit analysis (CBA), to inform policy decisions on regulations which will determine how forestry participants in the New Zealand Emissions Trading Scheme (ETS), are to apply new averaging accounting provisions to calculate the carbon stored in their forests. Supplier Briefings MPI will be undertaking supplier briefings on Thursday 29th and Friday 30th October within the following timeslots: Thursday 29th October o 12 1pm (Briefing 1) o 1.15 2.15pm (Briefing 2) o 2.30 3.30pm (Briefing 3) Friday 30th October o 9 10am (Briefing 4) o 2 3pm (Briefing 5) If you would like to attend one of our supplier briefing sessions, please email our Point of Contact to register no later than 5pm, Wednesday 28th October. If you are unable to make any of the times, please advise in the email. Name: Amy McNabb Title/role: Procurement Specialist Email address: amy.mcnabb@mpi.govt.nz MPI will release a Question & Answer addenda to this RFP once the briefings have been completed.",Awarded,,0,20250410 Ministry for Primary Industries,23549217,Request for Proposals,Closed Competition,22265 - SPP for the remediation of out of support applications on RHEL/Sybase platforms,22265,20201102,20201127,20210315,,Sole Agency,No,,"The Ministry for Primary Industries (MPI or the Buyer) needs to remediate the out of support legacy Fisheries and Compliance infrastructure and associated applications. The applications and underlying infrastructure are based on a Powerbuilder 8 development environment, Sybase Adaptive Service Enterprise 12.5 database and Red Hat Enterprise Linux (RHEL) v5 and v4 operating system technologies which are out of support. In the case of RHEL v5 the extended support ends in November 2020, and in the case of Sybase the product will be end of life in 2024. This legacy infrastructure affects approximately 21 applications and 19 databases. The multiple interrelationships between the applications and databases result in significant complexity, where changes to either an application or database will have flow on impacts. MPI is looking to retain and transform (migrate) some of these applications, remove some applications but create (maintain) read-only archive databases for its data / records, and decommission (eliminate) the remainder of these legacy applications.",Awarded,,0,20250410 Ministry for Primary Industries,23552169,Request for Proposals,Closed Competition,CRA2020-01 Tagging programme and biological data collection for Rock Lobster,C - CRA2020-01,20201105,20201130,20210531,,Sole Agency,No,,"Overall Research Objective: To collect length frequency and other biological data and to conduct tagging projects. Specific Research Objectives: Note an annual review of the specific objectives will occur at the start of each year. 1. To collect length frequency and other biological data at sea from the catch of the commercial fishery through logbook and catch sampling programmes. 2. To conduct tagging projects to measure the growth rate of lobsters for use in a length-based population model.",Not Awarded,,0,20250410 Ministry for Primary Industries,23552280,Request for Proposals,Closed Competition,KAH2020-01 Stock assessment of kahawai in KAH 1,C - KAH2020-01,20201105,20201207,20210108,,Sole Agency,No,,"Overall Research Objective: To conduct a stock assessment for kahawai (Arripis trutta and Arripis xylabion) in KAH 1, including estimating biomass and sustainable yields. Specific Research Objectives: 1. To collate and update catch histories through to 201920 and all observational data series required for the KAH 1 stock assessment. 2. To conduct a stock assessment, including estimating biomass and sustainable yields for kahawai in KAH 1.",Awarded,,0,20250410 Ministry for Primary Industries,23552374,Request for Proposals,Closed Competition,MAF2020-04 Estimation of total seabird captures in amateur fisheries using the SEFRA spatial overlap approach,C - MAF2020-04,20201105,20201130,20210421,,Sole Agency,No,,"Overall Objective: To estimate capture rates and total captures of seabirds by area and target fishery, and where possible, by species for the 201617, 201718, and 201819 fishing years. Specific Objectives: 1. To summarise recreational fishing effort, and any reported or observed captures of seabird in recreational fisheries within the New Zealand EEZ, for the 201617, 201718, and 201819 fishing years. 2. To estimate capture rates and total captures of seabirds by area, and target fishery, and where possible, by species for the 201617, 201718, and 201819 fishing years.",Not Awarded,,0,20250410 Ministry for Primary Industries,23552583,Request for Proposals,Closed Competition,MAF2020-06 Mortality rates of fish released by recreational fishers,C - MAF2020-06,20201105,20201130,20210108,,Sole Agency,No,,"Overall Objective: To develop information on the survival rate of fish released by marine amateur fishers to inform estimates of total fishing-related mortality. Specific Objectives: 1. To undertake experimental trials to estimate the survival rate of fish released by marine amateur fishers to inform estimates of total fishing-related mortality. 2. To identify and estimate key factors affecting the survival rate of fish released by marine amateur fishers.",Awarded,,0,20250410 Ministry for Primary Industries,23552812,Request for Proposals,Closed Competition,SNA2020-01 Stock assessment of SNA 1,C - SNA2020-01,20201105,20201214,20210224,,Sole Agency,No,,"Overall Research Objectives: To conduct a stock assessment for snapper (Pagrus auratus) in SNA 1, including estimating biomass and sustainable yields. Specific Objectives: 1. To characterise the SNA 1 fisheries in East Northland, Hauraki Gulf, and Bay of Plenty and update the standardised bottom longline CPUE indices to 201920. 2. To collate and update catch histories through to 201920 and all observational data series required for the SNA 1 stock assessment. 3. To conduct a stock assessment for SNA 1 using age-structured modelling, including estimating biomass and sustainable yields for each biological stock. 4. To collate and update catch histories, CPUE, and all observational data series required for the SNA 1 stock assessment to 202021. 5. To conduct a stock assessment for SNA 1. 6. To evaluate, using simulation, the potential impacts of uncertainty in model spatial, productivity (e.g. temporal growth and recruitment change), and selectivity assumptions on assessment results. Note: The stock assessment will be conducted over two years to provide sufficient time to finalise what will be a new assessment for this stock and to include both relative biomass and juvenile recruitment estimates from the series of bottom trawl surveys currently being conducted (INT2019-03, INT2020-02). The trawl surveys are conducted in October/November (Hauraki Gulf) and January/February (Bay of Plenty) (2019/20 and 2020/21).",Awarded,,0,20250410 Ministry for Primary Industries,23552904,Request for Proposals,Closed Competition,SNA2020-02 Stock assessment of SNA 7,C - SNA2020-02,20201105,20201130,20210108,,Sole Agency,No,,"Overall Research Objective: To conduct a stock assessment for snapper (Pagrus auratus) in SNA 7. Specific Research Objectives 1. To characterise the SNA 7 fishery and update the accepted standardised CPUE index of abundance to the end of the 201920 fishing year. 2. To carry out a stock assessment of SNA 7, including estimating biomass and sustainable yields.",Awarded,,0,20250410 Ministry for Primary Industries,23553008,Request for Proposals,Closed Competition,STN2020-01 Estimation of recreational harvest of southern bluefin tuna in New Zealand waters in 2021,C - STN2020-01,20201105,20201130,20210108,,Sole Agency,No,,"Overall Objective: To improve the estimates of the recreational catch and size composition of southern bluefin tuna (Thunnus maccoyii) in New Zealand fisheries waters during the 2021 fishing season. Specific Objectives: 1. To undertake an on-site survey to estimate amateur harvest of southern bluefin tuna in the eastern Bay of Plenty. 2. Design and undertake a survey to estimate the amateur harvest of southern bluefin tuna off the west coast South Island. 3. To estimate the amateur southern bluefin tuna harvest for the 2021 southern bluefin tuna fishing season using the method developed in Specific Objectives 1 and 2, data from the amateur charter vessels, section 111 landings, sport fishing club records, and any other appropriate reporting methods. 4. To characterise the biological and temporal nature of the marine amateur harvest of outhern bluefin tuna. 5. To collect otoliths from southern bluefin tuna caught by recreational fishing vessels fishing in the eastern Bay of Plenty.",Awarded,,0,20250410 Ministry for Primary Industries,23553127,Request for Proposals,Closed Competition,TAR2020-01 Stock assessment of east coast tarakihi,C - TAR2020-01,20201105,20201130,20210108,,Sole Agency,No,,"Overall Research Objectives: To complete a stock assessment for tarakihi (Nemadactylus macropterus) off the east coast of New Zealand. Specific Objectives: 1. To characterise the TAR 1 fishery and update the standardised CPUE indices for TAR 1 using data up to the end of the 201920 fishing year. 2. To characterise the TAR 2 fishery and update the standardised CPUE indices for TAR 2 using data up to the end of the 201920 fishing year. 3. To characterise the TAR 3 fishery and update the standardised CPUE indices for TAR 3 using data up to the end of the 201920 fishing year. 4. Investigate stock relationships of east coast tarakihi. 5. To carry out a stock assessment of east coast tarakihi, including estimating biomass and sustainable yields. Note: It is acknowledged that time-lines for this project are tight, and that additional work on the stock assessment model potentially required by new information on stock relationships may require an extension of milestone deadlines. If a variation is required the intention would be to present the final results of the assessment to the November 2021 Plenary meeting, instead of the May meeting.",Awarded,,0,20250410 Ministry for Primary Industries,23553222,Request for Proposals,Closed Competition,TRE2020-01 Stock assessment of trevally in TRE 1,C - TRE2020-01,20201105,20201207,20210108,,Sole Agency,No,,"Overall Research Objective: To conduct a stock assessment for trevally (Pseudocaranx dentex) in TRE 1, including estimating biomass and sustainable yields. Specific Research Objectives 1. To collate and update catch histories through to 201920 and all observational data series required for the TRE 1 stock assessment. 2. To conduct a stock assessment, including estimating biomass and sustainable yields for trevally in TRE 1. Note: This project will begin in 2020, but will not be completed until late 2021. The extended duration of the project is intended to allow for the update of CPUE indices of abundance and the development of a new stock assessment model.",Awarded,,0,20250410 Ministry for Primary Industries,23562400,Request for Proposals,Closed Competition,22334 AOG CSO_Water Storage Technical Review,C - 22334,20201104,20201118,20201218,,Sole Agency,No,,"MPI seeks a Supplier to develop a technical report on water storage as part of an MPI initiative Fit for a Better World (FFBW). Details of this initiative can be found via the following link: https://www.mpi.govt.nz/dmsdocument/41031-Fit-for-a-Better-World-Accelerating-our-economic-potential The scope for this project is described below. In-scope: o analysis of the current state of water availability from different sources i.e. groundwater, run of river etc, new storage needs and capacity, and security/uncertainty across regional NZ. This analysis will include findings from the GNS report on mapping and analysis of the water needs and opportunities for Otago, Northland, Southland and Gisborne due Jan/Feb 2021; o analysis of water storage and security strategies and implementation models including finance, governance and allocation to establish principles and components underpinning effectively implemented strategies; o environmental and economic modelling to support future interventions that considers social value and the costs/loss of opportunities of not taking actions; and o development of a technical report (as outlined below). Out-of-scope: o In field data collection. The Final Technical Report is the key output. This will include: an overview of what is known about the current state of water availability, storage and security across regional NZ; principles and components underpinning effectively implemented water storage strategies; a map showing current and future water storage needs of different regions; an analysis of challenges and opportunities related to water storage in New Zealand; and options for next steps for each region (next steps may relate to data/information gaps that need to be addressed, and/or possible interventions based on environmental and economic modelling in regions where enough data is available).",Awarded,,0,20250410 Ministry for Primary Industries,23567183,Request for Proposals,Closed Competition,Updating the Greenhouse Gas Emission Footprints for New Zealands Major Agricultural Products Sold to Overseas Markets,C - 22268,20201123,20201211,20210210,,Sole Agency,No,,"This CSO has been released by MPI in order to measure the GHG emissions footprint of a range of New Zealand agricultural products sold to overseas markets and how they compare to equivalent locally produced and sold food in export markets. The work will find the total greenhouse gas footprint for a selection of New Zealand agricultural products (inclusive of overseas transport) to selected overseas markets. It will compare this against the total greenhouse gas emissions of locally produced products (not inclusive of shipping) in the selected export markets. This work is intended to update food miles studies with similar aims from 10-15 years ago, but also to apply to a wider range of agricultural products and markets, reflecting current products of and markets of interest, including where the issue of food miles is becoming prominent. It is expected that the study will apply up to date GHG metrics and LCA methodologies for relevance and accuracy.",Awarded,,0,20250410 Ministry for Primary Industries,23583263,Request for Proposals,Open Competition,PSB2020-05 Grooming and preparation of hoiho database,O - PSB2020-05,20201109,20210129,20210701,,Sole Agency,No,,"Overall Objective: Groom and prepare the data in the hoiho database, and other relevant data where appropriate to inform subsequent hoiho research, including population models and spatial fisheries risk assessments. Specific Objectives: 1. Describe and catalogue existing hoiho databases (including the history and custody chain) containing data relevant to understanding hoiho population monitoring and hoiho intervention. 2. Audit, document, and catalogue the source and genesis of all data in the hoiho database(s) in a standardised way. 3. In collaboration with data owners or custodians, conduct data grooming/error correction/ interpolation as necessary, and populate missing fields wherever possible by accessing other available information, to make the data suitable for subsequent research (including population models and spatial risk assessments). 4. Build and update a standardised and easily queried repository for metadata documenting the database, including its genesis and structure, version control, and all grooming/linking/error-trapping code and other estimations carried out under Objective 3, including allowance for new data arising from future hoiho research projects.",Awarded,,0,20250410 Ministry for Primary Industries,23583330,Request for Proposals,Open Competition,PSB2020-07 Factors affecting protected species captures in surface longline fisheries,O - PSB2020-07,20201109,20210129,20210512,,Sole Agency,No,,"Overall Objective: Assess risk factors that influence the capture of protected species including seabirds, fur seals, sharks, and turtles by domestic surface longline vessels to inform the development of potential mitigation strategies. Specific Objectives: 1. Conduct modelling analyses to examine the influence of factors that could potentially lead to the capture of protected species by domestic longline vessels. 2. Based on the outcome of Objective 1, summarise the results and organise a workshop to test potential mitigation strategies.",Awarded,,0,20250410 Ministry for Primary Industries,23583381,Request for Proposals,Open Competition,PSB2020-06 Characterisation of all fishering activity that overlaps with hoiho including fish bycatch,O - PSB2020-06,20201109,20210129,20210701,,Sole Agency,No,,"Overall Objective: To characterise fisheries that overlap with the South Island population of hoiho, including QMS and non-QMS species, by method and area. This analysis is to additionally quantify the effect of fisheries management decisions that resulted in a shift in effort. Specific Objectives: 1. Characterise the commercial fisheries that overlap with the South Island population of hoiho, including spatial and temporal effort patterns and trends, and differences in gear configuration likely to affect catchability of hoiho. 2. Characterise fish catch patterns and trends in these fisheries, including QMS and non-QMS species. Particular attention should be given to species that are known to make up the hoiho diet. 3. ECSI inshore trawl survey data should be incorporated into the characterisation along with observer data, to identify CPUE indices for hoiho prey species that may not be recorded in commercial effort. 4. Summarise relevant fisheries management changes over the time period of the available catch and effort data characterised in Objectives 1-2. 5. Prepare the data in a format that can be used in a SEFRA to understand the risk that commercial fisheries overlapping with hoiho distributions impact their long term population status.",Awarded,,0,20250410 Ministry for Primary Industries,23583417,Request for Proposals,Open Competition,"PSB2020-08 Desktop update of estimation of seabird cryptic mortality in trawls, via warp and net captures in the NZ domestic fleet using standard mitigation",O - PSB2020-08,20201109,20210129,20210531,,Sole Agency,No,,"Overall Objective: To summarise and integrate existing data to estimate cryptic mortality of seabirds in trawls using standard mitigation estimates should explicitly contain uncertainty, and be specific to the capture method and fishery groups identified under project PRO2019-10. Specific Objectives: 1. Summarise existing data to assign priors for various parameters within a simple transition matrix model to estimate cryptic mortality of seabirds in trawls using standard mitigation, including rates of: live release survival; death by drowning in the net; death by warp strike; as well as rates of body retention vs. body non-retention in the net. 2. Construct a simple Bayesian model combining the parameter estimates from Objective 1, and fit to available data (e.g., pre- vs. post-tori line warp strike rates; results of autopsies; injury reporting codes; capture method) to estimate cryptic mortality",Awarded,,0,20250410 Ministry for Primary Industries,23583491,Request for Proposals,Open Competition,ZBD2020-08 Role of low and mid-trophic level fish in Hauraki Gulf ecosystem,O - ZBD2020-08,20201109,20210129,20210531,,Sole Agency,No,,"Overall Objective: To understand and model the role of low- and mid-trophic level fish in the Hauraki Gulf contributing to Sea Change. Specific Objectives: 1. The project should deliver a model describing the role of low- and mid-trophic level fish in terms of energy transfer through the food web of the Hauraki Gulf. Reporting Requirements: 1. Present methods to an Aquatic Environment Working Group (AEWG) meeting before 30 April 2021. 2. Present a draft Aquatic Environment and Biodiversity Report (as per Research Reporting Form 6) to an AEWG meeting before 30 September 2021. 3. Submit a draft Aquatic Environment and Biodiversity Report (as per Research Reporting Form 6) to the MPI contracts manager and Fisheries New Zealand project scientist by 30 October 2021. 4. Submit a final Aquatic Environment and Biodiversity Report (as per Research Reporting Form 6) to the MPI contracts manager and Fisheries New Zealand project scientist by 31 December 2021.",Awarded,,0,20250410 Ministry for Primary Industries,23610702,Request for Proposals,Open Competition,ZBD2020-11 Review of land-based effects on coastal fisheries and kaimoana and their habitats,O - ZBD2020-11,20201113,20210129,20210531,,Sole Agency,No,,"Overall Objective: To provide an updated state of knowledge of land-based effects on coastal habitats and the fisheries and kaimoana species they support. Specific Objectives: 1. To review current state of knowledge of land-based effects on coastal fisheries and kaimoana species in New Zealand. 2. To collate information on land-based stressors to coastal ecosystems, mitigation measures taken, and to provide a detailed list of all available datasets and spatial layers at regional and national scales",Awarded,,0,20250410 Ministry for Primary Industries,23610920,Request for Proposals,Open Competition,BEN2020-07 Extent and intensity of trawl effort on or near underwater topographic features in New Zealands Exclusive Economic Zone,O - BEN2020-07,20201113,20210129,20210421,,Sole Agency,No,,"Overall Objective: Assess the extent to which feature-based fisheries have trawled on or near underwater topographic features (UTFs) in the New Zealand Exclusive Economic Zone Specific Objectives: 1. Update the database of all known UTFs with elevations exceeding 100 m in New Zealands EEZ and develop a GIS layer delineating all known UTFs. 2. Estimate the extent and intensity of trawl effort on or near the seafloor of UTFs for each fishing year between 198990 and 201920",Awarded,,0,20250410 Ministry for Primary Industries,23611008,Request for Proposals,Open Competition,BEN2020-01 The extent and intensity of seabed contact by mobile bottom fishing in the New Zealand Territorial Sea and Exclusive Economic Zone,O - BEN2020-01,20201113,20210129,20210421,,Sole Agency,No,,"Overall Objective: Estimate the extent and intensity of seabed contact by bottom fishing in New Zealands Territorial Sea and Exclusive Economic Zone using fisher reported data and geospatial position reporting (GPR) data. Specific Objectives: 1. To assist MPI with the grooming of fisher reported data and compile summary statistics for all deepwater (1989 2020) and inshore trawl and dredge fishing (2007 2020) by fishing year, depth zone, sediment categories, fishable area, and any other agreed habitat classifications or proxies, and to identify any trends or changes to meet management needs. 2. To develop methods to map the extent and intensity of bottom contact by bottom fisheries for 201819 using GPR data and compare the outputs to those derived in Objective 1.",Awarded,,0,20250410 Ministry for Primary Industries,23611073,Request for Proposals,Open Competition,ZBD2020-06 Recovery of biogenic habitats: assessing the recovery potential offered by spatial planning scenarios proposed in the Sea Change Plan,O - ZBD2020-06,20201113,20210129,20210531,,Sole Agency,No,,"Overall Objective: To assess the recovery potential of biogenic habitat provided by spatial planning scenarios proposed by Sea Change, taking into consideration broad-scale ecological processes, local scale habitat conditions, and the effects of stressors within and beyond the boundaries of the proposed spatial tools. Specific Objectives: 1. Assess the potential for the recovery of habitats, offered by various spatial planning scenarios, taking into account meta-community dynamics, habitat condition, and ongoing stressors at local and regional scales and the interactive effects thereof. 2. Identify feasible strategies for the recovery and maintenance of habitats in the Hauraki Gulf Marine Park and suggest principles for future spatial planning processes to enhance recovery potential.",Awarded,,0,20250410 Ministry for Primary Industries,23611156,Request for Proposals,Open Competition,ZBD2020-09 Cumulative effects of stressors on scallops and scallop habitats in the Marlborough Sounds,O - ZBD2020-09,20201113,20210129,20210621,,Sole Agency,No,,"Overall Objective: Assess the interactive effects of key stressors on scallops and scallop habitat in the Marlborough Sounds. Specific Objectives: 1. Use experimental and modelling techniques to assess the cumulative effect of a range of physical, biological, and ecological stressors (including fishing) on scallops and scallop habitat in the Marlborough Sounds.",Awarded,,0,20250410 Ministry for Primary Industries,23618311,Request for Proposals,Closed Competition,22255 Independent quality and probity review for Forestry ETS Transformation Programme,C - 22255,20201113,20201120,20201216,,Sole Agency,No,,"The objective of this procurement is to obtain an external consultant to complete probity and independent quality assurance across the Forestry ETS Procurement and Implementation Project. The purpose is to give the Senior Responsible Owner assurance that the planned and actual procurement process, management and governance arrangements are robust and commensurate with the nature and size of the task.",Awarded,,0,20250410 Ministry for Primary Industries,23620727,Request for Proposals,Closed Competition,Indicative Business Case Writer for ETS Transformation Project,C22152,20201116,20201120,20201221,,Sole Agency,No,,"The objective of this procurement is to obtain an experienced business case writer and other supplementary capability for the Forestry ETS Transformation programme to complete the Implementation Business Case documentation for the next Treasury stage gate review. The use of experienced business case expertise worked well when the programme did the detailed business case last year and was looked upon favourably by Treasury and the other central agencies. As part of the Better Business Case process MPI needs to complete an Implementation Business Case that confirms or updates the information in the Detailed Business Case (DBC), identifies the main changes from the earlier DBC and document any requirements and commitments identified in the Cabinet Minute approving this earlier business case. In doing this the Implementation Business Case revisits and confirms that the programme is still required and still aligns with government and organisation strategies, priorities and identifies the technology supplier offer that optimises value for money and confirms that the economic case still stacks up in terms of costs and benefits. The Implementation Business Case also sets out the negotiated commercial and contractual arrangements for any procurement, confirms that the proposed arrangements are affordable and confirms the funding arrangements, describes the detailed management arrangements for the successful delivery of the programme. This also forms the basis of the Programme Management Plan or a similar management/control document.",Awarded,,0,20250410 Ministry for Primary Industries,23621170,Request for Proposals,Open Competition,Climate Change Information System replacement Prime Technology Provider,0 -22363,20201120,20201218,20210531,,Sole Agency,No,,"MPI requires a prime technology provider with skills in developing complex applications on Salesforce platforms to lead the design, development and integration of a replacement Climate Change Information System (CCIS) to create a new solution that MPI can use to manage the Forestry component of the New Zealand Emissions Trading Scheme. MPI is looking for credible providers who have the capability, experience and infrastructure to deliver this complex application on time. The application will be a key factor in improving the experience of MPI to foresters who participate in the Emissions Trading Scheme and the inherent efficiencies of a well-designed, modern platform will enhance the administration of the Forestry ETS. A provider will need to have a good track record in the management, development and implementation of similar applications and show a history of effectively working with other providers of complementary services by building strong relationships. An open briefing will be provided at 1pm on Thursday 26 November 2020 via video conference. If you are interested in attending please contact MPI through the contact details in the RFP document by 25 November 2020.",Awarded,,0,20250410 Ministry for Primary Industries,23647209,Request for Proposals,Open Competition,"PMM2020-07 Novel technologies to monitor Maui and Hector's dolphin abundance, spatial distribution, behaviour, and/or reproductive success",O - PMM2020-07,20201119,20210129,20210701,,Sole Agency,No,,"Overall Objective: Test and demonstrate the utility of novel detection technologies (including flown or underwater drones, deploying camera or acoustic sensors) and novel analytical tools (including artificial intelligence) to monitor important aspects of Maui and Hectors dolphin biology or behaviour in key locations. Specific Objectives: 1. Design a trial to demonstrate the capability of a novel research platform or technology to collect important data for Maui or Hectors dolphins, as part of a regular monitoring programme. The trial description should include the means by which trial data will be processed and the criteria by which the success or failure of the trialled technology or platform will be evaluated. Priority data for collection are identified in the Objective rationale below. 2. Implement the trial described in Objective 1 in one or more identified priority locations. Locations of particular interest for different types of data collection are identified in the Objective rationale below. 3. With the results of Objective 2 and, in consultation with Fisheries New Zealand and DOC, design and present options for a regular monitoring programme to collect priority data at specified intervals over a 3?5 year timeframe.",Awarded,,0,20250410 Ministry for Primary Industries,23647295,Request for Proposals,Open Competition,"PMM2020-09 Local-scale spatial distribution modelling of Hector's dolphins in key areas, to improve risk management",O - PMM2020-09,20201119,20210129,20210421,,Sole Agency,No,,"Overall Objective: Estimate the spatial density of Hectors dolphins, including seasonal variability, for local populations of particular interest for fisheries management, and evaluate the consequences for estimation of fisheries risk. Specific Objectives: 1. Identify and compile data potentially indicative of Hectors dolphin spatial distributions in up to three local populations or local habitats of particular interest. 2. Applying an appropriate spatial modelling statistical method, estimate the spatial density of Hectors dolphins in the local area(s) of interest, including seasonal variation. 3. Intersect predicted spatial densities under Objective 2 with fishing effort data to estimate spatial overlap and fisheries risk, including changes over time, in the local population(s) of interest. In consultation with Fisheries New Zealand working groups, test alternate structural assumptions potentially affecting estimation of fisheries risk. 4. Using model sensitivities, test the extent to which the spatial distribution(s) from Objective 2 and the estimates of overlap/ risk from Objective 3 are sensitive to alternate plausible model parameterisations.",Awarded,,0,20250410 Ministry for Primary Industries,23653004,Request for Proposals,Closed Competition,BTG Response,22331,20201119,20201126,20210121,,Sole Agency,No,,"BTG Response MPI is seeking the delivery of a successful BTG Response The Service The high level service requirements are: Surveillance: All transects and identified sites are surveyed via night spotlighting. Specimens are collected and appropriately processed. Data collection: Habitat types and density data captured for all detection. Accurate GPS co-ordinates are recorded, and all data fields are accurate. Sample Collection: All samples received at lab as per specifications. Any requested live samples need to be secure and no risk of accidental release.",Not Awarded,,0,20250410 Ministry for Primary Industries,23664444,Request for Proposals,Closed Competition,C - 22193 Writing and Communication Skills Training,C - 22193,20201123,20201207,20210119,,Sole Agency,No,34 - 38 Bowen Street,"The Ministry for Primary Industries requires a high standard of writing from its employees to ensure organisational and industry standards and expectations are met. MPI staff are predominantly degree qualified and work within a science-based organisation. The capability needs have been identified in business writing, communicating in plain English and technical writing. The audience for our written communication includes Ministers, community organisations, industry, internally and the general public. This communication includes (but is not limited to) technical science information to be written clear, concise and in plain English; policy writing and presentation of information in various formats including business cases, proposals, policy documents, A3 presentations; and other media tools and formats. The objective of this procurement is to obtain necessary technical and business case writing and communication skills training services nationally for MPI staff, as required for MPI Learning and Development programmes. The expected benefits and outcomes of this closed procurement through the AoG Consultancy Panel are: a. Refreshed and centralised view of MPI requirements and quality standards for these training services; b. Ensuring best value achieved through competitive closed tender approach via AoG Consultancy Panel; c. Quality performance and contract management frameworks agreed and established.",Awarded,,480000,20250410 Ministry for Primary Industries,23667388,Request for Proposals,Open Competition,Aquaculture Site Investigations for Southland,O - 22154,20201123,20201217,20210429,,Sole Agency,No,,"Fisheries New Zealand is working with the Department of Conservation to conduct a spatial mapping exercise of the South Islands exposed East Coast, working closely with regional councils and Treaty partners. This project will primarily inform Governments open ocean aquaculture work, by determining the scale of opportunity for open ocean aquaculture in this area. This will better enable the Government to ensure any new open ocean aquaculture is developed and managed sustainably alongside other marine uses and protection values. It is expected that the spatial mapping project will identify potential open ocean aquaculture sites. This tender is for field investigation of up to three potential sites in Southland to further assess the suitability for open ocean salmon farming. Doing this work in Southland recognises the role of aquaculture in Southlands economic development strategy, and the existing proposals to farm salmon in this region and the potential Crown settlement obligations that may arise. We wish to commission Ecological Assessments on the seabed and water column environment at up to three 2,000-hectare sites in Southland. These assessments will inform us of the opportunity for open ocean salmon aquaculture at the identified sites. We are looking for a suitably qualified research provider to provide the Ecological Assessments. This is an open, competitive tender process.",Awarded,Price band decreased (contract amended to non-fieldwork only),0,20250410 Ministry for Primary Industries,23668762,Request for Proposals,Closed Competition,22253 Economic Analysis on the Value of New Zealands Export System,C - 22253,20201123,20201204,20210120,,Sole Agency,No,,"MPI wishes to obtain economic analysis that will consider the overall trade-off between the benefits from maintaining and enhancing market access for New Zealand exports, and the costs of a more comprehensive regulatory control framework. The outcome of the analysis will assist MPI with framing policy advice to ensure New Zealand has a resilient export framework that enables trade, and that businesses, government and trading partners have confidence in.",Awarded,,0,20250410 Ministry for Primary Industries,23705202,Request for Proposals,Open Competition,New Zealand Wood Fibre Futures Project - Stage Two,O-22274,20201130,20210129,20210406,,Sole Agency,No,,"MPI is seeking a highly experienced provider, with world-class international networks and extensive consulting experience, to carry out Stage Two of the New Zealand Wood Fibre Futures Project. The successful Respondent will deliver an authoritative report, that provides detailed commercial insight and assessment of the business case for investing in four priority product candidates. Following a comprehensive review of the Stage One report of this project, stakeholder engagement, analysis of the process heat and coking coal use in New Zealand and the Governments priorities on supporting the use of renewable energy for process heat, the four priority product candidates in scope of this Request for Proposal (RFP) are identified as below: Wood-based products Biocrude oil Liquid biofuels Solid fuels As a deliverable, we are expecting to receive a comprehensive authoritative analysis that covers: a) Business Investment Cases: provide detailed commercial insight, analysis and assessment of the business case for investing in producing four priority product candidates in New Zealand: b) Broader Forestry Industry Enablers: production systems and associated infrastructure development needs: assess the scope, roles and impact for at least two specific production systems: manufacturing clusters (industrial symbiosis) and distributed manufacturing, that could be employed to support the investment cases. c) Roles for Government: identify potential roles and parameters for Government in facilitating the commercial success of the potential investments.",Awarded,,0,20250410 Ministry for Primary Industries,23710375,Request for Proposals,Open Competition,406293 - Domestic Ballast Water Risks and Management Options,O - 406293,20201201,20210202,20210331,,Sole Agency,No,,"Vessel ballast water discharge represents a significant pathway for the introduction of non-indigenous species (NIS) into marine ecosystems and their translocation throughout New Zealand. International ballast water movements are now managed under the International Maritime Organization Ballast Water Management Convention, which entered into force on 8th September 2017. New Zealand currently has no ballast water discharge requirements for vessels (either international or domestic) exchanging New Zealand-sourced ballast water between domestic ports. Before a pathway management approach for domestic ballast water can be considered, we need to know the magnitude of domestic ballast water discharges and identify potential management options. Please ensure your pricing document is submitted separately from your main response document.",Awarded,,0,20250410 Ministry for Primary Industries,23736954,Request for Proposals,Closed Competition,Lead Consultant Services for the new Interim Quarantine Facility,C-22260,20201207,20201216,20210114,,Sole Agency,No,,"Interim Post-Entry Quarantine (IPEQ) project is looking to address pressures on current L3B PEQ greenhouse capacity (current backlog of bookings until 2024) due to the increasing demand for the importation of new genetic plant material. Funding has been received from Cabinet to design and build these interim PEQ facilities. It is anticipated that these facilities will be built and operational by the end of 2021 while decisions are made around the full replacement activities. We have just received approval to release this tender and so please find attached the following documents that do comprise the tender package, being; 1. The Statement of Work as per the MBIE Construction Consultancy Services Panel 2. MPIs IPEQ Requirements document These two documents should allow you to assess and then complete the tender response, using the form within the SOW. If you have any questions or require further details to allow you to understand the requirement for the required services, please do not hesitate to contact the nominated person.",Awarded,"Design Group Stapleton Elliot (DGSE) provided a proposal, on 16 December 2020, to the Ministry for Primary Industries (MPI) in response to MPIs request for proposal for Principal Consultant services to design the Interim Post-entry Quarantine facility (the IPEQ). This proposal was deemed to be accepted, although a Letter of Intent was issued to secure some prior work before the full contract was to be reviewed and endorsed.",0,20250410 Ministry for Primary Industries,23737120,Request for Proposals,Open Competition,406291 - Evaluating Efficacy of Marine Growth Prevention Systems,O - 406291,20201207,20210215,20210421,,Sole Agency,No,,"Vessel biofouling represents a significant pathway for the introduction of non-indigenous species (NIS) into New Zealands marine ecosystems and subsequent spread. Sea chests are large recesses in the hull that enable the efficient intake of water for internal seawater systems (e.g. engine cooling, ballast water, air conditioning, fire-fighting systems). These niche areas are found on large international and domestic vessels which operate in New Zealand waters. Sea chests have been found to harbour dense and diverse biofouling assemblages which are generally inaccessible for inspection or treatment by divers. Marine Growth Prevention Systems (MGPS) are a preventive tool used to minimise biofouling growth in sea chests. While MGPS may be sufficient to reduce biofouling for operational purposes, independent evidence regarding the efficacy of MGPS to meet biosecurity objectives are required. The objective of this project is to assess the general effectiveness of recommended dosing for MGPS to prevent biofouling accumulation, identify the factors that influence MGPS efficacy, and outline a set of best practice maintenance principles regarding MGPS use.",Awarded,,0,20250410 Ministry for Primary Industries,23762192,Request for Proposals,Open Competition,20838 Supply and Management of Uniform & Branded Workwear,O - 20838,20201211,20210212,20220301,,Cluster,No,,"This is a joint procurement opportunity between MPI and NZ Customs. Many roles within MPI and NZ Customs are required to interact with the general public, stakeholders and other agencies. Our uniform and branded workwear enable our staff to project a professional image and be easily identified when undertaking quarantine inspections, in enforcement, compliance roles or stakeholder engagement. We are seeking to appoint a sole supplier who can supply and manage our uniform and branded workwear. Expected outcomes of this procurement process are to: Achieve best value for money Improve uniform staff satisfaction in: ? fitness for purpose of the garment ? quality of the garment ? turnaround time of ordered goods ? customer experience Introduce smarter ways of ordering, reporting and managing goods improve transparency throughout the supply chain including sub-contractors Promote public value, sustainability and ethical sourcing Please read through all the RFP documents for the details of this RFP.",Awarded,,0,20250410 Ministry for Primary Industries,23770862,Request for Proposals,Closed Competition,Quantity Surveying Services for the new Interim Quarantine Facility,C-22259,20201214,20210129,20210308,,Sole Agency,No,,"The Ministry for Primary Industries has commenced the Interim Post-Entry Quarantine (IPEQ) project to address pressures on current L3B PEQ bio-containment greenhouse capacity due to the increasing demand for the importation of new genetic plant material. Funding has been received from Cabinet to design and build these interim PEQ facilities. It is anticipated that these facilities will be built and operational by the end of 2021 while decisions are made around the full replacement activities. We have just received approval to release this tender and so please find attached the following documents that do comprise the tender package, being; 1. The Statement of Work as per the MBIE Construction Consultancy Services Panel 2. The project roles and responsibilities document These two documents should allow you to assess and then complete the tender response, using the form within the SOW. If you have any questions or require further details to allow you to understand the requirement for the required services, please do not hesitate to contact the nominated person.",Awarded,Thank you for your submission and MPI is pleased to confirm that RLB is our preferred respondent and we will finalise the contract with you.,0,20250410 Ministry for Primary Industries,23794152,Request for Quotations,Closed Competition,Purchase of Electronic Bench Scales,C - 22369,20201221,20210205,20210416,,Sole Agency,No,,"We are seeking four electronic motion compensating bench scales equivalent to the Marel M1100 bench scale series. As a minimum, proposed scale must meet the following specifications: o Water resistant - IP67/IP69K equivalent or higher o Designed for a saltwater and wash-down environment o Motion compensating o Battery operated o Able to be transported easily o Must be capable of measuring down to the gram and weigh up to 50kg Please refer to the RFQ for further detail of our requirements.",Awarded,,0,20250410 Ministry for Primary Industries,23807913,Request for Quotations,Open Competition,O - 20933 Container Seals,O - 20933,20201222,20210211,20210329,,Sole Agency,No,,"The four types of container seals MPI has in specification for this RFQ are vital and necessary items for ensuring that exported product will arrive at its destination secure and showing evidence that it has not been tampered with. MPI Verification Services (VS) has a legislative and Overseas Market Access Requirement (OMAR) to use container seals for some VS certified animal product for export. Supply of these container seals is a critical factor for MPI to ensure export product is fully compliant with requirements. This RFQ relates to the purchase of Official Devices (container seals - refer to Appendix 2 Official Devices Container Seals Specifications) for the purpose of securing, identifying and differentiating export consignments of animal material, animal products and live animals which are exported with official assurances. This will be through a contract arrangement with a sole national provider of container seals that have the demonstrated capabilities and capacities to ensure effective supply to MPI at all times. The key outcomes that we want to achieve are: i) Container Seals inventory managed - at all times with MPI to agreed stock levels and reorder points, with nil stock out situations and within secure storage facility. ii) Contract management a framework on a partnership basis with MPI is agreed and in place, to ensure the supply standards are at optimal measured and reported on levels, and continuous improvement initiatives are well embedded. iii) Proactive - communications and actions from the supplier to achieve outcomes i) and ii) above. The expected benefits and outcomes of this procurement are that exported product will arrive at its destination secure and showing evidence that it has not been tampered with. This is a highly critical and mandatory requirement for NZ export product.",Awarded,,0,20250410 Ministry for Primary Industries,23808407,Request for Proposals,Closed Competition,Options to mitigate nutrient leaching from commercial vegetable production,C-22394,20210111,20210205,20210316,,Sole Agency,No,,"There is a significant gap in information about different mitigation strategies available globally to reduce nutrient leaching from vegetable production, the estimated costs associated with these, and what kind of leaching reductions can be potentially achieved using different methods. Commercial vegetable production in New Zealand is comprised of a diverse range of producing systems that depend on highly productive land in climate suitable areas, with often high nutrient and water inputs. We are wanting an expert to review and analyse mitigation methods and technologies that have been used to achieve significant reductions in nutrient (particularly nitrogen, but also phosphorus and sediment) leaching in vegetable production systems worldwide.",Awarded,,0,20250410 Ministry for Primary Industries,23812043,Request for Proposals,Closed Competition,Independent Quality Assurance for Forestry ETS Transformation Programme,C22570,20201223,20210129,20210316,,Sole Agency,No,,"Te Uru Rakau is undertaking a fundamental transformation of its services to foresters who participate in the Emissions Trading Scheme (ETS). The ETS is the Governments primary tool for offsetting greenhouse gas emissions and meeting domestic and international climate change commitments. At the forefront of this transformation is the Forestry ETS Transformation Programme which is a large, high-value programme which includes procurement activity to replace an old, bespoke build application used to manage the Forestry ETS Scheme with an application that uses integrated modern applications. This is the Climate Change Information System (CCIS) project and is currently in the early stages of the sourcing process and we are seeking a request of interest from potential suppliers in the market. This procurement is to engage external Assurance Services. This will include Independent Quality Assurance and Technical Quality Assurance, and Operational Readiness Review to provide assurance to the Senior Responsible Officer (SRO)",Awarded,,0,20250410 Ministry for Primary Industries,23820205,Request for Proposals,Closed Competition,22477- Research into succession in New Zealand's horticulture sectors,C - 22477,20210111,20210205,20210422,,Sole Agency,No,,"The objective of this procurement is to obtain a brief research report into the status quo of entry and exit pathways in a sample of different horticulture sub-sectors in New Zealand. This work will connect in with MPIs Fit for a Better World Roadmap, which aims to grow horticulture export earnings by $2.6 billion by 2030 and attract more New Zealanders to enter clear career progression pathways along the supply chain. The projects long-term goals will be to strengthen the sectors resilience and improve access into the sectors.",Awarded,,0,20250410 Ministry for Primary Industries,23836342,Request for Proposals,Closed Competition,22416 Provision of Forestry ETS Transformation Programme BCP Consultant,22416,20210112,20210126,20210203,,Sole Agency,No,,"Te Uru Rakau is undertaking a fundamental transformation of its services to foresters who participate in the Emissions Trading Scheme. The Emissions Trading Scheme (ETS) is the Governments primary tool for offsetting greenhouse gas emissions and meeting domestic and international climate change commitments. At the forefront of this transformation is the Forestry ETS Transformation Programme, which is a large, high value programme a procurement activity will be undertaken to replace an old bespoke build application used to manage the Forestry ETS scheme with an application that uses integrated modern applications. This is currently in the early stages of the sourcing process. MPI is seeking to engage a suitable supplier to assist with BCP for the ETS Transformation Programme. MPI require a detailed Business Continuity Plan that will ensure the ongoing functionality of key applications to maintain the ETS Forestry application process during the change-over to new ICT platforms and applications. We also require the Business Continuity Plan to covers disruptive scenarios once the new IT platform is fully in place. The expected benefits and outcomes of this procurement is for Te Uru Rakau, to have confidence that it will continue to manage the ongoing operation of the forestry aspects of the ETS for a range of scenarios during and after the ETS Transformation Programme.",Not Awarded,MPI did not receive any responses to the opportunity.,0,20250410 Ministry for Primary Industries,23836702,Request for Proposals,Closed Competition,22629 - Leveraging collaborative value in exports: lessons from an existing model,C - 22629,20210114,20210204,20210330,,Sole Agency,No,,MPI wishes wish to commission independent expert analysis (with a focus on economic and regulatory expertise) to consider the effectiveness (and if possible quantify) the contribution of the HEA legislation in terms of growing the value of its participating horticultural sectors.,Awarded,,0,20250410 Ministry for Primary Industries,23848942,Request for Proposals,Closed Competition,22466- Facilitating growth in the New Zealand industrial hemp industry,C - 22466,20210115,20210212,20210316,,Sole Agency,No,,"The industrial hemp sector has been an emerging part in the primary sector for some years, however the growth potential of the industry is unclear. The Ministry for Primary Industries (MPI) want collated evidence on the true market opportunities in the food, seeds and fibre markets for industrial hemp and understand the New Zealand niche in the global market. We also seek a clear picture on what the barriers are to export revenue growth in this sector.",Awarded,,0,20250410 Ministry for Primary Industries,23849983,Request for Proposals,Closed Competition,E-Commerce: An International Analysis of Trends & Regulatory Systems,C - 22505,20210115,20210201,20210215,,Sole Agency,No,,"The primary sectors roadmap, Fit for a Better World, establishes ambitious targets for a productive, sustainable and inclusive economy. The roadmap recognises the need to modernise New Zealands key regulatory systems - such as food safety, biosecurity and animal welfare - to support innovation, increase efficiency and remove complexity while continuing to manage risk. New Zealands regulatory systems address a range of risks of concern to the New Zealand government and provide assurance to New Zealands trading partners. They were not designed with e-commerce in mind and may generate unnecessary barriers to e-commerce enabled exports. The Ministry for Primary Industries (MPI) is progressing an e-commerce exports review (the review). The review aims to support the growth in export earnings from New Zealands primary sector by ensuring our regulatory systems enable the growth of e-commerce while maintaining robust export assurance controls that meet both the New Zealand governments and our trading partners requirements.",Awarded,,0,20250410 Ministry for Primary Industries,23865808,Request for Proposals,Closed Competition,Economic Impacts and Cost Benefit Analysis of Transitioning to Alternative Farrowing and Mating Systems,C - 22508,20210119,20210210,20210304,,Sole Agency,No,,This CSO relates to the purchase of consultancy services to provide a written report by 16 April 2021 assessing the economic impacts and a cost benefit analysis of transitioning to alternative farrowing and mating systems for the pork industry.,Awarded,,0,20250410 Ministry for Primary Industries,23870580,Request for Proposals,Closed Competition,Options to improve the plant sector funding landscape to accelerate sector growth,C - 22469,20210121,20210215,20210316,,Sole Agency,No,,"The New Zealand Government is considering changes to how its structural policies, including through the Crown Research Institute Review, to upgrade innovation capabilities throughout the economy. One of the key factors that has driven growth in other high income countries has been the how they have invested in research, science and innovation, as it can can increase productivity, raise the value of products, improve systems, support diversification, create high value jobs and improve social and environmental well-being. MPI requires research to be undertaking to identify how other countries with high value plant sectors have have structured their RSI funding to minimise or overcome the five barriers to faster growth of New Zealands plant sector",Awarded,,0,20250410 Ministry for Primary Industries,23910749,Request for Proposals,Open Competition,Nematode Treatment for Nursery Stock,O - 406502,20210201,20210305,20210531,,Sole Agency,No,,"Germplasm imports represent a high-risk pathway for the introduction of pest and pathogens into New Zealand. Nematodes are a common pest found in association with germplasm material, such as whole plants, rooted cuttings and bulbs. Plant parasitic nematodes, such as potato cyst, beet cyst, root lesion and root-knot nematodes, parasitize plants reducing their growth and survival, resulting in significant crop yield losses. The current treatment for nematodes intercepted at the New Zealand border is a combination of methyl bromide/hot water and treatment with the active ingredient fenamiphos. Use of fenamiphos is being phased out in New Zealand by 1 July 2023 due to a decision made by the New Zealand Environmental Protection Authority (EPA). In order to manage the risk of nematodes in the nursery stock pathway, Biosecurity New Zealand must find an alternative active ingredient treatment to fenamiphos. This treatment method must be acceptable for use within New Zealands regulatory framework that manages the use of agricultural chemicals in the country Agricultural Compound and Veterinary Medicine (ACVM) and EPA controls. PLEASE NOTE: To be provided the additional documentation for this RFP, you must complete and sign the Confidentiality Agreement and send to Amy McNabb, Procurement Specialist at amy.mcnabb@mpi.govt.nz",Awarded,,0,20250410 Ministry for Primary Industries,23920541,Request for Proposals,Closed Competition,High Throughput Laboratory Equipment,C - 22225,20210201,20210301,20210525,,Sole Agency,No,,"Secondary Procurement to purchase an ELIZA automated platform Please respond directly into the Statement of Work document - this will be your tender response for this equipment",Awarded,,0,20250410 Ministry for Primary Industries,23932102,Request for Proposals,Closed Competition,C22416 Provision of Forestry ETS Transformation Programme BCP Consultant,C22416,20210203,20210217,20210308,,Sole Agency,No,,"Te Uru Rakau is undertaking a fundamental transformation of its services to foresters who participate in the Emissions Trading Scheme. The Emissions Trading Scheme (ETS) is the Governments primary tool for offsetting greenhouse gas emissions and meeting domestic and international climate change commitments. At the forefront of this transformation is the Forestry ETS Transformation Programme, which is a large, high value programme a procurement activity will be undertaken to replace an old bespoke build application used to manage the Forestry ETS scheme with an application that uses integrated modern applications. This is currently in the early stages of the sourcing process. MPI is seeking to engage a suitable supplier to assist with BCP for the ETS Transformation Programme. MPI require a detailed Business Continuity Plan that will ensure the ongoing functionality of key applications to maintain the ETS Forestry application process during the change-over to new ICT platforms and applications. We also require the Business Continuity Plan to covers disruptive scenarios once the new IT platform is fully in place. The expected benefits and outcomes of this procurement is for Te Uru Rakau, to have confidence that it will continue to manage the ongoing operation of the forestry aspects of the ETS for a range of scenarios during and after the ETS Transformation Programme.",Awarded,Services to be provided under this CSO relate to a Discovery Phase only. Subsequent services will be agreed following completion of the Discovery Phase.,7500,20250410 Ministry for Primary Industries,23952990,Request for Proposals,Closed Competition,Investigation into Economic Wellbeing and Treasury Living Standards Framework for Fisheries New Zealand,C - 22662,20210209,20210219,20210331,,Sole Agency,No,,"It is proposed that this research will investigate the concept of wellbeing as a means to accomplish integration of economic wellbeing into the core advice that is provided to the Minister of Oceans and Fisheries. It is expected that this will allow us to unravel and better assess complex social, cultural and economic issues within the context of fisheries management. MPIs Strategic Intentions 2018-2023 details the need to embrace the Treasurys Living Standards Framework (LSF) within our overarching operating framework in order to implement a holistic approach to wellbeing. As there has been a clear signal to embed a wellbeing approach across the public sector, Fisheries New Zealand is keen to understand how the LSF could be integrated within its current (and future) operations. Fisheries New Zealand is seeking to understand what indicators are currently accessible and relevant when integrating the LSF into its day to day operations. It is proposed that this research will provide a report establishing a foundation on how this could be done, along with recommendations and advice at for each of The Four Capitals indicators, for Fisheries New Zealand to build upon.",Awarded,,0,20250410 Ministry for Primary Industries,23953142,Request for Proposals,Open Competition,Food Safety Science Services Panel,O - 406060,20210211,20210423,20211105,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking for suppliers who can deliver food safety research and science services to support MPIs guidance and regulatory activities. The contracted work will focus on New Zealand food products and the New Zealand food safety system. This Request for Proposal (RFP) is to create a panel of suppliers who are capable of delivering research services in the area of food safety science. There is a requirement to set up an open panel with suppliers who can provide research services for food safety science and risk assessment delivered under seven categories: 1. Risk Profiles and Risk Assessment evaluation of priority food safety issues, updating and development of risk profiles and development of risk assessment models for foodborne hazards; 2. Scientific Evaluation - Microbiological Food Safety experimental trials, method development, hazards surveys and laboratory analysis; 3. Scientific Evaluation - Chemical Food Safety experimental trials, method development, hazard surveys and laboratory analysis; 4. Scientific Evaluation - Food Composition and Intake exposure assessments, surveys and laboratory analysis; 5. Human Health Surveillance annual reporting of foodborne illness in New Zealand; 6. Pathogen Food Source Attribution collection of samples for culture and subtyping of microorganisms from source reservoirs and human clinical specimens as well as modelling and data analyses; and 7. Science Support Programme Programme reporting, emergency response, food complaints and consultation.",Awarded,,0,20250410 Ministry for Primary Industries,23988575,Request for Proposals,Closed Competition,Independent Quality Audit - PSLU Programme,C-22682,20210217,20210308,20210707,,Sole Agency,No,,,Not Awarded,Project no longer required.,0,20250410 Ministry for Primary Industries,24013543,Request for Proposals,Closed Competition,ETS Transformation - Organisational Design Consultancy,C-22431,20210223,20210311,20210531,,Sole Agency,No,,"MPI requires an experienced service provider to lead the development of the people and organisational aspects of our future operating model for services Te Uru Rakau provide for the Forestry components of the Emission Trading Scheme. This includes development of organisational design, workforce planning, and the identification of the capabilities our staff will require in the future and potentially includes the development of a future state functional model.Following on from this work there will be the opportunity to provide resourcing for the organisational change management functions relating to the implementing the recommended organisational structure.",Not Awarded,No responses received,0,20250410 Ministry for Primary Industries,24016845,Request for Quotations,Closed Competition,CCIS Replacement Project - GIS Services,C-22692,20210305,20210319,20210531,,Sole Agency,No,,"To facilitate the management of the forestry components of the New Zealand Emissions Trading Scheme an end of life system (Climate Change Information System or CCIS) is used, with support to end in 2022. MPI requires a partner from its ICT Applications Development Panel with Geospatial development expertise to be part of the project that is designing and developing a replacement CCIS solution. This new solution will leverage MPIs existing technology platforms including ESRI ArcGIS. We are currently appointing a Lead Vendor who will coordinate all delivery across all development partners and external agencies so experience working in multi-vendor projects where there is one Lead Vendor managing the delivery and development schedule forms part of the evaluation.",Awarded,,0,20250410 Ministry for Primary Industries,24018039,Request for Quotations,Closed Competition,CCIS Replacement Project - Secure by Design Services,C-22656,20210304,20210318,20210401,,Sole Agency,No,,"MPI undertaking a programme to transform the Emission Trading Scheme functions of Te Uru Rakau/Forestry New Zealand. Included in this transformation project is a technology project to replace the existing CCIS Technology platform to improve stability and functionality for MPI and external users. MPI has engaged with the market through an open tender for a prime technology vendor to provide the core development components of the technology solution and to co-ordinate all activities of the technology project across all vendors of the technology project. One of the workstreams for the technology project is the design, build and implementation of logical and data security that ensures the technology solution is secure from unauthorised access and data loss. MPI wishes to obtain an experienced, independent professional services company that specialises in ICT Security and related services that will provide input into the design of the CCIS Replacement Technology solution and ensure that security is designed into the system from the start, rather than the traditional approach of reviewing the built solution and remediating issues found.",Awarded,,373652,20250410 Ministry for Primary Industries,24019894,Request for Proposals,Open Competition,Greenhouse Contractor RFP for MPI's Interim Post-Entry Quarantine facility,C-21904,20210225,20210319,20210726,,Sole Agency,No,,"Biosecurity New Zealand is a business unit of the Ministry for Primary Industries (MPI) and works to prevent harmful organisms crossing New Zealands borders. It manages border and compliance activities as well as preparing for, and responding to, any biosecurity incursions that may occur. This is an exciting opportunity to work in partnership with the MPI and the Principal Consultant (Designgroup Stapleton Elliott DGSE) to deliver an additional Post Entry Quarantine (PEQ) facility. MPI invites an RFP response from contractors to be engaged early as MPIs greenhouse contractor, under a two-stage process; 1. Stage 1: via a Consultancy Agreement (to be entered into with MPI) and working directly within the design team (including the main contractor) to inform the design process so as to identify and design the greenhouse solution required, integrate that solution into the overall facility design, participating in design reviews to reduce the design specific risks for future site variation requests, identify long lead-time items required, develop building methodology plans and support design solution decisions that keep the project within budget, time and quality. 2. Stage 2: As a named contractor under the main construction contract, to manufacture, supply install and commission the greenhouse portion of the IPEQ design as a sub-contracted party to the main contractor. We are looking for credible providers who have the current capability and experience to design, manufacture, install and then commission a site-specific PEQ greenhouse solution.",Awarded,,0,20250410 Ministry for Primary Industries,24032194,Request for Proposals,Closed Competition,Integrated Project Management SOW for MPI's new PEQ facility,C-22452,20210310,20210324,20210422,,Sole Agency,No,17 Robertson Street,"Biosecurity New Zealand is a business unit of the Ministry for Primary Industries (MPI) and works to prevent harmful organisms crossing New Zealands borders. It manages border and compliance activities as well as preparing for, and responding to, any biosecurity incursions that may occur. The Interim Post-Entry Quarantine (IPEQ) project is looking to address pressures on current L3B PEQ greenhouse capacity due to the increasing demand for the importation of new genetic plant material. Funding has been received from Cabinet to design and build these interim PEQ facilities. It is anticipated that these facilities will be built and operational by the end of 2021. MPI does have a further permanent PEQ replacement project undergoing IBC review in March. If approved, this would allow MPI to instigate this future project and deliver a new and expanded facility. This is an exciting opportunity to work in partnership with the MPI and the Principal Consultant (Designgroup Stapleton Elliott DGSE) to deliver an additional Post Entry Quarantine (PEQ) facility. The objective of this IPEQ procurement is to obtain an Integrated Engineer to Contract and Project Management resource with the capability and capacity to provide an integrated service offering that encompasses the engineer to contract and project management advice and services for the duration of this project delivering the new interim PEQ facility..",Awarded,,0,20250410 Ministry for Primary Industries,24046994,Request for Proposals,Closed Competition,Employee Health Management Services ACC Accredited Employer Programme Third Party Administrator services,C-21157,20210305,20210330,20210531,,Sole Agency,No,,"The procurement is to select a Third Party Administrator (TPA) who will manage an end-to-end workplace injury claims management service for MPI. This is to satisfy the requirements of MPIs participation in the Accredited Employer Programme (AEP) and to provide MPI employees who are injured at work with a treatment and rehabilitation programme that allows for the best possible outcome. This engagement is a closed tender to the Employee Health Management Services Syndicate Panel.",Awarded,,0,20250410 Ministry for Primary Industries,24060923,Request for Proposals,Closed Competition,Audit Services - Sustainable Food and Fibre Futures,C - 22498,20210308,20210317,20210510,,Sole Agency,No,,"Sustainable Food and Fibre Futures (SFF Futures), which succeeded the Primary Growth Partnership (PGP), supports problem-solving and innovation in New Zealands food and fibre sectors by co-investing in initiatives that make a positive and lasting difference. During the cycle of a programme, at least one audit of the key elements of the financial management is completed. This is normally done around two years into the life of each programme. Each audit will assess whether MPIs programme partner(s) has suitable financial management systems. The key elements considered are whether each programme has adequate systems for: o budgeting, forecasting and monitoring the financial progress of their programme o preparing claims for funding o processing and recording payments to staff, suppliers and in-kind costs. The other key part of the work is looking at whether the programme partner has sufficient documentary evidence to adequately support and substantiate the amounts that they claim from MPI for government funding.",Awarded,,0,20250410 Ministry for Primary Industries,24062724,Request for Proposals,Closed Competition,Sea Spurge Delimiting Survey,22777,20210308,20210329,20210507,,Sole Agency,No,,"This is the release of tender 22777 - Sea Spurge Delimiting Survey under the Biosecurity New Zealand Response Services Panel. Please ensure you read the documents carefully.",Awarded,,0,20250410 Ministry for Primary Industries,24077955,Request for Proposals,Closed Competition,Fit for a Better World sub-strategy to grow New Zealands Horticulture Sectors,C-22766,20210312,20210325,20210730,,Sole Agency,No,,"To identify and action the highest priorities, MPI has committed to partner with the horticulture industry to deliver a FFBW sub-strategy to grow New Zealands horticulture sectors. Given the large amount of work planned, underway or identified, the focus of this strategy work must be on consolidation and prioritisation of existing activities before completing a gap analysis and developing the final products. Therefore, MPI is seeking consultants with acknowledged industry expertise to work with MPI and key stakeholders to build consensus across the horticulture sectors and key government departments regarding policy and investment priorities to accelerate horticulture sector growth. The resulting outcomes of this work is a synthesis of existing work being undertaken to grow the horticulture sectors, clear priorities to grow the horticulture sectors and shared aspiration vision for the future.",Awarded,,145000,20250410 Ministry for Primary Industries,24099115,Request for Tenders,Open Competition,ECI Main Contractor Services for the new Interim Post Entry Quarantine (IPEQ) Facility,E 21904 - IPEQ,20210317,20210413,20210726,,Sole Agency,No,Charles Ferguson Bldg,"Biosecurity New Zealand is a business unit of the Ministry for Primary Industries (MPI) and works to prevent harmful organisms crossing New Zealands borders. It manages border and compliance activities as well as preparing for, and responding to, any biosecurity incursions that may occur. This new interim facility must meet the minimum standards defined for a IPEQ.STD Level 3B quarantine testing facility. Such a facility must be specified, constructed and maintained to ensure that plant material held within the facility and any biosecurity risks associated with them are always effectively managed to ensure containment. This is an exciting opportunity to work in partnership with the Ministry of Primary Industries (MPI) and the design team comprising of the Principal Consultant (Design group Stapleton Elliott DGSE) and our Greenhouse Contractor (for the greenhouse solution for the facility) to deliver an additional Post Entry Quarantine facility to support New Zealands horticultural industry. The Interim Post Entry Quarantine facility (IPEQ) project is designed to be an interim measure only, with a limited lifespan of five to seven years, at which point the new Plant Health & Environmental Laboratory (PH&EL) facility will be operational. The new PH&EL is presently undergoing Interim Business Case (IBC) review by Cabinet and that project initiation decision is expected by mid to late March. This tender is for the IPEQ project only and MPI invites Tenders from contractors to be engaged as MPIs build consultant (under an Early Contractor Involvement Agreement ECI) sitting within the design team to inform the design process so as to provide a buildability review, interrogate the design to mitigate the risks for design variations during delivery, develop the programme and quantify the construction budget. As Preferred Contractor under the ECI Agreement, the Contractor will be given the opportunity to bid for the delivery of a fixed price construction contract (under a 3910:2013 construction contract, as amended by MPIs standard terms) to undertake the proposed construction works in accordance with the design as described in Section 2 of this document.",Awarded,,0,20250410 Ministry for Primary Industries,24101923,Request for Proposals,Open Competition,NZAGRC Innovation Fund 2021,NZAGRC Innovation Fund 2021,20210325,20210413,20210701,,On behalf of procurement agent,No,"NZAGRC, Grasslands Research Centre, Tennent Drive, Palmerston North 4442","FOCUS for the 2021 Funding Round The NZAGRC Innovation Fund seeks Expressions Of Interest (EOIs) that address the following research area: Reduction of methane and/or nitrous oxide emissions from agricultural activities in New Zealand. Successful applications must develop novel approaches and/or significantly strengthen current research avenues that show major promise for bringing practical, farm-level solutions closer to on-farm implementation. FEATURES A total of $4 million (NZD) is available. Individual projects will have a maximum value of $800,000 and a maximum duration of 2 years, starting 1 July 2021. Applications are invited from New Zealand based research providers, organisations and companies. A two-stage process will be followed: o Stage 1: submission of EOIs and shortlisting by a Technical Assessment Panel (TAP) o NZAGRC staff work with approved shortlisted applicants to develop contract-ready research proposals. The specially constituted TAP will evaluate EOIs and make recommendations to the NZAGRC Director on which projects should move to Stage 2. The NZAGRC Director will decide which projects move to Stage 2, taking the TAP recommendations into account along with the existing NZAGRC funding portfolio and broader New Zealand funding landscape. Research projects should be conducted in a manner that ensures the widest possible benefit to New Zealand. Therefore, unless there are strong reasons to protect Intellectual Property, it should be made publicly and freely available. Co-funding is strongly encouraged for all applications, and applications involving industry should have significant co-funding.",Awarded,,2795000,20250410 Ministry for Primary Industries,24104340,Request for Proposals,Closed Competition,C - 406056 RFP Vertebrate Toxic Agent Residues Deer Trial,,20210318,20210419,20210512,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,24108223,Request for Proposals,Closed Competition,C-22845 Food and Beverage Industry Transformation Plan: Survey of food and beverage firms,C-22845,20210319,20210406,20210519,,Sole Agency,No,,"In 2019, Government launched the Industry Strategy as a key pillar to progress the Governments Economic Plan for a more productive, sustainable, and inclusive economy. The Strategy sets out a partnership-led, tripartite approach to industry policy through the development of Industry Transformation Plans (ITPs), with a particular focus on driving productivity growth by moving from volume to value. MPI is the lead agency for development of a Food and Beverage Manufacturing ITP. The food and beverage sector plays a significant role in New Zealands economic prosperity, with the top 20 companies generating revenue of $71 billion in 2018/19 and accounting for 46% of all goods and service exports. The sector is diverse, spanning many traditional and emerging industries, across all regions in New Zealand, with interests in both domestic and international markets. The scope of the Food and Beverage ITP is potentially broad. The purpose of this procurement is to obtain new and relevant entrepreneur and firm-level information, to help us identify high priority, high impact points for intervention to be addressed in the Food and Beverage Industry Transformation Plan.",Awarded,,0,20250410 Ministry for Primary Industries,24108775,Request for Proposals,Closed Competition,406378 - Understanding the poultry supply chain for Campylobacter,,20210401,20210416,20210817,,Sole Agency,No,,"New Zealand Food Safety has set a goal to reduce foodborne campylobacteriosis by 20% between 2020 and 2025. A recent study identified that as much as 90% of campylobacteriosis is potentially foodborne in New Zealand (Reference: NZFS funded the Source Assigned Campylobacteriosis in New Zealand Study (SACNZS)). While the study identified risk factors such as eating chicken, we dont have sufficient data to understand where this risk is best reduced. This work relates to the specific work stream concerning secondary processing, food service and retail. The objective of this procurement is to obtain data to improve our detailed understanding of the supply chain and estimating proportions/numbers of poultry going through secondary processing and retail outlets. We are procuring a report to provide a granular understanding of the poultry meat and byproduct supply chain after slaughter and dressing. This will include at each identified step of the supply chain a description of the product (species, whole, part etc.), their preservation state (chilled, frozen, etc), what proportion moves to what other stage in the supply chain (including consumer). The description should also consider raw poultry as petfood pathways that may exit the supply chain at any stage. The expected benefits and outcomes of this procurement is a better understanding of the full supply chain of poultry meat that will support NZFSs ability to better predict risk from different pathways. This will help in our risk assessment work and to understand the potential benefit from different risk management options. The report will be available to participants.",Awarded,,0,20250410 Ministry for Primary Industries,24112701,Request for Proposals,Open Competition,Electrical Testing and Tagging,O - 22166,20210322,20210416,20210623,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) requires a suitably qualified supplier to provide a programme of testing and tagging of electrical appliances at sites across New Zealand to ensure compliance with AS / NZS 3760. This RFP allows MPI to look for a purchase arrangement with a credible supplier who has the capability, experience, performance assurance levels and infrastructure to reliably deliver an electrical testing and tagging programme on a nationwide basis including main centres and also regional and remote locations. This will be through a contract arrangement with a provider of required electrical testing and tagging services that have the demonstrated capabilities and capacities to ensure effective and reliable delivery of these services, on an outside business hours basis to MPI. The key outcomes that we want to achieve are: i) Commence the testing and tagging programme immediately upon execution of the contract; ii) Work with MPI to further develop a programme of testing and tagging for MPI locations, and; iii) Maintain continual compliance for MPI with AS / NZS 3760",Awarded,,0,20250410 Ministry for Primary Industries,24121949,Request for Proposals,Closed Competition,22685 CSO Seafood Sector Wellbeing Research,C - 22685,20210324,20210413,20210708,,Sole Agency,No,,"This procurement relates to the purchase of professional research services to carry out research on the wellbeing of those working or operating businesses in the seafood sector, as a follow-up to the qualitative fisher wellbeing research carried out in 2019/2020. The research will be nationwide in scope, expanding on the qualitative research carried out to date, and have additional quantitative components. The expected benefits and outcomes of this procurement is the gathering of information on wellbeing in the seafood sector across the nation to inform the design and implementation of a Seafood Sector Support Network. Specifically, we will aim to: * Understand the breadth and depth of the main drivers of wellbeing (identified as six domains through the qualitative research) of those working or operating businesses in the seafood sector (commercial fishing and aquaculture) across New Zealand. * Gather information on any additional domains that were not identified in the qualitative research phase. * Understand the likelihood that those working or operating businesses in the seafood sector would access a range of services designed to enhance the main drivers of wellbeing. * Understand the extent to which those working or operating businesses in the seafood sector currently access support services available around the country. For full details, please read the attached CSO.",Awarded,,0,20250410 Ministry for Primary Industries,24167567,Request for Proposals,Closed Competition,Ports of Auckland Prophylactic Ant Baiting,C-22853,20210406,20210427,20210616,,Sole Agency,No,,MPI wishes to put in place a Statement of Works under the Surveillance Panel Agreement for prophylactic ant baiting at Ports of Auckland. This programme of work is expected to commence on 1 July 2021.,Awarded,,0,20250410 Ministry for Primary Industries,24184729,Request for Proposals,Open Competition,PMM2020-08 Novel technologies to mitigate the risk of dolphin capture in inshore trawl fisheries,O - PMM2020-08,20210409,20210521,20210727,,Sole Agency,No,,"The fisheries risk assessment used to inform the update of the Hectors and Maui dolphin Threat Management Plan (TMP) estimated that the risk to dolphins from trawl fisheries was low compared with set net fisheries (Roberts et al. 2019). However in some locations in the South Island relatively high spatial overlap between dolphins and trawl fishing effort meant that trawl risk was not negligible, and in Maui habitat there is a desire to ensure that residual risk effectively zero. There is a need to better understand the way in which Hectors dolphins interact with trawl vessels and fishing gear, to inform trawl risk mitigation options. Currently there are trawl gear restrictions in place in some high-dolphin-density areas requiring that nets have a headline height less than 1 m, on the assumption that low-headline-height nets have a lower probability of capturing a dolphin. This assumption is reasonable but the magnitude of any such effect on dolphin catchability has not been demonstrated empirically. Other mitigation options may also prove useful, for example the use of real time proximity alarms, or acoustic deterrents to prevent dolphins from approaching or entering the net, but the effective design of any such options first requires that we understand how dolphins interact with the fishing gear, potentially leading to capture.",Awarded,,0,20250410 Ministry for Primary Industries,24187434,Request for Proposals,Closed Competition,Secondary Procurement Process for Drug & Alcohol Testing Panel,C-22953,20210409,20210423,20210617,,Sole Agency,No,,"This RFP relates to the secondary procurement process for Drug & Alcohol Testing services under the MSD Syndicated Employee Health Management Services contract. The Ministry for Primary Industries (MPI) is committed to ensuring the safety and wellbeing of its workers while carrying out work for MPI, our visitors and others entering MPI workplaces. MPI recognises the risks associated with the use of drugs and alcohol, not only to MPI workers but also the risk posed to others in the workplace, including shared workplaces under the primary control of other PCBUs. MPI also recognises that the use of drugs and alcohol in the workplace may impact negatively on the quality of work, the culture and professionalism of the workplace, and the wellbeing of those present in the workplace. In discharging its primary duty as a PCBU to keep workers and others safe at work, MPI conducts drug and alcohol screening, which is carried out in accordance with our Drug and Alcohol policy and procedures. The objective of this procurement process is to select a preferred workplace drug and alcohol testing provider who will partner with MPI and manage an end-to-end service which includes: Pre-employment drug and alcohol testing (safety sensitive roles) Reasonable cause testing (safety sensitive roles and all other MPI workers in situations where safety may be compromised) Post incident and accident testing Responding to policy breaches and performance and safety issues cause by prescription drug use Referral to Drug and Alcohol Rehabilitation Capacity in the future to conduct random testing of a minimum of 10% of workers in safety sensitive roles per annum.",Awarded,,0,20250410 Ministry for Primary Industries,24187575,Request for Proposals,Closed Competition,Secondary Procurement Process for Workstation Assessments Panel,C-22954,20210409,20210423,20210617,,Sole Agency,No,,"This RFP relates to the secondary procurement process for Workstation Assessments services under the MSD Syndicated Employee Health Management Services contract. MPI aims to provide its employees with a safe workplace where they can expect to go about their daily duties without being injured. Workstation assessments may be requested by a new employee starting with MPI or when an employee has moved to another workstation or office. The purpose of the workstation assessment is to make sure equipment is set up correctly so that conditions at the workstation and within the immediate area do not create issues such as pain and discomfort for the Employee. Simple or complex workstation assessment may also be necessary when an employee is experiencing pain or discomfort. Some assessments might be part of a return to work process due to injury. The successful respondent will be arranging for the assessment, ergonomic evaluation, general and specific advice, and personal reports. The Respondent will provide literature including a workstation self-evaluation card and /or any such information and advice with regard to workstation assessments. The objective of this procurement process is to select a preferred workstation assessment provider who will manage an end-to-end service for MPI.",Awarded,,0,20250410 Ministry for Primary Industries,24197835,Request for Proposals,Open Competition,Pyrrolizidine Alkaloids in Tea,406554,20210413,20210510,20210705,,Sole Agency,No,,"Pyrrolizidine alkaloids (PAs) are a group of plant toxins that are produced in a wide range of typically flowering plant species. Due to a key data gap in New Zealand of PA levels in teas, herbal teas, and herbal infusions, the Ministry of Primary Industries (MPI) is seeking to procure laboratory testing services to test the level of PAs in teas. Further to PAs, as an option, the Ministry would also be interested to develop datasets for tropane alkaloids (TAs). For further information please see the Request for Proposal (RFP) documentation.",Awarded,,91442,20250410 Ministry for Primary Industries,24205448,Request for Proposals,Closed Competition,High Risk Site Surveillance (HRSS) Programme,C-22545,20210415,20210507,20210616,,Cluster,No,,"High Risk Site Surveillance (HRSS) is a pathway (high risk site) focused surveillance programme, operated by MPI, targeting vegetation and wooden materials to provide effective pest detections. The primary goal of the HRSS programme is to provide effective detections of new plant Pests that may have potentially adverse effects on the environment, economy or people of New Zealand. This programme of work is for an initial term of three years, with a further two year right of renewal, and will be contracted as a SOW under the Surveillance Panel Agreement.",Awarded,,0,20250410 Ministry for Primary Industries,24217311,Request for Proposals,Closed Competition,22922 - Economic Consultant Services,C - 22922,20210419,20210428,20210514,,Sole Agency,No,,"Description The EIC generated estimates of the economic impacts associated with changes in output, value-added and employment in the Fishing and Seafood Processing industries, at the national and regional level(s). This is based on input-output methodology to calculate not only the direct, but also the indirect (i.e. through flow on backward linkages) and induced (i.e. resulting from consumer spending) economic impacts associated with economic changes in the Fishing and/or Seafood Processing industries. Requirements Fisheries New Zealand are seeking the provision of an updated EIC based on input-output multipliers. The EIC will need to possess the flexibility to assess the direct and in-direct economic impacts of management decision to both New Zealands national and regional economies. Accompanying the EIC, will be a summary report on the relationship(s) of the Fishing and Seafood Processing industries to the wider economies, the manner in which the EIC should/should not be used and a description of the EIC and any caveats of the methodology. The EIC should answer the questions such as what are the economic impacts, at a local and national scale, of an increase/decrease in commercial catch limits in a finfish stock on the east coast of the South Island?, with a description of where these impacts are largely derived.",Awarded,,0,20250410 Ministry for Primary Industries,24232941,Request for Proposals,Closed Competition,MAF2020-04 Estimation of total seabird captures in amateur fisheries using the SEFRA spatial overlap approach,MAF2020-04,20210422,20210430,20210512,,Sole Agency,No,,"Objective One: 40% To summarise recreational fishing effort, and any reported or observed captures of seabird in recreational fisheries within the New Zealand EEZ, for the 201617, 201718, and 201819, and 201920 fishing years. Objective Two: 60% To estimate capture rates and total captures of seabirds by area, and target fishery, and where possible, by species for the 201617, 201718, and 201819, and 201920 fishing years.",Not Awarded,,0,20250410 Ministry for Primary Industries,24236812,Request for Proposals,Open Competition,M.Bovis: Cleaning & Disinfection of Infected Properties,22793,20210423,20210525,20210726,,Sole Agency,No,Charles Ferguson Bldg,"The M. bovis Programme (the Programme) within the Ministry for Primary Industries (MPI) has undertaken the contracting of suppliers to provide Cleaning and Disinfection services for properties that have previously held M. bovis infected cattle. For this, MPI requires specialist industrial cleaning teams to undertake cleaning through water blasting, some hand cleaning and disinfecting of rural properties and equipment. Suppliers need the ability to respond upon direction and scale operations to suit the demand across New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,24254002,Request for Proposals,Closed Competition,Supply Chain Resilience for the Forestry and Wood Processing Sector,23031,20210430,20210507,20210610,,Sole Agency,No,,"The Ministry for Primary Industries is looking for a supplier who is able to help feed into the resilience and predictability of the forestry product supply chain, in order to contribute to the Industry transformation Plan for the forestry and wood processing sectors. The key outcome that we want to achieve is the production of an expert advisory report that provides identified policy options to increase the supply chain resilience for the forestry and wood processing sector. For Further information, please refer to the Consultancy Services Order.",Awarded,,110000,20250410 Ministry for Primary Industries,24266094,Request for Proposals,Closed Competition,Economic Analysis of Bottom Trawling,SEA2020-20,20210504,20210517,20210610,,Sole Agency,No,,"Bottom-contract trawling is known to have impacts on the benthic environment, in particular on slow-growing cold water coral species that often occur on deep water features. Furthermore, many New Zealanders, as well as eNGOs have also expressed concern at the perceived damage to the environment caused by bottom-contract trawling Fisheries New Zealand (as part of Ministry for Primary Industries) would like to procure an economic analysis of the nature and extent of bottom-contact trawling, and an assessment of alternatives to bottom-contact trawling. Please refer to the Consultancy Services Order for further information.",Awarded,,49162,20250410 Ministry for Primary Industries,24275818,Request for Quotations,Closed Competition,C - 23111 Setting of Method Specific Deemed Value Rates,23111,20210507,20210517,20211201,,Sole Agency,No,,"Fisheries New Zealand are looking to procure research into a series of projects which aim to provide a foundation for innovative policies and frameworks. The objective of these projects is to identify ways in which the current fisheries regime can be refined to provide more equitable outcomes for all of New Zealand. Deemed values are the price paid by fishers for each kilogram of unprocessed fish landed in excess of a fishers annual catch entitlement (ACE) holdings. A single set of deemed value rates apply for each stock in the Quota Management System, with the rate each fisher pays dependent upon their individual levels of overcatch. The selected use of method-specific deemed values on appropriate stocks would contribute towards alleviating the problem of a single set of deemed value rates creating conflicting incentives. However, the feasibility of setting method specific deemed value rates is currently unknown. This research is to identify shed light on the setting of method specific deemed value rates.",Not Awarded,,0,20250410 Ministry for Primary Industries,24276678,Request for Quotations,Closed Competition,C - 23114 Adjusting Cost Recovery for Environmental Factors,23114,20210507,20210517,20210730,,Sole Agency,No,,"Fisheries New Zealand are looking to procure research into a series of projects which aim to provide a foundation for innovative policies and frameworks. The objective of these projects is to identify ways in which the current fisheries regime can be refined to provide more equitable outcomes for all of New Zealand. This project proposes to assess the feasibility of adjusting cost recovery processes to attribute costs more equitably to those persons who cause risks or adverse effects to the aquatic environment.",Awarded,,30300,20250410 Ministry for Primary Industries,24281846,Request for Proposals,Closed Competition,Fruit Fly Surveillance Programme,C-22544,20210507,20210604,20210628,,Cluster,No,,"Fruit Fly Surveillance consists of Seasonal monitoring for the presence of Fruit Fly through the use of lure traps placed at appropriate locations throughout New Zealand, and prompt transport of specimens from traps to the appropriate Diagnostic Laboratory for identification. This programme was initiated in the mid 1970s to assist with providing assurance of country freedom from economically important fruit flies and early warning of Fruit Fly incursions to facilitate eradication. The absence of economically important fruit flies in New Zealand allows for the export of fresh produce to markets without the need for Fruit Fly treatments to be applied thus facilitating trade. This also allows for Fruit Fly susceptible crops to be produced in New Zealand without the need for the management of Fruit Fly populations and damage. Diagnostic services are not in-scope for this procurement.",Awarded,,0,20250410 Ministry for Primary Industries,24282411,Request for Proposals,Closed Competition,Gypsy Moth Surveillance Programme,C-22543,20210507,20210604,20210628,,Cluster,No,,"Gypsy Moth is a severe defoliator of trees and is described as both an economic and environmental high-impact pest. A major outbreak of gypsy moth in New Zealand could severely impact the horticulture, forest and tourism industries and also affect the indigenous flora of New Zealand. It was recognised that high risk pathways exist for the accidental importation of Gypsy Moth from other countries such as: international shipping vessels; imported new and used vehicles, machinery and parts; and shipping containers. Thus in 1992 the Gypsy Moth Surveillance Programme was developed to provide early warning of Gypsy Moth incursions to facilitate eradication and assist with assurance of New Zealands freedom from gypsy moth status. The Gypsy Moth Surveillance programme consists of seasonal monitoring for the presence of Gypsy Moth through the use of lured traps placed on specific hosts at strategic locations throughout New Zealand, and prompt transport of specimens from traps to the appropriate Diagnostic Laboratory for identification of suspect moths. This programme will be contracted as a Statement of Works under MPI's Surveillance Panel. Diagnostic services are not in-scope for this procurement.",Awarded,,0,20250410 Ministry for Primary Industries,24315873,Request for Quotations,Closed Competition,Database Management as a Service,C-23101,20210518,20210601,20210823,Corporate Services,Sole Agency,No,,"MPI seeks to obtain a Database Management as a Service (DBMaaS) that provide operational management and administration of all databases in MPIs environments. This is an uplift in our service which is limited to administration services for MPIs databases only. The services will include Identity solution support across ADFS and Integration support on the Microsoft BizTalk Platform. The DBMaaS services will be designed to ensure that these services are delivered for optimum performance, availability, security and functionality by a qualified proactive group in support of the Business Services. The services will need to integrate MPIs DevOps model for release management through mapping of release schedules, ensuring seamless integration of releases into the environment for applications with an active database, Integration and Identity components. If successful, you will provide operational management and administration of all databases, identity management services and Biztalk platforms in MPIs environments. DBMaaS will ensure that databases, identity management services and Biztalk platforms deliver the optimum performance, availability, security and functionality in support of the business services. Refer to the attached documents for more information.",Not Awarded,,0,20250410 Ministry for Primary Industries,24364873,Request for Quotations,Closed Competition,C - 23056 Post Programme Evaluation of Red Meat Profit Partnership,23056,20210602,20210623,20210930,Agriculture and Investment Services,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,24383615,Request for Proposals,Open Competition,Deepwater Panel Refresh,23086,20210603,20210702,20210819,,Sole Agency,No,,"New Zealands deepwater fisheries are those which predominantly occur in offshore waters beyond the 12 nautical mile limit of the territorial sea. Deepwater fisheries produced over NZ$705 in export earnings in the 2018 calendar year. The management of deepwater fisheries is based on the best available scientific information provided by a comprehensive research plan. The Ministry for Primary Industries (MPI) is seeking to form a panel of capable, independent research providers who can service deepwater research needs. This includes providers with capacity to design and complete abundance surveys and develop fisheries and environmental modelling. This Request for Proposal (RFP) will be to complete a panel refresh to increase the capacity and capability of the Deepwater Research (Deepwater) panel for research providers who are capable of delivering research services in these areas through a sole agency open panel arrangement. The research services required by these areas are: Surveys Stock Assessments and Monitoring Informing Management (e.g. Management Strategy Evaluation, Ageing, and survey design) Aquatic Environment specific to deepwater fisheries Vessel Platforms to be used for Deepwater Research A supplier briefing with MPI is available upon request. Please email Amy McNabb at amy.mcnabb@mpi.govt.nz if you would like to organise a briefing. Please note, any additional information that is relevant to the tender will be released as an addenda on GETS.",Awarded,,0,20250410 Ministry for Primary Industries,24416780,Request for Proposals,Closed Competition,Probity Consultant for On-Board Cameras and Associated Services Procurement,C - 23173,20210614,20210629,20210809,,Sole Agency,No,,"This procurement is to engage an external probity consultant to provide probity and quality assurance across the On-Board Cameras, Data Management and Associated Services (On-Board Cameras) procurement activity, and the processes and steps taken throughout by the Ministry for Primary Industries. The purpose is to give the Senior Responsible Officer and Programme Director assurance that the planned and actual procurement process and management are thorough and robust. Due to the size and nature of the programme it is expected to a attract a lot of market interest, both from potential suppliers and public. Therefore, it is essential that MPI have absolute assurance that the processes followed throughout the procurement are both robust and appropriate.",Awarded,,0,20250410 Ministry for Primary Industries,24435659,Request for Proposals,Closed Competition,Secondary Procurement Process for Mental Health Clinical Support Services,C -22955,20210616,20210630,20210906,,Sole Agency,No,,"The objective of this secondary procurement process is to select a preferred mental health clinical support provider who will partner with MPI and provide qualified and experienced support to our employees and their immediate family (spouse, partner, children) who have personal or work-related issues that may be disrupting their quality of life. We need professionals who are trained to recognise and assist with overcoming problems which may be affecting our employees work or home life; including, but not limited to work stress, depression, relationship issues, financial worries, alcohol, grief, and illness.",Awarded,,0,20250410 Ministry for Primary Industries,24435675,Request for Proposals,Closed Competition,Secondary Procurement Process for Influenza and Other Vaccination Services,,20210616,20210630,20210929,,Sole Agency,No,,"The objective of this procurement process is to select a preferred workplace Influenza Vaccination service provider who will partner with MPI and manage an end-to-end service. We require the administration of influenza and other vaccinations at MPI sites across New Zealand. We require the administration of vouchers for staff who cannot attend at a physical site for vaccinations. The provider must have qualified nurses conducting physical clinics at specified MPI sites. The expected benefits and outcomes of this procurement are improved employee health and the reduction of employee absence due to influenza and the spread of the virus.",Awarded,,0,20250410 Ministry for Primary Industries,24446591,Request for Proposals,Closed Competition,An impact analysis of the wider rollout of the On-Board Cameras Programme,C - 23285,20210618,20210702,20211221,,Sole Agency,No,,"As part of the wider rollout of the On-board Cameras Programme, Fisheries NZ has been directed by Government to provide advice on the options to seek a contribution from the fishing industry (via cost recovery). To provide a complete picture of the implications of not just cost recovering from the industry but the impact of on-board cameras as part of a suite of policy initiatives (the cumulative impacts of regulatory change), Fisheries NZ needs more detailed information about the revenue, cost structure and profitability of the inshore vessels that use the following fishing methods: trawling, set netting, danish seining, purse seining and surface and bottom longlining. An understanding of this potential impact at a detailed level is a key input to decisions on policy options presented to the Minister and Cabinet. Overall Objective(s): To provide an impact analysis of the wider rollout of the On-board Cameras Programme. Specific Objectives: 1. To survey and engage (interview) with a subset of inshore fishers to gather information relevant to the evaluation of the wider rollout of the On-board Cameras Programme in selected areas that use the following fishing methods: trawling, set netting, danish seining, purse seining and surface and bottom longlining. 2. To summarise and present survey and engagement information and combine this with relevant quota, ACE and port price information to determine the likely impact of the wider rollout of on-board cameras on affected fishers for each of the fishing methods outlined in Specific Objective. 3. To present an overall assessment of social, and economic impacts of the wider rollout of the On-board Cameras Programme.",Not Awarded,,0,20250410 Ministry for Primary Industries,24458677,Request for Proposals,Closed Competition,Border Clearance Services Assurance Framework,C - 23292,20210623,20210709,20210803,,Sole Agency,No,,"The key outcomes that we want to achieve are for this procurement is to develop an assurance framework which is fit for purpose for all Border Clearance Services (BCS) and has useful measures to ensure we are achieving operational excellence. The scope for this project is: in-scope o develop a robust BCS assurance strategy and to solidify a detailed timeline to mature the assurance framework over the next 12-18 months. o Conduct deep dive workshops, to evaluate how much of the current process can be relied on to provide an accurate view of risk, and where further work is required. o This work should have a focus on the Sea Cargo pathway with the vision to expand these measures to encompass our other pathways; Mail, Air Freight and Passenger and the wider Biosecurity New Zealand. out-of-scope o Development but not Delivery of an assurance process",Awarded,,0,20250410 Ministry for Primary Industries,24525160,Request for Quotations,Closed Competition,19321 External Print and Print Services Management,C - 19321,20210708,20210806,20220501,,Sole Agency,No,,This secondary procurement relates to the delivery of External Print and Print Management Services (Print) for MPI. These are provided through the syndicated contract led by the Ministry of Social Development.,Awarded,,1000000,20250410 Ministry for Primary Industries,24534284,Request for Proposals,Closed Competition,Plant Health & Environmental Capability External Customer Demand Review,23477,20210719,20210816,20210907,,Sole Agency,No,17 Robertson Street,"Biosecurity New Zealand (BNZ) Tiakitanga Putaiao Aotearoa, a business unit within MPI, leads the countrys biosecurity system and spearheads MPIs work to protect New Zealand from new and emerging exotic pests and diseases that pose a risk to our economy, environment, human health, and social and cultural wellbeing, including taonga species, such as our irreplaceable native plants. Biosecurity New Zealand is developing a business case to strengthen surveillance and diagnostic capability and capacity to manage the potential harm to New Zealand's economy and environment from pests and diseases. Part of the capability development includes replacement of the Plant Health and Environment Laboratory (PHEL) and the Level 3B Post entry quarantine (IPEQ) containment greenhouse facilities. To service the increase in diagnostic activity, Biosecurity NZ requires sufficient replacement laboratory and greenhouse space to handle the increased test volumes and IPEQ material and enable processing of biosecurity response samples in a reasonable timeframe, as well as respond to increasing demand into the future. In addition, the increased activity requires larger facilities to conduct surveillance and incursion investigation activities and additional office space and other amenities for staff. To understand the current and future external customer demand for Plant Health and Environment Laboratory (PHEL) services including any potential demand for services that are not currently offered but may be in the future. This information is needed as an input to determine the size and functions of the new PHEL infrastructure. Distinction needs to be made between future demand for laboratory-based services, and demand for greenhouse quarantine services. A minimum 10-15 year outlook will be required to provide assurance that facilities are being right sized with future capacity requirements in mind. Individual briefing sessions will be scheduled for either Monday 2 August or Tuesday 3 August so please confirm your interest in receiving this briefing by email to the contact person no late 1pm on 28 July 2021.",Awarded,Demonstrated a high level of capability and expertise in the industry sector and ability to detail the required statistical modelling,0,20250410 Ministry for Primary Industries,24555772,Request for Quotations,Closed Competition,23439 Microsoft Cloud Software and Services Licensing Partner,C - 23439,20210716,20210810,20220901,,Sole Agency,No,,"MPI is looking for a Microsoft Licensing Solutions Provider (LSP) to provide Microsoft Licensing and Services under the All of Government Microsoft Cloud, Software and Services Agreement (MCSSA).",Not Awarded,,0,20250410 Ministry for Primary Industries,24587340,Request for Proposals,Closed Competition,Re-Scope: An impact analysis of the wider rollout of the On-Board Cameras Programme,C - 23285,20210723,20210805,20211007,Fisheries New Zealand,Sole Agency,No,,"MPI recently completed a closed tender through the AOG Consultancy Provider for a supplier to deliver an impact analysis of the wider rollout of the On-Board Cameras Programme. It was identified as part of this process that the services required needed to be re-scoped, therefore, this CSO is being re-tendered for responses. PLEASE NOTE: Due to the short timeframes for delivery of these services and final report, upon your review of the attached project, could you please confirm via email to erica.pope@mpi.govt.nz by 5pm, Tuesday 27 July, if you are intending to submit a CSO response. As part of the wider rollout of On-board Cameras, Fisheries NZ has been directed by Government to provide advice on options to recover costs from the fishing industry. To provide a complete picture of the implications of not just cost recovering from the industry but the impact of on-board cameras as part of a suite of policy initiatives (the cumulative impacts of regulatory change), Fisheries NZ needs more detailed information about the revenue, cost structure and profitability of inshore vessels that use the following fishing methods: trawling, set netting, danish seining, purse seining and surface and bottom longlining. An understanding of this potential impact at a detailed level is a key input to decisions on policy options presented to the Minister and Cabinet. Ideally this project will help Fisheries NZ to provide advice on the policy options for the wider rollout of On-board Cameras including the: potential impact on the profitability of ACE fishers. potential financial impact on quota owners. possible number of fishers that may exit the industry or need to transfer to another fishing method. If it is possible with the time and budget available, any information of the wider social and cultural impacts could also be included in this project. We invite submitters to include in their response any wider social or cultural impact information that could be collected and analysed as part of this research.",Awarded,,60000,20250410 Ministry for Primary Industries,24628835,Request for Proposals,Closed Competition,ALB2021-01 Albacore catch sampling,C - ALB2021-01,20210804,20210812,20211013,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To determine the length composition of the commercial catch of albacore (Thunnus alalunga) in New Zealand fisheries waters. Specific Research Objectives: 1. To conduct representative sampling to determine the length composition of albacore tuna during the 202122 fishing year. The target coefficient of variation (CV) for the length composition is 20% (mean weighted CV across all length classes). 2. To conduct representative sampling to determine the length composition of albacore tuna during the 202223 fishing year. The target coefficient of variation (CV) for the length composition is 20% (mean weighted CV across all length classes). 3. To conduct representative sampling to determine the length composition of albacore tuna during the 202324 fishing year. The target coefficient of variation (CV) for the length composition is 20% (mean weighted CV across all length classes). Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24628967,Request for Proposals,Closed Competition,CRA2021-01 Rock lobster stock assessments,C - CRA2021-01,20210804,20210812,20210907,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: Conduct assessments of rock lobster stocks including estimation of biomass and sustainable yields and contribute to operationalising new management approaches. Specific Research Objectives: 1. To provide input on the sampling design of the ongoing rock lobster fishery and stock monitoring work. 2. To evaluate the impacts of the 2019 switch to electronic reporting and update the standardised CPUE analyses for rock lobster stocks when feasible. 3. To carry out full stock assessments for around 2 rock lobster stocks annually including estimating biomass and sustainable yields, the status of the stock in relation to management reference points, and future projections of stock status as required to support management. 4. To conduct rapid update assessments and run projections and analyses to determine reference levels for the remaining rock lobster stocks. Please note: the dates in the RFP document may need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24629119,Request for Proposals,Closed Competition,CRA2021-02 Rock lobster puerulus settlement monitoring,C - CRA2021-02,20210804,20210812,20210921,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: Correlate trends in puerulus settlement with trends in abundance for selected stocks. Specific Research Objective: 1. To estimate monthly and annual indices of puerulus settlement at key sites in CRA 3, CRA 4, CRA 5, CRA 7, and CRA 8 (Gisborne, Napier, Castlepoint, Kaikoura, Moeraki, Halfmoon Bay, and Jackson Head) for the 20212022, 202223, 202324 April fishing years. Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24629294,Request for Proposals,Closed Competition,BCO2021-01 Relative abundance of blue cod in the Marlborough Sounds,C - BCO2021-01,20210804,20210903,20210921,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate relative abundance, maturity state, sex ratio, and age structure of blue cod (Parapercis colias) in the Marlborough Sounds. Specific Research Objectives: 1. To undertake a potting survey in the Marlborough Sounds (BCO 7) to estimate relative abundance, age structure, size- and age-at-maturity, and sex ratio and collect otoliths from pre-recruited and recruited blue cod. 2. To analyse biological samples collected from this potting survey. 3. To determine stock status of blue cod populations in this area and establish how this has changed in response to management interventions. Note: The sampling design will be reviewed by the Inshore Working Group in July 2021, prior to sampling commencing in September, using the criteria set out in the Blue cod potting surveys: standards and specifications - Version 2 (Beentjes 2019). Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24629336,Request for Proposals,Closed Competition,BCO2021-03 Relative abundance of blue cod in North Otago (BCO 3),C - BCO2021-03,20210804,20210915,20211013,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate relative abundance, maturity state, sex ratio, and age structure of blue cod (Parapercis colias) between Oamaru and Shag Point. Specific Objectives: 1. To undertake a potting survey between Oamaru and Cornish Head (BCO 3) to estimate relative abundance, age structure, size- and age-at-maturity, sex ratio and collect otoliths from pre-recruited and recruited blue cod. 2. To analyses biological samples collected from the potting survey. 3. To determine stock status of blue cod populations in this area and compare to other surveys. Note: The sampling design will be reviewed by the Southern Inshore Working Group, prior to sampling commencing in January, using the criteria set out in the Blue cod potting surveys: standards and specifications - Version 2 (Beentjes 2019). Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24629372,Request for Proposals,Closed Competition,BCO2021-04 Monitoring length and age structure of commercial landings of blue cod in BCO 5,C - BCO2021-04,20210804,20210903,20210921,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To determine the length and age structure of commercial landings of blue cod in BCO5. Specific Research Objectives: 1. To characterise the BCO 5 fishery by analysing existing commercial catch and effort data to the end of 202223 fishing year. 2. To conduct representative sampling to determine the length, sex, and age composition of the commercial catch of blue cod (Parapercis colias) in BCO 5 during the 202122 fishing year. The target coefficient of variation (CV) for the catch-at-age is 20% (mean weighted CV across all age classes) combined across sexes. 3. To conduct representative sampling to determine the length, sex, and age composition of the commercial catch of blue cod (Parapercis colias) in BCO 5 during the 202223 fishing year. The target coefficient of variation (CV) for the catch-at-age is 20% (mean weighted CV across all age classes) combined across sexes. Note: The sampling design will be reviewed by the Inshore Working Group prior to the sampling commencing. Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24629411,Request for Proposals,Closed Competition,KIN2021-01 Catch-at-age of recreational catch of kingfish in KIN 1 Bay of Plenty,C - KIN2021-01,20210804,20210812,20210825,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To monitor the status of kingfish (Seriola lalandii) stocks in KIN 1. Specific Objectives: 1. To characterise the fisheries to inform and review the sampling design. 2. To conduct representative sampling to determine the length, sex, and age composition of the recreational landings of kingfish in the Bay of Plenty in KIN 1 for the 202122 fishing year to assess the status of the stock. The target coefficient of variation (CV) for the catch-at-age will be 30% (mean weighted CV across all age classes). Note: Sampling design will be reviewed by the Inshore Working Group prior to the start of sampling. Samples from offshore areas, such as White Island and Ranfurly Bank, are obtained from charter boats. Offshore charter boat effort targeting kingfish has declined dramatically with the COVID-related lack of overseas visitors. If this fishery has not recovered by the time the sample design is due to be presented to the WG, it may be necessary to delay the project and associated reporting requirements by one year. Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Not Awarded,,0,20250410 Ministry for Primary Industries,24629552,Request for Proposals,Closed Competition,SNA2021-01 Estimation of snapper year class strength in SNA 8,C - SNA2021-01,20210804,20210812,20210907,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate the year class strengths of snapper (Pagrus auratus) in SNA 8. Specific Research Objectives: 1. To characterise the SNA 8 fishery by analysing existing commercial catch and effort data to the end of 202021 fishing year. 2. To carry out sampling and estimate the relative proportion-at-age and -length of recruited snapper sampled from the commercial catch in SNA 8 in spring-summer of 202122. The target coefficient of variation (CV) for the catch-at-age will be 20% (mean weighted CV across all age classes). Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24629630,Request for Proposals,Closed Competition,TRE2021-01 Monitoring the length and age structure of commercial landings of trevally in TRE 7,C - TRE2021-01,20210804,20210820,20210921,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To determine the length and age structure of the commercial catch of trevally in TRE 7. Specific Research Objectives: 1. To characterise the TRE 7 fishery by analysing existing commercial catch and effort data to the end of 202021 fishing year. 2. To conduct representative sampling to determine the length, sex, and age composition of the commercial catch of trevally (Pseudocaranx dentex) in TRE 7 during the 202122 fishing year. The target coefficient of variation (CV) for the catch-at-age is 20% (mean weighted CV across all age classes) combined across sexes. 3. To conduct representative sampling to determine the length, sex, and age composition of the commercial catch of trevally (Pseudocaranx dentex) in TRE 7 during the 202223 fishing year. The target coefficient of variation (CV) for the catch-at-age is 20% (mean weighted CV across all age classes) combined across sexes. 4. To explore the times series of catch sampling data, in particular, for any significant changes in the length and age composition of commercial catches. Note: The sampling design will be reviewed by the Inshore Working Group prior to the sampling commencing. Please note: the dates in the RFP document will need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24634108,Request for Proposals,Closed Competition,SBW2021-02 Analysis of Bounty Plateau southern blue whiting (SBW 6B) acoustic survey,C - SBW2021-02,20210804,20210812,20210823,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To analyse acoustic data collected during the SBW 6B acoustic aggregation survey. Specific Research Objectives: 1. To calibrate acoustic equipment on the vessel carrying out the SBW 6B acoustic survey. 2. To analyse acoustic data collected during the SBW 6B aggregation acoustic survey to estimate current stock biomass. Please note: the dates in the RFP document may need to be reviewed and updated prior to signing",Awarded,,0,20250410 Ministry for Primary Industries,24665344,Request for Proposals,Open Competition,Canine Clinic - Syndicated Canine Veterinary Services,O-19447,20210813,20210917,20220224,Biosecurity New Zealand,Syndicated Opportunity,No,,"This tender is to identify high-quality veterinary clinics to provide day-to-day and specialist veterinary care for working dogs in the main import hubs of Auckland, Wellington, Christchurch and Queenstown to join a syndicated contract for the following agencies: Ministry for Primary Industries (MPI) (lead agency), Aviation Security (AvSec) and New Zealand Customs Service (Customs), alongside the following potential eligible agencies; Department of Conservation (DoC), Department of Corrections (Corrections), Landcorp, New Zealand Defence Force (NZDF), New Zealand Police (NZP).",Awarded,,0,20250410 Ministry for Primary Industries,24670892,Request for Proposals,Open Competition,0 22884 Provision of Safeplus Assessments,O 22884,20210812,20210907,20220222,Corporate Services,Sole Agency,No,,"The Ministry for Primary Industries (MPI), the Buyer, is committed to ensuring its staff and other entities who are a Person Conducting a Business or Undertaking (PCBUs) and connected to the Buyer have a safe working environment and that we meet our obligations under the Health and Safety at Work Act 2015. We are seeking an accredited SafePlus Supplier with experience in carrying out onsite assessments across large and complex organisations. The Supplier will be instrumental in helping the Buyer to identify what is working well in our health and safety system and where we can focus efforts to increase health and safety maturity and improve outcomes across the organisation.",Awarded,Negotiations delayed by covid disruption,0,20250410 Ministry for Primary Industries,24702821,Request for Proposals,Closed Competition,Tax and Financial Incentives Options to Accelerate Investment in Manufacturing Assets in New Zealand,C-23533,20210820,20210903,20211019,,Sole Agency,No,,"As part of the Industry Transformation Plans (ITP), the Government needs to understand the effectiveness and suitability of a range of tax and financial incentives aimed at increasing the amount of investment in New Zealands manufacturing capacity to lift productivity and maintain international competitiveness, and attract new investment to grow the manufacturing sector. MPI intends to purchase a study which investigates options for tax and financial incentives to address disadvantages and improve the competitiveness of New Zealand manufacturing. The findings of this study are expected to provide valuable insights and contribute to the evidence base for the three manufacturing related ITPs: Forestry & Wood Processing ITP, Food and Beverage ITP, and the Advanced Manufacturing ITP. The required output will consist of draft and final reports, and a presentation to officials from the three Ministries on the study findings and recommendations.",Awarded,,100000,20250410 Ministry for Primary Industries,24713630,Request for Quotations,Open Competition,Database Management as a Service,O - 23101,20210824,20210910,20211201,,Sole Agency,No,,"MPI seeks to obtain a Database Management as a Service (DBMaaS) that provide operational management and administration of all databases in MPI environments. This is an uplift in our service which is limited to administration services for MPIs databases only. The services will include Identity solution support across ADFS and Integration support on the Microsoft BizTalk Platform. The DBMaaS services will be designed to ensure that these services are delivered for optimum performance, availability, security and functionality by a qualified proactive group in support of the Business Services. The services will need to integrate MPIs DevOps model for release management through mapping of release schedules, ensuring seamless integration of releases into the environment for applications with an active database, Integration and Identity components. If successful, you will provide operational management and administration of all databases, identity management services and Biztalk platforms in MPIs environments. DBMaaS will ensure that databases, identity management services and Biztalk platforms deliver the optimum performance, availability, security and functionality in support of the business services. Refer to the attached documents for more information.",Not Awarded,,0,20250410 Ministry for Primary Industries,24715251,Request for Proposals,Closed Competition,MID2021-01 Routine age determination of middle depth and deepwater species from commercial fisheries and resource surveys,C - MID2021-01,20210824,20210908,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To age samples of middle depth and deepwater species from commercial fisheries and resource surveys as input data to the stock assessments for those species. Specific Research Objectives: 1. To determine catch-at-age for commercial catches and resource surveys of specified middle depth and deepwater fishstocks. 2. To age other species as required for targeted studies to meet specific research requirements.",Awarded,,0,20250410 Ministry for Primary Industries,24715940,Request for Proposals,Closed Competition,AKI2021-01 Northern Intertidal Shellfish Survey,C - AKI2021-01,20210824,20210908,20211013,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To determine the distribution, abundance and size frequency of cockles and pipi on selected beaches in the Auckland Fisheries Management Area for each year of this project. Specific Research Objectives: 1. To determine the distribution, abundance, and size frequency of cockles and pipi on selected beaches in the Auckland Fisheries Management Area for each year of this project. 2. To sample sediment at these beaches to provide a baseline of sediment composition against which any changes in shellfish distribution, abundance, and size frequency can be compared. 3. Report the abundances and trends over time at the surveyed sites, and within the context of all surveyed sites under the Auckland Intertidal monitoring series, and compare these with the findings of the Hauraki Gulf community shellfish monitoring programme and the Northland Regional Council programme (where possible). Note: For each year of the project the selected beaches to be surveyed will be determined after consultation between MPI and relevant stakeholders. The list of beaches will be made available to prospective research providers prior to December, but a list of sites we are consulting on will be available prior to that date.",Awarded,,0,20250410 Ministry for Primary Industries,24718931,Request for Proposals,Closed Competition,PAU2021-01 PAU 3 stock assessment,C - PAU2021-01,20210824,20210908,20210920,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To undertake a stock assessment in PAU 3. Specific Objectives: 1. To update the most recent standardised CPUE analysis for PAU 3. 2. To conduct a stock assessment in PAU 3 to estimate the status of the stock",Awarded,,0,20250410 Ministry for Primary Industries,24719374,Request for Proposals,Closed Competition,PAU2021-03 PAU - Effects of new reporting scheme (ER/GPR) on commercial PAU catch and effort,C - PAU2021-03,20210824,20210908,20210920,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To investigate patterns and bridging data gaps/discrepancies before and since the introduction of ER/GPR. Specific Objectives: 1. To investigate patterns and bridging data gaps/discrepancies before and since the introduction of ER/GPR for paua fishery data.",Awarded,,0,20250410 Ministry for Primary Industries,24719486,Request for Proposals,Closed Competition,PAU2021-02 PAU 3 - Accounting for catch in genetic sink and source modelling,C - PAU2021-02,20210824,20210908,20210924,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To develop a spatially explicit sink and source model of paua along the Kaikoura coastline. Specific Objectives: 1. To develop a spatially explicit sink and source model of paua along the Kaikoura coastline.",Awarded,,0,20250410 Ministry for Primary Industries,24719962,Request for Proposals,Closed Competition,CSM2021-01 Establishing a framework for community shellfish monitoring,C - CSM2021-01,20210824,20210930,20211013,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: Working with iwi and hapu, co-develop appropriate tools and supporting frameworks to enable community groups to monitor shellfish populations to inform local management. Specific Objectives: 1. Co-develop survey protocols for intertidal (and subtidal) bivalves, rock lobster, and kina and paua, including data management aspects, to enable community groups to undertake monitoring of local shellfish stocks. 2. Support community implementation of each of the protocols.",Not Awarded,We have put this to the market as an open tender as we had no responses,0,20250410 Ministry for Primary Industries,24720046,Request for Proposals,Closed Competition,SUR2021-01 Biomass survey and condition index for kina in SUR 7A,C - SUR2021-01,20210824,20211006,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To assess the status of the stock and to investigate reports of skinny kina and any potential relationship to kina barrens in SUR 7A in the Marlborough Sounds. This project is intended to incorporate matauranga Maori. Specific Objectives: To conduct a biomass survey that will: 1. provide estimates of current relative and absolute abundance (numbers and biomass in tonnes greenweight), length frequency, density, and depth profile for kina in SUR 7A in the Marlborough Sounds. 2. allow the development of a condition index following reports of skinny kina. 3. allow the investigation of a potential relationship between skinny kina and habitat characteristics including kina barrens.",Awarded,,0,20250410 Ministry for Primary Industries,24720130,Request for Proposals,Closed Competition,SCA2021-02 SCA CS - Evaluate the SCA CS CPUE-limit rule management procedure,C - SCA2021-02,20210824,20211126,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To evaluate the CPUE limit rule management procedure for the Coromandel scallop fishery. Specific Objectives: 1. To review the CPUE limit rule management procedure for the Coromandel scallop fishery to determine if the rule is appropriate for that fishery. 2. To compare the CPUE limit rule management procedure with other approaches such as CAY. 3. To propose alternative approaches for the management of the Coromandel scallop fishery if Objective 1 shows that the CPUE limit rule is not appropriate for the management of the Coromandel scallop fishery.",Awarded,,0,20250410 Ministry for Primary Industries,24774308,Request for Proposals,Closed Competition,MAF2021-01 Multispecies - National Panel Survey (NPS) of marine amateur fishers 2022/23,C - MAF2021-01,20210907,20211015,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To continue the implementation of an integrated amateur harvest estimation system by providing estimates of absolute total amateur harvest on a stock basis to inform fisheries management. Specific Objectives: 1. To deliver a repeat of the 201718 National Panel Survey (project MAF2016-01) in FMAs 1, 2, 3, 5, 7, 8, and 9 during the period 1 October 2022 to 30 September 2023. 2. To estimate total amateur harvest by fishstock for all species recorded during the survey. 3. To collaborate with concurrent onsite survey project(s) to provide robust comparisons of harvest estimates for specified areas.",Awarded,,0,20250410 Ministry for Primary Industries,24788829,Request for Proposals,Open Competition,PRO2021-03 Antipodean albatross multi-threat risk assessment,O - PRO2021-03,20210910,20211008,20220112,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To identify potential sources of risk to Antipodean albatross from both within New Zealands EEZ and extending to the entire population distribution. Specific Objectives: 1. Construct a population model for the Antipodean albatross colony/sub-population using data from ongoing monitoring by DOC. 2. Map fishery and non-fishery threats to Antipodean albatross and estimate the overlap between multi-year albatross distributions and threats. 3. Apply the SEFRA method to estimate fisheries impact and risk to Antipodean albatross, using the new information from specific Objectives 1 and 2 above. This analysis should include estimation and partition of total mortalities attributable to different threats (with uncertainty). 4. In consultation with government scientists and managers examine a range of spatial management scenarios through both modelling and participation in a multi-threat risk assessment workshop.",Awarded,,0,20250410 Ministry for Primary Industries,24824567,Request for Proposals,Open Competition,BEN2021-01 Characterisation of benthic habitats and their potential as habitats of particular significance for fisheries management,O - BEN2021-01,20210917,20211015,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To characterise benthic habitats and determine their potential as habitats of particular significance to fisheries management (HPSFM) in high profile locations. This project will cover the Bay of Islands, the Marlborough Sounds, and Tasman Bay and Golden Bay. Specific Objectives: 1. Identify and characterise benthic habitats in the Bay of Islands, Marlborough Sounds, Tasman Bay and Golden Bay areas. 2. Determine their potential as habitats of particular significance for fisheries management in conjunction with fisheries managers at Fisheries New Zealand and the work they are doing to develop guidance on determining such habitats.",Awarded,,0,20250410 Ministry for Primary Industries,24824648,Request for Proposals,Closed Competition,BEN2021-03 Taxonomic identification of benthic invertebrate samples,C - BEN2021-03,20210917,20211015,20220119,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To taxonomically identify benthic invertebrates in samples taken during research trawls and by observers on fishing vessels. Specific Research Objectives: 1. To taxonomically identify deepwater benthic invertebrates to species level where possible in samples taken during research trawls and by observers on fishing vessels targeting deepwater stocks. 2. To update relevant databases recording the catch of invertebrates in research trawls and commercial fishing.",Awarded,,0,20250410 Ministry for Primary Industries,24824671,Request for Proposals,Open Competition,BEN2021-05 Habitat degradation and impacts on blue cod populations,O - BEN2021-05,20210917,20211105,20220118,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To provide an assessment of impacts on and changes to blue cod habitats in northern Canterbury and the Marlborough Sounds, and any potential effects these changes may have on local blue cod populations Specific Research Objectives: 1. To identify key benthic habitats utilised by different life stages of blue cod in the northern Canterbury and the Marlborough Sounds regions. 2. To review and identify stressors to blue cod habitats around Kaikoura, Motunau, Banks Peninsula, and the Marlborough Sounds, and assess the extent/footprint of each stressor. 3. To determine if and how key habitat features have been modified in the four locations and examine the relationship between habitat change and blue cod populations within each of the locations.",Awarded,,0,20250410 Ministry for Primary Industries,24824687,Request for Proposals,Open Competition,ZBD2021-02 Habitat degradation impacts on fishery productivity in northern harbours,O - ZBD2021-02,20210917,20211015,20220119,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To assess the effect of habitat changes on key fisheries species that are dependent on harbour habitats during their life cycle. Specific Research Objectives: 1. Assess the nature and extent of habitat change in key northern harbours in New Zealand. 2. Assess the effect of habitat changes on key fisheries species dependent on the harbour environments for all or part of their life cycle, including implications for wider stock level recruitment for species that use these harbour habitats as nurseries.",Awarded,,0,20250410 Ministry for Primary Industries,24858183,Request for Proposals,Closed Competition,ORH2021-03 Estimation of the abundance of orange roughy on the southwest Challenger Plateau (ORH 7A including Westpac Bank),C - ORH2021-03,20210924,20211015,20211101,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate the abundance of orange roughy (Hoplostethus atlanticus) on the southwest Challenger Plateau (ORH 7A including Westpac Bank) using trawl and acoustic methods. Specific Research Objectives: 1. To calibrate acoustic equipment used in the survey. 2. To estimate the abundance of orange roughy (Hoplostethus atlanticus) in ORH 7A (including Westpac Bank) using trawl and acoustic surveys.",Awarded,,0,20250410 Ministry for Primary Industries,24858802,Request for Proposals,Closed Competition,HOK2021-01 Hoki population modelling and stock assessment,C - HOK2021-01,20210924,20211029,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To carry out a stock assessment of hoki (Macruronus novaezelandiae) stocks including estimating biomass and sustainable yields. Specific Research Objectives: 1. To complete a descriptive analysis of the commercial catch and effort data, trawl survey data, and observer data for hoki in New Zealand. 2. To complete a stock assessment for hoki including estimates of current biomass and yields, the status of the stock in relation to management reference points, and future projections of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,24859022,Request for Proposals,Closed Competition,BCO2021-02 Relative abundance of blue cod in South Otago (BCO3),C - BCO2021-02,20210924,20211029,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate relative abundance, maturity state, sex ratio, and age structure of blue cod (Parapercis colias) between Otago Peninsula and the Catlins. Specific Research Objectives: 1. To undertake a potting survey between Otago Peninsula and the Catlins (BCO 3) to estimate relative abundance, age structure, size- and age-at-maturity, and sex ratio and collect otoliths from pre-recruited and recruited blue cod. 2. To analyse biological samples collected from the potting survey. 3. To determine stock status of blue cod populations in this area and compare with other survey areas.",Awarded,,0,20250410 Ministry for Primary Industries,24861156,Request for Proposals,Closed Competition,"INS2021-01 Management procedures for GUR 7, RCO 7 and JDO 7",C - INS2021-01,20210924,20211008,20211014,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To develop Management Procedures for GUR 7, RCO 7, and JDO 7 based on WCSI trawl survey indices of abundance. Specific Objectives: 1. To develop management procedures, including decision rules and performance indicators, for GUR 7, RCO 7, and JDO 7. 2. To develop appropriate operating models for GUR 7, RCO 7, and JDO 7. 3. To test the management procedures and decision rules against performance indicators using suitable operating models.",Awarded,,0,20250410 Ministry for Primary Industries,24864438,Request for Proposals,Closed Competition,BYC2021-01 Trialling a semi-quantitative shark and turtle risk assessment,O - BYC2021-01,20210924,20211022,20220118,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To develop and trial a semi-quantitative risk assessment for a selected subset of QMS/non-QMS/protected species of sharks, and of turtles. Specific Research Objectives: 1. To develop distribution maps for a selected subset of species (to be agreed at the start of the project) using available data. 2. Utilise these maps, and other available distribution maps, to trial an overlap-based semi-quantitative risk assessment.",Awarded,,0,20250410 Ministry for Primary Industries,24867331,Request for Proposals,Closed Competition,HAK2021-01 Stock assessment of Hake in HAK 7,C - HAK2021-01,20210927,20211105,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To carry out a stock assessment of hake (Merluccius australis) off the west coast of the South Island (HAK 7) including estimating stock biomass and stock status. Specific Research Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data for hake off the west coast of the South Island and update the standardised catch and effort analyses. 2. To update the stock assessment of the west coast South Island hake stock including estimates of current biomass, the status of the stock in relation to management reference points, and future projections of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,24867402,Request for Proposals,Closed Competition,LIN2021-01 Stock assessment of Ling in LIN 3 and LIN 4,C - LIN2021-01,20210927,20211029,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To carry out a stock assessment of ling (Genypterus blacodes) on the Chatham Rise (LIN 3 and LIN 4) including estimating biomass and stock status. Specific Research Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data for ling (LIN 3 and LIN 4) on the Chatham Rise, including analyses of standardised catch per unit effort. 2. To carry out a stock assessment of the Chatham Rise ling stock including estimates of current biomass, the status of the stock in relation to management reference points, and future projections of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,24869509,Request for Proposals,Closed Competition,INT2021-01 Multispecies East Coast South Island Trawl survey,C - INT2021-01,20210927,20211111,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To determine the relative abundance and distribution of southern inshore finfish species off the east coast of the South Island; focusing on red cod (Pseudophycis bachus), stargazer (Kathetostoma giganteum), sea perch (Helicolenus percoides), tarakihi (Nemadactylus macropterus), spiny dogfish (Squalus acanthius), elephant fish (Callorhinchus milii), red gurnard (Chelidonichthys kumu), and dark ghost shark (Hydrolagus novaezelandiae). Specific Research Objectives: 1. To determine the relative abundance and distribution of red cod, stargazer, sea perch, tarakihi, spiny dogfish, dark ghost shark, elephant fish, and red gurnard, off the east coast of the South Island from the Waiau River to Shag Point by carrying out a trawl survey over the depth range 10 to 400 m. The target coefficients of variation (CVs) of the biomass estimates for these species are as follows: red cod (30%), sea perch (20%), giant stargazer (20%), tarakihi (20%), spiny dogfish (20%) elephant fish (30%), red gurnard (20%), and dark ghost shark (30%). 2. To collect the necessary data and determine the length frequency, length-weight relationship, and reproductive condition of red cod, giant stargazer, sea perch, tarakihi, spiny dogfish, elephant fish, red gurnard, and dark ghost shark. 3. To collect otoliths from giant stargazer, sea perch, red gurnard, red cod, and tarakihi. 4. To collect the data to determine the length frequencies and catch weight of all other Quota Management System (QMS) species. 5. To identify benthic macro-invertebrates collected during the trawl survey.",Awarded,,0,20250410 Ministry for Primary Industries,24869618,Request for Proposals,Closed Competition,ORH2021-01 Stock assessment of the orange roughy Mid-East Coast Stock,C - ORH2021-01,20210927,20211022,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To carry out stock assessments of the orange roughy (Hoplostethus atlanticus) Mid-East Coast (ORH 2A South, ORH 2B, and ORH 3A) stocks. Specific Research Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data, survey data, and observer data for orange roughy fisheries on the Mid-East Coast. 2. To complete stock assessments of the Mid-East Coast orange roughy stock including estimating biomass and sustainable yields, the status of the stocks in relation to management reference points, and future projections of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,24881005,Request for Proposals,Closed Competition,ORH2021-02 Stock Assessment of Orange Roughy in ORH 3B,C - ORH2021-02,20210929,20211022,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective To carry out stock assessments of the orange roughy (Hoplostethus atlanticus) stocks within ORH 3B on the Northwest Chatham Rise and on the East & South Chatham Rise including estimating biomass and sustainable yields. Specific Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data, survey data, and observer data for orange roughy on the Northwest Chatham Rise and in the East & South Chatham Rise. 2. To complete stock assessments of the Northwest Chatham Rise and East & South Chatham Rise orange roughy stocks including estimating biomass and sustainable yields, the status of the stocks in relation to management reference points, and future projections of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,24881083,Request for Proposals,Closed Competition,INS2021-02 Stock assessment of rough and smooth skates,C - INS2021-02,20210929,20211111,20211122,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To assess the status of smooth skates in SSK 1, SSK 3, SSK 7, and SSK 8, and rough skates in RSK 1, RSK 3, RSK 7, and RSK 8 based on trawl survey series of relative abundance. Specific Objectives: 1. To determine which trawl surveys provide reliable indices of abundance for rough and smooth skates in each QMA. 2. To undertake Partial Quantitative assessments for each QMA for which reliable relative abundance series are available.",Awarded,,0,20250410 Ministry for Primary Industries,24881151,Request for Proposals,Closed Competition,SCI2021-02 Stock assessment of scampi in SCI 1 and SCI 2,C - SCI2021-02,20210929,20211105,20220112,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To carry out stock assessments of scampi (Metanephrops challengeri) in SCI 1 and SCI 2 including estimating biomass and sustainable yields. Specific Research Objectives: 1. To update the descriptive analysis of the commercial catch and effort and observer data for scampi in SCI 1 and SCI 2. 2. To carry out stock assessments for SCI 1 and SCI 2 including estimating biomass and sustainable yields, the status of the stock in relation to management reference points, and future projections, of stock status as required to support management.",Awarded,,0,20250410 Ministry for Primary Industries,24917349,Request for Quotations,Closed Competition,C-C0032957 Bionet Upgrade,C-C0032957,20211007,20211018,20211214,Public Affairs,Sole Agency,No,,"Bionet is a web platform hosted by Biosecurity New Zealand in partnership with Regional Councils and the Department of Conservation to connect information about pests and disease in New Zealand in one place. The Bionet website was funded to provide best practice biosecurity information for all New Zealanders by connecting information across the biosecurity system. The aim, in support of the governments Biosecurity 2025 initiative, is to grow New Zealands capability in biosecurity, to help protect our country from invasive pests and diseases and to connect together professionals working in pest management.",Awarded,,0,20250410 Ministry for Primary Industries,24923015,Request for Proposals,Closed Competition,PHEC Specialist Laboratory Design Services for Biosecurity NZ,C0032950,20211013,20211108,20220201,Biosecurity New Zealand,Sole Agency,No,,"Biosecurity New Zealand (BNZ) Tiakitanga Putaiao Aotearoa, a business unit within MPI, leads the countrys biosecurity system and spearheads MPIs work to protect New Zealand from new and emerging exotic pests and diseases that pose a risk to our economy, environment, human health, and social and cultural wellbeing, including taonga species, such as our irreplaceable native plants. Bio-security New Zealand has a Plant Health and Environment Capability Programme underway (PHEC) that is to strengthen our bio-security system. To service the increase in diagnostic activity, PHEC requires sufficient replacement laboratory and greenhouse space to handle the increased test volumes and PEQ material and enable processing of bio-security response samples in a reasonable timeframe, as well as respond to increasing demand into the future. In addition, the increased activity requires larger facilities to conduct future surveillance and incursion investigation activities and additional office space and other amenities for an increase in staffing numbers. MPI has identified that having a specialist laboratory designer imputing early into the project design process does de-risk that project design delivery in that by having that unique technical capability, capacity, experience and personnel expertise within the project brief will allow the PHEC project to be defined in a manner that allows the facility to be designed, delivered and able to achieve the biosecurity standards quicker. Hence the specialist laboratory designer will: a. be engaged by MPI directly for inputting into the Laboratory and Containment sections for the Project Brief development process; b. following MPIs approval of the Project Brief, the laboratory specialists contract will be novated to the Lead Consultants contract; c. their design services will become part of the entire design consortia, that is being led by the Lead Consultant. Hence MPI is inviting qualified specialist laboratory designers to respond to this RFP.",Awarded,Experienced and able provider based in NZ with significant laboratory design capability and capacity,0,20250410 Ministry for Primary Industries,24931913,Request for Proposals,Open Competition,CSM2021-01 Establishing a framework for community shellfish monitoring,O - CSM2021-01,20211008,20211105,20220502,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: Working with iwi and hapu, co-develop appropriate tools and supporting frameworks to enable community groups to monitor shellfish populations to inform local management. Specific Research Objectives: 1. Co-develop survey protocols for intertidal (and subtidal) bivalves, rock lobster, and kina and paua, including data management aspects, to enable community groups to undertake monitoring of local shellfish stocks. 2. Support community implementation of each of the protocols.",Awarded,,0,20250410 Ministry for Primary Industries,24997184,Request for Proposals,Closed Competition,Supporting IFP Fund criteria evaluation and baseline data analysis,C0032998,20211021,20211029,20211117,Agriculture and Investment Services,Sole Agency,No,,"The Ministry for Primary Industries seeks to purchase a report that includes (but is not limited to): A. a status update of the type and nature of farm plans by region and sector, including a progress update towards the integrated farm planning journey; B. clearly articulated critical barriers and gaps that stakeholders identified through their interviews in their current farm planning frameworks, and approaches to increase farmer uptake of farm planning, and identify what support they need to fill these gaps; C. recommendations from industry on the proposed criteria and approach for the Supporting IFP fund; D. identified a list of strong projects and organisations that could work together and be ready to apply as soon as the fund round opens and; E. recommendations on the draft competencies of advisers who can effectively support farmers/growers/Maori landowners, as part of the Career Pathway Scheme workstream.",Awarded,,0,20250410 Ministry for Primary Industries,25010244,Request for Proposals,Closed Competition,Caulerpa GBI 2021 Response Organism Management RFP #C0033054,C0033054,20211027,20211110,20211201,Biosecurity New Zealand,Sole Agency,No,,Please review the attached RFP documents carefully.,Awarded,,0,20250410 Ministry for Primary Industries,25014802,Request for Proposals,Closed Competition,NEFD Survey Development,0 - C0033011,20211028,20211122,20211217,,Sole Agency,No,,"The National Exotic Forests Description Survey (NEFD) is a Tier 1 statistic with the purpose of maintaining an authoritative, high-quality database of NZs production forests. It has been published annually since 1985. Every year forests of over 1000 ha are surveyed and every alternate year forests of between 40 and 999 ha are surveyed. There are currently 1600 surveys sent out for the larger survey round, but we know this does not cover all the forests, and we are expecting this number to increase. In the past the response rate for the less than 1000 ha forests has been weak. The upgrade project was kicked off in late 2020 with a discovery phase and the development of a prototype to investigate how the survey could be provided online. We are seeking proposals that offer the best value-for-money over the whole-of-life of the contract from vendors who share our vision for the tool.",Awarded,,0,20250410 Ministry for Primary Industries,25022935,Request for Proposals,Closed Competition,Primary Sector Workforce Forecasting,C - C0013314,20211029,20211115,20220111,Policy and Trade,Sole Agency,No,,"The purpose of this procurement is to obtain workforce demand forecasts, and an associated report, that sets out the labour and skills that the primary industries will need by 2032 to successfully deliver on four alternative futures. The following sub-sectors, broken down between production and processing and by key roles, must be included within the forecasts: Horticulture, broken down by: ? Apples and pears, and other orchard crops ? Kiwifruit and Avocados ? Vegetables ? Contained crops and other horticultural crops Viticulture and winemaking Dairy, including dairy farming and dairy processing Red meat, including sheep, beef and deer farming, meat processing, and wool harvesting and processing Forestry and wood processing Seafood, including fishing, aquaculture, and seafood processing Arable farming and processing Other farming including pork, poultry, and apiculture Support services roles that are critical to the success of the primary industries but may provide services to more than one sector Forecasts must be provided at national level and by geographic region (Regional Council boundaries).",Awarded,,0,20250410 Ministry for Primary Industries,25041480,Request for Proposals,Closed Competition,HPB2021-01 Design for a longline survey to estimate the age structure of New Zealand hapuku,C - HPB2021-01,20211105,20211203,20220112,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To design a bottom longline survey to determine the age structure of New Zealand hapuku, Polyprion oxygeneios. Specific Objectives: 1. To design a bottom longline survey to determine the age structure of New Zealand hapuku, Polyprion oxygeneios.",Awarded,,0,20250410 Ministry for Primary Industries,25042558,Request for Proposals,Closed Competition,FLA2021-01 Characterisation and CPUE for FLA 1,C - FLA2021-01,20211105,20211203,20220112,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To monitor the relative abundance of flatfish in FLA1. Specific Research Objectives: 1. To characterise the FLA 1 fishery. 2. To update the standardised CPUE index for flatfish (FLA1), with the inclusion of data up to the end of the 202021 fishing year.",Awarded,,0,20250410 Ministry for Primary Industries,25042828,Request for Proposals,Closed Competition,JDO2021-02 Characterisation and CPUE for JDO 1,C - JDO2021-02,20211105,20211210,20220211,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective FOR JDO1: To monitor the relative abundance of John dory in JDO 1 Specific Research Objectives: 1. To characterise the JDO 1 fishery 2. To update the standardised CPUE index for John dory (JDO 1), with the inclusion of data up to the end of the 2020/21 fishing year. An optional objective has been added to this project in relation to Gurnard, respondents can either submit a SoW to JDO1 OR JDO1 AND GUR1 Overall Research Objective FOR GUR1: 1. To characterise the red gurnard (Chelidonichthys kumu) fishery in GUR 1 and undertake a CPUE analysis. Specific Research Objectives: 1. To characterise the GUR 1 fishery. 2. To analyse existing commercial catch and effort data to the end of 2015/16 fishing year and undertake CPUE standardisations to update existing series.",Awarded,,0,20250410 Ministry for Primary Industries,25042861,Request for Proposals,Closed Competition,"SPO2021-01 Fishery characterisation and CPUE analysis of SPO 1, 2, 3, 7, and 8",C - SPO2021-01,20211105,20211203,20220111,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To characterise all rig (Mustelus lenticulatus) fisheries and undertake CPUE analyses in SPO 1, 2, 3, 7, and 8. Specific Research Objectives: 1. To characterise the SPO 1, 2, 3, 7, and 8 fisheries. 2. To analyse existing commercial catch and effort data to the end of 202021 fishing year and undertake CPUE standardisations for each stock.",Awarded,,0,20250410 Ministry for Primary Industries,25042990,Request for Proposals,Closed Competition,JMA2021-01 Stock assessment of jack mackerel in JMA 7,C - JMA2021-01,20211105,20211203,20220112,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To carry out a stock assessment of the main jack mackerel species off the west coast of the South Island (JMA 7) including estimating stock biomass and sustainable yields. Specific Research Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data for jack mackerel species off the west coast of the South Island and update the standardised catch and effort analyses. 2. Investigate methods to estimate the distribution of catch by species and develop species-specific CPUE series for JMN and JMD in JMA 7. 3. To assess stock status of JMN and JMD in JMA 7 where abundance indices are available.",Awarded,,0,20250410 Ministry for Primary Industries,25043039,Request for Proposals,Closed Competition,MID2021-02 Multi-species deepwater trawl surveys,C - MID2021-02,20220114,20220204,20220901,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: 1. To continue a time series of relative abundance indices for hoki (Macruronus novaezelandiae), hake (Merluccius australis), and ling (Genypterus blacodes) in the Southland and Sub-Antarctic area (December 2022, 2024). 2. To continue a time series of relative abundance indices for hoki (Macruronus novaezelandiae), hake (Merluccius australis), and ling (Genypterus blacodes) on the Chatham Rise (January 2024, 2026). 3. To continue a time series of relative abundance indices for hake (Merluccius australis) and ling (Genypterus blacodes) off the west coast South Island (June/July 2024). 4. To collect data to increase New Zealands understanding of the wider marine ecosystem and support an ecosystem approach to fisheries management.",Awarded,,0,20250410 Ministry for Primary Industries,25043100,Request for Proposals,Closed Competition,SBW2021-01 Biomass estimation of the Campbell Island southern blue whiting stock using acoustic surveys,C - SBW2021-01,20211105,20211210,20220112,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate the biomass of southern blue whiting (Micromesistius australis) on the Campbell Plateau (SBW 6I) using acoustic surveys. Specific Research Objective: To estimate pre-recruit and spawning biomass on the Campbell Plateau using an acoustic survey, with a target coefficient of variation (CV) of the estimate of 30%.",Awarded,,0,20250410 Ministry for Primary Industries,25045311,Request for Proposals,Closed Competition,Future Food and Beverage Capability Assessment,C0033028,20211104,20211126,20220422,Policy and Trade,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is leading development of the Food and Beverage Industry Transformation Plan (ITP) alongside industry. The Food and Beverage ITP focused on diversifying and strengthening New Zealands food and beverage portfolio for the benefit of all New Zealanders. Focus areas for the Food and Beverage ITP include strategically supporting the development of emerging food and beverage products, and in future-proofing the productivity and sustainability of our existing food and beverage sectors. The ability of an economy to develop new, differentiated, high value food and beverage products that meet the needs of consumers in distant markets is highly dependent on the capabilities within that economy. This means that the success of New Zealands future food and beverage industry will be determined by whether or not New Zealand has (or has access to), and is able to maintain, the food and beverage related talent and capabilities it requires. MPI is therefore interested in understanding what future food and beverage related capabilities are required for the sector to be successful and competitive, and whether or not action is needed to ensure that NZ can meet future capability needs.",Awarded,,97590,20250410 Ministry for Primary Industries,25045553,Request for Proposals,Open Competition,Risk and impact of heat stress on sheep welfare on-farm,O-406667,20211104,20211203,20220218,,Sole Agency,No,,"The risk and impacts of heat stress on animals are increasing due to factors such as climate change, animal management practices and lack of shade. The objective of this research is to obtain the Science to support the Sheep and Beef code standards and Pastoral Livestock Strategy by: 1) validating accelerometers to measure lying behaviour in sheep and collect baseline data to support further research into wintering and resource use (e.g., shade/shelter) 2) develop a Heat Load Index (HLI) for sheep by collecting and relating animal and climate measures; and 3) identify high risk areas for heat stress in sheep across New Zealand. Ministry for Primary Industries will be able to use this information to (i) inform the review of the Sheep and Beef Cattle code of welfare with regard to temperature stress and requirements for shelter and protection of adverse weather, (ii) as part of developing communication messages regarding temperature stress and shelter for pastoral animals as part of its Safeguarding our Animals, Safeguarding our Reputation Programme, a collaboration with a range of external stakeholders. This is a unique opportunity to be part of an important project to support more welfare friendly and environmentally sustainable livestock farming systems in New Zealand. Adaptation to climate change is one of the biggest challenges facing the primary sector. Understanding the impacts of hot weather on sheep is a significant first step in enabling the sector to identify the most effective means of reducing heat stress. With areas of New Zealand predicted to get increasingly warmer, farmers need research that will enable them to farm sustainably in a changing climate, while maintaining their social licence",Awarded,,315000,20250410 Ministry for Primary Industries,25046874,Request for Proposals,Closed Competition,Agricultural Emission Pricing Scheme Indicative Business Case,C0033103,20211103,20211115,20220128,Agriculture and Investment Services,Sole Agency,No,,"BACKGROUND In October 2019, the Government agreed to partner with industry, and Maori under He Waka Eke Noa, to develop a farm-level pricing system, or an agreed alternative system, to encourage farmers to reduce their agricultural emissions as an alternative to agriculture entering the Emissions Trading Scheme. MPI has agreed to temporarily set up an Establishment Unit until decisions are made by Cabinet about the lead implementation agency in 2022. The Establishment Unit will scope the implementation functions for farm-level pricing, or an agreed alternative system, as well as develop a business case to support implementation. To support the implementation of farm-level pricing, or an agreed alternative system, developed by He Waka Eke Noa, MPI is seeking a partner to lead the development of a large scale, indicative business case within the Treasury Framework within tight timeframes. The IBC is intended to set out the investments in capability required by the lead agency to administer and regulate the alternative agricultural emissions pricing mechanism. WHAT WE NEED The Establishment Unit requires external consultancy expertise to lead the development and finalisation of an Indicative Business Case (IBC) consistent with Treasurys Better Business Case guidelines. The IBC will need to effectively evaluate the implementation options being considered by the He Waka Eke Noa Programme. Amongst other things, this analysis will require the evaluation of capabilities required to register farmer participants in the scheme; administration arrangements, design of emissions reporting systems including the IT system, development verification and compliance processes; assessment of levels of staffing, arranging data sharing and interoperability, and design of the payment scheme, including methods and frequency. The business case development work will need to run in parallel and be responsive to the policy development being led by the He Waka Eke Noa Programme. The business case will need to be delivered by the end of January 2022 to secure budget to progress the development of capabilities required to operationalise an agricultural emissions pricing mechanism. The IBC precedes the development of a more detailed business case as a two-stage process typical for such complex investments in the establishment of regulatory capabilities.",Awarded,,500000,20250410 Ministry for Primary Industries,25052154,Request for Proposals,Closed Competition,Analysis of workforce attraction and retention issues and options in the Food and Beverage sector in New Zealand,C0033029,20211104,20211126,20220422,Policy and Trade,Sole Agency,No,,"BACKGROUND Ministry for Primary Industries (MPI) is leading a Food and Beverage Industry Transformation Plan (ITP) alongside industry which is focused on diversifying and strengthening New Zealands food and beverage portfolio for the benefit of all New Zealanders. One of the key workstreams in the ITP is Leadership of Transformation, in which one of the key deliverables is a report on attraction and retention options for the food and beverage manufacturing and processing industry. Given the rapid growth of the food and beverage manufacturing and processing industry, there is a need to both attract and retain staff to ensure the sector is supported to be a sustainable workforce. OVERVIEW AND AIMS OF RESEARCH PROJECT MPI is seeking an analysis of workforce attraction and retention issues in food and beverage manufacturing and processing, and development of workforce attraction and retention options (across capability levels, and including accessing offshore workforce assets as well as those developed within New Zealand) that could potentially be implemented by ITP partners. In developing an evidence-based report on how to attract and retain workers in the food and beverage workforce, the provider will draw on existing resources and also engage with industry, the workforce, and unions, to gain information to inform identification of key issues, barriers and recommend opportunities for development. The primary aims of this project are to: Understand the current attraction and retention issues in the food and beverage manufacturing and processing industry. Understand options to increase attraction and retention of the workforce capability and capacity. Understand what the prerequisites are to ensure the success of these options and enable both government and industry to produce a good foundation for a sustainable workforce.",Awarded,,95996,20250410 Ministry for Primary Industries,25052306,Request for Proposals,Closed Competition,Food and Beverage Sector Collaboration Analysis,C0033030,20211104,20211126,20220422,Policy and Trade,Sole Agency,No,,"BACKGROUND The Food and Beverage Industry Transformation Plan (ITP) is one of three ITPs led by the Ministry for Primary Industries (MPI). The other ITPs being led by MPI are the Agritech ITP (jointly with the Ministry for Business, Innovation and Employment) and Forestry and Wood Processing ITP. ITPs are part of the Governments industry strategy and are primarily an economic development mechanism to support New Zealand businesses to accelerate growth in a way that is productive, sustainable, and inclusive. They are a collaboration between all relevant parts of the industry (including government) to agree on a long-term vision and identify actions that can be taken by industry, government, and others to realise the vision. Initial food and beverage sector stakeholders feedback has indicated that there may be an opportunity for more, or better, collaboration to achieve sector wide uplift in productivity and economic growth. This is especially so given New Zealands comparatively limited financial resources and higher proportion of small businesses. PROCUREMENT SPECIFICATION This consultancy services order relates to the purchase of a report that provides an analysis of opportunities for, and barriers to, collaboration in New Zealands food and beverage sector. Requirements The primary aims of this project are to achieve an advanced understanding of: the types of collaboration that exist for businesses, and which are most suitable for the food and beverage sector and exporters the opportunities for, and challenges to, and drivers of collaboration in the food and beverage sector; and the drivers of unproductive competition among New Zealand based food and beverage exporters. We also seek recommendations for addressing barriers to realising identified opportunities (fostering greater collaboration), and/or mitigating the drivers of unproductive competition",Awarded,,91062,20250410 Ministry for Primary Industries,25052492,Request for Proposals,Closed Competition,Intellectual property strategy in New Zealands food and beverage industry,C0033031,20211104,20211126,20220422,Policy and Trade,Sole Agency,No,,"BACKGROUND In 2019, Government launched the Industry Strategy as a key pillar to progress the Governments Economic Plan for a more productive, sustainable, and inclusive economy. The Strategy sets out a partnership-led, tripartite approach to industry policy through the development of Industry Transformation Plans (ITPs) for key sectors, which are to focus on: supporting industries in transition (in response to both near-term disruptions caused by COVID-19 and long-term challenges such as the shift to a low emissions economy); or transforming industries to lift aggregate productivity and enabling the scaling up of highly productive and internationally competitive clusters in areas where we have a comparative advantage. MPI is the lead agency for development of the Food and Beverage ITP, which fits into the latter category. A guiding principle for the ITPs is building and using a strong evidence base to guide our focus and interventions, including robust evaluation and monitoring. In line with this principle, MPI is therefore commissioning work in key areas to develop the evidence for the Food and Beverage ITP. Intellectual property has been identified as one such key area. PROCUREMENT SPECIFICATION Intellectual property (IP) is key to food and beverage innovation and successful commercialisation of products and related processing technologies. Effectively protecting and leveraging intellectual property can enable firms to secure competitive advantages and serve to drive sustainable business and economic growth. MPI is seeking a report that will enable New Zealand, and its food and beverage companies and innovators, to better understand, protect and leverage intellectual property related to food and beverage product development and export.",Awarded,,90000,20250410 Ministry for Primary Industries,25052539,Request for Proposals,Closed Competition,Food and beverage industry options to enhance rates of new-to-the-firm technology adoption,C0033032,20211104,20211126,20220422,Policy and Trade,Sole Agency,No,,"BACKGROUND In 2019, Government launched the Industry Strategy as a key pillar to progress the Governments Economic Plan for a more productive, sustainable, and inclusive economy. The Ministry for Primary Industries (MPI) is the lead agency for development of the Food and Beverage ITP, which focuses on transforming industries to lift aggregate productivity and enabling the scaling up of highly productive and internationally competitive clusters in areas where we have a comparative advantage. Previous research described the key barriers that food and beverage firms and entrepreneurs face to value-added product development and growth. This research noted adoption of technology as an area where improvements could be made. This finding was supported by the Food and Beverage ITP Advisory Group. PROCUREMENT SPECIFICATION This consultancy services order relates to the purchase of a report on options to incentivise or otherwise enhance rates of new-to-the-firm technology adoption among food and beverage firms in New Zealand. The report sought will cover: A review of options to incentivise or otherwise enhance rates of new-to-the-firm technology adoption among food and beverage firms; An assessment of the likely effectiveness and impact of these options in the New Zealand context. A specific component of this should consider the likely effectiveness and impact of these options for Maori food and beverage firms; and Recommendations of which of these options, or combinations of these, would best enhance rates of new-to-the-firm technology adoption among New Zealand food and beverage firms, including Maori firms. Recommendations should focus not only on Government action only, but consider the potential for action by Government, industry, and other actors that have been identified as relevant throughout the course of the analysis. The primary aims of this research report are to: A. Understand what options could be used to incentivise or otherwise enhance rates of new-to-the-firm innovative technology adoption among food and beverage firms. B. Understand the likely effectiveness and impact of the above options in the New Zealand context, including for Maori food and beverage firms. C. Receive recommendations of which of these options, or combinations of these, could be pursued in the ITP to best enhance rates of new-to-the-firm innovative technology adoption that results in firms accelerating innovation and value-adding activity.",Awarded,,116756,20250410 Ministry for Primary Industries,25053892,Request for Proposals,Closed Competition,Spatially Accurate Historic Imagery,C-23562,20211105,20211130,20220311,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The objective of this procurement is to carry out the necessary processing of relevant aerial images from the Crown Aerial Film Archive captured near 31st of December 1989 so that all privately held rural land in New Zealand is covered by at least one image captured prior to 1 January 1990 and one image captured after 31st of December 1989. These images will be used by Te Uru Rakau - New Zealand Forest Service to perform its Forestry ETS regulatory functions. By insuring coverage of spatially accurate imagery to this extent, we would remove the need for applicants and Te Uru Rakau - New Zealand Forest Service to process high resolution imagery in almost all cases. The access to the spatially accurate images from the Crown Aerial Film Archive improves the timeliness and transparency of our Forestry ETS application processing and compliance investigations. The images will also be available for use by Forestry ETS participants and consultants to help them prepare applications and emissions returns and comply with their ETS obligations. This procurement relates to the Forestry ETS Transformation Programme objective to improve the transparency of ETS decisions. One of the ways the Programme plans to do this is to increase the use and public accessibility of imagery data. This will increase the transparency of ETS application decisions, enable higher levels of application accuracy and aide participant compliance. Currently the images from the Crown Aerial Film Archive are accessed as non-orthorectified and non-mosaiced individual images from https://retrolens.co.nz/ on an as needed basis. Using the imagery from this source requires manual processing using GIS software. This process is time consuming and limited to people with the technical skills and software to do this, resulting in limited accessibility and transparency of ETS application decisions made by Te Uru Rakau New Zealand Forest Service and limited understanding of relevant ETS forest land status at 31st of December 1989 by landowners and consultants. An additional limitation is that the Retrolens version is not the highest resolution version of the imagery available.",Awarded,,0,20250410 Ministry for Primary Industries,25054585,Request for Proposals,Closed Competition,BYC2021-03 Bycatch monitoring and quantification in deepwater fisheries,O - BYC2021-03,20211105,20211210,20220119,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate the composition of catch (including non-target fish catch and discards of target and non-target fish species) in deepwater fisheries. Specific Research Objective: 1. Estimate catch composition in target deepwater fisheries (various fisheries to be addressed cyclically). This should include an estimation of the quantity of non-target fish species caught, and the target and non-target fish species discarded, in a format that meets management needs. Estimated rates and amounts of bycatch and discards in the different deepwater fisheries are to be compared with previous estimates to identify trends over time.",Awarded,,0,20250410 Ministry for Primary Industries,25092581,Request for Proposals,Closed Competition,PHEC Project Quantity Surveying Services,C0032784,20211115,20211130,20220328,,Sole Agency,No,,"Biosecurity New Zealand (BNZ), Tiakitanga Putaiao Aotearoa, is a business unit within MPI that works to protect New Zealands economic security, biodiversity and taonga from pests and diseases that pose a risk to New Zealand's economy, environment, human health and cultural wellbeing. The primary sector, and plant-based industries within it, have been identified by Government as playing a central role in New Zealands economic recovery from COVID-19. The primary sector is the engine room for our economic recovery and our exports are all dependent on keeping New Zealand free from pests and diseases to ensure continued access to premium export markets. The Diagnostics & Surveillance Services (DSS) Directorate is responsible for delivering surveillance, incursion investigation, diagnostics and technical leadership for pests and diseases that may affect New Zealand's primary industries or the environment. Their Plant Health and Environment Laboratory (PHEL) facility at Tamaki, Auckland comprise of containment laboratories and Level 3B Post-Entry Quarantine (PEQ) greenhouses (the highest level of greenhouse biocontainment) and enables MPI to provide: high security quarantine facilities for plants to ensure all plant material being imported for plant breeding purposes is free of pests and disease; and scientific testing and evidence to assure our trading partners that our plant exports meet international standards, and evidence to maintain New Zealands international pest and disease-free brand. These services are critical to protecting, supporting and facilitating the growth of New Zealand's primary industries, specifically horticulture (an industry currently worth $6.1 billion) and biodiversity. PHEC Project was established to strengthen New Zealands biosecurity system through investment in land, modern laboratories, specialist equipment and infrastructure, high security quarantine houses and specialist science personnel for MPIs plant health and environment operations. Once this facility is built, the plant health and environment operations at the Tamaki facilities will fully transition over to the new facility. The objective of this procurement is to obtain the services of a single quantity surveying (QS) organisation to support MPI by providing cost management advise for the design phase of the PHEC project.",Awarded,,0,20250410 Ministry for Primary Industries,25124186,Request for Proposals,Closed Competition,Forestry Workforce Transition Plan,C-C0032866,20211119,20211203,20220125,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The primary sector (both land and marine based) has a shortfall of workers over the short, medium and long term. For seasonal activity, in particular, there is a high reliance on temporary migrant and unskilled labour. For forestry this is in propagation, silviculture, forest maintenance and harvesting. This shortfall has been intensified by the reduced availability of temporary and migrant workers due to COVID-19. Further, due to the focus of the Emission Reduction Plan and the role of forestry, there is likely to be a focus on increased planting across both indigenous and exotic forests. If the proposed targets are adopted then this represents a significant uplift in annual plantings and seedling supplies. The Forestry & Wood Processing Workforce Action Plan 2020 24 (FWAP) aims to support the development of a skilled workforce. The action plan (developed pre COVID): Supports the current and future needs of the sector's workforce Brings new initiatives together to form a cohesive and comprehensive way forward Leverages areas of shared interest with the wider primary sector. The action plan has 4 focus areas for the forestry and wood processing sector. Knowledge: Making good workforce decisions based on robust information and data. Attraction: Inspiring and attracting a larger, more diverse workforce. Education and training: Ensuring people have the rights skills and knowledge to be successful. Employment: Having people thrive in workplaces with good practices and work conditions. The shortfall in workers means there is a need to create a sector wide workforce transition plan that focuses on both short term and longer-term actions supporting the sector to reduce their reliance on migrant labour and attract more New Zealanders to these roles. In production of this plan there is an expectation that it will acknowledge the impact of the work that has already taken place and options to change workforce models for the future, including filling employment between seasonal activity.",Awarded,,0,20250410 Ministry for Primary Industries,25125528,Request for Proposals,Closed Competition,Marine Biosecurity Pathways Management: Efficacy of treatments for shellfish movements and incursion response,O - 406641,20211119,20220210,20220328,Biosecurity New Zealand,Sole Agency,No,,"The tools (e.g., chemical, biological, physical methods) available for effective post-border management of marine non-indigenous species (NIS) are still in their infancy, particularly within the biosecurity response and long-term management areas (e.g., eradicating NIS incursions, implementing biosecure shellfish stock transfers). This project is to carry out research to test the efficacy of post-border management tools to address knowledge gaps, provide more certainty in the effectiveness for use of the tools against a suite of NIS, and to develop and test cost-effective treatments that are deployable at large scales (e.g., aquaculture establishments, marinas, ports and embayments). This project provides the opportunity to identify effective, efficient, practical and safe tools that will facilitate two distinct purposes: a) Incursion Response and Eradication - the eradication/management of NIS to support marine incursion responses, and b) Shellfish Stock Transfers - the biosecure movement of cultured shellfish.",Awarded,,0,20250410 Ministry for Primary Industries,25164231,Request for Proposals,Open Competition,EV Infrastructure,C0033175,20211124,20211222,20220805,Corporate Services,Sole Agency,No,,"Ministry for Primary Industries (MPI) is mandated to achieve carbon neutrality by 2025/26 under the Carbon Neutral Government Programme (CNGP). The programme requires all government agencies to purchase Battery Electric Vehicles (BEVs) or Plug-in Hybrid Electric Vehicles (PHEVs) when purchasing new vehicles or replacing old vehicles unless there are operational requirements or other circumstances that prevent it. MPI seeks to identify a supplier that can provide the following services nationally: a. Review MPI sites nationwide as required and provide advice, expertise, and recommendations on installation of electric vehicle (EV) charging infrastructure, a software management platform with the capabilities for data management, monitoring and reporting of electricity use, costings of the infrastructure and software, and supply and installation of the software and infrastructure. b.Provide advice, expertise, and recommendations on installation and the supply of EV charging infrastructure at MPI staff members homes. c. For the 2021/22 financial year 55 chargers, across seven (7) MPI sites. d. For the 2021/22 FY EV chargers for the additional 11 PHEVs subject to available funding. e. Supply and installation of EV chargers in subsequent financial years and for the term of the contract. f. Ongoing support of the EV chargers and software solution following installation.",Awarded,The Total Spend Value is an estimate figure for the whole of life of the contract. Actual value will depend on the future volume of MPI fleet vehicles that are transitioned to electric. Quotes for installations will be agreed to in sub-agreements throughout the Contract Term.,4200000,20250410 Ministry for Primary Industries,25167859,Request for Proposals,Closed Competition,Primary Sector Workforce Forecasting v2,C - C0033014,20211125,20211210,20220111,Policy and Trade,Sole Agency,No,,"VERSION 2 Supplier Briefings MPI will be undertaking a supplier briefing via Teams on Monday 29th November between 2-3.30pm If you would like to attend the supplier briefing session, please email our Point of Contact to register no later than 5pm, Friday 26th November. If you are unable to make the time, please advise in your email and we will endeavour to find a time that suits both parties. Name: Amy McNabb Title/role: Procurement Specialist Email address: amy.mcnabb@mpi.govt.nz MPI will release a Question & Answer addenda to this RFP once the briefings have been completed. Project overview wording: The purpose of this procurement is to obtain workforce demand forecasts, and an associated report, that sets out the labour and skills that the primary industries will need by 2032 to successfully deliver on four alternative futures. The following sub-sectors, broken down between production and processing and by key roles, must be included within the forecasts: Horticulture, broken down by: ? Apples and pears, and other orchard crops ? Kiwifruit and Avocados ? Vegetables ? Contained crops and other horticultural crops Viticulture and winemaking Dairy, including dairy farming and dairy processing Red meat, including sheep, beef and deer farming, meat processing, and wool harvesting and processing Forestry and wood processing Seafood, including fishing, aquaculture, and seafood processing Arable farming and processing Other farming including pork, poultry, and apiculture Support services roles that are critical to the success of the primary industries but may provide services to more than one sector Forecasts must be provided at national level and by geographic region (Regional Council boundaries).",Awarded,,0,20250410 Ministry for Primary Industries,25176891,Request for Proposals,Closed Competition,Log Traders and Forest Advisers Registration Project,C- C0033139,20211129,20211210,20220110,Te Uru Rakau - Forestry NZ,All of Government,No,,"Ministry for Primary Industries and Te Uru Rakau New Zealand Forestry Service (MPI) is seeking a Salesforce development partner to work collaboratively with, building Salesforce Public Sector Solution (PSS) capability on our existing Salesforce platform. Due to legislative deadlines, this solution will be completed in phases with the first phase publicly available by July 2022. The solution will be implementing a common regulatory platform based on PSS which will hold the Forest Advisers and Log Traders registration systems.",Awarded,,0,20250410 Ministry for Primary Industries,25182157,Request for Proposals,Closed Competition,"RFP - On-Board Cameras, Data Management and Associated Services",C - 22636,20211129,20220221,20220523,Fisheries New Zealand,Sole Agency,No,,"Fisheries New Zealand (FNZ), a business unit of the Ministry for Primary Industries (MPI), is undertaking this procurement to identify, and ultimately deploy on a timely basis, a fit for purpose end to end On-Board Camera, Data Management and Associated Services (on-board cameras) solution that is innovative and cost efficient to the in-scope commercial fishing fleet of New Zealand. On 17 June 2021, the Minister for Oceans and Fisheries, Hon David Parker announced the wider rollout of on-board cameras starting mid-2022 and detailed the rollout of cameras on up to 300 commercial fishing vessels by 2024. This rollout is targeted at covering inshore fishing vessels which post the greatest risk to protected species and/or have significant amounts of fish bycatch. When completed, on-board cameras will provide independent and accurate information about commercial fishing activity. This will provide greater certainty and more evidence on which to base decisions about policy and regulation, scientific research and fisheries management on. The resulting scope and the deployment schedule may change following the consultation process and subsequent Government (Cabinet) decisions. Following the awarding of the contract opportunity any variation to the procurement requirements, resulting from consultation and subsequent Cabinet decisions, will be negotiated with the successful supplier. Respondents must base their submission on what is currently contained in the tender documentation which reflects the Ministers June 2021 announcement.",Awarded,Contract awarded to Spark New Zealand Trading Limited.,46800000,20250410 Ministry for Primary Industries,25220746,Request for Proposals,Open Competition,Plant Health & Environmental Capability (PHEC) Design Work-stream Lead Consultant Tender,C0032950,20211208,20220217,20220607,Biosecurity New Zealand,Sole Agency,No,,"Biosecurity New Zealand (BNZ) Tiakitanga Putaiao Aotearoa, a business unit within MPI, leads the countrys biosecurity system and spearheads MPIs work to protect New Zealand from new and emerging exotic pests and diseases that pose a risk to our economy, environment, human health, and social and cultural wellbeing, including taonga species, such as our irreplaceable native plants. Bio-security New Zealand has a Plant Health and Environment Capability Programme underway (PHEC) that is to strengthen our bio-security system. To service the increase in diagnostic activity, PHEC requires sufficient replacement laboratory and greenhouse space to handle the increased test volumes and PEQ material and enable processing of bio-security response samples in a reasonable timeframe, as well as respond to increasing demand into the future. In addition, the increased activity requires larger facilities to conduct future surveillance and incursion investigation activities and additional office space and other amenities for an increase in staffing numbers. This approach entitles the appointment of a Lead Consultant and that party will have an established consortium model that is anticipated to consist of several corporations that have entered an arrangement or association with the Lead Consultant in order to pursue the PHEC project tender. MPI encourage the use of best for project team methodology in the selection of the consortium membership, and as such discourage individualised response exclusivity. MPI are more than comfortable in receiving the same design discipline sub-consultants on multiple bids, to ensure the best team for the project is selected. MPI is open to receiving proposals for the provision of the Lead Consultant services from consultancy entities that is either architecturally or engineering led practises or other viable entity option (e.g. project management). To that end MPI invites an RFP response from Suppliers to be engaged as MPIs Lead Consultant to design this flagship in New Zealands bio-security defensive armada that will protect our flora and horticultural industries against unwanted pests and organisms.",Awarded,"The purpose of the PHEC Lead Consultant Design Services is to provide and lead the design consortia team, manage delivery of the design workstream, and deliver designs for the construction of the PHEC facility. Tender evaluation was conducted in accordance with MPIs Standard Tender Evaluation Guidelines. The Tender Evaluation Committee (TEC) comprised members of the PHEC Project Team (core team and consultancies) and representatives from the PHEL. The Tender Evaluation Committee (TEC) noted that both responses provided good quality and technically well written proposals and both successfully demonstrated their lead consultant expertise and strong consortium membership skillset and relevant experiences in designing the build solution for science-based facilities with New Zealand and Australasia. The TEC expressed their confidence that either of these two Respondents could deliver the desired outcome for the PHEC Project. But Jasmax were selected due to better - Overall presents as a cohesive, mainly 'one team', approach with clear project reporting / accountability lines - Nominated multiple named design integrators, provided a higher level of comfort that they have people that can deliver the project, with an emphasis on the design stages - This consortium has adopted ""best for project team' with multiple consultant partners selected - Management strategy centred on project leadership, management and technical leadership - Provided strong examples and lessons learnt in regard to PC3 facilities and PEQ examples",0,20250410 Ministry for Primary Industries,25232992,Request for Proposals,Open Competition,Vineyard Monitoring Programme,O - C00330005,20211213,20220201,20220411,Policy and Trade,Sole Agency,No,,"MPI and NZW wish to select a supplier who can undertake the data collection and provide analysis, interpretation and commentary on the data collected from vineyards in the Hawkes Bay and Marlborough regions. In the Marlborough region, the successful supplier will collect production and financial data from around 50 participating vineyards each year and provide the anonymised data and commentary to MPI and NZW, and assist with the development and validation of the Marlborough Vineyard Model. In Hawkes Bay, the successful supplier will provide gross margin analysis by grape variety from data inputted by growers into a secure space in the NZW members portal.",Awarded,,0,20250410 Ministry for Primary Industries,25289806,Request for Proposals,Open Competition,Maori Landowner Research,O C0033214,20220110,20220218,20220503,Policy and Trade,Sole Agency,No,,"The objective of this procurement is to obtain in-depth insights into the experiences and views of Maori landowners and agribusinesses in relation to the Primary Industry Advisory Services (PIAS) system, including both formal and informal avenues. The research will seek the views of a representative range of Maori landowners and agribusinesses, as well as Maori advisers working in the primary sector. The research will provide Maori landowner and agribusiness perspectives about how they use, and/or would prefer to use advisers and the advisory system (to understand their needs for advice, expertise and support more fully) as well as to what extent the current advisory system serves their needs. It will recommend the system-level changes needed and the best interventions to enable the advisory service to better support Maori landowners and agribusinesses (particularly in relation to regulatory changes such as the implementation of freshwater farm plans and He Waka Eke Noa).",Awarded,,0,20250410 Ministry for Primary Industries,25298599,Request for Proposals,Open Competition,Brodifacoum and Double TapTM Pen Efficacy Trials on dama and Bennetts wallabies,C0033366,20220114,20220228,20220426,Biosecurity New Zealand,Sole Agency,No,,"Brodifacoum and Double TapTM Pen Efficacy Trials on dama and Bennetts wallabies We want research that consist of pen trials to determine the mortality rate of dama wallabies caused by the vertebrate toxin agent, Brodifacoum, and the mortality rate of Bennetts wallabies caused by the toxic bait product Double-TapTM (Diphacinone Cholecalciferois). This is the first step in determining the efficacy of both of these products towards potential registration of toxic bait formulation for dama and Bennetts wallabies.",Awarded,,0,20250410 Ministry for Primary Industries,25299275,Request for Proposals,Open Competition,Evaluation of bait delivery system designs for control of dama and Bennetts wallabies,C0033367,20220114,20220228,20220426,Biosecurity New Zealand,Sole Agency,No,,"Evaluation of bait delivery system designs for control of dama and Bennetts wallabies There is a level of uncertainty around how effective our current bait station designs are for both dama (N. eugenii), and Bennetts wallaby (N. rufogriseus), as there is some evidence to suggest that these species do not like to feed out of certain station designs. We want research that can tell us whether the design of a bait station can influence the behaviour of dama and Bennetts wallabies. Whether this behaviour results in either an increase in bait acceptance and uptake or bait aversion due to neophobia. We want to test our current designs as well as exploring and testing alternative and/or modified station designs. The research will enable us to determine which station design(s) are suitable and allow us to identify design parameters that one needs to consider when designing new stations or modifying existing ones. We want research to determine the relative efficacy of ground delivery systems (with no height restrictions) in the uptake of Feratox by both dama and Bennetts wallabies, and compare this with the efficacy of the current delivery method of placing Feratox bait at least 20cm above the ground. If ground deployment is successful, then the results may allow us to support a variation to its use.",Awarded,,0,20250410 Ministry for Primary Industries,25301692,Request for Proposals,Closed Competition,MAF2021-02 Multispecies - National Fish Weights Survey for 2022-23,C - MAF2021-02,20220114,20220204,20220315,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To continue the implementation of an integrated amateur harvest estimation system by providing estimates of absolute total amateur harvest on a stock basis to inform fisheries management. Specific Objectives: 1. To collate and collect length data describing amateur fisheries catch of key species throughout New Zealand. 2. To convert length data to weight data to inform estimation of the harvest of amateur fisheries. 3. To collaborate with concurrent onsite and offsite survey projects to provide information to corroborate, and if possible, calibrate harvest estimates",Awarded,,0,20250410 Ministry for Primary Industries,25301915,Request for Proposals,Closed Competition,SWA2021-01 Assessment of biomass for silver warehou in SWA 3 and 4,C - SWA2021-01,20220114,20220204,20220218,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To develop an assessment of biomass in relation to management targets for silver warehou (Seriolella punctata) in SWA 3 and SWA 4. Specific Research Objectives: Respondents are invited to submit tenders for both objectives or for either objective 1 or 2. 1. To update the descriptive analysis of the commercial catch and effort data for silver warehou on the Chatham Rise and Southland and update standardised catch and effort analyses. 2. To review all options and approaches to providing stock status advice (including but not limited to the possibility of again attempting a Level 1 fully quantitative stock assessment for the ECSI stock).",Awarded,,0,20250410 Ministry for Primary Industries,25301989,Request for Proposals,Open Competition,PRO2021-02 Estimation of warp capture cryptic mortality multipliers with seabird corpse catcher devices,O - PRO2021-02,20220114,20220216,20220323,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To inform seabird risk assessment and risk management responses for seabird bycatch in different trawl fisheries. Specific Research Objectives: 1. To improve estimates of cryptic mortality for input to the SEFRA method by attaching seabird corpse catchers to the warps of a deepwater vessel targeting squid and an inshore vessel targeting snapper to increase the probability that a seabird killed on a warp will be retained until hauling. 2. These observations will then be used to create an estimate of the number of unobservable captures that occur; this will be compared with observed captures to work out the cryptic multiplier scalar for use in the multi-species seabird SEFRA.",Not Awarded,No responses received.,0,20250410 Ministry for Primary Industries,25304529,Request for Proposals,Closed Competition,STN2021-01 Catch-at-age of southern bluefin tuna,C - STN2021-01,20220117,20220211,20220321,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To determine the age composition of the commercial catch of southern bluefin tuna (Thunnus maccoyii) in New Zealand fisheries waters. Specific Research Objectives: 1. To age up to 150 otoliths from southern bluefin tuna collected from vessels fishing in New Zealand fisheries waters during the 202122 fishing season (2022 calendar year) 2. To age up to 150 otoliths from southern bluefin tuna collected from vessels fishing in New Zealand fisheries waters during the 202223 fishing season (2023 calendar year) 3. To age up to 150 otoliths from southern bluefin tuna collected from vessels fishing in New Zealand fisheries waters during the 202324 fishing season (2024 calendar year) 4. To age up to 150 otoliths from southern bluefin tuna collected from vessels fishing in New Zealand fisheries waters during the 202425 fishing season (2025 calendar year) 5. To age up to 150 otoliths from southern bluefin tuna collected from vessels fishing in New Zealand fisheries waters during the 202526 fishing season (2026 calendar year)",Awarded,,0,20250410 Ministry for Primary Industries,25304682,Request for Proposals,Closed Competition,STN2021-02 Estimation of recreational harvest of southern bluefin tuna in New Zealand waters in 2022-2026,C - STN2021-02,20220118,20220204,20220303,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: 1. To improve the estimates of the recreational catch and size composition of southern bluefin tuna (Thunnus maccoyii) in New Zealand fisheries waters during the 2022, 2023, 2024, 2025, and 2026 fishing seasons. Specific Research Objectives: 1. To update and undertake an on-site survey to estimate amateur harvest of southern bluefin tuna in the eastern Bay of Plenty. 2. Design and undertake a survey to estimate the amateur harvest of southern bluefin tuna on the west coast South Island. 3. To estimate the amateur southern bluefin tuna harvest for the 2022, 2023, 2024, 2025, and 2026 southern bluefin tuna fishing season using the method developed in Specific Objectives 1 and 2, data from the amateur charter vessels, section 111 landings, sport fishing club records and any other appropriate reporting methods. 4. To characterise the biological and temporal nature of the marine amateur harvest of southern bluefin tuna. 5. To collect otoliths from southern bluefin tuna caught by recreational fishing vessels fishing in the eastern Bay of Plenty.",Awarded,,0,20250410 Ministry for Primary Industries,25306789,Request for Proposals,Open Competition,Effective Methods for Engaging with YOPIs on Food Safety Matters,406658,20220117,20220217,20220406,New Zealand Food Safety,Sole Agency,No,,"Risk communication research reveals risk messages are filtered through the receiving audiences own selective lenses, with risk perceptions continuing to dominate literature. Without the knowledge and understanding of the audience we need to engage with, the development of food safety messages/advice is likely to be less impactful to motivate progression along the stages of change and adoption of recommended food safety behaviours. The audiences of particular interest to the New Zealand Food Safety (NZFS) (a business unit from the Ministry for Primary Industries) for this project are the young, old, pregnant, and immunocompromised (YOPI). Currently, NZFS does not have any data or insights concerning these groups, where they source food safety information, and how these sources are obtained and influence the decisions they make. The objective of this research project is to uncover the types and sources of food safety information YOPI use, how these sources are obtained and influence the decisions they make.",Awarded,,171920,20250410 Ministry for Primary Industries,25311087,Award Notice,Open Competition,"PRO2021-07 Review, cataloguing and continuation of footage collected from the 2020/21 Black Petrel Electronic Monitoring Project",C - PRO2021-07,20211117,20211117,20220118,Fisheries New Zealand,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,25352066,Request for Proposals,Open Competition,Preventive Maintenance for Vessels with Long Lay-Ups,O - 406292,20220128,20220308,20220414,,Sole Agency,No,,,Not Awarded,No tender Responses received,0,20250410 Ministry for Primary Industries,25355792,Request for Proposals,Closed Competition,Support for CERF 2022 Budget Bid,C - 0033425,20220131,20220209,20220307,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The Budget 22 process is underway and Te Uru Rakau New Zealand Forest Service have submitted 5 budget bids. Three to the Climate Emergency Relief Find (CERF) and two via the Natural Resource Cluster. Due to the scale and risk profile of the CERF Bids it is necessary to do further work on business cases to support the funding request and provide assurance of the approach to successful implementation of the proposed work. The skills to undertake the business case analysis and development does not currently exist within Te Uru Rakau New Zealand Forest Service or wider MPI. There is good subject matter expert available, however these staff members are already committed to a heavy work programme so are unable to be assigned full time to this work. To ensure that we have the best opportunity to be successful with delivering to the outcomes of the bids and providing assurance to Treasury that the business cases supporting the funding requested are sound we need to source externally the skill set required to do this.",Awarded,,0,20250410 Ministry for Primary Industries,25392199,Request for Proposals,Closed Competition,C0033154 MAPS Risk Measures development RFP,C0033154,20220209,20220228,20220429,Biosecurity New Zealand,Sole Agency,No,,"As the regulator MPI is required to process Animal Products Act and Wine Act business registrations, which are currently held in a legacy application. We need a specialist Salesforce Consultancy to design, development and implement workflows for processing the registrations in MAPS (Multiple Approval Processing System), which already holds Food Act registrations and registrations of recognised businesses and individuals. The work also includes providing support for the migration of registration data from the legacy application to MAPS",Awarded,,0,20250410 Ministry for Primary Industries,25430254,Request for Proposals,Closed Competition,Pioneering to Precision Primary Growth Partnership programme,C0033370,20220217,20220307,20220502,Agriculture and Investment Services,Sole Agency,No,,"The Pioneering to Precision Primary Growth Partnership (PGP) programme is intended to improve the productivity of hill country sheep and beef farming through more efficient use of fertiliser. Precision application technology will be developed using remote sensing of the nutrient status of the land to determine where nutrients should be targeted. GPS guided aircraft will deliver fertiliser to targeted areas of the farm. The technology will also enable farmers to minimise the discharge of nutrients into water ways in critical areas. The objective of this procurement is to obtain a consultant to evaluate the Pioneering to Precision PGP and its effectiveness. The procurement of the evaluation is to inform MPI whether it can be confident that forecast benefits of Pioneering to Precision will be achieved: These key areas will be evaluated: a) Outcomes - what has been accomplished by the Programme so far and what are its benefits to New Zealand into the future? b) Execution - how well has the Programme been executed? c) Lessons learned - what are the lessons from the Programme and implications for other programmes and to SFF Futures as a whole?",Awarded,,0,20250410 Ministry for Primary Industries,25436019,Request for Proposals,Closed Competition,Assessment of the Financial and Socio-Economic Data and Tool needs for New Zealands Fisheries Sector,O - CSO33545,20220304,20220401,20220506,Fisheries New Zealand,Sole Agency,No,,"MPI requires an assessment of the status of financial and socio-economic data: 1. Transparency of current availability and accessibility 2. Benchmark against international practices (e.g. USA and EU) 3. To provide a description of financial data sources and methodology to carry out a market structure analysis. 4. Requirements if applying the LSF/HAW (i.e. wellbeing economics) to guide outcomes and use indicators. 5. Capabilities in performing Economic Impact Analysis applying conventional economic impact analysis as well as emerging, integrated path-dependent approaches. 6. Perceived alignment with a forward-looking direction of travel of fisheries policy and management developments. A key need for this project is to provide an overview of where financial and socio-economic data can be found and describe future data needs in relation to how fisheries economic data and information is currently used and how this use is expected to change as increasingly complex (transitioning) challenges require socio-economic decision support",Awarded,,0,20250410 Ministry for Primary Industries,25448274,Request for Proposals,Closed Competition,Life Cycle Assessment of New Zealand King Salmon,C - C0033286,20220222,20220311,20220421,Fisheries New Zealand,Sole Agency,No,,The Ministry for Primary Industries is working with Aquaculture New Zealand and the New Zealand Salmon Farming Association to conduct a life cycle assessment (LCA) of freshwater and seawater farmed king salmon. The LCA will assess the cradle to grave impacts of New Zealands farmed king salmon industry and compare its sustainability performance with other sources of dietary protein.,Awarded,,0,20250410 Ministry for Primary Industries,25471968,Request for Proposals,Closed Competition,SFF Futures IP Review,C - C003462,20220228,20220311,20220412,Agriculture and Investment Services,Sole Agency,No,,"This consultancy services order has been established to obtain an independent cost-benefit assessment of IP conditions in current SFF Future funding agreements, and recommendations for alternative options that achieve the programmes strategic objectives while ensuring compliance with MPIs statutory obligations.",Awarded,,0,20250410 Ministry for Primary Industries,25494025,Request for Proposals,Closed Competition,Behaviour Change & Engagement - Fisheries Amendment Bill,C - C0033566,20220303,20220317,20220419,Fisheries New Zealand,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,25494807,Request for Proposals,Closed Competition,PHEC Project Information Manager,C-C0033247,20220304,20220318,20220523,,Sole Agency,No,,"Biosecurity New Zealand (BNZ), Tiakitanga Putaiao Aotearoa, is a business unit within MPI that works to protect New Zealands economic security, biodiversity and taonga from pests and diseases that pose a risk to New Zealand's economy, environment, human health and cultural wellbeing. The primary sector, and plant-based industries within it, have been identified by Government as playing a central role in New Zealands economic recovery from COVID-19. The primary sector is the engine room for our economic recovery and our exports are all dependent on keeping New Zealand free from pests and diseases to ensure continued access to premium export markets. The Diagnostics & Surveillance Services (DSS) Directorate is responsible for delivering surveillance, incursion investigation, diagnostics and technical leadership for pests and diseases that may affect New Zealand's primary industries or the environment. Their Plant Health and Environment Laboratory (PHEL) facility at Tamaki, Auckland comprise of containment laboratories and Level 3B Post-Entry Quarantine (PEQ) greenhouses (the highest level of greenhouse biocontainment) and enables MPI to provide: high security quarantine facilities for plants to ensure all plant material being imported for plant breeding purposes is free of pests and disease; and scientific testing and evidence to assure our trading partners that our plant exports meet international standards, and evidence to maintain New Zealands international pest and disease-free brand. These services are critical to protecting, supporting and facilitating the growth of New Zealand's primary industries, specifically horticulture (an industry currently worth $6.1 billion) and biodiversity. PHEC Project was established to strengthen New Zealands biosecurity system through investment in land, modern laboratories, specialist equipment and infrastructure, high security quarantine houses and specialist science personnel for MPIs plant health and environment operations. Once this facility is built, the plant health and environment operations at the Tamaki facilities will fully transition over to the new facility. MPI is looking for credible suppliers who have the capacity, capability, and experience to deliver the client-side BIM peer review services for the PHEC project. Interested parties must acknowledge that they must be independent and cannot be part of the Lead Design Consultants consortium for the project.",Awarded,,0,20250410 Ministry for Primary Industries,25528669,Request for Proposals,Closed Competition,Financial Audit of up to 20 Sustainable Fibre Future - Futures Projects,C-C0033505,20220311,20220325,20220411,Agriculture and Investment Services,Sole Agency,No,,"Sustainable Food and Fibre Futures (SFF Futures) supports problem-solving and innovation in New Zealands food and fibre sectors by co-investing in initiatives that make a positive and lasting difference. In order to ascertain that processes and procedures are adhered to correctly, an audit is to undertaken of a sample of SFF Futures grants. This is done routinely for larger projects over $2m but has not been done before for smaller SFF Futures projects. Each audit will assess whether MPIs project partner(s) has suitable financial management systems. The key elements considered are whether each programme has adequate systems for: budgeting, forecasting and monitoring the financial progress of their programme preparing claims for funding processing and recording payments to staff, suppliers and in-kind costs. The other key part of the work is looking at whether the project partner has sufficient documentary evidence to adequately support and substantiate the amounts that they claim from MPI for government funding.",Awarded,,0,20250410 Ministry for Primary Industries,25542290,Request for Proposals,Open Competition,Development and Testing Olfactory Based Lures for Wallabies,C0033605,20220315,20220413,20220516,Biosecurity New Zealand,Sole Agency,No,,"Developing and Testing Olfactory Based Lures for dama and Bennett's wallabies Smell is a primary cue for both attracting wallabies to bait and then prompting wallabies to eat novel foods. There has been some research undertaken into looking at the effectiveness of a number of lures against dama wallabies, however results have been mixed while there has been little research against Bennettss wallabies. We want research that results in effective olfactory lures (non semiochemicals) that attract dama and Bennetts wallabies. We want a feasibility study to determine the value of undergoing research in the development and testing of semiochemical based lures for dama and Bennetts wallabies. Whats important to us The Ministry is looking for credible providers who have the capability, capacity, experience, and networks to deliver this research. Having effective lures is critical in the effective control and monitoring of both dama and Bennetts wallabies.",Awarded,,0,20250410 Ministry for Primary Industries,25542444,Request for Proposals,Open Competition,Understanding New Zealands Veterinary Capacity for National Disease Programmes,O - 406788,20220315,20220411,20220701,New Zealand Food Safety,Sole Agency,No,,"The private veterinary workforce is a crucial part of resources for animal disease surveillance and control in New Zealand. Veterinarians provide essential activities in case identification and reporting, sampling and diagnostics, implementation of control measures and farmer engagement. Improving MPIs ability to utilise the veterinary workforce requires a good understanding of how veterinary practitioners and allied veterinary professionals operate in their day-to-day work, and how they could best contribute to national disease control programmes going forward. MPI wishes to gain a better understanding of the current veterinary coverage of the animal populations, employment and scope of work for allied veterinary professionals, diagnostic test practices, data recording practices, and veterinary practitioners willingness and preferred methods for participating in national disease control programmes. Better knowledge in these areas will benefit MPI by enabling Biosecurity New Zealand to plan and deliver more effectively in the following three key areas: o early detection of exotic and emerging diseases, o endemic disease management, and o biosecurity emergency responses.",Awarded,,0,20250410 Ministry for Primary Industries,25552393,Request for Proposals,Open Competition,RFP Pilot Trial for Large-scale Management of Undaria pinnatifida in the Fiordland Marine Area,406789,20220317,20220413,20220719,Biosecurity New Zealand,Sole Agency,No,,"This procurement relates to initial scientific work for a control tool to assist with Undaria management in Fiordland. This work will inform the requirements for a possible future work programme by adapting and trialling tools or methods to suppress or eliminate Undaria in Fiordland. The Fiordland (Te Moana o Atawhenua) Marine Area (FMA) is an internationally significant fiord ecosystem. Undaria is an invasive marine seaweed that threatens the unique biodiversity values of this area. While Fiordland is largely free of marine pests, since 2010 Biosecurity New Zealand has been working with Environment Southland and the Department of Conservation (DOC) to control Undaria in Breaksea Sound, Fiordland. Initially control work was carried out with the intention to eradicate a small incursion, however, in 2017 Undaria was detected in a much wider area of Breaksea Sound. As a result, agency control efforts have primarily focused on containing Undaria within Breaksea Sound to preserve long-term management options. There is currently an Undaria biomass removal project underway that is managed by the Department of Conservation through the Jobs for Nature programme. This project involves the search and removal of Undaria. Undaria forms dense monoculture beds in shallow rocky reef areas. It can out-compete native algae and invertebrate species for light and space. Current containment activities in the FMA rely on manual removal of Undaria by divers from the edge of its current distribution to prevent it spreading further throughout Fiordland. However, manual removal is difficult due to the isolated nature of Fiordland, limits on dive time, weather conditions, etc. While some tools exist for small-scale treatment of Undaria (including use of heat, chlorine, encapsulation, kina biocontrol), there are no large-scale management tools available. Having a tool/method that can either suppress or, preferably, eradicate Undaria from Breaksea Sound, Fiordland would allow efforts to focus on eradication or increase the likelihood of successfully containing Undaria by supporting existing control work and initiatives.",Awarded,,0,20250410 Ministry for Primary Industries,25601093,Request for Proposals,Closed Competition,Future of Certification Procurement Probity Consultant,C - C0033639,20220328,20220408,20220414,New Zealand Food Safety,Sole Agency,No,,The objective of this procurement is to obtain an external consultant to complete probity and independent quality assurance across the end-to-end Future of Certification procurement process. The purpose is to give the Senior Responsible Officer and Programme Director assurance that the planned and actual procurement process and management are thorough and robust.,Awarded,,0,20250410 Ministry for Primary Industries,25682275,Request for Tenders,Open Competition,Tamaki PHEL Construction Contractor,O - C0033537,20220411,20220509,20220712,Corporate Services,Sole Agency,No,,"MPI wishes to refurbish its Plant Health and Environment Laboratory in Tamaki (231 Morrin Street, St Johns, Auckland). The current facility is at capacity as both staff numbers and workload has increased. Functional lab work areas are overcrowded. Stapleton & Elliot completed design work in June 2020 based on the business requirements at that time. A review of the scope was undertaken and with a couple of minor changes, much of the scope remains the same. A Building Consent has been issued by Auckland City Council.",Awarded,,0,20250410 Ministry for Primary Industries,25716228,Request for Proposals,Closed Competition,CRA2022-01 Rock lobster stock assessment,C - CRA2022-01 (406805),20220421,20220509,20220615,Fisheries New Zealand,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,25725685,Request for Quotations,Closed Competition,Nutrition Labelling Research,C-C0033597,20220426,20220518,20220610,Policy and Trade,Sole Agency,No,,"Food labels aim to enable people to make an informed food purchasing choice by providing information that includes the safety and healthiness of food, in a way that is convenient and understandable.We are seeking to commission qualitative empirical research to understand which of the varied sources of information and elements on a label New Zealand consumers use to inform purchasing decisions. If the label elements are used, how are they used; and what are the most important elements of a food label from a consumer viewpoint.",Awarded,,58952,20250410 Ministry for Primary Industries,25726194,Request for Quotations,Closed Competition,Data Visualisation Website for Primary Sector Workforce,C-C0033739,20220427,20220506,20220620,Policy and Trade,All of Government,No,,"The Ministry for Primary Industries (MPI) is seeking to develop a public facing website to provide data visualisation on the status of the workforce in the primary sector as well as to provide a forecasting functionality through excellent user experience. The information will be available through an interactive website to assist the Governments aim to place at least 10,000 New Zealanders into primary sector roles over four years. The Ministry is looking for a credible supplier who have the capability, experience and expertise to deliver the development and design of the visualisation and information site. They need to have a good track record in the development, management, and implementation of related services.",Awarded,"This tender has been awarded to: PIKSELIN Limited Level 1, 107 Customhouse Quay, Wellington, 6011, New Zealand Total spend value $ 140,000",140000,20250410 Ministry for Primary Industries,25733286,Request for Proposals,Closed Competition,PHEC Project Independent Quality Assurance Services,C-C0033600,20220428,20220511,20220620,Biosecurity New Zealand,Sole Agency,No,,"This is a secondary procurement process (Consultancy Services Order) under the AOG Consultancy Services panel. The PHEC Project was established to strengthen New Zealands biosecurity system through investment in land, modern laboratories, specialist equipment and infrastructure, high security quarantine houses and specialist science personnel for MPIs plant health and environment operations. Once this facility is built, the plant health and environment operations at the Tamaki facilities will fully transition over to the new facility. More information about this project can be found in MPI website: https://www.mpi.govt.nz/science/laboratories/plant-health-and-environment-laboratory/new-plant-health-and-environment-laboratory/ Following the approval on the Project Brief by the PGB, the Detailed Business Case activity and concept design are now underway. Prior to the Gateway review by Treasury in August 2022, Independent Quality Assurance (IQA) review will need to take place and the Project wants to appoint an experienced qualified IQA agent who can complete review by 29 July 2022. Please read the attached CSO for further detail.",Awarded,,0,20250410 Ministry for Primary Industries,25743896,Request for Proposals,Closed Competition,Literature review on phytosanitary treatment options against fungal pathogens on seed for sowing,C-C0033610,20220502,20220523,20220603,Biosecurity New Zealand,Sole Agency,No,,"The objective of this procurement is to obtain a literature review of current and newly registered phytosanitary fungicidal treatments for seeds used by other major regulators with similar biosecurity requirements to New Zealand. The review will be specific to the efficacy of available or newly identified treatments against the quarantine fungi managed in specific schedules in the Seeds for Sowing Import Health Standard. The treatments need to have supporting data on efficacy, sufficient to be relied on for biosecurity purposes (i.e. elimination of the pest rather than suppression of disease). Details on application rates and seed viability and ability to germinate need to be included. The review will need to consider both traditional fungicides and other options (heat treatment, heat combined with fungicide treatment, organic treatments, disinfection, etc.) that can be explored to control fungal pathogens.",Awarded,,53000,20250410 Ministry for Primary Industries,25760661,Request for Proposals,Closed Competition,MPI Capability Development Panel - Leadership,C0033890,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to service category 1. Leadership. Providers selected for the Service Category 1. Leadership sub-panel will be required to deliver leadership training and leadership coaching services.",Awarded,,0,20250410 Ministry for Primary Industries,25772748,Request for Proposals,Closed Competition,MPI Capability Development Panel - Positive Workplace Culture,C0033891,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to Service Category 2: Positive Workplace Culture. Providers selected for the Service Category 2. Positive Workplace Culture sub-panel will be required to deliver offerings to support an Inclusive Culture.",Awarded,,0,20250410 Ministry for Primary Industries,25772872,Request for Proposals,Closed Competition,MPI Capability Development Panel - Wellbeing and Resilience,C0033893,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to Service Category 4: Wellbeing and Resilience. Providers selected for the Service Category 4. Wellbeing and Resilience sub-panel will be required to deliver training sessions to build a supportive culture for wellbeing and a resilient workforce. The aim of this service is to provide MPI Staff with the tools they need to manage stress at work, thrive through change, create a productive work environment, and build strong support networks.",Awarded,,0,20250410 Ministry for Primary Industries,25772994,Request for Proposals,Closed Competition,MPI Capability Development Panel - eLearning Design and Development,C0033894,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to Service Category 5: eLearning Design and Development. Providers selected for the Service Category 5 - eLearning Design and Development sub-panel will be required to deliver services including interactive digital learning, video production, animation, print and graphic design with industry level tools.",Awarded,,0,20250410 Ministry for Primary Industries,25773030,Request for Proposals,Closed Competition,MPI Capability Development Panel - Development and Assessment,C0033895,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to Service Category 6: Development and Assessment. Providers selected for the Service Category 6 - Development and Assessment sub-panel will be required to provide diagnostic services and tools.",Awarded,,0,20250410 Ministry for Primary Industries,25773075,Request for Proposals,Closed Competition,MPI Capability Development Panel - People and Communication,C0033896,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to Service Category 7: People and Communication. Providers selected for the Service Category 7 - People and Communication sub-panel will be required to deliver people and communication skills workshops to train staff to work effectively in the public sector.",Awarded,,0,20250410 Ministry for Primary Industries,25773097,Request for Proposals,Closed Competition,MPI Capability Development Panel - Technical Skills,C0033897,20220518,20220608,20220829,Corporate Services,Sole Agency,No,,"MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to establish a panel of preferred providers that provide ad hoc services over the term of the contract to support the capability development of MPI staff. The objective of establishing this panel is to transition away from the current decentralised approach whereby individual business units obtain services themselves, to a more centralised and coordinated approach to obtaining these services across the entire Ministry. MPI business units will be able to view this newly established panel through a catalogue and obtain these services effectively and efficiently through a secondary procurement process. MPIs required learning and capability development requirements have been broken down into several service categories. These service categories may be referred to as sub-panels which together form the MPI Capability Development Panel. This tender relates only to Service Category 8: Technical Skills. Providers selected for the Service Category 8 - Technical Skills sub-panel will be required to deliver business systems and technical training offerings to upskill MPI staff who require training.",Awarded,,0,20250410 Ministry for Primary Industries,25781441,Request for Proposals,Closed Competition,1 Billion Trees Programme Evaluation,C-C0033814,20220512,20220525,20220701,Te Uru Rakau - Forestry NZ,All of Government,No,,"The One Billion Trees Fund (1BT Fund) was developed as one part of the wider One Billion Trees Programme aimed at increasing tree planting across New Zealand. This $176.8 million Fund has run for 3 years between August 2018 and June 2021. The focus of the 1BT Fund has been to encourage and enable activities that support tree planting. The Fund is comprised of two parts, namely, a tree planting Grants scheme and a Partnership Fund. Te Uru Rakau plans to evaluate the 1BT Fund in accordance with Cabinet directives that enable the Government to publicly demonstrate progress towards the one billion trees goal, and to account for investment in the Fund. The 1BT Fund is closely aligned to the Provincial Growth Fund (PGF), and therefore evaluation of either Fund should also be closely aligned. The PGF review was completed on 12 March 2021. The PGFs Evaluation Plan will be closely considered and inform planning of the 1BT Fund evaluation to ensure a degree of congruency between the two. The main objective of the evaluation is to assess and report on the 1BT Funds performance, impact, effectiveness, and value to date. Secondary objectives include consideration of strategic alignment, cost-effectiveness, outcomes and benefits achievement, stakeholder perceptions and Fund administration",Awarded,,0,20250410 Ministry for Primary Industries,25866671,Request for Proposals,Closed Competition,HOK2022-02 Acoustic Survey of Cook Strait and ESCI Hoki,C - HOK2022-02 (406812),20220527,20220630,20220725,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To estimate the spawning biomass of hoki (Macruronus novaezelandiae) in the Cook Strait and at Pegasus Canyon and Conway Trough off the east coast of the South Island using acoustic surveys. Specific Objectives: 1. To continue the time series of relative abundance indices of spawning hoki in Cook Strait using acoustic surveys, with a target coefficient of variation (CV) of the estimate of 30%. 2. To provide a relative abundance index of hoki in Pegasus Canyon using acoustic surveys, with a target CV of the estimate of 30%. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25866865,Request for Proposals,Closed Competition,STM2022-01 Multi-year stock monitoring of striped marlin including logbook programme implementation,C - STM2022-01 (406813),20220527,20220613,20220630,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To monitor recreational fisheries for billfish within New Zealand fisheries waters. Specific Objectives: 1. To undertake a logbook programme for striped marlin for the recreational fishery for the 202223 fishing year. 2. To update time series of catches, landings, and size composition data collected from recreational sources for the 202223 fishing year. 3. To undertake a logbook programme for striped marlin for the recreational fishery for the 202324 fishing year. 4. To update time series of catches, landings, and size composition data collected from recreational sources for the 202324 fishing year. 5. To undertake a logbook programme for striped marlin for the recreational fishery for the 202425 fishing year. 6. To update time series of catches, landings, and size composition data collected from recreational sources for the 202425 fishing year. 7. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899007,Request for Proposals,Closed Competition,PAU2022-05 Paua catch sampling programme,C - PAU2022-05 (406883),20220603,20220629,20220914,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To collect representative information of the size frequency of commercially caught paua for input into the stock assessment models. Specific Objectives: 1. To review the data collection for the commercial catch sampling programme. 2. To collect representative size frequency information on the commercial catch of paua (Haliotis iris) in PAU 2, PAU 3B, PAU 4, PAU 5A, PAU 5B, PAU 5D, and PAU 7 for the 202223, 202324, 202425 fishing years. The target coefficient of variation (CV) is 20%. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899098,Request for Proposals,Closed Competition,EEL2022-01 Recruitment of freshwater eels,C - EEL2022-01 (406820),20220603,20220620,20220729,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To monitor the recruitment of juvenile eels. Specific Objectives: 1. To contribute to a time series of data to monitor the relative recruitment of shortfin and longfin eels by co-ordinating to specific standards the collection of data on abundance, timing of migration, and species composition of elver runs at six key locations: Wairua Falls, Karapiro, Matahina, Patea, Roxburgh or Waitaki, and Arnold for the elver migrations in 2022/23, 2023/24, and 2024/25. 2. To co-ordinate and analyse data from all secondary dam sites where catch and transfer of eels is undertaken. 3. To describe the length distribution of longfin and shortfin elvers during the 2021/22, 2022/23, 2023/24, and 2024/25 migration seasons at the key locations and to collect otoliths from both species at these sites to determine age composition of elvers present each season. 4. To age otoliths from key sites for all years listed in Specific Objective 3. 5. To investigate the correlation between elver movement and environmental factors such as water temperature and flow. 6. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899246,Request for Proposals,Closed Competition,SBW2022-01 Stock assessment of southern blue whiting around the Campbell Island plateau (SBW6I),C - SBW2022-01 (406835),20220603,20220712,20220802,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To carry out stock assessments of southern blue whiting (Micromesistius australis) around Campbell Island (SBW 6I), including estimating biomass and sustainable yields. Specific Objectives: 1. To update the descriptive analysis of the commercial catch and effort and observer data for SBW 6I. 2. To update the SBW 6I stock assessment including estimating biomass and sustainable yields, the status of the stock in relation to management reference points, and future projections of stock status as required to support management within required timeframes. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899360,Request for Proposals,Closed Competition,SCI2022-01 Estimation of the abundance of scampi in SCI 6A using trawl and photographic surveys,C - SCI2022-01 (406838),20220603,20220712,20220802,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To estimate the abundance of scampi (Metanephrops challengeri) in SCI 6A. Specific Objectives: 1. To estimate the relative abundance of scampi in SCI 6A using photographic techniques. 2. To estimate growth of scampi from tagging in SCI 6A. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899429,Request for Proposals,Closed Competition,SCI2022-02 Photographic and trawl survey of scampi on the Chatham Rise in SCI3 and SCI4A,C - SCI2022-02 (406839),20220603,20220712,20220826,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To estimate the abundance of scampi (Metanephrops challengeri) in SCI 3 and 4A using photographic and trawl surveys. Specific Objectives: 1. To estimate the relative abundance of scampi in SCI 3 and 4A using photographic and trawl techniques. 2. To carry out tagging of scampi or to collect other biological data in SCI 3 and 4A as agreed by Fisheries New Zealand and the research provider. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899699,Request for Proposals,Open Competition,PAU2022-04 Piri Paua Matauranga Maori approach to growth rate and ecology of paua in the Bay of Plenty,O - PAU2022-04 (406832),20220603,20220705,20230113,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To assess the growth rate and ecology of selected paua populations important to tangata whenua in the Bay of Plenty. Specific Objectives: 1. To characterise the historical changes in growth rate and spawning of selected paua populations important to tangata whenua in the Bay of Plenty. 2. To assess the current growth rate of selected paua populations important to tangata whenua in the Bay of Plenty. 3. To estimate the length at maturity for selected paua populations important to tangata whenua in the Bay of Plenty. 4. To assess the size distribution and relative abundance of paua for selected paua populations important to tangata whenua in the Bay of Plenty. 5. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25899764,Request for Proposals,Open Competition,SCA2022-07 Northland and Coromandel scallop population connectivity,O - SCA2022-07 (406837),20220603,20220902,20221102,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To understand scallop population connectivity in Northland and Coromandel. Specific Objectives: 1. To collect scallop samples from beds distributed around Northern New Zealand. 2. To conduct genetic analysis to examine larval connections between scallop beds. 3. Broader outcomes.",Not Awarded,No winning responses due to project cancellation.,0,20250410 Ministry for Primary Industries,25931523,Request for Proposals,Closed Competition,SNA2022-01 Catch-at-age of snapper in SNA1,C - SNA2022-01 (406840),20220614,20220722,20220822,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To estimate the year class strengths of snapper (Chrysophrys auratus) in SNA 1. Specific Research Objectives: 1. To characterise the SNA 1 fishery by analysing existing commercial catch and effort data to the end of 202122 fishing year and design a sampling programme for 202223. 2. To carry out sampling and estimate the relative proportion at age and length of recruited snapper sampled from the commercial catch in SNA 1 throughout the fishing year 202223. The target coefficient of variation (CV) for the catch-at-age will be 20% (mean weighted CV across all age classes). 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25931621,Request for Proposals,Closed Competition,SNA2022-02 Catch-at-age of snapper in SNA7,C - SNA2022-02 (406841),20220614,20220722,20220920,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To determine the age composition of the commercial catch of snapper in SNA 7. Specific Research Objectives: 1. To characterise the SNA 7 fishery and design the sampling programme. 2. To conduct representative sampling to determine the length and age structure of the commercial catch of snapper in SNA 7 during the 202223 fishing year. The target coefficient of variation (CV) for the catch-at-age is 20% (mean weighted CV across all age classes). 3. To conduct representative sampling to determine the length and age structure of the commercial catch of snapper in SNA 7 during the 202324 fishing year. The target coefficient of variation (CV) for the catch-at-age is 20% (mean weighted CV across all age classes). 4. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25931690,Request for Proposals,Closed Competition,INT2022-02 West Coast North Island inshore trawl survey,C - INT2022-02 (406825),20220614,20220727,20220822,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To determine the relative abundance and distribution of inshore finfish species off the west coast of the North Island (WCNI) in the 202223 fishing year, focusing on snapper (Chrysophrys auratus), tarakihi (Nemadactylus macropterus), red gurnard (Chelidonichthys kumu), and John dory (Zeus faber). Specific Research Objectives: 1. To design a WCNI trawl survey focused on estimating the current abundance of snapper, tarakihi, red gurnard, and John dory from Scott Point to Mana Island. 2. To determine the relative abundance and distribution of snapper, tarakihi, red gurnard, and John dory off the west coast of the North Island from the spring (mid-October to mid-November) period of 2022, by carrying out a trawl survey over the depth range 10 to 200 m. The target coefficients of variation (CVs) of the biomass estimates for these species are as follows: snapper (20%), tarakihi (2025%), red gurnard (20%), and John dory (20%). 3. To collect the necessary data and determine the length frequency, length-weight relationship, and reproductive condition of snapper, tarakihi, red gurnard, and John dory. 4. To collect otoliths from snapper, tarakihi, red gurnard, and John dory. 5. To age snapper otoliths collected on the surveys. 6. To collect the data to determine the catch weight of all species caught and the length frequencies and spawning condition of all other Quota Management System (QMS) species. 7. To identify benthic macro-invertebrates collected during the trawl survey. 8. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25931727,Request for Proposals,Closed Competition,INT2022-01 West Coast South Island inshore trawl survey,C - INT2022-01 (406824),20220614,20220824,20221109,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To determine the relative abundance and distribution of inshore finfish species off the west coast of the South Island (WCSI), and Tasman Bay and Golden Bay, focusing on red cod (Pseudophycis bachus), red gurnard (Chelidonichthys kumu), snapper (Chrysophrys auratus), stargazer (Kathetostoma giganteum), tarakihi (Nemadactylus macropterus), John dory (Zeus faber), and spiny dogfish (Squalus acanthias). Specific Research Objectives: 1. To determine the relative abundance and distribution of red cod, red gurnard, snapper, stargazer, tarakihi, John dory, and spiny dogfish off the west coast of the South Island from Farewell Spit to the Haast River mouth, and within Tasman Bay and Golden Bay by carrying out a trawl survey. The target coefficients of variation (CV) of the biomass estimates for these species are as follows: red cod (2025%), red gurnard (20%), snapper (20%), giant stargazer (20%), tarakihi (20%), and spiny dogfish (20%). 2. To collect the data and determine the length frequency, length-weight relationship, and reproductive condition of red cod, red gurnard, snapper, giant stargazer, tarakihi, John dory, and spiny dogfish. 3. To collect otoliths from red gurnard, giant stargazer, tarakihi, snapper, John dory, and red cod. 4. To collect the data to determine the length frequencies of all other Quota Management System (QMS) species. 5. To age the snapper otoliths collected during the survey. 6. To identify benthic macro-invertebrates collected during the trawl survey. 7. To present biomass trends and size composition information for all QMS species for which the WCSI survey reliably monitors relative abundance trends. 8. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25943594,Request for Proposals,Closed Competition,Facilitator - Senior Emerging Leaders Programme,C - C0033994,20220616,20220628,20220805,Corporate Services,Sole Agency,No,,"This Consultancy Services Order RFP relates to the purchase of lead facilitation of the Senior Emerging Leaders Programme that pulls the facets of the programme together, building a cohesive programme that enables participants to stretch their skills and experience, grow their confidence and apply what they learn in the real world.",Awarded,,0,20250410 Ministry for Primary Industries,25945722,Request for Proposals,Closed Competition,MAF2022-05 Estimation of recreational harvest in shellfish fisheries,C - MAF2022-05 (406828),20220617,20220725,20220808,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To monitor the amateur harvest of rock lobster from the CRA 1 management area. Specific Objectives: 1. To monitor the amateur harvest of red rock lobster (Jasus edwardsii) and packhorse rock lobster (Sagmariasus verreauxi) from the CRA 1 area over the 202223 fishing year. 2. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25977119,Request for Proposals,Closed Competition,TAG2022-01 Management of data from the gamefish tag recapture programme,C - TAG2022-01 (406844),20220627,20220725,20220912,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To characterise the New Zealand recreational gamefish fishery by managing and reporting on the co-operative gamefish tag recapture programme. Specific Objectives: 1. To collect, record, and manage recapture data for gamefish species in the 202223 fishing year. 2. To characterise the New Zealand recreational gamefish fishery for the 202324, 202425 fishing years. 3. To collect and record tagging and recapture data for gamefish species for the 202324, 202425 fishing years. 4. To compile annual summaries of the results of the tag recapture programme for the 202324, 202425 fishing years. 5. To update and develop graphical descriptions of linear displacements for each species tagged, released, and recaptured by the programme; review displacements in terms of time-at-liberty, fish size, season and area for the 202324, 202425 fishing years. 6. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25977351,Request for Proposals,Closed Competition,HOK2022-01 Stock assessment of hoki in HOK1,C - HOK2022-01 (406822),20220627,20220808,20220826,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To carry out a stock assessment of hoki (Macruronus novaezelandiae) stocks including estimating biomass and sustainable yields. Specific Objectives: 1. To complete a descriptive analysis of the commercial catch and effort data, trawl survey data, and observer data for hoki in New Zealand. 2. To complete a stock assessment for hoki including estimates of current biomass and yields, the status of the stock in relation to management reference points, and future projections of stock status as required to support management. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25977442,Request for Proposals,Closed Competition,LIN2022-01 Stock assessment of ling in LIN 7,C - LIN2022-01 (406827),20220627,20220725,20220802,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To carry out a stock assessment of ling (Genypterus blacodes) from the west coast of the South Island including estimating biomass and sustainable yields. Specific Objectives: 1. To complete a descriptive analysis of the commercial catch and effort data, trawl survey data, and observer data for ling off the west coast of the South Island (LIN 7). 2. To complete a stock assessment for LIN 7 including estimates of current biomass and yields, the status of the stock in relation to management reference points, and future projections of stock status as required to support management. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25977572,Request for Proposals,Closed Competition,ORH2022-01 Stock assessment of ORH 7A,C - ORH2022-01 (406829),20220627,20221014,20221121,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To carry out a stock assessment of orange roughy (Hoplostethus atlanticus) on the southwest Challenger Plateau (ORH 7A and Westpac Bank) including estimating biomass and sustainable yields. Specific Objectives: 1. To carry out a descriptive analysis of the commercial catch and effort data, survey data, and observer data for orange roughy in ORH 7A and the Westpac Bank. 2. To complete stock assessments of ORH 7A, including Westpac Bank, for the orange roughy stock including estimating biomass and sustainable yield, the status of the stock in relation to management reference points, and future projections of stock status as required to support management. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25977723,Request for Proposals,Open Competition,PRO2022-01 Hoiho multi-threat risk assessment,O - PRO2022-01 (406834),20220627,20220801,20220928,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: Using the outputs from PSB2020-04, PSB2020-05, and PSB2020-06, conduct a multi-threat risk assessment of the mainland population of hoiho (yellow-eyed penguin, Megadyptes antipodes). Specific Objectives: 1. Construct population models for yellow-eyed penguin at the appropriate colony/sub-population where possible within data availability constraints. 2. Map fishery and non-fishery threats to yellow-eyed penguins and estimate the overlap between penguin distributions and threats. 3. Apply the SEFRA method to estimate fisheries impact and risk to yellow-eyed penguins, using the new information from specific objectives 1 and 2 above, including at a regional sub-population level. This analysis should include estimation and partition of total mortalities attributable to different threats (with uncertainty) at a regional sub-population level. 4. In consultation with government scientists and managers, examine alternative spatial management scenarios through both modelling and participation in a multi-threat risk assessment workshop. 5. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,25977804,Request for Proposals,Open Competition,AQU2022-06 Environmental Health Measures for Open Ocean Aquaculture,O - AQU2022-06 (406814),20220627,20220801,20220920,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To understand how organic enrichment, at levels anticipated for open ocean aquaculture (OOA) in dispersive environments, impacts on species that can be used as indicators of environmental health. Specific Objectives: 1. Identify key sessile and/or mobile epifaunal or infaunal species that are likely to occur in dispersive environments that may be affected by low level organic enrichment derived from open ocean finfish aquaculture. 2. Define the effects of low levels of organic enrichment on the health of key species identified in Specific Objective 1. 3. Assess the potential magnitude and effect of low-level organic enrichment from OOA on environmental/ecosystem health. 4. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26065203,Request for Proposals,Closed Competition,M.bovis Feedlot C&D RFP,C0034253,20220719,20220819,20221001,Biosecurity New Zealand,Sole Agency,No,,"M.bovis Feedlot C&D RFP - Please read the documentation carefully. Please note supplier briefing details on page 4 of the RFP document.",Awarded,,0,20250410 Ministry for Primary Industries,26075021,Request for Proposals,Closed Competition,New Zealand Agricultural Greenhouse Gas Entity Structure Advice,C - C0034429,20220906,20220919,20221020,Policy and Trade,Sole Agency,No,,"The objective of this CSO is obtain information that will enable us to directly progress Action 13.2.2 through enhancing the NZAGRC specifically, to obtain advice on the most appropriate entity form for the NZAGRC across a range of future scenarios. Appendix 1 outlines a detailed scope of this work, which at a high level can be described as: a. NZAGRC entity form advice Identification and analysis of options to determine the most appropriate entity structure for the NZAGRC across a range of scenarios, within the context of an Enhanced NZAGRC being a core component of the Centre for Climate Action.",Not Awarded,The decision has been made to not proceed with this procurement as the overarching project approach has changed. Please accept our apologies for the inconvenience,0,20250410 Ministry for Primary Industries,26113415,Request for Proposals,Closed Competition,MPI Rostering System,,20220801,20220826,20231222,Biosecurity New Zealand,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is the lead government agency for the food and primary industries in New Zealand. MPIs Vision is that New Zealand will be the worlds most sustainable provider of high-value food and primary products. Biosecurity, one of MPIs five business units that is responsible for the exclusion, eradication and effective management of pests and diseases that pose a risk to New Zealands economy, environment, human health, and social and cultural wellbeing. Boarder Clarence Services (BCS) sits within the Biosecurity business unit and is responsible for delivering frontline biosecurity clearance service at the border for imported goods, mail, aircraft, passengers, vessels, and crew. Approximately 550 frontline BCS staff work across all New Zealands international ports, airports, and the Auckland International Mail Centre. BCS current state of Workforce Planning and Management (WPM) is manually intensive combination of processes and steps. WPM is managed via spreadsheets across several roles, communications of shifts is sent via email to individuals and time sheeting is primarily paper based. Approvals of time sheets is manual and timesheet data is re-keyed and then uploaded into a system. Therefore, a need has been identified for a WPM system to automate these processes.",Awarded,,0,20250410 Ministry for Primary Industries,26122562,Award Notice,Open Competition,C - PRO2021-02 (406783) - Estimation of warp capture cryptic mortality multipliers with seabird corpse catcher devices,,20220411,20220509,20220801,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To inform seabird risk assessment and risk management responses for seabird bycatch in different trawl fisheries. Specific Research Objectives: 1. To improve estimates of cryptic mortality for input to the SEFRA method by attaching seabird corpse catchers to the warps of a deepwater vessel targeting squid and an inshore vessel targeting snapper to increase the probability that a seabird killed on a warp will be retained until hauling. 2. These observations will then be used to create an estimate of the number of unobservable captures that occur; this will be compared with observed captures to work out the cryptic multiplier scalar for use in the multi-species seabird SEFRA.",Awarded,,0,20250410 Ministry for Primary Industries,26126597,Request for Proposals,Open Competition,PHEC Project Independent Commissioning Authority Services,O-C0033324,20220803,20220909,20231222,Biosecurity New Zealand,Sole Agency,No,,"Following our Future Procurement Opportunity, this is the Request for Proposal for PHEC Project Independent Commissioning Authority Services. Biosecurity New Zealand (BNZ), Tiakitanga Putaiao Aotearoa, is a business unit within MPI that works to protect New Zealands economic security, biodiversity and taonga from pests and diseases that pose a risk to New Zealand's economy, environment, human health and cultural wellbeing. The Plant Health and Environment Laboratory (PHEL) facility at Tamaki, Auckland comprise of containment laboratories and Level 3B Post-Entry Quarantine (PEQ) greenhouses. PHEC Project was established to strengthen New Zealands biosecurity system through investment in land, modern laboratories, specialist equipment and infrastructure, high security quarantine houses and specialist science personnel for MPIs plant health and environment operations. Once this facility is built, the plant health and environment operations at the Tamaki facilities will fully transition over to the new facility. More information about this project can be found in MPI website: https://www.mpi.govt.nz/science/laboratories/plant-health-and-environment-laboratory/new-plant-health-and-environment-laboratory/ MPI is looking for credible suppliers who have the capacity, capability, and experience to deliver the Independent Commissioning Authority services for the PHEC Project. Detailed information, requirements and evaluation criteria are provided in the RFP document pack.",Awarded,,0,20250410 Ministry for Primary Industries,26136020,Request for Proposals,Closed Competition,PAU2022-01 - PAU 5D stock assessment,C - PAU2022-01 (46831),20220805,20220909,20221019,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To update the current stock assessment for paua (Haliotis iris) in PAU 5D and revisit and test the harvest control rule in place. Specific Objectives: 1. To update the current stock assessment for paua in PAU 5D. 2. To revisit and test the harvest control rule in place in PAU 5D. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26138043,Request for Proposals,Closed Competition,BCO2022-03 - Foveaux Strait blue cod potting survey,C - BCO2022-03 (406815),20220805,20220829,20220929,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To estimate relative abundance, maturity state, sex ratio, and age structure of blue cod (Parapercis colias) in the Foveaux Strait. Specific Objectives: 1. To undertake a potting survey in the Foveaux Strait to estimate relative abundance, size- and age-at-maturity, and sex ratio and to collect otoliths from pre-recruited and recruited blue cod. 2. To analyse biological samples collected from the potting survey. 3. To determine stock status of blue cod populations in this area. 4. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26138081,Request for Proposals,Closed Competition,INS2022-01 - Estimation of release mortality for Inshore finfish,C - INS2022-01 (406823),20220805,20220914,20221019,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To estimate the proportion surviving release for all inshore finfish currently on Schedule 6 or with a commercial minimum legal size (MLS). Specific Research Objectives: 1. To collate available scientific literature on the release mortality of the following species, including closely related species: blue cod (Parapercis colias), blue moki (Latridopsis ciliaris), butterfish (Odax pullus) kingfish (Seriola lalandi), red moki (Cheilodactylus spectabilis), red cod (Pseudophycis bachus), rig (Mustelus lenticulatus), sand flounder (Rhombosolea plebeia), school shark (Galeorhinus galeus), rough skate (Zearaja nasuta), smooth skate (Dipturus innominatus), snapper (Chrysophyrs auratus), tarakihi (Nemadactylus macropterus), trevally (Pseudocaranx dentex), spiny dogfish (Squalus acanthias), and yellowbelly flounder (Rhombosolea leporina). 2. To convene a workshop of relevant experts to estimate the release mortality, according to gear type, handling behaviour, and environmental conditions, for the species listed in 1 above. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26138383,Request for Proposals,Closed Competition,SQU2022-01 - Development of harvest strategies for squid in SQU1 and SQU6T,C - SQU2022-01 (406843),20220805,20220822,20220902,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To develop and test a management strategy for arrow squid fisheries in SQU 1T and SQU 6T to evaluate the sustainability of the fisheries and to support ongoing sustainable management. Specific Objectives: 1. To utilise the best assessment and management strategy options generated from SQU2020-01 for arrow squid in SQU 1T and SQU 6T to develop and test a formal management strategy that demonstrates short- and long-term sustainability. 2. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26138550,Request for Proposals,Open Competition,ZBD2022-18 - Environmental pollution impacts on shellfish mortality in New Zealand near-shore environments,O - ZBD2022-18 (406847),20220805,20220905,20221220,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: Examine the effects of land-based pollutants on the mortality of taonga shellfish species in selected locations around Aotearoa New Zealand. Specific Objectives: 1. Identify and qualitatively assess the relative risk posed by historical and contemporary land-based pollutants to the marine and estuarine environments for selected locations around Aotearoa New Zealand, using a matauranga Maori approach. 2. Collect and analyse sediment and invertebrate samples of different life-stages to detect identified pollutants and compare with known limits to understand the impact their presence may have had on life history, mortality, and suitability for human consumption. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26138615,Request for Proposals,Open Competition,BEN2022-01 - The extent and intensity of seabed contact by mobile bottom fishing in the New Zealand Territorial Sea and Exclusive Economic Zone,O - BEN2022-01 (406816),20220805,20220921,20221208,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To monitor the extent and intensity of bottom contact by trawl and dredge fishing for all inshore and deepwater target species in the Territorial Sea and Exclusive Economic Zone. Specific Objectives: 1. To help MPI groom data, develop and compile summary statistics for all deepwater and inshore trawl and dredge fishing by year, depth zone, sediment categories, fishable area, and any other agreed habitat classifications or proxies, and to identify any trends or changes to meet management needs. 2. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26192823,Request for Tenders,Open Competition,Nelson Office Construction Contractor,C0033960,20220817,20221011,20240906,Corporate Services,Sole Agency,No,,"The Ministry for Primary Industries has occupied 118 Vickerman Street, Nelson since 1982. The buildings are owned by MPI, the land is leased from the Port of Nelson. The buildings are generally in good condition relative to age, but functionality is constrained by a cellular layout, dated fitout and lack of connection between buildings. Meeting rooms are limited, and the reception area does not meet MPI security standards. In its current configuration, the property is no longer considered fit for purpose nor does it support the growing business needs of the organisation. The building currently accommodates 60 MPI staff. NZ Customs are co-located with MPI, sharing occupation of the south building ground floor. The objective of this procurement is to upgrade the Nelson location to accommodate workflow and provide an interconnectedness of service delivery across all disciplines",Not Awarded,The tender has been withdrawn.,0,20250410 Ministry for Primary Industries,26202482,Request for Proposals,Closed Competition,SCA2022-01 - Review of reference points (management targets and limits) for scallops,C-SCA2022-01 (406836),20220819,20221014,20221128,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To review the reference points (targets and limits) for scallops in the Marlborough Sounds and develop reference points for the other main scallop stocks: Northland SCA 1, Coromandel SCA CS, and SCA 7 Golden Bay / Tasman Bay. Specific Objectives: 1. To review the reference points (targets and limits) for scallops in the Marlborough Sounds and develop reference points for the other main scallop stocks: Northland SCA 1, Coromandel SCA CS, and SCA 7 Golden Bay / Tasman Bay. 2. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26202851,Request for Proposals,Open Competition,BYC2022-02 - Risk assessment for selected shark species,O - BYC2022-02 (406819),20220823,20230719,20231129,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: Produce a spatial overlap-based risk assessment for selected chondrichthyan species. Specific Objectives: 1. Develop distribution maps for selected chondrichthyan species using available data. 2. Utilise catch and distribution data to conduct a spatial overlap-based risk assessment for selected chondrichthyan species. 3. Where possible, estimate the nature and extent of incidental captures of selected chondrichthyan species in New Zealand commercial fisheries up to the 2021/22 fishing year. 4. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26202892,Request for Proposals,Open Competition,BEN2022-06 - Design of a benthic habitat recovery monitoring programme for the Hauraki Gulf Marine Park and a baseline survey,O - BEN2022-06 (406817),20220819,20220923,20221215,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: To design a programme to monitor the recovery of benthic habitats in the Hauraki Gulf Marine Park following changes to the management of mobile bottom fishing, and to collect baseline data to support this programme. Specific Objectives: 1. To design a long-term monitoring programme to enable the assessment of benthic habitat change following the closure of areas to mobile bottom fishing as set out in the Hauraki Gulf Fisheries Plan. 2. To collect baseline data as required and described by the outputs of Specific Objective 1. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26203020,Request for Proposals,Open Competition,BEN2022-11 - Estimating sediment resuspension by inshore trawl fisheries,O - BEN2022- 11 (406818),20220819,20221007,20221129,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: Estimate sediment resuspension and plume coverage by inshore trawl fisheries in Hawke Bay, Tasman Bay and Golden Bay, and off the Otago coastline. Specific Objectives: 1. To complete a review of methods to estimate the quantity of sediment resuspended by trawling activities. 2. Collate all surficial sediment data available in Hawke Bay, Tasman Bay and Golden Bay, and off the Otago coastline. 3. Review recent work describing trawl gear used in New Zealand and refine gear characterisation to ensure this reflects gear use in Hawke Bay, Tasman Bay and Golden Bay, and off the Otago coastline. 4. Using estimation approaches reviewed in Specific Objective 1, sediment data collated in Specific Objective 2, and gear characteristics refined in Specific Objective 3, estimate sediment resuspension and plume coverage by inshore trawl fisheries in Hawke Bay, Tasman Bay and Golden Bay, and off the Otago coastline. 5. Broader outcomes.",Not Awarded,No winning responses due to project cancellation.,0,20250410 Ministry for Primary Industries,26283354,Request for Proposals,Closed Competition,Research on Food Security for the Primary Sector,C - C0034056,20220906,20220929,20221104,New Zealand Food Safety,Sole Agency,No,,"The Ministry for Primary Industries is looking for a credible provider who has the capability, experience, and resources to deliver a review of food security measures in other countries, and recommend potential government and industry responses to mitigate risks to New Zealands food security.",Awarded,,0,20250410 Ministry for Primary Industries,26284040,Request for Proposals,Closed Competition,Young Calf Bruising and Floor Surfaces During Transportation,C - 406668,20220909,20221007,20230711,,Sole Agency,No,,"MPI is looking for a credible provider who has the knowledge, expertise and capabilities to deliver research on young calf bruising and floor surfaces during transportation to a high standard. The Provider needs to have a good track record in the management and implementation of similar project with the relative effective networks and relationships required.",Not Awarded,No responses from tender,0,20250410 Ministry for Primary Industries,26335130,Request for Proposals,Open Competition,Livestock Crate Design Required to Improve Animal Welfare During Transport,O - 406669,20220919,20221020,20221208,New Zealand Food Safety,Sole Agency,No,,"The objective of this procurement is to purchase the research required to determine the necessary design features and construction materials that would enable livestock crates to be constructed so that they are fit for purpose and comply with the Animal Code of Welfare: Transport within New Zealand and the Animal Welfare (Care and Procedures) Regulations. It is important that we are also aware of the different design features and construction materials of livestock crates being used internationally so best international practices can be considered in terms of their suitability for incorporation into the design of New Zealand livestock crates. MPI is looking for credible providers who have the knowledge, expertise and capabilities to deliver the required research to a high standard. Providers need to have a good track record in the management and implementation of similar projects with the relative effective networks and relationships required. This is an excellent opportunity to work on a research project that will help improve animal welfare in New Zealand. This research is a vital step towards improving the design of New Zealand livestock crates to ensure that animal welfare is not compromised during the transportation process. We envision this research addressing the stock movement of all species for all ages and production classes being transported regardless of the destination they are being transported to",Awarded,,0,20250410 Ministry for Primary Industries,26347442,Request for Proposals,Open Competition,ZBD2022-02A - The impacts of marine heatwaves on fisheries in New Zealand,O - ZBD2022-02 A (406845),20220916,20221017,20221201,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: This project aims to generate coastal and marine maps of temperature anomalies at several scales so that fishery vulnerability to marine heatwaves can be explored at fisheries and local regional scales. Specific Objectives: 1. Review data and information available regarding the nature of marine heatwaves in New Zealand and their potential effects on marine ecosystems and fishstock productivity. 2. Map the distribution of temperature anomalies in coastal waters and identify locations of concern to fisheries management. 3. If feasible, conduct a risk assessment on the vulnerability of key fishstocks to marine heatwaves in New Zealand. 4. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26356765,Request for Proposals,Closed Competition,Provision of Architectural/Design and Project Management Services for Property Capital Works,C - C0033899,20220920,20221012,20230505,Corporate Services,Sole Agency,No,,Ministry for Primary Industries (MPI) is seeking to enter an initial 3-year term arrangement with a supplier who can provide architectural and design services as well as project management (including engineer to contract services as defined in NZS3910:2013) services. The supplier will work with MPI on a project-by-project basis to ensure MPIs refurbishments and new builds consist of modern and fit for purpose facilities which will support and foster MPIs objectives.,Awarded,,0,20250410 Ministry for Primary Industries,26356968,Request for Proposals,Closed Competition,Highly Migratory and Inshore Fisheries Research Panel 19618 Refresh,C - 19618 Refresh Panel,20220920,20221111,20230515,Fisheries New Zealand,Sole Agency,No,,"This Request for Proposal (RFP) is to refresh the panel of research suppliers who are capable of delivering research services in the areas of highly migratory and inshore fish species (HMS & Inshore) through a sole agency open panel arrangement. The key objective for this procurement is to secure the supply of research services relating to highly migratory and inshore fish species that provides: Efficient service delivery from the market Experienced personnel in this research field Commercially competitive outcome through market competitive tension Throughout the contract term, goods and service provision flexibility",Awarded,,0,20250410 Ministry for Primary Industries,26377500,Request for Proposals,Closed Competition,Native Nursery Survey,C - C0034551,20220923,20221007,20221012,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"Te Uru Rakau New Zealand Forest Service is seeking to understand the current state of the native nursery sector in New Zealand. This will focus on identifying the nurseries that currently supply native trees for commercial planting. The findings of this evaluation will be used to support management decisions on the future of the programme, and to learn from past strategic and operational activities and to inform the design of any future native afforestation support work. This Consultancy Services Order will be used to engage with the native nursery sector, through a native nursery sector survey and other engagement tools",Awarded,,0,20250410 Ministry for Primary Industries,26401569,Request for Proposals,Closed Competition,FMAP Regulations and Consultancy,C - C0034515,20221003,20221010,20221104,,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,26458743,Request for Proposals,Closed Competition,New Treatment Options for Snails,C - C0034427,20221011,20221202,20230105,Biosecurity New Zealand,Sole Agency,No,,"We are seeking a solution that will explore new treatment options against regulated mollusc pests commonly found on imported nursery stock. The scope of this project includes, but is not limited to: A brief summary of the current knowledge on: o proposed chemical treatments and any other potential treatment candidates o physical treatments for molluscs o outline of experimental preparation Preliminary small-scale dose-response chemical and/or physical methods of destruction assays based on the researched methods A report encompassing the above with recommendations for uptake of work and/or future work needed.",Awarded,,0,20250410 Ministry for Primary Industries,26459881,Request for Proposals,Open Competition,Pipfruit Orchard Monitoring Programme,O - C0032682,20221011,20221108,20230331,Agriculture and Investment Services,Sole Agency,No,,"Ministry for Primary Industries Manatu Ahu Matua is seeking one supplier to undertake the data collection, and provide analysis, interpretation and commentary on the production, financial and environmental data collected from pipfruit orchards in the Hawkes Bay and Nelson-Tasman regions.",Awarded,,0,20250410 Ministry for Primary Industries,26459976,Request for Proposals,Closed Competition,Future of Certification,C0033194,20221011,20221111,20240902,New Zealand Food Safety,Sole Agency,No,,"New Zealand Food Safety (Haumaru Kai Aotearoa) is a business unit of Ministry for Primary Industries (MPI). It is a Regulatory Body/Competent Authority that is trusted by everyone everywhere and has both a Domestic and International focus. Domestically, NZFS provides a thorough and effective regulatory framework for producers and growers so New Zealand consumers have the right information available to them to make the best choices to feed themselves, their whanau and friends, and ensures that the food that is grown, produced, processed, prepared, shared and consumed across Aotearoa is safe and suitable for everyone. The Assurance Directorate within NZFS provides assurance that New Zealands animal products, live animal, plant health, wine, and organic assurance systems are being operated in line with regulatory and non-regulatory standards. This is achieved using a range of verification mechanisms and oversight interventions. Internationally, New Zealand strives to produce safe and suitable food and food-related products which are sought after by consumers worldwide. Primary sector exports are essential to our economy. They are exported to over 200 countries, are worth around $49 billion, and make up 15% of GDP. More than 80% of total export revenue comes from the export of primary products. Export certification is an essential requirement in facilitating the international trade of our primary products. The requirements for certification, and the attestations which must be made regarding the product, are negotiated between MPI and the importing government agency or Overseas Competent Authority (OCA). MPI works with importing countries and in international standard-setting bodies to ensure the requirements for certification are risk- and science-based. In order to ensure market access for NZ primary produce, the attestations made on export certifications must be underpinned by controls such as manufacturer and exporter registration, operator programmes setting out how risks are managed and market requirements met, and verification of manufacturing processing and growing as relevant to the type of operation. The work we do to set standards for export, ensure compliance with requirements and only certify compliant product ensures our trading partners have confidence that the primary industries products are safe and suitable and meet their requirements. Similarly, certification is a tool MPI uses to reduce the risks associated with importe",Awarded,,0,20250410 Ministry for Primary Industries,26505692,Request for Proposals,Closed Competition,Industry Research for Nutrition and Health Claims,C - 406923,20221019,20221107,20230105,New Zealand Food Safety,Sole Agency,No,,"This CSO is to procure the services required to conduct structured in-depth and qualitative interviews with a range of New Zealand-based food businesses, focused on the barriers and enablers to using nutrition and health claims. The expected outcome of this research is a final research report, which summarises the experiences that food businesses have with using nutrition and health claims, and the reasons for their successful and unsuccessful use. The report will include a detailed description of the methods, the results, and a discussion of the themes that have emerged during analysis. Any recommendations on further research based on the strengths and limitations of the findings of this work will also be included.",Awarded,,0,20250410 Ministry for Primary Industries,26510185,Award Notice,Open Competition,ZBD2022-02B - The impacts of marine heatwaves on paua,D - ZBD2022-02B (406952),20220901,20221020,20221020,Fisheries New Zealand,Sole Agency,No,,"Studies on the effects of climate change to date have focused on long-term change in variables such as temperature and ocean acidification. An emerging gap is the immediate and potentially devastating effects of marine heatwaves that cause extreme temperature changes in surface waters. Sessile species like paua are especially vulnerable to heatwave events since their growth and development are influenced by water temperature. Their primary food source, macroalgae, is also negatively impacted by warming waters. During recent marine heatwaves, some populations of paua on the Chatham Islands exhibited signs of growth stunting and starvation. This project will provide a toolkit of bioindicators that to help understand the impacts of marine heatwaves on paua condition. Understanding the mechanisms driving recovery or mortality in animals impacted by heatwaves can guide fishery management practices. Overall Objective: This project aims to analyse the potential causes of growth stunting in paua sampled during a marine heatwave event in New Zealand. Specific Objectives: 1. Complete a suite of analyses on paua sampled before during and after a heatwave event as a case study to identify the likely causes of starvation observed in paua. 2. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26511860,Request for Proposals,Closed Competition,Maximising Forest Carbon: Literature review international carbon accounting methodologies & Literature review on the understanding around carbon stocks in NZ forests,C - C0034690,20221021,20221104,20221118,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"MPI are interested in literature that reflects a wide knowledge base, including Te Ao Maori world views and Matauranga Maori. We are open to the providers subcontracting specialist knowledge to meet this requirement. MPI are looking for a literature review that answers the following questions: QUESTION: We need to understand what carbon accounting methodologies are in use domestically and internationally (Current state) and what are the emerging technologies for measuring carbon flux (Future state). QUESTION: What data exists on carbon stocks and forest management in New Zealand?",Not Awarded,No responses received,0,20250410 Ministry for Primary Industries,26512212,Request for Proposals,Closed Competition,Native afforestation: Literature review Seed source and provenance testing review of technology,C - C0034689,20221021,20221104,20221118,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"MPI are interested in literature that reflects a wide knowledge base, including Te Ao Maori world views and Matauranga Maori. We are open to the providers subcontracting specialist knowledge to meet this requirement. MPI are looking for a literature review that answers the following questions: QUESTION 1: Complete review of existing best practice guides currently available for the sector. We need to include seed collection, eco-sourcing, plant quality standards, and biosecurity. QUESTION 2: What technology is available currently to trace seed source and provenance within the native nursery sector. This is important due to the following challenges: Seedlings alone may not be enough to reach the target volumes set by the Climate Change Commission for native afforestation. Eco-sourcing is important to stakeholders Managing genetic diversity when utilising mother trees Cultural whakapapa of native trees",Awarded,,0,20250410 Ministry for Primary Industries,26542812,Request for Proposals,Closed Competition,Testing of an Online Dietary Intake Tool for New Zealand,C - 406924,20221027,20221118,20230717,New Zealand Food Safety,Sole Agency,No,,"The objective of this procurement is to procure the services required to complete a study that can provide assurance that the NZ adapted version of Intake24 is appropriate for use in the New Zealand context. The scope for the requirements are as follows: * Development of a sampling plan that includes an adequate sample size of participants who are representative of New Zealanders, ensuring that the priority population groups Maori and Pacific Peoples are adequately represented. * The provider will recruit and survey participants. It is of particular importance that the study recruits the priority population groups, Maori and Pasifika, to ensure that the tool and embedded data can be used to collect robust food and nutrient intake data from these groups. * Obtain all required ethical approvals and caregiver permissions to undertake this survey. * To identify any commonly consumed foods (i.e. missing foods) which need to be added to the tool and ensure that any substitution of foods by the user of foods not in the food list are appropriate. * Test Intake24 against a interviewer-led 24-hour recall to compare data on nutrient intakes collected via the two methods. It is expected that standard statistical methods for dietary assessment studies would be used for the comparison. * Following the completion of the dietary intake data collection, participants and interviewers should be provided an opportunity to provide the provider with feedback on the usability of the tool",Not Awarded,No responses were submitted,0,20250410 Ministry for Primary Industries,26547207,Request for Proposals,Closed Competition,Quantity Surveying Services for Property Capital Works,C - C0034607,20221028,20221118,20231128,Corporate Services,Sole Agency,No,,"MPI is seeking to enter an initial 3-year term arrangement with a supplier who can provide quantity surveying services. The supplier will work with MPI on a project-by-project basis to ensure MPIs refurbishments and new builds consist of modern and fit for purpose facilities which will support and foster MPIs objectives. The contracted organisation will provide quantity surveying services throughout various stages of a project, from the initial feasibility and due diligence phase; the concept/preliminary design stage right through to certification and defects management; to assist MPI in its delivery of Property capital works programme of work across New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,26582907,Request for Proposals,Closed Competition,C0034817: Investigation of options to recognise the delayed emission benefit of domestic harvested wood products,C - C0034817,20221124,20221205,20230711,Te Uru Rakau - Forestry NZ,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry for Primary Industries,26594560,Request for Proposals,Closed Competition,Assessment of RG1 and 2 Microorganisms,C - C0034539,20221108,20221122,20230124,,Sole Agency,No,,"This project seeks an assessment of Risk Group 1 and 2 microorganisms (as defined in AS/NZS 2243.3) against the criteria for a release approval under the HSNO Act, to better understand whether this group of organisms would meet the criteria for a full release approval.",Awarded,,0,20250410 Ministry for Primary Industries,26649787,Request for Proposals,Open Competition,NZAGRC - Development of a national infrastructure investment plan to accelerate agricultural greenhouse gas mitigation solutions,RFP-NationalInfrastructurePlan,20221123,20221219,20230131,,On behalf of procurement agent,No,,"Background: The NZ Government is legislatively bound to meet certain emission reduction targets through the Climate Change Act as laid out in the Emissions Reduction Plan (ERP). Accurate and cost-effective measurement of biological agricultural emissions is a non-negotiable requirement for the successful delivery of the ERP goals. https://environment.govt.nz/publications/aotearoa-new-zealands-first-emissions-reduction-plan/agriculture/ Budget 2022 allocated $338.7 million over four years to strengthen the role of research and development in getting new tools and technology to reduce on-farm emissions to farmers quicker. This included the provision for investment in infrastructure that would expand the capacity and support for industry and government research and development activities, particularly, financial support to purchase and install new specialist equipment and facilities, support ongoing operational costs, and recruit and train personnel to operate and maintain the equipment and services. A National Infrastructure Plan is required to prioritise domestic infrastructure investments that will advance the search for the effective mitigation of agricultural greenhouse gas emissions, including (but not limited to) methane, nitrous oxide, and carbon dioxide from soils. Objective: To procure the development of a National Infrastructure Plan to accelerate agricultural greenhouse gas mitigation solutions. The Plan will outline and assess the current infrastructure situation, assess future needs and provide options and recommendations for meeting anticipated needs. The Plan should outline realistic timeframes for deployment of new equipment, assess what additional personnel will be needed to run and maintain the infrastructure and provide recommendations on how to ensure that equipment is well maintained and serviced over its lifetime, while minimising costs to users and achieving high utilisation rates and broad accessibility.",Awarded,,0,20250410 Ministry for Primary Industries,26657117,Request for Tenders,Open Competition,O-C0034871 Auckland Wharf Redevelopment Project,C0034871,20221121,20221214,20240221,Corporate Services,Sole Agency,No,,"The Ministry for Primary Industries has occupied 23 Quay Street, Auckland since 2010. The buildings and land are owned by the Ports of Auckland Limited (POAL). MPI has occupied the premises since 2010 and the fitout has become worn and is due for an upgrade. The objective of this procurement is to upgrade the Auckland Wharf location to better support MPIs business requirements.",Not Awarded,"Superceded by RFP# 26745928, not awarded.",0,20250410 Ministry for Primary Industries,26703045,Request for Proposals,Closed Competition,C-C0034444 RFP re High Throughput PCR Equipment for MPI Animal Health Laboratory,C-C0034444,20221202,20230207,20230505,Biosecurity New Zealand,Sole Agency,No,,"The Ministry for Primary Industry's (MPI) Animal Health Laboratory (AHL) provides a vital role in the diagnosis and control of new and emerging animal disease to protect New Zealand and support trade. The AHL is constantly working to enhance capability by implementing new and improved tests to ensure MPI leads the way in New Zealand veterinary laboratory diagnostics. We are seeking input from Syndicated Laboratory Equipment Panel suppliers via this RFP to purchase automated high throughput (HTP) PCR equipment. This RFP follows on from our earlier RFI, which provided market information used in a business case to support this procurement. We now have confirmed funding and are seeking proposals from panel suppliers in order to purchase the equipment below, together with associated installation, calibration, training and maintenance services. We wish to purchase the following pieces of equipment: - Automated liquid handling instrument for nucleic acid extraction - Nucleic acid purification instrument - Liquid handler for PCR set up - Thermal cycler These can be either standalone units or a combination of two or more instruments. Items may be purchased separately from different suppliers. Please note. To simplify this process for those suppliers who provided information in the RFI, we are using the same response charts so as these can be easily resubmitted (please note additional information is required in the RFP response document). We are not now looking at leasing arrangements, but we would like to know the availability of additional units if required in a response.",Awarded,,923679,20250410 Ministry for Primary Industries,26707247,Request for Proposals,Open Competition,Remote sensing to measure carbon stocktake changes,O - C0034876,20221205,20230223,20230531,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"MPI are seeking a solution that provides a validated alternative to purely-ground based forest carbon stock determination. Currently data that is used to calculate Emissions Trading Scheme (ETS) carbon stocks and New Zealands National Greenhouse Gas (GHG) inventory on Forest Lands in the Land use and Carbon Analysis System (LUCAS), is collected by ground-based field measurements. MPI are interested in testing alternative methods to improve data collection efficiency and accuracy.",Awarded,,0,20250410 Ministry for Primary Industries,26745928,Request for Tenders,Open Competition,O-C0034871 Auckland Wharf Redevelopment Project,C0034871,20221214,20221214,20240213,Corporate Services,Sole Agency,No,,"This Request for Tender is an extension of the original tender (ID 26657117) closing time to 5pm, 14 Dec 2022. The Ministry for Primary Industries has occupied 23 Quay Street, Auckland since 2010. The buildings and land are owned by the Ports of Auckland Limited (POAL). MPI has occupied the premises since 2010 and the fitout has become worn and is due for an upgrade. The objective of this procurement is to upgrade the Auckland Wharf location to better support MPIs business requirements.",Not Awarded,MPI wishes to withdraw from this tender. No award.,0,20250410 Ministry for Primary Industries,26756864,Request for Proposals,Closed Competition,SEA2022-09 - Estimation of release mortality for pelagic sharks and fish,C - SEA2022-09,20221216,20230203,20230217,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objective: To estimate the proportion surviving release for pelagic sharks and fish currently on Schedule 6 of the Fisheries Act. Specific Research Objectives: 1. To collate available scientific literature on the release mortality of the following species, including closely related species: Southern bluefin tuna (Thunnus maccoyii), swordfish (Xiphias gladius), Patagonian toothfish (Dissostichus eleginoides), blue shark (Prionace glauca), mako shark (Isurus oxyrinchus), and porbeagle shark (Lamna nasus). 2. To convene a workshop of relevant experts to estimate the release mortality, according to gear type, handling behaviour, and environmental conditions, for the species listed in 1 above. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26776466,Award Notice,Open Competition,SEA2022-08 - Snapper Milky Flesh,C - SEA2022-08,20221221,20221222,20221222,Fisheries New Zealand,Sole Agency,No,,"To determine the prevalence of the snapper milky flesh syndrome in New Zealand The project includes the following key components: 1. To sample snapper in fish sheds throughout SNA1 and SNA2 north 2. To conduct interviews with skippers and LFR staff in SNA1, SNA2, SNA7 and SNA8. 3. Assess potential environmental drivers of milky fleshed snapper by analysing satellite data (e.g., sea surface temperature, chlorophyll a) for the affected area (largely Hauraki Gulf) over the critical period (January 2021 onward). The field work (bullet 1) will be conducted as part of the existing SNA1 shed sampling project currently being undertaken by NIWA.",Not Awarded,,0,20250410 Ministry for Primary Industries,26776811,Request for Proposals,Open Competition,Effects assessment of the potential aquaculture growth on Phytoplankton availability in the Bay of Plenty,O - C0034934,20221222,20230208,20230616,Fisheries New Zealand,Sole Agency,No,,Fisheries New Zealand is looking for a suitably qualified research provider to provide an effects assessment of the potential growth of aquaculture on phytoplankton availability in the Bay of Plenty.,Not Awarded,,0,20250410 Ministry for Primary Industries,26782174,Request for Proposals,Closed Competition,SEA2022-06 - Kaikoura recreational harvest estimate for paua in 2023,C - SEA2022-06,20230106,20230203,20230215,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To undertake a survey to estimate the paua recreational harvest in the Kaikoura region. Specific Objectives: Objective 1: To undertake a survey to estimate the paua recreational harvest in the Kaikoura region (Clarence River to Conway River) between 15 April 2023 and 15 June 2023. Objective 2: Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,26802162,Request for Proposals,Open Competition,NZAGRC - A report on the potential use of bromoform as a methane mitigating technology in New Zealand farms systems,Bromoform - 2023,20230117,20230217,20230418,,On behalf of procurement agent,No,,"Methane inhibitors have emerged as a promising approach to reducing methane emissions from ruminant animals. Bromoform, administered in a compound form or contained within seaweed, is one such example and its application as a practical, safe, and cost-effective methane mitigation approach for ruminant animals is actively being researched both globally and in New Zealand. The NZAGRC wish to commission a report to investigate and detail the research and portfolio of evidence required to enable the practical use of bromoform as a methane mitigating technology in New Zealand farm systems.",Awarded,,0,20250410 Ministry for Primary Industries,26818690,Request for Proposals,Closed Competition,The value proposition of Licensed Fish Receivers in the commercial fishing sector,C - C0034631,20230118,20230220,20230315,Fisheries New Zealand,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,26824043,Request for Proposals,Open Competition,Kiwifruit Orchard Monitoring Programme,O - C0032681,20230119,20230216,20230505,Policy and Trade,Sole Agency,No,,"The Kiwifruit Orchard Monitoring Programme (the Programme) is part of the Ministry for Primary Industries (MPI) Farm Monitoring Programme. Data collection for the Programme was last funded by MPI in 2012, with outputs including a published kiwifruit orchard model for the Bay of Plenty region and an associated commentary report. https://www.mpi.govt.nz/resources-and-forms/economic-intelligence/farm-monitoring/2012-farm-monitoring-programme/ The Programme aims to track and analyse the production and financial performance of kiwifruit orchards over time to better understand trends and issues, as well as informing government and sector-led policy and other initiatives aimed at growing the sector. Environmental data collection will be piloted and phased in over two to three years, with annual data collection, thereafter, guided by work led by Zespri on environmental performance and reporting for kiwifruit orchards, and a research review currently underway by MPI. MPI wishes to select a supplier who can undertake annual data collection, and provide analysis, interpretation and commentary on the data collected from kiwifruit orchards in the Bay of Plenty region. The supplier will be responsible for recruiting the participating orchards. The successful supplier will collect production, financial and environmental data from 50 participating orchards each year and provide the anonymised data and commentary to MPI, and assist with the development and validation of the Bay of Plenty regional kiwifruit orchard model.",Awarded,,0,20250410 Ministry for Primary Industries,26832267,Request for Proposals,Closed Competition,Enhanced New Zealand Agricultural Greenhouse Gas Research Centre Accountabilities and delegations advice,C- C0035055,20230120,20230203,20230328,Policy and Trade,Sole Agency,No,,"MPI are seeking a supplier to provide advice that will enable us to ensure that the New Zealand Agricultural Greenhouse Gas Research Centres (NZAGRC)within the context of the Centre for Climate Action on Agricultural Emissions future accountability and delegation arrangements, and the relationships of key parties involved, are clear, fit for purpose, and well understood by all system stakeholders.",Awarded,,0,20250410 Ministry for Primary Industries,26875566,Request for Proposals,Closed Competition,RFP - Preconstruction Services for PHEC Facility,C0034238,20230130,20230317,20230731,Biosecurity New Zealand,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to the shortlisted Respondents from the Registration of Interest (ROI) to submit a Proposal to act as the Construction Consultant (also known as the PCSA Main Contractor) under a Pre-Construction Service Agreement for the Plant Health and Environment Capability (PHEC) facility contract opportunity. MPI wishes to appoint a PCSA Main Contractor with the ability to deliver key preconstruction services during the term of the preconstruction appointment (PCSA Phase) as a result of this Request for Proposal (RFP). The PCSA Main Contractor should have relevant experience in both the provision of preconstruction services for complex projects (and the delivery of enabling and early works where required) and in the end-to-end delivery of construction projects involving controlled atmosphere containment spaces. Please refer to the RFP pack for the detailed requirements for this RFP. We are inviting interested Respondents to attend a - Respondent Briefing (One Teams Meeting to all Respondents, to mainly expand our indicative Commercial and Procurement Pathway) - Site Visit to Mt Albert (Two dates will be provided at later date) Please confirm your attendance to those sessions by emailing to asako.iijima@mpi.govt.nz by 4pm, 3rd February 2023. Those sessions are currently scheduled the week starting 6th February, and exact time and date will be confirmed upon your email request.",Awarded,,0,20250410 Ministry for Primary Industries,26898232,Request for Proposals,Closed Competition,Financial Audit of SFF Funds Programmes,C - C0034526,20230203,20230224,20230320,Agriculture and Investment Services,Sole Agency,No,,"Sustainable Food and Fibre Futures (SFF Futures), which succeeded the Primary Growth Partnership (PGP), supports problem-solving and innovation in New Zealands food and fibre sectors by co-investing in initiatives that make a positive and lasting difference. During the cycle of a programme, at least one audit of the key elements of the financial management is completed. This is normally done around two years into the life of each programme. Each audit will assess whether MPIs programme partner(s) has suitable financial management systems. The key elements considered are whether each programme has adequate systems for: budgeting, forecasting and monitoring the financial progress of their programme preparing claims for funding processing and recording payments to staff, suppliers and in-kind costs. The other key part of the work is looking at whether the programme partner has sufficient documentary evidence to adequately support and substantiate the amounts that they claim from MPI for government funding. By June 2023 the following four programmes are due for this financial audit: Future Ready Farms Resilient Dairy Leaft Foods. Informing NZ Beef.",Awarded,,0,20250410 Ministry for Primary Industries,26940856,Request for Proposals,Open Competition,BioSecurity Partners Panel,O - C0035064,20230214,20230324,20230718,Biosecurity New Zealand,Sole Agency,No,,"MPI is seeking to create a panel of no less than 2 and no more than 12 providers to deliver Accredited Person Training and/or Transitional Facility Operator Training to transitional facilities and operators around the country. This training is to be delivered in English, but can be delivered virtually, online or face to face, using the most recent version of the relevant training material supplied by MPI. This training will also include an assessment and accreditation process where the facilitator uses the assessment schedule to ascertain competence and report these assessment results to MPI.",Awarded,,0,20250410 Ministry for Primary Industries,26948974,Request for Proposals,Open Competition,Te Uru Rakau New Zealand Forest Service Science and Research Services Panel,,20230215,20230314,20231107,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is seeking to appoint a new panel of suppliers for the provision of Forestry Science and Research Services (the Panel) for an initial term of three years with rights to renew for two further terms of two years, and the right to appoint new suppliers to the Panel from time to time. The aim of the Panel will be to provide a majority of the forestry science and research services the Ministry sources from external suppliers - in accordance with Te Uru Rakau New Zealand Forest Service (TUR NZFS) objectives. TUR-NZFS works with tangata whenua, landowners and the forestry and wood processing sectors to make the most of our forests contribution to Aotearoa New Zealands social, cultural, environmental, and economic wellbeing. If you are interested, please register to attend our supplier briefings on Monday 20 February 2023. These will be held virtually. To register please email Katrina Ross, Procurement Specialist Katrina.ross@mpi.govt.nz cc Andrena Smith, Procurement Specialist Andrena.Smith@mpi.govt.nz Subject Line: TUR NZFS Panel Tender Briefing.",Not Awarded,"The following suppliers have been awarded Panel Agreements. Woolpert NZ Limited (previously AAM NZ) Auckland University of Technology Beca Ltd BioPacific Partners Limited Boffa Miskell Limited Business & Economic Research Limited ENGEO Ltd Envivo Limited EOS Ecology Limited Harrison Grierson Consultants Limited Landcare Research New Zealand Limited (Manaaki Whenua Landcare Research) Landpro Limited Lincoln Agritech Limited Mackie Research & Consulting Optimal Forestry t/a Manuka Farming NZ Limited Massey University National Institute of Water & Atmospheric Research Ltd New Zealand Forest Research Institute Ltd Orbica Limited Otago University Cratos Limited Pricewaterhouse Coopers New Zealand Scarlatti Limited SPS Biosecurity Ltd Te Tira Whakamataki Limited University of Auckland University of Canterbury Wildland Consultants Limited WSP NZ Ltd",0,20250410 Ministry for Primary Industries,27044381,Request for Quotations,Open Competition,Consumer Food Safety Insights Survey,C0035139,20230307,20230404,20230823,New Zealand Food Safety,Sole Agency,No,,"The objective of this procurement is to conduct a Consumer Insights Survey of New Zealand consumers to obtain information about consumer attitudes, behaviours, preferences, and risk perceptions around food safety and suitability. We propose to conduct this survey annually, with an inaugural survey being completed by June 2023. Funding is only available to conduct the inaugural Consumer Insights Survey. Additional funding will be required if the survey is committed to on an annual basis. It is proposed the Consumer Insights Survey will be conducted online, will include at least 1,000 consumers, and will contain approximately 50 food safety and suitability-related questions, including demographic questions (age, gender, ethnicity etc). The sample population will be New Zealand consumers 15 years and over. To ensure statistically robust results for sub-population groups, we intend to oversample Maori and Pasifika. The survey aims to cover three key consumer research areas: o food safety and suitability, o information and awareness, o risk perceptions / trust and confidence. The expected outcomes of this procurement are that we have an evidence-base on consumer behaviours and food safety practices; and on consumer food safety and suitability concerns and risk perceptions; and are able to identify effective communication methods to engage with New Zealand consumers on food safety and suitability issues. The main output with be the raw dataset and a report that includes the research overview, methodology, results and discussion. Results will include both descriptive and basic statistical analysis of the results, including graphs, tables and reporting of statistical significance against demographics. If it is repeated, data collected will enable NZFS to track trends in food safety behaviours, preferences, and risks perceptions overtime. Further, using a set of core cognitively tested questions used by similar international regulators will allow for useful comparisons across countries. The survey results will be used by internal MPI teams to inform risk assessment, risk management, and risk communications activities.",Awarded,,72270,20250410 Ministry for Primary Industries,27109498,Request for Proposals,Closed Competition,Running an open policy dialogue on options to recognise the delayed emission benefit of long-lived harvested wood products,C0034817,20230320,20230327,20230523,Corporate Services,Sole Agency,No,,"Te Uru Rakau New Zealand Forest Service (part of MPI) is seeking an experienced provider to run an open policy dialogue with representatives from the wood processing industry, building designers and developers, government agencies, and other stakeholders to help develop policy options to encourage greater production and use of long-lived harvested wood products. The work will include qualitative analysis of those options in a written report. The carbon stored in trees as forests grow will remain longer after harvest if logs are processed into long-lived products like structural timber, rather than short-lived materials like packaging or pallets. Delaying the point when this stored carbon is returned to the atmosphere reduces Aotearoa New Zealands net domestic emissions. Long-lived products also help the transition to a low-emissions economy by displacing emission-intensive alternatives, such as using structural timber and engineered wood for construction in place of steel or concrete. This project will inform Government and industry on whether and how this stored carbon benefit could be recognised through Government policy. We are looking for credible providers with the capability and experience to deliver effective stakeholder engagement through this policy dialogue. We welcome innovative approaches. This policy issue has a long history, over more than a decade. There are a diverse range of views that need to be gathered and carefully understood. Its crucial that stakeholders are confident the policy dialogue achieves this effectively, building the evidence base needed to guide policy decisions. ................................................. NB - There are three stages to this procurement : Stage One - Initial Response (this stage) - Suppliers should complete Stage One RFP response (which includes confirmation of pre-conditions), attach the CV's or insert bios requested. Please note, the Health and Safety and Data Security and Privacy forms are included in the Stage One RFP response form for your information but you should not fill this out now. Stage Two - Presentations - Up to 5 suppliers selected from the respondents at Stage One will be invited to make a presentation, and submit pricing Contracting - One supplier will be chosen in accordance with the evaluation criteria, and invited to contract. At that time, that supplier will need to complete the Health and Safety as well as Data Security and Privacy, questionnaires.",Awarded,,0,20250410 Ministry for Primary Industries,27131516,Request for Quotations,Closed Competition,"Lease of ScanOS Workstations, C0035325",C-C0035325,20230322,20230328,20230829,Biosecurity New Zealand,Sole Agency,No,,MPI is seeking a lease solution for 18 x ScanOS workstations for a 3-year term. We are seeking a quote that offers the best value-for-money over the whole-of-life of the contract.,Awarded,"This tender has been awarded. QUADRENT LIMITED 31 Spring Street, Freemans Bay, Auckland, 1011, NEW ZEALAND",0,20250410 Ministry for Primary Industries,27131803,Request for Proposals,Closed Competition,PHEC Project - Project Management & Design Management Services,,20230322,20230424,20230731,Biosecurity New Zealand,Sole Agency,No,,"To receive Appendix D Prelim Design pack) and Appendix F (other agreements), Respondents must sign the attached MPI Confidentiality Deed and send it through to asako.iijima@mpi.govt.nz. This RFP is a secondary procurement process. MPI has invited select members of the All-of-Government (AoG) Construction Consultancy Services Panel to respond to this RFP. Depending on the outcome of the evaluation process, and at its sole discretion, MPI may either select a single organisation to deliver both the design management and project management roles or elect to award each role separately. A Plant Health and Environment Capability (PHEC) Programme is currently underway to strengthen NZs biosecurity system. MPI is seeking proposals from suitably qualified, capable, experienced, and resourced organisations to provide design management services and client-side project management services in relation to the developing design and subsequent delivery of a new Plant Health and Environmental Capability (PHEC) Facility which comprises the Plant Health and Environmental Laboratory (PHEL) and Post-Entry Quarantine (PEQ) Greenhouse facility. For detailed scope of services and key attributes that we are looking for, please refer to the attached RFP pack.",Awarded,,0,20250410 Ministry for Primary Industries,27190851,Request for Proposals,Closed Competition,"PHEC Project - Design, Supply & Install Agreement for PEQ Greenhouses",C - C0035241,20230403,20230515,20231201,Biosecurity New Zealand,Sole Agency,No,,"This is a single step closed Request for Proposal (RFP), inviting suitably qualified suppliers to submit a Proposal for the Post Entry Quarantine (PEQ) Facility contract opportunity. MPI wishes to appoint a PEQ Contractor with the ability to deliver Design, Supply and Install services for the PEQ Greenhouses above ground structural and faade elements and associated fixtures (e.g. shading, lighting, irrigation) as a result of this Request for Proposal (RFP). For detail requirements and scope of services, please review the RFP pack. We will publish a Respondent Briefing recording in this week as Addendum to this RFP so please make sure you subscribe this RFP on GETS. We are also inviting interested Respondents for a Site Visit to Mt Albert, Auckland. If you wish to visit the site, please email asako.iijima@mpi.govt.nz by 4pm, 6 April 2023.",Awarded,,0,20250410 Ministry for Primary Industries,27209907,Request for Quotations,Open Competition,Horizon Scan of Indigenous Food Systems,C0035220,20230405,20230420,20230606,Policy and Trade,Sole Agency,No,,"We are seeking the creation of an evidence base that showcases Maori thought leadership and business practices for submission to the Indigenous Coalition which represent innovation in sustainable food systems (including sustainable agricultural practices). We are seeking the development of a report, which is supported by the delivery of a presentation to an international body. We are looking for respondents who have led projects of a similar nature, that have information about agricultural businesses, that can incorporate a Kaupapa Maori approach into research. Respondents will have project management experience and the ability to deliver presentations Respondents must be able to deliver this project within our timeframe and show what methodologies and/or contingencies they will use to ensure this project meets its deadline. Respondents will be able to demonstrate or provide evidence in that they and their resources have the skills, attributes, and appropriate resources available to successfully carry out all that is required for this project. Respondents will be able to provide details of networks that they can engage with to support the delivery of this projects requirements, this includes Maori businesses, agri-business and food systems. Respondents will need to have their own facilities and resources to deliver this project (e.g. computer, home office or work office) Respondents will be able to demonstrate how they provide opportunities to support skills and training opportunities for their staff (youth) Respondents will be able to provide clear assumptions of expenditure that will be required over the whole life of the contract period in the response form provided.",Not Awarded,This tender received no responses.,0,20250410 Ministry for Primary Industries,27227069,Request for Tenders,Closed Competition,PHEC facility - Structural and Geotech Statutory Peer Review,C-C0034330,20230630,20230725,20231031,Biosecurity New Zealand,On behalf of procurement agent,No,,"The scope of this RFP is limited to Statutory Peer Please of the following project design elements / disciplines: Geotechnical and Structure as it relates to the Retaining Wall 1 Building Structure (excluding proprietary Greenhouse structure) Respondents are also asked in the Response Form to confirm their capability and capacity to provide statutory peer review services in relation to the fire and envelope design, however this will not be evaluated as part of the RFP.",Awarded,,0,20250410 Ministry for Primary Industries,27275604,Request for Proposals,Closed Competition,Improving standards and wider regulatory system and compliance pathways for wood use in construction,C0035132,20230421,20230518,20230802,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is seeking a supplier to deliver a report on the specific challenges within the building regulatory system and standards system which hinder the specification, consenting and construction of mass timber buildings, and which limit production of and market growth of alternative species for use in construction. The solution will clearly articulate and identify: Specific aspects of the building and construction regulatory system which are difficult to navigate, or which make it difficult to demonstrate compliance for innovative wood products, including a detailed description of the issue, supporting evidence and impact on use of innovative wood products. Specific aspects of the standards system which are difficult to navigate, or which hinder the use of wood in building and construction, including a detailed description of the issue, supporting evidence and impact on use of innovative wood products. Specific aspects of other compliance pathways (e.g., product certification, product appraisals and any other relevant pathways) which are difficult to navigate, or which hinder the use of wood in building and construction, including a detailed description of the issue, supporting evidence and impact on use of innovative wood products Any other aspects of the building regulatory system, standards system, compliance pathways or tools which could be improved to make it easier to specify, consent and build with wood (particularly for non-residential and multi-unit residential buildings).",Awarded,,305000,20250410 Ministry for Primary Industries,27276970,Request for Quotations,Closed Competition,Literature Review - Heat Treatment alternative to methyl bromide on imported budwood,C0034951,20230421,20230509,20231003,Biosecurity New Zealand,Sole Agency,No,,,Not Awarded,There were no applications for this tender.,0,20250410 Ministry for Primary Industries,27304101,Request for Proposals,Closed Competition,SCA2023-04: Scallop Al detection,C - SCA2023-04 (407101),20230427,20230526,20230904,Fisheries New Zealand,Sole Agency,No,,"Overall Objective: Develop scallop AI detection to support current and future camera-based scallop surveys. Specific Objectives: 1. To conduct more paired (video and divers) sampling (density, counts, and lengths) in different conditions (e.g., coarser sand and shell environments) to make sure detectability is not affected by type of substrate. 2. To improve the training of the AI to detect scallops. 3. Broader outcomes.",Awarded,,0,20250410 Ministry for Primary Industries,27309232,Request for Quotations,Closed Competition,Scoping of a New Forestry Training and Education Oversight Entity,C0035447,20230428,20230510,20230602,Te Uru Rakau - Forestry NZ,Sole Agency,No,,,Awarded,"Contract was awarded to PWC on the 2 June 2023, late update, contract period 7 June 2023 until 19 July 2023 C0035447",100000,20250410 Ministry for Primary Industries,27394715,Request for Proposals,Closed Competition,Cost Benefit Analysis for the Biosecurity Act 1993 Review,C- C0035498,20230515,20230601,20231127,Biosecurity New Zealand,All of Government,No,,The Biosecurity Act 1993 (the Act) Review has been in progress since July 2019. The Ministry for Primary Industries (MPI) has engaged with Maori and stakeholders to develop policy proposals and a draft discussion document. The Minister for Biosecurity has agreed that MPI will strengthen policy analysis on important policy issues in 2023. This includes undertaking Cost Benefit Analyses to initially assess the potential impacts of the policy proposals.,Not Awarded,,0,20250410 Ministry for Primary Industries,27399652,Request for Proposals,Closed Competition,HOK2023-02 - Land based sampling of hoki,C - HOK2023-02,20230516,20230530,20230529,Fisheries New Zealand,Sole Agency,No,,"Overall Research Objectives: To determine the catch at age from the main hoki spawning fisheries as input data to the stock assessment of this species. Specific Objectives: 1. To collect otolith samples from commercial landings of hoki from Cook Strait and inside the 25 nautical mile line on the west coast of the South Island during winter 2023, 2024 and 2025. 2. Broader outcomes",Awarded,,0,20250410 Ministry for Primary Industries,27430338,Request for Proposals,Open Competition,Salesforce SDLC Suppliers Panel,C0035442,20230522,20230619,20231011,,Sole Agency,No,,"The Ministry for Primary Industries (MPI) intends to create a panel of suppliers who have the experience, capacity, and credentials to support the software development life cycle (SDLC) for Salesforce-based solutions. This panel will be the exclusive provider for all such work where Business Technology & Information Services (BT&IS) confirms that there are no internal resources available to deliver against any approved (and funded) requirements. Weve split the panel into two tiers: Tier 1 We will select up to four suppliers who we can engage with for Statements of Work over $500k (Whole of Life Cost). It is our intention that all work over $500k will be offered to all Tier 1 panel members, with an abbreviated selection process used to determine the best suited supplier. Tier 2 We will select up to six suppliers who we can engage with for work on individual Statements of Work below $500k (Whole of Life Cost). It is our expectation that we will be engaging directly with suppliers on this panel without the need to tender for work, however, in some circumstances an abbreviated selection process may be used to determine the best suited supplier. MPI is committed to Salesforce as our Customer Management and Engagement platform. We have made significant investment in this technology already and this will continue as we pursue our recently approved Digital Platform Strategy. Our Digital Platform Strategy presents a cloud-platform future, with Salesforce central to this picture. Additionally, it presents an increase in the use (and re-use) of common capabilities and a move to a value-driven delivery model to decrease time-to-value. This Salesforce Panel is critical to our future, providing a rich source of Salesforce skills through our partners that will allow us to build our future with a focus on reusable enterprise capabilities. MPI is looking for suppliers with a strong track record of successfully developing Salesforce solutions for New Zealand government within the last 3 years. The suppliers must be registered (or in the process of registering) with Marketplace and are expected to have an office presence in NZ (ideally with a presence in Wellington). The suppliers will have sufficient capacity to deliver end to end services for significant projects and have a reputation for delivering quality services and products, supported by customer evidence.",Awarded,MPI is still negotiating terms with other Respondents.,0,20250410 Ministry for Primary Industries,27442177,Request for Proposals,Closed Competition,SEA2022-12: Cyclone impacts on fisheries,C - SEA2022-12,20230525,20230525,20230529,Fisheries New Zealand,Sole Agency,No,,"To understand sediment impacts in affected marine environments to enable rapid fisheries management decisions. Specific Objective 1: Planning and engagement In conjunction with Fisheries New Zealand, the research provider will engage with treaty partners, regional councils and stakeholders to identify priority areas of concern (vulnerable or ecologically significant habitats, culturally or commercially important areas) and existing information to help inform locations to be targeted by the surveys. This objective will also include the analysis of the multibeam data from the RV Ikatere survey conducted in April 2023. Data collated within Objective 1 will be used to design the surveys conducted within the project (Objective 2). Specific Objective 2: Undertake two survey voyages This objective will undertake two survey voyages using a combination of multibeam acoustics, seabed video/camera transects, and physical sampling of sediment cores for benthic infauna and sediment composition. Surveys will target areas with comparable information available prior to the Cyclone, and also areas of concern identified through Objective 1 (areas of high ecological or utilisation (customary, recreational or commercial) importance) The first survey (about 20 day duration, to be conducted in June 2023), with a shorter second survey (about 10 days, to be conducted in October or November) informed by the first survey, collecting data on any potential recovery. Specific Objective 3: Hydrodynamic modelling and sediment distribution Impacts on the marine environment from the cyclone are likely to have been associated with both freshwater plumes and high levels of sediment (increasing turbidity and smothering habitats when it settled on the seabed). This objective will analyse satellite image data to characterise the turbidity concentrations and spatial extent of sea surface sediment plumes generated by the cyclone. Numerical modelling will be used to explore the spatial and temporal distribution of freshwater plumes following the cyclone, and predict the fate of the increased sediment loads generated by the cyclone. Specific Objective 4: Data processing and analysis The two RV Kaharoa surveys will collect data on seabed bathymetry, imagery, benthic infauna and sediment composition. This objective will undertake the analysis of these data, and through comparison with pre cyclone data from the same locations or similar areas, will characterise the impacts of the cyclone on ph",Awarded,,0,20250410 Ministry for Primary Industries,27485093,Request for Proposals,Closed Competition,Sports Foods Consumption Survey,406665,20230606,20230712,20230926,New Zealand Food Safety,Sole Agency,No,,"Proposal P1010 (Formulated Supplementary Sports Foods) will modernise the regulation of sports foods in the Australia New Zealand Food Standards Code (the Code). As part of P1010, Food Standards Australia New Zealand (FSANZ) will undertake scientific assessments to characterise the short- and long-term safety and benefits of specific nutrients, nutritive substances and other relevant food chemicals that may be permitted to be added to sports foods either currently and/or in the future. To estimate the potential dietary exposure to these substances, FSANZ requires current quantitative data on the consumption of sports foods by Australians and New Zealanders. This is the data gap to be filled by this research with a focus on New Zealand consumers. The objective of this research is to obtain current, representative and quantitative data on consumption patterns of sports foods by New Zealand (and potentially Australian) consumers.",Awarded,,0,20250410 Ministry for Primary Industries,27489301,Request for Proposals,Open Competition,Forest Management & Associated Services,C0035539,20230602,20230630,20230824,Te Uru Rakau - Forestry NZ,Sole Agency,No,,,Not Awarded,"Contract awarded to John Turkington Ltd and Farman Turkington Forestry Ltd. Two contracts split against various locations for forestry management and services. John Turkington - Otiwhiti, Mistry Hills, Whanganui, Skye Farm, Quarry Farms - Forests Farman Turkington - Puketawa, Waitawhiti, Rewa Rewa, Pohatu, Washpool Forests All suppliers have been notified by manual letter, as these supplier had to submit their tender manually due to the size of their files. Procurement has now been completed and supplier debriefs are in the process of being organised with those who have requested a briefing.",0,20250410 Ministry for Primary Industries,27657843,Request for Proposals,Open Competition,RIS2023-03: Collaborative update to Southern Hemisphere Risk Assessment,O - RIS2023-03,20230704,20230807,20231208,Fisheries New Zealand,Sole Agency,No,,Provide an update to the [PSB2020-09] Southern Hemisphere Risk Assessment utilising data from participating CCSBT (Commission for the Conservation of Southern Bluefin Tuna) member nations to update catchability and distribution for each member nations fishing fleet where data is available. These updated inputs will be used to rerun the model from PSB2020-09 to provide a seasonally and spatially explicit southern hemisphere risk assessment of direct commercial fisheries-related risk to seabird populations included in the previous study in time for the CCSBT Ecologically Related Species (ERS) working group in June 2024.,Awarded,,0,20250410 Ministry for Primary Industries,27660403,Request for Proposals,Open Competition,M.bovis Sampling Programme,O - C0035805,20230705,20230808,20231219,Biosecurity New Zealand,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking for credible providers who have the capability, experience, and infrastructure to deliver sampling services, both on-farm and at meat plants, to enable the Programme to demonstrate proof of absence of the M. bovis disease, as part of the M. bovis Programme.",Awarded,,0,20250410 Ministry for Primary Industries,27674458,Request for Proposals,Open Competition,0 - C0035490 Provision of Career Pathway Scheme Adviser Hui,0 - C0035490,20230707,20230804,20240110,Agriculture and Investment Services,Sole Agency,No,,"The Careers Pathway Scheme (CPS) was launched in April 2022, providing funding for up to 100 new and early career advisers to upskill in competencies supporting Integrated Farm Planning (IFP). Funding is available to eligible entities (independent advisory firms and whenua Maori) to assist them with the salary and training costs of hiring new and early career IFP advisers. The scheme ends in June 2025. The CPS is designed to increase the number and diversity of advisers in primary industries capable of supporting IFP. Employers of new and early-in-career advisers receive financial assistance from MPI for up to three years. One of the areas which funding can be used for is professional training and ongoing development in the area of IFP. One option to support adviser learning is the adviser hui. The adviser hui concept has been endorsed through a series of workshops with CPS stakeholders and host organisations. The workshops informed the design and logistics of the adviser hui to ensure it is fit for purpose for participating advisers. As a part of these workshops a survey was sent out to advisers for their input. We are seeking a supplier to co-develop hui content, co-ordinate and co-facilitate the adviser hui (in person and online) for participants under the CPS. Each hui must focus on professional and technical skills and utilise interactive learning methods such as workshops and field-days. Personal and network development will also be a focus.",Not Awarded,"MPI advises that unfortunately, we are unable to proceed with this RFP and as a result a decision has been made to cancel the opportunity. We wish to thank you for the time and effort taken in responding to this opportunity and apologise for any inconvenience to your organisation.",0,20250410 Ministry for Primary Industries,27719706,Request for Proposals,Closed Competition,C:FAB2023-01: Estimation of release mortality for several shellfish species,C:FAB2023-01:,20230718,20230825,20231208,Fisheries New Zealand,Sole Agency,No,,MPI is looking for a supplier to estimate the proportion surviving release for several shellfish species. Please read the project brief and complete the response form (both attached).,Awarded,,0,20250410 Ministry for Primary Industries,27740037,Request for Proposals,Closed Competition,"C: TAR2023-01 Catch-at-age of Tarakihi in TAR 1, 2, 3, 7, & 8",C: TAR2023-01,20230721,20230831,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel - the primary objective of this project is to determine the age composition of the commercial catch in TAR 1, 2, 3, 7, & 8. The project brief provides an overview of the services and please provide your response in the RFP Response Form provided.",Awarded,,0,20250410 Ministry for Primary Industries,27754496,Request for Proposals,Closed Competition,C: BCO2023-04: Abundance of blue cod off North Canterbury (BCO 3),C: BCO2023-04:,20230724,20230814,20231113,Fisheries New Zealand,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,27797344,Request for Proposals,Closed Competition,BCO2023-01: Stock Assessment of BCO 5,C:BCO2023-01,20230731,20230828,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to determine the status of blue cod stock biomass in BCO 5 relative to Target and Limit reference points.",Awarded,,0,20250410 Ministry for Primary Industries,27797681,Request for Proposals,Closed Competition,PAU2023-05 Stock assessment survey for paua in the Kaikoura region,C:PAU2023-05,20230731,20230821,20231208,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to complete paua stock monitoring surveys to inform future management decisions at the scale of both the Kaikoura fisheries closure and the PAU 3 area.",Awarded,,0,20250410 Ministry for Primary Industries,27797877,Request for Proposals,Closed Competition,SNA2023-01: Stock assessment of SNA 8,C:SNA2023-01,20230731,20230821,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to conduct a stock assessment for snapper (Chrysophrys auratus) in SNA 8, including estimating biomass and sustainable yields.",Awarded,,0,20250410 Ministry for Primary Industries,27819370,Request for Proposals,Closed Competition,C:HOK2023-01 Stock assessment of hoki in HOK 1,C:HOK2023-01,20230804,20230828,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the Deepwater Fisheries Research Panel for the above noted research services, the primary objective of this project is to carry out a stock assessment of hoki (Macruronus novaezelandiae) stocks including estimating biomass and sustainable yields. The project brief provides an overview of the services we are seeking.",Awarded,,0,20250410 Ministry for Primary Industries,27824611,Request for Proposals,Closed Competition,"C:OYS2023-01 Foveaux Strait oyster abundance, Bonamia survey",C:OYS2023-01,20230804,20230911,20231113,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to evaluate the current abundance and biomass of oysters in the OYU 5 fishery and to evaluate current and expected oyster mortality from Bonamia infection for the fishing years 2023, 2024, and 2025, as well as to evaluate the current status of the prevalence and intensity of Bonamia in the OYU 5 fishery for the fishing years 2023, 2024, and 2025. The project brief provides an overview of the services we are seeking.",Awarded,,0,20250410 Ministry for Primary Industries,27824690,Request for Proposals,Closed Competition,C:EEL2023-02: Catch per unit effort analysis of the South Island commercial eel fishery,C:EEL2023-02:,20230804,20230911,20231113,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to analyse trends in CPUE in commercial eel fisheries. The project brief provides an overview of the services we are seeking.",Awarded,,0,20250410 Ministry for Primary Industries,27824773,Request for Proposals,Closed Competition,C:LIN2023-01: Stock assessment of sub-Antarctic ling in LIN 5 & 6 including LIN 6B,C:LIN2023-01,20230804,20230901,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to carry out stock assessments of ling (Genypterus blacodes) in the Sub-Antarctic (LIN 5, 6, & 6B) including estimating biomass and stock status. The project brief provides an overview of the services we are seeking.",Awarded,,0,20250410 Ministry for Primary Industries,27847799,Request for Proposals,Closed Competition,INT2023-01: East Coast South Island Trawl Survey,INT2023-01,20230811,20230918,20231113,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposal from your organisation for the above noted project, the primary objective of this to determine the relative abundance and distribution of southern inshore finfish species off the east coast of the South Island focusing on: red cod (Pseudophycis bachus), stargazer (Kathetostoma giganteum), sea perch (Helicolenus percoides), tarakihi (Nemadactylus macropterus), spiny dogfish (Squalus acanthius), elephantfish (Callorhinchus milii), red gurnard (Chelidonichthys kumu), and dark ghost shark (Hydrolagus novaezelandiae.",Awarded,,0,20250410 Ministry for Primary Industries,27868068,Request for Proposals,Open Competition,"DAT2023-04C Creation of the PSC database, estimation of captures by event and species, hosting of website",DAT2023-04C,20230814,20230912,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a service provider to Support Fisheries New Zealand in updating the PSC database, a standardised, comprehensive database of linked commercial and observer records. Estimation of protected species captures by fishing event for the 2021/22 24/25 fishing years using the PSC database provided by Fisheries New Zealand. Hosting, update, and upgrade of the Protected Species Capture website (Protected species bycatch (protectedspeciescaptures.nz).",Awarded,,0,20250410 Ministry for Primary Industries,27968806,Request for Proposals,Closed Competition,Health Testing and Monitoring Services,C- C0035630,20230828,20230912,20231219,Corporate Services,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a Proposal for the Health Testing and Monitoring contract opportunity. Work-related health risks are a reality for many MPI staff in safety sensitive roles. These workers are potentially exposed to risks such as excessive noise, airborne contaminants, and hazardous substances on a regular basis, either on MPI sites, or more commonly on non-MPI sites. Monitoring workers exposure can assist MPI to review appropriate controls to protect workers and can lead to early detection of some illnesses for workers. Health and workplace exposure monitoring is required where workers are exposed to work-related health risks on an on-going basis.",Awarded,,0,20250410 Ministry for Primary Industries,27986982,Request for Proposals,Closed Competition,MAF2023-01 Characterisation of recreational fishing activity for snapper and estimating release mortality,MAF2023-01,20230901,20231011,20231129,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to characterise recreational fishing activity within SNA 1 and use the results of MAF2020-06 to estimate total annual recreational release mortality for this fish stock. The project brief provides an overview of the services we are seeking, we expect the services to commence in October 2023 and be completed in September 2025",Awarded,,0,20250410 Ministry for Primary Industries,28044598,Request for Proposals,Open Competition,Exploring the Efficacy of Alternative Products to Control Myrtle Rust,407135,20230906,20231017,20240124,New Zealand Food Safety,Sole Agency,No,,"Myrtle rust is a serious fungal disease caused by Austropuccinia psidii in the family Myrtaceae. Since its arrival five years ago, myrtle rust is having severe impacts on multiple indigenous (taonga) and important economic species in New Zealand. There is concern that some taonga species may be susceptible to localised extinction with a trajectory towards extinction, species rarity or endangered status. To date, the only way to efficiently manage the disease is using fungicides (agrochemicals). However, some stakeholders avoid the use of fungicides and opt for alternative products which have not had their effectiveness assessed against myrtle rust. This research is to design and implement research to determine and compare the efficacy of selected alternative products and registered fungicides to control myrtle rust for the most threatened New Zealand indigenous Myrtaceae species and submit a technical report based on findings from the research.",Awarded,,0,20250410 Ministry for Primary Industries,28045881,Request for Proposals,Closed Competition,Benefit Analysis for SFF Futures,C - C0036100,20230907,20230914,20230926,Agriculture and Investment Services,Sole Agency,No,,MPI is seeking a supplier to deliver a benefit analysis for the Sustainable Food and Fibre Futures fund (SFF Futures).,Awarded,,0,20250410 Ministry for Primary Industries,28049890,Award Notice,Open Competition,Caulerpa Roadshow - Te Wero Nui,C - C0035956,20230727,20230728,20230928,Biosecurity New Zealand,Sole Agency,No,,Te Wero Nui - Caulerpa Roadshow to engage with communities and stakeholders on the exotic caulerpa response.,Awarded,,0,20250410 Ministry for Primary Industries,28101624,Request for Proposals,Closed Competition,Passion2Profit and Avocados Go Global Primary Growth Partnership (PGP) - Evaluation Services,C-C0035114,20230914,20231005,20231023,New Zealand Food Safety,Sole Agency,No,,"MPI are seeking a provider(s) to carry out an evaluation series on two previous programmes of work: The Passion2Profit Primary Growth Partnership The NZ Avocados Primary Growth Partnership programme",Awarded,,138730,20250410 Ministry for Primary Industries,28134509,Request for Proposals,Open Competition,ZBD2023-05: Importance of macroalgae to New Zealand's fisheries and the effects of climate change,ZBD2023-05,20230920,20231018,20240319,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a research provider to review the importance of kelp to New Zealands wild fisheries, explore options for developing an updateable national scale data layer of kelp distribution and to predict shifts in kelp abundance under different climate scenarios using a multi-scale approach.",Awarded,,0,20250410 Ministry for Primary Industries,28168572,Request for Proposals,Open Competition,INV2023-10 Ecosystem-Based Management case study,INV2023-10,20230928,20231025,20240125,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a research provider to review international literature and identify the best ecosystem modelling approach for inshore fisheries and initiate model development for a priority inshore fishery or region. The focus is on establishing a methodology to advance EBFM approaches in New Zealands inshore environment to support multi-species assessments and take into account ecological, cultural and economic values.",Awarded,,0,20250410 Ministry for Primary Industries,28215949,Request for Proposals,Closed Competition,On-board Cameras Programme Benefits Realisation / Monitoring and Evaluation Plan,C-C0036232,20231003,20231019,20231127,Fisheries New Zealand,Sole Agency,No,,"Ministry of Primary Industries (OBC) On-board Cameras Programme (the Programme) are looking to engage a professional services firm to: Review the benefits realisation work carried out to date by the Programme Develop a benefits realisation plan Develop a monitoring and evaluation plan Response submissions to include: Proposed approach and timeframe to complete Indicative budget Outline of scope",Not Awarded,,0,20250410 Ministry for Primary Industries,28228065,Request for Proposals,Open Competition,ZBD2023-03: Science to incorporate trophic cascades into EBFM in New Zealand,ZBD2023-03,20231005,20231101,20240109,Fisheries New Zealand,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry for Primary Industries,28253210,Request for Proposals,Open Competition,O-407138 Herbicide Load and Spraying Request for Proposal,,20231010,20231117,20240305,Biosecurity New Zealand,Sole Agency,No,,"Targeted aerial application of herbicides onto individual and small clumps of trees is an important tool for wilding conifer control, particularly in inaccessible or hazardous areas such as steep alpine country. In these situations, scattered trees can be sparsely spread over large landscapes resulting in targeted aerial spraying of herbicides using helicopters as the only current practicable control method. There is a variability in the amount of herbicide used during targeted Aerial Basal Bark Application (ABBA) and foliar spot spraying. Operators want to ensure the trees are killed given the often-remote locations and costs associated with any follow-up control work. It is likely that application amounts can be reduced. The objective of this project is to obtain the research required to carry out two experiments looking at quantifying the spray drift amount and optimal herbicide application rates for targeted aerial spray.",Not Awarded,MPI wishes to withdraw from this tender. No award.,0,20250410 Ministry for Primary Industries,28265999,Request for Proposals,Closed Competition,SCI2023-01: Stock assessment of sub-Antarctic Scampi in SCI 6A,SCI2023-01,20231012,20231108,20240109,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a Proposals from the Deepwater Fisheries Research Panel for the above noted research services, the primary objective of this project is to carry out a stock assessment of scampi in SCI6A including estimating biomass and sustainable yields. The project brief provides an overview of the services we are seeking, we expect the services to commence in November 2023 and be completed in February 2025.",Awarded,,0,20250410 Ministry for Primary Industries,28282855,Request for Proposals,Closed Competition,INV2023-09: Testing alternative strategies for rebuilding depleted fish stocks,INV2023-09,20231016,20231110,20240109,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to test alternative strategies for rebuilding depleted fish stocks.",Awarded,,0,20250410 Ministry for Primary Industries,28374786,Request for Quotations,Closed Competition,BEN2023-01: Development of methods to estimate the extent and intensity of seabed contact by trawl gear using fisher-reported and Geospatial Position Reporting data,BEN2023-01,20231101,20231127,20240109,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking a proposal from your organisation for the above noted research services, the primary objective of this project is to provide updated annual estimates of the extent and intensity of seabed contact by trawl gear and to progress the development of methods to estimate and track seabed contact using new data sources. The project brief provides an overview of the services we are seeking, we expect the services to commence in February 2024 and be completed in April 2025.",Awarded,,0,20250410 Ministry for Primary Industries,28399115,Request for Proposals,Open Competition,Administration of Services for Cats and Dogs to Australia,O - C0036049,20231103,20231130,20240618,Agriculture and Investment Services,Sole Agency,No,,"This opportunity will be for Ministry of Primary Industries to find a provider for Provision of Export Certification Administration Services Export of Cats and Dogs, and Feline and Canine semen of New Zealand Origin to Australia. Please note for this piece of work there will not be any cost incurred by MPI. The successful provider will make a profit directly off those who use the platform. Please see the RFP document for more information.",Awarded,,0,20250410 Ministry for Primary Industries,28409966,Request for Proposals,Closed Competition,"HMS2023-01 Processing yellowfin, bigeye, Pacific bluefin tuna and swordfish measurement data collected by fish processors.",HMS2023-01,20231107,20231201,20240109,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services. The primary objective of this project is to collect biological information describing highly migratory fish species from shore-based fish processing and handling facilities for input into regional stock assessments. The project brief provides an overview of the services we are seeking, we expect the services to commence in December 2023 and be completed in June 2027.",Awarded,,0,20250410 Ministry for Primary Industries,28410070,Request for Proposals,Closed Competition,MAF2023-05: Kaikoura recreational harvest estimate for paua in 2024,MAF2023-05,20231107,20231201,20240109,Fisheries New Zealand,Sole Agency,No,,"MPI is seeking Proposals from the High Migratory and Inshore Fisheries Research Panel for the above noted research services, the primary objective of this project is to undertake a survey to estimate the paua recreational harvest in the Kaikoura region.",Awarded,,0,20250410 Ministry for Primary Industries,28432787,Request for Proposals,Closed Competition,Maximising Forest Carbon Programme: Modelling Options for Indigenous ETS yield tables.,C0036283,20231109,20231206,20240130,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The Maximising Forest Carbon joint agency programme has the key research aim to improve our understanding and measurement of native forests carbon stocks for implementation via the Emissions Trading Scheme (ETS). The current ETS default yield tables for the indigenous forest type (i.e., all native forests) is based on relatively short-lived, fast growing manuka/kanuka, with a single default table utilised across the country. There is an urgent need to deliver a more accurate and detailed set of forest types and their underlying yield tables across a wider range of native forest ecotypes and regions. The most effective design for new indigenous forest types is not yet clear. To enable different forest type designs to be considered, data representative of a range of ecotypes, succession stages, and environmental factors will need to be collected to enable different configurations of yield tables to be developed. This work is standalone and completing this work will not guarantee that the supplier will be automatically awarded the future phases. We need to understand the different designs possible for indigenous forest types and yield tables that could be made with currently or readily available data, and/or with additional data collection. An understanding of how the available data will influence (or constrain) the options we have for development of yield tables and definition of forest types is valuable. It also seeks to understand whether models could be effectively developed in lieu of new data being collected in the short term to enable different designs to be compared. We would like recommendations for the designs of forest ecotypes that would provide a robust representation of New Zealands native forests while limiting complexity and duplication (i.e., the forest types and their accompanying yield tables are meaningfully different from each other). For the recommended indigenous forest yield tables, we would like to get an indication of modelled carbon sequestration differences between each table.",Awarded,,0,20250410 Ministry for Primary Industries,28433687,Request for Proposals,Open Competition,DAT2023-05: Adding set net coverage from the Proof-of-Concept electronic monitoring programme to the Central Observer Database,DAT2023-05,20231110,20231206,20240109,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a provider to add set net coverage from the Proof-of-Concept electronic monitoring programme to the Central Observer Database and the Protected Species Capture database. This project is to build monitoring levels by utilising data from the current Proof-of-Concept coverage of the set net fishery along the West Coast North Island (WCNI) and integrating these into the Protected Species Capture database and to realise the NPOA Seabirds 2020 objective observations and monitoring methods are research, developed and implemented across all sectors.",Awarded,,0,20250410 Ministry for Primary Industries,28433761,Request for Proposals,Open Competition,RIS2023-01: Updated spatially explicit fisheries risk assessment for New Zealand marine mammal populations.,RIS2023-01,20231110,20240201,20240417,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a provider to update a fully spatially explicit marine mammal risk assessment (MMRA) using new species spatial distribution inputs and updated demographic parameterisation, in a format that facilitates both routine future update as new data becomes available and management scenario evaluation.",Awarded,,0,20250410 Ministry for Primary Industries,28433895,Request for Proposals,Open Competition,RIS2023-02: Update Hector's and Maui dolphin multi-threat risk assessment,RIS2023-02,20231110,20231206,20240314,Fisheries New Zealand,Sole Agency,No,,MPI is looking for a provider to update the quantitative assessment of likely anthropogenic impacts and population risk to Hectors and Maui dolphins ensuring New Zealand meets reporting requirements under the US Marine Mammal Protection Act 2023.,Awarded,,0,20250410 Ministry for Primary Industries,28445180,Request for Quotations,Closed Competition,Patrol Vessel Motor Replacement,O-0036270,20231113,20231211,20240404,Fisheries New Zealand,Sole Agency,No,,"Ministry for Primary Industries (MPI) is a Maritime Transport Operator (operates under a Maritime Transport Operating Plan) responsible for a fleet of 30 vessels used for at sea patrolling across the three fishery sector groups (commercial, recreational, customary). MPI require replacement motors for its PV Kiwa (Naid). We are seeking a motor replacement, ancillaries, installation, trade and removal of the old motor and ongoing support throughout the life of the new equipment.",Not Awarded,This tender did not award a contract,0,20250410 Ministry for Primary Industries,28445588,Request for Proposals,Open Competition,Provision of Border Services Facilitation Officers,C0035344,20231113,20231211,20241107,Biosecurity New Zealand,Sole Agency,No,,"MPI is responsible for the biosecurity clearance process at international airports and seaports throughout New Zealand, whereby the international travellers and their luggage are checked and cleared using X-Ray equipment to detect and remove biosecurity risk material. MPI requires a provider that is able to provide and manage appropriately trained and competent staff (Facilitation Officers) to assist MPI with its biosecurity border clearance process. The Facilitation Officers will be required to direct, assist and facilitate passengers through the biosecurity clearance process and handle passenger baggage into, and out of, the X-Ray screening process. Facilitation Officer services are required at New Zealand International Airports throughout New Zealand, including Auckland, Wellington, Christchurch, Dunedin and Queenstown.",Awarded,,0,20250410 Ministry for Primary Industries,28471478,Request for Quotations,Open Competition,"0 - C0036266 - Provision of Staff ID Cards, Warrant and Appointment Cards, Lanyards and Plastic Sleeve Cardholders",0 - C0036266,20231116,20231213,20240401,Corporate Services,Sole Agency,No,,"One of the Ministry for Primary Industries (MPI) obligations is to ensure its staff have a safe working environment. Some of the measures we take to provide safe working environments include all of our facilities and offices have controlled access points, with entry being via digitally imprinted identity cards, which interface with our centralised security access control system. In order to gain access, a person must be issued with an identity card, which allows them to enter and access parts of a facility or office. It also includes cards to provide for temporary access, such as visitors or temporary staff. Some of our employees undertake regulatory duties in the field, authorised in specific legislation, such as the Food Safety Act. When these employees undertake their duties, it is a requirement that they produce identification which includes their name, agency, digital image, role and authorisation when entering a property or facility. We have a requirement for the printing and delivery of: ID Card for all MPI staff to enable them to access MPI secured facilities and premises. Warrant Cards for MPI employees required to conduct searches for compliance purposes. Appointments identification, also done in the form of an ID card, either for an MPI employee or authorised persons who undertake activities on behalf of MPI, e.g., welfare inspectors. Lanyards for attaching cards, prevention of loss and safe use. Plastic Sleeve Cardholders. We need a supplier who can meet our technical specifications, non-technical specifications and other criteria and who has systems, processes and policies to manage personal and confidential information.",Awarded,,600000,20250410 Ministry for Primary Industries,28472747,Request for Proposals,Closed Competition,C-C0036120 Advertising Services for new national marine behaviour change campaign,C-C0036120,20231117,20231201,20240301,Public Affairs,Sole Agency,No,,"There are known to be over 200 non-indigenous marine species present in New Zealand marine areas, of which some will be invasive and problematic. In that respect, Biosecurity New Zealand is looking at implementing and embedding a national behaviour change campaign to get users of the marine environment to take the necessary actions to prevent the spread of marine invasive species. The spread of marine invasive species causes ecological, cultural, economic and societal impacts. It is also undermining central and local government and community investment such as restoration of the Hauraki Gulf and other marine restoration activities. New Zealand maintains strict border controls to minimise the entry of marine invasive species into our waters. However, there is a risk that marine invaders may arrive and establish The objective of this procurement is to identify and engage a supplier to deliver advertising services and campaign activity for a new national marine behaviour change campaign.",Awarded,,0,20250410 Ministry for Primary Industries,28480291,Request for Proposals,Open Competition,C-407132 Bonamia Ostreae - Life Cycle and Environmental Sinks,C-407132,20231120,20240125,20240501,New Zealand Food Safety,Sole Agency,No,,"The flat oyster parasite Bonamia ostreae (B. ostreae) causes over 90% mortality in infected oysters, and once established, eradication is not possible. This parasite was first identified in New Zealand in the Marlborough Sounds in 2015. Following the spread of B. ostreae to Big Glory Bay, Rakiura Stewart Island in 2017, the flat oyster farms in Marlborough and Big Glory Bay were removed to reduce the propagule pressure of the parasite in the water column. This action works to slow the natural spread and translocation risk of the parasite to new areas protecting the iconic wild flat oysters (Ostrea chilensis, also known as Tio) in Foveaux Strait from infection. Since this incursion, a number of research gaps have been highlighted, most recently by the 2019 MPI commissioned Technical Advisory Group report that investigated the return to flat oyster farming. What we need We need a provider who can develop and optimise molecular test(s) suitable for detecting B. ostreae in different environmental matrices (including non-flat oyster hosts and carriers). This will require a robust study identifying the potential environmental sinks, exploring the persistence of the parasite in identified environmental hosts/carriers, and the ability of these hosts/carriers to transmit this parasite to nave flat oysters and effort to further elucidate the B. ostreae lifecycle and the potential for spore formation",Awarded,,0,20250410 Ministry for Primary Industries,28509882,Request for Proposals,Open Competition,O-407170 Anthelmintic Veterinary Medicine Sales and Use,407170,20231123,20240129,20240320,New Zealand Food Safety,Sole Agency,No,,"The prudent use of anthelmintics is critical to the effective management of internal parasites in food-producing animals, the health and welfare of treated animals, and the productive output of the primary industries. Where parasite resistance develops to registered anthelmintic veterinary medicines, farmers will need to find alternative ways to maintain the health and productivity of their herds. Understanding how anthelmintic veterinary medicines are used, and the decision-making process that drives that use on New Zealand farms, is crucial for determining and managing risks to animal health and welfare, residues compliance, and trade in produce from production animals. This project will gather data on the sales of anthelmintic veterinary medicines and their usage in food-producing animals. This will allow insight into what types of products are being used, how they are being used, and the decision-making process that drives use on-farm, by evaluating sales trends.",Awarded,"This tender has been awarded. Epivets Limited - 565 Mahoe Street, Te Awamutu 3800 Value $ 85,000.",85000,20250410 Ministry for Primary Industries,28570285,Request for Proposals,Closed Competition,Ministry for Primary Industries IT Service Transition,,20231204,20240131,20240930,Corporate Services,Sole Agency,No,,"The role of Business Technology and Information Services (BTIS) is to enable the business by providing high quality & value-added technology solutions and information and technology services to Ministry for Primary Industries staff and external stakeholders. We do this by partnering with business units to ensure we work closely with managers and staff, so we understand how each business area operates, and what is expected of our teams. BTIS Service Delivery provides and manages the IT solutions and applications required for the business to deliver services to their customers. They are responsible for ensuring that these services are available when needed and that any issues around the quality of access are addressed immediately. BTIS is undertaking this procurement to replace and modernise its Service Desk solution and to replace, consolidate and modernise its Desktop management capability",Awarded,,0,20250410 Ministry for Primary Industries,28598408,Request for Proposals,Closed Competition,C-C0036286 Maximising Forest Carbon Programme: Evaluating the potential for a default carbon yield table for redwoods and an updated default exotic softwoods table for use in the ETS,C-C0036286,20231211,20240123,20240321,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"A key research aim of the Maximising Forest Carbon Programme is to improve our understanding and measurement of native and exotic forest carbon stocks for implementation via the New Zealand Emissions Trading Scheme (ETS). In the ETS, forestry participants must regularly calculate their forests carbon storage using a specific methodology set out in regulations. For participants with less than 100 hectares registered, a set of default carbon yield tables is used to calculate their forests carbon storage. These default carbon tables set out carbon yields at different forest ages for five different forest types: indigenous, radiata pine, Douglas-fir, exotic hardwoods, and exotic softwoods. For forests registered as >100 hectares, participant-specific yield tables (PSTs) are generated from data gathered using the Field Measurement Approach (FMA), which determines the carbon stock in that specific forest. The existing default yield table for exotic softwoods is the only one not directly based on a reference species or sequestration data and has some of the largest discrepancies compared with PSTs generated for this forest type. The species included in the exotic softwoods forest type also have considerable differences in sequestration potential. In particular, evidence suggests that significantly more carbon is being stored in Coastal Redwood forests (hereafter redwoods) than they are being credited for under the default exotic softwoods table. In addition, as redwoods can coppice and are expected to be harvested on a low-intensity regime, there is an opportunity to research what impact this has on carbon sequestration. Such research could also potentially inform wider improvements to other forest types that include similar features.",Awarded,,0,20250410 Ministry for Primary Industries,28603137,Request for Proposals,Closed Competition,CRA2023-01 Rock Lobster Monitoring,CRA2023-01,20231211,20240215,20240606,Fisheries New Zealand,Sole Agency,No,,MPI is seeking a proposal from you for the above noted research services. The primary objective of this project is To collect length frequency and other biological data and tag red rock lobster (Jasus edwardsii) and packhorse rock lobster (Sagmariasus verreauxi).,Awarded,,0,20250410 Ministry for Primary Industries,28603381,Request for Proposals,Open Competition,BYC2023-03: Identification and mapping of habitats of significance for chondrichthyan species,BYC2023-03,20231211,20240215,20240403,Fisheries New Zealand,Sole Agency,No,,MPI is looking for a research provider to identify and map habitats of significance for chondrichthyan species.,Awarded,,0,20250410 Ministry for Primary Industries,28744694,Request for Proposals,Open Competition,O-407244 Passion Vine Hopper Distribution and Lifecycle - Fieldwork,O-407244,20240126,20240223,20240531,New Zealand Food Safety,Sole Agency,No,,"2.1 The objective of this procurement is to procure scientific services to carry out field surveys of passion vine hopper distribution and abundance, as well as a targeted collection of honey for tutin testing. The work will be informed, in part, by a literature review delviered under contract to MPI by Manaaki Whenua Landcare Research: A review of the phenology and distribution of passion vine hopper, Scolypopa australis Walker, in New Zealand and the potential impact of climate change. 2.2 The project will focus on designing and conducting standardised field surveys to obtain more data on passion vine hopper distribution and abundance. This survey should have a focus on early life stages (eggs and nymphs), as well as adults. This survey should be done across New Zealand, and should include records of absences as well as presences. Particular focus should be given to areas in which application of the standard may no longer address risk adequately given projected climate change scenarios. In particular: - The southern range edge (at, or below 42S) where range expansion of passion vine hopper will likely occur under credible climate projections. In particular, Canterbury and the West Coast of the South Island, may experience passion vine hopper population increases due to projected changes in climate. - Warmer regions of New Zealand (e.g. Northland and Coromandel) should be targeted in the study, to ensure the January to April tutin risk period can still address the risk of tutin contamination in honey. The contractor will need to determine if 31 December is still the appropriate cut-off date for honey harvest, or if passion vine hopper populations are exceeding threshold abundances earlier in the season. 2.3 The field survey data will be analysed by the supplier to develop a spatial model with likely predictions of where passion vine hopper would be based on environmental variables across the ranges surveyed. 2.4 It is also expected that targeted collection and testing of honey for tutin will be undertaken as part of this project. The preference is that, where possible, honey will be taken directly from single apiary sites and hives. As with the passion vine hopper field surveys, the honey testing should focus on areas where range expansion could be occurring, and the passion vine hopper high-abundancy interval may be lengthening.",Awarded,,0,20250410 Ministry for Primary Industries,28804007,Request for Proposals,Closed Competition,SPR2023-01 SPRFMO Science Support,SPR2023-01,20240213,20240311,20240709,Fisheries New Zealand,Sole Agency,No,,MPI is looking for a research provider to support New Zealands participation in South Pacific non-highly migratory fisheries consistent with the objectives of the SPRFMO Convention.,Awarded,,0,20250410 Ministry for Primary Industries,28821556,Request for Quotations,Closed Competition,C-C0036295 Woody Biomass Programme - Manuka Trials Scocping Study,C-C0036295,20240219,20240304,20240524,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The objective of this procurement is to obtain a scoping study investigating Manuka as a bioenergy crop. This study will examine the potential for end-of-life plantation or waste manuka to be used in bioenergy applications. Part of enhancing the economic viability of a bioenergy sector is to explore multiple supply streams. One woody crop that has this potential is Manuka (Leptospermum scoparium). There is already a strong Manuka industry with honey and oils in New Zealand, but no usage for the left-over biomass. The biomass is generally not used-post harvest due to its small piece size but is a considerable biomass resource available with the opportunity to be utilised further. Giving honey/oil farmers a bioenergy option at the end of their honey or oil rotation will be investigated. Many Manuka plantations have been planted throughout New Zealand in the past 10-15 years as a result of the booming Manuka honey and oil industry. Manuka is an early succession plant typically with a life cycle of around 30 years (some Manuka can live to 60 years old depending on genetics and management), therefore all Manuka plantations will have a finite lifespan and will be needing to be cleared in the near future.An example of a large plantation is the New Zealand Manuka group who planted 4,650,000 Manuka seedlings as a plantation across 2015 and 2In some cases, stock within a plantation may be removed due to the availability of improved genetics or disease and pest death/identification. This removed Manuka additionally becomes waste. This work seeks to understand the potential use of purpose grown end-of-life Manuka as a bioenergy source.",Awarded,,0,20250410 Ministry for Primary Industries,28911334,Request for Proposals,Closed Competition,C-C0036550 External Performance Verification of Passenger & International Mail Centre 2024,,20240228,20240312,20240509,Biosecurity New Zealand,Sole Agency,No,,"The objective of this procurement is to contract a provider to process the compliance monitoring survey data collected at the IMC and International Airports and generate a report to inform MPI on the effectiveness of the process and make recommendations on how to better improve them. External and independent review provides necessary assurances that MPIs border clearance services are effective. The provider will: Have suitable skills and knowledge in reviewing and analysing complex compliance surveying processes. Examine relevant survey documentation for all 4 airport and International Mail Centre. Conduct Face to Face and/or online discussions with Assurance Team. Complete systematic observations for mail and passengers pathways. Attend eight confidential follow-up interviews with Quarantine Officers and Chief Quarantine Officers. Analyse data and calculate final compliance estimate; and Provide a thorough annual report and recommendations based on their findings.",Awarded,,105440,20250410 Ministry for Primary Industries,28956608,Request for Proposals,Closed Competition,C-C0036580 Financial Audit of SFF Funds Programmes,C-C0036580,20240306,20240320,20240510,Agriculture and Investment Services,Sole Agency,No,,"Sustainable Food and Fibre Futures (SFF Futures) supports problem-solving and innovation in New Zealands food and fibre sectors by co-investing in initiatives that make a positive and lasting difference. During the cycle of a programme, which can run for up to seven years, at least one audit of the key elements of the financial management is completed. This is normally done around two years into the life of each programme. This Consultancy Services Order relates to the purchase of financial auditing services for eight programmes in SFF.",Awarded,,135899,20250410 Ministry for Primary Industries,29012396,Request for Proposals,Open Competition,O-407134 Modelling High Risk Zones for Feral Animal-Domestic Livestock Interactions,407134,20240315,20240419,20240625,Biosecurity New Zealand,Sole Agency,No,,"New Zealand (NZ) hosts several feral animal species that are susceptible to exotic livestock diseases such as foot and mouth disease (FMD) and African swine fever (ASF). Feral populations of deer, pigs, goats, sheep, and cattle are present in New Zealand. Feral animal populations pose a risk as disease reservoirs for domestic stock, and recognising the role of these populations in disease transmission and maintenance in an outbreak, will be crucial to any response and subsequent demonstration of area freedom. This project is to collate data, produce models, including maps to identify high risk areas and properties for feral-domestic animal interactions based on farm attributes, property locations, feral animal distributions and/or densities, and climate.",Awarded,"This tender has been awarded. *Proteus Research and Consulting Limited",0,20250410 Ministry for Primary Industries,29034969,Request for Proposals,Closed Competition,"Native Afforestation Programme: Seed collection, storage, and processing techniques.",C0036513,20240318,20240415,20241010,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The Native Afforestation Programme is the first stage of a long-term programme to significantly expand the establishment of native forests to create long-term carbon sinks to offset hard to abate emissions. A key aspect in this delivery is understanding approaches to managing seed collection and storage, collating expertise from both industry (commercial collections), academia and conservation (e.g., seed banking facilities). This understanding will be essential to improve collection for recalcitrant species, that are difficult to store and germinate as well as techniques for pre-treatment of recalcitrant seed in order to improve their germination rates. This opportunity is for research to be undertaken for seed collection and storage using different methods of seed processing techniques with the aim of understanding which techniques support successful germination up to an acceptable level. This work is standalone and completing this work will not guarantee that the supplier/s will be automatically awarded any future phases of work should this occur. We require a number of suitably skilled and experienced suppliers to undertake comprehensive research studies encompassing seed collection, storage, and processing techniques for a diverse set of tree species specified in the preferred list detailed in Document 3 Preferred Species List. Of particular interest are species that are/have the ability to grow and flourish across New Zealand rather than specific regions. Suppliers will need to explore and document various methodologies, incorporating both conventional and indigenous Matauranga Maori practices and Kaitiakitanga, aimed at enhancing seed germination rates, maintaining seed viability, and respecting the natural environment in alignment with the indigenous people of New Zealand. If you are proposing a species outside of the preferred list, please detail the reasons why this should be considered. For the purposes of this tender New Zealand has been split into 6 zones of work please refer to Document 4 Seed Collection Zones Map for zone details.",Awarded,,0,20250410 Ministry for Primary Industries,29145595,Request for Quotations,Closed Competition,Wood Processors and Manufacturers Directory,C - C0036675,20240404,20240419,20240717,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"Commercial Wood Processors and Manufacturers of exotic woods (Wood Processors) are entities that operate sites where logs and timber are manufactured into products. These products are either sold as a final consumer product or reprocessed into another product. For example, a pulp mill will process logs into pulp, which may be exported or reprocessed by a domestic paper mill into paper. We have a pressing need to understand more detail of the domestic markets wood flows and volumes. Understanding where Wood Processors operate and what type of processing or manufacturing is happening, is critical to providing effective insights for Government and sector needs. This will further support our need to: improve our understanding, stratification and analysis of the wood processing and manufacturing sector and its characteristics. improve the targeting and collection of meaningful processing and manufacturing data and information. identify and engage with Wood Processors about investments, support available, and barriers to investment and operations. improve our National and Regional economic modelling. improve our supply chain mapping and resilience insights. understand supply and demand of wood processing and manufacturing residues. The Ministry for Primary Industries (MPI) has access to incomplete data from several sources about Wood Processors. This makes it difficult to run surveys and gather and understand data. As we look to consolidate our data and information, we want to improve our population sampling of Wood Processors in New Zealand.",Awarded,,0,20250410 Ministry for Primary Industries,29168977,Request for Proposals,Closed Competition,Feasibility of Biomass Carbon Modelling,C - C0036655,20240411,20240510,20240731,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"A key focus for the Maximising Forest Carbon (MFC) Programme is looking to explore the potential use of remote sensing technology to measure forest carbon, with the objective to identify and introduce improved methods for measuring forest carbon at local and national scales that are more cost effective for the forest owner and regulator. An initial piece of research reviewed existing technology that could be utilised for forest carbon accounting, and a primary finding was both the extensive use of remote sensing technology (LiDAR in particular) in forest management and inventory, and its potential use for carbon accounting. Following the results and recommendations of a recent pilot study, LiDAR remote sensing was shown to be a promising tool for generating carbon estimates using a whole-of-forest methodology, but further research is needed to explore remote sensing capture for biomass data and understand the requirements for data processing and volumetric modelling this approach would require. This opportunity is a feasibility study to understand the requirements needed to take classified point-cloud (.las) data through to volumetric modelling to produce a biomass-based carbon estimate. MPI wishes to gain an understanding of the capabilities of existing data and, building on earlier work delivered, utilise collected LiDAR point clouds to determine the feasibility of single model for data processing and biomass-based carbon estimates.",Not Awarded,This tender closed with no responses,0,20250410 Ministry for Primary Industries,29277903,Request for Quotations,Closed Competition,C - C0036776 Declare or Dispose Market Research 2024,C0036776,20240501,20240520,20240607,Public Affairs,Sole Agency,No,,,Awarded,,0,20250410 Ministry for Primary Industries,29327851,Request for Quotations,Closed Competition,C-C0036660 Updated radiata pine yield tables for use in the ETS,C-C0036660,20240502,20240516,20240624,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"MPi is looking for a provider who can update the existing nine regional default tables for Radiata and evaluate the current classification of the hybrid pine Pinus radiata x P. attenuata. Radiata hybrids are treated as part of the exotic softwoods forest type. However, the sector has reported growth rates similar to Radiata in some locations. There is also a desire among our industry partners and ETS stakeholders to acknowledge the higher sequestration potential of Radiata hybrids. Particularly, in parts of the South Island, where P. attenuata hybrids pose a low risk of wilding and perform better at the colder drier conditions typical of the higher altitudes. Update default tables for Radiata We require the supplier to model average carbon stocks to tree age of at least 50 years for each of the nine regions recognised for Radiata for both: Forest carbon and residual carbon stocks in post-1989 forest land. Deforestation default tables in pre-1990 forest land. This should be based on the most recent productivity estimates available for the Site Index and 300 Index and supplemented with data from the Permanent Sample Plot (PSP) database or other sources of information if appropriate. Evaluate carbon sequestration of P. radiata x P. attenuata We want to understand the most representative placement of P. radiata x P. attenuata within in the ETS forest type framework. Work on these hybrids has been carried out previously, with industry and research agency establishing field trials in the 1990s to monitor their performance. Therefore, significant data may be available for these hybrid pines as well. This investigation will need to consider two scenarios where: 1. Hybrid pines remain in the exotic softwoods; 2. A Radiata default table is adapted into a Pinus radiata and hybrids-table where participants calculate the carbon storage of hybrids using carbon stocks similar to Pinus radiata. For this contract, comparisons for scenario #1 above will be limited to an assessment of the nationally averaged carbon stock of P. radiata x P. attenuata against the status quo for exotic softwoods. Since the exotic softwoods default table is set to 50% of the Radiata default table, the supplier will therefore calculate differences between carbon stock of P. radiata x P. attenuata for both the current and updated Radiata default tables. As part of the assessment for scenario #2, we want the supplier to consider whether there are regional differences in P. radiata x P. attenu",Awarded,,0,20250410 Ministry for Primary Industries,29345570,Request for Proposals,Closed Competition,C-C0036594 Advertising Services for border compliance marketing campaign (currently known as Declare or Dispose),C-C0036594,20240508,20240522,20240618,Public Affairs,All of Government,No,,"Biosecurity New Zealand (one of MPIs five business units) plays an essential role in protecting New Zealands people, primary industries and the environment from exotic pests and diseases. To support the work of Biosecurity New Zealand at our borders, the Declare or Dispose campaign has been running for a number of years. The campaign informs travellers of the Biosecurity regulations when they arrive into New Zealand Now that New Zealands border is fully reopened to all international travellers and traveller numbers are back up to pre-COVID levels, we are looking to develop and extend our border biosecurity marketing campaign. The campaign will cover nine overseas (MPI-identified countries) inbound traveller audiences, plus a domestic campaign aimed at New Zealanders (departing for) international travel. This is a unique opportunity for a full service agency to create and deliver a significant campaign focused on 10 different nationalities.",Awarded,,0,20250410 Ministry for Primary Industries,29390513,Request for Proposals,Open Competition,Irrigation System at Interim Post Entry Quarantine (IPEQ),O-C0036656,20240513,20240610,20240821,Biosecurity New Zealand,Sole Agency,No,,"The Buyer is looking for a provider who have the capability, experience, and infrastructure to deliver the project in full and on time. They need to have a good track record in the design and installation of a greenhouse irrigation system and able to work flexibly with our nominated building services contractors. The Buyer is interested in a service that may also deliver broader outcomes such as reducing carbon emissions and improve New Zealand Workers conditions. Having a fit for purpose irrigation system in the greenhouses is essential to the new Interim Post Entry Quarantine facility that the Ministry for Primary Industries has built. The Buyer wishes to appoint a provider who can meet the requirements, deliver quality results, and work within our timeline. The Interim Post Entry Quarantine (IPEQ) facility at the Mount Albert site was built in 2023. In the IPEQ facility there are twelve new greenhouse units to quarantine plant and seed material coming into NZ. Currently there is no localised automated drip irrigation system in the facility, and it will be difficult to run the facility without a proper irrigation system as the correct water status is important for the growth of the plants including the maintenance of good plant health to express the signs and symptoms of diseases. The greenhouses are part of a containment zone which prevents bio-contaminants from escaping into the environment, unless via the wastewater treatment plant. Therefore, any new installation within the greenhouses need to comply with the cleanability and containment requirements of the MPI Post Entry Quarantine Standard for L3B facilities. Key outcomes This procurement relates to the design, supply, installation, and planned maintenance of an automated greenhouse irrigation system at the IPEQ by a specialised provider. As part of the RFP we request Respondents to offer a phased/scalable option along with detail on how it will work and what will be the impacts/limitations on operations and functionality SUPPLIERS PLEASE NOTE THAT IF YOU INTEND TO UNDERTAKE A SITE VISIT, THIS MUST BE CONFIRMED BY 3PM FRIDAY 17 MAY 2024",Awarded,,0,20250410 Ministry for Primary Industries,29446029,Request for Proposals,Open Competition,Japanese Encephalitis Virus (JEV) risk areas and feeding preferences of New Zealand mosquitoes,O-407256,20240521,20240710,20241003,New Zealand Food Safety,Sole Agency,No,,"Japanese encephalitis virus (JEV) is a zoonotic vector-borne virus spread by mosquitos and occurs widely across Asia. JEV infects both humans and animals and is a leading cause of human encephalitis and death, especially in children. The socio-cultural and economic impacts of a JEV incursion in New Zealand would be significant. Currently we have limited ability to predict likely JEV incursion sites, and limited biological knowledge to help determine the geographical areas infected in the event of an incursion. This project aims to fill knowledge gaps related to JEV incursion and establishment by identifying New Zealand locations that have suitable ecological conditions to allow establishment and amplification of new competent mosquito vectors. This project will also determine the predominant vertebrate animal types fed upon by New Zealand mosquito species (endemic and already introduced) across these suitable areas.",Awarded,,0,20250410 Ministry for Primary Industries,29640356,Request for Quotations,Open Competition,Electronic Catch Reporting Application for Amateur Charter Vessels,C0036956,20240621,20240708,20240910,Fisheries New Zealand,Sole Agency,No,,"Amateur fishing charter operators are required to report their catch to Fisheries New Zealand. This initiative will see the existing paper-based reporting system migrated to an electronic system. The objective of this procurement is to obtain the delivery of an electronic reporting service / app for use by Amateur Charter Vessel operators to record and report their catch information. The expected benefits and outcomes of this procurement includes - ease of use by the ACV operator; the timely recording and reporting of catch information; improved data quality; and ease of integration for future changes to reporting requirements. Culminating in certainty of more accurate information available to be used for Fisheries Management purposes. Electronic catch reporting is already in use across the commercial fishing sector, and a similar solution is envisaged for charter vessel operators.",Awarded,,0,20250410 Ministry for Primary Industries,29652455,Request for Proposals,Open Competition,Trialling Spectral Imaging for Measuring Forests,O - C0036387,20240710,20240813,20241216,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"The Maximising Forest Carbon (MFC) programme is exploring the use of new technologies to measure carbon storage in forests more efficiently and cost-effectively. MPI is looking for suppliers to pilot remote sensing technologies that can be used to improve how we collect information for and administer information to the Emissions Trading Scheme (ETS). Project A seeks to estimate the volume/biomass of forests using a combination of remote sensing technology in old-growth indigenous forests, tackling the detection of canopy damage. This work will improve our understanding of the impact of introduced browsers on forest carbon by linking active management benefits to measurable differences in carbon stocks. Project B seek estimate the volume/biomass of forests using a combination of remote sensing technology, addressing the challenge of accurately classifying and identifying forest types according to their species age and composition. It seeks to provide a solution to the conceptual dilemma surrounding the most effective method for this categorisation across the varying New Zealand indigenous and exotic forests-types that is suitable for supporting registration and monitoring of a forest within the ETS.",Awarded,,0,20250410 Ministry for Primary Industries,29795189,Request for Proposals,Open Competition,Sea Spurge Population Analysis and Ocean Modelling for Surveillance Prioritisation,O-407257,20240717,20240820,20241125,New Zealand Food Safety,Sole Agency,No,,"Sea spurge (Euphorbia paralias) is a highly invasive coastal weed that poses a serious threat to the ecological and physical structure of New Zealand coastal habitats. Its seeds can survive for up to 6 years in sea water and can float across the Tasman Sea, from Australia to New Zealand, before germinating. In New Zealand sea spurge can produce up to 5,000 seeds per plant from 4-6 months of age, and once established could form dense monocultures of up to 150,000 plants per hectare anywhere its roots can get a hold, including coastal pastureland. Early detection through effective surveillance is key to controlling sea spurge, however resourcing surveillance for New Zealands ~ 15,000 km coastline on a regular basis is not feasible. We need to be able to prioritise areas for surveillance, and require an understanding of which coastal areas are most likely to have sea spurge arrive and establish. This project aim is to carry out the research required to identify areas at high risk of sea spurge arrival and establishment along the New Zealand coast. This will be delivered by using hydrodynamic dispersal modelling, investigation of the genetic relatedness and gene flow between known sea spurge populations and sea spurge climate suitability.",Awarded,,0,20250410 Ministry for Primary Industries,29866168,Request for Proposals,Closed Competition,Ministry for Primary Industries AoG Card Services,29866168,20240815,20240911,20250114,Corporate Services,Sole Agency,No,,The objective of this RFP is to set up an agreement for Card Services via the new AoG Generation 2 Banking Services Agreement.,Awarded,,0,20250410 Ministry for Primary Industries,29881073,Request for Proposals,Closed Competition,C - C0036729 Consolidated Nursery Survey,C0036729,20240802,20240829,20241024,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"This opportunity is for the engagement of a provider to design a survey, carry out the annual survey and provide the collected data to MPI for three years. The first survey must be delivered by February 2025. The survey should be designed for ease of use, ensuring clarity in question phrasing and logical flow of questions. MPI have done a considerable amount of work on survey content which is provided as part of the tender suite (Attachment 2. Additional Requirements Document) with all invited suppliers encouraged to read this to help inform their solutions.",Awarded,,0,20250410 Ministry for Primary Industries,29914714,Request for Proposals,Closed Competition,Biomass Carbon Modelling Feasibility,C - C0036655A,20240805,20240830,20241219,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"A key focus for the Maximising Forest Carbon (MFC) Programme is looking to explore the potential use of remote sensing technology to measure forest carbon, with the objective to identify and introduce improved methods for measuring forest carbon at local and national scales that are more cost effective for the forest owner and regulator. An initial piece of research reviewed existing technology that could be utilised for forest carbon accounting, and a primary finding was both the extensive use of remote sensing technology (LiDAR in particular) in forest management and inventory, and its potential use for carbon accounting. Following the results and recommendations of a recent pilot study, LiDAR remote sensing was shown to be a promising tool for generating carbon estimates using a whole-of-forest methodology, but further research is needed to explore remote sensing capture for biomass data and understand the requirements for data processing and volumetric modelling this approach would require. This opportunity is a feasibility study to understand the requirements needed to take classified point-cloud (.las) data through to volumetric modelling to produce a biomass-based carbon estimate. MPI wishes to gain an understanding of the capabilities of existing data and, building on earlier work delivered, utilise collected LiDAR point clouds to determine the feasibility of single model for data processing and biomass-based carbon estimates.",Not Awarded,No contract was awarded under this tender.,0,20250410 Ministry for Primary Industries,30039935,Request for Proposals,Closed Competition,Design and Initial Measurement for Natural Regeneration,C - C0036824,20240823,20240919,20241218,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"This RFP relates to the purchase of services to develop an experimental design and collect initial measurements (baseline measurement) to determine the optimal silvicultural and pest control methods to enhance beech regeneration. MPI is currently working through the process to obtain permission to conduct this research from a Forest Owner located immediately west of Tuatapere, Southland New Zealand. The successful supplier will be given specific details of the Forest Owners and the selected location following the commencement of the contract.",Awarded,,0,20250410 Ministry for Primary Industries,30118611,Request for Quotations,Closed Competition,C0037192 MPI.govt.nz Website Upgrade,C-C0037192,20240903,20240925,20250124,Public Affairs,Sole Agency,No,,"MPI has a responsibility to ensure that all primary communication channels are secure, supported, and represent value for money for the taxpayer. As a part of this, we need to ensure that the MPI.govt.nz website is on supported software versions and hosted on a modern, supported platform. MPI need to bring the MPI website up to a minimum standard of maintenance and security, bring it back on to supported software versions, and to migrate it to the preferred cloud web hosting platform (Silverstripe Cloud Public Sector).",Awarded,,0,20250410 Ministry for Primary Industries,30122992,Request for Proposals,Closed Competition,C-C0032925 MPI Capability Panel Refresh Service Category Four eLearning Design and Development,C-C0032925 Four,20240904,20240927,20241209,Corporate Services,Sole Agency,No,,MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to refresh the panel of preferred providers that provide ad hoc services to support the capability development of MPI staff. This procurement relates to Service Category Four eLearning Design and Development.,Awarded,,0,20250410 Ministry for Primary Industries,30130477,Request for Proposals,Closed Competition,C-C0032925 MPI Capability Panel Refresh Service Category One Leadership,C-C0032925 One,20240904,20240927,20241209,Corporate Services,Sole Agency,No,,MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to refresh the panel of preferred providers that provide ad hoc services to support the capability development of MPI staff. This procurement relates to Service Category One - Leadership.,Awarded,,0,20250410 Ministry for Primary Industries,30130619,Request for Proposals,Closed Competition,C-C0032925 Seven - MPI Capability Panel Refresh Service Category Seven Technical Skills,C-C0032925 Seven,20240904,20240927,20241209,Corporate Services,All of Government,No,,"This procurement relates to Service Category Seven - Technical Skills . MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to refresh the panel of preferred providers that provide ad hoc services to support the capability development of MPI staff.",Awarded,,0,20250410 Ministry for Primary Industries,30130857,Request for Proposals,Closed Competition,C-C0032925 Six - MPI Capability Panel Refresh Service Category Six - People and Communication Professional Skills,C-C0032925 Six,20240904,20240927,20241209,Corporate Services,All of Government,No,,"This procurement relates to Service Category Six - People and Communication Professional Skills . MPI is a diverse organisation with a wide range of capability development needs. To meet these complex and varied requirements it is necessary to outsource components of the delivery of these capability development services to a range of suitable suppliers. MPI seeks to refresh the panel of preferred providers that provide ad hoc services to support the capability development of MPI staff.",Awarded,,0,20250410 Ministry for Primary Industries,30139129,Request for Proposals,Closed Competition,Maximising Forest Carbon Programme: Carbon Measurement Project: Market Research for Remote Sensing Technology in NZ Forestry Sector,C - C0036668,20240906,20241003,20250106,Te Uru Rakau - Forestry NZ,Sole Agency,No,,"Please note this opportunity replaces any previous documentation received via email with the reference number C0036668. MPI is looking for a provider who can design and engage effectively with users and consumers of data that has been captured using remote sensing technology in an operational setting to support their forest management decisions. MPI is interested in understanding how and in what situations this technology is being used, and the advantages and the challenges faced when using remote sensing to measure and generate usable data from forests. Insights from this research will inform the future potential of remote sensing technology and support MPIs understanding of how changes to the Governments domestic carbon inventory system may impact our sector stakeholders.",Awarded,,0,20250410 Ministry for Primary Industries,30143778,Request for Quotations,Open Competition,O - ZBD2024-02 Habitats of significance for blue cod spawning stock in the Marlborough Sounds,O - ZBD2024-02,20240909,20240930,20241220,Fisheries New Zealand,Sole Agency,No,,"MPI requires research that contributes to maintaining the shared blue cod fishery in the Marlborough Sounds, which is highly significant to tangata whenua and recreational fishers. The primary objective of this project is to identify spawning recovery areas for blue cod in the Marlborough Sounds that can be prioritised for spatial management.",Awarded,,0,20250410 Ministry for Primary Industries,30198352,Request for Quotations,Open Competition,O - ANT2024-01A Antarctic Fisheries Science - Ross Sea Shelf Survey,O - ANT2024-01A,20240918,20241004,20241104,Fisheries New Zealand,Sole Agency,No,,The Ministry for Primary Industries (MPI) is seeking a research provider to conduct the annual Ross Sea Shelf Survey for both 2024/25 and 2025/26. The primary objective of this project is to conduct the Ross Sea shelf survey annually to continue monitoring trends in Antarctic tooth?sh (Dissostichus mawsoni) recruitment in the southern Ross Sea.,Awarded,,0,20250410 Ministry for Primary Industries,30198420,Request for Proposals,Open Competition,O - ZBD2024-04 Develop a climate vulnerability assessment tool to guide the management of New Zealand's fisheries,O - ZBD2024-04,20240927,20241025,20250128,Fisheries New Zealand,Sole Agency,No,,"The Ministry for Primary Industries (MPI) is looking for a research provider to develop a risk-assessment framework that incorporates biological, social, and ecological factors to assess the vulnerability of fish stocks to the impacts of climate change and guide management advice. The key outcomes of the project are: To review available international approaches to climate change risk assessments for fisheries and identify existing frameworks that could be adapted for use in New Zealand. To develop a climate vulnerability assessment for New Zealands fisheries that can be applied to any fishery or region. To apply the vulnerability assessment to a priority fishery or region.",Awarded,,0,20250410 Ministry for Primary Industries,30216876,Request for Proposals,Open Competition,407139 - The Insect Vectors of Xylella,O-407139,20240918,20241018,20241210,New Zealand Food Safety,Sole Agency,No,,"Xylella is a plant pathogenic bacterium not currently present in New Zealand. Xylella, can infect a range of plant species, the meadow spittlebug (Philaenus spumarius), present in New Zealand, is known to be a primary source and vehicle of Xylella infection. This project is to deliver data, knowledge, and experience required to enable the development and implementation of effective response plans in the event of an incursion of Xylella. MPI requires data on the meadow spittlebug, including its distribution in potential high-risk areas and plant preference in New Zealand and efficacy of selected insecticides registered in New Zealand for the vectors. The project also requires establishing relationships and science capability to identify meadow spittlebug species with mana whenua.",Not Awarded,,0,20250410 Ministry for Primary Industries,30498736,Request for Proposals,Open Competition,O - 407261 Reassessing the risk of introducing highly pathogenic Avian Influenza Viruses (AIV) into New Zealand by wild birds,O - 407261,20241025,20241128,20250211,Biosecurity New Zealand,Sole Agency,No,,"The project is to collect data to reassess the risk of the introduction of exotic Avian Influenza Viruses (AIV) into New Zealand by wild birds. This research will study the regional ecology of AIV and the role of migration, by targeting shorebirds and seabirds for detection of viral Ribonucleic Acid (RNA) and prior exposure to AIV.",Awarded,,0,20250410 Ministry for Primary Industries,30552975,Request for Proposals,Open Competition,O - BEN2024-02 Hauraki Gulf benthic baseline video analysis and model validation and development,O - BEN2024-02,20241105,20241203,20250310,Fisheries New Zealand,Sole Agency,No,,"We require a research provider to analyse benthic video transects collected in the Hauraki Gulf Marine Park (HGMP), to independently evaluate existing habitat suitability models and to develop abundance distribution models for habitat forming taxa.",Awarded,,0,20250410 Ministry for Primary Industries,30566324,Request for Proposals,Closed Competition,Policy and Trade Cost Benefit Analysis Procurement,C-C0037150,20241126,20241210,20241223,Policy and Trade,Sole Agency,No,,MPI requires a supplier to deliver cost benefit analyses to provide supporting information and evidence to inform upcoming legislative decisions.,Awarded,,0,20250410 Ministry for Primary Industries,30590795,Request for Proposals,Open Competition,O - PRO2024-03 Trialling LED mitigation in setnet fisheries to assess effect on target fish species catch and protected species bycatch,O - PRO2024-03,20241108,20250110,20250311,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a research provider to provide green (500 nm) LED lights, training and data analysis for a trial to assess green LEDs as a potential mitigation technology for use in setnet fisheries. The aim of this trial will be to assess the effect this mitigation technology has on target fish species catch and protected species bycatch.",Awarded,,0,20250410 Ministry for Primary Industries,30590903,Request for Proposals,Open Competition,O - PMM2024-03 - Update to the quantitative Risk Assessment of Threats to New Zealand Sea Lions,O - PMM2024-03,20241107,20241205,20250224,Fisheries New Zealand,Sole Agency,No,,We require a research provider to update the quantitative risk assessment of threats to New Zealand Sea Lions following that estimated in the previous project PRO2014-02.,Awarded,,0,20250410 Ministry for Primary Industries,30643662,Request for Proposals,Closed Competition,C - C0037240 Arbovirus Surveillance Light Trapping,C - C0037240,20241115,20241205,20250212,Biosecurity New Zealand,Sole Agency,No,,"Arboviruses are a large group of arthropod-borne viruses that cause diseases of human and veterinary health significance. The viruses are maintained in nature through biological transmission between susceptible vertebrate hosts by blood feeding arthropods with vertebrate infection occurring when the infected arthropod takes a blood meal. The primary objective of the Arbovirus Surveillance Programme is to provide assurance of disease freedom from BTV (bluetongue virus) of which New Zealand is currently free, or which have never been reported in New Zealand. MPI requires the supplier to carry out vector surveillance for Culicoides species and send the samples to PHEL for identification.",Awarded,,0,20250410 Ministry for Primary Industries,30648303,Request for Proposals,Open Competition,Antarctic Fisheries Science Scientific Support for data grooming and fishery characterisation,O ANT2024-01B,20241115,20241213,20250214,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a research provider to provide scientific support for data collection from the programme, production of fishery characterisations for the Ross and Amundsen Sea fisheries",Awarded,,0,20250410 Ministry for Primary Industries,30648459,Request for Proposals,Open Competition,Antarctic Fisheries Science Antarctic toothfish stock assessment 2025 and 2026,O ANT2024-01C,20241115,20241213,20250214,Fisheries New Zealand,Sole Agency,No,,"MPI is looking for a research provider to provide scientific advice, including a stock assessment and review of international best practice to support the sustainability and management of the Antarctic toothfish stock status in the Ross Sea region, Amundsen Sea region, and other areas as appropriate.",Awarded,,0,20250410 Ministry for the Environment,3080177,Request for Proposals,Open Competition,Home heating air pollution emissions invertory and estimates of other air pollution soucres,0305-01-RFP,20140808,20140908,20230412,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry), is seeking proposals to produce a robust estimate on the pressure home heating places on New Zealands air quality, as well as indicative estimates of other pressures. The Ministry expects the value of this contract to be in the region of $100,000.",Not Awarded,.,0,20250410 Ministry for the Environment,7001405,Request for Quotations,Open Competition,"Expertise in Freshwater Resource Assessment, Modelling and Communication",0402-01-RFQ,20141202,20141217,20230412,Procurement & Contracting,Sole Agency,No,,"We are seeking to engage a specialist supplier to provide expertise in modelling and analysis to the ""Water Evidence Policy Support Team"" at the Ministry for the Environment. We require a set of high end technical skills to assist in the development of science for the National Objectives Framework (NOF). We will require a supplier that be able to operate as a team member with responsibilities to assist in concept development, technical analysis and modelling and communication.",Not Awarded,.,0,20250410 Ministry for the Environment,17636143,Request for Proposals,Open Competition,Technical Work to Inform the Inclusion of a Dissolved Oxygen Attribute in the NOF (Diffuse and Point Sources),0681-01-RFP,20160627,20160812,20241216,Procurement & Contracting,Sole Agency,No,"All questions, enquiries and responses must be directed to our Point of Contact via the GETS eTender box function. If you experience technical issues please contact the GETS team.","The National Policy Statement for Freshwater Management (NPS-FM) requires regional councils to set freshwater objectives. The NPS-FM includes the National Objectives Framework (NOF) which defines attributes that assists regional councils to set freshwater objectives. The NOF currently includes an attribute for dissolved oxygen, however it applies only downstream of point sources. The difficulties associated with defining an attribute for dissolved oxygen for diffuse sources were not satisfactorily resolved when the 2014 NPS-FM was released. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver a research programme of this kind. They need to have a wide-ranging understanding of the critical drivers which influence the dissolved oxygen regime and the ability of management actions to meet dissolved oxygen objectives. N.B. All questions, enquiries and responses must be directed to our Point of Contact via the GETS eTender box function. If you experience technical issues please contact the GETS team.",Not Awarded,Did not result in a contract award,0,20250410 Ministry for the Environment,18280071,Request for Quotations,Open Competition,Code of Practice for Landscape,0772-01-RFQ,20170111,20170131,20241216,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 18 January 2017 and all Quotations must be submitted electronically by 12:00pm (noon), 31 January 2017 a the GETS eTender box function. Please refer to the RFQ document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. We are seeking the development of a Code of Practice for Landscape to establish a nationally consistent, well-understood and accepted approach to identifying and evaluating, and assessing effects on, landscapes in New Zealand. The Code of Practice will: - Reflect the input of a wide range of stakeholders through extensive workshops - Be written in plain English, avoiding jargon and technical language where possible - Be coherent and well-structured. We are seeking a team of experienced professionals to develop a Code of Practice for landscape, underpinned by well-structured and wide-ranging consultation with the profession and other stakeholder groups. Your leading input into the project will be acknowledged and well recognised. This is a unique opportunity to have a leading role in developing a nationally consistent, well-understood and accepted approach to identifying, and assessing effects on, landscapes in New Zealand.",Not Awarded,No resulting contract award,0,20250410 Ministry for the Environment,19259133,Request for Quotations,Open Competition,New Zealand Groundwater Atlas,0919-01-RFQ,20171128,20171215,20241216,Procurement & Contracting,Sole Agency,No,,"The Ministry is looking for a credible provider or consortium of providers who has/have the capability, experience and infrastructure to produce the Groundwater Atlas. The provider of the Groundwater Atlas will need to have access to existing data and maps to be able to put together the Atlas, without reproducing existing databases. A set of national aquifer and hydrogeological maps (the Groundwater Atlas) that detail the quantity, quality and location of groundwater in New Zealand. This Groundwater Atlas will also identify aquifer security for drinking water. The groundwater atlas will use a standard format for all regions.",Not Awarded,,0,20250410 Ministry for the Environment,21210590,Request for Proposals,Open Competition,New Zealands first National Climate Change Risk Assessment,1031-01-RFP,20190628,20190723,20241216,Procurement & Contracting,Sole Agency,No,n/a,"The Ministry for the Environment is seeking to appoint a team of experts to prepare New Zealands first National Climate Change Risk Assessment (NCCRA). The NCCRA will provide a national overview of how New Zealand may be affected by various hazards and threats that are caused, exacerbated or influenced by climate change. The intent of the NCCRA is to consolidate and analyse a wide range of information on climate risks in order to raise public awareness and inform effective and prioritised adaptation action planning through a National Adaptation Plan (NAP). The supplier will gather and analyse existing knowledge about risks to New Zealands economy, society, and environment from the current and future effects of climate change, and identify the gaps in our knowledge/evidence base. The analysis will be carried out using the attached risk assessment framework that enables a broad range of risks to be systematically compared. The NCCRA will inform the development of a NAP, by enabling the Government to understand which risks are the most significant ones that need to be addressed in the short term. The preparation of the first NCCRA will involve engagement with a large number of experts, risk owners, sectoral representatives, central and local government agencies and hapu/iwi/Maori in order to obtain existing information on risks and vulnerabilities. Engagement will also help ensure that the views of risk owners and those affected by the risks are considered in the analysis.",Not Awarded,,0,20250410 Ministry for the Environment,21337422,Request for Proposals,Open Competition,ICCC - Development of an economy-wide model,1039-01-RFP,20190731,20190826,20200728,Procurement & Contracting,Sole Agency,No,,"IMPORTANT: All questions must be submitted electronically by 1:00pm, 12 August 2019, and all Proposals must be submitted electronically by 12:00pm (noon), 28 August 2019 via email to Natalie.Crane@iccc.mfe.govt.nz. Please refer to the RFP document for information. What we need The Interim Climate Change Committee (the Committee) is seeking to procure the development and initial running of a world-class open-source model or models of the New Zealand economy that can look at least 15 years ahead (and indicatively 30 years ahead). The model or models will eventually be run within the Climate Change Commission (the Commission) once it is established. An economy-wide model or models will be needed to provide insights on key questions such as: - What emissions reductions are technically and economically feasible when factoring in the interactions between sectors and economy-wide constraints? - What are the economic consequences of different levels of emissions reductions, different types of policy interventions, and different scenarios of technological and economic change? - What distributional impact could emissions budgets or emissions policies have on different sectors, regions, generations and socio-economic groups? - What impact will domestic emissions policies have on New Zealands international trade and competitiveness? - What impact will overseas markets and policies have on New Zealand emissions, production and trade?",Not Awarded,,0,20250410 Ministry for the Environment,21423205,Request for Proposals,Open Competition,Waste Minimisation Fund Funds Management System,1042-01-RFP,20190815,20190916,20200421,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (the Ministry) requires a Funds Management software solution to be implemented by 31st Mar 2020 to support their Funds Management business function. The delivery of this solution covers an end-to-end solution for the management of funds (from applications for project funding through to approvals and project delivery) explicitly and includes an online interface for Applicants and projects to transact with the Ministry about their project. The Ministry wants to provide an excellent experience for our customers, connecting them seamlessly to information and funds management services they need - when and wherever they need them. The technology landscape is always changing and so too does the expectation of our customers. The Ministry is looking for a vendor to provide a funds management system utilising Business Process Management and Robotic Process Automation software-as-a-service, as well as professional services to support the implementation of the new system and integrate across various environments - together with the provision of ongoing operational support through a subscription service. We expect continued maintenance and upgrade to the platform to be made by the vendor seamlessly as part of the solution service.",Not Awarded,"Awarded to Tactiv Pty.Ltd in February 2020. Price range = $500,000 - $1,000,000",0,20250410 Ministry for the Environment,21863101,Request for Proposals,Open Competition,LUCAS 2017 and 2018 Deforestation Monitoring,1051-01-RFP,20191030,20191125,20200728,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 08/11/2019 and all Proposals must be submitted electronically by 12:00pm (noon), 25/11/2019 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. The Ministry for the Environment (the Ministry) is seeking proposals to field check areas of forest loss to assist with determining whether deforestation has occurred at each site. The Ministry will provide these target areas of forest loss. A draft set is included with this RFP as a separate file. Images of each area of forest loss are required to provide evidence of the current land use. This could include evidence of replanting (ongoing forestry land use) or evidence of conversion to another land use like grazing or settlement (deforestation). In some cases, the future land use intention may be unclear. The Land Use Carbon Analysis System (LUCAS) is used for reporting on the Land Use, Land-Use Change and Forestry (LULUCF) sector in NZs annual national greenhouse gas inventory report. LUCAS uses a combination of multispectral satellite imagery-based mapping and ground-based forest measurements to quantify the greenhouse gas emissions and removals occurring in this sector. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver imagery products over forest loss areas. They need to have a good understanding of the forestry sector and land management practices associated with harvesting, replanting and deforestation. They also need to be able provide a cost-effective solution which does not exceed a total price of $300,000 and must be able to supply all deliverables by 30 June 2020.",Awarded,,0,20250410 Ministry for the Environment,21965623,Request for Proposals,Open Competition,NZ Emissions Trading Scheme Managed Auction Service,1049-01-RFP,20191120,20200124,20201028,Procurement & Contracting,Sole Agency,No,,"IMPORTANT All questions must be submitted electronically by 1:00pm, 12/12/2019 and all Proposals must be submitted electronically by 5:00pm 24/01/2020 via the GETS eTender box function. Please refer to the RFP document for information. If any issues arise with uploading your proposal please contact The Ministry for the Environment immediately. The Ministry for the Environment (the Ministry) is seeking proposals for a secure Managed Auction Service that is intended to be fully operational and available to undertake regular auctions of New Zealand Emission Units (NZUs) in early 2021. The Government is currently in the process of reforming the New Zealand Emissions Trading Scheme (NZETS) to ensure that it remains an effective tool to assist New Zealand to meet its greenhouse gas emissions reduction targets and support the transition to a low emissions, climate resilient New Zealand. The management of NZUs into the market through an auction type mechanism is central to the NZETS. The Ministry seeks a comprehensive secure service to be operated on behalf of the Minister for the Environment that provides the end-to-end management of an efficient, equitable and secure transfer of NZUs to successful auction Participants. The successful Respondent to this RFP will provide the complete service from confirming the Ministrys business requirements to managing regular auctions and settlement of the proceeds of the auction, together with the provision of ongoing operational support through a secure subscription service. The Ministry wants to provide an excellent experience for those seeking to participate in the auction process ensuring that the service is readily accessible, that interfacing with the system is straightforward and that Participants have confidence in the process and the outcome. Although we anticipate an advanced and high level of quality in the proposed solution, the focus of this request is not on a technical solution, rather we require that the successful supplier provide a secure, complete and seamless professional service to the Ministry and to the market. We expect the service to be regularly reviewed, maintained and upgraded.",Awarded,,1895000,20250410 Ministry for the Environment,22572679,Request for Proposals,Open Competition,Wetland Mapping Freshwater Implementation Project,1065-01-RFP,20200423,20200602,20200903,Procurement & Contracting,Sole Agency,No,,"The draft National Policy Statement for Freshwater Management (NPS-FM) includes a policy to improve the protection of wetlands specifically that there is no further loss or degradation of natural inland wetlands. The NPS-FM requires all regional councils to include a policy in their regional policy statement to the effect that the loss or degradation of all or any part of a natural inland wetland is avoided. Alongside this is a specific requirement that councils identify and map their natural inland wetlands to at least 500m?, which is a finer resolution than most councils have undertaken to date. This RFP relates to helping improve our understanding of the extent and location of New Zealands remaining wetlands (including smaller degraded wetlands on private land) to aid and improve policy implementation, monitoring and compliance, and to also increase our capability for environmental reporting.",Awarded,,155000,20250410 Ministry for the Environment,23295048,Request for Proposals,Open Competition,1084-01-RFP - Integrated Catchment Enhancement Plan- Pelorus Te Hoiere Catchment,1084-01-RFP,20200915,20201022,20201104,Procurement & Contracting,On behalf of procurement agent,No,,"This procurement relates to the delivery of the Essential Freshwater Package stated objective to stop further degradation of New Zealands freshwater. Te Hoiere/Pelorus has been chosen as an exemplar catchment because of local support (led by the Kotahitanga mo te Taiao Alliance) and scientific recommendations (NIWA Report, 2007) to solve water quality issues in the catchment. This project has established governance and steering groups with participation from the Ministry for the Environment (the Ministry), Department of Conservation (DoC) and the Ministry for Primary Industries (including Te Uru Rakau), the Marlborough District Council, Ngati Kuia, NZ Landcare Trust, Fish and Game, Forest and Bird and the local communities. As the procuring agency, the Ministry has an expectation of our supplier in regard to their commitment to environmentally sustainable practices and processes recognising the New Zealand cultural values. Therefore, we require Respondents to submit information to assist the Ministry in understanding their capacity and alignment to the Ministrys stewardship objectives. This work will be used as a leading edge approach to fulfil the exemplar catchment role for Te Hoiere/Pelorus catchment, allow us to accelerate interventions, and share what has been learned with other catchments across New Zealand.",Awarded,,0,20250410 Ministry for the Environment,24719130,Award Notice,Open Competition,"High resolution, multi-spectral satellite imagery platform",,20210628,20210712,20210824,,Sole Agency,No,,,Awarded,Awarded 28 June 2021. 1 year subscription.,250000,20250410 Ministry for the Environment,25246594,Request for Proposals,Open Competition,RFP Video Services Panel,1128-01-RFP,20211214,20220307,20220429,,Sole Agency,No,,"MfE invites suitably qualified Respondents to submit a Proposal to provide Video Services to us. We are seeking to appoint a panel of independent suppliers who can provide a range of video services, forming the MfE Video Services Panel.",Awarded,"Preferred suppliers from AoG Advertising Services Panel determined. No specific contract opportunity.",0,20250410 Ministry for the Environment,25400837,Request for Proposals,Open Competition,Audit and Investigations Case Management System (AICMS),1139-01-RFP,20220210,20220315,20241216,,Sole Agency,No,,"The Ministry for the Environment (MfE) requires an Audit and Investigations Case Management software solution to be implemented by Oct 2022 to support their Waste Operations business function. Once procured, this software may be used for future case management purposes across Ministry business. The Ministry is looking for a vendor to provide a software-as-a-service (SaaS) based Audit and Investigations Case Management system including professional services to support the implementation of the new system and integrate across various environments - together with the provision of ongoing operational support through a subscription service.",Not Awarded,No contract award,0,20250410 Ministry for the Environment,25506548,Request for Proposals,Open Competition,Class 2 Landfill Gas Capture Feasibility Study,1135-01-RFP,20220307,20220412,20220719,,Sole Agency,No,,"Recommendation 23 of Inaia tonu nei: a low emissions future for Aotearoa recommends that the Government have, by 31 December 2022, finalised the revised waste strategy inclusive of a goal to implement effective gas capture systems at all landfills (except farm fills) that accept organic waste by December 2026 (Provisional progress indicators, page 302). This opportunity focuses on Class 2 construction and demolition landfills, as it is anticipated that Class 2 landfills accept the most organic waste materials after Class 1 municipal landfills. The Ministry is seeking a supplier or consortium of suppliers to establish evidence of the composition of waste materials being disposed in Class 2 construction and demolition landfills in Aotearoa, or other landfill sites that receive construction and demolition waste where the composition includes some level of organic waste but are not formally designated as Class 2 (hereafter all referred to as Class 2), and to understand the context at Class 2 landfills in relation to the installation of landfill gas capture infrastructure.",Not Awarded,This tender closed with no responses received.,0,20250410 Ministry for the Environment,25964198,Request for Proposals,Open Competition,1160-01-RFP Risk Index Tool - System Development,1160-01,20220622,20220718,20220822,Procurement & Contracting,Sole Agency,No,,"As part of our Essential Freshwater Programme, the Ministry for the Environment will be delivering a contaminant and nutrient discharge risk index tool. With contributions from a scientific working group, a matrix scoring system and risk rating framework (collectively referred to as the Risk Index Tool Model) has been developed. We are now seeking a technology partner to design and develop the digital solution which will house this model. We have an aggressive delivery schedule for this development, as such we are seeking assurances that proposals will be able to meet prescribed deadlines. This is a unique opportunity to be part of a major step change in how New Zealand safeguards its freshwater resources.",Awarded,Contract term: 2-3 months,370000,20250410 Ministry for the Environment,26064764,Request for Proposals,Closed Competition,1138-01-RFP Access to Freshwater Experts (Stage Two),1138-01-ROI,20220720,20220816,20230131,Procurement & Contracting,Sole Agency,No,,"Government is implementing the Essential Freshwater work programme to restore and protect the health of waterways. The Ministry has received funds to build enduring capability and capacity to implement the freshwater reforms and improve system capability and performance for future generations. One of the approved workstreams within this is to enable tangata whenua, catchment groups, farmers/growers, and councils access timely, practical, and affordable expert advice to plan and implement Essential Freshwater actions (the subject of this procurement). The Ministry wants to engage with an organisation who acts as a broker between users (farmers and growers, iwi and hapu, communities and NGOs, all regions) and experts to expedite the Essential Freshwater reforms by June 2025. The organisation will work in an agile way with MfE and stakeholders to design and deliver timely and practical services between 2022 and 2025. This is the second stage of the procurement process, where shortlisted suppliers from the ROI are being invited to submit a response to our RFP.",Awarded,Beca subcontracting NZ Landcare Trust,0,20250410 Ministry for the Environment,26240094,Request for Proposals,Open Competition,1176-01-RFP FW FP Certifier and Auditor Appointment Process,1176-01-RFP,20220829,20220919,20221222,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment (MfE), with the support of the Regional Councils and Ministry for Primary Industries (MPI), is seeking to engage a supplier to design, establish and operate key parts of the Appointment Process, including associated capability requirements. All 16 Regional Councils will hold responsibility for implementing the FW FP system, with central government having an ongoing stewardship role. To support Regional Councils in their role and to enable efficient and effective implementation of a core part of the FW FP system, we require a provider to design, establish and operate key parts of the Appointment Process. As such, Regional Councils require assurance that the provider can deliver an Appointment Process that is efficient, cost effective, rigorous, and consistent in appointing certifiers and auditors. The government has committed to investing in the establishment and initial implementation of the FW FP system given the scale and longevity required. It is an expectation that the FW FP system, and importantly the Appointment Process, will be become self-sustaining over time. The FW FP system rollout will be phased across regions over several years. We therefore require a minimum viable product (MVP) as part of the wider design, establishment, and operation of the Appointment Process.",Awarded,Total whole of life contract value for all phases approximately $4million.,0,20250410 Ministry for the Environment,26287220,Request for Proposals,Open Competition,1181-01-RFP Integrated Catchment Management Plan Pukekohe,1181-01-RFP,20220907,20221007,20221111,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment is committed to improving our waterways in line with its main implementation objectives of the Essential Freshwater package. The Pukekohe specified vegetable growing area (SVGA), broadly defined in the National Policy Statement-Freshwater Management (NPS-FM) clause 3.33 is an area of strategic importance for domestic food security but has witnessed long-term declining trends in water quality and other environmental indicators. We want to work at place in partnership with tangata whenua, local government, growers and other local stakeholders, to accelerate positive outcomes for the environment and local communities. The Ministry is seeking proposals from a supplier to develop an Integrated Catchment Management Plan (ICMP)?for the Pukekohe SVGA through a co-creation process with members of the existing working group and iwi/Crown governance group.",Awarded,This contract has been awarded to Morphum Environmental.,0,20250410 Ministry for the Environment,26645157,Request for Proposals,Open Competition,1185-01-RFP Tuhono Taiao Nature Connections (Community of Practice - National Online Platform) MVP,1185-01-RFP,20221118,20221214,20230220,Procurement & Contracting,Sole Agency,No,,"This procurement is for the technical infrastructure to support the development of a community of practice for recipients of funding from the Jobs for Nature programme. It contributes to ensuring the sustainability of the outcomes of the investment in Jobs for Nature, and by helping funded projects through building communities of practice. We need someone to design and build a national digital platform for the Jobs for Nature programme funding recipients and, restoration groups, beyond the programme life (2024). This is to help them communicate with each other, and to access resources to help them secure the future of their projects. At this stage we are looking for a beta version of a minimum viable product.",Awarded,,0,20250410 Ministry for the Environment,26806769,Request for Quotations,Open Competition,1187-01-RFQ Research and recommendations to inform refillable beverage systems in New Zealand,1187-01-RFQ,20230116,20230220,20241216,Procurement & Contracting,Sole Agency,No,,"From March to May 2022, the Government consulted on proposals for a New Zealand Container Return Scheme (NZ CRS) for beverage containers. The consultation sought views on whether refillable containers should be included in a NZ CRS, if a scheme proceeds. Cabinet decisions are pending on the implementation of a NZ CRS. The work is required to provide the Ministry for the Environment (MfE) with evidence-based analysis, options and recommendations that could inform future policy development towards a national scale refillable beverage container system or systems. MfE is seeking to appoint a supplier or suppliers who has/have the capability, capacity, and technical expertise to undertake and provide the Ministry with evidence-based analysis, options, and recommendations for a nation-wide refillable beverage container system(s) for Aotearoa New Zealand. The proposals could be complementary to, and potentially integrated with a future NZ CRS if it proceeds, or other existing/future recycling initiatives. This is a unique opportunity to contribute towards the evidence-base for refillable beverage systems in Aotearoa New Zealand, supporting future policy development further up the waste hierarchy. We welcome joint proposals from more than one supplier with complementary skills.",Not Awarded,This tender was cancelled due to a change in Ministry Priorities and funding now longer available.,0,20250410 Ministry for the Environment,26883970,Request for Proposals,Open Competition,RFP Workflow tool (Service Desk),1208-01,20230201,20230228,20230525,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environment is seeking a cloud-based process automation and component workflow tool, initially to replace our current Service Desk tool. As well as the Service Desk tool there is the possibility of future workflow add-ons as we consolidate our workflow tools. We are looking for a cloud-based process automation and workflow tool that can support the Ministry to conduct day to day work which includes raising service desk tickets such as onboarding staff and knowledge management requests.",Awarded,,173000,20250410 Ministry for the Environment,27013940,Request for Proposals,Open Competition,1218-01-RFP Sensitivity of domestic food supply to loss in vegetable growing production in Specified Vegetable Growing Areas,1218-01,20230228,20230327,20230417,Procurement & Contracting,Sole Agency,No,,"The Ministry requires a supplier to continue to develop evidence for the project Enduring Solutions for improved water quality in Pukekohe and Horowhenua Specified Vegetable Growing Areas (SVGA). We seek to understand the likely sensitivity of domestic vegetable supply to changes in production arising from water quality improvements in the Horowhenua and Pukekohe SVGA. We acknowledge the tight timeframes of this RFP. It is unlikely any extensions to the deadline for proposals will be applied.",Not Awarded,,0,20250410 Ministry for the Environment,27130658,Request for Proposals,Open Competition,Options for Contaminants in Organic Waste,1224-01-RFP,20230322,20230419,20240627,Procurement & Contracting,Sole Agency,No,,"This RFP relates to the purchase of consulting services to deliver a study titled Options to address contamination in organic waste to strengthen end markets for processed organics. This work will play an important role in supporting the Emissions Reduction Plan as it applies to the waste sector. It will also support long-term financial sustainability of the organic waste processing sector . The risks caused by contamination could see compost and other processed organic waste products used for non-agricultural or horticultural uses (e.g. in parks or motorway berms) rather than returned to the food system. We do acknowledge however, that although the return of processed food waste back into the food system is the desirable solution from a circular economy perspective and offers a high benefit end use , other markets may be better suited to lower quality processed organic waste products. The challenge to address is how to minimise contamination within products created from organic feedstocks, such as food waste, green waste and biosolids/sludges, to expand end markets, particularly within agricultural land uses. The broader context and details about the specific key outcome requirements for this project are provided in the RFP Information document.",Awarded,,0,20250410 Ministry for the Environment,27426610,Request for Quotations,Open Competition,1233-01-RFQ Reporting and Projecting Fluorinated Greenhouse Gases and Nitrous Oxide in the Industrial Processes and Product Use Sector,1233-01-RFQ,20230522,20230614,20230810,Procurement & Contracting,Sole Agency,No,,"We require a supplier to collect, process and compile New Zealands fluorinated greenhouse gas emissions and nitrous oxide data from industry to meet reporting requirements for the Industrial Processes and Product Use (IPPU) sector of New Zealands Greenhouse Gas (GHG) Inventory. The work is required to support climate change reporting obligations and policy needs. The work covers: historic emissions - expert analysis and opinion on the volume and composition of the stocks of all the fluorinated greenhouse gases and nitrous oxide used in New Zealand industries, and emissions of these gases, from 1990 until the latest reporting year. projected emissions - estimates for a range of agreed scenarios on New Zealands projected drawdown, reuse, destruction and emissions of fluorinated greenhouse gases and nitrous oxide out to 2050.",Awarded,"Contract Length = 1 - 3 Years Contract Value = $110,000 - $130,000",0,20250410 Ministry for the Environment,27531596,Request for Proposals,Open Competition,Kaitakawaenga (Appointment Advice) Services - expert advice on the process to appoint Freshwater Farm Plan certifiers and auditors,1228-01-RFP,20230613,20230712,20230925,Procurement & Contracting,Sole Agency,No,,"Freshwater Farm Plans are a new legal instrument under Part 9A of the Resource Management Act 1991. Part 9A establishes two new statutory roles for Freshwater Farm Plans certifiers and auditors. The Ministry has contracted AsureQuality Limited to support Regional Councils in their role to establish and implement the process for appointing Freshwater Farm Plan certifiers and auditors. Through this RFP we are seeking proposals from suppliers with relevant experience and capability, to provide independent, expert advice in relation to the processes for appointing Freshwater Farm Plan certifiers and auditors and related systems, from a tangata whenua perspective (the Kaitakawaenga Services). The Kaitakawaenga Services will ensure the application and appointment processes identify and reflect tangata whenua interests and perspectives including of te ao Maori, Te Tiriti and Te Mana o Te Wai. Accordingly, the Ministry is seeking proposals from suppliers who have demonstrated experience and understanding of te ao Maori and its relationship to freshwater ecosystems and existing relationships with tangata whenua, and are able to provide independent oversight and advice to ensure the appointment process encompasses and provides for te ao Maori and tangata whenua interests and perspectives.",Awarded,,0,20250410 Ministry for the Environment,27532492,Request for Proposals,Open Competition,Freshwater Farm Plans Subject Matter Expert Consultancy Support,1236-01-RFP,20230613,20230707,20230913,Procurement & Contracting,Sole Agency,No,,"We are looking for a supplier/s with deep knowledge of farm environmental management and its interfaces with policy formation, implementation, and relationship building with external stakeholders. Consultant support will assist officials in several areas of implementation over the roll out period. They will provide direction and feedback in drafting and publishing guidance documents specific to regions and industry. They will bring a strong understanding of agricultural sustainability across different systems with experience in applying this understanding in previous roles. They will also have a track record in building and maintaining working relationships with industry to enable the application of their expertise in a collaborative manner. These skill sets will ease implementation of the FW FP system through assisting farmers and their representatives to develop their FW FPs and continue to develop their sustainability credentials whilst improving freshwater quality within their catchment. This procurement may be awarded to one supplier, or split into multiple contracts depending on responses submitted.",Awarded,,0,20250410 Ministry for the Environment,27797594,Request for Proposals,Open Competition,1244-01-RFP Project Manager Pukekohe SVGA Investment,1244-01-RFP,20230731,20230821,20231010,Procurement & Contracting,Sole Agency,No,,"The Ministry for the Environments Essential Freshwater Fund (EFF) supports waterway restoration and protection. The Pukekohe Specified Vegetable Growing Area (SVGA) is an area of strategic importance for domestic food security but has declining trends in water quality and other environmental indicators. MfE is working in partnership with tangata whenua, local government, growers and other local stakeholders, to accelerate positive outcomes for the environment. An Iwi/Crown partnership roopuu has established to lead this work - Te Tautara o Pukekohe (TToP). Ngaati Te Ata, Ngaati Tamaoho, Waikato-Tainui, Ngaati Tiipa, the Ministry for the Environment and the Ministry for Primary Industries are its members. With a governance role, these partners have convened a working group (Te Mahia te Mahi roopuu), which brings together all TToP members alongside growers, Auckland Council, and Waikato Regional council. Partners in the working group are currently co-creating an Integrated Catchment Management Plan (ICMP) containing a long term action plan and a set of priority projects for implementation until June 2025 that will be funded by the EFF. To support a swift start for these priority projects, needing to be initiated before the end of 2023, TTOP are seeking a highly skilled Project Manager to be the driving force in planning and initiating these first projects under the Pukekohe ICMP action plan. You will be required to engage with the collective of partners to co-design project implementation plans, and to ensure projects are implemented as partners designed.",Awarded,,0,20250410 Ministry for the Environment,27893117,Request for Proposals,Open Competition,1249-01-RFP Freshwater Farm Plans (FW FP) Promotion Campaign,1249-01-RFP,20230815,20230925,20240524,Procurement & Contracting,Sole Agency,No,,"Freshwater Farm Plans are a new legal instrument under Part 9A of the Resource Management Act 1991. Part 9A establishes two new statutory roles for Freshwater Farm Plans certifiers and auditors. The Ministry for the Environment wishes to build the capacity of the Freshwater Farm Plan workforce by promoting the opportunity to be appointed as certifiers and/or auditors under the Resource Management (Freshwater Farm Plans) Regulations 2023. Through this RFP we are seeking proposals from suppliers with relevant experience and capability, to design and deliver a national campaign to promote the opportunity to be appointed as a Freshwater Farm Plan certifier and/or auditor, and what appointment entails. The services will involve designing and planning the campaign in consultation with the Ministry and its stakeholders, with delivery commencing in late 2023/early 2024 aligned to the regional rollout of the Regulations. It is important that suppliers have relevant experience designing and delivering promotion campaigns in the rural sector to the relevant audiences. An online briefing for interested suppliers will be held at 2:00 pm on Tuesday, 29 August 2023. See Section 1 of the RFP for details.",Not Awarded,"The Government intends to improve freshwater farm plans so that they are more cost-effective and practical for farmers and is exploring how to make any changes fair for all farmers. This may include looking at whether current requirements to complete a freshwater farm plan could be paused while improvements are developed. As a result of the improvement process, the Ministry has determined that the services and outputs which it planned to procure as part of this procurement process are no longer required, would not represent public value in the context of current policy direction, and may be inconsistent with current Government policy and objectives. The Ministry is therefore cancelling the procurement process and will not award any contract/s for services as anticipated. This notification follows careful consideration of the impact of the exceptional circumstances arising from the formation of a new Government after the Ministry commenced the procurement process.",0,20250410 Ministry for the Environment,28210840,Request for Proposals,Open Competition,1251-01-RFP - Food Waste Project,1251-01-RFP,20231002,20231107,20240116,,Sole Agency,No,,"The Ministry for the Environment (MfE) wishes to identify a supplier to design and conduct a set of research projects to address key information gaps related to the Governments ongoing food waste diversion and reduction efforts. The selected supplier will collect, analyse, and report on household food waste data from bin audits, focus groups, and surveys to provide new insights into food waste in Aotearoa. This is an opportunity to inform national-level work on food waste reduction and diversion efforts. The Government recently released a policy announcement outlining the requirement for all councils to offer a food scraps only or combined FOGO collection in their urban areas by 2030. Many councils are now designing new kerbside organics collection systems. The findings of this research will be used to help councils develop kerbside organics collections that maximise the diversion of food scraps away from landfill. This project will also result in the development of a scaling factor to allow more accurate estimation of household food waste from self-reported data. This scaling factor will be a cost-effective tool that food waste reduction initiatives across Aotearoa can use to strategically target and quantify their food waste reduction efforts.",Awarded,"Contract Length = 6 months Contract Value = up to $250,000",0,20250410 Ministry for the Environment,28384112,Request for Proposals,Closed Competition,Learning solutions for farm operators to develop Freshwater Farm Plans,1256-01-RFP,20231101,20231201,20240524,Procurement & Contracting,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a detailed and fully costed proposal to design and deliver the learning solution/s for farm operators to develop their own FW FPs, as described in your successful Registration of Interest (your Registration). The RFP is the second step in a two-step, open competitive tender process. Respondents that were shortlisted following the first-step Call for Registrations of Interest (ROI) have been invited to respond to this RFP.",Not Awarded,"The Government intends to improve freshwater farm plans so that they are more cost-effective and practical for farmers and is exploring how to make any changes fair for all farmers. This may include looking at whether current requirements to complete a freshwater farm plan could be paused while improvements are developed. As a result of the improvement process, the Ministry has determined that the services and outputs which it planned to procure as part of this procurement process are no longer required, would not represent public value in the context of current policy direction, and may be inconsistent with current Government policy and objectives. The Ministry is therefore cancelling the procurement process and will not award any contract/s for services as anticipated. This notification follows careful consideration of the impact of the exceptional circumstances arising from the formation of a new Government after the Ministry commenced the procurement process.",0,20250410 Ministry for the Environment,28411274,Request for Proposals,Open Competition,Support and Reimbursement Services for FW FP Certifier Assessment Reviews,1258-01-RFP,20231106,20240123,20240524,Procurement & Contracting,Sole Agency,No,,"Freshwater Farm Plans (FW FP) are a new legal instrument under Part 9A of the Resource Management Act 1991. Under the Resource Management (Freshwater Farm Plans) Regulations 2023, farm operators are responsible for having a certified FW FP. Farm operators engage a certifier of their choice to certify their FW FPs. Where a farm operator disagrees with the certifiers assessment of their FW FP, they may engage a second certify to review that assessment to carry out the certification. The Ministry wishes to reimburse the costs to farm operators where they have engaged a second certifier, in certain circumstances. Through this RFP we are seeking proposals from suppliers with relevant experience and capability, to provide a service that supports farm operators to access reviews undertaken by a second certifier and reimburses the farm operators in accordance with the Ministrys reimbursement scheme. The services will include promoting the reimbursement scheme, facilitating farm operators access to second certifiers, assessing eligibility and administering reimbursement payments. Building farm operators confidence in the Freshwater Farm Plan system is a key outcome from this initiative. It is important that the successful supplier is trusted and well known by farm operators, with extensive networks in the rural sector. An online briefing for interested suppliers will be held at 2:00 pm on Tuesday, 14 November 2023. See Section 1 of the RFP for details.",Not Awarded,"The Government intends to improve freshwater farm plans so that they are more cost-effective and practical for farmers and is exploring how to make any changes fair for all farmers. This may include looking at whether current requirements to complete a freshwater farm plan could be paused while improvements are developed. As a result of the improvement process, the Ministry has determined that the services and outputs which it planned to procure as part of this procurement process are no longer required, would not represent public value in the context of current policy direction, and may be inconsistent with current Government policy and objectives. The Ministry is therefore cancelling the procurement process and will not award any contract/s for services as anticipated. This notification follows careful consideration of the impact of the exceptional circumstances arising from the formation of a new Government after the Ministry commenced the procurement process.",0,20250410 Ministry for the Environment,28557915,Request for Proposals,Open Competition,1259-01-RFP Making Good Decisions Programme Delivery,1259-01-RFP,20231201,20240301,20241104,Procurement & Contracting,Sole Agency,No,,"MGD is the only approved qualification for hearing commissioners under the Resource Management Act 1991 (RMA). The Buyer has developed MGD to train, assess and certify the competency of commissioners so they are equipped to run fair hearings and make recommendations and/or decisions on applications for resource consent, plans and plan changes and other types of proceedings under the RMA. MGD aims to increase decision-making capacity within local government, improve the quality and consistency of decision-making under the RMA and to build public confidence in that capability. The importance of the MGD is further underscored by the requirement that all those sitting, either as solo commissioners or on hearing panels, must be accredited under this programme (unless exceptional circumstances apply). MGD is provided via an exclusive licence awarded by the Buyer to the successful supplier. The Ministry is looking for a credible supplier who has the capability, experience, teaching and assessment systems, to deliver the MGD programme nationwide, both face-to-face and online.",Awarded,,0,20250410 Ministry for the Environment,28681515,Request for Proposals,Open Competition,National Waste Data Collection Programme: Improving our waste composition and emissions data,1246-01-RFP,20240112,20240212,20240501,Procurement & Contracting,Sole Agency,No,,"The Government has set targets for the reduction of greenhouse gas emissions from the waste sector, as part of broader efforts to reduce emissions contributing to climate change. A major source of emissions in the waste sector is methane generation from the decomposition of organic waste in landfills. The Ministry for the Environment quantifies emissions from landfills nation-wide as part of its annual greenhouse gas (GHG) inventory. These estimates are an essential part of our view of the current state of emissions and progress towards reduction targets. The GHG inventory employs a modelling approach whereby methane emissions are estimated from historic patterns of organic material volumes entering landfill and known rates of waste decay over time (minus gas capture, if any). This approach is dependent (along with other factors) on the quality, consistency, and coverage of data on the material composition of waste entering landfills over time, with missing data introducing significant uncertainty to modelling estimates. Improving our data will reduce these uncertainties and provide a more accurate view of emissions from landfill. The services sought are to plan and undertake methane emission and waste composition data collection at regulated waste facilities (class 1-4 landfills, cleanfills, and transfer stations). While conducting these studies, the supplier will assess the organic content in incoming waste soils; compare the accuracy of visual surveys to sort-and-weigh surveys for the same material loads; and collect ancillary activity source and vehicle type data for modelling purposes. A final report will collate data from all sites, describe the methodology used, provide site context on historic and current fill patterns (for landfills and cleanfills), and speak to lessons learned. The Ministry will prepare a list of waste facilities to visit and pre-arrange access to these sites with facility operators, including communication of the purpose of the study and general working arrangements (ie pre-engagement).",Awarded,,0,20250410 Ministry for the Environment,28929650,Request for Proposals,Open Competition,Developing spatial information to assess naturalness of marine habitats,1274-01-RFP,20240229,20240328,20240426,Procurement & Contracting,Sole Agency,No,,"The Ministry is seeking to appoint a supplier (or multiple suppliers under a joint venture or sub-contracting arrangement) to deliver spatial layers which map human-induced stressor footprints, quantify impacts to biodiversity and collectively provide a spatially explicit indication of naturalness (the degree to which an area is pristine and characterised by native species with an absence of perturbation by human activities and introduced or cultured species). We expect the services to commence in May 2024 and to be completed by June 2025.",Not Awarded,"Successful Supplier: NIWA Contract term: 12 months Contract Value: up to $160,000",0,20250410 Ministry for the Environment,30167982,Award Notice,Open Competition,Modelling Cost of Residential Buyouts,,20240718,20240718,20240718,Procurement & Contracting,Sole Agency,No,,,Awarded,"Date awarded: 18/07/2024, 3 month contract.",249740,20250410 "Ministry of Business, Innovation and Employment",19371484,Request for Quotations,Open Competition,INZ Medical Assessors,669,20180117,20180131,20220225,,Sole Agency,No,,"Immigration New Zealand requires that migrants comply with relevant health requirements for their visa process. As this is a complex and specialized task, this is outsourced to doctors who review the medical records of those applying for visas in New Zealand. As INZ has moved to a digital medical system (E-Medical / IHS), Medical Assessors can be based offshore from where the rest of the application is being processed. Medical clearance is a critical part of visa applications and a limitation of Medical Assessors to review files leads to delays in processing and complications in the visa process. INZ have a range of suppliers for their Medical Assessor needs and now require an additional three medical assessors to meet their work requirements. To complete a response via GETS, please download the response form. You will not need to complete the pricing section, as pricing is prescribed in the final page of the copy of the contract provided. When you have completed the form, submit it via the GETS Submit Response option. If you have any technical difficulties with GETS when submitting your response- please contact Nerida.Kelly@mbie.govt.nz immediately via email to discuss alternative methods of submission.",Not Awarded,"Contract awarded to 3 Suppliers Total cost value of contracts $407,160",0,20250410 "Ministry of Business, Innovation and Employment",19587758,Request for Proposals,Closed Competition,MBIE Payroll,RFP 647,20180329,20180502,20190704,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) has been using its current payroll software for more than 20 years and is seeking to re-test the market to find a payroll solution that will serve MBIE well into the future. MBIE is seeking a Payroll Solution that ensures MBIE: has improved workforce data and payroll practices and controls has a modern efficient flexible system for the future is, and remains, fully compliant with the Holidays Act 2003 (Holidays Act) and all other relevant legislation. To achieve these outcomes we are seeking a Payroll Solution that: improves the effectiveness of our payroll processing by allowing us to process employee payroll accurately, on time and in accordance with business rules and legislation improves the effectiveness of our payroll processing by allowing us to improve the accuracy, quality and reliability of our workforce data and information improves the resilience of our payroll and workforce solutions improves the efficiency of our payroll processing by reducing manual workarounds, errors and temporary patches allows MBIE to provide a shared payroll service to other government departments to whom MBIE provides services, including as part of any future departmental re-organisations, and to departments that are not currently part of MBIE. The new solution needs to comprise core payroll, workforce data mastering, on-boarding and off-boarding, timesheets and rostering. Health and safety management is an optional functional requirement. Both on-premises and cloud SaaS based technology will be considered, however cloud services that meet MBIEs requirements are preferred.Through this RFP process MBIE is inviting suppliers shortlisted from the MBIE Payroll Renewal project ROI of Payroll Solutions to submit proposals for this opportunity using the process detailed in Section 1 of the RFP. To register for the supplier briefing session, please email our point of contact before close of business Tuesday 3 April 2018. We will confirm attendee details on Tuesday. The Price Response Form and Contract Response Form will be issued on Wednesday 4 April 2018.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",19689976,Request for Proposals,Closed Competition,MBIE Payroll (Pricing ONLY),MBIE 647,20180502,20180504,20190704,,Sole Agency,No,,"THIS LISTING IS FOR THE PRICING COMPONENT OF THE RFP ONLY. The Ministry of Business, Innovation and Employment (MBIE) has been using its current payroll software for more than 20 years and is seeking to re-test the market to find a payroll solution that will serve MBIE well into the future. MBIE is seeking a Payroll Solution that ensures MBIE: has improved workforce data and payroll practices and controls has a modern efficient flexible system for the future is, and remains, fully compliant with the Holidays Act 2003 (Holidays Act) and all other relevant legislation. To achieve these outcomes we are seeking a Payroll Solution that: improves the effectiveness of our payroll processing by allowing us to process employee payroll accurately, on time and in accordance with business rules and legislation improves the effectiveness of our payroll processing by allowing us to improve the accuracy, quality and reliability of our workforce data and information improves the resilience of our payroll and workforce solutions improves the efficiency of our payroll processing by reducing manual workarounds, errors and temporary patches allows MBIE to provide a shared payroll service to other government departments to whom MBIE provides services, including as part of any future departmental re-organisations, and to departments that are not currently part of MBIE. The new solution needs to comprise core payroll, workforce data mastering, on-boarding and off-boarding, timesheets and rostering. Health and safety management is an optional functional requirement. Both on-premises and cloud SaaS based technology will be considered, however cloud services that meet MBIEs requirements are preferred.Through this RFP process MBIE is inviting suppliers shortlisted from the MBIE Payroll Renewal project ROI of Payroll Solutions to submit proposals for this opportunity using the process detailed in Section 1 of the RFP.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",19930097,Request for Proposals,Open Competition,All-of-Government Rental Vehicles Generation Two,,20180807,20180905,20190902,,All of Government,No,,"The Ministry of Business, Innovation and Employment (MBIE) is leading an All-of-Government (AoG) procurement of Rental Vehicles (Generation Two) - Shared Mobility Services. The Rental Vehicles (Generation Two) solution focuses on shared mobility services with an overarching objective to increase the uptake of low emission vehicles. Shared mobility refers to a transportation approach that enables access to vehicles on an as-needed basis. In alignment with this approach we want the replacement solution to meet broader mobility needs. Therefore in addition to General Rental Vehicles, we have included in the scope Commercial Rentals and Less Than One Day Rentals (including car-sharing). A briefing session about this RFP will be held at MBIE, 15 Stout Street, Wellington at 2.00 pm on Tuesday 14 August. If you would like to attend, pre-registration is required through an online form found here: https://mbie.wufoo.eu/forms/w7gssbz13b80ia/ You can indicate whether you intend to respond to the RFP by completing this online form: https://mbie.wufoo.eu/forms/w1wmwkj00vy1x5/",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce that contracts have been awarded for the supply of All-of-Government (AoG) Rental Vehicle services. This contract includes nationwide rental vehicle providers and discounted fixed daily rates to ensure agencies continue to achieve the best possible value. The new contract will include three categories: General Rentals and Light Commercial Rentals (available from 3 March 2019) Less-Than-One-Day Rentals (yet to be finalised - available later in the year) The new contract replaces the current Rental Vehicles contract which expires 2 March 2019. The new contract will commence on 3 March 2019 with an initial term of 4 years. Visit the https://www.procurement.govt.nz/contracts/rental-vehicles/rental-vehicles-new/ for the list of new Providers and more information on the AoG Rental Vehicles (Generation Two) contract. *NEW NOTICE - 27/08/2019* The Ministry of Business, Innovation and Employment (MBIE) is also pleased to announce that contracts have been awarded for the supply of car sharing services under the less than one day rentals sub category of the All-of-Government (AoG) Rental Vehicle services Generation 2. This contract represents the completion of the less than one day rental element of the second generation rental vehicles solution. It will enable the rental vehicles category to meet the evolving mobility needs of Government agencies. The expiry date of these new contracts will be aligned with that of the general and commercial rental vehicles contracts that launched back in 3 March 2019. Visit the https://www.procurement.govt.nz/contracts/rental-vehicles/ for the list of new Providers and more information on the AoG Rental Vehicles (Generation Two) contract.",0,20250410 "Ministry of Business, Innovation and Employment",20032647,Request for Proposals,Open Competition,All-of-Government Travel Management Services Generation Two,,20180907,20181017,20190719,,All of Government,No,,"In 2012 the Ministry of Business, Innovation and Employment (MBIE) established an All-of-Government (AoG) solution for Travel Management Services (TMS). Contracts for this solution are due to expire on 25th June 2019. We need a replacement solution in place prior to that date. Similar to the current solution, it is proposed that the scope of services for the new solution will be the provision of international and domestic travel booking and management services including: online, consultant-assisted and offline travel bookings ticketing and invoicing of accommodation, land (such as car, rail, bus) and air travel account management reporting group bookings event management (added for the new solution, optional) demand management (cost avoidance and alternatives to travel, added for the new solution, optional) expense management (helping us manage travellers expense transactions, added for the new solution, optional) travel policy management, advice and compliance additional travel related services (such as foreign exchange provision). In the current solution, Travel Management Companies (TMCs) offer online, consultant assisted, and offline options. In response to this Request for Proposals (RFP) we will consider offers for customer self-managed Online Booking Tools (OBTs), which may if appropriate be added to the solution. This could provide an alternative to full-service TMCs, which we intend will remain a core part of the new solution. A briefing session about this RFP will be held at MBIE, 15 Stout Street, Wellington at 3.30 pm on Thursday 13 September. If you would like to attend, pre-registration is required through an online form found here: https://mbie.wufoo.com/forms/pquzewh1nhb9ev/",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce that contracts have been awarded for the supply of All-of-Government (AoG) Travel Management Services. This contract gives agencies a full range of services and pricing options, tailored to agencies business travel requirements. The new contract replaces the current Travel Management Services contract which expires 25 June 2019. The new contract commenced on 26 June 2019 with an initial term of 5 years. The new contract will include two categories: Full Service Travel Management Services (Closed Panel - 5 Providers) Self-Service Travel Management Services (Open Panel - No contracts awarded) Visit the https://www.procurement.govt.nz/contracts/travel-management-services/travel-management-services-new/ for the list of new Providers and more information on the AoG Travel Management Services (Generation Two) contract.",0,20250410 "Ministry of Business, Innovation and Employment",20373856,Request for Proposals,Open Competition,Risk and Hazard Register Replacement,3372,20181105,20181206,20200122,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) wish to purchase an integrated software solution for the enterprise management of risks and hazards. This solution will support quality, integrity based decision making across MBIE that is simple and easy to use with good reporting capability. The objective of this RFP is to identify a preferred supplier capable of providing the following: 1. Supply of the product (software) 2. Installation/development support for the product 3. Training on the configuration and use of the product 4. Ongoing maintenance support for the product. Please refer to the attached RFP documents when responding to this RFP.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",20442585,Request for Quotations,Closed Competition,Oracle Database as a Service (DBaaS) - Republished,709,20181119,20181221,20200325,,Sole Agency,No,,"PLEASE NOTE THIS IS A REPUBLISHING OF THE TENDER 20287854 This Request for Quote (RFQ) is issued as a follow up to the original Call for Registrations of Interest - Oracle Database as a Service document issued in December 2017 via GETS. If you are in receipt of this RFQ, it is because your organisation was shortlisted from that process. MBIE uses Oracle technology for some of its business systems (e.g. Companies Office, Licensed Building Practitioners, GETS, IPONZ and Resolve). We currently use Oracle 11g for some databases, and these are on Extended Support from Oracle. MBIE has a wish to migrate to a later version of Oracle, ensuring our use of best-of-breed technology, and ongoing support. We are hopeful of a move to Oracle 18c, as we believe this offers licence cost reduction, automation, and other benefits.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",20511086,Request for Proposals,Open Competition,Process Server / Document Delivery Services,701,20181203,20190131,20200723,,Sole Agency,No,,"MBIE requires a supplier that can provide the service of delivering documents to individuals (i.e. acting as a process server) across New Zealand. The key objective of this procurement is to engage a reliable supplier to provide this service. This is a crucial service and it is important that MBIE has in place a supplier that will not only carry out the services, but report back regularly if there have been any failures or escalations when serving documents. We encourage interested suppliers to ask questions through GETS or otherwise get in touch to find out more about the opportunity.",Awarded,"Following an open competitive Request for Proposal tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to The Investigators NZ Limited to deliver the Process Server/ Document Delivery Services. The contract term between MBIE and The Investigators NZ Limited will be three years finishing 31 May 2023. The estimated contract value is approximately $330,000.00 (excluding GST)",330000,20250410 "Ministry of Business, Innovation and Employment",20601115,Request for Proposals,Open Competition,Request for Proposals for Delivery of Business Connect Platform,,20190116,20190213,20191014,,Sole Agency,No,,"The Business Connect project invites responses to this RFP. We are seeking a supplier to work closely with us to design, deliver, manage and support the Business Connect platform under an as-a-service model. Business Connect is a cross-agency digital services platform that allows businesses to interact with local and central government from one place, enabling more integrated and transparent services. Our vision is to deliver a seamless, customer-centric, efficient, cross-agency platform that allows businesses to re-use their authoritative and historical information across all levels of government. This is one of the most significant initiatives under way to transform the way government services are currently designed and delivered to businesses. It is a cross-agency initiative co-sponsored by MBIEs Better for Business Programme (B4B) and the New Zealand Business Number (NZBN). This RFP presents an opportunity to make a difference in how business can interact with government. Please send all questions related to the procurement via GETS.",Awarded,This contract was awarded to Datacom on the 28th June 2019,0,20250410 "Ministry of Business, Innovation and Employment",20632534,Request for Quotations,Closed Competition,Request for Quotes for Building Code Operating Model,,20190123,20190215,20190812,,Sole Agency,No,,"The Building Performance and Engineering (BPE) team at MBIE is seeking a specialist(s) to document, facilitate development of and present graphically and in text, an operating model that communicates why what and how the Building Code is managed and maintained. The BPE team is looking for credible self-starting providers who have the capability, experience, frameworks and supporting templates to deliver operating models in an efficient manner. Experience in the government and the building sector is a plus. The provider must be able to solicit information ranging from strategic to process level from a wide range of stakeholders and use this information to propose, develop and roll out an operating model that suits the current environment and can flex and grow as our needs and environment change over time. This is a unique opportunity to develop the first documented operating model for the Building Code. The opportunity includes assisting BPE in optimizing their processes, identifying how to provide strategic level reporting and fit together operational and regulatory resources that will assist in determining how we manage the NZ Building Code going forward.",Awarded,"Following an closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Chard Consulting Limited of 292 Featherston Street, Palmerston North to document, facilitate development of, and present graphically and in text, an operating model that communicates the way the Building Code is managed and maintained. The contract was signed in May 2019 and the term is from May 2019 to November 2019. The estimated contract value is approximately $115,048(exclusing GST).",115048,20250410 "Ministry of Business, Innovation and Employment",20832699,Request for Quotations,Open Competition,Portable Cabins for Temporary Accommodation Service Strategic Reserve,,20190315,20190410,20190805,,Sole Agency,No,,"Under the National Civil Defence Emergency Management Plan 2015, The Ministry of Business, Innovation and Employment (MBIE) is the agency responsible for the coordination of the provision of temporary accommodation for people displaced after an emergency. The temporary need is usually weeks to months and so we require portable self-contained cabins rather than relocatable houses. MBIE manages this responsibility through its TAS business unit. TAS currently supports residents displaced by the 2010/11 Canterbury Earthquakes, the 2016 Kaikoura earthquake, the 2017 Edgecumbe flooding, the 2018 Buller and Tasman flooding, and the 2018 Rotorua flooding. Recent deployments, in particular the initial response to flooding events, have been constrained by a lack of availability of suitable temporary accommodation units from the private sector. MBIE currently owns 19 portacabins. To address the issues of supply challenges and achieve a timely and effective response to civil emergencies requiring temporary accommodation support, MBIE has developed a strategic reserve of portacabins owned by the Crown that can be used for rapid deployment in response to civil emergency. The majority of MBIEs strategic reserve is currently in use and not ready to respond to future events, so MBIE is seeking to increase its strategic reserve by an additional 10 portacabins. MBIE is aiming to purchase 10 prefabricated fully self-contained, one and two- bedroom relocatable cabins (5 x one bedroom and 5 x two bedroom) to be used by residents displaced from their homes as a result of civil emergencies. Our goal is to park the units on residents sites so they need to be capable of being connected to potable water supply, power and sewer through a pumped system. We wish to partner with a company that has a track record in manufacturing and providing high quality portable accommodation and that has the capacity to produce 10 units within our timeframes. Because cabins will be moved multiple times during events the cost of transport between sites and placement on site is important to us. This is an opportunity to support the recovery of New Zealanders after a natural disaster or emergency.",Awarded,"Following a Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Transbuild of 409, Papakura-clevedon Rd , RD2 Papakura, Auckland, Auckland, 2582, NEW ZEALAND to carry out the contract works for Portable Cabins for Temporary Accommodation Service Strategic Reserve. The procurement consisted of two fixed term contracts, one finalised in June 2019 for five units and one finalised in July 2019 for ten units and the term is from July to November 2019. The estimated contract value is approximately $801,037.75 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",20835591,Request for Quotations,Closed Competition,Immigration Survey Monitoring Programme - Migrant Survey,RFQ 714,20190314,20190404,20190702,,Sole Agency,No,,"What we need The Ministry of Business, Innovation and Employment is seeking a research contractor to run the Migrant Survey for 2019 and 2020, with an option to extend to 2021. The purpose of the survey is to build up an evidence base about migrants settlement and labour market outcomes. The survey has been run annually since 2009. Whats important to us The Ministry is looking for a credible supplier who has the capability and experience to run a survey of this size. They need to have a good track record delivering services of this nature. We are seeking advice on ways to increase the response rate, the representativeness of the sample, on the best methodology for this type of survey, as well as ways to reduce costs. Why should you bid? This is an opportunity to contribute towards understanding migrants settlement and labour market outcomes, which in turn informs immigration policy.",Awarded,"Following a closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Premium Research Limited, of 96 Coromandel Street, Wellington,to deliver the INZ Survey Monitoring Programme- Migrant Survey. The contract was signed in June 2019 and the term is from June 2019 for the period of 2 years with the option to extend for a further 1 year. The estimated contract value is approximately $230,000 (excluding GST) if the option to renew to executed.",0,20250410 "Ministry of Business, Innovation and Employment",20848015,Request for Quotations,Open Competition,"HUD Document Management System Data Migration, Records Compliance, Service Improvement and Ongoing Support",,20190318,20190408,20190823,,Sole Agency,No,,"The Ministry of Housing and Urban Development HUD is a new agency that was established on 1 October to be the Governments lead advisor on housing and urban development. HUD brings together functions from the Ministry of Business, Innovation and Employment MBIE, Ministry of Social Development MSD along with the monitoring of Housing New Zealand and Tamaki Redevelopment Company function from Treasury. When HUD was formed on 1 October, a document management solution DMS was setup to ensure that new corporate services staff had somewhere to save their documents. In addition, a decision was made to use Office 365 as HUDs core platform for HUDs Office Productivity tools and SharePoint was selected as the tactical DMS as it was part of the Office 365 suite. Over the last few months, HUD ICT have made a strategic decision to continue to use SharePoint as HUDs ongoing DMS and a project is underway to update the DMS taxonomy to create a sustainable and replicable infrastructure architecture design within the next three months. This will provide the foundations for all HUD staff to be able to have a place to save their documents as they are migrated off legacy agency document management systems and onto a HUD Managed Service environment. The purpose of this procurement work is to enhance and extend the HUD document management platform to ensure that staff have access to all their key historical information and can work effectively, as well as ensuring that HUD has ongoing compliance with the Public Records Act. In addition, this bid is an opportunity for your organisation to become a strategic partner for HUD, to assist them with the evolution and innovation of their SharePoint Online platform going forward. What we need HUD requires a partner to deliver the following: 1. Data Migration from three legacy agency EDRMSs into the HUD DMS (SharePoint) 2. A record management solution in the Office 365 environment that meets the requirements of the Archives NZs standard for compliance with the Public Records Act 3. Services to support on-going enhancement and innovation of the HUD Document Management System (SharePoint) with minimal adverse impact on business users.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",20917636,Request for Quotations,Closed Competition,SNZ ICT Roadmap Implementation - E-commerce and Online Standards Collection,00016,20190408,20190503,20190718,,Sole Agency,No,,"In March 2016, Standards New Zealand (SNZ) became part of the Ministry of Business, Innovation and Employment (MBIE) operating under new legislation to enable long-term financial stability and provide for greater contribution to government objectives and priorities in areas such as productivity, economic growth, innovation, international trade and health and safety. The SNZ Transformation Project supported the move to an operating model consistent with the MBIE policy, Standards New Zealand vision, and the policy objectives that underpinned the transition of SNZ into MBIE. As part of the SNZ Transformation Project the SNZ Business Strategy (the Strategy) was finalised. The current SNZ IT platform consists of a number of legacy off the shelf, customised and fully bespoke applications which were brought into MBIE during the SNZ Transition. SNZ wants to leverage the existing Access platform while the business focuses on growing value-add offerings. To meet this objective there is a need to keep the legacy Access platform running. This must be done at a satisfactory level of performance and service quality. Due to the age, stability, and limited functionality of these systems, SNZ will not be able to deliver on its Business Strategy with the existing technology. The key risks identified with the Access platform applications are not treatable and therefore the platform will not be able to continue to run without replacement of those key systems. The SNZ ICT Roadmap which was approved in May 2018 is an important enabler for the Strategy, outlining the ICT initiatives SNZ will undertake including the priority and timing of these. As part of this roadmap, this RFQ is concerned with finding a suitable solution for the E-commerce portion of this roadmap.",Awarded,"Following an closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to SilverStripe of Level 5, 101-103 Courtenay Place, Wellington to replacement of the current solution for Standards NZ E-Commerce site and Online Library. The contract was signed in July 2019 and the term is from July 2019 to August 2019 (Discovery Phase). The estimated contract value is approximately $30,000 excluding GST (Discovery Phase).",30000,20250410 "Ministry of Business, Innovation and Employment",20921338,Request for Quotations,Open Competition,National Refugee Driver Training Programme,RFQ 721,20190408,20190509,20190813,,Sole Agency,No,,"The Government recognises the value of former refugees participating in driver training programmes and the benefits it provides in supporting successful refugee settlement. Since June 2015 the Ministry of Business, Innovation and Employment (through Immigration New Zealand) has funded a programme providing driving lessons and driver training for former refugees , enabling them to obtain their restricted drivers licence. With long term funding now secured, it is the intention to procure a single national provider or a small number of regional providers of the programme, with a new national contract in place by 1 July 2019. MBIE is looking to: procure the best national and/or best regional driver training provider(s) with the most effective service and cost model to provide driving lessons and training across all current and future refugee settlement locations; and the capability to develop, innovate and enhance the refugee driver training programme and deliver excellent programme pass rates. The Ministry is looking for a credible national or group of regional driver training provider(s) who have the capacity, capability, experience and infrastructure to deliver a quality, cost effective Refugee Driver Training Programme across all refugee settlement locations. The preferred provider/s will have a strong track record in the development, implementation and ongoing management of a driver training programme for students with learning requirements similar to refugee background people. The preferred provider/s will also understand the importance of working with local refugee community networks and other settlement stakeholders to support student engagement and programmes outcomes.",Awarded,"Following a open Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Hamilton Multicultural Services Trust of 46G Boundary Road, Hamilton, 3247 to deliver the refugee driver training programme. The contract was signed in August 2019 and the term is from June 2021.",0,20250410 "Ministry of Business, Innovation and Employment",20922259,Request for Quotations,Open Competition,"Main Contractor for 426 Victoria St, Hamilton Fit-out Works",3437,20190408,20190424,20190711,,Sole Agency,No,,"The Ministry of Business, Innovation & Employment (MBIE) is looking for credible providers who have the capability, experience and infrastructure to deliver a rapid-build project. This Request for Quotes (RFQ) relates to the purchase of Main Contractor services that can achieve the successful, timely fit-out of the specified office space for occupation at the end of May 2019. The proposed outcome of this project is to prepare a location for a further 80 MBIE staff at Level 5, 426 Victoria Street, Hamilton. We are seeking suppliers that are able to demonstrate the following capabilities: Full completion of the works within the required timeframes and budget; Established track record in similar projects Sufficient operational and financial systems to manage delivery Understanding of our requirements Ability to safely manage delivery. Suppliers that have a good track record in the successful completion of office fit-out projects are invited to respond to this RFQ. It is important that the provider is willing to work with us, and with our consultants, to achieve a successful outcome. To view the tender documents, please select 'subscribe to this notice'.",Awarded,"Following a Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to W. Gartshore Ltd of 211 Taurikura Drive, Tauriko, Tauranga to carry out the contract works at level 5, 426-430 Victoria Street, Hamilton (Site). The contract was signed in May 2019 and the term is from July 2019. The estimated contract value is approximately $498,950.87 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",20928178,Request for Proposals,Open Competition,MBIE Employee Survey,RFP 718,20190409,20190508,20191003,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) is looking for a provider to be appointed to help design and deliver an employee survey and reporting tool to measure, take action and regularly understand trends and track progress on our peoples experiences across their employee life-cycle. This will include a full census survey on an 18-24 month cycles. It would be preferable that you will have access to global benchmarking. MBIE is looking for a fit-for-purpose and configurable solution that is modern, flexible and will meet our needs into the future. We are looking for credible suppliers who have the capability, experience and infrastructure to deliver employee experience surveys to a large diverse Government organisation of 4000 +employees. You need to have a good track record in the management and implementation of employee experience related surveys and are able to build strong beneficial partnerships.",Awarded,"Following an open Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Qualtrics Level 41, 225 George Street, Sydney, NSW 2000,to deliver the MBIE Employee Survey. The contract was signed in September 2019 and the term is from September 2019 for the period of 3 years. The estimated contract value is approximately $766,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",20951130,Request for Quotations,Closed Competition,The New Zealand Research Information System - Ingestion Database & Custodian Web Application,,20190417,20190503,20200106,,Sole Agency,No,,"The New Zealand Research Information System is ultimately intended to provide data and information to the New Zealand Science Industry sector, New Zealand Government and the New Zealand public regarding the use of public funds for Science and Innovation projects in New Zealand. The first part of this system provides the capability for Data Providers (both those providing funding information and those providing project information) to submit data that will ultimately be processed into a publicly accessible data set.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",20961092,Request for Proposals,Closed Competition,CERT NZ Cyber Smart Week 2019,,20190418,20190510,20190703,,Sole Agency,No,,"One of CERT NZs core services is to help to raise awareness of cyber security risks, mitigation's and impacts. To deliver on this, we have created an outreach strategy that defines key audiences and an outreach approach for each. Get Cyber Smart is a cornerstone of our outreach programme. Its designed to help everyday New Zealanders and SMEs demystify cyber security and take basic measures to protect themselves online. This procurement process is to select a partner for the creative delivery of Cyber Smart Week, a national awareness campaign using the Get Cyber Smart platform.",Awarded,"Following an closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Ocean Design Group Limited of Level 1, 143 Vivian Street, Te Aro, Wellington, 6011 , New Zealand for creative services for CERT NZ Cyber Smart Week 2019. The contract was signed in May 2019 and the term is from May 2019 to May 2020 with options to extend up to maximum of 3 years. The estimated contract value is approximately $75,000 p/a (excluding GST).",75000,20250410 "Ministry of Business, Innovation and Employment",20993971,Request for Proposals,Open Competition,MBIE Science Investment Management System,3021,20190503,20190628,20200330,,Syndicated Opportunity,No,,"MBIEs current Investment Management System (IMS), which supports all of MBIEs Science Grant funding business is reaching the end of its life. This procurement is about finding a technology solution to replace the current system. IMS is a bespoke ICT system with functionality to manage the application, assessment, payment, contract management, reporting, and analytics for the investment processes. MBIE uses Microsoft Dynamics CRM to support a number of its business functions. From a technology alignment perspective, obtaining a solution based on the Microsoft Dynamics CRM will be ideal. Accordingly, MBIE only wants to consider Microsoft Dynamics CRM solutions that are already used to support grant funding operations.",Awarded,"Following an open Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Intergen of Level 4 Press Hall, 80 Willis Street, Wellington to replace the current MBIE Science Investment Management System. The contract was signed in March 2020 and the initial term is from March 2020 to March 2023.",0,20250410 "Ministry of Business, Innovation and Employment",21054379,Request for Quotations,Closed Competition,New Zealand Research Information System User Interface,,20190520,20190604,20200325,,Sole Agency,No,,"The New Zealand Research Information System is ultimately intended to provide data and information to the New Zealand Science Industry sector, New Zealand Government and the New Zealand public regarding the use of public funds for Science and Innovation projects in New Zealand. The first part of this system provides the capability for Data Providers (both those providing funding information and those providing project information) to submit data that will ultimately be processed into a publicly accessible data set. We are seeking a quote to cover the below deliverables: Design of a public facing user interface to allow the public access to research funding information to include Information Architecture, user research and wire framing. Compliance with Government accessibility standards and the Governments Protective Security Requirements obligate the Ministry to seek attestations from service providers. The Ministry requires the successful service provider to meet good practice security requirements in providing secure service for managing personnel, physical and information security, and security, and meet MBIEs ICT Security requirements see appendix C for further information Build and test of the user interface with integration into the MBIE data warehouse On-going support for the website",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",21100235,Award Notice,Open Competition,Legistlation Compliance via text and SMS messages,,20190531,20190531,20191014,,Sole Agency,No,,"Following an exemption from open tendering, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Bulletin net NZ Ltd of Level-8, TELCO Building, 16, Kingston Street, Auckland CBD to provide a service that pushes out text and SMS message reminders at required times, through Bulletins software application. The contract term is from June 2019 for the period of 1 year plus the option to extend for a further year. The estimated total contract value is approximately $170,000 (excluding GST).",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",21147422,Request for Proposals,Open Competition,National Refugee Settlement Support Services,RFP 716,20190613,20190711,20191029,,Sole Agency,No,,"As a consequence of the increase in the Refugee Quota to 1500 people annually from 1 July 2020, the Ministry of Business, Innovation and Employment (the Ministry) is seeking to purchase refugee settlement support services in six additional settlement locations from February 2020 to 30 June 2022. This RFP relates to the purchase of refugee settlement support services in the six additional settlement locations from February 2020 to 30 June 2022, aligned with the current contract which covers the eight existing refugee settlement locations. This will enable a procurement process to be undertaken for all 14 refugee settlement locations when all contracts end in June 2022. The successful supplier will support quota refugees in settlement locations and link them to community support and services so that following 12 months settlement in the settlement location, quota refugees will have the necessary knowledge and confidence to independently access and use mainstream services. We are holding a supplier briefing session on the 26th June 2019. Please see Section 1 for details on how to register. Whats important to us We are seeking proposals from interested suppliers that are able to provide all the required services in one or more of the six new refugee settlement locations. We are open to joint or consortia tender bids, as well as innovative proposals that meet the requirements. The Ministry is looking for credible suppliers who have the capability, experience and infrastructure to deliver refugee settlement support services in the newly announced settlement locations. Being an existing national supplier of refugee settlement support services is not a pre-requisite for this tender. Why should you bid? This is a unique opportunity to be part of refugee settlement support services delivery in New Zealand and to make a real difference in the lives of refugees who are new to New Zealand. Successful suppliers will deliver settlement services that support refugees to achieve key settlement and integration outcomes.",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) is pleased to announce the appointment of three organisations to provide refugee settlement support services in five new locations from February 2020. The new settlement locations were announced in May 2019 and include Masterton, Levin, Ashburton, Timaru and Blenheim. This follows the Governments decision to increase the annual refugee quota to 1,500 places from 2020. The New Zealand Red Cross, Presbyterian Support South Canterbury and Safer Ashburton will support refugees in the initial stages of resettlement and ensure families are linked to vital services to settle into the community. MBIE received 24 proposals as part of the tender process, and we are satisfied that the providers selected have the capability, experience and infrastructure to deliver refugee settlement support services in the new locations. The New Zealand Red Cross has been appointed to welcome refugees in Levin, Masterton and Blenheim. In Masterton, Red Cross will deliver the services in partnership with Connecting Communities Wairarapa. Presbyterian Support South Canterbury will deliver the services in Timaru while Safer Ashburton Community Council Trust has been appointed to deliver the services in Ashburton",4800000,20250410 "Ministry of Business, Innovation and Employment",21151406,Request for Quotations,Closed Competition,Soft Fit Out Furniture Pastoral House,3429,20190614,20190702,20191031,,Sole Agency,No,,"The key objective of this RFQ is to enable the fit-out of new premises to the required standards and quality, and within the stipulated timeframe. The proposed outcome of this procurement is to secure fit-for-purpose soft fit out furniture for Pastoral House, 25 The Terrace, Wellington. This fit out will be for approximately 1,219 people over 18 levels. This RFQ relates to the purchase, delivery and installation of furniture such as drawing boards, lamps, chairs, tambours, tables and workstations. The key outcome that we want to achieve is the successful, timely delivery of the specified furniture for occupation in February 2020.",Awarded,,3000000,20250410 "Ministry of Business, Innovation and Employment",21151964,Request for Proposals,Open Competition,Telephone Interpreting Services,,20190614,20190719,20190912,,Syndicated Opportunity,No,,"This Request for Proposals (RFP) process seeks Proposals for on-demand and pre-booked telephone interpreting services across New Zealand for government agencies. These services are to support agencies communication with people with limited or no English language proficiency, residing in or visiting New Zealand. We need support for a wide range of languages. The Successful Respondent will operate a call centre to manage incoming calls. The Successful Respondent will need to deliver the total requirements across all languages and meet our quality standards.",Awarded,"Following an open competitive Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE, as the Lead Agency) has awarded this contract to Intellicomms Pty Limited (trading as Ezispeak) of Level 1, 12 Risley Street, Richmond, Melbourne to deliver the telephone interpreting services. The RFP sought an open syndicated agreement under which any Eligible Agencies could enter into separate agreements with the successful supplier to procure the services. The contract term between MBIE and Intellicomms Pty Limited is from 16 September 2019 to 30 September 2024. The estimated contract value is approximately $1.3 million (excluding GST) per annum for all agencies together.",1300000,20250410 "Ministry of Business, Innovation and Employment",21160702,Request for Quotations,Closed Competition,Better for Business - Research Monitor,00071,20190617,20190625,20190807,,Sole Agency,No,,"The Ministry seeks quote for the purchase of research and measurement services. This service is required to inform the Better for Business programme on behalf of 10 member government agencies for which MBIE is the lead agency i.e. it is a commitment across government, not solely for MBIE. Better for Business requires continued research services for two six month periods (period of 1 July 2019 - 31 July 2019 and 1 January 30 June 2020) on behalf of its 10 member agencies. It is anticipated that the contract will commence around 15 July 2019. Since 2013 a portion of the work on the research programme has been contracted out to an external agency, Research New Zealand.",Awarded,"Following an closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Research New Zealand of Level 5, The Bayleys Building, 36 Brandon Street, Wellington to continue research services for two six month periods (period of 1 July 2019-31 July 2019 and 1 January 30 June 2020) on behalf of its 10 member agencies and key stakeholders such as the Minister for Small Business. The contract was signed in July 2019 and the term is from July 2019 to June 2020 with an option to renew for further 2 years. The estimated contract value is approximately $198,737 (excluding GST).",198737,20250410 "Ministry of Business, Innovation and Employment",21212271,Request for Proposals,Closed Competition,International Visitor Research,,20190628,20190730,20200404,,Sole Agency,No,,"The Ministry is looking for credible suppliers who have the capability and experience to acquire the information necessary to understand international visitor spend and behaviour. Traditionally, data has been captured by running a nationally representative survey that provides key information on each quarter of the expenditure and behaviours of international visitors in New Zealand. The International Visitors Survey (IVS) is classified as a Tier 1 Statistic reflecting its importance as an input into the National Accounts, specifically the Balance of Payments (BoP) and the Gross Domestic Product (GDP). If a survey is the preferred method by suppliers, then potential Respondents need to have an excellent track record delivering services of this nature and must meet the preconditions listed. We are also seeking suppliers who can advise on: the best methodology for conducting this type of research, while ensuring results remain comparable with those from previous data collections; robust measures that can capture expenditure data and visitors experience; ways to increase the response rate and guarantee a more diverse sample (targeting six nationalities, i.e. Australia, China, USA, UK, Germany and Japan); and ways to reduce the overall cost Suppliers can propose an alternative data capture method and they will need to demonstrate how this method will be an improvement on the existing survey design.",Awarded,"Following an open competitive Request for Proposals tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to Kantar to deliver the International Visitor Research. The contract term between MBIE and Kantar is from 1 January 2020 to 31 December 2021. The estimated contract value is approximately $960,000.00 (excluding GST)",0,20250410 "Ministry of Business, Innovation and Employment",21277832,Request for Quotations,Closed Competition,External Print and Related Services,0060,20190719,20190829,20200714,,Sole Agency,No,,"External print services are critical to The Ministry of Business, Innovation and Employment (MBIE) internal design team, and to MBIEs core business groups, delivering a range of services to the Ministry. The purpose of this procurement project is to establish a contract via a secondary procurement competitive process, with suppliers from the Ministry of Social Development (MSD) led External Print Services Syndicated Contract. The requirement is for the agreement to meet the external print services needs of MBIE, whilst ensuring compliance with the NZ Government Rules of Sourcing. MBIE requires external print and related services that include; a. Pre-print and Print b. Storage, distribution and warehousing; c. Mailhouse fulfilment",Awarded,"Following a closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to True North New Zealand of 195, Gracefield Road, Seaview, Lower Hutt, Wellington for the provision of external print and associated services. The contract was signed in July 2020 and the term starts from 23 January 2021 for the period of 3 Years. The estimated contract value is approximately $5.7 Million (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21294503,Request for Quotations,Closed Competition,Financial Markets Authority Scenario Assessments and Efficiency and Effectiveness Review 2019,,20190722,20190809,20191118,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) wishes to purchase a review of the efficiency and effectiveness of the Financial Markets Authority (FMA) and an assessment and costing of FMA work scenarios for the upcoming financial advice regime. This would involve the delivery of two reports: 1. The first would present the assessment and costing of FMAs work scenarios for the new financial advice regime (Report One); and 2. The second would present the review of the efficiency and effectiveness of FMA (Report Two). We want your Quote to demonstrate your expertise in undertaking financial and economic analysis and in understanding the core drivers of organisational performance, both now and into the future. We want you to demonstrate how you would use this in carrying out evidence-based scenario assessments and efficiency and effectiveness reviews, in particular within the context of public sector organisations. We also want your Quote to identify the relative strengths of your approach.",Awarded,"Following an closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to PricewaterhouseCoopers Consulting of 188 Quay Street, Auckland, 1010, NEW ZEALAND to prepare a Financial Markets Authority Scenario Assessments and Efficiency and Effectiveness Review. The contract was signed in September 2019 and the term is from September 2019 for the period of 3 months. The estimated contract value is approximately $169,680 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21341928,Request for Quotations,Closed Competition,Business.govt.nzs Search engine marketing always-on campaign,,20190801,20190823,20200221,,Sole Agency,No,,"The business.govt.nz team would like to create, deploy and manage an online always-on brand awareness and traffic driving paid advertising campaign. We are looking specifically to acquire professional advertising services required to create, deploy and optimise online paid advertising campaigns driving traffic to the website. This is a unique opportunity to be part of a major New Zealand business initiative, helping small businesses all around the country in their day-to-day life as small business owners. Through the continuous optimisation and increase of our results while driving down the costs, you will empower the Kiwi businesses and therefore their communities to find immediate solutions to their daily needs as businesses. Business.govt.nz is governments number one free resource for small businesses in New Zealand. Monthly hundreds of thousands of Kiwi businesses spend over a million minutes using business.govt.nz resources to better understand their compliance obligations and to become more productive.",Not Awarded,"Following a closed Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to GSL Promotus Ltd of Level 1, 58-60, Oriental Parade, Wellington to provide business.govt.nz with services in strategic development, design, production and media purchase and placement of advertising for 'always-on' google Adwords and other digital campaigns. The contract was signed in October 2019 and the term is from October 2019 for the period of 8 Months. The estimated contract value is approximately $100,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21356780,Request for Proposals,Open Competition,New Zealand Telecommunications Relay Service,680TRS,20190802,20191004,20201112,,Sole Agency,No,,"The contracts for delivering relay services for the New Zealand Deaf, hearing-impaired, speech-impaired and deafblind community will end in June 2020. The Ministry of Business Innovation and Employment (MBIE or Ministry) wishes to procure a range of effective relay services and to manage, where necessary, the transition of users from the existing devices and services to the new arrangements with minimal service disruption to users and the Ministry. Please see the attached RFP for more detailed information.",Awarded,"The Ministry of Business, Innovation and Employment would like to formally acknowledge Concentrix Services (New Zealand) Limited for their successful bid for the New Zealand Telecommunications Relay Services RFP. Thank you to all Respondents for your interest in this opportunity.",0,20250410 "Ministry of Business, Innovation and Employment",21360870,Request for Proposals,Closed Competition,Provincial Growth Fund 2020 Evaluation,,20190805,20190830,20191125,,Sole Agency,No,,"This is an opportunity to work with the Ministry of Business, Innovation and Employment (MBIE) and the Provincial Development Unit (PDU) on the PGF 2020 Evaluation that will provide evidence on the operation and early outcomes of the Provincial Growth Fund (PGF or Fund). The evaluation will inform Ministers of progress in the context of making funding decisions for Budget 2021. What we need A credible supplier to provide: Phase 1: a proposal for scoping and design of an evaluation plan, and Phase 2: evaluation services, using appropriate methods within the required time frame and budget, that will meet the objectives identified in the evaluation plan. The contract for phase 2 will be negotiated upon the completion of the evaluation plan resulting from phase 1. The provider of phase 1 is MBIEs preferred provider for phase 2, but the Ministry reserves the right to go back to market subject to the performance of the provider in providing the evaluation plan in phase 1.",Awarded,"Following a closed Request for Proposals tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to BERL of BERL House, Level 5, 108 The Terrace, Wellington to provide an evaluation of the Provincial growth fund and to inform the government on how the PGF investments and activities are tracking. The contract was signed in November 2019 and the term is from November 2019 for the period of 4 Months. The estimated contract value is approximately $34,780 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21385332,Request for Quotations,Closed Competition,Learning and Development Core Offerings,,20190812,20190903,20191213,,Sole Agency,No,,"MBIEs L&D team have partnered with the business to understand common development needs that are required to uplift capability of our people. These five common needs have been identified as: ? Business Writing ? Technical coaching ? Presentation skills design and delivery ? Facilitating meetings ? Influencing skills The L&D team then interviewed a variety of people across the business to determine what outcomes they would require from any learning solutions that would make the learning relevant, effective and of value to their people.",Awarded,"All core offerings were awarded to a separate provider for a period of 2 years with two options to renew for 1 year each (up to a maximum of 4 years). Influencing - Core Offering: Influence Consulting, estimated total cost for the life of the contract would be $125,000 Presentation Skills - Core Offering: The Training Practice, estimated cost for the life of the contract would be $210,000 Technical Coaching - Core Offering: Updraft Limited T/A Hartwick Associates, estimated cost for the life of the contract would be $200,000 Facilitation Skills - Core Offering: Maygrove Management Services Limited, estimated cost for the life of the contract would be $80,000 Business Writing - Core Offering: Write Limited, estimated cost for the life of the contract would be $144,000",0,20250410 "Ministry of Business, Innovation and Employment",21427501,Request for Proposals,Open Competition,AoG Motor Vehicles - Electric vehicle RFP,,20190816,20190913,20191029,,All of Government,No,,"In July 2015 the Ministry of Business, Innovation and Employment (MBIE), implemented a second-generation All-of-Government (AoG) agreement for the supply of Motor Vehicles. The solution is designed to be flexible to allow for changes in technology. The existing AoG Vehicles solution consists of a Panel of Suppliers. In December 2016 a panel of Electric Vehicle (EV) Suppliers was established and three new suppliers were added to the existing Panel. In October 2018 the Government recognised that its procurement activities offer a unique opportunity to achieve broader cultural, economic, environmental and social outcomes for New Zealand. Of these Broader Outcomes, the Government identified four priority outcomes for agencies to focus on, with Reducing emissions and waste being one. Within this priority outcome, the emissions from the governments light vehicle fleet is a focus area, and this RFP seeks to support agencies by increasing choice for those agencies looking to lower their fleet emissions. The Electric Vehicle part of the AoG Motor Vehicles solution is an open panel (i.e. a panel to which new Suppliers can be added over time). This RFP is a standing notice on GETS to invite further Respondents to submit their proposals to provide EVs for inclusion on the AoG catalogue. For the purposes of this RFP, Electric Vehicles are either new or used Battery Electric Vehicles or Plug-in Hybrid Electric Vehicles supplied by Manufacturers or Manufacturer Authorised Distributors. Existing Panel Suppliers (including those Suppliers appointed to the original solution in 2015 and the Electric Vehicles panel in 2016) are not required to respond to this RFP.",Awarded,"Following this RFP process, New Zealand Government Procurement and Property have appointed Motorcorp Distributors Limited and Nissan New Zealand Limited to the supplier panel for the All-of-Government Motor Vehicles contract. Both suppliers have been appointed for the supply of electric vehicles only. The appointment of two additional suppliers will give government agencies more choice as they work towards having an emissions free fleet. The Government has a goal that its light vehicle fleet should be emissions free by 2025/26 where practicable.",0,20250410 "Ministry of Business, Innovation and Employment",21505457,Request for Quotations,Closed Competition,Fellowships Impact Evaluation,,20190902,20190918,20191015,,All of Government,No,,"This RFQ relates to the purchase of services of an external expert consultant. We require the completion of an impact evaluation of the portfolio of the Vote Business, Science and Innovation funding of Fellowships, jointly administered by the partner agencies: Royal Society Te Aparangi (Royal Society), Fulbright New Zealand (Fulbright) and the Health Research Council (HRC). The key objective of this procurement is the production of a robust evaluative report. Procuring the recommended consultancy services is the best way to meet the identified needs because an independent evaluation with specialist expertise and objectivity in evaluative methodology is required. An alternative option to meet the identified needs would be to conduct an internal MBIE evaluation. This is not recommended, because a rigorous evaluative approach, independent of the funders and delivery agencies involved in administering the programmes, is necessary to mitigate the risks of the activity. A summary of our requirements in addition to the background of the project and the questions for evaluation, is outlined in the Terms of Reference document available here. An estimate of the total cost over the whole-of-life of the contract, exclusive of GST is $ 75,000. We require the contract to commence no later than 30 September 2019.",Not Awarded,Submissions received did not fully meet our requirements as such we will be going out to market again in the next few weeks.,0,20250410 "Ministry of Business, Innovation and Employment",21520176,Request for Proposals,Open Competition,Accommodation Data RFP,,20190902,20190927,20200521,,Sole Agency,No,,"What we need The Ministry of Business Innovation and Employment (MBIE) needs information to understand tourism accommodation rates. Traditionally, data has been captured by running the Accommodation Survey (also referred to as the Commercial Accommodation Monitor or CAM), a nationally representative survey that provides key information on accommodation rates in New Zealand. This will cease in September 2019. We want to replace the previous survey and improve the capture of accommodation data. Our objectives are to: find the supplier that offers the best methodology and robust measures to capture information on accommodation rates achieve best value for money through a competitive process. A bit about us Our purpose is to grow the New Zealand economy to provide a better standard of living for all New Zealanders. To achieve this, we need a strong, high performing economy, where for example, people (workers, consumers and investors) are protected and aware of their rights and obligations; and the integrity of the environment is maintained. As one of New Zealands largest government agencies, the work we do impacts the lives of all New Zealanders. New Zealand's Ministers of Tourism and Conservation recently released the New Zealand-Aotearoa Government Tourism Strategy (the Strategy), which aims to deliver benefits to New Zealanders through productive, sustainable and inclusive tourism growth. It sets out a more deliberate and active role for government in tourism. There are 4 key priorities: coordination across the tourism system, long-term sustainable funding mechanisms, destination management and planning, and better data and insight. The Sector and Government are working together to improve tourism information and data, reviewing and building on the work of the 2018 Tourism Data Domain Plan. Together, we want to ensure that everyone has the best available information and data that they need to perform their role in the tourism sector. The Business and Economic Development team conducts research on tourism to support the development of national tourism policies, as well as providing stewardship of tourism data for the benefit of the tourism sector and Government.",Awarded,"Following an open competitive tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded this contract to Fresh Information Limited of 47 Hamilton Road, Herne Bay, Auckland 1011. The contract term between MBIE and Fresh Information Limited is from 25 Feb 2020 to Jan 2023. The estimated whole of life contract value is approximately $1.6 million (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21572312,Request for Proposals,Open Competition,RFx and Contracts Builder,,20190910,20191011,20200707,,All of Government,No,,"NZGPP is looking for credible providers who can automate our procurement and legal templates which would help drive coherency and better quality outputs and support consistency of use, making it easier for businesses to engage with agencies. This should result in a reduction in legal oversight required in respect of drafting and finalising the documents for use (reducing costs for agencies and suppliers alike).",Awarded,The winning reponse was provided by a consortium of suppliers listed above. If you have any questions regarding this tender please contact Procurement@mbie.govt.nz,773250,20250410 "Ministry of Business, Innovation and Employment",21683845,Request for Tenders,Open Competition,Electrical Workers Examination Process,00099,20190930,20191024,20200221,,Sole Agency,No,,"The Board examinations provide the board with assurance that trainees have the knowledge and skills to competently and safely carry out prescribed electrical work. The Board needs a provider to undertake all aspects of an examination process. This includes, but is not necessarily limited to: Question creation across all classes of electrical worker licence Moderation Distribution of papers to training providers Marking/re-marking Reconsideration Providing the Board with the results Reporting",Awarded,"Following a closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Aspeq Limited of Level 1, 191, High Street, Lower Hutt, Wellington, New Zealand to provide all aspects of the examination creation and marking process. The Deed for services was signed in February 2020 and the term is for 5 years. The estimated contract value will be dependent on the number of examinations set within the contract term.",0,20250410 "Ministry of Business, Innovation and Employment",21748818,Request for Quotations,Open Competition,MRRC Lead Architect for New Build ECE Facility,Project Ref: 3641,20191009,20191023,20200128,,Sole Agency,No,,"The Mangere Refugee Resettlement Centre (MRRC) is a facility providing a six week residential programme on living and working in New Zealand (including accommodation, education and health care services) to refugees who enter New Zealand under the Refugee Quota Programme. The Government has committed to increasing the refugee quota from 1000 to 1500 per annum from July 2020. As such, facilities at MRRC are being expanded. A new Early Childhood Education (ECE) facility will be required which aims to provide fit for purpose environments that are suitable for use by young children, and their whanau, while they are staying at MRRC. The Ministry of Business, Innovation and Employment (MBIE) is seeking to appoint a suitably experienced Architectural practice to design this facility in consultation with representatives from the Ministry of Education (MoE) and MBIE. The Ministry is looking for credible practices with capability and experience delivering fit for purpose ECE facilities. They need to have a sound track record of considering Safety in Design throughout their design development, consideration of environmentally sustainable design initiatives and have experience delivering similar projects successfully within tight project timeframes and on complex operational sites. The MRRC residential programme is recognised internationally for achieving refugee settlement outcomes. This is a unique opportunity to design an ECE facility which will deliver better outcomes for people staying at the MRRC and support the needs of New Zealands newest residents.",Awarded,"Following a Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Designgroup Stapleton Elliott Ltd of 170 Broadway Avenue, Palmerston North, 4410 NEW ZEALAND to carry out lead architect services for the new build ECE facility at Mangere Refugee resettlement centre (MRRC).The procurement consisted of a contract term from December 2019 till February 2021. The estimated contract value is approximately $129,925.00 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21791032,Request for Quotations,Closed Competition,Ways We Work Phase 2- Assurance and IQA Services,,20191016,20191025,20191126,,Sole Agency,No,,"This plan relates to the combined purchase of assurance-related services for the Ways We Work Programme. A summary of our requirements is: 1. Independent Programme Assurance Services including but not limited to the development and management of the Programme Assurance Plan and assurance delivery. This may also require mentoring key programme and functional areas about assurance requirements to ensure deliverables are fit-for-purpose 2. Independent Quality Assurance to provide the programme, governance and MBIE executive with the assurance that the Programme is fit-for-purpose and its practices meet the necessary compliance standards",Awarded,"Following a Request for Quote tendering process, The Ministry of Business, Innovation and Employment has awarded the Assurance Services part of the contract to Link Consulting Limited and the IQA part of the contract to Grant Thornton New Zealand Limited. The estimated two contracts value together is approximately $250,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",21811435,Request for Quotations,Closed Competition,Flu Vaccinations,,20191021,20191104,20200122,,Sole Agency,No,,"This procurement relates to the delivery and administering of influenza vaccinations or vouchers to eligible MBIE workers based in New Zealand. Our requirement is for delivery of the influenza vaccination to New Zealand-based MBIE workers who are employed on a permanent, fixed term, casual or contract basis (excluding service contractors) from 2020 up to 2024.",Awarded,"This contract was awarded to Vitality Works in January 2020 for a period of 3 years with one option to renew for 1 year (up to a maximum of 4 years). The estimated annual value of this contract is $80,000",0,20250410 "Ministry of Business, Innovation and Employment",21817742,Request for Quotations,Open Competition,RSI Dashboard,,20191022,20191106,20200706,,Sole Agency,No,,"This opportunity in a nutshell What we need MBIE, Evidence and Insights branch is looking for credible providers who can develop a data visualisation tool to publish performance indicators about the Research Science and Innovation system. The tool will support the ministry to more regularly report on system performance. The tool needs to be developed using the R-based ShinyApp.io platform. The provider will develop the data visualisation tool and support the updating of the data, on a six-monthly basis for up to three years. The visualisation tool will be organised by themes, topics and indicators with a clearly linked story line. The initial product is likely to have 7-9 themes, with 30-40 topics and 60-70 indicators. What we dont want MBIE, Evidence and Insights branch is not looking for a development heavy solution. The project does not include analytical work to produce the indicators. The data to be visualised will be produced by MBIE, Evidence and Insights branch. Whats important to us MBIE, Evidence and Insights are looking for credible suppliers who have the capability and experience to produce the tool in an efficient manner, working in partnership with us to agree the design. You will be able to show us how you have created engaging and informative data visualisations that users find easy to navigate and understand. Interested? Whats next? We expect to publish a RFQ on GETs in the week beginning 4th Nov 2019. Please contact us to confirm your interest.",Not Awarded,"Following an open competitive Request for Quote tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to Dragonfly Data Science to deliver the RSI Dashboard. The contract term between MBIE and Dragonfly Data Science is from 17 February 2020 to 16 February 2023. The estimated contract value is approximately $218,400.00 (excluding GST)",0,20250410 "Ministry of Business, Innovation and Employment",21820998,Request for Proposals,Closed Competition,Public Confidence in Employment Services Research Programme,ES-PP-001,20191022,20191106,20200124,,Sole Agency,No,,"Design, development, implementation of a large-scale research programme to enable the Employment Services (ES) branch of MBIE (publicly known as Employment NZ) to gauge the level of public confidence in their ability to deliver planned impacts across New Zealand through the work of the Labour Inspectorate and Dispute Resolution teams, media activity, information and education approaches, and broader engagements. These impacts will include, but are not limited, to: a) Employers understanding their rights and obligations, b) Employers increasing compliance, c) Employees/Workers knowing their rights and where to go if they need help, d) Customers/consumers taking employment standards into consideration in their purchasing decisions. More specifically, the procurement will: ? Determine the proportion of employers and employees that understand their employment rights and obligations. ? Determine the proportion of the public who know where to go to access employment services and information. ? Measure customer satisfaction1 with the services provided by Employment New Zealand (including our responsiveness to the cultural diversity and accessibility needs of our customers). Additionally to develop methodology to: ? Assess the proportion of internal strategies which successfully inform our business direction. ? Measure the level of conformance of regulatory and business systems which we target. ? Measure the extent to which industry bodies drive adherence to employment standards based on interactions with them. ? Offer repeatability of the methodology to allow accurate and consistent results for year on year comparison and analysis. Some of the impacts we would like to realise include (but are not limited to): Evidence that: ? Employers understand their rights and obligations ? Employers are increasing their compliance ? Workers know their rights and where to go if they need help ? Customers take employment standards into consideration in their purchasing decisions",Awarded,"Following a closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Allen and Clarke of Level 2, The Woolstore, 262 Thorndon Quay Pipitea, Wellington 6011 to deliver the design, development, implementation of a large-scale research programme to enable the Employment Services (ES) branch of MBIE (publicly known as Employment NZ) to gauge the level of public confidence in their ability to deliver planned impacts across New Zealand through the work of the Labour Inspectorate and Dispute Resolution teams, media activity, information and education approaches, and broader engagements. The contract was signed in December 2019 and the term is from December 2019 to June 2020. The estimated contract value is approximately $100,000 (excluding GST).",100000,20250410 "Ministry of Business, Innovation and Employment",21826251,Request for Quotations,Open Competition,Fellowships Impact Evaluation,,20191023,20191108,20200114,,Sole Agency,No,,"What we require The overall purpose of this evaluation is to determine the impact of the fellowships funded from Vote Business, Science and Innovation, and their alignment with their original policy intent. The expected output of this evaluation is a report, clearly identifying the strengths and any issues relating to the performance and impact of the seven Fellowship investments. The report is expected to recommend possible solutions to those issues within the context of overall support for early-mid career New Zealand researchers. More detail on our requirements, in addition to the Background of the project, is outlined in the full Terms of Reference document attached to this document. Evaluation results are expected to be made public and may be used by MBIE and other Funders, such as the Health Research Council (HRC) and Royal Society Te Aparangi (Royal Society), to inform future investments.",Awarded,"Following an open competitive Request for Quote tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to Pukeko Research Limited of 18 Dickson Crescent, Christchurch 8042 to deliver the Fellowships Impact Evaluation. The contract term between MBIE and Pukeko Research Limited is from 23 December 2019 to 30 June 2020. The estimated contract value is approximately $80,000.00 (excluding GST)",80000,20250410 "Ministry of Business, Innovation and Employment",21828428,Request for Quotations,Closed Competition,Workstation Assessments,,20191023,20191105,20200106,,Sole Agency,No,,"MBIE is a diverse organisation with a wide variety of job descriptions and associated health risks. Early identification and management of dysfunction is critical to restore optimal work function. A majority of our workers perform their role from workstations and can experience pain and discomfort syndromes due to repetitive tasks. Workstation assessments are an important tool to ensure workers entering a new role or environment, or reporting an early pain or discomfort event, are supported and educated on effective work setup and practices to resolve a problem and reduce risk of future health concerns. This can be supplemented with activities such as educational resources, presentations/workshops and equipment purchasing advice.",Awarded,"This contract was awarded to TBI Health in December 2019 for a period of 3 years with one option to renew for 1 year (up to a maximum of 4 years). The estimated annual value of this contract is $240,000.",0,20250410 "Ministry of Business, Innovation and Employment",21852235,Request for Proposals,Closed Competition,Responsible Camping Summer Research 2019/20,,20191029,20191120,20200114,,Sole Agency,No,,"The Ministry for Business Innovation and Employment (MBIE) needs information to understand responsible camping. We want to understand the number, demographics and economic, social and environmental impact of responsible campers.",Awarded,,144733,20250410 "Ministry of Business, Innovation and Employment",21877028,Request for Quotations,Open Competition,Immigration Health Medical Assessor Procurement,00011441,20191101,20191121,20201127,,Sole Agency,No,,"Immigration New Zealand (INZ) requires that migrants comply with relevant health requirements for their visa process. All visa applicants are required to go through medical exams and submit the result via E-Medical/HIS system. If any abnormality is noted, then their medical exam is required to be reviewed by a medical assessor to determine if their health would meet INZs instructions as having acceptable health standards. Currently approximately 50,000 Immigration Medical Exams (IME) per annum require medical assessment. Assessing IMEs is a complex and specialized task, therefore has been outsourced to doctors to provide professional advice. These assessments provide health based opinions for Immigration Officers to determine the outcome of Visa applications. Over the last five years this task was completed by up to 14 contracted Medical Assessors (MA). Each MA is a New Zealand registered medical practitioner. The contracts for the current MAs are due to expire on 31 December 2019 but the need for MAs is still ongoing. The key objective for this procurement is to ensure that INZ is receiving this service from 01 Jan 2020 to meet the ongoing demand for MAs.",Not Awarded,this contract award information is to be entered at a later date due to privacy concerns,0,20250410 "Ministry of Business, Innovation and Employment",21993546,Request for Quotations,Open Competition,RSI Dashboard,,20191126,20191211,20200221,,Sole Agency,No,,"MBIE, Evidence and Insights branch is looking for credible providers who can develop a data visualisation tool to publish performance indicators about the Research Science and Innovation system. The tool will support the ministry to more regularly report on system performance. The tool needs to be developed using the R-based ShinyApp.io platform. The provider will develop the data visualisation tool and support the updating of the data, on a six-monthly basis for up to three years. The visualisation tool will be organised by themes, topics and indicators with a clearly linked story line. The initial product is likely to have 7-9 themes, with 30-40 topics and 60-70 indicators.",Awarded,"Following an open competitive Request for Quote tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to Dragonfly Data Science to deliver the RSI Dashboard. The contract term between MBIE and Dragonfly Data Science is from 17 February 2020 to 16 February 2023. The estimated contract value is approximately $218,400.00 (excluding GST)",0,20250410 "Ministry of Business, Innovation and Employment",21994001,Request for Proposals,Closed Competition,Evaluation of the Building Consent Authority (BCA) Accreditation Scheme,,20191126,20191213,20200129,,Sole Agency,No,,"MBIE wishes to purchase consultancy services to evaluate the Building Consents Authority (BCA) accreditation scheme (the Scheme) to inform improvements in policy and regulation about the building sector. The scope of the evaluation is to provide response to the following three key evaluation questions (KEQ): 1. Is the Scheme designed well enough to provide assurance of BCA effectiveness in terms of contributing to the overall building system outcomes and better performance of the building sector? 2. How effectively is the Scheme currently working to achieve its intended outcomes? In particular does the current scheme provide assurance BCAs are performing effectively? 3. To what extent are current policy settings and tools sufficient and appropriate to support MBIE, as central regulator, to ensure BCAs compliance with expectations of the Scheme?",Awarded,"Following an closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Litmus Ltd. of Level 3 Technology One House, 86 Victoria Street, Wellington to evaluate the Building Consents Authority (BCA) accreditation scheme (the Scheme) to inform improvements in policy and regulation about the building sector. The contract was signed in January 2020 and the term is from January 2020 to June 2020. The estimated contract value is approximately $99,999 (excluding GST).",99999,20250410 "Ministry of Business, Innovation and Employment",22001397,Request for Proposals,Closed Competition,Risk Analytics Platform Data Science Panel,Project 3505,20191127,20200113,20200612,,Sole Agency,No,,"Immigration New Zealand (INZ) is in the process of purchasing a scalable technical platform to perform risk analytics and the associated support services for the data science function within INZ. As part of the Risk Analytics Platform (RAP) project, the first stage of choosing a platform has been completed. INZ will use Microsoft Azure services, including Azure Databricks. The project is required to establish the platform and tools, the governance around the use of these, and is also required to develop models for use by client systems. This procurement relates to the second stage of the project, namely, the setup of a panel of suppliers to support the data science practice at Immigration New Zealand (INZ). We want assistance in getting the most out of our data, and we want to do this safely, in line with the principles issued by the Government Chief Data Steward and the Privacy Commissioner, meeting high technical and ethical standards. Initially this panel is likely to be used to support the RAP Project, however we anticipate that that there may be future projects within INZ that may use the panel if their requirements meet the scope.",Awarded,A panel agreement was set up with all responding suppliers.,0,20250410 "Ministry of Business, Innovation and Employment",22011633,Request for Quotations,Open Competition,"Main Build Contractor for Fit-out Works: 1.Ground Floor and Levels 1 & 2, 39 Paramount Drive, Henderson, Auckland (Project #3662) 2.Level 8, 167B Victoria St, Auckland (Project #3663)",,20191129,20191213,20200217,,Sole Agency,No,,"What we need: This request for quote relates to the purchase of Main Contractor services for the fit-out and refurbishment of MBIE premises in two separate buildings in Auckland. The Main Contractor will be responsible for undertaking fit-out works for MBIE, which will also involve some refurbishment of the existing premises. Refurbishment works will be limited to the tenancy area and exclude the base building controlled building core which contains bathrooms, stairs and lifts. Base build elements may need to be altered and made good to accommodate the new fit-out design but these works are not envisioned to be significant. The total floor area for the proposed works is approximately 2,200 m2. As well as providing the built solution as referenced above, the Main Contractor for each project will be engaged to provide early cost, programme, and constructability advice through an Early Contractor Involvement (ECI) role, which provides additional market knowledge to complement the consultant team. This role commences upon tender acceptance. What we dont want: We do not need offers of design services or proposals to change any aspect of the plans. The timeframe does not allow for this. We also do not require soft furnishings to be part of the scope of works. We do not want responses from sub-contractors. We are seeking responses from main contractors. Whats important to us: The Ministry of Business, Innovation & Employment is looking for credible providers who have the capability, experience and infrastructure to deliver a rapid-build project. They need to have a good track record in the successful completion of office fit-out projects. Providers must be able to answer yes to all Pre-Conditions in Section 3. It is important that the provider is willing to work with us, and with our consultants, to achieve a successful outcome. The requirements will include health and safety requirements appropriate to the level of health and safety risk. Please refer to the Health and Safety at Work Act 2015 for guidance. A key objective of ours is to have certainty in the programme.",Awarded,"Following a Request for Quotes tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Impact Interiors and Construction Ltd of 60 Barrys Point Road, Takapuna, Auckland 0740 NEW ZEALAND to carry out main build contractor for fit-out works on ground floor and levels 1 and 2 of 39 Paramount drive, and Level 8 of 167B Victoria Street.The procurement consisted of a contract term from January 2019 till June 2020. The estimated contract value is approximately $119,770.00 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",22013176,Request for Proposals,Closed Competition,Cluster Opportuntiy for RF&I Intermediary Services,,20191129,20200124,20200520,,Cluster,No,,"On behalf of thirteen government agencies, we are seeking a suitably qualified risk financing and insurance intermediary services provider who can deliver a collaborative risk financing and risk management solution. This secondary procurement process presents the opportunity to work with a significant government client base and demonstrate leadership and well-considered innovation as it relates to collective insurance programme management and growing risk management maturity. We recognise the timing of this procurement process is not optimal, in the sense it straddles the Christmas period. We apologise for the inconveniences this causes. Our timing is driven by the context of the existing group services order expiring on 31 March 2020.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",22028505,Request for Tenders,Open Competition,Provision of Petroleum Reserves for the New Zealand Government,,20191203,20200121,20200330,,Sole Agency,No,,"Please subscribe to this notice (GETS listing 22028505) to find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are the Stage One Preliminary Response Form, the Stage Two Tender Response Form, and a template Agreement for Petroleum Reserves Supply and Storage. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 7th January 2020 with the same tender closing date). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 7th January 2020, please email RFT responses to oilsecurity@mbie.govt.nz Tender responses will be required, as set out in the RFT, by 5pm GMT 21st January 2020, please email RFT responses to oilsecurity@mbie.govt.nz If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",22087337,Request for Proposals,Closed Competition,REVIEW OF SELF-CERTIFICATION IN CONSTRUCTION INDUSTRY TRADES,12366,20191213,20200131,20200330,,Sole Agency,No,,"Self-certification in the context of regulated occupations, means a system, prescribed in regulations, that allows registered and licensed practitioners to sign off their own work as meeting a stipulated standard, for example, the New Zealand Building Code. We need a review of effectiveness of self-certification in construction industry trades. We need a well-structured, well-evidenced report that will be a robust input to a May 2020 Cabinet paper reporting on the statutory review of the Plumbers, Gasfitters, and Drainlayers Act 2006. Self-certification will be one of six areas addressed in the review report to the Minister. Please submit your response in two documents, one including price, one not including price.",Awarded,"Following a closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded this contract to Sapere Research Group to undertake the review of self-certification in construction industry trades. The contract was signed in February 2020 and the term is for the period of 4 months. The estimated contract value is approximately $99,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",22088623,Request for Proposals,Open Competition,Office Relocation Services,,20191213,20200131,20200812,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking a market leader in the relocations field to support a number of relocation projects and any adhoc relocations required, over the next three to five years for MBIE Propertys national portfolio. The relocation projects that the MBIE Property portfolio delivers range from relocations from 10 50 people, to relocations of 1000+ people.",Awarded,"Following an open competitive Request for Proposal tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to Fusion Workplace Services to deliver the services. The contract term between MBIE and Fusion Workplace Services is from 11 August 2020 to 30 April 2023.",0,20250410 "Ministry of Business, Innovation and Employment",22094718,Request for Quotations,Open Competition,Preliminary analysis and modelling for Hydrogen Pathways,12280,20191216,20200210,20200330,,Sole Agency,No,,"We are looking to engage consultant(s) to assist the Ministry of Business, Innovation and Employment (MBIE) to undertake analysis and modelling to support a New Zealand roadmap for hydrogen. Timeframes for delivery for this project are a start in March 2020 with completion by end of May to early June 2020. A second phase, which is not covered by this RFQ, will be to extend any modelling undertaken in this RFQ (as needed) and develop this work into a full roadmap. This later RFQ is expected to be issued around mid-2020. The key skills that we are seeking in this RFQ are the ability to carry out analyses and modelling pertaining to the following key questions, and others that may arise during the course of the procurement. The key modelling task is to analyse the implications of different scenarios of hydrogen development across a range of scenarios from the status quo to the establishment of large-scale domestic hydrogen use and international export. Key modelling issues that will need to be analysed include, but are not limited to: What are the environmental and resource implications of hydrogen development in New Zealand, particularly the effects on freshwater supply What different economic opportunities arise from different levels of hydrogen development, including exports, and What are the effects that may arise in other parts of the energy market, with a focus on electricity price, for hydrogen development. The above are not an exclusive list and other issues can be addressed in the full roadmap RFQ later. MBIE will work with the supplier to identify which of the key issues above can be considered in this RFQ, and identify any key issues omitted. MBIE will agree a timeline and fee with the supplier for the delivery of the modelling work that is agreed for this RFQ.",Awarded,"Following an open Request for Quote tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Castalia Limited, of Level 2, 88 The Terrace, Wellington to deliver the preliminary analysis and modelling for Hydrogen Pathways. The contract was signed in March 2020 and the term is for approximately 3 months. The estimated contract value is approximately $100,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",22214335,Request for Proposals,Closed Competition,Trade Mark Goods &Services,,20200127,20200217,20200818,,Sole Agency,No,,"We are looking for an externally provided service that can be integrated into the Intellectual Property Office of New Zealand (IPONZ) systems via an Application Programming Interface (API). The core feature of the service is to take a users own description of a businesss goods and/or services and provide recommendations of relevant pre-approved and classified terms of goods and/or services that can be used within trade mark applications. The key objective of this procurement is to attain a service that provides this core feature and that can be integrated with existing trade mark systems to: Replace the legacy goods and services classification tool; Improve the experience for the public selecting an appropriate specification; Improve the quality of applications; and Improve the efficiency of processing applications as a result of fewer objections being raised from examination of specifications",Awarded,The winning response was provided by a Clarivate Analytics listed above. If you have any questions regarding this tender please contact abdul.gibraan@mbie.govt.nz.,0,20250410 "Ministry of Business, Innovation and Employment",22257489,Request for Proposals,Open Competition,All-of-Government (AoG) Media Panel Generation Two - RFP,,20200203,20200303,20200626,,All of Government,No,,"New Zealand Government Procurement (NZGP) is a branch within MBIE that is responsible for the All-of-Government (AoG) Media Solution. We are seeking media publishers for the purpose of providing media to Eligible Government Agencies under the following channels: television, print, radio, online/digital, out of home and cinema.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",22292351,Request for Quotations,Open Competition,Consultancy Services for scoping study on green hydrogen for APEC 2021,RFQ 12633,20200212,20200228,20200629,,Sole Agency,No,,"New Zealand is the host economy for APEC in 2021. To enrich the policy discussion on one of the key themes for APEC21 inclusive and sustainable growth, New Zealand plans to undertake an APEC project on green hydrogen. MBIE intends to apply for APEC funding for this green hydrogen project. As part of the APEC funding application process, New Zealand will need to scope the project and prepare a concept note and then a project proposal for APEC funding application. This procurement relates to the consultancy service required to undertake a study into some aspects of hydrogen use in the APEC region, which would inform the scoping of the APEC green hydrogen project. MBIE in this RFQ is purchasing consultancy services to undertake a desktop study on approaches to hydrogen in APEC region, to assess whether countries are committed to green, as opposed to blue or brown hydrogen or indifferent. The value of the contract for this piece of work is a maximum of $50,000. This work is intended to contribute towards other projects that will be developed as part of New Zealands commitment as host for APEC 2021. Different approaches should be categorised and then the value of adopting a green standard or certification should be considered.",Awarded,"Following an open Request for Quote tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Ernst and Young, 2 Takutai Square, Britomart, Auckland to deliver the Scoping study on green hydrogen for APEC 2021. The contract was signed in March 2020 and the term is for approximately 3 months. The estimated contract value is approximately $50,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",22381752,Request for Proposals,Open Competition,Media Analyst for All-of-Government Media - RFP,,20200228,20200429,20200602,,All of Government,No,,"The Ministry of Business, Innovation and Employment (MBIE) is leading a procurement process for a media analyst to support the future All-of-Government (AoG) Generation Two Media solution. New Zealand Government Procurement is a branch within MBIE that's seeking a provider that can help ensure media rates are competitive and in line with governments aggregated media spend.",Not Awarded,"Following a detailed assessment of all responses received for the AoG Media Analyst RFP, no responses were evaluated as meeting the requirements set out in the RFP documentation. As such, NZGPP will not be awarding a contract for the AoG Media Analyst. Kind regards, The AoG Team.",0,20250410 "Ministry of Business, Innovation and Employment",22397667,Request for Proposals,Open Competition,Digital Business Solution,3475 / 3454,20200305,20200417,20200910,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) is seeking a Digital Business Solution (DBS) comprising foundational cloud services, initial business service configurations and the ability to configure further immigration services to support our people in improving the overall performance of the immigration regulatory system as well as empowering our customers through greater self-service offerings. Starting with employer accreditation and visa processing services, the DBS will deliver the digital services of Immigration New Zealand (INZ) (a group within MBIE) and drive assurance and greater compliance. MBIE intends to procure a Digital Business Solution that is capable of being extended to host future services across the breadth of INZ business. Note the provision of Appendix C - INZ High Level Architectural Standards and Guidance will only be available on the completion of Appendix K - MBIE Confidentiality Deed. Proposes Supplier briefing sessions will be held on Wednesday 11th March from 8am to 9am at MBIE, 47 Stout Street, Wellington, to register your interest in attending please use the Q & A within GETS stating who will attend, confirmation to follow.",Awarded,"Following an open Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Microsoft New Zealand Limited, of 22 Viaduct Harbour avenue, Auckland to deliver a Digital Business Solution. The contract was signed in September 2020 for implementation services lasting approximately 9 months. The estimated contract value is approximately $4.9million (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",22400640,Request for Quotations,Closed Competition,ACC Levy Rates 2021-22 Acturial Services,,20200304,20200323,20200727,,Sole Agency,No,,"The Ministry for Business, Innovation and Employment (MBIE) is responsible for advising the Minister for ACC on matters relating to the scheme including broader scheme direction and performance as well as the legislation and regulations governing the scheme. MBIE also administers the appropriation for the Crown-funded Non-Earners Account and provides advice on the setting of levy rates including the engagement of independent actuarial review of the levy process.",Not Awarded,"Due to the COVID-19 situation, the Cabinet made a decision on 1 July to roll current levy rates over. As such the actuarial review is not required.",0,20250410 "Ministry of Business, Innovation and Employment",22507630,Request for Proposals,Open Competition,MBIE Project People and Pay Reporting Tool,727,20200401,20200430,20200804,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) is implementing a new SAP payroll solution. We are seeking to purchase a reporting tool to support MBIEs reporting needs in relation to data that will be held in the new payroll solution. MBIE is looking for suppliers of SAP certified cloud based reporting tools that can be successfully implemented in support of MBIEs new SAP payroll solution and can provide the required reporting capability for the life of the MBIE SAP payroll solution. There is emphasis on the necessity for a fully integrated reporting solution to ensure all reporting requirements are met.",Awarded,The contract was awarded to Zag / Epi-Use Labs Ltd (joint venture bid).,0,20250410 "Ministry of Business, Innovation and Employment",22514159,Request for Proposals,Closed Competition,AC36 Impact EValuation,,20200404,20200515,20210126,,Sole Agency,No,,"The overall purpose of this evaluation is to determine the impact of AC36 events. The key objective of this procurement is to understand the impact of AC36 events and related activities in Auckland and New Zealand, including the value for money invested by the Crown and Auckland Council on behalf of taxpayers and ratepayers. The evaluation will focus on measuring both costs and benefits, which would not have occurred had there been no AC36 events. This RFP is the second stage of the ROI released on GETS dated 16th December 2019 of the same name. While we received a high level overview of the possible approaches to conduct a CBA we would now like to see more details of how your proposed methodologies would apply to our evaluation project. More detail on our requirements, in addition to the Background of the project, is outlined in the AC36 Programme Data and Evaluation Plan document attached to this document. Indicative budget for this evaluation is $350,000 + GST. This process remains competitive, and we will be looking for a team that can demonstrate value for money by delivering us the most valuable, defensible result for this budget range. Evaluation results are expected to be made public and may be used by MBIE and other Funders, such as the Auckland Council, to inform future investments.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",22788951,Request for Proposals,Closed Competition,NZ Employment Campaign,13287,20200722,20200731,20210127,,Sole Agency,No,,"Employment Services (ES), a branch within the Ministry of Business, Innovation and Employment (MBIE), is looking for a medium size advertising agency that can use their A+ team to help develop a multi-media campaign that will increase awareness of the need to comply with minimum rights and foster ongoing fair employment relations in the wake of Covid-19. The campaign must start on the 15th of August to ensure audiences have relevant and timely information before the employment leave and wage extension subsidies finish. Rather than submitting a full written response document, for the essence of time suppliers are required to respond via a presentation on the 31st July which is required to address all of the evaluation criterion. As detailed in the RFP, all enquiries/questions must be via GETS. Acceptance of participation and the RFP Response must be emailed to our Point of Contact: Lauren.McAndrew@mbie.govt.nz If you wish to participate, please email Lauren.McAndrew@mbie.govt.nz by 5pm 24th July.",Not Awarded,This tender was cancelled.,0,20250410 "Ministry of Business, Innovation and Employment",22811259,Request for Quotations,Closed Competition,SMS Services,13256,20200617,20200701,20210917,,Sole Agency,No,,"MBIE is seeking an SMS API that meets the following technical requirements in order to integrate with MBIE business applications that have existing SMS interfaces at minimised effort and cost. The solution must be able to: Use a secure API to send SMS mobile terminated (MT) messages to New Zealand and international mobile phones. Support concatenated SMS messages to allow for message content up to 1,500 characters in UTF-8 format. Optionally support dedicated short codes for some MBIE business applications. Selectively route and bill messages in different ways dependent on which MBIE business application sent the message. Receive mobile originated (MO) replies via an API callback (i.e. replies are sent back to MBIE via API, including a correlation ID to indicate the message that the reply is in response to). Receive MO messages via API callback (i.e. where a handset user sends a message to a dedicated MBIE short code, the message is sent to MBIE via API). Manage Delivery Receipts (DLRs) so MBIE applications are able to know the status of a message delivery. This could be achieved through a DLR callback to actively notify the MBIE system when delivery status is changed, or through an API that can be called to check the status of a specified message. Minimal rework of existing internal systems to interface with the selected SMS provider. Provide test environments to support development and testing, including use of mock recipient mobile numbers that can be used without cost to simulate responses and status updates. Have 24x7 coverage with 99.5% system availability. Provide an alert service to actively notify MBIE administrators and vendors of any service outages, including notifications of any third-party incidents that affect delivery to customers of specific SMS network providers. Provide a secure online portal for MBIE administrators to log in and view reporting of SMS API usage. Have the ability to provide reporting that can segregate channels and mobile carriers.",Not Awarded,This RFQ process was undertaken on the basis that SMS services was part of the TaaS catalogue however this is not the case. To add SMS services to the TaaS Panel would take a fair amount of time as such to minimise MBIE's risks and to be able to continue using the services MBIE has decided to cancel the above RFQ and proceed to direct source the services from our previous provider. Once the TaaS panel has been updated to include SMS services as a catalogue item we will consider running another market test.,0,20250410 "Ministry of Business, Innovation and Employment",22841835,Request for Proposals,Open Competition,Immigration New Zealand Medical Clinic in Manukau,,20200622,20200721,20201118,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) contracts a panel of medical clinics across the country that conduct immigration medical examinations (IMEs) for applicants that require them as part of their visa applications (the Onshore Panel Physicians Network (OPPN)). Immigration New Zealand (INZ), a business unit within MBIE, is responsible for overseeing the OPPN. Recently the organisation that was contracted to conduct IMEs in the Manukau area disbanded. MBIE is now seeking to appoint a new clinic or clinics in Manukau.",Awarded,"Following an open competitive Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE, as the Lead Agency) has awarded this contract to Manukau City Medical Centre Limited and Albahadly Medical Centre Limited.The contract term between MBIE and each of the clinics is from 30 September 2020 to 29 March 2022.",0,20250410 "Ministry of Business, Innovation and Employment",22881999,Request for Proposals,Open Competition,All-of-Government Motor Vehicles - Electric Vehicles RFP,,20200626,20200730,20201005,,All of Government,No,,"In July 2015 the Ministry of Business, Innovation and Employment (MBIE), implemented a second-generation All-of-Government (AoG) agreement for the supply of Motor Vehicles. The solution is designed to be flexible to allow for changes in technology. The existing AoG Vehicles solution consists of a Panel of Suppliers. In December 2016 a panel of Electric Vehicle (EV) Suppliers was established and three new suppliers were added to the existing Panel. In October 2018 the Government recognised that its procurement activities offer a unique opportunity to achieve broader cultural, economic, environmental and social outcomes for New Zealand. Of these Broader Outcomes, the Government identified four priority outcomes for agencies to focus on, with Reducing emissions and waste being one. Within this priority outcome, the emissions from the governments light vehicle fleet is a focus area, and this RFP seeks to support agencies by increasing choice for those agencies looking to lower their fleet emissions. The Electric Vehicle part of the AoG Motor Vehicles solution is an open panel (i.e. a panel to which new Suppliers can be added over time). This RFP invites further Respondents to submit their proposals to provide EVs for inclusion on the AoG catalogue. For the purposes of this RFP, Electric Vehicles are either new or used Battery Electric Vehicles or Plug-in Hybrid Electric Vehicles supplied by Manufacturers or Manufacturer Authorised Distributors. Existing Panel Suppliers (including those Suppliers appointed to the original solution in 2015 and the Electric Vehicles panel in 2016 and 2019) are not required to respond to this RFP. Appendices 1 to 4 are included in the RFP document. Appendix 5 will not be used. Appendix 6 is the Supply Agreement, Appendix 7 is the Proposal Template, and Appendix 8 is the Electric Vehicle(s) Response Template.",Awarded,"Following this RFP process, New Zealand Government Procurement and Property have appointed Kia, Saic Motors, Scandinavian Vehicle Distributors & Tesla to the supplier panel for the All-of-Government Motor Vehicles contract. All suppliers have been appointed for the supply of electric vehicles only. The appointment of four additional suppliers will give government agencies more choice as they work towards having an emissions free fleet. The Government has a goal that its light vehicle fleet should be emissions free by 2025/26 where practicable.",0,20250410 "Ministry of Business, Innovation and Employment",22968320,Request for Proposals,Open Competition,Marae Digital Connectivity,13571,20200714,20200805,20210127,,Sole Agency,No,,"This opportunity is for training providers who are based in priority regions of New Zealand to provide a series of in-depth training workshops to the kaitiaki of marae who are responsible for the upkeep and use of their marae. The workshops will be in person, and will focus on the most effective way that marae can use the broadband and hardware packages they have received as part of the Marae Digital Connectivity programme. Please note, a seperate response form (Part A and Part B) is required to be submitted for each region.",Awarded,"Following an open Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded these contract to AATEA Consultants (of 120 Queen Street, Wairoa) and Te Wananga o Aotearoa (320 Factory Road, Te Awamutu) ,to deliver Training Services for Marae Digital Connectivity. The contracts were signed in November 2020 and the term is from November 2020 for the period of 6 months, with the option to extend for a further 6 months. The estimated contract value is approximately $1,800,000.",0,20250410 "Ministry of Business, Innovation and Employment",22973421,Request for Quotations,Open Competition,ROV Services at Tui Oil Field Request for Quote,,20200715,20200727,20210331,,Sole Agency,No,,"MBIE is looking for a suitable provider that is capable of delivering a Remote Operator Vehicle (ROV) integrity survey of subsea assets at the Tui Oil Field in Taranaki, New Zealand. The integrity survey is a critical component of our demobilisation work programme, and hence we need a provider to deliver these services quickly, safely, and effectively.",Not Awarded,RFQ was not able to be completed,0,20250410 "Ministry of Business, Innovation and Employment",23100916,Request for Proposals,Closed Competition,Aspiring Leaders Programme,13825,20200812,20200902,20210127,,Sole Agency,No,,"This procurement relates to the purchase of workshop delivery for three workshop topics for MBIEs Te Kakano Aspiring Leaders Programme (ALP). We are seeking high quality solutions that are tailored to MBIE and offer the best value for money as well as flexibility in the format and location of delivery. We are expecting the successful respondent to deliver either full day face-to-face workshops in Wellington or virtually depending on MBIEs needs. Depending on demand, there is also the possibility of the delivery of ALP in other New Zealand regions. Respondents are expected to propose solutions for each of the three workshop topics relating to the State Services Commission (SSC) Leadership Success Profile (LSP) indicators of leadership potential: Resilient Self-Aware & Agile Engaging Others",Awarded,"Following an closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) awarded this contract to Brandheart, to deliver the Aspiring Leaders Programme. The contract was signed in November 2020 and the term is from November 2020 for the period of 3 years. The estimated contract value is approximately $130,000",0,20250410 "Ministry of Business, Innovation and Employment",23252341,Request for Proposals,Open Competition,ERM Explorer,,20200908,20201015,20211103,,Sole Agency,No,,"This procurement relates to the procurement of a technology solution based on the learnings from the ERM Explorer prototype. This procurement will source a specialist integrator to design, configure, test and implement a combination of cloud-based, off the shelf solutions in the MBIE environment. We will want the selected respondent to assist with data migration and post production support, management and ongoing evolution of the solution to ensure it keeps up with technology advances.",Awarded,"Agency: Ministry of Business, Innovation & Employment Successful Supplier: Theta Systems Limited Description of Goods, Services or Works: Replacement of the existing GOLD platform that is nearing the end of its lifecycle with a new ERM Explorer solution, which is a web-based implementation of data management system, supporting Submission, Lodgement, Pre-Ingest, Ingest and Publish workflows. This supports MBIEs Energy and Resource Markets operations. Contract awarded: 3 November 2021 Contract term: 7 years Expected spend: $6,000,000 whole-of-life cost Type of procurement process: Open competitive, RFP advertised on GETS in September 2020 MBIEs NZBN: 9429000106078 Suppliers NZBN: 9429038461446",0,20250410 "Ministry of Business, Innovation and Employment",23266251,Request for Quotations,Open Competition,Fuel Stockholding,,20200910,20200925,20210126,,Sole Agency,No,,"MBIE is the Governments lead adviser on national fuel security and it reviews fuel security policy settings from time to time. Major reviews were undertaken in 2005 and 2012, with some further work commissioned in 2017, just prior to the Refinery-to-Auckland pipeline outage. Each review was informed by specialist advice on supply chain risks (e.g. pipeline failure), risk mitigations (e.g. costs of storage), the economic and social impacts of supply disruptions, and the expected benefits of reducing the frequency and extent of disruptions. There is now a need to update the previous analysis in light of the expected closure of the Marsden Point oil refinery. Refining NZ is currently reviewing its refining business in the context of challenging global refining market conditions, and is considering options that include reducing its refining capacity and closing the refinery. Closure of the refinery could result in a significant reduction in New Zealands fuel stockholding. It would also represent a significant change in the fuel supply chain and warrants a careful review of the relevant supply chain disruption scenarios including geopolitical conflict in SE Asia or elsewhere, extreme weather events, and pandemics. These kinds of disruptions did not feature prominently in previous reviews.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",23294291,Request for Proposals,Closed Competition,Opportunity for RF&I Intermediary Services - Cluster 2,,20200915,20201015,20210430,New Zealand Government Procurement and Property,Cluster,No,,"On behalf of twenty-two government agencies, we are seeking a suitably qualified risk financing and insurance intermediary services provider who can deliver a collaborative risk financing and risk management solution. This secondary procurement process presents the opportunity to work with a significant government client base and demonstrate leadership and well-considered innovation as it relates to collective insurance programme management and growing risk management maturity.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",23355993,Request for Proposals,Open Competition,Small Business Digital Boost,,20200925,20201019,20201127,,Sole Agency,No,,"To support more small business owners to realise the benefits of digitalisation defined as improving business processes through greater use of digital tools and adopting digital business practises MBIE is partnering with the private sector to deliver the following initiatives within the Small Business Digital Boost programme: 1. Digital Boost Spotlight Series (Initiative 1 Energise) where small business owners who have recently transformed their business by adopting digital tools and digital ways of working share their experiences to inspire other small business owners. This will include small businesses from a wide range of sectors, including tourism; 2. Digital Boost Skills Training and Support (Initiative 2 Educate) focused on building the skills, confidence and trust required to enable small business owners to realise the benefits of working digitally and/or with digital tools. The training will be available to any small business that has begun to explore the digital world and wants a boost to accelerate their change; and 3. Digital Boost Directory (Initiative 3 Embed) working with the private sector to bring together the most relevant digital tools, technologies, products and services to support small businesses (including those in hospitality and associated with the tourism sector) with becoming digital, including the potential for subsidised offerings or assistance. This Request for Proposal (RFP) is seeking responses for Initiative 2 of the Small Business Digital Boost programme Digital Skills Training and Support. The Digital Boost Spotlight Series and Digital Boost Directory are being developed separately. The successful Respondent(s) will be expected to connect and interface with the other parts of the Digital Boost programme to ensure a seamless experience for small businesses, which will be facilitated by MBIE and our partners.",Awarded,The Contract has been awarded to The Mind Lab/Indigo,0,20250410 "Ministry of Business, Innovation and Employment",23391119,Request for Quotations,Open Competition,ROV survey - Tui Oil Field,,20201002,20201015,20201204,,Sole Agency,No,,"MBIE are looking for a suitable provider that is capable of delivering a Remote Operator Vehicle (ROV) integrity survey of subsea assets at the Tui Oil Field in Taranaki, New Zealand. The integrity survey is a critical component of our demobilisation work programme, and hence we need a provider to deliver these services quickly, safely, and effectively. Please see attached RFQ and associated documents for further detail.",Awarded,"MBIE can confirm that the ROV services tender has been awarded to Offshore Solutions Ltd and the works are to be undertaken imminently. MBIE thanks all Respondents for their efforts in submitting RFQs.",419250,20250410 "Ministry of Business, Innovation and Employment",23440347,Request for Quotations,Closed Competition,Evaluation of Expanded Welcoming Communities Programme,,20201012,20201113,20210303,,Sole Agency,No,,"We are seeking an evaluator to monitor and evaluate the ongoing implementation of the expanded Welcoming Communities programme, including the degree to which it is delivering anticipated short to longer term outcomes and desired impacts. As set out in the Welcoming Communities' intervention logic, the programmes long term objectives are to generate social, economic, civic and cultural benefits for the community and New Zealand as a whole. This evaluation should build on rather than replicating the evidence already provided by the evaluation of the pilot programme with its focus on implementation and early outcomes.",Awarded,"Following a closed competitive Request for Quote tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded this contract to Allen and Clarke Policy and Regulatory Specialists Limited to deliver the required services. The contract term between MBIE and Allen and Clarke Policy and Regulatory Specialists Limited is from March 2021 to December 2024. The estimated whole of contract value is $474,310 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",23486125,Request for Proposals,Closed Competition,Evaluation of the Provincial Growth Fund (PDU) 2020,,20201021,20201117,20210126,,Sole Agency,No,,"This is an opportunity to work with the Ministry of Business, Innovation and Employment (MBIE) and the Provincial Development Unit (PDU) to undertake an evaluation of the Provincial Growth Fund (PGF), as required by Cabinet. The PGF was established in December 2017 to invest $3 billion over three years from 2018 to 2020 into investments that are intended to raise the productivity potential of regional New Zealand. The priorities for the investments are to enhance economic development opportunities, create sustainable jobs, and enable Maori to reach their full potential, boost social inclusion and participation, build resilient communities, and help meet New Zealands climate change targets. The evaluation will examine peoples experiences of the PGF processes, the early outcomes, and how the PGF could be improved to better deliver on its outcomes. Note: For improvements in regional outcomes to be observable, it will be at least another two to three years after Provincial Growth Fund (PGF) investment has been made. We wish to engage a credible and fully competent Supplier, or a consortium of Suppliers (Supplier/s), who can undertake an evaluation of the PGF, applying an appropriate mix of methods that addresses Cabinets requirements while working closely with the staff from MBIE. A draft evaluation plan (the plan) has been prepared and will be attached to the Request for Proposal (RFP). The plan sets out the scope of the evaluation, the key evaluation questions, and the use of different evaluation methods and potential sources of data or information. Suppliers are expected to use the plan in preparing their response. They may wish to propose some adjustments to the draft evaluation plan, based on their experience, knowledge, information obtained, timeframes, budget, and potentially the impacts of COVID-19. A final report following the completion of the evaluation must be suitable for presentation to Ministers and the public. The evaluation and final report should be completed by 30 June 2021 and within the budget. We are prepared to exercise some flexibility on the timeframe, if appropriate.",Awarded,"Following a secondary RFP tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Allen & Clarke Policy and Regulatory Specialists of 262 Thordon Quay, Wellington to evaluate the outcomes of the PGF 2020. The contract was signed in January 2021 and spans a term of 6 Months (January-July 2021).",0,20250410 "Ministry of Business, Innovation and Employment",23530237,Request for Proposals,Closed Competition,NZ Battery electricity market study,,20201029,20201118,20210127,,Sole Agency,No,,"This RFP is for the NZ Battery project. The NZ Battery project is a government initiative to develop the business case for a solution, or solutions to New Zealands dry year risk problem, whereby in years with low hydro inflow, electricity generation can face a shortfall on average of around 5,000 GWh. The Government has allocated a multi-year appropriation of $100 million to fund the project. The project is divided into phases. The first phase is the business case evaluations ($30 million), and the second phase is the engineering design of the selected options ($70 million). The project will be managed by a core project team, supplemented through services procured through a number of consultancies.",Awarded,"Following an closed Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded contracts to Sapere Research Group and Concept Consulting ,to undertake research on the NZ Battery Electricity Market. The contracts were signed in December 2020 and the term is from December 2020 for the period of 4 months. The estimated contract value is approximately $200,000.",0,20250410 "Ministry of Business, Innovation and Employment",23552923,Request for Proposals,Open Competition,AoG Consultancy Services Panel RFP,,20201218,20210630,20231201,New Zealand Government Procurement and Property,All of Government,No,,"In 2015, the Ministry of Business, Innovation and Employments (MBIE) Centre of Expertise for Consultancy Services (the CoE) established an All-of-Government (AoG) solution for the supply of Consultancy Services to government. The Consultancy Services Panel was established to make the procurement of Consultancy Services easier for providers and Eligible Agencies, reward quality, provide more transparency and achieve value for money. These objectives still hold true in 2020. The purpose of this Request for Proposal (RFP) is to refresh the current Panel of Providers to allow new providers onto the Panel as well as enabling existing Providers to apply to provide Consultancy Services in additional sub-categories. This RFP will be open until the 30 June 2021, unless otherwise notified. This GETS listing will be the primary point of contact, information and questions and answers for this RFP. All responses to the RFP must be submitted through the online Application Page (the link is included in the attached RFP document). Please note that Reponses will not be considered unless they are submitted through the Application Page. **NOTE: the Application Page will be activated during the week beginning 21 December 2020. An Addendum will published notifying you that the Application Page is active** The following documents are attached to this RFP: -The RFP document, -The pricing template, -The AoG Consultancy Services Agreement.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",23556232,Request for Quotations,Closed Competition,Small Business Digital Boost - Energise,,20201103,20201117,20210304,,Sole Agency,No,,"Creative and production delivery of a suite of real life small business stories that illustrate peer-to-peer how small businesses can increase their digital capability. These case studies will be based around target industries and core digital competencies. MBIE will finalise the details of the small businesses who will take part in phases two and three of Energise and share with the successful Supplier. These case studies will be online video, text and imagery, residing on business.govt.nz and partner channels. They will: - target focus industries and core digital competencies - engage businesses with a compelling story - designed to be inclusive for different learning types and disabilities - use behavioural and design best practices to influence change - be tailored to our different personas and segments. They will encourage the adoption of best practices, addressing research from business.govt.nz, Productivity Commission and others. The deliverables for phase two of Energise are due by 31 March 2021, and phase three of Energise by 30 June 2021. A work programme and timeline (with milestones) will be confirmed with the provider at the same time the contract is finalised. The videos must be of a high quality/standard, must be delivered to the business.govt.nz tone, style and language, and follow the MBIE/business.govt.nz brand guidelines. The videos need to be fit for purpose, clearly delivering the required messages and be able to be used across a number of platforms (web, social media and tv).",Awarded,"Following a closed competitive Request for Quote tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded this contract to Wrestler Ltd to deliver the required services.",0,20250410 "Ministry of Business, Innovation and Employment",23557342,Request for Quotations,Closed Competition,Main Build Contractor Heriot Drive Security Uplift Project,3797,20201103,20201117,20210415,,Sole Agency,No,,"This request for quote relates to the purchase of Main Contractor services for the Heriot Drive Security Uplift project, located at 7 Heriot Drive, Porirua, Wellington. A new MBIE Security and Emergency Management Programme was formed in October 2019, which is forecast to take 3 years to bring all national and international sites up to the required security standards. The Heriot Drive Security Uplift project is part of this larger programme of works. The Main Contractor will provide construction services to undertake building works for the Heriot Drive Security Uplift project, namely the construction of new reception and courier room facilities in accordance with the design documentation, to the required security standards and quality, and within the stipulated timeframes and budgets available. The new Security programme provides a multi-year approach to reviewing all MBIE sites across New Zealand, implementing changes to create a managed, holistic secure environment and at a National level, optimise business readiness for future National Emergency events.",Awarded,"Following a secondary Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Alaska Construction and Interiors Wellington Limited, to complete the security uplift at the MBIE office at 7 Heriot Drive, Porirua. The contract was signed in December 2020 and the term is for 13 weeks. The estimated contract value is approximately $80,000 (excluding GST).",80000,20250410 "Ministry of Business, Innovation and Employment",23620609,Request for Proposals,Open Competition,All-of-Government Office Supplies,23620609,20201116,20201222,20210624,New Zealand Government Procurement and Property,All of Government,No,,"In July 2010 the Ministry of Business, Innovation & Employment (MBIE), through its predecessor the Ministry of Economic Development, implemented an All-of-Government (AoG) solution for the supply of office supplies. Generation Two (Gen Two) of the AoG office supplies contract, which was established in 2015, will expire on 17 July 2021. The purpose of this Request for Proposals (RFP) is to put a replacement solution in place prior to the expiry of the Gen Two contracts. We also invite you to to attend the RFP Supplier Briefing: Date: Friday 27 November Time: 11am (New Zealand Time) You do not need to register to attend, just click the following Zoom link: https://mbie.zoom.us/j/89410159738?pwd=NXBwSnFYRHRKelFzSGtnZEV6cWdSZz09#success At the briefing, we will provide an overview of the RFP and allow time for any questions. The webinar, and any questions and answers will be posted on GETS for those who cannot attend. Webinar ID: 894 1015 9738 Passcode: 368092 Or Telephone: New Zealand: +64 9 884 6780 or +64 3 659 0603 or +64 4 886 0026 International numbers available: https://mbie.zoom.us/u/kVvKNrYV5 Or conference room system: SIP: 89410159738@zoomcrc.com",Awarded,"New Zealand Government Procurement (NZGP) has now launched the new All-of-Government (AoG) Office Supplies contract. The following Respondents were awarded contracts: -Alsco New Zealand -Burns and Ferrall -National Express Products (NXP) -New Zealand Safety Blackwoods (NZSB) -OfficeMax New Zealand Limited -Pacific Hygiene Limited -Play'n'Learn -Qizzle -The Warehouse Group Further detail on the office supplies contract can be found here: https://www.procurement.govt.nz/contracts/office-supplies/ Nga mihi Office Supplies CoE",0,20250410 "Ministry of Business, Innovation and Employment",23620712,Request for Quotations,Closed Competition,Self-Contained Vehicle Standard supporting the management of responsible camping,,20201113,20201203,20201207,,Sole Agency,No,,"We are seeking an service provider to independently review the current regulatory framework for the Self-Contained Vehicle Standard (SCVS) In the delivery of this product, we are looking for the supplier to use well-established policy frameworks, including multi-criteria analysis and cost-benefit analysis. We are also looking for the supplier to use a mixture of qualitative and quantitative methodology.",Not Awarded,"MBIE is cancelling this procurement process seeking comprehensive analysis on the regulatory environment for the Self-contained Vehicle standard because: we have been given a clear direction from our Minister on the preferred direction for improving the management of freedom camping in New Zealand, and The Minister has requested specific advice on one option.",0,20250410 "Ministry of Business, Innovation and Employment",23701849,Request for Quotations,Open Competition,MIQ Air Charter Services,,20201127,20201211,20210810,Managed Isolation and Quarantine,Sole Agency,No,,"Managed Isolation and Quarantine (MIQ), is a business group within the Ministry of Business, Innovation and Employment (MBIE). MIQ is an essential part of our border measures to keep COVID-19 out of New Zealand. New Zealands borders are currently closed to almost all travellers to help stop the spread of COVID-19. While our borders are closed, New Zealand citizens and permanent residents have a legal right to come home and many are electing to do so. Every person who arrives in New Zealand must be isolated from the general population for a minimum period of 14 days (336 hours). This measure is key to preventing the transmission of COVID-19 into our communities. This isolation period is facilitated by MIQ, which hosts arrivals in a network of managed isolation and quarantine facilities across New Zealand. This RFQ concerns MIQs ongoing requirement for domestic Air Charter Services to move international arrivals from Auckland International Airport to and from Wellington and Christchurch airports. MIQ requires Air Charter Services in respect of both turboprop and jet charter flights from Auckland to each of Wellington and Christchurch Airports. There is also an occasional requirement for return flights to repatriate guests to Auckland, preferably to take advantage of repositioning aircraft movements.",Awarded,"The date the contract was awarded:1 February 2021 (contract signed 22 July 2021) The term of the contract:1 year with two annual rights of renewal Note the total spend value is an estimate based on forecast annual usage over the term of the contract.",12000000,20250410 "Ministry of Business, Innovation and Employment",23706812,Request for Proposals,Closed Competition,RMA National Direction for Renewable Electricity,,20201130,20210114,20210324,,Sole Agency,No,,New Zealand requires considerable investment in new renewable electricity generation capacity to achieve 100% renewable electricity by 2035 and a 2050 net zero carbon emissions economy. MBIE is developing options to strengthen RMA national direction to enable this investment. This RFP relates to RMA national direction for renewable electricity activities (generation and transmission).,Awarded,"Following a closed competitive Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) has awarded this contract to 4Sight Consulting Ltd to deliver the required services.",0,20250410 "Ministry of Business, Innovation and Employment",23736565,Request for Tenders,Open Competition,Provision of Petroleum Reserves for the New Zealand Government,,20201207,20210125,20210223,,Sole Agency,No,,"Please find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are the Stage One Preliminary Response Form, the Stage Two Tender Response Form, and a template Agreement for Petroleum Reserves Supply and Storage. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 11th January 2021 with the same tender closing date 25th January 2021). Preliminary respondent information and contractual comments must be received by the Government on or before 5pm Greenwich Mean Time (GMT) by 11th January 2021. This must be in PDF format and emailed to oilsecurity@mbie.govt.nz. Tender responses will be required, as set out in the RFT, by 5pm GMT 25th January 2021. This must be in PDF format and emailed to oilsecurity@mbie.govt.nz. If there are any questions please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",23807747,Request for Proposals,Closed Competition,Modelling Work on Biofuels Policy Options,00014955,20201222,20210127,20210211,,Sole Agency,No,,"We are looking for consultants to complete a study assessing the economic impacts and emission reduction potential of policy options that could encourage the use of conventional and advanced biofuels in the transport sector. This study will build on the biofuel white paper commissioned by the Energy Efficiency and Conservation Authority and work commissioned by MBIE looking at expected prices. It is expected that the successful Supplier will examine the following matters through a mix of literature review and economic modelling: carbon prices that would likely be required to meet various targets for biofuels if no other significant government interventions were introduced to promote the use of such fuels in the transport sector modelling of impacts on the economy (in terms of RGDP, RGNDI, employment, export and import, fiscal cost and household and business expenditure on energy) and emissions of up to six biofuels policy scenarios in the period. For example: o a scenario where the repealed 2008 biofuels sales obligations are reinstated, with the proportion of land transport fuels that are biofuels starting at 0.5 per cent in 2023 and rising to 2.5 percent by 2027 and 7 per cent by 2035 o a scenario where biofuels are required to be blended up to the maximum limit prescribed in the Engine Fuel Specification Regulations 2011, starting from 2023 o a biofuels mandate targeting heavy freight and aviation.",Awarded,"Following a Secondary Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Sense Partners of 330 Lambton Quay, Wellington, to model the Biofuels Policy options. The contract was signed in February 2021 and will be completed at the end of March 2021.",0,20250410 "Ministry of Business, Innovation and Employment",23817431,Request for Proposals,Closed Competition,COVID-19 and the Building System: Research to understand its impacts on system actors,14872,20210106,20210205,20210305,,Sole Agency,No,,"MBIE wishes to develop a holistic understanding of the impact of COVID-19 on the building system and the actors within it. MBIE is looking for credible providers who have the capacity and capability to design and deliver a research project that will elicit and report information on the impact of COVID-19 on actors within the building system and the implications of this. They need a track record in research, a good understanding of the building sector and effective ways to engage with actors in the sector. This is an opportunity to help MBIE understand how the building system is being affected by COVID-19 over the short to medium term and what actions may be needed to ensure the system performs effectively.",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Ipsos Limited of Suite 6, Level 4, 21 Johnstone St, Wellington. The contract was signed in March 2021 with a term of approximately 4 months. The estimated contract value is approximately $150,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",24006888,Request for Proposals,Closed Competition,Cost Benefit Analyses of proposed building system regulations,,20210222,20210308,20210408,,Sole Agency,No,,"The Building (Building Products and Methods, Modular Components, and Other Matters) Amendment Bill is the first phase of a programme of reforms to the building regulatory system that will lift the efficiency and quality of building work and provide fairer outcomes if things go wrong. Regulations will be required to implement changes proposed in the Bill. To support the development of regulations, MBIE requires: ? - A review, and amendments if required, of MBIEs cost benefit analysis of the proposed Building Products Information Requirements in the Bill and proposed regulations; and ? - A cost benefit analysis of the modular component manufacturer scheme regulations (including some market analysis of likely scheme take up).",Awarded,"Following a closed secondary procurement process (RFP), The Ministry of Business, Innovation and Employment has awarded this contract to Sapere Research Group. The contract term between MBIE and Sapere is from 6 April 2021 to 9 August 2021. The estimated contract value is approximately $98,000.00 (excluding GST)",0,20250410 "Ministry of Business, Innovation and Employment",24028254,Request for Proposals,Closed Competition,Occupational Licensing & Radio Spectrum Management Client Surveys,00015233,20210226,20210322,20210422,,Sole Agency,No,,"The Occupational Licensing (OL) team is responsible for administering the Licensed Building Practitioner (LBP) Scheme, Electrical Workers (EW) Licensing Group, and the Immigration Advisers Authority (IAA). Occupational licensing aims to ensure that people in these industries perform competently and act accountably, and that consumers are informed and protected. The OL team is actively seeking opportunities to use evidence to inform and improve their work. Data can be used in provide evidence across three areas (with a degree of overlap): 1. Evidence and insights: to develop and evaluate policy and regulatory systems 2. Customer analytics: to understand customers needs and inform enhanced services 3. Operational intelligence: to inform operations and enable efficiency and compliance. The OL team have developed an outcomes monitoring framework for the LBP scheme and have a draft framework for the IAA. It is clear from both these documents that client feedback, tracked over time, plays an important role in being able to monitor a number of occupational licensing outcomes and measure the impact of the teams regulatory operations. The products and services provided by the OL team (and others within the regulatory system) to support these outcomes, and how they are delivered is integral to the clients experience with the occupational regimes. To date the OL team has received minimal feedback/input from its clients, and where it has, it has tended to be for the purpose of developing and evaluating policy and regulatory systems. In 2018 for example, MBIE sought feedback from people involved in the building industry about how they thought the LBP scheme was performing, and where improvements might be made. However, the client perspective is also important to provide evidence in the area of customer analytics, which will also provide evidence to inform operational intelligence. The client perspective can highlight issues that the team may not be aware of (and then look at how these can be remedied) but it can also help determine what is currently successful/working well and capitalise on it. If tracked over time it can also be used to measure the impact of any changes made. The Radio Spectrum Management (RSM) team are also thinking about how they could measure the impact of their operations, and are also considering client surveys as a tool to help do this. Although the clients are different, the mechanism to gather this feedback is likely to be the same so do",Awarded,"Following a secondary Request for Proposal tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to A.C Nielsen (N.Z) ULC trading as NielsenIQ of 129 Hurstmere Road, Northshore, Auckland, to deliver the MBIE Occupational Licensing and Radio Spectrum Management Surveys. The contract was signed in April 2021 and the term is 6 months. The estimated contract value is approximately $108,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",24068488,Request for Proposals,Closed Competition,Temporary Migrant Worker Exploitation Market Research,,20210309,20210319,20210616,,Sole Agency,No,,"This Request For Proposal relates to the purchase of market research services to complete a research programme by 30 June 2021, within a budget of $200,000 excluding GST. MBIE needs to procure a research supplier with proven experience conducting ongoing national quantitative surveys, qualitative behavioural insights, analysis, and marketing communications advice in relation to research findings. It is also important the supplier has had experience of including hard-to-reach participants in their research studies.",Awarded,"Following an closed competitive Request for Quote tendering process, The Ministry of Business, Innovation and Employment has awarded this contract to Colmar Brunton. The contract term between MBIE and Colmar Brunton for 6 months ending in December 2021. The estimated contract value is approximately $319,846.00 (excluding GST)",0,20250410 "Ministry of Business, Innovation and Employment",24147711,Request for Proposals,Open Competition,Request for Proposals - All-of-Government Information Technology Hardware Generation Three,,20210331,20210507,20211105,New Zealand Government Procurement and Property,All of Government,No,,"The All-of-Government (AoG) Information Technology Hardware Second Generation contract was established in 2015 and will expire in September 2021. In this Request for Proposals (RFP) process, we seek to engage suppliers of IT hardware and associated services for a Third Generation of the AoG IT Hardware contract, which will be put in place by September 2021. Subscribe to this GETS listing for further updates, and download all attachments to view the RFP and all associated documents. We have also included as an attachment a list of questions and answers to the Strategy Briefing held on 18 March 2021. Please view the RFP document to see details of the upcoming Supplier Briefing Webinar on 8 April 2021.",Not Awarded,"New Zealand Government Procurement (NZGP) has now launched the new All-of-Government (AoG) IT hardware contract, which goes live on 23 November 2021. The following respondents have been awarded contracts: *Cyclone Computer Company Limited *Datacom Systems Limited *Futureworks Limited *HP New Zealand *Lenovo (Australia & New Zealand) Pty Limited *Noel Leeming Group Limited *PB Technologies Limited *Remark-IT Solutions Limited *Spark New Zealand Trading Limited *The Laptop Company Limited Further details on the new IT hardware contract can be found here: https://www.procurement.govt.nz/contracts/it-hardware/",0,20250410 "Ministry of Business, Innovation and Employment",24254873,Request for Proposals,Closed Competition,Tui Oil Field Decommissioning Project - Removal of Subsea Infrastructure,,20210430,20210611,20211001,,Sole Agency,No,,"MBIE is seeking proposals from suppliers with the required resources (vessels, equipment and expertise) for the removal of the subsea infrastructure from the Tui Field. Proposals must demonstrate a credible track-record in decommissioning subsea infrastructure. MBIE is looking for a credible supplier that has the vessels, equipment, qualified people, resources and experience to undertake the removal of the Tui Field subsea infrastructure in accordance with good industry practice and in accordance with New Zealand's health and safety and environmental laws, regulations and standards. Were looking for a supplier with a proven track record in the project management and the execution of similar projects that is available to perform the work in the required timeframe. We need you to offer solutions that offer the best possible value for money, as well as delivering the Broader Outcomes outlined by the New Zealand Government Procurement Rules (and described in section 2 of this RFP), particularly utilising local suppliers and service providers, as and where possible. The following documents have been posted to GETS (Attachments) as part of this RFP process: 1. Removal of the Subsea Infrastructure RFP (this document) 2. RFP Response Form 3. Pricing and Contract Terms and Conditions Response Form 4. Scope of Work 5. Proposed Contract 6. Supporting Information (drawings, reports and procedures) Note: this document takes time to open due to it's size",Awarded,"The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has entered into an agreement with Shelf Subsea Services Pte Ltd of 60 Howe Street, Osborne Park, Western Australia for the removal of the subsea infrastructure from the Tui Oil Field (Phase 2 of the Tui decommissioning process). MBIE ran a secondary closed competitive tendering process and the contract was signed on 1 October 2021. Subject to the Environmental Protection Authority granting the marine consents, it is anticipated the work will be carried out in the summer of 2021/22 or alternatively in the summer of 2022/23.",0,20250410 "Ministry of Business, Innovation and Employment",24282544,Request for Proposals,Open Competition,All-of-Government Advertising and Design Services Panel Refresh,,20210507,20210622,20211021,New Zealand Government Procurement and Property,All of Government,No,,"New Zealand Government Procurement (NZGP) is conducting an open tender process to provide new providers the opportunity to join the AoG Advertising Services and Design Services panels for a 2+1 year term. Current Providers to AoG Advertising Services and AoG Design Services do not need to respond to this RFP and will remain on the panel. What we need: For Advertising Services, NZGP is seeking providers who can offer one or more of the following sub-categories of services: Media Services; Creative and Production Services; and Client Services. For Design Services, successful respondents must offer all of the following sub-categories of services: Strategy, Development and Planning; Design and Production; Project, Account and Relationship Management; and Supplier Sourcing and Liaison. The refreshes for both panels will be managed by this single RFP process. Providers have the opportunity to respond to either Advertising Services or Design Services or both as part of this RFP.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",24360607,Request for Proposals,Closed Competition,Review of Research Development Innovation and Business Support Mechanisms in New Zealand,,20210527,20210611,20210803,,Sole Agency,No,,"Seeking to understand if the current mix of direct government policies/mechanisms to support R&D, innovation and business development for the food and beverage manufacturing, advanced manufacturing, and forestry and wood processing sectors are fit-for-purpose for these sectors, or if there may be a case for change.",Awarded,"Following a secondary tender process, this contract was awarded by the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington to Sapere Research Group of 1 Willeston Street, Wellington. The contract was signed on 3 August 2021 for a value of $109, 860.",109860,20250410 "Ministry of Business, Innovation and Employment",24408008,Request for Proposals,Closed Competition,"REQUEST FOR PROPOSALS - New Zealand Battery Project, Phase 1: Lake Onslow Pumped Hydro Engineering, Geotechnical and Environmental Feasibility Study",PROC - 153,20210610,20210707,20211008,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is looking to determine the feasibility of a pumped hydro storage scheme at Lake Onslow, as part of the NZ Battery Project mandate to provide solutions to New Zealands low energy periods (dry year problem). MBIE is seeking a single company or consortium led by a Primary Contractor (Prime) to deliver the entire engineering and environmental scope of the feasibility study. This will involve identification of options and screening at a prefeasibility level, to recommend a preferred option to take through the feasibility stage. This investigation will involve the following work streams: - Engineering and Geotechnical design of the scheme - Environmental aspects, including consent planning for field geotechnical investigations - Carrying out field geotechnical de-risking investigations and associated field work Note: Pricing and Contract documentation will be added to this listing as an addenda in the coming days.",Awarded,"Through a secondary procurement process off the All of Government Construction Consultancy Services Panel, the Ministry of Business Innovation and Employment has awarded this tender to Mott MacDonald as the Prime Consultant who are subcontracting GHD and Boffa Miskell. The contract was awarded in October 2021 for a period of approximately 12 months. The anticipated consultancy spend under this agreement is approximately $13.5M, with further field work costs to be added.",0,20250410 "Ministry of Business, Innovation and Employment",24432571,Request for Quotations,Closed Competition,Occupational Regulations for Engineers,,20210616,20210705,20210723,,Sole Agency,No,level 18,"We require the following services: 1. An impact assessment of options for the occupational regulation of engineers, including, where possible, a cost benefit analysis. 2. The preparation of a report that provides an analysis of at least three options (these three options are explained under section 2.3 of this RFQ). The Report will include an explanation of the methodology, data used, proxies adopted, assumptions and information gaps. 3. A completed first draft of the full template (as issued by the Treasury) for a Regulatory Impact Assessment.",Awarded,"Following a secondary tender process, this contract was awarded by the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington to Sapere Research Group of 1 Willeston Street, Wellington. The contract commenced 26 July 2021 for a term of approx. 10 weeks",0,20250410 "Ministry of Business, Innovation and Employment",24454272,Request for Proposals,Open Competition,Community Organisation Refugee Sponsorship,PROC - 154,20210621,20210722,20211028,,Sole Agency,No,,"The community organisation refugee sponsorship (CORS) pilot is an opportunity for community organisations to actively participate and support newly arrived refugees in their settlement journey. An extension of this pilot has been approved and will assist the settlement of up to 50 refugees per year from 2021 until 2024 (150 sponsored refugees). As part of wider Extended CORS project, a co-design process has taken place to develop a community architecture or model, which will support the delivery of the programme. Part of that model requires the engagement of an umbrella organisation (UO), which will support the delivery of the extended CORS category. A supplier briefing will be held on Monday 28th June - please email InternalProcurement@mbie.govt.nz if you are interested in attending and we can send you a Microsoft Teams link.",Awarded,"Following an open tender process, the Ministry of Business Innovation and Employment (15 Stout Street, Wellington) has awarded this tender to Host International New Zealand (169 The Terrace, Wellington). The contract was awarded in October 2021 for a term of 3 years, with up to 2 extensions of a maximum of one year each. The anticipated spend under this agreement is approximately $400,000 per year.",0,20250410 "Ministry of Business, Innovation and Employment",24554783,Request for Proposals,Closed Competition,Scenarios and modelling for hydrogen roadmap,177,20210716,20210803,20210909,,Sole Agency,No,,"In this RFP, MBIE is seeking consultancy services to develop scenarios and modelling to inform a New Zealand Hydrogen Roadmap (Roadmap) that will be developed in a separate RFP in 2022. The key outcome that we want to achieve is the provision of credible advice to government that can be used to inform the decision making that will go into developing the Roadmap for New Zealand.",Awarded,"Following a closed Request for Proposals tendering process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington has awarded this contract to Castalia of Level 2, 88 The Terrace, Wellington to develop scenarios and modelling to inform a New Zealand Hydrogen Roadmap that will be developed in 2022 in a separate RFP. The contract was signed in August 2021 with a term of 6 months ending February 2022. The estimated contract value is approximately $140,000 (excluding GST).",0,20250410 "Ministry of Business, Innovation and Employment",24598852,Request for Quotations,Closed Competition,NZ Battery Phase One: Other Technologies Scope Development,,20210726,20210802,20210817,,Sole Agency,No,,"As part of determining solutions to NZs dry year problem, the NZ Battery Project in MBIE is considering the technical, environmental, social and commercial feasibility of a broad range of renewable options for providing dry year security of electricity supply. The aim of Phase 1 of this work is to provide advice to Cabinet on which option or options should proceed into Phase 2 (Detailed Design). To inform its advice to Cabinet, MBIE will procure support to assess the feasibility of electricity storage or generation options for dry year security that utilise bio-energy, hydrogen and its derivatives, geothermal fluids, and air. As an input into that procurement, MBIE is seeking assistance to draft the Technical scope of works (Technical SoW) (Concept/feasibility) for the Other Technologies Phase 1 tender.",Awarded,"Following a closed secondary tender process, this contract was awarded by the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington to Arup of 205 Queen Street Auckland. The contract was signed on 17th August 2021 for a term of approx. 1 month for a value of $38,065.",0,20250410 "Ministry of Business, Innovation and Employment",24661807,Request for Proposals,Open Competition,Crown Regional Holdings Limited Loan Management Software,PRO0000178,20210810,20210908,20211122,,Sole Agency,No,,"This RFP relates to the purchase of a loan management software for Crown Regional Holdings Limited (CRHL), formerly Provincial Growth Fund Limited. This procurement will enable robust financial management of the loan book held by CRHL by automating key processes such as interest calculation, loans valuation, strengthening reporting and data analytics. The solution needs to integrate with other systems such as Xero. Providers may give the opportunity to have a demo access to the system, however shortlisted proposals will be asked to attend an interview/presentation to show their software capabilities. SUPPLIER BRIEFING: If you would like to attend our supplier briefing session 11.15am 18 August 2021 please contact internalprocurement@mbie.govt.nz to register with names and number of people attending. A link will then be issued on registration (Platform to be determined).",Awarded,,668000,20250410 "Ministry of Business, Innovation and Employment",24683391,Request for Proposals,Open Competition,Managed Isolation & Quarantine (MIQ) Land Transfer Services,,20210825,20211011,20220301,Managed Isolation and Quarantine,Sole Agency,No,,"This RFP is for land transport providers who have the capability and capacity to be a prime contractor responsible for MIQs land transport service requirements for the North Island and /or South Island. Together, one or two prime contractors will be appointed under this RFP to provide nationwide land transfer services. Due to the dynamic and fast-paced environment that MIQ operates within, we do not want providers who have inflexible operating systems and practices, are unable or unwilling to deliver services in line with MIQs Operations Framework and the MIQ Infection Prevention and Control (IPC) Standard Operation Procedures (SOP) or who cannot adapt their processes as requirements change. Small providers who wish to deliver parts of the land transfer services within a city or region should not respond to this RFP this opportunity will be available through the prime contractor/s selected as a result of this procurement process. MBIE will issue a notice on GETS for prospective subcontractors, and the prime contractor/s will commence a process to appoint subcontractors after their appointment under this RFP. The proposed contract is to follow shortly as an Addendum. We will release new or updated information as it becomes available. A supplier briefing session is scheduled for Wednesday 1 September 2021 at 1pm. The process for registering/attending this is via Zoom, details as below: When: Sep 1, 2021 01:00 PM Auckland, Wellington Topic: Supplier Briefing - MIQ Land Transfer Services RFP Please follow the link below to join the webinar: https://mbie.zoom.us/j/82714172768?pwd=RXA3NWt4REpHRjVickhNT28vQnpkQT09 Passcode: 890247 Webinar ID: 827 1417 2768",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",24778955,Request for Tenders,Closed Competition,162 Victoria St Fit Out,,20210908,20211004,20211220,,Sole Agency,No,level 18,"This RFT relates to the procurement of a main contractor for the hard fit out works forming part of MBIEs Ground Floor, 162 Victoria Street West Project (162 VSW Ground Floor). This project is being led by MBIEs Property Team. The main contractor will provide construction services to fit out MBIEs new tenancy in accordance with the design documentation, to the required standards and quality, and within the stipulated timeframes and budget available.",Awarded,The contract has been awarded to Focus Interiors with a project completion date of 11 March 2022 and a contract value of $1.9m,0,20250410 "Ministry of Business, Innovation and Employment",24859597,Request for Proposals,Open Competition,Regional Business Network,PRO0000181,20210923,20220218,20220715,,Sole Agency,No,,"The Regional Business Partners (RBP) Programme is a key Government service helping New Zealand businesses to be resilient, productive, sustainable and innovative. Through this Request for Proposal (RFP), the Ministry of Business, Innovation and Employment (MBIE) and Callaghan Innovation will provide business and innovation advisory services for small to medium-sized enterprises (SMEs) across New Zealand. We are seeking partners to provide SMEs a one stop shop for building business management capability for business growth, productivity, inclusivity and sustainability. This RFP relates to the purchase of the delivery of the following three service areas of the RBP Programme Service Portfolio (providers need to be able to provide all three areas which are of equal importance): 1. BUSINESS AND INNOVATION SUPPORT 2. CAPABILITY FUNDING 3. CALLAGHAN INNOVATION SERVICES (provided by Growth Advisors who are designated Innovation Specialists) Supplier Briefing: If you would like to attend our supplier briefing session Thursday 30th September at 10am, please email internalprocurement@mbie.govt.nz to register with names and number of people attending. A link will then be issued on registration (Platform to be Microsoft Teams').",Awarded,"1) Auckland, Bay of Plenty, Hawkes Bay Auckland Business Chamber on behalf of North Island Chambers of Commerce (joint with Bay of Plenty Chambers of Commerce & Poutama Trust / Hawkes Bay Chamber of Commerce Incorporated) 2) Canterbury Canterbury Regional Business Partners Ltd 3) Gisborne Trust Tairawhiti Ltd 4) Manawatu Whanganui Central Economic Development Agency Ltd and Whanganui and Partners Ltd 5) Marlborough Nelson Tasman NRDA - Nelson Regional Development Agency 6) Northland Northland Inc, Regional Economic Development Agency for Te Tai Tokerau Northland and Te Hiringa Trust 6 Otago Business South Inc 7) Southland Southland Regional Development Agency Limited 8) Taranaki Venture Taranaki Te Puna Umanga 9)Waikato Soda Inc 10) Wellington Wellington NZ 11) West Coast Development West Coast 12) Poutama Trust",0,20250410 "Ministry of Business, Innovation and Employment",24922436,Request for Proposals,Closed Competition,CERT NZ-led Cyber Security Market Research,00016379,20211006,20211027,20220610,,Sole Agency,No,,,Awarded,"TRA Closed RFQ to the consultancy Panel",329739,20250410 "Ministry of Business, Innovation and Employment",24922550,Request for Proposals,Open Competition,Small Business Digital Boost: Navigator Initiative,PRO0000180,20211006,20211104,20211216,,Sole Agency,No,,"Co-design and develop the Small Business Digital Boost Navigator initiative To support more small business owners to realise the benefits of digitalisation defined as improving business processes through greater use of digital tools and adopting digital business practices MBIE has partnered with the private sector to deliver a number of initiatives within the Small Business Digital Boost programme: 1. Digital Boost Spotlight Series 2. Digital Boost Skills Training and Support 3. The Right Tool 4. Digital Boost Alliance Aotearoa This Request for Proposal (RFP) is seeking responses to co-design and develop the next initiative within the Small Business Digital Boost programme Digital Boost Navigator. A respondent or supplier may be an individual company or a lead organisation representing a consortium of companies seeking to provide the proposed service. We are looking for an integrated and innovative solution, that leverages credible data and analytics, to deliver prioritised and prescribed user journeys that enable small business owners to complete different components of a personalised, dynamically generated Digital Action Plan that are relevant to their business priorities. Against different topics, its expected that relevant diagnostics will provide business owners with assessments of their business current digital capability and then provide personalised recommendations that will enable them to make informed decisions about the next, most relevant, actionable steps they should take in their business digital transformation journey. SUPPLIER BRIEFING: To register for our Respondent briefing session on 15th October at 10am, please contact internalprocurement@mbie.govt.nz, with the company name, number of attendees and one contact name. The briefing will be online only using ""Microsoft Teams"" and a link will be sent upon registration. No diary appointments will be sent for this. Unfortunately it won't be recorded, however a copy of the presentation and any question and answers will be uploaded to GETS",Awarded,"Awarded: 16th December 2021 Term: January 2022 - June 2023 Expected Spend: $9M Type of Procurement: Open Tender NZBN: 9429043261420",9000000,20250410 "Ministry of Business, Innovation and Employment",24972354,Request for Proposals,Closed Competition,NZ Battery Phase One: Other Technologies Feasibility Study,,20211018,20211105,20211206,,Sole Agency,No,,"The NZ Battery Project (as part of the Ministry of Business, Innovation and Employment) is looking to determine the feasibility of renewable energy storage and flexible generation options in response to New Zealand's 'dry-year' problem (when hydro inflows and the subsequent generation become scarce). We will shortly be going to market to engage a supplier to investigate the technical, environmental and commercial feasibility of non-hydro solutions to the dry-year problem. The study will be used to help inform advice to Cabinet (May 2022) on what suitable option, or combination of options, should be developed in further detail. Please find attached an RFP and supporting documents for the NZ Battery Project (Phase 1: Other Technologies).",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",24979920,Request for Quotations,Closed Competition,"Supply of P2/N95 masks Training, Fitting & Testing services at MIQ",,20211019,20211028,20211112,Managed Isolation and Quarantine,Sole Agency,No,,"MBIE has facilitated the rollout of P2/N95s to the MIQFs across New Zealand and is now required to complete the fit testing of the MIQFs workforce. The workforce consists of approximately 4200 workers across multiple agencies and employers. There are a total of 31 facilities based in Auckland, Hamilton, Rotorua, Wellington and Christchurch (MIQF Regions) . The Request for Quotes (RFQ) invites suppliers to quote for the delivery of P2/N95 particulate respirator fit testing services and to provide a train-thetrainer programme across all MIQF Regions to enable to MIQFs to conduct fit testing of P2/N95s themselves in the future. The key objective of the RFQ is to select a certified supplier/suppliers that: 1. Has the capability and capacity to deliver the following services within the window of 15 November 2021 mid-March 2021: a. Commissioning of the MIQ facility site in readiness for fit testing (room, Portacount machine and ICT software/hardware). Note that machines and ICT software/hardware will be provided by MBIE and purchasing of these is out of scope of this procurement, from 15 November 2021; b. Fit testing of approximately 4,200 non-health staff across the five MIQ Regions (refer Appendix 2 for the breakdown of the information), by mid-December 2021; c. Training of train-the-trainers to complete the education of workers to complete the on-going fit testing at each MIQ facility (this includes new starters and the annual re-fit testing requirement), from mid-December 2021.",Awarded,MBIE advises that the contract for the delivery of P2/N95 particulate respirator fit testing services and to provide a train-thetrainer programme across all MIQF Regions in New Zealand has been awarded to Passive Safety Group Limited of Auckland.,0,20250410 "Ministry of Business, Innovation and Employment",24989071,Request for Proposals,Closed Competition,Te Whakatairanga Service Delivery Joint Google AdWords Services,,20211020,20211103,20221223,,Sole Agency,No,level 18,"Currently, all business units within Te Whakatairanga Service Delivery Group operate individual Google AdWords programmes to ensure that their stakeholders / audience is able find accurate, official information and resources easily via searches online, primarily through Google. These contracts are generally business-as-usual and low-risk work programmes that require minimal maintenance and time investment to run throughout the year. This programme must be run through existing search engine, Google (and the Google partner network), and there is not a reasonable alternative to these programmes. It is generally considered essential that businesses have some presence in the search engine space to efficiently connect with their audiences. In addition, there is not the capacity to manage these programmes in-house efficiently. All five participating business units across Te Whakatairanga Service Delivery Group (i.e. Consumer Protection, NZBN, Business.govt.nz, Employment NZ, and CERT NZ), have their own existing Google AdWords programmes that are set to expire on 30 November 2021. This procurement is intended to contract a single supplier, with one agreement, to manage Google AdWords services for the five business units jointly.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",25037811,Request for Quotations,Closed Competition,State of Sector Review,,20211102,20211115,20211217,,Sole Agency,No,level 18,"MBIE is seeking to procure research to monitor the Annual State of the Building and Construction Sector, and capture the voice of sector actors (i.e., businesses, workers, and end-users). We require a research provider who: has expertise in market research, and ideally, is familiar with the researching the construction sector has good industry networks (e.g., with trade workers, builders, architects, engineers, material suppliers, business owners, and end-users) is able to commence the contract by end of November 2021 is able to complete the contract by July 2022. The research is being procured as BSP does not have sufficient internal capacity to carry out this work. Additionally, due to the nature of the research, procuring the services of an external provider would be the most efficient and effective way to get this work completed.",Awarded,Contract has been awarded to Research NZ for a term of 7 Months and contract value of $158K,0,20250410 "Ministry of Business, Innovation and Employment",25091047,Request for Proposals,Open Competition,Request for Proposals - All-of-Government Print Technology and Associated Services (PTAS),Generation Three,20211112,20211222,20220911,New Zealand Government Procurement and Property,All of Government,No,,"The All-of-Government (AoG) Print Technology and Associated Services contract (Generation Two) was established in 2015 and will expire in September 2022. The Ministry of Business, Innovation and Employment (MBIE) seeks to engage providers for the opportunity to compete for a place on the Print Technology and Services AoG panel (Generation Three). The service categories for this opportunity include: print devices & peripherals; service rates; print related software; and other consulting, provider enabled and sector specific solutions. MBIE intends to have a new solution in place by September 2022. The new solution aims to achieve the following objectives: ensuring the public value of this contract opportunity is increased, while focusing on better commercial and broader sustainability outcomes; a solution that provides participating agencies with support and a platform for digital enablement; process simplification and ease of access; and a collaborative approach to improving industry best practices. Details of the upcoming Supplier Briefing Webinar on 23 November 2021 are available in the RFP document attached. Subscribe to this Request for Proposals page to receive further updates.",Awarded,"GETS Award Notice: Print Technology & Associated Services (PTAS) New Zealand Government Procurement (NZGP) has now launched the new All-of-Government (AoG) Print Technology & Associated Services Third Generation contract. Further details on the new Third Generation PTAS contract can be found here: https://www.procurement.govt.nz/contracts/print-technology-and-associated-services/",162000000,20250410 "Ministry of Business, Innovation and Employment",25121433,Request for Quotations,Open Competition,Mailroom Services,,20211118,20211214,20221006,,Sole Agency,No,level 18,This procurement relates to the delivery of MBIEs mail services based in Stout Street. Going forward we wish to continue to have our mailroom service that supports MBIEs physical mail requirements. The provider must be able to deliver in a timely manner the physical mail to our various business units.,Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",25122029,Award Notice,Open Competition,Purchase of Portable Cabins for Accommodation Purposes,,20211118,20211118,20211129,,Sole Agency,No,,"MBIE is responsible, under the National Civil Defence Emergency Management Plan Order 2015, for coordinating the provision of temporary accommodation for displaced people following an emergency. We own a number of portable cabins that may be deployed in a Civil Defence event to provide displaced people a temporary place to stay whilst their home is repaired or rebuilt. When not deployed, MBIEs cabins are stored at Burnham Military base in the South Island and Linton Military base in the North Island. Currently cabins have been deployed to support community recovery in Hawkes Bay and Westport and demand currently outstrips supply. As a result MBIE plans to purchase more portable cabins to add to the current fleet. 33 odd suppliers (regional based portable cabin manufacturers) were identified from across to country to participate in the opportunity and the tender documents were issued via email in September 2021. Contracts have now been finalised with two suppliers to ensure the cabins are manufactured and delivered prior to Christmas. The Contracts awarded are as follows Portabuild 2007 Ltd - supply of 4 x 1 bedroom studio units and 6 x 2 bedroom units Coast to Coast Homes - supply of 5 x 2 bedroom units total cost for the 15 units were $1.2M excluding GST",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",25164864,Request for Proposals,Open Competition,Tui Oil Field Decommissioning: Recycling and Disposal of Subsea Structures,PRO0000238,20211125,20211222,20220401,,Sole Agency,No,,"MBIE is seeking proposals from suppliers with the required resources (equipment and expertise) for the receipt, removal and subsequent recycling and disposal of subsea infrastructure recovered from the Tui field that lies approximately 50kms off the western coast of Taranaki, New Zealand MBIE requires the subsea structures be reused or recycled, where it is reasonably practical to do so, and to safely and responsibly dispose of any materials where it is not. MBIE wishes to have chain of custody visibility to a practical point and receive a fair value (rebate) for the materials recovered that can be on-sold by the supplier for re-use. MBIEs interest in the suppliers operations is that they have the capability and necessary credentials to deliver the services, operate to good practice and can demonstrate this in their response. MBIEs preference is that the structures are recycled in New Zealand, where this can be reasonably achieved.",Awarded,"On 1 April 2022, The Ministry of Business, Innovation and Employment (MBIE) awarded a contract to F Hayes & Co Limited (NZBN 9429040734675) for the receipt, removal and subsequent recycling and disposal of subsea infrastructure recovered from the Tui field. Work will be undertaken during 2022 and 2023. The total value of the contract is subject to the volume and processing of subsea infrastructure recovered from the Tui field.",0,20250410 "Ministry of Business, Innovation and Employment",25176245,Award Notice,Open Competition,Wellbeing Pilot,,20211129,20211129,20211129,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment's (MBIE) key objective of this procurement, is help people to manage and maintain their wellbeing, particularly through the Covid-19 pandemic and as it moves to becoming endemic, with a particular early focus on our people in Auckland, who have been through a long and difficult lockdown. MBIE opted for a pilot approach as it is unknown what the actual up take will be so will monitor this and specifics around usage to assess future demand and requirements. For this pilot approach, MBIE entered into a contract directly with Mentemia for the Premium version of the Mentemia programme and App Total approximate cost is $250,000 excluding GST",Not Awarded,"The Ministry of Business, Innovation and Employment's (MBIE) key objective of this procurement, is help people to manage and maintain their wellbeing, particularly through the Covid-19 pandemic and as it moves to becoming endemic, with a particular early focus on our people in Auckland, who have been through a long and difficult lockdown. MBIE opted for a pilot approach as it is unknown what the actual up take will be so will monitor this and specifics around usage to assess future demand and requirements. For this pilot approach, MBIE entered into a contract directly with Mentemia for the Premium version of the Mentemia programme and App Total approximate cost is $250,000 excluding GST",0,20250410 "Ministry of Business, Innovation and Employment",25182152,Award Notice,Open Competition,Afghan Evacuee Navigator Support,,20211129,20211129,20211129,,Sole Agency,No,,"Through an exemption from the Government Procurement Rules because of an emergency response, the Ministry of Business Innovation and Employment (15 Stout Street, Wellington) has awarded a contract to New Settlers Family and Community Trust (85 Boundary Road, Blockhouse Bay, Auckland) to provide navigator support to the Auckland Afghan evacuee community. The contract was awarded in November 2021 for a term of 1 year, with an extension of one year. The anticipated spend under this agreement is approximately $300,000.",Not Awarded,"Through an exemption from the Government Procurement Rules because of an emergency response, the Ministry of Business Innovation and Employment (15 Stout Street, Wellington) has awarded a contract to New Settlers Family and Community Trust (85 Boundary Road, Blockhouse Bay, Auckland) to provide navigator support to the Auckland Afghan evacuee community. The contract was awarded in November 2021 for a term of 1 year, with an extension of one year. The anticipated spend under this agreement is approximately $300,000.",0,20250410 "Ministry of Business, Innovation and Employment",25186520,Request for Quotations,Closed Competition,MBIE Site Security Audit Program,PRO0000222,20211130,20211214,20220119,,Sole Agency,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the delivery of a program of 31 x MBIE Site Security Audits against the MBIE Physical and Environmental Security Standard and in line with the Scope of Work attached at Appendix 1. In addition, the successful supplier will be required to develop and deliver a reporting and visualisation solution to facilitate the clear identification and prioritisation of critical weaknesses across both specific sites and across the wider MBIE estate. This is a closed RFQ process to a limited number of suppliers on the Consultancy Services panel using the GETS platform.",Awarded,,89000,20250410 "Ministry of Business, Innovation and Employment",25191154,Request for Quotations,Closed Competition,Quarterly Report and Annual Summary,PRO0000245,20211201,20220125,20220318,,Sole Agency,No,,"MBIE are running a closed RFQ process to invite a select number of suppliers from the Design Services Panel CERT NZ is New Zealands Computer Emergency Response Team. CERT NZ reports quarterly on the New Zealand cyber security threat landscape. The reports provide a snapshot of the types of cyber security threats and incidents that have been reported in the quarter, and an update on our work to protect New Zealanders online. We are seeking an agency with proven experience in working with dense data and turning it into easily digestible and accurate information and visuals. These skills are required for the production of the CERT NZ Quarterly Highlights Report and Annual Summary, and a refresh of the Data Landscape word document template. Attached are the documents with the details, please feel free to ask questions through GETS or via internalprocurement@mbie.govt.nz with ""attn: Tracy Wood"" in the title. Please note that all questions will be posted onto this GETS listing and this circulates to all invited suppliers, unless you state your question is commercially sensitive. Nga mihi, Tracy Wood Senior Procurement Specialist 021 821 659",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",25233410,Request for Proposals,Closed Competition,Economic Assessment of MOUs for the 5% Uplift of the New Zealand Screen Production Grant,,20211210,20220215,20220331,,Sole Agency,No,,"MBIE is looking for a well-regarded and experienced supplier to undertake economic analysis of the relevant deliverables/activities under the 5% Uplift MOUs, and to provide a framework for future monitoring. The supplier is expected to apply an appropriate mix of methods within the required timeframe and budget that will meet MBIEs expectations and the requirements of this procurement.",Awarded,"Following a closed secondary tender process, this contract was awarded by the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington to Business and Economic Research Limited of 108 The Terrace, Wellington. The contract was signed on 31st March 2022 for a term of approx. 5 months for a value of $115,400.",0,20250410 "Ministry of Business, Innovation and Employment",25268572,Request for Proposals,Closed Competition,Request for Proposals for reviewing the hydrogen regulatory system,PRO266,20211220,20220204,20220307,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) is looking to engage consultants in a closed tender process to undertake a review of the regulations and legislation that affects hydrogen use in New Zealand and advise on the changes that are needed to these regulations to make them fit for purpose and best practice internationally This is a unique opportunity to be part of the work to deliver on New Zealands transition to a low carbon economy. This work will identify the gaps and barriers in the current regulatory system and outline the high-level changes, in order of priority, that need to be made to support the development of a hydrogen economy in New Zealand.",Awarded,"Following a closed secondary tender process, this contract was awarded by the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington to PwC (PricewaterhouseCoopers New Zealand) of 188 Quay Street Auckland. The contract was signed on 7th March 2022 for a term of approx. 10 weeks for a value of $196,800.",0,20250410 "Ministry of Business, Innovation and Employment",25286208,Request for Tenders,Open Competition,Provision of Onshore Petroleum Reserves for the New Zealand Government,,20220107,20220128,20220204,,Sole Agency,No,,"Provision of Petroleum Reserves for the New Zealand Government Please find attached the Request for Tenders (RFT) for petroleum reserves for the New Zealand Government to be held in New Zealand. Also attached are Tender Response Form and a template Onshore Reserve Stock Agreement. Note this tender is being run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore (to be issued 14th January 2022 with the same tender closing date 28th January 2022). Tender responses will be required, as set out in the RFT, by 5pm UCT 28th January 2022. For respondents who are interested in the tender but have not yet completed a Registration of Interest please contact MBIE at oilsecurity@mbie.govt.nz. If there are any questions, please email oilsecurity@mbie.govt.nz (copy ian@haletwomey.co.nz) or telephone Ian Twomey on +64 4 4711109.",Awarded,"Agencys name and address: Ministry of Business, Innovation and Employment (""MBIE""), 15 Stout Street, Wellington 6011, New Zealand Contract awarded to: Timaru Oil Services Limited, Suite 304, Achilles House, 8 Commerce Street, Auckland 1010. NZBN 9429043354535 Description: New Zealand is a member of the International Energy Agency (""IEA"") and a signatory to the Agreement on an International Energy Program (""IEP Agreement""). MBIE issued an RFT in January 2022 for tenders to hold onshore (within New Zealand) reserve stocks for the New Zealand Government to assist the Government to meet its obligations under the IEP Agreement. The type of contract awarded (as more particularly described in the RFT) is a stock reservation contract with an option to either purchase the reserve stocks or release the Supplier from its obligations to reserve the stocks in the circumstances defined in the agreement. Term of the contract: Commenced on 1st April 2022 for a term of 2 years Expected total spend for term of contract: Estimated to be around $900,000",0,20250410 "Ministry of Business, Innovation and Employment",25304028,Request for Proposals,Open Competition,National Refugee Settlement Support Services 2022-28,PRO-219,20220117,20220221,20220609,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is the lead agency for the operational coordination of refugee-specific services and for leading the implementation of the whole-of-government New Zealand Refugee Resettlement Strategy 2012 (the Strategy). This is a whole-of-government approach to delivering improved former refugee resettlement outcomes so that former refugees achieve self-sufficiency, social integration and independence. Currently, the Ministry (through Immigration NZ) is responsible for managing the immigration policies that provide settlement for an annual quota of 1,500 refugees referred by the United Nations High Commissioner for Refugees (UNHCR) and subsequently selected by New Zealand for resettlement. The quota arrives in seven intakes of approximately 215 refugees, each financial year. Each intake participates in a five-week reception programme at the Mangere Refugee Resettlement Centre (MRRC) before transitioning into the community. There are currently thirteen refugee settlement locations where the delivery of refugee settlement support services are contracted until 30 June 2022. Current services have a strong focus on addressing refugees early settlement needs, encouraging independence and linking refugees to mainstream services. This includes practical support for daily living and a community orientation programme in preparation for independent living within New Zealand communities. As a consequence of the combined contract expiry date of 31 June 2022 for all current settlement locations, the Ministry is seeking to purchase settlement support services in 13 settlement locations for former refugees arriving via the Refugee Quota Programme from 1 July 2022 to at least 30 June 2028. Please subscribe to this notice to download the Request for Proposal (RFP) documentation. We are holding a supplier briefing session on the 26th January 2022. This will be held online, please refer to the RFP for further information.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, is pleased to confirm the appointment of six organisations to provide refugee settlement support services in thirteen locations from July 2022. These organisations, locations and contract values are outlined below: New Zealand Red Cross (of 69 Molesworth Street, Thorndon, Wellington): Palmerston North, Levin, Masterton, Wellington, Nelson, Blenheim, Dunedin, Invercargill - the total contract value is approx. $22,300,000 for the initial term. Safer Mid Canterbury (44 Cass Street, Ashburton): Ashburton the total contract value is approx. $2,400,000 for the initial term. Kahui Tu Kaha (650 Great South Road, Ellerslie, Auckland): Auckland - the total contract value is approx. $3,600,000 for the initial term. Hamilton Multicultural Services Trust (46G Boundary Road, Claudelands, Hamilton): Hamilton - the total contract value is approx. $2,600,000 for the initial term. Purapura Whetu (166 St Asaph St, Christchurch Central City, Christchurch): Christchurch - the total contract value is approx. $3,600,000 for the initial term. Presbyterian Support South Canterbury (12 Park Lane, Timaru): Timaru the total contract value is approx. $2,600,000 for the initial term. Each of the contracts were signed in May or June 2022 for an initial term of six years, with a three year right of renewal. Each contract has a 3% annual price increase.",0,20250410 "Ministry of Business, Innovation and Employment",25344499,Request for Quotations,Closed Competition,Security Officers and Other Roles - for MIQ,,20220127,20220217,20220413,Managed Isolation and Quarantine,All of Government,No,,"Recruitment of Security Officers and Other roles - for MIQ Background As the New Zealand Defence Force (NZDF) have signalled their intention to transition out of providing security resources to MIQ Facilities by no later than December 2022, there is an urgent need to obtain a high volume of replacement staff i.e. Security Officers (SOs) and a variety of management, team leader and administrative staff to support our Managed Isolation Facilities. Given the shift nature of this environment and the requirement to provide a 24/7 service at MIQ facilities, with three (3) shifts per day (for SOs particularly) the number of resources required to be recruited is significant. Cabinet have approved the recruitment and the estimated number of SOs could be between 800-1000, possibly more. This may also change depending on future government direction and changing border settings. Given the volume of SOs required to replace the NZDF staff, other roles now in scope in 2022 and the short timeframe there is a requirement to go to market quickly to find these resources. The Ministry of Business, Innovation and Employment (MBIE) does not have capacity in their existing workforce to support this significant piece of work or have resources in place to replace the Security workforce. Proven expertise to recruit large numbers of staff in a short timeframe in a geographically dispersed environment will be critical to the success of this project. The replacement of the NZDF staff is high priority for MBIE given the volatile nature of COVID-19 and the effect it has both within New Zealand and globally. It is not an option not to do this piece of work. In view of the urgent requirement to replace the NZDF staff and create other new roles, MBIE has decided to run a request for quote (RFQ) to obtain a panel supplier on the AOG external recruitment services panel. The successful supplier will work closely and collaboratively in the end to end recruitment process with the MBIE team. The locations to be recruited for are Auckland, Hamilton, Rotorua, Christchurch and possibly Wellington.",Not Awarded,This procurement has been cancelled due the Government deciding to close down many of the MIQ facilities around New Zealand and therefore there is no need for the recruitment of security officers and related roles .,0,20250410 "Ministry of Business, Innovation and Employment",25371927,Request for Proposals,Closed Competition,"Temporary Accommodation Services Unit - Village Housing Design, Build and Installation",PRO - 250,20220202,20220302,20220501,,Sole Agency,No,,"In response to the 2021 Westport Floods, MBIE wishes to enter into separate contracts with more than one Respondent for the design, build, transportation and installation of around 20 (more or less) factory/offsite built houses in Westport. The houses will be a mixture or 2-bedroom, 3-bedroom and 2-bedroom accessible stand-alone single story dwellings on piles. The houses will be installed on Alma Road in Westport on a site owned by the Buller District Council (BDC) identified for this purpose (Village Site). The houses must be installed at the Village Site and ready for habitation by the end of September 2022. To meet our timeframes, and to ensure some variation of design MBIE, intends to purchase houses from several entities. The houses will be used to provide temporary accommodation to people impacted by the 2021 Westport Floods, supplementing the limited accommodation options available within Westport. Once they are no longer required for this purpose, MBIE currently intends to sell (together with the BDC, in relation to sale of the land) the houses and land into private or community hands. We are targeting 31 July 2022 to have the Village Site ready for installation to commence in August and want to be in a position for people to be able to use the houses in late September 2022. Offsite construction can, of course, commence prior to 31 July 2022. Please subscribe to the notice, to download the documents (note, the Proposed Contract will be released in the coming days).",Awarded,"Following an closed tender process via an emergency procurement for the design, build, transportation and installation of around 20 factory/offsite built houses in Westport, the Ministry of Business Innovation and Employment has awarded this tender to Laing Properties Limited (12 homes) and South Peak Homes Limited (8 homes). The contracts were executed in April and May 2022 with a due date for completion of contract works of 31 October 2022. The total value of these contracts which include lump sum components with additional measure and value components prices at a unit rate based on finalised site designs is estimated to be approximately $6,800,000.",0,20250410 "Ministry of Business, Innovation and Employment",25428469,Request for Proposals,Open Competition,Supply of Core Household Furniture for Former Refugee and Afghani National Families,,20220216,20220325,20220629,,Sole Agency,No,,"This plan relates to the purchase of core household furniture for refugee families. The New Zealand Refugee Resettlement Strategy was approved by the New Zealand Government in 2012. It is a whole-of-government approach to delivering improved refugee resettlement outcomes so that former refugees more quickly achieve self-sufficiency, social integration and independence.",Awarded,"Smiths City (2020) Ltd Tauranga",0,20250410 "Ministry of Business, Innovation and Employment",25585617,Award Notice,Open Competition,Rock supply for the Opotiki Harbour project,314,20220324,20220324,20220324,,Sole Agency,No,,"MBIE, 15 Stout Street Wellington Successful Supplier: OMR2 Holdings Limited Partnership (trading as Omataroa Quarries) Brief Description: Provision of core and amour rock for the Opotiki Harbour Contract awarded: March 2022 Initial Term: 6 months Estimated Spend: Estimated to be $900,000, but provision for up to $3,000,000 if other rock suppliers cannot meet their allocations. Procurement Process Direct sourced",Not Awarded,As per comments awarded to OMR2 Holdings via direct source,0,20250410 "Ministry of Business, Innovation and Employment",25596220,Request for Proposals,Open Competition,Employment Mediation Services,PRO-0000185,20220325,20220426,20220715,,Sole Agency,No,,"MBIEs Employment Mediation Service (EMS) is available to all employers and employees in New Zealand, and provides free-at-point of use mediation services to employers and employees, where settlements are enforceable through the Employment Relations Authority and Court system. Providing this service is a statutory obligation on the Chief Executive of MBIE under the Employment Relations Act. EMS provide mediation services through a demand driven model, there are no guaranteed or re-occurring mediation events, and there are distinct high and low demand periods throughout the year. There are also several geographic areas where demand is too low to justify a permanent presence, and instead these areas are serviced regularly by internal mediators or with Service Providers in between periods. Having a panel of providers to call on during busy periods and in remote areas importantly, enables EMS to meet the needs of our users through greater accessibility and timeliness. It is also important to us that participants receive the same quality of service, regardless of who is running the mediation, and our workforce has the ability to reflect and resonate with the communities we serve. While we are looking for mediators with the right skills and experience to deliver these services, there is an opportunity for mediators with transferrable skills and/or experience to also apply, the communities and people we support cut across all walks of life, and its important that our mediators are able to cater to all users. There are existing mediation service provider contracts in place that are set to expire on the 30 June 2022. A review of these services was completed in October 2021, in light of evolving services, user demand/needs, and COVID 19, which found that for the current mediation service, it is vital to continue to supplement the service with a SP mediation panel.",Awarded,"1 2Resolve Ltd Auckland 2 Three60 Consult Ltd Auckland 3 Deborah Clapshaw Auckland 4 Legal Strategies Ltd Christchurch 5 Kelly O'Kane Workplace Mediator's Ltd Dunedin 6 Resolveit Napier / Hawke's Bay 7 Lesley Ashworth Dispute Resolution Wellington 8 Professional Dispute Resolution Services Limited Wellington",0,20250410 "Ministry of Business, Innovation and Employment",25863028,Request for Proposals,Open Competition,Request for Proposals - Government Property Group Workplace & Classroom Furniture (Office Furniture),,20220527,20220701,20230203,New Zealand Government Procurement and Property,All of Government,No,,"Government Property Groups (GPG) Office Furniture contract with its panel of five suppliers was established in 2015 and will expire on 17 February 2023. We are setting up a new generation of the contract prior to the expiry of the current one. The name of the contract is changing to Workplace and Classroom Furniture to reflect our new product scope. We are seeking suppliers of office and classroom furniture to respond to this request for proposals (RFP). By responding to this RFP you can apply for a place on the new panel for an intended term of up to nine years. As a panel supplier, you will supply furniture and associated services to New Zealand government agencies and schools. Please subscribe to this GETS listing and download the attachments. The attached RFP document and appendices explains what our requirements are, instructions on how to respond to this RFP, and other relevant information. Use the GETS question and answer function if you have any questions about this RFP once youve read the attachments. We will host a supplier briefing to provide an overview of the RFP followed by a Q&A session. The briefing will take place remotely via MS Teams. The date, time and webinar link are listed in the attached RFP document.",Awarded,"New Zealand Government Property, with the support of New Zealand Government Procurement, have concluded a procurement process to establish a new Workplace and Classroom Furniture common capability contract. The new contract goes live on 18 February 2023. Expected spend under the contracts: $200 to 250 million total across all contracts over the whole of the potential contract term. Contract term length: 9 years (3+3+3). Further details about the new contract can be found here: https://www.procurement.govt.nz/contracts/workplace-and-classroom-furniture/",200000000,20250410 "Ministry of Business, Innovation and Employment",25949365,Request for Proposals,Closed Competition,COVID-19 Regulatory Responses Research and Evaluation: Case Study Pilot,PRO348,20220620,20220713,20220804,,Sole Agency,No,,"This closed RFP is to procure field research and evaluation services to pilot an evaluation framework (the Pilot) that investigates the resilience of Aotearoa New Zealands regulatory systems to disruptions and uncertainty brought about by Covid 19. The Pilot is intended to better understand how to improve the resilience of these systems to future shocks. Its main objectives are to: - test the draft evaluation framework (including the identified dimensions of resilient regulatory systems and their associated key indicators) - offer views and suggestions on how evaluative criteria might differ depending on the type of regulatory system, and - provide findings on lessons learnt and recommendations for future enhancements regarding the Corporate Governance (Companies) Regulatory System the pilot regulatory system. If you would like to attend a supplier briefing session held on 27 June 2022 via Microsoft Teams, please email internalprocurement@mbie.govt.nz by 24th June 2022",Awarded,"Following a closed tender process off the AoG Consultancy Services Panel, Allen + Clarke were identified as the preferred supplier",0,20250410 "Ministry of Business, Innovation and Employment",25993672,Request for Proposals,Closed Competition,Hydrogen Financial Modelling Tool,PRO-335,20220701,20220803,20220921,,Sole Agency,No,,"Dear Bidder, This is a follow-on from the Advance Notice, having indicated your willingness to participate in a closed RFP and provide a submission on a Hydrogen Financial Modelling Tool. If you have any questions, please direct them via GETS.",Awarded,Contract term is until 31 January 2023.,200040,20250410 "Ministry of Business, Innovation and Employment",26004567,Request for Proposals,Open Competition,All-of-Government Motor Vehicles - Electric Vehicles RFP 2022,2022 Panel Refresh,20220705,20220802,20220930,New Zealand Government Procurement and Property,All of Government,No,,"In July 2015 the Ministry of Business, Innovation and Employment (MBIE), implemented a second-generation All-of-Government (AoG) agreement for the supply of Motor Vehicles. The solution is designed to be flexible to allow for changes in technology. The existing AoG Vehicles solution consists of a Panel of Suppliers. In May 2016 the New Zealand Government announced its electric vehicle (EV) programme (the Programme), which changed the Governments requirements for the AoG Motor Vehicles solution. The Programme aims to develop the EV market in New Zealand and the supporting infrastructure for that market. It is intended to support the Governments objective of having an emissions-free fleet, where practicable, by 2025. The Programme also complements the recent Broader Outcomes initiative within Government, particularly around reducing emissions and waste. In support of the EV Programme, an RFP was released inviting respondents to submit their proposals to provide Electric Vehicles for inclusion on the AoG catalogue. In December 2016 an open panel (i.e. a panel to which new Suppliers can be added over time), of EV Suppliers was established and three new suppliers were added to the existing Panel. An EVs panel refresh process was conducted in 2019 and in 2020 resulting in the AoG Motor vehicles panel now consisting of 16 Suppliers. This RFP invites further Respondents to submit their proposals to provide EVs for inclusion on the AoG catalogue. For the purposes of this RFP, Electric Vehicles are either new or used Battery Electric Vehicles or Plug-in Hybrid Electric Vehicles supplied by Manufacturers or Manufacturer Authorised Distributors. Existing Panel Suppliers (including those Suppliers appointed to the original solution in 2015 and the Electric Vehicles panel in 2016, 2019 and 2020) are not required to respond to this RFP. Appendices 1 to 4 are included in the RFP document. Appendix 5 is the Supply Agreement, Appendix 6 is the Proposal Template, and Appendix 7 is the Electric Vehicle(s) Response Template.",Awarded,"GETS Award Notice: All-of-Government Motor Vehicles Electric Vehicles Panel Refresh RFP 2022 New Zealand Government Procurement (NZGP) has now concluded this RFP and has awarded the above four respondents a place on the AoG Motor Vehicles Electric Vehicles Sub-Panel. Further details on the All-of-Government Motor Vehicles contract can be found here: https://www.procurement.govt.nz/contracts/motor-vehicles/",100000000,20250410 "Ministry of Business, Innovation and Employment",26008771,Request for Proposals,Open Competition,Research and Development Tax Incentive in-year payments,PRO - 380,20220706,20220808,20221005,,Sole Agency,No,,"The Research and Development Tax Incentive (RDTI) provides a tax credit or refund for eligible R&D expenditure. The credit is currently paid in one lump sum after businesses have filed their income tax return, however it would be preferable to provide payment in the same year in which the expenditure is incurred (in-year payments), allowing businesses to benefit from their tax credits sooner. In the medium to long-term the Government expects to be able to deliver an in-year payments solution through the tax system. In the short-term (for the 2022/23, 2023/24 and 2024/25 tax years) MBIE wishes to provide in-year payments of the RDTI through government loans that act as an advance on a businesss anticipated RDTI credit. This RFP seeks to engage one or more supplier to administer and manage the delivery of RDTI in-year payment loans from the government.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment Tax Management New Zealand Limited, of Level 5, 23 Customs Street East, Auckland for the administration and delivery of in-year payments of the Research and Development Taxi Incentive. The Master Services Agreement was signed on the 5th October 2022 for an initial term of 4 years, with two rights of renewal of 2 years each. The expected spend under the Master Services Agreement is approximately $1,600,000.",0,20250410 "Ministry of Business, Innovation and Employment",26019457,Request for Proposals,Open Competition,Immigration New Zealand - website redevelopment,4055,20220706,20220825,20230120,,Sole Agency,No,,"Immigration New Zealand, a branch of the Ministry of Business, Innovation and Employment (MBIE), has one of the most frequently visited government websites in New Zealand. Immigration New Zealand core and companion websites had 15 million visitors per year pre-Covid per year; in the year to February 2022 there were almost 10 million visitors and over 56 million page views. The core Immigration New Zealand (INZ) website needs to be redesigned and re-platformed, and four companion websites incorporated so that there is one coherent website for INZ on a single content management system (CMS) and hosting solution. Our goal is for the INZ website to be the official source of information needed to apply for a visa to visit or move to New Zealand. The website should help users of the immigration system get the information and tools they need to ease compliance. We have undertaken an in-depth product analysis and determined that the following three content management systems (CMS) can meet our needs: Optimizely Plone Silverstripe We need a supplier (or consortium of suppliers) to design, implement and provide ongoing support for a new INZ website using one of these three CMS. We need the website to be a cost effective and secure way to publish information and support MBIEs strategic goals for the trusted immigration system. Note: a supplier briefing was held on 6-July-2022. The presentation document will be an attachment to this RFP. Please submit a question on GETS if you want access to the recording.",Awarded,"Bid ranges $300,000 - $4,700,000",0,20250410 "Ministry of Business, Innovation and Employment",26132059,Request for Proposals,Open Competition,All-of-Government Talent Acquisition Services,,20220805,20221028,20250211,New Zealand Government Procurement and Property,All of Government,No,,"The All-of-Government (AoG) External Recruitment Services contract (Generation Two) was established in 2017 and will expire in September 2023. The Ministry of Business, Innovation and Employment (MBIE) seeks to engage suitably qualified recruitment providers for a Generation Three of the All-of-Government (AoG) Talent Acquisition Services (TAS) contract formally known as External Recruitment Services. We are looking for providers who can meet the requirements outlined in section 2 of the RFP, deliver these services for New Zealand government agencies, and support their Broader Outcomes initiatives. The Gen Three contract will cover the following categories. Categories Common Administration and Corporate Common IT Placement Types Permanent (and if variants i.e., fixed term) Contractor Payroll-Only Contractor Temporary Staff TAS services primarily for delivery to these regions: Wellington Auckland Christchurch Other regions throughout New Zealand are being considered MBIE intends to have a new solution in place by March 2023 The new solution aims to achieve the following objectives: Delivering increased public value through improvements in the contracted services Maintaining a sustainable and competitive recruitment environment through rationalisation of the contracted supply base, and by providing greater flexibility for business growth for the appointed providers Reducing provider and participating agency costs of engagement through agreed terms, centralised account management, and more effective secondary selection processes Increasing capability development for participating agencies to purchase talent acquisition services more effectively with guidance provided from the NZGP Centre of Expertise (CoE) Providing access to a range of spend and performance information in relation to government recruitment Providing opportunities to leverage common areas of need, including Broader Outcomes through a new and enhanced solution Details of the upcoming Supplier Briefing Webinar on 10 August 2022 are available in the RFP document attached. Attachment 4: Draft Services Agreement - will be available for download on Monday the 8th of August. Subscribe to this Request for Proposals page to receive further updates.",Not Awarded,This tender was withdrawn and replaced with version two which has been award.,0,20250410 "Ministry of Business, Innovation and Employment",26173216,Request for Proposals,Open Competition,Te Riu Kairangi - Tenancy Bond Transformation Programme,,20220812,20220916,20230320,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) wants to source a new tenancy bond platform to replace the current Bond 2000 system that has reached end-of-life. 600,000 households in NZ rent and there are over 450,000 current active bonds managed in this system at a value of over $750m. MBIE is looking for a low/no code rapid development platform as the solution. MBIEs strategic building block for this type of platform is the Microsoft Power Platform. Given that, it is a precondition that the solution must be built using the Power Platform, with flexibility to include functionality from other Microsoft products (such as the Azure stack) as required to deliver a solution that meets our requirements in the most efficient and effective way. Given the need to ensure that the solution complies with this architectural platform, we will need to understand the maturity, capacity, and caliber of each respondents architecture capability. We have focused our requirements on a range of typical bond scenarios that our team need to deal with on a regular basis. We want to ensure that the solutions being proposed can deliver an improved user experience across all the stakeholders who will need to use the replacement bond platform. We request that respondents provide a solution that includes design, develop, test, implement and support of the solution. Respondents may separate the support services from the services required to implement the solution. This approach allows respondents who cannot support the solution to submit a proposal. A supplier briefing is going to be held on Thursday the 18th of August at 3:30pm. Please read the RfP for further registration details.",Awarded,"Agency: Ministry of Business, Innovation and Employment: Te Riu Kairangi - Tenancy Bond Transformation Programme Successful Supplier: Datacom Systems Limited, Datacom House, Level 4, South Tower, 68 Jervois Quay, Wellington 6140 Description of the goods, services or works: A new tenancy bond platform to replace the current Bond 2000 system that has reached end-of-life Contract Award date: 20 March 2023 Term of contract: 7 years Expected spend: $12,940,000, including project and ongoing support costs Procurement process used: Open competitive Agency NZBN: 9429000106078 Successful Supplier NZBN: 9429039307163",0,20250410 "Ministry of Business, Innovation and Employment",26242541,Request for Proposals,Closed Competition,Better for Business Research and Health & Digital Monitors,PRO 378,20220830,20220920,20221201,,Sole Agency,No,,"Dear Bidder, This is an invitation to submit a Proposal for the Better for Business Research and Health & Digital Monitors contract opportunity. If you have any questions, please direct them via GETS. Thank you.",Awarded,Closed Tender utilizing the AoG Consultancy Panel.,543000,20250410 "Ministry of Business, Innovation and Employment",26286749,Request for Proposals,Closed Competition,Building for Climate Change - Healthier & Energy Efficient Buildings,PRO 352,20220928,20230317,20231018,,Sole Agency,No,,"This RFP (Closed Tender) follows on from the Advance Notice sent earlier this year. You have been included in this RFP based on your confirmation to the Advanced Notice opportunity. If this has changed, please advise using the RFx contact information below.",Not Awarded,The one response received was deemed unsuitable to progress through to the pricing evaluation.,0,20250410 "Ministry of Business, Innovation and Employment",26347483,Request for Proposals,Open Competition,Psychological Support and Clinical Services Panel,PRO0000412,20220919,20221017,20230207,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) are seeking to appoint a panel of providers for MBIEs Psychological Support and Clinical Service programmes. Through this RFP process MBIE will be looking to appoint a panel of approximately 30 suppliers to provide adequate geographic, diverse, culturally capable and specialist coverage to meet our required services. These services will be made up of five separate streams, suppliers are able to tender for one or all of those streams Psychological support; Coaching and developmental workshops and training events; Individual or group consultation services; Psychological assessments; and Professional supervision. These psychological support and clinical services are in addition to our existing Employee Assistance Programme (EAP) and will delve into more intensive clinical support, mental health education and training and psychosocial harm prevention to ensure our people will have access to tools, training and professional advice on all aspects of wellbeing. This aids in reducing staff turnover rates, avoidable absences from work including presenteeism, positively aiding in a healthier and more engaged workforce. All enquires to be made through the GETS Question & Answer function",Not Awarded,"Following an open RFP, MBIE is pleased to announce the appointment of 26 organisations to the Psychological Support and Clinical Services Panel from February 2023. The term of the contract is for 3 years with two one-year rights of renewal (3+1+1). Expected spend is approximately $600,000 per annum. The 26 organisations are: 3bigthings Limited Active Limited AKI Innovations Ltd APM Workcare Limited Auckland Psychology Limited Benestar Group Limited Clearhead Limited Dr Adrienna Ember Dr Fernanda de Lacerda Mottin Enhance Facilitation Limited Everett Psychology Limited Glia Limited Habit Health Limited Hono Therapy Ignite Aotearoa Limited Marshall Psychological Services May - Lee Chong Nem Psychology and Consulting Limited Clinical Nu Limited (PreKure) Psych Growth Limited Shared Journey Limited South Coast Psychology Limited TBI Health Group Limited Learnrific Labs Limited (Therapy Central) Umbrella Wellbeing Limited The Inter-Church Trade and Industry Mission (Vitae) Incorporated",0,20250410 "Ministry of Business, Innovation and Employment",26482302,Request for Proposals,Closed Competition,Advice on the need for additional measures to support transition to a low emissions electricity system,PRO440,20221017,20221118,20221212,,Sole Agency,No,,"This RFP relates to the purchase of consultancy services to provide advice to MBIE on key policy issues that will arise as we accelerate development and use of electricity across the economy and transition to a highly renewable electricity market. We are seeking a solution that will enable MBIE to test key issues, risks and questions concerning electricity market transition, and determine the need, or otherwise for additional government interventions in the electricity market to support affordable and reliable electricity supply while accelerating the transition to a highly renewable electricity system. Any interventions or measures should be considered as potential additions to the (business as usual) market and regulatory developments that would ordinarily be expected to occur.",Awarded,"Following a secondary procurement process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment NERA, of Level 11, 15 Customs Street West, Auckland, for the advice on the need for additional measures to support transition to a low emissions electricity system tender. The contract was signed 12 December 2022 for an initial term of 4 months. The expected spend under the contract is approximately $147,000.",0,20250410 "Ministry of Business, Innovation and Employment",26503929,Request for Proposals,Open Competition,All-of-Government Talent Acquisition Services - Version Two,,20221021,20221209,20230616,New Zealand Government Procurement and Property,All of Government,No,,"The Ministry of Business, Innovation and Employment (MBIE) seeks to engage suitably qualified recruitment providers for a Generation Three of the All-of-Government (AoG) Talent Acquisition Services (TAS) contract formerly known as External Recruitment Services. This is Version Two of the previously paused - All-of-Government Talent Acquisition Services GETS ID:26132059. Please use this page going forward, however if you would like to review the previous tender page, there is a link on this tender page titled Parent RFx. We are looking for providers who can meet the requirements outlined in section 2 of the RFP, deliver these services for New Zealand government agencies, and support the delivery of their Broader Outcomes initiatives. The Gen Three contract will cover the following categories. Categories Common Administration and Corporate Common IT Placement Types Permanent (and if variants i.e., fixed term) Contractor Payroll-Only Contractor Temporary Staff TAS services primarily for delivery to these regions: Wellington Auckland Christchurch Other regions throughout New Zealand are being considered MBIE intends to have a new solution in place by May 2023 The new solution aims to achieve the following objectives: Delivering increased public value through improvements in the contracted services Maintaining a sustainable and competitive recruitment environment through rationalisation of the contracted supply base, and by providing greater flexibility for business growth for the appointed providers Reducing provider and participating agency costs of engagement through agreed terms, centralised account management, and more effective secondary selection processes Increasing capability development for participating agencies to purchase talent acquisition services more effectively with guidance provided from the NZGP Centre of Expertise (CoE) Providing access to a range of spend and performance information in relation to government recruitment Providing opportunities to leverage common areas of need, including Broader Outcomes through a new and enhanced solution Details of the upcoming Supplier Briefing Webinar on 26 October 2022 (at 10am) are available in the RFP document attached. Subscribe to this Request for Proposals page to receive further updates.",Awarded,"Successful providers listed below: H2R Consulting, Mana Recruitment Limited, Adecco Personnel Limited, Tribe NZ Limited, Rothley Partners Limited, Comspek International, Careering Options ,Recruitment Studio, Hudson Global, Talent Army, Remarkable People, Worklife Group Limited, Emergent Limited, Assemble group, Star People HR & Recruitment, Jacksonstone & Partners, Momentum Consulting Group, Inside Recruitment, Presto Resourcing, Absolute IT, CXC Global, Madison Recruitment, Likemind, Alexander James, Augment Resources, Starfish Consulting, Potenita, Find Recruitment, Robert Walters, H2R Technology, Lexel Systems Limited, Hardy Group NZ, placeMe IT, PersolKelly, People&co, Finite Group NZ, Beyond Recruitment, Niche Consulting, Recruit IT Group, Younity / McLaren, Tonic Lab, Ryan Recruitment, Digital Garage, Allegis Group New Zealand, Randstad, Frog Recruitment, Fort Recruitment, Consult Recruitment, Life Recruitment (Preston &Blythe), 84 Recruitment, 1st Call Recruitment, Brightspark recruitment, Action Personnel, Lowie Recruitment, Taska 360 (LPS Mesh), GBL (Salt), Necta, Parker Bridge, Talent Vault, The Johnson Group, Student Job Search, Hays Recruitment, RGF Staffing New Zealand",0,20250410 "Ministry of Business, Innovation and Employment",26598530,Request for Proposals,Open Competition,Refugee Employment Project pilot,PRO 339,20221114,20230215,20230811,,Sole Agency,No,,"Ministry of Business, Innovation and Employment (the Ministry) is looking for credible organisations that have the skills, infrastructure and experience to support former refugees to upskill, understand the New Zealand labour market, and make connections with employers in the private sector. Previous experience working with culturally and linguistically diverse (CALD) clients is important. Experience in delivering proven employment outcomes for vulnerable populations is a requirement. Strong relationships with the local Palmerston North/Manawatu community, including the private sector is paramount. We are intending to hold a supplier briefing session on 30th November 2022 which will be held online via Microsoft Teams. Times and sessions will be confirmed once we have an indication of numbers attending. Please register with your contact details to the following email address ProcurementAndCommercial@mbie.govt.nz (as per below) no later than the 24th November 2022.",Awarded,"After completing an open tender procurement process, the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of Workbridge Employment Services Limited of Level 3, 50 Manners Street, Wellington, New Zealand (NZBN: 9429051287405) for the provision of Refugee Employment Services for Quota Refugees in Manawatu / Whanganui region deliver Te Whanau Manaaki, a six wananga training programme. The term of the contract is for 18 months, with 6 month MBIE right of renewal and the approximate expected spend is $451,000.",0,20250410 "Ministry of Business, Innovation and Employment",26616798,Request for Proposals,Closed Competition,Protective Security Requirements Sub-Panel,,20221111,20221202,20230330,,All of Government,No,procurement@nzsis.govt.nz,"This is a re-publishing of the Protective Security Requirements Sub-panel process reference number 26545500. This publication does not supersede the previous one but is a continuation of the previous process. The process is being administered by the NZ Security Intelligence Service. This change does not effect: The closing date of this process, The content, requirements or requested information for this process, Any other dates outlined in the RFP documents, Any questions that have been asked will be answered.",Not Awarded,"The following providers were successful in joining the Protective Security Requirements sub-panel: Codigitial Gemtech Holan PWC Quantum Straiff",0,20250410 "Ministry of Business, Innovation and Employment",26624029,Request for Proposals,Open Competition,Legislative Obligations Register Data Feed,PROCOM-0000013,20221114,20221209,20230303,,Sole Agency,No,,"MBIE is on a three-year maturity journey to make a step change in its compliance performance and to address the current pains identified by stakeholders. As part of this journey, we are looking to automate the current manual process of maintaining an Excel-based Legislative Obligations Register and minimise the risk of non-compliance due to overlooked legislative and/or regulatory changes. MBIE is seeking to appoint a supplier to provide a Legislative Obligations Register Data Feed of up-to-date structured legislative and regulatory obligations that can be uploaded directly into MBIEs Governance, Risk and Compliance (GRC) solution. MBIE is looking for credible suppliers who have the capability, experience and infrastructure to deliver an effective Legislative Obligations Register Data Feed that covers core New Zealand legislation relevant to the Public Sector. We are looking for an off the shelf solution that includes plain English interpretation and legal opinion that will help us to understand and assess legislative compliance requirements.",Awarded,"ComplyWith NZ Ltd Wellington Term till June 2028 Highest $300,000 - Lowest $183,500",0,20250410 "Ministry of Business, Innovation and Employment",26644695,Request for Proposals,Open Competition,Radio Engineering Training,PRO398,20221118,20230331,20230815,,Sole Agency,No,,"The Ministry of Business Innovation and Employment (MBIE) requires the services of an experienced Provider to develop and deliver two micro credentials in radio engineering, which will be based on content provided by the International Telecommunications Union (ITU), to upskill members of the industry to undertake the role of Approved Radio Engineer or Approved Radio Certifier, as well as other spectrum management tasks required by the radiocommunications industry.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26705640,Request for Tenders,Closed Competition,Main Contractor - Tauranga Office Fitout,PROCOM0000001,20221202,20230116,20230411,,Sole Agency,No,,"This Request for Tenders (RfT) follows the open Registration of Interest (RoI) and related to the procurement of a main contractor for the hard fit out works forming MBIEs 727 Cameron Road Tauranga project. This project is being led by MBIEs Property Projects Team. The main contractor will provide construction services to fit out MBIEs new and soon to be improved tenancy, in accordance with the design documentation, to the required standards and quality, and within the stipulated timeframes and budget available. Please submit all tender response and questions through GETS. A supplier briefing session will be available on Wednesday 7th December 2022 from 10:00-11:00. Please register for this event via the link below: https://mbie.zoom.us/webinar/register/WN_gYBevHotTPSUPThgoc8rLA",Awarded,"Following an open Registration of Interest (ROI) shortlisting process and subsequent closed Request for Proposals (RFP), the Ministry of Business Innovation and Employment (MBIE) of 25 The Terrace, Wellington is pleased to confirm the appointment of Alaska Construction+Interiors BOP Ltd, of 84A, First Ave, Tauranga, New Zealand, 3110 for the main contractor responsibilities of the fit out of 727 Camerson Road Tauranga office. The Construction Contract on the 11th of April 2023 and work due to be complete at the end of July 2023. The expected spend under the contract is approximately $2.25m.",0,20250410 "Ministry of Business, Innovation and Employment",26739015,Request for Proposals,Closed Competition,Domestic Tech Story,PRO0000426,20221213,20230116,20230411,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) has funding to promote careers in digital technology. It wants to attract more people into digital technology roles, especially the groups of people not currently well represented (or supported) in the digital technology sector. This includes women, Maori, Pacific, neuro-diverse and people with disabilities. We want to engage: ? kura/school age children ? career changers who could be awesome in digital technology roles ? the people they go to for career advice (e.g. parents, wider whanau, and career advisors). Together these groups are our target audiences.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of Auckland Business Chamber and Hutt Valley Chamber of Commerce consortium, of Level 9, 90 Symonds Street, Auckland for the Domestic Tech Story. The Funding Agreement was signed on the 11th April 2023 for 3.5 years. The expected spend under the Funding Agreement is approximately $3,800,000.",0,20250410 "Ministry of Business, Innovation and Employment",26746746,Request for Quotations,Closed Competition,Tourism operators incentives for sustainability,PROCOM0000023,20221215,20230124,20230303,,Sole Agency,No,,"In response to the need for more significant environmental sustainability in the tourism industry, MBIE is now seeking to procure research into what incentivises tourism operators to adopt environmentally sustainable and regenerative policies and practices. This should include a review of existing sources, including New Zealand and international research, to identify and draw on relevant findings. It should also include new primary qualitative and quantitative research involving a range of New Zealand tourism operators across sectors such as accommodation, attractions, and transport, and based in different regions. Data should be analysed and synthesised to answer the questions outlined below at paragraph 2.3.1 about tourism firms behaviour. Findings will be presented in a variety of accessible formats, including face-to-face presentation(s) to the Leadership Group and other stakeholders. Please direct or question via GETS in the Q&A tab.",Awarded,"Date awarded: 03/03/2023 Term of the contract: 5 months Expected Spend - $83,414 to $198,818. This was the closed tender to All of Government consultancy panel. New Zealand Business Number: 9429042947288",0,20250410 "Ministry of Business, Innovation and Employment",26763877,Request for Proposals,Open Competition,Monthly Regional Tourism Estimates,PRO4467,20221219,20230203,20230718,,All of Government,No,,We are looking for a supplier to provide electronic card transaction data for the primary purpose of producing the Monthly Regional Tourism Estimates. Please find attached documents for further information.,Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of Data Ventures, of 8 Willis Street, Wellington, for the Monthly Regional Tourism Estimates. The Agreement was signed on the 18th of July 2023 for 3 years.",0,20250410 "Ministry of Business, Innovation and Employment",26767648,Request for Proposals,Open Competition,RFP for EV Charging Infrastructure Rollout,PRO 40B,20221220,20230207,20231214,,Sole Agency,No,,"MBIE intends to purchase a number of Smart Chargers over the next few years as MBIEs fleet of initially light passenger internal combustion engine (ICE) vehicles are progressively replaced with battery electric vehicles (BEVs) and plug-in hybrid electric vehicles (PHEVs). MBIE will be seeking a provider to supply and install electric vehicle charging infrastructure nationwide and associated equipment (EVCI) to support the transition initially of our light passenger vehicle fleet to electric. MBIE will also require a software management platform with capabilities for data management, monitoring, managing and reporting of the electrical demand and peak loads from the EV charging points. MBIE also requires the supplier(s) to provide project management services, training services, installation of the chargers and support of the EV chargers and software solution following installation. Please indicate if you intend to participation in the Supplier Briefing on 17th January 2023. (Teams dial-in details will be provided). You can register using the email: ProcurementAndCommercial@mbie.govt.nz (please indicate 'EVCI Rollout Supplier Briefing' in your heading. Thanks Wishing you all a safe and merry christmas.",Awarded,"Agency: Ministry of Business, Innovation and Employment: EV Charging Infrastructure Rollout Successful Supplier: Evnex Limited, 121 Wrights Road, Addington, Christchurch 8024 Description of the goods, services or works: Supply and installation of electric vehicle charging infrastructure nationwide and associated equipment (EVCI) to support the transition of our light passenger vehicle fleet to electric. Contract Award date: 14 December 2023 Term of contract: 4 years with 2 x Rights of Renewal (4+2+2 years in total) Expected spend: (based on the 2 x pilot sites in the Desktop Pricing Exercise) Prices ranged from $162,689 - $373,646 including project and ongoing support costs. Procurement process used: Open competitive Agency NZBN: 9429000106078 Successful Supplier NZBN: 9429041510193",0,20250410 "Ministry of Business, Innovation and Employment",26771849,Award Notice,Open Competition,IPONZ Learning Management System for training examiners (Socrates),,20200228,20200228,20200228,,Sole Agency,No,,"Supplier = Sprout Labs $203,217 Exemption due to only one supplier Timeframe February 2020 - July 2025",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26784029,Award Notice,Open Competition,Support and Hosting Learn@MBIE,,20220127,20220127,20220129,,Sole Agency,No,,"Supplier = Kineo $450,000 Exemption due to only one supplier relates to acquisition of intellectual property Timeframe Jan 2022 - Jan 2027",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26784727,Award Notice,Open Competition,"Infolog Product and services, Professional Services",,20220214,20220214,20220214,,Sole Agency,No,,"Supplier = Infolog $450,000 Exemption due to only one supplier Timeframe 2015 to now",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26784891,Award Notice,Open Competition,Tourism Industry Transformation Plan,,20220215,20220215,20220215,,Sole Agency,No,,"supplier = Aotearoa Circle $105,000 Exemption due to Secondary procurement Timeframe The Tourism Better Work Leadership Group has agreed a draft Better Work Action Plan, which is anticipated to be the subject of public consultation in August 2022, and to be finalised by late October/early November 2022. As a new Leadership Group for the Environment phase of the ITP will be formed and have its first meeting in August 2022, it is critical to align on intent and agree a plan to move at pace to meet timeframes for the delivery of a draft Environment Action Plan by March 2023",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26785045,Award Notice,Open Competition,"Cultural Capability services - Tutira Mai, Professional Services",,20220301,20220301,20220103,,Sole Agency,No,,"Supplier = Tutira Mai $135,000 Exemption due to only one supplier Timeframe: March 2022 to end of 2022 Calendar year",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26785117,Award Notice,Open Competition,"Criminal Proceeds Management Unit, Operational Goods & Services",,20220317,20220317,20220317,,Sole Agency,No,,"Supplier = Paragon NZ $5,200,000 Exemption due to only one supplier for technical reasons (14.9 c i) Timeframe Feb 2017 - Feb 2027",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26785190,Award Notice,Open Competition,"Level 4 Fitout, 162 Victoria St West, Akld , Professional Services",,20220324,20220324,20220324,,Sole Agency,No,,"Supplier = Focus Contruction $100,000 Exemption due to only one supplier Timeframe: The completion of minor works on Level 4 162 VSW must be completed by 31 May 2022 to allow time for MBIE to relocate staff from Shortland Street to Victoria Street",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26785315,Award Notice,Open Competition,"Procure Datacom connect to provide contact centre services for traveler health declaration system, ICT",,20220513,20220513,20220513,,Sole Agency,No,,"Supplier = Datacom $2,644,903 Exemption due to emergency Time frame: Feb 22 - Sep 22 (8 months worst case scenario)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26786968,Award Notice,Open Competition,"Serraview Space Management System, ICT",,20220614,20220614,20220614,,Sole Agency,No,,"Supplier = SpaceIO $110,925 Exemption due to only one supplier Timeframe June 2022 - 2027 (5 year contract)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26787765,Award Notice,Open Competition,Support and Maintenance Agreement for Weathertight Services,,20220101,20220101,20220101,,Sole Agency,No,,"Supplier = Certus $262,938 Exemption due to only one supplier for technical reasons Timeframe: 1 Jan 2021 to 31 Dec 2023 + option to renew for a further 2 years",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26788483,Award Notice,Open Competition,Project 3535: Building Systems Assurance (BSA) Technology upgrade and implementation,,20220301,20220301,20220301,,Sole Agency,No,,"Supplier = DXC $1,884,904 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: June 2022 - 2027 (5 years)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26788771,Award Notice,Open Competition,Service Centre Migration to the Cloud,,20220401,20220401,20220401,,Sole Agency,No,,"Supplier = Vodafone & Genesys $2,420,000 Exemption due to Secondary procurement Timeframe: March 2022 - April 2024",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26789012,Award Notice,Open Competition,Integrated Outcome Agreement for CABNZ funding,,20221017,20221017,20221017,,Sole Agency,No,,"Supplier = CABNZ $970,000 Exemption due to only one supplier for technical reasons Timeframe: 1 July 2022 - 30 June 2024",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26789554,Award Notice,Open Competition,Data Torque Master Services Agreement,,20220901,20220901,20220901,,Sole Agency,No,,"Supplier = Data Torque Limited $399,000 Exemption due to only one supplier for technical reasons Timeframe: The contract extension is from 1 October 2022 - 30 September 2024. Contract started in October 2008 and after the extension the estimated spend is $4,828,567",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26789726,Award Notice,Open Competition,Qrious Ubiquity email and marketing automation platform,,20221001,20221001,20221001,,Sole Agency,No,,"Supplier = Qrious Limited $2,048,250 Exemption due to only one supplier for technical reasons (14.9.c.i & 14.9.d) Timeframe: Varying current contract end date from 30 June 2022 to 30 June 2025 Total 'whole of life' contract value = $2,363,896.50",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26791441,Award Notice,Open Competition,Support and Maintenance Agreement for Bond 2000 system,,20220301,20220301,20220301,,Sole Agency,No,,"Supplier = DXC $475,200 Exemption due to only one supplier for technical reasons Timeframe: 1 April 2022 - 31 March 2025 with the option to renew for a final 1-year term",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26791769,Award Notice,Open Competition,Legal advise for procurement of IEA Oil Stocks,,20220428,20220428,20220428,,Sole Agency,No,,"Supplier = Anthony Harper Ltd $250,000 Exemption due only one supplier for technical reasons of there being no real competition Timeframe: June 2022 - June 2024 (Contract term of two years + option to extend for a further two years)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26792001,Award Notice,Open Competition,Data Reporting Services from Community Law Centres o Aotearoa,,20220602,20220602,20220602,,Sole Agency,No,,"Supplier = Community Law Centres o Aotearoa (CLCA) $120,000 Exemption due to only one supplier Timeframe: July 2022 - July 2023 (1 year term plus a 1/2 year right of renewal)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26792144,Award Notice,Open Competition,SMS Services,,20220801,20220801,20220801,,Sole Agency,No,,"Supplier = Modica $300,000 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: July 2022 - July 2025 (3 years + option to renew for an additional 2 years)",Not Awarded,"3 year term estimated value inc GST $300,000. $500,000 if extended.",0,20250410 "Ministry of Business, Innovation and Employment",26792583,Award Notice,Open Competition,IPONZ/MBIE AND EUROPEAN PATENT OFFICE,,20220909,20220909,20220909,,Sole Agency,No,,"Supplier = EPOQUE Net $1,205,820 Exemption due to only one supplier 14.9.c.ii Timeframe: 1 Jan 2023 - 31 Dec 2025",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26793017,Award Notice,Open Competition,TECHTONICS ELECTRONIC RECORDS MANAGEMENT SYSTEM AGREEMENT (ERMS),,20220107,20220107,20220107,,Sole Agency,No,,"Supplier = Techtonics $1,500,000 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: 8 August 2022 - 31 March 2025",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26793093,Award Notice,Open Competition,Relocatable Cabin Transportation Services,,20220107,20220107,20230111,,Sole Agency,No,,"Supplier = Mackleys Transport $700,000 Exemption due to additional goods, services or works Timeframe: November 2021 - November 2024 (plus 2 rights of renewal of 1 year each)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26793183,Award Notice,Open Competition,Datacom Payment Gateway,,20220108,20220108,20220108,,Sole Agency,No,,"Supplier = Datacom $800,000 Exemption due to only one supplier for technical reasons Timeframe: 1 September 2022 - 2027 (5 years)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26797399,Award Notice,Open Competition,"Professional Development Service for Translators, Professional Services,",,20220201,20220201,20220201,,Sole Agency,No,,"Supplier = NZ Society of Translators Inc $686,000 Exemption due to only one supplier for technical reasons Timeframe: Feb 2022 - 20 June 2024 (2.5 years)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26800962,Award Notice,Open Competition,Startup Genome Benchmarking Exercise for the Startup Advisors Council,,20220808,20220808,20220808,,Sole Agency,No,,"Supplier = Startup Genome $193,913 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: August 2022 - Feb 2022 (6 months)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26801545,Award Notice,Open Competition,Industry Engagement for the Delivery of the Agritech Industry Transformation Plan (ITP),,20220910,20220910,20220826,,Sole Agency,No,,"Supplier = Agritech NZ $267,240 Exemption due to only one supplier for technical reasons Timeframe: September 10, 2022 to June 30, 2023",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26804939,Award Notice,Open Competition,DXC ENTERPRISE NZ AMS,,20220422,20220422,20220422,,Sole Agency,No,,"Supplier = DXC $95,182,655 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: July 2015 - 2027 (includes 5-year extension from 2022-2027 worth $35,250,000)",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26805262,Award Notice,Open Competition,Aotearoa Circle National Adaptation Strategy,,20220315,20220315,20220315,,Sole Agency,No,,"Supplier = Aotearoa Circle $250,000 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: 15 March 2022 - September 2022",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26805619,Award Notice,Open Competition,Supply of Technical Project Management Services,,20200601,20200601,20200601,,Sole Agency,No,,"Supplier = ENZ $39,850,040 (maximum cost across 10 years) Exemption due to only one supplier for technical reasons Timeframe: June 2020 - 2030",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26805817,Award Notice,Open Competition,Napier Uplift Main Contractor,,20220201,20220201,20220201,,Sole Agency,No,,"Supplier = Alexander Construction Central Limited $850,000 Exemption due to only one supplier for technical reasons (14.9.c.i) Timeframe: Feb 2022 - August 2023",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",26814077,Request for Proposals,Open Competition,Te Whanau Manaaki Facilitation,PROCOM011,20230118,20230228,20230613,,Sole Agency,No,,"The Ministry of Business Innovation and Employment are looking to procure external facilitators to deliver Te Whanau Manaaki, a six wananga training programme. We are open to providers with a few facilitators applying and sole traders with one or more facilitators. We envisage that we may require 3-4 facilitators to deliver the training schedule however, each training wananga is delivered by one facilitator. Please see attachment for more information about this opportunity.",Awarded,"After completing an open tender procurement process, the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of Aatea Consultants Limited of 60 Lucknow Street, Wairoa, New Zealand (NZBN: 9429037337957) to deliver Te Whanau Manaaki, a six wananga training programme. The term of the contract is for 13 months and the approximate expected spend is $420,000.",0,20250410 "Ministry of Business, Innovation and Employment",26945658,Request for Proposals,Open Competition,Catering Provider for Te Ahuru Mowai o Aotearoa (TAMA),PROCOM0000071,20230221,20230324,20230830,,Sole Agency,No,,"We are seeking a reliable, competent and client-focused catering services provider to form a long-term relationship that will positively contribute to making refugees welcome in Aotearoa New Zealand. The provider must demonstrate the ability to understand and service a wide range of cultural or dietary requirements and strong business continuity in response to a range if factors influencing New Zealand and its supply chain. We are looking from a provider that can demonstrate alignment with government broader outcome priorities. Please submit all questions via the Questions and Answers tab in GETS",Awarded,"Following an open Request for Proposals (RFP), the Ministry of Business Innovation and Employment (MBIE) of 25 The Terrace, Wellington is pleased to confirm the appointment of Cater Plus NZ Limited (9429034288023) of 29 Totara Grove Rd1, New Zealand for the catering services provider at Te Ahuru Mowai o Aotearoa (TAMA) facility. The MBIE Services Contract was signed on the 30th of August 2023 for an initial term of three years with two rights of renewal of one year each. The highest and lowest offers evaluated were $28.36m and $9.85m respectively. Broader Outcomes have been incorporated into the contract and will be reported against throughout delivery.",0,20250410 "Ministry of Business, Innovation and Employment",26946382,Request for Proposals,Open Competition,Laundry Services at Te Ahuru Mowai o Aotearoa (TAMA),PROCOM00000070,20230228,20230328,20230810,,Sole Agency,No,,"Governments approach to delivering effective refugee resettlement including laundry service for items provided for quota refugees during their initial five weeks in New Zealand at the Mangere Refugee Resettlement Centre, Te Ahuru Mowai o Aotearoa (TAMA). The service is concentrated on providing the hospital grade laundering of linen, bathroom and bedding items. This is a unique opportunity to supply a hospital grade laundry service for TAMA that complies with the New Zealand laundry standard AS: NZS 4146:2000 for laundering of linen, bathroom and bedding items used by quota refugees during their stay at the Centre. We are looking for providers who can demonstrate boarder Social, Cultural, Environmental and Economic outcomes. Please direct all questions via GETS questions and answers (Q&A) tab.",Awarded,"Auckland Private Laundry Limited, Auckland Term: 3+2 (Total 5 years) Initial contract for three years with two right of renewal periods of one year each by agreement. Procurement process: single step open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",27083052,Request for Proposals,Closed Competition,Storytelling and National Engagement Project for the FIFA Womens World Cup 2023,PROCOM-000092,20230314,20230324,20230417,,Sole Agency,No,,"MBIE is running a closed tender process through the Advertising All of Government Panel. This is for Storytelling and National Engagement Project for the FIFA Womens World Cup 2023 The Ministry of Business, Innovation and Employment (MBIE) seeks to appoint a specialist communications/PR/storytelling agency to lead the creative development and delivery of establish a strategy and integrated PR, storytelling and communications approach. We are looking for creative ways to engage Kiwis in and generate excitement in the FIFA WWC and highlight the wider leverage and legacy events that run alongside it. It requires cohesive, integrated storytelling via PR, communications and online engagement (including using social media as a channel). The agency will work closely with MBIE and other Crown agencies to develop an overarching narrative and storytelling approach that will engage the hearts and minds of New Zealanders and build their excitement in and emotional connection to tournament and wider activities. This will also require coordination across more than 30 organisations including FIFA, NZF, Host Cities and government agencies. The strong preference would be for an agency person to be embedded in the FIFA Project team at MBIE to lead on this. The New Zealand Story-led #EyesOnNZ project will be an important channel for disseminating information, promoting activities and sharing stories. The agency will also be responsible for producing all assets and content and working in collaboration with the FIFA Crown Communications Lead at MBIE to create stories and content for media placement. In summary we require: A creative storytelling strategy or plan to engage New Zealanders An integrated engagement, storytelling and communications approach Channel recommendations Production of assets, content and collateral Media placement. MBIE is inviting Respondents to propose their solution via an online presentation and interview session. Attached is the RFP with our requirements and a response form. Please return the Response form by the due date. If you have any questions, please send these through the GETS portal or to procurementandcommercial@mbie.govt.nz",Awarded,"RFP was a closed request for proposals through the advertising services AoG panel $500,000 April 2023 - 4th September 2023",0,20250410 "Ministry of Business, Innovation and Employment",27108089,Request for Quotations,Closed Competition,Hutt Hub Furniture Fixtures and Equipment,104408,20230317,20230508,20230801,,Sole Agency,No,,"This procurement relates to the purchase of Furniture Fixtures and Equipment (FFE) for the MBIE Hutt Hub Project. The key objective of this procurement is to ensure that the furniture installed at MBIEs Hutt Hub is fit for purpose, offers value for money, and is of a consistent, durable, and high standard. The furniture in scope is quite broad and includes desks and accessories, task chairs, meeting room/kitchen furniture, storage, and collaboration furniture. The key objective of this procurement is to procure the necessary FFE to create a modern flexible working environment. The RFQ will be conducted as a two-stage approach with suppliers being given concept designs to allow them to provide practicable examples of their solution during showroom visits. Showroom visits are essential to ensure a good understanding of the suppliers offerings including new products the evaluation team may not be aware of. Suppliers therefore can propose alternatives to the items proposed on the concept design. After the showroom visits, FFE generic schedules will be developed within the three bundles for respondents to respond to via a procurement in a day process whereby they will make presentations to MBIEs evaluation team who will then evaluate and select the best response for each bundle.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",27210779,Request for Proposals,Open Competition,"Impacts, Barriers, and Enablers for a Circular Economy",PROCOM0000078,20230405,20230602,20230821,,Sole Agency,No,,"MBIE is looking to purchase four research projects to deliver strategic insights and evidence about the Impacts, Barriers, and Enablers for a Circular Economy in Aotearoa New Zealand. MBIE is looking for credible suppliers and highly skilled researchers who have the capability, experience and capacity to meet our requirements. These include a strong commitment to meeting MBIEs needs and working collaboratively to support alignment across the various pieces of work. We have an interest in research that utilises existing innovation, research, or capability-building initiatives, involves multiple stakeholders, and in sector and/or place-based case studies. We are seeking practical New Zealand relevant insights and evidence suitable as input to the development of a Circular Economy and Bioeconomy strategy. This is a unique opportunity to support the aims of New Zealands Emissions Reduction Plan and inform Aotearoa New Zealands transition to a circular low emissions economy. If you would like to attend our supplier briefing session, please contact us via email: procurementandcommercial@mbie.govt.nz Attention: Sandra Worboys",Not Awarded,"The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the following appointments for the research on impacts, barriers and enablers for a circular economy to Sustainable Business Network of Level 2, Darby Building, Darby Street, Auckland (NZBN: 9429042947288) for Projects 1, 3 & 4 and The Connective of 101 Pakenham Street West, Auckland Central (NZBN: 9429047703438) for Project 2. The expected spend under each of the Services Agreements is approximately $369,000 and $355,000.",0,20250410 "Ministry of Business, Innovation and Employment",27233830,Request for Quotations,Closed Competition,Annual State of the Building and Construction Sector Surveys,PROCOM0000094,20230413,20230501,20230623,,Sole Agency,No,,"In response to the need for more significant output within BSPs Building System Insights Programme. The research will provide the Building and Construction Minister and building system leaders with information on the state of building and construction sector and provide ongoing monitoring of the level of sector maturity. MBIE is seeking to procure research to monitor the Annual State of the Building and Construction Sector and capture the voice of sector actors (i.e., businesses, workers, and end-users). The themes the research may cover include: the sectors readiness for change/level of maturity (e.g., in response to climate change, the aging population, global pandemics, regulatory change, technology uptake) level of industry compliance and areas of non-compliance level of sector resilience and protective factors (e.g., financial viability, sector well-being) level of business confidence and the forward pipeline of the work building quality and stock, and potential areas of risk workforce capacity and capability to meet industry challenges and requirements end-users trust and confidence on the sector. Please direct or question via GETS in the Q&A tab.",Awarded,"Gravitas Research and Strategy Ltd Term: 1+1+1 (Total 3 years) Initial contract till 20 December 2023 followed with two right of renewal periods of one years each by agreement. Highest $500,000 - Lowest $494,989 Procurement process: Closed tender competitive process through AoG Consultancy panel.",0,20250410 "Ministry of Business, Innovation and Employment",27350633,Request for Quotations,Closed Competition,"Migrant Survey 2023, 2024 & 2025",PROCOM-00000097,20230509,20230607,20230920,,All of Government,No,,,Awarded,"Premium Research Term: 2+1 (Total 3 years) Initial contract till 30 June 2025 followed with one right of renewal for one year by agreement. Highest $511,430 - Lowest $398,794 Procurement process: Closed tender competitive process through AoG Consultancy panel.",0,20250410 "Ministry of Business, Innovation and Employment",27363279,Request for Proposals,Open Competition,NZ Industrial Relations Foundation,,20230508,20230708,20230710,,Sole Agency,No,https://www.mbie.govt.nz/business-and-employment/employment-and-skills/nz-industrial-relations-foundation/,"THIS IS A NOTICE ONLY FOR THE NZ Industrial Relations Foundation fund AND APPLICATIONS ARE NOT TO BE LOADED ONTO THE GETS SYSTEM The NZ Industrial Relations Foundation (Inc) (the Foundation) is an educational trust set up to promote, through education, better industrial relations in New Zealand. The application period for the 2023 round of grants is now open. The Foundation is especially interested in applications relating to research that can be used to promote education on either of the following topics: 1. The long-term impact of COVID-19 (and our response to it) on how we work, particularly topics looking at one or more of the following themes: a. Changes in working from home or other flexible work arrangements, b. The impact on mental health and wellbeing, including burnout and exhaustion, c. The trend of quiet quitting and attitudes towards work-life balance, d. The impact on attitudes towards Health and Safety at work. 2. The role that tikanga can play in the development of employment policy and practice and/or employment dispute resolution processes. Applications close on 8 July 2023. You must apply using the instructions in the attachment notice. All queries must be emailed to IRF@mbie.govt.nz.",Not Awarded,This was an RFI only,0,20250410 "Ministry of Business, Innovation and Employment",27374851,Award Notice,Open Competition,North island hubs for industry transformation plan (game development sector),PROCOM0000075,20221201,20230223,20230323,,Sole Agency,No,,"Centre of Digital Excellence (CODE) have been created to help leverage a growing international market and have been identified for further growth opportunities across the wider north island as part of the Industry Transformation Plan. The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of New Zealand Centre of Digital Excellence (CODE) of 8 Stafford Street, Dunedin, New Zealand (NZBN: 9429050597833) for the expansion and continued delivery of game development training and growth within this industry. An exemption under 14.9.c only one supplier was approved on the 23rd of February 2023 for the funding of this work for a total of four years (year on year). The expected spend is approximately $10m over the term of the contract.",Awarded,"Centre of Digital Excellence (CODE) have been created to help leverage a growing international market and have been identified for further growth opportunities across the wider north island as part of the Industry Transformation Plan. The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of New Zealand Centre of Digital Excellence (CODE) of 8 Stafford Street, Dunedin, New Zealand (NZBN: 9429050597833) for the expansion and continued delivery of game development training and growth within this industry. An exemption under 14.9.c only one supplier was approved on the 23rd of February 2023 for the funding of this work for a total of four years (year on year). The expected spend is approximately $10m over the term of the contract.",10000000,20250410 "Ministry of Business, Innovation and Employment",27385490,Request for Quotations,Closed Competition,CERT NZs Cyber Smart Uplift programme.,ProC 104,20230711,20230725,20230811,,Sole Agency,No,,CERT NZ is looking to procure a marketing agency to work closely with us to run a campaign that raises the importance of cyber security among the general public and launches the new Own Your Online campaign identity for New Zealanders and small-to-medium sized businesses.,Not Awarded,"This RFP was a Secondary Procurement process, utilizing the AoG Panel, and therefore is exempt under NZGP Rule 14.9.i",0,20250410 "Ministry of Business, Innovation and Employment",27430814,Request for Proposals,Open Competition,Small to Medium Maori Construction Business Capability Development,ProC 117,20230526,20230623,20230925,,Sole Agency,No,,"The objective of this project is to design and develop a sustainable ratonga (service) to improve the capability of Maori construction businesses as part of the Construction Sector Accord Transformation Plan. The Construction Sector Accord and Kotuia te hono (Accord Maori Sector Reference Group) are looking for expertise with specific Maori business knowledge to undertake research and provide information on the current state of Maori construction businesses in Aotearoa, then work with us to design and develop a service model that aims to improve the capability of Maori construction businesses.",Awarded,"After completing an open tender procurement process, the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of KPMG of 10 Customhouse Quay, Wellington, 6140, New Zealand (NZBN: 9429045552991) to deliver a by Maori, for Maori, with Maori ratonga model. Kotuia te hono will work closely with KPMG at various stages of the discovery, design and development phases to ensure alignment with Kotuia te hono and the Construction Accord Transformation Plan, and realisation of the desired outcomes. The term of the contract is for nine months and the approximate expected spend is $ 331,000.",0,20250410 "Ministry of Business, Innovation and Employment",27487232,Request for Proposals,Open Competition,Anonymous Integrity reporting tool 2023,PROCOM00000095,20230602,20230623,20230913,,Sole Agency,No,,"In response to the need for more significant, trustworthy and anonymous reporting line to allow members of the public to report potential integrity concerns that relate to MBIE. The service should also provide a reporting function which reports on themes/trends of the disclosures made to the anonymous reporting line. The aspect of anonymity is extremely important for us, as we need to ensure that people can feel safe about reporting to the Anonymous Integrity Reporting Line, and that they will not be identified from their report (unless they so wish). A service that meets MBIEs obligations under the Protected Disclosures (Protection of Whistleblowers) Act 2022 (PDA) is also a requirement namely, where a report is a protected disclosure under the PDA, MBIE must keep the reporter or whistleblowers identity confidential. This is a unique opportunity to provide a service which increases the publics trust in a large public service entity. An anonymous reporting line is part of a suite of tools to ensure that individual staff and our organisation are acting with integrity. Please direct all questions via GETS questions and answers (Q&A) tab.",Awarded,"Further Award Information: Honest Bunch Foundation Limited Wellington Term: 3+3+3 (Total 9 years) Initial contract till July 2026 followed with two right of renewal periods of three years each by agreement. Highest $509,540 - Lowest $210,000 Procurement process: single step open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",27492954,Request for Quotations,Closed Competition,RFQ - Occupational Disease Review - Accident Compensation Act 2001,ProC 103,20230602,20230616,20230710,,Sole Agency,No,,"MBIE is seeking an organisation, or organisations collaborating together, who will be responsible for completing a key phase in a new review. The review is of Schedule 2, the list of occupational diseases in the Accident Compensation Act 2001. This provides a route for someone to access ACC cover for certain work-related gradual process, disease, or infection injuries. The organisation(s) will be responsible for undertaking a literature review on selected occupational diseases and; selecting and managing a group of medical experts to develop a report with recommended diseases to add to Schedule 2. The Ministry will provide the review framework, technical criteria to inform the experts report, and list of occupational diseases.",Awarded,"After completing a closed secondary procurement process, the Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of ALLEN AND CLARKE POLICY AND REGULATORY SPECIALISTS LIMITED for the provision of an Occupational Disease Review.",0,20250410 "Ministry of Business, Innovation and Employment",27514863,Request for Proposals,Open Competition,"Mapping Emissions and Waste Stream Profiles, and Opportunities for Achieving Net-zero Circular Advanced Manufacturing",PROCOM0000109,20230608,20230703,20231011,,Sole Agency,No,,"MBIE is looking to procure services for Phase 1 to complete initial work toward emissions and waste stream profiles to inform opportunities to achieving net-zero circular advanced manufacturing as a key action under the ITP. MBIE expects Respondents to identify the existing data sources and develop data set that collates these. This will mostly be sourcing from existing data sets but will require some engagement with industry, particularly where there are gaps and may include the following approaches: - Sourcing of emissions and waste profiles across all seven advanced manufacturing sub sectors. High quality emissions 2(defined by emission source scope) and waste data (sources and volumes) from the cradle to the grave, or across all steps of a lifecycle or value chain, require being sourced, collated, and presented in a logical way e.g., material flow to show an initial data picture which can then be used to feed into a baseline from which to identify further data gaps toward measuring sector transformation in Phase 2. Deadline to register for supplier briefing session: 13 06 23 Date of the supplier briefing session: 15 06 23 details to follow through an addendum. Please direct all questions via GETS questions and answers (Q&A) tab.",Awarded,"Aurecon New Zealand Ltd Term: 6+1+1+1 months (Total 9 months) Initial contract till 20 May 2024 followed with three right of renewal periods of one month each by agreement. Highest $399,720 - Lowest $312,000 Procurement process: Single step open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",27592707,Request for Proposals,Open Competition,New Zealand Geotechnical Database,4385,20230626,20230810,20240306,,Sole Agency,No,,"Kia ora, The Ministry of Business, Innovation and Employment (MBIE), a major government agency, is the current steward of the New Zealand Geotechnical Database (NZGD). We are seeking to engage with Suppliers in the purchase of a solution offering the hosting of publicly accessible geotechnical data for an initial term of five years with options to extend. The NZGD is a unique data-sharing platform for geotechnical information and records in New Zealand. To date the NZGD had more than 11,000 users and around 168,000 geotechnical test uploads. The NZGD was initially established by the Canterbury Earthquake Recovery Authority (CERA) in 2013 under urgency. Efficient availability of geotechnical information provides an immediate benefit to geotechnical practitioners, private and public sector clients, and communities by providing data for high-level regional assessments. It reduces the costs by avoiding potential testing duplication of sub-surface geotechnical investigation and enhances information storage and retrieval. This opportunity is to place NZGD on a firm professional, technological and fiscally sustainable basis for the next decade. The RFP seeks a solution that matches the existing capability and features with the ability to evolve and extend in the future. The solution will initially incorporate service management; user registration and onboarding; data management; change management; consistent and excellent security posture; and spatial location of investigation data. The RFP is an invitation to qualified Suppliers to submit a proposal for the NZGD contract opportunity. If you wish to apply, please subscribe on the New Zealand Government Electronic Tenders Service (GETS - gets.govt.nz). If you are not registered on GETS, select the Supplier Login (top-right) and complete the registration process. Once youre in youll have access to all New Zealand Government Tenders. All enquiries must be directed to our Point of Contact via GETS (gets.govt.nz). We will manage all external communications via GETS including briefing session registration, notice of intention to respond, and questions. RFP Response submissions must be submitted using the GETS submission tool.",Not Awarded,"Thank you for your responses to the Request for Proposal (RFP) 4385 New Zealand Geotechnical Database, 10 August 2023. After completing an extensive evaluation process, MBIE announces Beca as the Supplier contracted to supply the replacement New Zealand Geotechnical Database. I will be sending out an email with an opportunity for a debrief in the coming weeks. Thank you & kind regards, Steve Eades Commercial Leader Digital Commercial Practice, Corporate Services Ministry of Business, Innovation & Employment steve.eades@mbie.govt.nz | Mobile: +64 21 870 563 Level 4, 110 Featherston Street, Wellington | PO Box 1473, Wellington 6140, New Zealand",0,20250410 "Ministry of Business, Innovation and Employment",27663621,Request for Quotations,Closed Competition,"Public Perceptions of Immigration Survey 2023, 2025, 2027",PROCOM0000139,20230710,20230801,20230922,,All of Government,No,,"This is a closed request through the Consultancy Services Panel to a select number of suppliers. The Ministry of Business, Innovation and Employment (MBIE) is seeking a research provider to undertake the Public Perceptions of Immigration Survey (Public Perceptions Survey) for 2023 and 2025, with an option to extend for the 2027 survey. This survey (previously titled the Community Perceptions of Migrants and Immigration Survey) collects information to build an evidence base on attitudes in New Zealand towards immigration and migrants. MBIE is looking for a credible provider who has the capability, experience and processes/systems to run a survey of people currently resident in New Zealand. This provider needs to have an excellent track record of delivering services of this nature. We continue to seek advice on ways to increase the survey response rate, the representativeness of the achieved sample, the best methodologies for this type of survey, and ways to manage/reduce costs while also ensuring a high-quality survey. Please send through any questions to the GETS portal or to procurementandcommercial@mbie.govt.nz addressed to Alannah Taylor. Kind regards, Alannah Taylor",Awarded,"This contract was a secondary procurement process through the Consultancy Services AoG Panel. contract term covering the 2023 and 2025 surveys, and a right of renewal for the 2027 survey $266,920.00 Wellington",0,20250410 "Ministry of Business, Innovation and Employment",27683434,Request for Proposals,Closed Competition,RFP EVCI Phase II - Desktop Pricing Exercise,PRO 40B,20230718,20230807,20231214,,Sole Agency,No,,"MBIE intends to purchase a number of Smart Chargers over the next few years as MBIEs fleet of initially light passenger internal combustion engine (ICE) vehicles are progressively replaced with battery electric vehicles (BEVs) and plug-in hybrid electric vehicles (PHEVs). MBIE will be seeking a provider to supply and install electric vehicle charging infrastructure nationwide and associated equipment (EVCI) to support the transition initially of our light passenger vehicle fleet to electric. MBIE will also require a software management platform with capabilities for data management, monitoring, managing and reporting of the electrical demand and peak loads from the EV charging points. MBIE also requires the supplier(s) to provide project management services, training services, installation of the chargers and support of the EV chargers and software solution following installation. This RFP EVCI Phase II - Desktop Pricing Exercise is a follow-on from the previous Request For Proposal. All questions should be directed via GETS. Thankyou Please Note: Please ensure that all questions are directed via GETS and not to Paul M directly, as I will be on A/L.",Awarded,"Agency: Ministry of Business, Innovation and Employment: EV Charging Infrastructure Rollout Successful Supplier: Evnex Limited, 121 Wrights Road, Addington, Christchurch 8024 Description of the goods, services or works: Supply and installation of electric vehicle charging infrastructure nationwide and associated equipment (EVCI) to support the transition of our light passenger vehicle fleet to electric. Contract Award date: 14 December 2023 Term of contract: 4 years with 2 x Rights of Renewal (4+2+2 years in total) Expected spend: (based on the 2 x pilot sites in the Desktop Pricing Exercise) Prices ranged from $162,689 - $373,646 including project and ongoing support costs. Procurement process used: Open competitive Agency NZBN: 9429000106078 Successful Supplier NZBN: 9429041510193",0,20250410 "Ministry of Business, Innovation and Employment",27699757,Request for Proposals,Open Competition,Main Contractor - Nelson Office Fitout,PROCOM0000145,20230718,20230818,20240201,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the early engagement of a main contractor for the hard fit out works forming the MBIE Nelson Office Fit Out project. This project is being led by MBIEs Property Projects Team. The main contractor will be involved in early engagement and will later provide construction services to fit out MBIEs new and soon to be improved tenancy. The successful provider will help to develop and deliver in accordance with the design documentation, to the required standards, quality, and budget available. Please submit all response and questions through GETS. A site visit will be held on the 2nd of August. Registration details and further information will be made available via addenda 1.",Awarded,"Following an open Request for Proposals (RFP), the Ministry of Business Innovation and Employment (MBIE) of 15 Stout Street, Wellington is pleased to confirm the appointment of NAYLOR LOVE CANTERBURY LIMITED (9429046209108) of 78 Ward Street, Dunedin Central, Dunedin 9016, New Zealand as the Main Contractor for MBIEs Nelson Office Fitout. The MBIE 3910 contract was signed on the 31st January 2024 for an initial term of 88 working days (late December early May). The expected $942,369.21. Broader Outcomes have been incorporated into the contract and will be reported against throughout delivery.",942369,20250410 "Ministry of Business, Innovation and Employment",27776683,Request for Proposals,Open Competition,Telephone and Video Interpreting Services,PROCOM163,20230727,20230824,20250303,,Syndicated Opportunity,No,,"This Request for Proposal (RFP) process seeks Proposals for on-demand and pre-booked telephone interpreting services across New Zealand for government agencies. These services are to support agencies communication with people with limited or no English language proficiency, residing in or visiting New Zealand. We need support for a wide range of languages. Successful Respondents provide a platform that seamlessly links agencies requiring interpreting services with a qualified interpreter that meets their language needs. The Successful Respondent(s) will need to deliver the total requirements across all languages and meet our quality and security standards.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the following providers for the open syndicated contract for telephone and video interpreting services. 2M Language Services Frontline Business Services Limited t/a All Graduates Interpreting & Translating Connecting Now Contract term is three years with the option to extend for two further periods of three years.",0,20250410 "Ministry of Business, Innovation and Employment",27831892,Request for Proposals,Open Competition,Administration of the Fellowships for Excellence,PROCOM-0000162,20230807,20230831,20240301,,Sole Agency,No,,"The Ministry is looking for credible suppliers who have the capability, experience and infrastructure to deliver the Fellowships for Excellence schemes. Potential suppliers need to have a good track record in the management and implementation of similar schemes related to the tertiary sector, as well as effective networks and strong relationships within the Research, Science and Innovation sector. In addition, they must understand and give practical effect to Te Tiriti responsibilities by partnering with iwi, Maori, and providers of research to ensure the fellowships schemes deliver for Maori. They must be able to provide a culturally safe environment for fellowship recipients. This may include the ability to co-design programmes and explore solutions with Maori and use a non-complex application process.",Awarded,"Further Award Information: Royal Society of New Zealand, Wellington Term: Start 1 March 2024, End 30 June 2030. Highest $5million - Lowest $3.5million Procurement process: Single step open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",27841903,Request for Quotations,Open Competition,Consumables Delivery Services for Te Ahuru Mowai o Aotearoa (TAMA),PROCOM00000122,20230807,20230818,20230925,,Sole Agency,No,,"The Ministry is seeking a competitive and reliable supply & delivery service and a client-focused, medium-term relationship that positively contributes to making refugees welcome in Aotearoa New Zealand. We are looking to hear from credible suppliers with an extensive range of good quality, competitively priced everyday consumables, and a reliable delivery service to consistently meet the needs of TAMA and its quota refugee residents. As well as those able to provide a broad range of items, covering personal hygiene, bathroom, and cleaning products, we are also interested in hearing from specialist providers with expertise in any one or more of these product groups, particularly those that can demonstrate significant commitment to environmental outcomes.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",27853857,Request for Quotations,Closed Competition,Healthier and More Energy Efficient Buildings Program (Stage 1),ProC 160,20230810,20230828,20240118,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers on the All-of-Government construction consultancy services panel to submit a Quote for providing the first stage of a research programme that will inform future performance settings in the Building Code so that buildings can meet both the emissions reduction goals of the Building for Climate Change programme, and health and wellbeing objectives. MBIE is taking a holistic, whole-of-building approach that considers thermal performance, indoor environmental quality and energy efficiency together, without creating any unintended consequences. This contrasts with how the Building Code has historically been developed typically by updating one area at a time. This Request for Quote (RFQ) is only for the first Stage 1 Discovery of the research programme. The findings of this Stage 1 will inform subsequent research stages that MBIE intends to procure separately.",Not Awarded,This was a close tender under the AoG secondary procurement process.,0,20250410 "Ministry of Business, Innovation and Employment",27867934,Request for Proposals,Open Competition,National Destination Management team to support regional tourism in Aotearoa New Zealand.,PROCOM-0000165,20230811,20230907,20240201,,Sole Agency,No,,"During the COVID-19 pandemic, the Government provided Regional Tourism Organisations with funding to develop Destination Management Plans (DMPs). These plans have now been completed. The Government is seeking to establish a centralised team as part of the next step in Aotearoas Destination Management journey. The team will bring a national perspective to regional tourism issues; engage in the activity of Destination Management across all regions of Aotearoa New Zealand; and work to support other tourism activities carried out by Regional Tourism Organisations, Maori Regional Tourism Organisations (MRTOs), and other organisations that have a focus on regional tourism. The national Destination Management team is an interim step, and as such, it will be managed as a time-limited project, using best practice methodologies. The Ministry is looking for a credible supplier with strong existing relationships and experience in Aotearoa New Zealands Regional Tourism sector. The supplier needs to: Establish a new team that has sufficient capacity to engage nationally on Destination Management issues. This includes conducting recruitment and ensuring appropriate resources, structures, and workplace policies are in place. Work closely with MBIE during the establishment of the team and as it conducts its work. Report regularly on agreed metrics associated with the outcomes sought. Communicate regularly with the tourism sector about the team and its work. Disestablish the team at the end of two years and ensure that outstanding work and connections are transferred to an appropriate organisation.",Not Awarded,Tender has been cancelled,0,20250410 "Ministry of Business, Innovation and Employment",27933907,Request for Quotations,Closed Competition,Influenza Vaccination Service,Ref # 44229,20231013,20231113,20240215,,Sole Agency,No,,,Not Awarded,"Agency: Ministry of Business, Innovation and Employment: Influenza Vaccination Service Successful Supplier: MedPro Healthcare (NZ) Limited Description of the goods, services or works: The purchase and delivery of a flu vaccination services, for both on-site clinics and pharmacy vouchers for key locations around New Zealand. Contract Award date: 15 February 2023 Term of contract: 2 years + 1 year option Expected spend: Respondents Prices ranged from $355K - $551K Procurement process used: MSD Panel competitive Agency NZBN: 9429000106078 Successful Supplier NZBN: 9429035054702",0,20250410 "Ministry of Business, Innovation and Employment",27967814,Request for Proposals,Open Competition,Main Contractor - Whangarei Office Fitout,PROCOM0000155,20230831,20230929,20240322,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the early engagement of a main contractor for the hard fit out works forming the MBIE Whangarei Office Fit Out project. This project is being led by MBIEs Property Projects Team. The main contractor will be involved in early engagement and will later provide construction services to fit out MBIEs new and soon to be improved tenancy. The successful provider will help to develop and deliver in accordance with the design documentation, to the required standards, quality, and budget available. Please submit all response and questions through GETS. A site visit will be made available prior to the question close date. See addenda 1 for registration details and further information.",Awarded,"The MBIE 3910 contract was signed on the 22nd of March 2024 between MBIE and Focus Construction Group with an expected value of $1.17m for the agreement. Broader Outcomes were considered in the successful providers response including employee training/ qualification/ progression initiatives, Commitments under Environmental and Sustainability Policy's principles, and award winning health and safety practices.",1170000,20250410 "Ministry of Business, Innovation and Employment",28106789,Request for Proposals,Open Competition,Storage of onshore reserve diesel stocks,PROCOM198,20230915,20231201,20240606,,Sole Agency,No,,"MBIE seeks detailed and firm Proposals for the long-term lease to the Crown of diesel tank storage capacity. MBIE wants a single rolled-up, all-inclusive monthly lease payment (including for capital expenditure, product stewardship, maintaining the tank in a fit for purpose and compliant condition and rental) over the term of the contract, no ownership interest in the tank and best public value. Proposals are invited for tank storage capacity of up to 70 million litres (gross capacity) of diesel in aggregate, with a minimum offered volume per tank of 5 million litres. This RFP provides an opportunity to contribute towards improving New Zealand's resilience to potential disruptions to supplies of diesel by developing diesel storage facilities. Reliable and resilient fuel supplies and transport systems are essential enablers for a productive, sustainable and inclusive economy.",Not Awarded,Tender has been cancelled,0,20250410 "Ministry of Business, Innovation and Employment",28169682,Request for Proposals,Open Competition,Refugee Driver Training Programme,PROCOM-0194,20231214,20240202,20240903,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (the Ministry) is the lead agency for the operational coordination of refugee specific services and leading the New Zealand the New Zealand Refugee Resettlement Strategy. This is a whole-of-government approach to delivering improved refugee settlement outcomes so that refugees more quickly achieve self-sufficiency, social integration and independence. This is a unique opportunity to deliver a refugee driver training programme that contributes to improved refugee settlement outcomes. It will also establish the credibility of the provider in a niche market, with opportunities to innovate and expand their service in new refugee settlement locations. Deadline to register for supplier briefing session: 12noon 19 12 23 Date of the supplier briefing session: 21 12 23 details like an online meeting invite link to follow through an addendum. Please direct all questions via GETS questions and answers (Q&A) tab.",Awarded,"Further Award Information: 1. HMS Trust 2. The Young Men's Christian Association of South and Mid Canterbury Incorporated (YMCA) 3. Marlborough Rural Education Activities Programme (REAP) Inc 4. The Umma Trust 5. Southern Rural Education Activities Programme (REAP) Charitable Trust 6. ChangeMakers Resettlement Forum 7. Aukaha (1997) Limited Term: 3 years, contract till 30 June 2027 + one right of renewal for three years (six years in total) Highest $134,680.91 per annum - Lowest $53,627.80 per annum Procurement process: Open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",28174863,Request for Proposals,Open Competition,"Document Storage, Digitisation and Destruction Services",28174863,20230926,20231019,20240902,New Zealand Government Procurement and Property,Syndicated Opportunity,No,,"The New Zealand Government Procurement (NZGP) branch within The Ministry of Business, Innovation and Employment (MBIE) is seeking to establish a collaborative contract for the provision of document storage, digitisation and destruction of records services. The purpose of this Request for Proposals (RFP) is to put a replacement solution in place prior to the expiry of the Syndicated Agreement currently managed by New Zealand Police. We also invite you to attend the RFP Supplier Briefing: Date: Wednesday 4 October, 2023 Time: 10am (NZT) Please contact Jackie Corlett at Jackie.corlett@mbie.govt.nz my COB Monday 2 October to register your interest for the event. At the briefing, we will provide an overview of the RFP and allow time for any questions. Questions and answers will be posted on GETS for those who cannot attend.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",28181246,Request for Proposals,Open Competition,Property Consultancy Services - Request for Proposals,,20230926,20231101,20240502,New Zealand Government Procurement and Property,All of Government,No,n/a,"The Government Property Group (GPG) Property Consultancy Services (PCS) common capability contract was established in 2017. The contract's objective was to provide quality expertise in the property consultancy domain to government agencies and to deliver the solutions through optimal pricing to attain value for money. The contract expires on 19 March 2024. GPG and New Zealand Government Procurement (NZGP) have decided to return to market for the next generation of this contract. The contract scope is intended for office accommodation but may also be useful in operational property settings. The objectives of the new contract are to: increase promotion of this Agreement by Providers and uptake of the Agreement by Eligible Agencies; support the Property System Lead by aligning the commercial value of this Agreement with the Government National Property Strategy and covering all the property lifecycle through its common capability contracts; achieve broader outcomes through Provider-led initiatives within their own businesses and by Providers supporting Participating Agencies meet their sustainability and provider diversity targets through Services offered by the Providers; improve category performance by tracking of spend and use of Property Consultancy Service Orders; improve commercial value by facilitating and supporting the property-related needs of Participating Agencies along with the property lifecycle in the form of a one-stop buying experience. The RFP covers seven sub-categories, being 1. property planning and advisory; 2. workplace strategy; 3. workplace change; 4. valuation services; 5. asset management; 6. property-related sustainability services; 7. property-related iwi relationships. Respondents must be able to provide services in at least one service category within any sub-category. Ideally, providers could perform services across multiple service areas within any sub-category they apply for, but that is not mandatory. When the new property consultancy services panel (new PCS panel) is launched, any provider wanting to provide any of the in-scope services above will need to be a member of the new PCS panel. This RFP gives you an opportunity to join the new property consultancy services panel for a term of up to nine years. This is an opportunity for you to become a part of trusted panel of advisors in the property consultancy space and get exposed to potential business and subsequently provide valuable services to agencies.",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",28267723,Request for Quotations,Closed Competition,INZ User Experience Research Programme,Ref #45449,20240209,20240328,20240627,,Sole Agency,No,,"Kia ora, You have been identified from the AoG Consultancy Services sub-category of Policy, Research and Development as having the relevant experience and capability to respond to this tender for the delivery of research services to inform INZ on user experiences with the Immigration system. A link to the supplier briefing scheduled for the 19th February will be sent soon. If you do not wish to participate in this tender process, I would appreciate you letting me know. Kind regards / Nga mihi Paul Mackman Senior Commercial Advisor - Commercial Services",Awarded,"Agency: Ministry of Business, Innovation and Employment: INZ User Experience Research Programme Successful Supplier: Gravitas Research and Strategy Ltd, 72 St George's Bay Road, Parnell, Auckland 1072 Description of the goods, services or works: Provision of research services to inform Immigration New Zealand (INZ) on users experience with the Immigration System. Contract Award date: 27 June 2024  Term of contract: 4 years Expected Contract spend over term: Prices ranged from $1M - $1.3M over term. Procurement process used: Closed competitive tender using the All-of-Government, Consultancy Service Panel Agency NZBN: 9429000106078 Successful Supplier NZBN: 9429036798520",0,20250410 "Ministry of Business, Innovation and Employment",28347554,Request for Proposals,Open Competition,All-of-Government External Legal Services - Generation Three,ELSRFP-GEN3,20231026,20231122,20240623,New Zealand Government Procurement and Property,All of Government,No,,"New Zealand Government Procurement is issuing a Request for Proposal (RFP) to give respondents the opportunity to join the new All-of-Government (AoG) External Legal Services (ELS) provider panel. The RFP will close on 22 November 2023. This generation of our AoG ELS panel aims to shift the focus away from a single, intensive RFP process. Instead, it focuses on performance and effectiveness during service delivery. We want to make it easier for respondents by reducing the administrative effort required to respond to this RFP, compared to previous generations of this contract. We are seeking a way for all parties to demonstrate greater transparency during the contracts life, while we use data to make things easier for everyone in the longer term. For example, the overview of provider performance will allow agencies to make more informed purchasing decisions. The spend of taxpayer dollars, underpinned by solid performance data, will also help NZGP contract management. Providers that achieve a solid performance rating during the contracts life may not need to respond to future RFPs but be invited to join any subsequent ELS panel. The following areas of law are in scope of the new contract: Banking and finance Corporate and commercial Employment Environment and resource management Property Health and safety Public Litigation Other (health/medical, immigration)",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",28477017,Request for Proposals,Closed Competition,4557 Property Condition Assessments,47201,20231117,20231201,20240221,,Sole Agency,No,,"This is a closed request to the construction consultancy panel. You have been selected from this panel to be invited to submit a proposal. This request for proposal relates to the purchase of Property Condition Assessments which will be completed for prioritised MBIE offices across the country. The key objective of this procurement is to gain an understanding of the quality of MBIE leased premises (including but not limited to building services, interior fit out, chattels and furniture) within the Property portfolio to inform leasing and investment decisions in the medium to long term. MBIE is looking for an experienced provider who has the capability and geographical reach to deliver the required condition assessments to a high quality. You need to have a good track record in the successful completion of condition assessments. Providers must be able to answer yes to all Pre-Conditions in Section 3. It is important that the provider is willing to work with us, to achieve a successful outcome, is considerate of the nature of work that is undertaken within MBIE offices and complies with security, privacy and health and safety requirements. Please direct all questions via the GETS portal.",Awarded,"Further Award Information: Beca Limited, Wellington Term: 3 years, Contract till Feb 2027. Highest $322,810 - Lowest $153,848 Procurement process: closed tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",28665664,Request for Tenders,Open Competition,Provision of Onshore Petroleum Reserves for the New Zealand Government,,20240104,20240126,20240614,,Sole Agency,No,,"Please find attached the Request for Tender (RFT) for holding petroleum reserves on behalf of the New Zealand Government in New Zealand (onshore). This is the same process that was run for onshore petroleum reserves tenders in 2022. The volume being tendered for is 500,000 tonnes (although that volume may be adjusted at the discretion of the New Zealand Government). The onshore petroleum reserves tender is being run concurrently with a tender to hold petroleum reserves on behalf of the New Zealand Government offshore and tender responses will be required, as set out in the RFT, by 17:00 UCT 26th January 2024. This tender is entirely separate from the Governments October 2022 fuel resilience policy package (including the minimum fuel stockholding obligation pursuant to the Fuel Industry (Improving Fuel Resilience) Amendment Act 2023 and the Governments investigations regarding the procurement of onshore reserve diesel stock to be held by the Government (including the associated Request for Proposals for the lease of diesel tank storage capacity in New Zealand from December 2023)). To be clear, any petroleum reserves contracted through this tender cannot be used towards a companys minimum stockholding obligation under the Fuel Industry (Improving Fuel Resilience) Amendment Act 2023 when that obligation comes into force on 1 January 2025. If your company has not previously completed the registration process but wishes to participate in this tender, please refer to GETS ID 28450086 to obtain the registration documents. If there are any questions, please email oilsecurity@mbie.govt.nz by 17:00 UCT 17th January 2024 to ensure a response is received prior to the deadline for tender responses. An electronic copy of the tender in PDF format by email is required and must be sent by email to oilsecurity@mbie.govt.nz by 17:00 UCT 26th January 2024.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",28705992,Award Notice,Open Competition,Purchasing services from the yellow pages for MBIEs placements,,20230307,20230307,20230307,,Sole Agency,No,,"Yellow NZ Limited, Auckland Purchasing services from the yellow pages for MBIEs placements 2+1 (2 years with one 1 year right of renewal) $225,000",Awarded,,225000,20250410 "Ministry of Business, Innovation and Employment",28731212,Request for Quotations,Open Competition,"45325_RFQ_Sustainability and Emissions measurement, reporting and analytics solution",45325_RFQ,20240124,20240209,20240610,,Sole Agency,No,n/a,"The Carbon Neutral Government Programme requires that MBIE annually measure and independently verify its operational greenhouse gas emissions and report against emissions reduction targets for 2025 and 2030. The Ministry is seeking to procure an off the shelf Software as a Service product that can automate our reporting process and support our business requirements for improving sustainability reporting.",Awarded,"Following an open Request for Quote (RFQ), the Ministry of Business Innovation and Employment (MBIE) of 15 Stout Street, Wellington is pleased to confirm the appointment of Generate Zero Limited, (Supplier NZBN Number 9429051274849)] of 7, St Benedicts Street, Eden Terrace, Auckland as the Main Contractor for the SUSTAINABILITY EMISSIONS REPORTING AND ANALYTICS PLATFORM. The MBIE 3910 contract was signed on the 10th June 2024 for an initial term of three years. The expected value is agreed at ~$280,000. Broader Outcomes have been incorporated into the contract and will be reported against.",280000,20250410 "Ministry of Business, Innovation and Employment",28806288,Request for Proposals,Closed Competition,All of Government Reticulated Gas (Gen 3),,20240209,20240304,20240729,New Zealand Government Procurement and Property,All of Government,No,,"The opportunity This RFP is issued by New Zealand Government Procurement (NZGP), part of the Ministry of Business, Innovation and Employment (MBIE), referred to below as we or us. In 2018, NZGP established an All-of-Government (AoG) Reticulated Natural Gas and Associated Services Contract to provide Reticulated Natural Gas and Associated Services (the Gen 2 Reticulated Natural Gas and Associated Services Contract). This expires on 30 September 2024. NZGP now wishes to establish a new AoG contract to provide Reticulated Natural Gas and Associated Services (the Gen 3 Reticulated Natural Gas and Associated Services Contract). What we need NZGP is seeking proposal(s) for reticulated natural gas and associated services via the open pipeline throughout the North Island of New Zealand. We are looking for suitably qualified supplier(s) that: will drive innovation and deliver measurable outcomes for Participating Agencies. will offer Participating Agencies a commercially compelling value-for-money solution. What we dont need We are not seeking proposal(s) for: The supply of other gases such as Liquefied Petroleum Gas (LPG), medical and industrial gases, or gas stored in bottles/cylinders or bulk tanks. Whats important to us? Our objectives for the Gen 3 Reticulated Natural Gas and Associated Services Contract are: Security of supply for all participants. Competitive value and price certainty. Clear segmentation of agencies, ensuring our biggest spenders get the highest level of service. Data and insights for gas consumption and transition of public sector. Support and innovation with transition to more environmentally friendly alternatives to reticulated natural gas.",Not Awarded,NZGP was unable to secure a provider,0,20250410 "Ministry of Business, Innovation and Employment",28807724,Request for Proposals,Open Competition,4522 Employment Relations Authority (ERA) Christchurch Office Fit-out,49867,20240209,20240318,20241210,,Sole Agency,No,,"The Employment Relations Authority (ERA) Christchurch will be moving to new premises at 60 Worcester Boulevard, Christchurch. MBIE is seeking to appoint an experienced and capable Christchurch based supplier to provide combined Architectural, Project Management and Main Contractor construction services for the fit-out of the new office. Deadline to register for site visit: 16 02 24 Date of the site visit: 23 02 24 details to follow through an addendum. Pre-registration for the site visit is required. Kindly email to Karan Kumar Commercialservices@mbie.govt.nz Please direct all questions via GETS",Awarded,"Naylor Love Canterbury Term: Total 7 months Highest $3,224,234 - Lowest $2,218,951 Procurement process: Single step open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",28812625,Request for Quotations,Closed Competition,Print Technology and Associated Services (PTAS),PRO4631,20240227,20240326,20241031,,All of Government,No,,"This procurement relates to the delivery, installation, and configuration of new printer Multi-Functional Devices (MFDs) as required and the on-going maintenance, support and management of MBIEs MFD fleet across all MBIE sites in New Zealand.",Awarded,"Following a closed competitive tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the appointment of Fujifilm Business Innovation New Zealand, for the Print Technology and Associated Services (PTAS).",0,20250410 "Ministry of Business, Innovation and Employment",28825834,Request for Proposals,Open Competition,Legal support for New Zealand Claims Resolution Service homeowners (NZCRS),48182,20240213,20240319,20240717,,Sole Agency,No,,"Dear Potential Bidder, The New Zealand Claims Resolution Service (NZCRS) is a free service that provides homeowners with independent advice and support to resolve residential insurance issues resulting from natural disasters. It provides a one stop shop wrap around service, with a suite of legal, technical and wellbeing services that support homeowners to make informed decisions throughout the insurance process and enable settlement of their claims. NZCRS aims to provide an easily accessible legal support service, providing homeowners with free, independent legal advice in relation to their insurance claims resulting from natural disasters. NZCRS intends to seek a cost-effective provider to be responsible for the day-to-day delivery of Independent legal advice and guidance to homeowners when they are uncertain, confused or in dispute with their insurer. Due to the uncertain nature of natural disasters, it will include a pre-requisite that the provider will have a national reach and an ability to scale up in response to any major event or multiple events.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm Community Law Centres o Aotearoa Inc and Community Law Canterbury/Te Ture Whanui O Waitaha from Community Law Centres o Aotearoa Inc, of Level 2, 15 Dixon Street, Wellington to provide services for the Legal support for New Zealand Claims Resolution Service homeowners. The Funding Agreement was signed on the 17th of July 2024 for an initial term of two years, with one right of renewal of two years. The expected spend under the Funding Agreement is approximately $450,000 per annum.",0,20250410 "Ministry of Business, Innovation and Employment",28876186,Request for Proposals,Open Competition,Petroleum Decommissioning,48366,20240221,20240322,20240617,,Sole Agency,No,,We are looking for an independent expert (or experts) from environmental or engineering consultancies specialising in petroleum decommissioning planning and regulation in a comparable jurisdiction (Supplier) to provide an independent review of decommissioning reference cases for selected complex high-impact offshore petroleum permits.,Awarded,"This tender has been awarded to: Reverse Engineering Services Ltd",0,20250410 "Ministry of Business, Innovation and Employment",28878117,Request for Proposals,Open Competition,Third Party Administration Services,49194,20240222,20240319,20240529,,Sole Agency,No,,"MBIE is looking for an ACC authorised supplier who has the capability, experience and infrastructure to ensure timely delivery of a high-quality service for all MBIE claimants, which meets or exceeds the requirements of ACC, and which provides a tailored, efficient solution for MBIE that represents value for money. They need to have a demonstrable track record of performance as a third-party administrator of work-related accident claims within large New Zealand entities that will ensure MBIE is capable of achieving its target of ongoing equivalent tertiary level accreditation performance in the newly redesigned Accredited Employer Programme. In Section 3 of the RFP shows all the Pre-Conditions supplier must meet to be considered.",Awarded,"WellNZ Limited Awarded: 29 May 2024 3 years (with an additional 2 years) $200,00 - $675,000 Auckland",20000,20250410 "Ministry of Business, Innovation and Employment",28960347,Request for Proposals,Open Competition,Development of New Zealand's Critical Minerals List,Ref #49582,20240306,20240405,20240521,,Sole Agency,No,,"Kia ora, MBIE are looking to develop a list of critical minerals for New Zealand to enable us to secure better access to those minerals and reduce their vulnerability to supply chain disruptions. It is expected that the respondents will be focused on the minerals market and have bespoke technical and economics expertise to develop a list of critical minerals for New Zealand. Kind Regards, Paul M.",Awarded,"Agency: Ministry of Business, Innovation and Employment: Development of New Zealand's Critical Minerals List Successful Supplier: Wood Mackenzie (Australia) Pty Ltd, Level 40, Suite 2, 259 George Street, Sydney, NSW 2000, Australia Description of the goods, services or works: Identify minerals and raw materials reliance/demand in New Zealand. This will entail a comprehensive list of both internally produced and imported minerals and raw materials that are critical to New Zealands economic functions, national security, and technological advancement. Contract Award date: 21 May 2024 Term of contract: ~ 5 months Bid Response Cost Range: $97,500 to $1,016,422 (excl GST if applicable) Procurement process used: Open competitive Agency NZBN: 9429000106078 Successful Supplier ACN: 111 634 309",0,20250410 "Ministry of Business, Innovation and Employment",28981912,Request for Proposals,Open Competition,All-of-Government - Creative & Media Services,,20240311,20240409,20250211,New Zealand Government Procurement and Property,All of Government,No,,"The New Zealand Government Procurement Branch (NZGP) seek to engage suitably qualified service providers for a new Creative and Media services contract. With the All-of Government Design Services and All-of-Government Advertising Services contracts due to expire in June 2024, we are seeking to establish a new combined solution known as the AoG Creative & Media Services contract before the expiry of the current contracts. We are looking for providers that can cover the following categories: Content Production Creative Services Media Strategy Cultural Competency Social Media Services For more detail, please subscribe and download the Request for Proposal (RFP) documents for further information.",Not Awarded,Contract was awarded to 294 Successful respondents- Please visit procurement.govt.nz for the full list of successful providers,0,20250410 "Ministry of Business, Innovation and Employment",29166943,Request for Proposals,Open Competition,Convention Navigator Service,48978,20240408,20240506,20240724,,Sole Agency,No,,"The Ministry is looking for a supplier who has the capacity, capability, and experience to establish and deliver a quality and cost-effective Convention Navigator Service (Navigator Service) to assist convention refugees to access services to support a range of settlement needs (from signposting services to meeting complex needs). This is a unique opportunity to improve settlement outcomes for convention refugees and support them through their settlement journey in New Zealand A supplier briefing will be held on Tuesday 16 April 2024 at 10am via Microsoft Teams. Please email CommercialServices@mbie.govt.nz by Friday 12 April 2024 to register for this briefing.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm NZ Red Cross of 69 Molesworth St, Wellington to provide Convention Navigator services. The Agreement was signed on the 24th of July 2024 for a term of three years with the option to extend for one further period of two years. Lowest and highest offers: $116,916 - $2,216,400",0,20250410 "Ministry of Business, Innovation and Employment",29181381,Request for Proposals,Open Competition,Henderson Office Fit-out D&B,52093,20240409,20240507,20241023,,Sole Agency,No,,,Awarded,Full procurement process followed; contract awarded to Savory Construction.,0,20250410 "Ministry of Business, Innovation and Employment",29182712,Request for Proposals,Closed Competition,Property Consultancy Services RFP,,20240409,20240515,20240813,New Zealand Government Procurement and Property,All of Government,No,,"Request for Proposals- REQUIRES ACTION Property Consultancy Services (PCS) is a Common Capability (CC) collaborative contract which government agencies can use to access quality, value for money property consultancy services for their office accommodation and operational property projects. The contract expires on 19 September 2024. New Zealand Government Procurement (NZGP) and Government Property Group (GPG) have developed the Request for Proposal seeking responses to this opportunity for the next generation of this contract to ensure it is fit-for-purpose and future-proofed to facilitate the property lifecycle and vision for smart, safe, healthy, sustainable, and inclusive workplaces (office and operational workplaces for the future). The new solution also aims to increases access to NZ businesses (incl. Maori, Pasifika, and small-medium businesses), enable progressive procurement, and allow for commercial settings to address reduction of carbon emissions, climate-related response, and facilitating iwi and community relationships for property-related needs (mainly office accommodations). The following services are in scope: Property planning and advisory Workplace strategy Workplace change Valuations services Asset management Property-related sustainability services Property-related iwi and community relationships The following services are out of scope: Construction-related services, e.g., Project management, architectural design, or quantity surveying Legal advice relating to property Facilities management services Office furniture fit-out services",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",29240036,Request for Proposals,Closed Competition,RDTI Outcome Evaluation Procurement Plan,46152,20240424,20240527,20240722,,Sole Agency,No,,"Hi, I hope you are well. MBIE has the need for Research and Development Tax Incentive (RDTI) Scheme Five-Year Evaluation, and we have identified you as a suitable supplier under the consultancy services panel to potentially provide a proposal. Please, can you indicate at your earliest convenience or by 01/05/2024 if you are able to submit a proposal. They'll also be a supplier meeting and we will post the details soon via an addendum. If you have any questions, please submit it through GETS. Kindest Regards, Mhian V",Awarded,"After going through the procurement process, there was a decision to award the contract to MOTU.",0,20250410 "Ministry of Business, Innovation and Employment",29480037,Request for Proposals,Open Competition,Fuel Security Study,52602,20240528,20240625,20240801,,Sole Agency,No,,"MBIE is seeking specialist services to undertake a Fuel Security Study on fuel security requirements for New Zealand out to 2035. The findings from the Fuel Security Study will feed into the development of a Fuel Security Plan which will be a strategy document for building resilience in the medium to long term. MBIE is looking for suppliers who have the capability and capacity to deliver the required services within the specified timeframes as described in the RFP and are seeking insights and evidence that have practical relevance to New Zealand.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm Envisory Limited of Level 13, Equinox House, 222 Lambton Quay, Wellington to provide services for the Fuel Security Study. The Agreement was signed on the 1st of August 2024 for a term of eight months. The expected spend under this Agreement is approximately $282,200.",0,20250410 "Ministry of Business, Innovation and Employment",29626878,Request for Proposals,Open Competition,Transport Service for Te Ahuru Mowai o Aotearoa,Ref #52696,20240621,20240718,20241107,,Sole Agency,No,,"Kia ora, The Ministry is seeking the provision of reliable, cost-efficient, safe and secure bus, coach and van transport for refugees within Auckland and to Hamilton. Included in this work is the provision of a transport service for the transfer of new arrivals from the Auckland International Airport to the Mangere Refugee Resettlement Centre, Te Ahuru Mowai o Aotearoa (TAMA), and from TAMA back to the Domestic Airport to resettlement locations throughout New Zealand. The service also includes transport to Hamilton for refugees resettling in Waikato and for medical appointments throughout Auckland for individuals and families. Nga mihi.",Awarded,"Agency: Ministry of Business, Innovation and Employment: Transport Solutions for TAMA Refugee Centre Successful Supplier: Tranzit Group, 316 Queen Street, Masterton 5810 Description of the goods, services or works: Provision of reliable, cost-efficient, safe and secure bus, coach and van transport for refugees within Auckland and to Hamilton Contract Award date: 7 November 2024  Term of contract: 2 years with 1 year x Rights of Renewal (2+1 years in total) Expected Contract spend over term: Prices ranged from $300K - $1.129M excluding fuel & CPI increases Procurement process used: Open competitive Agency NZBN: 9429000106078 Successful Supplier NZBN: 9429040963952",0,20250410 "Ministry of Business, Innovation and Employment",29712875,Request for Tenders,Open Competition,Provision of Onshore Petroleum Reserves for the New Zealand Government,,20240704,20240726,20240906,,Sole Agency,No,,"Please find attached the Request for Tender (RFT) for holding petroleum reserves on behalf of the New Zealand Government in New Zealand (onshore). This is the same process that was run for onshore petroleum reserves tenders in January 2024. The volume being tendered for is up to 500,000 tonnes for one or more quarters in the period between 1st October 2024 and 30th September 2025 (although longer contracts will be considered). The onshore petroleum reserves tender will be run concurrently with a tender to hold petroleum reserves for the New Zealand Government offshore and tender responses will be required, as set out in the RFT, by 17:00 UCT 26th July 2024. This tender is entirely separate from the minimum fuel stockholding obligation pursuant to the Fuel Industry (Improving Fuel Resilience) Amendment Act 2023. To be clear, any petroleum reserves contracted through this tender cannot be used towards a companys minimum stockholding obligation under the Fuel Industry (Improving Fuel Resilience) Amendment Act 2023 when that obligation comes into force on 1 January 2025. If your company has not previously completed the registration process but wishes to participate in this tender, please refer to GETS ID 28450086 to obtain the registration documents. If there are any questions, please email oilsecurity@mbie.govt.nz (copy ian@envisory.co.nz) or telephone Callum Skinner on +64 21 859 695.",Not Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",29746830,Award Notice,Open Competition,BNZ award notice,,20240415,20240624,20240630,,Sole Agency,No,,"Exemptions 14.9c and 14.9d (i,ii and iii) Transactional Banking Services, specifically purchase cards and an expense management application. Contract awarded June 2024 term is 2 years (2 rights of renewal) $55 000 PA",Awarded,,110000,20250410 "Ministry of Business, Innovation and Employment",29767176,Request for Proposals,Open Competition,All of Government Insurance Brokering Services,,20240712,20240814,20241120,New Zealand Government Procurement and Property,All of Government,No,,"Kia ora, New Zealand Government Procurement is establishing a new All-of-Government panel of Providers to provide Insurance Brokering Services. This will replace the existing Risk Financing and Insurance panel established in 2015. Please find the Request for Proposals (RFP) and associated documents for this opportunity enclosed. We will hold a provider briefing webinar via Microsoft Teams at 10:00am on Wednesday 24 July 2024. Details for joining are in the RFP document. Thanks, The Insurance Brokering Services team",Awarded,,0,20250410 "Ministry of Business, Innovation and Employment",29914582,Request for Proposals,Open Competition,Panel Arrangement for the provision of PEPPOL Capabilities and Associated Services,53891,20240805,20240902,20241219,,Sole Agency,No,,"MBIE is the lead agency and the New Zealand PEPPOL Authority, with responsibility for overseeing New Zealands eInvoicing framework. The Australian and New Zealand Governments have adopted the PEPPOL interoperability framework for eInvoicing. eInvoicing delivers significant productivity gains by allowing the direct exchange of invoice data between suppliers and buyers financial systems, significantly reducing required manual intervention. In 2021, MBIE set up the Open Syndicated Panel for PEPPOL capabilities and associated services (including eInvoicing) (Panel). MBIE can elect to refresh the Panel following the initial term of the contract. MBIE is now looking to refresh the Panel via this RFP. To make it easier for New Zealand government agencies to adopt e-Invoicing, MBIE is creating a panel of PEPPOL e-Invoicing Service Providers who will supply a range of services to government agencies in New Zealand. MBIEs goal is to increase the adoption of e-Invoicing and this approach is aimed at making it as easy as possible for government agencies to start using e-Invoicing. A panel of PEPPOL Service Providers will mean there are available providers who have been approved for the New Zealand Government market and utilising a standard approach for e-Invoicing. We invite PEPPOL New Zealand certified providers to respond to our RFP with the view to become a member of the New Zealand Government PEPPOL supplier panel (the Panel). We are seeking responses from New Zealand PEPPOL Authority certified providers or Australian PEPPOL Authority certified providers.",Awarded,"Tranzsoft Group Ltd Valta Technology Group Pty Ltd Tickstar AB Ozedi Holdings Pty. Ltd Term: The current term of the Panel expires on the 14 June 2025. The new Panel members will have their LAA (Lead Agency Agreement) align with the current term. There is one right of renewal of up to two years remaining. Therefore, the final end date (if the two-year option to extend is exercised) is 14th June 2027. Value (Highest-Lowest): Zero cost to MBIE Procurement process: Single step open tender competitive process.",0,20250410 "Ministry of Business, Innovation and Employment",29988280,Request for Proposals,Open Competition,Fuel Quality Monitoring Sample Collection Services,,20240816,20240911,20241127,,Sole Agency,No,,"This RFP is issued by Trading Standards, an operational unit of the Ministry of Business, Innovation & Employment (MBIE). We are looking for a Supplier who has the capability, experience, and infrastructure to offer fuel samples collection services throughout the country, even at short notice. They need to have a proven track record in the management and execution of sample collection. Additionally, they must be accredited to a quality management system standard, as required by regulation 21 of the Regulations. The draft agreement will be published on GETS when it is available.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm SGS New Zealand Ltd of 1, Level 7, Albert Street, Auckland Central, Auckland to provide Fuel Quality Monitoring Sample Collection Services. The Agreement was signed on 27 November 2024 for a term of five years with the option to extend for one further period of one year. Expected spend of this contract is approximately $975,000",0,20250410 "Ministry of Business, Innovation and Employment",30185770,Request for Proposals,Open Competition,Short-Term Rental Accommodation Data (STRA),56961,20240913,20241017,20250401,,Sole Agency,No,,"The MBIE needs to procure a quality dataset that provides greater insight into short-term rental accommodation (STRA). MBIE is seeking to procure the design, collection, management, reporting and dataset delivery of STRA data that can be integrated into MBIEs the existing Accommodation Data Programme (ADP). We are seeking a single supplier that can provide: sourcing of existing STRA data (stock measures and/or occupancy data) designing and implementing complementary STRA data sources data processing and timely delivery of all data for integration into the ADP. In Section 3 of the RFP shows all the Pre-Conditions supplier must meet to be considered. The RFP response forms will be loaded next week. Nga Mihi | Kind Regards,",Not Awarded,Procurement cancelled or postponed,0,20250410 "Ministry of Business, Innovation and Employment",30242341,Request for Proposals,Closed Competition,Bowen House Soft Fitout,4612,20240920,20241010,20241202,,Sole Agency,No,,"Kia ora I am pleased to inform you of this opportunity. Bowen House offers an example of a modern workplace enabling a flexible and joined-up public service. The building will reflect the latest thinking in workplace design, supporting hybrid working styles. It is designed with flexibility in mind to meet needs and functions of different users. Collaboration spaces with open flow create a physical sense of commonality embracing the vision of an agile and adaptable public service. Look forward to receiving your submissions Nga mihi Deb Jamieson",Awarded,Full procurement process followed - on panel companies selected.,0,20250410 "Ministry of Business, Innovation and Employment",30281175,Request for Quotations,Closed Competition,4505 Henderson Soft Fitout,4505,20241001,20241017,20250129,,Sole Agency,No,,"Kia ora I am pleased to inform you of this opportunity. 3 Smythe Road, Henderson, Auckland has been leased by MBIE and will be uplifted for the purpose of housing INZ and Risk and Verification Teams. This project will provide breakout space, client interview rooms, staff meeting rooms, training room and open plan seating which meets the operational needs of INZ. Look forward to receiving your submissions Nga mihi Deb Jamieson",Awarded,This procurement went through a comprehensive Procurement Process and Vidak were awarded the contract.,0,20250410 "Ministry of Business, Innovation and Employment",30631379,Request for Proposals,Open Competition,Review of Electricity Market Performance,61888,20241115,20241211,20250124,,Sole Agency,No,,"The Ministry of Business, Innovation and Employment (MBIE) is seeking specialist services relating to a Review of Electricity Market Performance. The Review is to advise MBIE on the impact of market structure, market design, and market rules (as set out in the Electricity Industry Participation Code 2010) on electricity markets performance, and on options to improve the performance of the Electricity market in terms of the Governments objectives. Further information regarding this opportunity is attached. Note: Contracts will be published via GETS once these are available. All dates and times are NZT. There will be an opportunity to attend an online Supplier Briefing on 26 November 2024. The time of this briefing will be advised once confirmed. If you wish to attend this Briefing, please email the point of contact advised in the RFP.",Awarded,"Following an open tender process, The Ministry of Business, Innovation and Employment (MBIE) of 15 Stout Street, Wellington, is pleased to confirm the following providers for the review of electricity market performance. Lead Reviewer Frontier Economics. Contract term up to six months. Estimated spend $550,000 New Zealand Expert Advisor Concept Consulting. Contract term up to five months. Estimated spend up to $60,000 Peer Reviewer NERA UK. Contract term up to five months. Estimated spend $100,000 Peer Reviewer Daglish and Associates. Contract term up to five months. Estimated spend $100,000",0,20250410 Ministry of Defence,19984026,Request for Proposals,Open Competition,Network Enabled Army Tactical Network RFP,,20180803,20180928,20221206,,Sole Agency,No,,"The Ministry of Defence (MOD) and New Zealand Defence Force (NZDF) have issued this Request for Proposals for the provision of a Tactical Network capability comprising of professional services and equipment. The MOD is responsible for the procurement of the deliverables in the Network Enabled Army (NEA) Programme. NZDF is the end user of the TNet equipment and services and will qualify the TNet capability for use as an integrated part of the NZDF communications capability. The Crown is seeking a supplier who can demonstrate the capacity and capability to design, acquire, build, integrate, test and support a scalable TNet capability as a component of the NEA Programme. This RFP is for the TNet component of the NEA Programme which encompasses the scalable physical equipment and services to provide local access and information systems to the supported tactical headquarters. TNet also provides the interfaces into the wider mission information environment (the combination of networked environments that inform and enhance the Commander's decision making process).",Not Awarded,See linked Contract Award notice,0,20250410 Ministry of Defence,20319013,Request for Proposals,Closed Competition,P-8 INFRASTRUCTURE AT RNZAF BASE OHAKEA RFP,,20181024,20181130,20191016,,Sole Agency,No,,"The Royal New Zealand Air Force (RNZAF) is currently in the process of procuring four Boeing P-8A Poseidon maritime patrol aircraft to replace its current aging fleet of P-3K2 Orion maritime patrol aircraft in support of its Air Surveillance and Maritime Patrol (ASMP). In developing the current ASMP, it is proposed that No5 Squadron, Maritime Patrol Force (MFP), will be required to relocate from RNZAF Base Whenuapai to NZAF Base Ohakea (Ohakea).",Not Awarded,The contract was won by Aurecon NZ Limited and was awarded on 22 January 2019.,0,20250410 Ministry of Defence,21001049,Request for Proposals,Open Competition,P-8A Infrastructure Project_Design Phase Quantity Surveyor Services_228-07,,20190507,20190531,20190708,,Sole Agency,No,,"The Ministry of Defence (MoD) has procured four Boeing P-8A Poseidon maritime patrol aircraft and the New Zealand Defence Force (NZDF) is transferring the RNZAFs Air Surveillance and Maritime Patrol Squadron to Ohakea Air Force Base. These changes have resulted in the need for the construction of associated infrastructure at Ohakea to support the new capability. The project to deliver the new infrastructure is called the P-8A Infrastructure Project (the Project). An Integrated Project Team (IPT) has been assembled to represent the MoD and NZDF on the Project. A Prime Consultant (PC) has been appointed to deliver design, consenting, project management, procurement and cost consultancy services. The MoD is looking to select an experienced Quantity Surveyor to support the IPT in verifying the cost consultancy work undertaken by the PC during the design phase of the Project.",Awarded,This contract was awarded on the 14th of June,0,20250410 Ministry of Defence,21207248,Request for Quotations,Open Competition,RFQ - Maritime Sustainment Capability Training Venue,RFQ MSC 01-19,20190627,20190717,20191118,,Sole Agency,No,,"The Maritime Sustainment Capability Project (MSC Project) involves the Ministry of Defence (MoD) procuring a replacement naval tanker for the New Zealand Defence Force to be called HMNZS AOTEAROA. A key component of the MSC Project is training the AOTEAROAs crew in its operation and maintenance, which will be taught by a range of equipment vendors contracted by the Crown (the Training). The Training includes delivery of 70 classroom-based courses in Auckland over the period September 2019 to February 2020. The MoD requires a training venue with multiple classrooms, catering and secure access in which to conduct the Training This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Maritime Sustainment Capability Training Venue contract opportunity.",Not Awarded,"The contract for Training Venue for Maritime Sustainment Capability was awarded to: Hospitality Services Limited trading as M Social Auckland, Level 13, 280 Queen Street, Auckland 1140 on 15 August 2019",0,20250410 Ministry of Defence,21238751,Request for Proposals,Open Competition,Project Te Whare Toroa - Independent Commissioning Agent,,20190709,20190805,20191112,,On behalf of procurement agent,No,,"The Ministry of Defence is seeking proposals from suitably experienced and qualified organisations to provide Independent Commissioning Agent services on Project Te Whare Toroa. This Request for Proposals represents an opportunity to support a significant and complex re-development in the defence sector.",Awarded,"This notice is to advise the award of a contract for Independent Commissioning Agent for Project Te Whare Toroa which will comprise the ICA services for all building services on the project. Following a Request for Proposal process, the Ministry has selected Encom ICA Limited",0,20250410 Ministry of Defence,21346339,Request for Proposals,Open Competition,Project Te Whare Toroa - Horizontal Works - Request for Proposals,,20190805,20190920,20191129,,On behalf of procurement agent,No,,"This Request for Proposals (RFP) relates to the Horizontal Works contract opportunity on Project Te Whare Toroa, which will comprise the construction of airside apron pavements and services, as well as landside civil infrastructure. Attached to this RFP are the documents that prospective Respondents will require to prepare a Proposal, with the exclusion of the Schedule of Prices and the documents comprised within the Statement of Requirements (SOR). The Schedule of Prices and the SOR will be made available to Respondents that have submitted a signed Confidentiality Undertaking (as provided in NOI 21287170) prior to 5pm on 2 August 2019. These documents will be made available via a Notice of Information (NOI) released shortly after release of this RFP. This NOI will be a separate GETS listing that will be issued to select Respondents. GETS notifications will be sent to the email address from which each Respondent's Confidentiality Undertaking was sent, unless otherwise advised to the Contact Officer Trevor Manners at teamtangaroa@aurecongroup.com. Respondents that have not submitted a signed Confidentiality Undertaking will not receive the SOR or Schedule of Prices until they do so. Once each Respondent has submitted their signed Confidentiality Undertaking, the Crown will as soon as reasonably practicable release a new NOI for that Respondent, with the Schedule of Prices and SOR attached.",Awarded,"This notice is to advise the award of a contract for Horizontal Works for Project Te Whare Toroa which will comprise the construction of all pavements and aprons on the project. Following a Request for Proposal process, the Ministry has selected Fulton Hogan Limited.",0,20250410 Ministry of Defence,21406077,Request for Tenders,Open Competition,DHV Stage 2b Modifications Request for Tender,1-328-10,20190812,20190911,20191202,,Sole Agency,No,,"This RFT is an invitation to Tenderers to submit a Tender to the Crown for the Dive and Hydrographic Vessel Stage 2b Modifications Project (the DHV 2b Mods Project) contract opportunity. The MoD in conjunction with the NZDF has procured a Diving and Hydrographic vessel (HMNZS MANAWANUI) for the Royal New Zealand Navy. This Ship is a 15-year old Norwegian built ship that has been operating as an oil and gas industry support vessel in the North Sea. Following purchase of the Ship, modifications (termed Stage 1 modifications) were carried out in Europe, including the installation of diving, hydrographic and ROV systems. The Ship was delivered to Devonport Naval Base in Auckland, where it will remain alongside until the end of 2019. Modifications to install communication equipment (termed Stage 2a modifications) will be completed by an approved installer during this time. Mechanical and electrical modifications form a package (termed Stage 2b modifications) that will need to be carried out by the end of 2019 concurrently with Stage 2a modifications. This RFT is seeking Tenders to complete the entire Stage 2b modifications package mentioned above. It is expected this package will be completed between October and December 2019 and must be carried out at the Devonport Naval Base. The current intent is that the Ship will not move from its location during 2019 and there is currently no requirement for it to be put in the dry-dock facility. This RFT is made up of three parts, being: (a) Part One: Instructions and Conditions of Tender. (b) Part Two: Statement of Requirements. (c) Part Three: The draft Contract The Contractual Compliance Matrix required to be completed in accordance with paragraph 1 of Schedule 3 also forms part of this RFT, and is issued as part of the RFT package. The timeline for the DHV 2b Mods Project RFT is as follows: Industry briefing/Industry Day - 22 August 2019 Deadline for Tenderer questions to the Crown - 1700 Hrs 28 August 2019 RFT closes (the Tender Closing Time) - 1700 Hrs 11 September 2019 The contact details for the Contact Officer for this RFT are as follows: DHVProject@defence.govt.nz",Not Awarded,"The DHV Stage 2b Modifications Request for Tender was awarded to Babcock New Zealand Limited, Auckland, on 9 October 2019.",0,20250410 Ministry of Defence,21512880,Request for Tenders,Open Competition,CAN/OPV Communications Upgrade Request for Tender,RFT 330-01,20190902,20191113,20210302,,Sole Agency,No,"Level 2, Defence House, 34 Bowen Street, Thorndon, Wellington 6011, NEW ZEALAND","This RFT is an invitation to Tenderers to submit a Tender to the Crown for HMNZS Canterbury and the Offshore Patrol Vessels Communications Upgrade (CAN/OPV Comms Upgrade) contract opportunity. The opportunity is made up of three key phases: Preliminary Design; Design, Build and Install; and Through Life Support. The CAN/OPV Comms Upgrade Project aims to deliver a replacement communications system for Canterbury and the OPVs that will be reliable, maintainable and have the communications capacity to support the conduct of independent and concurrent operations. It should also enable interoperability with NZDF, other agencies and partner nations to enable operations within both the New Zealand EEZ and the South Pacific, and be able to be adapted to accept additional capability as required. The CAN/OPV Comms Upgrade Project and this opportunity are described further in paragraph 3.1 of section 3 of this Part One and in Part Two (Statement of Requirements).",Awarded,"Canterbury/OPV Communications Upgrade Project - Contract Award Following an open competitive tender process and Preliminary Design phase, a Design, Build and Installation contract was awarded to Mission Systems Australia Pty (108 Marine Terrace, Fremantle, WA 6160 Australia) [Subsidiary of L3 Technologies, Inc] on 22 February 2021. The communications system upgrade will be led by L3Harris project team located in Melbourne, Australia, supported by New Zealand subcontractors, and will install an upgraded communications system for HMNZS Canterbury and two Offshore Patrol Vessels (OPV), HMNZS Otago and Wellington.",0,20250410 Ministry of Defence,21940815,Request for Tenders,Open Competition,Garrison and Training Support (GATS) Project Medical Response Vehicles - Request for Tender,GATS MRV01,20191115,20200210,20200512,,Sole Agency,No,"Defence House, 34 Bowen Street, Wellington","Garrison and Training Support (GATS) Project Medical Response Vehicles - Request for Tender Following the GATS industry day in Wellington in August, the Ministry of Defence is seeking proposals from prospective tenderers for the supply of six Medical Response Vehicles (MRVs) and their Through Life Support (TLS) under Phase 1 of the GATS project. The document suite is attached which consists of: - the Request for Tender - draft acquisition and TLS contracts - acquisition and TLS contract compliance matrices, and - the Statement of Requirements compliance matrices. The MoD looks forward to receiving your responses",Not Awarded,"Medical Response Vehicle Contract Award Following an open competitive tender process, a contract was awarded to Action Manufacturing (37 Kaimiro St, Hamilton) on 11 May 2020 for six Medical Response Vehicles (MRVs). The MRVs are based on the Iveco Daily 4x4 cab/chassis and can carry on stretchered and two seated patients.",0,20250410 Ministry of Defence,21940951,Request for Tenders,Open Competition,Garrison and Training Support (GATS) Project Mobile Bulk Aviation Fuelling Capability - Request for Tender,GATS MBAFC01,20191115,20200217,20200826,,Sole Agency,No,"Defence House, 34 Bowen Street, Wellington","Garrison and Training Support (GATS) Project Mobile Bulk Aviation Fuelling Capability - Request for Tender Following the GATS industry day in Wellington in August, the Ministry of Defence is seeking proposals from prospective tenderers for the supply of up to six Mobile Bulk Aviation Fuelling Capabilities (MBAFCs) and their Through Life Support (TLS) under Phase 1 of the GATS project. The document suite is attached which consists of: - the Request for Tender - draft acquisition and TLS contracts - acquisition and TLS contract compliance matrices, and - the Statement of Requirements compliance matrices. The MoD looks forward to receiving your responses",Not Awarded,"Garrison and Training Support (GATS) Project Mobile Bulk Aviation Fuelling Capability (MBAFC) Contract Award Following an open competitive tender process from which four tenders were received, a contract was awarded to Holmwood Highgate (AUST.) PTY. LTD (23-26 Burchill St, Loganholme, QLD 4129) on 13 August 2020 for six Mobile Bulk Aviation Fuelling Capability (MBAFC) aircraft fuelling tankers. Based on the Volvo FMX cab/chassis, there is a total of 40,000 litres fuel capacity - 13,000L in the prime mover/refueller unit and a 27,000L trailer. The value of the contract is between NZ$5M and $10M. The tankers will progressively be delivered between May and August 2021. Three will be based at RNZAF Base Whenuapai and three at Ohakea.",0,20250410 Ministry of Defence,21941004,Request for Tenders,Open Competition,Garrison and Training Support (GATS) Project Airfield Response Appliance Request for Tender,GATS ARA01,20191115,20200130,20211018,,Sole Agency,No,"Defence House, 34 Bowen Street, Wellington","Garrison and Training Support (GATS) Project Airfield Response Appliance Request for Tender Following the GATS industry day in Wellington in August, the Ministry of Defence is seeking proposals from prospective tenderers for the supply of two air transportable Airfield Response Appliances (ARAs) and their Through Life Support (TLS). The document suite is attached which consists of: - the Request for Tender - draft acquisition and TLS contracts - acquisition and TLS contract compliance matrices, and - the Statement of Requirements compliance matrices. The MoD looks forward to receiving your responses.",Not Awarded,The Garrison and Training Support (GATS) Project Airfield Response Appliance Request for Tender RFx 21941004 was superseded by the Garrison and Training Support (GATS) Project Airfield Response Appliance Request for Tender 2 at RFx 223739988. No contract was awarded under RFT 1 (RFx 21941004). Refer to RFT 2 (RFx 223739988) for contract award.,0,20250410 Ministry of Defence,22029894,Request for Tenders,Open Competition,Frigate Sustainment Phase 1 - Communications,FSP1-01,20191204,20200529,20210818,,All of Government,No,"Defence House, 34 Bowen Street, Pipitea 6011, Wellington","This RFT is an invitation to submit a Tender to the Crown for the Frigate Sustainment Phase 1 Communications Project (the FSP1 Project). This is to provide an upgrade to the external communications system on the two Royal NZ Navy Frigates. The Crown is seeking to contract the services of a Prime System Integrator (PSI): (a) to provide a detailed design for the required external communication system; (b) to procure the external communications subsystems, and integrate all new and Government Furnished Equipment subsystems to the legacy communication subsystems onboard the two ANZAC frigates, and (c) to provide a proposal for the support of the FSP1 Solutions through life.",Awarded,"This notice is to advise the award of a contract for a Prime System Integrator for the Frigate Sustainment Phase 1 Communications Project to provide an upgrade to the external communications system on the two Royal NZ Navy Frigates. Following a Request for Tender process, the Ministry has selected Systems Engineering & Assessment Ltd as Prime Systems Integrator.",0,20250410 Ministry of Defence,22037602,Request for Proposals,Open Competition,Southern Ocean Patrol Vessel Design and Technical Partner RFP,RFP 1-332-1,20191204,20200204,20200805,,Sole Agency,No,"Defence House, 34 Bowen Street, Pipitea, Wellington 6144, Wellington","This RFP is an invitation to Respondents to submit a Proposal for the provision of design and technical support services in relation to the Southern Ocean Patrol Vessel Project (the SOPV project). While all stages of the project remain subject to New Zealand Government approval, the intent is that the design and technical support partner will form part of the SOPV Project team and assist with writing requirements and preparing business cases, and this may extend through to Acceptance of the chosen ship, depending on the structure selected.",Not Awarded,"In accordance with Rule 48 of the Government Procurement Rules, the New Zealand Ministry of Defence [Defence House, 34 Bowen Street, Pipitea, Wellington 6144] advises that Beca Applied Technologies Limited [registered office: PO Box 6345, Auckland 1141] was awarded a contract for the supply of design and technical support services for the Southern Ocean Patrol Vessel project on 23 July 2020. The term of the contract is through until 30 June 2027 unless extended. No contract value has been included as the services will be contracted as specific requirements arise. The procurement was conducted as an open Request for Proposal.",0,20250410 Ministry of Defence,22283780,Request for Proposals,Closed Competition,Project Te Whare Toroa - Vertical Works - Request for Proposals,,20200211,20200605,20201209,,On behalf of procurement agent,No,"Aurecon, Spark Central, Level 8, 42-52 Willis Street, Wellington, New Zealand 6011","This Request for Proposals (RFP) relates to the Vertical Works contract opportunity on Project Te Whare Toroa (the Project), which will comprise the construction of all buildings and building foundations on the Project. A select number of Respondents to a Registration of Interest (ROI), which closed on the 14th of October 2019, have been invited to submit Proposals for the Vertical Works contract via this RFP process. The documents that prospective Respondents will require to prepare a Proposal are to be collected from the following address: Aurecon Spark Central, Level 8, 42-52 Willis Street Wellington 6011 New Zealand Attached to this RFP are the following tender documents: - RFP_228-16_Request for Proposal",Awarded,"This notice is to advise the award of a contract for Vertical Works for Project Te Whare Toroa which will comprise the construction of all buildings and building foundations on the project. Following a Registration of Interest and Request for Proposal process, the Ministry has selected Hawkins Construction",0,20250410 Ministry of Defence,22373998,Request for Tenders,Open Competition,Garrison and Training Support (GATS) Project - Airfield Response Appliance Request for Tender 2,GATS ARA02,20200227,20200507,20201209,,Sole Agency,No,"Defence House, 34 Bowen Street, Wellington","Garrison and Training Support (GATS) Project Airfield Response Appliance Request for Tender The Ministry of Defence (MoD) is seeking proposals proposals from prospective tenderers for the supply of two Airfield Response Appliances (ARAs) and their Through Life Support (TLS). This RFT differs from the one released on the 15th November 2019 only in that it no longer has a requirement for the appliances to be air transportable. The document suite is attached which consists of: - the Request for Tender - draft acquisition and TLS contracts (please see addenda 1 for draft acquisition contract) - acquisition and TLS contract compliance matrices, and - the Statement of Requirements compliance matrices, - Declaration form and, - Tax Certificate The MoD looks forward to receiving your responses.",Awarded,"Garrison and Training Support (GATS) Vehicle Project Airfield Response Appliances (ARA) Contract Award Following an open competitive tender process from which five tenders were received, a contract was awarded to Oshkosh Airport Products LLC (1515 County Road O, Neenah, WI 54956, USA) on 19 November 2020 for two Striker 4x4 Airfield Response Appliances (ARA) crash fire tenders. The value of the contract is between NZ$2M and $5M. The appliances are scheduled for delivery to RNZAF Base Woodbourne in February 2022.",0,20250410 Ministry of Defence,22475557,Award Notice,Open Competition,Fixed High Frequency Radio Refresh Award of Acquisition and Through Life Support Contracts,,20200323,20200323,20200227,,Sole Agency,No,,"As per Rule 48 of the Government Procurement Rules, please be advised contracts for Acquisition and ongoing Through Life Support relating to Fixed High Frequency Radio Refresh was awarded to Babcock New Zealand Limited, Queens Parade Devonport Auckland on 27 February 2020. Acquisition Price $21.35M NZD. Through Life Support $2M NZD P/A. Term of Contract = December 2020 with Through Life Support for 5 years thereafter. Type of procurement was closed RFP.",Not Awarded,"As per Rule 48 of the Government Procurement Rules, please be advised contracts for Acquisition and ongoing Through Life Support relating to Fixed High Frequency Radio Refresh was awarded to Babcock New Zealand Limited, Queens Parade Devonport, Auckland on 27 February 2020. Acquisition Price $21.35M NZD. Through Life Support $2M NZD P/A. Term of Contract = December 2020 with Through Life Support for 5 years thereafter. Type of procurement was closed RFP.",0,20250410 Ministry of Defence,22967757,Request for Proposals,Open Competition,RFP for Technical and Support Services,MoD TSS 02,20200714,20200824,20210126,,Sole Agency,No,n/a,"The Ministry of Defence (Ministry) is issuing a Request for Proposals for Technical and Support Services, which we will use to select members for our Technical and Support Services Panel. The Technical and Support Services that are in scope include but are not limited to: (1) Undertaking cost benefit analyses. (2) Development and testing of user requirements, system requirements, ILS requirements, and associated documentation. (3) Development of safety cases. (4) Acting as learning designers, including training course development. (5) Production of technical specifications. (6) Technical evaluations. (7) High level cost assessments. (8) Assistance in due diligence reviews of tenderers, including financial and technical. (9) Acting as the technical authority in support of the Crown during design and build phases. (10) Review of test procedures, attendance at inspection, tests, reviews and trials, and review of results. (11) Assistance with Crown Acceptance activities for projects and their associated deliverables. Please view the attached RFP documentation and Master Services Agreement.",Awarded,"This contract notice is to advise of the appointment of the following suppliers to the Ministry of Defences Technical and Support Service Panel. These appointments follow a tender process undertaken in 2020 on GETS. The Ministry of Defence released an initial Notice of Information to the market in May 2020, followed by a Request for Proposals in June 2020 with a closing date of September 2020. The Ministry received 64 proposals from the market in response to the RFP. Subsequently the Ministry has selected 25 companies to be suppliers on the panel, which it intends to refresh periodically to ensure that the Ministrys needs continue to be met. The selected suppliers are: 1LM, Aero PM, Agema Group, ASP Ship Management NZ Ltd, Australian Maritime Technologies Pty Ltd, Beca Ltd, BMT Ltd, Complete Learning Solutions, Cubic Defence New Zealand, Decision Analysis Services, Desert Road Project Management, DNV GL Australian Pty Ltd, Eggler Technology, Gemtech Solutions Ltd, Marico Marine NZ, Marops, Matrix Applied Computing Ltd, McKay, Nova Systems New Zealand Ltd, Praxis Aerospace, RDC Group, Serco New Zealand Training Ltd, Shoal Group, Strategic Sourcing, and Torque IP.",0,20250410 Ministry of Defence,23342148,Request for Tenders,Open Competition,RFT for P-8A Aircraft Loading Vehicle,,20200923,20201202,20210901,,Sole Agency,No,,The Ministry of Defence has a requirement for an Aircraft Loading Vehicle to load and unload equipment onto and from the P-8A aircraft. The requirements and background are further described in the tender documents.,Awarded,"This contract notice is to advise of the award of a contract for the supply of the Aircraft Loading Vehicle (ALV). This contract follows a tender process undertaken in 2020. The Ministry released a Request for Tender into the market in 23 September 2020, with a closing date of 2 December 2020. Subsequently the Ministry has selected Mallaghan Engineering Ltd to supply the ALV.",0,20250410 Ministry of Defence,23779377,Request for Tenders,Open Competition,Littoral Manoeuvre Craft (boats) Request for Tender,PB8-0004-LMC,20201216,20210315,20210909,,Sole Agency,No,,"This RFT is an invitation to Tenderers to submit a Tender to Defence for the Littoral Warfare Systems Littoral Manoeuvre Craft contract opportunity. Background: The LMC is one of a series of systems being procured as part of the Littoral Warfare Systems Project which seeks to provide the Royal New Zealand Navy deployable maritime capabilities, known as HMNZS MATATAUA with an improved ability to detect and respond to underwater threats through the provision of new and updated systems. Littoral Warfare missions are supported by a number of boats, which are primarily controlled by MAT. Boats are a key enabler for the LW Force, with the majority of operations taking place either on or from them. The LMC will be delivered as part of the LWS project. Its primary purpose is to tactically project Expeditionary Reconnaissance and Mine Counter Measures teams, complete with FC530 RHIB, from HMNZS MANAWANUI or a coalition platform over the horizon to the objective area. Once there, it will host the tactical commander, and act as a Control Point and communications relay. The scope of this tender is to include: 1. Three boats; 2. Support System; 3. An initial set of spare parts; 4. Two trailers (non-road); 5. Two cradles suitable for transit on ships; and 6. Weather resistant covers for each of the LMC. Defence acknowledges that the Tender preparation period will encompass the traditional New Zealand and Australia Christmas holiday period, when many companies have a shutdown period. As a result, Defence has extended the Tender Closing Time by three weeks from Defences originally intended RFT period to allow potential Tenderers sufficient time to prepare a strong Tender while still permitting staff to take holiday leave. Schedule: LMC RFT released through GETS - 16 December 2020 Blackout period for Defence responses to Tenderer questions - 16 December 2020 until 11 January 2021 (inclusive) Online industry briefing (details will be posted on GETS closer to the briefing) - 20 January 2021 Deadline for Tenderer questions to Defence - 24 February 2021 (4pm NZDT) Last date for Defence answers to Tenderer questions (as appropriate) - 26 February 2021 (4pm NZDT) RFT closes (the Tender Closing Time) - 15 March 2021 (4pm NZDT) The contact details for the Defence Contact Officer for this RFT are as follows: Contact Officer Kylie Wilde Project Manager Ministry of Defence LWS@nzdf.mil.nz",Awarded,"This contract notice is to advise the award of a contract for the supply of the Littoral Manoeuvre Craft (LMC) boats. Following a Request for Tender process, the Ministry has selected PFG Group to supply the LMC boats.",0,20250410 Ministry of Defence,24714037,Request for Tenders,Open Competition,RFT - Air Surveillance Maritime Patrol - Mobile Aircraft Wash System (MAWS),RFT: 1-228-09 (MAWS),20210823,20211015,20211130,,Sole Agency,No,,"The Ministry of Defence is seeking to acquire a Mobile Aircraft Wash System (MAWS) to support the introduction of the Boeing P8-A aircraft into service through this Request for Tenders. The New Zealand Defence Force has a requirement to access elevated sections of the new P8-A Poseidon aircraft to support ongoing maintenance of the aircraft, which can only be met by the use of a mobile elevated access platform. The intent of the MAWS is to provide a safe, stable work platform from which to access the rudder, vertical and horizontal stabilizers, as well as the fuselage crown for washing.",Not Awarded,The responses received did not meet our requirements therefore the RFT has not progressed.,0,20250410 Ministry of Defence,24902672,Request for Tenders,Open Competition,RFT ASMP Maintenance Stands and Maintenance Access Stairs,1-228-11 (Stands and Stairs),20211001,20211126,20220307,,Sole Agency,No,,"The Ministry of Defence is seeking to procure stands and stairs to support the new Boeing P-8A aircraft when they are in service. There is a requirement to access difficult to reach areas of the P-8A aircraft over an extended period of servicing as part of the ongoing maintenance of the capability. Various Stands and Stairs are required to provide access to areas on the aircraft for maintenance purposes. As part of the Request For Tender process, a virtual industry briefing will be held on 20 October 2021 at 2pm NZT. The deadline to register for this industry briefing is 15 October 2021. To register for the virtual industry briefing, please email your company name and details to the following email address prior to 5pm, 15 October 2021 ASMP.P-8A.Logistics@nzdf.mil.nz",Awarded,,0,20250410 Ministry of Defence,24966093,Request for Proposals,Open Competition,RFP ASMP Dehumidification Solution,1-228-27 (Dehumidification),20211027,20211217,20220328,,Sole Agency,No,,"The Ministry of Defence is looking for a supplier who alongside providing expertise in aviation dehumidification, also has a willingness to partner with us, including New Zealand Defence Force, to develop a dehumidification solution to support the new Boeing P-8A aircraft when they are in service. This RFP is part of the Air Surveillance Maritime Patrol (ASMP) Project. The Dehumidification Solution is required to prevent corrosion within the airframes and engines, and to prolong the lifespan of the aircraft due to the environment where they will be located. If you have any questions please email ASMP.P-8A.Logistics@nzdf.mil.nz prior to the Q&A close off date.",Not Awarded,"Due to nil responses, this RFP did not progress.",0,20250410 Ministry of Defence,25159631,Request for Tenders,Open Competition,RFT - ASMP Articulated Boom and Scissor Lifts,RFT:1-228-28,20211130,20220127,20220328,,Sole Agency,No,,"The Ministry of Defence is looking for a supplier/s who can provide an Articulated Boom and Scissor Lift Solution along with support and maintenance, for the P-8A aircraft when they are in service. This RFT is part of the Airborne Surveillance Maritime Patrol (ASMP) Project. The Articulated Boom and Scissor Lift Solution is required to provide height to assist in maintenance and cleaning of the P-8A aircraft. If you have any clarification questions please email ASMP.P-8A.Logistics@nzdf.mil.nz prior to the Q&A close off date.",Not Awarded,"Due to nil responses, this RFT did not progress",0,20250410 Ministry of Defence,25871518,Request for Proposals,Open Competition,RFP for the Supply of Reconnaissance and Surveillance Capabilities,NEA2022/001,20220531,20220726,20231016,,Sole Agency,No,,"The Ministry of Defence (MOD) has issued this Request for Proposal (RFP) for the supply of Reconnaissance and Surveillance capabilities as part of Tranche Two of the Network Enabled Army (NEA) Programme. The integrated NEA Programme team is responsible for development of the networked reconnaissance and surveillance solution and procurement of the deliverables and NZDF is the end user of the equipment and services. The NEA Programme is a long-term transformational programme which was established to provide the NZDF land forces with deployable networked command, control, communications and computers (C4) and intelligence, surveillance and reconnaissance (ISR) capabilities, and is to be delivered across four tranches. The reconnaissance and surveillance (R&S) capabilities will build on the network platforms and capabilities being delivered by Tranche One of the programme. Defence is seeking one or more Respondents who have (and can demonstrate) the capacity and capability to deliver network capable R&S capabilities and provide through life support (TLS), including maintenance, technical and operational support, planned upgrades and training. We are seeking solutions that are proven and interoperable with R&S capabilities used by our international partners, and military-off-the-shelf (MOTS) equipment not bespoke designs. For the purposes of this RFP, the R&S capabilities being sought have been divided into four equipment packages (each referred to as a ""Package""), and Respondents are invited to respond to one or more Packages. Due to the wide scope of the R&S capabilities required, it is anticipated that this RFP will result in multiple successful respondents. If you have any questions, please email RSRFP@defence.govt.nz prior to the Q&A close off at 10am on 12th July 2022.",Awarded,"Following the Request for Proposal for the Supply of Reconnaissance and Surveillance Capabilities issued on 31 May 2022 (Ref: NEA2022/001), the Network Enabled Army Programme Reconnaissance and Surveillance (R&S) Project, via Ministry of Defence, advises that we have contracted with Quantum Systems Inc., Criterion Solutions Pty Ltd, and EPE New Zealand Ltd for the supply of small, micro and nano Uncrewed Aircraft Systems and Remote Ground Sensors. These capabilities are due for delivery in 2024.",0,20250410 Ministry of Defence,26543698,Request for Proposals,Open Competition,MoD RFP Utility Procurement,RFP: 1-439-4,20221103,20230608,20241120,,Sole Agency,No,,"This RFP is an invitation to Respondents to submit a Proposal to the Crown for supply of Utility Vehicles - Medium and Utility Vehicles - Light (UV-M/L) and associated spares, contract data, services, training and other items. The UV-M/L project forms part of the Crown's Protected Mobility Capability Project (PMCP). The UV-M/L capability will be required to support the NZDF's deployed and domestic operations in a sustainable manner, with appropriate consideration given to Integrated Logistics Support (ILS) and Through Life Support (TLS) that ensures that the UV-M/L capability is supported throughout its life of type. For the UV-M/L, the vehicles procured will be operated largely by the NZ Army. The function of the Utility Vehicle is to move payload (crew, troops, equipment and cargo) over formed roads and cross-country. UV-M/L are operational vehicles that have a wide application in missions and deployments where armour protection is not required. The vehicles may be deployed to austere environments in New Zealand or overseas for extended durations and should be easy to operate and maintain and be highly reliable with a low support footprint. They need to be able to ford through salt water for beach landings and tolerate a range of climatic conditions. The Utility Vehicles are separated into two weight categories for operational convenience. Having the UV-L at less than six tonnes GVM enables it to be operated on New Zealand roads by personnel with a Class 1 driver's licence. The UV-M variants have higher payload requirements and are likely to be heavier than six tonnes. Ideally, the UV-L and UV-M will be based on a single family of vehicles providing commonality of training, parts and support. The Crown requires that the UV-M/L be delivered as complete vehicles by one or more prime contractors. The Crown is seeking an Off-The-Shelf (Military or Commercial) vehicle solution wherever possible.",Awarded,"In November 2022 the Ministry of Defence released a Request for Proposals (RFP) for the supply of Utility Vehicles - Medium and Utility Vehicles - Light along with an Integrated Logistics Support (ILS) package and a Through Life Support (TLS) contract. This procurement of Utility Vehicles for the New Zealand Defence Force (NZDF) is part of the Protected Mobility Capability Project (PMCP). Proposals for the supply of Utility Vehicles were invited via RFP 1-439-4, which was released on GETS on 3 November 2022 and closed on 8 June 2023. The successful supplier is URO Vehculos Especiales, S.A. (UROVESA) with headquarters at Via Edison 17, Polgono Industrial del Tambre, 15890, Santiago de Compostela, A Corua, Spain. The contract for the supply of VAMTAC vehicles and associated deliverables was signed with UROVESA on 20 November 2024. The initial contract is for 60 vehicles and the total budget approved for this project is NZD 100 million. This budget covers the contract with UROVESA as well as ancillary procurement of communications and computing equipment, additional project management costs and introduction into service costs.",0,20250410 Ministry of Defence,26972133,Request for Tenders,Closed Competition,FAMC Simulator Building Construction,,20230222,20230403,20230522,,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Defence,27596811,Request for Proposals,Open Competition,RFP - Technical and Support Services Panel Refresh 2023,TSS 23 - RFP,20230623,20230908,20240318,,Sole Agency,No,,"The Ministry established its Technical and Support Services (TSS) Panel in 2020. This Request for Proposal (RFP) relates to a refresh of that panel. We are seeking Proposals from Respondents wishing to be considered for addition to the existing TSS Panel. Existing TSS Panel members do not need to provide a Proposal in response to this RFP in order to retain their place on the TSS Panel. However, if an existing TSS panel member wishes to be considered for any categories of service that is not already included in its panel membership, it is welcome to submit a Proposal in relation to that or those additional categories of service. The Ministry has an ongoing need for the specialised Technical and Support Services that the TSS Panel provides to support its capability projects during their Capability Definition and Delivery phases. These services were those that were out of scope of existing All-of-Government (AoG) panels when the TSS Panel was established, and continue to fall outside the scope of AOG panels. The Technical and Support Services that are in scope include but are not limited to: (1) Providing support to the Crown in its preparation of business cases. (2) Undertaking cost benefit analyses. (3) Development and testing of user requirements, system requirements, ILS requirements, and associated documentation. (4) Development of safety cases. (5) Acting as learning designers, including training course development. (6) Production of technical specifications. (7) Technical evaluations. (8) High level cost assessments. (9) Assistance in due diligence reviews of tenderers, including financial and technical (10) Acting as the technical authority in support of the Crown during design and build phasesincluding potentially providing services on location outside New Zealand (11) Review of test procedures, attendance at inspection, tests, reviews and trials, and review of resultsincluding potentially providing services on location outside New Zealand. (12) Assistance with Crown Acceptance activities for projects and their associated deliverablesincluding potentially providing services on location outside New Zealand. Please see attached documentation for full details.",Awarded,"This contract notice is to advise the appointment of the following suppliers to the Ministry of Defences Technical and Support Services Panel. These appointments follow a tender process undertaken in 2023 on GETS to refresh the panel. The Ministry of Defence released an Advance Notice of Contract on 31 May 2023 followed by a Request for Proposals 20 July 2023 with a closing date of 25 August 2023. The Ministry received 51 proposals in response to the RFP. Subsequently the Ministry selected 15 new suppliers and an existing supplier was approved to expand their services. The Ministry intends to refresh periodically to ensure the Ministrys needs continue to be met. The selected suppliers are ALARP Solutions Pty Ltd; Allfields Customised Solutions Limited; Avyon Pty Ltd; Bureau Veritas; Ltd; Citadel Secure New Zealand Limited; Cratos Limited; Engineering Dreams Ltd; Gemtech Solutions Ltd; Height Project Management Limited; Holan Group Pty Ltd; Indra Australia Pty Ltd; Kotare Group Limited; Quintessential Consulting Pty Ltd; Rubicon Associates Pty Ltd; Tactix Group Pty; and Wavelength Limited.",0,20250410 Ministry of Defence,27882382,Request for Proposals,Open Competition,"Data Fusion System, Request for Proposal",1-DFS-2023,20230815,20231009,20240701,,Sole Agency,No,,"This RFP is an invitation to Tenderers to submit a Proposal to the Crown for the all of government project for a Data Fusion System (the DFS Project) contract opportunity. This RFP is made up of three parts, being: (a) Part One: Instructions and Conditions of Proposal. (b) Part Two: Statement of Requirements. (c) Part Three: draft Contracts, which will be released approximately 2 weeks after the release of this RFP. Please see attached documents for full details.",Awarded,"Following the Request for Proposal for the Supply of Data Fusion System Capabilities that went live at 12noon on 15 August 2023 and closed on 9 October 2023 (Ref: 27882382), the Data Fusion System Project team, via Ministry of Defence, advises that we have contracted with Starboard Maritime Intelligence for the supply of an All of Government Data Fusion System. The System went live on 1 July 2024 and already has 143 users from across AOG. These capabilities are due for Operational Release in 2025.",0,20250410 Ministry of Defence,28061539,Request for Proposals,Open Competition,Deployable Mortuary,NZMOD-328-DM,20230908,20231120,20240318,,Sole Agency,No,,"The Ministry of Defence has the need to acquire a deployable mortuary capability. We need a solution that is already designed, proven and off-the-shelf as possible, but we understand that some design and customisation maybe required to fulfil our requirements. The deployable mortuary needs to be based upon an ISO 10-foot container (built to 'offshore' standards) to allow for transportability and compatibility with vehicles, twist-lock fastenings and Material Handling Equipment utilised in New Zealand. It is desirable that it can be loaded aboard a C-130H Hercules, which would require a height restriction of 2.4m (less than the ISO height). However, it is important to note that we will accept proposals for both the 2.4m height restrictions and for the standard ISO 10-foot container height of 2.59m. It will be required primarily to be embarked upon a ship and therefore be suitable ""marinised"" to ensure it can withstand the environmental conditions on an open deck at sea. It will need to operate on 230 Vac 50/60 Hz power supply and to be supplied along with a 440/230 Vac 60 Hz transformer to allow the mortuary to be connected to the ship's power (440 Vac 60 Hz). The mortuary needs to comply with standards for mortuaries, electrical fit-out and offshore containers, be self-contained with refrigeration/freezing, lighting and controls, be hygienic, easy to clean and contain any biological products. Delivery will be to Devonport Naval Base, Auckland, New Zealand.",Awarded,,0,20250410 Ministry of Defence,29126781,Request for Quotations,Open Competition,Te Whare Toroa - Manifestations and Wayfinding Signage,1-228-87,20240402,20240430,20240830,,Sole Agency,No,,"The Air Surveillance Maritime Patrol (ASMP) Project, working within the New Zealand Ministry of Defence (MoD) on behalf of the Crown, procured four Boeing P-8A Poseidon Maritime Patrol Aircraft for the Royal New Zealand Air Force (RNZAF) based at Base Ohakea in the Manawatu. The ASMP Project was also tasked with building infrastructure, known as Te Whare Toroa, which will house approx. 200 personnel, the P-8A aircraft, and equipment. It will be a fully integrated facility containing an operations centre, training flight simulation capability, maintenance hangars, storage, and logistic areas. This RFQ seeks Reponses from Respondents that have the requisite skills, knowledge and experience (minimum of two similar sized projects showing competency and capability within the last five years), to produce, provide, and install Manifestations and Wayfinding Signage which meet all applicable standards to allow a successful Code of Compliance Certificate, while meeting our timeline.",Not Awarded,,0,20250410 Ministry of Defence,29221199,Request for Quotations,Open Competition,Te Whare Toroa - Window Blinds,1-228-106,20240416,20240521,20240905,,Sole Agency,No,,"Te Whare Toroa Window Blinds RFQ The Air Surveillance Maritime Patrol (ASMP) Project, working within the New Zealand Ministry of Defence (MoD) on behalf of the Crown, procured four Boeing P-8A Poseidon Maritime Patrol Aircraft for the Royal New Zealand Air Force (RNZAF) located at Base Ohakea in the Manawatu. The ASMP Project was also tasked with building infrastructure, known as Te Whare Toroa, which will house approx. 200+ personnel, the P-8A aircraft, and equipment. It will be a fully integrated facility containing an operations centre, training flight simulation capability, maintenance hangars, storage, and logistic areas. This RFQ seeks Reponses from Respondents that have the requisite skills, knowledge and experience (minimum of two similar sized projects showing competency and capability within the last five years), to produce, provide, and install Window Blinds which meet all applicable standards while meeting our timeline.",Not Awarded,,0,20250410 Ministry of Defence,29342935,Request for Quotations,Open Competition,Te Whare Toroa - Light and Industrial Shelving,1-228-107,20240507,20240606,20240905,,Sole Agency,No,,"The Air Surveillance Maritime Patrol (ASMP) Project, working within the New Zealand Ministry of Defence (MoD) on behalf of the Crown, procured four Boeing P-8A Poseidon Maritime Patrol Aircraft for the Royal New Zealand Air Force (RNZAF) based at Base Ohakea in the Manawatu. The ASMP Project is tasked with the building infrastructure, known as Te Whare Toroa, which will house approx. 200 + personnel, the P-8A aircraft, and equipment. It will be a fully integrated facility containing an operations centre, training flight simulation capability, maintenance hangars, storage, and logistic areas. This RFQ seeks Quotes from Respondents that have the requisite skills, knowledge and experience (of a minimum of two similar sized projects showing competency and capability within the last five years), to provide and install Light and Industrial Shelving which meet all applicable standards, and to meet our timeline.",Not Awarded,,0,20250410 Ministry of Defence,29448983,Request for Proposals,Open Competition,Ministry of Defence - ASMP Training Device Qualification Solution,1-228-83,20240522,20240627,20240729,,Sole Agency,No,,"The Ministry of Defence Air Surveillance Maritime Patrol (ASMP) Project, on behalf of the New Zealand Defence Force (NZDF) purchased four Poseidon P-8A aircraft. As part of this purchase, a P-8A Flight Simulation Training Device (FSTD) has been purchased and will be housed within the new infrastructure at RNZAF Base Ohakea known as Te Whare Toroa. To effectively integrate the P-8A FSTD into the Royal New Zealand Air Force (RNZAF) qualification programme, FSTD activities must occur in line with NZDF Airworthiness Authority (NZAF AA) and Defence Aviation Regulation (DAR) orders. The Crown requires that all facets of the FSTD meet these requirements. This RFP seeks Proposals from Respondents that have the requisite skills, knowledge and experience to provide a Training Device Qualification Solution that meets all applicable standards, while meeting the required timelines.",Awarded,"The Air Surveillance Maritime Patrol (ASMP), via New Zealand Ministry of Defence, advises that we have successfully contracted with Nova Systems New Zealand Limited to provide the ASMP Training Device Qualification Solution.",150000,20250410 Ministry of Defence,31109633,Award Notice,Open Competition,Award Notice - Future Air Mobility Simulator Sustainment,,20240604,20250219,20250324,,All of Government,No,,"Following the Request For Tender for Future Air Mobility Capability Simulator Through Life Support issued on 4 June 2024, the New Zealand Defence Force, via Ministry of Defence, advises that they have contracted CAE New Zealand Pty Ltd for an initial term of 12 years commencing from 24 March 2025.",Awarded,"Following the Request For Tender for Future Air Mobility Capability Simulator Through Life Support issued on 4 June 2024, the New Zealand Defence Force, via Ministry of Defence, advises that they have contracted CAE New Zealand Pty Ltd for an initial term of 12 years commencing from 24 March 2025.",0,20250410 Ministry of Education,19745656,Request for Proposals,Open Competition,Mangere Refugee Education Centre - Pokapu Whakamatau Rerenga 1 July 2019 31 December 2023,SES1141,20180521,20180702,20190710,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is seeking to procure the delivery of Education Services at the Refugee Education Centre - Pokapu Whakamatau Rerenga. Educational services are currently provided for a 1,000 quota of refugees and their dependants annually through the Refugee Education Centre - Pokapu Whakamatau Rerenga located in Mangere. From June 2019 this will increase to 1500 annually. This service delivers a series of education programmes in each of the areas of: early childhood and primary education secondary school education adult education special needs education The programmes include individual assessments, identification of learning needs and the development of individual learning plans as well as a programme of orientation to New Zealand and education, training and employment currently over a 6 week period.",Awarded,,0,20250410 Ministry of Education,19895224,Request for Quotations,Closed Competition,Common Capability Furniture Panel Secondary Procurement,MOE00129,20180711,20180725,20190807,Corporate and Governance,Sole Agency,No,,"This RFQ relates to the purchase of commercial office furniture and installation of a variety of furnishing options designed to support flexible working environments. Desks and associated items This will include a variety of adjustable workstations and accessories including (but not limited to) cable trays, monitor arms, CPU holders, privacy screens, cable management systems, above desk power and data options and other on desk accessories as required. Storage This will include tambour units, utility storage units, steel shelving, and any other types of storage required (requested/specified) by the Ministry. Seating - This will include a range of fully adjustable office task chairs and a range of adjustable and non-adjustable meeting chairs. Meeting chairs should include stackable chair options and fully adjustable meeting room chairs. Office Task chairs should meet all Health & Safety Standards, should be fully adjustable and available in a range of sizes, including with/without arms. Tables This will include meeting tables of various sizes and styles, tilt tables, training furniture, bar leaners, standing height tables and cafe tables. Furniture Soft seating for general office spaces and reception, including couches, chairs, segment ottoman type seating, seating booths and custom designed seating to suit, including other custom designed furniture. The Ministry generally installs 1600x800 straight desks or 120 desks 1200x1200x800. All furnishings are open to interpretation and innovation from the responses. It is intended that desks are a mix of fixed height, user adjustable and sit to stand, including pod and single desk arrangements. While the Ministry is open to creative ideas respondents must be able to demonstrate their products meet the design intent (Appendix: 1), have proven success elsewhere and solutions are fit for purpose.",Awarded,,0,20250410 Ministry of Education,20011122,Request for Proposals,Open Competition,Pacific PowerUP FlexiPlus,MOE00239,20180810,20180924,20190801,"Early Learning, Parents and Whanau",Sole Agency,No,,"The Ministry of Education (Ministry) is seeking credible community based suppliers who can deliver the Pacific PowerUP FlexiPlus (PowerUP) programme in priority areas of growing or high Pacific population throughout the country. Suppliers can provide the service in one or more regions. The key objective of the PowerUP programme is to: build the capability, knowledge and voice of Pacific parents, families and communities to drive and accelerate Pacific educational success. PowerUP is characterised by: ensuring fit for purpose, culturally appropriate, inclusive and effective approaches to best meet the local needs of Pacific parents and their families and communities providing access to quality registered teachers (Early Childhood Education (ECE), primary and secondary education) to ensure the right information is delivered at the right time ensuring value for money achieving real results in real time Delivering 8-15 workshops for Pacific Parents; 8-15 workshops for their children; and five workshops with Pacific parents and their children. The latter are the Early Reading Together and Reading Together programmes.",Awarded,,0,20250410 Ministry of Education,20034435,Request for Quotations,Closed Competition,External Print and Related Services,MOE00245,20180817,20180914,20190807,Corporate and Governance,Sole Agency,No,,"This secondary selection process is to source pre-print, print and digital asset management services from the Syndicated Panel for the Provision of External Print and Related Services, administered by the Ministry of Social Development (MSD). The Ministry of Education (Ministry) is seeking a supplier to provide all its pre-print, print and digital asset management services. This includes (but is not limited to) the printing of student curriculum resources, twenty-two issues of a bi-weekly magazine, business stationery, promotional items and a range of one-off print projects. There will be a limited amount of mail-house services, requiring variable data for example, personalised letters to teachers. The Ministry also wishes to appoint a supplier of digital asset management services, which will include digital archive capabilities, management of licensing requirements and project management amongst other requirements.",Awarded,,0,20250410 Ministry of Education,20082680,Request for Proposals,Open Competition,Learning Languages: School Support,MOE00195,20180830,20180925,20190801,Early Learning and Student Achievement,Sole Agency,No,,"These services and deliverables are intended to support schools to develop sustainable language learning programmes based on the Learning Languages learning area of the New Zealand Curriculum and will support teachers capability in effective languages pedagogy in multi-or bilingual classroom settings in ways that will strengthen students language learning. We are looking for a flexible and innovative approach, such as a blended model of delivery including digital and face-to-face. We want to support teachers and schools to establish and maintain language programmes that will enhance the teaching and learning of languages so that students can build language skills and cultural competencies. As part of building a sustainable language programme schools will need to actively engage with their diverse language communities, particularly Pacific communities. New Zealand Sign Language (NZSL) could also be a focus of a comprehensive language programme. We do not want individual or school focused Professional Learning and Development (PLD) services nor do we want English for Speakers of Other Languages (ESOL) programmes or the teaching of Te Reo Maori in English medium settings. These provisions are being provided under different programmes.",Not Awarded,.,0,20250410 Ministry of Education,20209897,Request for Proposals,Open Competition,Incredible Years Autism Parent programme,MOE00333-IYAP,20180927,20181029,20190801,Sector Enablement and Support,Sole Agency,No,,"This Request for Proposal (RFP) is for Providers that have the ability to deliver the Incredible Years Autism Parent programme only. We need providers that can deliver programmes in accordance with Incredible Years Autism Parent protocols and standards in the Tai Tokerau, Auckland, Hamilton and New Plymouth.",Awarded,,0,20250410 Ministry of Education,20211033,Request for Proposals,Open Competition,Incredible Years Parent Programme,MOE00333-IYP,20180927,20181029,20190801,Sector Enablement and Support,Sole Agency,No,,This Request for Proposal (RFP) is for Providers that have the ability to deliver the Incredible Years Parent programme only. We need Providers that can deliver the programme in accordance with Incredible Years Parent protocols and standards.,Awarded,,0,20250410 Ministry of Education,20211098,Request for Proposals,Open Competition,Incredible Years Teacher programme,MOE00333-IYT,20180927,20181029,20190802,Sector Enablement and Support,Sole Agency,No,,This Request for Proposal (RFP) is for Providers that have the ability to deliver the Incredible Years Teacher programme only. We need Providers that can deliver programmes in accordance with Incredible Years Teacher protocols and standards.,Awarded,,0,20250410 Ministry of Education,20386803,Request for Proposals,Open Competition,Mauri Tu Mauri Ora 2019,MOE00481,20181107,20181204,20190802,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is seeking proposals from service providers who have the capability to deliver the required enhanced Mauri Tu Mauri Ora programme features (including sustainability and replicability plans, build awareness programmes, strengthened reporting, evidence and data requirements), and as a consequence of these programmes are targeted at the right akonga in the right schools. The programmes will provide flexible, specific and tailored support for akonga who are not working towards the expected levels in Te Marautanga O Aotearoa Te Reo Matatini (panui, korero and tuhituhi) and / or Pangarau (Te Tau me te Taurangi, Te Ine me te Ahuahanga and Te Tauanga). The programmes will accelerate akonga achievement progress, so that they can fully access the Te Marautanga o Aotearoa at the required pace and time, helping them to get them back on track. We expect that these Interventions undertaken with akonga will inform sustained changes for kaiako and kura.",Awarded,,0,20250410 Ministry of Education,20413626,Request for Quotations,Open Competition,School Leavers Toolkit Maori Medium,MOE00606,20181113,20181203,20190801,Early Learning and Student Achievement,Sole Agency,No,,"The Government has committed to providing all young people with a School Leavers Toolkit (Toolkit) to ensure they have the knowledge, skills and capabilities required to transition successfully to further education, training or employment. This includes, financial literacy, understanding of civics and citizenship, and workplace and specific occupational competencies. The Ministry seeks to appoint a supplier to provide services to: a) Complete a stocktake of available Maori Medium resources and programmes (using the Excel template provided) which would align with the toolkit. b) Develop a Maori Medium curriculum integration model for the Toolkit, through co-design with Maori Medium Kura, including learning outcome statements for each component of curriculum levels 4 8. c) Map Maori Medium programmes and resources against the integration model and perform a Gap Analysis and quality audit of current programmes and resources, and d) produce a Maori Medium Recommendations Report in relation to the information collected from analysis The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver these services of high quality and within a short period of time",Awarded,,0,20250410 Ministry of Education,20627426,Request for Proposals,Open Competition,"Mail and Courier, Concierge and Event Management Support",MOE00728,20190122,20190222,20200921,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (Ministry) has an ongoing requirement for bundled services covering mail and courier, concierge and event management support. We are looking for an economic, efficient and effective solution that represents the best value for money over the whole of life of the contract. These services are currently provided through a Ministry-specific contract which ends in May 2019. The Ministry is seeking a Provider capable of delivering a range of services to support its nationwide mail and courier services including: o Inter office mail collection and distribution o Post Office Box / Private Bag mail clearance o International, national mail and bulk mail services o Express, same day and overnight Courier services. In addition to the above, and based at the Wellington National Office Matauranga House at 33 Bowen Street, we require the following services and personnel resources: o Centralised mailroom services including receipt and distribution of mail o Centralised stationery management services o Management of conference facilities and events held at Matauranga House only o Full concierge coverage at Matauranga House only.",Awarded,,5000000,20250410 Ministry of Education,20635495,Request for Proposals,Closed Competition,Leadership of Curriculum Teams,MOE00789,20190124,20190306,20190830,Early Learning and Student Achievement,Sole Agency,No,,"These services and deliverables are intended to support the role of leaders of curriculum in our education system. The Ministry is looking for pilot intervention(s) with nested research that helps us to better understand what effective leadership of curriculum teams looks like in practice and how to support and develop the strengths and needs that emerge around curriculum leadership in relation to the Educational Leadership Capability Framework, across curriculum areas in English and Maori medium contexts",Awarded,,1700000,20250410 Ministry of Education,20873214,Request for Proposals,Open Competition,MoE Wellington Office - SHF Main Contractor,MOE00400,20190325,20190503,20190715,Corporate and Governance,Sole Agency,No,,"The Ministry has a requirement to fit-out a new office building in Wellington to provide a modern and open plan environment for staff. The Ministry has approximately 1,700 staff located in Wellington across four buildings within the central business district. Matauranga House (33 Bowen Street) is the Ministrys largest building and accommodates the majority of people. The other three buildings are to be replaced or sub-leased. The Ministry has negotiated a lease for 11 floors of No 1 The Terrace (7,898 SQM) to accommodate all of the staff currently accommodated across the other three buildings. No 1 The Terrace is being refurbished and strengthened by the Landlord with this work underway. The Ministry is required to independently procure its own Main Contractor to complete the Sub-divisional Hard Fit-out (SHF), being the partitioning and fit-out work together with fixtures, fittings and equipment as detailed by the SHF. Construction works are expected to commence in approximately August 2019 and to be completed as soon as practically possible. The Ministry's SHF Contractor will be required to work alongside the Landlords Main Contractor to comply with all health and safety, security and access procedures and programme requirements. The Landlords Main Contractor is LT McGuinness. To provide certainty around resource commitment and programme compliance, the Ministry is seeking to secure a preferred SHF main contractor on the basis of a Preliminary and General (P&G) and margin tender. The preferred contractor will be required to finalise programmes, confirm procurement lead times and provide input into the developing SHF design. Upon completion of the detailed plans and specifications (in May 2019), the preferred SHF main contractor will tender the SHF sub-trades on an open book basis to deliver a lump sum fixed price to allow the SHF Contract to be executed.",Awarded,This Notice of Award is to confirm LT McGuinness.,0,20250410 Ministry of Education,20885268,Request for Proposals,Closed Competition,Early Intervention Specialist Services (EISS),MOE00824,20190327,20190429,20190719,Sector Enablement and Support,Sole Agency,No,,"The Ministry requires established accredited early intervention suppliers with the capability, capacity, experience and infrastructure to deliver specialist teaching, specialist advice and support to families, whanau and early childhood educators and paraprofessionals. Early intervention involves individual assessment, programme planning, and intervention and service co-ordination for children in early childhood (birth to school entry) with high learning support needs. Early intervention will usually be provided through: specialist teaching specialist advice and support to families, whanau and early childhood educators paraprofessional support. Early intervention includes support for transition from early childhood into school/Kura.",Awarded,,0,20250410 Ministry of Education,20896414,Request for Proposals,Open Competition,Targeted Assistance for Participation Stream 2 (TAP 2) National,MOE00997,20190401,20190430,20190717,,Sole Agency,No,,"What we need: The Ministry is seeking to increase participation in quality Early Childhood Education (ECE). The objective of TAP partial funding (TAP 2) grants is to contribute towards establishing quality new services or expanding quality existing services, with the intention of creating new licensed or certificated child places in priority areas across New Zealand. The Ministry of Education is seeking organisations to establish new child places in quality ECE and increase participation of tamariki from Maori, Pacific, and low socio-economic status whanau in identified priority areas. TAP 2 funding will provide a contribution towards establishing new child places in communities where they are needed most. The maximum payable grant will be $12,000 per new child place. The proposed total number of licensed/certificated child places must not exceed 80. One Proposal per service provider. Must not have any other current TAP projects. Region: To check to see if you eligible for this funding please head to the website https://datafinder.stats.govt.nz/layer/25743-area-unit-2013/ to locate your Census Area Units CAU and then check Attachment 1 for the list of eligible CAUs. We have recently run a prior tender for eight Auckland CAUs. Due to theses only recently being advertised, the eight CAUs have been excluded from this tender: 1. Rowandale 2. Henderson South 3. West Harbour 4. Birdwood East 5. Otahuhu West 6. Mcleod 7. Edmonton 8. Rongomai",Awarded,One additional contract awarded to Ko Tuwharetoa te Iwi Charitable Trust - as approved by the Ministry,0,20250410 Ministry of Education,20937782,Request for Proposals,Open Competition,Poipoia te Mokopuna,MOE00823,20190412,20190515,20190819,"Early Learning, Parents and Whanau",Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education,20946382,Request for Proposals,Open Competition,Survey data collection services for Programme for the International Assessment of Adult Competencies (PIAAC) 2019/20-2022/23,MOE01174,20190416,20190516,20190913,"Graduate Achievement, Vocations and Careers",Sole Agency,No,,"The Ministry of Education is contracting out the data collection, data processing and related services for Cycle 2 of the Programme for the International Assessment of Adult Competencies (PIAAC), the OECDs Survey of Adult Skills. PIAAC is the OECDs Survey of Adult Skills and is a collaboration between the governments of participating countries and the Organisation for Economic Co-operation and Development (OECD) measuring 16-65 year old adults literacy, numeracy and problem solving skills, together with a wide range of education, work and skill use data. The Ministry requests Proposals for the provision of survey data collection services for the Programme. This represents a unique opportunity to participate in the Programme. The Ministry needs to procure high quality survey data collection services, including sample design and selection, interviewing, data management in a way that ensures compliance with PIAACs technical requirements. The scope of these services include: sample design and selection interviews data management working with the Consortium on survey development undertaking the field trial in 2020 (minimum of 1500 interviews) undertaking the main survey in August 2021 to March 2022 (7500-8000 interviews) producing the final dataset by May 2022.",Awarded,,6000000,20250410 Ministry of Education,20949279,Request for Proposals,Open Competition,Fleet Management Services,MOE00865,20190416,20190527,20200217,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (Ministry) is seeking a credible service provider to deliver end to end Fleet Management Services (FMS) that includes a vehicle booking tool and management of vehicle servicing, repairs and maintenance, legal compliance, crash management, driver and infringement management, disposals, associated reporting and everything in between. This is an opportunity to manage one of central governments top five vehicle fleets (based on size), and to work with a collaborative agency that is open and ready to embrace the significant changes facing the motor industry.",Awarded,,0,20250410 Ministry of Education,20981785,Request for Proposals,Open Competition,MOE01165 Physical Disability Service Waikato,,20190502,20190605,20190805,,Sole Agency,No,,"The Provider must be able to meet the Ministrys requirements of ensuring students who have a primary physical disability that has both an impact on their ability to access their learning environment, and is a barrier to educational participation are provided: physiotherapy and occupational therapy advice and, physical disability support, for schools in the Providers coverage area (Waikato). Services are delivered in accordance with the service guidelines for the Physical Disabilities Service and the Ministry of Educations Specialist Service Standards . The Provider will need to demonstrate sufficient capacity and resources to meet the requirement to provide this service to 60 students per annum (expected target) The Ministry requires a Provider that recognises and values the role of identity, language and culture in the lives of children and young people, their families and whanau through: o Recognition of iwi and Maori as tangata whenua. o Ability to deliver services to children who are learning through the medium of te reo Maori o Valuing of diverse communicative cultures e.g. Deaf Culture. o Competency, sensitivity and responsiveness to diverse cultures to ensure interventions are culturally and contextually evidence-based for the Aotearoa New Zealand. All questions, clarifications and further information sought must be done through the GETS Question and Answer function for this RFP.",Not Awarded,,0,20250410 Ministry of Education,20991286,Request for Proposals,Open Competition,International Recruitment of Psychologists and Speech Language Therapists,MOE01183,20190502,20190528,20190815,Sector Enablement and Support,Sole Agency,No,none,The Ministry of Education (the Ministry) is seeking a recruitment partner to help the Learning Support team in the Ministry of Education to recruit Psychologists and Speech Language Therapists from overseas locations. We would be aiming to recruit between 20 and 40 people between 1 July 2019 and 30 June 2020.,Awarded,,0,20250410 Ministry of Education,21153682,Request for Proposals,Open Competition,Ready to Read Series,MOE01664,20190614,20190712,20191021,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is seeking proposals from expert to enhance texts and teacher materials for our Ready to Read instructional series. They will incorporate well known features of the current series (e.g. the colour wheel and the levelling criteria and processes ). However, the content will incorporate a more deliberate and explicit progression of a phonemic/word level learning in relation to a scope and sequence framework and the topics, characters and content of the new texts will be engaging for ethnically diverse students in New Zealand classrooms. It is important for all of our students to see themselves, their families, whanau and communities in the texts they learn to read with. It is also critically important that early reading teaching and learning explicitly helps students to learn the code. The intention is to build from research undertaken by Massey University and internationally that reveals that some early readers need explicit and sequenced instruction in the code of English in addition to accessing texts within rich language learning contexts. The Ministry wants to retain the valued features of the Ready to Read series whilst enhancing it. The proposal should demonstrate how it will provide a structured framework for the development of an enhanced Ready to Read series, with accompanying teacher support materials. We are interested in proposals that explicitly attend to the language learning needs of students that typically do not make expected progress in their first year of instruction.",Awarded,,989428,20250410 Ministry of Education,21304046,Request for Proposals,Open Competition,Development and Provision of Specialist Teaching Qualification: Learning Support,MOE00765,20190725,20190919,20200417,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (Ministry or Buyer) is seeking a national supplier, or consortium of suppliers, that can deliver a postgraduate diploma in specialist teaching qualifications in seven learning support endorsements that are fit for purpose and incorporate modern best practice and 21st century pedagogy. The specialist teaching endorsements are: 1. Blind and Low Vision 2. Deaf and Hard of Hearing 3. Early Intervention 4. Complex Educational Needs 5. Learning and Behaviour 6. Gifted 7. Learning Support Needs. Please refer to the RFP for further details and I would like to advise you that Appendix 2 shall be released w/c 29.07.2019.",Awarded,This contract has been awarded.,0,20250410 Ministry of Education,21350023,Request for Proposals,Open Competition,Loss Adjusting Services for Risk Management Scheme,MOE01789,20190805,20190829,20191010,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is seeking proposals from suitable suppliers who have the experience, capacity and capability to provide loss adjusting services for school contents owned by the Boards of Trustees that have joined the Ministrys Risk Management Scheme (RMS). The Ministry of Education administers the Risk Management Scheme for schools. This Risk Management Scheme provides insurance cover for school contents and legal liability. All state and state-integrated schools are eligible to join the Risk Management Scheme, which is funded through a deduction from schools' operational funding. Membership in the Risk Management Scheme is not compulsory and currently 1,249 (48.94%) of eligible schools are in the Risk Management Scheme. School contents are effectively indemnified for their total replacement and claims are settled on an ""insurance"" type approach. Contents claims are assessed and managed on behalf of the Ministry by the Ministrys nominated loss adjusting provider. If the above interests your organisation please download the suite of documents that relate to this RFP. All questions should be issued through GETS and before the deadline for questions as noted in the RFP.",Awarded,,0,20250410 Ministry of Education,21364211,Request for Proposals,Open Competition,Youth Justice Educational Assessments 2019 - 2022,MOE06270,20190807,20190905,20200430,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (the Ministry) shapes an education system that delivers equitable and excellent outcomes | He mea tarai e matou te matauranga kia rangatira ai, kia mana taurite ai ona huanga. The Youth Justice Educational Assessments initiative is one of the recommendations of the Youth Offending Strategy published jointly in April 2002 by the Ministry of Social Development (MSD) and the Ministry of Justice (MOJ). The YOS report found that Family Group Conferences (FGC) would benefit from better information to enable better decisions to be made. A Ministry psychologist completes an assessment of the child or young person before a youth justice Family Group Conference. A Youth Justice Coordinator then holds the conference so the child or young persons family can meet, make decisions, and to help the young person take responsibility for their actions. The educational assessment focuses on how to re-engage the offender with the education system or vocational training. The target group for Youth Justice Educational Assessments is 10-16 year old children and youth offenders with high educational needs and a high risk of re-offending; with a particular emphasis on child offenders aged 10-13. Often these children have care and protection issues, and most are not engaged in school. The intention for this procurement and resulting contract is to secure a long term agreement with a suitable Provider (or Providers) that has the regional coverage needed. The long term contract is to provide stability for the service, and in particular the clients (children and youth offenders) who would benefit significantly from a service that is stable and easily accessible. The follow regions is where service delivery is required: Metropolitan Auckland Waikato Bay of Plenty / Waiariki Hawkes Bay and Tairawhiti",Awarded,,0,20250410 Ministry of Education,21418167,Request for Proposals,Open Competition,Arbitration Services for appeals under Section 10 of the Education Act 1989,MOE01053,20190815,20190912,20200110,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is looking to procure Arbitration Services that are provided to parents/caregivers under Section 10 of the Education Act 1989 (Section 10). These services allow parents/caregivers of children with high levels of special education (learning support) needs to appeal Ministry decisions. These arbitrations help the Ministry to improve its delivery of critical learning support services. Finally, for both the Ministry and parents/caregivers the arbitrations provide assurance that decisions about students eligibility for critical learning support services are robust, high quality and fair. Please see the request for proposal documents for further details and if you are planning to submit a proposal please complete the notice of intent (NOI). Thank you",Awarded,,0,20250410 Ministry of Education,21443523,Request for Proposals,Open Competition,Delivery of professional development programme 'Pasifika Teacher Aide Project' (PTAP) 2020-2022,MOE06353,20190819,20190920,20191101,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to build the English for Speakers of Other Languages (ESOL) teaching capability of support staff and mainstream teachers working with Pacific learners in years 1-8, through the appointment of a provider who can deliver the professional development programme Pasifika Teacher Aide Project (PTAP) 2020-2022.",Awarded,Thank you to all those that showed interest and spent time responding to this RFP. This contract has now been awarded,0,20250410 Ministry of Education,21471706,Request for Proposals,Open Competition,Training & Support for Teachers to Use School Leavers Toolkit,MOE06354,20190822,20190920,20200724,,Sole Agency,No,,"The Ministry of Education is looking for a Provider to develop and deliver training and support for teachers, kaiako and school leaders in a range of settings to implement the School Leavers Toolkit / Kete Mo Nga Tamariki Wehe i te Kura (Toolkit) curriculum content in English medium and Maori medium. The Toolkit is a Government initiative that aims to provide students with practical life skills, including financial capability, civics education, and key work place competencies. Engagement with students in 2018 resulted in the addition of personal wellbeing as a fourth topic in the Toolkit. This Request for Proposal (RFP) provides an opportunity for respondents to design, develop and deliver a programme of support for teachers and school leaders to learn about the Toolkit, understand what value it can provide, and know how to select and use Toolkit resources and integrate them sustainably into their local curriculum.",Awarded,,0,20250410 Ministry of Education,21512840,Request for Proposals,Open Competition,Development of support materials for Tapasa: Cultural competencies framework for teachers of Pacific learners,MOE06370,20190830,20191004,20200724,Early Learning and Student Achievement,Sole Agency,No,,,Awarded,,533000,20250410 Ministry of Education,21521186,Request for Proposals,Closed Competition,MoE Whangarei Office - SHF Main Contractor,MOE06161,20190902,20190920,20200127,Corporate and Governance,Sole Agency,No,,"This Request for Proposals (RFP) seeks your submission for the Sub-Divisional Hard fit-out (SHF) works to the Ministry of Educations (MOE) Whangarei Office, 24 Kaka Street, Whangarei. The Ministry has a requirement to fit-out the new Whangarei office to provide a modern and open plan environment for staff. The Building Intelligence Group (TBIG) will be managing the project on behalf of the Ministry and will be the main point of contact for the main contractor. The Ministry is responsible for the successful delivery of this fit-out. The scope of the work excludes the provision of any soft fit-out elements such as furniture, the supply and installation of AV equipment, ICT and security hardware as these will be managed by the Ministry under separate preferred supplier contracts. The Ministry is looking for a credible provider who has the capability and experience to deliver the SHF contract to a high quality, for best value for money and within the timeframes set out in the RFP documentation. We aim to optimise the use of office space and achieve value for money while providing and maintaining safe standards of buildings for Ministry employees and personnel.",Awarded,,0,20250410 Ministry of Education,21531719,Request for Proposals,Open Competition,Delivery of English for Speakers of Other Languages (ESOL) Virtual Classroom programme,MOE06387,20190903,20191001,20191120,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking to put in place a new contract which will support the delivery of English for Speakers of Other Languages (ESOL) Virtual Classroom programme, for a three year period. This will be in conjunction with developing a new-to-literacy support programme for English language learners in years 7-13. The intention is for this resource to be made available to the increasing number of schools working with older new-to-literacy students, who are not eligible for the ESOL virtual classroom programme.",Awarded,,0,20250410 Ministry of Education,21639512,Request for Proposals,Open Competition,Ministry of Education Network Hardware Replacement Project (RFP),MOE06431,20190920,20191016,20200618,EIS,Cluster,No,,"The purpose of this procurement is to replace the Active Equipment in all State and State Integrated Schools. The Active Equipment have reached the end of their useful life, requiring replacement. Replacing the Active Equipment will ensure that the ICT infrastructure in schools remains fit-for-purpose. It will allow the Ministry of Education to provide more efficient, safe and secure service offerings to schools via the Managed Network Service currently provided on behalf of the Ministry by the Network for Learning (N4L). The scope of this procurement includes the supply and delivery of: A. Network switches: Across a range of 10 switch types as outlined in section 2.2 of this document and as specified in Appendix B and in the MoE Information and Communications Technology (ICT) Switching Infrastructure: Policy and Standards for Schools. B. Wireless Access Points: As specified in Appendix C and in the MoE Information and Communications Technology (ICT) Wireless Standards 2019",Awarded,"Contract awarded 20 April 2020 to Exeed Limited (NZBN: 9429031392129, 2a Augustus Terrace, Parnell, Auckland, 1052 , New Zealand).",0,20250410 Ministry of Education,21809748,Request for Proposals,Open Competition,Pasifika Early Literacy Project & Realm languages project delivery,MOE06502,20191021,20191115,20200114,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is seeking to appoint a provider to deliver the Pasifika Early Literacy Project (PELP) and the Realm Languages Project. The PELP and the Realm Languages Project help to support the early language and literacy learning of Pacific children in early learning services (ECE) so they have a smooth transition into English-medium classrooms. Both projects focus on the utilisation of Pasifika Dual Language resources for Pacific children at school and at home and work with ECEs/schools, teachers, and families with Cook Island Maori, Niuean, Samoan, Tokelauan and Tongan students, to support young Pacific children and teachers in classrooms with Pacific heritage languages to connect their linguistic and cultural knowledge in the schooling environment. This RFP seeks a specialised and expert provider to work with 10 early childhood services and 10 primary schools per year over four years to deliver projects in three regions - Auckland, South Waikato and Wellington to develop: Pasifika parent, family/aiga, community engagement Systemic school processes that underpin successful utilisation of the dual language Pacific/English texts for ECEs and new entrant Year 2 children with teachers and parents Principles, knowledge and practice by teachers and parents of Pacific learners through the professional learning and development programme in Pacific second language acquisition, literacy, and cultural competencies. This is part of a Pacific education package of initiatives to ensure that Pacific learners and their families have their identities, languages and cultures valued and respected, and have the skills, knowledge, and equitable opportunities to pursue any education pathway. The package will fund the extension of the PELP to ECEs and English medium schools outside of Auckland to support Pacific learners from the New Zealand-realm countries of Niue, the Cook Islands and Tokelau.",Awarded,,0,20250410 Ministry of Education,21831115,Request for Proposals,Open Competition,Targeted Assistance for Participation Stream 2 (TAP 2) National 2020,MOE06596,20191025,20191213,20200430,Sector Enablement and Support,Sole Agency,No,,"What we need: The Ministry is seeking to increase participation in quality early learning. TAP partial funding (TAP 2) is property assistance to contribute towards establishing quality new early learning services or expanding quality existing ones. The Ministry is seeking organisations to establish child places and operate in quality Maori and Pacific bilingual/immersion early learning services, in low socio-economic areas. TAP 2 funds will contribute towards establishing new child places. The maximum payable grant will be $12,000 (ex GST) per new child place or 50% of total project costs, whichever is the lesser of the two. Proposed early learning service must be located in an eligible census area unit. To check to see if you eligible for this funding please see attachment 1 for the list of eligible CAUs. You can also use the CAU map atStats NZ, and use the zoom tool to find your location and the CAU name.",Awarded,,0,20250410 Ministry of Education,21885962,Request for Proposals,Open Competition,Ministry of Education Learning Management System,MOE06599,20191104,20191127,20200817,,Cluster,No,,"The Ministry of Education (the Ministry) is looking to procure a solution and vendor to support the replacement of a legacy in-house Learning Management System (LMS). The solution needs to be able to support the hosting and release of online modules, videos, workshops, webinars and face to face facilitated training. The solution must be a commercial off the shelf product..",Awarded,"Successful Supplier: IMC information multimedia communication Pty Ltd Contract Commencement Date : 22 July 2020 Term: 5 years + 5 years Product & Service: Learning Management System Expected Spend: $850k-$1mil Method Used: Open Tender",0,20250410 Ministry of Education,21895890,Request for Proposals,Open Competition,National Initiative for Teaching Practice for Rebuilds and New Schools 2019 -2023,MOE06685,20191105,20191202,20200218,Sector Enablement and Support,Sole Agency,No,,"The National Initiative for Teaching Practice for Rebuilds and New Schools 2019-2023 is a new programme that aims to provide a fit for purpose, cost effective and coherent, uniform and equitable approach to assisting schools to develop an education brief, a vision for their future, plan a future focused curriculum and transform their teaching practice, concurrent with the phasing in a schools build / redevelopment programme. The Ministry is seeking to appoint providers to a panel who will work collaboratively with each other and with the Ministry to create and develop, and improve upon, the current collateral available that will support all state funded schools through the transformation phase across New Zealand undergoing a new build and/or major redevelopment. The Ministry will provide leadership and coordination at a national level. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver The National Initiative for Teaching Practice for Rebuilds and New Schools 2019-2023 across New Zealand. They need to have a good track record in the management and implementation of facilitation and professional learning development related programmes and effective networks and strong relationships within local communities and with Iwi.",Awarded,,0,20250410 Ministry of Education,21918861,Request for Quotations,Open Competition,"Events that connect schools, communities, and employers",MOE06715,20191115,20191220,20200724,"Early Learning, Parents and Whanau",Sole Agency,No,,"Purpose: The Ministry of Education (MOE) wish to receive proposals from community partners, iwi, employers, industry groups, the ITO sector, vocational education providers, and other organisations / agencies that wish to run one or more events that bring together young people, their families and whanau with employers and industries. Objective: Community partners, employers, industry groups, the ITO sector, vocational education providers, and other agencies will organise and run one or more events, between 1 January 2020 and 30 June 2021, which showcase vocational careers and pathways. In total we will support up to 140 additional speed meets type events (similar to Got a Trade? Got it Made!) along with careers expos. These events will be focused on a range of strategically important sectors including construction and infrastructure, primary industries, engineering (including automotive), social and community services, tourism, retail and hospitality, and the technology and creative sectors.",Not Awarded,"Multiple Awards Made, Responses ranged from $5,000 - $25,000",0,20250410 Ministry of Education,22126393,Request for Proposals,Open Competition,"Free and Healthy School Lunches RFP Otago/ Southland Region, Term 2 2020",MOE06898,20191223,20200205,20200514,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education would like to invite capable lunch suppliers in the Otago/ Southland region to submit a proposal for delivering nutritious and healthy lunch options to school students. The Ministry of Education intends to establish a panel of prequalified lunch suppliers for the Otago/ Southland regional panel as part of the Free and Healthy School Lunches Programme from Term 2 2020 until the end of Term 4 2021. Schools can then appoint a supplier on the panel through a quote process, to deliver nutritious and healthy lunches to their students. There are 8 schools in Otago and 9 schools in Southland, with an estimated total value of services of $5 million over the term of the programme. There is no guarantee of work for all panel suppliers, as the final decision to appoint a supplier sits with individual schools. We will conduct a Supplier briefing in the Dunedin and/or Invercargill on the 16th January 2020 (depending on interest). We plan on having 15 minute slots available after the Supplier brieifing where you can speak directly to a Ministry Procurement Leader with your specific questions. The Procurement Leader will not assist in completing your response form, but will help you understand what is required. Unless the questions are commercially sensitive, common questions and answers will be recorded and shared with all parties subscribed to the tender notice. Please register your interest through the GETS ""Questions and Answers"" function by the 10th January 2020.",Awarded,"The succesful panel members for the Otago/ Southland region are: Koha Kai Limited Kaans Catering Supplies PIta PIt Anderson Bay Pita Pit George Street PIta Pit Invercargill PIta Pit Oamaru",5000000,20250410 Ministry of Education,22212872,Request for Proposals,Open Competition,Machinery of Government Training Services,MOE06821,20200127,20200228,20200804,Corporate and Governance,Sole Agency,No,,"The Ministry of Education is seeking Machinery of Government training of up to one day. The training programme will provide staff, new to the Ministry and new to the public service an understanding of the components of the Westminster system and the role of the public servant in supporting ministerial and cabinet decision making. We will take into consideration different ways that Machinery of Government training can be delivered, for example, face-to-face facilitated training, webinars to online modules. The Ministry is looking for a credible supplier who can demonstrate experience, capability and capacity to deliver the Machinery of Government course to Ministry of Education staff within the timeframes required. The supplier will have sufficient capacity to provide continuity of personnel and services. This is an opportunity to be a training provider for the Ministry of Education. You will be providing training to Ministry of Education employees, especially those new to the public service.",Awarded,,0,20250410 Ministry of Education,22257542,Request for Proposals,Open Competition,Attendance Service Non-Enrolment,MOE07035,20200204,20200228,20200610,Sector Enablement and Support,Sole Agency,No,,"This procurement relates to the delivery of Attendance Services South Auckland B area. The South Auckland B service area encompasses the following Auckland Local Boards: Franklin, Howick, Manurewa, and Papakura as well as a small part of the northern Waikato district. In this area the Ministry will pilot directing referrals for unjustified absences to representative schools within a cluster of schools, and contracting a Provider to work with non-enrolled tamariki.",Awarded,,0,20250410 Ministry of Education,22267455,Request for Proposals,Open Competition,MOE06973 Tamaki Supported Playgroups,MOE06973,20200205,20200304,20200430,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education is seeking proposals from suppliers with the ability to deliver quality early learning opportunities, and increase participation of in early childhood education (ECE) in the Tamaki community. The aim of this Request for Proposal (RFP) is to procure delivery of supported playgroups. The Ministry requires suppliers with the capability, capacity, experience and infrastructure to deliver supported playgroups in the diverse community of Tamaki. Supported playgroups are certificated playgroups with additional requirements for a kaimanaaki to ensure responsive curriculum delivery, parent engagement, and transition tamariki to other ECE or school. We have already secured venues for the playgroups, located at Grace International, and Glenbrae Primary School. The Ministry wishes to procure suppliers who have prior experience in operating certificated playgroups to deliver quality, culturally responsive early learning opportunities. This is a unique opportunity to be part of an initiative that will help tamariki achieve strong early learning foundations prior to school.",Awarded,,0,20250410 Ministry of Education,22287273,Request for Proposals,Closed Competition,MOE06680 - Facilities Management Services,MOE06680,20200212,20200310,20200701,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking a reliable Facilities Management (FM) Services provider to meet our business requirements, and is looking to maintain the same level of support through the AoG Facilities Management Agreement. We are looking to run an efficient, fit-for-purpose Secondary Selection Process (SSP) to enable reliable provision of these services and to implement an agreement that offers best value to the Ministry.",Awarded,,0,20250410 Ministry of Education,22291437,Request for Proposals,Closed Competition,MOE06727 - Property Consultancy Services,MOE06727,20200212,20200310,20200701,Corporate and Governance,Sole Agency,No,,"This Secondary Selection Process (SSP) outlines the services required for a new engagement for Lease Management Services through the All of Government (AoG) Property Consultancy Services (PCS) panel. The Ministry is seeking a Lease Management Service provider to meet our business requirements, and to provide a fit for purpose solution. The solution will deliver a comprehensive range of advisory and administrative services in relation to the management of leases, including: providing advice / assistance with solutions on strategic accommodation requirements day-to-day management of the property portfolio, including arranging rent payments, new premise and reporting relationships management between Ministry of Education (as Lessee), and the Lessors financial projections and budget management database management. The supplier will work closely with the Corporate Property Unit to ensure these requirements are delivered effectively. We are looking to run an efficient, fit-for-purpose SSP to enable reliable provision of these services, and to implement an agreement that offers best value to the Ministry.",Awarded,,0,20250410 Ministry of Education,22324155,Request for Proposals,Open Competition,Life Readiness Micro Credentials,MOE07129,20200219,20200316,20201112,,Sole Agency,No,,"The School Leavers Toolkit (Toolkit) is a Government initiative to provide opportunities for young people to develop the skills, knowledge and capabilities needed to successfully navigate their transition out of school and into employment, higher education or training. The four core topics of the Toolkit are financial capability, civics education, personal wellbeing; and key workplace competencies. A micro-credential is a way to certificate or credential learning for developing skills in specific areas. It is a package of highly specific learning to meet a specific or specialised need. They are bite sized and are valuable in and of themselves. We want a life readiness micro-credential proof of concept and prototype (the Products) that can change the education and employment landscapes, and is valued by employers, industry, learners, educators, whanau and communities. For the purpose of this RFP, a proof of concept means that we want to demonstrate the practical benefits of a micro-credential(s) in schooling and broader contexts. We also want to identify the requirements we would need to have in place to successfully test the premise of a micro-credential. By using the term prototype we mean a first attempt at designing and developing a working model that may or may not be real-world usable. We are looking for a supplier who can innovatively design and develop the Products to support and ensure people have the life readiness skills they need to engage in work and participate in New Zealands modern society. We need a supplier who can think outside the box and provide us with Products that can be accessed in schooling and tertiary settings. Primarily we are focused on ensuring our school leavers are work and life ready and that core life skills, such as employability skills, financial capability, personal wellbeing, civics education etc, can be recognised. We need to ensure that anything designed and developed as a micro-credential is aligned to the New Zealand Qualifications Authority criteria for the purposes of approval or equivalency.",Not Awarded,No award was made for this requirement due to COVID-19 and other operational requirements in 2020. The Ministry would like to thank all providers who submitted a response,0,20250410 Ministry of Education,22374693,Request for Proposals,Open Competition,Sensitive Claims Assessors,MOE06765,20200227,20200402,20200610,Sector Enablement and Support,Sole Agency,No,,"Sensitive Claims Assessors are needed for the assessment of historical and contemporary sensitive claims. The Ministry works directly with claimants to find an early resolution to their claim, before it progresses to court. The Ministry of Education needs to ensure that allegations of abuse are being assessed by competent assessors so that claims are satisfactorily resolved and claimants can move forward. We are looking for credible providers who have the appropriate skill and experience to undertake these assessments",Awarded,,0,20250410 Ministry of Education,22812294,Request for Proposals,Open Competition,Te Hurihanganui Work Team Partner,MOE08077,20200625,20200731,20210114,"Early Learning, Parents and Whanau",Sole Agency,No,,"Te Hurihanganui is a kaupapa that will address racism, strengthen equity and accelerate the educational achievement and wellbeing of akonga Maori and their whanau in the education system. The kaupapa is being tested over three years across six communities (this includes akonga, whanau, hapu, iwi and clusters of schools and early learning services. A Work Team, consisting of Ministry members, a Work Team Partner, and occasionally other consultants and community members, will be tasked with supporting Te Hurihanganuis implementation across the six communities. We require a Work Team Partner for up to three years. The Work Team Partner will work closely with the Ministry and support communities to: build and sustain authentic reciprocal relationships across the community; understand, collate and analyse baseline community data and context in relation to racism, equity and wellbeing; build community capability and capacity around critical consciousness, kaupapa Maori and good practice for akonga Maori and their whanau in education; and develop, iterate and implement community action plans that give effect to their community aspirations for Te Hurihanganui. Realising the aspirations of Te Hurihanganui will require transformative changes at both a cultural and structural level. This involves: A cultural shift, that is, a kaupapa Maori relational approach that indigenises the education system; and A structural shift that is grounded in critical consciousness that decolonises the education system. We need a Work Team Partner that has experience supporting cultural and structural shift across communities and the education sector as described above. The Work Team Partner will also have a suite of products and services that can support Te Hurihanganui communities and systemic change in a timely way. We will be holding a supplier Briefing day on the 3rd July 2020. This will be an online information session hosted over the Zoom application. Please email the contact person with your details and an invitation email address to receive an invitation. Please note that there will be no on the day Q&A session. All questions asked via the GETS advertisement prior to the briefing will be answered on the day, follow up questions will be entered into GETS and answered on that platform.",Awarded,,0,20250410 Ministry of Education,22841865,Request for Proposals,Open Competition,Retention of Maori Medium Beginning Teachers Programme,MOE00771,20200629,20200724,20201203,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is seeking proposals from suppliers with the ability to deliver an effective programme for the retention of beginning teachers in Maori medium education, where a teacher teaches in Te Reo Maori for between 51% and 100% of classroom time. These services will support and guide Maori medium beginning teachers through adequate, accessible, culturally relevant mentoring and coaching from provisional certification through to full teacher certification, and beyond.",Awarded,,0,20250410 Ministry of Education,22846895,Request for Proposals,Open Competition,Te Hurihanganui Evaluation Partner,MOE07775,20200710,20200813,20210114,"Early Learning, Parents and Whanau",Sole Agency,No,,"Te Hurihanganui is a kaupapa that will address racism, strengthen equity, and accelerate the educational achievement and wellbeing of akonga Maori and their whanau in the education system. The kaupapa is being tested over three years across six communities (this includes akonga, whanau, hapu, iwi and clusters of schools and early learning services). We require an Evaluation Partner for three years to undertake a critical, kaupapa Maori evaluation that will inform ongoing improvements to Te Hurihanganui and the wider education system. In essence, the evaluation will ask, what is the value and effectiveness of Te Hurihanganui in addressing racism and achieving equity and wellbeing for akonga Maori and their whanau? and how could Te Hurihanganui inform education system performance and transformation for akonga Maori and their whanau?. We want a team who can work with the multiple audiences involved in this evaluation, from the communities themselves, to the Ministry of Education. Working with those audiences, the Evaluation Partner will initially build an evaluation framework and plan, then implement the evaluation accordingly. We envision a future where our tamariki and their whanau do not experience racism, are encouraged to celebrate who they are, are partners in their childrens education, and succeed as Maori in the education system. The Evaluation Partner is critical to achieving that vision through iterative evaluation, in testing what works in addressing racism. This is a unique opportunity for you to be involved in a transformative educational kaupapa that will make a difference for the future of our tamariki, mokopuna and their whanau.",Not Awarded,No Response was recieved that sufficiently met all criteria to allow a successful award to be made.,0,20250410 Ministry of Education,22978170,Request for Proposals,Open Competition,Free and Healthy School Lunches Programme Tranche 3: Hawkes Bay/Tairawhiti and Bay of Plenty/Waiariki Regions RFP,MOE07938,20200721,20200813,20201009,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education would like to invite capable lunch suppliers to submit a proposal for delivering nutritious and healthy lunch services to school students in the Hawkes Bay/Tairawhiti and Bay of Plenty/Waiariki regions. This tranche is made up of 151 schools, approximately 32 000 students from Year 1 15. The Ministry of Education intends to establish two panels of pre-qualified lunch suppliers for the Hawkes Bay/Tairawhiti and Bay of Plenty/Waiariki regions: Panel A: For suppliers applying to deliver up to 400 lunches daily Panel B: For supplier applying to deliver more than 400 lunches daily Suppliers must be able to meet both of the following pre-conditions: has a registered and verified Food Control Plan in accordance with the Food Act 2014 has no critical non-compliance in the last two years and no current outstanding non-compliance issue under the Food Act 2014 Respondents who are unable to meet all pre-conditions should conclude that they will not benefit from submitting a Proposal. Deadline for proposals is 13th August 2020, 5pm. Documents attached to this notice are: ? RFP document [pdf] ? Response template for Panel A Small and medium schools panel, supplying up to 400 lunches per day [word] (Note: Choose appropriate template for the panel you are applying for) ? Response template for Panel B Medium and large schools panel, supplying more than 400 lunches per day [word] (Note: Choose appropriate template for the panel you are applying for) ? Menu Response template ? Appendix 1: Free and Healthy School Lunches Programme Nutrition guidelines [pdf] ? Appendix 4: Section 6 RFP Terms and Conditions [pdf] ? Appendix 5: Example of Supplier profile To follow: Draft contracts will be released at the end this week: Appendix 2: Panel Agreement Appendix 3: Ministrys Low Risk Services Agreement Supplier briefings will be held the week of 27th July 2020. More detail on the dates, time and location will be published on GETS as an Addenda. IMPORTANT: Please ensure you are subscribed to receive Addendas to stay up to date with any new information or changes relating to the RFP.",Awarded,"HATI NATI Limited The panel contract duration is 14 September 2020 until 24 December 2021.",0,20250410 Ministry of Education,23092069,Request for Proposals,Open Competition,Online Curriculum Hub (MOE07198),MOE07198,20200810,20200911,20211018,IT,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking to procure a software platform and associated implementation and support services for an online curriculum hub, that will help transform how curriculum resources are managed and consumed in the New Zealand education system.",Not Awarded,"This RFP has been closed without awarding a contract A subsequent competitive dialogue process was undertaken post the RFP. Microsoft New Zealand has signed a statement of work to build the Ministry of Educations Online Curriculum Hub (OCH) on the Microsoft cloud platform. This will provide MoE with an extendable platform to publish curricula and resources to support kaiako, leaders, parents and whanau and students.",0,20250410 Ministry of Education,23124696,Request for Proposals,Open Competition,Engaging Priority Families,MOE07839,20200817,20200922,20210202,Sector Enablement and Support,Sole Agency,No,,"The Ministry is looking for providers to deliver Engaging Priority Families (EPF) in identified priority areas across New Zealand, with a particular focus on Maori and Pacific communities (referenced in Attachment 6 Priority Areas for EPF 2020). The Engaging Priority Families initiative aims to ensure all children have equitable access to high quality early learning where children can develop a strong educational foundation in preparation for starting school or kura. The initiative is for families with children aged 3 and 4 years old that are not currently attending an early learning service. By working with these families EPF providers will empower them to further engage with their childrens learning, and provide on-going support as their children transition to a high quality early learning service, and then on to school or kura. The Ministry wishes to procure providers/community partners who are passionate about equitable educational outcomes for children, with proven ability to improve outcomes for Maori and Pacific communities. Successful provider(s) will need to have sound understanding of the barriers to participation (and mitigations for barriers) in early learning in their preferred community.",Awarded,"A contract was also awarded to: Te Kohao Health Ltd Value $405,000",10341000,20250410 Ministry of Education,23298975,Request for Proposals,Open Competition,"Supported Playgroup at Wiri's Women's Corrections Facility, Auckland 2021",MOE07834,20200916,20201019,20210113,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (Ministry or Buyer) is seeking proposals from suppliers with the ability to deliver supported playgroup services for incarcerated mothers and their children at Auckland Region Womans Corrections Facility in Wiri. This procurement is part of the Ministrys focus on supporting early learning and increasing early childhood education participation for priority groups. This is a unique opportunity to be part of an initiative that will help create a positive environment for incarcerated mothers to engage in play with their babies and improve the early learning outcomes of their tamariki. The Ministry requires suppliers with the capability, capacity and experience to deliver supported playgroups in the unique environment at Auckland Region Womans Corrections Facility. The supported playgroups will enable higher level of parent engagement and curriculum delivery, and ensure appropriate identity, language and culture provision. As this opportunity is aimed for mothers at Auckland Region Womans Corrections Facility, we do not want proposals for services delivered outside the Facility.",Awarded,"Successful Supplier: Good Seed Trust NZBN: 9429043056378 Contract Commencement Date : 18 January 2021 Term: 2 years + 1 year Method Used: Open Tender",170040,20250410 Ministry of Education,23311687,Request for Proposals,Open Competition,Establishment of Early Childhood Education Service,MOE07926,20200918,20201016,20201223,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education requires Supplier(s) to establish and operate an early learning service in existing Ministry of Education owned buildings located at: Onewhero, Waikato, and Clover Park, Auckland. The successful provider/s will have access to the site and building based on a lease agreement executed between the Ministry and the successful Supplier(s). The Ministry requires the service to be culturally responsive to the local community, affordable, viable and sustainable over the long term. The Ministry of Education is looking for a Supplier that has the capability, resources, and finance to provide a long term sustainable service over a 10 year period. The Supplier needs to have experience in providing high quality education, relevant networks and demonstrate effective community engagement. The Ministry will not be providing funds towards this opportunity. There will be the opportunity to view each site. Project A Onewhero on 02.10.2020, 10.30am- 1.00pm. Project B Clover Park on 01.10.2020, 10.30am 1.00pm. Please register your interest to attend by contacting moe.procurement@education.govt.nz. Please note any questions that you may have will need to be processed through GETS.",Awarded,lease agreements have been signed with the successful awardees.,0,20250410 Ministry of Education,23344455,Request for Proposals,Open Competition,Healthy School Lunches Programme Groups of Schools/Kura (Tranche 4A) RFP,MOE09774,20200923,20201021,20201207,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education invites capable lunch suppliers to submit a proposal for delivering nutritious and healthy lunch services to students across 20 groups of schools and kura under the Healthy School Lunches Programme. The schools are located in the following school regions: Tai Tokerau, Auckland, Waikato, Taranaki/Whanganui/Manawatu, Wellington and Canterbury. Suppliers are able to apply to provide lunches to individual or multiple groups of schools and kura, in one or more of the listed regions. Suppliers must be able to meet both of the following pre-conditions: has a registered and verified Food Control Plan in accordance with the Food Act 2014 has no critical non-compliance in the last two years and no current outstanding non-compliance issue under the Food Act 2014 Respondents who are unable to meet all pre-conditions should conclude that they will not benefit from submitting a Proposal. An online (Zoom) Supplier briefing on this opportunity will be held on 29 September 2020. To register for the session, please use the GETS Questions and Answers function and provide the following details: a) Name of Organisation b) Name of attendees (Maximum 2 people per organisation) c) Email address d) Contact person and phone number Deadline to register is 28th September 2020, 12 noon. Information shared in these sessions will be posted on GETS after. The following documents are attached with this listing: RFP document [pdf] Response template [word] Menu Response template [word] Appendix 1: Healthy School Lunches Programme Nutrition guidelines [pdf] Appendix 2a and b: Ministrys Low Risk Services Agreement draft Appendix 3: Section 6 RFP Terms and Conditions [pdf] Appendix 4: List of School and Kura Groups Please note that Appendix 5: School and Kura Profiles will be released as an Addendum.",Awarded,"Below are the succesful suppliers who have been appointed to each school group: Group ID Group Name Supplier Name 1 Far North Libelle Group 2 Whangarei-Kaipara Libelle Group 3 Henderson-Massey Spotless Facility Services (NZ) Ltd 4 Mangere-Otahuhu West The Virtual Cooking Company (FED) 5 Mangere-Otahuhu East Eat My Lunch Ltd 6 Manurewa North Montana Catering Auckland Ltd 7 Manurewa South Montana Catering Auckland Ltd 8 Maungakiekie-Tamaki Spotless Facility Services (NZ) Ltd 9 Otara-Papatoetoe Eat My Lunch Ltd 10 Papakura Eat My Lunch Ltd 11 Puketapapa-Whau Eat My Lunch Ltd 12 Hamilton Montana Catering 2001 Ltd 13 South Waikato Montana Catering 2001 Ltd 14 New Plymouth Compass Group Ltd 15 South Taranaki-Stratford Compass Group Ltd 16 Feilding Compass Group Ltd 17 Palmerston North Libelle Group 18 Ruapehu Libelle Group 19 Whanganui-Rangitikei Compass Group Ltd 20 Horowhenua Libelle Group 21 Tararua Libelle Group 22 Lower Hutt Kapura Schools Limited 23 Wainuiomata Eat My Lunch Ltd 24 Porirua Kapura Schools Limited 25 Christchurch 1 Compass Group Ltd 26 Christchurch 2 Compass Group Ltd 27 Christchurch 3 University of Canterbury Students' Association Incorporated 28 Christchurch 4 University of Canterbury Students' Association Incorporated 29 Timaru Libelle Group The term of the contract is 7th December 2020 - 24th December 2021.",0,20250410 Ministry of Education,23353467,Request for Proposals,Open Competition,Healthy School Lunches Programme - Panel (Tranche 4B) RFP,MOE09775,20200925,20201102,20210204,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education would like to invite capable lunch suppliers to submit a proposal for delivering nutritious and healthy lunch services to school students across 181 schools and kura in the Healthy School Lunches Programme. The schools are located in the following school regions: Tai Tokerau, Auckland, Waikato, Taranaki (including Whanganui and Manawatu), Wellington, Nelson (including Marlborough and West Coast), Canterbury and Otago/ Southland. The Ministry of Education intends to establish two panels of pre-qualified lunch suppliers: Panel A: For suppliers applying to deliver up to 400 lunches daily Panel B: For supplier applying to deliver more than 400 lunches daily. A panel of suppliers (Panel) is a list of suppliers who have been pre-approved by the Ministry and who have agreed to the terms and conditions for supply. Schools and kura can select a supplier from the panel to provide lunches for them. There is no guarantee of work for panel suppliers, as the decision to appoint a supplier sits with individual schools and kura. Supplier briefings on this opportunity will be held the week starting 5 October 2020 via Zoom Meeting Software. More detail on the exact dates and times will be published on GETS. These documents form part of this RFP. - RFP document [pdf] - Response template for Panel A Small and medium schools panel, supplying up to 400 lunches per day [word] (Note: Choose appropriate template for the panel you are applying for) - Response template for Panel B Medium and large schools panel, supplying more than 400 lunches per day [word] (Note: Choose appropriate template for the panel you are applying for) - Menu Response template - Supplier profile template - Appendix 1: Free and Healthy School Lunches Programme Nutrition guidelines [pdf] - Appendix 2: Panel Agreement - draft [word] - Appendix 3a and b: Ministrys Low Risk Services Agreement draft - Appendix 4: Section 6 RFP Terms and Conditions [pdf] - Appendix 5: Tranche 4B List of schools and kura",Awarded,"The Ministry has appointed the suppliers above to the Panel. Below are the number of panel suppliers by region: Region Number of Panel Suppliers Tai Tokerau 7 Auckland 49 Waikato 17 Taranaki, Manawatu, Whanganui 15 Wellington 16 Nelson, Marlborough, West Coast 7 Canterbury 14 Otago/Southland 6 Nationwide 2 The term of the panel agreement is 1/2/2020 24/12/2021 with a right of renewal for a further 2 years if the programme is extended.",0,20250410 Ministry of Education,23370558,Request for Proposals,Open Competition,Accessible Format Materials,MOE09788,20201105,20201207,20210204,Sector Enablement and Support,Sole Agency,No,,"Accessible Format Materials are educational resources for blind and low vision students in New Zealand. This includes resources such as large print, braille, eText (electronic format adapted for screen readers, and specialist Electronic Braille Readers), DAISY (Digital Accessible Information System), Audio, collage (tactile resources) and ePUb3 (International Digital Publishing Forum). Accessible Format Materials are distributed throughout New Zealand to enhance and support strong learning experiences for blind and low vision students.",Not Awarded,,0,20250410 Ministry of Education,23370592,Request for Proposals,Open Competition,North Island and Haast Supported Playgroups 2020,MOE07879,20201001,20201109,20210226,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (Ministry or Buyer) is seeking proposals from suppliers with experience, capability and capacity to deliver a Supported Playgroup in an identified priority area. Supported Playgroups are certificated playgroups with additional requirements for delivery of curriculum, parent engagement and transition to school. The aim of this Request for Proposal (RFP) is to procure delivery of Supported Playgroups in identified priority areas. We have identified that Supported Playgroups are needed across the North Island. We have also identified that the Haast area also needs Supported Playgroups. Other areas of the South Island already have sufficient coverage and are outside this RFP. The Ministry requires organisations with strong community knowledge to deliver Supported Playgroups in our identified priority areas. Playgroups are a varied and responsive early learning option that allows whanau to attend early learning alongside their tamariki. Supported Playgroups identify, engage with, and prioritise enrolments for Maori, Pacific and low socio-economic whanau and children with learning support needs in areas where participation in early learning is low. Resourcing is provided for a coordinator with relevant early learning experience to ensure the additional requirements are met and to assist with management and administration. Please note that it is anticipated that there may be a number of Successful Respondents who are awarded a contract as a result of this tender. This is an opportunity to be a part of an initiative that will help tamariki in our identified priority areas participate in low-cost, high quality and responsive early learning. Supported Playgroups offer whanau an early learning option that supports whanau and tamariki education and well-being at the playgroup and in the home.",Awarded,,0,20250410 Ministry of Education,23469551,Request for Proposals,Open Competition,Te Ahu o te Reo Maori National Delivery,MOE09528,20201019,20201204,20210526,Early Learning and Student Achievement,Sole Agency,No,,"This Request for Proposal (RFP) seeks proposals from qualified providers who wish to deliver Te Ahu o te Reo Maori services. Te Ahu o te Reo Maori are services that will encourage and strengthen the education workforce to use te reo Maori correctly every day. As a treaty partner, the Government has an obligation to protect and promote te reo Maori as a taonga guaranteed under the Treaty of Waitangi. The education system is a significant lever in both normalising and growing proficiency in the Maori language, and for ensuring Maori students can succeed in education as Maori. Achieving systemic change across the education system that directly supports the growth of te reo Maori and matauranga Maori is essential. Aotearoa New Zealand must have an education system that is bilingual and bicultural, where every student has the ability to use te reo Maori to some degree and has an appreciation for te ao Maori. To apply and/or find out more, please go to https://www.kauwhatareo.govt.nz/mi/resource/te-ahu-o-te-reo-maori-2/te-ahu-o-te-reo-maori-request-for-proposals/. NOTE: This RFP will not be managed via GETS. You must download the documents from the above site, (copy and paste the address into your browser).",Not Awarded,"We are pleased to announce that contracts have now been awarded for this RFP. Please copy this link into your browser for the full story : https://www.education.govt.nz/news/te-ahu-o-te-reo-maori-providers-announced/",0,20250410 Ministry of Education,23537797,Request for Proposals,Open Competition,Social Sciences Online Site Content Management,MOE10199,20201030,20201127,20210726,Early Learning and Student Achievement,Sole Agency,No,,"We are seeking to engage a provider for strategic site management and content development for our newly redesigned Social Sciences Online website, hosted on TKI Te Kete Ipurangi. This site will be a key part of the supporting resources being developed in the Aotearoa New Zealands histories work programme. It will support teachers and school leaders to understand and implement Aotearoa New Zealands histories and Social Sciences as a whole.",Awarded,,0,20250410 Ministry of Education,23594592,Request for Proposals,Open Competition,Home-Based ECE Initiative Supporting Level 4 Qualification,MOE09784,20201110,20201207,20210308,Sector Enablement and Support,Sole Agency,No,,"The Ministry requires NZQA (New Zealand Qualifications Authority) approved providers to deliver the NZ Certificate in Early Childhood Education and Care (Level 4) qualification at a reduced cost or fees free for home-based educators not eligible for fees-free tertiary provision. It is anticipated that there may be several successful providers who are awarded a contract as a result of this tender. The purpose of this initiative is to support educators to study towards the NZ Certificate in Early Childhood Education and Care (Level 4) by reducing the fees for those not eligible for fees free tertiary education. This initiative is in addition to Student Achievement Component funding, it does not replace this funding stream.",Awarded,This tender has now been awarded,0,20250410 Ministry of Education,23602012,Request for Proposals,Open Competition,Relationships and Sexuality Education Resources (MOE09966),MOE09966,20201112,20201204,20210204,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry is seeking development of resources to support the implementation of Relationships and Sexuality Education: A guide for teachers, leaders and boards of trustees (2020) in ways that are effective, safe and inclusive. These will provide capability building for users of the guide. The resources encompass two separate areas; informative educator resources, and best practice showcases. These resources will go to teachers, leaders and boards of trustees to support them with their teaching and learning. The overall aim of the resources is to help schools engage in a coherent and interconnected approach to strengthen their programmes in relationships and sexuality education, in accordance with the updated 2020 guides, and to deliver and sustain quality programmes covering Relationships and Sexuality Education (RSE) to their akonga. The resources are intended for all state and state-integrated English-Medium schools in Aotearoa New Zealand. This procurement plan seeks to go to the open market with a tender. Joint proposals from multiple providers are welcome. Suppliers can tender for: 1. the best practice showcases, or 2. the informative educator resources, or 3. both of the above services.",Awarded,,150000,20250410 Ministry of Education,23649236,Request for Proposals,Open Competition,Support for Gifted Children in Early Learning 2021-2022,MOE10204,20201119,20201215,20210223,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is looking for a provider to deliver the Support for Gifted Children in Early Learning programme. The Support for gifted children in early learning programme aims to support gifted children in their everyday early learning environments, with targeted support for gifted Maori children, by building Kaiako responsiveness to their diverse learning needs, identity and culture, within the bicultural framework of Te Whariki. This is a unique opportunity to be part of a major shift in gifted education. As the provider you will be leading the implementation of the latest research in supporting giftedness. This includes research-informed kaupapa Maori approach to giftedness that you will develop, establish on Te Whariki Online, and use for informing future kaiako and guiding their pedagogical practice. Your delivery of this programme of work will benefit gifted children directly, support their parents and whanau, and provide early learning kaiako with valuable knowledge and capability in supporting giftedness.",Awarded,,400000,20250410 Ministry of Education,23764212,Request for Proposals,Open Competition,Education Outside the Classroom (EOTC) Training for School Leaders,MOE09785,20201211,20210121,20210317,Sector Enablement and Support,Sole Agency,No,,"The purpose of this procurement is to source a single provider in support of the national program that delivers Education Outside the Classroom (EOTC) training to school leaders (this includes principals and EOTC coordinators), members of the School Boards, and teachers. The objectives are for the provider to deliver workshops, share literature, and provide best practice resources for education outside the classroom which will assist school leaders to strengthen their EOTC safety management systems. This will increase the capability and confidence of school leaders who lead EOTC activities utilizing the best practice of risk management and safety standards.",Awarded,This tender has now been awarded,0,20250410 Ministry of Education,23788788,Award Notice,Open Competition,Connected Series - MOE09299,MORE09299,20201217,20201217,20201217,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry seeks a supplier from Ministry panels that will work in partnership with us to develop relevant, high-quality resources. The Connected Series has been a core part of the literacy resources the Ministry provides for year 4-8 akonga (curriculum level 2-4). Accompanying Teacher Support Materials (TSM) support effective pedagogy related to literacy teaching and learning across the curriculum.",Awarded,,0,20250410 Ministry of Education,23819609,Request for Proposals,Open Competition,Regional resources stock take for Aotearoa New Zealands histories,MOE10151,20210111,20210205,20210512,Early Learning and Student Achievement,Sole Agency,No,,,Awarded,"The Ministry of Education (33 Bowen Street, Wellington Central) has awarded this opportunity for the entirety of the Regional resources stock take for Aotearoa New Zealand's histories to Massey University (Tatai Angitu e3) (Cnr Albany & Collinson Road, Palmerston North, 4442). Date of Contract Award: 3 May 2021 Term of the Contract: Regional resources stock take for Aotearoa New Zealand's histories (approximately 7 months) Expected Spend: Approximately $400,000 Type of Procurement Process used: Open Competitive Request for Proposals (RFP) process",400000,20250410 Ministry of Education,23859109,Request for Proposals,Open Competition,Counselling Services for Student Wellbeing in Primary and Secondary Schools,MOE10617,20210118,20210308,20210722,Sector Enablement and Support,Sole Agency,No,,"The Ministry requires providers across multiple regions to deliver counselling provision to primary and secondary students. It is anticipated that there may be several successful providers who are awarded contracts as a result of this tender. We are seeking evidence based therapeutic interventions to address the emotional, behavioural and wellbeing needs of tamariki. The aim is to recognise and respond to emerging concerns with early intervention addressing needs before they become more serious. For those with more serious concerns it is important to ensure services are linked with appropriate support and agencies, including child and youth mental health services as needed. This procurement is not limited to one-on-one talking therapy. We are open to a broad range of counselling interventions, as long as suppliers are able to demonstrate that interventions are evidence-based and developmentally appropriate. For example, parent-child and group-based interventions will often be more appropriate in a primary setting. Increasing access to counselling will help address the impacts of COVID-19 and similar events on student mental health and wellbeing, especially in the recovery phase. The Ministry expects this initiative to lead to: An increase in the subjective wellbeing of the students who access the service Participating schools experiencing an increase in the general wellbeing of the student population A reduction in student mental health issues in schools where the service is delivered",Awarded,"Contract has been awarded to Miriam Centre: Child Abuse, Research & Treatment Trust, 22 Mill Road, Regent, Whangarei, New Zealand 0112.",0,20250410 Ministry of Education,23860180,Request for Proposals,Open Competition,Classroom support materials for Aotearoa New Zealands histories,MOE10656,20210119,20210215,20210701,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is looking to procure exciting, inspiring, innovative materials to support teaching and learning in the updated Aotearoa New Zealands histories curriculum content in The New Zealand Curriculum. The materials should enable critical inquiry and encourage learners to explore historical contexts and think critically about what we know about the past, how we know it and how it shapes our present and future. We want to see materials that reflect the understanding that Maori history is the foundational history of Aotearoa New Zealand, that are inclusive, and that support belonging and well-being. We want to see materials that generate interest and intrigue within classrooms. We want materials that teachers can pick up and use, and that also provide them with examples of quality teaching and learning materials for the Aotearoa New Zealands histories curriculum content. The materials must firmly locate histories within social sciences in The New Zealand Curriculum and focus on the national contexts described in the draft curriculum content. We dont want materials that purport to show the one correct version of a history; rather materials should lead students to think about what we know, how we know it and why its important.",Awarded,"The Ministry of Education (33 Bowen Street, Wellington Central) has awarded this opportunity for the Classroom Support Materials for Aotearoa New Zealand's histories to: CORE Education Limited (Kilmore Street, Christchurch City, Christchurch 8013) NZBN: 9429036063383 MoD Limited (Harwood Street, Hamilton Central, Hamilton) NZBN: 9429046116901 Waitangi Limited (Tau Henare Drive, Paihia 0293) NZBN: 9429042300892 Lift Education E Tu Limited (Wakefield Street, Te Aro, Wellington 6011) NZBN: 9429035312574 Date of Contract Award: 3 May 2021 Term of the Contract: Classroom Support Materials for Aotearoa New Zealand's Histories (approximately 5 months) Expected Spend: Approximately $846,500 Type of Procurement Process used: Open Competitive Request for Proposals (RFP) process",846500,20250410 Ministry of Education,23867654,Request for Proposals,Open Competition,NCEA Whanau Toolkit 2020/2021,MOE10818,20210119,20210215,20210319,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is looking for a provider to develop resources to help parents/caregivers and whanau understand the National Certificate of Educational Achievement (NCEA) including the current changes. The integrated resources will form the NCEA whanau toolkit which provides parents/caregivers and whanau with key information about NCEA and creates an NCEA experience that connects meaningfully with students lives and their future pathways. The initial design and development of the toolkit must be relevant and appropriate for parents/caregivers and whanau Maori who have children in Maori medium (rumaki/kura/wharekura) and/or English medium settings. This Request for Proposal (RFP) provides an opportunity for respondents to design and develop a targeted resource(s) to support parents and whanau to realise the benefits of the NCEA changes, to understand how to support their child[ren] through NCEA and further strengthen the principles of the New Zealand Curriculum and beyond. The Ministrys objective is to create a toolkit that supports parents/caregivers and whanau with relevant information to have confident and informed discussions with their child[ren] and their kura/wharekura/ school about NCEA, including but not limited to, pathway decisions. The NCEA whanau toolkit must include the provision of services for both Te reo Maori and English.",Awarded,,150000,20250410 Ministry of Education,23953487,Request for Proposals,Open Competition,Evaluation of Covid-19 Pacific Education Response & Recovery Funds,MOE10998,20210209,20210308,20210504,"Evidence, Data and Knowledge",Sole Agency,No,,"The Ministry of Education is seeking an evaluation partner who will work with the us to inform ongoing improvements on how the Pacific Education Support and Innovation Funds operate and the identification of barriers and opportunities towards meeting the vision for the Action Plan for Pacific Education. The objective of this evaluation is to understand: what difference the funding has made for Pacific learners and Pacific communities (the outcomes) how the new approach of devolved decision-making worked (the process) and what we can learn from this. Differences within regions, across the regions and attending to Pacific diversity.",Awarded,,0,20250410 Ministry of Education,24021260,Request for Proposals,Open Competition,Mana Orite Learning Resources for Maori and English-mediums,MOE11280,20210225,20210323,20210519,Early Learning and Student Achievement,Sole Agency,No,,"We are seeking to develop ten learning resources (e.g. videos/modules) to support kaiako implementing Mana Orite and providing supplementary resources suitable for akonga, whanau, school leaders, communities, industries and tertiary organisations to strengthen their understanding of the Change Two of the NCEA Change Package. These learning resources will be equally targeted to both the English-medium and Maori-medium sector, with the intention of providing them with five short learning resources per medium, which will contribute to better insight and understanding of the term matauranga Maori as Change two of the NCEA Change Package takes effect.",Awarded,Congratulations on being awarded RFP MOE11280 Mana Orite Learning Resources.,0,20250410 Ministry of Education,24052559,Request for Proposals,Open Competition,Early Years New Zealand Sign Language Acquisition,MOE09786,20210304,20210401,20210705,Sector Enablement and Support,Sole Agency,No,,"The Ministry is seeking a national supplier to provide facilitators that will teach New Zealand Sign Language to whanau and children aged 0-5 who are Deaf or hard of hearing in their home and in the community. This supplier will have NZSL facilitators that go to home or other community settings to teach NZSL to the parents, caregivers, whanau, and the Deaf and hard of hearing children. This service will be effective, family centred, strengths-based, and will be flexible based on the individual needs of each family/whanau. The service can be delivered face-to-face or via video conferencing subject to the preference of the whanau. Having the services begin at an early stage of the childs life aims to ensure the child will start school with the age appropriate language ability. The national delivery of this service will be in collaboration with Ministry Advisers on Deaf Children (AoDC), Ko Taku Reo - Deaf Education New Zealand, and the Cochlear Implant Habilitation providers. The solution will: ensure sufficient facilitators and management support for effective service delivery be accessible to families across New Zealand in rural and urban locations be accessed irrespective of modes of communication, for Deaf and hard of hearing children whose first language is NZSL, and for Deaf and hard of hearing children whose first language is spoken language be initiated in a timely way after the referral i.e. within 5 working days ensure regular and ongoing (e.g. weekly, fortnightly) delivery for a minimum of 180 families at any given time with indicative volumes of 3500 - 5000 sessions with whanau and children per annum identified in individual support plans that are developed with whanau within a timely manner have facilitators adhere to and adjust plans and evaluate and track progress of NZSL development ensure parents are invited to participate in an exit interview and programme evaluation include regular reporting to the Ministry be modified in response to feedback.",Awarded,,0,20250410 Ministry of Education,24098345,Request for Proposals,Open Competition,"Te Marautanga o Aotearoa - Resource Development, Journey Videos",MOE11390,20210316,20210414,20210803,Early Learning and Student Achievement,Sole Agency,No,,"This RFP is to seek a supplier for the planning and development of twelve journey videos. These will be lifelong resources capturing the development of material through interviewing subject matter experts, education workforce, whanau, and akonga. A series of empowering and educational videos will be created which feature a diverse group of people who have engaged with Te Marautanga o Aotearoa (TMoA) as they reflect on the benefits of utilising TMoA and Te Reo Maori New Zealand Curriculum (TRM NZC) achievement standards. The videos will inspire others about the future of TMoA and encourage kura to uptake the standards. There is a wide audience for these videos, from those who feel they currently have no connection to or relationship with matauranga Maori, to those who teach through matauranga Maori and want to better understand the refreshed TMoA/NCEA change programme as a whole. The intention is to provide our education sector in both settings (Maori and English medium) where the wahanga ako apply with resources that are fit for purpose and relevant to support them in both TMoA and TRM NZC.",Awarded,,0,20250410 Ministry of Education,24130761,Request for Quotations,Open Competition,Cisco Technology,MOE11326,20210325,20210414,20210726,IT,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education,24141773,Request for Proposals,Closed Competition,Procurement of School Journal Package Series,MOE11288,20210329,20210429,20210830,Early Learning and Student Achievement,Sole Agency,No,,"The current School Journal package reflects high quality literature that seeks to engage and support young peoples reading, their interests and identities. We want to maintain the brand identity, reputation, rigour, and educational and publishing quality to support its rich heritage and ongoing popularity We are also seeking to enhance a new series by: shifting the focus to a greater inclusion of te reo Maori within the content of the School Journal Series changing the focus of the School Journal Series so that there is a greater emphasis on encouraging student writing and student voice. This will help to encourage and develop students as writers. The School Journal Series is an instructional reading series for students in years 38. The package includes: Junior Journal - for students working at curriculum level 2. It acts as a bridge between the Ready to Read series and the School Journal. School Journal provides instructional material for students working at curriculum levels 2-4 and is the core literacy resource for students in years 4-8. School Journal Story Library includes two targeted resources for students whose reading is one or two levels below the expected level yet need content appropriate for their age. The titles in the School Journal Story Library are aligned with texts from the School Journal to allow differentiated teaching within the classroom. The aim is to help students to catch up with their peers. The Ministry seeks a supplier that will work in partnership with the Ministry, to ensure that students and their teachers continue to have access to high-quality resources.",Awarded,,0,20250410 Ministry of Education,24165163,Request for Proposals,Open Competition,Professional Support for Teaching Foundational Phonics Based Literacy,MOE11214,20210406,20210510,20210702,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is seeking to appoint an organisation who has researched and can supply professional support and coordination across Aotearoa New Zealand, to teach foundational literacy based on current international research and best practice by equipping teachers to explicitly teach phonological awareness and support learners to transfer this to reading and writing. This will be incorporated into teachers current methods of teaching literacy. The system will have been trialled and evaluated in New Zealand and demonstrate that it works for a diverse range of learners. This will involve training for: a. School sector literacy specialists to enhance the support they provide for teachers and learners. Literacy specialists include, but are not limited to, Resource Teachers: Literacy, Resource Teachers: Literacy Maori, Resource Teachers: Learning and Behaviour, Learning and Support Co-ordinators, Kahui Ako literacy leads. b. Teachers of foundational literacy New Entrants and Years 1 to 3. The aim is to increase expertise in teaching phonic based literacy teaching and learning across the sector with literacy specialists providing support for teachers to make sustained changes in teaching practice and for schools to make system level changes to teaching literacy. This will reduce the sectors reliance on external experts.",Awarded,"The Ministry of Education (33 Bowen Street, Wellington Central) has awarded this opportunity for the entirety of the Professional Support for Teaching Foundational Phonics Based Literacy to University of Canterbury (Kirkwood Avenue, Christchurch 8041). Date of Contract Award: 1 July 2021 Term of the Contract: Professional Support for Teaching Foundational Phonics Based Literacy (approximately 2 years) Expected Spend: Approximately $10,636,409 Type of Procurement Process used: Open Competitive Request for Proposals (RFP) process",0,20250410 Ministry of Education,24190662,Request for Quotations,Closed Competition,Specialist Reports for Christchurch Schools Property Plans (SPP) Pilot,MOE11414,20210412,20210504,20210528,EIS,Sole Agency,No,,"Education Infrastructure Service (EIS) wish to appoint one supplier to commission qualified specialists to complete reports for Electrical, Heating/HVAC, Plumbing, Drainage and Roofing according to the specification for high-level specialist reports, which has had some small changes made, for 65 schools now exiting the Christchurch Schools Rebuild (CSR) programme. The information gathered from these reports will support the condition assessment and property planning approach being trailed with these schools leaving the CSR programme. We require specialist reports completed on the templates provided, by qualified specialists according to the specification, in the following five areas of infrastructure for 65 schools in Christchurch; Electrical Heating/HVAC Plumbing Drainage Roofing",Awarded,,0,20250410 Ministry of Education,24207457,Request for Proposals,Open Competition,Short-term supply of period products for Access to Period Products Initiative,MOE11934,20210416,20210512,20210611,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (The Ministry) is seeking to appoint multiple suppliers to supply disposable period products (Product) to a Ministry-contracted distributor (Distributor) to be distributed to schools who require period products by June 2021. This is a short-term solution for the first phase of the national implementation of the access to period products initiative. The tender to provide services for the second phase more tailored initiative will be released at a later date. For more information on the initiative, please visit: https://www.education.govt.nz/our-work/overall-strategies-and-policies/wellbeing-in-education/access-to-free-period-products/",Awarded,,0,20250410 Ministry of Education,24207597,Request for Proposals,Closed Competition,Mou Te Reo Advertising Campaign,MOE11469,20210415,20210505,20210528,Corporate and Governance,Sole Agency,No,,"Te Ahu o te Reo Maori services will encourage and strengthen the education workforce to use te reo Maori correctly every day. Outcomes will be achieved by participants completing learning outcomes specified by Nga Taumata o Te Ahu o te Reo Maori. These include seven taumata/levels for participants with abilities ranging from beginner to those proficient in Maori medium settings. Te Ahu o te Reo Maori celebrated the successful completion of 1054 new te reo Maori advocates in the sector including teachers, support staff and educational leaders. Evaluation findings from the end of the first wave, along with participant feedback, found that the kaupapa: increased ability to use te reo Maori correctly and confidently in the classroom nurtured opportunities to create meaningful relationships with akonga, parents and whanau increased understanding of the communities they are a part of, especially the stories, language features and dialects unique to the region. This ROI seeks to engage a supplier for Design, delivery, and distribution of an advertising campaign for the Te Ahu o te Reo Maori programme that will provide messaging tailored to specific audiences, grab attention, be clear, inviting and exciting with constant theme aligning with ministry principles and Te Ahu o te Reo Maori branding. Suppliers will be required to provide evidence they have experience in delivering a robust bilingual ad campaign.",Awarded,,0,20250410 Ministry of Education,24320744,Request for Proposals,Open Competition,MOE12419 - PLD supported trial of the Early Learning Practice and Progress Tools (Kowhiti Whakapae),MOE12419,20210520,20210630,20210802,Early Learning and Student Achievement,Sole Agency,No,,"The procurement seeks a qualified provider to evaluate the effectiveness of the practice and progress tools in the areas of social and emotional learning and development (SEL) within a programme of Professional Learning and Development (PLD).The tools have been designed to help kaiako pay attention to the progress of individual children, from 0 5 years of age, in order to identify ways to deepen or strengthen their learning through effective teaching practices. It widely understood that PLD support is required for effective implementation of curriculum resources. This procurement plan builds on initial work that has completed: Conceptual and structural framing for a suite of practice and progress tools Draft SEL practice and progress tools (the first area in the suite) Initial user testing of the draft SEL tools with 30-40 kaiako from a range of early learning services (including those with infants, toddlers, and high numbers of Maori, Pacific and new migrant children and families.",Awarded,"The Agreement is for CORE to evaluate the effectiveness of the practice and progress tools (Kowhiti Whakapae) in the areas of social and emotional learning and development (SEL) within a programme of Professional Learning and Development (PLD)The tools have been designed to help kaiako pay attention to the progress of individual children, from 0 5 years of age, in order to identify ways to deepen or strengthen their learning through effective teaching practices. It is widely understood that PLD support is required for effective implementation of curriculum resources.",899970,20250410 Ministry of Education,24320800,Request for Proposals,Open Competition,Consultancy Services for Easement Encumbrance and Statutory Lease Matters,MOE11697,20210519,20210604,20210705,Corporate and Governance,Sole Agency,No,,"This RFP relates to the source and supply of a national provider to evaluate and make recommendations to LINZ on behalf of the Ministry of Education (as an administrator of the land owned by the Crown) relative to easement, encumbrance and statutory lease projects. Pre-conditions To be considered for this opportunity you must satisfy all the following pre-conditions: 1. The Respondent must have multiple LINZ accredited personnel, who collectively hold accreditation in all categories pertaining to the following legislation: i. Public Works Act 1981:- Assessment of Compensation Dealing with Public Works Land (Disposal and Leasing) Statutory Right of Repurchase 2. The Respondent must have the operational capacity to deliver National coverage. Respondents that are not able to satisfy all pre-conditions should conclude that they are unable to meet our Requirements and will not benefit from submitting a Proposal.",Awarded,,0,20250410 Ministry of Education,24330224,Request for Proposals,Closed Competition,Regional Facilitation Services for Creatives in Schools,MOE11298,20210521,20210604,20210630,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking to contract an organisation for the last half of the 2021 School Year who has capability, established networks and communication channels, as well as the infrastructure to, deliver, manage and facilitate services as part of Creatives in Schools. This will include the sourcing of regional coordinators to help in communities and schools/kura. The organisation and named personnel will help enable young people to engage in high-quality arts experiences and increase knowledge employment opportunities for creatives with passion for art.",Awarded,,0,20250410 Ministry of Education,24370391,Request for Proposals,Open Competition,Land Advisory Services for Treaty Settlements,MOE12486,20210531,20210628,20210910,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking proposals from suitable suppliers who have the capacity and capability to provide Land Advisory Services related to Crown Land and Treaty Settlements related transactions. To be considered for this opportunity Respondent/Proposals must meet the following pre-conditions: 1. The Respondent must be accredited by LINZ as a Crown Property service provider in relation to the following areas of expertise: i. Public Works Act 1981:- Acquisition of Land for Public Works; Assessment of Compensation; Dealing with Public Works Land (Disposal and Leasing) Statutory Right of Repurchase; and Treaty of Waitangi Claim Settlements. 2. The Respondent must have the operational capacity to deliver National coverage (including rural and isolated locations). Respondents that are not able to satisfy all pre-conditions should conclude that they are unable to meet our Requirements and will not benefit from submitting a Proposal. The Ministry is seeking proposals from interested suppliers that are able to provide high quality, cost effective solutions for Land Advisory Services for Treaty Settlements. Respondent capability (LINZ accreditations, experience, track record) Respondent capacity (resources, national coverage, availability) Price - transparent pricing offering best value-for-money over the life of the agreement. Your proposal should demonstrate the following technical competencies: Determining land status Knowledge of Crown property title Land registration and survey systems Document preparation Negotiation with potential purchasers of Crown property (including their agents) Valuation principles Understanding of statutory rights Territory Authorities (TAs) have under the LGA 1974 (e.g. water mains & rights to access without securing easement).",Awarded,,0,20250410 Ministry of Education,24385935,Request for Proposals,Open Competition,Healthy School Lunches Programme Tranche 5 Programme Expansion & Extension (Panel Refresh),MOE12377,20210603,20210708,20210906,Sector Enablement and Support,Sole Agency,No,Please use the GETS Q&A function,"The Ministry of Education is reopening the Panel Model for Ka Ora, Ka Ako | School Lunches Programme (the Programme) to allow capable lunch suppliers to gain admittance to the Panel. Capable suppliers are now invited to submit a proposal for the provision of delivering nutritious and healthy lunch services to participating schools and kura located across all regions. In addition to this, capable suppliers are invited to express their interest to support any of the 99 additional schools and kura invited to participate in the Programme from Term 3, 2021. The Ministry of Education intends to establish two panels of pre-qualified lunch suppliers: Panel A: For suppliers applying to deliver up to 400 lunches daily Panel B: For supplier applying to deliver more than 400 lunches daily. A panel of suppliers (Panel) is a list of suppliers who have been pre-approved by the Ministry and who have agreed to the terms and conditions for supply. Schools and kura can select a supplier from the panel to provide lunches for them. There is no guarantee of work for panel suppliers, as the decision to appoint a supplier sits with individual schools and kura. Supplier briefings on this opportunity will be held the week starting 7 June 2021 via Zoom Meeting Software. More detail on the exact dates and times will be published on GETS. These documents form part of this RFP. - RFP document [pdf] - Response template for Panel A Small and medium schools panel, supplying up to 400 lunches per day [word] (Note: Choose appropriate template for the panel you are applying for) - Response template for Panel B Medium and large schools panel, supplying more than 400 lunches per day [word] (Note: Choose appropriate template for the panel you are applying for) - Menu Response template - Supplier profile template - Appendix 1: Free and Healthy School Lunches Programme Nutrition guidelines [pdf] - Appendix 2: Panel Agreement - draft [word] - Appendix 3a and b: Ministrys Low Risk Services Agreement draft - Appendix 4: Section 6 RFP Terms and Conditions [pdf] - Appendix 5: Tranche 5 List of schools and kura - Appendix 6: Guidance for Suppliers Safety Checking and Police Vetting",Awarded,"AIA Catering Limited Two Sisters 2018 Limited Cecelea Ihaia Constables Limited Brick House 2019 Limited FNM Limited GFS Foods Limited KDJ Catering Limited Good Juju Limited Te Poono-Hudson Limited Lazy Lunches Limited Long Tail Food Company Limited TZMSLF Limited Howse Investments Limited Ian and Susan Phillips Kiwida International Limited Marhaba Events & Hospitality Limited Mckscaff Ltd MPT Manaaki Ora Limited SAI Enterprises Limited VML&L Limited Stephen and Bronwyn Pozzobon Korowha Catering Limited Maea Ross Mamas Healthy Lunches Limited Number 8 Subway Limited Paradise Holdings HB Limited Smith & Smith Enterprises (2018) Limited Southern Lakes Limited JAP Enterprise Limited Subway Grove Road Limited Subway Picton Limited Taonga Education Centre Charitable Trust Subway Whakatane (2005) Limited Maddie Wise Viet Flair Delights Limited TaKa Kai Limited Takahe Limited Te Hana Community Development Charitable Trust Time 4 Lunch Limited The Future Dough Company Limited A & K Valand Limited Vinnies World Limited",0,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education,24560360,Request for Quotations,Closed Competition,Non-Positional Leadership Training Programme,,20210719,20210809,20221019,Corporate and Governance,Sole Agency,No,,"The Ministry would like to engage a supplier to provide a professional development programme that caters to staff in a non-leadership position who wish to build their leadership and influencing skills and may or may not aspire to a leadership role position at the Ministry of Education. The programme will provide the opportunity for participants to develop in their role and gain the confidence to lead and influence without necessarily having the authority that a traditional people leader role would allow. This programme would also be positioned as a starting point or channel for progression to the Ministrys more senior development programmes. It is also important to us that the programme include a strong cultural perspective, especially aligns to Te Tiriti o Waitangi and recognises broader diversity requirements.",Not Awarded,No responses received.,0,20250410 Ministry of Education,24630320,Request for Tenders,Open Competition,Contingency Childcare for Essential Workers,MOE12460,20210803,20210820,20211124,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (The Ministry) is looking for licensed home-based education and care service providers to deliver childcare to essential workers in the instance of a Covid-19 Alert Level 4 lockdown. This is contingency planning ONLY to ensure childcare provision is available to essential workers in the instance of a change to Covid-19 Alert Level 4 issued by the New Zealand Government. This would be in the case of a nationwide or regional lockdown.",Not Awarded,This is to confirm as of the 9th of November 2021 by the Ministry of Education that this RFP is being cancelled with no award due to the fact that there is no longer an Alert level 4 lockdown.,0,20250410 Ministry of Education,24635418,Request for Proposals,Open Competition,Ministry of Education - RFP Property Condition Assessment Collection Tool,MOE10880,20210804,20210827,20211206,EIS,Sole Agency,No,,"The Government has set a target for all schools to provide quality learning environments by 2030. This is also reflected as a strategic objective in the Ministry of Educations Te Rautaki Rawa Kura | School Property Strategy 2030. The Ministry has developed a model to measure the quality of physical learning environments across three main dimensions: asset condition, fitness for purpose and operational efficiency. Aspects of the model are being integrated into planning and investment processes progressively. As part of this work, a new property condition framework has been developed to address shortcomings in our current asset management process and to also support wider asset management objectives. This will support planning and maintenance for property assets. In addition to asset condition, our model includes data on: The schools perspective, through the School Evaluation of the Physical Environment (SEPE) questionnaire Acoustics, lighting, thermal comfort, and indoor air quality, measured by Internal Environment Monitoring (IEM) devices Electricity consumption The Ministry is seeking a Property Condition Assessment Collection Tool that will support the implementation of its new condition framework. The Collection Tool will allow internal and external users to accurately and consistently capture building and site data, photos, and files relating to the physical condition of property assets. The benefits we are seeking from the Collection Tool include: Increasing the efficiency and consistency of the on-site assessment process Improving the quality and accuracy of the resulting condition data Automating the delivery of data to the Ministry",Awarded,,0,20250410 Ministry of Education,24691057,Request for Proposals,Open Competition,Delivering Tapasa cultural competencies framework a national professional learning development initiative 2022 - 2024,MOE13424,20210824,20211005,20220404,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry seeks proposals for the delivery of the Tapasa cultural competencies framework from a suitably qualified Provider. This national professional learning development (PLD) initiative will be delivered by facilitators with the right capabilities to work with teachers and leaders in early learning and schools in Aotearoa with high volumes of Pacific learners. PLD will be offered where there is an identified need. This service will run for up to three calendar years from 2022 - 2024. This opportunity aligns with the national PLD priorities which aim to shift behaviours, confront systemic racism and discrimination in education. Following the Education Conversation | Korero Matauranga in 2018, the PLD Priorities were reset to support teachers and kaiako and to provide more responsive and rich learning experiences for all akonga and students. Aligned with the refresh of the national curriculum, this initiative will promote an inclusive curriculum experience for Pacific learners. The sector told us that it was important to value identity, language, and culture above all.",Awarded,,0,20250410 Ministry of Education,24743813,Request for Proposals,Open Competition,"Events that connect schools, communities, and employers",MOE13556,20210831,20211008,20211112,Sector Enablement and Support,Sole Agency,No,,"We are looking for Respondents that can run an event, or multiple events, that give opportunities for akonga to connect to the world of work and explore industry-specific careers while in school that enhance their perspectives on vocational education and earn while you learn pathways. Events can also showcase trades and service industry careers to akonga and their whanau.",Awarded,,0,20250410 Ministry of Education,24773396,Request for Proposals,Open Competition,Language Learning Assistants Professional Development Training,MOE13299,20210907,20211007,20211104,Sector Enablement and Support,Sole Agency,No,,This opportunity is for the provision of a professional development programme to upskill paraprofessionals/teacher aides/learning assistants working with English language learners in years 1 to 8 in primary schools throughout New Zealand. This is in support of the English for Speakers of Other Languages (ESOL) programmes.,Awarded,Learning Solutions aka Grant McIlraith has been awarded this contract.,0,20250410 Ministry of Education,24914805,Request for Proposals,Open Competition,Access to period products_Phase 2 Product supply and distribution services to schools and kura RFP,MOE07937,20211005,20211105,20220211,Sector Enablement and Support,Sole Agency,No,,"The purpose of this procurement is to engage one capable supplier or group of capable suppliers under a single contract to deliver end-to-end product supply and distribution services for Phase two of the Access to period products initiative. The main services required are: supply and distribution of disposable pads and tampons nationally to state and state-integrated schools and kura that have opted-in to the initiative. provide solutions for students to access products discreetly. project manage the implementation of solutions into schools. manage relationships with schools and kura over the term of the contract. Out of scope: - educational tools for students. These will be developed and delivered separately and are out of scope for this tender. - waste management products (i.e., sanitary bins, sanitary bags). - bathroom services e.g., waste management services and replenishment of dispenser units. These services will the responsibility of schools through their cleaning contracts. - reusable period products and solutions. These documents have been uploaded on GETS and are available to Respondents Phase 2_Product supply and distribution services_RFP Phase 2 RFP_Response form Phase 2 RFP_IT Security Response form Phase 2 RFP_Pricing Schedule Appendix 1: Detailed Service Requirements Appendix 3: List of schools eligible for dispensers Appendix 4: Full list of schools and kura Appendix 5: Phase 1 School and kura orders raw data as of 22 September 21 Appendix 6: Ministry standard bathroom specifications and sample photos Appendix 7: Learnings from the Waikato trial and Phase 1 NOTE: Appendix 2: Draft contract will be published shortly as an addendum. The Ministry will carry out an online respondent briefing session on 13 October 2021 at 1 pm. To register for our Respondent briefing session, please register via GETS through the Q&A section. Deadline for Proposals is Friday 1 pm, 5 November 2021.",Awarded,"The contract has been awarded to Asaleo Care Limited trading as Essity Australasia. The contract commences on the 11 February 2022 and expires on the 30 June 2024, with up to one extension of 2.5 years, if funding is approved to continue the initiative.",0,20250410 Ministry of Education,24933343,Request for Proposals,Open Competition,Early Learning Art Videos Series,MOE13983,20211008,20211103,20211202,Early Learning and Student Achievement,Sole Agency,No,,"We are seeking resource development for a series of Art Videos for Early Learning that will guide whanau and early learning teachers when supporting childrens wellbeing by learning about their identity, language and culture, through (teaching about) the Arts in the early years. The videos will use Pasifika art pieces. Being a powerful form of communication and cultural expression, the Arts has the potential to contribute to learning in many ways. When the Arts are used in ways that strongly value active engagement and the creative endeavours of children, they can develop many other skills and attributes that are embedded in Te Whariki (Ministry of Education, 2017). The Arts are a particularly good mechanism for teaching and learning about identity, well-being and emotional regulation, as well as cultural ways of being, doing and knowing whilst embracing their identity. When children know who they are and where they have come from, this positively contributes to their overall wellbeing.",Awarded,,176510,20250410 Ministry of Education,24970383,Request for Quotations,Open Competition,Targeted Driver Training,MOE13950,20211018,20211109,20220202,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (the Ministry) is looking for a driver training programme for its staff members who regularly use fleet vehicles or hire a rental car to undertake their work activities. This Request for Quotes seeks proposals for providing driver training to achieve better driver behaviour and skills to keep staff as safe as possible. The Ministry requires a tailored programme for delivering effective driver training. The Ministry requires a nationwide supplier who can provide: an online assessment module when assessing drivers for approval to join the Ministry approved driver register a suite of online modules that can be included on our internal Learning Management System specific education and support about particular driving needs as required an advanced in-car driver training session for more serious incidents specific group training sessions such as training with Electric Vehicles (BEV) and Plug In Hybrid Electric Vehicles (PHEV) additional group training sessions to upskill our drivers in areas such as weather conditions and parking or reversing. detailed recommendation reporting at the end of each assessment.",Awarded,,135700,20250410 Ministry of Education,24971412,Request for Proposals,Open Competition,Electric Vehicle Supply Equipment,MOE14089,20211018,20211112,20211224,Corporate and Governance,Sole Agency,No,,"The Ministry of Education (the Ministry) fleet of vehicles should be emissions free by 2025/26 aligning with the governments priority to transition to a net zero emissions economy by 2050. To meet this requirement, the Ministry wishes to purchase approximately 565 AC Mode 3 Electric Vehicle (EV) Smart Chargers over the next few years as the Ministrys fleet of internal combustion engine (ICE) vehicles are progressively replaced with battery electric vehicles (BEVs) and plug-in hybrid electric vehicles (PHEVs). The first 70 AC Mode 3 EV Smart Chargers are required by the end of the 2022/2023 financial year. Alongside the required chargers, the Ministry also requires a software management platform with capabilities for data management, monitoring and reporting of the EV charging points. To allow staff to use the EV charging points, key fobs linked to the software management platform will also be required for each vehicle in the Ministrys EV fleet.",Awarded,,1539045,20250410 Ministry of Education,24976852,Request for Proposals,Open Competition,Directly Resourced Bus Services for Te Kuiti District School Transport Network,,20211018,20211112,20211220,EIS,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP) is an open invitation to suitably qualified Suppliers to submit a Tender to TE KUITI DISTRICT SCHOOL TRANSPORT NETWORK (the Buyer/the School) for the provision of School Bus Services (Services). The Services are the safe transportation of students between the School and each students designated pick-up/drop-off point, and the transportation of students between schools. Suppliers must consider all of the attach documents in their response.",Awarded,This Tender has been awarded to Bethlehem Coachlines,0,20250410 Ministry of Education,24989579,Request for Proposals,Open Competition,Positive Behaviour for Learning Restorative Practice,MOE12230,20211020,20211122,20220401,Sector Enablement and Support,Sole Agency,No,,"The Ministry has an existing programme called Positive Behaviour for Learning PB4L Restorative Practice. This is an initiative that is delivered to schools and kura to teach staff best practice strategies to build inclusive and respectful communities that give students the best environment to engage in learning and achieve. The purpose of this procurement is to seek a provider to deliver the Positive Behaviour for Learning (PB4L) Restorative Practice programme to staff working schools and kura across New Zealand.",Awarded,,0,20250410 Ministry of Education,25034558,Request for Tenders,Open Competition,Directly Resourced Bus Services for the Waikaka School,,20211102,20211126,20211220,EIS,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP) is an open invitation to suitably qualified Suppliers to submit a Tender to Waikaka School Board of Trustees (the Buyer/the School) for the provision of School Bus Services (Services). The Services are the safe transportation of students between the School and each students designated pick-up/drop-off point, and the transportation of students between schools. Suppliers must consider all of the attach documents in their response.",Awarded,The contract has been awarded to the supplier Ritchie's.,0,20250410 Ministry of Education,25059409,Request for Proposals,Open Competition,Trends in Mathematics & Science Study (TIMSS) 2022/23 Services,MOE14067,20211108,20211202,20211217,Corporate and Governance,Sole Agency,No,,"We are seeking a Provider who will recruit people with experience in managing a classroom and working with children (for the test administrator roles) and maths or science teachers or university graduates (for scorers) for a Trends in International Mathematics and Science Study (TIMSS) . This recruitment is not within the scope of the All of Government External Recruitment Services Panel as that Panel is for recruitment of administration, corporate and IT job families. Our recruitment is for relief teachers, teachers' aides or others with experience in managing a classroom, and for maths or science relief teachers or graduates.",Awarded,Education Personnel Ltd won this tender and were awarded the contract.,0,20250410 Ministry of Education,25092336,Request for Proposals,Open Competition,Supporting Pacific bilingual and immersion education in schooling with professional learning and development 2022 - 2024,MOE14338,20211112,20211207,20220301,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education (MoE) seeks proposal from providers who are able to develop and deliver timely, effective, and user centric PLD to both current Pacific bilingual education teachers and leaders, and teachers who want to teach in Pacific bilingual education units. This service will run for up to three calendar years from 2022 - 2024. This opportunity is also part of the national PLD priorities approach to shift teacher practice and behaviours, in a way that improves learner experiences with systemic racism and discrimination in the classroom, and education settings more generally.",Awarded,,0,20250410 Ministry of Education,25370951,Request for Proposals,Open Competition,"Establishment of Early Childhood Education (ECE) Service at 159 Tui Road, Papatoetoe",MOE14891,20220202,20220302,20220504,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education requires a Supplier to establish and operate an Early Childhood Education (ECE) Service in a Ministry of Education owned building at 159 Tui Road, Papatoetoe, Auckland. Respondents to this RFP (Request for Proposal) will have the opportunity to utilise the site and building to establish and operate an ECE Service. This is a zero-value tender, the building and land will be leased from the Ministry to the successful respondent long term with terms and conditions agreed. The Ministry requires the service to be culturally responsive to the local community, affordable, viable and sustainable over the long term.",Awarded,,0,20250410 Ministry of Education,25375862,Request for Proposals,Open Competition,Trialing literacy & communication support packages for Year 2-8 learners in 2022,MOE15484,20220203,20220304,20220520,Early Learning and Student Achievement,Sole Agency,No,,"Thank you for your interest in applying for the Ministry of Educations Contract Opportunity: Trialing literacy & communication support packages for Year 2-8 learners in 2022 (ref# MOE15484). The attached RFP will tell you about the services and what were looking for in a provider. Responses to this Procurement Opportunity are due at noon on 4 March. Late responses will not be accepted.",Awarded,,0,20250410 Ministry of Education,25380471,Request for Proposals,Open Competition,Strengthening Early Learning Opportunities (SELO) Panel Refresh,MOE14743,20220204,20220325,20220915,Sector Enablement and Support,Sole Agency,No,,"SELO (Strengthening Early Learning Opportunities) is a professional development programme to support early learning services/nga kohanga reo. A facilitator will work with management and teachers to support a positive shift in teaching practice towards delivering high quality early learning. SELO support is grouped into two programmes: 1.) Support to meet licensing requirements professional development to support underperforming services to meet the Ministrys licensing requirements. 2.) Regionally allocated professional development Flexible and tailored professional development to support services to meet the National Education and Learning Priorities (NELPs). A Respondent Briefing will be held online on Tuesday 22nd February 2022, 2.30-3.30pm. Please email moe.procurement@education.govt.nz to register your interest, a link to join will be sent by return.",Awarded,,0,20250410 Ministry of Education,25495625,Request for Proposals,Closed Competition,Ministry of Education - Licensing Partner RFP,MOE16349,20220307,20220331,20220607,IT,Sole Agency,No,,"The Ministry is seeking Proposals from suppliers with the capability and capacity to partner in the supply of software products it deploys.?This includes the Ministrys corporate software and software provided to New Zealand schools.? The?objectives?of?this RFP?are?to:? select a Licensing Partner (LP) for the corporate purchase of Microsoft software and non-Microsoft software (Corporate); and? select a LP for Schools Microsoft software and non-Microsoft software (Schools).? Respondents may submit a response to be considered for both categories (Corporate and Schools) or one. The Ministry will select one or two LPs to deliver the services based on the evaluation of the responses according to the evaluation criteria.",Awarded,,0,20250410 Ministry of Education,25607467,Request for Proposals,Open Competition,Education Resources for students (akonga) to support Ikura | Manaakitia te whare tangata- Period Products in Schools initiative,MOE16895,20220329,20220426,20220706,Sector Enablement and Support,Sole Agency,No,,"The Ministry of Education (the Ministry) is seeking a supplier to develop education resources for students (akonga) to support the Ikura | Manaakitia te whare tangata - Period products in schools initiative (the Initiative). The resources are intended for akonga in all state and state-integrated schools that have opted into the Initiative. The purpose of the resources is to provide useful, accurate and age-appropriate information for akonga of various age groups and stages to understand menstruation and how to manage it. Resources created will be made accessible to akonga through various mediums (i.e., digital, print) as per the Ministrys launch dates to complement the Initiative. The Supplier may also provide the following services at a later date: Facilitating and delivering the educational resources directly to students and communities Assisting the Ministry with collecting feedback and information from schools and students for the Initiatives evaluation framework Tender close date is 26 April 2022, 6pm. We will hold a supplier briefing session on the 6 April 2022. More information about this and how you can register will be issued via an Addenda.",Awarded,,0,20250410 Ministry of Education,25720282,Request for Proposals,Open Competition,Monitoring and Support services for Enriching Local Curriculum (ELC) August 2022 Jan 2026,MOE16169,20220422,20220520,20220817,Early Learning and Student Achievement,Sole Agency,No,,"This procurement aims to secure monitoring and support services for Enriching Local Curriculum (ELC). The Ministry is in the process of procuring Enriching Local Curriculum Services for school years 2022 2025. (Monitoring Services will continue until the beginning of calendar 2026.) We expect there to be approximately 70 - 100 successful respondents delivering ELC to akonga across Aotearoa New Zealand. Monitoring The successful monitoring provider will use a number of data gathering processes, including the receipt and analysis of provider RBA reports. They will respond to these sources and compile reports for the Ministry. The report will include numbers of students accessing the ELC services, and the student/hours delivered as well as collation of teacher feedback. Support The provider will also use its knowledge of teaching and learning in Early Learning, English medium and Maori medium settings, and the role of rich curriculum experience in enhancing learning to provide advice to providers and the Ministry. The provider will be able to provide advice on developing strong relationships with local knowledge holders including mana whenua. They will become familiar with the funding agreements each provider has entered into and will advise those providers on successful delivery There will be an element of evaluation in these services, but this is not a formal evaluation procurement",Awarded,,0,20250410 Ministry of Education,25801146,Request for Proposals,Open Competition,Social Sciences Learning Materials,MOE17099,20220516,20220607,20220906,Early Learning and Student Achievement,Sole Agency,No,,"We are looking to procure exciting, inspiring, innovative materials to support teaching and learning of the refreshed Social Sciences learning area curriculum content in The New Zealand Curriculum. The materials should engage all akonga in meaningful learning, while also being responsive to individual needs. The materials should demonstrate and facilitate effective local curriculum design using the refreshed content for social science.",Awarded,,0,20250410 Ministry of Education,25865261,Request for Quotations,Closed Competition,Senior Salesforce Developer Resource,MOE17607,20220527,20220615,20220621,IT,Sole Agency,No,,"The Ministrys Salesforce Platform Team require the services of an experienced Salesforce technical resource with development experience, for a period of up to six months with the potential for this to be extended. This is in line with our desire to increase the overall capacity of our team to ensure we meet our commitments and continued delivery of services to Ministry of Education and the Education Sector. The resource will be expected to work full-time within the existing team, both onsite and remotely as needed. The preference is to have a Wellington-based resource, if the resource is based outside of Wellington, then there will be an expectation to travel to Wellington as required. The contract with the successful supplier will be based on the Statement of Work under the current Salesforce Platform Services Panel Agreement (ICT) commenced on 1 December 2019.",Awarded,This contract has been awarded to SmartApps.,166600,20250410 Ministry of Education,25922206,Request for Proposals,Closed Competition,MOE17414 - Sector Readiness Videos,MOE17414,20220610,20220627,20220708,Early Learning and Student Achievement,Sole Agency,No,,"As part of the Review of Achievement Standards Project (RAS), it is crucial that we continue to work with the sector to create a variety of supports for Te Ao Haka, Te Reo Maori NZC and TMoA wahanga ako. The Minister of Education, Chris Hipkins has noted that due to Covid-19 Pandemic and the disruption this has caused for schools, kura and many learning facilities there will be a need to strengthen the supports to successfully ensure delivery of Te Ao Haka, Te Reo Maori New Zealand Curriculum (NZC) and Te Marautanga o Aotearoa (TMoA) wahanga ako is required now. We are looking to develop videos which focus on different kura and in turn different regions. We have a rich diversity of kaiako and kura throughout Aotearoa New Zealand that are currently taking part in piloting. This supports the need to provide more resources that are reflective of all akonga Maori, whanau and communities. The importance of these videos is to build an understanding of the journey of the pilots and the lead up to full implementation. In addition, for Te Ao Haka it is to further their understanding of iwi variations. We are seeking a supplier to design, develop and deliver teaching and learning videos that capture the journey of the three pilots currently in train this year for the National Certificate of Educational Achievement (NCEA) Change Programme. The following pilots are grounded in matauranga Maori and require more resources to be developed to ensure we provide adequate resourcing that students can draw from. The pilots that are in train and are covered in scope are: Te Ao Haka Project o Te Ao Haka full pilot level 1 - 3 TMOA-TRM RAS o Te Reo Maori NZC mini pilot level 1 o Te Marautanga o Aotearoa wahanga ako (TMoA) mini pilot level 1 The overall aim of these videos are to: capture the unique journey that kura are taking in the mini pilots and provide them an opportunity to share insights from kaiako on their expectations at the beginning of the year and if those are being met over the period of the year. All the while being reflective of our diverse communities. Share feedback on the potential shifts (if any), from the last review of achievement standards and these new standards being piloted to encourage future update of wahanga ako. encourage real talk that will foster honest korero to be shared with the sector about the potential opportunities in the years to come. increase the sectors understanding of and generate enthusiasm for the changes being",Awarded,,0,20250410 Ministry of Education,25993665,Request for Proposals,Open Competition,Electric Vehicle Supply Equipment (EVSE) RFP,MOE17450,20220701,20220729,20220919,Corporate and Governance,Sole Agency,No,,"Background Following the evaluation of an open competitive Request for Proposal (RFP) being issued to the market on 18 October 2021, the Ministry of Education (the Ministry) awarded contract RFx ID: 24971412 in December 2021. In February 2022 the Ministry discovered that an error had been made during the price analysis of the submissions which would have affected the final ranking of the respondents. In addition to the error, it was found that a like for like price comparison was hard to complete meaning that a whole-of-life cost used as the What we need The Ministry of Education (the Ministry) wishes to purchase approximately 483 AC Mode 3 Electric Vehicle (EV) Smart Chargers (a combination of 7.4kW single phase and 22kW three phase) over the next few years as the Ministrys fleet of internal combustion engine (ICE) vehicles are progressively replaced with battery electric vehicles (BEVs) and plug-in hybrid electric vehicles (PHEVs). The chargers are required across approximately 33 sites nationwide which are currently being confirmed. The Ministry also requires a software management platform with capabilities for data management, monitoring and reporting of the EV charging points. To allow staff to use the EV charging points, key fobs linked to the software management platform will also be required for each vehicle in the Ministrys EV fleet. The Ministry also requires the Supplier to install the charging infrastructure at the relevant sites. Whats important to us The Ministry is looking for a credible supplier who has the capability, demonstrated experience and national outreach to deliver the required products and installation in a timely manner. Why should you bid? This is an opportunity to provide Electric Vehicle Supply Equipment (EVSE) to one of the largest government vehicle fleets in the country. A bit about us He mea tarai e matou te matauranga kia rangatira ai, kia mana taurite ai ona huanga | We shape an education system that delivers equitable and excellent outcomes. The Ministry is the governments lead advisor on the education system, shaping direction for education agencies and providers and contributing to the governments goals for education. The education system touches every person, whanau and community in New Zealand and is a major contributor to improving our society and economy. The Ministry plays a critical role in shaping the system to deliver equitable and excellent outcomes for all children, young people and students.",Awarded,,1162708,20250410 Ministry of Education,26007581,Request for Proposals,Open Competition,Directly Resourced Bus Service RFP,,20220705,20220801,20220915,,Sole Agency,No,,"This Request for Proposal (RFP) is an open invitation to suitably qualified Suppliers to submit a Tender to Taupo Schools Network Group (the Buyer) for the provision of School Bus Services (Services). The Services are the safe transportation of students between the School and each students designated pick-up/drop-off point, and the transportation of students between schools.",Awarded,,0,20250410 Ministry of Education,26082921,Request for Proposals,Open Competition,"Ka Ora, Ka Ako Meal Collection, Assessment and Analysis Services",MOE18098,20220722,20220826,20220920,Sector Enablement and Support,Sole Agency,No,,"This is an exciting opportunity to be part of the Ka Ora, Ka Ako | Healthy School Lunches Programme. The programme aims to reduce food insecurity by providing access to a nutritious lunch in school every day. Around a million lunches are provided each week. By March 2022, over 45 million lunches have been delivered in 921 schools to over 211,000 learners and over 58 million lunches have been delivered by June of this year. This RFP relates to the purchase of meal collection, assessment and analysis services. The key outcomes that we want to achieve are assurance across the Ka Ora, Ka Ako programme that lunches are being provided in accordance with the Nutrition Guidelines and the programme is meeting its objectives to provide healthy, appropriately sized lunches to akonga.",Not Awarded,No responses have been received.,0,20250410 Ministry of Education,26247623,Request for Proposals,Closed Competition,National Curriculum Assessment Programme,MOE14206,20220831,20220920,20230116,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a Proposal for the National Curriculum Assessment Programme contract opportunity. To be able to assess what is happening in the New Zealand primary schooling system, the Ministry of Education (the Ministry) require system-level measurement. As New Zealand doesnt have a national assessment in years 1-10 in English medium schools, and with the removal of national standards, a sample-based study is a useful way to get rich information about teaching and learning. This study is a crucial part of the Ministrys portfolio of large-scale studies which provide high quality data and information to assist the government and the Ministry in making informed decisions relating to education in New Zealand.",Awarded,,0,20250410 Ministry of Education,26373694,Request for Proposals,Open Competition,Production of the Education Gazette,MOE18733,20220923,20221019,20230303,Corporate and Governance,Sole Agency,No,,"Education Gazette Tukutuku Korero is the Ministrys most significant communication channel to more than 100,000 early childhood, primary and secondary teachers and leaders throughout the country. The Gazette contains a mix of articles, notices and job vacancies. It exists as a website (www.gazette.education.govt.nz) and print publication (16 issues per year) with a hardcopy distribution of about 15,300 copies per issue. The Ministry is seeking a credible Supplier to provide a range of services to support the production of the Education Gazette, specifically: Management of publications Multi-media content production Management of website content Advertising sales Respondent briefing session 10:00am, 30 September 2022. Please register through GETS by providing the names of the attendees.",Awarded,*value for the initial term of 2 years,802213,20250410 Ministry of Education,26412249,Request for Proposals,Closed Competition,Development of supports for the New Zealand Curriculum Refresh,MOE19330,20221003,20221028,20221219,Early Learning and Student Achievement,Sole Agency,No,,"The New Zealand Curriculum (NZC) with the working title Te Mataiaho is being refreshed over 2022-2025 to make it clearer, more relevant, easier to use, and more explicit about what learners need to understand, know and do. The refresh of the curriculum is being phased until the end of 2025 to help make it more manageable for schools to implement. The new NZC seeks to strike a balance between the learning that is important nationally and that which is relevant locally. We are developing resources to support our education sector on this change journey.",Awarded,,0,20250410 Ministry of Education,26445060,Request for Proposals,Open Competition,Tutoring Services Panel,MOE19717,20221010,20221107,20221205,Early Learning and Student Achievement,Sole Agency,No,,"We are seeking to establish a preferred supplier Panel of approved tutor services that schools and kura are able to engage to support learners in years 7-13. This Panel will be used at the discretion of the schools and kura who will be able to direct source suppliers from the Panel based on the best fit for their cohorts of learners. Note: The proposed Panel Agreement will be published as an addendum tomorrow (11/10/2022)",Awarded,,0,20250410 Ministry of Education,26478737,Request for Proposals,Open Competition,Pacific Bilingual eBooks Project for Schools/Kura 2023-2027,MOE18743,20221014,20221111,20230220,"Early Learning, Parents and Whanau",Sole Agency,No,,"The Ministry of Education is seeking to appoint a provider to create and deliver bilingual digital reading resources in Aotearoas Pacific ethnic languages and in English for schools/Kura. The project will focus on writing and creating new bilingual resources (fiction and non-fiction) to support Pacific akonga in Bilingual units. These resources will support those who transition from Bilingual units into English medium schools and other Pacific leaners in English medium schools/Kura. It aims to provide additional resources for akonga with a Pacific heritage language (gagana Samoa, lea faka-Tonga, and the languages of New Zealand Realm countries of Cook Islands (te reo kuki-Airani), Niue (vagahau Niue) and Tokelau (gagana Tokelau). The opportunity will provide a resource that will help teachers of Pacific akonga to connect their linguistic and cultural knowledge as they transition from Bilingual settings into the schooling environment. It aims to ensure that Pacific learners who have a heritage language other than English, are supported in their learning pathway from early childhood education into Year 10 at school.",Awarded,,0,20250410 Ministry of Education,26622930,Request for Proposals,Closed Competition,Pacific_Instructional_Series,MOE19067,20221114,20221212,20230207,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education is seeking a provider to create and deliver an Instructional Reading Series for Pacific Bilingual & Immersion Education in Gagana Samoa and Lea faka-Tonga. These resources will strengthen literacy progressions for akonga in Pacific Bilingual settings in Years 1-3. The opportunity will provide a resource that will act as both: a. a reading series for Pacific akonga in their heritage language(s) b. a resource to equip teachers in Pacific Bilingual settings with the tools to notice and respond to literacy progress and critical thinking in Lea faka-Tonga and Gagana Samoa This series will connect with childrens cultural and linguistic funds of knowledge growing up Pacific in Aotearoa. It will affirm who they are in their identities and linguistic capabilities while valuing the whole child. The series will be centred in Pacific cultural values and provide engaging, challenging and stimulating material.",Awarded,,0,20250410 Ministry of Education,26694852,Request for Proposals,Closed Competition,Additional teaching and Tutoring Evaluation,MOE19987,20221130,20221214,20230110,Sector Enablement and Support,Sole Agency,No,,"On 14 September 2022, Associate Minister of Education, Jan Tinetti, announced a suite of supports to address the impact of COVID-19 and other winter illnesses on our young people this year. This included the Government committing $17.4m to provide additional teaching and tutoring for students in years 7 13 by making funding available to schools and kura to arrange additional tutoring and teaching. If schools and kura already have relationships in place with local tutoring services, then they have the opportunity to direct their services. If schools do not have these relationships in place, then the Ministry of Education has established a Tutoring Services Panel that schools can access from the beginning of December 2022. The Ministry is seeking an experienced evaluation provider to contribute to an evaluation of the Loss of Learning initiative. The purpose of the evaluation is to assess the impact of additional teaching and tutoring on student outcomes and to understand which models of delivery have been most effective and for whom, under which circumstances. An assessment of the impact of the intervention on equity within the education system is required. The benefits for Maori and Pacific learners/akonga, disabled learners/akonga and those with learning support should be considered and reflected in proposals. The evaluation provider will work in collaboration with Ministry of Education policy and evaluation staff to achieve the evaluation objectives. Their work will inform and complement the quantitative data collected and analysed by the Ministry of Education. The provider will be responsible for collecting and analysing qualitative data and leading the overall synthesis and reporting of findings. The primary objectives of the evaluation are to: 1. Describe the support that was provided and how many students/akonga received additional teaching and tutoring 2. Identify what worked well and the challenges to delivery 3. Examine students progress after participating 4. Determine which models of delivery were most effective and for whom. The evaluation findings will be used to inform future advice and may be used for a future funding bid for targeted tutoring and additional teaching services. Regular monitoring reports to the Minister of Education will be prepared and delivered the Ministry of Education's policy group.",Awarded,,235114,20250410 Ministry of Education,26802176,Request for Proposals,Open Competition,New Zealand Sign Language Professional Learning and Development,MOE19457,20230116,20230301,20230913,Early Learning and Student Achievement,Sole Agency,No,,"We are seeking to procure a professional learning and development (PLD) provider/s who will raise the acquisition and use of New Zealand Sign Language (NZSL) among teachers that have Deaf or Hard Hearing (DHH) akonga in their school community. The PLD is targeted at teachers at 150 schools who are currently accessing NZSL@School service. Teachers will have access to PLD across four years delivered by facilitators who will train and monitor progress in NZSL. This is a unique opportunity to develop and deliver a programme for teachers of Deaf or Hard Hearing (DHH) akonga to acquire and use NZSL within the school community. Acquisition and adoption of NZSL by the education workforce will reduce the isolation of all DHH akonga and standardise NZSL vocabulary across school and community settings. Building the NZSL capability of the workforce will raise the profile of NZSL related education roles and create a skilled workforce that can transition with DHH akonga and/or be employed as community resource, not locked into one education setting. Normalisation of a persons first language within the education environment has a positive impact on the wellbeing of each akonga.",Not Awarded,"Following internal review the Ministry has concluded that the solutions offered in response to the RFP do not adequately meet the needs of the sector and as such will not be awarding any contracts in relation to this RFP. The Ministry acknowledges that a need still exists and will be engaging with the sector to refine the requirements and how best to resource those needs.",0,20250410 Ministry of Education,26881995,Request for Proposals,Open Competition,Expansion delivering of Tapasa professional learning development initiative 2023 - 2025,MOE17957,20230203,20230310,20231027,"Early Learning, Parents and Whanau",Sole Agency,No,,"The Ministry is seeking proposals to deliver a Professional Learning Development (PLD) initiative that brings the Tapasa cultural competencies framework to life at school, within our communities and our families. This initiative requires highly proficient, culturally capable providers / staff that are experienced in working with teachers and leaders across early learning and in schools with high volumes of children and learners that identify as Pacific. In 2023, the Ministry would like to procure one or more PLD providers to deliver Tapasa PLD regionally. The Ministry seeks proposals from one or more new suppliers that will be ready to deliver regionally across Aotearoa New Zealand, in early learning and schools, in May 2023 but no later than Term 3 of the school year. This RFP is open to educators, places of learning, community groups, providers, researchers and academics in Aotearoa New Zealand. Regionally-based PLD Provider(s) need to supply staff to deliver the defined Tapasa cultural competencies through a PLD methodology, to teachers and leaders in early learning and schools in Aotearoa with high volumes of Pacific learners. We need a Provider(s) with the ability to support this workforce; who will actively recruit and employ staff with the right capabilities; to apply our needs analysis of early learning and schools in Aotearoa that contain high volumes of Pacific learners; which will ideally identify, prioritise and offer Tapasa cultural competencies PLD to these teachers and leaders.",Awarded,,0,20250410 Ministry of Education,26911916,Request for Proposals,Closed Competition,Akonga and whanau insights for the Literacy & Communications and Maths Strategy,MOE21481,20230208,20230306,20230501,Early Learning and Student Achievement,Sole Agency,No,,"The implementation of the Literacy & Communication and Maths strategy involves the design of the common practice model. In any design process, it is important to seek the views of the people who experience the service and are expected to benefit from it. This means examining literacy, communication, and maths learning experience from the akonga and whanau viewpoint. Given that all tamariki and rangatahi interface with education, we need to get a diverse range of user views and experiences. We already know plenty about what does not work well, including the impact of school environments and teacher practices on learning. In addition to this, we have akonga voice on what works for teaching and learning and school environment, so we do not need to recreate that information. We need to ensure we gather the experiences from akonga of all ages. Information gathering often focuses on rangatahi, with less emphasis on younger tamariki from primary and early learning. This means the relying on the recovered memories of rangatahi rather than gathering in the moment experience from younger learners.",Awarded,,200000,20250410 Ministry of Education,26973526,Request for Quotations,Closed Competition,Independent Evaluation Service Provider Change 2 Mana orite mo te matauranga Maori,MOE21695,20230220,20230303,20230421,Early Learning and Student Achievement,Sole Agency,No,,"The purpose of this procurement is to explore opportunities to improve the delivery of NCEA Change area 2: Mana orite mo te matauranga Maori (equal status for matauranga Maori in NCEA) within the NCEA Change Programme, based on the evidence of what has been achieved to date planning, product development, stakeholder engagement and insights, implementation models and methods to inform Programme Reset planning and programme completion. This change is one of seven changes confirmed by Cabinet in February 2022 to strengthen NCEA and secondary education, and in support of the Governments ongoing commitment in following Ministry of Education Strategies: Maori Education Strategy- Te Rautaki Matauranga Maori, Ka Hikitia Ka Hapaitia Accelerating Success, seeks to ensure that all Maori learners can access high quality educational provisions to develop the skills to participate in te ao Maori, Aotearoa, the wider world, and be given every opportunity to enjoy educational success as Maori. the Maori language in Education Strategy, Tau Mai Te Reo, which focuses on ensuring all those who choose to learn Te Reo Maori have access to quality learning and teaching opportunities. Note that although the focus is on a part of the learning pathway (NCEA), the programme is positioned within the wider context of the national curriculum being refreshed (NZC) and redesigned (TMoA). This work will consider connections between the two programmes of work and the implications between them in support of programme reset planning.",Awarded,,130656,20250410 Ministry of Education,26988407,Request for Proposals,Open Competition,Development of Supports for International Students (Student Resources) - 2023,MOE21482_A,20230222,20230320,20230418,"Graduate Achievement, Vocations and Careers",Sole Agency,No,,"With borders now open and international students returning, the Ministry will fund initiatives that focus on reconnecting/building connections between international students and local communities and building back capability within providers to support international student wellbeing. The Government launched a new International Student Wellbeing Strategy (ISWS) in 2017, which brings government agencies, providers and students together to identify and implement opportunities for strengthening wellbeing. It is designed to protect and enhance New Zealands reputation as a safe and welcoming study destination, by building on the work agencies already have underway. New Zealand has a legislative framework and strong quality assurance systems to ensure consistent high-quality education across all levels of the education system for both domestic and international students. Because international students are often young, have different cultural backgrounds and are living away from their families, communities and social networks, they have distinct pastoral care needs. New Zealand is a world leader for international student wellbeing, introducing national pastoral care requirements for providers in 2002. The Code of Practice has since been reviewed, most recently in 2021. However, regulation of providers alone will not ensure that international students have a positive experience in New Zealand. The ISWS was developed to better address gaps and identify opportunities to strengthen student wellbeing. This funding round will support initiatives that will support and add value to international education as international students return. As in previous years, the Ministry have set a theme - Reconnecting. As New Zealand reconnects with the world, including through international education, the Ministry want to help reconnect: International students with their communities. Note procurement for development of resources to support providers with the Kaupapa of caring for international students is active alongside this procurement. This is advertised as MOE21482_B. Suppliers have the opportunity to respond to both tenders.",Awarded,,0,20250410 Ministry of Education,26988641,Request for Proposals,Open Competition,Development of Supports for International Students (Staff Resources) -2023,MOE21482_B,20230222,20230320,20230418,"Graduate Achievement, Vocations and Careers",Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education,27161466,Request for Proposals,Open Competition,Specialised School Transport Assistance (SESTA) for Auckland East Cluster,MOE21281,20230403,20230421,20230821,EIS,Sole Agency,No,,"Specialised School Transport Assistance (SESTA) is a transport service procured by the Ministry that assists children and young people with safety and/or mobility needs that prevent them from travelling independently to school. This RFP is an open procurement process in two stages: a) Qualification Stage (Mandatory Requirements) followed by a b) Proposal Stage (Quality and Price) Supplier Briefing will be held on 5 April at 10am. To register for the briefing, please visit the advance notice for SESTA Auckland East (GETS RFx ID 27118087) or copy and paste the following link in your browser https://www.gets.govt.nz/rfx.html?tender_id=27118087&clientOrgID=463932",Awarded,,0,20250410 Ministry of Education,27267632,Award Notice,Open Competition,"Ka Ora, Ka Ako Long Shelf Life Lunches (Cyclone Gabrielle)",,20230222,20230223,20230222,,Sole Agency,No,,"Supply of Ka Ora, Ka Ako lunches was impacted by Cyclone Gabrielle. This contract is for the emergency supply of long shelf life lunches to students attending Ka Ora, Ka Ako schools in affected areas to support continued service provision as part of the initial cyclone response.",Awarded,,128000,20250410 Ministry of Education,27381345,Request for Proposals,Open Competition,Cromwell Office Accommodation,MOE22575,20230601,20230717,20231023,Corporate and Governance,Cluster,No,,"The Ministry and DOC are seeking to secure the lease of an office building that enables both agencies to vacate their existing Corporate Admin Office, and move approximately 40-55 staff, with minimum disruption, into a new leased office.",Awarded,,0,20250410 Ministry of Education,27409888,Request for Proposals,Open Competition,Waiheke Island School Bus Service,MOE22855,20230621,20230721,20231101,EIS,Sole Agency,No,,"We require a daily bus service to deliver students to and from Waiheke Primary School and Waiheke High School. This service is required to run every day the schools are open. This is a new service and will be contracted by the Ministry of Education. A Supplier briefing will be held via Teams on Wednesday, 28 June 2023 at 3:15pm 4:00pm The link to access the briefing is in section 3.4 of the RFP Alternatively, send us a message through the GETS Question & Answer functionality and we will invite you.",Awarded,,0,20250410 Ministry of Education,27443231,Request for Tenders,Open Competition,Domestic Tertiary and International Learner Dispute Resolution Scheme,MOE22174,20230524,20230626,20230828,Sector Enablement and Support,Sole Agency,No,,"The Ministry will use this Contract Opportunity process to make a recommendation to the Minister of Education as to who shall be appointed as the Operator of the Domestic Tertiary and International Learner Dispute Resolution Scheme (DRS) in New Zealand. This process is being used as a mechanism for which the Ministry will make a recommendation to the Minister, and in no way guarantees the appointment of a Respondent to be the DRS Operator. Here are some other key dates within our timeline for this Contract Opportunity (all are New Zealand times and dates): Respondent briefing session 29 May 23 Deadline for Questions 4pm, 21 June 23 Deadline for us to answer questions 22 June 23 Deadline for Submissions 4pm, 26 June 23 Presentations by shortlisted Respondents 07 July 23 Successful Respondent(s) notified 03 August 23 Expected start date of Contract 01 January 24 As specified in Section 3.3C of the Contract Opportunity, register your interest to attend the Respondent (Virtual) briefing session by sending to MoE.Procurement@education.govt.nz",Awarded,,0,20250410 Ministry of Education,27604106,Request for Proposals,Open Competition,"Ka Ora, Ka Ako|Healthy School Lunches Supplier Panel Post 2023",,20230623,20230804,20231006,,Sole Agency,No,,"The Ka Ora, Ka Ako | Healthy School Lunches programme aims to reduce food insecurity by providing access to a nutritious lunch in school every day. Around a million lunches are provided each week.? The method of lunch delivery is chosen by the school based on their understanding of what will best meet the needs of akonga, whanau and community . Schools and kura may choose for iwi or hapu to become their provider of kai, make their own lunches, outsource to an external supplier, including a long shelf life lunch provider or use a combination of these methods.? Following the recent budget announcement, you may be aware that Budget 2023 provides funding of over $323 million to Ka Ora, Ka Ako for another year, until the end of 2024. This is an open tender (RFP) for additional suppliers to join the Ka Ora, Ka Ako supplier panel. The Ministry currently holds contracts with a number of suppliers who are able to provide lunches to schools and kura. The Ministry is seeking additional suppliers to ensure the programme is able to provide supplier choice to participating schools and kura, and appropriately support local suppliers who can meet the needs of their school community.? We are looking to engage suppliers who have the ability to provide healthy nutritious lunches which meet the Ministrys Nutrition Standards and are appealing to akonga attending Ka Ora, Ka Ako schools and kura in all regions of New Zealand.? We wish to highlight and make our Te Tiriti partners aware that we have established a Tiriti based social procurement pathway for te Iwi Maori/Hapu authorities or organisations mandated by Iwi or Hapu authorities to become Ka Ora, Ka Ako providers that differs from this RFP process.?? If you are interested in learning more before this RFP closes then please contact school.lunches@education.govt.nz and we will be in touch to korero. Suppliers who are already contracted to Ka Ora, Ka Ako are not required to respond to this RFP to continue their involvement in the programme or to express their interest in expanding into additional regions, should they wish to do so. You are invited to join us at a virtual Supplier briefing session on Thursday 29 June from 11:30am 12:15pm to hear more about Ka Ora, Ka Ako and what we are looking for in our suppliers. Please email school.lunches@education.govt.nz to receive a link to join this session.",Awarded,Suppliers were appointed to the Panel of suppliers. Spend for a supplier is determined via a secondary procurement process.,0,20250410 Ministry of Education,28042267,Request for Proposals,Open Competition,Mentor Support for Provisionally Certificated Teachers and Overseas Trained Teachers (ref # MOE23520),MOE23520,20230908,20231004,20231201,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry seeks one or more suppliers to support mentors, beginning teachers | kaiako (including early learning beginning teachers) and overseas trained teachers, by establishing a foundation on which to launch a long-lasting teaching career. The intent of the new programme is to support mentors to support teachers | kaiako by providing a coherent package of voluntary support for English, Maori medium, Kaupapa Maori, and early learning settings. While voluntary, this service can support a teachers | kaiako professional growth cycle. The purpose of this work is to cultivate and support a resilient education workforce. The supports we seek include: Development of mentoring guidelines and induction pathways Establishment of guided workshops and accompanying material Development of Self-directed resources and Facilitation materials, including evaluative mechanism to measure impact.",Awarded,,4176340,20250410 Ministry of Education,28070739,Request for Proposals,Open Competition,The Kaipara Transport Network,,20230911,20231013,20231121,,Cluster,No,,"This Request for Proposal (RFP) is an open invitation to suitably qualified Suppliers to submit a Tender to Kaipara Transport Network, Kaukapakapa School Board of Trustees (the Buyer/the School) for the provision of School Bus Services (Services). The Services are the safe transportation of students between the Schools and each students designated pick-up/drop-off point, and the transportation of students between schools.",Awarded,,0,20250410 Ministry of Education,28130183,Request for Proposals,Closed Competition,Directly Resourced Bus Services for Glenorchy School Board of Trustees,,20230919,20231012,20231101,Corporate and Governance,On behalf of procurement agent,No,,"This Request for Proposal (RFP) is an open invitation to suitably qualified Suppliers to submit a Tender to Glenorchy School Board of Trustees (the Buyer/the School) for the provision of School Bus Services (Services). The Services are the safe transportation of students between the School and each students designated pick-up/drop-off point, and the transportation of students between schools",Not Awarded,Nomad Safaris were the successful respondent as evaluated by the school board of trustees themselves.,0,20250410 Ministry of Education,28238161,Request for Proposals,Open Competition,Malvern Schools Transport Committee,,20231006,20231107,20231204,Corporate and Governance,Cluster,No,,,Not Awarded,Awarded by School Cluster,0,20250410 Ministry of Education,28281896,Request for Proposals,Open Competition,The West Coast Transport Network,,20231013,20231117,20231204,,Cluster,No,,,Not Awarded,Awarded by School Cluster,0,20250410 Ministry of Education,28301946,Award Notice,Open Competition,E Whiti! E Whiti!,,20231018,20231019,20230830,Sector Enablement and Support,Sole Agency,No,,"The E Whiti! E Whiti! initiative targets 11-13 akonga in Otautahi and Waitaha, creating authentic opportunities for rangatahi to work with industry partners to solve real world problems and pitch their solutions back to participating organisations that set the wero (challenges). Intent is to encourage collaboration and allowing professional organisations and schools to learn from each other.",Awarded,,0,20250410 Ministry of Education,28343820,Request for Proposals,Open Competition,Pourato Product Adoption Platform Proof of Concept,MOE24616,20231026,20231122,20231218,IT,Sole Agency,No,moe.procurement@education.govt.nz,"We are seeking a cost-effective product adoption platform which will provide user learning, documentation and help support to end-users of Pourato (Resourcing System). A product adoption platform is software that is layered on top of another software product, application or website to help facilitate proficiency by guiding users through key tasks and providing contextual information as users navigate the product. Should the product prove successful the Ministry may wish to extend the proof of concept into a more permanent solution for Pourato. Additionally, there may be other platforms or products in the wider Education Service eco-system that may benefit from such a service. If it makes good commercial sense, and following a platform specific assessment, the Ministry may seek to extend the use of the product adoption platform to those services as well. The product adoption platform must be compatible with Pourato, which is a bespoke system that is being developed internally by the Ministry. We are seeking a platform that is easy to use and involves minimal developer involvement to set-up and populate content. It will be possible to insert code snippets to allow the product adoption platform to connect to Pourato.",Awarded,Contract awarded as per total scoring across all panel members,0,20250410 Ministry of Education,28449671,Request for Proposals,Open Competition,Wellington East Girls College RFP for School Uniform,2023-10,20231114,20231208,20240528,Corporate and Governance,Sole Agency,No,,"This RFP is issued by Wellington East Girls College Board, referred to as the Buyer or we or us. Wellington East Girls College is looking for a supplier who can provide quality uniform apparel for our school. We are interested in partnering with a supplier who can deliver consistent quality in a timely and reliable manner. We are running a Respondent briefing session [Physical Uniform Samples on Display and available] on 20 November 2023. To register, contact our Point of Contact via GETS or email",Awarded,,0,20250410 Ministry of Education,28624339,Request for Proposals,Open Competition,Supports for Gifted Akonga,MOE24088,20231215,20240209,20240606,"Early Learning, Parents and Whanau",Sole Agency,No,,"This procurement will take the two previously separately procured components of the current Gifted Education Package (Events and Opportunities and One Day Schooling) plus the new Identification of Gifted Learners program and combine them into a unified approach to allow suppliers to offer one, two or all three components of the service in a unified and complementary delivery approach. The One Day Schooling component is being renamed to Targeted Additional Support for gifted learners as that is a more accurate name for the services being procured. Gifted Identification will be procured for 1 year and 3 months. Events and Opportunities will be procured for 1 year and 3 months. Targeted Additional Support for gifted learners will be procured for 1 year and 3 months. These initiatives are part of a support package that will provide a range of additional learning opportunities designed to meet the diverse gifts and exceptional talents of gifted learners, including their social and emotional needs. Priority 5 of Learning Support Action Plan (LSAP) includes the three initiatives.",Awarded,,0,20250410 Ministry of Education,28747339,Request for Proposals,Open Competition,RFP for Wood Pellet Supply for Biomass Boilers in Schools,MOE25116,20240129,20240308,20240524,Corporate and Governance,Sole Agency,No,,"We are seeking a supplier, or supplier(s) of wood pellet fuel for biomass boilers in schools. This is an opportunity to play a part in supporting New Zealand schools. It will be the supplier, or supplier(s) responsibility to ensure that the wood pellets required pellets by each ordering school are safely delivered to each ordering school's site in a timely manner and in a condition that meets our quality expectations. This Solution is likely to be seen as Plan-A for all schools in the North and South islands if/when they seek to purchase wood pellets. To register for our Respondent briefing session on 8 February, contact our Point of Contact via GETS or email.",Awarded,,0,20250410 Ministry of Education,28935269,Request for Proposals,Closed Competition,Wharekura (Taumata 6-8) Curriculum Materials,MoE24825,20240301,20240322,20240513,,Sole Agency,No,NIL,"This RFP is to source: Resources for taumata 6, 7 or 8, or an integrated resource combining levels, in Kaupapa Maori and Maori Medium settings for curriculum areas in Te Reo Maori, Pangarau, and Putaiao. Developed resources should include: teaching and learning materials teacher narratives and/or teacher support materials The desired materials are digital (specifications refer to Appendix A and B). Suppliers are required to work with practicing Kaiako within wharekura to identify and produce content that will be innovative and engaging for akonga based on kaiako experience. We are looking for five (5) resource packages to be made available on Tahurangi alongside resources developed from Round 1. It is expected that all resources will be developed in collaboration with current and practising kaiako. They will need to align to Tahurangi Specifications and Guidelines, be Ministry of Education publishing compliant, and delivered with accompanying metadata information.",Not Awarded,,0,20250410 Ministry of Education,29211228,Request for Proposals,Closed Competition,Preferred Recruitment Panel - RFP,MOE26275,20240412,20240520,20240801,Corporate and Governance,All of Government,No,,This RFP relates to the Ministry of Education (referred to as the Ministry in the document) undertaking a secondary procurement process to establish a preferred recruitment panel. We are approaching select suppliers off the All-of-Government (AoG) Talent Acquisition Services (TAS) panel that the Ministry is already signed up to.,Not Awarded,,0,20250410 Ministry of Education,29675927,Request for Proposals,Open Competition,MOE26802 - Approved Manufacturers/Suppliers of Structured Cabling Products for the Ministry of Education,,20240627,20240722,20240902,Corporate and Governance,Sole Agency,No,,"The Ministry of Education is seeking to refresh a list of Approved Manufacturers/Suppliers of Structured Cabling Products (the List) that have been prequalified based on the Ministrys cabling specifications and performance warranty requirements. The Ministrys Approved ICT Installation Contractors will be required to purchase Structured Cabling Products from a listed manufacturer/supplier or their agent(s). The objective of this procurement is to prequalify manufacturers/suppliers for the supply of Structured Cabling Products.",Awarded,,0,20250410 Ministry of Education,29757251,Award Notice,Open Competition,"Removal, Relocation and Storage of Furniture from 33 Bowen Street",,20240701,20240701,20240701,,Sole Agency,No,,Ministry owned assets are still located in the building and need to be safely removed and relocated into storage facilities.,Awarded,,0,20250410 Ministry of Education,29828814,Request for Proposals,Open Competition,Autonomous Lawnmowers for Schools,MOE26774,20240722,20240819,20241223,,Sole Agency,No,,"The Ministry intends to purchase up to 30 Autonomous Lawnmowers (ALMs). The procurement and use of ALMs is intended to deliver a streamlined facilities maintenance service to reduce the burden of property management on principals for small and rural schools, and to improve the maintenance of the Ministrys assets.",Not Awarded,Refer to GETS listing 30180922,0,20250410 Ministry of Education,30134714,Request for Proposals,Open Competition,Transport Services for the Matamata Bus Network,,20240906,20241004,20241220,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Matamata Bus Network. This RFP is an open invitation to suitably qualified Suppliers to submit a Tender to Matamata Bus Network for the provision of School Transport Services. The Services are the safe transportation of students between the School and each students designated pick-up/drop-off point.",Awarded,,0,20250410 Ministry of Education,30135798,Request for Proposals,Closed Competition,MOE27570 Rangaranga Pangarau Project Team Writers,MOE27570,20240913,20240927,20241021,Early Learning and Student Achievement,Sole Agency,No,,"The Ministry of Education are seeking three suppliers (each supplier to nominate 3 to 5 Pangarau writers) to form a project team to create and write the Rangaranga Pangarau programme and align existing and/or new resources informed by research under the leadership of the matanga for the following: - Rangaranga Pangarau (years 0 - 3) - Rangaranga Pangarau (years 4 - 6) - Rangaranga Pangarau (years 7 - 8)",Awarded,Retrospective loading of awarded contract.,0,20250410 Ministry of Education,30144212,Request for Proposals,Closed Competition,Outsourced Managed Network Services Provider,MOE27229,20240909,20240927,20241204,IT,Sole Agency,No,moe.procurement@education.govt.nz,"The Ministry is seeking proposals from qualified Managed Service Providers (MSPs) to take over the management of its network services. These services are currently delivered by the Ministrys in-house Network Team, which will be disbanded as part of an internal restructuring initiative.",Not Awarded,Contract has been awarded to Datacom Systems Limited,0,20250410 Ministry of Education,30173097,Request for Proposals,Closed Competition,MOE27627 - Initial Teacher Education Training - Structured Literacy Approaches,MOE27627,20240916,20241009,20241119,,Sole Agency,No,,"The Ministry seeks a single Professional Learning and Development (PLD) provider from those who were recently approved in Structured Literacy Approaches (SLA) to deliver SLA PLD training to Initial Teacher Education (ITE) staff. Nationwide there are approximately 100 -120 staff employed across 29 institutes who require this training. The PLD focuses on the Science of Learning and its expression through SLA. It will support ITEs to redesign their 2025 programmes, courses, and assessments to incorporate SLA. This training contributes to implementing the government commitment to Teaching the Basics Brilliantly and the Literacy Guarantee.",Awarded,,0,20250410 Ministry of Education,30174158,Request for Proposals,Open Competition,Directly Resourced Transport Services for Mayfield School,,20240912,20241014,20241220,,Sole Agency,No,,This Request for Proposal (RFP) is an open invitation to suitably qualified Suppliers to submit a Tender to Mayfield School (the Buyer/the School) for the provision of School Transport Services (Services). The Services are the safe transportation of students between the School and each students designated pick-up/drop-off point.,Awarded,,0,20250410 Ministry of Education,30180922,Request for Proposals,Open Competition,Autonomous Lawnmowers for Schools (Updated),MOE26774,20240913,20240930,20241220,Corporate and Governance,Sole Agency,No,,"We have become aware that a requirement we specified in our Request for Proposal (RFP) Autonomous Lawnmowers for Schools MOE26774 is not an achievable requirement. Therefore, we are modifying the requirement, and providing additional time over which this RFP is openly advertised, and any interested suppliers may submit a response to us for it. This is the new GETS listing with an updated RFP. The Ministry intends to purchase up to 30 Autonomous Lawnmowers (ALMs). The procurement and use of ALMs is intended to deliver a streamlined facilities maintenance service to reduce the burden of property management on principals for small and rural schools, and to improve the maintenance of the Ministrys assets.",Awarded,,0,20250410 Ministry of Education,30190712,Request for Proposals,Closed Competition,MOE27598 PLD for Structured Literacy approaches for Y0-8,MOE27598,20240916,20241009,20250115,,Cluster,No,,"The Ministry is seeking providers from those who were successful with the English Medium RFP (MOE26544) to respond to a short form response to include Y4-6 and/or Y7-8 in their SLA PLD offerings. Prospective providers are invited to respond to this RFP to cover the inclusion of the additional year groups of Y4-6 & Y7-8 including details of the facilitators proposed to deliver this for the Ministrys approval.",Awarded,,0,20250410 Ministry of Education,30204441,Request for Proposals,Closed Competition,Rangaranga Pangarau Programme (Design and Publishing),MOE27570,20240919,20241010,20241107,,Sole Agency,No,,"The Ministry of Education are seeking one supplier to design and publish the Rangaranga Pangarau programme and accompanying resources. We are seeking a supplier to undertake the design and publishing of: 1. Rangaranga Pangarau programme through an online site that will be made available on Tahurangi by the beginning of 2025. 2. Hard copy materials that have been developed and collated by the project team writers to support the Rangaranga Pangarau programme. This hard copy material pack will be distributed to kura and schools by the beginning of Term 1. 3. Design and publish the Rangaranga Pangarau programme, and 9 handbooks for each year level (Tau 0-8) to be accessible online and in hard copy to be used in classrooms.",Awarded,Retrospective Award Notice.,0,20250410 Ministry of Education,30221955,Request for Proposals,Closed Competition,Years 3-8 Twice Yearly Testing-Hopukina,,20240920,20241007,20241115,,Sole Agency,No,,"The Ministry is procuring a supplier that can undertake the following: 1. Refresh and restructure Hopukina content 2. Develop user guidance materials 3. Trial the refreshed and updated Hopukina items, reviewing its effectiveness for kaiako use and administration, leveling and timing and updating the package as required. 4. Develop a full training package for PLD facilitators explaining how to administer Hopukina for Year 3-8 twice yearly testing. The package will include understanding what Hopukina is, its purpose and how to administer the package as a key contribution to the teaching and learning programme kaiako are implementing. Within the package the supplier will: 5. Work with the Aromatawai Team at Te Uepu Reo Maori to refresh the design aspects, for online and print materials. The supplier is expected to include language and content quality assurance processes into their development process.",Awarded,,0,20250410 Ministry of Education,30311131,Request for Proposals,Open Competition,Transport Services for the Aoraki Schools Transport Network,,20241002,20241031,20241220,,Sole Agency,No,,"This Request for Proposals (RFP) is issued by Roncalli College. This RFP is an open invitation to suitably qualified Suppliers to submit a Tender for the provision of School Transport Services. The Services are the safe transportation of students between the Aoraki Network Schools and each students designated pick-up/drop-off point.",Awarded,,0,20250410 Ministry of Education,30470661,Request for Proposals,Open Competition,Transport Services for Fernside School,,20241022,20241121,20241218,,Sole Agency,No,,"This Request for Proposals (RFP) is issued by Fernside School. This RFP is an open invitation to suitably qualified Suppliers to submit a Tender for the provision of School Transport Services. The Services are the safe transportation of students between Fernside School and each students designated pick-up/drop-off point.",Awarded,,0,20250410 Ministry of Education,30477797,Request for Proposals,Open Competition,Transport Services for Otakiri School,,20241023,20241122,20241220,,Sole Agency,No,,"This Request for Proposals (RFP) is issued by Otakiri School. This RFP is an open invitation to suitably qualified Suppliers to submit a Tender for the provision of School Transport Services. The Services are the safe transportation of students between Otakiri School and each students designated pick-up/drop-off point.",Awarded,,0,20250410 Ministry of Education,30647743,Request for Proposals,Open Competition,Establishment of Early Childhood Education Service at Riverina School,,20241115,20241213,20241220,,Sole Agency,No,,"The Board of Trustees of Riverina School, Pakuranga, Auckland are excited to offer this opportunity for an early childhood education (ECE) supplier to establish and operate an early learning service in an existing Board of Trustees owned building on the school.",Awarded,,0,20250410 Ministry of Education,30830915,Request for Proposals,Open Competition,Transport Services for Franklin Transport Network Group,,20250121,20250221,20250317,,Sole Agency,No,,"This Request for Proposals (RFP) is issued by Frankin Transport Network Group. This RFP is an open invitation to suitably qualified Suppliers to submit a Proposal for the provision of School Transport Services. The Services are the safe transportation of students between Frankin Transport Network Group schools and each students designated pick-up/drop-off point.",Awarded,,0,20250410 Ministry of Education,31035424,Request for Proposals,Closed Competition,Creative Media Partner,MOE28245,20250211,20250303,20250314,,All of Government,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,13017635,Request for Proposals,Closed Competition,Supply of uniforms for Otahuhu College,,20150619,20150710,20210618,,Sole Agency,No,,RFP for Supply of uniforms for Otahuhu College.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,17524138,Request for Proposals,Open Competition,"Main Contractor- Kapiti School, Mahinawa and RTLB Projects",,20160519,20160615,20191203,,Sole Agency,No,,,Awarded,,250000,20250410 Ministry of Education - School Infrastructure,17926087,Request for Proposals,Open Competition,Main Contractor - Maidstone Intermediate,,20160922,20161020,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,500000,20250410 Ministry of Education - School Infrastructure,18165679,Request for Proposals,Open Competition,Main Contractor - Tararua College Block B Demolition,2989.07Demolition,20161123,20161219,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Tararua College Board of Trustees is seeking a Main Contractor for the demolition of Block B, a two-storey Nelson Block built Circa 1961. The project will involve the safe removal and disposal of asbestos, the disconnection are re-alignment of key school infrastructure, and the reinstatement hard surfaces and grassed areas.",Awarded,,250000,20250410 Ministry of Education - School Infrastructure,18339526,Request for Proposals,Open Competition,"Main Contractor for the Upgrade of Administration, Library and RTLB Blocks at Otaki College",,20170131,20170308,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The School requires an experienced Main Building Contractor for the constructions works required to execute the following projects: 1. Administration A block – Re-roof, re-clad, fire alarm upgrade & interior reconfiguration. 2. Library re-location & ground floor F block refurbishment & re-roof. 3. Rationalisation Stage 1 – Partial demolition of B Block 4. Rationalisation Stage 2 – B Block reconfiguration following rationalisation to relocate a special needs centre & RTLB. 5. Rationalisation Stage 3 – demolition of C, I, K, & Y3 blocks",Awarded,,1000000,20250410 Ministry of Education - School Infrastructure,19055640,Request for Proposals,Open Competition,RFP for Directory of Construction Suppliers (Contractors) for Major Works,,20170922,20171027,20200113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry intends to establish a national panel of construction contractors (the Directory) prequalified for capability and capacity from which the Ministry will procure major works contracts over $500,000, through its Capital Works programme. The relevant programme of works to be delivered through the Directory is anticipated to have a value of approximately $250m per annum. The objectives of this Directory are to: - streamline tendering and contract processes and reduce the burden of tendering for Ministry opportunities, - ensure suppliers have capability in key areas e.g. Health and Safety - support improved communication between the Ministry and suppliers in regard to forward pipeline and tendering opportunities arising, - support consistent initial and ongoing due diligence of suppliers, and - establish a performance management framework to reward high performing suppliers with more opportunities. As further detailed in Section 3.1 of this RFP, all submissions in response to this RFP are to be made through the AWARD portal and not through GETS.",Awarded,"The following suppliers have been appointed to the Construction Directory: A-Line Construction Ltd Accent Construction Interiors Ltd Accent on Construction Limited Alexander Building Solutions Ltd Amalgamated Builders Limited Arco Group Armitage Williams Construction Arrow International (NZ) Ltd Astley Construction Atkin Construction HB Ltd Aztec Builders Auckland Limited B & C Contractors Ltd Barry Stewart Builders Ltd Bindon Construction Ltd Bradford Building Ltd Brosnan Construction Ltd Build Partners Limited Bushnell Builders Ltd C Brown Builders Ltd C H Construction C3 Construction Limited Cassidy Construction Civil and Land Construction Limited Colspec Construction Ltd Construction Management Group (Building) Ltd Construct Limited Contract Holdings Ltd T/A Contract Construction Cook Brothers Construction Corbel Construction Ltd CPB Contractors Currie Construction Custom Construction NZ Limited Dawson Building Co. Decmil Downer New Zealand Limited DStevens Farrell Commercial Construction Field and Hall Ltd Fitzgerald Construction Ltd Focus Construction Group Limited Force Construction Limited Form Building and Developments Foster Construction Ltd Freear Philip Ltd Guyco Construction Ltd Haack Construction Ltd Hann Construction Company Ltd Holmes Wellington Houghton & Gemini Pepper Construction HRS Construction Limited ICL Construction Isles Construction Ltd Laing Properties Ltd Legacy Construction Ltd Leighs Construction Limited Lightning Construction Livingstone Lobell Construction Limited Marra Construction (2004) Ltd Max Projects Maycroft Construction CMT Group NZ Ltd McMillan & Lockwood BOP Ltd Miro Construction Mitchell Construction Limited Mudgway Construction Ltd Naylor Love Construction Ltd NPM Construction NZ Strong Group Limited Pepper Construction (2013) Limited Peryer Construction Wgtn Limited Practec Limited Pukekohe Builders Ltd Rigg Zscokke Ltd Ronayne Construction Ryal Bush Transport Please see addenda for additional supplier appointments.",0,20250410 ,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,19488269,Request for Tenders,Closed Competition,Design and Build Main Contractor for the Major Redevelopment Project at Manurewa West School,,20180301,20180413,20210618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,n/a,"The Ministry of Education (the Ministry) is responsible for protecting the Crown's ownership interest in land and buildings occupied by schools and for the administration of the relevant parts of the Education Act 1989 and related legislation providing for primary and secondary state education in New Zealand. One of the Ministry of Education (MOE) property strategic plan priority work areas is to ensure that schools are safe and in good physical condition. Detailed condition reports were developed for Manurewa West School. Extensive obsolescence across some of the existing building stock in the form of weather-tightness issues, structural decay and wide-ranging function failure were raised. In light of these findings, it was proposed to undertake a redevelopment at the site including the demolition of 8 classrooms and construction of a new 2 storey, 12 classroom block. The additional classrooms will be utilised for projected roll growth at the school. Works commenced on the design of the new classroom block in early 2014 and was completed in mid-2016. Recently, changes to the design have been requested by the school. These changes have not yet been incorporated into the design. It is the Ministry of Educations preference to implement the required design changes and construction phase of the project under a design-build strategy. This will require the re-documentation of the changes to be implemented by the successful tenderer and a team of design consultants engaged by them. The construction observation phase of design services will also be implemented under a design build arrangement. A schedule of fees associated with this is attached as appendix III of this RFT.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,19532375,Request for Proposals,Closed Competition,"Block 2 ILE Redevelopment at East Tamaki School, Auckland",19224229,20180319,20180412,20200225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,19599249,Request for Tenders,Open Competition,New Whare for Tikipunga High School,,20180410,20180504,20190816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Construction of a new 150sqm Whare in the grounds of Tikipunga High School. Works include diverting existing services around the proposed site and building a new portal framed Whare with sheet metal roofing and AXON cladding to elevations. The building will comprise of an open hall area, office and store. Services are electrics, surface water, data and security.",Not Awarded,Funding withdrawn.,0,20250410 Ministry of Education - School Infrastructure,19624340,Request for Tenders,Open Competition,Internal Alterations to Block 5 & Covered Sound Garden,,20180416,20180510,20191017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Access to the site needs to be prearranged using the GETS questions & answers.,Not Awarded,Awarded to Peryer Construction Wgtn Ltd,0,20250410 Ministry of Education - School Infrastructure,19712673,Request for Tenders,Closed Competition,"Aorere College - Tech Block, Weights Room, Nelson Block Refurb",,20180511,20180606,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Tenders are invited from the 6 companies shortlisted from the ROI process. The project requires construction work in 3 separate buildings on the school site. Technology Block, Block A (Nelson Block) and new weights room attached to the gymnasium.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,19723284,Request for Tenders,Open Competition,Main Building Contractor for Multipurpose Room / Accessible Toilet / Food Technology Room Kaipaki School.,,20180521,20180618,20210618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Multipurpose Room: Full ground works required for new multipurpose room. Construct approximately 192 square meter room that entails an accessible toilet and food technology area. New electrical main feed required due to lack of power available from the staffroom. Water, sewer, waste water is to be connected to the current staff room system. New soak holes to be installed due to lack of the drainage. Full structural engineer report, Geo technical reports, fire philosophy report. Also to erect a 3.6 x 6.1meter skyline garage at selected location on school grounds for sports storage shed. Also to have power, water connection. Ramps, Decking: Allow to build new ramps/decking to the multipurpose room as per site plan.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,19796932,Request for Tenders,Open Competition,"Contractor for Design and Construct Contract for Two New Prefabricated Classrooms, New Change Rooms and Outdoor Learning Area at Te Kura Kaupapa Maori o Kaikohe (the School)",201463,20180613,20180710,20210618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All tenders should be uploaded via the GETS website,"The purpose of the project is the addition of two classrooms, male and female change rooms, a covered outdoor living area and deck space to an existing Wharekura school building. The contract is for a design and construct solution, including obtaining all necessary approvals, consents etc. It is anticipated that the new building will be largely prefabricated off-site. It is intended that the new unit be operational for the start of term 1 in 2019.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,19803257,Request for Tenders,Closed Competition,Main Building Contractor for Gymnasium (2001) Remediation Project at Waiuku College,MOE-A-1447D,20180612,20180703,20190826,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"Ministry of Education are seeking a main building contractor to carry out the weathertightness and structural remediation of the Gymnasium building (2001), which includes an attached classroom and ancillary block, at Waiuku College. The scope includes partial re-roofing to the classroom block and remediation of extract vent cowls to main gymnasium roof.",Awarded,"Tender - Main Building Contractor for Gymnasium (2001) Remediation Project at Waiuku College The successful tenderer is Focus Construction Group.",0,20250410 Ministry of Education - School Infrastructure,19830188,Request for Proposals,Closed Competition,"Request for Proposal, Swimming Pool Redevelopment, BLENNZ, Auckland",19505882,20180625,20180713,20200303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Consultancy services required for the redevelopment of the BLENNZ swimming pool complex. A shortlist of suppliers are now being invited to present a Request for Proposal for the project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,19838679,Request for Tenders,Open Competition,Resource Management Act (RMA) Monitoring Services,,20180626,20180731,20210618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The objective of this procurement is to source a single Supplier or a joint venture/ consortium with a single contract lead for the: A. supply of monitoring and reporting of Local Government and Central Government activities such as changes to district plans, school designations and, B. provision of specialist environmental and land management services to support A above. The term of the contract is 3 years with right of renewal of 2 further terms of 2 years each. Start date is 15 October 2018.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,19862948,Request for Tenders,Closed Competition,Main Contractor for the Events Centre at Westlake Girls High School RFT,38-30,20180702,20180802,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Westlake Girls High School is seeking a Main Contractor for the demolition of the existing school hall and for the construction of a new multipurpose Events Centre at Westlake Girls High School, Takapuna, Auckland. ROI has been completed with 4 selected Tenderers invited to participate in a closed RFT process.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,19875178,Request for Tenders,Open Competition,Main Contractor for Installation of HD Bathroom at Ahipara School,209031,20180704,20180730,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All tender submissions are to be made through the GETS website,"An Occupational Therapist Report has been received for a student with special needs enrolled at Ahipara School. The student has very high Ors needs secondary to Autism Spectrum Disorder (ASD) and communication needs with a history of escaping from school/ECE grounds including running and climbing behaviours. The student is not toilet trained. The student has episodes of faecal incontinence that require changing facilities. The only disabled bathroom in the school is not large enough to install a change table. The desired outcome is to install a portable HD Bathroom for the student to utilise. Project Manager: Sarah Bufton The Contract Works required are: Supply and install a High Dependency Bathroom at the required location. Supply and installation of all required hardware.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,19917888,Request for Tenders,Open Competition,Main Building Contractor for New 4 Classroom Block at Wakaaranga School,P2230,20180719,20180816,20200128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project is to construct a new 2 story Innovative Learning Environment (ILE) 4 Classroom building and associated spaces extension to the existing Area 5 building. The school will remain fully operational during the construction of the new building thus a detailed plan from the Contractor to accommodate this is required. The new classrooms are to replace 4 existing rooms that have reached the end of their operational life,Not Awarded,This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting GETS Award Notice in the subject line.,0,20250410 Ministry of Education - School Infrastructure,19968137,Request for Tenders,Open Competition,Main contractor for Block 7- New Classrooms at Robertson Road School,,20180803,20180830,20190701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Robertson Road School seek the services of a building contractor to build 2 new classrooms and an outdoor breakout space at Robertson Road School.,Not Awarded,This project was cancelled by the school,0,20250410 Ministry of Education - School Infrastructure,20012037,Request for Tenders,Open Competition,Blomfield School Block One Upgrade Project,G416,20180813,20180914,20210618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"Blomfield School Block One Upgrade consists mainly of modernisation works. It includes new carpet, new vinyl, composite autex coverings through out the main block and various other works as outlined within the attached scope of works.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,20014882,Request for Tenders,Closed Competition,Pakuranga College Roof Replacements RFT,,20180815,20180905,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Reroofing at Pakuranga College,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20037776,Request for Quotations,Closed Competition,Herekino School - Room Alterations Refurbishment,,20180822,20180910,20200127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via the GETS website,"Main contractor required for room alterations and refurbishment. NOTE; HARD COPY OF PLANS AVAILABLE FOR COLLECTION AT SCHOOL OFFICE",Not Awarded,This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with school lead tenders. If you have any questions please email eis.procurement@education.co.nz putting GETS Award Notice in the subject line.,0,20250410 Ministry of Education - School Infrastructure,20038893,Request for Tenders,Open Competition,Request for Tenders (RFT) Weather tightness remediation at Bairds Mainfreight (the School),,20180821,20180928,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be through the GETS website,"Education Infrastructure Services (EIS) as a part of the Ministry of Education has responsibility for all key aspects of education infrastructure on behalf of 2,100 schools. EIS asset manages a $23.5 billion school property estate including ICT infrastructure; provide School Transport Assistance for around 100,000 students, and have oversight of payroll services for 90,000 teaching and non-teaching staff. EIS have recently established internal Capital Works teams that are tasked to deliver construction projects that cover four regions, those being: 1. Northern (Auckland and Northland), 2. Central-North (Hamilton, Rotorua & Napier) 3. Central-South (Wellington, Lower Hutt & Wanganui) 4. Southern (Nelson, Christchurch, Dunedin & Invercargill) Historically these capital projects were delivered by regional property teams. This tender relates to a school in Capital Works - North. Capital Works projects includes all Ministry delivered property projects relating to; - New Schools - Rebuilds - Building Improvements - Remediating weather tightness issues - Earthquake strengthening - Roll growth More information about Bairds Mainfreight can be found at the link listed below: http://www.bmps.school.nz/ The Ministrys Education Infrastructure Service is responsible for New Zealand's state school property portfolio comprising around 2,100 schools. The New Zealand School Property Strategy (2011-2021) can be found at Information for Suppliers. Bairds Mainfreight Primary School is set in the heart of Otara, Auckland. Our student roll is mainly Maori and Pasifika, reflecting the rich and wonderful cultures of our community. The school's core business is children's learning. We have top quality teachers who provide teaching and learning experiences to ensure that every student has the opportunity to achieve, and to become successful life-long learners. We are proud of our school, and the wonderful relationship we have with our community. We firmly believe that this home-school partnership ensures quality education for all of our students. The outcome sought from this RFT is a Contractor to undertake weather tightness repairs to Bairds Mainfreight (the School) the administration has isolated areas of rot located in the building. The proposed repair is to these areas of proven damage in the building which has been scoped into this RFT and this forms part of the Capital works Northern delivery programme.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20040692,Request for Tenders,Open Competition,Main Contractor for Roof Replacement at Papatoetoe West School,,20180822,20180914,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Please make all submissions via the GETS website,"Replacement of roof sheets to Blocks 2,6,7,8,14,18 as per detailed scope in RFQ. Ensure that all new flashings, spouting, roof screws and fixings are installed as per MoE Weather Tightness Guidelines.",Awarded,,131821,20250410 Ministry of Education - School Infrastructure,20065090,Request for Proposals,Open Competition,Swimming Pool Filtration and Drainage Upgrade Hamilton Girls High school,,20181001,20181025,20210618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions need to be made through the GETS website,"The Board of Trustees of Hamilton Girls High School are seeking a main contractor to design and lead a Filtration refurbishment for the School Swimming Pool Length 30 m width 12 m Water volume 640,000 liters, located at Hamilton Girls High School in Central Hamilton. The Upgrade is to include the supply, preparation and installation of a Filtration System, Dosing system and Vacuum System. Upgrade work on Plumbing and Drainage are to comply with Hamilton City Council and Ministry of Education standards ""acceptable"" pool water quality and facilities.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,20071937,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 3, 6 and 11 Roofing Project at Kelston Primary School",,20180829,20180921,20191015,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees of Kelston Primary School is looking for a main contractor for works in the school as the roofs of several blocks need to be replaced and repaired.,Not Awarded,Work is postponed due to other more pressing property works and priorities at the school that need to be attended to.,0,20250410 Ministry of Education - School Infrastructure,20134374,Request for Tenders,Closed Competition,Pakuranga College Rive Block Science Labs Remodelling,,20180911,20181001,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,Two adjacent Science Lab Classrooms (along with a connecting teachers area) are to be refurbished.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20157405,Request for Tenders,Open Competition,Main Contractor for Block 1 and 3 Toilet Upgrade at Kelston Primary School (the School),,20180917,20181010,20210618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Kelston Primary School is looking for a main contractor for the upgrade of the student toilets by Block 1 (Senior Block) and Block 3 (Junior Block). Work is anticipated to happen during the Summer break, with the toilet blocks ready for schools use when Term 1 starts on the week of the 28th January 2019",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,20158065,Request for Proposals,Closed Competition,"Block 2 ILE Project at Flanshaw Road Primary School, Auckland",,20180919,20181016,20200225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The project involves an ILE upgrade of Block 2 along with replacing a concrete court at Flanshaw Road Primary School. Specific works include: new front faade with bi-fold doors and windows for Block 2 for 4 Classroom Block; new rear doors for two classrooms; new internal cabinetry for classrooms; one new external sink; a replacement concrete court in front of Block 2.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20160704,Request for Proposals,Closed Competition,"Main Building Contractor, Block 2 ILE Redevelopment at Marina View School, Auckland",,20181001,20181029,20191205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The project is to redevelop 3 existing teaching spaces into an ILE space; there is some new decking along the front elevation of the teaching block; the roof cladding will be replaced; and the fire alarm system upgraded to a Type 4 system.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20160786,Request for Tenders,Closed Competition,"Main Building Contractor, Blocks 4 and 5 ILE Redevelopment, Botany Downs Primary School, Auckland",,20181126,20181214,20191205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project (of which this procurement is a part) includes: Block 4, construct a new deck along the front elevation of 2 classrooms, minor internal changes to open up a wall to allow connection between 2 classrooms; Block 5, convert 4 classrooms to Innovative Learning Environment spaces, develop a new veranda canopy of approximately 150 square metres in front and connected to the classrooms.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20179499,Request for Tenders,Open Competition,Main Contractor - Tararua College - AH Roof Replacement,,20180924,20181017,20191016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must go through the GETS website,"The Tararua College Board of Trustees is seeking a Main Contractor for the removal and re-pitch of the Admin roof, a one-storey Nelson Block built Circa 1960. The project will involve the removal and re-pitch of the roof section above the offices, overlay of roof membrane, relocation of service pipes into the roof space, replacement of damaged ceiling gib, replacement of a light fitting and a ceiling mounted heater panel.",Not Awarded,Project canceled,0,20250410 Ministry of Education - School Infrastructure,20181002,Request for Tenders,Open Competition,Main Contractor for Blocks 1A and 2 Toilets and Block 5 Relocatable at Hillpark School,,20180921,20181017,20190913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Blocks 1A and 2 Toilets and Block 5 Relocatable at Hillpark School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20196273,Request for Tenders,Open Competition,Main Contractor - Otaki College - Special Needs Fencing Project,,20180924,20181017,20191203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,Otaki College is seeking a contractor for a special needs fencing project.,Awarded,,100000,20250410 Ministry of Education - School Infrastructure,20212469,Request for Tenders,Open Competition,Main Contractor for Construction Works: Tararua Block Refurbishment at Kuranui College,,20181001,20181029,20190822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders to be submitted through the GETS website,"Kuranui College are undertaking a refurbishment of their Tararua Block. This is a 1960s Nelson Block style building in need of a renovation to better suit a modern learning environment. Refurbishment works include, but are not limited to: Painting the exterior of the building. Replacing internal wall linings, paint and install acoustic wall coverings. Upgrade the electrical services Install temperature control systems",Awarded,,878209,20250410 Ministry of Education - School Infrastructure,20222394,Request for Tenders,Closed Competition,Pakuranga College New Car Park RFT,,20181002,20181102,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,Construction of new car park at Pakuranga College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20227819,Request for Tenders,Open Competition,"Main Building Contractors for Refurbishment to Block F at Queen Elizabeth College, Palmerston North",Block F QEC,20181010,20181102,20190710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Refurbishment to Block F including new bench top, ceiling lighting, wall linings, safety film to high level windows, floor coverings & painting. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. A site visit must be undertaken.Please make enquiries through GETS or ring the school office to arrange site visit. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Awarded to Gibson & Oliver,0,20250410 Ministry of Education - School Infrastructure,20228276,Request for Tenders,Open Competition,"Main Building Contractors for Replacement Windows and Refurbishment to Block I at Queen Elizabeth College, Palmerston North",QEC - Block I,20181010,20181102,20190710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Window Replacment and Refurbishment to Block I including wall linings, floor coverings, electrical and painting. All tender documentation and necessary information attached. Timeframes for completion of this work will be discussed with successful contractor and the College dependent on MoE funding approval for this project. Ideally work will commence as soon as possible once confirmation of approval of funding. Please provide timelines for indication of start and completion dates with your tenders. A site visit much be indertaken. Please make enquiries through GETS or ring the school office to arrange site visit. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Awarded to Gibson & Oliver,0,20250410 Ministry of Education - School Infrastructure,20256478,Request for Tenders,Open Competition,Main Contractor for the Block 2 ILE Upgrade at Valley School,,20181010,20181102,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,The board of trustees for Valley School are seeking a Main Contractor for the Block 2 ILE Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20272550,Request for Tenders,Open Competition,"Main Contractor for Blocks AB, BB, CB, EB and H Roof Replacement and Block CB Asbestos Removal at Tamaki College School",,20181015,20181108,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The objective of this procurement is to source a main contractor to remove and remediate asbestos present in Block CB roof when replacing the roof on this Block, the following works are required: Removal of all pipe lagging by an Accredited Asbestos Removalist (Class A licence holder) After the removal of the pipe lagging, a cleaning programme of all surfaces within the roof void with a High Efficiency Particulate Air (HEPA)-filter enabled vacuum. After the vacuuming, a generous coating of Asbestos Binding Compound (ABC; a polyvinyl alcohol emulsion) be administered to all surfaces of the roof void to minimise any remnant Asbestos fibres that escaped the cleaning programme from leaching into the classrooms beneath. Confirm the absence of Asbestos via a Visual Clearance including Surface swab sampling and Clearance air monitoring by an accredited Asbestos Assessor The above testing will confirm if all previously Asbestos containing surfaces have been thoroughly cleaned Test for potential Asbestos leaching on the surfaces of any gutters, downpipes and soil around the Technical Block Removal/replace of such ACM as variation to Contract should any of the surfaces test positive for Asbestos Block AB, EB, CB and B roof replacement: remove and replace roof, flashings and gutter - work must meet Ministry of Education standards for roofing works",Awarded,Only tender received,378883,20250410 Ministry of Education - School Infrastructure,20288101,Request for Tenders,Open Competition,Macleans College Gym Reroof,,20181016,20181112,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Gym roof and adjacent foyer roof require replacing. The total approximate area indicated by the purple line is 710 sqm. The main roof also turns down at the side walls and becomes the wall cladding for part of the building. The flat roof section between the change rooms and gym is to be replaced also. Adjoining roofs have been replaced in recent years. Tenderers must attend a site visit to inspect the building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20291469,Request for Tenders,Open Competition,Main Contractor for the Demolition of a 3-classroom Relocatable at Rosebank School,,20181018,20181113,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Rosebank School (the buyer) is seeking a main contractor for rationalizing 3 relocatable classrooms. Full demolition of Block 8 Safely managing and removing asbestos material in the blocks and from site in accordance with NZ Asbestos Regulations Identifying services that need to be capped and/or redirected, and proceeding with the needed works of capping or redirecting Making good the grounds Clearing and cleaning rubbish and removing from premises Making site safe again for staff and students",Awarded,,90290,20250410 Ministry of Education - School Infrastructure,20291785,Request for Tenders,Open Competition,Main Contractor for the Replacement of Roofing at Rosebank School,,20181018,20181113,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GET website,"Uplift existing roofing to Blocks 2,5,7,9 and 13 and undertake life cycle replacement, the scope includes like for like replacement of roof sheets, with corrugated and trapezoidal 0.55mm commercial marine grade roof sheets and supply/ install netting, underlay, insulation and flashings. There has been no allowance for asbestos works in this scope as the visual assessment could not determine whether asbestos is contained under existing roof sheets. No allowance for re-pitch",Awarded,,102167,20250410 Ministry of Education - School Infrastructure,20296902,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks A and C - Upgrade Classroom Ceilings and Hall Toilets at Khandallah School, Khandallah, Wellington",5069,20181019,20181115,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Khandallah School has capital funding in place to complete improvements to three classrooms in Block A, as well as the reconfiguration of the toilet facilities in the school hall. The project also incorporates work to reinstate the integrity of a fire wall in Block C. The classroom modernisation will consist of new wall and ceiling finishes, introduction of new LED lighting as well as flooring renewal. The hall toilets will be completely refurbished with improvements to the layout and functionality. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Khandallah School Board of Trustees producing full construction documentation.",Awarded,Contract awarded to Alaska Construction,94718,20250410 Ministry of Education - School Infrastructure,20309796,Request for Tenders,Closed Competition,Arrowtown Primary - Enabling works,CW2018-70,20181029,20181116,20200127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Arrowtown Primary is experiencing rapid roll growth. A design for major refurbishment and new building work is currently in developed design stage. It is expected the major build will begin early 2019. To assist this project an enabling works package is needed to be completed during the school Xmas holidays 18-19. The scope of enabling work relates to the relocation of underground services & server room. The Contract Works required are: Trenching to relocate existing & install new underground infrastructure (server room). Relocate the schools server School open for a portion of the construction period. Site fencing to meeting MOE and QLD Council guidelines.",Awarded,This contract was awarded to Amalgamated Builders Ltd and the contract works commenced in Dec 2018.,0,20250410 Ministry of Education - School Infrastructure,20318826,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block D - Refurbish Classrooms at Fairfield School , Levin",4799,20181026,20181120,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fairfield School has MoE approval to make alterations and improvements to three teaching spaces. The project sets out to introduce better connection between the classrooms, provide small withdrawal spaces and relocate the cloak areas to the porches and introduce weather screens to these spaces. The rooms will be upgraded with new floor and wall finishes, acoustic treatment of the ceiling, new lighting and window renewal. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Fairfield School Board of Trustees producing full construction documentation.",Awarded,Contract awarded to DS O'Leary Building start date 30.09.19 with anticipated completion date 28.02.20.,361517,20250410 Ministry of Education - School Infrastructure,20356956,Request for Tenders,Open Competition,Roofing Contractor for Roof Replacement Works at Otamatea High School,209622,20181105,20181128,20190805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Otamatea High School Board of Trustees require a Roofing Contractor for the replacement of Corrugated long-run metal roofs on Blocks P1 (Whare), M (Hall), ANC 3 (Tractor Shed), replacement of translucent roofing between classrooms A4 and A5, and replacement of spoutings/gutters on the Covered Way. The works shall be scheduled to be carried out over the 2018/19 School end of year holiday period to the extent possible in order to avoid inconveniencing the routine operations of the school. The works shall be carried out as one project in one single stage of work.",Awarded,,140039,20250410 Ministry of Education - School Infrastructure,20362146,Request for Tenders,Closed Competition,Main Contractor for Block BB ILE and Toilet Upgrade at Tamaki College,,20181106,20181214,20191209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be through the GETS website,"The Board of Trustees at Tamaki College is looking for Registrations of Interest from Main Contractors to complete an ILE and Toilet upgrade for Block BB. The Eight classrooms in the scope of works were built in 1935 and last upgraded in1986 Upgrade 8 classrooms, 4 on ground level and 4 on upper level and Girls and Boys toilets in line with MoE DQLS standards and Architects drawings",Awarded,,755043,20250410 Ministry of Education - School Infrastructure,20378029,Request for Tenders,Closed Competition,Rangitoto College LED Lighting RFT,,20181108,20181205,20190814,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Is a Closed Tender This is a design and build tender request. Tenderer is required to provide a suitable solution subject to clients engineering review for the LED Lighting Upgrade Project. The contractor is required to clearly identify type of fittings proposed and the replacement cost for each of the units. This project is required to be carried out during both school terms and holidays.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20383559,Request for Tenders,Open Competition,"Glenfield College K, HD and J Block Refurbishment",,20181109,20181204,20190807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block K: The conversion of an open meeting space in to 2 new offices to accomdate the deans offices. The Colleges roll is shrinking, as a result, part of Block K will be demolished (part of a separate project). The College has agreed to convert these spaces into replacement Deans Offices, as the Deans Offices in HD Block will be converted into a new International Students Centre. This project is part of a conversion of the existing blocks, to accommodate the shrinking roll. Block HD: The conversion of the existing Deans Offices into the International Centre. The Colleges roll is shrinking, as a result, the existing Deans Offices will be converted into the International Centre. Block B, which houses the International Centre, is to be demolished in the future. As a result, the International Centre will be moved to the existing Deans Office. Block J: The conversion of 2 existing technology rooms into 2 new art classrooms. The Colleges roll is shrinking, as a result, the existing art classrooms on site are to be demolished (part of a separate project). As the existing technology classrooms, T8 and T9 are used infrequently, the College has agreed to convert these rooms into replacement Art rooms. This project is part of a conversion of the existing blocks, to accommodate the shrinking roll.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20399806,Request for Tenders,Open Competition,Tua Marina School (Marlborough) Block A ILE Upgrade,16-3050-22,20181113,20181210,20190813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"School Support Ltd and Tua Marina School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for the ILE Upgrade of Block A. SITE LOCATION Tua Marina School. Campbells Rd, Tuamarina 7273 This project is to be staged into 2 phases. Stage 1 - All work in the front area of the classrooms plus joinery at the back of the classrooms to take place Dec 2018/Jan 2019 Stage 2 - Cloak room, Toilets, and re-decoration of interior of classrooms to take place July 2019. Please check the plan of works to take place. The two stages are indicated by a bold red line. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20401852,Request for Tenders,Closed Competition,Main Building Contractor for Block 1 ILE + Roofing Works at New Lynn School,19907304,20181113,20181211,20190910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"o ROOFING: o Block 1 roofing/skylight works as shown on project drawings and specification. o BLOCK 1 ILE o ILE Works as described on project drawings and specification. o The upgrade of toilets includes provision of warm water. i. The removal of asbestos as identified in the Asbestos Survey report will require an approved plan for removal, handling and disposal with air monitoring clearance certificates required. This work to be carried out during School holidays. ii. Insulation is to be installed as shown on the plan. iii. Roofing work details are shown on the attached plan. Please note, as the project is to be completed consecutively in the 3 stages identified on the drawings, we need for you to break the price down into the 3 stages.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20413026,Request for Tenders,Open Competition,Tua Marina School (Marlborough) - Transportable Accessible Bathrooms,18-3050,20181115,20181212,20190813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions should be made through the GETS website,"School Support Ltd and Tua Marina School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for the Accessible Bathroom project. SITE LOCATION Tua Marina School. Campbells Rd, Tuamarina 7273 The works include: The construction of a re-locatable bathroom unit for pupils with disabilities complete with services ready to connect to existing onsite services, together with the foundations and site services, including transport to site if built off site, installation and commissioning. The work includes alterations to the fencing around the pool and drainage and asphalt resurfacing work around the existing pool. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20416308,Request for Tenders,Open Competition,CW2018-78 Building Services at Henley School,,20181114,20181207,20190923,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main contractor for the construction of a new classroom block at Maitai Satellite located at Henley School. Maitai School has a satellite classroom to support primary and intermediate aged students with special needs located on the campus of Henley School. The satellite has reached its full capacity and is experiencing immediate demand to accommodate new students and support staff adding pressure on it. To support Maitai Satellite a new roll growth of 1 teaching space has been announced. The space available at Henley School for the satellite is very limited and the new classroom needs to be located next to the existing building due to the students specific requirements. The space available for this new classroom is 107m? and to make up for the space limitation the existing block was designed with the possibility to extend it for future roll growth.",Awarded,"The contract was awarded to Ultraspec 2013 Limited and will start on 4 March 2019. The term of this contract is until practical completion, expected to be 28 June 2019.",563230,20250410 Ministry of Education - School Infrastructure,20428177,Request for Tenders,Open Competition,main building contractor for blk A roof replacement & fire alarm upgrade at Invercargill Middle School,18/02/3966,20181120,20181213,20190820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The scope of work is to replace a old slate tile roof with a new roof and upgrade the current fire alarm to a type 4 alarm . The contractor can submit a program with his own proposed time frame to be considered within the tender evaluation.",Awarded,The tenders have been evaluated and awarded in accordance with the evaluation plan detailed in the Request for Tenders.,396920,20250410 Ministry of Education - School Infrastructure,20450975,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block E - Modernise Student Toilets & Develop Outdoor Teaching Area at Waitohu School, Otaki",4924,20181123,20190131,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Waitohu School is looking to modernise and improve the student toilet facilities located in Block E. This involves the reconfiguration and improvements to the space and the creation of self contained unisex cubicles. The project will also develop a space behind the block and form a covered outdoor teaching area with efficient access and connection to adjacent classrooms and good management/sight lines. New toilets will have new flooring substrate, all new finishes, warm water recommissioned and vastly improved access and vision into the communal space. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Waitohu School Board of Trustees producing full construction documentation.",Awarded,Contract now awarded,0,20250410 Ministry of Education - School Infrastructure,20456266,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks A, B & C - Replace Roofing & Spouting/Refurbish Classrooms/Toilets at Otari School, Wilton, Wellington",4715,20181123,20181218,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"This project refurbishes Block C at Otari School as the redevelopment of the building towards innovative learning environments. The existing building is comprised mostly of original materials and finishes and layout which fails to meet the demands of flexible shared learning. The work also includes replacement of flat roofs of Block A which have leaked over a number of years as well as replacement of flashings and clear roofing to Blocks B and C. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Otari School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to DS O'Leary Building Ltd, starting 06.06.19, anticipated completion date 31.10.19",386794,20250410 Ministry of Education - School Infrastructure,20458327,Request for Tenders,Closed Competition,Pakuranga College School-Wide Security Upgrade,,20181123,20181214,20210618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Pakuranga College is about to embark on a school-wide upgrade of its fire protection system. In tandem with this fire upgrade, the College intend to carry out an upgrade of the security system.",Not Awarded,"This tender has been awarded retrospectively. This means that this tender was published between 2014-2018 but has not been awarded/closed off in the system. This can happen for a variety of reasons. The Ministry has decided to take this retrospective action to clean up the system and preserve its data integrity. Where appropriate and practicable we will provide further information. Regards, Ministry of Education Procurement Team.",0,20250410 Ministry of Education - School Infrastructure,20461623,Request for Tenders,Open Competition,Design and Build a New 4 Bay Garage at Mangatawhiri School,,20181129,20190107,20190905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor to Design and Build a New 4 Bay Garage at Mangatawhiri School The required solution is outlined in the attached RFT document. All proposals will be presented to the school prior to a contract being awarded. Note: All question relating to this tender must be submitted via the GETs website",Not Awarded,We went to the direct market as we only received 1 tender and Aztec Waikato were the winning tender,0,20250410 Ministry of Education - School Infrastructure,20463962,Request for Tenders,Open Competition,"Main Contractor for ""Mega"" Project at Rutherford College",,20181127,20190111,20190723,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replacement of sanitary fittings and fixtures Replacement and upgrade of electrical services Repairs and upgrade of the existing drainage system Roof refurbishment to Blocks A, D, E, S and Art Block Remediation to Block A suffering from a significant weather tightness failure Upgrade of existing toilet blocks",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20470157,Request for Tenders,Open Competition,Glenfield College C Block Special Needs Classroom Alterations,,20181127,20181220,20190819,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Internal Alterations to 2 classrooms on the first floor of C Block at Glenfield College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20476234,Request for Tenders,Open Competition,Mayfield School (Blenheim) - Transportable Accessible Bathroom.,18-2912-001,20181127,20181220,20190924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via the GETS website,"School Support Ltd and Mayfield School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for the Accessible Bathroom project. SITE LOCATION Mayfield School 79 Hutcheson St, Mayfield, Blenheim 7201 The works include: The construction of a re-locatable bathroom unit for pupils with disabilities complete with services. Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Not Awarded,This project did not go ahead.,0,20250410 Ministry of Education - School Infrastructure,20477974,Request for Tenders,Open Competition,Main Cleaning Contractor for Rosehill College,,20181128,20190109,20191031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Rosehill College seek the services of a cleaning contractor to tender for a sanitary bin and cleaning contract.,Awarded,The winning tender was appointed by the School,0,20250410 Ministry of Education - School Infrastructure,20480236,Request for Tenders,Closed Competition,Request for Tenders for Main Building Contractor to carry out reclad and remediation works at Kelston Intermediate,,20181128,20190121,20190715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Building Contractor to carry out reclad and remediation works to Blocks 1 and Blocks 3 at Kelston Intermediate School (the Contract Works at the School). The Project (of which the Contract Works are a part) involves: Reclad and remediation works to Block 1 and Block 3. Historically, leaks have been identified to areas of roofs, and windows. The desired outcome is a weathertight and durable building for the schools use. The project is ideally to be completed prior to the end of term 1, 2019 (refer to 2.2)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20485608,Request for Tenders,Closed Competition,Request for Tenders (RFT) Main Contractor for the construction and demolition at Ngunguru (the School),20227932,20181128,20190125,20190715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is the next stage for the Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for The Main Contractor for the construction of two level, six teaching spaces classroom blocks plus enabling and demolition of 4 old relocatable classrooms at Ngunguru (the School),",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20515191,Request for Tenders,Open Competition,CW2018-49 Opihi College - Demolition Services,,20181205,20190117,20210715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for CW2018-49 Block H Demolition at Opihi College The demolition site is located at Opihi College, Richard Pearse Drive, Temuka 7920. The demolition works are contained within Block H and are to include all building materials and hardstands within that area. The demolition works will make way for a new-build classroom block. The School is currently operating, and works may continue into School term; tenders will have to account for this in their safety planning and staffing requirements. A more detailed breakdown of the required works can be found under the appended demolition specification. An asbestos clearance certificate will be provided. This work is for the demolition not including asbestos removal.",Awarded,It is intended that the value of the contract resulting from this tender will be within $250k - $500K,0,20250410 Ministry of Education - School Infrastructure,20517746,Request for Tenders,Open Competition,Redoubt North School - Lego Block,,20181206,20190122,20200330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Construction of a new 'health and well-being building for the school, with the intention of creating a space that allows students to build and learn using Lego as a means of therapy. The building will be a flagship design for teh school for providing supportive learning environments. The building is not additional teaching space, it is instead ancillary learning space.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20519703,Request for Tenders,Closed Competition,Whangaparaoa College A B C Gym MLE,6763-0-12,20181207,20190114,20190709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project will include installing transpace doors, new floor and wall linings and to make new openings within four classroom blocks.",Awarded,,395849,20250410 Ministry of Education - School Infrastructure,20544812,Request for Tenders,Open Competition,Main Contractors only - Timaru South School Block 2 Modernisation - Roofing - Power & Alarms Upgrading,,20181219,20190207,20191007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractors only - Timaru South School Block 2 Modernisation - Roofing - Power & Alarms Upgrading. Minor modernisation of Blk 2 including installation of cavity slider between classrooms, lighting upgrade, painting, pinboards and carpet. Old dental clinic re-roof, together with power outlet, lighting fire and security alarm upgrading throughout numerous blocks.",Awarded,Similar tenders with only slight difference in tender value however Timaru Construction tender priced all items as requested without PC Sums and scored higher across all categories. Accordingly contract awarded to Timaru Construction,340000,20250410 Ministry of Education - School Infrastructure,20545022,Request for Tenders,Open Competition,CWS2018-115 Marlborough Boys College,,20181213,20190122,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS websirte,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Special Needs Modifications and Enabling Works at Marlborough Boys College. Marlborough Boys College Special Needs Unit now requires more space for their growing student numbers and look to utilize the current careers centre space and re-model to meet special needs requirements which include a relocated HDU. The current careers centre will be moved to a relocated building from Christchurch. (University of Canterbury Re-locatable Stock). Enabling works are also required in order to install the UC relocated building. Overview of the programme Construction works are to commence during term 1 (indicatively week commencing 11th February 2019) with Completion expected toward the end of April 2019.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,20552024,Request for Tenders,Closed Competition,Main Building Contractors for Parkland School ILE Upgrade and New Toilets,Parkland School,20190123,20190219,20190710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Remove pupils toilets to allow the space to be opened up to create a breakout area and teachers work spaces & resource. Install new aluminium stacker doors between classrooms allowing vision and flexibility. New breakout and teachers workroom/resource to be lined with Autex Composition Acoustic wall linings, commercial carpet coverings, lighting, heating and acoustic ceilings. Refurbishment of the existing classrooms with replacement fabric wall linings and replace with Autex Composition Acoustic absorbent wall linings. Replace floor coverings with commercial carpet tiles. Upgrade lighting. New fixed whiteboard units. Interior redecorating to remaining surfaces. Construction of a new stand-alone toilet block comprising of 5 x self-contained w/cs, 1 x accessible toilet and cleaners area. Layout to follow the Ministry of Education recommendations and reference design for school toilets. Including access during wet weather, convenient for students and visibility to lobby space. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would commence as soon as possible after confirmation of approval with successful contractor. Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Awarded to Gibson & Oliver,0,20250410 Ministry of Education - School Infrastructure,20553446,Request for Tenders,Closed Competition,Arrowtown Primary Contract Works for a new build 14 teaching spaces & admin refurbishment,CW2018-70,20181214,20190208,20200127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Arrowtown School is a state, co-educational, decile 10 school located at 9 Chalmers Place, Arrowtown surrounded by residential development. The school community is made up of a Junior, Middle and Senior school with senior being made up of years 6,7 & 8. The school has experienced rapid roll growth along with several documented weathertight issues with some of their current classroom blocks. This has led to the opportunity to deliver new teaching blocks that reflect the Quality Learning Environments the MoE is committed to providing for current and future educational styles. Block A,B,C,D,E,F,K are permanent single storey construction, whilst Block L Hall is of steel portal frame construction. Enabling works is scheduled to occur during the 2018/19 Xmas holidays to relocate the server from the administration block and redirected underground infrastructure for electrical, mechanical, hydraulic and fire services to minimise disruption to the school during the main build. The key stages of the Contract Works is: Stage 1 Demolition of Blocks K,C,B & A New build Block Y completed Stage 2 Block X, carpark & associated landscaping Stage 2 Refurbish Block E, install supports for HDU Stage 3 Weathertight repairs to Block L Hall Timeframes are: Start date: February 2019 Required completion Stage 1 October 2019 Required completion Stage 2 January 2020 Preferred Completion Stage 3 April 2020",Awarded,The contract was awarded to Amalgamated Builders Ltd with a contract commencement date of Aug 2019.,0,20250410 Ministry of Education - School Infrastructure,20567310,Request for Tenders,Open Competition,Ruapehu College Block C Refurbishment,Ruapehu College,20190128,20190222,20190710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Internal Alteration and Refurbishment to Block C. This includes removal of some internal walls, providing stacker doors between spaces to allow for vision and flexibility between areas. Providing window panels to classroom room/corridor solid core doors. Providing lighting to areas, refurbishment to existing wall linings with Autex Composition, insulation to new ceilings, and new floor coverings. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. March/Early April 2019). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Awarded to Shane Stone Builders,0,20250410 Ministry of Education - School Infrastructure,20572662,Request for Tenders,Open Competition,Main Building Contractors for Block 2 Alterations at Clifton School,Clifton School,20190211,20190308,20190710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Remove all pupils toilet to allow space to be opened up to create a breakout area. Utilising the existing toilet area and existing cloakbay space. Install glazed aluminium stacker doors between all spaces, to allow for vision and flexibility. New breakout space to be lined with Autex Composition acoustic absorbent wall linings, commercial carpet floor coverings, lighting heating and acoustic ceilings. Approximate size of new breakout area is 36m2. There is no footprint extension, but net area increases with the toilets and cloakbay converted to breakout. New exterior doors to the classrooms, to allow the cloakbay area to better utilised. Create new cloakbay area to the exterior of the block under the existing veranda, with weather protection. Solid to low level and glazed/clear sheets above. New accessible ramp to Classroom 2. All tender documentation and necessary information attached. A site visit must be undertaken. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. April /May 2019). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,"As discussed with the MoE School Property Advisor, due to budget constraints the scope of work will need to be reduced significantly to come within budget if possible including revised Architectural Drawings. If so this will be resent for revised quotes based on the reduced scope of work to those tenderers that originally submitted via GETS.",0,20250410 Ministry of Education - School Infrastructure,20572831,Request for Tenders,Open Competition,Main Building Contractors for Alterations & Refurbishment to Block 3 at Whanganui East School,Whanganui East School,20190225,20190322,20190906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Door replacement to Rooms 1, 2, 5, 6, 7, 12, 13, and 14. New flooring, lighting, wall linings, painting to all rooms including toilets, lobby and cloaks. New IBS panel feature board to Clocks and Lobby. Hardie Glaze wall linings to all toilets. All tender documentation and necessary information attached. A site visit must be undertaken. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. May/June 2019 or sooner if approvals allow). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Shane Stone Builders,0,20250410 Ministry of Education - School Infrastructure,20581969,Request for Tenders,Closed Competition,Main Contractor for the Block E ILE and Upper Roof Replacement at Papatoetoe High School,,20190109,20190213,20190711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,The board of trustees for Papatoetoe High School are seeking a main building contractor for the Block E ILE Conversion and Upper Roof Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20598949,Request for Tenders,Closed Competition,Papamoa College Design and Construction of extensions,CW2018-81,20190121,20190328,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"Papamoa College is a year 7 to 13 high school with the March 2018 roll of 1,288 students. The project reflects the third and fourth stages of Papamoa College's development. The school opened in 2011 with a capacity of 700 students. Stage 2 was completed in 2013 and increased the school's capacity to 1100 students. This tender is for Stage 3 (Phase 1) and the proposed Stage 4 (Phase 2) to increase the school's capacity to 1500 and 2000 students respectively to address immediate roll growth issues. Stage 3 (Phase 1) a. 16 new teaching spaces by infilling the existing undercroft and terrace and extending the junior and technology wings, a total gross property area of 3,540m2 b. Associated site works and infrastructure upgrades Construction timeframes for Stage 3 (Phase 1) is start date: 3 July 2019 with a due date for completion being 30 November 2020 Stage 4 (Phase 2) c. 21 new teaching spaces by extending the middle and senior school wings, a total gross property area of 3,045m2 d. Associated site and infrastructure works. Construction timeframes for Stage 4 (Phase 2) is start date: 30 November 2019 with a due date for completion being 2 July 2021. Darryl Church Architecture (DCA) was appointed in November 2016 to complete the planning and preliminary design phases for Stage 3 (Phase 1) and Stage 4 (Phase 2). The Stage 3 and 4 masterplan was presented to the Design Review Panel (DRP) and closed out in December 2017. The Stage 3 (Phase 1) preliminary design was endorsed by the School and presented to the DRP on 30 May 2018. The proposal was rated amber.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20614276,Request for Tenders,Open Competition,Main Contractor for Pod 3 Classroom ILE Upgrade and Roof Replacement at Shelly Park School,,20190121,20190215,20191014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Due to Shelly Park Schools increase in its roll, the Ministry of Education approved the increase of the schools footprint, specifically in Pod 3. The school has engaged a project manager and a lead design consultant for multiple works identified in Pod 3, and these include a roof replacement, classroom upgrade and an outdoor learning area. Pod 3 works were broken down into 2 stages. Stage 1 is primarily work to extend Pod 3, and this includes the creation of an outdoor learning space and timber deck, extending the resource room and breakout space. Stage 2 works include the upgrade of the classrooms into an integrated learning area and the roof replacement. This Request for Tender is specific to Stage 2.",Awarded,Met all requirements of the tender; assessed to provide best value,0,20250410 Ministry of Education - School Infrastructure,20637159,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Bock 7 - Refurbish Classrooms at Opaki School, Masterton",5107,20190129,20190304,20190708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Opaki School is looking to significantly improve two classroom spaces and provide internal connection which will vastly benefit teaching and learning in this area of the school. Presently classrooms 6 and 7 are standalone and isolated with a set of toilets and an external walkway dividing the buildings. The classrooms will have internal environmental improvements around thermal and acoustic treatment, artificial lighting and finishes upgrade work. In order to create a more modern teaching facility the student toilets will be relocated and a minor footprint increase is needed. The two spaces will then be joined and have direct connection. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Opaki School Board of Trustees producing full construction documentation.",Awarded,Contract awarded; commencement date to be agreed between parties.,282135,20250410 Ministry of Education - School Infrastructure,20641692,Request for Tenders,Open Competition,Main Contractor for the Gymnasium and Block M Upgrade at Tuakau College,,20190129,20190225,20190926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Tuakau College are seeking a main contractor for the Gymnasium and Block M Upgrade at Tuakau College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20648098,Request for Tenders,Closed Competition,Napier Boys High School Main Contractor for the Armour Block Replacement,CW2018-89,20190201,20190305,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Napier Boys High School is located on Chambers Street, Napier. It is a Year 9 13 high school for boys and is one of the oldest schools in Hawkes Bay. The school roll as at July 2017 was 1164. The Project of which the Contract Works are a part) involves: - The existing Armour Block suffers from water ingress and does not meet the Ministrys requirements for innovative learning environments. Based on the extent of upgrades required it has being assessed as uneconomic to refurbish and is to be replaced with a new purpose built facility which will provide both general and specialist teaching spaces. - To avoid the requirement for temporary classrooms the project will be delivered in consecutive stages by a single contractor - All stages of the project are to be completed by December 2020 - Project consultants are: o Project Manager Frequency o Engineer to Contract - Maltby o Quantity Surveyor - Maltby o Lead Designer Stephenson and Turner Intended contract award date is 29 March 2019",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20650404,Request for Tenders,Open Competition,5408 RFT for main contractors remodel foodtech and science Te Kura-a-iwi o Whakatupuranga Rua Mano Otaki,5408 181101,20190204,20190228,20191030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,School Board of Trustees is looking for main contractor to tender to modernise the existing foodtech and art/science classroom,Awarded,Contract awarded to Maycroft Construction 10/10/19,138796,20250410 Ministry of Education - School Infrastructure,20655082,Request for Tenders,Closed Competition,"Main Contractor for the Block 2 DQLS Refurbishment, Blocks 6 & 8 DQLS Upgrade (AMS) at Drury School",,20190204,20190304,20190926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Drury School are seeking a main contractor for the Block 2 DQLS Refurbishment, Blocks 6 & 8 DQLS Upgrade (AMS).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20669654,Request for Tenders,Open Competition,Otaua School Main Building Contractor for Blocks 2 & 3 Alterations,,20190204,20190228,20191213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The contract works at the school will consist of two different areas of alterations to existing buildings within the school. The two areas include Block 2 and Block 3. ? Block 2 Interior upgrade to the block will include fully refurbishing the space with new linings, new toilet fittings, lightings, partitions etc. New outdoor teaching space will be added with a new sliding door which opens on a new verandah. ? Block 3 ILE upgrade to room 5&6 will include demolishing the toilets, and wall between the two rooms to create bigger teaching space. Refurbishment to the space with new linings, light fittings, new sliding doors etc. New outdoor teaching space will be created with new verandah. Due to upgrade in the rooms existing bag bay will be removed and new bag bay will be provided on the new veranda.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20669758,Request for Tenders,Open Competition,Works for Onsite Wastewater Treatment Plant Upgrade at Awakeri Primary School,209083,20190204,20190307,20190909,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All Tenders Must be submitted through the GETS Website,"Upgraded onsite wastewater treatment system and disposal system, and all required connections (water, power, existing wastewater system)",Awarded,The contract was awarded to Innoflow Technologies NZ,0,20250410 Ministry of Education - School Infrastructure,20671631,Request for Tenders,Open Competition,Contractor - Otaki College - Fire Protection Upgrade Project,,20190205,20190301,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Otaki College board of trustees are seeking a building contractor for a site-wide fire protection and bells upgrade.,Awarded,,100000,20250410 Ministry of Education - School Infrastructure,20683190,Request for Tenders,Closed Competition,Main Contractor for Block 1 DQLS Works and Toilet Refurbishment at Mt Eden Normal School,,20190207,20190304,20190715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Mt Eden Normal School are seeking a Main contractor for the Block 1 DQLS Works and Toilet Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20711320,Request for Tenders,Open Competition,Main Building Contractors for AMD Funded ILE Development at Whenuakite School (ORFT),5908,20190214,20190311,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: Block C - Partial demolition, relocation and refurbishment including breakout room, decks and verandahs. Anticipated start: ASAP once formal MOE approval is given Construction period: 10 weeks from date of site possession DLP: 6 months Contract: MOE Medium Works",Not Awarded,Contract withdrawn due to contractors pulling out,0,20250410 Ministry of Education - School Infrastructure,20711882,Request for Tenders,Closed Competition,AWATAPU COLLEGE - 200 Block Re-Roof,18/019,20190415,20190522,20200205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Awatapu College (the Buyer) is seeking Main Building Contractors for the 200 Block Re-Roof at Awatapu College (the School). The Scope of Works include: - Removal of existing trough section metal roofing, underlay, wire netting and Pinex sarking. - Removal of existing membrane roofing and plywood substrate. - Removal of existing spouting replaced. - Supply and installation of new timber roof framing (between existing). - Supply and installation of new R3.2 ceiling insulation and R2.8 wall insulation. - Supply and installation of new 17mm thick Ecoply CD Grade H3.2 plywood membrane substrate. - Supply and installation of new Waterproofing Systems NZ duroTUF TPO membrane roofing and accessories. - Supply and installation of new powdercoated aluminium and Dektite flashings. - Supply and installation of new spouting and brackets. - Supply and installation of new uPVC downpipes and powdercoated aluminium rain water heads. - Removal and replacement of clerestory glazing. - Removal of high level timber windows for replacement with new powdercoated aluminium window inserts with opening sashes. - Removal of existing clerestory cladding and low level Covered Way cladding (asbestos containing material) to be replaced with new James Hardie Titan Faade Panel and James Hardie HardiFlex. - Exterior painting to existing timber barge boards, trim, new spouting, downpipes and wall claddings. - Removal of existing call points and detectors connected to existing security system. - Design, supply and installation of new Type 4 Analogue Addressable Fire Alarm System included all associated fire alarm call points, smoke/heat detectors, Exit lights, emergency lights, signage, and all associated works to both the 300 and N Blocks in accordance with NZS4512:2010 Fire Detection and Alarm Systems in Buildings. The Board of Trustees seeks tenders for the above works through this two-stage, closed Request for Tender (RFT) from short-listed Main Building Contractors as selected from the preceding Registration of Interest (ROI) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Major Works Construction Contract (NZS 3910:2013). A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Awatapu College Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Awarded,This contract was awarded to Maycroft Construction with contract to commence in December 2019.,0,20250410 Ministry of Education - School Infrastructure,20717175,Request for Tenders,Open Competition,Barrytown School Special Needs Bathroom,19-3290-SN1,20190214,20190311,20190722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be through the GETS website,"School Support Ltd and Barrytown School Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd for the Special Needs Bathroom. SITE LOCATION 21 Cargills Road, Rununga, 7873 This project consists of the following works: Construction of Special Needs Bathroom Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20728459,Request for Tenders,Open Competition,5409 RFT Main Contractor Hokowhitu School Capital Works Palmerston North,208236,20190215,20190313,20190829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Hokowhitu School Board of Trustees is requesting a tender from main contractors for alteration construction work to the existing school, as per the attached documents.",Awarded,The contract was awarded to Gibson and Oliver August 2019,0,20250410 Ministry of Education - School Infrastructure,20730074,Request for Tenders,Open Competition,Main Contractor for the Boundary Site Fencing at Kia Aroha College,,20190215,20190314,20190715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Kia Aroha College are seeking a main contractor for the Boundary Security Fence project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20730086,Request for Proposals,Open Competition,RFP- Directory Of Construction Suppliers For Major Works,,20190214,20190322,20200224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All queries should be made through the GETS website Q&A function,"The Ministry went to market in August 2017 to procure a national panel of primary construction Suppliers (the Directory). The Directory went live in November 2018 and is a panel arrangement that Suppliers are prequalified for capability and capacity from which the Ministry will procure major works contracts over $500,000, through its Capital Works programme. The Ministry is now going back out to market and reopening the Directory to new and existing Suppliers to; allow new Suppliers to gain admittance to the Directory allow existing Suppliers to tender for additional categories to increase their scope of delivery to the Ministry allow existing Suppliers to submit new information and examples to increase their score for a category on the Directory The relevant programme delivered annually through the Directory is anticipated to have a value of approximately $250m. For supplier briefing sessions please see the NOI link above, for suppliers unable to attend the briefing sessions an addenda will be added with the presentation and Q&A summary in due course All submissions in response to this RFP are to be made through the AWARD portal. To access the AWARD portal Respondents will need to advise the Ministry of the users who require access. The Ministry will then provide a Username and Password for each user as well as an AWARD User Guide. See Section 2.10 of this RFP for further requirements to enable registration for AWARD. The email address for requesting registration to the AWARD portal is: ConstructionDirectory.RFP2019@education.govt.nz",Awarded,"The following suppliers have been appointed to the Construction Directory: ALASKA CONSTRUCTION & INTERIORS LIMITED ARTHUR BROWN CONSTRUCTION (2017) LIMITED Blackwood Building Limited BURTON CONSTRUCTION & MAINTENANCE LTD C LUND & SON LIMITED CAPITAL CONSTRUCTION LTD CANAM COMMERCIAL LIMITED CANAM CONSTRUCTION BOP LIMITED Gemco Construction Limited HENWOOD CONSTRUCTION LIMITED ISAAC CONSTRUCTION LIMITED LEE BUILDING MAINTENANCE 2011 LIMITED MOLIOR BUILDING LIMITED MSR CONSTRUCTION LIMITED MULTIBUILD SCHWASS LTD N COLE LIMITED N KENNEDY CONSTRUCTION LIMITED Paramount Construction (2004) Ltd PLUMBING & HEATING CENTRE LIMITED PUDDLEFISH PLATT LTD Scarbro Construction SCOTT CONSTRUCTION LTD SCOTT CONSTRUCTION MARLBOROUGH LTD SHANE STONE BUILDERS LTD SHAWN WILLIAMSON BUILDING LTD STEVE MOWAT BUILDING & CONSTRUCTION LIMITED SUMMITBUILD CONSTRUCTION LIMITED T & D CONSTRUCTION (2010) LTD THE BREEN CONSTRUCTION COMPANY LTD Thorburn Builders TOTAL INFRASTRUCTURE LIMITED ROBINSON CONSTRUCTION LIMITED RPC CONSTRUCTION LIMITED ULTRASPEC 2013 LIMITED WADE CONSTRUCTION LTD WAIPUKURAU CONSTRUCTION 2002 LTD COMMERCIAL MAINTENANCE LIMITED",250000000,20250410 Ministry of Education - School Infrastructure,20734451,Request for Tenders,Open Competition,Main Contractor - Crofton Downs Primary School - Classrooms 1 + 2 Upgrade and Roof Redevelopment,,20190218,20190321,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Crofton Downs Primary School (the Buyer) is seeking a Main Contractor for the Classrooms 1 + 2 and Roof Redevelopment at Crofton Downs Primary School (the School). The School requires an experienced Main Building Contractor for the constructions works required to execute the following projects: 1. An ILE Redevelopment of the Existing Classrooms 1 + 2. 2. A Roofing Replacement Project to Existing Blocks A, D + F.",Awarded,,500000,20250410 Ministry of Education - School Infrastructure,20746914,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 1 - Mahinawa Relocation and New Bathroom at Ngati Toa School, Titahi Bay, Porirua",5011,20190221,20190319,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A decision has recently been made to relocate special needs facilities from Block 3 to Block 1 where a new purpose built full accessible bathroom will be constructed. Existing student toilets will be rationalised to make the necessary space available. Two existing classroom spaces will be partially refurbished with the introduction of a kitchenette and staff office and resource areas. The areas will be decorated and have new flooring (carpet tiles). In ancillary spaces on the south side of the building artificial lighting will be upgraded. The major works will be the alterations and fit out of the bathroom facility which will include a mechanical hoist and also accommodate laundry facilities. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Ngati Toa School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Construct Wellington Ltd, start date 17.09.19 with expected completion date of 28.02.20.",238387,20250410 Ministry of Education - School Infrastructure,20751146,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Replace Roof Coverings at Paekakariki School, Kapiti Coast",5073,20190222,20190321,20190816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The overall condition of the metal roof coverings on Block A is poor with many areas deteriorating and with damage from corrosion. Combined with this, there are some parts of the building on the southern side where flat roofs are performing poorly with regard to water run off where there is insufficient pitch. There have been recent occurrences of water ingress into the building and around door entrances to classrooms. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Paekakariki School Board of Trustees producing full construction documentation. Note: Fire Report will be loaded as an NTT.",Awarded,"The contract was awarded to Construct Wellington Ltd, starting 12.08.19, anticipated completion date 24.01.20.",0,20250410 Ministry of Education - School Infrastructure,20752830,Request for Tenders,Open Competition,CW2019-004 Main Contract Works for Special Needs Modification Projects at two bundles of Schools in the Waikato Region (the Schools),,20190221,20190318,20190808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry has a large number of school sites operating in the Waikato region. In the coming year, the Ministry expects many of these sites will require modifications to accommodate Special needs Students (Special Needs Modification Works - SNM). The Ministry has an initial requirement for works at 5 schools across two bundles: - Paeroa Central School - Paeroa College - Firth Street Primary, Matamata - Te Wharekura O Manaia - Berkley Normal Middle School There is also a requirement for the additional schools of which designs are yet to be completed. Please note that design not currently available. These projects will be a negotiated lump sum either during the negotiation process or post award for the initial works: - Tauwhare School - Maeroa Intermediate - Ngahinipouri School The Ministry estimates an additional 10 further schools (within this region, beyond those mentioned above) will require similar works through to January 31st 2020, so the Ministry is reserving the right to negotiate directly with the appointed supplier(s) to provide pricing for these additional works.",Awarded,"S.J McCarthy Construction awarded: Paeroa Central School, Paeroa College, Firth Street Primary, Tauwhare School Total Help awarded: Te Wharekura O Manaia Woovidew Construction awarded: Berkley Normal Middle School, Ngahinipouri School",0,20250410 Ministry of Education - School Infrastructure,20762345,Request for Tenders,Open Competition,Main Contractor for New Decks & Other Works at Hukerenui School,,20190225,20190322,20191120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for New Decks & Minor Works at Hukerenui School. Works include a new 45m2 covered deck & associated work, separate small deck & steps, and staff toilet refurbishments. Building consent is currently processing. Works are anticipated to start 13/04/19 (school holidays) - subject to project approval by MOE. Alternative construction timelines will be considered.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20768297,Request for Proposals,Open Competition,Lead Design Services for a new classroom block at Birkenhead Primary School,,20190225,20190405,20190708,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions should be made through the GETS website,"Master planning for Birkenhead School was completed late 2018 and has been through the Ministrys Design Review Panel (DRP). There are two options that are currently being considered. A fee proposal is requested for both options as the Ministry will make a decision on which option will proceed in late February / early March 2019. Only one of these options will be selected; please do not assume dependencies. Please propose a fee for each option.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20769069,Request for Tenders,Closed Competition,"Retender -Main contractor for asbestos roofs replacement at Western Heights High School, Rotorua",4796,20190226,20190329,20191208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The work includes asbestos roof removal from 5 existing blocks with an approximate combined area of 1,826 m2. Existing roofs are clad in 'super six' roofing which is approximately 50 years old and requires replacement. New roofs & spouting will be profiled metal. There are some items of carpentry works including replacement of some areas of wall cladding and installation of new roof ventilation. Works are to be carried out in stages. Work on each stage is to be completed largely during school holidays only. It is anticipated works will begin in late 2018.",Awarded,,769755,20250410 Ministry of Education - School Infrastructure,20779402,Request for Tenders,Open Competition,Rowandale Primary School Fire Alarm Alterations,,20190301,20190326,20191125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Rowandale Primary School are seeking a contractor to carry out the Fire Alarm Alterations at the School,Awarded,,96668,20250410 Ministry of Education - School Infrastructure,20780310,Request for Tenders,Open Competition,"Hamilton West School - Canopy, Decking and Footpaths",,20190228,20190326,20191122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main contractor for to undertake, the removal of footpath and veranda between blocks E, N and C. This will allow for the construction of a new canopy, deck and footpath In addition the removal and replacement of decking to the western end of block.",Awarded,,135000,20250410 Ministry of Education - School Infrastructure,20780704,Request for Tenders,Open Competition,Construction Services Main Building Contractor for New WhareKai Building at Te Kura o Te Koutu,202590-1153,20190228,20190329,20190801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"TKKM o Te Koutu is a composite year 0 15 co-educational Maori immersion school located in Koutu, Rotorua. The school has Roll Growth Funding and has chosen to use the funding to complement the existing Wharenui, with a new supporting food technology and hospitality training facility (Wharekai). It is expected that the project works will be undertaken in a single stage taking approximately 30 weeks to complete. The works will be undertaken during school term time commencing May 2019 and being completed in mid-November 2019. The planned foot print of the Wharekai is 175m? of general classroom space (dining hall), 96m? specialist teaching space (kitchen) and 59m? of ancillary area (decking, toilets,storage etc) The Contract Works required are: Excavation of site - topsoil retained for future use, relocation of existing services, construction of new single storey building (330m?) with concrete foundation, Steel Portal Structure, timber infill framing, lightweight roof, wall, floor and ceiling linings, plumbing and drainage, insulation, lighting and heating. Site access and minor landscaping works are also included. The commercial kitchen appliances will be supplied and installed by others, but all service connections are provided by the Main Contractor. The building site is located within the centre of the Kura between the Wharenui and the Gymnasium. Site access is from the existing Kura carpark and is restrictive. It is expected that the project works will be undertaken in a single stage.",Awarded,,1263491,20250410 Ministry of Education - School Infrastructure,20780822,Request for Tenders,Closed Competition,Selwyn Ridge School Block Openings,SEL08,20190227,20190320,20190704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communication must take place through the GETS question and answer function,Stage Two of the two stage RoI/ RFP process. Tender documentation issue.,Awarded,The Contract has been awarded to Boss Building Services Ltd and will start on 5 July 2019.,0,20250410 Ministry of Education - School Infrastructure,20786803,Request for Tenders,Open Competition,"Cobham School Toilet Upgrade, Cladding, Fire Alarm and Heat Pumps",1805,20190301,20190411,20191209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Toilet Upgrade, Cladding Replacement, Heat Pumps, Fire Alarm Upgrade at Cobham School, Gisborne",Awarded,,209544,20250410 Ministry of Education - School Infrastructure,20787416,Request for Tenders,Open Competition,Site Drainage Works at James Cook High School,,20190304,20190328,20191121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for James Cook High School are seeking a main contractor for their Site Drainage project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20790289,Request for Tenders,Closed Competition,Main building contractor for alterations at Wairau Intermediate School,,20190304,20190409,20191206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wairau Intermediate School is seeking a main building contractor for the alteration of a five classroom block. The School wish to improve the internal layout of block 4 to better facilitate their investigative learning program. The building is a 1960s open plan block with offices and breakout spaces, but with no visual connections between the open plan classrooms and the offices or breakout areas. The project has several parts which are internal alterations, replace linings and alter the toilets The internal alterations consist of installing windows and glass sliding doors into the walls between the classrooms and breakout rooms and offices to provide visual connections between spaces. The upgrade work is to replace the interior linings that are worn and tired, so floor coverings and wall pinboard are to be replaced. Also there are several leaks around the skylights. The leaks need to be fixed and the damaged ceiling replaced. The work to the toilet area involves changing the present girls and boys toilets into individual toilet rooms with separate access to each one. Each toilet will have a hand basin and a toilet. The work to Block 3 involves replacing the floor coverings.",Awarded,,452425,20250410 Ministry of Education - School Infrastructure,20792620,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Visual Awareness, Doors & Ramps at Hutt Intermediate School, Lower Hutt",5078,20190305,20190329,20190820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school will require major modifications around the site to eliminate all changes in surface levels. Other building related issues also require attention. The work proposed will include the development of multiple deck/steps/ramps and door units to provide disabled access to all buildings. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Hutt Intermediate School Board of Trustees producing full construction documentation. Please note: Fire Report will be loaded as a NTT.",Awarded,"The contract was awarded to Freear Philip Ltd, start date 01.07.19, with anticipated completion date 02.03.20.",0,20250410 Ministry of Education - School Infrastructure,20797195,Request for Quotations,Closed Competition,Request for Quotes (RFQ) Temporary Teaching Spaces for Auckland Normal Intermediate (the School),,20190304,20190320,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"Auckland Normal Intermediate experienced a serious fire on the 23rd January 2019, this has badly damaged the hall and several specialist classrooms. The school now requires eight temporary classrooms plus associated services and decking. The school also needs temporary bathroom facilities, a MoE owned toilet block is available to be re-located but the complete toilet requirement is yet to be determined. The Capital Works Northern, Minor Works team has been tasked with delivering the eight temporary teaching spaces as soon as possible to enable the school to remain fully operational. Negotiations with the neighbouring UoA Teachers Training College has resulted in the temporary use of their classroom space until they will be required by UoA in the first semester of 2019 Scope of Works include: Supply and installation of 8 teaching spaces for Auckland Normal Intermediate School, compliant with Ministry specifications and guidelines Supply and installation of toilet facilities for Auckland Normal Intermediate School; 1 x toilet block to be relocated from Sherwood Primary School, allow provisional sum for service connections. Additional toilet facilities and exact position yet to be confirmed. Install, connect and commissioning of all temporary buildings, including, but not limited to; construction of foundations/piles, decks, veranda roofs, handrails, ramps, steps, baseboards and access paths required for each classroom or building. Commission and connect all services; electrical, fire, security, data, drainage etc to existing site infrastructure. Site service upgrades may be required - allow provisional sum. ICT network installations must be conducted by an installer from the Ministry Approved ICT Cabling Installer List.xls in compliance with the standards at: ICT Cabling Infrastructure policy and standards for schools. Allowance should be made and clearly noted in the response for this RFQ. All warranties/guarantees for the works are to be provided via the successful respondent. Programme Min x 4 teaching spaces with associated deck and canopy to be commissioned on or before 21st April 2019 Balance of 4 x teaching spaces with associated deck and canopy to be commissioned on or before 19th July 2019, being the completion date",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,20801354,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks B, C & D1 - Refurbish Classrooms & Toilets at Levin North School, Levin",4758,20190307,20190402,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Levin North School is looking to vastly improve and rationalise student toilets in Block B with the creation of eight self-contained cubicles with all new finishes, sanitary fittings and provision of warm water. Existing storage rooms will be converted into glazed, transparent withdrawal/breakout spaces. Better connection between the four teaching spaces will be provided with the introduction of glazed sliding doors between the classrooms. The rooms will be improved generally with new wall, floor and ceiling finishes and upgraded lighting. The project also extends to minor improvements to other buildings, warm water will be introduced to student toilets in Blocks C and D1. There will be carpet and spouting renewal in Block D1. This procurement looks for a professional Building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Levin North School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Isle Construction Ltd, start date 13.01.20, anticipated completion date 28.08.20",222824,20250410 Ministry of Education - School Infrastructure,20805400,Request for Tenders,Closed Competition,Main Building Contractor Block 1 I.L.E Upgrade at Pembroke School,,20190306,20190327,20200228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,Pembroke School are seeking a Main Building Contractor for the Block 1 I.L.E Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20808893,Request for Tenders,Open Competition,Main Contractor for the Block A & C Roof Replacement at Manaia View School,,20190308,20190402,20190711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Manaia View School are seeking a Main Contractor for their Block A and C Roof Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20810427,Request for Tenders,Closed Competition,"Main Building Contractor, Gymnasium Cladding, One Tree Hill College, Auckland",,20190311,20190329,20200303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project involves installing new cladding and other weathertightness measures for the New Gymnasium at One Tree Hill College, Auckland.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,20819428,Request for Proposals,Open Competition,RFP Quantity Surveying Services for Major Redevelopment at Whangarei Boys High School,,20190311,20190329,20190715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"a. Whangarei Boys High School is a state, single sex, decile 5 boys school, catering for Year 9 to 13 boys, the school roll is 1106 (March 2019), the build roll for the redevelopment project is 1250, and the master planning roll is 1600. b. A master plan was prepared based on the redevelopment of the upper northern elevation of the current site, which consists of demolition, rebuild, and the refurbishment of existing buildings over a number of stages. The DRP report outlines a number of issues with this proposal. c. A new feasibility study including a new bulk and location plan was completed in February 2019. This study identified that a greater proportion of the school could be built new on the lower western field, within the available funding and in line with the DRP recommendations. This could be delivered via simpler staging, shorter programme, reduced disruption and improved functionality of the final deliverable. The school will be rebuilt new on the Western Field, with the exception of the following existing buildings to be retained/refurbished: Whare, Gymnasium, Music and Drama Block, Block Y (Health & PE), Auto Store. Other assets to be retained including Swimming Pool, Hardcourts and Caretakers shed. This approach results in the replacement of approximately 80% of buildings. The following key assumptions have been made in the feasibility study to support the cost assessment of this option: Simple design features, Light weight structure, cladding and roof, Assume 15m wide teaching wings with external first floor circulation, Assume predominantly natural ventilation, salvage/redeploy existing heat pumps where required, Air Handling Units to specialist teaching spaces, Assume one build phase, Reuse existing access road and hard court space, It is envisaged that replacing school buildings in a single construction phase on the lower Western Field would be more cost effective, faster with less risks. Draft programme shows an estimated project completion for the new build by Term 1 2022 opening. In terms of risks, an extensive geotechnical investigation was completed, additional $1.68m has been allowed for in the estimate for the piling required for the known ground conditions. An additional $1.32m has been allowed for to address flood plain/drainage issues.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20821561,Request for Tenders,Open Competition,Mana College Main Contractor for the Redevelopment of the school hall roof and interior works,CW2019-025,20190311,20190404,20210628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,A submissions to be made through the GETS website,"Major Redevelopments are underway at Mana College. In conjunction with this work the school hall has been identified to have a number of issues. The roof is at end of life and requires replacement. Timeframes are: Indicative Start date: 20/05/2019 Indicative Completion Date: 22/07/2019 Preferably all work is completed as close to the school holiday period as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20825408,Request for Tenders,Open Competition,Main Contractor for the Multipurpose Space Works at Papatoetoe Intermediate School,,20190315,20190409,20190716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Papatoetoe Intermediate School are seeking a main contractor for their Multipurpose Space Works project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20825894,Request for Tenders,Open Competition,Cloverlea School - Block 2 & Accessible Bathroom Alterations,,20190313,20190405,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The work includes alterations to two classroom spaces & creating an accessible Bathroom facility.,Not Awarded,"The contract has been awarded to Lee Builders, and the unsuccessful letters have been sent.",0,20250410 Ministry of Education - School Infrastructure,20830410,Request for Tenders,Open Competition,Main Contractor for Special Needs Modifications at Nelson College for Girls (RFT),,20190315,20190410,20190708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of Nelson College for Girls Board of Trustees we are seeking Tenders from suitably qualified Main Contractors for Special Needs Modifications at the School. Nelson College for Girls is located at 400 Trafalgar St S, Nelson, 7010 Nelson College for Girls has welcomed a new student to the school who requires a particular set of modifications to be carried out throughout the site in order to ensure inclusivity and accessibility during the day for the years she will be in attendance. Modifications include; new and modifying of existing handrails, handrail indicators, safety stair nosings, resurfacing of concrete areas, and identification of vertical hazards. Refer to the attached tender documents as listed in section '1.8 Tender Documentation' of attached RFT for further information. Construction is to be commenced following tender award; estimated start date is 29th April 2019 and will be confirmed with the successful tenderer. Work is to be carried out both during and outside of school hours. It will be the responsibility of the tenderer to provide methodology, programme duration and completion date with their tender submission. Appointed Main Contractor will be engaged through the Ministry of Educations Medium Works Contract - A draft copy of this has been included within the tender documentation. This RFT is an open competitive Tender process and is subject to the RFx Process Terms and Conditions at: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20832203,Request for Tenders,Open Competition,Fire Alarm Upgrade Hillcrest High School,138,20190318,20190415,20191128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,390149,20250410 Ministry of Education - School Infrastructure,20832572,Request for Tenders,Closed Competition,5377 Feilding High School Gym Extension RFT,5377,20190315,20190412,20190829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Feilding High School Board of Trustees issues the attached ROI for main contractors, for construction services for the extension and upgrade of the existing gymnasium.",Awarded,The contract was awarded to Isles August 2019,0,20250410 Ministry of Education - School Infrastructure,20832755,Request for Tenders,Open Competition,Main Building Contractor for Infrastructure replacements & fire alarm Compliance at Te Wharekura O Arowhenua,4217-18-01,20190315,20190404,20191009,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Due to over code buildings a number of rationalisation projects have been completed over the years including parts of Block B. Since the demolition work the school has had ongoing issues with water seeping through the west side block wall. Prior to demolition this wall was an internal concrete block wall. A number of attempts have been made to rectify the issue including installing new flashings around the foundations and sealing the block wall by applying specialist coatings. These measures have only provided a temporary solution to the issues.,Awarded,,620322,20250410 Ministry of Education - School Infrastructure,20833077,Request for Tenders,Open Competition,Main Contractor for the Weight Room Relocation at Glendowie College,,20190315,20190409,20190715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Glendowie College are seeking a Main Contractor for their Weight Room Relocation project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20836412,Request for Tenders,Closed Competition,Main building contractors for Essential Infrastructure upgrade stage 2 & 3 Waiau Area School,2099002,20190320,20190415,20190807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions need to be made through the GETS website,"Replace existing wooden windows and doors on Block B, Hall, with new aluminium double glazed windows and doors. Replace defective weatherboards on Block B (Hall) and repaint. Interior refurbishment to Blocks B and C including acoustic wall fabric, floor coverings and the remodel of toilets in Block B. Remodel science lab in Block C including new joinery, wall linings, aluminium windows and doors, floor coverings, suspended ceiling, LED lighting and new sub switchboard. Create breakout teaching space between science lab and computer suite.",Awarded,Tender responses have been assessed and a preferred tenderer has been selected.,2167453,20250410 Ministry of Education - School Infrastructure,20836471,Request for Quotations,Open Competition,CW2019-021 Newlands College - Quantity Surveyor - Request for Quote (RFQ),,20190319,20190411,20190808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education, is seeking to appoint a Quantity Surveyor (QS), to provide QS services for a roll growth project at Newlands College. This project involves the replacement of the library and technology storage room on their current sites, replacement of blocks B1 and T on the site of block T beside the library and remediation/remodelling of the staff and drama rooms. Two temporary classrooms will be required for decanting current classes. QS Services are required from preliminary design stage to project completion. Please see the attached RFQ document for further information about this opportunity. Information about Newlands College, can be found at http://www.newlands.school.nz/",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20841494,Request for Proposals,Closed Competition,EIS / MoE Consolodated Insurance Broker Services,,20190429,20190606,20191017,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website Q&A section,"This procurement is secondary selection through the All-of-Government Risk Financing and Insurance Panel. The objective of this procurement is to source insurance broker services for Building Insurance, Contract Works Insurance (managed by EIS), and Risk Management Scheme (RMS) - Contents, Liability and Cyber (managed by MoE).",Awarded,,700000,20250410 Ministry of Education - School Infrastructure,20842201,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks BA, G, WC, WW - Replace Roofing and Spouting at Rongotai College, Wellington",4947,20190319,20190411,20190816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Rongotai College is comprised of one and two storey buildings of various ages located on an exposed site with high exposure to coastal (salt laden) winds. The work proposed to replace metal roofs and spouting to several buildings. The work will include the removal/disposal of existing metal roofing to the extents directed and replacement with new Colorsteel metal roofing and PVC spouting suitable for the near marine environment of the site, and include all flashings for a watertight solution. The work is exterior in nature requiring access and scaffold systems to suit the one or two storey buildings to which work is intended. This procurement looks for a professional main roofing contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project.",Awarded,"The contract was awarded to BR Turfrey Limited, starting 28.09.19 with anticipated completion date 31.01.20.",0,20250410 Ministry of Education - School Infrastructure,20842434,Request for Tenders,Open Competition,Main Contractor for the Block 4 ILE Conversion at Kingsford Primary School,,20190319,20190411,20190715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Kingsford Primary School are seeking a main contractor for their Block 4 ILE Conversion project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20848311,Request for Tenders,Closed Competition,Main Contractor for Gym Redevelopment and ILE Classrooms at Taipa Area School,,20190319,20190416,20190705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this RFT is to seek the delivery of construction services required for the construction works at Taipa Area School (the Contract Works). There are two separable portions to this contract: The redevelopment of the gymnasium ILE upgrades and renovation of Block 1",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,20849475,Request for Tenders,Open Competition,Main Contractor for Block 3 ILE Upgrade at Ferguson Iintermediate School,,20190320,20190426,20190910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,The Board of Trustees of Ferguson Intermediate School is looking for a main contractor for the refurbishment of Block 3,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,20850299,Request for Tenders,Open Competition,Main Contractor for Capital Maintenance & ILE Upgrade at Pongaroa School,2692-18-ILE,20190325,20190509,20190705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Pongaroa Capital Maintenance & ILE Upgrade ILE upgrade of Block D including: New floor coverings New wall linings New LED lighting New aluminium slider between teaching spaces New heating system Capital Maintenance including: Replacement of covered patio roofing Stormwater remediation Roofing, flashings, barge remediation/replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20851020,Request for Proposals,Open Competition,CW2019-021 Newlands College - Lead Design Services - Request for Proposals (RFP),,20190319,20190423,20191022,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services at Newlands College Contract opportunity. This project at Newlands College (http://www.newlands.school.nz) involves the replacement of the library and technology storage room on their current sites, replacement of blocks B1 and T on the site of block T beside the library and remediation/remodelling of the staff and drama rooms. Two temporary classrooms will be required for decanting current classes. Design and Construction are anticipated to occur in the following phases. - Decant staff/drama room into two temporary classrooms and remediate. - After re-occupation of staff/drama, classes currently residing in block T will be decanted into the two temporary classrooms and block T demolished. Build new building to house B1 science and T block classes and the technicians block. - Demolish and rebuild library on existing library site. - Demolish B1 science block and technicians block. Block B1 must be kept until the last phase of the job to reduce need for additional temporary classrooms for decanting. - Technology store room replacement phase independent work to be completed during school holidays Total construction phase is considered to be 25 months for purposes of this RFQ Further information about this project is provided in the attached tender documents.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20852640,Request for Tenders,Open Competition,Main Contractors for Central School Roofing & ILE Upgrade,"Central School, New Plymouth",20190321,20190418,20200114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Roof Remediation to Various Blocks including: Block A Roof replacement, Spouting & Downpipes Block C Roof replacement, Spouting & Downpipes Block C Lower Membrane Roof & Skylights Block D Roof replacement, Spouting & Downpipe remediation Block E Hall Roof, Remediation Kitchen/Foyer and Walkway Roof Where possible provide insulation to ceiling spaces at time of roof replacement. Scaffolding, Edge Protection and Safety Harness equipment will be required. All roofing to comply with Ministry of Education Weather Tightness and Durability Design for Schools. ILE Upgrade - Block C: the long term proposal is to upgrade the Senior Block (Block C) to create a flexible, innovative and collaborative teaching environment. Addressing as far as possible the ILE Core Requirements (acknowledging the limited budget for the first 5YA period owing to the amount of roofing infrastructure required). The first priority is to address the DQLS requirements for acoustics, air quality, solar heat gain, insulation, lighting, warm water to pupils toilets, and interior refurbishments to classrooms. All tender documentation and necessary information attached. A site visit must be undertaken. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. April /May 2019). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,1653799,20250410 Ministry of Education - School Infrastructure,20854259,Request for Tenders,Open Competition,Main Contractor for Upgrading Toilets & Creating Breakout Spaces at Paparoa Range School (RFT),,20190402,20190506,20190708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"On behalf of Paparoa Range School Board of Trustees we are seeking Tenders from suitably qualified Main Contractors for this Upgrading Toilets & Creating Breakout Spaces project at both their Blackball and Dobson Sites. Works involve general internal refurbishment and upgrading to the following areas: - Dobson Site, Block A: Create new breakout space and bag storage from existing cloak room and connect into classroom 4 - Dobson Site, Block C: Reconfigure existing toilets, resource room and cloak room into a new layout containing a bag storage room, reading recovery room, breakout space and new two unisex toilets and lobby - Blackball Site, Block A: Refurbish existing female toilets into two new unisex toilets and convert existing male toilets into a new breakout space Refer to attached tender documents as listed in section 1.8 of attached RFT for further information. Construction to be staged between the sites, with work able to commence from Late May 2019. It will be the responsibility of the tenderer to provide methodology, programme duration and completion date with their tender submission. Appointed Main Contractor will be engaged through the Ministry of Educations Medium Works Contract. This RFT is an open competitive Tender process and is subject to the RFx Process Terms and Conditions at: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20855284,Request for Tenders,Open Competition,Fire Alarm Upgrade Witherlea School,3075,20190325,20190429,20191128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,82150,20250410 Ministry of Education - School Infrastructure,20857707,Request for Tenders,Open Competition,Main Contractor for New Swimming Pool at Waterview School,,20190328,20190501,20200817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Waterview School Board of Trustees is seeking Main Contractor services to construct a new swimming pool with associated change room facilities and seating, to replace their existing dilapidated pool facilities.",Awarded,"The school wishes to thank all tenderers for submitting their tenders, and apologise for the delay in awarding this contract. Unfortunately all tenders originally received exceed the school's budget, and the school was forced to delay letting the works until additional funding was sourced. After detailed evaluation of all tenders received, combined with further value engineering and additional funding, the school are please to finally let the contract.",1362457,20250410 Ministry of Education - School Infrastructure,20858967,Request for Tenders,Open Competition,Main Building Contractor for Dormitory Conversion at Te Kura Kaupapa Maori O Horouta Wananga,1861,20190321,20190417,20190716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Construction works for the conversion of an accommodation building to teaching spaces ii. The bulk of the work involves the making good of the spaces after the removal of the accommodation facilities such as beds and bathrooms. iii. 1 bathroom space is to be fully modernised to suit a disabled student. iv. 2 areas have significant water ingress issues and will require remediation. v. hazards - asbestos cladding is present including the deck and some wall claddings. vi. The school will be open during construction period, but they do not use this building currently. vii. Refer sketch showing affected dormitories implement minimal conversion work where existing walls largely remain (i.e. gut out the dorms, insulate, installation of services (i.e. IT etc), reline and refinish). viii. Note that these dormitories are likely to be demolished in the future as part of a subdivision proposal for the site when TKKM o Horouta Wananga moves off site. ix. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. x. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20860227,Request for Tenders,Closed Competition,Main Building Contractor for Block A Flexible Learning Spaces at Lumsden School,3980-18-02,20190322,20190416,20191216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",182793,20250410 Ministry of Education - School Infrastructure,20861134,Request for Proposals,Open Competition,RFP Lead Design Services for Major Redevelopment at Whangarei Boys' High School,,20190322,20190416,20190715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design & Engineering Services for the Major Redevelopment at Whangarei Boys High School Contract opportunity.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20861421,Request for Tenders,Open Competition,Main Contractor for the Block 1 Sick Bay Works/Block 2 Rooms 4-8 DQLS/Block 3 Security Door Upgrades at Kowhai Intermediate School,,20190322,20190423,20190715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Kowhai Intermediate School are seeking a main contractor for the Block 1 Sick Bay Works/Block 2 Rooms 4-8 DQLS/Block 3 Security Door Upgrades.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20865066,Request for Tenders,Open Competition,Main Contractor for Special Needs Modifications and Infrastructure Upgrade at Lochiel School,3977-17-SN01,20190325,20190417,20191216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please complete all the required documents, failing to complete the required documents could result in tender being rejected",Awarded,,499138,20250410 Ministry of Education - School Infrastructure,20866650,Request for Tenders,Open Competition,Main Contractor for Block A Outdoor Learning Centre at Edendale Primary School,,20190326,20190503,20190718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please refer to the tender documents provided. Failure to complete all of the supplied documents could result in the rejection of your tender.",Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",88550,20250410 Ministry of Education - School Infrastructure,20866821,Request for Tenders,Open Competition,Main Building Contractors for Block AH Repair Fire Damage at Mercury Bay Area School (RFT),5933,20190325,20190417,20191007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: Block AH - Repair Fire Damage Anticipated start: ASAP once formal MOE approval is given Construction period: 16 weeks from date of site possession DLP: 12 months Contract: MOE Major Works",Awarded,The RFT has been awarded and all recipients notified by email. Thank you for your tender.,0,20250410 Ministry of Education - School Infrastructure,20869067,Request for Tenders,Open Competition,Heat Pump Specialist to Supply & Install New Heatpumps at PNGHS,,20190326,20190419,20200302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Palmerston North Girls High School Board of Trustees are seeking a Heat Pump Specialist to Supply & Install New Heatpumps to a number of Blocks throughout the School. The Contract Works required are: - Supply, delivery and installation of air conditioning units within the required teaching spaces and offices of Blocks A/B/C/D/E/F/G/H/L/M/N and Te Whare Poutama. - Work to include calculating size of units, commissioning, all relevant pipework and capping externally mounted units (UV rated). - All outdoor units will be located on wall brackets or concrete platforms with cages. - Contractor to allow to upgrade electrical boards and/or main switchboards to allow for any added power required for the new air conditioning units The intended programme is for the majority of the work to commence a couple of weeks prior to and over the Christmas Holiday Period. Exact time frames will be confirmed once the successful tenderers planner is finalised. The Contractor will be engaged through a Medium Works Contract.",Not Awarded,"Due to funding issues the start of the heatpump project has been postponed until new funding has been confirmed. The School will be in contact to gauge your interest, once funding has been confirmed. Thanks you for the time you have taken to tender for this project.",0,20250410 Ministry of Education - School Infrastructure,20873780,Request for Tenders,Open Competition,Main Building Contractor for Site Wide Fire Alarm Upgrade at Hastings Girls' High School,02-038-006,20190327,20190430,20190807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works and coordinate the Site Wide Fire Alarm Upgrade project at Hastings Girls High School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20876847,Request for Tenders,Open Competition,Roofing Contractor for A Block Roof Replacement at Te Awamutu Primary School,1130,20190329,20190531,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Te Awamutu Primary School are seeking tenders from suitably experienced roofing contractors for the re-roofing of A Block in the Christmas school holidays 2019/20. Please see attached documents for further information.",Awarded,,231450,20250410 Ministry of Education - School Infrastructure,20885922,Request for Tenders,Open Competition,"RFT - Main Specialist Security Contractor, Site - Replace Master Keys and Access Control System at Wellington High School, Wellington",4763,20190329,20190430,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wellington High School is comprised of one, two and multi storey buildings of various ages located on an exposed site within the inner city. The work proposed will replace master keys throughout the school, replace the intruder alarm system to allow/manage new electronic access controls to key doors. The work will provide access control to perimeter points with full electronic to 10 No. identified primary access doorways. This will necessitate replacing the intruder alarm system with new technology capable of providing 10-15 years minimum life, part of the work will be significant new cable runs between the aforementioned. Re-keying of master keyed locks will be included. The work is interior in nature but some of the work will require access and scaffold systems to suit the over height spaces within buildings to which work is intended. This procurement looks for a professional specialist security contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project.",Awarded,"The contract was awarded to Alliance Fire & Security, starting 19.08.19 with anticipated completion 31.01.20.",186725,20250410 Ministry of Education - School Infrastructure,20887680,Request for Tenders,Open Competition,"Main Building Contractors for Internal Flooring & Lighting Replacement AMS-ILE (Blocks A,B,E,F,G,H,I,J) at Rototuna Primary School",5929,20190401,20190430,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: Replacement of floor coverings and to replace LED light fittings in Blocks A,B,E,F,G,H,I,J Staging: One block at a time Start: ASAP but to be agreed between the contractor and the client. Time frame: 9 weeks from agreed start date. Contract: MOE Medium Works Contract DLP: 6 months",Awarded,AWARDED TO ASAP,518250,20250410 Ministry of Education - School Infrastructure,20891517,Request for Proposals,Closed Competition,Design and Build of a Three Classroom Block at Laingholm Primary School,MOE00996,20190329,20190524,20191002,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Proposals (RFP) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Design and Build of a Three Classroom Block at Laingholm Primary School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20891523,Request for Tenders,Closed Competition,Jean Batten School 5ya Refurbishments,,20190408,20190501,20190826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The circumstances leading to the project: JBS wish to continue with classroom renovations with Works to: Room 14 , upgrade toilet facilities and upgrade spaces within the Hall, and also carry out Infrastructure Works which have been identified",Awarded,"Two close tenders, other two well separated, final negotiations with selected tenderer.",699184,20250410 Ministry of Education - School Infrastructure,20892241,Request for Tenders,Closed Competition,"CW2019-014 Weathertightness remediation, Stage 1 of 2 at Cambridge High School - Request for Tenders",,20190329,20190507,20190808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions need to be made through the GETS website,"The Ministry of Education, is seeking the appointment of a main contractor to provide construction services for a 2 stage project at Cambridge High school. This procurement is a closed tender opportunity to Construction Directory suppliers. The Ministry is seeking to appoint a main contractor for Stage 1 via traditional lump sum approach, with a right to direct select the successful tenderer for the Stage 2 works. The Ministry is asking tenderers to provide pricing for Stage 1 only. When the design documents for stage 2 are sufficiently developed, we will ask the successful tenderer to price on a PnG plus margin basis . Stage 1: Main contractor to provide construction services to remedy weathertightness issues on 3 blocks (Superloo, library and gym). This will also include the provision of temporary toilet accommodation for 1,500 students. Stage 2: Stage two is only in preliminary design stage and involves refurbishment and recladding three, two storey blocks and demolishing and rebuilding one block. For more information, please see the attached supporting documentation",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20893153,Request for Tenders,Open Competition,Main Contractor for the Site Canopy Over Courts at Botany Downs Secondary College,,20190401,20190429,20190925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Botany Downs Secondary College are seeking a main contractor for their Site Canopy over Courts project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20893505,Request for Tenders,Open Competition,Wakari School - ILE Upgrades and Roof Replacements,2019-3859,20190402,20190501,20190708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Wakari School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the proposed ILE upgrades and roofing projects.,Awarded,"Following the evaluation of the tenders received, this contract was awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,20894244,Request for Proposals,Open Competition,CW2019-037 Master Planning & Lead Design Services for Major Redevelopment at Clutha Valley School,MOE01047,20190401,20190503,20190704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Due to extensive weathertightness failure and other defects such as glare and poor heating and ventilation design, Clutha Valley School will receive a major redevelopment delivered by the Ministry of Educations Capital Works Southern team through a traditional procurement approach. This procurement is for master planning services, and if performance is determined by the Ministry project team at its sole discretion to be satisfactory, the subsequent lead design and construction observation services to project completion. Construction observation is required to CM4 level, being review, at a frequency agreed with the client, regular samples of work procedures, materials of construction and components for compliance with the requirements of the plans and specifications and review the majority of completed work prior to the enclosure or on completion as appropriate. The major redevelopment project scope is either: i. SCOPE A: new build (842m? net,1095m? gross), and complete demolition of existing or; ii. SCOPE B: new build (728m? net, 946m? gross), and complete demolition of existing except for the large multi-purpose hall (~297m? net, ~318m? gross) which will be retained as a standalone structure. The preferred scope will be explored during the masterplanning process by the Consultant, and decision made by the Client following completion of that stage. The build roll and masterplan roll are both 150 pupils, so staging requirements relate only to construction of the new building(s), relocation into that structure(s) and then demolition of existing. Project consultants are: Education Brief Navigator: Evaluation Associates Geotechnical: preliminary investigations will be carried out by Geosolve Ltd during April to inform master planning. Allow for design specific geotechnical investigations in your proposals. Topographical/services location survey: will be completed by Graham Surveying Ltd in March 2019. Quantity Surveyor: yet to be appointed Project Manager: will be appointed for the construction phase of the project ICT: TorqueIP will be engaged directly by the Ministry",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20900774,Request for Tenders,Closed Competition,"Main Building Contractor, Gymnasium Cladding, One Tree Hill College, Auckland",,20190403,20190408,20191205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project involves installing new cladding and other weather tightness measures for the New Gymnasium at One Tree Hill College, Auckland. Please note that this notice superseded RFX notice 20810427 which expired early in error on 29 March 2019. Tenderers should download their tenders to this notice (RFX 20900774) before the due date.",Awarded,Contract Awarded,0,20250410 Ministry of Education - School Infrastructure,20902677,Request for Tenders,Closed Competition,Design & Build Contractor for the Block C Redevelopment at Bay of Islands College,,20190404,20190517,20190710,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this RFT is to engage a design & build contractor to deliver the refurbishment and reconfiguration of the Block C building in a single stage development. The general scope of works includes: constructing a new roof structure where shown on the drawings, new roof claddings, replacing selected external joinery, renovating bathroom facilities, installing floor, ceiling and wall linings, electrical and mechanical services, providing internal joinery, constructing decks, steps and ramps as shown, subfloor drainage remediation, and interior and exterior finishes and painting.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,20905366,Request for Tenders,Closed Competition,Main Building Contractor for Block 2 I.L.E Upgrade at Fenwick School,,20190404,20190430,20200228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Fenwick School Board of Trustees are seeking a Main Building Contractor to complete the Block 2 I.L.E Upgrade and the associated works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20907063,Request for Tenders,Open Competition,Bradford School - Toilet Upgrades,2019-02,20190405,20190506,20190702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Bradford School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the proposed toilet upgrades. The work involves the refurbishment of the two existing toilet blocks and minor accessibility upgrades to the entry points.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,20907067,Request for Tenders,Open Competition,Main Contractor for the Block 2 ILE/DQLS Upgrade at Newton Central School,,20190405,20190503,20190715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Newton Central School are seeking a main contractor for their Block 2 ILE/DQLS upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20911650,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks 1, 2, 3 - Replace Roofing at Ngati Toa School, Titahi Bay, Porirua",5143,20190409,20190509,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The existing metal roof coverings on three teaching buildings at Ngati Toa School has been subject to a recent condition assessment review. It has been found to have accelerated corrosion in a number of areas and complete replacement or isolated repair has been recommended. All existing spouting is relatively new and in good condition. The scheme will be traditionally executed with a full design team employed by the Ngati Toa School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Peryer Construction Wgtn Limited, starting 23.09.19 with anticipated completion 27.03.20.",117000,20250410 Ministry of Education - School Infrastructure,20913069,Request for Tenders,Open Competition,Fire Alarm Upgrade Kerikeri High School,5,20190408,20190506,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,396593,20250410 Ministry of Education - School Infrastructure,20915806,Request for Tenders,Open Competition,Gisborne Boys' High School - Asbestos Removal,209-12,20190408,20190507,20200406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to happen through the GETS website,"The Contract Works required are to remove all the exposed Asbestos to the ceilings to Classroom Block E and Administration Building, and generally comprises to encapsulate the areas and make safe and remove all ceiling light fittings, as well as to neutralise Fire and Security system in areas, and replace on completion. To employ an accredited Asbestos Removal Contractor to remove all asbestos, dispose and make safe. To supply and install new suspended ceiling, complete with the supply and installation of new light fittings, and to generally touch-up painting works, to walls etc damaged in the removal works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20916214,Request for Tenders,Open Competition,"Gisborne Girls' High School - ILE Works, Block G",201-07,20190606,20190701,20200406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"1.1 The overall Scope of Works includes the upgrading and modernizing of 2 existing Classroom. and Seminar Room adjoining, to an ILE Standard, complete with a covered deck to the north wall of the Classrooms, with access from each Classroom by glass sliding doors to this covered deck.",Not Awarded,No Gets Responses - Tender awared to contactor by tender by direct source,0,20250410 Ministry of Education - School Infrastructure,20916683,Request for Tenders,Closed Competition,"Main Contractor for Technology & Administration Buildings at The Terrace School, Alexandra",,20190411,20190514,20190917,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Contractor for Technology & Administration Buildings at The Terrace School, Alexandra (the School) (the Contract Works at the School).",Awarded,"The contract was awarded to Cook Brothers Construction Ltd and the planned start date is 2 September 2019. The term of this contract is until practical completion, expected to be 25 September 2020.",3612086,20250410 Ministry of Education - School Infrastructure,20917193,Request for Tenders,Open Competition,Fire Alarm Upgrade Murrays Bay Intermediate,1386,20190408,20190506,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,168711,20250410 Ministry of Education - School Infrastructure,20920758,Request for Tenders,Open Competition,CW2019-029 Main Contract Works for Special Needs Modifications at Hastings Central School (the School),,20190409,20190507,20190709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Ministry is seeking to appoint a Main Contractor, to perform SNM (special need modifications) at the Kowhai Special Needs Unit located at Hastings Central School. A specialists report has identified the need for a number of site wide upgrades required at the school to accommodate special needs learners. The project also includes the construction of multiple access ramps and fencing modifications to the existing Kowhai Special needs unit at Hastings Central School. This project is a minor redevelopment to an existing block. Specific works required includes and not limited to: Increasing the height of the existing fence Installation of matting Construction of concrete ramps. These need to be constructed for the entry from the playground to the classroom, and also ramps for access to emergency vehicles. For further information, see the attached tender documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20921945,Request for Tenders,Open Competition,"RFT - Main Fencing Contractor, Special Needs Modifications, New Fencing & Gates at Levin Intermediate School, Levin",5144,20190410,20190509,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A recent review of the site security for students with special needs has identified the need for an upgrade of safety on the school boundaries adjoining Collingwood Street and in the playing field shared with Levin Primary School. New anti-scale fencing and gates is required. This procurement looks for a professional Main Fencing Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Levin Intermediate School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Feco Fence Systems, start date 23.09.19 with anticipated completion date 28.02.20",103825,20250410 Ministry of Education - School Infrastructure,20926785,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block G - Window & Roof Coverings Replacement at Paraparaumu College, Kapiti Coast",4956,20190411,20190513,20210601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to take place through the GETS website,"The original gymnasium facility was constructed in 1978 and it is used by both the college and local community in a contractual relationship with Kapiti Coast District Council. Recent condition assessment survey work has identified the metal roof coverings over the main gym and membrane roofing to over changing rooms and rear ancillary spaces as needing replacement. The metal windows to the original structure are also in need of renewal. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Paraparaumu College Board of Trustees producing full construction documentation.",Not Awarded,"This RFT did not progress further, refer GETS Number 24067947",0,20250410 Ministry of Education - School Infrastructure,20929554,Request for Tenders,Open Competition,Fire Alarm Upgrade Tangaroa College,58,20190412,20190513,20191213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,180897,20250410 Ministry of Education - School Infrastructure,20933572,Request for Tenders,Open Competition,Fire Alarm Upgrade Waimahia Intermediate,1569,20190412,20190513,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,95000,20250410 Ministry of Education - School Infrastructure,20936353,Request for Tenders,Open Competition,Whanganui Girls' College Pool Upgrade,Whanganui Girls' College,20190415,20190515,20200312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Pool Filtration Plant Replacement and Pool repaint and Upgrade to Handrails/Steps/Diving Board. All tender documentation and necessary information attached. A site visit must be undertaken. Ideally dependent on MoE funding approval and building consent approval; we would anticipate this work would commence as soon as possible after confirmation of approval with successful contractor (approx. April /May 2019). Please provide timelines for indication of start and completion dates with your tenders. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Not awarded as well over schools available budget,0,20250410 Ministry of Education - School Infrastructure,20941122,Request for Tenders,Open Competition,Main Building Contractor for the Construction of New ILE Classrooms for Makauri School,1706,20190417,20190524,20190911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Makauri school is located 10km out of Gisborne on the east coast of the North Island. The school requires the demolition of one PMC classroom (Portable Modular Classroom), PMC buildings are defective in most aspects with a range of compliance issues. The building life was for a limited period only and is now well beyond its expected life expectancy. The building is in a very dated physical state it does not meet modern MoE design criteria and does not comply with current building codes. A full demolition of this building is now required and a replacement building consisting of two new Flexible Learning Spaces is necessary. ? Demolition of an existing PMC Classroom - Block F and M. ? Construction of a new single storey classroom block to create two new Flexible Learning Spaces with Breakouts. ? Project consultants are: o Project Manager: Architects 44 Ltd",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20944633,Request for Tenders,Open Competition,Main Contractor for the Accelerated Modernisation Project at Coastal Taranaki School,3107.12,20190417,20190517,20191016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this project is to use the Schools Accelerated Modernisation Scheme (AMS) funding to modernise the interiors of a number of learning spaces in order to better meet DQLS requirements. The Contract Works required are: i. A Block: (a) IT19, CR20, CR23, CR24, CR26 - Replace ceilings with suspended grid acoustic tile ceilings (not required in IT19); replace lighting circuits and fittings with LED Batten type fittings; (b) Replace front of room joinery units with storage type, sliding whiteboard units (Potters or similar). (c) Acoustic wall coverings and carpet are in good condition, however small areas of patching may be required ii. B Block - CR3, CR4, CR5 - Full classroom refurbishment including; Replace ceilings with suspended grid acoustic tile ceiling, or staple and glue acoustic tiles; replace lighting and fittings with LED Batten type fittings; replace wet area joinery units and storage cupboards; replace acoustic wall coverings, carpet and vinyl.",Awarded,Awarded to Southcoast Construction based on highest overall evaluation score,203233,20250410 Ministry of Education - School Infrastructure,20945319,Request for Tenders,Open Competition,Main Contractor for Roofing Replacement Project at Manukorihi Intermediate School,3065.09,20190417,20190517,20190717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this project is to address weathertightness issues related to roofing. a. An abridged scope of works is: A Block: o Replace staffroom roofing, provide new Marley Magnum spouting and downpipes in existing locations o Replace barge & apron flashing above principal's office where shown o Reclad wall where shown o Seal up/patch cracks in clerestory cladding as they occur o Treat heating pipe support for rust and re-seal with Silcoat o Apply liquid membrane to membrane roofs o Install skate board deterrents B Block: o Complete reroof, new eave flashings o Allow for new insulation as specified. o Replace Butyl rubber roofing with metal roofing & fabricated flashings o Replace side wall claddings of clerestory windows with new cladding sheets over vented cavity o Replace timber frame clerestory windows with new aluminium joinery. Allow for new mechanical winders o Install new Marley Magnum spouting and downpipes C Block As per Block B D Block: o Full reroof o New eave flashings o Allow for new insulation as specified. o Replace all fascia & barge boards o New Magnum spoutings and downpipes o Install skate board deterrents F Block: o Full reroof, o Allow for new insulation as specified. o Replace Butyl rubber roofing on clerestory windows with metal roofing o Replace side wall claddings of clerestory windows with new cladding sheets over vented cavity o Existing TPO membrane to remain, additional TPO patches required as per details o Replace timber frame clerestory windows with new aluminium joinery. Allow for new mechanical winders o Install new Marley Magnum spouting and downpipes H Block: o Allow for new clerestory cladding where shown on A2-07, allow for new wall insulation K Block: o Patch popping nail heads o Patch split with butyl rubber strip o Apply liquid membrane o Install skateboard deterrents to membrane roofs o Treat heating pipe support for rust and re-seal with Silcoat o Replace nails in plywood cladding on clerestory windows with stainless steel screws; paint immediately o Check, clean and paint timber windows Possible further work: o Works to A & K Blocks may include repitching areas of membrane roof and replacing with profiled metal roofing rather than repairing the membrane. If approved by the MoE, this will be included in the contract as a variation.",Awarded,Awarded to Livingstone Building NZ Ltd based on highest overall evaluation score,0,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,20946290,Request for Tenders,Open Competition,Fire Alarm Upgrade Waterlea School,1562,20190418,20190520,20191213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,149833,20250410 Ministry of Education - School Infrastructure,20946649,Request for Tenders,Closed Competition,Main Contractor for Blocks C & H Upgrade at Te Awamutu Intermediate School - RFT,1143,20190418,20190516,20190708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Toilet upgrade to two toilets blocks (Block C) Construction of two breakout rooms (Block H) Addition of covered outdoor area along the front of both blocks with bi-folding door access from classrooms (7 classrooms)",Awarded,,340072,20250410 Ministry of Education - School Infrastructure,20949119,Request for Proposals,Open Competition,CW2019-027 Request for Proposals (RFP) - Lead Design Services at Raroa Normal Intermediate School & Linden School (the School),,20190416,20190607,20190911,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry (The Principal) is seeking to appoint a designer, to provide Lead Design Services for projects at Raroa Normal Intermediate School & Linden School (the Services). See attached tender documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20950224,Request for Tenders,Open Competition,Main Contractor for Berkley Normal Middle School Rec Centre Upgrade,,20190418,20190517,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The board of trustees at Berkley Normal Middle School seeks a main contractor for a project to upgrade the existing Rec Centre at the school. The project Scope of Work generally includes replacement of roof and some external wall cladding, replacement window and door joinery; replacement heating and lighting, creation of new storage; internal alterations and upgrade of student toilets, supply and installation of a hard wired sound system and construction of a covered porch entry",Awarded,,388762,20250410 Ministry of Education - School Infrastructure,20951294,Request for Tenders,Open Competition,Fire Alarm Upgrade Vauxhall School,1541,20190418,20190520,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,103065,20250410 Ministry of Education - School Infrastructure,20952079,Request for Tenders,Open Competition,Main Contractor for the Block 1 ILE Conversion at Oratia District School,,20190418,20190516,20191010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Oratia District School are seeking a main contractor for their Block 1 ILE Conversion project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20956016,Request for Tenders,Open Competition,Fire Alarm Upgrade Matipo School,1365,20190423,20190527,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,129520,20250410 Ministry of Education - School Infrastructure,20957250,Request for Tenders,Closed Competition,"CW2019-020 Relocation of Existing four classrooms and Construction of a new short term Classroom, at Karori West Normal School (the School)",,20190418,20190527,20190716,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for CW2019-020 Relocation of Existing four classrooms and Construction of a new short term Classroom, at Karori West Normal School (the School) (the Contract Works at the School). The Ministry is seeking to appoint a Main Contractor to provide Construction & relocation services for Contract 1, of a 2 contact project at Karori West Normal School. This project will be broken down into separate projects as follows: Stage 1, Contract 1: this tender; Relocate existing technology centre, install services for this new location, upgrade access and parking for location. Addition of 1x new classroom, toilet block at new location and toilet block removal. Stage 2, Contract 2: Build four new classrooms on the site of the existing technology centre then remove four temporary classrooms installed in May 2017. This work will be tendered at a later date currently October 2019 Details have been provided for contract 1 as well as high level details for contract 2, so tenderers can gain an understanding of the wider opportunity at Karori West Normal School. A separate tender document will be released to cover the requirement and tender process for contract 2. See attached tender documents for further information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20960656,Request for Tenders,Open Competition,Main Building Contractor for School House & Classroom Repairs and Upgrades at Te Kura o Waikaremoana,,20190424,20190521,20190829,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for School House & Classroom Repairs and Upgrades at Te Kura o Waikaremoana. Principal House - The Principals House requires remediation and upgrading, due to lack of maintenance and to upgrade the largely original fixtures; School ILE Upgrade - Repairs and maintenance to the existing school building is required, plus AMS funding has enabled the School to undertake a new covered outdoor learning area.",Not Awarded,Price came in over budget. Currently negotiating with the preferred tenderer,0,20250410 Ministry of Education - School Infrastructure,20961966,Request for Tenders,Open Competition,Fire Alarm Upgrade Huapai District School,1320,20190423,20190527,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,63000,20250410 Ministry of Education - School Infrastructure,20962734,Request for Tenders,Open Competition,"Menzies College blk B,C,G,J,& K stage 1Roof Replacement",401-19-02,20190424,20190521,20190822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please Complete all documents and requested information in this RFT. The Tenderer / Contractor will submit the Tender including all trades as a lump sum tender .",Awarded,,293384,20250410 Ministry of Education - School Infrastructure,20968725,Request for Tenders,Open Competition,Main Contractor for Decking Replacement at Rotorua Primary School,4877,20190503,20190528,20191208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Replacement of approximately 250sqm of existing timber decking with new composite decking and aluminium joists system to block A,Awarded,This project has been award to Shawn Williamson Building Ltd,151796,20250410 Ministry of Education - School Infrastructure,20971373,Request for Tenders,Open Competition,Riverdale School - AMS Block 4 ILE Classroom Alterations,,20190429,20190524,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Riverdale School, Palmerston North, Board of Trustee's are proposing to complete AMS Block 4 ILE Classroom alterations and are inviting suitable building construction Companies to provide offers to complete the work.",Not Awarded,This contract has been awarded to Paul Robertson Builders Ltd and all unsuccessful contractors have been notified by letter.,0,20250410 Ministry of Education - School Infrastructure,20973834,Request for Tenders,Closed Competition,Papakaio School - Block 2 I.L.E Upgrade,,20190429,20190517,20200228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,PAPAKAIO SCHOOL BOARD OF TRUSTEES ARE SEEKING A MAIN BUILDING CONTRACTOR TO COMPLETE THE BLOCK 2 I.L.E UPGRADE AT PAPAKAIO SCHOOL,Not Awarded,Currently with the Ministry for decision to be made.,0,20250410 Ministry of Education - School Infrastructure,20976906,Request for Tenders,Open Competition,Main Contractor for Toilet Upgrade Works at Rotorua Boys High School,,20190501,20190524,20190918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses are to be submitted via the GETS website,lifcycle replacement and upgrade of fitout in student and staff toilets across 5 separate locations on the school site,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20978659,Request for Tenders,Open Competition,Logan Park High School - Learning Support Centre,LPHS 2019/1,20190501,20190529,20190731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Logan Park High School Board of Trustees are seeking the services of a suitably qualified Main Contractor to construct the new Learning Support Centre. The project involves the demolition of three existing prefabs on site prior to the construction of the new building.,Awarded,"Following the evaluation of the submissions, this contract has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,20978852,Request for Tenders,Open Competition,Dannevirke South School - E Block Upgrades,,20190502,20190527,20200131,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"The BOT at Dannevirke South School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to E Block as described in the tender documents prepared by IR Group Ltd. This involves the following works Demolition of required internal partition walls, exterior walls, decks, steps and planter boxes. Connect the two buildings Install new glazed walls and new doors Reline walls and ceilings with specified systems Frame and roof newly built connection between buildings Construct new internal breakout space Construct new deck, stairs and accessible ramp Construct new wet area Install new carpet tiles and vinyl flooring Paint all appropriate new surfaces Install new floor and wall coverings Fit out with new electrical and plumbing fittings The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required.",Awarded,One valid tender was received. Following evaluation the tender was deemed to be valid and compliant. The contractor is evaluated to have the necessary attributes and capacity to complete the work. The tender was within the expected price band of $210 - $240k. The tender has been awarded to Morris and Bailey Ltd.,230000,20250410 Ministry of Education - School Infrastructure,20984814,Request for Tenders,Open Competition,Birkenhead Primary School Block 2 ILE upgrade,,20190508,20190531,20190702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 2 is circa 1970s construction and much of the building has not been touched since construction. This project consists of an ILE upgrade to classrooms 3, 4, 5 & 6. This includes removing all existing hessian boarding to the walls, lining the walls with GIB where required and covering with Autex. Removing, disposal of and replacing all carpet with carpet tiles. Blanking over old skylights and installing LED lighting. Refurbishing/servicing existing windows to ensure adequate air flow. Refurbishment of the two existing toilet blocks including installation of hot water cylinders. Addition of one toilet block (2 cubicles). Remediation of the existing covered external learning environment and construction of a deck to cover damaged concrete which will incorporate a handrail to bring the external environment up to code. Please see attached Architectural drawings and specification for scope clarification",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20990603,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks A, B, G - Replace Spouting-Roofing at Epuni School, Lower Hutt",5103,20190507,20190606,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The existing metal roofing and spouting on Blocks A, B and G at Epuni School has been inspected as part of a recent condition assessment. In a number of areas the roofing is at the end of its economic life and replacement is required. This procurement looks for a professional Main Roofing Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project.",Awarded,"Contract awarded to Peryer Construction Wgtn Ltd, starting 01.11.19 with expected completion 31.08.20.",216900,20250410 Ministry of Education - School Infrastructure,20990998,Request for Tenders,Closed Competition,Main Contractor for the Refurbishment of the Admin Block at Richmond Road School,,20190506,20190607,20190814,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Following the completion of several sets of works ongoing at the school, The Admin Block at Richmond Road School requires extensive refurbishment. Although this is the smallest portion of works it is more complex due to some structural improvements that are needed. Please see attached RFT documents for full scope of works and drawings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20992196,Request for Tenders,Closed Competition,Main Contractor for the Blocks 1 and 6 DQLS and Block 1 Toilet Upgrade at Awhitu District School,,20190507,20190604,20191010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Awhitu District School are seeking a main contractor for their Blocks 1 and 6 DQLS and Block 1 Toilet Upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,20992494,Request for Tenders,Closed Competition,Main Contractor for the Block 6 and 8 AMS Upgrade Internal Space to Classroom and Toilets at Pukekohe East School,,20190507,20190605,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Pukekohe East School are seeking a main contractor for their Block 6 Upgrade Internal Space to Classrooms and Toilets and Block 6, 8 Upgrade Toilet Blocks project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20998616,Request for Tenders,Open Competition,"Main Contractor for F: Roof Replacement, WC & ILE Upgrade at Mangapapa School",211196,20190508,20190605,20190729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block F Roof Replacement, WC & ILE Upgrade Re-pitch and replace roof Full toilet block upgrade Full ILE Upgrade of three classrooms involving: Opening of walls and creation of breakout spaces New acoustic wall linings and floor coverings New suspended ceilings and LED lighting Installation of bespoke joinery storage units Installation of new aluminium sliding doors Replacement of existing exterior window joinery",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20999427,Request for Tenders,Open Competition,Ward School (Marlborough) - Roof Replacement.,19-3067-03,20190507,20190531,20190722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support Ltd and Ward School Board of Trustees are inviting shortlisted main contractors to provide their proposal to School Support Ltd for Replacement of Roofing at Ward School (Marlborough)/ SITE LOCATION Ward School - Duncan Street, Ward. This project seeks to remove the existing low to zero-pitched roofing over the Southern section of the classroom block at the school, including the low section between classrooms, and includes removal of the clerestory windows and making good these openings, installation of new trusses and rafters to a steeper pitch, and new roof coverings, flashings, soffit linings and making good any disturbed weather boards Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,20999914,Request for Tenders,Open Competition,"Main Contractor for B, D: DQLS/ILE Upgrade at Te Awa School",211773,20190508,20190605,20190911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"DQLS and ILE Upgrade of Block B & D New floor and wall coverings Creation of Breakout Spaces Upgrade to LED lighting New aluminium sliding doors Reconfiguration of accessible ramp",Not Awarded,Waipukrau Construction has been awarded this contract,0,20250410 Ministry of Education - School Infrastructure,21000326,Request for Proposals,Open Competition,Lead Design Services at Various Schools in the Bay of Plenty Region,CW2019-013,20190507,20190531,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for Lead Design Services at Various Schools in the Bay of Plenty Region. The Ministry has a large number of school sites operating in the Bay of Plenty region. In the coming year, the Ministry is planning capital projects across a select number of schools requiring modification and enhancement. The intension of this procurement is to source two independent consultants to carry out the Design professional services at four schools across two bundles within the Bay of Plenty region. To gain efficiencies, the Ministry has decided to bundle the schools to provide greater opportunity to the professional services consultancy market as well as improving procurement timeframes for each school. Bundle 1: Opotiki College, Tauranga Boys College, Lynmore Primary School Bundle 2: Huntly College The anticipated contract start date is 17 June 19.",Awarded,"Bundle 1: The contract was awarded to DGSE and will start on 8 August 20219. Bundle 2: The contract was awarded to WSP Opus and will start on 8 August 2019.",1415605,20250410 Ministry of Education - School Infrastructure,21000331,Request for Tenders,Open Competition,Main Building Contractor for the construction of Multiple Works at Tikitiki School 2703,1827,20190508,20190628,20191213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Electrical Infrastructure Upgrade. This work involves the replacement of asbestos containing switchboards in Block A. ii. Plumbing and water services Upgrade - This work involves the replacement of the replacement of water tanks, water connections and systems. iii. Reroofing of Block A iv. Partial Demolition and making good of the old changing rooms at the rear of Block A v. The four bolded items above must be priced separately vi. The Contractor will be engaged through a Medium Works Contract Timeframes are: vii. Indicative Start date: 08/07/19 viii. Due Date for Completion: TBC ix. Limitations: Any asbestos removal must be undertaken in the holidays, and all services must be maintained during school time x. See Tender Documents for further information. b. Timeframes are: i. indicative Start date: 08/07/19 ii. indicative Date for Completion: TBC iii. limitations: Any asbestos removal must be undertaken in the holidays, and all services must be maintained during school time",Awarded,,993565,20250410 Ministry of Education - School Infrastructure,21000586,Request for Proposals,Open Competition,Cost Management Services and Engineer to Contract services at Various Schools in the Bay of Plenty Region,CW2019-013,20190507,20190604,20200127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for Cost Management Services and Engineer to Contract services at Various Schools in the Bay of Plenty Region (Contract opportunity) for the following schools: Opotiki College Tauranga Boys College Lynmore Primary School Tauranga Intermediate Huntly College The anticipated contract commencement date is 17 June 2019",Awarded,The contracts were awarded to BQH Limited with contract start dates from Nov 2019.,0,20250410 Ministry of Education - School Infrastructure,21000670,Request for Tenders,Open Competition,CW2019-042 Tokoroa North Special Needs Modifications Main Contractor,CW2019-042 / MOE01132,20190508,20190604,20190709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Tokoroa North School has been identified to require a number of SNM modifications to accommodate the needs of new student(s) The intention of this procurement is to source a contractor to undertake main contract works to construct the modifications required. Two separate Occupational Therapist reports (one for each project number) have been prepared with recommendations outlining the works required. Detailed designs to meet the requirements of both reports have been completed The works are to be delivered in a single stage",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21006590,Request for Tenders,Open Competition,Civil Works for a Reconfigured Drop-off zone and Busbay at Wainui School,MOE01554,20190508,20190531,20190814,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Wainui School is a Decile 9 contributing primary school located in Waitoki, Wainui, Auckland. The school caters for students in Years 1 to 8, and has a roll of 296 students as of July 2018. The school is rural, on an expansive, mainly bushed site of 4.8 hectares. The scope of the overall build project entails a new 3 classroom block; i.e. all roll growth classrooms. Due to the location of the new classroom block, both to improve traffic safety and to future proof the school, there is also a civil component to the project to provide a reconfigured drop-off zone, bus turning area and bus shelter and changes to the current carpark entrance area which all connect past the new block entrance. As the Civil works are able to be advanced ahead of the design completion, they are being tendered and completed ahead of undertaking the new build. This will not have an effect on the new build timeline.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21009064,Request for Tenders,Open Competition,Main Contractor Services - 4 Roll Growth Classrooms at Bohally Intermediate School (the School),,20190508,20190531,20190808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking a main contractor to provide construction services for a roll growth project at Bohally intermediate. Main contractor is required to complete the internal upgrades to two University of Canterbury Relocatable Buildings including a Portacom toilet block shifted to Bohally Intermediate School. These works will also include all external enabling works. The main extent of external works include; Connections to water, power, waste/storm water and fire systems Decking, ramps, handrails, stairs and Canopy Ground works The project will be advertised on GETS in a single stage open tender process. This will take place from May 2019 through to June 2019 with physical work being targeted for completion by the start of Term 4 (Early October 2019). See attached tender documentation for further information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21011133,Request for Tenders,Open Competition,(1687) ARIA SCHOOL - MAIN CONTRACTOR - ABFHI Cladding repairs A Lighting & Ext Learning,,20190510,20190607,20190701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Various minor Cladding & Roofing repairs and replacements, Lifecycle replacement of lighting, Replacement of existing doors, installation of a new door, lockdown hardware, replacement of partial wall coverings, and Construction of a new covered deck as an exterior learning space. The Procurement will be undertaken as a Single request, however broken down into two sections to determine the outcome meets budget, therefore giving the BOT flexibility.",Awarded,,89857,20250410 Ministry of Education - School Infrastructure,21012987,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2,4,5,6,7 &12 replace electrical reticulation at Owairaka District School",,20190513,20190606,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Buyer requires a quote to upgrade lighting to LED, ensure power outlets have RCD protection as per statutory requirements and life-cycle replacement of switchboards with works to be completed between 06 July and 21 July 2019. All work must be quoted in accordance to the Ministry of Education, Electrical Installations: Standards for Schools, Version 1.6, October 2015. All materials and light fittings quoted on meet the MOE warranty requirements as per MOE 4.1",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21015916,Request for Tenders,Closed Competition,RFT Main Contractor for the New Science Block at Glendowie College,,20190510,20190617,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Contractor for the New Science Block at Glendowie College (the Contract Works at the School).,Awarded,,8070599,20250410 Ministry of Education - School Infrastructure,21018161,Request for Tenders,Open Competition,Main Building Contractor for the supply and installation of new Boundary Fencing at Tai Tapu School,,20190510,20190606,20190711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The services required is that of a main construction contractor to undertake the construction works of the installation of fencing and gates around the perimeter of the school boundary,Awarded,The Contract was awarded to Molior Building Limited and started on the 01/07/2019. The term of the Contact is one month,99678,20250410 Ministry of Education - School Infrastructure,21019498,Request for Tenders,Open Competition,Main Contractor for Window Joinery Replacement at Owairaka District School,,20190513,20190606,20200907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 Wooden Window joinery is degraded, and most windows cannot open or close as designed. Maintenance over the years has preserved the joinery as long as practically possible but they have reached the end of their lifespan and require replacement to ensure the present and future integrity of the building fabric. The Contract Works required are: Remove existing wooden joinery and glazing in Block 1 (rooms 1-8) and replace with new aluminium joinery and glazing as per Building code E2 Make good cladding damaged during removal. Install new head and sill flashing Wall underlay dressed into openings with flexible flashing tape at corner",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21019608,Request for Tenders,Open Competition,(1906) Pukenui School (Te Kuiti) AB ILE upgrade; A Ext learning space,,20190510,20190605,20190705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Construction of a new cover to existing patio to provide an exterior learning space, Carpet and Composition, Lighting. The Procurement will be undertaken as a Single request, however broken down into the various trades to determine the outcome meets budget, therefore giving the BOT flexibility.",Awarded,,342025,20250410 Ministry of Education - School Infrastructure,21020075,Request for Tenders,Open Competition,Main Contractor for Special Needs Reconfiguration and Additional Toilet at Trident High School Whakatane,,20190513,20190614,20190808,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Due to increase student numbers and resulting staffing increase, Trident High School Board of Trustees is seeking a main contractor to undertake internal alteration works to form larger meeting rooms/ offices and an additional staff toilet within their existing standalone special needs facility",Awarded,,62763,20250410 Ministry of Education - School Infrastructure,21021265,Request for Tenders,Open Competition,Main Building Contractors for the Toilet Refurbishment at Ongarue Primary School,OSS - 5920,20190513,20190613,20191008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Scope: Strip out the whole ablutions area. Place a barrier between the exterior and the interior, insulate walls/sub-floor and ceiling cavities with polyester insulation (green stuff) before relining walls to replumb all fittings with hot and cold-water supplies and lag all piping. (Try to keep pipework from being installed in exterior walls to lessen the chance of pipe freezing.) Reline all surfaces, ceilings/walls, overlay floor with Masonite sheeting and relay vinyl to all areas including the inner bag bay. Install polythene to all ground under the floor of this area. Replace the fixed ventilating windows with fixed double-glazed, obscure insert windows. Extract fans to be fitted to each space connected to a movement sensor and timer. New LED lights fitted to all spaces. Existing girls toilets to be converted to a D.W.C with shower. (Existing staff toilet remains as is.) Existing boys toilet to be modified to contain two self-contained toilet cubicles. Staging: Commence with and complete the conversion of the Boys toilets and hand back to the school prior to commencement of further toilets. Start: ASAP but to be agreed between the contractor and the client. End: 31 August 2019, but to be agreed between the contractor and the client. Contract: MOE Medium Works Contract DLP: 6 months",Awarded,The RFT has been awarded & all recipients notified by email.,0,20250410 Ministry of Education - School Infrastructure,21022349,Request for Tenders,Open Competition,(2027) THAMES SOUTH SCHOOL - MAIN CONTRACTOR - BLK I SATELLITE UPGRADE & BLK C ILE UPGRADE,,20190513,20190606,20190712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Construction of a new covered entrance, various wall alterations, installation of joinery, Carpet and Composition, Lighting. The Procurement will be undertaken as a Single request, however broken down into the 2 projects to align with the MOE budget.",Awarded,,597566,20250410 Ministry of Education - School Infrastructure,21022438,Request for Tenders,Open Competition,Fire Alarm Upgrade Springlands School,2996,20190514,20190614,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Not Awarded,"Poor response to tender. Only one proposal received. Re-tender under stage 19 program.",0,20250410 Ministry of Education - School Infrastructure,21023141,Request for Tenders,Closed Competition,CW2019-033 Flaxmere Major Redevelopment Design & Construct,CW2019-033 / MOE01104,20190515,20190702,20191205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Complete Redevelopment of Flaxmere College. The Contract Works comprise of designing and constructing of the 22 teaching spaces and a gross property area of 5,585m?. The total area includes the replacement of 2,933 m? of existing defective buildings which require demolition / refurbishment.The proposed Contract (the Contract) is based on the Ministrys Design and Build Contract. Project consultants are: o Project Manager The Building Intelligence Group (TBIG): Stuart Lyons o Engineer to the Contract Simone Sharp AECOM Auckland o Quantity Surveyor Mark Rollason AECOM Wellington o Lead Designer ( Master Plan and Prelim design ) [MOAA]: Tim Horne It is anticipated that the construction portions project (See proposed separable portions) will be phased to allow the school operational space and achieve a safe hoarded area with access for the construction to proceed. a. Phase 1 - It is assumed Blocks A, B and C ( Hall plus new buildings ) will be completed concurrently over 12 month period from Feb 2020 to June 2021 b. Phase 2 - It is assumed Blocks D,N and new SNU satellite building (Block M) will be completed concurrently over 12 months from Dec 2020 to Dec 2021 c. Phase 3 - It is assumed siteworks and civil works will proceed concurrently through the contract period with completion after building construction in Feb 2022",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21023150,Request for Tenders,Closed Competition,Request for Tenders (RFT) Temporary Weathertightness Repairs at Albany Junior High School,,20190617,20190710,20190820,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"A number of buildings at Albany Junior High School are affected by weather tightness issues and they require temporary work to allow them to remain in use. The Ministry of Education has approved temporary works to mitigate weather tightness issues to the following buildings: gymnasium, library and Kiwi, Ruru, Tuie and Whanua classroom blocks. The intention is to undertake sufficient works to ensure that the classrooms and other areas that are affected are suitable for the school to use to carry out its normal functions until such time as a long term solution is agreed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21028209,Request for Tenders,Open Competition,Main Contractor for Z: Property Department Redevelopment at Glendowie College,,20190515,20190617,20190814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Glendowie College are seeking a Main Contractor for their Property Department Redevelopment Project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21029941,Request for Proposals,Closed Competition,RFP Lead Design Services for Brookby School,,20190515,20190607,20190715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services at Brookby School Contract opportunity. The outcome sought are the following: 1. Design the safe escape from the school grounds in the event of excessive overland flooding. (A suitable bridge) 2. Re-designing/creating a safe PUDO car park area (Pick-Up Drop-Off) 3. Reduction of sound transfer from heavy vehicle traffic at the road boundary",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21035103,Request for Tenders,Open Competition,Linton Camp School - AMS - Block 2 ILE - Classroom Alterations,,20190520,20190614,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Linton Camp School Board of Trustees are seeking offers to complete ILE Classroom Alterations to Block 2 at the School.,Not Awarded,This contract has bee awarded to Paul Robertson Builders and all unsuccessful contractors have been notified by letter.,0,20250410 Ministry of Education - School Infrastructure,21036442,Request for Tenders,Open Competition,Main Contractor for Asbestos Removal & Demolition - Gym & Caretaker Facility at Tauraroa Area School,G816,20190517,20190612,20190904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Asbestos Removal & Demolition - Gym & Caretaker Facility at Tauraroa Area School The proposed works are for the removal of Asbestos Containing Materials, demolish and remove the existing Caretaker Ancillary buildings, Gym / Hall and prepare ground area for construction of the proposed second stage (not part of this contract) Design & Rebuild of the new Caretaker facility and a 758m2 Gymnasium with changing facilities.",Awarded,The contract was awarded to Cake Commercial Services and the indicative start date will be 18th December 2019. The term of the contract is 3 months.,102496,20250410 Ministry of Education - School Infrastructure,21040834,Request for Tenders,Open Competition,RFT for Main Contractor for Block A Classroom Refurbishment at at Balfour Primary School,3932-19-02,20190517,20190613,20190711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A fire wall was partially constructed in 2014 between the Admin area and Classroom 2 at Balfour Primary School which remains incomplete. To meet Ministry of Education requirements, the fire wall is required to be completed in Classroom 2 as well as other small modifications to the classroom. Please see attached RFT document for further information.",Awarded,"Only one tender was received; it was reviewed and assessed in accordance with the Request for Tender and deemed to meet the tender requirements. The tenderer was selected as preferred.",110079,20250410 Ministry of Education - School Infrastructure,21048324,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Northland Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Northland Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048327,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Auckland Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Auckland Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048330,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Waikato Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Waikato Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048334,Request for Quotations,Closed Competition,"RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Bay of Plenty, Rotorua & Taupo Region",,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Bay of Plenty, Rotorua & Taupo Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048340,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Hawkes Bay & Gisborne Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Hawkes Bay and Gisborne Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048347,Request for Quotations,Closed Competition,"RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Taranaki, Whanganui & Manawatu Region",,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Taranaki, Whanganui & Manawatu Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048350,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Wellington Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Wellington Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048354,Request for Quotations,Closed Competition,"RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Nelson, Marlborough & West Coast Region",,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Nelson, Marlborough & West Coast Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048357,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Canterbury Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Canterbury Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21048360,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2019 - Otago & Southland Region,,20190520,20190607,20190806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is a closed RFQ to Consultants from the Ministry's 10YPP Consultants Panel to deliver bundles of plans due in 2020/21 to selected schools throughout the country. This RFQ relates specifically to the bundles in the Otago & Southland Region. Please note the Evaluation Criteria and Price Evaluation process have been updated. These may be different to what was communicated prior to tender release. Background Ensuring schools have quality Ten Year Property Plans (10YPP) that optimise the schools property spend and makes the best of the schools facilities is a key priority for the Ministry. With that priority in mind, the Ministry piloted moving to a direct contractual relationship between the consultants and the Ministry with a small number of consultants. The findings of the pilot were positive and supported the move away from the current operating model to a future state where 10YPP consultants and the associated planning costs are managed directly by the Ministry. A transition year process was undertaken to ensure processes and procedures are adequate for a national programme launch this year for schools in the 2020/21 5-Year Agreement cycle. Outcomes Sought Transitioning the contractual relationship of 10YPP consultants to the Ministry will mean the following benefits: a. The Ministry will be able to streamline the 10YPP planning process to improve the quality of plans developed for our schools and reduce financial and administrative requirements for schools. This will enable them to concentrate on teaching and learning. b. Better quality plans that are delivered on time will also allow schools to manage their assets more effectively c. Increased opportunities for suppliers who continue to perform well d. Better support of Consultants by the Ministry on what a good plan looks like. In addition to transitioning the contractual relationship to the Ministry, we also intend to align budget and planning years to ensure schools get the most out of their 5YA and can access their budget as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21053533,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block A - Refurbish Classrooms at Waterloo School, Lower Hutt",5031,20190522,20190701,20191030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Waterloo School is looking to engage a main building contractor early to ensure their availability along with sub contractors and materials for work to be carried out beginning December 2019. This project refurbishes Block A to develop the building towards innovative learning environments. The existing building is comprised mostly of original materials and finishes and layout which fails to meet the demands of flexible shared learning. This building has been structurally strengthened previously to 100% NBS which is limiting the opportunities to adjust the layout. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Waterloo School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Field & Hall Ltd, starting 01.12.19 with anticipated completion of 31.05.19.",478824,20250410 Ministry of Education - School Infrastructure,21054822,Request for Tenders,Open Competition,Waiohau School (TKKM o Waiohau) Plumbing/Drainage & On-Site Effluent Services,202437,20190522,20190618,20190903,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made to the GETS website,"The Board of Trustees for Te Kura Maori-a-Rohe o Waiohau, wish to complete various site Plumbing and Drainage Works to the site - along with the completion of a new On Site Effluent Treatment System. This work has been wrapped up into a solitary Design Package, and this procurement is to engage a suitably qualified Plumbing/Drainage/OSET Supplier to complete the works.",Awarded,"Following a full and comprehensive Tender Evaluation, Enviro Water were awarded the Contract",0,20250410 Ministry of Education - School Infrastructure,21054941,Request for Tenders,Open Competition,"Main Contractor for Flooring, Wall Covering and Heat Pump Upgrade",,20190521,20190614,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nature of the Works: Work will be split into two stages. Phase 1 will be Block 8 & 9 and Phase 2 will be Block 6 & 7. (a) Remove existing carpet and vinyl. Propose new design layout based on schools chosen colour pallet, supply and install new 100% Solution Dyed Nylon, commercial loop-pile carpet tiles by direct-stick method, supply and install new commercial grade vinyl (b) Remove existing old pinboard. Propose new design layout based on schools chosen colour pallet and install new Autex acoustic wall coverings (c) Remove existing cloak bays and make good (d) Install new heatpumps in Rooms 11 - 15",Awarded,,147579,20250410 Ministry of Education - School Infrastructure,21055005,Request for Quotations,Closed Competition,RFQ - Auckland Normal Intermediate - Purchased,,20190522,20190531,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Auckland Normal Intermediate experienced a serious fire on the 23rd January 2019 that has badly damaged the hall and several classrooms. While the school is currently utilizing the neighboring Teachers Training College, there is now a requirement to purchase and install four new classrooms and one toilet block at the school as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21055099,Request for Tenders,Closed Competition,RFT - B Block Toilet Refurbishment at Whangarei Girls High School,,20190521,20190611,20191003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Refurbish two student and two staff toilets at the Manse Street end of B Block.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21059480,Request for Tenders,Open Competition,Main Contractor for the Fire Sprinkler System Repairs at Sir Edmund Hillary Collegiate,,20190523,20190619,20190925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Sir Edmund HIllary Collegiate are seeking a main contractor for their Fire Sprinkler System Repairs project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21061348,Request for Quotations,Closed Competition,RFQ - Auckland Normal Intermediate - Leased,,20190521,20190614,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Auckland Normal Intermediate experienced a serious fire on the 23rd January 2019 that has badly damaged the hall and several classrooms. While the school is currently utilizing the neighboring Teachers Training College, there is now a requirement for four temporary leased classrooms to be installed as soon as possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21062579,Request for Tenders,Open Competition,"Main Building Contractor for Refurbishment of Two Classroom at Brooklyns School, Motueka. (the School) RFT",,20190524,20190620,20190802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The projects consist of the ILE upgrade of two classrooms 1 & 2 in the main block at Brooklyns School. The scope of works is detailed in the attached drawing and specification and includes the redeveloping the existing classroom layouts. Which include but not limited to the following works. Removal of existing internal linings, structural and forming of opening in the external walls, insulation, new floor, wall covering, suspended ceiling and external deck areas for break out areas for the pupils. The project can be undertaken during school term as the room can be taken out of operation by moving the pupils to alternative rooms for the duration of the works.",Not Awarded,"Dear Ultra Spec, Please be advised you were unsuccessful in this tender. Thank you for time and effort. Regards Rob Edmonds",0,20250410 Ministry of Education - School Infrastructure,21071090,Request for Proposals,Open Competition,"Design Services - Heretaunga College - Workshop ILE Upgrade, Roofing, Electrical, Heating, Fire Egress, Flooring and Fencing Works",,20190527,20190620,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Heretaunga College board of trustees are seeking a designer to complete the following work: a. an electrical upgrade as detailed in the electrical infrastructure report, b. remediation and replacement to roofs as detailed in the roofing infrastructure report, c. remediation and replacements to heaters as detailed in the heating infrastructure report, d. remediation and replacements to cladding, windows as identified in the condition assessment e. replacements to flooring in three blocks as identified in the condition assessment f. additional fire egress route from block A g. remediation of hard-court fencing h. block E workshop AMS project (Acceleration Modernisation Scheme) which comprises the connection of two workshops resulting in a more open learning environment. There projects will be tendered as one project.",Awarded,,100000,20250410 Ministry of Education - School Infrastructure,21071094,Request for Tenders,Open Competition,Asbestos Removal at Richmond Primary School (Nelson),19-3216-01,20190528,20190628,20190905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Richmond Primary School (Nelson) is looking for suitably qualified main contractors to submit a Request for Tender for the Asbestos Removal at Richmond Primary School project. The full and detailed solution required is attached in the tender documents. The contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21075319,Request for Tenders,Closed Competition,Main Building Contractor for Block 1 Classrooms 1-6 ILE Upgrade & Reroof at Arahoe School,212847,20190529,20190619,20191011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Convert 6 classrooms to Two Main teaching Spaces, Two Specialized Teaching Spaces, One Breakout Space, One Teacher's Resource Room, One Entrance Lobby and 8 Unisex Cubicles.",Awarded,"The Contract was awarded to Astley Construction and will start on 28th October 2019. The term of Contract is 7 months. Thanks for your time and effort in putting through this tender.",1151952,20250410 Ministry of Education - School Infrastructure,21076227,Request for Tenders,Open Competition,Main Contractor for Tauhara College Roofing Upgrade,,20190528,20190624,20190805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractor for Roofing repairs and upgrades to roofing, internal and external gutters, downpipes, spreaders and dropper placements over 13 blocks at Tauhara College.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21076789,Request for Tenders,Open Competition,Main Contractor for Block J & Q ILE Upgrade at Peterhead School,211654,20190528,20190621,20200310,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders to be submitted through the GETS website,"ILE Upgrade of Two Classroom Blocks (5 classrooms) Replacement floor and wall coverings Creation of breakout spaces New LED lighting New joinery units",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21077005,Request for Tenders,Open Competition,"Main Building Contractor for Block D, H & I ILE Upgrade (5 classrooms) at Havelock North Primary School",2018-2573-07,20190527,20190627,20190830,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website Q&A,"A 10 Year Property Plan (10YPP) and 5 Year Agreement (5YA) was completed to identify and plan for maintenance and capital works required to keep the school property at a reasonable standard and support modern teaching and learning environments. Through this forward maintenance planning, Havelock North Primary School is undertaking modernisation works to be completed. The objective of this procurement is to source the supply of a main building contractor to carry out ILE (Innovative Learning Environment) modernisation works at Havelock North Primary School. The project consists of refurbishment and upgrades to 5 classrooms (Rooms 3, 4, 5, 6 & 7 & the cloakbay) in Blocks D, H & I, and construction of a new deck area and steps. The existing deck area and new deck areas are to be covered in outdoor carpet. Several internal walls are to be demolished in Blocks D, H and I, and new internal glazed aluminium joinery is to be installed between the classrooms. 3 new art sink areas with cabinetry are to be included, along with new front of classroom joinery units in each classroom (5 total). The sink areas are changing location in the building and therefore plumbing and drainage is involved.",Not Awarded,"The project has exceeded the budget available. The plans and design have been revised, and retendered.",0,20250410 Ministry of Education - School Infrastructure,21077847,Request for Tenders,Closed Competition,"CW2019-044 Te Ranga School, Block L Classroom replacement",CW2019-044,20190527,20190618,20190815,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/the Principal) is an invitation to contractors (Tenderers) shortlisted from the Construction Directory to submit a Tender for Construction of L Block at Te Ranga School. The Contract Works required are: i. The construction of a new Block L at Te Ranga School ii. The works required are moderate in size / scale iii. The works are to be delivered in a single stage iv. The site is relatively flat with good access Timeframes are: i. Design Complete 18/04/2019 ii. Construction Procurement Start 27/05/2019 iii. Construction Procurement Complete 29/07/2019 iv. Construction Start 19/08/2019 v. Construction Complete 04/05/2020 Project consultants are: o Project Manager: WSP-OPUS o Engineer to the Contract: WSP-OPUS o Quantity Surveyor: Measure Twice o Lead Designer: Design Group Stapleton Elliot o Delivery Manger: Ministry of Education, Gerhard van der Merwe",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21081709,Request for Tenders,Open Competition,Totara Grove School Miscellaneous Carpentry,G777,20190529,20190628,20190730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Assessment of Totara Grove School identified areas of inadequacy requiring the need for remedial and replacement carpentry works to multiple blocks throughout the school. This project is part of the schools 5YA and will be carried out as a single-phase project during school holidays.This Request for Tender (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Miscellaneous Carpentry Works & Aluminium Joinery Upgrade at Totara Grove School.",Not Awarded,"No responses were received via GETS, therefore, no winning responses.",0,20250410 Ministry of Education - School Infrastructure,21082618,Request for Tenders,Open Competition,North East Valley School - Special Needs,CN18-1769,20190529,20190624,20190702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope of Works: It is proposed to install safety gates (as indicated) throughout site, modify vehicle gates, includes external safety rails, internal handrails, toilet modifications, removal of trip hazards, and as required by the Ministry of Education an upgrade of the alarm system to a Type 4 system to the affected blocks.",Awarded,,171567,20250410 Ministry of Education - School Infrastructure,21083203,Request for Tenders,Open Competition,Tarras School - Unisex Toilets and Associated Works,3843.18.01,20190610,20190703,20190805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Reconfigure the existing girls toilets into 3 unisex toilets Upgrade the staff toilet, inclusive of replacing wall linings, installing insulation and painting. New light fittings will be installed. Install new double glazed windows. Install new tapware, basins, cisterns and pans. The existing boys toilets will have the pans, cisterns and basins removed and capped. A cleaners sink will be installed. This will be an interim storage space and later a future project for converting into a breakout space. The drainage will be investigated to remedy ongoing issues with blockages. The lean to portion of roofing over the toilet area will have the iron replaced with long run colour steel. New flashings installed where appropriate and insulation installed.",Awarded,Awarded to Keith Mitchell Builder Ltd,185235,20250410 Ministry of Education - School Infrastructure,21084202,Request for Proposals,Open Competition,Bayfield High School - Property Redevelopment - Lead Designer,,20190529,20190624,20190716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"o Alterations to the existing facilities/buildings or the construction of a new facility to house the Learning Support Centre o Upgrades to the Food Technology and Art teaching spaces o Various floor coverings replacements o Various electrical upgrades and safety improvements o Alterations and extensions to the existing gymnasium (changing rooms, weights rooms and offices) o Various weather-tightness remediation including roof and window replacements o Rationalization of Blocks H, L R and J",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21085861,Request for Proposals,Closed Competition,RFP Lead Design Services for Mangere College and Pakuranga Intermediate,,20190528,20190620,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"All students in NZ can enrol in their local school, including students with special needs. To support the practice of inclusion education, base special schools have arrangements with local schools to establish satellite teaching spaces. Satellite teaching spaces are a satellite of their base (special) school. Satellite teaching spaces are staffed and operated by their base school. Project 1: 213210 Mangere College to establish a Sir Keith Park Satellite Mangere College has been identified as a suitable site for a Sir Keith Park School Satellite site. The reconfiguration and upgrade of the existing classrooms is the most cost-effective solution. The Principals of the two schools (Mangere College and Sir Keith Park) have discussed this opportunity and are in agreement with the establishment of a satellite unit. The proposed satellite will include a universal bathroom, within S Block, which will undergo the necessary modifications in order to accommodate special school students. The work will include full replacement of the internal floor coverings, wall coverings and ceiling. Project 2: 212120 Pakuranga Intermediate School to establish a Sommerville Satellite Pakuranga Intermediate is located on Reeves Road in Pakuranga, East Auckland. The school has a current surplus of seven teaching spaces. The surplus is due to a decline in roll growth over the last 5 years. The surplus of classrooms has created an opportunity to convert two of the seven teaching spaces into a satellite site, specifically catering to students with special needs. Sommerville Special School, located in Panmure, East Auckland, is experiencing considerable roll growth. The school has actively sought additional satellite facilities to meet demand. In particular, additional satellite facilities to cater for students in the year 7 and 8 range. (Intermediate age) Hitherto, the principals of both schools have agreed to the establishment of a satellite site at Pakuranga Intermediate, proposing the utilisation of two surplus classrooms and a toilet block",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21091785,Request for Tenders,Closed Competition,Main Contractor for Block A Reconfigure of Whanau Space Block 3 Replacement of Wharenui Flooring at Kia Aroha College,,20190531,20190626,20190925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Kia Aroha College are seeking a Main Contractor for the Block A Reconfigure of Whanau Space Block 3 Replacement of Wharenui Flooring project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21096052,Request for Tenders,Closed Competition,Shotover Primary School Stage 3 Contract Works for Rollgrowth Classroom Block,CW2018-100,20190605,20190617,20200127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Construction of 4 or 10 Teaching Space (TS) block and carpark extension on the existing Shotover Primary School site as part of the Ministrys Capital Works Southern programme. Funds have been approved for the construction of 4TS, a request to approve an additional 6TS for Stage 3 is awaiting budget approval which is due to occur in June 2019 as part of the Budget 19 Roll Growth. The design of the new block is a re-use of a single storey 8 Teaching Space block design previously built on the site, and this approach has been taken to secure efficiencies in both design and construction. The outcome sought is the successful construction of the new block as per drawings and specs (proposed solution required for 4TS based on current budget approval, and 10TS subject to approval of Budget for the additional 6TS), within programme and cost expectations, which demonstrates efficiency gain through re-use of a proven design. Project completion date Construction Start Tenderer to confirm. Construction Complete Tenderer to confirm.",Awarded,The contract was awarded to Brosnan Construction Canterbury Ltd and will start in Jan 2020.,0,20250410 Ministry of Education - School Infrastructure,21097940,Request for Proposals,Open Competition,Loss Adjusting Services for Ministry School Building Insurance claims,MOE01625,20190604,20190627,20191024,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking proposals from interested suppliers that are able to provide high quality and responsive loss adjusting services with nationwide coverage. To be considered for this opportunity Respondents/Proposals must satisfy all of the following pre-conditions: The Ministry requires that Tenderers offer national coverage for the effective delivery of the Loss Adjusting service to all schools. The Ministry is open to a consortium approach to be able to deliver services nationally.",Awarded,,1200000,20250410 Ministry of Education - School Infrastructure,21098346,Request for Tenders,Open Competition,Main Building Contractor for Block A (Classrooms 9 to 11) & B ILE upgrade at Marewa School,19-2606-06,20190531,20190628,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A 10 Year Property Plan (10YPP) and 5 Year Agreement (5YA) was completed to identify and plan for maintenance and capital works required to keep the school property at a reasonable standard, and support modern teaching and learning environments. Through this forward maintenance planning, Marewa School is undertaking modernisation works to be completed. The objective of this procurement is to source the supply of a main building contractor to carry out ILE (Innovative Learning Environment) modernisation works at Marewa School. The project consists of refurbishment and upgrades to 4 classrooms (Rooms 8, 9, 10 & 11) in Block A, refurbishment of Block B (the old dental clinic) and a fire alarm upgrade. The Contract Works required are: i. Refurbishment of Block A classrooms 9, 10 & 11, including minor work to Classroom 8, and refurbishment of Block B (old dental clinic). ii. The site is a level site, with access from Lathem Street and Barker Road. The site buildings are comprised of a Main Block (block A), a old dental clinic, and the School Hall. iii. The work required comprises the following: (a) Block B ILE upgrade to the old dental clinic (new breakout space) to include replace toilet pan and basin, install hot water in toilets, repaint interior including built in shelving/storage, install new floor coverings (carpet tiles & vinyl), install autex to walls, underfloor insulation; (b) Block A ILE Upgrade to Classroom 9, 10 & 11: to include (i) Remove/ demo part walls in Rooms 9 & 10 and existing resource room and Room 8 and sink units. (ii) Install new glazed sliding doors between Rooms 9 & 10, breakout & rooms 8 & 9, (iii) Install new bifold doors to breakout room; (iv) Relocate sink in Room 8, (v) Install 2 new sink units in Rooms 9 & 10; (vi) Suspended ceilings & LED lighting in Rooms 9, 10, breakout rooms and Room 11;Four of the classrooms will be refurbished, and a breakout space created between Classrooms 8 and 9. A deck and roof covering are to be built off Rooms 10 and 11. The outdoor roof is to be by Archgola (quote attached). Installation of a Type 4 analogue addressable Fire alarm is also incorporated as part of the works as required by the attached Fire Design report. The alarm system is to include a voice message, separate to the class bell system. In addition, Emergency lighting, fire exit signage and step edge Contrast strips are required. Please note that fire rating to the administration is not part of this project.",Awarded,,296000,20250410 Ministry of Education - School Infrastructure,21098568,Request for Tenders,Open Competition,Main Contractor for Central Normal School Block 5 Upgrade,,20190531,20190628,20190718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Central Normal School is looking for a main contractor to complete the building works on Block 5 quality learning upgrade. This block is a two classroom block with a large cloakroom, toilets and resource area which is to be converted into a marae space and unisex toilets as per attached architectural drawings.",Awarded,The contract was awarded to Colspec Construction and will start on 29th July 2019.,195666,20250410 Ministry of Education - School Infrastructure,21105598,Request for Tenders,Closed Competition,Henderson North School AMS MLE project,1308-02-07,20190607,20190627,20190709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be via GETS website,"The Board are seeking to replace floor covering & wall linings, upgrade toilets and make new openings between the classrooms and cloak bays.",Awarded,,226000,20250410 Ministry of Education - School Infrastructure,21108521,Request for Tenders,Open Competition,Main Building/Joinery contractor for Replacement Joinery at Glen Innes School,,20190606,20190703,20190821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Glen Innes Primary School wish to find a suitably qualified contractor/Joiner to supply and install window and door joinery in Blocks 1 and 2 at the school.,Not Awarded,"Only received one tender via GETs so was required to go to the direct market to receive two extra quotations. Through this process this contract has now been awarded to Phil Glass & Aluminium Ltd for the value of $309,190.83 excl GST",0,20250410 Ministry of Education - School Infrastructure,21109098,Request for Proposals,Closed Competition,Quantity Surveying Services at Papanui High School and Heaton Normal Intermediate School,,20190605,20190627,20191023,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"As part of the Canterbury Schools Rebuild Programme Papanui High school and Heaton Normal Intermediate School require the replacement and/or refurbishment of buildings within the Schools operational footprint, including non-linked outbuildings and all services, facilities and infrastructure. The Quantity Surveying Services that the Supplier will provide to the Ministry include: Establishing and managing a Project-Level cost plan at the start of engagement (including before designs are completed) until project completion, which will cover all services, including, but not limited to Professional, Construction and Internal-Ministry Services for the life of the project. This is to ensure that the budget and all costs are managed on a proactive basis, including proactive engagement with the Design team to ensure that design teams balance Ministry requirements and the budget available within the Cost Plan. Please note that the RFP has been added as Addenda 1.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21111973,Request for Tenders,Closed Competition,"Main Building Contractor, Re-roofing Two Blocks, One Tree Hill College, Auckland",,20190610,20190628,20200225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project is to replace high level roof cladding over corridors, some wall cladding and windows on Tawa and Kowhai Blocks at One Tree Hill College, Auckland. This project is being retendered due to insufficient responses when previous tendered.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21115527,Request for Tenders,Closed Competition,Linwood College Redevelopment RFT,,20190610,20190719,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is going to market to appoint a lead Contractor for the demolition and construction of a new Linwood College in Phillipstown, Christchurch. Documents available via USB: 1. Demolition Specification and appendices 2. Architect Drawings 3. Asbestos Survey's and appendices To collect the USBs with all documents noted above, please come to Level 1, 48 Hereford Street contact Alana Reid for collection on Tuesday 11 June between 9am - 11am.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21115726,Request for Tenders,Open Competition,Paeroa College Science Block Refurbishment Main Contractor Services,201646,20190610,20190703,20200506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Paeroa College are seeking suitable Suppliers to tender for Main Contractor Services for the refurbishment of their existing Science Block (C Block). The Science Block is aging, and in need of a refurbishment. A full design package has been completed, including hydraulic/mechanical/electrical/fire design. The works are primarily to the interior of the building, with no alteration to footprint or major works to the building envelope.",Not Awarded,"The Tender process, did not yield a successful Supplier, and is closed pending future procurement.",0,20250410 Ministry of Education - School Infrastructure,21117461,Request for Tenders,Open Competition,Main Contractor for F: Gym Capital Maintenance,209300,20190610,20190828,20200310,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"F: Gym Capital Maintenance Re-roof of main gym and weights room Replace internal wall linings Replace hi-bay lights with new LED units Replace entry doors Install accessible ramp and handrails",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21118063,Request for Tenders,Open Competition,"Design, Build, and Delivery of Modular Building Programme in the North Island",MOE01617,20190607,20190705,20200213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (the Ministry) provides a wide variety of education building outcomes to one of the largest social building portfolios in New Zealand. One approach to the delivery of our school property requirements is the use of prefabricated modular classroom solution, Modular Buildings. These units are built for a life in excess of 50 years, designed to the Ministrys Design for Quality Learning Spaces. This is an invitation to suitably qualified, experienced, and resourced contractors to submit a Tender for Design, Build, and Delivery of Modular Building programme in the North Island.",Awarded,"The Framework Agreements for Design, Build, and Delivery of Modular Building Programme in the North Island were awarded to Advanced Building and Construction Limited, A-Line Construction Limited and Learning Space Solutions Limited. These Framework Agreements are for a term of 1 year expected to end around September 2020, with one right of renewal for an additional year.",0,20250410 Ministry of Education - School Infrastructure,21121880,Request for Tenders,Open Competition,RFT - Henderson High School B Block (Nelson Block) 5YA Classroom Upgrade Project,,20190610,20190704,20190730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to take place through the GETS website,"Henderson High School are seeking tenders from suitability experienced and qualified main building contractors to undertake the B Block (Nelson Block) 5YA classroom upgrade project works. The works consist of lighting, floor & wall coverings replacement and new cabinetry white-board storage units.",Awarded,,284995,20250410 Ministry of Education - School Infrastructure,21122617,Request for Tenders,Open Competition,Main Contractor Services for the B Block Interior Classroom & Toilets Refurbishment at Swanson Primary School,209921,20190612,20190705,20190826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Outcome sought from this Procurement, is to engage a suitable Main Contractor to complete works to refurbish Block 2, utilising the existing footprint of the block. The block consists of three classrooms, toilets, bag bays and a new Small Group Learning (SGL) space. The Board of Trustees have elected to amalgamate required site electrical works, along with a number of required capital maintenance and ILE refurbishment items to Block 2. The refurbishment works will commence as soon as possible and be completed in a single stage piece of work. Please find the Design Documents in Addendum 1",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21122960,Request for Tenders,Open Competition,Main Building Contractor for Drama Alterations at Tauraroa Area School,G788,20190610,20190703,20190904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submita Tender for Main Building Contractor for the Drama Room Alterations at Tauraroa Area School The Tauraroa Area School Drama Room requires internal alterations / reconfiguration to extend the room into the existing Health nurse and waiting room areas. Scope includes construction of a new stage area and decked entry way. Existing Counsellor Room will become a shared space and accommodate the Health Nurse Service. Current foyer / lobby will be utilised as the new waiting room Internal Alterations including new portal, reconfiguration of existing offices,construct new stage area with ramp access, new entrance / decked access way,stairs, footpath, relocation of existing services, new floor coverings, wall linings,lighting, firewall, and suspended ceiling",Not Awarded,Submissions over budget.,0,20250410 Ministry of Education - School Infrastructure,21125665,Request for Tenders,Open Competition,Balmacewen Intermediate - Drainage Alterations and New Hard Surfaced Court,2019/003,20190611,20190705,20191001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Balmacewen Intermediate are seeking to appoint a suitably qualified main contractor to install the proposed hard surfaced court area and associated drainage at the school. The new court area is an extension of those already in place on the site.,Awarded,"Following a review of the submitted tenders, this contract has been awarded to Fulton Hogan.",0,20250410 Ministry of Education - School Infrastructure,21128080,Request for Tenders,Open Competition,Awahono School Blocks A & AN Outdoor Learning & Classroom Upgrades,AW001A,20190612,20190705,20200825,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project is the 2nd largest allocated project in the current 5YA and will involve the internal modification of the schools main teaching block and outdoor learning to improve teaching environments. The Contract Works required are: Kitchen Joinery There are five small joinery units in five seperate classroom spaces that will need to be removed and replaced. The joinery units are low to the ground to suit kids however these are used by adults, therefore the existing joinery units are to be removed and replaced with standard height joinery to fit under the existing window architrave. Pergola Modifications There are three existing pergolas and these need to be modified to allow more sheltered outdoor learning for students. Door and Window Joinery There are 3 single leaf exterior doors into classroom spaces that need to be removed and replaced with double glazed aluminium doors like for like in size. There are 2 large sliding timber exterior doors that will be removed and replaced with double glazed aluminium entranceway with two fixed glazed side panels and two sliding doors.",Awarded,,130000,20250410 Ministry of Education - School Infrastructure,21128308,Request for Tenders,Closed Competition,Leeston School: 4: Hall Upgrade,3410-18-03,20190612,20190703,20191104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BoT at Leeston School invites suitably qualified contractors to submit a Tender for Block 4 : Hall Upgrade,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21129421,Request for Tenders,Open Competition,Main Building Contractors for the Re-Roof C/D/E Blocks & ILE C Block Upgrade at Whangamata Area School,5932,20190613,20190709,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: - Re-roof to 3 x blocks approximately 450m? (Blocks C, D & E) - Refurbish/open up 2 x classrooms (C Block) approx. 150m? Staging: N/A Start: ASAP but to be agreed between the contractor and the client. Time frame: 7 weeks from agreed start date. Contract: MOE Medium Works Contract DLP: 6 months",Awarded,The contract has been Awarded,0,20250410 Ministry of Education - School Infrastructure,21129586,Request for Tenders,Closed Competition,"Main Building Contractor for ILE/Toilet + Roofing Works at Devonport School, Devonport, North Shore, Auckland.",,20190612,20190712,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Building Contractor for Block 7 ILE/Toilet + Roofing Works plus roofing repairs to Blocks 2+3 at Devonport School, Devonport, North Shore, Auckland. The ILE work includes opening up walls and provision of breakout areas, windows doors, lighting, power, data etc. and upgrade of toilets includes new pans, urinals, linings, petitions etc. plus the provision of warm water for handwashing. The roofing works includes replacement of, roofing, flashings, gutters, skylights and clear roofing panels as shown on the drawings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21130657,Request for Tenders,Open Competition,Naenae College - Special Needs Upgrades,,20190612,20190705,20190826,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Naenae College are seeking the services of a main contractor to undertake the construction of alterations and upgrades as described in the tender documents prepared by IR Group Ltd. This involves the following works: Admin Entrance Remove all existing hand rails and any other obstructing features at Admin entrance Construct new timber deck with accessible ramp as detailed Install high visibility nosing the full length of all steps Admin Courtyard Remove any obstructions to construction in admin courtyard Remove all existing handrails hand rails, concrete paths as marked and allow to relocate large boulders within courtyard Allow to level, compact and apply top soil grass area within admin courtyard Construct new timber deck with accessible ramp as detailed Construct new concrete path as detailed Install high visibility nosing the full length of all steps See attached the the relevant tender documents and further details of the work required. Library entrance Remove and dispose of existing timber door units Install new aluminium door unit with hardware as specified Site wide Remove and dispose of existing aluminium door units Install 6 new aluminium door units with hardware as specified Install 1 new aluminium window unit as detailed YB / YC Entrance Remove as much existing concrete as is required for construction Construct new concrete accessible ramp with intermediate platform as detailed Gym Entrance Cut out existing area of concrete Construct new concrete mini ramp up to door entrance as is detailed Channel drain between main and technology blocks Supply and install new stainless steel perforated sheet 2500mm x 800mm to cover existing channel drain The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required.",Awarded,,162229,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,21130660,Request for Tenders,Open Competition,Tinui School - Block 2 Maker Space Classroom Upgrades,,20190613,20190708,20190829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Tinui School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to Block 2 Classroom as described in the tender documents prepared by IR Group Ltd. This involves the following works: Demolition of required internal walls Construct of new internal walls Remove wall lines and reline Install all cables within the wall Reline walls and ceilings with specified systems including autex and ceiling tiles Remove exterior door and clad hole Install new plywood benchtops Install new Aquarelle wallguard Relocate electrical switchboard Install new kitchen cabinetry and connect to plumbing The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required.",Awarded,,120722,20250410 Ministry of Education - School Infrastructure,21132105,Request for Proposals,Open Competition,RFP for Master Planning and Lead Design Services for the Redevelopment of Sara Cohen School,,20190613,20190709,20191031,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This procurement is for Master Planning and Lead Design Services for a Redevelopment project at Sara Cohen School. Information about Sara Cohen School can be found at: www.saracohen.school.nz Sara Cohen School: a. Sara Cohen is a Special Education School with a Build roll and a Master Plan roll of 24. As the Build Roll and Master Plan Roll are the same, the master planning process will focus on exploring footprint and works staging options rather than planning for future growth. b. The school is located on a flat 2729m? site on Rutherford Street, Caversham, Dunedin. It is surrounded on three sides by the Dunedin City Council Reserve and is adjacent to the Richard Hudson Kindergarten. It was established in 1926 with main Block 1. Three other blocks where added between 1965 & 1981 as extensions to the school. c. The intent of this project is to deliver a full replacement of all admin, teaching and support spaces throughout the school, along with delivering a full site landscaping redevelopment plan. This project is to be delivered by way of traditional procurement approach. d. The primary consideration is a focus upon a Special School environment, the support of students with vastly different educational and physical needs, and to support the staff (teaching and therapy) to deliver a complete education environment for the students.",Awarded,,485410,20250410 Ministry of Education - School Infrastructure,21136479,Request for Proposals,Open Competition,Quantity Surveying Services for the Redevelopment Project at Owairoa School,,20190613,20190709,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,83400,20250410 Ministry of Education - School Infrastructure,21136962,Request for Tenders,Open Competition,Block B ILE Upgrade at Kaniere School,,20190614,20190709,20191107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,.All submissions to be made via GETS website.,"School Support Ltd and Kaniere School Board of Trustees are inviting contractors to provide their proposal to School Support Ltd for Replacement of Block B ILE Upgrade at Kaniere School SITE LOCATION Kaniere School - 16 Camp Street, Kaniere, Hokitika 7811, This project seeks to modernise the learning spaces in this block and includes: -Updating the configuration of the learning spaces. -Replacement of windows -New floor covering in bathroom and classrooms -New wall linings and insulation Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21142125,Request for Tenders,Closed Competition,St Andrews School: AMS 1 : USB & ILE Classroom Modifications,3519-18-01,20190613,20190703,20191104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A student at St Andrews School requires a High Dependency Unit, as per the Ministry of Education report. The work will be done in conjunction with ILE Classroom and Library modifications in Block 1. - Create an outdoor learning space; install new aluminium doors to replace old timber doors. - Upgrade cloak bay to create a more usable space. Re-pitch and replace the roof to the dental clinic. This work will be undertaken with the new High Dependency Unit.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21146917,Request for Tenders,Open Competition,Main Contractor for Blocks A&X Roofing & External Waterproofing at Nelson College,,20190617,20190723,20191007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nelson College is seeking tenders by main contractors for the replacement of roof claddings, flashings and rainwater goods, membrane gutters and external waterproofing works to specific locations in the A and X Blocks. Works are intended to commence shortly after the contract award in August. Tenderers must schedule a site visit with the Project Manager.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21147051,Request for Tenders,Open Competition,Gore High School Special Needs Visual Improvements,,20190618,20190716,20190903,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Gore High School (GHS) has 480 pupils and 33 teaching spaces. It is situated in Gore The school buildings are insitu concrete with a steel roof. This buildings being improved was opened in 1953 and 1969. They are a two-story structure. Outcome sought GHS are looking to improve special needs visual compliance for a special needs pupil. The work involved is. Improve lighting to corridors and stairwells in Block A1 & A2. New handrails and contrasting stair nosings to interior staircases in Block A1 & A2. New contrasting stair nosings to exterior steps beside Block A1 & A2. New curtains to the high-level widows in the Hall and Library.",Awarded,Awarded on Price & Delivery on previous MOE projects,217422,20250410 Ministry of Education - School Infrastructure,21147657,Request for Tenders,Open Competition,"Westport South Block A, B & D Window Replacement, Block B Toilet Upgrade & Block E ILE Upgrade",,20190614,20190802,20191107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support Ltd and Westport South School Board of Trustees are inviting contractors to provide their proposal to School Support Ltd for Westport South Block A, B & D Window Replacement, Block B Toilet Upgrade & Block E ILE Upgrade SITE LOCATION Westport South School - 165 Derby Street, Westport 7825, This project seeks to modernise the learning spaces in Block E and replace the windows in Block A, B & D along with updating the toilets in Block B Please include a Cover Letter with final costing along with the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. This is a mandatory document required for pricing and scoring tenders. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21147847,Request for Tenders,Closed Competition,RFT for Main Contractor Window Replacements and Remediation Blocks A&B at Whangarei Girls' High Schooln,,20190618,20190708,20191003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Replace windows and some sills that have deteriorated,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21153549,Request for Tenders,Open Competition,Main Building Contractor for Block 1: DQLS Upgrade at Panmure District School,,20190620,20190719,20190821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Panmure District School require the services of a building contractor to facilitate a DQLS upgrade in Block 1 (two classrooms). This will include an upgrade of lighting, heating, flooring and wall linings",Awarded,This contractor provided the best value for money and is well known in the region,117154,20250410 Ministry of Education - School Infrastructure,21156003,Request for Tenders,Closed Competition,"RFT (Tender) for Main Contractor for Block E & B Works at Kaitao Intermediate School, Rotorua",4818,20190618,20190709,20191208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Roof re-pitching works and new carpet and light fitting replacement to block E. New roofing and interior finishes to block B.,Awarded,A contract has been awarded to Arrowsmith Builders Ltd,682725,20250410 Ministry of Education - School Infrastructure,21159990,Request for Tenders,Closed Competition,"Main Contractor for the Block 1, 2 Toilet Refurbishment, Block 1 ILE DQLS and Block 9 ILE DQLS at Birdwood School",,20190619,20190709,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This RFT is an invitation to select suitably qualified contractors to submit a tender for the Main Contractor for the Block 1, 2 Toilet Refurbishment, Block 1 ILE DQLS and Block 9 ILE DQLS at Birdwood School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21161861,Request for Tenders,Open Competition,"RFT - Main Contractor for Refurbish Block 1, Replace Block 4 at Greenacres School, Wellington",5082,20190619,20190805,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Greenacres School is comprised of timber and fibre cement sheet clad single storey buildings created in the early 1970s. An existing prefabricated building (Block 4) will be demolished to allow Block 1 to be extended to create a third classroom. The work proposed alters the layout to achieve three teaching spaces and fully refurbishes the classrooms including the development of breakout spaces. A new classroom extension will be carried out including concrete floor slab and foundations, timber wall and roof framing, aluminium windows and doors, metal roofing and rainwater systems, along with the extension of all necessary services for the work. The remaining work will include replacement of interior linings including new acoustic treatment, new storage joinery, new floor and wall finishes and new services associated with the works. Timber windows will be replaced with new aluminium double glazed units.",Awarded,"The contract was awarded to Construct Wgtn Ltd,starting 16.12.19, expected completion date 30.06.20",460948,20250410 Ministry of Education - School Infrastructure,21167462,Request for Tenders,Open Competition,Main Building Contractor for Blocks D and E ILE upgrade (3 classrooms) at Twyford School,212015,20190619,20190719,20200122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A 10 Year Property Plan (10YPP) and 5 Year Agreement (5YA) was completed to identify and plan for maintenance and capital works required to keep the school property at a reasonable standard and support modern teaching and learning environments. Through this forward maintenance planning, Twyford School is undertaking modernisation works to be completed. The objective of this procurement is to source the supply of a main building contractor to carry out ILE (Innovative Learning Environment) modernisation works at Twyford School. a Install underfloor insulation in where possible. New wall and floor coverings for Block D (room 4) and the new break out space. Suspended ceilings, insulation and LED lighting in Block D & E, and LED lighting and insulation in the new break out space. New front of classroom joinery for Room 4(block D); New deck covering/outdoor learning area in front of Blocks D and E, and extended deck and steps/seats fronting Blocks D and E. New glazed external door for Room 4 (Block D) out to deck/outdoor learning area; New sink bench joinery for 2 classrooms, Internal viewing window and glazed sliding doors to new breakout room, Paint trim; Autex wall coverings in Rooms 4; Please price the front of classroom joinery unit for Room 4 as a separate price.",Awarded,,148621,20250410 Ministry of Education - School Infrastructure,21169294,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Blocks M and J Refurbish Classrooms at Rangikura School, Porirua",4937,20190621,20190805,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Rangikura School is comprised of timber and fibre cement sheet clad single storey buildings created in early 1970s. The work proposed alters the plan layout of Block M to achieve four teaching spaces and refurbishes the classrooms including development of breakout spaces. Work to Block J will be to a lesser extent with work included to fit acoustic ceilings and wall finishes, new lighting and new floor finishes. The work will include replacement of interior linings including new acoustic finishes, new storage joinery, new floor and wall finishes and new services associated with the works and replace timber windows with aluminium.",Awarded,"Awarded to Construct Wellington Ltd, starting 03.10.19 with expected completion date 29.05.20.",454835,20250410 Ministry of Education - School Infrastructure,21169641,Request for Tenders,Closed Competition,Request for Tenders for CW2019-051 Main Contractor Works - New Carpark - Stage 1 of 2 at Pillans Point School,,20190619,20190710,20191022,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education, is seeking the appointment of a main contractor to provide construction services for a 2 stage project at Pillans Point School. The Ministry is seeking to appoint a main contractor for Stage 1 via traditional lump sum approach, with a right to direct select the successful tenderer for the Stage 2 works. The Ministry is asking tenderers to provide pricing for Stage 1 only. When the design documents for stage 2 are sufficiently developed, we will ask the successful tenderer to price on a PnG plus margin basis. Stage 1: Main contractor to provide construction services for a new carpark (28 car parking spaces), including two below ground detention tanks. This will also include new retaining; fencing; lighting; and pedestrian pathways. Stage 2: Stage two is only in preliminary design stage and involves decommissioning of the existing carpark; construction of a new single-storey teaching Block (6 teaching spaces); and the redevelopment of existing Blocks B, C & L. Further detail can be found in the attached supporting tender documents.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21173179,Request for Tenders,Open Competition,Main Contractor for Tauhara Primary AMS Blocks C&G ILE Upgrade,,20190621,20190719,20191118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The works comprise ILE upgrades to three classrooms in Block C and G including new wet area and breakout spaces, autex linings, carpet, vinyl, lighting and heat pumps",Awarded,"Start date 9/9/19, completion 17/12/19",0,20250410 Ministry of Education - School Infrastructure,21174390,Request for Tenders,Open Competition,"Building Refurbishment of Two Classrooms at Ngatimoti School, Ngatmoiti",,20190624,20190927,20191025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The projects consist of the ILE upgrade of two classrooms 3 & 4 in the main block at Ngatimoti School. The scope of works is detailed in the attached drawing and specification and includes the redeveloping the existing classroom layouts. Which include but not limited to the following works. Removal of existing internal linings, structural and forming of opening in the external walls, insulation, new floor, wall covering, suspended ceiling and external deck areas for break out areas for the pupils. The project can be undertaken during school term as the room can be taken out of operation by moving the pupils to alternative rooms for the duration of the works.",Not Awarded,Thank you for your tender submission but unfortunately you were unsuccessful this time.,0,20250410 Ministry of Education - School Infrastructure,21176684,Request for Tenders,Closed Competition,Design/Build-New Whare Wananga Building at Te Kura Maori o Nga Tapuwae,,20190625,20190723,20191010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The site will be clear with the demolition of the existing buildings undertaken by others: The new Whare Wananga buildings are to be erected as per drawings P-01,P-02, A-32 The project includes connecting the new Whare Wananga buildings to services. Connection points are shown on the site plan P-01, they include: - Power - Water - Foul water drainage - Storm water drainage - Fire protection services - Data services",Not Awarded,Best tender based on evaluation process,0,20250410 Ministry of Education - School Infrastructure,21180836,Request for Tenders,Closed Competition,Main Contractor for the Redevelopment of Lake Tekapo School,MOE003951,20190711,20190808,20191209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The works will be carried out in two phases under a single Contract. This is to allow for the construction of the teaching block while the school remains operational. Once complete, the school will decant into the new spaces along with a temporary office space established while the Administration block is demolished and rebuilt. The Contract Works required are: Phase One Classroom Block i. Demolish hardstand and playground areas and undertake moderate excavations ii. Construction and fixing of foundations to take relocatable buildings for new classroom block iii. Co-ordinate with relocator to ensure delivery of buildings on to new foundations iv. Undertake service and civil works making provisions for Admin block v. Undertake minor internal and structural works to relocatable units vi. Construct new sport garage vii. Begin decking works Phase Two Admin Block i. Demolish existing block and prepare site for new foundation works ii. Construction and fixing of foundations to take relocatable buildings for new classroom block iii. Co-ordinate with relocator to ensure delivery of buildings on to new foundations iv. Install new connecting decking and covered area v. Relocate existing one small scale building vi. Minor landscaping, hardstands, fencing, playground, services and civil works",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000 - $5,000,000",1000000,20250410 Ministry of Education - School Infrastructure,21181032,Request for Tenders,Closed Competition,Contract Works for the Roll Growth Development at Hikurangi School,,20190624,20190717,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The objective of the works is to construction of the proposed new three classroom block, new centralised toilet block and associated site works. The Contract Works required are: - Removal and relocation of existing playground equipment, logs, a tree, existing handrails and concrete pavement areas in the location of the proposed new classroom block. - Construct a new three classroom block: standard portal frame construction with steel purlins, colorsteel roof, timber floor, titan cladding and internal fit out. - Construct a new centralised toilet block including new special needs bathrooms: standard timber frame construction on firth ribraft floor slab, truss roof framing, colorsteel roof, villaboard internal wall linings and specialist fit out for special needs bathroom. Demolish 2 x old toilet blocks in block 1 once new WC block has been completed and make good the building. - Supply and install new hard-surfacing (concrete), composite decking and two new water fountains. Reinstate playground equipment and logs. - The Contractor will be engaged through a Major Works Contract.",Awarded,,1829699,20250410 Ministry of Education - School Infrastructure,21183093,Request for Tenders,Open Competition,"Granity School: Block A Modernisation of Rooms 2 & 3, ILE & DQLS and Replacement of 3 Heatpumps",,20190625,20190809,20200813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Granity School is looking for suitably qualified main contractors to submit a Request for Tender for the Block A Modernisation of Rooms 2 & 3, ILE & DQLS and Replacement of 3 Heatpumps project. The Contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.",Not Awarded,Scope of works to be amended and project to be re-tendered. Tenderers who responded to be contacted directly by Project Manager,0,20250410 Ministry of Education - School Infrastructure,21187517,Request for Tenders,Open Competition,Construction of New Toilet Block at Elm Park School,,20190627,20190724,20190905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The proposal is to build a new toilet block with 3 girls loos and 3 boys loos and an attached covered way of metal roofing supported on a timber structure. The building will have a concrete floor, timber framed walls, brick veneer cladding and a metal roof. The interior will be vinyl to the floor, painted Gib to the ceiling and wet wall linings to the walls. The walkway roof will have a Hardiflex soffit The project is the final stage of an upgrade of Block 3 & 4. As part of this project the old toilets have been demolished with only a concrete slab remaining. The new toilet block will replace these. The upgrade of Block 3 & 4 is complete with CPU about to be issued. The new toilet block is part of the same building consent and therefore has to be completed before the consent expires in 12 months time. There is therefore an urgency to get the project underway.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21187715,Request for Quotations,Closed Competition,Main Contractor for Special Needs Fencing at Four Northland Schools,,20190624,20190715,20190924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This secondary procurement is part of the MoE deliverable to provide safe and effective learning environments for all students. Occupational Therapist reports have been received for Four Northland schools outlining the need for new or replacement fencing in several areas of each school in order to keep the students safe. Surveys and site visits have been conducted to determine the estimated amount of fencing required. Refer to Scope document for full description. The Ministry has bundled the following 4 schools in to 3 bundles of work based on location and priority of completion. Tenderers can provide a response for one or multiple bundles. If submitting a response for more than one bundle, tenderers will need to outline how they can complete the works for each bundle in the required timeline in their programme of works, as well as a separate pricing schedule for each bundle. Responses will also need to include an order of preference if registering for more than one bundle. Bundles will be evaluated indivually.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21188381,Request for Tenders,Open Competition,Big Rock School - Special Needs Vision Impaired Project,607.18.03,20190627,20190722,20190724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: - All stairs and steps to be fitted with hard contrasting non slip nosing - Highlight bottom and top of ramps with tactile domes - All drains need to be covered - Tactile domes at gate entry and exit points - Remove concrete step leading into girls changing rooms at the swimming pool - Highlight entry/exit points into playground - Bike stands painted in contrasting colours - All poles that are in the line of travel should be painted a contrasting colour to the background - School playground equipment is to be signposted with non-slip material highlighting drop offs etc",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21188915,Request for Tenders,Closed Competition,Hobsonville School - Design Build Block 6_Closed RFT,,20190625,20190715,20190816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made throuigh the GETS website,"5YA plan included for a new FLS to block 6, upon the commencement of interior renovations the removal of internal linings uncovered rotten timber and black mould. This was tested and reports were submitted to the MOE who deemed the building to be demolished and replaced with a new transportable 2-classroom block. The Contract Works required are: Design and build of a new transportable 2-classroom block (block 6) including consenting. The design should include a covered deck with steps to the front and an entry deck with steps to the rear Off-site construction of the transportable 2-classroom block should take place during term time, with the installation to take place during the school holidays. The Contractor will be engaged through a Design and Construct Contract.",Not Awarded,This contract has now been awarded,0,20250410 Ministry of Education - School Infrastructure,21193457,Request for Tenders,Open Competition,Lincoln High School: Pool Membrane Installation,347-19-02,20190626,20190719,20191119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Lincoln High School requires a PVC membrane installed on their pool,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21196900,Request for Tenders,Open Competition,"Main building contractor for Blocks 4,6,7 and 13 DQLS upgrade at Kelvin Road School",,20190704,20190731,20191010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Kelvin Road School wish to procure the services of a building contractor to facilitate a DQLS upgrade in Blocks 4,6,7,9,C,C1 and 13 at Kelvin Road School. This will include demolition work, new autex, LED lighting,vinyl, painting, new decking and ranchsliders out to a breakout space Lighting will only be for Blocks 9, C and C1",Awarded,The winning tender met the Schools required budget and was greatly suited to complete the works and immediately start,269443,20250410 Ministry of Education - School Infrastructure,21197727,Request for Tenders,Closed Competition,Main Contractor for Design Build Gymnasium at Tauraroa Area School,G816,20190627,20190805,20190904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Design Build Gymnasium at Tauraroa Area School Tauraroa Area Schools building condition assessment identified extensive maintenance required to the existing School Gym / Hall and as a result the existing Gym & Caretaker auxiliary buildings will be demolished as stage one of a two stage project. This procurement is for stage two of the contract works Design Build of the new 751m2 Gymnasium with changing facilities.",Awarded,The contract was awarded to Guyco Construction Ltd and the indicative start date will be 23rd September 2019. The term of the contract is 12 months.,1822966,20250410 Ministry of Education - School Infrastructure,21197924,Request for Tenders,Open Competition,"Main Building Contractor for Roof Replacement Works Project at Opaheke School, Papakura, Auckland",1-46275.00 (#1401-07),20190702,20190726,20190820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Opaheke School (the Buyer) is seeking a main roofing contractor for their various blocks for Roof Replacement as defined in this RFT at Opaheke School (the School), Papakura, Auckland. The re-roofing work is to be carried out during the period November 2019 to February 2020. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Construction is expected to start in November 2019, with partial work to be completed during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Not Awarded,Tender awarded. Debrief Letter sent 20.08.2019 to all respondents.,0,20250410 Ministry of Education - School Infrastructure,21200454,Request for Tenders,Closed Competition,"Block 2, Library & Staffroom - Huapai District School",103,20190628,20190725,20200514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This tender is for a main contractor to deliver the extension and refurbishment works proposed to Block 2 at Huapai District School. The scope of works is to be delivered in two parts. The first part being the refurbishment of classrooms 6-10 in Block 2, the scope of which comes from the condition assessment conducted as part of the new 10 Year Property Plan in 2017, with the works being funded from the 2018 5YA budget. The scope of works included in this stage includes external cladding repairs, ablution refurbishment, localised electrical refurbishment works, selected joinery replacement, replacement of the existing long-run roofing with new and internal MLE works including the opening up of classrooms and the provision of sliding doors to separate the rooms when necessary. The second part of the project is the extension to the old staffroom and conversion to a new library and the associated refurbishment of the existing library to a new staffroom, all of which is SPG funded. This part of the project involves all trades associated with the construction of the extension and the internal works include new flooring, decoration, fixed furniture to the staffroom kitchen and associated plumbing and electrical works.",Not Awarded,"Following the first round of tenders when the tenders were far in excess of the QS's estimate, the scope of works was amended and re-tendered to the 3 best placed contractors from the first round. The tenders were remarkably close and the contract was awarded to the company that scored highest on both cost and quality (price and non-price attributes). Feedback has been provided to both of the unsuccessful contractors to assist them in future tenders.",0,20250410 Ministry of Education - School Infrastructure,21200735,Request for Tenders,Open Competition,"Hawea Flat School - Admin, Sickbay & Classroom Relocation",3747.18.02,20190628,20190723,20190912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made though the GETS website,"Reconfiguration & extension of existing classroom 4 of main block and adjacent resource and toilet area to create a new administration area, including entry, reception area & storage, principals office, interview room, staffroom, sick bay, copier room and MOE universal toilet space. The removal of the existing administration area and creation of a new teaching space, including new classroom, break-out space and withdrawal area.",Awarded,,1183044,20250410 Ministry of Education - School Infrastructure,21210298,Request for Tenders,Closed Competition,Main Building Contractors for Alarms Upgrade at Melville High School,5853,20190702,20190802,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: Site-wide fire and security alarm upgrade Start: ASAP but to be agreed between all parties. End Date: 20 April 2020 Contract: MOE Medium Works Contract DLP: 6 months",Not Awarded,Project cancelled,0,20250410 Ministry of Education - School Infrastructure,21210689,Request for Tenders,Open Competition,Tokomairiro High School - Collective Works,392.19.01,20190701,20190725,20190729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required at Tokomairiro High School are: Block A Office 1 and 2: Remove existing windows, install replacement triple glazed aluminium windows Block C: Install accessible stairs to existing first floor deck, install handrails and balustrade to match existing Block D: Remove faulty butynol roof cladding and install replacement butynol Block E Music: Remove existing windows, install replacement triple glazed aluminium windows, install new high-level convection heater Block E Hall: Remove existing windows, install replacement triple glazed aluminium windows, installing electric windows openers",Not Awarded,Unfortunately no responses received.,0,20250410 Ministry of Education - School Infrastructure,21213350,Request for Tenders,Open Competition,"RFT for Main Contractor for Essential Works & Toilet Block Replacement at Tapora School, Kaipara",,20190722,20190830,20191206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Essential Works and Toilet Block Replacement at Tapora School The school requires roofing & spouting works, internal refurbishments, new lighting, heating, demolition of the internal walls and amenities of an old toilet block to convert to a storage room. Site visit date will be issued via NTT shortly",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21215564,Request for Tenders,Closed Competition,Design & Build Contract for the Roll Growth Development at Mangawhai Beach School,,20190702,20190802,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This project requires a design & build solution to deliver eight new Roll Growth classrooms plus two replacement classrooms for a total of 10 new classrooms, giving sufficient teaching spaces for a student roll of 543. The construction component of the D&B Services involves: ? Remove existing play court and playground (both to be replaced in alternative locations to be decided in conversation with the School). ? Relocate existing Waharoa. ? Design and Construct a single storey 10 teaching space facility with supporting areas to comply with the Ministry of Educations current design guidelines and as outlined in ASC Architects concept designs. ? Provide all design documentation necessary to obtain approval from the MOE Design Review Panel (DRP) and Local Authority regulatory building consents. ? Provide and/or upgrade all necessary services to support the proposed development, including additional water tanks to service the building (site is self-sufficient in water management and reticulation). ? Install new paving as indicated on ASC Architects design sheet OPW-04. ? Remove storage buildings as noted on ASC Architects design sheet OPW-02 and install new sealed parking area with drainage as indicated on ASC Architects design sheet OPW-04 to provide safe traffic access, manoeuvrability, parking and student circulation. ? Provide separate sum for new caretakers shed (location to be decided). ? Provide separate sum for removal of rooms 5 and 6, make good any affected buildings and decks, and reinstate the disturbed site.",Awarded,,6002040,20250410 Ministry of Education - School Infrastructure,21216066,Request for Tenders,Open Competition,Main Building Contractor for Block 12 DQLS upgrade at New Windsor School,,20190704,20190731,20190828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at New Windsor School seek the services of a building contractor for a DQLS 5 classroom upgrade of block 12.This includes new autex, carpet tiles, whiteboard units, toilet upgrade , lighting, plastic roll down windows and painting where required",Awarded,,179219,20250410 Ministry of Education - School Infrastructure,21216620,Request for Tenders,Closed Competition,RFT Main Contractor for Long Bay College,,20190702,20190731,20191008,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"a. Project information (including drawings and specifications) is at Appendix 2. b. The Contract Works required are: i. (a) Block C Woodwork Room (Stage 1 - Separable Portion A) Reconstruction of a single level woodwork room equivalent to 2 teaching spaces which was destroyed by fire including all services, material storage room and covered deck. Floor slab and block walls will also be replaced. Office area which sustained water damage will also be reinstated. Roof to corridor adjacent to the classroom destroyed by the fire is damaged and will be replaced with a Rooflogic membrane roofing system. High level cladding under windows was removed following the fire due to damage and was left exposed to the elements. This has been covered with marine ply as a temporary measure. This cladding will be reinstated as a permanent solution. Infrastructure upgrades to the MSB, submains and DB in Block C. (b) Block S (Stage 1 - Separable Portion B) Structural strengthening work to a cantilevered upper level lab due to settlement issues. Temporary propping has been installed. New posts and footings are to be installed. New steel external fire egress stair Emergency lighting to be installed throughout this block External blockwork to be painted and sealed due to weathertightness issues Targeted repairs will be carried out to internal areas which have been damaged by water ingress e.g. painting block walls",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21217703,Request for Proposals,Open Competition,CW2019-059 Amesbury Primary School Expansion Project Lead Design Services,CW2019-059/MOE03972,20190702,20190726,20190910,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Amesbury School is a modern primary school that was planned/designed in two stages. Stage 1 was constructed in January 2012 and provides infrastructure for 400 students and learning areas for 250 students, and was constructed in accordance with the schools Master Plan Amesbury Primary now school requires a Lead Designer to assist in the delivery of Stage 2, a new standalone teaching block for 200 students as identified in the schools Project Brief. The existing Master Plan identifies the site. The Project Brief provides a holistic solution to address the various issues. The new building must be fit for purpose in accordance with the Ministrys school property guidelines. Geotech reports to assess ground conditions are yet to be completed. The project scope will utilise the existing Master plan Stage 2 Location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21219078,Request for Tenders,Closed Competition,RFT for Main Contractor for the Redevelopment of Heathcote Valley School,,20190702,20190729,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The successful Contractor will be responsible for the delivery of Construction services at Heathcote Valley School and will report to the Project Manager assigned by the Ministry. School project details: Heathcote Valley School (HVS) is to undergo major site redevelopment and joined the Christchurch Schools Rebuild (CSR) Programme as part of wave 3. Site investigations indicate that there is asbestos in existing buildings, weathertightness issues, and EQ damage. Building condition assessment have confirmed that some buildings currently on site should be demolished and rebuilt to modern ILE standards. The Contract Works required are: site redevelopment scope includes: the demolition of 4 buildings, construction of 2 new classroom blocks and a library, refurbishment of the admin building and 7 classrooms and weathertightness repairs to the hall, site infrastructure repairs and replacement and as further detailed in the tender documents. Contract Works i. The project is to be delivered in stages with each stage being a separable portion in the contract. Individual CPUs will be required for each stage to allow school occupation as buildings are completed. ii. The school is located on the Port Hills with the site containing a number of easements as identified in the contract documents. Note the existence of a Mobil Oil pipeline and the conditions/constraints under which construction in the vicinity of the pipeline must be undertaken. There is asbestos containing materials assumed to be present in building materials as identified in the asbestos survey. The school will be operational throughout the construction period and all due care and consideration to the occupants must be considered when planning all construction activities. The contractor must liaise directly with the school when planning noisy or particularly hazardous activities. All MOE guidelines and policies around working in schools must be adhered to. The Contractor must comply with all Resource Consent/Outline Plan and Building Consent conditions. There are a number of protected trees on site which are identified on the drawings. The contractor is to adhere to all conditions relating to working around protected trees.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,21225843,Request for Tenders,Open Competition,Main Contractor for Block B ILE Upgrade at Wairoa Primary School,1668-18-03,20190705,20190823,20200506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block B ILE Upgrade Opening of wall between classrooms New floor coverings, wall linings, suspended ceiling, LED lighting WC Block upgrade",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21228260,Request for Tenders,Open Competition,Main Contractor for Blks A & C ILE Remodel at West Gore School,4050-19-01,20190708,20190731,20191004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please refer to the tender documents provided. Failure to complete all the supplied documentation could result in the rejection of your tender.",Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",199689,20250410 Ministry of Education - School Infrastructure,21228834,Request for Tenders,Closed Competition,CW2019-057 Te Aro School (the School) Redevelopment of Blocks B and C Main Contractor,,20190705,20190826,20191203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Te Aro School. The Contract Works required are: - Demolition of Blocks B and C and replace with a new Block including four new classrooms to entitlement of 286m2 net teaching space. The new block will be located in the footprint of Block B. - Block B will be demolished to allow for the construction of the new block on the same footprint. Once the new block is completed, block C will be demolished. The contract is broken into two separable portions: (a) SP1 Demolition of B Block, Construction of New Block and associated works (b) SP2 Demolition of C Block Please see attached tender documentation for further information. If you'd like to attend the site visit, please register your interest through the GETS Q&A function. Additional site visits will also need to be requested through GETS.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21229452,Request for Tenders,Open Competition,Main Building Contractor for Window Replacement at Rodney College,G848,20190705,20190730,20190904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Technical Block and Gym Mezzanine: Window Replacement at Rodney College The Rodney College Window Replacement project was derived from the Schools 10 Year Property Plan. Windows are at end of life and have limited function. Road noise and glare have also been identified as having an affect on the teaching spaces. The Mezzanine room currently has no opening windows reducing ventilation through the teaching space. The scope includes the removal of existing windows with aluminium inserts for the Tech block with complete joinery replacement for the Mezzanine room.",Awarded,The contract was awarded to Adam Stevens Builder Ltd and the indicative start date will be 28th September 2019. The term of the contract is 3 months.,118320,20250410 Ministry of Education - School Infrastructure,21231240,Request for Tenders,Open Competition,NBHS Reroof and reclad two stairwells,,20190710,20190802,20210216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Napier Boys High School - The Admin block B second storey needs to be reroofed. As part of this contract the two stair wells that service the first floor will be altered. The parapets will be removed and a new roof with eaves will be formed so they can also be reroofed. The two stairwells will bew recladd as part of this contract. The reroof only involves first floor roof, NOT ground floor.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21232487,Request for Tenders,Closed Competition,Main Contractor for Gym Redevelopment and ILE Classrooms at Taipa Area School,,20190708,20190730,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this RFT is to seek the delivery of construction services required for the construction works at Taipa Area School (the Contract Works). There are two separable portions to this contract: The redevelopment of the gymnasium ILE upgrades and renovation of Block 1",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21233170,Request for Tenders,Open Competition,Main Fencing Contractor at Papakura Normal School,,20190709,20190803,20190821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The board of trustees at Papakura Normal School see the services of a fencing contractor to construct palisade fencing in two stages. There will also be tree removal and stump grinding included in this tender.,Awarded,This contractor provided the best value for money and it is well known in this region,153205,20250410 Ministry of Education - School Infrastructure,21233408,Request for Proposals,Closed Competition,Isleworth and Harewood Master Plan and Lead Design Services,,20190718,20190815,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Isleworth and Harewood Schools are the entering CSR Program as part of wave 6B. Property development at the school is planned to be completed by July 2021. A Light Master Plan will be developed for Isleworth to address redevelopment over the next 20 years. The Master Plan will be realised as redevelopment is required and funds become available and do no form part of this project. A lead designer is required for Schools.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21233507,Request for Proposals,Closed Competition,Whitney Street Lead Design RFP,,20190710,20190802,20190924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education require the services of an Architectural Lead Designer for the Roll Growth project proposed at Whitney Street School in Blenheim. The School has experienced an expanding roll within recent years and therefore require two new teaching spaces. The Ministry would like to take the opportunity to utilise an existing design of a two teaching space block delivered at Donovan School, Invercargill developed by SSL Architecture. The existing design is preferred as it meets the School and Ministry criteria for DQLS (Designing Quality Learning Spaces), Weathertightness and Durability requirements for school property. Therefore, the successful supplier will need to utilise the existing design including services and ensure the building is specific to site at Whitney Street School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21239326,Request for Tenders,Open Competition,Main Building Contractor for Block A Re-Roof and DQLS Upgrade at Makaraka School,1864,20190710,20190903,20200421,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The overall Scope of Works will include: ? The majority of the school's main building (Blk A) is a 4 classroom plus admin PMC type structure. The building was substantially upgraded 6 years ago, including structural strengthening and interior upgrading. The building is in good condition, except for the roof. ? It is unlikely that the PMC structures will be replaced under the PMC replacement programme because of this work having been undertaken. In the previous 5YA the roof was going to be replaced, and work had commenced on preparing documentation on this, but ERO required that the admin facilities be upgraded to separate the staffroom and sick bay and the work was placed on hold. ? The two classrooms at the eastern end of the building are to be upgraded in line with MoE DQLS guidelines for spatial layout, heating and ventilation, lighting, and acoustics. ? The toilets are to be replaced to align with current MoE reference designs, including the addition of a new teachers toilet. ? Exterior access to the southern classroom is to be enhanced to facilitate access to the new covered outdoor playing court. ? There are four stages to be priced, claimed and handed over separately, as noted below. ? Project consultants are: o Project Manager: Architects 44 Ltd",Awarded,,283563,20250410 Ministry of Education - School Infrastructure,21240107,Request for Tenders,Open Competition,"Witherlea School Heating, Electrical & ILE Works",,20190710,20190802,20191023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Witherlea School in Blenheim are seeking a suitability qualified and experienced main contractor to undertake a significant upgrade of infrastructure at their school including building, electrical and mechanical works. The anticipated time for the works is from late September 2019 through to end of January 2020. Asbestos will be encountered in the boiler house. Drawings and the price schedule are provided in Addendum 1.",Awarded,This contract following the completion of the tender assessment and due diligence has been awarded to Scott Construction.,0,20250410 Ministry of Education - School Infrastructure,21242095,Request for Proposals,Closed Competition,CW2019-069 Lead Design Services for a roll growth classroom at Patricia Avenue School (the School),,20190709,20190730,20190911,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry (The Principal) is seeking to appoint a Design consultant to provide Lead Design Services for a roll growth classroom at the Patricia Avenue satellite unit, located on the grounds of Melville High School. One additional roll growth teaching area is required. A bespoke design will be required for this project. Full Lead Design services are required for this project. The Ministry expects the building size to be approximately 75m?, including decks and ramps. The project is proposed to be delivered as traditional design, then construct. Patricia Avenue is a special needs school that operates on a constrained site. More than half of Patricia Avenues students are located in satellite classes at separate schools. Primary and intermediate age students learn at 3 different satellite schools across town, with a tertiary group of students learning in a community based setting. For further information, please see the attached tender documents",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21244634,Request for Tenders,Open Competition,Waikouaiti School - Block 2 ILE Upgrade,3852.19.03,20190710,20190805,20190807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: to close off the 2 toilets to create a more private toileting area, new cisterns and pans. The classrooms will have Autex installed on the walls, new lighting, new carpet, better functioning wet areas and the installation of large aluminium glass sliding doors. There will also be a new accessible ramp installed.",Awarded,,264479,20250410 Ministry of Education - School Infrastructure,21245928,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1, 11 DQLS/ILE and Block 5 Rms 11-13 ILE/DQLS Refurbishment at Bombay School",,20190712,20190808,20191121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Bombay School are seeking a Main Contractor for the Blocks 1, 11 DQLS/ILE and Block 5 Rms 11-13 ILE/DQLS Refurbishment.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21248682,Request for Tenders,Closed Competition,"Main Building Contractor for Toilets Upgrade/ Roofing Works to Blocks 1+2 at Panmure Bridge School, Panmure, Auckland.",,20190711,20190808,20191024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 Senior Crms 5-8 plus toilets: Re-pitch/Replace existing low pitch toilet block roofing including removal of high-level windows, plus install new flashing, rain heads and spouting. Insulation is to be installed as shown on the plan and where access allows. Repair the loose flashings on the main classrooms roofing. Seal any suspect areas. Treat and paint prime the rusts on roofs and flashings. Reconfiguration of toilet blocks to create one break out space to each block and upgraded toilet and cloak room area. The upgrade of toilets includes provision of warm water along with replacement of urinals, pans, cisterns, plumbing, lighting, toilet partitions, flooring and wall linings etc. It is also proposed to install electric hand-dryers in accordance with MOE 2017 guidelines. The desired output is to achieve toilets clean with impervious surfaces, well ventilated and free from smells. Block 2 Junior Crms 1-4: ii. Re-pitch/Replace existing low pitch toilet block roofing including removal of high-level windows, plus install new flashing, rain heads and spouting. Insulation is to be installed as shown on the plan and where access allows. Repair the loose flashings on the main classrooms roofing. Seal any suspect areas . Treat and paint prime the rusts on roofs and flashings. Reconfiguration of toilet blocks to create one break out space to each block and upgraded toilet and cloak room area. The upgrade of toilets includes provision of warm water along with replacement of urinals, pans, cisterns, plumbing, lighting, toilet partitions, flooring and wall linings etc. It is also proposed to install electric hand-dryers in accordance with MOE 2017 guidelines. The desired output is to achieve toilets clean with impervious surfaces, well ventilated and free from smells. Blocks 1+ 2 Carpet is being replaced in some classrooms and corridor areas of Blocks 1 + 2. The worn areas of vinyl will also be replaced at the same time. The removal of asbestos as identified in the Asbestos Survey report will require an approved plan for removal, handling and disposal with air monitoring clearance certificates required. This work to be carried out during School holidays.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21249111,Request for Tenders,Closed Competition,CW2019-041 Main Contract Works for Weather-tightness refurbishment at Worser Bay School,,20190710,20190814,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking appointment of a main contractor, to provide construction services for a weather tightness refurbishment project at Worser Bay School. This project was previously a BoT school led and some remediation work has completed at various stages. For a number of years Worser Bay school has had serious ongoing to both of its A&B teaching blocks. In December 2018, the project was handed over to the Ministrys Capital Works team to deliver. Project consultants are: - Project Manager & Engineer to the Contract: Possenniskie Consultants - Quantity Surveyor: Possenniskie Consultants - Lead Designer: Wright and Gray Architects Ltd The main contractor will be providing construction services to remedy weather tightness issues on blocks A & B, which includes the staffroom upgrade and the removal / opening of the rear wall of Block B and to install drainage and a retaining wall. - The project is small/medium in size/scale - The works are to be completed in a single stage - There are no known prohibitive site conditions or constraints For further information, please see the attached tender documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21249456,Request for Tenders,Closed Competition,Pleasant Point Primary: 1& 14_USB & ILE Class Mods,3447-17-01,20190711,20190731,20191008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are:To modify an existing accessible bathroom in a larger universal bathroom in Block 1 and to create flexible learning spaces, with the use of glass sliding doors and windows, turn the wet area into a multipurpose space and create an outdoor learning space, in Block 14. Converting the existing sick bay and accessible bathroom into a Universal Student Bathroom (USB) facility.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21249759,Request for Tenders,Open Competition,New Prefab Bucklands Beach Intermediate,,20190712,20190810,20190905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Board of Trustee's request tenders for aNew Prefab to be located at Bucklands Beach Intermediate. Price to include al engineers, l council and building consents. Locating and connecting to all services as required.",Awarded,Keith Hay Homes won this tender due to having the best proposed solution and capability for the job,222649,20250410 Ministry of Education - School Infrastructure,21249944,Request for Tenders,Closed Competition,Main Contractor for Classroom ILE & Roofing Work at Hutt Central School,,20190715,20190807,20191017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project involves internal refurbishment of two Teaching Spaces in Block 7 which includes wall linings, carpet, ceilings, lighting, heating, internal joinery and new internal aluminium joinery between spaces along with creating an opening between two further Teaching Spaces in Block 9. This project will also involve extensive re-pitching/roofing work to the canopy roof over Block 1.",Awarded,,692312,20250410 Ministry of Education - School Infrastructure,21250477,Request for Tenders,Open Competition,"Main Building Contractor for ILE/AMS Upgrade at Kaitoke School, Wanganui",Kaitoke School,20190715,20190808,20191016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Kaitoke School, Wanganui are seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to create ILE/AMS (Innovative Learning Environment/Accelerated Modernisation Scheme) to Block 1 The Contract Works required are: Install direct fixed high acoustic rating ceiling tiles to all rooms, including new battens & perimeter trim if required. Upgrade lighting to LED fluorescent lights with diffusers. Remove existing timber bi-fold door between classrooms 4 & 5 and replace with new aluminium glazed stacker doors. Provide permanent fixed storage for recharging laptops & tablets. Provide additional outdoor storage for coats and bags and provide fixed lockers for students. Install aluminium framed partition wall solid from ground to approx. 1200 to protect students belongings from weather to the side of solar shade along front of CR14 & CR15, with clear safety glass above to allow vision to adjoining playground. Provide additional internal storage to the existing cloak bay area in front of pupils toilets. Internal alterations to sick bay. Establish a sick bay in existing accessible toilet area, allowing the space to double as a sick bay with toilet and an accessible toilet. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. Nov/Dec with completion early 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Wats On Building,97685,20250410 Ministry of Education - School Infrastructure,21250879,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment Block 1 at Kairanga School, Palmerston North",Kairanga School,20190715,20190812,20191112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Kairanga School, Palmerston North are seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Block 1 The Contract Works required are: To upgrade the teaching spaces in Block 1 to meet the ILE core items. Open-up the internal walls between the classrooms to create flexible, innovative and collaborative teaching areas. The opening is proposed to be approximately 1/3rd of the internal wall, and will have glazed stacker doors (or similar) between the classrooms. Existing library area converts to new breakout space, easily accessible from the two adjoining classrooms. Existing resource space converted to new breakout, with vision and access available for classrooms CR3 & CR4. Existing withdrawal space becomes breakout space. Convert two existing toilet areas into a new breakout space adjacent and accessible to CR5. Upgrade remaining pupils toilets and convert to toilet and cloaks and existing toilets to become self-contained. New floor coverings. Replace wall linings, partitions and ceilings. At the same time allow batts insulation to any exterior walls opened up, and ceiling spaces. Replace all plumbing fixtures (toilet pans, cisterns, basins, tapware, etc) Provide warm water to new hand basins. New taps to be water saving devices. Replace lighting with new bulkhead ceiling fittings and modern switches etc. Provide internal access from the classrooms to the administration areas. Existing resource 8 and withdrawal 9, convert to a resource, library, breakout and utility area. Relocate cloaks/bags etc to outside under existing verandah. Interior refurbishment of all spaces. Replace floor coverings to new commercial carpet tiles. Provide new 2mm commercial vinyl to wet areas and service areas. Interior redecoration and painting to remaining surfaces throughout. Exterior timber doors to be replaced with new aluminium doors, including new locks and hardware. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. Nov/Dec with completion early 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,304204,20250410 Ministry of Education - School Infrastructure,21250921,Request for Tenders,Open Competition,"Main Building Contractor for ILE/AMS Upgrade at Churton School, Wanganui",Churton School,20190722,20190815,20191016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Churton School, Wanganui are seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to create ILE/AMS (Innovative Learning Environment/Accelerated Modernisation Scheme) to Blocks 2, 3, 4 & 5. The Contract Works required are: Block 2: Complete refurbishment to entire block 2 including toilets. Block 3: Install a new Clage electronic water heater under basins. Block 4: Minor refurbishment to Library including Hydestor mobile shelving. Block 5: Install underfloor insulation. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started as soon as possible after confirmation of funding approval. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to DML Construction,195508,20250410 Ministry of Education - School Infrastructure,21254263,Request for Tenders,Closed Competition,"Main Contractor for Excavation Work, New Sports Court, New Covered Canopy, New Retaining Walls and Drainage at Shelly Park School - RFT",,20190712,20190809,20191209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Shelly Park School are seeking a Main Building Contractor for Excavation work, and the construction of a New Sports Court, New Covered Canopy, New Retaining walls and drainage works. The retaining walls, drainage works and sports court levels have been designed however the main building contractor will need to Design and obtain consent for the covered canopy.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21255813,Request for Tenders,Open Competition,Naenae Intermediate - M Block Upgrades,,20190715,20190808,20200131,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"The BOT at Naenae Intermediate School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to M Block (a 6 classroom block) as described in the tender documents attached. This work involves the following. Demolition of any required partition walls Install new partitions to suit new layout Install all in wall and ceiling services to suit new layout Reline walls and ceilings with specified systems Install new windows and doors Paint all appropriate new surfaces Install new floor and wall coverings Fit out with new electrical and plumbing fittings The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required. Additionally, see the following link to the BMIx model which represents this in 3D - https://bimx.graphisoft.com/model/9666d1ce-9e84-4527-8af9-c0c7bd7c8378",Awarded,Four valid tenders were received. Following evaluation all tenders were deemed to be valid and compliant. The contractor selected was evaluated to have the necessary attributes and capacity to complete the work. The tender was within the expected price band of $250 - 500k. The tender has been awarded to Tracer Construction.,365000,20250410 Ministry of Education - School Infrastructure,21258009,Request for Tenders,Open Competition,"Main Contractor for the A, D & G Block Alterations & SNPM Upgrades at Bell Block School",3115.02,20190715,20190807,20191017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"1.1 5YA: The Board of Trustees of Bell Block Primary School (New Plymouth) is seeking to undertake alterations/refurbishments to A, D & G Block to provide additional teacher work rooms and teaching spaces. 1.2 SNPM: Additionally, alterations to the existing special needs bathroom facilities in A, B & D are to be carried out to improve safety and accessibility, addressing the issue outlined below. An assessment has been undertaken and a property modification recommendation report has identified the following issues: A Block- As the current facility consists of a bathroom, sick bay and laundry, it lacks adequate space and privacy for students using the space. The current bathroom is too small for a teacher aide to assist students and the size of the existing change table inadequate. D Block- The current bathroom area is too small and has limited facilities. As there is no change table, the student is currently being changed on mat on floor, which presents a safety risk for both the student and teacher aides. B Block- The boys toilet block lacks adequate space for a teacher aide to assist students and has limited privacy for students/adults using the facility. 1.3 The project is to be completed as a single stage. The preferred construction period is September to December 2019 1.4 Project consultants: Ardern Peter Architects Ltd is acting as the Lead Designer and Project Manager",Awarded,"Good afternoon everyone. Please be advised the successful respondent was Southcoast Construction Limited, based on achieving the highest overall evaluation score. Thanks you all for your submissions.",236130,20250410 Ministry of Education - School Infrastructure,21260024,Request for Quotations,Closed Competition,Project Management and Engineer to Contract services (PM & EtC) at Hutt Valley High School (the School),,20190715,20190805,20210629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry requires Project Management and Engineer to Contract Services for a Re-roof / remediation project at Hutt Valley High School. The Technology Block at Hutt Valley High School has been identified to have multiple weathertightness issues. The School lead project to remediate these issues is currently underway and is in the final stages of design. Due to time pressure the project has now been bought in-house to Capital Works to deliver. In order to successfully deliver this project in the timeframes required the Ministry requires Project Management Services. The Ministry is seeking Project Management Services and Engineer to Contract Services for a Re-roof at Hutt Valley High School (the Services) which will involve: o General/overall Services and deliverables: o client relationship and stakeholder management o design related risk identification and management o assisting with financial management of the project The full scope of the services required is set out in detail in the attached Scope of Services document which is attached as appendix 1. This separate document will accompany tender package of documents. This outlines the required Project Management and Engineer to Contract services respectively. For more information, see the attached tender documentation.",Not Awarded,No winning response for this procurement as the tender process was cancelled prior to awarding a contract.,0,20250410 Ministry of Education - School Infrastructure,21260931,Request for Tenders,Open Competition,(1850) Ngatea School - Main Contractor Blk A Flexible Learning & Toilet Upgrade Blk C Covered Deck,,20190715,20190807,20190923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: The planned works include the upgrading of the Site Electrical Feeder pillar fuse, underground cable, MSB, various distribution boards, and fitting of exit and emergency signage, block B Replacement of Carpets, vinyl, composition and cabinetry, and alterations to accommodate an open space Collaborative learning environment. The project will also include the refurbishment of one Toilet block, replacement of fittings and linings, and the removal of one toilet block to allow for alterations & Construction of Flexible Learning Spaces. The works will also include the extension and covering of Blk C deck to provide for an Exterior learning space.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21261447,Request for Tenders,Open Competition,Main Building Contractor for the AMS ILE & Various Works at Tainui Full Primary School,5934,20190716,20190808,20200724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: - B Block: Create an opening between two teaching spaces. Trim around opening and patch carpet. Adjust heating and electrical circuitry to suit wall removal. Carry out minor radiator valving replacement to this block. - D Block: To classroom between present ILE and caretakers space, replace floor coverings and install Autex composition to walls. To stand alone classroom, create an opening between classroom and adjacent resource space. Fit new floor and wall coverings. Adjust heating and electrical circuitry to suit wall removal. - Building Warrant of Fitness faults relating to A Block, with fire alarm system will be corrected. This will be done by fully documenting faults raised in condition report and fixing. - B & D Block: Remove existing roofing, guttering and valleys. Deepen and widen valleys and install new valleys, guttering and roofing of a colour steel screw-fixed corrugated finish profile on a new roofing underlay - Remove 2x existing failing heat pumps at the end of their life cycle and replace with new. Staging: Three stages as shown in the plans. Start: ASAP but to be agreed between all parties. End: 12 weeks from site possession. Contract: MOE Medium Works Contract DLP: 6 months",Awarded,TOTAL HELP LTD,0,20250410 Ministry of Education - School Infrastructure,21261485,Request for Tenders,Closed Competition,Main Contractor for New Administration and Teaching Block at Meadowbank School RFT,MOE06044,20190717,20190816,20190930,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is an invitation to suitably qualified, experienced, and resourced contractor to carry out the following Main Contractor Works at Meadowbank School: Main Contractor for building construction of the new Meadowbank School Administration and Teaching Block. The specific location of the new building will be situated at the Waitarua Road side of the Senior Campus. This is currently the school administration Building; relocation of the administration staff will be temporary relocated into the neighbouring Theo Lynds building during the construction phase of the new build. Demolition of the previous administration building has been completed, although there is further demolition required to some existing concrete paths/hard landscaping to make way for the new building footprint.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21262161,Request for Tenders,Open Competition,"Kaniere School - Special Needs Modifications - Installation of Handrails, Visibility Strips, Creation of Quiet Space Remediation of Tripping Hazards",,20190716,20190809,20191107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Special Needs modifications at Kaniere School including: the creation of a quiet space for the child in an existing room. the supply and installation of handrails and visibility strips, The removal of trip hazards on the school grounds The supply and installation of cages for the heatpumps. Supply and install of edging around the deck at the library so the child can not crawl underneath the deck.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21268031,Request for Tenders,Open Competition,Main Contractor for Reporoa School Block B ILE Upgrade,,20190718,20190812,20191031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees is seeking a main contractor for an ILE upgrade to four classrooms in Block B at Reporoa School.,Not Awarded,Tenders were over allocated budget - no tenders awarded,0,20250410 Ministry of Education - School Infrastructure,21268699,Request for Tenders,Open Competition,RFT - Roofing Contractor for Roofing Replacement at Mellons Bay School,1371-06,20190801,20190827,20191015,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This procurement aims to replace identified portions of the school roofing derived from a recent Condition Assessment and BOT/Ministry agreed 5YA plan, multiple partial roof areas were identified as being in need of replacement and therefore requiring removal & disposal of existing roofing material. See included roof plan for further information on areas listed below: A. Block 1 - Replace lower staff room roofing area only and skylight replacement B. Block 2 - Replace lower toilets & Rms 21,22 roofing areas only C. Block 4 - HALL - Replace Main Hall area only D. Block A - Toilets - Replace All roofing",Awarded,"Thank You for the tenders submitted The received pricing range was over $100k difference from lowest to highest received The scope and materials requested was not always priced, clear or listed back in the tender which makes comparison sometime more difficult. The requested electronic trade pricing format also makes comparison easier, clearer and quicker The amount of information in Part A needs to be informative about your company. The more specific and relevant to the Client and confirmation that you have visited the site raises the confidence level of the Evaluation team in your pricing and ability to complete works",125000,20250410 Ministry of Education - School Infrastructure,21277091,Request for Tenders,Open Competition,Main Building Contractor for the CI Toilet Upgrade and B Classroom Refurb at Te Rapa Primary,5971,20190719,20190813,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: C I: Life cycle replacement to various toilet blocks: Upgrade consists of removing toilet fittings and repatching to concrete floors, installing a spray/float on flooring coating and reinstalling plumbing fittings and existing screens. Wall/ceiling finishes and trims are to be refinished. Install a warm water supply to the existing wash hand basins. B: Life cycle replacement of floor coverings and wall linings x3 classrooms: Upgrade consists of removal and replacement of wall coverings with acoustic linings and floor coverings to x3 classrooms with underlay and needle punch carpet. Staging: Classrooms refurbishment to be done during the October school holidays. Start: September 2019 End: November 2019",Awarded,contract Awarded,0,20250410 Ministry of Education - School Infrastructure,21277501,Request for Tenders,Open Competition,Huia Range - Block A FLS & SNM Upgrades,,20190719,20190813,20200131,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"The BOT at Huia Range School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to A Block as described in the tender documents attached. This work involves the following. Demolition of any required partition walls Install new partitions to suit new layout Install all in wall and ceiling services to suit new layout Reline walls and ceilings with new linings and finishings Install new windows and doors Paint all appropriate new surfaces Install new floor and wall coverings Fit out with new electrical and plumbing fittings Construct new universal bathroom The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Awarded,One valid tender was received. Following evaluation the tender was deemed to be valid and compliant. The contractor is evaluated to have the necessary attributes and capacity to complete the work. The tender was within in the price range 250 - 500k.,287474,20250410 Ministry of Education - School Infrastructure,21278426,Request for Tenders,Open Competition,Main Contractor for the Central Learning Hub Project at West End School (NP),3106.08,20190719,20190815,20191111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of West End School (New Plymouth) is seeking to develop a Central Learning Hub within E Block via extending the Western end of the block and undertaking internal alterations to an existing classroom. The preferred construction period is September to November 2019. The school is a typical school site, with E Block located at the centre of the cluster of main school buildings and surrounded by hard surfacing. Contractor access is available via Davies Lane. Due to its central location, student foot traffic around the work areas and vehicle access route will be high.",Awarded,,256630,20250410 Ministry of Education - School Infrastructure,21278576,Request for Proposals,Open Competition,CW2019-052 South Wellington Intermediate School Master Plan & Lead Design Services,CW2019-052,20190718,20190816,20191014,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"South Wellington Intermediate School is a growing intermediate school (approx. 400 students) on a terraced site in Berhampore, South Wellington. In 2012 MOE undertook structural strengthening work on the main block (Block A) and has been working with the school since then to address property building issues, including the replacement of the school Hall (Block H) in 2015. In 2018 further assessment and testing was undertaken which identified weather-tightness related building failure in Block A and building condition issues with the relocatable block currently being used as a library (Block T). The school is also seeing increasing student numbers, and has a need to consider how to provide for future property and infrastructure needs. This project design involves comprehensive redevelopment to: i. Rectify all weather-tightness related issued with Block A and Block T, ii. Increase the net teaching capacity and provide DQLS compliant teaching spaces throughout Block A to align with SPG entitlement, and iii. Provide for an upgrade to site infrastructure in order to accommodate the projected roll growth. Total construction phase is considered to be 24 months for purposes of this RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21280852,Request for Tenders,Open Competition,Balaclava School - Special Needs Accessible Suite Project,3709.18.03,20190913,20191009,20191025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are to install an accessible toilet/bathroom within close proximity of the Junior Block which is currently an existing students toilet area, as this is where the 2 x students will spending most of their time during school hours. The toilet/bathroom will have modern amenities catering for the special needs pupils, as well as a changing table.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21281246,Request for Tenders,Open Competition,CW2019-053 Kerepehi & Parawai Schools Weather tightness Remediation projects,CW2019-053/MOE01757,20190719,20190821,20191205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contract Works for Weathertightness Remediation Projects at Kerephei and Parawai Schools. The Contract Works required are: Kerepehi School: Recladding and reroof of Block M at Kerepehi School. Minor Weathertightness remediation on other buildings as per Design drawings Parawai School: Weathertightness remediation of Block I and J at Parawai School Reclad, reroof, and rework of canopies. ILE layout of internal spaces; plumbing and wall configuration of Blocks I & J (Rooms 10 & 11). Toilets will be removed and designed Portals installed for the opening of the classrooms. Timeframes are: Kerepehi (a) Indicative Start date: 14 October 2019 (b) Indicative Due Date for Completion: 28 March 2020 Parawai (a) Indicative Start date: 21 December 2019 school holidays (b) Indicative Due Date for Completion: 30 April 2020",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21281515,Request for Proposals,Closed Competition,RFP for Quantity Surveyor Services for the Redevelopment of Riccarton High School and Riccarton Primary School,,20190718,20190808,20191118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Principal is seeking Quantity Surveyor Services for Riccarton High & Riccarton Primary School Redevelopment Project (the Services). A full scope of services is included in the additional documents Riccarton High School is a decile 6, state, co-educational school for students in years 9-13. The current role is 1121 (July 2018). Riccarton High School is due to commence master planning in May 2019. It is envisaged the school will require major redevelopment. The school is situated on a complex site where access to the school is primarily through Vicki Street off Curletts Road. This poses some traffic and safety challenges for pupil drop off, including the pedestrian access to the school over a busy State Highway Road (SH79). In summary, the school anticipates a plan that would result in appropriate access to the school off Main South Highway as well as a secondary access retained off Vicki Street. Additional information is provided in the appended documentation. Riccarton Primary School is a family oriented full primary school (Years 1-8). The current role is 314 (July 2018). Riccarton High School is due to commence master planning in May 2019. The School is located in the suburb of Upper Riccarton, sitting on the corner of English St and Main South Road. They have experienced a rapid increase in roll since 2013, on 1st July 2013 the roll was 185, increasing to 292 on 1st July 2017. In 2017, due to increased enrolments and nearing capacity, the Board of Trustees as directed by the Ministry of Education, introduced an enrolment zone. The enrolment zone includes an interesting mix of Housing New Zealand homes, low cost rentals, alongside areas of middle class largely built pre 1970 housing.",Awarded,The contracts were executed on 2 October 2019.,201700,20250410 Ministry of Education - School Infrastructure,21282948,Request for Tenders,Open Competition,Main Contractor for Septic Tank Repairs at Wainui Beach School 2721,1877,20190722,20190821,20191119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wainui Beach School has experienced failure of either or both its original septic tank and the associated effluent field. The failure is evidenced by ground dampness and odour noticeable at the main entry to the school suggesting that effluent is bypassing the effluent field altogether and surfacing some 25m away from the septic tank. The outcome sought is the construction of a new effluent field to the north of Block S, adjacent to the effluent field currently serving the schools second septic tank. The new field will require in-ground pipework with filtration and pump equipment at the #1 tank. The existing system has been inspected and a report submitted which addressed the following: ? If the existing tank can be re-used ? What the size of the new field needs to be ? The type of system to be installed ? Where the effluent field can be located The recommendations of the septic designer include that: ? The existing Septic System 1 be abandoned, the field left under the carpark and the tank removed. ? A new multi-tank system be installed in the current location for Septic 1 tanks and run to a new effluent field located on the school field. Tank sizes reduced slightly for cost efficiencies, but de-sludge programme shortened from 4 years to 3 years. ? The existing Septic 2 tanks be re-used, but the existing Septic 2 effluent field abandoned, and Septic 2 system be connected into the new effluent field that Septic 1 is running to. ? The new combined system be designed for a roll of 400 (including staff) Project consultants are: o Project Manager and Lead Designer: Architects 44 Ltd (Dan King) o Septic designer - LDE Gisborne - Andrew Appleby",Awarded,,260848,20250410 Ministry of Education - School Infrastructure,21283473,Request for Proposals,Open Competition,Lead Design Services for the Construction of New 2-Storey 12-Classroom Block at Homai School,,20190719,20190814,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The project is made up of the following redevelopment components: i. Design and build of new building hosting 12 teaching spaces. ii. Associated site works and infrastructure upgrades as required The Principal is seeking Lead Design Services for the Roll Growth Works at Homai School (the Services) which will involve the following: -Stage 1 Master Plan review the existing feasibility master plan. Update the Master Plan drawings and present these to the DRP. -Stage 2 Preliminary design - This deliverable is for the design team to provide the designs of a preferred outcome selected following review with wider project team, the MoE and the school. The design will be progressed to achieve preliminary design stage, with MoE DRP approval to proceed to developed & detailed design. -Stage 3 Developed design - To develop the approved preliminary design to achieve developed design stage including DRP evaluations. -Stage 4 Detailed design - To develop the approved developed design to reach detailed design stages to sufficient levels to achieve MoE reviews and approval. The purpose of which will be to be in a position to lodge building consent and provide a tender set of documentation for the contractor tendering process. -Stage 5 Construction Procurement - To achieve Consenting Authority approval to progress the project to the Construction Phase. In addition support is required to aid the Project Manager in managing the Contractor procurement process. -Stage 6 Construction Observation To provide input into the construction phase of the project and to provide design services for the duration of the project, including all construction monitoring, commissioning and handover obligations. -Stage 7 Project Closeout To ensure gathering of as-built information and monitor and advise the Project Manager(s) of the status of defects identified within the required timeframes.",Awarded,,522066,20250410 Ministry of Education - School Infrastructure,21285828,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Blocks B,E,F,G,H Replace Roofing and Spouting / Block G Refurbish Classrooms at Pinehaven School",5129,20190723,20190816,20200214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Pinehaven School plans to commence the alterations and refurbishment of classrooms in Block G. The project will look at introducing an additional teaching space with reconfiguration of all lateral walls. Upgrade work will include improvements to acoustic performance as well as introducing thermal insulation and more efficient cross ventilation. The flat roof to the south side of the building is having alterations in order to achieve compliant pitch which in turn requires clerestory windows to be replaced with a reduction in height. The contract also incorporates like for like replacement of metal roofing and spouting to four other school buildings. The project will be a phased approach programmed in close collaboration with the school. The interior refurbishment is concentrated on three central classrooms, students will be decanted to other areas of the school for the period of the main refurbishment.",Awarded,"The contract was awarded to Peryer Construction Wgtn Ltd, will start 10.02.20 with anticipated completion date 18.12.20.",911100,20250410 Ministry of Education - School Infrastructure,21286050,Request for Tenders,Closed Competition,Heretaunga College Gym Weathertightness Remediation RFT,CW2018-95,20190722,20190812,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Gym has been identified to having weather-tightness issues. Multiple reports have been prepared identifying the issues. Construction Start: 1 Sept 2019 Construction Complete: 1 Feb 2020 The works are to be completed in a single stage. Project roles are: (a) Delivery Manager: Lawrence Joseph (b) Project Manager: Ally Jeppesen (c) Engineer to the Contract: Andy Norris (d) QS: Maltbys (e) McKenzie Higham Architects: Lead Designer",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21287995,Request for Tenders,Open Competition,Main Drainage Contractor for Drain Replacement at Riverdale School,209743,20190723,20190910,20191122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Replace end of life earthenware stormwater and sewer drains,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21291648,Request for Tenders,Open Competition,Civil Contractor for South End School (Carterton) for New Driveway and Car Park,,20190724,20190816,20200419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"South End School BOT seek the services of a Civil Works Contractor to undertake the construction of the new driveway and car park on the school site. This project is an approved project in the schools new 5YA. The work involves the following civil works Demolition of parts of the old driveway Removal of vegetation Preparation of the subbase and edge treatments Provisioning for electrical and drainage Laying of new surfaces Applying of specified surface markings The project will be a complete turnkey project",Not Awarded,The project needs significant redesign as It has come in over budget. We are working with a preferred supplier from the RFT process Higgins Ltd in Masterton.,0,20250410 Ministry of Education - School Infrastructure,21292857,Request for Tenders,Open Competition,PALMERSTON NORTH INTERMEDIATE NORMAL SCHOOL - Roof Repairs and Replacements,19/007,20190726,20190820,20201002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Repairs and replacement of roof cladding, spouting and fittings to various blocks around the School (Blocks 1, 3, 4, 5, 6, 8, 9 and 15). The Board of Trustees of Palmerston North Intermediate Normal School (the Buyer) is seeking Roofers and/or Main Building Contractors for the Roof Repairs and Replacements project at Palmerston North Intermediate Normal School (the School). The Scope of Works includes repairs and replacement of roof cladding (metal and translucent), spouting, skylights and fittings to various blocks around the School (Blocks 1, 3, 4, 5, 6, 8, 9 and 15). The works also include the removal of an existing chimney to Block 1. Refer to tender drawings A01 to A07 and the Scope of Works document for full extent of works required. The Board of Trustees seeks tenders for the above works through this single-stage, Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Palmerston North Intermediate Normal School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Not Awarded,Contract not awarded under this GETS tender. New School Project Manager is Projectwork 2008 Ltd - 027 214 1535. Please contact for all queries relating to this contract.,0,20250410 Ministry of Education - School Infrastructure,21293254,Request for Tenders,Open Competition,1515-18-04 RFT - Main Building Contractor for Block 3 ILE Project at Sunnyhills School,1515-04,20190812,20190905,20200606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing classroom walls extended out under soffit with new framing and new aluminium doors. Full internal upgrade including new structural portals to open walls, new breakouts and aluminum sliders, new carpet, new Autex lining and new suspended ceiling. Toilet alterations and new toilets as shown on plans. Full new interior upgrade including fixtures, fittings, plumbing, windows, and linings. Project Location East Auckland",Not Awarded,Due to expiry of tenders and funding delays this RFX has been cancelled - A new RFX will be advertised June 2020,0,20250410 Ministry of Education - School Infrastructure,21294285,Request for Tenders,Open Competition,Roofing Contractor for Site Roof Remediation at Peterhead School,211653,20190725,20190827,20191024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21294903,Request for Proposals,Open Competition,Lead Designer for the Learning Support Unit at Feilding High School,,20190724,20190816,20201110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"We are seeking a Respondent to deliver the Lead Design services for a new Learning Support Unit (LSU). The new LSU is to replace Blocks D1 (current learning support unit) and D2 (5 teaching spaces, 3 being part of the new LSU and two used as mainstream teaching spaces). As part of this project, once the new building has been completed, both D1 and D2 will need to be demolished.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21299714,Request for Tenders,Closed Competition,Main Contractor for the Block 2 ILE and DQLS Upgrade at Karaka School,,20190726,20190821,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be made through the GETS website,The Board of Trustees for Karaka School is seeking a Main Contractor for the Block 2 ILE and DQLS Upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21303413,Request for Tenders,Open Competition,Main Contractor for the Hall and Administration Upgrade at Papatoetoe High School,,20190726,20190822,20191106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communication to be made through GETS,The Board of Trustees for Papatoetoe High School are seeking a Main Contractor for the Hall and Administration Upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21304864,Request for Tenders,Closed Competition,Redoubt Road North School Block 10 Alterations,,20190726,20190820,20191118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,"The scope of work is to reconfigure the 3 classrooms of Block 10 into flexible learning space and a large breakout room, enclose a veranda area of 17.5m2 and add 6.5m2 of new space to house high density mobile storage. The new storage area is needed to replace the old storage area that is converted into a breakout space. The carpet and vinyl flooring is to be replaced with new.The walls are to have new pinboard. Where old walls are removed the ceilings will have new acoustic tiles fitted. The walls between classrooms and the walls of the toilet areas are to be removed to create an open plan layout. Acoustic folding doors to be installed to make the space flexible. New led lighting will be installed through out.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21309383,Request for Tenders,Open Competition,Main Contractor for Toilet Upgrade at Henderson Valley School,,20190729,20190821,20191021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees of Henderson Valley School (the Buyer) is seeking a Main Building Contractor for Toilet Upgrade for three sets of toilets (Boys and Girls). The main contractor will be responsible for upgrading the toilet facilities) based on the design done by the Architect,Awarded,,168046,20250410 Ministry of Education - School Infrastructure,21310881,Request for Quotations,Closed Competition,RFQ Master Planning for Otahuhu College,,20190726,20190820,20200120,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Education Infrastructure Services (EIS) as a part of the Ministry of Education has responsibility for all key aspects of education infrastructure on behalf of 2,100 schools. EIS asset manages a $23.5 billion school property estate including ICT infrastructure; provide School Transport Assistance for around 100,000 students, and have oversight of payroll services for 90,000 teaching and non-teaching staff. EIS have recently established internal Capital Works teams that are tasked to deliver construction projects that cover three regions, those being: 1. Northern (Auckland and Northland), 2. Central (Hamilton, Rotorua, Napier, Wellington, Lower Hutt & Wanganui) 3. Southern (Nelson, Christchurch, Dunedin & Invercargill) Historically these capital projects were delivered by regional property teams. This tender relates to a school in Capital Works Northern. Capital Works projects includes all Ministry delivered property projects relating to; - New Schools - Rebuilds - Building Improvements - Remediating weather tightness issues - Earthquake strengthening - Roll growth The Ministry of Education is seeking quotes from qualified architects to provide Master planning services for Otahuhu College.",Not Awarded,Stephenson & Turner,0,20250410 Ministry of Education - School Infrastructure,21314351,Request for Tenders,Closed Competition,CW2019-033 Te Okuroa Drive (Papamoa Primary 2) Main Contractor Design & Construct,CW2019-033/MOE0674,20190805,20190826,20191205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Okuroa Drive School has now been announced and is required to be delivered for opening in Term 1, 2022. This School is required due to growth from the surrounding area and associated population growth informed by the Ministry of Educations Sector Enablement Network.The School will be delivered in 2 Stages. The School will be delivered in 3 Stages. This procurement is for the first stage (2 Stage Design & Build Contract) and the Ministry reserves the right to negotiate with the incumbent based on performance for any future stages. Stage 1 Works all works necessary to carry out and complete the Masterplanning, Design and Consenting and establishing the Stage 2 Works Price and the Stage 3 Works Price Stage 2 Works all works necessary to carry out and complete the Roll 600 works (including, without limitation, any specified site enabling works, the Administration block, Hall and Library (and associated Resource Areas), a minimum of 17 teaching spaces and associated Resource Areas, passive grassed play spaces, rugby/soccer field, and hard courts excluding the Stage 1 Works and any Stage 3 Works (if applicable) Stage 3 Works all works necessary to carry out and complete the Roll 250 works (including, without limitation, the balance of teaching spaces (36 teaching spaces less the number of teaching spaces built as part of the Stage 2 Works, whether or not the Stage 2 Works were carried out by the Contractor) and associated Resource Areas excluding the Stage 1 Works and any Stage 2 Works (if applicable) This means programming the works: Stage 2 = 2,820m2: Ideally all construction is completed by Dec 2021, If not then; o Separable Portion 1 (SP1): the School needs to be completed by 20 Dec 2021 with an Administration, Hall / Library, Passive Grassed Play Space(s) and minimum of 8 teaching spaces (Roll of 200). o Separable Portion 2 (SP2): The balance of 9 teaching spaces (Roll of 400), Rugby / Soccer field and Hard Courts needs to be opened by 30 April 2022 Stage 3: The balance of up 11 teaching spaces (Roll of 250). Stage 2 = 1,080m2 The total entitlement of Master Planning = 850 / 36 teaching spaces / 4,686m2. The Master Plan Roll is expected to be reached by Year 7",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21315993,Request for Tenders,Open Competition,"Main Building Contractor for Classroom 1-3,4,6-8 Refurbishment at Sir Keith Park Special School",,20190731,20190826,20190905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Sir Keith Park Special School wish to find a suitably qualified contractor to construct a classroom refurbishment in classrooms 1, 2, 3, 4, 6, 7 and 8 at Sir Keith Park Special School.",Awarded,Commercial Projects won this tender based on having the best solution for the job and best price,268460,20250410 Ministry of Education - School Infrastructure,21324289,Request for Tenders,Open Competition,Main Contractor for Block A ILE Upgrades at Westland High School,,20190731,20190829,20191001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required include; opening up of walls between classrooms 2-3, 4-5, the corridor, reconfiguring resource rooms, toilets and offices and adding breakout spaces, sliding doors to external decks, heating, acoustic, lighting and ventilation upgrades.",Awarded,,548000,20250410 Ministry of Education - School Infrastructure,21329401,Request for Tenders,Open Competition,Main Contractor for Design and Build of Aeration System and Potable Water System Replacement Te Kao School,214770,20190801,20190906,20191029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura o Te Kao is a small primary school in the Far North, approximately 45 minutes north of Kaitaia. The existing secondary aeration treatment system is nearing end of life and requires a design and build solution. The school also requires the installation of 3 potable water tanks and a UV filtration system, a pump and lines as specified in plans.",Not Awarded,Tender notification letter to follow,0,20250410 Ministry of Education - School Infrastructure,21335182,Request for Tenders,Open Competition,"(1907) PUKETAHA SCHOOL - MAIN CONTRACTOR - BLK A: ROOF REPLACEMENT; B,E,H UPGRADE + INT/EXT LEARNING",,20190731,20190823,20191004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block AReplace roofing. Bock BNew internal slider door between existing offices. Block EAlterations to accommodate Breakout & Exterior learning spaces + Cabinetry upgrade; Block HRemove existing toilet block and create new breakout space. Alterations to existing deck to provide for Exterior Learning space. Two new unisex external toilets to MoE standards. New flooring, wall acoustics, electrical sockets & switches, ceiling LED light fittings. The Contract",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21335982,Request for Proposals,Open Competition,"(1917) TE WHAREKURA o RAKAUMANGAMANGA SCHOOL - ARCHITECTURAL & PROJECT MANAGEMENT - A,R Replacement; 7 New Teaching Spaces, E upgrade",,20190802,20190827,20190923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21337033,Request for Proposals,Open Competition,Quantity Surveying Services for the Redevelopment Project at Homai Primary School,,20190801,20190826,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Homai School is located at 89 Browns Rd, Manurewa, Auckland 2102. It is a contributing primary school (Years 1-6) located in Manukau, Auckland on a 4.1-hectare site. The School currently has 14 permanent teaching spaces and has recently been provided with four additional temporary teaching spaces to ensure it has sufficient teaching spaces to accommodate their roll of 377 pupils (as of July 2018), until a more permanent solution is in place. The Ministry of Education (MoE) intends to do major redevelopment works at Homai School. The project is made up of the following redevelopment components: i. Design and build of new building hosting 12 teaching spaces. ii. Associated site works and infrastructure upgrades as required. This RFP is to appoint suitably experienced and resourced Quantity Surveying Consultants to provide value engineering and construction monitoring services for these major redevelopment works at the School.",Awarded,,64200,20250410 Ministry of Education - School Infrastructure,21337916,Request for Proposals,Open Competition,Lead Design for the Redevelopment Works at Colwill School,,20190801,20190826,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The scope of this project is to replace blocks 1, 2, 7 and 8 of Colwill School with a single new 14 classroom 2-storey block, remodel the existing administration facility (part of block 2), upgrade site access and parking and repair or replace the existing site infrastructure. The new classrooms will provide capacity for 290 students. The purpose of this RFP is to appoint suitably experienced and resourced Design Consultants to provide design and construction monitoring services for these project works. The engagement will will commence with Master Planning Services only, and this will be the basis of the initial contract between the Ministry and the successful tenderer; upon the satisfactory completion of the Master Planning services and the corresponding Design Review Panel (DRP) review, the full Lead Design services may be added to this scope. It is the desire of the Ministry to award the full Lead Design scope to the successful tenderer. Please refer to the tender documents for further information.",Awarded,,64352,20250410 Ministry of Education - School Infrastructure,21337950,Request for Proposals,Closed Competition,Master Plan and Lead Design for Kirkwood Intermediate School,MOE06219,20190731,20190821,20200901,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Master Plan and Lead Design at Kirkwood Intermediate School Contract opportunity. This opportunity is a Closed Tender for the Christchurch Schools Rebuild Programme (CSR) sent to selected members of the MoE/UoC Professional Services Panel. Please note: a copy of the draft SoW will be attached in the next couple of days",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",100000,20250410 Ministry of Education - School Infrastructure,21340521,Request for Tenders,Open Competition,Main Building Contractors for Essential Infrastructure & Strengthening Works for Renwick Community Memorial Hall at Renwick School,,20190801,20190903,20191023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Renwick School, and the Renwick Community Memorial Hall Committee are seeking a main contractor to undertake essential infrastructure, refurbishment and strengthening works on this community based Hall.",Awarded,"Thank you to all tenderers, the contract has now been awarded to Scott Construction Ltd Marlborough",0,20250410 Ministry of Education - School Infrastructure,21340756,Request for Tenders,Open Competition,"(1723) GLEN MASSEY SCHOOL - MAIN CONTRACTOR - G2,G3, B,K,E,A,D Replace Ancs, Doors & Decks & construct Ext Learning space",,20190802,20190827,20190923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractor for the supply of: Block A,KReplacement doors and decking. Bock BStage 2 Exterior learning space. Block EReplacement decking; Block DReplacement carpets & wall acoustics (partial)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21341954,Request for Tenders,Open Competition,CW2019-048 Te Hapara School Block F Weathertightness Main Contractor,CW2019-048/MOE06119,20190802,20190816,20190913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Block F Weather tightness Project (the Contract Works). The Works required are: i. The works required are the remediation of the block F at Te Hapara School. This includes re-roofing and re-pitching to resolve weathertightness issues. ii. The works are moderate in size / scope iii. The project is to be delivered in a single stage iv. The site is flat with good access Project consultants are: (a) Delivery Manager: Gerhard Van der Merwe (b) Engineer to the Contract: Dirk Stahlhut - Prendos New Zealand Limited (c) Project Manager Coralie Hockey WSP-Opus (d) Quantity Surveyor: Measure Twice (e) Lead Designer: Architects 44 Limited",Not Awarded,Programme / Scope changed,0,20250410 Ministry of Education - School Infrastructure,21342914,Request for Tenders,Open Competition,Main Building Contractor for Block 3 Toilet Upgrade & Reroof at Verran Primary School,1543-02,20190805,20190828,20191011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The Contract was awarded to Wilkran construction (2014) Limited,148430,20250410 Ministry of Education - School Infrastructure,21343078,Request for Tenders,Open Competition,Main Contractor for Roofing & Cladding Replacement Project at Opunake High School,3034.18,20190802,20190904,20191017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The cladding and roofing of a number of buildings at Opunake High School are deteriorating, and certain buildings are also showing signs of subfloor dampness, spalling of concrete foundations, and corrosion of structural elements. This project seeks to address these issues via the following general scope of works: Block A Replace selected areas of existing cladding with Titan Faade Panel system on cavity, including new windows. Replace existing subfloor ventilation grilles for greater airflow. Block B Replace decramastic tiled roofing with long-run roofing and install new PVC spouting. Block C: o Roofing: Overflash selected roofing sheets damaged by foot traffic, install back flashings to penetrations, replace metal spouting with PVC, remove skylights, clean roof of lichen o Cladding: Reclad building with Titan Faade Panel on cavity including new windows and doors o Upgrade alarm system to Type 4 and connect to panel in A Block. New exit signage and door hardware. Block E o Roofing: Alterations to roof structure and replacement of existing membrane and low-pitched metal roofing with new membrane. o Cladding: Removal of asbestos sheet cladding to selected areas and replacement with Titan Faade Panel on cavity, including new windows. Repair concrete spalling in conjunction with Block G works. Block G o Cladding: Replace all profiled metal wall cladding, old translucent cladding (one side new), associated flashings, and window. Replacement cladding to be aluminium profiled metal cladding, with translucent sheets being replaced with Webglass GRP or similar. Install additional flashing to roof ridge ventilator to block water egress during extreme northerly winds. o Structural: Repair concrete spalling, portal leg corrosion, provide sufficient pile/bearer connections and subfloor steel connections and undertake perimeter concrete foundation maintenance. Block J Localised window and cladding repairs. Repaint cladding. Covered Ways The final scope of work is still to be determined and will be influenced by how much contingency funding is remaining once all other work areas are complete. Pricing for this item will be obtained as a variation to the contract. The target start date is early December 2019",Awarded,"Good afternoon everyone. Please be advised the successful respondent was Heartland Construction 2013 Limited, based on achieving the highest overall evaluation score. Thanks you all for your submissions.",1389777,20250410 Ministry of Education - School Infrastructure,21345412,Request for Proposals,Closed Competition,RFP for Quantity Surveyor Services for the Redevelopment of Sara Cohen School,,20190802,20190828,20191118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This project is to deliver a full replacement of the entire school built form and all site services, gardens, play space, parking and support activities for a Special School Base site.",Awarded,The contract was executed on 2 October 2019 and the end date is expected to be early 2023.,58390,20250410 Ministry of Education - School Infrastructure,21345417,Request for Proposals,Open Competition,Auckland Normal Intermediate (RFP) - Lead Design Services,,20190805,20190913,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Auckland Normal Intermediate experienced a fire in early January 2019 whereby eight teaching spaces, resource and other non-teaching spaces and a hall were destroyed. The proposal is the replacement of the space lost to the fire whilst ensuring a plan for future roll growth. Master Planning has been completed by ASC Architects based off Network advice which has requested master-planning for 1100 students. The new site location for the construction of the new teaching block and hall has been finalized. This has resulted in a Business Case approval for 10 teaching spaces, new hall, removal of 2 relocatables, reinstated damaged pavements and removal of the new temporary classrooms. The Master-plan provides for the short-term and predicted long term requirements of the college demonstrating the effective use of the site and the existing buildings. A number of alternative configurations were taken into consideration to arrive at the recommended plan.",Awarded,,617000,20250410 Ministry of Education - School Infrastructure,21349333,Request for Tenders,Open Competition,Main Contractor for Fergusson Intermediate (Upper Hutt) - C Block Upgrades,,20190807,20190830,20200429,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Fergusson Intermediate School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to C Block as described in the tender documents attached. This work involves the following. Demolition of required exterior walls and existing deck stairs and ramps Connect the two buildings Line walls and ceilings with specified systems Frame and clad the roof of the newly built connection between buildings Construct new internal breakout space Construct new deck, stairs and accessible ramp Paint all appropriate new surfaces Fit out with new electrical and data fittings The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. See attached the relevant tender documents and the contract the successful tenderer will be required to sign.",Awarded,,232004,20250410 Ministry of Education - School Infrastructure,21349609,Request for Tenders,Closed Competition,Main building Contractor for a new classroom and minor refurb at Frankton Primary School,201907,20190807,20190830,20190925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Frankton Primary School is seeking a main contractor to carry out the extension of an existing classroom to create a larger teaching space. The new space also can be sectioned off to be used separately. The build will also incorporate kitchen and deck areas to allow for various indoor and outdoor learning. New steel portals system to new classroom section and supported by timber floor substructure in concrete piles. Location of the existing building is adjacent to the existing school field and access will be from Rifle Range Road. Access will need to be monitored. This alterations must include the MOE design standards and weather-tightness requirements which can be found at the following link: https://edcuation.govt.nz/assets/Documents/Primary-secondary/Property/School-property-design/ RFT will be evaluated on the following criteria which are also listed in the RFT document: Proposed Solution:15% Capability (Skills & expertise): 15% Capacity (resource and availability): 5% Price (including adjustments for tags): 65% Request for Tender must respond to the information specifically requested. Incomplete proposal will not be considered. All applications to this RFTs are to be by GETS.",Awarded,,359237,20250410 Ministry of Education - School Infrastructure,21351529,Request for Proposals,Open Competition,CW2019 -081 Lead Design Services for the Construction of a Satellite Unit for Mahinawa Specialist School & Recourse Centre (the School),,20190805,20190828,20200123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking Lead Design Services for a Satellite Unit Project at Mahinawa Specialist School & Recourse Centre (the Services). Mahinawa Specialist School & Resource Centre is a state school specialising in the education of students with special needs. The school has been very successful and has experienced increasing demand. It now requires additional teaching space for roll growth. It is proposed that a satellite unit be constructed at the Kapiti College site to both provide additional teaching space and spread the geographic reach of the school. The intention of this procurement is to source a lead designer to deliver this project. The services required will be delivered in two stages: Stage 1 - Preliminary Design Services Including: o General Client and Stakeholder Management; o Bulk Location Analysis; o Concept designs. Stage 2 - Lead Design Services including: o General Client and Stakeholder Management o Developed Design; o Detailed Designs; o Building Consent Administration; o Construction Procurement; o Construction Observation. For further information, please see attached tender documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21362255,Request for Proposals,Open Competition,RFP for Master Planning and Lead Design Services for the Redevelopment of Ashburton College,,20190805,20190829,20200220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Principal is seeking Master Planning and Lead Design Services for a major site redevelopment at Ashburton College (the Services). The Supplier shall provide all the necessary architectural and support services required to complete the Project design. The Supplier must work collaboratively with the Ministry and the Project Manager to ensure the project is completed according to the specified requirements, on time, and within budget. A Project Manager will be engaged by the Ministry at the completion of Master Planning. The Architect is to report to the Project Manager. Ashburton College is the only secondary school in Ashburton. The roll has grown significantly with network analysis predicting a roll of 1600 within the next 10 years. The current building stock has been surveyed and found to be no longer fit for purpose with many teaching spaces being under size, unable to be economically altered and building condition severely deteriorated to the point of there being weathertightness issues. The school caters for years 9-13 with a current roll of 1142 and has a horticultural academy offering courses for students interested in careers in the primary industries sector. There is a student learning support unit on site containing 2 teaching spaces. This is a key aspect of the site and is the only centre of its kind in the Ashburton district. There will be a need for specialist design considerations for the replacement of this unit. The site currently accommodates an ECE which is to remain on site in the long term. In addition there is a historic building (Menorlue) which is used by the school music department and the community. Ashburton College is to undergo a site wide redevelopment delivered by the Ministry of Educations Capital Works Southern team through a traditional procurement approach. The outcome of the project is to ensure buildings are replaced with fit for purpose energy efficient, weathertight, durable and resilient buildings that can be economically altered to suit the changing needs of the school into the future. The project includes the addition of roll growth classrooms and replacement teaching spaces with new MLE spaces. In addition to teaching space replacement there is a requirement to provide non-teaching spaces to MoE calculated entitlement areas.",Awarded,"Expected contract term: 1 December 2019 to 31 December 2025 The highest and lowest offers the Ministry evaluated to award the contract: $2,533,300 - $5,049,120",1000000,20250410 Ministry of Education - School Infrastructure,21362629,Request for Tenders,Open Competition,"Main Contractor Replace Heating, Irrigation Pump & Skydomes Stage 2 at Cromwell Primary School",,20190807,20190830,20191016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please refer to the tender documents provided. Failure to complete all the supplied documentation could result in the rejection of your tender.",Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",103067,20250410 Ministry of Education - School Infrastructure,21364093,Request for Tenders,Open Competition,Main Contractor for Taupo Primary Block H & N ILE Upgrade,212748,20190808,20190902,20191118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be submitted electronically via GETS,"The project comprises alterations to both blocks, including reconfiguring of toilet areas in Block H to provide an alternate entrance. Toilet foyer space to wet area and breakout space. Block N includes for removal of toilets to provide for breakout space and storeroom. Extension to roof over to decking to provide an outdoor learning area.",Awarded,Start date 16/12/19 with completion 28/4/19,0,20250410 Ministry of Education - School Infrastructure,21369434,Request for Tenders,Closed Competition,"Macleans College - Demolition and Construction Works for Science, Technology and Graphics Blocks Main Contractor",MOE01825,20190809,20190913,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Macleans College (the School) Demolition and Construction Works for Science, Technology and Graphics Blocks Main Building Contractor (the Contract Works). The required solution is to engage a suitably experienced main contractor to undertake demolition and construction of the Science, Technology and Graphics Blocks The existing science, technology and graphics blocks are in poor condition and due to weather tightness issues require replacement. The proposed solution is to demolish the existing buildings and construct three new separate buildings. The project involves demolition of approximately 2,700m2 of existing buildings which currently provide teaching spaces for science, technology, food technology and graphics and design. Demolition is to be carried out in multiple stages as the school will remain operational.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21374017,Request for Tenders,Open Competition,Main Contractor for the Interior Refurbishment and Electrical Works in Block F Classrooms and Laboratories at Kelston Boys High School,,20190809,20190903,20190930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Kelston Boys High School is looking for a main contractor for their block F electrical upgrade and interior refurbishment of classrooms and laboratories. Block F classrooms and laboratories at Kelston Boys High School is showing signs of age and requires an interior refurbishment to keep up with the design quality standards of the Ministry of Education. Block F also requires some significant electrical works to address identified faults and ensure it complies with the Ministrys electrical installation standard and the Australian/New Zealand Wiring Rules. Block F is a highly specialised school building, housing the science/technology classrooms and laboratories. It is critical that the classrooms are handed back to the school in a timely manner as there are no options to relocate the students in other parts of the school without impacting the curriculum.",Awarded,Met all the requirements of the tender with value add to accelerate works schedule. Deemed best value.,0,20250410 Ministry of Education - School Infrastructure,21377241,Request for Tenders,Open Competition,Main Building Contractor for Bundled Project at Horowhenua College,02-087-001,20190809,20190906,20200327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,We are looking to engage an appropriately skills and resourced Main Building Contractor to complete the construction works for the Bundled Project at Horowhenua College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21377450,Request for Proposals,Open Competition,Lead Design Services for the Roofing & N Block ILE Project at New Plymouth Girls' High School,3261.01b,20190819,20190911,20191016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The condition assessment undertaken in preparation of the schools 10 Year Property Plan identified a number of areas where remedial or replacement works were required to maintain or restore the weathertightness of the roofing. Since the condition assessment, the school has also reported further areas where leaks have occurred. This project seeks to address these items, as well as undertake ILE alterations to N Block, in conjunction with the repitching works that will be required as part of the roofing project.",Awarded,"Good afternoon everyone. Please be advised the successful respondent was BOON Limited, based on achieving the highest overall evaluation score. Thanks you all for your submissions.",86440,20250410 Ministry of Education - School Infrastructure,21377609,Request for Proposals,Open Competition,CW2019-083 Terrace End School Lead Design Block A RFP,CW2019-083 / MOE06308,20190809,20190904,20191024,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Block A Weather Tightness Remediation and Refurbishment Lead Design Services (the Services) at the Terrace End School (Palmerston North). The Services include the following design stages: i. concept/preliminary design ii. developed design iii. detailed design iv. Construction observation. The greater project was divided in two stages. The classroom Block B has recently been completed and handed over to the school. For the next stage of this project the requirement is to do the weather tightness remediation and refurbishment of the Administration Block. Areas of concern to be considered in the design is as follows but not limited to: - Main roof and lean-to roofs - Exterior cladding - Re location of front entrance and parapet walls - Two classrooms and toilets - Consequential repair work to water damaged ceilings and walls.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21377843,Request for Tenders,Open Competition,5519 Open RFT Main Contractor for Special Needs Modification Whakarongo School Palmerston North,5519,20190812,20190905,20191030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Whakarongo School BOT is seeking tenders from main contractors for Special Needs modification project,Awarded,Contract awarded to Colspec Construction 20/9/19,109537,20250410 Ministry of Education - School Infrastructure,21377893,Request for Proposals,Open Competition,Birkenhead School Roll Growth & Redevelopment Quantity Surveyor Services,,20190808,20190903,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS wesbite,"Birkenhead Primary School in Birkenhead, Auckland, is a decile 9 contributing primary school that provides education for students in Years 1 to 6. The school consists of 19 teaching spaces, 15 of which are permanent and 4 of which are temporary relocatable buildings. There is a current roll of 400-450 students and at least 16 teachers plus several teaching aides. The School has a build entitlement to 2022 of 21 teaching spaces with an increased roll to 529 students. The long-term Master Plan for the school allows for 800 students in 30 teaching spaces. Project Scope and outcome: Building to roll of 529 Roll growth of 8 new teaching space, redevelopment of 4 teaching spaces total 12 teaching spaces plus administration space, with a masterplan roll of 800. i. Demolish poor condition block with weather-tightness defects (Block 3; 4 TS including administration space), ii. Build twelve new teaching spaces at two storey, due to constrained site and minimal outdoor space available, iii. Improve use of site, create better future build flexibility, increase accessibility, iv. Demolish Block 3, v. Four additional leased buildings to be provided for roll growth these will be removed at the end of the project.",Awarded,,78000,20250410 Ministry of Education - School Infrastructure,21378458,Request for Tenders,Closed Competition,Design & Build Contractor for the Block C Redevelopment at Bay of Islands College,,20190808,20190903,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this RFT is to engage a design & build contractor to deliver the refurbishment and reconfiguration of the Block C building in a single stage development, progressed in partnership with the school around a live school environment. The Contract Works required are: i. The redevelopment and reconfiguration of The Schools Block C building. ii. The general scope of works includes constructing a new roof structure where shown on the drawings, new roof claddings, replacing selected external joinery, renovating bathroom facilities, installing floor, ceiling and wall linings, electrical and mechanical services, providing internal joinery, constructing decks, steps and ramps as shown, subfloor drainage remediation, and interior and exterior finishes and painting. The indicative scope of works is contained in the Ministry of Architecture & Interiors outline specifications and concept design documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21380212,Request for Tenders,Open Competition,Design supply and installation of a covered outdoor sports area,,20190813,20190908,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Papatoetoe East School seek the services of a contractor to design, supply and install an outdoor canopy for the sports area at the school",Awarded,The winning tender won due to having the best price which was within the Schools required budget and for producing the best proposed solution.,248319,20250410 Ministry of Education - School Infrastructure,21382907,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks B & E - Refurbish Classrooms - Special Needs at Adventure School, Whitby, Porirua",5088,20190812,20190910,20191115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS wesbite,"Adventure School is comprised of timber and fibre cement sheet clad single storey buildings created in early 1970s including Block E and others (Block B) of prefabricated transportable type. The work proposed alters the plan layout to part of Block B to achieve a shared breakout space and refurbishment of classrooms and toilets. To Block B an alteration to an existing corner space will extend the floor footprint to create a breakout space sufficiently sized to serve three classrooms. This work would include foundations, walls with cladding, linings, insulation and windows, metal roofing and insulation will cover the space and unite the adjacent buildings. The remaining work in Block B and E will include replacement of interior linings including new acoustic finishes, new storage joinery, new floor and wall finishes, and new services associated with the works and replace timber windows with aluminium to a limited extent. The special needs work in the contract will alter an existing toilet area to create a universal bathroom, a breakout space and three individual externally accessed unisex toilets. The work also addresses accessibility about the school in the form of ramps into buildings and up on earth bank, door thresholds and removal of paving obstacles. An asbestos report has been commissioned which has confirmed areas of the exterior cladding to be asbestos. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Freear Philip Ltd, start date 25.11.19, anticipated finish date 31.10.20.",993114,20250410 Ministry of Education - School Infrastructure,21386119,Request for Tenders,Closed Competition,Sir Edmund Hillary Collegiate (RFT) - Main Contractor,,20190809,20190911,20191212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Proposed delivery approach is traditional, Construction only contract. SEHC has been in the legal recoveries work stream for five years and has experienced several large floods and air quality issues. The Ministry is currently undertaking detailed design and will lodge building consent for the works. It is proposed that the tender will start with the detailed design drawings and specifications as lodged for the Building Consents and any changes to the drawings and specifications as part of the building consent process will be conveyed to tenderers by NTT for inclusion to their tender prior to tender closing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21386617,Request for Tenders,Closed Competition,Main Contractor for Blocks C & E ILE Upgrade at Ngahinapouri School,1152,20190812,20190902,20191106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Closed RFT stage of the project - refer to attached documents.,Awarded,"Evaluation Scores: - ESN Construction 91/100 - Lobell Construction 79/100 - Mitchell Construction 74/100 - ASAP Contracting 73/100 Award price is a revised price based on reduced scope to meet budget.",280098,20250410 Ministry of Education - School Infrastructure,21389441,Request for Tenders,Closed Competition,Main Contractor for the Block 1: DQLS works (AMS) at Te Hihi School,,20190813,20190909,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communication to be made through GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21391957,Request for Tenders,Open Competition,Main Contractor Blk A Multipurpose Space at Glenorchy School,,20190814,20190909,20200117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board is focused on providing a modern learning environment for their students and in the first 5YA of their new 10YPP they plan to remodel Room 1, Block A into a multipurpose indoor space for food/hard technology, music, science, art and drama including an outdoor multi-purpose teaching space.",Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",278145,20250410 Ministry of Education - School Infrastructure,21392678,Request for Tenders,Open Competition,Main Contractor for the Music Room Upgrade at Papatoetoe Intermediate School,,20190813,20190905,20191010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communication to be made through GETS,"As per the approved 5YA plan the school plans to convert the west wing of Block 1 (top and lower floors) and meet the requirements of a music block. This conversion will also include creating new practise rooms and DQLS-upgrade the current Food Technology classroom into a music classroom",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21395517,Request for Tenders,Open Competition,Drainage System and Access Way Repairs/Replacement at BOI College,,20190813,20190906,20191107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Bay of Islands College is based in Kawakawa, 45 minutes north of Whangarei. The existing drainage system is in need of repairs and the existing concrete paths and driveways across site require replacement. The drainage system has been CCTVd and the results are included in the tender price schedule and accompanying plan. The concrete and driveway repairs across site are split into 3 areas. Area 1 requires replacement of the concrete pavement and kerbing. Area 2 requires replacement of the concrete pavement and kerbing. Area 3 requires repairs to the carpark area adjacent to the garages with a design and build solution required to the driveway leading to the field. A site visit is highly recommended.",Not Awarded,This tender has been awarded to an approved late response.,0,20250410 Ministry of Education - School Infrastructure,21397005,Request for Tenders,Open Competition,Kaikorai Valley College - Library Relocation and Demolition,381.18,20190812,20190906,20190917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,"To relocate the Library to another building, includes - - upgrading of old Music Block (Block H) including reconfiguration of internal partitions, new soft linings, carpets, lighting, shelving to convert this building into a functional Library - demolition of old Library (Block J), this will include the safe removal of asbestos cladding",Awarded,"Stewart Construction has been awarded the tender for this project. Thanks to all who submitted a tender Kind regards, Kelvin Lewis, School Support Ltd",560395,20250410 Ministry of Education - School Infrastructure,21399289,Request for Tenders,Open Competition,"Main Contractor for Block 1, 6, 7, 10, B Roof Replacement at Mangere East Primary School",,20190814,20190909,20191113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Mangere East Primary School are seeking a main contractor for the Blocks 1, 6, 7, 10, B Roof Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21404636,Request for Tenders,Open Competition,Russell School Bay of Islands Classroom Upgrade Project,G814,20190814,20190910,20200109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: 1) Open walls between Rooms 1 and 2 2) Upgrade of Rooms 1,2,3 and 4 3) Upgrade of the Stormwater system 4) Upgrade of the potable water systems 5) Upgrade of Electrical and Heating systems 6) Replace roof to Block 5 Timeframes are: 1) Indicative Start date for Construction December 2019 2) Indicative Due Date for Completion: January 2020",Not Awarded,"Only one Tender received, so to test the market we have approached other companies independent of GETS",0,20250410 Ministry of Education - School Infrastructure,21405344,Request for Tenders,Open Competition,Waipu School Re-roof and Repairs,G726,20190815,20190909,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To ensure that a suitable learning environment and long-term durability of buildings and teaching spaces at Waipu School are sustained, various necessary roofing works have been identified as needing to be completed. Works will be required to be carried out over school holidays between September 2019 and April 2020 (indicative).",Awarded,"One Tender was received via GETS RFx ID 21405344 and evaluated by the G&A panel. Although only 1 tender received, the submission was reviewed thoroughly. Other tenderers who showed interest in this tender, but didnt respond were contacted to confirm that they were not submitting any tender. The result of Apex being the single tenderer was a ranking of 1st in proposed solution, Capability and Capacity. Apex Roof n Clad Ltd were ranked 1st for price and therefore 1st Overall. It is intended that the value of the contract resulting from this tender will be within $100,000 - $250,000.",100000,20250410 Ministry of Education - School Infrastructure,21410501,Request for Tenders,Open Competition,"Main Contractor for the Block 1, 2, 4, 8 and 9 Roof and Gutter Upgrade at Three Kings School",,20190816,20190911,20191121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Three Kings School are seeking a Main Contractor for the Block 1, 2, 4, 8 and 9 Roof and Gutter Upgrade project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21414587,Request for Tenders,Open Competition,Main Contractor for Special Needs Fencing Modifications at Donovan Primary School,19-044,20190819,20190911,20191003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"i. Demolition (partial) and removal to existing fencing and tree/shrub removal or trimming. ii. Construction of new school fences and gates of various materials and styles as specified. iii. Reinstatement works to adjacent ground post fence demolition and construction",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21414596,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment Block 2 at Somerset Crescent School, Palmerston North",Somerset Crescent School,20190815,20190913,20200707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Somerset Crescent School, Palmerston North are seeking suitably qualified Main Building Contractors to carry out Alterations and Refurbishment to Block 2 The Contract Works required are: The removal of internal walls between classrooms and cloakbay areas to create flexible and collaborative teaching spaces. Removal of existing pupils toilets and converting spaces into new breakout areas. Construction of a new covered verandah between existing toilet blocks. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. Dec/Jan with completion April 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,342429,20250410 Ministry of Education - School Infrastructure,21414983,Request for Tenders,Open Competition,"Main Building Contractor for Outdoor Teaching Area at South Makirikiri School, Marton",South Makirikiri School,20190819,20190913,20191112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for South Makirikiri School, Marton are seeking suitably qualified Main Building Contractors to carry out the proposed new Outdoor Teaching Area. The Contract Works required are: To remove existing covered area roofs and verandah. Provide and build a new solar shade solar shield canopy, with some modifications to existing remaining canopies. Power, data and alarm etc existing cabling will need to be modified and attached to the new canopy. New plumbing work and spouting relocation required to connect to existing storm water system. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. Nov/Dec with completion March 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,100901,20250410 Ministry of Education - School Infrastructure,21415941,Request for Tenders,Open Competition,Main Contractor for School side Fire Alarm Upgrade including Hall emergency lighting and fire exits at Havelock North Primary School,209977,20190816,20190912,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," A number of fire safety designs have been prepared for the school in the past but all consider buildings in isolation none address a school-wide fire safety approach. As a result there are six separate fire alarm systems present, four of which are installed to a version of NZS 4512 and two of which are enhanced security systems. None of these systems communicates to any of the other systems. This current system does not meet minimum MOE requirements for a Type 4 analogue addressable alarm. In addition the School Hall fails to comply with fire design requirements re emergency lighting, egress and fire rated surfaces and this needs to be addressed. We are seeking a main building contractor for the following work: 1. Installation of a School wide type 4 analogue addressable alarm, connecting all blocks to a fire alarm panel in Block A; 2. Fire alarm system: bell minder system, lock down tone, desk microphone for messaging; 3. Trenching work as required; 4. Removal of smoke detectors which are connected to the security system; 5. Installation of emergency lighting and escape routes; 6. Hall: Installation of 2 additional fire exit doors in the hall (block E); and landings 7. Hall: Asbestos removal of cladding on end wall elevation of hall due to install of new fire exit doors; 8. Hall: Supply and installation of a suspended ceiling in the Hall. Note lighting to hall to be installed under separate contract already let. 9. Hall: Re-clad hall - the timber wall linings which is currently timber panelling which do not comply with Fire ratings are required to meet Group number 2 finish. Please price to install gib over all timber wall panelling in hall (including hallway) with fire compliant materials (gib); allow for gib stopping and painting. Allow to gibstop to a level 4 finish, and allow to paint with sealer, and undercoat and 2 top coats of acrylic paint. Please also provide a separate optional price to paint all timber wall linings and ceiling beams with intumescent paint/coating to meet a min Group 2 finish. This is to be a clear finish. 10. Hall: Repositioning of the 2 existing exterior A/C unit in hall to allow for installation of fire exit doors; 11. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. 12. See Tender Documents for further information.",Awarded,,156863,20250410 Ministry of Education - School Infrastructure,21416256,Request for Tenders,Open Competition,"Main Building Contractor for Block D, H and I ILE upgrade (5 classrooms) at Havelock North Primary School",21077005,20190815,20190912,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"A 10 Year Property Plan (10YPP) and 5 Year Agreement (5YA) was completed to identify and plan for maintenance and capital works required to keep the school property at a reasonable standard and support modern teaching and learning environments. Through this forward maintenance planning, Havelock North Primary School is undertaking modernisation works. The objective of this procurement is to source the supply of a main building contractor to carry out ILE (Innovative Learning Environment) modernisation works at Havelock North Primary School on Blocks D, H and I consisting of 5 classrooms. The existing deck area and new deck areas are to be covered in outdoor carpet. Part of 2 internal walls are to be demolished in Blocks D & H, and new internal glazed aluminium joinery is to be installed between the classrooms to create breakout spaces. New front of classroom joinery units in each classroom (5 total). The work required comprises the following: (a) Block D, H & I ILE Upgrade to Classroom 3, 4, 5, 6 & 7: to include (i) Remove/demo part walls between Rooms 5 & 4 and Rooms 6 & 7; (ii) Creation of a new breakout space between Rooms 4 & 5 and Rooms 6 & 7 with glazed sliding doors; (iii) Install new joinery above existing sinks (x 4); (iv) New Front of Classroom joinery units (x 5); (v) Suspended ceilings & LED lighting all rooms; (vi) Ceiling & underfloor insulation in all Rooms; (vii) Paint trim; (viii) Autex wall coverings throughout as detailed in Plan 104h; (ix) Install new bag hooks in cloak bay; iv. The proposed works have been amended from a previous tendered version. The main changes are with the walls between the cloakbay and breakout rooms now remaining and not being demolished and moved. The glazed sliding doors to the breakout spaces are now smaller and will not slide over the wall adjacent. Existing sinks are now to remain as shown, and no HWC are required. The IT server can now remain in the cloakbay and does not need to be moved.",Awarded,,185945,20250410 Ministry of Education - School Infrastructure,21418391,Request for Tenders,Open Competition,CW2019-048 Te Hapara School Block F Weathertightness Main Contractor,CW2019-048/MOE06119,20190815,20190912,20191014,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Main Contractors (Tenderers) to submit a Tender for Block F Weather tightness Project (the Contract Works). The Works required are: i. The works required are the remediation of the block F at Te Hapara School. This includes re-roofing and re-pitching to resolve weathertightness issues. ii. The works are moderate in size / scope iii. The project is to be delivered in a single stage iv. The site is flat with good access Project consultants are: (a) Delivery Manager: Ministry of Education (b) Engineer to the Contract: Prendos New Zealand Limited (c) Project Manager: WSP-Opus (d) Quantity Surveyor: Measure Twice (e) Lead Designer: Architects 44 Limited",Not Awarded,"Change of programme, not awarded",0,20250410 Ministry of Education - School Infrastructure,21424296,Request for Tenders,Open Competition,"RFT - Main Building Contractor for Special Needs Modifications - Universal Bathroom at Plateau School, Upper Hutt",5213,20190821,20190913,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Plateau School has a need to create a fully accessible bathroom facility to provide dedicated specialist facilities for students with special health requirements. An existing art store, which was a student toilet area originally, will be converted into the new bathroom. The project will also include improvements and upgrade of an existing concrete wheelchair ramp where the gradient will be made compliant and appropriate handrailing will be provided. The relocation of the art supplies storage facility will incorporate alterations and refurbishment of an existing PE store. Work will include creating internal access to this space from the staff room. All reconfigured and refurbished spaces will have new floor, wall and ceiling finishes, associated plumbing and electrical alterations and full redecoration. Some fire alarm improvements may also be required. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Plateau School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to Carrara Holdings Ltd and will start March 2020 with expected completion July 2020.,94448,20250410 Ministry of Education - School Infrastructure,21435077,Request for Tenders,Open Competition,Main Contractor for Structural Remediation Works to Walkway at Baverstock Oaks School,,20190820,20190920,20191216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Baverstock Oaks School is looking for a main contractor to address works required to remediate its elevated walkways: Steel connections between blocks and suspended walkway are poorly connected and must be remediated per structural engineers design Seismic joints between Blocks A, B, C are poorly constructed and must be remediated per structural engineers design Structural steel framework is corroding at joints and needs to be waterproofed and treated with zinc rich primer Steel inclined posts near stairwell have been built with poor connection and must be remediated per structural engineers design Cable trays that support the services underneath the walkways have corroded and will need to be replaced in accordance with seismic restraint/detail requirements of NZS4219:20019 Spalling of concrete on upper floor landing on exterior stairwell are breaking loose this must be wire brushed to remove all surface rust, apply Sika Monotop to reinforcement and level the mortar to existing floor",Awarded,conformed to the requirements of the tender; good value,0,20250410 Ministry of Education - School Infrastructure,21436760,Request for Quotations,Closed Competition,RFQ: Project Management Major Services For LED Replacement Programme- ROTORUA BUNDLE,,20190819,20190905,20191104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All queries to be made through the GETS website Q&A function,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry/the Buyer) to submit a Quote for Project Management Services of a bundle of schools in the Rotorua region for the LED Replacement Programme. This is a secondary selection process through the PM Major Panel. All queries to be made through the GETS website Q&A function. Deadlines for submitting your RFQ is 5 Sept 2019, 9am.",Awarded,"This Contract has been awarded to Greenstone Group. The value of the awarded contract is 100K-150k",0,20250410 Ministry of Education - School Infrastructure,21437199,Request for Quotations,Closed Competition,RFQ: Project Management Minor Services For LED Replacement Programme- TAUPO bundle,,20190819,20190905,20191104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry/the Buyer) to submit a Quote for Project Management Services of a bundle of schools in the Taupo region for the LED Replacement Programme. This is a seconday selection process through the PM Minor Panel. All queries to be made through the GETS website Q&A function. Deadlines for submitting your RFQ is 5 Sept 2019, 9am.",Not Awarded,"This contract has been awarded to Opus. The value of the contract is 50k - 100K",0,20250410 Ministry of Education - School Infrastructure,21438473,Request for Tenders,Closed Competition,Finishing Works at Te Kura Whakapumau i te Reo Tuturu ki Waitaha (TKKM o Waitaha),MOE06337,20190819,20190913,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura has entered the CSR programme as part of Wave 6B in December 2018 with Detailed Design set to be completed 27th July 2019. The design and construction for the redevelopment has been accelerated due to the proposed use of four lightweight relocatable buildings acquired from the University of Canterbury, reducing the design scope and programme. These buildings are an effective low cost solution to the schools requirements. The school have accepted the use of the buildings within the redevelopment. The required consultants are to be assigned independently and are co-ordinate with the relevant trades and other sub-consultants. The requirement outlined in this RFQ is to undertake the Finishing Works and final phase of a three-stage Redevelopment. For reference, below is a summary of the out-of-scope works undertaken prior to the required Finishing Works; Phase One - Demolition (out of scope): - Disconnection of existing stormwater, sewer, electrical and data disconnections to the buildings to be demolished/removed. - Removal of existing asbestos containing materials - Demolish/remove from site blocks 1, 2, 3, 7, 8, 15 and 16 Phase Two - Relocation (out of scope): - Relocation and installation of four relocatable classrooms on to new foundations - Make good to buildings to buildings generally including linings and ensure weathertightness",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21440207,Request for Tenders,Open Competition,Macleans College Contractor for Cleaning Services,,20190821,20190917,20191125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Macleans College is seeking a Contractor for Cleaning Services as detailed in the attached Request for Tender and Specification.,Awarded,,485600,20250410 Ministry of Education - School Infrastructure,21440272,Request for Quotations,Closed Competition,RFQ: Project Management Major Services For LED Replacement Programme- WHAKATANE BUNDLE,,20190819,20190905,20191104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All queries to be made through the GETS website Q&A function,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry/the Buyer) to submit a Quote for Project Management Services of a bundle of schools in the Whakatane region for the LED Replacement Programme. This is a seconday selection process through the PM Major Panel. All queries to be made through the GETS website Q&A function. Deadlines for submitting your RFQ is 5 Sept 2019, 9am.",Awarded,"This contract has been awarded to Frequency Projects. The value of the contract is expected to be 100k - 150k",0,20250410 Ministry of Education - School Infrastructure,21440567,Request for Tenders,Closed Competition,Piripiri School and Piopio College Main Contractor RFT,CW2019-078,20190819,20190909,20210628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Piopio College and Piripiri School projects is bundled in this RFT on the basis that the schools are remotely located in the Waikato region and is within close geographical proximity. Piripiri Schools main classroom buildings are 108 years old. The cladding is 90% original native timber weather board with original timber joinery and has reached end of its life. This procurement is to replace the exterior cladding and undertake some internal painting and electrical repair works. Piopio College is where the bulk of the work will be undertaken which includes the replacement of the asbestos roof that has reached end of life and is failing in multiple areas. Internal fitout is original and in a poor condition due to age, continued and prolonged water ingress. Consent has been lodged as instructed by the Design Consultant. Indicative programme timeline for both projects are: Indicative construction start: 1 Oct 2019 Indicative construction completion: 31 Mar 2020 Project Consultants are: Delivery Manager: Lawrence Joseph Quantity Surveyor: Kingstons Lead Designer: Eco-logical Architecture Limited",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21442894,Request for Tenders,Open Competition,Main Contractor for Replacement of Effluent Field at Tikitiki School 2703,1932,20190821,20190917,20191004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 Background 1.1 The scope of works will include: ? The schools effluent field has failed and needs to be replaced. ? The outcome sought is the construction of a new Wisconsin Mound Effluent Field to a design by Alan Bell of Oakfield Limited ? The works need to be completed as soon as possible. ? Project consultants are: o e.g. Project Manager: James Blackburne o Septic Designer: Alan Hall/ Oakfield Limited 2.2 Required solution (method and approach) i. The Contract Works required are: ii. Due to the frequent failure of the system it is proposed to replace the existing disposal system with an above ground Wisconsin Mound that is to be situated on the area currently used for effluent disposal. iii. The attached aerial plan demonstrates a suggested positioning of the mound however the actual area for final placement is left to the discretion of the installing contractor and the school representative. iv. Two examples of Wisconsin Mound design are included in the design report. One is designed to the current school roll of 37 persons and the other to a possible projected roll of 60 persons. Tenderers are to price the 60-person option. v. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). vi. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21443245,Request for Proposals,Open Competition,Quantity Surveyor Services for the Redevelopment of Manurewa Central School,,20190820,20190912,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Quantity Surveyor Services for the Redevelopment of Manurewa Central School. The scope of this project is to replace 18 relocatable teaching spaces with 18 permanent teaching spaces in six blocks. This project will be delivered through a Design and Build method.",Awarded,,72395,20250410 Ministry of Education - School Infrastructure,21448201,Request for Tenders,Open Competition,"RFT - Main Specialist Fire Alarm Contractor, Blocks A-Z Fire Detection Systems (Stage II) at Hutt Valley High School, Lower Hutt",5173,20190823,20190919,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Hutt Valley High School is comprised of concrete and steel structured predominantly multi storey buildings constructed mostly in the early 1980s. The work proposed upgrades the existing fire detection system being Stage II of a two phase approach to the work. The work will replace existing detectors with new analogue addressable smoke or heat detectors in their same locations and new fire alarm mimic panels. The project will have the capacity to enable a fully compliant site wide system as buildings are progressively refurbished but will in the first instance include continuity of the sounders across the site. The work will upgrade a number of fire alarm panels to analogue addressable panels, upgrade sounders and add EWIS capabilities, interconnect all the fire alarm panels to the main panel. This procurement looks for a professional specialist fire alarm contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust project. The scheme will be traditionally executed with a full design team employed by the Hutt Valley High School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Wormald, start date 22.06.20, anticipated finish date 12.12.20.",276698,20250410 Ministry of Education - School Infrastructure,21448741,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 1 - Replace Flat Roofs and Spouting at Natone Park School, Waitangirua, Porirua",5047,20190822,20190918,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The existing roof structure and membrane on Block 1 is in poor condition and is requiring replacement. There are insufficient falls and some poorly designed junctions with upper building structure and skylights. The membrane roofing is to be replaced and the majority of spouting renewed with a large commercial product. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Natone Park School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21449273,Request for Tenders,Closed Competition,Demolition of Shirley Boys High School and Sockburn School,,20190820,20190913,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The demolition of the old Shirley Boys High School and the Old Sockburn,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21449544,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Bathroom & Accessibility Improvements at Brandon Intermediate School, Cannons Creek, Porirua",5111,20190822,20190917,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Brandon Intermediate School needs to reconfigure the north end of Block 2 to incorporate a new accessible bathroom facility and a withdrawal space. These improvements will include the provision of warm water, renewal of floor finishes, upgrade of sanitary fittings, ventilation, replacement windows, heating and lighting. This will provide the school with a new safe and warm withdrawal environment and compliant bathroom for students. The immediate external step of Block 2 will need to be ramped and wheelchair boundaries defined, along with non-slip fibreglass nosing to be installed around nominated school building entrances. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Brandon Intermediate School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21451356,Request for Tenders,Open Competition,Orewa College Canteen & Science Lab Upgrade,,20190821,20190913,20191004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,#NAME?,Awarded,,333758,20250410 Ministry of Education - School Infrastructure,21454253,Request for Tenders,Open Competition,"Main Roofing Contractor for Blocks 1, 4 & 9 Roof Remedials at Dawson School, Auckland",1-46289.00 (#1259 I.D. 2015-8),20190823,20190918,20191010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Dawson School (the Buyer) is seeking a main roofing contractor for Blocks 1, 4 & 9, Roof Remedials work as defined in this RFT at Dawson School (the School), Otara, Auckland. The roofing work is to be carried out during the period late October with an anticipated completion date prior to Xmas. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Construction is expected to start in late October 2019, with partial works to be completed during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21456911,Request for Proposals,Open Competition,Lead Design Services for the Manurewa JV Project,,20190822,20190923,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Lead Design Services of the co-location of Te Kura Kaupapa Maori (TKKM) o Manurewa and Te Wharekura o Manurewa to a new site at Browns Road, Manurewa",Awarded,,67885,20250410 Ministry of Education - School Infrastructure,21461067,Request for Proposals,Open Competition,Tatuanui Primary Building Replacement Lead Design Services RFP,CW2019-036,20190822,20190917,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Principal is seeking lead design services for the rebuild of block A at Tatuanui Primary School (the Services). The services required will be delivered in two stages. Initially suppliers will submit a proposal for the first stage only based on The Ministrys current understanding of the project and its requirements. Indicative concept/preliminary design: 7 Nov 2019 (or earlier)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21470494,Request for Tenders,Open Competition,"Main Roofing/Building Contractor for Roof Replacment/Remediation at Waitara Central School, New Plymouth",Waitara School,20190826,20190919,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Waitara Central School, New Plymouth are seeking suitably qualified Main Roofing/Building Contractors to carry out partial Roof Replacement/Remediation Works to Various Blocks on site. The Contract Works required are detailed the Scope of Work attached. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started as soon as possible after confirmation of funding approval. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,101252,20250410 Ministry of Education - School Infrastructure,21470742,Request for Tenders,Open Competition,"Waiheke High School RFT for Main Building Contractor for Blocks D, E & F Refurbishment",P2350,20190828,20190925,20200529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT at Waiheke High School wish to procure the services of suitably qualified contractors to carry out various refurbishment projects and the creation of indoor and outdoor breakout spaces within the school. The works are to take place in Blocks D, E and F.",Awarded,,1079000,20250410 Ministry of Education - School Infrastructure,21471767,Request for Tenders,Open Competition,Gore Main Primary School Block A&DWc Refurbishment and B window replacement,3956-19-06,20190826,20190918,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Gore Main Primary School Block A&DWc Refurbishment and B window replacement The Contract Works Required Are: Block A WC: New toilet cubicle partitions New WC pans & cisterns New wash hand basins Block B Windows/ Doors Replace West window Include insulation to ceiling and underfloor New double glazed commercial aluminium external windows and doors New finishing trims as required Block D WC Spaces New toilet cubicle partitions New WC pans and cisterns New stainless steel wash trough Block A Interior Painting All painted/ polyurethane surfaces to be repainted/ recoated throughout Blk A classroom areas Block A breakout space remodel New breakout spaces are created within art bay areas Art bay sink and joinery Carpet tiles/ vinyl floor coverings Glazed sliding doors within existing concertina door openings Repainting of walls may include Autex New lighting Removal of skylights New workspace joinery Block A & C Carpet installed",Awarded,Contract awarded to Ajax Building Contractors,215141,20250410 Ministry of Education - School Infrastructure,21476813,Request for Tenders,Open Competition,"Main Contractor for the Block 6: Upgrade Internal Space to Classrooms and Toilets and Block 6, 8: Upgrade to Toilet Blocks at Pukekohe East Primary School",,20190828,20190923,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Pukekohe East School are seeking a Main Contractor for Block 6: Upgrade Internal Space to Classrooms and Toilets and Block 6,8: Upgrade to Toilet Blocks project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21481571,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks B & E Refurbish Classrooms, Blocks A, D, E Replace Roofing/Spouting at Randwick School, Lower Hutt",5165,20190902,20190926,20191115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Randwick School is comprised of timber and fibre cement sheet clad single storey buildings. The main block is circa 1920s with the remaining being prefabricated buildings (1970s -200s) and the gym 1998. The work proposes to redevelop Block E for ILE including the forming of a breakout space with some minor work in Block B included. The roofing work is a full replacement of all metal roofing on Block A along with the gable end timber weatherboard cladding. The Block E work will address the DQLS core requirements for acoustics, air quality, insulation, lighting, heating and interior refurbishment to include carpets and decoration. Further to this work, a breakout area is designed between the two classrooms in Block E. Work included in the overall scope is the replacement of metal roofing to Blocks A & D. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Randwick School Board of Trustees producing full construction documentation. NOTE: Asbestos Report will be issued via a NTT",Awarded,"Awarded Niche Commercial Ltd, start date 29.11.19, anticipated finish date 31.03.20.",352453,20250410 Ministry of Education - School Infrastructure,21482316,Request for Tenders,Closed Competition,Main Contractor for the PM - Library Redevelopment Project at Coatesville School,,20190827,20190919,20191218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE Refurbishment works of two classrooms and library at Coatesville School Contract Works required are: Internal refurbishment works, creation of breakout spaces, installation of glazed sliders between spaces, footprint increase to incorporate the external bag bays into the block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21483178,Request for Proposals,Open Competition,Lead Design for the Masterplanning and Redevelopment of Parakai School,,20190827,20190919,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Lead Design for the Masterplanning and Redevelopment of Parakai School. The scope of works required is: - Future Masterplanning is required for a roll of 500 if all current and future building and development projects for the local area are actualised. - A 811m2 classroom block comprising: -3 roll growth teaching spaces -The replacement of two end of life, very poor condition teaching spaces -The replacement of two leaky teaching spaces (Weathertightness works) -The replacement/provision of 78m2 of resource space (Weathertightness works) to be provided as part of the classroom block - The replacement of a multipurpose hall (Weathertightness works) to masterplan size - The replacement of the current HDU toilet facility into either the new classroom building or the new multipurpose hall - The redevelopment of the frontage of the school to address the lack of safe pedestrian access-way from the road into the school grounds, which is currently shared with buses, cars, bikes and pedestrians and improve the parking facilities. - The upgrade/provision of site infrastructure including electrical, all waters, security, PA, data etc. as required to support the new buildings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21485200,Request for Tenders,Closed Competition,RFT - Pukekohe Hill School Sizemore Block Project,,20190828,20190917,20191025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions o be made through the GETS website,,Awarded,,526493,20250410 Ministry of Education - School Infrastructure,21486218,Request for Proposals,Open Competition,"RFP for Quantity Surveyor Services for the Redevelopments of Ashburton College, Ashburton Intermediate School and Allenton School",,20190827,20190920,20200220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking a suitably qualified and experienced Cost Manager to provide cost management and quantity surveying services for a major site redevelopment at Ashburton College, and the redevelopments at Ashburton Intermediate School and Allenton School (the Services). It is the intention of the Ministry that the services for all three schools be awarded to one supplier. If the Ministry, in its sole discretion, deems that any or all respondents have insufficient capacity to deliver the required services across all three projects, the Ministry reserves the right to award each project individually. For Ashburton College, the Ministry requires Quantity Surveyor services from Master Planning stage onwards. For Ashburton Intermediate School and Allenton School, the Ministry requires Quantity Surveyor services from Preliminary Design stage onwards. The Supplier shall provide all the necessary support services required to complete the Services required and must work collaboratively with the Ministry, Project Managers and Design Teams to ensure the projects are completed according to the specified requirements, on time, and within budget.",Awarded,Expected contract term: 29 January 2020 to 31 December 2025,341963,20250410 Ministry of Education - School Infrastructure,21486233,Request for Tenders,Open Competition,Main Contractor - Maidstone Intermediate - Block 10 & Infrastructure Upgrades,2893-19-03,20190828,20190923,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Request for Tenders for Main Contractor at Maidstone Intermediate School in Upper Hutt, Wellington. This project involves the upgrade of an existing classroom block (approx 350m2) as well as ancillary work to upgrade services and remove asbestos in other areas of the school.",Awarded,,500000,20250410 Ministry of Education - School Infrastructure,21486921,Request for Tenders,Closed Competition,Main Contractor for the PM - Block 1 and 2 DQLS/ILE Refurbishment at Waiau Pa School,,20190828,20190920,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE Refurbishment works of multiple classrooms and breakouts at Waiau Pa School, as per the attached Consented architectural documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21487100,Request for Tenders,Closed Competition,Main Contractor for the PM - Block 1 and 2 DQLS/ILE Refurbishment at Waiau Pa School,,20190828,20190920,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE Refurbishment works of multiple classrooms and breakouts at Waiau Pa School, as per the attached Consented architectural documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21487107,Request for Tenders,Closed Competition,Mairehau Primary School Hall Works,,20190827,20190924,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The works include: i. Demolition of: Admin, Library and Block 1 ii. Refurbishment of hall and block 3, 11 and 17. iii. All of the works include structural, building services, fire services, ICT services, wall, ceiling and floor finishes, roof works, exterior cladding and new decking/ramp. As outlined in Appendix 2.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21487554,Request for Proposals,Closed Competition,HHS C Block Roof & AMS Works (RFP),HIL11,20190828,20190920,20191029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BoT of Hillcrest High School is seeking a Main Building contractor for the supply of all labor and materials and sub contractors for the re pitching of C Block roof and AMS works,Awarded,"The winning tender was of a high standard and met the requirements of the RFT, program and expected contract value.",883454,20250410 Ministry of Education - School Infrastructure,21493394,Request for Tenders,Closed Competition,Main Contractor for the Block 1 DQLS and Toilet Louvre Replacement at Ridgeview School,,20190828,20190920,20201119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE Refurbishment works of three teaching spaces and administration at Ridgeview School, as per the attached scope of works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21497780,Request for Tenders,Open Competition,"CW2019-038 Learning Support Fencing Modifications, Main Contractor at Te Wharekura o Te Rau Aroha",,20190829,20190923,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. A student enrolled at Te Whare Kura o Te Rau Aroha has been identified to be at risk of running out of school grounds onto nearby roads posing a significant H&S risk. ii. The intended outcome of the project is to address the H&S risk by procuring a main contractor to install new perimeter fencing as per OT report recommendations. iii. Project roles are: Delivery Manager: Lawrence Joseph c. A table outlining reporting lines is for the Project is included in Appendix 1: Project Information. The Requirement a. The works required are the construction of: Supply and install 375 lineal metres of 1.5m High Assure Fencing including gates Supply and install 2 x 1.5m high Vehicle gates Supply and install 1 x 1.5m high Pedestrian gates Supply and install 46 lineal metres of 1.5m high x 100mm wide x 25mm H3 timber pails to existing fence Supply and Install 46 lineal metres of 75mm x 50mm H3 timber rails Clear existing fence line for the installation of new fencing Removal of rubbish from site b. Timeframes are: Indicative Contract Works start: 28 October 2019 Indicative Contract Works completion: 20 December 2019 See attached tender documents for further information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21497809,Request for Proposals,Open Competition,Auckland Normal Intermediate (RFP) - Quantity Surveying Services,,20190828,20190923,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Education Infrastructure Services (EIS) as a part of the Ministry of Education has responsibility for all key aspects of education infrastructure on behalf of 2,100 schools. EIS asset manages a $23.5 billion school property estate including ICT infrastructure; provide School Transport Assistance for around 100,000 students, and have oversight of payroll services for 90,000 teaching and non-teaching staff. EIS have recently established internal Capital Works teams that are tasked to deliver construction projects that cover four regions, those being: 1. Northern (Auckland and Northland), 2. Central (Hamilton, Rotorua, Napier, Wellington, Lower Hutt & Wanganui) 3. Southern (Nelson, Christchurch, Dunedin & Invercargill) Historically these capital projects were delivered by regional property teams. This tender relates to a school in Capital Works Northern. Capital Works projects includes all Ministry delivered property projects relating to; - New Schools - Rebuilds - Building Improvements - Remediating weather tightness issues - Earthquake strengthening - Roll growth Information about Auckland Normal Intermediate can be found at: https://ani.school.nz/ The Ministrys Education Infrastructure Service is responsible for New Zealand's state school property portfolio comprising around 2,100 schools. The New Zealand School Property Strategy (2011-2021) can be found at Information for Suppliers. Auckland Normal Intermediate experienced a fire in early January 2019 whereby eight teaching spaces, resource and other non-teaching spaces and a hall were destroyed. The proposal is the replacement of the space lost to the fire. Master Planning has been completed by ASC Architects. The new site location for the construction of the new teaching block and hall has been finalised. The project is made up of the following redevelopment components: ? Removal of 2 relocatable teaching spaces ? New build of 10 teaching spaces ? 8 replacement fire damaged ? 2 redevelopment ? New build hall (replacing the fire damaged) ? Reinstate demolition damaged pavements ? Remove leased temporary classrooms The indicative construction budget for this project is $8 million.",Awarded,,72000,20250410 Ministry of Education - School Infrastructure,21498004,Request for Tenders,Closed Competition,CW2019-024 Greenpark School & Te Puke School: Refurbishment & Weather tightness RFT,CW2019-024/MOE01012,20190829,20190926,20191205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Refurbishment and weather tightness remediation at Greenpark School and Te Puke Primary School(s). The Contract Works required at Greenpark School are: i. Recladding existing building in the current location ii. Refitting and improving the interior space, bathroom facilities and outdoor space to accommodate the changing needs of the school, entrance points, staff numbers and visitors iii. Additional carparks (approx. 196m?) iv. Associated site works and infrastructure connections v. Known constraint include the requirement for staff to remain within the administration block while the works are carried and staging requirements The Contract Works required at Te Puke Primary School are: Roll growth classroom (integrated in to the school hall) and remediation of weather tightness issues on the school hall which includes: i. Demolition of existing lean to area ii. Construction of a new extension 75m? to existing classroom (open plan with acoustic treatment and large sliding glazed doors) iii. Refurbishment to internal area of classrooms including construction of new wet area and new finishes throughout iv. New landscaping including deck, steps and paved areas",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21498120,Request for Tenders,Closed Competition,Aorere College Blocks B and C Refurbishment,,20190829,20190919,20200313,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Refurbishment of upper levels of Nelson Blocks (Block B and Block C) at Aorere College.,Awarded,,142000,20250410 Ministry of Education - School Infrastructure,21498661,Request for Tenders,Open Competition,Window and Roofing Replacement at Pukekohe Intermediate School.,,20190830,20190924,20200128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Pukekohe Intermediate School Board of Trustees are seeking a main contractor with proven expertise, experience and skills for the construction of a replacement roof and an upgrade of windows. The project involves but not limited to, the removal of current membrane roof cladding and replacing with coloursteel cladding and the removal of current timber window and replace with commercial grade aluminium windows.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21499330,Request for Tenders,Open Competition,"Main Contractor for Block 1, 4, 15 and Ancillary 1 and 3 Roofing at Northcote Primary School",,20190830,20190926,20191218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"As agreed in the 5YA, this project will deliver a full roofing replacement on Blocks 1, 4, 15 and Ancillary 1 and 3 Roofing at Northcote Primary School The Contract Works required are: Removal of the existing roofing materials, including disposal. Once roofing materials are removed, the structure is to be inspected to ensure it is in good serviceable condition. Any repairs needed will be recorded, addressed, and conducted to meet MoE industry standards. New .55 gauge coloursteel roofing iron is to be installed along with new gutters and downpipes to meet industry standards. Roofs are to be insulated. If new insulation is required, we will request contractors provide a price for R-2.9 insulation and identify the cost for this in their price proposal breakdown.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21500653,Request for Proposals,Open Competition,Request for Proposals for Lead Design Services at Maungaraki School and Johnsonville School,,20190828,20190923,20200123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"For further detail - please see attached documents. Concept and Lead Designer Services for Maungaraki School and Johnsonville School 1. Maungaraki School Funding has been secured to: Provide 3 roll growth classrooms. Increase the non-teaching footprint of the school. Investigate site infrastructure and upgrade if necessary in order to accommodate the roll growth. 2. Johnsonville School Funding has been secured to: Provide 4 roll growth classrooms. Replace block 11 due to weathertightness issues (3 classrooms) Investigate site infrastructure and upgrade if necessary in order to accommodate the roll growth. The Principal is seeking Lead Design services (the Services) for roll growth and redevelopment projects at Maungaraki School and Johnsonville School (the Schools) which will involve developing options and recommendations for the redevelopment and/or replacement and/or demolition of existing facilities at the School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21502679,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Refurbish Classrooms-Toilets at Windley School, Porirua, Wellington",5099,20190902,20190926,20191001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Windley School has Ministry of Education approval to make alterations and improvements to four teaching spaces in Block A. The project sets out to introduce better connection between the classrooms, provide small withdrawal spaces and relocate the cloak areas to the porches and introduce weather protection to the space. The rooms will be upgraded with new floor and wall finishes, acoustic treatment of the ceiling, new lighting and associated electrical and data cabling alterations. The project also encompasses infrastructure improvements to other buildings on the site, this includes radiator valve replacement, upgrade of electrical distribution boards and renewal of roof coverings. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,No responses received. Will be inviting four contractors directly to submit a tender.,0,20250410 Ministry of Education - School Infrastructure,21502937,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 2 & 14 - Refurbish Classrooms at Raumati Beach School, Kapiti Coast",5061,20190902,20190926,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Raumati Beach School has Ministry of Education approval and funding to continue classroom modernisation, in this instance in Blocks 2 and 14. In Block 2 some space reconfiguration and improvements will be introduced to create a small breakout/withdrawal space and make the rooms more connective with internal wall removal and introduction of glazed sliding doors. Similarly, the two classrooms in Block 14 are partially refurbished and internal connection is improved with the creation of a centralised and shared breakout space. The work will include minor building alterations to modernise the spaces creating warmer and more efficient teaching spaces. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Raumati Beach School Board of Trustees producing full construction documentation. Please Note: Fire Safety Report will be issued via a NTT.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21504652,Request for Tenders,Open Competition,5490 Open RFT Main contractor for PNBHS Palmerston North Boys High School Structural strengthening Hall and old gym,5490,20190902,20190926,20191030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The PNBHS BOT is seeking tenders from main contractors for structural strengthening of the hall, and the old gym.",Awarded,Contract awarded to Alexander Construction 21/10/19,161176,20250410 Ministry of Education - School Infrastructure,21504806,Request for Tenders,Closed Competition,Clarkville School: 1: ILE Modification,3321-18-01,20190830,20190919,20200120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Clarkville school require an upgrade to the acoustics, heating, lighting and ventilation in Block 1 classrooms and create an interactive learning environment, as detailed in the schools 5YA & 10YPP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21504971,Request for Tenders,Open Competition,Main Roofing Contractor for replacement roofing and spouting at Glen Innes Primary School,,20190902,20190926,20191008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website Q&A function,The board of trustees at Glen Innes Primary School seek the services of roofing contractor to supply and install a new roof and spouting in Block 1 at Glen Innes Primary School,Awarded,QJB Roofing won this tender due to being the only tender to meet the Schools required budget and for providing the best methodology,161500,20250410 Ministry of Education - School Infrastructure,21506621,Request for Tenders,Open Competition,Silverstream School Main Contractor for Classroom Redevelopment & Property Modifications,,20190924,20191022,20191213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This project (stage 1) involves redevelopment within the existing building footprint of two single cell teaching space to create an ILE complete with two teaching spaces and a shared breakout space. The property modifications works are for a particular student starting at the school and involves providing covered walkways. Certain areas of work will need to be prioritised such as the ceiling hoist to the accessible bathroom and areas of the covered walkway.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21507956,Request for Tenders,Open Competition,"Main Building Contractor for Technology Block Recladding, and Hall Toilet Upgrade Karamu High School",,20190903,20190927,20200211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tech 2 & 3 Recladding - Removal of existing ACM cladding and timber joinery to approximately 30 lm of existing wall. New fibrecement cladding and aluminium joinery, with new internal linings as required. External RAB board bracing. Replacement of wall framing as required for new cladding and bracing. Removal and reinstatement of kitchen joinery against walls, new joinery face panels, new vinyl flooring, external and internal point finish. Minor remedial work to services as required. - Replacement of the existing extract to Tech Block Rooms 2 & 3. New dedicated ducted extract to the router/laser cutter in Tech Block Rooms 8/9 (PC sum) - Demolition work (removal of ACM, joinery, internal linings, concrete cutting or removal) must take place outside of School hours. - The work includes removal and reinstatement of existing wall mounted joinery units, appliances, fixtures, services etc as required to complete the contract works. Hall Toilet Upgrade - Removal of existing toilets, basins and demolition of walls. - Addition of three unisex toilet cubicles to MoE requirements each cubicle to include handwashing, hand drying and ventilation. - Addition of one accessible toilet to MoE requirements. - Changes to existing walls, concrete floor, amended access to the Stage Control Box. - Amendments to plumbing; drainage; ventilation to suit new layout.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21510339,Request for Tenders,Open Competition,Hororata School Swimming Pool Repair and Upgrade,H001A,20190902,20190925,20200819,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Hororata School Board of Trustees have identified suspected earthquake damage to their existing concrete formed pool. The damage is understood to relate largely to the reticulation services, concrete surface cracks, and is resulting in the loss of approximately one foot of water per day. Rectification is assumed to require repair/replacement of the pools services, however, the school also wishes to take this opportunity to alter and upgrade the pool to increase its usability, particularly for younger/smaller students. The current design of the pool sees the depth of the pool increase from 900mm at its shallowest point to 1.8m at the deep end. At its center, the pool is approximately 1.5m deep. The pool is approximately 22m in length, 7m wide. The gradient at which the depth of the pool increases has proven problematic for the school, with teachers struggling to instruct younger students who quickly become stranded in water which is over their head. The school does, however, have a requirement that the pool reach an ultimate depth of 1.8m as this is used for diving activity and instruction. Consequently, a key requirement of this project is to level the entire shallow end (50% of the pool area), to achieve a constant depth of 900mm to the pools centre (at which point it will drop sharply to 1.5m and then increase in depth through to 1.8m at the deep end). In addition to repairing earthquake associated damage, and shallowing the pool, other requirements detailed below include the installation of user friendly entrance/exit steps and the installation of new handrails.",Not Awarded,The contract was awarded to Ian Coombes Ltd and has now been completed,0,20250410 Ministry of Education - School Infrastructure,21520062,Request for Proposals,Open Competition,CW2019-058 Karori Normal School Redevelopment Project Master Plan & Lead Design Services,CW2019-058/MOE00255,20190903,20190927,20191205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Karori Normal School (the School) Redevelopment Project Master Planning and Lead Design Services (the Services). The Ministry will hold 1 compulsory site visit for all Tenderers. Karori Normal School is a large primary school (703 students) that has been identified as a priority for redevelopment. Four of its buildings are leaking and these contain more than half of the 32 classrooms and library. Block F has had to be isolated (since 2017) due to weather tightness related air quality issues. Block F, Block 1 and Block 2 are leaking due to their age and condition, while block G was built in the 1990s and is affected by systematic weather-tightness failure. The project scope outlined: Demolish Block F Roof and internal gutters have failed, which has resulted in significant damage to the buildings interior, and probable damage to timber framing Demolish Library (part of Block 1) Although in good condition, the library is 114m2 larger than entitlement Repair and Refurbish (including minor remodelling) blocks 1, 2 and G to provide additional teaching spaces. Build an extension to existing hall building that increases hall space and provides library and teaching space (to schools entitlement) Repair/replace corroded steel formwork beneath Block H elevated walkway Repair the retaining wall behind blocks 1 & C The desired outcome/s being sought are: All known weather-tightness issues would have been addressed Retaining wall has been repaired and no longer poses a risk The school has 34 classrooms and achieve its net and gross SPG entitlements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21521002,Request for Proposals,Open Competition,Supply of uniforms for Otahuhu College,,20190904,20191007,20200302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Otahuhu College is looking for a uniform supplier who has a retail shop close to the school. They must be able to provide the current uniform and have relevant experience in providing school uniforms on a similar scale.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21528529,Request for Tenders,Closed Competition,Request for Tenders for Remediation of D Block at Rangitoto College,MOE06419,20190904,20191001,20200121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"D Block is a Technical Block with 6 teaching spaces, incorporating hard technologies, information technology, and also accommodates the schools Special Needs administration support team and toilets to serve the block. The block was identified in 2010/11 as a weathertightness-affected building and is subject to remediation under the Ministry of Educations Weathertightness Remediation Programme. D Block is a single-story bevel-back timber weather-board and brick veneer building which consists of the 1956 original core building with a number of extensions and an in-fill corridor built at different times between 1980 and 1997. The total area of the building is 934m2 gross. It is a non-standard design and is 100% Ministry-owned. Asbestos has been identified in the cladding, soffits and infill panels of the core building as well as the cladding and soffits of the extension that backs onto the courtyard above the schools rugby field. This scope of this project will involve the remediation, through replacement, of the identified damage/failures in the membrane roofing, and associated cladding, substrate, junctions, window framing, wall framing, flashings, water-damaged linings and ceiling linings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21529830,Request for Proposals,Open Competition,Lead Design for the Roll Growth Project Pukekohe High School,,20190904,20190927,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"In 2018 a roll growth project was approved to increase Pukekohe High Schools roll to 1,833 for 2021, with an eventual master plan roll of 2,700. Stage one of this project is the ten teaching space block which is to be constructed to accommodate the current roll growth project. The Principal is seeking Lead Design Services for Masterplanning the site to eventually accommodate 2,700 students and the design of a 2 storey 10 classroom block to increase the Schools roll to 1,833 for 2021.",Awarded,,460293,20250410 Ministry of Education - School Infrastructure,21532606,Request for Tenders,Open Competition,"Main Contractor for Refurbishments, Re-cladding & Fire Alarm Works at Rawene School",,20190912,20191008,20191011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Works at Rawene School. Works include a new veranda, replacing roofing and spouting, toilet block refurbishments and re-cladding, classroom refurbishments and minor alterations, installation of type 4 fire alarm. Building consent is currently processing. Works are anticipated to start 20/12/19 (school holidays and continue through term 1 2020) - subject to project approval by MOE. Alternative construction timelines will be considered. Project to be staged, refer tender documents.",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,21537798,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks B & F - Asbestos Pipe Insulation Replacement at Titahi Bay School, Porirua",5145,20190906,20191001,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Titahi Bay School needs to remove remaining asbestos pipe insulation under the floors of the two classroom buildings as well as the main flow and return pipework that runs between blocks in a covered walkway bulkhead. Due to the associated disruption and necessary work to remove flooring to gain access to the subfloor areas the project will be extended in scope and the classrooms will be partially upgraded. The soffit panels to the covered walkway are also a building product with asbestos fibre content, these will also be replaced as part of the works. The new building works will be designed and constructed in line with MoE design guidelines and industry regulations regarding asbestos handling and disposal. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. PLEASE NOTE: Ministry of Education Major Works Contract will be loaded via a NTT",Awarded,"The contract was awarded to Niche Commercial Ltd, start date 16.12.19, expected completion 02.10.20.",927855,20250410 Ministry of Education - School Infrastructure,21538056,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks B, C, F - Refurbish Classrooms-Theatre, Upgrade Student Toilets at Tawa College, Tawa, Wellington",4712,20190906,20191001,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tawa College has MoE approval to rationalise and modernise student toilet facilities in Blocks B and C. This work will include the creation of improved self-contained cubicles with improved transparency of communal entrance areas. From resulting floor space created new administrative offices will be introduced. In Block F and drama teaching space and two classrooms will be refurbished. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. PLEASE NOTE: Ministry of Education Major Works Contract will be loaded via a NTT. - Loaded 25.09.19",Awarded,"The contract was awarded to Zhoosh, start date 13.01.20. expected completion 30.09.20.",282537,20250410 Ministry of Education - School Infrastructure,21539650,Request for Proposals,Open Competition,Buller High School - Block G Upgrade G1 Laboratory,19-301-G1Lab,20190906,20191003,20191107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS wesbite,"School Support Ltd and Buller High School Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd for the Block G G1 Lab Upgrade at the School. SITE LOCATION Buller High School - 33-39 Derby Street, WESTPORT 7825 The works include: The project includes removal of interior linings to floor, wall, and ceiling, Remove some windows to raw openings. Replace some windows with new pc-alu units, remove existing timber windows sashes and fit new pc-alu units. All exterior doors and windows to be double glazed. Retro-fit wall wrap where necessary. New internal noise control walls and ceilings, new carpets and vinyl. New Lab benches. Repaint internal elevations as indicated and external (north). The project including network and electrical work, plumbing and gas system changes. Refurbish/extend radiator heating system. All respondents need to be capable of carrying out all works along with subcontractors with management and provision of all materials and management of sub-trades associated with all works as set out herein and included in the RFT document as well as compliant with all MOE Policys and Requirements. Please complete Part A and B of the Request for Tender and the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. These are mandatory documents required for pricing and scoring tenders. All respondents must fill in the attached Suppliers Response Template Part A and B and submit with their proposal via the GETS website.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21539903,Request for Tenders,Open Competition,Main contractor for Blk B Outdoor Learning Centre at Otatara School,4000-19-BOT01,20190906,20191001,20191101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Please refer to the tender documents provided. Failure to complete all of the supplied documentation could result in the rejection of your tender.",Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. The selection of the preferred respondent has largely come down to price value and availability. All tenderers scored reasonably close in the non-price criteria.",120286,20250410 Ministry of Education - School Infrastructure,21540948,Request for Tenders,Closed Competition,Waterview Primary School (RFT) - Main Contractor,,20190905,20191001,20191212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Education Infrastructure Services (EIS) as a part of the Ministry of Education (the Principal) has responsibility for all key aspects of education infrastructure on behalf of 2,100 schools. EIS asset manages a $23.5 billion school property estate including ICT infrastructure; provide School Transport Assistance for around 100,000 students, and have oversight of payroll services for 90,000 teaching and non-teaching staff. EIS have recently established internal Capital Works teams that are tasked to deliver construction projects that cover three regions, those being: 1. Northern (Auckland and Northland), 2. Central (Hamilton, Rotorua, Napier, Wellington, Lower Hutt & Wanganui) 3. Southern (Nelson, Christchurch, Dunedin & Invercargill) This tender relates to a school in Capital Works Northern. Capital Works projects includes all Ministry delivered property projects relating to; - New Schools - Rebuilds - Building Improvements - Remediating weather tightness issues - Earthquake strengthening - Roll growth Waterview School is a decile 3 contributing Primary school located in the Auckland suburb of Waterview. The school occupies an area of 2.036ha and has a roll of 290 students as of March 2018. The master plan was completed by the Ministry in 2015 and provides a holistic solution for the rebuild of the school to a capacity of 800 students. The school has been planned to enable construction in stages with separate teaching blocks of 12 classrooms to cater for 280 students each time. The proposed new classroom block forms the second stage in the redevelopment of the existing school which, in May 2017, has seen the completion of stage one works which comprised the construction of a new administration block, twelve classroom block, multi-purpose hall, together with associated siteworks and infrastructure works. The design philosophy of the new classroom block is the same as that completed under the previous stage. Temporary accommodation was arranged at the end of stage one with the retention of 3 relocatable classrooms from the temporary school on site. These have been positioned so as to not impact the build of the next stages of work and can be removed at the completion of stage two. The stage two completion is expected to be in October 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21541911,Request for Tenders,Open Competition,Bayfield High School - Floor Covering Replacements,,20190909,20191004,20191022,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Bayfield High School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the proposed flooring replacements. The work involves the replacement of both carpet tile and vinyl floor coverings within Blocks B & C.,Awarded,"Following an evaluation of the submissions, this contract has been awarded to TAK Flooring.",0,20250410 Ministry of Education - School Infrastructure,21542906,Request for Tenders,Open Competition,CW2019-035 Main Contractor for site works upgrades at Endeavour School,,20190905,20190930,20200127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"During winter months the sports fields at Endeavour School become waterlogged and the school is required to close them to protect from long term damage. This has become a critical issue for the school as they lose use of the fields for half of the school year and a solution is required to resolve this. AECOM have identified that these issues are related to treatment of the overland flow from neighbouring properties and the adjacent hard courts. They have provided a design solution which involves additional drainage and site works including new retaining walls to prevent water reaching the fields. It is intended that these works are completed during the late summer months of 2019 to minimise damage to the existing fields and allow the school to use the fields during winter 2019 The Contract Works required are: i. Site works including the construction of new stormwater drainage and retaining walls along with resultant landscaping works to protect the sports fields from overland flow from adjacent areas ii. These works are minor in nature and do not require a building consent and affect a 10% of the external playground and sports field areas. iii. The works will take place in a live school environment however separate access points can be provided to minimise the interaction with the students during the school day iv. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). v. Works can be undertaken during school operational hours vi. See Tender Documents for further information Timeframes are: Indicative Start date: Early Nov 2019 Indicative Due Date for Completion: Late January 2020",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21545046,Request for Tenders,Closed Competition,South Hornby School - Demolition Contractor Services,MOE06380,20190905,20191011,20200113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Since 2018 students of Hornby High School have not been using the three old technology blocks on the South Hornby School site. These blocks are now surplus to Ministry requirements and therefore require demolition. Engeo Environmental consultants were engaged during the beginning of 2019 to carry out comprehensive asbestos testing to these blocks, identifying asbestos bulk materials and isolated areas of asbestos soil decontamination. The current programme driver is to demolish the existing dormant blocks which can pose a risk to vandalism, theft and arson issues the longer they stay on site. The School Board were informed that a new bike track would be constructed in the location of the old blocks set for demolition. The new bike track and play area shall consist of creating high earth bunding, new trees and asphalt pathway throughout. ***Please note a copy of the DRAFT 3910 Contract will be released in the next few business days****",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21547400,Request for Proposals,Closed Competition,Request for Proposals for Design & Build Services at Drury West and Hingaia South Schools,MOE06346,20190906,20191004,20200121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is looking for suitably qualified Design & Build Contractors to deliver Design & Build services for new Auckland-region Primary Schools at Drury West and Hingaia South, delivered under a two-stage Design & Build model, which have been bundled as follows: Drury West School (to be opened Term 1 2022); and Hingaia South School (to be opened Term 1 2022)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21549758,Request for Tenders,Open Competition,"CW2019-074 Tokorima and Ngakonui Valley Schools Bundle, Plus Additional Projects LSM Main Contractor",,20190906,20191008,20200123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Tokorima and Ngakonui Valley Schools Bundle, Plus Additional Projects Learning Support Modifications Main Contractor (the Contract Works) located in the King Country Region. This Request for Tenders includes the potential for additional future opportunities in the King Country Region that follow on from the Tokirima and Ngakonui Valley Schools works. These may be a mixture of high dependency bathroom works and general learning support modifications. These projects may be negotiated with suppliers who submit conforming responses to the tender for Tokirima and Ngakonui Valley Schools. The King Country region is defined geographically as the North Islands western region and comprises the Otorohanga and Waitomo districts and the northern two-thirds of the Ruapehu district. Ngakonui School Contract Works required are: i. Refurbishment of the existing bathroom, enabling 6 x single cubicle, unisex toilets and a new SNMP bathroom to be installed into the existing space available ii. Remediation of the toilet block inside to address roof leaks to prevent damage to the refurbished bathroom Tokirima School Contract Works required are: i. Construction of a new bathroom block ii. Remove existing asbestos clad toilet block, modify existing school to receive the new block Please see attachments for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21550150,Request for Tenders,Open Competition,CW2019-074 Tokirima School (the School) Plus Additional Projects LS Fencing Main Contractor,,20190906,20191001,20200123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Tokirima School (the School) Plus Additional Projects Learning Support Fencing Main Contractor (the Contract Works) located in the King Country Region. This Request for Tenders includes the potential for additional future opportunities in the King Country Region that follow on from the Tokirima and Ngakonui Valley Schools works. These may be a mixture of high dependency bathroom works and general learning support modifications. These projects may be negotiated with suppliers who submit conforming responses to the tender for Tokirima School. The King Country region is defined geographically as the North Islands western region and comprises the Otorohanga and Waitomo districts and the northern two-thirds of the Ruapehu district. The Contract Works required are: (a) Supply and install 360 lineal metres of 1.5m High Assure Fencing (b) Supply and install 1 x 1.5m high Vehicle gates (c) Supply and install 6 x 1.5m high Self-closing Pedestrian gates (d) Clear existing fence line for the installation of new fencing (e) Removal of rubbish from site For further information please see attachments",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21551116,Request for Tenders,Open Competition,Main Contractor for ILE Upgrade of Block 5 at Birkdale Intermediate,,20190911,20191007,20191121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The redevelopment to Block 5 at Birkdale Intermediate. Including new Colorsteel roof and guttering, new northern aluminium glazed faade refurbished interior spaces, alterations to bathroom to create breakout spaces, new decking with Danpalon veranda roof. Detailed specifications and descriptions are contained within the Architectural documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21552329,Request for Tenders,Open Competition,"Main Building Contractor for Special Needs Modifications at Tararua College, Pahiatua",Tararua College,20191010,20191106,20191216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Tararua College, Pahiatua are seeking suitably qualified Main Building Contractors to carry out Special Needs Modifications to Blocks R & WE. The Contract Works required are: Walls will be removed from existing Offices 1, 2 & 3 and also in Classroom 2 to create a corridor leading to Classroom 1 that has a small ramp as floor heights differ. A cupboard space is created to replace lost storage. A separate accessible toilet will be created in an existing store room. Two small Offices will be created along with a breakout room in Classroom 1. New floor coverings, redecoration and associated painting. A new deck area with safety fencing and a wind break will be created for children to have safe access outdoors. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be completed between Dec 2019/Jan - Mid April 2020, however this will be discussed between College, Project manager and Successful Contractor for most convenient timeframes for all parties. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Lee Builders $167574.85,167575,20250410 Ministry of Education - School Infrastructure,21553429,Request for Tenders,Closed Competition,Main contractor for refurbishment at Northern Health School in Whangarei,,20190906,20190926,20191127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions are to be made through the GETs website,"i. Demolition of the existing fit-out, supply of materials and sub-contractors to construct the new fit-out (including HVAC, lift and joinery), provision of Certificate for Public Use (CPU) in time for Term 1 2020 and Code Completion Certificate (CCC) at the end of the project. ii. The floor area, including the ground floor lobby, is 410 square metres. iii. The premises has two floors: the upper floor is being leased to the NHS; the ground floor which is frequently used by the public and will have at least one tenant. (This will not impact access, however, because access to the second floor is through a lobby and staircase which is not used by the first floor tenant.) iv. It is critical that the premises can be legally occupied in time for Term 1 2020, and this will require that a CPU has been issued, if not a CCC.",Awarded,This contract has been awarded to NPM Construction Ltd. The anticipated value for this contract is between $500K and $1M.,0,20250410 Ministry of Education - School Infrastructure,21559951,Request for Tenders,Open Competition,Mamaku School D&C Pool & Shed Project,,20190913,20190927,20210920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21561216,Request for Tenders,Open Competition,"Design, supply and installation of a covered outdoor sports area at Glenfield Primary School",,20190912,20191009,20191018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to b made through the GETS website,"The Board of Trustees at Glenfield Primary School seek the services of a contractor to design, build and install of an outdoor sports structure at Glenfield Primary School",Awarded,The winning tender won due to having the best price which met the Schools required budget and for providing the best proposed solution for the School.,199710,20250410 Ministry of Education - School Infrastructure,21562140,Request for Tenders,Open Competition,"Main Building Contractor for Block D, H & I ILE Upgrade at Onga Onga School",20673,20191024,20191129,20200122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"We are seeking a main building contractor to carry out an ILE (Innovative Learning Environment) to 3 classrooms (Blocks D, H & I Classrooms 1, 3 and 6). This involves refurbishment of the classroom spaces, and new front of classroom joinery for each classroom. The work includes: Life cycle replacement of floor and wall coverings including new vinyl, carpet tiles and autex composition in each classroom (Classrooms 1, 3 and 6); New front of classroom units in each classroom 3 in total; Suspended ceilings, ceiling insulation and LED lighting; Moving floor power points which are a trip hazard and installing new charge points; Removal of partial walls in classrooms to open out the spaces. Lower indoor aircon units, to fit below new suspended ceilings; Remove/demolish tiered seating and part walls in Classroom 6;",Awarded,,107998,20250410 Ministry of Education - School Infrastructure,21562546,Request for Tenders,Closed Competition,"CW2019-061 Port Ahuriri Redevelopment Block A & E, Demo Block B",CW2019-061/MOE06196,20190910,20191011,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Port Ahuriri (the School) Redevelopment Block A & E. Demo Block B (the Contract Works). Port Ahuriri School is a year 1 to 6 primary school located in Napier which is decile 7. Through the Building Improvement Programme (BIP) two blocks B and E were identified as having weather tightness issues. Block E is clad in Carter Holt Harvey product and is part of the Class action claim in progress. The extent of the deterioration, the current condition issues and age of the building indicate that block B needs to be replaced. The area of the Block B building is to be incorporated into a refurbishment and extension of the existing Block A and the demolition of Block B is required to facilitate the work. i. The Contract Works comprise of: - Hall seismic refurbishment (allowing ILE learning on a temporary basis during redevelopment) - Refurbishment of the internal areas of Block A as well as an extension to the west. This will provide the replacement area due to the demolition of B Block. These will include six teaching spaces, Montessori classroom, a staffroom and Administration area. - Refurbishment of Block E - This involves shifting one of the classrooms to provide a more effective learning space - Construction of Block W new Toilet Block ( annexed to Block E) - Demolition of Block B Completing the construction works by the 01 June 2021",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21562636,Request for Tenders,Closed Competition,"RFT for Main Contractor for Enabling Works at Mt Aspiring College - Deconsructing, Relocating and Reconstructing a Building",,20190910,20191008,20210715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The scope of work relates to the provision for temporary buildings, and replacement of the existing boiler for Mount Aspiring College, Wanaka. This work is located on both Mount Aspiring College, and the adjacent QLDC Community Pool site which the MoE has a licence to occupy. This work is to meet the immediate roll-growth needs of the College, and allow for the replacement of the existing coal fired boiler. This scope will be split into two separable portions. The scope of work for building relocations involves the relocation and minor alteration to a six teaching space building currently located at the former Shirley Boys High School site in Christchurch. This block is formed from steel portal frames clad in Kingspan panels and trimmed with standard Portacom units. This block is to be relocated to Wanaka and reconfigured to suit the new site. New openings and cladding is proposed to the North face. New lighting, AV and fire alarms are proposed throughout. A new Portacom toilet block will be connected into the proposed new block. The main contractor will be responsible for overseeing this. Two Portacom units from the former Shirley Boys High School site will be positioned separately on the school campus and converted into changing rooms. The main contractor will be need to allow for the relocation of these. In addition to the relocation of the buildings from the former Shirley Boys High School site, the scope of work includes the relocation of the existing ISC Block from the Mount Aspiring College campus onto the adjacent QLDC Community Pool site. This building is a prefabricated relocatable classroom block on permanent foundations. Separable Portion 2 covers the upgrade of the existing coal-fired boiler to two woodchip-fired boilers. The scope of works covers the removal of existing boiler and associated equipment, and the install of two new boilers and associated header tanks and bins. Future alterations and extensions are proposed to the boiler house outside of the contract.",Not Awarded,The submitted price exceeded anticipated costs.,0,20250410 Ministry of Education - School Infrastructure,21563106,Request for Tenders,Open Competition,AMS ILE & Various 2019 Works for Tirau Primary School,5940,20190912,20191024,20200724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: o Internal remodelling of classrooms 1 & 2 o Remodelling a wet area to room 3 o Creating breakout space to A Block and exterior access to verandah covered existing deck. o Changing an exterior joinery unit in B Block room 5 to match rooms 4 & 6. o Blocks A, B, E & D, replacing switchboards, upgrade caballing and replace light fittings and carry out various works to maintain drink fountains and rooves",Awarded,ASAP Contracting,0,20250410 Ministry of Education - School Infrastructure,21563697,Request for Quotations,Open Competition,Whangarei Boys High School - Hardcourt Artificial Turf Project Main Contractor,MOE06470,20190912,20191007,20191030,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Whangarei Boys High School has an existing hardcourt that is approximately 85m x 37m, with imperfections, including minor ponding. The project requires a reputable artificial turf supplier to supply and install a new multi-sport court in the existing location",Awarded,,324145,20250410 Ministry of Education - School Infrastructure,21571066,Request for Tenders,Open Competition,Main Contractor for block E classroom remodel and A and E toilet remodel at Ascot Community School,1625-19-01,20190913,20191008,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All Attached documents are to be completed and project competition time is no later than 03/02/2020 Open up Rooms 2,3 and 9 with aluminium sliding doors to create flexible learning spaces with a shared breakout space. Replace floor coverings and joinery and install a new suspended ceiling complete with insulation and LED lighting. Install new acoustic wall fabric and sunscreen blinds. The toilet spaces are to be remodeled into unisex toilets. Replace all plumbing fittings and install hot water, new full height partition walls in between toilets, and replace wall and floor coverings. The male student toilet is to be remodeled into a teachers workroom. Reline walls and replace floor coverings. Replace light fittings and replace frosted glass with clear glass and also install data.",Not Awarded,This contract has been awarded to C Brown Builders Ltd,381863,20250410 Ministry of Education - School Infrastructure,21571732,Request for Tenders,Open Competition,Main Contractor for Block 3 Upgrade at Ferguson Intermediate School,,20190912,20191007,20191204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i.Sliding doors for visual transparency ii.Replace wall and floor coverings iii.Install new emergency lighting iv.Update fire system v.Replace window joinery",Awarded,,295992,20250410 Ministry of Education - School Infrastructure,21574931,Request for Proposals,Closed Competition,Lead Design Services for Roll Growth of 16 New Teaching Spaces and Refurbishment at Kaipara College,MOE03957,20190913,20191004,20200121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"v. Kaipara College is experiencing roll growth. There is a need for 16 new teaching spaces (TS) and refurbishment of 10 current teaching spaces. There are currently 38 teaching spaces. Consultants were engaged to evaluate the existing and potential requirements of the infrastructure, planning and Geotechnical areas. The outcome of this work is the Feasibility Report.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21575198,Request for Tenders,Open Competition,School Wide Exterior Painting at Papatoetoe Central School,,20190913,20191010,20191025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Papatoetoe Central School seek the services of a painter to paint the whole exterior of Papatoetoe Central School.,Awarded,The winning tender was appointed by the Schools BoT,116835,20250410 Ministry of Education - School Infrastructure,21576348,Request for Tenders,Open Competition,Construction Service for the ILE upgrade at Southern Health School,212902,20190912,20191008,20191021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is seeking Main Contractor to complete a refurbishment and ILE upgrade to Block 1 at the Southern Health School. The purpose of this procurement is to source a suitably qualified and experienced Main contractor to undertake and provide sufficient resource to complete the refurbishment of Block. It is anticipated that the project will start in Early November with a completion date in early February 2020. Works include the installation of new partition walls, creating new openings in load bearing walls and general refurbishment including painting, carpet and lighting throughout.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21582710,Request for Tenders,Open Competition,Taieri College - Art and Maths Block ILE Upgrades,,20190913,20191009,20191022,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Taieri College Board of Trustees are seeking the services of a suitably qualified main contractor to complete the ILE upgrades of the Art and Maths Buildings.,Awarded,"Following the evaluation of the submissions, this contract has been awarded to Stewart Construction.",0,20250410 Ministry of Education - School Infrastructure,21590282,Request for Tenders,Open Competition,"Main Building Contractor for Blocks 6, 6a & 8 Internal Refurbishment and Creation of ILE at Royal Oak Primary School",,20190916,20191011,20191210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Royal Oak Primary School seek a suitably qualified contractor to construct an internal refurbishment and creation of ILE in blocks 6, 6a and 8 at Royal Oak Primary School.",Awarded,The winning tender won due to providing the best price and capability,360115,20250410 Ministry of Education - School Infrastructure,21598002,Request for Tenders,Closed Competition,Orewa School Re-roof project,1407-02,20190916,20191008,20191129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project requires the replacement of roofing, spouting's downpipes and flashings to be in a .55g and a matching colour steel colour.",Awarded,,219452,20250410 Ministry of Education - School Infrastructure,21598500,Request for Tenders,Closed Competition,Albany School Re-roof,1202-3-4-5-6,20190917,20191009,20191106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nature of the Works: The project will require the replacement of some roofing, flashings, spoutings and downpipes for the numerous blocks. Also, the installation of soffit linings to the dormer window spaces in numerous blocks. Repairs and replacement to corrosion of the structure, if required,to a roof canopy between two blocks.",Awarded,,97142,20250410 Ministry of Education - School Infrastructure,21599667,Request for Tenders,Closed Competition,Main Contractor for Student Toilets & Roofing Work at Totara Park School,,20190916,20191010,20191213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The scope of work for this project is to replace roof coverings and sections of spouting to the administration block, one teach block (Kukuwai), two student toilet blocks along with three pop out roof window replacements located on blocks J and M. Further to this roofing work a complete internal refurbishment of two student toilet blocks will be undertaken. This will include gutting the existing facilities and providing new floor coverings, internal wall linings, ceiling linings, fittings and fixtures including toilet pans and wash hand basins and taps, providing warm water for hand washing, new toilet partitions, lighting, power, fire system and external windows and doors. A third student toilet block will be mothballed upon completion of this project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21600752,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks B & H -ILE Refurbishment at Pauatahanui School, Pauatahanui, Porirua",5160,20190917,20191015,20191115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project refurbishes Blocks B and H at Pauatahanui School as the redevelopment of the buildings towards innovative learning environments. The existing building is comprised mostly of original materials and finishes and layout which fails to meet the demands of flexible shared learning, they were originally prefabricated transportable buildings. The school currently has the ability to decant classes into the hall allowing work to be actioned during term time as a single stage. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Pauatahanui School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Refurbishment Survey will be added as a NTT",Awarded,"Awarded to Carrara Holdings Ltd, start date 12.12.19, anticipated finish date 31.03.20.",296533,20250410 Ministry of Education - School Infrastructure,21600814,Request for Proposals,Open Competition,Kaipara College Roll Growth of 16 New Teaching Spaces and Refurbishment of 10 Teaching Spaces Quantity Surveyor Services,MOE06467,20190916,20191009,20200207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Kaipara College is experiencing roll growth. There is a need for 16 new teaching spaces (TS) and refurbishment of 10 current teaching spaces. There are currently 38 teaching spaces. Consultants were engaged to evaluate the existing and potential requirements of the infrastructure, planning and Geotechnical areas. The outcome of this work is the Feasibility Report. A Quantity Surveyor is required for all stages of the project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21602339,Request for Tenders,Open Competition,Exterior Painting at Mt Albert Primary School,,20190917,20191014,20191118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Mt Albert Primary School seek the services of a painter to paint part of the Schools exterior at Mt Albert Primary School.,Awarded,The winning tender was appointed by the Schools Board of Trustees,115635,20250410 Ministry of Education - School Infrastructure,21602982,Request for Tenders,Open Competition,Main Contractor for Remedial Roofing Works at Rotorua Lakes High School,202718,20190918,20191015,20200213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Rotorua Lakes High School is a co-educational, state secondary school, for years 9 13, which was founded in November 1971. It is situated in the eastern suburban portion of Owhata, of Rotorua City The school is completing a remedial works project to C Block, to both remove the skylights and to re-roof these portions of roofing. There is also one section of roof requiring replacement due to the removal of a breather pipe. The School BOT wish to engage a suitable main contractor to undertake this project which includes infill of the skylights to match the existing interiors. Works are to be completed in the school holiday break between 7th December 2019 24th January 2020. The project is split into 3 separable portions. Sarking is not available as a standard profile, refer detail on Drawing 10 Asbestos is present on the exterior sheet cladding of the skylights There will also be other construction works occurring on-site in one area of C Block during January 2020. Some minor coordination between contractors is required.",Not Awarded,No submissions received via GETS due to technical difficulties,0,20250410 Ministry of Education - School Infrastructure,21609351,Request for Tenders,Open Competition,Glenview Primary School - K BLOCK ILE DEVELOPMENT,5969,20190919,20191014,20191212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," K Block currently three existing relocatable classrooms with internal bag bay and internal toilets. Remove all existing internal walls and create flexible learning spaces with common wet area and two breakout spaces. Install stacker doors to each space and to access existing covered deck Lifecycle replacement of wall and floor coverings and cabinetry. Replacement of Lighting with LED fittings.",Awarded,,561219,20250410 Ministry of Education - School Infrastructure,21610753,Request for Tenders,Open Competition,ROI: Cleaning Services At Aotea College,,20190917,20191018,20210602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Please refer to the attached RFT for a comprehensive guide to the scope of the services required.,Not Awarded,The award of this contract was handled offline by the school,0,20250410 Ministry of Education - School Infrastructure,21611164,Request for Tenders,Closed Competition,Main Building Contractor for Block 2 Classroom Upgrade at Methven School - Canterbury,214636,20190918,20191010,20191119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request For Tender (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractors for Block 2 Classroom Upgrade at Methven School - Canterbury The classrooms are generally in an original condition, with a worn and generally poor cosmetic condition. The school wish to complete ILE (Innovative Learning Environment) and DQLS (Designing Quality Learning Spaces Acoustics, Ventilation & Indoor Air Quality, Heating, Insulation and Lighting) upgrades. The intention is to complete the work over the Christmas school holiday period.",Awarded,The contract was awarded to Trademark Construction Ltd. and will start in December 2019. The term of the contract is 2 months.,235670,20250410 Ministry of Education - School Infrastructure,21617343,Request for Tenders,Closed Competition,"MainBuilding Contractor - Block 4 Classroom ILE / Interior Replacement : View Road School, Sth Auckland",21617343,20190926,20191024,20200222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,"Original materials are at the end of their lifespan and old, worn and not performing / operation efficiently. Interior replacements will consist of Carpet/Vinyl Flooring, Wall VertifaceComposition Display board, Cabinetry and Services ( Lighting, Power ). Wall Insulation wherepossible. Classrooms to have existing Exterior Window sections replaced with Bi-Folding Doors to enable indoor / outdoor flow learning. Reconfiguration of Window designs to suit Breakout Learning environment. Alterations will then meet MoE requirements for these rooms. Reconfigure interior areas to create Withdrawal Rooms & Services to suit increased Learning environment potential.",Not Awarded,"Awarded to Accent Construction Interiors Ltd 26 Nov. 2019 : $ 420,093.81",0,20250410 Ministry of Education - School Infrastructure,21619518,Request for Proposals,Closed Competition,Mt Maunganui New build and refurbishment Master Planning and Lead Design services,CW2019-013,20190918,20191009,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Mount Maunganui College is a Decile 6, year 9 to 13. Network have recommended a build roll of 1575 students and a master plan of 2000. The school has three blocks (B, C and F) that require a combination of remodelling, refurbishing and new build options to bring these up to DQLS standards. The Master Plan process will identify a preferred option for development. This will be costed by the QS, and this will be used as a basis for a refined Business Case that provides a greater surety of costs prior to seeking the appropriate DFA approval. The Preliminary Design, Detail Design and Construction Observation are therefore provisional until this approval is received. Tenderers need to be aware that there may be approximately a 3-5 month pause while the Ministry await a decision on the business case. Project roles are: Delivery Manager: Kevin Kingston Indicative Timeline Required Masterplanning Nov 2019 - Apr 2020 Concept/preliminary design Jul 2020 - Jan 2021 Developed design Feb 2021 - Apr 2021 Detailed design May 2021 - Aug 2021 Construction start Dec 2021 Construction completion Dec 2023",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21619667,Request for Tenders,Open Competition,Auckland Normal Intermediate Internal Classroom Refurbishment Work Main Contractor,MOE06482,20190918,20191014,20200304,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Auckland Normal Intermediate School experienced a serious fire on 23 January 2019 which has badly damaged the hall and 8 specialist teaching spaces for the science, technology and music classrooms. A major works project has been established to rebuild the affected buildings with an estimated completion for Term 1 2021 and a minor works project has been established to deliver 8 temporary teaching spaces until the new build is complete. In addition to the 8 temporary teaching spaces, internal teaching space refurbishment work is also required to convert existing teaching spaces into specialist teaching spaces that were damaged by the fire.",Awarded,,197800,20250410 Ministry of Education - School Infrastructure,21622665,Request for Proposals,Open Competition,Quantity Surveyor Services for the Manurewa South School & Rosehill Satellite Roll Growth Project,,20190918,20191011,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Manurewa South School is a contributing primary school catering for Year 1-6 students. The school is on a site of around 2.12Ha and is located in Manukau, Auckland. The scope of this project is to construct a new 10-classroom block on existing available space on the field area. This will provide 7 roll growth classrooms and three replacement LSU classrooms for Manurewa South School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21624237,Request for Tenders,Open Competition,"Broadlands School, Reporoa: Main Building Contractor for upgrading of existing internal areas in Block A",211524,20190923,20191025,20200106,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Conversion of an existing group of 5 rooms with various functions into a revised learning environment with 3 breakout rooms, one doubling as a multi-purpose space, revised resource centre and 3 unisex bathrooms (senior school students). i. Demolition, redevelopment, upgrading, roofing (skylight removal), heat pump re-location, decorating, plumbing. ii. Total floor area of works is approximately 150m2 with approx. 40m2 framing to be re-modelled. iii. 6 weeks school holiday access, balance of work to be completed under live teaching conditions, temporary student relocation is possible to assist during the project works. iv. Standard school site with good access for material delivery and storage adjacent to the works. v. The Contractor will be engaged through a Medium Works Contract. The Board have a strong preference for RFT responses with no Contract related tags. If tags are raised, they will be considered on a case by case basis by the Board as part of the RFT evaluation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21624501,Request for Proposals,Closed Competition,Design and Engineering Services to establish a Satellite School (the Services) at Panmure District School,MOE06449,20190918,20191014,20191115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21625656,Request for Tenders,Closed Competition,Request for Tenders for Taieri College Social Sciences Block S (TC G Block) Remedial Works Main Contractor,MOE06466,20190920,20191011,20191113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a Main Contractor to repair a range of defects, design and construction deficiencies at The Social Sciences building at Taieri College. The Building was constructed in approximately 2007 and there is clear evidence that excess condensation is forming within the roof voids, this is causing corrosion and mould that has a negative impact on the internal environment and durability of the building. Its repair is required to create a healthy learning space. An independent QS has carried out investigative testing in August 2015 that confirmed that there was not enough sufficient ventilation in roof voids and various other weather tightness defects in relation window penetrations and ground clearances. Please note that: - This is a Closed tender to selected Suppliers on the COnstruction Directory; and - The Draft Contract and the Pricing Schedule will be uploaded early next week",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21628628,Request for Tenders,Open Competition,"Main Building Contractor for Classroom Upgrade Works at Selwyn Primary, Rotorua",,20190920,20191018,20210329,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This project involves the upgrade/retrofit of 6 teaching spaces in 4 Blocks. In general terms the school will decommission boys and girls toilet areas in blocks A and retrofit the spaces as breakout accessible from the classrooms, and remove solid wall divider between classrooms to open up the teaching areas. Block B&E and C&D will have toilet area refurbished and a shared breakout and wet area to serve two classrooms created in the existing foyer/vestibule area; Block H will have toilet area removed, shared breakout and wet area created and improved connectivity between rooms",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21628776,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Sports Area at Puhinui School",,20190920,20191017,20191025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Puhinui School seek the services of a contractor to design, build and install an outdoor sports structure at Puhinui School",Awarded,The winning tender won due to providing the best price for the School and having the best proposed solution as well as meeting all the Schools requirements,249877,20250410 Ministry of Education - School Infrastructure,21632519,Request for Proposals,Open Competition,Lead Design Services for the Manurewa South School and Rosehill Satellite Roll Growth Project,,20190920,20191015,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Manurewa South School is a contributing primary school catering for Year 1-6 students. The school is on a site of around 2.12Ha and is located in Manukau, Auckland. The scope of this project is to construct a new 10-classroom block on existing available space on the field area. This will provide 7 roll growth classrooms and three replacement LSU classrooms for Manurewa South School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21634501,Request for Tenders,Closed Competition,"Main Contractor for Roofing Replacement Work to Blocks 1, 4 & 5 at Te Kura Kaupapa Maori o Wairarapa",,20190924,20191028,20200226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Re-roofing & re-pitching roofs to Blocks 1, 4 & 5 to comply with MOE requirements. Project involves the reroofing of low pitched metal roofs which includes window removal, new timber framing and coloursteel roofing.",Not Awarded,"Contract awarded to MB Brown Ltd, Masterton",0,20250410 Ministry of Education - School Infrastructure,21634996,Request for Tenders,Open Competition,Hiwinui School - Block 1 & 3 Outdoor Learning Environment,,20190923,20191018,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hiwinui School Board of Trustees invited interested Building Contractors to tender for this project to construct a new outdoor Learning Environment.,Not Awarded,This contract has been awarded to Kynoch Construction Ltd and all unsuccessful tenders have been notifed by letter.,0,20250410 Ministry of Education - School Infrastructure,21635368,Request for Tenders,Open Competition,"Design and Installation of a Type 4 Fire Alarm at Raurimu Avenue School, Whangarei",G849,20190930,20191029,20191220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education has a policy of installing Type 4 Fire Alarms in schools when possible. The required Fire report also includes the requirement to install emergency lighting in some areas. This Project is for the design and installation of a site wide Type 4 fire alarm, the ability for a change of class bell and a Lockdown alarm. It also includes and the installation of Emergency Lighting in some areas around the school. The intention is for the bulk of the work to be carried out in the 2019/20 school holidays.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,00 - $250,000",100000,20250410 Ministry of Education - School Infrastructure,21635385,Request for Tenders,Open Competition,Main Building Contractor for Upgrade and Modifications to 6 Classrooms at Hinuera School,,20190923,20191018,20191204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school seeks to upgrade and modernise Rooms 1-4 (Block B) and Rooms 7,8 (Block A). For Block A this involves the creation of a shared work area, relocation of the existing wet area and creation of a new external covered deck. For Block B, this includes replacement door joinery, upgrade of shared wet areas, removal of a dividing wall between Rms 1,2, and creation of withdrawal space in Rm 1. An upgrade of the student toilet suites in Blocks A&B is also included The majority of the works are to be completed over the Dec January school holiday period. As two blocks of classrooms are involved, the work may need to be staged so one block (suggest Block B) is completed in time for the start of the school year, on or about 28 January 2020, with Block A to follow. Students from Block A can be decamped to temporary space on site while the works occur. The works programme to be agreed with the school",Awarded,,301184,20250410 Ministry of Education - School Infrastructure,21639248,Request for Tenders,Open Competition,Main Contractor for Dental Block Conversion at Duntroon School,3732.19.05,20190920,20191016,20191031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To re-develop the old Dental Clinic, replace lighting with LED, new carpets/vinyl, new joinery units with sink, replace windows. Remove non-load bearing partition to create one large space suitable to meet the schools needs.",Awarded,The contract has been awarded to Banks Building Services Ltd,129860,20250410 Ministry of Education - School Infrastructure,21642610,Request for Tenders,Closed Competition,Main Contractor for Ashgrove School 5YA Redevelopment RFT,214370,20190925,20191015,20191204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"We are seeking a respondent to provide main contractor services for the site wide redevelopment at Ashgrove School as part of the 10 Year Property Plan. This 5YA Redevelopment of blocks 1, 2, 3, 8, 11/12 and 13/14 includes, but is not limited to: Replacement of heat pumps, wall coverings and floor coverings, ceiling linings Refurbishment of bathrooms New joinery and mobile shelving unit to block 11/12 ILE/DQLS upgrades Replacement of rotten joinery Alterations to walls and partitions New lighting New insulation (budget permitting Staged work programmed to fit in with the schools term dates and their requirements for space during term time (refer to programme",Awarded,"The contract was awarded to RPC Construction and will start on 4th December 2019. The term of this contract is 0.5 years",497984,20250410 Ministry of Education - School Infrastructure,21643336,Request for Tenders,Open Competition,Main Building Contractors for AMS & Various works for ILE Development at Waitetuna School,5964,20190924,20191017,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The extent of the contract works are as follows: - Teaching spaces at end of life cycle and creation of breakout spaces. - Electrical, Plumbing & Drainage works required as per trade reports.",Awarded,Contract awarded,0,20250410 Ministry of Education - School Infrastructure,21643632,Request for Tenders,Open Competition,"Main Contractor for Block 1: refurbishment of classrooms 1-3 and toilet, and roofing works at Te Kura o Te Kao",,20190923,20191018,20191128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura o Te Kao is a small rural school situated 40 minutes north of Kaitaia. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block 1: refurbishment of classrooms 1-3 and toilet, and roofing works at Te Kura o Te Kao",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21644681,Request for Tenders,Open Competition,"Main Contractor for Rationalisation of Multiple Buildings at Te Kura o Te Kao, Northland",,20190924,20191018,20191205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura o Te Kao is a small rural school situated 40 minutes north of Kaitaia, Northland. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Rationalisation of multiple buildings at Te Kura o Te Kao",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21650415,Request for Tenders,Closed Competition,"Request for Tenders for CW2019-066D Porirua Area Redevelopment Projects - Main Contract Works Rangikura School, Glenview School and Linden School",,20190923,20191015,20191213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to via a direct negotiation to Holmes Wellington Limited, to submit a Tender for CW2019-066D Porirua Area Redevelopment Projects - Main Contract Works Rangikura School, Glenview School and Linden School (the Contract Works). This RFT is requesting pricing for Rangikura School only, with the right to negotiate Glenview School and Linden School once designs are complete, with the appointed contractor of Rangikura School. The Contract Works required at Rangikura School are: i. General construction services for a weather tightness remediation project at Rangikura School. ii. The works involves an internal refurbishment of the schools T Block (wing extension) as well as external remediation. iii. Work includes the remediation and or replacement of various weather-tightness related issues including: - Asbestos removal - Partial floor rebuild - Internal refurbishment - Upgrades to ILE spec teaching space - Also includes remediation to exterior walls iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project See attached supporting tender documents for further information. The draft contract and pricing schedule will be released via an NTT. The site visit date is to be confirmed. Please liaise with the procurement officer via the GETS Q&A function to arrange a site visit that suits both parties.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21650443,Request for Proposals,Closed Competition,"RFP for Quantity Surveyor Services for the Redevelopments of Burnside High School, Ilam School and Te Ara Maurea Roydvale School",,20190923,20191014,20200214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Principal is seeking a suitably qualified and experienced Cost Manager to provide cost management and quantity surveying services for a major site redevelopment at Burnside High School, and redevelopments at Ilam School and Te Ara Maurea Roydvale School (the Services). It is the intention of the Ministry that the services for all three schools be awarded to one supplier. If the Ministry, in its sole discretion, deems that any or all respondents have insufficient capacity or capability to deliver the required services across all three projects, the Ministry reserves the right to award each project individually. For Burnside High School, the Ministry requires Quantity Surveyor services from Preliminary Design stage onwards. For Ilam School and Te Ara Maurea Roydvale, the Ministry requires Quantity Surveyor services from Master Planning onwards. The Supplier shall provide all the necessary support services required to complete the Services required and must work collaboratively with the Ministry, Project Managers, Design Teams and other consultants/contractors to ensure the projects are completed according to the specified requirements, on time, and within budget. Project Managers will be engaged by the Ministry at the completion of Master Planning. The Quantity Surveyor is to report to the Delivery Manager and project team as required.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,21650843,Request for Tenders,Closed Competition,"Request for Tenders for CW2019-066C Wellington Central North Area Redevelopment Projects - Main Contract Works Onslow College, Wadestown Primary School and 1x additional school",,20190923,20191015,20191203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to via a direct negotiation to Maycroft Construction to submit a Tender for CW2019-066C Wellington Central North Area Redevelopment Projects - Main Contract Works Onslow College, Wadestown Primary School and 1x additional school (the Contract Works). This RFT is requesting pricing for Onslow College Stage 1 only, with the right to negotiate Onslow College stage 2, Wadestown Primary School and 1x additional school once designs are complete, with the appointed contractor of Onslow College stage 1. The Contract Works required at Onslow College are: - Emergency weather tightness repair and remediation works to Blocks A&F. - Targeted remediation and or replacement of various weather-tightness related issues including: - Cladding - Framing timbers - Roofing (repitch) - Flashings There are some time constraints - these have been detailed in the attached tender document. See attached supporting tender documents for further information. The draft contract and pricing schedule will be released via an NTT. The site visit date is to be confirmed. Please liaise with the procurement officer via the GETS Q&A function to arrange a site visit that suits both parties.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21651160,Request for Tenders,Closed Competition,"Request for Tenders for CW2019-066A Lower Hutt Area Redevelopment Projects - Main Contract Works Boulcott School, Hutt Valley High School and Taita College",,20190923,20191025,20200203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to via a direct negotiation to Choice Commercial Interiors limited, to submit a Tender for CW2019-066A Lower Hutt Area Redevelopment Projects - Main Contract Works Boulcott School, Hutt Valley High School and Taita College This RFT is requesting pricing for Boulcott School only, with the right to negotiate Hutt Valley High School and Taita College once designs are complete, with the appointed contractor of Boulcott School. The Contract Works required at Rangikura School are: i. General construction services for a weather tightness remediation project at Boulcott School. ii. Work includes the remediation and or replacement of various weather-tightness related issues including: - Cladding - Framing timbers - Roofing - Flashings iii. The main works will include but not limited to internal repair work. iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project See attached supporting tender documents for further information. The draft contract and pricing schedule will be released via an NTT. The site visit date is to be confirmed. Please liaise with the procurement officer via the GETS Q&A function to arrange a site visit that suits both parties.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21652193,Request for Tenders,Open Competition,Main Contractor for the Fire and Security Upgrade at Mangere East Primary School,,20190924,20191018,20200529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Mangere East Primary School are seeking a main contractor for their fire and security upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21654087,Request for Tenders,Open Competition,"Main Contractor for Court Upgrade Oromahoe School, Northland",,20190925,20191025,20191210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Oromahoe is a small, rural junior school 15 minutes south of Kerikeri, Northland. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Court Upgrade Project to include court surface installation and fencing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21657206,Request for Tenders,Open Competition,Main Contractor for Sports Toilet Upgrade at Tangaroa College,,20190927,20191029,20200323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Board of Trustees of Tangaroa College (the Buyer) is seeking a Main Building Contractor for Toilet Upgrade for Block B (Sportsfield Toilets Boys & Girls). The main contractor will be responsible for upgrading the toilet facilities for block B (Sportsfield Toilets Boys & Girls) based on the design done by the Architect.",Awarded,,131477,20250410 Ministry of Education - School Infrastructure,21657996,Request for Tenders,Open Competition,Main Contractor for Blks A & C Roofing & Cladding and Blk A ILE at Matawai School,1856,20190926,20191107,20211124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: i. Block A needs its roofing and south-facing glazing replaced in order to meet MoE DQLS guidelines for heating and ventilation. This will involve: ii. Replacing all windows on the south side of the building with thermally broken aluminium double glazed units. iii. Replacing the lean-to roof over the admin and rear of the classrooms with new trapezoidal profile 0.55 gauge coloursteel and Covertek 407 building paper on safety mesh. Supply and install the appropriate flashings. The flashings will be made from .55mm coloursteel sheeting, in the colour to match the roofing. Place the new roofing on cavibats to ensure adequate ventilation between the insulation and building paper. Remove all skylights and make good the ceilings. Install new Marley Magnum spouting and extra downpipes connected to the nearby underground stormwater pipes. Install skillion batt insulation to the roof space. Ensure R value is as high as possible and that at least a 25mm air gap is maintained between the insulation and building paper. iv. Supply the appropriate scaffolding to meet the requirements of this roof. v. Block C requires similar roofing and insulation works to the MoE-owned section of the building. Page 8 of 23 vi. Block A requires an ILE upgrade which should be carried out at the same time as the Blocks A & C roofing works to generate economies of scale. The works include: vii. Opening up between two classrooms viii. Relocating the hallway to back of block and creating breakout rooms off the classrooms where the hallway is currently. ix. Creating ""wardrobe"" storage, to east and west walls of the classroom area. x. Forming teacher resource and work room at eastern end of the block, which will enable the breakout spaces to be created. xi. Replacing window joinery to decks and installing double doors onto the deck xii. Insulating under the floor of the classrooms xiii. Providing drop down screens to the deck and outdoor heaters to create outdoor learning spaces off the classrooms xiv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. i. See Tender Documents for further information. b. Timeframes are: i. Indicative Start date: 22/11/19 ii. Indicative Due Date for Completion: 28/02/19",Awarded,Awarded on reduced scope with reinstated scope items to be instructed by variation.,255474,20250410 Ministry of Education - School Infrastructure,21658391,Request for Tenders,Open Competition,RFT for Main Contractor for Classroom & Toilet Refubishments at Murrays Bay School,,20190926,20191025,20191206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"i. Block 3 (a) Replace floor coverings in classrooms, resource room and learning spaces (b) Remove redundant radiators, pipes and old black boards from classrooms and make good. (c) Install new Autex Composition board in classrooms, resource room and learning spaces (d) Window tinting (e) New sliding aluminium doors installed to Learning Space 2 (f) Staff toilet refurbishment including replacement vinyl, toilet, basin, soap dispenser, toilet roll holder etc and LED lights ii. Block 9 (a) Replace floor coverings in ground floor classrooms (Rms 16,17,18). Existing vinyl to remain in wet areas (b) Install new T&R C Max suspended ceiling system (c) Install new Autex Composition Board in ground floor classrooms (Rms 16,17,18), bag bays and resource rooms (d) New sliding Aluminium doors to be installed in bag bays (e) Disconnect and remove redundant heaters and make good",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21661307,Request for Tenders,Closed Competition,"Main Building Contractor for ILE Upgrade Works to Block 7 at Prospect School, Glen Eden, Auckland",,20190926,20191017,20200129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for ILE Upgrade Works to Block 7 at Prospect School, Glen Eden, Auckland. An Asbestos survey identifying the likelihood of asbestos present in the contract areas has been provided and contractors should demonstrate that they have relevant experience in the safe removal, handling and disposal of asbestos. BLOCK 7- CLASSROOMS 11,12+13 For these 1975 relocatable classrooms, we propose to remove the internal end walls of Classrooms 11 + 12 where they adjoin the toilets, cloak bay foyer areas and create a shared breakout space along with a small group learning space. Toilet facilities will still be retained at the end of Classrooms 11+13. It is proposed that work will also include upgrading of the classrooms to meet DQLS standards for acoustics, ventilation, insulation, flooring, pinboard, lighting etc. It is proposed to carry out associated Fire Alarm and Security System works at the same time, with the emphasis on enabling the Block to accept a Type 4 system upgrade which will be completed in the future when various areas of the School are modernised.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21661594,Request for Tenders,Open Competition,Takaka School Driveway & Car Park Improvements,,20190927,20191023,20200720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Takaka Primary School located at 9 Wadsworth Street Takaka, have identified concerns over the safety of their current car parking arrangements in terms of how it is used and how it functions. The subbase is dilapidated with the current surface strewn with pot holes. The proposed work will address both the safety concerns and remediate both the sub base and surface condition.",Awarded,This contract has been evaluated in accordance with the RFT. The successful tenderer is Sollys Freight 1978 Ltd,0,20250410 Ministry of Education - School Infrastructure,21665402,Request for Tenders,Closed Competition,RFT for Main Contractor for Roofing & Essential Works for Pakaraka School,,20190927,20191031,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"RFT for Roofing and Cladding Project at Pakaraka School including a partial re-build, site wide re-pitch/re-roof, civil works, ramps, landings, steps.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21665732,Request for Tenders,Open Competition,Main Contractor for Te Tipua Primary School Block A&E Cladding & window replacement and raise Library floor,4027-19-01,20190927,20191023,20200224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"Remove asbestos exterior wall cladding from Block E and old wooden windows. There is also a small amount of asbestos to be removed from above Room 11, Block A. Install insulation in the wall cavity and new building paper. Reline exterior walls with low maintenance aluminium weatherboard cladding on cavity battens and install new double glazed aluminium windows to suit. Replace interior wall fabric and make good paintwork around new windows. The hand rail to the accessible ramp is wooden and does not comply with the building act requirements. Replace handrail with compliant metal handrail. Library, Room 11 Block A: Raise the existing concrete floor level to above ground by adding reinforced concrete and lay new carpet. Please note that the School Holidays are from 30 September to 11th of October and site visits are from 14th of October.",Awarded,"Tender responses have been assessed and scored in accordance with the Request for Tender. A preferred tenderer has been selected.",217299,20250410 Ministry of Education - School Infrastructure,21666541,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 2, 14, M1, M4 - Replace Roofing Iron - Spouting at Raumati Beach School, Kapiti Coast",4992,20190930,20191029,20191107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Raumati Beach Schools existing metal roofing and spouting on Blocks 2, 14, M1, M4 at Raumati Beach School has been inspected as part of a recent condition assessment. In a number of areas the roofing is under pitched and has reached the end of its economic life. This procurement looks for a professional Main Building Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Raumati Beach School Board of Trustees producing full construction documentation.",Not Awarded,"No responses received, will Direct Source via Closed RFT.",0,20250410 Ministry of Education - School Infrastructure,21667057,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Replace Sections of Roof-Spouting at Pukeatua Primary School, Wainuiomata, Lower Hutt",5201,20190930,20191029,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on the GETS website.,"Pukeatua Primary has experienced continuous water leaks on the south side of the classrooms, cloak rooms and toilets in Block A. The existing pitch is insufficient with the metal roof and spouting requiring replacement due to advanced stages of corrosion. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Pukeatua Primary School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21667478,Request for Tenders,Closed Competition,RFT for Main Contractor for Redevelopment Works at Queenspark Primary School,,20191011,20191112,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a main contractor to undertake relocation of classrooms, general refurbishment, demolition of existing library, construction of new classroom block and associated site groundworks at Queenspark Primary School. Construction of a new classroom block; the groundworks (gravel raft) for the new classroom block was completed under a project which is now finished. The new modern classroom block is to be located in the middle of the site as shown in the detailed plans. The new 815m2 (approximate) classroom block indicatively contains four shared learning spaces, a shared project space and wet area, four quiet rooms, four breakout spaces, a storage room and toilets, water tank and mechanical plant. Proposed new teaching spaces replace existing relocatable classroom buildings which are beyond their useful life and can either be removed or demolished. Demolition of the existing library and construct a new library. The contract also involves the demolition of the existing library, owing to earthquake damage, to make way for a new 190m2 library building which will be located centrally within the school site. Preference for demolition works to be undertaken during School Holidays. Installation of acoustic ceiling tiles to existing building. Construct new caretakers shed. A new 72m2 caretakers garage will also be built on the western side of the Pinaster Place car park. Two existing trees will need to be removed to enable. Administration and hall building repairs. Demolition of old hall. Preference for demolition works to be undertaken during School Holidays. Removal of blocks 4, 10 and 12. Make good block 19. Preference for removal works to be undertaken during School Holidays. Associated siteworks.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,21667556,Request for Tenders,Open Competition,Ngaruawahia High School Site Enabling Works,CW2019-088,20190927,20191023,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,"Ngaruawahia High School is located at 56 Kent Street, Ngaruawahia. It is a year 9 to 15 Secondary school with a July 2019 roll of 279 students. The School is undergoing a significant development project which requires the following enabling works over the 2019/2020 christmas holidays: i. Asbestos removal from Tech and Admin Blocks, including soil remediation ii. Full demolition of Tech Block for construction of new 10 TS Block iii. Relocation of Food Tech Building iv. Construction and fit out of Caretakers shed as a temporary hard tech space v. Relocation and hookup of tech building equipment Preferred Contract Works start 2 Dec 2019 Site Takeover by Contractor 6 Dec 2019 Required Asbestos Site Clearance 17 Jan 2020 Required Contract Works completion 24 Jan 2020",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21669410,Request for Proposals,Closed Competition,Design and Build Services at Manurewa Central School,,20190926,20191025,20200526,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Manurewa Central School located at 4 Hill Road in Manurewa, Auckland. The School has 14 blocks totalling 3,142m? ranging in build date from 1930 to 1975 on a total site area of 2.52 hectares. The scope of this project is to replace 19 relocatable teaching spaces with 18 permanent teaching spaces in 6 buildings. Design has been progressed to Preliminary Stage. Site infrastructure works will include storm water and sewer line replacement, and connection of existing remaining buildings to new lines. There is ground contamination and asbestos present on the site.",Awarded,,11044405,20250410 Ministry of Education - School Infrastructure,21671871,Request for Proposals,Open Competition,Lead Design Services for Roll Growth & Redevelopment at Windy Ridge School,,20190927,20191025,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to take place through the GETS website,"Windy Ridge Primary School is located at 54 Seaview Road in Glenfield, Auckland. The School is a decile 7 contributing primary with a roll of approximately 294 students as at July 2018. To preserve space on the limited site, a new 2 storey 12 classroom block will be constructed over the existing building footprint of the two teaching blocks (Blocks 3 & 12) which are in the worst condition and which will be demolished as part of this project. The limited site area necessitates the staging of works into three portions: repositioning of existing, and provision of new, temporary teaching spaces to accommodate students, demolition of the existing blocks, and construction of the new teaching spaces. This project will increase the Schools capacity to meet its masterplan roll of 389, while valuable outdoor space will be made available by removing the temporary relocatable buildings from the playing fields.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21671911,Request for Tenders,Closed Competition,RFT for Victoria Avenue School - Admin Building Remediation Main Building Contractor,MOE06500,20190927,20191023,20200121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Victoria Avenue Primary School primarily consists of a single large building that started off as a 6 classroom block (probably from the 1960s) that has been extended and altered multiple times over the last few decades. One of these alterations was carried out in 1996 and comprised rebuilding a small two room administration area with a small mezzanine floor over to incorporate more offices; a meeting room an enlarged mezzanine staff room and a more imposing entry with a barrel vaulted portico.The area of remediation works is limited to the alterations that were constructed in 1996; together with the adjacent girls toilets which have been affected by water ingress as a direct result of these alterations,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21679906,Request for Tenders,Closed Competition,"RFT for Main Contractors for Special Needs Block Alterations at Otumoetai College, Tauranga",4875,20191001,20191022,20210902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be through the GETS website,Extensions to existing block to create new teaching space and new accessible toilet.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21681070,Request for Tenders,Open Competition,Main Contractor for the Swimming Pool: Lifecycle Replacement of tiles and reline pool at Southern Cross Campus,,20191001,20191024,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Southern Cross Campus Board of Trustees are seeking a Main Contractor for the Swimming Pool: Lifecycle Replacement of tiles and reline pool project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21682467,Request for Proposals,Open Competition,Greenpark School Lead Consultant RFP,,20190930,20191023,20191114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,The Principal is seeking Lead Design Services for new six classroom block build at Greenpark School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21683100,Request for Tenders,Open Competition,Main Building Contractor for Havelock North Primary School Block K and F Toilet Block upgrade,209979,20191002,20191108,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All queries and submissions to be made through GETS.,"The school currently only has one toilet block. Its location is some distance to the junior block and also the recently constructed 4 senior classrooms. To improve accessibility the board wishes to carry out a toilet upgrade and construct new toilets in the old dental clinic (Block F) and Junior Block (junior Block K). These new toilets would be closer to both the senior and junior classrooms. We are seeking to engage a contractor to construct and upgrade K and F toilet block. The site is a level site, with access from Campbell Street, Havelock North. The work required comprises the following: - Construction of new toilets for Block K (Junior Block) to include: - Creation of a new toilet block extension to Block K under the existing roofing area; - Construction of a toilet block with 2 new toilets to include: wall framing, new floor, exterior wall cladding, wall and floor linings, ceilings, lighting and fixtures and fittings; - Construction of new toilets for Block F (old dental clinic) to include: - Upgrade of existing toilet and Installation of 2 additional toilets within the existing block, to provide 3 toilets in total in this building.",Awarded,,126987,20250410 Ministry of Education - School Infrastructure,21694170,Request for Tenders,Open Competition,"Main Contractor for Plumbing, Drainage, Heating, Electrical, & Water Supply Remediation at TKKM o Tokomaru",215555,20191009,20191105,20200310,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be unloaded on GETS,"Remediation of Plumbing and Drainage systems Heating and Electrical Upgrade Water Supply Upgrade",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21701773,Request for Tenders,Open Competition,Main Building Contractor for Craig Centre Alterations at Freyberg High School,,20191002,20191025,20210324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Freyberg High School are seeking a Main Building Contractor to undertake alterations of their Learning Support Unit (Craig Centre).,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21702621,Request for Tenders,Open Competition,Main Contractor for the Interior Refurbishment of Classrooms and Upgrade of Toilet Blocks at Ruapotaka School (the School),,20191003,20191029,20191127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees is looking for main contractor to undertake the following works at Ruapotaka School: life cycle replacement of old wall composition boards to acoustic panels, old carpets to new carpet tiles and old vinyl to new in classrooms; toilet block upgrade to include visual transparency to the common area; electrical upgrade; fire system upgrade; and the option to do a life cycle replacement of cabinetry and floor covering in the staff room kitchen. Requirements for phasing and staged handover of the project are as follows: o Phase 1: works to Rooms 1, 4, 5, 6 and 7; girls and boys toilet block across Room 4; these must be completed, and CPU obtained prior to progressing to Phase 2 o Phase 2: works to Rooms 2, 3, Library, DP, girls and boys toilet block across Room 2, staff kitchen; obtain CCC for the project",Awarded,Conformed to the requirements of the contract. Competitive price.,0,20250410 Ministry of Education - School Infrastructure,21702765,Request for Proposals,Open Competition,Mayfield School: Site Redevelopment Project - Request for Proposal for Lead Designer Services,211700,20191003,20191029,20191220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The objective of this procurement is to source interested Lead Designers for the Site Redevelopment Project at Mayfield School (Blenheim).,Awarded,Awarded to Hawkins Architecture,224510,20250410 Ministry of Education - School Infrastructure,21704464,Request for Tenders,Open Competition,A Block - Classroom ILE Upgrade/AMS at Rhode Street School,5965,20191003,20191029,20200116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"Existing spaces are currently requiring remodel: Upgrade of teaching spaces to reflect ILE requirements and updating toilets 2 classroom areas and adjoining foyer/bathrooms",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21706337,Request for Tenders,Closed Competition,CW2019-060 Gisborne Girls High School Block ZD Refurbishment,CW2019-060/MOE06298,20191003,20191030,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education is an invitation to Directory Suppliers shortlisted from the Construction Directory to submit a Tender for Gisborne Girls High School - Block ZD Refurbishment Main Building Contractor. The Contract Works comprise of: Installation of a new roof structure including the removal of existing defective roofing and associated structures, exterior walkways and membrane roofing. In conjunction with the new roof development a seismic upgrade of the existing concrete structure with structural steel portal frames will be undertaken ii. Block ZD is approximately 2059m? across two levels. iii. Requirements for phasing and/or staged handover of the Project. iv. Contractor to completely fence perimeter of Block ZD. Exclusive access for contractor to this site for the duration of the project. v. No heavy construction work shall be undertaken after working hours Project roles are: (a) Project Manager: Greenstone Group (b) Engineer to the Contract: TBC (c) Quantity Surveyor: Maltbys (d) Lead Designer: MOAA Intended contract award: Dec 2019 Indicative contract start: 06 Jan 2020",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21707057,Request for Tenders,Open Competition,Main Contractor for Ceiling and LED Upgrade at Panama Road School,,20191004,20191101,20191106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Panama Road School Board of Trustees are seeking a Main Contractor for the Ceiling and LED Upgrade works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21707972,Request for Tenders,Closed Competition,Main Contractors for Block 2 Classroom Upgrade at Fairlie School,214776,20191004,20191025,20200224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request For Tender (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractors for Block 2 Classroom Upgrade at Fairlie School South Canterbury The classrooms are generally in an original condition, with a worn and generally poor cosmetic condition. The school wish to complete ILE (Innovative Learning Environment) and DQLS (Designing Quality Learning Spaces Acoustics, Ventilation & Indoor Air Quality, Insulation and Lighting) upgrades to the entire block. The works are generally to include internal upgrade, minor alterations and replacement of internal and external sliding door and window units to classroom spaces. The intention is to complete the work over the Christmas school holiday period.",Awarded,The successful tenderer was Colin Shore Building Ltd. The contract will start during Term 1 2020.,0,20250410 Ministry of Education - School Infrastructure,21709110,Request for Tenders,Open Competition,"Main Contractor for the Design, Supply/Build and Install of Canopy Structure in Ruapotaka School Block 1",,20191004,20191030,20191216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Ruapotaka School is looking to engage a main contractor for the design, supply/build and install of a canopy structure in the north elevation of Block 1. Main contractor will also be responsible for lodging a Building Consent with Auckland Council and obtaining the Code Compliance Certificate. Onsite works are scheduled to start after the completion of the interior refurbishment of classrooms and the upgrade of toilet blocks, estimated March 2020. Taking into consideration timelines for the design, off-site manufacturing and lodging of building consent, the target date to award the contract is no later than the 1st of December 2019. As site works are anticipated during school term, the main contractor is responsible for setting up safety fences and providing a Site Specific Safety Plan, ensuring safety of students and staff and prevent unapproved after-hours access.",Awarded,conformed to requirements of the contract; good value,0,20250410 Ministry of Education - School Infrastructure,21714484,Request for Tenders,Open Competition,19-007 Laingholm Primary School 5YA Modernisation project,,20191009,20191106,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"The Contract Works required are: i. Demolition of the internal walls and reinstatement of new walls for the toilet area of Block 1 along with reconfiguration of the toilet and basin fittings. Addition of new outdoor shelter servicing the exit from the toilet block and construction of 2 new covered areas outside block 1 and 9 & 10. The interior of the toilet block servicing 9 & 10 will be reconfigured along with the 9 & 10 relocatables interior to be modernised. This modernisation includes demolition of interior walls to be replaced with a sliding door separating the spaces and new glass partitions installed in the withdraw spaces. ii. The works involve two separate areas of the school. iii. The interior work for blocks 1 will commence first along with the completion of the shelter outside the toilet block. The work on blocks 9 & 10 will commence after along with the construction of the shelter outside block 1. iv. The sites are located within the school property with blocks 9 & 10 built on the edge of the playing field. Block 1 is surrounded by building in the centre of the school and so disruptions at this block should occur over the holidays to minimise disturbance.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21719048,Request for Tenders,Open Competition,Main Contractor for the Site: Artificial Court Surface at Botany Downs Secondary School,,20191008,20191104,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Botany Downs Secondary School Board of Trustees are seeking a Main Contractor for the Site: Artificial Court Surface works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21721180,Request for Tenders,Closed Competition,RFT for Main Contractor for Outdoor Area & Essential Works at Paparore School,,20191009,20191031,20191206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Works include: Roof replacements throughout school Classroom internal refurbishments including floor coverings, suspended ceiings, LED lights and Autex Create an Outdoor Horticultural Teaching space including a canopy, concrete pad, bench top and plumbing",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21722219,Request for Tenders,Closed Competition,RFT for Main Contractor for Redevelopment Works at West Spreydon School,,20191003,20191104,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"West Spreydon School entered the CSR programme as part of Wave 5A and the master plan was completed in July 2018. The school will undergo significant redevelopment works including the construction of fourteen new teaching spaces and a redevelopment of the current Administration block. It is the first major project since its first establishment and is much anticipated by a passionate and involved community. The works sought is a Main Contractor for the West Spreydon Redevelopment. Refer to summary of works required below for further information. Project information (including drawings and specifications) is at Appendix 1. A summary of the Contract Works required are: i. Demolition: Demolition of two existing teaching blocks (Blocks 2 and 4). Demolition of the Library (Block 9) and boiler house. ii. New Build: Construction of Blocks A and B which will provide 14 new teaching spaces divided over the two blocks. Block A will comprise of 9 teaching spaces, Block B with 3 teaching spaces. iii. Refurbishment: Refurbishment and strengthening of Admin Block (Block 1) and address weather tightness issues. The existing staff toilets in Block 1 will be refurbished including USB facilities and an accessible ramp Convert the North-West wing into a library Scope clarifications: The main hardcourts are also likely to be collateral damage owing to the above and are to be replaced creating a new courtyard between the new teaching blocks and Administration building along with minor landscaping to the surrounds. Significant replacement of existing hardcourts, civil and services required throughout Out of scope works The school will be fully decanted from site to the former Spreydon School site providing complete access to the contractor. Any works in relation to the decanting is not the responsibility of the Main Contractor. There has been no works proposed to the Hall. The pool is owned by the Board of Trustees and therefore no works has been proposed. The grass amphitheatre and hangi pit shown on the Architectural plans is out of scope.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,21723774,Request for Tenders,Closed Competition,Main Building Contractor for the Block C property Modification at Rangiora High School,216420,20191009,20191030,20191113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Boards of Trustees at Rangiora High School (the Buyer) is seeking a Main Contractor to complete the property modifications to Block B. The Modification cludes the installation of a new deck/outdoor learning space with free standing veranda, creating two new openings, one in a load bearing concreate shear wall and the other on the northern elevation out onto the new objective of this procurement is to shortlist 6 Main Contractors (in conjunction with a team of sub-contractors) to cover all works associated with the schools 5YA projects, along with any BoT funded projects that arise during the course of the 5YA.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21724218,Request for Tenders,Closed Competition,"RFT For Main Contractor for ILE Works to Blocks D,I and F at Western Heights Primary School, Rotorua",4831,20191007,20191025,20201201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be through the GETS website,"Main Contract is being sought to carry out works to blocks D, I and F. Works include new carpets, lights, joinery fixtures, wet area, exterior door and covered deck to blocks D and F. New lights, demolition of internal wall and new covered exterior deck to block I.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21726553,Request for Tenders,Open Competition,Main contractor for the construction of a new classroom at Hira School,,20191008,20191101,20191121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project involves the construction of a new classroom at the end of the existing Block F building following the rationalisation of an old classroom at Block B. ii. Works are required to happen as soon as practicable or by term 1 2020 at the latest. iii. The site is flat land to the east of block F currently occupied by a sand pit, water tank and shed all of which will need to be relocated",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21726726,Request for Tenders,Closed Competition,CW2019-107 Stratford Primary School (the School) Block B Weathertightness & LSPM Main Contractor Works,,20191004,20191024,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) and is a direct negotiation Tender for Stratford Primary School (the School) Block B Weathertightness & LSPM Main Contractor Works Block B at Stratford Primary has been identified with weathertightness issues that need to be remediated. In addition, learning support property modifications are required in this block to meet the accessible needs of students and staff. Other blocks at the school have recently had similar remediation projects completed. The project is preferred to be completed during the school holidays. Project roles are: a) Project Manager: Gina Thompson OPUS b) Engineer to the Contract: Brendan Sterling OPUS c) Quantity Surveyor: Geoff Hayr Matlbys d) Lead Designer: Shani Nelson - DGSE e) Delivery Manager: Jeremy Hollis - MoE The Contract Works required are: i. Re-roof and remediation of Block B including: a) Re-pitch and reroof of Assistant Principal / Deans office. b) Minor re-pitch and reroof of lower roof section including the replacement of gutters and downpipes. c) Re-roof of upper roof section including replacement of gutters and downpipes. d) Minor works to make good any internal damage. ii. Minor learning support property modifications including: a) Modifications to existing bathroom b) Construction of accessible ramps Please see attachments for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21726943,Request for Tenders,Open Competition,Main Contractor for Internal Alterations at Ruawai College,G874,20191009,20191104,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: Block 2 (Science labs) Replacement of front louvre joinery windows, floor coverings, wall and ceiling linings of rooms 7, 8, 9, 10, and 11 Removal of redundant radiator heaters and associated pipe works in rooms 8, 9, 10, and 11 Replacement of old fluorescent lights with LED lights in rooms 7, 8, 10, and 11 Repairs to fume cupboard in room 7 Block 4 (Technical block) Refurbishment of bathroom",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,21728381,Request for Tenders,Closed Competition,Gleniti School Room 1-4 Refurbishment,,20191018,20191108,20191204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 4 is a 4 classroom block of a style originally constructed in the 1970's. In 2014 Gleniti commissioned a ILE refurbuishment of Block 3 (similar style to Block 4). This refurbishment has been hugely successful with plenty of positive feedback from teachers and students as to the benefits gained from creating a modern learning environment. This has now become the 'standard' that the School wishes to apply to the remaining classrooms, as funds and priorities permit. It is planned that Block 4 (Rooms 1-4) will receive a similar refurbishment which includes improved lighting, ventilation, heating, adapting wasteful 'cloakrooms' into breakout spaces, using glass partitions to help improve the learning environment and adding linings to improve acoustics.",Awarded,,304009,20250410 Ministry of Education - School Infrastructure,21728538,Request for Tenders,Open Competition,Oropi School Learning Support Fencing RFT,CW2019-105,20191004,20191030,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"A student enrolled at Oropi School has been identified to be at risk of running out of school grounds onto nearby roads posing a significant H&S risk. The intended outcome of the project is to address the H&S risk by procuring a main contractor to install new perimeter fencing as per OT report recommendations. The Contract Works required are to supply and install fencing to boundary. Project completion date: Preferred construction start 10 Dec 2019 Preferred construction completion 4 Feb 2020 Project roles are: Delivery Manager: Shane Welch (MOE) Quantity Surveyor: Kingston Partners Ltd Lead Designer: Eco-logical Architecture",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21728861,Request for Tenders,Open Competition,"(116) Te Aroha College - MAIN CONTRACTOR - B,D: Refurbishment, Alterations + Ext Learning spaces",,20191009,20191104,20200530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,1844008,20250410 Ministry of Education - School Infrastructure,21730276,Request for Proposals,Open Competition,Master Planning Services (with reserved rights) for New Roll Growth Classrooms at Silverdale School,,20191008,20191104,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Master Planning Services (with reserved rights for other Design Services) for New Roll Growth Classrooms of Silverdale School Contract opportunity. The Ministry will be asking for Master Planning, Concept Design and Preliminary Design information and pricing, with the potential to negotiate for other design stages in a traditional project delivery method is selected.",Awarded,"The contract was awarded to Synergine Group Limited and will start on 22 November 2019. The term of this contract is until the completion of the Master Plan, however further reserved rights within this procurement may be utilised.",0,20250410 Ministry of Education - School Infrastructure,21731049,Request for Tenders,Open Competition,RFT for Main Contractor for Lamb Block Internal Works and Roofing Project,,20191007,20191101,20191206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: Remove and replace existing roof and spouting over entire block. Exisiting cladding and wing walls to be removed and replaced Remove old joinery and replace with new aluminium joinery Create break out spaces in Rooms 1,2,3, teacher work room and existing office between Rooms 9 & 10 Re-furbish toilets including new pans, wall linings, partitions, floor covering and basins Replace old floor coverings Replace old light fittings with LED",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21733576,Request for Tenders,Open Competition,Aorangi School Rotorua Alterations to Reception,217141,20191022,20191118,20200424,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The reception area has been the subject of recent break in's and the main office is very open to the public. Alterations are now required to increase both the functionality and security of the space.,Awarded,,76159,20250410 Ministry of Education - School Infrastructure,21733854,Request for Tenders,Open Competition,Freyberg Community School Fire Alarm Alterations,,20191009,20191107,20191215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Freyberg Community School in Auckland are seeking a contractor to carry out the Fire Alarm Alterations at the School,Awarded,,100000,20250410 Ministry of Education - School Infrastructure,21734407,Request for Proposals,Open Competition,CW2019-095 Bay of Plenty Lead Design Learning Support Modifications Bundle,CW2019-095 /,20191007,20191101,20200124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21736133,Request for Tenders,Closed Competition,Whakatane High School Astroturf Court Contractor,WKT05,20191009,20191029,20191223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is stage II of the RoI/ RFT two stage tender process. You will have received access to tender documentation as you have successful getting through the RoI stage of the process.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21738008,Request for Proposals,Closed Competition,Lead Design Services for 5YA Projects at Central Southland College,,20191010,20191031,20200629,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Central Southland College Board of Trustees are seeking Proposals for Lead Design Services on upcoming 5YA projects at the school. Proposed projects include a seismic upgrade to the Gymnasium (including an expansion of the gymnasium footprint); site essential infrastructure work to Blocks A, B, C, D; and site entry/access improvements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21738417,Request for Tenders,Open Competition,Main Contractor for the Construction of a New Canopy Roof and Concrete Paving at Glenfield College,,20191024,20191121,20200323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project which is part of this procurement is Stage 2 of the works scheduled for the procurement, involving the construction of a new canopy and new drop-off area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21741085,Request for Tenders,Closed Competition,CW2019-101 Waitara East School 3 teaching spaces Main Contractor RFT,CW2019-101/MOE06517,20191008,20191104,20191205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS question and answer function,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21742251,Request for Tenders,Open Competition,"Main Building Contractor for Access, Carpentry, Classroom Refurbishment, Plumbing & Roofing at Glenbervie School",G870,20191009,20191104,20191121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS question and answer function,"Glenbervie School Board Of Trustees are seeking a main building contractor to complete Accelerated Modernisation works combined with essential infrastructure works including window / door replacements, roofing and plumbing works to Blocks 2, 3, 5, 6, 8, 16,17,& 20 Projects works are part of the Ministry Of Educations Accelerated Modernisation Scheme and the Schools 5YA Programme The project will be delivered in two stages with phase 1 commencing in the December / January 2019/20 School Holidays. Phase two is planned to commence in the Term 1 holidays 2020.",Awarded,The contract was awarded to Ezra Bell and will start on 20th December 2019 therm of the contract is 4 months.,420431,20250410 Ministry of Education - School Infrastructure,21742266,Request for Tenders,Closed Competition,Main Building Contractor for ILE Upgrade Works at Stanley Bay School,,20191009,20191030,20200228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21743355,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Hamilton Boy's High School Roof Replacement,201872,20191010,20191031,20200309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,RFT for a main contractor for roof replacement to Blocks B & C at Hamilton Boys' High School of approximately 570m2 in total (combined roof area) to be constructed between November 2019 to January 2020.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21744902,Request for Tenders,Open Competition,Whangamata Area School P Block Gym: new sports floor and improved access into building,5978,20191018,20191114,20200724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Life cycle replacement of gym floor by removing existing failed sports vinyl and replacing with new. improved access to and from gym by reworking storage room and installing double doors,Not Awarded,Baker construction,0,20250410 Ministry of Education - School Infrastructure,21745461,Request for Tenders,Open Competition,"Demolition of two classrooms, a toilet block and changing rooms and construction of new changing rooms at Tomarata School",G856,20191011,20191107,20200128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Asbestos Removal, Demolition Services,enabling works and construction services for blocks 11,6,7,9 School Pool Changing Facility, Toilets and Shed for the Board of Trustees (BoT) at Tomarata School (the School).The proposal is to demolish the existing toilets including the existing pool changing sheds and constructing a new changing rooms with access to a toilet on both sides of the existing pool fence. The project will also include the overseeing of the rationalisation of two transportable classrooms and all disconnections and making good that the associated work will require.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,00 - $500,000",0,20250410 Ministry of Education - School Infrastructure,21752603,Request for Tenders,Open Competition,Internal upgrade and alteration at Tomarata School,G854,20191011,20191108,20191203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,00 - $250,000",100000,20250410 Ministry of Education - School Infrastructure,21756131,Request for Tenders,Open Competition,Main Building Contractor for Open Learning Centre/Breakout Space and Library Refurbishment at Mangatawhiri School,,20191014,20191108,20200130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Mangatawhiri School wish to procure the services of a suitable building contractor to facilitate an open learning centre and breakout space in block 2 and a library refurbishment in block 3 at Mangatawhiri School,Awarded,The winning tender provided the best price and solution and was selected by the schools board of trustees,374721,20250410 Ministry of Education - School Infrastructure,21757338,Request for Tenders,Open Competition,Main Contractor-Gladstone Primary School Hall Alterations and Classroom Refurbishment,,20191014,20191107,20191125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Hall refurbishment and storeroom addition plus classroom refurbishment project involves: Adding a storeroom to the side of the existing hall Rebuilding the southern entry porch to create a wind lobby and to enlarge the existing kitchen Replace the Hall windows and doors Add a mechanical ventilation system Refurbish existing toilets Add bleacher seating to mezzanine Classrooms 35,36,37,38 to have new internal sliding doors plus general carpet/vinyl/ Composition board replacement and repaint internally Classrooms 43,44,45 to have general carpet/vinyl/Composition board replacement and repaint internally The outcome sought is to start construction on 20 December2019 with classroom refurbishment completed by 31 January 2020. The Hall refurbishment to be completed by Mid March 2020",Not Awarded,"The purpose of this notice is to advise that following evaluation of the tenders received to the above RFT, there were no winning responses. Emails have been sent to the tenderers. We wish to provide the following feedback as a debrief: We received three tender prices that were all significantly higher than the approved budget that had been developed for this project by an independent Quantity Surveyor. The prices received were above this budget from between $328,000.00 to $604,000.00 We were unable to award the contract to any tenderer. The project scope will need to be adjusted with the view to re-tendering in February 2020",0,20250410 Ministry of Education - School Infrastructure,21758582,Request for Tenders,Open Competition,"Blenheim School Main Contractor for Essential Toilet Refurbishment, Blocks A, B C D & J; Essential Electrical Work in Block D",Project 213922,20191011,20191112,20200312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This project is to upgrade toilet suites at the School which have not be touched for many years. To provide hot water and to include new partitions flooring coverings etc in all Blocks with toilets. Block A- Main block will also include providing new access from the classrooms into the cloak-bay areas. Block B toilets to be reconfigured to have access from the cloak bay area, instead of outside and become unisex. The Hall (Block D) requires a new switchboard, lighting and heat pump and associated wiring, the toilet to be altered to enable use as accessible toilet.",Awarded,"Scott Construction Marlborough Ltd (SCML) tender was the lowest offer, and after evaluation, they had the highest score. A contract has been entered into and signed with all parties.",180862,20250410 Ministry of Education - School Infrastructure,21760945,Request for Tenders,Open Competition,Pukekohe Intermediate School Design and Build of a Fitness Trail,,20191015,20191108,20200309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Pukekohe Intermediate School are seeking a design and build of a new fitness trail that can be incorporated into the schools curriculum. The fitness trail will be located on the school field to occupy a maximum space of 50m x 12m. The fitness trail should be designed for intermediate ages kids and focus towards competition, teamwork and fitness.",Not Awarded,Still working with MoE on this,0,20250410 Ministry of Education - School Infrastructure,21765757,Request for Tenders,Closed Competition,Classroom Upgrades at Timaru Boys High School,,20191023,20191118,20200108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Refurbishment and modernization of multiple classrooms including some asbestos removal and encapsulation works.,Awarded,,748559,20250410 Ministry of Education - School Infrastructure,21771680,Request for Tenders,Closed Competition,"Main Contractor for Essential Works, Roofing & Food Tech Project at Te Kopuru School",,20191015,20191105,20191206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Works include roofing, drainage, classroom refurbishments and food tech room Fire Report will be issued via NTT shortly",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21771854,Request for Tenders,Open Competition,"Main Contractor for Refurbishments, Re-cladding & Fire Alarm Works at Rawene School (2)",,20191015,20191119,20200612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Works at Rawene School. Works include a new veranda, replacing roofing and spouting, toilet block refurbishments and re-cladding, classroom refurbishments and minor alterations, installation of type 4 fire alarm. Building consent is currently processing. Staged works are anticipated to start at the end of Term 1 2020 (10/04/20) & continue through Term 2 2020 (completion 10/07/20) - subject to project approval by MOE. Alternative construction timelines will be considered, particularly if an earlier construction timeline is possible than the dates given. Project to be staged, refer tender documents.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21772364,Request for Proposals,Open Competition,Request for Proposals for Rototuna High School (the School) Acoustic Barrier Design and Build Services,,20191011,20191107,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is an open invitation to Suppliers (Tenderers) to submit a Proposal for Rototuna High School (the School) Acoustic Barrier Design and Build Services (the D&B Services).",Awarded,"The contract was awarded to Livingstone Building NZ Limited and began on 22 June 2020. The term of this contract is until Practical Completion, expected to be 11 December 2020.",0,20250410 Ministry of Education - School Infrastructure,21773008,Request for Tenders,Closed Competition,Macleans College Court Remediation RFT,,20191014,20191104,20200313,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,241000,20250410 Ministry of Education - School Infrastructure,21776041,Request for Tenders,Closed Competition,RFT for the Redevelopments of Opihi College and Arowhenua Maori School,,20191014,20191113,20210715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a main contractor to deliver the contract works for the redevelopments of Opihi College and Arowhenua Maori School. Opihi College and Arowhenua Maori School Redevelopments form part of the Capital Works Programme and are part of the same Works Package. These two schools are both located in Temuka, South Canterbury, and two hours south of Christchurch. Works at Arowhenua Maori School are planned to start three months prior to completion works of Opihi College. The Works package is proposed to be delivered by the same contractor via two separate contractual agreements: 1. A fixed price lump sum construction contract for the Opihi College Redevelopment. 2. Subject to Contractor performance a fixed price lump sum construction contract will be negotiated at the end of detailed design of Arowhenua Maori School on an open book basis at the requirements of the principal, utilising the pricing information received for Opihi College to inform those negotiations to deliver the Arowhenua Maori School project. The Contractor will also be asked to provide non-price information (programme, proposed personnel, key trades and methodology) specific to the redevelopment at Arowhenua Maori School for evaluation by the Ministry. Opihi College: Project Background: The main objective of this project is to replace old building stock and infrastructure to give Opihi College an overall better learning environment and remediate weathertightness issues identified in the Admin Block. Redevelopment Works at Opihi College include the partial refurbishment of the Admin Block (staffroom, music area and roof replacement), as well as a new building of 14 teaching spaces (TS), a cultural centre and 2 new science lab and the demolition of 2 buildings (Block F (1 TS) and Block C (5 TS)). Arowhenua Maori School: Project Background: Arowhenua Maori School is currently in Master Planning. Arowhenua Maori School is a full primary school that offers Maori Medium Education (MME) at Level 2 (51-80%) providing opportunity for students of all ethnic groups to learn through Te Reo Maori. The objective of the project is to address the multiple property issues and requirements and to meet all SPG entitlement. The project scope consists of: Demolition of all buildings onsite Build new facility to a total gross floor area of 858m? Refurbishment of swimming pool and build of new changing rooms and pump shed",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,21778190,Request for Tenders,Open Competition,Contractor for the Replacement of Block G2 Suspended Ceiling at Greymouth High School,,20191016,20191111,20200715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Greymouth High School Board of Trustees we are seeking Tenders from suitably qualified Contractors to replace the suspended ceiling system in their New Gym (Block G2) with a direct fixed panel system. Works shall include: Remove the existing ceiling tiles from the suspended ceiling grid system, strengthen the existing grid (based on seismic design, TBC), install new metal clip and battens system, direct fix 25mm Heradesign acoustic panels and replace existing troffer lights with new LED high bay lights to suit. Existing ceiling is approximately 810m2 and is raked from 6.65m high at the knee to 8.65m high at the ridge. Refer to attached tender documents as listed in section 1.8 of attached RFT for further information. Works to be completed between 9 December 2019 and 31 January 2020. It will be the responsibility of the tenderer to provide methodology, programme duration and completion date with their tender submission. The appointed Contractor will be engaged through the Ministry of Educations Medium Works Contract. This RFT is an open competitive Tender process and is subject to the RFx Process Terms and Conditions at: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21778295,Request for Tenders,Open Competition,Main Building Contractor for the Creation of an Outdoor Learning Area in Block 4 at Bucklands Beach Primary School,,20191016,20191112,20200312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Schools board of trustees wish to seek a suitably qualified building contractor to construct an outdoor learning area in block 4 at Bucklands Beach Primary School,Not Awarded,We had to go direct to market as no tenders were received,0,20250410 Ministry of Education - School Infrastructure,21778794,Request for Tenders,Open Competition,Main Contractor for Block 1 New Universal Bathroom Mauriceville School (Masterton),,20191016,20191113,20200131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"2.1 Mauriceville School BOT seek the services of a Main Building Contractor to undertake the alterations to A Block to create the new bathroom space on the school site. The work involves the following alterations Demolition or removal of some existing framing linings and fittings Re-purpose existing storerooms to create a new accessible bathroom including new exterior joinery and link to existing ramp with new roof over ramp. Install all in wall and ceiling services to suit new layout Reline walls and ceilings with specified systems Install new windows and doors Paint all appropriate new surfaces Install new floor coverings Fit out with new electrical and plumbing fittings. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: Ian Rattray o Lead Designer: IR Group Ltd The Contract Works required are: Nature of the Works is alterations to an existing building Approx. 27 sqm of affected floor area. The works will be undertaken as a single stage starting in November 2019 and complete in February / March 2020 The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). Time frames are: Indicative time frames Start date: 18 November 2019 Indicative Date for Completion: 20 March 2020 The program is negotiable with a preferred supplier if their price is right.",Not Awarded,We received no response to the RFT but did have advise that one contractor was pricing the project but withdrew near the end because they never got responses from some key subcontractors. We sought and were granted a procurement exemption to negotiate direct with the supplier (MB Brown Ltd) to negotiate a price. The price was evaluated by an independent QS and deemed to be a fair price reflective of the current market. We have awarded the contract to MB Brown. The price was in the $150 - $180 k price range as expected,0,20250410 Ministry of Education - School Infrastructure,21779385,Request for Quotations,Closed Competition,CW2019-100 Rotorua Boys High School Millennium Roof Replacement Lead Design Services,,20191015,20191104,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Design Consultants (Tenderers) to submit a Proposal for Rotorua Boys High School (the School) Millennium Roof Replacement Lead Design Services (the Services). The Project background is: i. The requirement is for Architectural Design Services for weather tightness remediation to the roof of the Millennium Centre and Coleman Theatre. Though the buildings are separate they are under one linked roof. ii. Roof replacement is to both buildings using the specified repair strategy outlined below: a) The Millennium Block consists of two levels of assorted teaching spaces, the college dining room and other social spaces utilised by the boarding students. See Roof Logic Repair strategy 25 Sept 2018 b) The Coleman Theatre has a link to the Millennium Block but is of a totally different design and construction. The theatre is a roughly circular and conical and rises to roughly two levels. The roof of this building is a parapet style, no eaves and a minimal roof pitch. See IDS Ltd prelim sketches iii. A weather-tightness report was undertaken in 2013 which highlighted serious defects to the roofing system and temporary repairs have been on-going. iv. Specialist roofing company Roof Logic were asked to visit the site and provide a repair strategy and ROC. After extensive in-house discussion and consultation it was decided that the Roof Logic solution was the most suitable and cost effective. Please refer to attachments for more detail",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21780359,Request for Tenders,Closed Competition,"Main-Contractor : Hall, Library, Canteen, Pool Shed Refurbishment : Howick Intermediate School, Sth Auckland.","1318-02,03,05,07",20191016,20191106,20200222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Hall,Library, Canteen and Pool Changing Shed Interiors / Hall Partial Roof Replacement Project : Existing finishes materials are at the end of their lifespan and old, worn and not performing / operation efficiently. Interior replacements will consist of Roofing, Carpet/Vinyl Flooring, Wall VertifaceComposition Display board, Cabinetry and Services ( Lighting, Power ). Wall Insulation where possible. Alterations will then meet MoE requirements for these rooms. Reconfigure interior areas to create Withdrawal Rooms & Services to suit increased Learning environment potential.",Awarded,Awarded to Aztec Builders (ALK) Ltd 14 Nov. 2019,426692,20250410 Ministry of Education - School Infrastructure,21781586,Request for Tenders,Open Competition,Main Contractor for New Universal Bathroom at Ruahine School (Dannevirke),,20191016,20191113,20200131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Ruahine School BOT seek the services of a Main Building Contractor to undertake the alterations to A Block to create the new bathroom space on the school site. The work involves the following alterations Demolition or removal of some existing framing linings and fittings Repurpose existing storerooms to create a new accessible bathroom including new exterior joinery and link to existing ramp with new roof over ramp. Install all in wall and ceiling services to suit new layout Reline walls and ceilings with specified systems Install new windows and doors Paint all appropriate new surfaces Install new floor coverings Fit out with new electrical and plumbing fittings. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: Ian Rattray o Lead Designer: IR Group Ltd The Contract Works required are: Nature of the Works is alterations to an existing building Approx. 27 sqm of affected floor area. The works will be undertaken as a single stage starting in November 2019 and complete in February / March 2020 The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). Time frames are: Indicative time frames Start date: 18 November 2019 Indicative Date for Completion: 20 March 2020 The program is negotiable with a preferred supplier if their price is right.",Awarded,We received one response to the RFT and determined after evaluation that it was valid and compliant and the contractor had the attributes required to deliver the outcome we need. The contract has been awarded to Lee Builders Ltd. The price was in the 100 - 120 k price range as expected.,0,20250410 Ministry of Education - School Infrastructure,21786552,Request for Tenders,Open Competition,Boiler replacement at Pukerua Bay School,,20191018,20191114,20200316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Pukerua Bay school are seeking a contractor to strip the existing boiler room of existing plant. Install a new high efficiency modular condensing boilers and flues. Install heat exchange to separate existing system from new boilers and pipework. Upgrade time clock and controls. The project needs to occur during the summer school holidays, project scheduled to start in January 2020.",Not Awarded,Project canceled. The scope of work needs to be more defined.,0,20250410 Ministry of Education - School Infrastructure,21788171,Request for Tenders,Open Competition,1549-16-05 RFT - Roofing Contractor for Roofing Replacement at Waikowhai School,1549-05,20191029,20191122,20200128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This procurement aims to replace identified portions of the school roofing derived from a recent Condition Assessment and BOT/Ministry agreed 5YA plan, multiple Full roof areas were identified as being in need of replacement and therefore requiring removal & disposal of existing roofing material. Three small sheds and two large class blocks of long run Metal Profile roofing.",Awarded,Riteline Roofing Ltd Awarded Tender for best valued solution,223000,20250410 Ministry of Education - School Infrastructure,21788239,Request for Proposals,Open Competition,MT Roskill Grammar School (RFP) - Lead Design,,20191016,20191115,20210730,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Mt Roskill Grammar currently has 11 buildings that are affected by weather-tightness failure and are in poor condition. The Ministry initially commissioned several destructive tests at the school in 2011 and 2012, and the findings have confirmed significant weather-tightness defects. In 2017 the Ministry commissioned visual re-inspections of the tested buildings and three others to distinguish areas of confirmed failure from high-risk building elements that do not appear to have failed. We are continually monitoring the air quality in the affected buildings. This has resulted in a Business Case approval for three remediation options were included in the approved business case and an approval was given to remediate all 11 affected buildings. To support the Business Case The Ministry commissioned Maynard Marks to re-inspect the 11 affected buildings and to provide a recommended approach to the remedial works and a pre-cost estimate.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21791163,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Remodel Block 3 at Durie Hill School, Wanganui",Durie Hill School,20191018,20191120,20200303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Durie Hill School, Wanganui are seeking suitably qualified Main Building Contractors to carry out Alterations and Remodel to Block 3. The Contract Works required are: The extension of the existing classroom 6 in Block 3 by removing cloaks. Provide breakout spaces to TCH 5 and Resource 3 modeled on the Ministry of Educations Innovative Learning Environment (ILE). Refurbishment to altered areas including electrical. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. Jan/Feb 2020 with completion June 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to HGP,192613,20250410 Ministry of Education - School Infrastructure,21791934,Request for Tenders,Open Competition,New Whare for Tikipunga High School,215820,20191021,20191115,20200130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Construction of a new 150sqm Whare in the grounds of Tikipunga High School. Works comprise building a new portal framed Whare with sheet metal roofing and AXON cladding to elevations. The spaces comprise an open hall area, office and store. Services are electrics, surface water, data and security.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21792479,Request for Tenders,Open Competition,Main Building Contractor for the Block 3 ILE upgrade at Tuahiwi School,210593,20191018,20191113,20191202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Boards of Trustees at Tuahiwi School (the Buyer) is seeking a Main Contractor to complete the ILE upgrade to Block 3. The project includes the extending the current deck and veranda to create a new covered outdoor learning space, creating two new openings with Sliding doors on to the new deck and Refurbishment of room 3,4, 5. and bathrooms",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,21792936,Request for Tenders,Open Competition,Main Contractor for the Remediation of the Water Reticulation System - Stage 2 at Avondale Intermediate School,,20191018,20191113,20191218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Avondale Intermediate School Board of Trustees is seeking a Main Contractor for the Remediation of the Water Reticulation System - Stage 2 project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21793755,Request for Tenders,Open Competition,Main Contractor for B: New Breakout Teaching Spaces at Longford Intermediate School,18/06/3979,20191018,20191113,20200316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,The contract has been approved in principal currently reducing the scope of works,303526,20250410 Ministry of Education - School Infrastructure,21794619,Request for Tenders,Open Competition,Design & Build Main Contractor for Block 1 Boiler removal & VRF Refit Project at Kaipara College,216073,20191018,20191113,20191128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"As a result of continued roll growth in the School and the Schools intention to provide better services to the staff and students, the requirement exists to decommission existing boiler and upgrade heating throughout the classrooms. Roll growth and the supply of suitable teaching spaces and services for students is one of a schools highest priorities and often comes with added pressures. This procurement is for Block 1 Boiler removal & VRF heating upgrade project at Kaipara college. The Boiler room must be demolished and the boiler must be decommissioned by Jan 8 2020. School has got a WRN notice and deadline to remove existing boiler. Due to the deadline given for this WRN School has to replace the heating in affected areas of the school by the end of April 2020 in preparation for the winter months. The school heating in the affected blocks will be replaced by efficient centrally controlled VRF units, where applicable. Large parts of the school are already heated in this way using a building management control interface. Communication with all stakeholders and meeting the agreed deadlines is critical to the success of the project. The scope is to provide design services, regulatory requirements and construction services for the successful delivery of the project. The Supplier needs to allow for sufficient resources to undertake all services whilst keeping other school buildings operational at all times. All works are required to be undertaken with minimal disruption to the school. It is anticipated that the majority of the disruptive works will be undertaken outside school hours. All services are to remain in operation during school hours.",Not Awarded,"Due to budget issues, high price and lack of tender response. The tender has been cancelled.",0,20250410 Ministry of Education - School Infrastructure,21795040,Request for Tenders,Open Competition,Main Contractor for the Block 7 DQLS Refurbishment at Northcote Primary School,,20191018,20191113,20200130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Northcote Primary School Board of Trustees is seeking a Main Contractor for the Block 7 DQLS Refurbishment project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21797685,Request for Tenders,Open Competition,Main Contractor for Refurbishments Works at Mangamuka School,,20191021,20191115,20200320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Works at Mangamuka School. Works include: - 1 x small building full refurbishment including new aluminium joinery, re-lining, floor & wall coverings, electrical, painting - 1 x small building full refurbishment including floor & wall coverings, electrical, painting - New water tank - Footpath replacement - New underfloor insulation to 2 x classrooms & Administration - Student & Accessible Toilets painting & minor repairs - Pool change rooms minor plumbing works Indicative Timeframes (note school is open to alternatives please advise with your tender what dates work for you particularly if earlier than the below): i. Start date: 01/03/20 ii. Date for Completion: 26/04/20 NOTE: Above dates are subject to project approval by MOE. Please advise alternative dates if your work schedule does not allow works to happen within the above timeframes - these will be considered.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21797907,Request for Tenders,Open Competition,Main Building Contractor for a dental clinic conversion to classroom and outdoor learning area at Flat Bush Primary School,,20191025,20191121,20191210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The board of trustees at Flat Bush Primary School wish to find a suitably qualified building contractor to convert the dental clinic (Block 9) into a new entrant classroom and build an outdoor learning area which will include decking and a canopy.,Awarded,The winning tender won due to providing the best price and capability,126506,20250410 Ministry of Education - School Infrastructure,21798034,Request for Tenders,Open Competition,Main Building Contractor for several refurbishment upgrades internal and external at Glenbrook School,,20191025,20191121,20200130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Glenbrook School wish to find a suitably qualified building contractor to complete several building projects at the school both internally and externally. These are: Block 4: DQLS Classroom Upgrade and Toilet Conversion Blocks 2,5,9: Creation of Indoor and Outdoor Breakout Spaces Block 1: Creation of an ILE Blocks 5,9: Joinery Replacement and Cladding Repairs",Awarded,The winning tender provided the best price and solution and was selected by the schools board of trustees,387310,20250410 Ministry of Education - School Infrastructure,21799126,Request for Tenders,Open Competition,Murchison School - Block B Alterations to Science Lab.,19-299-02,20191022,20191115,20200114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All correspondance via the GETS questions and answer function.,"School Support and Murchison Area School Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd for the Block B Alterations to Science Lab. SITE LOCATION Murchison Area School, Waller Street, Murchison. The works includes the removal of interior installations likes benches, whiteboard, propagation unit. Trim to remain except skirting and scotia. Remove timber windows sashes, and single glazed fixed panels. Fit new pc-alu units in existing timber window frames, double glazing to all windows. All exterior doors and windows to be double glazed. Git electric opening system to windows. Insulate floor and ceilings. New carpets, vinyl. New Lab benches, Repaint, Acoustic panels or Glassart to internal elevations as shown on plans. The project includes network, electrical work and plumbing, gas system changes and the refurbishing/extending radiator heating system. Please complete Part A and B of the Request for Tender and the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. These are mandatory documents required to evaluate tenders.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21799417,Request for Tenders,Open Competition,"Main Contractor for Roof Replacement Gym Blks 1, 2, 7, 10, 14 & 20 at The Catlins Area School",394-08-19,20191021,20191118,20200117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,737948,20250410 Ministry of Education - School Infrastructure,21799458,Request for Tenders,Open Competition,Main Contractor for Roof Replacement at Wairakei School,,20191022,20191118,20200309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Roof replacement of four classroom buildings at Wairakei School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21799976,Request for Tenders,Open Competition,"Main Building Contractor, Block 5 Wall and Roof Cladding Replacement, Botany Downs Primary School, Auckland",,20191023,20191115,20191128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The project is to replace the wall and roof cladding on a four classroom block at the school. The project is expected to start in late January 2020 and take approximately 8 weeks to complete. The building will be unoccupied during the construction work. Any water damage material found during construction will need removing.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21800759,Request for Proposals,Open Competition,"CW2019-097 Quantity Surveyor Services for South Wellington Intermediate School, Amesbury School, Karori Normal School (The Schools)",,20191018,20191113,20200115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a Quantity Surveyor (QS) Consultancy firm to provide QS services for 3x projects in the Wellington region. It is the Ministries intention that 1x Consultancy firm will provide QS services for all project specified within this package. See attached tender documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21801303,Request for Tenders,Closed Competition,CW2019-104 Coastal Taranaki School Block A Main Contractor,CW2019-104/MOE06591,20191018,20191114,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Coastal Taranaki School (the School) Block A Weathertightness Remediation The Contract Works required are: The demolition of: ? Music Room, Common Room, Art Room, Kiln and Staff Work Room / Office. ? Minor asbestos removal. ? Making good of surfaces and the cladding of existing building affected by demolition works. Partial Re-roof and Remediation of Block A including: ? Replacement and remediation of roofing over Admin area. ? Minor repitch and replacement of low pitch roofing over Block A corridor. ? Replacement of damaged roof tiles and repainting of main Block A roof. ? Replacement of spouting and down pipes. ? Minor internal refurbishments in Block A and the School Hall. Project roles are: (a) Delivery Manager: Jeremy Hollis (b) Project Manager: Nicola Cornforth AECOM (c) Engineer to the Contract: Ben Hardy AECOM (d) Quantity Surveyor: Geoff Hayr Maltbys (e) Lead Designer: Shani Nelson DGSE",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21804359,Request for Tenders,Open Competition,Main Contractor for ILE Infrastructure upgrade and windows replacement at Goldfields Primary School,3741-19-01,20191115,20191210,20200430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Please refer to the tender documents provided. Failure to complete all the supplied documentation could result in the rejection of your tender.",Awarded,,819032,20250410 Ministry of Education - School Infrastructure,21805134,Request for Tenders,Closed Competition,"Replacement and Remediation of Roof, Ceilings, Plumbing & Electrical at Paterangi School",,20191024,20191114,20200720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,This contract was awarded to APS.,100000,20250410 Ministry of Education - School Infrastructure,21805315,Request for Tenders,Open Competition,Main Contractor for Roofing Replacement at Henderson Valley School,,20191022,20191115,20191210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Roofing replacement throughout the school which will be phased into 2 stages.,Awarded,,223049,20250410 Ministry of Education - School Infrastructure,21808064,Request for Tenders,Open Competition,Main building contractor for E: Hall Weathertightness Remediation & extension of kitchen at 1796 Malfroy School,,20191021,20191118,20200318,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website,"The school seeks to remediate the Halls weather tight issues that were first highlighted in the 2014 Prendos Report and a price review again in 2017. Along with the weather tight project, the school wishes to upgrade the kitchen facility and improve storage facilities. Funding has been secured from 5YA & supplementary top-up based on QS estimate. If range of tender submissions come in over TMEV of QS the Ministry and school will look to work with preferred contractor for ways to bring the project in on budget prior to final acceptance of contract.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21809080,Request for Tenders,Closed Competition,Main Contractor for Waimarie Roof Replacement Project at New Plymouth Girls High School,3261.01a,20191022,20191106,20191111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees is seeking to undertake alterations to the Waimarie Special Needs Block in order to address ongoing weathertightness issues. Due to the particular needs of the students, they are unable to be temporarily accommodated elsewhere, and it is not feasible for them to occupy the area while works are underway. As a result, it is critical that the works are completed over the 2019/2020 summer holiday period. The scope of work is as follows: Remove all parapets. Remove high-level roof at entrance (including parapet). Re-roof existing south side lean-to roof to align with entrance way doors Re-roof east and west wings including new framing to form a 400mm overhang to all sides, raise roof height by approximately 1000mm to match height of central roof and repitch to maintain consistent fascia and ridge levels on all roofs. Extend wall height to match new East and West wing roof height - cladding to match existing brick. Re-roof central gable roof and frame to form approximately 400mm eave overhang. Match existing pitch. Install eaves spouting around the entire building The site is a typical school site consisting of a number of buildings, hardscaping, and grassed areas. The immediate work area is accessed via Northgate, and has nearby grassed areas suitable for laydown. A fenced garden/outdoor area is to the Northgate side of the Block. The project consists of a single stage The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. A procurement exemption has been obtained to reduce the RFT period to 10 working days.",Awarded,,215470,20250410 Ministry of Education - School Infrastructure,21810632,Request for Quotations,Open Competition,Havelock School Classroom 1 ILE Upgrades,,20191022,20191118,20191126,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21811639,Request for Tenders,Open Competition,Fairhall School: Carpark and Drop Off Zone,,20191023,20191118,20191220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,Awarded to Simcox Construction a division of Isaac Construction Limited,233210,20250410 Ministry of Education - School Infrastructure,21815765,Request for Tenders,Open Competition,CW2019-102 Enabling Works Main Contractor for Major Redevelopment Project at Wairarapa College (the School),,20191022,20191115,20191210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a suitably qualified Main Contractor to provide construction services to undertake enabling works for a redevelopment project at Wairarapa College. Major Redevelopment works are being undertaken at the Wairarapa College to address the weathertightness, seismic requirements, building condition and rationalisation requirements at the school: Enabling works for this project are required to be undertaken during the Schools 2019 Christmas holidays Outcome sought: o Asbestos removal to Block A and other blocks scheduled for demolition. o Demolition works of Blocks P, Q, and part Block A including common room The construction phase is expected to start over the December 2019 holidays through to the end of February 2020. An asbestos report is currently in the process of being completed and will be issued during the tender phase via an NTT. See attached documentation for further information regarding this construction opportunity. Please direct any questions through the GETS Q&A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21816703,Request for Tenders,Closed Competition,"Main Building Contractor for ILE, Roofing + Fire + Security Works at Kaukapakapa School",,20191023,20191113,20200203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Work Includes: Roofing Block 3 Rooms 13+14 Replace Roofing, gutters and flashings. Work also includes installing insulation in roof cavity if this is not already present. Roofing Block 6 Rooms 15+16 Replace Roofing, gutters and flashings. Work also includes installing insulation in roof cavity if this is not already present plus Replacement of translucent roof cladding with mesh installed Fire + Security That smoke detection is installed to Blocks 3 and 6. Install security detection to currently unprotected areas in the Teaching Blocks. ILE Works to Blocks 3+6 Block 3: The work involves Classrooms 13 +14 as shown on the Architectural Drawings + Specification. The associated toilets will be upgraded with warm water for hand washing along with new fittings and linings. Please refer to the attached Asbestos report. The removal of asbestos as identified in the Asbestos Survey report will require an approved plan for removal, handling and disposal with air monitoring and clearance certificates required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21819052,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B Refurbish Classrooms/Toilets, Replace Gas Heaters at Clyde Quay School, Wellington",5214,20191025,20191120,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Clyde Quay School is comprised of timber clad single storey buildings, erected spanning years 1940-2004. The work proposed is a continuation of prior work in Block B which seeks to redevelop the toilets creating a breakout space. The work will in the affected spaces provide new linings and finishes, insulation and glazed openings between spaces. Warm water will be provided to toilets. Timber windows will be replaced with double glazed aluminium. The work is interior in the majority though the proposed window replacement effects the exterior. An asbestos report is attached. Tenderers are to include for its removal in their offer, in accordance with an Asbestos Refurbishment Survey. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Clyde Quay School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Tracer Construction, start date 16.12.19, expected completion 31.05.20.",215029,20250410 Ministry of Education - School Infrastructure,21819188,Request for Tenders,Open Competition,5585 Mt Maunganui Primary School A Block ILE upgrade,5585,20191024,20191119,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Out door learning areas to Block A and re-pitching of flat roof over existing classroom. (stage 1),Awarded,,987078,20250410 Ministry of Education - School Infrastructure,21820000,Request for Tenders,Open Competition,Main Contractor for Classroom and Toilet Block Refurbishment,Project #210951,20191030,20191127,20200218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,James Street School Board of Trustees are seeking a main contractor to refurbish the Classroom in Block C and Staff and DAP Toilets in Block B,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21821080,Request for Tenders,Open Competition,Main Contractor for Science Block Refurbishment at Palmerston North Boys' High School,,20191025,20191121,20200224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Removal of asbestos, strip out of existing laboratories, localised demolition of internal walls. Installation of new floor covers, ceiling and wall linings. Fitting of new fixed laboratory equipment (worktops, storage, fume cupboards etc.), including some refurbished items such as sinks. Installation of services to support use (gas and water), ventilation and fire system upgrade. Insulation of roof and floors.",Awarded,Following review and claritfications with all Tenderers the contract has been awarded.,0,20250410 Ministry of Education - School Infrastructure,21821398,Request for Tenders,Open Competition,"Whangamata Roofing A,B,H,I,J BLOCKS ROOFING OR REPAIR",5977,20191024,20191122,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"BLOCKS I,H -ROOF REQUIRES REPLACEMENT BLOCKS B,J -LOWER ROOF REQUIRES REPLACEMENT BLOCK A - RE-SCREWING OF ROOF AND FITTING NEW FLASHING",Awarded,Contract Awarded,0,20250410 Ministry of Education - School Infrastructure,21825273,Request for Tenders,Open Competition,"Main Building Contractor for Block B, D and H Roofing Works at James Street School",210950,20191114,20191211,20200928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,James Street School Board of Trustees are seeking a main contractor to carry out Roofing Replacement to Block B and like for like Remedial works to Block D an H,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21827807,Request for Tenders,Open Competition,Main Plumbing Contractor for the Water Supply and Drainage Upgrade Project at New Plymouth Boys High School,3116.1,20191024,20191120,20191204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees is seeking to upgrade the site water supply and stormwater drainage system to improve performance and replace aging infrastructure.,Awarded,"Contract awarded to Offshore Plumbing Services Ltd based on achieving highest evaluation score. Contract value listed is the adjusted tender price. Details regarding how the adjusted pricing was derived will be contained in the forthcoming debrief letters. Thank you to all tenderers for supplying a response.",400764,20250410 Ministry of Education - School Infrastructure,21829615,Request for Tenders,Open Competition,Motueka High School - Finishing Works RFT,,20191029,20191127,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through GETS,"Motueka High School is a year 9-15 high school located in Motueka, Nelson Region. The area has been experiencing steady growth for a number of years. The school currently features 36 teaching spaces, with the number of teaching spaces to increase to 40 and a required capacity for 755 students. A short term solution is to undertake work on two relocatable teaching spaces to meet the current spaces deficit for the short term until the main redevelopment is complete. This includes: Internal Finishing Works (internal fitout, addition of toilet spaces, breakout spaces, kitchenette) Service connections (Water, Fire, Power, Stormwater, Sewer and Data) Minor access decks, ramps, hardstand and landscaping",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21829776,Request for Tenders,Closed Competition,Katikati Primary School C Block AMS RFT,KAT08,20191025,20191115,20191223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is the RFT stage of the two stage RoI/ RFT tender process. Please make all enquiries via the GETS Q & A portal.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21830303,Request for Tenders,Closed Competition,Katikati Primary School Hall Alterations,KAT09,20191025,20191115,20191223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is the RFT stage of the two stage RoI / RFT process. All enquiries are to made through the Q & A portal.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21831746,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B - General Improvements at Manakau School, Levin",4607,20191029,20191125,20200605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Manakau School has MoE approval and funding to carry out the full refurbishment of Block B which comprises two teaching spaces, the building dating back to the early 1900s. The project will target full refurbishment of the building interior with flooring, wall finishes and lighting replacement. Roof coverings will be renewed, and underfloor and exterior wall insulation significantly upgraded. A large proportion of the original fabric and components of the building will be restored. The student toilet facilities will be modernised and warm water provided. Other work includes the introduction of a new soak pit, relocation of the wheelchair ramp and an upgrade of the acoustic performance of the spaces with new ceiling baffles introduced. The work will include minor building alterations to modernise the spaces creating warmer and more efficient teaching spaces. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Manakau School Board of Trustees producing full construction documentation.",Awarded,The contract was awarded to DS O'Leary Building Ltd and will commence 22.06.20 with anticipated completion date 30 January 2021.,628565,20250410 Ministry of Education - School Infrastructure,21831934,Request for Tenders,Closed Competition,Request for Tenders - Sensory Centre - Tikipunga High School,,20191025,20191121,20200122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The project background is: Currently, BLENNZ and KDEC is housed at Manaia View School but the two services has outgrown the space provided for them. The outcome of this project is to relocate the BLENNZ and KDEC students to Tikipunga High School and redevelop the Block I into a new sensory centre space. The proposed sensory centre space for BLENNZ & KDEC will function as separate office space for both groups. Provide an innovative learning environment for Northland based BLENNZ and KDEC teams due to outgrowing their current residence at Manaia View School. Redevelopment option of Block I was proposed and accepted by all parties including BLENNZ and KDEC with the existing school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21835401,Request for Tenders,Open Competition,Main Contractor for Learning support fencing at Gore Main School,3957-18-SN01,20191025,20191120,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Demolition of some of the existing school fencing. Installation of Special Needs Fencing",Awarded,,112141,20250410 Ministry of Education - School Infrastructure,21837322,Request for Tenders,Open Competition,"MUILTI PURPOSE ROOM, DIGITAL MEDIA ROOM & M BLOCK UPDATES- TE RAPA PRIMARY SCHOOL",5987,20191030,20191125,20200306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Scope: G: Multipurpose Upgrade o Fit acoustic coverings to existing movable wall. E,M: Heatpump Replacements o Lifecycle replacement of 2x Heatpumps Site: Upgrade Pathways o Remove existing broken/dropped/raised/uneven pathway sections. Relevel and compact ground to these areas and lay new reinforced concrete/relay cobblestones. J,M: Horticultural Area Remodel o Improve accessibility to hort area by remodelling ramp and stairs to same locations. o Install close boarded security fencing to existing area. o Install exterior stainless sink bench on brackets. Connect to waste and supply cold water only to the sink.",Awarded,Contract awarded,0,20250410 Ministry of Education - School Infrastructure,21846724,Request for Tenders,Open Competition,Dovedale School Refurbishment of Blocks 1 & 2,,20191030,20191129,20200312,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,"The project consists of the alterations to block 1 & 2 which total three classrooms in the two blocks at Dovedale School. The scope of works includes the redeveloping the existing classroom layouts. Which include but not limited to the following works. Removal of existing internal linings, structural and forming of opening in the external walls, insulation, new floor, wall covering, suspended ceiling and external deck areas for break out areas for the pupils. The project can be undertaken during school term as the room can be taken out of operation by moving the pupils to alternative rooms for the duration of the works.",Awarded,Please be advised you have won the tender.,0,20250410 Ministry of Education - School Infrastructure,21851204,Request for Tenders,Closed Competition,"Main Contractor for Block 1 and 2 Roofing, Flooring and Electrical Upgrades at Kerikeri Primary School",,20191030,20191119,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This closed Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block 1 and 2 Roofing, Flooring and Electrical Upgrades at Kerikeri Primary School",Not Awarded,"No responses received, will be direct sourced.",0,20250410 Ministry of Education - School Infrastructure,21851311,Request for Tenders,Closed Competition,Main Contractor for Sitewide Roofing Replacement at Kerikeri Primary School,,20191030,20191119,20191211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This closed Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Sitewide Roofing Replacement at Kerikeri Primary School,Not Awarded,No responses received. Will be direct sourced,0,20250410 Ministry of Education - School Infrastructure,21853752,Request for Tenders,Closed Competition,RFT for Main Contractor for Door Widening and Kitchen Remodelling Works at Kea Street Specialist School (ROI),4798,20191030,20191122,20201201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Kea Street Special School Rotorua is seeking tenderst from main building contractors to carry out various works to several buildings on the site. Works include widening several existing doors, replacement of 3 kitchens associated with classrooms and replacement of existing shower. This is a closed tender process of a shortlisted number of suppliers chosen after an open call for registrations of interest.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21853758,Request for Proposals,Open Competition,Lead Design Services at Manurewa East School,,20191030,20191127,20201016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The scope of this project is to provide a 2-storey block consisting of eight teaching spaces which will include two roll growth teaching spaces in accordance with the current roll growth programme, the replacement of the four teaching spaces in Block 2 which are in poor condition, and the replacement of two Resource Teachers: Learning and Behaviour (RTLB) teaching spaces which are also in poor condition.",Awarded,,426291,20250410 Ministry of Education - School Infrastructure,21857125,Request for Tenders,Open Competition,Main Contractor for Special Needs Property Modifications for Bathroom & Toilet Modifications (Arahunga) at Whanganui City College,02-035-050 216030,20191101,20191127,20200327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"We are looking to engage an appropriately skilled & resourced Main Contractor to complete Bathroom & Toilet Modifications (Arahunga) at Whanganui City College. The Contract Works required are: The upgrade and alteration of an existing special needs toilet / shower facility and broadly involves the demolition of walls & linings, the removal of floor finishes & concrete floor preparation, the installation of new ceiling & wall linings over existing/new walls, new sanitary fixtures/fittings, new lights, heater, extract fan and emergency call system, Hoist system on wall mounted rails, & laying of new non-slip vinyl flooring; Two designated accessible carparks for vans/student delivery, provided by modifying existing kerb and concrete footpaths and providing a new 1:14 accessible ramp and handrails and shelter screens around the existing covered way; Intended to be run from the end of term 4 over the Christmas School holidays and to be completed by the end of January before school returns to minimise impact on students.",Awarded,"only tender submitted, evaluated for price and deemed complying.",0,20250410 Ministry of Education - School Infrastructure,21860377,Request for Tenders,Closed Competition,Te Kura o te Whanau a Apanui,CW2019-031,20191030,20191218,20210628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Te Kura O Te Whanau a Apanui is a new school development anticipated to commence construction in Te Kaha in Feb/March 2020. The Contract Works required are: i. Redevelopment project to construct a new Kura consisting of 3 buildings: (a) Administration and Junior school (b) Multipurpose hall/gym and specialised area (music, food tech, hard tech) (c) Middle and senior school, library, art and science ii. Exterior hard court surface, playground and hard and soft landscaping iii. Widening of existing driveway, new driveway and parking iv. Stormwater and wastewater drainage system v. Demolition and removal of existing area school Project consultants are: Lead Design: DCA Architects Ltd/ MOAA Architects Ltd Geotechnical Engineer: Stratum Topographical Surveyor: Stratum Quantity Surveyor: Maltbys Project Manager: RDT Pacific Indicative Timeline: Intended Contract Award: Feb 2020 Preferred Contract Works start: Feb/March 2020 Indicative Construction Start: May 2020 Indicative Contract Works completion: Oct 2021",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21862435,Request for Quotations,Closed Competition,Selwyn College Arts & Langue Block Remedial Works Project,,20191101,20191128,20210118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21863735,Request for Tenders,Open Competition,"(1869) ORINI COMBINED SCHOOL - MAIN CONTRACTOR -A,B,C,D,E,F,G,H,1,2,3,4,5 Toilet, Fitout & Electrical upgrade; Roof fixing; Breakout & Ext learning",,20191104,20191127,20200501,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21864126,Request for Tenders,Closed Competition,Ahuroa School Redevelopment Contract Works,,20191101,20191129,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required can be summarised as follows: -Demolish Block 1. -Fit out of the exiting administration area and classroom 4 in Block 2 building will be completed to provide office, reception, sick bay and storages facilities while retaining the Schools entitlement to four teaching spaces. -Install canopy cover between the existing and the new modular building. -Provision of a new toilet facility and upgrade of required infrastructure, including site works and connection of services. -Enabling works as required. -Site logistics and management to facilitate the delivery and installation of the modular classroom building (by others). Pile foundations will be installed by the modular building supplier. -Site constraints include working in a live school environment. The Project will be staged into two separable portions: 1. Relocate data and MSB to new admin area, upgrade existing meter box, new water supply and tank, new storm water lines and tank. Demolish block 1 and existing canopy, remove redundant water tank, remove shed and redirect pipes, cut and fill, demolish and rebuild as per plans the retaining wall, leave foundations and services connections in place for modular building by others, modifications to existing staff room and fit two toilets in classroom 4. 2. Fit decking, ramp and stairs to modular building, new canopy, fit out of staff room and administration area as per plans. Make good to hard and soft landscaping.",Awarded,,867172,20250410 Ministry of Education - School Infrastructure,21865259,Request for Tenders,Open Competition,Lynfield College D/J Block Re-roof,75-20-01,20191104,20191127,20200206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This tender is for a main contractor for the roof replacement and re-pitch of J Block and part of D Block at Lynfield College. The project will require the existing roofing to be removed, framing adjusted/constructed to achieve a re-pitch and installation of a new roof cladding system. The area affected is approximately 4 classrooms.",Awarded,"The successful tenderer submitted a sound tender submission. It is noted that there was a wide price spread and the price evaluation is ultimately what dictated the outcome. Thanks to all who submitted a tender, we look forward to an opportunity to work with you in the future.",0,20250410 Ministry of Education - School Infrastructure,21867062,Request for Proposals,Open Competition,"CW2019-110 Queen Elizabeth, Freyberg, Foxton Lead Design Services",CW2019-110/MOE06659,20191031,20191129,20200219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Lead Design, Queen Elizabeth College, Freyberg High School, Foxton Primary School (the Services)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21870362,Request for Tenders,Open Competition,Main Contractor for Block B New Verandah at Hawera Primary School,02-008-014 206535,20191108,20191203,20191217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"We are looking to engage an appropriately skilled & resourced Main Contractor to complete works for the block B Verandah at Hawera Primary School . The Contract Works required are: Demolition of existing courtyard features including concrete divider walls, seats, planters and the removal and infill of a top row of classroom windows. Construction of a timber deck and clear roofed verandah, steps, ramps and bag lockers and the installation of fountains and rubbish bins and alteration to the storm-water drainage. Intended to be run from 13 January 2020 and to be completed by the end of February 2020.",Awarded,,207000,20250410 Ministry of Education - School Infrastructure,21871387,Request for Tenders,Open Competition,Andersons Bay School - Performance Based Wood Chip Boiler Design & Build,3703.19.01,20191106,20191202,20191209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The contract works required are to design and build a performance based Wood Chip Boiler as described and explained in the attached specifications. The current boiler has reached the end of its working life and the intention is to have a contractor design and build a replacement boiler in a new location that will service the current school buildings and the future expansion of additional building proposed. The selected design and build will then be used to allow the designers to design an appropriate sized boiler house for the Wood Chip Boiler,Awarded,,369284,20250410 Ministry of Education - School Infrastructure,21872360,Request for Tenders,Closed Competition,RFT for Main Contractor Services at Spreydon School,,20191101,20191204,20200409,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education is looking to procure a Main Contractor for a roof replacement at Spreydon School. The Contract Works required are: Full removal and disposal of the existing failed metal roof coverings and for demolishing the raised flat roof section to create a continuous pitched roof plane. The remediation works involve constructing new steel roof framing including construction of eaves for all roof areas and parapets above the main hall section. Isolated areas of re-cladding to gable ends are required to suit the new roofing re-design chosen. Facilitating works include re-routing HVAC and relocate outdoor units to ground level",Awarded,,1022413,20250410 Ministry of Education - School Infrastructure,21872736,Request for Tenders,Open Competition,Main Contractor for Conversion of Boiler to Geothermal at Taupo Intermediate,,20191104,20191127,20200117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21872784,Request for Tenders,Open Competition,"CW2019-114 Request for Tenders for Johnsonville School (the School) Temporary Teaching Space, Enabling Works Main Contract Works",,20191031,20191127,20200220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All Response must be uploaded on GETS,"The Ministry is seeking a Main Contractor to provide construction services, for an enabling works project at Johnsonville School. The Contract Works required are: i. The establishment of the buildings on piles; ii. Connection of services; iii. Construction if minor decks and ramps; iv. Minor refurbishment. v. Works to disconnect, relocate, and make good the buildings for the parent site will be completed separate to this procurement. vi. The works are required as soon as possible so that the buildings can be utilised as decant space. vii. Works to connect the security and fire system are part of this project but do not for part of the main contract works. Please see the attached documentation for further information. All questions must go via the GETS Q/A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21873691,Request for Tenders,Open Competition,Design & Build of a New HVAC System to 7 Buildings at Albany Junior High School,,20191104,20191129,20200330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Design and Build of a New HVAC System for 7 buildings at Albany Junior High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21873947,Request for Tenders,Closed Competition,Katikati College Technology Block stage II Main Contractor,KATC4,20191104,20191125,20200908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The RFT is the second stage of the two stage RoI/RFT process for Main Contractor to undertake the construction of the new Technology Block stage II Food Technology and Fabrics Building. All questions must be made through the Q & A section of the GETS portal.",Awarded,This is the formalised GETS notification that confirms companies unsuccessful with their tender.,0,20250410 Ministry of Education - School Infrastructure,21875573,Request for Tenders,Open Competition,Lynfield College Synthetic Turf Replacement,75-20-02,20191104,20191127,20200206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must bee uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21877878,Request for Tenders,Open Competition,"Main Contractor for lifecycle upgrade of boys and girls toilet facilities in blocks 2,3,4,7 & 9 at Pinehill School",,20191106,20191130,20200729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Pinehill School wish to find a suitably qualified building contractor to complete an upgrade of the Block 2,3,4,7 & 9 student toilets, girls and boys, at the school. The scope will include replacement toilet pans, flushing systems, urinals, tapware, basins and floor coverings",Awarded,The winning tenderer won due to providing the best price and method and approach and was selected by the schools board of trustees.,184242,20250410 Ministry of Education - School Infrastructure,21878191,Request for Proposals,Open Competition,RFP for MPLD Services for Golden Bay High School and Collingwood Area School,,20191101,20191128,20200415,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All tender submissions must be made through GETS,"The Ministry of Education is looking to procure Master Planning and Lead Design services for redevelopments at Golden Bay High School and Collingwood Area School. Golden Bay High School Redevelopment Scope: Demolition of; Technology (K), Maths (M), Library (C), Home Economics (F), Music (D) & Blocks I, J, L, O & H. New Build, 10 New TS & New Library Moderate refurbishment of the Hall & Science & Admin (B) and Art (R) Minor works to Relocatable Classrooms & Gym Collingwood Redevelopment Scope: Demolition Of: A Administration, B -Block B, C -Manual Training Blk, Cw -Covered Way, F -English, Room 8, I -Art Room, M -Common Room, N Toilets, O -Block O - Changing Rooms, P -Dg Store, Q -Kiln, Garden Tools, Storage, R Laundry, S -Student Locker Room, U -Pool Chemicals/Tractor Shed, W -Block W , X Boiler New Build 10 TS New Library, Admin and Resource areas to SPG entitlement Significant refurbishment of Gym Moderate Refurbishment of Junior Block K.",Awarded,,2637556,20250410 Ministry of Education - School Infrastructure,21878232,Request for Tenders,Open Competition,Main Contractor for Blocks 1 & 2 Alteration Works at Tikipunga Primary School,,20191105,20191128,20200124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the Proposed Blocks 1 & 2 Alteration Works at Tikipunga Primary School, Whangarei. The proposed alterations works are spread over two existing Blocks / Buildings and includes: Block 2: - re-roofing work to the upper level roof area of the existing Block 2 building including new roofing sheets and flashings in a like for like replacement. The existing roof has an approx. 1.5-degree pitch which is intended to remain as is (i.e. no re-pitching of the existing roof is planned - Interior refurbishment of 4x existing classrooms including: Replacement of floor coverings in Rooms 7, 8, 9 & 10 (this includes some ACM floor tile removal in Room 7 & 8), Replacement of windows and converting 2 units per room into bifold doors in Rooms 7, 8, 9 & 10. This includes some external ACM wall cladding removal along the sills of the existing windows, Installing new autex wall coverings and new suspended ceilings (complete with new lighting & ceiling insulation) in Rooms 7, 8 & 9, and Repainting existing wall linings (where not covered in Autex wall covering) and existing finishing trim (architraves, dado rails, skirtings scotias etc). - Removal & replacement of the ACM external wall cladding on the North & East elevation of the existing Resource Room. - The Interior refurbishment of the existing Resource Room including; Replacement of floor coverings This includes some ACM floor tile removal, Replacement of existing windows & converting the North window into a double door set, Installing new ceiling lining (complete with insulation), and new lighting and repainting the existing wall linings. Block 1: - Re-roofing work to the 3x lower level roof areas of the existing Block 1 building (over the toilets and lobbies) including new roofing sheets and flashings in a like for like replacement. The existing roofs have an approx. 1.5-degree pitch which is intended to remain as is (i.e. no re-pitching of the existing roofs are planned. - Replacement of 12x existing rainwater head droppers in the internal gutters of the main upper level Blk 1 roof area. This is a like for like replacement of the existing droppers, with the replacement droppers made from powdercoated 1.6mm welded aluminium to comply with the MoEs weather-tightness and durability requirements for school property.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21878251,Request for Tenders,Open Competition,Main building contractor for a lifecycle upgrade of the Block 2 toilets at Rowandale School,,20191107,20191203,20200130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Rowandale School wish to find a suitably qualified building contractor to complete an upgrade of the Block 2 student toilets at the school. The scope will include upgrading floor coverings, cubicles, lighting, tapware, toilets and the supply and install of a slatted door to improve ventilation",Awarded,The winning tender provided the best price and solution and was selected by the schools board of trustees,90658,20250410 Ministry of Education - School Infrastructure,21878437,Request for Tenders,Open Competition,Main building contractor for an internal modernisation of Block 6 classrooms and toilets at Rowandale School,,20191107,20191203,20200130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Rowandale School wish to find a suitably qualified building contractor to complete an internal modernisation of Block 6 classrooms and toilet facilities. The classrooms will undergo a DQLS upgrade of acoustics, lighting and flooring. Toilets will also receive an upgrade replacing pans, cisterns, basins, tapware and flooring",Awarded,The winning tender provided the best price and solution and was selected by the schools board of trustees,122089,20250410 Ministry of Education - School Infrastructure,21883367,Request for Tenders,Open Competition,Head Contractor for various 5YA building projects,5YA2020,20191105,20191129,20200114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The BOT for TKKM O Te Raki Paewhenua are looking for tenders from Head Building Contractors for various 5YA Building projects The BOT have identified various building works that they need completed for their 5YA funds approved by the MOE The projects required are as follows: Improve the school boundary control by providing a 18m high fence to the lower Ceres Court and carpark area, AMS ILE works Create a flexible library and breakout space Lifecycle replacement of carpets in Block 1A Admin, AD Teaching and Block 2 - Wharekura The work will be broken down into three discreet pieces of work with the successful tenderer working within a negotiated work phase to keep the school operational during the works",Not Awarded,Lack of tenderers,0,20250410 Ministry of Education - School Infrastructure,21888120,Request for Quotations,Closed Competition,A Block: Toilet Upgrade at Kaitaia College,,20191106,20191127,20200122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"As per the schools 5YA, this project will deliver A Block: internal replacement of all fixtures, flooring, partitions and wall linings for the girls and boys toilet facilities",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21893699,Request for Tenders,Closed Competition,Main Building Contractor - ILE Upgrade Tauranga Primary,,20191108,20191129,20200730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Remove and replace existing wall linings, floor coverings, windows, doors, interior joinery, sink and cabinetry in Block A (Rooms 1- 5). Removal of existing partition wall between Rooms 4 and 5. To support and brace the existing structure during and cutting of new openings or the replacement of structural parts Installation of new non-slip safety vinyl surfacing in the wet area, new carpet flooring in the 5 classrooms and to the additional area, new full height Autex acoustic linings over new gib and wall insulation, new ceiling tiles using suspended grid system, new windows and stacking doors to the partition/external walls Toilet refurbishment in Block A The total existing area of the 5 classrooms is 395 m? and the new floor area to be added extended is 82 m?.",Awarded,Contract Awarded to Livinstone Building - BOP Branch.,1250206,20250410 Ministry of Education - School Infrastructure,21895058,Request for Proposals,Open Competition,CW2019-099 Hawkes Bay Bundle Master Planning and Lead Design Services,CW2019-099/MOE06600,20191106,20191202,20200401,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for the Hawkes Bay Bundle Master Planning and Lead Design Services (the Services). The bundle is Hasting Boys High School; Tamatea Intermediate; Eskdale School & Others Designers can tender on any school, but no more than two out of the three schools. This means the bundles will be confirmed post tender. The Ministry reserves the right to unbundle the schools and award a maximum of three schools to three Designers. There will be no site visit, but one briefing session (see the details below). Please ensure you RSVP before 12pm Friday 8 November 2019.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21895080,Request for Tenders,Closed Competition,RFT for Main Contractor Services at Kaiapoi North School,,20191106,20191129,20200612,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,"The Ministry of Education is looking to procure a Main Contractor to deliver redevelopment works at Kaiapoi North School. Outcome sought Delivery of New Classroom Block with 2 teaching spaces / breakout rooms, Common learning space, outdoor learning deck, kitchenette and W.C. washroom area. Description of the Contract Works Preparation of Foundations on site, transportation and installation of 2no 12m x 12m Classroom blocks (currently stored at temporary Bromley site). Conjoining of the units (involving demolition of 2no flank end walls up to roof level), reconfiguration/ fitout internally as per Consented design, and installation of Decking /Canopy to three sides of the building. External works around the newly installed units (including Astroturf replacement), Fire upgrading works to the adjacent flank walls of Block 8 (internally and externally) and connection to the new building of all essential Services such as water, power, drainage and A/C, but also including IT/Comms/Alarms.",Awarded,,851310,20250410 Ministry of Education - School Infrastructure,21895361,Request for Tenders,Open Competition,Main Contractor for Swimming Pool Rationalisation at Otama School,,20191112,20191211,20200610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Otama School has approximately 12 pupils and 2 teaching staff. It is situated in Otama. The school is located at 12 McBain Road RD 3. Otama, Gore. 9773. Approx. 20 minutes North West of Gore. Outcome sought Otama School are looking to rationalise the pool buildings. Demolition and removal of the existing concrete, steel and polycarbonate structure. Removal and backfilling the existing pool structure. Disconnection and removal of services. Remove rubbish from site. Back fill and sew grass seed on the site. Replace missing sections of fence (five wire post and wire)",Awarded,,11700,20250410 Ministry of Education - School Infrastructure,21896078,Request for Tenders,Closed Competition,"Waimate Main School: AMS 1,2,3 : ILE Classroom Modifications & Toilet Refurbishment & Dental Conversion",3574-19-01,20191107,20191127,20200330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21896971,Request for Tenders,Open Competition,Main Contractor for Replacement of Heat Pumps in Blocks A-B-C-I-K-T-TI-O,2566-20-4,20191113,20191209,20191219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Replacement of Heat Pumps in Blocks A-B-C-I-K-T-TI-O,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21899311,Request for Proposals,Open Competition,Technical Advisor Services at Manurewa Central School,,20191107,20191203,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Principal is seeking Technical Advisory services for the redevelopment of Manurewa Central School, from Preliminary Design to project Close-Out, to ensure that the design and construction is compliant with the requirements of the school and MOE. The scope of this project is to replace the School's 19 relocatable teaching spaces with 18 permanent teaching spaces in 6 buildings. The teaching spaces will be designed to the current Ministry guidelines and school pedagogy. A viable site layout option and the proposed building format has been approved. Design has been progressed to Preliminary Stage. This project will be delivered through a Design and Build (D&B) contract The Supplier shall provide all the necessary architectural services required to oversee the Project design. The Supplier must work collaboratively with the Ministry to ensure the project is completed according to the specified requirements. The supplier must carry a staged weathertightness peer review at the end of Detailed design.",Awarded,,115260,20250410 Ministry of Education - School Infrastructure,21900199,Request for Tenders,Open Competition,"Main Building Contractor for the Construction of Alterations and Additions to Blocks A, G, H, and I at Wainui Beach School",1860,20191108,20191205,20200804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: i. Block A - Replace gable ends soffits, barges and apron flashing East side. Paint. ii. Block G - Replace external cracked cement sheet cladding. Replace flashings on the gable ends where the lean-to roofs hit the high walls of the main building. iii. Block G - Replace internal water damaged (leaks now fixed) linings in lobby and toilets. Replace with new particle board to match existing undamaged linings. Replace also water damaged pinex ceiling linings in the toilets. iv. Block H - Replace external Shadowclad cladding South and East sides. An allowance is included for some wall framing replacement and also replacement of the aluminium windows on the south side. Replace with new H3.2 CCA Shadowclad and H3.2 battens, fixed with s/steel nails on cavity battens over building wrap. Any replacement framing to be H3.1 SG8 radiata pine. New APL Metro or Fletcher Pacific Architectural windows (casement or top hung only). 0.55mm Colorsteel Maxx flashings. v. Block H - Replace deck and ramp timber with new H3.2 pine decking. vi. Block I - Replace external Shadowclad cladding - 50% of external walls allowed for. An allowance is included for some wall framing replacement and also replacement of the aluminium windows on the south side. Replace with new H3.2 CCA Shadowclad and H3.2 battens, fixed with s/steel nails on cavity battens over building wrap. Any replacement framing to be H3.1 SG8 radiata pine. New APL Metro or Fletcher Pacific Architectural windows (casement or top hung only). 0.55mm Colorsteel Maxx flashings. vii. Pool - Replace broken cement sheet (ACM). Replace with James Hardie Titan board, s/steel nails, paint finished. viii. A,H,I:Replace all fluorescent lights with new LED batten lights - similar in look all in same locations as existing lights. Reduced power requirements means there will be no issue with circuit loading. All fittings to be supplied with Certificates of conformity. ix. Block A AMS project: Demolish toilets and cloak bay closest to Admin (East) end of block A. Convert into Break out spaces between classrooms 1 and 2. Raise floor, carpet, install glass sliding partitions and acoustic rated walls. New ceiling, new lighting, new acoustic panels, new wet bench work area. Open up solid wall between classrooms 2 and 3 (middle classrooms) and install sliding glass partition doors. Possible partial block structural strengthening as pre 1965 building. x. Remedial work to damaged retaining wall west of Block A.",Awarded,,492474,20250410 Ministry of Education - School Infrastructure,21900204,Request for Tenders,Open Competition,Maori Hill School - Combined 5YA Projects,MHS 2019/1,20191115,20200131,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Maori Hill School Board of Trustees are seeking the services of a suitably qualified min contractor to deliver their upcoming 5YA projects. The work involves the construction of a new resource room, replacement of aluminium joinery to three blocks and various decks and canopies.",Awarded,"Following the evaluation of the tenders received, this contract was awarded to Keith Mitchell Builders.",0,20250410 Ministry of Education - School Infrastructure,21902528,Request for Tenders,Closed Competition,"RFT for Torbay Primary School - Main Contractor for Teaching Blocks, Carpark Extension and Demolition",MOE06476,20191112,20191206,20200408,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,7868241,20250410 Ministry of Education - School Infrastructure,21903750,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 1 - Refurbish Classrooms 3 & 4 and 2 Sets of Toilets at Gracefield School, Lower Hutt",5163,20191108,20191203,20200309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Gracefield School is comprised of timber framed single storey buildings erected over a period of 1939 2009. The work proposed alters the plan layout to part of Block 1 to achieve a shared breakout space and refurbishment of classrooms and toilets. The existing deck will be extended including for cover and screens for shelter to enable outdoor learning and enhanced flexible teaching opportunities. The work will include replacement of interior linings including new acoustic finishes, new storage joinery, new floor and wall finishes and new services associated with the works and replace timber windows with aluminium to a limited extent. The work is interior in in the majority though the Block 1 addition and proposed window replacement effects the exterior. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Gracefield School Board of Trustees producing full construction documentation. Please note: Major Works Contract will be submitted via a NTT.",Awarded,"Contract awarded to Peryer Construction Wgtn Ltd, starting 23.03.20 with anticipated completion date 31.10.20.",608055,20250410 Ministry of Education - School Infrastructure,21906191,Request for Proposals,Open Competition,Murchison Area School - Special Needs Fencing,19-299-SN Fence,20191111,20191204,20200214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support and Murchison Area School Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd for the supply and installation of a Special Needs Fence at Murchison Area School. SITE LOCATION Murchison Area School, Waller Street, Murchison. The works includes supply and installation of a fencing around the school site. Please complete Part A and B of the Request for Tender and the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. These are mandatory documents required to evaluate tenders.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21906214,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Blocks 2, 14, M1, M4 - Replace Roofing Iron - Spouting at Raumati Beach School, Kapiti Coast",4992,20191112,20191202,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Raumati Beach Schools existing metal roofing and spouting on Blocks 2, 14, M1, M4 at Raumati Beach School has been inspected as part of a recent condition assessment. In a number of areas the roofing is under pitched and has reached the end of its economic life. This procurement looks for a professional Main Building Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Raumati Beach School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21906818,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block S - Refurbish Classrooms at Kapanui School, Waikanae, Kapiti Coast",5286,20191112,20191212,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Kapanui School has developed a project that would see significant improvements to the layout and condition of six teaching spaces and adjoining student toilets located in Block S. The project will incorporate alterations to create three small breakout spaces, introduce openings between teaching spaces, improve connection to outdoor areas and make better use of the shared space that the classrooms will be able to breakout into. The student toilet facilities will be made more efficient with full height self-contained cubicles created. Warm water will be provided to all wash hand basins. Resource storage will be improved with new joinery units provided. The work will create a much improved and more efficient and flexible learning environment with effective internal connection and better connection to outdoor learning areas. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21907111,Request for Tenders,Closed Competition,CW2019-066A Hutt Valley High School - Main Contract Works RFT,,20191107,20191206,20200203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to via a direct negotiation to Choice Commercial Interiors limited, to submit a Tender for CW2019-066A Lower Hutt Area Redevelopment Projects - Main Contract Works Boulcott School, Hutt Valley High School and Taita College This RFT is requesting pricing for Hutt Valley High School only, with the right to negotiate Taita College once designs are complete, with the appointed contractor of Boulcott and Hutt Valley High School. The Contract Works required at Hutt Valley High School are: i. General construction services for a weather tightness remediation project at Hutt Valley High School. ii. Work includes the remediation and or replacement of various weather-tightness related issues including: - A roof restructure - Exterior reclad - Internal refurbishment iii. The technology Block W was recently damaged by an internal fire and remediation is needed iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project See attached supporting tender documents for further information. The site visit date is to be confirmed. Please liaise with the procurement officer via the GETS Q&A function to arrange a site visit that suits both parties.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21909344,Request for Tenders,Closed Competition,Waitaki Boys High School - Science Block Property Rationalization,,20191111,20191129,20200228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21909553,Request for Tenders,Closed Competition,RFT for Main Contractor Services at Somerfield School,,20191108,20191206,20200415,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS.,"The Ministry is looking to procure a Main Contractor to complete Stages 3 & 4 of Phase 3 of redevelopment works at Somerfield School. The Contract Works required are: Stage 3 Fit out of newly installed relocatable units, including Services connections and External Landscaping works. Installation of new Caretakers Store (attached to end of newly installed relocs) including foundations and waffle concrete floor slab. Minor earthquake repairs to Hall, Library and play area. Relocation of a hardcourt. Stage 4 - Demolition of Blocks 4&8 (including asbestos removal)",Awarded,,915321,20250410 Ministry of Education - School Infrastructure,21911017,Request for Proposals,Closed Competition,Mahurangi College Roll Growth - Master Planning,MOE06692,20191113,20191203,20200131,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Mahurangi College have a 20 year strategy plan whereby the junior and senior campuses are separated. Currently the college is situated on one campus whilst operating a split education campus. The ideal outcome is that the junior and senior campuses are separated in the future. The college has been approved seed funding to investigate a build roll of 1600 students which equates to 11 Teaching Spaces by 2023, and a master plan roll of 2,500 by 2043 (equating to 66 Teaching Spaces as confirmed by Network). 2,500 figure is the maximum number of students that the school may need to accommodate in the future. We require a master plan to; Inform a business case to accommodate and support the roll growth of up to 2500 students on the current site. The Master plan roll should also be used to design the infrastructure requirement to accommodate the expected roll growth.",Awarded,,82890,20250410 Ministry of Education - School Infrastructure,21913350,Request for Tenders,Open Competition,Main Building Contractor for Block 2 Replacement Floor Coverings & Block 12 Classroom Refurbishment at Papatoetoe Central School,,20191112,20191209,20200807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The board of trustees at Papatoetoe Central School wish to find a suitably qualified building contractor to complete a life-cycle replacement of floor coverings to block 2 and a 4 classroom refurbishment in block 12,Not Awarded,We only received 1 tenderer who was extremely over budget. We have now re-scoped this project and will be going direct to market.,0,20250410 Ministry of Education - School Infrastructure,21916934,Request for Tenders,Open Competition,Head Roofing Contractor for Roof Repairs and Replacement to Multiple Blocks at Gisborne Intermediate,2566-20-03,20191120,20191216,20220712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,," There are multiple blocks at the school that require repairs or replacement of the roof to ensure that they are weathertight and to stop leaking. The BOT are seeking a head contractor that can carry out all the required works as a design and build in some instances to satisfy the requirements of the repairs and replacement. Gisborne Intermediate has numerous older building blocks that require roof replacement or repair due to lifecycle requirements. Some areas also require a partial or full repatch of the roof. The projected works are part of the schools agreed 5 year agreement with the Ministry of Education to preserve the capital value of the existing buildings and to make sure they are dry and safe environment for the children attending the school. The project covers a number of blocks within the school and the school will need to continue to operate as the works are carried out. Therefor the project will need to be phased over a period of time that allows the school to stay operational.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21918854,Request for Tenders,Open Competition,"Main building contractor for refurbishment of J: Block, Room 18 and minor works in Room 16, 17 & 19 at 1740 Hilltop School. (the School)",,20191113,20191211,20200414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website,"J block is made up of 4 classrooms during Stage 1 - Rooms 16, 17 & 19 have recently been refurbished (stage 1). Room 16 has had two new breakout rooms added and a new opening created between rooms 16 & 17, both classrooms have had new wet areas added. New floor and wall finishes and upgraded lights to LED. Room 19 has had two new breakout rooms added. Stage 2 is to refurbish room 18, convert from teaching space to a food technology/multipurpose classroom. Remove exiting windows and doors in rooms 16, 17 & 19, replace with bi-fold doors.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21918915,Request for Tenders,Open Competition,"RFT - Mechanical Engineering Contractor for Block A - Replace Boiler at Epuni School, Lower Hutt",5104,20191113,20191206,20200309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"A recent condition assessment survey of the mechanical heating at Epuni School has identified the need for major improvements on the boiler system. The two existing Sangiorgio Regency floor mounted boiler units are in poor condition, these will be replaced with two new wall hung condensing boiler units. This procurement looks for a professional Mechanical Engineering Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Epuni School Board of Trustees producing full construction documentation.",Awarded,"The contract was awarded to Hardisty Engineering Ltd, starting 27.02.20 with anticipated completion 31.07.20.",210725,20250410 Ministry of Education - School Infrastructure,21920349,Request for Tenders,Open Competition,"Main Building Contractor for Special Needs Fencing, Gates & VArious Works at Solway School, Masterton","Solway School, Masterton",20191113,20191209,20200114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Solway School, Masterton are seeking suitably qualified Main Building Contractors to carry out Special Needs Modification and Various Works to site.. The Contract Works required are: Various Site Works including fencing, gates, decking, ramps, handrails and concrete path for Special Needs Modifications. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. Jan 2020 with completion May 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No tenders received,0,20250410 Ministry of Education - School Infrastructure,21920499,Request for Tenders,Closed Competition,Main Building Contractor for Block G AMS Classroom Upgrade at Timaru Girls High School,214268,20191113,20191205,20200406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Block G AMS (Accelerated Modernisation Scheme) Classrooms Upgrade (the Contract Works) for the BOT (Board of Trustees) at Timaru Girls High School. Timaru Girls High School Block G was built around 1951 and has had an eastern end extension and several alterations and upgrades completed over the years. The building has a painted corrugated iron roof over the main classroom area, with a flat tray roof to the south side corridor. Timber fascia, barge boards and weatherboards cladding, with flat cement sheet soffit linings (Possible asbestos TBC). Timber window and door joinery. Concrete ring foundation and under wall strip foundation walls, with timber floor on piles to classroom areas. The Block G classrooms are generally in an original condition, with a worn and generally poor cosmetic condition. The school wish to complete ILE (Innovative Learning Environment) and DQLS (Designing Quality Learning Spaces Acoustics, Ventilation & Indoor Air Quality, Heating, Insulation and Lighting) upgrades to classrooms 13 -17 and to include opening classroom out into the adjacent corridor space, remodeling the east end resource area, create openings between classrooms for collaborative teaching and build new north elevation deck and veranda over.",Awarded,The contract was awarded to Henderson Building 2006 Ltd. and started in March 2020. The term of this contract is approximately 4 months,463331,20250410 Ministry of Education - School Infrastructure,21921071,Request for Tenders,Closed Competition,Wainui School (the School) 3x New Roll Growth Teaching Spaces Main Construction Contractor,MOE06734,20191113,20191216,20200710,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking a main contractor to undertake construction of a new 3-classroom block to accommodate future roll growth anticipated at the school. One of the oldest schools in the North Island, Wainui School was established in 1879. It has 7 blocks aged from 8 to 71 years old totalling 1573m? on a total site area of 4.8 hectares. The ground surface of the property slopes generally down from western and eastern boundaries at a gentle to moderate inclination towards an overland flow path. It is a fully operational school, consisting of 11 teaching spaces, a hall and a staff room, Music Room, Art Room, Technology Room, Library and an Administration Block. The roll as at July 2017 is 281 over years 1 to 8. This was the schools highest roll since 2011. It is projected to increase with an estimated peak roll of 330 in October 2018. Further roll growth pressure means three new teaching spaces are required. Project scope is: Site preparation comprising demolition of existing carpark, site clearance and earthworks. Relocation of 3 existing sheds as outline in Existing Site Plan Sheet A1.03 Construction of new single-storey teaching block comprising 3x teaching spaces, 2x breakout spaces, 1x maker space and toilet amenities with an approximate total Gross Floor Area of 310 m2 External works comprising hard and soft landscaping, matching in a making good with existing new hard landscaping Site infrastructure works comprising water supply, electrical supply, data and PA system Security services, storm water and sanitary sewer drainage It is proposed that construction works commence February 2020, with an indicative completion date of October 2020.",Awarded,,1379028,20250410 Ministry of Education - School Infrastructure,21921085,Request for Tenders,Closed Competition,RFT for Main Contractor Services at Mairehau Primary School and Banks Avenue School,,20191111,20191212,20200904,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,"The Ministry of Education is looking to procure a Main Contractor to deliver redevelopment works at Mairehau Primary School and Banks Avenue School. Mairehau Primary School The Contract Works required are: Demolition of 2 Dominion teaching blocks (8 TS), library, administration and CEBUS buildings (2TS). Construction of 16 new Teaching spaces, library, administration. Refurbishment of existing hall and 6 teaching spaces. The work will be completed over several stages to ensure the school will remain operational during construction. The redevelopment will also remediate the extensive infrastructure issue on site, especially to the sewer and stormwater Banks Avenue School The Contract Works required are: Construction of four teaching pods, hall, administration, and library/whanau single storey buildings with new infrastructure including car parking facilities, outdoor play and court areas.",Awarded,,8470249,20250410 Ministry of Education - School Infrastructure,21923041,Request for Tenders,Open Competition,Fire Alarm Contractor - Site Wide Type 4 Naenae Intermediate,,20191114,20191209,20200131,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The BOT at Naenae Intermediate School are seeking the services of a fire alarm contractor to undertake the design and construction of a site wide type 4 alarm at Naenae Intermediate. Additional details of the exact buildings included are within the attached specification. Design of site wide type 4 fire alarm system for Naenae Intermediate Installation of site wide type 4 fire alarm system for Naenae Intermediate Coordination with council for any required inspections for building consent Obtaining independent inspection an approval Obtaining code compliance certificate The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. Please find attached - Request for tender (Additional details about this tender and the process describing the evaluation) - Form of Tender Part A (to be completed by the tenderer) - Form of Tender Part B (to be completed by the tenderer) - Fire Report - Specification - Site Plan - Contract successfully tenderer will be required to sign",Awarded,One valid tender was received. Following evaluation the tender was deemed to be valid and compliant. The contractor is evaluated to have the necessary attributes and capacity to complete the work. The tender was within in the price range 50 - 100k. The tender has been awarded to Alliance Fire & Security.,70000,20250410 Ministry of Education - School Infrastructure,21923273,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 8 - Refurbish Classrooms at Masterton Primary School, Masterton",5351,20191113,20191206,20200407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Masterton Primary School is planning to complete the upgrade of teaching spaces in Block 8. The interior of the building has been progressively improved over recent years, this project will complete DQLS improvements and make alterations to two spaces to enable them to be used for standard teaching. All four classrooms will have high level clerestory windows altered and opening sashes introduced. Three teaching spaces will have new carpet floor coverings provided, a new wet area and associated vinyl flooring will be created and alterations will be made to the existing food technology room. New LED light fittings will be provided and acoustic treatment to the ceiling introduced. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Masterton Primary School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21926139,Request for Proposals,Open Competition,Waimauku School Roll Growth Master Planning & Lead Design Services,,20191113,20191206,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Waimauku Primary School is located at 2 Muriwai Road, Waimauku, Auckland. The School is currently operating in excess of its current capacity. As of June 2019, the School is occupying their hall and two leased relocatable buildings as temporary accommodation. The current roll confirms their eligibility for four additional TS, increasing their teaching space count to 34. In addition to the above roll growth requirements, following the assessment of current school buildings it was recommended to replace four aged and substandard TS in block 9 to achieve a whole life solution for the school. A business case was approved in August 2019 for the construction of a new two-storey, eight classroom block, which will replace the four aged TS and provide four roll growth TS.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21929001,Request for Tenders,Open Competition,Construction Services for construction of the New Library at Rangiora Borough School,213853,20191114,20191210,20191218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Boards of Trustees at Rangiora Borough School (the Buyer) is seeking a Main Contractor for the construction of the New Library. The project is intended to start in January 2020.,Awarded,"Id like to thank you for your interest and for the time and effort you put into preparing and submitting your proposal. If youd like to discuss the outcome of this tender and gain feedback on your proposal, please indicate by sending an email to the address below and we will arrange a debrief session on a date that suits both parties. Regards Nathan nathanf@logicgroup.co.nz",725625,20250410 Ministry of Education - School Infrastructure,21929348,Request for Tenders,Closed Competition,"Main Contractor for Block B ILE, Lockdown & Roofing at Te Awamutu Primary School",1159,20191114,20191205,20200212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,RFT stage - closed tender.,Awarded,,719567,20250410 Ministry of Education - School Infrastructure,21933507,Request for Tenders,Closed Competition,Lincoln High School - Gym 1: Partial Cladding Replacement,347-19-06,20191114,20191206,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21933649,Request for Tenders,Open Competition,"Main Building Contractor for Block 1 Toilet Addition & Alteration at Bulls School, Bulls",Bulls School,20191115,20191210,20200409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Bulls School, Bulls are seeking suitably qualified Main Building Contractors to carry out Toilet Additions and Alterations to Block 1. The Contract Works required are: The proposal is to remove existing toilets and replace with 2 x W/Cs and 1 x accessible toilet in between the existing boys and girls toilet. Strip the existing wall and ceiling linings and replace new Hardiglaze easy to clean impervious surfaces. Allow for insulation while linings are removed. New Lanwood toilet partitions and doors. Replace toilet pans, cisterns hand basins and water saving tapware. New ramp and handrail to be fitted for access to the accessible toilet/shower area. Replace lighting and light switches. Replace floor coverings with Terraflake seamless flooring. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. Jan/Feb 2020 with completion June 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Houghton Gemini Pepper Construction,120038,20250410 Ministry of Education - School Infrastructure,21939170,Request for Proposals,Open Competition,Pasadena Intermediate School Roll Growth Lead Design Services,,20191115,20191210,20200401,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Pasadena Intermediate School is a Year 7-8 school located in the Grammars Western Springs Catchment Area. The Schools buildings mostly date from the 1940s, located on a small site adjacent to Western Springs College. The school is currently operating slightly over capacity, with an increase in roll from 293 students to 369 between 2018 and 2019. Due to population growth in the local area the pressure only the school is predicted to increase. In August 2019 a roll growth project was approved to increase the Schools capacity, with an initial increase of nine teaching spaces and Master planning for an eventual roll of 800. A major roofing and internal refurbishment project is currently underway at the School. It is anticipated that this project will be concluded in late 2019. Following completion of this project the School will have re-roofed nearly all the school buildings, carried out incidental electrical upgrades and internally upgraded the classrooms in the main block. Project risks/constraints include asbestos which is located in the field area adjacent to the neighbouring Western Springs College, and the limited site which will present challenges to both designers and contractors. The project will be delivered through traditional design and construction contracts (CCCS and NZS 3910).",Awarded,,509376,20250410 Ministry of Education - School Infrastructure,21940033,Request for Tenders,Open Competition,"Main Sealing/Driveway Contractor for Hotmixing, Concrete and Drainage Works at Rangitikei College, Marton","Rangitikei College, Marton",20191119,20191213,20200421,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Rangitikei College, Marton are seeking suitably qualified Resealing/Driveway Contractors to carry out Hotmixing, Concrete Works and Drainage Works. The Contract Works required are: Front Carpark: Remove existing hot mix surface, remove existing sub-standard fill around water mains and replace with good quality roading fill. Re-level remaining base course, apply new asphaltic layer to comply with roading standards. Remark parking demarcation lines. Inspect existing water pipes while they are uncovered. Concrete to grass area: Run a new stormwater pipe from existing down pipe on Gymnasium to existing stormwater and connect on classroom wall. Extend stormwater pipe under new slab over to the grass area. Prepare ground and box area. Pour new concrete to entire area. Install new manhole to replace timber cover by PE Store wall. Stormwater Refurbishment: Jetblast all stormwater piping out to road end of entrance driveway. Sewer Pipe Replacement: Replace existing sewer pipe with new pipe complying pipework and mounted on new or repaired mounting positions. Replace coupling/inspection points where it is protruding out of foundation.. Mount new pipe so its fall is in a straight line to comply with code. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. Jan/Feb 2020 with completion May/June 2020. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,"Awarded to DML Costruction $154,406.96 exclusive",154407,20250410 Ministry of Education - School Infrastructure,21940341,Request for Proposals,Open Competition,CW 2019-062 Cannons Creek School Remediation Lead Design Services,,20191115,20191212,20200604,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Cannons Creek School (the School) Remediation Lead Design Services (the Services). The Project background is: i. Cannons Creek School is a Decile 1 primary (Year 1-6) in Porirua. Weathertightness issues across the school have been reported over the last few years and a report was completed mid 2019 proposing a re-roofing solution. This solution will involve the re-roofing and replacement of high level joinery in blocks 1, 2 and 3. ii. Along with this work, the water reticulation network requires replacement, as it is in poor condition. Minor stormwater works will be required concurrently. iii. Additionally, the toilets in block 3 are in surplus and poor condition. Consolidating and modernizing the toilets is required and will leave space that will be returned as additional teaching or circulation area. iv. There is also a requirement for the refurbishment of the interior of all classrooms, which will be undertaken during the roof and joinery works. The extent of the refurbishment will be subject to the budget remaining after other issues described above are dealt with. The extent is anticipated to be replacement of all soft coverings and re-painting of classrooms spaces. v. It is anticipated that the project construction works are to start in October 2020 and be completed by October 2021 Please refer to attachments for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21941593,Request for Proposals,Closed Competition,RFP for Onepoto School- Design and Build Services,MOE06413,20191120,20191219,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21941741,Request for Tenders,Open Competition,Main Contractor for the Block 9 Upgrade at Summerland Primary School,,20191118,20191212,20200227,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Summerland Primary School are seeking a Main Contractor for the Block 9 Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21943458,Request for Tenders,Open Competition,New Acoustic Treatment and UV Protection to the Atriums of 4 Whanau Blocks and the Lifecycle Replacement of Carpet in the classrooms at Albany Junior High School,,20191118,20191213,20200330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The replacement of the existing floor linings in the classrooms. The addition of new wall linings, floor linings and ceiling baffles in the Atrium. UV Protection to the Atrium windows, as well as the West facing windows in the classrooms.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21944584,Request for Tenders,Open Competition,Karitane School - Breakout Space & ILE Upgrade,3756-19-03,20191120,20191213,20200527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The Contract Works required are: Toilets will be relocated, enabling easier access from all areas of school. Redevelop the old toilet area into a Break-out space and collaborative work area. New carpet/ vinyl will be installed. New doors will be installed New windows will be installed. New finishings",Awarded,,344140,20250410 Ministry of Education - School Infrastructure,21946294,Request for Tenders,Closed Competition,"Main Contractor for Blocks A,B,C,D & I DLS Upgrade, Block B cladding replacement & Compliance at Rimu Full Primary School",19-023,20191129,20191220,20200521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Rimu Full Primary School Board of Trustees is looking for a suitable experienced main building contractor to complete building construction work at their School. Included in the scope required is roof & wall cladding replacement work, internal classroom upgrades as well as a site wide fire and accessibility compliance upgrade. The work will be split into consentable and non consentable work, with the latter available for immediate start. Some work will be required to be completed outside normal school hours and in term school holidays where safety and specified system issues need to be addressed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21946798,Request for Proposals,Open Competition,"Karapiro School AMS, Watertank and UV Filter",,20191119,20191212,20200811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Karapiro School would like to combine Block B and Block D into one comprehensive innovative learning environment. This will involve a 30sqm of increased footprint to join the rear of blocks B and D. This project will create a flexible learning space for the senior school and enable further collaboration between classrooms. The project will also include replacement of the existing water tank and UV filter.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,21947531,Request for Tenders,Open Competition,Victory School - Design & Build of Boiler Upgrade,217301,20191119,20191218,20200214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uplaoded on GETS,The contract works required are to design and build a Wood Pellet Boiler solution as described and explained in the attached specifications and recommendation reports. The works would involve removing the existing coal burner and selecting and procuring one of the specified boilers in the recommendation report and constructing the works as specified in the attachments.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,21949967,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block C - Refurbish Classrooms 3-6 and Toilets at West Park School, Johnsonville, Wellington",5166,20191120,20191213,20200218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"West Park School is comprised of timber weatherboard clad single storey buildings created in early 1960s. The work proposed alters the plan of Block C layout to achieve two twin room shared/flexible teaching spaces and refurbishes the classrooms including development of breakout spaces. The work will replace interior linings and allow fitting of insulation to walls and ceilings. Acoustic finishes will be fitted over the wall and ceiling linings. Openings will be created between spaces, some will be fitted with clear glazing. New flooring will be laid and joinery installed. Toilets will be refurbished and new sanitary services installed a long with provision of warm water. The work is interior in the majority though the proposed window replacement effects the exterior. An asbestos report has been commissioned which may confirm areas of the exterior cladding to be asbestos. Accordingly, this information will be shared with tenderers for them to include for its removal in their offer, along with an Asbestos Management Plan. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the West Park School Board of Trustees producing full construction documentation. Please note: Asbestos Report will be loaded via a NTT",Awarded,"The contract was awarded to Field & Hall Ltd, will start 19.02.20 with expected completion date 31.07.2020.",537886,20250410 Ministry of Education - School Infrastructure,21950562,Request for Quotations,Open Competition,Wakari School: New Classroom Block - Lead Design Services,,20191120,20200124,20200525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Wakari School Board of Trustees are seeking proposals from suitably qualified Lead Designers for the delivery of the proposed new classroom block. The project incorporates the construction of a new three teaching space block and associated spaces such as breakout/resource areas and toilet facilities. Also included is the removal from site of three existing teaching spaces.,Awarded,"Following the assessment of the proposals received, the Board of Trustees have appointed Dwelling Architectural Design as the lead design consultant for this project.",0,20250410 Ministry of Education - School Infrastructure,21953361,Request for Tenders,Open Competition,Main Building Contractor for Structural Upgrade for the School Hall Lytton High School Gisborne,211309,20191121,20200117,20200403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"3.1 The Contract Works required are: o Structural Upgrade, as per Plans and Specifications o To Window works to replace existing timber louvres with awning type to improve ventilation. DQLS works o To re-pitch the flat roof to the Foyer area to Code o To remove existing ceiling linings & bulk ceiling mounted MTHW heating & replace with new suspended acoustic Ceiling to DQLS requirements. o To new lighting to Hall as part of above ceiling replacement o To new Escape doors from Hall, with 'panic' bars o To replace deteriorating Weatherboards to North wall of Hall o To Replace all main roof flashings. Note that the existing coloursteel roof is in a good condition, to be re-screwed etc o To new gutters and downpipes and MOE gutter flashing to be installed to existing roof o To make good the existing exposed polyurethane floor, after removal for foundation works, and the upgrading of the structural flooring structure for high compliant loadings: Reference NZS1170 o To replace deteriorating barge and soffit linings o To thermal insulations to walls where cladding replaced and to new ceiling DQLS work",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21958560,Request for Quotations,Closed Competition,CW2019-112 Wellington High School - Master Plan Design Services,,20191119,20191211,20200203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a Lead Designer, to provide Master Plan design services for a redevelopment project at Wellington High School. This tender is seeking fixed priced quote for the Mater Plan Design stage only. Please refer to the attache documents for further information. A site visit has been scheduled for 12.30pm for 1 hour on the 28th of November 2019 - Attendees must register via GETS at least 24 hours in advance of the visit. Please note the draft contact will be released via NTT. For further information, please see the attached documents. Please direct any questions through the GETS Q&A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21961155,Request for Tenders,Open Competition,Main Construction Contractor for the Classroom Upgrade Works at Otamatea High School,,20191122,20191218,20200612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the Classroom Upgrade Works at Otamatea High School. The proposed alterations works are spread over two existing Blocks / Buildings and includes: D Block: Internal upgrades to the Corridor, Classrooms D1, D3 & D6, and the conversion of the existing resource room into a breakout space accessed from Classrooms D1 & D3. Interior upgrades include new floor and wall finishes, new paint finish to ceilings, new joinery units, and new data and electrical connections. The buildings fire alarm system is to be upgraded to a type 4 system & connected to the M Block control panel, and new emergency exit signage and emergency light is to be installed. External alterations including the removal and replacement of rotten east wall of Classroom D1. M Block: Internal upgrades of the existing Public Toilets and the Staff Toilets including new wall linings and finishes, new floor finishes, new plumbing fittings, new extract ventilation, new partitions, and the upgrade of the existing fire alarm control panel to accommodate the connection of the D Block Type 4 alarm system. There are 3x Provisional Work Items included in the proposed contract works - These are identified on the Architectural Drawings and include the following: - Removal of an existing window and installation of a new external double door to Classroom D6. - Supply and Installation of Aquron 2000 sealer to the existing concrete slab floor to the extent of the new floor coverings in D & M Block. - Supply & Installation of 6x new automatic hand driers to the Public & Staff toilets (and associated works). Tenderers are to allow for these as separate items in their Pricing of the Contract Works (under the P& G Costs Prov. Works & Trade Summary Prov. Works Tabs), and it will be at the School's / Principal's discretion if these works proceed or not. The Contract works are to be undertaken under the following stages to minimize disruption to the school and maintain suitable operational facilities and teaching spaces for the school to operate: Stage 1: D Block Classroom D1 & the breakout space. Stage 2: D Block Classroom D3 & the Corridor. Stage 3: D Block Classroom D6 Stage 4: M Block Staff Toilets Stage 5: M Block Public Toilets",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21966149,Request for Tenders,Open Competition,Sports Turf Specialist Contractor for Sports Field Upgrade at Murrays Bay Intermediate School,,20191121,20191216,20200113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,244781,20250410 Ministry of Education - School Infrastructure,21966388,Request for Tenders,Closed Competition,Reporoa College Technology Block upgrade Main Contractor,REP09,20191122,20191216,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This is the second stage of the two stage RoI/ RFT process for the project. All questions are to be via the GETS portal and responses will be made via the portal.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21970392,Request for Tenders,Closed Competition,Main Contractor for Block C Upgrade & Block A Floor Coverings & Toilet Upgrade at Waverley Park School,19-032,20191122,20191212,20200513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Waverley Park School BoT is looking for a suitably experienced contractor to compete upgrade works to Blocks A,C at Waverley PArk School. The work with be split into two stages - Stage 1 non consentable work scope to be completed during Term 4 2019/20 school holidays and into Term one 2020. Stage 2 consentable work scope will be completed at a later date once site wide compliance upgrade work has been completed as part of a separate project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21972417,Request for Tenders,Open Competition,Mangatawhiri and Otaua Schools Roll Growth & FFE - Classroom Renovations Main Contractor,MOE06621,20191125,20191218,20201016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Mangatawhiri and Otaua Schools Roll Growth & FFE - Classroom Renovations Main Contractor (the Contract Works).,Awarded,,136867,20250410 Ministry of Education - School Infrastructure,21972943,Request for Proposals,Closed Competition,RFP for Project Management and Engineer to Contract Services for the Redevelopment of Sara Cohen School,,20191121,20191212,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires Project Management and Engineer to Contract Services for the redevelopment of Sara Cohen School in Dunedin. Sara Cohen is a Special Education School with a Build Roll and Masterplan Roll of 24, located on a flat 2729m? site on Rutherford Street, Caversham, in Dunedin. It is surrounded on three sides by the Dunedin City Council Reserve and is adjacent to the Richard Hudson Kindergarten. It was established in 1926 with main Block 1. Three other blocks where added between 1965 & 1981 as extensions to the school. This project is to deliver a full replacement of the entire school built form and all site services, gardens, play space, parking and support activities for a Special School Base site 796m? gross, delivered in stages while the school remains in occupation.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $50,000-$100,000",0,20250410 Ministry of Education - School Infrastructure,21974495,Request for Tenders,Open Competition,Ellerslie School - Library and Toilet Upgrade,,20191127,20200122,20200421,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"The project is to combine two former classroom spaces into a modern library environment. New wall, floor and ceiling finishes. Updating heating/cooling systems. Primarily an internal refurbishment - some window/doors upgrades. The schools main toilet block is in need of modification and upgrade and will form part of this project. Replacement of sinks/pans, partitions and finishes etc. The current layout is to remain.",Awarded,Great to see such a large response from all tenderer's. Non-priced attributes played a significant role in this tender and it would be good advice for all parties to ensure they apply good due diligence when submitting tenders.,412500,20250410 Ministry of Education - School Infrastructure,21976047,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 7 - Air Quality Remediation & Window Replacement at Johnsonville School, Wellington",5270,20191126,20191219,20200513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"Block 7 occupants have raised concerns over recent years that the interior spaces were musty smelling. Air quality testing was carried out by Cove Kinloch along with a building report. There were some elevated counts of bacteria and high moisture levels. The outcomes of the report form the basis of the scope of work. The work will reinstall the timber decking about the building to provide for clearances, foundation wall vents will be cleared/enlarged and additional vents added. Further, a passive air extract system will be installed. Polythene over the subfloor ground will be refitted where it no longer seals to foundation walls and piles. Windows will be replaced allowing openings to be flashed and sealed. The drainage in the area of Block 7 will be reconfigured to manage the overland flow paths about the building. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Johnsonville School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Alaska Construction, starting 11.05.20 with completion anticipated 31.08.20",0,20250410 Ministry of Education - School Infrastructure,21979410,Request for Quotations,Closed Competition,Christchurch East School Demolition and Asbestos Removal,,20191125,20191211,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Christchurch East School will be undergoing major redevelopment as part of the CSR programme. The scope of work being completed for the redevelopment project involves: Demolition of Block one and Two teaching spaces of Block 2 Construction of 3 new 400m2 buildings in the same location of the Block 1 & 2 that will be demolished. This work will be completed under the main contractor which is to be awarded. The demolition is preferred to be completed by 26 January 2020 so o work will interrupt the start of Term one 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21979644,Request for Tenders,Open Competition,Main Contractor for Block 1 Flexible Learning Space Refurbishment & Toilet Block Upgrade at Tokoiti School,,20191128,20200123,20200610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"Tokoiti School has approximately 35 pupils and 3 teaching spaces. It is situated 2km south east of Milton in South Otago. The school buildings are primarily timber and fibre cement clad, timber framed structures which are single story and a mixture of relocatable and permanent structures. These were constructed between 1920-1982. Block 1 is a single-story fibre cement, with two teaching spaces, pupils and staff toilets it is attached to the administration. It was originally constructed in 1976. Block 2 is a fibre cement relocatable building that was constructed in 1982. Block 3 is a weatherboard building constructed in 1920s. It is currently a store room. In the past it has been a toilet block, and a library. Outcome sought Tokoiti School are looking to modernise and protect Block 1 by carrying out a refurbishment on the interior of classrooms. New wall linings and insulation where directly affected by the works. New floor coverings where directly affected by the works. New LED lighting to teaching spaces. Removal of the pupils toilets between rooms 1 & 2. And opening the wall between rooms 1-2 to create a shared ILE teaching space. Installation of an external bag storage area. New ceiling and insulation. Replacement of clear lite to veranda Repairs and replacement of roofing and spouting. New electrical and fire alarm services. Tokoiti School are looking to protect Block 2 by: New roofing Tokoiti School are looking to modernise and protect Block 3 by: Creation of three unisex toilets New partitions between the toilets. New ceiling and wall linings. New insulation. New floor coverings. New handrails and replacement door. New plumbing, electrical and fire alarm services. New roof, guttering and insulation. Tokoiti School are looking to modernise and protect Block 8 by: New emergency lights and fire alarm services",Awarded,,568000,20250410 Ministry of Education - School Infrastructure,21979892,Request for Tenders,Open Competition,"Main Contractor for the Block 1, 3, 4, 6 Roof Replacement at Northcote Intermediate School",,20191125,20191218,20200417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Northcote Intermediate School Board of Trustees are seeking a Main Contractor for the Block 1, 3, 4 and 6 Roof Replacement project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21982805,Request for Tenders,Closed Competition,Birkenhead College,31-May,20191127,20191217,20200407,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submission to be via GETS website,Outcome sought will be to remove off-site 5 teaching spaces and removal of all asbestos materials. To disconnect existing services to those teaching spaces and make ground the ground surfaces to blend in to the original surrounding surfaces. Please also note that the classrooms are expected to be demolished either on site or it is preferred it to happen off site.,Awarded,"This RFx will procced, subject to current Co-vid19 restriction negotiations",150000,20250410 Ministry of Education - School Infrastructure,21982932,Request for Tenders,Closed Competition,Hoani Waititi TKKM,279-10,20191127,20191217,20200103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be via GETS website,Outcome sought will be to install heat pumps into each of the blocks in the Kura. Replace floor coverings and wall linings in Block 16 and 18 & the Music room of Block 14. Replace floor coverings only in Block 1 and the foyer and entry way of Block 2.,Awarded,,189219,20250410 Ministry of Education - School Infrastructure,21984079,Request for Tenders,Closed Competition,CW2019-128 Porirua College (the School) Block A Rationalisation Main Contract Works,,20191125,20191206,20200115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking contractor to provide construction services fro a minor redevelopment project at Porirua College. The Ministry is tendering this project to Construct Wellington via direct negotiation. Please direct any questions via the GETS Q&A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21985671,Request for Tenders,Open Competition,"RFT - Civils Contractor, Site - Re-asphalt Driveway and Rectify Stormwater Flooding at Fraser Crescent School, Upper Hutt",5316,20191126,20191219,20200923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Fraser Crescent School is comprised of timber clad single storey buildings created in early 1960s. The work proposed will re-asphalt the driveway and improve drainage. The existing car park and driveway asphalt is breaking up. This is the result of thin asphalt, poor ground preparation and ponding. The paving has little or no falls and is poorly directed to the few sumps serving the area. The work will scarify the existing paving, reposition sumps and/or provide new sumps to ensure effective rainwater collection and drainage, reform the ground for effective falls and overlay the entire area with 35 mm thickness heavy vehicle asphalt paving. This procurement looks for a professional Civils Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Fraser Crescent School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Sierra Delta Civil Limited, starting 25.09.20, anticipated completion date 31.10.20.",101507,20250410 Ministry of Education - School Infrastructure,21988271,Request for Quotations,Closed Competition,CW2019-135 Karori West Normal School - PM & EtC Services,,20191126,20191216,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Block B at Karori West Normal School has been identified to have multiple weathertightness issues. A school lead project to refurbish the block has been bought in-house to the Ministry to deliver so the identified issues can be resolved in a larger holistic project. A condition assessment of the building has highlighted a number of concerns regarding the age and maintenance of the building but also issues regarding its fundamental design. An extensive remediation and refurbishment project is required to resolve these issues and provide the school with modern learning environments. Project roles are: o Delivery Manager: Jeremy Hollis o Engineer to the Contract: TBC - Will be the PM o Engineers Representative TBC Will be the PM o Quantity Surveyor: TBC o Lead Designer: Miles Seddon A table outlining reporting lines is for the Project is included in the Scope of Services. Key Roles requiring named personnel for the Services are: Project Manager; Engineer to Contract. Please refer to attachments for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21992131,Request for Tenders,Open Competition,"Main Fencing/Building Contractor for Learning Support Modifications - Fencing & Gates at Foxton School, Foxton",Foxton School,20191128,20200117,20200401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Foxton School, Foxton are seeking suitably qualified Main Fencing/Building Contractor to carry out learning Support Modifications - Fencing & Gates to site. The Contract Works required are: Install of fencing & gates on site for Learning Support Modifications. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. Feb/Mar 2020 with completion May/June 2020, however this will be discussed with the succesful contractor and school once funding approved and the availability of product from manufacturer. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,167674,20250410 Ministry of Education - School Infrastructure,21992784,Request for Tenders,Closed Competition,CW2019-140 Request for Tenders for: Karori West Normal School (the School) Block B Refurbishment Main Contract Works,,20191126,20191213,20200115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses should be uploaded on GETS,"The Ministry is seeking a main contractor to provide construction services for a minor redevelopment project at Karori West Normal School. This project is being tendered via direct negotiation to Armstrong Downes Commercial 2012 Ltd. Please see the attached documentation for further information. A draft contract and pricing schedule will be released via NTT. Please direct any questions via the GETS Q&A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,21999967,Request for Tenders,Open Competition,Otago Boys' High School - Hostel Parking Redevelopment,,20191202,20200124,20200211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otago Boys; High School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the parking redevelopment at the School Hostel.,Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,22002234,Request for Tenders,Open Competition,Construction Services for the New Classroom Block at Springston School,210540,20191128,20200117,20200210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Boards of Trustees at Springston School (the Buyer) is seeking a Main Contractor for the construction of the New Classroom Block (Block 3). The project is intended to start in February 2020.,Awarded,"Id like to thank you for your interest and for the time and effort you put into preparing and submitting your proposal. If youd like to discuss the outcome of this tender and gain feedback on your proposal, please indicate by sending an email to the address below and we will arrange a debrief session on a date that suits both parties. Regards Nathan nathanf@logicgroup.co.nz",571720,20250410 Ministry of Education - School Infrastructure,22006724,Request for Tenders,Closed Competition,"Waimate Main School: AMS 1,2,3 : ILE Classroom Modifications & Toilet Refurbishment & Dental Conversion",3574-19-01,20191128,20191204,20200804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22007941,Request for Tenders,Open Competition,RFT Civil Works for Major Redevelopment at Whangarei Boys' High School,,20191129,20200131,20200508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Whangarei Boys High School is a state, single sex, decile 5 boys school, catering for Year 9 to 13 boys, the school roll is 1106 (March 2019), the build roll for the redevelopment project is 1300. A new master plan was completed in February 2019. This study identified that a greater proportion of the school could be built new on the lower western field, within the available funding. This could be delivered via simpler staging, shorter programme, reduced disruption and improved functionality of the final deliverable. The school will be rebuilt new on the Western Field, with the exception of the following existing buildings to be retained/refurbished: Whare, Gymnasium, Music and Drama Block, Block Y (Health & PE), Auto Store. Other assets to be retained including Swimming Pool, Hardcourts and Caretakers shed. This approach results in the replacement of approximately 80% of buildings. A civil contractor is required for the construction of a new access road from State Highway 1, Western Hills Drive to enable access to the new school site. It is envisaged the new access road will be completed before the commencement of the main build on the field prior to June 2020.",Not Awarded,"United Civil Construction has been awarded the civil works contract for Whangarei Boys High School. Please look out for future opportunities with the Ministry of Education.",0,20250410 Ministry of Education - School Infrastructure,22011519,Request for Proposals,Open Competition,Master Planning and Lead Design Services at Chelsea School,,20191202,20200124,20200519,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Chelsea School is a decile 10 year 1-6 primary school on Aucklands North Shore, comprising 17 teaching spaces providing current capacity for approximately 390 students. One of the blocks Block 7 is at the end of its serviceable life, and is required to be rebuilt. Currently Block 7 comprises six teaching spaces. Master Planning and Lead Design Services are required. Note that no site-specific investigation reports have been carried out to date. The winning tenderer is to obtain these as required. This may include (but is not limited to) geotechnical investigation reports, environmental and contamination assessments, seismic assessments.",Awarded,,371875,20250410 Ministry of Education - School Infrastructure,22012718,Request for Proposals,Closed Competition,"RFP for MPLD Services for Elmwood Normal School, Paparoa Street School, Te Ara Maurea Roydvale School and Fendalton Open Air School",,20191129,20200110,20200409,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,n/a,"The Ministry of Education is looking to procure Master Planning and Lead Design services for a package of four schools: - Elmwood Normal School - Paparoa Street School - Te Ara Maurea Roydvale School - Fendalton Open Air School",Awarded,,1893495,20250410 Ministry of Education - School Infrastructure,22017762,Request for Tenders,Open Competition,19-018 Mission Heights Primary School 5YA modernisation Project,,20191203,20200123,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be forwarded through GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22024258,Request for Tenders,Open Competition,Main Contractor for AMS Block B ILE Upgrade at Reporoa School,211531,20191204,20200129,20210114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,,Awarded,"Awarded 2/4/20, project start delayed due to Covid, expected completion 31/1/21",0,20250410 Ministry of Education - School Infrastructure,22028497,Request for Tenders,Closed Competition,Kaikoura Primary School (the School) Main Contractor for Refurbishment Works to the Hall Block,MOE06975,20191203,20200204,20200605,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This project relates to Block C or the Hall block at Kaikoura Primary School This building is currently divided into two spaces: One at 106m2 being used for performing arts and one 193m2 as a multi-purpose area that is used for a number of curriculum activities in line with the schools teaching practices including indoor sports. This gives the Hall block a combined total coverage area of 299m?. Kaikoura is a small tightknit community and there are a large number of community groups that constantly utilise both areas of the block. The building is approximately 75 years old and has deteriorated over the years due to a lack of pre-planned maintenance which requires remediation externally and internally. Following a review of the structural condition in 2014 and subsequent report by Opus it is understood that seismic upgrades are needed to meet the required National Building Standard (NBS) rating of 67% (it is currently rated at 47%).",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",500000,20250410 Ministry of Education - School Infrastructure,22030677,Request for Tenders,Open Competition,"Main Building Contractor for Classroom Upgrade, Toilet Conversion and New Toilet at Morrinsville Intermediate",,20191209,20200207,20200824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,The board of trustees seeks a main building contractor to modernise and upgrade classrooms 1 and 2 in Block C and associated toilet area to create breakout space and create breakout area and alterations to toilet between Rooms 3 and 4; Block A Upgrade science room and construct new adjoining toilet block; Block R Upgrade/refurbish boys and girls change rooms; Supply and install heat pumps in classrooms where specified and close down/decommission boiler,Awarded,,760000,20250410 Ministry of Education - School Infrastructure,22031436,Request for Tenders,Open Competition,Various Works Summer 2020 - Mercury Bay Area School,6019,20191209,20200109,20200724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Updating existing hall -removal of temp flooring & revert to hall space,Not Awarded,PENINSULA PROJECT MANAGEMENT,0,20250410 Ministry of Education - School Infrastructure,22031835,Request for Tenders,Open Competition,5533 Main Contractor for Block 6 Modernisation Colyton School,5533,20191206,20200122,20200528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,Colyton School Board of Trustees is tendering for a main building contractor to undertake modernisation work to block 6 at Colyton School,Not Awarded,Contract awarded to Isles 16/3/2020,0,20250410 Ministry of Education - School Infrastructure,22036686,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Special Needs Modifications - Access at West Park School, Johnsonville, Wellington",5255,20191206,20200204,20200713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded in GETS.,"A recent property modifications report has identified the need to make improvements to the site which will allow safer passage of wheelchair movement around the school and between buildings. This includes making pavements easier to navigate and minimise unsafe edges and platforms. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the West Park School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Sierra Delta start date 01.07.20, anticipated finish date 31.01.21.",154924,20250410 Ministry of Education - School Infrastructure,22052426,Request for Proposals,Open Competition,"CW2019-106 Gisborne Bundle Design Services, weather-tightness and learning support",CW2019-106/MOE06682,20191206,20200131,20200430,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS.,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Gisborne Bundle Weather tightness and learning support Design Services (the Services). There are four schools within the Gisborne region which require an architect to undertake modifications The scope of works are as indicated below but are not limited to: Te Hapara School (a) Block B Library requires a weather tightness remediation design (b) Stage 1 Concept Design then Stage 2 all following lead design services Gisborne Boys High School (a) Learning Support modifications to improve access (b) Requires all lead design services from Developed and Detailed design to be completed Lytton High School (a) Drama and music block requires weather tightness remediation (b) Requires all lead design services from Developed and Detailed design to be completed Makauri School (a) Block G requires a weather tightness remediation design (b) Stage 1 Concept Design then Stage 2 all following lead design services Please note that over the Christmas period GETS / Procurement Officer will not be available to respond to questions during 16 December 2019 to 05 January 2020",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22055563,Request for Tenders,Closed Competition,Main building contractor for Block B Internal Upgrade at Vardon School,201932B,20191212,20200128,20200505,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"Level 1, 298 Tristrim Street","To tenderers On behalf of Vardon School, Board of Trustees, we would like to invite you to proceed to the next stage of procurement for the Block B internal upgrade at Vardon School. Please note that the scope of this project has been modified and reduced. As the result, no building consent is required for the new scope. The scope has divided into two phases due to the school's operation during term time. Phase 1 - Complete new work in classrooms 14 & 15, bag bay and Toilet 1 as noted on drawings. Phase 2 - the remaining work as described in tender documents. Refer attached documents for details. Please provide tender price in two phases and identify clearly in your tender. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFTs are to be by GETS.",Awarded,The successful tenderer confirmed that there is no tags in their tender and their sub-contractors confirmed their price and scope as well.,198145,20250410 Ministry of Education - School Infrastructure,22057170,Request for Tenders,Open Competition,Motueka High School SW Drainage Upgrade,,20191210,20200131,20200324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project is required to provide a design and build for the upgraded of the existing storm water infrastructure to cater for the increased role and prevent further surface flooding to areas when it rains. The project is to carried out in a methodology and staged sequence to ensure the risk areas are addressed first. This will require a contractor to work closely with the school and project manager in meeting the time frames set, able to co ornate work and sub trades effectively to keep within the budget. The time frame for this project is to be phased over a 16 weeks period to fall within the school terms and school holidays.",Awarded,Please be advised you are to be awarded this contract. A formal contract will issued in the next 7 days.,500000,20250410 Ministry of Education - School Infrastructure,22063743,Request for Tenders,Open Competition,Completion of Stage 2 of ILE treatment to main Block A to create breakout/wet areas for 4 classrooms at Lake Rerewhakaaitu School,,20191213,20200127,20200128,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"Completion of Stage 2 of ILE treatment to main Block A to create breakout/wet spaces for 4 classrooms at Lake Rerewhakaaitu School. Also 4 consolidated smaller projects with appropriate PC amounts for various Roofing, Electrical, Plumbing and Drainage and heating work.",Not Awarded,No Responses,0,20250410 Ministry of Education - School Infrastructure,22065066,Request for Proposals,Closed Competition,Kaipara College - Project Management Services,MOE06800,20191210,20200131,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded onto GETS.,,Not Awarded,Rubix Limited Successful Supplier,0,20250410 Ministry of Education - School Infrastructure,22065781,Request for Proposals,Open Competition,RFP for Budget 19 Roll Growth Projects Lead Design Consultants,MOE06812,20191210,20200221,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,"The following Six suppliers were successfully appointed: - ASC - WSP - WAM - Stephenson & Turner - Jasmax - Ignite",0,20250410 Ministry of Education - School Infrastructure,22066328,Request for Proposals,Open Competition,RFP for Budget 19 Roll Growth Projects Quantity Surveyors (QS) Services,,20191212,20200221,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Not Awarded,"The following Six suppliers were successfully appointed: - Maltbys - Rider Levett Bucknall - White Associates - Rawlinsons - BQH - Aecom",0,20250410 Ministry of Education - School Infrastructure,22070244,Request for Proposals,Open Competition,Lead Design Services for the D-Block replacement and Breakout Spaces at Palmerston North Boys High School,,20191213,20200131,20200303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"We are seeking a Respondent to deliver the Lead Design services for the replacement of D-Block and new breakout spaces. The project is to demolish a 5-classroom block and replace with a new 5 classroom block with a timber floor level with the floor of the adjacent relocatable classrooms. There will be an approx. 150m2 increase in footprint to provide the necessary breakout and support spaces.",Awarded,The contract was awarded to Proarch Consultants Ltd and will start on 24 February 2020. The term of this contract is due to end in July 2021.,73800,20250410 Ministry of Education - School Infrastructure,22070662,Request for Tenders,Open Competition,RFT Access & Pool Modifications - Kaikohe West School - Main Contractor,,20191211,20200203,20200525,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Project background is: Several classrooms have thresholds which the Teachers Aide has difficulty manoeuvring the wheel chair without risking tipping the student. The Anti-tipping devices on the wheelchair were removed as the Teachers Aide could not manoeuver the wheelchair into the classrooms. The Richies Bus has recently been changed to enable the student to be dropped off inside the school property, previously the student was dropped off on the roadside and on many occasions was held in the bus or the admin office until the rain stopped. The pick-up/ drop-off area for the bus will be modified as part of this project. Project risks are low as the construction area where the proposed ramp and classroom modifications are to be carried out can be isolated for the duration. An architectural design will be completed before construction and present to the School Board of Trustees for endorsement. History: An OT Report has been prepared for a student who requires full time assistance with a Teacher Aide.",Not Awarded,No responses were made to this tender.,0,20250410 Ministry of Education - School Infrastructure,22071848,Request for Tenders,Closed Competition,RFT for Pakuranga College Redevelopment & Demolition of 12 Classrooms - Main Contractor,MOE01611,20200120,20200219,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,6441939,20250410 Ministry of Education - School Infrastructure,22073996,Request for Tenders,Closed Competition,RFT Refurbishment Project at TKKM Ngaringa o Matariki,,20191213,20200214,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Project background is:i.Te Kura Kaupapa Maori o Nga Ringa o Matariki is located on the northern shores of the Kaipara Harbour. Approximately 30 minutes North West of Wellsford, the school is in a seriously dilapidated state and requires major refurbishments. The school is comprised of 4 relocatable classrooms The MOE requires a suitably competent contractor to undertake the work. The MOE would like this project to be completed by July 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22076344,Request for Proposals,Open Competition,Ministry of Education - Professional Services Directory for Lead Consultants (for Master Planning & Lead Design) and Quantity Surveying Services,,20200214,20200508,20210212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Professional Services Directory for Lead Consultants (for Master Planning & Lead Design) and Quantity Surveying Services opportunity. This initiative is aligned with the Ministry of Business, Innovation and Employments (MBIE) All of Government solution for Construction Consultancy Services (Tranche 3) and that all suppliers successful for this opportunity must be appointed to the All of Government solution within 6 months, otherwise the supplier may be removed from this Professional Services Directory.",Awarded,"The Professional Services Directory is a Ministry of Education sub-panel of the Ministry of Business, Innovation and Employment's All of Government (AoG) Construction Consultancy Services (CCS) Panel. All suppliers on the Professional Services Directory are required to also be members of the AoG CCS panel and the Directory is available for Ministry of Education-led projects on an evergreen basis. The Ministry has awarded the Quantity Surveyor services and Master Planning & Lead Design services tranches of the Professional Services Directory. Please refer to further details at https://www.education.govt.nz/school/property-and-transport/suppliers/supplier-panels/, including the list of suppliers' specific appointments.",0,20250410 Ministry of Education - School Infrastructure,22077279,Request for Proposals,Closed Competition,RFP for Northcote College PM Services,MOE06801,20191217,20200131,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,Rubix Limited,0,20250410 Ministry of Education - School Infrastructure,22077438,Request for Tenders,Closed Competition,CW2019-089 Manukura Campus Redevelopment Design & Build Main Contractor,CW2019-089/MOE06477,20191212,20200309,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tender (RFT), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Manukura Design and Build (the D&B Services). Please note that over the Christmas period GETS / Point of Contact will not be available to respond to questions during 16 December 2019 to 05 January 2020 The Requirement: Design & Build of Manukura Campus Development on green field adjacent to Massey University Palmerston North of the following: Build and master plan roll of 300 Establishment of 21 x new teaching spaces and associated non-teaching space with a total gross floor area of 4,391m2 with car parking and bus facilities Communal dining room that can also be used as a teaching space Main entrance to accommodate large gatherings in an open space Connecting into existing infrastructure owned by Massey University (lease owners) Landscaping with appropriate drainage Sports facilities which include: o gymnasium with international sized netball courts and o external sports playing fields This will involve a staged approach of enablement works, designing and consenting and build construction required (as detailed above). This tender has been selected to have probity attendance and review by Audit New Zealand.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22080475,Request for Quotations,Closed Competition,QS and Cost Management Services for Isleworth and Harewood Schools,,20191212,20200124,20200511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Isleworth and Harewood Schools are going through the CSR programme and are being packaged together through to the end of Construction. Quantity Surveyor and Cost Management services are required from the beginning of the design phase.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22080744,Request for Proposals,Open Competition,Wellington and Kapiti Coast Kuras - Masterplanning & Lead Design Professional Services Bundle,CW2019-137,20191213,20200213,20210329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The purpose of this procurement is to source independent consultants to carry out Masterplanning (MP) and Lead Design (LD) professional services for the following Kura's: (a) Kura 1: MP & LD Services for Te Kura Kaupapa Maori o Nga Mokopuna (Wellington Central based) (b) Kura 2: LD Services for Te Kura-a-iwi o Whakatupuranga Rua Mano (Otaki based) (c) Kura 3: LD Services for Te Kura Kaupapa Maori o Te Rito (Otaki based) This procurement will be tendered through a competitive open Request for Proposal (RFP) published on GETS as a single tender. Tenderers will be invited to bid for their preferred Kura(s). There are no restrictions or limits in place to the number of contracts a consultant can be awarded. Each projects background and scope of services is issued with the RFP. The document must be read in conjunction with the property brief/education brief. The Ministry reserves the right to directly negotiate all additional relevant services with the successful supplier in respect to the three Kuras listed in this RFP where that need is identified before 31 Dec 2020. The Ministry has a large number of Kura and Schools that practice a Maori cultural philosophy and values operating in the Wellington and Kapiti region. In the coming year, the Ministry is planning capital projects across a select number of Kuras requiring modification and enhancement. The intension of this procurement is to enable the Ministry to deploy similar projects for up to 10 per pool requiring MP and/or LD services for Kuras and schools that practise a Maori cultural philosophy and values in the Wellington and Kapiti region. Details of the Potential Additional Expenditure is specified in Section 2.1j of the RFP",Awarded,"The contract for TKKM o Nga Mokopuna has been awarded to WSP Limited. Price Band: $1M - $5M. The contract for TKaioW Rua Mano has been awarded to Isthmus Group Limited. Price Band: $500K - $1M. The contract for TKKM o Te Rito has been awarded to Robertson Architecture: Design Limited. Price Band: $100K - $250K.",0,20250410 Ministry of Education - School Infrastructure,22084366,Request for Tenders,Open Competition,RFT for Relocation Services for Auckland and Northland,,20191213,20200214,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Project background is: Pick up and relocate Ministry of Education owned buildings around the Auckland and Northland areas (please refer to the attached Directory of Classroom Relocation Services for Auckland and Northland Region) for details on scope of services and specific requirements. .",Not Awarded,"The Following Six Suppliers were successful: NPM Construction Limited Astley Construction Limited B&C Contractors Limited Stonebridge Developments Limited Aztec Builders Auckland Limited Alpha Construction",0,20250410 Ministry of Education - School Infrastructure,22087074,Request for Proposals,Open Competition,CW2019-119 Quantity Surveyor Services for 3x packages of Wellington Redevelopment Projects (The Schools),,20191213,20200131,20201021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking 3x suitability qualified Quantity Surveyor (QS) Consultants, to deliver QS services for 3x packages of projects in the Wellington region. The Ministry of Educations, Capital Works Procurement team, have identified a large number of upcoming projects in the Wellington region. This tender is a new approach of tendering for a package of projects, helping to streamline the procurement process for both the Ministry and its suppliers. As a part of this initiative, the Ministry has packaged together multiple Quantity Surveyor (QS) Services in the Wellington Region, comprising of 1x tender with 3x packages of work within. Projects have been packaged together via the same Ministry Delivery Manager (where possible). Schools that require QS services are: -Island Bay School -Newlands Primary -Wadestown Primary -Crofton Downs School -Johnsonville School -Maungaraki School -Cannons Creek For further information, please see at the attached tender documentation. Please direct any questions through the GETS Q&A function.",Awarded,"CW2019-119 Quantity Surveyor Services for 3x packages of Wellington Redevelopment Projects (The Schools): Package 1 - Island Bay School & Newlands Primary. Rawlinsons confirmed as preferred tenderer for package 1. Package 2 - Wadestown Primary & Crofton Downs School. WT Partnership confirmed as preferred tenderer for package 2. Package 3 - Johnsonville School, Maungaraki School & Cannons Creek School. Hampton Jones awarded package 3.",0,20250410 Ministry of Education - School Infrastructure,22088386,Request for Tenders,Closed Competition,CW2019-141 Main Contractor for Stage 1 Major Redevelopment Project at Wairarapa College,,20191213,20200218,20200810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking the appointment of a main contractor, to provide construction services for a major redevelopment project at Wairarapa College that is split across 3x stages. It is the Ministries intention that 1x main contractor will provide construction services for all 3 stages. Tenderers will be pricing for stage 1 of the project only and the Ministry is reserving the right to negotiate directly with the appointed suppliers of stage 1, to deliver construction services for stage 2 and 3. Wairarapa College is undertaking a staged re development programme that addresses seismic, weathertightness, building condition and rationalisation requirements at the school. An enabling works package including asbestos removal and first phase of demolition is currently underway with a scheduled completion date of February 2020. This enabling works package has been captured under a separate procurement activity. The wider contract works for the major redevelopment project includes: - Stage 1. Competitive tender to 3x suppliers for initial works. This stage includes the construction of a new Supported Learning Centre Block; new Busbay and Site Infrastructure works; and the demolition of part Block C. This stage is to be tendered via a traditional lump sum approach. - Stage 2. Direct negotiation with appointed supplier of stage 1. Works consist of a new Foodtech addition to Block A including new lift access and stairwell. This design will be completed in 1st quarter 2020, later than the Stage 1 tender, due to the recent closure of the local polytechnic at the School resulting in the requested revision of the Foodtech design to accommodate a Level 3 commercial kitchen. This stage is to be tendered via a P&G plus margin basis. - Stage 3. Direct negotiation with appointed supplier of stage 1 and 2. Works consist of Block A heritage refurbishment including seismic upgrade and new lift access. The Block A seismic design can only be completed following the enabling works scheduled to be completed for February 2020. This stage is to be tendered via a P&G plus margin basis. This tender related to the appointment of a contractor for stage 1 of the works only. The site visit is scheduled for 11.00am 13th January 2020. Please direct any questions and register your interest for the site visit through the GETS Q&A function. Please see the attached documents for further information.",Awarded,Awarded to Holmes Wellington Ltd,0,20250410 Ministry of Education - School Infrastructure,22088992,Request for Proposals,Open Competition,"CW2019-144 Onslow College 27 Classroom Roll Growth, Redevelopment Project Master Planning Design Services",,20191213,20200221,20200414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this Request for Proposals is for the Ministry to invite consultants to submit a Fixed Fee Quotation for Master Planning Services. The anticipated Construction Value for the purposes of this RFP is $18m. The successful consultant will be required to deliver a Master Plan services for Onslow College. The Master Plan is required to inform the Ministrys investment decisions and the schedule of projects for the school. The Ministry is looking for a credible supplier who has the capability and experience to deliver these works to a high quality, for best value for money and within the timeframes set out in the RFP documentation. The Project background is: - Onslow College is a decile 10 co-educational state secondary school in Johnsonville, Wellington. The July 2019 roll was around 1,200 students. The site is sloping, has been intensively developed through the middle of the site by using some multi-storey construction. The site sits in a residential area. - The roll growth investment has been announced to deliver a 27 classroom teaching block. Of these, 20 are roll growth classrooms. The remaining seven classrooms will replace seven Ministry-owned relocatable classrooms on site, which are nearing the end of their useful life. The new teaching block will be located on a greenfield area of the site. Please refer to attachments for further detail.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22089136,Request for Proposals,Open Competition,"CW2019-144 Onslow College 27 Classroom Roll Growth, Redevelopment Quantity Surveyor Services",,20191213,20200130,20200414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Onslow College is a decile 10 co-educational state secondary school in Johnsonville, Wellington. The July 2019 roll was around 1,200 students. The site is sloping, has been intensively developed through the middle of the site by using some multi-storey construction. The site sits in a residential area. The roll growth investment has been announced to deliver a 27 classroom teaching block. Of these, 20 are roll growth classrooms. The remaining seven classrooms will replace seven Ministry-owned relocatable classrooms on site, which are nearing the end of their useful life. The new teaching block will be located on a greenfield area of the site. The anticipated Construction Value for the purposes of this RFP is $18m with an expected 24 month construction duration. The services from this procurement will be used to inform an investment decision/business case for the school and continue to deliver the 27 classroom redevelopment during the construction programme. The Services are required for the following design stages: i. Cost Management during construction ii. Project close-out iii. Defects period including final retentions release Please refer to attachments for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22090788,Request for Tenders,Closed Competition,"Main Contractor for Hall and classroom refurbishment, Whangaroa College",,20191217,20200121,20200301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is an invitation to the contractors panel to tender for the Hall and classroom refurbishment project at Whangaroa College,Awarded,$250-$500K,250000,20250410 Ministry of Education - School Infrastructure,22094338,Request for Tenders,Open Competition,"Main Building Contractor for refurbishments and classroom breakout spaces as well as new toilet block, Belmont Primary School",1226-19-04,20191218,20200210,20200331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"The contract was awarded to the tenderer that scored the highest on the weighted price and non-price related criteria (experience, methodology, resources).",629494,20250410 Ministry of Education - School Infrastructure,22095089,Request for Tenders,Open Competition,Main Contractor for Block Y (Gym) Repitching and Reroofing at Opotiki College,207425,20191218,20200212,20200416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Specialist roofing reports identified that the lower roof of Block Y is in poor condition and in need of replacement, while some internal gutters are causing leaking issues. There are some security issues whereby lower roofs are being accessed, and where there are low ceiling heights vandalism is occurring. By repitching the roofs to align with the existing roofs, we can eliminate the above issues.",Awarded,,438899,20250410 Ministry of Education - School Infrastructure,22095747,Request for Proposals,Open Competition,Architectural Design Services for U Block Replacement Project at New Plymouth Boys' High School,3116.05,20191218,20200203,20200302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS," An independent condition assessment commissioned by the MoE has identified that it is not economically viable to repair Block U. The decision has been made to relocate Art, Metalwork and Outdoor Education into new purpose-built facilities constructed throughout the school campus. Once the new facilities are operational, Block U is to have asbestos containing materials removed, and the block is to be demolished. The space is to be converted to a parking area, and bollards are to be installed at various locations around the school to restrict vehicle movements thought the heart of the school campus. In order for this to be viable, a new access road will need to be constructed up the hill from Niger Tce, and connect to the existing road on the east side of Foukes Pavilion. This new access will also enable construction and demolition to take place, without vehicles requiring access through the centre of the school which is a huge health and safety benefit. Block T1 & V (2x prefabricated buildings) are to be used for decanting purposes during the construction period, and are to be rationalised at the completion of the project. Roofing works to Blocks R & S, and the schools AMS ILE alterations to the music rooms (R Block) are to be undertaken in conjunction with the above. Please note the procurement office will be unavailable to respond to queries between the 20/12/2019 - 06/01/2020",Awarded,"Awarded to Stephenson & Turner NZ Ltd based on achieving highest overall evaluation score. Please note the tender award value stated is the lower end of the pricing band applicable to this project, and does not necessarily reflect the actual tender value.",250000,20250410 Ministry of Education - School Infrastructure,22099306,Request for Tenders,Open Competition,RFT for Hall Roof & RWG Replacement at Greymouth High School,,20191218,20200124,20200331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Greymouth High School Board of Trustees we are seeking Tenders from suitably qualified Contractors for the Hall Roof and RWG Replacement Project. Greymouth High School is located on High Street in Greymouth. The Greymouth High School Hall Roof and RWGs are at the end of their life with constant leaking and repairs being required. The outcome sought is for full replacement including insulation and repairs to timber framework as required. The programming of works will be determined in consultation with the Contractor, however works are programmed to be completed by the start of Winter 2020. Please refer to attached tender documents as listed in section 1.8 of the attached RFT for further information. Once all RFTs are evaluated and respondents have been notified, we expect to commence construction Mid to Late February 2020",Awarded,Awarded,125475,20250410 Ministry of Education - School Infrastructure,22099791,Request for Tenders,Open Competition,RFT for GDC Sewer & Drainage Separation at Grey Main School,,20191218,20200124,20200317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,"On behalf of Grey Main School Board of Trustees we are seeking Tenders from suitably qualified Contractors for the Greymouth District Council Sewer & Drainage Separation Project. Grey Main School is located at 12 Joyce Crescent, Greymouth As per Greymouth District Council all Sewer and Stormwater Separation needs to occur within the school boundary before connecting into the main service system provided by Council. The programming of works will be determined in consultation with the Contractor, however works are programmed to be completed asap. Please refer to attached tender documents as listed in section 1.8 of the attached RFT for further information. Once all RFTs are evaluated and respondents have been notified",Awarded,,117258,20250410 Ministry of Education - School Infrastructure,22101262,Request for Tenders,Open Competition,Plumbing/Gasfitting Contractor for the Boiler Replacement as Asbestos Removal Project at Inglewood High School,3077.17,20191219,20200203,20200302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,,Awarded,"Awarded to Flow Industries Ltd based on achieving highest overall evaluation score. Please note the tender award value stated is the lower end of the pricing band applicable to this project, and does not necessarily reflect the actual tender value.",100000,20250410 Ministry of Education - School Infrastructure,22102079,Request for Tenders,Open Competition,Main Contractor for Construction of student drop off/pick up area at Totara Grove School,G713,20191219,20200130,20200525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,,Awarded,"It is intended that the value of the contract resulting from this tender will be within ($100,000 - $250,000).",0,20250410 Ministry of Education - School Infrastructure,22103679,Request for Tenders,Closed Competition,"Northcote College, Specialist Contractors for Fire Alarm Upgrade",,20191223,20200207,20200609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,Ministry of Ed have taken this project to incorporate into other works which will occur at NC. Any further actions will be by them,0,20250410 Ministry of Education - School Infrastructure,22109520,Request for Tenders,Open Competition,Fire Alarm Upgrade Leamington School Cambridge,1789,20191223,20200205,20201021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Leamington School are seeking proposals to upgrade their existing fire alarms at the school to a single panel type 4 analogue addressable system. The new system will include, class change, public address and a new lockdown facility as per the Argest Building & Compliance documentation.",Awarded,,168171,20250410 Ministry of Education - School Infrastructure,22111059,Request for Tenders,Closed Competition,Main Contractor for Enabling Works - shed construction at Oromahoe school,,20191220,20200121,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Main Contractor for Enabling Works - shed construction at Oromahoe school,Awarded,"The intention is to award this contract in the $100,000-$250,000 bracket",100000,20250410 Ministry of Education - School Infrastructure,22113112,Request for Tenders,Open Competition,Daily Bus Services for Te Wharekura o Mauao RFT,,20191219,20200124,20200205,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified suppliers to submit a Tender for Daily Bus Services for Te Wharekura o Mauao. Daily Bus Services are the safe transportation of students between the School and each students designated pick-up/drop-off point. Please read the attached RFT document (Daily Bus Services at Te Wharekura o Mauao RFT) and complete the RFT response template (Form of Tender Daily Bus Services at Te Wharekura o Mauao). All questions are to be raised via GETS, and all tender documentation must be submitted via GETS. Please note that: - The Procurement Officer will not be available to process questions between 21/12/2019 and 5/1/2020 - The GETS helpdesk will be unavailable from 5:00 pm 24 December 2019 until 8:30 am 3 January 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22123097,Request for Tenders,Open Competition,Main Contractor for Demolition of Block S at Matamata College,209874,20191220,20200203,20200318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,Matamata College Board of Trustees is seeking a Main contractor to carry out the Demolition of Block S,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22123575,Request for Tenders,Open Competition,Whitney Street School Block A Flat Roof Replacement,,20200107,20200130,20200511,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees at Whitney Street School is looking for suitably qualified main contractors for the Block A Flat Roof Replacement project. The full and detailed solution required is specified in the attached plans and specifications and other documents.The required start date is 9 April 2020. The contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,Awarded to Lawson Homes Limited,0,20250410 Ministry of Education - School Infrastructure,22124876,Request for Proposals,Closed Competition,Design and Build Services for Hanleys Farm School,,20191220,20200217,20200611,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Queenstown Lakes District is one of the fastest growing areas in New Zealand. Primary school age projections indicate ongoing growth. A year 1-8 primary school is to be built in the Hanleys Farm area to accommodate a build roll of 600 and a masterplan roll of 950. The Ministry is looking to appoint a design and build contractor to complete the design and construction services to allow for opening in Term One 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22130376,Request for Tenders,Open Competition,Main Contractor for C Block New Accessible DAP Toilet & Student Toilets at Tauranga Girls College,,20200109,20200205,20200430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The BoT is seeking a main contractor for the demolition of removal of the existing student toilets within Block C to be replaced with a new accessible DAP bathroom, two new student toilets, and cleaners cupboard",Awarded,,195823,20250410 Ministry of Education - School Infrastructure,22130829,Request for Tenders,Open Competition,Main Building Contractor for Classroom Upgrade & Conversion of Library into a Multi-purpose Room at TKKM o Manawatu,,20200109,20200207,20201028,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"Apologies for the late reply, the successful tenderer was Maycroft Construction. The selection was based on capability, capacity and price.",282372,20250410 Ministry of Education - School Infrastructure,22141355,Request for Tenders,Open Competition,"Main Contractor for Block 3,4 DQLS Upgrade at Rosebank School",,20200109,20200218,20200504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Replacement of floor and wall coverings. Replacement of lighting.,Awarded,,139820,20250410 Ministry of Education - School Infrastructure,22146259,Request for Tenders,Open Competition,Main Contractor for 'Medium Works' Interior Alterations to 8x Relocatable Blocks at Onehunga High School,,20200110,20200205,20200311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Internal Refurbishment to the 8 Block E Classrooms A Brief summary of the Contract Works: (a) New carpet (b) New vinyl (c) Remove existing hesian covered soft board and replace with Autex Composition Board (d) Paint existing window, doors, trims, skirtings. Paint trusses and ceilings (e) Replace existing lights with LEDs (f) Add data and power to 1 classroom (g) Remove existing walls in classroom E6 and rebuild storeroom at other end of classroom with new internal door (h) Remove redundant heaters (i) Add heat pumps where required (j) Create internal covered passage way between classrooms E6 and E3",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22151093,Request for Proposals,Open Competition,Te Wharekura o Te Kaokaoroa o Patetere - Bespoke build 6 Roll Growth Classrooms - Concept Design & Lead Design Services,CW2019-138,20200123,20200219,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,"Te Wharekura o Te Kaokaoroa o Patetere is part of the list for additional Roll Growth 2018/2019 and has been allocated six additional roll growth classrooms. This project involves: Build 6 roll growth classrooms Relocate and refurbish 2 relocatable classrooms (note this is being procured separately) It has been determined that a bespoke design will be better suited for this school and therefore a suitably qualified consultant is sought to complete the design services to be contracted in a 2-staged approach.. Indicative Timeline: Intended Contract award 17 Apr 2020 Concept/ Preliminary start May 2020 Concept/Preliminary completion July 2020 Developed & detail design start July 2020 Developed & detailed design completion Nov 2020",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22158260,Request for Tenders,Open Competition,Main Contractor for Block B Existing Food Technology Room Remodel at Trident High School,21311,20200115,20200214,20200604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Trident High School BOT is seeking a main contractor for the remodelling of the existing food technology room which is now some 15 years old and does not meet the requirements of the curriculum that would enable students to link to tertiary training. As there is only 1 food technology room at the school the selected contractor will be required to procure all fittings, plant, equipment and finishes in advance of being given access to the site for a period in the order of 5-6 weeks, ideally centred around a school holiday period.",Awarded,,503038,20250410 Ministry of Education - School Infrastructure,22162731,Request for Tenders,Open Competition,"Main Contractor Newfield Park Primary Blocks A,B,C,H,I & Covered walkway translucent roofing replacement",2118-19-0-1,20200116,20200211,20200605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The attached tender summary must be used others will not be accepted all work on-site must be carried outside school hours,Awarded,,129328,20250410 Ministry of Education - School Infrastructure,22165298,Request for Tenders,Open Competition,Bradford School SN Modifications (Fencing),,20200117,20200213,20200615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Bradford School Board of Trustees are seeking the services of a suitably qualified and experienced contractor to deliver the proposed fencing project. Tenders shall include for the completion of all facets of work detailed in the tender documents.,Awarded,"Following the evaluation of the tenders received, this contract was awarded to Mr. Fencer (Matt Robb Fencing Ltd).",0,20250410 Ministry of Education - School Infrastructure,22180946,Request for Proposals,Closed Competition,Southern Region RFP for Two Packages of New Schools (Rolleston East and Belfast Schools),,20200116,20200219,20201008,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is looking for suitably qualified Design & Build Contractors to deliver Design & Build services for Southern-region Primary Schools. These are to be delivered under a two-stage Design & Build model, and been bundled as follows: Package One: Rolleston East and Nelson Region School Package Two: Belfast Schools",Awarded,"Two Packages of work has been awarded through this tender. Rolleston East School has been awarded to Southbase Construction Limited. Belfast Schools has been awarded to Leighs Construction Limited",0,20250410 Ministry of Education - School Infrastructure,22180980,Request for Quotations,Closed Competition,Holidays Act Programme - Independent Quality Assurance Review,,20200117,20200130,20200928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education requires an Independent Quality Assurance Review Report for its Holidays Act Programme, which is tasked with implementing the findings of a review into the Ministry's compliance with the Holidays Act. The review report is required to answer the following questions: -Is the revised approach to investigating and analysing potential areas of non-compliance sound, and does it meet good practice expectations based on the emerging experience of other organisations? -Is the revised approach to consulting with sector representatives robust, and does it fulfil the Ministrys obligation to consult in good faith? -Is the approach to estimating potential remediation costs robust enough? -Does the Programme roadmap identify the key activities necessary to achieve compliance and successful remediation of non-compliance?",Awarded,,90000,20250410 Ministry of Education - School Infrastructure,22184643,Request for Quotations,Closed Competition,Probity Services,,20200122,20200207,20200506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry has a high volume of procurement projects, many of which are complex, high risk and/or high value. The Capital Works Procurement Teams programme consists of releasing tenders worth over $500m annually. The Ministry is looking to enter into a long-term relationship with a supplier to provide probity services over its procurement activities, which will encompass real-time probity assurance where required, retrospective reviews, and ad-hoc advice. We wish to appoint one consultant firm (Primary Consultant) to cover the bulk of our requirements, and a second consultant firm that we can engage when the Primary Consultant is unable to meet our requirements.",Awarded,,1800000,20250410 Ministry of Education - School Infrastructure,22184994,Request for Quotations,Closed Competition,RFQ for Wesley Primary - Redevelopment - PM Services,MOE06910,20200120,20200212,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22185651,Request for Tenders,Open Competition,Fire Alarm Upgrade Reefton School,496,20200122,20200224,20200708,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Reefton Area School, Reefton. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Reefton Area School is the next school to qualify under the program.",Awarded,,144672,20250410 Ministry of Education - School Infrastructure,22185798,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block M - Refurbish Student Toilets at Onslow College, Johnsonville, Wellington",5133,20200123,20200218,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses muse be uploaded on GETS,"Onslow College is proposing significant improvements and refurbishment of the main student toilets located on the ground floor of Block M. This will entail alterations to create a more efficient layout and the creation of gender neutral self contained cubicles. All floor, wall and ceiling finishes will be renewed and all sanitary fixtures replaced. A new fresh air ventilation system will be introduced. The works includes the reconfiguration of waste water drainage pipework, introduction of a new exterior entry point and new concrete paving in the new toilet areas. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Onslow College Board of Trustees producing full construction documentation. PLEASE NOTE: Draft MOE Medium Works Contract will be loaded as an NTT",Awarded,"Awarded to Alaska Construction start date 22.06.20, anticipated finish date 01.03.21.",322999,20250410 Ministry of Education - School Infrastructure,22186677,Request for Tenders,Open Competition,Fire Alarm Upgrade Springlands School,2996,20200122,20200224,20201021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Springlands School, Blenheim. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Springlands School is the next school to qualify under the program.",Awarded,,127024,20250410 Ministry of Education - School Infrastructure,22188597,Request for Tenders,Open Competition,"(1869) ORINI COMBINED SCHOOL - MAIN CONTRACTOR -A,B,C,D,E,F,G,H,1,2,3,4,5 Toilet, Fitout & Electrical upgrade; Roof fixing; Breakout & Ext learning (readvertised)",,20200130,20200309,20200504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,314048,20250410 Ministry of Education - School Infrastructure,22190166,Request for Tenders,Closed Competition,Birkenhead College - Gymansium Re-roof - Main Contractor,,20200121,20200214,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Birkenhead College is a state co-educational secondary school which opened in February 1972. It is located at 140 Birkdale Road in Birkdale, Auckland and is a decile 6 school. The Gymnasium which requires re-roofing was also built in 1972. Birkenhead College was part of the old Building Improvement Programme (BIP) for weather tightness repairs. The original weather tightness remediation project was completed early 2016. The scope of works consists of metal sheet roofing replacement as well as new interior ceiling linings. Remediation solution is to execute Demolition; Roof Works; Electrical Work; Scaffolding and Shrinking.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22192190,Request for Proposals,Closed Competition,Project Management Services for Two Packages of Schools,,20200121,20200214,20200728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposal (RFP) is an invitation by the Ministry of Education (the Ministry/the Buyer) to submit a Proposal for 2 packages of new Schools for Project Management Services. Package One (Rolleston East + One) Package Two Belfast Schools (the Schools) A briefing is scheduled for Friday, 24 January 2020 at 9.30am. Please register via GETS.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22193597,Request for Tenders,Open Competition,Henderson Valley School - Block 4 ILE and Block 8 Student Toilet Upgrade,SPM 17494.B,20200122,20200225,20200527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project is principally the redevelopment of existing relocatable classrooms. No new building footprint is created. The scope of the works generally include; Demolition; new vinyl and carpet tile Flooring; glazed walls to the Room 15 Withdrawing Space; sliding door between Rooms 15/16; revisions to external windows and application of anti-glare film; new acoustic wall linings; new sanitaryware and toilet partitions; new heat pump systems; electrical upgrading; painting and the like. Additionally, heat pumps will be fitted to Room 14 and the School Hall.",Awarded,Evaluation was much delayed due to twelve tenders being received. The onset of the Covid-19 lock-down further delayed appointment.,388000,20250410 Ministry of Education - School Infrastructure,22196202,Request for Tenders,Open Competition,Main Contractor for C: ILE Upgrade and AMS - C: Art Room Improvements at TKKM O Nga Uri A Maui,1847,20200123,20200225,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS," Block C is in need of an ILE Upgrade including improved lighting, acoustics, creation of breakout spaces and general internal improvements. a. The Contract Works required are: i. Better storage space merge the old computer bay and storeroom into 1 space. Install mobile shelving. Some foundation work will be required. Remove the data box and assume that wires can be run directly from the nearby data cabinet. ii. Separate the spray area off from the classroom close in the open doorway between the classroom and the spray booth, which was the old cloak bay. iii. Create a space for digital art to be set up remove the bay window and box seat, frame down and install the window which has been removed to allow the storeroom to be created. Install data and power wiring to suit iv. Extra sink bench, (tub style) to wash art gear in. The existing sink is too small. Place an art sink on the deck, so that space in the classroom is not compromised. v. Outdoor covered area for carving and dusty work Create a lean-to off the northern side of the classroom. Drop down clear sides so no extra floor area created. Space can have security mesh so that art etc can be left out. vi. Extra pinboard in the classroom Extend pinboard down to the floor in key areas to allow for art display and critique. vii. Vinyl flooring throughout remove the carpet and install vinyl throughout. viii. Upgrade lighting replace lights with new LED lights. Confirm that new lights have a good colour rendering index, so that colours are true. (Many LED lights change the appearance of colours) ix. The scale of the works is relatively minor. x. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). xi. See Tender Documents for further information. b. Timeframes are: i. Indicative Start date: 01/04/20 ii. Indicative Due Date for Completion: 31/07/20",Awarded,,125542,20250410 Ministry of Education - School Infrastructure,22196251,Request for Tenders,Open Competition,"Main Building Contractor for AMS Project - Alterations and Refurbishment at Fordell School, Wanganui",Fordell School,20200124,20200221,20200707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Fordell School, Wanganui are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Blocks 3 & 5. The Contract Works required are: Block 3: A new deck, ramp and stairs with a new canopy area built to the side. New doors out to new deck, new ground works (Concrete area) to fill in remainder of grass area. New breakout spaces created between Cloakbay and RES Room. New borrowed light between classroom and breakout space. New floor coverings acoustic ceiling tiles, Autex composition, LED lighting and associated painting. Block 5: Remove walls between Library and Kitchen, Work Room 2. Installing new sliding doors. New wall linings in the Kitchen, with new bench units & tops. New vinyl flooring in the Kitchen, new lighting. Staffroom will have new Autex Composition, floor coverings and lighting. New Meeting Room will have new doors, wall linings, floor coverings and lighting. Associated painting to all areas. New Ranch Slider and new decking if funds allow. Block 6 Store will have a wall with a garage sliding door fitted across to Block 5 Carport area. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. late March/Early April with completion July 2020, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,320739,20250410 Ministry of Education - School Infrastructure,22200081,Request for Tenders,Closed Competition,"Main Contractor for the Refurbishment of BB Block Toilets, Kaitaia College",,20200124,20200218,20200702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for BB Block Toilet Upgrade at Kaitaia College. As per the schools 5YA, this project will deliver BB Block: internal replacement of all fixtures, flooring, partitions and wall linings for the girls toilet facilities.",Awarded,The value band for this contract is $50-100K,0,20250410 Ministry of Education - School Infrastructure,22205213,Request for Tenders,Open Competition,Main Contractor for the Block 1 Joinery Replacement at Mt Eden Normal School,,20200128,20200224,20201022,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mount Eden Normal School Board of Trustees are seeking a Main Contractor for the Block 1 Joinery Replacement project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22208992,Request for Tenders,Open Competition,"Main Construction Contractor for the AMS Combined Project - Blocks 1, 2 & 3 at Portland School",,20200128,20200225,20200612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the AMS Combined Project - Blocks 1, 2 & 3 at Portland School, Portland, Whangarei. The proposed alteration worksare spread over three existing buildings (blocks 1, 2 & 3 ) at the School and include the following: Block 1 Alterations - Construct new timber framed covered deck / breakout space adjacent to Library (new canopy includes structural steel frames). - Relocation of the existing exterior drinking fountain. - Associated exterior site & drainage works adjacent to the new covered deck area. - Installation of a new threshold ramp at main entry door to the building. - Fire safety system & signage upgrade works as recommended in the fire safety report and the Ecoglo emergency lighting documentation. Block 2 Alterations: - Installation of a new threshold ramp at the main entry door to the building. - Fire safety system & signage upgrade works as recommended in the fire safety report and the Ecoglo emergency lighting documentation. Block 3 Alterations: - Installation of a new threshold ramp at main entry door to the building. - Fire safety system & signage upgrade works as recommended in the fire safety report and the Ecoglo emergency lighting documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22209242,Request for Tenders,Open Competition,Main Contractor for a New Classroom at Wellsford School,G912,20200128,20200225,20200525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Stage 2 of a 3 stage project, due to predicted future growth within the area there is a requirement for a second new classroom on the site with the provision within the design to add a toilet block in the future - if and when required. (Stage 3). Stage 2 works include Construction of New Classroom, timber ramp, concrete pad, pathway and removal of driveway.",Awarded,"It is intended that the value of the contract resulting from this tender will be within ($250,000 - $500,00).",0,20250410 Ministry of Education - School Infrastructure,22211758,Request for Tenders,Open Competition,Main Contractor for the Block 13 Canopy Over Courts at Weymouth Primary School,,20200128,20200221,20200702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22227623,Request for Proposals,Open Competition,Wesley Primary School - Quantity Surveying - RFP,MOE06911,20200130,20200226,20200703,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All Tenders are to be submitted via GETS,"Wesley Primary is located in Mt Roskill and comprises a relatively small flat site of 1.921 hectares (4.75 acres). It sits in the centre of a Housing New Zealand precinct that has been designated as a Special Housing Area in the Unitary Plan with redevelopment and intensification a medium term outcome. It is a school made up of relocatable buildings. The hall and staff room can be described as permanent with the balance of buildings (the administration and teaching spaces) being relocatable. The administration block is 6 years old and will go back into the temporary building pool for relocation to another school. The ten teaching spaces will be demolished. They range in age between 44 & 60 years and are at the end of their economic life. The hall whilst being 60 years old is in good condition and of a size (154m2) to support the growth up to 600 students. The proposal is the hall be retained in the medium term, the relocatable be demolished and replaced and the administration building be relocated to another school. The Master Plan for the development of the school was prepared by RTA Studio. A copy is attached as an appendix to this RFP.",Not Awarded,Contract has now been awarded.,0,20250410 Ministry of Education - School Infrastructure,22227874,Request for Tenders,Open Competition,RFT - Main Contractor to Design Supply & Install Covered Outdoor Learning Area at Mellons Bay School,BOT2020,20200131,20200228,20200606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This procurement aims to identify a main contractor suitable to design, supply and install a 32m x 25m PVC Membrane Covered outdoor learning/sport Area structure. This is to be constructed over existing asphalt covered courtyard at the school.",Awarded,,285000,20250410 Ministry of Education - School Infrastructure,22230455,Request for Tenders,Closed Competition,Christchurch East Main Contractor RFT,,20200203,20200304,20200728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch East School Redevelopment project is part of wave 2 B of the Christchurch Schools Rebuild Programme. It sits on a long narrow strip, corner of Barbados St and Gloucester St, with a Redevelopment Build Roll of 300 and a Master Plan Roll of 400. The Contract Works required are: i. The construction of three identical 405m2 (4TS) blocks, named in the design as Block A, B & C. ii. Structural strengthening work to the Multi-purpose Hall (Block 6) and EQ repairs to the library entry (Block 5). iii. Demolition of the 2nd floor of Admin Building (Block 2) and replacement of the roof and minor refurbishment works to the admin area (West end) of the ground floor. iv. The removal of Asbestos contamination around a ceiling hatch in Block 2. v. Associated siteworks, infrastructure upgrade and landscaping works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22234847,Request for Tenders,Closed Competition,CW2019-066B Wellington Central Area Redevelopment Projects - Main Contract Works Owhiro Bay School,,20200130,20200304,20200810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Owhiro Bay School. The Contract Works required are: i. General construction services for a new build and demolition project at Owhiro Bay School. ii. The works involve the construction of a new double classroom teaching space and new toilet block. iii. Demolition of the existing D block is also required iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project Please see the attached documents for further information. The draft contract and site visit dates will be released via NTT#1.",Awarded,Awarded to Hawkins 2017 Ltd,0,20250410 Ministry of Education - School Infrastructure,22235706,Request for Tenders,Open Competition,Main Contractor for Block 14 Toilet Upgrade at Papatoetoe West School,,20200203,20200227,20200610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Papatoetoe West School is seeking a Main Building Contractor for Toilet Upgrade for Block 14 (Boys and Girls). The main contractor will be responsible for upgrading the toilet facilities for blocks 14 (Boys & Girls) based on the design done by the Architect The expectation is for the project to be completed during the school holidays. Preferred start date of the project is 13 April 2020 Completion date is no later than 26th April 2020",Awarded,,152000,20250410 Ministry of Education - School Infrastructure,22236049,Request for Tenders,Closed Competition,"Main Contractor for Block 4: Roofing, Floorcoverings, Joinery and Classroom ILE at Kaikohe Intermediate School",,20200203,20200225,20200625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Block 4, Kaikohe Intermediate requires upgrade and refurbishment.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",250000,20250410 Ministry of Education - School Infrastructure,22241358,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Site - Accessibility and Visual Awareness Improvements at Paraparaumu College, Kapiti Coast",5245,20200204,20200313,20201030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Paraparaumu College requires a series of accessibility and visual awareness modifications around the majority of the site. The work will include hardware changes to a number of classroom entrance doors, the introduction of automatic sliding doors to the library and a series of visual highlighting of walkway canopy posts, bollards, footpath protection and other pedestrian traffic hazards. Contract works will improve the major thoroughfare areas between classroom blocks for all students with mobility assistance requirements. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Paraparaumu College Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Peryer Construction Wgtn Ltd, start date 07.12.20 with anticipated completion date 26.02.21.",219254,20250410 Ministry of Education - School Infrastructure,22242224,Request for Tenders,Closed Competition,CW2019-066A Lower Hutt Area Redevelopment Projects - Main Contract Works Boulcott School & Hutt Valley High School,,20200131,20200311,20210709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a main contractor to provide construction services at Boulcott School and Hutt Valley High School: The Contract Works required at Boulcott School are: i. General construction services for a weather tightness remediation project at Boulcott School. ii. Work includes the remediation and or replacement of various weather-tightness related issues including: - Cladding - Framing timbers - Roofing - Flashings iii. The main works will include but not limited to internal repair work. iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project The Contract Works required at Hutt Valley High School are: i. General construction services for a weather tightness remediation project at Hutt Valley High School. ii. Work includes the remediation and or replacement of various weather-tightness related issues including: - A roof restructure - Exterior reclad - Internal refurbishment iii. The technology Block W was recently damaged by an internal fire and remediation is needed iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project Both projects are traditional and will be priced via a fixed lump sum method. Please direct all communication for this tender via the GETS Q&A function. All site visit attendees must register their interest on GETS by 5.00pm 07 February 2020.",Awarded,"The contract for Hutt Valley High School was awarded to Peryer Construction WGTN Ltd and will start on 21 January 2021. The term of this contract is until 26 November 2021. It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000. The projects were un-bundled following completion of the tender evaluation. The Boulcott School project is currently in negotiation. This award notice will be updated once the project has been contracted.",0,20250410 Ministry of Education - School Infrastructure,22242322,Request for Tenders,Open Competition,Main Building Contractor for Site Wide Roofing Replacement at Ashhurst School,,20200205,20200309,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Ashhurst School is seeking a contractor to undergo some Roofing Upgrades indicated within the roofing report. Generally, the roofs differ in age and condition, there are several roofing issues which specific works are required.",Awarded,The contract was awarded to Maycroft Construction and will start on mid-June 2020. The term of this contract is approx '1-2 calender months'.,213648,20250410 Ministry of Education - School Infrastructure,22244577,Request for Tenders,Closed Competition,CW2019-130 Mangapapa School Carpark - Civil Works,CW2019-130/MOE06990,20200203,20200227,20210517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Mangapapa School, Carpark Civil Works (the Contract Works). The Contract Works required are: i. The removal of existing structures such as bike racks, timber barriers etc within the area of the works. ii. The formation of a temporary carparking area as shown on the drawings iii. The removal of existing vehicle crossing and footpath at location of new crossings. iv. The reinstatement of concrete paths and kerb and channel where vehicle crossings have been removed. v. All necessary works in order to form new reinforced concrete vehicle crossings, asphalt pavement, reinforced concrete pedestrian crossings, associated nib and mountable kerbs, kerb and channel and reinforced concrete footpaths. vi. Stormwater drainage including the supply of all materials and labour necessary to install raingardens. vii. Completion and commission of new asphalt car park , access ways, Bus shelters and associated civil works viii. Topsoil and grassing of all disturbed surfaces upon completion Site visits are not available for this RFT. Tenderers can easily view the works from the road / carpark. However tenderers must not access the School for any purposes related to this RFT.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22250693,Request for Tenders,Closed Competition,"CW2019-004 Morrinsville, Te Aroha, Putaruru and Waitetuna (the School) Learning Support Property Modifications Main Contractor",,20200203,20200225,20200414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an closed invitation to Contractors (Tenderers) to submit a Tender for Morrinsville, Te Aroha, Putaruru and Waitetuna (the School) Learning Support Property Modifications Main Contractor (the Contract Works). The Ministry has a large number of school sites operating in the Waikato region. In the coming year, the Ministry expects many of these sites will require modifications to accommodate Special needs Students (Learning Support Modification Works - LSM). This procurement is utilising a right from the procurement CW2019-004 Waikato Region SNM Works Bundle - Request for Tender RFT. Following the contract award, the Ministry reserved the right to seek pricing from confirming suppliers for additional schools in the region where Learning Support Modifications are required. This procurement will be tendered through a competitive closed Request for Tender (RFT) as a single tender with three project opportunities. Tenders will be invited to bid for their preferred Bundle or School and must complete a separate tender response for each one. There are no restrictions or limits in place to the number of contracts a consultant can bid for or be awarded. There will be one evaluation meeting to cover each project submission. The evaluation of each project will be completed concurrently with separate evaluation scoresheets as referenced below: 1. Bundle 1: Morrinsville College & Te Aroha College 2. Bundle 2: Waitetuna School 3. Bundle 3: Putaruru Primary School Please refer to attachments for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22256336,Request for Tenders,Closed Competition,Oranga School - New Classroom Block,,20200204,20200303,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,,Not Awarded,Awarded to M F Astley Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,22256711,Request for Tenders,Closed Competition,Rowandale School and Clendon Park School - Construction of 2 Six Classroom Blocks - Main Contractor,,20200204,20200309,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"b. The Contract Works required are: i. Both schools will require some demolition of existing structures which clash with proposed building locations and construction of new buildings. Please refer to demolition scope provided in the architectural drawings and documents ii. Both buildings are to be circa 640m2 across two levels (circa 320m2 footprint) and consist of 6 teaching spaces, breakout rooms and wet areas. Both buildings have external stair sets and internal lifts. Both have toilets on both floors with accessible toilets to the ground floor iii. Rowandale School works can commence first. To allow the Contractor to maximise efficiencies it is proposed Clendon Park follow circa 3 months later. The Contractor is to recommend the duration of stagger between the projects that provides the most efficiencies and allow for this in their tender programme. iv. Both sites have a minimal fall across them however both back against banks which will require cutting and possibly retaining/battering. Refer to drawings and documentation for scope v. Rowandale school may require demolition of two existing classrooms upon completion of the main contract works. The Contractor is to allow for the demolition works as a separable portion to the Rowandale Contract. This separable portion is to be scheduled to commence in the first school holidays upon completion of the main contract works. Please refer to the attached demolition scope provided in the architectural drawings and documents.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22257432,Request for Tenders,Open Competition,Witherlea School Special Needs Enhancements Stage 1,213577,20200206,20200316,20210308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Witherlea School in Blenheim are seeking a suitably qualified construction company to undertake a special needs project. This tender is for stage 1 subject only. It is intended to negotiate stage 2 with the successful stage 1 tender subject to conditions being met. The work is generally consists of the following: Decks & ramps work An accessible bath room upgrade Installation of an automated gate Provision & installation of safety matting Provision of a hoist new paths and compound for the pool",Awarded,On behalf of Tim Barton Architect and as required by GETS this confirms the award of the contract to Scott Construction,0,20250410 Ministry of Education - School Infrastructure,22257777,Request for Tenders,Closed Competition,CW2019-148 Inglewood School 6 teaching spaces and other works Main Contractor,CW2019-148/MOE07018,20200204,20200302,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Inglewood Primary School Construction of Six New Teaching Spaces Main Contract Works (the Contract Works). The Contract Works required are: i. Demolition and site clearance of block C & G including (i) Making good the toilet block and storage rooms that are to remain of block C. (ii) Removal and disposal of asbestos associated with demolition ii. Construction of 6 new teaching spaces across two new blocks and associated decking and landscaping. iii. Refurbishment of administration block (A block) toilets iv. The works a moderate in size/scale The project will be separated into two deliverables completed concurrently; (i) Separable Portion 1- Administration Block toilets (ii) Separable Portion 2- Demolition of C & G and construction of 6 teaching spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22258026,Request for Tenders,Closed Competition,Main Building Contractor for Block 1 Classroom Upgrade at Glentunnel School - Canterbury,210581,20200205,20200228,20200626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Main Building Contractor for Block 1 Classroom Upgrade at Glentunnel School - Canterbury Registration Of Interest Glentunnel School Block 1 was built around 1949 and has had several alterations and upgrades completed over the years. The building has a painted corrugated iron roof over the main classroom area, with a flat tray roof to the north side veranda. Timber fascia, barge boards and weatherboards cladding, with flat cement sheet soffit linings. Timber window and door joinery. Concrete ring foundation and timber floor on piles to classroom areas. Annex to south of Block 1 houses the schools mains student, staff and accessible toilet facilities. The classrooms are generally in an original condition, with a worn and generally poor cosmetic condition. The school wish to complete ILE (Innovative Learning Environment) and DQLS (Designing Quality Learning Spaces Acoustics, Ventilation & Indoor Air Quality, Heating, Insulation and Lighting) upgrades to classrooms 1 and 2. Works to include opening the classrooms out to the existing north veranda space with new sliding doors and create a new sliding door opening and connecting covered deck to the schools Block 8 veranda area.",Awarded,The contract was awarded to Bushnell Builders and will start July 2020. The term of the contract is 4 months.,361901,20250410 Ministry of Education - School Infrastructure,22258473,Request for Tenders,Open Competition,(1752) HUNTLY WEST SCHOOL - MAIN CONTRACTOR - B Ext learning + Refurbishment; ABCF Electrical Works,,20200207,20200310,20200504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,143917,20250410 Ministry of Education - School Infrastructure,22262949,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 3 - Refurbish Classrooms at Konini Primary School, Wainuiomata, Lower Hutt",5156,20200210,20200312,20200806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The original timber windows in Block 3 are aged and in relatively poor condition, especially on the northern elevation. There are issues with rot, swelling of sashes and instances of water ingress. The school is interested in using this opportunity to develop some outdoor learning space directly outside the classrooms and some exterior doors will be introduced in conjunction with the window replacement. The need for a Building Consent will trigger a fire report and it is very likely that the fire alarm system will need to be upgraded to a full Type 4. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Konini Primary School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Carrara Holdings Ltd, start date 28.09.20, anticipated finish date 27.11.20.",0,20250410 Ministry of Education - School Infrastructure,22264047,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Rowandale School",,20200206,20200305,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Rowandale School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing netball courts. Included in this tender is the construction of a concrete stage 2 steps high constructed around the perimeter of the stage",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,328684,20250410 Ministry of Education - School Infrastructure,22270202,Request for Tenders,Open Competition,Main building contractor for an ILE and toilet upgrade of Block 1 at Glenbrae Primary School,,20200210,20200305,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Glenbrae Primary School wish to invite suitably qualified contractors to tender for a 6 classroom ILE upgrade, including reception, staffroom, storage areas and a toilet upgrade (currently not working and will require CCTV investigation)",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,740213,20250410 Ministry of Education - School Infrastructure,22271000,Request for Tenders,Open Competition,"Main Building Contractor for ILE Project - Alterations and Refurbishment at Whenuakura School, Patea","Whenuakura School, Patea",20200210,20200306,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Whenuakura School, Patea are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block 1. The Contract Works required are: To upgrade the teaching spaces in Block 1 to meet the ILE core items. This project encompasses the creation of a new Art area between classrooms 1 & 2. There will be new aluminium sliding stacker doors between classroom 2 and the new Art area. Some structural and bracing work will be required. This is the core part of the project and if funds allow, new acoustic rated ceilings, new Autex Composition wall linings, new lighting, a white board storage unit and general refurbishment to other various rooms and surfaces are to be carried out. Other works include a new heatpump, plumbing works, electrical & data works as required are to be completed. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. May/June, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Not awarded as over budget and the school have changed their mionds as tyo what they are now going to do. This will need to be re-scoped and retendered.,0,20250410 Ministry of Education - School Infrastructure,22271569,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Conifer Grove School",,20200227,20200323,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Conifer Grove School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing court area allowing all weather play.",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,290759,20250410 Ministry of Education - School Infrastructure,22271911,Request for Proposals,Open Competition,CW2020-017 Onslow College (the School) Condition Assessment Building and Infrastructure Surveyor Services,,20200205,20200303,20200414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is currently undertaking a remedial minor works package at Onslow College to address some of the Weathertightness issues at the school. In the background the Ministry's Capital Works team are currently embarking on the process of developing a master plan for the College. To enable the Ministry to complete both the remedial minor works and the master planning in a holistic manner the conditions of the existing building stock and infrastructure will need to be established to inform both work streams. Onslow College is a large distributed campus where development works have progressively been undertaken over the life of the campus. Works involved preparation of a comprehensive condition assessment for each school building and related infrastructure including recommended scope and costs to enable the Ministry to make informed decisions of the life expectancy and scope of works required to the existing buildings to meet a 50-year life. The Ministry is seeking a suitably qualified consultant / consultancy firm to undertake on site investigations to enable the comprehensive report, to be prepared these investigations will include, but not limited to: o Roof o External Cladding o External Joinery o Internal Finishes o Structural (Initial Seismic Assessment (ISA)) o External Grounds (Hard landscaping) o Stormwater systems o Drainage systems o Power, Lighting and ICT systems o HVAC, Drainage and Hydraulic Systems o Fire Protection Systems including emergency lighting, sprinklers, fire alarms, school bell systems etc. The following buildings will require a condition assessment: o Block H o Block M o Block K o Block I o Link H-I o Link M-N o Link to K o Block O o Block Q o Block E o Block F o Block T o Block C o Walkway to E For further information, please see the attached tender documentation. An NTT will follow that contains the time/date for the visit as well as a copy of the draft contract. Please direct any questions via the GETS G&A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22272686,Request for Tenders,Open Competition,Main Building Contractor for a New Admin Block at Otaua School,,20200210,20200306,20200330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: New 190m2 building with a concrete floor, timber framed walls, Hardie Oblique cladding, aluminium windows, metal roofing & plasterboard interior linings Single storey. The site is reasonably flat with trees and raised planters to be removed. There is direct access from the road for construction. The Contractor will be engaged through a Major Works Contract. The Principal has a strong preference for RFT responses with no Contract related tags. If tags are raised, they will be considered on a case by case basis by the Principal as part of the RFT evaluation]. The Principal prefers there to be no drawings and specification related Tags. See Tender Documents for further information.",Awarded,The building contract has been awarded to Pukekohe builders Ltd,0,20250410 Ministry of Education - School Infrastructure,22276365,Request for Tenders,Open Competition,6043 Hukanui School -1. Learning Support Co-ordinator,6033,20200211,20200305,20200724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Breakout spaces existing space to be altered to create breakout spaces and access between adjacent teaching spaces. New lighting (energy efficient LED alternatives). New wall coverings with acoustic alternative. New floor coverings to be installed to spaces. Create new toilet block 15m? with 5 toilet pans.",Awarded,ASAP Contracting,0,20250410 Ministry of Education - School Infrastructure,22278324,Request for Tenders,Closed Competition,Main Contractor for Stormwater Drainage and Water Reticulation Project at Oromahoe School,,20200212,20200304,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This RFT is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Stormwater Drainage and Water Reticulation Project at Oromahoe school.,Awarded,"he intention is to award this contract in the $100,000 - $250,000 bracket",100000,20250410 Ministry of Education - School Infrastructure,22278468,Request for Tenders,Closed Competition,Main Contractor for Rationalisation at Taipa Area School,,20200212,20200304,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This request for tender is an invitation to suitably qualified contractors to submit a tender for Main Contractor for Rationalisation at Taipa School,Not Awarded,Project will be rescoped and a new tender issued.,0,20250410 Ministry of Education - School Infrastructure,22280498,Request for Tenders,Open Competition,Carlton School,Carlton School,20200212,20200306,20200707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Carlton School, Wanganui are seeking a suitably qualified Main Building Contractor to carry out the Refurbishment to Blocks 2 & 5. The Contract Works required are: Block 2, C/R 5 & 6: Install new Meltecca storage cupboards, Replace old painted hessian on walls with Autex Vertiface, replace existing carpet with new carpet tiles, vinyl and entrance matting. Associated painting. Block 2 C/R 13: Install new whiteboard, remove existing window and install ranch slider and small deck. Between C/R 13 and Library (Block 4) install roof area to form outdoor cloaks. Install new Meltecca storage cupboards, Replace old painted hessian on walls with Autex Vertiface, replace existing carpet with new carpet tiles, vinyl and entrance matting. Associated painting. Block 2 Lobby: Mew entrance matting, bulkhead light fittings and associated painting. Block 2 Toilets: Replace louvre windows with new aluminium inserts. Replace wall linings with shower line wall linings, install insulation where needed while linings removed. Replace floor coverings with new vinyl. Install new hand basins, toilet pans and cisterns. Install new Clage electric water heater and new bulkhead light fittings. Associated painting. Block 5 C/R 1: Install meltecca storage cupboards, Autex Composition, new carpet tiles, entrance matting, LED lighting, and associated painting. Block 5 RES 2: Install new carpet tiles and associated painting. Block 5 CLKS: Replace pinex panels on walls with Autex Composition, install entrance matting and associated painting. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. April 2020. However this will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Shane Stone Builders,197090,20250410 Ministry of Education - School Infrastructure,22280960,Request for Tenders,Open Competition,Titirangi Primary Modernization,5YA Reference: 2011-09,20200210,20200306,20200529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Titirangi Primary Modernization Phase 1 - Encompasses Works to fire escape and refurbishment of a block of 2 classrooms and toilet area.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22282901,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Stanhope Road School",,20200212,20200307,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Stanhope Road School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing courts for all year around use.",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,290759,20250410 Ministry of Education - School Infrastructure,22283144,Request for Proposals,Closed Competition,RFP for Master Planning Services for Motueka High School,,20200210,20200303,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry Requires Master Planning Services for the redevelopment at Motueka High School. Motueka High is a year 9-15 high school located in Motueka, Nelson Region. The area has been experiencing steady growth for a number of years. Recent housing figures released show there will be a significant increase in the near future with impacts on the roll and are subject to on-going network analysis studies. The school currently features 36 teaching spaces, with the number of teaching spaces to increase to 40 and a required capacity for 755 students. To address long-term capacity issues and meet the schools property requirements, a Business Case was approved in January 2019 for the construction of one 5 teaching space block near the existing Gym. The exact purpose of the teaching space will be confirmed with the school during Master Planning, however the school envision this being a hauora / health precinct and could include classrooms for PE classes, health / hauora related teaching and possibly a fitness room with gym equipment. The school would also like the ability to open the spaces across multiple classrooms to create large indoor for extracurricular activities and maintain a strong connection to the surrounding physical education spaces (gym, pool, courts and/or field). Owing to roll growth projection as well as a current deficit in teaching spaces identified, the school has identified programme as a critical driver for this project with the aim to handover in January 2022. Temporary accommodation has been arranged via the supply of two relocatable classrooms to near the Western boundary of the field to assist with the space deficit and is not required within this Tender. The schools boiler services the majority of the existing buildings, however the preference is for the new block to be serviced via mechanical heating / cooling such CW Master Planning and Lead Design Services RFP v1 Page 7 of 21 as heat pumps. An Electrical Survey will be supplied to the Master Planner for consideration. Key information from the Business Case Current Roll: 668 Build Roll: 840 Master Planning Roll: 1,000",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000.",0,20250410 Ministry of Education - School Infrastructure,22285033,Request for Proposals,Closed Competition,Project Management & Engineer to Contract Services for a Site Redevelopment at Redwood Primary School,06964,20200211,20200303,20200525,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Project Management & Engineer to Contract Services for a Site Redevelopment at Redwood Primary School. The School is to undergo major site redevelopment and joined the Christchurch Schools Rebuild (CSR) Programme as part of wave 3. Site investigations indicate that there is asbestos in existing buildings, weathertightness issues, and minor EQ damage. The School has undergone master planning and design and is about to progress into construction procurement which is expected to begin March 2020. A construction contract is expected to be let by end of May 2020. Generally the scope of work involves the removal of CEBUS type buildings, refurbishment of two Canterbury Blocks, two new four teaching space classroom blocks, weathertightness repairs to admin and hall, and general site works and infrastructure upgrades. The full scope of works are defined within the drawings attached to this RFP. The site will remain occupied by the school throughout the duration of the construction works therefore the works will be staged to minimise disruption to the school. Staging requirements have been identified during the design phase. Staging drawings are part of the detailed design set and will be further developed in conjunction with the Project Manager, Building Contractor and the School as part of the construction programme review.",Awarded,Award managed outside of GETS using MoE process,0,20250410 Ministry of Education - School Infrastructure,22286742,Request for Tenders,Open Competition,RFT for Main Contractor for Mechanical and Electrical Upgrades for Laundry Equipment and Ancillary Heating at Halswell Residential College,MOE07015,20200212,20200309,20210715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Halswell Residential College have indicated that their school laundry and ancillary heating (diesel fuelled) boilers have reached their expiry (boilers are 50 and 45 years old respectively). The last Aquaheat audit of the boilers on 11th June 2018 revealed that modifications are required for health and safety reasons. Furthermore, the school have been paying for higher maintenance costs each year to keep the boilers operational. Therefore, it was agreed with the school that the Ministry would engage a company to provide a feasibility options report. WSP-Opus were engaged in June 2019 to provide the Options report for the Laundry and Ancillary heating boilers. Following review of the Options report the Ministry elected to progress the option to decommission the laundry boiler and provide electrical site infrastructure upgrades to power the new washers and dryers. Furthermore, the electrical infrastructure upgrade will provide power to new heat pumps and panel heaters within the gym, corridors and admin offices. The Ministry now require the services of a suitable mechanical and electrical type contractor to carry out the proposed works. The intended program overview for this project is to carry out the majority of the Contract Works during the end of Term 1 school holidays (starting Monday 13th April 2020 and ending Friday 24th April 2020) to minimise disruption. As there are some changes to the water supply for the laundry equipment this includes the provision of back flow prevention devices. Therefore, a building consent exemption has been applied for to Christchurch City Council. The result of this exemption is still pending.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,22286795,Request for Tenders,Open Competition,Construction Services for Block F Building Modifications at Ngongotaha School,#215386,20200212,20200306,20200618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"Ngongotaha School is a year 0 6 primary school located at 22 School Road, Ngongotaha, Rotorua. The school is completing an ILE modification to the original school building. This does include structural strengthening to 67% NBS. They are wanting to maintain a period correct exterior look to the building, with modern arrangements internally. The School BOT wish to engage a suitable main contractor to undertake this project in 2 separable portions as part of their 5YA programme. The portions are to allow the continued use of half of the building to permit teaching to continue while construction occurs in the alternate half. These include: Block F Structural Strengthening Openings between the teaching spaces New covered deck New wet areas Alteration to exterior ramps Drainage to contain runoff Relocated Mobile dental unit pad and services (details to be issued under a NTT) Creation of a breakout space New elemental fitout",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22286916,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 1 - 6 - Roof Replacement at Paparangi School, Wellington",5308,20200213,20200311,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The metal roofs at Paparangi School are at the end of their functional lives with constant leaks being experienced. A specialist roofing report was undertaken which confirmed the roofs needed to be replaced urgently. The work proposed is the replacement of metal roofs and spouting to Blocks 1, 2, 3, 4, 5 and 6 including flashing for weather tightness. The work will include the removal/disposal of existing metal roofing to the extents directed and replacement with new Colorsteel metal roofing and PVC spouting suitable for the near marine environment of the site, and include all flashings for a watertight solution. The work is exterior in nature requiring access and scaffold systems to suit the one or two storey buildings to which work is intended. The scheme will be traditionally executed with a full design team employed by the Paparangi School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Survey will be loaded as an NTT.",Awarded,"Contract awarded to DS O'Leary Building Ltd, starting 06.07.20, anticipated finish 31.10.20.",238643,20250410 Ministry of Education - School Infrastructure,22287720,Request for Tenders,Open Competition,Otago Boys' High School - Court Asphalt Resurfacing,,20200213,20200309,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otago Boys' High School Board of Trustees are seeking the services of a suitably qualified main contractor for the replacement of the asphalt surface to the existing court areas.,Awarded,"Following the evaluation of the tenders received, this contract was awarded to Fulton Hogan.",0,20250410 Ministry of Education - School Infrastructure,22288001,Request for Proposals,Open Competition,Orewa College - RFP - Master Planning,MOE07082,20200219,20200320,20210217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All Tenders are to be submitted via GETS,"This RFP is a part of the B19 Roll Growth Project and forms part of Wave 2 release to the market. Due to the associated risk in Orewa Colleges low-lying characteristics. It has been separated out from the packaged bundle of works in an attempt to garner more focus to Master Planning. The pricing requirement sought from the market will be in lump sum form. With both the Condition Assessment Report and Site Storm Water Drainage Report being made available to the successful tenderer. Orewa College (Secondary years 7 - 15) is located at 80 Riverside Road, Orewa. The July 2019 roll was 1,899 students and 97 teaching spaces. The school sits on a 12.67 ha site bounded to the south by the Orewa River and to the east by an unnamed tributary of the Orewa River. Both watercourses are tidal. Public housing extends along the western side of the site. Sports fields are located to the southern end and buildings to the northern half of the site. An ECC is located in the north-western corner of the site. The main vehicle entry to the School is from Riverside Road. The property is located on low-lying land and is prone to inundation from coastal storm-tide events and from high intensity, short duration rainfall events. The Site Stormwater Drainage Assessment report prepared by Riley Consultants provides information on coastal inundation risks for the property and recommendations to minimise the consequences of coastal inundation as well as recommendations for future development for stormwater management. The Condition Assessment Data report prepared by Frequency NZ provides information on the condition of existing assets.",Awarded,,86626,20250410 Ministry of Education - School Infrastructure,22292075,Request for Tenders,Open Competition,Te Awamutu Primary School - Rationalisation Works,1176,20200217,20200311,20200603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Te Awamutu Primary School Board of Trustees is seeking tenders from suitable experienced contractors for an urgent project involving the following: - Wrapping of three classroom blocks contaminated with Block Mould, then removing them from site. - Demolition of these buildings off site. - Making good to site areas.",Awarded,,137280,20250410 Ministry of Education - School Infrastructure,22292709,Request for Proposals,Open Competition,Lead Design Services for a New Gymnasium at Botany Downs Secondary School,,20200214,20200311,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22293129,Request for Proposals,Open Competition,Whitney Street School (Blenheim) - Special Needs Bathroom,20-3071-SN01,20200311,20200501,20200902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support and Whitney Street School Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd for the construction of a Special Needs Bathroom on the school site. SITE LOCATION Whitney Street School - Whitney Street, Blenheim. The works includes construction of a stand alone high dependency bathroom including fit out, ground works and all associated services. Please complete Part A and B of the Request for Tender and the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. These are mandatory documents required to evaluate tenders.",Awarded,All tenderers notified of outcome by Project Manager,178535,20250410 Ministry of Education - School Infrastructure,22293437,Request for Proposals,Open Competition,"CW2020-005 Tauranga Boys College Lead Designer weathertightness remediation Blocks B,C,D & K",CW2020-005/MOE06993,20200213,20200310,20200710,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"There are nine blocks at Tauranga Boys College which require weather tightness remediation. - BSS has done the first 4 blocks initial remediation requirement surveys and Prendos will complete the other 5 building surveys. - The remediation of the blocks will be completed in stages with Blocks B, C, D and K being the first to be undertaken. These four blocks are two-story buildings and also require structural remediation as they have been identified to have seismic issues. Construction will also be staged due to lack of space for decanting of the students. . - The other five blocks, G, H, I, Q and U will be completed as the next portion. These blocks are all single story and will be considered once the building surveys have been completed. The services required will be delivered in two stages. Initially suppliers will submit a fixed fee proposal for the first stage, with a percentage range (%) for stage 2 based on hours and estimated construction value. The first stage will be based on The Ministrys current understanding of the project and its requirements. The Ministry will reserve the right to negotiate directly with the successful tenderer for the second stage of services if: i. Their performance on the first stage has been satisfactory; ii. The designs submitted in the first stage are approved and on-time; iii. Their proposal for the second stage conforms to The Ministrys requirements; iv. Their proposal for the second stage is deemed value for money and the price is validated with industry and market benchmarking; v. Any further funding required to deliver the project is approved",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22294200,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks 1, 2, 4, 7 - Replace Roofing at Johnsonville School, Wellington",5253,20200217,20200312,20200713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Multiple buildings have been experiencing on-going roof leaks. It is proposed to replace the metal roofs to Blocks 1, 2, 4, 7, 10 at Johnsonville School. The work to Blocks 1 and 7 will only be partial replacement. The work proposed will replace existing metal roofing with new Colorsteel Maxx 0.55mm thickness roofing including all flashings for a weathertight solution. Skylights will be removed where possible and clear roofing will be replaced with trafficable translucent of same profile. Insulation will be fitted below all new roofing. All scaffolding and access systems will be included. This procurement looks for a professional Main Roofing Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Johnsonville School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Turfrey Group, starts 01.06.20, anticipated finish date 31.12.20.",294400,20250410 Ministry of Education - School Infrastructure,22295748,Request for Tenders,Open Competition,Main Contractor for Boiler replacement at fiordland college,400-19-01,20200214,20200310,20200401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,All documents supplied must be completed with this tender please submit a construction programme,Awarded,Tenders have been awarded on completion of the evaluation teams scores,1200554,20250410 Ministry of Education - School Infrastructure,22296764,Request for Tenders,Closed Competition,RFT for Main Contractor for Library Conversion and Outdoor Canopy for Snells Beach School,,20200214,20200305,20200323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Converting the Library into a temporary teaching space and constructing a freestanding outdoor canopy.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22297758,Request for Tenders,Open Competition,Grant's Braes School - Heating Upgrades (Heat Pumps),,20200217,20200311,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Grant's Braes School Board of Trustees are seeking the services of a suitably qualified main contractor for the supply and installation of the heating system replacement within the site. This is a design and build heat pump based system and also includes the decommissioning and removal of the existing coal boiler.,Awarded,"Following the evaluation of the tenders reveived, this contract was awarded the Heating & Airconditioning Services.",0,20250410 Ministry of Education - School Infrastructure,22299480,Request for Proposals,Closed Competition,Casebrook Intermediate School - Refurbishment and Modernisation - Design and Build Services,MOE07025,20200214,20200409,20200605,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Casebrook Intermediate School (the School) Refurbishment and Modernisation Design and Build Services (the D&B Services). Casebrook Intermediate School entered the Christchurch Schools Rebuild (CSR) programme as part of Wave 5B under the 10 year plan and commenced master planning in April 2019. Extensive refurbishment and modernisation is required to a number of buildings at the School. An initial pilot project has been delivered at the school which addressed Internal Learning Environment (ILE) concerns, Weathertightness remediation and general modernisation of the teaching spaces as well as the provision of a library space. The Procurement Strategy for the project has been developed around a Design and Build delivery approach, making use of the Pilot Project as a Quality Benchmark and providing Design Documentation from that project, which the successful Contractor may choose to use as a basis for their design. The Scope includes Blocks 3 & 5 (Teaching Blocks consisting of a total of eight classrooms plus breakout spaces), Blocks 7 & 8 (Technology Blocks including Woodwork, Metalwork, Cooking and Sewing) and the demolition of the Boiler House and chimney.",Not Awarded,"Price responses significantly above pre-tender estimate. Non-price responses average. Unlikely to find necessary cost savings through negotiations with either tenderer to bring within budget. Budget considered reasonable so no appetite to request more budget from IB",0,20250410 Ministry of Education - School Infrastructure,22302719,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Flat Bush School",,20200218,20200316,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Flat Bush Road School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing paved playing area for all year around use.",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,267235,20250410 Ministry of Education - School Infrastructure,22303009,Request for Tenders,Open Competition,"Main Contractor for Blocks 3, 4 and 5 Roofing at Alfriston School",,20200218,20200313,20200717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22307467,Request for Tenders,Open Competition,Main Contractors for Kai Iwi School Alterations & Refurbishment,Kai Iwi School,20200219,20200327,20200707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Kai Iwi School, Kai Iwi, Wanganui are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Blocks 2, 3 & 11. The Contract Works required are: Refurbishment areas include: New Breakout Area: Provide new extension between two classroom blocks (2 & 11) to create breakout space. New deck and covered lobby to front of breakout for cloak/bag storage. Install Autex Composition wall linings, new flooring, sink bench, LED lighting & power points, electric heating and acoustic ceiling. Open up the walls and install stacker doors between the two adjoining classrooms. Associated painting. Block 2: Remove existing unused solid fuel heater, replace flooring, wall linings and lighting. Install acoustic ceiling tiles and new heatpump. Install double glazing and ventilation. Associated painting. Block 11: Replace flooring, wall linings and lighting. Install acoustic ceiling tiles. And new heatpump. Install double glazing and ventilation. Associated painting. Block 3: Replace floor coverings, lighting and ease/repair windows so they open. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx June 2020, however this will be discussed with the successfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,257081,20250410 Ministry of Education - School Infrastructure,22307766,Request for Tenders,Open Competition,"Main Contractor for Blocks F, G, H & N Rationalisation at Ashbrook School",214991,20200303,20200403,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Blocks F, G, H, & N are now surplus to requirements and have been identified by both the MoE and BoT for rationalisation. Block G is cladding with asbestos containing material and will a licensed asbestos removal contractor to remove and dispose of the materails.",Not Awarded,"Tenders received have exceeded the budget and the MoE is currently sourcing additional funding. However it is expected that a contract will be offered to the lowest tenderer. The lowest tender received was $111,134.00 + GST",0,20250410 Ministry of Education - School Infrastructure,22310649,Request for Tenders,Open Competition,Main Contractor for Design-Build Kit-Set Solution for a Learning Support Coordinators Office at Otaki College,,20200219,20200313,20200421,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Two new Learning Support Coordinator have been allocated to the school and they require some new space to be built to be used as an office and meeting room space. Otaki College Board of Trustees are seeking a Main Contractor to deliver and install a kit-set office space including associated site works. The project needs to be undertaken as soon as possible because the coordinators have been announced.",Awarded,,100000,20250410 Ministry of Education - School Infrastructure,22313251,Request for Tenders,Closed Competition,CW2020-026 Lower Hutt Area Redevelopment Projects - Main Contract Works Taita College,,20200217,20200515,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for a roofing project at Taita College. This project ios beiogn tendered to Choice Commercial via Direct Negotiation. Details of the project include: i. General construction services for a re-roofing project at Taita College. ii. Work includes temporary/emergency roof repairs on Blocks A; B; and C. iii. Scope includes but not limited to seal off roof leaks, possible re roof. iv. The works are to be delivered in a single stage. v. The works are minor / medium in size / scale vi. There are no requirements for phasing and/or staging vii. There are no known constraints, limitations or special requirements for the project Please register any attendees for the site visit via the GETS Q&A function. A draft contract and pricing schedule will be released via NTT. Please see the attached documents for further information.",Not Awarded,No winning response for this procurement as no responses were received,0,20250410 Ministry of Education - School Infrastructure,22313988,Request for Tenders,Closed Competition,Birkenhead College - Gymnasium Re-roof - Main Contractor,,20200219,20200310,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Please note that this tender relates to the original GETS RFx ID 22190166 released on the 4th February 2020. This tender closes 10th March 2020 at 5pm",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22315577,Request for Proposals,Closed Competition,RFP for Western Heights High School (the School) New build and Redevelopment Master Planning and Concept Design Services,CW2019-013,20200218,20200317,20200908,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Design Services required for this project will be procured and delivered in two stages: Stage 1: Master Plan and Concept Design (due diligence) Stage 2: Preliminary Design through to completion This RFP is for Stage 1 only. Western Heights High School is a Decile 4, co-educational school catering for years 9 -13 students, located in Rotorua City. Three blocks require significant investment. These are: i. Science block (11 TS) ii. Te Maru (Special Needs) block (2 TS) iii. English block (11 relocatable buildings, recording in K2 as 9 TS) In total, this capital investment project will involve the redevelopment or replacement of 22 teaching spaces, equivalent to approximately 300 student places. Indicative Construction Budget is approximately $10,000,000. Indicative MP & Concept Planning: April 2020",Awarded,The contract was awarded to Opus International Consultants (newly named WSP) and will start on September 2020.,0,20250410 Ministry of Education - School Infrastructure,22319080,Request for Tenders,Closed Competition,RFT for main contractor for new library and classroom of remarkables primary school,MOE06942,20200219,20200320,20200624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"The Ministry of Education (the Ministry) EIS Southern Capital Works team is delivering a program of work at the Remarkables Primary School. Due to roll growth in the area there is a requirement for additional capacity and facilities at the school. This project involves an extension to the existing main building at the southern end of the school site. The extension consists of an additional 88m2 classroom and 51m2 library and library office.",Not Awarded,MOE and the school decided to suspend the construction service for the above project. The Classroom extension construction is unable to proceed as intended due to increased roll growth at the Remarkables School which has eliminated the decanting options to facilitate this work.,0,20250410 Ministry of Education - School Infrastructure,22320325,Request for Tenders,Open Competition,"Main Contractor for AMS Stem Lab Block E, F and ILE Upgrade Block N, O Project at Tauriko School",,20200220,20200317,20200817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tender (The Tauriko School Board of Trustees (the Buyer) is seeking a Main Building Contractor with proven expertise, experience and skills for the AMS STEM Lab Block E, F and ILE Upgrade Block N, O project. The project involves, but is not limited to the following: i. Block E works will include: a double sliding door opening into the breakout space, removal of an existing sink and cabinet, removal and replacement of flooring and wall linings, removal and replacement of heatpump, replacement of ceiling and lighting and installation of new cabinetry. ii. Breakout space works will include: removal and replacement of flooring, wall linings and the installation of built in seating and storage. iii. Block F works will include: a double sliding door opening into the breakout space, and two window glazing panels, removal and replacement of flooring and wall linings, removal and replacement of heatpump, replacement of ceiling and lighting and installation of three kitchens and built in cabinetry. iv. Block N, O currently comprises of two teaching spaces with a shared breakout space between. v. Block N works will include: a double sliding door opening into the breakout space, removal of an existing sink and cabinet, removal and replacement of flooring and wall linings, removal and replacement of heatpump, replacement of ceiling and lighting and installation of new cabinetry. vi. Breakout space works will include: removal and replacement of flooring, wall linings and the installation of a new aluminium panel and glazing to replace a door, removal and replacement of existing sink and bench. vii. Block O works will include: a double sliding door opening into the breakout space, removal and replacement of flooring and wall linings, removal and replacement of heatpump, replacement of ceiling and lighting and installation of new cabinetry viii. The school has identified that they will require this project to be phased, with Block E,F works being undertaken first, followed by Block N,O ix. Known constraints are access to the Blocks, this will need to be managed with fencing off a large section of the school with only one access point for materials delivery and site access.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22320639,Request for Tenders,Open Competition,Main Building Contractor for Special Needs Alterations at Sunset Primary School,4909,20200220,20200319,20201201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Special needs alterations works to include: perimeter fencing of playing fields - part of fence is metal, part is timber installation of gates between buildings at the centre of the school highlight painting of existing outdoor steel posts and level changes and edges of pathways reforming an uneven pavement between lower car park and admin block / school entry refurbishing an existing accessible toilet replacement of several areas of broken pavement in centre of school",Awarded,A contract for this work has now been awarded to Ronayne Construction (NZ) Ltd. Thank you for your time involved in preparing your tender.,0,20250410 Ministry of Education - School Infrastructure,22322615,Request for Tenders,Open Competition,5551 Main Contractor RFT Whakarongo School Doors and ceilings upgrade,5551,20200220,20200318,20200717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Whakarongo School BOT requests the services of a main contractor to upgrade some doors and ceilings to the school.,Not Awarded,Contract awarded to Colspec July 2020,0,20250410 Ministry of Education - School Infrastructure,22324817,Request for Proposals,Open Competition,Cobden School (Greymouth) - ILE Upgrade,22324817,20200225,20200320,20200804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made via GETS website.,"School Support and Cobden Schooll Board of Trustees are inviting main contractors to provide their proposal to School Support Ltd for the upgrade of 4 classrooms. SITE LOCATION Cobden School - Fox Street, Cobden, Greymouth. The project consists of the removal of floor coverings, removal and replacement of window sashes and single glazed fixed panels plus exterior doors with double glazed A grade safety glass, installation of pc-alu sliding doors, fitting of electrical opening system on top window sashes, installation of new floor and wall coverings. This project also includes electrical and plumbing work and the refurbishing/changing radiator heating system as indicated in the plans. Please complete Part A and B of the Request for Tender and the Works Price Schedule (Excel Spreadsheet) to complete your price breakdown. These are mandatory documents required to evaluate tenders.",Awarded,contract awarded to Farrell Group,178163,20250410 Ministry of Education - School Infrastructure,22324871,Request for Quotations,Closed Competition,Project Management Services for Redevelopment Works at Papanui High School and Heaton Intermediate School,,20200219,20200318,20200728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This RFQ seeks quotes for the delivery of Project Management and Engineer to Contract services for both schools, packaged as a bundle. A supplier briefing is set for Tuesday 25 Feb 2pm, at Ministry Offices 48 Hereford Street. Heaton Intermediate School is a Decile 9 contributing intermediate school located in Papanui, Christchurch. - The school caters for students in Years 7 to 8, and has a roll of 549 students as of March 2019. - The school is on a compact site of 4.6 hectares. - The build roll is 540. The Master Plan roll is 600. - The detailed scope of the project is yet to be defined. Papanui High School is a Decile 7 secondary school located in Papanui, Christchurch. - The school caters for students in Years 9 to 15, and has a roll of 1540 students as of March 2019. - The school is on a site of 9.7 hectares. - The build roll is 1,650. The Master Plan roll is 2,500. - The scope of the project entails refurbishment, redevelopment, and new build across the site. - The school may require consideration of potential temporary classrooms to be delivered for the duration of the construction phase. - The school may also require a new traffic management plan, changes to the drop-off zone, various services upgrades and extensions to the current car parking.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22325669,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Leabank School",,20200225,20200320,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Leabank School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing paved playing area for all year around use.",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,239469,20250410 Ministry of Education - School Infrastructure,22326365,Request for Tenders,Open Competition,Tahatai Coast School Main Contractor Services for the Administration Block Remediation,,20200221,20200318,20200506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Tahatai Coast School Board of Trustees, are seeking Suitable Suppliers to Tender for Main Contractor Services for the Remediation of their existing Administration Block. The Services will include for Early Contractor Involvement Services, followed by two stages of work: Demolition; and Remediation.",Awarded,"Following a full and fair Evaluation process, C3 Construction were selected as the preferred Supplier for the Works.",0,20250410 Ministry of Education - School Infrastructure,22326400,Request for Proposals,Open Competition,"Main Contractor for the design, supply and installation of fence and automated gates at Ruapotaka School",,20200221,20200317,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The school is looking for a Main Contractor for the design, supply and installation of fence and automated gates at Ruapotaka School History: The school has experienced problems such as graffiti, thoroughfare by people not associated with the school, unauthorised access to school buildings damage to the boundary fence to enable access Nature of Works: Install gates to the front and rear boundary to improve access control to the School including during occupied hours. Install vertical bar security fencing to the residential boundaries at the front of the School liaising with the developers. Install vertical bar security fencing to the rear boundarys access way Targeted repairs and maintenance to boundary fencing Remove spikes from the Pool fence Step at the front of the school by the pedestrian entrance to be removed and graded to be accessible",Awarded,Provided best value solution and met all requirements of the RFT,0,20250410 Ministry of Education - School Infrastructure,22333347,Request for Tenders,Open Competition,"Main Contractor for the Block A, 4, 8 and Covered Walkway Roofing at Valley School",,20200225,20200320,20200525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22333541,Request for Tenders,Open Competition,"Main Contractor for A, J: Hot Water to Handbasins; and E, J: Roof Replacement at Makauri School",216704,20200224,20200320,20200720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"2.1 Background ? There are a number of infrastructure projects that have been identified in the current 5YA relating to the hall roof, pool changing room roof, and hot water to toilets. ? Project consultants are: o Project Manager: Architects 44 Limited o Lead Designer: Architects 44 Limited 2.2 Required solution (method and approach) a. The Contract Works required are: ? A, J: Hot water to Handbasins: o The toilets to Block A and changing rooms currently do not have hot water for the toilets. o It is MOE policy for all toilets to have hot water and these facilities currently do not. o Install new instant gas califonts with gas bottles to each of the toilet areas. o Plumb with tempered water from the califont to new handbasins with timercontrolled taps. o Gas bottles and califont will require a cage to the southern toilets. For the other toilets the bottles and califonts can be located in secure areas. o Run wastes to new gulley traps. ? E, J: Roof replacement o The rooves on the kitchen part of the hall and the pool changing rooms are at the end of their lives. Both are short run corrugated profile iron fixed with lead head nails. o The project will see the rooves removed and replaced with new long run cladding on building paper and netting. o The spouting will be replaced at the same time. ? Scope for E: Cooking Room Roof: o Install scaffolding ? Remove the existing spouting, roofing iron and any old underlay and dispose of accordingly. o Install additional nogs to reduce the centres by half. eg approx 450mm between purlins. o Install new safety netting, with synthetic underlay and then new corrugated profile 0.55BMT Endura coloursteel cladding. o Install new Marley Magnum spouting and connect to existing downpipes. o Install welded aluminium flashings to complex roof junctions of the main hall. ? Scope for J: Roof and spouting replacement to whole of building: o Remove the existing spouting, roofing iron and any old underlay and dispose of accordingly. o Install additional nogs to reduce the centres by half. eg approx 450mm between purlins. o Install new safety netting, with synthetic underlay and then new corrugated profile 0.55BMT Endura coloursteel cladding. o Install new Marley Magnum spouting and connect to existing downpipes. ? The nature of the works includes redevelopment and roofing replacement. ? The work is of a relatively minor scale. Page 8 of 22 ? The Contractor will be engaged through a Medium Works Contract. No Contract related tags will",Awarded,,113656,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,22333979,Request for Tenders,Open Competition,CW2020-010 Kelburn Normal School - Admin Block Upgrade - Main Contract Works,,20200221,20200319,20210201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Kelburn Normal School has been allocated a fixed budget to refurbish its Admin Block. Designs have been completed to best utilize the projects fixed budget in conjunction with the project QS. The Ministry now requires main contract works to deliver this project. Project roles are: (a) Delivery Manager: Jeremy Hollis MoE (b) Quantity Surveyor: Grant Watkins Rider Levett Bucknall (c) Lead Designer: Miles Seddon - Seddon Associates Please see attached documents for more information",Awarded,Price Band($250K - $500K),0,20250410 Ministry of Education - School Infrastructure,22334528,Request for Proposals,Closed Competition,RFP for Lead Design Services for the Redevelopment at Northcote College,MOE06105,20200224,20200409,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,*Please note DRAFT CCCS Contract and updated price schedule to be issued as NTT by 25/02/2020,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22336313,Request for Proposals,Open Competition,RFP - Directory of Construction Suppliers for Major Works,,20200221,20200409,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,all uploads must be via GETS,"The Ministry went to market in August 2017 to procure a national panel of primary construction Suppliers (the Directory). The Directory went live in November 2018 and is a panel arrangement that Suppliers are prequalified for capability and capacity from which the Ministry will procure major works contracts over $500,000, through its Capital Works programme. The Ministry is now going back out to market and reopening the Directory to new and existing Suppliers to; allow new Suppliers to gain admittance to the Directory allow existing Suppliers to tender for additional categories to increase their scope of delivery to the Ministry allow existing Suppliers to submit new information and examples to increase their score for a category on the Directory The relevant programme delivered annually through the Directory is anticipated to have a value of approximately $250m. For supplier briefing sessions please see the NOI link above, for suppliers unable to attend the briefing sessions an addenda will be added with the presentation, a video and Q&A summary in due course All submissions in response to this RFP are to be made through GETS.",Awarded,"The Contract was awarded to the above multiple suppliers. The contract period is indefinite. The awarded contract is a panel agreements and has no dollar value.",0,20250410 Ministry of Education - School Infrastructure,22340706,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor for Site - Replace Roof Coverings at Wellington High School, Wellington",5298,20200226,20200320,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Ongoing and multiple leaks have been experienced to roofs. It is proposed to replace part or entire roofing to Blocks A, B, D (Walkways), E, F, G, I, MA, T1 and Linkways at Wellington High School. The work proposed will replace existing metal roofing with new Colorsteel Maxx 0.55mm thickness roofing over building wrap including all flashings for a weathertight solution. Insulation will be fitted below all new roofing. The work to Blocks G and T1 will replace the existing membrane roofing with new two layer torch system. The work to the linkways will involve sealing the exposed concrete roofs with acrylic membrane. All scaffolding and access systems will be included. This procurement looks for a professional Main Roofing Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Wellington High School Board of Trustees producing full construction documentation.",Awarded,"Awarded to BR Turfrey, start date 01.06.20, anticipated finish date 31.12.20.",418067,20250410 Ministry of Education - School Infrastructure,22350246,Request for Tenders,Closed Competition,RFT for main contractor for Social sciences Block S (TC G Block) Remedial Works at Taieri College,MOE07109,20200227,20200402,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a Main Contractor to repair a range of defects, design and construction deficiencies at The Social Sciences building at Taieri College. The Building was constructed in approximately 2007 and there is clear evidence that excess condensation is forming within the roof voids, this is causing corrosion and mould that has a negative impact on the internal environment and durability of the building. Its repair is required to create a healthy learning space. An independent QS has carried out investigative testing in August 2015 that confirmed that there was not enough sufficient ventilation in roof voids and various other weather tightness defects in relation window penetrations and ground clearances. The outcome sought from this tender is to source a competent, capable and experienced Contractor to rectify these issues with an anticipated project completion date of May 2020.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,22351154,Request for Tenders,Open Competition,RFT for Main Contractor for Replacement Pool Fencing at Kamo High School,,20200225,20200319,20200409,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Works to replace pool fence,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22361875,Request for Proposals,Open Competition,Frankley School and Spotswood College - Lead Design Services,,20200226,20200323,20200729,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education is seeking proposals from suppliers to undertake Lead Design Services at Frankley School and Spotswood College. Frankley School: Demolition and rebuild of administration block. Spotswood College: Refurbishment of library",Awarded,The contract was awarded to DGSE and started on June 2020. The term of contract is currently set for 3 years.,0,20250410 Ministry of Education - School Infrastructure,22363619,Request for Quotations,Closed Competition,CW2020-022 Goodwood School Learning Support Fencing Fencing Works,,20200226,20200310,20210201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"A student enrolled at Goodwood School has been identified to be at risk of running out of school grounds onto nearby roads posing a significant health and safety risk. The works required are the construction of: - Design, financial estimation and control, supply and installation of a perimeter fence to MoE specification, to include pedestrian and vehicle gates in keeping with the school culture and existing installations. - Supply/Install approximately 210 lineal metres of 1.5m High Assure Fencing Powder Coated Karaka Green to have a 100mm maximum gap between ground and bottom of the fence panels. - Temporary Fencing- Includes transit, installation, duration time and dismantle post completion - Supply and install 2 x 1.5m high Vehicle gates with self-closing latch access control and signage - Supply and install 7 x 1.5m high Pedestrian gates with self-closing latch access control and signage - Remove existing fencing for installation of new - Remove approximately x1 pane of 10m of playground retaining wall and reinstate capping. - Removal of rubbish from site - No known requirements for phasing and/or staged handover of the Project. - Works to be coordinated with the school - Install Line Marking for x2 Accessible Parking Spaces Please refer to attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22366377,Request for Tenders,Open Competition,"Main Building Contractor for gymnasium modernisation, changing rooms/toilet upgrade, cladding replacement and small deck at Waiuku college",,20200228,20200326,20200608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Waiuku College wish to find a suitably qualified building contractor to complete the gymnasium upgrade, changing rooms and toilet upgrade, cladding replacement of two ends (asbestos removal) and a small deck (outside of the male toilets) at Waiuku College.",Awarded,The winning tender won this tender based on providing the best price for the proposed contract works.,293234,20250410 Ministry of Education - School Infrastructure,22369374,Request for Tenders,Closed Competition,RFT for Demolition Works at Westburn School,,20200227,20200319,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"iWestburn School entered the CSR programme as part of Wave 5A and the Master Plan was completed in February 2019. The school will undergo redevelopment works including the construction of three new teaching spaces and library, and the refurbishment of three existing teaching blocks. It is the first major project to the teaching space since its first establishment and is much anticipated by a passionate and involved community. The demolition of four existing single cell CEBUS buildings is required in preparation for the construction of a new teaching block. The Contract Works required are: i. Demolition of four CEBUS blocks to make way for a new 3 teaching space block plus library including the removal of any trees within the area. ii. Cap and disconnect all services and civil connections to the buildings below ground iii. Asbestos removal as per the provided survey from ICP Consultants dated 18/07/2019. iv. Make good to site area in preparation for new block to be constructed. v. Dilapidation Reports of nearby hardstands and other fixtures will need to be undertaken prior to works commencing. The Contractor is to remediate any damage incurred during the Works. vi. The school will be vacant during the Enabling Works, minimising operational issues and health and safety risk. vii. Tree pruning will also be required towards the Southern end of the proposed demolition site. Details on requirements to be discussed during at the site briefing and information issued as a Notice to Tenderers. viii. There will be a separate package of works being undertaken concurrently on site during this period. Whilst it is unlikely that the scopes will interfere with each other, the Contractors will need to co-ordinate with each other to mitigate disruptions. Refer to reference plan below for an indication of where both packages of works will be undertaken included proposed site area.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,22370913,Request for Tenders,Open Competition,Main Contractor for a Shade Structure Over the Courts at Waiau Pa School,,20200228,20200325,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22375300,Request for Proposals,Open Competition,Mt Albert Grammar School - Lead Design Services,MOE07036,20200302,20200408,20200731,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Mount Albert Grammar School (MAGS) is a co-educational state secondary school in Mount Albert in Auckland. Students attend from year 9 to year 13. MAGS is the second largest school in New Zealand with a roll of over 3000 students. This Request for Proposals (RFP) issued by the Ministry of Education (The Ministry/Principal to the Contract) is an open invitation to submit a Tender for Mt Albert Grammar School - Lifts Redevelopment - Lead Design services.,Awarded,,109321,20250410 Ministry of Education - School Infrastructure,22376950,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block D - Replace North Facing Windows at Tawa School, Wellington",5177,20200303,20200506,20200723,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The existing aluminium insert windows have been poorly fitted and are of lightweight residential quality. The existing windows are aluminium single glazing with vertical sliding openings. Parts have failed and are unable to be resourced for any replacement work, further the frames are of residential standard. Ongoing and persistent leaks are being experienced. It is proposed to replace these with new heavy duty commercial units. The works generally is the replacement of existing windows with double glazed aluminium units. The Contractor will be engaged through a Medium Works Contract.",Awarded,"Contract awarded to Peryer Construction Wgtn Ltd, start date 20.07.20, anticipated finish date 30.11.20.",143800,20250410 Ministry of Education - School Infrastructure,22380382,Request for Tenders,Open Competition,Fire Alarm Upgrade Rangiora Borough School,3481,20200304,20200406,20200914,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Calvyn, Please find attached our formal approval to proceed with the fire alarm upgrade a Rangiora Borough School . Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Regards Garry Garry Van Der Krogt Fire Alarm and Compliance Services Manager",61949,20250410 Ministry of Education - School Infrastructure,22381512,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Mairangi Bay School",,20200303,20200326,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Mairangi Bay School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing netball courts for all year around use.",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,290759,20250410 Ministry of Education - School Infrastructure,22381835,Request for Tenders,Closed Competition,RFT for Main Building Contractor for New Two Teaching Space Building and Standalone Toilet Block at Whitney street school,MOE07216,20200303,20200414,20200615,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"In May 2019, the Ministry of Education announced roll growth funding for two classrooms at Whitney Street School, Blenheim. As of July 2019, the school has a roll of 366 pupils and 14 teaching spaces. The new teaching space block will be used for year groups 1-6. The Ministry has engaged Tim Barton Architecture, based in Blenheim for lead design services to complete site investigations, school consultation and design consultant services. Tim Barton has utilised the original SSL Donovan block plans with some minor design alterations and made it site specific for Whitney St School. The new classroom block has a footprint of approximately 200 m2 including two teaching spaces, shared (central) breakout space/ art bay area, resource room and two unisex toilets with lobby. A new standalone toilet block will also be installed to the south face of the existing modular block. The project is now at the end of detailed design and we have submitted the full documentation for Building Consent approval. . The Ministry is now seeking a main building contractor to complete the physical construction works required along with the various subcontracting trades to complete the project.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",500000,20250410 Ministry of Education - School Infrastructure,22382726,Request for Tenders,Open Competition,"Main Contractor for H3, H4, H5, H7, Site: H&S and Essential Infrastructure Work at TKKM O Horouta Wananga",1955,20200303,20200603,20200925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"2.1 Background The current campus was established as a temporary home for the school; however, it may be another several years before the school can occupy a new permanent home. Surveys of the schools structures and services in 2019 have revealed several issues that need to be promptly addressed for health and safety reasons to allow continued use of the current campus. Works are required to sanitary sewer drains, stormwater drains, building envelope components including cladding, glazing, roofing and spouting, and paved areas including courtyards and driveways. Project consultants are: o Project Manager: Architects 44 Limited o Lead Designer: Architects 44 Limited 2.2 Required solution (method and approach) a. The Contract Works required are: i. Removal of broken asbestos cladding and encapsulating asbestos plaster in potential high impact areas used by staff and students. ii. Replacement of rusted through spouting and downpipes. iii. Rectify essential electrical issues and defective lighting. iv. Replacement of in ground glazed earthenware sewer piping from courtyard and storm water piping for the extent as outlined in the attached assessment. v. Essential infrastructure work such as replacement of broken glazing, filling in potholes at carpark, replacing rotten verandah posts, replacement of paving after drainage work done, making good the switchboard shed, the removal of leaking skylights, associated miscellaneous work and making good. vi. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). vii. See Tender Documents for further information. b. Timeframes are: i. Indicative Start date: 02/04/20 ii. Indicative Due Date for Completion: 02/10/20",Awarded,,493720,20250410 Ministry of Education - School Infrastructure,22383524,Request for Tenders,Open Competition,"Whangamata Area School E,F&L :AMS ILE Development Stg2",5981,20200311,20200508,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," E Block R7, R8a, R8b: o Replacing lighting, heating, wall linings, exterior joinery and floor coverings. o Remodelling the internal spaces to create break out spaces o Completing decking and roofing with access doors from teaching spaces o Adding hot water to wash hand basins where required F Block R11, R12, R13, R14: o Replacing lighting, heating, wall linings, exterior joinery and floor coverings. o Remodelling the internal spaces to create break out spaces o Completing decking and roofing with access doors from teaching spaces o Adding hot water to wash hand basins where required L Block R16 & Computer Room: o Replacing lighting, heating, wall linings, exterior joinery and floor coverings. o Remodelling the internal spaces to create break out spaces o Completing decking and roofing with access doors from teaching spaces o Adding hot water to wash hand basins where required",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22384415,Request for Tenders,Closed Competition,Main Contractor for Block 2: Junior Block Refurbishment at BOIIA,,20200304,20200324,20200521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be made on GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block 2: Junior Block Refurbishment BOIIA,Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000 to $500,000",250000,20250410 Ministry of Education - School Infrastructure,22384984,Request for Tenders,Open Competition,Fairfield Intermediate block D: Rooms 1-4 Refurbishment,5967,20200304,20200430,20200724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: o [Nature of the Works demolition of some internal walls, construction of new walls, replacement of all internal linings and reconfiguration of internal spaces for better efficiency. Improve structural integrity of building through engineered connections at wall and concrete slab. o Four teaching spaces and two bag bay lobbies",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22386274,Request for Tenders,Open Competition,Main Building Contractor for Block A & B ILE Upgrade Project at Merrilands School,3271.06,20200304,20200409,20200521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be made through GETS,"The school seeks to use their AMS funding to refurbish six classrooms, install new flooring to one classroom, and convert surplus toilets in A Block to resource space. The school may also seek to negotiate with the successful contractor to undertake the roofing and cladding repair works identified within the 10YPP as a separate contract. a. The Contract Works required for the ILE Project are: Block A (a) Relocate Resource Room Strip out existing toilet block; reline and carpet; relocate mobile storage units into the new space (b) Replace doors between Rooms Existing bifold type doors are to be replaced with double glazed sliders to existing opening (c) Replace Lighting Replace existing light fittings with LED type fittings to Classrooms 1 - 6 (d) DQLS Upgrade - Classroom 4, 5, 6 Replace carpet with carpet tile; vinyl to wet areas; new acoustic wall linings; new wet area joinery with stainless steel tops (e) Painting of the radiators to Classrooms 4 and 5 will require coordination with a plumber who will be on site for a separate heating project. The plumber has allowed to remove and reinstate the radiators when requested by the contractor. Block B (a) Replace doors between rooms Between CR 9&11 and CR 10&11; Existing single doors are to be replaced with double glazed sliders; replace lintels to existing openings as required (b) Replace lighting Replace existing light fittings with LED type fittings to Classrooms 7 - 11 (c) DQLS Upgrade - Classroom 9, 10, 11 Replace carpet with carpet tile; vinyl to wet areas; new acoustic wall linings; new wet area joinery with stainless steel tops A preliminary scope of works for the Roofing & Cladding Repair Project is included in the RFT document for information only. There will be no extensions to the tender period.",Awarded,"Awarded to Pepper Construction Limited. Note award value is the lowest figure of the price band range, and does not reflect specific pricing.",250000,20250410 Ministry of Education - School Infrastructure,22389370,Request for Tenders,Open Competition,"(2050) WAIHI CENTRAL SCHOOL - MAIN CONTRACTOR - A,B: REFURBISHMENT + EXT LEARNING; A,B,F,H: ELECTRICAL UPGRADE",,20200304,20200508,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22389609,Request for Tenders,Open Competition,(115) TE KAUWHATA COLLEGE - MAIN CONTRACTOR - A: STAFFROOM REFURBISHMENT,,20200304,20200508,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22392477,Request for Tenders,Open Competition,RFT - Cocklebay School Roofing Project,,20200306,20200331,20200730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22393903,Request for Tenders,Open Competition,Main Building Contractor for the modernisation of 11 classrooms at Lakeview School,None,20200305,20200401,20201201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Lakeview requires the modernisation of 11 classrooms: Block 2 (CR 7 & 8); Block 6 (CR 14, 15, 16); Block 10 (CR 21, 22, 23) Block 11 (CR 19 & 20); Block 12 (CR 18); Replacing all flooring, installation of acoustic ceiling tiles, replacing sink/cabinetry, repaint of all wall linings and adding wall display linings where applicable. Also upgrade of lighting with LED fittings and the upgrade of affected electrical services. In one classroom a new wall to create a storeroom.",Awarded,Only 1 tender.,437524,20250410 Ministry of Education - School Infrastructure,22394702,Request for Tenders,Open Competition,CW2020-019 Wairoa Primary School Learning Support Block B Bathroom,CW2020-019/MOE07074,20200304,20200430,20200729,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Wairoa Primary School (the School) Learning Support Modifications Main Contractor (the Contract Works). There are two students who require a learning support bathroom to meet the needs of the students and the school does not currently have the facilities required onsite. Therefore an existing room is being converted to have a bathroom built-in; to meet the requirements and a main contractor is required to convert the space as per the design. The Contract Works required are: Modification of the nominated existing room to be converted in a bathroom ? Removal of existing walls ? Re building new walls to create bathroom space ? Building of High Dependency bathroom unit as per plans ? Internal fit out works ? New deck and accessible ramp to the building. ? Create a safe drop-off point. ? Fence the area as required for the Learning Support needs Preferred start date for the Contract works 8 June 2020. Works completion date 02 Nov 2020",Awarded,The contract was awarded to McMillan & Lockwood BOP and will start on July 2020. The term of this contract is 1 year and half.,0,20250410 Ministry of Education - School Infrastructure,22395631,Request for Tenders,Closed Competition,Patricia Avenue School and Melville Satellite - Main Contractor - New Classrooms,,20200304,20200324,20200811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses should be uploaded to GETS.,The Ministry of education is looking to procure a Main Contractor to undertake works at Patricia Avenue School and its satellite unit at Melville High School. One new classroom will be built at each site.,Awarded,The contract was awarded to Livingstone Builders Limited and started on June 2020. The term of contract is currently set for a year and half.,0,20250410 Ministry of Education - School Infrastructure,22395738,Request for Tenders,Open Competition,Main Contractor for C & J Block ILE & Electrical Project (Stage 1) at Waitara High School 3208.03,3208.03,20200306,20200415,20200521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees seeks to convert the existing J Block Library space into a new special needs classroom while addressing electrical items in F Block that were identified in the 10YPP Condition Assessment. The outline scope of works is as follows: J Block: o Remove selected areas of pinboard, shelving, joinery, partitions, and outdoor seating, and remove window to form opening for new door. o Make good wall linings and paint, install new kitchen joinery, floor coverings to kitchen and office, autex strip, new internal window and reinstate & modify internal door, new external door, new electrical and plumbing items. o Construct new deck, steps, ramp, handrails, planter box, and fencing to outdoor area. F Block: o Replace distribution board o Replace light fittings in computer room with fittings provided by the school.",Awarded,"Awarded to Pepper Construction. Please note award value is based on the lowest figure of the Price Band, and does not reflect actual pricing.",100000,20250410 Ministry of Education - School Infrastructure,22396778,Request for Tenders,Open Competition,RFT - Henderson High School W Block DQLS Project,,20200306,20200331,20200730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22397565,Request for Tenders,Open Competition,main contractor for a: toilet remodel and storage upgrade at Garston School,3953-19-01,20200306,20200430,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,Jones & Cooper have been awarded this contract,142843,20250410 Ministry of Education - School Infrastructure,22398206,Request for Tenders,Closed Competition,RFT for Services Works at Westburn School,,20200304,20200409,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a contractor to undertake enabling works for the redevelopment at Westburn School. Westburn School entered the CSR programme as part of Wave 5A and the Master Plan was completed in February 2019. The school will undergo redevelopment works including the construction of three new teaching spaces and library, and the refurbishment of three existing teaching blocks. It is the first major project to the teaching space since its first establishment and is much anticipated by a passionate and involved community. The capping / removal of existing civil and service lines and install new is required to make way for new lines. The Contract Works required are: i. Block 11/19 - Cap and disconnect existing stormwater and sewer lines below ground and prepare for new connection. Disconnect and protect existing power and data connections to Block 12 below ground. ii. Block 10 - Cap and disconnect existing stormwater and sewer lines between Block 11/19 and Library (Block 5) below ground and prepare for new connection. Cap water and data connections to Library (Block 5) below ground. iii. Set out and dig shared service / civil trench to serve Block 10 and Block 11/19 as per plans and specifications with considerations to foundations / footprint of proposed new building, connecting at existing systems near Block 4. Supply and install of conduits, and pipework to be as per tender plans and specification, service cabling to be excluded from this scope of works. iv. Refer to marked-up Electrical and Civil plans for clarification on scope to be included and excluded from this Tender. v. Make good to all existing services, grass and handstand areas affected by the works. vi. Dilapidation Reports of nearby hardstands and other fixtures will need to be undertaken prior to works commencing. The Contractor is to remediate any damage incurred during the Works. vii. The school will be off-site during the Enabling Works, minimising operational issues and health and safety risk. viii. There will be a separate demolition package of works being undertaken concurrently on site during this period. Whilst it is unlikely that the scopes will interfere with each other, the Contractors will need to co-ordinate with other to mitigate disruptions. ix. Prior to issue of the Practical Completion Certificate, the Contractor must provide to the Principal the following additional documents and information: Disconnection Certificates to all capped / disconnected services",Awarded,"It is intended that the value of the contract resulting from this tender will be within $50,000 -$100,000",0,20250410 Ministry of Education - School Infrastructure,22398494,Request for Proposals,Open Competition,Building Surveyors & Architects for the Weathertightness Review Panel (WRP),MOE07335,20200306,20200407,20200727,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry set up a Weathertightness Review Panel (WRP) in late 2018 to undertake independent reviews of building survey reports and design documentation associated with the remediation of existing identified buildings. Additional professional persons with architectural or building surveying qualifications and high levels of practical industry experience with diagnosing and addressing weathertightness failure are sought to increase the resource pool of skilled practitioners. We are looking for professionals who can demonstrate an extensive role with the remediation of weathertightness failure in buildings, and have at least seven years of weathertightness experience and are highly familiar with the NZ Building Code, its implementation and practice.",Not Awarded,"The Ministry has appointed the following consultants to the Weathertightness Review Panel: Bruce Milsom, Axis Building Consultants Fiona Duffy, Prendos Nz Graham Durkin, AS Jacobs Heather Crilly, Prendos Nz Ian Hay, GHD Philip Browne, Kestrel Systems Richard Angell, Maynard Marks The contract start date is 1 July 2020 for 2 years.",0,20250410 Ministry of Education - School Infrastructure,22399030,Request for Quotations,Closed Competition,Parkside School & Sir Douglas Bader Intermediate - Project Mangement and Engineer to Contract Services,MOE07199,20200305,20200401,20200603,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via the GETS website,"Parkside School and Sir Douglas Bader Intermediate Satellite are both schools that provide specialist learning environments for students who fall into the broad categories of profound, severe and moderate disability. As the two projects across both schools are expected to have similar timeframes and project requirements, the decision has been made to bundle the procurement for Project Management and Engineer to Contract services. This Request for Quotes (RFQ) issued by the Ministry of Education (The Ministry/Principal to the Contract) is an invitation to submit a quote for Project Management and Engineer to Contract services for two projects at Parkside School - Admin Building Redevelopment and Sir Douglas Bader Intermediate - Satellite Redevelopment.",Awarded,,72140,20250410 Ministry of Education - School Infrastructure,22407343,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2020 - Northern Region,,20200316,20200514,20210604,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking Consultants from the Ministrys 10YPP Consultancy Panel to deliver bundles of plans due in 2021/22 to schools throughout New Zealand. This closed RFQ is specifically for the Northern Region of New Zealand which relates to Northland and Auckland areas. Please see attached documents for the further details regarding this years MEC tender.",Awarded,,2172799,20250410 Ministry of Education - School Infrastructure,22407355,Request for Quotations,Closed Competition,RFQ for 10YPP Ministry Engaged Consultants (MEC) 2020 - Central South Region,,20200316,20200514,20210604,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking Consultants from the Ministrys 10YPP Consultancy Panel to deliver bundles of plans due in 2021/22 to schools throughout New Zealand. This closed RFQ is specifically for the Central South Region of New Zealand which relates to Taranaki, Whanganui, Manawatu, Wairarapa and Wellington areas. Please see attached documents for the further details regarding this years MEC tender.",Awarded,,1171107,20250410 Ministry of Education - School Infrastructure,22407419,Request for Tenders,Open Competition,Main Contractor for the Lift Replacement at Finlayson Park Primary School,,20200309,20200408,20200702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"i. Remove the old lift shaft. Excavate for the new larger lift. Construct a concrete block lift shaft and install a new full cab lift. Alter the roof to suit the requirements of the new lift. Alter the lift entry doors position to suit the new lift and repair the adjacent wall linings on each of the 4 lift doorways. ii. The work is inside a building that will remain in operation while construction is done. The excavation can only be done in a holiday period. The access to the site is also constrained and will have to be through the corridor of the classroom building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22409866,Request for Tenders,Open Competition,Main Building Contractor for QLE upgrade works to Block 1 & 7 at Newmarket Primary School,,20200309,20200415,20200615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Block 1 & 7 is in need of refreshment and Quality Learning Environment (QLE) upgrades to bring it in line with the 21st Century teaching DQLS standards.,Awarded,"Congratulations, you are the preferred tenderer for this project. Letter of Award has been sent last week to proceed.",0,20250410 Ministry of Education - School Infrastructure,22409932,Request for Tenders,Closed Competition,"CW2019-132 Kaharoa, Kawerau South and Thornton weathertightness remediation & learning support modifications",CW2019-132/MOE07220,20200309,20200616,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Kawerau South, Kaharoa, Thornton (the Schools) Weathertightness, Learning support modifications Main Contractor (the Contract Works) The Contract Works required are: Kawerau South School Learning Support modification to existing building which includes an extension off the existing building. Modifications to main entrance Site wise modifications to improve accessible routes Scope of work to interior are moderate in size Kaharoa School Weathertightness remedial work and internal refurbishment works Scope of work to exterior and interior Work are moderate in size Thornton School Demolish existing Administration Building due to weather tightness issues and replace with a new Administration Block (Block C). Weather tightness remediation work to the multipurpose building (Block L &K) Scope of work are Major. Kawerau South Indicative construction start 06 July 2020 Indicative construction completion 26 February 2021 Kaharoa Indicative construction start 06 July 2020 Indicative construction completion 26 February 2021 Thornton Indicative construction start 06 July 2020 Indicative construction completion 28 May 2021",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22412657,Request for Tenders,Closed Competition,CW2020-013 Pillans Point School (the School) Stage 2 Main Contract Works: New Roll Growth Classroom Block; Redevelopment of Blocks B & C; and decommissioning of existing Relocatable Block J (RFT),,20200306,20200409,20200618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for stage 2 of a redevelopment project at Pillan's Point School. The Ministry is is releasing a closed tender, direct negotiation to Foster Construction for stage 2 (of 2) of the redevelopment project. Refer to the attached documentation for further project information which includes drawings, specifications, reports and staging programmes. Supporting information, will be released via the addendum function within GETS, so that the file structure can be retained (we are unable to ZIP file the information). Please direct any questions via thew GETS Q&A function and register any attendees for the site visit with at least 24 hours advanced notice.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22413483,Request for Tenders,Closed Competition,Replacement of Decks at Huntly Primary School,,20200310,20200409,20200430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,The contract is awarded to Heineke Builders Ltd and will start by the 18th May (due to covid 19 this will need to be negotiated).,161724,20250410 Ministry of Education - School Infrastructure,22413641,Request for Tenders,Closed Competition,Blocks E and D upgrade at Huntly Primary School,,20200310,20200409,20200430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,The contract was awarded to Heineke Builders Ltd and will start by 18th May (to be negotiated due to Covid 19 and not being able to access all of the buildings due to limited space to re-house children). The comments from the evaluators were that Heineke Builders and APS Complete Property Services were both very well put together tenders.,189117,20250410 Ministry of Education - School Infrastructure,22417722,Request for Tenders,Closed Competition,RFT for Main Contractor for Redevelopment Works at Westburn School,,20200310,20200422,20210714,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Westburn School entered the CSR programme as part of Wave 5A and the Master Plan was completed in February 2019. The school will undergo redevelopment works including the construction of three new teaching spaces and library, and the refurbishment of 3 existing teaching blocks. It is the first major project to the teaching space since its first establishment and is much anticipated by a passionate and involved community. The Contract Works required are: i. Following completion of the demolition and enabling works (excluded from his scope of works), the main package of works will be all the remaining scope including the reconstruction of three new teaching spaces and a library, the refurbishment of three existing Canterbury blocks (12 teaching spaces in total) and weathertightness works to the Admin and Hall. ii. Dilapidation Reports will be undertaken to hardstands, fixtures or any other areas which could be damaged by the completion of the works by the Ministry and Contractor prior to works commencing. The Contractor is to remediate any damage incurred during the Works. iii. Tenderers are strongly advised to use the tender period to ask design related queries. iv. The school will remain operational during the works and, owing to the location of the works, comprehensive and constant co-ordination with the school will be required to mitigate disruptions to operations. v. Access Plan considerations: The school have noted that maintaining play space is a priority, and have advised that they are happy to co-ordinate the use of the existing driveway for Contractors access if required, and the ability to maintain some of the on-site car parking for staff. Furthermore, the school would prefer that hardcourt spaces to the surround of Blocks 1, 3 and 4 are maintained during school terms and are open to alternative access plans to the provided Site Plan Proposed A0-102 site management plan included in this tender. vi. A CPU will need to be provided at the completion of the refurbishment of each Canterbury block (Block 1, 3 and 4). Tenderers are to allow for and accommodate the no. 3 inspections required including the works to obtain Producer Statement, licenses and other site documentation for the CPUs. vii. Controlled excavations will be required near the Southern face of Block A to mitigate effects to the adjacent tree. A Management plan has been included in the Tender pack with the requirements for excavation to this area.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $50,000-$100,000",0,20250410 Ministry of Education - School Infrastructure,22418612,Request for Tenders,Open Competition,"Main Building Contractor for AMS Project - Alterations and Refurbishment at Te Kura O Ratana School, Ratana Pa, Wanganui",Ratana School,20200311,20200703,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Te Kura O Ratana School, Ratana Pa, Whanganui are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block 1. The Contract Works required are: Remodel and refurbish the remaining rooms to various extent. There will be a new reception area, sick bay, toilet and a new Principals office created at the front of the school where the entrance is. The rest of the remaining classrooms, toilets, small rooms, corridors and storage areas will be refurbished with new wall and floor coverings, some new ceilings, associated painting work and a general tidy up, There will also be a new deck, ramp and steps with doors leading out on to the deck in classroom 4. New lighting throughout has been allowed for. Rooms that will be included in this project are boiler, RGC 6, classroom 3, RGC 10, toilets, withdraw 5, classroom 4, office 7, ADM 16, Principal 8, corridor, classroom 11, library 2 and staffroom. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. late March/Early April with completion July 2020, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22418968,Request for Tenders,Open Competition,"Main Fencing/Building Contractor for Learning Support Modifications - Fencing & Gates at Hunterville School, Hunterville",Hunterville School,20200311,20200522,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Hunterville Consolidated School, Hunterville are seeking a suitably qualified Main Fencing/Building Contractor to carry out Learning Support Modifications - Fencing & Gates and associated works. The Contract Works required are: New Fencing and Gates required as per plan and scope of work required for a student that demonstrates impulsive and sensory seeking behaviours with no awareness of safety. There have been incidences of him running away from adult supervision which indicates there is a high risk of him leaving the school grounds. The school borders a busy main road at the front of the school often used by trucks. The other borders of the school are fenced only by wire fences and are out of sight of staff should the child make his way to these borders. There is a busy carpark to one side of the school where buses come in. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. late March/Early April with completion July 2020, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,97233,20250410 Ministry of Education - School Infrastructure,22420199,Request for Tenders,Open Competition,"Main Contractor for Site: Water supply, AD: stormwater/drainage, C: Re-Roof, D: Rot Repairs, H: Fire Exits, AE: Lab at Te Karaka Area School",1841,20200311,20200522,20210413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"2.1 Background This project seeks to address structural and infrastructure issues in ancillary buildings which were not incorporated in a substantial rebuild of the schools teaching spaces in 2014. In the longer term, it is envisaged that Block C will undergo interior refurbishment following the current reroof and cladding repairs. Project consultants are: o Project Manager: Architects 44 Ltd o Lead Designer: Architects 44 Ltd 2.2 Required solution (method and approach) a. The Contract Works required are: i. Block C: Work would involve removing the existing roof and installing new trussed roof structure to match the balance of the school buildings. Install new spouting and take rainwater to storage tanks. Undertake repairs to the exterior cladding and joinery. ii. Block D: Remove rotten window, frame up and clad to match existing vertical weatherboard. iii. Site: Upgrade Water Supply o Install a 200m3 timber water tank beside the caretakers sheds as the primary water source. o Connect all 7 of the existing concrete water tanks together as the initial rainwater collection tanks. o Pump from these tanks to the new timber tank. o Filter only the water that the school is using for daily use, rather than currently filtering all water taken to the storage supply tanks. iv. Site: Connect Block AD (Toilets) stormwater drainage and site drainage o The existing stormwater is piped to the school water storage tanks, but there is not sufficient height difference between the two locations and the water overflows onto the ground around the toilets. o It is proposed to connect into a stormwater system taking the water to waste. o Surface flooding occurs at the western end of Block AE. It is proposed to provide drainage to this area to take the surface water away. v. Block AE: - Science Lab Upgrade o The existing fume cupboard cannot be used. Subsequent to installation, the flue was removed. o The project will replace bench in the fume cupboard and reinstate the flue. o There is currently no gas to the science lab. The project will install a gas line from a gas bottle feed complete with gas valves at the bench and master shut off. vi. Block H Fire Exits o Reorient and reconfigure the fire exit doors to shorten escape paths. o Install a new sink bench in the Clean Materials room vii. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. viii. See Tender Documents for further information.",Awarded,"Original scope has been reduced to bring the project within budget. Some asbestos removal has been added.",176401,20250410 Ministry of Education - School Infrastructure,22420229,Request for Tenders,Open Competition,"Main Building Contractor for Roofing Works for Blocks 1,2,3,4,5,6,7,8,9,10 at Dargaville Intermediate School",,20200311,20200511,20200826,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,"Main Building Contractor for Roofing Works at Dargaville Intermediate School The roofing works required include: Block 1: re-roof, re-spout and insulate the roof space in the staffroom, upper and lower library, old section of Hall roof, Room 1 and RHS of Admin entrance over Hall. Clean and remove lichen over Admin, new section of hall roof and Hall lean to. Replace flashing around all skylights. Install gutters and stormwater drainage to Room 1 lean-to roof. Replace lead flashing around Hall and RHS of admin entrance, without disturbing upper level asbestos cladding. Install aqua seals to pipe penetrations on hall lean to. Block 2: replace full length of apron flashing to lower roof area. Clean and remove lichen. Block 3: replace apron flashing around window bay areas without disturbing asbestos cladding. Block 4, 5 and 8: re-roof, re-spout and insulate the roof space. Block 6: re-spout and replacement of ridge capping, clean and remove lichen Rooms 8-9. Re-roof, re-spout and insulate the roof space in Toilets. Re-roof, re-spout shed. Block 7: re-roof, re-spout and insulate the roof space in upper roof. Clean and remove lichen off lower roof. Block 9 & 10: clean and remove lichen. Staging will be required to enable continuance of school operation The work will be completed as much as possible within school holidays.",Awarded,"Description of the goods, services or works: Dargaville Intermediate School (1008) School Roofing Works for Blocks 1,2,3,4,5,6,7,8,9,10 Date the contract/s was awarded: 18/08/2020 Expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract: $220,165 to $238,916",0,20250410 Ministry of Education - School Infrastructure,22420292,Request for Tenders,Open Competition,"Main Building Contractor for Block B ILE Refurbishment at Turuturu School, Hawera",Tututuru School,20200311,20200522,20201027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Turuturu School, Hawera are seeking a suitably qualified Main Building Contractor to carry out the ILE Block B refurbishment. The Contract Works required are: Block B: Classrooms 1, 6 & 8 Install new Autex Composition from floor to ceiling with new beading to window and door jambs where required. Replace old carpet and vinyl with new carpet tiles. Replace existing T8 double fluorescent lighting with new surface mounted double LED lights and RCD protection. Associated painting. Install new acoustic rated ceiling tiles. Technology 7 Replace existing Ac unit with heatpump and remove existing roof mounted outdoor unit, make good roof and install new outdoor unit on the ground in a vandal proof cage. Corridor Install new Autex Composition and replace existing floor coverings with new vinyl & carpet tiles. With entrance matting to doorways and associated painting. Block G: Remove existing terminated scope heaters and make good wall area where heaters removed as required. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. late March/Early April with completion July 2020, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,122402,20250410 Ministry of Education - School Infrastructure,22420872,Request for Tenders,Closed Competition,Cobham Intermediate School - Temporary Classrooms Relocation - Main Contractor,,20200310,20200415,20200605,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"b. The Contract Works required are: i. Relocation of two reloc classroom modules from store, installation of piled footings, building services connection/commissioning and minor landscaping works e.g. footpath/ramp ii. Classrooms are two 70m2 classrooms previously utilised by Ao Tawhiti at UC iii. No staging required iv. Site is existing clear grassed area on edge of field, access to available from adjacent road running alongside field v. No specific limitations, only special requirement is to utilise Kings House Removals for building transport as units are currently stored and maintained in their Yaldhurst facility",Awarded,,218848,20250410 Ministry of Education - School Infrastructure,22424111,Request for Proposals,Open Competition,Provide a Licenced Early Childhood Education Service at Awapuni School,,20200311,20200512,20200828,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"In accordance with this Request for Proposal (RFP) applicants are invited to submit a proposal to provide and operate an early childhood education (ECE) service located on the Awapuni School site. This RFP includes full details of the information required from providers/organisations who wish to be considered as the preferred provider. Background Awapuni Kindergarten has been operating from the Awapuni School site, however it has recently closed the service due to roll decline. This has opened up the opportunity for another service provider to offer an early learning provision from the building. To ensure a transparent selection process, the Ministry of Education (the Ministry) are approaching the market to select an appropriate early learning service provider. The building will require some renovations to ensure it meets the Education (Early Childhood) Regulations 2008. It is expected that the costs of the renovations, will be met by the successful applicant. What we need We require an ECE service provider that is able to establish, maintain, manage and deliver a licensed ECE service that provides quality provision and is responsive to the identity, language and culture of the community.",Not Awarded,There was no successful applicant. The RFP will be reposted on GETS.,0,20250410 Ministry of Education - School Infrastructure,22425618,Request for Tenders,Closed Competition,Pokeno School - Play Centre Relocation and Refurbishment Project - Main Contractor,,20200316,20200430,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22426571,Request for Tenders,Closed Competition,Pokeno School - Civil Infrastructure Contractor,,20200312,20200430,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22428531,Request for Proposals,Open Competition,Lynfield College - Lower gym and Library Weathertightness Remediation - Lead Design Services,MOE07386,20200312,20200420,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Lower Gym and the Library were identified in the National weathertightness Surveys as defective and suffering from weathertightness issues. These buildings were monitored with the last review carried out by AS Jacobs in October 2017 in the form of a Visual Reinspection Report. Over the 2018/19 School holidays, some remedial works were undertaken to both the Lower Gym and the Library to address the immediate issues and provide a temporary solution. These scope of these works was prepared by Maynard Marks. The purpose of this procurement is to provide design services to affect the remediation to the weathertightness defects and deficiencies, structural damage repair and any adjacent work that arises as a result of the required repairs. These works aim to extend the life of the building by at least 25 years. It is anticipated that this project is completed by April 2021.",Awarded,,117553,20250410 Ministry of Education - School Infrastructure,22429601,Request for Proposals,Open Competition,Takapuna Grammar School - Block DD & M1 Weathertightness Remediation - Lead Design Services,MOE07206,20200312,20200415,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Takapuna Grammar School, Georgea Tindall Performing Arts Centre, comprises; ? Block DD - two storey building containing classrooms and theatre, built in 2006 ? Block M1 - one storey building containing classrooms, built in 1999 Since 2012 the Ministrys Building Improvement Programme (BIP) has carried out weathertightness remediation work based on Destructive Testing (DT) reports. These DT reports were focussed on the Ministrys policy of identifying factors that might lead to weathertightness failure of building elements at some stage as well as actual weathertightness failures and consequential damage. Prendos NZ Ltd was engaged by the Ministry of Educations Building Improvement Programme (BIP) in 2014 to conduct a destructive investigation of Blocks DD and M1 to identify weathertightness issues and ultimately recommend repair solutions. A Building Report was produced on 15/12/2014 and 11/03/2015 respectively. The Prendos Building Reports conclude that the building is failing to perform in its basic function of providing a structurally stable, weathertight envelope.",Not Awarded,This Tender has been cancelled and will resume once conceptual design and business case have been approved.,0,20250410 Ministry of Education - School Infrastructure,22430311,Request for Quotations,Closed Competition,Education Payroll Strategy,,20200311,20200403,20200803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The purpose of this CSO is to engage an independent supplier to lead the development of a long term strategy to deliver schools payroll services. The current payroll system has a planned life to 2027. This strategy work will provide options for delivering the schools payroll beyond 2027, taking into consideration the Ministrys current and expected future requirements. The deliverable of the engagement is to have a clear view of the options to deliver schools payroll long term.",Awarded,"This contract has been awarded in the $500,000 to $1,000,000 value band.",0,20250410 Ministry of Education - School Infrastructure,22430762,Request for Quotations,Closed Competition,Merrin School Site Redevelopment Lead Design Services,07403,20200312,20200326,20200525,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,Award managed outside of GETS using MoE process,0,20250410 Ministry of Education - School Infrastructure,22430942,Request for Tenders,Open Competition,Main Contractor for Design & Build of New Core Principal House at Makarika School,211188,20200313,20200512,20200519,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Design and Build of either build on site or off site and transported to site for assembly of a new Core Principal House for Makarika School,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22431224,Request for Tenders,Closed Competition,RFT for Main Contractor for Redevelopment at Maniototo Area School,,20200312,20200513,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Maniototo Area School (MAS) is located in the township of Ranfurly, Central Otago and is geographically isolated. The Ministry of Education have been working with the school through a master planning exercise in preparation for a significant redevelopment to commence in 2020. Through the design of the Master Plan, it was identified that the school has an aging building stock and that most of the buildings were not economic to repair. Buildings excluding the Gym/Hall and the caretakers house will be demolished and 4 new buildings introduced on the existing building footprint. Blocks 1, 2, 3, 4, 5, 6 and 7 will be demolished and replaced with 17 new teaching spaces, which would include two specialist science labs and two specialist technology spaces. Block 9 and one other teaching space would be rationalised. The Design requires the Main Contractor to deliver 17 teaching spaces, a new administration block and library catering for a total roll of 265 students. The Junior Block includes teaching spaces for Years 1 -8. The Administration block includes the Library, all staff amenities, Reception and Principals office. The Technology Block includes science lab, hard materials, music room and food technology room. The Senior Block includes teaching spaces for Years 9-13.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,22431549,Request for Tenders,Open Competition,Roofing Contractor for Roof Replacements and Remediation at Te Waha O Rerekohu,216118,20200313,20200528,20200625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Replace and remediation roofs across seven school blocks including spouting,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22433221,Request for Tenders,Open Competition,Waimea College Admin Re Roof,,20200316,20200416,20200905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The School is seeking tenders the replacement of the Staff-room and Administration block.,Not Awarded,The school has put this project on hold for this financial year and will look at it in 2021.,0,20250410 Ministry of Education - School Infrastructure,22434121,Request for Proposals,Open Competition,CW2019-134 Raroa Normal Intermediate and Newlands Intermediate MPLD RFP,,20200312,20200416,20200727,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Raroa Normal Intermediate School and Newlands Intermediate School (the Schools) Roll Growth and Redevelopment Projects Master Planning and Lead Design Services (the Services). Raroa Normal Intermediate School and Newlands Intermediate School are two large intermediate schools located in Wellingtons northern suburbs. Both schools are seeing increasing rolls and are being supported by the Ministry to complete master plans. The ministry has decided to bundle to procurement of these two projects due to: i. Close geographical location of two schools ii. Both schools are intermediate schools with similar pedagogy requirements iii. Both projects involve planning for growth Master plan options will be used to inform investment decision and prioritizations, which will determine the scope of any future construction works. Design Stages are as follows: i. Stage 1 Project Feasibility (Newlands Int only) and Master Planning Services ii. Stage 2 Lead Design Services including: (a) concept/preliminary design (b) developed design (c) detailed design (d) construction observation. Please refer to attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22434523,Request for Tenders,Open Competition,Fairhall School Blocks A & B Reroof,,20200313,20200512,20200813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Fairhall School is looking for suitably qualified main contractors to submit a request for tender for the Blocks A & B Reroof project. The full and detailed solution required is specified in the attached tender documents. The indicative start date is July 2020 or to be confirmed. The contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.",Not Awarded,Scope of works to be amended and project to be re-tendered. Tenderers who responded to be contacted directly by Project Manager,0,20250410 Ministry of Education - School Infrastructure,22437143,Request for Tenders,Closed Competition,Main Contractor for Construction of Blomfield Satellite School at Oromahoe School,,20200316,20200406,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Construction of Blomfield Satellite School at Oromahoe School,Awarded,"The intention is to award this contract in the $1,000,000 to $5,000,000 bracket",1000000,20250410 Ministry of Education - School Infrastructure,22440110,Request for Tenders,Closed Competition,Main Building Contractor for the Combined ILE Project at Chelsea School,,20200316,20200522,20200730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS.,,Awarded,,685911,20250410 Ministry of Education - School Infrastructure,22440779,Request for Tenders,Open Competition,Fire Alarm Upgrade Victory Primary School,3231,20200318,20200601,20200924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Victory Primary School, Nelson. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Victory Primary School is the next school to qualify under the program.",Awarded,"Hi Gavin, Many thanks for your proposal. Please find attached the contract documents for this project. Please read, sign, and return the contract prior to commencing any work on site. Any questions please feel free to give me a call. Many thanks. Regards, Garry Van Der Krogt.",144220,20250410 Ministry of Education - School Infrastructure,22441007,Request for Proposals,Closed Competition,Project Management & Engineer to the Contract Services for Ashburton Intermediate School and Allenton School,06688,20200316,20200406,20200728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a Project Manager (from end of Preliminary Design onwards) and Engineer to the Contract for the Redevelopment bundle of Ashburton Intermediate and Allenton School redevelopment projects. These projects have been bundled and we have engaged Maguire and Harford as Master Plan and Lead Designer. The Master Plans have been completed and received an Orange through the Design Review Panel (DRP). We have now started Preliminary Design and with the successful appointment of a Project Manager we anticipate they will take responsibility of the successful delivery of both projects. We are currently live in procurement for a Quantity Surveyor with the intent of awarding one company over both projects. The successful tenderer will be awarded both Ashburton Intermediate and Allenton School projects on two separate contracts (one contract per school).",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22441011,Request for Tenders,Open Competition,Weather Tightness MOTECH Block Parklands School,,20200316,20200417,20200630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The MOTECH block at Parklands school has water tightness issues that need to be rectified.,Awarded,"Please be advised you have been successful in this tender and we will be in touch soon,",109500,20250410 Ministry of Education - School Infrastructure,22441115,Request for Tenders,Open Competition,David Street School Block P&B ILE Upgrade,,20200317,20200409,20200811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"David Street School would like to reconfigure Block B and P. Block B will include a reconfiguration of the cloak bay into a central art and science learning space which is accessible and visible from both rooms 18 and 19. Block P is a full reconfiguration of rooms 16, 16a and 16b to include 2x classroom spaces and a shared breakout/wet area.",Awarded,,437145,20250410 Ministry of Education - School Infrastructure,22441468,Request for Tenders,Open Competition,Fire Alarm Upgrade Brightwater School,3183,20200318,20200601,20201021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Brightwater School, Brightwater. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Brightwater School is the next school to qualify under the program.",Awarded,,73528,20250410 Ministry of Education - School Infrastructure,22441560,Request for Tenders,Open Competition,Fire Alarm Upgrade Wakefield School,3234,20200318,20200601,20201012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Wakefield School, Wakefield, Nelson. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Wakefield School is the next school to qualify under the program.",Awarded,"Hi Tony, Please find attached our formal approval to proceed with the fire alarm upgrade a Rangiora Borough School . Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Regards Garry Garry Van Der Krogt Fire Alarm and Compliance Services Manager",107243,20250410 Ministry of Education - School Infrastructure,22441654,Request for Tenders,Open Competition,Fire Alarm Upgrade Waimea Intermediate,3233,20200318,20200608,20201021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waimea Intermediate, Richmond. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Waimea Intermediate is the next school to qualify under the program.",Awarded,,147517,20250410 Ministry of Education - School Infrastructure,22447387,Request for Tenders,Closed Competition,RFT for Main Contractor for Redevelopment at Kaiapoi Borough School,,20200317,20200428,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Kaiapoi Borough School is located in the township of Kaiapoi, 20 Hilton Street, Kaiapoi 7630. The Kaiapoi Borough School site has been selected for the new build of the Kaiapoi Cluster Technology Centre. The condition of the existing Technology Centre has been deemed earthquake damaged beyond commercial repair and will be demolished as part of these contract works following completion of the new build. The outcome upon contract completion will be a new replacement technology centre which caters for years 7-8 pupils within the Kaiapoi Borough School Community and surrounding (cluster) area schools who travel to the school to utilise these technology facilities. This project is the next step in the schools masterplan and will contribute towards the overall regeneration of the campus. General Description of Works: Site clearance of site area Hard-standing areas and trees. Redirection of any existing services as required, prior to preparation of ground for foundations. Construction of New Technology Centre including services area located on-ground. Demolition of existing Technology Centre & make good and reinstatement of ground to grass. Landscaping and laying of hard-standing areas. Fencing. Reinstatement of site area and surrounds impacted by construction works. Connection to schools services mains and commissioning of all services. Associated Works Mains Power Electrical Upgrade (by Mainpower)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,22449685,Request for Tenders,Open Competition,Main Contractor for Site: Shade Structure at Epsom Normal School,,20200318,20200511,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22454199,Request for Tenders,Open Competition,RFT for GDC Sewer & Drainage Separation at Greymouth High School,,20200319,20200511,20210116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Greymouth High School Board of Trustees we are seeking Tenders from suitably qualified Contractors for the Greymouth District Council Sewer & Drainage Separation Project. Greymouth High School is located between High Street, Marlborough Street and Shakespeare Street in Greymouth. As per Greymouth District Council all Sewer and Stormwater Separation needs to occur within the school boundary before connecting into the main service system provided by Council. The programming of works will be determined in consultation with the Contractor, however works are programmed to be commenced in the next school holidays (July 2020) Please refer to attached tender documents as listed in section 1.8 of the attached RFT for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22454444,Request for Tenders,Open Competition,External Painting at Royal Oak Primary School,,20200319,20200515,20200611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees at Royal Oak Primary School seek the services of a painter to paint the Schools exterior at Royal Oak Primary School.,Awarded,The winning tender won this tender based on the proven workmanship and reputation of the company and was chosen by the school board or trustees.,129952,20250410 Ministry of Education - School Infrastructure,22456003,Request for Tenders,Open Competition,Main Contractors for Bainesse School ILE Refurbishment - Block 1,Bainesse School,20200320,20200522,20200805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"he Board of Trustees for Bainesse School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out the ILE Refurbishment to Block 1. The Contract Works required are: Refurbishment areas include: Classroom 5: Install new Autex Composition wall linings. Replace existing carpet with cushion backed carpet tiles. Replace existing vinyl with new commercial sheet vinyl. Install new entrance matting. Replace existing fluorescent lighting with new LED lighting and RCD protection. Associated painting. Library 4: Install new Autex Composition wall linings. Replace existing carpet with new cushion backed carpet tiles. Replace existing fluorescent lighting with new LED lighting with RCD protection. Associated painting. Admin Area: Replace existing carpet with new Autex Avondale carpet. Install entrance matting. Pupils Toilets: Replace existing vinyl with new commercial sheet vinyl. Classroom 7: Replace existing carpet with new cushion backed carpet tiles. Replace existing vinyl with new commercial sheet vinyl. Install new Autex Composition wall linings. Replace existing fluorescent lighting with new LED lighting with RCD protection. Associated painting. Block 1: Install underfloor insulation and RCD protection to distribution board. Blocks 2 & 4: Install new distribution boards with RCD protection. Block 6: Install drinking fountain to exterior corner of block. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx June 2020, however this will be discussed with the successfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,71905,20250410 Ministry of Education - School Infrastructure,22457318,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks 1-5 - Replace Roofing at Levin School, Levin",5314,20200320,20200520,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The existing pressed metal tile roofing on the main school buildings are in poor condition and requires replacement. Similarly, the rubber membrane roofs on the covered walkways and porch areas is also contributing to water ingress. A full roof coverings replacement project has been developed. This procurement looks for a professional Main Roofing Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Levin School Board of Trustees producing full construction documentation. NOTE 1 - Asbestos Report will be loaded via NTT once received. NOTE 2 - Please provide separate price for Block 7",Awarded,"The contract was awarded to Empire Roofing. It is intended that the value of the contract resulting from this tender will be within $500-$500k.",0,20250410 Ministry of Education - School Infrastructure,22457989,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 1, 2 - Refurbish Classrooms 3, 4, 5 at Titahi Bay North School, Titahi Bay, Porirua",5188,20200323,20200521,20210802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This project refurbishes Blocks 1 and 2 at Titahi Bay North School as the redevelopment of the buildings towards innovative learning environments. The existing buildings are comprised mostly of original materials and finishes and layout which fail to meet the demands of flexible shared learning, they are an Avalon block style building. The project will also address infrastructure work including warm water to student toilets, replacement of the fire alarm system and replacement of the boilers and radiator valves. The school currently has the ability to decant classes into the library and spare classrooms allowing work to be actioned during term time as a single stage. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Titahi Bay North School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Tracer Construction, start 01.05.21 with anticipate completion date 31.01.22. It is intended that the value of the contract resulting from this tender will be within $500-$1m.",0,20250410 Ministry of Education - School Infrastructure,22459012,Request for Tenders,Open Competition,Tahuna Normal Intermediate School - Senior ILE Upgrade,3839.14.02,20200323,20200522,20200608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project involves the reconfiguration of both floors of the 2-storey block, this involves - - The removal of central locker/toilet spaces on both floors, and the conversion of those spaces into Learning Commons. - Associated structural elements required - The new Learning Commons to have large glazed sliding doors interconnecting associated classrooms - Other toilets in the block to have upgrades - Extensive re-carpeting and re-lining of walls with composition - This project is being staged to allow the school to utilise teaching spaces whilst the project is underway but also to allow continuity for the contractor",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22459077,Request for Tenders,Closed Competition,Main Contractor - Ngutunui School Block B ILE Upgrade RFT,1163,20200323,20200514,20200625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the second stage closed RFT process for this procurement. See attached documents for more information.,Awarded,Award figure is from original tender submissions and excludes any post-tender negotiation.,152086,20250410 Ministry of Education - School Infrastructure,22459438,Request for Tenders,Open Competition,Main Contractor for Site: Hard Cover Canopy at Otahuhu College,,20200319,20200512,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22460778,Request for Tenders,Open Competition,(1968) STRATHMORE School - MAIN CONTRACTOR FOR BLK C: ROOMS 3 & 4 ILE UPGRADE,,20200323,20200529,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22460803,Request for Tenders,Open Competition,Matamata College Block A Tech Room Relocation,219627,20200319,20200515,20200622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Matamata College Board of Trustees is seeking the services of a main contractor to undertake the Relocation works of their Digital Tech Classroom.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22462360,Request for Tenders,Closed Competition,Lawrence Area School and Kaikorai School - Main Contractor,,20200319,20200605,20210715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"LAS has a very strong community relationship. It is currently over its SPG allowance with an average building age of 46 years. Buildings can be clearly categorised as poor, fair or good condition. The buildings all have good heating but in varying degrees suffer from major weather tightness and maintenance issues; asbestos and inadequate daylighting; acoustics and flexibility. Blocks 4, 6, 7 and 11 will be demolished. The remaining blocks are considered to be either fair or good condition, however do contain asbestos content, weather tightness and maintenance issues. The fair condition blocks (Block 1, Block 2, staff room and admin) require significant asbestos removal, major renovation and repurposing to address teaching space DQLS and modernisation. This includes incorporating science and music functions from the demolished blocks. Blocks 3 & 5 are considered in good condition and will undergo minor upgrades to address DQLS, asbestos removal, acoustics and maintenance issues. Kaikorai School is a full archaeological site, an Archaeological Authority has been obtained ahead of the works. Block 3 (hall and one teaching space), built in 1908, is at the end of its economic life, under-sized in respect of SPG entitlement, and sinking in the north western corner. Block 1 (seven teaching spaces, administration and library) suffers from weather-tightness and building condition issues. Block 2 (four teaching spaces) and Block 7 (one teaching space) are both in good condition. The build roll requires a 13 teaching space count for the site. Blocks 1 and 3 will be demolished and a new block with 12 teaching spaces and a multi-purpose space will be constructed. Block 2 will be converted from teaching space to an administration and library function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,22463440,Request for Tenders,Open Competition,"Main Building Contractor for Block 2 ILE Refurbishment at North Street School, Feilding",North Street School,20200324,20200520,20201027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for North Street School, Feilding are seeking a suitably qualified Main Building Contractor to carry out the ILE Block B refurbishment. The Contract Works required are: Classrooms will have internal openings between rooms with aluminium glass sliding doors. One room will be remodelled to form two breakout spaces with aluminium sliding doors and borrowed light panels. An exterior door will be fitted in place of windows in two classrooms leading out to the deck area. Classrooms will have new Autex Composition wall linings, carpet, and new lighting. Toilets will have new toilets pans and dividing partitions. New urinals in boys toilet where old urinal has been removed. Floor coverings and wall linings will be repaired and made good. Associated paint work will be needed to make good some surfaces. There will be Fire Alarm Upgrade work required. Engineering and foundation work required. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. July/August 2020, however this will be discussed with the successfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,186894,20250410 Ministry of Education - School Infrastructure,22464000,Request for Proposals,Open Competition,Lead Design Services for 5YA Projects,218430,20200323,20200515,20200616,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design services for 5YA Projects at Mt Maunganui College. Mt Maunganui College have two 5YA projects that have been approved that require Lead Design Services. The first project is the demolition of the buildings associated with the swimming pool facilities and design of the new buildings associate with the swimming pool the estimated construction budget is $1 milion. The second project is a complete internal refurbishment and re-design of the existing Food Technology Rooms in H Block to better meet the DQLS and FLE teaching requirements. The estimated construction budget for this project is $660,000",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22465232,Request for Proposals,Closed Competition,ABC and Burnside High School - Project Management and Engineer to Contract Services,,20200407,20200501,20200724,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Burnside Primary and Cobham Intermediate School are schools based in the north-west of Christchurch and are part of the Christchurch Schools Rebuild (CSR) programme. As part of the CSR Programme, both schools have been approved for complete rebuilds with an emphasis on sharing facilities given their shared site. In addition, the two schools will host a double satellite for Allenvale Special School. This will be constructed through the rebuild project. Master Planning and Preliminary Design have been completed, and there is now a requirement to procure a supplier to provider for Project Management / Engineer to Contract Services. Given the age of the existing school infrastructure, replacement infrastructure services will be included in the rebuild project. Asbestos removal and full demolition of all existing facilities for both schools will form part of the project. Burnside High School is a Year 9-13 Secondary School located in the north-west of Christchurch City. Master Planning commenced in May 2019 and is still ongoing. Staging is currently being worked through to identify a clear plan for the CSR Redevelopment works. The CSR project scope will require a reduction in the overall teaching count from 2400 to 2100. There are three buildings with weather tight remediation issues. The school have five Nelson blocks so the redevelopment of these spaces will be key. The scope of the CSR Redevelopment project is likely to include a mix of new build, refurbishment and a high portion of demolition in order to meet the Education Brief, Ministry priorities and the build roll. Scope will be more defined as the master planning process is worked through. The initial DRP review of the Master Plan saw a red rating. This continues to be worked through to reach a resolution and allow the project to move forward. Project Management services are now required to support the team for Preliminary Design",Awarded,,1053191,20250410 Ministry of Education - School Infrastructure,22465890,Request for Tenders,Open Competition,Main Contractor for Resurfacing the Courts with Synthetic Material at Otaki College,,20200323,20200515,20200722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Otaki College board of trustees are seeking a main contractor to resurface the courts with synthetic turf.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22466060,Request for Tenders,Open Competition,Main Contractor to Resurface the Concrete Driveway at Otaki College,,20200323,20200522,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Otaki College board of trustees are seeking a main contractor to resurface the concrete driveway.,Not Awarded,The scope of work was too large to accommodate within the available funds. The school have reprioritised the funding.,0,20250410 Ministry of Education - School Infrastructure,22466207,Request for Quotations,Closed Competition,Frankley School Admin Block Replacement - Quantity Surveyor Services,,20200320,20200421,20210627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education is seeking Quantity Surveying Services for the replacement of the administration block at Frankley School, with the services to begin at the beginning of preliminary design.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22467552,Request for Tenders,Open Competition,Main Contractor for Block C F G Upgrades & Compliance Work at Northern Southland College,211154,20200324,20200515,20200915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Northern Southland College Board of Trustees are looking for a Main Contractor for Upgrades & Compliance work in Blocks C (Classrooms), F (Library) and G (Gymnasium).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22468066,Request for Quotations,Closed Competition,Chelsea School - Project Management Services,MOE07520,20200323,20200415,20200731,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Chelsea School is a decile 10, year 1-6 primary school on Aucklands North Shore, comprising 17 teaching spaces providing current capacity for approximately 390 students. One of the blocks Block 7 is at the end of its serviceable life, and is a Ministry redevelopment priority. Recent investigation has shown that rebuild is more economical than remediation due to the high cost of remediation estimated to be required. Currently Block 7 comprises six teaching spaces. This Request for Quotes (RFQ) issued by the Ministry of Education (The Ministry/Principal to the Contract) is a closed invitation to submit a Quote for Chelsea School- Block 7 Rebuild - Project Management services.",Awarded,,128000,20250410 Ministry of Education - School Infrastructure,22468227,Request for Tenders,Open Competition,"Design, Supply and Installation of a Permanent Covered Outdoor Canopy Structure at New Windsor School",,20200324,20200504,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at New Windsor School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the courts for all year around use.",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,237499,20250410 Ministry of Education - School Infrastructure,22468511,Request for Tenders,Open Competition,Oteha Valley School - Electrical Enabling Works,MOE07519,20200323,20200529,20200731,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry is adding 18 new teaching spaces to Oteha Valley School to provide accommodation for the burgeoning student population in the school zone. The design is for a 3 storey block but the electrical requirements for the new classrooms are greater than the current capacity supplied to the school from the transformer. This has triggered the need for an upgrade of the supply. This Request for Tenders (RFT) issued by the Ministry of Education (The Ministry/Principal to the Contract) is an open invitation to submit a Tender for Oteha Valley School - Electrical Enabling Works - Main Contractor.,Awarded,,124324,20250410 Ministry of Education - School Infrastructure,22468806,Request for Proposals,Open Competition,RFP: Internal Environments Monitoring Data Solution (Devices),,20200506,20200608,20201130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be through the GETS website,"The Ministry of Education is seeking a proposal that details how you as the supplier will meet the requirement for an internal environment monitoring data solution either through a lease/subscription model or ownership model- which ever provides the greatest value. The Ministry will require approximately 1000 to 2500 internal environment monitoring units at different stages over a period of three years which forms the contract term. This is an excellent opportunity to contribute to the Ministrys objective of making sure school property meets agreed standards to support students and teachers. The insights from the data generated by the internal environment monitoring data device will be used to help the Ministry better understand internal learning environments and what barriers there may be to providing a quality learning environments. All questions must be answer through the GETS question and answer function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22469625,Request for Tenders,Open Competition,"Design, Supply and Installation of a Covered Outdoor Canopy Structure at Cosgrove School",,20200324,20200504,20200602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Cosgrove School seek the services of a contractor to design, build and install a covered outdoor canopy structure over the existing grass area (shown on the school map) allowing the students to play in all weather",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,147000,20250410 Ministry of Education - School Infrastructure,22470337,Request for Tenders,Open Competition,Main Contractor for Fencing and Court Paving at Edendale Primary School,,20200324,20200506,20200626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Edendale School requires upgrading to provide adequate fencing as outlined in the Property Modifications Report for Edendale School completed by the MOE's Occupational Therapist. A student with special needs has enrolled and started at the school. The aim is to prioritise this project for a timely completion. As part of this project the MOE have approved for the BOT to use SIP and BOT funds to replace the courts.,Awarded,The Succesful contractor was Goble Building and Decorating Ltd,458374,20250410 Ministry of Education - School Infrastructure,22473251,Request for Tenders,Open Competition,Solar Energy System at Papakura Normal School,,20200325,20200522,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees seek the services of a suitably qualified contractor to offer a new solar energy system for Papakura Normal School,Not Awarded,Project cancelled,0,20250410 Ministry of Education - School Infrastructure,22473496,Request for Tenders,Open Competition,Supply and Installation of a New Astro Turf at Reremoana Primary School,,20200504,20200529,20200622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees at Reremoana Primary School seek the services of a suitably qualified contractor to supply and install a new astro turf,Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,287050,20250410 Ministry of Education - School Infrastructure,22474725,Request for Tenders,Open Competition,Three Quarter Turf Installation,,20200324,20200522,20200805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22478805,Request for Tenders,Open Competition,"Main Contractor for Block BX,CB,F and M Heating Upgrade at Tamaki College",,20200506,20200529,20200907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Install heat pumps to 30 classrooms at Tamaki College,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22497524,Request for Tenders,Open Competition,"Main Contractor for Cleaning, Painting and Maintenance of the Asbestos Clad Hall at Ngaio School (the School)",,20200409,20200519,20200828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Ngaio School Board of Trustees are seeking a Main Contractor for Cleaning, Painting and Maintenance of the Asbestos Clad Hall.",Awarded,,100000,20250410 Ministry of Education - School Infrastructure,22500003,Request for Tenders,Open Competition,Motueka High School -Construction of Groundsmen Sheds & Amenities,,20200410,20200510,20200630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The school require a new groundsman building to be constructed on site to facilitate the groundsman and plant. The time frame for this project is to be phased over a 18 weeks and can proceed through the school terms and school holidays.",Awarded,Please be advised you have been successful in the tender and we will be in touch,403000,20250410 Ministry of Education - School Infrastructure,22500422,Request for Proposals,Open Competition,Lead Designer - Taupo Nui a Tia College - New Teaching Block,,20200408,20200506,20200604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Lead design consultant for the development of a 5 new teaching space block and the rationalisation of old buildings.,Awarded,The contract was awarded to DCA Architects. Works will commence in the next two weeks (w/c 15th or 22nd June 2020),227047,20250410 Ministry of Education - School Infrastructure,22500802,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1, 2, 3, 4, 6, 7, A Roofing Replacement at Ardmore School",,20200416,20200602,20201001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22504148,Request for Tenders,Open Competition,Main Contractor to Replace the Senior Playground at Paremata School,,20200409,20200519,20200722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Paremata School Board of Trustees are seeking a Main Contractor to Replace the Senior Playground at Paremata School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22508903,Request for Tenders,Open Competition,Main Contractor for Boiler replacement a the catlins area School,214732,20200422,20200520,20200624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,This contract has been awarded to Clem Munro Construction Ltd,857987,20250410 Ministry of Education - School Infrastructure,22509716,Request for Proposals,Open Competition,Lease Management Services,MOE07457,20200403,20200505,20200813,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking to engage a single, suitably experienced and efficient leasing management company to provide nationwide leasing management services for Education Infrastructure Service (EIS) group. The current provider manages about 298 leases for EIS. This includes school leases, regional health school leases, Treaty of Waitangi sale and lease-back leases, lease outs (Ministrys property), and establishing new school leases and Treaty leases. Pre-condition National coverage ability for staff to travel nationwide",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22520736,Request for Tenders,Open Competition,Greymouth Main School; All Purpose Turf Installation,,20200526,20200624,20200806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Greymouth Main School Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the installation of an All Purpose turf surface. Greymouth Main School is located on Joyce Crescent in Greymouth. The outcome sought is for a full installation of an All Purpose Turf to ensure the space can be used for multiple sports and at all times during the year. The prgramming of works will be determined in consultation with the Contractor, however works are programmed to be completed in Spring 2020. Please refer to attached tender documents as listed in section 1.8 of the attached RFT for further information. Once all RFTs are evaluated and respondents have been notified, we expect to commence construction early July 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22522577,Request for Tenders,Open Competition,Main Building Contractor for the Block K Demolition / Removal and Making Good at Mountainview High School - Timaru,,20200409,20200519,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Block K Demolition / Removal and Making Good at Mountainview High School. Removal of these Asbestos containing buildings is to be by means of either demolition or relocation (TBC), this will be dependent on the contractors ability/desire to reuse the buildings elsewhere. Extensive site works and services disconnections and making good is to be fully co-ordinated and completed by the Main Contractor.",Awarded,The contract was awarded to Rooney Earthmoving and will start in the next school holidays. The term of the contract is 1 month.,95409,20250410 Ministry of Education - School Infrastructure,22526700,Request for Tenders,Open Competition,Waipa RFT Roof Replacement,213126,20200414,20200508,20200618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS," Waipa Primary School are seeking a Main building contractor to re roof Blocks C,D,I,E,G,J as the iron is at the end of its life cycle and in poor condition causing it to fail in some parts causing leaks.",Awarded,The contract was awarded to Thorburn Builders Ltd and will start on 4/07/2020. The term of the contract is 3 months,99806,20250410 Ministry of Education - School Infrastructure,22528087,Request for Tenders,Closed Competition,Main Building Contractor for the Block C Universal Bathroom at Rangiora High School,,20200410,20200513,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Boards of Trustees at Rangiora High School (the Buyer) is seeking a Main Contractor to complete the Universal Bathroom in Block C. The Modification includes the installation of an accessible bathroom, hoist and sanitary fittings and fixtures including a wall mounted change table and Mobility Hoist.",Awarded,"Id like to thank you for your interest and for the time and effort you put into preparing and submitting your proposal. If youd like to discuss the outcome of this tender and gain feedback on your proposal, please indicate by sending an email to the address below and we will arrange a debrief session on a date that suits both parties. Regards Nathan nathanf@logicgroup.co.nz",157922,20250410 Ministry of Education - School Infrastructure,22532556,Request for Quotations,Closed Competition,Lemonwood Grove School - Stage II - Design and Build Services,,20200414,20200515,20201117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Outcome sought Design and Construction of a new teaching block consisting of 12 teaching spaces (total 888m2 net area). The block should also include admin, resource and circulation space totalling an additional 978m2 net/1,272m2 gross. Completion date required October 2021",Awarded,,6600000,20250410 Ministry of Education - School Infrastructure,22532811,Request for Quotations,Closed Competition,Lemonwood Grove School - Stage II - Quantity Surveyor Services,,20200415,20200506,20200605,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The outcome sought is the construction of a new classroom block consisting of 12 teaching spaces with associated admin and circulation space. This block is to be positioned at the southern side of the school site adjacent to Block 2 as per the Masterplan. The exact position will be finalised as the design progresses. The masterplan of Lemonwood Grove Primary was developed and finalised during 2015. The Main Build (Stage I) of Lemonwood Grove Primary was completed in 2017 via a Design & Construct Contract involving Southbase and Stephenson and Turner Architects. The Procurement Strategy for the project (Stage II) has been developed around a single stage Design and Construct delivery approach. The Cost Manager will be engaged at the Main Building Contractors tender submission stage and will provide Cost Management advice and Quantity Surveying services through the Design and Construction phases to project close This project is due for completion in November 2021",Awarded,,61700,20250410 Ministry of Education - School Infrastructure,22532978,Request for Tenders,Open Competition,PALMERSTON NORTH INTERMEDIATE NORMAL SCHOOL - Block 1 Air-conditioning Installation,19/023,20200416,20200512,20201002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Palmerston North Intermediate Normal School (the Buyer) is seeking air-conditioning installers for the Block 1 Air-conditioning Installation project at Palmerston North Intermediate Normal School (the School). The Scope of Works includes the design, supply and installation of air to heat exchange systems to seven (7) existing classrooms. Refer to drawing A01 showing the location of the classrooms, and the Scope of Works document for the extent of works required. The Board of Trustees seeks tenders for the above works through this open single-stage, Request for Tender (RFT) as advertised on the Government Electronic Tender Services (GETS). The proposed contract will be the Ministry of Education Medium Works Construction Contract. A template of this is attached with this proposal. This RFT has been prepared for on behalf of the Palmerston North Intermediate Normal School Board of Trustees by the Project Manager, Paul Patel & Associates Ltd (Procurement Officer).",Not Awarded,Contract not awarded under this GETS tender. New School Project Manager is ProjectWork 2008 Ltd - 027 214 1535,0,20250410 Ministry of Education - School Infrastructure,22537821,Request for Tenders,Closed Competition,Main Building Contractor for Combined 5YA at Waipa Primary School,2064-18-02/03,20200416,20200512,20200618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Waipa Primary School Board of Trustees want to engage the main building contractor for carrying out the Block H refurbishment, and external learning spaces in Block H and I.",Awarded,The contract was awrded to Thorburn Builders Ltd and will start on 4/07/2020. The term of this contratc is 18 months.,326520,20250410 Ministry of Education - School Infrastructure,22538642,Request for Proposals,Closed Competition,"RFP for Project Management and Quantity Surveying Services at Collingwood Area School, Golden Bay High School, Maitai Schooland Salisbury Residential School",,20200414,20200507,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking one consultancy to provide project management services (including cost management services, via sub consultancy if desired) across four capital redevelopment projects in the Tasman region. The Projects are split into two packages for ease of reference, it is intended that design services and contract works for the two packages will be procured separately. It is intended that there will be a separate contract for each school. For more information on packages and how the projects are to be managed, please see the RFP document. It is intended the programmes of the projects within a packages are aligned.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,22539209,Request for Tenders,Closed Competition,Main Contractor for Block A Hall Water Ingress Repairs at Upper Harbor Primary School,,20200416,20200508,20200907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22540148,Request for Tenders,Open Competition,"Main Contractor for Blocks 2, 3, 4a, 6, 7, 8 B and C Roofing at Te Papapa School",,20200417,20200519,20200917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22543761,Request for Quotations,Closed Competition,Chelsea School - Quantity Surveying Services,MOE06819,20200416,20200507,20200731,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Chelsea School is a decile 10, year 1-6 primary school on Aucklands North Shore, comprising 17 teaching spaces providing current capacity for approximately 390 students. One of the blocks Block 7 is at the end of its serviceable life, and is a Ministry redevelopment priority. Recent investigation has shown that rebuild is more economical than remediation due to the high cost of remediation estimated to be required. Currently Block 7 comprises six teaching spaces. This Request for Quotes (RFQ) issued by the Ministry of Education (The Ministry/Principal to the Contract) is a closed invitation to submit a Quote for Chelsea School - Block 7 Rebuild - Quantity Surveying Services.",Awarded,,87000,20250410 Ministry of Education - School Infrastructure,22547760,Request for Quotations,Closed Competition,CW2020-045 Frankley School Admin Block Replacement - Project Management Services,,20200416,20200505,20210626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking Project Management Services for the demolition and rebuild of the admin block at Frankley School, New Plymouth. Temporary accommodation will be required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22549242,Request for Tenders,Open Competition,"Main Contractor for Design, Construction and Transportation of two (2) Modular Classrooms including Site Works at Waiotira School",G131,20200420,20200521,20200911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,It is intended that the value of the contract resulting from this tender will be within $500K - $1M.,0,20250410 Ministry of Education - School Infrastructure,22553798,Request for Tenders,Closed Competition,Main Contractor for Wastewater Drainage Upgrade at Oromahoe School,,20200421,20200519,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uplaoded on GETS,,Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,00-$250,000",100000,20250410 Ministry of Education - School Infrastructure,22555808,Request for Tenders,Open Competition,Main Contractor for Accessibility Upgrades Multiple Blocks at Dannevirke High School,,20200428,20200522,20201116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"Contract awarded to lee Builders based on Evaluation process as outlined in the RFT document. Using the scoring process Lee won both the non price and price evaluation, and was selected as our preferred supplier.",177000,20250410 Ministry of Education - School Infrastructure,22559373,Request for Tenders,Open Competition,CW2019-145 Karori Normal School Enabling Works for Major Redevelopment Project Asbestos Removal and Demolition of Block F,,20200421,20200529,20200720,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Karori Normal School Enabling Works for Major Redevelopment Project Asbestos Removal and Demolition of Block F (the Contract Works). Please refer to attached documents for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22567898,Request for Tenders,Open Competition,Andersons Bay School - Toilet Upgrade,3703.20.01,20200429,20200522,20200602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Project is to upgrade several toilet areas in Block 5 at Andersons Bay School, this will involve - - Replacing pans ,cisterns and fixtures - Relining of walls - Replacement of floor coverings - Installation of new toilet partitions - Carpentry, plumbing and electrical work",Awarded,,144450,20250410 Ministry of Education - School Infrastructure,22571031,Request for Tenders,Open Competition,Main Contractor for Construction of a New 7 Classroom Block at Te Whare Kura o Rakaumanga,1917,20200428,20200525,20200824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Te Whare Kura o Rakaumanga Board of Trustees wishes to engage a Main Building Contractor, who is on the MoE Construction Directory, to construct a new 7 Classroom Block. These works are a first stage to a school redevelopment over the next couple of years. This RFT is for the 7 Classroom Block only. Contract Works summary: Demolition of sections of external deck, covered walkway, external northern wall of existing Gym and existing car park & paving. New timber piling installed in preparation for foundations due to really soft ground conditions. Construction of new 7 classroom Block consisting of 4 classroom equivalent flexible learning space, 3 classrooms, break-out spaces, wet areas, outdoor learning spaces (Decks) and toilets. Building consists of piled foundations with concrete suspended sub-floor, steel portal & timber main structure, timber decks, aluminium joinery, weatherboard over cavity and iron roof. Construction of new decks and outdoor covered learning areas Minor remedial renovations to the existing Gym northern wall where the new classroom block adjacent with a seismic gap. The new classroom block structure sits completely separate to the existing Gym. Construction of pathways and extend driveway to link the new building to existing paved areas and access. Connections to existing power, data, sprinkler and alarm systems, including any upgrade of such systems required The New Building is around 620m2 with roughly 110m2 of covered outdoor learning. Site is mostly a greenfield site and ready for ground works to begin after some minor demolition. The soil conditions are soft requiring deep timber piling in preparation for foundations. Site access will be relatively un-obstructed with access via a school driveway. All Project Documentation can be accessed/Dowloaded via the link provided in the RFT Document",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22573472,Request for Tenders,Open Competition,RFT - Main Fencing Contractor for Site Provide Fencing and Gates at Plimmerton School,5383,20200428,20200521,20201109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,Awarded to Feco Fence Systems start December 2020 with anticipated completion March 2021.,141494,20250410 Ministry of Education - School Infrastructure,22575892,Request for Proposals,Open Competition,"Main Building Contractor, Block 2 Toilets and Classrooms Redevelopment and Block 8 Classrooms ILE, Waitakere Primary School, Auckland",,20200512,20200605,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project is an ILE upgrade of classrooms 9 and 10, along with an adjacent toilet block in Block 8; and redeveloping toilets and classrooms 18 and 19 in Block 2. The work is to be done in a single stage. The classroom work generally involves modernising the four classrooms with new floor covering, pin board, wall linings, new lighting, repainting, some cabinetry, new internal wall layout, opening doors to the deck; the toilet redevelopment involves a new internal configuration of the toilets and includes warm water, new grilles to improve ventilation, new toilet w/c and partitions, replacing existing ventilation with new mechanical unit, new floor covering, replacement wall linings, and new windows.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22582241,Request for Proposals,Open Competition,Leithfield School 1TS RG 2TS Redevelopment and New Library - Masterplanning and Lead Design Services,MOE07097,20200429,20200525,20200916,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Masterplanning and Lead Design Services for a Site Redevelopment at Redwood Primary School. The Ministry of Education, Capital Works team have received confirmation that Leithfield School require 1x new teaching space due to roll growth. The project involves demolition of the existing old and deteriorated Cebus type block (2x teaching space block) and the old library block. The new block construction will therefore be designed and constructed to provide 3x teaching spaces.",Not Awarded,RFP cancelled due to change in circumstances,0,20250410 Ministry of Education - School Infrastructure,22583502,Request for Tenders,Open Competition,Main Building Contractor for Block A Administration Modernisation and LSC Space at Maraenui Bilingual School,219882,20200430,20200602,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are in 2 parts: 1. Learning Support coordinator (LSC) office (within the Administration block but to be priced separately); 2. Administration block refurbishment/ upgrade. The works will include the following: Internal alterations to the staffroom new external doors, install suspended ceiling, lights and heating, installation of a new kitchen. Replacement vinyl to staffroom kitchen, toilets and canteen, Replacement/refurbishment of staff toilet pans and basins, New suspended ceilings, insulation and LED lighting to Principals office and meeting room, Creation of a teachers prep area and meeting room, Creation of a LSC (learning support coordinator) office by removal of existing sickbay shower, toilet and storeroom. Relocation of toilet. New LSC office Autex quiet space to new meeting room, Principals office and teachers prep room. Autex composition to all other walls, supply and installation of desk and shelving joinery. Installation of vision window into existing door between reception and administration office. Alterations to canteen cut back bench and install handbasin to meet health standards. Replacement carpet throughout, including new entry matting. Painting throughout walls, ceiling, windows, doors and trim.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22587681,Request for Proposals,Open Competition,Onehunga Primary School - Lead Design Services,MOE06528,20200430,20200602,20201016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Onehunga Primary School is located on the southern slopes of Maungakiekie (One Tree Hill), next to the Manukau Harbour. Since 2015, there has been an increase in the student population at the School. Along with continual current growth, the 2023 short term forecast shows a high projected total roll growth. The scope of the Stage 1 Redevelopment project is to design and construct 5 new roll growth teaching spaces, 12 replacement (of existing) teaching spaces and additions to existing car parking spaces. The project will also involve substantial demolition and site works in line with the final Master Plan and a decanting solution to be developed. This Request for Proposals (RFP) issued by the Ministry of Education (The Ministry/Principal to the Contract) is an open invitation to submit a Tender for Onehunga Primary School - Stage 1 Redevelopment - Lead Design Services.",Awarded,,1274965,20250410 Ministry of Education - School Infrastructure,22588527,Request for Tenders,Open Competition,"Design, Suppy and Construction of New Shade Structure at Western Heights Primary School, Rotorua",4996,20200501,20200527,20210125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Design, supply and construction of new 31m long x 20m wide shade structure at Western Heights Primary School, Rotorua. The structure will be galvanised steel and the shade will be a tense membrane.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22593015,Request for Tenders,Closed Competition,Main Contractor for 4x Roll Growth Classrooms at Whatawhata School - RFT,1175,20200515,20200608,20200615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT stage of procurement for this project.,Awarded,Contract to be awarded to Mitchell Construction Ltd - Evaluation Score 90.50/100.,1140658,20250410 Ministry of Education - School Infrastructure,22594095,Request for Tenders,Open Competition,"Main Contractor for design, supply and install for Covered Outdoor Learning Area at Baverstock Oaks School",,20200506,20200529,20200924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees is looking for a main contractor for the design, supply and install of a covered outdoor learning area",Awarded,,409380,20250410 Ministry of Education - School Infrastructure,22594750,Request for Quotations,Open Competition,"Main Contractor for AMS Combined Project 1,2 ILE (2a) at Cromwell Primary School",3729-20-01,20200504,20200527,20201104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,Tender has been awarded to Keith Mitchel Builders,0,20250410 Ministry of Education - School Infrastructure,22595387,Request for Tenders,Open Competition,Relocation and refurbishment of Rm 30 at Pt England School,219255,20200506,20200601,20200928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The School has previously demolished 3 classrooms from this location This RfT is to relocate a remaining temporary classroom in line with existing classroom and toilet block. The scope includes construction of new footings in the new location, reposition relocatable in alignment with the toilet block. Construction of a new handrail to the existing deck and a new canopy roof. New drainage works including grey water tank and all connections. Make good to the site and landscaping of the area. Internal works - new carpet and paint to Rooms 29 and 30.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22595586,Request for Tenders,Closed Competition,CW2020-058 Wellington Girls College - Enabling Works RFT,,20200430,20200506,20200605,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Urgent works are required at Wellington Girls College to provide alternative Teaching Space at the school due to the Tower Block returning a lower than expected NBS rating. This project is being tendered to Armstrong Downes via Direct Negotiation Outcome sought: (a) Stage 1: Install 4 containers on footpath of Pipitea Street to protect pedestrians, students and staff for risk of falling faade. (b) Stage 2: Fabrication and installation of steel angle support to the underside of 6 footbridges at the seismic joint between two buildings. Installation of container wall and walk through and installation of steel angles to be completed ASAP. Project roles are: (a) Delivery Manager William Whewell (b) Engineer to the Contract: N/A (c) Quantity Surveyor: Maltbys Ltd (d) Lead Designer: McKenzie Higham Ltd (e) Other: Contractors on the school site will include Portacom and ADbuild Please see the attached tender documents for further information. Note a draft medium works contract will be issued via NTT following tender release.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22595998,Request for Tenders,Closed Competition,CW2020-006 Hukanui School Additional Teaching Spaces - Main Contractor RFT,,20200501,20200528,20200831,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry is seeking construction services to deliver four additional teaching spaces at Hukanui School.,Awarded,The contract was awarded to Woodview Construction and will start on September 2020. The term of contract is currently set for 2 years.,0,20250410 Ministry of Education - School Infrastructure,22596211,Request for Quotations,Open Competition,"Main Contractor for Blocks F,G, H & N Rationalisation at Ashbrook School",,20200506,20200518,20210119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Blocks F, G, H, & N are now surplus to requirements and have been identified by both the MoE and BoT for rationalisation. Block G is cladding with asbestos containing material and will a licensed asbestos removal contractor to remove and dispose of the materials.",Not Awarded,"The tenders received for these works exceeded the allocated budget. Additional funding have now been allocated. It is expected that a contract will be awarded to the lowest tenderer, HBL Builders Ltd. Further details will be provided at contract award.",0,20250410 Ministry of Education - School Infrastructure,22599878,Request for Tenders,Open Competition,"Design, Supply and Installation of a Permanent Outdoor Shade Structure at Manurewa West Primary School",,20200505,20200601,20200622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Manurewa West Primary School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing tarseal playing area",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,352120,20250410 Ministry of Education - School Infrastructure,22600491,Request for Tenders,Open Competition,"Main contractor for Toilet Upgrades of Blocks 1, 2, and 5 at Ruawai College",G927,20200504,20200529,20200928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: Block 1 (Staff and Student Toilets) Staff Toilets require full refurbishment Student Toilets require full refurbishment and new hot water cylinder Block 2 (Student Toilets) Requires full refurbishment and new hot water cylinder Block 5 (Student Changing Shed and Toilets) Requires refurbishment in changing shed Requires full refurbishment in Toilets with new hot water cylinder and showers",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000 - $250,000",0,20250410 Ministry of Education - School Infrastructure,22600735,Request for Proposals,Open Competition,RFP for Master Planning and Lead Design Services for the Redevelopment at Arthur Street School,,20200501,20200528,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry requires Master Planning and Lead Design Services for the Redevelopment at Arthur Street School. Arthur Street School is the oldest in Dunedin and is a full primary school (year 1-8) with a current roll of 171. The build roll is 205 for this project which will be in accordance with the schools SPG entitlement. The Business Case identified significant compliance issues with non-complying fire egress and accessibility, contains asbestos and extremely poor infrastructure. Current DQLS standards are not met. The whole site is serviced by a dilapidated stormwater and sewer system. Electrical connections to the buildings are via overhead lines. The school has insufficient power supply and an old switchboard and distribution board, both require upgrading to comply with building codes. The area is considered to have archaeological significance. The buildings are not fit for purpose, development through Capital Investment has been determined as the best way forward. Construction completion of the school is expected by July 2023. Project Works include: Redevelopment of the entire school to address significant infrastructure and accessibility issues. This project requires work to be undertaken in two stages to minimise decanting and disruption to the school and has an estimated completion date of mid-2023. 1.1 Project Scope Build nine teaching spaces, admin and hall. Full site infrastructure upgrade. 1.2 Master Plan The masterplan will be a holistic, future focused, infrastructure plan for the entire school site which identifies a staged sequence which will both allow for the continued operation of the school and redevelopment of aged assets to improve and complement educational outcomes of the school.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,22603063,Request for Tenders,Closed Competition,"Mayfield School (Mid Canterbury): AMS 5: Multipurpose Space Conversion, Toilet Upgrade and Break- Out Space",3432-19-01,20200505,20200525,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Mayfield School require Block 5 (existing library) to be converted into 2 teaching spaces. Convert office into a break-out space and refurbish the toilets with new fixtures and fittings. Upgrade heating and existing light fixtures with LED fixtures.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22608456,Request for Tenders,Closed Competition,"Kaipaki School - Blocks A, B & E ILE & Heating Upgrade - RFT",1161,20200529,20200702,20200811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed RFT stage of procurement.,Not Awarded,Circumstances have changed with the school's funding and the project needs to be re-worked to reduce the scope/cost and re-tendered.,0,20250410 Ministry of Education - School Infrastructure,22610166,Request for Tenders,Closed Competition,Main Building Contractor for Weathertightness Remediation and Block Upgrade at Oceanview Heights School - Timaru,209253,20200507,20200610,20200826,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,The contract was awarded to Colin Shore building Ltd. and will start on 24th September 2020. the term of the contract is 6 months.,981930,20250410 Ministry of Education - School Infrastructure,22610341,Request for Tenders,Open Competition,Fence and Gate Modifications at Rawene School,MOE06710,20200505,20200601,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Please use the GETS Question and Answer function to ask queries.,"An OT Report and Serious Risk Assessment has been prepared for a student who requires full time ORS Assistance. The existing fencing around the school is inadequate and cannot prevent this student from leaving the school grounds. This student has left the school grounds on many occasions and has been very difficult to find and then return to the classroom. The existing fence and gate at the top of the school surrounding the car-park will be removed as urgent works and replaced with 1.8 meter high panel fencing and self-closing gates with pool type latches. Temporary fencing will be installed to prevent injury to other students and staff as well as reduce the risk of escape for this student. Outcome Sought: Provide a fence and gate solution that meets the needs of the student and the school and which can be signed off by the OT (Occupational Therapist) for Practical Completion. History: The existing school fencing installed in 2016 no longer meet the needs of the student and as such, our student is able to open gates and climb over the fence. Project Completion Date: 30th November 2020",Awarded,,197712,20250410 Ministry of Education - School Infrastructure,22616939,Request for Tenders,Open Competition,Main Building Contractor for Block 2 & 4 Demolition / Removal and Making Good at Ohoka School - Canterbury,,20200508,20200611,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Block 2 & 4 Demolition / Removal and Making Good at Ohoka School. Removal of these Asbestos containing buildings is to be by means of either demolition or relocation (TBC), this will be dependent on the contractors ability/desire to reuse the buildings elsewhere. Extensive site works and services disconnections and making good is to be fully co-ordinated and completed by the Main Contractor.",Awarded,The contract was awarded to HRS Construction Ltd. and will start in the next school holidays. Term of the contract is 2 months.,219489,20250410 Ministry of Education - School Infrastructure,22617043,Request for Tenders,Open Competition,Main Contractor for Block G toilet Upgrade and Block A partial recladding at Hamilton Boys' High School,201943,20200507,20200604,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,n/a,"On behalf of Hamilton Boys' High School, Board of Trustees, we would like to invite main contractors to submit a tender for the above project with the following summary of scope: The works comprise: Alterations to existing toilets in Block G to provide individual cubicles. Replacement of section of brick veneer cladding on Block A with fibre cement sheet. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,142220,20250410 Ministry of Education - School Infrastructure,22619339,Request for Tenders,Open Competition,"Main Contractor for Blocks A,B, 6 (pool) Essential Infrastructure & Block A ILE & Toilet Upgrade at Halfmoon Bay School",19-037,20200508,20200609,20200803,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Halfmoon Bay School BoT is looking for an experienced main contractor to complete an essential infrastructure and block upgrade project at Halfmoon Bay School on Stewart Island. The work includes remodelling of some classroom areas including lighting, wall and floor coverings and aluminium joinery, as well as upgrading a toilet & cloakbay area. The exterior re-cladding of Block B (currently asbestos) and associated accessibility access is also required, as well as new a new deck area to Block A, and modifications to the existing covered verandas. In conjunction with these works, essential infrastructure to various parts to Blocks A,B & 6 (Pool) to ensure compliance with the building code is required including fire alarm upgrade and accessibility improvements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22619364,Request for Tenders,Open Competition,"Design, Supply & Installation for a Covered Outdoor Canopy & Turf at Greemeadows School",,20200508,20200604,20200706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Greenmeadows School are requesting the design, planning, supply and construction services for a covered outdoor canopy and sports turf over an existing concrete court.",Awarded,,221376,20250410 Ministry of Education - School Infrastructure,22620932,Request for Tenders,Open Competition,Design and build for Shade Structures at Koru School,,20200507,20200603,20200806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The school wish to build 2 shade structures; a simple shade structure over the playground and a weatherproof canopy for the netball court which will be visually representative of the Pacific heritage of the majority of the school roll and wider community,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22620990,Request for Tenders,Closed Competition,Westland High School Redevelopment and Refurbishment Works,,20200506,20200527,20200925,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Westland High School tender - Re Published as advised on April 15.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22622294,Request for Tenders,Closed Competition,"RFT for Main contractor for Relocation of Temporary Classrooms at Greendale, Linwood Ave, Swannanoa and Lemonwood Grove Schools",MOE07803,20200507,20200608,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"The relocatable buildings where purchased by Ministry of Education at the beginning of 2019 from the University of Canterbury on the idea of utilizing the buildings for schools in the south island area that are needing quick turnaround delivery of roll growth Teaching spaces. There are approximately 24 buildings left that are being stored at Ministrys leased storage facility in Bromley Christchurch. Seven buildings have been possibly earmarked by property advisors for future deployment around the South Island and the remaining 17 buildings will be left for future projects. All buildings are in various conditions. This procurement is for 4 temporary classrooms to be relocated to Greendale, Swannanoa, Linwood Ave and Lemonwood Grove schools, as they have been identified as Roll Growth projects needing teaching spaces installed as soon as possible. We are expecting to deliver these projects in the middle of 2020 to aid in roll growth. As a result of continued growth in the ministry of educations south island, the requirement exists to provide temporary accommodation for students in multiple schools.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,22622630,Request for Tenders,Open Competition,"Design, Supply and Installation of a Permanent Outdoor Shade Structure at Patumahoe School",,20200508,20200604,20200622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Patumahoe School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing astro turf",Awarded,The winning tender won this tender based on providing the best method and approach to complete the project on time and within budget.,212600,20250410 Ministry of Education - School Infrastructure,22623131,Request for Tenders,Open Competition,"Main Building Contractor for New non-teaching multipurpose building, and Administration extension at Meeanee School",217002,20200512,20200612,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Meeanee School does not currently have sufficient non-teaching space (ie: administration, resource space, hall, multipurpose space). This project seeks to create a new-build multipurpose building for the School, along with an extension to the administration area in Block A to enlarge the staffroom and add some resource storage space. A fire alarm upgrade is also included in the project. The project includes a 34.2 m2 extension to Block A administration area. The extension will enlarge the staffroom, and create a storage space. The multi-purpose new build will be 114.69 m2 in area, and will include a multipurpose space with a kitchenette, and stackable internal doors to a library space. The new building will also include an accessible toilet and a covered outdoor area. As part of construction of the new multipurpose building parts of the Schools cycle track will need to be moved, along with 2 containers located on the site. The Contract Works required are: i. Extension of Block A administration areas to create a larger staffroom and storage space. The extension will include: A pod raft foundation system, Removal of the existing type 2 alarm system, and installation of a type 4 analogue addressable alarm system and photoluminescent exit signage. 2 new windows and 1 set of French doors in the staffroom extension, shelving joinery for the storage space. a suspended ceiling, LED lighting and a heatpump. Autex composition (allow for 2 colours full height) to all walls in staffroom. Retention of the existing staffroom kitchen including retaining existing vinyl in staffroom kitchen,Install of new carpet tiles in the staffroom extension and storage area, and gecko welcome matting in external doorway entrance. ii. New build construction of a 114.69 m2 multipurpose building which will include: Floor slab to be pod raft foundation system. 2 x bi-parting sliding doors in front elevation, kitchenette including cabinetry, benchtop, sink, tap, oven and rangehood. Accessible toilet including fixtures and fittings and coved vinyl flooring. High level windows with electronic openers.Internal acoustic bifold doors with acoustic laminate glass. Autex composition walls. Suspended ceiling with LED lighting panels. iii. Associated works including fire alarm upgrade to Block A, realignment of the existing bike track, and demolition of the existing concrete pad and block wall on site.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22623571,Request for Tenders,Open Competition,Main Building Contractor for Tech Block Remodel at Hastings Girls' High School,02-038-011,20200508,20200604,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Tech Block Remodel at Hastings Girls High School,Not Awarded,"Project not awarded, as the project is currently on hold.",0,20250410 Ministry of Education - School Infrastructure,22624311,Request for Tenders,Open Competition,Fire Alarm Upgrade Rangiora Borough School,3481,20200511,20200608,20201021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,,61949,20250410 Ministry of Education - School Infrastructure,22624589,Request for Tenders,Open Competition,Fire Alarm Upgrade Tahuna Normal Intermediate,3839,20200511,20200608,20201013,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Toby, Please find attached our formal approval to proceed with the fire alarm upgrade at Tahuna Normal School. Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Many thanks. Regards Garry Van Der Krogt 021411456",77759,20250410 Ministry of Education - School Infrastructure,22624646,Request for Tenders,Open Competition,Fire Alarm Upgrade George Street Normal,3740,20200511,20200608,20200915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Ash, Please find attached our formal approval to proceed with the fire alarm upgrade at George Street Normal School. Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Regards Garry Garry Van Der Krogt Fire Alarm and Compliance Services Manager",104048,20250410 Ministry of Education - School Infrastructure,22624704,Request for Tenders,Open Competition,Fire Alarm Upgrade Waimataitai School,3572,20200511,20200608,20201014,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Josh, Please find attached our formal approval to proceed with the fire alarm upgrade at Waimataitai School . Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Regards Garry Garry Van Der Krogt Fire Alarm and Compliance Services Manager 021411456",109132,20250410 Ministry of Education - School Infrastructure,22628524,Request for Tenders,Open Competition,"Main Contractor for Blocks C,E& part Block B Rationalisation work at Otorohanga Primary School",201927,20200511,20200604,20200619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Otorohanga Primary School, Board of Trustees, we would like to invite main contractors to submit a tender for the above project with the following summary of scope: The works comprise: Demolition of the following buildings - ex Dental clinic (Block C), Library building (Block E) and two teaching spaces in Block B as indicated on drawings. Redundant services to be well-capped and terminated below ground. Re-grass grounds/ reinstate good ground conditions where buildings removed unless otherwise stated. Distribution board in Block B requires upgrade to current standards and fire alarm system to be upgraded to Type 4 to comply with MOE's requirements. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22630788,Request for Tenders,Open Competition,Main Contractor for the E7 Swimming Pool Changing Shed at Southern Cross Campus,,20200512,20200612,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Southern Cross Campus Board of Trustees are seeking a Main Contractor for the E7 Swimming Pool Changing Shed project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22631902,Request for Tenders,Open Competition,"Main Contractor for Oranga School Block 1 DQLS, Electrical and Heating Upgrade",,20200511,20200604,20200907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Replacement of lighting, wall and floor coverings in 7 Classrooms. 1 x heat pump in the server room. Minor electrical works relating to Distribution boards and RCD protection.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22635882,Request for Tenders,Closed Competition,Waimate Centennial School: 1: ILE Classroom Modifications,3573-18-01,20200511,20200529,20200710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22636501,Request for Tenders,Open Competition,Main Contractor for Shade Structure at Kowhai Intermediate School,,20200511,20200604,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Kowhai Intermediate School Board of Trustees are seeking a Main Contractor for the Shade Structure project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22637152,Request for Tenders,Open Competition,"Contractor for the Design, Supply and Installation works for the HVAC upgrade at Waiuku College",,20200511,20200604,20201111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22640828,Request for Proposals,Open Competition,CW2020-025 Wainuiomata High School and Mana College (the School) Major Redevelopment Projects Quantity Surveyor Services,,20200511,20200603,20210626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Wainuiomata High School and Mana College (the School) Major Redevelopment Projects Quantity Surveyor Services (the Services). Please refer to attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22641956,Request for Tenders,Open Competition,Manchester Street School,Manchester Street School,20200513,20200610,20200707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Manchester Street School, Feilding are seeking a suitably qualified Sports Turf Specialist to carry out the New Sports Turf. The Contract Works required are: Install new turf using texturized monofilament with a base course that is free draining and stabilised with a silicate binding agent. The turf product supplied must be certified for Tennis, Netball, Basketball and suitable for Hockey. Install a full perimeter fence with 1 x double gates and 3 x sets of single gates. Drainage laid to trenches to ensure pitch is kept dry and free draining. Please refer to all documents attached for outline of scope of work. Ideally dependent on MoE funding approval this work would be started approx. August 2020, however this will be discussed with the successful contractor and school once funding confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,Awarded to Tiger Turf,257190,20250410 Ministry of Education - School Infrastructure,22643889,Request for Tenders,Open Competition,Milton Primary School - 1: ILE Upgrade,3772.16.01,20200513,20200608,20200701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Project is to upgrade areas within the Senior Block at Milton Primary School, These are - - Remove some toilets and create Break-out Spaces - Upgrade of remaining toilets within this block area - New toilets, pans and fixtures - New Hand basins - Some new floor coverings, both carpet and vinyl - Will also involve some steel portals fabricated and installed - Removal some partitions",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22646026,Request for Tenders,Open Competition,Main Contractor for Roofing Works at Oranga School,,20200513,20200608,20200925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22650267,Request for Tenders,Open Competition,Main Contractor for the Block 2 DQLS Upgrade at Westbridge Residential School,,20200514,20200608,20200917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Westbridge Residential School Board of Trustees is seeking a Main Contractor for the Block 2 DQLS Upgrade,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22651046,Request for Tenders,Open Competition,Main Contractor for Netball Court resurfacing at Cromwell College,373-20-01,20200515,20200610,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,the contract has been awarded to Tiger Turf Nz Ltd,143100,20250410 Ministry of Education - School Infrastructure,22651143,Request for Tenders,Closed Competition,RFT for Main Contractor for Essential Works at Orakei School,,20200522,20200717,20201209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Open wall between Rooms 7 & 8 to create a flexible learning space. ii. Refurbish Library including new LED lighting, floor coverings, Autex and suspended ceiling iii. Refurbish staffroom including new LED lighting, floor coverings, suspended ceiling, kitchen cabinetry, toilets and new HW cylinder iv. Re-configure the student toilets in Administration block to allow for a high dependency bathroom and 2 x unisex toilets v. Replace floor coverings throughout the Administration area, replace lights with LED, install aluminium slider in reception and remove cabinetry form sick bay vi. Install aluminium sliders in Block 10 enclaves to create break out spaces vii. Refurbish hall including new floor coverings, suspended ceilling, LED lights and toilets.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22652061,Request for Quotations,Closed Competition,RFQ for Main Contractor for the additional teaching space at Wharenui School,,20200512,20200526,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"In 2018, a new classroom block was constructed at Wharenui School to provide three teaching spaces (Stage 1 development). The classroom development contained permanent facilities for 70 students who were being accommodated in the school hall. In 2019, a new classroom block was constructed to provide two shared learning spaces (stage 2) and cater for future roll growth. Due to ongoing roll pressure at the school we are now seeking to provide one further teaching space, which is to be added on to the end of the classroom block constructed in stage 2.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,22652315,Request for Tenders,Open Competition,Main Contractor for Site Sanitary Drainage at Northcote Intermediate School,,20200513,20200605,20200708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Northcote Intermediate School Board of Trustees is seeking a Main Contractor for the Site Sanitary Drainage project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22654715,Request for Proposals,Closed Competition,Wesley Primary - Lead Design RFP (Stage-two),MOE06764,20200514,20200608,20210204,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Stage two of Wesley Primary Schools Lead Design Tender, the RFP.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22655018,Request for Tenders,Open Competition,Fire Alarm Upgrade Tokomairiro High School,392,20200518,20200615,20200918,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Ash, Please find attached our formal approval to proceed with the fire alarm upgrade at Tokomairiro High School. Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Regards Garry Van Der Krogt 012411456",273732,20250410 Ministry of Education - School Infrastructure,22655079,Request for Tenders,Open Competition,Fire Alarm Upgrade Silverstream School,1657,20200518,20200615,20201013,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Toby, Please find attached our formal approval to proceed with the fire alarm upgrade at Silverstream School. Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Many thanks. Regards Garry Van Der Krogt 021411456",89061,20250410 Ministry of Education - School Infrastructure,22659762,Request for Tenders,Open Competition,Main Contractor for Multi-Sport Courts Resurface at Papatoetoe High School,,20200514,20200609,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Papatoetoe High School Board of Trustees is seeking a Main Contractor for the Multi-Sport Courts Resurface project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22661305,Request for Tenders,Open Competition,Fire Alarm Upgrade Fox Glacier School,3342,20200518,20200615,20200828,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Fire protection in schools was originally limited to type 1 class change bell systems. Over the years as technology has improved, so did the types of systems, the Building Code, and New Zealand Standards. Over time many schools have gone through numerous changes and have not been able to keep up with both new legislation and ministry guidelines. The Fire Alarm Upgrade Program was initiated following a Memorandum of Understanding between the Ministry of Education and the New Zealand Fire Service.",Awarded,"Hi Gareth, Argest are please to advise you that your quote for $41,733.00 + GST for the Fire Alarm Upgrade at the above school has been successful. We ask you liaise with school principal and/or property manager to arrange site access and work programme etc. The meeting minutes attached, must be completed, signed, and returned to Argest Christchurch by 31/9/2020, and the school representative before installation work may commence. Any questions please feel free to give me a call. 021411456 Many thanks, Regards Garry V",41733,20250410 Ministry of Education - School Infrastructure,22662028,Request for Quotations,Closed Competition,CW2020-060 Spotswood College Library Refurbishment - PM & ETC,,20200514,20200526,20210626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking Project Management and Engineer to the Contract Services for the refurbishment of the library at Spotswood College. Known issues include weathertightness, roof leaks and ground level drainage issues.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22662462,Request for Tenders,Open Competition,"Ross Intermediate School Main Building Contractor for an ILE Upgrade of Block 5 and Deck, Verandah and Balcony Upgrade of Block 1",,20200515,20200605,20200709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Separable Portion 1: Block 5 ILE Upgrade The current facilities are generally at the end of their life and require a complete refurbishment. The refurbishment includes replacement floor coverings, joinery work, some new roofing, structural upgrades, internal wall coverings. New insulation will be fitted as required. Separable Portion 2: Block 1 Deck, Verandah and Balcony Upgrade The existing timber deck is to be removed and replaced matching the same footprint as the existing. Construction of a permanent covered area over the deck in the form of a solid verandah or archgola to create an outdoor learning space. Remediate weathertightness issues on the attached balcony.",Not Awarded,Funding doesn't meet current scope of works to be undertaken therefore current project has been stopped.,0,20250410 Ministry of Education - School Infrastructure,22666740,Request for Tenders,Open Competition,Balaclava School - Block 3 ILE Upgrade,3709.19.03,20200520,20200615,20200619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remove existing roofing, supply and install replacement roofing ? Supply and install glazed sliding door between classrooms ? Remove existing Autex, supply and install replacement Autex ? Remove existing carpet, supply and install replacement carpet tiles ? Remove existing light fittings, supply and install replacement LED fittings ? Level veranda floor to match classroom to create break-out area ? Bathrooms: o Remove existing fittings, vinyl flooring, partitions and hot water connections o Supply and install replacement bathroom fittings, pans, cisterns and basins o Supply and install replacement vinyl flooring o Supply and install replacement laminate partitions o Supply and install replacement hot water cylinder o Remove existing urinal, replace with new toilet fittings and install laminate partitions ? Replace exterior cladding to certain areas due to deteriorated condition ? Supply and install replacement window tops ? Replace drainage pipes to certain areas due to deteriorated condition",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22666903,Request for Tenders,Open Competition,Kaikorai Valley College - Learning Support Vision Impaired Modifications,381.20.01,20200518,20200611,20200616,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,#NAME?,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22667055,Request for Tenders,Open Competition,Main Contractor for Block 8 DQLS Project at Three Kings School,,20200518,20200611,20200714,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Three Kings School Board of Trustees are seeking a Main Contractor for the Block 8 DQLS project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22671722,Request for Tenders,Open Competition,Main Contractor for Supply and Install of Heating/Cooling Systems in 3 Blocks at Bream Bay College,,20200519,20200612,20201012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Bream Bay College are seeking the supply and install of systems for heating/cooling in: - 18 classrooms in Blocks B, C and J - the library - the auditorium (proposed solution required) - ventilation and heating/cooling system for the hard materials classroom in Block J, which includes dust filtering and heating/cooling (proposed solution required) These works will take place during the July School Holidays and in phases to fit within the operations of the school and during term time after that.",Awarded,"Agencys name and address: Griffiths and Associates 127 Bank Street, Whangarei 0110 Description of the goods, services or works: Main Contractor for Supply and Install of Heating/Cooling Systems in 3 Blocks at Bream Bay College Type of procurement process used: Open Tender The contract was awarded to: ClimatechNZ Ltd, 26, Herekino Street, Whangarei, 0140 The contract was awarded on 25 September 2020 The term of the contract is Sept 2020 - Jan 2021. The the highest and lowest offers the agency evaluated to award the contract were: $172,000 to $240,000",0,20250410 Ministry of Education - School Infrastructure,22677978,Request for Tenders,Closed Competition,"Main Building Contractor for ILE, Roofing & Fire & Security at Target Road School, Glenfield Auckland",,20200519,20200616,20201019,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Target Road School Board of Trustees [the Buyer) is inviting suitably qualified contractors to submit a Tender for Main Building Contractor for ILE, Roofing + Fire + Security Works at Target Road School, Glenfield, North Shore Auckland. An asbestos survey has identified where asbestos is present in the contract areas. Contractors should demonstrate that they have relevant experience in the safe removal, handling and disposal of asbestos and must include the costs for removal, handling and disposal under MOE/Worksafe guidelines including air monitoring within their tender. ROOFING: Tenderers are to include full weather protection including any engineering design required for the support structure for the duration of the roof replacement to Rooms 17-19 area. BLOCK 13 ILE upgrade works including toilet blocks: This block including toilet areas is in need of refurbishment and it is proposed to address the toilets along with ILE improvements and upgrading work in this 5YA period. Work includes the conversion of under utilised toilet areas to withdrawal/remedial breakout areas plus extension for external spaces between 2 toilet blocks and will provide installation of glass sliding doors between the classrooms for visibility through the spaces along with DQLS upgrading where practicable to meet standards for acoustics, ventilation, insulation, lighting etc. Total work includes new flooring, new ceilings, replace pinboard, electrical, LED lighting, power and data. Provide built in lockable facilities for ICT, Removal of old heating radiators/reticulation and making good linings. Roofing + Flashings to Ancillary Blocks 3, 7 + 13 work involves replacing roof and flashings. Upgrade Fire Alarm and Security Systems:and replace old Lupus Switchboards- Blocks 2,5,9+21",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22679318,Request for Tenders,Closed Competition,CW2020-124 Taumata Roll Growth Main Contractor,CW2019-124/MOE06660,20200518,20200612,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Taumata school was established, with an original opening in 2020 to address population growth within the western area of Tauranga. Stage 2 will complete the school as planned to a roll of 650, ie: deliver teaching area to cater for an additional 260 student places. Stage 2 has been brought forward in response to greater than expected population growth in the area. Stage 2 (this procurement) will deliver 13 new teaching spaces. This is a closed tender to shortlisted suppliers from the Construction Directory.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22682848,Request for Tenders,Closed Competition,Main Contractor for Dance and Drama Conversion/Lift at Mount Albert Grammar School,,20200520,20200622,20201021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mount Albert Grammar School Board of Trustees are seeking a Main Contractor for the Dance and Drama Conversion/Lift project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22683308,Request for Tenders,Closed Competition,Whangarei Boys High School RFT (Stage-Two),MOE06773,20200520,20200630,20201016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is an invitation to the RFT (stage-two) for Whangarei Boys High School Major Redevelopment works. Whangarei Boys High School is a state, single sex, decile 5 boys school, catering for Year 9 to 13 boys, the school roll is 1106 (March 2019), the build roll for the redevelopment project is 1300. A new master plan was completed in February 2019. This study identified that a greater proportion of the school could be built new on the lower western field, within the available funding. This could be delivered via simpler staging, shorter programme, reduced disruption and improved functionality of the final deliverable. The school will be rebuilt new on the Western Field, with the exception of the following existing buildings to be retained/refurbished: Whare, Gymnasium, Music and Drama Block, Block Y (Health & PE), Auto Store. Other assets to be retained including Swimming Pool, Hardcourts and Caretakers shed. This approach results in the replacement of approximately 80% of buildings. Please note conformance details within this RFT. Kind Regards,",Awarded,"The Whangarei Boys High School - Main Works Contract has ben awarded to Leighs Construction. Thank you to all contractors who participated in this tender opportunity. Kind Regards, Mahana McArdell",37837667,20250410 Ministry of Education - School Infrastructure,22684153,Request for Proposals,Closed Competition,RFP for Project Management and Engineer to Contract Services at Arthur Street School,,20200519,20200611,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking one consultancy to provide project management services for the redevelopment at Arthur Street School. Arthur Street School is the oldest in Dunedin and is a full primary school (year 1-8) with a current roll of 171. The build roll is 205 for this project which will be in accordance with the schools SPG entitlement. The Business Case identified significant compliance issues with non-complying fire egress and accessibility, contains asbestos and extremely poor infrastructure. Current DQLS standards are not met. The whole site is serviced by a dilapidated stormwater and sewer system. Electrical connections to the buildings are via overhead lines. The school has insufficient power supply and an old switchboard and distribution board, both require upgrading to comply with building codes. The area is considered to have archaeological significance. The buildings are not fit for purpose, development through Capital Investment has been determined as the best way forward. Construction completion of the school is expected by July 2023. Project Works include: Redevelopment of the entire school to address significant infrastructure and accessibility issues. This project requires work to be undertaken in two stages to minimise decanting and disruption to the school and has an estimated completion date of mid- 2023. 1.1 Project Scope Build nine teaching spaces, admin and hall. Full site infrastructure upgrade. 1.2 Master Plan The masterplan will be a holistic, future focused, infrastructure plan for the entire school site which identifies a staged sequence which will both allow for the continued operation of the school and redevelopment of aged assets to improve and complement educational outcomes of the school.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,22685205,Request for Tenders,Open Competition,"Main Building Contractor for Upgrading internal areas of teaching spaces in Blocks 1, 2 and 11 at Hurupaki School",,20200520,20200624,20200826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Hurupaki School is seeking a main building contractor to: - enlarge a wet area to include cooking/science technology facilities - install fitted joinery for resources & whiteboards and install composition wall linings in Block 1 (Pods 1,2,6) & Block 11 (Pod 4) - replace louver windows to toilets in Block 2 The works are to be taken place during July and September School Holidays 2020.",Awarded,"Description of the goods, services or works: Block 1 Pods 1,2,6 & Block 11 Pod 4 - enlarge wet area to include for cooking/science technology. Fix fitted joinery for resources & whiteboards. Block 1 Pods 1,2,6 & Block 11 Pod 4 - install composition wall linings Block 2 - replace louver windows to toilets Date the contract/s was awarded: 27/07/2020 Highest and lowest offers the agency evaluated to award the contract: $219,293 to $265,579",0,20250410 Ministry of Education - School Infrastructure,22686578,Request for Tenders,Open Competition,Fire Alarm Upgrade Nelson College for Girls,295,20200520,20200622,20200924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Nelson College for Girls, Nelson. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Nelson College for Girls is the next school to qualify under the program.",Awarded,"Hi Gavin, Many thanks for your proposal. Please find attached the contract documents for this project. Please read, sign, and return the contract prior to commencing any work on site. Any questions please feel free to give me a call. Many thanks. Regards, Garry Van Der Krogt.",398450,20250410 Ministry of Education - School Infrastructure,22692128,Request for Tenders,Open Competition,Main Contractor for the LSC at Te Papapa School,,20200521,20200612,20210210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Te Papapa School Board of Trustees are seeking a Main Contractor for the LSC works,Not Awarded,Only one response received which was excluded due to low weighted scoring,0,20250410 Ministry of Education - School Infrastructure,22694250,Request for Tenders,Open Competition,CW2019-127 Kaitkati Roof Repairs Contract Works RFT,,20200520,20200612,20200812,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor, to provide construction services for a weather tightness & roofing replacement project at Katikati College, The Contract Works required for the Admin block are inclusive of the following -Partly re-roof and reclad -Interior remediation to water damaged areas -Ceilings -Wall linings -Doors -Carpet A tender site visit has been scheduled for 10am 22nd May 2020, attendees are to register via GETS in advance. Please see the attached documents for further information.",Awarded,Awarded to Shawn Williamson Building Ltd,0,20250410 Ministry of Education - School Infrastructure,22695006,Request for Tenders,Open Competition,Fire Alarm Upgrade Papatoetoe Central School.,1426,20200521,20200619,20201117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Papatoetoe Central School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Papatoetoe Central School is the next school to qualify under the program.",Awarded,,166865,20250410 Ministry of Education - School Infrastructure,22696123,Request for Tenders,Open Competition,Main Contractor Classroom Refurbishment and Roofing Works at TKKM Rotoiti,214562,20200520,20200616,20201029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,TKKM Rotoiti Board of Trustees is seeking the services of a main contractor to undertake the refurbishment and roofing works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22697652,Request for Tenders,Open Competition,Main Contractor for the Refurbishment and Roofing Works at Otumoetai Primary School,217385,20200521,20200617,20200828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Otumoetai Primary School Board of Trustees is seeking the services of a main contractor to undertake the refurbishment and roofing works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22700398,Request for Tenders,Closed Competition,Te Kura Kaupapa Maori o Te Orini ki Ngati Awa - School Wide Redevelopment (Major Works),CW2020-031,20200526,20200619,20210421,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"TKKM o Te Orini ki Ngati Awa Wharekura is located in Whakatane, offering co-education Maori Medium kura for Year 1 to 13 students. The wharekura has an emphasis on Ngati Awatanga, and follows the teaching/learning system as defined in Te Aho Matua o nga Kura Kaupapa Maori. The existing buildings are in varying conditions and require substantial weathertightness repairs and internal refurbishment to create MLEs. The Project will be delivered in two stages: iStage 1: Scope of works includes the following: - Block B (263m2) Internal refurbishment to develop MLE teaching spaces - Block C (403m2) - Weathertightness remediation and Internal refurbishment Stage 2: Scope of works includes the following: - Creation of an off street bus bay / drop off area and Whainga - Block A (455m2) Rebuild subject to IB approval Timeframes are: Stage 1 Preferred start Sept 20 Stage 1 Preferred completion June 21 Stage 2 Preferred start Dec 20 Stage 2 Preferred completion June 21",Awarded,The contract has been awarded to Marra Construction (2004) Limited and has started in November 2020. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,22701324,Request for Tenders,Open Competition,"(1987) Taupiri School - MAIN CONTRACTOR: AMS/5YA/SIP: A,B: Upgrade & Breakout Space",,20200525,20200618,20201214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22701568,Request for Tenders,Open Competition,"Access Modifications for three Northland Schools Oturu, Moerewa & Kaikohe West (the Schools)",MOE07837,20200522,20200624,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This is an exciting opportunity to tender for the works of three schools as a bundle of works. These Schools are Oturu, Moerewa , and Kaikohe West Primary School. OT Reports have been prepared for students enrolled at Oturu, Moerewa and Kaikohe West Primary Schools who require access, visual and mobility modifications to enable free movement throughout the school. Access modifications are needed at all schools which include visual highlighting and contrasting of stair nosings and near the edge of timber decks. Outcome Sought: Provide an access and vision solution that meets the needs of the students and the schools and which can be signed off by the OT (Occupational Therapist) for Practical Completion.",Not Awarded,No Responses Received,0,20250410 Ministry of Education - School Infrastructure,22701617,Request for Tenders,Open Competition,Main Contractor for A Block ILE and New Roll Growth Classroom Project at Omata School,3058.05,20200522,20200625,20200706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school seeks to use their 5YA funding to undertake alterations to A Block to repurpose surplus toilets and underused space into a new Flexible Learning Space, and refurbished unisex WCs. The school seeks to use Roll Growth funding to reconfigure and extend existing classroom Block G (noted on school CAD plan as H) to create a new classroom, breakout space, and reconfigured entrance, and refurbish the existing classroom interior to add and improve breakout spaces. The works include extending the existing deck and constructing a new canopy to create a covered outdoor learning area. Project consultants are: i. Project Manager: Ardern Peters Architects Ltd ii. Lead Designer: Ardern Peters Architects Ltd iii. Structural Engineer: Tim Costelloe Engineering Ltd",Awarded,"Awarded to Custom Construction. Note award value is the lowest figure of the price band range that pricing fell into, and does not reflect specific pricing.",500000,20250410 Ministry of Education - School Infrastructure,22703154,Request for Tenders,Open Competition,Fire Alarm Upgrade Westlake Girls High School,38,20200522,20200619,20210224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Westlake Girls High School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Westlake Girls High School is the next school to qualify under the program.",Awarded,,269225,20250410 Ministry of Education - School Infrastructure,22705144,Request for Tenders,Open Competition,CW2020-048 Tamatea Primary School Learning Support Modifications,,20200521,20200630,20210626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for CW2020-048 Tamatea Primary School Learning Support Modifications (the Contract Works). Please refer to attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22706928,Request for Quotations,Closed Competition,Manurewa South School - Project Management Services,MOE07917,20200522,20200615,20200827,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions made through the GETS website,"Manurewa South School is a contributing primary school catering for Year 1-6 students, located in Manukau, Auckland. The School was announced in the Roll Growth Priority list for the 2018/19 Roll Growth Budget for 7 roll growth classrooms and a build roll of 460. At the same time of the announcement, a roll growth feasibility study was underway for the Rosehill School Learning Support Unit (LSU) based at Manurewa South School. The scope of the project is to construct a new 10-classroom block on existing available space on the field area. This will provide 7 roll growth classrooms and three replacement classrooms for Manurewa South School. The 2 teaching spaces for the roll growth solution of Rosehill LSU will be provided through the refurbishment of three existing classroom spaces in Block 2 of Manurewa South School. This Request for Quotations (RFQ) issued by the Ministry of Education (The Ministry/Principal to the Contract) is a closed invitation to submit a Quote for Manurewa South School (& Rosehill) - Stage 1 Redevelopment - Project Management Services.",Awarded,,182714,20250410 Ministry of Education - School Infrastructure,22710603,Request for Tenders,Open Competition,Main Contractor for Access and Internal Upgrades at Totara North School,,20200525,20200618,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"a. The Contract Works required are: i. Handrail and pedestrian access upgrade ii. Floor coverings replacement iii. Wall coverings replacement iv. Administration door replacement v. Art room ceiling replacement vi. Internal Upgrades",Awarded,"The intention is to award this contract in the $100,000-$250,000 bracket",100000,20250410 Ministry of Education - School Infrastructure,22710851,Request for Tenders,Open Competition,Fire Alarm Upgrade Mt Cook School,2918,20200525,20200622,20201021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mt Cook School. Wellington. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Mt Cook School is the next school to qualify under the program.",Awarded,,99627,20250410 Ministry of Education - School Infrastructure,22714192,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 2 & 20 - Refurbish Student Toilets at Te Kura Maori o Porirua, Porirua",4801,20200526,20200619,20210602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Condition assessment work completed as part of the last 10YPP and strategic planning carried out by the Board of Trustees has identified the need to fully refurbish student toilets throughout the school site. This project will be the first stage of the work, Block 1 will follow later in 2020 as part of a larger redevelopment of the school hall, toilets and changing facilities. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Te Kura Maori o Porirua Board of Trustees producing full construction documentation.",Not Awarded,Tender cancel as not proceeding.,0,20250410 Ministry of Education - School Infrastructure,22716865,Request for Tenders,Open Competition,"Main Contractor for Block 2, 6, 7, 9 Carpet Replacement at Willowbank School",,20200526,20200619,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Willowbank Board of Trustees is seeking a Main Contractor for the Block 2, 6, 7, 9 Carpet Replacement project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22716924,Request for Tenders,Open Competition,Main Contractor for Block A Capital Maintenance & Upgrade,208878,20200527,20200630,20210621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Upgrade of Block A Admin area,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22717170,Request for Tenders,Open Competition,Main Contractor for Block 1 Toilet Facilities and Classroom DQLS Upgrade at Dominion Road School,,20200527,20200623,20200924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees is looking to engage a Main Contractor for upcoming 5YA projects that cover the refurbishment and upgrades to 4 classrooms and toilets in Block 1.,Awarded,met all the requirements of the RFT and deemed to provide best value,0,20250410 Ministry of Education - School Infrastructure,22719057,Request for Tenders,Open Competition,Fire Alarm Upgrade Westlake Boys High School,37,20200526,20200624,20210224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Westlake Boys High School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Westlake Boys High School is the next school to qualify under the program.",Awarded,,278790,20250410 Ministry of Education - School Infrastructure,22719120,Request for Tenders,Open Competition,Fire Alarm Upgrade Auckland Grammar School,54,20200526,20200624,20210224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Auckland Grammar School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Auckland Grammar School is the next school to qualify under the program.",Awarded,,460088,20250410 Ministry of Education - School Infrastructure,22719177,Request for Tenders,Open Competition,Fire Alarm Upgrade Glenfield College,30,20200526,20200624,20201023,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Glenfield College. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Glenfield College is the next school to qualify under the program.",Awarded,,291685,20250410 Ministry of Education - School Infrastructure,22719526,Request for Tenders,Open Competition,Fire Alarm Upgrade Gisborne Intermediate,2566,20200526,20200625,20201020,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Gisborne Intermediate. Gisborne. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 19 of the program and Gisborne Intermediate is the next school to qualify under the program.",Awarded,"Hi Edie, Please find attached our formal approval to proceed with the fire alarm upgrade a Gisborne Intermediate. Attached is the acceptance letter, MOE contract, and copy of the building consent. Please sign and return the MOE contract prior to commencing work at the school. Thanks for your patience. Any questions please feel free to give me a call. Regards Garry Garry Van Der Krogt Fire Alarm and Compliance Services Manager 012411456",114081,20250410 Ministry of Education - School Infrastructure,22723076,Request for Tenders,Closed Competition,Replace Hall floor at Peachgrove,,20200527,20200619,20200724,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"Peachgrove intermediate requires their hall floor to be replaced, this needs to be done during the July school holidays",Awarded,,133117,20250410 Ministry of Education - School Infrastructure,22723455,Request for Tenders,Open Competition,Main Contractor for the Refurbishment of Classrooms and Toilets and Partial Re-cladding in Block 4 and Block 5 at St Heliers School,,20200528,20200625,20200924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of St Heliers School is looking for a main contractor for significant refurbishment and upgrade projects at the School: Block 4 (Rooms 9 & 10 and toilets) o Demolish/remove: ? Exterior: windows and doors; asbestos cladding ? Classrooms: radiator heaters, cap and seal connections; art sinks and tap fittings; walls, floor, ceiling lining and trims, lights ? Toilets: partitions, sanitary fixtures, lights o Supply / install ? Structural: ceiling joist and base to install aluminium glass sliding doors ? Exterior: fire rated wall to east elevation; new pre primed bevelback timber weatherboards on 20mm drained cavity ? Classrooms: new carpet tiles, new vinyl, new acoustic rated wall linings, acoustic ceiling tiles, new lights, ? Toilets: new walls, new 2x urinals, new toilet pans, partition walls, gib ceiling, stainless steel sink, vinyl, door, hot water supply to sinks Block 5 (Rooms 11 & 12 and toilet block) o Demolish/remove: ? walls, floor, ceiling lining and trims ? toilet partitions, sanitary fixtures ? window winding gears ? old fittings o Supply / install ? New acoustic rated wall linings, new acoustic ceiling tiles, new manual window winding gear, new lighting, new carpets, new vinyl, new joinery fittings ? Wall lining, lights, toilet pans, ceiling, sinks, vinyl to converted unisex toilets Requirements for phasing and/or staged handover of the project: o Phase 1: Block 4 (Rooms 9. 10 and Toilets) o Phase 2: Block 5 (Rooms 11, 12 and Toilets) o The main contractor will be responsible in obtaining a Certificate for Public Use (CPU) for Block 4 prior to starting work in Block 5",Awarded,met all the requirements of the RFT and deemed to provide best value,0,20250410 Ministry of Education - School Infrastructure,22726222,Request for Tenders,Open Competition,Main Contractor for Carpark Extension Replacement at Milford School,,20200527,20200622,20201021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Milford School are seeking a Main Contractor for the Carpark Extension Replacement project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22726727,Request for Proposals,Open Competition,Northcote College Roll Growth & Redevelopment Quantity Surveyor Services,MOE08054,20200605,20200630,20201218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Quantity Surveying services required for a Roll Growth & Redevelopment project at Northcote College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22730371,Request for Tenders,Open Competition,"RFT - Drainage and Civils Contractor, Site - Improve Stormwater and Sewer Systems at Koputaroa School, Levin",4746,20200529,20200624,20200806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Koputaroa School site has some deficiencies in the on-site stormwater disposal and sewerage treatment and discharge system. Comprehensive engineering has determined that the introduction of a new sump, connection into the existing stormwater drainage system, design and construction of a new wastewater pump station, secondary treatment plan and upgraded disposal field in all required. The civil and drainage works will be designed and constructed in line with the provided performance brief and specification document. This procurement looks for a professional Drainage and Civils contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Koputaroa School Board of Trustees producing full construction documentation.",Not Awarded,No compliant tenders received.,0,20250410 Ministry of Education - School Infrastructure,22735630,Request for Tenders,Open Competition,Contractor for Salisbury School; New Playground,,20200529,20200626,20200707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Salisbury School Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the installation of a New Playground. Salisbury School is located on 67 Salisbury Road, Richmond in Nelson. The outcome sought is for a full installation of a New Playground to ensure the space can be used by all students from the school who have learning disabilities while keeping with the School's Green-Gold Status with Sustainability. The programming of works will be determined in consultation with the Contractor, however works are programmed to be completed in Spring 2020. Please refer to the attached tender documents as listed in section 1.8 of the attached RFT for further information. Once all RFTs are evaluated and respondents have been notified, we expect to commence construction early July 2020.",Awarded,,172000,20250410 Ministry of Education - School Infrastructure,22737697,Request for Tenders,Open Competition,"RFT - Specialist Playground Contractor, New Adventure Playgrounds at Island Bay School, Wellington",5422,20200529,20200624,20201030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Island Bay School wants to develop two areas of new fitness and adventure equipment on the main site. One new playground will be created on the lower court area and one will connect onto an existing playground on the upper platform. This procurement looks for a professional Specialist Playground Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Island Bay School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Playground People Ltd, start date 10.02.21 with anticipated completion date 20.03.21.",150585,20250410 Ministry of Education - School Infrastructure,22738811,Request for Tenders,Open Competition,Main Contractor for the Supply and Installation of Fixed Retractable Seating System at Tauraroa Area School,#138,20200529,20200624,20200901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Request for tender - Tauraroa Area School Board Of Trustees invite suitably qualified Contractors to Tender for the Supply and Installation of a Gymnasium Fixed Retractable Seating System at Tauraroa Area School. Tauraroa Area School are currently underway with the construction of a new Design Build Gymnasium. Indicative date for installation will be November 2020. The new School Gymnasium will be a multipurpose facility for sports, school productions and assemblies, thus requiring a retractable seating system for mass seating of approximately 400 students. installation is to be completed in collaboration with the Gymnasium Design Build Contractor in line with their programme of works.",Awarded,The contract was awarded to Maxwood Manufacturing Ltd and will start on 25th August 2020. The term of this contract is 6 months.,165117,20250410 Ministry of Education - School Infrastructure,22739245,Request for Tenders,Open Competition,Newbury School - Design & Build new turf playground,,20200608,20200703,20201102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustee's at Newbury School, Palmerston North invite the services of Design and Build Contractors to construct a new playground turf structure at the School.",Not Awarded,All tenders for this project have been advised of the outcome Thanks.,0,20250410 Ministry of Education - School Infrastructure,22739342,Request for Tenders,Open Competition,New Permanent Outdoor Shade Structure at Pinehill School (Browns Bay),,20200529,20200626,20200731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Pinehill School (Browns Bay) seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing court area.",Awarded,The winning tenderer was selected by the school board of trustees due to their proven reputation and workmanship in the industry,277120,20250410 Ministry of Education - School Infrastructure,22743783,Request for Tenders,Closed Competition,Main Contractor for Redevelopment Project at Owairoa Primary School,,20200602,20200708,20201008,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,The Ministry is currently preparing to undertake a redevelopment project at Owairoa School. This project will include the demolition of a number of existing teaching spaces and the construction of a new 18 teaching space block.,Awarded,,7466472,20250410 Ministry of Education - School Infrastructure,22743797,Request for Tenders,Open Competition,"Main building contractor for Block 2: DQLS upgrade,creation of ILE and toilet refurbishment at Wiri Central School",,20200601,20200628,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Wiri Central School seek the services of a suitably qualified contractor to upgrade Block 2 at Wiri Central School. The works include a DQLS upgrade, creation of an ILE and a toilet refurbishment",Awarded,"The winning tenderer won this tender due to providing the best price for our budget, the best proposed solution and capability and was chosen by the school board of trustees.",422645,20250410 Ministry of Education - School Infrastructure,22744063,Request for Tenders,Closed Competition,"Main-Contractor : Block 5 Re-Cladding : Botany Downs Primary School, Sth Auckland",22250585,20200602,20200623,20200722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"CLOSED TENDER : Main Building Contractors Tender is sort for the tender of the Block 5, Four Classroom Block Re-Cladding project, at Botany Downs Primary School, South Auckland. Scope of Works : Block 5, Exterior Roofing and Cladding Replacement Project. : Classroom 16,17,18,19 : These spaces are to have interiors modernised : These classrooms to have existing exterior cladding materials replaced. Original materials are at the end of their lifespan and old, worn and not performing / operation efficiently. Material replaced include roofing iron, flashings, downpipes and guttering, wall cladding and flashings. Refurbishment of Window configuration designs to be included in these works. All documetation will be Architectually propared by an registered Architect to MoE standards. All procedures to comply with MoE property legislation.",Awarded,,235822,20250410 Ministry of Education - School Infrastructure,22745778,Request for Tenders,Closed Competition,Main Contractor for Design and Build of Carpark/Access works at Riverview School,,20200602,20200623,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the schools 5YA, this project will deliver construction of additional car park spaces to the east of the school site. This is Design and Build Contract; the contractor will be responsible for the following: i. Concept Design (each stage will need to be signed off by the school) ii. Developed Design (each stage will need to be signed off by the school) iii. Construction Drawings and Specification iv. Services Location v. Consultants Management vi. Construction Works It is expected that a detailed site visit will be required for the contractor to measure site and talk through the design brief and scope of work with the PM and school.",Awarded,"he intention is to award this contract in the $100,000 - $250,000 bracket",100000,20250410 Ministry of Education - School Infrastructure,22746706,Request for Tenders,Closed Competition,Request for Tenders (RFT) Main Contractor for Proposed Alterations to Te Puna o Te Matauranga at Kaitaia College,,20200602,20200624,20201215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Kaitaia College requires Alterations to Te Puna o Te Matauranga as specified in plans.,Awarded,"The intention is to award this contract in the $500,000-$1,000,000 bracket",500000,20250410 Ministry of Education - School Infrastructure,22758230,Request for Quotations,Closed Competition,Lead Design for Yaldhurst Model and Burnham Schools,,20200602,20200626,20200626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This is a bundle of work for Lead Design Services at Yaldhurst and Burnham School. It is the Ministrys expectation that these two school will procure separate Main Contractors for Construction. ii. Yaldhurst Model School Redevelopment includes: the refurbishment of the six teaching spaces, i.e. block 3 (room 3 & 4), block 4 (room 5), block 10 (room 6), block 2 (room 1) and block 11 (administration building); assessment and repairs based on the building condition assessment already done at the school iii. Burnham School Redevelopment includes: the refurbishment three teaching and non-teaching spaces",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22759051,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Kedgley Intermediate School",,20200604,20200701,20200731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Kedgley Intermediate School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing paved playing area.",Awarded,The winning tenderer was selected by the school board of trustees and won this tender due to providing the best price for their proposed solution to complete the project requirements,591360,20250410 Ministry of Education - School Infrastructure,22759615,Request for Tenders,Open Competition,"Landscaping contractor for the design, supply and installation of landscaping and a natural themed playground at Onewhero Area School",,20200605,20200630,20201029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Onewhero Area School wish to procure the services of a landscaping contractor to design, supply and install landscaping and a natural themed playground in 4 areas throughout the school.",Awarded,"The School Board of Trustees have awarded this contract to the winning tender due to providing the best proposed solution, capability and value for money.",311793,20250410 Ministry of Education - School Infrastructure,22759808,Request for Tenders,Open Competition,"Main Contractor for Refurbishment, Roofing and Electrical Works at Lake Rotoma",215735,20200603,20200629,20201029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Lake Rotoma Board of Trustees is seeking the services of a main contractor to undertake the refurbishment, roofing and electrical works",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22761408,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Robertson Road School",,20200605,20200702,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Robertson Road School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing paved playing area.",Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",314805,20250410 Ministry of Education - School Infrastructure,22761705,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Pukekohe North School",,20200605,20200702,20200731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Pukekohe North School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing paved playing area.",Awarded,The winning tenderer was selected by the school board of trustees and won this tender due to providing the best price for their proposed solution to complete the project requirements,270000,20250410 Ministry of Education - School Infrastructure,22764239,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Green Bay School",,20200605,20200630,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Green Bay School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing intermediate/junior court",Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",203360,20250410 Ministry of Education - School Infrastructure,22764260,Request for Tenders,Closed Competition,Main Contractor for Sitewide Classroom (ILE) Upgrades at Kerikeri Primary School,,20200605,20200626,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Contract Works required are refurbishment and construction,Awarded,"he intention is to award this contract in the $250,000 - $500,000 bracket",250000,20250410 Ministry of Education - School Infrastructure,22766361,Request for Proposals,Open Competition,"Lead Design Services for combined weathertightness, re-roofing and ILE upgrade at Remuera Intermediate School",,20200605,20200715,20201111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22766902,Request for Proposals,Open Competition,Main Contractor for Blocks 3 and 13 Classroom Refurbishment at Sunnyvale School,,20200605,20200701,20201111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22768991,Request for Tenders,Closed Competition,Main Contractor for 2020 Central Southland College 5YA Projects,213808 / 215153,20200608,20200707,20201106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Central Southland College are looking for a suitably experienced Main Contractor to deliver their 5YA projects in 2020. This Tender is closed to short-listed respondents from the earlier Registrations of Interest held.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22770025,Request for Tenders,Open Competition,Design Build of Relocatable Classrooms Howick College,HWC-LSC-2020,20200609,20200703,20200901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Howick College has acquired LSC funding through the MoE and require two relocatable Classrooms to be designed and manufactured off site and installed off Sandspit Road gaining entry from the North Eastern Side of the school boundary,Awarded,"Final contract was awarded on the basis of added design solutions, value for money and in relation to the weighting for pricing component of the RFT Part B.",283500,20250410 Ministry of Education - School Infrastructure,22780178,Request for Tenders,Open Competition,"RFT - Specialist Playground Contractor, New Adventure Playground at Paraparaumu School, Paraparaumu, Kapiti Coast",5421,20200608,20200701,20201030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The school wants to redevelop an area of adventure equipment on the western side of the site. It will provide a new activity facility for students in the 5-8 year old category. The students and teachers have been consulted and a prioritised list of playground activities has been prepared and will be issued to prospective suppliers. The scheme will be based on a successful design and build proposal that meets all of the schools requirements. This procurement looks for a professional Specialist Playground Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Paraparaumu School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Park Supplies & Playgrounds Limited, start date 12.10.20 with anticipated completion date 16.04.21.",93050,20250410 Ministry of Education - School Infrastructure,22780886,Request for Proposals,Open Competition,SCHOOL ENERGY EFFICIENCY TRIALS 2020/2021,,20200605,20200701,20200910,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must go through GETS,"SCHOOL ENERGY EFFICIENCY TRIALS 2020/2021 The Ministry of Education (the Ministry) wishes to contract with one or more suppliers in the energy service sector to undertake detailed energy audits (in line with New Zealand and Australia Energy Auditing Standard AS/NZS 3598/2000 Type 2 audits) at approximately 40 60 state and state-integrated schools nominated by the Ministry, and provide additional advice to the Ministry about energy efficiency measures appropriate across the school portfolio. The Ministry is looking for credible suppliers who are responsive, have the capability and experience to deliver energy efficiency and audit services, and who can provide ongoing support and guidance throughout the term of the contract. This Request for Proposal (RFP) is an invitation for suitably qualified suppliers that have the capability and capacity to immediately deliver the service from August 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22781034,Request for Tenders,Closed Competition,RFT for Main Contractor For Pedestrian Walkway Replacement Project at Murrays Bay School,,20200609,20200629,20200721,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"To replace the old pedestrian walkway with a new walkway, including: A new footpath and new kerbing Install new drainage system Install new timber fencing Install new retaining walls",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22781737,Request for Tenders,Closed Competition,Bethlehem School B Block upgrade,BET09,20200609,20200629,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is the second stage (tender stage) of the process for Bethlehem School B Block tender.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22781855,Request for Proposals,Closed Competition,Te Kura Kaupapa Maori o Te Ara Whanui Roll Growth Project MP & LD Services,CW2020-009,20200608,20200629,20200910,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Kura Kaupapa Maori o Te Ara Whanui is a Year 1-15 area kura located in Lower Hutt, and is a full Maori Medium institution. In September 2019, the Minister announced new roll growth classrooms (4 Teaching Spaces) to house the schools growing roll with a total net area of 355 m2. The confirmed roll as at 1 July 2019 was 264, the Build Roll is confirmed at 288. Preferred concept/ preliminary design start: July 2020",Awarded,The contract was awarded to Robertson Architecture Design and will start on September 2020.,0,20250410 Ministry of Education - School Infrastructure,22782097,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Royal Oak Primary School",,20200609,20200703,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Royal Oak Primary School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing netball turf area",Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",121200,20250410 Ministry of Education - School Infrastructure,22782110,Request for Tenders,Closed Competition,Main Contractor for Remedial Works and Access Bridge Construction at Owairoa Primary School,,20200626,20200731,20201218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education (MoE) are currently preparing to undertake a Project at Owairoa Primary School. The project comprises a broad scope of remedial works to improve the weathertightness of one teaching block, as well as the construction of two permanent access/egress bridges.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22782279,Request for Proposals,Closed Competition,Project Management & Engineer to Contract Services for a Site Redevelopment at Mount Aspiring College,MOE08160,20200608,20200702,20200925,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication are through GETS,This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Project Management & Engineer to Contract Services for a Site Redevelopment at Mt Aspiring College.,Awarded,,460543,20250410 Ministry of Education - School Infrastructure,22782902,Request for Tenders,Closed Competition,CW2020-067 Wellington Girls College - 3x prefab classroom interior fitout RFT,,20200609,20200630,20200810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a main contractor to provide construction services for a minor refurbishment project at Wellington Girls College. Scope of works involves: -Fit out of 3 existing Prefab classrooms to provide alternative teaching support spaces while Tower block is made safe. This is internal partition work including walls, doors, internal windows and the relocation of a sink cabinet, new floor finishes. Minor internal demolition may be required. A tender site visit has been scheduled for 2.00pm Thursday 11th June 2020. Tenderers are to register any attendees in advance via the GETS Q&A function. Please see the attached documents for further information. A draft contract will be released as an NTT during the week of 8-12 June 2020.",Awarded,Awarded to Maycroft Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,22782948,Request for Tenders,Open Competition,Main Contractor for Block 3 Hall Roof Replacement at Mangere East School,,20200608,20200701,20200904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mangere East School Board of Trustees are seeking a Main Contractor for the Block 3 Hall Roof Replacement works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22782958,Request for Tenders,Open Competition,Main Building contractor foe SIP/AMS Combined project at Heriot School,3714-19-02,20200610,20200703,20201102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,126650,20250410 Ministry of Education - School Infrastructure,22783852,Request for Tenders,Closed Competition,RFT for Waimea Intermediate School Roll Growth (3 Teaching Spaces) Project Main Contractor,MOE08197,20200609,20200706,20201104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"In 2019, the Ministry of Education announced Roll Growth at Waimea Intermediate School which is a (Year 7-8) school situated in Richmond, Nelson. Waimea Intermediate School have currently been allocated 3no. Roll Growth Teaching Spaces. Towards the end of 2019 works were carried out by Fitzgerald Construction to set out the site footprint and install the foundation piles in preparation for the relocated teaching block from Henley School to Waimea Intermediate (approx. 60 metres distance). At the beginning of 2020 the existing teaching space block was then shifted by Laings Properties and placed/tied to the new foundations. As part of these enabling works, the areas of exposed framing to the gable end of the Henley School block were made good. The services of a main building contractor is now required to complete the refurbishment and internal fit-out works to the relocated teaching spaces.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",500000,20250410 Ministry of Education - School Infrastructure,22784536,Request for Tenders,Open Competition,New Multisport Synthetic Turf at Waikowhai Intermediate SPM 20534,SPM 20534,20200610,20200707,20200812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Waikowhai Intermediate (650 Richardson Road, Mount Roskill, Auckland 1041) have received Government funding for a new Multi-sport Synthetic Turf to be built on their playing field. This turf will supplement the original turf which is suitable for court sports but not larger multi-sport and recreation scale activities. The site area is ""L"" shaped and wraps around the western school buildings and will have sloping run off zones. The new surface will be marked out for multi-sport and be built on a new base-course and a rubberized or similar anti-shock layer with underlying drainage and a perimeter swale. Surplus excavated material will be banked on to the adjoining western batter to enhance that area to be used for spectator viewing. The turf will be fenced with a powder coated wire mesh 2.7-m to 3.0-m complete with pedestrian and vehicle access gates. 1.5-m wide concrete paths will skirt the outer fence for spectator and player access. Accessories to be provided include a large rebound board and two fixed in-ground Basketball-Netball Reversible Goals. Tenderers are to provide (minimum) ten-year material and five-year workmanship warranties and ample referees and references from projects completed in at least the past five years, for the BOT's intense post-tender review. Request for a deposit will not be acceptable.",Awarded,"Game In Turf's bid met the Board's brief in every regard. Their non-pricing attributes were second equal in ranking and the pricing attributes first, giving their overall evaluation a clear winner.",271745,20250410 Ministry of Education - School Infrastructure,22785179,Request for Tenders,Closed Competition,"Main Building Contractor, Blocks 1 and 9, Upgrade Classrooms and Toilet Facilities, Waitakere Primary School, Auckland",22440373,20200615,20200706,20210305,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project is to upgrade classrooms 21 and 22; upgrade the toilet facilities in Block 9. The classroom work generally involves new floor covering, pin board wall linings, new lighting, repainting, some cabinetry, and removing obsolete how water radiators; the toilet upgrade involves new ventilation by removing existing windows, new grilles to improve ventilation, new toilet w/c, work on the existing forced mechanical ventilation unit, new floor vinyl, some replacement wall lining to make good for new w/c units.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22786183,Request for Tenders,Closed Competition,Gladstone Primary School Hall Alterations and Refurbishment,,20200609,20200702,20201117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is stage 2 of a selected tender process for the Additions and Refurbishment of the existing Gladstone Primary School hall,Awarded,There were 4 tenders received. The lowest price was accepted when weighted for Price and Non price attributes. Wilkran Construction has been awarded the contract. Debriefing of unsuccesfull tenders will commence.,0,20250410 Ministry of Education - School Infrastructure,22789840,Request for Tenders,Open Competition,"Main Building Contractor for Block 9 Alterations & Refurbishment at Rutherford Junior High School, Wanganui",Rutherford Junior High School,20200610,20200708,20210303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Rutherford Junior High School are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block 9. The Contract Works required are: New staff toilet, accessible shower and toilet rooms, new kitchenette facilities, new breakout rooms and doors. Create office space. Exterior ramps, steps, handrails, new fencing and concrete paths. Some exterior cladding and painting. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. late March/Early April with completion July 2020, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,500302,20250410 Ministry of Education - School Infrastructure,22797827,Request for Tenders,Open Competition,1515-18-04 RFT - Main Building Contractor for Block 3 ILE Project at Sunnyhills School,1515-04,20200612,20200710,20200803,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing classroom walls extended out under soffit with new framing and new aluminium doors. Full internal upgrade including new structural portals to open walls, new breakouts and aluminum sliders, new carpet, new Autex lining and new suspended ceiling. Toilet alterations and new toilets as shown on plans. Full new interior upgrade including fixtures, fittings, plumbing, windows, and linings. Project Location East Auckland",Awarded,,550000,20250410 Ministry of Education - School Infrastructure,22800181,Request for Tenders,Closed Competition,"Request for Tender - Main Building Contractor for Classroom Additions, New Shed and Fire Alarm at Pukenui School",,20200611,20200707,20201105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are additions and refurbishments to 3 classrooms, demolition and construct a new sports shed and upgrade the fire alarm at Pukenui School: Scope of Works includes: i. Demolish and replace 32m2 sports shed, ii. Replace/add cabinets and add additional breakout areas to 3 classrooms (new build area total 81 m2), including new retaining wall. iii. Upgrade the fire alarm to a type 4 system school wide. iv. The Contractor will be engaged through a Medium Works Contract. v. Asbestos removal Timeframes for the Contract Works are: i. Indicative start date: September 2020 ii. Indicative Due Date for Completion: February 2021 iii. Note: Work to classrooms will be staged - refer RFT document page 6 iv. Please include with your tender a suggested programme of works as per the RFT document. The school is flexible as to when works are completed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22803839,Request for Tenders,Open Competition,Roofing & Window Replacement Works at Havelock School,,20200612,20200710,20200731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22805011,Request for Tenders,Open Competition,Request for Tenders for Te Aroha Primary School Learning Support Property Modifications Including Reserved Rights,,20200611,20200707,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Te Aroha Primary School Learning Support Property Modifications Including Reserved Rights (the Contract Works).,Awarded,"The contract was awarded to Baker Construction 2012 Limited and started on 31 August 2020. The term of this contract is until practical completion, forecast to be 2 November 2020.",0,20250410 Ministry of Education - School Infrastructure,22806803,Request for Tenders,Closed Competition,RFT for an Electrical Contractor for an Electrcial Project at Whangarei Girls High School,,20200615,20200703,20201019,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Site wide electrical works including replacement light fittings and switch board upgrades.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22811502,Request for Tenders,Open Competition,Main Contractor for Administration Refurbishment at Auckland Normal Intermediate School,,20200615,20200708,20201106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Auckland Normal Intermediate School Board of Trustees are seeking a Main Contractor for the Administration Refurbishment project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22811772,Request for Tenders,Open Competition,Concord School - Learning Support Vision Impaired Modifications,3727.20.02,20200617,20200710,20200717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Contract Works required are: i. Install high contrast non-slip nosing to all steps and stairs ii. Install tactile studs to highlight all ramps iii. Smooth the bottom of all steps and ramps with concrete iv. Paint all poles in contrasting colours (black and white) v. Paint ends of handrails in highlight colour vi. Highlight all drains with paint or coloured panels vii. Paint picnic table ends in highlight colour viii. Make good all potholes, broken concrete and asphalt ix. Install high contrast non-slip nosing on playground equipment where falls are likely x. Install tactile studs to mark changes in zones use e.g. playground and carpark",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22812158,Request for Tenders,Open Competition,Big Rock School - Boiler & Boiler Stack Replacement,607.19.11,20200617,20200710,20200925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Contract Works required are: i. Remove existing coal boiler ii. Replace it with a more effective wood chip or pellet boiler iii. Replace boiler stack",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22820675,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block I - Refurbish Classrooms at Normandale School, Lower Hutt",4980,20200616,20200709,20201109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Normandale School has developed a project that would see significant improvements to the layout and condition of two teaching spaces and adjoining student toilets located in Block I. The project will incorporate alterations to create two refurbished classrooms with a shared central wet area breakout space and two new adjacent leaning pods. The improvements will include the relocation of the student toilets to the front of the building with immediate access from the covered deck/walkway. The toilet cubicles will be self contained gender neutral facilities with dedicated wash hand basins providing tempered warm water. The spaces will be upgraded to enable enhanced performance in the areas of acoustics, thermal insulation and lighting. Floor and wall finishes will be renewed. Cloak areas will be relocated onto the adjacent decked areas and weather resistant screens provided. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Normandale School Board of Trustees producing full construction documentation.",Awarded,Awarded to Alaska Construction start November 2020 with anticipated completion February 2021.,309582,20250410 Ministry of Education - School Infrastructure,22821160,Request for Tenders,Open Competition,Main Contractor for Rewa Rewa School - LSM Alterations,,20200617,20200715,20201130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website Q&A function,"The BOT at Rewa Rewa School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to E Block as described in the tender documents prepared by IR Group Ltd. This involves the following works Construction of new quiet space, including a. Demolition of required walls b. Installation of new joinery c. Blocking for ceiling mounted swing d. Install new in wall and ceiling services to suit new layout e. Reline walls and ceilings with specified systems f. Paint all appropriate new surfaces g. Install new floor and wall coverings h. Fit out with new electrical fittings including new LED lighting Construction of new covered outdoor area i. Demolition of existing paved area j. Installation of strip drains and paving k. Adjust framing of part the roof to effectively extend the exiting ridgeline from the main part of the building. l. Construction of new wing wall and associated foundations to support new roof structure m. Additional area to be roofed n. Coordination of council inspections relating to the building consent and arranging for the Code Compliance Certificate at completion of the work. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22827815,Request for Quotations,Closed Competition,PM Services for Short Term Roll Growth Projects - Modular Classrooms,,20200616,20200706,20200827,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is preparing to undertake a programme of works that will see modular classrooms established at six schools in the Northern Region. It is possible that this scope will increase to include additional schools. The Ministry is seeking Project Management Services to oversee the programme.",Awarded,,135000,20250410 Ministry of Education - School Infrastructure,22831673,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Replace Roof and Timber Windows at Makara Model School, Karori, Wellington",5256,20200618,20200716,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Makara Model School is a single building school erected in the 1970s. It is comprised of a flat membrane roof, timber framing, asbestos and weatherboard cladding, timber windows and doors. The roof has a long history of leaks and the windows no longer function as they should. The project will remove the membrane roof and develop a pitched metal roof solution suited to the building style. The work requires a completely new framing outcome which will provide eaves protection to walls, cover to building access and a new external rainwater system (spouting). Some new drainage is required to service new downpipes. The work will include insulation and replacement of damaged ceilings linings. Some areas of clear roofing are included and the metal roofing of the pool building will be replaced. The existing timber windows and doors to the teaching areas will be replaced with new double glazed aluminium units of a heavy duty commercial type fit for purpose in a school, including all hardware. The exterior asbestos cladding will be removed and replaced with new board and batten cladding on a cavity, fit insulation to all walls. Interior linings will be replaced to selected areas and composition board will be fitted through. Flooring will be replaced to the majority of spaces. A new Type 4 fire detection system is to be installed. Some drainage work is required, the make good will include new paving which is reshaped to improve water management. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Peryer Construction Wgtn Limited, start date 12.10.20 with expected completion date 31.05.21.",1013305,20250410 Ministry of Education - School Infrastructure,22832419,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Bailey Road School",,20200618,20200714,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Bailey Road School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the courtyard area by main hall",Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",279120,20250410 Ministry of Education - School Infrastructure,22832826,Request for Tenders,Closed Competition,"Request for Tenders (RFT) Main Contractor for Block 1: Roofing, Floor and Wall Coverings, Toilet, Joinery and Electrical Upgrades at Kaikohe Intermediate School",,20200618,20200708,20200914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must be made through the GETS Q&A,"Kaikohe Intermediate School requires Blocks 1: Roofing replacement, floor and wall coverings replacement, toilet, joinery and electrical upgrades as specified in plans.",Awarded,"The intention is to award this contract in the $100,000 - $250,000 bracket",100000,20250410 Ministry of Education - School Infrastructure,22835348,Request for Tenders,Closed Competition,Reporoa College - Technology Block revised tender,REP09,20200619,20200717,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is the re-advertising of tender 21966388 which was the original RFT relating to the upgrade to the technology Block.This tender is for the revised drawings and replaces the first tender RFT. The Registration of Interest responses remain part of the tender process along with any updated information as requested in this current RFT. Registrants selected from the RoI stage have remained unchanged and invited to tender for this revised RFT stage. Opportunity 21966388 will be terminated without selection of a successful tender and is relisted herewith under this new opportunity.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22836081,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Refurbish Classrooms, Replace Roofing & Spouting at Gladstone School, Masterton",5369,20200619,20200714,20200910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Gladstone School is looking at continuing the modernisation of teaching spaces at the school and hope to refurbish two classrooms in both Blocks A and Block B. The project will target all environmental DQLS elements and bring up the performance of acoustics, lighting, thermal insulation and mechanical heating in the spaces. Wall and floor finishes will be renewed. In Block A a technology space will be formed with an island unit and kitchenette corner creating. Both classrooms will be extended out into the adjacent covered walkway and a new outdoor learning space created. The Block B spaces will have a full interior refurbishment of all finishes actioned. Visual connection to an adjacent withdrawal space will be introduced with a new internal window provided. A new insulated suspended ceiling will be installed. The contract will extend to the replacement of the existing roof coverings to a number of buildings/areas. The contract will design team employed by the Gladstone School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Tararua Builders, start date 21.09.20, anticipated finish 26.03.21.",433641,20250410 Ministry of Education - School Infrastructure,22836869,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Wymondley Road School",,20200619,20200716,20210315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Wymondley Road School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing paved playing area",Awarded,"The winning tenderer provided the best value for money, has proven workmanship, reputation and was chosen by the school board of trustees.",249740,20250410 Ministry of Education - School Infrastructure,22837051,Request for Tenders,Open Competition,Supply and Installation of a New Astroturf at Long Bay Primary School,,20200619,20200716,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees at Long Bay Primary School seek the services of a suitably qualified contractor to supply and install a new astroturf,Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",102680,20250410 Ministry of Education - School Infrastructure,22837185,Request for Tenders,Open Competition,Supply and Installation of a New Astroturf at Puhinui School,,20200619,20200716,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees at Puhinui School seek the services of a suitably qualified contractor to supply and install a new astroturf,Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",276126,20250410 Ministry of Education - School Infrastructure,22840764,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B - Develop Library at West Park School, Johnsonville, Wellington",5300,20200622,20200730,20200910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"West Park School is comprised of timber weatherboard clad single storey buildings created in early 1960s. The work proposed alters the plan of Block B layout by adding a space on the end of the block to form a library of approximately 40 m?. The work involves a plan extension comprising concrete floor slab and foundations, timber wall and roof framing, metal roofing, timber weatherboard cladding on a cavity, gib wall linings, acoustic ceiling, pinboard to walls, carpet tiles, LED lighting, electrical and data services. Access will be provided via a timber deck. As the work is a new build, asbestos is not considered to be a risk though an asbestos survey of the school is provided for the information of contractors. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the West Park School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Peryer Construction Wgtn Limited, start date 08.09.20 with expected completion 31.01.21.",147932,20250410 Ministry of Education - School Infrastructure,22842587,Request for Tenders,Open Competition,Main Contractor for A & F Block ILE Alterations Project at Puketapu School,3260.07,20200619,20200714,20201112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Puketapu School is seeking to develop internal refurbishments and alterations to Blocks A & F of the School, including the internal alterations to the existing Dental Clinic to create technology spaces. There is potential for additional works to be added to the A Block Administration area; with reconfiguration and fit out potentially in November 2020 January 2021. Project consultants are: Project Manager: Ardern Peters Architects Ltd Lead Designer: Ardern Peters Architects Ltd The Contract Works required are: A Block Internal refurbishment including o Wet area joinery o Whiteboard storage unit joinery o Composition board o Painting o LED Light fittings ILE Alterations: o Open through into adjacent resource room o Glass slider to close off o Remove fixed joinery from storage room o Composition board linings o Painting o LED Light Fittings F Block Internal alterations to existing dental clinic building to create technology spaces, including: o Cooking Room fit out with new wall linings; joinery and floor finishes o Removal of a wall to create a larger leaning space; new storage joinery units; composition board linings; floor finishes o Existing waiting area converted into a learning space o External cupboard formed to create outdoor tool storage. ACM removal is be required o All spaces to be painted and to receive new heating and lighting",Awarded,"Awarded to Livingstone Building NZ Limited. Note award value is the lowest figure of the price band range that pricing fell into, and does not reflect specific pricing.",100000,20250410 Ministry of Education - School Infrastructure,22842933,Request for Tenders,Open Competition,Birkenhead Primary School Redevelopment & Roll Growth Enabling Works,MOE08648,20200622,20200716,20200903,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Demolition and Enabling Works Required at Birkenhead Primary School.,Awarded,,205536,20250410 Ministry of Education - School Infrastructure,22843408,Request for Tenders,Open Competition,Main Contractor for Design and Installation of Shade Structure at Ferguson Intermediate School,,20200715,20200807,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Design, Supply and install a permanent shade structure over the school courts covering an area of approx 992sqm.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22844007,Request for Tenders,Open Competition,Main Contractor for Supply and Installation of Weatherproof Canopy at Bream Bay College,,20200623,20200731,20201012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Construct a 25m deep x 27m wide (approximately) trafficable canopy over part of the central courtyard and the grass area at the rear of Block B. This will provide weather protection and extend the use of this area for outdoor learning and leisure. This project is turn-key project, requiring a Proposed Solution and design concepts within each tender. The installation will take place during either the October school holidays or over the Christmas school holiday 2020/21 in order to minimise disruption to the school.",Awarded,"Agencys name and address: Griffiths and Associates 127 Bank Street, Whangarei 0110 Description of the goods, services or works: Main contractor for supply and installation of a weatherproof canopy at Bream Bay College Type of procurement process used: Open Tender The contract was awarded to Shade System, 40, Onehunga Mall, Auckland The contract was awarded on 16 September 2020 The term of the contract is Sept 2020 - Jan 2021. The the highest and lowest offers the agency evaluated to award the contract were: $199,350 to $359,109",0,20250410 Ministry of Education - School Infrastructure,22844064,Request for Tenders,Open Competition,Daily Bus Services for TKKM o Te Hiringa,,20200629,20200713,20200730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified suppliers to submit a Tender for Daily Bus Services for Te Kura Kaupapa Maori o Te Hiringa (TKKM o Te Hiringa) Daily Bus Services (the Services) are the safe transportation of students between the School and each students designated pick-up/drop-off point.,Not Awarded,TKKM o Te Hiringa has decided not to award this tender to any of the respondents.,0,20250410 Ministry of Education - School Infrastructure,22844068,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure and Amphitheatre Shade/Stage at Willowbank School",,20200622,20200717,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Willowbank School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure over the existing tarseal playing area",Awarded,"The winning tenderer won this tender due to providing the best price, proposed solution, capability and was chosen by the school board of trustees.",236630,20250410 Ministry of Education - School Infrastructure,22845085,Request for Tenders,Open Competition,"CW2020-077 Tokoroa North School Learning Support Modifications, Ramps, Decking etc",CW2020-077 / MOE08388,20200622,20200716,20201114,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Tokoroa North School requires some learning support property modifications to provide safe accessible access to the Junior Block from the Learning support unit. The Contract Works required are: i. Extensive ramps and decking as per plan ii. Drain covers as per plan iii. Visibility painting as required Indicative contract start date: 14 Sept or earlier",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22845813,Request for Tenders,Open Competition,"Main Building Contractor for I J&K ,Relocatable building remodel",215314,20200623,20200716,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,Jones & Cooper Have been awarded this contract,317816,20250410 Ministry of Education - School Infrastructure,22852006,Request for Tenders,Open Competition,"Roofing Contractor for the Roofing Replacement to Blocks A, B, C, D, I, J1, L, U, V & 11",64-20-01,20200623,20200803,20201126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The BoT of Epsom Girls Grammar School (EGGS) re seeking to contract a Roofing Contractor for the Roofing Replacement to Blocks A, B, C, D, I, J1, L, U, V & 11 at Epsom Girls Grammar School. Site Visit July 17th 9.00am - 12.00pm",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22852115,Request for Tenders,Open Competition,"Electrical Contractor for the LED Lighting Upgrade to Blocks A, B, C, D, E, I, J, L & SC at Epsom Girls Grammar School (the School)",64-20-13,20200623,20200730,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The BoT of Epsom Girls Grammar School (EGGS) are seeking to contract an Electrical Contractor for the LED Lighting Upgrade to Blocks A, B, C, D, E, I, J, L & SC at Epsom Girls Grammar School Works will be expected to commence December 11th end of term. Some advanced site extablishment to be agreed - storage or waste containment.",Not Awarded,Awarded to McKay,0,20250410 Ministry of Education - School Infrastructure,22852478,Request for Tenders,Closed Competition,Manurewa High School - 9 Classrooms and Library Block - Main Building Contractor,,20200623,20200721,20201218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22855231,Request for Tenders,Open Competition,Design and build of playground at Waiheke Primary School,,20200622,20200716,20201116,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,,Awarded,,185954,20250410 Ministry of Education - School Infrastructure,22860254,Request for Tenders,Open Competition,Main Contractor for Design and Build of Multi-purpose Hall at Cromwell Primary School,3729- 20-03,20200624,20200717,20201104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The School BOT has Selected Ultraspan as their successful tender.,1320000,20250410 Ministry of Education - School Infrastructure,22861463,Request for Tenders,Closed Competition,Main Building Contractor for Block A Refurbishment and Decking at Opoutere School,,20200625,20200716,20200803,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,The contract was awarded to Baker Construction 2012 Ltd and will start on 25/09/2020. The term of this contract is 12 months,250143,20250410 Ministry of Education - School Infrastructure,22867630,Request for Tenders,Open Competition,Main Contractor For Refurbishment of block 2 Toilets and Teaching Spaces at May Road School,MayRd,20200626,20200722,20200925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"May Road School has procured funding through their 5YA and SIPS funding streams to address the refurbishment of block 2 which comprises of two teaching spaces, toilets, Kitchen, resource, art and server rooms. The outcome sort for this refurbishment is to have the spaces conform to the MoEs DQLS and QLE guidelines and where applicable to the weathertightness requirements in relation to external window install together with the Building Code. With the information provided via the MoE School Information Report Block 2 was originally built in 1928 and has some internal upgrades done during its life, the building is clad with Weatherboard. All windows are still in their original state (timber) and doors recently upgraded to aluminium Joinery. The BOT wish to get the works underway as soon as possible with an indicative start date around August 2020, the works will be completed under one phase and timelines critical to the success of the project life cycle",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22870624,Request for Tenders,Open Competition,Main Contractor for Site: Artificial Turf at Westbridge Residential School,,20200625,20200723,20201014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Westbridge Residential School Board of Trustees are seeking a Main Contractor for the Site: Artificial Turf project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22870967,Request for Tenders,Open Competition,"Main Contractor for Design, Supply, and Installation of HVAC system at Seatoun School (the School)",211164,20200625,20200722,20200729,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,"The BoT of Seatoun School are seeking a contractor to design, supply, and install and heating, ventilation, and air conditioning system to classrooms and a meeting room in R Block. Work is to be carried out during December 2020 - January 2021 and is to be completed prior to school recommencing.",Not Awarded,"Thank you to those that provided tender submissions for this project. The School have concluded that none of the tenders were fully compliant in terms of process or proposed solutions, and the contract can't be awarded at this time. We thank you again for the time and effort put into these proposals.",0,20250410 Ministry of Education - School Infrastructure,22874868,Request for Tenders,Closed Competition,"CW2020-035 Mana College - Library Demolition, Turf and Courts Works Main Contractor",,20200625,20200715,20210628,,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an closed invitation to Contractors (Tenderers) to submit a Tender for Mana College (the School) Library Demolition, Turf and Courts Works Main Contractor (the Contract Works). Early works are required at Mana College, in advance of a major redevelopment project. A business case is in development to explore options an approximate Construction Value of $30,000,000 has been estimated. This project will be tendered via a separate procurement activity in November 2020. The early works are required in advance of the Major Redevelopment project. Please refer to attached documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22875116,Request for Tenders,Open Competition,Mount Roskill Primary School - Main Contractor for Block Six Playground including Shade Structures (two) and an Artificial Play Surface,SPM 18506.C,20200626,20200723,20200930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Design/Build 'Turn Key"" Tender: ""Main Building Contractor for the Design/Build Construction of New Shade Structures and Artificial Turf to the Block Six Playground at Mount Roskill Primary School"". The project aim is to recreate the Playground with free form play area laid on an artificial turf area between the Block Six Classrooms and the Block Two service area lean-to. Two separate high-level shade structures (165 sqm and 135 sqm) will partially span the open play areas. The 360 sqm Playground area is presently partially paved in asphaltic concrete and a grassed seating and play area. The site perimeter is generally limited by concrete kerbing or runs up to the relocatables base-boards and the adjoining covered-way line, gently graded towards three existing cess pits. The main project aim is to replace such surfaces with a new artificial turf surface, suitable for student play. The School envisages that the new Playground will be used for casual play and presentations rather than formal sports. The resulting surface thus should be even without any dramatic changes in grade, following removal of the grassed area with am underlying base course surface. For continuitys sake, it is logical that the AC is also removed so that surface can be graded on an area wide basis to create an optimal play surface. The independent shade structures will be installed at high level, rising above the gutter lines of adjoining coveredways and classroom blocks. The structures will have galvanized steel frames and posts in concrete foundations with one-piece high-quality PVC translucent tension roofs. The contract includes the installation of a replacement drinking fountain, and extension of the present deck walkways past Room 27, into a series of wide seating steps spilling down to the new artificial play surface extending over the entire Playground area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22877852,Request for Tenders,Open Competition,Ladbrooks School Construction Services for Blocks 2 & 7 Replacement Classrooms,,20200626,20200722,20200819,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"During the recent condition assessment of the school it was identified that Blocks 2 and 7 not fit for purpose. The purpose of this project is a replacement of blocks 2 & 7 with a more fit for purpose flexible teaching space. The scope of the replacement classrooms include demolition of the two existing blocks (including asbestos removal) and construction of the new classroom blocks. Asbestos removal of the external cladding and around the electrical switchboards (refer to asbestos report attached to the RFT). This will need to be completed outside of school operational hours i.e. over a weekend or after school hours. All asbestos work must comply with MoE standards and procedures available on their website, this includes producing an Asbestos Management Plan. Disconnection of all services and demolition of the existing Block 2 and 7 and make good the area of demolition, cap all services as required. Construction of the new classroom block as per the attached drawings and specifications. Provision should be made to provide, maintain and alter all services that may be affected by the new classrooms, telephone cabling, data cabling and outlets, electricity supply and outlets, plumbing and drainage services, fire detection and alarms, security detection and alarms etc. The school will be operational during the construction phase therefore it will be imperative that a secure site compound is established in order to allow for safe personnel and vehicle movements to and from the site.",Awarded,The contract was awarded to HRS Construction and will start in September. The term of the contract is 6 Months.,572116,20250410 Ministry of Education - School Infrastructure,22878809,Request for Tenders,Closed Competition,RFT for the Redevelopment at Hoon Hay School,,20200629,20200803,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a Main Contractor to undertake the redevelopment works at Hoon Hay School. This project is to provide improved learning environments throughout the school either through removal of existing class bases that do not meet modern learning environments and replacing them with a new permanent teaching building and through alteration and upgrade of existing class bases and improvements to the existing Hall. This project will also improve outdoor learning spaces, IT infrastructure and problematic drainage. This project forms part of the on-going Christchurch Rebuild Programme and this project is planned to complete before the beginning of Term 3 2021. Included in the tender information is a detailed phasing plan. The school will remain operational throughout the construction programme and every effort has been made to accommodate decanting of teaching spaces and infrastructure to allow the school to function throughout. Please see tender documents attached for further information.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,22879229,Request for Proposals,Closed Competition,CW2020-050 Tongariro Redevelopment Master Planning and Lead Design services tender,CW2020-050/MOE07989,20200626,20200724,20200915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Tongariro School Rationalisation and Refurbishment Master Planning and Lead Design Services (the Services) The requirement for this project is to develop a high level Bulk and Location plan, (to be approved by the DRP) for rationalisation of junior classrooms, the library and surplus ancillary spaces, detailed design and specification of infrastructure upgrades and detailed design for refurbishment and repair of all remaining buildings",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22879501,Request for Tenders,Open Competition,Main Building Contractor for the Roll Growth Classroom Project 2020 at Bell Block School,3115.03,20200626,20200729,20200907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The school requires additional classroom space to accommodate roll growth, and seeks to achieve this by adding new learning spaces onto an existing classroom to create a new school block. Project consultants are: Project Manager: Ardern Peters Architects Ltd Lead Designer: BOON Team Architects Ltd Structural Engineer: BTW Company The Contract Works required are: i. Partial demolition of existing G Block classroom 18 back to timber framing, ready for alterations and refurbishment. ii. Construction of a new block incorporating a refurbishment of classroom 18, comprised of three classroom spaces, two breakout spaces, unisex toilets, lobby, a small deck to the north, and a larger covered deck to the east.",Awarded,"Awarded to Livingstone Building NZ Limited. Note award value is the lowest figure of the price band range that pricing fell into, and does not reflect specific pricing.",1000000,20250410 Ministry of Education - School Infrastructure,22879987,Request for Tenders,Open Competition,"Main Contractor for Site,A,J,T1: Security Upgrade at Wairoa College",220133,20200629,20200724,20200923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Security Upgrade consisting of new boundary fencing, gates, CCTV system upgrade, security alarm system upgrade",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22880015,Request for Tenders,Open Competition,Main Contractor for Site: Shade Structure at Mangere East School,,20200626,20200721,20201119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mangere East Primary School Board of Trustees is seeking a Main Contractor for the Site: Shade Structure project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22880148,Request for Tenders,Open Competition,"Main Contractor for Block 1, 2, 3, 8 and A Roofing at Sandspit Road School",,20200629,20200722,20201005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Sandspit Road School Board of Trustees is seeking a Main Contractor for the Block 1, 2, 3, 8 and A Roofing works",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22890398,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Outdoor Teaching Canopies at Waitohu School, Otaki",5443,20200701,20200724,20200929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school has developed a scheme to provide weather protected outdoor areas for the junior school syndicate. Lean-to canopy roof structures will be constructed over a recently developed outdoor learning space behind Blocks E and H as well as the southern end of Block H. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Waitohu School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Crowe Construction & Associates, starting 28.09.20 with anticipated completion date 25.12.20.",106039,20250410 Ministry of Education - School Infrastructure,22891500,Request for Tenders,Open Competition,St Clair School - ILE Upgrades and Roof Replacements,,20200701,20200728,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The St Clair School Board of Trustees are seeking the services of a suitably qualified main contractor to deliver the upcoming capital projects. The work involves relocation of the staffroom and library, creation of various breakout areas and roof replacements/maintenance.",Awarded,"Following the evaluation of the tenders received, this contract was awarded to Naylor Love Dunedin.",0,20250410 Ministry of Education - School Infrastructure,22892943,Request for Tenders,Open Competition,"Main Contractor for SIP: C, D, E, F: Heating Upgrade at Mission Heights Junior College",,20200701,20200724,20201012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Mission Heights Junior College is seeking a Main Contractor for the SIP: C, D, E, F: Heating Upgrade project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22897463,Request for Tenders,Open Competition,Main Building Contractor for 5YA Roof Replacement at Don Buck Primary School,19-021,20200702,20200730,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project includes the replacement of existing membrane roof to the existing administration building & staffroom (two separate locations).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22897924,Request for Proposals,Open Competition,Design & Construction of New All Weather Shade Structure at Pomaria Primary School,20-007,20200701,20200729,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"5c Pinot Lane, Westgate, Auckland 0614","The board of trustees at Pomaria Primary School are requesting the design, supply & construction of a new all-weather permanent outdoor canopy structure over the existing paved playing area to the west of the existing school hall. The area is approximately 28mx33m (924m2).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22898151,Request for Tenders,Open Competition,"Design, Supply and Installation of roofing in Blocks L,B and E at Pukekohe High School",,20200702,20200728,20201126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Pukekohe High School seek the services of a roofing contractor to design, supply and install roofing in L, B and E Blocks at the school. There are 3 site visits available, please ensure that you are available for one of them, They are listed in the RFT document.",Not Awarded,After the evaluation process this project was cancelled by the Ministry of Education and will no longer be going ahead.,0,20250410 Ministry of Education - School Infrastructure,22898803,Request for Tenders,Open Competition,Milton Primary School - Boiler Replacement,3772.20.06,20200706,20200729,20200805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Contract Works are: Remove existing Boiler Design and build new boiler Design and build new hopper to meet storage capacity and fuel type Ensure contractor calculates correct heating requirements for size of school",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22900695,Request for Tenders,Open Competition,Waimea College M Block Roof,,20200706,20200731,20200905,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,"Waimea College in Richmond, Is seeking tenders for the M block Re roof. Due to the fact there is enclosed flat roof area leaked for several years. The most practical solution is to replace this section of roof with a pitched roof with to the gable end of one building the ridge of the other.",Awarded,Please be advised you have been successfully with the tender. Once I MOE approval I will be in touch for a Kick off meeting.,218732,20250410 Ministry of Education - School Infrastructure,22904070,Request for Proposals,Open Competition,"Request for Tender - Main Building Contractor for Classroom Refurbishments, Roofing & Cladding Works at Paihia School",,20200710,20200817,20201218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be made through the GETS Q&A function,"The Contract Works required at Paihia School are: - Refurbishment of five classrooms & Library - New pitched roof & partial re-cladding to three classrooms Indicative Timeframes (note school is open to alternatives please advise with your tender what dates work for you): i. Indicative Start date: 25/09/20 (end of Term 3) ii. Indicative Date for Completion: 22/01/21 iii. Note: Work to classrooms will be staged - refer Staging document attached iv. Please include with your tender a suggested programme of works as per the RFT document. The school is flexible as to when works are completed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22911841,Request for Tenders,Open Competition,Main Contractor for SIP Shade Structure at Long Bay College,,20200703,20200729,20201119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Long Bay College Board of Trustees are seeking a Main Contractor for the SIP Shade Structure project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22918963,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Refurbish Two Teaching Spaces at Wellington High School, Wellington",5234,20200707,20200807,20201221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Wellington High School is comprised of concrete and steel structured predominantly mutli storey buildings constructed in the early 1980s. This work proposes to complete localised refurbishment of teaching spaces on several floor levels. The project is to replace on Levels 2 and 3 the divisional wall and a double glazed unit fitted to the outer walls and ceiling. The internal refurbishment work will consist of replacement carpet, wall and ceiling linings, light fittings. In addition to the same relative space on Level 4 the acoustic ceiling will be replaced. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Wellington High School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Watts & Hughes Construction starting 14.12.20, anticipated completion date 31.03.21.",218018,20250410 Ministry of Education - School Infrastructure,22921794,Request for Tenders,Closed Competition,Request for Tenders for Rototuna Primary School Main Contractor for 10 Additional Roll Growth Classrooms,,20200706,20200811,20210126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Rototuna Primary School Main Contractor for 10 Additional Roll Growth Classrooms (the Contract Works).,Awarded,"The contract was awarded to Livingstone Building NZ Limited and will start on 14 December 2020. The term of this contract is until Practical completion, expected 9 February 2022. The value of the contract resulting from this procurement activity is intended to be in the value band between $5,000,000-$10,000,000.",0,20250410 Ministry of Education - School Infrastructure,22925931,Request for Tenders,Open Competition,Main Contractor for Site: Essential Drainage Infrastructure Works at Wairoa College,217337,20200708,20200804,20201110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"2.1 Background Sewer system a sewer line has been experiencing regular blockages during 2019. It has been determined that there is serious tree infiltration, with uneven line runs which holds waste in old glazed earthenware reticulation. The line runs under buildings which makes it impossible to replace. Storm water system the storm water system has also been experiencing problems with increased flooding. This has caused water to back up into the courtyard area between Blocks A and B. Part of the storm water system runs into the sewer system which the Wairoa District Council wants rectified immediately. There is serious tree infiltration near the boundary along with blockages and multiple holes in the old glazed earthenware reticulation. Other storm water lines do not run anywhere. Part of the storm water system is asbestos. Project consultants are: o Project Manager: Architects 44 Limited o Lead Designer: Architects 44 Limited 2.2 Required solution (method and approach) a. The Contract Works required are: i. The sewer needs to be rerouted in three different directions from Block A to Block V and from Block A in two separate lines out to a common connection at Lucknow Street. Two manholes need to have concrete bases installed (currently just earth) as part of this work. ii. The stormwater drainage needs to be replaced and regraded to avoid flooding the courtyard between Blocks A and B. The connection to the sanitary sewer system needs to be eliminated, and the currently unconnected pipe runs need to be extended to connect to the WDC storm sewer system. Asbestos piping needs to be removed and replaced. iii. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. iv. See Tender Documents for further information. b. Timeframes are: i. Indicative Start date: 28/08/20 ii. Indicative Due Date for Completion: 08/01/21",Awarded,Original scope has been split into two stages - this award is for Stage I.,344234,20250410 Ministry of Education - School Infrastructure,22927136,Request for Tenders,Open Competition,Design and Build for Shade structure at Pt England School,,20200707,20200803,20201116,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,22928752,Request for Tenders,Closed Competition,Gordonton School Main contractor for the Combined 5YA and SIP's funded project,,20200708,20200728,20201126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are but are not limited to; i. Existing roof nails to be replaced with Tek screws and on Blocks A, B, C, D, E, F, R and N ii. Skylights are to be removed and replaced with roofing iron over on Blocks A and B. iii. Wall mounted electrical switches are to be replaced in Block A and B iv. Sub boards in Blocks D, E and the pump shed need replacing v. Lifecycle replacement of linings and fittings in the Block B toilets vi. Reconfigure existing bag bays and toilets between Classrooms 1 & 2 and 3 & 4 into new toilets and wet areas/breakout spaces. This will include lifecycle replacement of floor and wall linings throughout Block A.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22933448,Request for Tenders,Closed Competition,"Main Building Contractor, Block 2 Toilets and Classrooms Redevelopment and Block 8 Classrooms ILE, Waitakere Primary School, Auckland",,20200715,20200807,20210406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project broadly involves three areas: an ILE redevelopment in two classrooms in Block 8, an upgrade of two classrooms in Block 2, and a redevelopment of a toilet block attached to Block 2. The classroom work generally involves new floor covering, pin board wall linings, new lighting, repainting, some cabinetry, and removing obsolete how water radiators, removing walls, and developing a new floor layout for Block 8. The toilet redevelopment involves completely gutting the interior of the toilet block and redeveloping it. This will include new ventilation, replacing windows, new toilet w/c, new plumbing fittings, new floor vinyl, replacement wall lining, and redecoration. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22933825,Request for Proposals,Open Competition,Design & Construction of New All Weather Shade Structure at Don Buck Primary School,20-014,20200710,20200806,20201207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Don Buck Primary School are requesting the design, supply & construction of a new all-weather permanent outdoor canopy structure over the lower court adjacent to the Administration building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22936762,Request for Tenders,Open Competition,Mt Roskill Grammar School. Demolition of 5 relocatable classrooms and sport's shed,,20200713,20200806,20200916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,The contract was awarded to Morecroft Contractors Ltd and will start on 21/09/2020,76830,20250410 Ministry of Education - School Infrastructure,22942941,Request for Tenders,Open Competition,Main Contractor for Admin security upgrade and sitewide fire alarm upgrade at Fernworth Primary School Project # 217039,217039,20200710,20200804,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,421455,20250410 Ministry of Education - School Infrastructure,22943258,Request for Tenders,Open Competition,Otago Boys' High School - Artificial Turf Installation,,20200713,20200805,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otago Boys' High School Board of Trustees are seeking a suitably qualified and experienced contractor to undertake the installation of artificial turf to the area known as the Lower Courts.,Awarded,"Following the evaluation of the tenders received, this contract has been awarded to Multisport Surfaces.",0,20250410 Ministry of Education - School Infrastructure,22943448,Request for Proposals,Open Competition,School Bus Procurement Request For Proposal Tender 1,,20200709,20200828,20201211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) provides school transport assistance to help parents overcome barriers to education and meet their responsibility to get their children to school. The Ministry may provide transport assistance where distance and/or accessibility may be a barrier for students attending the closest school they can enroll at. The current Daily and Technology Bus contracts expire on 31 December 2021. In accordance with the Government Procurement Rules, the Ministry is conducting an open, competitive procurement to establish new contracts for services from Term 1 of 2022. This is a two tender approach. Please read the Request for Proposal (RFP) and related Appendices closely to ensure you understand the structure of this tender, particularly the significant differences between Tender 1 and Tender 2. You will need to decide whether you would like to respond to Tender 1 (this Notice) or Tender 2 (to be released later in 2020). You can participate in both Tender 1 and Tender 2, but only if you do not accept any Routes offered through Tender 1. Key dates: - RFP released: 9 July 2020 - Deadline for questions from suppliers: 5:00 pm 21 August 2020 - Deadline for Proposals: 5:00 pm 28 August 2020 Proposals will only be accepted via VendorPanel, a secure e-tender system, accessible at https://www.vendorpanel.nz/vsi.axd?g=a69fa7d9d4eb42d1a398532c3c75788fs5 If you are interested in responding to this RFP, please click on Subscribe to this Notice for full access button below, then download the RFP and Appendices, and submit your Proposal through VendorPanel before the Deadline for Proposals. You will not be able to see or download the RFP and Appendices until you subscribe. RFP briefings are planned. Please see Section 3.1.1 of the RFP for important briefing information. If you have any questions, please use the Raise Question Here function which will become available once you subscribe to this Notice. Please do not use the VendorPanel Question function. There is a further opportunity for you to email us with any suggested refinements to the Route maps. Please do so no later than Friday 24 July, and direct your emails to bus.tender@education.govt.nz",Awarded,"o Contract award date: 11/12/20 o Terms of Contract: (6+3+3) o School Bus Procurement Tender 1 was an open competitive process",131000000,20250410 Ministry of Education - School Infrastructure,22949892,Request for Tenders,Closed Competition,CW2020-083 Ridgway School (the School) Enabling Works for Major Redevelopment Project Asbestos removal Block C& F Request for Tenders,,20200713,20200803,20210201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an closed invitation to Contractors (Tenderers) to submit a Tender for CW2020-083 Ridgway School (the School) Enabling Works for Major Redevelopment Project Asbestos removal Block C& F (the Contract Works). Please refer to attached documents for further information.",Awarded,Price Band($50K - $100K),0,20250410 Ministry of Education - School Infrastructure,22950741,Request for Tenders,Closed Competition,"Lauriston School: AMS 1, 2, 12 & 10: ILE Classroom Mods & Roof Replacement",3407-19-01,20200713,20200803,20201203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22951824,Request for Tenders,Closed Competition,Hamilton West School AMS/ILE Upgrade and LSC,,20200714,20200803,20201126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Hamilton West School would like to redevelop Block A by reconfiguring the classrooms and supporting learning spaces and refurbish existing bathrooms and cloak bays. In addition to the Block A works this project will also address roofing, electrical and plumbing works throughout the school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22960162,Request for Tenders,Closed Competition,Main Contractor for Boiler Replacement & Compliance Upgrade at Waverley Park School,19-008,20200715,20200807,20200824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Waverley Park School Board Of Trustees is pleased to invite the selected respondents the opportunity to prepare a closed RFT tender submission for the boiler replacement and compliance upgrade works at Waverley Park School. The Boiler replacement includes building modifications,new wood chip boiler & chimney, chip storage, fuel delivery, and buffer tanks and associated electrical and mechanical. The compliance upgrade includes upgrading of existing specified systems including Type 4 fire alarm, emergency lighting & illuminated exists, as well as minor accessibility modifications to various buildings throughout the school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22967739,Request for Tenders,Open Competition,"Main Contractor for Refurbishment Works in Blocks 2 & 12, Decks & Walkways and Fencing at Morningside School",,20200716,20200812,20201012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The works included in this project include AMS and 5YA upgrades at Morningside School. These include: Upgrade Room 10 (Block 2) Convert Room 13 to a library (Block 12) Replace platform decking outside Room 13, construct a trafficable all-weather canopy and remove the store shed at the corner of the deck. Install non-slip matting or outdoor carpet to decking throughout the school Relocation of pool fence/pool equipment shed and installation of new pool fence The works will be carried out in 3 phases to fit in with school operations. Works will start in September 2020 and take place during a combination of school term and school holiday time.",Awarded,"Agencys name and address: Griffiths and Associates 127 Bank Street, Whangarei 0110 Description of the goods, services or works: Main Contractor for Refurbishment Works in Blocks 2 & 12, Decks & Walkways and Fencing at Morningside School Type of procurement process used: Open Tender The contract was awarded to: ALPHA CONSTRUCTION SERVICES LIMITED, 1049, Mangakahia Road, Rd 9, Whangarei, 0179, NEW ZEALAND The contract was awarded on 25 September 2020 The term of the contract is Sept 2020 - Jan 2021. The the highest and lowest offers the agency evaluated to award the contract were: $310,000 to $311,500",0,20250410 Ministry of Education - School Infrastructure,22970252,Request for Tenders,Closed Competition,Tauranga Special School G Block AMS RFT,TSS04,20200716,20200805,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22975542,Request for Proposals,Open Competition,Commercial Cleaning Services at Pakuranga College,,20200715,20200817,20210415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Pakuranga College is seeking Commercial Cleaning Services at Pakuranga College (the College). The services will be procured by a one stage open Request for Proposal on GETS. The Contractor is to provide a detailed fee proposal based on the schedule of Cleaning Specifications July 2020 provided in this document which is attached.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22975603,Request for Tenders,Closed Competition,CW2020-030 Ngaruawahia High School Main Contractor - New Build and Redevelopment Works,,20200721,20200929,20210626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Ngaruawahia High School. This is a closed tender to four suppliers. Scope overview: i. Construction of a new Classroom Block (1,004m2) comprising of 10 Teaching Spaces (2 x technology spaces and 8 x teaching spaces) plus a 180m2 storage annex Note: earthworks complete to 50mm below bottom of slab ii. Upgrading site infrastructure & utilities and associated site works. iii. Integration of site-wide utilities and heating upgrade in A Block iv. Site landscaping of new entrance off Kent St v. Minor Asbestos and Contaminated soil remediation vi. Removal of B Block (1,600m2 full Nelson), Boiler Room, Chemical Store and Incinerator Please refer to attached documents for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,22978075,Request for Tenders,Open Competition,Hockey Turf Replacement at Macleans College,,20200717,20200812,20210504,,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,22981791,Request for Tenders,Open Competition,Main Building Contractor for Building Upgrade works at Hamilton North School,,20200720,20200814,20201019,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project involves minor internal upgrade works to 4 buildings, including replacement lighting; supply and installation of controlled temperature split system heat pumps; installation of a suspended ceiling; new and replacement door joinery, and necessary finishes. Includes supply and installation of an Archgola plus associated siteworks.",Awarded,,179784,20250410 Ministry of Education - School Infrastructure,22986333,Request for Tenders,Open Competition,Main Building Contractor for Block 1 Alterations & Refurbishment at Foxton Beach School,Foxton Beach School,20200722,20200819,20201218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Foxton Beach School are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block 1. The Contract Works required are: Asbestos removal work, create new breakout spaces, open up walls to expand classrooms into the corridor space, fitting new overtaking stacker sliding doors to classrooms, new internal windows and doors for breakout spaces and corridor area. New wall, floor and ceiling linings with redecoration to affected areas. Some new fixed joinery to breakout spaces and classrooms, various fire design work necessary to complete the project. A new deck and steps built along the front of the 3 classrooms. Contractors must visit site. All tender documentation and necessary information attached. Start dates will be discussed with the successfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,637641,20250410 Ministry of Education - School Infrastructure,22993405,Request for Tenders,Open Competition,Main Building Contractor for Block 1 - 6 Classroom Refurbishment at Conifer Grove School,,20200909,20201002,20210202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Conifer Grove School seek the services of a suitably qualified building contractor to carry out a refurbishment of 6 classrooms (Block 1) at the school. This will include lighting, carpets, opening up of walls and installing viewing windows, wall linings, heating, painting and building work There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming, They are listed in the RFT document under 1.3 Point of Contact",Awarded,The winning tenderer was awarded this contract due to providing the best proposed solution and price and for the proven reputation and workmanship of the company.,396784,20250410 Ministry of Education - School Infrastructure,22995076,Request for Tenders,Open Competition,The Hub Design & Build Contract at Picton School,,20200722,20200817,20210308,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS,This tender is for the design & build of an outdoor hub for both teaching and social activities at Picton School. The work could be undertaken either by a building or landscaping company.,Not Awarded,No responses tendered. Tender abandoned direct negotiations entered into with a local contractor,0,20250410 Ministry of Education - School Infrastructure,23001574,Request for Tenders,Closed Competition,Onehunga High School (the School) New Redevelopment Main Building Contractor,,20200722,20200821,20201218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23002835,Request for Tenders,Closed Competition,Puahue School AMS/ILE Upgrade and LSC,,20200723,20200812,20201126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Puahue School would like to create smart and practical teaching spaces and learning support areas by reconfiguring the existing Block A and D teaching spaces to include breakout spaces, wet areas and multipurpose spaces. This contract will also include a 15sqm footprint extension to the Admin area to incorporate a learning support space.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23005465,Request for Tenders,Open Competition,Main Contractor for SIP Shade Structure at Bayswater School,,20200724,20200821,20210722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Bayswater School Board of Trustees are seeking a Main Contractor for the SIP Shade Structure project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23005752,Request for Tenders,Open Competition,Kings High School - Learning Support Vision Impaired Modifications,383.19.12,20200727,20200819,20200901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"Contract Works required are but not limited to: i. Minimising or eliminating trip hazards on asphalt and courtyards ii. Fixing loose mats iii. Providing additional rails and repairing sharp/protruding rails iv. Providing direction and warning tactile warning studs v. Extension of handrails off stairs to meet standards vi. Installation of signage in braille",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23008475,Request for Tenders,Closed Competition,Darfield High School: C: Toilet & ILE Classroom Modifications & Roof Replacement,346-18-02,20200724,20200821,20200922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23009581,Request for Proposals,Closed Competition,Oxford Area School Master Planning and Lead Design Services RFP,,20200724,20200817,20201207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,1073663,20250410 Ministry of Education - School Infrastructure,23010503,Request for Tenders,Open Competition,Main Building Contractor for the ILE/DQLS Upgrade and Refurbishment of Block 1 at Beach Haven Primary School,,20200727,20200820,20201111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Main Building Contractor for the ILE/DQLS Upgrade and Refurbishment of Block 1 at Beach Haven Primary School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23016008,Request for Tenders,Closed Competition,RFT for Main Contractor for the Redevelopment at TKKM o Otepoti,,20200724,20200821,20201130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a contractor to undertake the redevelopment at TKKM o Otepoti. The school currently consists of two blocks. Block 1 houses the Administration offices, two teaching spaces, multi-Purpose hall, staff room, kitchen and resource space, while Block 2 is a two teaching space CEBUS block. Block 1 was originally built in 1989 as a clubhouse to the Greater Dunedin Town & Country club. When the MOE purchased the site and TKKM o Otepoti was established in 1998, the building was altered and extended into its present use as a school building. The intricate shape of the roof, its bad detailing and workmanship, extension made of untreated timber and cracks in its direct fix cladding have all created significant weathertightness to a point where building survey investigations deemed that the building was deemed beyond repair. The Business Case proposed the demolition and rebuild of Block 1 with a Build Roll of 77 to service roll growth, and no works to Block 2. Forecasted construction completion date: July 2021",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,23016131,Request for Tenders,Open Competition,Benneydale School: ILE Lifecycle Replacement Upgrade,6067,20200728,20200820,20200831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"B-Block: Removal of dividing wall between library and teaching space Removal of some internal partitioning from teaching space to create open area Replacement of wet area unit and sink x2 Repositioning of existing heat pump to end wall Lifecycle replacement of floor covering A-Block - Admin: Lifecycle replacement of floor covering and fitting a Lockdown door. Work to Block A will include P2 maintenance items as specified in the 10YPP condition assessment (as per SPA): Remove redundant electrical fittings in admin office and make good Cover protection over external wall mounted pipework Replace damaged seratone in cleaners cupboard Remove incinerator from female staff toilet and make good Install protective cover on exterior mounted drainage pipework Site: Replace downpipe collars.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23017530,Request for Proposals,Closed Competition,Queen Charlotte College Master Planning and Lead Design Services RFP,,20200731,20200911,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,23019612,Request for Tenders,Closed Competition,"Main Building Contractor, Subsidence Remediation, Blockhouse Bay School, Auckland",,20200729,20200821,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project is to remediate foundations due to ground subsidence at Blockhouse Bay School, Auckland. The proposed solution is to install new piles for four buildings, install new bearers under four building, upgrade existing bearers under one building, and new bracing under two buildings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23019761,Request for Tenders,Closed Competition,"Main Contractor, Administration and Toilets Redevelopment, Cornwall Park District School, Auckland",22875403,20200805,20200826,20210430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The contract works required are to redevelop the interior of the administration building. This will involve some demolition work, developing new office spaces and upgrading some exiting space. The entire interior will be redecorated. The toilet block redevelopment will involve completely stripping out a single toilet block and redeveloping it into a gender neutral facility. The scope will involve new linings, entry doors, flooring, plumbing fittings, warm water, new partitions, and redecoration. Both works must be done concurrently.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23023319,Request for Tenders,Closed Competition,A Block Remediation at Te Kuiti College,,20200729,20200824,20200914,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,Project is going to Capital Works due to internal issues at the school and being taken over by the MOE,0,20250410 Ministry of Education - School Infrastructure,23025051,Request for Tenders,Open Competition,RFT for Internal Alterations Project at West Rolleston School,MOE09150,20200728,20200824,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"It was identified late last year that the school have experienced some issues over the existing internal configuration of the new teaching spaces including a cramped floor space to the health room. There were also concerns around privacy of PC monitors in the reception area and noise transfer from the library. The solution sought for this procurement is to expand the front desk /admin layout and health room space. Additionally, Learning Hub 1 will be divided up into three separate spaces by introducing two internal partitions. DD Architects were engaged to provide detailed design drawings and specification for the internal alteration works. At the time of writing the RFT the design documentation is currently with Selwyn District Council reviewing for Building Consent approval.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,23029303,Request for Tenders,Open Competition,Main Contractor for SIP Shade Structure at Rangeview Intermediate School,,20200729,20200824,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Rangeview Intermediate School Board of Trustees are seeking a Main Contractor for the SIP Shade Structure project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23030749,Request for Tenders,Open Competition,Main Building contractor: block A&B Upgrade and Additions at Makarewa school,212759,20200730,20200824,20201029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"This project has been awarded to Calder Developments, Please contact SSL if you require a debrief on this project.",353100,20250410 Ministry of Education - School Infrastructure,23032229,Request for Tenders,Closed Competition,Main contractor for Block L & M upgrade at Nawton School,,20200731,20200820,20200924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Nawton School Board of Trustees is seeking a main contractor to alter and refurbish two existing classrooms, Blocks L & M, to meet modern flexible learning space requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23035372,Request for Tenders,Closed Competition,"Main Building Contractor, Upgrade Classrooms and Toilets Blocks, Hay Park School, Auckland",22833511,20200810,20200901,20210430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All queries to be made through the GETS website Q&A function,"The project involves modernising 6 classrooms in four blocks: Block 1 (classrooms 8 and 9), Block 2 (classrooms 1 and 2), Block 5 (classroom 5) and Block 7 (classroom 7). The proposed programme is to start design work at the end of the 2020 school year; complete four classrooms and one toilet block during the 2020/21 school holidays, and the last two classrooms and toilet block on 14 March 2021. The scope of work involves 6 existing teaching spaces: the interior of the spaces will be done with replacing wall linings and trims, pin board wall covering, carpet and vinyl floor covering, lighting, electrical services and fittings, new and security services, removing obsolete hot water radiators and replace with heat pumps, window and door joinery to front and rear of classrooms, hardware, cabinetry, ceiling linings, insulation where possible in ceilings and walls, new sink units, new doors, and asbestos removal in flooring. The toilets involve Blocks 1 and 2 toilets redevelopment (two toilet blocks both with male and female facilities). The scope of work includes converting the existing bag bay areas to Breakout Spaces. Back-flow preventers will be installed where appropriate. The existing toilets areas will have new external entrance doors developed in a new location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23036682,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Install of Shade Structure over school courts at Papatoetoe West School",,20200803,20200826,20210630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Papatoetoe West School is looking for a Main Contractor for a design, supply and installation of an covered outdoor learning area over their school courts.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23037536,Request for Proposals,Open Competition,Roll Growth for 4 x Schools Bundled QS Services,MOE08231,20200730,20200825,20201016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Quantity Surveying services required at 4 Auckland Schools for separate Roll Growth Projects: Owairaka District, Windy Ridge, Pukekohe High School & Colwill School",Awarded,,310171,20250410 Ministry of Education - School Infrastructure,23037559,Request for Quotations,Closed Competition,Roll Growth for 4 x Schools - Bundled PM Services,MOE08230,20200730,20200820,20210212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Project Management services required at 4 Auckland Schools for separate Roll Growth Projects: Owairaka District , Windy Ridge, Pukekohe High School & Colwill School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23040002,Request for Proposals,Closed Competition,Jean Batten School - Block 6 Toilet Upgrade,,20200731,20200820,20201116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,112032,20250410 Ministry of Education - School Infrastructure,23043315,Request for Quotations,Closed Competition,Lemonwood Grove Stage II - Project Management Services,,20200731,20200820,20200923,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,84900,20250410 Ministry of Education - School Infrastructure,23048472,Request for Proposals,Open Competition,RFP Botany Downs Secondary College - Weathertightness Remediation - Lead Design Services,,20200803,20200918,20201218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,"Botany Downs Secondary College is a co-educational secondary school located in the suburb of East Tamaki, catering for students from Year 9 to 13. The school has a roll of approximately 1696 students. All main buildings in relation to Ministry property are relatively new. The overarching issues is that the buildings leak regularly, some leaks only occur occasionally. The most common faults causing leaks are primarily due to the failed fixings, flashings and membrane gutters. The purpose of this procurement is to provide design services to provide the design solution for the remediation to the weathertightness defects and deficiencies.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23057465,Request for Tenders,Closed Competition,Classrooms renovations Kohia Terrace School,,20200819,20200915,20201116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Classrooms renovations Kohia Terrace School,Awarded,"Six tenders received, many tags from each, final selection came down to two contenders, total costs including allowance for variations included evaluation.",612696,20250410 Ministry of Education - School Infrastructure,23058881,Request for Proposals,Open Competition,Relocation of Contents of Tower Block for Wellington Girls College (the School) RFP,,20200804,20200831,20200928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Relocation of Contents of Tower Block for Wellington Girls College. Wellington Girls College has had recently identified medium term seismic risks. Due to this, the Tower building is being vacated of all staff and students, and they will be relocated into temporary buildings. The contents of five floors of classrooms, office and mixed use/chemical storage space will need to be moved across the school to a Temporary village of modular buildings and Portacoms. -? 20 offices will be moved into two Portacoms in two different locations within the school; -? Chemical storage space and prep area will require the transport of chemicals from tower block to new modular chemical storage area and prep space; -? Science classrooms including specialist equipment to be packed and transported from tower block to 8 new modular classrooms; -? General teaching space and equipment to be moved from tower block into 6 modular and 1 portacom classrooms. All moving will need to be well coordinated to be completed within school holidays while the school site is empty of students, and taking into account that there are only 2 elevators within the 6 storey tower block. The outcome for these Contract Services is the successful relocation and delivery of Wellington Girls Colleges assets (contents) from Tower Block to the Temporary Village.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23062174,Request for Tenders,Closed Competition,Main Contractor for the Administration Refurbishment at Sir Douglas Bader Intermediate School,,20200805,20200825,20201119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Sir Douglas Bader Intermediate School Board of Trustees are seeking a Main Contractor for the Administration Refurbishment project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23062534,Request for Tenders,Open Competition,"Design, Supply and Installation of a New Permanent Outdoor Shade Structure at Mangawhai Beach School",,20200806,20200909,20210202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Mangawhai Beach School seek the services of a suitably qualified contractor to design, supply and install a permanent outdoor shade structure",Awarded,The winning tenderer was awarded this contract due to providing the best proposed solution and price and for the proven reputation and workmanship of the company.,439800,20250410 Ministry of Education - School Infrastructure,23063243,Request for Tenders,Open Competition,Heating and Cooling contractor for the installation of a heating and cooling system at Whakatane High School,222122,20200805,20200828,20200929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"To provide heating and cooling across the school with the installation of 57 Heat Pump systems across classrooms and work spaces where none have been installed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23064693,Request for Tenders,Closed Competition,Waituna Creek School: SIP 1: ILE Classroom Modifications & Toilet Refurbishment,3579-18-01,20200806,20200827,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23069524,Request for Tenders,Closed Competition,Waitakiri Primary School: SIP / LS: New Storage & Internal Alterations,685-20-01,20200806,20200826,20201130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23070287,Request for Tenders,Open Competition,Main Contractor for Toilet Refurbishments at Nelson College for Girls,,20200807,20200907,20200921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tenders must be uploaded on GETS,"Nelson College for Girls are seeking to refurbish the main toilets and bathrooms in the school to bring finishes, layouts, ventilation and amenity up to current standards. Documents are currently with council for building consent and works are scheduled to commence by 1 October 2020 and extend, staged through to March 2021.",Awarded,"Good Morning Brian, This award notice is to appoint IMB Construction as Preferred Contractor. I will be in touch to work through cost savings required to meet the project budget. Regards, Jon",0,20250410 Ministry of Education - School Infrastructure,23073747,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE at Meadowbank School,,20200810,20200902,20201217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Meadowbank School is looking for a Main Contractor for the ILE upgrade of Block 2 (Theo Lynds). Works include removal of toilets and combining lobby space to convert into new media room; partially demolish walls and install glazed sliding doors between teaching spaces, creation of break out spaces, installation of new LED lights, new ceiling tiles, new carpet tiles and new acoustic-rated wall linings. An outdoor deck will also be installed in the south elevation of the building.",Awarded,"exceeded expectations for proposed solution, capability and confirmed capacity; competitive pricing",0,20250410 Ministry of Education - School Infrastructure,23074479,Request for Tenders,Open Competition,Main Contractor for SIPS Fencing Works at Viscount School,,20200807,20200902,20201119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Viscount School Board of Trustees are seeking a Main Contractor for the SIPS Fencing Works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23074821,Request for Tenders,Closed Competition,Amuri Area School: Infrastructure - Hardstand Replacement,308-20-04,20200807,20200827,20201006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23075555,Request for Tenders,Open Competition,Main Contractor for Classroom and Services Upgrades at Russell School,G814,20200807,20200910,20210111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,It is intended that the value of the contract resulting from this tender will be within $250 - $500K.,0,20250410 Ministry of Education - School Infrastructure,23082753,Request for Quotations,Closed Competition,Breens Intermediate - Relocatables Stage II - Main Contractor,,20200810,20200908,20201207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,2264873,20250410 Ministry of Education - School Infrastructure,23088888,Request for Tenders,Closed Competition,Main Contractor for Netball Court Repairs at Opononi Area School,,20200811,20200828,20201114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"As per the schools 5YA, this project will deliver repairs and fence installation to the Netball Court",Awarded,This contract is intended to be awarded in the $100000-$250000 bracket,100000,20250410 Ministry of Education - School Infrastructure,23093108,Request for Tenders,Closed Competition,Karetu School - 1 Roll Growth Teaching Space - Main Contractor,MOE07822,20200811,20200901,20201028,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Karetu School is a decile 2, full primary school situated 15km from the heart of Bay of Islands and 64km north of Whangarei. The school caters for students from Karetu Valley, Waikino Peninsula, Pakaru Road and the nearby towns of Kawakawa and Moerewa. In July 2019, Karetu School was considered as part of the B19 roll growth allocation for Northern Region with one additional classroom. This Request for Tenders (RFT) issued by the Ministry of Education (The Ministry/Principal to the Contract) is a closed invitation to submit a Tender for the Main Contractor appointment at Karetu School for the 1x Roll Growth Teaching Space project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23093496,Request for Tenders,Closed Competition,CW2020-002 Wainuiomata High School (the School) Major Redevelopment Main Contract Works - Request for Tenders (RFT),MOE08985,20200812,20200923,20210303,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking a main contractor to provide construction services for a major redevelopment project at Wainuiomata High School (the School). Wainuiomata High School is a state, secondary school catering for year 9 to 13 students with a roll of approximately 572 (March 2020). The school is suffering from a range of age and condition related building issues, as well as seeing a declining student roll. In 2017 the Ministry approved funding to enable the comprehensive redevelopment project in order to address a range of weathertighness failure and seismic related property issues. A school master plan was completed in 2018 which recommended a comprehensive redevelopment project that would see the majority of the school buildings being refurbished and/or replaced. High level summary of the required works involves: - Demolition of 6,932m? of buildings and covered walkways. - New build of 4,772m? including general and specialist teaching spaces. - Remediation/Refurbishment (inc seismic strengthening and weathertightness remediation) of 3,456m? of buildings. - Site wide landscaping. A main contractor with well-established key sub-contractor network and delivery track record is required for the construction project. It is envisaged that the construction will begin in in December 2020, with construction with works to be completed by December 2023. For further information, please see the attached tender documentation. An Excel version of the Schedule of Quantities will be released via NTT shortly. The Ministry will advise tenderers of any changes to dates as a result of COVID-19. Please note any questions or site visit registrations must be sent via the GETS Q&A function.",Awarded,This tender has been awarded to Naylor Love Wellington Limited ($25M - $50M),0,20250410 Ministry of Education - School Infrastructure,23099795,Request for Tenders,Open Competition,Main Contractor - Kaipaki School - Block A ILE Upgrade RFT,1161,20200817,20200909,20201126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Kaipaki School are seeking tenders from suitable qualified main contractors for the ILE upgrade to Block A. The project involves minor internal alteration and upgrade work to a classroom and adjacent wet area space. The work must happen over the Christmas holidays (18/12/20 - 5/2/21). Please see attached files for more detail.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23100661,Request for Tenders,Closed Competition,Harewood School - CSR Redevelopment - Main Contractor,,20200817,20201009,20210622,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication through GETS,The Ministry of Education require a Main Contractor for redevelopment works detailed within the RFT documents.,Awarded,,2438464,20250410 Ministry of Education - School Infrastructure,23101556,Request for Tenders,Open Competition,Main Building Contractor for Freyberg High School Block E ILE,,20200812,20200922,20201113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Freyberg High School BOT are seeking a Main Contractor to complete the construction works for an ILE upgrade to 11 teaching spaces in Block E.,Awarded,The contract was awarded to Lee Builders Maintenance and will start on 16/11/2020. The term of this contract is one year.,979754,20250410 Ministry of Education - School Infrastructure,23101758,Request for Tenders,Closed Competition,"CW2020-021 Ridgway School (the School) Major Redevelopment Project New 2-storey teaching Block, and Demolition of Blocks A, C & F",,20200812,20200916,20210201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Ridgway School (the Contract Works). Ridgway School is undertaking a staged redevelopment programme that addresses building condition requirements at the school. The intention of this procurement is to source a suitably capable Main Contractor to undertake the following high level description of works; a) Demolition works of Blocks A, C & F. Asbestos materials to blocks C & F will be removed by others prior to the contract start date to allow immediate demolition by the main contractor. Asbestos removal will be required for Block A demolition which takes place in separable portion 2. b) Construction of a New 2-storey 9 teaching space Block c) Site works including landscaping The work is required to be staged, with two separable portions. Separable portion 1 will consist of the demolition of Blocks C & F, followed by construction of the new 2-storey teaching Block. Once the new teaching Block has been handed over to the school, decant of Block A can occur, followed by Separable portion 2 consisting of demolition of Block A and remaining site works including landscaping. Please refer to attachments for more information.",Awarded,Price Band($5M - $10M),0,20250410 Ministry of Education - School Infrastructure,23103813,Request for Proposals,Closed Competition,"CW2020-040a QS Services Eskdale, Riverdale, Tiaho School(s)",CW2020-040a/ MOE08402,20200813,20200903,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Bundle 040a Quantity Surveyor Services (the Services). Full information is provided in the RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23105850,Request for Tenders,Closed Competition,Main Contractor for Junior and or Senior Campus Boiler Replacements at James Hargest College,19-074,20200814,20200904,20201006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The James Hargest College Board Of Trustees is please to invite the successful respondents of the (open) ROI stage to complete RFT tender submissions for the replacement of the junior and or senior campus boilers at James Hargest College. Tender submissions will be considered for either campus, or both campuses, but Tenderers must fully demonstrate how they can sucessfully meet a construction program to deliver and commission the boiler replacements in time for the 2021 heating season.",Awarded,"The James Hargest College Board Of Trustees has accepted the following tender submissions: 1. Junior Campus Boiler Replacement - Pioneer Energy Ltd 2. Senior Campus Boiler Replacement - Henderson Construction Ltd",0,20250410 Ministry of Education - School Infrastructure,23106296,Request for Proposals,Closed Competition,"CW2020-040b QS Services Tamatea, Hasting Boys, Tongariro School(s)",CW2020-040b / MOE08402,20200813,20200903,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Bundle 040a Quantity Surveyor Services (the Services). Full information is provided in the RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23106307,Request for Tenders,Closed Competition,"Main Building Contractor for Block 3 ILE/Upgrade Works at Henderson Intermediate School, Henderson, West Auckland",,20200813,20200903,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Block 3 ILE project involves ILE/Upgrade Works to Classrooms 7-10, converting the existing associated toilet blocks/cloakbays to withdrawal/remedial areas plus a shared learning and wet area breakout space and glass sliding doors between each of the existing teaching spaces which will provide visibility. There will also be the addition of an extra teaching space to utilise the building platform in-fill between the existing toilet/cloakbays, once the existing small storage facility is removed. The old switchboard requires upgrading. New Roofing and flashings required to existing block and project to include full weather protection including any engineering design required for the support structure for the duration of the roof replacement. ASBESTOS: The Asbestos survey has identified where asbestos is present in the contract areas. This will need management plan. Fire + Security: Fire Alarm is extended to cover all buildings for evacuation and detection these being: Rooms 7-10 and at the same time the converted dental clinic Block 7 when the Block 3 Rooms 7 to 10 has the system extended to it plus Blocks 10+11 being classrooms 17,18,19 +20",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23106467,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 2, 3, 4 - Refurbish Classrooms at Johnsonville School, Wellington",5289,20200814,20200910,20201221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The project is to replace linings and finishes damaged due to leaks associated with failed roofing and windows in various blocks. The extent of work in Block 2 has been extended to fully refurbish the classrooms. Timber windows and glazing will be replaced in two buildings with aluminium double glazed units and carpet will be replaced in three buildings. The refurbishment will address DQLS work including for acoustic ceilings, LED lighting, internal glazing for flexible teaching, carpet/vinyl flooring, pinboard wall finishes, supply and fit of some joinery. Fire detection systems will be replaced site wide. All scaffolding and access systems will be included by the contractor. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Construct Wellington, starting 14.12.20 with anticipated completion 30.06.21.",609495,20250410 Ministry of Education - School Infrastructure,23107034,Request for Tenders,Closed Competition,Thorrington School CSR Main Contractor RFT,,20200813,20200828,20201207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Not Awarded,Price significantly over budget. Negotiation unable to reach agreement.,0,20250410 Ministry of Education - School Infrastructure,23107250,Request for Tenders,Closed Competition,Main Building Contractor for Boiler Replacement and Boiler Reticulation Upgrade at Mountainview High School - Timaru - Biomass,,20200814,20200911,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Buyer is seeking Main Contractor Services for the replacement of existing coal powered boiler plant with new Biomass powered boiler plant at Mountainview High School. This will also include localised upgrades and repairs to the existing boiler reticulation system site wide and electrical distribution board. Modifications to the existing plant room will be required which will involve demolition works, roof coverings, building extension and structural modification.",Awarded,The contract was awarded to Pioneer Energy and will start February 202.,984880,20250410 Ministry of Education - School Infrastructure,23108199,Request for Tenders,Closed Competition,Main Contractor for Roof & Wall Cladding Replacement & Compliance Upgrade at Southland Boys' High School,18-105,20200828,20200923,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"the Southland Boys' High School Board Of Trustees would like to invite the successful respondents of the (open) ROI submissions to submit (closed) RFT tender proposals for the roof and wall cladding replacements, compliance upgrade and miscellaneous works at Southland Boys' High School. Tenderers are requested to demonstrate a clear understanding on how both safety for staff, students and visitors will be maintained at building egresses when working above, as well as weather protection measures to be undertaken during the cladding replacements.",Awarded,The SBHS BoT would like to accept your revised tender submission offer submitted during post tender negotiations and look forward to working with you to complete a successful project.,0,20250410 Ministry of Education - School Infrastructure,23108861,Request for Tenders,Open Competition,Motueka High School- Construction of Pool Changing Rooms,,20200817,20201016,20210314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The existing pool toilets and changing rooms are not up to current MOE standards and requirements of the school. The awarded contractor is to have the exiting building demolished and cleared for the construction of the new building as per the design and specification attached. The project is to carried out in a methodology and staged sequence to ensure the risk areas are addressed first. This will require a contractor to work closely with the school and project manager in meeting the time frames set, able to co ornate work and sub trades effectively to keep within the budget. The time frame for this project is to be phased over a 22 weeks period to fall within the school terms and school holidays.",Awarded,Please be advised you have won this tender we will be in touch for a start up Meeting.,0,20250410 Ministry of Education - School Infrastructure,23111192,Request for Tenders,Closed Competition,RFT for the Redevelopment at Isleworth School,,20200817,20201016,20201223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry requires a Main Contractor to undertake the redevelopment works at Isleworth School. The contractor would start the construction of the new multipurpose hall to be completed by mid-May 2021 Block 3 (6 teaching spaces) will be decanted into the new multipurpose hall and block 4 (old hall). Block 3 refurbishment work to start. This work is to be completed by the 1st week of September 2021 (3.5 Month) Block 1 & 2 (3 teaching spaces each) gets decanted into the new multipurpose hall and block 4. The contractor can start the refurbishment work of Block 1 & 2. The work is to be completed by December 2021 (4.0 month). The demolition of Block 4 (Old Hall), reinstatement of the school entry to be completed by 20/1/2022 (1 Month) This project forms part of the on-going Christchurch Rebuild Programme and this project is planned to complete before the beginning of Term 3 2021. Included in the tender information is a detailed phasing plan. The school will remain operational throughout the construction programme and every effort has been made to accommodate decanting of teaching spaces and infrastructure to allow the school to function throughout. Please see tender documents attached for further information.",Awarded,It is intended that the value of the contract resulting from this tender will be within $1M - $5M,0,20250410 Ministry of Education - School Infrastructure,23116663,Request for Tenders,Closed Competition,"CW2020-091 Greenmeadows_Eskdale ""truck & trailer"" RFT",CW2020-091/MOE8401,20200814,20200917,20210517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Greenmeadows (the School) Demo and Rebuild works (the Contract Works). The project scope includes, i. A new 4 x teaching block (B1) to be constructed along the southern boundary to provide 2 new roll growth classrooms and 2 x replacement classrooms to compensate for the two repurposed in Block A. ii. Block A was amended to include a new 260 m? administration wing new staffroom, meeting rooms and office area iii. A new 400m? hall built as a separate structure which provides a bookend for a more central school entry iv. Project completion date 01 December 2022",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23118711,Request for Tenders,Closed Competition,Golden Bay High School and Collingwood Area School Redevelopment Projects - Early Contractor Involvement and Construction Services,,20200817,20200911,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,23118991,Request for Tenders,Open Competition,Rangitoto College Toilets Refurbishment,,20200817,20200911,20201130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Refurbishment of 8 toilet facilities at Rangitoto College. This includes (but is not limited to): replacement of plumbing facilities, flooring, lighting, wall linings, ceilings, toilet partitions, installation of hot water supply etc.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23120571,Request for Tenders,Closed Competition,Main Contractor for Synthetic Turf Development at Southland Boys' High School,20-009,20200818,20200908,20200924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Southland Boys' High School Board Of Trustees is pleased to invite the successful ROI respondents to provide price proposals for the (closed ) RFT submissions. They are looking for ""design build"" complete proposal to provide the end criteria as outlined. Tenderers are encouraged to detail the technical specs to the various items to ensure a clear understanding of each proposal is obtained for the purposes of evaluation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23121609,Request for Tenders,Closed Competition,Main Contractor - Block F Upgrade - Te Awamutu College - RFT,1183,20200819,20200908,20201117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the 2nd closed RFT stage of this procurement. Only invited tenderers will be able to see this RFx.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23121881,Request for Tenders,Open Competition,"Main Building Contractor for classroom, office and toilet upgrade, canopy installation and roofing repair project at Portland School",,20200819,20200914,20210113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"5 Year Agreement (5YA) at Portland School: Uplift, remove and replace carpet and vinyl to classrooms 1-4, resource rooms, corridors, bag bays and administration block Remove and replace all lighting in classrooms 1-4, resource room, corridors, bag bays and administration block Install acoustic wall linings above dado rail in corridor outside classrooms 1 and 2, above dado rail in corridor in administration block and to walls in classroom 4 Upgrade switchboards and replace old power points throughout the school where required Replace heat pumps to classrooms 1 and 2 Upgrade students toilet block Supply and install Archgola awning outside classrooms 3 and 4 Roofing repairs as per the attached roof report Learning Support Coordinator (LSC) at Portland School: Convert existing resource room between classrooms 3 and 4 into an LSC office space Timing: Project start date to be the Christmas school holidays 2020/2021 (subject to Ministry of Education approval).",Awarded,The contract was awarded to Plumbing and Heating Centre Limited and will start on 21/12/2020. The term of this contract is 3 months.,177053,20250410 Ministry of Education - School Infrastructure,23123767,Request for Tenders,Closed Competition,CW2020-040 TKKM Te Wananga Whare Tapere o Takitimu Design and Build Services,CW2020-040 / MOE07874,20200817,20200916,20210517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for TKKM Te Wananga Whare Tapere o Takitimu Design and Build Services (the D&B Services). Please reference the attached materials and RFT for more information",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23128167,Request for Proposals,Closed Competition,Parakai School - Quantity Surveyor Services,MOE09410,20200818,20200910,20210217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All responses must be uploaded on GETS,"i. Parakai School is a decile 3 school with a roll of 199 students as of March 2020. The school has been on the existing site since the 1950s. The site is approx. 300m from the local hot pools and is approx. 2ha. Weathertightness issues with the multi-purpose hall and 3 classrooms were identified in 2013 by the BIP programme. The assessment at the time was that a replacement would be the most optimal solution. Condition issues with 2 additional classrooms were identified by the school in 2018. The redevelopment was planned to build a two storey 8 classroom equivalent block and to replace the multi-purpose hall in a separate block. However, ground conditions have proven to be so poor that it is not possible to build two stories on the site. The redevelopment has now evolved to a single storey classroom block, a multipurpose hall and adjoining library block. To accommodate the geotech findings and site hydrology requirements all buildings will have shallow foundations and a light-weight structure and sit on a 1.2m platform. ii. Project completion is estimated to be approx. mid-late 2023 with the subsequent 12 month defects period. iii. The scope of this procurement is to provide full QS services for the entirety of the project from the Preliminary Design stage onwards.",Awarded,,92000,20250410 Ministry of Education - School Infrastructure,23134112,Request for Tenders,Open Competition,Main Building Contractor Site Shade Structure Design and Build -Clearview School Canterbury,,20200820,20200914,20201030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) is an invitation to suitably qualified Main Contractor to submit a Tender for Site Shade Structure Design and Build at Clearview School Rolleston,Awarded,"The contract was awarded to Shade Systems and will start November 2020, the term of this contract is 6 Months",441960,20250410 Ministry of Education - School Infrastructure,23135516,Request for Tenders,Closed Competition,Main Contractor for Site: Fire Alarm Upgrade at Otahuhu College,,20200819,20200911,20210722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otahuhu College Board of Trustees are seeking a Main Contractor for the Site: Fire Alarm Upgrade,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23141067,Request for Tenders,Closed Competition,Main Contractor for Heat Pump Project at Point Chevalier School,,20200828,20200922,20201209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This project is to install heat pump into classrooms and spaces that do not currently have units installed. The school has an adequate electrical supply for the additional heat pumps but multiple distribution boards will need upgrading. SITE VISIT: Please email to arrange a time for a site visit. Please supply names, contact details of persons attending and confirm the following: You have not had any symptoms associated with COVID-19 You do not have COVID-19 nor are awaiting the results from being tested You have not been in contact with any known or suspected cases of COVID-19 in the past 14 days You have not returned, or been in contact with anyone else who has returned from overseas in the past 14 days",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23141521,Request for Tenders,Closed Competition,Main Contractor for Court Resurfacing at Whangaroa College,,20200821,20200911,20201114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: Court re-surfacing The Contractor will be engaged through a Minor Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. See Tender Documents for further information.",Awarded,This contract is intended to be awarded in the $100000-$250000 bracket,100000,20250410 Ministry of Education - School Infrastructure,23141650,Request for Tenders,Closed Competition,Main Contractor for the Site: Security Upgrade at Otahuhu College,,20200820,20200914,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otahuhu College Board of Trustees are seeking a Main Contractor for the Site Security Upgrade project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23143397,Request for Tenders,Open Competition,Aoraki Mt Cook School New Teaching Space Block,,20200824,20200916,20201105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Aoraki Mount Cook School Board of Trustees are seeking a Main Contractor for the Construction of the new classroom block as per the BoT approved design. Asbestos removal of the external cladding and around the electrical switchboards (refer to asbestos report). Demolition of the existing school administration and teaching space including the small storage shed. Demolition will be undertaken at the completion of the new build as the school will need this space to occupy whilst the new build is constructed. New hard-court surfaces, soft landscaping, and pool fencing Provision should be made to provide, maintain and alter all services that may be affected by the new classrooms, telephone cabling, data cabling and outlets, electricity supply and outlets, plumbing and drainage services, fire detection and alarms, security detection and alarms and all associated works. It is important to note that the works are within a National Park and therefore additional requirements are required over and above the normal council consent requirements. Please refer to the specification for the Department of Conservation (DOC) requirements. The tendered price needs to allow for the DoC requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23147228,Request for Tenders,Open Competition,Opoho School - Boiler Replacement,3790.20.06,20200824,20200916,20201009,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"To supply a new Wood Chip Boiler and Fuel Supply System, installed and commissioned at Opoho Primary School, including the construction of a new fuel store and any modifications required to the existing boiler house. The tender price is to include the necessary fuel costs for testing and commissioning. Also included for the principals consideration shall be the cost of a maintenance contract and a fixed GJ rate for fuel, for a 24-month period following the handover of the new boiler system. The School reserves the right to decline any maintenance or fuel agreement offered",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23147633,Request for Tenders,Open Competition,Mornington School - 2: ILE Upgrade,3776.19.02,20200825,20200917,20201007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Contract Works required are: i. Remove existing single glazed aluminium windows ii. Supply and install replacement double glazed aluminium windows iii. Remove existing carpet and vinyl floor coverings iv. Supply and install replacement carpet tiles and vinyl v. Remove existing Autex wall linings vi. Supply and install replacement Autex wall linings vii. Supply and install additional storage through new whiteboard units",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23147790,Request for Tenders,Open Competition,Springdale AMS&5YA Combined B: ILE Upgrade and ANC1&ANC3 Toilet Upgrade,6115,20200824,20200916,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope: B: Block: Replacement of floor & wall coverings in existing classrooms, Demolish existing toilets and build 2x new toilets with covered roof to adjoining classroom block (including hot water supply to hand basins). A: Block: Strip out existing toilet and build 3X new toilets with covered roof to adjoining classroom block including a DWC (hot water supply to hand basins.) Provide a resource space in balance of area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23148217,Request for Tenders,Open Competition,Main Building Contractor for Block C Remodel at Whanganui High School,02-003-010,20200826,20200918,20201117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Block C Remodel project at Whanganui High School.,Awarded,,743843,20250410 Ministry of Education - School Infrastructure,23150815,Request for Proposals,Open Competition,Administration Services for Retirement Savings Scheme and Employer Contributions,MOE08720,20200824,20200925,20201106,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education (the Ministry) (the Buyer) is seeking proposals from suitable suppliers who have the capacity and capability to provide end to end Administration for the: 1. State Sector Retirement Savings Scheme (SSRSS), 2. KiwiSaver Compulsory Employer Contributions (CEC) and 3. Employer Superannuation Contribution Tax (ESCT) We seek a suppliers that can stay up-to-date with legislative changes that may impact the operation of ESCT and, in the case of KiwiSaver, Compulsory Employer Contributions (CEC) issues and changes.",Awarded,,203500,20250410 Ministry of Education - School Infrastructure,23160116,Request for Proposals,Open Competition,"CW2020-036 Bulk & Location / Concept, Lead Design Services Kura(s)",CW2020-036/MOE08399,20200825,20200918,20201208,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Kuras Bay of Plenty, East Cape; Bulk & Location/Concept and Lead Design Services (the Services) This bundle seeks to coordinate within the regions the need for Kuras as key stakeholders within the procurement, evaluation and selection process for Capital Works funded projects. Below are the individual Kuras which are offered to the market, on which suppliers can bid for Mauao (Kura 1), or the two in the East Cape Whangaparaoa and Tawhiti (Kura 2A/2B). Tenderers can only bid on; Kura 1: Te Wharekura o Mauao Kura 2A: TKMM o Whangaparoa Kura 2B: TKKM o Kawakawa mai Tawhiti Both Kura 2A and 2B The Ministry will run the procurement's concurrently so that the Designers can start at the same time. More information is contained in the RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23160474,Request for Tenders,Closed Competition,CW2020-106 Spotswood College (the School) Pool Changing Room ReRoof Main Contractor,MOE09407,20200826,20200915,20201119,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (The MInistry/Principal to the Contract) is an invitation to Contractors to submit a Tender for CW2020-106 Spotswood College - Pool Changing Room ReRoof - Main Contractor. The roof of the swimming pool changing room(s) at Spotswood College (New Plymouth) has been identified as requiring replacement. The existing structure consists of a flat membrane roof which is to be replaced with a pitched metal roof. The intention of this procurement is to source a capable Main Contractor to undertake the following Contract Works: i. The removal of the existing membrane roofing to the swimming pool changing rooms; ii. The repair / replacement of the existing plywood sarking; iii. New timber trussed roof structure and associated framing; iv. New membrane lined internal gutter and new downpipes; v. New longrun metal roof (165m2) and associated wall cladding; vi. New galvanised steel poles for fixing of future sun shades. Please refer to the attachments for more information. Details of a site visit are yet to be confirmed, details will be issued via an NTT when they become available. Please ask questions through the GETS Q&A function only.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,23160990,Request for Tenders,Open Competition,"RFT - Main Building Contractor - Pool Facility Upgrade at Newtown School, Wellington",4523,20200827,20200921,20201215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Newtown School is a central city campus on a constrained site with limited recreational space. This project is to upgrade the schools existing pool facility with a focus on structural strengthening and removal of seismic at risk elements. The pool facility was originally constructed in 1942 as an open air complex, in the late 1970s the existing structure was erected to enclose the pool. The steel structure has suffered from corrosion to critical members and some of the concrete block walls added lacked reinforcing. The work proposed is stage one of a phased approach to fully refurbish the facility and will include this time remedial work to structural steel elements, removal of non compliant concrete block walls, replacement of the metal roof with an insulated panel system, replacement of the concrete floor about the pool and erection of part external walls. Some internal work will be undertaken to the change rooms and disabled toilet along with replacement of electrical and fire detection. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Newtown School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Watts & Hughes Construction, start 05.01.20 anticipated completion date 31.05.21.",374807,20250410 Ministry of Education - School Infrastructure,23164763,Request for Tenders,Open Competition,Main Building Contractor for Block 1 & 3 Alterations & Refurbishment at Brunswick School,Brunswick School,20200826,20200929,20210609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Brunswick School are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Blocks 1 & 3. The Contract Works required are: This work involves the modernisation of a computer suite and classrooms, and construction of an exterior covered area (deck). There will be supply and installation of internal and external joinery and minor demolition of internal and external walls. This work is consentable work so is dependent on the issuing of a building consent. Contractors must visit site. All tender documentation and necessary information attached. Start dates will be discussed with the successfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,237681,20250410 Ministry of Education - School Infrastructure,23168629,Request for Tenders,Closed Competition,"Main Contractor for Reroofing Blocks 1,2,3 & 5 at Upper Hutt School",,20200828,20201005,20210209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23170788,Request for Tenders,Open Competition,Main Contractor for Block TS and E Reroofing at Sir Edmund Hillary Collegiate,,20200827,20200921,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Sir Edmund Hillary Collegiate Board of Trustees are seeking a Main Contractor for the Block TS and E Reroofing works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23175219,Request for Proposals,Open Competition,Emergency Response Coordinators,MOE08320,20200901,20200928,20210114,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education (the Ministry) (the Buyer) is seeking emergency response coordinator services. The objective of the RFP is to identify a supplier to carry out emergency response services for each of the 4 Service Delivery regions (Northern, Central North, Central South, and Southern) that will provide value for money to the Ministry and ensure that the associated risks are adequately managed. The primary purpose of this procurement activity is to provide assistance and advice to the Ministry, Schools and Board of Trustees for emergencies. This includes making the site safe and secure and to mitigate any further property damage or health and safety issues. Each potential Supplier can submit a proposal for one or multiple regions. They must clearly state the region and submit region-specific non-price criteria and price information. Please indicate if you intend to respond to this tender and for what region via the question area within GETS by 4pm 11th September 2020. Not responding does not preclude your response from being evaluated but provides the evaluation team with an estimate of regional coverage.",Awarded,,794000,20250410 Ministry of Education - School Infrastructure,23176060,Request for Tenders,Closed Competition,Design & Build Contractor for Multiple Canopy Projects at Various Northland Schools,,20200828,20200918,20201117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This tender is for multiple canopies at multiple sites in Northland & Auckland Maunu School Paparore School Kamo Primary School Kaurihohore School Whangarei Girls High School Murrays Bay School These projects will be evaluated and awarded individually so a separate proposal for each school is required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23176747,Request for Tenders,Closed Competition,Main Contractor for Boundary Fence Matauri Bay,,20200828,20200918,20201016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: The supply and Installation of a boundary fence and all the groundworks including: Removal and disposal of the existing fence Concrete wall demolition and rubbish removal Supply and installation of new steel hot dipped galvanised and epoxy powder coated panel fencing, 1800H The posts are to be 75x75mm Supply and installation of new vehicle and pedestrian gates as detailed on the attached plan o 1x manual vehicle sliding gate custom made size to fit in the area and width of the road with padlock locking (fitted to schools master key) o 2x pedestrian gates ? 1x located next to the vehicle gate, with Magna pool lock fitted with schools master key ? 1x accessing the field, with Magna pool lock fitted with schools master key o 1x swing vehicle gate providing access to the school field, with padlock locking (fitted to schools master key) o 1x swing vehicle gate providing access to the schoolhouse, with padlock locking (fitted to schools master key) Tree trimming Services location Storage container or local storage to store materials",Awarded,This contract is intended to be awarded in the $250-500K bracket,250000,20250410 Ministry of Education - School Infrastructure,23177057,Request for Tenders,Open Competition,Main Contractor for Social Sciences ILE Upgrades at Nelson College for Girls,,20200828,20200928,20201013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"Good Morning Brian, This award notice is to appoint IMB Construction as Preferred Contractor. A contract sum is yet to be confirmed and will follow a cost savings process. Regards, Jon",0,20250410 Ministry of Education - School Infrastructure,23189256,Request for Tenders,Closed Competition,"Closed Tender : Main-Contractors - New Exterior Canopy Structures for Botany Downs School, Sth Auckland",227550025,20200901,20200922,20210216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"CLOSED TENDER : Main Building Contractors Tender is sort for the tender of the SIP : Exterior Canopies project, at Botany Downs Primary School, South Auckland. Scope of Works : 3x New Design & Build Canopy Structures : As per Scope of Works attached : ................................................................................................... All procedures to comply with MoE property procurement policy legislation.",Awarded,Most competitive submission.,224010,20250410 Ministry of Education - School Infrastructure,23190793,Request for Quotations,Closed Competition,Northcote School (CSR) Project Management and Engineer to Contract Services,,20200828,20200918,20201207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Scope of work: Completion of Stage 1 of masterplan: remodelling of Block 1 and 2 including verandah and covered outdoor deck, new roof, partial recladding and upgrade of services (electrical and civil) Partial completion of Stage 2 of masterplan: demolition of Block 3 and making good of the area with grass Partial completion of Stage 3 of masterplan: Light refurbishment of Block 4 (set budget of $93,000 for works) Weathertightness remediation of the Admin Block (Block 1A)",Awarded,,88840,20250410 Ministry of Education - School Infrastructure,23196224,Request for Tenders,Closed Competition,"Access Modifications for three Northland Schools Oturu, Moerewa & Kaikohe West (the Schools)",MOE09567,20200831,20200911,20210303,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23197521,Request for Tenders,Open Competition,Hororata School Two New Teaching Space Block,,20200904,20200930,20201104,,Sole Agency,No,All responses must be uploaded on GETS,"A new two classroom block is to be constructed. The new block will be approximately 220m2 and include new toilets, kitchen, meeting room and breakout spaces. Construction of the new classroom block will be as per the BoT approved design. Provision should be made to provide, maintain and alter all services that may be affected by the new classrooms, telephone cabling, data cabling and outlets, electricity supply and outlets, plumbing and drainage services, fire detection and alarms, security detection and alarms etc.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23197597,Request for Tenders,Open Competition,Main Building Contractor for the Refurbishment of Three Classrooms at Matapu School,,20200828,20200924,20210224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Matapu School are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the ILE upgrade project. The project comprises of an internal reconfiguration of Block A. This involves opening of teaching spaces with new sliding doors, breakout spaces, carpet and Autex wall linings and connection to a new outdoor learning area.",Awarded,The contract was awarded to Livingstone Building and will start on 06/12/2020. The term of this contract is for 3-4months.,282046,20250410 Ministry of Education - School Infrastructure,23200775,Request for Proposals,Closed Competition,Northcote School (CSR) Lead Design Services,,20200831,20200918,20201207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,353500,20250410 Ministry of Education - School Infrastructure,23204999,Request for Proposals,Open Competition,Main Contractor for Outdoor Learning Areas at TKKM o Whakarewa,217399,20200901,20200924,20210114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The project comprises the construction of two outdoor learning/breakout spaces together with exterior envelope replacements. Work is to be undertaken in the Dec/Jan school holidays,Awarded,"Awarded 3/12/20, start date of 16/12/20 with intended completion 5/2/20",0,20250410 Ministry of Education - School Infrastructure,23206019,Request for Tenders,Closed Competition,RFT Main Contractor for Boundary Fence at Kaitaia College,,20200903,20200924,20201130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required are: i. Supply and installation of approx. 588lm of new aluminium panel fence ii. Assure Heavy Duty 1800H iii. Supply and installation of new vehicle and pedestrian gates iv. Installation of mowing strip",Awarded,This contract is intended to be awarded in the $250-$500K bracket,250000,20250410 Ministry of Education - School Infrastructure,23206128,Request for Tenders,Open Competition,"Main Contractor for B Block Upgrade at Otamatea High School, Maungaturoto.",10/11/2010,20200902,20201002,20210202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Not applicable,"This procurement seeks to secure the services of a suitably experienced and qualified main construction contractor to undertake the construction of proposed roof structural modifications and interior upgrades at Otamatea High School. The Contract Works include internal and external alteration work to one existing School building (Block B). The alteration work required generally includes the following: Re-pitch and reroof the two primary forms of the building: Library & B2; and Teaching Spaces B3,B4,B5. Removal of redundant radiators and associated pipework throughout the block. Partial demolition and rebuild of central connecting space between the two main forms, including revised internal layout and new toilets - each with individual access. Interior upgrades throughout the existing teaching spaces and library including: new floor and wall finishes; new acoustic ceilings to Library and B4 (including removal and reinstatement of existing LED light fittings), complete interior repaint throughout; new library shelving; new sliding whiteboard units, library reception counter and office joinery units; and new data and electrical connections including new projector screens, audio speakers and HDMI connections for data projectors in the teaching spaces and Library. The building fire alarm system is to be upgraded to a type 4 system & connected to the M Block control panel, and new emergency exit signage and emergency lighting is to be installed. New exterior channel drainage and new paving to extent required to enable accessible entry to the block and to the new toilets. Removal of redundant radiator mains pipework back to existing walkway, and make-good to exterior east wall of Library. Provision of new Aluminium exterior double doors to teaching spaces B3,B4,B5",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23209499,Request for Tenders,Open Competition,Main Building Contractor for Admin (Staff Room) Extension Project at Opaheke School,1-46329.00 (MoE 222517),20201001,20201027,20210112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Opaheke School (the Buyer) is seeking a main building contractor for their Admin (Staff Room) extension as defined in this RFT at Opaheke School (the School), Papakura, Auckland. The extension build work is to be carried out during the period November to February 2021. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Construction is expected to start in mid-November 2020 during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Not Awarded,Tender awarded.,0,20250410 Ministry of Education - School Infrastructure,23217757,Request for Tenders,Open Competition,Coroglen Prmary School: A: AMS & ILE,5856,20200904,20200930,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"A Block: As per trade report, the school has substandard switchboards and linking sub main does not cope with required loads and other non-compliant electrical issues. It also notes failed power points and incorrectly positioned power points. These are putting all users at risk and therefore must be rectified. The trade report further notes a broken heat pump resulting in no heat source to the multi-purpose/library space. A Block: Hot water required to hand basins in toilet area. A Block: Provide and install a compliant Type 4 Fire Alarm system. A Block: Create an opening between multipurpose/library and adjacent classroom. Fit acoustic treatment to walls to library. Replace floor coverings to both spaces",Not Awarded,Tenderers withdrew,0,20250410 Ministry of Education - School Infrastructure,23220147,Request for Tenders,Open Competition,"RFT - Specialist Contractor, New Covered Outdoor Learning Areas at Raumati Beach School & Raumati South School, Kapiti Coast",5477 & 5478,20200907,20200930,20210122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Raumati Beach School and Raumati South School are wanting to improve and enhance an existing sports court area that is presently an asphalt paved area with no protective cover. In order to make it more functional and able to be used during inclement weather a solar and weather canopy structure is being considered that would span the full width and length of the court. The scheme will be based on a successful design and build proposal that meets all of the schools' requirements and meets the scope set out in the tender enquiry. This procurement looks for a professional Specialist contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by Raumati Beach School and Raumati South School Board of Trustees producing full construction documentation.",Awarded,Contract awarded to Shade Systems starting 14.12.20 with anticipated completion date 26.11.21.,0,20250410 Ministry of Education - School Infrastructure,23225276,Request for Tenders,Closed Competition,"CW2020-092 Heretaunga_Hasting Boys ""truck & trailer"" RFT",CW2020-092 / MOE08880,20200907,20201001,20210517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Heretaunga Intermediate (the School) remediation/replacement of Technology Block (the Contract Works),Awarded,,0,20250410 Ministry of Education - School Infrastructure,23225576,Request for Tenders,Closed Competition,RFT for Belfast School (the School) Block 14 Weathertightness Remediation Main Contractor,MOE09426,20200904,20200930,20210129,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"Belfast Primary School has identified a number of areas of concern in Block 14. The Block was completed in May 2012. Since then, the school has experienced leaks through the main mono-pitched roof, particularly the profiled metal roof above the first floor level around classroom 5. This leaking has caused damage to ceiling and wall linings. The School has undertaken some remedial works, but it is clear a holistic approach is required.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",500000,20250410 Ministry of Education - School Infrastructure,23227856,Request for Tenders,Open Competition,Main Contractor for New Classroom and ILE Upgrades at Rosebank School (Balclutha),,20200908,20201008,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Rosebank School Board of Trustees are seeking a suitably qualified and experienced main contractor to undertake the construction of a new teaching space and ILE upgrades within the school. The new teaching space is connected to an existing building and the ILE upgrades primarily relate to extensions of the outdoor learning areas (canopies and decks).,Awarded,"Following the assessment of the tenders received, this contract has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,23229087,Request for Quotations,Closed Competition,Maraetai & Beachlands School - Roll Growth - Project Management Services,,20200907,20200925,20210118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Project A: Maraetai Beach School Roll Growth Project Management (PM) and Engineer to Contract (ETC) Services (the Services) Project B: Beachlands School Roll Growth Redevelopment Project Management (PM) and Engineer to Contract (ETC) Services (the Services) The procurement approach for PM Services for the two projects titled above is a bundled approach.",Not Awarded,Awarded to Greenstone Group Ltd,0,20250410 Ministry of Education - School Infrastructure,23229700,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block T1 - Purchase and Upgrade Leased Teaching Spaces at Paraparaumu School, Kapiti Coast",5304,20200908,20201006,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry of Education has recently purchased two classroom units that were brought onto the school site in 2014 following a large fire and had been leased whilst a new teaching block was built. These teaching spaces now require additional capital investment in order to meet the associated MoE design requirements and have the interior environment brought up in standard to meet DQLS requirements. The rooms will be fully refurbished and the possible creation of a covered outdoor learning area will be investigated and actioned if available funding allows. The work will include building alterations to modernise the spaces creating warmer, better performing and more efficient teaching spaces. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Freear Philip Limited, start date 05.07.21, expected completion date 01.04.22. It is intended that the value of the contract resulting from this tender will be within $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,23231278,Request for Tenders,Open Competition,Multi-Sport Turf - Westlake Boys High School,,20201103,20201127,20210118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Westlake Boys High School is seeking to better utilise an area in the south western corner of their top sports field. The proposed new multi-sport artificial surface will be primarily dedicated for tennis but will also be utilised for hockey training and outdoor basketball courts with an overall area of circa 3,300m2. It may also serve as a general physical education area that would take pressure off other school facilities. Refer attached 'Invitation to Tender letter dated 2nd November 2020.",Awarded,Contract awarded to Field Drainage Specialists { NZ} Limited,0,20250410 Ministry of Education - School Infrastructure,23231338,Request for Tenders,Open Competition,New Turf Courts at Taieri College,,20200908,20201007,20210205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Taieri College Board of Trustees are seeking a suitably qualified and experienced main contractor to undertake the construction of the new artificial turf court area. The work includes construction of the base-course, asphalt, kerbing, drainage, fencing, lighting and the installation of the turf surface.",Awarded,"Following the review of the tenders received, this contract has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,23231537,Request for Tenders,Open Competition,"Main Contractor for the Combined LSC, SN & BoT Led Projects at Taieri College",,20200908,20201002,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Taieri College Board of Trustees are seeking a suitably qualified and experienced main contractor to undertake the construction of the proposed combined projects. The work primarily involves the construction of two new office spaces, alterations to the existing toilet areas within the Learning Centre and the replacement of the swimming pool roof cladding.",Awarded,"Following the evaluation of the tenders received, this contract has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,23231676,Request for Tenders,Open Competition,Main Building Contractor for Block A & B Refurbishment at Ruapehu College,Ruapehu College,20200907,20201014,20210303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Ruapehu College are seeking a suitably qualified Main Building Contractor to carry out the Refurbishment to Blocks A & B. The Contract Works required are: Refurbishment to include new floor coverings, Autex Composition wall linings, upgrading old light fittings where necessary to LED lighting with RCD protection and associated painting to various rooms in Block A & B. Contractors must visit site. All tender documentation and necessary information attached. Start dates will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,409445,20250410 Ministry of Education - School Infrastructure,23235517,Request for Tenders,Open Competition,"Enner Glynn School Rooms 3-5,6-8,12-13 Library & Admin Upgrades",,20200909,20201009,20210314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The classrooms 3-5, 12-13 are to reconfigured of the exiting toilet area and opening up of rooms and refurbished to allow for the ILE learning to match the rest of the school. Rooms 6 -8 is replacing existing old single glazed window with DG sliding doors to allow access onto the new deck area. The Admin area is to be reconfigured and refurbished due to the fact the school has grown which requires additional staff. This will be a staged project starting with the Rooms 3-5 in November then onto the Admin and 6 -8 over Christmas. 12 -13 & library to be done during term 1 2021. consultants are:",Awarded,Please be advised you have won this contract and we will be in touch.,0,20250410 Ministry of Education - School Infrastructure,23237890,Request for Tenders,Closed Competition,Marlborough.School,1361,20200908,20200928,20200930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,The school is seeking to replace a demolished building with a replacement building. The building will need to be built off-site and delivered with the final placing of the building into position by crane. The new building will be required to allow to accommodate the existing services onsite to be incorporated into the new buildings foot print. The project will also require the contractor to connect the existing site services to the new building and also provide a deck ramp and steps to allow for access.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23238470,Request for Tenders,Closed Competition,TKKM o Te Kotuku - Two Classroom Extension and Associated Spaces,MOE07795,20200908,20201001,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"TKKM o Te Kotuku was built in 2009/10 with 6 teaching spaces to accommodate a roll of up to 112 Kura students. At the time it was built, footings were added alongside the existing classroom building to accommodate a Stage 2 of two more teaching spaces at some point in the future. The current roll (as at July 2019) is 117. The planned addition of two teaching spaces will allow Kura to accommodate up to 145 students. Kura is full Maori Immersion. Lead Design Services (DLM Architects) and QS services (Maltbys Ltd) have been procured and appointed. The two classrooms will extend a bespoke design: the existing classrooms are suspended on a north-east sloped face supported by steel posts with back decking being extended as cantilever construction. The existing six classroom block in open plan arrangement. Project completion date: July 2021",Awarded,,1199168,20250410 Ministry of Education - School Infrastructure,23239238,Request for Tenders,Open Competition,"Design, supply and installation of a new astroturf court at Pukekohe Hill School",,20200916,20201009,20210202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Pukekohe Hill School seek the services of a contractor to design, supply and install a new astroturf court at Pukekohe Hill School.",Awarded,The winning tenderer was awarded this contract due to providing the best proposed solution and price and for the proven reputation and workmanship of the company.,260973,20250410 Ministry of Education - School Infrastructure,23239741,Request for Quotations,Closed Competition,Riccarton High School and Riccarton Primary School (CSR) Project Management Services,,20200908,20201106,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,23239861,Request for Tenders,Open Competition,Main Contractor for DQLS Upgrades Including Lighting and Acoustics at Ruawai College,G928,20200909,20201005,20210222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for DQLS Upgrades Including Lighting and Acoustics at Ruawai College,Not Awarded,As a result of insufficient market engagement G&A liaised with the school to review if they wanted to go ahead with the existing tender or reengage the market to receive more tenders to compare pricing. It was decided to reengage the market.,0,20250410 Ministry of Education - School Infrastructure,23240667,Request for Tenders,Open Competition,Main Contractor for Block A Roof and Block A and E Toilet Upgrade at Pukerua Bay School,,20200914,20201007,20201211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Pukerua Bay School Board of Trustees are seeking a main contractor to repitch the lean-to roof on A block, reconfigure the toilets in A block into wet areas for the classrooms, install new carpet and lights in the A block classrooms, reconfigure the accessibility toilet in E block into two unisex toilets.",Awarded,,500000,20250410 Ministry of Education - School Infrastructure,23245243,Request for Proposals,Open Competition,"Main Contractor for Rationalisation of Blocks B, F & K at Mangakino School",,20200909,20201002,20210114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Mangakino School has three buildings that are surplus to requirements and require a main contractor to carry out asbestos removal & disposal, disconnection of services, demolition and making good of grounds once removed.",Awarded,"Awarded 18/11/20, contract start 16/12/20, expected completion 7/2/20",0,20250410 Ministry of Education - School Infrastructure,23247269,Request for Proposals,Open Competition,Design & Construction of New All Weather Shade Structure at Farm Cove Intermediate School,20-012,20200909,20201005,20210203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The board of trustees at Farm Cove Intermediate School are requesting the design, supply & construction of a new all-weather permanent outdoor canopy structure over the existing northern paved playing area to the west of the lower playing fields. Specialised structure designed to suit the site, be fit for purpose & meet school brief requirements. Area of cover is 36mx34m 1222m2 approximately",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23247451,Request for Tenders,Open Competition,Main Contractor for Block A Roof Repairs and Block E Lean-To Roof Replacement and Toilet Upgrade at Otaki College,,20200922,20201029,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Otaki College Board of Trustees are seeking a main contractor for Block A Roof Repairs and a Block E Lean-To Roof Replacement and Toilet Upgrade,Awarded,,250000,20250410 Ministry of Education - School Infrastructure,23252602,Request for Tenders,Closed Competition,Karamea Area School - Redevelopment - Main Contractor,,20200909,20201019,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,23252953,Request for Tenders,Closed Competition,Kowhai Intermediate School - Stage 1 New Teaching Block Main Contractor,,20200909,20201009,20210602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Kowhai Intermediate (Kowhai) is a decile 7 co-educational school in the Auckland Central suburb of Mt Eden, which caters for Year 7- 8 students located within the School Zone of Kingsland, Eden Terrace, Sandringham and Mount Albert. The school is centrally located on the Auckland Isthmus, on a tiered site with limited shade and constrained flat land, and has been experiencing sustained roll growth over the past few years. Furthermore the school has three relocatable classrooms in Block 5 that are deemed to be at the end of their economic life.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23253352,Request for Tenders,Closed Competition,Te Puna School B Block Classrooms upgrade,TPN03,20200911,20201002,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is second stage of the two stage RoI/ RFT process and is the tender stage for the works.,Awarded,This is the formalised response confirming tender award.,0,20250410 Ministry of Education - School Infrastructure,23253444,Request for Tenders,Closed Competition,Greenpark School A Block Classrooms and Toilets,GRN04,20200911,20201002,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,This is the formalised GETS notification of tender award.,0,20250410 Ministry of Education - School Infrastructure,23255407,Request for Tenders,Open Competition,"Main Building Contractor for Roof Remediation to Various Blocks at Manawatu College, Foxton",Manawatu College,20200910,20201009,20201218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Manawatu College, Foxton are seeking a suitably qualified Main Building Contractor to carry out the Roof Remediation Works to Various Blocks. The Contract Works required are: Repitch and give greater fall to various roofs. This requires removal of some existing roofing, re-framing high level windows which will be removed. Relocation of roof mounted heat pump units to the ground. Roofs will be reclad with new roofing materials. All tender documentation and necessary information attached. Start dates will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,897103,20250410 Ministry of Education - School Infrastructure,23257701,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Gymnasium Remedial Works at Porirua College, Porirua",4923,20200911,20201007,20201216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Porirua College gymnasium continues to suffer damage from continuing water ingress. The main component of the works seeks to address this and reconstruct and improve the boxed gutters that are failing and contributing to the roof leaks. The project will also attend to a variety of interior improvements that include alterations to the changing room entrances, creation of additional emergency egress doorways, internal wall lining renewal, artificial lighting and switchboard upgrades and an element of wall cladding replacement. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Contract awarded to Sparrow Construction staring 21.12.20 with completion aniticpated 01.10.21.,515601,20250410 Ministry of Education - School Infrastructure,23260646,Request for Tenders,Open Competition,"Main Building Contractor for a classroom upgrade, accessible ramp entrance with a canopy and synthetic sports turf project at Pouto School",,20200914,20201007,20210205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Learning Support Coordinator (LSC) Office Space: Remodel the existing Puna Building to create a space for the Learning Support Coordinator (LSC) office. This includes: * Flooring * Suspended ceiling grid and insulation * Heating * Lighting * Built in desk * Accessible entrance including a new ramp, stairs, and canopy School Investment Package (SIP): Install synthetic sports turf over the existing court and basketball court Timing: Works to be completed during December and January 2020/2021.",Awarded,The contract was awarded to Plumbing and Heating Centre Limited and will start on 04 February 2021. The term of this contract is 3 months.,106254,20250410 Ministry of Education - School Infrastructure,23262032,Request for Tenders,Open Competition,Main Contractor for Combined ILE and SIP Projects at Logan Park High School,,20200914,20201008,20210209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Logan Park High School Board of Trustees are seeking a suitably qualified and experienced main contractor to undertake the construction of the proposed combined projects. The work primarily involves ILE upgrades of the Food Technology, Hard Materials and Drama areas, capital maintenance (electrical & mechanical), artificial turf installation and landscaping.",Awarded,"Following the evaluation of the submissions, this contract has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,23265352,Request for Tenders,Open Competition,"Main Contractor for Blocks 1 and 2 Roofing, Cladding, Window and Door Joinery at Milford School",,20200911,20201008,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Milford School Board of Trustees are seeking a Main Contractor for the Blocks 1 and 2 Roofing, Cladding, Window and Door Joinery",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23271969,Request for Tenders,Closed Competition,Casebrook Intermediate - SIP : Hall Interior Modifications,3309-20-01,20200914,20201006,20201016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23273169,Request for Tenders,Open Competition,AMS SIP Block1 ILE & Asbestos Removal & Block 5 Replacement at Fairfield School,210973,20200916,20201012,20201124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Fairfield School has approximately 450 pupils and 16 teaching spaces. It is situated in the suburb of Fairfield in Dunedin. The school buildings are primarily brick and fibre cement sheeting, timber framed structures which are single story and a mixture of relocatable and permanent structures. These were constructed between 1953-2016. Block 1 is a single-story brick, five teaching space block, attached to administration and boiler house blocks. It was originally constructed in 1953, it had a classroom constructed beside it in 2009. The administration area was extended in 2012 and the fire alarms and fire separations were upgraded at this time. The neighbouring administration has an existing accessible access ramp. Block 5 (Library) is also being replaced due to the amount and condition of asbestos. Outcome Sought The Contract Works required are: Fairfield School are looking to modernise and protect Block 1 by carrying out a full refurbishment on the interior of classes 1-4 and associated toilets, including: Removal of asbestos Replacement of floor coverings. New wall linings. New LED lighting. Opening the wall between rooms 1-5 to create a shared ILE teaching space. Removing the cloak bay, toilets and installing break out areas and a teacher resource area. New wet areas. Installation of an external bag storage area. New sound reducing linings to the ceiling and thermal insulation. New thermal insulation to walls. New double-glazed window joinery to existing windows. New double-glazed windows to front of teaching spaces. Replacement of exterior fibre cement & brick cladding where directly affected by the works. Exterior decking under the veranda and removal of the brick half height walls. Remove existing single sex toilets and create unisex toilets. SIP funding will be used for a new Deputy Principals office, staff toilets and reception counter and automatic front door in the administration area. Replacement of the existing Library with a new Teaching space. (Room 6) Improvement to life safety systems. A site wide fire alarm and emergency lighting upgrade is to be carried out at the same time. Requirements for Staging. The Asbestos from block 1 is to be removed before any demolition work can be completed in the teaching spaces It is requested that the work to the administration block is completed over the 2020/2021 summer school holidays. Block 5 is to be removed early in the project. The construct",Awarded,"Due to the quality of the tender response, price, and programme this has been awarded to Stewart Construction. For a full tender de brief please contact James Crawford 027 500 1152",2200000,20250410 Ministry of Education - School Infrastructure,23274536,Request for Tenders,Open Competition,Main Contractor for SIP Shade Structure at Milford School,,20200915,20201009,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Milford School Board of Trustees are seeking a Main Contractor for the SIP Shade Structure project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23276725,Request for Tenders,Closed Competition,Arowhenua Maori School - Redevelopment - Main Contractor RFT,,20200914,20201009,20201214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,4581968,20250410 Ministry of Education - School Infrastructure,23278873,Request for Proposals,Closed Competition,"CW2020-029 Kuranui College (The School) Weather Tightness Remediation, Internal Refurbishment and Roof Replacement",,20200914,20201023,20210629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Kuranui College (the School) Weather Tightness Remediation, Internal Refurbishment and Roof Replacement Main Construction Contractor (the Contract Works). Kuranui College is a decile 6 Year 9-13 coeducational secondary school located in Greytown in the South Wairarapa. The Project background is: - The Ministry of Education Capital Works, is undertaking a weather tightness remediation project on the Block F Library building at Kuranui College. - The work involved will be demolition and rebuild of the front entrance, front desk/reception, computer and office/book rooms of the library which is directly affected by the weather tightness issues of the building. The work will also include the reroof of the main roof of the block. Please refer to attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23281413,Request for Tenders,Closed Competition,Main Building Contractor for Block 11 Demolition and Rebuild at Longbeach School - Mid-Canterbury,,20200917,20201009,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for the Block 11 Classroom Demolition and New Classroom at Longbeach School - Mid-Canterbury,Awarded,The contract was awarded to Cartney Construction Ltd. T/A Smith and Sons Ashburton and started in December 2020.,370302,20250410 Ministry of Education - School Infrastructure,23281601,Request for Tenders,Closed Competition,Main Contractor Aorere Block C Refurbishment and Window Replacement RFT (upper level),,20200915,20201006,20201029,,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23282048,Request for Tenders,Closed Competition,Birkenhead Primary School Redev & Roll Growth Main Contractor,MOE08326,20200915,20201013,20201218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23287501,Request for Tenders,Open Competition,Contractor/Supplier for Design & Build Canopy at Maungatapere School,,20200916,20201012,20210211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Maungatapere School seeks the services of a Main Contractor for the Design, Supply and Installation of a New Permanent Canopy Structure over existing playing courts. The Installation of the canopy structure will ideally occur during the Summer 2020/21 School Holiday period. The Contract Works required are: the design, supply and installation of the new permanent outdoor shade structure, and associated stormwater drainage works. Suppliers are to provide all planning, design, documentation, consent applications, and construction services in relation to the new structure. The new canopy structure is to be approx. 18m x 33m (594m2) to suit the size of the existing playing court, have a 4.2m min. high knee height (lowest part of the structural frame), be constructed of structural steel framework and an MoE compliant (trafficable) tensile PVC membrane system. The new canopy structure is to include spoutings, downpipes and connection to the schools existing stormwater drainage network. Remediation of existing court paving, lawn area & concrete footpath paving where new services trenches are dug up is required. The supplier must provide a canopy design that is fit for all year-round use, suited to the Schools wind zone, corrosion / exposure zone, and the geotechnical requirements of the site. The supplier must provide a 25-year warranty for the new canopy tensile membrane system. The structural steel framework is to be galvanised and the supplier must provide a Fabrication warranty of 25 years (material) & 5 years (workmanship), and a Corrosion Protection warranty of 10 years (material) & 5 years (workmanship). The structural steel framework must also be designed in such a way to prevent birds from creating nests or perching. All new foundations and hold-down fixings will be required to be concealed / hidden under the court surface to prevent tripping hazards.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23288318,Request for Tenders,Closed Competition,"CW2020-093 Mangapapa_Riverdale ""truck & trailer"" RFT",CW2020-093/MOE08881,20200916,20201019,20210517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Mangapapa School (the School) Remediation/Replacement Works (the Contract Works). More information is provided in the supporting RFT,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23288363,Request for Tenders,Open Competition,"RFT - Main Building Contractor, B19 Roll Growth - 2 Teaching Spaces at Waikanae Primary School, Kapiti Coast",5367,20200918,20201015,20201221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Waikanae Primary School continues to grow and with a forecast of continuing roll increase there is a need to construct two additional teaching spaces. A new bespoke light timber framed single storey classroom block will be built on the eastern side of the school site on space adjoining the main playing field. The new building will accommodate two dedicated classrooms with a central shared withdrawal/wet area, two small breakout pods and an area providing two gender neutral toilet cubicles. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Waikanae Primary School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Crowe Construction, start date 05.01.21 with anticipated completion date 27.11.21.",863473,20250410 Ministry of Education - School Infrastructure,23296400,Request for Tenders,Open Competition,Main Contractor for Drainage Upgrade Works at Rangiora High School,220703,20200918,20201021,20210717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,To upgrade and modernise the Sitewide drainage infrastructure at locations identified as damaged or in poor working order. The scope will include excavation and trenching between buildings and sumps to allow for either localised repair or full replacement of dysfunctional stormwater and sewer drainage system sections. The objective is to get the existing system into full working order.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23298167,Request for Proposals,Closed Competition,Leithfield School 1TS RG 2TS Redevelopment and New Library - Masterplanning and Lead Design Services - Round 2,MOE07097,20200916,20201007,20210622,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Masterplanning and Lead Design Services for a Site Redevelopment at Leithfield School. The Ministry of Education, Capital Works team have received confirmation that Leithfield School require 1x new teaching space due to roll growth. The project involves demolition of the existing old and deteriorated Cebus type block (2x teaching space block) and the old library block. The new block construction will therefore be designed and constructed to provide 3x teaching spaces.",Awarded,Awarded to highest scoring,287870,20250410 Ministry of Education - School Infrastructure,23300615,Request for Tenders,Closed Competition,RFT for Main Contractor for New Temporary Classroom Block of Remarkables Primary School,MOE09670,20200917,20201013,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) EIS Southern Capital Works team is delivering a programme of work at the Remarkables Primary School. Due to population increase within the Region there is a requirement for additional capacity and facilities at the school to cater for the increased Roll Growth from a current roll of 605 students to an increased 620 students. The delivery team and the school decided to build a new Relocatable stand-alone teaching building on the school site which will provide two teaching spaces and ablutions to cater for the increased Roll Growth, and will also aid with decanting needs should they be required during the weathertight remediation works.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,23302038,Request for Tenders,Open Competition,"Request for Tender - Main Building Contractor for Classroom Refurbishments at Matihetihe School, Far North",,20200918,20201013,20201218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Contract Works required at Matihetihe School are: - Refurbishment of two Classrooms, Library and Toilets Indicative Timeframes - below dates are the school preference, please advise an alternative timeframe if these are not achievable for you: i. Start date: 02/12/20 ii. Completion Date: 05/02/21 Above dates are subject to project approval by MOE. Please include with your tender a suggested programme of works as per the RFT document. Request a site visit through the GETS Q & A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23302472,Request for Tenders,Closed Competition,CW2020-123 Wadestown School (the School) Egress Stair and Block F Demolition Main Construction Contractor,,20200918,20201016,20210803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an closed invitation to Contractors (Tenderers) to submit a Tender for CW2020-123 Wadestown School (the School) Egress Stair and Block F Demolition Main Construction Contractor (the Contract Works). All enquiries in relation to this RFT must be directed to the Point of Contact through the GETS question/answer function. The Ministry of Education wishes to construct an exterior walkway and egress stair at Wadestown School. The site has a challenging topography which has resulted in a number of issues with the school evacuation from classrooms at the top of the site to the muster point on the lower section of the site. The Contract Works required are: i. The contract works include building a new egress staircase and outdoor walkway on steep ground at Wadestown School. ii. The construction zone is on a constrained site. Contractors compound and laydown area is available close at the site on the lower section. Vehicle access to the lower section of the site is available. iii. The project will be conducted in a single stage. iv. The construction location is on a steeply sloping site. Further information on the site conditions is available in the tender documents.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23302620,Request for Tenders,Closed Competition,Thorrington School CSR Main Contractor - Stage II,,20200917,20201012,20201207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,Price significantly over budget. Negotiation unable to reach agreement.,0,20250410 Ministry of Education - School Infrastructure,23302788,Request for Tenders,Closed Competition,RFT Main Contractor for ILE Upgrades at Riverview Primary School,,20200918,20201009,20201215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: Internal ILE Refurbishments including: (a) Construction of new breakout spaces (b) Internal joinery installation (c) Wall coverings replacements (d) Ceiling replacements (e) Toilet refurbishments (f) Administration internal refurbishment",Awarded,"The intention is to award this contract in the $500,000-$1000,000 bracket",500000,20250410 Ministry of Education - School Infrastructure,23311758,Request for Tenders,Open Competition,Learning support boundary fence at Menzies College,RFT 2017-2,20200930,20201023,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Please complete all documents attached,Awarded,,413500,20250410 Ministry of Education - School Infrastructure,23312735,Request for Tenders,Closed Competition,Mount Aspiring College - Major Redevelopment - Main Contractor,,20200921,20201022,20210209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Mount Aspiring College is a Year 7-13, co-educational state secondary school located in Wanaka, Otago. Mount Aspiring College was founded in 1986 after the division of Wanaka Area School into separate primary and secondary schools. The college, though normally a day school, operates a hostel beside the school grounds for thirty Year 13 students, who usually come to Mount Aspiring in order to attend its nationally recognised outdoor pursuits programme. The current roll is 1068, the build to roll is 1600 and network master planning roll is 1800. There is no outside technology provision on this site. There is no Special Education Satellite Unit on this site.",Awarded,Awarded,0,20250410 Ministry of Education - School Infrastructure,23313553,Request for Tenders,Closed Competition,Pokeno School (the School) 12 Classrooms Block Main Building Contractor,,20200918,20201016,20210215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All Response must be uploaded on GETS,"Pokeno School is a decile 4, year 0-8 primary school in Pokeno, approximately 50km from Auckland. There is considerable development taking place in Pokeno at present, with several large residential subdivisions having already been built or in the process of being built immediately adjacent to the school. In addition to the residential subdivisions (the Demand Analysis identifies there will be up to 2000 residential sections) there is also a Business Park development. The major Yashilli Dairy Plant has already been completed in the Business Park. The school is experiencing significant roll growth pressure and deficit capacity in classrooms because of the development around the school and in Pokeno",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23317254,Request for Tenders,Open Competition,Main Contractor for Toilet and Changing Room Upgrades at Greymouth High School,,20200921,20201019,20210113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS,"On behalf of Greymouth High School Board of Trustees, we are seeking tenders from suitably qualified contractors for the upgrading of the toilets and changing rooms. Greymouth High School is located on the High Street, Greymouth. The programming of works will be determined in consultation with the contractor; however, works are programmed to be completed over the Summer school holidays Please refer to attached tender documents, as listed in the RFT document. Once all RFTs are evaluated and respondents have been notified, we expect to commence construction in early December 2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23322412,Request for Tenders,Open Competition,"Main Contractor for design, supply and install of a new junior playground at Cockle Bay School",,20200929,20201022,20210121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Cockle Bay School is procuring a Main Contractor to design, supply and install a new junior playground. There will be two briefing sessions held at the school on the 1st October and 6th October 2020 at 10.30am. please see further details in the RFT",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23323199,Request for Tenders,Open Competition,Main Contractor for QLE Upgrade and SIP Projects for Fairhaven School,,20200923,20201022,20210621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"QLE upgrade of three classrooms Staff kitchen and toilet facility refurbishment Shade structure installation and relocation Playground structure installation Fall arrest matting installation",Awarded,,313279,20250410 Ministry of Education - School Infrastructure,23324078,Request for Tenders,Open Competition,Bayfield High School - Combined 5YA and Learning Centre Projects,,20200925,20201103,20210209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Bayfield High School Board of Trustees are seeking a suitably qualified and experienced main contractor to undertake the construction of their proposed 5YA projects and new Learning Centre. The work involves an addition to the existing Gym, construction of a new Learning Centre building, Art and Food Technology Upgrades and various capital maintenance work including roof replacements and electrical upgrades.",Awarded,"Following the evaluation of the submissions, this contract has been awarded to Amalgamated Builders.",0,20250410 Ministry of Education - School Infrastructure,23325271,Request for Tenders,Open Competition,Main Contractor for New Road Access and Car Parking at Maungatapere School,213738,20200923,20201016,20210211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Project involves Civil Construction Works including: Removal of trees and a section of existing fence along the Maungatapere School boundary to Mangakahia Road, Groundwork/preparation to the section of existing playground area affected by the proposed works, Provision of new asphalt carpark surface on well prepared base and new carpark exit /road crossing to Mangakahia Road, Provision of new fencing between new carpark area and playground, Provision of new footpath to connect the new carparking area to the existing entry point to the school. The project is intended to be completed over the 2020 end of year school holiday period, with practical completion achieved prior to the start of the 2021 school year.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23328415,Request for Proposals,Closed Competition,Marlborough Schools Project RFP,,20200923,20201030,20210715,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,RFP for Stage One of the Marlborough Schools Project.,Awarded,It is intended that the value of the contract resulting from this tender will be within $100M - $200M,0,20250410 Ministry of Education - School Infrastructure,23329681,Request for Tenders,Open Competition,Main Building Contractor for A Block AMS ILE and I&A Toilet Alterations at Tairua School,6041,20200925,20201020,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A: AMS ILE This project is to install stacker sliders to the teaching spaces to allow access to the outside. The decking area is to have a roof installed to cover this. A: BLOCK Creation of an indoor-outdoor learning space required Existing toilet facilities has sub-standard plumbing fittings, linings, floor coverings and partitions. I: BLOCK The School has a lack of bathroom facilities for staff. Due to staff numbers, there is a need to provide two extra toilet facilities.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23330112,Request for Tenders,Open Competition,Main Building Contractor for Canopy for Astrograss Area at Tairua School,6118,20200925,20201020,20210218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School has a lack of shaded and sheltered exterior areas which could afford their students a shaded space together and protect them from the elements. The existing court area had previously been covered with Astrograss surfacing. The school has severe and intense sun issues during the summer and wish to provide a permanent roof cover to the existing court area so they have shelter from rain and shade from sun, for all students to use the area. Size/ scale of the area is 55x19m2.",Not Awarded,"Dear Contractor, Thank you for taking the time to submit a tender for this project. Please be advised that this project has been put on hold indefinitely. Kind regards, Gisler Architects (2017) Ltd",0,20250410 Ministry of Education - School Infrastructure,23331707,Request for Tenders,Closed Competition,Lynmore Primary School (the School) Main Contractor Moderate Redevelopment to replace classrooms,CW2020-065,20200923,20201021,20210107,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,The contract has been awarded to Marra Construction (2004) Limited and has started on December 2020.,0,20250410 Ministry of Education - School Infrastructure,23341771,Request for Tenders,Open Competition,Main contractor for SIP various projects at Frankton School,202022,20200924,20201021,20201111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Frankton School Board of Trustees, we would like to invite main contractors to submit a tender for the above project with the following summary of scope: The works comprise: -Block O (Admin Block): Internal alterations -Block B Toilets: Remodel existing toilet area -Sitewide siteworks upgrade The completion date for the Contract Works at Block B and Admin Block is critical. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23342976,Request for Tenders,Open Competition,Kaipara College - Design & Build for shade structures,,20200928,20201027,20210225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Kaipara College Board of Trustee are seeking a main contractor to design and build shade structures.,Awarded,,369830,20250410 Ministry of Education - School Infrastructure,23343223,Request for Tenders,Closed Competition,CW2020-041A Rotorua Boys High School (the School) Science Block Replacement Main Contract Works (and potential additional works) - RFT,MOE07916,20200923,20201022,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Rotorua Boys High School. This project is a part of a Pilot which involves tendering Ministry projects earlier in the design phase. Rotorua Boys High School is a decile 3 state boys school. It is extremely proud of its heritage and status as the oldest secondary school in Rotorua. It recognizes and celebrates the successes of its past and present pupils, and confidently looks to the future To be the outstanding Boys High School in New Zealand. The roll includes a number of international students, as well as the Tai Mitchell Hostel with approx 182 boarders. The outcome sought is for a main contractor to provide construction services, for the construction of a new Science Block, including the demolition of the existing block. Please review the attached RFT supporting documentation for further information. A draft Medium Works contract will be released via an NTT following tender release. Please direct any questions through the GETS Q&A function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,23343252,Request for Tenders,Closed Competition,Main Contractor for Front Entrance Accessway & Retaining Wall at Miramar North School,,20200925,20201016,20210908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23343914,Request for Tenders,Open Competition,Vision and Access Modifications - Kamo Intermediate & Tikipunga High School,MOE08370,20201007,20201102,20201216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Project background is: i. Occupational Therapist (OT) Reports have been prepared for students enrolled at Kamo Intermediate and Tikipunga High School who require vision and access modifications to enable free movement throughout the schools campus. Access modifications are needed at the two schools which include visual highlighting and contrasting throughout the campus. Several areas around the school classrooms pose serious trip hazards for our students. ii. Outcome sought: Provide an access and vision solution that meets the needs of the students and the schools which can be signed off by the OT (Occupational Therapist) for Practical Completion. iii. Project completion date: 18th February 2021 The contract works are: Kamo Intermediate School ? Visual highlighting to various areas throughout the school (areas include; ends of handrails, steps, stair nosings, ramps, drainage channels, storm water sumps and posts as identified in the OT report issues numbers 1, 2, 5, 6 and 8 ? Supply and installation of a drop-down rail in the Art block toilet issue 3 ? Supply and installation of handrails and nosings to existing steps issue 4 ? Construction of a concrete ramp, landing and handrails issue 7 ? Supply and installation of a threshold ramp issue 9 Tikipunga High School ? Visual highlighting to various areas throughout the school (areas include; ends of handrails, steps, curb sides, wheel stops, drop-off points, drainage channels, storm water sumps, field/court goals and gas bottle cage as identified in the OT report issue numbers 1-11 and 13-23 ? Infill of the open drain that runs along the upper playing courts with a new channel drain and grate and construction of a concrete pathway from the upper to the lower courts issue 4 (revised scope) ? Earth fill and grass seed around manhole concrete surrounds issue 12 ? Removal and replacement of raised section of concrete within pathway issue 23 i. Size/scale: Approximate linear meters are provided where applicable ii. Requirements for phasing and/or staged handover of the Project: N/A iii. Description of the site including conditions, known constraints: The condition of the site will vary subject to the weather at the time for each school, but generally the two named schools are situated on level terrain and are accessible, and should have no constraints. iv. The preference is for the works to be carried out concurrently. Alternatively: Kamo Intermediate then Tikipunga High School.",Not Awarded,The response did not meet the Ministry procurement standards.,0,20250410 Ministry of Education - School Infrastructure,23348457,Request for Tenders,Closed Competition,"RFT Main Contractor for Gym, Waharoa and Admin Refurbishment at Te Kura o Te Kao",,20200928,20201019,20210205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"a. The Contract Works required are: i. Gym Refurbishment ii. Waharoa Construction and associated roofing works iii. Administration Internal Refurbishment",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,23350193,Request for Tenders,Open Competition,Main Building Contractor for Feilding High School LSU and Classroom Block,,20200925,20201020,20201116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Feilding High School requires a new Learning Support Unit (LSU) to replace the existing LSU. In total, 5 teaching spaces (3 spaces part of the LSU, 2 spaces mainstream classrooms) are to be replaced as part of a new build.",Awarded,The contract was awarded to WW Construction 2010 Ltd and will start the week starting 23/11/2020. The term of the contract is one year.,2298006,20250410 Ministry of Education - School Infrastructure,23352109,Request for Tenders,Closed Competition,Timaru South School Heat Pump Installation - Tender,TSS 092020,20200925,20201022,20201203,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All responses must be uploaded on GETS,"Mechanical/Electrical Contractor for heat pumps and electrical mains at the School, following selection from preceding Registrations of Interest",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23358013,Request for Tenders,Open Competition,Fire Alarm Upgrade Project Rangiora High School,312,20201001,20201102,20211210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Rangiora High School is a well established school, serving the community for over 100 years. Over time as the school has grown, the warning systems have become fragmented with a number of them not meeting current MOE and/or building code requirements. The aim of this rationalization project will be to provide a single panel type 4 analogue addressable warning system throughout the school and update the sounders to provide a uniform zoned evacuation sound, lockdown, and class change to meet ministry, building code requirements and New Zealand standard NZS4512:2010. Rangiora High School are seeking proposals from suppliers with experience in providing upgrade solutions meeting Ministry of Education requirements.",Not Awarded,"We merely conducted the tender process via GETS, the project was awarded via the school project manager.",0,20250410 Ministry of Education - School Infrastructure,23362832,Request for Tenders,Open Competition,Dorie School (Christchurch) - Main Building Contractor for Addition to Classroom Block,DS 092020,20200929,20201023,20210818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The tender is for a one classroom addition with breakout space, a single withdrawal room plus accessible toilet, generally to match the existing classroom block to which it is attached.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23363089,Request for Tenders,Open Competition,Construction Services for Building Modifcations Blocks A & G at Otonga Road School,218838,20200930,20201029,20201202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"Otonga Road School is a year 0-6 primary school located in Springfield, Rotorua. The school is completing some exterior repairs to Block G and altering and refurbishing the staffroom and administration portion of Block A. The school's Board of Trustees wish to engage a suitably qualified and experienced contractor to undertake this project. The works are Block G: Includes replacement of barge flashing, junction flashings, replacement of weatherboard, increase drainage in cavity system, replace section of fibre cement cladding, repair opening mechanism for clerestory windows. The works are Block A: Plumbing in of temporary Toilets Removal of existing hallway to the ablutions, removal of walls to storage area and DP Office and incorporating these areas into the staffroom. Revising layout of the ablutions, installing new amenities. Relocating the Storage room. New built-in storage units New kitchen units New flooring Update reception area Disconnection of temporary Toilets",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23363309,Request for Tenders,Open Competition,"Main Building Contractor for timber floor remediation and a driveway, playground and kitchen upgrade at Hora Hora School",,20200930,20201030,20210113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"School Investment Package (SIP) at Hora Hora School: Hall remediate the existing wooden flooring. Driveway demolish and replace existing driveway with either a new asphalt driveway. Playground replace existing wood chip with new rubber matting. Clean and paint metal surfaces on the playground. Replace timber playground equipment and structure. Hall kitchen cut opening in the wall between the kitchen and existing office. Replace flooring and relocate services where required. Replace permanently fixed existing hob with a new permanently fixed hob. Install a new sink in the old office and install new cabinetry. Timing: The works are to take place during the Christmas holidays 2020/2021.",Awarded,The contract was awarded to Renovation Masters and will start on 17 December 2020. The term of this contract is 4 months.,174005,20250410 Ministry of Education - School Infrastructure,23363862,Request for Proposals,Closed Competition,"Maitai Base School, Maitai Satellite Classrooms & Salisbury Residential School - Master Planning & Lead Design Services",,20200929,20201105,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking tenders for Master Planning & Lead Design Services for Maitai School and Salisbury Residential School. These projects, although separate, are closely related and require that each Masterplan considers the other in its development. The General scope of each project is as follows: i. Maitai Base School Redevelopment: (a) New Build entire base school (1085m2 GFA) facility on Salisbury School Site. ii. Salisbury Residential Redevelopment: (a) Demolish all existing residential, teaching, ancillary & administration buildings. (b) Extend access road of D'Arcy Street to existing carpark. (c) Build new 1634m2 GFA including; Residential accommodation units (20 Student beds total) multipurpose hall & dining, Administration, and Teaching space",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,23364377,Request for Tenders,Closed Competition,"CW2020-041B Tauranga Intermediate (the School) Block E,F& T Replacement Main Contract Works (and potential additional works)",MOE07916,20200928,20201020,20210115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Tauranga Intermediate School. This project is a part of a Pilot which involves tendering Ministry projects earlier in the design phase. Tauranga Intermediate School is a Year 7 to 8 school located in the central urban Tauranga City. Tauranga Intermediate is part of the Tauranga Peninsula Kahui Ako | Community of Learning along with Tauranga Boys College and Tauranga Girls College and Gate Pa School, Greenpark School, Greerton Village School, Kaimai School, Oropi School, Pyes Pa Road School, Tauranga Primary School and Welcome Bay School. There are 59 teaching spaces onsite, with capacity for 1330 students. The school is single level with 10 relocatable spaces that have significant issues (poor roof condition, asbestos cladding, decaying cladding in other areas). As a result, the Ministry's Capital Works are undertaking a redevelopment project at the school. The outcome sought is for a main contractor to provide construction services, for the replacement of 8x classrooms, including the demolition works. The new building will comprise of 8 teaching spaces across 2 stories. The Contract Works required are: i. Replacement of 8x classrooms ii. Demolish blocks E, F, T and L (Asbestos contaminated) and make good the site iii. Rebuild the demolished spaces as an 810m2 two storey block on the site of blocks E, F and T iv. As the new building will be built on the footprint of Blocks E, F and T, decanting teaching space will now be required. This is the preference of the school after discussions with them. v. The design will be two storey building on the location of current Blocks E, F and T. The classrooms wont be larger than normal to make up the net teaching space deficit. vi. No temporary accommodation is required vii. The works are medium in size and minor in complexity Please review the attached RFT supporting documentation for further information. A draft Medium Works contract will be released via an NTT following tender release. A site visit has been scheduled for 10.30am 07 October 2020. Attendees are to register via the GETS Q&A function. Please direct any questions through the GETS Q&A function.",Not Awarded,"This tender resulted in a ""No award"".",0,20250410 Ministry of Education - School Infrastructure,23364658,Request for Tenders,Open Competition,Main Construction Contractor for Refurbishment of 5 classrooms and associates spaces at Westbrook School,212190,20201001,20201028,20201218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Westbrook School is a year 0-6 primary school in Pomare, Rotorua. The school is completing their second ILE modification to relocatable buildings. The school's Board of Trustees wish to engage a suitable main contractor to undertake this 5YA and SIP project. The works are in separable portions with the 5 classrooms being the first portion. The remaining portions are decking and exterior door to an adjoining block, timber screen infills, replacement windows to double glazing. There is one provisional sum item. Block K (Rooms 15 and 16) Asbestos cladding removal Remove the existing sinks and benches. Change the existing lobby area and resource room to wet area and breakout space. Bag storage to be moved onto the new covered decks. Relocate the server. New doors and windows onto the new covered decks. End of life replacement of heating, floor and wall coverings, insulation. Additional lighting installed. New whiteboards/storage units. Block N (Room 17) Remove the existing sink and bench. Remove the walls to the resource room. Bag storage to be moved onto the new covered decks. New doors and windows onto the new covered decks. End of life replacement of heating, floor and wall coverings, insulation. Additional lighting installed. New whiteboards/storage units. Block N (Toilets) Remove the existing basins and 1 x pan from girls toilet and 2 x urinals from boys toilet Change the existing lobby area to a wet area Install basins in new location Block N (Infill area 28.53m2) Remove existing built up gardens Create 2 x new breakout spaces Block M (Rooms 18 and 19) Remove the existing sinks and benches. Change the existing lobby area and resource room to wet area and breakout space. Bag storage to be moved onto the new covered decks. New doors and windows onto the new covered decks. End of life replacement of heating, floor and wall coverings, insulation. Additional lighting installed. New whiteboards/storage units.",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,23371496,Request for Tenders,Closed Competition,Mairehau High School CSR Main Contractor - Stage I,,20200930,20201029,20201214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"i. Mairehau High School originally entered the CSR (Christchurch School Rebuild) programme in 2015. However, due to multiple constraints a fragmented approach to the design process for the redevelopment has been necessary and design is scheduled to complete in mid-November 2020. ii. To accommodate the operational school, works are proposed in a staged manner with a demolition and enabling package preceding the main new build works and followed by a final remediation stage. iii. Building consent packages will be aligned with the project staging strategy and building consent for the demolition stage is anticipated to be approved October/November 2020 in line with the finalisation of this tender process",Awarded,,503693,20250410 Ministry of Education - School Infrastructure,23372608,Request for Proposals,Closed Competition,Lynfield College - Major Redevelopment - 30 TS Block & Admin - MP & LD Services,MOE09771,20200930,20201028,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Masterplan & subsequent design phases; Enabling Works; Main Works; Admin Refurbishment; Demolishing B Block. Construction of a 3-storey 30 Teaching Space Block and new 2-storey Admin Block for MP roll of 2,800 (as indicated in the DAR Report 2018). Both B Block and Admin buildings will require demolition and relevant site works to deliver scope.",Awarded,,1934981,20250410 Ministry of Education - School Infrastructure,23374343,Request for Tenders,Open Competition,Kerikeri High School - LSPM Access Modifications - Main Contractor,MOE09511,20201001,20201027,20210122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Contract Works required are: Site improvements to provide access for the student to all areas of the school environment i. Multiple major and minor access ramps (Issues 1-7, 9, and 11 in the OT Report) ii. Handrails, bollards and kerb ramps (Issues 9, 14 and 15 in the OT Report) iii. provide ceiling hoist in bathroom (Issue 12 in the OT Report) iv. Installation of 2 new automated doors (Issue 9 and 13) to be carried out by Commercial Doors (not included in Tender). v. Installation of a wheelchair lift (Issue 10 in the OT Report) vi. Renovation of storage cupboard to new Accessible bathroom (Issue 8 in OT Report) vii. Issue 11 (Issue 12 in the designs) Courtyard Ramp is to be quoted as a PC Sum and will be completed once additional funding has been approved. It is hoped funding will be available during the construction phase and should not affect the completion date. Requirements for phasing and/or staged handover of the Project viii. The Supplier must ensure they have sufficient resources available throughout the engagement to ensure full delivery by the anticipated completion date, including a contingency plan to accommodate any changes. ix. The supplier will be required to comply with the requirements and recommendations of the Health and Safety at Work Act: 2015 and any subsequent amendments. The suppliers personnel will be responsible for health and safety compliance on site. x. While work is in progress, the project manager and/or an outside agency may randomly audit health and safety procedures. Any unexpected asbestos discovery is to be notified to the project manager immediately and relevant Worksafe protocols must be followed. Any accident, incident or near miss must be notified to the project manager immediately. xi. The contractor must complete works in line with the requirements of the building code, relevant local authorities and best practice guidelines. xii. The Contractor will be engaged through a Medium Works Contract xiii. Description of the site including conditions, known constraints at times the school will be operational, the BOT and Principal of the school may impose access restrictions to areas due to the operational requirements of the school. xiv. Limitations/special requirements to be discussed and approved with the BOT and Principal",Awarded,,367600,20250410 Ministry of Education - School Infrastructure,23375190,Request for Tenders,Closed Competition,Omihi School: MPS New Build,3454-19-02,20201001,20201022,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23375637,Request for Tenders,Open Competition,"Cloverlea School, PN - Block 2 Alterations & Roof Replacement",,20201005,20201030,20210301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Cloverlea School Board of trustees are seeking suitable building contractors to provide an offer for work to the Block 2 Alterations & roof Replacement Project.,Not Awarded,"This contract has been awarded to Gibson & Oliver, all respondants have been notified.",0,20250410 Ministry of Education - School Infrastructure,23375975,Request for Tenders,Closed Competition,Whakatane High School B Block toilet upgrade and roof replacement,WKT04,20201002,20201022,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the tender stage of the two stage RoI/ RFT process. Please submit any questions via the GETS portal.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23377606,Request for Tenders,Open Competition,"Main Contractor for Blocks A, I, L & N Lifecycle Replacement of Roof Elements and Shade Canopy at Redwoodtown School",,20201002,20201028,20210226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Redwoodtown School (Marlborough) are looking for suitably qualified main contractors to submit a Request for Tenders for the Blocks A, I, L & N LIfecycle Replacement of Roof Elements and Shade Canopy project. The full and detailed solution required is in the Plans and Specifications and included with the tender documents. The Indicative start date is December 2020 with an indicative due date for completion 1 February 2021. The contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,Contract awarded to Lawson Homes Ltd t/a Renovation Specialists,373270,20250410 Ministry of Education - School Infrastructure,23378025,Request for Tenders,Open Competition,Butler Hall Student Bathroom Redevelopment at Mount Roskill Grammar School,SPM 20531,20201002,20201029,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Mount Roskill Grammar School has a committed programme to improve the standards of their Student Bathrooms. The latest project is the upgrading of the existing Butler Hall Student Bathrooms. Individual W/C cubicles [four each set] will be created in lieu of the existing standard partitions in both Male and Female bathrooms. Lobbies will connect the revamped spaces between a relocated corridor entry and new external entry. The scope of work includes: Gutting out; new entries; new partitioning for stand-alone W/Cs, complete with individual W/C, WHB, square mirror, electric hand drier and soap dispenser; new building services, suspended Gib ceilings and vinyl flooring and wall vinyl. The tender is timed to enable works to start late in Term Four and be completed by the commencement of the 2021 Term One.",Not Awarded,"Apologies for the late notification of the tender award. The sheer volume of tenders received and necessary evaluation, and BOT/MOE approval processes five weeks. The BOT has let the contract to Q Group Limited. Following Morecroft Contractors' successful demolition and asbestos removal work, Q began work early last week. Thank you all very much for the efforts put into providing your tenders.",0,20250410 Ministry of Education - School Infrastructure,23386445,Request for Tenders,Open Competition,Main Contractor for Block 1 DQLS Upgrade (AMS Combined) at Papatoetoe Intermediate School,,20201002,20201029,20201221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Papatoetoe Intermediate School Board of Trustees are seeking a Main Contractor for the Block 1 DQLS Upgrade (AMS Combined),Awarded,,0,20250410 Ministry of Education - School Infrastructure,23388237,Request for Tenders,Open Competition,Warepa School - Multi-Purpose Extension,,20201007,20201102,20210216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"To construct the extension of the existing Multi-purpose building to allow for the additional administration, library, resource room and extension of the multi-purpose area at the southern end of Block 5, Warepa School.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,23389447,Request for Tenders,Open Competition,"Main Contractor for Lighting Replacement (JR, MD, SR) at Sir Edmund Hillary Collegiate",,20201005,20201029,20210301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Sir Edmund Hillary Collegiate Board of Trustees are seeking a Main Contractor for the Lighting Replacement works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23390618,Request for Tenders,Open Competition,"Main Building Contractor For B,C,E & J Stage 2 roof replacement at Menzies College",213467,20201006,20201030,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,All Tender documents must be completed,Awarded,,1449628,20250410 Ministry of Education - School Infrastructure,23390865,Request for Tenders,Open Competition,"Main Contractor for Carpet and Vinyl Replacement (JR, MD, SR) at Sir Edmund Hillary Collegiate",,20201005,20201029,20210318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Sir Edmund Hillary Collegiate Board of Trustees are seeking a Main Contractor for the Carpet and Vinyl Replacement (JR, MD, SR) project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23391496,Request for Tenders,Open Competition,"Access to Prefabs: decks, stairs, ramps and paths at Onslow College",,20201007,20201102,20210110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Onslow College Board of Trustees are seeking a main building contractor for the construction of: concrete paths and stairs; timber decks, steps, ramps, and verandahs with associated handrails, barriers, and emergency lighting; to provide access to existing prefab classrooms. The prefabs are located on ""Table Mountain"", a field approximately 5-6m above the main school blocks. The concrete works are for a new concrete ramp rising approximately 3m; and concrete stairs rising approximately 5m to get up to the field. On the field there are further concrete paths and approximately 300 sqm of partially covered timber decks, stair and ramps to be constructed. As much work as possible is to be completed over the Christmas period.",Awarded,Weighted attributes method used. Best score and lowest price accepted.,561195,20250410 Ministry of Education - School Infrastructure,23392148,Request for Tenders,Closed Competition,Glamorgan.School,217251,20201007,20201029,20201110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,The roofing over three classrooms requires replacement. The project also seeks to remove a canopy roof and have the existing classroom roofing extend over the portion that was originally covered by the veranda roofing. The project also seeks for a new deck to be built the length of the three classrooms with access ramp and steps,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23397877,Request for Tenders,Open Competition,Main Contractor for Learning at Waikaka School,4037-20-01,20201009,20201104,20201214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,292055,20250410 Ministry of Education - School Infrastructure,23398009,Request for Proposals,Closed Competition,Paraparaumu College (the School) New Build 10Teaching Spaces Master Planning and Concept Design Services,,20201008,20201029,20210126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All communications must take place through the GETS Question & Answer function,"Paraparaumu College, on the Kapiti Coast north of Wellington is experiencing rapid roll growth and is to receive 10 new classrooms as part of the Government Roll Growth funding package announced by Minister Hipkins in September 2019. It is envisaged these spaces will be a separate building that will become a technology hub. The school will use its own resources to repurpose existing technology spaces as general teaching and learning spaces. The intention is to deliver this new building as a Design and Build contract, based on an agreed Master Plan and Concept design. Paraparaumu College is a co-educational secondary school for years 9 to 13 students. The July 2019 school roll was 1266 and the additional 10 Teaching spaces will add a further 220 students bringing the total projected roll to 1486. Project completion date: April 2023.",Awarded,The contract has been awarded to Studio of Pacific Architecture Limited and will start on January 2021.,0,20250410 Ministry of Education - School Infrastructure,23400113,Request for Proposals,Closed Competition,Paraparaumu College (the School) New Build 10Teaching Spaces Project Management Services,,20201008,20201105,20210126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All communications must take place through the GETS Question & Answer function,"Paraparaumu College, on the Kapiti Coast north of Wellington is experiencing rapid roll growth and is to receive 10 new classrooms as part of the Government Roll Growth funding package announced by Minister Hipkins in September 2019. It is envisaged these spaces will be a separate building that will become a technology hub. The school will use its own resources to repurpose existing technology spaces as general teaching and learning spaces. The intention is to deliver this new building as a Design and Build contract, based on an agreed Master Plan and Concept design. Paraparaumu College is a co-educational secondary school for years 9 to 13 students. The July 2019 school roll was 1266 and the additional 10 Teaching spaces will add a further 220 students bringing the total projected roll to 1486. Project completion date: April 2023.",Awarded,The contract has been awarded to AECOM New Zealand Limited and will start on January 2021.,0,20250410 Ministry of Education - School Infrastructure,23400992,Request for Proposals,Closed Competition,Paraparaumu College (the School) New Build 10Teaching Spaces Quantity Surveyor Services,,20201008,20201029,20210126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All communications must take place through the GETS Question & Answer function,"Paraparaumu College, on the Kapiti Coast north of Wellington is experiencing rapid roll growth and is to receive 10 new classrooms as part of the Government Roll Growth funding package announced by Minister Hipkins in September 2019. It is envisaged these spaces will be a separate building that will become a technology hub. The school will use its own resources to repurpose existing technology spaces as general teaching and learning spaces. The intention is to deliver this new building as a Design and Build contract, based on an agreed Master Plan and Concept design. Paraparaumu College is a co-educational secondary school for years 9 to 13 students. The July 2019 school roll was 1266 and the additional 10 Teaching spaces will add a further 220 students bringing the total projected roll to 1486. Project completion date: April 2023.",Awarded,The contract has been awarded to Maltbys Limited and will start on January 2021.,0,20250410 Ministry of Education - School Infrastructure,23402683,Request for Proposals,Closed Competition,Southern Region Transportable Solution (Modular) Panel,,20201006,20201111,20210707,,Sole Agency,No,All responses must be uploaded on GETS,The Capital Works Southern Delivery team is looking to replicate the Northern Region Modular Framework to enable a Nationwide Approach to Modular Buildings. This RFP is looking to appoint 2-3 Suppliers to the panel to enable the delivery of the solution.,Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000 For The Panel for the Southern Region Transportable Solution (Modular) Panel",0,20250410 Ministry of Education - School Infrastructure,23409826,Request for Tenders,Closed Competition,"Main Contractor for Block 6 and 7 ILE Conversion, Room 19 and F&G Toilet Block Upgrades at Roscommon School",,20201007,20201027,20210812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Roscommon School Board of Trustees are seeking a Main Contractor for the Block 6 and 7 ILE Conversion, Room 19 and F&G Toilet Block Upgrades",Not Awarded,Tender revised and resubmitted to GETs,0,20250410 Ministry of Education - School Infrastructure,23413252,Request for Tenders,Closed Competition,Main Building Contractor for SIP combined:A: (P3) Rms 1-3 ILE Upgrade at Maungatapu School,212668,20201013,20201105,20201127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Refurbishment and upgrade of Block A which comprises of three teaching spaces and resource room into an ILE space. Including new wall/floor coverings, exterior aluminium joinery, lighting / electrical and suspended ceilings. Create new breakout spaces, outdoor learning spaces and glazed door openings between classrooms.",Awarded,Contract awarded to Canam Group,0,20250410 Ministry of Education - School Infrastructure,23413418,Request for Tenders,Closed Competition,Main Contractor for Block 2 (AMS) Lifecycle Replacement and Refurbishment (ILE Upgrade) at Southern Cross Campus,,20201007,20201027,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Southern Cross Campus Board of Trustees are seeking a Main Contractor for the Block 2 (AMS) Lifecycle Replacement and Refurbishment (ILE Upgrade),Awarded,,0,20250410 Ministry of Education - School Infrastructure,23417540,Request for Tenders,Open Competition,Main Contractor for Rationalisation and 5YA Works at Te Kura o Torere,4963,20201008,20201106,20220201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BoT is seeking a main contractor to undertake the following 3 projects. Block A - Rationalisation of some 190sqm of lean to structure and construction of new student toilets of some 15sqm. The rationalisation works will involve the removal of asbestos cladding. Block B - Internal refurbishment of the single classroom space, Swimming Pool Changing Rooms - construction of new deck and veranda, access ramp, and exterior cladding works. The Swimming Pool Changing Rooms was recently relocated onto the site. The project will be conducted as a single 3 stage contract. All works are light timber frame construction",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23419294,Request for Tenders,Closed Competition,"Main Building Contractor for AMS & 5YA Combined C: ILE & Toilets Upgrade/F, 1, 2:Roofing & Flooring Upgrade, Toilet Block addition at Parawai School",217926,20201015,20201109,20201202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Parawai School want to upgrade Block C to develop the classrooms into modern learning spaces by opening up teaching spaces to include a new breakout area, upgrading acoustics and lighting (new LED) and fitting a new deck to create outdoor teaching spaces. This also now includes the addition of a toilet block to Rm 6.",Awarded,Contract has been awarded to Baker Construction,0,20250410 Ministry of Education - School Infrastructure,23421457,Request for Tenders,Closed Competition,"Main Contractor for E4 New Pool Pump Room, Pool Pump and Filter at Southern Cross Campus",,20201008,20201029,20201223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Southern Cross Campus Board of Trustees are seeking a Main Contractor for the E4 New Pool Pump Room, Pool Pump and Filter project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23423486,Request for Tenders,Open Competition,"CW2020-126 Request for Tenders for Wellington Girls College (the School) Tower Block Asbestos Removal (Levels 3 to 5), including Reserved Rights",,20201008,20201103,20210126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Wellington Girls College (the School) Tower Block Asbestos Removal (Levels 3 to 5), including Reserved Rights (the Contract Works).",Awarded,"The contract was awarded to Ceres New Zealand LLC and will start on 7 December 2020. The term of this contract is until Practical completion, expected 29 January 2021. The value of the contract resulting from this procurement activity is intended to be in the value band between $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,23425910,Request for Proposals,Open Competition,Specialised School Transport Assistance (SESTA) - Qualification Phase,,20201012,20201029,20201106,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Specialised School Transport Assistance (SESTA) is a contracted transport service that assists around 6,500 children and young people nationally with safety and/or mobility needs that prevent them from travelling independently or using public transport or a school bus. Please note this is the Qualification Phase. The Proposal Phase will follow indicatively on the 9 November 2020.",Awarded,"Dear Respondents, Re:Specialised School Transport Assistance (SESTA) Request for Proposal (RFP) Qualification Phase Thank you for your response this RFP. The evaluation of the Qualification phase has now been completed. Please keep an eye on your email as shortly the: successful Respondents will be notified of the Proposal phase by an automatically generated tender notice from GETS, and unsuccessful Respondents will be notified of the reasons their response was not successful via email. Thank you again for participating in this tender. SESTA Project Team",0,20250410 Ministry of Education - School Infrastructure,23427707,Request for Tenders,Open Competition,Main Contractor for Block HC & Block X Classroom 11 Reroofing & Recladding Works at Trident High School,,20201009,20201109,20210324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The 2 blocks contain 3 relocatable classrooms. The BoT is seeking a main contractor for the replacement of the roofing and cladding to both blocks which is at end of life. The works will also entail adding eaves to both blocks. Block HC is cladd in asbestos containing material. Decks are attached to the both blocks so will need to be detached and supported on new timber plie foundations,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23429087,Request for Tenders,Open Competition,Main Building Contractor for Partial Refurbishment Upgrade Works at Park Estate School,1-46332.00 (#1434),20201021,20201116,20210112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communication with the Buyer must be made via the GETS tender question/answer function,"The Board of Trustees of Park Estate School (the Buyer) is seeking a main building contractor for their classrooms/toilet partial refurbishment upgrade works as defined in this RFT at Park Estate School (the School), Papakura, Auckland. This refurbishment build work is to be carried out during the early period January to March 2021. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Construction is expected to start 6th January 2021 and going into (during) normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23431169,Request for Tenders,Open Competition,Playground Landscaping Project at Yendarra School,SPM 20535,20201012,20201105,20210126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded,"The Board of Trustees of Yendarra School has received funding from the Schools Improvement Programme and is also investing their own funds for this essential project to completely overhaul the paved surfaces in the northern recreational area of the School grounds. The Contract Works Scope and Nature of the Works required are: A. Artificial Grass Turf laid in a new concrete surface, replacing deteriorated concrete play surfaces between Rooms 8/9 and 12 to 17; B. New Lawn areas replacing concrete paving in the Block One South Courtyard; C. new Concrete Paving to replace broken concrete paving in the western and south-eastern zones of the School grounds; D. Asphalt Sports Surface flush with the surrounding concrete areas, east of Rooms 10/11 [refer C]; E. Raised Planter seat high with shade trees; F. Timber Bench Seats in the Town Square west of the Library; G. Timber Deck to the north elevation of the Fale; H. Timber Boardwalk between the Fale and Whare Kai; I. New Planting to the north-east of the Fale. The essential works to remove and replace paved areas will need to be done either in one stage in the end of year term break, or in smaller stages step-by-step so as to minimize disruption to everyday School activities and keep noisy work to a minimum. The School community has had much experience of construction works in the past five years and will be willingly to take every advantage of a motivated contractors carefully thought through and planned proposal.",Not Awarded,"Thank you for your tender, John Fillmore. We yesterday awarded the contract to Gleeson Builders & Associates Limited following MOE approval. Many thanks.",0,20250410 Ministry of Education - School Infrastructure,23432758,Request for Tenders,Closed Competition,Main contractor for civil works to design and build an Outdoor Learning area and new Bike enclosure at Hamilton Boys' High School,202025,20201013,20201104,20201217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors who were successfully awarded from ROI process to submit a Tender for Multipurpose Outdoor Learning area and Bike enclosure project at Hamilton Boys' High School. Tenders for this RFT must be submitted electronically through the GETS e-Tender box function as described in the RFT document.",Awarded,,524500,20250410 Ministry of Education - School Infrastructure,23432973,Request for Tenders,Closed Competition,CW2020-095 Wairarapa College (the School) Stage 2 Main Contract Works and possible additional works - Request for Tender RFT,MOE09923,20201009,20201023,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"CW2020-095 Wairarapa College (the School) Stage 2 Main Contract Works and possible additional works - Request for Tender RFT The Ministry is seeking a main contractor to provide construction services for stage 2 of a redevelopment project at Wairarapa College. The full scope of works for stage 2 has been detailed under a document titled CI-005 which accompanies this RFT document via the GETS listing. Refer to this document for a full breakdown and description of the required solution. This procurement activity exercises the reserved right of a direct negotiation between the Ministry of Education (the Principal) and Holmes Wellington Ltd (the tenderer) to provide pricing for stage 2 of 3 for the Wairarapa College Redevelopment Project. Architectural drawings have been supplied within the main GETS attachments - the rest of the specifications and associated drawings will be released via addendum (to keep the files grouped together in a folder structure). There is no site visit scheduled, however this can be arranged if desired. For any questions please send these through the GETS Q&A function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,23433624,Request for Tenders,Open Competition,Request for Tender - Main Building Contractor for Classroom Refurbishments at Kaitaia Intermediate School,,20201012,20201106,20210310,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Northern Health School leases two Classrooms off the Kaitaia Intermediate School and operates as a satellite school. This project consists of the Refurbishment of two Classrooms and construction of a new deck. Indicative Timeframes - below dates are the school preference, please advise an alternative timeframe if these are not achievable for you: i. Start date: 14/12/20 ii. Completion Date: 27/01/21 Above dates are subject to project approval by MOE. Site visits to be requested through the GETS Q & A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23435891,Request for Tenders,Closed Competition,"Allenvale, Burnside Primary and Cobham Intermediate (ABC) Redevelopment - Early Works Package",,20201012,20201103,20210209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Burnside Primary and Cobham Intermediate School are schools based in the north-west of Christchurch and are part of the Christchurch Schools Rebuild (CSR) programme. As part of the CSR Programme, both schools have been approved for complete rebuilds with an emphasis on sharing facilities given their shared site. In addition, the two schools will host a double satellite for Allenvale Special School. This will be constructed as part of the rebuild project.",Awarded,Awarded,0,20250410 Ministry of Education - School Infrastructure,23437406,Request for Tenders,Open Competition,Head Contractor for refurbishment and renovation of T Block Cooking/Kitchen and Textile Classrooms at Lytton High School,220083,20201014,20201109,20201123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The BOT want to refurbish the technology classrooms that include Cooking/Kitchen and Textiles,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23440912,Request for Tenders,Open Competition,Main Contractor for Fire Protection Services Upgrade at Auckland Girls Grammar School,,20201014,20201110,20210311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Main Contractor for Fire Protection Services Upgrade at Auckland Girls Grammar School,Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,23442233,Request for Proposals,Open Competition,"Improving Classrooms in Small or Remote Schools Programme. Product Supply: LEDs, RCDs, Thermal Insulation & Acoustic Panels",,20201123,20210111,20210929,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"The Ministry have embarked on a Programme to improve the internal environments of 547 state schools and 79 state integrated schools that are small or remote. The Programme is expected to take up to three years to complete. The Programme is part of a wider Government target that all schools have quality learning environments by 2030. The improvements will enhance aspects of the learning environment associated with fitness for purpose, operational efficiency and condition. The improvements are: LEDs, acoustic panels, thermal blankets and residual current devices (RCDs) for electrical safety. The scale of the Programme is significant as it covers more than a quarter of New Zealand and is being managed centrally. To implement the Programme the Ministry of Education is seeking proposals that detail how suppliers will supply either individually, some or all categories of products including LED lighting, acoustic panels, thermal blankets and RCDs that meet the Ministrys technical specifications and pre-conditions.",Awarded,"Improving Classrooms in Small or Remote Schools Programme - Product Supply was awarded as follows: Thermal Blankets - Autex Industries Limited Acoustic Panels - Asona Limited RCDs - Esco Industries Pty Limited LEDs - Please refer to GETS RFP #24228136",0,20250410 Ministry of Education - School Infrastructure,23442483,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks D, E, F - Improve Acoustics, Lighting & Provide Outdoor Teaching Spaces at Masterton Primary School, Wairarapa",5392,20201015,20201111,20210316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Capital funding from the Ministry of Education is in place to complete DQLS improvements to the ten classrooms in Blocks D, E and F constructed in 2005. This work will comprise of the installation of proprietary acoustic rated suspended ceilings together with new LED lighting. The project will also extend to the creation of covered outdoor learning areas adjacent to Blocks D and E. A mono-pitch lean-to timber framed canopy roof structure will be constructed on both buildings with a combination of factory coated/prefinished metal and commercial rated trafficable plastic translucent roofing. The creation of the canopy structures and additional capture of rainwater will necessitate the need for additional downpipes and connection into the school stormwater drainage system. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Masterton Primary School Board of Trustees producing full construction documentation.",Awarded,"Awarded to MB Brown starting 19.04.21 with expected completion date 17.12.21. It is intended that the value of the contract resulting from this tender will be within $100-$250k.",0,20250410 Ministry of Education - School Infrastructure,23447262,Request for Tenders,Open Competition,Main Contractor for Technology Block Upgrade at Hastings Intermediate School,219631,20201014,20201116,20210920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Hastings Intermediate School wishes to upgrade their technology block (E) which comprises food technology, soft technology and hard technology. This project will incorporates a fire alarm and heating upgrade and new floor coverings which should be line priced separately. This work is part of the School Investment Programme (SIP) now available. Please indicate your availability of when you could carry out the work.",Awarded,"Initial tenders were over budget, scope was subsequently reduced. Tender was awarded to best value proposition.",235276,20250410 Ministry of Education - School Infrastructure,23448690,Request for Tenders,Open Competition,Main Contractor SIP 3 6 10 LSC New Entrants Staffroom at East Taieri School,3733.20.02,20201015,20201110,20201211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All contact via GETS website,"The Staff Room is to be moved to a Junior classroom. Included in the staff room conversion the space will receive an extension for the creation of a kitchenette. The current Staff Room will be converted into a Junior classroom. To connect this to the other Junior classrooms in the area, a deck and stairs will be constructed to create connectivity and an outdoor learning environment.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23449069,Request for Tenders,Closed Competition,Main Contractor for Weathertightness Remediation Works at Rangiora High School,213899,20201016,20201118,20210717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"To mitigate weathertightness issues across multiple blocks. This includes a combination of measures to rectify the issues identified and also preventive works. Some building elements have been identified as a risk of becoming subject to weathertightness problems in the near future. Works to these elements are considered preventative. Other works include replacement of compromised building fabric that is currently damage by moisture. An example of this is timber window frames. Consequently, some claddings and internal finishes will require replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23449699,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B Classroom Refurbishment, Joinery & Cladding Replacement at Paekakariki School, Kapiti Coast",5370,20201016,20201112,20201113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Paekakariki School wants to proceed with the second stage of a planned upgrade of the teaching building Block B which was initially worked on in 2016. The remaining two classrooms as well as the student toilet facilities will be refurbished. The internal modernisation of the teaching spaces will incorporate reconfiguration and improvements to the layout providing increased efficiencies and flexibility. The toilets will also be redesigned to create unisex facilities with new internal access from the classrooms. The project will include replacement of original timber windows as well as renewal of plastic translucent roofing to the classroom entry porches. The school will seek separate and optional pricing for a new outdoor learning space that might be created at the eastern end of Block A. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. PLEASE NOTE: Separate pricing required for possible optional work for a new outdoor learning space - Block A",Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,23450833,Request for Tenders,Open Competition,6136 Te Rapa Primary SIP C&E Cloak Bay Conversion to Breakout Space and D&G Toilet Upgrade,6136,20201016,20201111,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"C&E Blocks: Convert two cloak bay areas into breakout spaces to extend existing learning areas. This will entail a roof and gutter re-design, fitting of new LED lighting, new carpet flooring, new wall framing, wall linings and Autex acoustic, ceiling insulation, a re-design of windows and associated structures. The size of the breakout space will be up to, and not larger than 15m2, and (1) separated from the main learning space with glazing or sliding glass doors so that the teacher in the main learning space can passively supervise the space and (2) each space will be attached to a learning area (not a library, gym, hall, resource room, another breakout space, or administration area). Block C encompasses a net floor area of 471m2 and Block E has a net floor area of 264m2. D&G Blocks: Upgrade x3 senior girls toilets, and this includes replacement of cracked and ageing vinyl on the floor with wet condensation, replacing of Hardie glaze on the wall, removing existing shadow clad and replace with Hardie glaze, painting of ceiling, painting of shadow clad covering suspended hot water cylinder, replacing two cracked toilet pans (WC) and replacement of ageing and cracked toilet partitions. Block D has a net floor area of 179m2, and Block G is known as the Multi-purpose area/ Hall, with a net floor area of 393m2.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23451021,Request for Tenders,Closed Competition,RFT for Roll Growth projects at Gilberthorpe/Marshland (the Schools),MOE08435,20201014,20201116,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Gilberthorpe School is located in the suburb of Hei Hei on the west side of Christchurch. The area has experienced strong residential growth in recent years which in turn has led to a strong increase in roll growth. This is projected to continue and the Masterplan for the school is based on a future roll of 320 children. The current roll is 150, and this project is one of the development stages towards fulfilling the Masterplan. It follows the completion of a new teaching block in early 2017, and the layout of this stage been designed to facilitate a further increase in building area in the future. The following two three separable portions will be part of the Gilberthorpe contract. Marshland School is located in the suburb of Marshland on the North-East of Christchurch. The area has experienced a steady growth as new houses continue to be built in the nearby developments. The Stage 2 development of Marshland School was completed in early 2017 as the first roll growth project. The proposed Stage 3 development is to continue bringing the school capacity to its master plan roll. The layout of this stage is to closely resemble existing teaching spaces, incorporating lessons learned from previous stages where possible. As Marshland School is a secondary procurement due to designs not being completed, no contract will be awarded for this work until negotiations are completed est. Dec 2020 once detailed design is completed and consent has been obtained.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,23451323,Request for Tenders,Open Competition,Hamilton Junior High School (the School) Learning Support Property Modifications Accessibility,,20201015,20201110,20210107,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"Requirement of learning support accessibility modifications. The intended outcome of the project is to address accessibility and any H&S risk by procuring a main contractor to undertake works in the agreed design, as per OT report recommendations. Project completion date: March 2021",Awarded,The contract has been awarded to Mitchell Construction Limited and will start on January 2021.,0,20250410 Ministry of Education - School Infrastructure,23451526,Request for Tenders,Open Competition,Te Puke Intermediate School (the School) Learning Support Property Modifications Accessibility,,20201015,20201110,20210112,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"Intended outcome of the project is to address identified none accessible areas, by procuring a main contractor to install accessibility access to all areas identified within the school property, as per OT report recommendations. Project completion date: March 2021",Awarded,The contract has been awarded to Shawn Williamson Building Limited and will start on January 2021.,0,20250410 Ministry of Education - School Infrastructure,23456524,Request for Tenders,Open Competition,East Otago High School - B Block ILE Upgrade,,20201016,20201112,20210315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The East Otago High School Board of Trustees are seeking a suitably qualified and experienced main contractor to undertake the modernisation of their existing Block B. The work involves the formation of a Learning Street in the existing corridor space, modernisation of the Library and complete replacement of the toilet facilities.",Awarded,"Following the evaluation of the tender received, this opportunity has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,23456726,Request for Tenders,Closed Competition,Greerton Village School A Block Classroom refurbishment RFT,GVS20,20201016,20201106,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is the tender stage of the two stage process for the A Block classroom refurbishment project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23458395,Request for Tenders,Open Competition,David Street School (the School) Learning Support Property Modifications Improve Site Access Main Contractor,,20201016,20201111,20201217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"David St School requires site wide access modifications to improve the accessibility requirements onsite to meet the needs of the student who struggles with fatigue and has very little depth perception. An OT report has been prepared highlighting the requirements. The side wide modifications are to improve access ways, highlight the edges of decking, additional of a carpark and a pool hoist.",Awarded,The contract was awarded to Total Help Limited and will start on December 2020.,0,20250410 Ministry of Education - School Infrastructure,23458565,Request for Tenders,Closed Competition,Main Building Contractor for Hall Remediation Project at Kaurilands School,,20201020,20201110,20201211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23463513,Request for Tenders,Open Competition,Main Building Contractor for Roofing at Palmerston North Girls' High school,,20201016,20201116,20210324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23464486,Request for Tenders,Open Competition,Main Building Contractor for the Village Project at Highlands Intermediate School,3001.25,20201016,20201111,20201207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees seeks to remove aged and deteriorating building stock with poor connections between, and construct new classrooms incorporating ILE principals, and arranged to facilitate collaboration. The Contract Works required include the removal of three existing prefabricated classrooms (CR20,21,22) and construction of three new classrooms plus breakout space, WCs, covered bag bays, and verandas.",Awarded,"Awarded to Pepper Construction 2013 Limited. Note award value is the lowest figure of the price band range, and does not reflect specific pricing.",1000000,20250410 Ministry of Education - School Infrastructure,23464906,Request for Tenders,Closed Competition,Main Contractor for Reroofing & Recladding at Newlands College,20.156,20201020,20201110,20210311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23465655,Request for Tenders,Closed Competition,Request for Tenders for Main Contractor for the Construction of Scott Point Primary School,,20201019,20201116,20210126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Main Contractor for Construction of Scott Point Primary School (the Contract Works).,Awarded,"The contract was awarded to Hawkins Limited and will start on 18 January 2021. The term of this contract is until Practical completion of all separable portions, expected 14 November 2022. The value of the contract resulting from this procurement activity is intended to be in value band: $25,000,000-$50,000,000.",0,20250410 Ministry of Education - School Infrastructure,23466179,Request for Tenders,Closed Competition,CW2020-041C Tauranga Girls College (the School) Block J Weathertightness remediation and seismic strengthening Main Contract Works (and potential additional works),MOE09938,20201016,20201118,20210215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Tauranga Girls College. This project is a part of a Pilot which involves tendering Ministry projects earlier in the design phase. Tauranga Girls College is a single sex secondary school located in Tauranga. The school currently has 79 teaching spaces. The project scope can generally be described as weathertightness remediation and seismic strengthening of Block J (Science) which contains 22 teaching spaces. Block J at Tauranga Girls College is an approx. 3846m2 three story structure that was built in 1997. Block J comprises of 22 teaching spaces. Investigations in 2011 found the block to have weathertightness defects. The fibre cement wall cladding system has in places failed as a result of insufficient gaps between had flashing and horizontal flashings; failure of horizontal and vertical junctions; and poorly sealed junctions between joinery units and adjoining building elements. Parapet cap flashing joints have failed due to an absence of soaker flashings. Membrane roofs are nearing the end of their serviceable life and are failing around lap joints and complex junctions where de-bonding and tears are visible. These defects have resulted in water ingress and damage to building elements including decay to framing timbers. Since weathertightness issues were discovered, further testing has been undertaken and the block has been found to require significant earthquake strengthening works. The Ministry's Capital Works are undertaking a redevelopment project at the school. Both the weathertightness and seismic issues are to be addressed under a singular project. The outcome sought is for a main contractor to provide construction services, for the redevelopment of Block J to remediate all weathertightness related issues and address the seismic strengthening upgrades. In addition, the contactor will be engaged via a CCCS Contract to provide advice and ECI type deliverables prior to works beginning. All remediation works are to be completed within the buildings existing footprint. Some enabling works may be required to existing Block AA temporary relocatables prior to construction start date, scope yet to be defined. For more information please see the attached tender supporting documentation. A draft CCCS Contract will be released shortly via NTT. Please direct any questions through the GETS Q&A function.",Not Awarded,The ECI contract was awarded to McMillan & Lockwood BOP Ltd,0,20250410 Ministry of Education - School Infrastructure,23477549,Request for Tenders,Closed Competition,Beachlands & Maraetai Beach School - Roll Growth & Redevelopment Projects - New Classroom Blocks and Carparks,MOE08324,20201027,20201127,20210209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23478318,Request for Tenders,Open Competition,Main Building Contractor for Block A ILE Upgrade at Waitara East School,,20201019,20201117,20210202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,Contract was awarded to ICL Construction,0,20250410 Ministry of Education - School Infrastructure,23479802,Request for Tenders,Closed Competition,Main Building Contractor for Supply + Installation of a Canopy Structure to cover 2 Netball courts at Northcross Intermediate School,,20201021,20201112,20210317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Northcross Intermediate School Board of Trustees [the Buyer) is inviting suitably qualified contractors to submit a Tender for Main Building Contractor for Supply + Installation of a Canopy Structure to cover 2 Netball courts at Northcross Intermediate School, Browns Bay, North Shore Auckland. The project involves covering 2 netball courts with a canopy to enable students to use the facilities in all weather conditions. The cover could be a PVC tensile membrane canopy or similar with an approximate measurement of 32.0m x 34.0m - Overall area = 1088m2.Framework would be continuous arched rafters with medium radius curve or similar. Rafters would be approx. 6.4m spacings with no centre poles. Construction - Round or Square Columns and header beams with concrete foundations with truss or single member rafters. It is intended that the dome be aesthetically pleasing with soft curves and one piece fabric skin a modern stylish look to break the hard surfaces of conventional materials and a 50 year Life Span .Finishing would be galvanised framework after fabrication for long life protection. Rainwater caught on membrane would need to flow into spouting system and then downpipes to below level and connect to the Schools stormwater system. It is proposed to organise the project under a Design and Build Contract with engineering specifications and Producer Statement (Design Cert) including structural to be included for Council Consenting. Costs for this along with a drawing and engineering details must be provided with the tender. As the contractor will be responsible for geotechnical assessment of site conditions if required along with the detection of any underground services, Provisional Sums should be included with the tender for these items. A detailed breakdown of costs is required with contractors tender along with an indicative programme of works. It is intended that work would be carried out as soon as funding and Council approvals permit in conjunction with provision of available access from the School. As the school will be operational while work progresses, careful management will be required to minimise disruption and removal of any asbestos identified while work is underway, will have to take place during a school holiday period or outside of School hours, when pupils and staff are not affected.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23479982,Request for Tenders,Open Competition,"Main Contractor for the Blocks A, C, E, F, G, I, K, M, N, Q, Z and 1 Roofing Repairs Project at Nayland College",,20201021,20201120,20210225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Nayland College (Nelson) is looking for suitably qualified main contractors to submit a Request for Tender for the Blocks A, C, E, F, G, I, K, M, N, Q, Z and 1 Roofing Repairs Project. The full and detailed solution required is included in the tender documents. The indicative start date is 1 December 2020 with an indicative due date for completion to be confirmed. The contractor must have sufficient capability and capacity to successfully deliver the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,Awarded to Iconic Cladding Limited,459952,20250410 Ministry of Education - School Infrastructure,23488685,Request for Tenders,Closed Competition,Matua Scool B Block Classroom Upgrade,218136,20201022,20201112,20210204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This is the tender stage of the two stage RoI / RFT procurement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23492181,Request for Quotations,Closed Competition,RFQ for Project Management Services at Queen Charlotte College & Oxford Area School,,20201022,20201113,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Oxford Area School - In 2013 OAS was planned to undergo a two stage redevelopment. In 2014, funding for stage 1 was approved and works were completed in 2017 with addition of the new 10TS block. Within this project some existing relocatables (9TS) on the new block footprint were shifted and remain on land to the south of the site. This was done so they would remain on site and be available for stage 2 decanting. Because the 9TS relocatables were shifted on site, OAS appears to be and is 9TS over entitlement - although the 9TS are largely unused at present. They would have otherwise been rationalised and still must be although there is no funding set aside for this. Before stage 1, OAS had 29TS, and following approval of the business case and stage 2 works, OAS will have only the required 30TS OAS does not require any temporary accommodation. Stage 1 intended to address around a quarter of the property issues on the site and focused on teaching spaces. Stage 2 which is the basis of this Project is intended to address the balance of on-site property issues for the remaining three-quarters of areas. The average remaining age is 50-60 years old. Queen Charlotte College - (QCC) is located in Picton, 25mins from Blenheim and is the only co-ed secondary school in the Marlborough region. In Blenheim, Marlborough Girls College (MGC) and Marlborough Boys College (MBC) will both undergo a large redevelopment in the near future. QCC is currently not the school of choice for local students, with a prevailing view that QCC is the poor cousin to MBC and MGC. This is partly due to the appearance and condition of the buildings and infrastructure at QCC and the perception of poor quality education as a result. A redevelopment would challenge this perception and make QCC a more desirable option for local students. The proposed timing of the redevelopment aligns with the target completion of MBC and MGC. A redevelopment at QCC would create equity in the property provision for secondary school in the Marlborough region.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,23494087,Request for Tenders,Open Competition,Main Building Contractor for Roof Replacement to Various Blocks and Associated Works at Hunterville Consolidated School,Hunterville School,20201023,20201120,20210609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Hunterville Consolidated School are seeking a suitably qualified Main Building Contractor to carry out the Roof Replacement and associated works to various blocks. The Contract Works required are: Block 1: Replace loose or missing fixings with new Tek screws & profile washers. Replace small section of clear roofing with new trafficable clearlite. Replace membrane roofing and repatch. Replace verandah membrane with iron roofing. Replace water damaged ceilings in staffroom, resource areas and kiva. Replace water damaged carpet to kiva and vinyl to staffroom. Relocate the existing roof mounted outdoor heat pump units to ground level in vandal proof cages. Block 3: Replace rusted galvanised spouting with new coloursteel continuous spouting. Block 4: Replace clearlite roofing with new trafficable clearlite. Replace rusted box spouting with new coloursteel continuous spouting and new rainheads. Block 8: Replace painted corrugated iron with coloursteel roofing including new flashings, fixings and insulation where required. Replace clearlite roofing with new trafficable clearlite. Block 9: Replace painted corrugated iron with coloursteel roofing including new flashings, fixings and insulation where required. Replace clearlite roofing with new trafficable clearlite. All tender documentation and necessary information attached. Start dates will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,321779,20250410 Ministry of Education - School Infrastructure,23496886,Request for Proposals,Closed Competition,CW2020-127 Rere School Master Planning and Lead Design Services,CW2020-127/MOE09473,20201022,20201118,20210722,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed tender to the Top 3, short listed Design Consultants (Tenderers) from the Gisborne Design Services tender (CW2019-016) to submit a Proposal for Rere School (the School) Demolition of Three Blocks and Construction of Two New Teaching Spaces. Staged, Master Planning and Lead Design Services (the Services). For more information please see the RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23498546,Request for Tenders,Open Competition,"Closed Tender : Specialist Contractor : Exterior Canopy Structure : Greenmeadows Intermediate School, South Auckland",23252546,20201103,20201124,20210216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"CLOSED TENDER : Specialist Main Contractors Tender is sort for the tender of the SIP : Exterior Canopy project, at Greenmeadows Intermediate School,Manurewa, South Auckland. Scope of Works : 1x New Design & Build Canopy Structure : As per Scope of Works attached : ................................................................................................... All procedures to comply with MoE property procurement policy legislation.",Awarded,Most competitive submission.,182740,20250410 Ministry of Education - School Infrastructure,23499939,Request for Proposals,Open Competition,Improving Classrooms in Small or Remote Schools Programme - Project Management Services,,20201023,20201217,20210914,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry have embarked on a Programme to improve the internal environments of 547 state schools and 79 state integrated schools that are small or remote. The Programme is expected to take up to three years to complete. The Programme is part of a wider Government target that all schools have quality learning environments by 2030. The improvements will enhance aspects of the learning environment associated with fitness for purpose, operational efficiency and condition. The improvements are: LEDs, acoustic panels, thermal blankets and residual current devices (RCDs) for electrical safety. The scale of the Programmes is significant as it covers more than a quarter of New Zealand and is being managed centrally. The Ministry requires three project management service suppliers to manage the end-to-end delivery model that involves product supply, freight and logistics, installation and project management. The project management supplier will provide or contract all the resource required to undertake the physical installations. The Programme must be completed by June 2024. Please find a complete list of documents in 'Document List - Improving Classrooms in Small or Remote Schools Programme Request for Proposal'",Awarded,"Improving Classrooms in Small or Remote Schools Programme - Project Management Services was awarded as follows: North - Programmed FM Central - Torque IP Ltd South - Logic Group NZ Ltd",0,20250410 Ministry of Education - School Infrastructure,23500377,Request for Tenders,Open Competition,"RFT for Main Contractor for Flor Coverings, Electrical, Roofing and ILE Project at Kaingaroa School",216180,20201027,20201119,20201209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Site wide works at Kaingaroa School including classroom upgrades, food tech area and minor roofing and electrical works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23500776,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B and MR: Acoustic Wall Coverings at Sir Edmund Hillary Collegiate (Senior)",,20201023,20201119,20210322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Sir Edmund Hillary Collegiate Board of Trustees are seeking a Main Contractor for the Blocks A, B and MR Acoustic Wall Coverings",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23501445,Request for Tenders,Open Competition,Main Contractor for Block A Alterations and new Toilet Block at Forest Lake School,PT201960,20201028,20201120,20201217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Forest Lake School Board of Trustees, we would like to invite main contractors to submit a tender for Block A alterations and new Toilet Block. This project consists of two parts: 1. Alterations to Block A 2. New toilet block Refer to RFT document for critical timeframes for both parts. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,539000,20250410 Ministry of Education - School Infrastructure,23501889,Request for Proposals,Closed Competition,CW2020-142 Greytown School (the School) Project Management Services,,20201023,20201116,20210629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for CW2020-142 Greytown School (the School) Project Management Services (the Services). Greytown School is a primary school located in the Southern Wairarapa. The School has condition related issues situated within block E and requires replacement. This project requires the replacement of an existing building to match a like for like replacement of 5 classrooms (Block E) and the addition of a 4 roll-growth classroom building. The outcome sought is a competent Senior Project Manager (PM) to project manage and act as Engineer to Contracts Representative across the project listed in this RFP. Please refer to attachments for further detail.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23501973,Request for Proposals,Closed Competition,CW2020-142 Greytown School (the School) Engineer to Contract Services,,20201023,20201116,20210629,,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Engineer to Contract (EtC) Consultants (Tenderers) to submit a Proposal for CW2020-142 Greytown School (the School) Engineer to Contract Services (the Services). i. Greytown School is a primary school located in the Southern Wairarapa. The School has condition related issues situated within Block E and requires replacement. ii. This project requires the replacement of an existing building to match a like for like replacement of 5 classrooms (Block E) and the addition of a 4 roll-growth classroom building. iii. The project is a phased approach, requiring the new build 5 classroom to be completed before the demo of the existing block E (5 classroom) then the new build of the 4 roll growth classroom marking the completion of the project end of separable portion 2. The outcome sought is a competent Engineer to Contract (EtC) to manage and act as Engineer to Contract across the project listed in this RFP. Please find attached documents for more details.",Not Awarded,No winning response for this procurement as the tender process was cancelled prior to awarding a contract.,0,20250410 Ministry of Education - School Infrastructure,23506734,Request for Tenders,Closed Competition,Main Building Contractor for (6092) Tairua School LSC Project,6092,20201028,20201117,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"In-filling between two existing classrooms to create a new office space, timber-framed, coloursteel roof. RFQ Opens on 27 October 2020. RFQ Closes on 17 November 2020.",Not Awarded,Project has been put on hold by Tairua School.,0,20250410 Ministry of Education - School Infrastructure,23508820,Request for Tenders,Open Competition,"Main Contractor for Various Refurbishment Works in Blocks 1, 2 and 7 at Fruitvale School (the School)",,20201029,20201123,20210214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees (BoT) of Fruitvale School is looking for a main contractor for Block 1s conversion of parts of the toilet block to teachers office and resource room, refurbishment of staffroom kitchen; Block 2s classroom ILE upgrade and floor covering replacement; Block 7 refurbishment of the hall kitchen. The intent is to complete works in Block 1 before proceeding with the works in Block 2 and Block 7.",Awarded,"conformed to the requirements of the RFT, met expectations for proposed solution, capability and capacity; provided best value.",0,20250410 Ministry of Education - School Infrastructure,23512662,Request for Tenders,Closed Competition,Manurewa East School - 8 Teaching Spaces - Main Building Contractor,MOE08345,20201123,20210129,20210531,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Please note, draft contract will be sent as a NTT by tomorrow 24/11/2020.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23514315,Request for Proposals,Closed Competition,CW2020-113 Newlands College and Amesbury School (the School) Multiple Schools Engineer to Contract Services,,20201027,20201117,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for CW2020-113 Newlands College and Amesbury School (the School) Multiple Schools Engineer to Contract Services (the Services). General description of the Projects: - Amesbury School Amesbury School is a primary school, built in 2012, located in the Northern Suburbs of Wellington. This project considers the Phase 2 expansion of Amesbury School to provide an additional 200 student spaces as announced in Budget 2018. This equates to one 2 story building consisting of 9 new teaching spaces at the school. After the start of this project the Network Brief was changed to increase the Master Plan roll to 550 (an extra 110 students). The site is a greenfield site and will offer a contractor an easy build fully self-contained. No temporary accommodation is required for this construction. - Newlands College Newlands College is a secondary school located in the Northern Suburbs of Wellington. The School requires a major redevelopment to address major weathertightness issues. Between 2013 and 2015, major weathertightness issues were documented across the school, having a major impact in closing spaces off due to black mould. After the replacement of the eastern part of the Admin block, the buildings remaining to be addressed are: i. Library (L) ii. Technology Storage (C3) iii. Staff and Drama (AM) iv. Science Block (B1) The outcome sought is a competent Engineer to Contract (EtC) to manage and act as Engineer to Contract across the project listed in this RFP. It is expected that the EtC will work well across organisations with the Project Manager (appointed via separate procurement), who will act as the Engineers Representative. Please refer to attachments for further details.",Not Awarded,No winning response for this procurement as the tender process was cancelled prior to awarding a contract.,0,20250410 Ministry of Education - School Infrastructure,23515282,Request for Proposals,Closed Competition,CW2020-113 Newlands College and Amesbury School (the School) Multiple Schools Project Management and Engineers Representative Services,,20201027,20201117,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for CW2020-113 Newlands College and Amesbury School (the School) Multiple Schools Project Management and Engineers Representative Services (the Services). General description of the Projects: - Amesbury School Amesbury School is a primary school, built in 2012, located in the Northern Suburbs of Wellington. This project considers the Phase 2 expansion of Amesbury School to provide an additional 200 student spaces as announced in Budget 2018. This equates to one 2 story building consisting of 9 new teaching spaces at the school. After the start of this project the Network Brief was changed to increase the Master Plan roll to 550 (an extra 110 students). The site is a greenfield site and will offer a contractor an easy build fully self-contained. No temporary accommodation is required for this construction. - Newlands College Newlands College is a secondary school located in the Northern Suburbs of Wellington. The School requires a major redevelopment to address major weathertightness issues. Between 2013 and 2015, major weathertightness issues were documented across the school, having a major impact in closing spaces off due to black mould. After the replacement of the eastern part of the Admin block, the buildings remaining to be addressed are: a) Library (L) b) Technology Storage (C3) c) Staff and Drama (AM) d) Science Block (B1) The outcome sought is a competent senior Project Manager (PM) to project manage and act as Engineer to Contracts representative across all projects listed in this RFP. It is expected that the PM will work well across organisations with the Engineer to Contract Please refer to attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23516314,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE Upgrade at Oranga School,,20201029,20201123,20210111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23517520,Request for Tenders,Open Competition,Main Building Contractor for Owhiro Bay School Block A DQLS and Site/Infrastructure Works,,20201030,20201201,20210224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,500000,20250410 Ministry of Education - School Infrastructure,23518422,Request for Tenders,Open Competition,Main Contractor for the Weathertightness Remediation of School Hall at Shelly Park School,,20201030,20201217,20210907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The original structure of the Hall (Block 6) at Shelly Park School was constructed in 1995 and an extension to the east and north side was completed in 2006. The building is constructed on a concrete slab and blockwork foundation walls. The 1995 structure is timber framed with direct fixed fibre cement sheet cladding and a flush coated finish, and direct fixed painted cedar weatherboards. The 2006 addition has cladding of fibre cement sheet with flush coated finish on a drained and vented cavity system. The roof is pitched with trapezoidal profiled metal sheeting. Degradation has occurred to the 1995 structure. Remediation works include the replacement of the direct fixed sheet cladding and cedar weatherboard with fibre-cement cladding on a drained and vented cavity. The roof is generally in good condition and will require isolated replacement where damage has occurred. Fascias, barges, gutters and flashings will require replacement as part of the works. Some window replacement will be required to provide compliant apron flashings to the roof below. The mechanical ventilation will be upgraded as the current system does not provide effective cooling Other non-weathertightness works will be undertaken such as, upgrade of Fire Alarm system to Type 4, per MoE policy; installation of four new fire exits as required by NZBC due to occupancy of School Hall when used for assemblies; replacement of main entry doors which are damaged due to age and impact; mechanical ventilation upgrade to mitigate overheating; infilling of gardens adjacent the hall with concrete paving to prevent future damage to base of new cladding; upgrade of existing external egress stair to meet accessibility requirements.",Awarded,The contract was awarded to Construction Management Group (Building) Limited and will start on 15 December 2021. The contractor met the requirements of the tender and assessed to provide best value.,411319,20250410 Ministry of Education - School Infrastructure,23518707,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Install of Covered Outdoor Learning Area at Bayview School",,20201030,20201124,20210630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Bayview School is looking to engage with a Main Contractor for the Design, Supply and Installation of a Covered Outdoor Learning Area",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23523790,Request for Tenders,Open Competition,"Dunstan High School - AMS Combined B&C Science Labs, Classrooms & Toilets Upgrade",372.19.03,20201030,20201127,20210222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"- Relocate the science labs from Block C into Block B so that all science labs are in one block - The spaces where the labs were will be converted into classrooms - The prep/storage rooms will be converted into Breakout Spaces - A collaborative social zone will be created in C Block - Toilets in both blocks will be altered, more suitably arranged for accessibility needs - Upgrade and modernise all areas",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23526047,Request for Tenders,Open Competition,Wesley Intermediate - Redevelopment Enabling Works,MOE09319,20201029,20201123,20210212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Demolition, House Removal and Enabling Works required at Wesley Intermediate redevelopment site.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23530368,Request for Tenders,Closed Competition,Main Contractor for Boiler Pipes at Botany Downs Secondary College,,20201029,20201120,20210322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Botany Downs Secondary College Board of Trustees are seeking a Main Contractor for the Boiler Pipes project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23530870,Request for Tenders,Open Competition,Hukanui Primary School: SIP D Block Modifications,6102,20201030,20201125,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23532379,Request for Tenders,Closed Competition,"RFT for Main Contractor for Block 3,6 - Toilet and Internal Project at Hikurangi School",104-19-02,20201030,20201119,20201209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Block 3 Alter walkway and canopy structure Reinstate concrete way Install new joinery and Welcome Tile to hallway Block 6 Replace floor coverings Replace toilet pan, wall linings and basin Replace pinboard with Autex New deck, path, ramp, steps and handrails Boiler Room Replace broken cladding and step Remove asbestos panel above boiler Fire Alarm Allow to connect into Type 4 Fire Alarm (mimic panel in Admin Block) Please note that scope has been reduced as Block 4 has had flood remediation work completed Asbestos Report will be issued shortly",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23532526,Request for Tenders,Closed Competition,"RFT for Main Contractor for 1, Ancillary: Internal Works, Toilet, HW, Windows and AMS Project at Hikurangi School",1014-19-03 & 1014-19-05,20201030,20201119,20201209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS," Block 1 Remove existing windows in room 1,2,3,4 and replace with new aluminium sliding doors Remove existing canopy and replace with new veranda New slip resistance concrete path to the front of classrooms New pan, wall linings, vinyl, shower in the staff toilet New concrete ramp and handrails Refurbish old Girls and Boys toilets to become break out spaces Ancillary Pool Change Install new HWC Install compact laminate sheet behind urinals Prepare and seal concrete floor Fire Alarm New Type 4 Fire Alarm (mimic panel in Admin Block) Asbestos Report will be issue shortly",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23534473,Request for Tenders,Open Competition,Main Contractor for the Replacement Courts Surfacing & Fencing Works at Dargaville High School,222519,20201102,20201126,20210202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the Replacement Courts Surfacing & Fencing works at Dargaville High School. The works include the following: The careful removal of the existing artificial turf from the existing courts area (the existing underlying shock pad layer is to be reused), and the supply and installation of new artificial turf surfacing. The size / scale of the replacement turf works is circa 58.3m x 36.0m (2,099m2), and incorporates 4x playing courts. The turf will be coloured to suit the required playing court layouts & dimensions. The removal of the existing courts area perimeter fencing, and the installation of new 2.9m high chain-link mesh & steel frame fencing to the perimeter of the courts area (both the artificial courts area & the asphalt surface courts area. The fencing is to include a timber rebound board at the base of the fencing around the perimeter of the hockey courts (the artificial turf courts), and include 4x gates & 1x opening (to the carpark area by the weights shed), all to match the existing. The overall length of replacement fencing is circa 270 - 280m",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23534556,Request for Tenders,Open Competition,"Main Contractor for the Design, Supply & Installation of a New Permanent Shade Structure Canopy to the Existing Courts at Matarau School",218890,20201102,20201126,20210708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the design, supply and installation of the new permanent outdoor shade structure, and associated stormwater drainage works at Matarau School. Suppliers are to provide all planning, design, documentation, consent applications, and construction services in relation to the new structure. The required solution for this project includes: - The new canopy structure is to be approx. 17m x 32m (544m2) to suit the size of the existing playing court, have a 4.2m min. high knee height (lowest part of the structural frame), be constructed of structural steel framework and an MoE compliant (trafficable) tensile PVC membrane system. - The new canopy structure is to include spoutings, downpipes and connection to the schools existing stormwater drainage network. Remediation of existing court paving / lawn & garden area / concrete footpath paving where new services trenches are dug up is required. - The supplier must provide a canopy design that is fit for all year-round use, suited to the Schools wind zone, corrosion / exposure zone, and the geotechnical requirements of the site. - The supplier must provide a 25-year minimum warranty for the new canopy tensile membrane system. - The structural steel framework is to be galvanised and the supplier must provide a Fabrication warranty of 25 years (material) & 5 years (workmanship), and a Corrosion Protection warranty of 10 years (material) & 5 years (workmanship). The structural steel framework must also be designed in such a way to prevent birds from creating nests or perching. - Preference will be given for canopy designs with the downpipes concealed inside columns, however if PVC downpipes are specified and are exposed, then some form a downpipe protection must be included. The supplier must provide a 10-year material warranty and a 5-year workmanship warranty for gutters, downpipes & associated stormwater drainage works. - All new foundations and hold-down fixings will be required to be concealed / hidden under the court surface to prevent tripping hazards. - The supplier must provide & maintain a project programme including design, consenting, and construction of the new canopy. - The supplier must provide a track record of completing at least 10x canopy projects similar to that proposed in this procurement.",Awarded,,163600,20250410 Ministry of Education - School Infrastructure,23538334,Request for Tenders,Open Competition,Main Contractor for Learning support fencing at Hauroko Valley School,3938-20-SN01,20201103,20201126,20210511,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,217607,20250410 Ministry of Education - School Infrastructure,23538560,Request for Tenders,Closed Competition,Lynfield College - Weather Tightness Remediation - Lower Gym and Library (RFT),MOE09954,20201030,20201125,20210223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Project background is: i. General description of the Project: ii. The Lower Gym and the Library were identified in the National weathertightness surveys as defective and suffering from weathertightness issues. iii. These buildings were monitored with the last review carried out by AS Jacobs in October 2017 in the form of a Visual Reinspection Report. iv. Over the 2018/19 School holidays, some remedial works were undertaken to both the Lower Gym and the Library to address the immediate issues and provide a temporary solution. v. A project team was formed April 2020 (project roles below). vi. The project is currently at detailed design phase. Consent will be applied for Tue 03/11 (final drawings submitted for consent will be issued via NTT), and consent is expected to be approved December 2020. vii. The design has been confirmed to be completed in liaison with Ministrys Weathertightness Review Panel (WRP). viii. Library ix. The library was constructed circa 1975 and has had alterations to parts of the building circa 1995 and 2005. The southern elevation requiring remedial work is the main entry to the library and is over two levels. The southern elevation and the return walls, including the roof, have suffered from weathertightness failure due to poor roof design, failing roof membrane and poorly formed roof junctions. The Page 7 of 17 cladding has also been installed in contact with the ground. The ground, both paved and unpaved was too high, without enough separation to the interior. The poorly installed direct fixed cladding has allowed water ingress. x. Lower Gym xi. The gym was constructed circa 1997. The northern elevation requiring remedial work is over one level. The northern elevation and the return walls, including the sections of high-level cladding and sections of membrane roof over the northern entry, have suffered from weathertightness failure due to poor roof design, failing roof membrane and poorly formed roof junctions. The poorly installed direct fixed cladding has allowed water ingress.",Awarded,,857592,20250410 Ministry of Education - School Infrastructure,23540046,Request for Tenders,Closed Competition,Main Contractor for AMS ILE Upgrades at Kohukohu School RFT,,20201103,20201201,20210222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: i. Internal refurbishments ii. Electrical works iii. Toilets/Sickbay upgrades iv. Playground",Not Awarded,Responses were significantly over budget. The plans are being revised and will be retendered accordingly.,0,20250410 Ministry of Education - School Infrastructure,23540203,Request for Tenders,Closed Competition,Main Contractor for Block 1&4 Upgrades at Okaihau Primary School RFT,,20201103,20201124,20210128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"There are two parts to this project: Part one if is the work to Block 4 Part two is Block 1 conversion of toilets to breakout and new toilets The work will be staged. Block 4 work to be completed first, then Block 1 work. Block 1 can be carried out with a CPU in school operational hours. Please allow to supply ply hoarding across the internal doors to the classrooms and apply for the CPU.",Awarded,"This contract is expected to be awarded in the $500,000-$1,000,000 bracket",500000,20250410 Ministry of Education - School Infrastructure,23548191,Request for Tenders,Closed Competition,Main Contractor for Block A Upgrade at Kilbirnie School,20.119,20201104,20201125,20210311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23552337,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 1 - Remove Boiler & Equipment at Masterton Intermediate School, Masterton",5468,20201105,20201207,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The coal fired boiler and heating system has been previously decommissioned and the school now has funding in place to remove all mechanical equipment including a large flue structure, all pipework, valves and electrical controls. The project will also comprise of the space conversion with the boiler room and adjacent coal bunker to be reconfigured into a PE equipment store. On completion of the flue removal works, the roof coverings will be replaced with the new roofing extended up to the connection with the adjacent classroom toilet and corridor roof. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Masterton Intermediate School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Wai Build, start date 19.04.21, expected completion date 24.12.21. It is intended that the value of the contract resulting from this tender will be within $100-$250k.",0,20250410 Ministry of Education - School Infrastructure,23553301,Request for Tenders,Open Competition,Tauranga Boys' College - School site LED light replacement,TBC08,20201104,20201127,20210409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This RFT relates to the supply and installation of approximately 2000 LED light fittings across the Tauranga Boys' College School site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23553723,Request for Tenders,Closed Competition,Main building contractor for construction of new 6 classroom block at TWOR,,20201103,20201124,20210325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Te Wharekura o Rakaumanga Board of Trustees are seeking a main building contractor to construct a new 6 classroom, A Block.",Awarded,"Contract start 22 December Term of contract is 8 months",2256947,20250410 Ministry of Education - School Infrastructure,23557073,Request for Proposals,Closed Competition,Specialised School Transport Assistance (SESTA) - Proposal Phase,MOE09783,20201106,20201204,20210331,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This is the second phase of the Specialised School Transport Assistance (SESTA) tender. Suppliers who have successfully passed the Qualification phase are invited to move forward in the procurement process to the Proposal Phase.",Awarded,"Awarded Contracts per Clusters: Far North - Ritchies Transport Whangarei - Ritchies Transport Auckland Central - Auckland Coop Taxis Auckland South - Auckland Coop Taxis Thames - Murphy Buses Katikati - Madge Coachlines Te Teko - Madge Coachlines The contracts will commence on 10 July 2021 for an initial term of 5 years with possibility to further extend the contract with 2 terms of 2 years each. The maximum potential contract term is 9 years.",49000000,20250410 Ministry of Education - School Infrastructure,23558108,Request for Quotations,Closed Competition,Tauwhare School - Verandah & Various Upgrade Works - RFQ,1154,20201109,20201123,20201209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Tauwhare School are seeking quotes from suitable qualified and experienced main contractors for the construction of a new verandah and various upgrade works in the school. Please see attached documents for more information.",Awarded,,69607,20250410 Ministry of Education - School Infrastructure,23560338,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 1, 3, 7 Refurbish Classrooms & Toilets at Fernlea School, Wainuiomata, Lower Hutt",5500,20201106,20201201,20210316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Fernlea School wants to continue capital investment into classroom and toilet modernisation which will include completing upgrade work to the two classrooms in Block 3 which was started in 2018. The classrooms will have a new and improved acoustically performing ceiling introduced with new LED lighting, the wool carpet will be replaced with commercial quality carpet tiles and wall linings will be improved with the installation of composition board display product. Internal connection between the teaching spaces will be provided with a new opening together with a glazed sliding door unit. The two sets of student toilets in Blocks 1 and 3 will be fully refurbished with new all linings and a full surface coating applied to the specialist floor product. Sanitary fixtures will be replaced, and the urinals removed with wc pans introduced in the boys cubicles. The existing warm water will be reintroduced to the new wash hand basins. The project will extend to the supply and installation of new carpet tiles to the one classroom in Block 7. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Fernlea School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings, start 01.03.21 with expected completion 31.07.21. It is intended that the value of the contract resulting from this tender will be within $250-500k.",0,20250410 Ministry of Education - School Infrastructure,23561465,Request for Proposals,Open Competition,"Outdoor Learning Areas, Design & Build, at Rotorua Lakes High School",222078,20201109,20201203,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"a. The Buyer is seeking Design and Build Services for Outdoor Learning Areas. Rotorua Lakes High School is one of many built to the S68 Ministry of Works plans in the late 1960s through to earlier 1970s. With its low flat roofs, concrete block construction, and with a lot of sheer concrete walls the school is wanting to incorporate lively outdoor learning areas. b. The Project background is: The government has provided the School Investment Package (SIP) for items that are often priority 4 in the 10YPP process. The school would like to take this opportunity to liven up the open spaces for those visiting the school and areas around the school to be inviting for students and staff to use as outdoor learning areas. The school is proposing that an overall theme is created but will limit construction to expend the current available budget.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23564040,Request for Tenders,Open Competition,Andersons Bay School - Boiler House and Retaining Wall Project,3703.19.01,20201109,20201209,20201218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All queries are to made through the GETS website Q & A function,"It is recommended a new boiler house is constructed for a new boiler (supplied and installed by others) away from the centre of the school. To accommodate the new boiler and boiler house, the Special Needs Carpark and associated carparks are required to be moved to the Northern end of the school. . The large retaining walls at the southern end of the school have been deteriorating over numerous years, they are now at a point that they require major works to stop the cracking, movement and continued deterioration.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23564169,Request for Tenders,Open Competition,RFT - Mauku School Classroom Enhancement,,20201109,20201203,20210217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23565625,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Install of Covered Outdoor Learning Area behind Block 3 at Papatoetoe South School",,20201109,20201202,20210906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Papatoetoe South School is looking to engage with a Main Contractor for the Design, Supply and Installation of a Covered Outdoor Learning Area over an existing turfed area behind Block 3.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23567158,Request for Tenders,Open Competition,Main Contractor for Site Shade Structure at Royal Road School,,20201106,20201201,20210602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Royal Road School are seeking a Main Contractor for the Site Shade Structure,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23567587,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 4 Refurbish Classrooms, Blocks 2, 3, 4 Replace Windows/Doors, Toilet Floors at Maoribank School, Upper Hutt",5332,20201109,20201202,20220429,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Maoribank School is comprised of timber and fibre cement sheet clad single storey buildings created in early 1970s. Work will refurbish classrooms, toilets and replace windows on several blocks. The work proposed alters the plan layout to achieve unisex toilet cubicles. The classroom work includes for fitting of new internal aluminium glazed sliding doors, new carpet and pinboard. The external works is focused on replacing timber windows with double glazed aluminium doors and windows. To all toilets the Terraflake floors will be stripped back and res-surfaced, selected toilet spaces will be repurposed to provide unisex facilities including for all new sanitary fittings. The work covers multiple buildings mostly of an internal refurbishment nature with the proposed window replacement effecting the exterior. An asbestos report has been commissioned which confirms areas of the exterior cladding to be asbestos. Accordingly, this information is shared with tenderers for them to include for its removal in their offer where affected by the work only, along with an Asbestos Management Plan. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Maoribank School Board of Trustees producing full construction documentation.",Not Awarded,No award.,0,20250410 Ministry of Education - School Infrastructure,23568143,Request for Tenders,Open Competition,"RFT - Main Building Contractor, SIP - Block A Learning Extension Centre at Avalon Intermediate School, Avalon, Lower Hutt",5442,20201109,20201202,20210127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The work proposed is the refurbishment of the old dental clinic creating a learning extension centre. The work will involve removal of specific internal walls and the hot water cylinder, internal wall and ceiling linings and sanitary fittings. The refurbishment will include new wall and ceiling linings, new flooring, insulation, glazed doors, pinboard, electrical, data and sanitary services. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Avalon Intermediate School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings, starting 01.02.21 with anticipated completion date 31.05.21. It is intended that the value of the contract resulting from this tender will be within $100k - $250k.",0,20250410 Ministry of Education - School Infrastructure,23569448,Request for Tenders,Closed Competition,MOE10106 CWN MC Cluster 2,MOE10106,20201110,20201209,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,CWN Main Contractor Cluster 2 North Shore Bays,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23574062,Request for Tenders,Open Competition,Epsom Girls Grammar School Aquatic Centre,4080.02,20201110,20201204,20210528,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All Tenders should be submitted to the GETS,The BoT of Epsom Girls Grammar School are seeking a Mechanical/ Electrical Contactor for the upgrade of Heating and Ventilation Services to the School Indoor Swimming Pool.,Awarded,Award Economech,0,20250410 Ministry of Education - School Infrastructure,23574667,Request for Proposals,Open Competition,Geraldine High School - Transport,,20201109,20201201,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23577832,Request for Proposals,Open Competition,Lead Design Services for Tararua College Block A Redevelopment RFP,,20201110,20201204,20201216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Tararua College BOT have an existing Nelson Block (Block A) which requires a refurbishment to make it comply with the Ministry of Educations DQLS standard. The Nelson Block has had limited work undertaken to it and needs an overhaul to bring it up to modern standards. There is a large volume of asbestos in the building and the school would like to reduce this hazard. The structural status of the building is currently unknown, and the BOT is currently having this assessed. The results of this DSA will be ready in time for the concepting phase. The school is currently undertaking a site wide heating options report to look at heating around the school holistically. The findings of this report will be ready in time for developed design.",Awarded,This contract was awarded to Designgroup Stapleton Elliott Ltd and will start the week of 21/12/2020. The term of this contract is two years.,213854,20250410 Ministry of Education - School Infrastructure,23587216,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C & E 5YA and AMS Works at Crawshaw School",202011,20201111,20201207,20210205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Crawshaw School Board of Trustees, we would like to invite main contractors to submit a tender for the above project with the following summary of scope: i. The internal alterations of Block B to provide ILE teaching spaces and the reconfiguration of existing toilets in this Block ii. The alteration of existing toilets in Blocks A and C iii. The addition of new doors and ventilation to Block E iv. Minor work to existing stormwater drains This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,317434,20250410 Ministry of Education - School Infrastructure,23589866,Request for Tenders,Open Competition,"Main Building Contractor for Block 1 Alterations & Refurbishment at Longburn School, Palmerston North",Longburn School,20201112,20201209,20210609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"he Board of Trustees for Longburn School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block 1. The Contract Works required are: Create a new Teachers workspace, modernise pupils & staff toilets, extend exiting exterior decking, construct a covered outdoor learning space and small amount of fencing. Also included in this project is the upgrading of all electrical lighting with new LED lighting, and the inclusion of RCD protection to existing distribution boards, and other minor electrical work. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would be started approx. late March/Early April with completion July 2020, however this will be discussed with the succesfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,212850,20250410 Ministry of Education - School Infrastructure,23590853,Request for Proposals,Open Competition,RFP - Construction Directory for Major Works Projects - Refresh November 2020,,20201117,20210201,20210929,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,all uploads must be via GETS,"The Ministry of Education oversees and supports over 2,100 schools made up of over 15,000 buildings, which is a portfolio with a replacement value of $31.6B as at 30 June 2020. As one of the biggest buyers of construction services in New Zealand and a signatory to the Construction Sector Accord, we are committed to improving the health of the construction industry through strategic procurement to deliver the best outcome for New Zealanders. Our Construction Directory is one of these strategic approaches. The Directory is a panel of pre-qualified main contractors for Ministry-led capital works projects above $500,000.00. It provides the Ministry with greater consistency and supply confidence, while reducing the tender burden and accelerating the process for suppliers bidding for specific projects. Since January 2019 we have contracted suppliers through the Directory with a total contract value of over $450m. The future programme of works to be delivered through the Directory is anticipated to have a value of approximately $250m per annum. The Ministry is now reopening the Directory to allow: new Suppliers to gain admittance to the Directory existing Suppliers to tender for additional categories to increase their scope of delivery to the Ministry existing Suppliers to submit new information and examples to increase their score for a category on the Directory The Construction Directory is for main contractors only. Respondents should meet the following definition of a primary construction supplier: The principal supplier of construction services, responsible for the overall management of the project and sub-trades to deliver projects in excess of $500,000. All submissions in response to this RFP are to be made through GETS. For further information please see the attached documents. For supplier briefing sessions please see the NOI link above. For suppliers unable to attend the briefing sessions an addenda will be added with the presentation and Q&A summary in due course.",Awarded,"The Contract was awarded to the above multiple suppliers. The contract period is indefinite. The awarded contract is a panel agreements and has no dollar value.",0,20250410 Ministry of Education - School Infrastructure,23592960,Request for Tenders,Open Competition,"Block J Classroom and Hall Refurbishment, Plus 5YA P2 Contract Works",,20201111,20201204,20210802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Papamoa Primary School BoT requests tenders for Main Building Contractor for the Block J Classroom and Hall Refurbishment, Plus 5YA P2 contract works. Works include Roofing / Plumbing / Drainage / Aircon / Security / Electrical / general works involved in typical refurbishment works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23594649,Request for Tenders,Open Competition,Epsom Girls Grammar School -Senior Commons Block Demolition,4080.3,20201111,20201207,20210528,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All Tenders to be returned through the GETS Portal,,Not Awarded,Award Moorcroft Projects,0,20250410 Ministry of Education - School Infrastructure,23605156,Request for Tenders,Open Competition,Main Building Contractor for Gym Structural Upgrade & Fire Protection at Napier Girls High School,,20201116,20201218,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main building contractor for Gym Structural Upgrade & Fire Protection at Napier Girls High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23611386,Request for Tenders,Closed Competition,RFT for the Redevelopment at Banks Ave School,MOE08088,20201112,20210122,20210524,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"1.5.1 The Project background is: i. This project is to provide improved learning environments throughout as well as the provision of Hall, Administration and Library and spaces. The site will be fully redeveloped with the addition of play courts, outdoor learning spaces and services. ii. This project forms part of the on-going Christchurch Schools Rebuild (CSR) Programme and this project is planned to complete before the beginning of Term 1 2023. iii. The service requested in this tender is for a Main Contractor of the construction works. iv. The anticipated project completion date is December 2022",Awarded,It is intended that the value of the contract resulting from this tender will be within $10M - $25M,0,20250410 Ministry of Education - School Infrastructure,23612227,Request for Proposals,Closed Competition,RFP for 4 New Roll Growth Teaching Spaces - Design and Build Services at Nelson Central (the School),,20201112,20201123,20210316,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Nelson Central School is currently experiencing an enhanced Roll Growth period with two teaching spaces required from the 2018 budget and five teaching spaces highlighted from the 2019 budget which only two teaching spaces have been approved to deliver. The school requires redevelopment on a larger scale given the small land footprint on which buildings can be delivered. The school has just completed Master Planning and as a result, the location of the phase 1 building (this project) has been selected (4 new roll growth teaching spaces). i. Placement of 2 RG teaching spaces from 2018 budget and 2 more RG teaching spaces from 2019 Budget giving a total of 4 new Teaching Spaces. ii. Master planning has now been completed and new building location has been approved. The location of the proposed new build location has tight land restraints on the school site and will involve the construction of a retaining wall for structural support. Furthermore, due to existing known information for the school site it is anticipated that a power upgrade will be necessary. iii. Intended completion date: 01/04/2022",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,23614995,Request for Tenders,Open Competition,Main Contractor for Block B ILE Upgrade & Site Wide Compliance at Salford School,19-039,20201116,20201209,20210211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Salford School Board Of Trustees is inviting tender submissions for an experienced main contractor for the ILE upgrade to 3 x classrooms to Block B at Salford School, as well as a site wide fire and accessibility compliance upgrade. Potential tenderers notice is drawn to site access requirements as outlined in Section 2.2 of the RFT.",Awarded,The Salford School BOT has awarded the project to Barry Stewart Builders Ltd.,0,20250410 Ministry of Education - School Infrastructure,23616193,Request for Tenders,Open Competition,"Main Building Contractor for New Multipurpose Building at Glen Oroua School, Palmerston North",Glen Oroua School,20201116,20201218,20220429,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Glen Oroua School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry the building of a new Multipurpose Space on the school site. The Contract Works required are: The proposal to build a new multipurpose space to provide 124 net square metres of non-classroom teaching space including all fitout and refurbishment. All tender documentation and necessary information attached. Start dates will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,This will not proceed. The MoE are looking at other options.,0,20250410 Ministry of Education - School Infrastructure,23616230,Request for Tenders,Open Competition,Main Building Contractor for McCarthy Science Block Laboratories Upgrade at Napier Girls High School,,20201116,20201218,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Napier Girls High School Board of Trustees are seeking a main contractor to Upgrade 4 x existing cellular Science Laboratories to create quality learning environments and opportunities for flexible learning spaces with transparency and connection between spaces. A new goods lift and upgrades of the existing toilets also form part of the project works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23616570,Request for Tenders,Open Competition,"SIP: Main Contractor for the Design, Supply & Installation of a new Shade Structure Canopy and Synthetic Surface to part of the Existing Tennis Court",,20201113,20201211,20210224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the design, supply and installation of a new outdoor shade structure and synthetic surface, along with any associated stormwater drainage works, to part of the existing hard court area at Marlborough Boys College, Blenheim. Suppliers are to provide all planning, design, documentation, consent applications, and construction services in relation to the new structure and synthetic surface. The required solution for this project includes: The new canopy structure is to be approx. 21m x 33m (693m2) to cover approximately 1/3rd of the existing court, be constructed of structural steel framework and an MoE compliant (trafficable) tensile PVC membrane system. The new canopy structure is to include spouting, downpipes and connection to the schools existing stormwater drainage network. Remediation of any lawn & garden area / footpath paving etc where new services trenches are dug up is required. A new synthetic surface to a similar area of the existing court that will have a the new canopy roof installed above. The supplier must provide & maintain a project programme including design, consenting, and construction of the new canopy. Ideally the supplier will have a track record of completing projects similar to that proposed in this procurement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23620663,Request for Tenders,Open Competition,"Main Contractor for Block 4 DQLS Classroom Upgrade, Toilet Refurbishment and Warm Water Supply at New Windsor School",,20201117,20201211,20210413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at New Windsor School seek the services of a suitably qualified building contractor to carry out a DQLS classroom upgrade, toilet refurbishment and warm water supply (block 4) at the school. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming, They are listed in the RFT document under 1.3 Point of Contact.",Awarded,The winning tenderer was awarded this contract due to providing the best value for money and due to the proven reputation and workmanship of the company. This tenderer was chosen by the school board of trustees.,416450,20250410 Ministry of Education - School Infrastructure,23623637,Request for Proposals,Open Competition,CW2020-100 Te Pohue Redevelopment Project Lead Design Services,,20201117,20201216,20210429,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for CW2020-100 Te Pohue (The School) Redevelopment Project Lead Design Services (the Services). The Project background is: i. Te Pohue Primary School is a full primary school in Northern Hawkes Bay. ii. It has two main blocks, Block A and Block B: 1. Block A comprises teaching spaces, administrative spaces, library, toilets, storage and resource rooms and was constructed in the 1980s. It backs on to a steep bank which is not part of the schools property. A cadastral survey in 2019 identified that part of Block A encroaches on the neighbouring property. Earlier there had been mature trees planted on the bank protecting the school from the south, however these have been removed and the bank is now more susceptible to erosion. Following the identification of a crack in the buildings ring foundation in the area of the bank the advice of a consulting engineer was sought. The outcome of this was the advice that there is no imminent danger to the structural integrity of Block A but the current siting requires remediation to the land if the building is to remain in its current position. 2. Block B comprises a hall, legitimate space ECC, storage, and staff/toilet areas. It is a Portable Modular Classroom (PMC) and was constructed in 1967 with an intended design life of 15-20 years. The hall and ECC rooms do not meet Designing Quality Learning Spaces (DQLS) Standards. It has also had temporary structural strengthening and shows some weathertightness damage. iii. Lead design services are sought for concept design initially, with a reserved right for further services through to construction completion to provide modern learning and auxiliary spaces for the school. The end of life Block B is to be demolished and it key functions incorporated into Block A as part of a full refurbishment of Block A",Not Awarded,"The scope of this project has now been significantly decreased. Consequently Lead Design services are no longer required.",0,20250410 Ministry of Education - School Infrastructure,23623891,Request for Tenders,Open Competition,"Main Building Contractor for SIP, AMS, CP, A ILE Project to Classrooms Stage 1 & 2 at Blue Mountain College",215713,20201117,20201210,20210611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,Project is being rescoped.,0,20250410 Ministry of Education - School Infrastructure,23625878,Request for Tenders,Closed Competition,Mairehau High School CSR Redevelopment - Stage II,,20201117,20201221,20210624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"i. Mairehau High School originally entered the CSR (Christchurch School Rebuild) programme in 2015. However, due to multiple constraints a fragmented approach to the design process for the redevelopment has been necessary and design is scheduled to complete in mid-November 2020. ii. To accommodate the operational school, works are proposed in a staged manner with a demolition and enabling package preceding the main new build works and followed by a final remediation stage. iii. Contract works are outlined as follows: Separable Portion 1: Construction of New Tech Block (Part A) southern portion, approx. 1320m2 of new technology teaching hub and Supported Learning Centre. Separable Portion 2: Demolition of remaining portion of Cartwright (Central and North), K Block (C). Separable Portion 3: Construction of remaining portion of New Tech Block (Part B), northern portion, approx. 370m2. Separable Portion 4: Remediation of gymnasium and construction of gymnasium extension (Health Hub), including demolition of gymnasium changing rooms and J Unit Rooms (HQ).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23626154,Request for Tenders,Open Competition,Main Contractor for Resurface Courts - Netball and Basketball at Clendon Park School,,20201117,20201210,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Clendon Park School Board of Trustees are seeking a Main Contractor for the Resurface Courts - Netball and Basketball project,Not Awarded,Awarded to a contractor that was contacted directly.,0,20250410 Ministry of Education - School Infrastructure,23627630,Request for Tenders,Open Competition,Main Contractor Classroom Upgrade at Oxford Crescent School (Upper Hutt),,20201118,20201211,20210414,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified main contractors to submit a Tender for the construction works to construct the alterations and upgrading works to Block A, G & F; ILE Classroom upgrade & acoustic improvements (the Contract Works) for the Board of Trustees (BoT) (The Principal) at Oxford Crescent School (the School). a. Words and phrases that have a special meaning are shown by the use of capitals and are defined in the RFx Process Terms and Conditions (Section 1.6). b. The Proposed Contract is based on the Ministry of Educations (The Ministrys) Medium Works Contract c. General background information on New Zealands school property portfolio is at: Information for Suppliers. The BOT at Oxford Crescent School are seeking the services of a Main Building Contractor to undertake upgrades and acoustic improvements to blocks A, G & F at the school to create a new flexible learning space as described in the tender documents prepared by IR Group Ltd. This involves the following works Supply & install bi-folding doors to existing openings between teaching spaces (between classrooms 11-13, 14-15, 6-8, 9-10 & 1-2) Supply & install acoustic ceiling tiles (Classrooms 6-15) Remove existing fluorescent lighting to the ceiling and supply and install new LED light fittings to classrooms 6-15 Supply & install ceiling baffles to classrooms 1-2 & 4-5 Supply & install new floor coverings through all rooms, including corridors & decks Supply & install new teachers whiteboard storage units in each classroom Project consultants are: o Project Manager: Philip Rice o Lead Designer: IR Group Ltd The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works).",Awarded,"Contract awarded to FPL, both respondents scored equally on non priced attributes and the project was awarded to the supplier with the best price",530000,20250410 Ministry of Education - School Infrastructure,23632622,Request for Tenders,Open Competition,"RFT - Main Siteworks Contractor, SIP - Artificial Sports Court & Asphalt Surfacing at Rongotai College, Wellington",5484,20201119,20201214,20210311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Rongotai College is comprised of one and two storey buildings of various ages located on an exposed site with high exposure to coastal (salt laden) winds. The work proposed is to install an artificial sports turf over the paved courts, replace areas of asphalt paving, replace the metal fencing and gates. The Colleges asphalt paved six court sports area is worn and the fence posts and mesh is corroded. The work will replace the 3.6 m height heavy duty wire mesh fence and all posts including for gates complete with hardware. To the entire area supply and install a green artificial sports turf complete with tennis court and five basketball court markings and one hockey goal half circle. To separate areas replace the asphalt paving with 35 mm thickness Mix 6. The work is siteworks generally except that the high fences will be requiring access and scaffold systems. This procurement looks for a professional Main Siteworks Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Rongotai College Board of Trustees producing full construction documentation.",Awarded,"Awarded to Tiger Turf, starting 01.03.21 completions expected 31.07.21. It is intended that the value of the contract resulting from this tender will be within $250k - $500K.",0,20250410 Ministry of Education - School Infrastructure,23637383,Request for Tenders,Open Competition,Main Contractor for Pool Shade Structure and Sitting Area at Clendon Park School,,20201118,20201218,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Clendon Park School Board of Trustees are seeking a Main Contractor for the Pool Shade Structure and Sitting Area at Clendon Park School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23638094,Request for Tenders,Closed Competition,Springfield School: New School Rebuild,3515-19-02,20201119,20210204,20210608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23639169,Request for Tenders,Open Competition,"Main Building Contractor for Blocks 1, 2 & 6 Refurbishment and AStroturf at Turitea School, Palmerston North",220564,20201119,20201214,20210603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Blocks 1, 2 & 6 Refurbishment and Astroturf at Turitea School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23639632,Request for Tenders,Closed Competition,"Geraldine Primary: SIP 4, 5: ILE Classroom Modifications & Toilet Upgrade",2107-20-02,20201119,20201210,20210127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23644636,Request for Tenders,Closed Competition,Tauraroa Area School - LSPM Remediation Works - Main Contractor,,20201119,20201214,20210122,,Sole Agency,No,,"An OT Report was prepared for a student enrolled at Taurarua Areas School on 20th December 2017. The scope of works included recommendations for the installation and application of handrails, visual highlighting and tactile indicators in order to aid with sensory support for the student. The work was completed as per the scope of works proposed by the Minor Works Delivery Manager. Following completion of the project, the school recorded incident and accident reports involving the tactile indicators stating that they were slip and trip hazards which resulted in injury to students and staff. A BLENNZ (Blind and Low Vision Education Network NZ) report was thus produced to provide recommendations on the removal or reduction of the number of tactile indicators in order to reduce or eliminate the number of accidents reported. A site Plan has been marked up indicating the areas. The Contract Works required are: Removal of tactile indicators as per attached Tauraroa Area School - Site Plan Mark-up A proposed solution is required to fill the holes that are left behind following the removal of the tactiles in the different surface areas (asphalt, concrete, chipped roadway etc.)",Awarded,,48400,20250410 Ministry of Education - School Infrastructure,23644738,Request for Tenders,Open Competition,Request for Tender - Main Building Contractor for Main Contractor for Design & Build of an All-Weather Canopy at Kaitaia Primary School,,20201130,20210115,20210616,,Sole Agency,No,All responses must be uploaded on GETS,"Kaitaia Primary School is seeking to utilise their School Investment Package (SIPS) funding on a new all-weather canopy over the existing Junior School Court. Attached tender documents.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23645582,Request for Tenders,Open Competition,Main Contractor for Block 5 and 10 DQLS Upgrade and Carpet Replacement at Puhinui School,,20201120,20201216,20210413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Puhinui School seek the services of a suitably qualified building contractor to carry out a DQLS classroom upgrade and carpet replacement for block 5 and 10 at the school. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming, they are listed in the RFT document under 1.3 Point of Contact.",Awarded,The winning tenderer was awarded this contract due to providing the best value for money and due to their proven reputation and workmanship in the industry as chosen by the school board of trustees.,251658,20250410 Ministry of Education - School Infrastructure,23646694,Request for Tenders,Closed Competition,Main Contractor for Major Refurbishment Works at Whangaroa College RFT,,20201120,20201218,20210401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"a. The Contract Works required are: i. Sitewide Roofing Works - The existing roofing iron is rusted and requires replacement. ii. Localised rationalisation and refurbishment of the Admin block removal of the upper floor staffroom and meeting room. This space is only accessible via a staircase which leaves it inaccessible to those requiring disability access. The lower floor of the Admin block will be reconfigured and refurbished to allow for a monitored sick bay (not currently available), staff and visitor toilets and a staff room and meeting room. iii. Student Toilets - Construction of a new toilet block to replace the Block D toilet block. Block D has been mothballed due to the abject nature of the facility. iv. Site wide joinery replacement - window and door joinery in the blocks are starting to rot and in some cases are not working. v. Block M Internal Upgrade - Removal of the internal wall to allow for the relocated library and one teaching space to open into FLE. The existing library is to be reconfigured as the art room to allow for rationalisation of overcode classrooms. vi. Site wide floor covering replacement and lighting and electrical upgrades to comply with DQLS. vii. Changeroom and Caretaker Shed Replacement The current facility should be mothballed immediately as it is an ongoing H&S risk to the school community. A new block will be used as a changing rooms/toilet, showers, PE storage, caretakers office, garage, storage area",Awarded,The intended contract award bracket is 1M-5M,1000000,20250410 Ministry of Education - School Infrastructure,23650643,Request for Tenders,Open Competition,Main Roofing Contractor for Block A Roofing Upgrade at Stratford High School,02-044-011 (Proj no. 211478),20201123,20210121,20210603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Roofing Contractor for Block A Roofing upgrade at Stratford High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23654638,Request for Tenders,Open Competition,Fairfield Intermediate block D: Rooms 1-4 Refurbishment,5967,20201123,20201217,20210120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Refurbishment of existing classroom teaching block to meet current MOE standards Entrance thresholds do not meet accessibility code requirements- New Doors Buildings fire design does not meet current fire code and MOE requirements- Upgrade fire alarm to Type 4 Poor ventilation to ceiling space evidenced by mould on ceiling lining- Replace Ceiling & New acoustic Panels Existing doors need replacement due to structural failing- Replacing Doors Existing lighting/heating and acoustics do not meet MOE requirements- replacing Lighting, heating & Acoustic New Autex Composition wall linings on the top half of the walls and Vertiface wall linings on the bottom half of the walls separated by a 20mm x 40mm dado line New nylon solution dyed carpet tiles and Autex boating carpet in all entrances New commercial grade vinyl from the Armstrong Excelon Range coved up the walls 150mm New 4.8m fixed storage units (4) New 100mm x 20mm skirting Repairs to damaged ceilings, walls, trims, windows",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23656511,Request for Proposals,Open Competition,School Bus Services - Te Kauwhata District,,20201120,20201217,20210510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"44 Omokoroa Road, Omokoroa, 3114","The Waikare Schools Transport Committee welcomes proposals from suitably experienced transport operators to provide school bus services. This contract commences on 1 January 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23659815,Request for Quotations,Closed Competition,Ellesmere and Twizel-Redevelopments-PM and ETC,,20201120,20201208,20210707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This RFQ is a secondary selection procurement with Suppliers through the All of Government (AoG) Construction Consultancy Services (CCS) framework. The Ministry require Project Management (PM) and Engineer to Contract (ETC) Services across the duration of the both projects. It is intended that the appointed PM forms a key part of the project team, working collaboratively while providing strategic advice to The Ministry. The appointed PM will arrange the ETC. The initial requirements are for the PM to work with The Ministry Delivery Manager to: Agree reporting requirements (format and regularity) Familiarise with the relevant school(s) In collaboration with the QS, verify scope and highlight any areas of risk or concern. Assist and manage the programme for each project.",Awarded,"It is intended that the value of the contract's resulting from this tender will be within $250,000-$500,000 Package one - Ellesmere Pm Etc Package Two - Twizel Area Pm Etc",0,20250410 Ministry of Education - School Infrastructure,23663365,Request for Tenders,Closed Competition,Cust School Classroom Replacement - Main Contractor RFT,CS 112020,20201123,20201215,20210818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This request for tenders follows the Registrations of interest that closed in September.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23665443,Request for Tenders,Open Competition,P Block Roofing & Cladding Replacement Project at Waitara High School,3208.1,20201125,20210118,20210303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees seeks to replace selected areas of cladding and roofing, and carry out siteworks to improve drainage, to the two storied P Block at Waitara High School. a. The Contract Works required are: i. Replace ground floor weatherboard cladding and all EIFS cladding with new cladding on cavity and Rigid Air Barrier. ii. Remove lower roof, repitch, and install new at 5 degrees. iii. Alterations to decks and siteworks to achieve required cladding clearances to ground iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. There are no significant non-standard terms and conditions to the Contract. vi. See Tender Documents for further information.",Awarded,"Awarded to Southcoast Construction based on receiving highest overall evaluation score. Note value stated is the lower end of the pricing band category, and does not reflect the actual contract price.",250000,20250410 Ministry of Education - School Infrastructure,23668882,Request for Proposals,Open Competition,School Bus Services - Wellsford district,,20201124,20201221,20210210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Rodney Area Transport Society welcomes proposals from suitably experienced transport operators to provide school bus services. This contract commences on 1 January 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23669211,Request for Proposals,Open Competition,School Bus Services - Bream Bay,,20201124,20201221,20220531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Bream Bay Transport Network Group welcomes proposals from suitably experienced transport operators to provide school bus services. This contract commences on 1 January 2021.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23677029,Request for Tenders,Open Competition,"CW2020-154 Request for Tenders for Orewa North West Primary School Earthworks, Drainage & Retaining Structures Works",,20201125,20201218,20210315,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Orewa North West Primary School Earthworks, Drainage & Retaining Structures Works (the Contract Works).",Awarded,"The contract was awarded to McKenzie & Parma Limited and will start on 15 March 2021. The term of this contract is until Practical Completion, expected 10 May 2022. It is intended that the value of the contract resulting from this tender will be within value band: $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,23679109,Request for Proposals,Open Competition,Biomass and Electric Heating Solutions for Coal Boiler Replacements,MOE09134,20201126,20210118,20210525,,Sole Agency,No,,"The Ministry of Education (MOE) (the Buyer) is seeking proposals for the supply and installation of low carbon alternatives for coal boilers in a number of schools. Low carbon alternatives in this instance include biomass boilers and electric heating solutions. The primary purpose of this procurement is to engage suppliers who can supply and install biomass or electric heating solutions in schools across a range of geographical areas. The aim of the programme over the next four years is to replace up to 90 coal boilers. We require biomass and electric heating solutions, which provide heat in the range of 50kW to 1,000kW. We seek suppliers who can demonstrate they have robust methodologies and systems in place to effectively manage cost, schedules and quality.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23681029,Request for Tenders,Closed Competition,Main Building Contractor for the Block F Property Modifications at Rangiora High School,216420,20201127,20201215,20210717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As part of the schools 5YA programme of works, a project has been developed around block F to create outdoor learning spaces with a new replacement covered deck. Scope also includes to modernize internal teaching space with reconfiguration and refurbishment internally.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23681144,Request for Proposals,Open Competition,School bus services - Maungaturoto and surrounds,,20201125,20201223,20210210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Schools of Otametea Network Group welcomes proposals from suitably experienced transport operators to provide school bus services. This contract commences on 1 January 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23682394,Request for Proposals,Open Competition,School bus services - Warkworth and surrounds,,20201125,20201223,20210210,,Sole Agency,No,,"The Mahurangi Transport Network Group welcomes proposals from suitably experienced transport operators to provide school bus services. This contract commences on 1 January 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23683436,Request for Tenders,Open Competition,"Main Building Contractor for Block A, C, E & F Bundled Project & New Toilet Block at Koputaroa School",218659,20201127,20210120,20210601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) is an invitation to suitably qualified main building contractors to submit a Tender for Main Contractor for Blocks A, C, E & F Bundled Project and New Toilet Block at Koputaroa School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23683792,Request for Tenders,Open Competition,Main Contractor for Courts Cover at Northland College RFT,,20201127,20210114,20210513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"As per the schools 5YA, this project will deliver construction of a new court cover at Northland College.",Awarded,"The intended contract band for this tender is $250,000-$500,000",250000,20250410 Ministry of Education - School Infrastructure,23684773,Request for Tenders,Open Competition,Tisbury School Learning support modifications & LSC office,RFT 2017-2,20201127,20210113,20210611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,360503,20250410 Ministry of Education - School Infrastructure,23686807,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Replace Windows & Doors, Roofing & Cladding Remediation at Porirua College, Porirua",5388,20201130,20210128,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The majority of the original timber windows and doors in Block E are in poor condition or are not functional. New commercial quality aluminium joinery with double glazing is required, cladding where affected will be modified to suit (it is likely to be ACM). The project also comprises of interior building alterations which will introduce better connection of the Maori department with the rest of the building. The creation of a new opening through a fire wall and provision of new glazed doors is required. Other works to be actioned including improvements to ceiling finishes in a chemical store room and the renewal of asphalt paving in an area where part of the building was previously rationalised and foundation remnants are still exposed or above ground level. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Porirua College Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Niche Commercial Limited, start date 31.05.21, expected completion date 26.11.21. It is intended that the value of the contract resulting from this tender will be within, $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,23688038,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Site - Infrastructure Upgrade & Rationalisation at Russell School, Cannons Creek, Porirua",5374,20201201,20210211,20210719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees with financial support from the Ministry of Education has developed a scheme where the teaching spaces in the two permanent classroom blocks will be refurbished to meet full DQLS standards and will be completed in a staged progression in line with the availability of the spaces. The school hall will have all exterior envelope elements (roof, cladding and windows) replaced and the facility will be improved with the construction of an improved decked frontage. As part of the site redevelopment a new fire alarm (Type 4) will be introduced throughout all main buildings. The introduction of an office space conversion for a Learning Support Co-ordinator is likely to be incorporated into the works. This will consist of interior alterations and refurbishment work. On completion of the modernisation works the school buildings in poor condition and deemed as surplus will be demolished and the site reinstated (funding is not presently available but the school will reserve the right to extend the contract to include this work if it is approved to proceed whilst the contractor is still established on site). This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to DS O'Leary Building, starting 02.08.21 with anticipated completion date 30.06.22. It is intended that the value of the contract resulting from this tender will be within $1m-$5m.",0,20250410 Ministry of Education - School Infrastructure,23698995,Request for Tenders,Closed Competition,CW2020-105 Amesbury School (the School) - School Expansion - Main Contractor,,20201130,20210226,20210716,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Amesbury School is a primary school, built in 2012, located in the Northern Suburbs of Wellington. This project considers the Phase 2 expansion of Amesbury School to provide an additional 200 student spaces as announced in Budget 2018. This equates to one new 2 story building consisting of 9 new teaching spaces at the school. The site is a greenfield site and will offer a contractor an easy build fully self-contained.",Awarded,The contract has been awarded to Holmes Construction Wellington Limited and started in August 2021. Price Band: $5M - $10M.,0,20250410 Ministry of Education - School Infrastructure,23699102,Request for Proposals,Closed Competition,Mana College (the School) - Major Redevelopment - Project Management Services,,20201201,20201218,20210325,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All communications must take place through the GETS Question & Answer function,"Mana College is a coeducational secondary school located north of Wellington in Porirua. The school caters for years 9 to 13. The school currently has 34 teaching spaces, and their Build Roll SPG entitlement is 36. A number of existing buildings have moisture ingress/building envelope deterioration issues. In addition to rationalisation, a major redevelopment of the School is required to replace or refurbish the school building stock, along with infrastructure upgrades and extensive landscaping works. The initial redevelopment of Mana College in early 2017 included rationalising surplus space in poor condition, and build a new block that included administration space, a library, and new teaching spaces. A Business Case was prepared based on a Build Roll of 350. As the increasing roll became apparent across 2018, the Ministry analysed more up to date data, and the build roll was increased to 500 with a Master Plan roll of 600. The increased Build Roll, and associated change of scope, necessitated a review of the Business Case that was concluded and approved in November 2018. In early 2019, the College raised with the Ministry its belief that the revised Master Plan Roll is too low. Network again reassessed the latest data to project future rolls. As a result of this the build roll was increased to 650 with a Master Plan roll of 750 students. This is a substantial change to the scope of the project approved in 2017. The redevelopment of Mana College will include the demolition of excess teaching spaces, some remediation of existing buildings and the construction of some new teaching blocks and associated siteworks. An early works package has already begun involving a new Tigerturf court and demolition of the Library Block. The main redevelopment construction is anticipated to run from late 2021 through to 2026.",Awarded,The contract has been awarded to The Building Intelligence Group Limited and will start on March 2021. Price Band ($250K-$500K),0,20250410 Ministry of Education - School Infrastructure,23699448,Request for Proposals,Closed Competition,Crawshaw School (the School) - Weathertightness Remediation - Preliminary and Concept Design Services,,20201130,20210128,20210217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All communications must take place through the GETS Question & Answer function,"Crawshaw School requires weather tightness remediation on the roofing and cladding of blocks A, B, C, D, E, and J. The project involves redesign of the roofs and repairing the damaged cladding as required. Block F will be demolished on site. Weather tightness Building survey reports have been completed for all the blocks to indicate the extent of known weather tightness issues and what anticipated repairs are required for each block. Design Stages are as follows: (a) Stage 1 Preliminary Design Services Including (b) Stage 2 Lead Design Services including",Awarded,The contract has been awarded to Eco-Logical Architecture Limited and will start on February 2021. Price Band: $50K - $100K.,0,20250410 Ministry of Education - School Infrastructure,23699931,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Staff Room & Universal Bathroom Refurbishment, Roofing & Cladding Replacement at Maraeroa School, Cannons Creek, Porirua",5472,20201201,20210210,20210802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Staff room refurbishment will replace the kitchen and alter the plan arrangement to accommodate current staff numbers and improve layout functionality. Solution includes for new kitchen and storage joinery include for new lighting, cable and plumbing services. The old sick bay will be converted to a copy/resource room. The accessible toilet will have provided ventilation, warm water and an opening window. The DPs office will be converted to a medical room fit for purpose. A universal bathroom will be developed from spaces currently used as entrance lobby and IT room (previously a toilet). The space will provide for a shower, toilet, wash hand basin, height adjustable change table, ceiling hoist and wet wall finishes. To Block B the curved ridge will be replaced with a gable roof. Below this and also in Block A fit new acoustic ceilings and LED lighting. One internal wall to have the openings infilled with fixed and sliding aluminium glazing. The dental clinic is to be redeveloped to provide office space for the Learning Support Coordinators for which Maraerora School have two confirmed. The work will refurbish the existing spaces only. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Maraeroa School Board of Trustees producing full construction documentation.",Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,23700123,Request for Proposals,Open Competition,School bus services - Ruawai and surrounds,,20201127,20201224,20210223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Ruawai Transport Network Group welcomes proposals from suitably experienced transport operators to provide school bus services. This contract commences on 1 January 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23700440,Request for Tenders,Open Competition,Civil and Drainage Contractor for a New Wastewater System at Waipara School,219065,20201130,20210127,20210303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The Board of Trustees at Waipara School in North Canterbury are seeking a Civil and Drainage Contractor to supply and install a new Wastewater system.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23700643,Request for Tenders,Open Competition,Head Building Contractor for Construction (on site) of a Whare Kai Building,222317,20201201,20210209,20210414,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,The BOT are seeking a Head Building Contractor for the Construction of a Wharekai that will be a multi purpose space for teaching and learning and other school events. The building will support the school community to deepen their understanding of Te Ao Maori and make mana whenua a visibly stronger entity within the school and community.,Awarded,,380000,20250410 Ministry of Education - School Infrastructure,23701095,Request for Tenders,Open Competition,"Main Contractor for AMS, Roofing, Carpentry and Interior Works at Woodlands School, Opotiki",4958,20201130,20210115,20210603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A new ceiling tiles, new LED lighting, replace 10 rusty brackets to ramp handrail, replace part of roof, replacement of rusty rainwater head on A C new autex, new floor coverings, new LEDs, re-rubber windows, replace roof D new LEDs, replace 2sqm of broken cladding below south wall window, replace roof E new ceiling tiles, new LEDs, replace 10sqm of broken cladding on south wall, lower ground level at east as it is closes off subfloor ventilation and is too close to cladding, rebuild steps at end of ramp and replace decking to ramp and landing area, treat rust on roof F new ceiling tiles, new LEDs, lower ground level to east as it is too close to cladding and restricts subfloor ventilation, replace roof G new autex, new floor coverings, new LEDs, rescrew roof H - replace broken veranda post, replace lead with permanent power outlet, rescrew roof, replace flashings L replace roof, reclad east wall, ground level is too high and has rotted base of cladding, lower ground level also to prevent re-occurrence. Replace cladding below door level with ply, the existing thin fibre cement cladding in this area not robust enough and is broken in many places, new LEDs, new floor coverings, new autex, new ceiling tiles I rescrew roof, replace flashings, replace damaged door pool - install light and powerpoint in pump room",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23702349,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Site - Provide Universal Bathroom at Pauatahanui School, Porirua",5525,20201202,20210128,20210316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This project redevelops the Block J toilets at Pauatahanui School to create a universal bathroom. The consequences of this will be the loss of the breakout and resource spaces and male/female toilets. The project therefore will form 3 x unisex toilet spaces and a breakout space in the area behind. The school currently has the ability to decant classes into the hall allowing work to be actioned during term time as a single stage. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Pauatahanui School Board of Trustees producing full construction documentation.",Awarded,Awarded to Carrara Holdings start 1.04.21 with expected completion date 30.08.21. It is intended that the value of the contract resulting from this tender will be within $250-500k.,0,20250410 Ministry of Education - School Infrastructure,23709135,Request for Tenders,Open Competition,Rangitoto College A Block Wing 1 Re-Clad & Refurbishment,,20201202,20210115,20210205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must be made through the GETS Q&A function,"Partial re-clad of A Block Wing 1 at Rangitoto College. This will include replacement of decayed timber where required, installation of new joinery and a new cavity cladding system. The project also includes an internal refurbishment element including: Autex, floor coverings, lighting and installation of solartubes.",Awarded,,390000,20250410 Ministry of Education - School Infrastructure,23712403,Request for Tenders,Open Competition,"Main Contractor for AMS Combined; A: ILE upgrade, A, B: Replacement Building, Site: Septic Tank, Water & Pool Pump Replacement at Mata School",216435,20201202,20210120,20210226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,No tenders submitted,0,20250410 Ministry of Education - School Infrastructure,23715800,Request for Tenders,Closed Competition,Glamorgan.School,217255,20201202,20210111,20210319,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,"The project will require to remove a small amount of asbestos in classroom 1 and open the existing cloak bays to the 14 classrooms, provide new canopy roofing off the classrooms to the court yard areas and also provide all-weather surfaces in the court yard areas. (The landscape portion is suggested to be by a nominated designer and installer and the contractor is requested to allow a PC Sum within their tender)",Awarded,,702707,20250410 Ministry of Education - School Infrastructure,23716758,Request for Tenders,Closed Competition,Upper.Harbour.School.,6955.SIP.01,20201202,20210111,20210410,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,"Outcome sought is to seek a design solution for create an improved area, including signage, drainage paving and all-weather surface areas.",Awarded,,197000,20250410 Ministry of Education - School Infrastructure,23717086,Request for Tenders,Open Competition,Main Contractor for AMS Project & Site Redevelopment at Te Kura Toitu o te Whaiti nui-a-Toi,215464,20201203,20210120,20210324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Te Kura Toitu o te Whaiti-nui-a-Toi is seeking tenders from main building contractors for the redevelopment of their Minginui site. The works involves the rationalisation of suplus buildings, the relocation of one existing building which is to be attached to an existing building to form a combined admin and teaching block. The combined block is then to be fully refurbished.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23718315,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 3 ILE, Block 2 Refurbish Classrooms at Brandon Intermediate School, Cannons Creek, Porirua",5205,20201204,20210210,20210602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Brandon Intermediate School wants to proceed and carry on with classroom refurbishment/modernisation with approved projects on their 5YA. Work will be concentrated on significant DQLS improvements to the three classrooms located in Block 3. This will include new floor, wall and ceiling finishes and replacement LED lighting. New joinery storage units will be provided and the mechanical heating will be rationalised to leave the hot water radiators located on the rear walls. In Block 3 internal connection between the classrooms will be provided with new openings and the supply of glazed sliding doors. A small breakout/withdrawal space will be provided and located in the adjacent resource room. Block 2, which has been previously modernised to a high standard, will see some upgrade work to room 1 (not upgraded last time) which will mainly target replacement teacher storage and general resource joinery replacement. Some minor reconfiguration of space in rooms 2 and 3 will be actioned which will make the classrooms more efficient and better connected. Both teaching blocks will have the fire alarm protection improved with upgrade work providing Type 4 componentry introduced. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Brandon Intermediate School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Niche Commercial Limited, start date 12.07.21, expected finish date 20.12.21. It is intended that the value of the contract resulting from this tender will be within $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,23718595,Request for Tenders,Closed Competition,Main Contractor for Synthetic Turf Court & Frontage Development at James Hargest College,20-017,20201203,20210114,20210311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The James Hargest College Board Of Trustees would like to invite successful ROI respondents to provide a RFT submission for the Synthetic Turf Court & Frontage Development project at their Junior Campus. The project includes two main parts: 1. A Design Build for a new synthetic turf court and associated site and ancillary works including pavement & drainage construction, fencing, kerbing, post foundations and shock pad with synthetic turf. We are seeking a design build proposal to met the School's end result requirements. 2. School Frontage Development to the western (Queens Drive) frontage including a new crossing access and concrete driveway construction, fencing & gate improvements, footpath, landscaping and other ancillary siteworks to create better street appeal and increase safety between pedestrian and vehicle movements.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,23718958,Request for Tenders,Closed Competition,CW2020-147 Greytown School (the School) - Redevelopment Project and Potential Additional Rights - Main Contractor,,20201203,20210226,20210806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Greytown School (the School) Redevelopment Project and Additional Rights Main Construction Contractor (the Contract Works). Greytown School is a primary school located in the Southern Wairarapa. The School has condition related issues in their block E and requires replacement. The design is replicated from Fernridge School, recently constructed in 2018. In the early stages of the Block E design, the roll growth of 4 classrooms was added and is now combined with the Block E replacement forming a 2 staged construction approach. Significant site works to the infrastructure is required to accommodate the schools expansion. Please refer to attachments for more information.",Awarded,The contract has been awarded to Holmes Construction Wellington Limited and started in August 2021. Price Band: $5M - $10M.,0,20250410 Ministry of Education - School Infrastructure,23719045,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks J, M - Refurbish Classrooms at Kapakapanui School, Waikanae, Kapiti Coast",5529,20201204,20210128,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Kapakapanui School Board of Trustees has on their agreed 5YA two projects that will revisit earlier and partial refurbishment of classrooms in two teaching blocks and complete outstanding DQLS improvements across the seven classrooms. In Block J the work will complete the acoustic treatment improvements to the rooms with a proprietary suspended ceiling introduced with integrated LED lighting (all other modernisation work has been completed previously). In Block M the interior refurbishment will incorporate floor, wall and ceiling finishes renewal, the forming of internal openings between spaces to allow future collaborative learning. On the western elevation a small outdoor learning area will be created with a suspended timber deck and new exterior doorway. The project will also include the continuation of the sitewide fire alarm system upgrade. The building will have Type 4 componentry installed and the block will be connected into the main indicator panel located at the front of the school. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Kapakapanui School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Muiltibuild Schwass Ltd, start date 24.05.21, expected completion date 26.11.21. It is intended that the value of the contract resulting from this tender will be within $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,23721500,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Refurbish Classrooms at Avalon Intermediate School, Avalon, Lower Hutt",5155,20201204,20210128,20211129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The work proposed is the refurbishment of classrooms 1, 2, 3 and withdrawal 1 and 2. The work is focusing its outcomes on addressing the Health and Safety aspects relating to low level awning sashes, acoustics, ventilation and insulation. The work will replace exterior timber windows and doors with double glazed aluminium units to classrooms. High level windows will be fitted with window winding gear and CO2 sensors activating alarm sounders. Suspended acoustic ceilings will be fitted to the classrooms with new LED lights. Underfloor insulation will be installed to the entire Block A. The withdrawal rooms will have carpet and pinboard replaced, new ceilings and new decoration. The works will be undertaken as a single phase able to be actioned at any time. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Avalon Intermediate School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Tracer Construction Ltd, starting 10.01.22, anticipated completion 31.07.22. It is intended that the value of this contract resulting from this tender will be within $250k-$500k.",0,20250410 Ministry of Education - School Infrastructure,23721968,Request for Proposals,Open Competition,School Bus Procurement Request For Proposal Tender 2,,20201207,20210129,20210609,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) provides school transport assistance to help parents overcome barriers to education and meet their responsibility to get their children to school. The Ministry may provide transport assistance where distance and/or accessibility may be a barrier for students attending the closest school they can enrol at. The current Daily and Technology Bus contracts expire on 31 December 2021. In accordance with the Government Procurement Rules, the Ministry is conducting an open, competitive procurement to establish new contracts for services from Term 1 of 2022. This is a two tender approach. Tender 1 is now complete. This notice introduces the Tender 2 RFP. Please read the Request for Proposal (RFP) and related Appendices closely to ensure you understand the structure of this tender. If you or a related party has accepted the Ministrys offer through Tender 1, you are not eligible to participate in Tender 2. Key dates: - RFP released: 7 December 2020 - Deadline for questions from suppliers: 5:00 pm 22 January 2021 - Deadline for Proposals: 5:00 pm 29 January 2021 See RFP Section 1.2 for other key dates including important information concerning Christmas closedowns of GETS and the Ministry. Proposals will only be accepted via GETS. If you are interested in responding to this RFP, please click on Subscribe to this Notice for full access button below, then download the RFP and Appendices, and submit your Proposal through GETS before the Deadline for Proposals. You will not be able to see or download the RFP document and Appendices until you subscribe. RFP briefings are planned. Please see Section 3.1.1 of the RFP for important briefing information. If you have any questions, please use the Raise Question Here function which will become available once you subscribe to this Notice.",Awarded,"o Terms of Contract: (6+3+3) o School Bus Procurement Tender 2 was an open competitive process Note that the following responses were submitted by third parties and are clarified below: o Salamander Ventures Limited has submitted a response on behalf of Ritchies Transport Holdings Limited o Moffat Consulting has submitted a response on behalf of Pearson Coachlines",1297000000,20250410 Ministry of Education - School Infrastructure,23722316,Request for Quotations,Closed Competition,Mt Maunganui Intermediate - Learning Support Property Modifications - Quiet Learning Space - Main Contractor,,20201204,20210129,20210311,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"Mt Maunganui Intermediate has been identified by way of an Occupational Therapist (OT) report, to require for a room to be utilised as a designated quiet learning space within the existing library block. Learning Support Property Modifications (LSPM) with potential risk identified whilst school is operational, therefore majority of works would and should be undertaken during school holidays and outside of school operational hours. Tenderers to provide configuration options post site tenderer meeting prior to Delivery Manager (DM) review and endorsement. The project completion date is May 2021.",Awarded,The contract has been awarded to Shawn Williamson Building Limited and has started on February 2021. Price Band ($50K - $100K),0,20250410 Ministry of Education - School Infrastructure,23723190,Request for Tenders,Open Competition,Main Contractor for AMS Project at Te Kura Kaupapa Maori o Waioweka,215464,20201204,20210121,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Te Kura Kaupapa Maori o Waioweka is seeking tenders from main building contractors for their Block A AMS Project. The works involves the construction of a new deck and wet area along the front of the classroom block, new aluminium joinery opening out onto the deck, opening up the internal wall between the 2 classrooms, total refurbishment of the 2 classrooms, window replacement to Block G and minor roofing works",Not Awarded,Two tenders were received. Unfortunately the enabling works that are required to allow these works to proceed have been delayed. The two tenderers will be approached to update their tenders when a definite time frame for the enabling works has been established,0,20250410 Ministry of Education - School Infrastructure,23723967,Request for Tenders,Open Competition,Head Building Contractor for Refurbishment of Block H Food Tech Rooms at Mt Maunganui College,218426,20201210,20210209,20210414,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Head Building Contractor for Refurbishment of Block H Food Tech Rooms at Mt Maunganui College as per the plans and specifications attached,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23724058,Request for Tenders,Open Competition,Head Building Contractor for Demolition and Rebuild of Swimming Pool Complex Buildings at Mt Maunganui College,218430,20201210,20210209,20210414,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Head Building Contractor for Demolition and Rebuild of Swimming Pool Complex Buildings at Mt Maunganui College as per the attached specifications and plans,Awarded,,1200000,20250410 Ministry of Education - School Infrastructure,23726843,Request for Proposals,Closed Competition,RFP - Spotswood College Redevelopment - Master Planning Lead Design,CW2020-111,20201207,20210129,20210510,,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Spotswood College (the School) Redevelopment Master Planning and Lead Design Services (the Services).",Awarded,The contract has been awarded to Brewer Davidson Limited and started in May 2021. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,23737856,Request for Tenders,Closed Competition,Merrin School CSR Main Contractor RFT,,20201208,20210127,20210624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All resposes must be uploaded on GETS,Refer to RFT,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23738619,Request for Tenders,Open Competition,Carisbrook School - 10 LS Mobility & Associated Works,648.20.11,20201209,20210122,20210129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Contract Works required are: - Alter the front entrance to allow a wheelchair ramp access to be constructed - Create an area of the pool internally to allow for a changing area to meet the specific needs for the student - Install a mobile hoist to access the swimming pool - Construct a storage area to replace the one being used as the changing room - Removal of asbestos coated roofing by registered trades. Replace with new .55 Colorsteel roofing - Remove old windows to gable ends. Replace with new double-glazed units - Reconfigure changing rooms/toilet areas",Not Awarded,Did not receive any tenders,0,20250410 Ministry of Education - School Infrastructure,23740477,Request for Tenders,Open Competition,Whangarei Primary School - LSPM Fencing & Gates Modifications - Main Contractor,,20201209,20210129,20210531,,Sole Agency,No,,"(i) This project is for fencing to the entire boundary of the school and includes removal and replacement of the existing fencing, and new fencing. Projects risks are low, as the project will have no impact on the operations of the school and can be completed during school hours behind temporary fencing. (ii) Outcome sought: A fully fenced school that removes the need for constant monitoring of the student and is deemed acceptable by the OT. The project will also increase the safety of all students at the school. (iii) History: An OT Report and Serious Risk Assessment has been completed for a student enrolled at Whangarei (Primary) School. The student has unpredictable and inconsistent running behaviors that can change suddenly. The School is currently fenced (excluding the Apirana Ave staff carpark) but the fence and gates are low, latches are readily accessible by the student and there are many gaps in the fence making it escapable. (iv) Overview of programme of which this project is a component: The aim is to tender this project on GETS and award the contract by the end of 2020 to enable the contract works to commence in early 202",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23752085,Request for Tenders,Open Competition,Permanent shade structure over two existing netball courts,,20201211,20210122,20210723,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To supply and install a new shade sail via a design and build procurement. Including for new spouting and downpipes and connection to existing surface water drainage system, new lighting with power sourced from the nearby buildings, new fencing and gates, new line marking to form now netball court and parking spaces.",Awarded,,524090,20250410 Ministry of Education - School Infrastructure,23752194,Request for Tenders,Open Competition,"Main Contractor for Block 3 DQLS classroom upgrade, reading recovery rooms, internal break out area and 1 toilet refurbishment at Green Bay Primary School",,20201211,20210201,20210318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Green Bay School seek the services of a suitably qualified building contractor to carry out a Block 3 DQLS classroom upgrade, toilet refurbishment, reading recovery rooms and Internal breakout area There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming, They are listed in the RFT document under 1.3 Point of Contact. i. First suit visit 17 December 2020 11:00am ii. Second Site Visit 19 January 2021 11:00am iii. Third Site Visit 26 January 2021 11:00am",Awarded,"The winning tenderer was awarded this project due to providing the best value for money, they have a proven reputation and workmanship in the industry and was chosen as best fit for the school board of trustees.",330200,20250410 Ministry of Education - School Infrastructure,23757931,Request for Tenders,Closed Competition,"Allenvale, Burnside Primary and Cobham Intermediate (ABC) Redevelopment - Main Build Package",,20201214,20210205,20210624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Burnside Primary and Cobham Intermediate School are schools based in the north-west of Christchurch and are part of the Christchurch Schools Rebuild (CSR) programme. As part of the CSR Programme, both schools have been approved for complete rebuilds with an emphasis on sharing facilities given their shared site. In addition, the two schools will host a double satellite for Allenvale Special School. This will be constructed as part of the rebuild project. Outcome sought: i. The Ministry wish to engage with Leighs Construction Ltd. to deliver the main section of works for the ABC Rebuild Project. ii. Multiple phases and staging of work across this co-located school build. iii. A construction solution that limits the disruption to the schools overall operation and provides efficiencies through well thought out staging and handover. Project Summary: i. The design process for the redevelopment works has been ongoing and completed in November 2020 and the project now requires the services of a Main Contractor to deliver on site works as described in this RFT. ii. The construction works are summarised in greater detail at The Requirement but are generally comprised of the following key stage of works: a) Stage 1 Construction of Cobham, Burnside and Allenvale Learning hubs b) Stage 2 Demolition of the remaining Cobham building stock, Construction of Cobham hall and the shared administration block and demolition of the existing Burnside buildings. iii. This Main Works Package is intended to be negotiated subject to satisfactory outcome and delivery of the early works contract.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23758812,Request for Tenders,Open Competition,Main Contractor for Re-roofing Works at Opotiki primary School,212738,20201214,20210129,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees is seeking tenders from main building contractors for the re-reroofing of 3 classroom blocks. The works includes an area of roof repitching over the admin area of Block A to eliminate an internal gutter. There is a small area of stormwater drainage to Block A to service a new additional downpipe. The re-roofing works new corrugated prpainted roofing, new spoutings and roof space ventilation.",Awarded,letters of advice to follow,0,20250410 Ministry of Education - School Infrastructure,23758965,Request for Tenders,Open Competition,Main Contractor for SIP C Classroom and toilet remodel at Otatara School,20/12/4000,20201214,20210127,20210914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,325000,20250410 Ministry of Education - School Infrastructure,23759953,Request for Tenders,Open Competition,Plumbing & Drainage Contractor for Site Sewer and Water Services Upgrade at Tauranga Girls College,217359,20201214,20210129,20220221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Tauranga Girls College Board of Trustess is seeking tenders from plumbing and drainage contractors for the upgrade works to parts of the site sewer and water supply services. Parts of the systems are now at their end of lfe and require replacement with new uPVC and MDPE polyethelene pipring,Not Awarded,"One valid tender received, tender received was recommended for approval, MOE funding approval was delayed rendering the tender no longer valid and tender withdrew. Project will be readvertised",0,20250410 Ministry of Education - School Infrastructure,23764233,Request for Proposals,Closed Competition,CW2020-085 Taita College (the School) Redevelopment Master Planning (and potential additional Lead Design Services) - RFP,MOE09303,20201214,20210209,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education requires a Lead Designer to provide design services for the Master Planning design stage, for a Major Redevelopment project at Taita College. Taita College is a decile 2, co-educational secondary school located within a semi-industrial area of Lower Hutt, Wellington. A statutory intervention at Taita College in 2017 led to a change of leadership at the college with a new principal and new board. A review of school property revealed that the school buildings were in much worse condition than reported during the completion of the 2014 10 Year Property Plan. The school has experienced a history of underinvestment and a declining roll. At present the school is 63% utilised, though Network have forecasted a roll increase due to more popular schools for students in the area enforcing enrolment schemes and therefore recommended a masterplan roll of 550 students. Funding for a major redevelopment was approved by the Minister of Education in May 2020. Initial due diligence reports have been undertaken which emphasise the requirement to take a holistic approach to the school site. Therefore further investigation is to be undertaken by a master planner to create at least 3 master planning options, with a preferred option to be approved by the design assurance team. Once approved, a business case is to be developed based on this option. The demographics of the school roll are made up of 50% Maori and 35% Pasifika and a community marae, Te Whakauruhau, is situated within the school grounds. Taita College is a member of the Taita-Stokes Valley Kahui Ako and it also works collaboratively with the neighbouring Naenae Kahui Ako. The design and project processes of the redevelopment project are to have a strong cultural emphasis, be sustainable, detract from the western side industrial area, utilise established trees and focus on the native bush towards the east. The Master Plan will provide options to inform the business case. Business case approval is required, for the project to proceed beyond the Master Plan Design stage. The Ministrys standardised scope of services will apply for the project. These have been attached as supporting documents to this RFP. If you have any questions, please direct these through the GETS Q&A function. A site visit has been scheduled for 26 January 2021. Please confirm attendance by registering via the GETS Q&A function. A draft CCCS contract will be released via NTT.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,23770259,Request for Tenders,Open Competition,6086 Mt Maunganui Primary SIP Admin Alterations,6086,20201216,20210205,20210316,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The alterations will involve re-development of the existing administration area by moving the staff room to a more student-accessible area, and the creation of a more presentable, noticeable, and approachable new entrance.",Awarded,Tender Acceptance in Principle pending Formal MOE Approval as per recent correspondence.,0,20250410 Ministry of Education - School Infrastructure,23771056,Request for Tenders,Open Competition,"RFT - Main Contractor, SIP - Outdoor Covered Sports Court at Tawhai School, Stokes Valley, Lower Hutt",5458,20201216,20210202,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school has limited weather protected play areas and fields which in winter are too water laden to allow them to be used. It is proposed to overlay an existing asphalt paved area with an artificial turf to provide a multi-purpose play and sports surface. Over this will be erected an architectural structural fabric roof supported on a galvanised steel frame. Work will include a design build solution for the supply and erection of the roof cover and allow for rainwater systems connected into the schools drainage system. This procurement looks for a professional Main Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tawhai School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Shade Systems, start date 01.05.21, expected completion date 31.01.22. It is intended that the value of the contract resulting from this tender will be within $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,23771597,Request for Tenders,Closed Competition,Thorrington School Redevelopment CSR Main Contractor Closed Tender,,20201215,20210212,20210624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Thorrington Primary School is located in Christchurch at 22A Colombo Street, Cashmere, Christchurch 8022. The School has been identified as requiring a major site redevelopment within the CSR Programme and is to undergo refurbishment of existing buildings Blocks 1, 6 and 11; demolition of blocks 2, 4, 5, 7, and dental clinic; Construction of new Buildings consisting of a New Teaching Block and Hall/Wellness Hub; plus associated civil and landscaping works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23772969,Request for Tenders,Open Competition,"(1912) Te Puru School Main Contractor B,C,D,G: Upgrade + Breakout; B,D: Exterior Learning; Lighting & Heating upgrade",,20210125,20210219,20210421,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,"Thank you for submitting your Tender. As the project has come in over budget, and the number of responses does not meet MOE Policy, the BOT have requested that the project be re advertised on GETs.",0,20250410 Ministry of Education - School Infrastructure,23777199,Request for Tenders,Open Competition,"Main Contractor for the H, N, LR, O, TC, & WELL Blocks Roofing Remediation Project at New Plymouth Girls High School",3261.01b,20201218,20210205,20210303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," The Board of Trustees seeks to undertake remedial work to a number of roofs throughout the school. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Boon Ltd a. The Contract Works required are: i. H Block (a) Replace roofing to upper roofs including parapet cap and cladding to inner side of parapet to main roof, and cladding to pop-up section of roof. ii. N Block (a) Replace lower roof and clerestorey cladding & joinery. Delete skylights. iii. LR Block (a) Silcoat to existing membrane to extend life of roof iv. O Block (a) Replace the side apron and pressure seal flashing to main entrance Mangorei Rd side (b) Mangorei Rd Side Main Entrance Make outlet in internal gutter bigger (c) Translucent Roofing Internal Gutter Remove screws that are protruding through Butyl, and patch holes (d) Repairs to spouting & downpipes v. TC Block (a) Replace roof sheets where corroded, remedial work to cupping timber cladding, and cleaning and regluing of membrane. vi. WELL Block (a) Localised repairs",Awarded,"Awarded to Southcoast Construction based on receiving highest overall evaluation score. Note value stated is the lower end of the pricing band category, and does not reflect the actual contract price.",500000,20250410 Ministry of Education - School Infrastructure,23778308,Request for Tenders,Open Competition,Tokomairiro High School - Learning Support Accessibility Modifications,393.20.07,20201218,20210202,20210216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Contract Works required are: Whare Building: Supply and install double hinged door Replace existing veranda posts Upgrade fire alarm system to Type Four Install accessible ramp including handrails and tactile studs Courtyards and Walkways: Remove existing concrete and asphalt Lay new concrete, including basecourse and hardfill",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23779786,Request for Tenders,Closed Competition,Palmerston North Girls High School - Weathertightness Remediation - Main Contractor,,20201217,20210226,20220218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"Palmerston North Girls High School has ongoing leaking issues in multiple locations due to additions added on to the main structure. The materials used have now exceeded the durability and life expectancy. The Ministry of Education Capital Works will undertake the weather tightness remediation work. Block D also been identified with ongoing leaking issues. A comprehensive condition survey and seismic assessment has been completed identifying the required repairs to refurbish the building externally. The preferred project completion date is October 2021.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,23779847,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1, 2, 3, and 5 Window Joinery Replacement at Sylvia Park School",,20201217,20210129,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Sylvia Park School Board of Trustees are seeking a Main Contractor for the Blocks 1, 2, 3 and 5 Window Joinery and Door Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23781409,Request for Tenders,Closed Competition,Building Contractor for Minor Works at Ao Tawhiti Unlimited Discovery School,224893,20201217,20210209,20210325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,none,,Awarded,The contract was awarded to Waghorn Builders Limited and will commence mid April 2021,151229,20250410 Ministry of Education - School Infrastructure,23781453,Request for Tenders,Open Competition,Main Contractor for the XX Block Alterations at New Plymouth Boys High School,3116.05a,20201218,20210205,20210225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project background is as follows: The Board of Trustees seeks to add an additional storey to the XX Block for new changing rooms. The scope of work includes raising the existing roof, reinforcing the existing structure, construction of new changing rooms above existing pump room and beneath raised roof, installing new toilet and shower at ground level, new steps, and associated site works. This is the first stage of a larger project involving the replacement of U Block, and roofing and ILE works in several locations throughout the school. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Stephenson & Turner NZ Limited o Structural Engineer: BCD Group Limited o Mechanical Engineer: Stephenson & Turner NZ Limited o Hydraulic Engineer: Stephenson & Turner NZ Limited o Electrical Engineer: Stephenson & Turner NZ Limited",Awarded,"Awarded to Southcoast Construction based on receiving highest overall evaluation score. Note value stated is the lower end of the band pricing received fell within, and does not reflect the actual contract price.",250000,20250410 Ministry of Education - School Infrastructure,23782864,Request for Proposals,Closed Competition,Master Plan and Lead Design Services Tiaho Primary School,,20201218,20210210,20210517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Proposals for Tiaho Primary School - Portable Modular Classroom (PMC) Programme: Consolidate functions, remediation and rationalisation - Master Planning and Lead Design Services",Awarded,The contract has been awarded to Pacific Environments NZ Limited and started in May 2021. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,23783233,Request for Tenders,Open Competition,Main Contractor for Site: SIP LSC AMS ILE Upgrade and Collective Works at Waitahuna School,3855.20.11,20201218,20210202,20210705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Contractor for Site: SIP LSC AMS ILE Upgrade and Collective Works at Waitahuna School.,Awarded,The contract was awarded to Breen Construction and will start on 6/9/21. The term of this contract is 6 months.,566400,20250410 Ministry of Education - School Infrastructure,23783413,Request for Tenders,Closed Competition,Main Contractor for Maeroa Intermediate School Auditorium & Cooking Classrooms Refurbishment,,20201218,20210205,20210902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Maeroa Intermediate School would like to refurbish the auditorium including, addressing the heating, lighting and ventilation issues. The project will include lifecycle replacement of linings, heat pumps and lighting. Maeroa Intermediate School would like to upgrade and modernize the cooking classroom to align with the ILE requirements. This project will include, a reconfiguration of the space to better support the schools ILE learning pedagogy and upgrades to linings, cabinetry, benchtops, lighting and heating.",Awarded,The contract was awarded to Alaska Construction + Interiors and will start on 05/07/2021. The term of this contract is 3 Months.,725929,20250410 Ministry of Education - School Infrastructure,23786437,Request for Tenders,Open Competition,Cleaning Services Paraparaumu College,P-Coll-002,20201218,20210209,20211013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Paraparaumu College is looking for a company to provide high quality scheduled cleaning services for our whole school campus.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23786711,Request for Tenders,Open Competition,Main Contractor for Boiler replacement and LSC office at Pukerau School,219563,20210111,20210203,20210610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,This tender was cancelled and as such the process in now closed.,0,20250410 Ministry of Education - School Infrastructure,23787277,Request for Tenders,Open Competition,Main Contractor for Administration Block Extension & Alterations at Havelock North Primary School,219369,20201218,20210224,20210628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The board of trustees at Havelock North Primary School are seeking a main building contractor to carry out alterations and an extension of their administration block. The contract works includes extending the ground floor reception area by approximately 64m2, redevelopment of the existing administration area and an ILE upgrade to a classroom.",Awarded,This contractor submitted the best value and method and approach tender.,0,20250410 Ministry of Education - School Infrastructure,23794624,Request for Tenders,Open Competition,RFP for Main Contractor for Taupo Primary New Playing Field,219578,20210111,20210204,20210318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Construction of a new playing field with relevelling, premium topsoil, regrassing with appropriate drainage and irrigation",Awarded,Contract start date 22 March 2021 with intended completion 26 April 2021. Maintenance period thereafter.,0,20250410 Ministry of Education - School Infrastructure,23794636,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 1 - Replace Flat Roof Coverings, Windows, Flooring & Wall Linings at Ngati Toa School, Titahi Bay, Porirua",5508,20210111,20210205,20210531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Ngati Toa School has approval to proceed with a number of pre approved 5YA projects that have been bundled and represent a contract that actions roof covering replacement and some internal refurbishment items. The scheme incorporates the improvements to the flat roof construction on the southern side of Block A including replacement of the metal coverings and spouting. Interior finishes upgrade work will include new wall and floor coverings replacement. The increase in pitch to the flat roof structure will necessitate the removal and replacement of the original timber clerestory windows. New double glazed aluminium window units of a smaller height will be installed with new opening mechanisms provided. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Ngati Toa School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Survey will be loaded via NTT",Awarded,"Awarded to Niche Commercial Limited, start date 10.05.21, expected completion date 01.10.21, Intended value of this contract resulting from this tender will be within $100-$250K.",0,20250410 Ministry of Education - School Infrastructure,23801507,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Nightcaps Primary School,20-081,20210111,20210205,20210311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Nightcaps Primary School Board Of Trustees is seeking the services of an experienced main contractor to complete fencing modifications to the boundary fences at Nightcaps Primary School including pool style and deer style fencing along with associated gates, vegetation control and reinstatement works. Included is modifications to the existing main gate frontage.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23803468,Request for Tenders,Open Competition,CW2020-161 Te Kopuku High - RMA Compliance Works - Main Contractor,MOE10691,20210122,20210218,20210511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (The MInistry/Principal to the Contract) is an invitation to Contractors to submit a Tender for CW2020-161 Te Kopuku High - RMA Compliance Works - Main Contractor. Te Kopuku High is transitioning into the public education system. A number of building compliance issues have been identified that need to be resolved as part of this transition. This includes several minor Resource Management Act (RMA) compliance issues, including the following: Construction / modification of a minor ramp in the car park; Construction of a small traffic island at the exit of the car park; Securing / modifying / providing compliant road signage; and Paving a bus-stop hard stand. Please refer to the attachments for more information. Details of a site visit are yet to be confirmed, details will be issued via an NTT when they become available. Please ask questions through the GETS Q&A function only.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,23803646,Request for Proposals,Closed Competition,CW2020-075 Mahinawa Specialist School and Resource Centre - Project Manager Services,MOE10432,20210122,20210215,20210419,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (The MInistry/Principal to the Contract) is an invitation to Contractors to submit a Tender for CW2020-075 Mahinawa Specialist School and Resrouce Centre (Porirua School and Kapiti College) - Project Manager Services The Requirement is for Project Management Services for a bundle of projects at the following Schools: Mahinawa Specialist School and Resource Centre at Kapiti College Mahinawa Specialist School and Resource Centre at Porirua School Mahinawa Specialist School and Resource Centre is a state, specialist, co-educational school for students aged between five and twenty-one years who have intellectual, physical, emotional and/or behavioural needs preventing them from learning satisfactorily when in full time regular mainstream classrooms. The school has multiple locations, and the works required are located at Porirua College and Kapiti College. Please refer to the attachments for more information. The Kapiti College site requires the construction of a new Satellite Learning Support Unit Block Including: Associated ground works to prepare the site; Construction of connecting driveway / drop of area; Construction of the new unit / block; Connection of services etc; Tie in with existing buildings via walkways and covered ways. The Porirua School site requires construction of a new Satellite Learning Support Unit block including: Associated ground works to prepare the site; Construction of connecting driveway / drop of area; Construction of the new unit / block; Connection of services etc; Tie in with existing buildings via walkways and covered ways. Please refer to the attachments for more information. Details of a site visit are included in the RFP documentation, please register for the site visit using the GETS Q&A function by 9am Tuesday 26 January 2021. Please ask questions through the GETS Q&A function only.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23807095,Request for Proposals,Closed Competition,RFP for Stage 2 Roll Growth D&B Services at Wigram Primary School,,20201222,20210129,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Project background is: i. Wigram Primary School Te Piki Kahu was newly constructed via design and build on a greenfield site during 2018; the site was master planned for 500 students and built for 300, with the school operational for Term 1, 2019. ii. Continual rapid growth in the Wigram area ha triggered a requirement for Stage 2 new teaching block to be constructed for up to 150 students six teaching spaces. iii. In additional to the roll growth teaching spaces, the school is also entitled to legitimate space for learning support. Area entitlement Total gross: 589 m2",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,23811780,Request for Tenders,Closed Competition,RFT for Roll Growth classroom Main contractor at Beckenham School (The school),,20210106,20210129,20210531,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"e. The Project background is: i. Construction of a 2.5 WSP Modular classroom. ii. Outcome sought: to provide additional teaching space to accommodate an increase in student numbers and address the current deficit in teaching space. iii. History: the school completed their redevelopment in 2018 which included a combination of new construction and refurbishment of existing spaces. A recent increase in student roll numbers has triggered the requirement to provide additional teaching space. iv. Project completion date: 22 July 2021",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,23819066,Request for Tenders,Open Competition,Main Contractor for Johnsonville School - LSM Alterations,,20210113,20210210,20210715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All queries to be made through the GETS website Q&A function,"The BOT at Johnsonville School are seeking the services of a main contractor to undertake the modifications and construction to Doors, Ramps, Decks, Paths / Walkways, & Disability Bathroom throughout the school site and as described in the tender documents prepared by IR Group Ltd and as per general notation below. The Contract Works required are: Replacement and make good of two doors to improve accessibility (issue 1) Construction and of a new large deck and associated timber ramp, with all associated handrails, nosings and balustrades. (issue 2) Construction of new concrete ramp and associated handrails (issue 4) Improvements to path gradient and drainage in swimming pool area (issue 5) Upgrade universal bathroom to make more fit for purpose (issue 6) Remove existing strip drain an install new flush channel drain (issue 7) Construct new path down to horticultural area and platform to allow wheelchair access The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). Timeframes are: Start date: Q1 2021 Due Date for Completion: May 2021 (a later start and completion date may be acceptable for the right contractor) The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works).",Awarded,,275297,20250410 Ministry of Education - School Infrastructure,23831528,Request for Tenders,Closed Competition,Taupo Nui a Tia College - New Classroom Block - RFT,,20210114,20210215,20210329,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Taupo Nui a Tia College is looking to construct a new classroom building comprising of 5 teaching spaces. The spaces are designed to be multi use.,Awarded,,1874895,20250410 Ministry of Education - School Infrastructure,23840723,Request for Tenders,Closed Competition,Main Contractor for Block 1 DQLS (AMS)/ILE Works at Northcote Primary School,,20210113,20210205,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Northcote Primary School Board of Trustees are seeking a Main Contractor for the Block 1 DQLS(AMS)/ILE Works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23844373,Request for Tenders,Closed Competition,Main Contractor Cluster 2 North Shore Bays - Campbells Bay School,MOE10845,20210115,20210222,20210514,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"The Requirement is for Contract Works for a cluster of projects at the following Schools: Campbells Bay Browns Bay Oteha Valley School The Contract Works required for Campbells Bay School are: Campbells Bay School Construction of a 14 teaching space block and all associated site works including parking Demolition of 5 x existing temporary teaching spaces post main build Site Access Iwi engagement required at Campbells Bay re: SMAF, additionally the land was handed back to Te Kawerau a Maki under a treaty settlement in April 2020 Iwi are requesting consultation on the development Health and Safety Campbells Bay asbestos in the relocatables to be demolished, active school site.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23844942,Request for Tenders,Open Competition,"Main Contractor for Staffroom Alterations at Owhata School, Rotorua",5027,20210115,20210212,20210322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Interior alterations to existing staffroom.,Awarded,A contract has been awarded to Arrowsmith Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,23845356,Request for Tenders,Open Competition,Main Contractor for SIP Courtyard Redevelopment at Sylvia Park School,,20210114,20210210,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Sylvia Park School Board of Trustees are seeking a Main Contractor for the SIP Courtyard Redevelopment,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23847775,Request for Tenders,Open Competition,"Main Building Contractor for Ngaere School, Taranaki Alterations & Refurbishment to Blocks A, D, E & F",Ngaere School,20210126,20210301,20210609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for Ngaere School, Taranaki are seeking a suitably qualified Main Building Contractor to carry the Alterations and Refurbishment to Blocks A, D, E, & F on the school site. The Contract Works required are: Block A: Upgrade the classroom teaching spaces and adjoining areas. CR3 to revert back to resource room and space for teachers workroom. Replace part of internal wall between new classroom and CR 2 with new stacker doors. Remove internal wall between RES13 and convert into a new breakout space. Replace existing exterior doors from CR 1, CR2, and RES14 to new double opening doors to allow better access. Replace carpet. Provide mobile shelving system and work benches. Replace wall linings, lighting, exterior windows to west side wall and hot water cylinder. RES14 becomes classroom teaching space. Relocate shelving to new resource space (CR3).Reduce height of clearlite roofing to match CR1 & CR2. Install heat pump. Block: D: Replace floor coverings in two of the classrooms, Replace wall linings Block E: Repair exterior cladding, Block F: Upgrade pupils toilets All tender documentation and necessary information attached. Start dates will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,282001,20250410 Ministry of Education - School Infrastructure,23848003,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE Upgrade at Ferguson Intermediate School,,20210118,20210219,20210715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23853026,Request for Tenders,Closed Competition,Allenton School - SIP 5: Hall Upgrade,3274-20-01,20210119,20210205,20210401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23853038,Request for Tenders,Closed Competition,Main Contractor RFT - Cluster 2 - Oteha Valley School,MOE10846,20210115,20210312,20210730,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"i. The scope of this project at Oteha Valley School is the provision of a 3 level, 18 TS block which is 2,276m2 gross. There is also an undercroft area to the north western section to the building which houses key building services such as stormwater retention tanks and HVAC system. The actual three levels consist of classroom spaces, toilet blocks on each level and various breakout spaces. ii. Stage 1 Construction of the classroom block A temporary hall road is anticipated to be required to access the site from Medallion Drive and is routed around the existing field. Trees in the way will need to be relocated with positioning at the direction of the school. During earthworks and site prep, the retaining wall behind the new classroom block in the north east of site should be constructed. An existing stormwater detention tank to be removed from the hillside. A line connects this tank to the existing 2 storey building. This will need t be re-routed to the new tanks to be installed. Electrical supply upgrade is required by upgrading the fuse on Medallion Drive and a new supply cable to run from Medallion Drive to the Pod 3 building into a new MSB. New supply cable to continue to new building. These electrical works to be completed during a school holiday period well before new classroom block completion. New Potable water line for new classroom block to connect to POD 3 feed. External building hydrant pipe and sprinkler feed to connect to existing school fire connections underneath Pod 3 near Medallion drive entrance. 4 new carparks to be constructed in the southern carpark. Can be completed during any available school holiday period. Stage 2: Once the school can occupy new classrooms block, Main contractor to co-ordinate and allow access with these different parties. o Portacom to remove 4 temporary classrooms. (Rooms 27, 28, 29, 30) o Modcom to remove 3 temp classrooms and 1 temp toilet block. (Rooms 21, 25, 26) Main Contractor to remove 2 MoE owned classrooms (Rooms 23 & 24) to yard/another school site. Main contractor to demolish 1 MoE owned temporary classroom (Room 22). After temporary classrooms removed: o Landscaping & new hardstand to be constructed. o Construction of tiered seating on the bank of the field and planting of any foliage. Remove temporary site access and make good site restore to grass.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23857784,Request for Quotations,Closed Competition,Palmerston North Girls High School - Weathertightness Remediation - Project Management and Engineer to Contract Services,,20210122,20210217,20210709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"Palmerston North Girls High School has ongoing leaking issues in multiple locations due to additions added on to the main structure. The materials used have now exceeded the durability and life expectancy. The Ministry of Education Capital Works will undertake the weather tightness remediation work. Block D also been identified with ongoing leaking issues. A comprehensive condition survey and seismic assessment has been completed identifying the required repairs to refurbish the building externally. The preferred project completion date is October 2021.",Awarded,The contract has been awarded to WSP New Zealand Limited and started in May 2021. Price Band: $10K - $50K.,0,20250410 Ministry of Education - School Infrastructure,23859687,Request for Tenders,Open Competition,1549-21-03 RFT - Main Contractor to Design Supply & Install Covered Outdoor Learning Area at Waikowhai Primary School,SIP226290,20210120,20210215,20210317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This procurement aims to identify a main contractor suitable to design, supply and install a 32m x 16m PVC Membrane Covered outdoor learning/sport Area structure. This is to be constructed over existing asphalt covered courtyard at the school.",Awarded,"Thank you for your responses All submissions were thorough and very informative. The alternative solutions were considered but the requested COLA Scope prevailed. The deciding factor was purely value for money and the best cost effective solution chosen The offered product was very close in specification however the values range was significant (around $57k) as well as the amount of included services or products that were additional costs by the unsuccessful Tenderers. All the best for 2021",160000,20250410 Ministry of Education - School Infrastructure,23865165,Request for Quotations,Closed Competition,RFQ for Main Contractor for Additional Teaching Space and Reception at Waimea Intermediate,,20210119,20210205,20210414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"i. In 2019, The Ministry of Education announced roll growth at Waimea Intermediate School which is a (Year 7-8) school situated in Richmond (Nelson). Three roll growth teaching spaces were allocated which involved the relocation of two teaching spaces from neighbouring Henley School and new internal fitout. Handover of the two relocated teaching space block is due for the start of Term 1 this year. ii. The final project phase is now required to deliver the third teaching space which involves the extended the existing classroom block (rooms 1 & 2) and providing a reception and breakout space with toilets. iii. The design documentation is currently lodged with Tasman District Council for Building Consent approval with consent expected by the end of January 2021. It is anticipated that construction of the extension will commence in early March and with an estimated duration of sixteen weeks handover for the new space will be due for the start of term 3.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,23865931,Request for Tenders,Closed Competition,Main Building Contractor for AMS & Combined 2019/20 5YA and SIP Funded Projects at Karangahake School,23719245,20210126,20210226,20210628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Karangahake School has no flexible learning spaces at present and has signalled a wish to create the spaces as part of this 5YA programme. The 2019/20 Condition Assessment Report in conjunction with high-level specialists reports has identified electrical, plumbing, drainage, building, and roofing remedial works required to preserve the assets as part of the overall programme. The construction is planned to be started in the April school holidays.",Awarded,720 Projects have been awarded the contract,0,20250410 Ministry of Education - School Infrastructure,23869538,Request for Tenders,Open Competition,Main Contractor for Site: Type 4 Fire Alarm Upgrade at Okaihau College,,20210121,20210223,20211022,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Okaihau College Board of Trustees are seeking a Main Contractor for the Site: Type 4 Fire Alarm Upgrade project,Not Awarded,Awarded to different contractor.,0,20250410 Ministry of Education - School Infrastructure,23869828,Request for Quotations,Closed Competition,RFQ - Prebbleton School - PM Services,,20210121,20210212,20210402,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Prebbleton School is part of the 2019 Roll Growth Programme. The Business Case was approved in May 2020 for a new 4 teaching spaces (TS) classroom block (400m? gross) including a universal school bathroom (USB) and the relocation of the playground. Key Roles requiring named personnel for PM Services are: Project Manager Engineer to Contract/ Project Director",Awarded,,91925,20250410 Ministry of Education - School Infrastructure,23872399,Request for Tenders,Open Competition,"Sunnybrae Normal School Alterations to Blocks 1, 5 & 8",,20210122,20210218,20210422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Block 1 / Admin building work is to alter 5 areas. These include a new reception desk and partition wall, a new kitchen to the staffroom including altering a wall, removing walls to enlarge a resource area, a new storage cupboard to the Hall and alterations to the Hall kitchen and adjacent toilets to make a teaching kitchen and upgraded toilets. The work to Blocks 5 & 8 is to upgrade 2 toilet areas, to refit the interior of 1 classroom and to remove 4 windows and install new ranchsliders in their place.",Awarded,The building contract has been awarded to B&C contractors ltd,0,20250410 Ministry of Education - School Infrastructure,23872833,Request for Tenders,Open Competition,Main Contractor for T7 Classroom Conversion and minor work to M6 Chemical Store at Hamilton Boys' High School,223979,20210122,20210217,20210618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"On behalf of Hamilton Boys' High School Board of Trustees, we would like to invite suitably qualified main contractors to submit a tender for the above project. The scope includes converting a computer suite to a science laboratory. This Request for Tender must respond to the information specifically requested. Incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,411507,20250410 Ministry of Education - School Infrastructure,23879460,Request for Tenders,Open Competition,Main Contractor for Roof Repairs and Replacements at Greymouth High School,,20210125,20210222,20210308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS,"On behalf of Greymouth High School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for repairs and replacements to several roofs at this school. The site is located at 107 High Street, Greymouth. The programme for the works is to be staged to suit the requirements of the school and will be discussed and agreed with the preferred tenderer. Please refer to all of the attached tender documents in your pricing. Note also that the work to the technology block is not drawn and will require a site visit and proposal as part of each tenderer's submission. Works are expected to commence in March 2021 when the submissions have been assessed and the contract awarded. Site visits are required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23879498,Request for Tenders,Open Competition,Allandale School Junior & Senior Toilet Re model,6111,20210125,20210222,20210623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remodel of toilets: Change senior girls toilets to 4x unisex toilets Change senior boys into storage Change junior girls and boys toilets to storage Change storage area in B block to 3x unisex toilets.",Not Awarded,Due to changes of Scope of Works this contract is no longer required,0,20250410 Ministry of Education - School Infrastructure,23880954,Request for Quotations,Closed Competition,"Otahuhu College - Redevelopment Project Block M, M1, M2 - Project Management Services",MOE09910,20210122,20210212,20210531,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23880970,Request for Proposals,Closed Competition,"Otahuhu College - Redevelopment Project Block M, M1, M2 - Quantity Surveyor Services",MOE09911,20210205,20210226,20210329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23881130,Request for Proposals,Closed Competition,"Otahuhu College - Redevelopment Project Block M, M1, M2 - Lead Design Services",MOE09912,20210205,20210226,20210716,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23881632,Request for Tenders,Open Competition,Main Contractor for the Block 1 ILE/DQLS Works at Ardmore School,,20210125,20210223,20210820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Ardmore School Board of Trustees are seeking a Main Contractor for the Block 1 ILE/DQLS Works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23884666,Request for Tenders,Open Competition,Kawakawa Primary School LSPM Fencing & Gates,MOE08342,20210126,20210226,20210531,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This project is for fencing to the entire boundary of the school and includes removal and replacement of existing fencing, and new fencing. Bathroom and access modifications included in the OT Report will be tendered on GETS separately as building consent is required. Project risks are low, as the project will have no impact on the operations of the school and can be completed during school hours behind temporary fencing. Outcome sought Successful delivery of the Works as recommended in the OT Report and architectural designs. The Works are to be accepted and signed off by the School and Occupational Therapist (OT) on Practical Completion",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23888128,Request for Tenders,Closed Competition,Main Contractor for Administration Refurbishment at Tuakau College,,20210126,20210219,20210709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Tuakau College Board of Trustees are seeking a Main Contractor for the Administration Refurbishment works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23889595,Request for Tenders,Closed Competition,"Freeman's Bay Primary School -Roll Growth, 6 Teaching Space - Main Contractor",MOE09998,20210126,20210219,20210422,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Freemans Bay School is a Decile 6-year 1-6 primary school, located in Central Auckland. Roll growth has required the construction of six additional teaching spaces. This new roll growth project will cater to a roll of 685 and the site has been master planned for 900. The outcome sought is to achieve a commercially viable solution to construction, methodology, programme and delivery which will complete these contract works, with the need to complete works by April 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23890375,Request for Proposals,Closed Competition,Clutha Valley School - Major Redevelopment - PM and EtoC Services,,20210126,20210217,20210418,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Due to extensive weathertightness failure and other defects such as thermal bridging, glare and poor heating and ventilation design, Clutha Valley School will receive a major redevelopment delivered by the Ministry of Educations Capital Works Southern team through a traditional procurement approach. The design is currently in Detailed Design stage undergoing external weathertightness review. PM and Engineer to Contract services are required to assist with main contractor procurement, subsequently manage the project and administer the major works contract (NZS-3910) through to the end of the Defects Notification Period.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23895284,Request for Tenders,Open Competition,PN Intermediate Normal - Block 1 Toilet Upgrade,,20210128,20210226,20210628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Palmerston North Intermediate Normal School Board of Trustees invited main Building Contractors to provide an offer to complete the above work. The work includes alterations to the entry area, toilets upgrade, changing area and new rear deck and canopy area.",Not Awarded,"This contract has been awarded to Paul Robertson Builders. The winning offer is $308,900.00",0,20250410 Ministry of Education - School Infrastructure,23895520,Request for Tenders,Open Competition,"Main Contractor for Blocks C, G, M, S Flooring Cover at Long Bay College",,20210127,20210224,20210602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Long Bay College Board of Trustees are seeking a Main Contractor for Blocks C, G, M, S Flooring Cover project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23897673,Request for Proposals,Closed Competition,Silverdale School - Roll Growth Project - Quantity Surveyor Services,MOE010949,20210127,20210225,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,n/a,"Silverdale School was established as a new school in 2006 (Stage 1). It has since been extended in three stages (Sages 2-4) and exceeded the current capacity of 805 students in late 2020. In order to address the current and future growth, a Master Plan has been completed for a roll of 1,200 students. The current roll growth project scope is to deliver 12 roll growth classrooms as the first stage of the new Masterplan. This is known as Stage 5 of the school. i. Delivery of 12 roll growth classrooms in a two storey, standalone building with all associated site works and services. ii. The project is currently in Preliminary Design and will be tendered as a Design and Build for the remainder of the project once DRP approval of the Preliminary Design is given. The project will likely go onsite as a staged consent in Q4 of 2021 and should be completed (including siteworks) by the end of January 2023.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23903646,Request for Tenders,Open Competition,"Hurunui College Blocks 8, 10, 11 & 13 Replacement Classrooms - RFT",,20210201,20210225,20210901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"During the recent condition assessment of the school, it was identified that oldest remaining blocks (Blocks 8 to 13) which were built in the 1970s are in poor condition with extensive capital maintenance requirements. Issues identified with the blocks included weathertightness issues damage and rot to exterior cladding (including asbestos containing material), worn/damaged carpet and wall coverings, deteriorated roof claddings. Furthermore, the blocks have issues with poor acoustics, extensive heating loss through poor insulation and substandard lighting. A new teaching block is proposed to replace the old CEBUS buildings. The new teaching block will consist of: - 3 teaching spaces - 1 covered outdoor learning space - Breakout spaces - Wet areas and kitchen - Offices and resource spaces The building is approximately 385m2 including the outdoor veranda and learning space.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23912176,Request for Tenders,Open Competition,Te Kura Maori-a-Rohe o Waiohau - B Block - AMS Refurbishment,223173,20210211,20210308,20210510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,Te Kura Maori-a-Rohe o Waiohau are modernising two teaching spaces in a refurbishment . The objective of this tender is to procure a main contractor to deliver the contract works in a single stage.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23917890,Request for Proposals,Closed Competition,Kauri Flats School Stage 2 Lead Design Services,MOE10720,20210202,20210218,20210730,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23931017,Request for Proposals,Closed Competition,RFP for Library Building Construction Design and Build Services at Diamond Harbour School,,20210204,20210303,20210623,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"i. General description of the project: To construct a replacement library building with an estimated area of 114m2. The building must include toilets. The school have been provided with three building location options and they have chosen Option C, new building to be located adjacent to the administration block. ii. Outcome sought: Provision of a WSP 1.5 modular unit building, with two unisex toilet cubicles. iii. History: In January 2021 blocks 2 & 3 were demolished due to their condition, age and location on site. These blocks were used for the schools library and music lessons, as well as providing boys and girls toilets iv. Estimated project completion date: Aug/2021",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,23932093,Request for Tenders,Open Competition,"RFT - Main Building Contract, Refurbish Classroom, Replace Roofing/Spouting/Fire Detection and Windows/Doors at Fraser Crescent School, Upper Hutt",5358,20210205,20210317,20210813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The scope of work is a combination of various works including refurbishment of Block A classrooms (south wing), replacing the flat roofing and spouting, replacing fire detection systems and the replacement of timber windows and doors in Blocks A and B. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Freear Philip Ltd start date 30.08.21, anticipated completion date 31.03.22. It is intended that the value of the contract resulting from this tender will be within $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,23934047,Request for Tenders,Open Competition,Main Contractor for Naenae College (Lower Hutt) - Toilet Upgrades,,20210210,20210305,20210713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Naenae College are seeking the services of a main contractor to undertake the construction of alterations of toilet upgrades for five different toilet areas at the College. This is described in the tender documents prepared by IR Group Ltd. This involves the following works: Demolition of required internal walls Construct of new internal walls and fully enclosed toilet cubicles within the toilet area Remove wall linings Install all cables and services within the wall Reline walls and ceilings with specified systems including autex and ceiling tiles Remove and replaced doors with new doors and specified hardware Provide all new toilet, vanity and other associated fittings and fixtures Install new plumbing and detailed and required Install new ventilation as specified including allowance for new vent holes through concrete exterior walls The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required. The successful contractor will also need to sign the attached MOE Medium Works contract as is stardard for a project of this size.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23939684,Request for Tenders,Open Competition,Design and Build Contractor for Court Extension and Resurfacing at Taradale Intermediate School,221239,20210209,20210317,20210616,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Taradale Intermediate School has an aging artificial turf sports area which consists of 3 netball courts, with line markings for 9 tennis courts. The current size and configuration of the courts does not reflect the schools sporting requirements and students recreational interests. The BOT wishes to utilise their SIPs funding to significantly extend the southern and eastern side of the existing hard surface courts and resurface the entire area with a modern multi-sport artificial surface.",Awarded,A good selection of tenderers with a wide variation in pricing.,533406,20250410 Ministry of Education - School Infrastructure,23940594,Request for Proposals,Closed Competition,Request for Proposals for Tauranga Boys College Project Management & Engineer's Representative Services,,20210205,20210226,20210414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for Tauranga Boys College (the School) Project Management & Engineer's Representative Services (the Services).",Awarded,"The contract was awarded to Greenstone Group Limited and will start on 12 April 2021. The term of this contract is until Final Completion of the project (including a 12 month defects liability period), expected 30 September 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,23946828,Request for Tenders,Open Competition,CW2021-013 Request for Tenders (RFT) for Melville High School Learning Support Property Modifications Project,MOE11056,20210209,20210305,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for Learning Support Property Modifications at Melville High School, Hamilton. The Contract Works required are: - General and site wide construction services - Remediation of walkway thresholds - Changing bench heights to enable wheelchair access - Conversion of the accessible bathroom into a (HDU) Bathroom. A tender site visit has been scheduled for 10:00am, Wed 17 Feb 2021. Please note this visit is compulsory. Please view the attached tender documents for further information. A draft contract will be released shortly via NTT. Any questions must be lodged through the GETS Q&A function and site visit attendees must register in advance of the site visit.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,23958768,Request for Tenders,Open Competition,Main Building Contractor for Redevelopment Project at Kaimata School,,20210212,20210311,20211018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kaimata School Board of Trustees are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Redevelopment project at Kaimata School. The objective of the redevelopment project is to address the areas in which the school is deficient as per the SPG guide. This is to be done using the available funds from the Non-teaching space funding stream. Incorporated into the redevelopment project is ILE upgrade to the teaching spaces using the schools available 5YA and AMS funding.",Awarded,the contract was awarded to Pepper Construction and will start on 25th October 2021. The term of the contract is approximately 6 months.,973000,20250410 Ministry of Education - School Infrastructure,23964737,Request for Tenders,Open Competition,Main Contractor for SIP Artificial Turf/Shade Structure at Mayfield Primary School,,20210212,20210323,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,The Mayfield School Board of Trustees are seeking a Main Contractor for the SIP Artificial Turf/Shade Structure project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23965466,Request for Tenders,Open Competition,Main building contractor for Gym Changing Rooms Upgrade at Bream Bay College,,20210215,20210311,20211110,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"An assessment of Bream Bay College identifies the gym changing rooms to be worn and tired and require upgrading and modernising. In addition, the toilets shall be independently accessed from outside. This results in rearranging the layout of the changing rooms and toilets providing separate shower units and dividing the changing rooms and toilets through a internal wall. Also including a new door which provides independent access to the toilets from outside without entering the changing rooms, still leaving it accessible through from both sides. Tendering for a main building contractor for works that are planned to take place during the April 2021 school holidays and partly in Term 2 finishing by end of May 2021.",Not Awarded,"This procurement processes was closed prior to a contract being awarded. Suppliers were notified directly at the time.",0,20250410 Ministry of Education - School Infrastructure,23966072,Request for Tenders,Open Competition,"Main Contractor for Block 1, 2, 3, 4, 5, 7 and 8 Roof Replacement at Sylvia Park School",,20210215,20210317,20210820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Sylvia Park School Board of Trustees are seeking a Main Contractor for the Block 1, 2, 3, 4, 5, 7 and 8 Roof Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23966295,Request for Tenders,Closed Competition,RFT Main Contractor for Construction of New Classroom Block at Oromahoe School,,20210215,20210326,20210513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Oromahoe School requires enabling works for the construction of a new classroom block and a resource room, as detailed in the attached documentation. The Contract Works required are: i. Ground works ii. Construction works iii. Plumbing and Drainage iv. Electrical works v. The works are proposed to be delivered during term time and constructors need to make an allowance for all required temporary fencing and other required H&S measures",Awarded,"The intended contract band for this tender is $500,000-$1,000,000",500000,20250410 Ministry of Education - School Infrastructure,23969721,Request for Proposals,Closed Competition,Request for Proposals for Te Kura Kaupapa Maori o Nga Maungarongo (Te Kura) Establish Wharekura on Site Lead Design Services,,20210215,20210308,20210602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"iTe Kura Kaupapa Maori o Nga Maungarongo (Te Kura) is a total immersion Te Reo Maori state, composite (Year 1-15) school. It was established in 1987 by parents of Kohanga Reo children who wished their children to continue in Maorimedium education. In 1990 it was accepted into a Government-funded trial scheme for kura kaupapa Maori. It is the only kura kaupapa Maori in the 'central' Auckland region (though other schools offer Maori medium programmes). Te Kura have been allocated eight (8) new teaching spaces to meet the current build roll projections from Network Demand Analysis Report 2017. The Master Plan was carried out by BSM Group and the location of the proposed new block has been agreed with Te Kura. The outcome sought is the provision of Lead Design Services to carry out the following design stages: Master Plan Review only Concept/preliminary design Developed design Detailed design Tender Documentation Building Consents Construction observation Defects and project closeout",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23975949,Request for Tenders,Open Competition,"Main Contractor for Design, supply and installation of new junior playground at Bairds Main Freight Primary School (the School)",,20210217,20210310,20210527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Bairds Main Freight Primary School Main Contractor for Design, supply and installation of new junior playground at Bairds Main Freight Primary School",Awarded,,273468,20250410 Ministry of Education - School Infrastructure,23975953,Request for Tenders,Closed Competition,RFT for Main Building Contractor for ESOL Space Conversion at Sunnyvale Primary School,SCH-A-2944-01,20210217,20210310,20210421,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,Request for Tender for Main Building Contractor for ESOL Space Conversion at Sunnyvale Primary School. The roll of ESOL students has increased at the school which has triggered the requirement for an additional ESOL space. The school has chosen to convert an existing cloakroom and toilet area at the rear of a 2xclassroom block into a small ESOL support space including providing 4.no unisex toilets. The Board of Trustees is seeking a Main Contractor.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,23977798,Request for Tenders,Closed Competition,"Ongarue AMS Roof Replacement,floor coverings & Heating",6130,20210218,20210317,20210526,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"AMS: Block A New breakout area, acoustic wall linings, change hardware on existing door, provide window type seating, New single glazed internal observation window. In the foyer area, Autex acoustic wall linings, interior redecoration to remaining surfaces. In the senior classroom, installation of new Autex composition acoustic absorbent wall linings. Install New white Board Storage Unit. AMS: Block C New breakout area, new fixed storage shelving, new acoustic absorbent wall linings and ceiling, replacing existing worn carpet. Interior re-decoration to remaining surfaces. In the junior classroom, interior redecoration to remaining surfaces including side windows sills. Roof Replacement: Replace with new 55g Endura coloursteel or equal to suit pitch and location, including all flashings and fixings etc. Provide an approved underlay and netting. Provide batts insulation to the ceiling cavity where possible. Replace skylights. Replace clearlite with new Top glass GC Ultrasafe reinforced sheets (trafficable). Replace any rusted, damaged spouting. All roofing to comply with the MOE weather tightness and durability design for school buildings. A&C Replacement Floor Coverings Replace existing carpets and vinyl in the junior classroom (Block C), landing and stairs to follow through to the staff room and wet area. Prepare floors and install new commercial wool carpet on a double bond underlay. Replace vinyl with new 2mm commercial vinyl covered at the edges, and rodweld all joint. Lighting and RCD protection. Under floor insulation Block C Heating: Remove Old heaters, Replace heat pump of, appropriate size for the area/ space. Outdoor unit to being galvanised cage on concrete plinth at ground level, not roof mounted.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23983035,Request for Tenders,Open Competition,Main Building Contractor for Block E Flexible Learning Spaces at Karamu High School,,20210219,20210330,20210419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Background to this procurement is: The external cladding of Classrooms 1-3 in Block E are a mix of new fibrecement cladding and aluminium windows along with original ACM sheet cladding and timber windows, plus ACM sheet soffits. Internally this area of the block is comprised of 3 teaching spaces, with separate resource and small group teaching rooms. The proposal is to create 2x breakout spaces accessed from the existing classroom spaces with glazed vision panels; a shared teacher office; access to a new covered outdoor learning area; and an operable wall between two of the existing classrooms a. The Contract Works required are: New outdoor learning area including concrete terrace and canopy over Removal of existing ACM cladding & soffit. Demolition of existing exterior and interior walls to create new openings Replacement of existing timber joinery with aluminium double glazing New bracing to walls and ceiling plane New aluminium joinery to exterior and interior walls New internal walls New operable wall New acoustic wallcoverings and acoustic suspended ceiling",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23983250,Request for Proposals,Closed Competition,CW2021-009 Hamilton Girls High School Due Diligence Design Tender,CW2021-009/MOE11107,20210217,20210317,20210722,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Hamilton Girls High School Due Diligence Services (the Services). This RFP is being conducted as a secondary selection process under the Ministry of Business, Innovation and Employment (MBIE) All of Government Construction Consultancy Services Panel and is subject to this panels terms and conditions.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23985326,Request for Proposals,Closed Competition,Albany Senior School - RFP Lead Design Services,,20210218,20210312,20210602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Albany Senior High School (ASHS) is a state coeducational senior secondary school founded in 2009. The school is located in the suburb of Albany, north of Auckland, and comprises one main building, a gymnasium, and a historic building. The school has experienced significant moisture ingress to the Main Block and the Gym over the past 10 years through weathertightness failure, which has caused some damage to building components in these blocks. The failure was mostly found through the roofing and skylights, as a result of poor design and construction. Due to the building size, the Ministry identified that significant investment was required beyond 5YA and/or supplementary funding.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23990141,Request for Tenders,Open Competition,Pahiatau School - Playground Shade & Turf Structure,,20210222,20210319,20210721,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Pahiatua School Board of Trustees invited Design & Build Contractors to provide an offer to Design and Build a Playground Shade & Turf Structure. The value of this contract is between $250k - 500k.,Awarded,This contract has been awarded to Shade Systems,0,20250410 Ministry of Education - School Infrastructure,23990410,Request for Tenders,Open Competition,Construction Services for Administration Alterations at Richmond Primary School,,20210219,20210317,20210513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Richmond School (14 Cambridge Street, Richmond 7020) wish to upgrade their administration area. The school roll and consequently the staff numbers have grown over time, this project will be to reconfigure the administration to allow much more efficient spaces to create an additional DP office, a new staff toilet, as well as a more flexible reception and staffroom spaces. The project will include: A small extension. Demolition and strip out as required. Internal alterations as detailed in the provided Drawings and Specifications. Provision should be made to provide, maintain and alter all services that may be affected by the alterations, telephone cabling, data cabling and outlets, electricity supply and outlets, plumbing and drainage services, fire detection and alarms, security detection and alarms etc. Asbestos has been identified - please refer to Tender/asbestos report for further details",Awarded,,0,20250410 Ministry of Education - School Infrastructure,23993446,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block S - Develop New Cultural Centre at Paraparaumu College, Kapiti Coast",4561,20210222,20210330,20210621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block S at Paraparaumu College was constructed in 1996 and has an array of weather tightness deficiencies. The college though has also for a number of years been developing a scheme where the building will be reconfigured and refurbished creating a new cultural centre facility. The building is to be completely transformed with all exterior envelope elements replaced. The project scope and construction detailing has been peer reviewed and signed off by the Ministry WRP. The project will bring the language teaching space and adjoining rooms up to a higher performing environment with all DQLS elements improved. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Crowe Construction, start date 21.06.21, anticipated completion date 05.05.22. It is intended that the value of the contract resulting from this tender will be within1m-$5m band.",0,20250410 Ministry of Education - School Infrastructure,23997934,Request for Quotations,Closed Competition,Albany Senior School QS Services RFQ,,20210222,20210312,20210602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Albany Senior High School (ASHS) is a state coeducational senior secondary school founded in 2009. The school is located in Albany, north of Auckland, adjacent Albany Highway and across the road from the Albany Domain. The school comprises one main building (Main Block), a gymnasium (Gym Block), and a historic building. The school has experienced significant moisture ingress to the Main Block and the Gym Block over the past 10 years through weathertightness failure, which has caused some damage to building components in these blocks. The failure was mostly found through the roofing and skylights, as a result of poor design and construction",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24003842,Request for Tenders,Closed Competition,Main Contractor for Internal Remedial Works at TKKM o Te Rawhitiroa RFT,,20210224,20210406,20210817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractor for Internal Remedial Works at TKKM o Te Rawhitiroa. This project will deliver internal remediation works throughout the school, focusing on historical and recent flood damaged areas.",Awarded,"This tender is expected to be awarded in the 250,000-500,000 bracket",250000,20250410 Ministry of Education - School Infrastructure,24005080,Request for Quotations,Closed Competition,Leithfield School Roll Growth Project - PM and EtoC Services,,20210223,20210315,20210512,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education, Capital Works team have received confirmation that Leithfield School require one new teaching space due to roll growth. The project involves demolition of the existing old and deteriorated Cebus type block (two teaching space block) and the old library block. The new block construction will therefore be designed and constructed to provide three teaching spaces. Key Roles requiring Key Personnel are: i. Senior Project Manager ii. Project Manager iii. Engineer to Contract iv. Engineers Representative",Awarded,Frequency were awarded this project,0,20250410 Ministry of Education - School Infrastructure,24009885,Request for Tenders,Open Competition,Main contractor for Learning Support Modifications at Haast School,3363-19-01,20210225,20210323,20210608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: . Lobby space reconfiguration ? Remove existing wall and ceiling linings. Install new insulation and reline ceiling and wall area. ? Install new double-glazed aluminium cavity slider door. ? Install new carpet tile flooring. ? Install new ceiling hoist/track to connect accessible bathroom and quiet spaces. ? Upgraded electrical and lighting services to area. Unisex Bathroom: ? Remove exiting wall and ceiling linings. Install new insulation and reline ceiling and wall area. ? Install new frosted double-glazed aluminium windows. ? Install new non-slip vinyl flooring. ? Install new wet area shower, toilet and hand basin. ? Install new wall hung adjustable change bed. ? Install new ceiling hoist. ? Upgraded electrical and lighting services to area. Quiet Space ? Remove existing wall and ceiling linings. Install new insulation and reline ceiling and wall area. ? Install new carpet tile flooring. ? Install new double-glazed window and aluminium cavity slider door. ? Install new ceiling hoist and track. ? Upgraded electrical and lighting services to area. General Areas ? Widen doorways ? Reinstate shelving, ? Install new whiteboard and joinery unit to Classroom 2. ? Construct new wheelchair accessibility ramp and raised entry at main entranceway.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24010187,Request for Tenders,Open Competition,Main Contractor for SIP: Site: Pool Membrane & Filtration System Upgrade at Burnside High School,319-21-01,20210226,20210324,20210513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,Scope: Supply & install PVC membrane to pool tank. Upgrade pool filtration system and install pool heat pumps at Burnside High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24010550,Request for Tenders,Closed Competition,Main Contractor for Wastewater System Upgrade at Moerewa School,,20210225,20210323,20210626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Moerewa School Board of Trustees are looking for suitable contractor to carry out replacement of the existing wastewater system. i. Carry out all works as detailed in the attached TP58 ii. The works will be scheduled for delivery during term, with decommissioning of the existing system and installation of new scheduled for school holidays period to ensure minimum disruption to the school operation iii. The contractor is expected to lodge all building consent documentation, resource consent documentation and organise all required inspections/sign off iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,"The intended contract price is within the $250,000-$500,000 band",250000,20250410 Ministry of Education - School Infrastructure,24013607,Request for Tenders,Open Competition,Main Contractor for Various Outdoor Improvements at Maungawhau School,,20210226,20210326,20210628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Maungawhau School is looking to engage a main contractor who specialises in outdoor / hard landscaping works. The goal is to improve various outdoor spaces around the School by providing more functional outdoor learning areas for their student and a more unified look of the outdoor spaces. The plan is to complete the various areas in phases, starting in May 2021 and completing by January 2022.",Awarded,Met the requirements of the tender and provided best value solution.,0,20250410 Ministry of Education - School Infrastructure,24014406,Request for Tenders,Open Competition,Main Building Contractor for Block C Roof & Wall Cladding Weather Tightness Remediation & Site Wide Compliance Upgrade at Bluff School,18-104,20210301,20210326,20210621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Bluff School BoT is looking for an experienced Contractor to complete roofing replacement and other weather tightness repairs to the School's main admin block in conjunction with a site wide fire & accessibility compliance upgrade. Tenderers attention is drawn to the additional specific inspection QA requirements that they be required to complete as part of the project in conjunction with the Architectural design team.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24015749,Request for Tenders,Open Competition,Newstead Model Country School - Single Teaching Space - Main Building Contractor,,20210226,20210325,20210621,,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Newstead Model Country School (the School) to provide a Single Teaching Space, Bespoke Building and Site Works Main Building Contractor (the Contract Works). This project is located in Hamilton.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24016445,Request for Tenders,Closed Competition,CW2021-019 Forest View High School (the School) LSPM Accessibility Contract Works (and potential additional works),MOE11207,20210225,20210323,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"The Ministry is seeking a main contractor to provide construction services for a Learning Support Property Modification (LSPM) project a Forest View High School. Forest View High requires site wide access modifications to improve the accessibility requirements onsite to meet the needs of the student. An OT report has been prepared highlighting the requirements. The side wide modifications include: Improving access ways Including ramps where indicated Modification of bench heights to be suitable for a wheelchair Replacement of doors and floor mats as required For further information, please view the supporting attachments. A tender site vist has been scheduled for 11th March at 10:30am. Please note all questions should be directed through the GETS Q&A system.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $50,000-$100,000.",0,20250410 Ministry of Education - School Infrastructure,24018218,Request for Tenders,Closed Competition,Main Contractor for Three New Relocatable Classrooms at Redoubt North School,,20210303,20210324,20210602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Redoubt North School Board of Trustees are seeking a Main Contractor for the Three New Relocatable Classrooms works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24018573,Request for Tenders,Closed Competition,Mount Albert Primary School - Ventilation Remediation of a ten classroom two-storey block,MOE110002,20210226,20210326,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Ventilation remediation is required to mitigate thermal issues in a ten classroom two-storey teaching block at Mount Albert Primary.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24018792,Request for Tenders,Open Competition,Main Contractor for Building Demolition and Classroom Upgrade at Kaihu Valley School,MOE08338,20210226,20210325,20210723,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Project information (including drawings and specifications) is at Appendix 1. b. The Contract Works required are: c. The school is in a poor state of repair and has not had any work done to it for a number of year and is overdue for some an upgrade in some areas d. Rooms 1 and 2 and the adjacent students toilets require a full upgrade and the disused Tech Block (Woodwork and Cooking) Storage shed and Bus Bay have been identified for demolition. e. The Project will be done in stages: Stage 1: The Tech block most likely contains asbestos, so the intention is to remove this and get a clearance certificate during the either the July or September School Holidays while there is no-one at the school. Stage 2: Demolish the Remainder of the Tech Block, storage shed, bus shed and make good to grounds Stage 3: Upgrade the two classrooms, toilets pool changing sheds and replace the pool fence and install pool canopy Stage 4: Repaint the Pool and install the canopy Where possible stages 3,4 and 5 will be carried out concurrently",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24020067,Request for Tenders,Closed Competition,Hikutaia School - Learning Support Property Modifications - Accessible Bathroom - Main Contractor,,20210226,20210323,20210421,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Hikutaia School is located near Paeroa in the Thames Coromandel District, and caters for children in Years 1 to 8. LSPM project undertaken in 2 stages: - Stage 1: LSPM Fencing is completed. - Stage 2: LSPM Accessible Bathroom, Handrails & Ramps. An Occupational Therapist (OT) report has identified the requirement for new site fencing/accessible bathroom and accessible ramps for access due to the students needs to provide an inclusive learning environment and mitigate current Health & Safety risk.",Awarded,The contract has been awarded to Asap Contracting Limited and will start in April 2021. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,24020882,Request for Tenders,Open Competition,Main Building Contractor for the Waimarie Additions and Alterations Project at New Plymouth Girls High School,3261.01c,20210301,20210408,20210507,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," SN Block at New Plymouth Girls High School, known as Waimarie, was originally constructed in 1995-1996 as a learning centre for students with Very High Needs. Recently the programme for High Needs students has been relocated to Waimarie, introducing more students with a further range of needs. The increase in both student numbers and range of needs has meant the current building is no longer suitable in its current form, and a larger space that can accommodate a wider range of functions is required to meet current and forecast requirements. Alterations will also provide the opportunity to introduce modern learning concepts to the spaces. The Board of Trustees has recently undertaken alterations to the roof structure to simplify the building form and improve weathertightness, and now seek to carry out the additions, alterations, and interior refurbishment to provide a modern, functional, and safe space that can accommodate the needs of staff and students. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: BOON Limited o Structural Engineer: BTW Group",Awarded,"Awarded to Livingstone Building NZ based on receiving highest overall evaluation score. Note value stated is the lower end of the band pricing received fell within, and does not reflect the actual contract price.",1000000,20250410 Ministry of Education - School Infrastructure,24021222,Request for Tenders,Open Competition,"RFT - Main Building Contractor, SPDLS, AMS combined - Refurbish Classrooms, Upgrade Staffroom Facilities at Kahutara School, Featherston, Wairarapa",5463,20210302,20210325,20210923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Approved projects on the approved 10YPP include the enlargement and improvements to the administrative area and staff room, a project that will utilise SPDLS funding. The 5YA also targets the continued improvements to teaching environments with DQLS upgrade work to be actioned in all five main classrooms. The project extends to infrastructure renewal in roof coverings (Block A) and roof fixing/ridge capping replacement (Block M). This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Kahutara School Board of Trustees producing full construction documentation. 1. Please note: NTT will be issued for the Asbestos Report. 2. Please note: Should be noted that there are 2 separate tender return forms that will be required to be submitted. This will allow accurate cost allocation required by the Ministry of Education.",Awarded,"Awarded to MB Brown, start date 28.12.21 with anticipated finish date of 28.10.22. It is intended the value of the contract resulting from this tender will be within $500k - $1m.",0,20250410 Ministry of Education - School Infrastructure,24021228,Request for Tenders,Open Competition,Plumbing & Drainage Contractor for Site Sewer and Water Services Upgrade at Tauranga Girls College (Re-published),217359,20210312,20210409,20210723,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tauranga Girls College Board of Trustess is seeking tenders from plumbing and drainage contractors for the upgrade works to parts of the site sewer and water supply services. Parts of the systems are now at their end of lfe and require replacement with new uPVC and MDPE polyethelene piping,Not Awarded,"No tenders received, project readvertised on GETS",0,20250410 Ministry of Education - School Infrastructure,24033508,Request for Proposals,Closed Competition,"Otahuhu College - Redevelopment Project Block M, M1, M2 - Project Management Services v2",MOE09910,20210301,20210305,20210412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Dear Tenderers, as notified last week, please find attached revised documents for tender previously sent out for Otahuhu College - PM Services. Please review and respond accordingly. Kind regards, Laina",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24034965,Request for Tenders,Open Competition,Main Building Contract for Block L upgrade to New Library at Kaiti School.,2041,20210302,20210401,20210730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kaiti School is located in Gisborne City on the East Coast of the North Island. Block L is an existing Classroom Block at Kaiti School. The school has experience significant role growth in the past few years and their existing library is now used as Classroom space. The school would like to create a dedicated library space in an existing building. The project involves opening up two rooms to make one open library space, including a full interior upgrade, new joinery units and the construction of new a deck with accessible ramp. The school also wished to undertake cyclical maintenance painting at the same time. Project consultants are: o Project Manager Architects 44 o Architect Architects 44",Awarded,,248719,20250410 Ministry of Education - School Infrastructure,24036303,Request for Tenders,Open Competition,Main Building Contractor for Roll Growth Classrooms at Puketapu School,,20210303,20210330,20210603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Roll Growth Classrooms at Puketapu School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24037810,Request for Tenders,Open Competition,"Main building contractor for the refurbishment of two classrooms and break out areas in Block C, Stoke School, Nelson",224454,20210309,20210401,20210910,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This project is for the ILE upgrade of the first 2 C Block Classrooms (Rooms 3&4) in order to bring them up to ILE & DQLS standards. The final scope of work will be determined by the budget funds available at contract signing, it currently contains: Removal of walls and joinery units to provide collaborative teaching spaces, and the construction of the new layout Replacement of wall linings Replacement of all classroom carpet and vinyl New acoustic ceiling panels Provision of LED lighting to meet DQLS standards Interior Painting",Awarded,,306719,20250410 Ministry of Education - School Infrastructure,24039646,Request for Proposals,Closed Competition,CW2020-110 Taita College (the School) Major Redevelopment Project Quantity Surveyor & Engineer to Contract Services - Request for Proposals (RFP),MOE09464,20210303,20210325,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking a Quantity Surveyor (QS), to provide QS services for a Major Redevelopment project at Taita College. Taita College is a brownfield site and is located within a semi-industrial area in the Lower Hutt, Wellington region. The project is currently in the early stages of development. QS services are required to assist with the development of options for the project business case. A business case will be developed internally based on the completed Master Plan. The Ministry is currently procuring for a Lead Designer through a separate tender activity. The Preliminary design stage will not be able to commence until the business case has been approved. The scope of the QS engagement is limited initially to the Master Planning stage. Reserved rights will apply and will provide flexibility to retain the successful QS consultant beyond the Master Planning stage. The successful QS consultant of this tender activity will be engaged through a CCCS Contract. Please note, there is not a tender site visit scheduled for this tender activity. All questions must be submitted through the GETS Q&A function. For more information regarding the project, please view the supporting tender attachments.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0-$50,000",0,20250410 Ministry of Education - School Infrastructure,24041400,Request for Tenders,Open Competition,"New Carpet in Block A, B, M, G, N, TX and new Autex in Blocks A, B, M, G, N, TX at Whakatane High School",225964,20210305,20210326,20210513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"New Carpets in Blocks A,B,M,G,N,TX and new Autex in Blocks A,B,M,G,N,TX at Whakatane High School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24044796,Request for Tenders,Open Competition,"Main Contractor for Roofing, Electrical, Insulation, Fencing and Refurbishment Works at Dargaville Primary School",,20210310,20210421,20210816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Dargaville Primary School Board of Trustees are seeking a main building contractor to carry out the following works in stages over 2021 and 2022: Roofing works to Blocks 1, 2, 6, 8, 9 and 16 Electrical works in Blocks 1, 2, 4, 5, 9, 14, 15, 16 and 17 Refurbishment works in Blocks 1, 4, 5, 17, 14 and 15 Insulation in Blocks 1, 14 and 15 Toilet block refurbishment in Block 9 Replacement of corrugate pool fence Only contractors who can carry out the full scope of works will be considered.",Awarded,The scope of the project was reduced to fit within the available budget. The value above reflects the submitted tender value.,300000,20250410 Ministry of Education - School Infrastructure,24044861,Request for Tenders,Open Competition,RFT - Main Building Contractor for WT Remediation of the Hall at Pakuranga Heights School,216145,20210315,20210409,20210615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school hall recladding project - demo, new framing, RAB, Cladding, aluminium doors/windows Replace existing roof and extend to form verandah, Site works and some drainage Project Location East Auckland",Awarded,,445000,20250410 Ministry of Education - School Infrastructure,24045199,Request for Tenders,Closed Competition,Main building contractor for the extension of two teaching blocks and car park reconfiguration at Swannanoa School,,20210317,20210414,20210816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BoT of the school are procuring construction services to extend two existing classrooms and reconfigure the entrance way and car park. The project will also involve the removal of one existing teaching block.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24045494,Request for Proposals,Open Competition,Specialist Pool Contractor for the Swimming Pool Refurbishment Project at New Plymouth Girls High School,3261.15,20210305,20210412,20210514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The swimming pool at NPGHS is aging and requires refurbishment as it is leaking. The Board of Trustees is seeking proposals for remedial work from specialist pool maintenance contractors nationwide. Respondents are asked to propose a scope of works to address the following key items: ? Repair of leaks in pool structure ? Remedial work (assumed replacement) of the aging section of main supply feed to the pool ? New coating (Cotec Pool Paint) or similar to pool ? Assessment of the condition of the remaining pool plant, including recommendations as to remedial work and/or replacement of components if required. The final scope of works will be agreed between the Board of Trustees and successful respondent, based on the respondents proposal.",Awarded,"Awarded to Grossart Water Solutions Ltd. Note value stated is the lower end of the band pricing received fell within, and does not reflect the actual contract price.",100000,20250410 Ministry of Education - School Infrastructure,24046098,Request for Tenders,Open Competition,"Main Building Contractor for AMS/ILE Alterations & Refurbishment at Poroutawhao School, Levin",Poroutawhao School,20210308,20210414,20210609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Poroutawhao School, Levin are seeking a suitably qualified Main Building Contractor to carry out the AMS/ILE Alterations & Refurbishment to Blocks A, C & G. The Contract Works required are: Block A: A new re-pitched area of roof over the existing staffroom and other remedial roof work to future proof and prevent leaks. Minor interior refurbishment. Block C: Will be renovated and refurbished to classroom spaces and breakout areas, including various new interior joinery. Block G: Will be renovated and refurbished to be the schools new office area, Principals Office, sick bay and staffroom area. A new entrance way with a canopy area at the entrance, also various new interior joinery. All tender documentation and necessary information attached. Start dates will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No reponses received via GETS,0,20250410 Ministry of Education - School Infrastructure,24046608,Request for Proposals,Closed Competition,Lynfield College (the School) Major Redevelopment - New 30 Classroom Teaching Block and a new Administration building Quantity Surveyor Services,MOE11293,20210305,20210330,20210714,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Lynfield College is located in Mt Roskill, a central-west suburb of Auckland. A multi stage strategic plan was undertaken in 2018 to inform the School business case that addressed a site wide redevelopment and was undertaken as a response to historic building condition related issues. The strategic plan was informed by a master planning exercise that was undertaken by The Ministry in conjunction with Rubix Limited and Eclipse Architects. This exercise identified a number of issues that needed addressing including: an aging building stock, weather-tightness issues and a lack of quality outdoor and future development space. The business case assessed the viability of the three options produced in the Strategic plan - A, B, C, all of which consider a full site wide redevelopment. Option C was recommended as the preferred option. This project scope and deliverables for Stage 1 includes the construction of a 3 storey 30 T/S block and new 2-story Admin block for MP roll of 2800 (as indicated in the DAR report 2018). QS Services Scope + deliverables: Provide cost estimates and cost management advice through all phases of design process including estimates to support DRP submission Provide monthly cost reports for duration of construction phase project Provide advice and input into Value engineering exercises Monitor project budgets for duration of the project Attendance at bi-weekly site meetings during construction phase Attendance at monthly PCG meetings Ad-hoc cost estimates for potential additional scope items Verification of project variations on consultant and main contractor contracts Verify monthly consultant invoices, and provide construction phase assistance including valuing variations and verifying progress payments. Procurement support (Tender analysis and tender report) Work with the Procurement evaluation team and preferred tenderer(s) to identify and value potential costs savings, in the instance that the recommended tender price is over budget. Savings associated with reducing entitlement area will not be considered. Project close out and DLP including Asset update form for MoE Internal Asset management requirements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24047334,Request for Tenders,Open Competition,"RFT - Main Siteworks Contractor - SIP - All Weather Sports Court Cover, Evans Bay Intermediate School, Wellington",5562,20210305,20210331,20210802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Evans Bay Intermediate School is comprised of single and two storey buildings of various ages located on a level site. The work proposed is to install a tensile membrane roof structure over the existing asphalt multi purpose courts. The school has limited weather protected play areas and fields which in winter are too water laden to allow them to be used. It is proposed to erect over the existing asphalt multi purpose play and sports surface an architectural structural fabric roof supported on a galvanised steel frame. Work will include a design build solution for the supply and erection of the roof cover and allow for rainwater systems connected into the schools drainage system. The erection of the roof structure will be requiring access and scaffold systems. This procurement looks for a professional Main Siteworks Contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project.",Awarded,"Contract awarded to Shades Waikato, start date 01.10.21 anticipated completion date 28.02.22. It is intended that the value of the contract resulting from this tender will be within $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,24049428,Request for Tenders,Open Competition,Taradale High School Learning Support Modifications (LSM) Main Contractor,MOE11174,20210408,20210504,20210817,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Taradale High School has been identified as requiring learning support property modifications. The works concern disability access to the Library (Block L) and Drama (Block H) Buildings and involve the installation of access lifts and ramps and remediation to doorways and floor thresholds to accommodate these. The works are minor in size / scale and are to be completed in a single stage. The works required include the following contract works to Library (Block L) and Drama (Block H) Buildings: Modification to existing doorways and flooring; Construction of access ramps; Installation of sliding doors, handrails and access lifts; Make good to impacted areas.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24051185,Request for Tenders,Open Competition,Main building contractor for the weather tightness remediation of the Hall at One Tree Point School,,20210315,20210416,20210816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"One Tree Point School Board of Trustees (near Whangarei) are seeking a main building contractor to address weather tightness issues with the existing school Hall including: - replacement of asbestos cladding, - replacement of joinery - structural work to remediate portal sagging, - replacement of all the roofs which will include extension of soffits - construction of new verandas - repainting of the exterior - refurbishment works to the interior The demolition works should start in the July school holidays 2021. All works are anticipated to be completed by 18th December 2021.",Awarded,,645000,20250410 Ministry of Education - School Infrastructure,24051209,Request for Tenders,Closed Competition,Main Contractor for Block 6 ILE Upgrade at Te Papapa School,,20210308,20210406,20210629,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Te Papapa School Board of Trustees are seeking a Main Contractor for the Block 6 ILE Upgrade works,Awarded,,526787,20250410 Ministry of Education - School Infrastructure,24052452,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Site - Replace Roofing & Spouting at Tawa School, Wellington",4826,20210309,20210401,20210617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Multiple flat roofs about the school are at the end of their serviceable life and consistently leak. The condition assessments have identified the failed materials including existing built circumstances. Remaining 5YA work to refurbish student toilets has been included. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tawa School Board of Trustees producing full construction documentation.",Not Awarded,No compliant responses received.,0,20250410 Ministry of Education - School Infrastructure,24054927,Request for Tenders,Closed Competition,Main Contractor for SIP: Hall Extension and Refurbishment at St Martins School,3534-20-01,20210309,20210331,20210503,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"Scope: Extension and refurbishment including the removal of the stage, toilet upgrade and works done to the access ramp at St Martin's School Hall.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24054961,Request for Tenders,Open Competition,Main Contractor for Block 5 ILE-DQLS Upgrade (AMS) at Alfriston School,,20210310,20210406,20210602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Alfriston School Board of Trustees are seeking a Main Contractor for Block 5 ILE-DQLS Upgrade,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24057325,Request for Proposals,Closed Competition,Lead Design Services at Tkkm o Ngati Ruanui,,20210309,20210408,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for TKKM o Ngati Ruanui (The School) Wharenui Roll Growth Classrooms Lead Design Services (the Services).",Awarded,"a. The contract was awarded to Boon Limited and will start June 2021. The term of this contract is until Final Completion, expected to be December 2021. b. It is intended that the value of the contract resulting from this tender will be within i. $0 - $100,000",0,20250410 Ministry of Education - School Infrastructure,24063246,Request for Tenders,Open Competition,Main Contractor for the New Classroom Block at Wakari School,,20210315,20210415,20210524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Wakari School Board of Trustees are inviting submissions from suitably qualified and experienced main contractors to deliver the proposed new Classroom Block. The building consists of three teaching spaces and various resource and breakout areas. Also included in the scope of work is the demolition of two existing prefab buildings (three classrooms in total) which will no longer be required once the new building is handed over and operational.,Awarded,"Following the review of the proposals received, this opportunity has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,24063268,Request for Tenders,Open Competition,Main Contractor for Site: SIP LSC AMS ILE Upgrade and Collective Works at Waitahuna School,3855.20.11,20210310,20210415,20210705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractor for Site: SIP LSC AMS ILE Upgrade and Collective Works at Waitahuna School Condition assessment report completed for the 10YPP recommended the replacement of the roofs due to their poor condition and being past their life cycle. The translucent roofing/cladding on the pool and veranda is brittle and breaking and requires replacement with trafficable translucent cladding to meet MOE requirements. Innovative Learning Environment (ILE) upgrades and additional compliance work are required. A Learning Support Coordinator (LSC) space is also to be included in the Scope of the project. This will add an interior fitout to the library space which is yet to be documented. The successful tenderer will be asked to provide a quote for the extra scope once the drawings are signed off by the school. When submitting your tender, please keep in mind these projects should be broken into the below projects: This project has previously been documented as 4 projects: o 224470 UNC 1: Pool Roof & Cladding Replacement o 216466 1,2,3,4: Roof Replacement, Gutters, Downpipes and Drainage o 216468 SIP AMS CP 1 & 2: ILE Upgrade & Outdoor Learning Centre o 220445 LSC: Yet to be designed",Not Awarded,One tender was summitted. Was agreed to re tender,0,20250410 Ministry of Education - School Infrastructure,24064184,Request for Tenders,Open Competition,"Closed Tender : New Playground Replacement : Point View School, Sth Auckland",SIP - 6921-01,20210312,20210414,20210827,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Closed Tender - Design & Build : Specialist Outdoor Playground Contractors are sort to Register Their Interest to price the supply and installation of a New Playground Adventure Structures at Point View School, South Auckland. As per submitted design concepts : The project is to replace the Middle (Senior) and Junior play areas with new modern equipment and fallzone which is better suited and more challenging for Primary students. Shade weather canopy to introduced. The Shade Structure is to be Post and Sails. Area approx : 140.0 m2 & 260.0 m2 The structures are to incorporate innovative modern design. All design documentation will be prepared to NZ Safety Codes and MoE standards. All procedures to comply with MoE property legislation. Refer attached tender documentation.",Awarded,,343900,20250410 Ministry of Education - School Infrastructure,24067947,Request for Tenders,Open Competition,Main Building Contractor for Block G - Window and Roof Coverings Replacement at Paraparaumu College,4956,20210311,20210414,20210813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The original gymnasium facility was construction in 1978 and it is used by both the college and local community in a contractual relationship with Kapiti Coast District Council. Recent condition assessment survey work has membrane roofing to over changing rooms and rear ancillary spaces as needing replacement. The metal windows to the original gymnasium structure are also in need of renewal. During the time that project has been in the design development phase an issue associated with water ingress from the exterior walls has arisen. It appears that a long standing problem has contributed to water breaching the outer cladding and wall framing deterioration and the build up of heavy mould growth is a major issue. The facility (two of the four changing room/shower rooms) has been closed down due to poor air quality. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Paraparaumu College Board of Trustees producing full construction documentation.",Awarded,"Awarded to Watts & Hughes Construction, start 06.09.21, anticipated completion date 01.05.22. It is intended that the value of the contract resulting from this tender will be within $500k - $1m.",0,20250410 Ministry of Education - School Infrastructure,24072053,Request for Tenders,Open Competition,Construction Services for Learning Support Co-ordinator Office (LSC) and Outdoor Learning Environment Space (OLE) Project at Glendowie School,,20210315,20210416,20210816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Glendowie Board of Trustees has completed designs for a small office space for their learning support co-ordinators. In parallel to this, the Board would also like to enclose existing outdoor areas with the intent to create two all-weather outdoor learning environments. The requirements of both the LSC and OLE projects are similar in nature and the project consultant team are the same across both projects. The purpose of the OLE is to create new flexible outdoor and transparent modern learning space by installing operable doors and fixed side panels. The purpose of the LSC is to provide additional office space for the schools learning support co-ordinators.",Awarded,The tender presented by Impact Interiors has been selected as the preferred tender. The evaluation panel believe they have the lowest fee proposal and competitive capability.,0,20250410 Ministry of Education - School Infrastructure,24073785,Request for Tenders,Open Competition,Te Kura Mana Maori (TKMM) o Whangaparaoa (the School) - Septic Tank Replacement - Main Contractor,,20210312,20210408,20210409,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura Mana Maori o Whangaparaoa is a rural composite school located at Cape Runaway, east of Opotiki. The kura provides Maori medium education for Year 1-15 students and affiliates to Nga Kura a Iwi o Aotearoa. The local hapu is Kauaetangohia and the iwi is Te Whanau-a-Apanui. The kura is central to the activities of the whanau, the marae and its community. The current septic tank at TKMM o Whangaparaoa is constantly failing and requires replacement. A design has been drawn up by a Hydraulic Consultant and a contractor is now required to complete the works.",Not Awarded,No responses were received,0,20250410 Ministry of Education - School Infrastructure,24074156,Request for Proposals,Closed Competition,Onehunga Primary School Roll Growth and Stage 1 Redevelopment Design and Build Services,MOE10606,20210312,20210331,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Onehunga Primary School (the School) Roll Growth and Stage 1 Redevelopment Design and Build Services (the D&B Services).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24075041,Request for Tenders,Closed Competition,Main Contractor for SIP Garden to Table at Edendale Primary School,,20210315,20210413,20210722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Edendale Primary School Board of Trustees are seeking a Main Contractor for the SIP Garden to Table project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24076781,Request for Tenders,Open Competition,Main Contractor for Block M Music Suite Development at Southland Girls' High School,20-008,20210315,20210409,20210513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Southland Girls' High School Board Of Trustees is looking for an experienced Contractor to remodel the existing spaces in Block M and convert from a technology/art area into a music suite. The proposal is to convert some of the spaces (former materials and project storerooms) into breakout spaces for individual/small group practice, with the existing classroom space being used for larger theory & practical teaching, and group performance.",Not Awarded,"Thank you for your time taken to complete the preparation of your tender submission. Unfortunately the project must be deferred until additional funding can be made available, where upon respondents will be given an opportunity to re-submit a tender price proposal.",0,20250410 Ministry of Education - School Infrastructure,24078856,Request for Tenders,Open Competition,Main Contractor for 4 Classroom Block Upgrade at Wairau Intermediate School,,20210316,20210413,20210727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school is seeking a main building contractor for the alteration of a four classroom block at Wairau Intermediate School. The current building is a 1960s open plan block with offices and breakout areas. The alterations consists of: - internal modifications that consists of installation of windows and glass sliding doors between classrooms and breakout rooms to provide visual connections between spaces - replacement of existing interior linings, floor coverings and ceilings. New timber trims as required. - new led lighting as per electrical engineers plans - repair and remediation of leaks around skylights - new sink fittings to replace existing worn fittings. These will now have hot water and cold water supply - new heat pumps to each classroom - rearranging of extg radiators to suit classroom layout",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24078899,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Refurbish Staff Room Kitchen, Verandah Screens, LSC Office, Mangaroa School, Upper Hutt",5479,20210317,20210413,20210802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school have received LSC and SIP funding to carry out some building modifications to address shortcomings in their property. The schools staff room is poorly laid out and the joinery is no longer fit for purpose, a new kitchen will be installed. The classrooms are single cell style and tight on space. It is proposed to provide verandah screens on which to mount the coat hooks thereby freeing up teaching space making the rooms more flexible. The school are to host one LSC. A resource area will be subdivided and glazed partitions installed to create a functioning office. The school currently has the ability to decant classes into alternate spaces allowing work to be actioned during term time as a single stage. The scheme will be traditionally executed with a full design team employed by the Mangaroa School Board of Trustees producing full construction documentation.",Awarded,"Contract awarded to Alaska Construction, start date 01.07.21, anticipated completion date 31.10.21. It is intended that the value of the contract resulting from this tender will be within $100-$250k.",0,20250410 Ministry of Education - School Infrastructure,24082133,Request for Proposals,Closed Competition,Russley School (the School) CSR Redevelopment Project Main Contract Works (the Contract Works),,20210315,20210407,20210817,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The proposed re-development for Russley School offers an opportunity to update poor quality building stock, replace and provide 20 new flexible and innovative teaching spaces, Admin & Library spaces that caters for the future of schools teaching pedagogy and new infrastructure",Awarded,Successful price in $500k - $1M band,0,20250410 Ministry of Education - School Infrastructure,24082348,Request for Tenders,Closed Competition,Northcote College Refurbishment of Block A and fire alarm system upgrade sitewide Main Contractor,,20210312,20210407,20210602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Northcote College is a Decile 7 secondary school located in Northcote Auckland and caters to year 9 to 13 students. The school was founded in 1877 and has the longest school history on the North Shore. The school sits on 8.92ha of north facing land and is bounded by Onewa Road and Kauri Glen Road. Generally, sports areas are located to the northern side and buildings to the West and South Boundaries. Buildings range in age from 1877 to 2005, with heritage status. Category A notified by Auckland Council on four buildings (Blocks C, D, L and Z) which affects their exterior aesthetics only. Predominantly, buildings built between 1930s and 1970s are well maintained and comprise cellular single level timber framed buildings with two cellular timber framed buildings at Nelson Blocks. There are two recent newer buildings constructed in 2005. Fifty-eight (58) teaching spaces are located on the north eastern side of Kauri Glen Road, with the remaining two (2) located on the other side of this road. The location of the school buildings on this parcel of land on the opposite side of the road has never been desirable. The school is undergoing a major redevelopment project beginning with Stage 1 of a multi-stage programme. An enabling works package is required to be carried out prior to the major redevelopment project. This package will be staged starting with Stage 1 - refurbishment works of the Oro Space contained within Block A and a fire alarm system upgrade sitewide. Stage 2 Refurbishment of Part Block A and Block F The outcome sought is the successful refurbishment of Block A based on architectural designs approved by the Ministry of Education, and to upgrade the schools fire alarm system sitewide. In August 2020, the New Zealand Government announced a major investment for Northcote College to fund the redevelopment of the school and to meet roll growth to 1600 students (Stage One Master Plan). From this announcement, the Ministry was able to review the previous Master Plan dated 21 February 2019, the overall project delivery method and plan for a larger construction programme. The project completion date is: Stage 1 - July 2021 and Stage 2 - June 2022",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24083555,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Refurbish Classrooms/Toilets, Replace Windows/Doors, Fire Alarm System, Refurbish Library, Berhampore School, Wellington",5337,20210317,20210414,20210813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Berhampore School is comprised of single storey buildings predominantly erected in the 1970s of the C75s style. The project is addressing multiple matters across the school in respect of its buildings and infrastructure. The scope of these works is to be tendered in three separate packages: -SIP refurbish library and develop covered walkway - Refurbish toilets - Refurbish classrooms, replace windows and doors and fire detection system The refurbish library and developed covered walkway works will redevelop the library to make two teaching spaces, complete refurbishment of classrooms 4 and 5 in Block M developing a learning hub and erection of a covered walkway. The work will include new floor finishes, acoustic ceilings, pinboard, wet area joinery and LED lighting. The refurbish toilets work will replace toilet partitions, vinyl flooring, sanitary fixtures and provide warm water. The remaining works will complete refurbishment of Block M including new floor finishes, acoustic ceilings, pinboard, wet area joinery, LED lighting. Exterior windows and doors to all classroom blocks and administration will be replaced and a new fire detection and security system installed. The scheme will be traditionally executed with a full design team employed by the Berhampore School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Alaska Construction start date 01.10.21, anticipated completion date 31.03.22. It is intended that the value of the contract resulting from this tender will be within $500k - $1m.",0,20250410 Ministry of Education - School Infrastructure,24085660,Request for Tenders,Open Competition,Waimea College Permanent Shade Structure,,20210323,20210416,20210514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,135a Nile Street,As the college has a larger outdoors programme and with the additional SIPs funding available it would like to cover a section of the existing courts area to ensure the sports programme can run year round.,Awarded,Please be advised you have been successfully on this tender and the Argent will be in touch.,375000,20250410 Ministry of Education - School Infrastructure,24087184,Request for Quotations,Closed Competition,CW2021-018 Crofton Downs Quantity Surveyor (QS) and Engineer to Contract (EtC) Services,,20210317,20210409,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for CW2021-018 Crofton Downs Quantity Surveyor (QS) and Engineer to Contract (EtC) Services Amendment Project Background: Crofton Downs Primary School located in the suburb of Crofton Downs. It is a school for children in years 1 to 6. The school has been identified as requiring roll growth works. This project will be run as a Design & Build delivery approach. The works will be: ? Demolition of 1 building ? New single storey 2 classrooms building 230m2 ? New non-teaching space build 60m2 to be designed. The Services required are further detailed in the Scope of Services. Key Roles required: i. Lead QS ii. Engineer to the Contract",Awarded,"It is intended that the value of the contract resulting from this tender will be within $50,000-$100,000",0,20250410 Ministry of Education - School Infrastructure,24087365,Request for Tenders,Closed Competition,CW2021-008 Tatuanui Primary School Main Contractor,,20210317,20210412,20210709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for CW2021-008 Tatuanui Primary School Main Contractor (the Contract Works). The Project background is: i. Tatuanui School is a rural primary school that caters for students from Years 1 6, it is located just outside of Morrinsville. ii. The school requires the replacement of existing Classroom Block A. The current building has been identified as having structural issues and requires an upgrade or replacement. Due to the extensive costs required to update this building built in the 1950s, replacement is the most cost-effective outcome. The Contract Works required are: i. Demolition of existing buildings approx. 377m2 ii. Construction of New Building approx. 284m2 iii. Asbestos removal during demolition work iv. Upgrade Power supply to school Please refer to attachments for further information.",Awarded,"The contract was awarded to Mitchell Construction Ltd and will start on 05 July. The term of this contract is until 28 January 2022. It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24092709,Request for Tenders,Closed Competition,CW2020-156 Crofton Downs Roll Growth Project Main Contractor,,20210317,20210416,20210827,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Crofton Downs Primary School Roll Growth Project (the D&B Services). Crofton Downs Primary School located in Crofton Downs, this is a school for children in years 1 to 6. The school has been identified as requiring roll growth works. The Project background is: i. Crofton Downs Primary School located in the suburb of Crofton Downs. It is a school for children in years 1 to 6. The school has been identified as requiring roll growth works. ii. This project will be run as a Design & Build delivery approach The design services component of the D&B Services include the following design stages: i. developed design ii. detailed design iii. construction observation. The construction component of the D&B Services involves: i. Demolition of 1 building ii. New single storey 2 classrooms building 230m2 iii. New non-teaching space build 60m2 to be designed. (a) There are 3 options for the delivery of the 60m2 (Listed in order of preference) (i) Extension to 230m2 single storey building (ii) Standalone building (iii) Extension to an existing building on site Please refer to attachments for more information.",Awarded,"The contract was awarded to Hawkins Ltd and will start on 27 August 2021. The term of this contract is until 17 February 2023. It is intended that the value of the Design contract resulting from this tender will be within $250,000 - $500,000. The value of construction works is to be confirmed and is subject to negotiation.",0,20250410 Ministry of Education - School Infrastructure,24092712,Request for Tenders,Open Competition,Main Contractor for 5YA DSLS & ILE Upgrades at Spotswood Primary School,3098.08,20210322,20210421,20210514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Spotswood Primary School (New Plymouth) is seeking to refurbish existing canopy structures, repair the foundations of the B Block toilets, and undertake DQLS upgrades to 14x Classrooms throughout A, B, C, D & H Block as identified in the schools 10 Year Property Plan for 2020/21 The refurbishments to the classrooms include upgrades of the following items; o Thermal, lighting, carpet, acoustic wall lining, ceilings; wet area & storage joinery units Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Ardern Peters Architects Ltd",Awarded,"Awarded to Southcoast Construction New Plymouth Limited based on receiving highest overall evaluation score. Note value stated is the lower end of the band pricing received fell within, and does not reflect the actual contract price.",250000,20250410 Ministry of Education - School Infrastructure,24098042,Request for Tenders,Closed Competition,Northcote Intermediate School - Enabling Works & Carpark Extension Main Contractor,MOE11415,20210317,20210416,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,A permanent car-parking provision (65 Spaces) is required at Northcote Intermediate School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24099632,Request for Tenders,Open Competition,"1: ILE Refurbishment of Rooms 35, 36, 37 to Food Technology Room at Manurewa Intermediate",,20210318,20210414,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Manurewa Intermediate seek the services of a suitably qualified building contractor to carry out a Block 1 ILE Refurbishment of Rooms 35, 36, 37 to Food Technology Room. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming. They are listed in the RFT document under 1.3 Point of Contact and please ""RSVP"" by using the GETs question system. f. Site Visit 1 Wednesday 24th March at 3:15pm g. Site Visit 2 Wednesday 31st March at 3:15pm h. Site Visit 3 Wednesday 7th April at 3:15pm",Not Awarded,"As we only received one tender via the GETS system we had to go to the open market to receive 2 more quotes, as a minimum of 3 quotes is required. Therefore, the winning tender was received via the open market and was chosen by the School Board of Trustees due to providing the best proposed solution, having the best capability and value for money.",0,20250410 Ministry of Education - School Infrastructure,24104101,Request for Tenders,Closed Competition,Main Contractor for Cycle Track and Landscape Features at Te Ara Koropiko/West Spreydon School,TAK 032021,20210319,20210413,20210818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The tender follows the RFI in December 2020/January 2021,Awarded,,699325,20250410 Ministry of Education - School Infrastructure,24107216,Request for Tenders,Open Competition,Main Contractor for Swimming Pool Upgrade at Edendale Primary School,,20210322,20210416,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Edendale Primary School Board of Trustees are seeking a Main Contractor for the Swimming Pool Upgrade project,Not Awarded,Awarded to a contractor who was contacted directly,0,20250410 Ministry of Education - School Infrastructure,24109111,Request for Tenders,Closed Competition,Mount Albert Grammar School Lift Replacement - Remedial Works,MOE11291,20210319,20210414,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Lift replacement required in Blocks A & D at Mount Albert Grammar School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24111030,Request for Tenders,Closed Competition,Block 8 ILE/DQLS Upgrade at Newton Central School,213355,20210322,20210415,20210420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,"Nature of the Works Making new openings between the classrooms and an adjoining shared space. Remove non-load bearing walls were possible to create a larger shared space, replace floor coverings and wall linings (within the existing footprint) also to upgrade the toilet blocks to unisex use.",Awarded,,173000,20250410 Ministry of Education - School Infrastructure,24111161,Request for Proposals,Closed Competition,Te Kura Kaupapa Maori o Nga Mokopuna - Major Redevelopment - Quantity Surveyor & Engineer to Contract Services,,20210323,20210420,20210819,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura Kaupapa Maori (TKKM) o Nga Mokopuna is a Year 1-15 composite Kura, the only one in Wellington City. It currently has 8 teaching spaces, providing capacity for 98 students. The current buildings on site are deemed to be of a poor condition. The approved business case is based on a build roll of 97 students. However, Network has updated the rolls to provide new build roll of 130 and masterplan roll of 220 students to deliver the following: (a) Redevelopment of the entire school including teaching space and non-teaching space (b) Two roll growth teaching spaces (as per the announced entitlement as part of Budget 19) (c) Four temporary classrooms will be required for relocating students for the project duration (to be confirmed) Construct Wellington Ltd recently completed remedial works at the Kura consisting of site wide repairs and maintenance to multiple buildings. A new Kohanga is proposed to be built on the same site in a dedicated area yet to be confirmed. This does not form part of the contract works. This will be constructed and operated independently by the Kura and Kohanga. Construction may occur concurrently with the Redevelopment construction. The indicative project completion date is December 2023.",Awarded,The contract has been awarded to AECOM New Zealand Limited and will start in August 2021. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,24112460,Request for Tenders,Open Competition,Main Contractor for Site. Learning Support Visual Needs Upgrade at Weston School,3864.20.06,20210324,20210421,20210423,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: . ? All stairs and steps to be fitted with non-slip nosing on the edges, and handrails installed where specified ? Installation of SS tactile indicator studs through the school site ? All drainage channels to supplied and installed with a plastic slot drain. Concrete to be made good with existing asphalt ? All existing windows to have 100mm safety openings applied and doors to have specified door jamb safety features. Rubbish bins and existing fittings to be altered to match specified safety standards. ? Safety improvements to outdoor areas including playground, outdoor seating areas, sports courts and sports playing equipment Main Contractor for Site. Learning Support Visual Needs Upgrade at Weston School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24112930,Request for Proposals,Closed Competition,Request for Proposals for Spotswood College (the School) Redevelopment Quantity Surveyor and Engineer to the Contract Services,,20210323,20210420,20210521,,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an invitation to submit a Proposal for Spotswood College (the School) Redevelopment Quantity Surveyor and Engineer to the Contract Services (the Services).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24114104,Request for Tenders,Closed Competition,Main Contractor for ILE Improvements to Classrooms at Tikipunga High School RFT,,20210324,20210423,20210727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Tikipunga High School requires ILE Upgrades to Classrooms Looking for a main contractor.",Awarded,"This contract is expected to be awarded in the $500,000 to $1,000,000 band",500000,20250410 Ministry of Education - School Infrastructure,24117853,Request for Tenders,Open Competition,Demolition of Block B at Kaingaroa Forest School,4982,20210325,20210422,20210902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Demolition of existing 1960s teaching block containing 2 teaching spaces including some asbestos removal.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24120217,Request for Tenders,Open Competition,Main Contractor for Site: Learning Support Modifications at Totara School (the School),3847.20.06,20210325,20210422,20210423,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Door widths (where non-compliant) on accessible routes to be increased to minimum wheelchair standard of 760mm and to replace the hinged interconnecting class doors with sliding doors Small ramps to be installed at the main doors of the library, hall and staffroom. External doors to the classrooms are to be converted to allow for a sliding door plus fire door which the student can then operate independently. Reconfiguration of the existing USB bathroom to add a height adjustable wall-mounted table. Existing student toilet off classroom 2 to be converted to a unisex staff bathroom, with the other toilet off classroom 2, to be converted to a unisex student toilet",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24121341,Request for Tenders,Open Competition,"RFT - Roof Replacement Works to Blocks E, G, K, K1, PF, T, CW & Main Corridor at Kelston Girls College",84-SUP,20210325,20210423,20210803,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The BoT of Kelston Girls' College are seeking to contract a Roofing Contractor for the Roof Replacement Works to Blocks E, G, K, K1, PF, T, CW & Main Corridor.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24125278,Request for Quotations,Closed Competition,Tiaho Primary School PMC Programme Quantity Survey Services Request for Quote,,20210325,20210409,20210709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Tiaho Primary School PMC Programme Quantity Surveyor (QS) Services to be delivered in Wairoa.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24125780,Request for Proposals,Closed Competition,Request for Proposal - Improving Classrooms in Small and Remote Schools Programme: Freight and Logistics,,20210325,20210416,20210503,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"The Ministry has embarked on a four-year programme to improve the internal environments of state schools and state integrated schools that are small or remote. The work programme was set up following completion of the Small and Isolated Schools Pilot. It supports Te Rautaki Rawa Kura the School Property Strategy 2030, and Te Haratau, and the goal to deliver on the Governments target of all schools providing quality learning environments by 2030. To be able to achieve this the Ministry requires Freight and Logistics Services.At the highest level the Ministry considers there are four components to the services being sought. They are: Pick-up separate bulk product order from the four manufacturers or importers distribution hub. (We have used the phrase bulk order to describe the large orders placed, and received, to ensure continuity of supply and reflect the suppliers lead times. These orders will cover multiple clusters of schools.) Compile and store bulk orders into the F&L suppliers main distribution centres(s). We have assumed that the F&L supplier will operate only a few main distribution centres. Tracking and reporting on the product inventories in these main centres will be required Compiling and shipping to storage at a local distribution centres sufficient volume of product inventory to support the scheduled improvements at a defined number of local schools, referred to as a cluster. Improvements will be underway in at least three clusters at a time, one in each region. A cluster may be up to 30 schools. Tracking and reporting on the product inventories in these local distribution centres will be required. Compiling and shipping school specific product orders to each individual school in the cluster and unloading the order into the designated storage area. The makeup of the product order will be unique for each school. Tracking of these school orders is required, they must be delivered on-time with the PM being notified that the deliveries has been made While the Ministry has made some assumption about how this will happen, the RFP questions do not tell the F&L supplier how to do it. The Ministry wants respondents to demonstrate and explain the benefits and efficiency of the process they propose and to focus on the outcomes that are required.",Awarded,Request for Proposal - Improving Classrooms in Small and Remote Schools Programme: Freight and Logistics was awarded to Mainfreight,0,20250410 Ministry of Education - School Infrastructure,24126552,Request for Tenders,Closed Competition,Main Contractor for SIP A: Admin Modifications at Geraldine High School,352-19-02,20210325,20210416,20210624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,Geraldine High School are wanting to upgrade and make some interior modifications to their administration block,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24126707,Request for Tenders,Open Competition,Main Contractor for 5YA DQLS & ILE Upgrades at Bell Block Primary School,3115.04,20210329,20210423,20210514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Bell Block Primary School (New Plymouth) is seeking to undertake DQLS / ILE upgrades to A, I & D Block Classrooms as identified in the schools 10 Year Property Plan for 2020/21. The refurbishments to the classrooms include upgrades of the following items; o Thermal, lighting, carpet, acoustic wall lining, ceilings; wet area & storage joinery units Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Ardern Peters Architects Ltd",Awarded,"Awarded to Livingstone Building NZ based on receiving highest overall evaluation score. Note value stated is the lower end of the band pricing received fell within, and does not reflect the actual contract price.",500000,20250410 Ministry of Education - School Infrastructure,24128973,Request for Tenders,Open Competition,"Main Contractor for Blocks G, 9 and Technology Flooring Replacement at Papatoetoe High School",,20210329,20210423,20210722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Papatoetoe High School Board of Trustees are seeking a Main Contractor for the Blocks G, 9 and Technology Flooring Replacement works",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24130435,Request for Tenders,Closed Competition,Main Contractor for Block 1 and 7 Upgrade and Alterations at Weedons School - Canterbury,,20210329,20210422,20210727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Weedons School wish to complete ILE (Innovative Learning Environment) and DQLS (Designing Quality Learning Spaces Acoustics, Ventilation & Indoor Air Quality, Heating, Insulation and Lighting) upgrades to classrooms 1 and 2 (Block 1) and Classroom 4 and Library (Block 7) and to include cloak and toilet areas. Including opening up walls between classrooms for collaborative teaching, upgrade and alter toilets and alter cloak areas to be a usable breakout space. Looking for a main contractor.",Awarded,The contract was awarded to HRS Construction and will start on Wednesday 14th July 2021,515388,20250410 Ministry of Education - School Infrastructure,24131362,Request for Tenders,Closed Competition,CW2020-104 Newlands College (the School) Major Redevelopment ECI & Main Contract Works,,20210330,20210429,20210701,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for CW2020-104 Newlands College (the School) Major Redevelopment Main Contract Works (and potential additional works) (the Contract Works). The Project background is: Newlands College is a secondary school located in the Northern Suburbs of Wellington. The School requires a major redevelopment to address major weathertightness issues. Between 2013 and 2015, major weathertightness issues were documented across the school, having a major impact as spaces were closed off due to black mould. After the replacement of the eastern part of the Admin block, the buildings remaining to be addressed are: a. Library (L) b. Technology Storage (C3) c. Staff and Drama (AM) d. Science Block (B1) The project is split into phases following the progression of the design programme. Please refer to attached documents for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24132861,Request for Tenders,Open Competition,"RFT - Main Building Contractor, AMS Block C - Refurbish Toilets/Creates Breakout, Replace Roofing and Radiator Valves at Evans Bay Intermediate School, Wellington",5244,20210415,20210512,20211129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Evans Bay Intermediate School is comprised of single and two storey buildings of various ages located on the site. The main teaching Block C is two storey with low pitched and flat roofs, it has not had any redevelopment of the teaching spaces or toilets in its near 50 year life. The project will replace all roofing and reconfigure student toilets to create unisex facilities and create a breakout space. The roofing work will replace all roofing with pre-finished aluminium, the lower flat roofs will be re-pitched. Insulation will be fitted and clerestory windows where affected replaced. The north facing elevation will have the sunshades removed . The toilets to one wing of the building will be reconfigured developing unisex facilities with external access. The work will include new sanitary fixtures and fittings, drainage, new impervious linings and finishes. Concrete decking and ramps will be erected providing access. The breakout space will have glazed connections to the outside and internally, work will replace linings and finishes. The boiler system will have elements replaced including the expansion vessel and radiator valves. The scheme will be traditionally executed with a full design team employed by the Evans Bay Intermediate School Board of Trustees producing full construction documentation. Looking for a main building contractor",Awarded,"Awarded to Watts & Hughes, anticipated start date end February 2022 with completion late December 2022. It is intended that the value of the contract resulting from this tender will be within $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,24134661,Request for Tenders,Open Competition,Lytton High School - Weathertightness Remediation - Main Contractor RFT,,20210414,20210512,20210617,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Lytton High School is a co-educational state secondary school in Gisborne, New Zealand for students in Years 9 to 13. Lytton High school is experiencing weathertightness issues in the drama and music block which require remediation. The main remedial works will be to repair the roof and repair internal damage from the water ingress. The indicative project completion date is November 2021.",Awarded,The contract has been awarded to D Stevens Limited and will start in June 2021. Price Band: $250K - $500K.,0,20250410 Ministry of Education - School Infrastructure,24135606,Request for Tenders,Open Competition,"Main building contractor for Combined SIP, AMS, 5YA Projects at Blockhouse Bay Intermediate",,20210331,20210429,20210625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE Upgrade (Block 3 Rimu) ? Installation of acoustic wall coverings (Autex) and acoustic ceiling tiles ? Installation of 4 new heat pumps (1 per classroom) ? Create opening in wall to accommodate new sliding doors to create flexible learning environment between classes ? Install glazed sliding doors between the teaching spaces ? Installation of deep tote trays as per Architectural drawings A-08 Detail F1, to be supplied by contractor ? Installation of deep tote trays, to be supplied by contractor ? Installation of hot water to the bathroom taps ? Installation of new toilet pans, sinks and taps ? Installation of 10mA RCD protection ILE Upgrade (Block 4 Totara) ? Installation of acoustic wall coverings (Autex) and acoustic ceiling tiles ? Installation of 6 new heat pumps (1 per classroom) ? Create opening in wall to accommodate new sliding doors to create flexible learning environment between classes ? Install glazed sliding doors between the teaching spaces ? Replace floor coverings throughout the block as per Architectural drawings ? Installation of deep tote trays as per Architectural drawings A-08 Detail F1, to be supplied by contractor ? Installation of hot water to the bathroom taps ? Installation of new toilet pans, sinks and taps ? Installation of 10mA RCD protection Toilet Upgrade (Block 2 Matai) ? Replacement of toilet bowls & cisterns ? Installation of hot water supply to sink taps Page 7 of 12 ? Replacement of taps ? Replacement of sinks Roofing and Flashing Replacement (Block 3,4,8,24) Block 3 : ? Remove existing long run metal roofing iron ? Remediate any damaged or decayed timber ? Install new roofing iron ? Install new flashings ? Re-coat membrane roof area Block 4 : ? Add slip sheets to roof ends ? Replace flashings ? Remove rust under flashing and re-seal Block 8 : ? Remove existing long run metal roofing iron ? Remediate any damaged or decayed timber ? Install new roofing iron ? Install new larger flashings Block 24 : ? Remove existing long run metal roofing iron ? Remediate any damaged or decayed timber ? Install new roofing iron ? Replace flashings Floor Covering Replacement (Block 12,15,16,18,21,24) Block 12,15,18 : ? Installation of new replacement carpet tiles ? Installation of new replacement vinyl flooring Block 17,21,24 : ? Installation of new replacement carpet tiles Autex Replacement (Block 12,15,18) ? Replace existing pinboard / hessian wall linings with Autex",Awarded,,735193,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,24140855,Request for Proposals,Closed Competition,Request for Proposals (RFP) for CW2021-001 Cost Management Initiative Stage 2 Consultancy Services,MOE10855,20210330,20210416,20210621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Proposals (RFP) for CW2021-001 Cost Management Initiative Stage 2 Consultancy Services MOE10855. The Ministry is undertaking a direct negotiation RFP to Beca limited, to provide Consultancy services for Stage 2 of the Ministries Cost Management Initiative (CMI). Stage 1 of the CMI has successfully designed and implemented a process and system to collecting Major works construction costs, through standardised tendering practice that aligns with industry standard. A key principle of the initiative was the goal of providing benefits to both the ministry and to our industry through consistent pricing expectations and the sharing of this data with our supply chain/Supplier panels. Works for stage 2 of the CMI programme are now required. Pleaser refer to the tender documents for further information. Please note a draft contract will be released via NTT.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24141110,Request for Proposals,Closed Competition,Project Management and Engineer to Contract Services for 2x Packages in Gisborne Region,,20210408,20210513,20210909,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking suitably qualified Project Manager (PM) and Engineer to Contract (EtC) Consultants, to provide PM services for 4 schools in the East Cape / Gisborne region and EtC Services to two of these Schools. This tender will appoint a minimum of one consultant and a maximum of two consultants.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24147518,Request for Tenders,Closed Competition,SIP LSC Refurbishment at Lynmore Primary School,219074,20210407,20210430,20210722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project involves the refurbishment of existing office spaces in the administration building to create a new Learning Support Co-ordinator & Interview Room at Lynmore Primary School. The Learning Support Co-ordinator currently has no designated fit for purpose space to operate in. The school has opted to convert two office spaces in the downstairs administration building into a new LSC Office and interview room. In order to accommodate admin space lost downstairs, they selected to refurbish the upstairs administration area into an open plan office area with a small meeting room. The Contract Works required are the refurbishment of two existing ground floor offices to create a new LSC Office and adjacent interview room with internal door access. In addition to this the upstairs office area, currently consisting of 3 separate rooms are to be refurbished into one open plan office space with a meeting room. No major structural works are required other than the demolition of a few internal walls and subsequent bracing upgrade through new Gib linings. There is a requirement for a staged handover. Stage 1: Works to the upstairs admin area and demolition of the LSC office window to make way for a new internal door. Upstairs admin area to be handed over fully completed prior to works commencing to the remainder of the downstairs office refurbishment. Stage 2: Downstairs refurbishment to the LSC & office spaces.",Awarded,,127383,20250410 Ministry of Education - School Infrastructure,24156617,Request for Tenders,Open Competition,Admin Re-configuration & Extension for LSC Space at Clevedon School,,20210407,20210504,20210902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Clevedon School wish to seek the services of a suitably qualified building contractor to carry out an Admin Re-configuration & Extension for LSC Space in Block 11. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming. They are listed in the RFT document under 1.3 Point of Contact and please ""RSVP"" by using the GETs question system. f. Site Visit 1 Wednesday 14th April at 3:15pm g. Site Visit 2 Wednesday 21st April at 3:15pm h. Site Visit 3 Wednesday 28th April at 3:15pm",Awarded,This tender was successful due to providing the best proposed solution and capability to complete this project on time and to a high standard. This tender was chosen by the school board of trustees.,385821,20250410 Ministry of Education - School Infrastructure,24159546,Request for Tenders,Open Competition,Procurement of a main building contractor to create a breakout area between two classrooms at Ngakonui Valley School,6090,20210407,20210503,20210623,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: The proposal is to create a breakout area that can be used by the two teaching spaces, and to better utilise and incorporate the existing veranda / deck, toilet, and cloak areas. Create a breakout area between the two classrooms. Approximate size of new breakout area 38.5m2. Involves a building extension of approximately 36.5m2. New roofing and design will be required. Relocate the existing wet area in Block I to the new breakout area (can be used by both classrooms). Relocate the existing pupils toilets (provide self-contained toilets x2). MOE preference would be to have an external door access. Install new glazed aluminium stacker doors (or similar) between the two teaching spaces and new breakout area. Allowing easy access between spaces, good vision, and flexibility. Lighting - Replace the existing older T8 fluorescents with new LED fittings complete with diffusers. RCD protection - The existing distribution boards have no RCD's or the RCD's they have do not meet current standards. Provide RCD to meet the latest Ministry of Education Electrical Installations Standard for Schools. Underfloor insulation - There is currently no underfloor insulation. Provide Expol (or similar) underfloor insulation. The existing classrooms are in good condition with good carpet floor coverings, Autex Composition lining to walls surfaces, and acoustic ceilings. Heat pumps are approximately seven years old - noted for replacement in the second 5YA period. Noted that the exterior cladding of Block H appears to be an asbestos material. Asbestos testing will be necessary, and if positive, an asbestos management plan will be required. Blocks H & I will then become the ""middle school"". Refer to attached preliminary concept floor plan. This is a general outline of the project, subject to preliminary and final architectural design.",Awarded,thank you everyone this contract has now been awarded,0,20250410 Ministry of Education - School Infrastructure,24167319,Request for Proposals,Closed Competition,Request for Proposals for Puketapu School (Hawkes Bay) Block A Weathertightness Remediation Lead Design Services,,20210408,20210429,20210603,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Puketapu School (Hawkes Bay) Block A Weathertightness Remediation Lead Design Services (the Services).",Awarded,"The contract was awarded to Designgroup Stapleton Elliott Limited and will start on 8 June 2021. The term of this contract is until final completion of the project, expected to be 31 January 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,24170357,Request for Tenders,Open Competition,Main Contractor for Roofing Upgrades at Ross Intermediate School,,20210409,20210506,20210906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Ross Intermediate School in Palmerston North is seeking a Contractor to complete several roofing projects throughout the School. The roofing works have been identified from a high-level roofing report completed in December 2019. The roofing work is primarily maintenance work with the exception of the hall roof which is a roof replacement.,Awarded,The contract was awarded to BR Turfrey Limited and will start in October 2021. The term of this contract is due to end in early 2022.,965000,20250410 Ministry of Education - School Infrastructure,24178168,Request for Tenders,Open Competition,Main Contractor for New Sports Courts at Mahora School,,20210409,20210506,20210906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Provision of a new artificial turf hockey and netball court complete with cyclone wire mesh fencing and concrete access pathways, SW drainage ground attenuation system for the courts run off, new concrete slab basketball court. Both courts with line marking as shown on the drawings for netball, hockey and basketball.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24178597,Request for Tenders,Open Competition,Main Contractor for the Special Needs & 10YPP Works to Block B at Whangamarino School,5043,20210409,20210507,20211210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Works to create new ramps, drop off area and universal bathroom and storage area in block B. These works also required plumbing, drainage, electrical, data and external site works. 10ypp funded works include refurbishment and reconfiguration of existing toilets and addition of new glazed interior and exterior doors for Whangamarino School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24181192,Request for Tenders,Closed Competition,"Request for Tenders (RFT) Combined AMS Project: Classroom & Toilet Upgrades, Food Tech Project at Leigh School",,20210413,20210505,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24181582,Request for Tenders,Open Competition,Main contractor for Blk B ILE & Blk C WC Upgrade project at Fiordland College,400-19-02,20210414,20210510,20211018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Fiordland College are seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specification included with the tender documents. Indicative start date is July 2021 and indicative completion date is September 2021. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24181636,Request for Tenders,Closed Competition,Main Contractor for SIP Administration Upgrade at Mangere College,,20210413,20210504,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mangere College Board of Trustees are seeking a Main Contractor for the Administration Upgrade works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24186772,Request for Tenders,Closed Competition,Phoenix ECE - New Build - Main Contractor,,20210412,20210514,20210811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Phoenix Preschool is a community based independently owned and operated early learning centre located off Walnut Ave, Ashburton, catering for children 5 months to 5 years of age. The preschool is being relocated to Middle Road on the Ashburton College site The Contract Works required are: i. New build of the Phoenix Preschool (lightweight NZS3604 design building) ii. Exterior works include the construction of a new car park and drop-off/pick-up area utilising the existing driveway crossing for the old netball pavilion. This crossing will require widening as part of this project. iii. Building service connections (stormwater, sewer, power, water, ICT etc) are to be connected to Middle Road. iv. The preschool car park is to be fully fenced. v. The preschool exterior play area is to be fully fenced. vi. External works includes the construction of concrete foundations and slab for a relocated garage (by others). The garage is to have services connections installed as part of the project scope. vii. Construction of concrete paths and patios viii. Site preparation will require the removal and disposal of existing asphalt surfaced netball courts, fencing and floodlight relocations.",Awarded,Contract awarded in $1M to $5M price band,0,20250410 Ministry of Education - School Infrastructure,24191750,Request for Proposals,Closed Competition,RFP for Andersons Bay School (the School) Redevelopment Master Plan Review and Lead Design Services,,20210412,20210503,20210702,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Andersons Bay School is a contributing primary located in, Dunedin. The school has experienced growth in recent years with student numbers exceeding current capacity (currently 13 teaching spaces). With a build roll of 355 and a projected master plan roll of 450, there is a requirement for two roll growth teaching spaces on site (15 total). Additional scope has also been identified for redevelopment with the approved scope of works as follows: two roll growth classrooms demolition and replacement of existing Block 6 (two teaching spaces) demolition and replacement of the existing pre-1900 constructed hall (Block 3)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24191763,Request for Proposals,Closed Competition,Panel for Leased Temporary Transportable Accommodation,MOE09926,20210412,20210505,20210820,,Sole Agency,No,,"In January 2021 the Ministry released a registration of interest (ROI) seeking suppliers who could provided leased temporary transportable accommodation. This ROI closed 16th February 2021 and suppliers shortlisted are now invited to participate in the secondary Request for Proposal (RFP) process. We seek suppliers that can supply leased temporary transportable accommodation. The full turnkey solution will provide standardised quality teaching spaces for temporary and small volume accommodation. The outcome will deliver maximum benefits to all learners attending the school impacted as well as the wider community as they will rapidly receive emergency / temporary accommodation solutions in times of need. Leased temporary transportable accommodation is required in order to meet a variety of teaching space demands urgently in the short term (i.e. less than 24 months).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24192235,Request for Tenders,Closed Competition,Ashburton Intermediate and Allenton School (the Schools) Redevelopment Works and Potential Additional Rights Main Building Contractor,,20210414,20210521,20211001,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Ashburton Intermediate AIS will require moderate redevelopment to replace the 11 teaching spaces and classrooms. Construction of a new eight-teaching space block in the West corner. Allow two weeks in the programme for the School to decant into the new block Demolition of existing blocks 2, 3, 7 & 8 Construction of a new technology block with five specialist spaces in the East on the former block 2 site. This site is somewhat restricted with road boundaries, block 4 and the existing sports court. The central courtyard is the final stage in this development and will occur when block 3 is vacated. Allenton School Allenton School has been identified as requiring major redevelopment to address present property infrastructure and increasing demographics. Construction of a new seven teaching space block (approx. 700 m2 GFA) in the East corner. Allow two weeks in the programme for the School to decant into the new block Demolition of existing blocks 6, 7 & 17",Awarded,"These contracts have now been awarded in the following price bands: - Allenton School $1M - $5M - Ashburton Intermediate $5M - $10M",0,20250410 Ministry of Education - School Infrastructure,24192567,Request for Tenders,Open Competition,"Main Contractor for Blocks F,M,N:Toilet Block Upgrade at Arrowtown Primary School",3930.20.09,20210415,20210512,20210517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school has identified the need to construct new unisex toilets as part of bringing the school into line with modern requirements. The school will be repurposing some unused space to accommodate more toilet facilities, as well as reconfiguring an area in the specialist classroom to accommodate a new accessible toilet, kitchen and store-room. Block F Remove existing wall linings. Replace with new timber walls & doors as indicated in plans, reline with new gib and wall vinyl Remove and reinstate door with hinges (as indicated in plan) Remove existing floor coverings and replace with specified floor coverings to toilet, lobby and store area Remove and replace existing acoustic ceiling panel. Make good with existing ceiling lining and repaint Install new toilets and hand basins Block M Remove existing wall linings. Replace with new timber walls & doors as indicated in plans, reline with new gib and wall vinyl Remove kitchen benchtop and sinks and dismantle existing joinery components. Install new kitchen benchtop, upstands, sink, splashback and reinstate existing joinery to suit new benchtop Remove existing floor coverings and replace with specified floor coverings to toilet and kitchen area Remove and replace existing acoustic ceiling panel. Make good with existing ceiling lining and repaint Remove and relocate existing heat pump Block N Remove existing walls and door. Replace with new timber walls (including fire wall) & doors as indicated in plans, reline with new gib and wall vinyl Remove existing wall linings and floor coverings. Replace with new doors, and floor coverings. Remove and replace existing acoustic ceiling panel. Make good with existing ceiling lining and repaint Remove existing toilets and hand basins. Install new kitchen benchtop, sink, splashback, joinery. New toilet, hand basins and floor waste gullies to new and existing Unisex toilet. New interior doors. New ceiling linings, and make good to existing",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24197819,Request for Proposals,Closed Competition,Project Management Services for 1x Package in Wellington Region,,20210419,20210517,20210811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking suitably qualified Project Management (PM) Consultants, to provide PM services for three schools in the Wellington region. The Ministrys intention is to appoint a single consultant to deliver all schools across each tender. Johnsonville School and Cannons Creek will have a separate contract, resulting in two contracts. Maungaraki School will be separate into two contracts, one for each Stage. In total, it will result in four contracts.",Awarded,Contracts have been awarded to Frequency NZ Limited and started in August 2021. Price Band: $250K - $500K.,0,20250410 Ministry of Education - School Infrastructure,24200256,Request for Proposals,Closed Competition,Onehunga Primary School (the School) Redevelopment PM Services and ETC,MOE07038,20210419,20210510,20210709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Project management services are required to assist the delivery of design and construct 4 new roll growth and 10 replacement teaching spaces, administration, library and additions to the existing carparking spaces. This is the first stage of a multi-stage masterplan for the school. The project will also involve substantial demolition and site works in line with the final Master Plan and decanting solution to be developed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24201815,Request for Tenders,Open Competition,Main Contractor for The Admin Redevelopment at Fergusson Intermediate (Upper Hutt),,20210419,20210513,20220430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Fergusson Intermediate School (FIS) Board of Trustees (the Buyer) is seeking a Main Contractor to undertake the construction of alterations and Repurposing administration spaces in Blocks, B,D & E to create a new administration area and demolish the old admin spaces and reinstate the front faade on the hall. The BOT at FIS want the Main Contractor to undertake the work in 3 stages running consecutively, the first stage is the alterations and upgrade to Block E that will allow the current admin to then be vacated so the work to B Block can follow. The D Block toilets alterations can be done at any time that suits the main contractors master programme. The project works will include the following items. Demolition including complete removal of the existing staffroom and admin spaces and internal partitions, linings, fixtures, and fittings to allow the new floor plans to be achieved. fixtures and fittings Construct new external and internal walls, roofs ceilings and finishes to achieve the new plan. Install new insulation and services into wall and ceiling cavities Fit out all spaces and surfaces with new materials Install new external and internal joinery fittings Fit out all new services Install new painting and floor coverings Commissioning and testing The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Medium Works Conditions of Contract. The project is being managed by IR Group on behalf of the FIS BOT. The Procurement will be a single stage open tender on GETS. Whats important to us We are looking to engage experienced main building contractors that have had previous experience working on institutional construction projects with a focus on internal fit out and alterations to existing buildings. The solution required is provision of the Main Contractor role for the construction of the alterations. All of the works have been described in full in the plans and specifications developed by IR Group Ltd and other specialist sub-consultants who have prepared the tender and contract documents. The respondents will be required to submit details of their Capacity Capability Programme demonstrating their availability and ability to perform within the require timeframe Key Personnel",Awarded,All 4 respondents scored well in the non priced attributes and all 4 were valid. The price drove the final selection,488000,20250410 Ministry of Education - School Infrastructure,24202730,Request for Tenders,Open Competition,"Dental Clinic Extension, refurbished music room and shade area at Parnell District School",,20210421,20210524,20220510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Parnell District School seek the services of a suitably qualified building contractor to carry out a building extension to the old dental clinic (Block 3) at the school. The works also include a refurbishment to the existing music room and a large shade area to be built out from the extension. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming, They are listed in the RFT document under 1.3 Point of Contact. The suspected asbestos containing materials have come back as negative, therefore there are no asbestos containing materials. An asbestos report will be added to this tender as an addenda as soon as it becomes available.",Awarded,,406015,20250410 Ministry of Education - School Infrastructure,24202920,Request for Quotations,Closed Competition,Otago Boys High School - Stage 1 - Lead Design Services,MOE11884,20210416,20210505,20240910,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This project involves targeted repair and refurbishment of the Shand, no other buildings at the School are in scope for this project. Otago Boys High School (the School) was opened in 1863, with buildings of stone and concrete construction. The Shand Building (the Shand) was opened in 1913 and was also constructed in stone and concrete. The Shand is not listed with Heritage NZ or contained within the Dunedin City Council District Plan. However, it is widely believed that the building does have heritage value even if not officially listed. In November 2019, the Shand was closed by the School due to concerns around the quality of the space. However, it has not officially been decommissioned and is still listed as in-use on K2. In September 2020, it was announced locally that the Shand would receive $3m of redevelopment funding to address seismic deficiencies and carry out internal refurbishment to create a Music and Performing Arts Centre. This is the first stage of a two-stage business case. The baseline funds will be to further investigate and design the following scope: Seismic remediation of the Shand as reasonably practicable to 67% of NBS up to Ministry policy. Mandatory Building Code compliance works, including accessibility and fire safety upgrades. Low level internal refurbishment focusing on replacing carpet and re-painting walls and ceilings.",Not Awarded,MOE took a different approach,0,20250410 Ministry of Education - School Infrastructure,24203103,Request for Quotations,Closed Competition,Otago Boys High School - Stage 1 - Project Management Services,MOE11884,20210416,20210505,20210617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This project involves targeted repair and refurbishment of the Shand, no other buildings at the School are in scope for this project. Otago Boys High School (the School) was opened in 1863, with buildings of stone and concrete construction. The Shand Building (the Shand) was opened in 1913 and was also constructed in stone and concrete. The Shand is not listed with Heritage NZ or contained within the Dunedin City Council District Plan. However, it is widely believed that the building does have heritage value even if not officially listed. In November 2019, the Shand was closed by the School due to concerns around the quality of the space. However, it has not officially been decommissioned and is still listed as in-use on K2. In September 2020, it was announced locally that the Shand would receive $3m of redevelopment funding to address seismic deficiencies and carry out internal refurbishment to create a Music and Performing Arts Centre. This is the first stage of a two-stage business case. The baseline funds will be to further investigate and design the following scope: Seismic remediation of the Shand as reasonably practicable to 67% of NBS up to Ministry policy. Mandatory Building Code compliance works, including accessibility and fire safety upgrades. Low level internal refurbishment focusing on replacing carpet and re-painting walls and ceilings.",Awarded,,60200,20250410 Ministry of Education - School Infrastructure,24203332,Request for Quotations,Closed Competition,Otago Boys High School - Stage 1 - Quantity Surveyor Services,MOE11884,20210416,20210505,20210617,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"This project involves targeted repair and refurbishment of the Shand, no other buildings at the School are in scope for this project. Otago Boys High School (the School) was opened in 1863, with buildings of stone and concrete construction. The Shand Building (the Shand) was opened in 1913 and was also constructed in stone and concrete. The Shand is not listed with Heritage NZ or contained within the Dunedin City Council District Plan. However, it is widely believed that the building does have heritage value even if not officially listed. In November 2019, the Shand was closed by the School due to concerns around the quality of the space. However, it has not officially been decommissioned and is still listed as in-use on K2. In September 2020, it was announced locally that the Shand would receive $3m of redevelopment funding to address seismic deficiencies and carry out internal refurbishment to create a Music and Performing Arts Centre. This is the first stage of a two-stage business case. The baseline funds will be to further investigate and design the following scope: Seismic remediation of the Shand as reasonably practicable to 67% of NBS up to Ministry policy. Mandatory Building Code compliance works, including accessibility and fire safety upgrades. Low level internal refurbishment focusing on replacing carpet and re-painting walls and ceilings.",Awarded,,39000,20250410 Ministry of Education - School Infrastructure,24203483,Request for Tenders,Closed Competition,CW2020-099 Wellington East Girls College - Block 7 Redevelopment - Request for Tender (RFT),MOE09467,20210415,20210505,20210916,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a Main Contractor to provide construction services for a redevelopment project at Wellington East Girls College. Construction services are required for the external remediation of Block 7. Block 7 is a large, three storey reinforced concrete framed and walled building which contains 13 teaching space currently being used for general teaching/learning activities. The Contract Works required are: 1. Weathertighness remediation: Re-pitching and re-cladding the lower level roofs at the eastern end (Gridlines 1 6) Installation of new exterior windows to the lower 2 levels (North, East & South) Re-cladding of the northern faade Addition of external louvres to control solar gain 2. Demolition of Eastern Link Bridge (currently less than 34% NBS), which is no longer required by school. 3. Services relocation and reticulation For further information please see the attached supporting documentation. All questions are to be directed through the GETS Q&A function. A site visit can be conducted at the contractors request.",Awarded,"The contract was awarded to Naylor Love Wellington Ltd and will start on 16 September 2021. The term of this contract is until 25 April 2023 It is intended that the value of the contract resulting from this tender will be within $1,000,000 - $5,000,000.",0,20250410 Ministry of Education - School Infrastructure,24205187,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Limehills School,20-090,20210419,20210521,20210705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Limehills School BoT is seeking an experienced main contractor to complete external boundary and internal fencing and gate replacements to meet the Learning Support needs at the School. Fencing includes deer netting, corrugated steel and pool style, concrete works and associated landscaping make good reinstatement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24210591,Request for Tenders,Closed Competition,CW2020-109 Havelock North High School - New Learning Support Unit - Main Contractor,MOE11636,20210504,20210524,20211123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"i. Havelock North High School has an end of life Learning Support Unit (LSU) which has been identified as having multiple weathertightness and infrastructure issues. The existing LSU block requires full demolition and replacement. ii. The works are to be completed in two stages, with the anticipated contract start date to be Jun 2021.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24210833,Request for Proposals,Closed Competition,RFT - Main Building Contractor for the Marae (Wharekai & Wharepaku) at Henderson High School - Tender Close Extension,,20210419,20210419,20211222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Creating RFX to extend closing date.,Awarded,,696766,20250410 Ministry of Education - School Infrastructure,24217909,Request for Tenders,Open Competition,"Fire Alarm Upgrade Project Mornington School, Dunedin",3776,20210427,20210524,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mornington School. Dunedin. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Mornington School is the next school to qualify under the program.",Awarded,,87798,20250410 Ministry of Education - School Infrastructure,24218763,Request for Tenders,Open Competition,"Fire Alarm Upgrade Project Logan Park High School, Dunedin",376,20210427,20210524,20210820,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Logan Park High School. Dunedin. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Logan Park High School is the next school to qualify under the program.",Awarded,,320998,20250410 Ministry of Education - School Infrastructure,24221275,Request for Tenders,Open Competition,Main Building Contractor for the Upgrades to Performing Arts & Technology Block B at Ilminster School,221176,20210422,20210514,20210920,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"A main contractor is sought for construction works to upgrade Ilminster Schools technology block and provide performing arts upgrade to the school hall. o This project is a standalone project but is expected to be staged with the Technology Block upgrade carried out first. o Specialist lighting and sound system installation for the performing arts upgrade will be procured separately. The Contract Works required are: o Science/Tech Reconfiguration involves replacing existing flooring, ceiling and lighting to the entire block, both the music room and the old woodwork room. Remove walls, benches and equipment from the old woodwork room and install new walls and wall surfaces, benches and doors to create a modern STEM learning environment. A new storage room and teachers workstation is to be created at one end. Acoustic insulation is to be installed to the wall between the music room and the STEM space. o The Performing Arts upgrade to the hall, will upgrade the dated hall into a space more suited to performing arts. Walls will be installed to replace existing windows at floor level on the North wall, all walls will be covered with acoustic cladding, and a new suspended ceiling with insulation and LED lighting will be added. The utility of the space as a performing arts centre will be enhanced through the addition of 4 large centrally mounted air conditioning units to maintain thermal comfort. New doors will be installed to an existing storage room to enable props and seating to be stored. Additional power outlets around the walls will provide further options for music performances.",Not Awarded,Tender closed with no submissions received.,0,20250410 Ministry of Education - School Infrastructure,24221439,Request for Tenders,Closed Competition,"Main Building Contractor for B, C, D, E, G, I, J: Refurbishment, Exterior Joinery Replacement at Waipa Primary School",,20210423,20210521,20210630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for B, C, D, E, G, I, J: Refurbishment, Exterior Joinery Replacement project at Waipa Primary School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24222175,Request for Tenders,Closed Competition,Clutha Valley School (the School) Major Redevelopment Main Contractor and Potential Additional Rights,,20210422,20210602,20210702,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The project involves the construction of a new main block, partial demolition of the existing block, redevelopment works to the existing multi-purpose hall, and associated site/landscaping works. The Contract Works (and anticipated separable portions/staging) are: Separable Portion 1: Indicative 2 Aug 2021 to 30 Sept 2022 i. Construction of a new Main Block ** Allow two weeks in programme for the School to relocate into the new block. Align this two-week decant period to the nearest school term break. (Required). Separable Portion 2: Indicative 30 Sept 2022 to 31 Jan 2023. i. Redevelopment of the existing multi-purpose hall ii. Partial demolition of existing Main Block **Align demolition timing with the nearest school term break (Preferred) iii. Construction of a new open lobby to hall and covered walkway iv. Finish site and landscaping works",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24222347,Request for Tenders,Open Competition,Fire Alarm Upgrade Marina View School,1592,20210427,20210524,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Marina View School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Marina View School is the next school to qualify under the program.",Awarded,,191340,20250410 Ministry of Education - School Infrastructure,24223718,Request for Tenders,Open Competition,Fire Alarm Andersons Bay School,3703,20210427,20210524,20210820,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Andersons Bay School. Dunedin. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Andersons Bay School is the next school to qualify under the program.",Awarded,,81646,20250410 Ministry of Education - School Infrastructure,24223950,Request for Tenders,Open Competition,Fire Alarm Upgrade Rai Valley School,291,20210427,20210602,20210819,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Rai Valley School. Rai Valley. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Rai Valley School is the next school to qualify under the program.",Awarded,,134825,20250410 Ministry of Education - School Infrastructure,24224055,Request for Tenders,Open Competition,Fire Alarm Upgrade Westport South School,3236,20210427,20210531,20210929,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Westport South School. Westport. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Westport South School is the next school to qualify under the program.",Awarded,,99831,20250410 Ministry of Education - School Infrastructure,24226279,Request for Tenders,Closed Competition,Main Contractor for SIP Site Landscaping and Outdoor Learning at Mission Heights Primary School,,20210423,20210514,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mission Heights Primary School Board of Trustees are seeking a Main Contractor for the SIP Site Landscaping and Outdoor Learning project,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24227939,Request for Tenders,Closed Competition,RFT - Main Contractor to Construct Pavilion Structure at Ormiston Senior College,,20210423,20210514,20210727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Ormiston Senior College Board of Trustees (BOT) would like to construct a new pavilion structure adjacent to their existing building where the cafeteria is located. The structure is to provide a shaded outdoor environment for the use of formal and informal gatherings. Students find it difficult to gather in the open court area due to the lack of shade so this will help combat that. The shade area is approx. 140m2 and will be an open structure to cater up to 100+ students. It will be located outside the cafeteria area and within an open courtyard area. Lastly the structure will need to be able to withstand the natural elements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24228136,Request for Proposals,Open Competition,Improving Classrooms in Small or Remote Schools Programme. Product Supply: LEDs,,20210423,20210520,20210929,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"The Ministry have embarked on a Programme to improve the internal environments of 547 state schools and 79 state integrated schools that are small or remote. The Programme is expected to take up to three years to complete. The Programme is part of a wider Government target that all schools have quality learning environments by 2030. The improvements will enhance aspects of the learning environment associated with fitness for purpose, operational efficiency and condition. The improvements are: LEDs, acoustic panels, thermal blankets and residual current devices (RCDs) for electrical safety. The scale of the Programme is significant as it covers more than a quarter of New Zealand and is being managed centrally. To implement the Programme the Ministry of Education is seeking proposals that detail how suppliers will supply LED lighting products that meet the Ministrys technical specifications and pre-conditions. This RFP is specifically related to the supply of LED lighting products, re-issued from the Product Supply RFP (link above). Please see in attachment the support document with the relevant updates for respondents seeking to re-tender.",Awarded,Request for Proposal - Improving Classrooms in Small or Remote Schools Programme: Product Supply: LEDs was awarded to Signify New Zealand Limited.,0,20250410 Ministry of Education - School Infrastructure,24228613,Request for Tenders,Open Competition,"Re Advertised (1912) Te Puru School Main Contractor B,C,D,G: Upgrade + Breakout; B,D: Exterior Learning; Lighting & Heating upgrade",218582,20210503,20210528,20210817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT for Te Puru School are seeking to employ the Services of a Main Contractor to work as a team to deliver a project including Lifecycle upgrades to Teaching Spaces, and minor alterations to provide for Exterior Learning Spaces.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24230901,Request for Tenders,Open Competition,Fire Alarm Upgrade Bethlehem School,1697,20210427,20210525,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Bethlehem School. Tauranga. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Bethlehem School is the next school to qualify under the program.",Awarded,,112758,20250410 Ministry of Education - School Infrastructure,24230987,Request for Tenders,Open Competition,Fire Alarm Upgrade Cambridge Primary School,1702,20210427,20210524,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Cambridge Primary School. Cambridge. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Cambridge Primary School is the next school to qualify under the program.",Awarded,,89251,20250410 Ministry of Education - School Infrastructure,24231149,Request for Tenders,Open Competition,Fire Alarm Upgrade Greenpark School,1729,20210427,20210525,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Marina View School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Marina View School is the next school to qualify under the program.",Awarded,,99188,20250410 Ministry of Education - School Infrastructure,24231282,Request for Tenders,Open Competition,Fire Alarm Upgrade Forest View School,159,20210427,20210525,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Forest View School. Tokoroa. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Forest View School is the next school to qualify under the program.",Awarded,,250727,20250410 Ministry of Education - School Infrastructure,24231623,Request for Tenders,Open Competition,Fire Alarm Upgrade Chapel Downs School,1581,20210430,20210531,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Chapel Downs School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Chapel Downs School is the next school to qualify under the program.",Awarded,,133000,20250410 Ministry of Education - School Infrastructure,24231728,Request for Tenders,Open Competition,Fire Alarm Upgrade Carterton School,2820,20210427,20210524,20210920,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Carterton School. Carterton. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Carterton School is the next school to qualify under the program.",Awarded,,140617,20250410 Ministry of Education - School Infrastructure,24231823,Request for Tenders,Open Competition,Fire Alarm Upgrade Karori West Normal School,2875,20210427,20210524,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Karori West Normal School. Wellington. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Karori West Normal School is the next school to qualify under the program.",Awarded,,93247,20250410 Ministry of Education - School Infrastructure,24231941,Request for Tenders,Open Competition,Fire Alarm Upgrade Belmont School,2807,20210427,20210524,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Belmont School. Lower Hutt. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Belmont School is the next school to qualify under the program.",Awarded,,58646,20250410 Ministry of Education - School Infrastructure,24232149,Request for Tenders,Open Competition,Fire Alarm Upgrade Evans Bay Intermediate,2837,20210427,20210524,20210817,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Evans Bay Intermediate. Wellington. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Evans Bay Intermediate is the next school to qualify under the program.",Awarded,,163885,20250410 Ministry of Education - School Infrastructure,24233182,Request for Tenders,Open Competition,"Fire Alarm Upgrade Project Hastings Central School, Hastings",2569,20210427,20210524,20210919,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Hastings Central School. Hastings. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Hastings Central School is the next school to qualify under the program.",Awarded,,67643,20250410 Ministry of Education - School Infrastructure,24233266,Request for Tenders,Open Competition,"Fire Alarm Upgrade Project Hauraki School, Auckland",1304,20210427,20210524,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Hauraki School. Auckland. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Evans Bay Intermediate is the next school to qualify under the program.",Awarded,,100000,20250410 Ministry of Education - School Infrastructure,24236031,Request for Tenders,Closed Competition,Auckland Normal Intermediate 10 Teaching Spaces & Multipurpose Hall Main Contractor,MOE12150,20210423,20210519,20210730,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Construction of a new two storey 10 teaching space block and Multipurpose Hall required at Auckland Normal Intermediate School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24246082,Request for Tenders,Closed Competition,Main Building Contractor for Roll Growth & Replacement Classrooms at Goodwood School - RFT,1198,20210430,20210525,20210623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This is the closed RFT stage of procurement for the project. The Board of Trustees at Goodwood School are seeking registrations of interest from suitable experienced and capable main building contractors. The project involves construction of a new four-classroom block, demolition of three existing classrooms, and relocation and extension to an existing block. The staged construction is to start June 2021 and be completed May 2022.",Awarded,,2224924,20250410 Ministry of Education - School Infrastructure,24247128,Request for Tenders,Open Competition,Fire Alarm Upgrade Hikutaia School,1738,20210430,20210531,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Hikutaia School. Paeroa. Over the last 12 years the Ministry of Education upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and non complying systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Hikutaia School is the next school to qualify under the program.",Awarded,,105543,20250410 Ministry of Education - School Infrastructure,24247388,Request for Tenders,Open Competition,Fire Alarm Upgrade Huntly School,1751,20210430,20210531,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Huntly School. Huntly. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Huntly School is the next school to qualify under the program.",Awarded,,110000,20250410 Ministry of Education - School Infrastructure,24247577,Request for Tenders,Open Competition,Fire Alarm Upgrade Masterton Intermediate,2909,20210430,20210531,20210906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Masterton Intermediate. Masterton. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Masterton Intermediate is the next school to qualify under the program.",Awarded,,149814,20250410 Ministry of Education - School Infrastructure,24247703,Request for Tenders,Open Competition,Fire Alarm Upgrade Meadowbank School,1370,20210430,20210531,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Meadowbank School. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Meadowbank School is the next school to qualify under the program.",Awarded,,168000,20250410 Ministry of Education - School Infrastructure,24248251,Request for Tenders,Open Competition,Fire Alarm Upgrade Mercury Bay Area School,110,20210430,20210531,20210826,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mercury Bay Area School. Whitianga. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Mercury Bay Area School is the next school to qualify under the program.",Awarded,,224211,20250410 Ministry of Education - School Infrastructure,24248353,Request for Tenders,Open Competition,Fire Alarm upgrade Papatoetoe Intermediate,1428,20210430,20210531,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Papatoetoe Intermediate. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Papatoetoe Intermediate is the next school to qualify under the program.",Awarded,,179404,20250410 Ministry of Education - School Infrastructure,24248433,Request for Tenders,Open Competition,Fire Alarm Upgrade Puhinui School,1448,20210430,20210531,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Puhinui School. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Puhinui School is the next school to qualify under the program.",Awarded,,148466,20250410 Ministry of Education - School Infrastructure,24248619,Request for Tenders,Open Competition,Fire Alarm Upgrade Sylvia Park School,1522,20210430,20210602,20210825,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Meadowbank School. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Meadowbank School is the next school to qualify under the program.",Awarded,,139660,20250410 Ministry of Education - School Infrastructure,24248707,Request for Tenders,Open Competition,Fire Alarm Upgrade Tirimoana School,1536,20210430,20210531,20210823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Tirimoana School. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Tirimoana School is the next school to qualify under the program.",Awarded,,158470,20250410 Ministry of Education - School Infrastructure,24248810,Request for Tenders,Open Competition,Fire Alarm Upgrade Whangamarino School,2083,20210430,20210531,20210824,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Whangamarino School. Rotorua. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Whangamarino School is the next school to qualify under the program.",Awarded,,80141,20250410 Ministry of Education - School Infrastructure,24249078,Request for Tenders,Closed Competition,Main Building Contractor for Food Technology Classroom Upgrade at Matipo Primary School,,20210430,20210520,20210727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school requires a main building contractor to retrofit a teaching space, known as Block 9, into a specialised cooking facility to support the Garden to Table programme. The building has existing water and power connections but requires significant upgrading to accommodate multiple student workstations, a teacher workspace, pantry and laundry area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24249148,Request for Tenders,Open Competition,Fire Alarm Upgrade Ngaruawhaia High School,127,20210430,20210531,20210816,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ngaruawhaia High School. Bay of Plenty. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Ngaruawhaia High School is the next school to qualify under the program.",Awarded,,108704,20250410 Ministry of Education - School Infrastructure,24249411,Request for Tenders,Open Competition,Fire Alarm Upgrade Dunsandel School,3331,20210430,20210608,20211110,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Dunsandel School. Canterbury. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Dunsandel School is the next school to qualify under the program.",Awarded,,89946,20250410 Ministry of Education - School Infrastructure,24252132,Request for Quotations,Closed Competition,Wairakei School - Stage 2 Redevelopment - Lead Design,,20210430,20210527,20210817,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"We require the services of a Lead Designer for the second stage of the school redevelopment at Wairakei School. This will include the refurbishment of the remaining classroom blocks, the relocation and build of a new admin space, demo of the boiler heating system (new VRF system replacement TBC), removal of the upstairs staff room, renovations to the school hall, and a new Kiss & Go drop-off and carpark. Stage 1 is now complete and included the refurbishment of half the classroom blocks and the construction of additional classroom blocks. The successful designer will need to collate the requirements of the school, continuing the themes and designs established in stage one and provide full design services including consenting and site observations.",Awarded,Winning price in $100k - $250k band,0,20250410 Ministry of Education - School Infrastructure,24252212,Request for Tenders,Closed Competition,Main Contractor for Fitness Centre Construction at Kaitaia College RFT,,20210503,20210604,20211003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Kaitaia College requires Fitness Centre Construction Works as specified in the plans.,Not Awarded,Inadequate budget. The tender will be re-advertised once budgetary issues are remedied.,0,20250410 Ministry of Education - School Infrastructure,24252881,Request for Tenders,Open Competition,"Fire Alarm Upgrade Project Thames High School, Thames",111,20210504,20210608,20210825,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Thames High School. Thames. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 20 of the program and Thames High School is the next school to qualify under the program.",Awarded,,233199,20250410 Ministry of Education - School Infrastructure,24253254,Request for Quotations,Closed Competition,CW2020-143 Taihape Master Planning Services RFQ,,20210503,20210526,20210729,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Taihape Area School (the School) Rebuild Master Planning Services and Potential Additional Rights.,Awarded,The contract has been awarded to McKenzie Higham Limited and started in June 2021. Price Band: $50K-$100K.,0,20250410 Ministry of Education - School Infrastructure,24259231,Request for Proposals,Closed Competition,Christchurch Girls High School & Twizel Area School Multiple Professional Services Procurement,,20210506,20210531,20210728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch Girls High School: Project Scope: Demolish and replace the Tech Block (H) Demolish and replace the Main Block (A) Provide Teaching area to the schools build roll entitlement, and non-teaching space to masterplan entitlement New fitout to Arts Block requires to allow it to be repurposed. Rationalisation of temporary blocks I, J, L4 and E (approx. 60yrs old) Services Required: Refresh of current Masterplan Phasing and staging of deliverables Confirmation of cost of delivery Option: Full design services Twizel Area School Project Scope: Build a new school on the adjacent sports fields (Crown owned land) Maintain integrity of existing borehole (currently unused) Provide Teaching area to the schools build roll entitlement, and non-teaching space to masterplan entitlement New gym and hall/multifunction space are to be included in Master Plan but currently do not form part of the build scope. Services Required: Develop Masterplan Allow for any additional surveys etc as required to support Masterplan Allow for 2No DRP reviews as part of Master Planning (50% and 100%) Confirmation of cost of delivery Option: Full design services",Awarded,"The Contracts for these Schools have been awarded as follows: - Christchurch Girls High School - Athfield Architects - Twizel Area School - BCN",0,20250410 Ministry of Education - School Infrastructure,24260843,Request for Tenders,Closed Competition,Request for Tenders for Lyttelton Primary (the School) Accessibility Lift Replacement and Potential Additional Rights Main Contractor,MOE12013,20210504,20210604,20211012,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"i. Lyttelton Primary School completed its new construction approximately five years ago. We understand the lift that was installed was available due to it being surplus to requirements at another school project. The result being a lift system that is not ideally suited to the environment in which it was installed. The extreme sea spray zone the school is situated in has meant the lift is suffering from accelerated rust which is affecting the operation of the lift to a point that it is not trusted to be used. ii. We seek a contractor to complete the removal and disposal of the existing lift system, and the installation of a lift that is fit for purpose and will survive in the harsh environment. iii. We seek to have the project completed during 2021 making the best use of school term breaks",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,24261921,Request for Proposals,Closed Competition,Request for Proposals for Botany Downs Secondary College Weathertightness Remediation Quantity Surveyor Services,MOE11617,20210505,20210525,20210903,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,n/a,"Botany Downs Secondary College is a co-educational secondary school located in the suburb of East Tamaki, catering for students from Year 9 to 13. The school has a roll of approximately 1921 students. All main buildings in relation to Ministry property are relatively new. The overarching issues is that the buildings leak regularly, some leaks only occur occasionally. The most common faults causing leaks are primarily due to the failed fixings, flashings and membrane gutters. The outcome sought through this RFP is to engage a Quantity Surveyor experienced in weather tightness remediations to address remedial works to the roofs and cladding at Botany Downs Secondary College.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24266388,Request for Tenders,Closed Competition,Main building contractor for the refurbishment two classrooms at Gleniti School,,20210510,20210528,20210713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 6 is a 4 classroom block of a style originally constructed in the 1970's. In 2014 Gleniti commissioned a ILE refurbuishment of Block 3 (similar style to Block 4). This refurbishment has been hugely successful with plenty of positive feedback from teachers and students as to the benefits gained from creating a modern learning environment. This has now become the 'standard' that the School wishes to apply to the remaining classrooms, as funds and priorities permit. Classrooms 1 & 2 of Block 6 were upgraded in 2020 and the school wishes to continue this through in the room 3 & 4, with a refurbishment which includes improved lighting and ventilation, adpating wasteful 'cloakrooms' into breakout spaces, using glass partitions to help improve the learning environment and adding linings to improve acoustics.",Awarded,,315785,20250410 Ministry of Education - School Infrastructure,24271635,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Redevelop Staffroom, Papakowhai School, Porirua",5372,20210510,20210603,20210823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Papakowhai School is comprised of single storey buildings predominantly erected in the 1970s of the C75s style. The work proposed to refurbish the administration seeks as an outcome to extend and re-organise the staff room to accommodate increased staff numbers. The footprint extension will increase the staff room area and staff toilets. This work will include concrete floor slabs, timber framed walls and roof supporting weatherboard cladding and metal roofing respectively. The work will provide new acoustic wall and ceiling linings, windows and entry doors. New lighting, cable services, plumbing and fixtures will be replaced or new as required. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Freear Phillip, starting 13.09.21 with anticipated completion date 30.06.22. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.",0,20250410 Ministry of Education - School Infrastructure,24274062,Request for Proposals,Closed Competition,Christchurch Girls High School QS-ETC Services Redevelopment,,20210510,20210527,20210726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch Girls High School: Project Scope: Demolish and replace the Tech Block (H) Demolish and replace the Main Block (A) Provide Teaching area to the schools build roll entitlement, and non-teaching space to masterplan entitlement New fitout to Arts Block requires to allow it to be repurposed. Rationalisation of temporary blocks I, J, L4 and E (approx. 60yrs old)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0 - $100,000",0,20250410 Ministry of Education - School Infrastructure,24274123,Request for Proposals,Closed Competition,Christchurch Girls High School Redevelopment PM Services,,20210511,20210603,20210726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch Girls High School: Project Scope: Demolish and replace the Tech Block (H) Demolish and replace the Main Block (A) Provide Teaching area to the schools build roll entitlement, and non-teaching space to masterplan entitlement New fitout to Arts Block requires to allow it to be repurposed. Rationalisation of temporary blocks I, J, L4 and E (approx. 60yrs old)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0 - $100,000",0,20250410 Ministry of Education - School Infrastructure,24275847,Request for Tenders,Closed Competition,Request for Tenders for Motueka High School (the School) Redevelopment Early Contractor Involvement,MOE12225,20210510,20210603,20210630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded in GETS,"Motueka High is a year 9-15 high school located in Motueka, Nelson Region. The area has been experiencing steady growth for a number of years. Recent housing figures released show there will be a significant increase in the near future and are subject to on-going network analysis studies. i. The school currently features 35 teaching spaces, with the number of teaching spaces to increase to 41 and a required capacity for 810 students. To address long-term capacity issues and meet the schools property requirements, a Business Case was approved in January 2019 for the construction of one two-storey 6 teaching space block near the existing horticulture plots. The exact purpose of the teaching space will be confirmed with the school during Master Planning, however the school envision this being a maths block with one specialist horticulture classroom on the ground floor. The design will be based off an existing block design for the recently completely Waimea College Roll Growth projects undertaken by SRA Architects. The Contract Works required are: Provide Early Contractor Involvement (ECI) services for the project as per the draft ECI Agreement attached to this RFT and subsequent Main Contractor Services Due to roll growth projection as well as a current deficit in teaching spaces identified, the school have identified programme as a critical driver for this project with the aim to handover in May 2023. Temporary accommodation has been arranged via the supply of two relocatable classrooms to near the Western boundary of the field to assist with the space deficit and is not required within this Tender.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0 - $100,000",0,20250410 Ministry of Education - School Infrastructure,24275873,Request for Tenders,Open Competition,New Permanent Outdoor Shade Structure at Papakura High School,,20210511,20210607,20210902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Papakura High School wish to seek the services of a suitably qualified building contractor to design, supply and install a new permanent outdoor shade structure. Please ensure you read the contract works request for tender document and take note of section 2 item 2.1 re two prices. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming by using the GETs question system to ""RSVP"". f. Site Visit 1 Tuesday 18th May at 4pm g. Site Visit 2 Tuesday 25th May at 4pm h. Site Visit 3 Tuesday 1st June at 4pm",Awarded,The successful tender was chosen by the school board of trustees due to providing the best price with the best proposed solution.,727771,20250410 Ministry of Education - School Infrastructure,24282238,Request for Tenders,Open Competition,"Main Contractor for Roofing, Recladding, Joinery, Decking and Refurbishment Works for Block 7 and Room 12 at Dargaville Primary School",,20210512,20210608,20210816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The works included in this project include AMS and 5YA refurbishment works to Block 7 and Room 12 at Dargaville Primary School. These works include: Roof re-pitch, extension and replacement works to Block 7 Recladding and joinery replacement throughout Block 7 (excluding Room 14) Electrical works in Block 7 and Room 12 Internal refurbishment works in Block 7 and Room 12 Front deck relocation and replacement and construction of a new covered rear deck on Block 7 Insulation installation in Block 7 and Room 12 Block 7 consists of 3 classrooms, Rooms 13, 14 and 15. Rooms 13 and 15 are in a very poor state of repair and require full refurbishment internally and externally. Room 14 has had some works in recent years including new joinery, wet area and ceiling works so needs a lower level of remediation than the other 2 classrooms. The 3 rooms are asbestos clad relocatable buildings positioned adjacent to each other. The new roof, cladding and decks will cover all 3 buildings with potential for separation in the future. Room 12 (Block 2) is a stand alone asbestos clad relocatable building. The works in this block are mostly internal with the exception of replacement to the entry door and window. These works will be undertaken in two phases during 2021/22 with asbestos removal taking place during the October school holidays, followed by all works on Block 7. Phase 2 will take place in a combination of school holiday time and after completion of Block 7.",Awarded,,650000,20250410 Ministry of Education - School Infrastructure,24282976,Request for Proposals,Closed Competition,Northcote Intermediate Stage 1 - Project Management & Engineer to contract Services,MOE12218,20210510,20210528,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Project Management services required for the enabling works package (car parks) and construction of a 12 teaching space two storey block at Northcote Intermediate School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24288465,Request for Tenders,Open Competition,Main Contract Works for Site: Water System Remedial Works at TKKM o Waiohau Kura,223170,20210513,20210604,20211111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Kura requires a rainwater harvesting system and the replacement of the existing copper reticulation pipe work. The objective of this tender is to procure a main contractor to deliver the contract works in a single stage for TKKM o Waiohau Kura,Not Awarded,No Tenders Received,0,20250410 Ministry of Education - School Infrastructure,24289086,Request for Tenders,Open Competition,"A,B,E,F,G,HA,J,L,MA,S,T,WA,WB,X: New Heat Pumps and Switchboard Upgrades at Papakura High School",,20210513,20210609,20210716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Papakura High School wish to seek the services of a suitably qualified building contractor to supply and install 59 new heat pumps and carry out 5 switchboard upgrades throughout the school. Please ensure you read the contract works request for tender document and take note of section 2 item 2.1 There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming by using the GETs question system to ""RSVP"". a. Site Visit 1 Wednesday 19th May at 4pm b. Site Visit 2 Wednesday 26th May at 4pm c. Site Visit 3 Wednesday 2nd June at 4pm",Awarded,"The winning tenderer won this contract due to providing the best tender documentation/information required, value for money, proposed solution and was chosen by the school board of trustees to deliver this project.",403782,20250410 Ministry of Education - School Infrastructure,24292502,Request for Tenders,Open Competition,"Main Contractor for 2: Upgrade of Classrooms, Breakout Spaces and Toilets at Outram School",3795.20.08,20210514,20210709,20230315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Remove existing carpet, supply, and install replacement carpet tiles ii. Remove existing wall linings, supply, and install insulation and reline walls iii. Remove existing windows, supply, and install replacement double glazed windows iv. Reline walls with new Autex v. Create breakout space in cloakroom area, installation of double-glazed partitions and sliding doors vi. Replace exterior doors with double glazed French doors vii. Remove existing toilet fittings, pans, cisterns, handbasin, supply and install replacement viii. Remove existing vinyl flooring, supply, and install replacement ix. Remove existing lighting, supply, and install replacement LED lighting x. Asbestos removal as per report",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24292702,Request for Tenders,Open Competition,Request for Tenders for Kawakawa School LSPM Access & Bathroom Modifications Main Contractor,MOE09984,20210513,20210611,20210811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Kawakawa Schoolhas been identified as requiring Learning Support Property Modifications. An Occupational Therapists (OT) Report has been received for a student attending Kawakawa School, which requires a fencing and gate solution and bathroom (HDU) modifications. This project addresses the Access and Bathroom Modifications (issues 5&6) as stated in the OT.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24300778,Request for Tenders,Open Competition,"Main Contractor for Site & Boiler Essential Infrastructure, Toilet & Compliance Upgrade (Stage 2) at Te Anau School",20-062,20210517,20210615,20210705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Te Anau School Board of Trustees are looking for a suitably qualified main Contractor to submit a Tender for Main Contractor for Site & Boiler Essential Infrastructure, Toilet & Compliance Upgrade (Stage 2) at Te Anau School. The scope of works includes a new boiler replacement with associated equipment, building conversion, fuel storage and site works, a site wide fire & accessibility upgrade to meet MOE/NZBC requirements, a building extension to the School's main admin building and remodelling 4 x student toilet areas in two School blocks. Also required is a DESIGN BUILD option to complete pavement construction, surfacing and linemarking to provide off street parking to existing gravel car park area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24301024,Request for Tenders,Open Competition,Main Contractor for Administration Refurbishment at Birdwood School,,20210518,20210611,20210806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Birdwood School Board of Trustees are seeking a Main Contractor for the Administration Refurbishment works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24301703,Request for Proposals,Closed Competition,Albany School Redevelopment & Roll Growth Project Management & Engineer to Contract Services,MOE12206,20210514,20210611,20210730,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Project Management and Engineer to Contract services required for the construction of a new two storey 20 teaching space block at Albany School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24302401,Request for Tenders,Open Competition,"Wellington Girls College - Redevelopment & Roll Growth; Tower Asbestos Removal, Tower and Hall Demolition Demolition Works",,20210517,20210614,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Wellington Girls College site building conditions have been reviewed. The poor rating from the Detailed Seismic Assessments (DSA) of the Tower and the costs and risks of refurbishment have resulted in a decision to demolish and replace. The Tower removal and replacement is on the critical path due to the seismic rating of several buildings on the site and the Wellington City Council administration of the 7.5-year window to address identified earthquake prone buildings. The School must continue to operate, and an 18 Teaching Space temporary village has been established on the College site to accommodate the teaching capacity of the Tower. Tower demolition will run concurrently with replacement design. The Hall is also rated as earthquake prone and with significant remedial work envisaged is to be removed in two stages. Hall removal will offer space for the demolition of the main Tower. The adjacent building is to keep operating but is currently reliant on access routes through the Tower for which alternatives are in design for completion during the end of year school break. Initial asbestos removal has been carried-out, however extensive residual asbestos will need to be removed with the demolition contractor taking the lead. The estimated project completion date of the overall project is January 2027.",Awarded,The contract has been awarded to Ceres New Zealand LLC and started in September 2021. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,24309700,Request for Tenders,Open Competition,Daily Bus Service At Waerenga O Kuri School RFT,,20210517,20210623,20210707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses and enquiries are to be made through the GETS website.,"The Board/Principal is interested in the acquisition of the following services. Suppliers should see the attached documentation to support their tender bid. The Services required are the safe transportation of students between the School (or other predetermined location) and each students designated pick-up/drop-off point in the Waerenga-O-Kuri area, generally up to within 33 km of the school on school days. Information on schools terms can be found here: https://parents.education.govt.nz/essential-information/school-terms-and-holidays/ Information specific to Waerenga O Kuri School can be found at this website www.wok.school.nz",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24309853,Request for Quotations,Closed Competition,Mahinawa Specialist School and Resource Centre - Satellite Unit at Porirua College - Quantity Surveyor Services,,20210520,20210604,20210706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is constructing a satellite unit at Mahinawa Specialist School on a site at Porirua College. The project is currently at the beginning of the preliminary design stage. The Quantity Surveying services required cover the following phases: design estimates, tender analysis, and construction phase cost control and validation.",Awarded,"a. The contract was awarded to Beca Limited and will start on 15 July 2021. The term of this contract is until July 2022. b. It is intended that the value of the contract resulting from this tender will be within $50,000-$100,000.",50000,20250410 Ministry of Education - School Infrastructure,24310349,Request for Tenders,Closed Competition,Main Building Contractor for New Administration and Amphitheatre at Wakanui School - Mid Canterbury,217310,20210520,20210625,20210929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Demolition of the existing schoolhouse and construction of a new Administration building including space for LSC (Learning Support Co-ordinator) and outdoor amphitheatre at Wakanui School Mid Canterbury.,Awarded,The contract was awarded to McIntosh Commercial Construction Ltd. and will start on 20th December 2021. the term of the contract is 12 months.,891856,20250410 Ministry of Education - School Infrastructure,24311389,Request for Tenders,Closed Competition,Request for Tenders for Te Totara Primary School - Bespoke Roll Growth - Main Contractor,,20210519,20210622,20210921,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Te Totara Primary School (the School) Bespoke Roll Growth Main Contractor (the Contract Works).,Awarded,The contract has been awarded to Lobell Construction Limited and started in September 2021. Price Band: $500K-$1M.,0,20250410 Ministry of Education - School Infrastructure,24311446,Request for Tenders,Open Competition,Main Building Contractor for Block E- Building Envelope Remediation at Hataitai School,J20-0078,20210519,20210615,20210624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A roofing report was carried out at Hataitai School on 12/10/18. The report identified that Block E had issues with the roofs and required work to ensure the building envelopes are remediated. Block E The main roof area is old painted corrugate with a partial Colorsteel re-roof to the southern end. The older painted roof has red rust patches showing in the valleys and on some of the flashings. There is evidence of previous silicone repairs to some ridge and hip flashing junctions. The northern section of the roof (approximately 70% of the buildings gross floor area of 647m2) needs replacing. The project will be a phased approach programmed in close collaboration with the school. The interior refurbishment is concentrated on the existing classrooms and library, students will be decanted to other areas of the school for the period of the main refurbishment.",Not Awarded,No Tender submissions received,0,20250410 Ministry of Education - School Infrastructure,24312121,Request for Tenders,Open Competition,"Main Building Contractor for Hataitai School- Block E and L Drainage, Bathroom Refurbishment and AMS",J20-0262,20210519,20210615,20210624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project will focus on a DQLS upgrade to all classrooms in this block with a future ILE upgrade in mind. Essentially the project will consist of an overall external/ internal refurbishment to improve access, lighting, ventilation, acoustics and integrate a new learning street design. The project will be a phased approach programmed in close collaboration with the school. The interior refurbishment is concentrated on the existing classrooms and library, students will be decanted to other areas of the school for the period of the main refurbishment.",Not Awarded,No Tender submissions received,0,20250410 Ministry of Education - School Infrastructure,24312320,Request for Quotations,Closed Competition,Makarika School - New Principal's Schoolhouse - Demolition Works - Main Contractor,MOE12209,20210525,20210609,20210716,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Quotes (RFQ) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to shortlisted suppliers to submit a Quote for Demolition Works at Makarika School (the Contract Works). The existing Schoolhouse at Makarika School (which accommodates the Principal) has been identified as being no longer fit for purpose and requires demolition and replacement. The existing Schoolhouse requires full demolition and removal before the construction of the new Schoolhouse can commence. The Contract Works required are: i. Asbestos removal; ii. Demolition of the existing schoolhouse and other surrounding ancillary buildings; iii. Make good / capping of services; iv. The works are required to take place prior to the delivery of the new Schoolhouse. Please refer to the attachments for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24314445,Request for Tenders,Open Competition,Main Contractor for AMS CP 1: Lower Block ILE Upgrade at Opoho School,212933,20210520,20210615,20210701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works for Opoho School required are: ? The lower relocatable block will be connected directly to the main lower block by opening up the wall between them. ? The toilets, cloakroom, and storeroom that currently back onto the lower relocatable will be relocated to the dental clinic area. ? The toilet and cloak area will be converted into a break-out space that will double as connective thoroughfare to the additional collaborative learning area. ? Double glazed aluminium sliding doors will be installed between the lower relocatable and new break out space, to provide visual transparency and access to the rest of the lower block teaching and shared spaces. ? The existing resource room at the back of Rooms 6/7 will remain, it will expand into Kiva 2 . ? Classroom 6/7 will be converted into a collaborative central teaching space, with double glazed aluminium sliding doors to connect with Rooms 5/8. A bag storage area will be created to remedy the removal of the cloak area, so that students can store their items in a safe, secure and easily accessible area. ? The area currently named as Dental Clinic will be reconfigured into unisex toilet area. Some current toilet pans, cisterns, sinks and fixtures will be reused from the current toilet due to their relative newness. ? Replace switchboard in Dental Clinic, due to age and concerns regarding it backing onto asbestos wall linings. ? The entire block will be upgraded with the following: o New Floor Covering o Insulation o Wall and Ceiling Linings o Acoustic wall coverings o LED Lighting o North Side doors and windows will be replaced with double glazed aluminium units.",Awarded,"Only received the one tender, tender has come in higher than budget that the school has so will be negotiating cost saving with contractor",0,20250410 Ministry of Education - School Infrastructure,24317303,Request for Tenders,Open Competition,Main Contractor for Sports Turf Project at Hurupaki School,,20210521,20210624,20210813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this project is to install a new synthetic Sports Turf over the existing grass field at the western end of the sports field (approx. court size of 3,467m2) for Hurupaki School. The work is also to include a perimeter fence with gates, perimeter beam, sub-soil drainage system, basecourse, mobile sports equipment, and retaining to achieve a level surface. Site will be available for works from July 2021.",Awarded,The contract was awarded to Fieldturf NZ Limited and will start on 20 August 2021. The term of the contract is 4 months.,472385,20250410 Ministry of Education - School Infrastructure,24317341,Request for Tenders,Open Competition,Main Building Contractor for Block B & C Flexible Learning Spaces at Tamatea Primary School,,20210521,20210622,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The focus for this project is to create shared, flexible learning spaces and outdoor learning spaces at Tamatea Primary School. The work includes creating openings between existing classrooms; dividing a Resource Room to create a shared breakout space and developing two outdoor learning areas. Both of the Blocks affected are PMC building on concrete slabs. The project also includes replacement of broken stormwater pipes identified during a separate drainage investigation, some of which are impacted by the proposed works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24317366,Request for Tenders,Open Competition,Design and Build of 3 New Canopies at Elm Park School,,20210521,20210617,20210707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Design and Build of 3 new canopies at Elm Park School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24320482,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks A, B, C, D, E, G - Windows and Roof Replacement, Titahi Bay Intermediate School, Porirua",5174,20210524,20210621,20211104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Titahi Bay Intermediate School, Porirua has been provided with 5YA and supplementary funding to address issues with aging roof coverings, spouting and window replacement. The project will extend to structural changes to increase the pitch of flat roofs and there is some cladding replacement required. Work extends to six of the seven main teaching buildings on the site. The school would look to possibly extend the contract with the successful contractor and add the creation of an additional meeting room to the administrative area if timing allows. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Niche Commercial, start date 06.12.21, anticipated finish date 01.09.22. It is intended that the value of the contract resulting from this tender will be within $500k - $1m.",0,20250410 Ministry of Education - School Infrastructure,24321933,Request for Tenders,Closed Competition,Main Contractor for SIP 1: Outdoor Learning Space at Rawhiti School,696-20-01,20210521,20210611,20210712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Rawhiti School requires outdoor learning spaces to the rear of the learning studios and library. The outdoor learning spaces will be located on the southern side of the main building.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24322697,Request for Tenders,Closed Competition,RFT for Main Building Contractor for Refurbishment of Block F and Block T to Create Flexible Learning Spaces at Waiuku College,,20210525,20210617,20210922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Request for Tender for Main Contractor for the Refurbishment of Block F (Art) and Block T (Technology) to create Flexible Learning Spaces at Waiuku College. As per the schools agreed 5YA, this project is to provide for a full interior refurbishment of Block F (Art) and Block T (Technology) classrooms. Including but not limited to new wall and floor coverings, lighting, and blinds.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24324484,Request for Quotations,Closed Competition,10YPP Ministry Engaged Consultants 2021 (Tai Tokerau),,20210520,20210621,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is to engage consultants to develop 10-year property plans for schools in Tai Tokerau. The scope of this tender covers the MEC 2021 round for the planning cycle in 2022/23. The project involves 368 5YA schools in the 2022/23 planning cycle and will be bundled into 63 groups based on their size and location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24324562,Request for Quotations,Closed Competition,10YPP Ministry Engaged Consultants 2021 (Northern),,20210520,20210621,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is to engage consultants to develop 10-year property plans for schools in Northern (Auckland). The scope of this tender covers the MEC 2021 round for the planning cycle in 2022/23. The project involves 368 5YA schools in the 2022/23 planning cycle and will be bundled into 63 groups based on their size and location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24324593,Request for Quotations,Closed Competition,10YPP Ministry Engaged Consultants 2021 (Central North),,20210520,20210621,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is to engage consultants to develop 10-year property plans for schools in Central North (Waikato, Bay of Plenty, Napier, and Gisborne). The scope of this tender covers the MEC 2021 round for the planning cycle in 2022/23. The project involves 368 5YA schools in the 2022/23 planning cycle and will be bundled into 63 groups based on their size and location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24324619,Request for Quotations,Closed Competition,10YPP Ministry Engaged Consultants 2021 (Central South),,20210520,20210621,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is to engage consultants to develop 10-year property plans for schools in Central South (Taranaki, Whanganui, Manawatu, and Wellington). The scope of this tender covers the MEC 2021 round for the planning cycle in 2022/23. The project involves 368 5YA schools in the 2022/23 planning cycle and will be bundled into 63 groups based on their size and location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24324636,Request for Quotations,Closed Competition,10YPP Ministry Engaged Consultants 2021 (Southern),,20210520,20210621,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is to engage consultants to develop 10-year property plans for schools in Southern (Nelson, Tasman, Canterbury, Otago and Southland) The scope of this tender covers the MEC 2021 round for the planning cycle in 2022/23. The project involves 368 5YA schools in the 2022/23 planning cycle and will be bundled into 63 groups based on their size and location.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24327371,Request for Tenders,Open Competition,Request for Tenders for Kauri Flats School Exterior Cladding Clean & Recoating,MOE11958,20210521,20210616,20211008,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,The exterior cladding of Kauri Flats School is required to be re-coated in order to maintain the life span of the exterior,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24328743,Request for Tenders,Open Competition,"Main Contractor for the Special Needs & 10YPP Works to Blocks A and B at Te Kura O Waitahanui, Taupo",5062,20210531,20210628,20220912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block A new deck, new exterior doors, interior refurbishment of existing toilet block. Block E re-screw existing roof Works feature small areas of asbestos removal to be carried out after hours. During term works toilets refurbishment, construction of new deck. Re-screwing block E. School holidays works removal of existing windows & installation of new exterior doors",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24332709,Request for Tenders,Open Competition,Main Contractor for Technology Block Remodel at Takitimu School,19-030,20210525,20210625,20210804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Takitimu BoT is looking for an experienced main Contractor to complete the remodeling of two existing teaching spaces within Block A to provide for a new multipurpose technology area to create a food & fabric tech space on one side, and a hard materials and art space on the other side of a shared central (breakout) space. A fire and accessibility gap analysis has been completed by specialists to alter existing non- compliant issues in order to meet current building code & MOE requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24332715,Request for Proposals,Closed Competition,Request for Proposals for Yaldhurst Model School Redevelopment Design and Build Services,,20210525,20210623,20211015,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"i. Yaldhurst Model School redevelopment projects have entered the CSR programme. The current teaching spaces located in Blocks 1, 2, 3, 4 & 10 are below average condition and do not meet the current MOE design guidelines. ii. Yaldhurst Model School is a full primary (year 1 8). The school currently has a total of six teaching spaces resulting in a current capacity of 138. The build roll is to 146. iii. The intention of this redevelopment is to demolish the 6 existing teaching spaces and construct 6 new teaching spaces that meet the needs of the school and the MOE guidelines. iv. Completion is expected no later than January 2024 ahead of the commencement of Term 1.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24337064,Request for Tenders,Open Competition,Main Building Contractor for Weathertightness Remediation and Alterations to Block P at Gisborne Boys High School,2042,20210526,20210630,20210728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 Background Block P at Gisborne Boys High School is a small lightweight timber-framed building comprised of two attached classrooms and two small resource rooms. The building has been identified as requiring weathertightness remediation. The project involves weathertightness remediation and new access decks and canopy to ensure compliance with accessibility requirements and fire egress requirements. Scope of works outlined in detail in architectural drawings and below in 3.1. Project consultants are: (i) Project Manager: Architects 44 (ii) Lead Designer: Architects 44 2.2 Required solution (method and approach) a. The Contract Works required are: i. Removal of all existing cladding. ii. Removal of damaged internal wall linings. iii. Remediation of damaged timber wall and roof/ceiling framing. iv. Removal and replacement of damaged wall and ceiling insulation in north and eastern exterior walls. v. Replacement of interior wall linings to north and eastern walls. vi. Construction of a sound-rated wall between the two classrooms. vii. Full reclad. viii. Construction of new ramp, stairs, and additional fire exit to comply with the fire code. ix. Extension to existing canopy roof, and part replacement of roofing. x. Replacement of barge and ridge flashings. xi. Replacement of existing carpet. xii. Site concrete to suit new exit stairs. xiii. Nature of the Works is reclad, timber remediation and alterations. xiv. The building is 21.7 x 7.2m. xv. There is no requirement for staging of this project. xvi. The site is relatively flat with 3 means of access. There are no known constraints. xvii. The Contractor will be engaged through a Medium Works Contract Construction contracts for professional services and works b. Timeframes are: i. Indicative Start date: 02/082021 ii. Indicative Due Date for Completion: 23/12/2021",Awarded,,287810,20250410 Ministry of Education - School Infrastructure,24338136,Request for Quotations,Closed Competition,Seddon School One Teaching Space Roll Growth Project Lead Design (LD) Services,MOE12417,20210528,20210621,20210716,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Project background is: The Ministry of Education require the architecture services to take on the role of Lead Designer for a roll growth project to deliver one additional teaching space at Seddon School. This is the first roll growth project at Seddon School. Seddon School is a rural school situated 25km south of Blenheim, adjacent to the main highway to Christchurch. It is a decile 5, full primary (years 0-8) school with a current roll of between 120-135 students. The role fluctuates during the year as the area has a lot of families employed in seasonal horticultural and viticulture work. Seddon has a diverse cross section of people economically, socially, culturally and employment wise, but the school is strongly supported by the local rural community. Originally established in 1883, the oldest remaining building is Block A (1938), with Block B - Hall (1959) Block C - Rooms 8 to 10 (1968), Block D - Admin (1982). The Fire alarm system was fully upgraded due to storm damage in 2016. The Kaikoura Earthquake in November 2016 caused some buildings to fall off their foundations and damage to underground infrastructure. While it appears this has all been repaired, unforeseen issues associated with the earthquakes may still arise. At the time of writing, we have obtained a bulk and location plan for the additional teaching space and now seek a Lead Designer to provide us with a full consented design package to take to tender for a main contractor. The perceived project risks are stakeholder management risks around managing timeframe expectations for handover and potential for unforeseen hazardous materials i.e. contaminated land and asbestos materials.",Awarded,It is intended that the value of the contract resulting from this tender will be within $0-$100k,0,20250410 Ministry of Education - School Infrastructure,24347714,Request for Tenders,Open Competition,Main Contractor for relocation of Block F rooms 14 & 15 and Learning Support office at Mahora School,20200923,20210528,20210625,20211027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website," Relocation of rooms 14 and 15, with internal QLE remediation to both rooms. New piled foundations to each room. Decking across the front of the classrooms to align with the width and detailing of the recently developed modular classrooms. Rear access deck. Both decks to be covered with Archgola or similar canopy cover. Rear deck for this block to be used for exterior storage of bags and coats. Rooms to be relocated individually and rotated to place the cloak bay and resource rooms on the ends of the block ( they are currently in the centre ). FRR wall necessary due to proximity to other classroom block to MEO requirement. Includes relocation of two memorial trees elsewhere on the Mahora School site. Remediation of room 11 and allowance for future connection ( QLE ) to a new roll growth classroom. Remediation of rooms 11, 14 and 15 to include new wall and ceiling linings to MOE DQLS, openings between the room to provide QLE classrooms and will address roofing issues identified in the Block F condition assessment. Existing cloak bay spaces to be converted into breakout spaces for group and individual learning. Provision of Learning Support coordinator office space ( as extension to Block A )",Awarded,Tender awarded to the best priced offer.,702834,20250410 Ministry of Education - School Infrastructure,24349231,Request for Tenders,Closed Competition,Main Building Contractor for A Block ILE Upgrade at Matangi School - RFT,1177,20210528,20210618,20210709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"CLosed RFT stage of this procurement. Please refer to the tender document for further guidance",Awarded,ASAP Contracting awarded - best score of 91/100 in the evaluation.,451793,20250410 Ministry of Education - School Infrastructure,24351754,Request for Tenders,Open Competition,Main Building Contractor for Block C Redevelopment at Oakura School,,20210528,20210702,20210826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,We are looking to engage an appropriately skilled and resourced main building contractor to complete the Block C Redevelopment project at Oakura School.,Awarded,,1911000,20250410 Ministry of Education - School Infrastructure,24351987,Request for Tenders,Closed Competition,Pasadena Intermediate - 9 Teaching Spaces - Main Contractor,MOE10640,20210608,20210702,20211115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Pasadena Intermediate is a Decile 8 school inner city school catering for year 7 & 8 students. It is located at 2 Moray Place, Point Chevalier, Auckland, surrounded by Western Springs Park, MOTAT and Auckland Zoo. Scope of the works: Construct 2-storey, 9 New Teaching Spaces New Car Parking Spaces for 30 Cars Replacement of three hardcourts New Access way to rear of the school and Car parking area. Upgraded Services Infrastructure. A demolition of the existing Tuck Shop (Demolition memo has been issued for approval) There will be a requirement for the project to have a phased handover between the Temporary Classrooms and the Hardcourt and Car Park areas. The re-establishment of three new Netball/Basketball courts",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24353686,Request for Tenders,Open Competition,Fairfield Intermediate SIP Projects Various A: Block,6080,20210528,20210629,20210630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Block: A Block: Admin Upgrade. Remodeling Front of House and lifecycle replacement of finishes throughout admin area, including staffroom and staff ablutions.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24354819,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Staffroom Refurbishment including Kitchen and Toilets at James Cook High School,,20210528,20210618,20210727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The school requires a main building contractor to refurbish the staffroom. Being one of the original buildings of the school, the staffroom as well as the toilet amenities are outdated and insufficient to meet staff needs. The works that will be involved will include demolition, bracing support systems, relocation of the kitchen area with full fit-out, new carpet and floor tiles, electrical reticulation of power, fire, security & data, installation of new exterior doors and a full toilets and showers reconfiguration.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24356946,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block F - Classroom & Student Toilet Refurbishment, Belmont School, Lower Hutt",5415,20210601,20210701,20221025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Belmont School has approved 5YA funding to carry out improvements to Block F which will include the introduction of new acoustic ceilings and LED lighting, replacement windows on the southern elevation of the building and roof coverings renewal. Student toilet refurbishment and the installation of water heating units will also be incorporated. To entice contractors and obtain more economical tender submissions two other capital projects will be procured at the same time: SIP Library Refurbishment Site Replace Sewer and Stormwater Infrastructure It is hoped that if funding allows a bundled contract that includes all components of work described above can be advanced in a staged and methodical manner. The scheme will be traditionally executed with a full design team employed by the Belmont School Board of Trustees producing full construction documentation.",Not Awarded,GETS response procured responses well above budget. Project split & reduced in scope & re-tendered in separate packages.,0,20250410 Ministry of Education - School Infrastructure,24362880,Request for Proposals,Closed Competition,Matakana Island Ferry Service for School Students Request for Proposals,,20210705,20210726,20210930,,Sole Agency,No,,"The Ministry currently contracts for ferry services to transport intermediate and secondary students between Rangiwaea Island, Panepane Wharf Matakana Island and Sulphur Point Tauranga, and return, on school days. The Ministry is looking for capable providers who have the capacity, experience, and access to infrastructure to deliver a safe and reliable service for students to and from the locations identified. To be considered, a provider will need to have a good track record and comply with all applicable legislation including but not limited to: the Health and Safety at Work Act, Childrens Act, and Maritime Transport Act. This closed RFP is the second and final step in a two-stage procurement process. It is being released to those suppliers who have met the ROI requirements. Please download and carefully read all the attachments before compiling and submitting your response.",Awarded,,440000,20250410 Ministry of Education - School Infrastructure,24363549,Request for Tenders,Closed Competition,"Main Building Contractor for Block A & B Refurbishment, Toilet upgrades, Deck extension, Flooring, LED and RCD upgrades at Stanley Ave School",,20210601,20210623,20210806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Stanley Ave School Board of Trustees want to engage a Main Building Contractor for Block A & B Refurbishment, Toilet upgrades, Deck extension, Flooring, LED and RCD upgrades.",Awarded,"This contract has been awarded to S.J McCarthy Construction Ltd. The value band for this contract is 500k to 1M.",0,20250410 Ministry of Education - School Infrastructure,24363990,Request for Proposals,Closed Competition,Cromwell College & Alexandra Primary RFP - LD Services,MOE08498,20210531,20210702,20210901,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,"The Central Otago district is experiencing rapid growth. The Ministry is committed to providing educational infrastructure to support this growth and create more modern schools, with improved facilities. Alexandra Primary and Cromwell College require a mixture of roll growth spaces and redevelopment to meet these objectives.",Awarded,,1811573,20250410 Ministry of Education - School Infrastructure,24368003,Request for Tenders,Open Competition,Whangamata Area School - Junior Courtyard and Carpark,6132 6133,20210602,20210629,20211029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," The Contract Works required is a re-development of an existing courtyard area into an outdoor learning environment for the Junior School, and an extension of the existing car park to include an additional 14 bays. Size/ Area approximately 431m2 for the carpark The main building contractor will need to be on site by July 2021 and complete the work by on or approximately December 2021.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24368352,Request for Proposals,Closed Competition,RFP Quantity Surveyor and Engineer to Contract Services at Taihape Area School,,20210608,20210629,20210802,,Sole Agency,No,,"a. This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Taihape Area School Rebuild Quantity Surveyor and Engineer to the Contract Services (the Services).",Awarded,The contract has been awarded to Maltbys Limited and started in August 2021. Price Band: $10K - $50K.,0,20250410 Ministry of Education - School Infrastructure,24369145,Request for Tenders,Open Competition,Daily Bus Services for Awakeri School,,20210601,20210630,20210709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Services required are the safe transportation of students between the School (or other predetermined location) and each students designated pick-up/drop-off point in the Awakeri area, generally up to within 11km of the school on school days (see Appendix A - Route Map). Information on school terms can be found here: https://parents.education.govt.nz/essential-information/school-terms-and-holidays/ Information specific to The School can be found at this website, www.awakeri.school.nz",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24369385,Request for Quotations,Closed Competition,Onehunga Primary School - Technical Advisor,MOE12570,20210601,20210608,20210705,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Onehunga Primary School is in the suburb of Onehunga, Auckland and is situated on the Southern slopes of Maungakiekie (One Tree Hill) and overlooks the Manukau Harbour. Established in 1873, the school has been rebuilt over the years with the original heritage buildings still standing which are currently used as a community centre. The school site covers approximately 1.7 hectares of land. We are planning to start the construction in July 2021 and complete the scope of work by December 2023. The Supplier is expected to provide Technical Advisory support during the construction stage. Technical Advisor to assist in the enforcement of the Ministrys Principals Requirements and other specification documents. This would be conducted through the oversight of the design and build contract for a new three-storey 14 teaching block at Onehunga Primary School. It is envisioned that the suppliers capabilities are broader than just architectural, as they will need to be able to understand all aspects that are designed and then built. Capability includes the ability to work closely with MOE/ project team and provide appropriate and timely communication regarding contractor designs and specifications at tender and during construction",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24370138,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,7,11 & 14 Toilet Upgrade at Bairds Mainfreight Primary School",,20210610,20210705,20211207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Refurbishment of Male and Female Student toilets The Board of Trustees of Bairds Mainfreight Primary School (the Buyer) is seeking a Main Building Contractor for Toilet Upgrade for Blocks 2,7,11 & 14 (Boys and Girls). The main contractor will be responsible for upgrading the toilet facilities for blocks 14 (Boys & Girls) based on the design done by the Architect",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24372191,Request for Tenders,Open Competition,"RFT - Main Roofing Contractor, Blocks 1, 2, 8, A, A1, B, C - Replace Roofing Iron, Plimmerton School, Plimmerton, Porirua",5569,20210604,20210706,20211111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The school has been provided with 5YA funding to address issues with aging roof coverings and spouting. The project will incorporate metal and translucent polycarbonate roofing replacement together with spouting renewal. Work extends to most of the teaching buildings on the site. A well managed and methodical approach to ensure minimal disruption to the operation of the school and maximum attention to comprehensive Health and Safety practices is required. The scheme will be traditionally executed with a full design team employed by the Plimmerton School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Seniors Roofing Limited, starting 29.11.21, anticipated completion date 01.09.22. It is intended that the value of the contract resulting from this tender will be within, $500k - $1m.",0,20250410 Ministry of Education - School Infrastructure,24378420,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Replace Roof Coverings, Cladding, Floor Coverings, Create Learning Suite, Mt Cook School, Wellington",5380,20210927,20211020,20211021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school has been provided with 5YA funding to carry out a number of essential infrastructure improvements that include roof coverings, cladding and floor finish replacement. The contract will also resolve space deficiencies in their existing staff room. The administration facility and a larger staff room will be created by the conversion of a classroom in Block C and a small extension onto this building adjacent to Tory Street. Through separate (SIP) funding a further scheme to create a modern outdoor learning area is being developed. It is hoped that this work can be procured either by adding to this tender opportunity or by additional pricing upon award of the larger contract. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,24379568,Request for Tenders,Open Competition,Main Contractor for Block C AMS Project at Tauranga Girls College,217356,20210603,20210630,20210818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"C Block is a single storey 5 classroom block with Deans and Counselling facilities. Built in the 1960's with a concrete floor slab, timber frame construction, timber joinery and weather board cladding. The college wishes to create a learning hub for those students with special learning requirements and to accommodate both recent and antcipated roll growth. The block is located centrally within the school and hence access to and from the site will need to be carefully managed. The block will be totally vacated for the duration of the works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24381594,Request for Tenders,Closed Competition,Main Contractor for Seismic Strengthening at Hamilton Girls High School,,20210604,20210625,20210705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Seismic strengthening and re-fixing of existing Woodtex panels in the Hamilton Girls High School gym,Awarded,,110640,20250410 Ministry of Education - School Infrastructure,24382880,Request for Tenders,Open Competition,Main Civil Contractor for Entrance Improvements at Stratford High School,,20210604,20210630,20211105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the entrance improvement project at Stratford High School. The project includes the reconfiguration of the entire front of the school by relocating the carpark on the north side and constructing a concrete concourse as a pedestrian area to create an access to the main entrance of the school. The construction also involves the removal of the 2 existing vehicle crossings, the re-installation of the vehicle crossing on the north side, and the re-installation of the footpath on the south side. Also, general drainage works will be required including the construction of 2 lines of raingardens with pipework along with the new carpark.",Awarded,The contract was awarded to Downer and will start in Dec 2021. The term of the contract is 3months.,0,20250410 Ministry of Education - School Infrastructure,24383974,Request for Tenders,Closed Competition,Northcote College ECI Main Contractor RFT,,20210604,20210621,20210805,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Northcote College is a Decile 7 secondary school located in Northcote, Auckland and caters to year 9 to 13 students. The school was founded in 1877 and has the longest school history on the North Shore. As of July 2020, the school roll is 1051 including 403 out of zone students. There are currently fifty-nine (59) existing Ministry-owned teaching spaces and five (5) board-owned teaching spaces. The school sits on 8.92ha of north-facing land and bounded by Onewa Road and Kauri Glen Road. Generally, the sports areas are located to the northern side and buildings to the West and South boundaries. The buildings range in age from 1877 to 2005, with heritage status Category A notified by Auckland Council on four buildings (Blocks C, D, L and Z) which affects their exterior aesthetics only. Predominantly, the buildings were built between the 1930s and 1970s and comprise cellular single-level timber-framed buildings with two cellular Nelson Blocks. There were two newer buildings constructed in 2005. In late 2014, a significant fire destroyed Block E Technology Hard Materials located on the north eastern side of Kauri Glen Road. The two technology teaching spaces from this block transferred to the opposite side of the road; however, this is not ideal as these are not technology-specific spaces. The teaching spaces on this parcel of land has never been desirable. Consequently, fifty-seven (57) teaching spaces are located on the north eastern side of Kauri Glen Road with the remaining two (2) located on the opposite side of this road.",Awarded,Shortlisted Tenderers have progressed to RFT Stage 2,0,20250410 Ministry of Education - School Infrastructure,24384028,Request for Tenders,Open Competition,Main Building Contractor for the Combined 5YA Works Project at Manukorihi Intermediate,3065.11,20210610,20210715,20211115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees is seeking to undertake a number of projects identified in their 10YPP as a single project including: i. Blocks A & K: Tempered Hot Water & Cylinder Replacement ii. A Block: Convert classrooms to library iii. Block B: DQLS and ILE Refurbishment iv. Block F: DQLS Refurbishment of Technology Rooms v. Blocks B & F: Cladding Repairs vi. Block G: LED Lighting Upgrade vii. Block A, B, F, & H fire alarm upgrade An indicative construction period is given as October 2021 - Jan 2022. However respondents are invited to nominate alternative timeframes.",Awarded,Awarded to Southcoast Construction based on achieving highest overall evaluation score. Note value is the low end of the band specified and does not represent the actual tender value.,500000,20250410 Ministry of Education - School Infrastructure,24384109,Request for Tenders,Closed Competition,Request for Tenders for (Former) Spreydon School (the School) Main Contractor for Services Relocation and Demolition Project,MOE12598,20210603,20210630,20210831,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The remaining school buildings located at the former Spreydon School site (2 Halswell Road) are now surplus to the Ministrys requirements and require rationalisation. West Spreydon School had been utilising these buildings as decant space whilst their site on Lyttleton street was undergoing redevelopment. At the end of March 2021, West Spreydon School (or Te Ara Koropiko) relocated back to their school site. Previous demolition activities were carried out by Frews Contracting on this site in 2019 by demolishing the school swimming pool. This demolition work will involve the necessary relocation of fibre network services and electrical main switch board to the retained Southern Health School (Block 2). Once demolition works are complete the permanent site fencing will need re-configured for security around the Southern Health School. It is the Ministrys intentions to leave this eastern aspect of the site clear for future redevelopment. At the time of writing, we understand there is a potential for other government agencies to move to this site and share it with Southern Regional Health School. This demolition is part of the Ministrys programme for disposing of surplus and redundant assets on closed school sites following the Canterbury earthquakes and the Governments commitment to rebuilding greater Christchurch and its education network. We are hoping to have the services fully relocated/commissioned and subject buildings demolished with site handed back to Southern Health School by the end of November 2021.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24387272,Request for Tenders,Closed Competition,CW2021-050 Makauri School - Weathertightness Remediation Main Contractor Request for Tender,MOE12322,20210604,20210630,20221129,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Makauri School is experiencing weathertightness issues in Block G which requires remediation. Block G also requires refurbishment and Accelerated Modernisation Scheme, as part of Innovative Learning Environment. There will also be construction of a new single-story Learning Support Coordinator Office required. Please direct all questions through the GETS Q&A function.",Awarded,"This contract was awarded to McMillan & Lockwood Limited and began on 20th December 2022. The term of this contract is until final completion of the project, forecast to be in January 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,24388822,Request for Proposals,Closed Competition,Wellington Girls College - Redevelopment & Roll Growth; Project Management and Engineer to Contract Services,,20210608,20210708,20210827,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The project was originally to address a roll growth deficit of 16 teaching spaces, early design work has led to the seismic assessment of four of the adjacent buildings on site. The project outcome will be a modern School with seismic resilience matched to current design standards without interrupting the operation of the 1,450 pupil college. Temporary accommodation (Modular Village on the School field) has been established and is operating. The work on master planning has recently been finalised. The first works package is for asbestos removal and demolition of the Hall and 5 Storey Tower Block. There will be enabling works running concurrently with intricacies of relocating fire egress stairs and a new lift. This package will include relocating the staff room, introducing additional toilets, creating temporary walls and relocation of key services. Risks include issues associated with working on existing buildings, a need to keep the School operating whilst working in the heart of the School on a confined site. Safety whilst working at height over operating buildings and staged funding support to keep project to timeline. The estimated project completion date of the demolition and enabling works is March 2023.",Awarded,The contract has been awarded to The Building Intelligence Group Limited and will start in August 2021. Price Band: $250K - $500K.,0,20250410 Ministry of Education - School Infrastructure,24391020,Request for Tenders,Open Competition,Main Contractor for SIP Block 4 Staffroom Extension at Buckland School,,20210609,20210702,20220404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Buckland School Board of Trustees are seeking a Main Contractor for the SIP Block 4 Staffroom Extension at Buckland School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24391110,Request for Tenders,Open Competition,Heating Contractor for Heat Pump Replacement at Trident High School,,20210706,20210730,20211223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Trident High School has some 80 heat pump spread across their campus. All heat pumps are controlled by a Daikin central system located within the existing admin. Over the past 4 years there has been a staged replacement programme and to date some 50% have been replaced. This procurement is for the replacement of a further 46 heat pumps. For continuity of equipment, plant, maintenance etc all replacement heat pumps shall be manufactured by Diakin and installed by authorised Daikin installers",Awarded,,137570,20250410 Ministry of Education - School Infrastructure,24391281,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A Refurbish Classrooms, Block B Develop Office, Redwood School, Tawa, Wellington",5457,20210610,20210707,20210913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Redwood School is comprised of single storey buildings predominantly erected in the 1960s predominantly of the Formula style. The work proposed is in two areas. In Block A a classroom will be refurbished as a template for the remaining five classrooms in the block. In Block B an office is to be developed off reception. The work will provide new acoustic wall and ceiling linings, new windows and doors, joinery, floor finishes and possible a breakout space. New lighting, cable services, plumbing and fixtures will be replaced. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings, starting 20.09.21 with anticipated completed date 31.01.22. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.",0,20250410 Ministry of Education - School Infrastructure,24392245,Request for Tenders,Closed Competition,New Whare Kura at Taradale high School,,20210615,20210705,20211223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Taradale High School is located at 50 Murphy Road, Taradale Napier. The school is wanting pricing for a Whare Kura and associated site works. The building is 110 sq consisting of one large room and a small store room. There is substantial site works including 769 sq m of new concrete paving and 514 sq m of new lawn. Please organise for a site visit to ascertain the exact nature of the works required.",Awarded,Only one tender submitted,605065,20250410 Ministry of Education - School Infrastructure,24392859,Request for Proposals,Closed Competition,RFP Project Management Services for Taihape Area School Rebuild,,20210608,20210708,20211018,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Project Management Consultants (Tenderers) to submit a Proposal for Taihape Area School Rebuild.",Awarded,The contract has been awarded to AECOM New Zealand Limited and started in October 2021. Price Band: $250K - $500K.,0,20250410 Ministry of Education - School Infrastructure,24395301,Request for Proposals,Closed Competition,RFP for Project Management Services Packages x2 in Hawkes Bay and Gisborne,,20210610,20210707,20211011,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for Project Management Services Packages x2 in Hawkes Bay and Gisborne (the Services).",Awarded,"Bundle 1 was awarded to The Building Intelligence Group Limited. Bundle 2 was awarded to Frequency NZ Limited. Price Band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,24396246,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE and DQLS Upgrade,,20210610,20210705,20210922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Riverina School is looking for a Main Contractor to complete an ILE and DQLS Upgrade. The work has been split into two stages. A separate contract works price schedule will be required for each stage.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24397819,Request for Tenders,Closed Competition,Main Building COntractor for Block B ILE upgrade at Ngahinapouri School - RFT,1193,20210816,20210927,20211209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Closed RFT stage of this two-part procurement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24400483,Request for Tenders,Closed Competition,Main Building Contractor for Replacement Swimming Pool and Associated Buildings and Services at Insoll Avenue Primary School,,20210614,20210702,20210928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"As a shortlisted Registrant to the parent ROI, you are now invited to submit a proposal to this Request for Tender (RFT) for the construction of a swimming pool and associated buildings and services to replace existing pool at Insoll Avenue School, Insoll Avenue, Hamilton. Scope includes demolition and removal of existing pool and surrounds etc and excavation and construction of a new pool, changing shed/toilets and associated services and surrounds.",Not Awarded,No responses to second stage RFT. Project to be re-tendered,0,20250410 Ministry of Education - School Infrastructure,24400955,Request for Tenders,Open Competition,"Main Contractor for Site,2,A,F,G: Boiler Component Upgrade at Dunstan High School",212931,20210610,20210705,20210713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Digging up and exposing old pipework ii. Removing old pipework up to building connection iii. Laying new Insapipe, new valves, new insulation, new building connection iv. Pressure testing v. Filling in trenches and making good ground. vi. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vii. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24401875,Request for Tenders,Open Competition,"RFT - Main Building Contractor, AMS/SIP combined Blocks A and G - Refurbish Classrooms Boulcott School, Lower Hutt",5414,20210611,20210708,20210913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Boulcott School has approved 5YA funding to carry out improvements to teaching spaces in Blocks A and G as well as the replacement of floor finishes and translucent polycarbonate roof coverings. The Boulcott School Board has also allocated the SIP grant to supplement the original budget and help with the investment of outdoor teaching spaces to the south side of Block A. Together with the requisite DQLS refurbishment the project will also introduce improved internal flexibility and connection to four classrooms as well as introduce two withdrawal/small group study rooms. The scheme will be traditionally executed with a full design team employed by the Boulcott School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings, starting 04.10.21 with anticipated completion date 31.08.22. It is intended that the value of the contract resulting from this tender will be within $500k-$1m.",0,20250410 Ministry of Education - School Infrastructure,24402045,Request for Proposals,Open Competition,"Point View School, Auckland : Leader Architectural Designer - Blocks 1,2,3 & 8 Weather Tightness Remediation Project",216773,20220621,20220714,20220812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"OPEN RFP : Request for Proposal (RFP) are sort for Lead Design Architectural Services required for the WT Re-Cladding Remediation works for Point View School, Auckland. Remediation works are related to Blocks 1,2,3,8&9. The project will be staged in priority order : 2,3,8, 1&9. Funding sources : 5YA, AMS, WTR. Project construction budget : 1,600,000.00 plus GST Applicants are requested to supply Proposals based on the Maynard Marks investigation reports including a Project Brief and Design documentation requiring a Council Consent, including Consent submission, with required Sub-Consultants support documentation. Applicants are are also required to include Company Profiles with Company Project History for Client review. Only registered companies on the MoE WT master plan register need apply. This project will run in accordance with MoED policies and procedures set out in the MoED Toolbox at the following link : http://www.minedu.govt.nz/NZEducation/EducationPolicies/Schools/propertyToolBox/StateSchools/design/WeatherTightnessFailure.aspx",Awarded,Awarded to BSM Group Architects : August 2022,261625,20250410 Ministry of Education - School Infrastructure,24402842,Request for Proposals,Closed Competition,"RFP for Lead Design Services - Gore HS, Aurora College and James Hargest College",MOE14435,20211101,20211201,20220124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Lead Design Services at Bundle for Gore High School, Aurora College and James Hargest College Contract opportunity. The Requirement is for Contract Works for a Bundle of projects at the following Schools: Gore High School (Southland) Aurora College (Southland) James Hargest (Southland) The Ministry intends to award the bundle as a whole to one tenderer but reserves the right at its sole discretion to award contracts to multiple tenderers (unbundle). The high-level Contract Works required are: Gore High School Partial demolition of Block A1 (anticipated to be 25 TS) Demolition of Block E (Music) - 1 TS Weathertightness repairs & minor works to Block D (Technology) plus new storage addition. New Build 1 (Music & Drama) - 2 TS New Build 2 (Teaching & Library) - 14 TS Aurora College Refurbish D Block - Junior School - Minor works only; Repair Admin, Hall and Block P Demolish C & E Blocks; Retain B Block; Demolish Library and build into New Build New Build single storey Teaching spaces Staged with demolition / decanting of Blocks C & E. James Hargest College Demolish B Block New Build 14TS building Further scope to be determined by Ministry of Education for Blocks A, D, E, F, H, J & K For further details, please refer to the tender documents attached.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24402847,Request for Proposals,Closed Competition,"RFP for Quantity Surveyor Services - Gore HS, Aurora College and James Hargest College",,20211101,20211124,20220125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveyor Services at Bundle for Gore High School, Aurora College and James Hargest College Contract opportunity. The Requirement is for Contract Works for a Bundle of projects at the following Schools: Gore High School (Southland) Aurora College (Southland) James Hargest (Southland) The Ministry intends to award the bundle as a whole to one tenderer but reserves the right at its sole discretion to award contracts to multiple tenderers (unbundle). The high-level Contract Works required are: Gore High School Partial demolition of Block A1 (anticipated to be 25 TS) Demolition of Block E (Music) - 1 TS Weathertightness repairs & minor works to Block D (Technology) plus new storage addition. New Build 1 (Music & Drama) - 2 TS New Build 2 (Teaching & Library) - 14 TS Aurora College Refurbish D Block - Junior School - Minor works only; Repair Admin, Hall and Block P Demolish C & E Blocks; Retain B Block; Demolish Library and build into New Build New Build single storey Teaching spaces Staged with demolition / decanting of Blocks C & E. James Hargest College Demolish B Block New Build 14TS building Further scope to be determined by Ministry of Education for Blocks A, D, E, F, H, J & K For further details,",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24402855,Request for Proposals,Closed Competition,"RFP for Project Management Services - Gore HS, Aurora College and James Hargest College",MOE14432,20211101,20211124,20220124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Project Management Services at Bundle for Gore High School, Aurora College and James Hargest College Contract opportunity. The Requirement is for Contract Works for a Bundle of projects at the following Schools: Gore High School (Southland) Aurora College (Southland) James Hargest (Southland) The Ministry intends to award the bundle as a whole to one tenderer but reserves the right at its sole discretion to award contracts to multiple tenderers (unbundle). The high-level Contract Works required are: Gore High School Partial demolition of Block A1 (anticipated to be 25 TS) Demolition of Block E (Music) - 1 TS Weathertightness repairs & minor works to Block D (Technology) plus new storage addition. New Build 1 (Music & Drama) - 2 TS New Build 2 (Teaching & Library) - 14 TS Aurora College Refurbish D Block - Junior School - Minor works only; Repair Admin, Hall and Block P Demolish C & E Blocks; Retain B Block; Demolish Library and build into New Build New Build single storey Teaching spaces Staged with demolition / decanting of Blocks C & E. James Hargest College Demolish B Block New Build 14TS building Further scope to be determined by Ministry of Education for Blocks A, D, E, F, H, J & K For further details, please refer to the tender documents attached.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24403366,Request for Tenders,Open Competition,Main Contractor for New Sports Courts at Havelock Intermediate School,220758,20210610,20210707,20210924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"new basketball court in concrete construction complete with permanent goals, new ( relocated ) cricket nets in concrete with matting surface, asphalt overlay to the existing netball courts area, plus new overlay in an all weather artificial surface for all sports training area, all court markings as required, new storm water drainage to connect to the existing school infrastructure, re working some areas of the existing courts fencing, creating benched seats in the existing sloping ground for spectators",Awarded,Tender awarded to tenderer with offer within the Procurement budget,417083,20250410 Ministry of Education - School Infrastructure,24406230,Request for Tenders,Open Competition,LSM Visual Upgrades at Queens High School,,20210615,20210712,20211006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees of Queens High School are seeking to engage a suitably qualified main contractor to deliver the proposed LSM visual upgrades. The work primarily involves painting and highlighting of existing structures and the installation of stair nosings/tactile surfaces.,Awarded,"Following the evaluation of the tenders received, this contract was awarded to Stewart Construction.",0,20250410 Ministry of Education - School Infrastructure,24407308,Request for Tenders,Open Competition,"West End School, Palmerston North",West End School,20210614,20210714,20211130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be uploaded to GETS,"The Board of Trustees for West End School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to the Administration Area in Block 1. The Contract Works required are: Undertake alterations to existing admin area to better utilise space. This includes changing office areas and reception areas (no change to footprint). Will also include new wall linings, floor coverings and relocating the kitchen. Contractors must visit site. Contact School Office to arrange a site visit. All tender documentation and necessary information attached. Start dates will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.",Awarded,,347255,20250410 Ministry of Education - School Infrastructure,24407331,Request for Tenders,Open Competition,"Main Contractor for 1,2,3,5: Roof, Satellite Classroom and Tech Space at Concord School",223262,20210614,20210707,20211105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are:. Remove existing roof above Block 3, and the section of roof above the hall in Block 1. Reinstate with new specified roofing iron per plans and specifications. Refurbishment of storage space which runs off the hall and convert this area into a Food Tech area. Works to include removal of an internal wall to create a larger space, installation of new joinery, install new flooring, make good to existing walls and reline ceiling and walls where required. Reconfiguration of the satellite classroom in block 2 to create a larger space. Works will include the reconfiguration of internal walls to create a greater space, installation of a new central kitchen area for teaching students, and a new bathroom layout to become more functional and usable. Wall linings to be replaced, laying of new floor coverings, creation of quiet spaces, upgraded heating and lighting, as well as the replacement of windows to allow for better natural light. The old Dental Clinic (Block 5) will be converted into a one-room storage facility, which will mean internal walls to be removed. Internal shelving to be erected, new flooring, making good existing spaces, and placing of Autex. Electrical upgrade works will also be undertaken.",Not Awarded,Had not received any relevant tenders for the complete project,0,20250410 Ministry of Education - School Infrastructure,24408080,Request for Tenders,Open Competition,"Main Contractor for Block M, 10, 30, SC & R Toilet, Shower & Staffroom Kitchen Upgrades at Hastings Girls' High School",,20210614,20210805,20210928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Block M, 10, 30, SC & R Toilet, Shower and Staffroom Kitchen Upgrades at Hastings Girls High School",Awarded,,330000,20250410 Ministry of Education - School Infrastructure,24410354,Request for Tenders,Open Competition,Main Contractor for Blocks Middle School MP Internal Refurbishment at Sir Edmund Hillary Collegiate,,20210614,20210707,20211101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through GETs,The Sir Edmund Hillary Collegiate Board of Trustees are seeking a Main Contractor for Blocks Middle School MP Internal Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24411320,Request for Tenders,Open Competition,Request for Tenders for Kaiwaka School LSPM Access & Bathroom Modifications Main Contractor,MOE10783,20210614,20210708,20210817,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Kaiwaka School has been identified as requiring Learning Support Property Modifications. The project is for Access and Bathroom modifications as per the OT report.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24412950,Request for Tenders,Closed Competition,Casebrook Intermediate School - CSR Redevelopment,MOE08101,20210614,20210716,20210927,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Casebrook Intermediate School - CSR Redevelopment The Project Scope is: i. Essential infrastructure/siteworks (an extent of works which can be delivered under the budget while avoiding significant construction inefficiencies) ii. Refurbishment of Block 3 (classroom) iii. Refurbishment of Block 5 (classroom)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24415273,Request for Tenders,Open Competition,"Main Building Contractor for Block 3 Alterations & Refurbishment at Rutherford Junior High School, Wanganui",Rutherford Junior High,20210616,20210714,20211020,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Rutherford Junior High School are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block 3. The Contract Works required are: Amalgamate classrooms into a modern learning space with provision for movable glass dividing wall. Install LED lighting. Upgrade heating. Refurbish benches and cupboards. Install common keyed locks. Refurbish windows, interior doors, walls and repaint. Install tint on north facing windows. Make good floor coverings. Convert existing toilet block into appropriately furnished breakout space. Concrete over garden between this block and adjacent toilet block. Provide light roofed area over concrete space creating wet weather access to adjacent toilet block. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx. November/December, however this will be discussed with the successfull contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,649618,20250410 Ministry of Education - School Infrastructure,24415709,Request for Tenders,Open Competition,Wairarapa College - Main Civil Works Contract for the Replacement of a Turf Court and the Pavilion Road Replacement,,20210614,20210707,20210825,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,The Wairarapa College Board of Trustees are seeking a Main Civil Works Contractor for Replacement of Turf Court and Replacement of Pavilion Road.,Not Awarded,"Following receipt and evaluation of all submissions, all were found to be at least 200% over the procurement budget threshold. As a result, they are all deemed to be non-compliant and as such - the purchaser has elected to abandon this procurement and seek alternative strategies and solutions to meet their requirement. On behalf of the Board of Trustees, we thank you for your time and efforts in producing and submitting your responses. Formal confirmation of the above will be issued via email shortly.",0,20250410 Ministry of Education - School Infrastructure,24417457,Request for Tenders,Closed Competition,Main Contractor for Toilet and Block Upgrades at Okaihau Primary School RFT,,20210615,20210723,20211028,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,a. This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main contractor for Toilet and Block Upgrades at Okaihau Primary School,Awarded,This tender is within the $500 -$1m bracket,500000,20250410 Ministry of Education - School Infrastructure,24418173,Request for Tenders,Closed Competition,Main Contractor for the Major Refurbishment of Block D Nelson Block at Nayland College,24418173,20210617,20210805,20211012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Nayland College Board of Trustees we wish to invite you to tender as a Main Contractor for the Major Refurbishment of Block D. Please refer to all attachments outlining the work required. You will be required to complete the Part A and B of the RFT document and update any information from your Registration of Interest. Please complete the Works Price Schedule to show the breakdown of your tender price. This is a mandatory document and this must be completed for your tender to be compliant.",Awarded,Please be advised you have been successfully in wining the Nayland College block 3 tender we will be in touch in due course to set up kick off meeting.,0,20250410 Ministry of Education - School Infrastructure,24421913,Request for Tenders,Open Competition,"C, S: Toilet Upgrades at Rosehill College",,20210722,20210824,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees at Rosehill College wish to seek the services of a suitably qualified contractor to carry out a Toilet Upgrade in Blocks C and S at the school. Please refer to the Architectural drawings from Catalyst Consulting Limited to complete an accurate tender. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming, They are listed in the RFT document under 1.3 Point of Contact. Site Visit 1 - Wednesday 28th July Site Visit 2 - Wednesday 4th August Site Visit 3 - Wednesday 11th August",Awarded,,352884,20250410 Ministry of Education - School Infrastructure,24421920,Request for Tenders,Open Competition,Request for Tenders for Kawakawa School LSPM Access & Bathroom Modifications Main Contractor,MOE09984,20210614,20210618,20210811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Kawakawa Schoolhas been identified as requiring Learning Support Property Modifications. An Occupational Therapists (OT) Report has been received for a student attending Kawakawa School, which requires a fencing and gate solution and bathroom (HDU) modifications. This project addresses the Access and Bathroom Modifications (issues 5&6) as stated in the OT.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24423633,Request for Tenders,Open Competition,Request for Tenders (RFT) Contractor Services for Mains Water and Fire Hydrant Replacement at Tararua College,,20210617,20210716,20211026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Water Mains - The scope of work includes, in general, the excavation and removal of existing (unused) potable water pipe work, the excavation of the existing supply up to the building foundation to allow the supply and installation of an isolating valve within a toby, supply, installation, placing into service, testing, commissioning, maintenance and warranty of the new potable water services involved in this project. Refer to Specifications and Drawings. Fire Hydrant - The Scope of the work includes, in general, the excavation and removal of existing Fire Hydrants and pipe work, the supply, manufacture, installation, placing into service, commissioning, testing, maintenance and warranty of the hydraulic services involved in this project. Refer to Specifications and Drawings.",Awarded,The contract was awarded to [supplier] and will start on [date]. The term of this contract is [number of years].,330623,20250410 Ministry of Education - School Infrastructure,24423733,Request for Tenders,Open Competition,Main Building Contractor for the Library Upgrade at Feilding High School,5386,20210618,20210720,20210929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Feilding High School Board of Trustees invites main contactors to submit a tender for the upgrade of Feilding High School Library,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24424981,Request for Proposals,Closed Competition,CW2020-057 Rototuna Junior and Senior High School Design & Build,CW2020-057/MOE08637,20210617,20210708,20210831,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submission to be made through the GETS website,"This Request for Proposals issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for Rototuna Junior and Senior High School(s) (the School) New School Expansion Design and Build Services (the D&B Services). This tender has been selected to have probity attendance and review by Audit New Zealand. Rototuna Junior and Senior High Schools (RJHS & RSHS) are jointly located on the same site with separate and shared facilities. The school is in a high growth area of Hamilton and the demand to accommodate the roll is placing extreme pressure on the current teaching spaces. To expedite delivery of the new teaching spaces the preference is to run the project under a Staged Design & Build Contract. The scope of the contract will be to deliver design and construction services from Preliminary Design onwards for: 31 additional teaching spaces across the Junior and Senior High School to a build roll of 2,800 students. Provision of 2,520m? net teaching and 284 resource area equating to 3,684m? Gross Floor Area (GFA). Internal refurbishment of 630m? to improve functionality through relocation of specialist teaching spaces. To be split across two storey buildings and a Whare. External works including infrastructure upgrades, additional carparking, walkway and siteworks. The design for Stage 3 (refer to Masterplan Report Page 6) is included in the Stage 1, SP1; the construction listed below is subject to funding and internal approvals. Addressing circulation issues and a shortfall of 450m? net teaching and 549m? resource net area to the School from the Stage 1 development. This shortfall will be addressed through the provision of an external walkway/stairs with additional internal area provided through the infill and repurposing of the internal stair voids. The Preferred project timeline is 1. D&B Contractor engaged September 2021 2. Staged Design compete by April 2022 3. Whare completed July 2022 4. RJHS and RSHS Buildings completed July 2023 The Contract will be a staged Design and Build Contract.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24430111,Request for Tenders,Open Competition,RFT 1371-18-08 Main Building Contractor for Block 3 ILE at Mellons Bay School,214941,20210629,20210730,20210908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school Classroom ILE project - demo & partial remove asbestos, new Soffits & Cladding, aluminium doors/windows Demo central walls, Install steel beams, internal fit out, Site works and some drainage Project Location East Auckland",Awarded,,250000,20250410 Ministry of Education - School Infrastructure,24432618,Request for Tenders,Open Competition,Main Contractor for SIP Block 1 Toilet Area Conversion to Multipurpose Space at Pukekohe East School,,20210618,20210713,20210820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Pukekohe East School Board of Trustees are seeking a Main Contractor for the Block 1 Toilet Area Conversion to Multipurpose Space.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24434842,Request for Tenders,Open Competition,Request for Tenders (RFT) Main Contractor for Roofing Project at Broadwood Area School,,20210618,20210708,20211006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Roofing Project for Broadwood Area School includes cladding replacement and asbestos removal,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24437450,Request for Tenders,Closed Competition,Administration Building extension/partial refurbishment and new Learning Support Offices at Rototuna Primary,"225775, 219058",20210630,20210726,20211020,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Construction will occur in two adjacent locations; 1 - Block A - extension to admin building staffroom (37m2) to include new kitchen, to replace existing, and renovation of existing accessible toilet to include storage area. 2 - Block H - extension to Block H to provide two new offices (28m2 total)",Awarded,"Re Rototuna Primary - Admin extension and refurbishment. This has been a difficult and drawn out tender process due to the downsizing of the scope from that which was originally put up for tender. I do thank you all for your patience with the re pricing of this project and, also taking into consideration, the volatile costs in the current materials and sub contractor pricing. After due consideration the MoE has awarded the Contract, by a narrow margin to Livingstone Builders Ltd, who were able to supply a lower costs particularly in P&G, Demolition and framing. It should be noted that all prices received were considered competitive while all tenders demonstrated, of course, a very strong non price capacity and capability. I thank you again for pricing this project and look forward to working with you all again and the next as there is certainly further projects coming up in Hamilton which I will make you aware of as the projects move through design and into procurement. Tender evaluations are able to be provided, i just ask you to contact me should you require such. Best regards Stephen Bemelman",273000,20250410 Ministry of Education - School Infrastructure,24437541,Request for Tenders,Open Competition,Main contractor for Site : School entrance and hard stand remediation at Central Hawkes Bay College,206648,20210621,20210716,20211006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Outcome sought is the construction of new entrance gates and access driveway to the school from Tavistock Road, renewal of the surface and configuration of the existing staff and visitor parking, new pedestrian pathways and pedestrian gates from Tavistock Road and renewal of the school paved pedestrian surfaces to Block A and Block C to be excavated and re laid.",Awarded,Tender awarded to lowest of two prices received after no responses on GETS and supported invitations to tender after GETS closed.,297181,20250410 Ministry of Education - School Infrastructure,24437807,Request for Tenders,Open Competition,"Main Contractor for 1,7: SIP AMS CP QLS Senior ILE Upgrade at Five Forks School",3738.21.01,20210622,20210715,20210722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: o Creating breakout and workroom spaces around the senior teaching space. o Installing acoustic ceiling linings to two teaching and break out spaces. o New floor coverings to classroom areas. o New acoustic pin board wall linings to classrooms and breakout spaces. o New LED lighting. o New double-glazed windows to teaching spaces. o Improving an outdoor learning space between the two teaching spaces o Replacement of clearlite roofing, to a trafficable translucent roofing",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24437813,Request for Tenders,Open Competition,Request for Tenders for Motatau School LPSM Access Modifications Main Contractor,MOE12686,20210621,20210715,20210906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Motatau School has been identified as requiring Learning Support Property Modifications. The scope of work includes construction of an accessible path from the Netball Courts to the Swimming Pool and lower school field,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24438714,Request for Tenders,Closed Competition,Main Building Contractor for Site - Replace Roofing and Spouting at Tawa School,4826,20210622,20210713,20211103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Multiple flat roofs about the school are at the end of their serviceable life and consistently leak. The condition assessments have identified the failed materials including existing built circumstances. Remaining 5YA work to refurbish student toilets has been included. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Tawa School Board of Trustees producing full construction documentation.",Awarded,"Awarded to DS O'Leary Building Ltd, start date 15.12.21 with anticipated completion date of 31.08.22. It is intended that the value of the contract resulting from this tender will be within $500k-$1m,",0,20250410 Ministry of Education - School Infrastructure,24440824,Request for Tenders,Open Competition,"Main Contractor for Blocks A, C, G, H, M, R, S, L, T, F, 2, 9, 17 Roofing Replacement at Papatoetoe High School",,20210622,20210721,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Papatoetoe High School Board of Trustees are seeking a Main Contractor for the Blocks A, C, G, H, M, R, S, L, T, F, 2, 9, 17 Roofing Replacement project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24446357,Request for Tenders,Closed Competition,Main Contractor for Site Playground Equipment and Provision at Clayton Park School,,20210622,20210712,20211110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Clayton Park School Board of Trustees are seeking a Main Contractor for Site Playground Equipment and Provision.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24454287,Request for Tenders,Closed Competition,Main Contractors for Refurbishment of C Block at Paeroa College,,20210623,20210714,20210930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Paeroa College Board of Trustees want to engage a Main Building Contractor for Block C Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24455176,Request for Tenders,Closed Competition,Main Building Contractor for Roll Growth & Replacement Classrooms at Cambridge Middle School,1195,20210624,20210715,20210823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Closed RFT. Tender for Main Building Contractor for Roll Growth & Replacement Classrooms at Cambridge Middle School",Awarded,,1117157,20250410 Ministry of Education - School Infrastructure,24456542,Request for Proposals,Closed Competition,"South New Brighton School - Roll Growth, Library & Hall Project - Lead Designer",MOE12805,20210623,20210726,20211004,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"South New Brighton School is a full primary (Y1-8) situated approximately 15 minutes outside the CBD of Christchurch City. The school had a fire on 6 March 2020, during which two teaching spaces and a library were destroyed. This procurement is for the Lead Design for the construction of : 1) Five new classrooms, 2) A library, 3) A hall.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000.",0,20250410 Ministry of Education - School Infrastructure,24457715,Request for Quotations,Closed Competition,"South New Brighton School - Roll Growth, Library & Hall Project - Quantity Surveyor",MOE12805,20210623,20210726,20211111,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"South New Brighton School is a full primary (Y1-8) situated approximately 15 minutes outside the CBD of Christchurch City. The school had a fire on 6 March 2020, during which two teaching spaces and a library were destroyed. This procurement is for the Quantity Surveyor services for the construction of : 1) Five new classrooms, 2) A library, 3) A hall.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,24457939,Request for Proposals,Closed Competition,"South New Brighton School - Roll Growth, Library & Hall Project - Project Management",MOE12805,20210623,20210726,20210917,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"South New Brighton School is a full primary (Y1-8) situated approximately 15 minutes outside the CBD of Christchurch City. The school had a fire on 6 March 2020, during which two teaching spaces and a library were destroyed. This procurement is for the Project Management services for the construction of : 1) Five new classrooms, 2) A library, 3) A hall.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,24459231,Request for Tenders,Open Competition,Main Contractor for Metalwork Contractor for the replacement of Boundary Fence at Auckland Grammar School,,20210716,20210813,20211115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All repsonse must be uploaded on GETS,"This Request for Tender (The Tauriko School Board of Trustees (the Buyer) is seeking a Main Building Contractor with proven expertise, experience and skills for the Metalwork Contractor for the replacement of Boundary Fence at Auckland Grammar School. The project involves, but is not limited to the following: - Demolition and removal of existing metal fence and replace with a non-climbable steel tube fence. - Supply and install new aluminium fencing, including an automatic sliding gate at the Grammar-Windsor Hockey Club carpark entrance. Include cabling and access control for automated sliding gate. - Supply and install pedestrian entry gate to the walkway on Barnett Crescent. - Traffic management may be required for works along Clive Road due to the limited working space adjacent to the fence/boundary location. (TBC by the Contractor) - Reinstating grass surrounding fence after install, where damaged. The Contractor will be responsible for the grass until the lawn first cut. - Parking of vehicles might be available on-site (TBC with the Principal).- Toilet will be available for contractors to use during construction. - Ensure the school is secure at all times. - The fence colour preference is the bespoke Auckland Grammar Schools blue. The second preferred option is Black. - Known constraints, the site is very steep in certain areas (around Clive Rd and Barnett Cres).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24459792,Request for Tenders,Open Competition,Main Contractor for New Toilet Blocks at Pakuranga College,,20210625,20210720,20210917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Construction of two new, freestanding, eight-pan toilet blocks at Pakuranga College.",Awarded,,475502,20250410 Ministry of Education - School Infrastructure,24460552,Request for Tenders,Open Competition,CW2021-059 Tauranga Special School - Lease Property Modifications and Refurbishment Works - Main Contractor RFT,,20210624,20210722,20220218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Tauranga Special School (the School) Lease Property Modifications and Refurbishment Works (the Contract Works). The school accommodates two sites, 428 Devonport Rd & 184 Chadwick Rd, the school requires modifications & refurbishments at both sites, for compliance and to provide fit for learning environments, this includes modifications to bathrooms, accessibility modifications, general improvements and an exterior canopy extension at Devonport Rd; Note previous school site was Kaka Street.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24462118,Request for Tenders,Closed Competition,Request for Tenders for Manurewa South 10 Teaching Spaces and Rosehill Satellite Main Contractor,MOE10639,20210707,20210804,20211115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Construct 10 New Teaching Spaces on the northern boundary of the existing school grounds Additional Car Parking areas for 6 new car parks at the rear of the school 2 new Teaching Spaces for Rosehill Satellite project (Separable portions) Convert 3 existing classrooms to two (2) new Special Needs classrooms for Rosehill School Satellite The project will be delivered in two separable portions with the Main 10 TS being delivered first and the Rosehill satellite second The 2 new Temporary Classrooms are to be repositioned on the school fields during the construction of the new Building",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24468762,Request for Tenders,Open Competition,"Main Contractor for Site-wide Roofing and cladding Remediation, carpet and window replacements and new Timber Deck for Paremata School",,20210628,20210806,20220701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Paremata School Board of Trustees are seeking a Main Contractor for Site-wide Roofing and cladding Remediation, carpet and window replacements and new Timber Deck",Awarded,,1000000,20250410 Ministry of Education - School Infrastructure,24468814,Request for Tenders,Open Competition,Main Contractor for Weathertightness Remediation Works to Block E (Canteen) at Wairoa College,2103,20210628,20210723,20220314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," The main weathertightness failures are the result of the incorrect installation of the Plywood cladding which has allowed capillary water ingress at the bottom of the plywood sheets. The window joinery has also been installed incorrectly and is missing seals between the window jamb and cladding, with one window missing a head flashing. The damage from these failures is decay of the plywood cladding, and mould evident on the wall insulation. The second area of weathertightness failure is relating to the roof. On the eastern barge to ridge flashing junction, the ridge flashing is short of the barge flashings, and this junction is relying on silicone sealant, which is now failing. The third weathertightness failure is regarding the rusticated weatherboards on the western elevation. Scribers are missing at weatherboard to joinery and corner coverboard junctions, allowing wind driven moisture ingress. While the focus of this project is towards weathertightness remediation, other elements of work that are packaged into the overall project for this building were items identified in the Inspection Report, which includes, the main gutter coming loose from the gutter brackets with some cracks in the joints as well as lichen growth on the roof. Project consultants are: o Project Manager: Architects 44 Limited o Quantity Surveyor: Architects 44 Limited 2.2 Required solution (method and approach) a. The Contract Works required are: i. Plywood: Full re-clad required. Existing plywood wall cladding, building paper and insulation to be removed. Framing to be inspected with any decaying framing to be replaced with H1.2 timber. In situ-treat the balance of framing with two brush-applied coats of Protim Framesaver dyed pink for identification. Insulation and building wrap to be installed to walls, followed by vertical battens. New drained and vented cladding to be installed with new flashings and cavity closers. Seal bottom corners and provide wider timber reveals and reinstate windows, doors, downpipes and other cladding fixtures to suit. ii. Roof: All gutter brackets to be repaired and gutter to be rehung to ensure free flowing with all lap joints sealed as required. Purpose made end caps to be installed at ridge to barge junctions. Roof claddings to be removed of all lichen. iii. Weatherboard Cladding: All cladding penetrations to be resealed. Apply sealing plugs or scribers to door and external corners with rusticated weatherboards. Rusticated weatherboards to",Awarded,,76116,20250410 Ministry of Education - School Infrastructure,24469356,Request for Proposals,Closed Competition,Request for Proposals for Te Kura Kaupapa Maori a Rohe o Mangere Stage 1 Redevelopment Project Project Management Services,MOE07912,20210625,20210715,20211114,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura is one of the larger Kura Kaupapa in the Auckland Region and in New Zealand. Te Kura is located within the Kainga Ora development area for Mangere and is subject to roll growth due to significant housing intensification. Over the past five years, Te Kura has experienced an increase in its akonga roll, and this roll is expected to continue to rise over time. The Project Scope to deliver Stage One includes: 1. The design and construction of a senior block containing 14 teaching spaces (10 standard and 4 specialist). 2. The design and construction of a new administration block and library. 3. Relocate temporary teaching spaces. 4. Relocate the Whare adjacent to the existing Wharenui, complete with access, foundations and services, and making good all building facades exposed in the relocation. 5. Provision of associated landscaping. The outcome sought is to deliver stage one to meet build roll requirements. The Master Plan has been completed and The Project is entering into early concept/preliminary design. This procurement is to provide PM services for the following design stages: i. concept/preliminary design ii. developed design iii. detailed design",Not Awarded,No submissions received,0,20250410 Ministry of Education - School Infrastructure,24469359,Request for Proposals,Closed Competition,Hutt Valley High School - Redevelopment - Design and Build Services,,20210628,20210824,20211201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Black mould was discovered in Block C of Hutt Valley High School (HVHS), this has required the School to urgently vacate the 16 teaching spaces, and have their senior students learning from home or from leased premises. Design and Build services are required to provide the School with a new multi-storey block or blocks containing 20 teaching spaces to replace Block C. Design and Build services are to include the demolition and enablement works of Block C. Master planning (MP) for 20 teaching spaces is already underway with Master Planner, McKenzie Higham. The initial part of the Master Planning process will determine the location of the block or blocks, containing the required 20 teaching spaces. Roof remediation works is likely to be required on some of the remaining buildings as part of the long-term response. The scope and budget of these works is not yet known; therefore, funding will be sought as part a Stage 2 business case submission. Site investigation works are occurring concurrently to the Master Plan process to determine the scope and estimated cost for these works. Churton Park School reference designs or elements of, are to be utilised to expediate the design process. A temporary Portacom Village is being erected on-site between August and December 2021, with enablement works commencing in June 2021. The project has the opportunity to utilise these for decanting purposes.",Awarded,"The contract for Enabling Works has been awarded to Hawkins Limited and started in December 2021. Price Band: $1M - $5M. Main works negotiations are to follow separately.",0,20250410 Ministry of Education - School Infrastructure,24472876,Request for Tenders,Open Competition,Main Contractor for Block 3 ILE Project at Pakuranga Heights School,221994,20210701,20210729,20210908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school Classroom ILE project - demo & partial remove asbestos, new Soffits & Cladding, aluminium doors/windows, new Canopy Demo & internal fit out, new toilets, Site works and some drainage Project Location East Auckland",Awarded,,412000,20250410 Ministry of Education - School Infrastructure,24472920,Request for Tenders,Open Competition,RFT - Main Building Contractor for WT Remediation of the Admin at Chapel Downs School,220349,20210701,20210728,20221025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school admin recladding project - demo, new framing, RAB, Cladding, aluminium doors/windows Replace some roof and extend to form eaves, Site works and drainage Internal Alterations Project Location South East Auckland",Not Awarded,MOE has cancelled project due to now proposed replacement of building,0,20250410 Ministry of Education - School Infrastructure,24478837,Request for Tenders,Open Competition,Main Building Contractors for: Site Drainage & court Resurfacing: at Ongarue,6128,20210701,20210726,20210803,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The specialist drainage condition assessment identified an issue with flooding of the ground area in front of Block A. The School confirmed that after heavy rain this area floods to over ankle depth and takes days to drain away. There is an existing sump located at the end of the hard surface in front of the classroom, and the down pipes from the building discharge into this sump (as well as the ground surface water). Courts existing concrete courts are in poor condition with porous and eroded surface becoming a safety hazard. Resurface courts remove existing concrete, prepare site, evacuation for compacted shell rock base etc., compacted and finish off with AstroTurf synthetic playing surface",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24480728,Request for Tenders,Open Competition,Main building contractor for A: ILE Refurbishment (Stage 1 & 2) for Malfroy School,MoE Project number 224848,20210705,20210730,20211001,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website,"Weathertightness remediation was completed on A Block in 2017 by the Ministrys Capital Works Team and the School is now in a position to complete their Innovative Learning Environment (ILE) refurbishments which is to replace carpet, vinyl flooring, autex wall coverings to the untouched zones. The refurbishment will also create new breakout spaces and relocating wet areas that can be accessed from both sides of the classrooms, removing walls nib walls and opening up the classrooms. Overview of the programme of which is to be a staged approach. The main contractor will be engaged under one contract, over two stages and roll through completing Stage 1 and then Stage 2. Stage 1 is comprised of rooms 10, 11, breakout 10/11, wet area 10/11 and breakout 3. The building consent is for Stage 1 only, as we need Code of Compliance for the use of rooms 10 & 11. Stage 2 is comprised of rooms 8, 9, b/out 8/9, wet area 8/9, b/out 1, LSC (see below note re LSC room) and CRT room.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24482330,Request for Tenders,Open Competition,"Main Contractor for Blocks C,D,E Classrooms & Admin Remodels & Site Compliance at Myross Bush School",20-032,20210705,20210730,20210831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Myross Bush School BOT is looking for an experienced Contractor to complete remodelling works and a site compliance upgrade at Myross Bush School. Work includes: 1. Remodelling to 2 x classroom spaces in Block C to meet current ILE best practice 2. Louvre window replacements to Block D windows 2. Remodelling of staffroom, admin reception and teacher support areas 3. Site wide fire alarm, emergnecy lighting & illuminated exit upgrade fro MOE and or NZBC compliance 4. Possible security and class change upgrades if funding permits",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24482891,Request for Tenders,Open Competition,New Swimming Pool Complex at Manurewa Intermediate School,,20210702,20210729,20210802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Manurewa Intermediate wish to seek the design, supply and installation services of a suitably qualified contractor to construct a new swimming pool complex. Please contact Steve Waters on 021678693 to arrange a site visit.",Awarded,"This contractor won this tender due to their capabilities, pricing, and proven experience delivering projects.",1241570,20250410 Ministry of Education - School Infrastructure,24483525,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Install of a Cola Canopy and Amphitheatre style external seating at Redoubt North School",,20210701,20210726,20220422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Redoubt North school is seeking a Contractor to Design, supply and install a Cola canopy over existing courts and install external seating in Amphitheater style.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24483855,Request for Tenders,Closed Competition,Main Contractor for SIP: Multi Cultural Hub at Darfield Primary School,3326-20-02,20210701,20210728,20210813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Darfield Primary School is wanting to make alterations and refurbishment to an existing multipurpose space,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24484628,Request for Tenders,Open Competition,"Main Contractor for the Design, Supply and Installation of a New Permanent Shade Structure to the existing courts at Ruakaka School",01.08.15,20210702,20210728,20211116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the role of Main Construction Contractor for the design, supply and installation of the new permanent outdoor shade structure, and associated stormwater drainage works at Ruakaka School. Suppliers are to provide all planning, design, documentation, consent applications, and construction services in relation to the new structure. The required solution for this project includes: - The new canopy structure is to be approx. 18m x 33m to suit the size of the existing playing court, have a 4.2m min. high knee height (lowest part of the structural frame), be constructed of structural steel framework and an MoE compliant (trafficable) tensile PVC membrane system. - The new canopy structure is to include spoutings, downpipes and connection to the schools existing stormwater drainage network. Remediation of existing court paving / lawn & garden area / concrete footpath paving where new services trenches are dug up is required. - The supplier must provide a canopy design that is fit for all year-round use, suited to the Schools wind zone, corrosion / exposure zone, and the geotechnical requirements of the site. - The supplier must provide a 25-year minimum warranty for the new canopy tensile membrane system. - The structural steel framework is to be galvanised and the supplier must provide a Fabrication warranty of 25 years (material) & 5 years (workmanship), and a Corrosion Protection warranty of 10 years (material) & 5 years (workmanship). The structural steel framework must also be designed in such a way to prevent birds from creating nests or perching. - Preference will be given for canopy designs with the downpipes concealed inside columns, however if PVC downpipes are specified and are exposed, then some form a downpipe protection must be included. The supplier must provide a 10-year material warranty and a 5-year workmanship warranty for gutters, downpipes & associated stormwater drainage works. - All new foundations and hold-down fixings will be required to be concealed / hidden under the court surface to prevent tripping hazards. - The supplier must provide & maintain a project programme including design, consenting, and construction of the new canopy. - The supplier must provide a track record of completing at least 10x canopy projects similar to that proposed in this procurement.",Awarded,,205800,20250410 Ministry of Education - School Infrastructure,24489715,Request for Tenders,Open Competition,Main Contractor for electrical upgrade at Howick College,,20210702,20210727,20211110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Howick College School Board is seeking a Main Contractor for the lifecycle replacement of 19 x Distribution Boards and installation of RCD protection,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24490299,Request for Proposals,Closed Competition,CW2021-086 Apanui School - Replacement Fire Block - Quantity Surveyor Services and Enginneer to Contract Services,CW2021-086/MOE13011,20210701,20210722,20210906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"a. This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Apanui School (the School) Replacement Fire Block Quantity Surveyor and Engineer to Contract Services (the Services). b. This procurement is being conducted as a secondary selection process under the Ministry of Educations Professional Services Directory Panel and the Service is subject to this panels terms and conditions",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24491551,Request for Proposals,Closed Competition,Linwood College Early Childhood Education and Teen Parent Unit - D&B Main Contractor,,20210707,20210803,20210924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"Linwood College is currently undergoing a full redevelopment as part of the CSR Programme. The school operations have been temporarily decanted to another site, and all previous school buildings have been demolished. Along with regular curriculum, Linwood College also provides Kimihia Teen Parent Unit (TPU) and provides an Early Childhood Education Centre (ECE) for the dependents of the students of the TPU. i. There is a requirement to Design and Build a brand new Kimihia Teen Parent Unit and Early Childhood Education Facility at the current Linwood College site. A Master Plan has been approved by Ministry of Education and Linwood College. A refinement will still need to take place on the signed off Master Plan to provide buildability opportunities for this project before moving into the next stage of Design i. Build to a total area of 737.0m2 gross, split as 314.4m2 for Kimihia Teen Parent Unit and 422.6m2 for the Early Childhood Education Centre (ECE). An additional external fenced area of approximately 1000m2 is also provided ii. The Kimihia Teen Parent Unit is currently located offsite on Ferry Road Woolston. iii. The Early Childhood Education Facility is a new licensable facility. iv. The construction site for the new building will be fenced off separately to Linwood College and will be located on Aldwins Road, Linwood",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24491941,Request for Tenders,Closed Competition,St Martins School - Roll Growth Redevelopment - Main Contractor,MOE11489,20210706,20210806,20211021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"St Martins School Roll Growth Redevelopment Main Contractor Procurement The Project Scope is: i. asbestos removal and demolition of Blocks 9, 10, 11 and new build two teaching spaces on the footprint of the former Block 9 ii. asbestos removal and demolition of Block 12. Reinstate with grass. iii. demolition of relocatable building on the sports field. Reinstate with grass. iv. phasing of the works as detailed in section 2.1 (a)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24492267,Request for Tenders,Open Competition,St. Leonards Road School - Refurbishment and Upgrade of 4 School Blocks,,20210702,20210806,20220112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Seeking a contractor Blocks 1 & 3 Toilet Refurbishment Block 2 Toilet Upgrade and AMS/ILE Refurbishment Block 11 Reconfiguration For St Leonards Road school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24492343,Request for Tenders,Open Competition,New covered roof over Basket Ball Court SIP project at Parkvale School,,20210702,20210723,20210906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Outcome sought is to provide a covered roof over the existing basketball court on the school site. Main contractor is to provide a design and build offer to the school to deliver all aspects of the project. The requirement is to provide a design and build tender offer to the Parkvale School Board of Trustees, with sufficient detail and pricing to allow the BOT to make an informed evaluation of the proposal. The proposal to be inclusive of cost to build, professional design fees, statutory fees for all required consents and a proposed ( initial ) construction programme.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24495227,Request for Proposals,Open Competition,Outdoor Sports Canopy at Tahuna Normal Intermediate,3839.21.05,20210706,20210729,20210730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tahuna Normal Intermediate wish to create an outdoor sport and learning environment for students and the wider community to be able to experience. The Board of Trustees at Tahuna Normal Intermediate have secured funding from the Ministry of Educations School Investment Package (SIP funding), to be able to progress with the project. The project will include a free-standing structure approximately 20 metres x 40 metres to provide shelter over a large court area (sketch drawings supplied showing preferred location). Once structure is complete a synthetic surface to the court area will be laid by others.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24495373,Request for Tenders,Open Competition,Main Contractor Procurement For H Block renovation project at Mt Roskill Grammar School,,20210705,20210804,20211004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Mount Roskill Grammar School is a secondary school with over 1,800 students located in the Auckland suburb of Mount Roskill. The school was originally established in 1953 and is comprised of a large number of buildings and facilities. Some of these buildings require upgrades in order to match the latest requirements in terms of educational spaces and infrastructure. The works will focus on Block H ground floor which will be converted into a dance and drama space, and new offices and teaching spaces for the schools learning support team. The scope will include demolition, asbestos removal and internal refurbishment. The Contract Works required are: Internal refurbishment of ground floor of H block to be used as a new dance / performance space and learning support area. The work will include new flooring, acoustic treatment to walls and ceilings, installation of lighting and soundbars which will be used by the dance department. Reconfiguration of the existing offices will provide space for the learning support staff.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24499422,Request for Tenders,Open Competition,"Main Contractor for 2,3 ILE Upgrade at Tainui School",3841.20.01,20210706,20210729,20211026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Construct low-level timber deck area to link classrooms 11 and 12. Remove existing bathroom fittings, supply and install replacement laminate partitions, toilet pans, cisterns and hand basins. Remove existing lighting and supply and install replacement LED fittings, to bathrooms and classrooms. Remove existing single glazed alloy windows, supply and install replacement double glazed aluminium windows. Convert cloak room area into break-out space. Remove existing carpet, supply and install replacement carpet tiles. Remove existing Autex, supply and install replacement Autex.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24506928,Request for Proposals,Closed Competition,CW2021-086 Apanui School - Replacement Fire Block Project Manager and Engineer Representative Services,CW2021-086/MOE13011,20210706,20210727,20210902,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for Apanui School (the School) Replacement Fire Block Project Manager and Engineers Representative Services (the Services). This procurement is utilising the Ministry of Business, Innovation and Employment (MBIE) All of Government Construction Consultancy Services Panel and is subject to this panels terms and conditions.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24509830,Request for Tenders,Open Competition,Hukanui School Decking H block Upgrade,6033,20210708,20210803,20211007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website," Repair timber decking around site Exterior aluminium joinery access doors to decking area to C, F, H, K & P Blocks with a verandah over. Internal upgrade of H Block (Composition/Vinyl). Site considerations: This work is to happen at an educational facility and contractors will need to ensure all considerations and requirements for the school being open during construction have been allowed for.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24517836,Request for Tenders,Open Competition,Main Contractor for SIP Block 4 & 5 Administration Upgrade and SIP Block 1 Staffroom Upgrade at Drury School,,20210709,20210806,20220204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs,The Drury School Board of Trustees are seeking a Main Contractor for SIP Block 4 & 5 Administration Upgrade and SIP Block 1 Staffroom Upgrade projects at Drury School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24521801,Request for Tenders,Closed Competition,Main Contractor for LS: Property Modifications at Allenton School,3274-20-04,20210709,20210812,20211101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Allenton School requires property modifications to assist a student who is a wheelchair user.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24524823,Request for Tenders,Open Competition,Main Building Contractor for the Combined 5YA Works Project at Devon Intermediate School,3064.09,20210713,20210823,20211021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,"The school board seeks to undertake the following 5YA projects as a single combined project: o C, D, E: Toilet Refurbishment & Breakout Spaces o B: Technology Alterations & Refurbishment o Roofing & Cladding Repairs including work by a separate contractor. o F Block DQLS Refurbishment Respondents are invited to nominate start and completion dates for the project generally. The boards preference is that works commence during Term 4 2021. The work to B Block should take place over the summer holiday period, however a small amount of term time during term 4 will be acceptable. It is likely a separate contractor will be carrying out membrane repair works to A, B, C, D, & E Blocks concurrently.",Awarded,"Awarded to Pepper Construction 2013 Limited based on achieving highest overall evaluation score. Note value is the low end of the value band, and does not reflect the actual tender value",500000,20250410 Ministry of Education - School Infrastructure,24529410,Request for Proposals,Closed Competition,"CW2021-087 Request for Proposals for Belmont School - Blocks B, E & L - Lead Design Services",MOE13167,20210720,20210810,20210913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"i. Blocks B, E, & L at Belmont School are listed in the MoEs weathertightness remediation program. Each of these buildings has been historically inspected as part of the BIP program (2014) and have now been re-inspected as part of the current Weathertightness (WT) program. ii. The Ministry requires to remediate (if economically viable) each of these buildings to resolve the issues identified in the Weathertightness reports, in line with the MoEs weathertightness strategy. The Lead Design Services required include the following design stages: concept/preliminary design developed design detailed design construction observation project close-out (defects liability period).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24529545,Request for Tenders,Open Competition,"Main Building Contractor for Wharenui (Covered Area) Extension at Mt Richmond School, Otahuhu, Auckland",1-46342.00 (MoE 224213),20210713,20210805,20220208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communication with the Buyer must be made via the GETS tender question/answer function,"The Board of Trustees of Mt Richmond School (the Buyer) is seeking a main building contractor for their Wharenui (Covered Area) extension as defined in this RFT at Mt Richmond School (the School), Otahuhu, Auckland. The extension build work is to be carried out during the period between August to December 2021. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Build Works is expected to start in August 2021 during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Awarded,The successful respondent was judged to provide good value for money with relevant solutions at a lower price.,480585,20250410 Ministry of Education - School Infrastructure,24530318,Request for Tenders,Closed Competition,Paparoa Street School - CSR Contract Works,,20210714,20210813,20211103,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,Paparoa Street School is part of the Christchurch Schools Rebuild (CSR) Programme and requires redevelopment of its property portfolio in line with Ministry guidelines and CSR objectives. A Head Contractor engagement is required to deliver the design package.,Awarded,,3494845,20250410 Ministry of Education - School Infrastructure,24530440,Request for Tenders,Closed Competition,"Main Contractor for LS: 1, 5: Property Modifications at Sheffield School",3502-20-03,20210714,20210810,20211001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,Sheffield School requires Ministry of Education specified Learning Support property modifications including the construction of a new USB (accessible toilet) attached to an existing building and the construction of access ramps to multiple areas. Drainage works across the site will be required to enable USB construction.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24530703,Request for Tenders,Open Competition,"Main Contractor to upgrade and extend carpark, and construct new court at Matatoki School",,20210713,20210806,20211101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Matatoki School - The proposal is to upgrade and extend the existing carpark, providing 22 on site vehicle parks, including two disability parks, and the construction of a new court.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24535632,Request for Tenders,Closed Competition,Wellington Girls College - Redevelopment & Roll Growth; Enabling Works Package,,20210714,20210810,20211007,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The works in the package include staircase, lift, boiler foundations, exterior walls, structural upgrade to Pipitea stage 1, and refinishing internal spaces for new use. The aim is to support the School running during the building programme for the wider redevelopment and roll growth project which remains subject to Cabinet approval. The School has three buildings that are earthquake prone. All three of these (Hall, Tower and Brook) are currently confirmed for demolition. The related demolition contract will be let in July/August 2021 for the Hall and Tower. The Tower shares many services with adjacent buildings access and services that need to be rerouted or replaced. The enabling works project includes 9 identified sub-packages of work required to maintain access to Pipitea for the demolition and replacement teaching space build (temporary works for a period of 8 years). The demolition targets November 2021 for Hall and December 2021 for a start on the Tower. The majority of demolition prior to this will be focused on asbestos removal. The work did include the installation of a lift which has a 20-week lead time and needs to be up and running in January 2022. The enabling contractor will supervise the installation of the lift. The estimated project completion date of the overall project is June 2022.",Awarded,The contract has been awarded to Hawkins Limited and started in October 2021. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,24536005,Request for Tenders,Open Competition,"Main Contractor for 1,2,8 & 9: Weathertightness Remediation Works at Rosebank School",220847,20210714,20210813,20210921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Redesign/repatch of roof Replace roofing iron and spouting Replace damaged ceiling insulation and building paper Replace water damaged ceiling tiles Installation of new lights where skylights have been removed Remove mouldy wall linings and replace with new wall linings Remove mouldy floor covering and replace with new floor coverings Repaint as required Replace acoustic wall fabric as required Remodelling of old administration area The Contractor will be engaged through a Major Works Contract. The Principal has a strong preference for RFT responses with no Contract related tags. If tags are raised, they will be considered on a case by case basis by the Principal as part of the RFT evaluation. The Principal prefers there to be no drawings and specification related Tags. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24536121,Request for Tenders,Open Competition,"Main Contractor for R1,R2-R7,R8,R9 at Wanaka Primary School",218072,20210715,20210809,20220121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. For a full summary of works, refer to the plans and specifications provided at the time of tender. However, a brief summary for each block is below: Block R1 Cut and remove existing paving, excavate and install new perimeter drainage channels, to ensure acceptable clearances. Discharge to catch pit and existing stormwater drainage. Removal and refitting of existing downpipes to allow recladding works. Trim existing planting to 100mm off the cladding Removal of plywood cladding sheets, cavity battens and building wrap from entire building. Reclad with new fibre cement sheet cladding on cavity system, complete with flashings. Building wrap over 6mm RAB Board. Removal and refitting of aluminium joinery. Refitted to suit new cladding system. Block R2 R7 (all works being completed are the same for each block) Cut and remove existing paving, excavate and install new perimeter drainage channels, to ensure acceptable clearances. Discharge to catch pit and existing stormwater drainage. Removal and refitting of existing downpipes to allow recladding works. Trim existing planting to 100mm off the cladding Removal of plywood cladding sheets, cavity battens and building wrap from entire building. Contract Works RFT 2017-2 Page 7 of 24 Reclad with new fibre cement sheet cladding on cavity system, complete with flashings. Building wrap over 6mm RAB Board. Removal and refitting of aluminium joinery. Refitted to suit new cladding system. Removal and refitting of Barge Flashings. Barge and fascia boards to allow recladding of Roof Lanterns. Block R8 Trim existing planting to 100mm off the cladding Replace damaged sheet of fibre cement EasyLap cladding to North Elevation. Replace sealant at Fibre Cement sheet/Schist Veneer joint. Remove existing horizontal battens. Stop & repaint sheet cladding. Block R9 Cut and remove existing paving, excavate and install new perimeter drainage channels, to ensure acceptable clearances. Discharge to catch pit and existing stormwater drainage. Removal and refitting of existing downpipes to allow recladding works. Removal of plywood cladding sheets, cavity battens and building wrap from entire building. Reclad with new fibre cement sheet cladding on cavity system, complete with flashings. Building wrap over 6mm RAB Board. Removal and refitting of aluminium joinery. Refitted to suit new cladding system. ii. The Contractor will be engaged through a Major Work",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,24537037,Request for Proposals,Closed Competition,TKKM O Te Whanau Tahi Redevelopment Lead Design Services,MOE13083,20210719,20210809,20211119,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"TKKM O Te Whanau Tahi Redevelopment Lead Design Services This Request for Proposals, issued by the Ministry of Education is a closed invitation to Design Consultants submit a Proposal for TKKM O Te Whanau Tahi Redevelopment Lead Design Services.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24537101,Request for Tenders,Open Competition,"Main Contractor for SIP LSC 2: Staff Toilets, Sick Bay and Admin Upgrade at North East Valley School",213815,20210716,20210812,20211011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Remove a partition to create a larger Principals/Meeting Room ii. Create a new LSC Office in the old Deputy Principals Office iii. Remove partitions in the Storeroom to allow for a larger Resource Room/work area for staff iv. Reception counter and Sick Bay to be swapped to create a better flow to the whole area while being able to keep a better eye on the Sick Bay when in use v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24537117,Request for Proposals,Closed Competition,"TKKM O Te Whanau Tahi Redevelopment Project Management, Quantity Surveying and Engineer to Contract Services",MOE13068,20210719,20210809,20211124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"TKKM O Te Whanau Tahi Redevelopment Project Management, Quantity Surveying and Engineer to Contract Services This Request for Proposals, issued by the Ministry of Education is a closed invitation to submit a Proposal for TKKM O Te Whanau Tahi Redevelopment Project Management, Quantity Surveying and Engineer to Contract Services.",Awarded,"It is intended that the value of the contract resulting from this tender will be within [select one of the value bands below $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,24537643,Request for Tenders,Open Competition,"Main Contractor for Infrastructure Works including Roofing, Cladding, Electrical, Flooring, and a Library Interior Upgrade at Heretaunga College",,20210715,20210906,20220520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The 2018/19 10-year property plan identified the following for which this tender is concerned with: Electrical upgrades and compliance work to blocks A, C, D, F, H, L, N, O, P and Q Roofing and exterior envelope components and replacements to blocks D, E, L and H Heating replacements and upgrades in blocks D and L Flooring replacements in blocks L, H, O and ECE Improving the secondary fire egress route for the learning support classroom in Block A An interior upgrade to the library. These works will be run as one larger project. The works will need to be staged to allow the school to continue operating. The gymnasium (block N), library (block L), the hall (block H) and the future modular blocks can be used as decant spaces.",Awarded,,2000000,20250410 Ministry of Education - School Infrastructure,24537931,Request for Tenders,Open Competition,Main Contractor for Interior and Exterior Painting at Waterlea School,,20210722,20210816,20211018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The School Board of Waterlea School is carrying out the cyclical painting maintenance of all the buildings on school property. They are looking for a qualified painting contractor to complete the interior and exterior painting of all the buildings on school grounds. The main contractor should ensure that all surface preparations are compliant to the paint manufacturers requirements. The main contractor should allow for targeted replacement/repair of any surface decay/damage, including but not limited to frames, trims, cladding, decks and balustrades. Price must include labour, material and items to ensure health & safety, including but not limited to the set-up of site fences, scaffolding, edge protection and harnesses.",Awarded,The preferred supplier meets the requirements of the contract at best value.,0,20250410 Ministry of Education - School Infrastructure,24539656,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block B - Refurbish Classrooms & Fire Remediation at Miramar Central School, Wellington",5547,20210716,20210819,20220314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Miramar Central School is comprised of single storey buildings erected over a number of years. Block B is the only original building dated back to the 1930s. An arson fire event on 28th March 2020 damaged Block B, due to the Covid-19 lockdown the building was left exposed to weather damage through April/May. This along with the fire departments invasive fire fighting approach has left the building significantly damaged. The schools 5YA had identified refurbishment of this block, this work is to be combined with the fire remediation as a single project. The work will refurbish the classrooms and reconfigure the toilets to develop unisex toilet facilities. The scheme will be traditionally executed with a full design team employed by the Miramar Central School Board of Trustees producing full construction documentation.",Awarded,Contract awarded to Freear Philip starting May 2022 with anticipated completion date 31.03.23. It is intended that the value of the contract resulting from this tender will be within $500k-$1m.,0,20250410 Ministry of Education - School Infrastructure,24541916,Request for Tenders,Open Competition,Main Contractor for Douglas Park School (Masterton) - SIP/LSC Admin Upgrades,,20210716,20210812,20220714,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Douglas Park School are seeking the services of a main contractor to undertake the construction of alterations to the Admin Block for at the School. This is described in the tender documents prepared by IR Group Ltd and Robertson Hidzir Architects. This involves the following works: Reconfiguration of the block rooms and walls as per the drawings Installation of new beams as per the drawings Internal fit out with materials described Kitchen relocation and rebuild Toilet upgrade and reconfiguration New floor and wall coverings Obtaining of Building consent and code compliance in accordance with local BCA requirements The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required. All contractor workers on site will be required to be police vetted. The successful contractor will be required to sign the attached MOE Medium Works contract as is standard for a project of this size.",Awarded,,575000,20250410 Ministry of Education - School Infrastructure,24544920,Request for Tenders,Closed Competition,Main Contractor for SIP: Site: Landscape & Playground Upgrade at Sumner School,3546-20-01,20210716,20210810,20210929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,Sumner School are wanting to upgrade the playground area and create some landscaping,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24545202,Request for Tenders,Closed Competition,"Main Building Contractor for Block 1 ILE & Toilets Upgrade plus Roofing at Glen Eden Primary School, Glen Eden, West Auckland.",,20210715,20210812,20211112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Roofing: Blocks 4,8+3: Roof replacement for the following: Block 3 Room 14 Toilet Block- Replace Roof + Gutter Block 4 (Roof over hall + Storage Room)- Replace Roof, Replace existing Gutter with new Metal gutter. Project to include full weather protection including any engineering design required for the support structure for the duration of the roof replacement. Block 8 After School Care- Replace Roof. Roof Repairs for the following: Block 3 Library- Re-screw Roof Screws, refasten flashings, Replace Walkway roofing. Block 1 Classrooms 1,2,3, Art room + Music Room: ILE + Toilets Upgrade The upgrade of 2 sets of Girls and Boys Toilet Blocks comprises refurbishment of the cloakroom and toilet areas and includes provision of warm water along with replacement of urinals, pans, cisterns, plumbing, lighting, toilet partitions, flooring and wall linings etc. It is also proposed to install electric hand-dryers in accordance with MOE guidelines. Work to the Classrooms plus Art and Music rooms includes replacement of windows, doors, new flooring carpet/vinyl, new ceilings, replace pinboard, electrical, LED lighting, power and data etc. ASBESTOS: The Asbestos survey has identified where asbestos is present in the contract areas. Contractors should demonstrate that they have relevant experience in the safe removal, handling and disposal of asbestos and must include the costs for removal, handling and disposal.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24550216,Request for Tenders,Open Competition,Main Building Contractor for D Block Replacement Project at Mangorei School,3296.01,20210719,20210910,20210929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The School Board is seeking to demolish D & M Blocks, reposition G Block, and construct two new classrooms complete with breakout spaces and toilets abutting G Block. The works are also to include remedial cladding work to the end walls of E & G Blocks. A condensed summary of the scope of works is as follows: i. Demolition of canopies decks etc surrounding D, M, & G Blocks ii. Removal of D & M Blocks and relocation of G Block onto new foundations by a nominated house moving subcontractor. iii. Relocation of G Block to be carried out under a separate building consent to the main project. iv. Following removal of D & M Blocks, an asbestos surveyor will assess the former subfloor areas and mark out areas of soil for removal as asbestos contaminated waste. v. Removal of asbestos contaminated soil followed by demolition of remaining foundations. vi. The area of work may contain areas of soft fill. If encountered, this will need to be removed and replaced with certified fill. vii. The submain cable to the existing D/M/G Block is single phase and overloading one of the schools mains phases. Allow to terminate this and install a new three phase submain to the new block. viii. Construction of new two classroom block with supporting spaces, on concrete slab. Construction is generally light timber framing with trussed roof structure and two steel frames. Cladding is timber weatherboard over warm wall system. Roofing is profiled metal warm roof system, and the roofline is to be continuous with G Block. Verandahs are a combination of profiled metal and translucent roofing. ix. Joinery scope has been divided into two lots for pricing x. Construction of new WCs on raised timber floor over concrete slab, consisting of two standard unisex stalls and one accessible stall, at floor level part way between D & G Blocks. xi. Construction of timber decks and ramps linking D & G Blocks and the WCs, and new egress steps to G Block. Form bag bay area on intermediate deck in front of WCs. New hardscaping and making good grass where buildings removed. xii. Replacement of the G Block roof with new warm roof system, including removal of parapets and formation of new barge. Replacement of cladding to end walls, and installation of new door. xiii. Removal of parapets to end walls E Block and construction new barge. Replacement of cladding to end walls.",Awarded,Awarded to Livingstone Building NZ Limited based on achieving highest overall evaluation score. Note value listed is the lower end of the procurement value band advertised and does not reflect the actual tender price.,500000,20250410 Ministry of Education - School Infrastructure,24551214,Request for Tenders,Open Competition,Main Contractor for 5: Multi-Purpose Extension at Warepa School,3861.19.11,20210720,20210813,20210922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. To design and develop the extension to allow for the additional administration, library, resource room and extension of the multi-purpose area at the northern end of Block 5. ii. Excavate appropriate area, place concrete slab foundation and floor. iii. Timber frame construction with trussed roof. iv. Design in keeping with original design and similar cladding and roofing. v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. i. See Tender Documents for further information.",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,24551352,Request for Tenders,Closed Competition,"RFT: Main Building Contractor for Block B AMS, Reconfiguration and Refurbishment at Raglan Area School",125-25-01,20210719,20210806,20210908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Raglan area school are seeking a suitably qualified and experienced contractor to complete the ILE upgrade of Block B. The upgrade includes internal reconfiguration and refurbishment of 3 classrooms, upgrade of the toilet associated toilet block and a verandah.",Awarded,,486852,20250410 Ministry of Education - School Infrastructure,24553652,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 1 Weathertightness Remediation and Replace Roof, Johnsonville School, Johnsonville, Wellington",5291,20210721,20210816,20220801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The project is to remediate weather tightness failings to part of Block 1 at Johnsonville School. Additions to Block 1 were completed around 2000, they involved a flat membrane roof solution and weatherboard clad walls. The addition and especially its connection to the existing structure were poorly resolved and have leaked constantly over its life. A recent weather tightness report has identified the following key works to be undertaken: Replace two windows due to defect in construction and/or timber treatment selection causing premature decay of the frames Replace roof fixings and re-secure an adjacent section of the old metal roof Replace the internal gutter and membrane material Replace sliding windows which have blocked channels To achieve a long term solution it is proposed to remove the flat roof and erect a pitched metal roof including for new rainwater systems and provision of minimum 400 mm eaves. Exterior wall cladding and windows are to be replaced along with damaged interior linings. The scheme will be traditionally executed with a full design team employed by the Johnsonville School Board of Trustees producing full construction documentation.",Not Awarded,No compliant tender received.,0,20250410 Ministry of Education - School Infrastructure,24554034,Request for Tenders,Closed Competition,RFT for Main Contract Works at Papanui High School,MOE14441,20211020,20211122,20220322,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The proposed re-development for Papanui High School offers a long-awaited opportunity to update poor quality building stock, replace and provide 33 new flexible and innovative teaching spaces (across two new buildings), Admin & Library spaces that caters for the future of the schools teaching pedagogy and new infrastructure. Many of the existing school buildings have deteriorated to a point where major upgrades and redevelopment are now required. The buildings are degrading at a faster rate than the current 5YA funding can provide sufficient maintenance. Key drivers: building stock that is over 80 years old; consequently, a significant portion is in poor condition, requires weather tightness repairs and major/ minor refurbishment site wide infrastructure that is in desperate need of significant remediation or replacement, it is aged and has suffered earthquake damage a school layout that limits the schools ability to teach collaboratively and severely inhibits the capacity to deliver to its pedagogy and future educational delivery targets",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24555367,Request for Tenders,Closed Competition,Te Puna School Remediation Project,,20210930,20211027,20211201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,A letter was sent to each of the unsuccessful tenderers thanking them for their tender and offering an opportunity for a post tender debrief meeting (by video conference). One tenderer (Marra) requested this and the debrief was held on 18th Jan. 2022.,0,20250410 Ministry of Education - School Infrastructure,24559304,Request for Tenders,Open Competition,Daily Bus Services for Mayfield School,,20210720,20210824,20210909,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Services required are the safe transportation of students between the School (or other predetermined location) and each students designated pick-up/drop-off point in the Mayfield area on school days (see Appendix A - Route Map). Information on school terms can be found here: https://parents.education.govt.nz/essential-information/school-terms-and-holidays/ Information specific to The School can be found at this website, http://www.mayfieldschool.co.nz/Home/",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24561655,Request for Tenders,Open Competition,"RFT - Main Building Contractor, SIP - Block B Admin and Staff Room Modernisation, Kapakapanui School, Waikanae, Kapiti Coast",5469,20210722,20210823,20220131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Kapakapanui School Board has targeted the improvements and modernisation of their staff kitchen and staff room as an area for investment using some of their allocated SIP monies. The relocation and upgrade of the kitchen will vastly improve staff access and usage of the facilities, the whole staff room will also be refurbished. The school also wants to explore the affordability of further work in the administration block to replace floor and wall finishes throughout the circulation space and offices and the relocation and improvements to staff toilet facilities. This work will also proceed if deemed affordable. The tender process requests tenderers to provide optional and separate pricing for the various components of the proposed building work. The scheme will be traditionally executed with a full design team employed by the Kapakapanui School Board of Trustees producing full construction documentation. NOTE: Asbestos Survey will be loaded as an NTT.",Awarded,"Awarded to Multibuild Schwass starting 21.02.22, anticipated completion date 23.12.22. It is intended that the value of the contract resulting from this tender will be within $250k - $500k.",0,20250410 Ministry of Education - School Infrastructure,24580213,Request for Tenders,Open Competition,Main Contractor for a Block 7 Classroom Refurbishment Project at Robertson Road School,,20210722,20210818,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Robertson Road School wish to seek the services of a suitably qualified building contractor to carry out a x4 classroom refurbishment project in block 7 at the school. There are 3 site visits available, please ensure that you are available for one of them and that you let the point of contact know that you are coming by using the GETs question system to ""RSVP"". f. Site Visit 1 Tuesday 27th of July at 3:30pm g. Site Visit 2 Tuesday 3rd of August at 3:30pm h. Site Visit 3 Tuesday 10th of August at 3:30pm",Not Awarded,"As we only received two tenders via the GETS system we had to go to the open market to receive 1 more quote, as a minimum of 3 quotes is required. Therefore, the winning tender was received via the open market and was chosen by the School Board of Trustees due to providing the best proposed solution, having the best capability and value for money.",0,20250410 Ministry of Education - School Infrastructure,24581766,Request for Tenders,Closed Competition,Otumoetai Intermediate School A Block Classroom Upgrade,OIS20,20210723,20210812,20211101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The project relates to the internal upgrade of six classrooms and conversion of existing cloak bays and resource rooms to breakout space to form a more modern flexible Learning Space at Otumoetai Intermediate School This is stage 2 of the tender process being issue of tender documentation to selected tenderers.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24584447,Request for Proposals,Closed Competition,Bream Bay College Main Contractor Design and Build (D&B) Services for 10 Roll Growth and Redevelopment Teaching Spaces,MOE10627,20210722,20210816,20210921,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The primary output is a detailed design for consenting and construction based on the Preliminary Design drawings and specifications developed by MOAI Architects. Design and construction are to meet and comply with MOE Design Standards for School Property. Design and construction of two separate new single-storey buildings; one comprising six (6) standard teaching spaces the second a four (4) technical teaching space building separated by a landscaped plaza.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24584768,Request for Tenders,Open Competition,"Main Contractor for Ngunguru School - Block 1, Block 2, Classrooms 10 & 11 + LSC Space Refurbishment",,20210726,20210917,20220412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS question and answer function,"Refurbishing Block 2 interior spaces, creating Break out spaces in two Classrooms including new sliding doors to joint outdoor learning space and roof replacement including a roof extension to create a new LSC space footprint and a roof extension on an uncovered walkway. Refurbish the existing Rooms 2, 3 and 4 in Block 1 of Ngunguru School. The refurbishment includes: Replace floor coverings, installing insulation in the ceiling, install wet area cabinetry and shelving units, install sliding door between rooms 3 and 4, remove folding doors and replace with aluminium sliding doors, change the lighting layout (adding more lights) install a deck and pvc zip clears in front of Rooms 2, 3 and 4. Goal: to refurbish Block 2 creating a joint outdoor learning space, LSC office and to make Block 1 an interactive learning space The existing Block 1 currently does not have sufficient lighting, the classrooms are quite small, and more storage is required. The deck and Solar View Zip Screens make the classroom larger by allowing the classroom to extend outside.",Not Awarded,The contract was awarded to Rob Littlejohn construction ltd (1998),0,20250410 Ministry of Education - School Infrastructure,24587050,Request for Tenders,Open Competition,"Main Building Contractor for New Multipurpose Building at Norfolk School, Taranaki",Norfolk School,20210726,20211027,20221214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Norfolk School, Taranaki are seeking a suitably qualified Main Building Contractor to carry out the new Build of their Multipurpose Space. The Contract Works required are: The proposal is to build a new 280m2 (non teaching space) multipurpose building. Design to be in keeping with original school aesthetics, yet include a modern overall look that will not outdate, but be future proofed to receive updating if required with minimal cost. This building is to contain: Kitchen facilities, toilet facilities including accessible wc, cleaners store, storage, main room with dividing doors to reduce/separate rooms, and accessibility. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be December 2021, however this will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,1369377,20250410 Ministry of Education - School Infrastructure,24588401,Request for Tenders,Open Competition,Hawea Flat School - Roll Growth Hub - Enabling Works Package,MOE13022,20210722,20210826,20220110,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Hawea Flat School requires a four-teaching space (TS) hub to meet urgent roll growth demands. The hub is to be a near duplicate of an existing 4-TS hub built at Cromwell Primary in 2018 with only minor design tweaks. Due to the urgency of the project an enabling works drainage package is being included to accelerate the completion date of the project. The Contract Works required are, in summary: 1. Design, consent, supply and install of a new wastewater treatment plan, 2. Decommissioning of existing wastewater treatment plant, 3. Design, consent and install of disposal system, 4. Miscellaneous siteworks. Refer to documentation for full requirements. It is requested the full package of works is priced and allowed for in the Contractors tender submission. Partial packages of work are unlikely to be considered.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,24588673,Request for Tenders,Closed Competition,RFT - Main Building Contractor for New Sports Changing Room and Toilets at Remuera Intermediate School,,20210726,20210813,20210908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24590525,Request for Tenders,Open Competition,PN Intermediate Normal School - Central Courtyard Development Works,,20210728,20210827,20211109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Palmerston North Intermediate Normal School Board of Trustee's wish to invite offers from main contractors ( Building or Civil ) for the construction of a new central courtyard development. The work consists of demolition, concrete works, timber decking, turf areas & Landscaping.",Not Awarded,This contract has been awarded to Paul Robertson Builders.,0,20250410 Ministry of Education - School Infrastructure,24591837,Request for Tenders,Open Competition,Main Contractor for 1: New Classroom Construction at Omarama School,213629,20210817,20210923,20211125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Reconfiguration of the existing library to make way for the new internal entrance to the new classroom. ii. Erect a purpose-built extension to Block 1, which is to accommodate the new classroom, which is to include a small deck and exterior entranceway.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24592782,Request for Tenders,Open Competition,Hukanui School L & M Breakout-ILE Upgrade,6036,20210727,20210908,20211007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"o Breakout spaces - existing space altered to create breakout spaces and access between adjacent teaching spaces. o New lighting (energy efficient LED alternatives) o New wall coverings with acoustic alternative o New floor coverings to be installed to spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24593119,Request for Tenders,Open Competition,"Main Building Contractor for the Roofing Upgrades of Blocks 2, 3, 4, 5, 6, 7, 8, 9, 10 & 12 at Milson School",,20210727,20210820,20211008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,,Awarded,The contract was awarded to Goleman Wellington Ltd and anticipated start date is late October 2021.,110920,20250410 Ministry of Education - School Infrastructure,24594333,Request for Tenders,Open Competition,"Roofing Contractor for Roofing Works to Blocks A, B & K at Ashbrook School Opotiki",223791,20210726,20210819,20211221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Ashbrook School, Opotiki, is seeking experienced roofing contractors to undertake various works to Blocks A, B & K. The works include relining of an internal membrane gutter, some areas of roofing replacement, replacement of nail fixings with new screw fixings, new fascia gutters and downpipes, new ridge, barge and back flashings.",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,24594824,Request for Tenders,Open Competition,Main Contractor for Block 8 ILE Upgrade at Meadowbank School,,20210728,20210824,20211027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Meadowbank School Board of Trustees are seeking a Main Contractor for the Block 8 ILE Upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24596396,Request for Tenders,Open Competition,Main Contractor for the SIP AMS Block A Classroom Upgrades at Dannevirke South School,,20210729,20210906,20211011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The BOT at Dannevirke South School seek the services of a Main Building Contractor to undertake the construction and upgrades to Block A on the school site. The work involves the following alterations:- Demolition of existing internal partition walls, exterior walls, timber decks & steps and isolation, disconnection & removal of redundant services. Install new external windows and doors to suit the new configuration. Reline walls and ceilings with specified systems including acoustic treatments. Form openings between classrooms to allow better connectivity. Construct new internal breakout space of Classroom 5, Office / Store Room off Classroom 3 and Cloak Bay connecting all Classrooms. Construct new wet areas. Install new carpet tiles and vinyl flooring. Paint all appropriate new surfaces. Install new acoustic wall coverings throughout. Fit out with new electrical, data and plumbing fittings. Construct new deck, stairs and accessible ramp complete with balustrades and step nosings. New decking to existing deck areas. Create new covered external entry area complete with fixed joinery cubby holes. The project will be a turnkey project where the completed building will be handed over to the school for use on completion. 2.2 Required solution (method and approach) a. The Contract Works required are Main Contractor and related subcontractor works to the Junior wing of Dannevirke South Schools Block A as detailed in the attached tender documents and detailed below. i. Demolition, reconfiguring and upgrading of the existing internal layout and extensions to the existing timber deck, steps and accessible ramps. ii. Medium sized classroom upgrade project. iii. Single stage construction project. iv. The project will be complete in a live school environment as therefore will require extra health and safety measures. All material deliveries to be coordinated with the school and ideally undertaken outside of normal school hours were practicable. v. The Contractor will be engaged through an MOE Medium Works Contract.",Awarded,We received one response and upon evaluation this proved to be valid. We have awarded the contract based on the response.,390000,20250410 Ministry of Education - School Infrastructure,24597599,Request for Tenders,Open Competition,Design and Build for Tennis Court Canopy at Massey High School,,20210728,20210827,20220124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Design and build of a large weatherproof canopy. The structure is to include installation of LED flood lighting and stormwater drainage, connecting to existing stormwater lines. The area to be covered is approximate 33m x 32m over an existing 2 tennis courts. The contactor is to allow for all design, building consents, Geotech testing and stormwater drainage flow capacity checks. Steel frame is to be hot dipped galvanised finishing. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24598608,Request for Tenders,Closed Competition,Request for Tenders for Northcote College ECI Main Contractor RFT Stage 2,,20210726,20210810,20211130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Northcote College is a Decile 7 secondary school located in Northcote, Auckland and caters to year 9 to 13 students. The school was founded in 1877 and has the longest school history on the North Shore. As of July 2020, the school roll is 1051 including 403 out of zone students. There are currently fifty-nine (59) existing Ministry-owned teaching spaces and five (5) board-owned teaching spaces. The school sits on 8.92ha of north-facing land and bounded by Onewa Road and Kauri Glen Road. Generally, the sports areas are located to the northern side and buildings to the West and South boundaries. The buildings range in age from 1877 to 2005, with heritage status Category A notified by Auckland Council on four buildings (Blocks C, D, L and Z) which affects their exterior aesthetics only. Predominantly, the buildings were built between the 1930s and 1970s and comprise cellular single-level timber-framed buildings with two cellular Nelson Blocks. There were two newer buildings constructed in 2005. In late 2014, a significant fire destroyed Block E Technology Hard Materials located on the north eastern side of Kauri Glen Road. The two technology teaching spaces from this block transferred to the opposite side of the road; however, this is not ideal as these are not technology-specific spaces. The teaching spaces on this parcel of land has never been desirable. Consequently, fifty-seven (57) teaching spaces are located on the north eastern side of Kauri Glen Road with the remaining two (2) located on the opposite side of this road.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24598943,Request for Tenders,Closed Competition,"Main Building Contractor for Block 1 Roofing & Toilets Project at Birkdale North Primary School, North Shore, Auckland.",,20210728,20210927,20211202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"Main Building Contractor for Block 1 Roofing & Toilets Project at Birkdale North Primary School, Roofing: Block 1 Admin + Classroom 9: Re-pitch/Replace existing low pitch Admin Block roofing including removal of high- level windows, plus install new flashing, rain heads and spouting. This work includes remediation of external walls and affected areas and installation of insulation. Replace flashings and install roof screws on Block 1 Room 9. Toilets Block 1 Classrooms 5-9: The upgrade of toilets comprises alterations and refurbishment to improve the layout of the cloakroom and toilet areas and includes provision of warm water along with replacement of urinals, pans, cisterns, plumbing, lighting, toilet partitions, flooring and wall linings etc. It is also proposed to install electric hand-dryers in accordance with MOE guidelines. ASBESTOS: The Asbestos survey has identified where asbestos is present in the contract areas. Contractors should demonstrate that they have relevant experience in the safe removal, handling and disposal of asbestos and must include the costs for removal, handling and disposal under MOE/Worksafe guidelines including air monitoring within their tender. Following acceptance of tender, an asbestos management plan would be required from the contractor for approval that meets MOE and Worksafe requirements, before works commences. This would include details regarding handling and disposal with air monitoring and clearance certificates required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24601762,Request for Proposals,Closed Competition,Amuri Area School - Roll Growth - Master Planning Services with right of negotiations for Lead Design,MOE13446,20210729,20210903,20211020,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. Amuri Area school is a composite school Yr1 13 based in the Hurunui district about 90 minutes north of Christchurch. The site in split by a road with primary and secondary or either side. Amuri area school has been allocated roll growth of 6TS (teaching spaces) through Budget 19. ii. Amuri area school is in the need of redevelopment and the Bulk and location is to identify the scope of the redevelopment works. 1TS is allocated to the primary side of the school while 5 TS for the secondary. The Services include the following design stages: i. master planning (Bulk and Location) ii. Three (3) options to be provide within final proposal and SPG tables to compliment",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24601834,Request for Proposals,Closed Competition,Amuri Area School Roll growth Quantity Surveyor Services with right of negotiations for Lead Design Stages,MOE13447,20210729,20210903,20211029,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. Amuri Area school is a composite school Yr1 13 based in the Hurunui district about 90 minutes north of Christchurch. The site in split by a road with primary and secondary or either side. Amuri area school has been allocated roll growth of 6TS (teaching spaces) through Budget 19. ii. Amuri area school is in the need of redevelopment and the Bulk and location is to identify the scope of the redevelopment works. 1TS is allocated to the primary side of the school while 5 TS for the secondary. The Services are required for the following design stages: i. master planning (bulk and location)",Awarded,It is intended that the value of the contract resulting from this tender will be within $50K - $100K,0,20250410 Ministry of Education - School Infrastructure,24602969,Request for Tenders,Open Competition,(159) Forest View High School Main Contractor SIP5YA F Alterations & Refurb + Toilet Upgrade,,20210730,20210914,20211104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24603390,Request for Tenders,Open Competition,(494) Putaruru High School Main Contractor 220941 F Upgrade Wood.Metal +Food Room Ablutions,,20210730,20210914,20211206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The School and BOT have identified lifecycle replacement of finishes within Block F Wood and Metal Shops and therefore the works will include minor alterations, and replacement of existing Floor & wall coverings, electrical systems, and fittings. The works will be undertaken during the School term and thereafter providing the School with a fit for purpose and completed project for the use during Term 4 2021. Plans have been completed, and Building permits applied for as one for transparency and consistency with details, with the works being quoted as one project to meet MOE Policy and through GETS. The works will comply with the MOE DQLS and ILE Policy, and the successful Contractor/s will provide the BOT with all associated Warranties, Guarantees, and Best Trade Practice Producer Statements and completion certificates. The School and BOT are seeking Tender submissions from Qualified and Experienced Main Contractors, wanting to work closely with the Design and School team to provide a completed project that everyone can be proud of.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24607880,Request for Tenders,Open Competition,Main Contractor for Block 1 & 2 DQLS/ILE & Toilets at Milford School,,20210802,20210928,20211101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Milford School Board of Trustees are seeking a Main Contractor for the Block 1 & 2 DQLS/ILE & Toilets project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24609251,Request for Tenders,Open Competition,(1790) Lichfield School Main Contractor B UPGRADE + toilet alteration,,20210802,20210915,20211102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The School and BOT have identified Block B where the condition of 3 teaching spaces requires upgrading and the toilets require alteration to create a breakout room between the 2 teaching spaces.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24612437,Request for Proposals,Closed Competition,Request for Proposals for Wellington College Seismic Strengthening of Tower Block Lead Design Consultant Services,MOE08398,20210803,20210816,20210909,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"A Detailed Seismic Assessment has confirmed that the precast panels on the exterior walls of the Tower Block at Wellington College will need to be re-fixed and reclad. The Lead Design Services required include the following design stages: concept/preliminary design (Weathertightness and Faade Design) developed design detailed design construction observation project closeout (including 12-month defects liability period).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24613704,Request for Tenders,Closed Competition,Main Contractor for Block 7 ILE Upgrade at Cockle Bay School,,20210806,20211001,20211119,,Sole Agency,No,All submissions to be made through the GETS website,"The school aims to retain the best of its history and special character while resourcing and supporting the highest quality teaching and learning experiences possible for students, staff and parents. The school values modern learning environments, indoor and outdoor flexibility and collaborative learning by students and staff. In keeping with the goal of providing high quality teaching spaces, the AMS funding will be allocated to an ILE and DQLS upgrade of Block 7.",Not Awarded,School has decided to go to Open Tender,0,20250410 Ministry of Education - School Infrastructure,24618095,Request for Tenders,Open Competition,Main Building Contractor for the Non-Teaching Space Redevelopment at Pembroke School,,20210804,20210906,20210929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Non-Teaching Space Redevelopment project at Pembroke School. The objective of the redevelopment project is to address the areas in which the school is deficient in non-teaching space as per the Ministry of Education SPG guide using funds from the SPG funding stream. Incorporated into the redevelopment project is an ILE upgrade to the teaching spaces, administration area and toilets using the schools available 5YA and AMS funding.",Awarded,The contract was awarded to Construction Group HQ Limited. Start date to be confirmed.,645000,20250410 Ministry of Education - School Infrastructure,24619047,Request for Tenders,Open Competition,Main Contractor for B Block Alterations and Roofing & Wharenui Remediation at Inglewood High School,3077.19,20210803,20211004,20220110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees are seeking to carry out ILE upgrades to B Block and undertake remediation works to existing roofing throughout school and Wharenui as identified in the school 10 Year Property Plan for 2020/21 Ardern Peters Architects Ltd is the Project Manager and Lead Designer for the project. A brief scope of work is as follows: - Roofing: Roof replacement and remediation work throughout Blocks A, B, D, CA, X and WM and covered walkway - B Block: ILE upgrade to Food Tech, Science lab and classrooms including the reconfiguration of toilets and resource spaces to workrooms and breakout spaces. Lifecycle replacement of toilet block fixtures, fittings and flooring. - Wharenui: Remediation work to address weathertightness issues. Internal ILE upgrades can be considered post tender if funding permits The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. There are no significant non-standard terms and conditions to the Contract. See Tender Documents for further information.",Awarded,Awarded to Southcoast Construction New Plymouth Limited based on achieving highest overall evaluation score. Note value listed is the lower end of the price band advertised and does not reflect the actual contract award value.,500000,20250410 Ministry of Education - School Infrastructure,24619066,Request for Quotations,Open Competition,Prebbleton School - New Workshop and Sports Sheds,MOE13615,20210804,20210824,20211007,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be made through the GETS website,"Project Background: General description of the project: a roll growth project at Prebbleton School was approved in a Business Case dated May 2020 including a new standalone 4TS block. The caretaker and sport sheds are located on the footprint of the new build. Unfortunately, the existing structures of these buildings do not allow for relocation. They have to be demolished and rebuilt to another location approved by the School. CW Contract Works Procurement Plan v3 Page 2 of 8 Overview of programme of which this project is a component: the demolition and rebuilt of the sheds need to happen prior to the start of the new 4TS block. This is the reason of this enabling works package. To be noted that the demolition of the existing sheds remains with the Main Contractors works (new 4TS block). Required Solution The Contract Works required are: Provide standard design, build new caretaker and sport sheds and connect to services (electrical, stormwater and ICT) as per the provided specifications to be noted that the demolition of the existing sheds remains with the Main Contractors works (new 4TS block). No demolition memo is required as part of this enabling works package. A demolition memo for the existing caretaker and sport sheds will be signed off when drafting the procurement plan for the new 4TS build.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24619508,Request for Proposals,Closed Competition,Quantity Surveying for Modular Buildings,MOE13183,20210730,20210901,20211105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Consultants to submit a Proposal for the Quantity Surveying for Modular Buildings Programme contract opportunity. National contracts are in place with a pool of suppliers to design, build and deliver the Modular Building Programme. Units are built, stored and located in a secure standardised environment, are also able to be transported to locations throughout New Zealand to meet demand requirements. They are able to be assembled in-situ on local site works that include foundation systems, services and fire system connections and the like. The intent is for the Supplier(s) to provide a solution that completes all required works for each project within 6 months from agreement to completion of site works. This is managed on a project by project basis. An online Supplier briefing in relation to this RFP will take place 10am 10th August 2021. To register for this briefing please use the Question field of this GETS function, listing those that want to attend along with email addresses. And an invite to the online Skype session will be sent.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24623220,Request for Tenders,Closed Competition,Riccarton Primary School - CSR Contract Works,MOE08102,20210804,20210920,20220121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,"Riccarton Primary School is a family oriented full primary school (Years 1-8) with a decile of 3, Riccarton Primary School is one of the oldest schools in Christchurch. It was opened in 1873 on the current site, having moved from a previous site at Church Corner. Riccarton Primary School is part of Wave 6A of the Christchurch Schools Rebuild (CSR) programme. The school will remain operational throughout the project and the Project Manager, in conjunction with the Design Team is to develop and staging programme of the work to an acceptable level that minimises the disruption of the school operations. The outcome upon contract completion will be a partially redeveloped school campus that provides updated/upgraded building stock that forms part of a regeneration of the overall school. Indicative completion date is April 2023. This is to be agreed with the tenderer after the completion of a detailed construction programme.",Awarded,,3969688,20250410 Ministry of Education - School Infrastructure,24623385,Request for Tenders,Open Competition,RFT Main Building Contractor for Fixed Cover to Basketball Court at Raglan Area School,227171,20210804,20210901,20211029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees seek to construct a fixed cover to an existing basketball court at Raglan Area School. The court cover is to be a 32m x 18.5m steel structure with a PVC tensile membrane roof. The project involves re-marking the lines on the existing court to regulation size.,Awarded,,261500,20250410 Ministry of Education - School Infrastructure,24624350,Request for Tenders,Open Competition,"RFT - Fire Alarm Contractor - Site - Fire Alarm Upgrade at Paraparaumu College, Paraparaumu, Kapiti Coast",5682,20210805,20210927,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Paraparaumu College comprises of the original school buildings constructed in the 1970s together with numerous blocks that have been built from 1980 through to the early 2000s. There was no centralised fire alarm system and a high number of isolated connections and independent systems are present. The infrastructure is aging, equipment is a range of differing systems and the site is receiving non compliance notices with respect to the number of control panels and inconsistent connectivity. A complete site wide upgrade to a new analogue addressable system providing comprehensive coverage with full fire detection, manual call points and sounders is required. The scheme will be traditionally executed with a full design team employed by the Paraparaumu College Board of Trustees producing full construction documentation.",Awarded,"Awarded to Alliance Fire & Security starting 13.12.21, anticipated completion date 25.11.21. It is intended that the value of the contract resulting form this tender will be within $250k - $500k.",0,20250410 Ministry of Education - School Infrastructure,24624978,Request for Tenders,Open Competition,"RFT Main Building Contractor, Block G - ILE Refurbishment at Titahi Bay Intermediate School, Porirua",5175,20210805,20210913,20211215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The work proposed would upgrade and improve a teaching space in Block G that is part of the technology facilities and provides music accommodation. Access to this building has also been seen to contribute to a student safety and management issue with the student entry on the rear elevation, away from good sight lines. The project proposes new exterior entrance doors to the front of the building facing back into the main populated area of the site. Proposed modifications will see the old entry foyer and mothballed toilets converted into a small breakout space and practice room. The upgraded facilities will be provided with new wall, floor and ceiling finishes together with new LED lighting and insulation improvements. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Titahi Bay Intermediate School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Survey will be loaded via NTT.",Awarded,"Awarded to DS O'Leary Building Ltd. Starting 11.01.22, anticipated completion date 03.09.22. It is intended that the value of the contract resulting from this tender will be within, $250k - $500k.",0,20250410 Ministry of Education - School Infrastructure,24626151,Request for Tenders,Closed Competition,Request for Tenders - New Build of 12 Teaching and Administration Block at Wesley Primary School,MOE12910,20210803,20210903,20211015,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"PLEASE NOTE THE DRAWING SET IS TO LARGE AND NEEDS TO BE RETRIEVED FROM THE DROPBOX LINK BELOW, AS ALSO OUTLINED IN THE ATTACHED RFT DOC: https://www.dropbox.com/sh/32uit5zawxrt62l/AAAt6B0Yck8djy8nu5N5Kl_Ha?dl=0 Wesley Primary is located in Mt Roskill and comprises a relatively small flat site of 1.921 hectares (4.75 acres). It sits in the centre of a Housing New Zealand precinct that has been designated as a Special Housing Area in the Unitary Plan with redevelopment and intensification a medium term outcome. The School is primarily made up of relocatable buildings. The hall and staff room can be described as permanent with the balance of buildings (the administration and teaching spaces) being relocatable. The administration block is 6 years old and will go back into the temporary building pool for relocation to another school. The ten teaching spaces will be demolished. They range in age between 44 & 60 years and are at the end of their economic life. The hall whilst being 60 years old is in good condition and of a size (154m2) to support the growth up to 600 students. The proposal is the hall be retained in the medium term, the relocatable be demolished and replaced and the administration building be relocated to another school. The primary drivers for the project are; o A school that is able to respond to the projected population growth within the precinct. o The provision of flexible learning spaces. o Replaces property that is considered at the end of its economic life o Improves the Ministry assets a. The Contract Works required are: i. Construction of 2 new, two storey buildings linked by a walkway and outdoor covered space. This includes 10 TS replacement, 2 new roll growth TS, and the administration, library, and resource area. ii. Construction of timber posts and beams are proposed to create a canopy with concrete slab forming deck. iii. The buildings primary structure will be made out of concrete precast panel and rib and infill slab. iv. The main stairway is a feature element to be clad in aluminium or steel plate. v. Roof is a simple mono pitch, warm roof and the walkway will have simple gable with translucent panels for light. vi. Associated hard landscaping work and arrival entrance. vii. Build new / upgrade infrastructure and fields to support the new location of the school viii. The new build needs to be completed before demolition of the existing 10 TS and relocating the existing administration block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24627809,Request for Tenders,Open Competition,Main Contractor for AMS 13: Combined Classrooms ILE Upgrade & Associated Works at Silverstream (South) School,1657-21-01,20210805,20210914,20211011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for AMS 13: Combined Classrooms ILE Upgrade & Associated Works at Silverstream (South) Primary School. As a part of the schools latest 10YPP, it was identified that the existing Block 13, was and underutilised area and requires renovation. This will create a better teaching facility with the block by creating teaching spaces that can either be segregated or opened up to allow one large collaborative learning area as it currently is.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24628469,Request for Tenders,Open Competition,Main Contractor for Block A Toilet Block Reconfiguration at Otahuhu College,,20210806,20210928,20220324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otahuhu College Board of Trustees are seeking a Main Contractor for the Block A Toilet Block Reconfiguration.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24628876,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 7 Refurbish Hall Kitchen and Toilets at Avalon Primary School, Lower Hutt",5466,20210806,20210917,20211014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project seeks to redevelop the schools hall toilets and the Block 3 technology kitchens to provide new preparation facilities for Lunches in Schools. The work will replace all joinery with a new layout and custom joinery fit for purpose with stainless steel bench tops. All wall, floor and ceiling linings are to be replaced with new impervious ones, complete with a redecoration. Replace electrical and plumbing services to suit. The kitchen fit out will be supplied and installed by Southern Hospitality. The hall toilets will be refurbished with the work including replanning the layout to provide unisex toilet cubicles. All wall, floor and ceiling linings will be replaced with impervious materials, all sanitary fixtures and fittings will be replaced. This procurement looks for a professional main building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the Avalon Primary School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Cemac, start date 08.11.21, anticipated finish date 31.01.22. It is intended that the value of the contract resulting from this tender will be within $100k - $250k.",0,20250410 Ministry of Education - School Infrastructure,24629568,Request for Proposals,Closed Competition,Request for Proposals for Bundle 2 x Schools - Sommerville & CASS - PM Services,MOE7810,20210805,20210827,20211124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Project Management and Engineer to Contract services required at 2 Auckland Special Schools for separate Major Redevelopment projects: Central Auckland Special School & Sommerville Intermediate.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24629842,Request for Tenders,Open Competition,"RFT - Main Siteworks Contractor, SIP - Site Develop Artificial Sports Turf on Field, Wellington High School, Wellington",5630,20210806,20210920,20211217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wellington High School is comprised of concrete and steel structured predominately multi storey buildings constructed in the early 1980s. The site is inner city and therefore constrained in size with most of its site covered by buildings and/or paving. The little green space they have is unusable tree covered steep banks/hillside and a small field. In winter the field is weather affected and can only be used for a small percentage of time. The project will develop an artificial sports turf over most of the field to provide a soccer pitch which can be used all year round. The work will excavate the surface to 300 mm depth, lay subsoil drainage and compacted metal fill and overlay the entire area with an artificial sports turf including line markings. The perimeter will either be concrete poured or a shallow concrete dish drain. Some fencing is required between the turf and temporary classrooms. The scheme will be traditionally executed with a full design team employed by the Wellington High School Board of Trustees producing full construction documentation.",Awarded,"Awarded to FieldTurf NZ, starting 20.12.21, anticipated completion date 31.07.21. It is intended that the value of the contract resulting from this tender will be within $500k - $1m.",0,20250410 Ministry of Education - School Infrastructure,24630697,Request for Tenders,Closed Competition,"Main Building Contractor for Block 4 ILE Upgrade Works at Opaheke School, Papakura, Auckland",1-46372.00 (#1401-06),20210806,20210826,20211122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees of Opaheke School (the Buyer) is seeking a main building contractor for their Block 4 as defined in this RFT at Opaheke School (the School), Papakura, Auckland. The ILE upgrade build work is to be carried out during the period mid-December to late January 2022. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a two-stage closed tender on GETS. Construction is expected to start in mid-December 2021 during school Xmas/New Year holiday periods. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Awarded," The quote met requirements and provided value for money. Post tender clarifications were made with preferred tenderer to discuss their response. This to ensure that all details had been capsulated. The tender provided a good quotation based on the scope of works.",215572,20250410 Ministry of Education - School Infrastructure,24631057,Request for Tenders,Closed Competition,RFT Tauranga Special School Lease Property Modifications and Refurbishment Works and Potential Additional Rights,MOE12656 / CW 2021-059,20210804,20210916,20220211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"2021-059 Tauranga Special School Lease Property Modifications and Refurbishment Works This is a direct-source RFT following an open tender where no suppliers submitted a response. The school accommodates two sites: - 428 Devonport Road - 184 Chadwick Road The School requires modifications & refurbishments at both sites, for compliance and to provide fit for learning environments. This includes modifications to bathrooms, accessibility modifications, general improvements and an exterior canopy extension at Devonport Rd. Note, the previous school site was Kaka Street.",Awarded,The contract has been awarded to Shawn Williamson Building Limited and started in February 2022. Price Band: $250K - $500K,0,20250410 Ministry of Education - School Infrastructure,24631625,Request for Tenders,Open Competition,Main contractor to replace astro turf at Fraser High,,20210805,20210830,20211020,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Fraser High School BoT require the services of an appropriate contractor to remove existing turf and install a new surface suitable for top club-level hockey; as well as tennis and netball.,Awarded,,426917,20250410 Ministry of Education - School Infrastructure,24635186,Request for Tenders,Open Competition,"Main Building Contractor for Block F Roof & Gym Cladding & Associated Works at Manawatu College, Foxton",Manawatu College,20210809,20210924,20221121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Manawatu College, Foxton are seeking a suitably qualified Main Building Contractor to carry out the Block F Roof & Gym Cladding Project and Associated Works. The Contract Works required are: The proposal is to build a new 280m2 (non teaching space) multipurpose building. Design to be in keeping with original school aesthetics, yet include a modern overall look that will not outdate, but be future proofed to receive updating if required with minimal cost. This building is to contain: Kitchen facilities, toilet facilities including accessible wc, cleaners store, storage, main room with dividing doors to reduce/separate rooms, and accessibility. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be February 2022, however this will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,1491765,20250410 Ministry of Education - School Infrastructure,24645445,Request for Quotations,Closed Competition,CW2021-034 Kuranui College (the School) - Quantity Surveyor & Engineer to the Contract Services (the Services) Request for Quote,MOE11982,20210811,20210823,20211104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Quantity Surveyor & Engineer to the Contract Services are required for a new build replacement of the gym at Kuranui College. Kuranui is a college based in Greytown, South Wairarapa. Block G at Kuranui College has been on the Ministrys Weathertightness (WT) programme since 2013. Block G is a three-quarter court gym built in the 1960s, with a further half court add-on to the original court construction built in the 1990s. The 1990s half court add on to the original gym has subsequently compromised the structural integrity of the original gym. Accordingly, this configuration makes the gym not fit for purpose for a college, nor fit for purpose in line with WT Requirements. Remediation of the existing Block G is not a sensible asset management decision given the configuration of the building, current weathertightness issues and anticipated roll growth for the college.",Awarded,,117120,20250410 Ministry of Education - School Infrastructure,24645778,Request for Quotations,Closed Competition,CW2021-034 Kuranui College (the School) - Lead Design Services (the Services) Request for Quote,MOE11982,20210811,20210920,20211104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Lead Design Services are required for a new build replacement of the gym at Kuranui College. Kuranui is a college based in Greytown, South Wairarapa. Block G at Kuranui College has been on the Ministrys Weathertightness (WT) programme since 2013. Block G is a three-quarter court gym built in the 1960s, with a further half court add-on to the original court construction built in the 1990s. The 1990s half court add on to the original gym has subsequently compromised the structural integrity of the original gym. Accordingly, this configuration makes the gym not fit for purpose for a college, nor fit for purpose in line with WT Requirements. Remediation of the existing Block G is not a sensible asset management decision given the configuration of the building, current weathertightness issues and anticipated roll growth for the college.",Awarded,,627150,20250410 Ministry of Education - School Infrastructure,24647398,Request for Tenders,Closed Competition,Pyes pa School G Block RFT 2,PYES4,20210809,20210903,20211108,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24648389,Request for Tenders,Open Competition,Main Contractor for Roofing Remediation Project at Vogeltown School,,20210812,20210922,20220110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the roofing remediation project at Vogeltown School.,Awarded,Contract was awarded to Roofing Taranaki Ltd.,0,20250410 Ministry of Education - School Infrastructure,24649936,Request for Tenders,Closed Competition,Taradale High School- Arts Suite alterations,,20210811,20210915,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Taradale High School Existing Art block is to be upgraded. This includes 215 sq m of existing building upgrade and 73 sq m of new building additions to replace older building areas.,Not Awarded,Two tenders were received. It was awarded to Atkin Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,24650605,Request for Tenders,Open Competition,"RFT: Main Building Contractor for Roof Maintenance and Replacement. Block A, D, E, H, L, M, N, Q, Y",226120,20210811,20210910,20211008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees are seeking a contractor who can carry out roofing works. This Project involves maintenance, re-roofing or replacing existing clearlite with trafficable alternative to a number or blocks within the school. These areas have been identified as part of a condition assessment report completed by Corrective Building Surveyors in 2020.",Awarded,,118825,20250410 Ministry of Education - School Infrastructure,24654226,Request for Tenders,Closed Competition,Cromwell Primary & Hawea Flat Schools Roll Growth Hubs Main Contractor,MOE13210,20210811,20210909,20220513,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Cromwell Primary and Hawea Flat Schools each require a four-teaching space (TS) hub to meet urgent roll growth demands. Whilst both Schools are included in this RFT, they will be evaluated separately. Tenderers may therefore be awarded two, one or no projects based on the outcome of the evaluations. To expedite the programme at Hawea Flat School an Enabling Works package comprising wastewater treatment and associated civil works is being undertaken by others and is due to be completed before the Main Contract works included in this RFT begin. The documents for the Enabling Works package are included in Appendix 1. These documents are clearly marked as provided for information only and are provided for the tenderer to allow to coordinate into this Enabling Works package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24654502,Request for Tenders,Closed Competition,"Main Contractor for SIP F Roof, Toilets and Kitchen Upgrade at Waitakere College",,20210811,20210930,20220215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Waitakere College Board of Trustees are seeking a main contractor for SIP F Roof, Toilets and Kitchen Upgrade project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24656740,Request for Tenders,Closed Competition,Main Contractor for Block 2: ILE/DQLS Upgrade Stage 1 and Window Joinery Replacement at Kingsford Primary School,,20210812,20210928,20220110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Kingsford Primary School Board of Trustees are seeking a Main Contractor for Block 2: ILE/DQLS Upgrade Stage 1 and Window Joinery Replacement project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24656981,Request for Proposals,Closed Competition,Management of School Boiler Replacement Programme,MOE09689,20210812,20210906,20211108,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking to appoint a Project Management supplier to manage and engage all resources required to deliver low carbon heating systems replacements to selected State schools. In order to deliver this Programme; 1. The Ministry will leverage its buying power to procure the replacement boiler or other heating and/or cooling technology that the suppliers must use at each school. 2. The Project Manager supplier is responsible for engaging the resources required to deliver the solution, including the procurement of the replacement heating equipment. They will manage payments and invoicing of the Ministry for all projects, which will include passing on costs for coal boiler equipment sourced from an existing MOE supplier panel. This is the RFP to shortlisted suppliers following an evaluated ROI process.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24664148,Request for Tenders,Open Competition,Block 11 Toilet refurbishment at Pt England School,226053,20210813,20211006,20211119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The toilets facilities in standalone toilet block, Block 11 require refurbishment as they are at the end of their lifecycle. The school will be undergoing a major weathertightness programme and the rest of the toilet facilities across the school will be remediated over the next year as part of this programme. This work is planned to take place in a single stage, commencing as soon as possible.",Not Awarded,Awarded to Wilkran Construction,0,20250410 Ministry of Education - School Infrastructure,24664414,Request for Tenders,Open Competition,Request for Tenders for Tai Tokerau LSPM Fencing and Gates Main Contractor,MOE12994,20210813,20211007,20211208,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This open Request for Tenders is an invitation for suitably qualified fencing contractors to submit tenders for Main Contractor for the Design and Build of Perimeter Fencing at TK Hato Maori O Hokianga and Tangowahine School. The Ministry will reserve the right to directly negotiate further Contract Works with the successful Contractor, up to 24 months following practical completion.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24664845,Request for Tenders,Open Competition,Main Contractor LSC Office at Wyndham School,219195,20210813,20210921,20211124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"In August 2019 funding was allocated to all state and state integrated schools to support schools to make any property modifications needed to create a suitable working space for their Learning Support Co-ordinator. The LSC space is non-teaching space and needs to provide an office space for the LSC to work out of, and allow them to meet privately with students, staff and whanau as required. The space also needs to provide ramp access or be otherwise fully accessible to all students, staff and whanau.",Awarded,,117581,20250410 Ministry of Education - School Infrastructure,24666763,Request for Tenders,Open Competition,Wellington Girls College (the School) - Health & Safety Works - Supply & Installation of Bell and Emergency Communications,,20210816,20211015,20211122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The installation of the Modular Village at Wellington Girls College included a standard bell system. The connection has not been possible due to system incompatibility. Currently, two separate bells activation are required in case of a fire or a lockdown. To resolve this, a replacement system is required. As the School site is due for major redevelopment, similar issues could arise. Therefore, the solution is to put in a modern off the shelf Public Address (PA) system that: can run on existing wiring, has simple speaker installation, can be moved at very low cost. This solution will resolve the Health and Safety issue and provide flexibility as the buildings on site are redeveloped.",Awarded,The contract has been awarded to Sitech Systems (N.Z.) Limited Limited and started in November 2021. Price Band: $50K - $100K.,0,20250410 Ministry of Education - School Infrastructure,24667701,Request for Tenders,Open Competition,Main Contractor for Roof & Wall Cladding Replacement & Site Wide Compliance Upgrade at James Hargest College,21-012,20210816,20210924,20211008,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The James Hargest College Board Of Trustees is looking for an experienced main Contractor to complete a Roof and Wall Cladding Replacement & Site Wide Compliance Upgrade project at the School's Junior Campus. Work scope includes roof replacement to a relocatable building, re-pitch and roof & wall replacement to part of the School's Hall as well as accessibility, fire and emergency lighting upgrades for building code/ MOE compliance.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24672321,Request for Tenders,Open Competition,Roxburgh Area School - Junior Block Upgrade and Capital Maintenance,,20210816,20210930,20220131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Roxburgh Area School Board of Trustees as seeking to appoint a suitably qualified main contractor to deliver the planned Junior Block upgrade and Capital Maintenance Projects. The work involves modernisation of the Junior Block classrooms, veranda roof replacements, heating upgrades to the Gym and Library, fire alarm installations, various electrical upgrades, minor weathertightness and isolated asphalt repairs.",Not Awarded,This contract has not been awarded for budgetary reasons.,0,20250410 Ministry of Education - School Infrastructure,24672639,Request for Tenders,Open Competition,Otumoetai College - Toilet Refurbishment - W Block,223004,20210817,20210923,20220311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The College Requires a bathroom refurbishment to the W Block Bathrooms. The objective of this tender is to procure a main contractor to deliver the contract works in a single stage for Otumoetai College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24673437,Request for Quotations,Closed Competition,Request for Quote for Wellington College - Seismic Strengthening of Tower Block - Quantity Surveyor & Engineer to the Contract Services,MOE13699,20210816,20210903,20210928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submission to be made through the GETS website,"A Detailed Seismic Assessment has confirmed that the precast panels on the exterior walls of the Tower Block at Wellington College will need to be re-fixed and reclad. QS & EtC Services are required at Wellington College for full project delivery end to end for all services, as per below. The QS is required for the following phases of the project: I. Preliminary Design II. Developed Design III. Detailed Design IV. Construction Procurement V. Construction Administration (Works Observation) VI. Post close-out & Defects Liability Period The EtC is required for the following phases of the project: I. Construction (Works Observation) II. Post close-out & Defects Liability Period",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24674160,Request for Tenders,Open Competition,Main Contractor for the Classroom/Toilet Upgrade and Reroof in Block 1 at Glenavon School,,20210817,20211015,20220201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Glenavon School is looking for a main contractor for the modernisation of their main teaching block, Block 1. The intent is to upgrade 6 classrooms by creating flexible learning spaces, and ensuring the students toilets are fit for purpose. The plan also includes replacing the roof over the classrooms in Block 1. Due to roll growth, the School requires that only 2 classrooms are worked on at any given time. The School also prefers that the toilet refurbishment is done and completed during the summer term break. The School is open to discuss options for phasing out, but the following is the initial idea: o Phase 1: Room 5, Room 6, store room, library, toilets o Phase 2: Room 7, Room 8 o Phase 3: Room 9 and 10",Awarded,assessed to have provided best value; met requirements of the tender.,0,20250410 Ministry of Education - School Infrastructure,24676417,Request for Tenders,Closed Competition,RFT Woodstock School Learning Support Property Modifications,CW2021-90 / MOE12995,20210816,20210906,20220405,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"2021-90 Woodstock School Learning Support Property Modifications Direct Source RFT to Baker Construction. Requirement: i. Improvement to the school hall access via remediation of doorways / entrances ii. Removal of flooring / framing + floor strengthening iii. Installation of a lift to enable wheelchair access to the stage iv. The works are to be completed in a single stage, there are no staging requirements Site: - 21 Woodstock Road, Fairfield, Hamilton 3214",Not Awarded,Procurement has been cancelled as the supplier (Baker Construction 2012 Ltd) is winding down operations and is no longer undertaking new projects (advised by supplier March 2022). The procurement of a Main Contractor for these works will be undertaken via a School project bundle approach.,0,20250410 Ministry of Education - School Infrastructure,24677300,Request for Tenders,Open Competition,Gate Pa School Perimeter fencing,GAT09,20210818,20210910,20211108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This opportunity is for appropriate companies to submit a tender for supply and installation of approximately 350 lineal metres of 1500mm high panel fence to the school boundary. There is some existing fence P & W and aluminium panel fence to be removed.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24677959,Request for Tenders,Closed Competition,CW2021-113 Onslow College (the School) Block H (lower) Re-roof Main Contract Works,MOE13602,20210813,20210917,20211103,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"CW2021-113 Onslow College (the School) Block H (lower) Re-roof Main Contract Works Contract works are required for re-roof and weather tightness remediation project at the Onslow Colleges Block H building. Block H has a history of leaks in various locations of the roof as a result of: Poor design and low pitch of the roof A partial internal / external gutter system Skylights This tender activity is a direct negotiation with Maycroft Construction Ltd utilising Reserved Rights from the CW2019-066 tender activity (Blocks A&F Weathertightness Remediation project) which identified a 2nd stage of Weathertightness Remediation work. For more information please see the attached supporting tender documentation. Please direct all questions through the GETS Q&A function. There are supporting documents that have been included the RFT appendices, these are: i. Appendix 2: Draft Contract ii. Appendix 3: Pricing Schedule iii. Appendix 4: Tags, Clarifications and Assumptions Table A tender site visit has been scheduled for 19th August at 9:00am - all attendees are to be confirmed via GETS.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000. The project was awarded to Maycoft Construction Limited.",0,20250410 Ministry of Education - School Infrastructure,24680491,Request for Tenders,Closed Competition,David Street School Admin Block - Stage One RFT,,20210818,20210921,20211126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Construction of Stage 1 of a new admin block at David Street School in Morrinsville,Awarded,,727065,20250410 Ministry of Education - School Infrastructure,24682712,Request for Tenders,Open Competition,Central Hawkes Bay College - Gymnasium Floor and QLE upgrade SIP,,20210818,20210914,20211115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Outcome sought is the first floor alterations to the mezzanine floor of the Gymnasium to create a separate Gym office and for the re finishing of the gymnasium floor, together with the consequential work for services and interior fit out sub trades.",Not Awarded,Prices too high,0,20250410 Ministry of Education - School Infrastructure,24684886,Request for Quotations,Closed Competition,Request for Quote for Wellington College - Seismic Strengthening of Tower Block - Project Management & Engineers Representative Services,MOE13699,20210823,20210913,20211109,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"A Detailed Seismic Assessment has confirmed that the precast panels on the exterior walls of the Tower Block at Wellington College will need to be re-fixed and reclad. Project Management (PM) Services and Engineers Representative (ER) Services are required at Wellington College for full project delivery as per the requirements below. The PM is required for the following phases of the project: I. Construction Administration (Works Observation); II. Post close-out & Defects Liability Period. The ER is required for the following phases of the project: I. Construction (Works Observation); II. Post close-out & Defects Liability Period.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24685808,Request for Tenders,Closed Competition,Main Contractor for Block D Admin Internal Refurb at Crawshaw School,202101/220577,20210818,20210922,20211102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"On behalf of Crawshaw School Board of Trustees, we would like to invite the selected contractors to submit a tender for the above project as part of the second stage process. The following summary of scope: -Re-configure part of existing admin building, including offices, staff room and meeting room -LSC office -Upgrade existing fire alarm system to Type 4 system -Minor siteworks to existing verandah This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24690990,Request for Tenders,Open Competition,CW2021-048 Te Awamutu Primary School - Construction of Single Teaching Space - Main Contract Works - Request for Tender (RFT) MOE12663,MOE12663,20210819,20210922,20211104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for Te Awamutu Primary School. The Contract Works required are: i. Construction of one single teaching space and associated site works which includes: (i) Undertake required site works. Including additional decking area for undercover multi use space. (ii) Ensure connections to existing buildings are weathertight. (iii) Construct as per supplied Architectural/Consented Drawings. (iv) All required service connections and reticulation services. (v) All Health and Safety Requirements If there any questions, these should be addressed via the GETS Q&A function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24691761,Request for Tenders,Open Competition,Main Contractor for the refurbishment of two Learning Support Coordinators offices at Papatoetoe West School,,20210820,20211022,20220128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees would like to convert Room 12 into two LSC offices as well as create a shared area and a refurbish toilet for adults rather than students.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24694957,Request for Tenders,Open Competition,CW2021-048 Taumarunui High School - Demolition Services - Request for Tender (RFT) MOE12663,MOE12663,20210820,20210923,20211109,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Demolition works are needed for the schools Nelson Block which has reached the end of its life. The Nelson Block needs to be demolished in order for the site to be prepared for future redevelopment works (which are in development and are to be covered through a separate procurement activity). ii. The Ministry is seeking a demolition contractor to provide demolition services and general construction services for the project at Taumarunui High School. iii. The Ministrys project Delivery Manager will provide Project Management Services for the project. The Contract Works required are: Construction and demolition services which includes: Demolition of the Nelson Block Asbestos removal in line with the supplied asbestos demolition report General site make good The works are to be delivered in a single stage. If there any questions, these should be addressed via the GETS Q&A function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,24702670,Request for Tenders,Closed Competition,Main Building Contractor for WPS Administration Block Additions,,20210820,20210929,20211125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tender for selected applicants from ROI stage,Awarded,"Contract awarded to Wilkran Construction, commencement December 2021",505413,20250410 Ministry of Education - School Infrastructure,24707500,Request for Tenders,Open Competition,ROTORUA INTERMEDIATE SCHOOL - AMS; C: FLS/DQLS - Block C refurbishment,215355,20210823,20210924,20211122,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"Structural rationalisation and refurbishment of the entire Block C as per the Architects concept: The rationalisation, by structural changes, to the building of several smaller teaching areas into 2 large co-teaching spaces to combine classes and the access to 2 Break out rooms the teachers can use to focus on an individual of small group when required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24708572,Request for Tenders,Open Competition,Main contractor for the Hepburn Combined Project at Hamilton Girls' High School,,20210824,20210923,20211110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Hamilton Girls High School would like to complete renovations to the Hepburn building to bring building up to code and prolong life span of building. The renovation includes Asbestos removal, new suspended ceilings, bathroom refurbishment, electrical upgrades and new carpet tiles.",Awarded,,1344630,20250410 Ministry of Education - School Infrastructure,24713450,Request for Tenders,Open Competition,Daily Bus Services for Putaruru School Bus Services Network,,20210824,20210921,20211004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS website,"The Services required are the safe transportation of students between the schools (or other predetermined locations) and each students designated pick-up/drop-off point in the area on school days (see Appendix A - Route Map). Information on school terms can be found here: https://parents.education.govt.nz/essential-information/school-terms-and-holidays/",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24714409,Request for Tenders,Closed Competition,RFT Taita College Roofing Remediation + Potential Additional Gymnasium Refurbishment Works - Main Contract Works,CW2021-093 / MOE13588,20210825,20211013,20220615,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"CW2021-093 / MOE13588 RFT Taita College Roofing Remediation + Potential Additional Gymnasium Refurbishment Works - Main Contract Works This is a direct-source RFT to Watts & Hughes Construction Limited. Requirements: i. Targeted roofing repairs / remediation which are limited to Block A (Hall & Admin), Block B (Classrooms), Block C (Science) and Block D (Computers, Tech & Cooking). ii. The buildings are to be repaired to ensure that they remain weathertight for a period of 5 years iii. All buildings are to remain operational while the while the works are underway iv. The works are medium in size but minor in complexity v. The works are to be priced via a cost reimbursement + Margin approach through a Medium Works Contract vi. The works are to be delivered in a single stage vii. The contract works have been summarised via the Scope of Services document, which has been provided in the accompanying attachments Site: - 33 Churton Crescent, Taita, Lower Hutt 5011",Not Awarded,Procurement was canceled - due to no additional budget that can be committed to the targeted repairs portion of the project.,0,20250410 Ministry of Education - School Infrastructure,24718395,Request for Tenders,Closed Competition,Main Contractor for Block B: Nelson Block Refurbishment at Glendowie College,,20210826,20211011,20220204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Glendowie College Board of Trustees are seeking a Main Contractor for the Block B: Nelson Block Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24718833,Request for Tenders,Closed Competition,Shirley Boys High School - Gym Redevelopment - MC Services,MOE13833,20210825,20210923,20211026,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. Appoint a Main Contractor to carryout the repair of the former Shirley Boys High School Gym ii. The Gym will be managed by the Eastern Christchurch Community and used as a wider community facility as well as surplus multi-use space for Banks Avenue School who are set to relocate from their current site due to poor ground conditions.",Awarded,,1357985,20250410 Ministry of Education - School Infrastructure,24719629,Request for Tenders,Closed Competition,RFT Site Stabilization at Opua School,,20210826,20211013,20220531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The project seeks to provide stabilisation to existing buildings at the school.,Not Awarded,The tender came in too far over budget to allow these works to be awarded. A new RFT will go back out onto the open market for pricing.,0,20250410 Ministry of Education - School Infrastructure,24732348,Request for Tenders,Open Competition,Main Contractor for Ongoing Maintenance (Cleaning Services) at Macleans College,,20210831,20211130,20220209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Ongoing maintenance contract for cleaning services at Macleans College.,Awarded,"Hi all, Thank you for your tender submissions. The winning Tender for the Macleans College Ongoing Maintenance (Cleaning) Contract is Beyond Excellence Services Limited. If you wish to have a Tender debrief please contact me at sam@milneprojects.co.nz before 1 April 2022. Please do not contact the School directly. Kind regards, Samuel Lane",0,20250410 Ministry of Education - School Infrastructure,24733795,Request for Tenders,Open Competition,RFT for William Colenso College (the School) School Wide Fire Alarm Upgrade Main Contractor,,20210830,20210927,20211105,,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for William Colenso College (the School) School Wide Fire Alarm Upgrade Main Contractor (the Contract Works). The Contract Works required are: i. Supply and install the specified Fire Alarm system in the School, in all the classrooms and buildings including the outbuildings. Fire Alarm Upgrade to be Type 4 Analogue to meet the Ministry of Educations Fire and Safety Design Requirement for Schools and to meet the schools specific needs and provide a PS 3 at handover. ii. There is a potential requirement for staging the project where some parts of the works cannot be completed during live school days and where it is required to do works and installation during the term breaks iii. The handover of the project will not be staged. iv. The description of the site is generally flat. There are no known constraints. v. The Contractor will be engaged through Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information",Awarded,The contract has been awarded to HSM Installation Limited and started in November 2021. Price Band: $250K - $500K.,0,20250410 Ministry of Education - School Infrastructure,24734375,Request for Tenders,Open Competition,Main Contractor for Blk 30 Tech Classroom (Fabric) Relocation & Blk U Music Upgrade at Hastings Girls' High School,,20210831,20210930,20220223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,WE are seeking TEnders from Main Contractors for the Block 30 Technology Classroom (Fabric) Relocation and Block U Music Upgrade at Hastings Girls' High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24734860,Request for Tenders,Open Competition,Main Contractor for Rewa Rewa School (Wellington) - Blk E Toilet Upgrades,,20210831,20210927,20220908,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Rewa Rewa School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to E Block Toilets as described in the tender documents prepared by IR Group Ltd. This involves the following works Construction of new quiet space, including Demolition of required walls Installation of walls, fittings and fixtures Install new in wall and ceiling services to suit new layout Reline walls and ceilings with specified systems Paint all appropriate new surfaces Install new floor and wall coverings Fit out with new electrical fittings including new LED lighting The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: Project Manager: IR Group Ltd Lead Designer: IR Group Ltd The school and Block E building area needs to be able to operate as normal for a large part of the construction phase of the project. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). See attached the the relevant tender documents and further details of the work required. When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Not Awarded,Funding has come under question and so budget is now significantly reduced. We'll need to descope and go back to the drawing board.,0,20250410 Ministry of Education - School Infrastructure,24737119,Request for Tenders,Closed Competition,RFT Boulcott School Main Contract Works,CW2021-125 / MOE13834,20210831,20211013,20220125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"CW2021-125 Boulcott School Main Contract Works Direct Negotiation RFT to Peryer Construction WGTN Limited. Requirement: - Weather tightness remediation and general construction services. - Remediation / replacement of various weather-tightness related issues including cladding, framing timbers, roofing, and flashings. The main works will include but not limited to internal repair work. - Single stage. Site: - 21 Boulcott Street, Boulcott, Wellington 5010",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24740943,Request for Proposals,Closed Competition,"Rutherford Primary, Flat Bush Primary, Drury Primary and Riverhead Primary Schools - Project Management and ETC Services",MOE10632,20210831,20210922,20211029,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This RFP relates to the appointment of a suitably qualified and experienced Project Manager and Engineer to Contract to facilitate the successful delivery of roll growth classrooms for the Schools. The services are required for Detailed Design, Construction and Project close-out. Rutherford Primary A one storey, 5 Teaching Spaces with Additional 10 Carpark Spaces in the front of the school. Relocation of playground required before build, to another area on the site. Drury Primary A two storey, 6 Teaching Spaces with Additional 12 Carpark Spaces at the existing car park area. 1x Relocatable Teaching space required before build, to another area on the site. Flat Bush Primary A one storey, 5 Teaching Spaces with Additional 10 Carpark Spaces in the front of the school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24741073,Request for Tenders,Open Competition,Main Contractor for L:CulturalRoom Conversion at Kings High School,383.20.02,20210902,20210927,20211214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Supply and install new aluminium framed glazed door units to selected areas (main entry, room divider). ii. Remove selected windows. Supply and install replacements. iii. Remove existing floor finishes to the selected areas. Supply and install replacement flooring. iv. Excavate existing ground for new foundations (per plans). Remove a section of the existing stormwater drain under new foundations for new section to be installed. Allow to remove existing concrete kerb garden edging back to the line of the new foundations. Uplift and salvage exiting concrete pavers to the exterior of the building where new foundations are to be constructed. Remove existing tree, including stump and dispose. v. Remove existing radiators. Refer to plans to ascertain what is to be reinstated or removed. Remove whiteboard complete wall finishes and reinstate on completion. vi. Refer Sheet 05 for the finishes schedule detailing the structure, linings and finishes. vii. Remove existing lighting. Supply and install replacement LED lighting. viii. Create a cultural themed main entrance to the rooms.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24746135,Request for Tenders,Open Competition,"Main Building Contractor for Toilet Refurbishment and Windows Replacement in Blocks 1, 2, 6 at Dargaville Intermediate School",,20210903,20211005,20211202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The works included in this project include 5YA remediation works at Dargaville Intermediate School to be undertaken during 2021/2022. These works include: Toilet remediation works to Blocks 1, 2 and 6 Window and door replacement works in Blocks 1, 2 and 6 Water fountain works Weatherboard remediation at the rear of Block 1 The construction part of this project should be carried out during a combination of holiday and term time from December 2021 as per the breakdown below: All works relating to the removal or disturbance of asbestos materials to be carried during school holidays or weekends Window and door replacement works: 20 Dec 2021 end Jan 2022 Toilet refurbishment: 3 Dec 2021 end Jan 2022 Cladding repairs and water fountains: Jan/Feb 2022",Awarded,,203979,20250410 Ministry of Education - School Infrastructure,24746643,Request for Tenders,Open Competition,"Main Contractor for SIP Sandpit Roof, LSC Office, Classroom Upgd & Part Roof Replacement at Tokanui School (Southland)",4030-20-01,20210903,20211005,20220204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Tokanui School is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is January 2022 and the indicative completion date is June 2022. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,479469,20250410 Ministry of Education - School Infrastructure,24747307,Request for Tenders,Open Competition,Main Contractor for refurbishment Block F LSC Space & Block G Outdoor Learning Space,220373 & 222259,20210903,20211014,20220613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for the Refurbishment of Block F the Learning Support Co-Ordinator (LSC) Space and Block G Outdoor Space at Tauhara Primary School,Not Awarded,No Tenders were received.,0,20250410 Ministry of Education - School Infrastructure,24749394,Request for Tenders,Open Competition,Main Contractor for Classroom Upgrade at Carterton School,,20210903,20210929,20220323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project comprises of upgrading the Classrooms to provide Quality Learning Environments. These works will include abut are not inclusive of the following: New acoustic ceiling tiles, Flooring, LED Lights, Autex Pin Boards and painting. Overview of the programme of which this project is a part The project will need to be phased/ Staged with 2 classrooms under refurbishment at anyone time, this may increase if the School can allow more classrooms to be released. requirements for phasing and / or staged handover of the project Project consultants are: o Project Manager: Philip Rice IR Group o Lead Designer: I R Group 2.2 Required solution (method and approach) a. The Contract Works required are: Refurbishment of Classroom Blocks A,B,D,F & M , the work comprises of New acoustic Ceiling tiles, Floor Coverings, LED lights, painting and formation of two door openings. i. Internal light demolition and refurbishment ii. Classroom Refurbishment iii. Two or three classrooms will be available per stage, a staged handover of the project will be required iv. The Site is a Primary School with a roll or approx. 280 Students plus staff. The work areas will be within the School and as such will need to cordoned off to prevent Pupils accessing the work area. H and S will be of the upmost importance to ensure the safety of all and the smooth running of both the Construction site and the School. v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal has a strong preference for RFT responses with no Contract related tags. If tags are raised, they will be considered on a case by case basis by the Principal as part of the RFT evaluation. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information. b. Timeframes are: i. indicative Start date: October/November 2021 ii. indicative Due Date for Completion: April 2022",Awarded,We received 3 responses all valid. All 3 respondents scored equally for non priced attributes. The preferred supplier was based on the best price,282785,20250410 Ministry of Education - School Infrastructure,24752496,Request for Tenders,Open Competition,Salisbury Residential School Redevelopment Demolition,MOE13810,20210906,20211001,20211119,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"In August 2019, the Ministry approved a Business to rebuild the current Salisbury Residential School on their current site in Richmond, near Nelson. The project includes a significant rationalisation of the current building stock which has been largely unused in recent years. In particular, the McCrae house (P Block), once a Junior residential hostel and the Laundry block (W Block) are no longer use by the school. The Contract Works required within this tender are: 1. Demolish Block Q (Hospital), Block U (Bike Shed), Block S6 (Shed), Block P (Macrae) and Block W (Laundry) including all associated infrastructural connections. 2. Block Z (Nursery) is to have the ACM Sheeting removed from external frontage of the building (see attached scope); Building is not to be demolished.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24752837,Request for Tenders,Open Competition,Main Contractor for New Wellness & International Centre at Kapiti College,,20210903,20210930,20220430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Kapiti College Board of Trustees (the Buyer) is seeking a Main Contractor to undertake the construction of the new Wellness & International Centre in Block A. The College wants the Main Contractor to undertake the work in a single stage, and the works can be done at a time that suits the main contractors master programme. The project works will include the following items. Demolition Internal and external strip out of a classroom space in Block A to make way for new alterations and additions. Construct new light framed timber additions approx. 320 sq meters to achieve the new plan. Construct alterations to the existing classroom in A Block to suit new floor plan layout new work to existing building services to accommodate the new works The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Medium Works Conditions of Contract. The project is being managed by IR Group on behalf of the college BOT. The Procurement will be a single stage open tender on GETS. Whats important to us We are looking to engage experienced main building contractors that have had previous experience working on institutional construction projects with a focus on additions and alterations to existing buildings. The solution required is provision of the Main Contractor role for the construction of the additions and alterations. All the works have been described in full in the plans and specifications developed by IR Group Ltd and other specialist sub-consultants who have prepared the tender and contract documents. The respondents will be required to submit details of their Capacity Capability Programme demonstrating their availability and ability to perform within the require timeframe Key Personnel 2.2 Required solution (method and approach) a. The Contract Works required are: i. Alterations and demolitions to create new administration areas and upgrade the faade of the Hall. ii. The project would suit a medium sized construction company. The expected contract sum is around $600k iii. The contractor is to undertake the work in 3 stages running consecutively, the first stage is the alterations and upgrade to Block E that will allow the current admin to then be vacated so the work to B Block can follow. The D Block toilets alterations can be done at any time that suits the main contractors master programme. iv. The work will be run under a CPU and will operate on a live school site. A construction",Awarded,Multibuild ranked the highest in both non priced attributes and offered the best price. There was a considerable margin to the other bid.,1083037,20250410 Ministry of Education - School Infrastructure,24753199,Request for Tenders,Closed Competition,Terrace End School (the School) Weathertightness Remediation of Administration Block (Block Two) and Roof Replacement Main Contractor Works,,20210902,20211001,20211217,,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Terrace End School (the School) Weathertightness Remediation of Administration Block (Block Two) and Roof Replacement Main Contractor Works (the Contract Works). The Project background is: i. Terrace End School has a history of ongoing leaks through the roof space and dampness in the exterior wall cavities. The administration block (Block 2) has design failures which need to be addressed and corrected to meet current compliance codes and MoE requirements. ii. It was recommended that Block 2 was to be remediated in order that the two teaching spaces the school is entitled to can be retained. iii. It is proposed Block 2 will be remediated to remove all weathertightness issues that currently exist on site iv. There is a weathertightness re-inspection report of Oct 2016 highlighting the issues on site that need remedying v. Project completion date 1 August 2022",Awarded,The contract has been awarded to Alexander Construction Central and started in January 2022. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,24753883,Request for Tenders,Open Competition,Melville High School Marae Re-Development,6172,20210903,20211013,20211029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Refurbishment of the external & internal Te Manaakitanga Wharenui and improving access both for disabled and ambular users. Improving the linkage and expansion of the supporting facilities being kitchen/ dining, and the Maori Te Reo department teaching spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24761926,Request for Tenders,Open Competition,"Main Contractor - Seddon School, Block C: ILE project",,20210906,20211005,20220504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The internal conversion of the current 3 classrooms in this block to create an ILE / AMS teaching spaces. Remove internal walls to open up spaces, re purpose storage areas, install sliding doors and built in cabinetry to internal spaces. Install new external doors to connect rooms to outside courtyard areas. Refurbish toilets to provide unisex toilets. Install hot water and wet work areas in classroom.",Awarded,"T & D Construction were the lowest confirming tenderer. All tenders came in over budget, and a value engineering process was held with the lowest tender to work within the Budget Project was approved and contract awarded in May 2022",265000,20250410 Ministry of Education - School Infrastructure,24762816,Request for Tenders,Closed Competition,"RFT for Main Contractor for Cladding, Windows, Asbestos & Toilet Works Project at Broadwood Area School",,20210908,20210928,20211115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Floor covering replacements, replacement of rotten window frames/cladding/floor boards, replace water damaged ceilings, electrical & lighting works, asbestos removal, toilet refurbishments in Main block, Junior Block, Gym, Roto Kakahe, Tech Block, Art room, RTLB, Pool shed, Toilet block, Endeavour block, Tractor shed",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24769770,Request for Quotations,Closed Competition,Ormiston Primary - 16TS and 2 Satellite Units - PM Services,MOE13906,20210906,20210914,20211013,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"a. Seeking Project Management Services for Ormiston Primary School b. Lead the project through the project phases from Detailed Design until the end of the defects period c. Act as the Engineer to the Contract to administer the Construction Works Contract d. The PM Services required are detailed at Appendix 1: Scope of Services.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24770100,Request for Proposals,Closed Competition,RFP Taita College - Hall Refurbishment Lead Design (LD) Services,CW2021-094 / MOE13405,20210907,20210920,20220615,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"CW2021-094 / MOE13405 RFP for Taita College (the School) Hall Refurbishment Lead Design Services This is a direct-source RFT to Warren and Mahoney Architects New Zealand Limited. Requirements: The Services required include the following design stages: Concept Design suitable for QS estimate and confirmation of project budget. Developed Designs. Detailed Designs. Consent Application / administration Assistance in tags / negations with Main Contractor Construction Observation Site: 33 Churton Crescent, Taita, Lower Hutt 5011",Not Awarded,No Award - evaluation failed in price. New procurement approach.,0,20250410 Ministry of Education - School Infrastructure,24770719,Request for Tenders,Closed Competition,Request for Tenders for Orewa North West Primary School New School Construction Main Contractor,MOE13754,20210907,20211006,20220303,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the construction of a new school - Orewa North West Primary School. Orewa North West is a proposed new Primary School located at Crozier Place, Orewa. The school is programmed to be constructed and ready for occupation in 2023 delivering 18 teaching spaces for a build roll of 420 student spaces (Contributing Primary Y1-6). It has been master planned for a future roll of 700.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24770809,Request for Proposals,Closed Competition,CW2021-036 Te Wharekura o Mauao - Roll Growth Quantity Surveyor Services,CW2021-036/MOE13216,20210910,20211001,20211029,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Te Wharekura o Mauao (the School) Roll Growth Quantity Surveyor Services (the Services). This RFP is being conducted as a secondary selection process under the Ministry of Education Professional Services Panel (QS Services) and is subject to this panels terms and conditions.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24772437,Request for Tenders,Open Competition,Main Contractor for AMS-SIP-W: QLE Breakout Space and OLE Installation at Wairoa College,222758,20210908,20211006,20220204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"? Reconfigure corner storage space into resource and teacher breakout space. ? Reconfigure teaching spaces and relocate wet area sinks to increase useable floor area ? Replace floor coverings to Classroom 5 first with acoustic backed carpet tiles - other classrooms to be determined as per specifications ? Replace wall coverings with new Autex/Martini or similar acoustic wall coverings ? Replace Fluro lighting with new LED Batten lights ? Install new storage facility with full height shelving on one side and full height cupboards on the other side - location to be confirmed ? Remove existing doors to resource space in classrooms and replace with internal ranch slider unit for visibility ? Arrange building consent and all council site inspections",Not Awarded,There were no winning responses,0,20250410 Ministry of Education - School Infrastructure,24773145,Request for Tenders,Open Competition,"Main Contractor for A, E, F, S, W: Heating Replacements at Wairoa College",227448,20210908,20211006,20211014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Heating/Ventilation (Aircon) Replacement,Awarded,,100500,20250410 Ministry of Education - School Infrastructure,24774512,Request for Tenders,Closed Competition,CW2020-041D Tauranga Boys College (the School) Construction of 12x Teaching space block Main Contract Works (and potential additional works) MOE10185,MOE10185,20210909,20210923,20210928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Tauranga Boys College. The outcome sought is for a main contractor to provide construction services for the immediately required construction of a new carpark, with Reserved Rights to re-engage the contractor for the construction 12x new teaching paces and removal of 9x existing prefabs. This project requires the Carpark works to be completed first before commencing with the main build. A tender site visit has been scheduled for 11:00am 16th September - all attendees are to register via GETS. For more information please see the attached supporting tender documentation. Please direct all questions through the GETS Q&A function",Not Awarded,"This project was competitively tendered as a Closed tender, through the Ministry's Construction Directory Panel. Mid way through the tender, the listing had a technical malfunction. This listing has been closed due to the technical malfunction and therefore has resulted in a ""no award"". A new GETS listing has been created so that the tender activity may continue. The new listing ID is 24859622.",0,20250410 Ministry of Education - School Infrastructure,24775330,Request for Tenders,Open Competition,"Main Contractor for SIP/AMS/5YA F: ILE, C: DQLS Acoustics, Lighting, External Door, A,C,D,F,G: Fire Alarm System at Gisborne Central School",221220,20210908,20211022,20211116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Blk C DQLS Acoustic upgrade LED lighting upgrade Entry and internal door upgrade Blk F ILE Upgrade ILE installation of three classrooms in Block F A, C, D, F, G: Type Four Fire Alarm System Install Type 4 Fire Alarm System and link to Block B",Not Awarded,No responses from GETS,0,20250410 Ministry of Education - School Infrastructure,24779238,Request for Tenders,Closed Competition,Main contractor for Block B Admin Building Remodel at Ngati Haua School,Project ID:224031/202102,20210913,20211011,20220211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of Ngati Haua School Board of Trustees, we would like to invite the selected contractors to submit a tender for the above project as part of the second stage process. The following summary of scope: -Remodel existing admin building, including offices, staff room and meeting room -LSC office -Upgrade existing fire alarm system to Type 4 system -Minor siteworks, including a new mahau and outdoor area for staff This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS",Not Awarded,"To tenderers After carrying out the tender anaylsis and post-tendering discussion, the procurement recommendation is to reject all tenders due to exceedingly high tender prices received for the above project. Once again, thank you for your time and effort. Kind regards From project procurement team",0,20250410 Ministry of Education - School Infrastructure,24780574,Request for Tenders,Open Competition,Melville Intermediate School: Classrooms 1 & 2 Upgrade,201950,20210913,20211007,20211215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Alterations to Rooms 1 and 2 Scope involves alterations to an existing classroom block, including but not limited to: New and replacement external and internal aluminium joinery. New acoustic ceilings New joinery fittings, including wet area sinks and associated plumbing Replacement floor coverings Replacement pinboard wall coverings New LED lighting Alterations to power and data Replacement of heat pumps Replacement of heat pumps in Block A, G and D",Not Awarded,"SJ McCarthy Construction Ltd was the awarded tenderer for this project. SJ McCarthy Construction scored well in non-priced attributes during procurement evaluation. Contract was awarded to SJ McCarthy Construction Ltd on 15 December 2021.",0,20250410 Ministry of Education - School Infrastructure,24781360,Request for Tenders,Open Competition,Main Contractor for Refurbishment of J Block at Mercury Bay Area School,,20210910,20211006,20211207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mercury Bay Area School Board of Trustees want to engage a Main Building Contractor for Block J Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24781517,Request for Tenders,Open Competition,"RFT - Main Building Contractor, SIP combined Blocks 1A, 2, 3 - Refurbish Toilets, Newlands Intermediate School, Wellington",5674,20210914,20211012,20220110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project combines student toilet and change area improvements with reconfiguration of the staff toilet facilities in the administrative wing. Two sets of toilets in the main teaching area will be refurbished with self contained unisex cubicles introduced with warm water provided at all wash hand basins. Improved and enlarged changing room facilities will be provided to serve boys and girls. The existing male and female staff toilet spaces will be swapped over and fitted out with additional wc pans introduced in the female facility. This component of work is funded by the SIP allocation. The scheme will be traditionally executed with a full design team employed by the Newlands Intermediate School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Report will be issued via a NTT.",Awarded,"Awarded to DS O'Leary Building Ltd starting 14.02.22, anticipated completion 01.11.22. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.",0,20250410 Ministry of Education - School Infrastructure,24781867,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks 1,2,3 - Exterior Building Envelope Replacement, Newlands Intermediate School, Wellington",5678,20210914,20211012,20230126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A major project on the 5YA at Newlands Intermediate School is the replacement of original timber windows and doors on the main teaching buildings. This is a second stage of a scheme that originally commenced in 2018. The contract will require the supply and installation of replacement aluminium joinery with the work requiring removal and replacement of the sheet cladding with the existing product containing asbestos material. Window replacement work will extend to the renewal of interior architraves, making good of any internal trim and finishes disturbed. The scheme will be traditionally executed with a full design team employed by the Newlands Intermediate School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Report will be loaded via a NTT",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 31.12.23. It is intended that the value of the contract resulting from this tender will be within $500k-$1m.",0,20250410 Ministry of Education - School Infrastructure,24783745,Request for Tenders,Closed Competition,Northcote School Redevelopment Main Contract Works,MOE08096,20210913,20211011,20211213,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Northcote School is located in the suburb of Redwood in Christchurch, 26 Tuckers Road, Redwood Christchurch and is a decile 3 primary school (year 1-6) with a roll of 151 students as of July 2021 and is part of the Christchurch School Rebuild (CSR) Programme. The description of works is: Stage 1 of the works include asbestos removal and remodelling of Block 2 (4TS and library), electrical and ICT enabling works and new stormwater and sewer lines. The main construction works of Stage 1 are planned to be delivered under one Construction Contract with no Separable Portions. Upon completion of the works, the Contractor shall obtain Code Compliance Certificate. Further information is included in the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24784626,Request for Tenders,Open Competition,"Main Building Contractor for Block A Refurbishment at Turaki School, Taumarunui",Turaki School,20210913,20211020,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Turaki School, Taumarunui are seeking a suitably qualified Main Building Contractor to carry out Alterations & Refurbishment to Block A. The Contract Works required are: New Autex Composition, carpet tiles, acoustic ceiling tiles and new melteca joinery units. Create new breakout areas in existing cloakbays. Install glazed ranch sliders, allowing access to classrooms and outside areas, including new carpet or vinyl and Autex Composition. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be December 2021, however this will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,306263,20250410 Ministry of Education - School Infrastructure,24785176,Request for Proposals,Closed Competition,Heaton Normal Intermediate CSR Redevelopment Design and Build Services,MOE08089,20210909,20210916,20211130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Heaton Normal Intermediate CSR Redevelopment Design and Build Services The proposed re-development for Heaton Normal Intermediate offers an opportunity to update poor quality building stock, replace and provide 9 new teaching spaces that caters for the future of schools teaching pedagogy and new infrastructure. Full details are located within the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,24786366,Request for Proposals,Closed Competition,RFP for Te Tatoru o Wairau 1B Master Planning Phase,MOE14023,20210910,20211020,20220128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an open invitation to Design Consultants (Tenderers) to submit a Proposal for Te Tatoru o Wairau 1B Master Planning Phase (the Services). This phase includes preparation of the Design Brief. The Services required are described within the attached scope of services documents. In summary these are: i. Design Briefing Phase including Project Management and preparation of the two Design Brief documents ii. Site Investigations iii. Master Plan Phase including Project Management, ECI report and preparation of two Master Plan documents For further details please refer to the RFP package.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24789425,Request for Tenders,Open Competition,"Main Building Contractor for Refurbishment of Classrooms (ILE & DQLS Upgrades) Block 3 at Dawson School, Otara, Auckland",1-46354.00 (#1259-21-07),20210921,20211014,20211122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees of Dawson School (the Buyer) is seeking a main building contractor for their Block 3 ILE & DQLS Classrooms Upgrades as defined in this RFT at Dawson School (the School), Otara, Auckland. The refurbishment build work is to be carried out during the period between early November to March 2022. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Build Works is expected to start in early November 2021 during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function.",Awarded," The tender quote met requirements and provided value for money. Post tender clarifications were made with the preferred tenderer to discuss their responses. This to ensure that all details had been capsulated. The preferred tender was the lowest pricing.",309441,20250410 Ministry of Education - School Infrastructure,24791186,Request for Tenders,Closed Competition,CW2020-063 Johnsonville School (the School) Roll Growth and Replacement Teaching Spaces Main Contractor - Request for Tenders - MOE13705,MOE13705,20210915,20211028,20220603,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"CW2020-063 Johnsonville School (the School) Roll Growth and Replacement Teaching Spaces Main Contractor - Request for Tenders - MOE13705 The Ministry is seeking a Main Contractor to provide construction services for a Roll Growth project at Johnsonville School. Johnsonville School requires construction services for a roll growth project for the construction of a new two-story building comprising of 7x teaching spaces. Demolition will be undertaken first before the main build commences. Construction is expected to start in mid November 2021 with a completion date of January 2023. This tender is a direct negotiation with Maycroft Construction via the Ministry's CW2019-066C Wellington Central North Area Redevelopment Projects - Procurement Initiative. A draft contract will be released via NTT and a tender site visit date is to be confirmed. The Ministry will advise of a date for the site visit once its been confirmed - we will contact you to arrange this.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24792710,Request for Tenders,Open Competition,Main Contractor for new Outdoor Maori Learning Facility at Arrowtown Primary School,3930.21.07,20210915,20211008,20211026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required are: i. Excavate to specified areas for underground services. ii. Create new Outdoor Learning Area, which includes the erection of new terraced seating, with weather canopy. iii. Forming and creating a Koru, with a concrete finish. The shape will be outlined with a Shotover stone aggregate with formwork to pattern. iv. Forming and installation of a hangi pit v. Establishment of a food production/flax garden, and additional planting to selected areas.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24793484,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Blocks H, J, K, N - Windows, Roofing & Cladding Replacement, Porirua College, Porirua",5665,20210916,20211012,20211014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project consists of a variety of infrastructure improvements to a range of exterior envelope elements on original and more modern buildings at the college. 5YA funding will target timber window replacement on Block N with roof remediation and cladding veneer renewal planned for Blocks H, J and K. SIP monies will be directed to the introduction of covered entry canopies to the frontage of the houses, which will be an initial stage of providing covered walkway connection between the main college buildings in the future. Other work included in this bundled contract includes roof remediation to the mechanical services building, clear roof coverings renewal and steelwork remediation to isolated support columns on Blocks H, J and K. The scheme will be traditionally executed with a full design team employed by the Porirua College Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Survey will be loaded via NTT",Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,24797897,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C, H, J, L, M & O: Roofing Replacements & Skylight Safety Upgrades at Broadgreen Intermediate",,20210915,20211012,20220301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Broadgreen Intermediate are seeking a Main Contractor for the Roofing Replacement ands Skylight Safety Upgrades of Blocks A, B, C, H, J, L, M & O.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24798802,Request for Tenders,Open Competition,5600 Main Building Contractor for Whakarongo School Learning Support and canopy extension,5600,20210916,20211012,20211122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Whakarongo School Board of Trustees Palmerston North is seeking tenders from main contractors to build learning support extension and canopy extensions,Awarded,Tender awarded to Lee Builders on behalf of the client,653324,20250410 Ministry of Education - School Infrastructure,24806335,Request for Tenders,Open Competition,Epsom Girls Grammar School - Flooring Replacements,64-20-08,20210922,20211020,20211201,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"Replacement of existing flooring with new flooring to Blocks A,U,I & L is required; i. Block A - Marjory Adams Hall approximately 40 years old. Ground floor, upper gallery floor and including Offices at approximately 1500sqm in total. Ground Floor - remove old Vinyl and replace with new vinyl. Include level entry mats at doors leading from external environment. Colour of Vinyl to be lighter than existing - oatmeal/cream/off white or other preferred-tba. Vinyl roll or industrial size tiles to be agreed. Replace existing nosings with suitable colour and edge grip, contrasting in colour to the new vinyl for visual / edge recognition. Upper Level - is timber a sub substrate, vinyl and edge nosings are to match ground floor surface replacement surfaces. Vinyl roll or industrial tiles are acceptable. Surfaces are to be industrial wearing, suitable for machine cleaning and provide supporting manufacturers warranties and guarantees. Staff Area - remove worn flooring and replace with industrial size carpet tiles or timber impression / coloured vinyl, industrial in quality, hard wearing and suitable for long term cleaning and maintenance. Green start certified products will be considered. Durability is of vital importance. Removable tiles for damage replacement is also considered and advantage.Making good, floor preparation and waste removal to be included. ii. Block U Technology and Arts. 80m2 tbc Three classrooms will require an industrial carpet replacement; carpet or carpet tile is acceptable but must be industrial strength and durable. Tiles are preferred to accommodate future maintenance and replacement. Colours noted are dark blue but a light-coloured fleck to be included is acceptable within the appearance. Old carpet materials are to be removed from site as soon as possible. iii. Block I Gymnasium Flooring Concrete Base and entry steps approx 700m2. Remove all worn gym flooring, moisture test, make good and prepare flooring surfaces. Install multi use gymnasium flooring (impact flooring) for mobile trampolines and include court markings, sockets for badminton nets / volleyball nets tba. iv. Block L Relocatables Remove worn flooring and dispose of all waste materials. Prepare floor and replace carpet with industrial type carpet tiles blue in colour and with a light coloured fleck is acceptable. Materials must be durable for cleaning and maintenance. Approximately 80sqm to be undertaken.",Awarded,,200433,20250410 Ministry of Education - School Infrastructure,24808846,Request for Tenders,Open Competition,Main contractor for SIP LSC A Classroom LSC Office & Admin Upgrade at Invercargill Middle School,3966-20-03,20210916,20211012,20220202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The BOT at Invercargill Middle School is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24809189,Request for Tenders,Open Competition,"Main Roofing Contractor for A, B, G, S, F, V, W, E, T1, T2, Z4, 27: Roofing Replacements and Remediation at Wairoa College",227449,20210920,20211013,20220211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,646000,20250410 Ministry of Education - School Infrastructure,24810586,Request for Tenders,Open Competition,Main Building/Roofing Contractor for Roof replacment & Remediation to Various Blocks at Whanganui High School,Whanganui High School,20210920,20211110,20211215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Whanganui High School, Whanganui are seeking a suitably qualified Main Roofing/Building Contractor to carry out the Roof replacement & Remediation to Various Blocks. The Contract Works required are to multiple blocks onsite. Including painting, remediation works including rescrewing, new roofing iron insulation, trafficable reinforced clearlite etc. Please refer to the scope of work for full requirements. Some electrical works and minor building works also required and is stated and outlined in the scope. All tender documentation and necessary information attached. Note: For funding purposes all Blocks need to be priced individually. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised and during a school holiday period. This could possibly be December 2021/January 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,275966,20250410 Ministry of Education - School Infrastructure,24811753,Request for Tenders,Open Competition,Glenfield College - Construction of new canopies and Landscape Works,,20210920,20211015,20220110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The construction of a new hard landscape, and canopies at Glenfield College",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24812619,Request for Tenders,Closed Competition,"RFT Main Contractor for 1,12, I, E: Internal/External Refurbishment at Taipa Area School",,20210917,20211008,20220107,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA.,Awarded,"This contract is expected to be awarded within the $250,000-$500,000 bracket.",250000,20250410 Ministry of Education - School Infrastructure,24817453,Request for Proposals,Open Competition,National Heat Pump Supplier,MOE13704,20210916,20211018,20211203,,Sole Agency,No,,"The Ministry of Education (MOE) (the Buyer) seeks to engage a National heat pump specialist, who can design, supply, and install heat pump solutions in schools across New Zealand. We seek suppliers who can demonstrate they have robust methodologies and systems in place to effectively manage cost, schedules, and quality. A Precondition of this tender will include: 1. Supplier can supply design services of the heat pumps to meet the individual Schools heating requirement i.e., size / number per school 2. Supplier can supply and install heat pump solutions in schools across New Zealand. The Ministry prefers not to use split or high-wall heat pump systems. Suppliers will need to demonstrate their ability to design and supply air-to-air heat pump systems that meet school heating needs without the use of split or high wall units as far as possible. Reverse cycle is a requirement, and the provision of fresh air should be considered best practice wherever possible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24817604,Request for Tenders,Open Competition,"Main Contractor for AMS, 5YA & SIP Works at Waiotahe Valley School",220513,20210916,20211015,20220714,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Waiotahe Valley School Board of Trustees is seeking a main contractor to undertake their AMS, 5YA & SIP Works. The works comprise Block A - a new outdoor deck learning environment, new replacement alumnium joinery, internal refurbishment of 2 classrooms, formation of a teacher work area as an extension to the admin area, and part reroofing Block H - internal alterations to Resource Room and minor roofing works, Site - a new site wide fire alarm system",Not Awarded,Evaluation process has been completed. The tender submitted by HBL Builders Ltd has been recommended to the MOE for approval. Following receipt of the MOE's approval a contract is expected to be awarded to HBL Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,24817649,Request for Tenders,Open Competition,"Main Building Contractor for New Aluminium Joinery and Doors Project at Patea Area School, Patea Taranaki",Patea Area School,20211011,20211112,20211125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Patea Area School, Taranaki are seeking a suitably qualified Main Building Contractor to carry out the replacement Aluminium Joinery and Doors Project to Block E. uild of their Multipurpose Space. The Contract Works required are: Replace existing original single glazed timber windows with new double glazed aluminium joinery, including rotten sills and mullions. Also included is a new timber landing and steps. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approval is advised. This could possibly be january/February 2022 commencement, however this will be discussed with the successful contractor and school once funding approval confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,24818346,Request for Tenders,Open Competition,Epsom Grammar Girls School -Toilet Refurbishments,64-20-07,20210922,20211015,20220111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BoT of Epsom Girls Grammar School (EGGS) is aiming to replace existing toilets within the school to address an identified H&S risk along with maintaining its facilities, reduce long-term maintenance and operational cost, as well as comply with its 5YA (agreement) with MoE. See attachments for more detail. Site visits will be organised in early October 2021.",Awarded,,77050,20250410 Ministry of Education - School Infrastructure,24819078,Request for Proposals,Closed Competition,Request for Proposals for Henderson Intermediate School & Murrays Bay Primary School Roll Growth Project Management (PM) & Engineer to Contract (ETC) Services,MOE14063,20210916,20211011,20211108,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought through this RFP is engage for Project management an Engineer to contract for both the below Schools: - Henderson Intermediate School - Murrays Bay Primary School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24824207,Request for Tenders,Open Competition,Request For Tenders - Mangawhai Beach School - LSPM - Fencing - Main Contractor,MOE14073,20210917,20211013,20211208,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Mangawhai Beach Schoolhas been identified as requiring Learning Support Property Modifications. This project addresses the Fencing modifications as stated in the scope of works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24824532,Request for Tenders,Open Competition,Main Contractor for Construction of a New ILE Block at Redwoodtown School,2977-18-05,20210918,20211013,20220309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Redwoodtown School Board of Trustees are seeking a main contractor to construct a new innovative learning environment block of classrooms.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24830199,Request for Tenders,Closed Competition,CW2021-097 Frankley School - Demolition & Rebuild of Admin Block C - Main Contractor Request for Tender (RFT) MOE13609,MOE13609,20210921,20211028,20220126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Project background is: i. The project works involve the demolition and rebuild of Admin Block C (and associated works) at Frankley School. ii. The School has undergone several roof replacement projects in recent years as a result of the Building Improvement Programme. The administration block (Block C) is the last Ministry owned block to be remediated on the School site. The current admin block (Block C) houses reception, administration offices, staffroom and storage space which will be reconfigured in the rebuild of Block C to better utilise the net area, as there is currently a large proportion of circulation space. The new building is located over some existing storage buildings. These are empty and ready for demolition. The Hall and existing admin must stay operational during works. iii. Indicative construction complete: November 2022 The Contract Works required are: i. A demolition, and new build of Administration building (Block C). ii. The current Administration Block (Block C) houses reception, administration offices, staffroom and storage space which will be reconfigured in the rebuild of Block C to better utilise the net area as there is currently a large proportion of circulation space. iii. Existing Admin block to remain operational during works until new building is complete and staff can move over iv. Hall and library must stay operational as much as possible during works. v. Asbestos can be found in both buildings earmarked for demolition. Removal must follow MOE guidelines. Timeframe limitations are: i. Staging is required to ensure some building operations are maintained during operational school environment. ii. Demolition of Storage Buildings (Block H) is required during the Christmas School Holiday period iii. Demolition of Administration building (Block C) is required following completion of new block.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,24832271,Request for Proposals,Closed Competition,CW2020-129 Hutt Intermediate (the School) Redevelopment Master Planning (and potential additional Lead Design Services) MOE09916,MOE09916,20210920,20211015,20211203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a Design consultant to provide Master Planning services. The Ministry requires a Master Plan to be completed to inform the scope of the project. Reserved Rights have been specified to allow the Ministry to continue with the Design consultant for the design stages beyond Master Planning (if they are required). A tender site visit has been scheduled for 27th September at 10:00am. Hutt Intermediate is a decile 8, co-educational intermediate school located within Woburn, Lower Hutt, Wellington. A condition review of the School in 2017/2018 indicated serious condition issues with the Hall and recommended a series of repair or replacement to the roof. A further review of the damage caused by water ingress both around the Hall and due to roof leaks indicated the building(s) were in worse condition that previously indicated. The school is contained almost entirely within a single block with a variety of construction methods across different eras. In 1993, a fire destroyed a large part of the school and the affected areas were rebuilt as attachments to the remaining original block. This amalgamation of roof types and construction methods has been a large contributor to the issues seen today. A high-level optioning document was completed in late 2019 that gives various proposed options and an overview of the condition issues at the school, along with contextual information such as a geotechnical desktop survey and a traffic study. This documentation is attached to the RFP and is to form the basis for the Master Plan. The Master Plan will provide options to inform the business case. Business case approval is required, for the project to proceed beyond the Master Plan Design stage. For more information, please review the RFP and supporting attachments. Please note a draft CCCS Contract will be released via NTT.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24833105,Request for Tenders,Open Competition,Main Building Contractor for AMS-SIP-Combined-C-QLE upgrade of two science laboratories at Tamatea High School,220950,20210921,20211020,20211117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"QLE improvements project at Rooms 301, 302, ancillary spaces, corridor, new deck with veranda roof",Awarded,Contract awarded based on price and inclusiveness.,0,20250410 Ministry of Education - School Infrastructure,24835939,Request for Tenders,Closed Competition,Hamilton Girls High School Site Wide Electrical Upgrades RFT,,20210922,20211012,20220221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hamilton Girls High School would like to complete electrical upgrades to their existing infrastructure across the whole campus. This project has arisen due to ongoing electrical issues as a result of light fittings that are beyond their life cycle and overloading of power outlets. These issues are becoming a health and safety concern for the school as well as being are taxing on the schools maintenance budget.,Not Awarded,School has had to utilize funding in another project therefore there will be no funding remaining to deliver this project,0,20250410 Ministry of Education - School Infrastructure,24837394,Request for Tenders,Open Competition,RFT - Main Building Contractor for B Block Theatre Wall Cladding Replacement,,20210921,20211015,20211209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The works comprise of installation of new aluminum cladding over existing block wall including flashings, providing scaffolding for access, relocating School sign and CCTV.",Awarded,,126000,20250410 Ministry of Education - School Infrastructure,24838958,Request for Tenders,Closed Competition,RFT - Main Building Contractor for the Toilet & Classroom Enhancement Project at Welcome Bay School,,20210924,20211015,20220713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,406203,20250410 Ministry of Education - School Infrastructure,24839075,Request for Tenders,Closed Competition,RFT for Design and Build of Riccarton High School,,20210922,20211008,20211221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tender (RFT) is an invitation by the Ministry of Education (the Ministry) to submit a Tender for Riccarton High School (the School) CSR Redevelopment Design and Build Contract (the Contract Works). 1.5.1 The Project background is: i. Construction of new Teaching spaces at Riccarton High School which will require demolition of existing buildings as outlined in the preliminary design package. There will also be refurbishment and weathertightness works required to be completed on existing buildings. ii. Estimated completion date of December 2024 iii. Project roles are: a) Delivery Team Manager Gayle Baldwin b) Delivery Manager: Katerina Beattie c) Project Manager: TBC d) Engineer to the Contract: TBC e) Quantity Surveyor: Rider Levett Bucknall Given the size of some files, we are unable to upload all files here on GETS. Please refer to the link below on Dropbox to download a full list of documents: https://www.dropbox.com/sh/f34yx0rtbb6cr7d/AADHMDyYfKdGvhnsbslfvJtqa?dl=0",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24839439,Request for Tenders,Closed Competition,Request for Tenders for Mount Roskill Grammar School The Hub & Weathertightness Remediation And Potential Additional Rights,MOE13785,20210921,20211027,20220225,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Mt Roskill Grammar is an IAS Northern redevelopment priority. Following multiple visual inspections and destructive tests/survey it has been revealed that eleven buildings across the school are affected by weather-tightness failure and are in below-average or poor condition. In 2018 a business case was approved to remediate these 11 buildings. The scope of this business case was to remediate WT issues with all blocks whilst keeping school operational. The 11 buildings are Admin; E block; Gym 2 &3; H block; Staffroom; Music block; MacLeans centre; Physics block; Science block; Technology block. In addition to this the Board of Trustees are undertaking the Hub Project, this is funded by 5YA and board funds. The MRGS School Board of Trustees and the Ministry of Education are partnering to procure a single contractor for both the WT and Hub project. The outcome will achieve a commercially viable solution to construction methodology, programming and procure a single contractor that is able to deliver this substantial programme of work for both the Ministry and Board of Trustees. There are 4 stages of work. This procurement is for the Stage 1 and 2 works. Stage 1. The Hub - this is a Board of Trustees Project. The library is being stripped out to create an information common, the adjacent resource room is being repurposed to form a new Year 13 common room. The staffroom is located above the library and the work to remediate this will be done as part of the Hub Project, but is funded by the WT project. Stage 2. Remediation of the Administration, Science block, Physics block, E block, H block, MacLeans centre, Technology block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24847234,Request for Tenders,Closed Competition,Orewa College Pedestrian Laneway,,20210923,20211014,20211201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Upgrade to main laneway entry to school grounds,Awarded,,400000,20250410 Ministry of Education - School Infrastructure,24848736,Request for Proposals,Closed Competition,Bream Bay College and Kamo High School Redevelopment Project Management and Engineer to Contract Services,MOE07604,20210922,20211014,20211217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced Consultant who has an operational office in Tai Tokerau, to project manage the redevelopment of Bream Bay College and Kamo High School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24850091,Request for Proposals,Closed Competition,Marshland School Roll Growth Design and Build Services,MOE08435,20210923,20211021,20220707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Marshland School Roll Growth Design and Build Services Marshland School is located in the suburb of Marshland on the North-East of Christchurch. The area has experienced a steady growth as new houses continue to be built in the nearby developments. The Stage 2 development of Marshland School was completed in early 2017 as the first roll growth project. The proposed Stage 3 development is to continue bringing the school capacity to its master plan roll. The layout of this stage is to closely resemble existing teaching spaces, incorporating lessons learned from previous stages where possible",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24851152,Request for Tenders,Closed Competition,Main building contractor for A Block Administration Reconfiguration & Refurbishment at Lynfield College,,20210923,20211020,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought is to modernise and reconfigure A Block Administration to create additional meeting rooms and increase the health centre space. The key focus is to form more flexible, productive and effective staff office and health centre to improve the functionality and quality of the internal environment. This may include: This project is focused to reduce the existing staff office space and create new flexible meeting room spaces and Health Centre by reconfiguring the internal layout of A Block. This project will be delivered by the main contractor which will carry out the general builders work, electrical work, plumbing and HVAC installation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24854254,Request for Proposals,Closed Competition,Te Wharekura o Arowhenua Roll Growth Lead Design Services And Potential Additional Requirements,MOE14177,20210924,20211020,20211210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Wharekura o Arowhenua Roll Growth Lead Design Services And Potential Additional Requirements Te Wharekura o Arowhenua is a full immersion Year 1-13 Maori Medium school located in Invercargill City (offering Maori Medium Level 1 education). Students attend the wharekura from as far afield as Gore and across the Southland District. Through sustained roll growth the Wharekura they are now at capacity of 205 and the Ministry is seeking to build a four-teaching space reference design increasing the capacity to 265 on campus.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,24859157,Request for Tenders,Closed Competition,CW2021-102 Te Whare Kura (TKKM) O Patetere (the School) Construction of 6x Roll Growth Teaching spaces Main Contract Works MOE14131,MOE14131,20210923,20211029,20211130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide constriction services for a Roll Growth project at Te Whare Kura (TKKM) O Patetere. The scope of this project is for the construction of 6x teaching spaces via a traditional Design, Bid Build approach. This tender is a closed tender activity via the Ministry's Construction Directory Panel. A tender site visit has been scheduled for 7th October at 10am. Please note that all attendees must register through the GETS Q&A function. For more information please see the attached supporting tender documentation and attachments.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24859622,Request for Tenders,Closed Competition,CW2020-041D Tauranga Boys College (the School) Construction of 12x Teaching space block Main Contract Works (and potential additional works) MOE10185,MOE10185,20210924,20211216,20220412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for a redevelopment project at Tauranga Boys College. Please note that this GETS Listing replaces the 24774512 listing which had a technical malfunction. All documents have been re-uploaded into this new GETS listing for the project. The outcome sought is for a main contractor to provide construction services for the immediately required construction of a new carpark, with Reserved Rights to re-engage the contractor for the construction 12x new teaching paces and removal of 9x existing prefabs. This project requires the Carpark works to be completed first before commencing with the main build. For more information please see the attached supporting tender documentation. Please direct all questions through the GETS Q&A function",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000. The preferred tenderer was Marra Construction (2004) Ltd.",0,20250410 Ministry of Education - School Infrastructure,24859935,Request for Proposals,Closed Competition,Makauri School & Gisborne Boys High School - Quantity Surveyor & Engineer to Contract services,,20210928,20211018,20221130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry is seeking suitable qualified Quantity Surveyor (QS) and Engineer to Contract (ETC) consultants for two Schools in Gisborne region. This tender will appoint one consultant to undertake all services at both Schools.,Awarded,"This contracts were awarded to Deane and Quane Limited and began on 14th April 2022 for Gisborne Boys High School and on 5th December 2022 for Makauri School. The term of these contracts are until final completion of the project. It is intended that the value of the contracts resulting from this procurement will be within value band: $50K - $100K for each contract.",0,20250410 Ministry of Education - School Infrastructure,24860180,Request for Tenders,Open Competition,Request for Tender - Main Building Contractor for Roofing Works & Classroom Refurbishments at Kerikeri High School,,20211005,20211029,20211210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required at Kerikeri High School are: - Roof Replacements to various buildings - Re-pitch roof of 2 classrooms - Internal Refurbishment of 2 classrooms & toilet block Indicative Timeframes - below dates are indicative only and will be subject to contractor availability & MOE approval, please provide a draft programme of works with your tender. i. Indicative Start date: 10/01/22 ii. Indicative Completion Date: 30/08/22 Site visits to be requested through the GETS Q & A function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24862711,Request for Proposals,Closed Competition,Request for Proposals for Te Putahi Maori o Manurewa New Kura at Manurewa - Project Management & Engineer to Contract Services,MOE12311,20210924,20211015,20211115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Manurewa Kura/Wharekura (MKW) is a New School development comprising the co-location of TKKM o Manurewa and Te Wharekura o Manurewa from their respective current sites to a new greenfield site at 163 Browns Road, Manurewa Auckland 2102. For further details, including history and outcomes sought please refer to the Educational Brief attached to this RFP. This tender is to procure Project management and Engineer to Contract services for the following separable portions. Separable portion 1 - Earthworks outside 100m buffer zone Separable portion 2 - Construction of the building (4,800m2, two storey) Confirmed site works landscape, hardscape, playground Separable portion 3 - Car parks, Pick up drop off area, Hardcourts",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24864414,Request for Tenders,Open Competition,Putaruru Primary School SIP Playground,6103,20210928,20211026,20220201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.," Demolition of existing playground, preparation of ground including drainage system prior to installation, followed by installation of the new playground. Size is 150m2",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24864690,Request for Tenders,Open Competition,Main Cleaning Contract for Papakura High School,,20210928,20211026,20211122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papakura High School are requesting the services of a suitably qualified cleaning contractor to cover daily, weekly and holiday cleaning duties for each room and building throughout the school.",Awarded,The winning tenderer was awarded this contract due to decision from the school board of trustees and for providing the best value for money and capability.,149500,20250410 Ministry of Education - School Infrastructure,24867668,Request for Tenders,Open Competition,"Main Building Contractor for Weather Tightness & Cultural Entranceway at TKKM o Tamarongo, Opunake",TKKM o Tamarongo,20210929,20211029,20220311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for TKKM o Tamarongo, Taranaki are seeking a suitably qualified Main Building Contractor to carry out the alterations and refurbishment for Weather Tightness and Cultural Entranceway. The Contract Works required are: Weathertightness: Reroofing complete with all flashings, Recladding in James Hardie linea Oblique vertical weatherboard series 300 Series, Replacement of aluminium joinery, replacement of verandah decking, ramped path access to north end of building, total exterior painting & repainting of existing painted areas, Interior painting associated with new aluminium joinery replacement pine window/door liners together with replacement architraves, minor interior painting required where existing two high level aluminium windows not replaced. Cultural Entrance: Create a new Cultural entrance and deck to the front of Block B, including new covered entrance, new decking, new steps and new seating. Please note: Works for Weather Tightness must to be tendered separately from the Cultural Entranceway Work. All tender documentation and necessary information attached. Contractors must visit site. Contact Robyn Davy (School Principal) on 021 234 6297 to gain access to site during the school holidays. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be December 2021/January 2022, however this will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,537471,20250410 Ministry of Education - School Infrastructure,24868515,Request for Proposals,Open Competition,Lead Design Services for Heating and Electrical Upgrade at Tararua College,,20210927,20211022,20211231,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Tararua College are looking for a designer to upgrade their heating in Blocks A, Science and Music/Drama.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24869108,Request for Tenders,Closed Competition,Request for Tenders for Whangarei Intermediate School Weathertightness Remediation Main Contractor,MOE13905,20210927,20211020,20211214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the weathertightness remediation works at Whangarei Intermediate School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24869600,Request for Proposals,Open Competition,Lead Design Services for Sitewide Stormwater and Wastewater Upgrades at Tararua College,214706,20210927,20211022,20211125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tararua College are looking for a designer to upgrade their Stormwater and Wastewater systems throughout the entire school.,Awarded,The contract was awrded to BCD Group Ltd and will start on 25th November 2021. The term of this contrcat is upon completion of defects liability phase.,33900,20250410 Ministry of Education - School Infrastructure,24872086,Request for Tenders,Open Competition,Request for Tenders for Tamaki Makaurau and Tai Tokerau (Auckland & Northland) Universal School Bathrooms D&B Contractor,MOE13787,20210928,20211022,20220118,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This open Request for Tenders is an invitation for suitably qualified contractors to submit tenders for Main Contractor for the Design and Build of a Universal School Bathroom at Whangarei Boys High School in Tai Tokerau. The Ministry will reserve the right to directly negotiate further Contract Works (additional to those described in this tender) with the successful Contractor up to 24 months following practical completion of this tender. In the event the Contractor does not have the capacity to carry out the works in a reasonable timeframe, the Ministry will directly negotiate with the next ranked tenderer based on the outcome of this procurement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24873688,Request for Tenders,Open Competition,Main Building Contractor Block 1 AMS and Roofing Refurbishment at Whangarei Primary School,205,20210929,20211029,20220311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor Block 1 AMS and Roofing Refurbishment at Whangarei Primary School,Awarded,"The Contractor was the only tenderer for this project. The Contractor has been chosen based on past experiences and satisfaction of works previously completed. The tenderer was determined to meet the requirements for proposed solution, capability, capacity, and price represents value for money.",0,20250410 Ministry of Education - School Infrastructure,24877457,Request for Tenders,Closed Competition,Taieri College Boiler Replacement,,20210929,20211116,20211221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Taieri College Board of Trustees are seeking to engage a suitably qualified main contractor under a Design & Build contract for the replacement of the boiler system at Taieri College. Both the age, condition and Regional Council emission requirements have led to this work being required. The project is fully Ministry funded via unforeseen capital. The main consideration for timing and handover relates to the need to maintain heat throughout the school while the work is being undertaken. As such, the tenderers will be asked to consider the likes of logistics (delivery timeframes for key plant), disruption to school activities, the condition and lifespan of the existing plant, and the possibility of temporary heating solutions.",Awarded,"Following the evaluation of the responses received, this contract was awarded to Ecotech.",0,20250410 Ministry of Education - School Infrastructure,24879942,Request for Tenders,Closed Competition,CW2021-080 Request for Tenders for Wellington College - Seismic Strengthening of Tower Block - Main Contractor,MOE13994,20211001,20211028,20211201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Replacement of all exterior concrete panels on the Tower Block with new light-weight cladding and Strengthening work to secondary structure and stairs within the Tower Block; Works are restricted to the Tower Block only; The work will be staged because some work can only be undertaken during School Holidays, and the programme will need to reflect this. The uncertain scope of part of the works may mean the project in its entirely cannot be accurately priced at tender; Scope of work is limited to the seismic strengthening of the building, to bring it back above 65% of NBS; The non-building consent works to be undertaken in the stairwells is targeted to commence in the 2021/2022 Christmas Holidays. Portion 1 Portion 1 of the construction works will include the stair landing, and the remediation of the stair towers secondary structures, which can only be completed during long holiday periods due to legislative requirements for fire egress when the building is in use. The start date is targeted for the 2021/22 Christmas School Holidays. The Main Contractor will be engaged under a Minor Works Contract for the Portion 1 Construction Works which are to commence over the 2021/22 Christmas School Holidays. Portion 2 of the construction works which includes cladding replacement of the precast external panels, the balance of the stairs works and secondary structure strengthening to the lift and service shafts, will need to take place while maintaining the use of the Tower Block for teaching. The Main Contractor will be engaged under a Major Works Contract for the Portion 2 Construction Works which are to commence during the April 2022 School Holidays. Portion 2 works will be a Potential Additional Requirement.",Awarded,The contract has been awarded to Maycroft Construction Limited and started in December 2021. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,24881251,Request for Tenders,Closed Competition,Main Contractor for the A Block Wings 3&5 Internal & External Refurbishment at Rangitoto College,,20210930,20211021,20211111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses to be made through the GETS facility,"RFT following ROI. Scope has been reduced from A Block Wings 2,3,4 & 5, to just Wings 3 & 5 due to budget restraints. A Block Wings 3 is part of the original building stock from when the school opened in 1956, with Wing 5 added circa 1974. None of these buildings have undergone any significant redevelopment over their lifetime and are therefore requiring attention to prolong their usable life. The outcome sought is to prolong the usable life of these buildings by dealing with deterioration issues on the building envelope and improving the functionality and quality of the internal environment. External refurbishment works consisting of targeted cladding replacement, joinery replacement, roofing replacement, installation of new external doors off classrooms, and resolution of envelope risk items such as building to ground clearances. Internal refurbishment works consisting of; electrical upgrades (replacement of DBs, switchgear, mains cables, lighting & power circuits etc.), blocking off doors, installing new internal glazing to create visual connection between spaces, replacement of floor coverings and pinboard/Autex wall linings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24884906,Request for Tenders,Closed Competition,Request for Tenders for Maungaraki School - Stage 1 and Potential Additional Rights for Stage 2 - Main Contractor,MOE14260,20211014,20211117,20220520,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Maungaraki School in Lower Hutt has the requirement for two separate construction projects that are to be delivered in two separate stages, by one Main Contractor: Stage 1: Non Teaching Space New Library Building Project Existing dental clinic to be demolished or relocated, and an (approx) 210m2 building with Library and multipurpose space to be constructed. Stage 2: Redevelopment - 3 Teaching Space Classroom (known potential requirement) 3 Teaching space building (approx) 300m2, to be constructed at the back of the School (on or around the slope leading to the lower field). More Information is available in the documentation attached to this GETS Tender.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24885099,Request for Quotations,Closed Competition,Franz Josef Glacier School - 1 New TS - Medium Woks,MOE13816,20210930,20211105,20220725,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Due to Roll Growth, the School requires 1 new single teaching space (TS) to be constructed. The scope of the construction works includes a single freestanding TS block, site-wide power upgrade, and septic system repairs/upgrade. The project will be delivered under a traditional construction methodology. Required Solution The Contract Works required are: Construction of a single freestanding TS block Site-wide power upgrade Septic system repairs/upgrade. Hardstand court extension Key Roles required Project Manager Site Manager Quantity Surveyor Quality Manager Health and Safety Manager Potential Additional Requirements The Ministry reserves the right to award further works (additional to those described above) to the Contractor (under this School Contract or via a separate contract) at its sole discretion. Additional requirements may be at the School and/or nearby schools around Franz Josef / Lower West Coast. Additional requirements / circumstances include works that are: up to 18 months following practical completion comparable in nature to the known requirement and including unforeseen roll growth where there is reasonable justification for awarding the additional requirements to the Contractor following a direct source procurement activity with the Contractor, which includes value for money verification by a QS.",Awarded,,1058670,20250410 Ministry of Education - School Infrastructure,24887076,Request for Tenders,Open Competition,Bradford School - LSPM Modifications,,20211005,20211103,20220303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Bradford School Board of Trustees are seeking to appoint a suitably qualified main contractor to deliver the proposed LSPM works. This involves minor building alterations, joinery installations, data cabinet relocation and an upgrade of the fire safety features throughout the site.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24887914,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block C Refurbish Classrooms, Block F Replace Classrooms/Toilets, Postgate School, Whitby, Porirua",5169,20211005,20211111,20220817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project has packaged all the current building work together including for the refurbishment of the Block C classroom, the replacement of the two classrooms Block F, the replacement of Block D roofing and refurbishment of Block D toilets. The work will be phased to allow the school to continue operations and be managed about their ability to decant classes to alternate spaces. Block C interior will be refurbished providing for new acoustic suspended ceilings, wall linings and pinboard, flooring, internal glazed openings and new services including LED lighting and heating. Block F due to weather tightness failures is to be demolished and replaced with a new two classroom block including for externally accessed toilets. All work to be completed in accordance with the MoE design requirements. The new building will be timber framed on a concrete slab, timber weatherboard and metal roofing, double glazed aluminium windows. Impervious linings to the toilets. This work will have timber decking to provide access and connection to existing buildings. The roofing work will replace the membrane roofing with a TPO membrane over insulated panels to improve falls and provide insulation. Metal roofing will be replaced with 0.55 Colorsteel Maxx including for all new flashings. To achieve minimum upstands clerestory windows will be replaced with new double glazed aluminium including for new window winders. The roof over the staff room is to be reconstructed to remove a valley gutter to achieve minimum falls. The work will include all new roof framing, insulation, ceilings and metal roofing. The Block D student toilets will be refurbished replacing wall and ceiling linings, new vinyl flooring and replacing sanitary fittings. Some plan reorganisation is included for. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Awarded to Freear Philip start 01.09.22 with anticipate completion 31.01.23. It is intended that the value of the contract resulting from this tender will be within $1m-$5m.,0,20250410 Ministry of Education - School Infrastructure,24895949,Request for Tenders,Open Competition,"RFT - Main Fencing Contractor, LSM - Boundary Fence Improvements, Wainuiomata Primary School, Wellington",5653,20211006,20211102,20220131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A recent review of the site security for students with special needs has identified the need for an upgrade of safety on the school boundaries. New anti-scale fencing and gates are required. Improvements to boundary fencing will also include replacing the chain-link mesh to the field fence with a more appropriate anti-scale product. Some work to the inside face of adjoining residential fences will require some supplementary framing and installation of close boarded timber palings. The scheme will be traditionally executed with a full design team employed by the Wainuiomata Primary School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Feco Fence Systems, start date 18.01.22, anticipated completion 28.10.22. It is intended that the value of the contract resulting from this tender will be within $100K - $250k.",0,20250410 Ministry of Education - School Infrastructure,24896815,Request for Tenders,Closed Competition,"Main Building Contractor for AMS & 5YA Combined - 1, 3, 4, 5 Internal & Toilet Refurbishment, lighting upgrade and new decking; Staffroom extension SIP at Mangatawhiri School",219634,20211006,20211126,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Mangatawhiri School want to upgrade Blocks 1, 3, 4, 5 to develop the classrooms and increase the size of the administration area including a separate LSC office (15m2) and add decks to increase outdoor learning spaces. Also the school are wanting to refurbish classrooms through upgrading the interiors for enhanced acoustics and lighting levels (new LED) and refurbishment of the toilet block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24900055,Request for Tenders,Open Competition,"SIP-AMS-A: Acoustic, Lighting and Insulation DQLS & QLE Connection of Classrooms & A, B: Heating System Replacements at Ebbett Park School",227361,20211013,20211109,20220204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Improve block A building ergonomics, modernisation of wall coverings with new Acoustic and Insulated materials & new floor coverings, ceiling and lighting upgrade and Boiler Removal, refurbish interior and fit out for LSC Space, Reconfigure and refit Toilet Block A.",Not Awarded,This RFX went out for tender again manually as the tender response in this RFX was too high,0,20250410 Ministry of Education - School Infrastructure,24901234,Request for Tenders,Closed Competition,RFT for Main Contractor for Refurbishment of Rooms 1&2 and Break Out Space at Maungaturoto School,1049-22-01,20211018,20211108,20211119,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,Refurbishment of Rooms 1 & 2 and the creation of breakout spaces,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24902139,Request for Tenders,Open Competition,"SIP Combined - C,D Lighting, Installation, Acoustics, QLE and A,B,C,D, E, I Exterior Cladding and Roofing, Block C. LSC Space Remediation at Riverdale School (Gisborne)","209746, 218940",20211013,20211103,20220204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,This went out for tender manually as there were no responses for this RFx,0,20250410 Ministry of Education - School Infrastructure,24903876,Request for Tenders,Open Competition,Main contractor for the Design and Build of a new LSC Accommodation at Aorere College,,20211008,20211103,20220121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Modular construction of a new LSC Accommodation building at Aorere College.,Awarded,"Hi all, Thank you for submitting your Tender. The winning Contractor is A-Line Construction Limited. If you wish to have a debrief on the Tender result, please contact me directly. Please do not contact the School. Kind regards, Samuel Lane",0,20250410 Ministry of Education - School Infrastructure,24905664,Request for Tenders,Closed Competition,Request for Tenders for Demolition works for Redevelopment at Henderson Intermediate School,MOE14103,20211004,20211029,20211202,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Henderson Intermediate has been identified as part of the National School Redevelopment programme and has seen significant roll growth in the past year. The site currently has 5 temporary relocatables on site to help support this roll growth. The School is budgeted to receive 10 Roll Growth classrooms. The site is constrained making it impossible to provide additional capacity without either demolishing assets that use space inefficiently or encroaching upon the Schools green spaces. Therefore, it has been determined that demolition of some blocks are needed prior to redevelopment taking place. The outcome sought through this procurement is to engage a suitable contractor for Demolition works and asbestos management only.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24910064,Request for Tenders,Open Competition,"RFT - Main Building Contractor, SIP - Block B Improve Staff Toilet Facilities - Site Provide Outdoor Learning Area, Waikanae Primary School, Kapiti Coast",5704,20211008,20211103,20220131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Improvements to staff toilets located in Block B will see the refurbishment of the facilities and enlargement of the space. The project will extend to the creation of a covered outdoor learning area which will be constructed on the frontage of the Block C teaching building. The scheme will be traditionally executed with a full design team employed by the Waikanae Primary School Board of Trustees producing full construction documentation. Please provide separate Price Schedules for Block B and Outdoor Learning Area. Refer Works Price Schedule. PLEASE NOTE: Asbestos Report will be loaded via NTT once received.",Awarded,"Awarded to Cemac Interiors Wellington, start 21.02.22 with anticipated completion date of 25.11.22. It is intended the value of the contract resulting from this tender will be within $150k-$250k.",0,20250410 Ministry of Education - School Infrastructure,24910757,Request for Tenders,Open Competition,Main Contractor for Re-Roofing of 4 Blocks at Glenfield College,,20211011,20211105,20211220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Re-Roofing of Block G, G1, and the lower roof of B Block, as well as the replacement of gutters on A Block, B Block, and C Block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24911022,Request for Tenders,Closed Competition,Main Building Contractor for ANC 12: Toilet Block Upgrade at Waihi College,114-21-05,20211027,20211124,20220117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Waihi College want to reconfigure and upgrade the main toilet block to become single entry unisex toilets. The reconfigured block will need to allow for better visual supervision around the exterior of the block through the use of partial vision panels. The toilet block will house a caretaker cupboard to better utilise the available footprint of the building.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24911148,Request for Tenders,Closed Competition,Main Building Contractor for Site: B18 Roll growth Classrooms at Maungatapu School,214838,20211008,20211104,20220318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Maungatapu School wish to construct two new bespoke roll growth classrooms (180m2 approx), with direct connection to the central outdoor learning area as the atea, and an extension of the learning space and allowing for natural light and ventilation. The building colours and materials acknowledge the environment of Maungatapu and are in keeping with the surrounding classroom buildings. It can be configured as cellular or ILE flexible teaching spaces with simple, standard construction and cladding systems, tall windows for decent ambient light and high ceilings to provide good spatial, acoustic and environmental performance. Please note that the additional items to follow as attachments are the Electrical drawings and specs along with the Fire Report",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24915365,Request for Quotations,Closed Competition,Botany Downs School and Bairds Mainfreight Primary School Roll Growth Relocation of Existing Relocatable Classrooms,MOE13173,20211006,20211028,20211214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS.,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced contractor for the relocation of a total of 4 classroom blocks at two schools - Botany Downs School and Bairds Mainfreight Primary.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24915524,Request for Proposals,Closed Competition,Request for Proposals for Orakei School (the School) Roll Growth Project Management Services and Potential Additional Requirements,MOE13955,20211007,20211029,20211210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant to manage the roll growth project at Orakei School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24917331,Request for Tenders,Open Competition,1289 RFT - Roofing Contractor for Roofing Replacement at Glen Taylor School,1289-228596,20211008,20211029,20220118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This procurement aims to replace identified portions of the school roofing derived from a recent Condition Assessment and BOT/Ministry agreed 5YA plan, multiple Full roof areas were identified as being in need of replacement and therefore requiring removal & disposal of existing roofing material. Two small buildings, three partial areas and one large class block of long run Metal Profile roofing.",Awarded,,133000,20250410 Ministry of Education - School Infrastructure,24920473,Request for Tenders,Open Competition,Main Building Contractor for New Toilet Block at Hunterville Consolidated School,Hunterville School,20211013,20211124,20231018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Hunterville Consolidated School, Hunterville are seeking a suitably qualified Main Building Contractor to carry out the new Build of their Pupils Toilet Block. The Contract Works required are: Disposal of existing toilet block named block 2. Construction of new toilet block connected to main block with both internal and external access, including 3 x self-contained units with full height floor to ceiling walls, floor to head height doors, with basin and hand drying facilities within each cubicle.1 x full accessible toilet facilities with sufficient space for shower and change table. Install an accessible ramp. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and Building Consent approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be February 2022, however this will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,854545,20250410 Ministry of Education - School Infrastructure,24920569,Request for Proposals,Closed Competition,Request for Proposals - Parakai School Project Management Services and Engineer to Contract,MOE14179,20211006,20211029,20211216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,Project Management & Engineer to contract services required for the redevelopment project at Parakai School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24923092,Request for Tenders,Closed Competition,RFT for Main Contractor for Reroof of Block 3 at Sunnyvale Primary School,,20211008,20211029,20211213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"The BOT wish to engage a main contractor to undertake asbestos removal, repitching, and reroofing of Block 3, including classrooms 1-6, and the adjoining roof.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24924509,Request for Tenders,Open Competition,Main Contractor for Re-roof project at Hurupaki School,,20211011,20211105,20211210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Griiffiths and Associates are seeking a main contractor for Re-roof project at Hurupaki School.,Awarded,The contract was awarded to Ezra Bell Construction Ltd,490842,20250410 Ministry of Education - School Infrastructure,24931683,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block 8A - Refurbish Classrooms, Paraparaumu Beach School, Kapiti Coast",5656,20211013,20211110,20230125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Paraparaumu Beach School 10YPP has a DQLS upgrade project in Block 8A scheduled. The work will consist of environmental improvements to two teaching spaces. The rooms will have an upgrade to the thermal and acoustic properties in the classrooms, light fittings will be renewed and storage joinery replaced. Work to the external envelope of the relocatable block will include roof coverings replacement and the installation of some new double glazed window joinery. Some minor sewer drainage works will be required to service new sink bench units that will be provided. The scheme will be traditionally executed with a full design team employed by the Paraparaumu Beach School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Report will be loaded as NTT once received.",Not Awarded,"No satisfactory tender submissions received. Value management exercise conducted, will be sent back out to competitive tender in February 2023.",0,20250410 Ministry of Education - School Infrastructure,24934857,Request for Tenders,Closed Competition,CW2021-118 Rotorua Boys High School (the School) Science Block Replacement Main Contract Works MOE13762,MOE13762,20211011,20211119,20220412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"CW2021-118 Rotorua Boys High School (the School) Science Block Replacement Main Contract Works MOE13762 The Ministry is seeking a main contractor to provide construction services for a Redevelopment project at Rotorua Boys High school. The outcome sought is for a main contractor to provide construction services, for the construction of a new Science Block, including the demolition of the existing block. This tender has been released via direct negotiation to Stead Construction Ltd as they were the successful supplier of the CW2020-041 enabling works tender activity for Rotorua Boys High School. A draft contract will be released via NTT and a tender site visit is not required as Stead Construction Ltd are already on site. If any questions arise throughout the tender period, these should be directed through the GETS Q&A function. Please refer to the supporting attachments for further information.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000. The project was awarded to Stead Construction Limited.",0,20250410 Ministry of Education - School Infrastructure,24934936,Request for Tenders,Open Competition,"Main Contractor for a Block 1,2,4,7,8,9,10: Lifecycle Replacement of Heat Pumps at Pinehill School",,20211012,20211105,20220208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Pinehill School wish to seek the services of a suitably qualified contractor to carry out a lifecycle replacement of heat pumps in blocks 1, 2, 4, 7, 8, 9 and 10. Please contact Shaun Weston (the point of contact) on 0212146104 or shaun@pinehill.school.nz to arrange an appointment to visit the school.",Awarded,,99245,20250410 Ministry of Education - School Infrastructure,24934974,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block A - Refurbish Student Toilets-Develop LSC Space, Epuni School, Lower Hutt",5578,20211013,20211111,20220429,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Block A student toilets are difficult to access, aged and tired looking, further students choose not to use them if there are alternatives. This project will elevate them for level access off the corridor and convert the layout to provide for unisex self contained cubicles and one accessible toilet. The school has been allocated one LSC (Learning Support Coordinator). A space has been identified that can be refurbished to provide for office and meeting functions. The work will replace sanitary fittings, linings, finishes and piped services. Internal glazed openings and storage joinery will be provided. The scheme will be traditionally executed with a full design team employed by the Epuni School Board of Trustees producing full construction documentation. PLEASE NOTE: 2 separate Works Price Schedule to be completed - 1. Block A - Refurbish Student Toilets 2. Develop LSC Space",Not Awarded,No award.,0,20250410 Ministry of Education - School Infrastructure,24935950,Request for Tenders,Open Competition,"Main Contractor for a Block 2,3,4,5,7 Lifecycle Carpet Replacement at Pinehill School",,20211012,20211105,20211126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Pinehill School wish to seek the services of a suitably qualified contractor to carry out a lifecycle carpet replacement in blocks 2, 3, 4, 5 and 7. Please contact Shaun Weston (the point of contact) on 0212146104 or shaun@pinehill.school.nz to arrange an appointment to visit the school.",Awarded,"The winning tenderer was awarded this contract due to providing the most clear and concise tender, as well as value for money and chosen from the school board of trustees.",83905,20250410 Ministry of Education - School Infrastructure,24936353,Request for Tenders,Open Competition,Taumarunui School: A Block Re-roofing Project,6224,20211013,20211108,20220201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nature of the Works Remove old roofing, guttering & associated flashings and replace with New. Decommission existing Heat pump and remove for new roof installation refit, recommission Heat pump after roof installation 1300.00 SqM",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24940298,Request for Tenders,Open Competition,"Main Building Contractor for Outdoor Learning, LSC Office, Toilet & Entrance Upgrade at Limehills School",21-009,20211013,20211117,20220209,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"The Limehills School BoT is looking for an experienced Main Contractor to complete various upgrade works at Limehills School. Work includes the remodeling of existing spaces to create a new support office area, new toilets into the School Hall, a new entrance development, and remodeling of an outdoor space to create an educational outdoor learning area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24943325,Request for Tenders,Closed Competition,Request for Tenders for Te Piipiinga Kakano Mai I Rangiatea (the School) Block A Weather Tightness Remediation Main Contractor,,20211012,20211123,20220525,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"a. This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Te Piipiinga Kakano Mai I Rangiatea (the School) Block A Weather Tightness Remediation Main Contractor (the Contract Works). i. TPMKR is a co-educational Kura Kaupapa Maori based in New Plymouth, Taranaki and is part of the original Taranaki Schools Cluster programme where Block A was identified as requiring weathertightness remediation to be carried out through the Building Improvement Programme (BIP). ii. The scope of works is a full cladding replacement of the administration building and original classroom block along with targeted repairs of the library and Whare Rangana roof. Also included is a moderate amount of civil works to the rear of the building.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000. The project was awarded to Livingstone Building NZ Limited.",0,20250410 Ministry of Education - School Infrastructure,24945158,Request for Proposals,Closed Competition,Request for Proposals for Waimauku School Roll Growth and Redevelopment Project Management and Engineer to the Contract Services,MOE14341,20211013,20211103,20220214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submission to be made via GETS,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant to manage and fill in the role of Engineer to the Contract for the roll growth and redevelopment project at Waimauku School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24948903,Request for Tenders,Open Competition,Main Contractor for SIP Artificial Turf Playing Fields at Stonefields School,,20211015,20211110,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Stonefields School Board of Trustees are seeking a Main Contractor for SIP Artificial Turf Playing Fields.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24949782,Request for Tenders,Closed Competition,Christchurch South Intermediate Redevelopment Enabling Works (Stage 1),MOE13810,20211012,20211101,20211122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This tender is for is Stage One of a Three-Stage project with works anticipated to start in November 2021 and finish Q1 2023. The project includes the rebuild of three key blocks which have suffered severe weathertightness issues or are nearing the end of their design life. Minor works also included in the redevelopment are the refurbishment of two technology classrooms, relocation of the server room and connecting site work. A summary of the Three Stages is as follows; (a) Stage One (THIS TENDER) Demolish Block 2 (Library), Block 5 (Science / Multimedia) and Block 16 (Administration) including the removal of any asbestos containing materials and contaminated soils. Carryout re-routing works of existing building services (fire, security, stormwater, sewer, water, electrical and network. Carryout minor refurbishment works to Block 19 (Hillary) to new server room. (b) Stage Two Construction of the new Admin-Library block, and Arts Technology block, demolition of the Block 6 (ESOL / former dental), landscaping and site work (c) Stage Three Refurbishment of no.2 teaching spaces to Block 4 (Technology) Further information is included in the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24950219,Request for Tenders,Open Competition,"Main Contractor for a Block 2,3,4,7 Internal Upgrade and Replace Internal Connecting Doors at Pinehill School",,20211015,20211111,20220510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Pinehill School wish to seek the services of a suitably qualified contractor to carry out an internal upgrade and replace internal connecting doors in blocks 2, 3, 4 and 7. Please contact Shaun Weston (the point of contact) on 0212146104 or shaun@pinehill.school.nz to arrange an appointment to visit the school.",Awarded,,177595,20250410 Ministry of Education - School Infrastructure,24956814,Request for Tenders,Closed Competition,Tauranga Intermediate School A2 B C D tender RFT,,20211015,20211122,20220721,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,"This was the second stage (RFT) of the initial tender that is no longer proceeding and has been re-issued with design changes to those companies selected to tender under the original second stage. In essence, this tender number is cancelled and replaced with 25973113.",0,20250410 Ministry of Education - School Infrastructure,24957803,Request for Proposals,Closed Competition,"Request for Proposals for Knights Stream School Mingimingi Hautoa (the School) New School Expansion, Stage 2 - Design and Build Services",MOE13898,20211014,20211103,20220121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Knights Stream School Mingimingi Hautoa was newly constructed using a Design and Build delivery method on a greenfield site during 2018. The school was master planned for 700 students and built for 450, with the school operational for Term 1, 2019. ii. Continual rapid growth in the Halswell area has triggered a requirement for Stage 2 new teaching space block to be constructed for up to 250 students 11 teaching spaces. As per the attached Education Brief Lite document, the school have advised the name for the new teaching block shall be Owaka the name of the nearby waka transport. iii. The rapid pace of growth underway means that there is a risk that additional capacity may be required above the 700 spaces master planned and so the masterplan capacity is revised to 750. Therefore, the Stage 2 proposal should accommodate for supporting the site infrastructure for a future additional 2 teaching spaces. The Ministry have engaged the architectural services of DGSE to provide us with bulk and location options analysis which will be provided either as an NTT or post-tender clarification document.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000 (Design stage)",0,20250410 Ministry of Education - School Infrastructure,24963922,Request for Tenders,Closed Competition,Request for Tenders for Ruakaka School New Classroom Build Main Contractor,MOE14265,20211015,20211108,20211210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,A main contractor is to be procured for Ruakaka School to build two new single-storey classrooms and carry out additional contract works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24964192,Request for Tenders,Closed Competition,Burnham School - CSR Redevelopment - Main Contract Works,MOE09402,20211018,20211115,20220111,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Burnham School Te Kura o Tiori is situated in the Selwyn District approximately 25 kilometres south of Christchurch. The school is situated outside the fence of Burnham Military camp with many of the schools children being dependants of military personnel. As such the school has a very close relationship with the military and benefits significantly from their support. The school currently has 155 students enrolled with a master planning roll of 240. The project is within the CSR programme of has been identified as needing significant redevelopment to ensure equality is achieved across the MOE portfolio of buildings. It is confirmed that the procurement approach is aligned to the CSR Memo linked above. The school is to remain fully operational throughout the project utilising existing spaces to accommodate the students when refurbishing the blocks The school is located outside of the Burnham military camp fence. Construction access will be from Godley Road and a site compound can be set up in the bare land either side of the school main entrance. All ground conditions are identified in the SKM report dated 05/2014 * Refurbishment of Block 2 to include new toilets, breakout spaces & reconfiguration of existing spaces * Refurbishment of Block 1 to include new toilets, breakout spaces & reconfiguration of existing spaces",Awarded,,1044679,20250410 Ministry of Education - School Infrastructure,24965788,Request for Tenders,Open Competition,"RFT - Fire Alarm Contractor, Site - Upgrade Fire Alarm System, Kenakena School, Kapiti Coast",5738,20211020,20211116,20220330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kenakena School has an infrastructure improvement project to upgrade the automated fire alarm system through all the main school buildings. The school presently has an array of different systems from original Type 1 bells and call points to more modern Type 2 equipment with some buildings having supplementary smoke detection. A fully connection Type 4 system will be installed with a new main indicator panel, compliant exterior sounder coverage, lock down facility and direct fire service connection. The existing security system will have its smoke detectors isolated and disconnected and will revert to an intruder detection system. The scheme will be traditionally executed with a full design team employed by the Kenakena School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Fire Compliance Services Ltd, start date 18.04.22, anticipated finish date 01.02.23. It is intended that the value of the contract resulting from this tender will be within $100k-250k.",0,20250410 Ministry of Education - School Infrastructure,24969416,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 3, 5, 6, 7 Roof Replacement at Papakura Intermediate School",,20211020,20211115,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Papakura Intermediate School Board of Trustees are seeking a Main Contractor for Blocks 1, 2, 3, 5, 6, 7 Roof Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24971105,Request for Tenders,Open Competition,Main Contractor for SIP: Upgrade of the Administration Bldg at Gisborne Boys High School,2049,20211019,20211111,20211201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 Background The school wishes to have their staffroom area reconfigured and updated to create a modern open-plan space Project consultants are: o Project Manager: Architects 44 Ltd o Lead Designer: Architects 44 Ltd 2.2 Required solution (method and approach) a. The Contract Works required are: i. Demolition of existing toilets & shower and internal walls, installation of new toilets & shower and kitchen. New joinery includes staff lockers and cubby holes, feature slat screen and sliding panels to separate the kitchen and TV areas. Full redecoration including acoustic ceilings. ii. The scale of the works is minor. iii. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. iv. See Tender Documents for further information. b. Timeframes are: i. Indicative Start date: 07/12/2020 ii. Indicative Due Date for Completion: 07/04/2022",Awarded,The scope of works has been reduced during post-tender negotiations.,319053,20250410 Ministry of Education - School Infrastructure,24971765,Request for Tenders,Closed Competition,"CW2021-114 Onslow College (the School) ECI, Roofing Works and potential additional works Main Contract Works MOE13603",MOE13603,20211015,20211112,20220504,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Tenders for CW2021-114 Onslow College (the School) ECI, Roofing Works and potential additional works Main Contract Works MOE13603 The Ministry is seeking a main contractor to provide Early Contractor Involvement (ECI) and Construction services for a roofing replacement project. This tender activity seeks to confirm personnel, programme and pricing for ECI services as well as for Phase 2 of the roofing refurbishment. Preliminary and general rates are also requested, which are to apply for the duration of the roofing refurbishment works. This tender is a direct negotiation with Hawkins Ltd through the Ministry of Educations Construction Directory Panel. Reserved Rights have been specified that provide the Ministry the flexibility to consider re-engaging the appointed contractor for the Roll Growth component of the project as well as for any additional works that may arise. The timeframe for the tender site visit is to be confirmed. Draft contracts will be released via NTT. Please note that all accompanying drawings and specifications will be released separately via a OneDrive link as a number of files are too big for the GETS system,. All questions during the tender are to be submitted through the GETS Q&A function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,24975084,Request for Proposals,Closed Competition,Request for Proposals for Crofton Downs Primary School and Newlands Primary School - Project Management Services,MOE14197,20211026,20211118,20211220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking suitably qualified Project Management (PM) Consultants, to provide PM services for two schools in the Wellington region. Crofton Downs Primary School is a school for students from years 1 to 6. The School has been identified as requiring roll growth works, including the following scope: Demolition of 1 building; Construction of a new building including two classrooms (230m2) and non-teaching space (60m2); This project requires a Project Manager to provide Services from the commencement of the overall construction period; This project is a Design and Build delivery methodology; Preliminary design has been completed by McKenzie Higham Architects and Developed Design has also been completed through the design management of Hawkins. Newlands School is a primary school for students from years 1 to 6. The School has been identified as requiring roll growth works including the following scope: Construction of a new four teaching space building, based off Te Aro block reference design; Construction of accessible ramp and stairs to adjoining school levels; Possible demolition of senior playground/fitness course; The project requires a project manager to provide services from the commencement of the design and build contract; This project is a design & build methodology; A feasibility design has been completed by McKenzie Higham architects; Some further accessibility considerations may need to be incorporated into the initial feasibility study.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24979718,Request for Tenders,Open Competition,"Main Contractor for Weathertightness Remediation and Upgrade Projects at Corinna School, Porirua",,20211026,20211119,20220718,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,"Maynard Marks. lvl 12, 89 The Terrace, Wellington","Block A This block was originally built in the 1960s and was the subject of an addition to the eastern end in 2002 now known as the administration block. This addition is clad in direct-fixed express-jointed fibre-cement panels and has a small portion of near flat membrane roof. The membrane roof over the entry foyer of the 2002 extension is failing due to insufficient upstand, insufficient clearance to underside of metal roof which has caused damage to the interior of this block. The express-jointed fibre-cement panels are also installed with insufficient clearance to ground level which has damaged the timber framing behind it. Some plywood panels which have been added to the original building at some point, are installed within sufficient clearance to ground level. A metal lintel above a brick window in the south eastern corner has corroded and caused movement and cracking in the bricks, this has opened a gap that is allowing moisture penetration. Whilst the focus of this project is towards weathertightness remediation, other elements of work that are packaged into the overall project for this building include: Proposal of a new learning space/ breakout space to existing library. Proposal to upgrade existing toilets to the library to make them self-sustained unisex toilets as per MoEs design guideline. Block B Mainly internal works to remove existing rooms and walls and create a new Whanau Room with foyer, verandah and WC. Externally there is new accessible ramp with handrails and new joinery units and minor alterations to external walls. Block C Internal work, mainly to refurbish toilets, remove internal offices and existing cabinets/workbenches and internal alterations. Externally, some new joinery units and small sections of cladding replacement.",Not Awarded,no tender responses,0,20250410 Ministry of Education - School Infrastructure,24979992,Request for Tenders,Closed Competition,Katikati College RFT Hall refurbishment and sickbay relocation,KATC5,20211021,20211117,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the RFT stage of the two stage RoI/RFT process,Awarded,,335251,20250410 Ministry of Education - School Infrastructure,24980025,Request for Tenders,Open Competition,Main Building Contractor for Administration Block Re-build at Whangarei Primary School,280,20211020,20211115,20220613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Administration Block Re-build at Whangarei Primary School,Awarded,"The Contractor has been chosen based on past experiences and satisfaction of works previously completed. The tenderer was determined to meet the requirements for proposed solution, capability, capacity, and price represents value for money.",0,20250410 Ministry of Education - School Infrastructure,24984081,Request for Tenders,Open Competition,Civil Works Contractor for the Central Park Project at Waitara High School,3208.11,20211021,20211125,20220121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project background is as follows: The central courtyard area at Waitara High school is in poor condition, with significant damage to the existing hard surfacing. The recent removal of several classrooms has increased the size of the courtyard space, and the Board seeks to use this as an opportunity to redevelop the area to provide a multipurpose outdoor space for students. This project forms stage one of a series of works, and is focused on developing the core circulation spaces and basketball court. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Rich Landscapes Ltd o Civil Engineer: TBA The Contract Works required are: i. Removal of existing hard surfacing ii. Development of new central park area consisting of hard surfacing, basketball courts, and grassed areas. iii. Replacement of stormwater main drain, possibly including alterations to branch drains. A design will be obtained from a civil engineer and either issued as a notice to tenderers, or a price obtained from the successful respondent. iv. The Contractor will be engaged through a Ministry of Education Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,"Awarded to Fulton Hogan Ltd based on achieving highest overall evaluation score. Please note the value listed is the low end of the price band advertised, and does not necessarily reflect the actual price.",100000,20250410 Ministry of Education - School Infrastructure,24985176,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Block C Refurbish Classrooms, Block A Replace Roof Coverings, Dyer Street School, Lower Hutt",5583,20211022,20211122,20211220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Dyer Street School is actioning a bundled 5YA and AMS project which combines roof coverings replacement and interior refurbishment of the Block C classrooms. The roofing project looks to renew the roofing membrane on the classroom corridor in Block A which is located at the south western end of the building. The butynol will be replaced with a more modern product that is MoE approved with some minor improvement to the pitch of the structure. The Block C refurbishment will look at DQLS improvements to three teaching spaces, some minor cladding renewal will be actioned and the translucent roofing to the front covered walkway will be changed to a flame retardant and trafficable product. The scheme will be traditionally executed with a full design team employed by the Dyer Street School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Report will be loaded once received via a NTT.",Not Awarded,"Lack of multiple tenderers has resulted in only one submission which has been deemed to be artificially high and not providing value for money. It is hoped that multiple submissions can be obtained early in 2022.",0,20250410 Ministry of Education - School Infrastructure,24985822,Request for Tenders,Closed Competition,Request for Tenders for Parkside School Refurbishment and Reconfiguration Works Main Contractor,MOE13427,20211019,20211116,20211221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for refurbishment and reconfiguration works at Parkside School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24986404,Request for Tenders,Closed Competition,"Main Contractor for AMS/LS: 1, 3: Property Modifications, New MPS & Partial Re-Roof & Drainage at Mt Somers Springburn School",3441-20-01,20211021,20211123,20220401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"Mt Somers Springburn School are wanting to do some property modifications, create a new multipurpose space, partial re-roof and drainage.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,24988306,Request for Proposals,Open Competition,"RFP - Architectural Design Services for Site - Bay Window Replacement & Weather Tightness Remediation at Paraparaumu College, Kapiti Coast",5683,20211026,20211118,20220208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Paraparaumu College wants to continue the delivery of its property improvement projects and proceed with a larger phased contract that will see the bigger infrastructure works actioned over three stages. Stage I will be the reconfiguration of the toilets, changing and shower facilities in the gymnasium (Block G). Stage II will comprise of the reconstruction of the bay window structures that are located around the perimeter of Blocks A, B, C and D. This project will incorporate the renewal of hot water convector heaters that are located within the exterior wall recesses. A site wide review of the mechanical heating and recommendations around use of fuels is currently being actioned. Stage III works will be the remediation and replacement of exterior envelope components as part of the response to weather tightness issues that have been identified by the Weather Tightness programme, this work is required on six college buildings. Architectural companies are asked to provide separate fee offers for the three components of the project based on the initial budgets made available for the construction work as follows: Block G Gym Changing Room and Toilet Refurbishment $1,135,000.00 Blocks A, B, C, D Replace Bay Windows $467,500.00 Blocks G, FF, PA, V, U, X Weather Tightness Remediation $680,000.00",Awarded,"Awarded to Re-Design Ltd, it is intended that the value of the contract resulting from this tender will be within $100k - $250k.",0,20250410 Ministry of Education - School Infrastructure,24988427,Request for Tenders,Open Competition,"Main Contractor for 1: Toilet, Resource and LSC Upgrade at Omakau School.om",217197,20211022,20211118,20220509,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Convert existing toilet spaces into combined Unisex Toilets ii. Remove existing, supply and install replacement toilet pans, cisterns, partitions, hand basins and floor coverings iii. The resource/storage area enlarged to allow for better shelving iv. Supply and install new shelving v. Reconfigure existing Staff WC and Store/Cleaners Room to accommodate LSC Office, Waiting Area, Accessible Bathroom (Shower, Toilet, Handbasin) & Storeroom",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,24989504,Request for Tenders,Open Competition,Main Contractor for Block 3 Remediation at Kaiwaka School,,20211025,20211118,20220412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Griiffiths and Associates are seeking a Main Contractor for Block 3 Remediation at Kaiwaka School,Not Awarded,The project was awarded to Commercial Maintenance Limited,0,20250410 Ministry of Education - School Infrastructure,24989586,Request for Tenders,Open Competition,Main Contractor for Combined AMS Blocks 2 and 4 Upgrade at Onerahi Primary School,"225362, 225364",20211027,20211203,20220525,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Combined AMS Blocks 2 and 4 Upgrade at Onerahi Primary School,Awarded,"The Contractor was the only tenderer for this project. The Contractor has been chosen based on past experiences and satisfaction of works previously completed. The tenderer was determined to meet the requirements for proposed solution, capability, capacity, and price represents value for money.",0,20250410 Ministry of Education - School Infrastructure,24990018,Request for Tenders,Open Competition,Blocks BDEGI Roofing Replacement and Remediation at Mayfair School,225467,20211022,20211125,20220506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"In order to maintain the integrity of the schools buildings a major roofing replacement programme has been approved. The project will be carried out in two phases: firstly replacement of the main roofing and secondly replacement of the lower metal roofing. This is because the celestial windows will need to be altered to allow the pitch on the flat roofs to be increased. These alterations will be tendered separately to a building contractor. This RFT is for phase I - main roof replacement as detailed in the attached working drawings. The detail for the lower roofs (phase II) isnt yet available. This will be tendered separately due to the urgency of phase I.",Awarded,,168659,20250410 Ministry of Education - School Infrastructure,24991269,Request for Proposals,Closed Competition,Request for Proposals for Knights Stream School Mingimingi Hautoa (the School) New School Expansion PM & ETC Services,MOE13898,20211021,20211117,20211222,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Knights Stream School Mingimingi Hautoa was a new school development which was constructed during 2017/18 and handed over to the school for occupation in January 2019. ii. A network report carried out in August 2021 on primary school provision in Halswell showed that residential growth continues at a very high rate with 2021 data supporting the findings. It is anticipated that Stage Two capacity at Knights Stream School will be required by 2023. The network report also confirmed increasing the masterplan capacity from 700 to 750 and therefore, a bulk and location exercise is currently underway to determine where a further 2 teaching spaces may be placed in the future. iii. Outcome sought Design and Construction of a new teaching block consisting of 11 teaching spaces (860m2 net) and includes 78m2 of resource area. A new outdoor playing court may also form part of the stage two design depending on available budget. The location of the new teaching block will be located on site as per the agreed Masterplan document completed during Stage One. iv. The school has agreed to accommodate the overflow of students within the existing buildings (saving the cost of temporary roll growth provision on site) provided the permanent spaces can be provided by Term 1 2023. v. It is the intentions to use the similar design as the Stage 1, block C design. This design went through the MoEs Design Review Process and therefore is deemed as a durable design solution and the MoE are happy to reuse this design. vi. The Procurement Strategy for the project has been developed around a two stage Design and Build contract approach. It is anticipated that there will be a two-stage consent process (Stage One enabling/civil works, Stage Two -superstructure). The Ministry have approached the incumbent Design and Build supplier, Southbase to provide us with their proposal to carry out the same D&B services for this project with the RFP deadline closing on 29th October. An open book approach for Stage 2 is required for this project. vii. Total indicative construction budget for the project is $5,200,000 (exact budget yet to be set).",Awarded,"It is intended that the value of the contract resulting from this tender will be within 0 - $100,000",0,20250410 Ministry of Education - School Infrastructure,24992014,Request for Quotations,Closed Competition,Knights Stream School -Mingimingi Hautoa (the School) New School Expansion Quantity Surveyor (QS) Services,,20211022,20211110,20211124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Knights Stream School Mingimingi Hautoa was a new school development which was constructed during 2017/18 and handed over to the school for occupation in January 2019. ii. A network report carried out in August 2021 on primary school provision in Halswell showed that residential growth continues at a very high rate with 2021 data supporting the findings. It is anticipated that Stage Two capacity at Knights Stream School will be required by 2023. The network report also confirmed increasing the masterplan capacity from 700 to 750 and therefore, a bulk and location exercise is currently underway to determine where a further 2 teaching spaces may be placed in the future. iii. Outcome sought Design and Construction of a new teaching block consisting of 11 teaching spaces. A new outdoor playing court may also form part of the stage two design depending on available budget. The location of the new teaching block will be located on site as per the agreed Masterplan document completed during Stage One. The masterplan of the school was developed and finalised during 2017. iv. The school has agreed to accommodate the overflow of students within the existing buildings (saving the cost of temporary roll growth provision on site) provided the permanent spaces can be provided by Term 1 2023. v. It is the intentions to use the similar design as the existing block C design. This design went through the MoEs Design Review Process and therefore is deemed as a durable design solution and the MoE are happy to reuse this design. vi. The Procurement Strategy for the project has been developed around a two stage Design and Build contract approach. It is anticipated that there will be a two-stage consent process (Stage One enabling/civil works, Stage Two -superstructure). The Ministry have approached the incumbent Design and Build supplier, Southbase to provide us with their proposal to carry out the same D&B services for this project with the RFP deadline closing on 29th October. An open book approach for Stage 2 is required for this project. vii. Total indicative construction budget for the project is $5,200,000 (exact budget yet to be set).",Awarded,"It is intended that the value of the contract resulting from this tender will be within 0 - $100,000",0,20250410 Ministry of Education - School Infrastructure,24992560,Request for Tenders,Open Competition,Main Building Contractor for Block B ILE Refurbishment and outdoor learning area at Netherton School,,20211022,20211119,20220118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Netherton School Board of Trustees want to engage a Main Building Contractor for Block B ILE Refurbishment and outdoor learning area,Awarded,,0,20250410 Ministry of Education - School Infrastructure,24995433,Request for Tenders,Open Competition,Main Contractor for Block 3 + 12 Refurbishment at Wellsford School,,20211027,20211119,20220225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Griiffiths and Associates are seeking a Main Contractor for Block 3 + 12 Refurbishment at Wellsford School.,Awarded,,707691,20250410 Ministry of Education - School Infrastructure,24998120,Request for Tenders,Open Competition,Main Contractor SIP Works Swimming Pool Changing Rooms Toilets at TKKM o Ruamata,,20211027,20211122,20220221,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,"The Board of Trustees is seeking a main contractor for the internal alterations to the existing swimming pool changing rooms to form 3 new toilet facilities, 2 accessed internally and 1 externally",Not Awarded,"No responses received, project has been readvertised",0,20250410 Ministry of Education - School Infrastructure,24999881,Request for Proposals,Closed Competition,Request for Proposals for Somerville Intermediate School Block 1 Faade and Building Improvement Project Lead Design Services,,20211022,20211126,20220201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS.,"Somerville Intermediates main building was constructed circa 1998-2004 and has 28 teaching spaces, an administration, hall and performing arts centre. It is steel framed and located in an exposed wind environment. It is a single storey building with an inward-sloped roof and internal gutters and includes a covered interior courtyard with rooms on either side.In 2012, a window above the interior courtyard broke in high wind event and fell into the internal courtyard during a weekend which triggered a series of investigations and projects. The Ministry and the school addressed the immediate health and safety risks temporarily by installing horizontal cross braces in the upper atrium space and on windows on both sides of the building, as well as structurally strengthening the library area. Structural assessments of the building found that its portal framing provides insufficient capacity for different kinds of loading, including dead (constant loads, including the weight of the building), live (dynamic temporary loads) and wind loads. In addition to the structural issues, destructive tests indicated the building has weather-tightness defects associated with the external cladding system and with the building's internal gutters and down pipes. A Major Works Structural Strengthening project to address some of the issues was carried out in 2019. Even though the window joinery replacement/upgrade was not in the scope of the project, temporary measures were taken to address some immediate H&S concerns associated with the windows at the time",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25004197,Request for Tenders,Open Competition,Tauranga Boys' College Floor Coverings replacement,223425,20211028,20211123,20220201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The RFT is for the replacement to floor coverings across multiple school buildings and will be staged across various periods from November 2021 to February 2023. By in large the works are replacing floor coverings however does include for the requirement to integrate some minor building works and associated painting works within the Contract.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25006473,Request for Tenders,Closed Competition,Main Contractors for SIP Project - Marae Complex Upgrade ( Raintree) at Ko Taku Reo Deaf Education NZ (Auckland School No 903,,20211028,20211118,20220323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Existing House used for accommodation to be converted to meeting facility with limited accommodation, upgrade to services and interiors",Awarded,,300000,20250410 Ministry of Education - School Infrastructure,25006847,Request for Tenders,Closed Competition,"Main Building Contractor, ILE Redevelopments, Halsey Drive School, Auckland",24680351,20211112,20211203,20220308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The project involves: redeveloping 3 existing teaching spaces into an Innovative Learning Education space; upgrading of two toilet blocks; relocating a sunscreen to another teaching block.,Awarded,,565685,20250410 Ministry of Education - School Infrastructure,25007013,Request for Tenders,Closed Competition,RFT for Main Contractor for Gym Entrance & Changing Room at Whangarei Girls High School,217471,20211028,20211118,20211221,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,Lifecycle replacement of carpet in the gym lobby and reconfigure changing room and storage area to accommodate students.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25008291,Request for Proposals,Open Competition,Request for Proposals for Minor Works Panel Tai Tokerau,MOE14254,20211026,20211217,20220413,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is intending to establish a new Construction Panel in the Tai Tokerau Region for Construction Works under $500,000. The Panel will consist of a list of Contractors pre-qualified based on their regional presence, organizational size, financial capacity, project and work type capability from which a direct appointment process will be undertaken in order to allocate a specific project. This approach would supersede the Ministrys procurement approach which is based on value thresholds. The objectives of this procurement and establishment of the Panel are: Streamlined procurement processes making Ministry opportunities more attractive and reducing operational burden. Incentives for good Contractor performance relating to future pipeline opportunities. Creating more robust relationships with our panel suppliers Manage regional costs Speed up response timeframes, including early contractor engagement. Utilize our panel to spread out workload evenly and fairly throughout the sector. The opportunity to use the panel as a programme of works rather than individual projects (proactive). Target The Ministrys Broader Outcome strategy. * This Panel will be available for utilisation of both Ministry and School Led projects.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25008578,Request for Tenders,Closed Competition,"Main Building Contractor, Weathertightness Remediation, One Tree Hill College, Auckland",24614500,20211028,20211118,20220125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"There are two buildings One Tree Hill College, Penrose, Auckland with weathertightness problems: Block AL (Administration Knowledge Centre) and Block PAC (Music Suite). Both buildings are located at the front entrance to the school. The weathertightness failures and consequential damage identified in a Remediation Inspection report, and that the Ministry has decided to address, are summarised as follows: Block AL: Roof Parapet - Reclad fibre cement cladding and associated flashings to parapet wall. These works form part of the recladding works recommended for the East wall face. East elevation and parapet above - Part south face above flat roof. Reclad wall faces where cracked and misaligned cladding, damaged substrates and associated flashings where damaged or missing. Remove, refurbish and reinstall affected external joinery. East wall - Base of wall to be reformed to allow the installation of a vermin control strip as part of the reclad works to the east wall. West elevation - An alternative solution is offered to the recommended solution to renew joinery and provide effective perimeter flashing to restricted wall opening including a 20mm max sill upstand. A new porch roof is proposed to shelter this exposed doorway. The door threshold sits hard down on a structural concrete beam and to raise the sill further may present a tripping hazard at this fire exit. The proposed porch has been designed without further penetrations to the Music Suite metal roof below and relies on the existing steel landing structure and the roof fascia above. Block H: East and West walls - replace fibre cement wall cladding with new cladding on timber battens and RAB on existing framing. North elevation: Replace interior linings to North elevation at low level below windows to allow installation of air seals. Replace or reinstate linings and architraves. One central teaching space requires removal and reinstatement of full-length trunking below the windowsill.",Awarded,,215000,20250410 Ministry of Education - School Infrastructure,25008733,Request for Tenders,Closed Competition,RFT for Flooring Contractor for Floor Coverings at Whangarei Girls High School,232849,20211029,20211119,20211203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Lifecycle replacement of floor coverings in staffroom, classrooms, library and gym offices.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25008964,Request for Tenders,Open Competition,(1696) TKKM o Bernard Fergusson A: ILE upgrade & Flexible Learning Space,230469,20211029,20211123,20211220,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"The overview of Contract Works required are: Block A Toilets: o Remove all existing fixtures and fittings for repurposing where possible; o Reconfigure existing male and female toilets into 4 single cell unisex toilets plus corridor for access during lockdown; o Install glazed doors into each classroom; Block A Breakout Space: o Construct new timber framed external walls to level the front of the building; o Cut and frame larger opening into each classroom and install glazed stacker doors to provide access between the new breakout and teaching spaces; o Construct new Unisex student toilets, including access to a lobby from teaching spaces; o Install new finishes and reinstate/install new fittings as required",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25009621,Request for Proposals,Open Competition,Electrical Contractor for the upgrade of distribution boards and lighting at Albany Junior High School,#6948-22-02,20211028,20211125,20220128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Electrical Contractor at Albany Junior High School. The project includes the procurement for the replacement of the original mainly fluorescent light fittings to LED lightings in the following eight Blocks: Administration; Whanau Centre Tui; Whanau Centre Makomako; Gym; Whanau Kiwi; Music Centre; Whanau Ruru, and Performing Arts Centre. Work also includes the upgrading of electrical distribution boards to suit the new circuits. The Contract Works required are: i. Replacement of all light fittings in teaching spaces, common areas and service rooms ii. Fluorescent fittings replaced with LED light fittings iii. Approximate number of fittings is 1,165. Tenderers to fully verify the exact number required by site inspection and state this in their tender. iv. Work to proceed systematically with one block finished before the next is tackled unless resources are sufficient to allow parallel works. v. Work to be undertaken without interference to the normal school activities of the students and staff vi. The Contractor will be engaged through a Medium Works Contract. The Principal prefers there to be no drawings and specification related Tags. vii. See Tender Documents for further information, especially the Schedule of Prices.",Awarded,,311665,20250410 Ministry of Education - School Infrastructure,25009871,Request for Tenders,Closed Competition,"Main Contractor for Main Contractor for Block 1, 2, 3, 4, 8, 10, 12, 13, 14 (100077), 16 DQLS Upgrade at Weymouth Primary School",,20211029,20211119,20221117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Weymouth Primary School Board of Trustees are seeking a Main Contractor for AMS Block 1, 2, 3, 4, 8, 10, 12, 13, 14(100077), 16 DQLS Upgrade",Not Awarded,"Project over budget, will be descoped and retendered at a later date.",0,20250410 Ministry of Education - School Infrastructure,25012113,Request for Proposals,Open Competition,Lead Design Services for SL: AMS ILE Upgrade at Manurewa High School,,20211101,20211124,20220308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Manurewa High School Board of Trustees are seeking Lead Design Services for their SL: AMS ILE Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25013135,Request for Tenders,Open Competition,"RFT - Main Building Contractor, Hall Refurbishment, Tawa School, Wellington",5512,20211101,20211125,20220110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Tawa School is comprised of single storey buildings of varied aged and styles. The work in the hall will fit an acoustic ceiling with LED lighting and insulation, pinboard to walls, window operating gear, heat pumps and new clear finish to floor. Off the technology space provide a glazed opening onto a new covered deck area and install a dust extractor. The work will provide new acoustic wall and ceiling linings, window gear and entry doors. New lighting, cable services and fixtures will be replaced or new as required by the final design solution. The scheme will be traditionally executed with a full design team employed by the Tawa School Board of Trustees producing full construction documentation.",Awarded,"Awarded to DS O'Leary Building Ltd, commencing 25.01.22 with anticipated completion date 31.05.22. It is intended that the value of the contract resulting from this tender will be within $100k-$250k.",0,20250410 Ministry of Education - School Infrastructure,25013790,Request for Proposals,Open Competition,Main Fitout Contractor for the Replacement of Floor Coverings and Wall Linings at Albany Junior High School,#6948-22-03,20211029,20211125,20211220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,410/246 Khyber Pass Road,"Fitout Contractor at Albany Junior High School. The project includes the replacement of floor coverings and wall linings in the following seven Blocks: Administration; Whanau Centre Kiwi; Music Centre; Performing Arts Centre; Gym; Whanau Centre Makomako, and Whanau Centre Tui. The Contract Works required are: i. Replacement of carpet tiles in teaching spaces, common areas and service rooms to the selected zones with Project Floor tiles to Master Specification 6512PF. The existing flooring is lifting and is at the end of its serviceable life. ii. Replacement of floor vinyl in teaching spaces, common areas and service rooms to the selected zones. The existing floor is bubbling and lifting. iii. Replacement of Entry Matting in teaching spaces, common areas and service rooms to the selected zones. iv. Replacement of Wall Linings with Autex Vertiface in teaching spaces and common areas to the selected zones. The existing linings are deteriorated being ripped and stained. v. Work to proceed systematically with one block finished before the next is tackled unless resources are sufficient to allow parallel works. vi. Work to be undertaken without interference to the normal school activities of the students and staff vii. The Contractor will be engaged through a Medium Works Contract. The Principal prefers there to be no drawings and specification related Tags. viii. See Tender Documents for further information, especially the Schedule of Prices.",Awarded,Thank you very much to the three tenderers for your efforts. May you all have a very restful and enjoyable Christmas.,424808,20250410 Ministry of Education - School Infrastructure,25014278,Request for Tenders,Closed Competition,Te Ara Maurea Roydvale School - CSR Contract Works,MOE14340,20211029,20211125,20220311,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Ara Maura Roydvale Primary School is part of the Christchurch Schools Rebuild (CSR) programme. The school currently has 12 teaching spaces and is operating with a one-classroom deficit. With a confirmed network Build Roll of 300 and Master Plan Roll of 450 there is an additional one teaching spaces required to meet SPG entitlement. The school has a strong cultural programme and has undertaken significant community engagement through the Education Brief. The school has extensive community connections with a wide range of stakeholders. The school buildings, grounds and facilities are in constant use. Project Scope: Stage One Moderate redevelopment of Block 1 is planned to bring the teaching spaces up to DQLS standards Provide one additional teaching space Demolition of the Dental Clinic The Hall has minor weathertightness issues that need to be addressed to further the long-term asset management of the building Site wide works Stage Two Moderate redevelopment of Block 2 is planned to bring the teaching spaces up to DQLS standards with requirement to provide one additional teaching space Refurbishment is planned for Block 5, 9 and 14 Site wide works to be completed The school will remain operational throughout the project and the project manager, in conjunction with the design team is to develop and staging programme of the work to an acceptable level that minimises the disruption of the school operations",Awarded,,2475021,20250410 Ministry of Education - School Infrastructure,25018497,Request for Tenders,Open Competition,Main Contractor for a Toilet Refurbishment Project at Tauraroa Area School,,20211102,20211125,20220425,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The purpose of this project is to upgrade the block 1 student toilets, student locker rooms and staff toilets at Tauraroa Area School. To achieve this, the project will improve the existing spaces by reconfiguring them, replacing the toilets including plumbing, new internal walls, and locker rooms. This project will be carried out in a staged approach: Stage 1: Student bathrooms, student locker rooms and hallway Stage 2: Womens Bathroom (staff) Stage 3: Mens Bathroom (staff)",Awarded,The contract was awarded to Guyco Construction and will start in April/May 2022.,256673,20250410 Ministry of Education - School Infrastructure,25020982,Request for Tenders,Closed Competition,Main Contractor for 1 10: Block Upgrade at Blomfield School,,20211101,20211117,20211217,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,This RFT is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for 1 10: Block Refurbishment at Blomfield Special School.,Awarded,"This contract is expected to be within the $250,000-$500,000 bracket",250000,20250410 Ministry of Education - School Infrastructure,25023394,Request for Tenders,Closed Competition,Main Contractor for New Gymnasium at Botany Downs Secondary College,,20211102,20211207,20220315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Botany Downs Secondary College Board of Trustees are seeking a Main Contractor for a New Gymnasium.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25026320,Request for Tenders,Open Competition,Construction work for Classroom and Hall refurbishment at Waiheke Primary School,,20211103,20211129,20220301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,Both tenders were over budget. negotiation with the lowest tenderer resulted in contract award.,0,20250410 Ministry of Education - School Infrastructure,25031989,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 3: Window Remediation and Door Joinery Replacement at Weymouth Primary School",,20211104,20211203,20221117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Weymouth Primary School Board of Trustees are seeking a Main Contractor for the Bocks 1, 3: Window Remediation and Door Joinery Replacement.",Not Awarded,"Project over budget, will be descoped and retendered in 2023.",0,20250410 Ministry of Education - School Infrastructure,25038674,Request for Tenders,Open Competition,Main Building Contractor for P:Roofing Replacement and Structural Remediation at William Colenso College,231361,20211105,20211130,20211117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,To Replace and remediate the roof on Block P - Gymnasium and ensure structural integrity,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25038856,Request for Tenders,Closed Competition,Request for Tenders for Main Contractor for LS Property Modifications at Fairlie Primary School,,20211105,20211129,20220407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 Toilet and Access Upgrades and Block 2, 3 and 10 Access Upgrades.",Awarded,The contract was awarded to Colin Shore Building Ltd and will start on 05/05/22.,318280,20250410 Ministry of Education - School Infrastructure,25039495,Request for Tenders,Closed Competition,RFT Main Contractors Block G Upgrade Gisborne Girls High School,20107,20211109,20211202,20220301,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"Gisborne Girls High School Board of Trustees are seeking to appoint a suitably qualified main contractor to deliver the proposed Block G works. This involves minor building alterations, joinery installations, and exterior decking works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25042604,Request for Tenders,Open Competition,Birkdale Primary School - Main Contractor for Classrooms 3 and 4 upgrade,AM01.03573.000,20211105,20211201,20211216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Classrooms 3 and 4 Upgrade at Birkdale Primary School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25045027,Request for Tenders,Open Competition,Ross Intermediate Classroom Upgrade Project Phase 1,Ross001,20211124,20211217,20211220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,We are looking to enhance a block of our classes with the addition of external decking and some internal opening being filled with sliding doors. This is Phase 1 of a 2 Phase project.,Awarded,Complete Renovation Solutions provided not only the most cost effective solution but also has a strong working knowledge of the school and infrastructure within.,318642,20250410 Ministry of Education - School Infrastructure,25045915,Request for Tenders,Open Competition,CW2021-167 Te Kuiti High School Roof Remediation Contract Works,MOE14480,20211111,20211203,20220120,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,"Te Kuiti High School Block A the roof on A Block has been identified in a Building/Engineers Reports as severely compromised and at high risk of failure. The intention of this procurement is to source a suitably capable Main Contractor to undertake works to address an existing roof with a metal profile and torch on membrane that does not meet current building standards or MoE Design Requirements and is failing, resulting in water ingress which is presenting a high Health and Safety risk to the occupants. In order to keep the envelope weathertight there is a requirement to redesign the roofs to satisfy aforementioned design standards and sufficiently re clad with a durable/safe solution. The design has been completed to remediate the roof and now the project is at the stage where the contractor can be engaged to undertake the remedial work The Contract Works required are: Removal of existing roof as per mark up and provided drawings. Construct new roof framing/cladding and associated works to the roof on block A as per indicated below and provided architectural drawings. Ensure connections to existing buildings are weathertight. All required service connections and reticulation services. All Health and Safety Requirements Allow to liaise with key stakeholders",Awarded,,180952,20250410 Ministry of Education - School Infrastructure,25047642,Request for Tenders,Open Competition,Main Contractor for Construction of New Exterior Ramp at Western Heights High School,4979,20211105,20211206,20220124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Construction of new exterior ramp at Western Heights High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25051506,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, SIP - Administration Upgrade, Pauatahanui School, Porirua, Wellington",5510,20211109,20211206,20220401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The schools administration spaces are poorly designed and with an increasing staff roll they struggle to enable ease of function and staff room space. The work proposed will refurbish the administration seeking as an outcome a better organised office and reception, toilet privacy and arrangement, increased office area and a larger staff room. The plan changes are all affected within the existing building envelope. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. PLEASE NOTE: In line with the current Public Heath Order all Contractors are to supply written confirmation to the PCBU that they and all their personnel to work on this project are vaccinated or exempt.",Awarded,"Awarded to Carrara Holdings, starting 02.05.22 with anticipated finish of 30.011.22. It is intended that the value of the contract resulting from this tender will be within $250k - 500K.",0,20250410 Ministry of Education - School Infrastructure,25052167,Request for Tenders,Open Competition,"Main Contractor for Refurbishment and redesign of Food Tech, Breakout and Laundry at Hauraki Plains College",,20211118,20211214,20220225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Hauraki Plains College Board of Trustees (the Buyer) is seeking a Main Building Contractor with proven expertise, experience, skills for Refurbishment and redesign of Food Tech, Breakout and Laundry. The finishes and colourways are expected to be vibrant and reflect a modern working kitchen environment. The Project involves, but is not limited to, the following: The Contract Works required are: - Block A - food technology area comprises of main classroom, pantry, store, breakout and laundry spaces. All areas will need to be addressed under this project. - Main Classroom works will include: walls linings, ceiling, and installation of new cabinetry. Install ductless hoods over existing hobs. Replace the existing window with a new external double door. - Breakout space works will include: Install large internal windows to the breakout space. Removal and replacement of flooring, wall linings, light and installation of built-in storage. - Pantry and storage works will include: Built-in cabinetry to create storage for books, kitchen appliances and create an integrated teachers desk. - Laundry: Reconfigure existing plumbing to cater to new appliances and fixtures. - The expectation is that this project will be a single stage delivery. - The site is level and easily accessible.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25057704,Request for Tenders,Open Competition,Main Building Contractor for Administrartion Alterations & Refurbishment at Mosston School,Mosston School,20211109,20211217,20220328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Mosston School, Whanganui are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block 1 Administration. The Contract Works required are: The project to Block 1 entails a remodel of the schools administration area to incorporate a new Principals office, new Whanau room, relocated sickbay, redeveloped front office and reception counter, this includes new door, floor coverings, wall linings, toilet work, lighting, new joinery units, cupboard space and associated painting, to improve usage and functionality. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be April 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,193640,20250410 Ministry of Education - School Infrastructure,25058192,Request for Tenders,Open Competition,Taumarunui External Learning Environment Jnr B: Block,6223,20211109,20211216,20220808,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Open up wall and fill with stacker doors. Construct new deck outside stacker doors,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25059918,Request for Tenders,Open Competition,Main Contractor for a Block 12 Classroom Refurbishment at Papatoetoe Central School,,20211110,20211206,20220801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Pinehill School wish to seek the services of a suitably qualified contractor to carry out a Block 12 Classroom Refurbishment Project at Papatoetoe Central School. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system regarding which scheduled site visit you will be attending. Site Visit 1 Tuesday 16th of November at 3pm Site Visit 2 Tuesday 23rd of November at 3pm Site Visit 3 Tuesday 30th of November at 3pm",Not Awarded,"It was expected that a minimum of 3 tenderers would be received, however we only received 1 tender via GETS whom only provided a quote for the flooring component of the project. Therefore we went to the open market to receive 2 more quotes.",0,20250410 Ministry of Education - School Infrastructure,25060290,Request for Tenders,Open Competition,"Main Building Contractor for Learning Support Modifications at West End School, Palmerston North",West End School,20211109,20211210,20220225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for West End School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications. The Contract Works required are: This project consists of adding a ceiling hoist, relocation of toilet, remodel of a door to the schools LSM facility, new ramps and steps to several locations, modification to ramps and modification to the pool changing room doors and its ceiling hoist. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,135726,20250410 Ministry of Education - School Infrastructure,25063981,Request for Proposals,Closed Competition,"Request for Proposals for B19 Roll Growth Cluster 29 Schools Botany Downs, Bairds Mainfreight Primary, Puhinui and Sutton Park Schools Project Management and Engineer to the Contract Services",MOE12531,20211108,20211129,20220215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant to manage and fill in the role of Engineer to the Contract for the roll growth projects at the B19 Roll Growth Cluster 29 Schools - Botany Downs School, Bairds Mainfreight Primary School, Puhinui School and Sutton Park School. Please note you are tendering for the required services for a bundle of four (4) schools together.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25066364,Request for Tenders,Closed Competition,Main Contractors for 5YA Project- Combined Works at Ponsonby School,,20211109,20211130,20220301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25067118,Request for Tenders,Open Competition,Main Building Contractor for the C Block Upgrade Project at Woodleigh School,3002.14,20211111,20220119,20220331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project background is as follows: The Woodleigh School Board seeks to undertake classroom, toilet, and exterior upgrades to C Block, toilet upgrades to A & B Blocks, and roofing works to E, B, & K Blocks. a. The Contract Works required are: i. C Block Upgrade: (a) Replacement of floor coverings and lighting to 6x Classrooms (b) Toilet refurbishment works (c) Cladding works (d) Construction of two exterior timber canopy structures (e) Development of outdoor learning space ii. A & B Block Toilet Refurbishment: (a) Toilet refurbishment works similar to C Block, to one group of WCs in A Block and two groups of WCs in B Block. (b) Replacement of hot water cylinder in staffroom, which supplies the A Block WCs. iii. E, B & K Block Roofing (a) E Block: Remove existing membrane roof, repitch roof structure, and install new profiled metal roofing, complete with spouting (b) B Block: Remedial work to fixings, replace 1x skylight (c) K Block: Remove existing roof and replace with new over new underlay and mesh. iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. There are no significant non-standard terms and conditions to the Contract. vi. See Tender Documents for further information.",Awarded,"Award value is the lower threshold of the price band in which the procurement is placed, and does not reflect the actual tender price.",500000,20250410 Ministry of Education - School Infrastructure,25067737,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 1 - Reconfigure and Modernise Administration Block, Paraparaumu Beach School, Kapiti Coast",5506,20211111,20211207,20220221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Paraparaumu Beach School has directed SIP funding to targeted improvements to the staff room, staff toilets, main entrance area and administrative office. The project will reconfigure and improve the layout and efficiency of the staff kitchen, modernise the existing toilets in their present configuration and refurbish the main reception area. Wall and floor finishes will be replaced and the mechanical heating / cooling improved. The scheme will be traditionally executed with a full design team employed by the Paraparaumu Beach School Board of Trustees producing full construction documentation.",Not Awarded,No compliant tender received.,0,20250410 Ministry of Education - School Infrastructure,25068671,Request for Proposals,Closed Competition,Request for Proposals for Te Kura Kaupapa Maori o Nga Maungarongo Wharekura Roll Growth Project Project Management Services,MOE14423,20211109,20211130,20220316,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This procurement is for Project Management Services at Te Kura Kaupapa Maori o Nga Maungarongo. The Services required are: Leading the Project through the project phases from Concept/Preliminary Design until the end of the defects period. To support the design and construction of eight (8) teaching spaces (consisting of 5 General and 3 Specialist teachings spaces). The development of non-teaching space areas (Admin, Library and Resource Area) to Build Roll and non-teaching spaces (Gym and Hall) to Master Plan Roll. Kura additional requirements Kura Stakeholders: the definition of Stakeholder will be uniquely specified to acknowledge the wider community and whanau connected to the Kura. Kura Stakeholders will include but is not limited to the following: Kura BoT (including Whanau), local community (geographical), Hapu and Iwi (whakapapa line of descent). Cultural significance/ Tikanga protocol: Tenderers methodology and processes are expected to recognise and respect matters of cultural significance/Tikanga protocols. Capability Key Personnel The Project Manager/ Project Team is responsible for maintaining good working relationships with the Kura and key stakeholder groups and to develop collaborative initiatives. This role requires to communicate effectively in Te Reo and English and have experience in Tikanga Maori. Capacity The Project Manager would require intermediate to advanced level of experience preferably in projects of a similar size.",Not Awarded,One one response received and the response did not meet the requirements.,0,20250410 Ministry of Education - School Infrastructure,25070655,Request for Quotations,Closed Competition,Asbestos Removal and Demolition Enabling Works at Arthur St School (the Contract Works),,20211111,20211203,20220121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: Arthur Street School is a decile 8, year 1-8 contributing primary school located in Dunedin, Otago, comprising nine teaching spaces providing current capacity for approximately 200 students. Following a review of the existing site it was determined that a redevelopment of the entire school to address significant infrastructure and accessibility issues is the best option for the future of the school. The existing pre 1900 hall (infant building) was excluded from this review and the scope. A masterplan for the site has been undertaken and design documentation completed. A two-stage phased approach has been proposed for the on-site work to allow the school to operate throughout construction. Due to age and history of the site an Archaeological Authority Application has been requested to cover the works. An Archaeological Management Plan has been completed for the work. All excavations work will be completed under the supervision of the Principals Archaeologist. It is highly likely that old foundations will be found in the construction site. The Archaeologist has requested that one week is allowed in the programme to allow the recording of these prior to removal Arthur Street School will receive a major redevelopment during 2022. To expedite the programme an enabling works package is being let for asbestos removal and demolition of the buildings located in the stage 1 work site. Asbestos removal and demolition to existing slab level. Excavation or foundation removal is not part of this work.",Awarded,,106537,20250410 Ministry of Education - School Infrastructure,25072200,Request for Quotations,Closed Competition,Kirkwood Intermediate School - Redevelopment - Project Management,MOE14634,20211111,20211207,20220401,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Kirkwood Intermediate School is part of the Christchurch Schools Rebuild (CSR) Programme. The school provides education for year 7 and 8 students, as well as being a technology provider to other schools. Detailed design has been completed for the school and the design team are in the process of preparing the tender/consent issue set and it is anticipated that the tender design package will be released to the main contractor in November 2021 This tender requests a submission for Project Management and Engineer to Contract Services.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,25073542,Request for Proposals,Closed Competition,Spotswood College Redevelopment Project Management Services,MOE09549,20211119,20220128,20220427,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Spotswood College is a secondary (Year 9-13) state school and the only co-educational English medium option within New Plymouth. Facilities at the school require significant investment, with some existing buildings having weathertightness, structural, or infrastructure issues or containing asbestos. This tender is for Project Management Services for Redevelopment works at the school.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,25073771,Request for Tenders,Open Competition,Main Building Contractor for Block A ILE Upgrade at Avon School,,20211111,20211214,20220225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the ILE upgrade project at Avon School. This includes the reconfiguration of some internal spaces in the main block and a Fire system upgrade.,Awarded,The Contract was awarded to Arthur Brown Construction,0,20250410 Ministry of Education - School Infrastructure,25074438,Request for Tenders,Closed Competition,"Main Contractor for AMS / LSC / SPG: 1, 6: New MPS Building & ILE Classroom Modifications & Roof Replacement at Broomfield School",3303-20-03,20211111,20211215,20230328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,Broomfield School is wanting to create a new multipurpose space and convert the old admin into 2 teaching spaces. The roof on Block 6 will also need replacing,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25074703,Request for Tenders,Open Competition,Main Contractor for SIP: Site: Senior Courts at Linwood Avenue School,3413-20-03,20211111,20211208,20220302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Linwood Avenue School are wanting to remove existing degraded handstand areas & replace with new asphalt and associated landscaping elements.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25079007,Request for Tenders,Open Competition,"Request for Tenders - Main Contractor for Roof Replacement Block A, J, L, I & G at Richmond School",,20211115,20211209,20220201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Scope of Works - The roof on block A is in poor condition and has a significant number of short sheets of iron which may cause issues in the future (rooms 4, 6, 7 & 9) Block J and (room 6 & 7) and Block L, the roof is nearing end of life and requires a replacement. Block I on the hall requires the butynol roof replaced.",Awarded,The contract was awarded to A D Bridge and Sons Builders and started on 4 February 2022.,279755,20250410 Ministry of Education - School Infrastructure,25086061,Request for Tenders,Closed Competition,"Main Contractors for Deck and Stairs Remediation Block 3, Kohia Terrace School",,20211115,20211207,20220627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,350000,20250410 Ministry of Education - School Infrastructure,25089121,Request for Tenders,Open Competition,Te Tipua School SIP LSC Staffroom Remodel,4027-20-LSC01,20211116,20211209,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Te Tipua School is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is March 2022 and the indicative completion date is July 2022. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,The contract for the Main Contractor for the SIP LSC Staffroom Remodel at Te Tipua School tender has been awarded to JC BUILDERS 2020 LIMITED,102245,20250410 Ministry of Education - School Infrastructure,25091954,Request for Tenders,Open Competition,"Main Contractor for the Upgrade of Classrooms, Laboratories and Toilet Blocks in Block D at Tangaroa College",,20211116,20220110,20220928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Tangaroa College is looking for a main contractor for the upgrade of Block D classrooms, laboratories and toilets. The block was first built in 1976.",Awarded,met the requirements of the tender,0,20250410 Ministry of Education - School Infrastructure,25096918,Request for Tenders,Open Competition,Main Contractor for a Block 1 Window Replacement at Campbells Bay School,,20211124,20211220,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Campbells Bay School wish to seek the services of a suitably qualified contractor to carry out a window replacement in block 1. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Wednesday 1st December 2021 at 3:15pm Site Visit 2 Wednesday 8th December 2021 at 3:15pm Site Visit 3 Wednesday 15th December 2021 at 3:15pm Important Note: If you are attending a site visit you need to have had your first dose of the covid-19 vaccine and be fully vaccinated by the 1st of January 2022. You also need to complete a negative covid test within 5 days of attending the site. Please email proof of vaccination records and a negative covid test to yellowstoneholdings@gmail.com",Awarded,,396183,20250410 Ministry of Education - School Infrastructure,25110022,Request for Tenders,Closed Competition,Glen Eden Intermediate School - AMS/ILE Upgrade,,20211118,20220124,20220729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Following on from ROI for the same project. See attached the tender documentation for the RFT stage of the tender. This project will be completed in conjunction with the Glen Eden Intermediate Weathertightness remediation project with the staging and programme sequence to be agreed with the successful contractor.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25110308,Request for Tenders,Closed Competition,Glen Eden Intermediate School - Weathertightness Remediation,,20211124,20220124,20220729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Following on from ROI for the same project. See attached the tender documentation for the RFT stage of the tender. This project will be completed in conjunction with the Glen Eden Intermediate AMS/ILE Upgrade project with the staging and programme sequence to be agreed with the successful contractor.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25110862,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C, D Carpet Replacement at Manurewa High School",,20211119,20211214,20220321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Manurewa High School Board of Trustees are seeking a Main Contractor for Blocks A, B, C, D Carpet Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25110997,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C, D, K, RA, T, O, W, X Lighting Upgrade at Manurewa High School",,20211124,20211218,20220404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Manurewa High School Board of Trustees are seeking a Main Contractor for Blocks A, B, C, D, K, RA, T, O, W, X Lighting Upgrade",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25111781,Request for Tenders,Open Competition,Main Contractor for Block A Redevelopment at Waikaia School,20-006,20211119,20211222,20221013,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"The Waikaia School Board of Trustees are looking for an experienced main Contractor for the redevelopment of Block A at Waikaia School. The project includes for the redevelopment of the Schools main teaching & administration block (A) that includes teaching, breakout, admin, resource, technology & teacher support spaces etc. It will also include the provision of an office space for the Learning Support Coordinator. Structural upgrades to create internal open spaces and alternative roof structure are also included.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25111842,Request for Tenders,Closed Competition,"RFT for Main Contractor for Reconfigure Reception, ILE and New Toilet Block at Kamo Primary School",227186 & 227187,20211125,20211220,20220224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE works, administration area refurbishment and new toilet block at Kamo Primary School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25117229,Request for Proposals,Open Competition,Lead Design Services for Matangi School Bespoke 4 Teaching Space,,20211119,20211214,20220225,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Matangi School is looking to procure Lead Design Services for the design of the Schools new bespoke 4TS block and relocation of existing hall building.,Not Awarded,"The tender has been awarded - WSP Architecture Studio Leader, Hamilton",0,20250410 Ministry of Education - School Infrastructure,25117427,Request for Tenders,Closed Competition,Main Contractor for SIP: AMS: B & D: Roof Replacement & Classroom Floor/Wall Covering,3206-21-05,20211119,20211210,20211217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Motueka South School Board of Trustees are seeking a Main Contractor for Block B & D Roof Replacement & Classroom Upgrades,Not Awarded,Nil return,0,20250410 Ministry of Education - School Infrastructure,25117776,Request for Tenders,Closed Competition,"Leithfield Primary Demolition works, 1 TS Roll Growth, 2 TS Redevelopment and new library Main Contractor",MOE14651,20211119,20211221,20220315,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Leithfield Primary Demolition works, 1 TS Roll Growth, 2 TS Redevelopment and new library Main Contractor The project involves demolition of the existing old and deteriorated Cebus type block (2x teaching space block) and the old library block. The new block construction will therefore be designed and constructed to provide 3x teaching spaces and a new library. The school is located in a rural village approximately 42km north of Christchurch City. The school site is situated at the top of a steep, tiered embankment with access either via the main driveway or by a farm track at the opposite end of the site. This tender is for the Main Contractor works for this project.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,25120391,Request for Tenders,Open Competition,Main Contractor for TKKM o Tamaki Nui a Rua (Dannevirke) - Block A Upgrades,,20211122,20211216,20220408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Background:- The BOT at TKKM o Tamaki Nui a Rua seek the services of a Main Building Contractor to undertake the construction and upgrades to Block A on the school site. The work involves the following alterations:- - Demolition of existing internal partition walls, exterior walls, timber decks & steps and isolation, disconnection & removal of redundant services. - Allow for new footprint extensions; substructure, external walls, roof structure & finishes and all associated internal finishes. - Install new external windows and doors to suit the new configuration. - Reline walls and ceilings with specified systems including acoustic treatments. - Form openings between classrooms to allow better connectivity. - Redevelop and reconfigure the existing Admin and Resource spaces throughout the Block. - Install new carpet tiles and vinyl flooring. - Paint all appropriate new surfaces. - Install new acoustic wall coverings throughout. - Fit out with new electrical, data and plumbing fittings. - Upgrade the existing MSB and submains to the Kura. - Construct new deck, stairs and accessible ramp complete with balustrades and step nosings. New decking to existing deck areas. - The project will be a turnkey project where the completed building will be handed over to the school for use on completion. Required solution (method and approach):- - Medium sized classroom upgrade project. - Single stage construction project. - The project will be complete in a live kura / school environment and therefore will require extra health and safety measures. All material deliveries to be coordinated with the school and ideally undertaken outside of normal school hours were practicable. - The Contractor will be engaged through an MOE Medium Works Contract. - The Contractor is required to undergo police vetting for all personnel on this project. - The Contractor is required to have fully vaccinated personnel on this project only in line with the COVID-19 vaccination requirements for MOE projects. Tender Documents included:- - RFT Document - Tender Response Form A - Tender Response Form B - Works Price Schedule - Medium Works Contract - Architectural Drawings & Spec - Structural Engineers Report & Design (Incl. Geotech) - Fire Report - Truss Design",Awarded,"Both Tenders higher than budgeted. Ongoing VE required to bring costs down in line with budget. Currently negotiating with M&B who was in the order of $200k less than the other tenderer. Final contract price and award to be issued as soon as VE process is completed.",950000,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,25123295,Request for Tenders,Open Competition,Roofing Contractor for the Roof Remediation at Hawera High School,3151.03,20211124,20220121,20220131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project background is as follows: The School board are seeking to undertake roof remediation work to blocks E (Dixon Block), S (Gray Block) and W2 (Teramanui Block) to extend the usable life by 5 years minimum. Project consultants are: o Project Manager: Ardern Peters Architects The Contract Works required are: i. Remediation work to blocks E (Dixon Block), S (Gray Block) and W2 (Teramanui Block include the following scope: - Treatment of moss and mould (already underway) - Minor repairs to substrate & window sills as required - Repairs / re-adhesion of membrane laps - Install appropriate mounting systems for roof mounted systems (i.e. heat pumps) - Application of liquid applied membrane system The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. There are no significant non-standard terms and conditions to the Contract. See Tender Documents for further information. Timeframes are: Indicative Start date: TBA, expected to be during Term 1 of 2022 Indicative Due Date for Completion: TBA, to be nominated by contractor",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,25126173,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 2 - Replace Windows and Create Outdoor Learning Area, Cashmere Avenue School, Wellington",5543,20211124,20211217,20211220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Cashmere Avenue School has developed a classroom improvement project that will see the original timber windows replaced along with the introduction of new external doors to enable improved access to an area for outdoor learning. The introduction of SIP funding will allow a large weather canopy to be constructed on the rear side of Block 2 together with the provision of fixed bench seating to create a connected outdoor learning space with direct access from the three classrooms. The scheme will be traditionally executed with a full design team employed by the Cashmere Avenue School Board of Trustees producing full construction documentation. PLEASE NOTE: NTT will be issued to include Construction Details and Internal Elevations.",Not Awarded,No responses received. Will reissue tender.,0,20250410 Ministry of Education - School Infrastructure,25129143,Request for Tenders,Closed Competition,Main Contractor for Block A AMS & 5YA Works at TKKM o Ruamata,,20211122,20211215,20211221,,Sole Agency,No,,"TKKM o Ruamata Board of Trustees are seeking main contractors to undertake AMS and 5YA works to Block A, a 2 classroom block with attached toilets and staffroom. The works will include new outdoor learning environments with veranda roofs. Internally there will be new ceiling, wall and floor coverings and the student toilets will be refurbished.",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,25131580,Request for Tenders,Open Competition,Main Contractor for Block 7 ILE Upgrade at Cockle Bay School,,20211126,20211221,20220510,,Sole Agency,No,,"The school is seeking a Main Contractor to complete an upgrade of two teaching spaces. Block 7:",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25136501,Request for Tenders,Open Competition,"Main Building Contractor For A,C,E,F,G,I: Roof replacement at Tamatea High School",220942,20211124,20211220,20220427,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Replacement of the roofs at Tamatea High School on Blocks A, C, E, F, G and I",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25137222,Request for Proposals,Closed Competition,Request for Proposals for Kamo High School Redevelopment Early Contractor Involvement Services,MOE13872,20211123,20211223,20220210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced contractor to provide early contractor involvement services, advice and a Pricing Proposal for Kamo High School redevelopment project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25137861,Request for Proposals,Closed Competition,Request for Proposals - Palmerston North School 2 - Quantity Surveyor Services and Potential Additional Rights,,20211123,20211215,20220221,,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Palmerston North School #2 (the School) New Build Quantity Surveyor Services and Potential Additional Rights (the Services). ii. The Ministrys network team have commissioned the need for a new school to be built in Palmerston North on a constrained greenfield site. iii. Build roll 350 and Master Plan roll 650. iv. Approach for design is to engage a Consultant for full Master Planning services to inform the Business Case. Once the Business Case is approved a Design and Build RFT will be issued to find a Main Contractor to provide full Lead Design services, as well as Construction under a D&B contract. v. As part of the Master Planning phase, a full due diligence package is to be undertaken by the Master Planning consultant/architect. vi. Preferred construction completion June 2025",Awarded,The contract for Quantity Surveyor has been awarded to White Associates Limited and will start in August 2022. Price Band: $10K - $50K.,0,20250410 Ministry of Education - School Infrastructure,25138260,Request for Tenders,Open Competition,Property Management and Caretaking Contract for Papakura High School,,20211125,20211221,20220203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papakura High School are requesting the services of a suitably qualified property management contractor to cover daily, weekly and holiday caretaking duties for the school. All Tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please contact Karee Lilley (the point of contact) on 0274321899 or k.lilley@papakurahigh.school.nz to arrange an appointment to visit the school. Important Note: If you are attending a site visit you need to have had your first dose of the covid-19 vaccine and be fully vaccinated by the 1st of January 2022. You also need to complete a negative covid test within 5 days of attending the site. Please email proof of vaccination records and a negative covid test to k.lilley@papakurahigh.school.nz prior to your appointment to visit the school.",Awarded,,569500,20250410 Ministry of Education - School Infrastructure,25138534,Request for Tenders,Open Competition,RFT for Contractor for Cleaning Services at Auckland Girls Grammar School,,20211124,20211221,20220214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Auckland Girls Grammar School currently has in place a 24-month fixed-term contract for cleaning services, with the potential for renewal for ongoing services, to deliver the required cleaning services as set out in the attached cleaning schedules for three site campuses.",Awarded,,289995,20250410 Ministry of Education - School Infrastructure,25139027,Request for Quotations,Closed Competition,CW2021-120 Taihape Area School Quantity Surveyor and Engineer to Contract Reserved Right RFQ,,20211123,20220131,20220224,,Sole Agency,No,,"Project background is: i. Taihape Area School is a year 1-15 composite school in the Taihape township. The school building is a new school facility that was constructed in 2009. The project was managed by the Board of Trustees. The facility is a single large block of 4,986 sqm that houses the whole school ii. Since occupying the building in 2009, the school has had numerous problems stemming from poor design, use of domestic fittings, poor workmanship and failing infrastructure. In 2013 Prendos were engaged to provide a report on the condition of the building. This report confirmed that the building envelope is leaking and rapidly deteriorating in numerous areas. iii. A business case was approved in March 2019 to rebuild most of the school, with the project on hold until the geotechnical issues were resolved, and the building site confirmed. iv. Replacement of Block A with connection to the existing Hall/Multi-purpose space v. Construction completion date June 2024",Awarded,"The contract was awarded to Maltbys Limited and will start on 21 February 2022. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $250,000-$500,000.",0,20250410 Ministry of Education - School Infrastructure,25149779,Request for Quotations,Closed Competition,Request for Quote - Northcote College - Stage 2 - Refurbishment Works,MOE14718,20211124,20211217,20220301,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,"Northcote College (years 9-13) is in Northcote, Auckland with a July 2018 roll of 1,114 students and 60 teaching spaces. There are also 5 Board-owned teaching spaces. The school was founded in 1877 and is the oldest secondary school on the North Shore. The school is decile 7. The school sits on 8.92ha of north facing land and is bounded by Onewa Road and Kauri Glen Road. Generally, sports areas are located to the Northern side and buildings to the West and South Boundaries. Buildings range in age from 1877 to 2005, with heritage status Category A notified by Auckland Council on four buildings (Blocks C, D, L and Z) which affects their exterior aesthetics only. Predominantly, buildings built between 1930s and 1970s are well maintained and comprise cellular single level timber framed buildings with two cellular timber framed buildings at Nelson Blocks. There are two recent newer buildings constructed in 2005. 58 teaching spaces are located on the North Eastern side of Kauri Glen Road, with the remaining 2 located on the other side of this road. Due to the dilapidated condition of building block F (known by the school as the Oro block) it was identified by the Ministry school property team that the fire alarm system in this block no longer met the requirements of the building code and needs to be upgraded to meet compliance. This work is deemed to be a capital upgrade and has been handed to the Ministrys Education Information Service (EIS) delivery team to manage and deliver. Upon further inspection of block F, it has also been determined that the load bearing external walls of the block require replacement along with the existing external cladding which is asbestos fibre cement board. Due to the building alarm system and external walls requiring an upgrade the work is deemed urgent and is a separate requirement to the planned redevelopment of the college to be procured separately. A lead design consultant for the project was procured in October 2020. Kakapo Design trading as Fat Parrot Architecture. As part of their engagement with the Ministry they have been instructed to act as agents for the Ministry of Education, are authorised to apply for and uplift the outline plan of works (OPW), prepare issued for construction (IFC) drawings to support an application for Resource Consent and Building Consent as well as any other documentation required to allow this work to take place.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25159538,Request for Tenders,Closed Competition,"ILE Upgrading to Block 5 Classrooms 46+47 + Block 7 Classrooms 48+ 49 plus installation of a Canopy Structure at Northcross Intermediate School, Browns Bay, North Shore, Auckland",,20211125,20211217,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,9 Landsberg Way,"Northcross Intermediate School Board of Trustees [the Buyer) is an inviting to suitably qualified contractors to submit a Tender for Main Contractor for ILE Upgrading to Block 5 Classrooms 46+47 + Block 7 Classrooms 48+ 49 plus installation of an associated Canopy Structure at Northcross Intermediate School, Browns Bay, North Shore, Auckland. The Contract Works required are: o ILE Upgrading to Block 5 Classrooms 46+47 + Block 7 Classrooms 48+ 49 plus installation of an associated Canopy Structure. o The classrooms themselves will have new linings, both inside and out which will provide the opportunity to install new insulation where possible. New window, door joinery and cladding outside and Vertiface pinboard linings, carpet and ceilings inside. LED Lighting, power, heating, data etc. o The associated deck and canopy linking the classrooms will provide outdoor learning facilities. o The project involves removal of cladding/materials containing Asbestos which will require approval of an Asbestos Management Control Plan prepared by the contractor prior to work commencing. ASBESTOS: The Asbestos survey has identified where asbestos is present in the contract areas. Contractors should demonstrate that they have relevant experience in the safe removal, handling and disposal of asbestos and must include the costs for removal, handling and disposal under MOE/Worksafe guidelines including air monitoring within their tender. Following acceptance of tender, an asbestos management plan would be required from the contractor for approval that meets MOE and Worksafe requirements, before works commences. This would include details regarding handling and disposal with air monitoring and clearance certificates required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25168340,Request for Tenders,Open Competition,"Patea Area School, Taranaki",Patea Area School,20211129,20211222,20220408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Patea Area School, Taranaki are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block E. The Contract Works required are: Art Room: Construct new storage unit and new melteca unit bench top unit, acoustic ceiling tiles, replace existing door with new aluminium door, install new autex composition, install new vinyl to floors and bench top, replace tapware, replace existing lighting with new LED lighting, and associated painting. Prep Room: Install new acoustic ceiling tiles, install new autex composition, install new vinyl, replace existing lighting with new LED lighting, install new fan unit, and associated painting. Science Room: Install new formica bench top, install new acoustic ceilings, install new autex composition, install new vinyl to floors and bench top, install new isolating tapware and long neck taps, replace existing lighting with new LED lighting, and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started as soon as possible once confirmation of approval is advised. This could possibly be April/May 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25168916,Request for Tenders,Open Competition,"Papatawa School, Woodville",Papatawa School,20220125,20220225,20230310,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Papatawa School, Woodville are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block E. The Contract Works required are: Flexible Learning Spaces: Open up internal walls. Install glazed sliding stacker doors, making good wall and floor surfaces. Outdoor Learning Area: Install new covered outdoor learning area with new deck including steps and ramps, provide new aluminium doors from multipurpose space opening onto deck. Floor Covering: Replace existing floor coverings with new commercial carpet tiles. Building extension of approx. 4.6m x 5.2m for larger meeting room and staffroom area and building extension of approx. 7.1m x 8.8m for Multipurpose Space. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started as soon as possible once confirmation of approval is advised. This could possibly be April/May 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,School is due to close April 2023. No further works are to be undertaken at the school.,0,20250410 Ministry of Education - School Infrastructure,25169255,Request for Tenders,Open Competition,New Artificial Turf Surface - ST Clair School,,20211130,20220120,20220411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The St Clair School Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed artificial turf surface. The work primarily involves bulk excavation, stormwater drainage, concrete work and the installation of the new turf surface.",Awarded,"Following a review of the tenders received, this contract has been awarded to Fulton Hogan Limited.",0,20250410 Ministry of Education - School Infrastructure,25170393,Request for Tenders,Open Competition,Main Contractor for Dannevirke High School (Dannevirke) - Block F Upgrades,,20211202,20220128,20220304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Background:- The BOT at Dannevirke High School seek the services of a Main Building Contractor to undertake the construction and upgrades to Block F on the school site. The work involves the following alterations:- Isolate, disconnect and remove redundant services where required (primarily electrical & data with radiators to remain operational throughout). Full internal strip out of existing floor coverings, hessian wall linings and fixed joinery items. Removal and disposal of all existing hall way doors (including Room 33) and forming new door openings where identified in the drawings. Remove existing timber windows and reinstate with new powder-coated aluminium window inserts to suit. Includes high level windows and new manually operated window openers. Form opening between rooms 29 & 30 to allow better connectivity. New solid core internal doors complete with vision panels into Classrooms. Install new carpet tile flooring, acoustic ceiling tiles and acoustic wall linings throughout. Paint all exposed plasterboard services, trims and doors as specified (includes all prep work). New fixed joinery; storage cupboards and shelving units. Electrical power and LED lighting fittings as specified. The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. Required solution (method and approach):- Medium sized classroom upgrade project. Single stage construction project. The project will be complete in a live kura / school environment and therefore will require extra health and safety measures. All material deliveries to be coordinated with the school and ideally undertaken outside of normal school hours where practicable The Contractor will be engaged through an MOE Medium Works Contract. The Contractor is required to undergo police vetting for all personnel on this project. The Contractor is required to have fully vaccinated personnel on this project only in line with the COVID-19 vaccination requirements for MOE projects.",Awarded,Came down to response form B. Higher cost in Lee Builders submission primarily driven by being located further afield and therefore increased P&G and travel costs.,281000,20250410 Ministry of Education - School Infrastructure,25171381,Request for Tenders,Open Competition,Request for Tenders for Whangarei Boys High School Redevelopment - Demolition Works,MOE12704,20211126,20220209,20220509,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,"Whangarei Boys High School is currently going through a full re-build project with over 80% of the school being rebuilt onto the lower sports fields. The redevelopment works is being carried out by a Main Contractor, and is to be completed and handed over to the school to occupy in January 2022. At the conclusion of the re-build works, the school will decant into the new facilities, leaving the existing 80% of the school empty and ready for demolition. This procurement is to select a best suitable contractor for the demolition works which will also include asbestos and hazardous material removal. All applicable project specific details are provided as attachments in this tender notice.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25171848,Request for Proposals,Open Competition,"Main Contractor for B, C and D Roofing and Spouting Replacement at East Gore School",227737,20211130,20220128,20220214,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,Please completed all documents provided.,Awarded,This tender has been awarded to Jones & Cooper 1995 Limited,144038,20250410 Ministry of Education - School Infrastructure,25175746,Request for Tenders,Open Competition,"Request for Tenders (RFT) Early Contractor Engagement for Weathertightness, DQLS upgrade and toilet refurbishment at Pt England School",,20211207,20220121,20220222,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All responses must be uploaded on GETS," ECI Services contribute to completion of design in collaboration with Principals consultants, provision of pricing proposal for the contract works which is less than the affordability threshold Construction Services - Weathertightness repair of 2 classroom blocks and school hall involving replacement and re pitch of some of the rooves, replacement of internal gutters, flashings, framing repair and cladding replacement, DQLS upgrade of 11 classrooms and corridors in Block 1 and 2, including some wall lining replacement, floor covering replacement, some LED lighting and electrical upgrade, Bathroom refurbishment of toilet areas in Blocks 1,2 and 8",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25176338,Request for Tenders,Closed Competition,"Request for Tender - Main Contractor for Block 1,2,3,5,6 Replace Roofing at Methven School",,20211201,20220125,20220627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,The contract was awarded to Bradford Building Ltd.,365135,20250410 Ministry of Education - School Infrastructure,25177899,Request for Tenders,Open Competition,"Main Construction Contractor for the Proposed LSC Office, AMS Breakout Space & LSPM Bathroom at Matarau School",#218890,20211201,20220121,20220531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The outcome sought for this procurement is the securing of services of a suitably experienced and qualified main construction contractor to undertake the construction of the proposed LSC Office, AMS Breakout Space, and LSPM Bathroom additions to the existing Block 15 classroom building at Matarau School. The Contract Works required are generally broken up into two main work areas; the new LSC office / Breakout space addition, and the new LSPM Bathroom addition. It is intended each will be a separable portion of the contract works, and are to be priced separately in the RFT Schedule of prices document. The Scope of the proposed LSC office / Breakout space addition generally includes: The Clearing of existing ground, the removal of the existing wall cladding, soffit and barge board on the east side of classroom 3, and the demolition of a portion of the east wall framing to allow for a new door (id-01) The construction of a new building containing the LSC office and breakout space tied into the existing classroom 3 including the construction of a new concrete pad for heat pump compressor units. The construction of new concrete steps and covered walkway outside the new breakout space as a continuation of the existing walkway. The Scope of the proposed LSPM bathroom addition generally includes: The clearing of existing ground, the removal of existing wall cladding and building wrap on the north wall between classrooms 2 and 3, and the removal of existing window and wall framing to allow for a new door (D02). The demolition of a portion of the existing roof eaves where required for construction of the new universal bathroom. The construction of a new building addition to accommodate the new LSPM bathroom, tied into the existing building between classrooms 2 and 3 The installation of 2 new skylights and relevant flashings in the existing roof.",Awarded,,367433,20250410 Ministry of Education - School Infrastructure,25182495,Request for Tenders,Open Competition,Learning Support Modifications to Block A and Block F plus Storm water drainage,,20211201,20220127,20220930,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Learning Support Modifications to Block A and Block F plus Storm water drainage at Nelson Park School NOTE : this project includes three separate portions 1) Fairhaven Unit Block F LSM internal work, 2) Nelson Park School Block A LSM internal alterations and external ramp and 3) Site : Block A surface water drainage works. Block F is internal alterations to the Fairhaven Unit Block A is internal alterations and accessible ramp to Block A Storm water work is a replacement of an existing SW drain line",Awarded,,455805,20250410 Ministry of Education - School Infrastructure,25185600,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block D - ILE Upgrade of Classrooms, Otari School, Wellington",5667,20211203,20220127,20230116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block D was erected in 1995 and is a two classroom building conjoined to an adjacent toilet block. It is a simple gable form timber framed structure. Work will refurbish the classrooms along with the adjacent toilets and replace an area of membrane roof. The scheme will be traditionally executed with a full design team employed by the Otari School Board of Trustees producing full construction documentation",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 30.06.23. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.",0,20250410 Ministry of Education - School Infrastructure,25186024,Request for Proposals,Closed Competition,CW2021-176 Greenpark School Redevelopment Lead Design Services,CW2021-176/MOE14705,20211201,20220125,20220222,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Greenpark School (the School) Redevelopment Lead Design Services (the Services). This RFP is being conducted as a secondary selection process under the Ministry of Educations Professional Services Directory Master Planning and Lead Design Services and is subject to this panels terms and conditions More information is found in the RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25186366,Request for Tenders,Open Competition,Main Building Contractor for the A & C Block ILE Upgrade Project at Moturoa School,3089.19,20211207,20220217,20220331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board are seeking to undertake DQLS refurbishments to A & C Block as outlined in the 10YPP. The Contract Works required are: A Block Classroom (x3) and adjacent corridor - o Relocate resources from corridor to resource space to enable the corridor to be used as flexible learning space adjacent to the classrooms. o Install new commercial grade carpet tiles to classrooms & corridor; o Install composition / acoustic wall board to classrooms, o Replace vinyl to wet areas (x3); o Install new whiteboard storage units to classrooms (x3) A Block Resource Room / Work Room - o Internal reconfiguration to form bigger resource / work room space o Install composition / acoustic wall board to nominated walls o Allow to repaint existing linings as nominated o Install new commercial grade carpet tiles C Block Classrooms (x2) - o Refurbishment of CR 1 & CR7 including; o New carpet tiles; o Composition / acoustic wall board; o Direct fixed acoustic ceilings; o Wet area joinery replacement (x1 classroom only); o Whiteboard storage units (x2 classrooms). o Alterations include; remove wall between CR 1 and Res 3 and install new sliding glass door; o New exterior access to CR 1 via a new hinged door to the landing. o Note - both of these alterations require the removal of sheet cladding that is suspected ACM.",Awarded,"Award value is the lower threshold of the price band in which the procurement is placed, and does not reflect the actual tender price.",100000,20250410 Ministry of Education - School Infrastructure,25193350,Request for Tenders,Open Competition,"Main Contractor for design, supply and install of Shade Structure at Western Springs College",,20211203,20220112,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Board of Trustees at Western Springs College is wanting to install a shade structure where student are able to gather under shade during the summer months.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25193820,Request for Tenders,Closed Competition,RFT for Main Contractor for New Roll Growth Classroom at Rotorua Specialist School,4992,20211206,20220128,20220303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Seeking registrations from suitably qualified and experienced main contractors to build a new 219sqm roll growth classroom at Rotorua Specialist School.,Not Awarded,Only one tender was received. As a result there is no winning response. A new separate open tender process will now be launched on GETS.,0,20250410 Ministry of Education - School Infrastructure,25195436,Request for Tenders,Closed Competition,RFT: Main Contractor for the 5YA Bundled Project at Birkdale Intermediate School,24985544,20211208,20220118,20220420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"1 Broadway, Newmarket, Auckland (Greenstone Group Offices)","Birkdale Intermediate is located on Birkdale Street, Birkdale, Auckland. This procurement seeks to bundle smaller works packages into one main contract to provide programme and cost efficiencies. A bundled 5YA project for site wide upgrade and replacement works at Birkdale Intermediate School, split into three distinct workstreams as follows: i. Roofing and Covered Walkway (referred to as RCW Project) ii. Hall Rationalization Project (referred to as Hall Project) iii. 4 Classroom Refurbishment (referred to as AMS Project) Project commencement date is to be confirmed. Most likely Q4 2021 (i.e. February 2022) This RFx is the second part to a dual stage RFx approach (ROI - RFT).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25201598,Request for Tenders,Closed Competition,Templeton School - CSR Redevelopment - Design & Build,MOE08102,20211208,20220128,20220316,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Project Background Templeton School presently has 15 teaching spaces, all in use with the current number of enrolled students. It is envisaged that there will be a gradual decline in the number of enrolled students over the coming years with the school requiring only 13 teaching spaces by 2024. The build-to roll for the school is 320. The school have already engaged a landscape architect to deliver a landscape master plan for their site through the SIP Project. This includes outdoor learning and play areas. With the reduction in teaching spaces the school and the Ministry have identified the blocks (CEBUS) that will be Rationalised, based on the age and condition of the buildings and their location on site. The site consists of a mixture of Canterbury blocks (1960s), CEBUS relocatable buildings (1971 - 1997) and some other buildings (2002 2010). It is envisaged that all the Canterbury Blocks will be refurbished and the remaining CEBUS buildings will be replaced with Relocatable buildings the ministry already owns and refurbished in line with the Canterbury Blocks, incorporating the vision of the school as identified in their Education Brief. Scope The refurbishment scope includes, but is not limited to: Remediation of both stormwater and sewer drainage, as required. (a full CCTV site survey of the drainage has been undertaken and areas requiring remediation have been identified) Replacement of three CEBUSES and rationalisation of two remaining Remediation of any identified weathertightness issues and building dilapidation. Reconfiguring and refurbishing existing teaching spaces to enhance connectivity and create a flexible and versatile learning environment, with the inclusion of breakout spaces, creative play and wet areas, large collaborative areas that are flexible to allow smaller group settings, tiered seating and quiet study nooks. Reconfiguration and refurbishment of non-teaching spaces to best utilize the existing footprint of these areas. Indoor and outdoor flow, adding new sliding doors to classrooms to create viable outdoor learning areas that are sheltered from the weather and embrace the cultural narrative of the school. Strengthening work to the foundations of some blocks, as identified in the April 2014 DEE report: none of the buildings are considered earthquake prone. Improvements to heating, lighting and ventilation throughout the school",Awarded,,363452,20250410 Ministry of Education - School Infrastructure,25202877,Request for Proposals,Closed Competition,Request for Proposals for Albany School Redevelopment Staged Design and Build Services,MOE13766,20211207,20220204,20220504,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Design and Build Services required for the redevelopment project at Albany School. Please note that due to the size of the tender drawings for this project, Suppliers will be invited to a SharePoint folder to access the tender documents. Please save this link as it may be used for additional documents throughout the tender period.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25208770,Request for Tenders,Open Competition,AMS combined O: ILE R econfiguration and U pgrade at Kaiti School (the,2142,20211208,20220208,20220401,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"2.1 Background Block O is an existing Classroom Block at Kaiti School. The school would like to modernise the teaching spaces in the existing building. The project involves replacing cloak, resource, and project rooms with three new breakout spaces, one with a stepped seating area, including a full interior upgrade, new joinery units and the construction of new a deck with accessible ramp. Project consultants are: o Project Manager Architects 44 Ltd o Architect Architects 44 Ltd 2.2 Required solution (method and approach) a. The Contract Works required are: [Describe the Contract Works in sufficient detail to provide the Procurement Sponsor with a clear understanding of the scope of works] i. Demolish internal walls as required for new layout. Demolish joinery units as required for new layout. ii. Remove existing windows and doors for replacement with new double-glazed aluminium. iii. Remove existing carpet and vinyl for replacement with new. iv. Strip existing internal wall and ceiling linings in part, for replacement with new. v. New braced wall panels and new ceiling diaphragm. vi. Existing suspended ceiling removed, including grid. vii. New anchor piles. viii. New section of flooring where anchor piles are required, including additional framing to suit new flooring. ix. New suspended ceiling to breakout spaces, seismically restrained. x. New electrical and data. New LED lights. Existing IDF relocated. xi. Existing fire alarm system altered to suit new layout. xii. Existing intruder detection system altered to suit new layout. xiii. New joinery units. xiv. Existing sink top reused with new carcass. xv. New emergency lighting xvi. New acoustic pinboard on walls. xvii. Paint all trims and new GIB ceiling. xviii. New carpet tiles and vinyl xix. New accessible ramp xx. The scale of the works is medium xxi. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. xxii. See Tender Documents for further information. b. Timeframes are: i. Indicative Start date: 01/03/22 ii. Indicative Due Date for Completion: 30/06/22",Awarded,There has been some scope reduction from what was shown in the tender docs.,265983,20250410 Ministry of Education - School Infrastructure,25208818,Request for Proposals,Closed Competition,CW2021-153 Omokoroa Primary and Secondary New Schools Master Planning Services (Package 1),CW2021-153/MOE14644,20211207,20220120,20220325,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Omokoroa Primary and Secondary (the Schools) New Schools Master Planning Services (the Services). This RFP is being conducted as a secondary selection process under the Ministry of Educations Professional Services Directory Master Planning and Lead Design Services, and is subject to this panels terms and conditions. More information can be found in the RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25209102,Request for Proposals,Closed Competition,CW2021-153 Cambridge West Primary and Te Kauwhata New Schools Master Planning Services (Package 2),CW2021-153/MOE14644,20211207,20220120,20220303,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Cambridge West Primary School and Te Kauwhata School (the School(s) New Schools Master Planning Services (the Services). This RFP is being conducted as a secondary selection process under the Ministry of Educations Professional Services Directory Master Planning and Lead Design Services and is subject to this panels terms and conditions. More information can be found in the RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25212252,Request for Tenders,Closed Competition,Christchurch South Intermediate Redevelopment Main Works (Stages 2 & 3),MOE08097,20211208,20220128,20220527,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This tender is for is Stage Two and Three of a Three-Stage project with the works described in this RFT anticipated to start in February 2021 and finish Q1 2023. The project includes the rebuild of three key blocks which have suffered severe weathertightness issues or are nearing the end of their design life. Minor works also included in the redevelopment are the refurbishment of two technology classrooms, relocation of the server room and connecting site work. A summary of the Three Stages is as follows; (a) Stage One Demolition and Enabling works to prepare for the construction of the new buildings (b) Stage Two (THIS TENDER) Construction of the new Admin-Library block, and Arts Technology block, demolition of the Block 6 (ESOL / former dental), including landscaping and site works (c) Stage Three (THIS TENDER) Refurbishment of no.2 teaching spaces to Block 4 (Technology) Further information is included in the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,25213954,Request for Tenders,Open Competition,Classroom Upgrades and Siteworks - Queens High School,,20211209,20220203,20220331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Queens High School are seeking to appoint a suitably qualified and experienced main contractor for the proposed classroom and siteworks upgrades. The work primarily involves replacement of the glazed frontages to 4 x teaching spaces, a resource room upgrade, construction of an exterior courtyard, and asbestos remediation of the building subfloor area.",Awarded,"Following the review of the proposals received, this contract has been awarded to Stewart Construction Limited.",0,20250410 Ministry of Education - School Infrastructure,25215244,Request for Tenders,Open Competition,SIP Administration upgrade and LSC CP Project at Menzies College,401/20/LSC01,20211209,20220119,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The BOT of Menzies College would like to pool SIP and LSC Funding for the combined project. The project will involve the reconfiguration of the administration area in Block A and the provision of an LSC office space ? Flat site with easy access",Not Awarded,No Responses received,0,20250410 Ministry of Education - School Infrastructure,25218790,Request for Tenders,Closed Competition,CW2021-146 Taumata School - 2 Teaching Spaces - Short Term Roll Growth - Contract Works,MOE14271,20211209,20211217,20220117,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. Taumata School has been identified as requiring two temporary teaching spaces. ii. The Donor site has been identified as Kaharoa school with a decommissioning contract in place to facilitate a transporting company contractor to uplift, transport and install onto piles at Taumata School. iii. A designer has been engaged to provide a compliant site design with a consent exemption process agreed in principle by Tauranga city Council. iv. The designers sub consultant engineers will provide the required site inspections & PS1 sign off for the consent exemption certificate. v. A site plan with construction detail to be provided for quoting purposes vi. There is growing urgency on this requirement as the School needs this solution by the start of the 2022 school year to meet short term roll growth requirements. Site commissioning works for 2x Temp Classrooms, including: o pile connections, o all infrastructure connectivity to school, o decks, o accessible ramps, o handrails connecting concrete paths, General requirements: site tenderer school visits to donor site Kaharoa School & Taumata School.",Not Awarded,Supplier withdrew interest in tender due to capacity issues,0,20250410 Ministry of Education - School Infrastructure,25219937,Request for Tenders,Open Competition,Logan Park High School - Roof Structure and Roof Cladding Replacements (Stage 1),,20211214,20220217,20220620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Logan Park High School are seeking to engage a suitably qualified and experienced main contractor to undertake the proposed Stage 1 Roof Structure and Roof Cladding replacements. This first stage of works encompasses Blocks B, C, D and E and includes the installation of a trussed roof system along with metal and membrane roofing. Also included are alterations to the fire alarm system and mechanical installations.",Not Awarded,The Ministry of Education have chosen to defer this work indefinitely while a master-planning exercise is undertaken.,0,20250410 Ministry of Education - School Infrastructure,25222324,Request for Tenders,Open Competition,"Bankwood School Classroom Upgrades Blocks A, C & K",202128,20211210,20220118,20220519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Internal classroom upgrade. New suspended ceilings, wall and floor coverings, joinery, repaint existing ceilings, new LED lighting.",Not Awarded,Only one response was received and the tender offer was well above the project budget. A decision made not to proceed in the meantime and explore further options on the basis of reducing the scope of works.,0,20250410 Ministry of Education - School Infrastructure,25227565,Request for Tenders,Open Competition,Main Contractor for Block 1 SIP Staffroom upgrade and provision of LSC office at Waikoikoi School RFT,3851-20--01,20211214,20220118,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Remodeling the existing classroom space to create a new principals office Remodeling the existing WC, Printer room, staffroom and principals office to create LSC Office, Corridor and WC",Not Awarded,No Responses received,0,20250410 Ministry of Education - School Infrastructure,25228739,Request for Tenders,Closed Competition,CW2021-086 Apanui Primary School Fire Replacement Project - Main Contractor,CW2021-089/MOE14627,20211213,20220128,20220307,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Apanui School (the School) Fire Replacement Works Main Contractor (the Contract Works). More information can be found in the RFT.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25229104,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block A Toilets and Flooring Upgrade at Mackenzie College,,20211214,20220203,20220404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Admin Toilets Upgrade Infrastructure replacement works to be completed to staff toilets and shower areas that are all old and in need of full upgrades and replacements of fixtures, fittings, flooring, wall linings, lighting and provide hot water to all wash hand basins. The project will also include the replacement of selected lighting and floor coverings to Administration areas.",Awarded,The contract was awarded to Colin Shore Building Ltd and will start on 02/05/22.,181827,20250410 Ministry of Education - School Infrastructure,25234358,Request for Tenders,Open Competition,Fire Alarm Upgrade Aka Aka School,1201,20211215,20220214,20220616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Aka Aka School. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Aka Aka School is the next school to qualify under the program.",Awarded,"Hi Soraya, Many thanks for your proposal. This is notification of your successful proposal for this project. You should receive the contract documents shortly via email. Thanks again, Regards Garry Van Der Krogt.",66716,20250410 Ministry of Education - School Infrastructure,25234449,Request for Tenders,Open Competition,Fire Alarm Upgrade Glenfield Intermediate,1295,20211215,20220214,20220615,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Glenfield Intermediate. Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Glenfield Intermediate is the next school to qualify under the program.",Awarded,,171300,20250410 Ministry of Education - School Infrastructure,25234538,Request for Tenders,Open Competition,Fire Alarm Upgrade Marshall Laing School,1362,20211215,20220214,20220620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Marshall Laing School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Marshall Laing School is the next school to qualify under the program.",Awarded,,112024,20250410 Ministry of Education - School Infrastructure,25234629,Request for Tenders,Open Competition,Fire Alarm Upgrade Matakana School,1364,20211215,20220214,20220620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Matakana School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Matakana School is the next school to qualify under the program.",Awarded,,135073,20250410 Ministry of Education - School Infrastructure,25234720,Request for Tenders,Open Competition,Fire Alarm Upgrade Valley School,1540,20211215,20220214,20220628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Valley School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Valley School is the next school to qualify under the program.",Awarded,,142064,20250410 Ministry of Education - School Infrastructure,25234813,Request for Tenders,Open Competition,Fire Alarm Upgrade Waiau Pa School,1547,20211215,20220214,20220628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waiau Pa School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Waiau Pa School is the next school to qualify under the program.",Awarded,,91000,20250410 Ministry of Education - School Infrastructure,25235491,Request for Tenders,Open Competition,Main Contractor for Block B Student Toilet Upgrade at Trident High School,213122,20211214,20220208,20220714,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,The Board of Trustees is seeking a main building contractor for the conversion of Block B separate boys and girls toilets into 6 self contained unisex student toilets.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25237593,Request for Tenders,Open Competition,Site; Boundary Fencing at 1931 Rotokawa School,,20211215,20220128,20220216,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"The existing fence at Rotokawa School varies in height across the different boundary lines, ranging from 1.0m, 1.2m, 1.5m, 1.6m & 1.8m. The areas most at risk offer the least protection with 1.2m high fence. This makes the fence easy to climb. Front of school boundary fence that runs along Te Ngae Rd (facing airport) is on 1.2m high (also main State Highway). At the junction of Rotokawa Road and Te Ngae Rd the same fence line continues at 1.2m high up to the Waharoa. Recommendation is to ensure all fencing heights match and provide sufficient barrier to prevent absconding. Recommendation is 1.8 metre high using secure fencing products (refer item 7 of tender documents fence examples). It is recommended that the gates be made secure using the profile as the fence but using pool gates with secure locks.",Awarded,Thank you for your time and responding to the request for tenders. The tenders received were evaluated in accordance with the RFT and procurement plan.,0,20250410 Ministry of Education - School Infrastructure,25238252,Request for Tenders,Open Competition,SIP AMS CP A Window Replacement B Classroom Remodel & Breakout Teaching Space & at Knapdale School,3973-21- 02 SIP/AMS,20211215,20220127,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block A: Replacement of the existing wooden windows with new double-glazed aluminium windows Block B: Classroom remodel and creation of breakout teaching space - Outcome sought - Project consultants are: - Project Manager: James Parry, SSL Consulting - Lead Designer: SSL Consulting Design",Not Awarded,No Responses received,0,20250410 Ministry of Education - School Infrastructure,25240062,Request for Tenders,Open Competition,Main Contractor for AMS Combined: ILE/DQLS at Pigeon Mountain Primary School,,20211215,20220128,20220413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions must be made through the GETS website,"Pigeon Mountain Primary School would like to engage a Main Contractor to undertake the modernisation of AMS Combined: ILE/DQLS, including internal refurbishment works to classrooms within Blocks 2, 4 and 8, and toilet upgrade within blocks 2, 4 and 8.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25248865,Request for Tenders,Closed Competition,RFT Main Contractor for Electrical Works at WBHS,,20211216,20220216,20220630,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"Electrical works to multiple blocks (lighting replacement, heating upgrade, distribution board upgrade).",Awarded,"This tender will be awarded within the $250-500,000 bracket",250000,20250410 Ministry of Education - School Infrastructure,25249053,Request for Tenders,Closed Competition,RFT Main Contractor for Electrical Works at KHS,,20211216,20220216,20220623,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Contract Works required are: Electrical works (lighting replacement, heating upgrade, distribution board upgrade).",Awarded,,100000,20250410 Ministry of Education - School Infrastructure,25251234,Request for Tenders,Open Competition,Main Contractor for SIP A Staffroom alterations & additions at Ruru Specialist School,4011-21-SIP01,20211217,20220128,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Ruru Specialist School has identified a requirement to extend and alter the current small Block A staff room to accommodate more staff. The proposed addition will partly address some of the accommodation deficiency the Ruru base school has and make it more functional.,Awarded,All x3 tenders were competitively priced and met with the tender criteria and specification requirements. The tender was awarded to the lowest bid.,0,20250410 Ministry of Education - School Infrastructure,25254157,Request for Tenders,Open Competition,Main Contractor for Redevelopment of Sportsfield Works at Timaru Boys High School,224561,20211220,20220204,20220321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The goal of the redevelopment is to improve the performance of the sports fields to meet growing demand. The end result will be a level playing field comprising of a cricket pitch and a football pitch. The new field will have new drainage and irrigation installed. There will be a new grand entrance formed as part of a required new retaining wall. The Contract Works required are: i. Spraying of the existing turf cover ii. Removing existing turf cover iii. Cultivation iv. Importing topsoil v. Levelling of the field vi. Installation of drainage vii. Installation of irrigation system viii. Cricket block construction ix. Seedbed preparation and sowing of field x. Grow-in and turfgrass establishment xi. All associated works",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25254380,Request for Tenders,Closed Competition,RFT Main Contractor for Refurbishment Works at Bay of Islands College,,20211217,20220204,20220623,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. The Contract Works required are: i. Refurbishment works to multiple blocks (roofing replacement, flooring, wall covering replacement, toilet block refurb, heating upgrade). ii. The Contractor will be engaged through a Medium Works Contract.",Awarded,,250000,20250410 Ministry of Education - School Infrastructure,25259202,Request for Tenders,Closed Competition,Request for Tenders for Silverdale School Stage 5 Main Contractor,,20211217,20220328,20220620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded on GETS,"Construction of a new 12 Teaching Space block, relocation of playground and associated works and design and build weathertightness remediation of the admin block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25269529,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, SIP - Block L Staffroom & Staff Toilet Improvements, Kenakena School, Kapiti Coast",5523,20220112,20220216,20230131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Kenakena School has directed SIP funding to targeted improvements to staff room and stall toilet facilities. The project will reconfigure and improve the layout and efficiency of the staff kitchen and enlarge the staff rest area by better utilising existing space and adjoining rooms. The location and condition of staff toilets will be modernised with a central area of self contained unisex cubicles created with new finishes and a mechanical ventilation system. The scheme will be traditionally executed with a full design team employed by the Kenakena School Board of Trustees producing full construction documentation.",Not Awarded,Tender pricing received in excess of approved budget. Value management being progressed.,0,20250410 Ministry of Education - School Infrastructure,25270179,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 2 - Replace Windows and Create Outdoor Learning Area, Cashmere Avenue School, Wellington",5543,20220112,20220228,20220722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Cashmere Avenue School has developed a classroom improvement project that will see the original timber windows replaced along with the introduction of new external doors to enable improved access to an area for outdoor learning. The introduction of SIP funding will allow a large weather canopy to be constructed on the rear side of Block 2 together with the provision of fixed bench seating to create a connected outdoor learning space with direct access from the three classrooms. The scheme will be traditionally executed with a full design team employed by the Cashmere Avenue School Board of Trustees producing full construction documentation. PLEASE NOTE: No tenders received on original tender notice issued November 2021.",Awarded,Awarded to Field & Hall Ltd starting 03.10.22 with anticipated completion date 31.08.23. It is intended that the value of the contract resulting from this tender will be within $500k-$1m.,0,20250410 Ministry of Education - School Infrastructure,25274310,Request for Tenders,Open Competition,Fire Alarm Upgrade Waimea College,296,20220120,20220307,20220527,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waimea College, Nelson. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Waimea College is the next school to qualify under the program.",Awarded,,663110,20250410 Ministry of Education - School Infrastructure,25283478,Request for Tenders,Open Competition,"Main Contractor for AMS, 5YA and SIP Works at TKKM o Ruamata (Re-advertised)",,20220112,20220211,20221007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"TKKM o Ruamata Board of Trustees is seeking a main contractor to undertake their AMS, 5YA & SIP works. Whilst the works are to various blocks on the site the predominant areas of work are to Block A (2 classroom block with student toilets) and the swimming pool changing rooms. The works comprise, roofing and cladding works, new aluminium joinery, new decks and veranda roofs, student toilet refurbishments, internal classroom refurbishment including new ceiling linings, wall and floor coverings, and new toilet facilities to swimming pool changing rooms. Separate prices are required for the AMS/5YA & SIP works but works will be undertaken as a single contract",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25283568,Request for Tenders,Open Competition,Main Contractor for AMS & 5YA Works at Potaka School (East Cape),,20220112,20220209,20221007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Potaka School Board of Trustees is seeking a main contractor to deliver their AMS & 5YA works. The works include a new veranda roof over Block A deck, along with minor roofing, electrical, plumbing and drainage works.",Not Awarded,"1 response only receieved, procurement value exceeds budget, currently reviewing design to reduce scope of works",0,20250410 Ministry of Education - School Infrastructure,25283685,Request for Tenders,Closed Competition,Main Contractor for Weathertightness and ILE Upgrades at Lyall Bay School (Wellington),,20220112,20220215,20220530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Lyall Bay School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to E Block (a 3 classroom block) as described in the tender documents attached. This work involves the following. Demolition of areas of existing roof, cladding, joinery and concrete landings. Demolition of internal wall and linings and removal of floor coverings Full recladding of the block including new joinery Upgrade of interior surfaces and fittings and fixtures Construction of new landings and deck complete with specified fittings and fixtures The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. See attached the the relevant tender documents and further details of the work required. Attached please find: Request for Tender Details Response Form A (non-price information) Response Form B (price information) Schedule of prices template Architectural Drawings Conditions of Contractor (MOE Major Works Contract) Specification Structural Drawings",Awarded,,1115118,20250410 Ministry of Education - School Infrastructure,25285228,Request for Tenders,Open Competition,Wakari School - LSPM and Admin Upgrades,,20220111,20220214,20220411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Wakari School Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed LSPM alterations and Administration upgrades. The LSPM works are centered around the installation of a lift shaft, but also involve other works such as accessibility upgrades, corresponding alterations to internal building layouts and fire ratings. The Administration upgrades are primarily a reconfiguration and mondernisation of the space, with alterations to the accessible entry.",Not Awarded,"Following a review of the tenders received, this contract has been awarded to Cook Brothers Construction Limited.",0,20250410 Ministry of Education - School Infrastructure,25290059,Request for Tenders,Open Competition,"Main Contractor for Roof, Gutter, Clearlite & Membrane Replacement at Hobsonville School",,20220113,20220210,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Hobsonville School Board of Trustees are seeking a Main Contractor for Roof, Gutter, Clearlite & Membrane Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25294874,Request for Tenders,Open Competition,Main Contractor for External Works Project at Ruawai Primary School,,20220114,20220224,20220610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The works included in this project include 5YA remediation works at Ruawai Primary School to be undertaken during 2022. These works include: Block 3 (Library) and 10 (Student Toilets) roof replacement Block 1 cladding, sill and deck replacement Blocks 2 and 3 cladding and sill replacements Partial pool fence replacement Demolition of Block 4 (Dental Clinic) and construction of new Caretaker shed",Awarded,,221000,20250410 Ministry of Education - School Infrastructure,25295696,Request for Tenders,Open Competition,"Main Contractor for Block M, L, R5, R8, E, S, T, W, A, G, R2 Electrical Works at Okaihau College",,20220118,20220211,20221103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Okaihau College Board of Trustees are seeking a Main Contractor for the Block M, L, R5, R8, E, S, T, W, A, G, R2 Electrical Works.",Not Awarded,Project is on hold,0,20250410 Ministry of Education - School Infrastructure,25296045,Request for Tenders,Closed Competition,RFT for Refurbishment of Student Toilets at Marshall Liang Primary School,,20220114,20220209,20220304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Block 1 and 2, Student Toilet Refurbishment at Marshall Laing School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25297991,Request for Tenders,Open Competition,Main Building Contractor for Block C ILE Upgrade at Whanganui Girls' College,Whanganui Girls' College,20220117,20220221,20220805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Whanganui Girls' College, Whanganui are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block C. The Contract Works required are: The proposed work will be to upgrade Block C and toilets: Rationalise the number of toilets and provide an accessible toilet. Refurbish the toilet area surfaces, including wall linings, floor coverings, ceilings and plumbing fixtures. Provide warm water to hand basins. Improve ventilation. Open up walls between classrooms to create a flexible and collaborative teaching space, breakout area, and resource area and teachers workroom. Install glazed aluminium stacker doors (or similar) to allow vision between all spaces. Interior refurbishments include Autex Composition wall linings, replacement of floor coverings, plaster gib ceiling with acoustic paneling inset and interior redecoration. Replace windows to corridor exterior wall, interior windows between corridor and teaching spaces and external classroom. Provide fixed seating and tables to corridor area, fixed desk arrangement with data and power provisions to classrooms. Provide fire smoke door and fire rating to stairwell. Provide new aluminium windows to exterior wall of toilets with exterior cladding around the new windows. New single access aluminium to classroom doors and some associated rooms. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be April/May 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,499488,20250410 Ministry of Education - School Infrastructure,25298166,Request for Tenders,Open Competition,RFT for Bus Bay and Driveway Upgrades at Maungaturoto School,229979,20220118,20220221,20220516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Redevelop the bus bay pick-up and drop-off area, reconfigure carparks and redo concrete footpaths at Maungaturoto School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25299094,Request for Tenders,Closed Competition,RFT Main Contractor Effluent System Upgrade at Riverview Primary School,,20220117,20220225,20220829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This RFT is an invitation to suitably qualified contractors to submit a Tender for Main Contractor Septic System Upgrade at Riverview School.,Awarded,"Expected contract bracket $250,000-$500,000",250000,20250410 Ministry of Education - School Infrastructure,25300409,Request for Tenders,Open Competition,Main Contractor for the Roof Replacement Project at Maungakaramea School,,20220121,20220216,20220526,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"Assessment of Maungakaramea School 10YPP identifies the requirement for a roof replacement project. The Contract Works required are: The replacement of the roof and spouting in Blocks 1, 2, 3, 8 and the rubbish shed and woodsheds. The replacement of the canopy roofs in Blocks 1 and 8 with trafficable fire-retardant translucent sheets and spouting. Remediation of the roof and spouting in Block 11.",Awarded,,163784,20250410 Ministry of Education - School Infrastructure,25301209,Request for Proposals,Closed Competition,CW2021-144 Request for Proposal for Newlands School - New Roll Growth Block - Design & Build Services,MOE15700,20220125,20220224,20220422,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Newlands School has been identified as requiring roll growth works, including the following scope: Construction of a new four teaching space building, based off MoE Te Aro block reference design; Construction of accessible ramp and stairs to adjoining school level Possible demolition of senior playground/fitness course; A feasibility design has been completed by McKenzie Higham Architects; further accessibility considerations may need to be incorporated in preliminary design process. The Contract will be a Two Stage Design and Build Contract. Stage 1: Design enablement through to Main Build and Consenting; Stage 2: Main Build",Awarded,,397598,20250410 Ministry of Education - School Infrastructure,25301272,Request for Quotations,Closed Competition,Oropi School (the School) LSPM Stage 2 Fencing (the Contract Works) Request for Quotes (RFQ) (the Contract Works),CW2021-083,20220114,20220202,20220428,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. The School requires the design and build of LSPM Fencing that meets the following requirements: a) Supply and install timber paling fencing to internal School boundary as identified within design documentation b) Supply and install 2x pedestrian gates and 1x double vehicle access gates, as identified within design documentation c) Remove and replace existing fencing to School/road boundary, as identified within design documentation, with 1.8 metre aluminium powder coated fencing",Awarded,The contract has been awarded to Fencemaster Industries Limited and started in April 2022. Price Band: $100k - $250k.,0,20250410 Ministry of Education - School Infrastructure,25305158,Request for Tenders,Open Competition,Main Building Contractor for Alterations to Administration Building at Bucklands Beach Primary School,,20220120,20220218,20220515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Construction of new reception desk and related office. The existing reception office is to be repurposed for the leadership team and the existing leadership team office will be combined into a sighle office for the school principal.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25307010,Request for Tenders,Open Competition,Main Contractor for SIP Playground 1 & 2 at Willow Park School,,20220120,20220221,20220526,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Board of Trustees for Willow Park School are seeking a main contractor for SIP Playground 1 & 2.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25307577,Request for Tenders,Open Competition,E: Demolish part building and make good at William Colenso College,231968,20220119,20220210,20220427,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25310409,Request for Tenders,Open Competition,Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Patea Area School,Patea Area School,20220120,20220302,20220408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Patea Area School, Patea, Taranaki are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Replace Tex screws in roof over ST26 & Tuck Shop, Replace roofing iron to Hall, Replace membrane roofing. Block C: Replace gas flue pipe, Replace beading to underside of window sills. Block D: Replace flashings, Fit new aluminium flat bars, Replace copper hot water pipe. Replace beading to underside of windows. Block E: Replace existing membrane patch, Replace beading to underside of windows, Fit new fascia board, Re-secure roofing membrane edge complete with pressure bar. Block G: Replace ridge flashings, Replace dented iron roofing sheets, Re-seal skylights windows. Block H: Overlay strip of matching roof membrane to seal junction from wall to roof, Replace broken spouting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be April/May 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,279575,20250410 Ministry of Education - School Infrastructure,25310576,Request for Tenders,Open Competition,Main Contractor for SPIDS: 10: Replacement Shed and New Fencing at Northcote Intermediate School,,20220121,20220308,20220613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Northcote Intermediate School Board of Trustees are seeking a main contractor for SPIDS: 10: Replacement Shed and New Fencing,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25311830,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, New LSC Office and Staffroom Kitchen Upgrade, Manakau School, Levin",5719,20220131,20220224,20230619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Manakau School proposes the bundling of the creation of an LSC office space with the upgrade of the staff room and staff kitchen which will be funded from remaining SIP monies. Available space is at a premium at this school so it is proposed to use the LSC funds to increase the footprint of the school by constructing a small extension on the Southern side of Block C. The staff kitchen would be refurbished and modernised. The scheme will be traditionally executed with a full design team employed by the Manakau School Board of Trustees producing full construction documentation. NOTES: 1. NTT will be issued for the Fire Engineer Report and Asbestos Report once received. 2. Separate Price Schedules required for each funding source.",Not Awarded,"Did not proceed. Being bundled with larger capital project.",0,20250410 Ministry of Education - School Infrastructure,25313973,Request for Tenders,Open Competition,"Main Contractor for the Design, Supply, Install and Commission of Heat Pumps in Blocks A, B, C and E at Kelston Boys High School",,20220121,20220217,20220916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Kelston Boys High School is looking for a main contractor for the design, supply, install and commission of heat pumps in Blocks A, B, C and E. This will provide the School a more reliable source of heating and an option for cooling.",Awarded,deemed best value,0,20250410 Ministry of Education - School Infrastructure,25315252,Request for Tenders,Open Competition,Main Contractor for a Block E and WB Refurbishment at Papakura High School,,20220121,20220216,20220617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Papakura High School are requesting the services of a suitably qualified contractor to carry out a refurbishment to block E and WB. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Tuesday 25th January 2022 at 3:30pm Site Visit 2 Tuesday 1st February 2022 at 3:30pm Site Visit 3 Tuesday 8th February 2022 at 3:30pm Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Each tender must attend a site visit to complete an accurate tender and refer to the plans attached with this tender.",Awarded,,267285,20250410 Ministry of Education - School Infrastructure,25315829,Request for Tenders,Open Competition,"Main Contractor for a Block 1 ILE & DQLS Upgrade, Including Staff & Student Toilet Refurbishment at Long Bay Primary School",,20220124,20220217,20220422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Long Bay Primary School are requesting the services of a suitably qualified contractor to carry out a ILE and DQLS upgrade, including a refurbishment of the staff and student toilets in block 1. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Wednesday 26th January 2022 at 3:15pm Site Visit 2 Wednesday 2nd February 2022 at 3:15pm Site Visit 3 Wednesday 9th February 2022 at 3:15pm Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination).",Awarded,,347456,20250410 Ministry of Education - School Infrastructure,25321098,Request for Tenders,Open Competition,Main Contractor for a Block E Full Refurbishment of Food Room at Rosehill College,,20220124,20220217,20220706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Rosehill College are requesting the services of a suitably qualified contractor to carry out a full refurbishment of the food room in block E. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Tuesday 1st February 2022 at 2:30pm Site Visit 2 Tuesday 8th February 2022 at 2:30pm Site Visit 3 Monday 14th February 2022 at 3:30pm Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Each tender must refer to the consented plans completed by Catalyst Consulting and attend a site visit to complete an accurate tender.",Awarded,,323428,20250410 Ministry of Education - School Infrastructure,25322102,Request for Tenders,Open Competition,RFT for the Design and Build of Canopy Structures at Marshall Laing School,,20220121,20220218,20220304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Design & Build of Canopy Structure(s) at Marshall Laing School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25322368,Request for Tenders,Open Competition,Main Contractor for the Block 2 Hall Refurbishment and Block 6 Outdoor Learning Area at Mt Albert Primary School,,20220124,20220225,20220708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board is looking for a main contractor for the modernisation of their School Hall, which was originally built in the 1950s. The intent is to modernise the main hall, the toilets and the kitchen and ensure these are fit for purpose. In addition to the hall, the Board is also intending to create an outdoor learning area between the hall and the new 2-storey block, Block 6. This will allow another useful, open, and shaded area for students and staff to gather and learn.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25324531,Request for Tenders,Open Competition,Main Building Contractor for Block A Modernisation at TKKM o Tupoho,02-020-011,20220124,20220228,20220511,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Board of Trustees for TKKM o Tupoho are seeking to engage a suitably qualified Main Building Contractor for the Block A Modernisation project at TKKM o Tupoho,Awarded,single tenderer,0,20250410 Ministry of Education - School Infrastructure,25325124,Request for Tenders,Open Competition,CW2021-177 Request for Tenders for Taradale High School - Purchase and Establishment of Relocatable Classroom - Main Contractor,MOE14906,20220202,20220307,20220729,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works at Taradale High School (Stage 2) includes the following scope: Purchase of a relocatable classroom space, including transport and establishment on site; Design work associated with the establishment of the building onsite and council consent; Contract works to establish the relocatable classroom on site at the School.",Awarded,"This contract was awarded to Portacom New Zealand Limited and began on 02/10/2022. The practical completion date of this contract is forecast to be 01/03/2021. It is intended that the value of the contract resulting from this procurement will be within value band: $250K - $500K.",0,20250410 Ministry of Education - School Infrastructure,25330062,Award Notice,Open Competition,CO2 Monitoring Devices,,20220121,20220121,20220121,,Sole Agency,No,,"The Ministry of Education required 2,500 initial portable CO2 Monitoring devices, Aranet 4, and associated services/parts to enable the safe re-opening and operation of schools.",Awarded,"The Ministry undertook a process to identify standalone, portable CO2 monitoring devices. A contract has subsequently been awarded to: Butler Techsense Limited, supplying Aranet4 devices. These devices were procured under emergency to safely re-open and operate schools where there is still COVID-19 in the community and implement the layered approach to protecting school staff and students (Vaccination, Management, Ventilation, Technology).",0,20250410 Ministry of Education - School Infrastructure,25334665,Request for Tenders,Closed Competition,Request for Tenders for Albany Senior High School Weathertightness Remediation Main Contractor,MOE15568,20220125,20220309,20220627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Albany Senior High School (ASHS) is a state coeducational senior secondary school founded in 2009. The school is located in the suburb of Albany, North Auckland, and comprises one main building, a gymnasium, and a historic building. The school has experienced significant moisture ingress to the Main Block and the Gym over the past 12 years through weathertightness failure, which has caused some damage to building components in these blocks. Required Scope of Work: Replace perimeter gutters with weldable membranes installed over new plywood substrates Uplift roof cladding to replace damaged timber framing, plywood substrate and roof underlay Replace parapet flashings Install new skylights, apron flashings and cover flashings Replace damaged insulation and damaged interior finishes Remove temporarily Zone 2 (Main Block) mechanical plant flashing Reinstate roof cladding, install triangular diverter flashings to prevent water ponding and install new cover flashings Replace damaged ceiling tiles Install new designed ridge and parapet flashings Re-instate dislodged rubber gaskets to curtain walls This is a RFT to procure for the Main Contractor.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25335345,Request for Tenders,Open Competition,Main Contractor for Blocks 1 and 4 Classroom and Toilet Upgrade at Bayview School,,20220127,20220302,20220729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Bayview School is looking for a main contractor for the upcoming refurbishment to classrooms and toilets in Blocks 1 and 4. The intent is to modernise their teachings spaces and toilet blocks, ensure these are fit for purpose and meet the Ministry of Educations design quality standards.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25335604,Request for Tenders,Open Competition,Main Contractor for the Block 4 Classroom and Toilet Refurbishment at Kelston Intermediate School,,20220128,20220224,20220427,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Kelston Intermediate School is looking for a main contractor for the upgrade of classrooms and toilets in Block 4. The intent is to modernise the space, ensure it is fit for purpose and meet the Ministry of Educations design quality standards.",Awarded,met the requirements of the tender at best value,0,20250410 Ministry of Education - School Infrastructure,25337483,Request for Tenders,Open Competition,RFT Design and Build Contractor for Covered Court Structure & Resurfacing at Tamatea Intermediate School,233916,20220126,20220228,20220411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The school is seeking to modify their existing outdoor paved court area to create a covered outdoor learning area (COLA). The intention is to create an all-weather area which provides a flexible play and learning space outside of the traditional classroom environment and a dry lunch area for inclement weather,Awarded,,520421,20250410 Ministry of Education - School Infrastructure,25337951,Request for Tenders,Open Competition,Main Contractor for Paparangi School (Wellington) - Block 3 Classroom Upgrades,,20220131,20220225,20230215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Paparangi School seek the services of a Main Building Contractor to undertake the construction and upgrades to Block 3 on the school site. The work involves the following alterations:- - Demolition of required internal partition walls, exterior walls, decks & steps and isolation, disconnection & removal of redundant services. - Install new external doors to suit the new configuration. - Reline walls and ceilings with specified systems. - Form new openings between classrooms to allow better connectivity. - Construct new internal shared breakout spaces and wet areas in Classrooms. - Construct new wet areas. - Install new carpet tiles and vinyl flooring. - New joinery fittings throughout to enhance teaching & learning and allow for increased storage. - Paint all appropriate new surfaces. - Install new acoustic wall coverings throughout. - Fit out with new electrical, data and plumbing fittings to suit the schools requirements. - Full interior upgrade of existing student toilets. - The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. Required solution (method and approach):- - Medium sized classroom upgrade project. - Single stage construction project. - The project will be completed in a live school environment and therefore will require extra health and safety measures. All material deliveries to be coordinated with the school and ideally undertaken outside of normal school hours were practicable. - The Contractor will be engaged through an MOE Medium Works Contract. - The Contractor is required to undergo police vetting for all personnel on this project. - The Contractor is required to have fully vaccinated personnel on this project only in line with the COVID-19 vaccination requirements for MOE projects.",Awarded,Entered negotiations and selection was based on both price on non price attributes.,437465,20250410 Ministry of Education - School Infrastructure,25342700,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Blocks 1, 2, 3 - Refurbish Classrooms, Replace Roofing, LSM Access, LSC Office, Newlands Primary School, Wellington",5122,20220131,20220324,20220622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Newlands Primary School is looking to further develop and improve the condition and internal connection of the teaching spaces in Block 2. The project sets out to rationalise student toilets and convert the space into a shared breakout/withdrawal room that can be used by two classrooms. Work is also required to create internal openings and provide improved internal transparency and student flow between three teaching spaces. The contract requires new acoustic ceilings, new floor finishes to the altered spaces, and the introduction of a new set of exterior doors (room 5) along with internal glazed openings. Metal roofing to both Blocks 2 and 3 has reached the end of its functional life. The replacement of this with new 0.55 Colorsteel Maxx or similar is to be included for in this project. Work to be undertaken on a like for like basis. The school have received funding for two learning support coordinators (LSC) for which alterations are proposed to develop office and meeting areas. The work will include for new linings and finishes, new glazed openings, acoustic ceilings and LED lighting, storage joinery along with a tea making unit. A learning support property provisions report has identified access issues about the school. Work is included for new ramped access to Block 1 and the hall, handrails to existing paths and the fitting of covers to existing open channel drains. NOTE: -Pricing is to be provided for the three separate works. Asbestos Report will be loaded once received via NTT. The scheme will be traditionally executed with a full design team employed by the Newlands Primary School Board of Trustees producing full construction documentation.",Awarded,Awarded to DS O'Leary Building starting 11.07.22 with anticipated completion date 31.12.22. It is intended that the value of the contract resulting from this tender will be within $100k-$250k.,0,20250410 Ministry of Education - School Infrastructure,25343316,Request for Tenders,Open Competition,"Main Building Contractor for Block A Alterations & Refurbishment to Create LSC and Upgrade Admin at Tarrangower School, Taumarunui",Tarrangower School,20220128,20220228,20220815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Tarrangower School are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block A. The Contract Works required are: LSC Space: Create a Learning Support Coordinator Room in Block A, this includes a new cavity sliding door with glass panel, install new Autex Composition, install new cushion back tiles, replace lighting with new LED lighting, install new wall mounted electric heater, new film/tint to windows and doors, and associated painting. Admin Refurb: Foyer & Admin Refurb: Install ne concrete paths and ramps, including rails. Install new reception counter, desk and cupboards. Install new film/tint to all windows and doors. Install Autex Composition, carpet tiles & entrance matting, new LED lighting, and associated painting. Staffroom: install new walls with a cavity slider, and a new door from Staffroom through to Library, new cushion back tiles, and associated painting. Sick Bay & Principals Office: Install new walls to form new Sick Bay & Principals Office, new cushion back tiles, new LED lighting, and WEISS wall mounted heater, and extractor fan to Sick Bay only, and associated painting. Library: Line new walls for Principals Office, install new Autex Composition, new carpet tiles and entrance matting, new LED lighting, light switches and power points, and associated painting. All tender documentation and necessary information attached. Please note that LSC Space is to be quoted separately to the Admin Area Works. Separate tender summary and quote forms attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,240566,20250410 Ministry of Education - School Infrastructure,25343433,Request for Tenders,Open Competition,"B, C, I, J: Roof & Door Replacements and Remediation at Elsthorpe School",227303,20220128,20220225,20220608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block B: Re-roof upper roof Block C: Re-roof upper roof Block I: Replace garage door and repair wall Block J: Replace translucent roofing with MOE approved, replace doors",Awarded,,105000,20250410 Ministry of Education - School Infrastructure,25343626,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 10 Classroom ILE Upgrade; Block 1 Accessible Toilet Refurbishment at Maungawhau School",,20220204,20220302,20220708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Maungawhau School is looking for a main contractor for the refurbishment of classrooms in Blocks 1, 2 and 10, and the refurbishment of the accessible toilet in Block 1. The goal is to modernise their learning spaces, ensure they are fit for purpose and meet the Ministry of Educations design quality standards. The project will need to be phased into 2-3 stages to minimise the impact to the Schools classroom requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25343829,Request for Tenders,Open Competition,"Main Building Contractor for Recladding Build Works including Internal Remedials - Dawson School, Otara, Auckland",1259-21-01-WTR 9 & 1259-21-06,20220201,20220309,20221109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees of Dawson School (the Buyer) is seeking a main building contractor for their Block 9 Recladding Build Works including Internal remedials as defined in this RFT at Dawson School (the School), Otara, Auckland. The refurbishment build work is to be carried out during the period between early August to October 2022, during normal school activities. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Contractors must visit site. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Timeline (paragraph 1.2) through the GETS question/answer function. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the Covid-19 vaccination). Successful tenders will require all site staff/workers to be fully vaccinated (min. 2 doses). Each tender must attend a site visit to complete an accurate tender and refer to the plans attached with this tender.",Awarded,"Due to MoE late approval on budget fundings, so this RFT award is delayed and only can able to award to preferred supplier - Shakthi Construction Ltd.",313721,20250410 Ministry of Education - School Infrastructure,25347553,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor, Blocks C, E - Replace Roof Coverings, Kelburn Normal School, Wellington",5722,20220202,20220303,20220414,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A recently completed Ten Year Property Plan has identified aging roof coverings on two school buildings as needing replacement. The majority of the roofs have adequate pitch but there is a small section on the hall building that requires some minor work in order to improve the fall.",Awarded,"Awarded to Empire Roofing Ltd, starting 02.05.22 with anticipated completion of 30.11.22. It is intended that the value of the contract resulting from this tender will be within $100k-250k.",0,20250410 Ministry of Education - School Infrastructure,25348503,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 4 - Prepare Premises for CRHS, Porirua East School, Porirua",5390,20220203,20220308,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block 4 at Porirua East School has been identified as a building that can be used by Central Regional Heath School. Some reconfiguration of space, interior refurbishment and the introduction of wheelchair access is required. The building will need to be connected to the fire alarm and ICT systems from the main school. The scheme will be traditionally executed with a full design team employed by the Porirua East School Board of Trustees producing full construction documentation.",Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,25348833,Request for Tenders,Open Competition,Main Contractor AMS Classroom (Blk B) & Deck Upgrade in Blks A & B D at Mangaroa School (Upper Hutt),,20220201,20220224,20230621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Mangaroa School BOT seek the services of a Main Building Contractor to undertake the contract works on the school site. The work involves the following alterations:- Isolate, disconnect and remove redundant services where required (primarily electrical & data with radiators to remain operational throughout). Internal strip out of existing floor coverings, wall linings and fixed joinery items and internal partitions. Remove existing windows and reinstate with new powder-coated aluminium door inserts to suit. Form new breakout space wet area as shown Install new carpet tile flooring, acoustic ceiling tiles and acoustic wall linings where indicated. Replace defective steps and decking to the verandas where indicated with new ply substrate and outdoor matting / carpet The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. The Contract Works required are: Nature of the Works is alterations to an existing building. The works will be undertaken as a single stage starting in March 2022 and completed in June 2022. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). Timeframes are: Start date: 14 March 2022 Due Date for Completion: 30 June 2022 The program is negotiable with a preferred supplier if their price is right.",Awarded,All 3 responses were valid and non priced scoring had all 3 forms equal for the scale and type for work needed on this project. The contract was awarded to Cemac based on their price being the most cost effective,120411,20250410 Ministry of Education - School Infrastructure,25351217,Request for Tenders,Open Competition,5677 Hokowhitu School Palmerston North LSC office extension and SIP project,218530,20220131,20220225,20220323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Hokowhitu School Board of Trustees is seeking tender for construction services for LSC office extension and SIP project,Awarded,,447653,20250410 Ministry of Education - School Infrastructure,25353006,Request for Proposals,Closed Competition,Request for Proposals - Redwood School (Tawa) Lead Design Services,,20220201,20220223,20220328,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website,"The outcome sought for this service is to provide a preliminary design and scope for remediation though to detailed design and the successful application and issue of a Building Consent for the works. The buildings are on the Ministry's Weather Tightness Programme (WTP) and have had a succession of inspections. Multiple issues have been found and confirmed on re-inspection. All three blocks are ready to proceed to design and remediation. The project completion date is estimated to be January 2024.",Awarded,The contract has been awarded to Designgroup Stapleton Elliott Limited and started in March 2022. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,25353821,Request for Tenders,Closed Competition,Main Building Contractor for New Sports Changing Room and Toilets at Remuera Intermediate School,,20220203,20220225,20220623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BoT for Remuera Intermediate wish to procure a Main Contractor to construct a new building adjacent to the sports field, to provide changing room and toilet facilitates to cater for the schools curriculum (physical education class) and other sporting activities/events.",Awarded,"GETS Contract Award Notice (per Rule 48) RFT for Main Building Contractor for New Sports Changing Room and Toilets at Remuera Intermediate School GETS RFx ID: 25353821 Contract awarded by: Maynard Marks New Zealand Limited, Level 12, 66 Wyndham St, Auckland CBD, Auckland 1010 Contract awarded to: N Cole Construction Limited, 71d Barrys Point Road, Takapuna, Auckland 0622 Works as per tender: New Sports Changing Room and Toilets at Remuera Intermediate School Contract awarded on: 23/06/2022 Contract terms: as per Ministry of Education Major Works Contract (version: August 2021) Value of highest and lowest offers evaluated to award contract: $973,323.83 - $1,144,856,32 Procurement Process: Two stage (ROI followed by RFT) Exemption from open advertising (Rule 14): Not claimed",0,20250410 Ministry of Education - School Infrastructure,25356514,Request for Tenders,Closed Competition,Request for Tenders - Main Contractor for LSC and Resource Building at Hampstead School,,20220202,20220301,20220527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Outcome sought - Demolition of existing Resource block and Construction of an LSC and Resource building on the Northwest corner of the school site. History - The existing Resource block was built in 1937 and requires a roof replacement and upgrades and does not meet the current requirements. Construction completion and handover to the school is preferred to be during Term 4, 2022. The works programme and construction completion date are to be negotiated and confirmed with the school and successful contractor, and will depend on documentation completion, Ministry of Education approvals and contractor capacity.",Awarded,The contract was awarded to McIntosh Commercial Construction Ltd works are due to start May 2022,748677,20250410 Ministry of Education - School Infrastructure,25362115,Request for Quotations,Closed Competition,Bayfield School - Main Contractors 5YA AMS Classroom Project,,20220202,20220224,20220718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The classrooms are approximately 20 years old and require updating. Please see the upgrades on attached design drawings. The project will commencement in January 2022 completion, ending April 2022 or earlier.",Awarded,,535000,20250410 Ministry of Education - School Infrastructure,25363932,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Refurbish and Extend Staffroom Facilities, Create LSC Office, Fairfield School, Levin",5644,20220204,20220303,20220610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Fairfield School has a growing roll and increasing staff numbers has put increased pressure on space in the staff room and staff kitchen area. The School Board has approved the allocation of SIP funding to construct a small extension to the space, reallocation of an adjacent storeroom and reconfiguration and improvements to the size and layout of the staff rest facilities. The project will also incorporate the creation of a new LSC office from the redundant boiler room space that adjoins the main reception. The scheme will be traditionally executed with a full design team employed by the Fairfield School Board of Trustees producing full construction documentation. PLEASE NOTE: Fire Engineer and Asbestos Report will be loaded via NTT once received. SEPARATE WORKS PRICE SCHEDULE REQUIRED as shown in documents.",Awarded,"Awarded to DS O'Leary Building Ltd, starting 06.11.22 with anticipated completion date 01.07.23. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.",0,20250410 Ministry of Education - School Infrastructure,25364905,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Blocks 2, 3, 4, 5 - Refurbish Classrooms, Levin School, Levin",5638,20220204,20220303,20220927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Levin School Ten Year Property Plan has an approved project to carry out internal refurbishment of teaching spaces that will focus on DQLS improvements. Environmental upgrade of classrooms will incorporate wall coverings renewal, some minor layout improvements and thermal insulation upgrade work. The scheme will be traditionally executed with a full design team employed by the Levin School Board of Trustees producing full construction documentation.",Awarded,"Awarded to DS O'Leary Building Ltd, starting 13.11.22 anticipated completion date 01.07.23. It is intended that the value of the contract resulting from this tender will be within $100k-$250k.",0,20250410 Ministry of Education - School Infrastructure,25367066,Award Notice,Open Competition,Portable Air Cleaners / Air Purifiers,,20220201,20220201,20211224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education required an initial 5,000 Portable Air Cleaners and associated consumables as part of a suite of risk management tools to respond to Covid-19.",Awarded,"The Ministry undertook a process to identify standalone, Portable Air Cleaners. A contract was awarded on 24/12/2021 to: Samsung Electronics New Zealand Limited, supplying models AX60T5080WD/SA and AX90T7080WD/SA. These devices were procured under emergency as part of a suite of risk management tools to respond to Covid-19. The Ministry intends to issue an open RFP to supply additional Portable Air Cleaners to meet the Ministrys future needs [GETS ID 25352456 - GETS | Ministry of Education - School Infrastructure - Portable Air Cleaners]",0,20250410 Ministry of Education - School Infrastructure,25367953,Request for Tenders,Open Competition,"SIP AMS 5YA Upgrade: 1 Reroof, Outdoor Learning Space, 2 ILE Upgrade at Broad Bay School",228362,20220204,20220302,20220930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Broad Bay School has approximately 35 pupils and 4 teaching spaces. It is situated on the south side of the Otago Peninsula, approximately a 30 minute drive from central Dunedin. Block 1 is constructed in timber, weather board cladding and exterior metal roofing. The date of construction is unknown, but the building has been upgraded at regular intervals. The current configuration is three separate Classrooms and supporting facilities (Toilets, Administration, staff areas and Resource Rooms). Block 2 is a timber framed relocatable building, with weatherboard cladding and a profiled metal roof. This building is in need of refurbishment and updating. Broad Bay School seek to: Block 2 Upgrade and reconfigure the cooking teaching area with access to a new pantry from the Classroom Install a new accessible toilet suite with ramped external access to the building Install a new heat pump Install a new Hot Water Cylinder and pipework Upgrade Fire Alarms to Type 4 Emergency Lighting Block 1 Construct two outdoor showers (tepid water) with external doors to access the existing male and female toilets in Block 1 5YA Budget Plus Roof Reconstruct sections of the roof to improve weathertightness Replace roofing materials Relocate roof mounted Heat Pump Condenser units to ground level to eliminate maintenance issues working at heights Upgrade Fire Alarms to Type 4 Emergency Lighting",Awarded,Completing GETS award details,0,20250410 Ministry of Education - School Infrastructure,25369354,Request for Tenders,Open Competition,"Main Building Contractor for 2-3; 6-7 Classroom Refurbishment/Toilets Upgrade (Combined Projects) at Mt Richmond School, Otahuhu, Auckland",1-46341.00,20220204,20220307,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Mt Richmond School (the Buyer) is seeking a main building contractor for their Classrooms Refurbishment/Toilet Upgrade (Combined projects) as defined in this RFT at Mt Richmond School (the School), Otahuhu, Auckland. The build work is to be carried out during the period between early June to December 2022, during normal school activities. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Build Works is expected to start in early June 2022 during normal school activities. Tenderers wishing to attend a site visit must register with the Point of Contact by the date detailed in the Indicative Time-line (paragraph 1.2) through the GETS question/answer function. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the Covid-19 vaccination). Successful tenders will require all site staff/workers to be fully vaccinated (min. 2 doses). Each tender must attend a site visit to complete an accurate tender and refer to the plans attached with this tender.",Awarded,"The tender quote met requirements and provided value for money. The preferred tender was the lowest pricing. The tender provided a good quotation based on the scope of works; and provided a realistic programme of works given the lateness and current environment.",0,20250410 Ministry of Education - School Infrastructure,25370283,Request for Quotations,Closed Competition,Kohimarama School and Glenbrae Primary School B21 Roll Growth Masterplanning Services,MOE16047,20220203,20220217,20220221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant from the B21 MP Directory to provide Master Planning Services at Kohimarama School and Glenbrae Primary School.,Not Awarded,No response received.,0,20250410 Ministry of Education - School Infrastructure,25372224,Request for Tenders,Open Competition,Request for Tenders for Redwoodtown School Learning Support Property Modifications Accessible Bathroom Fit-Out And Potential Additional Requirements,MOE16081,20220202,20220301,20220407,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Redwoodtown School requires the permanent use of an accessible bathroom for a new entrant student. The MoE Occupational Therapist has suggested the existing resource room within Block A to be converted. The new accessible bathroom shall have wheelchair access and safety glass to the windows including all other associated modifications as per NZS 4121. At the time of writing, design documentation has been approved and the Building Consent by Marlborough District Council prior to Christmas 2021.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000 - $250,000",0,20250410 Ministry of Education - School Infrastructure,25372861,Request for Proposals,Closed Competition,Request for Proposals for Silverdale School Roll Growth Project Management and Engineer to Contract Services,MOE16033,20220203,20220218,20220303,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Silverdale School was established as a new school in 2006 (Stage 1). It has since been extended in three stages (Stages 2-4) and exceeded the current capacity of 805 students in late 2020. In order to address the current and future growth, a Master Plan has been completed for a roll of 1,200 students. The current roll growth project scope is to deliver 12 roll growth classrooms as the first stage of the new Masterplan. Delivery of 12 roll growth classrooms is in a two storey, standalone building with all associated site works and services. The project is an ECI, currently in Detailed Design and will likely go onsite as a staged consent in Q1 of 2022 and for completion (including siteworks) by the end of March 2023. This procurment is for project management service leading the Project through the project phases from Contractor Procurement/Consenting until the end of the defects period and acting as Engineer to contract. Please note - Appendix 1d - Detailed design drawings are not uploaded in GETS yet and will be issued as a NTT shortly.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25372951,Request for Tenders,Open Competition,Main Building Contractor for Block D ILE and Fire Upgrade at Vogeltown School,,20220204,20220228,20220307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,Contract was awarded to Southcoast Construction New Plymouth Ltd.,0,20250410 Ministry of Education - School Infrastructure,25377412,Request for Tenders,Closed Competition,RFT for Main Contractor for Admin block Alterations at Kawerau South School,4970,20220208,20220303,20220810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Tender process for main contractor for Internal alterations and 35sqm extension to existing admin block at Kawerau South School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25381742,Request for Tenders,Open Competition,Main_Contractor_for_Hard_and_Soft_Landscape_Works_at_Merrin_School,BM200940A,20220208,20220303,20220331,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25386156,Request for Tenders,Open Competition,Fencing Works at Te Kura o Otangarei School,2110692,20220210,20220322,20220602,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"Various fencing replacements and associated ground works. Contract works overview: - Demolition - Ground Works - Supply and installation of new hot dipped galvanised steel fencing and gates",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25386159,Request for Tenders,Closed Competition,"RFT - Main Demolition Contractor, Rationalisation - Pool and Block D Removal, Pukeatua Primary School, Wainuiomata, Wellington",5789,20220211,20220316,20220317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education and Pukeatua Schools Board have agreed to the removal of surplus property on the school site which includes the swimming pool, enclosing building and two classrooms (Block D). It is intended that the project will proceed in two distinct stages with the pool and buildings actioned first. The scheme will be traditionally executed with a full design team employed by the Pukeatua Primary School Board of Trustees producing full construction documentation. NOTE 1 : NTT will be loaded for Asbestos Report once received. NOTE 2 : 2 separate Price Schedules required.",Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,25389461,Request for Proposals,Closed Competition,CW2021-188 Mayfair School - Roll Growth Refurbishment - Lead Design Services,MOE16150,20220217,20220311,20220719,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Mayfair School in Hastings has been identified for Roll Growth Funding in order to provide additional teaching space for students. The project will involve refurbishing the Schools Main Block, to reconfigure much of the surplus space into teaching space. Concept Design has previously been completed. The Lead Design Services required include the following design stages: developed design detailed design works procurement construction observation",Awarded,The contract has been awarded to Isthmus Group Limited and started in July 2022. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,25403348,Request for Tenders,Closed Competition,Main Contractor for SIP / LSC: Classroom and Admin Modifications at Te Waka Unua School,684-21-01,20220215,20220311,20220504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,Te Waka Unua School requires internal layout modifications to their bi-lingual teaching unit to allow for collaborative learning & better school community integration. They also intend to add an extension to the existing Admin Block to accommodate the Learning Support Coordinator and to create openings between multiple learning spaces & add an external door to Block 1 to create a connection outside for a classroom currently only accessible via other learning spaces.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25406205,Request for Tenders,Closed Competition,Request for Tender Henderson Intermediate School & Murrays Bay Primary School Redevelopment Main Contract Works,MOE16098,20220214,20220304,20221107,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This procurement is to engage a Main Contractor for redevelopment at Henderson Intermediate School and Murrays Bay primary School. The Contract Works required are: Henderson Intermediate School Delivery of a new two-storey building containing 14 TS, consisting of 4 replacement TS and 10 RG TS. Delivery of car parks to provide parking spaces for the teachers who will teach in the new RG classrooms. Delivery of new infrastructure to support the additional site capacity. Reinstatement of toilet block for gymnasium including new eternal wall Site works including landscaping and associated site works to be new building Ground remediation site works Murrays Bay Primary School Delivery of a new two-storey building containing 10 TS including 2nd storey access to existing block to provide accessible route via lift. Excavation and ground retaining requirements to create new building platform Upgrade of pick up and drop off zone Upgrade of carparking including pedestrian walkways Delivery of new infrastructure to support the additional site capacity.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25406554,Request for Tenders,Open Competition,Main Contractor Classroom Upgrade Birchville School (Upper Hutt),,20220215,20220311,20220812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project comprises of upgrading the classrooms to provide Quality Learning Environments. These works will include abut are not inclusive of the following: New Flooring, LED Lights, Autex Pin Boards, Aluminium Joinery and painting. Overview of the programme of which this project is a part The project will need to be phased/ Staged with 2 classrooms under refurbishment at any one time, this may increase if the school can allow more classrooms to be released. requirements for phasing and / or staged handover of the project Project consultants are: o Project Manager: Philip Rice IR Group o Lead Designer: I R Group 2.2 Required solution (method and approach) a. The Contract Works required are: Refurbishment of Classroom Blocks J & M, the work comprises of New Floor Coverings, LED lights, painting and Aluminium Joinery. i. Internal light demolition and refurbishment ii. Classroom Refurbishment iii. Two classrooms will be available per stage, a staged handover of the project will be required iv. The Site is a Primary School with a roll or approx. 130 Students plus staff. The work areas will be within the School and as such will need to cordoned off to prevent Pupils accessing the work area. H and S will be of the upmost importance to ensure the safety of all and the smooth running of both the Construction site and the School. v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal has a strong preference for RFT responses with no Contract related tags. If tags are raised, they will be considered on a case by case basis by the Principal as part of the RFT evaluation. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information. b. Timeframes are: i. indicative Start date: May 2022 ii. indicative Due Date for Completion: Mid July 2022",Awarded,Both responses were valid and non priced scores were very even. We awarded on price.,145400,20250410 Ministry of Education - School Infrastructure,25408406,Request for Tenders,Closed Competition,Request for Tenders for Kauri Flats School Preloading Foundation Works Main Contractor,MOE16148,20220214,20220304,20220503,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Preloading foundation works are required at Kauri Flats School to reduce the amount of ongoing settlement following the construction of the teaching block.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25419506,Request for Tenders,Closed Competition,Request for Tenders for Cannons Creek School - School Site Improvements - Main Contractor and Potential Additional Rights,MOE14407,20220218,20220324,20221004,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Cannons Creek School School Site Improvements Main Contractor (the Contract Works). Cannons Creek School in Porirua requires a Main Contractor to undertake refurbishment and minor redevelopment works to address the following: Address a site drainage issue; Upgrade a leaky water reticulation network; Refresh the interior of classrooms spaces; Upgrade a toilet; and Address associated items triggered by consent application.",Awarded,"This contract was awarded to Alaska Construction + Interiors Auckland Limited and began on 1 October 2022. The term of this contract is until final completion of the project, forecast to be in January 2024. It is intended that the value of the contract resulting from this procurement will be within value band $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,25420769,Request for Tenders,Open Competition,Main Electrical/Heatpump Contractor for Heating Upgrade at Whanganui High School,Whanganui High School,20220217,20220318,20220603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Whanganui High School, are seeking a suitably qualified Electrical/Heatpump Contractor to carry out the upgrade of several heatpump units to various blocks. The Contract Works required are: Block A: 6 x heatpumps & MCBs to 2 x boards. Block AD: 8 x heatpumps & MCBs to 1 x board. Block G: 3 x heatpumps & MCBs to boards. Where/If heatpumps are been replaced, the existing exterior heatpump units currently on the roof will need to be removed and any penetrations made water tight. All exterior units must be ground mounted on a hard surface and in a protective cage with access for maintenance. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This could possibly be May 2022, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,108780,20250410 Ministry of Education - School Infrastructure,25421803,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block G1 and CW - Replace Roofing and Spouting, Miramar Central School, Wellington",5491,20220218,20220324,20220913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Multiple flat and walkway roofs about the school are at the end of their serviceable life and consistently leak. The condition assessments have identified the failed materials including existing built circumstances. Both metal and membrane roofing will be replaced on a like for like basis. The scheme will be traditionally executed with a full design team employed by the Miramar Central School Board of Trustees producing full construction documentation. PLEASE NOTE: Asbestos Report will be loaded via NTT once received.",Awarded,Awarded to Freear Philip starting date of 01.10.22 with anticipated completion date of 31.05.23. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.,0,20250410 Ministry of Education - School Infrastructure,25423235,Request for Tenders,Closed Competition,Main Contractor for SIP Block 1 Administration Relocation at Papatoetoe Intermediate School,,20220218,20220318,20220518,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Papatoetoe Intermediate Board of Trustees are seeking a Main Contractor for SIP Administration Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25424804,Request for Tenders,Closed Competition,Main Contractor for Block A ILE Upgrade at Kio Kio School - RFT,1185,20220217,20220315,20220822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Stage two - closed RFT.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25426510,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Blocks B and G - Refurbish Classrooms, Kahurangi School, Strathmore, Wellington",5407,20220221,20220322,20220822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Kahurangi School Ten Year Property Plan has an approved project to carry out internal refurbishment of teaching spaces that will focus on DQLS improvements. The work is spread across teaching building Blocks B and G and comprises of wall and floor finishes renewal, acoustic improvements and timber window replacement. The contract will also extend the replacement of the external fire exit doors in Block C. The scheme will be traditionally executed with a full design team employed by the Kahurangi School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Cemac Interiors, start date 29.08.22 with anticipated completion date of 01.07.23. It is intended that the value of the contract resulting from this tender will be within $500k-$1m.",0,20250410 Ministry of Education - School Infrastructure,25427223,Request for Tenders,Closed Competition,Waimauku School Roll Growth and Redevelopment Main Contractor,MOE10634,20220506,20220613,20220930,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,NA,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for Roll Growth and Redevelopment works required at Waimauku School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25427656,Request for Proposals,Closed Competition,Request for Proposals for Lincoln High School -Capital Works-Redevelopment Project Lead Design Services Stage One,MOE16314,20220217,20220309,20230428,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Lincoln High School is a state, co-educational school in a university town on the outskirts of Christchurch. A building states report identified major weathertightness and structural strengthening issues in relation to some of the existing buildings. Block O (Main Admin block) had a 15% NBS and suffered from Major weathertightness issues. The existing school blocks also suffer from lacks connectivity between them and some of the blocks sits on isolation being one or two teaching spaces which lack MLE standards and are not up to current DQLS standards The Ministry through its intention to develop the school. Capital Works has engaged Athfield architects to prepare a Master Plan that was able to identify all existing issues and provide a solution to redevelop the school in line with the schools needs that reflects its culture and aligns with Ministrys policies. This redevelopment is expected to be implemented on three stages. This RFP addresses Stage One only. ii. It is expected that the design phase (Stage One) will extend to October 2022 and construction to be completed by the end of 2023",Awarded,"It is intended that the value of the contract resulting from this tender will be within 500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,25427823,Request for Tenders,Closed Competition,Clutha Valley School and Sara Cohen School Bundled Major Redevelopments Main Contract Works,MOE14446,20220221,20220404,20220629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This tender is for the procurement of Main Contractors for a bundle of two schools, Clutha Valley School and Sara Cohen School for Major Redevelopment works. The tendering requirements for this bundle are as follows: 1. Tenderers MUST submit a tender for the Clutha Valley School project. 2. Tenderers then have the OPTION of also tendering for the Sara Cohen project. The Clutha Valley School (CVS) project requirement is: (a) Construct new main block (SP1 with CPU)) (b) School to relocate into new main block (allow 2 weeks in programme aligned to nearest school holidays) (SP2) (c) Partial demolition of existing main block (SP2) (d) Multi-purpose hall works (SP2) (e) Construction of covered walkway and landscaping (SP2) The Sara Cohen School (SCS) project requirement is: (a) Asbestos removal and demolition of community hall and early childhood education block (b) Construction of new carpark for current occupants to use during construction phase (c) Construction of new Sara Cohen main block (d) Landscaping Further information is included in the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,25428628,Request for Tenders,Open Competition,Wairarapa College - Main Contract Works for Electrical and Mechanical Project,,20220218,20220316,20220923,Board of Trustees - Approve by BoT - ie. School Principal,Syndicated Opportunity,No,58 Wharf Street,"Through this procurement, the Wairarapa College Board of Trustees, intend to engage a Main Contractor for works relating to electrical upgrade and mechanical system upgrades for various Blocks at the College.",Awarded,"Following a full and fair/transparent evaluation, CE&R Electrical were deemed the successful tenderer for the contract works procured",0,20250410 Ministry of Education - School Infrastructure,25430587,Request for Tenders,Open Competition,Roofing Replacements - Queens High School,,20220222,20220405,20220804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Queens High School Board of Trustees are seeking to appoint a suitably qualified contractor to complete to proposed roof replacements. The work encompasses various buildings throughout the site, and includes the installation of roof insulation and asbestos remediation in some areas.",Awarded,"Following the evaluation of the tenders received, this contract was awarded to Stewart Construction.",0,20250410 Ministry of Education - School Infrastructure,25432504,Request for Proposals,Open Competition,Portable Air Cleaners,MOE16025,20220218,20220316,20220505,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry, the Buyer) is seeking proposals from suppliers of Portable Air Cleaners (otherwise referred to as air purifiers, or air filtration units) to enter supplier arrangements to satisfy future Ministry and school supply requirements. This includes an order by the Ministry for an anticipated volume of at least 5,000 units from one, or across multiple successful suppliers following contract award. Introducing Portable Air Cleaners is generally an interim and/or targeted intervention strategy for spaces that are not able to achieve good ventilation through other means, as part of our COVID-19 response efforts. The Ministrys deployment strategy is aligned with international approaches that are emerging, that typically see them deployed to higher risk areas within schools such as staff rooms, sick bays, music rooms and cafeterias. Based on this and other expert advice the Ministry has reviewed, it is currently not envisioned that Portable Air Cleaners will be deployed on mass into New Zealands naturally ventilated classrooms. We are seeking suppliers who can demonstrate they have the capability and capacity to deliver Portable Air Cleaners that meet our required specifications, over the next two-year period.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25436749,Request for Tenders,Open Competition,RFT Main Contractor Kitchen Upgrade at Irongate School,219258,20220222,20220321,20220725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school has decided to provided lunches to pupils under the new lunches in schools programme. They are looking to provide nutritious and delicious kai. The current kitchen is too small, and requires upgrading so the school can provided healthy kai for its Tamariki Kura.",Awarded,,152902,20250410 Ministry of Education - School Infrastructure,25440398,Request for Tenders,Open Competition,Main Contractor for a Block 4 Toilet Refurbishment at Edmund Hillary School,,20220224,20220322,20220718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Edmund Hillary School are requesting the services of a suitably qualified contractor to carry out a block 4 toilet refurbishment. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Site Visit 1 Tuesday 1st March 2022 at 3:30pm Site Visit 2 Tuesday 8th March 2022 at 3:30pm Site Visit 3 Tuesday 15th March 2022 at 3:30pm",Awarded,,97263,20250410 Ministry of Education - School Infrastructure,25440427,Request for Tenders,Closed Competition,Grants Braes School Roll Growth and Refurbishment Project (and potential additional rights),MOE16363,20220221,20220414,20230215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Grants Braes School is a Year 1-6 primary school located in the suburb of Waverly in Dunedin. The School currently has nine teaching spaces but notable growth in the area over recent years has led to a requirement for an additional two teaching spaces. ii. Due to the complexity and restricted nature of the size of the site, the existing space currently utilised as a hall is to be converted to two teaching spaces and a new multipurpose space constructed. In addition, the School has elected to use a combination of School Investment Project and 5YA funding to reconfigure and refurbish the Administration space as part of the project.",Awarded,,1528747,20250410 Ministry of Education - School Infrastructure,25440704,Request for Tenders,Open Competition,"Main Contractor for a Block 1,3,4 Cladding Replacement at Edmund Hillary School",,20220224,20220322,20220718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Edmund Hillary School are requesting the services of a suitably qualified contractor to carry out a cladding replacement for blocks 1, 3 and 4. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Site Visit 1 Tuesday 1st March 2022 at 3:30pm Site Visit 2 Tuesday 8th March 2022 at 3:30pm Site Visit 3 Tuesday 15th March 2022 at 3:30pm",Awarded,,320000,20250410 Ministry of Education - School Infrastructure,25441126,Request for Tenders,Open Competition,"Main Contractor for a Block 1,2,3,5,B Roofing Replacement at Edmund Hillary School",,20220224,20220322,20220718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Edmund Hillary School are requesting the services of a suitably qualified contractor to carry out a roofing replacement for blocks 1, 2, 3, 5 and B. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Site Visit 1 Tuesday 1st March 2022 at 3:30pm Site Visit 2 Tuesday 8th March 2022 at 3:30pm Site Visit 3 Tuesday 15th March 2022 at 3:30pm",Awarded,,194338,20250410 Ministry of Education - School Infrastructure,25441487,Request for Tenders,Open Competition,"Main Contractor for a Block 1,2,3,4 Door and Window Joinery Replacement at Edmund Hillary School",,20220224,20220322,20220718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Edmund Hillary School are requesting the services of a suitably qualified contractor to carry out a block 1, 2, 3 and 4 door and window joinery replacement. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Site Visit 1 Tuesday 1st March 2022 at 3:30pm Site Visit 2 Tuesday 8th March 2022 at 3:30pm Site Visit 3 Tuesday 15th March 2022 at 3:30pm",Awarded,,427378,20250410 Ministry of Education - School Infrastructure,25442955,Request for Tenders,Closed Competition,RFT for the Design and Build of Outdoor Decking and Shade at Marshall Laing Primary School,,20220222,20220315,20220428,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the Build and Design of Outdoor Decking and Shade at Marshall Laing Primary School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25443442,Request for Quotations,Closed Competition,Kohimarama School and Glenbrae Primary School B21 Roll Growth Masterplanning Services,MOE16047,20220221,20220304,20220510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made via GETS,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant from the B21 MP Directory to provide Master Planning Services at Kohimarama School and Glenbrae Primary School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25445415,Request for Tenders,Open Competition,Main Building Contractor for Hall Upgrade at Otorohanga College,,20220224,20220321,20220720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Not Awarded,Not awarded. Closed RFQ was completed with a revised scope following this procurement,0,20250410 Ministry of Education - School Infrastructure,25448848,Request for Tenders,Open Competition,RFT Main Contractor D ILE Upgrade at Hastings Intermediate School,221282,20220223,20220331,20220704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25450094,Request for Tenders,Open Competition,Main Contractor for Window Replacements on Block B at Ngaio School,,20220225,20220401,20220727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,250000,20250410 Ministry of Education - School Infrastructure,25451767,Request for Tenders,Closed Competition,Main Contractor for Roofing Works,,20220225,20220321,20220602,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,Various roofing works at Kamo High School.,Not Awarded,No response received.,0,20250410 Ministry of Education - School Infrastructure,25452461,Request for Tenders,Open Competition,Main Building Contractor for Weathertightness Roofing and Cladding at TKKM o Ngati Ruanui,02-048-002,20220225,20220331,20230531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are seeking to engage an appropriately skilled and resourced main building contractor for the Weathertightness remediation project (cladding and roofing) at TKKM o Ngati Ruanui,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25453400,Request for Tenders,Open Competition,Main Building Contractor for Blocks 1 & 8 Refurbishment at Orautoha School,02-110-001,20220228,20220328,20221110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are looking to engage an appropriately skilled and resourced Main Building Contractor for the Blocks 1 & 8 Refurbishment project at Orautoha School,Not Awarded,No responses,0,20250410 Ministry of Education - School Infrastructure,25454107,Request for Tenders,Closed Competition,Main Contractor for Carpark and Various Upgrade Works at Te Awamutu College - RFT,1196,20220225,20220318,20220704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed second stage RFT.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25454201,Request for Proposals,Open Competition,Assisted Natural Ventilation System (ANVS) Pilot Programme,MOE16130,20220223,20220318,20220726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is seeking proposals from suitably experienced New Zealand-based organisations to assist in the rapid development of a mechanical solution to improve classroom ventilation, as part of the Ministrys work programme in response to the COVID-19 pandemic. The basic principle of the Assisted Natural Ventilation System (ANVS) is installing a single, bolt-on, low-cost betterment solution for naturally ventilated environments that increases the flow of fresh, clean outdoor air. ANVS is a short to medium term, high benefit yet low investment system for deployment into some classrooms. A successful Assisted Natural Ventilation System (ANVS) for schools may: Increase the flow of existing air out of, and fresh air into naturally ventilated indoor spaces Through this, lower Carbon Dioxide (CO2) and airborne particulate matter (PM) levels Optionally, provide a mechanism for indoor temperatures to be maintained and through this, negate the need to recirculate filtered air Not generate more than 45dB within the indoor space Be comprised of readily available, high quality and low costs components An online Q&A session for potential suppliers will be held on 3/3/22 The purpose of the briefing session is to clarify the Requirements as detailed within this RFP. Potential suppliers wishing to attend a briefing session must register with the Point of Contact by noon 01/03/2022 through the GETS question/answer function with the following information: your organisations name names(s) of those attending contact phone number your enquiries A subsequent invite to the Teams briefing session will be sent via email.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25454692,Request for Quotations,Closed Competition,Weathertightness Remediation Design - Bundle 1,,20220224,20220321,20220719,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Forest Lake, Pekerau and Trident West Normal Schools have been identified with weathertightness failure issues and a Briefed Building Surveyor has undertaken a Remediation Inspection Report Forest Lake By August Millard, Pekerau by Waikato Building Surveyors and Trident High School by Prendos which have all been approved by the Weathertightness Review Panel (WRP).This request for quote is for the services of an Architect/Design Team to provide a Proposed Remediation Design in line with the Ministrys Weathertightness Remediation and Regulatory Strategy and Remediation Inspection Report. Please note the proposed CCCS (contract) will be attached to this listing at a later date.",Not Awarded,Weathertightness Remediation Design - Bundle 1 was not awarded as this tender did not receive any responses that were deemed to represent value for money.,0,20250410 Ministry of Education - School Infrastructure,25455451,Request for Quotations,Closed Competition,Weathertightness Remediation Design - Bundle 3,,20220224,20220318,20220412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Greenpark & Pongakawa Schools have been identified with weathertightness failure issues and a Briefed Building Surveyor has undertaken a Remediation Inspection Report Greenpark by Kestrel Systems and Pongakawa by Prendos which have all been approved by the Weathertightness Review Panel (WRP).This request for quote is for the services of an Architect/Design Team to provide a Proposed Remediation Design in line with the Ministrys Weathertightness Remediation and Regulatory Strategy and Remediation Inspection Report. Please note the proposed CCCS (contract) will be appended at a later date.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25455716,Request for Tenders,Open Competition,Request for Tender for Main Contractor - Potable Water System Replacement at Maruia School,,20220228,20220323,20220411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,25458355,Request for Tenders,Closed Competition,"RFT for Enabling, Demolition and Relocation Works at Burnside High School",MOE16411,20220228,20220324,20220523,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The proposed re-development for Burnside High School will ultimately provide 3 new blocks to replace some of the older building stock, weathertightness repairs and refurbishment to existing blocks. This redevelopment will provide enough space for the planned roll of 2100 students with a master plan for 2700. Currently the school roll is 2503 pupils with 119 MOE teaching spaces and 8 BoT classrooms. On completion of this CSR project there will be 97 MOE teaching spaces. A reduction of 22 and will require the school to reduce their roll by 403 students. Many of the existing school buildings have deteriorated to a point where major upgrades and redevelopment are now required. The buildings are degrading at a faster rate than the current 5YA funding can provide sufficient maintenance. Key drivers: building stock that is over 80 years old; consequently, a significant portion is in poor condition, requires weather tightness repairs and major/ minor refurbishment site wide infrastructure that is in desperate need of significant remediation or replacement, it is aged and has suffered earthquake damage a school layout that limits the schools ability to teach collaboratively and severely inhibits the capacity to deliver to its pedagogy and future educational delivery targets For further details on the scope of works, please refer to the attached RFT document.",Awarded,Contract has been awarded to Naylor Love Canterbury Limited,0,20250410 Ministry of Education - School Infrastructure,25458374,Request for Tenders,Open Competition,"Main Contractor for Blocks A, O, OA, LX, S, M Targeted Roof Repairs at Manurewa High School",,20220228,20220323,20220527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Manurewa High School Board of Trustees are seeking a Main Contractor for Blocks A, O, OA, LX, S, M Targeted Roof Repairs",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25462064,Request for Proposals,Closed Competition,Request for Proposal for Alfriston College Whanau Remediation Project Lead Design Services,MOE14937,20220225,20220406,20220622,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Alfriston College was constructed 2004-2006 and has been the subject of a weather tightness claim which was resolved. As part of the investigation into weather tightness it was discovered that all the main teaching blocks and administrations blocks had structural deficiencies and exhibit poor seismic performance. The outcome sought is weather tightness remediation which will be carried out in two stages: Stage 1 - Whanau classroom blocks Stage 2 Spine, Gym and Fale The outcome sought through this RFP is to engage a suitable Lead designer to develop design and documentation for the remediation works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25464513,Request for Proposals,Closed Competition,"Request for Proposals for Glen Taylor School, Glen Innes School, Pt England School and Ruapotaka School Roll Growth Quantity Surveyor Services",MOE16316,20220228,20220318,20220428,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Quantity Surveying Services are required at the below schools: i. Glen Taylor School ii. Glenn Innes School iii. Pt England School iv. Ruapotaka School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25464709,Request for Proposals,Closed Competition,Request for Proposal for Riverdale School - Redevelopment - Master Planning and Potential Additional Rights for Lead Design Services,MOE1615,20220324,20220426,20220708,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Riverdale School (Gisborne) is a year 1 - 6 contributing primary school, that also has a specialist part that caters for students with special educational needs from years 1- 8. There are approximately 180 students currently enrolled in the School, of which 37 are part of the Special Educational Needs unit. This part of the school is predicted to grow and a two-teaching space roll growth project has been announced for the School. The Services required include the following design stages: master planning Following the successful delivery of Master Planning Services, with Reserved Right for Preliminary Design onwards for the following stages: preliminary design developed design detailed design construction observation project closeout.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25469568,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block D Hall Foyer and Outdoor Performing at Mt Hutt College,,20220302,20220413,20220527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Scope of work includes: Block D - Hall foyer toilets and associated areas to be altered and upgraded,Awarded,The contract was awarded to Bradford Building Ltd.,275796,20250410 Ministry of Education - School Infrastructure,25470282,Request for Proposals,Closed Competition,Offsite Manufactured Buildings MB4.0 (2 Storey) Lead Design Services,MOE16345,20220228,20220411,20220428,,Sole Agency,No,,"The Ministry of Education has been utilising Offsite Manufactured Buildings (OMB) for several years, and now requires a comprehensive preliminary design for a permanent type, 2-storey building containing 6 teaching spaces, including toilets, circulation and services. This approach moves away from traditional Design for Construction to Design for Manufacture and Assembly (DfMA). Accordingly, the building shall be designed for fabrication off site in a modular format. The Ministry wishes to capture the efficiencies gained by integrating the process of design, manufacturing and construction, whilst maintaining aesthetic integrity. Providing flexible learning spaces to enable the delivery of education remains the key benefit. The Ministry is currently delivering version MB2.3 with the Lead Design of Brewer Davidson. Who will be nominated as a consultant on this project utilising known experience in the design of OMBs. This requirement is a design of OMB4.0 up to Preliminary Design Stage. Panel members are encouraged to collaborate for an overall solution. Invitation to the supplier briefing will be sent to you directly for the 4th March 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25480232,Request for Tenders,Open Competition,Main Contractor for Block B (Uttley) 1st Floor Modernisation at Southland Boys''High School,20-022,20220303,20220329,20220525,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"The SBHS BoT is looking for an experienced main Contractor to lead the Modernisation of the Block B (Uttley) project at their School. Work that has been approved includes: Remodelling of 5 x classroom spaces, corridor and teacher resource rooms areas including ceiling, wall and floor linings and coverings, aluminium joinery, and associated electrical and mechanical services. Associated Fire & Accessibility amendments for Building Code & MOE requirements in line with layout changes to the spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25486616,Request for Tenders,Open Competition,Main contractor for Faade Upgrade and Island Bay School (Wellington),,20220304,20220407,20230417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Island Bay School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to Block A and E cladding and roofing as described in the tender documents prepared by Don Jamieson Architecture. This involves the following works: Demolition of areas of roof, cladding, and exterior joinery Safe removal and disposal of Asbestos cladding highlighted in the tender documents - following all MOE requirements Demolition of small areas of internal wall and linings and removal of floor coverings Recladding of Blocks A & C including new doors and windows Make good internal wall linings and any other internal areas as needed Staging the work carefully and in close conjunction with the school and project manager to ensure Blocks A & C are able to remain partially operable during the course of the construction The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Lead Designer: Don Jamieson Architecture Lead Designer: IR Group Ltd IMPORTANT The school will need to continue to operate at least parts of the block while construction is ongoing. It is very important that tenderers describe a methodology that will ensure this is possible - possibly by addressing and completing the job in sections, or elevation by elevation. The exception to this might be the removal of asbestos containing material, which may best be done over one limited period and then temporary weatherproofing installed prior to final cladding. A tenderer may be excluded from the evaluation if this methodology is not described and included in the price. The Contractor will be engaged through an MOE major works contract (Construction contracts for professional services and works). See attached the relevant tender documents and further details of the work required. When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,25491083,Request for Tenders,Open Competition,Fencing Contractor for LSPM Site Fencing and Gates at Sherwood School,234732,20220303,20220328,20220412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Boundary fencing and pool fencing,Awarded,,95000,20250410 Ministry of Education - School Infrastructure,25492133,Request for Quotations,Open Competition,Portable CO2 Monitors,MOE16495,20220303,20220316,20220414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking quotes that details how you (the Respondent) will meet the requirement for ongoing delivery of Portable CO2 Monitors to be used in some schools as part of the wider Ventilation Programme. Please review the attached RFQ documents for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25492626,Request for Tenders,Closed Competition,Main Building Contractor for Blocks C & E Upgrade at Korakonui School - RFT,1141,20220304,20220331,20220506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Second stage closed RFT.,Not Awarded,The project has been cancelled by the Korakonui School Board of Trustees on the basis of cost. It was decided that any reduction in scope to save money would result in to large of a compromise to the end result to be viable.,0,20250410 Ministry of Education - School Infrastructure,25493905,Request for Tenders,Open Competition,Main Contractor for LSM: Fence at Avonhead School,3287-21-05,20220308,20220331,20220517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Avonhead School is wanting to install a boundary fence and gates as per drawings. This also includes alterations to existing blockwork columns and garden/tree cutback for install.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25495431,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block AU - Refurbish Auditorium Toilet Facilities, Paraparaumu College, Kapiti Coast",5605,20220310,20220406,20220419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The toilet and kitchen facilities serving the college auditorium are dated and the configuration is not best serving the needs of the building users. Recent water damage caused by failing plastic water pipework has seen a reasonable amount of wall and ceiling finishes already removed. The project will see reconfiguration of the toilets to provide independent self contained unisex cubicles provided and a more effective kitchen facility. The scheme will be traditionally executed with a full design team employed by the Paraparaumu College Board of Trustees producing full construction documentation.",Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,25496276,Request for Tenders,Open Competition,Open RFT for Main Contractor for New Roll Growth Classroom at Rotorua Specialist School,4992,20220314,20220408,20221115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Seeking tenders from suitably qualified and experienced main contractors to build a new 219sqm roll growth classroom at Rotorua Specialist School.,Awarded,A contract has been awarded to Ronayne Construction (NZ) Ltd,0,20250410 Ministry of Education - School Infrastructure,25496369,Request for Tenders,Open Competition,Main Contractor for SIP Combined Canopy Over Court at Onehunga Primary School,,20220309,20220404,20220524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Onehunga Primary School Board of Trustees are seeking a Main Contractor for the SIP Combined Canopy Over Court.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25498944,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Blocks B, G, J, N - Refurbish Classrooms/Toilets, Replace Windows and Cladding, Kenakena School, Paraparaumu Beach, Kapiti Coast",5557,20220309,20220404,20221128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Kenakena School has 5YA projects that have been bundled together that consist of classroom and toilet refurbishment, cladding replacement and window renewal. The project will be staged with the separate components actioned in a phased programme of work planned in conjunction with the schools release of spaces. Some areas of work have restricted access and are in close proximity to teaching spaces that will be in use. Consultation between the school and contractor will be required to determine a mutually acceptable site access plan. The scheme will be traditionally executed with a full design team employed by the Kenakena School Board of Trustees producing full construction documentation. NOTE: Asbestos Survey will be loaded via NTT NOTE: 2 Separate Price Schedules required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25500276,Request for Tenders,Closed Competition,Arthur Street School - Main Contract Works,MOE14832,20220308,20220414,20220908,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,"Arthur Street School is a decile 8, year 1-8 contributing primary school located in Dunedin, Otago, comprising nine teaching spaces providing current capacity for approximately 200 students. Following a review of the existing site it was determined that a redevelopment of the entire school to address significant infrastructure and accessibility issues is the best option for the future of the school. The existing pre 1900 hall (infant building) was excluded from this review and the scope. A masterplan for the site has been undertaken and design documentation completed. A two-stage phased approach has been proposed for the on-site work to allow the school to operate throughout construction. Due to age and history of the site an Archaeological Authority Application has been requested to cover the works. An Archaeological Management Plan has been completed for the work. All excavations work will be completed under the supervision of the Principals Archaeologist. It is highly likely that old foundations will be found in the construction site. The Archaeologist has requested that one week is allowed in the programme to allow the recording of these prior to removal. The works are programmed to be complete in two stages with all work completed by the end of 2023.",Awarded,,12658421,20250410 Ministry of Education - School Infrastructure,25501515,Request for Quotations,Closed Competition,Modular Programme Delivery Manager,MOE16447,20220307,20220317,20220718,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Offsite Manufactured Buildings (OMB) are currently being built for the ministry by a panel of suppliers. The rate of construction has significantly increased highlighting the need for a dedicated delivery team to ensure the buildings are delivered within appropriate time frames and cost. To meet the demand for delivery an additional external delivery manager is required to be engaged, for a term of up to 18 months, responsible for programme delivery within the Offsite Manufactured Buildings programme team. The Ministry is open to flexible hours on availability of the right candidate.",Not Awarded,Tender Cancelled 22/3/22,0,20250410 Ministry of Education - School Infrastructure,25504034,Request for Tenders,Closed Competition,"Main Contractor for A,HH Admin & Library Weathertightness - Lower Moutere School",3200-20-01,20220308,20220331,20220810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Lower Moutere School is seeking a main contractor for the block A and HH Admin & Library Weathertightness Project,Awarded,,2078569,20250410 Ministry of Education - School Infrastructure,25505062,Request for Tenders,Open Competition,Main Building Contractor for Learning Support Fencing at Horowhenua College,02-087-010,20220309,20220401,20220613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are looking to engage an appropriately skilled and resourced main contractor for the Learning Support Fencing project at Horowhenua College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25505186,Request for Tenders,Closed Competition,Main Contractor for Sitewide Heating Replacements and Electrical Upgrades at Tararua College,,20220308,20220330,20220502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Tararua College are seeking a main building contractor to replace their exisintg heating units and upgrade their electrical infrastructure. This ROI is to obtain interest from potential contractors that can provide this service.,Awarded,The contract was awarded to Fantail Services Limited and will start on 2nd May 2022. The term of this contract is until 8th July 2022.,650300,20250410 Ministry of Education - School Infrastructure,25506251,Request for Tenders,Open Competition,Main Contractor for Drainage Works at Papatoetoe West School,,20220310,20220404,20220701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The school is looking for a Main Contractor to upgrade the existing drainage to eliminate storm water damage to hall and carpark and rectify field drainage.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25507324,Request for Tenders,Open Competition,Hukanui School L& M Block Re-Cladding,6259,20220310,20220408,20220531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"L&M Weathertightness Re Cladding Replacement of existing direct fixed plywood cladding with new James Hardie Axon Panel over 20mm nominal drained cavity. o Replace building paper with RAB Board. o Remove existing windows and reinstall after cladding work is completed. New architraves required. Contract Works Procurement Plan Full 2017-2 Page 2 of 17 Replacement of all roofing nails with hexagonal screws with neoprene washers and addition of a gutter to roof-plane flashing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25507337,Request for Tenders,Open Competition,Gisborne Girls High School - Block G Stage 3 Classroom Upgrade - Main Contractors,3343322,20220310,20220404,20220831,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"Gisborne Girls High School Board of Trustees are seeking to appoint a suitably qualified main contractor to deliver the proposed Block G Stage 3 Classroom Upgrade Works. This is a continuation from Stage 1 & 2 This involves minor building alterations, joinery installations, and exterior decking works. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single stage open tender on GETS. Build Works is expected to start in 2022 (to be discussed with successful contractor) during normal school activities. Tenderers wishing to attend a site visit must make a appointments with the school and comply with all H & S and covid requirements of the school. Each tender must attend a site visit to complete an accurate tender and refer to the plans attached with this tender.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25510323,Request for Tenders,Closed Competition,Request for Tenders for Hingaia Peninsula School Roll Growth Main Contractor,MOE15483,20220322,20220414,20220707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the Roll Growth construction of 6TS with associated toilet block and hardscaping at Hingaia Peninsula School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25510537,Request for Quotations,Closed Competition,Hingaia Peninsula School Roll Growth Project Management and ETC Services,MOE16367,20220317,20220407,20220520,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced Consultant to project manage the delivery of the Roll Growth construction of 6TS at Hingaia Peninsula School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25510605,Request for Tenders,Closed Competition,"Request for Tenders for B19 Cluster 29 Schools Bundle Botany Downs, Bairds Mainfreight Primary, Puhinui and Sutton Park Schools Roll Growth - Main Contractor",MOE10933,20220330,20220525,20220902,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Requirement is for Construction Works for a Bundle of projects at the following Schools: Botany Downs School Bairds Mainfreight Primary School Puhinui School Sutton Park School The Ministry intends to award the bundle as a whole to one tenderer but reserves the right at its sole discretion to award contracts to multiple tenderers (unbundle).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25511046,Request for Quotations,Closed Competition,Weathertightness Remediation Design - Bundle 2,,20220309,20220321,20220412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Avalon School, Otaki School and Karori West Normal School have been identified with weathertightness failure issues and a Briefed Building Surveyor has undertaken a Remediation Inspection Report Avalon School Maynard Marks December 2019, Karori West Normal School Maynard Marks July 2021 and Otaki school Prendos March 2020 which have all been approved by the Weathertightness Review Panel (WRP).This request for quote is for the services of an Architect/Design Team to provide a Proposed Remediation Design in line with the Ministrys Weathertightness Remediation and Regulatory Strategy and Remediation Inspection Report. Please note that the proposed CCCS (contract) will be appended at a later date.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25511578,Request for Tenders,Open Competition,Cashmere Primary School Admin: Cladding & Framing Replacement Main Building Contractor,MOE16568,20220310,20220405,20220511,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Cashmere Primary School Admin: Cladding & Framing Replacement Main Building Contractor This tender is for a Main Contractor to complete works at Cashmere Primary School, Christchurch to the Admin Block. The Contract Works required are: partial foundation replacement, framing replacement, cladding and redecoration of the exterior. Upgrade fire alarm to type 4 system. Further information is included in the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,25512997,Request for Tenders,Closed Competition,"Request for Tender - Main Contractor for Block 1, 2 & 4 Site Upgrades at Tinwald School",,20220311,20220411,20220621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block 1 & 2 Toilet and Cloak Upgrades - Re-configure toilet spaces to follow the MOE-Reference Designs for School Buildings in New Zealand TOILETS, as much as practical to suit the existing buildings and services layouts Block 1 LSC (Learning Support Co-Ordinator) Upgrade - The intention is to upgrade Classroom 7 in Block 2 for LSC space. Proposed Block 4 Staffroom Upgrade - Upgrade and alterations to an old CEBUS classroom used as the schools staffroom Block 2 Roof Replacement - Scope of work to include a full roof, spouting and downpipe replacement to Block 2 Door Hardware Replacement Site Wide - Hardware replacement with new heavy-duty commercial door hardware Paving Upgrade to West End of Block 2 - The paving to the west end of Block 2 and gardens surrounding the building are to be removed and new site paving installed",Awarded,The contract was awarded to Cartney Construction Ltd. T/A Smith and Sons Ashburton.,584666,20250410 Ministry of Education - School Infrastructure,25513030,Request for Tenders,Open Competition,Main Contractor for Block 1 ILE Upgrade at Sylvia Park School,,20220311,20220406,20220720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Sylvia Park School Board of Trustees are seeking a Main Contractor for the Block 1 ILE Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25517374,Request for Proposals,Closed Competition,Request for Proposals for South Wellington Intermediate School and Karori Normal School (the Schools) Project Management & Engineer to the Contract Services,,20220310,20220330,20220506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for South Wellington Intermediate School and Karori Normal School (the Schools) Project Management & Engineer to the Contract Services (the Services). This procurement is utilising the Ministry of Business, Innovation and Employment (MBIE) All of Government Construction Consultancy Services Panel and is subject to this panels terms and conditions.",Awarded,"These contracts were awarded to AECOM New Zealand Limited and began on 16th and 23rd May 2022 respectively. The term of these contracts is until final completion of each project, forecast to be in October and September 2026 respectively. It is intended that the value of the contracts resulting from this procurement will be within value band: $500,000-$1,000,000.",0,20250410 Ministry of Education - School Infrastructure,25517907,Request for Tenders,Closed Competition,Request for Tenders for Paraparaumu College (the School) - New Build 10 Teaching Spaces (TS) - Early Contractor Involvement (ECI),,20220311,20220406,20221205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Paraparaumu College is a co-educational secondary school for years 9 to 13 students. The July 2019 school roll was 1266 and the additional 10 Teaching spaces will add a further 220 students bringing the total projected roll to 1486. Paraparaumu College, on the Kapiti Coast north of Wellington is experiencing rapid roll growth and is to receive 10 new classrooms as part of the Government Roll Growth funding package announced by Minister Hipkins in September 2019. In 2021, Network revised the Master Plan Roll from 1500 to 2500. Consequently, a site wide Master Plan (MP) review is underway to determine the long-term needs of future specialist Teaching Spaces (TS). Studio of Pacific Architecture Limited is currently undertaking the MP Design services at Paraparaumu College. It is envisaged these spaces will be a separate building that will become a technology hub. The outcome of the MP phase will help inform the optimum location and configuration of this building with a lens on future capacity. The school will use its own resources to repurpose existing technology spaces as general teaching and learning spaces. The intention is to deliver this new building under an ECI contract. The indicative project completion date is October 2024.",Awarded,"This contract was awarded to Holmes Construction NZ Limited and began on 17th January 2023. The term of this contracts is until final completion of the design, forecast to be in October 2023. Noting that the Ministry of Education reserves the rights to consider re-engaging the appointed Contractor to provide Construction services. It is intended that the value of the contracts resulting from this procurement will be within value band: $100,000 - $250,000.",0,20250410 Ministry of Education - School Infrastructure,25518496,Request for Tenders,Open Competition,Hukanui School A Block Cladding,6221,20220311,20220408,20220531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Outcome sought: To Make Block A Weather Tight o Overview of the programme: o Claddings Plywood claddings at the south elevation stairwell, east elevation fire panel and internal corner and north elevation classroom have failed due to a combination of inadequate diverter flashings, paving clearances and cladding overhangs, lack of capillary gap and priming, and poor preservative treatment typical of the installation period, resulting in timber decay o A lack of clearance at the external stairs on the west elevation has trapped water against the cladding, resulting in moisture absorption and timber decay o Leaking has occurred at the unsealed bridge west elevation joinery perimeters, resulting in decayed sill reveal liners o Conduits have trapped water against the cladding at the stairwell west elevation, resulting in decayed plywood cladding o It is recommended the above elevations are reclad. The Ministry may wish to consider replacing the existing window and door joinery on these elevations with new double-glazed units which may be more cost-effective than refurbishment and reinstatement. Leaking has been confirmed at the bridge west elevation joinery perimeters (as noted above). o There are similar risks on the bridge east elevation o Recladding the bridge east elevation in conjunction with the adjacent recladding of the stairwell south elevation. There are currently patches on the staffroom north elevation cladding where DT investigation was previously undertaken o It is recommended the affected cladding panels are replaced in line with Ministry policy.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25519185,Request for Tenders,Open Competition,Redwoodtown and Spring Creek Schools Supply & Installation of Playground Matting Main Contractor,MOE16461,20220314,20220407,20220805,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Redwoodtown and Spring Creek Schools (the Schools) Supply & Installation of Playground Matting Main Contractor (the Contract Works). The Contract Works required are removal and replacement of stones with foam rubber matting in playgrounds. Full details are included within the tender package.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,25521443,Request for Proposals,Closed Competition,Request for Proposals for Wainuiomata Primary School Block A & B Weathertightness Remediation Concept/Preliminary Design Services and Potential Additional Rights,,20220322,20220413,20220506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Wainuiomata Primary School (the School) Block A & B Weathertightness Remediation Concept/Preliminary Design Services and Potential Additional Rights (the Services). This RFP is being conducted as a secondary selection process under the Ministry of Educations Professional Services Directory and is subject to this panels terms and conditions.",Awarded,"The contract was awarded to Jerram Tocker Barron Architects Limited and will start on 23rd May 2022. The term of this initial contract is until completion of preliminary design, forecast to be 30 August 2022, where reserved rights to negotiate for later stages are in place. It is intended that the value of the overall contract resulting from this procurement will be within value band: $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,25521478,Request for Proposals,Closed Competition,Request for Proposals for Mount Albert Grammar School - Roll Growth Project Project Management Services,MOE16514,20220310,20220331,20220712,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Mt Albert Grammar School is a decile 7, co-educational, secondary school in the suburb of Mt Albert, Auckland. Established in 1922, the school has been extended over the years with the original heritage buildings still standing. These are currently used for a combination of administration and teaching functions. The school site covers approximately 14.3 hectares. Project Management services are required at the school for a D&B project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25522369,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C, G, M, M1, T, and 6 Roof Replacement at Glendowie College",,20220314,20220406,20220708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Glendowie College Board of Trustees are seeking a Main Contractor for the Blocks A, B, C, G, M, M1, and 6 Roof Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25524947,Request for Tenders,Open Competition,Main Contractor for a New Building for LSC Offices at Pukekohe High School,,20220314,20220408,20220628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Pukekohe High School are requesting the services of a suitably qualified contractor to construct a new building for LSC offices. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Important Note: If you are attending a site visit you need to be fully vaccinated (have received 2 doses of the covid-19 vaccination). Site Visit 1 Wednesday 23rd March 2022 at 3:30pm Site Visit 2 Wednesday 30th March 2022 at 3:30pm Site Visit 3 Wednesday 6th April 2022 at 3:30pm",Awarded,,248872,20250410 Ministry of Education - School Infrastructure,25525547,Request for Tenders,Open Competition,Main Contractor for Fire Alarm Upgrade at Papatoetoe North School,,20220315,20220408,20220810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Papatoetoe North School Board of Trustees are seeking a Main Contractor for a Fire Alarm Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25526496,Request for Tenders,Open Competition,Main Building Contractor for the Refurbishment and ILE Improvements of a Four Classroom Block at Awakeri School,219411,20220314,20220330,20220413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Awakeri School Board are seeking a main building contractor to create open learning environments by opening up the walls between each of the 2 sets of classrooms. Internal structures will be modified to make the spaces more open and functional in line with ILE MOE model. Demolition works will include removing internal walls between classes 9 and 10 and 11 and 12. Internal walls will be removed to make the area more functional. Structural beams will be placed in the space that has been opened up between each of the classrooms to support stacking sliding doors. The new works will include underfloor insulation, wall linings and floor covering will replace the existing, painting of all ceilings, trims, doors and walls, not covered by composition. New electrical circuits and data points will be upgraded as needed. Fixed whiteboard cupboards will be installed (these will be purchased by the Principal).",Awarded,The contract was awarded to Shawn Williamson Building Ltd and will start on 13/04/2022. The term of the contract is 1 year.,206301,20250410 Ministry of Education - School Infrastructure,25528046,Request for Tenders,Open Competition,"RFT Main Contractor ::- AMS-D, I, K: QLE upgrade, I: Floorcoverings replacement, LSC space",221758,20220315,20220414,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Blocks D, I & K are in a dated condition, with a layout that is not conducive to modern learning. The school is wanting to bring the classrooms up to standard and create modern innovative learning environments",Not Awarded,Tender did not meet the requirements,0,20250410 Ministry of Education - School Infrastructure,25532050,Request for Tenders,Open Competition,Main contractor for Blk M AMS Classroom Upgrades at Island Bay School (Wellington),,20220316,20220413,20220519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Island Bay School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to Block M. This is work inside two teaching spaces and two breakout spaces directly off them. The work is described in the tender documents prepared by IR Group and involves: Demolish existing toilet room and covert to classroom breakout space Strip existing hessian off walls and install new Autex composition board Install new Autex Quiet Space panels on ceiling Install new LED lighting Upgrade of existing breakout spaces Installation of new doors Install new insulation in the ceiling space Install new aluminum window inserts as described in tender details The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Lead Designer: IR Group Ltd Lead Designer: IR Group Ltd The block will be vacated by the school during the construction period however the optimal time to address these works will be at least in part over the July holiday 9th July - 24th July. Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. IMPORTANT The pricing of this tender has been set up in a way that the contractor is asked to price 8 separate items or components of this job. It is possible that as part of post tender negotiations, a contractor will be asked to remove an item or items from their scope to allow the job to proceed within budget. Respondents should be prepared for this and ensure they complete the schedule of prices accordingly. The Contractor will be engaged through an MOE major works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices NOTE: This RFT has been extended due to an issue with RealME.",Awarded,,125736,20250410 Ministry of Education - School Infrastructure,25533911,Request for Tenders,Open Competition,Main Building Contractor for Administration Refurbishment at Ohakune School,Ohakune School,20220316,20220422,20220719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ohakune School, Ohakune are seeking a suitably qualified Main Building Contractor to carry out the Administration Refurbishment & Upgrade. The contract works required are: Reconfigure existing administration space to enlarge staffroom area, including footprint extension of 20m2, includes new floor and wall lining where necessary. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,"No tenders received via GETS, therefore direct sourcing.",0,20250410 Ministry of Education - School Infrastructure,25535924,Request for Proposals,Closed Competition,Request for Proposals for Ferndale School (the School) CSR Redevelopment Design and Build Services,MOE08101,20220316,20220428,20220812,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Ferndale Te Ahu School is a special school that supports students with the highest ongoing levels of need for specialist support and diverse learning needs. As well as a base school, Ferndale have five satellite units, in both primary and secondary schools and one transition centre. As part of the Canterbury Schools Rebuild Programme (CSR Programme), the existing Ferndale Te Ahu Base School is being relocated and rebuilt. The designated site for the new construction is 77 North Parade, Shirley, the old Shirley Boys High School site. The school will be built for a roll of 24 students, with a master plan capacity for a roll of 38. The scope of the engagement will include the completion of master plan, preliminary, developed and detailed design phases. Followed by consent lodgement and single phase construction. Ferndale Te Ahu will be co-located on the site with Pareawa Banks Ave School, which is presently under construction. Outcome sought: To work collaboratively with the school stakeholders and the Ministry of Education guidance to design and build the new base school.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,25537006,Request for Tenders,Closed Competition,Northcote School CSR Redevelopment Stage 2 Main Contractor,MOE08096,20220316,20220420,20220708,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tender (RFT) is an invitation by the Ministry of Education (the Ministry) to submit a Tender for Northcote School (the School) CSR Redevelopment Stage 2 Main Contractor (the Contract Works). Northcote Schools substantial redevelopment is composed of 2 stages. Brosnan Construction Canterbury Limited were appointed as main contractor for Stage 1 of the works only. This new RFT is for Stage 2 of the works. The school will continue to operate throughout the construction period. All construction work must be phased to take this into account and allow for suitable access at all times.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,25543009,Request for Tenders,Open Competition,Contractor for Roofing Replacements at Western Heights Primary School Rotorua,4893,20220318,20220414,20230629,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Seeking tenders from suitably qualified contractors to carry out replacement of profiled metal roofing, spouting, insulation and rooflights at Western Heights Primary School.",Not Awarded,"All received prices were significantly over budget, this project will not proceed at this time.",0,20250410 Ministry of Education - School Infrastructure,25545487,Request for Tenders,Open Competition,"Contractor for Roofing Replacements at Sunset Primary School, Rotorua",5089,20220321,20220420,20230313,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Seeking tenders from suitably qualified contractors to carry out replacement of profiled metal roofing, spouting and rooflights at Sunset Primary School, Rotorua",Not Awarded,Prices received significantly exceeded budget so this tender opportunity will not be proceeding further.,0,20250410 Ministry of Education - School Infrastructure,25550100,Request for Quotations,Closed Competition,Silverstream South Primary School - LD Services - Replacement 4 TS Block,,20220317,20220407,20220602,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,"Silverstream School requires the demolition and replacement of Block 11. The block is a 1957 brick block containing asbestos and mould in subfloor and loft, and comprising dated 4TS, unhygienic toilets, accessible bathroom with shower, and excess resource and circulation space. The block suffers intermittent roof leaks, and some rooms are closed due to damp. Please note: The New 4TS design is based on the Fairfield Block. All details regarding the Fairfield block will be directed through GETS Questions and Answers function",Awarded,,202100,20250410 Ministry of Education - School Infrastructure,25551324,Request for Proposals,Closed Competition,Request for Proposals for Rolleston College (the School) Campus 2 Design and Build Services & Potential Additional Rights,MOE16770,20220318,20220502,20220919,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. General description of the Project: A Green field site to be developed for a new high school located at 417 Springston Rolleston Rd in Rolleston. The project includes: the preparation of a Master Plan document which is to include multiple options and a recommendation to be presented for Ministry approval. The master plan is to cater for a maximum roll size of 2,200 students. The master plan process is to follow the MoE guidelines for master planning. Full design of all buildings for a roll of 1,500 students (build roll); site improvements (fields) and infrastructure to support the master plan roll; all nonteaching spaces are to be built to master plan areas. The total indicative area to be constructed is approx. 13,683m2 and a total site area to be developed of 7.96ha. The calculated breakdown of areas for the required master plan and build rolls are list in Appendix 1. all planning and investigation work (e.g., traffic, environmental, geotech, outline plan, resource and building consents). CW Construction Directory D&B Services RFP v4 Preparation of a project budget at completion of the master plan phase and again at completion of the design phase. Budgets are to align with expected square metre rates and baselined against recent similar projects. The delivery of the construction for the build roll design including testing, commissioning and handover to the school for occupation and use. Includes training and assistance with FFE delivery coordination. FFE purchase and supply is outside the scope of this engagement. 12 months maintenance requirement after Practical completion At the conclusion of each stage a performance review will be undertaken to determine whether to continue with the services based on time, cost quality and client relationships. A fee for the following stage will be negotiated based on the approved documents and scope produced in the preceding stage. ii. Outcome sought the complete planning, design, and construction of a new secondary school in Rolleston delivered to the opening date of January 2025. To be delivered to an agreed, achievable budget. The new secondary school is to be designed to the Ministry design guidelines and meet current DQLS standards. The new school is to be managed by the existing College as a second campus but is to be designed as a standalone high school (i.e., no allowance for the sharing of facilities in the design of the campus). The reuse of an",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000 - $1,000,000",0,20250410 Ministry of Education - School Infrastructure,25557267,Request for Tenders,Open Competition,Roofing Works to Block W - Opotiki College,225388,20220322,20220422,20220426,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Removal and disposal of existing roofing, skylights and flashings on the surrounding buildings of the Hall. New roofing will be installed on the surrounding areas of the Hall. Boxed guttering and downpipes will be installed on all areas including the Hall roof. The Hall roof only requires to be recrewed. Skylights will be taken out and the interior made good, including painting and finishing.",Not Awarded,No responses were received,0,20250410 Ministry of Education - School Infrastructure,25558437,Request for Quotations,Closed Competition,Request for Quotes for Hawera School & Palmerston North School #2 - Due Diligence & Project Management Services,,20220322,20220413,20220628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Requirements: Engage subconsultants and provide a full package of due diligence reports for each schools site e.g., engagement/coordination of required specialists, site visits as required, communication with all key stakeholders (e.g. School and MOE staff), review and distribution of final reports within the specified timeframe.",Awarded,The contracts have been awarded to Greenstone Group Limited and started in June 2022. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,25562341,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 3, 4, 10, L: Roof & Clearlite Replacement at Onewhero Area School",,20220325,20220422,20220720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Onewhero Area School Board of Trustees are seeking a Main Contractor for Blocks 1, 2, 3, 4, 10, L: Roof & Clearlite Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25563227,Request for Tenders,Closed Competition,"RFT - Main Building Contract, Blocks B, T1, Q1 Refurbish Classrooms-Toilets, Replace Cladding, Windows, Roofing, Paraparaumu School, Kapiti Coast",5520,20220324,20220427,20220428,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Paraparaumu School has 5YA projects that have been bundled together that consist of classroom and toilet refurbishment, cladding replacement, roofing and window renewal. The project will be staged with the separate components actioned in a phased programme of work planned in conjunction with the schools release of spaces. Some areas of work have restricted access and are in close proximity to teaching spaces that will be in use. Consultation between the school and contractor will be required to determine a mutually acceptable site access plan. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation. PLEASE NOTE: 2 Separate Price Schedules required.",Not Awarded,No tenders received.,0,20250410 Ministry of Education - School Infrastructure,25566888,Request for Tenders,Open Competition,"Main Contractor for Blocks B, D, E, F & G Asbestos Removal to Roof and Ceiling Containment at Gisborne Girls' High School",2128,20220324,20220420,20220509,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 Background The outcome sought is to have the school campus in a state where all currently known asbestos has been either removed or contained. In late 2019 it was discovered that asbestos had been used as a construction or insulation material in a range of roof spaces/ ceiling plenums throughout the Gisborne Girls High School campus. These areas were immediately sealed off and further testing undertaken. Project consultants are: o Project Manager: Architects 44 Limited o Lead Designer: Architects 44 Limited 2.2 Required solution (method and approach) a. The Contract Works required are: i. Removal and/ or containment of asbestos in the roof/ ceiling plenum of five affected buildings under the supervision of a qualified asbestos assessor. ii. The scale of the works is moderate. iii. The works must be carried out during school holidays or otherwise outside of school hours. iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. See Tender Documents for further information.",Awarded,,250443,20250410 Ministry of Education - School Infrastructure,25567532,Request for Tenders,Closed Competition,"Request for Tenders for Tamatea Intermediate (the School) - Block A, C, D and E Replacement - Main Contractor",,20220323,20220519,20220927,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Tamatea Intermediate School is a decile 4, Year 7 and 8 contributing intermediate School located in the suburbs of Tamatea, Napier City. There was a July 2019 roll of 387 students. ii. The School is adjacent next to Napier citys main arterial route and the expressway with a large residential estate within the neighbouring suburb. The School entry is located on a low volume suburban street that services both Tamatea High School and Intermediate with high traffic volumes experienced during peak School pick up/drop off times. iii. Tamatea Intermediate has a group of defective Portable Modular Classrooms (PMC) buildings identified. The following blocks are identified for replacement: (a) Block A: Administration Block, (b) Block C: Two Art classroom Teaching Spaces (TS), (c) Block D: Seven TS and one Learning Support Satellite (d) Block E: Four TS4 iv. Project completion date: 31 December 2024",Awarded,"This contract was awarded tom Watts & Hughes Construction Group Limited and began on 1 November 2022. The term of this contract is until completion, forecast to be April 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $10M - $25M.",0,20250410 Ministry of Education - School Infrastructure,25570702,Request for Tenders,Open Competition,Main Contractor for Toilet Remediation Works Project at Ruawai Primary School,,20220324,20220429,20220714,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"The works included in this project include 5YA remediation works at Ruawai Primary School to be undertaken during 2022. These works include: i. Complete remediation of Block 10 Student Toilets including all new cisterns, toilet pans, basins and mirrors, wall linings and floor coverings. ii. Complete remediation of Staff toilets iii. Total refurbishment of the sickbay including removal of the shower and construction of a separate toilet cubicle.",Awarded,,120645,20250410 Ministry of Education - School Infrastructure,25575540,Request for Tenders,Closed Competition,Main Contract Works at Papanui High School - CSR Redevelopment,MOE14441,20220325,20220421,20220706,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The RFT package contains the revised scope of works that both the Ministry, the Contractor and the design team have been working together since December 2021. Stage 1: ? Construct New West Learning Hub (20 x TSs) and associated infrastructure/landscape works including a new caretakers shed and plant room. ? Demolish McBride Building ? Decant existing Block McBride(J), Fancy(C) Stage 2 (If CoR funding approved, not part of the current scope but may be added as per 1.1 (e) of this RFT): ? Construct new East Learning Hub (13 TSs) and associated infrastructure/landscape works ? Refurbish administration building and associated infrastructure/landscape works, and ablution facilities upgrade to toilet blocks and changing room facilities (administration building only) to meet MOE DQLS standard ? Amenities, ablution and changing facilities complete site-wide facilities upgrade to bring all campus facilities to current MOE DQLS standard ? Remaining sitewide infrastructure repair and upgrade plus remaining sitewide landscaping ? Refurbishment of existing buildings including roof repairs.",Awarded,Contract has been awarded to Hawkins Limited,0,20250410 Ministry of Education - School Infrastructure,25576021,Request for Tenders,Open Competition,"Main Contractor for AMS Combined G, JI and L: ILE and DQLS Upgrade and creation of new covered outdoor learning area and toilet upgrade at Howick College",,20220324,20220513,20230112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Howick College School is seeking a Main Contractor for AMS Combined G, JI and L: ILE and DQLS Upgrade and creation of new covered outdoor learning area and toilet upgrade",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25577344,Request for Proposals,Closed Competition,"CW2021-145 Due Diligence Services: Geotech, Flood, Topo, Ground Conditions, Traffic - Hawkes Bay",CW2021-145/MOE16326,20220325,20220420,20220608,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Construction Consultancy Consultants (Tenderers) to submit a Proposal for Multiple Schools PMC Project Due Diligence Services (the Services). This procurement is utilising the Ministry of Business, Innovation and Employment (MBIE) All of Government Construction Consultancy Services Panel and is subject to this panels terms and conditions. More information is contained in the RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25577946,Request for Proposals,Closed Competition,"CW2021-145 Due Diligence Services: Mech, Elect, ICT, 3 Waters - Hawkes Bay",CW2021-145/MOE16326,20220325,20220420,20220614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Construction Consultancy Consultants (Tenderers) to submit a Proposal for Multiple Schools PMC Project Due Diligence Services (the Services). This procurement is utilising the Ministry of Business, Innovation and Employment (MBIE) All of Government Construction Consultancy Services Panel and is subject to this panels terms and conditions. Refer to the RFP for more information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25578339,Request for Proposals,Open Competition,CW2021-145 Asbestos Services - Hawkes Bay,MOE16326,20220325,20220422,20220610,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) for an open invitation to Consultants (Tenderers) to submit a Proposal for Multiple Schools PMC Project Asbestos Services (the Services). Please refer to the RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25579674,Request for Proposals,Closed Competition,Request for Proposals for Ellesmere College - Te Kareti o Waihora - (the School) Site Redevelopment and Potential Other Rights Design and Build Services,MOE16750,20220325,20220429,20220912,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. Ellesmere College - Te Kareti o Waihora is a co-educational Year 7-13 school located in Leeston, south-west of Christchurch in the Selwyn District. The school was established in 1981 with the majority of buildings constructed off site and transported to the School. ii. Proud of its close connection with the surrounding rural and farming community, Rural Trades are among the vocational studies offered in the curriculum. One of the outcomes the school aspires to achieve as part of the redevelopment is to become a resource for its wider community. iii. The School is part of the Kahui Ako Nga Matapuna o te Waihora located within the takiwa of Te Taumutu Runanga. The opening and blessing of the school included its dedication as a Marae. The school has an important relationship with Te Taumutu and is also keen to maintain its connection with the land through becoming part of the green dot planting programme to attract and restore native Flora and Fauna. Outcome sought: i. A Master Plan and Preliminary Design has been developed for the school. The new build is to be located on field to the east of the existing buildings and the school will continue to operate throughout the duration of the construction phase. ii. The existing Gymnasium will be retained and undergo works to strengthen and remediate; surrounding later additions to the original gymnasium building will be demolished and a portion of new construction added. CW Construction Directory D&B Services RFP v2 Page 9 of 40 iii. The construction completion date and handover for new buildings and the gymnasium remediation is December 2023; carparking development and final landscaping to area of existing buildings March 2024.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,25580500,Request for Proposals,Closed Competition,Otago Boys High School Lift Installations Master Planning and Lead Design Services And Potential Additional Rights,MOE16700,20220325,20220505,20221006,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Otago Boys High School Lift Installations Master Planning and Lead Design Services And Potential Additional Rights Otago Boys High School have a student who suffers from various health and mobility issues. The Ministry of Educations Occupational Therapists (OT) have prepared a report which recommends several alterations to the building to provide better access for the student around the school site. These recommendations include the installation of 3 lifts to allow the access to the upper floors for teaching within 2 main blocks on campus. The outcome sought is the design, construction and installation of 3 lifts to blocks B (2) and C (1) on Campus. It is noted that the design documents included show 2 lifts only, however please note the requirement for the installation of 3 lifts.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0-$250,000",0,20250410 Ministry of Education - School Infrastructure,25582556,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Toilet Replacement at Ashburton Borough School - Lagmhor Site,,20220328,20220426,20220712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Deconstruction of existing sandpit area including timber surround, sand, shade sail posts for reuse. Allow for relocation up to 50m away. Removal of select vegetation for relocation. Construction of a new build toilet block with associated connections to services, access areas and associated siteworks remediation.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25582881,Request for Tenders,Open Competition,Main contractor for shade construction at Te Kura o Matihetihe,,20220324,20220422,20220701,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,Construction of new shade canopy,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25586098,Request for Proposals,Closed Competition,Request for Proposal - Albany Junior High School - Weathertightness Remediation - Early Contractor Involvement Services,MOE16683,20220324,20220421,20220627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The RFP is to procure Early Contractor Involvement Services for weathertightness remediation works at Albany Junior High School. The construction component of the project involves: i. Remediate the buildings from weathertightness failure. ii. Increase slope as required on roofs iii. More outlets and downpipes to be added iv. Build parapets v. Install parapet cap/ saddle flashings. vi. Re cladding on some elevations with new fully ventilated cavity vii. Replacement of damages structure as necessary viii. Staging will be required and will be consulted with the school during the design process, depending on the full known scope of works. ECI services include but not limited to i. provide construction expertise input during design phase ii. provide advice on consenting strategy to meet construction targets",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25586598,Request for Proposals,Closed Competition,Request for Proposals for Rolleston College (the School) Campus 2 New School Quantity Surveyor Services & Potential Additional Rights,MOE16894,20220325,20220414,20220530,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"History The Selwyn district is undergoing a level of growth requiring a second high school to be established to alleviate roll growth pressures at the existing Rolleston College campus. The Ministry purchased land located at 417 Springston Rolleston Rd at the end of 2021. The land is currently being designated for education. Outcome sought the complete planning, design, and construction of a new secondary school in Rolleston delivered to the opening date of January 2025. To be delivered to an agreed, achievable budget. The new secondary school is to be designed to the Ministry design guidelines and meet current DQLS standards. The new school is to be managed by the existing College as a second campus but is to be designed as a standalone high school (i.e., no allowance for the sharing of facilities in the design of the campus). The reuse of an existing design will be critical in expediting the design phase. It is expected that there will be changes required to the design to meet the Schools specific requirements to meet their Education Brief. The D&B contractor is to provide benefits to the local community through Broader Outcomes initiatives. The project is to be delivered using BIM modelling to a minimum level LOD 400 The D&B contract will be let on the basis of non-price attributes including; the use of an existing previously delivered design, and programme/ability to meet the opening date. A fee for the master plan is being requested with design fees stated as a % range and a construction open book tender (stage 2) to be negotiated at design completion (tender documentation). This RFP is for the engagement of a client-side QS (PQS) to work with the D&B Contractors team (QS and design consultants) to ensure the design and costs are within acceptable limits. The project budget will be based on the PQS recommended estimate. The PQS is to provide input into the Delivery Managers Business Case submissions.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,25587187,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Site - Provide Boundary Stability and Replace Ancillary Building, Clifton Terrace Model School, Wellington",5441,20220329,20220506,20230330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Ten Year Property Plan has a planned site infrastructure upgrade project that will remediate an area of subsidence in the south eastern corner of the site. The contract will also look to improve surface water collection and disposal which appears to be a cause of the isolated ground movement. Work will comprise of some timber retaining wall construction, the provision of a section of dish drain and introduction of a new sump. In the same vicinity an old resource storage building will be reconstructed on top of an existing timber framed and cantilevered platform. The scheme will be traditionally executed with a full design team employed by the Clifton Terrace Model School Board of Trustees producing full construction documentation.",Not Awarded,Project put on hold due to lack of capital funding,0,20250410 Ministry of Education - School Infrastructure,25595114,Request for Tenders,Closed Competition,CW2021-186 Opotiki College (the School) Redevelopment Project Main Contract Works,MOE16434,20220325,20220609,20230519,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide construction services for the works required at Opotiki College. The Contract Works required are: i. The scope of work at Opotiki College includes: ii. Demolishing Block U, and relocating the Administration to Block BA Plus add Demolition of Block BB (single classroom) iii. Refurbish / remodel Block BA - 6 teaching spaces iv. Refurnish / remodel Block C - 4 teaching spaces (note this is a science/technology block) v. New covered walkways and covered outdoor learning areas vi. New main pedestrian entry vii. Upgrade Infrastructure viii. Upgrade access and parking The works will be covered via a Major Works contract and it should be noted that there are 4x stages of work. Please also note that some items that require salvage. Please note that the supporting drawings, specifications and other documentation from the project architect have been provided via the following Dropbox link (as they are too big for the GETS system). Please view this link to download the documents: https://www.dropbox.com/scl/fo/xgo1d1munpc475ulc4qlh/h?dl=0&rlkey=7i14k92e6w94njf7192xy37ms A site visit date is to be advised via NTT. If any questions arise during the tender period, these can be detailed via the GETS Q&A function.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25595967,Request for Tenders,Open Competition,Main Contractor for Redevelopment Project at Brockville School,218241,20220331,20220523,20220812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Brockville School has in recent years upgraded their administration and junior blocks to modern standards, however the Senior Block is in poor condition requiring significant upgrade. The Ministry of Education has deemed the existing Senior Block to be uneconomic to upgrade and therefore a replacement programme has been developed. The scope of work and staging is as follows: Stage 1 will be to demolish Block 4. Stage 2 - Construct 4 to 6 teaching spaces. Stage 3 Junior Block (Block 1) replace windows and doors with new double-glazed units, patio. Stage 4 Hall reclad and toilet upgrade (Block 6).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25605146,Request for Tenders,Open Competition,"Main Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Shannon School , Manawatu",Shannon School,20220330,20220513,20220809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Shannon School are seeking a suitably qualified Main Roofing/Building Contractor to carry out the Roof replacement & Remediation to Various Blocks. 3.1 The Contract Works required are: Block 1: Replace rusted spouting with new coloursteel spouting & brackets. Block 2: Replace all roof fixings with new screws and washers. Block 3: Add additional layer of membrane for better weather proofing, replace deteriorated roof fixings with new screws and washers, Over classrooms 17 & 18 replace iron roofing & install insulation if required, replace spouting & brackets to are over 11MSC & classrooms 17 & 18, replace clearlite over deck, replace membrane roofing corridor & toilets, remove outdoor heatpump units from roof and mount on ground. Block 4: Replace clearlite to 2 x small areas where required. Block 5: Replace roof fixings with new screws and washers. Block 6i: Replace clearlite. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and contractor availability. This will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,451935,20250410 Ministry of Education - School Infrastructure,25605849,Request for Tenders,Open Competition,"Main Contractor for the Design, Supply and Install of New Entrants' Playground at Glenavon School",,20220331,20220502,20220512,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The School is looking for a main contractor for the design, supply and install of their new entrants playground. The design will need to include age-appropriate interactive play area, all-weather surface and shade structure.",Awarded,met the requirements of the RFT at best value,0,20250410 Ministry of Education - School Infrastructure,25606805,Request for Proposals,Open Competition,Dargaville High School Shade Canopy_Design-Build,,20220330,20220429,20221107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Dargaville High School seeks the services of a Main Contractor for the Design, Supply and Installation of a New Permanent Canopy Structure for the Student Hub. The new canopy structure is to be approx. 20m x 10m (400m2) and to have approximately 4.0m knee height (lowest part of the structural frame), be constructed of structural steel framework and an MoE compliant (trafficable) tensile PVC membrane system. The new canopy structure is to include spoutings, downpipes and connection to the schools existing stormwater drainage network. The ground surface under the canopy is to be finished with gravel over a well compacted base, with reinforced concrete edge/perimeter. The supplier must provide a canopy design that is fit for all year-round use, suited to the Schools wind zone, corrosion / exposure zone, and the geotechnical requirements of the site. The supplier must provide a 25-year warranty for the new canopy tensile membrane system. The structural steel framework is to be galvanised and the supplier must provide a Fabrication warranty of 25 years (material) & 5 years (workmanship), and a Corrosion Protection warranty of 10 years (material) & 5 years (workmanship). The structural steel framework must also be designed in such a way to prevent birds from creating nests or perching. All new foundations and hold-down fixings will be required to be concealed / hidden under the court surface to prevent tripping hazards. The supplier must provide & maintain a project programme including design, consenting, and construction of the new canopy. The supplier must provide a track record of completing at least 10x canopy projects similar to that proposed in this procurement.",Awarded,,179950,20250410 Ministry of Education - School Infrastructure,25608151,Request for Tenders,Open Competition,"Main Building Contractor for Kitchen Technology Alterations & Refurbishment Block 1 at Shannon School , Manawatu",Shannon School,20220331,20220527,20230116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Shannon School are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to create Technology Kitchen Block 1. The Contract Works required are: Conversion of the existing resource room (RES 3) for the establishment of a technology kitchen. The space will be used for Food in Schools in the morning and Food Technology in the afternoon. Partial wall linings will be replaced with impervious linings for easy cleaning. Install 2mm commercial vinyl. Installation of fixed work benches for food preparation. Adequate extra power outlets, and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and contractor availability. This will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,156760,20250410 Ministry of Education - School Infrastructure,25608159,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block A - Weathertightness Remediation on Admin Building, Pukeatua Primary School, Wainuiomata, Lower Hutt",5376,20220401,20220505,20220923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block A at Pukeatua School is on the list of weathertightness remediation projects where significant improvements to wall cladding and roof coverings is required. The design development process that sees a complete overhaul of the exterior envelope elements has been through preliminary and developed design review processes and a Building Consent has been issued by Hutt City Council. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Awarded to Niche Commercial starting 30.09.22 with anticipated completion date 01.08.23. It is intended that the value of the contract resulting from this tender will be within $1m - $5m.,0,20250410 Ministry of Education - School Infrastructure,25608869,Request for Tenders,Open Competition,"Main Building Contractor for AMS Upgrade & Refurbishment to Block 1 at Taoroa School, Taihape",Taoroa School,20220404,20220531,20220719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Taoroa School, Taihape are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block 1. The Contract Works required are: The proposed work includes building an extension onto Block 1 which will enclose the open space between the existing classroom and library in order to provide a breakout space. This will involve opening up the exterior classroom wall and installing stacker doors or similar, between the two spaces allowing easy access and good vision. The removal and relocation of the existing wet area will be required to allow the wall to be removed. Provision for a new sink bench, storage unit and vinyl in new space will be required. Removal and reinstatement of worn window and door hardware. Replacement of existing exterior door. Installation of underfloor insulation. Replacement of existing heating to 3x areas of the block, like for like. Replacement of the floor coverings. Installation of Autex Composition wall linings. Installation of acoustic ceiling. Installation of new led light fittings, and fitting of extra power and data outlets. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and contractor availability. This will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,25624454,Request for Tenders,Open Competition,Main Building Contractor for Block E Toilet Upgrade & Refurbishment at Patea Area School,Patea Area School,20220401,20220527,20230202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Patea Area School, are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block E Toilets. The Contract Works required are: Alteration of existing toilet facilities in Block E. Existing boys and girls toilets are to be demolished to create 3 x new self-contained toilets. 1 x accessible toilet layout plus 1 x new staff workroom. Removal of internal timber walls, construction of new timber framed walls, new windows installed plus new soffit. Existing building footprint, stormwater and sewer disposal are unchanged. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and contractor availability. This will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,290090,20250410 Ministry of Education - School Infrastructure,25624899,Request for Tenders,Open Competition,Fire Alarm Upgrade Abbotsford School,3700,20220401,20220502,20220701,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Abbotsford School Dunedin. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Abbotsford School is the next school to qualify under the program.",Awarded,,77046,20250410 Ministry of Education - School Infrastructure,25627464,Request for Tenders,Open Competition,Te Wharekura O Arowhenua Learning Support Fencing,4217-21-01,20220404,20220506,20220704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Te Wharekura O Arowhenua is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25631798,Request for Tenders,Open Competition,Main Contractor for a Block 4 ILE Upgrade at Kedgley Intermediate,,20220405,20220429,20221122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Kedgley Intermediate are requesting the services of a suitably qualified contractor to carry out an ILE upgrade in block 4. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Tuesday the 12th of April at 3:30pm Site Visit 2 Tuesday the 19th of April at 3:30pm Site Visit 3 Tuesday the 26th of April at 3:30pm",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25632131,Request for Tenders,Open Competition,Main Contractor for a New All Age Playground at Pinehill School,,20220405,20220429,20220516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Pinehill School are requesting the construction services of a suitably qualified contractor to carry out a new all age playground project. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Wednesday the 13th of April at 3:30pm Site Visit 2 Wednesday the 20th of April at 3:30pm Site Visit 3 Wednesday the 27th of April at 3:30pm The Point of Contact for this RFT is: Name: Shaun Weston Contact Phone Number: 0212146104 Role: Pinehill School Property Manager All tenders must attend a site visit with the point of contact to go over the requirements.",Awarded,,182622,20250410 Ministry of Education - School Infrastructure,25633505,Request for Tenders,Closed Competition,Request for Tenders for Ashburton College (the School) Site Redevelopment Stage 2 Construction Works And Potential Additional Rights,MOE17005,20220401,20220516,20220826,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Project background is: i. Ashburton College is to undergo a site wide redevelopment which will include the replacement of many school buildings. ii. Stage 1 of the project works has been completed. This was for the relocation of the preschool to another part of the site (Netball courts). iii. Stage 2 of the project is the scope for this RFP and includes the construction of a new 25 classroom teaching block (Block 1); New plant room containing power transformer, gas store, and AC plant; New gym changing sheds; Refurbishment of Menorlue building (Block Q); demolition of blocks E and gym change sheds. Site infrastructure replacement and repair as documented. New drop off and pick up areas off Walnut Ave; Hard & soft landscaping. iv. Stage 3 future stage to be negotiated is for the construction of a new 33 classroom block containing library, caf, counselling, and staffroom (Block 2); New Whare; repairs to the existing admin building; demolition of blocks B, C, D, H, I (Library), N (canteen), O, and T. Associated infrastructure replacement, hard and soft landscaping v. Stage 4 future stage to be negotiated is for a new technology block (Block 3); demolition of blocks F and G, M Boiler house and U4 ancillary buildings. Associated infrastructure replacement, car parking, bus bays and hard and soft landscaping. Project outcome sought i. To ensure all buildings are fit for purpose, energy efficient, weathertight, and durable. ii. The project includes the addition of roll growth classrooms and replacement teaching spaces with new MLE spaces. iii. Safer vehicle and pedestrian access on site. iv. Resilient infrastructure",Awarded,"It is intended that the value of the contract resulting from this tender will be within $25,000,000-$50,000,000",0,20250410 Ministry of Education - School Infrastructure,25636118,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, LSM - Accessible Bathroom, Gladstone School, Masterton",5795,20220406,20220509,20220726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A recent learning support modifications report has identified the need for a new compliant universal bathroom facility. A solution that will see the bathroom created in the middle of the school results in a major reconfiguration of the existing student toilets. The creation of a modern, fully serviced accessible bathroom results in the provision of new self contained unisex cubicles in an improved layout. The scheme will be traditionally executed with a full design team employed by the Gladstone School Board of Trustees producing full construction documentation.",Awarded,Awarded to M B Brown Ltd start date 15.08.22 with anticipated completion date 01.06.23. It is intended that the value of the contract resulting from this tender will be within $250k-$500k.,0,20250410 Ministry of Education - School Infrastructure,25638232,Request for Tenders,Open Competition,Main Contractor for a New Adventure Playground at Melville Primary School,,20220406,20220502,20220520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Melville Primary School are requesting the services of a suitably qualified contractor to construct a new adventure playground. Please call the school directly on 07-843 5369 to organise a site visit.",Awarded,,143818,20250410 Ministry of Education - School Infrastructure,25638594,Request for Tenders,Open Competition,Supplier for Uniforms at Papakura High School,,20220406,20220502,20220705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Papakura High School are requesting the services of a suitably qualified local retail store who are able to provide reasonably priced and good quality uniforms. The Point of Contact for this RFT is: Name: Karee Lilley Role: Business Manager Contact Number: 027 432 1899",Awarded,,100000,20250410 Ministry of Education - School Infrastructure,25638918,Request for Proposals,Closed Competition,Request for Proposals for Hutt Valley High School - Weathertightness Remediation - Lead Design Services,,20220404,20220504,20220901,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Hutt Valley High School (HVHS) has over 1700 secondary school students and over 200 staff at their Lower Hutt campus. ii. In 2021 issues were found with mould within HVHSs built environment. Several areas were identified with elevated mould spore results. A Major Redevelopment project is therefore underway at the School following this discovery. iii. In 2021, condition assessments across all the buildings on site have confirmed that multiple roof replacements are required as leaks and moisture ingress have damaged buildings. The scope of works includes the following buildings at the School: (a) Block B (b) Block Z (Admin) (c) Block E1 (Hall) (d) Block X (Top and Main Gym) (e) Block L (Student Centre) (f) Block A (g) Block V (Marae AKA F) iv. A Master Plan has been developed by McKenzie Higham Limited. The required design works under this tender will be concurrent with the other Master Planning works (out of scope), and this means that co-ordination will be needed between the two to minimise the disruption to the School and inform the necessary decant works for when the School is unable to use an affected space. Temporary accommodation is required and decant planning is essential. v. It is intended that the required scope of works will be staged and that those design and construction stages will overlap. Design works will therefore run continuously and simultaneously with construction. vi. Project Completion Date: June 2025",Awarded,"This contract was awarded to Prendos New Zealand Limited and began on 12th September 2022. The term of this contracts is until final completion of the project, forecast to be in October 2025. It is intended that the value of the contracts resulting from this procurement will be within value band: $1,000,000 - $5,000,000.",0,20250410 Ministry of Education - School Infrastructure,25641215,Request for Tenders,Open Competition,"Main Fire Alarm Contractor to Upgrade Fire Alarm System at Levin East School, Levin",Levin East School,20220427,20220527,20220905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Levin East School, Levin are seeking a suitably qualified Main Fire Alarm Contractor to carry out the upgrade of their current Fire Alarm System. The Contract Works required are: Currently the school has 4 different fire alarm systems. It is proposed to upgrade the school to a single panel type 4 analogue addressable system. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and contractor availability. This will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,186980,20250410 Ministry of Education - School Infrastructure,25641386,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment to the Administration Area at Waitoriki School, Inglewood",Waitoriki School,20220427,20220531,20220922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Waitoriki School, Inglewood, Taranaki are seeking a suitably qualified Main Building Contractor to carry out the alterations & refurbishment to their administration area. The Contract Works required are: Create breakout area in order to provide a quiet multipurpose teaching space, allowing teachers an area of their own to take their breaks, it will incorporate a storage space to securely store their belongings. This will also allow for a learning space for groups of students to work in a tidier and more organised environment which will be dedicated to a learning area rather than a storage area. Reconfigure the office and staffroom areas by extending the front of the current staffroom and principals office forward and in line with rest of the school building, making a larger staffroom, classroom breakout space and relocating the office to the front of the admin area. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval and contractor availability. This will be discussed with the successful contractor and school once funding and building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,The school are not proceeding with this project due to budget constraints,0,20250410 Ministry of Education - School Infrastructure,25641488,Request for Tenders,Open Competition,Fire Alarm Upgrade Kaikohe West School,1023,20220406,20220516,20220610,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Kaikohe West School Kaikohe. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Kaikohe West School is the next school to qualify under the program.",Awarded,,193850,20250410 Ministry of Education - School Infrastructure,25641604,Request for Tenders,Open Competition,Fire Alarm Upgrade Kaiwaka School,1027,20220406,20220516,20220620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Kaiwaka School, Kaiwaka. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Kaiwaka School is the next school to qualify under the program.",Awarded,,87386,20250410 Ministry of Education - School Infrastructure,25641697,Request for Tenders,Open Competition,Fire Alarm Upgrade Okaihau College,7,20220406,20220516,20220816,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Okaihau College, Okaihau. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Okaihau College is the next school to qualify under the program.",Awarded,,296000,20250410 Ministry of Education - School Infrastructure,25641788,Request for Tenders,Open Competition,Fire Alarm Upgrade Opononi Area School,11,20220406,20220516,20220816,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Opononi Area School, Opononi. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Opononi Area School is the next school to qualify under the program.",Awarded,,196709,20250410 Ministry of Education - School Infrastructure,25648711,Request for Tenders,Open Competition,"Main Contractor for 1,2,7,8 AMS Roofing & Classroom Window Upgrades",3817.22.04,20220406,20220504,20230113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for 1,2,7,8: AMS Roofing & Window Upgrade at Sawyers Bay School",Not Awarded,Project required to be designed and consented. To be re-issued at a later date,0,20250410 Ministry of Education - School Infrastructure,25649113,Request for Tenders,Open Competition,Arataki School AMS Combined Project Main Contractor Services,228145,20220406,20220513,20220728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Arataki School are seeking suitable suppliers to tender for Main Contractor Services for the refurbishment of their existing Blocks B & S. The works are mainly interior, to two blocks, completed in separate stages of work - under a single contract.",Awarded,"Following a full and fair Evaluation process, C3 Construction were selected as the preferred Supplier for the Works.",0,20250410 Ministry of Education - School Infrastructure,25649812,Request for Tenders,Closed Competition,"Closed RFT for Main Contractor for AMP, SIP and 10YPP Works to Block A at Glenholme School, Rotorua",5136,20220407,20220505,20220620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Closed RFT for main contractors for AMP, SIP and 10YPP Works to Block A at Glenholme School, Rotorua",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25650779,Request for Tenders,Closed Competition,Closed RFT Main Contractor for Construction of a New Swimming pool at Insoll Ave School,,20220405,20220506,20220706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,The contract was awarded to Thorburn Builders and will start on the 11 July 2022.,547248,20250410 Ministry of Education - School Infrastructure,25651841,Request for Tenders,Open Competition,Roofing Contractor for Douglas Park School (Masterton) Multiple Blocks ReRoof,,20220407,20220519,20230711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Douglas Park School is seeking the services of a Roofing contractor to undertake the Roofing replacement of Blocks 1,2,3,4,5,7,8,16 and Non-Trafficable Translucent Roofing replacement to Blocks 1 & 2 as described in the tender documents prepared by IR Group Ltd and involves the following works Supply and install all necessary Scaffolding, access ladders or towers, fall protection, handrails etc required to safely carry out the works. Install any temporary fencing required to separate the work site from anyone else. Strip and lay new roof coverings to existing roofs as indicated on the block plan supplied, completing blocks before moving onto the next block. Supply all materials and labour to complete the project as set out in the documents. The project will be a complete turnkey project where the completed section of the building handed back to the School Block by Block as work progresses. Project consultants are: o Project Manager: Philip Rice o Lead Designer: IR Group Ltd The rest of the school areas needs to be able to operate as normal for a large part of the construction phase of the project. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). a. The Contract Works required are Roofing Contractors and supporting trade to replace the existing Roofing Cladding to Blocks 1,2,3,4,5,7,8 and 16 as detailed in that attached tender documents. b. To satisfactorily deliver the Contract Works, the Contractor must: i. have a comprehensive, workable programme for completing the Contract Works ii. have a robust method, approach, systems and processes to effectively manage cost, time and quality risks iii. operate a documented health and safety policy and system that aligns with AS/NZS 4801:2001 and/or the requirements set out at Property projects: contractor health and safety. iv. have, as standard practice, the implementation of a Site Specific Safety Plan (SSSP) for the Contract Works that aligns with the SSSP at: Property projects: contractor health and safety. c. Safety hazards and associated critical risks that have been identified as specific to the Contract Works and which must be included in a SSSP for the Contract Works relate to working in a live school environment. d. Contractors personnel (including those of all subcontractors) who are likely to have unsupervised (not chaperoned by a teacher, school staff member or parent) access to students",Awarded,All 4 responses were valid and all scored well on non priced attributes. MB Brown offered the best price,650000,20250410 Ministry of Education - School Infrastructure,25655499,Request for Tenders,Open Competition,Fire Alarm Upgrade Rosebank School,1471,20220408,20220509,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Rosebank School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 600 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Rosebank School is the next school to qualify under the program.",Awarded,,167610,20250410 Ministry of Education - School Infrastructure,25657341,Request for Tenders,Open Competition,Fire Alarm Upgrade Cambridge Middle School,1701,20220422,20220527,20220616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Cambridge Middle School, Cambridge. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Cambridge Middle School is the next school to qualify under the program.",Awarded,"Hi Andy, Many thanks for your proposal. This is notification of your successful proposal for this project. You should receive the contract documents shortly via email. Thanks again, Regards Garry Van Der Krogt.",166479,20250410 Ministry of Education - School Infrastructure,25657591,Request for Tenders,Open Competition,Main Contractor for the Combined 5YA Works Project at Welbourn School,3000.29,20220408,20220513,20220809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project background is as follows: The School Board seeks to undertake the Block A, B & E Roofing Repairs and Replacement, and the A Block Interior Refurbishment works together as a single combined 5YA project. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Ardern Peters Architects Ltd o Structural Engineer: Tim Costelloe Engineer The Contract Works required are: Roofing o A & B Block - Membrane Roof ? Due to the budget available, the approach is to undertake targeted repairs to extend the life of the membrane roof. This includes applying Cohe Group quick 2 seal liquid membrane over the existing membrane. Damage to existing membrane & substrate to be made good first. o E Block Roofing & Spouting ? Replace metal roofing to this block with longrun colorsteel roofing, over underlay and safety mesh. If insulation isn't present in roof cavity, install batts insulation. Replace spouting with commercial grade PVC spouting (magnum) or colorsteel spouting; Paint fascia & barge boards before installing new roof and spouting A Block Interior Refurbishment o Classrooms (x2) ? Reconfigure layout of teaching spaces, utilising the cloak room at the end of the block. Form shared breakout and wet area space between classrooms. Integrate corridor into flexible learning spaces that can be opened up to classrooms; Installation of sliding doors to open out onto north facing courtyard area ? Installation of acoustic ceiling tiles, with new LED light fittings; Replacement of carpet with commercial grade carpet tiles; replacement of wet area joinery units; replacement of vinyl to wet areas; installation of acoustic wall linings; new whiteboards / storage units; painting of all existing surfaces; new heat pumps and wall mounted electric heaters ? Form two new decks including concrete ramp and drainage o Corridor ? Replace carpet to remainder of corridor. i. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. ii. There are no significant non-standard terms and conditions to the Contract. iii. See Tender Documents for further information.",Awarded,Awarded to Southcoast Construction New Plymouth Limited based on achieving highest overall evaluation score.,0,20250410 Ministry of Education - School Infrastructure,25661634,Request for Tenders,Open Competition,Omanu School B Block AMS Refurbishment Project,228158,20220408,20220527,20220815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Omanu School are seeking suitable suppliers to tender for Main Contractor Services for the refurbishment of their existing single story 5 Teaching Space Junior Block, Block B. The works are primarily focused on a modernisation of the interior of the classroom spaces, along with other capital maintenance works to the Block.",Awarded,"After a full and thorough evaluation, Shawn Williamson Building were the selected supplier",0,20250410 Ministry of Education - School Infrastructure,25661861,Request for Tenders,Closed Competition,Request for Tenders for Homai School 12 Teaching Spaces and Car park Main Contractor,MOE14405,20220407,20220510,20220905,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The scope of works at Homai School includes construction of defined scope which includes 12 Teaching spaces with carpark extension and all associated works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25663295,Request for Tenders,Open Competition,"Main Contractor for Site, 1,2: Outdoor ILE and Window replacement at Big Rock School",607.19.02,20220411,20220512,20220912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"New covered area with seating between Blocks 1,2 and 4. Work to include the erection of the steel structure in the courtyard, roofing, plumbing and associated works. Supply and install seating to the covered area. ii. Replacement of windows and doors as specified to Blocks 1 & 2 iii. Associated services including plumbing, electrical (Fire Alarm) and mechanical (Heating) iv. Supply and install new All proof Perimeter Drainage Channel to specified areas v. Upgrade of Accessibility lighting vi. Remove carpet to Classroom 01, 02, Library. Supply and install replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25670948,Request for Proposals,Closed Competition,Twizel Area School Redevelopment Lead Design Services,MOE17070,20220411,20220509,20220809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Twizel Area School Redevelopment Lead Design Services Twizel Area School provides primary and secondary school accommodation for 215 students and currently comprises 18 teaching spaces. The proposal is for the replacement of all existing buildings with new buildings. The build roll is 275 (18TS) with a Master Plan of 325 (21TS). The Master Plan shows the new school will be located to the north of the current school adjacent to the sites western boundary, allowing the current school to continue to operate uninterrupted during the construction of the new.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,25671980,Request for Tenders,Closed Competition,Request for Tenders for Pukekohe High School Roll Growth Main Contractor,MOE10636,20220420,20220526,20221114,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the Roll Growth construction of 10TS with associated toilet block and hardscaping at Pukekohe High School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25672963,Request for Tenders,Open Competition,Main Contractor for LSM Accessibility Upgrades at Wainuiomata Intermediate (Wellington),,20220413,20220510,20220615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Wainuiomata Intermediate are seeking the services of a main contractor to undertake the construction of alterations to the buildings on the school site. The upgrades will result in improvements to the accessibility of the buildings and include: Upgrades throughout the site (ramps, screens and hand rails) The works are to ideally be undertaken as a single stage project beginning in the first April 2022 or sooner. The Contractor will be engaged through a Minor Works Contract (Construction contracts for professional services and works). The contractor will be required to arrange inspections with the buildinig consent authority and is responsible for arrange the code compliance certificate. Approved Building Consent drawings (construction drawings) will be issued to the successful contractor as they are still processing with the Council Timeframes are: Start date: Approx: Ideally in July 2022 but the school is able to be flexible for the right contractor Due Date for Completion: TBC The program is negotiable with a preferred supplier if their price is right. See attached the relevant tender documents and further details of the work required. When responding, please ensure you complete - Request for Tender - Form of Tender Part A - Form of Tender Part B - Schedule of prices - Drawings - Specifications",Awarded,,105063,20250410 Ministry of Education - School Infrastructure,25673740,Request for Tenders,Open Competition,Main Building Contractor for the Hall Refurbishment Project at Dargaville Primary,,20220413,20220516,20220725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"The works included in this project were identified during 10YPP and are funded by 5YA allocations to be completed throughout 2022. This is a total refurbishment of the hall including: i. New roof ii Painting of all walls, ceilings, trims, beams iii New floor and wall coverings throughout kitchen, hall and bathrooms iv Upgrade switchboard and new electrical v total refurbishment of hall toilets",Awarded,,204500,20250410 Ministry of Education - School Infrastructure,25673974,Request for Tenders,Closed Competition,Request for Tenders for Wellington College - Seismic Strengthening of Tower Block - Stage 2 - Early Contractor Involvement (ECI),MOE17131,20220420,20220511,20221031,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"A Detailed Seismic Assessment (DSA) has been finalised by Holmes Consulting Limited Partnership for the Tower Block at Wellington College. These assessments have confirmed that the precast panels on the exterior walls of the Tower Block at the School will need to be re-fixed, and a trial has been undertaken to assess the best methodology to complete this. Upon finalising the panel fixing methodology pilot, and obtaining a QS estimate for the works, it is now apparent that a recladding solution is more financially feasible and will produce a better outcome. ii. Jerram Tocker Barron Architects (JTBA) have now completed 90% of the Detailed Design; iii. The intention is to deliver this project under an ECI contract. The ECI approach will enable the Project Team to gain early advice and involvement from the Main Contractor into the buildability and optimisation of the design process (completed by JTBA), as well as engaging the Main Contractor to secure either long-lead times materials (as required), discuss programme and secure a Project Team earlier than a traditional approach would allow; iv. The indicative project completion date is January 2023",Awarded,"This contract was awarded to Brosnan Construction Canterbury Limited and began on 10 November 2022. The term of this contract is until final completion of the project, forecast to be January 2024. It is intended that the value of the contract resulting from this procurement will be within value band $5M - $10M.",0,20250410 Ministry of Education - School Infrastructure,25674567,Request for Tenders,Closed Competition,"Student Services Centre and LSC Redevelopment, One Tree Hill College, Auckland",24923665,20220413,20220513,20220615,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project involves redeveloping and extending the student services area at One Tree Hill College, Greenlane, Auckland. the project consultants are: Project Manager - Nexus Property Consultants Limited; Lead Designer - Upton Architects Limited; Fire Engineer - Chester Consultants; Services Engineer - Rigel Associates Limited.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25675833,Request for Tenders,Open Competition,Fire Alarm Upgrade North East Valley Normal School,3783,20220413,20220523,20220620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at North East Valley Normal School, Dunedin. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and North East Valley Normal School is the next school to qualify under the program.",Awarded,,95497,20250410 Ministry of Education - School Infrastructure,25675888,Request for Tenders,Open Competition,Fire Alarm Upgrade Oamaru Intermediate,3784,20220413,20220525,20220630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Oamaru Intermediate, Oamaru. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Oamaru Intermediate is the next school to qualify under the program.",Awarded,,84242,20250410 Ministry of Education - School Infrastructure,25676102,Request for Tenders,Open Competition,Fire Alarm Upgrade Crawshaw School,2096,20220413,20220516,20220616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Crawshaw School, Hamilton. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Crawshaw School is the next school to qualify under the program.",Awarded,"Hi Soraya, Many thanks for your proposal. This is notification of your successful proposal for this project. You should receive the contract documents shortly via email. Thanks again, Regards Garry Van Der Krogt.",97384,20250410 Ministry of Education - School Infrastructure,25676207,Request for Tenders,Open Competition,Fire Alarm Upgrade Glen Massey School,1723,20220413,20220516,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Glen Massey School, Ngaruawahia. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Glen Massey School is the next school to qualify under the program.",Awarded,,64237,20250410 Ministry of Education - School Infrastructure,25676400,Request for Tenders,Open Competition,Fire Alarm Upgrade Eltham School,2165,20220413,20220516,20220627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Eltham School, Taranaki. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Eltham School is the next school to qualify under the program.",Awarded,,74622,20250410 Ministry of Education - School Infrastructure,25676497,Request for Tenders,Open Competition,Fire Alarm Upgrade Manuka Primary School,1350,20220413,20220516,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Manuka Primary School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Manuka Primary School is the next school to qualify under the program.",Awarded,,69190,20250410 Ministry of Education - School Infrastructure,25676596,Request for Tenders,Open Competition,Fire Alarm Upgrade Maramarua School,1358,20220413,20220516,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Maramarua School, Maramarua. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Maramarua School is the next school to qualify under the program.",Awarded,,76963,20250410 Ministry of Education - School Infrastructure,25676694,Request for Tenders,Open Competition,Fire Alarm Upgrade Ohura Valley Primary School,176,20220413,20220516,20220808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ohura Valley Primary School, Ruapehu. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Ohura Valley Primary School is the next school to qualify under the program.",Awarded,,89944,20250410 Ministry of Education - School Infrastructure,25677001,Request for Tenders,Open Competition,Fire Alarm Upgrade Shelly Park School,1480,20220413,20220516,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Shelly Park School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Shelly Park School is the next school to qualify under the program.",Awarded,,119108,20250410 Ministry of Education - School Infrastructure,25677092,Request for Tenders,Open Competition,Fire Alarm Upgrade Taupo Intermediate,1988,20220413,20220516,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Taupo Intermediate, Taupo. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Taupo Intermediate is the next school to qualify under the program.",Awarded,,124160,20250410 Ministry of Education - School Infrastructure,25677226,Request for Tenders,Open Competition,Fire Alarm Upgrade Vogeltown School,2258,20220413,20220516,20220627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Vogeltown School, New Plymouth. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Vogeltown School is the next school to qualify under the program.",Awarded,,119859,20250410 Ministry of Education - School Infrastructure,25677348,Request for Tenders,Open Competition,Fire Alarm Upgrade Waiheke High School,530,20220413,20220516,20220622,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waiheke High School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Waiheke High School is the next school to qualify under the program.",Awarded,,331000,20250410 Ministry of Education - School Infrastructure,25677448,Request for Tenders,Open Competition,Fire Alarm Upgrade Waihi Beach School,2048,20220413,20220516,20220624,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waihi Beach School, Waihi. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Waihi Beach School is the next school to qualify under the program.",Awarded,,77087,20250410 Ministry of Education - School Infrastructure,25677557,Request for Tenders,Open Competition,Fire Alarm Upgrade Wairau Intermediate,1555,20220413,20220516,20220627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Wairau Intermediate, Auckland. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Wairau Intermediate is the next school to qualify under the program.",Awarded,,71806,20250410 Ministry of Education - School Infrastructure,25677650,Request for Tenders,Open Competition,Fire Alarm Upgrade Weymouth School,1570,20220413,20220516,20220629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Weymouth School, Auckland. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Weymouth School is the next school to qualify under the program.",Awarded,,152000,20250410 Ministry of Education - School Infrastructure,25677741,Request for Tenders,Open Competition,Fire Alarm Upgrade Westown School,2266,20220413,20220516,20220630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Westown School, New Plymouth. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Westown School is the next school to qualify under the program.",Awarded,,132708,20250410 Ministry of Education - School Infrastructure,25682850,Request for Tenders,Open Competition,East Otago High School - B Block Window Replacements & C Block Roof Re-pitch/replacement,,20220414,20220512,20220905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The East Otago High School Board of Trustees are seeking to appoint a suitably qualified main contractor to deliver the proposed B Block window replacements and C Block roof re-pitching/replacement. Th B Block work is a like for like replacement of the existing exterior joinery with double-glazed aluminium. The C Block work involves re-pitching of the existing roof structure and complete replacement of all roof cladding systems.",Awarded,"Following the evaluation of the submissions received, this opportunity was awarded to Jeffrey Dennison Builders.",0,20250410 Ministry of Education - School Infrastructure,25692284,Request for Quotations,Open Competition,Ferndale School PM ETC and QS services,,20220413,20220504,20220815,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"As part of the Canterbury Schools Rebuild Programme (CSR Programme), the existing Ferndale Te Ahu Base School is being relocated and rebuilt. The designated site for the new construction is 77 North Parade, Shirley, the old Shirley Boys High School site. The school will be built for a roll of 24 students, with a master plan capacity for a roll of 38. The scope of the engagement will include the completion of master plan, preliminary, developed and detailed design phases. Followed by consent lodgement and single phase construction.Ferndale Te Ahu will be co-located on the site with Pareawa Banks Ave School, which is presently under construction.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,25693103,Request for Proposals,Closed Competition,Request for Proposals for Kamo High School Redevelopment Quantity Surveyor Services,MOE17085,20220414,20220509,20220621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETs,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced QS for the delivery of Kamo High School Redevelopment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25693262,Request for Tenders,Open Competition,UNF: Technology Centre - Design & Build Mechanical Ventilation Systems at Hinds School,3375-22-01,20220419,20220513,20230116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Hinds School requires an upgrade to the current mechanical ventilation system at the Technology centre due to health and safety standards, the current system doesnt adequately remove the dust particles created by the woodwork machines within the hardmaterials area.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25695367,Request for Tenders,Open Competition,Main Contractor for the Creation of Two LSC Offices at Mangere East Primary School,,20220419,20220519,20230118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Mangere East Primary School Board of Trustees are seeking a Main Contractor for the Creation of Two LSC Offices,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25695565,Request for Tenders,Closed Competition,Kauri Flats School Defects Remediation Stage 1 Remediation Works and Potential Additional Rights,MOE16595,20220419,20220513,20220707,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Kauri Flats School and The Northern Health School Satellite were built at 181 Walters Road, Takanini by the Ministry of Education between 2016 - 2019. The main contractor appointed to the works carried the project through to completion with only a schedule of defects remaining, however the defects remediation was not carried out in accordance with the contract. The outstanding defects have been defined by the attached report produced by WaterShed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25697705,Request for Proposals,Closed Competition,Request for Proposals for Chelsea School Redevelopment Staged Design and Build Services,MOE16777,20220420,20220518,20220801,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Design and Build services are required at Chelsea School for their redevelopment project. This tender is for stage 1 - design services only. The project scope involves: (a) Demolition of block 4 & 7, with the demolition of asbestos class B (b) Designing & building a two storey, six teaching space block in its place.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25700002,Request for Tenders,Open Competition,Mahora School - Roll Growth Classroom.,216807,20220421,20220519,20220809,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,n.a.," Nature of the Works single storey timber framed classroom, with steel portal frames and a pitched ( gable ) roof, timber decks to the sides and front facing North towards block A. The room will connect via large door opening to the existing room 11 to form a QLE pair of rooms ( the opening to be made under the separate contract works for the relocation of rooms 14 and 15 ( block F ). The room is to be connected to the existing school infrastructure for all services. There is to be no sink or water service to this room, the sink bench is in the adjoining room 11. The works also includes the removal of the existing shade sails and bench seating in the courtyard area and re alignment of the existing school storm water infrastructure to avoid the foundations and sub floor of the new room.",Awarded,,552801,20250410 Ministry of Education - School Infrastructure,25700350,Request for Tenders,Closed Competition,CW2021-185 Edgecumbe College (the School) ECI Services (Contract 1) and Potential Construction Services (Contract 2) Major Redevelopment Project MOE16742,MOE16742,20220414,20220517,20220614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a main contractor to provide both Early Contractor Involvement (ECI) and Construction services for a Redevelopment project at Edgecumbe College. As a part of this tender, a 90% weighting has been specified for the non-price criteria with a 10% weighting on price. A P&G + Margin pricing approach is being utilized. Tenderers are to provide fixed monthly pricing for ECI services and fixed P&G + Margin rates that will apply for construction, following an open book pricing negotiation for ""the works"" (upon completion of design). Its the Ministry's intention that pricing will be negotiated with the preferred contractor of the ECI services, the construction works - subject to conditions being met. Tenderers non-price responses should cover their approach and proposals for both the ECI and Construction stages. Please refer to the supporting documentation for further information regarding the project. A tender site visit has been confirmed for Friday 29th April at 1:00pm. Tenderers are to confirm their attendees via the GETS Q&A function. Any questions should also be directed through the GEST Q&A function.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0-$250,000",0,20250410 Ministry of Education - School Infrastructure,25702396,Request for Tenders,Open Competition,Fire Alarm Upgrade Allenton School,3274,20220422,20220527,20220616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Allenton School, Ashburton. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Allenton School is the next school to qualify under the program.",Awarded,"Hi Tony, Many thanks for your proposal. This is notification of your successful proposal for this project. You should receive the contract documents shortly via email. Thanks again, Regards Garry Van Der Krogt.",96824,20250410 Ministry of Education - School Infrastructure,25702491,Request for Tenders,Open Competition,Fire Alarm Upgrade Cromwell College,373,20220422,20220603,20220616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Cromwell College, Cromwell. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Cromwell College is the next school to qualify under the program.",Awarded,"Hi Graham, Many thanks for your proposal. This is notification of your successful proposal for this project. You should receive the contract documents shortly via email. Thanks again, Regards Garry Van Der Krogt.",147280,20250410 Ministry of Education - School Infrastructure,25702587,Request for Tenders,Open Competition,Fire Alarm Upgrade Dannevirke High School,234,20220422,20220527,20220610,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Dannevirke High School, Dannevirke. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Dannevirke High School is the next school to qualify under the program.",Awarded,,257309,20250410 Ministry of Education - School Infrastructure,25702687,Request for Tenders,Open Competition,Fire Alarm Upgrade Makoura College,243,20220422,20220527,20220630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Makoura College, Masterton. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Makoura College is the next school to qualify under the program.",Awarded,,380626,20250410 Ministry of Education - School Infrastructure,25702782,Request for Tenders,Open Competition,Fire Alarm Upgrade Greenacres School,2849,20220422,20220527,20220616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Greenacres School, Wellington. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Greenacres School is the next school to qualify under the program.",Awarded,,77810,20250410 Ministry of Education - School Infrastructure,25702888,Request for Tenders,Open Competition,Fire Alarm Upgrade Redwood School,2976,20220422,20220527,20220630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Redwood School, Wellington. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 21 of the program and Redwood School is the next school to qualify under the program.",Awarded,,89490,20250410 Ministry of Education - School Infrastructure,25706344,Request for Tenders,Open Competition,Opunake Primary School A & B Block ILE Refurbishment Project,3109.13,20220422,20220523,20221119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project background is as follows: The Board seeks to refurbish selected A & B Block teaching spaces to improve the quality of the interior environment as identified in the schools 10YPP. The Board also seeks to include cladding remediation and toilet refurbishment works within the procurement, to allow the board to reserve the right to directly negotiate pricing for pricing for these projects with the successful contractor for the interior refurbishment works. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Ardern Peters Architects Ltd The Contract Works required are: A, B: Interior Refurbishment A Block: Interior refurbishment and minor alterations to CR6, Multipurpose 7, and CR 8 including: - New carpet and acoustic wall linings, tidy existing sink benches, install sliding doors to alcoves, install glazed sliding door between two halves of Multipurpose 7 room using existing opening, new iPad charging benches, interior repaint. B Block: Base level refurbishment to two classrooms including new acoustic wall linings carpet and vinyl, interior repaint. Potential additional works that may be negotiated with the successful tenderer are as follows: 2216-22-03 B, C: Cladding Remediation B Block: Replace board and batten cladding below windows on eastern and western elevations as follows: o Like for like replacement of cladding with H3.1 LOSP treated timber board and batten cladding to match the same thickness and profile. Paint finish. o Install insulation to wall cavity if none is present, or in poor condition. o Ensure all edges of cladding is pre-primed prior to installation. C Block: Infill small windows to C Block northern wall as these are leaking, and are not required for natural light or ventilation. Scope as follows: o Remove timber bead glazed windows to central north facing feature wall and infill openings. o Remove plaster cladding, replace wall framing as required, insulate, and install new cladding on cavity. Replace interior linings. 2216-22-04 A, B: Toilet Refurbishment A Block Girls 17: Replace partitions A Block Male Staff WC: Full internal refurbishment and additional WC added Block B Student Toilets: Refurbishment of toilets including fixtures, partitions, and flooring The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Not Awarded,No responses were received,0,20250410 Ministry of Education - School Infrastructure,25710979,Request for Quotations,Closed Competition,Request for Quote for Eskdale School (the School) - Roll Growth & Redevelopment - Main Contractor,,20220421,20220603,20220726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. The scope is described as: a. Demolition of Block A, B, C and E Portable Modular Classrooms (PMCs) containing 5 teaching spaces (TS). These blocks have been identified as failing in structure, cladding and weather-tightness through the National PMC Replacement Programme. b. 2 x Roll Growth TS as per the Budget-18 announcement. c. 1 x additional TS required to meet SPG allowance and Build Roll. d. Associated landscaping and new turfed hardcourt over area of temporary classrooms (once removed by others). ii. The project approximately entails the construction of the new 1,350 m? new teaching block on the Hill Road frontage plus the redevelopment of the existing 220m? standalone administration building and the 140m? block H annex to the main new teaching block. The site includes extensive level changes and there are considerable landscape requirements for ramps and accessible entries as well as the new hardcourt turf area on the lower level. Indicative Contract Works completion: September 6 2024 SITE VISIT TBC",Awarded,"This contract was awarded to Atkin Construction (HB) Limited and began on 15/08/2022. The practical completion date of this contract is forecast to be 12/08/2024. It is intended that the value of the contract resulting from this procurement will be within value band: $10M - $25M.",0,20250410 Ministry of Education - School Infrastructure,25711069,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Blocks D, E - Refurbish Interior of Art and Cooking, Block I Whare Kai Redevelopment , Levin Intermediate School, Horowhenua",5635,20220426,20220531,20230127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Levin Intermediate School proposes the bundling of a 5YA/AMS DQLS upgrade of technology teaching facilities with a SIP project that has been developed to enhance the Te Reo Maori teaching delivery and school cultural connections. The SIP project will convert and modernise original dental clinic facilities to provide a dedicated Whare Kai. Connection to the adjacent Te Reo classroom will be created with a new exterior wall opening and set of doors. The 5YA/AMS project will consist of the general upgrade of wall and floor finishes, acoustic and thermal insulation improvements. The scheme will be traditionally executed with a full design team employed by the Levin Intermediate School Board of Trustees producing full construction documentation. PLEASE NOTE: SEPARATE PRICE SCHEDULES REQUIRED FOR FUNDING SOURCES.",Not Awarded,"Poor tender response. Value management exercise continuing, project to be retendered.",0,20250410 Ministry of Education - School Infrastructure,25711384,Request for Proposals,Closed Competition,Ashburton College - Redevelopment - PM & ETC Services,MOE06688,20220421,20220509,20220801,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Ashburton College is to undergo a site wide redevelopment which will include the replacement of many school buildings. Ashburton College is the only secondary school in the Ashburton District. Bult in the late 1950s the existing buildings are at their end of life. The district is experiencing population growth with the school age population predicted to exceed the Colleges capacity by 2025. The age and design of the existing buildings do not make it economical to repair, refurbish and alter to meet current DQLS standards. A master plan has been approved for the site. This project follows the master plan phasing for the build roll ii. Stage 1 of the project works has been completed. This was for the relocation of the preschool to another part of the site (Netball courts). iii. Stage 2 includes the construction of a new 25 classroom teaching block (Block 1); New plant room containing power transformer, gas store, and AC plant; New gym changing sheds; Refurbishment of Menorlue building (Block Q); demolition of blocks E and gym change sheds. Site infrastructure replacement and repair as documented. New drop off and pick up areas off Walnut Ave; Hard & soft landscaping. iv. Stage 3 is for the design and construction of a new 33 classroom block (block 2) containing library, caf, counselling, and staffroom; New Whare; repairs to the existing admin building; repairs to the auditorium (block J) building and HVAC system; demolition of blocks B, C, D, H, I (Library), N (canteen), O, and T. Associated infrastructure replacement, hard and soft landscaping. v. Stage 4 is for the design of block 3 and either the construction of Block 3 (Tech block); demolition of blocks F and G, M Boiler house and U4 ancillary buildings OR the refurbishment of the existing F block (in lieu of the new block 3) to accommodate the technology department. PLUS, associated infrastructure replacement, car parking, bus bays and hard and soft landscaping (same for either option).",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,25711437,Request for Tenders,Open Competition,Main Contractor for Site Stormwater Runoff Remediation at Karaka Primary School,,20220426,20220520,20220915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Karaka School Board of Trustees are seeking a Main Contractor for the Site Stormwater Runoff Remediation.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25714270,Request for Tenders,Open Competition,"Main Building Contractor for Refurb to Blocks B & C, Self Contained Toilet & Outdoor Learning Area at Opiki School, Manawatu",Opiki School,20220427,20220603,20230920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Opiki School, Manawatu are seeking a suitably qualified Main Building Contractor to carry out the Refurbishment to Blocks B & C, Self Contained Toilet to Block D and Outdoor Learning Area to Block C. The Contract Works required are: Block B Refurbishment: Convert existing Library into breakout area shared by classrooms 9 & 18, and remove internal walls to resource 13, creating one space. Create opening and install stacker doors. Create opening between Library/res 20 and classroom 18, and install stacker doors. In breakout areas install new wall linings, acoustic ceiling tiles, new lighting, additional power points, and RCD protection, new floor coverings and associated painting. Minor interior refurbishment to pupils toilets. Block C Refurbishment: Open up wall between classrooms 1 & 2, and install stacker doors. Block D Pupils Toilet: Building extension with internal access, 2 x self-contained units, including ceiling and wall linings floor coverings partitions, and plumbing fixtures including warm water to hand basins. Block C Outdoor area: Create an outdoor learning environment. All tender documentation and necessary information attached. Please note - for funding purposes from the Ministry of Education, Blocks need to be quoted separately and as per the tender summary's and quote page attached within the downloaded documentation. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This will be discussed with the successful contractor and school once funding approval is confirmed and availability of contractor confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,511354,20250410 Ministry of Education - School Infrastructure,25715315,Request for Tenders,Closed Competition,Main Contractor for New Covered Pool at Patricia Ave Base School,ID227240,20220427,20220530,20220928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Patricia Ave. School Board of Trustees (the Buyer) seeks a suitably experienced main contractor to carry out the construction of a new covered outdoor pool complex at their premises in Hamilton. The completed facilities will enable the School to provide additional services to its disabled students.by way of therapeutic activities. The pools will be heated to enable use all year round. Main contractor must also co-ordinate with SouthPacific for installing the covered structure. Main contractor shall allow for installing prinicipal supplied plunge pool and provide attendance for the installation of the pool cover (by Southpacific)",Not Awarded,"Due to budget constraints, the new project manager is working with school to confirm reduced scope for re-tendering.",0,20250410 Ministry of Education - School Infrastructure,25716819,Request for Tenders,Open Competition,"Main Building Contractor for Learning Support Modifications at Terrace End School, Palmerston North",Terrace End School,20220509,20220610,20220719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Terrace End School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications Alterations & Refurbishment. The Contract Works required are: Storeroom & toilet to be converted into accessible bathroom. Provide wheelchair access to playground and sandpit by removing wooden edging and providing a rubber matting platform area. Install new concrete path from playground to school path. Install new rubber threshold ramps to various areas. Install new electric wheel chair lift to hall and adjust door and handrail. Ceiling Hoist to accessible bathroom. All tender documentation and necessary information attached. Please note - for funding purposes from the Ministry of Education, Blocks need to be quoted separately and as per the tender summary's and quote page attached within the downloaded documentation. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This will be discussed with the successful contractor and school once funding approval is confirmed and availability of contractor confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No responses received via GETS,0,20250410 Ministry of Education - School Infrastructure,25718699,Request for Tenders,Open Competition,Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Marton School,Marton School,20220509,20220617,20230308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Marton School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Iron replacement, install insulation if required, remove skylights over Resource 41 & Foyer 43, spouting & clearlight replacement, apply rust kill to covered way. Block B: Iron replacement, install insulation if required. Block C: Clearlight replacement. Block D: Iron replacement, install insulation if required, clearlight replacement. Block E: Iron Replacement, install insulation if required, spouting. Block H: Iron replacement, install insulation if required. All replacement clearlight to be trafficable. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,218819,20250410 Ministry of Education - School Infrastructure,25718878,Request for Tenders,Open Competition,"Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Inglewood School, Taranaki",Inglewood School,20220509,20220622,20220907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Inglewood School, Taranaki are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Reroof, including repair to defective timber. Replace clearlight, including repair to defective timber. Replace roof screws and reseal flashing joints. Replace ridge cap joins. Block B: Reroof, including replace defective timber, install insulation. Replace cement board with cladding. Block H: Replace clealright, including defective timber. Block I: Replace 1 x split wall iron sheet. Any replacement clearlite must be trafficable. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,217655,20250410 Ministry of Education - School Infrastructure,25724470,Request for Tenders,Closed Competition,"Construction of Blocks 1,2,8 Weathertightness, DQLS upgrade and toilet refurbishment",,20220428,20220530,20220901,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,,Awarded,ECI contract awarded.,0,20250410 Ministry of Education - School Infrastructure,25727306,Request for Tenders,Open Competition,Tisbury School: A: Toilet Remodel DQLS and Remodel Classrooms and Create Breakout Teaching Space.,227802,20220429,20220525,20220805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,n/a,,Awarded,The Tisbury School BOT have scored and awarded the above contract C Brown Builders as the successful contractor.,191131,20250410 Ministry of Education - School Infrastructure,25734020,Request for Tenders,Open Competition,RFT - Main Building Contractor for the Retaining wall and Boiler decommissioning,,20220429,20220525,20220729,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,,Awarded,,198987,20250410 Ministry of Education - School Infrastructure,25738005,Request for Tenders,Closed Competition,Request for Tenders for Rere School (the School) - Blocks B and C - PMC Replacement - Main Contractor,,20220502,20220525,20221205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Rere School is a Primary School (year 1-8) located 45km Northwest of Gisborne. ii. Block B and C are 46 years-old buildings called Portable Modular Classrooms (PMCs) that are defective and need to be replaced. iii. Shovel Ready Capital funding has been approved to deliver the full scope of works to be incorporated in the delivery of a teaching space (TS) and administration/resource area for the PMC replacement. iv. Project completion date: 31 May 2023",Awarded,"This contract was awarded to Currie Construction 2012 Limited and began on 19 December 2022. The term of this contract is until 31 October 2023. It is intended that the value of the contract resulting from this procurement will be within value band $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,25745575,Request for Proposals,Open Competition,Main Contractor for Learning Support Fencing Modifications at Thornbury School,22-005,20220504,20220527,20220713,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"The Thornbury School Board of Trustees is ,looking for a suitably qualified main contractor to undertake a project to complete site wide perimeter boundary fencing & gate modifications at Thornbury School. Fencing modifications required include new pool style, colorsteel and deer fencing to 1.8m with associated gates as part of recommended changes.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25746000,Request for Tenders,Closed Competition,"Request for Tender for Main Contractor for Construction of New Roll Growth Classroom at Whangamarino School, Okere Falls, Rotorua",5007,20220505,20220607,20221222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Closed RFT for main contractors for above project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25746408,Request for Tenders,Open Competition,Main Contractor for SIP Block 11 Staffroom Upgrade at Manurewa South School,,20220505,20220607,20221115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Manurewa South School Board of Trustees is seeking a Main Contractor for the SIP Block 11 Staffroom Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25747912,Request for Tenders,Closed Competition,RFT - Main Construction Contractor for Convert Ex-Library to Specialist Music Classrooms and Roof Replacement at Massey High School,,20220504,20220617,20220922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"General Scope The existing Library has been relocated and L Block is currently vacant. The proposal is to upgrade the building and convert into a Music Block Complete with recording studio. The original buildings were built in the 1970s but there is no construction documentation on file. At some stage it has been combined with a smaller classroom block off to the side. The outcome sought of the project is to convert the existing Library to specialist music classrooms and replace the end-of-life roof cladding. This may include: The project is focused to remove the existing roof cladding and skylights, and install the new roofing, gutters and flashings. The internal work is expected to remove all internal walls, floor finishes, wall finishes. After that, the school expect to create new music classrooms and band practice rooms. This project will be delivered by a main contractor which will carry out the general builders work, electrical work and new ventilation system. The work will have a single building consent including Main building and the attached classroom block instead, rather than the initial proposed stages plan indicated in RFI. See Tender Documents for further information.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25748419,Request for Tenders,Closed Competition,Brookby School Noise Reduction Joinery Replacement Main Contractor,MOE17317,20220711,20220803,20220921,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. Due to a high level of truck movements from the main road (very nearby) the school experiences high levels of noise into the classrooms ii. To mitigate this issue, an acoustic engineer was procured to propose solutions iii. As a result, a recommendation has been made to the MoE to replace all road facing windows and doors. iv. The replacement units will have a significantly increased acoustic performance, creating a low level of sound transfer. v. Replacement of the wall linings facing the road, with an upgrade of insulation and wall linings. vi. Tenderers are encouraged to salvage the existing joinery to be re-purposed.",Awarded,,409884,20250410 Ministry of Education - School Infrastructure,25761576,Request for Tenders,Closed Competition,"RFT for Main Contractor for Blocks 2, 9: Classroom Refurbishment at Murrays Bay Primary School",235530,20220510,20220603,20220810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Murrays Bay Primary School Refurbishment of the internal spaces in Blocks 2 and 9 by replacing some internal wall coverings, installing suspended ceilings where requires, creating an ILE space and replacing some carpet and vinyl.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25762341,Request for Tenders,Open Competition,"Main Electrical Contractor for Heating (Air Conditioning) & Electrical Upgrade at Manawatu College, Foxton",Manawatu College,20220516,20220617,20220815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Manawatu College, Foxton are seeking a suitably qualified Main Electrical Contractor to carry out the Heating & Electrical Upgrade to Various Blocks. The Contract Works required are: Heating: Install 9 x new heatpumps to Block A. Replace 17 units in Blocks B, D & G. Any new heatpumps are to have new cages, any replacement units with no cages currently to exterior units are to have cages. Electrical Work: Replace distribution boards & sub main cables to Blocks A, B, D, E, F, J4, J6 & J8. RCD protection to Blocks A, B, D, E & G. Upgrade lighting with LED to Blocks A, B, C, E, F, G, J4, J6 & J12. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. This project will be completed ideally soon after confirmation of project approval, however will be dependent on contractor availability. This will be discussed with the successful contractor and College once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,426996,20250410 Ministry of Education - School Infrastructure,25762516,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for Fencing & Gates at Parkland School, Palmerston North",Parkland School,20220511,20220613,20221004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Parkland School, Palmerston North are seeking a suitably qualified Main Building/Fencing Contractor to carry out the new Fencing & Gates requirements at their School. The Contract Works required are: Installation of fencing to the perimeter of the school with vehicle and pedestrian gates, D & D magna latches. Fence and gates will 1.8m high, gates will have please shut the gate signs. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. This project will be completed ideally soon after confirmation of project approval, however will be dependent on contractor availability. This will be discussed with the successful contractor and School once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,160378,20250410 Ministry of Education - School Infrastructure,25768920,Request for Tenders,Open Competition,Fence Replacement Works at Kamo High School,,20220511,20220606,20220701,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,"2 Cobham Road, Kerikeri",Various fence replacement works at Kamo High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25772893,Request for Tenders,Open Competition,Main Contractor for the Block 3 Provision of Acoustic Wall and Ceiling Panels (AMS) at Sir Douglas Bader Intermediate School,,20220513,20220608,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Sir Douglas Bader Intermediate School are requesting the construction services of a suitably qualified contractor to supply and install new acoustic wall and ceiling panels in block 3 (built in 1980) which holds the music and performing arts classrooms. The music room requires acoustic wall and ceiling panels to help reduce noise level. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Tuesday the 17th of May at 3:30pm Site Visit 2 Tuesday the 24th of May at 3:30pm Site Visit 3 Tuesday the 31st of May at 3:30pm",Awarded,,79182,20250410 Ministry of Education - School Infrastructure,25773557,Request for Tenders,Open Competition,"Main Contractor for the Block 1,2,3,5,6,7,8,B,C Window Joinery Refurbishment at Sir Douglas Bader Intermediate School",,20220513,20220608,20220720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Sir Douglas Bader Intermediate School are requesting the construction services of a suitably qualified contractor to construct a window joinery refurbishment in blocks 1, 2, 3, 5, 6, 7, 8, B and C (all blocks were built in 1980). The window rubbers and hardware are in poor condition and require replacement. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP using the Q&A GETS system. Site Visit 1 Tuesday the 17th of May at 3:30pm Site Visit 2 Tuesday the 24th of May at 3:30pm Site Visit 3 Tuesday the 31st of May at 3:30pm",Awarded,,180586,20250410 Ministry of Education - School Infrastructure,25774261,Request for Tenders,Open Competition,"Main Contractor Combined SIP / LSM / AMS 5YA Admin, Accessibility and Blk L Classroom Upgrade for Korokoro School (Lower Hutt)",,20220513,20220610,20230711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"2.1 Background & Requirement 1.1 This Board of Trustees is planning to procure and experienced Main Contractor to undertake the construction works for the combined SIP / LSM / AMS 5YA Admin, Accessibility and Blk L Classroom described in the tender documents prepared by IR Group Ltd. 1.2 We have separated out the works in the tender documents to suit the funding streams and provided a priced summary for each section so we can show the price split across the funding sources. We want to combine these into one RFT to get economies of scale and make the tender more attractive to main contractors. 1.3 The work is subject to a consent and the IR Group will manage the project. 1.4 We have rung around the builders in the region, and several have expressed an intertest in pricing the project. We are hopeful to get at least 3 responses. 1.5 The work will be done 3 stages to minimise the impact on school activities. A programme will be negotiated with the preferred supplier, based on their workload and material, labour and subcontractor availability and lead times. We are keen to get the works done ASAP. 1.6 Contract Works required are: Interior and exterior alterations and refurbishment of existing spaces in the admin and Block L teaching spaces. The work includes minor demolition and internal strip out Site works to suit new access entry ramp and deck and gates and fencing changes Associated services disconnections and reconnections with new fittings and fixtures. Carpentry works and finishing trades to refurbish the spaces. The work will need to be stages to allow the school to still function during the works. a. Timeframes are: i. indicative start date: 11 July 2022 ii. indicative Due Date for Completion: 30 November 2022 iii. The work will need to be stages to allow the school to continue operations. iv. We are happy to negotiate a programme to suit contractor work flows.",Awarded,Cemac offered the best price and had a valid response with acceptable non priced attributes,601100,20250410 Ministry of Education - School Infrastructure,25774502,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Junior Playground Replacement at Beckenham Te Kura o Puroto,,20220512,20220608,20220704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Provision of a new Junior Playground to include preparation of the site and installation of new playground equipment.,Awarded,The contract was awarded to Playco Equipment Ltd.,0,20250410 Ministry of Education - School Infrastructure,25774865,Request for Tenders,Open Competition,Main Contractor for 5: Hall Weathertightness Remediation at Tainui School,216422,20220513,20220608,20220704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"i. Removal of the plaster cladding to the west and south walls, remove the windows and replace with double glazed units. The new cladding is on the cavity baton system and associated flashings. ii. The remaining north and east walls are to have a section of plaster removed along with internal gutters, then install a pitched roof with eves, and spouting.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25776118,Request for Tenders,Open Competition,Main Contractor for Block K Roof Replacement at Long Bay College,,20220513,20220608,20220920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Long Bay College Board of Trustees are seeking a Main Contractor for the Block K Roof Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25779277,Request for Tenders,Open Competition,"Open RFT for Main Contractor for Roof Replacement Works at Kaitao Intermediate School, Rotorua",4894,20220513,20220609,20221010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Open call for tenders for roofing replacements at Kaitao Intermediate School, Rotorua. The works involve removal of dormers, asbestos removal, shrink-wrapping and reroofing works.",Awarded,A contract has been awarded to Arrowsmith Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,25780370,Request for Proposals,Closed Competition,Request for Proposals for Greenpark School Quantity Surveyor & Engineer to the Contract Services,,20220513,20220602,20220808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Greenpark School Quantity Surveyor & Engineer to the Contract Services (the Services).",Awarded,The contract has been awarded to Maltbys Limited and started in August 2022. Price Band: $50K - $100K,0,20250410 Ministry of Education - School Infrastructure,25780557,Request for Tenders,Open Competition,CW2022-036 Western Heights High School - Demo & Asbestos removal,CW2022-036 / MOE17324,20220512,20220608,20220704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Please refer to the attached RFT for more information.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25783090,Request for Tenders,Closed Competition,Request for Tenders for Linden School (the School) - Block 2 Weathertightness Remediation - Main Contractor,,20220512,20220615,20220830,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The rescoping in 2021 identified immediate key areas of concern and current leaks which developed the following scope: (a) Re-pitch and replace roof to Block 2, except for Store block (not including boiler room) (b) New ceiling linings were affected by roof works (c) New classroom clearstory windows due to change of roof pitch (d) New veranda roof with new flashings (e) New flashings between Hall and main roof (f) Fire system upgrade to type 4 (g) Timber window joinery replacement (h) Targeted weatherboard repairs (i) Structural upgrades to bracing walls as required by the roof re-pitching (j) Replacement/repairs to the boiler room areas. Project completion date: 23 January 2023",Awarded,"This contract was awarded to Holmes Construction NZ Limited and began on 11/10/2022. The practical completion date of this contract is forecast to be 31/10/2023. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,25789735,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for Fencing & Gates at Mangatainoka School, Pahiatua, Manawatu",Mangatainoka School,20220517,20220713,20220909,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Mangatainoka School, Pahiatua are seeking a suitably qualified Main Building/Fencing Contractor to carry out the new Fencing & Gates requirements at their School. The Contract Works required are: Install fencing and gates to perimeter of school grounds. All fencing and gates are to 1.8m high with mowing strips where needed. Gates are to have D & D lockable maglocks and self-closing hinges. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. This project will be completed ideally soon after confirmation of project approval, however will be dependent on contractor availability. This will be discussed with the successful contractor and School once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,181921,20250410 Ministry of Education - School Infrastructure,25795197,Request for Tenders,Closed Competition,"RFT for Main Contractor for ILE, Staffroom, Toilets and Classroom Upgrades & Fire System at Hukerenui School",226170,20220518,20220610,20220920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Combined ILE, toilet, staffroom and classroom upgrades and fire system works at Hukerenui School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25800497,Request for Tenders,Open Competition,"Main Contractor for Blocks B, G, T Window Joinery and Cladding Partial Replacement at Waitakere College",,20220518,20220614,20221221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Waitakere College Board of Trustees are seeking a Main Contractor for Blocks B, G, T, Window Joinery and Cladding Partial Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25804968,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block B F DQLS Upgrade at Mackenzie College,,20220519,20220617,20221206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"DQLS upgrade of the schools main teaching Block B including classrooms 7, 8, 9 & 10, replacement roofing and flashings to selected areas, upgrade female toilets and Block F School Gym changing rooms upgrade.",Awarded,The contract was awarded to Colin Shore Building Ltd,0,20250410 Ministry of Education - School Infrastructure,25805425,Request for Tenders,Open Competition,Main Contractor for 1: Retaining Wall & Interior Works at Portobello School,225789,20220519,20220615,20220902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for 1: Retaining Wall & Interior Works at Portobello School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25806813,Request for Tenders,Open Competition,RFT - Main Building Contractor for New Toilet block at Mellons Bay School,229930,20220520,20220620,20230302,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Scope Clear and build new concrete block toilet/change room building Timber driven piles, concrete slab floor, block walls and mono pitch metal profile roof Site works and drainage, Plumbing fit out, metal screens and timber benches Project Location East Auckland",Not Awarded,Cancelled Project due to increased market costs,0,20250410 Ministry of Education - School Infrastructure,25806837,Request for Tenders,Open Competition,"Main Contractor for Block 1,2,3,6, and 7 Window and Door Joinery Replacement at Papatoetoe North School",,20220520,20220805,20231106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Papatoetoe North School Board of Trustees are seeking a Main Contractor for Blocks 1,2,3,6,and 7 Window and Door Joinery Replacement",Not Awarded,Re tendered on 2 October 2023.,0,20250410 Ministry of Education - School Infrastructure,25807715,Request for Tenders,Closed Competition,Hillcrest High School Lead Designer LSPM,HIL18,20220520,20220609,20220621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A Lead designer is sought who is to provide the Architectural design services for a new 4 TS Block which is to become the new Independent Learning Centre (ILC). The Lead designer will integrate, co-ordinate and manage the sub-consultants into the overall design package. Overview of programme and requirements for phasing and/or staged handover of the project: The project requires the existing ILC to be relocated and two old prefabs to be removed. The removal of the two prefabs will allow the ILC to be relocated and once removed the new ILC can be constructed. The first phase will be demo of the two prefabs followed by relocation of ILC then stage III the new build.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25810182,Request for Tenders,Open Competition,Main Contractor for Blocks 1 & 3 Timber Window and Classroom Entrance Door Replacement at Northcote Intermediate School,,20220523,20220622,20220907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Northcote Intermediate School Board of Trustees are seeking a Main Contractor for Block 1 & 3 Timber Window and Classroom Entrance Door Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25816394,Request for Tenders,Open Competition,Main Building Contractor fort he Block 2 Classroom Project at Dargaville Intermediate School,,20220520,20220701,20221209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The scope of this project will include: o Replacement of classroom front windows and doors and rear upper windows in Rooms 3-6 o Replacement of main rear windows in Rooms 3 and 6 o Replacement of classroom wall coverings with acoustic wall coverings o Install suspended ceilings throughout classrooms with LED panel lights and insulation o Construction of a canopy along front The construction and remediation works are part of the AMS and 5YA programmes",Awarded,,586404,20250410 Ministry of Education - School Infrastructure,25816747,Request for Tenders,Open Competition,"Frankton School Alterations to Blocks E, F & Q",202127,20220519,20220616,20220714,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This project involves replacement of existing asbestos exterior wall cladding, internal alterations and refurbishment to 3 existing classroom blocks. Removal of cladding containing asbestos cement to occur during the term 2 holidays (11-22 July) and remaining work to be completed during term 3.",Awarded,"The contract was awarded to Lobell Construction Ltd and commenced on 18th August 2022. Unsuccessful tenderers have been notified by email.",379309,20250410 Ministry of Education - School Infrastructure,25821192,Request for Tenders,Open Competition,Proposed Tech suite and toilet upgrades,224251,20220519,20220627,20220725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The nature of the Works is the stripping back, part re-build and part refurbishment of the Foodtech Lab and Hard materials Lab at Mokoia Intermediate School",Awarded,Thank you for your time on preparing the tender. Evaluation has been completed and the tender awarded.,413922,20250410 Ministry of Education - School Infrastructure,25823000,Request for Proposals,Closed Competition,CW2022-049 Tauhara College (the School) Redevelopment Project Master Planning and potential additional Lead Design Services MOE17537,MOE17537,20220520,20220617,20220805,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Master Planning services are required for a Redevelopment project at Tauhara College. Tauhara College was established in 1976 with school facilities that were in significantly poor condition. The existing school buildings were identified as not fit for purpose and a health & Safety risk, identifying the need for a redevelopment of the school. An unforeseen weather event (weather bomb) in November 2020 resulted in significant water damage to several buildings with emergency response works undertaken to provide new temporary accommodation for the school as an interim solution before the redevelopment. The school buildings that were identified as not fit for purpose have now been demolished to make way for the construction of new buildings on the school grounds. The Master Planning contract will inform the location, infrastructure and scope required for the redevelopment of the school in accordance with the Ministrys Design Guidelines and Standards. Reserved Rights have been specified within this RFP to enable the Ministry to negotiate with the appointed Master Planner, the remaining Lead Design stages subject to conditions being met. A tender site visit can be arranged upon request (if required). All enquires to be made through the GETS Question & Answer function",Awarded,The contract has been awarded to Makenzie Higham Limited and started in August 2022. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,25825189,Request for Quotations,Closed Competition,Southern Cross Campus B21 Roll Growth Masterplanning Services,MOE17163,20220520,20220609,20220728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant from the MOE B21 MP Directory to provide Master Planning Services at Southern Cross Campus.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25826518,Request for Tenders,Closed Competition,RFT for Main Contractor for Roofing Works at Whangarei Girls High School,217473,20220523,20220614,20220804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Lifecycle replacement of roofs, flashings and back trays. Internal gutter remedials, flashings, parapet capping, replacing skylights and re-pitching.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25827722,Request for Tenders,Closed Competition,CW2021-128 Tauranga Girls College - Weathertightness Remediation & Seismic Strengthening of Block J,CW2021-128/MOE09938,20220523,20220706,20221007,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a closed tender to the successful Directory Supplier (Tenderer) from the previously awarded ECI to submit a Tender for Tauranga Girls College - Weathertightness Remediation & Seismic Strengthening Block J - Main Contractor (the Contract Works).,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25828839,Request for Tenders,Open Competition,Main Contractor for Block A Student Toilets at Waimana School,234007,20220524,20220621,20221007,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,The Board of Trustees is seeking a main building contractor for the construction of new unisex student toilet facilities within Block A to replace the existing standalone boys and girls toilet facilities to the rear of the block. The existing toilet facilities will be converted to outdoor storage following the commissioning of the new unisex toilet facilities.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25830835,Request for Tenders,Open Competition,"Main Building Contractor for Internal wall, Outdoor seating and covered area and Toilets at Warkworth School",,20220527,20220705,20221025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Warkworth School Board is seeking a main building contractor to undertake the construction of a wall in the centre of the Junior Block space, an outdoor learning area with shade sail covering to the rear of the Junior Block, and the reconfiguration of the female toilets in the Senior Hall. The Contract Works required is in three parts: (1) Installation of full height wall in the centre of the Junior Block with glass panels and doors as per drawing. This will require removal and reconfiguration of the main entry doors to the block. (2) Construction of concrete seated area at rear of Junior Block and installation of shade sail to cover the seated area. (3) Reconfiguration of the female toilets in the Senior Hall as per drawings. The contractor may wish to stage these works to suit weather and trade requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25832576,Request for Tenders,Closed Competition,CW2022-015 Spotswood College - Weather Tightness Remediation - Main Contractor,MOE17206,20220525,20220711,20221130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Spotswood College is a school with aging infrastructure and was identified as part of the Taranaki Cluster, a programme of work that began in 2015. Block L Nelson Block Library has weathertightness issues which were identified in 2019 and funding was sought for a Ministry led Minor Works project. The scope for weathertightness is: Replace main roofing including re-pitching to 7. Removal of skylights with replacement roof structure and associated internal works. This includes replacing internal ceiling to match existing and new lighting Replace low pitch entrance lobby including re-pitching to 7. Replace external high-level panel cladding. Replace/repair high level/clearstory timber windows to meet current building code. Replace upper-level guttering and downpipes. Repair and/or replace lower-level butanol guttering systems internal guttering. Also included in the works is some civil works along the north elevation/roadside to manage the ground water ingress at the lower level.",Awarded,The contract has been awarded to Livingstone Building NZ Limited and started in November 2022. Price Band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,25850250,Request for Proposals,Open Competition,Lead Design Services for Essential Infrastructure Replacement and C1 Classroom Upgrade Projects at Aparima College,230367,20220525,20220620,20220825,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Aparima College Board of Trustees are seeking Lead Design Consultancy Services proposals for Essential Infrastructure Replacement and C1 Classroom Upgrade projects which are due to commence this year. Note proposals should include for subconsultants also.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25851019,Request for Proposals,Closed Competition,CW2022-027 Taita College (the School) Project Management & Engineers Representative Services MOE09915,MOE09915,20220525,20220623,20220905,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking Project Management & Engineers Representative Services for a comprehensive redevelopment project at Taita College. Master Planning stage for a Major Redevelopment at Taita College is now complete, and a Business Case has been approved to determine the project scope and approve the budget to complete the remaining design phases. A subsequent Business Case will be required to approve the construction budget and lead consultant fees for construction observation and post completion phases. Standardised Scope of Services are to apply for the PM services. A tender site visit has been scheduled for 02 June 22 at 1:00pm. Attendees are to register via the GETS Q&A function. For more information please refer to the supporting attachments. All questions during the tender period are to be submitted via the GETS Q&A function.",Awarded,The contract has been awarded to RDT Pacific Limited and started in September 2022. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,25852184,Request for Tenders,Open Competition,Contractor Services for Site Wide Fire Upgrade at Palmerston North Girls High School,228680,20220525,20220629,20220824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,PNGHS is seeking a contractor to undertake Site Wide Fire Upgrade works. This was identified as part of the schools 10YPP. Funding will be allocated from the schools 5YA.,Awarded,,194756,20250410 Ministry of Education - School Infrastructure,25854887,Request for Quotations,Closed Competition,Sutton Park School New Ablutions Block - Main Contractor,MOE17579,20220526,20220617,20220906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This procurement is for a Main Contractor to facilitate the installation of a new ablution block to provide additional facilities to the existing school infrastructure.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25856830,Request for Tenders,Open Competition,Witherlea School LPSM Room 19 Accessibility Modifications Main Contractor,MOE17520,20220527,20220623,20220921,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Witherlea School LPSM Room 19 Accessibility Modifications Main Contractor Witherlea School currently have Learning Support Property Modifications on-going with new boundary fencing and deck being installed outside Room 19 for two special needs students. As part of this permanent solution some modifications are required for Room 19 to create a safe learning environment for both the students and the teachers/aides. The students for whom the learning support modifications are for have already started their transition into the school. Starting works in the Term holidays would be ideal to get as much disruptive works done as possible. The Contract Works required are detailed on the attached documentation.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,25857214,Request for Tenders,Open Competition,Plumbing & Drainage Contractor for Site Sewer & Water Services Upgrade at Tauranga Girls College (re-listed),217359,20220527,20220627,20221007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Tauranga Girls College Board of Trustess is seeking tenders from plumbing and drainage contractors for the upgrade works to parts of the site sewer and water supply services. Parts of the systems are now at their end of lfe and require replacement with new uPVC and MDPE polyethelene piping,Not Awarded,"1 response only received, currently seeking further tender",0,20250410 Ministry of Education - School Infrastructure,25861272,Request for Proposals,Closed Competition,Fendalton Open Air School - Redevelopment - PM Services,MOE08014,20220527,20220624,20220925,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"iv. Fendalton School is one of the original schools of Christchurch dating back to 1875 and is a well established contributing primary school in the heart of the Fendalton. In January 2018 , the MOE completed the refurbishment of Block 2 of 6 teaching spaces ahead of the master planning phase due to excessive leaking problems. The Ministry has engaged Stapleton Elliot Architects to provide a Master Plan that will reflect both schools expectations and Ministrys requirements to deliver buildings that are compliant to current DQLS standards and Ministrys modern flexible learning policies. A Master Plan was approved by the Design Review Panel in August 2021. Developed Design is anticipated to be completed by 30 June 2022 and Detailed Design will be implemented on 1st of July 2022. The Master Plan includes the following: The construction will be staged on three main stages Stage 1 (Enabling Works): 1- Demolition of Block 3, 13, 18 (Caretakers Shed) & Block 20, and build new Caretaker Shed. Stage 2: 1- The construction of a new 4 Teaching Space building to replace Block 20 (Old Village) on the same location and refurbishment/rebuild of the adjacent utility (toilet block) 2- The demolition of block 14 and dental clinic and the construction of a new Multipurpose Hall. 3- All related Infra structural and landscaping work required. Stage 3: 1- The demolition of existing Block 6+11 and Block 5 and the construction of a new 5 Teaching space Building (Block 23) joint on a platform with existing Block 7 & Block 8 2- Minor refurbishment to existing Block 7 & 8 3- The demolition of existing block 15+12. 4- All related Infra structural and landscaping work required",Awarded,,112800,20250410 Ministry of Education - School Infrastructure,25864861,Request for Tenders,Closed Competition,Casebrook Intermediate School CSR Redevelopment (Stage 2) - Main Contractor,MOE08101,20220601,20220629,20220808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Casebrook Intermediate School CSR Redevelopment (Stage 2) - Main Contractor iWorks are currently underway via a NZS 3910 agreement with Hann Construction Company Ltd to refurbish blocks 3, 5 and complete site infrastructure works at Casebrook Intermediate School. The Principal wishes to vary the existing agreement to include refurbishment of blocks 7, 8, carry out further site infrastructure works, and demolish a decommissioned boiler house (Stage 2 Variation Works). The outcome sought is for the Stage 2 Variation Works to be conducted in the same manner as the current works are being conducted, as the Principal is satisfied with current workmanship, processes, systems, and Hann Constructions way of conducting business.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,25866272,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing (Stage 2) at Turitea School,02-011-007,20220601,20220706,20220822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Turitea School Board of Trustees are seeking to engage a suitably qualified main contractor for Stage 2 of the Learning Support Fencing project at Turitea School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25871274,Request for Tenders,Closed Competition,RFT for Main Contract Works at Burnside High School - CSR Redevelopment,MOE18451,20220719,20220912,20221130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Electronic tenders only,"The principal is undertaking a major redevelopment of Burnside High School. Burnside High School is a year 9-13 Secondary School located in the north-west of Christchurch City. With a Masterplan comprising of 5 stages involving demolition prior to each phase, three new builds, weathertightness and refurbishment works. Naylor Love are confirmed as the Main Contractor for direct negotiation. The scope of this RFT is stage B attached, which includes construction of a new block, site wide infrastructure upgrades and a new pick up drop off area. The redevelopment is expected to occur over 4 years to minimise the need for additional decanting spaces for teaching. Please upload your price tender as a separate file to your non-price on GETS.",Awarded,,25068592,20250410 Ministry of Education - School Infrastructure,25872225,Request for Tenders,Closed Competition,"Oteha Valley School, Block 8",230174,20220531,20220623,20220630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website., Nature of the Works: Remove and dispose of the existing hessian pin boards - Preparation of all wall surfaces to include sealing and stopping to level 2 - Supply and installation of new 10mm composite acoustic wall coverings.,Awarded,Client provided a competitive tender price.,289000,20250410 Ministry of Education - School Infrastructure,25873808,Request for Tenders,Open Competition,"Open RFT for Main Contractor for Block A AMS Works and Interior Refurbishments to blocks A,B,D,G and H at Sunset Primary School, Rotorua",5137,20220601,20220715,20230621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Main Contractor for AMS and Interior Refurbishment Works to various blocks at Sunset Primary School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25886218,Request for Tenders,Open Competition,"Main Contractor for Block 3,6 & 7 Toilet Upgrade at Cockle Bay School",,20220603,20220630,20230724,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Blocks 3, 6 & 7 Toilet Upgrade and hot water installation to toilets in Blocks 1,4,5,11,18 & 20 at Cockle Bay School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25887603,Request for Tenders,Open Competition,Glenview N Block Refurbishment,6201,20220602,20220629,20220802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.," Relocate Toilets to Create Breakout Space Between Two Teaching Spaces Each classroom to have sliders Between Life Cycle Replacement of Floor & Wall Linings to Three Teaching Spaces",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25889912,Request for Tenders,Open Competition,"RFT for Contractor for replacement of boiler and pool heating at Glenholme Primary School, Rotorua",5193,20220603,20220704,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Open call for tenders for replacement of existing boiler, addition of some new radiators to the system and installation of new solar based pool water heating system",Awarded,A contract has been awarded to Renewable Energy Ltd,0,20250410 Ministry of Education - School Infrastructure,25895046,Request for Tenders,Closed Competition,Request for Tenders for Freyberg High School (the School) - Weathertightness Remediation of Blocks L and M - Main Contractor,,20220607,20220706,20220909,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Freyberg High school has a number of historical leaks and poor design features on blocks L and M. Weathertightness Remediation is required for Blocks L and M to eliminate all known leaks and poor design to create a weathertight exterior. The Block L and M scope of works includes: (a) demolition of skylight structure, roof parapets; (b) replacement of exterior damaged cladding, damaged roof coverings, decayed timber framing; (c) reinstatement of existing windows and doors; (d) new double glazed windows; (e) corroded flashing replacement; (f) interior fitout works, including but not limited to replacement of wall and ceiling finishes, floor covering; (g) reinstatement of existing services. Project completion date: 30 June 2023.",Awarded,"This contract was awarded to Alexander Construction Central Limited and began on 22/09/2022. The practical completion date of this contract is forecast to be 30/06/2023. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,25898664,Request for Tenders,Open Competition,Main Building Contractor for Block A Redevelopment (Stage 2) at Hillside Primary School,21-050,20220608,20220708,20220810,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"Hillside Primary is a small rural based primary school located in the township of Browns, approximately 40kms north of Invercargill on the SH96 Mataura - Winton highway. The School BoT is looking for an experienced main Contractor to complete the redevelopment of the school's main Block A admin and classroom building. Proposed work scope includes complete remodelling to existing spaces in Block A including opening up access from newly remodelled (two) classroom spaces into cloakbays for break out spaces & remodelling of existing multipurpose room & student toilets. Also proposed is a new layout and remodelling of the existing admin reception & staff areas and library spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25899135,Request for Proposals,Closed Competition,Request for Proposals for Tawa Intermediate - Weathertightness Remediation - Lead Design Services,MOE17505,20220603,20220704,20220921,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Multiple buildings at Tawa Intermediate have been identified to require remediation as reflected in the Maynard Marks Roof Condition Report and prelim design / scope of works drawings. The works required include: Block 1, targeted replacement of flashings / end of life roof sheets as per roof condition report Block 2, as per prelim design / scope of works drawings Block 3, remediation of existing flat roof sections, replacement of existing metal roof sections. Proposing options to eliminate high risk elements. Block 4, targeted roof repairs / metal roof replacement. Block 5, targeted roof repairs / metal roof replacement. Block 6, targeted roof repairs / metal roof replacement.",Awarded,The contract has been awarded to Mckenzie Higham Limited and started in September 2022. Price Band: $100K - $250K.,0,20250410 Ministry of Education - School Infrastructure,25903282,Request for Tenders,Closed Competition,TKKM o Hoani Waititi,217936,20220608,20220629,20220708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.," Nature of the Works: new wall linings, decking and toilets pans, basins interior wall linings partitions and basing, including heated hand dryers.",Awarded,,282554,20250410 Ministry of Education - School Infrastructure,25907173,Request for Quotations,Closed Competition,Christchurch Girls High School Major Redevelopment Project Management Services,MOE17152,20220609,20220706,20230306,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Christchurch Girls High School Major Redevelopment Project Management Services The MoE is procuring a consultant team to undertake the next phases of redevelopment. The resulting Design should demonstrate a staged approach for the redevelopment of the school. The Design will include: Demolition and replacement of the Main Block (A) Demolition and replacement the Tech Block (H) Provision of teaching spaces and non-teaching space to entitlement New fitout/ repurposing of Arts Block. Rationalisation of temporary blocks I, J, L4 and E (approx. 60yrs old) The MoE is now engaging a Consultant to undertake the Project Management (PM) and Engineer To Contract (ETC) services required to deliver the design, construction and handover phases of the above mentioned Redevelopment Project. It is intended that the appointed PM forms a key part of the project team, working collaboratively while providing strategic advice to The Ministry.",Not Awarded,Procurement to be completed on new GETS process on account of new scope of works at Christchurch Girls' High School.,0,20250410 Ministry of Education - School Infrastructure,25912263,Request for Tenders,Open Competition,"Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Ratapiko School, Taranaki",Ratapiko School,20220610,20220715,20230216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ratapiko School, Taranaki are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Replace lower metal including timber repairs & insulation if required, Replace main roof area including timber repairs and insulation if required, remove outdoor heatpump units and mount on ground in vandal proof cages, remove obsolete pipes on membrane roof and patch membrane, replace ridge flashings and fixings over C/R 6 replace clearlite including timber repairs if required. Block D: Replace iron roofing including timber repairs if required. Block E: Replace all roof fixings and silicone joins. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,197443,20250410 Ministry of Education - School Infrastructure,25912411,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 3 Classroom Upgrade at Methven School (Mid Canterbury),,20220610,20220711,20221115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,All areas of Block 3 to be altered and upgraded to modernise the spaces and make them more functional.,Awarded,The contract was awarded to Bradford Building Ltd,0,20250410 Ministry of Education - School Infrastructure,25917309,Request for Tenders,Closed Competition,Main Building Contractor for Blocks B & M Upgrade at Tamahere Model Country School - RFT,1192,20220621,20220720,20221005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Stage 2 closed RFT following ROI.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25918110,Request for Tenders,Closed Competition,Tahunanui School Maitai Satellite Main Contractor,MOE17702,20220610,20220720,20220908,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Tahunanui School and Nayland College are welcoming satellite projects into their existing school site for students of Maitai School, a school local to Nelson that accommodates students with a wide range of social, physical, emotional, and mental capabilities. The intention for the Tahunanui project is that the satellite building will be a space that is suitable for the diversity of needs required by the Maitai students but also encourages use by the Host School and two-way interaction and engagement between the students at each school. There are no decanting requirements for the project, however tenderers may need to briefly provide a storage container for the use of Tahunanui until their new PE shed is built.",Awarded,It is intended that the value of the contract resulting from this tender will be within $1M - $5M,0,20250410 Ministry of Education - School Infrastructure,25928990,Request for Tenders,Open Competition,"Main Building Contractor for Block 5 Addition & Refurbishment at Upokongaro School, Wanganui",Upokongaro School,20220615,20220715,20220719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Upokongaro School, Wanganui are seeking a suitably qualified Main Building Contractor to carry out the Block 5 Addition & Refurbishment. The Contract Works required are: Building an extension off the end of Block 5 classroom. The extension is to create a breakout area that is easily accessible and visual to the classroom with glazed stacker doors, creating a flexible learning environment. The new breakout space will have new Autex composition wall linings, carpet tiles, LED lighting, heating, data and power points. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This will be discussed with the successful contractor and school once funding approval is confirmed and availability of contractor confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,25929012,Request for Proposals,Closed Competition,Amuri Area School Roll Growth & Redevelopment Quantity Surveyor Services,MOE17383,20220615,20220712,20220916,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Amuri Area School Roll Growth & Redevelopment Quantity Surveyor Services Amuri Area school is a composite school Yr1 13 based in the Hurunui district about 90 minutes north of Christchurch. Amuri area school has been allocated roll growth of 6TS (teaching spaces) through Budget 19. 1TS is allocated to the primary side of the school while 5 TS for the secondary. Ministry of Education has confirmed design funding to build a new 4TS tech block and a combination of the replacements of M (h) block 8TS, rooms 20 22 with an additional 1 TS roll growth. There is a modular 1TS to be built on the primary school side.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,25929217,Request for Tenders,Open Competition,Main Building/Roofing Contractor for Roofing & Clearlite Replacement to Various Blocks at Ruapehu College,Ruapehu College,20220616,20220715,20220719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ruapehu College, are seeking a suitably qualified Main Building/Roofing Contractor to carry out the Roofing & Clearlite Replacement to Various Blocks. The Contract Works required are: Block A: Replace roof ridge fixings. Block B: Seal flashing joins. Block C: Replace iron roofing, timber repairs if required, install insulation, ground mount heatpumps, and remove skylights. Block E: Replace spouting & roof screws. Block F: Replace iron roofing, install insulation. Block G: Replace iron roofing, and install insulation. Block H: Replace clearlight, timber repairs if required, fit downpipe spreader. Block I: Replace clearlight, timber repairs if required, patch membrane, replace screws & valley tray, rust treat valley trough, Block J; Replace iron roofing, and timber repairs if required. Block P: Replace fixings & spouting. Block S: Replace clearlight, and timber repairs if required. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised. This will be discussed with the successful contractor and school once funding approval is confirmed and availability of contractor confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,25929328,Request for Proposals,Closed Competition,Amuri Area School Roll Growth & Redevelopment Lead Design Services,MOE17380,20220615,20220712,20221020,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Amuri Area School Roll Growth & Redevelopment Lead Design Services Amuri Area school is a composite school Yr1 13 based in the Hurunui district about 90 minutes north of Christchurch. Amuri Area School has been allocated roll growth of 6TS (teaching spaces) through Budget 19. 1TS is allocated to the primary side of the school while 5 TS for the secondary. Ministry of Education has confirmed design funding to build a new 4TS tech block and a combination of the replacements of M (h) block 8TS, rooms 20 22 with an additional 1 TS roll growth. There is a modular 1TS to be built on the primary school side.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,25929953,Request for Proposals,Closed Competition,CW2022-025 Request for Proposals RFP for Aotea College (the School) Roll Growth Master Planning (and potential additional Lead Design Services),MOE17906,20220614,20220721,20220916,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry requires a Master Planner to provide Master Planning services for a Roll Growth project at Aotea College. The project includes a build roll of 1552. The project scope is to deliver +20 new Teaching Spaces (Note: these 20TSs are in addition to the 3 short term modulars already on site, and the school led library conversion to 3 teaching spaces, both carried out independently of this project). The Ministry has specified Reserved Rights to continue with the appointed Master Planner / Lead Designer, if additional design stages beyond the 20x teaching spaces are required subject to conditions being met. A tender site visit has been scheduled for Wednesday 10:30am 15 June 2022. Attendees are to meet at the school office. A number of supporting documents have been provided.",Awarded,"This contract was awarded to Designgroup Stapleton Elliott Limited and began on 27th September 2022. The term of this contract is until end of Master Planning stage, forecast to be in March 2023. Noting that the Ministry of Education reserves the right to consider re-engaging the appointed Master Planner to provide additional Lead Design services. It is intended that the value of the contract resulting from this procurement will be within value band: $100,000 - $250,000.",0,20250410 Ministry of Education - School Infrastructure,25931783,Request for Tenders,Open Competition,"Main Building/Roofing Contractor for Roof Replacement & Remediation to Various Blocks at West End School, Palmerston North",West End School,20220616,20220719,20220725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for West End School, Palmerston North are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block 1: replace perished roof screws & washer. Block 2: Replace membrane roofing between foyer & room 10, replace flashings around new membrane roof. Replace spouting brackets & droppers. Block 3: Replace iron roofing, roof screws & perished washers, replace clearlite with trafficable clearlite. Block 4: Replace roof screws with perished washers, replace 8 sheets of cearlite with new trafficable clearlite. Replace rusted iron roofing. Bock 5: Replace iron roofing including timber repairs and insulation if required, replace ridge flashings. Replace spouting and brackets between blocks 4 & 5. Block 7: Replace membrane roofing and any rotten fascia board. Block 8: Replace 3 x rusted iron sheets and 6 x clearlite sheets, remediate ridge cap patches. Block 9: Replace rusted iron roofing, replace clearlite. Bock 10: Replace spouting, brackets & droppers. Block 11: Replace spouting, brackets & droppers. Block 12: Replace clearite. Block 14: Replace ridge flashing and fixings. Block 15: Replace spouting, brackets & droppers between blocks 15 & 16. Block 16: Replace 8 x sheets of clearite. Block 17: Replace 27 x sheets of clearlite. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No tenders received via GETS,0,20250410 Ministry of Education - School Infrastructure,25932347,Request for Proposals,Closed Competition,Request for Proposals for CW2022-048 Te Wharekura o Ngati Rongomai (the School) New School Master Planning and potential additional Lead Design Services MOE17920,MOE17920,20220616,20220713,20220825,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking a Master Planner to provide design services for the new school development at Te Wharekura o Ngati Rongomai. The Master Planning contract will inform the location, infrastructure and scope required for the development of the new school in accordance with the Ministrys Design Guidelines and Standards. The master plan will support a build roll of 165 and master plan roll of 275. Reserved Rights have been specified within this RFP to enable the Ministry to negotiate with the appointed Master Planner, the remaining Lead Design stages subject to conditions being met. A tender site visit is to be confirmed. All queries to be made via GETS.",Awarded,The contract has been awarded to DCA Architects Limited and started in August 2022. Price Band: $250K - $500K.,0,20250410 Ministry of Education - School Infrastructure,25934044,Request for Tenders,Open Competition,Tararua College - A-Block refurbishment & New Ablution Block,,20220617,20220805,20221020,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Tararua College has an existing A-block building and needs critical remedial work to improve its overall weather-tightness. Existing toilets in this block are not safe and need to be isolated. The School also needs a new ablution (toilet) block to be built in a separate location as a standalone building.,Not Awarded,This tender had no responses through GETS and was later awarded through a closed procurement process.,0,20250410 Ministry of Education - School Infrastructure,25934166,Request for Tenders,Open Competition,"Main Contractor for AMS:A,C:Create Flexible Teaching Spaces At Edendale school",227770,20220616,20220714,20221007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,139916,20250410 Ministry of Education - School Infrastructure,25935332,Request for Tenders,Open Competition,Main Contractor for Learning Support Accessibility Modifications & Site Wide Compliance at Windsor North School,21-042,20220620,20220715,20221122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Windsor North School Board Of Trustees is looking for an experience main Contractor to complete an accessibility upgrade and site compliance project at Windsor North School. Accessibility work includes, new ramps, handrails and aluminium joinery for ease of access, as well as a toilet remodel to meet accessibility compliance. Also included in the project is a site wide upgrade to the school's life safety support systems including fire alarms, emergency lighting and illuminated exits.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25942871,Request for Quotations,Closed Competition,Christchurch Girls High School Major Redevelopments Lead Design Services,MOE17984,20220620,20220812,20230306,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch Girls High School Major Redevelopments Lead Design (LD) Services The MoE is engaging a Consultant team to undertake the design/supervision of the next phases of redevelopment. The resulting Design should demonstrate a staged approach for the redevelopment of the school. The Design will include: Demolition and replacement of the Main Block (A) Demolition and replacement the Tech Block (H) Provision of teaching spaces and non-teaching space to entitlement New fitout/ repurposing of Arts Block. Rationalisation of temporary blocks I, J, L4 and E (approx. 60yrs old) This tender is for the MoE to engage a Consultant to undertake the Lead Design services required to deliver the design, construction and handover phases of the above mentioned Redevelopment Project.",Not Awarded,Procurement to be completed on new GETS process on account of new scope of works at Christchurch Girls' High School.,0,20250410 Ministry of Education - School Infrastructure,25942965,Request for Proposals,Open Competition,Lead Design Services for Infrastructure Upgrades and Breakout Spaces at Menzies College,234439,20220617,20220727,20220823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Menzies College Board of Trustees are seeking Lead Design Consultancy Services proposals for an Infrastructure Upgrade and Breakout Spaces project which is due to commence this year. Note proposals should include for subconsultants also.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25943879,Request for Quotations,Closed Competition,Christchurch Girls High School Major Redevelopments Quantity Surveyor Services,MOE17993,20220620,20220812,20230306,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch Girls High School Major Redevelopments Quantity Surveyor Services The MoE is engaging a Consultant team to undertake the design/supervision of the next phases of redevelopment. The resulting Design should demonstrate a staged approach for the redevelopment of the school. The Design will include: Demolition and replacement of the Main Block (A) Demolition and replacement the Tech Block (H) Provision of teaching spaces and non-teaching space to entitlement New fitout/ repurposing of Arts Block. Rationalisation of temporary blocks I, J, L4 and E (approx. 60yrs old) The MoE is now engaging a Consultant to undertake the Quantity Surveying services required to deliver the design, construction and handover phases of the above mentioned Redevelopment Project. It is intended that the appointed QS forms a key part of the project team, working collaboratively while providing strategic advice to The Ministry.",Not Awarded,Procurement to be completed on new GETS process on account of new scope of works at Christchurch Girls' High School.,0,20250410 Ministry of Education - School Infrastructure,25947937,Request for Tenders,Open Competition,Main Building Contractor for ILE Upgrade to Blocks 1 & 5 at Russell Street School,225126,20220617,20220722,20221108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Russell St School Board of Trustees is seeking a Building Contractor to carry out construction works as per Team Architects PN Ltd design for Blocks 1 & 5 ILE Upgrade.,Awarded,"Single Bid Contractor has done previous work at the school Project required re-scoping to be approved.",501421,20250410 Ministry of Education - School Infrastructure,25949462,Request for Tenders,Open Competition,Main Contractor for Internal and Outdoor Learning Areas Project at Murihiku Young Parents' Learning Centre,229481,20220620,20220728,20220818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Murihiku Young Parents Learning Centre (MYPLC) is a school for teenage parents, under the governance of James Hargest College in Invercargill. The centre is located at 55 Isabella Street in Invercargill. This project incorporates the following works (brief summary): Block A: - Replacing external windows and doors. - Asbestos removal / sealing the subfloor and installing underfloor insulation. - A small extension to an existing deck and veranda. - Amending the entry stairs at the side entry. - Replacement canopy screens (provisional sum item). - Minor accessibility and compliance improvements. Block B - Creating some flexible learning spaces and a new opening between two classrooms with breakout spaces - A new proprietary canopy to provide a covered outdoor learning space. - Ventilation improvements. - Additional heat pumps and replacement heat pump condenser units which will be relocated to the ground. - The creation of new parking spaces. - Painting of the teaching spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25950446,Request for Tenders,Open Competition,Central Hawkes Bay College - Block H Seismic Upgrade,,20220621,20220804,20230208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,Nimon Street,,Awarded,,727120,20250410 Ministry of Education - School Infrastructure,25954761,Request for Tenders,Closed Competition,"Main Contractor for Turf, Canopy and Fence installation at TKKM o KAIKOHE",,20220622,20220718,20230523,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"Canopy construction Design of a new permanent canopy structure over the existing hard-court area Court size: 35m x 20m The design is to be durable, fit for purpose, easily maintained The school would like to consider design solution to prevent bird nesting (if possible) Allowance is to be made for the following Supply and installation of new hot-dipped galvanised structure with PVC tensile membrane roof (or other, depending on proposed design) All associated ground works Allowance for stormwater connection Supply and installation of post covers Supply and installation of lighting and associated power connection Supply and installation of speakers Turf installation Design and installation of new synthetic turf surface, considering the following requirements: Netball court Basketball court Handball court Tennis court Volleyball court If all courts are not possible priority is to accommodate Netball, Basketball and Tennis Allowance for new basketball hoops, netball hoops, nets etc Fence installation Supply and installation of new chain-link fence around the perimeter of the court at an appropriate height (based on existing section of the fence along the road) The fence is to be reinforced by timber at the bottom with middle rail if required, ensuring appropriate durability for use around the court The fence is to accommodate fire evacuation routes requirements as per the attached fire report please not the exits can be moved, and report reviewed if needed to accommodate the existing footpath etc",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25954977,Request for Tenders,Open Competition,Main Building Contractor for Block J Create Flexible Learning Spaces at Fernworth Primary School,21-058,20220622,20220722,20220818,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Fernworth Primary School Board of Trustees is looking for an experienced main Contractor to complete remodelling works to two adjoining classrooms at their School. The proposed scope of works includes demolition of existing adjacent offices to create break-out learning areas, as well as the formation of a new wall opening between the two classrooms to allow more flexibility in the two teaching spaces, and to provide a larger gathering space for whanau based community events with good connection of outdoor flow to the exterior quadrangle.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25955999,Request for Quotations,Closed Competition,Request for Quote for Tongariro School - Redevelopment - Main Contractor,CW2022-064,20220622,20220722,20220909,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Rationalisation of blocks A, B, C, D, E, H, U and Aux 2, 5, 6, 7, and the resulting landscape and carpark repairs, refurbishment of existing Gym changing rooms/toilets, Admin learning spaces. Refurbishment of Blocks O and P to DQLS standards. A demolition memo will be completed, rationalisation of these building will not be undertaken until all construction is complete. This therefore may be up to 2 years away as Block L will need to be resolved before the older infrastructure is removed. Phasing is as per the architectural plan, with Blocks O&P undertaken first then the refurbishment of the Gym and Admin in conjunction with the removal of the blocks A, B, C, H, U (2,5,6,7). Blocks D&E will be retained to provide decant space for the separate contract on Block L. Operational school site, extensive planning by the school, MoE and the Contractor will be required to ensure a safe & functional environment is established at all times.",Awarded,"This contract was awarded to Stead Construction Limited and began on 3rd October 2022. The term of this contracts is until final completion of the project, forecast to be in October 2023. It is intended that the value of the contracts resulting from this procurement will be within value band: $5,000,000 - $10,000,000.",0,20250410 Ministry of Education - School Infrastructure,25958624,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, SIP/LSM/WT combined - Refurbish Administration, Discovery School, Porirua",5446,20220627,20220728,20230119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to remediate weathertightness failings to an area of the administration block added around 1995, to refurbish the staff room and undertake alterations to develop a universal bathroom. The three separate packages of work have been combined to make it a more attractive tender opportunity and minimalise disruptions to the school. The weathertightness remediation will reconstruct the identified area on the existing concrete slab and include for reforming the roof to remove flat areas. Refurbishment of the staff room will include an addition, relocation of the kitchen and some minor alterations to the administration. To address learning support modifications a new universal bathroom will be developed, with consequential alterations to staff toilets and the medical room. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,"Awarded to PBJ Construction, it is intended that the value of the contract resulting from this tender will be within $500-$1M.",0,20250410 Ministry of Education - School Infrastructure,25959596,Request for Tenders,Open Competition,Main Contractor for Classroom refurbishment at Anchorage Park School,,20220623,20220726,20221004,,Sole Agency,No,All submissions to be made through the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block 6 Classroom Refurbishment at Anchorage Park School. There are 5 teaching spaces where the Ceilings, Lighting, Distribution Boards, Floor coverings and wall coverings have reached end of life and require replacement. The scope will also include the supply and install of 5 x new heatpumps and installation of a hot water supply to 3 sets of boys and girls toilets.",Not Awarded,Tenders exceeded available budget,0,20250410 Ministry of Education - School Infrastructure,25959707,Request for Tenders,Closed Competition,Main Contractor for 2: Classroom Modifications at Clarkville School,3321-22-01,20220623,20220720,20220728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Clarkville School would like to upgrade an existing 2 classroom block to include a new breakout space and wet area, an upgrade of existing toilets and new floor/wall linings. These works will include some earthquake repairs to the building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25960115,Request for Proposals,Open Competition,Main Contractor for Learning Support Vision Upgrades at Horowhenua College,,20220623,20220804,20230902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Wea re looking for submissions from Main Building Contractors for the Learning Support Vision Upgrades at Horowhenua College,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25960264,Request for Proposals,Closed Competition,CW2022-045 Hamilton Girls High School Lead Design Services,CW2022-045/MOE08382,20220623,20220721,20220916,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Hamilton Girls High School - Lead Design Services (the Services). Please refer to the RFP.",Awarded,"This contract was awarded to DCA Architects Ltd and began on 3 October 2022. The term of this contract is until final completion of the project, forecast to be in March 2027. It is intended that the value of the contracts resulting from this procurement will be within value band: $1,000,000 - $5,000,000",0,20250410 Ministry of Education - School Infrastructure,25960665,Request for Tenders,Open Competition,"B, C: Electrical Distribution Board, Wiring & Outlet Replacements, Heating Replacements, AMS-B Acoustic & Lighting DQLS & Breakout Space, Floor Covering Replacement at Elsthorpe School",227301,20220622,20220718,20221116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Replacement of end of life wiring, outlets, and distribution boards which no longer meet electrical standards/regulations. Work required to maintain electrical system integrity/safety. Replacement of end of life heating systems DQLS Upgrade of Block B Classroom acoustics and lighting Replace end of life floor coverings Create shared breakout space",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25962189,Request for Tenders,Open Competition,Hokitika Primary School - Main Contractor for Classroom & Toilet Refurbishment,,20220622,20220815,20220923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Hokitika Primary School Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the Refurbishment of Block I and the toilets in Blocks B & C. Hokitika Primary is located on Park Street in Hokitika. The programming of works will be determined in consultation with the Contractor, however, Block is required to be completed in isolation and before any other works. Please refer to attached tender documents as listed in section 1.8 of the attached RFT for further information. Once all RFT's are evaluated and respondents have been notified, we expect to commence construction late August 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25962351,Request for Tenders,Open Competition,"Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Ohau School, Levin",Ohau School,20220623,20220722,20221123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ohau School, Levin are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Replace spouting & Flashing. Block B: Replace iron roofing, timber repairs if required, insulation if required, replace clearlite. Block F: Replace tex screws and washers. Block K: Replace clearlite, replace ridge flashing. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,"Due to budget constraints and this been way over budget, the MoE are working with the school to discuss the current scope and possibility of seeking another quote and reviewing completion of the most serious roofs in the first instance.",0,20250410 Ministry of Education - School Infrastructure,25962695,Request for Tenders,Closed Competition,"Main Building Contractor - Matatoki School - Refurb & Ext. to Admin and Refurb to A, C & D Blocks",,20220705,20220801,20230210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The majority of the school is well maintained; however, the specialist reports and condition assessment reports have identified areas which require attention to meet the schools pedagogy and strategic vision. To meet these goals, funding has been directed to accelerate the modernisation of the schools teaching and learning environments to Block A, D and the outdoor learning environment to support a more collaborative approach to learning and teaching, with the installation of covered decks between Block A, B and D. Roofing across the school will be upgraded, and replacement of clear light with a trafficable type, refurbishment to toilets, and also the refurbish admin/office and extend to a larger more suitable space for staff and principals office. Stage 1: Block B (Admin) Stage 2: Block A & D (Reroof), Block A (Toilet Internal Refurb)",Not Awarded,All tenders recieved outside of expected price band,0,20250410 Ministry of Education - School Infrastructure,25965577,Request for Tenders,Open Competition,Main Contractor for Classroom refurbishment at Pacific Advance Secondary School,,20220627,20220720,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees of Pacific Advance Secondary School is looking for a main contractor for upgrade works to classrooms, foyer and hallway.",Not Awarded,Due to the Tender substantially exceeding the available funding the Tender will not be progressed.,0,20250410 Ministry of Education - School Infrastructure,25968764,Request for Tenders,Open Competition,Main Contractor for Blocks N&O Cladding Remediation and Blk B Classroom Refurbishment at Kapiti School,,20220627,20220804,20230403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The BoT at Kapiti School wish to procure the services of an experienced Main Contractor to undertake construction works on 3 blocks at the school. The 3 areas of work are Recladding Block N a two-classroom relocatable block Recladding Block O the school Assembly Hall Internal refurbishment of two classrooms in B Block The BoT also reserve the right to introduce internal alterations to create a new universal bathroom on site at a later date. Project consultants are: o Project Manager: Ian Rattray o Quantity Surveyor: Ally Paine o Lead Designer Cladding Projects Resolve It Architects o Lead Designer B Block Upgrade Redesign Architects The Contract Works required are: The construction works include the following scope o Recladding of 2 buildings include stripping existing cladding and window removal and reinstatement with new materials. o Temporary weather protection scaffold and hoardings o New exterior window and door joinery o Make Good to internal wall surfaces and trim o New roof cladding works o New eaves details o Internal refurbishment of 2 classrooms in B Block including new floor, wall and ceiling surface finishes, trim and joinery. o There will be minor floor plan alterations requiring partial demolition of some partitions and the construction of some new partitions. o All associated services work The works are expected to be in the $1.2 - 1.3 million price range. The works are funded from separate funding streams so we will be requiring separate pricing for each section of the work. We require the B Block Upgrade work to be priced separately to the Blks N&O reclad, We have provided a split Schedule of Prices to assist in this requirement The works will need to be staged as the school can only vacate one area at a time. Sequencing will be agreed with the preferred supplier once we establish the final construction programme. An indicative construction programme is to be provided with the tender submission",Awarded,Both respondents where deemed to be equal on their non priced attributes. Multibuild offered the bet price and was awarded the contract on this basis,0,20250410 Ministry of Education - School Infrastructure,25970414,Request for Tenders,Open Competition,Main Contractor for Block A Corridor Remodel at Woodlands Full Primary School,22-020,20220628,20220729,20220830,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Woodlands Full Primary School Board of Trustees are looking for an experienced main Contractor to help deliver a remodelling project to the School's main Corridor behind their 4 x teaching spaces. The proposal includes the replacement of 4x classroom internal doors into corridor with new (widened) aluminium doors & frames with sidelights, remodelling of corridor with new wall fabric linings, aluminium windows, floor coverings and resource storage joinery units, with associated electrical and mechanical make good reinstatement. Also included is the replacement floor coverings to an adjacent boys' toilet area. The scope of work is basic in nature. As such the project is based on a design brief & site plan scope of works. Contractors will be engaged on a ""design build"" basis, therefore those with previous MOE experience familiar with MOE building guidelines and material specifications & finishes are sought.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25971259,Request for Proposals,Closed Competition,Request for Proposals for Te Kura Kaupapa Maori o Te Ara Whanui - Master Planning & Potential Additional Lead Design Services,MOE18004 / CW2022-061,20220623,20220729,20220907,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Proposals for CW2022-061 Te Kura Kaupapa Maori o Te Ara Whanui (the School) Roll Growth Project Master Planning and Potential Additional Lead Design Services MOE18004. Te Ara Whanui requires Master Planning services for a upcoming Roll Growth Project for the construction of 14x teaching spaces. The Ministry intends to appoint a Master Planner and continue on with them for the remaining Lead Design stages subject to conditions being met. Tenderers should detail their response to the project for all Lead Design stages, however only pricing for the Master Planning stage has been requested. Please note that a 2x stage evaluation process is being conducted, where the highest ranked tenderers will be invited to present in support of their proposals to a select group of school representatives as well as the Ministry's evaluation team. A tender site visit has been scheduled for 11:00am 30 June 22. Attendees are to register via the GETS Q&A function with a minimum of 24 hours notice. Attendees are to meet at the school office. All questions should be directed via the GETS Q&A function.",Awarded,"This contract was awarded to Studio of Pacific Architecture Limited and began on 19th September 2022. The term of this contract is until end of Master Planning stage, forecast to be in December 2022. Noting that the Ministry of Education reserves the right to consider re-engaging the appointed Master Planner to provide additional Lead Design services. It is intended that the value of the contract resulting from this procurement will be within value band: $250,000 - $500,000.",0,20250410 Ministry of Education - School Infrastructure,25971898,Request for Tenders,Closed Competition,Main contractor for various refurbishment works at Aranga School,,20220628,20220812,20230412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. This project will deliver three separate projects, under one contract (as per the attached draft). Project 1: 1,2,3,4,1A Pool, Roofing Works Project 2: 2, AMS,5YA Combo Deck Replacement Project 3: 1,3,1A refurbishments",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,25973113,Request for Tenders,Closed Competition,Tauranga Intermediate School B C Block,TIS16,20220628,20220721,20220919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This is the re-issued documents for re-tender of Block s B & C,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25974332,Request for Tenders,Closed Competition,Brookfield School Administration upgrade/ refurbishment,BRK06,20220628,20220720,20220919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25976626,Request for Tenders,Open Competition,Roofing Works at Glenview School (Hamilton),,20220704,20220729,20221215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The 10YPP for the School has a project for Amalgamated works, combining various roofing maintenance works required to various blocks on site. The School desires its roofing to be in good condition to service the School This is a P2 Essential infrastructure project in the 10YPP The project timing must be co-ordinated with the school to minimise disruption to the School and its students etc. The Contract Works required are: Block AA, Admin : Polycarb skylight to be replaced with new, with mesh cover under Block ANC 1, Pool change Rooms : Replace translucent sheeting with trafficable MOE compliant sheeting, and mesh under Block E : Replace translucent sheeting with trafficable MOE compliant sheeting, and mesh under Block F: Replace Roofing, Flashings, Spouting and Downpipes Block G : Replace Roofing, Flashings, Spouting and Downpipes Block K : Replace translucent sheeting with trafficable MOE compliant sheeting, and mesh under Block K : Replace Roof Ridge Block L : Replace membrane gutter, with TPO and install backtray barge flashing",Not Awarded,"The tender has not been awarded as it exceeded the Budget set in the 10YPP. Additional funding was unavailable.",0,20250410 Ministry of Education - School Infrastructure,25977203,Request for Tenders,Open Competition,Main Contractor for U Block Replacement Project at New Plymouth Boys' High School,3116.05,20220630,20220905,20230517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project background is as follows: The School Board seek to undertake external and internal refurbishment upgrades to U Block & S Block Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Stephenson & Turner NZ Limited o Mechanical Engineer: Stephenson & Turner NZ Limited o Hydraulic Engineer: Stephenson & Turner NZ Limited o Electrical Engineer: Stephenson & Turner NZ Limited o Geotechnical Engineer: BCD Group Limited o Structural Engineer: BCD Group Limited o Civil Engineer: BCD Group Limited 2.2 Required solution (method and approach) a. The Contract Works required are: i. Package 00: Civil Work (Stage 1): - New access road to be construction up the hill from Niger Tce, and connect to the existing road on the east side of Foukes pavilion. The intent is that this will be the first stage of work to be undertaken, as this new access will enable construction to take place without vehicles requiring access through the centre of the school. - Work includes stormwater disposal, and demolition of existing shed Package 04: Metalwork (Stage 2): - Relocate Electronics to current tech drawing room (See Graphics below) - Reconfiguration and refurbishment to existing Block S (current electronics room), to form new Metalwork facilities, with new addition to Block over existing ramps. Facilities consist of 2x Metal workshops, 1x new graphics, new student WC and teacher work room space - Construct an additional classroom and breakout space on the first floor so both tech drawing rooms are adjacent to each other - Form more direct access through to T Block and construct new toilet facilities. - New external envelope including new cladding, roofing, aluminium joinery - Internal refurbishment including new internal linings, flooring, lighting, electrical services Graphics (Stage 2): (To be uploaded as an addendum once RFT published) - Graphics convert to electronics, install additional power outlets, possible internal refurbishment, convert office to learning space Package 07: U Block Refurbishment (Stage 3): - Removal of asbestos containing cladding by removal specialist - New external envelope including new cladding, roofing, aluminium joinery - New fire escape stairs - Works to internal fire egress route (Still to be finalised, to be uploaded as an addendum) - Contractor will need to give an indication in their proposed solution regarding maintaining weathertightness during construction",Not Awarded,"Cost exceed budget, so alternative solutions are being investigated",0,20250410 Ministry of Education - School Infrastructure,25978137,Request for Tenders,Open Competition,Newfield Park School Block A Part Replacement of Roof,2118-21-02,20220630,20220725,20220902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Newfield Park School is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is September 2022 and the indicative completion date is December 2022. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,634449,20250410 Ministry of Education - School Infrastructure,25982780,Request for Tenders,Closed Competition,National School Condition Assessment Services,MOE16001,20220630,20220721,20220824,,Sole Agency,No,,"The Ministry will be seeking to engage up to five suppliers to provide condition assessment services for our national roll-out. This will kick off an ongoing programme of work to assess state schools across New Zealand over the next few years, starting with about 330 schools within the first six months. Suppliers will be required to deliver complete, reliable, and accurate condition data, following the Ministrys process. Assessors will visit each school and visually inspect all buildings and site-wide infrastructure. They will record all data according to our framework using a mobile application provided by the Ministry. Data will be submitted to the Ministry virtually through the collection tool once each school has been completed and reviewed by the supplier. Our approach is designed to provide enough detail to support decision-making at the school and building level, while remaining high-level enough to be scaled across a large portfolio and support regional, catchment, and portfolio analysis.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25982839,Request for Quotations,Closed Competition,Request for Quote for Foxton School (the School) Weathertightness Remediation of classrooms and new Admin block Main Contractor,,20220707,20220831,20230113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Demolition of the existing Admin Blocks and leaking extensions of the main block ii. Weathertightness remediation of the Main Block iii. Construction of a new Admin Block iv. Internal refurbishment of the classrooms v. Construction of an outdoor learning space vi. The size of the project is of medium size and the work will have to be carried out whilst the School is still operating. Preferred Contract Works completion: 30 June 2023 SITE VISIT TBC",Not Awarded,"Following a procurement process, the Ministry has not awarded a contract for this procurement CW2022-052 Foxton School Main Contractor Services RFQ.",0,20250410 Ministry of Education - School Infrastructure,25985321,Request for Tenders,Open Competition,"Main Contractor for the Blocks A,B,C,T Heating Replacement at Waitakere College",,20220630,20220726,20221128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Waitakere College Board of Trustees are seeking a Main Contractor for the Blocks A,B,C,T Heating Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25985587,Request for Tenders,Open Competition,"Main Contractor for the Blocks A,B,C,E,G,M,Lib,J,T,U Lighting & Distribution Boards Replacement & Install RCD's at Waitakere College",,20220630,20220726,20220822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Waitakere College Board of Trustees are seeking a Main Contractor for the Blocks A, B, C, E, G, M, Lib, J, T, U Lighting & Distribution Boards Replacement & Install RCDs.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25990909,Request for Tenders,Closed Competition,Main contractor for refurbishment works at Opua School,,20220707,20220805,20221125,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"i. Various refurbishment works including (but not limited to) the following works in multiple blocks: (a) Internal refurbishment works (b) Electrical upgrade (c) Window and door joinery replacements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,25991265,Request for Tenders,Open Competition,Main Contractor for the Refurbishment of Block S at Edgewater College,,20220701,20220726,20230216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Edgewater College is looking for a main contractor for the modernisation and interior refurbishment of their Science Block, Block S. The intent is to start site works as early as October 2022 to ensure the teaching spaces are ready to be used in time for Term 1 2023.",Not Awarded,"Due to budgetary constraints, the School is reassessing and re-prioritising the scope of work for Block S ILE. We appreciate the tenders' time putting together the response to the RFT and to PTCs. The project will be re-tendered with a new scope of work in due course.",0,20250410 Ministry of Education - School Infrastructure,25992128,Request for Tenders,Open Competition,"Closed Tender : Selected Main-Contractors : Blocks 1, 2A,3, 6, 6A, 8 Wall Linings & Carpet Replacement : Somerville Intermediate School, Auckland.",,20220705,20220804,20221103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Request for Tender are sort for Building Main-Contractors to price the supply and installation works for the new Carpet & Wall Lining Replacement project at Somerville Intermediate School, Auckland. The existing wall and carpet materials have reached the end of their lifecycle and become old and require replacement with new finishes. This project will require site visits and the appropriate site measures to determine the supply and installation of the required materials. A scope of works will be provided, see attachments. The project will be staged over two school holiday periods ( October and December 2022 ) This is a closed tender to those who have regestered through the previous GETS ROI # 25533505. All documentation will be prepared by the school representative consultant, to NZ Safety Codes and MoE standards. All procedures to comply with MoE property legislation.",Awarded,,226156,20250410 Ministry of Education - School Infrastructure,25993039,Request for Tenders,Open Competition,"Main Contractor for Replacement Building, Kitchen and Canopies at the Invercargill Activity Centre",229417,20220705,20220729,20221117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Invercargill Activity Centre (IAC) is a small school which caters for secondary school students who are at risk of disengaging from mainstream schooling. The school operates under the governance of James Hargest College in Invercargill. The centre is located at 78 Lowe Street in Invercargill. This project incorporates the demolition of the existing woodwork classroom, garage and storage shed and replacing these with a new classroom & adjoining storage area. In the main building there is also a refurbishment to the domestic style kitchen, new doors to the outside and a new proprietary style canopy. There is also some minor site fencing/gates around the new building.",Not Awarded,"Tenders received were all above the project budget. Additional funding being sought, and works will be re-tendered with some works deferred/deleted.",0,20250410 Ministry of Education - School Infrastructure,25993163,Request for Tenders,Open Competition,Rangitikei College Main Building Contractor for the upgrade of the Performing Arts Space,206624,20220706,20220802,20221202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,49 Victoria Avenue,"Rangitikei College is upgrading their Performing Arts Space and Staff Toilets located in Block 1. The upgrade will provide for opening up the spaces for better access and greater functionality. Located in this block is the existing old staff toilets which will be reconfigured and modernised. It is planned that construction will be completed during the end of 2022 through to mid-2023 and it is predicted to be a 46-month construction period.",Not Awarded,No responses were received,0,20250410 Ministry of Education - School Infrastructure,25996758,Request for Tenders,Open Competition,Main Contractor for Block C Refurbishment of T10 Engineering Room at Long Bay College,,20220705,20220728,20221125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Long Bay College Board of Trustees are seeking a Main Contractor for the Block C Refurbishment of T10 Engineering Room,Awarded,,0,20250410 Ministry of Education - School Infrastructure,25997215,Request for Tenders,Open Competition,Main Contractor for Design Supply and Install of Covered Outdoor Learning Area at Panmure Bridge School,,20220707,20220801,20230407,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26000294,Request for Tenders,Open Competition,"Main Building Contractor for Block A Alterations & Refurbishment at Tawhiti School, Hawera",Tawhiti School,20220719,20220817,20240822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Tawhiti School are seeking a suitably qualified Main Building Contractor to carry out Alterations and Refurbishment to Block A. The Contract Works required are: The proposal to open up walls between classrooms, Install new doors opening on to deck area. Remove wall between CR1 and Store 7 to open up classroom. Open space adjacent to girls toilet to become wet area with new sink bench and vinyl flooring. Upgrade lighting to comply with MoE lighting for schools. Install new floor coverings, wall linings and acoustic ceiling. Remodel boys toilets to provide 3 x self-contained toilet stalls. Convert girls toilet into breakout space with double glazed stacker doors. Underfloor insulation. Provide RCD protection to distribution boards to meet current standards. Install heat pumps for heating and cooling. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26002039,Request for Proposals,Closed Competition,Orakei School Roll Growth - Design and Build Services,MOE16319,20220704,20220725,20220823,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for Design and Build Services required for the Roll Growth project at Orakei School.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26002465,Request for Tenders,Closed Competition,"RFT for Main Contractor for Wall and Floor Coverings Replacement, Window Joinery Replacement, ILE Upgrades at Selwyn Park School",233354,20220713,20220803,20220927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remove existing pinboards throughout admin and replace with Autex Composition, Vinyl Replacement to Sickbay and Cleaners Cupboard, Carpet Replacement to Rooms 5-7, Window Replacement to Rooms 5-7",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26003588,Request for Tenders,Open Competition,"Main Contractor for Refurbishment and Modernisation of A Block Classrooms at Ashbrook School, Opotiki - AAC 100",215911,20220718,20220824,20230223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ashbrook School are seeking a suitably qualified Main Building Contractor to carry out and Refurbishment and Alterations to Block A. This project (Contract AAC 100) must be read in conjunction with Contract AAC 101 The Contract Works required are: New openings will be created between Rooms 3 and 4. A new lintel will be created to support the opening and supply and install new stacking slider doors, The non-compliant fire exit doors leading out to the deck from each of the 4 classrooms are to be taken out and replaced with new. Bifold doors will be installed into each of classrooms. The existing electrical cabling needs to be installed behind wall linings and old trunking removed, new power points and switches to be installed. All wet areas will be refurbished, including sinks, counter tops and fixed cupboards New fixed whiteboard cupboards systems will be installed into all 4 classrooms. These will be purchased by the Principal All tender documentation and necessary information attached. Contractors must visit site. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26003940,Request for Tenders,Open Competition,Main Contractor for Mould Remediation Work in A Block at Ashbrook School - Opotiki - AAC 101,234166,20220718,20220824,20230223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ashbrook School are seeking a suitably qualified Main Building Contractor to carry out the Remediation and Refurbishment of A Block This project (Contract AAC 101) must be read in conjunction with Contract AAC 100 The Contract Works required are: A re-roof of the whole block will be completed with all skylights taken out, roofed over and the internal space made good. The internal gutter will be re-designed and TPO will be installed throughout the front roof section to create a seamless roof line. The existing pergola to be dismantled and a new covered pergola to be erected The external wall in the administration office will be demolished and reinstated. A new wall with exterior window and new floor in this area will be completed as part of this works. The administration area has been re-designed to be more practical and efficient with the space. All the ceilings will be removed and replaced. This is throughout the whole block. Removal is necessary to identify if any deterioration to the sarking under the roof line. Damaged soffits and weatherboards in identified areas around the block will need to be replaced. A new office will be created in a void space next to the Principals office. This will be the new LSC office. All painted surfaces will be sanded back, sealed and repainted, this includes all exposed woodwork, all skirting, scotia, window and door trims and ceilings. Replacing all wall and floor coverings throughout the block. The main electrical board needs to be replaced. All radiators will be taken out and capped off under floor level. All tender documentation and necessary information attached. Contractors must visit site. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26006613,Request for Proposals,Closed Competition,Request for Proposals for Aotea College (the School) Roll Growth Project Quantity Surveyor and Engineer to the Contract services,CW2022-025,20220705,20220726,20220920,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Aotea College (the School) Roll Growth Project Quantity Surveyor and Engineer to the Contract services (the Services).",Awarded,The contract has been awarded to AECOM New Zealand Limited and started in September 2022. Price Band: $0K - $10K.,0,20250410 Ministry of Education - School Infrastructure,26008243,Request for Quotations,Closed Competition,Riverlands School Urgent Fencing Main Contractor,MOE18296,20220706,20220727,20220930,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Riverlands School Urgent Fencing Main Contractor A student has an extensive history of running out of classroom and often attempting to leaving school by running across the road. The entrance to Riverlands school is not sufficiently fenced to stop him leaving and the roads around the school are State Highway 1 which has a 70km/hr speed limit. There is a community hall at the corner of Alabama Road and School Road which the student has run to many times across from the hall is a meat processing plant where large trucks access the plant daily. There is also no fencing along the railway line past this area. This procurement is for appropriate urgent pool fencing to ensure the child does not run out of the school grounds.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0-$250,000",0,20250410 Ministry of Education - School Infrastructure,26008319,Request for Tenders,Open Competition,Main Contractor for the Shade Structure and Turf Project at Mount Eden Normal Primary School,,20220708,20220809,20221125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mt Eden Normal Primary School Board of Trustees are seeking a Main Contractor for the Shade Structure and Turf Project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26016478,Request for Tenders,Closed Competition,Kirkwood Intermediate School CSR Redevelopment Main Contractor,MOE18034,20220708,20220902,20230125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Kirkwood Intermediate School CSR Redevelopment Main Contractor The Project background is: i. Kirkwood Intermediate School is part of the Christchurch Schools Rebuild (CSR) Programme. The school provides education for year 7 and 8 students, as well as being a technology provider to other schools. The project scope includes: Refurbishment of existing blocks 1-4, to improve heating, ventilation and lighting in the spaces including removal of radiators and the installation of heat pumps. Construction of a new library. Electrical upgrade for area with blocks 1-7, including new MSB. Refurbishment of existing library (block 1) to create a new staffroom and refurbishment of admin space, including reconfiguring rooms and toilets. Install heat pumps to technology blocks (5-9). Replacement of louvre windows with double glazed windows (Blocks 1-4). Refurbishment of the hall kitchen and toilets (Block 1). Address any identified weather tightness issues. Structural strengthening to some blocks. Remediation of both stormwater and sewer drainage, as required Create an outdoor learning area by adding a veranda to Blocks 2, 3 & 4",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,26017897,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block C Refurbish Classrooms, Replace Roof Coverings, Dyer Street School, Lower Hutt",5583,20220711,20220811,20221215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Dyer Street School is actioning a bundled 5YA and AMS project which combines roof coverings replacement and interior refurbishment of the Block C classrooms. The Block C refurbishment will look at DQLS improvements to three teaching spaces, some minor cladding renewal will be actioned and the translucent roofing to the front covered walkway will be changed to a flame retardant and trafficable product. The scheme will be traditionally executed with a full design team employed by the Dyer Street School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings Ltd, anticipated completion of 31.03.23. It is intended that the value of the contract resulting from this tender will be within $100k-250k.",0,20250410 Ministry of Education - School Infrastructure,26018248,Request for Tenders,Closed Competition,Registration for Tenders - Main Contractor for Learning Support Property Modifications Fencing at Temuka Primary School,,20220708,20220729,20220921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,To provide higher and more secure fencing to the road boundary and to provide better internal fence management options at the school.,Awarded,The contract was awarded to Axiom Build Ltd,0,20250410 Ministry of Education - School Infrastructure,26018598,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Classroom/Toilet Refurbishment & LSC Office, Pomare School, Lower Hutt",5742,20220712,20220816,20230131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Pomare School has a range of internal refurbishment and general infrastructure improvement projects in its 10 Year Property Plan. It is hoped by bundling the major items that a range of efficiencies from design and procurement through to construction can be made. The school has also been provided with separate capital funding to create a dedicated office space for Learning Support Coordinator functions. The scheme will be traditionally executed with a full design team employed by the Pomare School Board of Trustees producing full construction documentation. Asbestos Survey will be loaded via NTT once received. PLEASE NOTE: 3 SEPARATE PRICE SCHEDULES REQUIRED",Not Awarded,Project on hold as major capital redevelopment now being planned.,0,20250410 Ministry of Education - School Infrastructure,26019114,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, LSM Accessible Bathroom, Waikanae Primary School, Kapiti Coast",5876,20220711,20220811,20220921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A recent learning support modifications report has identified the need for a full size universal bathroom facility. A design solution would see the existing student toilets located in Block N significantly modified and consolidated with a bathroom created in line with MoE design guidelines. The project would provide students with self contained unisex toilet cubicles for general use. The scheme will be traditionally executed with a full design team employed by the Waikanae Primary School Board of Trustees producing full construction documentation.",Awarded,Awarded to The Licensed Handyman starting 17.10.22 with anticipated completion date 01.07.23. It is intended that the value of the contract resulting from this tender will be within $100-$250k.,0,20250410 Ministry of Education - School Infrastructure,26021372,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1,2,3,4 Internal DQLS Upgrades & Creation of ILE & Outdoor Learning Spaces at Rowandale School",,20220712,20220805,20221003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Rowandale School are requesting the construction services of a suitably qualified contractor to carry out internal DQLS upgrades, creation of an ILE and outdoor learning spaces for blocks 1, 2, 3 and 4. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday the 19th of July at 11am Site Visit 2 Tuesday the 26th of July at 3:30pm Site Visit 3 Tuesday the 2nd of August at 3:30pm",Awarded,,457587,20250410 Ministry of Education - School Infrastructure,26023252,Request for Tenders,Closed Competition,Request for Tenders for Inglewood Primary School - Driveway Replacement - Main Contractor,MOE18331,20220715,20220808,20220909,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required involve the replacement of the existing School Driveway located at Inglewood Primary School: The 85m driveway is the main entrance for the school and the only vehicle access. The scope involves removing the existing laying new substrate and asphalt surface. Works are required to be completed during the Term 3 holidays (Saturday 1 October to Sunday 16 October 2022). Further information is provided in the Tender Documentation.",Awarded,"This contract was awarded to Tuara Roading Civil Limited and began on 19 September 2022. The term of this contract is until final completion of the project, forecast to be in October 2022. it is intended that the value of the contract resulting from this procurement will be within value band $50-$100k.",0,20250410 Ministry of Education - School Infrastructure,26027146,Request for Tenders,Open Competition,Main Contractor for the Block U Partial Hall Refurbishment at Papakura High School,,20220713,20220808,20221010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papakura High School are requesting the construction services of a suitably qualified contractor to carry out a partial hall refurbishment in block U. Block U was built in 1955. Please Note: Upon attending a site visit you will be able to go over the job accurately with the point of contact. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please RSVP using the Question and Answering GETs System. Site Visit 1 Wednesday the 20th of July at 3:30pm Site Visit 2 Wednesday the 27th of July at 3:30pm Site Visit 3 Wednesday the 3rd of August at 3:30pm",Awarded,,114210,20250410 Ministry of Education - School Infrastructure,26031868,Request for Tenders,Open Competition,Head Building Contractor for AMS combined project Block 1 and 2 Rooms 22-27 DQLS upgrade at Edendale School (Auckland),211588,20220712,20220905,20221121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Edendale School (Auckland) want to secure the services of a Head Building Contractor to carry out refurbishment works in Block 1 and 2 in classrooms 22-27 according to the plans attached to the tender documents.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26032207,Request for Tenders,Closed Competition,Main contractor for toilet refurbishment at Horeke School,,20220713,20220803,20220808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,"2 Cobham Road, Kerikeri","i. Block 1: Toilet Block Refurbishment Replace wall & floor linings Insulate walls Replace exterior joinery Replace partitions Replace fixtures Add HWC to supply kitchen with hot water ii. Block 2: Accessible Toilet Refurbishment Replace flooring linings Replace joinery Replace fixtures",Not Awarded,No responses received via GETS,0,20250410 Ministry of Education - School Infrastructure,26032360,Request for Tenders,Closed Competition,Head Contractor for Design and Build one modular classroom at Torbay School,236827,20220712,20220808,20220825,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,"The BOT at Torbay want to replace classroom 7 with a new Modular classroom. This is part of Torbay School current 5YA Programme to which the approved. The MOE have required the BOT replace the current classroom with a MOE approved Modular Classroom design. A site visit is required and you can do this through the GETs question answer function.",Not Awarded,There were no submissions received,0,20250410 Ministry of Education - School Infrastructure,26034492,Request for Tenders,Closed Competition,Oxford Area School Redevelopment Demolition and Enabling Works Package,MOE18303,20220713,20220815,20220928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Oxford Area School Redevelopment Demolition and Enabling Works Package The Project background is: i. The overall redevelopment project at Oxford Area School consists of demolition of several buildings on site (the existing Science, Technology and Admin Blocks and the Senior School) and construction of two new buildings; Block A and Block B. Block A, situated at the school entrance, will house the Administration, Library, Science, Food Tech and Senior School classrooms and Canteen. Block B will house Technology spaces. ii. An early Demolition and enabling works package for this project is intended to commence in Jul 2022 and completed in Dec 2022 in parallel with the remaining design, procurement, and consenting activities. iii. Site Enabling Works, and Admin Block Demolition, Enabling Works will involve site wide civil works to disconnect the Admin Block from the campus ICT, electrical and water network, for which it is currently a central hub. iv. The outcome sought for this project is for the demolition and enabling works services to Oxford Area School to be completed within the required timeframe to allow the main contract works to commence in Q1 2023",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,26036859,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 10, Weathertightness Remediation, Gracefield School, Lower Hutt",5321,20220715,20220816,20230307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project is to remediate weathertightness failings to Block 10 at Gracefield School. Block 10 was a new build stand alone building completed around 2010. The structure was clad with Shadowclad plywood with poorly resolved window and door penetrations along with insufficient ground clearances. A recent weathertightness reinvestigation report has identified the following key works to be undertaken: Replace all the external wall cladding with a new drained and ventilated cavity and including new insulation Remove and reinstall existing windows with new reveals fitted and openings flashed Enabled suitable ground clearances by constructing concrete wall nibs Replace all corroded structural bottom plate fixings, any damage timber framing or apply insitu treatment to timber. This procurement looks for a professional building contractor that can employ appropriately experienced staff, competent sub contractors and proven suppliers to deliver a highly performing and robust refurbishment project. The scheme will be traditionally executed with a full design team employed by the School Board of Trustees producing full construction documentation.",Awarded,Awarded to Peryer Construction Wgtn Ltd,0,20250410 Ministry of Education - School Infrastructure,26042451,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Install of New Play Scape at Oaklynn Special School",,20220715,20220809,20221208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Design, supply and installation of new Play Scape at Oaklynn Special School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26042829,Request for Tenders,Open Competition,Main Contractor for Block 2 and Block Refurbishment at Oaklynn Special School,,20220715,20220816,20221207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Oaklynn Special School is looking for a main contractor for the refurbishment of Block 2 and Block 8. Block 2 is one teaching space and will be like for like life cycle replacement of window and door joinery, carpets, vinyl, ceiling tiles, lighting, kitchen joinery and autex Block 8 will be as per the architectural Drawings from KSA Architects",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26043115,Request for Proposals,Closed Competition,CW 2022-028 Te Akau Ki Papamoa - Lead Design Services for Referenced Design of Khandallah Block,CW2022-028,20220713,20220810,20220930,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Te Akau Ki Papamoa (the School) Lead Design Services for Referenced Design of Khandallah Block (the Services).",Awarded,The contract has been awarded to Ignite Partners Limited and started in September 2022. Price band is $500k-$1m.,0,20250410 Ministry of Education - School Infrastructure,26044593,Request for Tenders,Open Competition,Main Contractor for Various Roofing Works at Edgewater College,,20220715,20220809,20230822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees of Edgewater College is looking for a main contractor for various roofing works. A number of non-compliant skylights have been identified in many blocks across Edgewater College that need to be addressed. There are roofs that are due for life cycle replacement. Some roofs require targeted repairsThe intent is to start site works during the summer term break of 2022/23 and phased out so that roofing works are scheduled during the term breaks.,Not Awarded,Scope of work to be reassessed due to budgetary constraints.,0,20250410 Ministry of Education - School Infrastructure,26048520,Request for Tenders,Closed Competition,Main Contractor for Refurbishment Works at BOIIA,,20220718,20220808,20220928,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"Internal refurbishment works to the administration block, creating accessible toilet and sickbay area. The works required: (a) Demolition (b) Carpentry works (c) Internal finishes installation (d) Plumbing works (e) Electrical works (f) Fire and security wiring",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26050791,Request for Proposals,Closed Competition,CW2021-155 Request for Proposals for Te Kura Kaupapa Maori o Horouta Wananga - Master Planning Services,MOE17919,20220718,20220815,20221013,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry requires a Master Planner to provide Master Planning services for a New Build, new Kura development in Gisborne. Te Kura Kaupapa Maori o Horouta Wananga currently operates from a temporary site on the southern side of Gisborne. A new site has been identified on the north side of the city. The existing residential structures on-site will require to be demolished. The Kura is entitled to a total GFA area of 2,361 m? (based on the Ministrys Build Roll of 200 students). Total teaching spaces: 15, excluding the Gym. The Ministry has specified Reserved Rights to continue with the appointed Master Planner for remaining design services subject to conditions being met. A tender site visit will be scheduled for the week starting 18th July 2022. Previous reports have been provided.",Awarded,"This contract was awarded to MOAA Architects Limited and began on 1st November 2022. The term of this contract is until end of Master Planning stage, forecast to be in May 2023. Noting that the Ministry of Education reserves the right to consider re-engaging the appointed Master Planner to provide additional Lead Design services. It is intended that the value of the contract resulting from this procurement will be within value band: $100,000 - $250,000.",0,20250410 Ministry of Education - School Infrastructure,26059701,Request for Tenders,Open Competition,"Main Contractor for Blocks 1,2,3,5,7,11 Roof & Clearlite Replacement at Willow Park School",,20220720,20220815,20220912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Willow Park School Board of Trustees are seeking a Main Contractor for Blocks 1,2,3,5,7,11 Roof & Clearlite Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26061409,Request for Quotations,Closed Competition,Regional Resource Management Plan Services,MOE17996,20220718,20220808,20220831,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry requires a supplier to assist Schools with resource consents that are due to expire between 2022 and 2031, there are approximately 214 resource consents required with a further 71 being investigated for correct expiry dates. The renewal of these consents shall be undertaken prior to the expiry date to ensure that the unconsented activities are avoided from occurring at schools.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26063373,Request for Proposals,Closed Competition,Request for Proposal for Wainuiomata Primary School (the School) - Blocks A & B: Weathertightness Remediation and Internal Upgrades - Project Manager and Engineer to the Contract,MOE18210,20220719,20220811,20220908,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for Wainuiomata Primary School (The School) Blocks A & B: Weathertightness Remediation and Internal Upgrades Project Management and Engineer to the Contract Services (the Services).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26063860,Request for Quotations,Closed Competition,Property Valuation Services,MOE17714,20220805,20220907,20221011,,Sole Agency,No,,"The Ministry of Education, Finance & Investment, is required to carry out an annual revaluation of the Ministrys school property portfolio in order to meet financial reporting standards and Treasury requirements. The results of the valuation are included in the Ministrys annual financial statements and provide the basis for future capital funding and charges. Services required include: 1. Valuation of school property 2. Review of the Ministry Internal Revaluation Methodology 3. Inspection of properties",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26064608,Request for Tenders,Open Competition,Civil Contractor for Dalefield School Entrance Upgrades (Carterton),,20220721,20220816,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Entrance Upgrades Isolate work areas and operate under a SSSP and traffic management plan Removal of existing playground, sand pit, trees and fencing Add new asphalt car park surface with 11 car park spaces at the back entrance of the school and install a concrete curb and channel drain here also Add 5 new permanent car parks and 1 accessible car park along Thomas Road outside main entrance to the school Where the hurricane panel fencing is constructed along Thomas Road place in a concrete footpath on either side of the fence and the fences associated concrete mowing strip Install 3x new sumps and connect these up to a soak pit inside the fencing off the back car park Sitewide: Fencing Isolating work areas Allow for temporary disconnection of pipes and services, tank and compost heaps Removal of existing fencing (post and wire, chain link, corrugated iron, timber paling) and clearing of area for construction (including concrete fence wall/footing and stump grinding) Installation of both timber paling fencing (1.8M high & 125mm posts at 1.5 centres), and hurricane panel fencing (1.8M) Installation of concrete mowing strips Installation of multiple new pedestrian (x3) and vehicle (x1) gates. Leave site clean and tidy The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project manager and designer: IR Group Ltd The successful contractor will be required to sign an MOE medium works contract (template attached) When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26064984,Request for Tenders,Open Competition,Burnside High School (the School) Removal and Replacement of Existing Astro Turf,MOE18416,20220722,20220902,20221223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Burnside High School Redevelopment project has identified the need for removal and replacement of the existing Astro Turf, due to the current surface being at the end of its life span and considered no longer fit for purpose. It is intended that the project will deliver a fit for purpose Astro Turf court compatible with the sports predominately played on the courts. To Satisfactorily deliver the Contract Works, the Contractor must: 1.) Have proven experience within the last five years of working in a live school environment delivering the same or similar projects. 2.) Be the main contractor undertaking the contract works. 3.) Specialize in the delivery of Astro Turf sports courts, for school sport, or similar. The Contract Works required are: * Removal of the Astro Turf and sub surface which is thought to be asphalt (to be confirmed at site visit/briefing). The replacement Astro Turf specifications/design will be discussed at the site visit/briefing with tenderers. * Total area is to be confirmed by the Contractor. Approx: as per KM Landscape Architect 2225m2 TBC. * Provision for electrical outlets to support future flood lighting to be included as part of the finished product. * Line work/finish must accommodate the specified sports. * A solution to stop balls rolling beyond the court will need to be incorporated. * Total area is to be confirmed by the tenderers. Approx: as per KM Landscape Architect 2225m2 - TBC * Drainage to the sports court will remain as is with no additional drainage design allowed for. * All works and finishes must adhere to relevant NZ safety and durability standards. Key Elements of this project to be noted: * Burnside High School have requested this work be completed before term 4 commences. * Supplier to provide design specifications for replacement Astro Turf. * In-ground/Contamination Unknown.",Awarded,"It is intended that the value for this tender will be within $250,000 - $500,000.",521963,20250410 Ministry of Education - School Infrastructure,26066396,Request for Tenders,Open Competition,Main Contractor for UO:HVAC Provision at Tahatai Coast School,231640,20220720,20220815,20220819,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26068090,Request for Tenders,Closed Competition,"Main contractor for various refurbishment works Blocks 1,2 & 6 Internal Refurbishments at Mangakahia School",,20220721,20220812,20220930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"2 Cobham Road, Kerikeri","The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. This procurement relates to Blocks 1,2 & 6 internal refurbishment works. (a) Ceiling linings replacements and associated painting (b) Floor coverings replacement (c) Internal refurbishments of Block 6 (i) Window joinery replacements (ii) Wall linings and wall coverings replacements (iii) Painting (iv) Carpentry works",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26068985,Request for Tenders,Closed Competition,Main Contractor for Visitor Toilet Refurbishment at Northland College,,20220721,20220812,20221020,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"2 Cobham Road, Kerikeri","The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. a. The Contract Works required are: i. Visitor toilets refurbishment ii. Staff toilets refurbishment Please refer to the attached plans and specifications for further details",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26071334,Request for Tenders,Closed Competition,Request for Tenders for Northcote College Major Redevelopment Main Contractor,MOE18420,20220726,20220826,20230424,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Northcote College requires a Main Contractor to carry out the below works: i. Separable Portion 1 (a) Sitewide enabling Works (b) Relocation of Block Z (c) Remove asbestos from Block X, M, G (d) Demolish blocks T, X, M, G (E) and GRS-1-6 (e) Relocate Block Z and complete exterior works/services connection/landscaping",Not Awarded,Bundled with another GETS record,0,20250410 Ministry of Education - School Infrastructure,26071574,Request for Tenders,Closed Competition,"Main Contractor for AMS: 2, 3, 10, 11, 12, 21: Classroom Modifications & Reroof at Grantlea Downs School",2111-21-04,20220722,20220811,20221213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Grantlea Downs School is wanting to do some classroom modifications, create an outdoor learning space and replace the old roofing iron.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26072633,Request for Tenders,Open Competition,Main Contractor for Block A: Re Roof refurbishment Block C:Roof Flashing I:Re Roof Hiruharama School,237073,20220725,20220826,20221121,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,"The Contract Works required are: Remove and replace existing roof over A Block. Replacement roofing is to be 0.55 Colorsteel Max. Replace all insulation in this section to achieve an insulation factor of R3.4. Note: spouting is new. Block C Install flashing to lower penetration in existing roof Block I Remove and replace roof with 0.55 Colorsteel max. Roofing and flashing replacement on Blocks A - C and I",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26072824,Request for Tenders,Open Competition,Head Building Contractor for Design and Build 5YA AMS Block C: Indoor/Outdoor Learning Space at Hiruharama,237075,20220725,20220826,20221121,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,"The Contract Works required are: This project will increase the indoor-outdoor flow and ventilation for Block C Two of the junior classrooms and provides an outdoor learning environment with protection from sun and rain. Remove existing window banks on north wall of 2 junior classrooms and replace with double stacker slider doors with awning windows over. Overlay existing concrete deck adjacent to these classrooms and extend to 4m wide. Install new canopy such as Archgola, or similar to, cover extended deck: 15m long by 4m wide. Replace louvre windows on western wall with sliding windows. (Awning windows are not allowed as they would be a hazard to children on the walkway) Investigate and Replace rotten sections of weatherboards as required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26076914,Request for Tenders,Open Competition,Main contractor for design and construction of new bike track at Parua Bay School,,20220726,20220822,20221207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"On behalf of the Parua Bay School Board of Trustees, Avail requests a quote to supply and install as outlined in the attached document. The school would like a pump track installed to allow the students to rid bikes and scooters to help encourage students to stay fit and gain better skills. The track will be used by the community outside school operational hours. The track is to be designed to accommodate school age children up to 13 years old. The track is to have 2 areas, one suitable for smaller children and usable with bikes, roller blades and scooters. Another area is to be designed to accommodate older children on bikes.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26086669,Request for Tenders,Open Competition,"Main contractor for Music upgrade, Re-roofing Hall/Admin, new Toilets & LSC offices at Fraser High",,20220726,20220830,20220928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This project combines 5YA/AMS/LSC works enabling efficiencies across construction delivery and better co-ordination of the works programme with individual project activities scheduled to occur within the same buildings.,Awarded,,1870681,20250410 Ministry of Education - School Infrastructure,26092570,Request for Tenders,Closed Competition,Main Contractor for Block H Administration Weathertightness Remediation,,20220727,20220816,20221221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,RFT for Main Contractor Weathertightness Remediation at Waiuku College,Awarded,"The initiation of procurement value was estimated to be $1M +. Due to the successful contractor being local, value is under $1M.",0,20250410 Ministry of Education - School Infrastructure,26095037,Request for Tenders,Open Competition,Main Contractor for Weathertightness Remediation at Ramanui School,02-072-001,20220729,20220914,20230502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,We are looking to engage an appropriately skilled and resourced main contractor for the Weathertightness Remediation project at Ramanui School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26097253,Request for Tenders,Open Competition,"Main Roofing Contractor for A, G, H: Roof, Window & Cladding Replacement and Remediation at Ormond School",221301,20220727,20220822,20221017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"To Replace and remediate the roof on Block A between the ablution block and the main classroom clerestory where there is constant leaking due to internal gutters To replace and remediate roofing and undersized downpipes to Blocks G & H",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26103889,Request for Tenders,Open Competition,"(1358) Maramarua School Site,1,2,F,G: Upgrade & Minor alterations",226808,20220801,20220824,20221201,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The School and BOT are wanting to complete some Electrical upgrades and repairs, clearlight replacement) not on plans but included in this tender, toilet upgrade to unisex together with hot water supply, repair storm water and sewage pipes, and tech block classroom refurbishment including minor alterations to provide for multiuse space and woodwork space. Plans and Specifications as listed in Section 1.8, Building Permit will be applied for by the Lead Designer for transparency and consistency with details. The works will be undertaken during the December 2022 Holidays, and thereafter, providing the school with a fit for purpose, and completed project for the start of Term 1 2023. The works will comply with the MOE requirements to weathertightness, and the successful contractor will provide the BOT with all associated Warranties, Guarantees, and Best Trade Practice Producer Statements and completion certificates.",Not Awarded,This contract has been awarded to Total Help Limited,0,20250410 Ministry of Education - School Infrastructure,26106523,Request for Tenders,Closed Competition,RFT - Main Contractor for Greenhithe School Block 8 Weathertightness Remediation,,20220810,20220902,20221011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The works are for the Weathertightness Remediation of Block 8 at Greenhithe School. This is a two classroom block.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26108582,Request for Tenders,Open Competition,Construction Works for the Maker's Spaces Project at ASHS,,20220801,20220826,20221101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Albany Senior High School Board is seeking a main contractor to undertake construction works remodelling of Maker's Spaces,Not Awarded,Awarded to a consortium of suppliers led by Cranston Partnership trading as KR VFlooring.,0,20250410 Ministry of Education - School Infrastructure,26110310,Request for Tenders,Open Competition,"Main Contractor for Roofing Works in Blocks 1, 7, 12, 13, 15, 19 at Churchill Park School",,20220802,20220825,20221201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The roofing specialist report, undertaken as part of the Schools 10 Year Property Plan, has identified various repair requirements and life cycle replacement of roofs and gutters across the School.",Awarded,"Proposed solution, capability and competency met the requirements of the tender. Cost efficient solution.",117987,20250410 Ministry of Education - School Infrastructure,26111689,Request for Tenders,Open Competition,"Main Contractor for Blocks New D, LX, DS Carpet Replacement at Avondale College",,20220802,20220826,20221107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Avondale College Board of Trustees are seeking a Main Contractor for the Blocks New D, LX, NS Carpet Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26111923,Request for Tenders,Closed Competition,Mangapapa School Senior Classroom Block 3 (Phase 4) - Construction Services,,20220801,20220830,20221003,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a direct invitation to Currie Construction (2012) Limited (Tenderers) shortlisted from the Construction Directory to submit a Tender for Mangapapa School Senior Classroom Block 3 (Phase 4) (the Contract Works).,Awarded,"This Contract was awarded to Currie Construction 2012 Ltd and began on 13 December 2022. The term of this contract is until final completion of the project, forecast to be in April 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $5M - $10M.",0,20250410 Ministry of Education - School Infrastructure,26113140,Request for Tenders,Closed Competition,Main Contractor for: AMS: 4: Classroom & Toilet Upgrade at West Melton School,3587-21-01,20220802,20220902,20221115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"3 classroom block upgrade & toilet block reconfiguration & upgrade; replacement windows, acoustic ceiling panels, joinery units, wall & floor coverings, construction of new breakout space within reconfigured toilet block at West Melton School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26115583,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, LSM - Accessibility Improvements, Te Kura Maori o Porirua, Wellington",5828,20220804,20220831,20221107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"A recent learning support modifications report has identified a range of improvements around the site that will benefit students providing them with equal access to facilities. The work will comprise of the creation of accessible toilets in three buildings together with the introduction of threshold ramps at building entries and modifications to some pathways to classroom blocks. The scheme will be traditionally executed with a full design team employed by the Te Kura Maori o Porirua Board of Trustees producing full construction documentation.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.05.23. It is intended that the value of the contract resulting from this tender will be within $100-$250k.",0,20250410 Ministry of Education - School Infrastructure,26115621,Request for Tenders,Closed Competition,Main Contractor for the Sports Centre Roof Overlay at Wellington College,,20220804,20220907,20230711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees at Wellington College seek to engage a Main Contractor to undertake the roof overlay and associated external envelope works on the Sports Centre at the College. The scope of works includes, Overlay of approx. 1300sqm of existing corrugated steel roofing with a new Roof logic warm roof overlay Overlay approx. 100 sqm of membrane roofing Replacement of high-level dormer windows and cladding New facia barges and spouting Minor repairs to spalled concrete columns with engineered epoxy system It is envisaged that the work will not need to be staged. Project consultants are: o Project Manager: IR Group Ltd o Lead Designer: Resolve It Architects o QS: IR Group Ltd The Contract Works required as described above are commercial light weight construction services to the roof and faade of the building, and Will require good coordination and a robust construction methodology to allow thew work to take place while the school still operates inside the building The work will be undertaken as a single stage working under a CPU on a live school site with the school still occupying most the Block. It is envisaged that with an overlay system there will be no need for tenting over the building. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). Timeframes for the Contract Works are: i. Preferred start date: December 2022 ii. Preferred Due Date for Completion: April 2023 iii. Timeframes are flexible. We are prepared to negotiate the programme to suit the market conditions",Awarded,Griffith submission was valid and scored on all none prices attributes . They offered the best price,1466750,20250410 Ministry of Education - School Infrastructure,26116179,Request for Tenders,Closed Competition,Request for Tenders for Taihape Area School - First Stage Gym Strengthening - Main Contract Works,MOE18337,20220829,20220930,20230609,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Taihape Area School has an upcoming construction project to build a new campus on the existing site. Strengthening the Gym to 34% of the NBS, ahead of the new campus construction, allows the School to remain operational while the new School campus is being built. The Contract Works required are: Seismic Strengthening of the Gym to 34% of the NBS, including o New steel on the underside of the slab, bolted through the slab and into the blockwork walls; o Demolition of some ancillary parts of the gym; o Donobrace roof cross bracing installed. Further information is contained in the RFT documentation.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26118305,Request for Tenders,Open Competition,Main Contractor for Flooring Covering Replacement Program 2022 at Kerikeri High School,228369,20220805,20220908,20221103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Kerikeri High School is seeking a main contractor for the supply and installation of floor coverings through out a range of teaching and meeting spaces,Awarded,The contract was awarded to Carpets on Cobham Ltd and will start December 2022 to be completed July 2023,131321,20250410 Ministry of Education - School Infrastructure,26121149,Request for Tenders,Open Competition,Main Contractor for L/Support Quiet Space Modifications at Silverstream School,1657.22.04,20220805,20220830,20220907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required are: i. An existing storage space has been identified in Block 12 that can be converted into a quiet space. Works will include: ii. Provide internal access to adjoining classrooms by installing tinted glazed sliding doors to both rooms. iii. Provide external access to the paly area via a newly installed glazed door iv. Provide Autex to the walls to help with creating a quiet space acoustically v. Provide an anchor point for a swinging hammock vi. Install a storage cupboard vii. Provide a small pedestrian pathway from the asphalt area to the exterior door viii. New carpet tiles ix. New lighting x. Other works as determined in the plans and specifications",Awarded,"Tenderer had requested that PM manually load his tender, issues with loading it himself. Was submitted within acceptable timeframe.",0,20250410 Ministry of Education - School Infrastructure,26124399,Request for Tenders,Open Competition,Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Eketahuna School,Eketahuna School,20220805,20220902,20221201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Eketahuna School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Replace membrane roofing, iron roofing and remove outdoor heatpump units and relocate to ground. Block B: Replace iron roofing, spouting and spouting. Block D: Replace iron and clearlite roofing, and remove outdoor heatpump units and relocate to ground. Block E: Replace iron and clearlite roofing. Block F: Replace iron roofing. Block G: Replace iron roofing and spouting. Blocks H, I, J, K: replace iron roofing. Block L: Replace iron roofing and spouting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,327709,20250410 Ministry of Education - School Infrastructure,26124952,Request for Quotations,Closed Competition,Te Huruhuru Ao o Horomaka / Hornby High School - Roll Growth - Lead Design Services,MOE18619,20220805,20220831,20221109,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Huruhuru Ao o Horomaka / Hornby High School - Roll Growth - Lead Design Services Te Huruhuru Ao o Horomaka / Hornby High School has been developed as part of the CSR Programme. The redevelopment was completed in 2020 with a current build roll of 800. The Masterplan was designed as part of the CSR Programme and location A, as shown on the attached documentation, to the west of the gyms is the preferred site to be used, as agreed with DRP for Masterplan Lite Review. The project will see the Design and Construction of a 10 Teaching Space Block, replicating the current three blocks delivered in the CSR Redevelopment which were a bespoke design. Location A currently houses a basketball court which will need to be reinstated at a different location on site. The project completion time is expected to be mid-2024. This procurement relates to Lead Design Services only.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,26126395,Request for Tenders,Open Competition,Main Contractor for Roof Replacement & Re-fixing at New River Primary School,21-022,20220808,20220831,20221007,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,The New River Primary School Board Of Trustees is looking for an experienced Mina Contractor to complete a series of roof cladding replacement work at their school. Scope includes like for like replacement of existing metal roofs and associated flashings along with replacement of translucent veranda cladding with a trafficable alternative. Also included is the re-fixing of 2 x existing buildings prior to re-painting to extend the life of the cladding.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26129395,Request for Tenders,Closed Competition,Main Contractor for Heating System Replacement at Shotover Primary School,,20220808,20220902,20221216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Shotover Primary School wish to replace existing LPG Boiler systems with Air to Water Heat Pumps to service the underfloor heating system for the Admin Block and Blocks A & B which form Stage 1 of the School. Stage 1 of the School was completed in June 2015. Generally, the heating system comprises of LPG gas fired low temperature hot water (LTHW) boilers which serve the under-floor heating circuits throughout the classroom/administration buildings. This system has high operating costs and the school wants to move to an electric Aircon system. Plant rooms are to be constructed to house the new heat pumps at either end of Block A with piping being run to the internal heating systems. This is a single staged project with anticipated delivery over the summer school holidays 2022/23, but acknowledging that plant equipment may need to be fitted following the main construction period as it is available/in stock. The school requires the system to be fully commissioned and operating by the start of term 2 - 2023",Awarded,Thank you for your efforts in preparing the tender. We will be in touch soon to complete the contract.,0,20250410 Ministry of Education - School Infrastructure,26136307,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor, Blocks A, C, D, E, F, H, J - Replace Roof Coverings, Featherston School, Wairarapa",5695,20220810,20220906,20230718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Featherston School has a 5YA project that targets life cycle replacement of metal roof coverings and spouting to a number of the school buildings. The project consists of like for like renewal of roofing components with no structural changes to roof pitch required. The project will be staged with the separate components actioned in a phased programme of work planned in conjunction with the schools release of spaces. Some areas of work have restricted access and are in close proximity to teaching spaces that will be in use. Consultation between the school and contractor will be required to determine a mutually acceptable site access plan. The scheme will be traditionally executed with a full design team employed by the Featherston School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Seniors Roofing Ltd, anticipated completion of 01.06.24. It is intended that the value of the contract resulting from this tender will be within $100-250k.",0,20250410 Ministry of Education - School Infrastructure,26138787,Request for Tenders,Open Competition,"Main Contractor for the Block 1 Carpet, Vinyl, Wall Lining Replacement at Tamaki Primary School",,20220809,20220901,20221219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Tamaki Primary School Board of Trustees are currently seeking a main contractor to deliver the Block 1 Carpet, Vinyl and Wall Lining Replacement project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26141008,Request for Tenders,Open Competition,Main Contractor for Naenae Intermediate Block A Roof Overlay,,20220810,20220905,20230417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Block A Roof Overlay The Contract Works required are: Overlay of the existing standing steam metal roof with a fibre tight membrane roof Removal of the existing shiplap cladding on the gable end wall of the hall Relocation of exterior heat pump units to the ground with piping installing between the existing metal roof and the new membrane roof Arrange and ensure attendance to all council inspections (this piece of work will be done under a building consent, HCC) Leave site clean and tidy Sitewide translucent roofing sheet replacement with Webglass GC. The Contract Works required are: Replacement of translucent roofing sheets across the site as per marked up drawings Disposal of sheets removed Leave site clean and tidy Please note, it is possible that the translucent roofing replacement work will be removed from scope depending on the appetite of the BOT following the tender process. Please ensure pricing accounts for this. The project will be a complete turnkey project where a completed building ready for school use will be handed over on completion. The works are to ideally be undertaken as a single stage as soon as possible and will be ideally completed by the end of the term 4 holiday period The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works) and will be required to agree to these standard MOE terms (see attached) Optimal timeframes are: Start date: October 2022 Due Date for Completion: December 2022 The program is negotiable with a preferred supplier if their price is right. When responding, please ensure you complete (all attached) - Form of Tender Part A - Form of Tender Part B - Schedule of prices Also see attached - Drawings for Block A Roof Overlay - Specification for Block A Roof Overlay - Site mark up for translucent sheet replacement - Webglass GC specification (new translucent sheet product to be used) - MOE Medium Works Contract contractor will be agreeing to",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26142138,Request for Tenders,Open Competition,"Closed Tender : Selected Main-Contractors : Electrical & Heating Upgrade Works : Somerville Intermediate School, Auckland.",25108755,20220816,20220906,20221104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Specialist Electrical Contractors are sort to Register Their Interest to price the supply and installation works of an Electrical & Heating Upgrade at Somerville Intermediate School, Auckland. The existing electrical and heating systems have reached the end of their lifecycle and become old, with inadequate operation. Works will include upgrade of switch boards, sub-boards and heating systems. The school is also experiencing lack of power supply and recent school demands which has pushed the supply to its limits with periodic power overloads / shut downs. All documentation will be prepared by Lawrence Jones Partners Limited - Electrical consultant to NZ Codes and MoE standards. All procedures to comply with MoE property legislation.",Awarded,Awarded to Coll Electrical Ltd,287889,20250410 Ministry of Education - School Infrastructure,26143977,Request for Tenders,Open Competition,Main Contractor for Block A WC remodelling and teaching unit installation at Wallacetown School,227772,20220809,20220908,20230201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Wallacetown School Board of Trustees is looking for tenders to remodel three bathroom spaces in their main A Block building. Alongside this two classroom joinery units (supplied by others) are to be installed.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26144382,Request for Tenders,Open Competition,Main Contractor for the Demolition of Blocks 2 and 6 at Ruapotaka School,,20220810,20220902,20221109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The School Board is looking to demolish Block 2 (Bottom Block classrooms and toilets) and Block 6 (Garage). Block 2, also known as the Bottom Block, was built in 1953. It has 4 teaching spaces classrooms and toilet blocks. It has a floor area of approximately 450 square meters. Block 6, also known as the Garage, was built in 1960. It has a floor area of approximately 18 square meters.",Awarded,met the requirements of the tender; competitive pricing,0,20250410 Ministry of Education - School Infrastructure,26144965,Request for Tenders,Closed Competition,"Request for Tenders for Whangarei Heads School, Kokopu School, Motatau School, Okaihau College and TKKM o Kaikohe Roof Remediation",MOE18682,20220809,20220912,20221102,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Roofing remediation works are required at Whangarei Heads School, Kokopu School, Motatau School, Okaihau College and TKKM o Kaikohe.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26145845,Request for Tenders,Open Competition,Main Contractor for the Fale Creation at Manurewa High School,,20220811,20220905,20221025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Manurewa High School Board of Trustees are seeking a Main Contractor for the Fale Creation.,Not Awarded,This project has been cancelled because it is over budget.,0,20250410 Ministry of Education - School Infrastructure,26149515,Request for Tenders,Open Competition,Te Waotu School On Site Effluent System Contract Works,2025-22-01,20220810,20220905,20230224,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Te Waotu School is seeking suitable suppliers to tender for Main Contractor Services for construction of their new required on site effluent treatment system.,Awarded,After a thorough moderation. Enviro water were the successful supplier for this procurement,0,20250410 Ministry of Education - School Infrastructure,26152019,Request for Tenders,Closed Competition,"Block 9 ILE Redevelopment, Cornwall Park District School, Auckland",,20220818,20220915,20221013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The project involves and ILE redevelopment of four permanent classrooms along with a new canopy along one side of Block 9.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26152125,Request for Tenders,Open Competition,"Nelson Intermediate Hall Glazing, Asbestos Removal and Ceiling Remediation",228354 & 228355,20220812,20220906,20220930,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"Nelson Intermediate School - This project consists of two separate projects being carried out together; 1 - Hall Asbestos cladding removal and recladding, Hall new Double Glazing units and A block new Double glazing units (replacing original single glazed timber joinery units). 2 - Hall Ceiling Remediation, the existing ceiling has sustained significant damage through poor internal ventilation of the roof cavity. Existing linings to be removed, roof space to be properly vented, and new ceiling linings reinstated.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26154739,Request for Tenders,Open Competition,Main Contractor for Internal Works Project at Ruawai Primary School,,20220811,20220909,20221207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract works include: i. Block 1: Replace floor coverings in staffroom, hallways, bag storage, classrooms and breakout space. Replace acoustic wall linings in hall, room 5 and room 6. Upgrade distribution board to Ministry Standards. Upgrade external doors and windows. Addition of new shelving and storage in teaching spaces. ii. Block 2: Replace floor linings throughout, replace required wall linings, upgrade distribution boards to meet ministry standards, improve storage and install internal stacking doors . iii. Block 3 and Pool shed: Upgrade distribution boards to meet ministry Standards.",Awarded,,201796,20250410 Ministry of Education - School Infrastructure,26158612,Request for Tenders,Open Competition,Main Building Contractor for New School - Te Runanga o Turanganui a Kiwa at Turanga Tangata Rite,2223,20220811,20221001,20221116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This is a new build school on a site where the existing buildings will be demolished by a separate contractor.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26159088,Request for Quotations,Closed Competition,Wairakei School CSR Main Contract Works,MOE18512,20220812,20221011,20230227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to uploaded to GETS,"Wairakei School is part of the CSR Programme and completed Phase 1 of their project in mid-2018. Phase 1 works comprised of a full refurbishment of the two main teaching blocks (Block 2 and 3) and a light refurbishment of Block 1. The Phase 2 project centres around the remaining remediation and redevelopment of Block 1 and the non-teaching space areas including Administration, staff room and resource space. This stage would complete the final planned works at Wairakei School with all spaces being redeveloped and all known condition items being addressed. ii. Outcome sought School Wide Heating The replacement of the old boiler heating system is now required for the school. It is proposed to replace the boiler with a new efficient electric system and remove the old boiler building from the centre of the school. Main Entrance - Wairakei School is situated 375 meters from a high-risk intersection in Christchurch on a main arterial road (as identified by the Christchurch City Council in 2016). As the school does not have a prominent entry point there is a major health and safety risk during pick up and drop off as parents manoeuvre this busy road. To mitigate this risk, a pickup/drop off. Clearly marked pick up areas and waiting space as per the plans will remedy this issue. Administration / Block 1 - The current administration building is tucked away in the body of the school grounds which is hard to locate for first time visitors, It is proposed to relocate the administration creating a central entrance to the school and connecting the school site functionally. In addition, we will be relocating the Music Rm, Library and Learning Centre to within the block and refurbishing these spaces. The extension work to block 1 will allow to house all these facilities in Block 1. Multi-Purpose Hall - Works to the hall will improve accessibility and function Demolition of Blocks 5, 6 & 7. These are old relocatable buildings that are deteriorating and several major issues which makes them uneconomical to repair. The buildings are currently used as Music suite, Library and Learning Centre which will be re-housed in the Block 1. Demolishing these buildings will better align the school with the SPG entitlement and lower the overall age of buildings on site and remove significant maintenance requirements.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",3283627,20250410 Ministry of Education - School Infrastructure,26159220,Request for Tenders,Closed Competition,Main Building Contractor for the 5YA Roof Replacements at Waipu School,,20220816,20220914,20230109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications to be through GETS Question and Answer Box,"Main Building Contractor for the 5YA Roof Replacements at Waipu School Works required are: Block 1 Re-roof and replace spouting to the Admin area at the back of Block 1. Repair leak and repaint roof areas damaged by lichen on Rooms 1-4 Block 3 Replacement of clearlite to fire retardant translucent sheets reaching MOE standards Block 7 Re-roof and replace the spouting. Replacement of clearlite to fire retardant translucent sheets reaching MOE standards Block 8 Repaint roof in areas damaged by lichen Block 9 Re-roof and replace the spouting. Replacement of clearlite to fire retardant translucent sheets reaching MOE standards Block 11 Waterblast roof to remove lichen Block 16 Re-roof and replace the spouting. Replacement of clearlite to fire retardant translucent sheets reaching MOE standards Block 19 Re-roof old areas of Room 10 and replacement of clearlite to fire retardant translucent sheets reaching MOE standards Site Repair broken/leaking downpipes",Awarded,,95055,20250410 Ministry of Education - School Infrastructure,26163149,Request for Tenders,Open Competition,Main Contractor for Metal & Translucent Roof Replacements at Windsor North School,22-046,20220815,20220909,20221013,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,The Windsor North School Board of Trustees is looking for an experienced Contractor to complete a roof replacement project at Windsor North School including replacement metal and translucent roof cladding and associated flashings to various school blocks.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26163204,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 4 Refurbish Classrooms and Toilet Floors, Blocks 2, 3, 4 Replace Windows/Doors, Te Kura o Hau Karetu, Upper Hutt",5332,20220816,20220912,20230502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Te Kura o Hau Karetu is comprised of timber and fibre cement sheet clad single storey buildings created in early 1970s. Work will refurbish classrooms, toilets and replace windows on several blocks. The work proposed alters the plan layout to achieve unisex toilet cubicles. The project has three distinct aspects to it for which separate work Pricing Schedules are included, refer to the architectural drawings for the applicable work items. The classroom work includes for fitting of new internal aluminium glazed sliding doors, new carpet and pinboard. The external works is focused on replacing timber windows with double glazed aluminium doors and windows. To the toilets the Terraflake floors will be stripped back and re-surfaced, the Block 4 toilet spaces will be repurposed to provide unisex facilities including for all new sanitary fittings. The work covers multiple buildings mostly of an internal refurbishment nature with the proposed window replacement effecting the exterior. An asbestos report has been commissioned which confirms areas of the exterior cladding to be asbestos. Accordingly, this information is shared with tenderers for them to include for its removal in their offer where affected by the work only, along with an Asbestos Management Plan. The scheme will be traditionally executed with a full design team employed by the Te Kura o Hau Karetu Board of Trustees producing full construction documentation.",Awarded,"Awarded to Carrara Holdings Ltd, anticipated completion of 31.07.23. It is intended that the value of the contract resulting from this tender will be within $250-$500k.",0,20250410 Ministry of Education - School Infrastructure,26163552,Request for Tenders,Open Competition,"Main Contractor for the New Covered Walkway, Drop Off and Turning Area, Drainage and Reinstatement at Wairau Valley Special School",,20220815,20220908,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Wairau Valley Special School are requesting the construction services of a suitably qualified contractor to construct a new covered walkway, drop off and turning area, drainage, and reinstatement project. A new drop off area needs to be redeveloped so that the drop off vans can drive through instead of backing in. The current drop off area creates various problems and many near misses. A new covered walkway is required to provide shelter for the students as they travel to the drop off area. The driveway and carpark area need to be altered for drainage and reinstatement. Please Note: Upon attending a site visit you will be able to go over the job accurately with the point of contact. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please RSVP using the Question and Answering GETs System. Site Visit 1 Wednesday the 17th of August 2022 at 2pm Site Visit 2 Wednesday the 24th of August 2022 at 2pm is cancelled (Meeting will now take place Friday 26th August 2022 at 2pm Site Visit 3 Wednesday the 31st of August 2022 at 2pm",Not Awarded,"We only received 1 tender via GETS so we were required to go to the open market to source a second and third quote. The school Board of Trustees awarded this contract to the open market quote due to the value of money, and proven workmanship and reputation of the company in the construction industry.",0,20250410 Ministry of Education - School Infrastructure,26163834,Request for Tenders,Open Competition,Main Contractor for the New Boundary Fencing Between the School and Neighbours at Wairau Valley School,,20220815,20220908,20221104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Wairau Valley Special School are requesting the construction services of a suitably qualified contractor to construct a new boundary fence between the school and neighbours project. 80% of the boundary fence will be for between Wairau Valley Special School and Glenfield Intermediate School. 20% of the boundary fence will be for between Wairau Valley Special School and its residential neighbours. Please Note: Upon attending a site visit you will be able to go over the job accurately with the point of contact. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please RSVP using the Question and Answering GETs System. Site Visit 1 Wednesday the 17th of August 2022 at 2pm Site Visit 2 Wednesday the 24th of August 2022 at 2pm is cancelled (Meeting will now take place Friday 26th August 2022 at 2pm Site Visit 3 Wednesday the 31st of August 2022 at 2pm",Awarded,,97850,20250410 Ministry of Education - School Infrastructure,26164148,Request for Tenders,Open Competition,Main Contractor for the Design and Build of a New Multi-purpose Room at Wairau Valley Special School,,20220815,20220922,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Wairau Valley Special School are requesting the construction services of a suitably qualified contractor to design and build a new multi-purpose room. Please Note: Upon attending a site visit you will be able to go over the job accurately with the point of contact. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please RSVP using the Question and Answering GETs System. Site Visit 1 Wednesday the 17th of August 2022 at 2pm Site Visit 2 Wednesday the 24th of August 2022 at 2pm is cancelled (Meeting will now take place Friday 26th August 2022 at 2pm Site Visit 3 Wednesday the 31st of August 2022 at 2pm",Not Awarded,"Due to receiving only two tenders on GETS, this project went to the open market. A third quote was obtained which met all the requirements. The Board of Trustees at Wairau Valley Special School accepted this quote.",0,20250410 Ministry of Education - School Infrastructure,26165848,Request for Tenders,Open Competition,Redwoodtown School (the School) Hall Weathertightness Remediation Main Building Contractor,MOE18835,20220815,20220914,20230426,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"The Hall block at Redwoodtown School requires remediation due to weathertightness issues. A detailed weathertightness investigation was carried out by Prendos NZ Ltd back in 2014 and again in July 2020. The Ministry are now seeking the role of a main building contractor to remediate the hall building at Redwoodtown School in line with the NZ Building Code and Ministry of Education weathertightness requirements as per the design documentation provided within this RFT. A Code of Compliance through the local Building Control Authority to guarantee the asset for the next 50 years is required.",Awarded,It is intended that the value of the contract resulting from this tender will be within the price band of $500K - $1M.,0,20250410 Ministry of Education - School Infrastructure,26166472,Request for Tenders,Open Competition,Main Contractor to Design and Build a New Indoor Pool Complex at Wairau Valley Special School,,20220815,20220922,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Wairau Valley Special School are requesting the design and construction services of a suitably qualified contractor to design and build a new indoor pool. Please refer to the draft plans attached with this tender. Please Note: Upon attending a site visit you will be able to go over the job accurately with the point of contact. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please RSVP using the Question and Answering GETs System. Site Visit 1 Wednesday the 17th of August 2022 at 2pm Site Visit 2 Wednesday the 24th of August 2022 at 2pm is cancelled (Meeting will now take place Friday 26th August 2022 at 2pm Site Visit 3 Wednesday the 31st of August 2022 at 2pm",Not Awarded,Due to the lack of tenders,0,20250410 Ministry of Education - School Infrastructure,26166993,Request for Tenders,Closed Competition,"Matakana School - Weathertightness Remediation Works - Blocks 2, 9, 10 and 11",,20220817,20220826,20230105,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"Weathertightness remedial work to Blocks 9, 10 and 11 and demolition and rebuild of Block 2 Room 3, all as per the RFT documents.",Awarded,"Project split into two stages with the contract being awarded for works to blocks 9, 10 and 11. The intention is now to add the replacement of Room 3 as a variation to the contract when sufficient funding has been approved by the Ministry of Education. The PM has provided feedback on both the cost and non-cost attributes of their tenders to all unsuccessful contractors (outside of the GETS system).",2000000,20250410 Ministry of Education - School Infrastructure,26167168,Request for Tenders,Open Competition,Main Contractor for East Gore Block B Create Flexible Teaching Space,227738,20220816,20220909,20230109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Please complete Tender documents provided This project is to be completed over the 2022 Christmas holiday period.,Awarded,The Scope of work has been reduced and the contractor has summitted a revised tender price.,165660,20250410 Ministry of Education - School Infrastructure,26168401,Request for Tenders,Open Competition,Mataura School AMS CP D & F Acoustic Wall Fabric Replacement,3986-21-03,20220816,20220908,20230127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Mataura School are seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specification included with the tender documents. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26170930,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor, Blocks C, F, G, H - Replace Roof Coverings, Belmont School, Lower Hutt",5939,20220817,20220913,20221201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Belmont School has a 5YA project that targets life cycle replacement of metal roof coverings and spouting to a number of the school buildings. The project consists of like for like renewal of roofing components with no structural changes to roof pitch required. The project will be staged with the separate components actioned in a phased programme of work planned in conjunction with the schools release of spaces. Some areas of work have restricted access and are in close proximity to teaching spaces that will be in use. Consultation between the school and contractor will be required to determine a mutually acceptable site access plan. The scheme will be traditionally executed with a full design team employed by the Belmont School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26171587,Request for Tenders,Open Competition,Balmacewen Intermediate - Main Contractor for the Combined 5YA Projects,,20220817,20220912,20221130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Balmacewen Intermediate Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed combined 5YA projects. These projects were initiated with the current 10YPP. The works primarily consist of the creation of a breakout room and bag storage in Block 5 (and associated services alterations), new exterior joinery and deck to the Library, toilet modernisation/refurbishment, and various minor capital maintenance items",Awarded,"Following an evaluation fo the tenders received, this opportunity has been awarded to Connor Jones Group.",0,20250410 Ministry of Education - School Infrastructure,26171905,Request for Tenders,Open Competition,RfT - Main Contractor for Learning Support Property Modifications (LSPM) at Tauhara Primary (Taupo),MOE # 228685,20220817,20220909,20221216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Tauhara Primary School (Taupo) invites suitably qualified main contractors to submit a Tender for 'Main Contractor for Learning Support Property Modifications (LSPM) at Tauhara Primary School'. The new accessibility ""universal school"" bathroom needs to be available for use by the beginning of Term 1, 2023, to cater for priority student needs. The contract works also include constructing 5 new accessibility ramps and making entry into selected classrooms wheelchair accessible.",Awarded,Demonstrated experience and value for money,0,20250410 Ministry of Education - School Infrastructure,26172227,Request for Tenders,Open Competition,Makarewa School Site Sewer Drains & Effluent Disposal Field,,20220817,20220908,20221028,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The BOT at Makarewa School are seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specification included with the tender documents. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26172925,Request for Tenders,Open Competition,Main Contractor for an Exterior Paint of Wiri Central School,,20220816,20220909,20221018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Wiri Central School are requesting the painting services for exterior painting of the whole school. The specifications are listed below however for pricing and construction purposes please also refer to the works pricing schedule submitted with this tender. Note: Please price each block separately. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Wednesday the 24th of August 2022 at 9:30am Site Visit 2 Wednesday the 31st of August 2022 at 9:30am Site Visit 3 Wednesday the 7th of September 2022 at 9:30am",Awarded,,119949,20250410 Ministry of Education - School Infrastructure,26179639,Request for Tenders,Closed Competition,"Main Contractor for AMS: 2, 3, 10, 11, 12, 21: Classroom Modifications & Reroof at Grantlea Downs School",2111-21-04,20220818,20220907,20221213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Grantlea Downs School is wanting to do some classroom modifications, create an outdoor learning space and replace the old roofing iron.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26186426,Request for Tenders,Closed Competition,Main Contractor for Block A and Block H Classroom Modifications at Darfield High School,346-22-03,20220819,20220916,20221003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Darfield High School wishes to create a total of four openings in walls between classrooms in Block A and H with aluminium joinery doors for more flexible learning spaces.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26188135,Request for Tenders,Open Competition,Main contractor for Admin Block Roofing Work and Interior Upgrades at Naenae College (Wellington),,20220819,20220915,20221230,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Naenae College are seeking the services of a main contractor to undertake the construction of alterations and upgrades to the Admin Block. The project manager requests this work is priced in two parts: 1. All exterior work (roofing, cladding, windows, entrance doors, decking, ramp) 2. All interior work The work is detailed and described in two separate sets of architectural drawings. Both are attached and supported by a fire report and engineers details. The work involves: Overlay of the existing standing steam metal roof with a fibre tight membrane roof Removal of the existing rusticated WB cladding on the gable end wall of the hall and replace with specified cladding Install new trusses to re-pitch roof in northwest corner of building Form and construct new portico and main entrance Reconfiguration of interior offices as per drawings Installation of new glass partition walls as detailed Installation of new steel PFC and timber LVL beams as specified Paint and installation of autex wall linings The project will be a complete turnkey project where a completed building ready for school use will be handed over on completion. The works are to ideally be undertaken as a single stage as soon as possible and will be ideal Lead Designer (interior): IR Group Ltd Lead Designer (exterior) : Resolve It Architects The pricing of this tender has been set up in a way that the contractor is asked to price the interior and the exterior separately, though the work can be completed at the same time and a single contractor will be awarded both areas of work. The Contractor will be engaged through an MOE major works contract (Construction contracts for professional services and works) - see attached. When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices Please find attached all relevant tender documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26189695,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Site - Replace Roofing/Spouting, Covered Way Steel Posts, Berhampore School, Wellington",5338,20220822,20220920,20231221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The condition assessments have identified failed roofing materials and corroded walkway steel portals, all being at the end of their serviceable lives. The work will replace aged roofing and spouting systems to buildings and covered ways including profiled metal roofing, translucent roofing and membrane roofing. The covered way roofs are currently used to capture the main buildings roof discharge. Therefore the covered way spouting will be replaced with a system capable of dealing with the water volumes and likewise the downpipes will be replaced with 100 diameter connecting directly into the stormwater drains. The exposed steel portal structures of the covered ways are corroded and require to be replaced. The structural solutions will replace these including for new foundations with bolt down fixings allowing for a simpler replacement in the future. The scheme will be traditionally executed with a full design team employed by the Berhampore School Board of Trustees producing full construction documentation.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.05.25",0,20250410 Ministry of Education - School Infrastructure,26190308,Request for Proposals,Closed Competition,Pigeon Mountain Primary School - Lead Designer,,20220819,20220912,20221128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,,Awarded,The contract was awarded to Pacific Environments NZ Limited and will start on 28/11/2022.,142608,20250410 Ministry of Education - School Infrastructure,26192960,Request for Tenders,Closed Competition,"Main Contractor for The Combined Gymnasium Upgrade, New Roll Growth Classroom at Mana College",,20220819,20221001,20221114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education and Mana College Board of Trustees have been working on a significant redevelopment of the site. It is planned that the first stage of the main redevelopment works will out for tender to enable a construction start in the last quarter of 2022. In the meantime, a package of work has been developed to be run as a school led project prior to the start of the main redevelopment works to improve areas around the school that will be used to house the school as the redevelopment takes place. These are summarised as follows Gymnasium Upgrade o scope includes invasive seismic strengthening of the main structure o Interior alterations to improve the internal layout of the Gym o Improvements to the fire systems in the Gym A new 87 sqm classroom addition to the Gymnasium Internal refurbishment of the student toilets in F Block Relocate the foods from Block C to Block D including other interior alterations and refurbishments Interior alterations and refurbishments in Block F It is envisaged that consents for the work will be in place by early October 2022 and work can start immediately consents are in place. Ideally, we would like completion in February / March 2023. The final agreed programme will be developed in conjunction with the preferred supplier. We will need to develop a staged programme that allows the school to operate and decant spaces in time to be ready for the construction works as they get completed in stages. Project consultants are: o Project Manager]: Ian Rattray - IR Group o Quantity Surveyor]: Ally Paine IR Group o Lead Designer]: Pip Julian - S&T 3.2 Required solution (method and approach) a. The Contract Works required are i. Partial demolition, new build 87sqm addition, steel and timber framed on concrete raft slab foundation. Seismic upgrading including new reinforced concrete foundations and structural steel bracing, new wall and ceiling linings and trim. Interior refurbishment including painting joinery and floor and wall coverings in multiple buildings. Associated site and services works including landscaping. ii. The work will be staged. The main parts of the project involving the additions and upgrading to the Gym which will run all the way through the project. The school will fully vacate these areas to create a dedicated construction zone for the main contractor to run. The smaller works packages in Blocks C, D and F will need to be staged and run alongside the main Gym project. There",Awarded,All 3 responses were valid and non price attributes were scored very close. We awarded on the best price,2125000,20250410 Ministry of Education - School Infrastructure,26193808,Request for Tenders,Closed Competition,Main Contractor For Canopy Construction at Whangaroa College,,20220819,20220919,20230111,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"i. All necessary structural engineering ii. Outline plan of works iii. Geotech ground investigation (if applicable) iv. BC documentation v. Organisation/issue of CCC vi. Design of a new permanent canopy structure vii. The design is to be durable, fit for purpose, easily maintained viii. Allowance is to be made for the following (a) Supply and installation of new hot-dipped galvanised structure with PVC tensile membrane roof (or other, depending on proposed design) (b) All associated ground works (c) Allowance for stormwater connection",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26194116,Request for Tenders,Open Competition,Main Contractor for Blocks AC & C Roof Replacement & Gutter Partial Replacement at Avondale College,,20220822,20220915,20221128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Avondale College Board of Trustees are seeking a Main Contractor for the Blocks AC & C Roof Replacement & Gutter Partial Replacement,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26194318,Request for Tenders,Closed Competition,Birkenhead College (Toilets),321772,20220818,20220909,20221104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website," Nature of the Works involve; - Remove and disposal of hardware, sanitary ware, and partitions - Removal and disposal of existing vinyl. Inspection of the flooring and remediate as required. - Replace with new vinyl (works to include all coving and floor preparation as required) - Supply and install new hardware and sanitary ware - Supply and install new partitions - Supply and installation of new lighting - Installation of Seratone wall linings over the existing Gib linings - Works to include provision of suitable mixer taps, running of all necessary pipe work and make good to all areas as required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26204787,Request for Tenders,Closed Competition,"RFT - Main Flooring Contractor, Block A - Floor Coverings Renewal, Hutt Intermediate School, Lower Hutt",5946,20220824,20220919,20221205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Hutt Intermediate School has a 5YA project that targets life cycle replacement of synthetic carpet floor finishes in a number of the school classrooms. The project will be staged in a phased programme of work planned in conjunction with the schools release of space, it is expected that no more than two classrooms will be released at any one time. The school intends to carry out light fitting replacement and some interior painting so the flooring contractor will need to allow for associated additional visits with carpet removal and installation of new carpet tiles likely to be separated by around a week to ten days. The scheme will be traditionally executed with a full design team employed by the Hutt Intermediate School Board of Trustees producing full construction documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26204868,Request for Tenders,Open Competition,Request for Tenders (RFT) Main Contractor for the Weathertightness Remediation of Block 15 (Administration) at Kelston Primary School,,20220824,20220916,20230126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Block 15 (Administration) is a single-storey building built in 2005. Various weathertightness failures and consequential damages have been identified and will need to be remediated,Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,26205213,Request for Tenders,Closed Competition,Request for Tenders for Kauri Flats School Stage 2 Main Contractor Services,MOE18752,20220823,20220928,20230131,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the construction of 15 Teaching Spaces (2 6 teaching space blocks and 1 3 teaching space block) at Kauri Flats School. Please refer to the below drop box for all files relating to this tender (Also included in the RFT document) https://www.dropbox.com/sh/x7uvv3hc75dhbm7/AADWXQgG1wLpXC3Bl05FF8Wea?dl=0",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26206165,Request for Tenders,Open Competition,Main Contractor for the Remediation of Driveway Retaining Wall at Kelston Primary School,,20220824,20220916,20230512,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees of Kelston Primary School is looking for a main contractor to address deficiencies in the timber retaining wall along the driveway by Archibald Road. A structural engineer assessment was done by Blueprint Consulting Engineers on 30 April 2021. The following were observed: Timber pole retaining wall is bulging and leaning forward into the driveway corridor Steel fencing has been pulled apart and damaged due to movements of the timber pole Concrete kerb has been uplifted and shunted laterally due to pressure from the timber poles Gaps and cracks opening at the top of the wall between the timber pole retaining wall and the channel drain",Not Awarded,Principal has reassessed the scope of work and an updated RFT/design will be released.,0,20250410 Ministry of Education - School Infrastructure,26209782,Request for Tenders,Closed Competition,Main Contractor for Refurbishment and Construction of New Classroom at Russell School,,20220824,20221001,20221201,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"This project will see a delivery if internal refurbishment works and construction of a new extension to accommodate another teaching space. a. The Contract Works required are: i. Demolition works ii. Ground works iii. Internal refurbishment works iv. Construction of a new classroom space (approx. 95 m2) v. All associated internal finishing works vi. Electrical, plumbing and drainage vii. Data, Security, Fire",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26212263,Request for Tenders,Closed Competition,Tauranga Boys' College Music Rooms extension,TBC12,20220824,20220914,20230915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Outcome sought: A competent main contractor with appropriate skill and experience is required to lead the building team of sub-contractors to undertake the building works associated the A Block music room project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26213484,Request for Tenders,Open Competition,Main Building Contractor for Sitewide Stormwater and Wastewater Upgrades at Tararua College,214706,20220826,20220921,20221103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Contractor Sitewide Stormwater and Wastewater Upgrades at Tararua College. the works include, but are not limited to: -Upgrade Existing Stormwater and Wastewater Site Wide infrastructure. -Supply and Install soakage pits. -Complete Civil Works for repairs / reinforcement of pump chamber. -Supply and Install Stormwater retention tanks.",Awarded,"Single Supplier bid for this project; Contractor had previously engaged and successfully delivered similar projects at the school price within budget",791731,20250410 Ministry of Education - School Infrastructure,26215213,Request for Tenders,Open Competition,"Main Building Contractor for AMS-1, 2: DQLS and ILE Upgrade at Oroua Downs School",217608,20220824,20220920,20221011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"DQLS and ILE Upgrade of one classroom Removal of boiler room and construct new wall to another classroom Remediate roof from removal of boiler room",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26215509,Request for Proposals,Closed Competition,Orakei School Roll Growth - Design and Build Services,MOE16319-1,20220902,20220923,20221212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for Design and Build Services required for the Roll Growth project at Orakei School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26216631,Request for Tenders,Open Competition,"Main Contractor for Blocks A,E,F,G,K,O Metal, Membrane & Translucent Roofing Replacements at Donovan Primary School",22-024,20220825,20220920,20221110,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Donovan Primary School Board of Trustees is looking for an experienced Contractor to undertake roof replacement works to (part) areas of Blocks A,E,F,G,K,O at Donovan Primary School. The proposed work scope required includes metal and translucent cladding replacements, with a small area of membrane replacement also required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26217350,Request for Tenders,Open Competition,RFT main contractor D: DQLS QLE Upgrade at Taradale Intermediate,229864,20220825,20220927,20230922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Block D at Taradale Intermediate School does not meet current DQLS and requires an update. The configuration of singular classrooms is not reflective of the schools pedagogy. It is intended to carry out an upgrade to bring this block up to standard.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26218242,Request for Tenders,Open Competition,"Main Contractor for Site A,B,C,D & F Replacement underground heating pipes and radiator heads at Wyndham School",227740,20220826,20220920,20230110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,,Awarded,,158330,20250410 Ministry of Education - School Infrastructure,26219259,Request for Tenders,Open Competition,Main Contractor For block B windows & doors replacement and outdoor learning area at waiau area school,233565,20220826,20220920,20230119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Waiau Area School proposed to carry out an upgrade to Block B by creating an outdoor learning area. This project will also see Block G replacement of the timber windows and doors observed to be at the end of their economic life with new Aluminum windows and doors.",Awarded,Waiting on other projects to be completed before budget is approved,271130,20250410 Ministry of Education - School Infrastructure,26222509,Request for Tenders,Open Competition,Hauroko Valley G2 Multipurpose Building Upgd & Translucent Cladding Replmnt,,20220829,20220929,20230227,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The BOT at Hauroko Valley School is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. Indicative start date is December 2022 and indicative completion date is March 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26226006,Request for Tenders,Open Competition,Main Contractor for Various Refurbishment Works at Pouto School,,20220826,20220919,20230412,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"a. The Contract Works required are: Site wide roofing replacement works Deck replacement works Floor coverings replacements Wall coverings replacements Electrical works lighting and heating upgrades Window and door joinery replacements Demolition and construction work refurbishing teaching spaces Please refer top the attached drawings for further details There are 3 separate projects included in this tender: o Project #1 1,4 Roof replacement o Project #2 Block 4 o Project #3 AMS /ILE Please submit all separate tender schedules for each project.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26226714,Request for Tenders,Closed Competition,Birkenhead College (Electrical),321771,20220826,20220916,20221104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website, Nature of the Works: The project will require an electrical design to ensure that each board including all sub-boards meet electrical requirements and that the capacity of each board will allow for an upgrade within the teaching blocks.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26228223,Request for Tenders,Closed Competition,CW2022-029 Request for Tenders for Waikato Schools (Parawai School and Moanataiari School) LSPM and Weathertightness Projects - Contract Works,MOE17813,20220826,20220916,20230519,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a direct invitation to Directory Supplier (Total Infrastructure Limited -the Tenderer) shortlisted from the Construction Directory to submit a Tender for a bundle of Waikato Schools (Parawai School and Moanataiari School) LSPM and Weathertightness Projects - Contract Works (the Contract Works).,Not Awarded,No Award - No successful respondent.,0,20250410 Ministry of Education - School Infrastructure,26228472,Request for Tenders,Open Competition,Tuakau Primary School - Block 3 ILE Refurbishment and Roof Replacement and Blocks 2 and 4 External Doors and Windows Installation,,20220829,20221001,20221201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Seeking a contractor Block 3 - ILE Upgrade and full roof replacement Blocks 2 and 4 - External Facade and External Doors Installation For Tuakau Primary School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26230254,Request for Tenders,Open Competition,Main Contractor for Block ER: Weathertightness Remediation Work to Eliminate Mould Issue at Tolaga Bay Area School,2219,20220830,20221018,20221206,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.," On 21 February 2022, the school became aware of a mould issue in Block ER and requested a copy of the mould reports and asked their project manager (Architects44) to investigate. On 22 February 2022, an Architects44 report advised that the affected roof area and framing over one space should be removed along with the adjacent asbestos cladding. The roof needs to be reformed over the at-risk area to meet weather tightness requirements. Note Tolaga Bay Area School is in a high exposure coastal location, immediately adjacent to the beach and the ocean. The removal of mould in the ceiling and wall cavities, including the removal of all contaminated linings / framing will occur as part of this project.",Awarded,,90048,20250410 Ministry of Education - School Infrastructure,26230664,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2 and 6 classroom refurbishment; Block 1 reroof; Block 9 toilet refurbishment and site wide fire system upgrade at Panmure Bridge School",,20220830,20220923,20230405,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Panmure Bridge School is looking for a main contractor for the refurbishment and modernisation of their classrooms in Blocks 1, 2 and 6; the life cycle replacement of roofs in Blocks 1 and 6; Block 9 toilet refurbishment, and the site wide fire system upgrade and PA system installation. The site works will need to be phased-out, 2 classrooms at a time during term. Roofing works ideally to be completed during term break. The tenderer will provide a programme showing proposed phasing.",Awarded,"Proposed solution, capabilities and capacity met the requirements of the contract. Competitive pricing.",0,20250410 Ministry of Education - School Infrastructure,26232435,Request for Tenders,Open Competition,RFT Main contractor for D: QLE Upgrade at Maraenui Bilingual,222183,20220830,20220928,20221006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The 2020/21 10YPP condition assessment identified that Quality Learning Environment (QLE) improvements were required to classrooms in Block D to bring them up to required standards,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26233392,Request for Tenders,Open Competition,Main Building Contract for Roof Replacement & Site Wide Compliance at Otautau School,21-023,20220830,20221004,20221109,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Otautau School Board of Trustees is looking for an experienced main Contractor to undertake a project to complete roof replacement works and a site wide compliance upgrade at Otautau School. The major component of roof replacement involves replacement low level substrate and membrane roofing to the south sides of the two main teaching and admin Blocks A,B as well as translucent replacement to all covered veranda areas, as well as a small metal roof replacement to Block D. Site Compliance work involves a fire alarm and evacuation lighting upgrade as well as some minor carpentry and make good work for accessibility compliance upgrade.",Not Awarded,Unfortunately due to budget restraints the tender has been withdrawn. A re-design is currently being worked through and a tender will be re-advertised in due course with a design that can fit within the available budget.,0,20250410 Ministry of Education - School Infrastructure,26237231,Request for Tenders,Closed Competition,Request for Tenders for Northcote College Major Redevelopment Main Contractor,MOE18420,20220829,20220831,20230215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Northcote College requires a Main Contractor to carry out the below works: i. Separable Portion 1 (a) Sitewide enabling Works (b) Relocation of Block Z (c) Remove asbestos from Block X, M, G (d) Demolish blocks T, X, M, G (E) and GRS-1-6 (e) Relocate Block Z and complete exterior works/services connection/landscaping",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26238132,Request for Tenders,Open Competition,Request for Tender - Main Building Contractor for Refurbishments at Pukepoto School (Far North),,20220830,20220929,20221222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required at Pukepoto School are: i. Internal Refurbishment of two classrooms, new small covered deck ii. 2 x Toilet Block refurbishment (one major, one minor). iii. Asbestos removal refer report Indicative Timeframes (note school is open to alternatives and to work being staged across the various Blocks) Below dates are indicative only and will be subject to contractor availability, please provide a draft programme of works with your tender. i. Indicative Start date: 07/11/22 ii. Indicative Date for Completion: 31/01/23 Site visits to be requested through the GETS Q & A function",Awarded,Refer recommendation report,0,20250410 Ministry of Education - School Infrastructure,26238490,Request for Tenders,Open Competition,"Main Contractor for the Refurbishment of Toilets in Blocks N, P and T at Kelston Boys High School",,20220902,20220930,20230126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Kelston Boys High School is looking for a main contractor for the upcoming refurbishment of their toilets in Blocks N, P and T. The work will need to be phased out so only one toilet block is out of commission during the term. The tenderer is welcome to propose a programme to meet that requirement.",Awarded,met the requirements of the tender at more competitive pricing,0,20250410 Ministry of Education - School Infrastructure,26239860,Request for Tenders,Open Competition,Main Contractor for Block B Alterations and Hall Ventilation at Nawton School,PTA202213,20220830,20220928,20221114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Nawton School Board of Trustees (the Buyer) seeks a suitably experienced main contractor to carry out minor internal alterations and refurbishment of a room within the school's classroom block. Also, installation of mechnical ventilation to the school hall.",Awarded,,140268,20250410 Ministry of Education - School Infrastructure,26240399,Request for Tenders,Open Competition,"Main Building Contractor for AMS Alterations & Refurbishment at Mokoia School, Main South Road, Hawera",Mokoia School,20220831,20221001,20230505,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Mokoia School are seeking a suitably qualified Main Building Contractor to carry out AMS Alterations & Refurbishment. The Contract Works required are: Convert Library into combined Library/Learning/Breakout space. Replace single door with doubled glazed cavity slider. New fixed adjustable shelving. Additional power & data outlets and new lighting. Replace existing flooring. New wall linings. Associated painting. New bi-fold door on to deck. Convert corridor into a learning street. Replace internal doors with glazed doors. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,124506,20250410 Ministry of Education - School Infrastructure,26240782,Request for Tenders,Open Competition,Whakatane High School Cleaning Contract,,20220902,20221002,20221012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Cleaning contract to Whakatane High School as per attachments,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26241224,Request for Tenders,Open Competition,"Main Building Contractor for AMS Alterations & Refurbishment to Block B at Inglewood School, Inglewood, Taranaki",Inglewood School,20220901,20221006,20230327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Inglewood School are seeking a suitably qualified Main Building Contractor to carry out the Block B AMS Alterations & Refurbishment. The Contract Works required are: Interior upgrade & refurbishment to provide innovative, collaborative teaching environments. This includes opening up walls between classrooms and installing glazed stacker doors. Make good linings and install Autex Composition. Relocate existing radiators to suit modified spaces. New carpet tiles and vinyl to entire Block B. Minor upgrade to Staff WC. New exterior doors off classroom 1 with new deck. All tender documentation and necessary information attached. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,478863,20250410 Ministry of Education - School Infrastructure,26242606,Request for Tenders,Open Competition,Greenpark School Learning Support Property MODS Bathroom,GRN15,20220902,20220929,20221220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This is a small building project that is the reconfiguration and alteration to an existing bathroom within the school hall.,Awarded,,138580,20250410 Ministry of Education - School Infrastructure,26242903,Request for Tenders,Open Competition,"Main Contractor for a Block 4 Replacement of Window Joinery and Wall Linings, and Refurbish Toilets at Clevedon School",,20220901,20220928,20230126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Clevedon School are requesting the construction services of a suitably qualified contractor to carry out a replacement of the window joinery and wall linings and refurbish the toilets in block 4. Block 4 was built in 1975. Replacement of the window joinery and internal wall linings are required as they are reaching end of life. The suspended timber floor has no insulation. Toilets are required to be refurbished as they have not been refurbished since the block was built in 1975 (total of 2 pans and 1 urinal). All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 6th of September 2022 at 3:15pm Site Visit 2 Tuesday the 13th of September 2022 at 3:15pm Site Visit 3 Tuesday the 20th of September 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,113460,20250410 Ministry of Education - School Infrastructure,26243187,Request for Tenders,Open Competition,Main Contractor for a Block 6 Lighting & Heating Upgrade + Provision of Fixed White Board Storage Units at Willowbank School,,20220902,20220929,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Willowbank School are requesting the construction services of a suitably qualified contractor to carry out a lighting and heating upgrade + provision of fixed white board storage units in block 6 for 7 classrooms. Block 6 was built in 2002. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 7th of September 2022 at 3:15pm Site Visit 2 Wednesday the 14th of September 2022 at 3:15pm Site Visit 3 Wednesday the 21st of September 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,"Due to receiving only two tenders on GETS, this project went to the open market. A third quote was obtained which met all requirements. The Board of Trustees at Willowbank School accepted this quote.",0,20250410 Ministry of Education - School Infrastructure,26243450,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Construction of Caretaker's and Sports Storage Shed at Prebbleton School,,20220922,20221014,20221031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The construction of a new caretakers and sports storage shed, with concrete paved areas around.",Not Awarded,The contract was awarded on 31/10/22,0,20250410 Ministry of Education - School Infrastructure,26244731,Request for Tenders,Open Competition,Main Contractor for Block A: Partial Re-Roof at Tua Marina School,3050-19-02,20220901,20221005,20230202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tua Marina School requires a partial re roof to Block A,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26244736,Request for Quotations,Closed Competition,Elmwood School CSR Redevelopment - Demolition & Enabling Works,MOE19158,20220901,20220921,20221021,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be uploaded to GETS,"Elmwood Normal School are undoing a redevelopment within the CSR Programme which includes; Demolition of existing teaching spaces located in Blocks 2, 3 and 9; Future demolition of the old dental space. Services relocation required for these works to be enabled. Future works will include a new two storey teaching space block and refurbishment or rebuild of the Block 1 building.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,26245643,Request for Tenders,Open Competition,Main Contractor for a Block 5 ILE & DQLS Upgrade (Kiwi & Kowhai) + Kiwi Toilet Refurbishment at Willowbank School,,20220902,20220929,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Willowbank School are requesting the construction services of a suitably qualified contractor to carry out an ILE and DQLS upgrade and toilet refurbishment in block 5 (Kiwi and Kowhai). This project is to enhance existing connections into the Awhina space of both Kiwi and Kowhai, and upgrade DQLS items such as the lights and the hessian wall coverings. The toilets in Kiwi are also to undergo a refurbishment. Block 5 was built in 2002. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 7th of September 2022 at 3:15pm Site Visit 2 Wednesday the 14th of September 2022 at 3:15pm Site Visit 3 Wednesday the 21st of September 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,"Due to only receiving two tenders on GETS, this project went to the open market. The third quote obtained met all requirements and the Board of Trustees at Willowbank School accepted this quote.",0,20250410 Ministry of Education - School Infrastructure,26245722,Request for Tenders,Closed Competition,Main Contractor for the Block C Remediation (Stage 2) at Stratford High School.,02-044-017,20220902,20221019,20221202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"We are seeking tenders from appropriately skilled and resourced main contractors, as identified through the previous ROI process, to complete the construction works for the Block C (Stage 2) Remediation project at Stratford High School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26252759,Request for Proposals,Open Competition,Lead Design Services for ILE Upgrade at Selwyn College,,20220905,20220929,20230523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26253281,Request for Proposals,Open Competition,Design and Build for a new Junior Playground at Nawton School,PTA202225,20220902,20221005,20221107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Nawton School Board of Trustees (the Buyer) seeks suitably qualified potential suppliers to submit a Design Proposal and Price for a Design and Build contract for a Junior Playground at Nawton School,",Awarded,,239924,20250410 Ministry of Education - School Infrastructure,26253827,Request for Tenders,Open Competition,Tainui Full Primary School Water Main Replacement,6409,20220902,20220929,20230314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website., Outcome sought Replace old Galvanised water mains with PVC,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26254357,Request for Tenders,Closed Competition,CW2022-029 Request for Tenders for Waikato Schools (Woodstock School) LSPM and Weathertightness Projects - Contract Works,MOE17813,20220831,20220921,20221104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a direct invitation to Directory Supplier (Woodview Construction Limited -the Tenderer) shortlisted from the Construction Directory to submit a Tender for Waikato Schools (Woodstock School) LSPM and Weathertightness Projects - Contract Works (the Contract Works).,Awarded,The contract has been awarded to Woodview Construction Limited and started in November 2022. Price band is $50k-$100k.,0,20250410 Ministry of Education - School Infrastructure,26259404,Request for Tenders,Open Competition,Painting Contractor for Cyclical Maintenance at Blockhouse Bay Intermediate,,20220906,20220930,20221014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Repainting of the outside of all school buildings, including stripping where required",Awarded,,214721,20250410 Ministry of Education - School Infrastructure,26259764,Request for Tenders,Open Competition,Main Contractor for a Block 1 Toilet Refurbishment & Cloak Bay Vinyl Replacement at Maraetai Beach School,,20220905,20220930,20230529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Maraetai Beach School are requesting the construction services of a suitably qualified contractor to carry out a toilet refurbishment & cloak bay vinyl replacement in Block 1. Block 1 was built in 1957. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 13th of September 2022 at 3:15pm Site Visit 2 Tuesday the 20th of September 2022 at 3:15pm Site Visit 3 Tuesday the 27th of September 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,"Due to only receiving two tenders through GETS, a third quote was obtained from the open market. This quote met all scope and budget requirements. This quote was accepted by the Board of Trustees at Maraetai Beach School.",0,20250410 Ministry of Education - School Infrastructure,26259995,Request for Tenders,Open Competition,Main Contractor for a Block 1 Rear Louvres & Timber Windows Replacement at Maraetai Beach School,,20220905,20220930,20230529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Maraetai Beach School are requesting the construction services of a suitably qualified contractor to replace the rear louvres & timber windows in block 1. Block 1 was built in 1957. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 13th of September 2022 at 3:15pm Site Visit 2 Tuesday the 20th of September 2022 at 3:15pm Site Visit 3 Tuesday the 27th of September 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,"Due to only receiving one tender through GETS, a second and third quote was obtained from the open market. One of these quotes was accepted by the Board of Trustees at Maraetai Beach School.",0,20250410 Ministry of Education - School Infrastructure,26264209,Request for Tenders,Closed Competition,Kamo High School Redevelopment Main Contractor,MOE13872-1,20220902,20220930,20230518,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced contractor to provide Main Contractor Services for Kamo High School redevelopment project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26265673,Request for Tenders,Open Competition,Katikati Primary School Perimeter Aluminium fence,KAP18,20220916,20221013,20230201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The tender is for an aluminium fence to the boundary of the school and seeks an appropriately experience fencing contractor.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26270326,Request for Tenders,Open Competition,Main Contractor to Design & Build a New Junior & Senior Playground at Glenfield Primary School,,20220907,20221004,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Glenfield Primary School are requesting the construction services of a suitably qualified contractor to design and build a new junior and senior playground. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Monday the 12th of September 2022 at 11am Site Visit 2 Monday the 19th of September 2022 at 11am Site Visit 3 Tuesday the 27th of September 2022 at 11am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,200000,20250410 Ministry of Education - School Infrastructure,26270724,Request for Tenders,Open Competition,"Main Contractor for Blocks A,B Tile, Membrane & Gutter Replacements at Southland Boys' High School",22-060,20220906,20221006,20221101,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Southland Boys' High School Board Of Trustees is looking for an experienced Contractor to complete a major roofing replacement project at Southland Boys' High School. The work was part of a previously advertised site wide roof replacement & site wide compliance project but was removed from the scope of works due to funding restraints and is now being re-advertised as a separate project. The major part of the project scope involves the main Block A Pearce shingle tile roof replacement and membrane gutters. The building is a Grade 2 listed Heritage Building. The replacement tiles are an approved tile system. The gutters are known to have ACMs therefore an approved removal specialist will need to be engaged. Also included in the project scope is for some remedial roof replacement work to a small area of Block B Uttley after recent adjacent roof replacement work identified a significant sag that resulted in further investigation. Work to both roof replacements will be required whilst the School remains open & fully operational with no interruption to life safety support systems and safe access to buildings at all times. Staging areas will need to consider the west access to the School remains open for vehicle movements and deliveries.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26271726,Request for Tenders,Open Competition,"Main Contractor for a Block 1,3,4,7,100345(12): AMS Combined Block Refurbishment at Glenfield Primary School",,20220908,20221005,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Glenfield Primary School are requesting the construction services of a suitably qualified contractor to carry out a combined block refurbishment in blocks 1, 3, 4, 7, and 100345 (12). Block 1 was built in 1960, Block 3 was built in 1959, Block 4 was built in 1968, Block 7 was built in 1975, and 100345 (Block 12) was built in 2000. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 14th of September 2022 at 12.40pm Site Visit 2 Wednesday the 21st of September 2022 at 12.40pm Site Visit 3 Wednesday the 28th of September 2022 at 12.40pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,"We only received 2 tenders via GETS so we were required to go to the open market to source a third quote, the school Board of Trustees awarded this contract to the open market quote due to the value of money, and proven workmanship and reputation of the company in the construction industry.",0,20250410 Ministry of Education - School Infrastructure,26272837,Request for Tenders,Closed Competition,Main Contractor for Block A Pupils Toilets Remodel and Rationalisation at Cobden School,3322-22-05,20220908,20220929,20221006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Block A - Partial Demolition & Making Good. Asbestos removal, demolition of a portion of building, exterior cladding, internal work on doors, new carpet and wall coverings to the partially demolished rooms, construction of new deck, making good the grounds where demolition took place by backfilling topsoil and sowing grass seed at Cobden School",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26273145,Request for Quotations,Closed Competition,Hornby High School B21 Roll Growth 10TS PM/EtoC Services,MOE19223,20220907,20220929,20221108,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be uploaded to GETS,"Hornby High School B21 Roll Growth 10TS PM/EtoC Services a. RFQ Summary This RFQ is issued requests a response to the requirement for Project Management and Engineer to Contract services. b. Project Background Te Huruhuru Ao o Horomaka / Hornby High School has been redeveloped as part of the CSR Programme. The redevelopment was completed in 2020 with a current build roll of 800.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,26282092,Request for Quotations,Closed Competition,Hornby High School B21 Roll Growth 10TS QS Services,MOE19224,20220907,20220929,20221104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be uploaded to GETS,"Hornby High School B21 Roll Growth 10TS QS Services a. RFQ Summary This RFQ is issued requests a response to the requirement for Quantity Surveyor services. b. Project Background Te Huruhuru Ao o Horomaka / Hornby High School has been redeveloped as part of the CSR Programme. The redevelopment was completed in 2020 with a current build roll of 800.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0-$250,000",0,20250410 Ministry of Education - School Infrastructure,26282417,Request for Tenders,Open Competition,Main Contractor for Supply and Install of Acoustic Composition Board and all associated prep work at Papatoetoe West School,,20220908,20221004,20221209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Papatoetoe West School is seeking the services of a Main Contractor to supply and install Autex composition board to 15 teaching spaces and all wall preparation and remediation work is to be included.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26283389,Request for Tenders,Closed Competition,RFT Main Contractor for the Design and Build of 5YA Roof Replacement and Classroom Refurbishment at Whakamarama School,,20220908,20221003,20221215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Main Building Contractor for the Design and Build 5YA Roof Replacement and Classroom Refurbishment at Whakamarama School,Awarded,The contract was awarded to TGA Commercial Build Limited and will start on 9 January 2023.,202474,20250410 Ministry of Education - School Infrastructure,26284258,Request for Tenders,Open Competition,Main Contractor for L/S Site: Accessible Upgrade at South Otago High School,393.20.01,20220912,20221014,20230210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Access to Courts & Gymnasium (Site) ? Concrete and ramp landing to access Playing Courts and Gymnasium Block. Block D (Poupoutanoa) ? New 20series concrete block lift shaft ? Lobby area with access to Ground Floor and First Floor (including new window, ceiling and wall linings and carpet. ? Schindler lift ? Fire Doors from lobby to ground and first floor corridors ? Widening existing doorways to achieve a minimum 910mm clear opening ? Creation of accessible toilet facility ? Upgrade entire Block D as required for building code compliance. Block A (Clutha) ? Alter exterior entranceway to hall ? Level access and widening of doorways to Mandarin classroom, Senior Management and Guidance Councillor areas ? Upgrade of entire of block A for Building Code Compliance Block F (Clydevale) referred to as Block S in the Special Ed Report ? Concrete ramp and landings to access Block S from main site ? Reform existing concrete steps to form complaint accessible steps Block C (Pomahaka) ? Reform concrete ramp and landings to provide compliant ramped access",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26284871,Request for Tenders,Open Competition,Electrical Upgrade works at Hamilton Boys HIgh School,2022 HBHS,20220909,20221006,20221205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hamilton Boys High School Board of Trustees seeks a suitably qualified electrical contractors to submit a Tender for Electrical Upgrade works.,Not Awarded,"one response received and over budget therefore, re-tendering process was required.",0,20250410 Ministry of Education - School Infrastructure,26284999,Request for Tenders,Open Competition,Heating System Upgrade at Hamilton Boys' High School,2022 HBHS,20220909,20221006,20221205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hamilton Boys' High School Board of Trustees seeks a suitably qualified heating contractors to submit a Tender for Heating system upgrade.,Awarded,,117574,20250410 Ministry of Education - School Infrastructure,26287021,Request for Proposals,Closed Competition,Te Anau (Te Kura o te Anau) Roll Growth New Teaching Block Master Planning and Lead Design Services,MOE17091,20220907,20221013,20230310,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"The Ministry of Education has awarded the Te Anau School an additional 2 Teaching Spaces. The Contract will deliver a design based on 4 New Teaching Spaces but will only deliver 2 TS in this stage. The building design will be based on the Donovan Primary School, Invercargill.",Awarded,It is intended that the contract resulting from this tender will be within $250-$350K.,0,20250410 Ministry of Education - School Infrastructure,26287671,Request for Tenders,Open Competition,The Supply and Installation of Aluminium Boundary Fence at Ngakuru School,229161,20220909,20220929,20221201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,This Request for Tender is an invitation to suitably qualified contractors to submit a tender for the Supply and Installation of Aluminium boundary fence at Ngakuru School.,Awarded,"Dear Tenderer, The contract was awarded to Strong Fencing Gates and Automation and will start 01.12.2022. The term of this contract is 3 months.",203136,20250410 Ministry of Education - School Infrastructure,26307732,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, LSM - Disabled Access/Universal Bathroom, Rongotai College, Wellington",5806,20220913,20221007,20230309,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to address modifications to college property identified within Property Modification Provision Reports at Rongotai College. The reports identify the need for improved disabled access and toilet facility including for a universal bathroom. The work will alter existing toilets to create accessible toilet cubicles within the general facilities and include some building work and plumbing. An existing accessible toilet will be altered/refurbished to create a universal bathroom and include new wall, floor and ceiling linings/finishes, electrical and plumbing to suit for specialist sanitary facility and change table. General access provisions will be enabled with the erection of ramp access or alteration of existing ramps along with installation of keyless control to the existing lift. A platform lift will be supplied to access the stage. The scheme will be traditionally executed with a full design team employed by the Rongotai College Board of Trustees producing full construction documentation.",Awarded,"Awarded to Field & Hall, anticipated completion of 31.10.23. It is intended that the value of the contract resulting from this tender will be within $100-250k.",0,20250410 Ministry of Education - School Infrastructure,26314603,Request for Tenders,Open Competition,Main Contractor for Block A (part) Low Level Membrane Roof Replacement & Fire Alarm Upgrade at Waianiwa School,21-018,20220914,20221012,20221128,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Waianiwa School Board of Trustees is looking for an experienced main Contractor to complete a low level roof replacement to (part) Block A above the administration area at Waianiwa School, as the existing membrane roofing had reached the end of its economic life. As the work will trigger a building consent, a site wide fire upgrade will also be completed to bring the School up to current NZBC and MOE requirements. Included in the demolition works is the removal of the (former) existing concrete boiler chimney structure that is no longer required to remove a major roof penetration from the low pitch roof section.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26322267,Request for Tenders,Open Competition,Combined 5YA Projects at Otago Boys' High School,,20220914,20221026,20230215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Otago Boys' High School Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the combined 5YA projects. The project generally consists of the following: o Modernisation of 3 x science Labs with a lighter refurbishment to a 4th o Modernisation of the Library toilets o Replacement of the floor coverings to the Library and entrance o Replacement of the Pool roof/cladding and associated structural alterations o Upgrades of the Pool changing facilities o Replacement of the Grandstand roof and ceiling",Awarded,"Following the evaluation of the tenders received, this contract has been awarded to Stewart Construction Ltd.",0,20250410 Ministry of Education - School Infrastructure,26325309,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor, Blocks ADM, B, D, L - Replace Roofing/Spouting, Tawa College, Tawa, Wellington",5611,20220915,20221014,20230619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Tawa College Ten Year Property Plan has identified aging roof coverings and spouting on four college buildings as needing replacement. All of this work is like for like replacement of existing roofing and rainwater disposal goods. The scheme will be traditionally executed with a full design team employed by the Tawa College Board of Trustees producing full construction documentation.",Not Awarded,"Did not proceed. Funding options being explored.",0,20250410 Ministry of Education - School Infrastructure,26326138,Request for Tenders,Open Competition,Napier Intermediate School - Roof over courts,Bot Project,20220914,20221013,20221205,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,"Outcome sought is to provide a covered roof over the existing multi purpose courts on the Napier Intermediate school site. Main contractor is to provide a design and build offer to the school to deliver all aspects of the project. This project is a single procurement funded solely by the Board of Trustees The Contract Works required are: New building of a covered roof over the multi purpose courts using a proprietary building system Covered court is a single basketball court size being 53 m x 35m Site is the whole of the multi use courts which sit at the street frontage to Kennedy Road.",Not Awarded,Prices received were too high and all tenders have been declined,0,20250410 Ministry of Education - School Infrastructure,26328522,Request for Tenders,Open Competition,Main Contractor for an Exterior Paint at Rowandale School,,20220916,20221015,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Rowandale School are requesting the painting services for exterior painting of the whole school. Note: Please price each block separately. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Wednesday the 21st of September 2022 at 10am Site Visit 2 Wednesday the 28th of September 2022 at 10am Site Visit 3 Wednesday the 12th of October 2022 at 10am",Awarded,,37562,20250410 Ministry of Education - School Infrastructure,26330231,Request for Tenders,Closed Competition,RFT for Main Contractor for Mokopuna ECC Upgrades at TKKM o Taumarere,210534,20220915,20221021,20221215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Mokopuna Early Childhood Centre is operating out of a building at TKKM o Taumarere in Moerewa. This project is to internally upgrade the spaces including office, classrooms, bathroom and change area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26330803,Request for Tenders,Open Competition,Main Contractor to Supply and Install a New Astroturf at Papatoetoe East School,,20220916,20221013,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papatoetoe East School are requesting the services of a suitably qualified contractor to supply and install a new astroturf at the school. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Thursday the 22nd of September 2022 at 3:15pm Site Visit 2 Thursday the 29th of September 2022 at 3:15pm Site Visit 3 Thursday the 6th of October 2022 at 3:15pm",Awarded,,208383,20250410 Ministry of Education - School Infrastructure,26331518,Request for Tenders,Open Competition,"5YA-Main Contractor for Block L:Outdoor Learning Area at Renwick School, Marlborough",,20220914,20221103,20221208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Main Contractor for the construction of an Outdoor Learning Area; along with installation of new ceiling in all rooms (17-21) to allow for insulation and acoustic panels; new carpets and and wall linings,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26332730,Request for Tenders,Open Competition,Main Contractor for LSC Works at Trident High School,218624,20220916,20221014,20230306,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,The school is seeking tenders from main building contractors for the internal alterations of some 45sqm within Block R to form offices for LSC services. The area of works is to approximately 50% of the block. The balance of the block is occupied by an office and sickbay spaces. These spaces are to remain operational throughout the course of the works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26336702,Request for Tenders,Open Competition,"Main Contractor for Blocks E, F, G, H, I Student & Staff Toilet Upgrade & Refurbishment at Upper Harbour Primary School",,20220919,20221014,20231109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Upper Harbour Primary School Board of Trustees are seeking a main contractor to deliver Blocks E, F, G, H, I Student & Staff Toilet and Refurbishment.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26337052,Request for Proposals,Open Competition,School bus services - Rosehill Transport Network Group,,20220919,20221015,20230327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Rosehill Transport Network Group welcomes proposals from suitably experienced transport operators to provide school bus services. For more information about this network and the routes operated, please visit www.rosehill.easybus.nz Tuesday morning routes operate a double schedule to accommodate a late start at Rosehill College. Tenderers should note the requirement to submit a disaggregated contract rate. This contract commences on 1 January 2023.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26338315,Request for Tenders,Open Competition,Main Contractor for Rewa Rewa School (Wellington) - AMS Outdoor Covered Areas,,20220919,20221014,20230417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The BOT at Rewa Rewa School are seeking the services of a main contractor to undertake the construction of alterations and additions to the areas described in the tender documents prepared by IR Group Ltd. This involves the following works Outdoor Covered Area: Isolating work areas. Install new coat and bag racks and 2x new doors at existing entrance. Install new posts to frame decking area and support new roof covering. Install new slot drain to receive rainwater from new fall. Connect services under the new deck. Remove clear roofing off existing canopy and replace with new trafficable clear acrylic sheet. Install new 60mm wide gutter. Secure translucent sheets to battens as shown on elevations Leave site clean and tidy. Translucent Roofing replacement Removal of existing non-trafficable translucent roofing Replacement of translucent roofing sheet with new trafficable product specified Please ensure the items are prices are segregated as below Covered outdoor area 1 Covered outdoor area 2 Translucent Sheet Replacement This work is being done under a building consent and as such, the successful contractor will be required to arrange and attend all relevant inspections. See attached the the relevant tender documents and further details of the work required. - RFQ information - Form of Tender Part A - When responding, please ensure you complete - Form of Tender Part B - When responding, please ensure you complete - Schedule of prices - Architectural Drawings - Specifications - Translucent Roof Sheet Replacement Scoping Doc - Section 112 Report - MOE Medium Works Contractor the contractor will be required to sign",Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,26340245,Request for Tenders,Open Competition,Queen Charlotte College Enabling and Main Contractor Services,MOE19376,20220920,20221018,20221125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Project Brief: Enabling works to provide temporary Hard Materials and Food Technology teaching areas in existing buildings to allow school to continue delivery of quality learning during major site redevelopment. Scope of Works: Fitout part of existing bus shed for temporary Hard Materials classroom including dividing wall, joinery, HVAC (heating and fume extract) and building services Fitout part of existing school building for temporary Food Tech classroom including joinery, building services, fittings and floor coverings New electrical infrastructure to area including distribution boards in both areas connected back to school MSB New IT/fire/security data infrastructure to Hard Materials classroom including pits/ducts and cabling back to existing areas OPTION: Fabrication of new replacement Main Switch Board (MSB) for future issue to Main Contractor",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$750,000",0,20250410 Ministry of Education - School Infrastructure,26342734,Request for Tenders,Open Competition,Main contractor for A: single glazed Window and door replacement at Lumsden Primary School,236351,20220923,20221020,20221214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The BOT at Lumsden Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,,285602,20250410 Ministry of Education - School Infrastructure,26343789,Request for Tenders,Closed Competition,Long Bay College - Block A Weathertightness Remediation - Main Contractor,MOE20042,20230320,20230421,20230630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for Weathertightness Remediation Works required for Block A at Long Bay College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26344289,Request for Tenders,Open Competition,Havelock North Intermediate School Block B QLE upgrade,229842,20220919,20221025,20221220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.," Nature of the Works is refurbishment of 5 existing school classrooms, demolition of some walls, internal wall openings between rooms with new sliding doors, new structure and timber framing as required. New internal linings and floor coverings. New lighting. New resource rooms and breakout rooms to be provided to sub divide existing classroom space. Complaint accessible route to be provided from the Block B courtyard",Awarded,,609000,20250410 Ministry of Education - School Infrastructure,26348943,Request for Proposals,Closed Competition,CW2022-028 Te Akau Ki Papamoa (The School) Quantity Surveyor Services for New Khandallah Block RFP,MOE17826,20220916,20221014,20221123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Te Akau Ki Papamoa (The School) Quantity Surveyor Services for New Khandallah Block.",Awarded,The contract has been awarded to Maltbys Limited and started in November 2022. Price band $50k-$100k.,0,20250410 Ministry of Education - School Infrastructure,26353507,Request for Tenders,Open Competition,Heriot School Toilet Remodel and High Needs Bathroom Facility,235082,20220921,20221018,20221216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The BOT at Heriot School is seeking suitably qualified main contractors to submit an RFT for the project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is mid-January 2023 and the indicative completion date is April 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26354339,Request for Tenders,Closed Competition,Nelson College for Girls - Math Block Remediationm - MC Services,MOE19322,20220921,20221021,20230224,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses must be uploaded to GETS,"Remedial works to Nelson College for Girls to improve weathertightness, seismic performance and fire safety to Maths (Block P) and Arts/Technology (Block G) and adjoining atrium to ensure a safe learning environment. Maths (Block P) and Arts/Technology (Block G) are located in the centre of Nelson College for Girls campus and are linked together by a steel & glass atrium. Key risks to the project are: o Safety The site is very constrained by adjacent buildings, maintaining continued safe access and egress for staff and students whilst the project is in progress is essential. Careful consideration required around scaffolding, material deliveries (including cranage) and site access o Safety Block G occupied during term time, maintaining adequate fire safety systems to occupied spaces during construction duration is essential o Programme Maximize the work carried out during school holidays to maintain sufficient number of classrooms and minimizing down time of specialist learning areas. (Technology & Visual Design). o Weathertightness uncertainty around material (roofing & cladding) delivery times are being mitigated by prescribing a temporary shrink wrap scaffold weather protection system o Scope Design is still work in progress, the full scope extent of improvements to seismic performance is still to be realized. Currently the works impact on 11 classrooms including 4 specialist learning areas. o Scope - Unknown extent of rotten timber due to existing leaking building o Financial The current budget estimate is based on developed design the full scope extent of improvements to seismic performance is still uncertain, the estimate is currently showing a 20% contingency to accommodate the associated risk. The budget has assumed 5% escalation with construction starting Mid November 2022 o Decanting/staging Maintaining sufficient number of classrooms and minimizing down time of specialist learning areas. (Technology & Visual Design)",Awarded,,2098825,20250410 Ministry of Education - School Infrastructure,26355501,Request for Quotations,Closed Competition,Ferndale Te Ahu School (the School) STRG Refurbishment to Block 1,MOE18967,20220920,20221013,20221128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"The Ministry is supporting Ferndale Specialist School and Allenvale Specialist School (day special schools) to develop and pilot a collaborative transition education centre (TEC) for ORS learners aged 19-21. The Transition Centre will teach and support Rangatahi (young people), so they are well prepared to leave school and enter the community. Traditionally, transition program for learners with complex needs have had a focus on life skills. The proposed project seeks to teach independent living alongside an individualized pathway into further training and/or employment. The Contract Works required are: Strip out existing building and remove all redundant technology equipment, redundant fixed furniture and building fabric Complete full refurbishment as per the design package. There are no requirements for a staged handover of the project. The site is currently vacant therefore the contractor will be able to occupy with no major health and safety considerations other than the normal Site safety requirements.",Awarded,It is intended that the value of the contract resulting from this tender will be within $850K-$1M.,0,20250410 Ministry of Education - School Infrastructure,26355697,Request for Tenders,Closed Competition,RFT - Main Building Contractor for the S Block Toilet Upgrade,,20220928,20221018,20221201,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"S Block Toilet Block Upgrade. The outcome sought is to enter a construction contract with a suitability experienced contractor who will undertake the works as required by the BoT and MoE.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26355740,Request for Tenders,Closed Competition,RFT - Main Building Contractor for the Covered outdoor learning breakout space at Kereru Park Campus,,20221006,20221027,20220701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,109987,20250410 Ministry of Education - School Infrastructure,26355771,Request for Quotations,Open Competition,Main Contractor ACDEGILM & PA Roofing Works at Hastings Intermediate,221283,20220921,20221026,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,During a recent Condition Assessment carried out for the 2020/21 10 Year Property Plan issues with the condition of the schools roofing in ACDGILM & PA were identified.,Not Awarded,no responses received,0,20250410 Ministry of Education - School Infrastructure,26355974,Request for Tenders,Open Competition,"Main Contractor for the Block A,B,C,D,H Full Roofing Replacement at Melville Primary School",,20220922,20221025,20230126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Melville Primary School are requesting the construction services of a suitably qualified contractor to construct a full roofing replacement in blocks A, B, C, D and H. Block A was built in 1923, block B was built in 1955, block C was built in 1973, and block D and H were built in 1997. The existing roofing is in poor condition and repairs have not been completed to a standard that is acceptable. Therefore, a full replacement of the roofing is required. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Wednesday the 28th of September 2022 at 11am Site Visit 2 Wednesday the 12th of October 2022 at 11am Site Visit 3 Wednesday the 19th of October 2022 at 11am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,268380,20250410 Ministry of Education - School Infrastructure,26357333,Request for Tenders,Closed Competition,CW2022-088 Te Kura Kaupapa Maori o Te Ara Whanui (the School) Weathertightness and Potential Additional Requirements Main Contractor,MOE19299,20220921,20221017,20221220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Brosnan Construction Canterbury Limited (Tenderer) shortlisted from the Construction Directory to submit a Tender for CW2022-088 Te Kura Kaupapa Maori o Te Ara Whanui (the School) Weathertightness And Potential Additional Rights Main Contractor (the Contract Works). RFT released through GETS (closed tender) 21/9/22 Site Visit 27/9/22, TBC Deadline for Questions from Tenderers 5pm, 7/10/22 Deadline for Tenders 5pm, 17/10/22 Tenderers presentation at the kura Second half of Oct-22, date TBC Intended Contract award 05/12/22",Awarded,"This contract was awarded to Brosnan Construction Canterbury Limited and began on 20 January 2023. The term of this contract is until final completion of the project, forecast to be in September 2023.",0,20250410 Ministry of Education - School Infrastructure,26357701,Request for Tenders,Open Competition,Rodney College - Main Contractor for Interior Refurbishment and Window Replacement Works for the AMS DQLS Upgrade & Refurbishment,,20220922,20221020,20221221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The purpose of this project is to - refurbish room H1 of Block E - refurbish rooms F1, F2 and the Resource Room in Block C - refurbish the Music Room and Practise Room in Block H - refurbish rooms D1, D2, D3, D5 and the resource room in Block D - replace carpets and wall linings in Blocks P, U and Y - refurbish replace lighting in Block K - replace dust extraction and joinery in Block T - install a suspended ceiling, roller door, replace windows and repair/line walls in the gym, and refurbish in student changerooms in Block G These works will be undertaken in phases from December 2022 with staged handover depending on access to each space during a combination of term and school holiday time. The first phases will include works on Blocks C, D, P, U, Y, G and H to be carried out during the Dec 2022-Jan 2023 school holidays.",Awarded,"The Contractor was the only tenderer for this project. The Contractor has been chosen based on past experiences and satisfaction of works previously completed. The tenderer was determined to meet the requirements for proposed solution, capability, capacity, and price represents value for money",0,20250410 Ministry of Education - School Infrastructure,26360996,Request for Tenders,Closed Competition,"RFT - Specialist Contractor, Blocks A, LM - Replace Lift, Wellington High School, Wellington",5800,20220923,20221021,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The lifts situated in Blocks A and LM are approximately 40 years old. Having had periodic upgrades and regular servicing, both lifts now are at a stage where maintaining them is no longer viable and replacement is necessary. The scope of work will replace the lift car, level doors and trim, motor, guide rails, communications and lighting along with cables to provide for vertical travel equipment to current standards. The Block A lift is one of two, one having been replaced in 2019 by Schindler. This project will replace the remaining lift in a duplex configuration with existing. The Block LM life is a single shaft serving three levels. This project will replace the lift car and all associated equipment. The work will include for interface with the security and fire systems and allow for SALTO keyless call operation. The College is looking for a full design, consenting and construction service from an appropriately experienced specialist contractor.",Awarded,Awarded to Schindler Lifts NZ. It is intended that the value of the contract resulting from this tender will be within $250-500k.,0,20250410 Ministry of Education - School Infrastructure,26362226,Request for Tenders,Open Competition,Tauranga Boys College Supply of Sports Uniform,,20220920,20221014,20221031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,,Not Awarded,Awarded to ONEILLS IRISH INTERNATIONAL SPORTS CO. LIMITED,0,20250410 Ministry of Education - School Infrastructure,26363299,Request for Tenders,Closed Competition,Main Contractor - Refurbishment of Blocks B (Rae) and E (Rive) at Pakuranga College,,20220923,20221017,20221206,,Sole Agency,No,,Pakuranga College seeks a Main Contractor to refurbish Nelson Blocks Rae (MoE Block B) and Rive (MoE Block E) with replacement of windows and window joinery. Minimization of disruption to the school will be critical to the success of this project.,Awarded,The winning Tenderer is Rodgers Builders Limited. Thank you for taking the time to submit your Tender for this project. Please get in contact if you wish to have a Tender debrief.,0,20250410 Ministry of Education - School Infrastructure,26367009,Request for Tenders,Closed Competition,Main contractor for various refurbishment works at Karetu School,,20220923,20221017,20221018,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"i. Various refurbishment works including but not limited to: (a) Classroom internal refurbishments (b) Student toilet refurbishments (c) Joinery replacements/installation (d) Electrical works (e) Carpentry works",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26369955,Request for Proposals,Closed Competition,Main Contractors5YA Combined Projects,,20220923,20221013,20221124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Three sections of work *Block 2 external canopy for sun protection, * Internal reconfiguration of Resource & Learning Areas, Blocks- Boiler 1,4&5 - Roof replacement, Boiler - reclad external and new internal linings",Awarded,A clear methodology and clear pricing structure for the works,0,20250410 Ministry of Education - School Infrastructure,26370537,Request for Tenders,Open Competition,"Main Electrical Contractor for Electrical Upgrade to Various Blocks at Kairanga School, Manawatu",Kairanga School,20221012,20221110,20230327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Kairanga School are seeking a suitably qualified Main Electrical Contractor to carry out the Electrical Upgrade works to various blocks. This includes new LED lighting, Distribution Boards and Heatpumps. The Contract Works required are: Block 1: Lighting, distribution boards x 2, heatpumps x 3. Block 2: Lighting, distribution boards x 2, heatpumps x 3. Block 4: Lighting, distribution boards x 1, Heatpump x1. Block 10: Distribution board x 1, submain cable. Block 11: Lighting, distribution boards x 1, heatpump x 1. All tender documentation and necessary information attached. Contact the School Office to arrange a time to visit site. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,142399,20250410 Ministry of Education - School Infrastructure,26372108,Request for Tenders,Open Competition,Main Contractor for an AMS Combined Block 1 QLE Upgrade including Toilet Refurbishment at Glen Innes School,,20220927,20221028,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Glen Innes School are requesting the construction services of a suitably qualified contractor to carry out a QLE upgrade including toilet refurbishment in Block 1. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Tuesday the 4th of October 2022 at 1:30pm Site Visit 2 Tuesday the 11th of October 2022 at 1:30pm Site Visit 3 Wednesday the 19th of October 2022 at 3:15pm",Not Awarded,"We only received 2 tenders via GETS so we were required to go to the open market to source a third quote, the school Board of Trustees awarded this contract to the open market quote due to the value of money, and proven workmanship and reputation of the company in the construction industry.",0,20250410 Ministry of Education - School Infrastructure,26372742,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor, Blocks E, F4, X, 1, 2, CW - Replace Roof Coverings & Spouting, Paraparaumu College",5723,20220928,20221021,20230522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Ten Year Property Plan includes a number of roofing improvements across five buildings and a covered walkway structure. The work includes replacement of metal and translucent polycarbonate roof coverings, spouting and walkway roofing renewal that incorporates structure changes to create improved pitch. The College is presently considering the retention of the main boiler flue on Block F4. Contractors are requested to price the cladding renewal but there is a possibility that this structure may end up being demolished by others.",Awarded,"Awarded to Empire Roofing, anticipated completion of November 2023. It is intended that the value of the contract resulting from this tender will be within $100-250k",0,20250410 Ministry of Education - School Infrastructure,26376374,Request for Proposals,Closed Competition,Te Rohutu Whio School Roll Growth Design and Build Services,MOE19492,20220929,20221027,20230302,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,all response via electronic submission only,"Te Rohutu Whio school was opened on term 1 2022. It is in the north-eastern side of Rolleston just out of Christchurch city. It is in an area that has large amounts of continual residential development with further residential growth underway and planned. Te Rohutu Whio school opened with a capacity to teach 450 students spaces, provided through 18 general teaching space as well as 6 specialist technology teaching spaces. The school has been master-planned for 750 student spaces. The expansion to the campus will entail a new 2 storey 13Ts block with new hard court, playground and COLA. (Covered Outdoor Learning Area).",Awarded,"Design and Build contract based on NZS3916:2013 Awarded value of $1,097,215 relates to D&B contract stage 1 (Design).",1097215,20250410 Ministry of Education - School Infrastructure,26376689,Request for Quotations,Closed Competition,Te Rohutu Whio School Roll Growth Project Management Services,MOE19492,20220930,20221028,20230303,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Rohutu Whio school was opened on term 1 2022. It is in the north-eastern side of Rolleston just out of Christchurch city. It is in an area that has large amounts of continual residential development with further residential growth underway and planned. Te Rohutu Whio school opened with a capacity to teach 450 students spaces, provided through 18 general teaching space as well as 6 specialist technology teaching spaces. The school has been master-planned for 750 student spaces. The expansion to the campus will entail a new 2 storey 13Ts block with new hard court, playground and COLA. (Covered Outdoor Learning Area).",Not Awarded,No tenderer has been appointed as a result of the tender process.,0,20250410 Ministry of Education - School Infrastructure,26376756,Request for Quotations,Closed Competition,Te Rohutu Whio School Roll Growth Quantity Surveyor Services,MOE19492,20220930,20221028,20230210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Rohutu Whio school was opened on term 1 2022. It is in the north-eastern side of Rolleston just out of Christchurch city. It is in an area that has large amounts of continual residential development with further residential growth underway and planned. Te Rohutu Whio school opened with a capacity to teach 450 students spaces, provided through 18 general teaching space as well as 6 specialist technology teaching spaces. The school has been master-planned for 750 student spaces. The expansion to the campus will entail a new 2 storey 13Ts block with new hard court, playground and COLA. (Covered Outdoor Learning Area).",Awarded,,81000,20250410 Ministry of Education - School Infrastructure,26379075,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,3,4,5 Roof replacement at Nga Iwi School",,20220928,20221028,20230602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Nga Iwi School Board of Trustees are seeking a Main Contractor to deliver the Blocks 2,3,4,5 Roof Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26379322,Request for Tenders,Open Competition,"Main Contractor for a Block 1,2,3,5 Toilet Refurbishment at Edmund Hillary School",,20220928,20221024,20230222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Edmund Hillary School are requesting the construction services of a suitably qualified contractor to carry out a toilet refurbishment in Blocks 1, 2, 3 and 5. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1 Tuesday the 4th of October 2022 at 3:15pm Site Visit 2 Tuesday the 11th of October 2022 at 3:15pm Site Visit 3 Tuesday the 18th of October 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,No tenders were submitted to GETS by the deadline so we went to the open market to procure quotes.,0,20250410 Ministry of Education - School Infrastructure,26379576,Request for Tenders,Open Competition,Main Contractor for the Rationalisation of Block CA at Papakura High School,,20220928,20221025,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papakura High School are requesting the construction services of a suitably qualified contractor to carry out a rationalisation of block CA. The 1960s building has structural damage and required significant earthquake strengthening which makes it not economical to repair and maintain. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Wednesday the 5th of October 2022 at 3:15pm Site Visit 2 Wednesday the 12th of October 2022 at 3:15pm Site Visit 3 Thursday the 20th of October 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,246964,20250410 Ministry of Education - School Infrastructure,26379906,Request for Tenders,Open Competition,Mohaka School - driveway reconstruction,216166,20220928,20221027,20221220,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website.,"Outcome sought is to complete the reconstruction of the school primary access road and car parking area with an new section of driveway allowing for separate entry and exit from the car park. ? Overview of the programme of which this project is a part 5YA delivery. ? Required works to be done in a defined school holiday period Christmas vacation December 2022 to January 2023.",Awarded,,110000,20250410 Ministry of Education - School Infrastructure,26382798,Request for Tenders,Open Competition,"Main Contractor for Blocks 2, 3, 4, 5, 8 and 10 Window & Door Joinery Replacement at Epsom Normal School",,20220929,20221025,20230322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Epsom Normal School Board of Trustees are seeking a main contractor for Blocks 2, 3, 4, 5, 8 and 10 Window and Door Joinery Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26383193,Request for Tenders,Closed Competition,Main Contractor for AMS Upgrade at Tangowahine School,,20220929,20221021,20221222,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"Various construction works at Tangowahine school. i. Roof replacements ii. ILE Upgrade (a) Demolition (b) Carpentry works (c) Internal finishes (d) Electrical iii. Construction of a new sickbay area",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26386398,Request for Proposals,Open Competition,Cleaning Contract -Tauranga Girls' College,220929,20220929,20221102,20221206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Cleaning contract proposals required for Tauranga Girls' College. We are a secondary school with a roll of 1300+ students situated in Gate Pa, Tauranga. We expect a high quality of cleaning based on the scope provided.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26386852,Request for Tenders,Open Competition,Main Contractor for a Site Fire Alarm System Upgrade at Macleans Primary School,,20221003,20221027,20230106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Macleans Primary School Board of Trustees are seeking a main contractor to deliver a Site Fire Alarm System Upgrade,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26391592,Request for Tenders,Closed Competition,Main Contractor for ILE Classroom Refurbishment of B Block & Associated Works at Eastern Hutt School,,20221003,20221031,20230307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This project scope of works is as follows Internal refurbishment of three classroom spaces to create ILE spaces along with the refurbishment of existing toilet facilities and roof covering replacements This is stage 2 of the staged refurbishment of B Block at the school. Roof covering replacement maybe undertaken earlier if possible. The works are to be carried out as early as possible in 2023 There is no requirement for staging or work but access to the exterior (and maybe interior) student toilets will need to be maintained throughout the contract works. The three already refurbished classroom spaces within B Block will be used throughout the contract works period.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26391656,Request for Tenders,Open Competition,Main Contractor for the combined AMS & 5YA Project at One Tree Point School,J34,20220930,20221028,20230725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for the combined AMS & 5YA Project at One Tree Point School,Not Awarded,Market to be re-tested due to exceeded budget.,0,20250410 Ministry of Education - School Infrastructure,26392499,Request for Tenders,Open Competition,Main Contractor for Wyndham school B Classroom ILE remodel stage 2,,20220930,20221027,20221028,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The BOT at Wyndham Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Not Awarded,This project will be retendered at a later date.,0,20250410 Ministry of Education - School Infrastructure,26393000,Request for Tenders,Closed Competition,"RFT for Main Contractor for 5YA Roofing, Window and Heating Works at Maeroa Intermediate",,20220929,20221103,20221212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Maeroa Intermediate has a new round of 5YA funding to upgrade and remediate various parts of the school. The works include roof replacements in block A and L; replacement of the translucent roofing in blocks B, C, D, G ; window replacements in block in the gym, stairwell and music room; heat pump replacements of old units and installing new heat pumps in the upstairs classrooms to provide cooling. In the area where the roof is getting replaced and skylights removed additional ventilation will be installed to provide fresh air to internal rooms. The upstairs classrooms windows on the north side will also have window film installed.",Awarded,The contract was awarded to S.J McCarthy Limited and will start on 19 December 2022.,518965,20250410 Ministry of Education - School Infrastructure,26395439,Request for Tenders,Open Competition,Main Contractor for Blocks 1 and 9 Roof Replacement at Sommerville School,,20221005,20221103,20230601,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Sommerville School Board of Trustees are seeking a Main Contractor for the Blocks 1 and 9 Roof Replacement,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26396401,Request for Tenders,Open Competition,"RFT Main contractor AMS A,J QLE upgrade & deck replacement at Pukehamoamoa School",227321,20221003,20221104,20230515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.," The school wishes to improve connectivity between the senior classrooms, provide a wet area for the junior class and replace an end-of-life deck. We are seeking a main contractor to create an opening between classroom 1 & 2 in block A and install a glazed sliding door. The entrance deck to the senior classrooms is to be extended over existing timber steps with a new galvanised handrail and timber steps. Install a new sink bench unit with a stainless steel sink bench with over cupboards in Classroom 4.",Awarded,,62202,20250410 Ministry of Education - School Infrastructure,26397470,Request for Tenders,Open Competition,"Main Contractor for Blocks 1 - 4, 9 & 11 Heating, Lighting and Electrical Upgrade at Sommerville School",,20221005,20221031,20230614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Sommerville School Board of Trustees are seeking a Main Contractor for Blocks 1 - 4, 9 and 11 Heating, Lighting and Electrical Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26397524,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Install of Sports Field Drainage System at Western Springs College",,20221003,20221027,20230814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The school is looking for a Main Contractor to Design, Supply and install Drainage Systems on three Sportsfields. The works will be based on the consented design included: The Sports fields at Western Springs College do not have sufficient drainage and the area becomes very boggy during the rainy season making them unsuitable for sports activities and a paved area to be remediated where drainage is failing and paving is sinking. The Board is looking to engage a Specialist Contractor to design, supply and install a suitable field drainage system to optimise use project The Contract Works required are: Consented design to be provided by Tenderer. Supply and install of the designed drainage system on 3 x Sports fields.",Not Awarded,Tender will be relisted as scope has changed,0,20250410 Ministry of Education - School Infrastructure,26397930,Request for Proposals,Closed Competition,RFP Provision of Offsite Manufactured School Buildings,MOE18025,20220930,20221124,20230626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Offsite Manufactured Buildings have been utilised by the Ministry since the 1950s, primarily for temporary and relocatable teaching spaces. In more recent times, Offsite Manufacturing (OSM) is becoming more prevalent within the construction industry globally. OSM itself can range from the delivery of complete, weathertight, spaces to site (volumetric supply) to the provision of building components for on-site assembly such as wall panels and wiring looms. Newer technologies are also capable of 3D printing structures. This gives rise to the terms Design for Manufacture and Assembly (DfMA) and Modern Methods of Construction (MMC), giving emphasis to the utilisation of a range of techniques where part or all a structure are produced at facilities then transported to site for assembly. The Ministrys current Offsite Manufactured Building Program involves the delivery of prefabricated modular buildings of temporary and permanent nature. In the future, the OSM category will have greater alignment with the Ministrys overall capital works program, including greater utilisation for the provision of permanent school spaces. As the longer-term vision for the utilisation of offsite manufacturing exceeds the current expectation, it is critical to ensure that the Ministry has access to the right supply chain via a multi-stage market engagement. This will identify suppliers with appropriate capacity, capability and scalability that can positively impact the Education sector. Furthermore, it will re-establish baseline for quality, cost and value measures that can be used to benchmark against historical OMB trends as well as traditional construction approaches. The current offering has been operating since 2015. The services to be provided by the future panel are as follows: Designing, construction, installation and/or relocation of buildings Supply and lease of buildings Refurbishment and relocation of buildings Provision of prefabricated building components As a minimum, suppliers should be able to provide a service to Design, Construct, Install and/or relocate buildings across one or multiple regions (North, Central, South). This is considered a turnkey solution for the delivery of teaching spaces, as shown in the below diagram. The remaining services are preferred, though will not be considered mandatory service offerings.",Awarded,,200000000,20250410 Ministry of Education - School Infrastructure,26402325,Request for Tenders,Closed Competition,Request for Tenders for Trig Road School OMB Project Civil Works Contractor,MOE19520,20221003,20221104,20221216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"There is the requirement for civil works to be undertaken to a rural greenfield site on Trig Road, Whenuapai, Auckland, including widening of the public road to allow a separate Contractor to relocate off-site manufactured buildings and connect to services for the creation of a new school known as Trig Road School. The civil works include: (i) Site establishment (ii) Cut and fill bulk earthworks (iii) Retaining wall construction (iv) Stormwater and wastewater excavation (v) Establishment of carpark and access road (vi) Establishment of building platforms (vii) Establishment of playing field and playground areas (viii) Road widening works for the creation of a right-hand turning bay",Awarded,,4634476,20250410 Ministry of Education - School Infrastructure,26402898,Request for Quotations,Closed Competition,Te Aratai College - Roll Growth - Quantity Surveyor Services,MOE18065,20221003,20221103,20221209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Aratai College - Roll Growth - Quantity Surveyor Services Redevelopment of Te Aratai College was completed in April 2022 with a build roll of 850. Current property provision is 57 teaching spaces and 2.6 Gym spaces (totalling 59.6 teaching spaces). This includes 11 teaching spaces provided specifically for Outside Tech provision. A new 16TS block has been confirmed as Stage 2 of Te Aratai College Redevelopment as well partial reconfiguration of the existing Technology Block (Block C). This will provide a solution for the following: Ongoing roll growth Existing tech block already at its maximum capacity to welcome Outside Technology students Existing technology block reconfiguration It is intended to provide tech space to 1200 Te Aratai students as part of the roll growth which will inform how many Outside Tech Students (OTS) the building can accommodate. From the Colleges projections, for a build roll of 1200 Te Aratai students, the College will require a total of 12 tech TS made up of the following: . 2 TS visual arts . 2 TS hard materials workshops . 2 TS DVC . 3 TS food labs . 1 TS fabrics . 2 TS digital It is noted that the technology centre will not have capacity for a master plan roll of 1800 Te Aratai students and some of the tech subjects will have to be relocated to a future building. From the Colleges projections, a total of 19 tech TS will be required which will not fit in the existing tech building. Note the College advised that Visual Arts technically does not belong under tech subjects can be moved to another building. To accommodate 1200 Te Aratai students and provide space for the OTS (number yet to be confirmed), the non-technology spaces on the upper floor of the tech centre will be relocated. . science labs moved to the new build . library and its resource room moved to existing Block L (Learning Hub) . meeting room adjacent to library moved to new build . careers and its associated meeting room moved to Block L . deans office, well-being offices and meeting room adjacent to careers moved to either Block L or new build College to confirm",Not Awarded,Tender not awarded due to project scope changing. Tender to be re-issued once scope of project is finalised.,0,20250410 Ministry of Education - School Infrastructure,26404741,Request for Quotations,Closed Competition,Te Aratai College - Roll Growth - Lead Design Services,MOE18064,20221003,20221103,20221209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Aratai College - Roll Growth - Lead Design Services Redevelopment of Te Aratai College was completed in April 2022 with a build roll of 850. Current property provision is 57 teaching spaces and 2.6 Gym spaces (totalling 59.6 teaching spaces). This includes 11 teaching spaces provided specifically for Outside Tech provision. A new 16TS block has been confirmed as Stage 2 of Te Aratai College Redevelopment as well partial reconfiguration of the existing Technology Block (Block C). This will provide a solution for the following: Ongoing roll growth Existing tech block already at its maximum capacity to welcome Outside Technology students Existing technology block reconfiguration It is intended to provide tech space to 1200 Te Aratai students as part of the roll growth which will inform how many Outside Tech Students (OTS) the building can accommodate. From the Colleges projections, for a build roll of 1200 Te Aratai students, the College will require a total of 12 tech TS made up of the following: . 2 TS visual arts . 2 TS hard materials workshops . 2 TS DVC . 3 TS food labs . 1 TS fabrics . 2 TS digital It is noted that the technology centre will not have capacity for a master plan roll of 1800 Te Aratai students and some of the tech subjects will have to be relocated to a future building. From the Colleges projections, a total of 19 tech TS will be required which will not fit in the existing tech building. Note the College advised that Visual Arts technically does not belong under tech subjects can be moved to another building. To accommodate 1200 Te Aratai students and provide space for the OTS (number yet to be confirmed), the non-technology spaces on the upper floor of the tech centre will be relocated. . science labs moved to the new build . library and its resource room moved to existing Block L (Learning Hub) . meeting room adjacent to library moved to new build . careers and its associated meeting room moved to Block L . deans office, well-being offices and meeting room adjacent to careers moved to either Block L or new build College to confirm",Not Awarded,Tender not awarded due to project scope changing. Tender to be re-issued once scope of project is finalised.,0,20250410 Ministry of Education - School Infrastructure,26405140,Request for Quotations,Closed Competition,Te Aratai College - Roll Growth - Project Manager & Engineer to Contract Services,MOE18066,20221003,20221103,20221209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Aratai College - Roll Growth - Project Manager & Engineer to Contract Services Redevelopment of Te Aratai College was completed in April 2022 with a build roll of 850. Current property provision is 57 teaching spaces and 2.6 Gym spaces (totalling 59.6 teaching spaces). This includes 11 teaching spaces provided specifically for Outside Tech provision. A new 16TS block has been confirmed as Stage 2 of Te Aratai College Redevelopment as well partial reconfiguration of the existing Technology Block (Block C). This will provide a solution for the following: Ongoing roll growth Existing tech block already at its maximum capacity to welcome Outside Technology students Existing technology block reconfiguration It is intended to provide tech space to 1200 Te Aratai students as part of the roll growth which will inform how many Outside Tech Students (OTS) the building can accommodate. From the Colleges projections, for a build roll of 1200 Te Aratai students, the College will require a total of 12 tech TS made up of the following: . 2 TS visual arts . 2 TS hard materials workshops . 2 TS DVC . 3 TS food labs . 1 TS fabrics . 2 TS digital It is noted that the technology centre will not have capacity for a master plan roll of 1800 Te Aratai students and some of the tech subjects will have to be relocated to a future building. From the Colleges projections, a total of 19 tech TS will be required which will not fit in the existing tech building. Note the College advised that Visual Arts technically does not belong under tech subjects can be moved to another building. To accommodate 1200 Te Aratai students and provide space for the OTS (number yet to be confirmed), the non-technology spaces on the upper floor of the tech centre will be relocated. . science labs moved to the new build . library and its resource room moved to existing Block L (Learning Hub) . meeting room adjacent to library moved to new build . careers and its associated meeting room moved to Block L . deans office, well-being offices and meeting room adjacent to careers moved to either Block L or new build College to confirm",Not Awarded,Tender not awarded due to project scope changing. Tender to be re-issued once scope of project is finalised.,0,20250410 Ministry of Education - School Infrastructure,26405144,Request for Tenders,Closed Competition,Main Contractor for Pool Building Refurbishment at Blomfield Special School Whangarei,,20221004,20221104,20230510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"2 Cobham Road, Kerikeri",Pool building refurbishment works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26405251,Request for Tenders,Closed Competition,South New Brighton School Enabling Works Redevelopment,MOE19471,20221004,20221101,20221124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"South New Brighton school are currently having a redevelopment of the school campus. As part of the work SNBS are getting a new 6 space teaching block hall and library. iEnabling works to a high level scope including: Demolition of under-roof area behind the Admin and construction of walkway between courtyards including make good of faade, soffit and ground works. Construction of Comms Room in eastern section of walkway. The enabling work package will allow the school access between the construction sites through the admin building. The works need to be conducted during the Christmas 2022/2023 School Holidays The works need to be completed by 27 January 2023 for school to open for term 1.",Awarded,,266023,20250410 Ministry of Education - School Infrastructure,26406761,Request for Proposals,Closed Competition,MAin Contractors for 5ya 2022 Blk 1 Classrooms,,20221004,20221027,20221220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,"Only stage 1 works can be progressed, CMG provided a clear methodology and best pricing for these works",0,20250410 Ministry of Education - School Infrastructure,26418596,Request for Tenders,Open Competition,"Main Contractor for a Block 1,2,3,4,10 Toilet Upgrades at Papatoetoe Central School",,20221007,20221102,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papatoetoe Central School are requesting the construction services of a suitably qualified contractor to carry out toilet upgrades in Blocks 1, 2, 3, 4, and 10. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 12th of October 2022 at 2:00pm Site Visit 2 Wednesday the 19th of October 2022 at 2:00pm Site Visit 3 Wednesday the 26th of October 2022 at 2:00pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,361053,20250410 Ministry of Education - School Infrastructure,26419315,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block LM - Strengthening Library and Music Floor Systems, Wellington High School",5799,20221010,20221031,20221213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Constructed in 1998, Block LM comprises the library and music teaching facilities at Wellington High School. The library portion is a single storey building with a basement to a portion of the floor plate. Seismic resistance is provided by a mixture of timber framed walls, reinforced concrete block masonry walls and concrete frames. Precast nibs and infill flooring is present over the basement area. The music portion is a two storey building. Seismic resistance is provided by a mixture of timber framed walls, reinforced concrete block masonry walls and concrete frames. The suspended floor is formed by precast concrete hollow core planks. A detailed seismic assessment (DSA) on Block LM determined the following structural weaknesses Library: Seating of precast rib and infill flooring as well as seating of precast shell beam elements Music: Seating of precast hollow core flooring and lack of tension ties to diaphragm To address the aforementioned it is proposed to: Library: Place steel posts below shell beams Install structural steel seating angles to precast floor elements Music: Install structural steel seating angles to precast floor elements Install structural steel frame to support the western end of the precast elements Install tension ties to enhance the diaphragm performance Install structural steel strongbacks PLEASE NOTE: MOE Medium Works Contract will be issued via NTT.",Awarded,"Awarded to Naylor Love, anticipated completion of April 2023.",0,20250410 Ministry of Education - School Infrastructure,26422551,Request for Tenders,Open Competition,Main Contractor for targeted gym refurbishment works at Howick College,,20221006,20221101,20230105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26424411,Request for Tenders,Open Competition,"Main Contractor for A, B, C, E, M, NS, X Floor Coverings Replacement at Waitakere College",,20221007,20221102,20221125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Waitakere College Board of Trustees are seeking a main contractor for A, B, C, E, M, NS, X Floor Covering Replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26425254,Request for Tenders,Open Competition,Timaru Boys High School - Multi-Block Upgrade and Refurbishment Works,228618,20221010,20221116,20221222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: i. Block A Toilet Refurbishment only ii. Block B includes Classroom upgrade, science lab upgrade, toiler refurbishment, and window replacement. iii. Block C (including library) includes general block refurb including lighting replacement, toilet refurbishment, and library roof repairs. iv. Block D - includes general block refurb including lighting replacement, reconfiguration works on first floor, and toilet refurbishment. v. Block F (Hall) includes toilet refurbishment, and structural strengthening. vi. All associated works vii. Weathertightness scope to Gym and Tech Block",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26425508,Request for Tenders,Closed Competition,CW2022-029 Request for Tender for Waikato Schools (Parawai School and Moanataiari School) LSPM and Weathertightness Projects - Contract Works,MOE17813,20221006,20221107,20230508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a direct invitation to Directory Supplier (Jack Thorburn Builders Limited -the Tenderer) shortlisted from the Construction Directory to submit a Tender for a bundle of Waikato Schools (Parawai School and Moanataiari School) LSPM and Weathertightness Projects - Contract Works (the Contract Works).,Awarded,This contract has been awarded to Jack Thorburn Builders Limited and started in Feb and May 2023.,0,20250410 Ministry of Education - School Infrastructure,26427621,Request for Tenders,Open Competition,Leamington School: A& B Internal Refurbishment,6375,20221130,20230117,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Describe the project (of which this procurement is a part) in sufficient detail to provide a context for understanding the overall Scope of Works. This may include: Outcome sought: procuring Re-configure corridor and resource room in block A. Re-configure sickbay and toilets, replace floor coverings, ceilings and cabinetry in block B. Overview of the programme of which this project is a part Block A: RE-Configure corridor and resource rooms Create Breakout spaces. Repair Ceilings: Repair and repaint including trims Admin hallway, room 15 old walkway, Room 16 old walkway and classroom, walkway between rooms 17 & 18 Replace Cabinetry: Life cycle replacement of classroom cabinetry. Replace Ceiling linings install building paper Storage room has ventilation issues signs of mild on ceiling Refurbish Sick Bay: Walls repainting ceiling replacing light fittings replacing flooring Repurpose Toilets: Reconfigure existing girls toilets to allow for unisex toilets. Remove all toilets, basins, urinal, and plumbing components from boys toilet, reline ceiling and wall and replace flooring to allow for space to be used as a breakout room",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26427626,Request for Tenders,Open Competition,Main Contractor for Block A Pupils Toilets Remodel and Rationalisation at Cobden School,3322-22-05,20221012,20221114,20230327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block A - Partial Demolition & Making Good. Asbestos removal, demolition of a portion of building, exterior cladding, internal work on doors, new carpet and wall coverings to the partially demolished rooms, construction of new deck, making good the grounds where demolition took place by backfilling topsoil and sowing grass seed at Cobden School",Not Awarded,The contract has been cancelled,0,20250410 Ministry of Education - School Infrastructure,26437271,Request for Tenders,Closed Competition,91 Banks Ave School - Demolition - Contract Works,MOE19699,20221011,20221028,20221120,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication to be directed through GETS,"Banks Avenue School have recently relocated to a new school site in Christchurch, vacating the old school site located at 91 Banks Avenue, Dallington, Christchurch. The Ministry of Education (MoE) now require the old Banks Avenue School site to be demolished, returning the site to lawn.",Awarded,,414610,20250410 Ministry of Education - School Infrastructure,26438921,Request for Tenders,Open Competition,"Main Contractor for the Block 9,12,14,15,16 Autex, Carpet, Vinyl & LED Light Fitting Replacement at Takanini School",,20221011,20221104,20230419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Takanini School are requesting the construction services of a suitably qualified contractor to carry out an Autex, Carpet, Vinyl, and LED Light fitting replacement in blocks 9, 12, 14, 15, and 16. Block 9 was built in 1997, Block 12 was built in 2006, Block 14 was built in 2007, Block 15 was built in 2010, and Block 16 was built in 2012. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Monday the 17th of October 2022 at 3:15pm Site Visit 2 Tuesday the 25th of October 2022 at 3:15pm Site Visit 3 Monday the 31st of October 2022 at 3:15pm Please RSVP to these site visits using the GETs Q&A system",Not Awarded,the scope for this project has changed and the tenders we received were well over budget.,0,20250410 Ministry of Education - School Infrastructure,26439028,Request for Tenders,Open Competition,Building Contractor for Blocks K & N ILE deck extension and Block A Rooms 8 & 9 windows at Frankton School,223790,20221012,20221107,20221207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Frankton Board of Trustees (the Principal) seeks a suitably experienced Contractor to carry out the works for the above project. The scope includes a deck extension, windows & doors replacement, new windows & doors and laying of new concrete paths. This Request for Tender must respond to the infomration specifically requested. Incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS",Awarded,,176365,20250410 Ministry of Education - School Infrastructure,26439047,Request for Tenders,Open Competition,"Main Contractor for Block 2,3,9,10,15,16 Roof Replacement including Gutter Replacement at Takanini School",,20221011,20221104,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Takanini School are requesting the construction services of a suitably qualified contractor to carry out a roof replacement including gutter replacement in Blocks 2, 3, 9, 10, 15, and 16. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Monday the 17th of October at 3:15pm Site Visit 2 Tuesday the 25th of October at 3:15pm Site Visit 3 Monday the 31st of October at 3:15pm",Awarded,,160579,20250410 Ministry of Education - School Infrastructure,26440958,Request for Tenders,Open Competition,"Main Building Contractor for Toilet Upgrades at Rongomai School, Otara, Auckland",1468-22-01,20221011,20221104,20221111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Rongomai School (the Buyer) is seeking a main building contractor for their Toilet upgrades. Work to include for the relocation of an accessible bathroom and to include an additional new toilet pan within the Admin male toilet. The project is being run by the BoT via a Project Manager operating under the Ministry of Education policies. The Procurement will be a single-stage tender on GETS. Construction is expected to start 16th Dec 2022 during Xmas / New Year holiday periods. Tenderers wishing to attend a site visit must register with the Point of Contact the date detailed in the Indicative Time-line (paragraph 1.2) though the GETS question/answer function.",Awarded,"The tender met the requirements & provided value. Vikon had the capacity to carry out the work, and have carried out similar Ministry work successfully.",80425,20250410 Ministry of Education - School Infrastructure,26445421,Request for Tenders,Closed Competition,Te Kura Kaupapa Maori o Te Rito - The relocation of TE AWHI RITO classroom,MOE18858,20221014,20221110,20221208,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This project is to relocate an existing classroom to make space for the new building that will be delivered under the current School Property Guide project. The outcome sought is for this portion of works to be completed. Relocation of the existing classroom and new decks and verandas. The program of this project is to relocate the Classroom in the Christmas School Holidays 2022. Contract start date 12th December 2022 and end date 5th February 2023",Not Awarded,No responses were received,0,20250410 Ministry of Education - School Infrastructure,26445998,Request for Tenders,Closed Competition,Hillmorton High School New Gymnasium Main Contractor Services Roll Growth,MOE19743,20221011,20221121,20230504,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"a) Hillmorton High School have completed last year the construction of their Middle School Block (Onge Akea) of 22 teaching space and the necessary strengthening work to existing buildings, together with the construction of 6 netball courts as part of a Sports Centre on their South Field. b) The Ministry is keen to complete this Sports Centre by constructing a new Gymnasium to replace the existing Gym and which can accommodate a build Roll of 2000. c) The New Gymnasium allows for two netball courts & 3 teaching spaces and all the required utilities and has a footprint around 1930m2. d) The Project also includes all related infra structural work and landscaping work. e) The design of the buildings has been completed and is currently being consented f) Any changes between drawings provided and consented drawings will be issued as an NTT. g) It is expected that the new Gym to be completed by November 2023",Awarded,,15019827,20250410 Ministry of Education - School Infrastructure,26446239,Request for Tenders,Closed Competition,Request for Tender - Main Building Contractor for Recladding & Refurbishments at Te Hapua School (Far North),,20221012,20221202,20230315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Main Building Contractor for Recladding & Refurbishments at Te Hapua School (Far North),Awarded,,0,20250410 Ministry of Education - School Infrastructure,26446964,Request for Proposals,Closed Competition,Request for Proposals for Greenpark School (The School) Redevelopment Project Project Management (PM) and Engineers Representative (ER) Services,MOE19321,20221011,20221102,20230202,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Project Management & Engineers Representative services required for the redevelopment project at Greenpark School, situated in Greerton,Tauranga",Awarded,This contract has been awarded to Beca Ltd and started in Feb 2023.,0,20250410 Ministry of Education - School Infrastructure,26447016,Request for Tenders,Closed Competition,Main Contractor for Library Refurbishment at Opononi Area School,,20221012,20221118,20230123,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. i. Internal refurbishment works of the existing Library to accommodate classrooms while Masterplan re-build is underway. ii. The works will include, but are not limited to: (a) Carpentry (b) Partial demolition (c) Student toilet upgrade (d) Internal refurbishment wall linings, wall coverings, ceiling (e) Heating and electrical upgrade",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26448058,Request for Tenders,Open Competition,Request for Tenders for Lytton High School (the School) - Hall: Asbestos Removal Services,,20221013,20221109,20221122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Asbestos was found to be widespread throughout the Hall following commencement of seismic strengthening works in 2020 led by the School. The proposed works will decontaminate the Hall through a mix of removal, containment and cleaning of materials and fittings as appropriate, with the outcome being a building that can safely be strengthened and then used for its intended purposes. The Contract Works required are: - Removal, containment and clean-up of asbestos with independent assessment and clearance. Note that Structural Strengthening of the Hall will be undertaken by another Contractor. It is therefore outside of the required scope of works.",Awarded,"This contract was awarded to Asbestos Solutions Limited and began on 1st December 2022. The term of this contract is until final completion of the project, forecast to be in January 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $100,000 - $250,000.",0,20250410 Ministry of Education - School Infrastructure,26448672,Request for Quotations,Open Competition,Southbridge Primary Roofing Project 2022,3509-23-01,20221011,20221025,20221027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required are to remove the existing iron and replace it with colorsteel or similar including all associated flashings. Check for building wrap damage and insulation under existing roots and replace/install as required: Blk 1 - Junior block rooms 7 to 4 - replace roof and gutters Blk 3 - Library - Replace roof in 3a and 3b Blk 4 - Music Room - replace roof Blk 6 - Bus shed - replace roof clear light translucent panels only note must be trafficable",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26448794,Request for Quotations,Open Competition,Southbridge Primary Com4&5 Reno Project 2022,3509-23-03,20221011,20221025,20221027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required are: Reconfigure the existing toilet space and convert it from a boys and girls toilet to a 3x unisex toilets. This will free up some space that will increase the size of the existing breakout space. Note there are two sets of toilets and they will both be converted. Remove and replace the end of life pin boards in rooms 4 and 5 and the teacher work space room. Remove radiators (these are no longer used). Remove and replace the end of life joinery cupboards in rooms 4 and 5. This will include the sink and cupboards and the fixed storage unit. Remove the timber sliding door between room 4 and 5 and then install a glazed sliding door. Match autex colour to room 6 & 7",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26449583,Request for Tenders,Open Competition,"Main Building Contractor for Block 1, 7 & 10 Roof Replacement/Remediation and Block 1, 7 & 9 ILE Upgrade at Ashhurst School (the School)",,20221013,20221121,20221202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Ashhurst School Board of Trustees is seeking a Building Contractor to carry out construction works based on the scope detailed within their 10YPP for Block 1, 7, & 10 Roof Replacement / Remediation and Block 1, 7, & 9 ILE Upgrade / Decking.",Not Awarded,The tender process was cancelled prior to awarding a contract,0,20250410 Ministry of Education - School Infrastructure,26452171,Request for Tenders,Open Competition,Main Contractor for a Block 1 and 4 Toilet Upgrade at Flat Bush School,,20221017,20221111,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Flat Bush School are requesting the construction services of a suitably qualified contractor to carry out a toilet upgrade in blocks 1 and 4. WCs, urinals, basins, tap fittings, partitions, wall linings, lighting and vinyl are all at the end of their life and require upgrading. Blocks 1 and 4 were built in 1964. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 26th of October 2022 at 3:15pm Site Visit 2 Wednesday the 2nd of November 2022 at 3:15pm Site Visit 3 Wednesday the 9th of November 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,Only one tender was received so this project went to the open market and a winning tender was chosen from there.,0,20250410 Ministry of Education - School Infrastructure,26452459,Request for Tenders,Open Competition,"Main Contractor for a Block 1, 2, 6 and 11 ILE and Bathroom Upgrade at Flat Bush School",,20221017,20221111,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Flat Bush School are requesting the construction services of a suitably qualified contractor to carry out an ILE and bathroom upgrade in blocks 1, 2, 6 and 11. Reconfigure x2 teaching spaces to open plan. Reconfigure x1 set of toilets into a new withdrawal space between room 8 and 9. Lifecycle replacement of the worn and end of life carpet, vinyl and wall coverings in rooms 8, 9 and 10 (carpet only in admin entrance). Lifecycle replacement of toilet fixtures and fittings in remaining boys and girls toilets (room 8). Lifecycle replacement of wall coverings in room 16 and 17 as they are not acoustic rated. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 26th of October 2022 at 3:15pm Site Visit 2 Wednesday the 2nd of November 2022 at 3:15pm Site Visit 3 Wednesday the 9th of November 2022 at 3:15pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,"Due to receiving only one tender on GETS, this project went to the open market. Two quotes were obtained, one of which met all requirements. The Board of Trustees at Flat Bush School accepted this quote.",0,20250410 Ministry of Education - School Infrastructure,26453051,Request for Tenders,Open Competition,"Main Contractor for a Block 6A,6B,6C,9,11 Carpet & Wall Coverings Replacement & Block 1 DQLS Upgrade & Toilet Refurbishment at Campbells Bay School",,20221014,20221110,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees at Campbells Bay School wish to procure the services of a suitably qualified contractor to carry out a carpet and wall coverings replacement in blocks 6A, 6B, 6C, 9 and 11 and a DQLS upgrade and toilet refurbishment in block 1. Block 1 was built in 1925, blocks 6A and 6B were built in 1975, block 6C was built in 1994, and blocks 9 and 11 were built in 1996. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 20th of October 2022 at 12:30pm to 1:25pm Site Visit 2 Thursday the 27th of October 2022 at 12:30pm to 1:25pm Site Visit 3 Thursday the 3rd of November 2022 at 12:30pm to 1:25pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,1241318,20250410 Ministry of Education - School Infrastructure,26458594,Request for Tenders,Open Competition,Main Contractor for the Block C Partial Window Joinery Replacement at Glendowie College,,20221014,20221109,20221117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Glendowie College Board of Trustees are seeking a main contractor to deliver the Block C Partial Window Joinery Replacement.,Not Awarded,No responses,0,20250410 Ministry of Education - School Infrastructure,26458764,Request for Tenders,Open Competition,Main Contractor for Blocks B & C Window and Door Joinery Replacement at Glendowie College,,20221014,20221109,20221117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Glendowie College Board of Trustees are seeking a main contractor to deliver the Blocks B & C Window and Door Joinery Replacement.,Not Awarded,No responses,0,20250410 Ministry of Education - School Infrastructure,26459470,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, AMS combined Block F - Classroom & Toilet Refurbishment, Belmont School",5993,20221014,20221114,20231024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Belmont School has approved 5YA funding to carry out improvements to Block F which will include the introduction of new acoustic ceilings and LED lighting, together with replacement windows on the southern elevation of the building. Work to replace the original window joinery will require alterations to adjoining cladding and the replacement of asbestos sheet material. Student toilet refurbishment and the installation of water heating units will also be incorporated. It is hoped that all components of work described above can be advanced in a staged and methodical manner with at least two classrooms made available in each phase.",Awarded,"Awarded to Carrara Holdings Ltd, anticipated completion of 31.07.24. It is intended that the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,26460186,Request for Tenders,Open Competition,Main Contractor for Hall Heating and Refurbishment Project at Ruawai College,,20221013,20221111,20221209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS Question & Answer function,"i. Hall Heating: Remove and dispose of existing heating system. Provisional sum provided for the replacement as designed by the Principals preferred contractor for the use and space of the Hall. ii. Toilets: Remove and replace all toilet pans and cisterns. Replace urinals with ceramic alternative to include a privacy panel. Remove and replace basins and hardware, install double basin vanitys with new hardware eg. Mixers, faucets. Demolish existing wall partitions and replace with panel partitions, this will also increase the space of each stall. Supply and install new wall linings, floor coverings and light fittings. Prep and paint all exposed surfaces, trims, and ceilings. Replace upper louvre windows.",Not Awarded,No Suitable tenders were received,0,20250410 Ministry of Education - School Infrastructure,26461796,Request for Tenders,Open Competition,"Main Contractor for ILE 3 Block One Teaching Space Refurbishment, Schoolwide Electrical Upgrade and Roofing at Yendarra School",SPM 21550,20221013,20221110,20230320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,410/246 Khyber Pass Road,"Yendarra School Board of Trustees invite tenders for a package of Five-Year Agreement works: ILE classroom and bathroom refurbishment in Block One and Seven; electrical upgrade - principally of distribution boards in most blocks; roofing to Block One and limited work to Block Seven; plus, the relocation of He Taonga Aroha from Block One to Block Four including a new paepae in a small building extension. All works are to be executed within a single contract for effectiveness of management, over a single Summer 2022/23/Autumn 2023 period. The scope of work includes: o ILE refurbishment of Block 1 Rooms 1 to 4 plus the Whare Rooms. Rooms will be opened up into three two-teaching spaces with interconnecting sliding doors. This work is partially funded by the Accelerated Modernisation Scheme, and includes new Aluminium joinery fitted to the Northern Elevation to open the rooms to the outside to facilitate indoor/outdoor teaching and play. A new full-length veranda extends across this elevation. o Replacement Autex, Vinyl and Carpet to: Block 1 [Rooms 1, Whare Hui, Whare Kai, Room 2, Room 3, Room 4, Block 10 [Room 5]; Block 9 [Rooms 6 and 7]; Block 7 [Rooms 17 [Resource Room] & Room 18 [Staff Withdrawing Space]. o Bathroom fittings refurbishment to Block 1; Boys and Girls Bathrooms between Room 2 and the present He Taonga Aroha. Plus, the Staff/Parent bathroom facilities in Room 17. o Electrical upgrade works to Blocks 1, 3, 4 ,7, 9 and 10 including LED light replacements and RCD. o Roofing. Coat the older roof areas on Block One with Sky Cool matt, water based, non-toxic acrylic polymer matrix coating. Partially reroof the low western end Block One plus the South Add-on to the Block Seven relocatables. o Conversion of the Block Four Adventure Room for the Whare rooms He Taonga Aroha relocated from Block One. Works are principally a simple extension to form a paepae including amo, maihi and koruru. The tender documents include a standard MOE Pricing Schedule which is to be filled out to cover all works, plus a stand-alone Electrical Schedule for the upgrading works. Tenderers are to split their offer into three components: Electrical Upgrading; He Taonga Aroha, and the balance being the ILE works to Blocks One and Seven.",Awarded,Tender awarded following thorough BOT review and MOE approval process.,1084589,20250410 Ministry of Education - School Infrastructure,26462207,Request for Tenders,Closed Competition,Northcote School CSR Redevelopment Stage 3 Main Contractor,MOE08096,20221012,20221108,20221209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Northcote School CSR Redevelopment Stage 3 Main Contractor Northcote Schools substantial redevelopment is composed of 3 stages. Brosnan Construction Canterbury Limited were appointed as main contractor for Stage 1 & 2 of the works only. This new RFT is for Stage 3 of the works. The school will continue to operate throughout the construction period. All construction work must be phased to take this into account and allow for suitable access at all times. The Contract Works required are: Stage 3 of the works will be dealt with as a variation to the NZ3910 Major Contract for Stage 1 & 2. The variation will introduce 4 separable portions to the contract.",Not Awarded,Tender not awarded due to change in project funding. Work is expected to be required in the future and will be retendered at that time.,0,20250410 Ministry of Education - School Infrastructure,26463404,Request for Tenders,Closed Competition,CW2022-091 Tauranga Girls College WT Remediation & Seismic Strengthening Block J Main Contractor - RFT,MOE19305,20221012,20221214,20230623,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Block J at Tauranga Girls College is an existing three storey structure approx. 3846m2 in size that was built in 1997. Investigations have identified the requirement for a weathertightness remediation and significant seismic strengthening works to be undertaken. Tauranga Girls College requires construction services for a weathertightness remediation and seismic strengthening project to the existing 3-storey Science Block (Block J) which comprises of 22 teaching spaces. The successful tenderer will deliver the full Project Scope under a single Major Works Contract: (a) Weathertightness remediation, (b) Seismic Strengthening, and (c) Innovative Learning Environment (ILE) modifications, internal fit out and services.",Awarded,"This contract was awarded to C3 Construction Limited and began on 12th July 2023. The term of this contract is until final completion of the project, forecast to be in August 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $10M - $25M.",0,20250410 Ministry of Education - School Infrastructure,26464338,Request for Tenders,Closed Competition,Orewa Primary School,235292-92,20221013,20221103,20221116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,"i. Nature of the Works: The project will seek to replace the vinyl floor coverings in the toilets blocks and the wall linings in the classrooms of each block with Autex composition wall linings. Replace admin carpet and vinyl and install composition to one library wall, minor remediation and painting to the toilet block in the admin",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26469215,Request for Tenders,Open Competition,"Main Contractor for a Block 8, 10, 11: AMS Combined Classroom Refurbishment at Kauri Park School",,20221017,20221110,20230710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Kauri Park School are requesting the construction services of a suitably qualified contractor to carry out a combined classroom refurbishment in blocks 8, 10, and 11. Block 8 was built in 1998, Block 10 was built in 1970, and Block 11 was built in 1970. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 20th of October 2022 at 2:00pm Site Visit 2 Thursday the 27th of October 2022 at 2:00pm Site Visit 3 Thursday the 3rd of November 2022 at 2:00pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,This project did not receive any tenders.,0,20250410 Ministry of Education - School Infrastructure,26470001,Request for Tenders,Open Competition,Main Contractor for the LSPM Visual Modifications at Taieri College,,20221019,20221115,20230406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Taieri College Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed LSPM Visual Modifications at the school.,Awarded,"Following the review of the single submission received, this contract has been awarded to Stewart Construction Limited.",0,20250410 Ministry of Education - School Infrastructure,26471230,Request for Tenders,Open Competition,Main Building Contractor for North East Valley Normal School SIP LSC4 College Block Level 2 Upgrade,3783.21.11,20221018,20221111,20221209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The School wants to create a new Library, Teaching space and two breakout spaces by removing non-structural walls thus creating an open plan teaching space. The Contract Works required are: Refurbishment of the top floor including new interior and exterior doors, internal linings and floor coverings. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26471551,Request for Proposals,Closed Competition,Wharenui School B21 Roll Growth classroom Design and Build Services,MOE19665,20221017,20221108,20221214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"General description of the Project: Undertake a Master Plan Light with the school to incorporate the new classroom block and identify where another four additional teaching spaces can be positioned for roll growth in the future. Complete geotechnical ground tests to determine preferred and suitable building location. Work with the school and Ministry through the design process. Construct a two teaching space teaching block using the WSP modular design, as previously constructed on site.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,26471684,Request for Tenders,Closed Competition,Oxford Area School - Block A Redevelopment Main Contractor,MOE19683,20221017,20221122,20230222,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Oxford Area School - Block A Redevelopment Main Contractor The Project background is: The scope of work relates to the construction of Block A which includes (admin, library and a combination of generic and science teaching space), and the associated infrastructure, site works, and landscape works. Construction of Block A will be followed by the demolition of Block 3 and the existing science block. This project involves works within a campus which will still be in operation for most of the construction timeframe.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,26476686,Request for Tenders,Open Competition,Main Contractor for AMS A Toilet Remodel & Classroom Upgrades at Ruru Specialist School,,20221019,20221114,20230406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Ruru Specialist School is seeking suitably qualified main contractors to submit an RFT for the proposed AMS A Toilet Remodel & Classroom Upgrades Project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is Term 1 holidays 2023 and the indicative completion date is 14 July 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,C Brown Builder successful tenderer for proposed works and construction contract signed,202100,20250410 Ministry of Education - School Infrastructure,26476922,Request for Tenders,Open Competition,"Main Contractor for a Block 2,3,11 Rationalisation at Mountain View School",,20221019,20221114,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Mountain View School are requesting the construction services of a suitably qualified contractor to carry out a rationalisation of blocks 2, 3 and 11. Blocks 2 and 3 were build in 1964 and block 11 was built in 1974. These buildings are in poor condition and are not economical to repair and maintain. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 25th of October 2022 at 11am Site Visit 2 Tuesday the 1st of November 2022 at 11am Site Visit 3 Tuesday the 8th of November 2022 at 11am Please RSVP to these site visits using the GETs Q&A system",Awarded,,153849,20250410 Ministry of Education - School Infrastructure,26481511,Request for Tenders,Closed Competition,Request for Tenders for Lynfield College Major Redevelopment Main Contractor,,20221017,20221115,20221223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Construction works are required at Lynfield College as part of their redevelopment project. Separable Portion 1 includes construction of the Multi-Cultural Centre (MCC) including piling and decks.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26482604,Request for Tenders,Open Competition,Rutherford College Roofing Project,,20221019,20221129,20230516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The School would like to procure a Main Contractor to assist with the Replacement of the Roofing as part of the 10YPP for Rutherford College. It is presumed that some of these works will have Asbestos containing material.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26483612,Request for Quotations,Closed Competition,Fendalton Open Air School Enabling Works for the redevelopment Project,MOE19815,20221019,20221115,20221209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"An enabling Work package has been prepared by DGSE (Lead Design), to allow for the demolition of the existing blocks 3,13,18,20,10 & 14 as those buildings will be sitting on the proposed location of the new block 20 and the Multipurpose Hall. It also includes the decommissioning of redundant services and rerouting Power, ICT, Fire, and drainage services to service remaining buildings at site. This work is planned to take place starting at the end of term 4 from end of November 2022 till end of January 2023 to minimize any disruption to the school. Block 20 will be available from November the 11th. The contractor might choose to start some of the disruptive work than. HRS have been direct sourced as the Main Contractor for the redevelopment and accordingly we have recommended them to do the necessary enabling work which is part of this redevelopment project. An Asbestos Survey report has also been provided by MBC Environmental Solutions identifying the location and states of existing asbestos materials that needs to be removed before demolition takes place. A site layout plan showing the location of a Haul Road that needs to be constructed by the contractor and identifying a location to establish their construction compound has been agreed and shared with the school during the enabling work phase and construction phases",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000 - $500,000",0,20250410 Ministry of Education - School Infrastructure,26485363,Request for Tenders,Closed Competition,CW2020-075 Mahinawa SS & RC Roll Growth Satellite Units at Kapiti College & Porirua College Main Contract Works,MOE19761,20221017,20221114,20230907,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Mahinawa SS & RC Roll Growth Satellite Units at Kapiti College & Porirua College Main Contract Works MOE19761(the Contract Works).,Not Awarded,No award. There is no successful respondent.,0,20250410 Ministry of Education - School Infrastructure,26487961,Request for Tenders,Closed Competition,Main contractor for drainage works at Kamo High School,,20221019,20221118,20230201,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"a. The Contract Works required are i. Site establishment ii. Pipework replacements SW and WW iii. Root cutting iv. Manholes re-establishemnt, new lids v. Installation of new channel drains vi. All associated ground works, concrete works, asphalt works vii. Detailed scope of works and As Built plans will be provided as part of the subsequent RFT",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26489062,Request for Tenders,Open Competition,Main Contractor for Security and Fire System Upgrade at Mairangi Bay School,,20221020,20221115,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Mairangi Bay School are requesting the services of a suitably qualified contractor to carry out a security and fire system upgrade. - Upgrade the existing fire and security system at the school. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 27th of October 2022 at 11:00am Site Visit 2 Thursday the 3rd of November 2022 at 11:00am Site Visit 3 Thursday the 10th of November 2022 at 11:00am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,144801,20250410 Ministry of Education - School Infrastructure,26489483,Request for Tenders,Open Competition,Main Contractor for Drainage Works at Mairangi Bay School,,20221020,20221115,20230317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Mairangi Bay School are requesting the services of a suitably qualified contractor to carry out drainage works. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 27th of October 2022 at 11:00am Site Visit 2 Thursday the 3rd of November 2022 at 11:00am Site Visit 3 Thursday the 10th of November 2022 at 11:00am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,104084,20250410 Ministry of Education - School Infrastructure,26499988,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Windsor North School,22-055,20221020,20221118,20221128,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website.,"The Windsor North School Board of Trustees is looking for an experienced main Contractor to complete a Learning Support Fencing Modifications project at Windsor North School. Work scope includes demolition of existing boundary fencing, and replacement with new pool style and corrugated fence cladding alternatives including associated concrete and make good reinstatement of adjacent areas.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26500013,Request for Tenders,Open Competition,Main Contractor for Roofing Upgrade at Papatoetoe West School,,20221020,20221114,20221128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Several blocks at Papatoetoe West School have issues with their roofing and require removal and replacement. Replacement of roof sheets includes Blocks 2,6,7,8,14,18, the original scope included Block 5 which has now been removed as the roof was remediated as part of the recent Library refurbishment and Block 2 has been added as a recent inspection of the roof has picked up weather tightness issues. There are six blocks that require roofing work, and the issues surrounding each roof differ slightly between blocks.",Awarded,Apologies - there was an issue with GETS.,0,20250410 Ministry of Education - School Infrastructure,26500835,Request for Tenders,Closed Competition,Te Atatu Intermediate Combined Remediation Project,,20221020,20221111,20230529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of Trustees for Te Atatu Intermediate wish to procure an experienced Main Contractor for the project noted above. The works will include (but are not limited to) the following: The removal and repatching of part of the Block 1 roof, as well as internal alteration works to the staffroom, admin area, staff offices and toilets of the same block. The works also include the internal refurbishment of the Art and Science classrooms, toilets and teacher offices comprising Block 5.",Awarded,Please review response letter sent as formal notification.,0,20250410 Ministry of Education - School Infrastructure,26504437,Request for Tenders,Closed Competition,Satellite Refurbishment for Sommerville Special School at Pakuranga Intermediate,MOE19342,20221031,20230127,20230201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Satellite Refurbishment for Sommerville Special School at Pakuranga Intermediate Main Contractor (the Contract Works). Please see attachments for all relevant information.,Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,26510328,Request for Tenders,Open Competition,"(1731) Hamilton East School Roofing Contractor A,B,C,D,J,K,M,2 Replacement Roofing",236965,20221025,20221118,20230106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"As per the agreed 2022/23 10YPP The School and BOT have identified Blocks A,B,C,D,J,K,M require end of life replacement roofing. To meet MOE Policy the works will be quoted through the GETS. It is envisaged that the works will be undertaken during the school holidays.",Not Awarded,The project has exceeded the budget therefore will not proceed at this stage,0,20250410 Ministry of Education - School Infrastructure,26510885,Request for Tenders,Open Competition,Main Building Contractor for Block F Upgrade and Refurbishment at Whanganui High School,224686,20221026,20221125,20230412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"We are looking to engage an appropriately and resourced main contractor to complete the construction works for the Block F Upgrade and refurbishment project at Whanganui High School. The project comprises of a remodel of the Block F and associated construction works as identified and carried out as part of the schools 5YA.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26511802,Request for Proposals,Closed Competition,Belmont Intermediate Block 5 Remediation - Lead Designer,,20221026,20221115,20230120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Belmont Intermediate School Board of Trustees would like to procure Lead Design Services for the Remediation of Block 5 and its specialist classrooms.,Awarded,"DLA Architects Ltd has been awarded the contract based on competitive pricing, good track record, experience in working with schools and having successfully delivered similar projects.",100400,20250410 Ministry of Education - School Infrastructure,26521294,Request for Tenders,Open Competition,Nelson College - Contractor for Stage 2 Roofing Repairs & Replacements,,20221025,20221124,20230501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Nelson College Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the Various Roofing & Window Repairs & Replacements around the school. Nelson College is located on Waimea Road in Nelson. The programming of works will be determined in consultation with the Contractor, however a draft programme is to be submitted alongside the tender. Works will also need to be staged around the school to minimise disruption. Please refer to attached tender documents as listed in Section 1.8 of the attached RFT for further information. Once all RFT's are evaluated and respondents notified, we expect to commence construction in the first quarter of 2022.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26522871,Request for Tenders,Closed Competition,CW2022-029 Waikato Schools (TKKM Maniapoto School) LSPM and Weathertightness Projects - Contract Works,MOE17813,20221025,20221125,20230519,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a direct invitation to Directory Supplier (Mitchell Construction Limited -the Tenderer) shortlisted from the Construction Directory to submit a Tender for Waikato Schools (TKKM Maniapoto School) LSPM and Weathertightness Projects - Contract Works.,Not Awarded,No successful response.,0,20250410 Ministry of Education - School Infrastructure,26523274,Request for Proposals,Closed Competition,Matipo Primary School - Lead Architect for Refurbishment,,20221027,20221123,20221206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Matipo Primary School would like to procure a Lead Designer to assist with the Refurbishment of multiple projects as part of the 10ypp for Matipo Primary School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26526318,Request for Tenders,Closed Competition,Main Contractor for Various Refurbishments at Kawakawa Primary School,,20221031,20221122,20230530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Window and door joinery replacements throughout the school.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26526800,Request for Quotations,Closed Competition,"TKKM O Otepoti (The School) B21 Maori Medium Growth Roll Growth, Stage 1, Master Planning",MOE16301,20221025,20221115,20230227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The project is to see the design and construction of 6 RG Teaching spaces and the replacement of 2 Teaching spaces (Block 2) which is at the end of its useable life. In March 2021, the Minister approved a change of class at Te Kura Kaupapa Maori Otepoti in the Dunedin City South catchment, which was gazetted in March 2021. The kura has changed from a Year 1-8 full primary to a composite Year 1-13 wharekura. The change of class provides the only complete pathway for level 1 Maori Medium immersion learning in Otago. The current project (which achieved practical completion in December 2021) saw the design and construction of a new 464m2 build (Block 4) which included Admin offices, two teaching spaces, a mulit-purpose space (whare), staff room, kitchen, wharekai (eating hall) and resource space.",Awarded,It is intended that the value of the contract resulting from this tender will be within $50-$150K.,0,20250410 Ministry of Education - School Infrastructure,26528225,Request for Tenders,Closed Competition,Request for Tenders for Te Kura Mana Maori o Whangaparaoa (the Kura) - Roll Growth - Main Contractor Services,,20221026,20221118,20221220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Te Kura Mana Maori o Whangaparaoa is a composite Kura (Year 1 15) located in Cape Runaway in the East Cape region. The Kura required two additional Technology Teaching Spaces. Indicative Project completion date is January 2024. The Contract Works required is remodel of existing buildings (Blocks A & E) to deliver a Technology Block Solution to suit the specific requirements of the Kura.",Awarded,"This contract was awarded to Pacific BOP Builders Limited and will begin on 13th February 2023. The term of this contracts is until final completion of the project, forecast to be in January 2025. It is intended that the value of the contracts resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,26529086,Request for Tenders,Open Competition,Main Contractor for UNC: Site: New Waste Water System at Mt Somers Springburn School,3441-22-01,20221028,20221124,20230327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Due to the current system failing Mt Somers, Springburn School is in need of a new wastewater system.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26529325,Request for Tenders,Open Competition,Civil Contractor for Infrastructure Replacement at Clyde Primary School,,20221027,20221118,20230321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Clyde Primary School Board of Trustees are seeking a main contractor to replace existing stormwater and wastewater infrastructure.,Not Awarded,No responses received.,0,20250410 Ministry of Education - School Infrastructure,26530711,Request for Tenders,Closed Competition,Floor and Wall Coverings Replacements at Kawakawa Primary School,,20221031,20221122,20230125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Wall and floor coverings replacements,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26531866,Request for Tenders,Open Competition,RFT - Main Contractor for Windows & Doors Replacement at Sunnyhills School,1515-238200,20221027,20221123,20230220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school relocatable classrooms door & windows replacement project - demo old aluminum windows and timber doors, install new aluminum doors/windows Install flashings, seals and decorate internal and external trims Project Location South East Auckland",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26532108,Request for Tenders,Open Competition,Main Contractor for an Exterior Paint at Long Bay Primary School,,20221028,20221123,20230323,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Long Bay Primary School are requesting the painting services for exterior painting of the whole school. The specifications are listed below however for pricing and construction purposes please also refer to the works pricing schedule submitted with this tender. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday the 1st of November 2022 at 1pm Site Visit 2 Tuesday the 8th of November 2022 at 1pm Site Visit 3 Tuesday the 15th of November 2022 at 1pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,The school Board of Trustees decided to not award this contract to any of the GETs tenders.,0,20250410 Ministry of Education - School Infrastructure,26532998,Request for Tenders,Open Competition,Main Contractor for Block B Junior Block MLE Upgrade & Roof Replacement at Windsor North School,22-018,20221027,20221130,20230322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Windsor North School Board of Trustees is looking for an experienced main Contractor to complete a classroom block remodelling & roof replacement project to Block B at Windsor North School. Work scope includes replacement of the existing roof cladding as well as new high level windows on auto openers for better cross flow ventilation. Internal remodelling scope to 5 x teaching spaces includes construction of new opening out onto new deck/ramp facilities, new aluminium joinery, painting, wall fabric with associated mechanical and electrical services work.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26535713,Request for Tenders,Closed Competition,"RFT - Specialist Contractor, Block I - Outdoor Learning Area, Porirua College",5899,20221031,20221124,20230724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Porirua College is planning to expand its DAT block (Digital, Art and Technology) and provide weather protected outdoor areas adjacent to the technology rooms where students can spill out and have larger spaces to work in. A steelwork canopy roof structure is to be constructed on two sides of Block I with a clear and trafficable corrugated polycarbonate roofing product fitted. The College is looking for a full design, consenting and construction service from an appropriately experienced specialist contractor.",Awarded,"Awarded to Feco Fence Systems, anticipated completion of 01.02.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,26536069,Request for Tenders,Closed Competition,"Main Building Contractor, Blocks A, B, I - Upgrade Student & Staff Toilets, Waitohu School",5896,20221102,20221205,20230609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Waitohu School has developed a scheme to significantly reconfigure and improve the condition of student toilets in two buildings with some cosmetic upgrade work to the staff toilets located in the administration block. The layout of the spaces will be improved, and all finishes and sanitary fixtures renewed. At the same time, it is hoped that classroom refurbishment work can also be delivered with the DQLS upgrade and creation of a new Learning Support Coordinator office actioned in parallel t the toilet refurbishment. Due to the different funding streams, the three project components will require separate tender submissions.",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 31.12.23. It is intended that the value of the contract resulting from this tender will be within $500k-$1M.",0,20250410 Ministry of Education - School Infrastructure,26537049,Request for Tenders,Open Competition,Gorge Road School Main Contractor for Swimming Pool Replacement of Translucent Roofing,,20221031,20221123,20240506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Gorge Road School is seeking suitably qualified main contractors to submit an RFT for the proposed Swimming Pool Replacement of Translucent Roofing project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is Term 1 holidays 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,Goble Building and Decorating Ltd. has been awarded the contract as the Main Contractor for replacing the Translucent Roofing on the swimming pool at Gorge Road School.,124214,20250410 Ministry of Education - School Infrastructure,26538956,Request for Tenders,Closed Competition,Request for Tenders for Kaipara College Roll Growth Projects Main Contractor,MOE19606,20221027,20221207,20240109,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the construction of 15 new and 6 replacement teaching spaces at Kaipara College. Please refer to the SharePoint link for files relating to this tender (Also in the RFT) https://educationgovtnz-my.sharepoint.com/:f:/g/personal/callinghamg_moe_govt_nz/ErrghJzqL6NHmnaobawuOgABhy8Qr6Hupg32BhhRvXqHpg?e=X3Gncd There will be a number of briefings for this project, requiring tenderers attendance: A project briefing via Microsoft Teams on 1/11/2022 at 2pm (Teams Link: https://teams.microsoft.com/l/meetup-join/19%3ameeting_MGVhMTIxMTUtODliNC00MTFlLWEyMTktNDliNmRiYWVmNzU3%40thread.v2/0?context=%7b%22Tid%22%3a%22e6d2d4cc-b762-486e-8894-4f5f440d5f31%22%2c%22Oid%22%3a%22e434c05c-df02-44d8-817d-1590b7456ffc%22%7d) A site visit will be held on site on 10/11/2022 A Broader Outcomes briefing on Microsoft Teams at 11am (Teams Link to be provided via NTT)",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26539873,Request for Tenders,Open Competition,"Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Kaponga School, Taranaki",Kaponga School,20221028,20221130,20230804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Kaponga School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: The proposed work includes Roof Remediation to Blocks A, B,E & F: Block A: Remove existing membrane roof, skylight, cladding where required and replace with new membrane and spouting. Replace all existing fixings. Replace existing flashing fixings. Create expansion joints. Install back tray flashing. Replace galvanised flues. Replace head and barge flashing fixings. Replace existing barge nails with screws. Check and tighten all roofing screws and replace if required. Remove and replace existing Clearlite and roofing iron. Install new ultra-safe translucent sheets to existing positions over safety mesh. Block B: Remove and replace existing dented sheets and Clearlite. Replace all existing fixings. Install new PVC spouting and spreader pipers. Block E: Re screw entire roof. Re clip spouting brackets. Block F: Remove and replace existing iron. Install new spouting All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,191176,20250410 Ministry of Education - School Infrastructure,26540517,Request for Quotations,Closed Competition,"TKKM O Otepoti (The School) B21 Maori Medium Growth Roll Growth, Stage 1, Quantity Surveyor",MOE16301,20221027,20221117,20230227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The project is to see the design and construction of 6 RG Teaching spaces and the replacement of 2 Teaching spaces (Block 2) which is at the end of its useable life. In March 2021, the Minister approved a change of class at Te Kura Kaupapa Maori Otepoti in the Dunedin City South catchment, which was gazetted in March 2021. The kura has changed from a Year 1-8 full primary to a composite Year 1-13 wharekura. The change of class provides the only complete pathway for level 1 Maori Medium immersion learning in Otago. The current project (which achieved practical completion in December 2021) saw the design and construction of a new 464m2 build (Block 4) which included Admin offices, two teaching spaces, a mulit-purpose space (whare), staff room, kitchen, wharekai (eating hall) and resource space.",Awarded,It is intended that the value of the contract resulting from this tender will be within $5k-$10K.,0,20250410 Ministry of Education - School Infrastructure,26541079,Request for Quotations,Closed Competition,"TKKM O Otepoti (The School) B21 Maori Medium Growth Roll Growth, Stage 1, Project Management",MOE16301,20221027,20221117,20230301,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,It is intended that the value of the contract resulting from this tender will be within $10K - $25K.,0,20250410 Ministry of Education - School Infrastructure,26541271,Request for Tenders,Open Competition,RFT Main Contractor for LSM Fencing Works at Waiotira School,,20221028,20221122,20230109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"Waiotira School is a small rural school, which backs onto farmland, and bush surrounds with a 100kmph road on one boundary of the school. Fencing works are required for the safety of a student enrolled in the school in 2023. Upgrades to fencing and gates are required to omit multiple hazard areas on site i.e. easily opened gates, holes in fences, gaps under fencing.",Awarded,"Mr Fencer has been selected as the proposed Contractor for this work following tender evaluation. The contractor scored higher than any other Tender on the non-priced attributes of the Tender evaluation and was priced within 5% of the lowest compliant tender. Mr Fencer scored high by showing strong evidence of proficiency in the delivery of fencing projects for the MOE. A reduced construction time frame and evidence of a tiered management and quality control and health and safety management systems. Selection of this contractor should ensure the project is delivered quickly, with low risk and to a high standard.",0,20250410 Ministry of Education - School Infrastructure,26542136,Request for Tenders,Closed Competition,Main Contractor for Block H Replacement at Kilbirnie School,MQS No: 21.208,20221028,20221118,20221219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26549513,Request for Tenders,Open Competition,"RFT - Main Contractor for Combined Electrical & BLK1,3 ILE Project at Glen Taylor School",1249-228595/7,20221103,20221128,20230220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Combined Electrical Upgrade and Classroom ILE Upgrade Projects Scope of works Classroom upgrades to Blk 1 & 3 including replacement of ceilings, wall coverings and carpet floor coverings Electrical replacement of switchboards, lighting to LED and switches, GPO, Installation of RCD Protection through out Work will be staged to allow teaching to continue due to Roll numbers Location East Auckland",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26549608,Request for Tenders,Open Competition,Main Building Contractor for the A Block AMS Project & General Site Roofing & Cladding Remediation Project at Fitzroy School,3050.09,20221102,20221214,20230921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,"The School Board seeks to undertake the A Block AMS Project & the site-wide Roofing & Cladding Remediation Project works together as a single combined 5YA project. The AMS project involves modification & refurbishment of the A Block (eastern) classrooms, corridors and adjoining breakout/storage spaces to enable better utilisation of space and improve learning environments. The cladding & roofing remediation is minor in nature and is largely maintenance-related work to various school buildings. Some minor plumbing work is also required to 2xHWC. Respondents are invited to nominate start and completion dates for the project generally. The Board's preference is that works commence during Term 1 2023",Awarded,Still subject to formal approval.,0,20250410 Ministry of Education - School Infrastructure,26553588,Request for Tenders,Open Competition,Design and Build of a new Playground and Landscaped Area at Elm Park School,,20221102,20221125,20221205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Design and Build of a new playground and a new landscaped area at Elm Park School to replace an existing playground.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26553793,Request for Tenders,Open Competition,Refurbishment of Block 1; 3 Classrooms and Ancillary Spaces at Elm Park School,,20221102,20221125,20230118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of Block, which includes 3 classrooms and ancillary spaces. The project involves the relcad of the exterior, re-roof, interior fit-out and upgrade to the existing bathrooms and ancillary spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26554354,Request for Tenders,Open Competition,"Main Contractor for a Block 1-7,9,20,21 Lifecycle Lighting Replacement to LED's at Manurewa Intermediate",,20221103,20221129,20230728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Manurewa Intermediate are requesting the construction services of a suitably qualified contractor to carry out a lifecycle lighting replacement to LEDs in blocks 1, 2, 3, 4, 5, 6, 7, 9, 20 and 21 All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday the 8th of November at 3:15pm Site Visit 2 Tuesday the 15th of November at 3:15pm Site Visit 3 Tuesday the 22nd of November at 3:15pm Please RSVP using the Question and Answering GETs System.",Awarded,,138083,20250410 Ministry of Education - School Infrastructure,26555367,Request for Quotations,Closed Competition,Otago Girls High School LS Accessibility Modifications Project And Potential Additional Requirements Project Management Services,MOE19948,20221102,20221116,20221121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Otago Girls High School LS Accessibility Modifications Project And Potential Additional Requirements Project Management Services Otago Girls High School is the oldest girls secondary school in New Zealand. It is situated on a confined split site, and its two main buildings are split-level and multi-storey with parts dating from 1911 to 2015 in construction. The Dalrymple Block (part of Block A) is a Heritage Grade 1 listed building. The school has a couple of students who suffers from various health and mobility issues. The Ministry of Educations Occupational Therapists (OT) has prepared a report which recommends several alterations to the buildings to provide better access for the students around the school site. The requirement includes: Project Management services Planning initial engagement with stakeholders Meetings arrange, chair and minute throughout each stage Design mange each stage Assist with procurement of the various packages Assist with collating consent packages Construction manage project throughout the construction period Close Out gather all documentation for handover to school.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,26558186,Request for Tenders,Open Competition,"Replace Storm Water, Sewer Drainage and Drinking Fountains at Lumsden School",236349,20221103,20221128,20221214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Lumsden Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,,60968,20250410 Ministry of Education - School Infrastructure,26561448,Request for Tenders,Open Competition,Main Building Contractor - A: Classroom 1&2 ILE Upgrade and E: Outdoor Learning Environment at Normanby School,,20221101,20221129,20230321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the ILE upgrade and outdoor learning environment project at Normanby School.,Not Awarded,This project was re-tendered and awarded to Pepper Construction. All respondents were able to re-submit via a closed tender approach outside of GETS.,0,20250410 Ministry of Education - School Infrastructure,26562013,Request for Quotations,Closed Competition,RFQ for Lincoln High School - Enabling Works,,20221102,20221114,20230203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The high-level scope of works is: o Demolish the old Admin building. o Relocate the 4 cebus blocks into a nearby location and reconnect them to all infra structural services to get them ready for use by the beginning of the new school term 2023. o Relocate the existing Fire Valve room in the existing Admin block to another block to make sure that the system is operative before school starts. o This work needs to start in December 2022 and be completed ideally before the start of term one 2023.",Awarded,,1762187,20250410 Ministry of Education - School Infrastructure,26562497,Request for Tenders,Open Competition,Newfield Park School Main Contractor SIP AMS CP C Classroom Remodel & Breakout Teaching Space Stage 2,2118-22-02,20221104,20221129,20230426,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Newfield Park School is seeking suitably qualified main contractors to submit an RFT for the proposed SIP AMS CP C Classroom Remod & Breakout Teaching Space Stage 2 project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is March 2023 and the indicative completion date is August 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26562622,Request for Tenders,Closed Competition,Main Contractor for Site LS Vision Modifications at Rolleston School,3488-22-01,20221104,20221129,20221208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Property modifications required to minimise hazards for students with a vision impairment, as outlined in Property Modifications Recommendations for Rolleston School, revised version dated 11th August 2022, completed by BLENNZ endorsed by the Ministry of Education.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26564844,Request for Tenders,Open Competition,RFT - Main Building Contractor for the AMS Combined Roofing/Aluminum Joinery/ Structural Steel Canopy at Pukekohe Intermediate,,20221116,20221209,20230728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Pukekohe Intermediate BoT are seeking tenders from suitability experienced Main Building Contractors for the AMS Combined Roofing/Aluminum Joinery/ Structural Steel Canopy Project.,Awarded,,842567,20250410 Ministry of Education - School Infrastructure,26567265,Request for Tenders,Open Competition,Main Contractor for the Combined 5YA projects at Bayfield High School,,20221107,20221208,20230404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Bayfield High School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed 5YA projects. These primarily involve the full refurbishment of 2 x science labs and a lighter upgrade of a third. Also involved is refurbishment of the staff and student toilet areas.,Awarded,"Following the evaluation of the submissions received, this contract has been awarded to Amalgamated Builders Limited.",0,20250410 Ministry of Education - School Infrastructure,26568810,Request for Tenders,Open Competition,Main Contractor for an Exterior Paint at Opaheke School,,20221107,20221201,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Opaheke School are requesting the painting services for exterior painting of the whole school. The specifications are listed below however for pricing and construction purposes please also refer to the works pricing schedule submitted with this tender. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday the 15th of November 2022 at 11am-12pm Site Visit 2 Tuesday the 22nd of November 2022 at 11am-12pm Site Visit 3 Tuesday the 29th of November 2022 at 11am-12pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,125071,20250410 Ministry of Education - School Infrastructure,26571782,Request for Tenders,Open Competition,"Main Contractor for Blocks F & G, Weathertightness Remedial Works at Turua School",223453,20221104,20221202,20230116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS web site,"As the envelope of the school hall and part of G Block is failing, the school are looking to have the hall re clad, joinery replaced and to make the building weather tight. Partial building remedial works are required for G Block. The works will include removing and replacing the cladding and aluminium joinery, roofing iron, spouting and downpipes.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26572363,Request for Tenders,Open Competition,Main Contractor for an Exterior Paint at Bucklands Beach Intermediate,,20221107,20221201,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Bucklands Beach Intermediate are requesting the painting services for exterior painting of the whole school. The specifications are listed below however for pricing and construction purposes please also refer to the works pricing schedule submitted with this tender. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday the 15th of November 2022 at 11am-12pm Site Visit 2 Tuesday the 22nd of November 2022 at 11am-12pm Site Visit 3 Tuesday the 29th of November 2022 at 11am-12pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,123275,20250410 Ministry of Education - School Infrastructure,26572805,Request for Tenders,Closed Competition,"Main Contractor for New Classroom, New Toilets and Administration Alterations at Whatawhata School - RFT",1199,20221107,20221201,20230321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Closed tender stage of the procurement process.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26578611,Request for Tenders,Open Competition,Main Contractor for Site Fire Alarm System Upgrade at Papakura High School,,20221108,20221202,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Papakura High School are requesting the construction services of a suitably qualified contractor to carry out a site-wide fire alarm system upgrade. The fire alarms are at the end of their lifecycle and require replacement. In some areas the alarms cant be heard but are very loud in others. There are also false occurrences of alarms going off. The alarms go off at night and on weekends, causing complaints from neighbors. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 10th of November 2022 at 3.15pm Site Visit 2 Thursday the 17th of November 2022 at 3.15pm Site Visit 3 Thursday the 24th of November 2022 at 3.15pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,493035,20250410 Ministry of Education - School Infrastructure,26579910,Request for Tenders,Open Competition,Main Contractor For SIP Admin Reconfiguration at Otahuhu Primary School,,20221107,20221207,20230209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Otahuhu Primary School Board of Trustees are seeking a Main Contractor for the SIP Admin Reconfiguration.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26581469,Request for Proposals,Closed Competition,2022-105 Mount Maunganui College - Redevelopment - Project Management (PM) Engineers Representative (ER) Services,MOE19696,20221104,20221128,20221220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Mount Maunganui College (the School) is a co-educational year 9-13 secondary school, located in Mt Maunganui, Bay of Plenty. This project forms a part of the National Schools Redevelopment Programme Wave 1. The project comprises a new carpark and renovated main entrance areas as well as a new 32 teaching space block to replace the current Block B and allow for roll growth. The project is a Legacy project, as such it has been in the works to complete for some time. The condition of Block B has deteriorated over the past few years and has now become a significant health and safety risk due to the delays experienced to date. The quicker the new build is completed, the sooner Block B can be demolished, alleviating the health and safety risks. The first stage of the works is to demolish three classrooms and relocate the current carpark to a new location making way for the new Block and an expanded carpark. Owing to the size of the new 32 Teaching Space block, the only viable position for the new build is over the Schools existing carparking area. The outcome of this RFP is that it will deliver project oversight from the Project Manager and Engineers Representative. Professional consultancy services are required for the planning, procurement, and construction of the project with specific deliverables associated with these services such as documentation, reports, and estimates. The Project completion for the carpark is anticipated to be the end of summer period - March 2023. The anticipated completion of the main build is late in 2025.",Awarded,"This contract was awarded to Frequency NZ Limited and began on 16th January 2023. The term of this contract is until final completion of the project, forecast to be in December 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $500,000 - $1M",0,20250410 Ministry of Education - School Infrastructure,26582008,Request for Tenders,Closed Competition,CW2022-104 Mount Maunganui College - Car Park Remediation and Replacement - MC,MOE19693,20221104,20221128,20230324,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Mount Maunganui College (the School) is a co-educational year 9-13 secondary school, located in Mt Maunganui, Bay of Plenty. The redevelopment project forms a part of the National Schools Redevelopment Programme Wave 1. The full project comprises a new carpark and renovated main entrance areas as well as a new 32 teaching space block to replace the current Block B and allow for roll growth. Owing to the size of the new 32 Teaching Space block, the only viable position for the new build is over the Schools existing carparking area, so the Carpark remediation and replacement must be completed first as a discrete project. A new larger carpark as well as a temporary carparking space is to be built. To enable this, the demolition works will include the removal of three classrooms, all services, and connections where possible. The demolition works will also include any landscaping demolition and preparation such as removal of trees, fences, and existing pathways and current carparking. The Project completion for the carpark is anticipated to be the end of summer period - March 2023.",Awarded,"This contract was awarded to Watts and Hughes Ltd and began on 31 March 2023. The term of this contract is until final completion of the project, forecast to be in July 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $1M -$5M",0,20250410 Ministry of Education - School Infrastructure,26584797,Request for Tenders,Open Competition,Main Contractor for Wyndham School B classroom ILE remodel stage 2,227739,20221109,20221202,20221214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Wyndham Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,,103595,20250410 Ministry of Education - School Infrastructure,26591025,Request for Tenders,Closed Competition,"Main Contractor for UNC/LSC/AMS 1, 3, 13: LSC Conversion, Toilet, Classroom Modifications at Hinds School",3375-22-01,20221110,20221205,20230328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Hinds school has received funds as part of their 5YA to upgrade classroom & toilet facilities as well as funds to create a learning support coordinators space.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26595744,Request for Proposals,Closed Competition,Lincoln High School - Stage 1 - QS Services,MOE19879,20221109,20221130,20230308,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All responses to be uploaded to GETS,"Lincoln High School is a contemporary state, co-educational school in the university town of Lincoln, in the Selwyn District of Canterbury and provides education for students in Years 9 to 13. For over fifty years it has served communities of the Selwyn District. The school takes advantage of its location in the environmentally aware township of Lincoln to provide extensive opportunities for students, local businesses, science, and research institutes, as well as a range of activities in Christchurch are regularly included in programme to make learning meaningful, enjoyable, and challenging for students. The school has built a strong relationship with Te Taumutu Runanga and has made a commitment to act in partnership with them. Te Taumutu Runanga is based at Te Pa o Moki. Lincoln High School is a committed member of the Nga Matapuna o Nga Kahui Ako and is fully involved and supportive of all kahui ako initiatives. Extensive upgrading of school facilities includes the preparation of students and staff for innovative learning practices with the refurbishment of some learning areas into innovative learning spaces and the development of a master plan for school development over the next 15-20 years. A business case was previously submitted in March 2019 with 6 different options and a recommendation for a full rebuild. Investment Board did not approve any of the options. The Ministry was eager to revive the project and deal with it in a more pragmatic way to get best value for the budget that will be approved. Lincoln High School has now been prioritised for the NSRP wave 1. A new Master Plan has been completed by Athfield Architects in January 22 and has been reviewed and approved by the Design Review Panel. In December 2021 Investment Board Steering Group has approved a New Zealand Business Case based on the new Master Plan Due to decanting issues and to keep the operation of the school undisturbed, the Master Plan has staged the redevelopment Project on three separate stages. This procurement is only relating to Stage One of the construction Stage One (Current Stage): The construction of a new Science Block of 12 TS (NB1a) The construction of a new Admin Block (NB1b) All related Infra structural and Landscaping work",Awarded,,99910,20250410 Ministry of Education - School Infrastructure,26597829,Request for Proposals,Closed Competition,Request for Proposals for Takapuna Grammar School Weathertightness remediation of DD & M1 and SS Blocks - Early Contractor Involvement,MOE19819,20221109,20221130,20230112,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced ECI main contractor for Weathertightness remediation at Takapuna Grammar School. Please note: The Major Works Contract and ECI Contract associated with this project will be released via NTT in due course.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26601136,Request for Proposals,Closed Competition,CW2022-110 Request for Proposals - Cambridge West School - PM ETC TA Services,MOE20109,20221109,20221130,20221219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry has acquired a 4ha greenfield site to deliver a new school in Cambridge West. Project Management (PM), Engineer to the Contract (EtC), Technical Advisor (TA) Services are required on the project which will be a staged Design and Build. The scope of the project involves: Stage 1 Build Roll 300 (Opening Term 1, 2025 or sooner) - Two storey, 13 Teaching Spaces Block (1354m2) - Admin (498m2) - Hall (390m2) - Learning Support Unit (520m2) - RTLB Provision for 4 RTLBs (a total of 75m2) - Caretakers Shed (84m2) - Hard courts and surfaces, playground, landscaping, drop off zone, parking, cycle parking, and fencing. - Earthworks, site infrastructure and utilities",Awarded,"This contract was awarded to The Building Intelligence Group Limited and began on 21 December 2022. The term of this contract is until final completion of the project, forecast to be in January 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $500,000 - $1M",0,20250410 Ministry of Education - School Infrastructure,26601424,Request for Proposals,Closed Competition,CW2022-111 Request for Proposals - Cambridge West School - QS Services,MOE20115,20221109,20221130,20221219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry has acquired a 4ha greenfield site to deliver a new school in Cambridge West. Quantity Surveyor (QS) Services are required on the project which will be a staged Design and Build. The scope of the project involves: Stage 1 Build Roll 300 (Opening Term 1, 2025 or sooner) - Two storey, 13 Teaching Spaces Block (1354m2) - Admin (498m2) - Hall (390m2) - Learning Support Unit (520m2) - RTLB Provision for 4 RTLBs (a total of 75m2) - Caretakers Shed (84m2) - Hard courts and surfaces, playground, landscaping, drop off zone, parking, cycle parking, and fencing. - Earthworks, site infrastructure and utilities",Awarded,"This contract was awarded to Rider Levett Bucknall Auckland Ltd and began on 21 December 2022. The term of this contract is until final completion of the project, forecast to be in January 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $250,000 - $500,000",0,20250410 Ministry of Education - School Infrastructure,26602120,Request for Tenders,Closed Competition,TKKM o Hurungaterangi - Block C Classroom development project,216973,20221110,20221201,20221209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,"The Kura are seeking to design C Block to provide health science, food technology, performance arts (including music and dance) and some hard and soft technology. The proposed reconfiguration of the internal buildings takes into account the current structural design and footprint limitations. It is also seeking to design spaces that take into account the current storm water and foul water services",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26611565,Request for Tenders,Closed Competition,Elmwood Normal School - Redevelopment - New Block - 8 Teaching Spaces,MOE08100,20221114,20221216,20230327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Elmwood Normal School is currently undergoing its redevelopment in the CSR Programme. The scope for this includes enabling works consisting of demolition of blocks 2 and 3, site infrastructure, and a new two storey 8 teaching space block to be built in its place. Enabling works (demolition and site infrastructure) will commence January 2023 (not included within this tender package). Construction of the new block - 8 teaching spaces, is expected to carry straight on post enabling, circa late February 2023. This tender is for the new build only.",Awarded,It is intended that the value of the contract resulting from this tender will be within $5.5M - $6.5M.,0,20250410 Ministry of Education - School Infrastructure,26614831,Request for Quotations,Closed Competition,Request for Quotes for Te Paepae o Aotea (the School) - Playground Supply and Installation,,20221115,20221205,20230220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Te Paepae o Aotea (the School) Playground Supply and Installation (the Contract Works). The Contract Works required are: To undertake a like for like replacement of the playground that will be lost at the Hawera Intermediate site as a result of the redevelopment.",Awarded,"This contract was awarded to Playground Centre Limited and began on 27 February 2023. The term of this contract is until final completion of the project, forecast to be in May 2023.It is intended that the value of the contract resulting from this procurement will be within value band: $100,000 - $250,000",0,20250410 Ministry of Education - School Infrastructure,26615094,Request for Tenders,Open Competition,Heriot School Main Contractor for Blk 1 & Swimming Pool Bldg Translucent Cladding Replmnt,,20221115,20221208,20230614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Heriot School is seeking suitably qualified main contractors to submit an RFT for the proposed Blk 1 & Swimming Pool Bldg Translucent Cladding Replmnt project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is April 2023 and the indicative completion date is July 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Not Awarded,JC Builders 2021 Limited were awarded the contract for Heriot School Main Contractor for Blk 1 & Swimming Pool Bldg Translucent Cladding Replmnt,0,20250410 Ministry of Education - School Infrastructure,26624443,Request for Tenders,Open Competition,Ngaruawahia School C&J Block Internal Refurbishment & Internal Alterations,6283,20230209,20230306,20230313,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: C & J BLOCK: Internal Refurbishment & Internal alterations J:Replace Floor Coverings to 3x -Classrooms Replace light colour sands composition Complete composition to ceiling Level to 3x classrooms Fit white BD/TV units & adjust Power points to suit to each Classroom Supply warm water to existing toilet hand basins LED upgrade Install RCE & Heat pumps J Block repair Ridge joints (weather tightness) C BLOCK: To spaces off foyer: remove middle wall & open to foyer. To create breakout space with cabinetry for junior kitchen dinning /art space Fit Ranch Sliders to Southern side to 3 classrooms & create external decking areas to create Outdoor learning Environment, beyond classroom Create Disabled toilet ablutions area to old teachers resource room. Remove boiler And make good space as cleaners room.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26626114,Request for Tenders,Closed Competition,Birkenhead College Block C roof,2311770-74,20221116,20221206,20230130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website," Nature of the Works: The project will require a new roof pitch to be constructed over a portion of the current roof area to direct the water from the roof, to the outside of the Block area. The scope of work will also deal with the removal on high level windows and address fire egress compliance requirements along with the removal of cladding that has any asbestos content. The scope will also upgrade the internal services, wall linings and floor covering. The scope will also require changing from a Type two fire system to a Type 4 including smoke and heat sensors.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26627161,Request for Tenders,Open Competition,Main Contractor for New Universal Bathroom and Ramps at Kapiti College,,20221116,20221214,20230403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"1.1 The Board of Trustees at Kapiti College seek to engage a Main Contractor to undertake the proposed additions and alterations to Block A and around the site at the College to create a new Universal Bathroom and accessibility improvements around the site The scope of works includes, Partial demolition / strip out in the Special needs area in Block A Internal alterations to approx. 40sqm of the block to create a new universal bathroom. Construction of a new accessible ramp to the library entry New concrete path and ramps to provide an accessible route from the main school campus to the marae complex in the south-western end of the school site. 1 ramp is a large 3 tier timber ramp structure. Associated site and services work. It is envisaged that the work will not need to be staged. Project consultants are: o Project Manager: Ian Rattray IR Group Ltd o Lead Designer: IR Group Ltd 1.2 The Contract Works required as described above are commercial light weight construction services, including minor demolition, light framed timber construction, building services and site works, and 1.3 Approx. 40sqm of existing building area refurbishment and external civil works paving and concrete ramps. New large 3 tier timber ramp. 1.4 The work to be undertake as a single stage working under a CPU on a live school site with the school still occupying part of A Block 1.5 The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. See Tender Documents for further information. a. Timeframes are: i. Preferred Start date: Immediate upon acceptance ii. Preferred Due Date for Completion: 30 April 2023 iii. We are happy to work in with contactors workflows and current commitments to get a programme that works for all parties.",Awarded,Both responses were valid and deemed to be equal on non priced attributes. The contract was awarded to Multibuild based on the best price.,375556,20250410 Ministry of Education - School Infrastructure,26629322,Request for Tenders,Open Competition,Main Building Contractor for Block C; Teaching space upgrade & Roofing Replacement @ Wadestown School,J21-0052,20221117,20221213,20230330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"Level 1, BERL House, 108 The Terrace","This Request for Tenders (RFT) is an invitation to suitably qualified Main Building Contractor to submit a Tender for Block C; Teaching space upgrade & Roofing Replacement Remediation at Wadestown School. Background: Four teaching spaces, within Block C, will have DQLS principals applied to them. This upgrade will include acoustic wall linings and ceiling treatment along with new floor coverings, ensure that all windows are in working order and that cross ventilation is provided, ceiling insulation will be installed along with wall insulation where the existing wall linings are removed, and lighting will be upgraded with new fittings and the number of fittings reviewed to ensure lighting levels are sufficient. Breakout areas will be formed within the teaching spaces through the placement of free-standing furniture. A structural review will also be undertaken and wall bracing added where required. Electrical outlets will also be reviewed along with the addition of joinery fittings such as wet areas and storage within the teaching spaces. This project will also include the replacement of existing clear lite roofing over teaching spaces in Block C with new trafficable clear sheeting along with complete replacement including plywood substrate and possible timber framing of the existing flat membrane roofing over the staffroom along with replacement of all associated roof flashings to this section of roofing.",Awarded,,2120890,20250410 Ministry of Education - School Infrastructure,26629511,Request for Quotations,Closed Competition,Small or Remote Schools (SoRs) Maintenance Agent Pilot,MOE19636,20221116,20221201,20230404,,Sole Agency,No,,"The Ministry is seeking to engage a supplier for a Pilot Programme as a Maintenance Agent including a shared floating caretaker, across the 12 schools to support the Small Schools Administration Initiative. The School Property Strategy 2030 provides a vision that all schools will have quality learning environments as part of a well-managed and sustainable portfolio that helps deliver equitable and excellent outcomes for every child. The Strategy is supported by four objectives, all of which will be supported through the delivery of the proposed Small Schools FM Pilot and the associated learning outcomes. It has been identified that the coordination of operational facility management (FM) is an activity that is time consuming and not imperative to have school principal involvement / oversight. Principals of Small and Remote Schools (SoRs) believe it is critical for an FMS supplier have a regular/periodic, onsite presence at the applicable rural schools. This presence would ensure responsiveness but would also provide an opportunity maximise engagement with the principals.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26630119,Request for Tenders,Open Competition,Main Contractor for Block C Cloakbay Remodel & Site Compliance Upgrade at Donovan Primary School,22-028,20221117,20221219,20230503,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Donovan Primary School Board of Trustees is looking for an experienced main Contractor to complete the Block C Cloakbay remodel & Site Compliance upgrade at their School. The work scope required for Block C is to replicate (for the most part) the work completed to the Block B cloakbay & corridor areas in 2017/18. It includes: 1. Block C Cloakbay and Corridor areas. Improvements will include reconfiguration of cloakbay areas into art bay and break out space areas, along with new storeroom and multi -purpose break out areas, new exterior windows to the south side & associated mechanical and electrical services. 2. Life safety system upgrade including emergency lighting, illuminated exits, Type 4 Fire Alarm etc where the current blocks are not up to current MOE requirements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26631355,Request for Tenders,Open Competition,Westshore School - A. Building Rationalisation and B. New build toilet block,,20221117,20221213,20221220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Project is in three stages and two contracts. Rationalisation of existing PMC block followed by building new toilet block and then demolition of the existing 'old' toilet block. Rationalisation includes asbestos cladding removal for both buildings. New Building is concrete slab on compacted hard fill raft, block walls, timber framed walls and timber framed roof 'open air' toilet block with mesh screen doors. All within 150m of the sea at Westshore.",Awarded,,497140,20250410 Ministry of Education - School Infrastructure,26632098,Request for Tenders,Open Competition,"Main Contractor for SIP, AMS CP D Tech & Science Lab Remodel at Te Wharekura O Arowhenua",,20221118,20221220,20230719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Te Wharekura O Arowhenua is seeking suitably qualified main contractors to submit an RFT for the proposed SIP, AMS CP D Tech & Science Lab Remodel project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is March 2023 and the indicative completion date is October 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,"C Brown Builders have been awarded the contract for Main Contractor for SIP, AMS CP D Tech & Science Lab Remodel at Te Wharekura O Arowhenua",577000,20250410 Ministry of Education - School Infrastructure,26639076,Request for Tenders,Open Competition,Main Contractor for Replacement Building and Kitchen at the Invercargill Activity Centre,229417,20221118,20221214,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Invercargill Activity Centre (IAC) is a small school which caters for secondary school students who are at risk of disengaging from mainstream schooling. The school operates under the governance of James Hargest College in Invercargill. The centre is located at 78 Lowe Street in Invercargill. This project incorporates the demolition of the existing woodwork classroom, garage and storage shed and replacing these with a new classroom & adjoining storage area. In the main building there is also a refurbishment to the domestic style kitchen, and new doors to the outside. There is also some minor site fencing/gates around the new building. A proprietary style canopy may be added as a variation to this work at a later stage if funding can be sourced.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26641829,Request for Tenders,Open Competition,"Main Building Contractor for Blocks A, B, C, D - Refurbish Classrooms/Replace Roofing at Plateau School",5701,20221121,20221216,20230904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Plateau School has approved 5YA funding to carry out classroom improvements in Block C which will include the introduction of new acoustic ceilings and LED lighting, together with minor space changes and finishes renewal. The project also incorporates roof reconfiguration and coverings replacement. The works will likely trigger the need to make some improvements to the fire alarm system. It is hoped that all components of work described above can be advanced in a staged and methodical manner with at least two classrooms made available in each phase.",Not Awarded,"Project deferred due to budget restrictions, scope being redefined.",0,20250410 Ministry of Education - School Infrastructure,26642730,Request for Tenders,Open Competition,Main Building Contractor for Block K: Window Replacement and ILE / DQLS at Tahatai Coast School,231639,20221118,20221215,20230504,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Main Building Contractor for Block K: Window Replacement and ILE / DQLS at Tahatai Coast School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26643373,Request for Tenders,Open Competition,Main Contractor for New Universal Bathroom at TKKM o Wairarapa,,20221121,20221215,20230330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"1.1 The Board of Trustees at TKKM o Wairarapa BOT seek the services of a Main Building Contractor to undertake the alterations to Block 1 on the school site. The work involves the following alterations: - Fencing off the proposed site area and maintaining escape routes to all fire exits. Transform the existing boiler room into an LSM Universal Bathroom with a wall between this and a new storeroom. Remove the existing external door/concrete steps on the south elevation, the concrete chimney flue, glass from existing windows, boiler services and carpet tiles. Infill and make good cladding and linings to match existing at removed door opening. Patch wall lining following removal of fire reel and form a new opening on the north elevation. Replace window framing and glass. Make good to roofing where chimney removal will occur. Make good to ceiling framing and install new electrical connections/lighting. Install new toilet, WHB, shower area as per OT report specifications which will allow for a 1800 MOE turning circle, 800 gap between WHB and toilet, 1.50 fall in the 1200 x 1200 shower area, 900 clear doorway and room for a school supplied change bed (750 x 1800). Ensure ceiling blocking is in place to support future hoist. Make good to asphalt to perimeter of building. Leave site clean and tidy. Project consultants are:- Project Manager: Ryan Luke Lead Designer: Silverwood Architects 1.2 The Contract Works required as described above are commercial light weight construction services, including minor demolition, light framed timber construction, building services and site works, and 1.3 Approx. 30sqm of existing building area refurbishment and refit. 1.4 The work to be undertake as a single stage working under a CPU on a live school site with the school still occupying part of A Block 1.5 The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. See Tender Documents for further information. a. Timeframes are: i. Preferred Start date: Immediate upon acceptance ii. Preferred Due Date for Completion: 30 April 2023 iii. We are happy to work in with contactors workflows and current commitments to get a programme that works for all parties.",Awarded,Contract awarded to the sile respondent. The response was valid ad the price in the range that was expected.,108300,20250410 Ministry of Education - School Infrastructure,26644051,Request for Tenders,Open Competition,Main Building Contractor for the Stage 2 Whanau Room at Pembroke School,,20221121,20221215,20230413,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"We are looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the Non-Teaching Space Redevelopment project at Pembroke School. The objective of the redevelopment project is to address the areas in which the school is deficient in non-teaching space as per the Ministry of Education SPG guide using funds from the SPG funding stream. Incorporated into the redevelopment project is the construction of the Whanau Room - Stage 2.",Not Awarded,This was awarded to Quintin Oaks Builders Ltd.,0,20250410 Ministry of Education - School Infrastructure,26649553,Request for Proposals,Closed Competition,Amuri Area School Roll Growth & Redevelopment Project Management & Engineer to Contract Services,MOE19883,20221122,20221221,20230208,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,,"Amuri Area School Roll Growth & Redevelopment Project Management & Engineer to Contract Services Amuri Area School (the school) is a state-composite school servicing the wider Culverden community since 1896. The school is split over two campuses a junior (years 1-6) and a senior (7-13). These campuses are separated by School Road. Amuri Area school have been allocated 6TS under B19 roll growth and a redevelopment of the school campus has been approved. The redevelopment will entail the construction of a new tech block with art and science facilities and a new 8 TS block with an expected construction value of approx. $16.3 million.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,26649760,Request for Tenders,Open Competition,Request for Tenders (RFT) for Makaraka School - Installation of Carpark - Main Contractor Services,,20221121,20221214,20230207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Makaraka School is a Decile 5, Contributing Primary School (Year 1-6) located in Gisborne with a student roll of 131 as per July 2021. There is a Health and Safety (H&S) concern due to near misses, as the School is located on the main highway with minimal pick up/drop off zone and parking provision. The Ministry of Education (MOE) acquired the adjoining property at 135 Main Road, Makaraka, Gisborne 4010 to secure a permanent access to the School with safe parking and pick up/drop off provision. The indicative project completion date is June 2023.",Awarded,"This contract was awarded to Siteworx Civil Limited and began on 20th February 2023. The term of this contract is until final completion of the project, forecast to be in June 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $250,000 - $500,000.",0,20250410 Ministry of Education - School Infrastructure,26651029,Request for Tenders,Open Competition,Main Contractor for design and build of new outdoor learning area at Glenavon Primary School,,20221121,20230109,20240408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees at Glenavon School is looking for a main contractor to design and build an outdoor learning area outside their newly built four classrooms for their intermediate students.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26651723,Request for Tenders,Open Competition,Main Contractor for SIP AMS CP E Tech Remodel Stage 2 at Winton School,,20221122,20221221,20230719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Winton School is seeking suitably qualified main contractors to submit an RFT for the proposed SIP AMS CP E Tech Remodel Stage 2 project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is March 2023 and the indicative completion date is October 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,Goble Building and Decorating have been awarded the contract for Main Contractor for SIP AMS CP E Tech Remodel Stage 2 at Winton School,801000,20250410 Ministry of Education - School Infrastructure,26656200,Request for Tenders,Open Competition,Main contractor for Blk D Classroom & Student Toilet Upgrade at Greytown School,,20221123,20230120,20230630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Greytown School are seeking the services of a main contractor to undertake the construction of alterations and upgrades to Block M. This is work inside two teaching spaces and two breakout spaces directly off them. The work is described in the tender documents prepared by IR Group and involves: Demolition of exterior walls, doors, windows & interior walls, wet areas, furniture, fixtures, radiators, disconnection & removal of redundant services and toilets fixtures in 1 & 3. Refurbish bathroom areas as described Install new external doors to suit the new configuration Replace the existing door and above window with new glazed window Remove the portion of existing cladding and framing to install new timber swing door Check on site if the existing cladding is confirmed asbestos containing material (ACM) ensure this is safely removed in accordance with MOE requirements Reline walls and ceilings with specified systems Form new openings between classrooms to allow better connectivity Construct new internal shared breakout spaces and wet areas in Classrooms Construct new wet areas Install new carpet tiles and vinyl flooring New joinery fittings throughout to enhance teaching & learning and allow for increased storage Paint Project Manager: IR Group Ltd Lead Designer: IR Group Ltd Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices NOTE: This RFT has been extended due to an issue with RealME.",Awarded,,250000,20250410 Ministry of Education - School Infrastructure,26660756,Request for Proposals,Closed Competition,CW2022-118 - Request for Proposals - Cambridge West Primary School - New School - Design and Build Services,MOE20226,20221122,20221213,20230223,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry has acquired a 4ha greenfield site to deliver a new school in Cambridge West. The site is part of a Growth Cell being developed by 3Ms of Cambridge Ltd Partnership and the Waipa District Council. The scope of the project involves: Stage 1 Build Roll 300 (Opening Term 1, 2025 or sooner): - Two storey, 13 Teaching Spaces Block (1354m2) - Teaching area (982m2) - Resource (40m2) - Circulation/toilet (332m2) - Admin Building (498m2) - Admin (235m2) - Library (73m2) - Resource (19m2) - Circulation / Toilet (96m2) - RTLB Provision for 4 RTLBs (a total of 75m2) - Hall (390m2) - Learning Support Unit (520m2) - RTLB Provision for 4 RTLBs (a total of 75m2) - Caretakers Shed (84m2) - Hard courts and surfaces, playground, landscaping, drop off zone, parking, cycle parking, and fencing. - Earthworks, site infrastructure and utilities",Awarded,"The design portion of this contract was awarded to Form Building & Developments Limited and began on 13 March 2023. Completion of the design stage is forecast to be in November 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,26664396,Request for Tenders,Open Competition,"West End Te Kura O Morere - Main Contractor for Roofing, Cladding & Interior Refurbishment",3106.12,20221125,20230123,20230605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Roofing & Cladding Remedial Works: Several specific roofing items were identified in the 10YPP condition assessment as requiring attention. Interior Refurbishment: Classroom interiors are generally tired. The school wishes to bring all classrooms up to a similar standard, with a view to carrying out further interior works in the future. Wet areas and breakout room refurbishment have been deferred to the next 5YA. Interior painting of the classroom areas is to be undertaken as part of the classroom refurbishment. Project Manager: Ardern Peters Architects Ltd The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,Only contractor that submitted a tender for this project,0,20250410 Ministry of Education - School Infrastructure,26675414,Request for Tenders,Open Competition,"Main Contractor for Membrane, Metal & Unsafe Translucent Roof Replacements & Site Wide Compliance at Otautau School",21-023,20221130,20230120,20230810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Otautau School Board of Trustees is looking for an experienced main Contractor to undertake a project to complete roof replacement works and a site wide compliance upgrade at Otautau School. The major component of roof replacement involves replacement low level substrate and membrane roofing to the south sides of the two main teaching and admin Blocks A,B as well as translucent replacement to all covered veranda areas, as well as a small metal roof replacement to Block D. Site Compliance work involves a fire alarm and evacuation lighting upgrade as well as some minor carpentry and make good work for accessibility compliance upgrade. The previously advertised tender was not awarded due to budget constraints and a re-design of the Warm roof construction methodology carried out. The intention of the amended scope change is to remove the multiple layer of Polyiso Board that was tapered to form a steeper roof pitch. Warm roofs are now intended to be re-pitched with timber framing to create new falls:",Awarded,Revised Tender Schedule Submitted 13/7/23 accepted.,0,20250410 Ministry of Education - School Infrastructure,26675888,Request for Tenders,Closed Competition,Main Contractor for the construction of a Marae Wharenui at Hamilton Boys High School RFT,233072,20221125,20230201,20230707,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Hamilton Boys High Schools vision is to build a Marae (Wharenui and Wharekai). Construction of the Wharenui will be the first stage of this process. The programme is anticipated to start early 2023 with an 11 month build time. The Wharenui covers an area of 311sqm and includes an ablution block and storage rooms. The Wharenui will also be used as a two-classroom venue. Carvings for the Marae will be completed and installed by Toi Waamu.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26677082,Request for Tenders,Closed Competition,Main Contractor for AMS: A: Classroom Modifications & Toilet Refurbishment at Whitney Street School,3071-22-01,20221128,20230118,20230328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Whitney Street school requires classroom modifications and toilet refurbishment to Block A,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26684179,Request for Tenders,Closed Competition,CW2022-062 Belmont School Weathertightness Block E and L Main Contractor Works,MOE20114,20221128,20230209,20230323,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Belmont School Weathertightness Block E and L Main Contractor Works MOE20114 (the Contract Works).,Awarded,This contract has been awarded to Peryer Construction WGTN Limited and started in March 2023. Price band is $500k- $1500k.,0,20250410 Ministry of Education - School Infrastructure,26688415,Request for Tenders,Closed Competition,Request for Tenders for Maungaraki School - Stage 2 New Roll Growth Teaching Space - Main Contractor,MOE20288,20221201,20230126,20230626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Contract Works required are: i. Construction of a new three teaching space block at rear of Maungaraki School, approximately 300m2; ii. Part of the build is on existing bank; iii. Includes revised access to the lower field; iv. Access to site is along the edge of adjacent Council field.",Awarded,"This contract was awarded to Peryer Construction WGTN Limited and will begin on 26th June 2023. The term of this contract is until final completion of the project, forecast to be in August 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,26690587,Request for Tenders,Open Competition,Main Contractor for AMS/5YA A: DQLS to 2TS and #1: Pool Accessible Toilet Refurbishment at Elgin School,2156,20221202,20230126,20230531,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"2.1 Background Two teaching spaces in Block A have narrow doors which restrict ingress/ egress to and from the rooms, and dated high-level glazing whose operating mechanism has failed and thus is not providing ventilation to the classes. The accessible shower & toilet in the pool building has dated wall linings, the ground needs excavating to provide satisfactory height clearance to the cladding, and the gas bottle storage space lacks a free-draining slab for the bottles to sit on. It would be ideal to have the works carried out during the school holidays. Project consultants are: o Project Manager: Architects 44 Ltd o Lead Designer: Architects 44 Ltd 2.2 Required solution (method and approach) a. The Contract Works required are: i. Block A: demolish existing front wall and replace including new aluminium sliding and bifold doors, and new high-level aluminium glazing with electronic actuators. Increase area of outdoor carpet in classrooms to suit new doors. ii. Block #1 (Pool House): Remove all fittings. Remove all linings, check timber for rot and remediate as needed, nog out for new fitting locations, install new linings and reinstate fittings. Scrape back topsoil to perimeter to give ground clearance to cladding. Construct concrete slab for gas bottle storage, with fall to drain away from wall. iii. It would be ideal to have the works carried out during the school holidays. iv. The scale of the works is medium. v. The site is flat and level with good vehicle access. vi. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vii. See Tender Documents for further information.",Awarded,,151672,20250410 Ministry of Education - School Infrastructure,26690832,Request for Tenders,Open Competition,Omata School - Main Contractor for Interior Refurbishment,3058.08,20221202,20230131,20230505,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Interior Refurbishment: Classroom interiors have been identified in the 10YPP as needing to be refurbished. The general scope includes new floor finishes, acoustic wall linings, new ceilings, new lighting & painting. Some areas require new aluminum joinery and wet area units Project Manager: Ardern Peters Architects Ltd The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,Highest scoring contractor in the tender evaluation,280000,20250410 Ministry of Education - School Infrastructure,26693465,Request for Tenders,Open Competition,Main Contractor for the Combined 5YA Projects at Bradford School,,20221202,20230124,20230315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Bradford Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed Combined 5 YA Projects. These projects were initiated with the current 10YPP and involve window replacement. roof replacement and the construction of an acoustically treated wall.,Awarded,"Following the review of the submissions received, this contract has been awarded to Amalgamated Builders Limited.",0,20250410 Ministry of Education - School Infrastructure,26698006,Request for Tenders,Closed Competition,Request for Tender - Onslow College - Phase 3 Roofing Works (M&L),MOE19208,20221201,20230127,20230404,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Onslow College is a secondary school located in the Northern Suburbs of Wellington and has a number of buildings which are in poor condition as a result of weathertightness-related issues. The next stage of the project at Onslow College is Separable Portion 2, Phase 3 for the roofing works for Blocks M and L.",Awarded,"This contract was awarded to Hawkins 2017 Ltd and began on 27 April 2023. The term of this contract is until final completion of Phase 3, forecast to be in December 2023. Reserved Rights apply to engage Hawkins for future roofing phases at Onslow College once Phase 3 is complete. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M for the Phase 3 works.",0,20250410 Ministry of Education - School Infrastructure,26698781,Request for Tenders,Open Competition,Roofing Contractor for Blk E & F Roof replacement at Mana College (Wgtn),,20221205,20230202,20230406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Mana College are seeking the services of a Roofing Contractor to undertake the partial roofing replacements of Block E & F. The work is described in the tender documents prepared by IR Group and involves: Full metal roof replacement, same profile, with new overlay Removal of skylights Penetration of roof for plumbing vents All associated edge protection, scaffolding and H&S requirements The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Awarded,,28172,20250410 Ministry of Education - School Infrastructure,26703668,Request for Proposals,Closed Competition,Avondale College PAC WT Remediation QS RFP,,20221202,20221222,20230207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,P.O. Box 67 125,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26703930,Request for Tenders,Open Competition,Main Contractor for Roofing Works - Block W - Opotiki College,226822,20221205,20230208,20230220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Removal and disposal of existing roofing, skylights and flashings on the surrounding buildings of the Hall. New roofing will be installed on the surrounding areas of the Hall. Boxed guttering and downpipes will be installed on all areas including the Hall roof. The Hall roof only requires to be recrewed. Skylights will be taken out and the interior made good, including painting and finishing.",Not Awarded,There were no tenders received by the closing date,0,20250410 Ministry of Education - School Infrastructure,26704866,Request for Tenders,Closed Competition,CW2022-029 Waikato Schools (Crawshaw School) LSPM and Weathertightness Projects Contract Works,MOE17813,20221202,20230126,20230328,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Woodview Construction Limited the Tenderer) shortlisted from the Construction Directory to submit a Tender for Waikato Schools (Crawshaw School) LSPM and Weathertightness Projects Contract Works (the Contract Works).,Awarded,The contract has been awarded to Woodview Construction Ltd and started in March 2023.,0,20250410 Ministry of Education - School Infrastructure,26708416,Request for Tenders,Closed Competition,"Upgrade Tawa Block Toilets, One Tree Hill College, Auckland",,20221212,20230127,20230417,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project involves upgrading the main toilet block in Tawa Block. The existing space will be entirely gutted of wall and ceiling linings, flooring, partitions, and plumbing fittings, and replace with entirely new materials. A new exterior canopy and entrance will be developed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26709337,Request for Tenders,Closed Competition,CW2022-029 Waikato Schools (Deanwell School) LSPM and Weathertightness Projects Contract Works,MOE17813,20221205,20230203,20230327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Mitchel Construction Limited the tenderer) shortlisted from the Construction Directory to submit a Tender for Waikato Schools (Deanwell School) LSPM and Weathertightness Projects Contract Works (the Contract Works).,Awarded,This Contract has been awarded to Mitchell Construction Limited . Price band is $500k- $1500k.,0,20250410 Ministry of Education - School Infrastructure,26709614,Request for Tenders,Open Competition,"Request for Tender - Main Contractor for Block 1,2,3,4 Roof Replacement at Waikari School",233505,20221207,20230203,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Demolition of Roof Coverings to Blocks 1,2,3 & 4. Including removal of purlins and underlay required to access the existing rafters to replace the current insulation. Demolition of the existing Membrane roof. Demolition of consequential external wall finishes to allow re-pitching to occur. Demolition of rainwater products such as gutters and downpipes for replacement.",Not Awarded,This contract has been awarded to Bushnell Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,26710865,Request for Tenders,Open Competition,Main Contractor for a Swimming Pool Upgrade at Puhinui School,,20221207,20230120,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Puhinui School are requesting the services from a suitably qualified contractor to carry out a swimming pool upgrade at Puhinui School. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits by emailing Mark Elder via mark@puhinui.school.nz Site Visit 1 Wednesday the 4th of January 2023 at 10am Site Visit 2 Wednesday the 4th of January 2023 at 3pm Site Visit 3 Wednesday the 5th of January 2023 at 10am",Awarded,,216994,20250410 Ministry of Education - School Infrastructure,26711391,Request for Tenders,Open Competition,Design and Build Contractor for Outdoor Cover at Arakura School (Wellington),,20221208,20230202,20230220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Arakura School are seeking the services of a main contractor to undertake the design and build of a covered area between Block 1 & Block 10. The work is described in the tender documents prepared by IR Group and involves: Cordon off the specific area of work and operate under a site specific safety plan Dig up concrete necessary to create footings for new shade structure New shade structure to be approx. 300sqm as indicated in the supporting mark up Shade structure to be weatherproof or semi weatherproof proposed roofing material must meet MOE design requirements. Leave site clean and tidy The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: IR Group o Lead Designer: The chosen tenderer Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B",Awarded,,219890,20250410 Ministry of Education - School Infrastructure,26715976,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment to existing Block to create LSC Space at Lytton Street School, Feilding",Lytton Street School,20221208,20230131,20230404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Lytton Street School, Feilding are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to create an LSC Space. The Contract Works required are: Refurbishment & Alteration to existing Dental Clinic Block to create a Learning Support Coordinator Office/Classroom. Renovation consists of removal of two walls to create a wet area with a new sink bench, hot water cylinder and vinyl flooring. New portioning of back third of room with wall and slider doors to create office with new carpet tiles and painted walls. Installation of external slider door opening onto deck, outdoor learning area with new concrete path to meet existing path. All tender documentation and necessary information attached. Contractors must visit site. Contact Ben Ward-Smith on 021 525 410 or email bwardsmith@lyttonstreet.school.nz to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,142805,20250410 Ministry of Education - School Infrastructure,26719483,Request for Proposals,Closed Competition,CW2022-068 Portable Modular Classrooms (PMC) Programme Multiple Schools (the Schools) Master Planning Services RFP,,20221214,20230224,20230620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for PMC Programme Master Planning Services and Potential Additional Rights for Lead Design Services (the Services).",Awarded,"The contract for Tranche 1 was awarded to Designgroup Stapleton Elliott Limited and began on 19 June 2023. The term of the contract is until completion of Masterplanning, forecast to be in December 2023. The contract for Tranche 2 was awarded to Architects 44 Limited and began on 21 July 2023. The term of the contract is until completion of Masterplanning, forecast to be in December 2023. The contract for Tranche 3 was awarded to MOAA Architects Limited and began on 2 June 2023. The term of the contract is until completion of Masterplanning, forecast to be in November 2023. The contract for Tranche 4 was awarded DCA Architects Limited and began on 22 May 2023. The term of the contract is until completion of Masterplanning, forecast to be in November 2023. It is intended that the total value of the contracts resulting from this procurement will be within value band: $500K - $1M.",0,20250410 Ministry of Education - School Infrastructure,26719938,Request for Tenders,Open Competition,Main Contractor for Toilet Refurbishment Works at Grey Main School,232875,20221208,20230203,20230207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,"On behalf of Greymouth Main School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for the toilet refurbishment at this school. The site is located at 12 Joyce Crescent, Greymouth 7805. The programme for the works will be discussed and agreed with the preferred tenderer. The programme is not restricted to outside of term time. Please refer to all of the attached tender documents in your pricing. Works are expected to commence in February 2022 when the submissions have been assessed and the contract awarded. Site visits are required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26719999,Request for Tenders,Open Competition,Main Contractor for AMS CP 1 10 14 Open up Classroom Space & Install Double Glazed Windows at The Catlins Area School,,20221209,20230202,20230524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at The Catlins Area School is seeking suitably qualified main contractors to submit an RFT for the proposed AMS CP 1 10 14 Open up Classroom Space & Install Double Glazed Windows project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is 7 April 2023 and the indicative completion date is 23 October 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,227519,20250410 Ministry of Education - School Infrastructure,26723876,Request for Tenders,Open Competition,"Main Contractor for Westland High School; Cladding, Window and External Door Replacements",233660,20221212,20230301,20230605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,"On behalf of Westland High School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for cladding, windows and external door replacements at this school. The site is located at 1140 Hampden Street, Hokitika 7810. The programme for the works will be discussed and agreed with the preferred tenderer. The programme is not restricted to outside of term time. Please refer to all of the attached tender documents in your pricing. Works are expected to commence in February 2023 when the submissions have been assessed and the contract awarded. Site visits are required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26724387,Request for Tenders,Closed Competition,Request for Tenders for Kawerau Putauaki School - Refurbishment and extension of Administration Block - Main Contractor,MOE20015,20221213,20230127,20230413,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"It has been identified that the current Administration Block at Kawerau Putauaki School is not fit for purpose, and does not provide the necessary offices and library/multipurpose spaces that are needed to deliver the curriculum within purpose built educational facilities. The Administration Block has been re-designed to better utilise the existing space and extend the building footprint. The Contract Works required are: - Demolition, refurbishment, and extension of administration building as per plans and specifications. No materials to be salvaged from demolition.",Awarded,"This contract was awarded to Watts and Hughes Construction Group and will begin on 1 June 2023. The term of this contract is until final completion of the project forecast to be November 2024. It is intended that the value of the contract resulting from this procurement will be within the value band : $1m-$5m.",0,20250410 Ministry of Education - School Infrastructure,26729684,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 1 Upgrade at Greendale School,,20221213,20230127,20230505,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school would like all areas of Block 1, to be altered and upgraded to modernise the spaces and make them more functional to meet the schools requirements.",Not Awarded,The contract was awarded on 5 May 2023,0,20250410 Ministry of Education - School Infrastructure,26730462,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Block A Structural Remediation at Reefton Area School,,20221213,20230202,20230301,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"End of life cladding replacement, partial roof replacement, subsidence remediation, drainage remediation.",Not Awarded,Awarded to Tangible Building Solutions Limited from Tangible Building Solutions Limited,0,20250410 Ministry of Education - School Infrastructure,26734003,Request for Tenders,Closed Competition,Waipu School - Main Contractor for Lifecycle Replacement of Lights and Addition to RCD Works,,20221213,20230201,20230404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required are: Block 1 Admin and Rooms 1-4 Main switchboard upgrade and relocation to appropriate place as per Ministry standards, LED lighting, air-conditioning unit in staffroom, fan in resource room, and ventilation Block 2 Room 5 and Resources install LED lighting and RCDs, replace end of life air-conditioning unit Block 6 Caretakers/Store Shed Bring switchboard, RCD, and LED lighting up to MOE and Building Code standard Block 7 Junior Block Rooms 7-8 - Bring switchboard, RCD, and LED lighting up to Ministry and Building Code standard Block 8 Resource Room - Bring switchboard up to code, install LED lighting and install new air-conditioning unit Block 9 Workshop Relocate switchboard and upgrade to meet MOE and Building Code standards including RCDs Block 16 Junior Block Room 9 Install RCDs and LED lighting to meet MOE and Building Code standards Block 17 Room 11 Install RCDs and LED lighting to meet MOE and Building Code standards Block 19 Room 10 Install LED lighting to meet MOE and Building Code standards CW Covered Way Install LED security lighting to meet MOE and Building Code standards Block 1125/380 Site Increase LED lighting around school and replace existing lighting with LED as required. Preferred start date: 6th April 2023, with preferred due date for completion: 1st May 2023.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26734068,Request for Proposals,Closed Competition,Ararira Springs Primary - D & B - Stage 2 Expansion - Main Contractor Design and Build Services,MOE20315,20221213,20230210,20230626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"Ararira Springs School opened in 2019 and is located in the south of Lincoln and has a current capacity of 450 student spaces. The school has been Master Planned for up to 750 students. A single, large private plan change proposed for Lincoln has been approved by council. This will result in the addition of a further 1710 households in Lincoln on top of 2600 already enabled households. The Plan change is within the Ararira Springs School enrolment scheme home zone. However, the school is experiencing growth from existing developments, and will not have capacity to accommodate demand from the Plan Change area. Because of this we will initiate the planned Stage 2 expansion as per the original Master Plan. This will see a replication of the main teaching block and the addition of a Waitaha satellite as per the earmarked locations.",Awarded,,420262,20250410 Ministry of Education - School Infrastructure,26734427,Request for Tenders,Closed Competition,Main Contractor for Site - Electrical works at Thames High School,,20221213,20230127,20230315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Thames High School would like to address the required replacements to end of life electrical items highlighted from a specialist report, which are to light fittings, heat pumps and to installation of electrical protection devices.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26734785,Request for Tenders,Open Competition,Main Contractor for Site - Roofing at Thames High School,,20221213,20230127,20230405,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Thames High School would like to address the required replacements to end of life roofing items highlighted from a specialist report, which are to roofing iron, flashings and fixings.",Not Awarded,No tenders received by due date. Invites sent out manually,0,20250410 Ministry of Education - School Infrastructure,26735095,Request for Tenders,Closed Competition,"Main Building Contractor for A,B,C,D,E,G,I,J: Replacements & Refurbishments at Waipa Primary",,20221213,20230127,20230328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Waipa School Board of Trustees would like to address the end of life replacements highlighted in the latest 10YPP which include roofing iron, floor & wall coverings, along with the refurbishment to two toilet blocks.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26735335,Request for Tenders,Closed Competition,Main Building Contractor for the 5YA Roof Replacements at Totara Grove School,,20221213,20230201,20230315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications to be through GETS Question and Answer Box,"Replacement and repair of roofs to Blocks 1, 2, 3, 4, 6 and 9. Replacement/repair to spouting, gutter, flashing to Blocks 2, 4, 13, 14. Replacement of existing clear sheets and re-screw of roof to two covered ways. Block 1 Reroof lower library & admin roof with coloursteel iron. Remediate roofing sheets on upper library & admin roof. Replace staffroom / toilets roof with trapezoidal iron. Replace membrane roof between Rooms 7 & 8 and some roofing sheets. Block 2 Replace internal gutters and make repair to roof. Block 3 Make repairs to roofing sheets. Block 4 Replace spouting over Room 10 with new. Replace roof and gutter to roof between Rooms 10 & 11. Replace valley flashing and gutter to Room 12. Block 6 Make repairs to roof over SWIS Room. Block 9 Reroof top roof. Block 12 Replace broken downpipe brackets, buckled flashing, and replace downpipe. Block 13 Replace severely deteriorated gutter. Block 14 Replace severely deteriorated gutter. Covered Ways Replace clear sheets with trafficable / fire resistant clear sheets between Rooms 8 & 9. Replace 3 damaged zincalume iron roof sheets, rescrew and remediate existing room between Rooms 9 & 11. Works are planned to be completed in the April Term 1 Holidays 2023",Awarded,,110126,20250410 Ministry of Education - School Infrastructure,26738248,Request for Proposals,Open Competition,Managed Network Services for Mount Albert Grammar School,,20221215,20230201,20230403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Mount Albert Grammar School Board of Trustees (the Buyer) is seeking managed network services at Mount Albert Grammar School (the School).,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26746029,Request for Tenders,Open Competition,Main Contractor for Combined Schools Pool & Veranda Translucent Roofing Replacements,21-016,20221219,20230302,20230626,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"During the development of recent 10 Year Property Plans of several rural schools throughout Southland, seven schools have been identified as having existing non-compliant unsafe translucent roofing to their pool and covered veranda roof structures. To make the procurement process more efficient and easier for Contractors, It has been agreed to advertise the Schools all under one Request For Tender (RFT) package. Main contractors can choose to tender all or as many of the schools as they may deem appropriate. Each School must be priced separately as each School will be evaluated on its own merits. Upon tender award, individual contract agreements will be entered into with each individual Schools Board of Trustees. The schools involved include: Drummond Primary School Edendale School Knapdale School Waianiwa School Waikaka Primary School Woodlands Full Primary School Menzies College The proposed design options for the pool cladding replacement have been based on a dual skin layer system. Tenderers attention is drawn to the appended alternative specification and additional line item in the tender summary schedule whereby an alternative single layer alternative will also be considered if there are significant cost savings to be realised.",Awarded,"Contract award letters have been sent to the appropriate Contractor for each individual School. Only one tender submission was received for each School, and subsequently awarded as follows: Waianiwa School - Goble Building & Decorating Ltd Woodlands School - C Brown Builders Ltd Drummond School - Goble Building & Decorating Ltd Waikaka School - C Brown Builders Ltd Menzies College - C Brown Builders Ltd Knapdale School - C Brown Builders Ltd Edendale School - Goble Building & Decorating Ltd",0,20250410 Ministry of Education - School Infrastructure,26747070,Request for Tenders,Open Competition,"Main Contractor for the Proposed Blk 1, 1a & 2 Modifications at Pakotai School",#208449,20221219,20230303,20230923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The outcome sought by this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the proposed modifications to Blocks 1, 1a & 2 at Pakotai School. The proposed scope works are scheduled to be completed in Pakotai Schools current 5YA, and include components of work that were part of the previous 5YA but were unable to be completed due to funding. The scope generally includes the following: - Internal refurbishment of the block 1 classrooms and adjacent spaces including new floor coverings, new paint finish to interior surfaces, modification of the existing resource rooms into central breakout spaces, and refurbishment of adjacent existing toilet area & modified resource room. - Installation of new structural steel posts & beam to the exterior canopy, including associated footings & paving works to remediate damage to existing verandah roof caused by loading from the exterior canopy. Includes an engineered paint system to the new steel works, the making good the existing verandah beam following removal of the canopy struts from it, and the installation of new metal handrails. - Installation of a site wide new Type 4 fire alarm system & new emergency lighting / exit signage to Blocks 1, 1a & 2, all in accordance with the fire report. - Internal refurbishment & modification to Blk 2 to provide a dedicated LSC office, including a new partition wall, and a new opening int an existing non-loadbearing partition wall. - The upgrade of the existing distribution boards, and Installation of replacement & new heat-pump units in Blocks 1, 1a & 2. - Installation of new replacement exterior wall lights to Blks 1 & 1a. - The modification of the existing parking area to provide an accessible carpark",Not Awarded,"No RfT responses were received that were within the project budget. Project to be rescoped and a alternative procurement undertaken.",0,20250410 Ministry of Education - School Infrastructure,26747346,Request for Tenders,Open Competition,"Main Building Contractor for A: Sewer Drainage Remediation & WC Refurbishment, AMS-A: QLE Outdoor Learning Installation, LSC A: LSC Space and D, F: Roof & Spouting Remediation at Takapau School","227323, 227325, 219700",20221215,20230203,20230427,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"There are 4 different aspects to the work to be carried out at Takapau School. We wish to remediate the toilet block, construct a deck with a possible Verandah if budget will allow, create a Learning Support Coordinators (LSC) office, remediate the roof on Blk D and re cap the wall to the playground area as parts of it are missing or in disrepair.",Not Awarded,"Only one tenderer responded and were over budget. This then, went out to tender again as a closed tender.",0,20250410 Ministry of Education - School Infrastructure,26749014,Request for Tenders,Open Competition,"AMS: A, B - DQLS & Essential Infrastructure Upgrade at Huntly West Primary School",220888,20221219,20230210,20231003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The School desires to have the 6 classrooms in Block A upgraded to DQLS standard of the MoE. As part of this the Toilets in Block A and Block B need to be upgraded to current MoE standards. The Contract Works required are: This project requires the upgrade to the following facilities at Huntly West Primary School in Paki Street, Huntly: - All classroom spaces to be flexible learning spaces (FLS) that comply with the MoE DQLS standards. - A-Block building interior and exterior - 6 Teaching spaces. - A Block Tarp Room - A-Block toilets (two x toilet blocks being combined into one unisex toilet block). - B-Block toilets (one x toilet block) - To do a DQLS upgrade to block A including opening up between classrooms to provide FLS, Electrical and LED upgrade In particular the following will be done. - Supply and fit new LED fittings throughout. - Supply and fit RCDs throughout - CO2 monitors to be installed in all teaching spaces - Type 4 fire alarm system to be installed - All external heatpump units to be placed on the ground (note: this is in a separate project/ contract but may need addressing partially in this one) - The Portico roofing is not to be included as this is in a separate project. Only temporary fix if required All data outlets and wifi points to be reinstated. Cable to be placed within the walls..",Awarded,,1266000,20250410 Ministry of Education - School Infrastructure,26750212,Request for Tenders,Open Competition,Weathertightness Remediation of Block A - Central Hawkes Bay College,221838,20221219,20230202,20230704,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,Nimon Street,"Scope is for : demolition and complete re construction and re cladding of the existing south facing front wall to Block A, consequential works include the re pitching and re roofing of the front section of Block A and creating a new entrance portal facing the existing library. The scope includes works necessary to comply with the MOE requirements for Weathertightness in new buildings such as 140mm wall framing, concrete nibs, minimum roof pitch of 5 degrees to roofs, threshold drains and the need to provide roof soffite overhangs to all walls. The front wall will be completely re built with new windows in the same location as the existing. An existing internal gutter and external rain water head will also be removed to eliminate this risk",Awarded,,870000,20250410 Ministry of Education - School Infrastructure,26759477,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Roofing Replacement at Westport North School,,20221220,20230216,20230228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main contractor services for the end-of-life replacement of selected block roofing, gutters, downpipes and clear litefall protection and minor internal works. Re-pitching of various roofs, back flashing of penetrations, replace end of life fixings and flashings.",Not Awarded,The contract was awarded to Smith & Sons Renovations & Extensions West Coast,0,20250410 Ministry of Education - School Infrastructure,26771393,Request for Tenders,Open Competition,Main Building or Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Stratford Primary School,Stratford Primary School,20230130,20230301,20230816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Stratford Primary School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block A: Replace fixings & clearlite. Block B: Replace Clearlite. Block C: Replace iron roofing and install insulation if required. Block D: Install ridge capping flashing insert change of pitch flashing to overlap the lower iron. Replace spouting. Block E: Replace iron roofing and install insulation if required. Replace spouting. Block G: Replace damaged roofing iron and install new spouting. Block H: Replace clearlite. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,115962,20250410 Ministry of Education - School Infrastructure,26776525,Request for Tenders,Open Competition,"Main Building Contractor for AMS/ILE Upgrade & refurbishment to Blocks 1 & 9 at Awapunui School, Palmerston North",Awapunui School,20230130,20230228,20230717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Awapuni Primary School, are seeking a suitably qualified Main Building Contractor to carry out the AMS/ILE Upgrade & Refurbishment to Blocks 1 & 9. The Contract Works required are: Block 1: To create modern learning environments throughout classrooms 12, 13 and 14 by installing new Autex wall coverings, new cabinetry and vinyl floor coverings. Boys 15 and Girls 16 toilets to be completely relined and modernised with new toilets, cisterns, tapware and hand dryers. This includes any associated painting. Block 9: Replace distribution board. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,172067,20250410 Ministry of Education - School Infrastructure,26777934,Request for Tenders,Open Competition,Main Contractor for Technical Block Recladding at Kings High School,,20230111,20230303,20230505,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Kings High School Board of Trustees is looking for tenders for the the recladding of the Technical Building (Block T) at the school.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26780488,Request for Tenders,Closed Competition,Main Contractor for Canopy Construction at Parua Bay School,,20230110,20230203,20240101,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,2 Cobham Road,This project is planning to deliver construction of a outdoor canopy.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26780924,Request for Tenders,Closed Competition,Main Contractor for Roofing Works at Kawakawa Primary School,,20230110,20230210,20230502,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,2 Cobham Road,"a. The Contract Works required are: i. Block 1 Rooms 5 & 6 Roof replacement ii. Block 7 Rooms 16 & 17 Roof replacement iii. Block 4 localised replacements iv. The contractors are to allow for all necessary access equipment, permits and H&S requirements to carry out the works on a school site",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26781918,Request for Proposals,Closed Competition,Request for Proposals for Ruapehu Drive Palmerston North - Master Planning Services and Potential Additional Rights,MOE20950,20230119,20230210,20230221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministrys network team have commissioned the need for a new school to be built in Palmerston North on a 2 hectare greenfield site at 137-147 and 149 Ruapehu Drive, Palmerston North: - Build roll 350 and Master Plan roll 650. - The approach for design is to engage a Consultant for full Master Planning services to inform the Business Case. Once the Business Case is approved the Ministry intends to procure a Design and Build contractor to provide full Lead Design services, followed by Construction. - A full due diligence package has been completed and is provided as part of this RFP. - Master Planning services are required to commence as quickly as possible. - Preferred construction completion is December 2024.",Awarded,"This contract was awarded to Designgroup Stapleton Elliott and began on 3 March 2023. The term of this contract is until final completion of the services. It is intended that the value of the contract resulting from this procurement will be within value band $10k-$50k.",0,20250410 Ministry of Education - School Infrastructure,26783580,Request for Tenders,Closed Competition,Main Contractor - Westlake Girls High School - Weathertightness Remediation,,20230111,20230213,20230503,,Sole Agency,No,,Westlake Girls Highschool are seeking a main building contractor to carry-out weathertightness remediation works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26784045,Request for Tenders,Open Competition,Main Contractor for Roofing Replacement at Ferguson Intermediate School,,20230111,20230217,20230524,,Sole Agency,No,,"Roofing replacement at Ferguson Intermediate school on Blocks 1,2,8,10,11,12,16 & Boiler1 .",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26787471,Request for Tenders,Open Competition,"Roofing Contractor for Blk D, F, H, I & J Roof replacement at Greytown School",,20230113,20230214,20230327,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified main contractors to submit a Tender for the roofing replacement of Blocks D, G, H I & J of Greytown School. The work involves the following alterations:- Full metal roof replacement(s) Backflash penetrations Removal of skylights & curved roof Modification/Relocation of terminal vents Replacement of translucent roofing All associated edge protection, scaffolding and H&S requirements The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. Preferred timeframes are: Start date: Early April 2023 Due Date for Completion: Early May 2023 When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26788684,Request for Tenders,Open Competition,Main Contractor for A F: Admin extn LSC Remodel for library Heating Upgrade incl Pool reclad at Balfour School,,20230112,20230228,20230719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Balfour School is seeking suitably qualified main contractors to submit an RFT for the proposed LSC CP: A F: Admin extn LSC Remodel for library Heating Upgrade incl Pool reclad project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is June 2023 and the indicative completion date is June 2024. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,C Brown Builders have been awarded the contract for Main Contractor for A F: Admin extn LSC Remodel for library Heating Upgrade incl Pool reclad at Balfour School,2200000,20250410 Ministry of Education - School Infrastructure,26791120,Request for Quotations,Closed Competition,RFQ for Elmgrove School USB Conversion Main Contract Works,MOE21230,20230117,20230131,20230413,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Existing Bathroom Alterations and Additions to create a New Universal School Bathroom (USB) This piece of work is to be completed as soon as possible As per the Plans and Specifications Carried under the MOE Medium Works Contract In accordance also with the Terms and Conditions of the MOE Under $500k panel Contract.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26792214,Request for Tenders,Open Competition,"RFT for Replacement of Heat Pumps to Blocks B,C,D,F,I & J at Kaitao Intermediate School Rotorua",5251,20230113,20230213,20230419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Seeking contractor to supply and install heat pumps to Blocks B,C,D,F,I & J.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26796574,Request for Tenders,Open Competition,Main Contractor for AMS Block 13 ILE & DQLS Upgrade at Hobsonville School,,20230116,20230210,20230419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Hobsonville School Board of Trustees are seeking a main contractor for the AMS Block 13 ILE & DQLS Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26797122,Request for Tenders,Closed Competition,Main Contractor for B1-B3 Refurbishment at Bay of Islands College,,20230117,20230213,20230712,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,2 Cobham Road,"a. The Contract Works required are b. Scope summary: c. Wall linings replacement d. Ceiling linings replacement e. Associated electrical works f. Lighting upgrades g. Floor coverings replacements and localised floor repairs h. Carpentry works i. Heating upgrades",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26797304,Request for Tenders,Open Competition,Re-Roofing projects at Rotorua Boys High School,152-22-03,20230125,20230217,20230306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The project consists of roofing and spouting replacements (the Contract Works) for the Board of Trustees (BoT) (The Principal) at a number of Blocks at Rotorua Boys High School (the School).,Not Awarded,Onlky 1 tender received above Budget,0,20250410 Ministry of Education - School Infrastructure,26801783,Request for Tenders,Open Competition,Painting Works at Western Heights High School Rotorua,5258,20230117,20230228,20230602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeking prices from suitably qualified painting contractors for interior and exterior painting works at Western Heights High School Rotorua,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26803619,Request for Tenders,Open Competition,Main Contractor for Block 1 Timber Window Replacement at Willow Park School,,20230123,20230217,20230606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Willow Park School Board of Trustees are seeking Main Contractor for the Block 1 Timber Window Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26805257,Request for Tenders,Closed Competition,"Closed RFT for Main Contractor for Block A Roof Re-pitching Works at Glenholme School, Rotorua",5000,20230118,20230228,20230911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Closed RFT for Main Contractor to carry out roof re-pitching works and passive fire upgrade work to block A. The works will require shrink wrapping of affected areas. The works can be carried out mostly during school terms with limited tasks needing to be carried out during school holiday periods.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26806596,Request for Tenders,Closed Competition,Request for Tenders for Kaipara College Civil Works Main Contractor,MOE21070,20230119,20230227,20230915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the civil works package and required at Kaipara College. Site Visits for this opportunity will be held on 26th January 2023 at 1:30pm, please register your attendance via the GETs Q&A Function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26806687,Request for Tenders,Open Competition,Main Contractor for 1: AMS ILE Upgrade at Palmerston Primary School,3797-21-09,20230118,20230214,20230615,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"As a result of Palmerston Schools 2021 10YPP this project has arisen. The project is for Block 1 Classrooms, thoroughfares and bathrooms. The block has been deemed requiring upgrades to ensure the schools vision of modernization with DQLS learning standards is met.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26807122,Request for Tenders,Open Competition,Main Contractor for LSM: Site: New Broundary Fence at Twizel Area School,527-22-02,20230118,20230216,20230619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Installation of boundary fence and gates as per drawings at Twizel Area School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26807402,Request for Tenders,Open Competition,"Main Contractor for the Block 1,3,4,7,8,9,10 Floor Covering Replacement & New Wall Lining DQLS Upgrade at Epsom Normal School",,20230118,20230214,20230330,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Epsom Normal School Board of Trustees are seeking a main contractor for the Blocks 1,3,4,7,8,9,10 Floor Covering Replacement & New Lining DQLS Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26807523,Request for Tenders,Closed Competition,Main Contractor for Stage 1 Masterplan - Construction of new Junior block at Opononi Area School,,20230118,20230310,20231221,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,2 Cobham Road,"i. Demolition ii. Construction of a new block Please see attached plans and specifications.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26816382,Request for Proposals,Open Competition,Nga Iti Kahurangi (NIK) - Carpet Tile Improvement at Small or Remote Kura and Primary Schools,MOE18406,20230119,20230313,20230622,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Our recent market engagements have informed and shaped this Request for Proposal (RFP); the Ministry is now seeking suppliers of carpet tiles with integrated underlay. Installation of the carpet tile is not part of this tender. To implement this improvement the Ministry (the Buyer) is seeking tender responses that detail how you (the Respondent) will supply carpet tiles that meet the Ministrys performance specifications and the broader requirements identified in this RFP. The Ministry will host a partnership workshop with the selected preferred supplier, involving our three existing Project Managers and our freight and logistics supplier to help finalise our approach and inform the final written contract. This ensures everyone is on the same page and there is complete clarity.",Awarded,"This tender process has now been completed. The successful supplier is Milliken (Australia) Pty Ltd. The term of the contract is three years with a right of extension for a further term of three years. The value of the contract resulting from this tender is within $7,000,000-$8,000,000. Unsuccessful tenderers will be contacted shortly to be offered a debrief session.",0,20250410 Ministry of Education - School Infrastructure,26817925,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment to existing Block F at Ruapehu College, Ohakune",Ruapehu College,20230125,20230308,20230713,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ruapehu College, Ohakune are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block F. The Contract Works required are: Refurbishment throughout Block F includes new wall linings of Autex and Hydroplanel, new cabinetry throughout and the removal of a small part wall. Small sections of carpet and vinyl to be replaced or repaired, and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact the Ruapehu College School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,384994,20250410 Ministry of Education - School Infrastructure,26818140,Request for Tenders,Open Competition,Main Building Contractor for Alterations & Refurbishment to existing Block 1 at Waverley Primary School,Waverley Primary School,20230131,20230303,20230706,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Waverley Primary School, are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block 1. The Contract Works required are: This project entails revamping two classrooms, a resource room and Art areas. There are two new doors to be included to make the escape in emergency compliant, there will be floor and wall surfaces upgraded along with repainting and decoration. There are some reused windows and other new door work also. Contractors must visit site. Contact the Waverley School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,168124,20250410 Ministry of Education - School Infrastructure,26818256,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment to existing Block 4 at Roslyn School, Palmerston North",Roslyn School,20230131,20230303,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Roslyn School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block 4. The Contract Works required are: Remove existing steps to main entrance and install new accessible concrete steps & ramp. Replace exterior doors with new aluminium doors, Convert resource room into new breakout areas, install aluminium sliding doors between classrooms, install new wet area to breakout space, install new kitchenette to breakout space, remove decommissioned gas heaters, install acoustic ceiling tiles, new wall linings and floor coverings, new lighting, covert existing pupils toilets into self-contained toilet facilities and new staff workroom/Office. Contractors must visit site. Contact the Roslyn School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,"The school have had to cancel this project , due to having to complete a rotten decking infrastructure project which took priority for Health & Safety reasons.",0,20250410 Ministry of Education - School Infrastructure,26818703,Request for Tenders,Open Competition,Main Building Contractor for Alterations & Refurbishment to existing Block 2 for Reading Recovery Centre at Whanganui East School,Whanganui East School,20230207,20230307,20230308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Whanganui East School, are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block 2. The Contract Works required are: Internal alterations to create two teaching areas; a kitchenette and an accessible toilet in classroom 4 of Block 2, to allow for Reading Recovery for staff and students. This includes carpentry, fit-out and all related design work. Contractors must visit site. Contact the Whanganui East School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26819758,Request for Tenders,Open Competition,Main Contractor for the SL: AMS ILE Upgrade at Manurewa High School,,20230123,20230228,20230623,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Manurewa High School Board of Trustees are seeking a main contractor for the SL: AMS ILE Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26821385,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 3, 4, 8,10, 12, 14, 16 DQLS Upgrade at Weymouth Primary School",,20230123,20230217,20230717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Weymouth Primary School Board of Trustees are seeking a main contractor for Blocks 1, 2, 3, 4, 8, 10, 12, 14, 16 DQLS Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26823103,Request for Tenders,Closed Competition,"Main Building Contractor for Blocks 3+ 6 refurbishment + create new covered outdoor learning area, LSC office plus Electrical Upgrade at Kaukapakapa School, North West Auckland.",,20230124,20230221,20231122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The work comprises replacement of carpets, vinyl, wall coverings, window joinery and lighting in Rooms 15+ 16. Create opening between rooms to create flexible learning space. Create new deck of approximately 180m2 off Room 15 + 16. Install Webglass translucent roof over deck Room 13-16. Part of previous resource room will be converted to an LSC office plus provision of new breakout space. It is proposed that work will include upgrading of the classrooms to meet DQLS standards for acoustics, ventilation, insulation, flooring, pinboard, lighting, data, electrics etc. along with upgrade of associated toilet areas to unisex with provision of warm water for hand washing. Work would include replacement of urinals, pans cisterns, plumbing, lighting, toilet partitions and wall linings etc. It is proposed to provide an opening on to a deck at the end of Room 16 with a Wharenui style entrance to the stairs with a roof extended to cover this part of the deck. ASBESTOS: The Asbestos survey advised that asbestos was not present in the contract areas although Contractors should demonstrate that they have relevant experience in the safe removal, handling and disposal of asbestos and must include the costs for removal, handling and disposal under MOE/Worksafe guidelines including air monitoring within their tender should any subsequent asbestos be found. In this instance an asbestos management plan would be required from the contractor for approval that meets MOE and Worksafe requirements, before removal works commences. This would include details regarding handling and disposal with air monitoring and clearance certificates required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26830638,Request for Proposals,Closed Competition,DRP - Architects,,20230120,20230209,20230419,,Sole Agency,No,All submissions to be made through the GETS website,"The Design Review Panel was established to assist the Ministry in providing a level of design assurance and consistency of approach on Ministry led projects. Design reviews are normally undertaken at Masterplan, Preliminary Design and Developed Design stages. 189 design reviews were held during 2021 for Ministry projects that have a capital value of $3m or higher.",Awarded,,2800000,20250410 Ministry of Education - School Infrastructure,26832040,Request for Quotations,Closed Competition,Cashmere High School Roll Growth 14 Teaching Space Lead Designer Services,MOE19357,20230123,20230223,20230428,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Cashmere High School has been redeveloped as part of the CSR Programme. The redevelopment was completed in 2021 with a current build roll of 1900. Based on relevant roll growth trends the school was predicted to reach a roll of 2000 by 2024, which occurred during the CSR programme build in 2020. Since the completion of the CSR programme, the roll growth confirmation has been made for a new roll of 2000. The master plan was designed as part of the CSR Programme which began in 2016. The best option for the new Roll Growth space is on the footprint of the existing W Block. This requires the demolition of a 10TS block, and as such the new roll growth block will consist of 14TS. Initial design consultation with the school is underway to co-ordinate decanting requirements. During this planning phase, geotechnical and asbestos testing will be completed on the existing W Block to determine design outcomes.",Awarded,It is intended that the value of the contract resulting from this tender will be in the price band of $250K - $500K,0,20250410 Ministry of Education - School Infrastructure,26832954,Request for Tenders,Open Competition,Main Contractor for Block 3 DQLS/ILE and Toilet Upgrade at Panama Road School,,20230126,20230227,20230518,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Panama Road School Board of Trustees are seeking a Main Contractor for the Block 3 DQLS/ILE and Toilet Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26835245,Request for Tenders,Closed Competition,Fendalton Open Air School - Main Contract Works for the redevelopment Project,MOE21369,20230125,20230301,20230626,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Fendalton Open Air School - Main Contract Works for the redevelopment Project Stage One: The construction of Block 20 and the new Multipurpose Hall with all related infra structural work and landscaping. Stage two: The construction of Block 23, the refurbishment of Block 7 & 8 and the demolition of block 12&15 with all related infra structural work and landscaping. An enabling work package has been previously prepared by DGSE (Lead Design), to allow for the demolition of the existing blocks 3,13,18,20,10 & 14 as those buildings were sitting on the proposed location of the new block 20 and the Multipurpose Hall. It also included the decommissioning of redundant services and rerouting Power, ICT, Fire, and drainage services to service remaining buildings at site.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,26835759,Request for Tenders,Open Competition,Main Contractor for S: Science Lab Upgrade at Kaikorai Valley College,381.20.06,20230124,20230302,20230630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,"After negotiated scope reduction with preferred tenderer, contract was awarded",0,20250410 Ministry of Education - School Infrastructure,26837360,Request for Tenders,Open Competition,Main Contractor for ILE Upgrade of 6 classrooms at Bairds Mainfreight Primary School,,20230126,20230302,20230721,,Sole Agency,No,,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for ILE Upgrade of 6 classrooms at Bairds Mainfreight Primary School in accordance with drawings and specification provided,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26840570,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block ADM - Hall Exterior Wall and Door Remediation at Tawa College",5754,20230126,20230222,20230502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tawa College has recently become aware of the deterioration of some structural wall elements in the south facing wall of the college hall. Corrosion of steel members has led to some deflection and issues with the operation of the fire exit doors. 5YA funding has been made available to remediate the issues, replace defective structural members and replace affected joinery units. The project works are likely to affect adjacent sheet cladding which is known to be an asbestos material. The works will likely trigger the need to make some improvements to the fire alarm system and possibly emergency lighting systems.",Awarded,"Awarded to Pharaoh Construction, anticipated completion of 22.09.23. It is intended that the value of the contract resulting from this tender will be within $100-$250k.",0,20250410 Ministry of Education - School Infrastructure,26840636,Request for Tenders,Closed Competition,Request for Tenders (RFT) for Kuranui College - Gym Replacement - Early Contractor Involvement (ECI),,20230126,20230217,20230314,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"i. The Gym (Block G) building comprises a 1960s structure which has been enveloped and extended by a comprehensive 1998 addition. The building has significant Weathertightness and seismic issues. ii. A new full court gym is to be constructed as a replacement. The gym is to be built in a new location with the demolition on the existing following the completion. iii. Masterplan, concept and 50% preliminary design stages have been completed to date by McKenzie Higham Limited. iv. The indicative project completion date is December 2024.",Awarded,"This contract was awarded to Holmes Construction NZ Limited and began on 30th March 2023. The term of this contract is until end of design, forecast to be in November 2023. Noting that the Ministry of Education reserves the right to consider re-engaging the appointed Contractor to provide construction services. It is intended that the value of the contract resulting from this procurement will be within value band: $100K -$250K.",0,20250410 Ministry of Education - School Infrastructure,26843542,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block G - Gym Refurbishment, Weather Tightness Remediation at Paraparaumu College",6011,20230127,20230308,20230704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Following recent roofing improvements, this secondary stage of works will see the gymnasium changing rooms and toilet facilities completely reconfigured and refurbished. All spaces will be modernised and improved with better connectivity and transparency. Weather tightness remediation works will target roof coverings and wall cladding replacement which will need to follow stipulated MoE quality assurance monitoring and recording as the works progress. Due to the different funding streams, the two project components will require separate tender submissions.",Awarded,"Awarded to Watts & Hughes Construction Group, anticipated completion of 30.06.24. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,26843779,Request for Tenders,Open Competition,Main Contractor for New Court at Te Ara Maurea Roydvale School,3493-22-01,20230126,20230222,20230306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Te Ara Maurea Roydvale School wishes to pave an area of approximately 1000m2 that is currently grassed, between Block 12 and Blocks 2 & 13, and install a multi-purpose acrylic court on the new paving.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26845020,Request for Tenders,Closed Competition,Main Contractor for Block 1 Weathertightness Remediation at Papatoetoe Intermediate School,,20230125,20230224,20230717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Papatoetoe Intermediate Board of Trustees are seeking a Main Contractor for Block 1 Weathertightness.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26848926,Request for Tenders,Open Competition,Main Building/Roofing Contractor for Roof Replacement & Remediation to Various Blocks at Levin East School,Levin East School,20230127,20230308,20230802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Levin East School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roof Replacement & Remediation to Various Blocks. The Contract Works required are: Block 5: Replace existing clearlite with trafficable clealrite. Replace rusted iron with new coloursteel. Blocks 1 & 4: Replace existing clearlite with trafficable clearlite. Block H: Install new spouting, brackets & droppers with new. Replace membrane roofing on walkway roof. Block I: Replace spouting, brackets and droppers. Replace ridge flashing and fixings. Replace existing clearlite. Block A: Replace fixings and washer on ridge cap. Block G5: Install new roof screw perished washers where required. Replace existing clearlite over cloak bays. Block G4: Replace existing clearlite. Block C: Replace existing clearlite. Replace iron roofing over special needs toilet. Block B: Replace membrane roofing. Install new fixings and washer on ridge cap patches. Replace existing clearlite with trafficable clearlite. Block D: Replace all iron with new coloursteel iron. Replace defective timberwork if required. Install insulation if cavity allows. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,201200,20250410 Ministry of Education - School Infrastructure,26849319,Request for Tenders,Open Competition,Main Contractor for the Installation of Concrete Seating at Otahuhu College,,20230127,20230224,20230529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Otahuhu College Board of Trustees are seeking a Main Contractor for the Installation of Concrete Seating.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26849744,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Admin Weather Tightness and Boiler Repair at Hampton Hill School",5640,20230130,20230309,20230619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to remediate weather tightness failings to Block A Admin at Hampton Hill School. The administration buildings exterior is to be partly reconstructed due to weather tightness failings. In general, the work will include for replacing weatherboard cladding, part metal roofing, timber framing and timber windows with new aluminium. Existing aluminium windows affected by the work will be removed and reinstated. The boiler room is integrated with the administration and has had long term water ingress failings relating to a lack of tanking, built up paving and high water flows. Work to remediate will excavate the ground allowing for new tanking, subsoil drainage and reforming of paving to manage water flows. Areas of damaged wall and roof are to be replaced along with some asbestos material.",Awarded,Awarded tp Construct Wellington. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.,0,20250410 Ministry of Education - School Infrastructure,26863816,Request for Tenders,Open Competition,Main Contractor for Block J Gym Refurbishment at Kelston Boys High School,,20230203,20230301,20230403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The School Board of Kelson Boys High School is looking for a main contractor for the refurbishment and modernisation of the changing room and teaching spaces in their gymnasium (Block J).,Awarded,Contractor met the requirements of the contract at a competitive price point.,0,20250410 Ministry of Education - School Infrastructure,26864749,Request for Tenders,Open Competition,"Main Contractor for Block A, B, C, D, D1, D2, D3, E, G, G3, GX, H, K, L, N, P, V, X: Masterkeying of School at Aorere College",,20230201,20230227,20230615,,Sole Agency,No,All submissions to be made through the GETS website,"The Aorere College Board of Trustees are seeking a main contractor for Block A, B, C, D, D1, D2, D3, E, G, G3, GX, H, K, L, N, P, V, X: Masterkeying of School.",Not Awarded,NA,0,20250410 Ministry of Education - School Infrastructure,26866322,Request for Tenders,Open Competition,Main Contractor for Block C Partial Window Joinery Replacement at Glendowie College,,20230201,20230317,20240730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Glendowie College Board of Trustees are seeking a Main Contractor for the Block C Partial Window Joinery Replacement.,Awarded,,731848,20250410 Ministry of Education - School Infrastructure,26867152,Request for Tenders,Open Competition,Main Contractor for Blocks B & C Window and Door Joinery Replacement at Glendowie College,,20230201,20230227,20230421,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Glendowie College Board of Trustees are seeking a Main Contractor for Blocks B & C Window and Door Joinery Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26884513,Request for Tenders,Open Competition,Tuturau school Block A Unisex facilities remodel and fire alarm upgrade,4032-23-01,20230203,20230301,20230630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The BOT at Tuturau School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. All tender documents provided must be completed in section 3 parts A & B and the contract works schedule.,Not Awarded,Waiting on funding approval as project has gone over budget.,0,20250410 Ministry of Education - School Infrastructure,26886529,Request for Tenders,Open Competition,"Main Contractor for AMS: 1, 2, 3: Toilet Modifications & Roof Replacements at Waiau School",3566-22-03,20230203,20230301,20231103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Waiau School require lifecycle replacement of roofing iron, gutters and spouting as per 10YPP specialist reports for Blocks 1,2,3.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26887747,Request for Proposals,Closed Competition,RFP - Goldfields Primary School - Master Planning and Lead Design Services,MOE20176,20230203,20230227,20231207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"A new Roll growth 2TS block has been confirmed for Goldfields School Redevelopment. This new building will provide a solution for the following: Ongoing roll growth The project team will have to identify if Block 2 and part of Block 1 is to be demolished as part of the Redevelopment funding. A masterplan is required to factor in expected future roll growth determining the requirement to demo Block 2 and parts of Block 1. The new build will include the following: A mix of standard and specialist TS (yet to be confirmed by the College). Should be more serviceable and future proofed accommodating lost facilities should Block 1 and 2 be demoed. Update fire systems throughout the school to Type 4. Toilets should be provided as prorated for a 2TS use. The location of this new 2TS building (as per design guidelines) has been indicated to sit on the site near Block 1. The scope also includes site infrastructure and landscaping as necessary.",Awarded,The contract was awarded to Designgroup Stapleton Elliott,65178,20250410 Ministry of Education - School Infrastructure,26889717,Request for Tenders,Open Competition,Main Contractor for Roofing works and Block 15 Internal refurbishment works,,20230207,20230302,20230328,,Sole Agency,No,,"The school Board at Redoubt North School is seeking to procure a Main Contractor to complete an internal refurbishment of Block 15 which include replacement of existing pinboard, flooring, damaged ceilings and roofing works to Block 1,2,3,6,10,12,13,15 and covered walkways which is mainly gutter replacement and gutter fall remediation. A school layout plan will be provided for Site visits. Please email requests for Site visits to the Procurement Office in the RFT.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,26891042,Request for Tenders,Closed Competition,"RFT - Main Building Contractor, Block 8A - Refurbish Classrooms at Paraparaumu Beach School",5656,20230208,20230307,20230719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Paraparaumu Beach School 10YPP has a DQLS upgrade project in Block 8A scheduled. The work will consist of environmental improvements to two teaching spaces. The rooms will have an upgrade to the thermal and acoustic properties in the classrooms, light fittings will be renewed and storage joinery replaced. Work to the external envelope of the relocatable block will include roof coverings replacement and the installation of some new double glazed window joinery. Some minor sewer drainage works will be required to service new sink bench units that will be provided.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 01.04.24. It is intended that the value of the contract resulting from this tender will be within $100-250k.",0,20250410 Ministry of Education - School Infrastructure,26907507,Request for Tenders,Open Competition,Main Building Contractor for Design & Build of new pre-fabricated toilet block at Lytton High School,231031,20230209,20230309,20230420,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Lytton High School are seeking a main building contractor for the design and build of the new pre-fabricated toilet block. This project includes the demolition and removal of the original building, and replacement with facilities which meet the current needs of the school.",Awarded,Contract Awarded to Permacrete Ltd.,0,20250410 Ministry of Education - School Infrastructure,26908050,Request for Proposals,Closed Competition,"Request for Proposals for Hutt Intermediate, Newlands Intermediate, Raroa Normal Intermediate Quantity Surveying (QS) and Engineer to Contract (ETC) Services for Redevelopment and Roll Growth projects",MOE21394,20230208,20230301,20230414,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Hutt Intermediate, Newlands Intermediate, Raroa Normal Intermediate (The School/Bundle) Quantity Surveying (QS) and Engineer to Contract (ETC) Services for Redevelopment and Roll Growth projects (the Services).",Awarded,"This bundle of 3x projects were awarded to Beca Limited and began on 01 June 2023. The term of this contract is until the end of the Developed Design stage (with the possibility of an extension to cover the construction and defects liability period - subject to conditions being met). It is intended that the entire contract value of all 3x projects / contracts resulting from this procurement (including if the contract is extended to cover the construction and defects liability period), will fall within the $1.0m - $2.5m value band.",0,20250410 Ministry of Education - School Infrastructure,26922408,Request for Tenders,Open Competition,Main Contractor for Grey High School; Fire Alarm Upgrades,235734,20230210,20230310,20230710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,"On behalf of Greymouth High School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for fire alarm works at this school. The site is located on the High Street, Greymouth. The programme for the works will be discussed and agreed with the preferred tenderer, subject to duration, availability and how invasive works may be. Please refer to all of the attached tender documents in your pricing. Site visits are required.",Not Awarded,No tenderers submitted a tender return.,0,20250410 Ministry of Education - School Infrastructure,26927218,Request for Quotations,Closed Competition,RFQ - George Street Normal School - Class Room Renovation,MOE20145,20230214,20230302,20230321,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Renovation of Classroom 12 & 13 1. New floor finishes 2. New suspended ceiling and light fittings 3. Ceiling cassette heat pumps 4. CO2 readers and automatic window openers at high level 5. New acoustic wall linings 6. New double glazed thermally broken windows for heat and noise control. 7. New blinds to reduce glare 8. New exterior wall to allow for cavity to new cladding and wall insulation 9. New sliding doors to allow access into shared learning space 10. New wet area between classrooms with visual links to each classroom and shared area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26928571,Request for Tenders,Open Competition,Main Contractor for Accessible Bathroom Modifications & Site Compliance at Hauroko Valley Primary School,22-050,20230213,20230328,20230809,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"The Hauroko Valley School Board of Trustees is looking for an experienced main Contractor to complete accessible bathroom modifications to the admin Block C building at Hauroko Valley Primary School. Work includes adding new floor area including new exterior wall and roof construction as well as internal remodelling of existing spaces as well as new interior linings to complete the build. The work also includes a site wide fire compliance upgrade to meet MOE requirements, as well as a small internal wall opening and new aluminium door in Block C classroom area to create a breakout space that will be School funded.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26928788,Request for Tenders,Closed Competition,RFT Contractor for Site-Wide Fire Alarm Upgrade at Fairburn School,,20230214,20230327,20230628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Block 1 Fire Panel is replaced with an Analogue Addressable Panel and is extended to all Blocks with a Type 4 installed in Blocks. Remove Blocks 2, 3 and 7 Fire Panels and connect the areas to the Block 1 Panel providing a single Smoke Detection and Evacuation System in the School. A separate contractor will carry out minor upgrades to the security system and connection to the fire system. Bill Groves is engaged to prepare the fire report and apply for building consent.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26932075,Request for Tenders,Open Competition,Main Contractor for 5YA & Weathertightness Works at TKMM O Maraenui,228537,20230214,20230315,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"TKMM o Maraenui Board of Trustees is seeking a main contractor to undertake 5YA, AMS, SIP and Weathertightness Works to Blocks D & E comprising repitching of the roof to Block D, new eaves to Block E, recladding of both blocks, new decks and accessible ramp and reroofing works to Blocks B & C.",Not Awarded,"From the evaluation a preferred supplier has been identified, which in this case is the lowest tenderer. The overall project costs exceed the available budget. We are currently seeking additional funding from the MOE which if successful will allow a contract to be awared to the preferred tender.",0,20250410 Ministry of Education - School Infrastructure,26932129,Request for Quotations,Closed Competition,Belfast East School Lead Design Services,MOE21237,20230210,20230217,20230327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The LD consultant is required to provide lead design services for the construction of a new Multipurpose Hall and 4 Teaching space building. The design works for Multipurpose Hall will start first and the design for the remaining scope will be accomplished during the construction works of the hall. A fixed price for LD services for the Multipurpose Hall will be required and the Ministry and the consultant will reach an agreement in terms of P&G and Margin rate for the remaining scope.( 4x TS block, landscape, etc)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,26932540,Request for Tenders,Open Competition,"Main Contractor for Metal, Membrane & Translucent Roofing Replacements at Southland Girls' High School",21-057,20230214,20230316,20230626,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,The Board Of Trustees for Southland Girls' High School is looking for an experienced main Contractor to complete a series of roof an part roof replacements to various buildings at their School. Proposed work including metal and membrane roof replacements as well as replacemetn with new compliant trafficable translucent cladding to covered walkway areas.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,26933014,Request for Quotations,Closed Competition,Riwaka School Weather Tightness Main Contractor,MOE21458,20230210,20230303,20230531,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"General - Make allowances to work in separate locations within the school. - Ensure safety systems are maintained during the works - Include all and any alterations to services required to undertake the works. - Apply for CPU and maintain during the works. Block E + O - Change pitch to block E roof and new roofing - Remove internal gutter between E & O - New pitch roof with valley gutters - New skylight - Create 12mm gap between deck and cladding Block F - Remove Butynol roofs - New Colorsteel roof over veranda - Replace existing fastenings to existing roof - Replace skylight domes - Install Monkeytoe and replace penetration flashings Block P - New window flashing to exiting windows - Foundation vents installed into existing holes - Create 12mm gap between deck and cladding",Awarded,,407807,20250410 Ministry of Education - School Infrastructure,26933055,Request for Tenders,Closed Competition,Main Contractor for Combined AMS/5YA Project at Richmond Road School,,20230213,20230303,20230503,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All enquires to be made through the GETS Question & Answer function.,"Main Contractor for Combined AMS/5YA Project at Richmond Road School (the School). Richmond Road School is located on Richmond Road, Ponsonby, Auckland. The School is located in a predominantly residential area. Richmond Road School is a medium sized primary school undergoing a refreshment as part a 10YPP to deliver innovative learning spaces and a more functional teaching environment.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26940269,Request for Tenders,Open Competition,Tuakau College Demolition of P8-10,,20230215,20230310,20230407,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,Demolition of 3 relocatable classroom buildings at Tuakau College.,Awarded,,52713,20250410 Ministry of Education - School Infrastructure,26940279,Request for Tenders,Open Competition,"(1927) Roto o Rangi School A ILE Upgrade, CDE Ext Carpet",,20230215,20230314,20230503,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,This Tender evaluation has been completed with the successful Tender being $101654. the range of tender submissions received ranged from $101654 to $183406,0,20250410 Ministry of Education - School Infrastructure,26942294,Request for Tenders,Open Competition,"Request for Tender for Palmerston North Girls High School - Weathertightness Remediation, Structural Upgrade & Roof Replacement - Main Contractor",,20230216,20230317,20230804,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Palmerston North Girls High School (the School) Weathertightness Remediation, Structural Upgrade & Roof Replacement Main Contract Works (the Contract Works).",Awarded,"This contract was awarded to Isles Construction Limited. It is intended that the value of the contract resulting from this procurement will be within the value band $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,26943033,Request for Tenders,Open Competition,Main Contractor for Exterior Cladding Roof Replacement & Classroom Remodel at Riverton Primary School,,20230216,20230323,20230905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Riverton Primary School is seeking suitably qualified main contractors to submit an RFT for the proposed Exterior Cladding, Roof Replacement & Classroom Remodel project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is July 2023 and the indicative completion date is April 2024. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,Contract for the Main Contractor for Exterior Cladding Roof Replacement & Classroom Remodel at Riverton Primary School tender has been awarded to Brown Goble Construction JV Limited,0,20250410 Ministry of Education - School Infrastructure,26945158,Request for Tenders,Open Competition,Strathmore School D Block Refurbishment,6374,20230215,20230313,20230905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Outcome sought: Reconfigure the existing bag bay and ablution area to create a breakout area space accessed from both classrooms and cubicle style unisex toilets similar to that of C Block. Install 2x new slider stacker doors between the classroom and the breakout. Replace flooring and Autex coverings throughout and install new joinery in the breakout to match that of C Block. Replace existing lights and install new LED lighting throughout History Life cycle Repla",Not Awarded,Change of SOW,0,20250410 Ministry of Education - School Infrastructure,26955935,Request for Tenders,Open Competition,"Main Electrical Contractor for Electrical Upgrade at Parkland School, Palmerston North",Parkland School,20230222,20230317,20230817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Parkland School are seeking a suitably qualified Main Electrical Contractor to carry out the Electrical Upgrade to various blocks at their school. T The Contract Works required are: New heatpumps installed to various blocks. Exterior units ground mounted on a hard surface (concrete of pavers). Installation of missing components to Distribution Boards, Converting Switchboard and Mains Cable Replacement. PLEASE NOTE as mentioned in specifications, there is a planned upgrade for the transformer and the Electrical Design Engineer is currently working with the lines company in regards to this. Please allow to liaise with the lines company in due course. It would be desirable for the main switchboard to be upgraded with the transformer upgrade. All tender documentation and necessary information attached. Contact the School Office to arrange a time to visit site. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,99927,20250410 Ministry of Education - School Infrastructure,26958886,Request for Quotations,Closed Competition,Wairarapa College (the School) - Sutherland Block Refurbishment and Block N Demolition Main Contract Works,,20230217,20230324,20230629,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Wairarapa College is undertaking a school wide staged redevelopment programme that addresses seismic, weathertightness, building condition and rationalisation requirements at the school. Works completed to date include the construction of a new Supported Learning Centre Block; new Food Technology Block, new Busbay, refurbishment of the existing Supported Learning Centre Block and Food Technology Classrooms, and Site Infrastructure works. This RFQ is for Main Contract Works relating to the Sutherland Block Refurbishment and Block N Demolition.",Awarded,"This contract was awarded to Holmes Construction NZ Limited and began on 3 July 2023. The term of this contract is until final completion of the project, forecast to be in December 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $10M - $25M",0,20250410 Ministry of Education - School Infrastructure,26959841,Request for Tenders,Closed Competition,Request for Tenders for Pongakawa School - Blocks A & R Weathertightness Remediation Works - Main Contractor Services,,20230221,20230406,20230616,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Pongakawa School is a primary school (Year 1-8) located in Te Puke in Bay of Plenty. Blocks A & R have been identified to have weathertightness issues and needs to be remediated to ensure blocks are weathertight. Indicative project completion date is October 2023.",Awarded,"This contract was awarded to Shawn Williamson Building Ltd and began on 3 July 2023. The term of this contract is until final completion of the project, forecast to be in December 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $250K - $500K",0,20250410 Ministry of Education - School Infrastructure,26960370,Request for Quotations,Closed Competition,TKKM o Waitaha - 4TS RG B21 - MPLD Services,MOE21606,20230220,20230329,20230329,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"Te Kura Whakapumau i te Reo Tuturu ki Waitaha (TKKM o Waitaha) is a Composite (Year 1 15) Level 2 (full immersion) Maori language kura (school) affiliated to Te Runanga Nui o Nga Kura Kaupapa Maori o Aotearoa in Waltham, Christchurch. There have been two significant projects at the kura in recent years: Christchurch School Rebuild (CSR) Redevelopment completed in 2019 which either replaced or redeveloped most of the existing building block. This included the delivery of 6 new teaching spaces, replacement of a library / ablution block, refurbishment of the Administration block and site works A Short Term Growth Growth project completed in June 2022 for the deliver of 4 new teaching spaces and surrounding site works. ii. The site is relatively small which constrains the growth the kura are currently experiencing. To ensure whanau living in east Christchurch have an accessible pathway to a Kaupapa Maori education, the MOE are in the process of acquiring a vacant 1.82ha site next door on Hassal Lane. Therefore, new Master Plan will need to be developed for the kura to incorporate the new site and an increased Master Plan Roll. Along with growth planning, the Master Planner will need to carry out site investigations to confirm ground conditions and other possible risks of the new site. CW Master Planning and Lead Design RFQ v4.3 3 iii. Seed funding has been approved to allow Capital Works to undertake to pre-design and site investigations works which will inform the later funding submission for the construction works. iv. It is anticipated the construction works will be delivered as a single stage. Subsequent stage for growth will include planning options for teaching space and non-teaching space as the current Admin has been identified as inadequate for the growing teaching staff. The year group (1 15) may also add some complexity to the Master Plan options. v. The required consultants are to be assigned independently and are co-ordinate with the relevant trades and other sub-consultants. The appointed Project Manager will oversee the construction through to handover ensuring the delivery of the project. vi. Being a Kaupapa Maori kura, it is expected that tenderers include within their proposal their cultural competency and describe their experience working with this sector. Tikanga will be applied through the delivery of the project, it is strongly preferred that personnel within the team have experience with the Te Aho Matua curriculum. vii. Asset Ma",Awarded,Master Plan & Prelim only,190572,20250410 Ministry of Education - School Infrastructure,26974886,Request for Quotations,Closed Competition,Request for Quote for Foxton School (the School) Weathertightness Remediation of Classrooms and New Admin Block - Main Contractor,,20230223,20230317,20230630,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Demolition of the existing Admin Blocks and leaking extensions of the main block ii. Weathertightness remediation of the Main Block iii. Construction of a new Admin Block iv. Internal refurbishment of the classrooms v. Construction of an outdoor learning space vi. The size of the project is of medium size Preferred Contract Works completion: 29 March 2024 SITE VISIT TBC",Awarded,"This contract was awarded to Isles Construction Ltd and began on 13th July 2023. The term of this contract is until the end of the defects liability period, which is forecast for August 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M",0,20250410 Ministry of Education - School Infrastructure,26978616,Request for Tenders,Open Competition,Design and Build Roofing Replacement to A and F Block at Whitiora School,,20230224,20230321,20230523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Whitiora School is seeking a contractor the design and build roofing replacement of two blocks a Whitiora School.,Awarded,,157777,20250410 Ministry of Education - School Infrastructure,26984933,Request for Tenders,Closed Competition,Te Wharekura o Maniapoto Roll Growth 2TS Main Contractor,MOE17813-1,20230224,20230327,20230620,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is a invitation to Directory Suppliers shortlisted from the Construction Directory to submit a Tender for Te Wharekura o Maniapoto Roll Growth 2TS Main Contractor.,Awarded,"The contract has been awarded to Woodview Construction Limited and started in June 2023. Price band is $1,500,000 - $3,500,000.",0,20250410 Ministry of Education - School Infrastructure,26991972,Request for Tenders,Open Competition,RFT Main Building Contractor for Fixed Cover to Basketball Court at Raglan Area School,227171,20230224,20230324,20231003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees seek to construct a fixed cover to an existing basketball court at Raglan Area School. The court cover is to be a 32m x 18.5m steel structure with a PVC tensile membrane roof. The project involves re-marking the lines on the existing court to regulation size.,Not Awarded,There were no responses to the RFT for this project.,0,20250410 Ministry of Education - School Infrastructure,26993233,Request for Tenders,Open Competition,Waitara High School J-Block Learning Support Modifications,3208.18,20230301,20230329,20230823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The school seeks to complete modifications to J-Block Learning support block in order to improve functionality and provide for a wider range of users. These modifications include upgrade of the external fencing, modification of landscape features, upgraded access control. new and modified internal glazed windows / doors, incorporation of a laundry and construction of a universal bathroom where a previous accessible bathroom and cleaners cupboard is located. Project consultants are: Project Manager & Lead Designer: Ardern Peters Architects Ltd",Awarded,,345000,20250410 Ministry of Education - School Infrastructure,26995196,Request for Tenders,Open Competition,Main Contractor for Site: Replace Boundary Retaining Wall Project at Petone Central School (Wellington),,20230224,20230323,20230519,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Petone Central School are seeking the services of a main contractor to undertake the build of a timber retaining wall along the boundary line of Petone Central School. The work is described in the tender documents prepared by IR Group and involves: Provide protective hoardings around site of works and operate under a SSSP. Demolition of existing concrete retaining wall and timber paling fencing along the school boundary. Remove multiple trees from several locations where roots are interfering with existing retaining wall. Construct a new tongue and groove timber retaining wall from ground level and supply and install timber paling fencing on top of this in the following order: From the western to eastern end, timber-retaining wall to be at 600mm high for the first 20.5m (with 600mm high timber fence), 800mm high for the next 11m (with 800mm high timber fence), and 1000mm high for the final 37m stretch (with 1.8m high timber fence). Ensure site is left clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B",Awarded,,113641,20250410 Ministry of Education - School Infrastructure,26995503,Request for Proposals,Closed Competition,Water Services Investment Programme (WSIP) Professional Services,MOE21541,20230224,20230331,20230623,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking Proposals from suitable suppliers who have the capacity and capability to provide professional engineering services to complete a range of tasks to support the Water Services Investment Programme (WSIP) - to improve drinking water services at self-supplied schools. The Ministry is open to engaging multiple Suppliers for this work, but this work will be split into two distinct packages of work. A briefing session about this tender will be held Online via Teams at 9am 2/3/23. To register please email Lisa.Houston@education.govt.nz",Awarded,,0,20250410 Ministry of Education - School Infrastructure,26999570,Request for Tenders,Closed Competition,"Main Building Contractor for Blocks 1+5 ILE Works at Hauraki School, Takapuna, Auckland.",,20230301,20230329,20230613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 : 4 classrooms- Work involves some internal alterations of existing partitions and ILE upgrading to Rooms 20+21 similar to work carried out in the previous 5YA to Rooms 22 + 23. Upgrading work includes glazed partitions, insulation, floor coverings, pinboard, lighting electrical etc. to the classrooms. The timber windows on the front facade of the classrooms are in poor condition and at the end of their life. They require replacement with new commercial grade aluminium units. Block 5: Relocatable Classrooms constructed in 1975- Work involves opening between 2 classrooms with doors breaking out onto existing decking. Internal Upgrading work includes new floor coverings and pinboard etc. Bag cubicles will be added to the outside edge of the verandah to enable the existing external lobby to be used for breakout groups. Upgrading work includes glazed partitions, insulation, floor coverings, pinboard, lighting electrical etc. to the classrooms. i. The aluminium windows of the Classrooms 18+19 are in poor condition and at the end of their life. They require replacement with new commercial grade aluminium units. ii. There is an element of asbestos cladding present that will require an approved plan for removal, handling and disposal Electrical Distribution Upgrades are also required to Blocks 7 + 9. Work involves removal + disposal of all existing switchboards in lockable cabinets with 10 amp protection. ASBESTOS: An Asbestos survey is attached for Block 1 and the survey for Block 5 will be forwarded when received but it is anticipated that cladding and soffits in particular and possibly flooring will contain Asbestos, so allowances should be made in your tender for roval and disposal under MOE and Worksafe guidelines with appropriate testing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27002016,Request for Tenders,Open Competition,Porirua School- Block 1 - Learning Support Coordinators Accommodation-Sensory Space,J21-0120,20230301,20230414,20230621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified Main Building Contractor to submit a Tender for Block 1 - Learning Support Coordinators Accommodation-Sensory Space at Porirua School. Project consultants are: o Project Manager: Gaze Commercial Ltd o Lead Designer: Gaze Commercial Ltd Contractors are expected in their tender responses to demonstrate how they will ensure efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimized. The Contractor will be engaged through a MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B",Awarded,,185457,20250410 Ministry of Education - School Infrastructure,27006982,Request for Tenders,Closed Competition,Universal Bathroom Proejct,,20230302,20230324,20230406,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,Your previously submitted ROI for this project has been accepted and you are now invited to submit a tender based on the attachments to this RFT,Awarded,"Tender responses were received from 3 suitable companies that were selected from the five that registered their interest in the project. The tender evaluation was undertaken in accordance with the RFT and vetted by school personnel. On this occasion the submission by A D Bridge & Son has been successful. The pricing variation ranged between 8 to 15 % in difference.",0,20250410 Ministry of Education - School Infrastructure,27012422,Request for Tenders,Open Competition,Main Contractor for Koraunui School Blk 2 Classroom upgrades,,20230303,20230407,20230710,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"Koraunui School BOT seek the services of a Main Building Contractor to undertake the alterations to Block 2 on the school site. The work involves the following alterations:- Classrooms 1 5 and Store / IT Room Space Isolation of the work area Removal of existing joinery, heaters, entry doors, windows and handrails Removal of hand basins, coat hooks, shelving, and all fixtures/fittings in cloakroom areas Removal of ceiling linings throughout all toilets and cloak bay areas Removal of interior walls, partitions, toilet pans, cisterns and hand basins throughout all toilet areas Removal of vinyl flooring and carpets in Resource Room, Lobby, Cleaners Room and IT Room. Removal of interior wall and one of the two doors between resource room/lobby Installation of new carpet tiles, entrance matting, vinyl flooring and skirtings Installation of new Autex composition board over new gib board Installation of new double-glazed aluminium entry doors Installation of new double-glazed windows to match existing Installation of new cubby hole unit, whiteboard unit, high wall mounted heat pump, sliding doors, sink bench and accessible toilet Installation of new timber framing, exterior cladding and interior linings where windows were removed in toilet and cloak bay areas. Patch and paint gib board ceilings where walls/doors are removed Installation of lintels over all openings in loadbearing walls New LED light fittings where indicated New data outlets Connection of power to electric hand dryers, sensor taps in toilet cubicles Installation of new hot water cylinder Ensure all new light circuits have RCD protection. Connect toilet services to existing sewer system The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Preferred timeframes are: Start date: June 2023 Due Date for Completion: February 2024",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27014127,Request for Tenders,Closed Competition,Tapawera Area School Gym Roof Rebuild,,20230303,20230407,20240415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,As per previous advice your ROI for this project has been accepted. You are now invited to tender for the physical works as per the attached documentation,Not Awarded,This tender was withdrawn due to budget issues,0,20250410 Ministry of Education - School Infrastructure,27014576,Request for Tenders,Open Competition,(1827) Miller Avenue School F; Decking; C; Floor Coverings & Exterior Learning,226962,20230303,20230330,20230522,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,this project has been awarded at a Tender value $140640. Tenders received ranged from $140640 to $152693,0,20250410 Ministry of Education - School Infrastructure,27014833,Request for Tenders,Open Competition,Main Building Contractor for LSM Accessibility Modification at Mornington School,231921,20230302,20230405,20240604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for LSM Accessibility Modification at Mornington School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27018796,Request for Tenders,Open Competition,"Main Building Contractor for Windows Ventilation Project to Blocks A & B at Poroutawhao School, Levin",Poroutawhao School,20230303,20230406,20230530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Awapuni Primary School, are seeking a suitably qualified Main Building Contractor to carry out the AMS/ILE Upgrade & Refurbishment to Blocks 1 & 9. The Contract Works required are: Remove all existing windows, including architraves, trim and window frames as shown. Install all new aluminium windows with timber reveals inside the room. Associated painting to make good. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approximately as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27020267,Request for Tenders,Open Competition,MVHS - Ablution Block Upgrade,233450,20230303,20230329,20230608,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS - Question & Answer function,This Request for Tender is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for Ablutions Block Upgrade Works at Mountainview High School. The school toilet facilities are currently provided via centrally located toilet blocks with separate male and female toilets. 1 block will be reconfigured to create separate unisex toilet spaces with full height walls and doors,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27020374,Request for Tenders,Open Competition,AMS combined - 4 ILE upgrades to Block 4,J22-0188,20230303,20230331,20230628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified Main Building Contractor to submit a Tender for Main Building Contractor for AMS combined 4 ILE upgrades to Block 4 at Johnsonville School The scope of work is to refurbish the interior of 2 teaching spaces in Block 4 (Special Education Unit). This is to include acoustic-treated wall and ceiling linings, floor coverings, and lighting. No structure work is intended for this project. This Project is intended to remove and replacement of existing acoustic wall linings, carpet, and lighting. Ceiling linings are to be refurbished throughout the 2 teaching spaces. Project consultants are: o Project Manager: Gaze Commercial Ltd o Lead Designer: TEAM Architects Wellington Ltd. Contractors are expected in their tender responses to demonstrate how they will ensure efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimized. The Contractor will be engaged through a MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B",Awarded,,152471,20250410 Ministry of Education - School Infrastructure,27023195,Request for Tenders,Closed Competition,Main Contactor for Partial Reclad of Gym at Te Kauwhata College,,20230306,20230331,20230606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place though GETS Question & Answer function.,Te Kauwata College are seeking a main contractor to reclad the lower portion of the school gym. Removal of existing asbestos cladding and installing aluminum weatherboards over a cavity.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27023337,Request for Tenders,Closed Competition,RFT - South Hornby School - 4TS Roll Growth - Main Contractor,MOE21404,20230308,20230421,20240809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,New 4TS Roll Growth Block,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27023709,Request for Tenders,Closed Competition,RFT - Main Building Contractor for SIP - Hall Refurbishment at Muritai School,5733,20230306,20230404,20230804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Muritai School has developed a SIP funded project to improve and modernise toilet and kitchen facilities in the school hall. The project consists of interior building alterations to make the spaces more efficient and effective with floor, wall and ceiling finishes replaced.",Awarded,"Awarded to Tracer Construction, anticipated completion of March 2024. It is intended that the value of the contract resulting from this tender will be within $250-500k.",0,20250410 Ministry of Education - School Infrastructure,27024436,Request for Tenders,Open Competition,Waikaka School AMS A: Classroopm remodel,227621,20230307,20230331,20230630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Waikaka Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,The School BOT have selected Ajax Builders as the main contractor,111247,20250410 Ministry of Education - School Infrastructure,27032425,Request for Tenders,Closed Competition,Main Contractor for Hall Refurbishment at Oruaiti School,,20230307,20230327,20230724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. This project plans to deliver Hall refurbishment works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27055320,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 1 Classroom Upgrade and LSC Office at Ohoka School,,20230310,20230411,20230815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 Classroom and associated areas, to be altered and upgraded to modernise the spaces and make them more functional to meet the schools requirements.",Not Awarded,This contract has been awarded to Hann Construction Company Ltd,0,20250410 Ministry of Education - School Infrastructure,27059609,Request for Tenders,Closed Competition,Main Contractor for Block 1 AMS Refurbishment at Te Kura o Waikare,,20230310,20230403,20230712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Block 1 AMS ILE internal refurbishment works including the following: (a) Floor coverings replacements (b) Window joinery replacements (c) Wall linings and wall coverings replacements (d) Creation of new break out area (e) Internal joinery replacements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27060431,Request for Tenders,Closed Competition,Main Contractor for Roofing Works at TKKM o RAWHITI ROA,,20230310,20230331,20231120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project plans to deliver roofing works across the site. The works will include the following: Roof repairs Localised roof replacements Spouting replacements Roof re-screwing",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27062132,Request for Tenders,Open Competition,Main Contractor for RTLB Refurbishment at Moerewa School,,20230310,20230407,20230906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"i. Project 1 RTLB internal refurbishment overview: (a) Demolition (b) Asbestos removal (c) Internal finishes (d) Fire alarm upgrade (e) Joinery replacements (f) Electrical works (g) Data (h) Painting (i) Cabinetry",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27062519,Request for Tenders,Closed Competition,Main Contractor for AMS ILE Refurbishment works at Moerewa School,,20230310,20230407,20230628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"AMS Upgrade and Classrooms internal refurbishments (a) Demolition (b) Asbestos removal (c) Internal finishes Autex wall coverings (d) Fire alarm upgrade (e) Joinery replacements (f) Electrical works (g) Concrete works (h) Data",Awarded,,291973,20250410 Ministry of Education - School Infrastructure,27068475,Request for Tenders,Closed Competition,Fire Alarm Upgrade Panmure District School,1420,20230315,20230424,20230803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Panmure District School is the next school to qualify under the program. This is to be a direct source tender from a pre-qualified Amotai Supplier.",Awarded,,88341,20250410 Ministry of Education - School Infrastructure,27070255,Request for Tenders,Closed Competition,Fire Alarm Upgrade Mangatangi School,1344,20230315,20230417,20230803,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Mangatangi School is the next school to qualify under the program. This is to be a direct source tender from a pre-qualified Amotai Supplier.",Awarded,,67432,20250410 Ministry of Education - School Infrastructure,27070701,Request for Quotations,Closed Competition,Request for Quote - Solway School Block Remediate Weathertightness Failure Main Contractor,MOE21713,20230314,20230426,20230517,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Request for Quote (RFQ) - Solway School Block Remediate Weathertightness Failure is an RFQ to engage with a Main Contractor.,Not Awarded,"Following a procurement process, the Ministry has not awarded a contract for this procurement Solway School Remediation of Weathertightness Failure - Main Contractor.",0,20250410 Ministry of Education - School Infrastructure,27070714,Request for Tenders,Open Competition,Fire Alarm Upgrade Runanga School,3495,20230315,20230426,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Runanga School, Runanga. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Runanga School is the next school to qualify under the program.",Awarded,,53957,20250410 Ministry of Education - School Infrastructure,27070875,Request for Tenders,Open Competition,Fire Alarm Upgrade Whataroa School,3592,20230315,20230501,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Whataroa School, Whataroa. Over the last 12 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Whataroa School is the next school to qualify under the program.",Awarded,,43494,20250410 Ministry of Education - School Infrastructure,27074250,Request for Tenders,Closed Competition,Tauranga Primary School N Block remediation,TPS02,20230315,20230404,20230710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Request for Tender is the second stage of a two stage procurement for a main building contractor to undertake the works associated with remediation of decayed external cladding to an existing teaching Block. The works is only to a portion of the building exterior.,Awarded,Formal confirmation via GETS portal of evaluation close and project award.,0,20250410 Ministry of Education - School Infrastructure,27077035,Request for Tenders,Open Competition,Fire Alarm Upgrade Fairhall School,2839,20230315,20230417,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Fairhall School, Blenheim. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Fairhall School is the next school to qualify under the program.",Awarded,,42543,20250410 Ministry of Education - School Infrastructure,27077261,Request for Tenders,Open Competition,Fire Alarm Upgrade Wairau Valley School,3062,20230315,20230417,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Wairau Valley School, Wairau Valley. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Wairau Valley School is the next school to qualify under the program.",Awarded,,46111,20250410 Ministry of Education - School Infrastructure,27077501,Request for Tenders,Open Competition,Fire Alarm Upgrade Waimate Centennial School,3573,20230315,20230417,20230809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waimate Centennial School, Waimate. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Waimate Centennial School is the next school to qualify under the program.",Awarded,,83938,20250410 Ministry of Education - School Infrastructure,27077694,Request for Tenders,Open Competition,Fire Alarm Upgrade Papakaio School,3798,20230315,20230417,20230810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Papakaio School, Papakaio. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Papakaio School is the next school to qualify under the program.",Awarded,,71719,20250410 Ministry of Education - School Infrastructure,27079206,Request for Tenders,Closed Competition,Albany School Block 1 Library,210914-23,20230314,20230404,20230406,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website," Nature of the Works: The project will the removal of the existing roof, installing a new roof, alterations in existing walls and the removal of an existing toilet block and alterations to the entry way of another. New trenches for plumbing and drainage. Also the removal of a small amount of remaining asbestos material.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27080584,Request for Tenders,Open Competition,Main Contractor for The Old Gym Upgrade at Kapiti College,,20230316,20230419,20230711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Kapiti College Board of Trustees (the Buyer) is seeking a Main Contractor to undertake the construction of alterations and upgrade of the old Gym at the college. The College wants the Main Contractor to undertake the work in a single stage, and the works can be done at a time that suits the main contractors master programme. The project works will include the following items. Demolition Internal and external strip out of a existing building elements and components to suit the proposed alterations. Construct new steel framed portal alterations to make a full-sized sports floor in the Old Gym. Construct alterations to the existing building to suit new floor plan layout new work to existing building services, cladding and roofing to suit the new design. The main contractor will be required to provide a fixed lump sum tender price for the works and will be engaged under MOE Medium Works Conditions of Contract. The project is being managed by IR Group on behalf of the college BOT. The Procurement will be a single stage open tender on GETS. Whats important to us We are looking to engage experienced main building contractors that have had previous experience working on institutional construction projects with a focus on additions and alterations to existing buildings. The solution required is provision of the Main Contractor role for the construction of the additions and alterations. All the works have been described in full in the plans and specifications developed by IR Group Ltd and other specialist sub-consultants who have prepared the tender and contract documents. The respondents will be required to submit details of their, Capacity Capability Programme demonstrating their availability and ability to perform within the require timeframe",Awarded,Multibuild offer was valid and they offered all the non priced attributes we need fr a project of the=is scale and type. They offered the best price.,1907297,20250410 Ministry of Education - School Infrastructure,27080882,Request for Tenders,Closed Competition,Hillcrest High School New ILC Building,HIL18,20230315,20230412,20230627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,2177910,20250410 Ministry of Education - School Infrastructure,27081768,Request for Quotations,Closed Competition,Arohena School New Deck,6428,20230316,20230412,20230905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remove & replace heat pump stand with a mounting structure. Remove & replace heat pump. Remove and replace interior basins, cap off plumbing under floor. Remove 2 sets of higher-level windows to classroom and replace with glass stacker doors. Construct a deck under existing roof, new soffit lining. Enclose base of deck, with subfloor access. Remove gravel and lay new concrete to old toilet block footprint. Includes material increases.",Not Awarded,School had change of Principal and Wanted time to go over options,0,20250410 Ministry of Education - School Infrastructure,27084229,Request for Tenders,Open Competition,New Breakout Spaces at Tahuna Normal Intermediate,,20230317,20230418,20230508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Tahuna Normal Intermediate are seeking submissions from suitably qualified and experienced main contractors for the delivery of the proposed breakout spaces. The work is within existing buildings and involves new partitions, aluminum joinery, floor coverings, electrical works, minor fire/accessibility upgrades and finishing trades.",Awarded,"Following the evaluation of the tenders received, this contract has been awarded to Amalgamated Builders Limited.",0,20250410 Ministry of Education - School Infrastructure,27088349,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment for LSC Space at Turuturu School, Hawera",Turuturu School,20230317,20230420,20230921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Turuturu School, Hawera are seeking a suitably qualified Main Building Contractor to carry out Alterations & refurbishment to provide and LSC Space to Block D. The Contract Works required are: Refurbishment to Block D, including new sliding door and concrete landing, new wall linings, new flooring coverings including carpet tiles, vinyl and entrance matting, new lighting and heatpump, and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,88205,20250410 Ministry of Education - School Infrastructure,27088716,Request for Tenders,Open Competition,Hokitika Primary School - Main Contractor for External Works Contract,,20230315,20230419,20230804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of Hokitika Primary School Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the External Works Project. Hokitika Primary is located on Park Street in Hokitika. The programming of works will be determined in consultation with the Contractor, however some works are restricted to school holidays. See RFT document stating stages of works. Please refer to attached tender documents as listed in section 1.8 of the attached RFT for further information. Once all RFT's are evaluated and respondents have been notified, we expect to commence construction May 2023.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27090062,Request for Tenders,Open Competition,Fire Alarm Upgrade Aria School,1687,20230320,20230501,20230901,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Aria School, Aria. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Aria School is the next school to qualify under the program.",Awarded,,60020,20250410 Ministry of Education - School Infrastructure,27090186,Request for Tenders,Open Competition,Fire Alarm Upgrade Gonville School,2361,20230320,20230424,20230810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Gonville School, Wanganui. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Gonville School is the next school to qualify under the program.",Awarded,,141000,20250410 Ministry of Education - School Infrastructure,27090311,Request for Tenders,Open Competition,Fire Alarm Upgrade Kohukohu School,1035,20230320,20230424,20230810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Kohukohu School, Kohukohu. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Kohukohu School is the next school to qualify under the program.",Awarded,,98000,20250410 Ministry of Education - School Infrastructure,27090428,Request for Tenders,Open Competition,Fire Alarm Upgrade Korokoro School,2883,20230320,20230424,20230814,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Korokoro School, Upper Hutt. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Korokoro School is the next school to qualify under the program.",Awarded,,63689,20250410 Ministry of Education - School Infrastructure,27090539,Request for Tenders,Open Competition,Fire Alarm Upgrade Lucknow School,2590,20230320,20230424,20230811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Lucknow School, Hastings. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Lucknow School is the next school to qualify under the program.",Awarded,,67000,20250410 Ministry of Education - School Infrastructure,27090648,Request for Tenders,Open Competition,Fire Alarm Upgrade Mangakahia Area School,18,20230320,20230424,20230810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mangakahia Area School, Mangakahia. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Mangakahia Area School is the next school to qualify under the program.",Awarded,,246847,20250410 Ministry of Education - School Infrastructure,27090746,Request for Tenders,Open Competition,Fire Alarm Upgrade Nuhaka School,2624,20230320,20230424,20231128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Nuhaka School, Nuhaka. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Nuhaka School is the next school to qualify under the program.",Not Awarded,Project cancelled due to flooding. (Cyclone Gabrielle),0,20250410 Ministry of Education - School Infrastructure,27090844,Request for Tenders,Open Competition,Fire Alarm Upgrade Otorohanga School,1876,20230320,20230501,20230901,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Otorohanga School, Otorohanga. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Otorohanga School is the next school to qualify under the program.",Awarded,,51664,20250410 Ministry of Education - School Infrastructure,27090941,Request for Tenders,Open Competition,Fire Alarm Upgrade Piopio Primary School,1895,20230320,20230501,20230901,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Piopio Primary School, Piopio. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Piopio Primary School is the next school to qualify under the program.",Awarded,,84634,20250410 Ministry of Education - School Infrastructure,27091043,Request for Tenders,Open Competition,Fire Alarm Upgrade Pukepoto School,1087,20230320,20230424,20230809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Pukepoto School, Pukepoto. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Pukepoto School is the next school to qualify under the program.",Awarded,,114786,20250410 Ministry of Education - School Infrastructure,27091141,Request for Tenders,Open Competition,Fire Alarm Upgrade Ramanui School,2226,20230320,20230424,20230809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ramanui School, Harewa. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Ramanui School is the next school to qualify under the program.",Awarded,,90345,20250410 Ministry of Education - School Infrastructure,27091251,Request for Tenders,Open Competition,Fire alarm Upgrade Sanson School,2443,20230320,20230424,20230809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Sanson School, Sanson. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Sanson School is the next school to qualify under the program.",Awarded,,53781,20250410 Ministry of Education - School Infrastructure,27091391,Request for Tenders,Open Competition,Fire Alarm Upgrade Springdale School,1941,20230320,20230501,20230728,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Springdale School, Springdale. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Springdale School is the next school to qualify under the program.",Awarded,,56064,20250410 Ministry of Education - School Infrastructure,27092676,Request for Tenders,Open Competition,Fire Alarm Upgrade Tangowahine School,1105,20230320,20230424,20230809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Tangowahine School, Northland. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Tangowahine School is the next school to qualify under the program.",Awarded,,35828,20250410 Ministry of Education - School Infrastructure,27092777,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Kura Kaupapa Maori O Harataunga,1773,20230320,20230501,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Kura Kaupapa Maori O Harataunga, Kennedy Bay. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Te Kura Kaupapa Maori O Harataunga is the next school to qualify under the program.",Awarded,,46432,20250410 Ministry of Education - School Infrastructure,27092909,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Kura O Hau Karetu,2902,20230320,20230424,20230810,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Kura O Hau Karetu, Upper Hutt. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Te Kura O Hau Karetu is the next school to qualify under the program.",Awarded,,111545,20250410 Ministry of Education - School Infrastructure,27093082,Request for Tenders,Open Competition,Fire Alarm Upgrade Waikite Valley School,2055,20230320,20230501,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waikite Valley School, Waikite Valley. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Waikite Valley School is the next school to qualify under the program.",Awarded,,67000,20250410 Ministry of Education - School Infrastructure,27093334,Request for Tenders,Open Competition,Fire Alarm Upgrade Waimata School,2058,20230320,20230501,20230811,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waimata School, Auckland. Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Waimata School is the next school to qualify under the program.",Awarded,,64500,20250410 Ministry of Education - School Infrastructure,27095792,Request for Tenders,Open Competition,"Supply and installation of new Playground at Hillcrest Normal School - 218 Cambridge Road, Hillcrest, Hamilton",TBC,20230329,20230505,20230602,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"New Playground, supply and installation of at Hillcrest Normal School The Contract Works required are: Nature of the Works - demolition of existing playground and replacement with new. Area is approx. 15m x 27m. The design required by the BoT includes equipment as attached in the Schedule of Prices. The Project is expected to be completed in one phase. The site is located well within the School grounds however access is available internally from the lower sports field or alternatively access maybe able to be negotiated The Contractor will be engaged through a Medium Works Contract",Awarded,"Playground Creations have won the tender for the Supply and installation of new Playground at Hillcrest Normal School. The tender was won on the ability of Playground Creations to supply the project at the most competitive price while demonstrating past proven ability by a, well resourced ,company personnel structure.",0,20250410 Ministry of Education - School Infrastructure,27096946,Request for Proposals,Open Competition,Lead Design Services for AMS Combined Block B DQLS Upgrade at Glenfield College,,20230317,20230413,20230516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Glenfield College Board of Trustees are seeking the Lead Design Services for the AMS Combined Block B DQLS Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27097211,Request for Proposals,Open Competition,Lead Design Services for the Block G Gym Internal Refurbishment at Glenfield College,,20230317,20230413,20230516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Glenfield College School Board of Trustees are seeking the lead Design Services for the Block G Gym Internal Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27097601,Request for Tenders,Open Competition,"Main Building Contractor for Addition & Refurbishment for LSC Space at Coley Street School, Foxton",Coley Street School,20230317,20230420,20250217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Coley Street School, Foxton are seeking a suitably qualified Main Building Contractor to carry out the Extension & Refurbishment to provide and LSC Space. The Contract Works required are: Construction of a 15m2 addition to existing Library to create an office area for a learning support co-ordinator. Office addition requires construction of an access hallway through existing library sitting room and a doorway created from new hallway into new office. Works also involve conversion of the remaining existing sitting room to an accessible WC. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,This was well over expected budget and the Project has been cancelled.,0,20250410 Ministry of Education - School Infrastructure,27100210,Request for Tenders,Open Competition,LSPM Sensory Rooms at Bradford School,,20230321,20230420,20230719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Bradford School Board of Trustees are seeking to appoint a suitably qualified main contractor to deliver the proposed LSPM works. This involves the creation of two sensory rooms within existing spaces, with the work primarily being internal partitioning.",Awarded,"Following the evaluation of the tenders received, this contract has been awarded to Amalgamated Builders.",0,20250410 Ministry of Education - School Infrastructure,27101668,Request for Tenders,Closed Competition,Request for Tenders for Satellite Refurbishment for Sommerville Special School at Pakuranga Intermediate Main Contractor,MOE19342,20230317,20230417,20230915,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the refurbishment of Sommerville satellite at Pakuranga Intermediate School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27110368,Request for Tenders,Open Competition,Main Contractor for Block 1 and 13 Toilet Refurbishment and Hot Water Cylinder Replacement at Bucklands Beach Intermediate,,20230323,20230419,20230612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Bucklands Beach Intermediate are seeking a suitably qualified contractor to carry out a toilet refurbishment in block 13 and a hot water cylinder replacement in block 1. Please note: Upon attending a site visit you will be able to go over the job accurately with the point of contact. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please RSVP using the Question and Answering GETs system. Site Visit 1 Tuesday 28th March 2023 3.15pm Site Visit 2 Tuesday 4th April 2023 3.15pm Site Visit 3 Tuesday 18th April 2023 10am",Awarded,,130570,20250410 Ministry of Education - School Infrastructure,27110535,Request for Tenders,Open Competition,"Main Contractor for Blocks 1,4,6,7,8 Clearlite & Gutter at Coatesville Primary School",,20230320,20230417,20230619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Coatesville Primary School Board of Trustees are seeking a Main Contractor for Blocks 1,4,6,7 & 8 Clearlite and Gutter.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27111185,Request for Proposals,Closed Competition,Otago Girls High School - Redevelopment - Lead Design Services,MOE22050,20230320,20230428,20230519,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"a. Otago Girls High School is the oldest girls secondary school in New Zealand. It is situated on a confined split site, and its two main buildings are split-level and multi- storey with parts dating from 1911 to 2015 in construction. The Dalrymple Block (part of Block A) is a Heritage Grade 1 listed building. b. The Otago Girls High School vision is ""Inspire ~ Empower ~ Challenge ~ Dream"". This entails working together as a school community to inspire, empower and challenge learners so that they have the desire, the ability and the capacity to not only dream, but to realise those dreams. As a school Otago Girls High School are committed to supporting their ako to be the most effective learners they can be and to provide learning environments that lend themselves to high quality teaching and learning. The provision of flexible, multipurpose learning spaces is critical to the achievement of this vision, but progress. c. This procurement is for the lead design and construction observation services. d. Construction observation is required to CM4 level, being review, at a frequency agreed with the client, regular samples of work procedures, materials of construction and components for compliance with the requirements of the plans and specifications and review the majority of completed work prior to the enclosure or on completion as appropriate. e. The various project scopes are outlined below. These are to be designed as one complete package. Delivery will be phased.",Awarded,Prelim stage only,89800,20250410 Ministry of Education - School Infrastructure,27111535,Request for Tenders,Open Competition,"Main Contractor for Blocks B,C,X (Block D Room D12 & 13), H-Boil, J,M & T Roof Partial Replacement at Waitakere College",,20230320,20230424,20230822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Waitakere College Board of Trustees are seeking a Main Contractor for Blocks B, C, X, H-Boil, J, M, and T Roof Partial Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27119170,Request for Tenders,Open Competition,"Main Contractor for AMS, 5YA & LSC Works at TKKM o Waioweka",215138,20230322,20230511,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"TKKM o Waioweka Board of Trustees is seeking a main building contractor to undertake their AMS, 5YA and LSC works. The works comprise the construction of a new external deck area, the internal refurbishment of 2 teaching spaces, internal alterations to the admin area to allow a new LSC space to be created, together with minor roofing works and window replacement to an adjoining classroom block.",Not Awarded,"From the evaluation a preferred supplier has been identified, which in this case is the lowest tenderer. The overall project costs exceed the available budget. We are currently seeking additional funding from the MOE which if successful will allow a contract to be awared to the preferred tender.",0,20250410 Ministry of Education - School Infrastructure,27122191,Request for Tenders,Open Competition,Main Building Contractor for Fenwick School (LSPM - Site Fencing),,20230324,20230420,20230910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27123723,Request for Tenders,Closed Competition,Main Contractor for AMS ILE Upgrade at Whangarei Intermediate School,,20230323,20230428,20230628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,i. AMS ILE refurbishment works as detailed in the attached plans and supporting documents.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27123955,Request for Tenders,Open Competition,"Te Rapa School: C,G,M -Rm 12 Refurbishment & Cloak bays -: A,B,C,D,E,F,G,J,L,M: Floor and wall coverings & lighting replacement",6416 & 6425,20230323,20230420,20240626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Blocks C,G,I,M o Replacing all damaged glass panels on 9 x exterior cloak bay walls and roof. Replacing the existing glass cloak bay roofs with trafficable clear lite, and o replacing the seals with new. Refurbishment/ ILE upgrade of Room 12 due to materials reaching the end of their life. Outcome sought: o Lifecycle replacement across A,B,C,E,F,G,J,L,M Blocks +ANC 1 &3 o Replacing floor and wall coverings o Upgrading senior and middle toilet block rooflines with color steel and storing existing roofing tiles away o Replacing fluorescent lighting with LED o Installing electrical sensor doors into the admin building for easy accessibility",Not Awarded,Cancelled due to MOE Changes in P2,0,20250410 Ministry of Education - School Infrastructure,27127995,Request for Tenders,Open Competition,Main Contractor for the Interior and Exterior Painting of Buildings at Churchill Park School,,20230323,20230419,20230821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for the Interior and Exterior Painting of Buildings at Churchill Park School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27130887,Request for Tenders,Open Competition,Main Building Contractor for 5YA & AMS Works at Ohope Beach School,233171,20230324,20230505,20231102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Ohope Beach School Board of Trustees are seeking a main building contractor to undertake their 5YA & AMS works to various blocks on the school site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27131699,Request for Tenders,Open Competition,"Te Rerenga School - Contractor for Roofing, Building, Bathroom Refurbishment and Repairs",,20230328,20230421,20231110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Te Rerenga School are seeking a main contractor for roofing, building, bathroom refurbishment and repairs.",Not Awarded,No submissions.,0,20250410 Ministry of Education - School Infrastructure,27131779,Request for Tenders,Open Competition,Main Building Contractor for Internal Refurb of Block A Hall Reclad and siteworks at Vardon School,MoE ID#230365,20230324,20230426,20230622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Vardon School is seeking main building contractor to carry out internal alterations in 4no. classrooms in Block A which includes replacing an existing window with external sliding door unit. Replacement of rotten timber cladding above covered way, extension of timber deck and new timber ramp. Also, removal of asbestos wall cladding in Hall building only and replace with fibre cement cladding. Request for Tender must respond to the information specifically requested. Incomplete proposal will not be considered. All applications to this RFTs are to be by GETS.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27134070,Request for Tenders,Open Competition,"Waitara High School A,C,D,K Heating Replacement",3208.16,20230329,20230525,20240119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,170 Powderham Street,"The school requests design & Build Proposals for heating system replacement across multiple areas on site. Several zones of the school heating system are now end of life requiring replacement. - The gas boiler servicing K & J block radiators requires replacement - The gas boiler servicing C block radiators requires replacement - The school Hall 'A-Block' currently has no heating system, requiring a new installation - The gymnasium 'D-Block' has direct gas burners which are end of life requiring replacement. Project consultants are: - Project Manager: Ardern Peters Architects Ltd",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27135982,Request for Tenders,Open Competition,"Main Contractor for 1,4,8: AMS Roofing & Window Upgrade at Sawyers Bay School",3817.22.02,20230327,20230428,20230828,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for 1,2,7,8: AMS Roofing & Window Upgrade at Sawyers Bay School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27136539,Request for Tenders,Open Competition,Merrilands School - Main Contractor for Learning Support Property Modifications,3271.1,20230418,20230524,20230904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: A Block Bathroom:- Universal bathroom guidelines to be considered. - Existing floor falls to bathroom to be modified to suit revised layout and achieve universal bathroom guidelines. - Clear useable floor area to be provided with sufficient area to accommodate required fixtures and fittings. - Provide two toilets and a shower, each toilet to be in a separate space. - New fixtures and fittings to be located to achieve universal bathroom guidelines. - Provide adequate storage within bathroom. - Provide call bells in every toileting area (ideally one by change table and one by each toilet). - Relocate locked medication cupboard to the kitchen of the main learning space.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27138220,Request for Tenders,Closed Competition,Main Contractor Fairburn School Seven Classroom ILS & DQLS Upgrades,,20230328,20230419,20230628,,Sole Agency,No,All submissions to be made through the GETS website,"This project involves the following works to seven teaching spaces: o Replacing existing windows with external bifold doors to open the teaching spaces into the outdoor area. o Removal and replacement of existing vinyl flooring, carpet tiles, sinks and cabinetry o Removal of existing pinboard and supply and install of new acoustic composition board o Replace internal operable walls.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27140747,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS combined Block J - Refurbish Classrooms at Kelson School,5847,20230329,20230502,20230710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Block J is an open air style building erected in 1978. It is a simple gable form timber framed structure on concrete slab with mostly asbestos cement sheet cladding. This project will alter the building access but mostly retain the existing building layout. Internally visual connection will be developed between teaching spaces. The outcomes of this project will replace timber windows and doors for aluminium double glazed units, replace all floor coverings, replace built in joinery and fit new ceiling and wall linings, autex pinboard, LED lights, rationalise the heating and redecorate the interior.",Awarded,Awarded to Carrara Holdings Ltd. Value of the contract will be within $250K-$500K.,0,20250410 Ministry of Education - School Infrastructure,27141365,Request for Tenders,Open Competition,Main Contractor for C Workshop Remodel at Blue Mountain College,,20230328,20230503,20230815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Blue Mountain College is seeking suitably qualified main contractors to submit an RFT for the proposed Block C Workshop Remodel project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is July 2023 and the indicative completion date is October 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,,626584,20250410 Ministry of Education - School Infrastructure,27144550,Request for Tenders,Open Competition,Main Contractor for Block 1 Classroom ILE Upgrade at Waterlea School (the School),,20230426,20230519,20230915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Waterlea School is looking for a main contractor for the modernisation and refurbishment of Block 1 classrooms. A building consent covers both both the classroom upgrade (this contract) and an outdoor learning area (a separate contract between the School Board and Nova Shades).,Awarded,conformed to the requirements at competitive pricing,0,20250410 Ministry of Education - School Infrastructure,27147369,Request for Proposals,Open Competition,Motueka South School - Site: LS Mods Fencing and Gates,241392,20230329,20230426,20230815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Motueka South School Board of Trustees we wish to invite suitably qualified Main Contractors to provide a Request for Tender the Site: LS Mods Fencing and Gates. Please refer to all attachments outlining the information required. You will be required to complete the Section 3 and Section 4 of the attached documents and submit these documents separately. These documents must be submitted for a compliant submission. Please complete the Schedule of Prices to show your tender pricing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27147600,Request for Quotations,Closed Competition,Request for Quote - Omokoroa Demolition - Main Contractor,MOE21712,20230328,20230426,20230821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Request for Quote (RFQ) - Omokoroa Demolition is an RFQ to engage with a Main Contractor for Demolition and Asbestos removal works,Awarded,"This contract was awarded to Zero Fibres Asbestos Consultants Limited and begins on 25 September 2023. The term of this contract is until final completion of the contract works, forecast to be in October 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $100K - $250K.",0,20250410 Ministry of Education - School Infrastructure,27148807,Request for Tenders,Closed Competition,"Upgrade Classrooms and Toilets, Roofing Work, Blockhouse Bay School, Auckland",,20230406,20230510,20230609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project involves a mix of upgrading and refurbishment work to classrooms and toilet blocks. The project also involves replacing a roof over the school staffroom and other minor roofing work. There is a variety of minor works in 14 classrooms (new lighting, pin board, interior painting, minor electrical upgrading, and flooring). Note that not every room requires all this work. And there is refurbishing 5 toilet blocks with new fittings, partitions, flooring, and interior painting. And replacing the roof over the school staffroom; replace Clearlite roofing panels; replace gutter on 2 classrooms (one side only).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27148899,Request for Tenders,Open Competition,Main Contractor for Blk D Classroom upgrade at Martinborough School,,20230330,20230427,20230724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Martinborough School BOT seek the services of a Main Building Contractor to undertake the alterations to Block D on the school site. The work involves the following alterations:- Block D: Remove existing fixtures & fittings as necessary to allow for new work. Uplift carpet and vinyl floor coverings. Supply & Install new carpet & vinyl floor coverings Supply & install new LED lighting Provision of temporary hoardings at locations shown in drawings. Supply & install new Autex Composition Board wall coverings to replace existing green Autex on end walls in all classrooms. Supply and install new Acoustic ceiling tiles. Reinstall existing whiteboards. Remove demolition material & debris from site. Block G: Replace Carpet tiles & Vinyl flooring in rooms 3 & 4",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27157273,Request for Tenders,Open Competition,Main Contractor for A Block Toilets and AMS Works,5068,20230331,20230505,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Seeking main contractor to carry out refurbishment of 2 blocks of toilets and several teaching spaces at block A, Whangamarino School. The work will need to be staged as the block is fully occupied during school terms.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27157772,Request for Tenders,Open Competition,AMS: Block A:Girls WC & ILE Upgrade,4002-22-02,20230330,20230427,20230614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Pukerau Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,Ajax Building contractors was the only response received,115491,20250410 Ministry of Education - School Infrastructure,27160146,Request for Tenders,Open Competition,"READVERTISED (1358) Maramarua School Upgrade & Minor Alterations of Site,1,2,G",,20230403,20230428,20230523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,"The evaluation process for the tender has completed, and the successful tender was $402242, with the range of tenders received being $402242 to $537544",0,20250410 Ministry of Education - School Infrastructure,27160275,Request for Tenders,Open Competition,Main Contractor for Infrastructure Upgrades and Breakout Spaces at Menzies College,234439,20230330,20230428,20230710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Menzies College Board of Trustees is looking for tenders for priority infrastructure work and teaching space upgrades. This includes some roofing replacement, bathroom refurbishments, conversion of a bathroom into office space, replacement switchboards and minor ventilation and mechanical works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27167065,Request for Tenders,Open Competition,Main Contractor for LSM: Site. Fence Upgrades at Karitane School,237768,20230403,20230428,20230717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Karitane School requires new perimeter fencing in line with the Ministry of Education Occupational Therapists requirements as per supplied scope of works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27167525,Request for Tenders,Open Competition,Main Contractor for LSPM Bathroom-Site Access-Visibility Enhancements at Knapdale School,,20230403,20230502,20230619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Knapdale School is seeking suitably qualified main contractors to submit an RFT for the proposed LSPM Bathroom-Site Access-Visibility Enhancements project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is July 2023 and the indicative completion date is October 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,Ajax Building Contractors Ltd have been awarded the contract for Main Contractor for LSPM Bathroom-Site Access-Visibility Enhancements at Knapdale School,273829,20250410 Ministry of Education - School Infrastructure,27169215,Request for Tenders,Open Competition,"Main Contractor for Blocks 1 & 3 Roof, Gutter and Clearlite Replacement at Ellerslie School",,20230403,20230504,20230607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Ellerslie School Board of Trustees are seeking a Main Contractor to deliver the Blocks 1 & 3 Roof, Gutter and Clearlite Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27169913,Request for Tenders,Open Competition,Request for Tender - Construction Services for New Administration Block at Waihao Downs School,,20230404,20230510,20230726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Construction of a new Administration building to provide a new permanent home for their school administration functions.,Not Awarded,Contract was awarded to Henderson Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,27170804,Request for Tenders,Open Competition,Main Building Contractor for Roofing Remediation Stage 2 at Vogeltown School,,20230403,20230502,20230720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"This request for tender is an invitation to suitably qualified contractors to submit a tender for Main building contractor for the Roofing Remediation Project at Vogeltown School. The school has recently completed Stage 1 of their roofing remediation, this is specifically for Stage 2 to complete the rest of the school roofing.",Awarded,Contract was awarded to SCC,0,20250410 Ministry of Education - School Infrastructure,27172667,Request for Tenders,Closed Competition,RFT - Main Building Contractor for LSM - Universal Bathroom at Makara Model School,5890,20230405,20230503,20230918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A property modification provisions report has identified a need for a universal bathroom at the school. The existing toilet areas have been assessed as having sufficient floor area to enable replanning to include for the universal bathroom with the consequence requiring modifications of the standard toilets. The works require a full strip out of the area, erection of new walls, new wall, ceiling and floor linings, new sanitary fixtures, electrical fixtures, new doors. Planning solutions acknowledge the schools existing data cabinet, communications hub and main electrical switchboard. The contractor is to provide at least two portaloos for the construction duration to meet demand in addition to any separate contractor requirements.",Awarded,"Awarded to Aecor Ltd T/A Inspect House NZ, anticipated completion of 31.03.24. It is intended that the value of the contract resulting from this tender will be within $100k-$250k.",0,20250410 Ministry of Education - School Infrastructure,27173322,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Site - Classroom Building Replacement and Fire Alarm Upgrade at Raumati South School,5470,20230405,20230511,20230808,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Ten Year Property Plan has an approved project where older relocatable classroom buildings that are aging and in poor condition will be replaced by a new bespoke designed teaching block. On completion of the construction contract the existing four buildings on the eastern side of the school site will be demolished. Running in parallel to these works will be the site wide upgrade of the fire alarm system where new Type 4 equipment will be introduced together with a new main indicator panel.",Awarded,"Awarded to Niche Commercial Ltd, anticipated completion of 31.08.24. It is intended that the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,27175600,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Myross Bush School,22-079,20230404,20230505,20230613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Myross Bush School Board of Trustees is looking for an experienced Contractor to complete boundary fencing and gate modifications at Myross Bush School. Work includes pool style and deer netting alterations as well as some carpentry modifications to existing gates.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27191335,Request for Tenders,Open Competition,Main Contractor for AMS 1: Lower Block ILE Upgrade at Opoho School,212933,20230406,20230512,20240312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27192377,Request for Tenders,Closed Competition,Main Contractor for ILE Upgrade of 6 classrooms at Bairds Mainfreight Primary School,,20230405,20230503,20230802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for ILE Upgrade of 6 classrooms at Bairds Mainfreight Primary School in accordance with drawings and specification provided,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27194089,Request for Tenders,Open Competition,Hapuku School (Kaikoura) - A B C Toilet Upgrade,232948,20230406,20230511,20231110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of Hapuku School Board of Trustees we invite suitably qualified main contractors to tender for the A, B, C Toilet Upgrade Project. Please complete and submit Part A and B Suppliers Response Template as part of your tender response. Please also complete the Works Schedule of Prices. These documents are mandatory documents that must be submitted for a compliant tender.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27210586,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Learning Support Fencing at Greendale School,,20230411,20230503,20230703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,To provide higher and more secure fencing to the road boundary and to provide better internal fence management options at the school.,Not Awarded,The contract was awarded on 3 July 2023,0,20250410 Ministry of Education - School Infrastructure,27210921,Request for Tenders,Closed Competition,Main Building Contractor for the 5YA Electrical & Heatpump Upgrade At Totara Grove School,,20230406,20230508,20230704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications to be through GETS Question and Answer Box,"These works covers two 5YA projects: 239842: 1, 3, 4, 8, 9, 10, 13, 14: Electrical Project 239844: Hall Heatpumps and Lighting Replacement Project The electrical and HVAC works required include: Block 1 Upgrade external & outdoor security lighting to admin & staffroom areas. Install RCDs to switchboard going to classrooms. Block 1 - (HVAC). Replace pipe insulation to roof units and check penetraions Block 3 Install lock to switchboard and RCD to lighting circuits in Room 9. Block 4 Replace lighting with LED to Rooms 10-12. Upgrade toilets security lighting, install lock to switchboard, fit blanks & correct labelling Install RCD to lighting circuits. Block 8 Fit lock and blanks to switchboard. Install RCD to lighting circuits in Hall. Block 8 (Hall Heatpumps and Lighting Replacement Project) Replace 2 heatpumps. Relocate external units away from alleyway. Block 8 (Hall Heatpumps and Lighting Replacement Project) Replace internal lighting and security lighting with LED. Block 9 Replace lighting in store. Repair mechanical cover to underground ducting carpark side. Upgrade old boiler room switchboard or remove and connect sub-circuits to board in caretakers office. Block 10 Replace light in pump shed to weatherproof LED. Block 12 Fit lock & blanks to switchboard. Install RCD to lighting circuits. Replace interior and outside security lighting for Rooms 1 & 2. Block 13 Replace lighting with LED. Install lock to switchboard. Install RCD to lighting circuits in Room 13. Block 14 Replace lighting with LED. Install lock to switchboard. Install RCD to lighting circuits in Room 14. Works are to be completed in the July Term 2 School Holidays 2023",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27218219,Request for Tenders,Open Competition,Main Contractor for Block 2 ILE Upgrade at Three Kings School,,20230412,20230508,20230622,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Three Kings School Board of Trustees are seeking a main contractor to deliver the Block 2 ILE Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27219269,Request for Proposals,Closed Competition,RFP - Te Aratai College - Design 16TS Roll Growth - Lead Design,MOE22253,20230412,20230505,20240228,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Aratai College is located in the Linwood Ward. It caters for years 7 to 15 with a current roll of 827. The CSR Redevelopment of Te Aratai College was completed in April 2022 with a build roll of 850. Current property provision is 57 teaching spaces and 2.6 gym spaces (totalling 59.6 teaching spaces). This includes 11 teaching spaces provided specifically for the Offsite Tech provision. A new two storey 16 teaching spaces block has been confirmed as Stage 2b of Te Aratai College Roll Growth for a new build roll of 1200 students. This new build will provide a solution for the following: Ongoing roll growth The new build will include the following spaces: CW Master Planning and Lead Design Services RFP v5.1 7 8x Science Labs 4x Science Lite 1x Commercial Kitchen (Food Tech) 3x Domestic Kitchen (Food Tech) 3x bigger Science Prep Room 2x bigger Food Prep Room 1x Laundry 1x Admin Workroom for Science 1x Admin Workroom for Food Tech Open space as restaurant / socializing space Stage 2b also includes carpark, site infrastructure upgrade and landscaping.",Not Awarded,Recommendation Report recommended to cancel the RFx under clause 18(a)(i) and withdraw the proposed contracts from tenders under clause 18(b)(vi) of the RFx Process Terms and Conditions (Conditions of Tendering) 2020-3.,0,20250410 Ministry of Education - School Infrastructure,27219423,Request for Proposals,Closed Competition,RFP - Te Aratai College - Design 16TS Roll Growth - Project Management,MOE22253,20230412,20230512,20240228,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Aratai College is located in the Linwood Ward. It caters for years 7 to 15 with a current roll of 827. The CSR Redevelopment of Te Aratai College was completed in April 2022 with a build roll of 850. Current property provision is 57 teaching spaces and 2.6 gym spaces (totalling 59.6 teaching spaces). This includes 11 teaching spaces provided specifically for the Offsite Tech provision. A new two storey 16 teaching spaces block has been confirmed as Stage 2b of Te Aratai College Roll Growth for a new build roll of 1200 students. This new build will provide a solution for the following: Ongoing roll growth The new build will include the following spaces: CW Master Planning and Lead Design Services RFP v5.1 7 8x Science Labs 4x Science Lite 1x Commercial Kitchen (Food Tech) 3x Domestic Kitchen (Food Tech) 3x bigger Science Prep Room 2x bigger Food Prep Room 1x Laundry 1x Admin Workroom for Science 1x Admin Workroom for Food Tech Open space as restaurant / socializing space Stage 2b also includes carpark, site infrastructure upgrade and landscaping.",Not Awarded,Recommendation Report recommended to cancel the RFx under clause 18(a)(i) and withdraw the proposed contracts from tenders under clause 18(b)(vi) of the RFx Process Terms and Conditions (Conditions of Tendering) 2020-3.,0,20250410 Ministry of Education - School Infrastructure,27219510,Request for Tenders,Open Competition,Main Contractor RFT - Design and Off-Site Construction of Five Classroom Block at Macleans College,,20230413,20230509,20230720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Design and Off-Site Construction of five new classrooms and one toilet facility, and associated decks, canopies, stairs, paths etc.",Awarded,"Hi all, We thank you for taking the time to submit your Tender for Macleans College. The Contract has been awarded to Niche Modular Construction. Please let us know if you wish to have a follow up call to discuss your response. Kind regards, Samuel Lane",0,20250410 Ministry of Education - School Infrastructure,27226667,Request for Tenders,Open Competition,Fire Alarm Upgrade Arakura School,2802,20230417,20230515,20230814,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,Over the last 15 years the Ministry of Education have upgraded over 650 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 22 of the program and Arakura School is the next school to qualify under the program.,Awarded,,74461,20250410 Ministry of Education - School Infrastructure,27226976,Request for Proposals,Closed Competition,RFP - Te Aratai College - Design 16TS Roll Growth - Quantity Surveyor,MOE22253,20230412,20230428,20240228,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Aratai College is located in the Linwood Ward. It caters for years 7 to 15 with a current roll of 827. The CSR Redevelopment of Te Aratai College was completed in April 2022 with a build roll of 850. Current property provision is 57 teaching spaces and 2.6 gym spaces (totalling 59.6 teaching spaces). This includes 11 teaching spaces provided specifically for the Offsite Tech provision. A new two storey 16 teaching spaces block has been confirmed as Stage 2b of Te Aratai College Roll Growth for a new build roll of 1200 students. This new build will provide a solution for the following: Ongoing roll growth The new build will include the following spaces: CW Master Planning and Lead Design Services RFP v5.1 7 8x Science Labs 4x Science Lite 1x Commercial Kitchen (Food Tech) 3x Domestic Kitchen (Food Tech) 3x bigger Science Prep Room 2x bigger Food Prep Room 1x Laundry 1x Admin Workroom for Science 1x Admin Workroom for Food Tech Open space as restaurant / socializing space Stage 2b also includes carpark, site infrastructure upgrade and landscaping.",Not Awarded,Recommendation Report recommended to cancel the RFx under clause 18(a)(i) and withdraw the proposed contracts from tenders under clause 18(b)(vi) of the RFx Process Terms and Conditions (Conditions of Tendering) 2020-3.,0,20250410 Ministry of Education - School Infrastructure,27230594,Request for Tenders,Closed Competition,Queen Charlotte College Redevelopment Project Main Contract Works,MOE21646,20230413,20230529,20230703,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Queen Charlotte College is located in Picton, 25 min from Blenheim. The proposed redevelopment of the school will see the following improvements: New STEM and Admin Buildings which will immediately improve the colleges standing compared to MBS/MGS. Initial elements of the Master Plan which will start to deliver the much-needed reconfiguration of the campus i.e. it is currently has a complex and non-intuitive layout The remaining high risk buildings i.e. element of Building A, will have the urgent elements addressed i.e. new roof and removal of reliance on diesel hot water",Awarded,It is intended that the value of the contract resulting from this tender will be within $10M - $25M,0,20250410 Ministry of Education - School Infrastructure,27232365,Request for Tenders,Closed Competition,Main contractor for construction of 2 new teaching spaces at Kaeo School,,20230414,20230515,20230831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project plans to deliver building modifications to existing Block 4, adding two additional teaching spaces. a. The Contract Works required are i. Partial demolition ii. Ground works / Site establishment iii. Construction works including but not limited to the following: (a) Carpentry works (b) External finishes (c) Roofing works (d) Plumbing and Drainage (e) Electrical (f) Data (g) Fire services (h) Alarm services (i) Internal finishes iv. Detailed tender drawings will be provided as part of the subsequent RFT along with project specification.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27233056,Request for Tenders,Closed Competition,"Whitikahu Roofing, Joinery & Drainage",,20230417,20230526,20231110,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Re roofing, joinery replacement and drainage solution to playing courts.",Awarded,,161000,20250410 Ministry of Education - School Infrastructure,27236997,Request for Tenders,Open Competition,Main Contractor for Infrastructure and Classroom Upgrades Project at Aparima College,230367,20230414,20230517,20230810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Aparima College Board of Trustees is looking for tenders for priority infrastructure work and teaching space upgrades. This includes some building recladding and roofing replacement, bathroom and changeroom refurbishments across a number of buildings on the school campus.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27237181,Request for Tenders,Open Competition,"Main Building Contractor for AMS CP 1,2,3,4,5,6,8,10: Essential Infrastructure and Middle Block Upgrades at East Taieri School",231940,20230417,20230515,20240314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project comprises P2 replacement of roofing and spouting to Blocks 1, 2, 3 and 8, along with clearlite safety mesh installation to Blocks 1 & 7 and replacement skylights to 5. Replacement floor coverings in Block 5, and heat pump replacement in Blocks 2, 4, 5, 6 and 10. AMS (P3) and any remaining 5YA will be centered on the Middle Block (Block 2), with new entry doors to Block 2, a reconfigured unisex toilet, central teacher aide space, new floor coverings and LED light fittings. Block 5 will include an extended concrete deck with 2x new sliding doors from classrooms, unisex toilet and teacher aide space.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27240645,Request for Tenders,Open Competition,Main Contractor for LSM: Site Accessibility & AMS Blocks 1 & 3 Stage 3 QLS Classroom Upgrades (Wellington),,20230417,20230512,20230828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Arakura School are seeking the services of a main contractor to undertake the construction of site accessibility ramps, doors, handrails and entrance upgrades to Blocks 1, 3 & 10 at Arakura School. The work is described in the tender documents prepared by IR Group and involves: *** PLEASE PRICE THE DRAWINGS SEPERATELY*** (This includes AMS Classroom Upgrades and LSM Accessibility) Supply and install new rubber threshold ramps to doorways. Block 3 - Remove existing raised concrete slab outside classrooms on Block 3. Construct new concrete ramp to meet 1:20 slope. Block 1 - Remove existing concrete ramp, landing and exit door on the south side of the building. Increase width of external and internal doorways to suit 910mm wide opening. Block 1 Install new concrete ramp to meet 1:12 requirement with handrail to suit. Install new hinged exit door at 910mm wide whilst making good the exterior cladding. Raise manhole outside ramp on south side of building. Block 1 Remove the existing wall framing, windows and double swing door at the reception entrance on the northern side of the building. Block 1 Remove portion of concrete landing to install a new drainage channel. Block 1 Construct concrete ramp with handrails to meet 1:12 requirement and be 1.2M wide. Provide an additional concrete step up to the landing level. Block 1 Install new automatic double swing door, switch panel, window, polycarbonate screens between verndah posts, wall cladding and associated insulation/painting. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works) When responding, please ensure you complete: - Form of Tender Part A - Form of Tender Part B",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27241947,Request for Quotations,Closed Competition,10YPP MEC Contract Renewals for the 2024/25 5YA Planning Cycle,,20230414,20230505,20230721,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry of Education is looking to renew existing 10YPP MEC consultants for a further year. This process will mirror that undertaken during the 2022 Right of Renewal process. The 2024/25 10YPP round consists of 306 schools bundled into 57 bundles across New Zealand, Please identify which MEC regions you wish to apply for. You may only apply for regions which were successful for bundles from 10YPP Ministry Engaged Consultants (MEC) 2021. For every bundle you have applied, please complete the Bundle personnel list as well as complete the corresponding page on the relevant price book.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27245658,Request for Tenders,Open Competition,"Main Building Contractor for Window Joinery Replacement at Rongomai School, Otara, Auckland",1468-22-07,20230417,20230515,20230606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees of Rongomai School (the Buyer) is seeking a main contractor for their Window Joinery Replacement project within 3 classroom blocks. The project is being run by the BOT via a project manager operating under the Ministry of Education policies. The procurement will be single stage tender on GETS. Construction is expected in two stages with stage 1 (Term 2 holidays) 30th June >16th July 2023 and stage two to commence (Term 3 holidays) 22nd Sept >8th Oct 2023, completion by 10th Oct 2023. Tenders to attend a site visit must register with the point of contact the date detailed within the RFT through the GETS question/answer function.",Not Awarded," Brewer Joinery visited site and provided a very good valid tender. Due diligence was undertaken from two referees, very successful with very good recommendations. No material changes to the contract/requirement from that described in the Procurement Plan Final negotiations were undertaken to include cost saving measures within the joinery, accepted by the architect. Awarded value being $379,475.80",0,20250410 Ministry of Education - School Infrastructure,27246454,Request for Quotations,Closed Competition,RFQ - Belfast East School Main Redevelopment Quantity Surveyor Services,MOE22473,20230414,20230421,20230605,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Belfast East School Main Redevelopment Quantity Surveyor Services,Awarded,It was intended that the value of the contract resulting from this tender would be within $50k - $100k. The value of the contract resulting from this tender will be now within $100k - $250k.,100360,20250410 Ministry of Education - School Infrastructure,27250032,Request for Tenders,Open Competition,"Waitara High School - Main Contractor for P-Block Upgrade, B,C,F,K Roofing, K-Block Entry, F-Block Toilets",3208.1,20230418,20230602,20240119,,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: P-Block Replace cladding and windows Interior refurbishment of existing two-storey block Construction of new lean-to extension with break out areas and amenities Construction of new covered deck structure and decking around building where noted Re-forming of paving to suit ground clearance requirements Seismic upgrade of building, note: a partial upgrade has already been completed Heating replacement throughout Note: Re-roof of the two-storey block is not required. B,C,F,K Roofing Remediation Replace roofing to K-Block Remedial work to existing membrane roofs to multiple areas Remedial work to roof features / roof windows K-Block Entry Construction of new deck, steps and concrete ramp Construction of footpath to connect entry with existing courtyard Construction of new door, partial reclad to K-Block F-Block Toilets Refurbishment of existing male and female student toilets.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27252940,Request for Tenders,Open Competition,"Main Fencing Contractor for LSM Fencing & Gates at Ohau School, Levin",Ohau School,20230420,20230526,20230727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Ohau School are seeking a suitably qualified Main Fencing Contractor to carry out the LSM fencing & Gates Project. The Contract Works required are: Removal of existing fencing and gates, also any tree removal where needed. New aluminium fencing and gates also some concrete mowing strips where needed are to supplied and installed to meet the needs of the project. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,135110,20250410 Ministry of Education - School Infrastructure,27254584,Request for Tenders,Open Competition,"Main Contractor for SIP: AMS Block 7 ILE, Electrical, Toilet Upgrade and Targeted Roof and Gutter Replacement and Block 5 Hall Extension at Macleans Primary School",,20230419,20230529,20240209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Macleans Primary School Board of Trustees are seeking a Main Contractor for Block 7 ILE, Electrical, Toilet Upgrade and Targeted Roof and Gutter Replacement and Block 5 Hall Extension.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27255574,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks 2, 3 - Ventilation Improvements at Ngati Toa School",6001,20230420,20230523,20230626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Ngati Toa School still has original timber window joinery on the rear elevation of classrooms in Blocks 2 and 3. Due to their aged condition many are either very difficult to open or have been permanently fixed in the closed position. Full replacement is proposed together with the installation of new modern opening mechanisms.",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 31.12.23. It is intended that the value of the contract resulting from this tender will be within $100k-250k.",0,20250410 Ministry of Education - School Infrastructure,27258532,Request for Tenders,Open Competition,Main Contractor for AMS: D: Technology Block Upgrade at Murchison Area School,299-22-04,20230420,20230606,20240212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Main Contractor for AMS: D: Technology Block Upgrade at Murchison Area School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27261930,Request for Tenders,Closed Competition,Main Contractor for Block T ILE & DQLS Upgrade at Mt Albert Grammar School,,20230419,20230518,20230816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Mt Albert Grammar School Board of Trustees are seeking a Main Contractor for the Block 2 ILE & DQLS Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27263824,Request for Tenders,Open Competition,Main Contractor for Block J Computer Suite Remodel at Southland Girls' High School,22-009,20230421,20230525,20230626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Southland Girls' High School Board Of Trustees is looking for for an experienced main contractor to keep complete remodelling works of their junior school computer classroom. Work includes demolition and reconstruction of new break out space and staff offices as well as relocated new door openings and ceiling, wall lining and floor coverings with associated mechanical and electrical services.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27264126,Request for Tenders,Open Competition,Main Contractor for Block K Wall Lining and Ceiling Tile Replacement at Long Bay College,,20230421,20230517,20230927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Long Bay College Board of Trustees are seeking a main contractor to deliver the Block K Wall Lining and Ceiling Tile Replacement,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27268631,Request for Tenders,Open Competition,Main Contractor for Site: Security Fencing Installation & Replacement at Pukekohe High School,,20230421,20230519,20230612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Pukekohe High School are requesting the construction services of a suitably qualified contractor to carry out a security fencing installation at replacement on site. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 - Thursday 27th April at 1pm Site Visit 2 - Thursday 4th May at 1pm Site Visit 3 - Thursday 11th May at 1pm Please RSVP to these site visits using the GETs Q&A system",Awarded,,381976,20250410 Ministry of Education - School Infrastructure,27269217,Request for Tenders,Open Competition,Main Contractor for the Block 9: ILE Upgrade at Clevedon Primary School,,20230421,20230519,20230605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Clevedon Primary School are requesting the construction services of a suitably qualified contractor to carry out an ILE Upgrade in Block 9. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 - Thursday 27th April at 3.15pm Site Visit 2 - Thursday 4th May at 3.15pm Site Visit 3 - Thursday 11th May at 3.15pm Please RSVP to these site visits using the GETs Q&A system",Awarded,,165490,20250410 Ministry of Education - School Infrastructure,27269470,Request for Tenders,Open Competition,Main Contractor for Kuranui College Pastoral Care Room,,20230426,20230522,20230802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Kuranui School are seeking the services of a main contractor to undertake the conversion of a staff room to a Pastoral Care Room in Block A of the school. The work is described in the tender documents prepared by IR Group and involves: Demolition of existing interior joinery and linings as required including existing glazing into proposed area Relocation of internal wall Partial demolition of existing ramp and landing. Removal of low-level vegetation and kerbing as required to install new ramp make good to garden edging New storage shelf built into wall Construction of new veranda Removal and replacement of flooring New vanity and taps Plumbing & drainage Electrical works New concrete ramp with handles New cover for level entrance New exterior solid core 900mm door with hardware Ceiling track hoist & supporting carpentry (IRG to specify supplier) Replacement window(s) Concrete path amendment The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project Manager: IR Group Ltd Lead Designer: IR Group Ltd Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27271100,Request for Tenders,Open Competition,"Main Building Contractor for Toilet Refurbishment Block 1 at Rongotea School, Manawatu",Rongotea School,20230424,20230526,20230929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"The Board of Trustees for Rongotea School are seeking a suitably qualified Main Building Contractor to carry out the Toilet Refurbishment to Block 1. The Contract Works required are: Unisex Toilet: remove urinals and install two new single toilets with cisterns. New vinyl, and one external vented extractor fan, new wall and ceiling linings. Girls Toilet No 1: Construct new straight partition wall, install new toilet systems, new sink waste to exit through wall, remove existing hot water heater and pipe hot water to sinks from existing H/W cylinder in cleaners cupboard. Boys Toilet No 1: Install one new wall mounted sink. Girls Toilet No 2: Install two wall mounted sinks. Boys Toilet No 2: Remove urinals and install two new single toilets and stalls including cisterns, install one new wall mounted sink, replace ceiling sheet, install new toilet door to exiting toilet, shift existing hand drier. Associated painting to all toilets. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,164905,20250410 Ministry of Education - School Infrastructure,27271586,Request for Tenders,Open Competition,"Main Building Contractor for Blocks 1 & 2 Refurbishment at Raetihi School, Raetihi",Raetihi School,20230424,20230609,20231003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Raetihi School are seeking a suitably qualified Main Building Contractor to carry out the Blocks 1 & 2 Refurbishment. The Contract Works required are: Block 1: Supply and install new bag hooks and plywood shoe storage. Block 2: Install sliding stacker doors between CR1 & CR10 and CR10 & CR11 and CR11 & Preschool 12. Resource 9: Install new cabinetry & sink, vinyl and wall linings. Install heatpump, and new power & data points. Install bag hooks to foyers leading to toilets. Toilets: new partitions and hydrapanel. Install new vinyl. Replace toilets, cisterns and urinals. Install new lighting & hand dryers. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,393041,20250410 Ministry of Education - School Infrastructure,27271672,Request for Tenders,Open Competition,Main Building Contractor for Block B AMS Refurbishment at Waitara Central School,Waitara Central School,20230424,20230616,20230926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Waitara Central School are seeking a suitably qualified Main Building Contractor to carry out the Refurbishment to Block B, AMS Project. The Contract Works required are: Refurbishment to 4 x classrooms including, removing black/whiteboards and make good linings, install Autex Composition, repair to ceiling in classroom 4 only, in all classrooms install new light switch covers, install new power points in each room and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,149646,20250410 Ministry of Education - School Infrastructure,27274218,Request for Tenders,Open Competition,"Main Building Contractor for Block 3 ILE Refurbishment at Ohakune School, Ohakune",Ohakune School,20230726,20230825,20230927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ohakune School are seeking a suitably qualified Main Building Contractor to carry out the Blocks 3 ILE refurbishment Works. The Contract Works required are: Upgrade & refurbishment to rooms 1, 2, 4, WDR & Computer Suite 8, including wall coverings, floor coverings, removal of redundant electrical wiring, install new light switch covers, install new sink cabinetry, and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,247784,20250410 Ministry of Education - School Infrastructure,27274273,Request for Tenders,Open Competition,"Main Building/Roofing Contractor for Roofing Remediation to Various Blocks at Carlton School, Wanganui",Carlton School,20230607,20230707,20230929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Carlton School are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roofing Remediation Works to Various Blocks. The Contract Works required are: Block 1: Replace existing roof over staffroom & offices with new repitched roof. Replace existing clearlite with new trafficable clearlite. Refix other existing trafficable clearlite. Replace spouting and downpipes where required. Block 4: Replace 4 x roofing sheets & spouting. Block 5: Install metal soaker and re-attach downpipe. Block 6: Replace trapezoidal roofing, spouting & downpipes. Block 9: Replace spouting and downpipe. Block 10: replace rusted tek screws on lower section of roof. Pool: Replace existing clearlite with trafficable clearlite. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,386972,20250410 Ministry of Education - School Infrastructure,27274829,Request for Tenders,Open Competition,"Main Building Contractor for Block 2 Toilet Refurbishment at Kokohuia School, Wanganui",Kokohuia School,20230424,20230531,20230901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Kokohuia School, Wanganui are seeking a suitably qualified Main Building Contractor to carry out the Block 2 Toilet Refurbishment. The Contract Works required are: Replace toilet partitions, replace vinyl flooring, install new plywood and plasterboard, install hydrapanel, remove and cap off fire hose, install new hand dryers, toilets and cisterns, and hand basins, install clage hot water system under basins. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,90594,20250410 Ministry of Education - School Infrastructure,27279181,Request for Tenders,Closed Competition,Edgecumbe College Redevelopment - Stage 2 Blocks A&D,MOE22312,20230421,20230519,20231005,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Tenders for Edgecumbe College (the School) Stage 2 Works: Blocks A&D MOE22312 As previously detailed in the previous Early Contractor Involvement (ECI) (CW2021-185) and Stage 1 Construction (CW2022-086) tenders, a site wide redevelopment is underway at Edgecumbe College to refurbish several buildings due to weather-tightness issues. Works have been broken down into the 3 stages due to the size of the project and in alignment with the funding and associated multi-business case approach. Naylor Love were appointed in June 2022 (ref CW2021-185) to provide Early Contractor Involvement services across all stages. Naylor Love were then appointed to Stage 1 construction in December 2022 (ref CW2022-086) which is expected to reach practical completion in mid-2023. This procurement relates to the Stage 2 construction works, specifically for the refurbishment of Blocks A&D and follows the intent of the original competitive tender activity, to negotiate the remaining construction works successful supplier Naylor Love Waikato/BOP Limited (Naylor Love). The outcome sought through this procurement is to achieve a conforming price and non-price response from Naylor Love and to proceed with the required Stage 2 Construction works. There is also the potential for additional and future contract works (Stage 3) for Blocks C, E and site infrastructure, to be confirmed at MoE discretion.",Awarded,"This contract was awarded to Naylor Love Waikato / BOP Limited Ltd and began on 24 November 2023. The term of this contract is until the end of the defects liability period, which is forecast for February 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $5M - $10M.",0,20250410 Ministry of Education - School Infrastructure,27280667,Request for Tenders,Open Competition,Roofing Contractor for Blk A & V Roofing Replacement at Hutt Valley High School,,20230426,20230519,20230626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified main contractors to submit a Tender for the roofing replacement of Blocks A & V at Hutt Valley High School. The work involves the following alterations:- Full metal roof replacement(s) Backflash penetrations Clean Associated Elements All associated edge protection, scaffolding and H&S requirements The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion. Preferred timeframes are: Start date: Early July 2023 Due Date for Completion: Late July 2023 When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of prices",Awarded,Single response. Within anticipated budget allowances and free of any contentious tags or exclusions.,131030,20250410 Ministry of Education - School Infrastructure,27287426,Request for Tenders,Open Competition,"Main Contractor for New Toilet Block & Blocks C,D Remodel into Breakout Spaces at James Hargest College",21-013,20230508,20230609,20230801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,"The James Hargest College Board of Trustees is looking for an experienced main Contractor to complete (staged) construction works at their junior campus. Stage 1 allows for the construction of a new (separate) toilet facility adjacent to Blocks C,D incorporating new unisex and accessible toilet facilities. Once completed, work will then flow on to include: Stage 2 remodel to the south facing toilet, cloakbay and computer room facilities in Blocks C,D to create breakout spaces to all teaching classrooms including new wall openings. Also included (if funding allows) is the provision of covered verandas to the front of both Blocks C,D. Remodelling work includes new exterior aluminum joinery, new internal aluminium joinery, wall fabric & floor coverings with associated electrical and mechanical services. Respondents must base their tender submission on having access to two classroom spaces only at any one time to complete remodelling works to Block C,D.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27297837,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS combined Block C - Refurbish Classrooms at Tawa School,5965,20230501,20230526,20240409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to principally refurbish classrooms in Block C but a separate Board funded project to refurbish toilets in Block D is included. This latter work will be subject to MoE financial approvals. Block C is an Avalon style building which has had the toilet areas previously refurbished. This project focuses on the classrooms and will replace exterior windows with double glazed aluminium units, replace interior wall and ceiling linings, fit insulation, install autex composition board and replace carpet and vinyl flooring. Heating will be replaced with heat pumps. Asbestos has been confirmed in the subfloor space and is to be removed. Asbestos cladding panels will only be replaced where these are affected by the proposed works. Block D is a Dominion style building. The student toilets are proposed to be refurbished including for new sanitary fixtures and fittings, replace lighting and general redecorate. To ensure the desired outcomes are achieved the Board have committed to contributing funds to the works for both the classroom and toilet refurbishment works.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.10.24. It is intended that the value of the contract resulting from this tender will be within $500k-$1M.",0,20250410 Ministry of Education - School Infrastructure,27298055,Request for Tenders,Open Competition,Huapai District School - Roof refurbishment works,1320-23-01,20230515,20230609,20231110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified contractors to submit a tender for the Roof Refurbishment Work to Blocks 1, 2, 3, 5, 9 & 10 at Huapai District School. This project responds to the scope of works identified in the high-level roof report obtained by the Ministry of Education consultant during the development of the current 10 Year Property Plan. The scope of works can be summarised as follows: a Roof and gutter replacement to selected roofs on Blocks 1, 2 and 3. b Clearlite replacement to selected roofs on Blocks 1, 2, 3, 5, 9 and 10. c Roof replacement to part of Block 9 d Gutter replacement to part of Block 5 e Repairs, wash roof and treat corrosion, full repaint to selected roofs on Blocks 1, 2, 3, 9 and 10.",Awarded,,428760,20250410 Ministry of Education - School Infrastructure,27301604,Request for Tenders,Open Competition,"Main Contractor for LSC Works to Block A at Selwyn Primary School, Rotorua",5210,20230503,20230606,20230918,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,Alterations to existing block A to create new LSC office space as well as alterations to existing reception and offices.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27304722,Request for Tenders,Closed Competition,Main Contractor for Block 4 - Wharehui Refurbishment Works at Te Kura Kaupapa Maori o Te Rawhiti Roa,,20230428,20230522,20240214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project plans to deliver refurbishment works to Block 4 Whare Hui. The planned works include the following: Roof and external cladding replacement, concrete and surface drainage works and a block refurbishment Roof replacement Window and door joinery replacements Floor and wall coverings replacements Cladding replacements Lighting upgrade Electrical works Drainage works Pavement repairs and associated concrete works",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27305438,Request for Tenders,Open Competition,"Main Contractor for Reroofing Works to blocks C,D,F,L,H,M and Q7 at Kaitao Intermediate School, Rotorua",5252,20230509,20230606,20230821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Removal of existing roof dormers, new insulation, new spouting and downpipes and full roof replacement of blocks C,F and D Replacement of clear roofing to block Q7 of Astroturf playing courts. New insulation, new spouting and downpipes and full roof replacement of blocks H,L and M Works will need to be completed in stages as agreed with the winning bidder.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27306408,Request for Tenders,Closed Competition,Main Building Contractor for the ILE Classroom Upgrade to Block A and LSC Office Refurbishment at Toko School,02-107-005 & 007,20230503,20230614,20230919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Toko School Board of Trustees is seeking tenders from an appropriately skilled and resourced Main Building Contractor for the ILE Classroom Upgrade to Block A and LSC Office Refurbishment at Toko School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27309625,Request for Tenders,Open Competition,Main Contractor for 1 2 Pool Roof Replacement & AMS 1 ILE Upgrade at Tarras School,3843-22-01,20230505,20230530,20240806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Tarras is seeking suitably qualified main contractors to submit an RFT for the proposed 1,2 Pool Roof Replacement and AMS 1 ILE Upgrade project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is 25 September 2034 and the indicative completion date is 30 November 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27316196,Request for Tenders,Closed Competition,Main Contractor for the Electrical & Internal Refurbishments Project at He Matariki School for Teen Parents,,20230502,20230531,20230831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications through GETs question and answer function,"These works cover three 5YA projects: 1, site: Internal Refurbishment Works and Site Plan 1: Electrical Project - Lighting 1: Electrical Project Switchboards The internal and electrical works required include: Block 1 (Internal Refurbishment) o Food tech Replace 2 sets of double hobs with 2 new inducted integrated double hobs. Adjust existing drawers to fit the new units. Replace 2 sets of integrated ovens with new integrated ovens of an equivalent size. Cabinetry and electrical work may be required. o Classroom 1 Install cabinetry for artwork, sewing, pottery at the end of the ex-library. o Admin Install laminate panel to wall behind chairs to match reception desk (height & material) to prevent further damaged to the wall. This is to be laminex or similar as per the reception desk. Client is interested in the idea of a glass panel with a frosted film design across with He Matariki logo. This would be dependent on costs o Student toilets In first toilet move the sink across from toilet and install handrail next to toilet. (Toilet may need to be moved to accommodate this). Basin and mirror may also need to be moved. Install 2 laminate panels with plastic trims between basin and the mirror in both bathrooms. Block 1 (Electrical Project Lighting) o Remove existing ceiling panel lights and install new LED panel lights within suspended ceiling grid in the admin/general office area, classroom 1, 2 & 3, food tech and external security lighting. Block 1 (Electrical Project Switchboards) o Classroom 3 (computer room) Remove and seal off floor multi box plugs under tables. Replace carpet tiles to match existing in those locations. Install benchtop multi box plus and in easy to reach locations for classroom 3. o Main Switchboard - A clear PVC panel is required over the front of the revenue metering cabinet to prevent access to single insulated cables - Cable bushing or edge protection is required around the incoming cables - The board is full beyond capacity. It should have a minimum spare capacity of 25% as per 10.8.3 Ministry of Education Electrical standards for schools version 1.6 2015 o Main Earth Test that the main earth is compliant to avoid future issues. o Heatpump external unit (outside student common room) replace damaged outside unit fan grill.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27316953,Request for Tenders,Open Competition,RTF - Main Contractor for BLK 1 ILE Project at Riverhills School,1465-233392,20230503,20230525,20230606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school classroom block - Internal demo, Internal alterations to form new toilets and Withdraw space, New wall & Floor coverings, associated electrical, security & Fire alarm alterations within 2 Classroom area Note No external works planned Project Location South East Auckland",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27328681,Request for Tenders,Closed Competition,RFT - Construction works for DQLS Classroom Upgrades at Henderson High School,45-22-08,20230524,20230622,20231124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works are MOE led works identified within the Henderson High School 10 Year Property Plan for 2021/2022 (10YPP21/22). The MOE Reference number is 45-22-08. Briefly, these works include DQLS (Designing for Quality Learning Spaces) classroom upgrades for internal areas of teaching spaces for buildings A, B, D, E, F, H1 & S2: 1. Re-line existing ceilings with GIB. 2. Remove and dispose of existing carpet. 3. Supply and installation of new carpet tiles, including all floor preparation as required. 4. Removal and disposal of existing vinyl. 5. Inspection of the flooring and remediate as required. 6. Replace with new vinyl including works to coving and floor preparation as required. 7. Remove and dispose of existing hessian wall coverings. 8. Supply and install new composite acoustic wall coverings. 9. Remove and dispose of existing heaters. 10. Supply and install new heat pump units. The works may need to be carried during both the school term and school holiday periods. The Contractor will be asked to ensure appropriate safety measures will need to be in place to protect staff and pupils during the works particularly during the school term.",Awarded,The contract was awarded to ACCESS and will start on 27.11.2023.,703728,20250410 Ministry of Education - School Infrastructure,27330027,Request for Tenders,Open Competition,RTF Main Contractor for Lifecycle Replacements at Sunnyhills School,1515-238199,20230509,20230529,20230606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This Lifecycle Replacement Project includes replacement of : Carpet Flooring Vinyl Flooring Wall Coverings Lighting Heating in various teaching spaces across the School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27345756,Request for Tenders,Open Competition,Westland High School - Main Contractor for Toilet Upgrades and Science Lab Upgrades,,20230504,20230530,20230804,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Westland High School Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the Science Lab Upgrades and Toilet Upgrades around the School. Westland High School is located on Hampden Street in Hokitika. The programming of works will be determined in consultation with the Contractor, however a draft programme is to be submitted alongside the tender. Works will also need to be staged around the school to minimise disruption. Please refer to attached tender documents as listed in Section 1.8 of the attached RFT for further information. Once all RFT's are evaluated and respondents notified, we expect to commence construction in July 2023.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27353703,Request for Tenders,Open Competition,Supply and Install Canopy Structure for Courts Area at Mountain View School,,20230508,20230602,20231004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of Trustees at Mountain View School are requesting the services of a suitably qualified contractor to supply and install a new canopy structure over the courts area. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Please RSVP for a site visit by emailing Ben Hutchings via ben@mvs.school.nz.",Awarded,,363148,20250410 Ministry of Education - School Infrastructure,27356139,Request for Tenders,Open Competition,Main building Contractor for the Learning Support Property Modifications 2022 project at Coastal Taranaki School,3107.2,20230510,20230614,20230915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board of Coastal Taranaki School is seeking to undertake learning support property modifications. New accessible ramp and stair to A Block, New accessible entry ramp, new rubber threshold ramps to B Block classrooms and C Block entrance, new handrails to Hall stage stair, modifications to existing A Block and B Block metal handrails and new drop down grab rails to Senior and Gym Blocks girls toilets. Project consultants are: o Project Manager: Ardern Peters Architects Limited o Lead Designer: Ardern Peters Architects Limited o Structural Engineer: Tim Costelloe Engineering Limited",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27361138,Request for Quotations,Closed Competition,RFQ for School Property Planners - Phase 1 2023,MOE21377,20230511,20230609,20230925,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The School Property Plan (SPP) is an asset management plan developed between the Ministry of Education and the School to provide for the sustainable management of the schools property (land, buildings and infrastructure). It takes into consideration a long-term planning horizon. In this phase of our implementation, we are seeking suppliers to complete School Property Plans (SPPs) for 32 schools across the North Island. Schools are divided into four bundles of 6-9 schools each, and suppliers must be able to service all schools in their awarded bundle(s). The Ministry is seeking the following services from suppliers to deliver to asset management planning services schools: Collating and analysing data inputs provided by the Ministry and organising additional specialist reports where needed Visiting school sites to become familiar with the property and validate or reconcile data Drafting the SPP document Engaging and collaborating with Ministry staff and school stakeholders throughout development of the SPP, which includes leading a planning workshop Managing the review and approval process for the completed SPP",Awarded,,605234,20250410 Ministry of Education - School Infrastructure,27363033,Request for Tenders,Open Competition,Wilford School - Storm Water Drainage Upgrade,,20230512,20230529,20230609,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wilford School requires an upgrade of the storm water drainage system. The school experiencing poor drainage attained a high level report identifying problems with the system and how it drains to council and wellington water infrastructure. The school has vehicle access and is flat, there should be no issues with moving equipment into site. The location of works being a school does create potential hazards with when work is being carried out. Information highlighted in 2020 report; School drainage system is orientated east towards the creek and overall has deteriorated. This has caused ponding and flooding throughout the adjacent area. Serious flooding is occurring in the children's asphalt areas where two sumps are discharging into a nearby chamber housing a failed pump system. The concrete area ""I"" has major ponding in wet weather as the sump serving that area is currently not functioning as noted below areas ""J"". Southern catchment area ""J"" all falls to a common point and there is no outflow from said point. Dye testing showing stormwater from this point is leaching into nearby sewer drain. Outlet to the creek behind the pool room is blocked, this is wellington waters responsibility and they have been notified. Sections of drain are cracked and/or broken, including manholes, sumps, and earthenware pipework. There are areas clogged with silt.",Awarded,"Thank you for your submissions for this package of work. Following evaluation of the submissions received, the client has decided to award the works to Marsden Green in this instance. Regards",0,20250410 Ministry of Education - School Infrastructure,27363790,Request for Tenders,Closed Competition,Main contractor for the transformation and extension of new playing fields at Horsham Downs School.,,20230510,20230530,20230914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27364456,Request for Tenders,Open Competition,Westland High School - Main Contractor for Roof Upgrades and Replacements,,20230509,20230704,20230914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Westland High School Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the various Roof Upgrades and Replacements around the School. Westland High School is located on Hampden Street in Hokitika. The programming of works will be determined in consultation with the Contractor, however a draft programme is to be submitted alongside the tender. Works will also need to be staged around the school to minimise disruption. Please refer to the attached tender documents as listed in Section 1.8 of the attached RFT for further information. Once all RFT's are evaluated and respondents notified, we expect to commence construction in July 2023.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27369477,Request for Tenders,Closed Competition,Main Contractor for Toilet Refurbishments at Kawakawa School,,20230511,20230602,20230905,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The background to this is the School Board of Trustees have identified this projects based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. The Contract Works required are: Student and staff toilet internal refurbishments",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27373603,Request for Tenders,Open Competition,Main Contractor for Waihopai School Metal & Translucent Roofing Replacements,22-080,20230515,20230613,20230711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Waihopai School Board of Trustees is looking for an experienced main Contractor to complete roof cladding replacement works at Waihopai School. Work scope includes replacement of existing metal and unsafe translucent roof cladding as well as some minor caprpentry works to remove and or re-clad existing skylights and re-fix existing roof cladding.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27374923,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Universal Student Bathroom at Woodbury School,,20230512,20230607,20230720,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Universal Student Bathroom Upgrade,Not Awarded,This contract was awarded to Timaru Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,27377562,Request for Tenders,Open Competition,"Main Contractor for AMS 2,2a: Teaching Spaces, Toilets, Fire Alarms, Heat Pump Upgrade At Weston School",231812,20230518,20230622,20240315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Weston Schools block 2 is in need of upgrade and modernization. This project involves a QLS Teaching upgrade to four teaching spaces in Blocks 2 and 2a. This was started in the previous 5YA cycle with one classroom being fully upgraded and one classroom having its ceiling and lighting upgraded.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27378332,Request for Tenders,Open Competition,"Blocks A,B,C,D Replace Internal Wall Linings at Manurewa High School",,20230515,20230608,20231122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27379454,Request for Tenders,Open Competition,Main Contractor for LS Mods Fence at Balfour School,3932-23-01,20230515,20230608,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The BOT at Balfour School is seeking suitably qualified main contractors to submit an RFT for the proposed LS Mods Fence project. The full and detailed solution required is specified in the plans and specifications included with the tender documents. The indicative start date is July 2023 and the indicative completion date is September 2023. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,C Brown Builders has been awarded the contract for the Main Contractor for the LS Mods Fence at Balfour School.,297583,20250410 Ministry of Education - School Infrastructure,27380373,Request for Tenders,Closed Competition,RFT Main Contractor for AMS: Outdoor Learning Space at Ohaeawai School,,20230515,20230606,20240703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,"Construction of a new outdoor learning environment, allowing students to use outdoor space during bad weather. Design and build of a permanent canopy over the court area. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27381633,Request for Tenders,Open Competition,"Main Contractor for the Re-Roof of Blocks 1, 6 & 8 at Glenavy School",,20230517,20230615,20230803,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are for the re-roof of block 1, 6 & 8 at Glenavy School as follows:- Block 1 The existing colorsteel & membrane roofing is damaged and in poor condition, the existing roofing and substrate in the case of the membrane areas shall be removed along with the existing spouting, insulation shall be installed to the roof space, new roofing underlay and substrates installed and finished with new 0.55 BMT colorsteel inc flashings, new TPO roofing & new spouting connecting to the existing downpipes. The existing barge and fascia will also be painted while access is available and flashing/spouting are absent. Block 6 & 8 The existing colorsteel & translucent roofing is damaged and in poor condition, the existing roofing shall be removed along with the existing spouting, insulation shall be installed to the roof space, new roofing underlay installed and finished with new 0.55 BMT colorsteel inc flashings and new spouting connecting to the existing downpipes. The existing barge and fascia will also be painted while access is available and flashing/spouting are absent.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27381849,Request for Quotations,Closed Competition,RFQ - Collingwood Area School (the school) Demolition,MOE22960,20230512,20230602,20230704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,A new Teaching and Administration has been constructed at Collingwood Area School. This Tender is for the full demolition and site clearance of the existing redundant Teaching and Administration buildings at Collingwood Area School.,Awarded,It is intended that the value of the contract resulting from this tender will be within $250K - $500K,0,20250410 Ministry of Education - School Infrastructure,27383548,Request for Tenders,Open Competition,RFT - Main Contractor for BLK 3 ILE Project at Howick Primary School,1319-226110,20230524,20230620,20230821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Scope Existing school classroom block - Internal demo, Internal upgrade to toilet areas, classrooms and withdraw space, New acoustic wall coverings and associated electrical work, new floor coverings within 4 Classroom area New wall linings, wet wall linings, flooring, toilet partitions, toilets suites Note No external works planned Work to start in Term 3 2023 Project Location South East Auckland Site Visits to be arranged through GETS Q&A Function - Do not contact schools",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27383641,Request for Tenders,Open Competition,Main Contractor for Pool Re-line at Mangakahia Area School,,20230515,20230614,20230906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Mangakahia Area School Board is looking for a suitable contractor to deliver pool x2 refurbishment works as detailed below and in the attached documentation. The complex has two pools and both pool require fibreglass re-line.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27385506,Request for Tenders,Open Competition,Main Building Contractor for Block D Refurbishment at Waiopehu College,,20230516,20230614,20230810,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified main building contractors to submit a Tender for the Block D Refurbishment project at Waiopehu College.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27403317,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block-1-2-5-6-20-22-23 Roof and Toilet Refurbishment at Bluestone School,,20230518,20230615,20230925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remove roofing, spouting, downpipes, underlay, netting and insulation as required to selected areas. Replace with new roofing, spouting, gutters, fixings, downpipes and flashings as required. Toilet Upgrades are planned for several blocks. Upgrade will include refit of fixtures and fittings, and reconfiguration of toilet spaces.",Not Awarded,Contract was awarded to Timaru Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,27404453,Request for Tenders,Closed Competition,Main Building Contractor for Weathertightness Remediation at Hamilton West School,,20230518,20230609,20230727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Hamilton West School would like the weathertightness remedials addressed: The circumstances leading to the project: ? The School had a Hall designed, consented and constructed between September 1989 and November 1990. The external wall cladding is formed of plywood sheet cladding which is directly fixed to boron treated timber wall framing. Believed to be Shadowclad, this has sustained weather damage over time. The outcome sought: ? Is to have a weathertight hall available to be used for various school operations.",Awarded,"The contract was awarded to Kelvin Lalich Builders and will start on date, 01/08. The term of the contract is 33 working days (TBC program amended).",95667,20250410 Ministry of Education - School Infrastructure,27404506,Request for Tenders,Open Competition,Main Contractor for the Refurbishment of Block S at Edgewater College,,20230519,20230614,20231218,,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for the Refurbishment of Block S at Edgewater College,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27406089,Request for Tenders,Open Competition,Main Contractor for F Upgrading Changing Rooms at Cromwell College,373-22-01,20230519,20230622,20230927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Cromwell College is seeking suitably qualified main contractors to submit an RFT for the proposed F Upgrading Changing Rooms project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is December 2023 and the indicative completion date is March 2024. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,The contract for the Main Contractor for F Upgrading Changing Rooms at Cromwell College tender has been awarded to Stewart Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,27407477,Request for Tenders,Open Competition,RTF Main Contractor for SIP Junior Playground Replacement at Chapel Downs School,1581-SIP02,20230519,20230614,20230710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Junior Playground Replacement civil works Demo and disposal of existing play structure and rubber matting, prepare and install new artificial turf Source and install 2x shade sails Carpentry work Concrete works Site visits organised on request through GETS Q&A System Location South East Auckland",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27410877,Request for Quotations,Closed Competition,Te Anau School Te Kura o Te Anau: Roll Growth - Two (2) New Teaching Spaces - Quantity Surveyor Services,MOE17093,20230522,20230613,20230718,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"The Ministry is providing Two (2) new teaching spaces at Te Anau school it is the intention to engage a Quantity Surveyor. The contract will deliver a complete Quantity Surveyor service as set out in the Ministry of Educations Standard Scope of Services",Awarded,"It is intended that the value of the contract resulting from this tender will be under $100,000",0,20250410 Ministry of Education - School Infrastructure,27414847,Request for Tenders,Open Competition,Main Contractor for AMS CP A Classroom Remodel at Lochiel School,3977-22-01,20230522,20230622,20240419,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Lochiel School is seeking suitably qualified main contractors to submit an RFT for the proposed AMS CP A Classroom Remodel project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is October 2023 and the indicative completion date is February 2024. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.,Awarded,C Brown Builders has been awarded the contract for the Main Contractor for AMS CP A Classroom Remodel at Lochiel School.,200198,20250410 Ministry of Education - School Infrastructure,27416200,Request for Tenders,Closed Competition,CW2022-029 Waikato Schools (Rangiriri School) - LSPM and Weathertightness Projects - Contract Works,MOE17813,20230519,20230616,20240730,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Jack Thorburn Builders Limited) shortlisted from the Construction Directory to submit a Tender for Waikato Schools (Rangiriri School) LSPM and Weathertightness Projects Contract Works (the Contract Works).,Awarded,The contract has been awarded to Thorburn Builders Ltd and will be stared in Sep 2024. Price band is VB1 $500K-$1m.,0,20250410 Ministry of Education - School Infrastructure,27416646,Request for Tenders,Open Competition,Main Supplier to Install Heatpumps at Arataki School,,20230522,20230612,20230918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,,Awarded,"Following a full, fair tender and moderation, Bay Air were selected as the preferred supplier.",0,20250410 Ministry of Education - School Infrastructure,27416911,Request for Tenders,Open Competition,"Main Contractor for AMS Combined: C,S DQLS & Block H Toilet Reconfiguration Upgrade at Papatoetoe High School",,20230522,20230620,20231005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27420308,Request for Tenders,Open Competition,Solway School (the School) Block 11 Weathertightness Remediation Main Contract Works MOE22953,MOE22953,20230522,20230616,20230821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Construction services are required for a weather tightness remediation project at Solway School, Wairarapa. Works include the removal and upgrades/alterations to the cladding, window joinery, flashing works. Works involve directly working on the external envelope. A tender site visit has been scheduled for 10am 02 June - please register attendees and address any questions via the GETS Q&A function. A draft contract as well as drawings have been provided through the GETS tender attachments.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000 - $200,000.",0,20250410 Ministry of Education - School Infrastructure,27421335,Request for Tenders,Open Competition,Construction Services for Site Wide Electrical and Heating Works at Westbrook School,238357 &238358,20230524,20230619,20230907,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Buyer is seeking Construction Services for Site Wide Electrical and Heating Works at Westbrook School b. The project background is: - These works are part of the 5YA approved programme. - The 10YPP and conditions assessments of the school have identified that many blocks require the end of life replacement of heat pumps, several existing exterior heat pump units to be ground mounted, replacement of several distribution boards and some cable management tidy up.",Awarded,The contract was awarded to Electrical Solutionz BOP Limited and will start on the 7 September 2023,221246,20250410 Ministry of Education - School Infrastructure,27427746,Request for Tenders,Open Competition,Main Contractor for Roofing & Associated Cladding Works at Whakatane High School,225966,20230524,20230621,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Whakatane High School is seeking a main contractor for roofing and associated cladding works to various blocks around the site. The roofing works is a combination of both metal and membrane roofing works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27428939,Request for Proposals,Closed Competition,Emergency Response Coordinator Tai Tokerau Region,MOE22497,20230522,20230613,20230623,,Sole Agency,No,,"The Ministry of Education (the Ministry) (the Buyer) is seeking emergency response coordinator services for the Tai Tokerau Region. The primary purpose of this procurement activity is to provide assistance and advice to the Ministry, Schools and Board of Trustees for emergencies. This includes making the site safe and secure and to mitigate any further property damage or health and safety issues. The Ministry will hold one online briefing session for Tenderers on 1pm 12th May 2023. The purpose of the briefing session is to clarify the scope of the requirements as detailed within this RFP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27430846,Request for Tenders,Open Competition,RFT for Main Contractor for Gym Refurb Stage 2 and Admin and Classroom Upgrade at Broadwood Area School,240717,20230524,20230619,20230811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Works to include installing new vinyl and court marking, new aluminium exit doors, lighting upgrades and ceiling remediation in large storage cupboards; and refurbishment of staff shower room and office and new cabinetry",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27436238,Request for Tenders,Open Competition,Main Building Contractor for the Administration Roof Leak Remediation project at Huirangi School,3215.08,20230526,20230622,20230817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board is seeking to undertake remediation work to A Block as a result of a roof leak. Project consultants are: o Project Manager: Ardern Peters Architects Limited o Lead Designer: Ardern Peters Architects Limited",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27437702,Request for Tenders,Open Competition,"Main Contractor for Block L Roof, Gutter, Window Joinery and Cladding Replacement at Glenfield College",,20230525,20230620,20230921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27438984,Request for Tenders,Open Competition,Main Contractor for Block A: AMS ILE Refurbishment - Mt Maunganui Primary,224536,20230524,20230616,20231124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27442079,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Site - Infrastructure Upgrade, DQLS and Rationalisation at Porirua East School",5366,20230526,20230711,20240306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A significant amount of capital investment is required at Porirua East School that includes significant improvements to the condition of roof coverings. Due to the presence of surplus footprint, the project will also respond to building rationalisation with the demolition and removal of mothballed toilets and two classrooms (eastern end of Block 1). The removal of buildings results in the need to relocate management offices and specialised spaces and this necessitates the relocation of the administrative area which will be completed in conjunction with the repositioning of library facilities. The project will be staged in order to minimise disruption to the operational school.",Awarded,"Awarded to Niche Commercial Ltd, anticipated completion of February 2025. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,27444402,Request for Tenders,Open Competition,"Main Contractor for the Block 4,5,10,12,13,D: Clearlite, Membrane Roof, Gutters & Ceiling Tiles Replacement at Maraetai Beach School",,20230526,20230621,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Maraetai Beach School are requesting the construction services of a suitably qualified contractor to carry out a clearlite, membrane roof, gutters, & ceiling replacement for Blocks 4, 5, 10, 12, 13, D. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday the 6th of June at 3:30pm Site Visit 2 Monday the 12th of June at 3:30pm Site Visit 3 Monday the 19th of June at 3:30pm Please RSVP to these site visits using the GETS Q&A system.",Not Awarded,Only one tender was received and it was over budget so this project went to open market and a winning contractor was chosen from there.,0,20250410 Ministry of Education - School Infrastructure,27444608,Request for Tenders,Closed Competition,Main Building Contractor for Sports Centre Light Refurbishment,239461,20230529,20230623,20230630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School has identified multiple areas within the Sports Centre that requires remediating to allow the students to use this space. The main areas within this scope are; Boys and Girls changing rooms, hallway/lobby, main entry and external elevations (South & West only).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27445947,Request for Tenders,Closed Competition,Karori Normal School - Redevelopment Works - Request for Tender (RFT),MOE12566,20230525,20230623,20230830,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Construction services are required for a Redevelopment project at Karori Normal School. The Contract Works required are: i. Construction of new classroom block consisting of eight teaching spaces (Block N) ii. Block 2: (a) Demolition of WC annex (b) Refurbishment of ESOL room for new caretaker shed (c) Redevelopment of Block 2 for school funded project iii. Demolition of covered walkways iv. Timber retaining wall remediation v. Services upgrades including: (a) Passive ventilation where practicable (b) Stormwater and sewer system (c) Electrical main switchboard (d) Fire upgrades vi. Landscaping works vii. Weathertightness remediation to Block 1L viii. Demolition of Block G For more information please see the attached tender documentation. For any questions please direct these through the GETS Q&A function. A draft contract will be released by NTT shortly. A separate link will be provided for drawings as they are too large for the GETS system.",Not Awarded,"This contract was awarded to Watts and Hughes Construction Group Ltd and began on 30th August 2023. The term of this contract is until the end of the defects liability period which is forecast for 31 July 2026. It is intended that the whole of life value of the contract resulting from this procurement will be within value band: $10- $25M",0,20250410 Ministry of Education - School Infrastructure,27450280,Request for Tenders,Open Competition,"Main Contractor for the Block 9, 12, 14, 15 & 16 Fire Retardant Acoustic Wall Linings, Carpet, Vinyl and Toilet Upgrade Project at Takanini School",,20230529,20230622,20230703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Takanini School are requesting the construction services of a suitably qualified contractor to carry out autex, carpet, vinyl, and toilet upgrades in blocks 9, 12, 14, 15, and 16. Please Note: please quote block 12 works separately. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 31st of May at 3:30pm Site Visit 2 Wednesday the 7th of June at 3:30pm Site Visit 3 Wednesday the 14th of June at 3:30pm Please RSVP to these site visits using the GETs Q&A system. Each tender must thoroughly read the requirements of the RFT and attend a site visit to complete an accurate tender.",Awarded,,317762,20250410 Ministry of Education - School Infrastructure,27452148,Request for Tenders,Closed Competition,Main Contractor for Hall Leaky Building Remediation at Everglade School,,20230530,20230630,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Everglade School Board of Trustees are seeking a Main Contractor for the Hall Weathertightness project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27452861,Request for Tenders,Open Competition,"Main Contractor for Blocks A, 3, 5, RB, & SB Roofing at Otorohanga College",,20230529,20230622,20230925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27456375,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 4 & 5 Renovation at Fernside School,,20230530,20230628,20230811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To create a modern, functional, and comfortable learning environment for the students and staff. Improve accessibility, update all finishes, and improve functionality of the bathroom in block 4, as well as creating a new and improved layout for the breakout area in block 5.",Not Awarded,This contract has been awarded to Wyatt Construction Ltd.,0,20250410 Ministry of Education - School Infrastructure,27457361,Request for Tenders,Closed Competition,Main Building Contractor for F: Library Reconfiguration at Waihi College,,20230529,20230728,20230918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Waihi College Board of Trustees would like to reconfigure the Library Block to incorporate teaching spaces on the bottom level, accessible lift to connect the upper level along with addition of exterior access, relocate and reduce overall size of Library portion to upper level. It is sought to replace all exterior joinery and the interior of the building would receive a full refurbishment to end of life elements as part of the works.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27463308,Request for Tenders,Open Competition,Main Building Contractor for AMS-E: DQLS & ILE Upgrade and Ceiling Remediation at Te Waha o Rerekohu Area School,239095,20230530,20230630,20230728,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"BLK E ILE & DQLS Upgrade Create a breakout space for independent/small group learning by opening up the walls between the classroom and resource space Create a flexible learning environment for connectivity to outside using safety glazed sliding aluminium doors Install Autex 12mm Autex Composition to selected areas Install Advance Flooring Kingston Range acoustic carpet tiles Install Tarkett IQ Granit to wet area in classroom and storeroom Replace existing lighting with new NSG LED PRO PANEL GPN4126 or similar LED lighting for energy efficiency, laid into existing ceiling grid Create multipurpose technology space by re-configuring the existing wet area and opening it up to the classroom Ceiling Remediation Replace water damaged ceiling tiles in classroom and replace missing insulation Remediation sagging ceiling in Resource Room and install R3.6 GreenStuf or similar polyester insulation if required Storage Room Water Damage Remediation Remove water damaged framing, wall linings and door Replace framing, wall linings and door with new Paint new wall linings and door Please note: BLK E ILE & DQLS Upgrade, Ceiling Remediation and Storage Room Water Damage Remediation must be priced and shown separately.",Not Awarded,No tender received. Went out to Closed tender,0,20250410 Ministry of Education - School Infrastructure,27466752,Request for Tenders,Closed Competition,"Main Contractor for AMS: 2, 3, 5, 6: ILE Classroom Modifications & Roof Replacement at Waimate Centennial School",3573-22-01,20230531,20230620,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractor for AMS: 2, 3, 5, 6: ILE Classroom Modifications & Roof Replacement at Waimate Centennial School",Awarded,,272414,20250410 Ministry of Education - School Infrastructure,27467030,Request for Tenders,Closed Competition,RFT Main Contractor for Toilet Refurbishment Works at Okaihau Primary School,,20230531,20230621,20230925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: Internal refurbishment works of the Block 1 toilets as detailed in the attached procurement documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27469059,Request for Tenders,Open Competition,Main Contractor for the Design and Build of the Fire Alarm Alterations at Papatoetoe South School,,20230601,20230627,20230912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Papatoetoe South School is looking to engage a main contractor for the design, installation and commissioning of the fire alarm system at the School.",Awarded,rank 1 in weighted scoring system.,0,20250410 Ministry of Education - School Infrastructure,27471295,Request for Tenders,Open Competition,"Main Contractor for Block 2, 3, D Roof, Gutter and Skylight Dome Replacement at Pasadena Intermediate School",,20230601,20230627,20231027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Several roofs at Pasadena Intermediate School are due for life cycle replacement and targeted repairs. - Block 2 (Roof area A and Roof area B): roof is in poor condition and require replacement. - Blocks 3: roof, gutter and skylight are in poor condition and require replacement. - Block D (Roof area A): roof is in poor condition and require replacement",Awarded,conformed to the requirements at best value,0,20250410 Ministry of Education - School Infrastructure,27471451,Request for Proposals,Closed Competition,Kuranui College (the School) Project Management (PM) Services MOE22955,MOE22955,20230530,20230623,20230713,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Project Management (PM) services are required for a Gymnasium replacement project at Kuranui College. This procurement seeks to appoint a PM supplier to the Detailed design stage for the project which is taking an Early Contractor Involvement (ECI) approach. There is also the potential for additional PM services for separate Roll Growth project, subject to conditions being met. A project briefing session has been scheduled for 11:30am 07 Jun 23 - a separate MS Teams invite will follow but here are the dial in details: Meeting ID: 474 404 504 227 Passcode: 7Wvgyw All questions and enquires are to be made through the GETS Question & Answer function. For more information see the attached tender documents.",Awarded,"This contract was awarded to Bradley Project Management (BPM) Ltd and began on 17th July 2023. The term of this contract is until the end of the Detailed Design stage (with the possibility of an extension to cover the construction and defects liability period - subject to conditions being met). It is intended that the whole of value contract value resulting from this procurement (including if the contract is extended to cover the construction and defects liability period), will fall within the $100,000 - $250,000 value band.",0,20250410 Ministry of Education - School Infrastructure,27472577,Request for Tenders,Open Competition,Main Contractor for Block S LSC Works at Edgecumbe Primary School,241393,20230601,20230629,20231107,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Edgecumbe Primary School Board of Trustees is seeking a main contractor to undertake internal alterations to Block S to form new LSC office space complete with toilet facilities,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27474703,Request for Tenders,Closed Competition,RFT for Main Contractor for ILE and Classroom Refurbishment at Otaika Valley School,229101,20230602,20230630,20230712,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Works consists of roofing, ILE upgrades, window replacements and classroom refurbishments",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27477551,Request for Tenders,Closed Competition,Main Building Contractor for the 5YA AMS Upgrade Works at Maungakaramea School,,20230601,20230714,20230922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for the 1,2: AMS combined project Construct accessible ramp and electrical works. AMS PROJECT create a breakout space and construct a canopy at Maungakaramea School The Contract Works required are: i. Block 1 - Construct an accessible ramp in front of admin building with handrail and slip resistance & current shade sail pole to be moved to allow for ramp. ii. Block 1 Install whiteboard cabinet into Classroom 1 with cabinetry and powerpoints included iii. Block 2 Construct a shade canopy over decking outside Oscar Room. iv. Block 3 Refurbish and redesign Block 3 into a kitchen/hometech/sewing room",Awarded,,124969,20250410 Ministry of Education - School Infrastructure,27479458,Request for Tenders,Closed Competition,"RFT for Main Contractor for Toilet Refurb, Staff Refurb and Creation of ILE Space and Clearlite Replacement at Tinopai School",239324,20230606,20230703,20240412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Refurbishment of Block 1 including toilets, staffroom and resource room. Works also include replacement of clearlite roofing over the admin area",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27480367,Request for Tenders,Closed Competition,Main Contractor for AMS: New: Relocate & Convert into MPS at Leeston School,3410-22-01,20230602,20230704,20231102,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Leeston School are looking to relocate a building from the old Avonside Girls High site and convert it into a multipurpose space.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27483090,Request for Tenders,Closed Competition,"Main contractor for G1,G2 Refurbishment at Kamo High School",,20230602,20230623,20230628,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The background to this is the School Board of Trustees have identified this project based on Priority Two Essential Infrastructure/Priority Three Innovative Learning Environment (ILE). The funding source for this work has been identified under 5YA. a. The Contract Works required are i. Floor coverings replacements corridors, staircase, entrance lobby, upper floor circulation ii. G1 (Old Gym) Supply and installation of suspended acoustic ceiling as per T&R Interiors design and lighting iii. G1 (Old Gym) Wall lining replacements, painting, supply and installation of acoustic wall linings iv. G2 (New Gym) Lighting replacements where required Site visits will be available to Tenderers shortlisted for the subsequent RFT process.",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,27486195,Request for Tenders,Open Competition,"Contractor for Roofing Replacements at Sunset Primary School, Rotorua",5089,20230607,20230704,20240619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"All submissions to be made through the GETS website. Replacement of roofing and gutters to blocks D,I and L. Replacement of gutters to A,B,C,G and M. Replacement of skylights in block A and E.",Not Awarded,All responses received were well in excess of budget. This work will be retendered,0,20250410 Ministry of Education - School Infrastructure,27487375,Request for Tenders,Closed Competition,"Main Contractor for LSM/AMS: 1, 6: ILE Outdoor Learning Spaces, Toilet Upgrade & USB Facility & Admin Modifications at Leithfield School",3411-21-01,20230602,20230629,20231031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Main Contractor for: LSM/AMS: 1, 6: ILE Outdoor Learning Spaces, Toilet Upgrade & USB Facility & Admin Modifications at Leithfield School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27492299,Request for Tenders,Open Competition,"Main Contractor for the Block 1A, 3A, 3B: ILE & DQLS Upgrade, Toilet Refurbishment, Targeted Window/Door Joinery Replacement & New Outdoor Learning Area at Glendowie Primary School",,20230606,20230703,20230727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Glendowie Primary School are requesting the construction services of a suitably qualified contractor to carry out an ILE & DQLS Upgrade, Toilet Refurbishment, Targeted Window/Door Joinery Replacement and New Outdoor Learning Area. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Friday the 9th of June at 10am Site Visit 2 Thursday the 15th of June at 10am Site Visit 3 Thursday the 22nd of June at 10am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,604762,20250410 Ministry of Education - School Infrastructure,27493346,Request for Quotations,Open Competition,"Contractor for Autex Replacement Work to Blocks A and B at Aorangi School, Rotorua",5259,20230607,20230630,20240115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Replacement of autex composition wall linings in blocks A and B,Not Awarded,The school has elected not proceed with this tender. All tenders received exceeded available budget.,0,20250410 Ministry of Education - School Infrastructure,27498782,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block 1 - Hall Strengthening and Refurbishment at Te Kura Maori o Porirua,5767,20230608,20230710,20231120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A structural engineering assessment of the Wharenui building that forms part of Block 1 found some deficiencies in the construction of the main portal frames and the foundations. Associated seismic improvements are required to remedy these issues. Also required as part of the proposed project scope will be the reconfiguration of the toilet facilities, the creation of a universal bathroom as well as the provision of a new mechanical platform lift to the elevated stage.",Awarded,"Awarded to Aoraki Construction, anticipated completion of 30.11.24. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,27499454,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block B - Classroom Upgrade, Heater Replacement at Waikanae Primary School",5930,20230608,20230704,20231016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project mainly concentrates on improving the standard and performance of the four classrooms located at the eastern end of Block B. Floor, wall and ceiling finishes will be replaced, cloak areas will be converted into teaching breakout spaces and original timber windows will be renewed. The project also actions other infrastructure upgrade work which includes an upgrade of the hall distribution boards and introduces warm water to student toilet areas.",Awarded,"Awarded to Peryer Construction Wgtn Ltd, anticipated completion of 30.08.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,27500230,Request for Tenders,Open Competition,Main Contractor for AMS Combined Block A Classroom Refurbishment & Roofing Works at Otahuhu College,,20230609,20230706,20230807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27501415,Request for Proposals,Closed Competition,National Weathertightness Remediation Programme Project Management Services RFP,MOE22304,20230606,20230713,20231128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the National Weathertightness Remediation Programme - Project Management Services (the Services) across the regions specified above. For further details, please refer to the attached RFP.",Awarded,Project Management suppliers have been engaged by the Ministry for 5 different work packages. Notification letters were issued on 28 Sept 23 while contracts were executed between the Ministry and the suppliers on various dates. The last contract was fully signed on 28 Nov 23.,0,20250410 Ministry of Education - School Infrastructure,27502552,Request for Tenders,Open Competition,Main Contractor for the Installation of Deck and Canopy in Blocks 8 and 10 at St Heliers School (the School),,20230609,20230704,20231013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Board of Trustees of St Heliers School is looking for a main contractor for the build and installation of the canopy and deck along Blocks 8 and 10. This is aligned with the Schools vision of improving the flow between indoor and outdoor learning.,Awarded,met requirements of the contract at best value,0,20250410 Ministry of Education - School Infrastructure,27504943,Request for Tenders,Closed Competition,Main Contractor for Hall ReClad and Toilets Remodel at Forest Lake School,PTA 202212,20230608,20230705,20230727,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of Forest Lake School Board of Trustees, we would like to invite the selected contractors to submit a Tender for the above project as part of second stage procurement process. Please refer Tender Documents for scope of work. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,"After tender evaluation process, SJ McCarthy ranked 1st place in overall scoring.",0,20250410 Ministry of Education - School Infrastructure,27508078,Request for Tenders,Open Competition,Cladding Replacement Wilford School,,20230707,20230804,20230821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wilford School has a number of aging joinery elements across multiple school blocks that are at the end of their serviceable life. Additionally, there are sections of cladding around the hall, G Block, and the library which are in need of replacement. Areas of the cladding replacement (Hall Building) are suspected to be connected to ongoing leaks.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27515666,Request for Tenders,Closed Competition,Cromwell College (the School) Main Contractor Services - New Technology Block and Enabling Works,MOE210861,20230612,20230726,20231005,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Cromwell College opened in 1978 with the change from Cromwell District High School into a Year 7 13 College. It originated as a temporary school composed of relocatable (CEBUS) buildings to accommodate students from the families working on the construction of the Clyde Dam during the 1980s. Cromwell College has completed a masterplan for a full campus redevelopment for the replacement of many of the existing poor-conditioned buildings. This project will encompass Stage 1 of this redevelopment masterplan where we will construct a new technology block and partially demolish/refurbish Block C1. The indicative/preferred contract completion date is January 2025 or sooner.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $9,000,000 - $15,000,000",0,20250410 Ministry of Education - School Infrastructure,27518874,Request for Tenders,Closed Competition,Bellevue School RFT stage perimeter fence,240426,20230613,20230703,20230906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,This is the Request for tender stage of the two stage tender process.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27520936,Request for Tenders,Closed Competition,TKKM o Te Ara Whanui - Weathertightness Remediation - Main Contract Works - Request for Tender MOE23099,MOE23099,20230609,20230721,20230907,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to Brosnan Construction Canterbury Limited to submit a Quote for TKKM o Te Ara Whanui (the School) Weathertightness Remediation Main Contractor (the Contract Works). Construction services are required for a weathertightess remediation project at the Kura. The scope of works include remediation to: Separable Portion 2 (SP2) Blocks 4 and 5 (Pae Toru, Library/Wharepukapuka) Separable Portion 3 (SP3) Blocks 6 and 7 (Pae Wha, Hall/Wharehui) Separable Portion 4 (SP4) Block 1 (Administration/Tari) If an agreement can be reached (through Brosnan providing an acceptable price and non-price proposal + alignment with all RFQ terms, conditions and due diligence), the Ministry will look to vary the existing contract between the Ministry and Brosnan to include the additional scope and value through the SPs above. The existing contract terms, conditions and requirements will remain the same and will apply for this procurement. A copy of the existing Major Works currently in place has been provided for reference which details the contract terms and conditions of the engagement. A tender site visit can be arranged if required.",Awarded,"This contract was awarded to Brosnan Construction Canterbury Limited and began on 15Sep23. The term of this contract is until final completion of the project, which is forecast for 24Sep24 it is intended that the value of the contract resulting from this procurement will be within value band $10-$25m.",0,20250410 Ministry of Education - School Infrastructure,27520947,Request for Tenders,Open Competition,"Main Contractor to Build, Supply and Install x3 New Prefabs at Bucklands Beach Intermediate School",,20230613,20230707,20230725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Bucklands Beach Intermediate School are requesting the construction services of a suitably qualified contractor to supply and install x3 prefabs at the school site. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 20th of June 2023 at 11am Site Visit 2 Tuesday the 27th of June 2023 at 11am Site Visit 3 Tuesday the 4th of July 2023 at 11am Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,1090515,20250410 Ministry of Education - School Infrastructure,27522850,Request for Tenders,Closed Competition,"RFT Main Contractor for B,Q1 Refurbishment at Kamo High School",,20230612,20230718,20231005,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"a. The Contract Works required are The Contract Works required are: Internal refurbishment works as detailed in the attached drawings and specifications.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27528522,Request for Tenders,Open Competition,"Main Contractor for the Weathertightness Remediation Works to the building envelope on Blocks E,G & O at Birchville School (Upper Hutt)",,20230615,20230720,20240318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BoT at Birchville School is seeking an experienced and reputable main contractor to undertake the building envelope remedial works on the identified buildings at the school. The work involves recladding and roofing works along with associated internal make good works as outlined in the tender document prepared by Resolve It Architects. It is envisaged that work will be undertaken as a single stage project undertaken during school term time operating under a CPU and H&S plan. The final programme will be negotiated with the successful contractor, but the work will be ready to be undertaken in the second half of 2023. Project consultants are: o Project Manager: Ian Rattray o Lead Designer: Resolve It Architects a. The Contract Works required are: Targeted demolition and removal of roof and cladding elements. Carpentry work Plumbing & drainage Electrical, fire and security Finishing trades, painting and make good internals. The works affect 3 separate buildings on site The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). Timeframes are: preferred Start date: Mid to late August 2023 preferred Due Date for Completion: December 2023 Work will be undertaken during school term time. To satisfactorily deliver the Contract Works, the Contractor must: have a comprehensive, workable programme for completing the Contract Works have a robust method, approach, systems and processes to effectively manage cost, time and quality risks The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,Contractors were evaluated for non priced attributes and then the price score was overlaid. Pharaoh Construction was awarded the contract based on the best weighted total score,411000,20250410 Ministry of Education - School Infrastructure,27528837,Request for Tenders,Closed Competition,RFT - Fire Alarm Contractor for Site - Replace Fire Alarm and Security Systems at Featherston School,6130,20230615,20230712,20240215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Featherston School has an infrastructure improvement project to upgrade the automated fire alarm system through all the main school buildings. The school presently has an array of different systems from original Type 1 bells and call points to more modern Type 2 equipment with some buildings having supplementary smoke detection. A fully connected Type 4 system will be installed with a new main indicator panel, compliant exterior sounder coverage, lock down facility and direct fire service connection. The existing security system will have its smoke detectors isolated and disconnected and will revert to an intruder detection system.",Awarded,"Awarded to Argus Fire Systems Service Ltd, anticipated completion of November 2024. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,27529137,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS combined Block A - Refurbish Classrooms 1 and 2 at Maraeroa School,5903,20230615,20230713,20231013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Block A is a Formula style building erected in the early 1970s. It is a simple gable form timber framed structure on concrete slab with portal frames providing for clean open plan classroom spaces. The work will refurbish the classrooms and include for a visual connection internally between teaching spaces. The works will replace internal wall lining and finishes, replace carpet, replace joinery and redecorate.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion 31.03.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,27529872,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Property Modifications - Visual & Access at Opihi College,,20230614,20230713,20230925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Visual and Access Property Modifications required in several areas of the school.,Not Awarded,Contract was awarded to Timaru Construction on 25/09/23,0,20250410 Ministry of Education - School Infrastructure,27531820,Request for Tenders,Open Competition,Main Contractor for BoT Shade Structures at Manurewa High School,,20230615,20230710,20230809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"Manurewa High School is wanting to install two shade structures, one over the swimming pool and one covering the netball courts. The structure over the swimming pool is approximately 836m2, while the one covering the netball courts is 2,380m2 with the locations shown in the site plan.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27532763,Request for Tenders,Open Competition,"Main Contractor For Block A: Junior Room AMS/Combined, Part Rationalisation (Kiva) at Wairau Valley School, Blenheim",Project # 239476,20230614,20230717,20230830,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Main contractor for Block A: Junior Room AMS/Combined refurbishment and the Part Rationalisation (Kiva) at Wairau Valley School, Blenheim.",Awarded,,122000,20250410 Ministry of Education - School Infrastructure,27534037,Request for Quotations,Closed Competition,Cyclone Gabrielle Property Recovery - Resource Support,MOE23293,20230613,20230630,20230725,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,,"On the 14th of February the Hawkes Bay experienced a severe weather event which inflicted significant damage on the region including the schooling portfolio. Initially 150 schools were impacted, and the Ministry undertook to support schools through a range of interventions. The Ministry completed an assessment of all schools across the region where it was able to access the site. The Ministry deployed its Emergency Response Coordinators as well as construction observers to inspect the school sites. While the Ministry staff have done an exceptional job managing this event since February 2023, it is evident that the business-as-usual structure will not be able to support the recovery program and the current response mode we are currently running is not sustainable. The Ministry seeks to engage a supplier to provide and support the Cyclone Property Recovery and to support the recovery programme property delivery including scoping, procurement, managing, implementing, and reporting on the recovery. The service provider will offer a comprehensive service to ensure that the Ministry is able to implement its recovery programme to Schools / kura. This will require full time resources of a Delivery Manager, Programme Lead and Admin Support to be located full time in the Ministrys Napier office, initially for a 12-month term. The supplier will also have the capacity to upscale if required to provide an additional two infrastructure delivery personnel if required. The Ministry is seeking an urgent start date",Awarded,"It is intended that the value of the contract resulting from this tender will be within $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,27535707,Request for Tenders,Closed Competition,Ngata Memorial College - Block C1 Weathertightness Remediation Works,MOE222829,20230614,20230714,20231109,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry of Education is seeking a Main Contractor to undertake weathertightness remediation work to several roofs and exterior wall claddings which are failing at Ngata Memorial School Block C1. See the drawings and specifications set as per appendix 5 for further detail.,Awarded,The Contract has been awarded to Currie Construction 2012 Ltd and started in November 2023. Price band is $1.5m- $3.5m .,0,20250410 Ministry of Education - School Infrastructure,27535819,Request for Tenders,Open Competition,Main Contractor for Site Wide Fire Alarm Upgrade at Waihopai School,22-091,20230616,20230713,20230801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Waihopai School Board of Trustees is looking for an experienced main Contractor to complete a site wide fire alarm upgrade at Waihopai school. Work includes upgrade from Type 2 to Type 4 to buildings not previously completed, as well as some minor upgrades to existing Emergency Lighting and Evacuation Lighting. Included is any make good reinstatement as required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27536480,Request for Tenders,Open Competition,Main Building Contractor for B Block Interior Refurbishment at New Plymouth Girls' High School,3261.29,20230616,20230712,20230830,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Interior Refurbishment: Classroom interiors in B block are generally tired. The school wishes to bring all the classrooms to a similar standard, with new carpet tiles, composition board and paint. Project Manager: Ardern Peters Architects Ltd The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27541721,Request for Tenders,Open Competition,Main Contractor for Classroom Remodel & New Window Replacements at Thornbury School,22-075,20230619,20230720,20230824,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Thornbury School Board of Trustees is looking for an experienced main Contractor to complete a single capital funding project to replace the existing timber windows and complete an ILE remodelling upgrade to the existing classroom and corridor spaces in Block A at Thornbury School. The proposal is to replace (part) floor coverings, replace windows, install new heat pumps and teaching whiteboard joinery units with associated electrical services. Also included is new wall fabrics & upgrade wet bay joinery bench and storage units, including improved visual connectivity between the classrooms & corridor. Your attention is drawn to 2.2.iv of the Request for Tender documentation regarding access, which will need to include staged access to allow some of the teaching spaces to be still in use during construction.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27542814,Request for Tenders,Open Competition,Main Building Contractor for the Sitewide Heating & Ventilation Project at Hastings Girls' High School,02-038-015,20230619,20230720,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,We are looking to engage an appropriately skilled and resourced Main Building Contractor to complete the Sitewide Heating & Ventilation Project at Hastings Girls' High School,Not Awarded,"MoE has decided to rescope the project. We thank them all tenderers for the time and effort put into pricing the project",0,20250410 Ministry of Education - School Infrastructure,27543099,Request for Tenders,Closed Competition,Request forTender - Main Contractor for Block 4 - 14 Upgrades at Pleasant Point School,,20230616,20230713,20231031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Upgrades and alterations to the schools Block 4 & 14,Not Awarded,Contract was awarded to Colin Shore Building Ltd,0,20250410 Ministry of Education - School Infrastructure,27551130,Request for Tenders,Open Competition,"Main Contractor for A & R Site Rationalisation, RTLit Relocation and Reconfiguration & 5YA Works at Edgecumbe Primary School",230003,20230620,20230720,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Works involve the following: - The rationalisation of Block R by way of demolition and removal and ground made good. - Cladding works to Block A folowing demoliition of the adjacent Block R - New deck and ramp access works to Block A - New internal refurbishment works in Block A - New Data reticiulation works",Not Awarded,"From the evaluation a preferred supplier has been identified, which in this case is the lowest tenderer. The overall project costs exceed the available budget. We are currently seeking additional funding from the MOE which if successful will allow a contract to be awared to the preferred tender.",0,20250410 Ministry of Education - School Infrastructure,27561468,Request for Tenders,Open Competition,Worser Bay Block A Re-Roofing,,20230801,20230825,20230911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project is the replacement of the Block A Roof, this work will include installing insulation as well as a pitch change to a small area of roofing. There are areas of the block that require re-cladding that will be a separate project that will need to be co-ordinated with this project. Funding for this work will be coming from the Block A: Re-roofing 5YA project, it is expected that this work will carried out under schedule 1 of the Building Act 2004 and therefore is exempt from consent requirements.",Awarded,"Hello, Happy to let you know that after an evaluation meeting with the school we have decided to accept your tender submission for the Block A Re-Roofing project. An email with the evaluation scoring will be sent through shortly and we will be in further communication for the contract and project planning. Please let me know if there is anything you need or i could help with @ Sean.Manning@MaynardMarks.co.nz",348606,20250410 Ministry of Education - School Infrastructure,27564212,Request for Tenders,Open Competition,Main Contractor for LSM: Site: Property Modifications - Vision at St Albans School,3518-22-01,20230621,20230718,20231107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,St Albans School would like to do visual modifications as per the Ministry of educations OTs Property Modifications Report.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27566928,Request for Tenders,Open Competition,Main Building Contractor for Building Extension at Kowhai School,220683,20230712,20230905,20231212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All enquiries to be made through the GETS website,"Kowhai School is to undergo a redevelopment to extend the existing footprint of Block A to include external toilets, bathroom, resource areas and a learning support coordinator space. The development will also incorporate work as outlined in the schools 10 Year Property Plan. which is to include a QLE upgrade to one Teaching and Library space in Block A as well as demolition of Blocks D and E (Sheds). A new shed to the side of the Pool building is to be constructed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27567228,Request for Tenders,Open Competition,Construction Services for Site Wide Roofing Remediation Works at Westbrook School,238359,20230622,20230718,20230922,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"a: The buyer is seeking Construction Services for Site Wide Roofing Remediation Works at Westbrook School b: The project background is: - The works are part of the 5YA approved programme. - The 10YPP and conditions assessments of the school have identified than many blocks require roofing remediation works such as the replacement of the roof (re-roof), spouting to be replaced, removal of existing skylights, replacement of a ridge cap flashing and an existing leak to be remediated.",Awarded,The contract was awarded to Rotovegas Roofing Limited and will start on the 25 September 2023,307648,20250410 Ministry of Education - School Infrastructure,27581577,Request for Tenders,Open Competition,Main Contractor for a Full Exterior Paint of Campbells Bay School,,20230622,20230720,20230817,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Campbells Bay School are requesting the painting services for exterior painting of the whole school. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Monday the 26th of June 2023 at 11:30am Site Visit 2 Monday the 3rd of July 2023 at 11:30am Site Visit 3 Monday the 17th of July 2023 at 11:30am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,162256,20250410 Ministry of Education - School Infrastructure,27582115,Request for Tenders,Open Competition,Main Building Contractor for Accessibility Upgrade Works at Mountainview High School,,20230623,20230727,20231011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The existing school complex was found, upon recent review, to not meet the accessibility requirements of some students. Of the buildings inspected almost all essential buildings including classroom blocks, administration buildings and sports/recreation areas had restrictive access. Generally, these buildings included steps or non-level access to the block entrances. In the case of the gym internal steps also pose a problem. Solution: To provide at least one ramp in place of the existing steps to each block included in the phase 1 project. These are designed as concrete steps with associated railings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27584566,Request for Proposals,Closed Competition,RFP - TKKM o Ngati Ruanui Relocation to New Site Master Planning and Lead Design services,MOE22972,20230621,20230724,20230815,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Project background is: i. We are wanting to explore the option of relocating TKKM o Ngati Ruanui in Hawera, Taranaki from its present site to the former Hawera Intermediate site that has recently been vacated to assist in accommodating the growing roll at the kura. It is important that we acknowledge the kuras journey to date and the cultural narrative in place. As part of these options we are looking at utilising the remaining buildings at the new site, relocating the new modular classrooms the kura received last year and the building of a wharenui in line with their SPG entitlement. ii. The deliverables include a lite master planning exercise with options that can then be taken to the kura, whanau and iwi for consideration alongside the Ministry. Pending approval of the masterplan, then design and construction of the new wharenui and refurbishment and relocation of existing buildings will be progressed. iii. The roll is currently around 90 pupils however, our network projections forecast a roll of 150 in the next few years. At present, their current site is constrained and adding additional teaching spaces would be challenging. The kura is also deficit in wharenui space so this is a priority for both the kura and Ministry. The build roll for this project is 150 with a masterplan roll of 260. iv. The anticipated project completion date is:June 2026",Awarded,It is intended that the value of the contract resulting from this tender will be within $100K-$250K,0,20250410 Ministry of Education - School Infrastructure,27585951,Request for Tenders,Closed Competition,RFT - Main Contractor for Student Toilet Alterations at Te Kura Kaupapa Maori o Kaikohe,,20230622,20230713,20240209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: Block 1 upgrade of student toilet facilities and space to accommodate shower facilities. Please refer to the supplied detailed plans for scope and requirements.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27586150,Request for Quotations,Open Competition,Tauranga Boys College Supply of School Uniform,,20230623,20230714,20230920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27586544,Request for Tenders,Closed Competition,Pillans Point School A block upgrade,237155,20230622,20230712,20230912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The project Request for Tender is for those selected through to the RFT stage for the A Block 4 teaching space classroom block upgrade. The proposed timetable dates are to achieve demolition in the September/ October 2023 school holidays and then allow for completion ready for occupation of the upgraded building for the start of term 1, 2024.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27588581,Request for Tenders,Closed Competition,Main Contractor for Block F Refurbishment Whitiora,,20230622,20230713,20231016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Whitiora School Board of Trustees is seeking registration of interests for a main contractor to complete an internal refurbishment to Block F.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27589186,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks A, B, C, F, G, I - Exterior Envelope at Epuni School",6034,20230626,20230808,20231013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Epuni School is an eclectic mix of buildings including Block A which are Dominion style classrooms added on to the 1903 original school building and Block B being an Avalon block style building. All buildings are 50 plus years old, are timber framed and weatherboard clad. Multiple instances of degrading metal roofing and timber cladding have resulted in this project being developed to address the issues to ensure the buildings continue to provide robust and secure teaching facilities. The project will carry out various repairs to the exterior envelopes of buildings throughout the school include: Block A - Replace areas of timber weatherboards and boxed corners Block A - Replace the entire west gable end cladding on to a cavity Block B - Replace the flat metal roofing on a like for like basis, replace spouting. Fit insulation Block B - Replace water damage ceilings Block F - Replace areas of timber weatherboards and facing boards Block G - Replace areas of timber weatherboards Block I - Replace metal roofing and spouting, fit insulation",Awarded,"Awarded to Carrara Holdings Ltd, anticipated completion of 31.03.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,27589297,Request for Tenders,Open Competition,Main Contractor for the AMS Classroom Upgrade in Block A at Pirinoa School,,20230626,20230720,20240311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BoT at Pirinoa School is seeking an experienced and reputable main contractor to undertake the Alterations in A Block to upgrade the teaching spaces. The work involves Internal alterations and refurbishment of wall floor and ceiling finishes, as outlined in the tender document prepared by IR Group Ltd. It is envisaged that work will be undertaken as a single stage project undertaken during school term time operating under a CPU and H&S plan. The final programme will be negotiated with the successful contractor, but the work will be ready to be undertaken in the second half of 2023. Project consultants are: o Project Manager: Ian Rattray o Lead Designer: Krish Rudra @ IR Group Required solution (method and approach) The Contract Works required are: Targeted demolition and internal strip out. Carpentry work Plumbing & drainage Electrical, fire and security Finishing trades, painting and make good internals. The works affect Block A on site The Contractor will be engaged through a Medium Works Contract (Construction contracts for works). Timeframes are: preferred Start date: Mid to late August 2023 preferred Due Date for Completion: December 2023 Work will be undertaken during school term time.",Awarded,The three respondents were evaluated for their non priced attributes and then the price score was added in. Waibuild won the contract based on the highest weighted attribute score.,100500,20250410 Ministry of Education - School Infrastructure,27590799,Request for Tenders,Open Competition,"(1924) Rhode Street School A, B, C, D, F, M: Roofing Repairs and Replacements",242750,20230626,20230720,20230913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27591029,Request for Tenders,Open Competition,"(2093) Woodstock School A,B,C,D,G,J,L,M: Roofing Works",237917,20230623,20230719,20230911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27591448,Request for Tenders,Open Competition,Main contractor for LSC and other works to Block E at Sunset Primary School,5204,20230627,20230726,20231011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Interior alterations to block E (admin) to create new LSC office and other interior layout alterations.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27591614,Request for Tenders,Open Competition,Main Contractor new outdoor learning deck at Rotorua Primary School Block G,4878,20230627,20230726,20231213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Construction of new 96sqm deck incorporating new ramp and shade sail posts.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27594045,Request for Tenders,Open Competition,Main Contractor for BoT Changing Rooms at Manurewa High School,,20230626,20230720,20230809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Manurewa High School Board of Trustees are seeking a main contractor for the BoT Changing Rooms.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27594342,Request for Tenders,Open Competition,"Main Contractor for Blocks A, G, L, N, P and 1 Fire Alarm Upgrade at Mangere College",,20230626,20230720,20230823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,"The Mangere College Board of Trustees are seeking a Main Contractor for the Blocks A, G, L, N, P and 1 Fire Alarm Upgrade at Mangere College.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27603507,Request for Tenders,Closed Competition,"Napier Boys High School Weathertightness Remediation Stage 1,2 & 5 Main Contractor and Potential Additional Requirements",MOE22398,20230630,20230809,20231002,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Contractors (Tenderers) to submit a Tender for Napier Boys High School Weathertightness Remediation Stage 1,2 & 5 Main Contractor and Potential Additional Requirements (the Contract Works).",Awarded,"This Contract was awarded to Atkin Construction HB LTD and began on 23rd October 2023. The term of this Contract is until final completion of the project, forecast to be in 30 May 2025. It is intended that the value of the Contract resulting from this procurement will be within the value band: $5-$10M.",0,20250410 Ministry of Education - School Infrastructure,27611633,Request for Tenders,Closed Competition,Request for Tenders for Belfast School (the School) CSR Redevelopment Stage 1 Main Contractor And Potential Additional Rights,MOE23175,20230626,20230721,20230921,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Belfast School is a full primary school (year 1-8) located on Main North Road in Belfast in Northwest Christchurch. It originally opened in 1878 and as the school grew, it merged with other nearby educational facilities and was located to its current site in 1938. In July 2022, the school roll was 440. As a result of the expected growth in the area, the current school is to be split across two sites, with Yr 1-4 remaining at the current school site (Belfast School) and the Yr 5-8 being relocated to a new school site. The current site is the scope of this RFT. Belfast School is part of the Christchurch Schools Rebuild (CSR) Programme and its redevelopment will be delivered in 2 stages. Please note this RFT is only for Stage 1 of the works and the timing or approval of Stage 2 is not guaranteed. It is expected Stage 2 should commence following completion of Stage 1. The scope of works for Stage 1 is: Demolition of existing Hall (Block 3) and asbestos removal Build new Hall with associated site infrastructure Mechanical upgrade (heating) to Blocks 1, 13, 5, 12, 14. This work needs to happen before the demolition of the boiler which sits in Block 4 (due for demolition under Stage 2). Server room in existing Block 4 (to be demolished as part of Stage 2) will have to be relocated to the new Hall and the whole system commissioned to connect to all existing school buildings. This work should be planned to happen either on the Christmas holidays or Term 1 school holidays. Floor timber from the existing hall might be required to be salvaged. This will be confirmed closer to the start of construction.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,27616598,Request for Tenders,Open Competition,HVHS - Block X Gym Roof Remediation,,20230629,20230801,20230831,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project calls for multiple building envelope elements to be remediated and/or replaced to address the weathertightness issues currently present in Block X of HVHS. The Scope of works includes but not limited to: INstallation of a roof overlay system, cladding replacements, general carpentry works. More detail regarding scope can be found within the drawings.",Awarded,Single response. Represents good value for money to client. Tags and exclusions are manageable. Contractor can work to Clients preferred timeframes / programme. Familiar with work in live school environments.,786500,20250410 Ministry of Education - School Infrastructure,27620768,Request for Tenders,Closed Competition,Main Building Contractor for New Whare Building at Rangiora High School (the School),,20230630,20230728,20230914,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Rangiora High School has decided to invest in a new multi-purpose classroom to enhance and enrich learning in our kura, underpinned by Maori ways of knowing. Total building footprint is 171 square metres.The external development incorporates an entry that articulates a large space with a simple gable roof form to shelter the vibrant life within. The main entry to the Whare is obvious, intuitive and easy to find without reliance on wayfinding signage",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27621520,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks 1, 2, 8 - Ventilation Improvements at Raumati Beach School",6084,20230630,20230802,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Raumati Beach School has a number of classroom spaces that have inadequate fresh air supply and poor cross ventilation. Due to their aged condition many windows are either very difficult to open or have been permanently fixed in the closed position. Full replacement of selected window joinery is proposed together with the installation of new modern opening mechanisms where necessary.",Awarded,"Awarded to The Licensed Handyman Ltd, anticipated completion of 31.03.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,27622939,Request for Tenders,Closed Competition,RFT for Main Contractor for Roofing Works at Waima School,228514,20230630,20230728,20230811,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Extensive roofing works are required sitewide at Waima School,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27624367,Request for Tenders,Open Competition,RFT Main Contractor for Accessibility Works at Manaia View School,,20230629,20230726,20230823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Demolition and removal of the existing surface in the courtyard The existing swing is to be removed and stored for re-instatement The existing playground edge and playground surface is to be removed The existing ground is to be compacted and prepared for concrete and pavers installation, as per the attached plans Allowance is to be made for new cesspit lids and re-haunching as required. The remaining grass garden areas are to be re-shaped ensuring there are minimal changes of level",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27626001,Request for Tenders,Open Competition,Main Contractor for two Classroom & Cloakbay remodel & Window Replacements at Te Anau School,22-076,20230630,20230727,20230829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Te Anau School Board of Trustees is looking for an experienced main Contractor to complete a capital works funding project to replace existing timber windows and complete an ILE remodelling upgrade to two existing classroom, artbay & adjacent cloakbay spaces at Te Anau School. The proposal is to replace (part) floor coverings, replace windows, install new teaching whiteboard joinery units with associated electrical services. Also included is new wall fabrics & upgrade wet bay joinery bench and storage units. Also including is replacement of timber windows with new aluminium inserts to other parts of the school as well. Your attention is drawn to 2.2.v of the Request for Tender documentation regarding access, with a strong desire to complete the classroom remodelling component of the school Term 4 Xmas holiday break if able due to the lack of alternative teaching spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27633368,Request for Tenders,Open Competition,Learning Support Modifications (Fencing) at St Clair School,,20230705,20230731,20231027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The St Clair School Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed site fencing replacements. This work forms part of the Ministrys Learning Support Property Modifications and has been designed to meet the requirements of the Occupational Therapists report.,Awarded,"Following the evaluation of the tenders received, this contract was awarded to Anderson Fencing & Earthworks.",0,20250410 Ministry of Education - School Infrastructure,27644142,Request for Tenders,Open Competition,Main Contractor for the Block 2 Bathroom & Cloak-bay Alteration Works at Tangiteroria School,#241374,20230705,20230802,20230921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The outcome sought by this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the proposed Block 2 Bathroom & Cloak-bay alterations at Tangiteroria School. The proposed scope works are scheduled to be completed in Tangiteroria Schools current 5YA, and need to be completed ahead of a proposed refurbishment of the Block 1 bathroom area (expected to be completed shortly afterwards). Tangiteroria School is a well-established school located on a small plateau area on a on generally sloping site. The Block 2 building is located within the school fenced area, between the main school building and the parking area by the pool. Access to the back of Block 2 is limited, and contractors may need to park vehicles in the carpark above the pool, and walk gear and materials in through the junior playground area. Generally interior alterations of the existing original boys & girls cloak bays and toilets, providing new unisex bathroom spaces in compliance with the MoE guidelines for student bathrooms, and a small replacement cloak / bag bay complete with storage cupboard. The works will involve the removal of existing floor, wall and ceiling linings, removal and modification of existing wall framing, installation of new wall framing, plumbing, drainage and electrical work to suit the new layout, installation of new wall and ceiling linings, installation of new floor coverings and paint finishes, and the installation of new fittings & furniture. The general size/scale of the interior works is circa 34m2 of existing enclosed space, single level, on a concrete floor slab, with a skillion roof structure over.",Awarded,"The tender submitted by Guyco Construction (2019) Ltd is the lowest price while satisfying the requirements outlined in the tender documents. The tender is also the highest scored submission for the non-priced criteria.",118537,20250410 Ministry of Education - School Infrastructure,27649294,Request for Tenders,Open Competition,Main Contractor for Roofing and QLE Classroom Upgrades Project at Strath Taieri School,235457,20230707,20230804,20240118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Strath Taieri School Board of Trustees is looking for tenders for some roofing work and teaching space upgrades. Due to funding timeframes and the disruption to the school the planned works period is from 01 December 2023 (portions of work could be undertaken earlier by negotiation).,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27651319,Request for Tenders,Closed Competition,RFT Main Contractor for Block 1 & 4 Internal Refurbishment Works at Oromahoe School,,20230705,20230804,20231030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block 4 New opening in between the reception and library, connecting the administration block Block 1 Internal refurbishment works to the teaching spaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27651976,Request for Tenders,Closed Competition,RFT Main Contractor for Block R Internal Refurbishment Works at Northland College,,20230704,20230726,20231110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"a. The Contract Works required are: Various internal refurbishment works to Block R.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27652151,Request for Tenders,Closed Competition,Main Contractor for Various Refurbishments at Matauri Bauy School,,20230706,20230727,20230807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school has multiple projects planned to be delivered a spart of their approved 5YA. Thi RFT is looking for tenderers to deliver the following works: i. Project #1 Block 5&6 Refurbishment ii. Project #2 Library Refurbishment",Awarded,Formal tender awrad will be issued by Avail.,0,20250410 Ministry of Education - School Infrastructure,27657568,Request for Tenders,Closed Competition,Parklands School (Motueka) - Full Construction of Taumata Kahuki Bi-Lingual Classroom Block.,228437,20230706,20230801,20231016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"On behalf of the Parklands School Board of Trustees we wish to invite you to tender as a Main Contractor for the Full Construction of the Taumata Kahuki Bi-lingual Classroom Block at the School site in Motueka. Please refer to all attachments outlining the information required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27658907,Request for Tenders,Open Competition,Main Contractor FOr Block B AMS Works at Opotiki Primary School,212743,20230721,20230818,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Opotiki Primary School Board of Trustees is seeking a main contractor for the internal refurbishment of 6 classroom spaces with in Block B. The works include new wet area fittings, new wall coverings, new vinyl floor coverings, painting works, minor electrical works. New acoustic ceilings, LED lighting and carpet floor coverings to be undertaken by the MOE's Small School Programme",Not Awarded,"From the evaluation a preferred supplier has been identified, which in this case is the lowest tenderer. The overall project costs exceed the available budget. We are currently revising the scope of works and will be seeking revised costings from the preferred tender.",0,20250410 Ministry of Education - School Infrastructure,27659097,Request for Tenders,Open Competition,"Main Building Contractor for Block 5 Alterations & Refurbishment at North Street School, Feilding",North Street School,20230706,20230811,20231006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for North Street School, Feilding are seeking a suitably qualified Main Building Contractor to carry out the Block 5 Alteration & Refurbishment Works. The Contract Works required are: New double glazed aluminium stacker door & new windows installed into existing external walls. Removal of internal timber walls. Construction of new timber framed walls and internal sliding doors. Replacement of some internal linings and surfaces. Addition of new kitchen area. Electrical power points and lighting. Construction of new concrete ramp and level entry to building. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,363418,20250410 Ministry of Education - School Infrastructure,27659298,Request for Tenders,Open Competition,Main Fencing/Building Contractor for LSM Fencing & Gates at Rongotea School,Rongotea School,20230712,20230816,20231011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Rongotea School are seeking a suitably qualified Main Fencing/Building Contractor to carry out the LSM Fencing & Gates Project. The Contract Works required are: 1.8m high aluminium fencing including pedestrian gates and vehicle access gates. 7m of 1.8m high timber fencing. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,209415,20250410 Ministry of Education - School Infrastructure,27659473,Request for Tenders,Open Competition,Main Building Contractor for Weather Tightness Remediation to Block 1 at Waverley Primary School,Waverley Primary School,20230712,20230816,20250217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Waverley Primary School, are seeking a suitably qualified Main Building Contractor to carry out the Weather Tightness Remediation to Block 1. The Contract Works required are: This project consists of removing the roof, ceilings and skylights from block 1 where there are additions mainly toilet blocks off to the side of this bock 1 main building, new roofs will be re-pitched with new ceilings along with some fire and accessibility work. New windows where the roof will be raised for greater pitch also included, new carpet tiles, vinyl, lighting, some wall linings, All areas of work affected will be addressed in the project and made good. Contractors must visit site. Contact the Waverley School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,The MoE took this project back as a direct MoE Led contract.,0,20250410 Ministry of Education - School Infrastructure,27659974,Request for Tenders,Open Competition,Central Hawkes Bay College - Gymnasium Re Cladding,221838,20230707,20230803,20231017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,," Nature of the Works removal of the existing exterior wall claddings and replacement with new claddings on a exterior wall cavity, complete with RAB board and new insulation all to be detailed and checked to comply with MOE weather tightness guidelines. Replacement of the existing roof ridge capping. Replacement of the existing translucent cladding southern elevation. Investigation and replacement of existing timber framing where indicated as being rotten. Replacement of the existing exterior timber joinery with new aluminium joinery. Insulate all existing walls to comply with NZBC clause H1. Size/scale approximate value of the construction works - $650,000 ( based on the 10YPP consultant estimate ) requirements for phasing single stage project description of the site including conditions, known constraints site is the existing Gymnasium, which has good road access away from the main school entrance and will not impede the day to day operations of the school. Known programming issues are asbestos removal works which MOE requires to be done when the school is unoccupied to be discussed as part of the tender as out of hours or weekend work or limited to school holidays to be confirmed",Awarded,,634955,20250410 Ministry of Education - School Infrastructure,27660477,Request for Tenders,Open Competition,Havelock North High School - Swimming Pool Pump & Filters replacement,236848,20230707,20230803,20230913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Removal of existing pumps and filters for the HNHS Swimming Pool and complete new system of pumps and filters to be installed within the existing pump shed block AA at HNHS.,Awarded,Local to Hawkes Bay provider - very close tender with Coombes out of Wellington Grossart from Auckland were 50 % higher in price.,105000,20250410 Ministry of Education - School Infrastructure,27662514,Request for Tenders,Open Competition,Dannevirke High School - Blk A Admin Roof & Cladding Replacement,,20230707,20230811,20230919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Dannevirke High School seek the services of a Main Building Contractor to undertake the construction to Block A (the Admin Block) on the school site. The work involves the following alterations:- Isolate, disconnect and remove redundant services where required. Removal of direct fixed vertical timber weatherboards cladding, associated timber framing and internal linings to windows to ground floor. Removal of existing fibre cement soffit. Removal of existing timber framed splayed walls and direct fixed longrun steel cladding. Removal of direct fixed horizontal timber weatherboards cladding. Removal of existing direct fixed longrun steel cladding to splayed walls to stairs. Removal of timber framed window joinery and external aluminium doors joinery. Removal of metal roof cladding, associated metal flashings, gutters and downpipes. Removal of roofing, flashing and internal gutter to veranda roof identified area. New vertical orientation prefinished metal cladding on metal battens on Rigid Wall Underlay with peel and stick wall protection. New concrete nib wall under new increased size window joinery to Southwest elevation to accommodate sill clearance to existing adjacent concrete path. New metal profiled roof cladding and associated flashings on battens on new roof underlay fixed over existing roof structure. New roof structure and roofing above main entry area. Area of new roof cladding associated flashings and internal gutter to existing veranda roof above Northeast elevation entry. New metal gutters and downpipes in existing locations. New double-glazed aluminium window and doors joinery, APL Metro Series Education suite. There is no intent to replace all internal linings as part of the cladding replacement works. Where the existing internal wall and ceiling linings that require replacing due to water damage or associated external timber wall framing is damaged to the extent that the wall and/or ceiling linings are compromised, then affected linings will be replaced. New apron flashing to concrete bond beam projection. The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Awarded,Kynoch Construction tender most competitive offer by a reasonable margin. Availability to start within 2 months of acceptance is also desirable to the client.,455000,20250410 Ministry of Education - School Infrastructure,27663702,Request for Tenders,Closed Competition,"Otago Boys High School (the School) Learning Support Modification, Site-wide Electrical and Shand Redevelopment Main Contract Works",MOE23136,20230705,20230818,20240424,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Otago Boys High School (OBHS) is located in Dunedin, Otago. OBHS was established in 1863 and currently caters for approximately 800 students. This project involves Learning Support Modifications in blocks B, E and C to improve accessibility to these areas, a site-wide electrical upgrade and the redevelopment of the Shand Block (block F). The outcome sought is high-quality construction as per the drawings and specs, conducted in a safe and professional manner. The Contract Works required are: i. This project is a major redevelopment involving accessibility upgrades (including lift install into blocks B, ii. The required solution is high quality construction completed as per the drawings and specifications, conducted in a safe and professional manner. A collaborative and responsive onsite team is strongly preferred. The project is conducted on a live school environment so health and safety with regard to protecting students and staff from harm is of the highest importance. Due to the separate work packages, Separable Portions (SP) will be utilised for each work package as follows: 1) SP1 LSMOD 2) SP2 Site-wide Electrical 3) SP3 Shand Redevelopment iv. The site is constrained and has access challenges which the tenderer will need to overcome. The tenderer is to provide a methodology to complete each separable portions of work detailing staging and the impact to the operation of the school and how it can be minimised.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000.",0,20250410 Ministry of Education - School Infrastructure,27663864,Request for Proposals,Closed Competition,Request for Proposals for Waiopehu College (the School) Redevelopment Project Master Planning Services 219259,MOE22689,20230705,20230731,20230920,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Waiopehu College (the School) Redevelopment Project Master Planning Services (the Services).",Awarded,The Contract has been awarded to Mckenzie Higham Limited and started in September 2023.,0,20250410 Ministry of Education - School Infrastructure,27665300,Request for Tenders,Open Competition,Main Contractor for Site: LS Fencing at Waihola District School,,20230707,20230803,20231010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Learning Support Fence along the boundary of Waihola District School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27665783,Request for Tenders,Open Competition,RFT for Blocks 6 & 7: Roofing Works at Puni School,,20230706,20230803,20231211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27665793,Request for Tenders,Open Competition,Block B & T Weathertightness Remediation - Taieri College,,20230710,20230814,20231012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Taieri College Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the weathertightness remediation works to Blocks B and T. The work predominantly involves roofing, flashing, and cladding repairs/replacement.",Awarded,"Following the evaluation of the tenders received, this contract was awarded to Naylor Love Dunedin.",0,20250410 Ministry of Education - School Infrastructure,27666104,Request for Tenders,Open Competition,"Main Building Contractor for Block B AMS Refurbishment at Manawatu College, Foxton",Manawatu College,20230726,20230901,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Manawatu College are seeking a suitably qualified Main Building Contractor to carry out the Block B AMS Refurbishment Works. The Contract Works required are: Convert existing computer rooms into a Cultural Space, including, installing Autex Composition to walls and acoustic ceiling tiles. Install new carpet tiles. Install new LED light fittings. Reinstate window winding gear, and associated painting. Create breakout area. Open up walls between breakout area and classrooms, and install glazed aluminium stacker doors, and install new wall linings, acoustic ceiling tiles and floor coverings. Install new LED lighting and data and power points. Replace window winding gear and associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,"This project came in over budget, therefore this project will not proceed due to budget constraints.",0,20250410 Ministry of Education - School Infrastructure,27667030,Request for Tenders,Closed Competition,RFT Main Contractor for Blocks 5 & 9 Construction Works at Kaitaia Intermediate,,20230707,20230818,20231205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Planned works overview: (a) Roofing replacements (b) Carpentry works (c) Partial demolition (d) Toilet upgrades (e) Plumbing works (f) Electrical works (g) Heating upgrade (h) Floor and wall coverings (i) Joinery replacements/installation",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27670926,Request for Tenders,Open Competition,Electrical Contractor for LED Light Fittings and Distribution Boards Upgrade for 20x Blocks at Pukehoke High School,103-22-01,20230710,20230802,20231205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Pukekohe High School would like to procure an electrical contractor as the Main Contractor to upgrade Distribution Boards and LED light fittings across the following blocks; Bock A, B, D, E, F, G, H, L, M, S, Y, JA, JB, M3, NA, N2, PA, PB, PC & S2 as part of a project scheduled on the schools 10 Year Property Plan.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27675490,Request for Tenders,Open Competition,Te Totara Primary School Electrical (lighting) Upgrades,,20230711,20230804,20230906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Te Totara Primary School Electrical (lighting) Upgrades.,Awarded,,111000,20250410 Ministry of Education - School Infrastructure,27675876,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block A - Replace Northern Classroom Windows at Te Aro School,5967,20230712,20230809,20231006,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Block A at Te Aro School is approximately 90 years old and the original timber window joinery is aged and providing the school with ongoing issues. Many window sashes are non functional screwed or painted shut and/or marked with stickers to deter use. Full replacement of selected window joinery is proposed together with the installation of new modern opening mechanisms where necessary.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.08.24. It is intended that the value of the contract resulting form this tender will be within $500K-$1M.",0,20250410 Ministry of Education - School Infrastructure,27676548,Request for Tenders,Open Competition,Main Contractor Services - Golden Sands Admin Redevelopment,232063,20230711,20230803,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Golden Sands School Board of Trustees wish to procure Main Contractor services for the redevelopment of their Admin block.,Awarded,"Hi all, Please be advised that this contract has now been awarded. The successful tenderer is Shawn Williamson Building. Thank you for participating.",0,20250410 Ministry of Education - School Infrastructure,27676772,Request for Tenders,Closed Competition,Te Wharekura o Ruatoki - Main Contractor for Roofing Works,,20230711,20230804,20230828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Te Wharekura o Ruatoki School Board welcome tenders for the Roofing works required at the kura. Block TT - Supply and install .55 gaga Coloursteel Endura longrun roofing on Coverteck 407 underlay including wide ridge barge and change of pitch flashing replacement. Supply and install profiled Trafficable Webglass Block T - Supply and install profiled Trafficable Webglass Block A - Flashing work required to tray flash and back flashing to roof penetration. Supply and install 125 box type spouting with external powder coated brackets. Supply and install profiled Trafficable Webglass. Block D - Requires tray flashing replacement and refix existing ridge. Supply and install 125 box type spouting with external powder coated brackets. Block H - Requires tray flashing replacement and refix existing ridge. Supply and install 125 box type spouting with external powder coated brackets. Block B - Supply and install profiled Trafficable Webglass Block G - Supply and install profiled Trafficable Webglass",Awarded,,101435,20250410 Ministry of Education - School Infrastructure,27681997,Request for Tenders,Open Competition,"Main Building/Roofing Contractor for Roofing Remediation to Various Blocks at Gonville School, Wanganui",Gonville School,20230724,20230830,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Gonville School are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roofing Remediation Works to Various Blocks. The Contract Works required are: Block 1: Replace iron roofing, including insulation and timber repairs if required. Remove skylights. Replace clearlite roofing with trafficable clearlite, replace polycarb roofing with new grade A safety glass, Replace fixings. Block 2: Replace clearlite with new trafficable clearlite, install new flashings. Block 3: Replace clearlite with new trafficable clearlite. Remove skylights. Block 10: Replace roofing iron, including insulation and timber repairs if required. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,304839,20250410 Ministry of Education - School Infrastructure,27682001,Request for Tenders,Open Competition,"Main Building Contractor for LSM Bathroom Alterations & Refurbishment at Keith Street School, Wanganui",Keith Street School,20230731,20230905,20231103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Keith Street School are seeking a suitably qualified Main Building Contractor to carry out the LSM Bathroom Alterations & Refurbishment. The Contract Works required are: This project entails removing all wall, ceiling and floor linings for replacement, removing a wall to enlarge the room to a universal bathroom size and layout. There will be a new ramped landing area created under existing roof cover. This project will be required to gain building consent also. The new universal bathroom will have a new wet area shower, change table, new toilet, drop down hand rails, shower seat and rails, call bell for assistance, new lights, heater, ventilation, hand basin, electric hand drier, soap dispenser, curtain tracks for privacy. Above covers the majority of items to be designed into this new Learning Support Modifications Bathroom area. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,155645,20250410 Ministry of Education - School Infrastructure,27684221,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1, 4, 6 & 7: 5YA Refurbishment Works at Whangarei Heads School",,20230712,20230809,20230920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought by this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the proposed 5YA refurbishment works to Blocks 1, 4, 6 & 7 at Whangarei Heads School. As the proposed works affect the schools classrooms, there will be some requirements for phasing and/or staged handover of the project. The majority of the works will need to be timed during a school holiday break, with minor lifecycle replacement of some components able to be carried out during term time, but outside of school hours. The scope generally includes the following: Block 1: - Supply and installation of replacement LED Light fittings. - Upgrade the existing distribution board to MOE standards Block 4: - Supply and installation of replacement carpet tiles - Supply and installation of replacement LED light fittings - Replace any suspended ceiling tiles that are damaged - Upgrade the existing distribution board to MOE standards Block 6: - Supply and installation of new carpet tiles as per manufacturer instruction. - The existing rotten timber cladding is to be identified, removed and replaced. - Supply and installation of new replacement timber window & door joinery . - Acoustic wallcovering installation (replacing existing), and installation of acoustic ceiling treatments. - Supply and installation of replacement heat pump unit - Supply and installation of replacement LED light fittings. - Upgrade the existing distribution board to MOE standards Block 7: - Supply and installation of replacement toilet fittings & partitions. Make good to the wall where the old urinal was removed - Supply and installation of replacement vinyl floor covering - Supply and installation of replacement decking and construction of new ramp, steps and handrails - Supply and installation of replacement light fittings - Upgrade the existing distribution board to MOE standards - Supply and installation of replacement heat pump units. - Supply & installation of new acoustic suspended ceiling (including insulation).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27684316,Request for Tenders,Closed Competition,RFT Main Contractor for Plumbing and Drainage Works at Tautoro School,,20230712,20230803,20230807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Site: Investigation and remedials to drainage outside Block 1 adjacent to courts Drainage cannot handle heavy rain ORG is under deck. Gully trap has nothing discharging into it Install 2x drinking fountains adjacent to new modular blocks Block 1: Room 1 Replace hot water cylinder 2 x HWCs require seismic restraints Hosetap has no vacuum breaker Wastepipe to gully falling the wrong way Block 9: Replace hot water cylinder Block 10: Replace hot water cylinder",Not Awarded,No response to RFT,0,20250410 Ministry of Education - School Infrastructure,27684455,Request for Tenders,Open Competition,Main Contractor for Block C: Rooms 3 & 4 Combined Refurbishment and Associated works at Witherlea School,Project # 238679,20230713,20230823,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Main Contractor for Block C: Rooms 3 & 4 Combined Refurbishment and Associated works at Witherlea School.,Not Awarded,Wyatt Construction Limited has been awarded the tender as Main Contractor for Block C: Rooms 3 & 4 Combined Refurbishment and Associated works at Witherlea School,0,20250410 Ministry of Education - School Infrastructure,27684658,Request for Tenders,Open Competition,Tikokino School - Block A Multipurpose Room,,20230712,20230803,20231205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Tikokino school is in Tikokino in central Hawkes Bay. It is 59km from Napier and 27km from Waipukurau. It is a great country school with excellent BoT and teaching staff. This new room will greatly add to the schools ability to provide advance curriculum. The project involves converting two small rooms into one large big room with a small extension out to the West. The bulk of the work is internal.",Not Awarded,Prices all too dear. Attempting to get new prices within school budget,0,20250410 Ministry of Education - School Infrastructure,27689455,Request for Tenders,Open Competition,Main Building Contractor for Block B Alterations & Refurbishment at Levin East School,Levin East School,20230717,20230818,20240605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Levin East School, are seeking a suitably qualified Main Building Contractor to carry out the Block B AMS Alterations & Refurbishment Works. The Contract Works required are: Upgrade and refurbish 4x classrooms in Block B: Replace soft board walls with new Autex composition acoustic absorbent linings. Replace old fluorescent lighting with new LED fittings. Replace existing flooring with new commercial carpet, tiles and vinyl. Replace gib board ceiling with high acoustic rated ceiling. Replace existing heating with new efficient heat pumps. Installation of RCD protection to replace existing distribution boards that do not meet MoE electrical standards. Install underfloor insulation. This will create better breakout spaces in existing with-drawl 1 & 8 with better ventilation, vision and natural lighting. The existing cloaks, toilets, teacher & resource areas to be altered to provide better storage & resource areas. The new floor space will enable the students and teachers to utilise the area more effectively and will meet ILE core requirements. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,This project has been cancelled by the Board of Trustees due to very tight budget constraints. The BoT will reconsider other options for spending of funding available on a much lesser scale.,0,20250410 Ministry of Education - School Infrastructure,27691448,Request for Tenders,Open Competition,Main Contractor for Block D Roof Replacement at Mangere College,,20230717,20230814,20231127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Mangere College Board of Trustees are seeking a Main contractor for the Block D Roof Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27693126,Request for Tenders,Open Competition,"1, 2, 3: Window Replacement at Hunua Primary School",,20230712,20230808,20230828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Hunua Primary School are requesting the construction services of a suitably qualified contractor to conduct a window replacement in blocks 1, 2 and 3. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 18th of July at 3.15pm Site Visit 2 Tuesday the 25th of July at 3.15pm Site Visit 3 Tuesday the 1st of August at 3.15pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,84037,20250410 Ministry of Education - School Infrastructure,27700014,Request for Tenders,Open Competition,"B,E,E1,K,K1,L,S,T1,V3,V4,WA,Site B: Roof and Clearlite Replacement at Papakura High School",,20230713,20230807,20230921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Papakura High School are requesting the construction services of a suitably qualified contractor to conduct a roof and clearlite replacement. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday 19th of June at 3.15pm Site Visit 2 Wednesday 26th of June at 3.30pm Site Visit 3 Wednesday 2nd of July at 3.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,2512248,20250410 Ministry of Education - School Infrastructure,27700610,Request for Tenders,Closed Competition,RFT - Internal Refurbishment Works - C Block at Bay of Islands College,,20230717,20230811,20240115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Block C internal refurbishment works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27702561,Request for Tenders,Open Competition,"Main Building/Roofing Contractor for Roofing Remediation to Various Blocks at Awatapu College, Palmerston North",Awatapu College,20230717,20230825,20230915,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Awatapu College are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roofing Remediation Works to Various Blocks. The Contract Works required are: Block 600: Install new pipe penetration flashings, ridge flashing, barge & heading flashing. Block A: Install new pipe penetration, heatpump penetration & water pipe penetration flashings, 4 x skylight penetration flashings. Replace rusted iron roofing sheets x 2. Block B: Install new pipe penetration flashings, new roof fixings where required, replace clearlite. Block C: Replace membrane. Block E: Replace roof fixings where required. Block G: Replace roof fixings and washers, replace clearlite. Block H: Replace 2 x boiler flue penetrations, replace membrane. Block I: Replace clearlite. Block J: Replace pipe penetration flashing, Install new wider ridge flashing. Block O: Replace pipe penetration flashings, replace membrane. Block Q: Replace roof fixings where required. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27703637,Request for Tenders,Open Competition,"Main Building Contractor for LSM Bathroom Modifications at Ohau School, Levin",Ohau School,20230717,20230830,20240529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ohau School are seeking a suitably qualified Main Building Contractor to carry out the LSM Bathroom Modifications Project. The Contract Works required are: Renovation of existing rooms into a new store room, WC and accessible bathroom. Works include, demolition of existing internal & external walls. Construction of new internal walls to create new rooms. Laying of a new concrete slab over existing floor. Installation of wall, ceiling and floor linings. Installation of new WC, shower, basins, handrails and cabinets. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,376879,20250410 Ministry of Education - School Infrastructure,27708900,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined - Classroom Improvements, Roofing Renewal at Masterton Intermediate School",5927,20230801,20230825,20231116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Masterton Intermediate School is commencing the initial stage of 5YA project delivery which will include the AMS investment into upgrade of classrooms. This will target Block 1 where acoustic treatment of ceilings will be combined with the upgrade of lighting to LED. Whilst the building is empty and the classroom refurbishment is being actioned it is intended that the roof coverings renewal is also delivered. Full replacement of selected window joinery is proposed together with the installation of new modern opening mechanisms where necessary.",Awarded,"Awarded to Wai Build, anticipated completion of 31.05.24. It is intended that the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,27709098,Request for Tenders,Closed Competition,Main Contractor for B Block Toilet Upgrade at Pirongia School - RFT,1214,20230724,20230811,20240119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Second stage - closed RFT.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27709678,Request for Tenders,Open Competition,Request for Tenders for Paterangi School (the School) Waste Water Upgrade Works MOE22683,MOE22683,20230713,20230810,20231024,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry requires a Plumbing / Drainage contractor for a waste water upgrade at Paterangi School. Paterangi School is a rural Waikato school and its 50+ year old wastewater system needs replacing. The existing system is end of life and while it is still operating, its at risk of failing. Recent investigations concluded that its undersized to treat wastewater for the current and expected number of students and staff. As a result, there is inadequate detention time for wastewater treatment and therefore presents a public health and environmental risk. The Ministry is seeking pricing for two types of Plumbing / Drainage systems before determining which will be most suitable solution: o Option 1: Reflection Treatment Systems Textile Filter type system o Option 2: Innoflow AdvanTex AX40 type system A tender site visit has been scheduled for Monday 24th July at 11am - all attendees must register for the site visit + direct any questions during tender via the GETS Q&A function. For more information please see the attached documentation for more information.",Awarded,"This contract was awarded to Reflection Treatment Systems Ltd and began on 23 November 2023. The term of this contract is until final completion of the project which is forecast for end December 2023. It is intended that the value resulting from this procurement will be within value band: $100k - $250k.",0,20250410 Ministry of Education - School Infrastructure,27711701,Request for Proposals,Closed Competition,Request for Proposals for Waiopehu College (the School) Redevelopment Project Quantity Surveyor Services 219259,MOE22689,20230713,20230811,20231010,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Quantity Surveyor (QS) Consultants (Tenderers) to submit a Proposal for Waiopehu College (the School) Redevelopment Project Quantity Surveyor Services (the Services).",Awarded,The contract has been awarded to Beca Limited and started in October 2023. Price band is $5k-$50K.,0,20250410 Ministry of Education - School Infrastructure,27717352,Request for Tenders,Open Competition,Main contractor for Longford intermediate school upgrade five teaching spaces,238068,20230719,20230815,20231115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Longford School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. The school will make 2 classrooms available at any one time.,Awarded,Ajax building contractors have been selected with the highest overall score,378972,20250410 Ministry of Education - School Infrastructure,27717517,Request for Proposals,Closed Competition,Tauhara College Redevelopment Lead Design Services,MOE23306,20230717,20230811,20230907,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Tauhara College - Lead Design Services (the Services).",Awarded,"This contract was awarded to McKenzie Higham Ltd and began on 22 September 2023. The term of this contract is until completion of design services according to project staging requirements, forecast to be in February 2027. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M",0,20250410 Ministry of Education - School Infrastructure,27722561,Request for Tenders,Open Competition,"Main Building Contractor for AMS Block 1 Alterations & Refurbishment at Rongotea School, Rongotea",Rongotea School,20230726,20230901,20231031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Rongotea School, Rongotea are seeking a suitably qualified Main Building Contractor to carry out the Block 1 AMS Alteration & Refurbishment Works. The Contract Works required are: Install new aluminium stacker doors between rooms, install new entrance aluminium doors to all rooms, install autex composition, install new bench joinery and basins to hall, install new cupboards in alcove in hall, install new air conditioning unit to new breakout room. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,196926,20250410 Ministry of Education - School Infrastructure,27722747,Request for Tenders,Open Competition,"Main Building Contractor for Block D AMS Alterations & Refurbishment at Marton School, Marton",Marton School,20230803,20230908,20231031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Marton School, Marton are seeking a suitably qualified Main Building Contractor to carry out the Block D AMS Alterations & Refurbishment Works. The Contract Works required are: Alteration to existing block d including, storage area altered to create new breakout space. New stacker sliding doors installed into existing internal walls between classrooms and proposed breakout space, new whiteboard, shelving and cupboards in classroom. New carpet tiles in classrooms and resource room and breakout space. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,209913,20250410 Ministry of Education - School Infrastructure,27723550,Request for Tenders,Closed Competition,"Main Contractor for 1, 2, 5, 6, 7, 9 & 15: Roof Repairs & Replacement at Woodend School",3600-23-01,20230720,20230818,20230927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main contractor for 1, 2, 5, 6, 7, 9 & 15: Roof Repairs & Replacement at Woodend School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27729140,Request for Tenders,Open Competition,Main Building Contractor for Site: LSPM - Ramps and Pool Modifications at Arataki School,238561,20230720,20230816,20240415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Create an accessible universal bathroom per MOE specifications at toilet attached to room 8 - Traverse system and hoist, change table, provision for bidet Provide a threshold ramp for access to Rooms 11,12,13, and 14 Provide ramp access to Rooms 9 and 10. Gradient 1:14 - Replace door into classroom as 910 wide and make good Provide a ramp to the library gradient 1:14 Provide a ramp to the hall 1:14 gradient Re issue a Handi-Move Mobile Pool Hoist, service existing unit, purchase seat attachment, install raised ramp per details to take hoist install, and power point in the pump room for charging",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27733486,Request for Tenders,Open Competition,PN Intermediate Normal School - Electrical Upgrade Works,,20230724,20230818,20231005,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustee's for PN Intermediate Normal School wish to invite Electrical Contractors to provide an offer for this work.,Not Awarded,"The contract was awarded to Ace Electrics Group, thank you for your offers.",0,20250410 Ministry of Education - School Infrastructure,27733863,Request for Quotations,Closed Competition,Rawhiti School (The School) B21 Roll Growth Bulk and Location services And Potential Additional Requirements,MOE19501,20230802,20230828,20240212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Bulk and Location at Rawhiti School for 9 Teaching spaces. Three teaching spaces to be delivered in the immediate future as part of this project with a future project to deliver an additional 2 blocks of 3 teaching spaces. The Ministry need to put Three teaching spaces on the school grounds. A bulk and Location is needed to identify the specific area available. Engineers level of involvement is high level to inform the limitations of site and locations.",Awarded,It is intended that the value of this contract resulting from tender will be within $50K - $150K.,86669,20250410 Ministry of Education - School Infrastructure,27733971,Request for Tenders,Open Competition,Main Contractor for AMS: A: ILE Multipurpose Room Modification & Toilet Refurbishment at Rapaura School,2971-22-02,20230721,20230824,20240821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Rapaura School is wanting to convert an existing library into a multi-purpose space, using 5YA, AMS, & SIP Funding within Block A.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27734591,Request for Tenders,Closed Competition,RFT Main Contractor for Roof Replacement - Forest View High School,MOE19731,20230720,20230830,20231127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Procurement seeks to source a Main Contractor to carry out roof replacement work and internal ceiling modifications at Forest View High School,Not Awarded,"After the evaluation, the suppliers response were deemed outside if the schools budget capabilities. This tender was re-released.",0,20250410 Ministry of Education - School Infrastructure,27738194,Request for Tenders,Open Competition,Korakonui School Toilet Refurbishment & LSC Space,,20230724,20230818,20231127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Refurbishment of existing tilet block from girls and boys to six unisex toilets. Creation of LSC Space from existing storage space.,Awarded,Quality of submission and competitive price.,0,20250410 Ministry of Education - School Infrastructure,27741945,Request for Tenders,Open Competition,Main Building Contractor for 5: AMS Technology Block to DQLS standards at Waitaki Valley School,239023,20230725,20230831,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this project is to bring the specified school block up to the DQLS (Dynamic Quality Learning Spaces) learning environment standard by addressing identified issues and implementing necessary improvements. The focus will be on renovating and upgrading the bathrooms, enhancing electrical infrastructure, providing accessible access, and incorporating essential safety measures. The project aims to create a conducive and inclusive learning environment for students and staff.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27747235,Request for Tenders,Open Competition,Mechanical contractor for the remediation of the HVAC system at Maeroa Intermediate School,,20230726,20230818,20230918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Maeroa Intermediate School have recently had the school auditorium refurbished with multiple upgrades made. Part of this refurbishment was the upgrade of HVAC system to increase airflow and improve heating and cooling to the space. However, due to a design oversight the current system does not meet the requirements and is not fit for purpose. The full project includes majority mechanical works, and some make good building works. The outcome sought is to provide the school with the correct fit for purpose system that will meet the requirements for the auditorium space.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27748042,Request for Quotations,Open Competition,Flooring Contractor for K: Block (Gym) Floor Replacement at Mount Maunganui College,218429,20230724,20230816,20240606,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,7 Madeleine Terrace,Flooring Contractor for K: Block (Gym) Floor Replacement at Mount Maunganui College,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27753561,Request for Tenders,Open Competition,"Main Building Contractor for 1 Pool, 4, 5, 7, 12, 15, 20: Roofing replace at Waitaki Valley School",239022,20230726,20230824,20240221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The primary outcome sought from this project is to address the roofing issues identified in the condition assessments and specialist reports. By replacing the roofs of the affected blocks, the aim is to improve the structural integrity and functionality of the buildings, ensuring they meet the necessary safety and performance standards.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27755066,Request for Tenders,Open Competition,Main building contractor for 2022 Hall: Ventilation at North East Valley School,239642,20230804,20230831,20240606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Installation of opening windows to the hall to allow the school to meet their requirements under the MoE ventilations requirements,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27756166,Request for Tenders,Open Competition,RFT Main Contractor AMS Block M: Art Room ILE Alterations at Tamatea Intermediate School,236215,20230725,20230823,20240411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school is wanting to modernise the classroom by opening up the rear wall to the hallway which is underutilised, and create additional learning spaces including small areas for quiet spaces and learning hubs . Create openings at the rear to allow the classroom to be more connected with the foyer and install new fixed joinery.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27756570,Request for Tenders,Open Competition,RFT Main Contractor Site Fencing Replacement at Flaxmere College,236484,20230725,20230823,20240119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The school is looking to replace the boundary fence that is not fit for purpose. It is proposed to install a new solid and robust fence to keep students safe and to minimise potential vandalism through unauthorised access.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27757552,Request for Tenders,Open Competition,Main Contractor for Block C Metal & Translucent Roof Replacement at Windsor North School,22-023,20230731,20230831,20230928,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Windsor North School Board of Trustees is looking for an experienced Contractor to complete a roof replacement project at Windsor North School including replacement metal and translucent (veranda) roof cladding and associated flashings to Block C at Windsor North School. Included is the removal of dormer skylights (including asbestos cladding) prior to roof replacement with associated make good framing and linings to roof and ceiling structures.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27758515,Request for Proposals,Open Competition,Lead Design Services for Roof Replacement Project at Pukekohe High School,,20230726,20230821,20230919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Pukekohe High School Board of Trustees wish to engage a Lead Designer for Roof Replacement of leaking rooves in multiple blocks. The scope of work is outlined by Maynard Marks Roof Condition Assessment Report and the Scope of Works & Staging plan which has been approved by MOE.,Awarded,The contract was awarded to Stufkens Chambers Architects.,0,20250410 Ministry of Education - School Infrastructure,27763184,Request for Tenders,Closed Competition,Main Contractor for Block T5 - Toilets Upgrade at Hamilton Boys High School (this School) #233074,,20230727,20230821,20231010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hamilton Boy's High School Board of Trustees is seeking a main building contractor for the upgrade of block T5 - toilets (next to classroom T7).,Awarded,,131000,20250410 Ministry of Education - School Infrastructure,27772865,Request for Tenders,Closed Competition,"Request for Tender - Main Contractor for Block 1, 3, 7 Classroom and Roofing Upgrade at Rakaia School",,20230728,20230821,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Complete DQLS upgrades to classrooms 1, 2 & 3 within Block 1 to include remodelling resource spaces and create openings between classrooms for collaborative teaching and access to toilets within the block. Library upgrade to Block 3 to include replacement items and refurbishment works. Other works include Block 1 weatherboard replacements, Block 1 & 3 spouting and downpipe replacements. Block 7 translucent roofing panels replacements with new safety netting under.",Not Awarded,Contract was awarded to McIntosh Commercial Construction on 17/06/24,0,20250410 Ministry of Education - School Infrastructure,27773575,Request for Tenders,Open Competition,Main Building Contractor for LSM Site 1:Bathroom Modification at Duntroon School,241068,20230728,20230823,20231101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27778477,Request for Tenders,Open Competition,Main Building Contractor for Learning Support Modifications (Mobility) at Poroutawhao School,Poroutawhao School,20230728,20230801,20230802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Poroutawhao School, are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications - Mobility Stage 2 Project. The Contract Works required are: This project consists of renovating an existing toilet and cupboard space within Block A to create a universal bathroom with internal and external access to a privacy screened small ramp. A single teachers toilet room will also be created. Demolition of exterior entrance steps on Block A and create a wheelchair access ramp with handrails at a slope of 1:14. Demolition of existing wooden landing and steps to the library rear entrance and create a wheelchair access ramp with handrails at a slope of 1:14 Contractors must visit site. Contact the School Office to arrange a site visit. Ideally dependent on MoE funding approval & Building Consent approval, this work would start as soon as possible. Ideally all works to be completed prior to school returning for the new term (following christmas school holidays in February 2024), however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,Project cancelled by MoE. Child now not going to attend the school.,0,20250410 Ministry of Education - School Infrastructure,27779307,Request for Tenders,Closed Competition,"Request for Tender - Main Contractor for Block 1, 2 & 5 - LSC, Roofing and Classroom Upgrade at Fairton School",,20230731,20230912,20240529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1, 2 & 5 - LSC, Roofing and Classroom Upgrade",Not Awarded,Contract awarded to McIntosh Commercial Construction Limited.,0,20250410 Ministry of Education - School Infrastructure,27779905,Request for Tenders,Closed Competition,Main Building Contractor for the New Bespoke 4TS Block and Hall relocation,216809,20230728,20230821,20231212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,"After a full moderated tender evaluation, Construct were the preferred supplier and were awarded the contract",0,20250410 Ministry of Education - School Infrastructure,27787948,Request for Tenders,Open Competition,Main Building Contractor for Block E: Laboratory Preparation Room and Chemical Store at William Colenso College,239241,20230731,20230831,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27789761,Request for Tenders,Closed Competition,RFT for Main Contractor for Replacement of Floor Coverings and Acoustic Wall Linings at Kaitaia College,,20230802,20230823,20230901,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Floor coverings and acoustic wall linings to parts of the school need to be replaced in Blocks BA, BB, D, H, T3 and E.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27791953,Request for Tenders,Closed Competition,Birkenhead College Fire hydrants,31-2023,20230801,20230823,20240108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website,The project will require a combination of thrusting new pipes and open trenching pipes to then be filled. There will also be minor earthworks required and minor retaining work to ensure stable ground conditions to the necessary pathway that the hydrant system will take to run. The project will also include the replacement of all existing Hydrants.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27793949,Request for Tenders,Closed Competition,Oteha Valley School AMS project,694+-22-05,20230801,20230823,20240108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be via GETS website," Overview: Works to involve: Supply and install covered outdoor structures - Frame finish: hot dipped galvanised or powder coated - Profile: continuous of existing rafters, round or square columns and header beams with concrete foundations - Storm water connection to existing downpipes and existing underground drainage; New permeable concrete with drainage connecting to existing drains.",Awarded,,180000,20250410 Ministry of Education - School Infrastructure,27794560,Request for Tenders,Open Competition,"Main Contractor for Block 2,4,9: ILE (Indoor/Outdoor) & DQLS Upgrade & Refurbishment at Conifer Grove School",,20230801,20230828,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Conifer Grove School are requesting the construction services of a suitably qualified contractor to conduct an ILE (Indoor/Outdoor) and DQLS upgrade and refurbishment in blocks 2, 4 and 9. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 8th of August at 3.30pm Site Visit 2 Tuesday the 15th of August at 3.30pm Site Visit 3 Tuesday the 22nd of August at 3.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,564377,20250410 Ministry of Education - School Infrastructure,27799429,Request for Tenders,Open Competition,Main Contractor for Translucent Roofing Replacements at Otatara School,22-038,20230804,20230831,20230927,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"The Otatara School Board of Trustees is looking for an experienced main Contractor to complete unsafe translucent roof cladding replacement work at their School. Work includes replacement to minor covered veranda areas, as well as the full roof and (part) walls replacement of their School pool building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27800039,Request for Tenders,Open Competition,"Main Building Contractor for Replacement of existing Deck to Block 1 at Roslyn School, Palmerston North",Roslyn School,20230803,20230912,20231117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Roslyn School, Palmerston North are seeking a suitably qualified Main Building Contractor to carry out the Replacement Decking to Block 1. The Contract Works required are: Remove existing timber decking, framing, piles and old concrete walls. Install new treated timber pine timber deck along entire length of Block 1. This includes new treated timber hand rails. Install fixed surface mounted nosings. Relocate drinking fountain up onto new deck. Contractors must visit site. Contact the Roslyn School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,273973,20250410 Ministry of Education - School Infrastructure,27805296,Request for Tenders,Closed Competition,Request for Tenders for Taihape Area School - Full Rebuild - Main Contractor - 'ECI light' and Potential Additional Rights for Main Build,MOE22593,20230905,20231006,20231113,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Ministry of Education is an invitation to Directory Suppliers shortlisted from the Construction Directory to submit a Tender for Taihape Area School (the School) Full Rebuild Main Contractor ECI light and Potential Additional Rights for Main Build. The Early Contractor Involvement (ECI) contract requires the following deliverables: 1. Buildability review report 2. Value engineering opportunities report 3. Long lead time items and off-site manufacturing opportunities report 4. Enabling works methodology 5. Demolition methodology All project specific information is included in the GETS Tender Notice.",Awarded,"This contract was awarded to Maycroft Construction Limited and began on 21st December 2023. The term of this contract is until the completion of ECI services which is forecast for October 2026. It is intended that the whole of life value of the contract value resulting from this procurement (for ECI services only) will be within value band: $100k- $500k",0,20250410 Ministry of Education - School Infrastructure,27813758,Request for Tenders,Open Competition,Main Building Contractor for Block G Canteen Refurbishment (Stage 2) at Horowhenua College,02-087-013,20230804,20230905,20231019,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Horowhenua Board of Trustees are looking to engage a suitably skilled and resourced main contractor to complete Stage 2 of the Block G Canteen Refurbishment at Horowhenua College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27814306,Request for Proposals,Closed Competition,Mayfair School - Kowhai Satellite Unit - Staged Design & Build Services,MOE22062,20230802,20230824,20230906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Main Contractors (Tenderers) to submit a Proposal for Mayfair School - Kowhai Satellite Unit - Design & Build Services (the Services).",Awarded,"This contract was awarded to Stead Construction Limited and began on 13 October 2023. The term of this contract is until completion of Stage 1 (Design Services), forecast to be in February 2024. Reserved Rights apply in that Stead are eligible to continue the works through enabling and construction stages to completion of contract, forecast to be in December 2025. It is intended that the value of the contract (all stages) resulting from this procurement will be within value band: $1M - $5M",0,20250410 Ministry of Education - School Infrastructure,27815572,Request for Tenders,Open Competition,Main Contractor for AMS Classroom Upgrade in Block A at Alfredton School,,20230804,20230831,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The scope of works is internal alterations and refurbishment of teaching spaces in Block A along with new deck and associated site and services works. The works will be undertaken as a single stage during the school term under a CPU. The contractor will need to liaise with the school to ensure as little impact as possible on the schools activities. Project consultants are: o Project Manager: Ian Rattray o Lead Designer]: Krish Rudra 3.1 The Contract Works required are The nature of the works is internal alterations with Minor demolition New deck and veranda New wall and floor finishes New joinery The Contractor will be engaged through a Medium Works (Construction contracts for professional services and works).Timeframes are: indicative Start date: Early October 2023 indicative Due Date for Completion: 30 January 2024To satisfactorily deliver the Contract Works, the Contractor must: have a comprehensive, workable programme for completing the Contract Works have a robust method, approach, systems and processes to effectively manage cost, time and quality risks operate a documented health and safety policy and health and safety system that align with AS/NZS 4801:2001 and/or the requirements set out at Property projects: contractor health and safety. have, as standard practice, the implementation of a Site Specific Safety Plan (SSSP) for the Contract Works that is comparable to or aligns with the SSSP at: Property projects: contractor health and safety.",Awarded,Contract awarded to Wai Build as they offered the best price,72000,20250410 Ministry of Education - School Infrastructure,27816793,Request for Proposals,Open Competition,Lead Architect for Upper Gymnasium Repairs at Auckland Girls Grammar School,,20230804,20230829,20231017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Auckland Girls Grammar School wish to engage a Lead Architect for the Upper Gymnasium Repairs. The details on service required are outlined in RFP and scope of works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27820357,Request for Tenders,Open Competition,"Clifton Terrace School Library Upgrade, decks and roof replacement",227272,20230807,20230908,20231027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project addresses serval key issues for the school, including outdated internal spaces, accessibility issues and non compliant skylights across 2 blocks. In Block C, the school will build an outdoor space that is a deck area to the North side and connected to the main building. It will include sliders to access this area, new floor coverings, windows, wall coverings and joinery units. The programme of which this project is a part is the completion of the schools 5YA works. The problematic areas are: The library is dated and in need of an over all revamp. Old floor coverings, single glazed and a layout that no longer works for the school. The Library also needs a connected outdoor area for students to be able to utilise with the use of the Library. There are also a large number of skylights between Blocks C & D that are leaking and do not comply with current Ministry Policy. These will be deleted and made good with a lighting upgrade to substitute the loss of a small amount of natural light. There have been a number of accessibility issues identified that require attention and have been addressed in this project. The existing toilet space in the Library is outdated and will be upgraded to and Accessible WC. All of the internal areas of Block C are not wheel chair accessible so will provided with the proposed deck on the South face.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27828220,Request for Tenders,Closed Competition,Mangakino Area School - Block D Refurbishment - Contract Works,MOE22546,20230807,20230922,20240220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"Mangakino School is full primary school and requires repurpose and upgrading of six classrooms in D Block. The scope includes repurposing to include classrooms x3, admin (sick bay, reception, office, library, staff facilities and workroom), learning support coordinator (LSC) office, bathrooms and roof upgrade. Delivery of this project will meet the schools entitlement as per the current Roll Growth. The site is flat with existing council stormwater and sewer systems. There are existing school classrooms and administration buildings and an established car parking area, sports courts and play areas on the site.",Awarded,,1994827,20250410 Ministry of Education - School Infrastructure,27831973,Request for Tenders,Open Competition,Kuranui College - Blk E Upper Level Decramastic Roof Replacement (Wairarapa),,20230811,20230906,20230926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Kuranui College are seeking the services of a main roofing contractor to undertake the Blk E Upper Level Decramastic Roof Replacement project. The work is described in the tender documents prepared by IR Group and involves: Fencing off the proposed site area and maintaining escape routes to all fire exits. Isolate work areas and operate under SSSP Remove and dispose of existing decramastic tiling. Full upper level roof replacement in corrugate iron 0.55 Replace associated flashings, spouting and downpipes where necessary. Replace rotten rafters, purlins and barge boards where necessary. Purlins may need to be installed at 900 centers based on layout of existing roofing underlay. Purlins can be fixed to the existing battens which support the existing roof. Tenderer MUST allow for 2x saddle flashings where the 3x roof ridges junction. Saddle flashings must be powder coated, welded aluminium. These must also be tight fitting, riveted and sealed. Appropriate use of all associated edge protection, scaffolding and H&S requirements. Leave site clean and tidy. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: IR Group o Lead Designer: N/A Contractors are expected in their tender responses to demonstrate how they will ensure an efficient and prompt delivery by pre-order products and lining up sub-contractors to ensure disruption to the school and construction time is minimised. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete: - Form of Tender Part A - Form of Tender Part B",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27832154,Request for Tenders,Open Competition,Request for Tenders for Tauraroa Area School B19 Redevelopment Civil Carpark Works,MOE23189,20230808,20230908,20240123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Civil works are required at Tauraroa Area School. The scope of works includes: (a) Constructing a new 41-space carpark (b) Installation of temporary carpark and fencing (c) Fire services upgrade (d) New transformer (note, installation will be done by separate contractor)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27832403,Request for Proposals,Closed Competition,Request for Proposals for Tauhara College (the School) Redevelopment Project Project Management & Engineer to Contract Services MOE23854,MOE23854,20230807,20230830,20231018,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Project Management & Engineer to Contract Services are required for a redevelopment project at Tauhara College. For more information, please see the supporting documentation. Please direct all queries through the GETS Q&A function. --- A virtual project briefing has been scheduled for 12:00pm, 09 Aug 23. --- A tender site visit has been scheduled for 12:00pm, 15 Aug 23",Awarded,"This contract was awarded to Frequency NZ Limited and began on 18th October 2023. The term of this contract is until the end of the defects liability period of Stage 1, which is forecast for February 2028 + to the end of design for Stages 2,3 and 4. It is intended that the whole of life value of the contract resulting from this procurement will be within value band: $500k - $1M",627000,20250410 Ministry of Education - School Infrastructure,27834358,Request for Tenders,Open Competition,"Main Building Contractor for Learning Support Modifications at Arahunga School, Wanganui",Arahunga School,20230809,20230920,20231012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Arahunga School, Wanganui are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications Works. The Contract Works required are: Install new carport (by others). New slot drain installed to correct thresholds. Install new covered way. Install new ramp. Corrections made to existing thresholds. Upgrade to accessible bathroom block 3, including new telescopic curtain rail (by others), new H track for ceiling hoist (by others), new power points, new shower sliding rail and mixer, new toilet and cistern with new drop down safety rails, new wall ceiling and floor coverings, and associated painting. Upgrade to bathroom block 1, new aluminium window insert. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit on 0800532 497 Wanganui Location. The site is off Konini Street (back of Rutherford Junior High). Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,97916,20250410 Ministry of Education - School Infrastructure,27836588,Request for Proposals,Closed Competition,Request for Proposals for Tauhara College (the School) Redevelopment Project Quantity Surveyor Services MOE23854,MOE23854,20230807,20230830,20231005,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Quantity Surveyor Services are required for a redevelopment project at Tauhara College. For more information, please see the supporting documentation. Please direct all queries through the GETS Q&A function. --- A virtual project briefing has been scheduled for 12:00pm, 09 Aug 23. --- A tender site visit has been scheduled for 12:00pm, 15 Aug 23",Awarded,"This contract was awarded to Maltbys Ltd and began on 18th October 2023. The term of this contract is until the end of the defects liability period of Stage 1, which is forecast for February 2028 + to the end of design for Stages 2,3 and 4. It is intended that the whole of life value of the contract resulting from this procurement will be within value band: $100k - $500k.",0,20250410 Ministry of Education - School Infrastructure,27839767,Request for Tenders,Closed Competition,Request for Tenders for Lytton High School (the School) Phase 2 Structural Strengthening Main Contractor Services 231030 CW2022-021,MOE23994,20230807,20230905,20231017,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (D Stevens Limited the tenderer) shortlisted from the Construction Directory to submit a Tender for Lytton High School (the School) Phase 2 Structural Strengthening Main Contractor Services CW2022-021 (the Contract Works).,Awarded,This contract has been awarded to D Stevens Limited and started in October 2023. Price band is $1m-$5m.,0,20250410 Ministry of Education - School Infrastructure,27842017,Request for Tenders,Closed Competition,"Main Contractor for LSM: 12, Site: Property Modifications at Te Kura o Tuahiwi",3563-23-01,20230810,20230905,20230925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for LSM: 12, Site: Property Modifications at Te Kura o Tuahiwi.",Awarded,,142086,20250410 Ministry of Education - School Infrastructure,27842771,Request for Tenders,Closed Competition,"RFT Main Contractor for AMS - B: Install sliding doors, DQLS Upgrade at Manaia View School",,20230809,20230831,20231124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Installation of new joinery to create breakout spaces to an outdoor area with decking. Installation of new joinery to create breakout spaces in classrooms 6,7 and refurbishment.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27844533,Request for Tenders,Open Competition,Main Building Contractor for Water Mains Replacement Works at Mountainview High School,234208,20230809,20230901,20231026,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. Rationale: The existing galvanised pipework at Mountainview HS is now approx. 45 years old and has been in a deteriorating state for some time, effecting the quality of water. All of the pipe is the same age. b. Problem: The quality of water discharged to the school building via the walkways has deteriorated due to the aging and corroding of the existing galvanised pipework. c. Solution: To replace all galvanised pipework delivering drinking water to the school. The scope will include removal of the existing ACM walkway soffit to gain access to the pipework to allow for full replacement of the deteriorated system sections. The objective is to replace the existing system into full new condition and working order. d. The services required is that of a main construction contractor to complete the block upgrade works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27849061,Request for Tenders,Closed Competition,Greenpark School weathertightness remediation E M R Blocks RFT,GRN10,20230810,20230907,20241004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project opportunity seeks an experienced weathertightness remediation Main Building contractor to undertake works to remediate defective cladding, roofing and associated building elements to three separate buildings at the school. The scope of work varies with each block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27855956,Request for Tenders,Open Competition,Request for Tender - Main Contractor for School Pool Redevelopment at Southbrook School,,20230811,20230906,20230926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Construction and ongoing land use activities within the Southbrook School, namely the upgrading and replacement of the existing pool facilities, fencing and landscaping.",Not Awarded,Contract was awarded to Waghorn Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,27858409,Request for Tenders,Open Competition,Main Contractor for AMS Project at Belmont Intermediate School,1225-21-06,20230811,20230913,20231214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees of the Belmont Intermediate wish to procure an experienced Main Contractor for the AMS project. The works included in this project are outlined in the RFT.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27858608,Request for Tenders,Open Competition,Western Heights High School Rotorua - Site Wide Fire Alarm Upgrade,5142,20230814,20230913,20240919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Site wide fire alarm upgrade to multiple buildings.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27858990,Request for Tenders,Open Competition,Main Contractor for Site: Carpark/Driveway Improvement at Stanhope Rd School,,20230811,20230908,20231003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Stanhope Road School are requesting the construction services of a suitably qualified contractor to design and build an improved carpark and driveway. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday 22nd of August at 10.30am Site Visit 2 Tuesday 29th of August at 10.30am Site Visit 3 Tuesday 5th of September at 10.30am Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,133450,20250410 Ministry of Education - School Infrastructure,27859434,Request for Tenders,Open Competition,Tauranga Boys' College campus cleaning Contractor,TBCCC,20230811,20230915,20240101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The tender opportunity is for a competent and experienced cleaning contractor to undertake the campus cleaning contract services. The tender includes the supply of all materials and resources to undertake the cleaning services.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27859467,Request for Tenders,Open Competition,"RFT: Main Building Contractor for Bathroom Upgrades and Interior Refurbishment of Blocks A, D, E, K, L, M, N & P at Raglan Area School",226121,20230814,20230918,20231211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Raglan area school are seeking a suitably qualified and experienced contractor to complete the Bathroom Upgrades and Interior Refurbishment of Blocks A, D, E, K, L, M, N & P . The upgrade includes internal reconfiguration and refurbishment of mulitple classrooms and upgrade of 3 associated toilet blocks.",Awarded,"Rationale for selection: As the scores for both non-price and price were almost identical the ET considered both Mitchell Construction and Thorburn builders could be equally considered as the top ranked tenderers. Feedback from referees was very positive and with their pricing being the lowest received it was decided to award the contract to Thorburn Builders.",1070971,20250410 Ministry of Education - School Infrastructure,27862340,Request for Tenders,Open Competition,Upper Hutt College - Replace Sports Turf,218445,20230811,20230913,20231206,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website,"The need has arisen for the replacement of the Upper Hutt college synthetic sports turf. Sports intended to be played on the new surface are as follows: The sports (current) that would utilize a 3G sports turf. Football (105 kids approx) Rugby (50 kids approx) Touch (20 kid approx) Futsal (110 kids approx) Netball (100 kids approx *happy to use the softer surface for training) ADP - Football and Rugby means the kids don't go back to class covered in mud! Ki-o-rahi A lot of sports, would need to sort out the markings. Tenders are called to deliver the project works and advise on the most appropriate surface to be installed.",Not Awarded,Contract was awarded to the respondent that provided the best value for money and outcome for the school,0,20250410 Ministry of Education - School Infrastructure,27862393,Request for Tenders,Closed Competition,"RFT - Roofing Contractor for Blocks A, J - Replace Roof Coverings at Manakau School",6066,20230814,20230908,20240723,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The main flat roof on the southern side of Block A at Manakau School and the area above the administrative area is a rubber membrane product nearing the end of its economic life cycle. This and the plywood substrate requires full replacement together with corrugated metal roof coverings on the ancillary building (Block J).",Not Awarded,Project was bundled and incorporated in a larger capital project.,0,20250410 Ministry of Education - School Infrastructure,27864499,Request for Tenders,Closed Competition,RFT for Main Contractor for Replacement of 2x TS and Non-teaching Space (New Build) at Hukerenui School,238214,20230816,20230913,20230929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hukerenui School requires a new building to replace the Hall (Block 3). The new build will be constructed in a new location at the school.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27866371,Request for Tenders,Open Competition,RFT Main Contractor for Fencing Works at Whangaroa College,,20230816,20230909,20231101,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"The Contract Works required are: Demolition Ground works Supply and installation of new hot dipped galvanised steel and powder coated fencing and gates. Approximately 1km of fencing required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27866699,Request for Tenders,Open Competition,RFT Main Contractor for Subsidence Remediation at Totara North School,,20230815,20230915,20231215,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"The Contract Works required are detailed in supporting documentation: i. Pool area works ii. Carpark and driveway area improvements iii. Administration improvements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27871019,Request for Proposals,Closed Competition,Construction Directory Refresh 2023 - Phase 1 Existing Suppliers,,20230823,20230914,20240108,,Sole Agency,No,All submissions to be made through the GETS website,"The Construction Directory, launched in 2018, is a national panel of primary construction Suppliers (the Directory). The Directory is a panel arrangement where Suppliers are prequalified for capability and capacity from which the Ministry will procure major works contracts over $500,000, through the Capital Works programme. The Ministry is now opening reopening the Directory to allow existing Suppliers to tender for additional categories to increase their scope of delivery to the Ministry.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27872459,Request for Tenders,Closed Competition,RFT Main Contractor for Refurbishment Works at Kaikohe West School,,20230816,20230911,20231005,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Electrical upgrades ii. Heating upgrades iii. Cladding and window repairs iv. Internal finishes carpets and wall coverings replacements v. Ceiling replacement",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27872918,Request for Tenders,Open Competition,Main Cleaning Contractor for Murrays Bay Intermediate School,,20230815,20230908,20231027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Murrays Bay Intermediate School are requesting the services of a suitably qualified cleaning contractor to cover daily, weekly and holiday cleaning duties for each room and building throughout the school. Please refer to the attachment named Cleaning Schedule for Murrays Bay Intermediate School for the scope of works/cleaning schedule included with this tender. All Tenderers shall be deemed to have inspected the site(s) before submitting their tender. Please contact Kate Kruyen (the point of contact) on 09 477 2121 ext 705 or kate.kruyen@mbi.school.nz to arrange an appointment to visit the school. Site Visit 1: Friday 18/08/23 8:00 am Site Visit 2: Thursday 24/08/23 3:15 pm",Awarded,The Board of Trustees at Murrays Bay Intermediate have chosen the winning tender. Thank you to all those who tendered.,136500,20250410 Ministry of Education - School Infrastructure,27882028,Request for Tenders,Open Competition,Main Contractor for Sportsfield Drainage System at Western Springs College,,20230816,20230915,20230919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Western Springs College is seeking the services of a Contractor to design and install a drainage system to two Sportfields.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27882085,Request for Quotations,Closed Competition,Ashburton Intermediate School (The School) Block 4 Replacement Ten (10) New TS Lead Design Services,MOE24083,20230816,20230825,20230925,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Ashburton Intermediate School is a year 7 and 8 school located in Ashburton approximately 80 km southwest of Christchurch in Canterbury. Serving the wider Ashburton area, the school takes pupils from Allenton School, Ashburton Netherby School, Chertsey School, Fairton School, Hampstead School and Tinwald School all of which have experienced roll growth over the last 10 years. The school is currently under its SPG GFA allowance for teaching spaces. The buildings at Ashburton Intermediate School range from 20 years to 63 years old making the average age of 44 years. Blocks 2, 3 & 8 constructed around the early 1970s, comprising relocatable Cebus buildings with 11 teaching spaces and library are considered end-of-life expectancy. It is the Ministrys intent that the replacement for Block 4 will be a replication of the first building, which was completed Dec 2022. A new block consisting of Ten (10) Teaching spaces is required. Extensive planning and cost exercises were conducted regarding the remedial work intended for Block 4, the outcome of this work was the existing building was not economical to redevelop and that replacement of the block of eight (8) teaching spaces was the best option moving forward. Following this decision, two (2) roll growth teaching spaces were announced for the school, and it was decided the most efficient delivery of these spaces was to incorporate them into the block 4 replacement.",Awarded,It is intended that the value of this contract resulting from this tender will be within $500K-$1M,521934,20250410 Ministry of Education - School Infrastructure,27889701,Request for Quotations,Closed Competition,Request for Quotes for Tatuanui School - Block F Weathertightness Remediation - Main Contractor Services,,20230823,20230925,20231218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation by the Ministry of Education to submit a Quote forTatuanui School Block F Weathertightness Remediation Main Contractor Services (the Contract Works) The Contract Works required at the School are: Remove and replace failed exterior cladding on Block F as per drawings and specifications produced by Gisler Architects. Relocate roof mounted outdoor HVAC units to ground level outside of all fall zones and protect with steel cage. Interim inspections and QA documentation provided must be completed by the contactor including engaging an independent Building Surveyor to complete framing inspections. Note: Good site conditions exist with no known constraints. Decanting/staging will be required due to the nature of the works All other relevant information is included in the RFQ and attached documentation.",Awarded,This contract has been awarded to Grand Builders Limited and started in January 2024. Price band is $100k - $500k.,0,20250410 Ministry of Education - School Infrastructure,27892301,Request for Tenders,Open Competition,"Main Building Contractor for 1,3,4,5: Bathroom Upgrades at Bathgate Park School",,20230817,20230913,20231002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The bathrooms were identified as part of the schools recent 10YPP, as they are dated and causing plumbing issues. The school wish to ""bundle"" the bathrooms together to get best value during construction The Contract Works required are: i. 1,3,4,5: Student Bathroom: (a) Replace vinyl flooring (b) Replace the toilet partitions (c) Replace the toilet pans and cisterns (d) Replace the tapware with auto-stop function to reduce flooding. (e) All fittings replaced with user friendly modern fittings. ii. 1,3,4,5: Staff Room Bathroom (a) Replace shower cubicles with modern easy clean acrylic shower trays and walls (b) Replace vinyl flooring (c) Replace the toilet partitions (d) Replace the toilet pans and cisterns (e) Replace the tapware with auto-stop function to reduce flooding. (f) All fittings replaced with user friendly modern fittings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27894627,Request for Tenders,Closed Competition,Fairfield College L Block roof replacement and remediation RFT,FAIR1,20230817,20230906,20240501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Registration of Interest is for a main contractor with the competencies and experience to undertake a significant roof replacement that includes re-pitching construction.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27897568,Request for Tenders,Closed Competition,RFT for Main Contractor for Multiple 5YA Projects at TKKM o Taumarere,"240831, 240832, 240833",20230818,20230905,20230929,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This tender covers 3x projects: Stage 2 ECC Refurbishment of Rooms 1,2,3,4 including floor coverings, wall lining replacements and painting along with bathroom refurb Inspect and remediate subfloor and refurbish Pokapu includes installing carpet, underfloor insulation, repainting ceiling and installing some acoustic wall linings Pool Repairs and Remediation",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27900849,Request for Tenders,Closed Competition,RFT - Main Building Contractor for LSM - Accessibility (Stage II) and Bathroom at Newlands Primary School,5933,20230818,20230921,20240108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to address modifications to school property identified within a Property Modifications Report at Newlands Primary School. The outcomes seek to develop a universal bathroom and completing accessibility improvements about the school. A universal bathroom will be developed within the existing Block 1 east end boys/girls toilets abutting the boiler room. The planning will also maintain a single staff unisex cubicle. The building work include new framed walls, new doors, floor, wall and ceiling linings, new sanitary fixtures, electrical, data, fire, security services to suit, new plumbing including a hot water service to suit along with hardware. The accessibility improvements will develop a new timber ramp including all hand and guard rails. Metal handrails will be fitted along paved access routes, covers will be fitted to open channel drains and erect a barrier fence along the top edge of a bank.",Awarded,"Awarded to DS O'Leary Building Limited, anticipated completion of 31.07.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K",0,20250410 Ministry of Education - School Infrastructure,27902242,Request for Tenders,Open Competition,Main Building Contractor for Weather Tightness Remediation to Block 2 at South Makirikiri School,South Makirikiri School,20230818,20230922,20240112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for South Makirikiri School, are seeking a suitably qualified Main Building Contractor to carry out the Weather Tightness Remediation to Block 2. The Contract Works required are: Recladding of Block 2 including new windows, door and verandah. The verandah/outdoor learning area will have a separate building consent and work for the verandah/outdoor learning area will be undertaken by Rowan from Shade NZ. No allowance required in your tender submission for the new verandah, HOWEVER contractors must allow in their tender to remove the existing verandah and to liaise with Rowan. Contractors must visit site. Contact the South Makirikiri School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,275901,20250410 Ministry of Education - School Infrastructure,27904233,Request for Tenders,Closed Competition,"Main Building Contractor for ILE, Clear Roofing Replacement, Lighting/Electrical, Toilets Upgrade Project at New Lynn School, New Lynn, Auckland",,20230818,20230915,20231128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ROOFING: The proposed work has been identified for attention as follows: Block 1, Block 7 Pool Changing, Block 9 Caretakers shed. + Block 12 LSC- Replace clearlite roofing with trafficable Webglass Roofing. LIGHTING & ELECTRICAL Block 1 Rooms 3,4,5,6,9. Block 4 Hall, Block 11 Dental- Remove fluorescent lighting and downlights + replace with new LED light fittings and downlights. Block 12 LSC- Remove existing ceiling heaters and replace with new ceiling heaters. Block 11 Dental- Replace old RCD protection with new RCD protection. ILE Details of reconfiguration of existing areas are as follows: Block 1 Remove the access way to between Rooms 5 & 6 to create an enlarged learning/presentation space with smaller focus area. Alternative access for classrooms 4+5 as required. The proposed work also includes replacement of ceilings (Room 5), linings, pinboard ( Rooms 3,4,5,6,8+9), carpet, vinyl (Rooms 3,4,5+6), lighting, power outlets in classrooms as required. Window/Joinery repair replacement( Rooms 3+4) Block 12- (Rooms 10+11) Carpet + Vinyl Replacement. Block 4- Old School Hall Bathrooms + Kitchen fittings. The toilet upgrading work along with provision of warm water for handwashing includes replacement of urinals, pans, cisterns, plumbing, lighting, toilet partitions and wall linings etc. Also included are new kitchenette fittings as per drawings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27905760,Request for Tenders,Open Competition,Request for Tender - St Heliers School Exterior Painting,,20230818,20230912,20230925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board of St Heliers School is carrying out the cyclical maintenance of their school buildings. They are looking for a qualified painting contractor to complete the exterior painting of select buildings, including all necessary surface preparations (and targeted repairs), safety measures and in compliance with the paint manufacturers specifications. The main contractor will also need to provide a separate list and pricing of all necessary targeted repairs to surfaces, including but not limited to frames, trims, cladding, decks and balustrades. Price must include labour, material and items to ensure health and safety, including but not limited to the set u of site fences, scaffolding, edge protection and harnesses. o Phase 1: during the term break, from 23 September to 8 October 2023 o Phase 2: during the summer term break, from 16 December 2023 to 6 February 2024.",Awarded,met the requirements; best value,0,20250410 Ministry of Education - School Infrastructure,27911344,Request for Tenders,Closed Competition,RFT for Main Contractor for New Toilet Block at Kaurihohore School,239315,20230822,20230914,20231016,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,Works involve constructing a new toilet block at Kaurihohore School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27912263,Request for Tenders,Closed Competition,"Kimihia School (Huntly) B, C, H Bathroom and Breakout Works",,20230818,20230908,20240221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Suitably qualified main contractor required for Block B, C, & H: Bathroom and Breakout Alterations.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27919845,Request for Tenders,Closed Competition,"Request for Tender - Main Contractor for Block B, C ILD & DQLS Upgrade at Karoro School",,20230822,20230918,20240116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Block B classrooms and associated areas to be altered and upgraded to modernise the spaces and make them more functional to meet the schools requirements.,Not Awarded,"Tender has been delayed for a redesign and scoping, due to insufficient budget",0,20250410 Ministry of Education - School Infrastructure,27920711,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Learning Support Property Modifications - Fencing at Pleasant Point Primary School,,20230823,20230913,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To provide higher and more secure fencing to the road boundary and to provide better internal fence management options at the school. New fences include boundary fence, new pool fencing, pedestrian gates, vehicle gates and appropriate signage.",Not Awarded,The contract was awarded on 4 December 2023.,0,20250410 Ministry of Education - School Infrastructure,27924782,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Learning Support Property Modifications - Vision at Temuka Primary School,,20230823,20230913,20231122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Complete ramp, handrail, lighting, markings upgrades as per the drawings and specification completed by NB Architects which will be sent out with the RFT (Request for Tender)",Not Awarded,Contract was awarded on 22/11/23.,0,20250410 Ministry of Education - School Infrastructure,27924900,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor for Blocks 1, 2, 3, 4, 5, A - Replace Roofing Iron and Spouting at Te Kura o Hau Karetu, Upper Hutt",5327,20230822,20230919,20240213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Aged metal roofing was partially replaced in the last 5YA, this project will complete the work and replace spouting. Blocks A, 3 and 5: The roofing iron and spouting are over 25 years old, this work will replace the iron and spouting with new .55g Colorsteel Maxx (or equivalent). Block 1: This will include the replacement of the translucent porch roofing with a trafficable product Blocks 2 and 4: Block 2 has recently had 2/3rds of the roof replaced and Block 4 50% within the past 3 years. The work will complete the replacement with new .55g Colorsteel Maxx (or equivalent). Wherever possible roof insulation will be installed but is should be noted the buildings being worked on are Formula building design and are usually fully sarked. Scaffold, edge protection and safety harness equipment will be used. All roofing to complete with the MoE Weather Tightness Design for School Buildings.",Awarded,"Awarded to TW Clark Roofing 2002 Ltd, anticipated completion of 31.07.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,27927571,Request for Proposals,Closed Competition,RFP - Geraldine High School Gym Rebuild Design and Build Services,MOE20979,20230823,20230913,20240227,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry seeks the services of a Main Contractor for the Design and Build of the new Gym. The successful contractor will be responsible for all design and construction elements of the contract including the management of the required subconsultants and subcontractors It is anticipated that the design stage will benefit from the initial engagement by the school, and the full detailed design will be ready for consent in a 3-month time period. The construction stage is expected to have a duration of approximately 12 months.",Awarded,The contract was awarded to Thompson Engineering 2002 Ltd,3975250,20250410 Ministry of Education - School Infrastructure,27930010,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Buildings 1, 2, 3 - Weather Tightness Remediation at Te Kura-a-Iwi o Whakatupuranga Rua Mano, Otaki",6177,20230823,20230920,20231205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Te Kura-a-Iwi o Whakatupuranga Rua Mano needs to carry out weather tightness remediation work to three of the buildings located on the site in Otaki. The project comprises of targeted replacement of areas of wall cladding and specific flashings. Some work will require temporary disconnection of services including the sprinkler system to allow appropriate access to the building envelope. On Block 2 the contract will also require the reconstruction of adjoining screen walls. Selected areas of corroding flashings will need surface preparation and application of an approved paint system.",Awarded,"Awarded to McMillan & Lockwood, anticipated completion of 12.04.24. It is intended that the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,27931583,Request for Tenders,Open Competition,"Main Contractor for Block 8,10,11: Classroom Refurbishment at Kauri Park School",,20230822,20230915,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Kauri Park School are requesting the construction services of a suitably qualified contractor to carry out a classroom refurbishment in blocks 8, 10 and 11. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday 29th of August at 3.15pm Site Visit 2 Tuesday 5th of September at 3.15pm Site Visit 3 Tuesday 12th of September at 3.15pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,260312,20250410 Ministry of Education - School Infrastructure,27939866,Request for Tenders,Open Competition,Main contractor for Block R LSC Offices at Fairfield College,MoE ID#218609,20230825,20230920,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees of Fairfield College is seeking main building contractor to carry out internal alterations and extend an external timber deck at Block R, Fairfield College, Hamilton. The scopes are detailed in the attached documents. Request for Tender must respond to the information specifically requested. Incomplete proposal will not be considered. All applications to this RFT are to be by GETS.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27941892,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing, Gates & Visuals Modifications at Awatapu College, Palmerston North",Awatapu College,20230825,20230929,20240527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Awatapu College are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing, Gates & Visuals Project. The Contract Works required are: Visual: Installation of braille signage, directional tactile strips to lead student in correct directions, high contrast hard nosings to steps, high viz warning tactiles in front of danger zones, install small deck to create smooth threshold outside exit door, install warning tactiles around all lipped top edges of paths, install new cover to drain level with ground. Fencing & Gates: Install new 1.8m high fencing around Block 400 and courtyard with wheelchair access gates and double swinging gates to parking area vehicle and pedestrian gates to grass field. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No winning responses due to budget constraints.,0,20250410 Ministry of Education - School Infrastructure,27945310,Request for Tenders,Closed Competition,Request for Tenders for Opotiki College (the School) - Emergency Works and Redevelopment Project - Main Contract Works (SP1) MOE22679,K2-209086,20230823,20230915,20231218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Livingstone Buildings NZ Ltd the tenderer) shortlisted from the Construction Directory to submit a Tender for Opotiki College (the School) Emergency Works and Redevelopment Project Main Contract Works (Separable Portion 1) (the Contract Works).,Awarded,This contract has been awarded to Livingstone Building NZ Ltd and started in December 2023. Price band is $1.5m - $3.5m.,0,20250410 Ministry of Education - School Infrastructure,27948690,Request for Tenders,Open Competition,Main Contractor for Ramps Construction at Whangamarino School,235695,20230828,20231002,20231120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The buyer is seeking Main Contractor services for the construction of new ramps to facilitate access in accordance with NZS 4121:2001. Three ramps to provide access to various locations in the school site. The ramps are to be constructed with timber retaining walls, concrete foundation and ramp surface with stainless steel handrails.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27949760,Request for Tenders,Closed Competition,Main Contractor for Drainage Works at Kaitaia Intermediate School,,20230828,20230918,20230922,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,All submissions to be made through the GETS website, Kaitaia Intermediate School requires stormwater and wastewater drainage repairs as per plans and specifications,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27953395,Request for Tenders,Open Competition,"Main Building Contractor for AMS Block A Alterations & Refurbishment at Ruahine School, Dannevirke",Ruahine School,20230828,20230929,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ruahine School, Dannevirke are seeking a suitably qualified Main Building Contractor to carry out the Block A AMS Alteration & Refurbishment Works. The Contract Works required are: Removal of a wall to open up an existing cloak bay as a break out space. Some walls removed in the project along with new doors, new carpet to two classrooms, new ceiling tiles to two classrooms and breakout space, new autex composition wall linings, painting redecorating, new sink bench units and some fire design work to comply with building consent. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit on (06) 374 9200. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding & building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,323571,20250410 Ministry of Education - School Infrastructure,27954093,Request for Tenders,Open Competition,Request for Tenders for Kapiti College 9the School) - New Satellite Unit - Main Contract Works MOE22677,K2 - 213724,20230901,20231017,20240520,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open tender for Kapiti College (the School) New Satellite Unit Main Contract Works (the Contract Works).,Awarded,The contract has been awarded to PBJ Construction Ltd and stared in May 2024. Price band is VB2 $1.5m -3.5m.,0,20250410 Ministry of Education - School Infrastructure,27958316,Request for Tenders,Open Competition,Main Contractor for Covered Transfer Area and Replacement Doors at Whangamarino School,235695_1,20230830,20231004,20231120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The buyer is seeking Main Contractor services for the construction of a Covered Transfer Area adjacent to an existing building, removal of a portion of garden, hard surfacing, appropriate road marking and signage, and the replacement of 2 exterior doorways.",Not Awarded,"Awarded to Arrowsmith Builders, Tauranga",0,20250410 Ministry of Education - School Infrastructure,27960298,Request for Tenders,Open Competition,Request for Tenders for: Spotswood College (the School) Redevelopment project enabling works: Main Contract Works,MOE23978,20230828,20230921,20231024,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Construction services are required for a minor redevelopment project at Spotswood College. Works are simple in complexity and are to be delivered in a single stage. The outcome sought is for a main Contractor to provide construction services which are an enabling works package that support a larger and separate upcoming construction project at the school (to be procured separately through eligible contractors of the MoE Construction Directory Panel) The required Contract Works include are: i. Rationalisation / removal of 4 x old relocatable buildings ii. Site wide fire alarm upgrade iii. Construction of new sports hard courts iv. Reconfiguration/refurbishment of a canteen space v. Works are simple in scope and in complexity vi. Key risks include: In-ground/Contamination (asbestos) has been identified on site and poses as a risk to the project. The level of investigations in hard court area have been minimally intrusive to date, so the actual scale of the in-ground contamination wont be fully understood until works begin. Asbestos surveys have been included within the supporting tender documentation Financial: There is limited budget available, scope will likely have to be reduced if the tender price comes in higher than anticipated Decanting/staging: This work is critical path for the separate future Major Works project which is in design. There is limited space available for decanting which could become problematic if the programme for the Canteen works proposed through this procurement are delayed. Political/stakeholder pressure: Ongoing interest from multiple parties A tender site visit has been scheduled for 11am on 11th of September 2023. All attendees are to register via GETS through the Q&A function, attendees must register in advance of the site visit. A draft Major Works contract will be released via NTT. Please ensure all queries are addresses via GETS through the Q&A function.",Awarded,"This contract was awarded to Southcoast Construction New Plymouth Limited and began on 02 November 2023. The term of this contract is until final completion of the project which is forecast for April 2024. It is intended that the value resulting from this procurement will be within value band: $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,27960471,Request for Tenders,Open Competition,Main Contractor for Learning Support Modifications Fencing at Stirling School,3836-23-01,20230830,20230926,20231012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Overview - A student at Stirling School has been identified as absconding from school environments and running away. He is very capable of climbing and has no trouble climbing the school's current fencing. The student has no comprehension of road safety and Baker Street which runs parallel to the school is a known heavy vehicle route used by several large trucking firms. Solution - i. All fencing to be replaced with a 1.8 metre high unclimbable powder coated pool type fencing, and to follow the current fencing lines or as per the O/T's report. O/T's report recommends areas of fencing being replaced that currently are bush clad or heavily planted with large trees that the fencing be brought in from the boundary 1.5 metres to move away from bush/trees or potential rooting issues. Fencing from back of school to Boyd Street (right side) fencing had to be brought in approximately 2 metres due to large old tree stumps. ii. Replace all boundary pedestrian and vehicle gates with 1.8 metre high unclimbable powder coated gates, vehicle gates closest to netball gates to be replaced with 1.8 metre high powder coated pedestrian gate. iii. Provide a pedestrian gate access close to the main entrance vehicle gate on Boyd Street. It is proposed to create a new separate 1.8 metre high, powder coated unclimbable pedestrian gate access with either key or pin pad access. Also a new path meeting the MOE and council requirements as to slope leading from the front main gate to the school buildings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27961429,Request for Proposals,Closed Competition,Te Tatoru o Wairau Design and Construction of Bohally Intermediate and the Co-located Marlborough Colleges Project Management (PM) and Engineer to the Contract (EtC) Services,MOE23063,20230828,20230922,20231025,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Tatoru o Wairau Design and Construction of Bohally Intermediate and the Co-located Marlborough Colleges Project Management (PM) and Engineer to the Contract (EtC) Services Te Tatoru o Wairau (TToW) consists of the co-location of Marlborough Boys College and Marlborough Girls College and the relocation of Bohally Intermediate. The Colleges are to be rebuilt on the current Marlborough Girls site, and Bohally Intermediate to be relocated and rebuilt on the Marlborough Boys College Park site. Together this programme of work is the largest & highest value project currently being undertaken by the Ministry. This procurement is for the Project Management and Engineer to Contract Services to assist the Ministry in delivery of this project. Full details and requirements are included in the attached documentation. Please note: the requirement for an Engineer to Contract to be sourced from the Engineering NZ panel, as notified during the EOI process, has been softened.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,27961673,Request for Tenders,Open Competition,"Main Building Contractor for Alpine Schools Double Glazing at Ruapehu College, Ohakune School & Raetihi School",Alpine Schools,20230828,20231010,20231013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ruapehu College, Ohakune School, & Raetihi Primary School are seeking a suitably qualified Main Building Contractor to carry out the Double Glazing Projects The Contract Works: Ruapehu College: Block B: Replace all existing timber windows with double glazed grade A safety glass windows, including restrictors to allow windows to only open 100mm. Replace existing aluminium windows with new double glazed grade A safety glass windows, including restrictor to allow windows to only open 100mm. Replace all existing doors and hardware with new double glaze grade A safety glass doors with scribers and flashings to complete, including mid-rail and fixing of hardware. Block C: Replace all existing timber windows with double glazed grade A safety glass windows, including restrictors to allow windows to only open 100mm. Replace existing aluminium windows with new double glazed grade A safety glass windows, including restrictor to allow windows to only open 100mm. Replace all existing doors and hardware with new double glaze grade A safety glass doors with scribers and flashings to complete, including mid-rail and fixing of hardware. Raetihi School: Block 1: Install new double glazes safety glass with window restrictors and winding gear where required. Install new aluminium doors with safety glass. Ohakune School: Block 3: Replace exiting timber framed windows with new Grade A double glazed safety glass aluminium windows. Replace existing aluminium windows with new Grade A double glazed safety glass aluminium windows. Replace all existing doors with new Grade A safety glass aluminium doors. Note the Alpine Schools Double Glazing Project for all 3 x schools (Ruapehu College, Ohakune School & Raetihi School) will be awarded to one contractor for all 3 x schools. However each schools needs to be tendered individually as per tender forms All tender documentation and necessary information attached. Contractors must visit site. Contact School Offices to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding & building consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27961724,Request for Tenders,Closed Competition,Omokoroa No.1 School waste water upgrade RFT stage,200170,20230829,20230918,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The opportunity is for a contractor with appropriate competency and experience to undertake the installation of a site waste water reticulation system and removal of existing OSET system. The contractor will be required to engage a WBOPDC approved contractor to connect to the main riser.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27962023,Request for Proposals,Closed Competition,RFP Digital Tool to Support Emission Reductions in Schools & Kura,MOE22157,20230828,20230918,20231031,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is looking to invest in a digital tool to support emission reduction efforts with schools and kura across Aotearoa. We have finalised our emissions inventory and now understand the scope and scale of our problem. We are now turning to the action required to continue to deliver equitable and excellent outcomes using lower carbon approaches. The primary use of the tool is to disaggregate our national data set to an individual school level, providing schools and Kura with their individual carbon footprint, and a baseline to track emission reduction activities. The tool needs to track emission reductions as a result of reduction activities implemented through a series of pilots in schools. This will allow schools and Kura to track their individual efforts over time and provide the Ministry with a portfolio view across all emission reduction initiatives implemented.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,27962742,Request for Tenders,Open Competition,Nelson College - Main Contractor for Dining Hall Roof Replacement,,20230829,20230921,20231107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Nelson College Board of Trustees, we are seeking Tenders from suitably qualified Contractors for the Dining Hall Roof Replacement. Nelson College is located on Waimea Road in Nelson. The programming of works will be determined in consultation with the Contractor, however a draft programme is to be submitted alongside the tender. Works will also need to be completed during the summer school holidays to minimise disruption. Please refer to attached tender documents as listed in Section 1.8 of the attached RFT for further information. Once all RFT's are evaluated and respondents notified, we expect to commence construction in the last quarter of 2023.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27964356,Request for Quotations,Closed Competition,Main contractor for refurbishment of drainage works at Hamilton Boys High School,,20230829,20230907,20231012,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Outcome sought - refurbishment of isolated site wide drainage works at Hamilton Boy's High School,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27969331,Request for Proposals,Closed Competition,Construction Directory Refresh 2023 - Phase 1 Existing Suppliers (Mirror),,20230828,20230914,20240108,,Sole Agency,No,All submissions to be made through the GETS website,"This RFP is a Mirror of GETS RFx ID27871019. The Maximum amount of suppliers that can be added to 27871019 has been reached. Any additional supplier contacts will be added to this GETs RFx. The Construction Directory, launched in 2018, is a national panel of primary construction Suppliers (the Directory). The Directory is a panel arrangement where Suppliers are prequalified for capability and capacity from which the Ministry will procure major works contracts over $500,000, through the Capital Works programme. The Ministry is now opening reopening the Directory to allow existing Suppliers to tender for additional categories to increase their scope of delivery to the Ministry. The Ministry would like to give all existing Construction Directory Members the opportunity to increase their scope of works. If you wish to increase your scope of works please respond to this RFP with the relevant documentation. We would also like to advise all current members of the upcoming change regarding the requirement to be registered as an Amotai buyer. For more information please refer to section 2.8 Future Requirements - Broader Outcomes on page 9 of the RFP Information document.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27969519,Request for Quotations,Closed Competition,West Rolleston School - Redevelopment works - Additional Toilets Main Contractor,MOE24198,20230829,20230922,20231108,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through GETS website.,"Additional staff Toilets are required in the Staffroom area to support the number of teaching personal. Relocation of a storage racking system and then development of 3 new self-contained toilets as well as the modification of a shower into a accessway to an existing toilet.",Awarded,It is intended that the value of this contract resulting from tender will be within $100K - $250K.,116721,20250410 Ministry of Education - School Infrastructure,27970321,Request for Proposals,Closed Competition,"Te Uho o te Nikau Primary School, Matua Ngaru Primary School, and Ormiston Junior College Preliminary Design - Lead Design Services RFP",,20230830,20230907,20231215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this project is to complete 50% and 100% Preliminary Design (PD) for the Stage 2 Expansion of three (3) Public Private Partnership (PPP) Schools: Te Uho o te Nikau Primary School (Te Nikau), Matua Ngaru Primary School (Matua Ngaru), and Ormiston Junior College (OJC).",Awarded,"This contract was awarded to ASC Architects Limited and began on 19 December 2023. It is intended that the value of the contract resulting from this procurement will be within value band: $500,000 - $1M",0,20250410 Ministry of Education - School Infrastructure,27971020,Request for Tenders,Closed Competition,"Upgrade Classrooms and Toilets, Roofing Work, Marina View School, Auckland",,20230904,20230922,20231206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: three classrooms require comprehensive redevelopment involved new internal and external linings, internal redevelopment, a new deck canopy, and new roofing; new floor covering in 3 blocks; minor electrical upgrade work across the school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27972164,Request for Proposals,Closed Competition,Weathertightness Remediation Programme Pilot Main Contractor - Bundle 1 RFP,MOE23991,20230828,20230922,20231122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the National Weathertightness Remediation Programme Pilot Main Contractor Works across the Waikato region. Please note that a supplier briefing session is scheduled on Wednesday, 30 August 2023 at 9:30am via MS Teams. Please confirm your attendance using the GETS Q&A function or by sending an email to infrastructurenorthern.procurement@education.govt.nz. For further details, please refer to the attached RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27972199,Request for Tenders,Open Competition,Main Building Contractor for the new caretakers shed at New Plymouth Boys' High School,3116.2,20230830,20230927,20240401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This tender is for a Design- Build solution for the new caretakers shed at New Plymouth Boys' High School. The design is to be based off the scope drawings provided. The new purpose built facility is to be built on existing vacant school land. It will include a workshop, tractor shed, office space and covered storage area. Excavation and retaining will be required to create the building platform. The contractor will be required to provide Building Consent Drawings and documentation for the design-build solution. Project Manager: Ardern Peters Architects Ltd The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27972326,Request for Proposals,Closed Competition,Weathertightness Remediation Programme Pilot Main Contractor - Bundle 2 RFP,MOE23991,20230828,20230922,20231121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the National Weathertightness Remediation Programme Pilot Main Contractor Works across the Waikato region for Bundle 2. Please note that a supplier briefing session is scheduled on Wednesday, 30 August 2023 at 9:30am via MS Teams. Please confirm your attendance using the GETS Q&A function or by sending an email to infrastructurenorthern.procurement@education.govt.nz. For further details, please refer to the attached RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27973150,Request for Proposals,Closed Competition,Weathertightness Remediation Programme Pilot Main Contractor - Bundle 3 RFP,MOE23991,20230829,20230922,20240208,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the National Weathertightness Remediation Programme Pilot Main Contractor Works in the Bay of Plenty region for Bundle 3. Please note that a supplier briefing session is scheduled on Wednesday, 30 August 2023 at 9:30am via MS Teams. Please confirm your attendance using the GETS Q&A function or by sending an email to infrastructurenorthern.procurement@education.govt.nz. For further details, please refer to the attached RFP.",Awarded,The contract was fully executed on 8 Feb 2024,0,20250410 Ministry of Education - School Infrastructure,27973413,Request for Proposals,Closed Competition,Weathertightness Remediation Programme Pilot Main Contractor - Bundle 4 RFP,MOE23991,20230829,20230929,20231121,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the National Weathertightness Remediation Programme Pilot Main Contractor Works in the Bay of Plenty region for Bundle 4. Please note that a supplier briefing session is scheduled on Wednesday, 30 August 2023 at 9:30am via MS Teams. Please confirm your attendance using the GETS Q&A function or by sending an email to infrastructurenorthern.procurement@education.govt.nz. For further details, please refer to the attached RFP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27974406,Request for Tenders,Open Competition,Main Contractor for Indoor and Outdoor Learning Spaces Project at Andersons Bay School,232532,20230830,20230922,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Andersons Bay School Board of Trustees are seeking Main Contractor tenders to create an indoor/outdoor learning space for some of their Block 2 classrooms. This work includes: o Constructing a new deck for the first floor classrooms with roof canopy. o Creating new openings at ground and first floor level to the outdoor spaces (with supporting lintels). o Removing asbestos cladding in affected areas and recladding. o New fan coil units in the affected classrooms. o Heat detectors to the new deck area and emergency lighting and exit sign changes to suit.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27975071,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS/LSC combined Blocks A, C - Cladding Renewal, Classroom Upgrade, LSC Office at Manakau School, Horowhenua",5859,20230831,20230927,20240523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Manakau School has bundled a number of proposed capital improvement projects together and intends to deliver these under one construction contract. The work includes the refurbishment and minor interior alterations to a classroom, the removal of failing Shadowclad linings to the relocatable classroom structure at the eastern end of the main block. A new internal door opening will be introduced to connect the two teaching spaces. Other works include some alterations to the waste water connection from the staff room sink unit, window and heat pump replacement, the creation of an LSC office and upgrade work to electrical distribution boards. Due to the varying funding streams providing the overall project budget contractors will be asked to provide separate tender submissions as directed by the RFT document.",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 31.03.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,27975520,Request for Tenders,Open Competition,Main Contract for Block 1: Weathertightness to Music Block + Carpet + LED Upgrade at Northcross Intermediate,,20230830,20230925,20231030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Northcross Intermediate School are requesting the services of a suitably qualified contractor to carry out a weathertightness project for the music block plus supply and installation of carpet and an LED upgrade. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 7th of September at 3.30pm Site Visit 2 Thursday the 14th of September at 3.30pm Site Visit 3 Thursday the 21st of September at 3.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,The Board of Trustees at Northcross Intermediate have awarded KDB Construction Ltd the contract for the Block 1: Weathertightness to Music Block + Carpet + LED Upgrade.,1258459,20250410 Ministry of Education - School Infrastructure,27976815,Request for Tenders,Open Competition,Main Contractor for Block 1: Admin Refurbishment at Wairau Valley Special School,,20230830,20230925,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Wairau Valley Special School are requesting the services of a suitably qualified contractor to carry out a refurbishment in the admin block. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 6th of September at 3.30pm Site Visit 2 Wednesday the 13th of September at 3.30pm Site Visit 3 Wednesday the 20th of September at 3.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,393435,20250410 Ministry of Education - School Infrastructure,27980205,Request for Tenders,Open Competition,Main Contractor for the Weathertightness Remediation of Block 4 / Hall at Papatoetoe South School,226575,20230831,20230925,20231218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees of Papatoetoe South School is looking for a main contractor for the upcoming weathertightness remediation of their Hall (Block 14). Details of the remediation required are in the appended drawings and specifications from the architect, structural engineer, electrical engineer, mechanical engineer, fire engineer, plumbing and sanitary consultants. It is a pre-requisite that the tenders have sufficient capacity to start site establishment and site works on the 15th of December 2023.",Awarded,met the requirements of the tender at best value,0,20250410 Ministry of Education - School Infrastructure,27983828,Request for Tenders,Closed Competition,Nayland College - Library Weathertightness - Main Contracts Works,MOE23846,20230904,20231005,20231219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication to be directed through GETS,"The Project background is: The project is intended to remediate weathertightness issues with the schools library. The outcome sought is for a main contractor to be procured to undertake the works required as part of this project. The original library building was constructed in 1965, with alterations completed in c.2000. Minor repairs and mitigation have been endeavoured; however, significant weathertightness issues remain. A Weathertightness Remediation Inspection was completed by Grant Hunt Building Consultants Ltd in 2019; this was used as a basis for developing a remediation strategy, Programme is significant for this project, as it is to be delivered in advance of another major Ministry project at the school: The Maitai Satellite. The WTR project includes a decant space for the Satellite project; the school also cannot accommodate two major projects concurrently. Required Solution The Contract Works required are: The removal and rebuild of external walls, windows and doors and a newly configured roof to the majority of the existing building. Associated works will be undertaken as a result of this, including asbestos removal, internal linings and some electrical works. There are no current requirements for staging. There is the potential for some additional scope, to include: o a full rewire and new fittings throughout the Capital Works decant staffroom solution (reconfigured toilet facilities, refurbished Tech room and extended kitchen facilities); and some cultural modifications to the foyer and building approach. The library is a detached building that sits in the heart of the School. It is adjacent to significant pedestrian thoroughfare which will need to be carefully considered in relation to the contractors management of the project. Works will commence throughout the year, so working in an active school in proximity to students will also need consideration. The presence of asbestos is assumed and will need removal in accordance with the Asbestos Regulations. together with associated work.",Awarded,,1660779,20250410 Ministry of Education - School Infrastructure,27985161,Request for Tenders,Open Competition,"(1731) Hamilton East School B,K,M Hot Water, Ext Learning, Floor Coverings",236968,20230831,20230926,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,27988233,Request for Tenders,Open Competition,Westown School Combined 5YA Projects,3011.18,20230901,20230927,20240724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To complete works identified in the 10YPP, being; Roofing Repairs & Replacement; Cladding Repairs; Heating Upgrades; Interior Refurbishment Project Manager: Ardern Peters Architects Ltd The Contractor will be engaged through a Medium Works Contract.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,27990998,Request for Tenders,Open Competition,Main Contractor for AB: Internal Gutters and Partial Ceiling Replacement and Associated Works,,20230904,20230921,20240304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tamaki College Block AB has several areas of concern over the staffroom and corridor which are to be replaced and remediated. The scope is outlined in the RFT document attached.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27993134,Request for Tenders,Closed Competition,"RFT - Specialist Heating Contractor for Blocks A, B, F, J - Heating at Titahi Bay School",6168,20230904,20231002,20240115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Titahi Bay School is planning to replace the existing gas fired hot water heating system and introduce replacement electrical heating. Interior spaces in four school buildings will have heat pump units and radiant panel heaters installed. The project also requires the sub contract engagement of a specialist mechanical heating company to drain down the pipework and remove the boilers, radiators, convector heaters and pipes. A provisional sum allowance will be included to complete all reinstatement work to flooring and wall finishes.",Awarded,"Awarded to Smart Air Solutions Ltd, anticipated completion of 12.05.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,27995884,Request for Tenders,Open Competition,"Main Electrical Contractor for Electrical Upgrade at West End School, Palmerston North",West End School,20230901,20230929,20231027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for West End School, Palmerston North are seeking a suitably qualified Main Electrical Contractor to carry out the Electrical Upgrade to various blocks at their school. T The Contract Works required are: New heatpumps installed to various blocks. This includes removal of existing units from roof, penetrations made water tight and new exterior units ground mounted on hard surface in protective cage. Installation of RCBO's and Blanking Plates as shown on plans to various blocks. Upgrade lighting as shown on plans to various blocks. All tender documentation and necessary information attached. Contact the School Office to arrange a time to visit site. A site visit must be undertaken and must be done prior to end of school term Friday 22 September 2023. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,322380,20250410 Ministry of Education - School Infrastructure,27996965,Request for Tenders,Closed Competition,Main Contractor for Mt Richmond Satellite Unit Remediation at Papatoetoe Intermediate School,,20230904,20230927,20231106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Papatoetoe Intermediate School Board of Trustees are seeking a Main Contractor for the Mt Richmond Satellite Unit Remediation.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,27997111,Request for Tenders,Open Competition,"Main Contractor Blocks 1, 8: Modernisation of Classrooms at Mairangi Bay School",,20230901,20230926,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Mairangi Bay School are requesting the services of a suitably qualified contractor to carry out the modernisation of the classrooms in Blocks 1 and 8. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday the 5th of September at 12.45pm Site Visit 2 Tuesday the 12th of September at 12.45pm Site Visit 3 Tuesday the 19th of September at 12.45pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,455000,20250410 Ministry of Education - School Infrastructure,28001572,Request for Tenders,Open Competition,"Main Fire Alarm/Electrical Contractor for Site Wide Fire Alarm Upgrade at West End School, Palmerston North",West End Fire Alarm Upgrade,20230904,20230929,20231010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for West End School, Palmerston North are seeking a suitably qualified Main Fire Alarm/Electrical Contractor to carry out the Site Wide Fire Alarm Upgrade to various blocks at their school. The Contract Works required are: All works as per the Fire Alarm Report, Specifications and Plan Pages as provided by the Fire Design Engineer. Out buildings and Block one excluded as per explanation in report. All tender documentation and necessary information attached. Contact the School Office to arrange a time to visit site. A site visit must be undertaken and must be done prior to end of school term Friday 22 September 2023. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No tender uploaded to GETS,0,20250410 Ministry of Education - School Infrastructure,28008495,Request for Tenders,Closed Competition,RFT - Main Contractor for Refurbishment Works at TK o Otangarei,,20230904,20231020,20240315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: Demolition, internal refurbishments and alterations as detailed in the attached plans and specification.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28012337,Request for Tenders,Open Competition,"Head Contractor for Block 1,3,8 flooring and pinboard replacement Edendale School Auckland.",244259,20230905,20230929,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Block 1,3,8 Flooring and Pin Board Replacements at Edendale School Auckland. The tenderer can tender for both replacement of carpet and pinboard (autex) or alternatively just the carpet or just the autex. All materials offered in the tender must meet the MOE design quality learning standards for acoustics. All tenderers must attend a site visit and inspect the areas that will be covered in the tender.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28012500,Request for Tenders,Open Competition,"Head Roofing Contractor for Block 3 roofing replacement of metal, translucent, membrane and guttering at Edendale School Auckland",244256,20230905,20230929,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Head Roofing Contractor for Block 3 roofing removal and replacement of existing metal, translucent, membrane and guttering at Edendale School Auckland. All tenderers must attend a site visit and submit full specification of products they will be using. The attached google map shows the Block that requires the work to be completed. Please reference: https://www.education.govt.nz/school/property-and-transport/projects-and-design/design/general-design-guidance/roofing-materials/",Awarded,,180000,20250410 Ministry of Education - School Infrastructure,28017921,Request for Tenders,Closed Competition,RFT Main Contractor for Various Internal Refurbishments at Kaikohe East School,,20230907,20231006,20231027,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block 10 external works: Asbestos removal Cladding replacement Roofing replacement Decking replacement Full construction set of drawings will be provided with the subsequent RFT.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28018870,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks C, D, E - Replace Windows, Cladding and Doors at Featherston School",6127,20230906,20231004,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Featherston School has a need to replace failing areas of the exterior envelope on three of its buildings. On Block C high level timber weatherboards are in poor condition and require replacement, on this building a rotten window also needs to be renewed. The project also includes replacing the original timber windows on the rear of Block D as well as the installation of a new aluminium entrance door to Block E. The majority of the project is carpentry and aluminium joinery trades as well as associated painting.",Awarded,"Awarded to Tararua Builders Ltd, anticipated completion of 26.04.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28019834,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor for Blocks C, D, F, K, G, CW - Roof Replacements at Titahi Bay School",6087,20230906,20231004,20231212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The approved ten year property plan has identified a number of roofing improvements to various buildings at the school which includes roof coverings, flashings and spouting renewal. The contract also includes the installation of appropriate trafficable and heavy duty polycarbonate translucent roof product. In some areas of the school outdoor heat pump units that are roof mounted will require temporary disconnection, removal and later reinstatement.",Awarded,"Awarded to Southern Plumbing & Gasfitting Ltd, anticipated completion of 31.05.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28021305,Request for Tenders,Open Competition,Electrical and HVAC Contractor for Five Year Agreement Upgrade Works at Mount Roskill Primary School,SPM 23577.E,20230905,20231003,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Electrical and HVAC Upgrading, as follows: An Electrical High-Level Report was prepared for the Schools most recent Ten Year Property Plan which generated a schedule of electrical upgrading work and new heat pumps. This project is a significant part of the 2023 Five Year Agreement [5YA] which also comprises: other building services works; reroofing buildings and verandahs; and new floor and wall coverings. Electrical compliance work to existing Distribution Boards [DBs] and general power outlets [GPOs]; blanking off redundant GPOs; replacement DBs; new LED light fittings replacing worn out or inefficient fittings; testing et al, plus the supply and fitting of new heat pumps including all associated electrical work. The works are distributed throughout the School buildings including: Blocks 1 and 2 [1952 vintage permanent classroom blocks refurbished in previous 5YA programmes plus Block 3 Tuck Shop 1969]; Blocks 4, 6 and 7 [relocatable teaching spaces of varying vintage 1975 - 1997]; the School Hall [circa 1940s]; The Quad roofed playground [circa 2000]; Block 8 The Endeavour Centre [built 1998]; Block 11 The Forum [built 2009]. The Mount Roskill Primary site is spread over a large 33,200 sqm Campus shared between the three Mount Roskill Schools. The incoming high tension main to Block 1 was replaced circa 2000 and significant work has already been undertaken on upgrading light fittings and RCD though to earlier codes. The works will be phased to suit the successful contractors availability. The final hand-over is not critical but more a desire to ensure an efficient and economic outcome.",Awarded,,193510,20250410 Ministry of Education - School Infrastructure,28021712,Request for Quotations,Closed Competition,Ellesmere College - Te Kareti o Waihora - Transformer Installation,MOE24251,20230908,20231006,20231101,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Ellesmere College - Te Kareti o Waihora is a co-educational Year 7 - 13 school located in Leeston, south-west of Christchurch in the Selwyn District. The school was established in 1981 with the majority of buildings constructed off-site and transported to the School. A redevelopment project is in planning to rebuild the school for a Build Roll of 590 students on field to the east of the existing buildings whilst the school continues to operate in existing facilities. As part of this redevelopment an additional electrical transformer is required to be installed at the school to increase the capacity of the electrical network at the school ahead of the redevelopment project being completed.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $0-$250,000",0,20250410 Ministry of Education - School Infrastructure,28022393,Request for Tenders,Closed Competition,"Wainuiomata Primary School (the School/Bundle) Blocks A&B Weathertightness Remediation, Internal Upgrades and Boiler Room Upgrade Main Contractor",,20230904,20231009,20231215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Weathertightness Remediation and internal upgrades to Blocks A&B Main Contractor and potential reserve rights requirements,Awarded,"This contract was awarded to Brosnan Limited and began on the 23 January 2024 The term of this contract is until final completion of the project, forecast to be in 24 December 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,28023444,Request for Tenders,Closed Competition,Reporoa College Roof replacements RFT,REP19,20230906,20230922,20241004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28026167,Request for Tenders,Open Competition,6374 Strathmore School: D Block Refurbishment Options A&B,6374 A&B,20230907,20231005,20240312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Outcome sought: Reconfigure the existing bag bay and ablution area to create a breakout area space accessed from both classrooms and cubicle style unisex toilets similar to that of C Block. Install 2x new slider stacker doors between the classroom and the breakout. Replace flooring and Autex coverings throughout and install new joinery in the breakout to match that of C Block. Replace existing lights and install new LED lighting throughout History Life cycle Replacement and Modernisation and creation of breakout space and creating unisex toilets",Awarded,,169686,20250410 Ministry of Education - School Infrastructure,28027883,Request for Tenders,Open Competition,"Main Contractor Roofers / Builders : RFT : Roof Replacement Works : Howick Intermediate School, Auckland.",,20230908,20230928,20231113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Requests for Tender prices are sort for Building Main-Contractors to price the supply and installation works of Roofing & Gutters replacement for Howick Intermediate School, Auckland. 5YA : Blocks 1 - 5, 7, 8, 9, 11,12,19,20 Roof, Clearlite and Gutter Replacement Project. : Existing Infrastructure : Lifecycle replacement of existing finishes. Replacement of the poor condition roofs and gutters Works to involve : Remove and dispose of the existing roof material. Supply and installation of new roofing materials as specified. On removal of the existing roof material the substrate will be inspected, and replaced if required. Supply and installation of new insulation (R2.9) if required. All documentation will be prepared by an architect representative consultant, to NZ Safety Codes and MoE standards. All procedures to comply with MoE property legislation.",Not Awarded,"Awarded to DPS Ltd ; Quotation received manually. Winning price out of 3 submissions : $ 322,667 plus GST",0,20250410 Ministry of Education - School Infrastructure,28028876,Request for Tenders,Open Competition,Main Contractor for Block 1: DQLS Upgrades and New Outdoor Learning Space at Green Bay School,,20230906,20230929,20241113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Green Bay School are requesting the services of a suitably qualified contractor to carry out a DQLS upgrade and creation of an outdoor learning space with canopies. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Monday 11th of September at 3.30pm Site Visit 2 Monday 18th of September at 3.30pm Site Visit 3 Monday 25th of September at 3.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,613642,20250410 Ministry of Education - School Infrastructure,28029120,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,9,13: Bathroom Amenities Upgrade at Green Bay School",,20230906,20230929,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Green Bay School are requesting the services of a suitably qualified contractor to carry out a bathroom amenities upgrade in blocks 2, 9 and 13. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Monday 11th of September at 3.30pm Site Visit 2 Monday 18th of September at 3.30pm Site Visit 3 Monday 25th of September at 3.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,266400,20250410 Ministry of Education - School Infrastructure,28029726,Request for Tenders,Closed Competition,"Blocks 2, 11, 12, 13, 16, 18, 19, 20: Roof, Clearlite, & Gutter Replacement at Target Road School",,20230907,20230929,20240223,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The works are for a Main Contractor to complete roof cladding replacement works across multiple blocks at Target Road School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28030017,Request for Tenders,Open Competition,"Main Contractor Roofers / Builders : RFT : Targeted Roof Replacement Works : Otahuhu Intermediate School, Auckland.",,20230914,20231012,20231115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Requests for Tender pricing is sort for Building Main-Contractors to price the supply and installation works of Targeted Roofing replacement for Otahuhu Intermediate School, Auckland. 5YA : Blocks 1,2,3,5,8,11 Roof, Gutter Replacement Project. : Existing Infrastructure : Lifecycle replacement of existing finishes. Replacement of the poor condition roofs and gutters Works to involve : Remove and dispose of the existing roof material. Supply and installation of new roofing materials as specified. On removal of the existing roof material the substrate will be inspected, and replaced if required. Supply and installation of new insulation (R2.9) if required. All documentation will be prepared by an architect representative consultant, to NZ Safety Codes and MoE standards. All procedures to comply with MoE property legislation.",Awarded,"Awarded to APS Ltd ; Winning price out of 2 submissions : $ 158,326 plus GST",158326,20250410 Ministry of Education - School Infrastructure,28031156,Request for Tenders,Open Competition,"AMS Combined: 1, A, C: Lighting, Carpet & acoustic wall lining & distribution board replacements at TKKM o Puau Te Moananui-a-Kiwa",,20230913,20231013,20231103,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made on the GETS tender website,"TKKM o Puau Te Moananui-a-Kiwa is seeking a main contractor to refurbish selected classrooms at the Kura. The contract works are expected to continue over the Term 4 holidays. Project Consultants are: - Project Manager: Colliers Project Leaders - Lead Designer: Adams Architects",Awarded,,120448,20250410 Ministry of Education - School Infrastructure,28038792,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Carpet Replacement at Clearview Primary School,,20230907,20231002,20231013,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The aim is to rejuvenate the flooring within the Admin Building and three Teaching Buildings on the Clearview Primary School campus. This will involve the removal of old broadloom carpets and deteriorated carpet tiles and replacing them with modern carpet tiles from the Advance Flooring System - Wanaka range. Two options are offered for selection: Standard Carpet Tiles or Comfort-Back Carpet Tiles.,Not Awarded,Contract was awarded on the 13/10/23.,0,20250410 Ministry of Education - School Infrastructure,28042789,Request for Tenders,Open Competition,Malfroy School - G Block Refurbishment,232347,20230911,20231006,20240530,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Malfroy School has been undergoing Capital Works redevelopments over the last 2 years with removal of old classrooms from site, new modulars being brought onto site, removal of old library and new library. G Block is the final part of the redevelopment. WSP have held initial planning meetings and conducted site visits with the School and MoE to ascertain the requirements for Block G refurbishment. The existing G Block is outdated. The floor coverings are nearing end of life, the ceiling requires replacement, the wet benches require upgrade, some of the exterior parts are damaged, and some other areas require cladding replacements. Therefore, a refurbishment is required to support desired learning environment for the teachers and the learners. Refurbishment of G Block (two classrooms, resource area and student toilets). Refurbishment involves mainly for replacements (no design element will be required). Replacements include carpet, vinyl, autex, wet bench areas, external joinery doors, gutters, down pipes, parts of exterior cladding, underfloor insulation, and all toilet linings. Suspended ceiling, fixed whiteboard cabinetry units, toilet refurbishment, 100mm gutters with rainwater head overflows, underfloor insulation and replacement or re-screw of deck are low priority at the moment, however, if the budget allows after the main works then these items can be reviewed for refurbishment.",Not Awarded,Zero tenders received.,0,20250410 Ministry of Education - School Infrastructure,28048854,Request for Tenders,Closed Competition,"RFT - Roofing Contractor for Blocks A, B, CO, D, E, Boiler 1 - Roofing Replacement at Otaki School",6087,20230911,20231005,20240626,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The approved ten year property plan has identified a number of roofing improvements to various buildings at the school which includes roof coverings, flashings and spouting renewal. The contract also includes the installation of an appropriate trafficable and heavy duty polycarbonate translucent roof product. In some areas timber cladding will require removal and reinstatement to allow the installation of new apron flashings. Any associated building work will need to be remediated and painted on completion.",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 08.11.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28051464,Request for Tenders,Closed Competition,RFT Main Contractor for Full Block 1 Refurbishment Works at Horeke School,,20230911,20231011,20240716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Roofing replacement. Main roof over block one (x2 teaching spaces and ancillary rooms approx. 300sqm) and associated asbestos removal. Block refurbishment Block 1 Electrical upgrades including switchboard replacement Replace floor coverings Replace wall coverings Replace ceiling tiles and insulate Address and remedy any possible structural deficiencies within walls Replace exterior joinery Install heatpump to technology/library area Install glass sliding doors between classrooms (AMS) Block 2 Replace damaged flooring in circulation area Insulate and install wall linings Replace floor coverings Block C Replace flooring Replace door i. This is a rural site with prevailing winds, building will need to be wrapped. ii. Works expected to be undertaken during winter 2023, works will happen while the school is still operational.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28053669,Request for Tenders,Closed Competition,RFT Main Contractor for Internal Refurbishment Works at Mangakahia Area School,,20230913,20231004,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Various refurbishment works at Mangakahia Area School ii. The works may be procured via separate RFTs to a panel of contractors selected via this ROI iii. Block 1, Block 2, Block 6 Refurbishment works (a) Ceiling linings replacements and associated painting (b) Floor coverings replacement (c) Internal refurbishments of Block 6 (i) Window joinery replacements (ii) Wall linings and wall coverings replacements (iii) Painting (iv) Carpentry works iv. Block 5 ILE upgrade (a) Construction of new openi9ngs in between classrooms (b) Internal refurbishments (c) Window joinery replacements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28059108,Request for Tenders,Open Competition,Main Contractor for Decking and Wall & Floor Linings at Waihi Beach School,,20230913,20231009,20231122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The Contract was awarded to Macro Construction on 22 November 2023.,163007,20250410 Ministry of Education - School Infrastructure,28059553,Request for Tenders,Closed Competition,"Main Building Contractor for ILE/Toilets Upgrade Works to Blocks 2+3, clear roofing to Blocks 2+9 plus electrical RCD protection to classrooms at Prospect School, Glen Eden, Auckland.",,20230912,20231010,20231221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"o It is proposed that work in Block 3 classrooms will include upgrading of the classrooms to meet DQLS standards for acoustics, ventilation, insulation, flooring, pinboard, lighting etc. and the associated toilets/bag bay area will be upgraded to provide a shared space plus provision of 4 new unisex toilets including toilet fittings, partitions, sink basins floor coverings, linings, ceilings lighting etc. o Work proposed in the two Block 2 toilets/bag bay areas will be upgraded to provide a shared space plus provision of 4 new unisex toilets in each of the current two areas including toilet fittings, partitions, sink basins floor coverings, linings, ceilings lighting etc. o The Roofing work comprises replacement of the Block 2 + Block 9 old clear panels and replacing with Webglass. o The electrical work comprises RCD protection to Blocks 1,2,3,7,9,10,11. i. Please refer to the attached Asbestos report. The removal of asbestos as identified in the Asbestos Survey report will require an approved plan for removal, handling and disposal with air monitoring clearance certificates required.",Awarded,,668276,20250410 Ministry of Education - School Infrastructure,28059747,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS combined Block J - Internal Refurbishment at Papakowhai School,6017,20230911,20231010,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Papakowhai School is comprised of single storey buildings predominantly erected in the 1970s of the C75s style. This project seeks to internally refurbish Block J being Stage I of II working towards completing the work over successive 5YA periods. This stage of the work will undertake some internal re-planing to provide four classroom teaching areas and a breakout space being the existing small classroom space. Outcomes of the planning work will resolve building entry points, rationalise cloak bay areas and relocate art bay areas. The proposed building work will provide acoustic wall linings, replace joinery, carpet, vinyl, doors and windows. Some minor external cladding areas will be affected. Existing ceilings and lighting are to remain. Building services changes are limited to being where affected by the plan changes.",Awarded,"Awarded to Freear Philip Ltd, anticipated completion of 30.04.23. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28060931,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined Blocks B, G - Classroom Improvements at Titahi Bay School",5964,20230911,20231010,20240220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Titahi Bay School has bundled two proposed capital improvement projects together and intends to deliver these under one construction contract. Three classrooms in Block G require internal refurbishment that will comprise of acoustic treatment of ceilings, installation of new LED lighting and floor finishes renewal. Two of the teaching spaces will also have old pinboard wall linings replaced with composition board finishes. In Block B the creation of an opening between two classrooms and the introduction of a glazed sliding door unit will allow improved connection and collaboration between teaching spaces.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.08.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28061581,Request for Tenders,Open Competition,Main Contractor for Greymouth High School - Block F & G Remediation Works,"235727, 235732",20230911,20231005,20231103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,"On behalf of Greymouth High School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for Block F & G Remediation works at this school. The site is located at High Street, Greymouth. The programme for the works will be discussed and agreed with the preferred tenderer. The programme is not restricted to outside of term time. Please refer to all of the attached tender documents in your pricing. The school's preference is for the works to be undertaken as soon as practical, subject to the tender evaluation and contract award process. Site visits are required by prior arrangement only.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28062991,Request for Tenders,Closed Competition,RFT Main Contractor for Drainage Upgrades at Okaihau Primary School,,20230913,20231011,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Wastewater system replacement as per TP58 provided by an engineer. The works include: Ground works Drainage works Commissioning of the new system and all associated documentation required Decommissioning of the old system Make good to ground if necessary",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28072835,Request for Tenders,Open Competition,Main Contractor for Fire System Upgrade at Otahuhu Primary School,,20230912,20231005,20240515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Otahuhu Primary School Board of Trustees are seeking a Main Contractor for the Fire System Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28096086,Request for Tenders,Open Competition,Main Contractor for Rationalisation Classrooms E2-E7 & R8 at Okaihau College,,20230914,20231009,20231024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Okaihau College Board of Trustees are seeking a Main Contractor for Rationalisation Classrooms E2-E7 and R8 project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28097725,Request for Tenders,Open Competition,Main Contractor for Block B Interior Works at Glenholme School Rotorua,5208,20230918,20231013,20231205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"New carpet, autex and acoustic ceiling panels to several areas of block B",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28098684,Request for Proposals,Closed Competition,Wellington High School (The School) Roll Growth and Redevelopment Quantity Surveyor Services MOE22653,,20230925,20231013,20231127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,We are seeking Quantity Surveyor Services to provide support for the Wellington High School Redevelopment,Awarded,"This contract was awarded to Rawlinsons Limited and began on 17th January 2024. The term of this contract is until the end of the detailed design stage. The anticipated end date for the required services is forecast for end July 2026 (end of practical completion). It is intended that the whole of life value of the contract resulting from this procurement will be within value band: $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,28098868,Request for Proposals,Open Competition,School Bus Services for Heddon Bush School,,20230916,20231013,20240210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Heddon Bush School invites proposals from suitably-experienced transport operators for the provision of daily school bus services.,Not Awarded,Submitted tender price was unsustainable in the long term,0,20250410 Ministry of Education - School Infrastructure,28104068,Request for Tenders,Open Competition,"Main Contractor for Grey Main School - Block B Cladding, Windows & ILE Upgrade",232876,20230918,20231010,20231103,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,"On behalf of Grey Main School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for Block B Cladding, Windows & ILE Upgrade works at this school. The site is located at Joyce Crescent, Greymouth. The programme for the works will be discussed and agreed with the preferred tenderer. The programme is not restricted to outside of term time. Please refer to all of the attached tender documents in your pricing. The school's preference is for the works to be undertaken as soon as practical, subject to the tender evaluation and contract award process. Site visits are required by prior arrangement only.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28106894,Request for Tenders,Open Competition,Main Contractor for LSPM Universal Bathroom at Ngongotaha School,241216,20230919,20231026,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Buyer is seeking tenders from suitably qualified builders for the Construction Services to complete the construction that has been approved by the schools Board of Trustees and the Ministry of Education, to complete the works under the approved Building Consent and to obtain Certificate for Code of Compliance. At the western end of the building (Block G) is the existing DAP bathroom which has standard height construction with an under sized footprint. The work is to incorporate the adjacent toilet to enable a Universal Standard Bathroom (USB) to be constructed. Works required on the exterior of the building is door change, compliant ramp/handrail and grab rails.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28107408,Request for Tenders,Open Competition,Main Building Contractor for Block 4 AMS Refurbishment & Fire Alarm Upgrade at Shannon School,Shannon School,20231004,20231108,20240613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Shannon School are seeking a suitably qualified Main Building Contractor to carry out the Block 4 AMS Refurbishment Works & Fire Alarm Compliance Works to Block 4. The Contract Works required are: Open up the internal walls between CR4 and CR3, install new double glazed aluminium stacker doors. Install borrowed light window between resource rooms 13 & 14. Install new floor covering, and Autex Composition to walls. Upgrade for Fire Compliance as per Fire Design report. All works shown in Fire Design Report must be shown separately. This includes Fire Alarm Upgrade and any accessibility requirements including ramps, accessible carpark etc. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No tenders received via GETS,0,20250410 Ministry of Education - School Infrastructure,28108251,Request for Tenders,Open Competition,Main Contractor Services - Wairarapa College Floor & Wall Coverings,,20230918,20231016,20231201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Wairarapa College need a Main Contractor to complete floor and wall covering replacements.,Awarded,"Hi all, Please be advised that this contract has now been awarded. The successful tenderer is Wai Build Limited. Thank you for participating.",0,20250410 Ministry of Education - School Infrastructure,28108623,Request for Tenders,Closed Competition,RFT for Main Contractor for AMS Combined at Point Chevalier School - Rangi-mata-rau,239329,20230920,20231013,20231031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,"The Contract Works required are: Upgrade 7 classrooms on the upper level Open up interior walls between classrooms and corridors to create collaborative learningspaces Replace wall coverings with acoustic-rated wall covering Targeted replacement of carpets with carpet tiles and remediate carpets where wallswere removed Install LED lights Convert Room 11 to a foyer/multipurpose/shared space",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28111331,Request for Tenders,Open Competition,RFT Main Contractor for Site Stormwater Replacement at Opononi Area School,,20230920,20231016,20241203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: The project will deliver site wide stormwater upgrades",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28116138,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS Block B - ILE Upgrade at Khandallah School,6025,20230919,20231025,20240216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Khandallah School wants to progress an AMS funded project that will see classroom refurbishment on both levels of Block B. The open plan classroom requires internal refurbishment that will comprise of acoustic treatment of ceilings, installation of new LED lighting and floor finishes renewal. The teaching spaces will also have old pinboard wall linings replaced with composition board finishes. The partial modernisation of the block also comprises of joinery unit renewal, provision of new bag cubby units improvements to staircase balustrating and introduction of exterior sliding doors.",Awarded,"Awarded to Alaska Construction + Interiors, anticipated completion of 30.11.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28116628,Request for Tenders,Closed Competition,RFT - Commercial Fencing Contractor for LSM - Site Safety Improvements at Kenakena School,6146,20230920,20231018,20240306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Kenakena School has a need to improve site safety along the majority of the boundaries that adjoins roadways and adjoining residential properties. The improvements will consist of the replacement of existing fencing and pedestrian gates in areas of the school identified by a Learning Support Recommendations Report.",Awarded,"Awarded to Feco Fence Systems, anticipated completion of 31.08.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28130207,Request for Tenders,Open Competition,RFT for Pool Contractor for Resurfacing the Swimming Pool at Te Awamutu Intermediate,,20230920,20231020,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Te Awamutu Intermediate is looking to resurface the swimming pool to revitalise the pool and extend the lifespan with minimal maintenance. The project is looking to ensure the resurfacing of the pool will last for the next 10-15 years with minimal additional cost to the school or requiring extra maintenance.,Awarded,The contract was awarded to Coombes Aquatics and started on 4 December 2023,0,20250410 Ministry of Education - School Infrastructure,28130583,Request for Tenders,Open Competition,Mokau School Roofing; Cladding; Windows,3229.06,20230921,20231026,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To complete works identified in the 10YPP, being; Roofing Replacement; New framing, Cladding and Joinery; Toilet Upgrades Project Manager: Ardern Peters Architects Ltd The Contractor will be engaged through a Medium Works Contract.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28131100,Request for Tenders,Closed Competition,Main Contractor for the combined works at Target Road School (Auckland),,20230921,20231019,20231211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The works are for ACM cladding removal and replacement / classroom refurbishments / toilet refurbishments / ACM flooring removal / flooring reinstatement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28131964,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block F - Refurbish Facade and Replace Stair at Wellington High School,5820,20230921,20231019,20231205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The work includes the repair of spalling to the concrete walls of Block F (hall) especially about window openings and the replacement of exterior egress stairs. Over many years water has got into the concrete walls and corroded the reinforcing blowing the concrete. The concrete is to be repaired and the entire faade painted. Steel windows cast into openings have created similar issues and are to be removed and replaced with new double glazed aluminium units. The existing external egress stairs are non compliant in respect of pitch, are in poor condition and one of them has been assessed by an engineer as being dangerously degraded. Three stairs are to be replaced/refurbished. The new building works will be designed and constructed in line with MoE guidelines and will also be peer reviewed around its weather tightness performance. As a consequence of these works a number of mechanical services plan has to be removed and reinstated back.",Not Awarded,Not awarded - price too high. Will be re-tendered,0,20250410 Ministry of Education - School Infrastructure,28133899,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS only Blocks A, C, D - Refurbish Classrooms at Featherston School",6189,20230921,20231025,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Featherston School is planning a project that will upgrade teaching space environments. One teaching space in Block C requires internal refurbishment that will comprise of acoustic treatment of ceilings, installation of new LED lighting and floor finishes renewal. Internal connection to the adjoining classroom will be introduced with the creation of an opening between the two classrooms and the introduction of a glazed sliding door unit will allow improved collaboration between teaching spaces. Classroom spaces in other blocks will have old fluorescent lights replace with new LED fittings.",Awarded,"Awarded to Tararua Builders Ltd, anticipated completion is 30.04.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28134610,Request for Proposals,Closed Competition,Bundle of Glen Innes School and Glen Taylor School Roll Growth Project Management and Engineer to the Contract Services,MOE24438,20230920,20231013,20231212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant to manage and fill in the role of Engineer to the Contract for the roll growth projects at Glen Innes School and Glen Taylor School. Please note you are tendering for the required services for a bundle of two (2) schools together.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28135930,Request for Tenders,Open Competition,Main Contractor for AMS Interior Works to Blocks V and D,5288,20230922,20231019,20240812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Interior alterations to blocks V and D to add a new dividing glazed door to V and layout changes and classroom refurbishments to block D,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28138936,Request for Tenders,Open Competition,Main Contractor for Fire and Security System Upgrade at Manurewa West Primary School,,20230921,20231017,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Manurewa West Primary School are requesting the services of a suitably qualified contractor to complete a fire and security system upgrade. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday 28th of September at 10.30am Site Visit 2 Thursday 5th of October at 10.30am Site Visit 3 Thursday 12th of October at 3.15pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Not Awarded,BoT - School decided to use a alternative contractor.,0,20250410 Ministry of Education - School Infrastructure,28139071,Request for Tenders,Open Competition,Main Contractor for Full Exterior Paint of Mairangi Bay School,,20230921,20231017,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Mairangi Bay School are requesting the painting services for exterior painting of the whole school. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Wednesday the 27th of September at 10am Site Visit 2 Wednesday the 4th of October at 10am Site Visit 3 Wednesday the 11th of October at 10am Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,126558,20250410 Ministry of Education - School Infrastructure,28139893,Request for Tenders,Open Competition,Havelock North High School Learning Support Modifications - Site,235642,20230922,20231019,20240131,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All submissions to be made through the GETS website,"Site wide upgrade of the accessible ramps, entrances to buildings",Awarded,Contract Awarded,250000,20250410 Ministry of Education - School Infrastructure,28139968,Request for Tenders,Closed Competition,"RFT - Roofing Contractor for Blocks A, D, E, H, I, J - Roofing Replacement at Waitohu School, Otaki",5895,20230922,20231025,20240306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The approved ten year property plan has identified a number of roofing improvements to various buildings at the school which includes roof coverings, flashings and spouting renewal. The contract also includes the installation of an appropriate trafficable and heavy duty polycarbonate translucent roof product. Where spouting is identified for replacement there is a requirement to repaint timber fascia. The roofing contractor will be required to employ an experienced and trade qualified contractor to complete this.",Awarded,"Awarded to Madsen & Green Contracting Ltd, anticipated completion of August 2024. It is intended that the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28141894,Request for Tenders,Closed Competition,Request for Tenders for South Hornby School (the School) New Build of 4 Teaching Spaces Main Contractor,MOE23420,20230920,20231020,20240614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"South Hornby School is located in the southwest of Christchurch, in the Hornby district, a light industrial and commercial area approximately 9km of the city centre. It caters for years 1 to 6 with a current roll of 289 students. The school was built on a 3.94-hectare site in 2017. The buildings are generally located toward the south of the school site with courts, playground and field in the south, and with additional field space and play areas in the north and northwest. The school is housed in 3 buildings with 4 learning hubs, administration, and the school hall. Each teaching hub is 3 teaching spaces. The school will continue to operate throughout the construction period. All construction work must be phased to take this into account and allow for suitable access at all times. Upon completion, the students of South Hornby School will have access to a new learning hub including 4 teaching spaces.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,28145301,Request for Tenders,Closed Competition,"RFT Main Contractor for Wastewater, Stormwater and Carpark Upgrades Kokopu School",,20230925,20231106,20240510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Site: Stormwater systems, carpark upgrades Engineered plans for a stormwater system are underway and will be issued with the RFT. Plans include design for additional potable water tanks onsite and their location and the grading, installation of channel drains and subsequent resurfacing of the carpark.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28149682,Request for Tenders,Open Competition,"Main Contractor for Blocks 8, 9: Roofing at Mairangi Bay School",,20230922,20231018,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Mairangi Bay School are requesting the construction services of a suitably qualified contractor to carry out a roofing project in blocks 8 and 9. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday 27th of September at 10am Site Visit 2 Wednesday 4th of October at 10am Site Visit 3 Wednesday 11th of October at 10am Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,177169,20250410 Ministry of Education - School Infrastructure,28150969,Request for Tenders,Open Competition,Rakahuri Upgrade at Rangiora High School,,20230925,20231020,20231108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Outcome sought: to rectify acoustic issues and facilitate more efficient use of the space available in the Rakahuri teaching block. History: the open plan areas have become acoustically unsatisfactory when filled with 60 students at a time. Solution: creation of single cell teaching spaces that teachers and students will want to work in. Resolution of the location of the library. Creation of an entranceway at the eastern end of the building.",Awarded,,1344676,20250410 Ministry of Education - School Infrastructure,28151006,Request for Quotations,Open Competition,Main Contractor for Primary School Site Stormwater Remediation Works,5008,20230925,20231020,20240202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Works to form new drainage and soakage to remedy areas of the site where nuisance storm water flooding occurs.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28152490,Request for Tenders,Open Competition,Main Contractor for Westbrook School Watermain Replacement,#238360,20230925,20231101,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Buyer is seeking a suitably experienced contractor to complete the replacement of the schools water main with connections to existing buildings. The contractor is to be familiar with Ministry of Education standards. The project background is; The 10YPP and condition assessment of the school have identified that water loss has been occurring and replacement of the 50+ year old galvanised pipework is required. The route to be improved considering overall design that suits how the buildings are used in 2020s rather than as the school grew in the 1970s and 1990s, rather than just replacing the pipe network in like for like location. The contractor is to liaise with Rotorua Lakes Council, Utilities and InfraCore, the council appointed contractor for the installation of the Backflow preventer.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28153018,Request for Tenders,Open Competition,"Main Building Contractor for Roofing, Cladding & Weather Tightness Works at New Plymouth Girls High School",3261.23,20230925,20231107,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Roofing, Cladding & Weather Tightness works to multiple Blocks, as identified in the 10YPP",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28154213,Request for Tenders,Open Competition,"Out door learning space, Building Repairs, & heat pump replacements",233725,20230925,20231019,20240115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blaketown school is in the coastal spray zone in Greymouth. There are several issues around the school that need to be addressed as part of this tender package. Structural connections are all galvanised and corroded. Blockwork needs repointing. Heat pump outdoor units are corroded. Electrical Distribution boards have no RCD protection. Flooring in areas of A block showing signs of wear. A proper completion of the veranda on Block A to create an outdoor learning space. Structural connections are all galvanized and are corroded these are to be replaced with stainless steel brackets including the siren sounder bracket. Block work. Repoint all block on the west end where the current pointing has failed. In A & I Blocks the heat pump outdoor units are corroded and need replaced with suitably sized units designed for coastal corrosion zone. Electrical Distribution Boards in Block A - 2 boards have no RCD protection and 1 board has no RCD protection and contains older style fuses. RCD protection to all circuits on the library DB and DB1. Replace main switchboard with new compliant board. Site covered entrance way. Structural connects are all galvanized and corroded these are to be replaced with stainless steel brackets. Block A Flooring. Staffroom, reception area. Principals office & corridor. Carpet is showing signs of wear. Take up dispose of. Replace with commercial carpet tiles. AMS: Block A Outdoor learning space. Proper completion of the veranda that currently exists outside of rooms 2 to 4 by extending it to room 1. This would allow the entire school to be taught in a more collaborative enquiring outdoor learning environment.",Not Awarded,No submissions received,0,20250410 Ministry of Education - School Infrastructure,28158210,Request for Tenders,Closed Competition,Rotorua Primary School - Admin Refurbishment & Demolition - B21,MOE24332,20230925,20231103,20240202,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"The Project background is: * To demolish both K and J blocks, remove all in ground services and make safe. The removal of all ACM containing materials as identified in the refurbishment survey will be required prior to demolition. This work will need to be carried out by a licensed asbestos contractor in line with MOE requirements including providing a 3rd party clean air inspection certificate. Ground works are to be completed and the altered footprint created by the buildings removal remediated as per the tender drawings. * To provide additional classroom space for the school in the existing administration building and free up an area for future classrooms to be developed. * The refurbishment of the existing administration building is required to accommodate the growing student role at the school. The demolition of the unused boiler house and K block offices will allow for future classrooms to be built in the area.",Awarded,,233728,20250410 Ministry of Education - School Infrastructure,28161117,Request for Tenders,Open Competition,Ngakonui A Block ILE,6089,20231018,20231114,20240725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Floor Coverings in classrooms CR7/8/10 and 11 The existing floor coverings are worn and require replacement. Prepare floors and install new commercial wool carpet on a double bond underlay or install new commercial carpet tiles. Replace vinyl with new 2mm commercial vinyl rod-weld all joints. Lighting: - Upgrade/replace the existing older T8 fluorescent with new LED fittings complete with diffusers. Add additional lighting to the corridor. RCD protection: - The existing distribution boards have no RCD's or the RCD's they have do not meet current standards. Provide RCD to meet the latest Ministry of Education Electrical Installations Standard for Schools. Contract Works Procurement Plan Full 2017-2 Page 2 of 12 Acoustic ceilings: - CR10 has a timber T&G ceiling. CR11 has pinex ceiling. Install new suspended acoustic ceilings to these two classrooms, including allowance for ceiling insulation. Lighting set into the new grid suspended ceiling. Heating replacement: - The heat pumps (6) in Block A are over ten years old and replacement is recommended in the first 5YA period (years 1-5) based on life cycle. Replace with new heat pumps sized for heating and cooling capacity, and appropriate for the classroom areas/spaces. Outdoor units to be at ground level (not roof mounted). Underfloor insulation: - There is currently no underfloor insulation. Provide Expol (or similar) underfloor insulation. Other work: - CR7 converted to become library. Relocate shelving etc. from existing library (Block L). CR8 & CR10 - Remove the internal walls and install large glazed aluminum stacker doors (or similar) to create flexible, collaborative teaching environment between the classroom teaching spaces. CR11 - Whiteboard storage unit - Provide and install a fixed whiteboard storage unit into the classroom. Mikes Wood shop or similar type (or similar), with adjustable shelving and lockable cupboards. For the storage of classroom resources. Include provision for storing and charging laptops.",Not Awarded,School not continuing with project,0,20250410 Ministry of Education - School Infrastructure,28166184,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Gymnasium Remediation and Upgrade at Porirua College,5827,20230927,20231026,20240405,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Porirua College commenced a roof replacement project on the gymnasium building in 2021. During the works significant deterioration of structural steel wall and floor members was discovered which resulted in the project having to be reduced in scope with significant seismic assessment then having to be carried out on the building. Additional capital funding has since been made available and the decision taken to seismically upgrade the building, replace cladding and carry out all associated interior refurbishment works. The project also comprises of roof coverings renewal, the replacement of the main fresh air circulation system, installation of new aluminium window joinery, alterations to fire/emergency egress routes and the resurfacing of the timber sports floor. Although still to be fully documented the contract may also be extended to introduce additional interior refurbishment of the changing and toilet facilities which includes the outdoor sports changing building located behind the main gym. The college reserves the right to seek additional pricing of this work once a contract has been entered into on the basis that the optional extra work is determined to be affordable.",Awarded,"Awarded to Niche Commercial Ltd, anticipated completion of 31.03.25. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,28168224,Request for Tenders,Open Competition,Main Contractor for Block G (Gym) Refurbishment at Mangere College,,20230928,20231025,20240514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Mangere College Board is looking for a Main Contractor for a refurbishment in Block G - gym.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28168927,Request for Tenders,Open Competition,Main Contractor for Weathertightess Remediation at Vardon School,,20230927,20231020,20231111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Exterior wall cladding remediation, new aluminium windows, spouting and downpipes.",Awarded,"The contract was awarded to Thorburn Builders Ltd and commenced on 20th November 2023. Unsuccessful tenderers have been advised by email.",332052,20250410 Ministry of Education - School Infrastructure,28169158,Request for Tenders,Closed Competition,RFT - Commercial Fencing Contractor for LSM - Site Safety Improvements at Raumati Beach School,6125,20230927,20231025,20240306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Raumati Beach School has a need to improve site safety along the majority of the boundaries that adjoin roadways, adjoining residential properties and Kapiti College. The improvements will consist of the replacement of existing fencing and pedestrian gates in areas of the school identified by a Learning Support Recommendations Report.",Awarded,"Awarded to Feco Fence Systems, anticipated completion of 31.08.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28170272,Request for Tenders,Open Competition,Main Contractor for Block G Pool Refurbishment Project at Mangere College,,20230928,20231025,20240517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Mangere College School Board are seeking a Main Contractor for the Block G Pool Refurbishment .,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28170617,Request for Tenders,Open Competition,RFT - Main Contractor for BLK 1 ILE Project at Waikowhai Primary School,1549 - 226289,20231002,20231025,20231117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope Existing school classroom block - Internal demo, Internal alterations to form new Withdraw spaces, New wall & Floor coverings, associated electrical, security within 2 Classroom area. Upgrade to Type 4 Fire alarm to whole block Note No external works planned Site Visits on Request Project Location South West Central Auckland",Awarded,"The submissions received were thorough and generally well documented. Some non-price criteria were clearly portrayed were others were not so clear - capacity & capability mostly There was a reasonable range in Tender prices received and options asked for were standardised through all submissions",0,20250410 Ministry of Education - School Infrastructure,28171063,Request for Tenders,Open Competition,Main Contractor for the Block 2 ILE & DQLS Upgrade AMS Combined at Bayswater School,,20230928,20231024,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The School Board are seeking a main contractor for the Block 2 ILE & DQLS Upgrade AMS Combined.,Awarded,,224749,20250410 Ministry of Education - School Infrastructure,28171245,Request for Tenders,Open Competition,Makoura College - Main Contractor for Blk E - Refurbishment (Wairarapa),,20230926,20231020,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Makoura College are seeking the services of a main contractor to undertake the fit out of Block E. **Please price this on a room by room basis and breakdown the costs as per the schedule of prices*** The work is described in the tender documents prepared by IR Group and involves: Demo existing carpet throughout upper level classrooms and hallways of Block E Demo existing vinyl flooring in lobby areas on all sides of building and areas upstairs Demo existing hessian board and wall covering above and below timber dado rails Carpet: Replace all areas with carpet tiles (including stairwells). Garage Carpet: Supply and install garage carpet to lobby areas at doors accordingly. Anti Slip Nosing Strips: Supply and install necessary anti slip treads to nosings of stairs. Garage Carpet: In lobby and classrooms, replace wall linings below timber dado rail with garage carpet. Autex Cube: In lobby and classrooms, replace wall linings above timber dado rail with autex cube. Ensure autex cube is priced to reach full ceiling height in all locations. Ensure autex cube is priced to fit between windows in all classrooms. Timber Dado Rails: Supply and install new timber dado rails where missing. Window Paines: Remediate all glass window paines where cracked / broken. Painting: Paint all handrails and balustrades in stairwells Allow to paint ceilings and trims where necessary Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item",Awarded,,260894,20250410 Ministry of Education - School Infrastructure,28174406,Request for Tenders,Open Competition,South Wellington Intermediate School - Civil Contractor - Site: Plumbing and Drainage Upgrades (Wellington),,20230927,20231020,20231128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at South Wellington Intermediate School are seeking the services of a civil contractor to undertake the site plumbing and drainage remediation's. **Please price this following the Schedule of Prices document. This has been modelled off the solutions presented in the scope document and addresses all remediation work on an issue by issue basis*** The work is described in the tender documents prepared by IR Group and involves: Excavate existing concrete/asphalt and expose old earthenware pipes (3x locations) Remove and dispose of old earthenware pipes (3x locations) Supply and install new uPVC pipes to replace (3x locations) Remediate ground to make good areas of impacted work (3x locations) Jet blast sewer lines to clear blockage Jet blast storm water lines to clear blockage Remediate and raise sunken man holes flush with surface level Supply and install new grease trap Supply and install new concrete surround to gully trap Supply and install 5x new HWC. Clean out grate Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. Preferred Date: December / January School Holidays The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28178917,Request for Tenders,Closed Competition,"Main Contractor Blocks 1,7 and C ACM Decontamination and Roof Replacement Works at Royal Oak Intermediate School",,20230928,20231019,20240630,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Specialist reports have identified that a number of the roofs over Block 1 and administration are in poor condition and need replacing. The roofs of Blocks 7 and C are also in need of replacement. A preliminary survey has identified that the ceiling cavities are littered with the remnants of Super 6 roofing, and will require multiple decontaminations, cleans, and clearances, whilst being are staged across roughly 7-8 phases. Decontamination works will need to be completed outside of school hours and during term time. A suitably qualified and experienced main contractor who can evidence successfully achieving similar works in an operational environment is required to manage these complex works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28179605,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1, 2 C Window Replacement at Royal Oak Intermediate",,20230927,20231018,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A suitably qualified contractor is required to replace the end-of-life aluminium windows (Technology rooms) and the timber windows in Rm 16 of Block 1. Replacement of the broken, non-functioning louvre windows in Block 2, and replacement of the end-of-life aluminium windows to Block C. All window units must be replaced with 40mm commercial grade aluminium windows with options for single and double glazing to be considered.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28179714,Request for Tenders,Closed Competition,RFT Main Contractor for Re-Roof & WC Upgrade - Elmgrove Primary School,MOE24452,20230926,20231025,20231215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Tender is to source a Main Contractor to Re- Roof and upgrade toilet blocks to Block 1 & 4 at Elmgrove Primary School in Mosgiel, Otago. Construction will take place both during school holidays and school term.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28185316,Request for Tenders,Closed Competition,Silverstream South Primary School - Block 11 Redevelopment - Main Contract Works,MOE24553,20230928,20231030,20240910,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"Silverstream (South) Primary opened in 2004 on the site of the old Mosgiel Intermediate. It inherited an excess of space, with buildings constructed 1956-57 and 1972, none of which could be practically rationalised. As the 5YA is calculated on roll or area, whichever is less, Silverstream has struggled ever since to maintain a reasonable standard for its learning environments. The SPG shows that when the roll reaches funding capacity it will still have a significant surplus of admin, resource, and multipurpose space, however classroom and library will be correct or slightly in deficit. The lineal design of most existing buildings is Circulation-heavy. The replacement of Block 11 will reduce Circulation space and the Resource surplus. The Contract Works required are: To replace 4 Teaching Spaces in Block 11, and upgrade/replace toilets in Block 13. Roof repairs to be done for Block 13 and some repairs to be done on covered walkways Silverstream School now requires the demolition and replacement of Block 11. The block is a 1957 brick block containing asbestos and mould in subfloor and loft, and comprising dated 4TS, unhygienic toilets, accessible bathroom with shower, and excess resource and circulation space. The block suffers intermittent roof leaks, and some rooms are closed due to damp The services now required are detailed below: Demolition Asbestos Removal Construction",Not Awarded,Due to budget constraints the MOE took a different approach,0,20250410 Ministry of Education - School Infrastructure,28186246,Request for Tenders,Open Competition,RFT - Te Aratai College - New Hockey Turf - Site Establishment,MOE23903,20230928,20231027,20240202,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Site establishment, earthworks, drainage, & associated landscaping for a new hockey turf at Te Aratai (Linwood) College. The works will be conducted within the school term holidays.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28186255,Request for Tenders,Closed Competition,Request for Tenders for Lincoln High School (the School) Stage 1A Science Block And Additional Rights Main Contractor Services,MOE23648,20230927,20231031,20240429,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Lincoln High School is a secondary school (year 9-15) located in Lincoln in Canterburys Selwyn District in a university town with a student roll of 1376 as of April 2023. At completion of the project, the school will have a new admin building and a new 12TS science block. A new carpark at the schools main entrance is also part of the scope.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $10,000,000-$25,000,000.",0,20250410 Ministry of Education - School Infrastructure,28187602,Request for Tenders,Open Competition,Main Building Contractor for the Combined 5YA Projects at Highlands Intermediate School,3001.28,20231101,20231130,20240325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board of Highlands Intermediate School seeks to undertake the remedial and refurbishment work that was identified within the ten-year property plan. Works required are: A Block: o Level 2 corridor interior refurbishment. o Toilet interior refurbishment (Tech end of block). o Replace lights to Staffroom, Principal and Corridor. o Replace small sections of metal roofing and membrane roofing to north side. o New wall vinyl to Boys toilet. o Paint all painted surfaces to two storey boys and girls toilet block, repair damaged windows that do not close. B Block: o Cladding remedial work. Project consultants are: o Project Manager: Ardern Peters Architects Ltd o Lead Designer: Ardern Peters Architects Ltd o Structural Engineer: BCD Group o Fire Engineer: Holmes o Mechanical Engineer: Mark Garner",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28188749,Request for Tenders,Open Competition,"Main Contractor for Blocks A: B: Site: Roofing, heating, and Toilets at Otorohanga School",236840,20230929,20231026,20240131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,98146,20250410 Ministry of Education - School Infrastructure,28189701,Request for Tenders,Closed Competition,RFT Main Contractor for Roof Replacement - Forest View High School,MOE19731,20230928,20231019,20231127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Procurement seeks to source a Main Contractor to carry out roof replacement work and internal ceiling modifications at Forest View High School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28192954,Request for Tenders,Closed Competition,Request for Tenders for Otamatea High School LSPM Access Modifications Main Contractor,MOE24546,20230929,20231019,20240304,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Otamatea High School is requiring learning support property access modifications to create a safe learning environment.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28195401,Request for Tenders,Open Competition,Main Contractor for Front Entrance Landscaping Upgrade at Waimahia Intermediate School (the School),,20231006,20231103,20231109,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Waimahia Intermediate School Board of Trustees are seeking a Main Contractor for Front Entrance Landscaping Upgrade at Waimahia Intermediate School,Awarded,"The Waimahia Intermediate School - Board of Trustees has after evaluation against the listed Criteria awarded the 'Main Contractor for Front Entrance Landscaping Upgrade"" to Luijten Landscaping Limited. Note: The Total Spend Price includes the Tender Price of $134730 plus the option of Mulching Gardens of $5500.",140230,20250410 Ministry of Education - School Infrastructure,28195487,Request for Tenders,Open Competition,Main Contractor for Block 1 Classroom Upgrade at Ruapotaka School,,20231004,20231030,20240328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The Board of Trustees of Ruapotaka School is looking for a main contractor for the upgrade of classrooms in Block 1. The School envisions an improved flow between indoor and outdoor learning.,Awarded,best value proposal,0,20250410 Ministry of Education - School Infrastructure,28198252,Request for Tenders,Open Competition,"Main Contractor for the Block 1, 2, 2A, 4, 8 and 10 DQLS Upgrade at Puhinui School",,20231004,20231030,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Puhinui School wish to procure the services of a suitably qualified contractor to carry out a DQLS upgrade in blocks 1, 2, 2A, 4, 8 and 10. Block 1 replacement of poor condition and end of life carpet, autex, lighting, ceiling tiles and whiteboards. Blocks 2 and 10 replacement of poor condition and end of life carpet, autex, lighting, ceiling tiles and whiteboards. Block 2A - replacement of poor condition and end of life carpet, autex, vinyl and whiteboards. Blocks 4 and 8 replacement of poor condition and end of life carpet, autex and lighting. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Wednesday 11th of October at 3:15pm Site Visit 2 Wednesday 18th of October at 3:15pm Site Visit 3 Wednesday 25th of October at 3:15pm",Awarded,,472500,20250410 Ministry of Education - School Infrastructure,28199742,Request for Tenders,Open Competition,"Main Contractor for Block 2: Roof, DB, Joinery, DQLS, Heat Pumps and Outdoor Learning Area at Glenbrae Primary School",,20231002,20231026,20240408,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Glenbrae Primary School wish to procure the services of a suitably qualified contractor to carry out roof, distribution board, window and door replacement, DQLS upgrade, heat pumps and outdoor learning area project. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Wednesday 4th of October at 3.15pm Site Visit 2 Wednesday 11th of October at 3:15pm Site Visit 2 Wednesday 18th of October at 3:15pm",Not Awarded,The board of trustees at Glenbrae Primary School have decided to go with another tender.,0,20250410 Ministry of Education - School Infrastructure,28200243,Request for Tenders,Open Competition,"Main building contractor for the upgrades of Blocks 2, 4 & 5 at Loburn School",22-1482,20231004,20231103,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for main building contractor. The project involves the upgrade of three specific areas of Loburn School: - Internal upgrade of Block 02 (Classroom) including the connection of an internal access to the adjacent Classroom Block. - Internal upgrade of Block 04 (Classroom) including alterations to the external envelope to provide additional glazing and ventilation. The upgrade for both Blocks 02 and 04 generally involves an internal modernisation of each of the classrooms. i.e.: new wall coverings, floor finishes, and complete internal redecoration. - Upgrade of Block 05 (Toilets): The scope of work associated with this Block includes replacement of fittings, fixtures selected redecoration and improved external access. These works are generally noted as AMS Upgrade works within the school's 5YA programme. Whilst the projects are offered under this RFT as a single process and one contract, it is anticipated that the works are to be staged as individual projects with staged handovers. The priority for completion of the individual Blocks shall be confirmed with Loburn School prior to undertaking the construction works.",Awarded,The contract has been awarded to Contract Holdings Ltd trading as Contract Construction Ltd. Construction has commenced and is due to be completed in two months.,234029,20250410 Ministry of Education - School Infrastructure,28205540,Request for Tenders,Closed Competition,Mt Aspiring College - Demolition & Landscaping Works,MOE24617,20231003,20231103,20231221,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"Mt Aspiring College (MAC) is located north of the township of Wanaka, Central Otago. The school caters for students from years 7-13. Wanaka is currently experiencing high growth and as a result Mt Aspiring College has experienced sustained growth over the last 8 years. Recently the Ministry has completed a new two storied 4,500m2 28TS building and a 1,500m2 replacement administration, Whare and teaching building. Following construction, the Ministry now requires the demolition of the old Administration building and associated landscaping. The works can be summarized as follows: The proposed demolition of the existing Admin Building together with associated services and replacement landscaping works at Mt Aspiring College.",Awarded,,936341,20250410 Ministry of Education - School Infrastructure,28205677,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks 1, 2, 3 Building Envelope Replacement, AMS combined Block 2 ILE Upgrade at Bellevue School, Wellington",5994 / 5995,20231006,20231109,20240513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Blocks 1, 2, 3 Building Envelope Replacement: Bellevue School has three buildings where a series of improvements to the exterior envelope are needed. Roof coverings renewal and external cladding replacement is required. As a result of this work the heat pump units mounted on the roofs will need to be relocated and reinstalled on the ground. Electrical cabling and condensate pipework will have to be re-routed and galvanised steel protective cages provided to surround the outdoor units. The relocation of the heat pumps on Block 1 will necessitate a need to widen the pedestrian route behind the building. The concrete pathway needs to be increased in width. AMS combined Block 2 ILE Upgrade: The school is proceeding with a capital improvement project that will see classroom refurbishment work together with the partial upgrade of selected student toilets. The work will be carried out in conjunction with external envelope improvements and will follow stipulated staging as identified with the tender documentation. Refurbishment work includes replacement of floor finishes, the creation of openings through separating walls between classrooms and the supply and installation of glazed sliding doors. Improvements to student toilets comprises of sanitary fixture renewal together with new partitioning and wall, floor and ceiling finishes replacement. Due to the varying funding streams providing the overall project budget contractors will be asked to provide separate tender submissions as directed by the RFT document.",Awarded,"Awarded to Peryer Construction Wgtn Ltd, anticipated completion of 31.03.25. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,28206948,Request for Tenders,Closed Competition,RFT Main Contractor for Refurbishment Works at Kaikohe West School,,20231005,20231101,20240703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Electrical upgrades ii. Heating upgrades iii. Cladding and window repairs iv. Internal finishes carpets and wall coverings replacements v. Ceiling replacement",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28208302,Request for Tenders,Open Competition,"Main Contractor for 2,3,4:AMS ILE Upgrade and Principals Office at Milton Primary School",232537,20231005,20231102,20231206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Based on the 2021/22 10YPP carried out for Milton Primary School, the Board elected to allocate AMS funding upgrade the classrooms Block 4, Other works to Block 4 will include sliding doors between the classrooms and breakout space, new autex to the classrooms. ? Combined with this project is the sound proofing to the Principals Office. The office is used as a meeting space with students to discuss private matters, and for this purpose requires an acoustic upgrade to provide better privacy and confidentiality for users. Works to possibly include a lowered ceiling with noisebatts and acoustic features to the wall linings. ? Carpet replacement to the classroom in Block 3 is an optional replacement based on the 10YPP and will be included in the initial scope of work. Outcome sought",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28209203,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1,2,3,6 and 7 Window and Door Joinery Replacement at Papatoetoe North School",,20231003,20231031,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"Papatoetoe North School Board are seeking a Main Contractor for the Blocks 1,2,3,6,and 7 Window and door Joinery Replacement At Papatoetoe North School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28213981,Request for Tenders,Open Competition,Main Contractor for Artificial Turf Multi Use Courts at Ellerslie School,,20231004,20231030,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Ellerslie School Board of Trustees are seeking a main contractor for Artificial Turf Multi Use Courts.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28217490,Request for Tenders,Closed Competition,Te Wharekura o Mauao (the Kura) B19 Roll Growth Main Contract Works (the Contract Works),MOE23927,20231004,20231110,20240126,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Te Wharekura o Mauao (the Kura) B19 Roll Growth Main Contract Works (the Contract Works).,Awarded,"This contract was awarded to Marra Contruction (2004) Ltd and began in February 2024. The term of this contract is until the final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $5M-$10M",0,20250410 Ministry of Education - School Infrastructure,28217981,Request for Tenders,Open Competition,Main Contractor for Waterloo School (Wellington) Block A & J Roofing Replacement,,20231005,20231031,20240508,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Waterloo School seek the services of a Roofing Contractor to undertake the roofing replacement to Blocks A & J on the school site. The work involves the following alterations:- Block A - Lower Trapezoidal Roof General Site establishment including cordoning off relevant work area, implementing of appropriate scaffolding, edge protection and access. Uplifting of existing trapezoidal metal roof Replacement of removed roofing with comparable new colorsteel .55 gauge of a comparable profile and in such a way as to match existing details Installation of new roofing underlay Installation of Insulation where applicable Implementing of new rainwater systems to match surrounding systems Removal of all associated waste materials from site Final clean Disassembling of scaffolding & edge protection Block A - Upper Corrugated Roof over Mezzanine Area General Site establishment including cordoning off relevant work area, implementing of appropriate scaffolding, edge protection and access. Uplifting of existing trapezoidal metal roof Replacement of removed roofing with comparable new colorsteel .55 gauge of a comparable profile and in such a way as to match existing details Replacement of existing translucent roofing with new trafficable skylights/translucent sheets in a comparable profile to metal roof to allow for seamless transitions Installation of new roofing underlay Installation of Insulation where applicable Implementing of new rainwater systems to match surrounding systems Removal of all associated waste materials from site Final clean Disassembling of scaffolding & edge protection Block J Roof - Like for like replacement of metal & translucent roofing, associated flashings Cordoning off relevant work area, implementing of appropriate scaffolding, edge protection and access. Uplifting and disposal of existing trapezoidal metal roof Installation of new roofing underlay Installation of Insulation where applicable Replacement of removed roofing with comparable new colorsteel .55 gauge of a comparable profile and in such a way as to match existing details Implementing of new rainwater systems to match surrounding systems Removal of all associated waste materials from site Final clean Disassembling of scaffolding & edge protection The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Awarded,,330065,20250410 ,,,,,,,,,,,,,,,,, Ministry of Education - School Infrastructure,28219899,Award Notice,Open Competition,New School Remediation Works at Murupara Area School,,20230809,20230818,20230830,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Murupara Area School has been identified as requiring remediation works to resolve ventilation issues that are causing increased temperatures in the building.,Awarded,"This contract was awarded to Ronayne Construction (NZ) Ltd and began on 11 September 2023. The term of this contract is until final completion of the project, forecast to be in January 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $100k - $250k.",0,20250410 Ministry of Education - School Infrastructure,28226795,Request for Tenders,Open Competition,Main Contractor for Block 10 DQLS Upgrade at Everglade School,,20231006,20231101,20240514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Everglade School Board are seeking a Main Contractor for the Block 10 DQLS Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28226853,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at Waitara Central School, Waitara",Waitara Central School,20231006,20231115,20240311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Waitara Central School are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Installation of new 1.8m panels & gates including gate hardware. Includes a small area requiring a retaining wall, mowing strips and removal of existing fence. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,158430,20250410 Ministry of Education - School Infrastructure,28232599,Request for Tenders,Open Competition,"Takaro School, PN - Block 1 Alterations",,20231009,20231103,20231212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Takaro School Board of Trustees wish to invite main building contractors to provide an offer for alteration work to Block 1 at the School, Palmerston North. Many thanks.",Not Awarded,"The contract was awarded to Paul Robertson Builders. Thanks,",0,20250410 Ministry of Education - School Infrastructure,28234318,Request for Tenders,Open Competition,Main Contractor Sceince Lab Shift to E Block & Gym Changing at Taita College,,20231009,20231116,20241108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Background The BOT as Taita College seek a main contractor to deliver the scope of works is for Salvage of existing Lab fixtures and internal alterations and refurbishment to relocate the science Lab and technicians room into Block E along with building services works. There are minor upgrading works in the Gym Changing areas as well to be priced separately The works will be undertaken as a single stage during the school term under a CPU. The contractor will need to liaise with the school to ensure as little impact as possible on the schools activities. Project consultants are: o Project Manager: Ian Rattray o Lead Designer: Krish Rudra IR Group Ltd Required solution (method and approach) The Contract Works required are The nature of the works is internal alterations with Salvage of existing near new science fixtures from the current science labs in C Block for reuse in E Block Minor internal demolition and strip out in E Block New wall and floor finishes New joinery Changes to the electrical plumbing and gas services. The Contractor will be engaged through a Medium Works (Construction contracts for professional services and works).Timeframes are: indicative Start date: Early January 2024 indicative Due Date for Completion: 31 May 2024.",Awarded,Peryer scored the highest based on our agreed weighted attributes model,400000,20250410 Ministry of Education - School Infrastructure,28234941,Request for Tenders,Closed Competition,Main Contractor for Re-roofing at Hamilton Boy's High School - RFT,,20231006,20231102,20231205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Hamilton Boy's High School Board of Trustees are looking for a main contractor to oversee the and re-roofing various teaching blocks within the school. The school was built in the early 1950s. While the school buildings have been kept in good condition, some of the roofs and lower canopies now require attention. Works are required to be completed in the December holidays with completion by the start of 2024 Term 1",Awarded,,629943,20250410 Ministry of Education - School Infrastructure,28236066,Request for Tenders,Open Competition,Request for Tenders for Central Auckland Special School and Wesley Intermediate Civil Works Main Contractor,MOE17220,20231009,20231102,20231201,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Civil works are required at Central Auckland Special School and Wesley Intermediate.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28236387,Request for Proposals,Closed Competition,RFP Rolleston College Campus 2 New School - PM & EtC Services and Additional Requirements,MOE24600,20231009,20231102,20240408,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,," Project Management & ETC role for the construction of SP01 of the new secondary school in Rolleston delivered to the opening date of July 2025. The construction contract is NZS 3916 let to Southbase Construction. SP01 (This engagement) is for the construction of a technology building; gymnasium; sports fields; hardcourts; car parking; hard & soft landscaping, and site wide infrastructure as described within the drawings. To be delivered to an agreed, achievable budget. The construction budget SP01 is approx. $62m incl. contingency and escalation. The new school is to be managed by the existing College as a second campus but is being designed as a standalone high school (i.e., no allowance for the sharing of facilities in the design of the campus). The project is being delivered using BIM modelling. The Consultant is to undertake contract administration tasks and is to work as part of the overall project team including D&B contractor, PQS, the school, Local Authority, and the Ministry to ensure a successful project delivery on time and on budget. This RFP is for the engagement of an Engineer to Contract, Engineers Rep and Project Manager roles. The consultant scope is as outlined in the scope of services document attached to this RFP.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28236829,Request for Proposals,Open Competition,Construction Directory Refresh 2023 - Phase 2 New Suppliers,,20231009,20231114,20240327,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Construction Directory, launched in 2018, is a national panel of primary construction Suppliers (the Directory). The Directory is a panel arrangement where Suppliers are prequalified for capability and capacity from which the Ministry will procure major works contracts over $500,000, through the Capital Works programme. The Ministry is now opening the Directory to allow new Suppliers to tender.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28238571,Request for Tenders,Open Competition,Main Contractor for Block K WTR & Internal Upgrades at Bankwood School,233626,20231011,20231107,20231212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of Bankwood School BoT, we would like to invite contractors to submit a tender for the above project. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,454351,20250410 Ministry of Education - School Infrastructure,28241381,Request for Tenders,Closed Competition,Wesley Intermediate - 8TS non-TS Areas & Toilet Refurbishment-Main Contractor,MOE24653,20231009,20231027,20231130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Not Awarded,The Contract Works awarded to C3 (B3 Building Maintenance Limited),0,20250410 Ministry of Education - School Infrastructure,28242096,Request for Proposals,Closed Competition,Appointment of Building Services Engineers and Indoor Environmental Quality (IEQ) Specialist to the Design Review Panel,MOE23566,20231009,20231103,20240219,,Sole Agency,No,,"The Design Review Panel (DRP) was established to assist the Ministry in providing a level of design assurance and consistency of approach on Ministry led projects. Design reviews are normally undertaken at Masterplan, Preliminary Design and Developed Design stages. More than 246 design reviews were held during 2022 for Ministry projects that have a capital value of $3,000,000 or higher. The Ministry will look to appoint additional engineers to the DRP to provide sufficient capacity and capability to support an increase in workload, to diversify the knowledge and skillset of the panel, and to cater for succession over time.",Awarded,"Appointed to the Design Review Panel, note work will on be on as required basis.",540000,20250410 Ministry of Education - School Infrastructure,28242234,Request for Tenders,Open Competition,"Ventilation Contract Works for A; Drama and Graphics, FA; Hauora, R; Reading recovery at Rotorua Intermediate School",236227,20231011,20231106,20231215,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,1105 Arawa Street," With the new focus by the MOE on student welfare in teaching spaces and the general push to provide DQLS outcomes and ILE, ongoing CO2 measuring has been utilised to determine if the CO2 levels in teaching spaces is within acceptable limits. Due to various (mainly older designs of teaching spaces) factors, the CO2 level was found to be unacceptably high in 4 teaching spaces in the school. Addressing this shortcoming in these 4 teaching spaces is the required outcome of this project. This project is part of a nationwide CO2 monitoring process seeking to improve the student environment in teaching spaces The project will have to be completed during school holidays or phased and/or staged in handover to enable spaces to be rotated with classes during construction work.",Awarded,,186396,20250410 Ministry of Education - School Infrastructure,28247312,Request for Tenders,Closed Competition,RFT Patricia Ave Block G Reconfiguration Main Contractor - Marian Campus,,20231010,20231101,20231218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This document details the plan for procuring the Main Contractor (the Contract Works) for the Board of Trustees (BoT) (The Principal) at Patricia Avenue School (Marian Campus) (the School). The project is part of the schools 5YA programme of works and is looking to deliver a more cohesive space for the school that improves functionality.,Awarded,The contract was awarded to Construct Limited and will start on 18 December 2023,267861,20250410 Ministry of Education - School Infrastructure,28256948,Request for Tenders,Open Competition,TKKM o Wairarapa - Main Contractor for Blk 4 Classroom Upgrades & Verandah (Wairarapa),,20231011,20231103,20240412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at TKKMoW are seeking the services of a main contractor to undertake the Blk 4 Classroom Upgrades & Verandah upgrades, as follows: Blk 4 Classrooms Supply and install temporary fencing and operate under a SSSP. Leave carpet tiles and vinyl in classrooms as is Replace all classroom storage units and resite storage unit in storage room to be in passageway. Storage units to be replaced with new low height storage unit, with drawers and pull out shelves and sink. Remove window units from classrooms 1, 2, Resource Room, 5 & 6. Block in areas where windows removed. Resite door from storage room / Resite window from classroom to resource room/library Repaint all classroom walls, ceiling trims etc where indicated in classroom 1 6. New composition pinboards to be placed in classrooms 1 6 where indicated. Supply and install new whiteboard storage unit to each classroom 1 - 6 Construct new teachers workroom, with new workbench and reused shelving units Supply and install new LED battens, light switches, power points, double power points, tv ariel outlets, new data outlets, new air conditioners. Structural Drawings attached Blk 4 Verandah Seats to be uplifted retain for re-use / Door to be re-hung to swing the other way in Room 1 / Heat Pump outdoor units to be lifted onto new deck / Remove handrails onto existing steps Supply and install timber post and beam structure (Taurapa of Waka (Stem) Supply and install new verandah and deck, with posts to line up with walls and mullions, also including new steps with handrails, timber balustrade and baseboards New concrete ramp to be constructed at Western End as well as new entry ramp to be constructed to resource room Clearlite roofing to cover deck with multibrace over top of rafters. Section of existing gutter and soffit to be removed Remove existing landings outside block 4 northern face of building where verandah is going to be. Supply and install new exterior bulkhead lights, floodlights and light switches Supply and install 2x new soakpits Project consultants are: o Project Manager: IR Group Ltd o Lead Designer: Silverwoods Architects The Contractor will be engaged through an MOE Medium Works Contract (Construction contracts for professional services and works). When responding, please ensure you complete: - Form of Tender Part A - Form of Tender Part B - Schedule of Prices",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28263277,Request for Tenders,Closed Competition,Request for Tender Contractor for a Toilet Refurbishment Project at Green Bay High School,42-23-01,20231012,20231102,20231114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Green Bay High School is located at 161 Godley Road, Green Bay, Auckland. The school is undertaking an upgrade to the toilet facilities in blocks B and E which reconfigures the spaces and provides additional facilities for use by the students. The works require new plumbing and drainage to be installed along with new hydraulic, electrical and mechanical services. The school has advised that the toilet blocks will be available for works to start from Monday 24th October and the school will need them to be finished in time for the start of the 2024 academic year which is completion by Tuesday 30th January 2024 Contract Projectability for Site Visits",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28264205,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 1-10-Site-Admin-Hall-Outdoor Upgrade at Oceanview Heights School,,20231013,20231128,20240516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Upgrades to administration, staff toilets and staff room areas within Block 1, Hall lighting, floor coverings, heating and kitchen areas within Block 10, and Site works to and create an outdoor learning area that has a collaborative learning connection to Block 1.",Not Awarded,Contract was awarded to Timaru Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,28266622,Request for Tenders,Closed Competition,Main Contractor for Block 1: Window Replacements at St Andrews Primary School Timaru,3563-23-01,20231013,20231106,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Block 1: Window Replacements at St Andrews Primary School Timaru,Awarded,,76027,20250410 Ministry of Education - School Infrastructure,28266982,Request for Tenders,Open Competition,Main Building Contractor for Mata School AMS Combined; A: ILE Upgrade and Toilet Facility Upgrade,216435,20231012,20231107,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"To remediate the toilet facilities by replacing like for like, including the exterior cladding which is broken in some places to bring the standard up to fit for purpose. Shelter is also required at the northern end of the toilets for driving wind and rain. The AMS project will include creating a food tech and art area next to the classroom.",Not Awarded,Project has been put on hold.,0,20250410 Ministry of Education - School Infrastructure,28267391,Request for Tenders,Closed Competition,Main Building Contractor for Waipu School AMS Stage One Project,,20231016,20231114,20231128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Assessment of Waipu School 10YPP identifies the requirement for upgrades and replacements on numerous blocks. This project is funded by the schools 5YA funds. The works are to be completed in two stages during Term 4 Christmas School Holidays 2023/2024 and then later in 2024 once building consent is achieved. The works in this project include 5YA and AMS remediation works to the following: STAGE ONE WORKS Block 1 Admin Lifecycle replacement of floor coverings, soffits, and fascia Block 2 Room 5 Lifecyle replacement of floor coverings, acoustic wall linings, GIB ceiling and install aluminium window inserts Block 16 Junior Block Room 9 Lifecycle replacement floor coverings and composite wall linings, fix/replace damaged ceiling panels The works are planned to be completed in the Term 4 Holidays December 2023 / January 2024",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28271931,Request for Tenders,Closed Competition,"Main Building Contractor for Waiotira School Bathrooms, Roof & Switchboard","245302, 245303 & 245304",20231016,20231108,20231128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Assessment of Waiotira School 10YPP identifies the requirement for upgrades and replacements on numerous blocks. This project is funded by the schools 5YA funds. The works are to be completed during Term 4 Christmas School Holidays 2023/2024 The Contract Works for the project required are: Block 1: Convert the urinal in the boys bathroom into a standard toilet cubicle. (As Built Required) Remediate the walls, floors and install partition. Refurbishment staff toilet. Remediate mould issue in stationery cupboard. Remove old vinyl in students bathrooms and replace with new. Replace handbasins. Block 6: Replace the roof and gutters on Block 6 and remediate the doors that are in poor condition. Block 4 Replace the distribution board Site Visits will be arranged via GETS addendum notices.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28272293,Request for Tenders,Closed Competition,Main Building Contractor for Tauraroa Area School Electrical & HVAC Project,245311 & 245312,20231016,20231115,20231128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Assessment of Tauraroa Area Schools 10YPP identifies the requirement for the electrical and HVAC replacement and upgrade works. The works are to be completed during Term 4 school holidays (December 2023 January 2024). The Contract Works required are: Electrical: Block 1 Admin & Rear Offices: Remove need for multiboxes by installing additional outlets. Admin MSB Room: Fit cover over ceiling cable duct Server Room: Upgrade switchboard to comply with MOE specification. Fit lid to trunking to comply. Room 17: Lighting to LED Computer Room 17: Change lighting to LED, install additional outlets to remove the use of multiboxes Rooms 8 & 9: Security lighting and some internal ighting to be changed to LED. Room 18 & Resource Room: Lighting to be changed to LED Room 21: Upgrade switchboard, repair floor boxes and install additional outlets Room 19 Lighting to be changed to LED and replace old power outlets. Block 2 - Rooms 1, 2 & Resource: Lighting to be changed to LED, fit RCD and saddle external cable. Block 34 Room 3: Upgrade RCDs Block 3 Rooms 4, 5 & 6: Upgrade switchboard. Fit additional outlets. Block 4 Woodtech Room: Switchboard to be replaced. Ensure emergency stops are working and connected. Block 5 Room 25A: Upgrade switchboard Block 10 Kiln: Replace light with LED. Block 11 Swimming Pool Pump Shed: Switchboard upgrade, power outlet cover, install outlets and new LED light. Block 27 Sports Coordinator: Upgrade lighting to LED, install new earth and install RCD to switchboard. Block 31 Library: Upgrade switchboard Block 32 Science Lab 2: Fit larger switchboard. Block 33 E Block: Install additional outlets, fit RCBO to light circuits and fit correct MCB Site : Route identification, mains into building from transformer and walkway need electrical works Block 39 - Room 28 & 29 - O1 & O2: Switchboard blanks and RCDs to light circuits. HVAC: Block 1 - Admin Rear Rooms, Server Room and Rooms 17, 17B & 17C: Upgrade heating and lifecycle replacement. Block 2 Rooms 1, 2 & Resource Room: Replace ceiling heaters and lifecycle replacement of HVAC Block 3 Rooms 4, 5 & 6: Lifecycle replacements Block 4 Woodtech Room: Lifecycle replacement Block 5 Rooms 25 & 25A: Lifecycle replacements Block 32 Science Labs 1 & 2: Lifecycle replacements Site visits will be arranged via tender addendum - please do not contact the school",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28272314,Request for Tenders,Closed Competition,Main Contractor for 5YA Canopy Structure Installation at Raurimu Avenue School,,20231016,20231110,20231120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tender (RFT) is an invitation to suitably placed contractors to submit a Tender for Main Contractor for the construction of a shade sail/canopy at Raurimu Avenue School, Onerahi Whangarei. The Contract Works required are: Construct and Install 30m x 4.5m sized Canopy and structure along Junior Block Demolish Existing Canopy, down to seat height of bench. Dispose of demolished canopy. Connect to underground drainage",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28273982,Request for Tenders,Closed Competition,Hora Hora School - Main Contractor for combined 5YA/AMS Project,Ref: 234045,20231013,20231120,20240219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The purpose of this project is for consented works to be undertaken to: - install a new portal frame between Rooms 7 & 8 - refurbish rooms, replace existing deck to rooms, revised foundation, sewer and stormwater for rooms 7 & 8 - construction of new toilet block behind Rooms 7 & 8 For unconsented works to be undertaken to: - refurbish sickbay - refurbish staff women's bathroom - refurbish staff accessible bathroom These works will be undertaken from December 2023. Some of the works may need to be staged.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28274731,Request for Tenders,Open Competition,Main Contractor for D: Hall Refurbishment at Baverstock Oaks School,,20231013,20231108,20240104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Contractor for Hall Refurbishment at Baverstock Oaks School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28275521,Request for Tenders,Open Competition,Main Contractor for Block C Ventilation Project at Auckland Girls Grammar School,,20231016,20231108,20240112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Auckland Girls Grammar wish to engage main contractor for the Block C Ventilation project.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28279813,Request for Tenders,Open Competition,Upgrade the onsite wastewater treatment system at Te Kura o Te Teko such that the system meets the requirements of Bay of Plenty Regional Council (BOPRC) resource consent RM23 0274 at Te Teko Kura,228314,20231016,20231117,20231211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The project is to upgrade the onsite wastewater treatment system at Te Kura o Te Teko such that the system meets the requirements of Bay of Plenty Regional Council (BOPRC) resource consent RM23 0274 (the consent) and associated drawings RM23-0274_01 RM23-0274_03 Outcome sought: As above History the current system does not meet the requirements for the BOPRC plan and requires improvements in order to fulfil the requirement of the consent. Overview of the programme of which this project is a part: The existing system must be able to be used without restriction until the new system is ready to be connected. Ideally the new system will be installed during school holidays to minimise disruption to the normal operation of the school. The disposal field can be constructed during school term. Project consultants are: o Project Manager: Roger Allsopp, WSP o Lead Designer: Sarah Millar, WSP a. The Contract Works required are: to supply and install all the required elements of an OSET system at Te Kura o Te Teko to meet the requirements of the consent. i. Supply, install and connect primary septic tank or tanks with a combined volume of 20,000 Litres. ii. Supply, and install, or modify existing 6000 Litre tank to act as pump chamber and emergency storage. iii. Note that for any existing tank to be utilised the condition must be confirmed as being in good working order with no cracks or holes. iv. Supply and install effluent filter sufficient to filter 6000l/day on an ongoing basis, and up to 8000L on occasion. v. Supply and install pressure pump, control and line to convey primary treated wastewater from septic tank(s) to disposal location. vi. Supply and install electromagnetic flowmeter and electronic recording device for automated data file transfer to BOPRC. vii. Supply and install all required materials for raised primary treated wastewater disposal bed as per attached drawings. viii. Medium scale project ix. Existing system must be able to be used until the new system is completed and connected. Normal school operation shall not be affected by the construction works. x. Standard modern Primary School site.",Awarded,,109300,20250410 Ministry of Education - School Infrastructure,28280045,Request for Tenders,Open Competition,Main Contractor for Block A Toilet Remodel and Old Joinery Replacement at Frankton School,242865,20231016,20231110,20240131,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replacement of north facing windows in rooms 6, 7 & ELL classroom with new aluminium joinery. There are issues on existing window winders and majority of windows do not shut tightly. Allow to replace winder with new winding gear. Replace 2no. anodised alum doors facing play fields with powdercoated white aluminium doors to match doors adjacent. Allow to replace existing timber jamb liners with new, paint finish. Reconfiguration of existing toilets to provide self-contained cubicles and a Resource Room. Toilets adjacent Room 6 to be repurposed as a Resource Room. Toilets adjacent Room 8 to be reconfigured to provide 4No. individual cubicles for middle school pupils. One unisex toilet adjacent. Toilets adjacent Rooms 12 & 13 to be reconfigured to provide 4No. individual cubicles for senior students, one unisex toilet adjacent and a Resource Room. This request for tender must respond specifically requested. Incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Awarded,,325951,20250410 Ministry of Education - School Infrastructure,28280874,Request for Tenders,Open Competition,Main Contractor for Block 1: Classroom Upgrade at Owairaka District School,,20231016,20231109,20240401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28281885,Request for Quotations,Closed Competition,RFQ Woodend School Block 7 & 14 Renovation Main Contract Works,MOE24531,20231016,20231031,20231123,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Renovation of two classrooms. Block 7 and 14 Woodend School.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28285956,Request for Tenders,Closed Competition,RFT - Main Building Contractor for LSM - New Accessible Bathroom at Otaki School,6095,20231019,20231121,20241126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A Learning Support Modifications Report has recommended a need for an improved accessible bathroom facility. Restricted space within the administration block has determined a solution that comprises of a small footprint extension. Reconfiguration of existing facilities will see the present bathroom extended and the staff toilets utilised to create a compliant bathroom. A small building extension of the north side of the building will introduce replacement staff toilets. The medical room will be relocated and moved closer to the reception office.",Not Awarded,This project has been superseded by 6095 (30094279),0,20250410 Ministry of Education - School Infrastructure,28288551,Request for Tenders,Open Competition,Main Contractor for Block MA: Music Refurbishment at Papakura High School,,20231017,20231109,20250121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Papakura High School wish to procure the services of a suitably qualified contractor to carry out a refurbishment of the music block. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Wednesday 18th of October at 3.30pm Site Visit 2 Wednesday 25th of October at 3.30pm Site Visit 3 Wednesday 1st of November at 3.30pm",Awarded,,403629,20250410 Ministry of Education - School Infrastructure,28289706,Request for Tenders,Open Competition,Main Contractor for Site: Learning Support Accessibility at Mt Aspiring College,244145,20231018,20231120,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The O/T and school has highlighted several areas throughout the school campus recognised as not having adequate accessibility for all students. This relates to areas of the playing field, as well as areas between buildings. The Contract Works required are: i. Area 1: (a) Create new concrete ramp with associated stainless steel handrails connecting Portacom Village to Block M (Ramp 1): (b) Extend and widen existing asphalt on north side of Block M to connect to Block N and existing accessible ramp (Path 1) (c) Extend asphalt pathway up west side of Block N (Path 1) to connect to new concrete ramp and associated stainless steel handrails being installed to access upper playing field (Ramp 2) (d) Create new concrete ramp and associated stainless steel handrails on east side of Block M connecting upper pathway to lower pathway (Ramp 3) ii. Area 2: (a) Create new concrete ramp with associated stainless steel handrails from base by Block P and Playing Courts and connecting with the upper playing fields (Ramp 4) (b) Create concrete ramp with associated stainless steel handrails between central area of Block P (Ramp 5) iii. Area 3: (a) Create new asphalt path at south end of Block P (path 2) (b) Create new concrete ramp with associated stainless steel handrails connecting upper level by lock P to lower level by Block C toilets (Ramp 6) (c) Create new concrete pathway at base of new Ramp 6 by toilets (Path 3) iv. Area 4: (a) Create timber ramp between Blocks J & K(Ramp 7) (b) Create auto door opening systems for doors 1 & 2 in Block U",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28290329,Request for Tenders,Open Competition,"Main Contractor for AMS: 1: CP Roof Replacement, ILE Upgrade at Lee Stream School",,20231018,20231114,20240212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Lee Stream School are looking for a main contractor to carry out the specified work included within this request for tender,Awarded,Project Awarded,0,20250410 Ministry of Education - School Infrastructure,28290467,Request for Tenders,Open Competition,"Main Contractor for I, J, K, 1: Demolish and Rebuild Pool Cover and Change Sheds at Kaikoura Primary School",,20231018,20231117,20240426,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,350000,20250410 Ministry of Education - School Infrastructure,28291730,Request for Tenders,Open Competition,"Main Contractor for Blocks 4, 7, 9 & 11 Roof Gutters & Clearlite Replacement & Provision of Safety Mesh at Onehunga Primary School",,20231018,20231113,20240130,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Board Onehunga Primary School are seeking a main contractor for Blocks 4, 7, 9 & 11 Roof Gutters & Clearlite Replacement & Provision of Safety Mesh.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28293319,Request for Tenders,Open Competition,Main Contractor - Pukeatua School: AMS & LSC,6467 LSC & 6466,20231018,20231120,20240119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"6467:B Block: LSC Convert old Staff administration area in B Block to Create a LSC Space. 6466 AMS: A Block: Remove & Replace end of life Heat pump. Remove & Replace end of life floor linings with new carpet tiles. Remove & Replace end of life tapware, install under bench heating units to supply hot water to basins. B Block: B Block Rear: Replace air con unit stands with Monkey toe supports. Remove & Replace sky lights with trafficable material. Classrooms & Learning space - Remove & Replace end of life Floor/wall linings. Breakout space - Remove & Replace end of life exterior joinery with new aluminum, install glass stacker doors. Toilets - Install under bench heating units to supply hot water to basins, Remove & Replace partitions/floor linings & urinals with pans to boys. C Block: Room 4 Remove & Replace end of life roofing iron. G Block: Multipurpose: Remove & Replace floor lings with new carpet tiles. Remove down pipes and replace with bigger diameter pipes, remove, and replace spouting to walkway and increase in size, Investigate and increase size of soak holes. 5 Block: Rear Storage Shed Rear Storage: Remove & Replace clear lite sheets with trafficable webglass. 6 Block Pool change shed: Remove & replace clear lite sheets with trafficable webglass.",Awarded,,367222,20250410 Ministry of Education - School Infrastructure,28297762,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Waianiwa School,23-041,20231020,20231124,20240212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Waianiwa School Board of Trustees is looking for an experienced main Contractor to complete a Learning Support Fencing Modifications project at Waianiwa School. Work scope includes demolition of existing boundary fencing and replacement with new pool style, security mesh, and corrugated aluminium fencing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28298480,Request for Proposals,Closed Competition,Request for Proposals for Lincoln High School (the School) Stage 1A Science Block And Potential Additional Rights Project Management and Engineer to the Contract Services,MOE24751,20231018,20231108,20240610,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Lincoln High School is a secondary school (year 9-15) located in Lincoln in Canterburys Selwyn District in a university town with a student roll of 1376 as of April 2023. At completion of the project, the school will have a new admin building and a new 12TS science block. A new carpark at the schools main entrance is also part of the scope.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,28302664,Request for Tenders,Closed Competition,Main Contractors for Weathertightness Remedials & Refurbishment of Block 10 at Birkenhead Primary,,20231020,20231120,20240404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Remediation of weathertightness external wall cladding, new nib details, reconstruction of wall framing as necessary, new external cladding and finish, interior refurbishment for vision and upgrade, minor bathroom upgrade, external deck upgrade works and weathertightness works",Awarded,"three very close tenders, inclusion of structural determined final result",1000000,20250410 Ministry of Education - School Infrastructure,28303292,Request for Tenders,Open Competition,Changing Rooms and Entrance/Canopy Upgrade Works at Mountainview High School,,20231023,20231117,20240906,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. Rationale: Canopy/Gym foyer - The existing school complex was found, upon recent review, to not meet the accessibility requirements of some students. A report developed by an occupational therapist from the Ministry of Education made several recommendations to rectify the issues. Changing rooms - the school gym changing rooms currently provide only two spaces for students and are designated either male or female. There is a diverse student population, and these facilities are not meeting all the needs. b. Problem: Canopy/Gym foyer - Of the buildings inspected the administration was included in the list of buildings that had restrictive access. The admin building buildings included steps or non-level access to the entrance. Access from the gym foyer to the sports hall is via a set of steps. Changing rooms there are no separate changing facilities for students who can not use the one of the existing spaces. c. Solution: Canopy/Gym foyer - To provide a ramp additional to the existing steps to the admin block. This will include associated works to rectify issues with the entrance canopy by replacing with a new designed canopy. The Gym will require a platform lift to be installed so students with accessibility needs can easily transfer to the higher playing courts level from the Foyer. Changing rooms - Reconfigure and refurbish the changing rooms spaces. With smaller changing room spaces there is room for two new isolated changing spaces to be made. This unit should have signage like that recommended by MOE guidelines.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28305078,Request for Tenders,Open Competition,"Main Building/Roofing Contractor for Roofing Replacement & Remediation to Blocks A, B, C & G at Marco School, Stratford",Marco School,20231024,20231124,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Marco School are seeking a suitably qualified Main Building/Roofing Contractor to carry out Roofing Replacement & Remediation Works to Blocks A, B C & G. The Contract Works required are: Block A: Remove & reinstatement of water heating pipes, replace iron roofing, timber repairs if required, and insulation if required. Replace clearlite roofing. Removal of chimney. Membrane remediation. Block B: Replace iron roofing, timber repairs if required, and insulation if required. Replace Roof Fixings only to Block C and replace Clearlite Sheets & Roof Fixings Block G. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,199552,20250410 Ministry of Education - School Infrastructure,28306298,Request for Tenders,Closed Competition,Request for Tender Weathertightness Remediation at Bucklands Beach Intermediate School,214544,20231020,20231115,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,n/a,"Bucklands Beach Intermediate School was opened in 1976. It is located in east Auckland at 247 Bucklands Beach Road. It is a two-year, co-educational school catering for students aged 11-13 years. Approximately 800 students attend the school. The School has weathertightness failures to 2 blocks that require repair. These are identified as Block 14 - Performing Arts Centre/Music Block (referred to as PAC) and Block 5, the Administration Block (annotated as 7). Block 14 is a single storey timer framed building with corrugated metal roofing and direct-fixed fibre cement cladding. It was constructed between 2000 and 2002. The identified weathertightness items for the PAC are remediation to the Roof and Replacement of the cladding systems. Block 5, the Administration Block, is a single storey timber framed building with factory coated profiled metal roofing and direct-fixed fibre cement cladding. The original building was constructed around 1960, with additions and alterations during 2004 to 2005. The identified weathertightness items for Block 5 (admin building) are certain areas like for like replacement of roofing as well as certain areas of cladding replacement. The Principal requires that the project is delivered in separable portions. A plan is included in the ROI. To arrange site visits, email Neil Poulton on neil@projectability.co.nz 021 2789102",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28307627,Request for Tenders,Open Competition,Parklands School (Motueka) Motec Weather Tightness Remediation to Upper and Lower Roofs,212545,20231020,20231115,20231204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Parklands School Board of Trustees we wish to invite you to submit a tender as a Main Contractor for the Motec Weather Tightness Remediation to Upper and Lower Roof at the School site in Motueka. Please refer to all attachments outlining the information required. You will be required to complete the Section 3 and Section 4 of the attached documents and submit these documents separately. These documents must be submitted for a compliant registration along with the Schedule of Prices. All questions to go through the GETS Question and Answer function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28308032,Request for Tenders,Closed Competition,RFT for Main Contractor for Site Drainage Works at Whau Valley School,239055,20231024,20231113,20231120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Whau Valley School flooded during the 100-year flood event in Whangarei 2020. External drainage needs to be addressed in order to mitigate the school from flooding again.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28308380,Request for Tenders,Open Competition,Otumoetai Primary School - Main contractor for Roofing Works,244880,20231025,20231121,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board of Otumoetai Primary School are seeking the services of a Main Roofing Contractor to undertake roofing replacement of the following buildings: Block B Replacing the existing clear lights with compliant trafficable clear lights. Block C Removal of the existing roofing iron. Replacing the roofing iron for the whole block, removal of the cladding in the split level, installation of new flashings and new gutters. Blocks G, U, I, O Replacing the existing clear lights with compliant trafficable clear lights. Block B replacing the skylight covers with new trafficable covers The work is described in the tender documentation. Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme is paramount. The contractor will be engaged through a MOE Medium Works Contract (Construction contracts for professional services and works)",Awarded,The contract was awarded to ADCO Roofing and will start on the 08th January 2023. The term of the contract is 4 weeks,96713,20250410 Ministry of Education - School Infrastructure,28308717,Request for Tenders,Closed Competition,Request for Tender for Admin Weathertightness Remediation project at Elm Park Primary School,214896,20231019,20231113,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,n/a,"Elm Park Primary School is located at 46 Gossamer Drive, Pakuranga Heights, Manukau, Auckland. The school has weathertightness failures in its auditorium and administration building (block 11). The building is a single storey structure on a concrete slab with an inverted butterfly roof which creates a valley gutter. Cladding is a combination of direct fixed fibre cement panels and horizontal metal cladding fixed to timber framing. The structure was completed in 2003. The main weathertightness issues and recommended remediation are: Water ingress on north faade through areas of the clerestory interface with the central valley gutter. Replacement of wall cladding and framing with a drained, ventilated cavity system to the North wall. Replacement of clerestory flashings and internal linings to the clerestory area along the central valley gutter. Replacement of the central membrane gutter. Site Visits contact Neil Poulton to arrange on neil@projectability.co.nz",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28309095,Request for Tenders,Open Competition,Main Contractor for AMS Combined D Block Refurbishment at Rutherford College,,20231020,20231115,20240308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28312731,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined Blocks A, C, K - Classroom Refurbishment and Heater Replacement at Raumati South School",5471,20231020,20231121,20241023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Within their approved 10 Year Property Plan Raumati South School has a planned project which will see refurbishment works actioned in the four classrooms located in Block A. The works will comprise of floor, wall and ceiling finishes replacement together with lighting renewal. The project will also extend to the replacement of mechanical heating in two other school buildings. This includes like for like renewal of gas heaters and electrical heat pump units.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 01.05.25. It is intended that the value of the contract resulting from this tender will be within $100k-$250k.",0,20250410 Ministry of Education - School Infrastructure,28317598,Request for Tenders,Open Competition,Main Contractor for the Relocation of Room 28 to Create a Dining Room at Clendon Park School,,20231024,20231116,20231208,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Clendon Park School Board is looking for a Main Contractor to relocate Room 28 to create a dining room.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28318470,Request for Tenders,Closed Competition,Main Construction Contractor for Admin & B Block Office Area Roofing & External Envelope Replacement and Internal Refurbishment at Massey High School,,20231024,20231121,20240430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought of the project is inclusive of 2 areas: Admin Block and B Block. Admin Block may include: Replacement of the roof over the senior management offices and lower roof area in the South-Western corner. Targeted cladding and gutter replacement, distribution boards replacement, and internal repairs of the offices due to water damage. B Block may include: Replacement of membrane roofing, external envelope remediation, and replacement of distribution boards. Removal the existing toilets and internal walls to create new Student breakout spaces and new gender neutral toliets. The work is expected to be completed during the school Christmas holidays. This project will be delivered by a main contractor who will carry out the general builders work, demolition, and service replacement. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28324901,Request for Tenders,Closed Competition,"Main Contractor for 12, 13: Classroom & Toilet Upgrade at Cotswold Matahae School",3324-23-01,20231025,20231114,20231129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Cotswold Matahae School require refurbishment of a 2 classroom Cebus block and toilets.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28328011,Request for Tenders,Closed Competition,Request for Tender for a Main Contractor for External Lifts (3no) Replacement at Albany Junior High School (AJHS),232858,20231025,20231116,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,n/a,"Albany Junior High School is located at 19 Appleby Road, Albany, Auckland. The school was established in 2005 and provides modern facilities for years 7 through 10. The school is replacing one non-performing lift with a new one and add two new lifts to assist the operation of the school (TOTAL 3 NEW LIFTS). A summary of the main contractor works are: Demolition of existing concrete block lift shaft, steel roof structure and lift. Earthworks and associated structural work to create the new lift pits and construction of concrete block walls Installation of new underground drainage and other services to support the lifts Installation of new metal screens Installation of new concrete paving Installation of new structural steel required for the selected lifts. This will include the requirement for appropriate lifting eyes and support structure to accommodate the lifts. Installation of new roofing iron over the lift structure with associated gutters and downpipes. Installation of all electrical, mechanical, fire, security, IT, hydraulic and lighting required to support the lifts and associated work. Commissioning and certification of all three lifts. Nil nominated sub-contractors Site Visits are to be organised by emailing alan@projectability.co.nz 021 360125, copy to timpurdon@projectability.co.nz requesting visits on; Tuesday 31.10.23 at 10.30 AM or Wednesday 01.11.12 at 10.30AM or Thursday 02.11.23 at 10.30AM or Friday 03.11.23 at 10.30AM",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28328148,Request for Tenders,Open Competition,Tarawera High School - Learning Support Property Modifications (LSPM) - Accessible Bathroom,239638,20231025,20231122,20231211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board for Tarawera High School are seeking the services of a main contractor to undertake construction of a new accessible bathroom, new decking and fencing for a Learning Support Property Modification (LSPM).",Awarded,The contract was awarded to Shawn Williamson Building Ltd and will start on the 08th January 2023. The term of the contract is 12 weeks.,199772,20250410 Ministry of Education - School Infrastructure,28335517,Request for Tenders,Closed Competition,Request for Tender for a Main Contractor for an ILE Fit Out at Central Auckland Specialist School (CASS),238575,20231026,20231116,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Central Auckland Specialist School is located at 48 Smallfield Ave, Three Kings, Auckland. The school is undertaking a refurbishment of its classrooms in block A along with the toilet facilities in classroom A1. A summary of the main contractor works are: Demolition of internal walls in several classroom. Construction of a new wall to create two large classrooms Construction of accessible toilet in classroom A1 Installation of new ceiling grid with acoustic tiles and recessed lights Installation of new insulation Installation of new sprinkler heads Installation of new heat pumps Installation of new autex panels and magnetic whiteboards Installation of new flooring (carpet and vinyl) CPU or Council final inspection PASS is required by Friday 2 February 2024",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28338937,Request for Tenders,Closed Competition,Demolition Contractor at Hukanui School,1745,20231026,20231120,20231206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,51855,20250410 Ministry of Education - School Infrastructure,28344514,Request for Tenders,Closed Competition,Main Contractor RFT for Hall Ceilings & Block 3 Fit Out refurbishment project at Wairau Intermediate School,237719 & 237718,20231027,20231117,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wairau Intermediate School is located at 113 Becroft Drive, Forrest Hill, Auckland. Following the weather event on 31 January 2023 the school suffered water ingress damage to several areas. Damage to ceiling tiles has likely compromised electrical fittings (including emergency lights, alarms and sensors, speakers, illuminated exit signs etc) in the ceiling spaces and the ceiling tiles and electrical fittings will require replacement. The architect has assessed the approximate area of ceiling tiles to be replaced in the Hall, Library, annex and art room along with the height of the spaces to assist with EWP requirements. A summary of the main works is listed below. Full scope is included in Thema Architects drawings and specifications: Ceiling to; Hall Library, Admin, Art Room Block 3 ILE fit out is to improve the layout and environment for teaching. The architect has prepared preliminary design drawings which shows the internal items being demolished and the new proposed layout with finishes. The full preliminary scope is included in Thema Architects drawings and specifications with a brief summary of the works below. A final design will be issued as part of the pricing exercise following the The full preliminary scope is included in Thema Architects drawings and specifications with a brief summary of the works below. A final design will be issued as part of the pricing exercise following the evaluation of this ROI. Interior works: a. Construct new internal non load bearing wall b. Supply and install new and repair existing cabinetry c. Renew sink and tepas d. New glazed lockable door e. Solar control film to windows f. New glass panels g. Repair bottom of door and install SS kick plate h. New carpet tile and vinyl flooring areas. i. New entry mat j. Repaint ceiling tiles and install new along with new/renew lighting k. Repaint existing skylight wells l. Install new power point m. Supply and install new heat pumps. site visits email timpurdon@projectability.co.nz 021 2776532",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28346788,Request for Tenders,Closed Competition,"Main Building Contractor for 5YA Block 1A ILE & Block 1 Toilet Refurbishment Works at Takapuna School, Takapuna, Auckland",,20231027,20231117,20240612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"ILE/DQLS works to Block 1 Classrooms 6D + 6E plus refurbishment of Toilet by Room 1. Scope of works to include: Demolish existing walls to create opening to existing corridor space and between classrooms, creating a total of three teaching spaces. Provide new canopy over new deck outdoor teaching area. New acoustic wall linings, New LED lighting, New carpet and vinyl. New cabinetry fittings. New ceiling linings. Paint interior. Boys & Girls Toilets by Room 1 Refurbishment. Scope of works to include: Remove existing wall linings, vinyl, toilet partitions, W.Cs. Install new wall linings, WCs, vinyl, toilet partitions, hand dryers and hot water cylinder. Paint Interior.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28349981,Request for Tenders,Open Competition,RFT for Main Contractor for Block 2 Internal Refurbishments at Manuka Primary School,"240456, 240457",20231027,20231116,20231124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 2 requires upgrades to the classrooms, toilets, and some electrical works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28350310,Request for Tenders,Open Competition,"Design Build Contractor for Heating Replacements at Puketapu School, New Plymouth",3260.12,20231030,20231127,20240520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The existing gas fired heating systems have been identified in the 10YPP Condition Assessment to be nearing end of life. New heating systems are to be electric Heat Pumps & Heaters",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28352797,Request for Tenders,Open Competition,"Design Build Contractor for Heating Replacements at West End School - Te Kura O Morere, New Plymouth",3106.13,20231030,20231127,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The existing gas fired heating systems have been identified in the 10YPP Condition Assessment to be nearing end of life. New electric heating systems are to be installed",Awarded,,350000,20250410 Ministry of Education - School Infrastructure,28353955,Request for Tenders,Closed Competition,Roofing Contractor Request for Tender for Metal Roofing & Gutter like-for-like replacement at Wairau Intermediate School,237716,20231030,20231120,20231211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Requests for Registration of Interest are sought for Building Main-Contractors to price the supply and installation works of like for like Metal Roofing & Gutters replacement for Wairau Intermediate School. The extent of roofing is shown on the first page of the Architects DRAFT specification which is likely to change. Skylights are to be covered over by sheets top to bottom of translucent trafficable sheets to maintain the natural light which are leaking in areas and with laps to meet NZ Roofing association and specification standards. Existing Infrastructure : - Lifecycle replacement of existing roofing Works to involve : - Remove and dispose of the existing roof material. - Supply and installation of new roofing materials as specified. Site visits; confirm ability to attend this in an email to carlos@projectability.co.nz, copy timpurdon@projectability.co.nz. Visit is for Wednesday 1st Nov 10am to 11.30am",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28355107,Request for Proposals,Open Competition,Auckland Minor Works Panel,MOE24621,20231030,20231215,20240527,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,n/a,"The Ministry of Education is intending to establish a new Construction Panel in the Auckland Region for Construction Works under $500,000. The Panel will consist of a list of Contractors pre-qualified based on their regional presence, organizational size, financial capacity, project and work type capability from which a direct appointment process would be undertaken in order to allocate a specific project. This approach would supersede the Ministrys procurement approach which is based on value thresholds.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28356892,Request for Proposals,Closed Competition,Request for Further Pricing - ECI Main Contractor for Weathertightness Remediation at Te Matauranga School,,20231030,20231117,20240111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28359106,Request for Tenders,Closed Competition,RFT for a Main Contractor for change rooms refurbishment works at Wesley Intermediate School,,20231031,20231121,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wesley Intermediate School is located at 776 Sandringham Road Extension, Mt Roskill, Auckland. The school is undertaking works to facilitate new developments in the future and to reconfigure changing room facilities. A summary of some of the key items is below: Making good existing walls and flooring Installation of new replacement sanitary fittings and partitioning. New flooring vinyl (coved up to capping trims) Forming new door openings in existing walls and installation of new doors and hardware New lighting and power outlets New signage and mirrors Painting and decorating work. Site visits; Email carlos@projectability.co.nz and copy timpurdon@projectability.co.nz to arrange visits and select from the following; Friday 3rd November at 11.30am or, Monday 6th November at 11AM",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28359474,Request for Tenders,Open Competition,"Main Contractor for Block A, B: Floor Coverings Project at Bream Bay College",240151,20231101,20231127,20231218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought by this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the floor coverings replacement of Blocks A and B at Bream Bay College. The majority of the works will need to be timed during the school Christmas holiday break. The scope generally includes the following: Block A: Removal and disposal of existing floor coverings (vinyl, carpet and entrance matting) Supply and installation of replacement carpet tiles. Supply and installation of replacement floor vinyl (homogenous 2.0mm) Supply and installation of replacement entrance matting carpet tiles. Block B: Removal and disposal of existing floor coverings (vinyl, carpet and entrance matting) Supply and installation of replacement carpet tiles. Supply and installation of replacement floor vinyl (homogenous 2.0mm) Supply and installation of replacement entrance matting carpet tiles.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28360739,Request for Tenders,Closed Competition,RFT for a Membrane Roofing Contractor for a membrane replacement project at Green Bay High School,240040,20231031,20231122,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website or if issues arise with uploading email to timpurdon@projectability.co.nz,"Green Bay High School is located at 161 Godley Road, Green Bay, Auckland. The school is undertaking works to replace the membrane roofing to Block D and covered walkways membrane roofing. Works will include remediation and repairs to ply or timber substrates if and where it is damaged. The works are anticipated to start in mid-December 2023. This stage is for the Tenderers to provide their experience in membrane replacement projects. Site Visit; email Alan@projectability.co.nz, copy timpurdon@projectability.co.nz Select between the following; Friday 3rd Nov at 11am Monday 6th Nov at 11am or, Tuesday 7th Nov at 11am",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28361309,Request for Tenders,Open Competition,"Main Building Contractor for Alterations & Refurbishment to Block 2 at Lytton Street School, Feilding",Lytton Street School,20231101,20231206,20240517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Lytton Street School, Feilding are seeking a suitably qualified Main Building Contractor to carry out the Alterations & Refurbishment to Block 2. The Contract Works required are: Internal alterations within existing block 2. Alterations include converting the existing toilet areas to unisex toilets one of which will be accessible, converting existing offices to breakout spaces, installing sliding doors between classrooms and modifying the north facing windows and doors. Please also refer to asbestos report provided and downloaded. Asbestos Removal will form part of the scope and allowance to be made in tenders submitted. Contractors must visit site. Contact the Lytton Street School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,791431,20250410 Ministry of Education - School Infrastructure,28362460,Request for Tenders,Closed Competition,Request for Tenders for Selwyn College Remediation Contract works,MOE24717,20231030,20231124,20240207,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The completed Selwyn College project provided 12 Roll Growth and 2 replacement classrooms built in two locations, the Arts Block, and the Language Block. The remediation work is for the ground floor cladding of the Arts Block 2, the sealing of the external joinery on the Language Block 3 and other minor defects. Please see attached RFT for more details.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28364409,Request for Tenders,Closed Competition,"Main Contractor for AMS: 1, 3, 11, 12, 13, 14: Toilet Modifications & Carpet Tile Upgrade at Barton Rural School",2112-23-01,20231101,20231130,20240422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request For Tender (RFT) is an invitation to suitably qualified contractors to submit a tender for Main Contractor for Toilet Modifications & Carpet Tile Upgrade at Blocks 1, 3, 11, 12, 13, 14 at Barton Rural School",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28364795,Request for Tenders,Open Competition,Main Building Contractor for Block H: Essential Infrastructure Work at William Colenso College,231356,20231031,20231123,20240322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Nature of the Works: Remove internal partitions and low ceilings in the corridor / toilet areas. Raise walls to new roof structure over, subdivide with new walls / screens /doors to fit the schools ILE and infrastructure requirements for the area. Block H Interior ? Water ingress due to poor roofing junction between block E and H, ? Heating Baby Sleeping Rooms 114 and 115 ? Back wall connecting to Block E (rationalised) ? Remove and replace water ingress damaged wall joinery, gib and linings with new gib, replace damaged timbers, insulate, replace autex, ? Install 2 x heat pumps Kindy Toilets ? Back wall connecting to Block E (rationalised) ? Remove and replace water ingress damaged wall joinery, gib and linings with new gib, replace damaged timbers, insulate, replace permanent fittings Interior ? Water ingress due to poor roofing junction between block E and H Block H Exterior ? Cladding failure, ? Roofing failure ? Replace cracking asbestos boards on the external cladding ? External-Cladding Outside Rooms 18, 12, 16 and 15, Replacement of external cladding - ECC Wing-Corner of rooms H1 and H9. To be noted it may be asbestos. ? TPU Wing-Damaged external cladding on south side of the building. TPU Wing- External cladding on northern wall up to 1m (where concrete path is), ? Replacement of rotting timber window framing, ? TPU - Partial replacement of roof, on existing battens, new roof underlay, ? New flashings and guttering and insulation. ? Repair of water ingress paths at the external air conditioning units. ? Re-pitch of roof section over baby sleepy rooms and kindy bathroom Designing Quality Learning Spaces (DQLS)/Block Comfort SECTION 1: Ventilation and air quality issues Lighting levels or glare Noise levels or acoustics Heat/ Cold (thermal comfort)",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28365408,Request for Tenders,Open Competition,"Main Contractor for the Block 1, E: New Outdoor Learning Area + Extend Wall in Changing Rooms at Puhinui School",,20231031,20231124,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Puhinui School wish to procure the services of a suitably qualified contractor to carry out a new outdoor learning area in block 1, and to extend the walls in the changing rooms in block E. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Please meet at the school office and ask for Graeme Brown. Use the main entrance on Puhinui Road. Site Visit 1 Tuesday 7th of November at 3.30pm Site Visit 2 Tuesday 14th of November at 3.30pm Site Visit 3 Tuesday 21st of November at 3.30pm",Awarded,,69378,20250410 Ministry of Education - School Infrastructure,28366189,Request for Tenders,Open Competition,Napier Intermediate School - Block G AMS and ILE,203112,20231101,20231128,20231220,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,All enquiries to be made through the GETS website,"Nature of the Works demolition of the existing interior walls to the existing classroom space to make it a double room, new steel framed support structure to be provided to the existing trussed roof, new suspended ceiling, new AC unit to double classroom, relocate the existing AC unit, new roof, entry doors and internal linings to the hall foyer, new floor finish to the hall, new plywood wall linings to the school hall, new egress door to the northern wall, removal of the existing fixed bleacher seats ( to make way for new retractable seating system NIC this contract ), new unisex toilets to the hall entrance and new floor finishes.",Awarded,,631000,20250410 Ministry of Education - School Infrastructure,28366906,Request for Tenders,Open Competition,South Wellington Intermediate School - Main Contractor for Blk A: Boiler and Heating Replacements (Wellington),,20231031,20231123,20240315,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at South Wellington Intermediate School are seeking the services of a main contractor to undertake the: Blk A: Boiler Replacement & Blk A & H: Heating Replacement Project The work is described in the tender documents prepared by S&T and involves: Cordon off the site and operate under a SSSP Replace existing boilers with two new gas boilers. Modify heating system in boiler room to separate primary and secondary circuits. Provide new pumps, low loss header, air & dirt separator, and associated equipment. Increase ventilation to boiler room by providing new aluminium louvres. Replace boiler flues and seal penetrations watertight. Retrofit thermostatic radiator valves (TRVs) and lockshield valves to all existing radiators. Replace damaged radiator. Insulate and sheath exposed pipes in corridors. Supply and install 4x new cast steel radiators in the Block A hallways (as well as adding new control valves - towards the southern end, including associated fittings and pipework). Supply and install 1x replacement external heat pump unit to the school hall. Leave site clean and tidy Project consultants are: o Project Manager: IR Group o Lead Designer: Stephenson and Turner Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. Preferred Date: December / January School Holidays The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices",Awarded,Mcmillan & Lockwood pulled out of post tender negotiations.,160552,20250410 Ministry of Education - School Infrastructure,28367543,Request for Tenders,Open Competition,"Main Contractor for 3,4, Swimming Pool: Replace roofs, install soak pits for Blocks 3 and 4, add ventilation to swimming pool at Omarama School",243795,20231101,20231124,20240625,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Omarama School is seeking suitably qualified main contractors to submit an RFT for the proposed 3,4, Swimming Pool: Replace roofs, install soak pits for Blocks 3 and 4, add ventilation to swimming pool at Omarama School project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is to be nominated by the Contractor for evaluation purposes, if successful timing will be agreed with the school and all works must be complete prior to late September 2024. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site and the potential community needs of the pool facility.",Awarded,"Contract for the Main Contractor for 3,4, Swimming Pool: Replace roofs, install soak pits for Blocks 3 and 4, add ventilation to swimming pool at Omarama School tender has been awarded to Banks Building Services Ltd",213605,20250410 Ministry of Education - School Infrastructure,28370822,Request for Tenders,Closed Competition,"Main Contractor for 5,6,8: Lifecycle Roof Replacements at Te Huarahi: Linwood Avenue School",3413-23-02,20231102,20231124,20240220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This Request For Tender (RFT) is an invitation to suitably qualified contractors to submit a tender for Main Contractor for Lifecycle Roof Replacement at Te Huarahi/Linwood Avenue School on Blocks 5, 6, 8",Awarded,,113218,20250410 Ministry of Education - School Infrastructure,28371055,Request for Tenders,Open Competition,"Request for Tender - Main Contractor for Block 2,5,6 Modifications at Hurunui College",233327,20231102,20231129,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The current blocks need upgrading with reconfiguration of some internal walls and entrances to suit the requirements of the school.,Not Awarded,Contract was awarded on 19/12/23.,0,20250410 Ministry of Education - School Infrastructure,28372048,Request for Tenders,Closed Competition,RFT for a Main Contractor for Toilet & Teaching space reconfiguration at Devonport Primary School,,20231101,20231122,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Devonport Primary School is located at 18 Kerr Street, Devonport, Auckland. The school was established way back in 1870 and has twelve classrooms with a role of approximately 260 students. The school is changing the configuration of a toilet block along with an upgrade to classrooms 7 and 8. A summary of some of the key items is below: Changes to the girls and boys bathrooms which includes a. Creating a new external door entry and blocking the old entry b. Reconfiguration of the accessible WC c. New LED lighting, upgrade extract system, repaint ceiling d. Replace wall linings e. New toilet partitions and doors Reconfiguration of classroom areas which includes a. Remove section of wall and some existing doors and windows b. Installation of new sliding door and bifolds c. Removal of sinks and install new external wash trough Classroom 7 & 8 a. Remove radiators and selected windows b. Installation of new bi-fold doors c. Replacement of section of Autex Classroom 6 a. Replace window frames Roofing a. Existing roofing in areas to be replaced with new. b. Remove asbestos cement cladding c. Install new fibre cement sheet cladding on cavity d. Remove clerestorey glazing e. New top hung awning windows on electric winders f. roofing work by nominated roofing sub-contractor Site Visits email; carlos@projectability.co.nz (mobile 021 565828) and copy timpurdon@projectability.co.nz; - Wednesday 8th at 10.30am or - Thursday 9th at 10.30 am or - Friday 10th at 10.30am - Email to confirm visit date",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28372570,Request for Tenders,Closed Competition,Main Contractor for LSM: 1: Accessible Bathroom Modifications at View Hill School,3565-23-01,20231102,20231127,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Due to the Property Modifications Report completed for View Hill School an accessible bathroom is needed in block 1.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28372966,Request for Tenders,Open Competition,Main contractor for Ngarauwahia Kitchen Remodel,6426,20231102,20231128,20240220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Outcome sought To upgrade kitchen to allow delivery of school lunches. History Outdated kitchen for lunch delivery. Overview of the programme of which this project is a part Objective to upgrade kitchen to allow delivery of school lunches. Remove old cabinetry. Install new kitchen cabinetry in new layout to allow for preparation and dispatch of meals/food. New Vinyl wall linings New Electrical services to allow for ventilation & electrical for kitchen appliances. Alter internal Door. Create Pantry space.",Awarded,,112740,20250410 Ministry of Education - School Infrastructure,28373829,Request for Tenders,Closed Competition,RFT - Riverlands School - LPSM Accessible Toilet - MC,MOE24595,20231110,20231207,20240408,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The school has been identified as requiring a LSPM Accessible Toilet to improve the facilities for new students. This will deliver a fit for purpose facility for students that require a need for accessibility for toileting needs. Arthouse Architects are the main designers, Detailed Design completed, Consent has been applied for.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28374630,Request for Tenders,Closed Competition,RFT for a Main Contractor for an ILE Refurbishment at Peninsula Primary School,237872,20231101,20231123,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Peninsula Primary School is located at 22 Waipani Road, Te Atatu Peninsula, Auckland. The school is changing the configuration of classroom block 8. A summary of some of the key items is below: Form new internal openings between classrooms Form new external openings in existing timber windows Replace flooring vinyl and carpet tiles Remove heaters and associated pipework Replace wall panels with Autex Demolish existing toilet fitout to form break out rooms Repaint walls and ceiling Install new shade cloth with 6 posts over new Astro turf Visits during the tendering period: Contact Alan Morris-Reade (alan@projectability.co.nz) to arrange on 021360125, (copied to timpurdon@projectability.co.nz). email to propose a time and date starting Friday 3 Oct 23",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28375642,Request for Tenders,Open Competition,Main Contractor for Sewer and Stormwater Remediation at Matipo Primary School,,20231101,20231124,20231222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"We require an experienced drainage contractor to remediate the schools drainage systems. During the storm events earlier this year, a slip from Cyclone Gabrielle has damaged the main wastewater pipework. There is currently a temporary diversion in place, and now a permanent solution is required to establish a new main sewer outlet from the school which connects to an existing Watercare asset in the neighboring property.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28376153,Request for Tenders,Closed Competition,RFT for an ILE fit out at Favona Primary School,241753,20231101,20231127,20240621,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Favona Primary School is located at Wakefield Road, Favona, Auckland. The school is changing the configuration of classrooms in block B and C A summary of some of the key items is below: Demolition works; a. Remove non-load bearing walls b. Remove redundant heater panels c. Remove door and frames d. Remove selected carpet and floor vinyl e. Remove hessian panels f. Remove pans, WC partitions and sanitary fittings New installation work; a. Install client supplied carpet tiles b. New autex wall covering c. New Hardiglaze linings d. New WC pans and sanitary fittings e. New plumbing f. Repaint ceilings g. Install new vinyl flooring h. Relocate loose shelving Site visits contact timpurdon@projectability.co.nz and 0212776532",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28381051,Request for Tenders,Closed Competition,RFT - Main Contractor for Internal Refurbishments of Block F Bay of Islands College,,20231103,20231201,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Block F internal refurbishment works.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28381324,Request for Tenders,Closed Competition,"Main Contractor for Block A,D,L Toilet Refub at Insoll Ave School",,20231101,20231128,20231212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Insoll avenue School is seeking a main contractor to complete refurbishment project to Block A,D,L.",Awarded,,311922,20250410 Ministry of Education - School Infrastructure,28390844,Request for Tenders,Closed Competition,Main Contractor for LSM: Site: LS Visual Modifications - Stage 2 at Rolleston School,3488-23-01,20231106,20231128,20240108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Property modifications required to minimise hazards for a student with a vision impairment, as outlined in Property Modifications Recommendations for Rolleston School report dated 18th July 2023, endorsed by the Ministry of Education.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28395122,Request for Tenders,Open Competition,"South Wellington Intermediate School - Main Contractor for A & G: Roofing Replacements, External Carpentry, Interior Carpentry, Electrical Replacements & Shed Replacements - (Wellington)",,20231103,20231212,20240216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at SWIS are seeking the services of a main contractor to undertake the A & G: Roofing Replacements, External Carpentry, Interior Carpentry, Electrical Replacements & Shed Replacements, as follows: Roofing Cordon off site and operate under a SSSP. Supply and install new 0.55 corrugate iron roofing, ridge flashings, fibertite membrane overlay and translucent sheet roofing. Supply and install new and associated flashings, spouting / downpipes, building underlay. External Carpentry Remove and dipose of ACM cladding, gutters and soffits. Supply and install new products to suit replacement. Remediate any rotten timber windows and strengthen the woodwork / food technology room wall. Replace Block G with a new container shed. Remediate 2x door leafs and closers at the library. Internal Carpentry & Electrical Replacements Replace carpet, install ventilation ducting / waterproofing in the Block A Stairwell. Replace carpet in the Block A Admin (downstairs) and upstairs classroom 9. Replace cable into HRC fuse carrier. Project consultants are: o Project Manager: IR Group Ltd o Lead Designer: N/A The Contractor will be engaged through an MOE Medium Works Contract (Construction contracts for professional services and works). When responding, please ensure you complete: - Form of Tender Part A - Form of Tender Part B - Schedule of Prices",Awarded,"Tender was accessed on traditional Price and Non-Price attributes: Peryer Construction WGTN Limited won on Cost and came second on Non-Price, deeming them the successful Tenderer overall.",572200,20250410 Ministry of Education - School Infrastructure,28396615,Request for Tenders,Open Competition,"Main Building Contractor for 2,4: Roof Replacement at North East Valley Normal School",241063,20231110,20231208,20240212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,It has been identified during the 10YAPP process that the roofing of block 4 and the lean-to at the rear of block 2 require replacement due to end of life. These roofs have been redesigned to best meet the MoE design requirements.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28396989,Request for Tenders,Closed Competition,Main Contractor for Block B & H Upgrades at Newlands College,MQS No: 23/118,20231106,20231124,20231214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28397074,Request for Tenders,Open Competition,"Main Building Contractor for the Block A, D, E & E1 Roofing & Cladding Replacement and Remediation (Stage 2) at Horowhenua College",02-087-012,20231107,20231207,20240517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28398363,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Block 2 ILE/DQLS Modifications at Cheviot Area School,215423,20231107,20231211,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Modification to Block 2 and Block 1 Toilets,Not Awarded,Contract was awarded on 19/12/23.,0,20250410 Ministry of Education - School Infrastructure,28399643,Request for Tenders,Closed Competition,RFT Main Contractor for Roof & Cladding Replacement Works at Kaikohe East School,,20231107,20231205,20240308,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block 10 external works: Asbestos removal Cladding replacement Roofing replacement Decking replacement Full construction set of drawings will be provided to the successful tenderer.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28399787,Request for Tenders,Open Competition,Main Building contractor:Lumsden School new Outdoor teaching areas,236350,20231107,20231130,20231214,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Lumsden Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. Please complete all attached documents and clearly state the start and completion date.",Awarded,All contractors scored extremely well final score came down to the best price.,169282,20250410 Ministry of Education - School Infrastructure,28402912,Request for Tenders,Open Competition,"Main Building Contractor for Demolition of teaching space, removal of asbestos at Dargaville High School",,20231106,20231201,20231221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tenders are called for the demolition of a teaching space, together with asbestos removal and small works at Dargavile High School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28406593,Request for Tenders,Open Competition,"Main Contractor for Greymouth High School - Block A Cladding, Windows, Doors and Corridor Works",235731,20231107,20231211,20240209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded onto GETS,"On behalf of Greymouth High School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for Block A works at this school. The site is located at High Street, Greymouth. The programme for the works will be discussed and agreed with the preferred tenderer. The programme is not restricted to outside of term time; however, the school can only accommodate a decant of two teaching spaces during term time. Refer to the RFT for more information. Sequencing and decant will need to be agreed with the Principal with this in mind. Please refer to all of the attached tender documents in your pricing. The school's preference is for the works to be undertaken as soon as practical, subject to the tender evaluation and contract award process. Though it is understood that commencement might not be possible this side of Christmas, which is why an early January 2024 commencement is noted. Please be aware that there is likely to be a significant project to Block B running concurrently. Site visits are by prior arrangement only. Note that we will be holding a Site Briefing which will be attended by all available prospective tenderers. Please register your attendance to this using the GETS Q&A platform. Time and date is to be confirmed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28415587,Request for Tenders,Closed Competition,"Main Contractor for the Block L Floors, Walls, Window Replacement L5 Internal Works at Okaihau College",,20231109,20231211,20240222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Okaihau College Board of Trustees are seeking a Main Contractor for Block L Floors, Walls, Window Replacement and L5 Internal Works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28416064,Request for Tenders,Closed Competition,Main Contractor for the Administration Block Refurbishment at Okaihau College,,20231109,20231211,20240327,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Okaihau College Board of Trustees are seeking a main contractor for the Administration Block Lifecycle Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28416373,Request for Tenders,Closed Competition,Main Contractor for the Block T Toilet Block Upgrade at Okaihau College,,20231109,20231211,20240222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Okaihau College Board of Trustees are seeking a main contractor for the Block T Toilet Block Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28417681,Request for Tenders,Open Competition,"Main Contractor for Woodtex Ceiling Remediation of A & C Blocks and modifying walkway at Aorangi School, Rotorua",239131,20231110,20231201,20240821,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractors are sought for the remediation of woodtex ceiling and wall panels at Aorangi School, Rotorua. The works includes battening existing ceilings and wall panels and reinstating them to current level. Works also involves modifying a covered walkway and infilling ceiling voids in a resource room.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28418397,Request for Tenders,Open Competition,Main Building Contractor for Site: Roofing at Maungatapu School,#237801,20231113,20231207,20231220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Roofing replacements/remedials to multiple classrooms,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28421395,Request for Tenders,Closed Competition,Main Contractor RFT for a Weathertightness Remediation project at Waitakere Primary School,214896,20231108,20231128,20231215,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Waitakere Primary School is located at 10 Bethells Road, Waitakere, Auckland and has a school role of approximately 500 students. The school has weathertightness failures to 2 buildings that require repair, however this ROI only relates to Block 9, which is the larger of the 2 remediation projects. The design documents for block 2 are not complete but the successful shortlisted ROI tenderers will be invited to also tender for block 2. NO SITE VISITS DURING THE ROI PROCESS A summary of the main works (block 9) and separate block 2 project is listed below: Block 9, was designed in 1998 and is a single storey, six classroom block built on timber pile foundations with a suspended timber floor. The key issues associated with Block 9 are: a. Timber decay evident in areas of the structure which will require timber framing replacement and recladding. b. Wall areas have insufficient clearance between the bottom plate and the ground which will require replacement c. Roofing issues including structural support issues and insulation and ventilation which will require works to correct. d. Area underneath the main building requires upgrading for fire regulation compliance. Whilst the ROI talked about Block 2, this scope is relatively small and will be tendered separately once it is signed off by MOE. Block 9 has been submitted for Building Consent with Council. Please assume that the consent will be uplifted for the start of Construction. Visits; Email Alan Morris Read on alan@projectability.co.nz mobile 021360125, copy timpurdon@projectability.co.nz Email to confirm preferred visit times out of the following; Friday 10 Nov 10.30am Tuesday 14 nov 10.30am Wed 15 nov 10.30am",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28428798,Request for Tenders,Closed Competition,Request for Tenders for Alexandra School (the School) Stage 1 New Multi-purpose Block Main Contractor Services,MOE23345,20231109,20231208,20240611,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"The Contract Works required are: demolition of Block 2 build new multi-purpose learning environment block (MPLE Block) services infrastructure upgrade landscaping associated with MPLE Block only (refer to the landscape plan for delineation) weathertightness remediation to Block 4 (admin)",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,28430462,Request for Tenders,Open Competition,"Request for Tender - Main Contractor for Block 1, 2, 3, 4 & 5 Heat Pump and Lighting Upgrade at Clearview Primary School",,20231113,20231214,20240116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replacing existing Heat Pumps and Lighting Systems with modern, efficient alternatives across blocks 1, 2, 3, 4 & 5",Not Awarded,Contract was awarded on 16/01/24.,0,20250410 Ministry of Education - School Infrastructure,28432969,Request for Tenders,Open Competition,"(1682) Amisfield School A,B,E Roofing Structure Replacement at (1682) Amisfield School",245064,20231110,20231206,20240606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28433242,Request for Tenders,Open Competition,Main Contractor for Site: LSM Fencing Project at Wanaka Primary School,244031,20231114,20231208,20231222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,It has been identified that the current fencing is not capable of securing students safety whilst at school,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28434089,Request for Tenders,Open Competition,"(1889) Paterangi School B, C: Toilet Upgrade and Refurbishment",236842,20231110,20231206,20240306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28434431,Request for Tenders,Open Competition,"Main Contractor for Block C: 5YA/AMS Combined Reroofing, Creation of breakout space between rooms 7 & 8; Blocks L, B & C Clear Roofing Replacement at Fairhall School.",,20231113,20231211,20240530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fairhall School outside of Blenheim requires a main contractor for the re roofing of Block C (rooms 6 & 7) which includes re pitching to create a suitable fall/pitch, along with additions to the roof to connect it to the adjacent building. Creation of a connection through break out space's between Block C and Block M (room 8); refurbishment of room 6 &7 including a wet area and upgrading of existing toilets. Clear roofing around the School is to be replaced with metal roofing. Internal refurbishment of Block M (Room 8)",Not Awarded,The project needed to be value engineered to fit within the budget.,0,20250410 Ministry of Education - School Infrastructure,28434900,Request for Tenders,Open Competition,"(159) Forest View High School B,D Reconfigure Teaching Spaces, A,B Upgrade Toilets",235879,20231110,20231206,20240306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,no responses,0,20250410 Ministry of Education - School Infrastructure,28435372,Request for Tenders,Open Competition,Greymouth High School; Main Contractor for B&G Science Lab Upgrades and External Replacements,,20231110,20231218,20240213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded to GETS.,"On behalf of Greymouth High School Board of Trustees, we are seeking tender submissions from suitable qualified contractors for Block B&G works at this school. The site is located at High Street, Greymouth. The programme for the works will be discussed and agreed with the preferred tenderer. The programme is not restricted to outside of term time; however, the school can only accommodate a decant of two teaching spaces during term time. Refer to the RFT for more information. Sequencing and decant will need to be agreed with the Principal with this in mind. Please refer to all of the attached tender documents in your pricing. The school's preference is for the works to be undertaken as soon as practical, subject to the tender evaluation and contract award process. Though it is understood that commencement might not be possible this side of Christmas, which is why an early January 2024 commencement is noted. Please be aware that there is likely to be a significant project to Block A running concurrently. Site visits are by prior arrangement only. Note that we will be holding a Site Briefing which will be attended by all available prospective tenderers. Please register your attendance to this using the GETS Q&A platform. This will be held on the 22nd November, time TBC.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28438557,Request for Tenders,Closed Competition,Main Contractor for Teaching Block Upgrade at Hukanui School - C Block,237904,20231113,20231201,20231221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,1157499,20250410 Ministry of Education - School Infrastructure,28440355,Request for Tenders,Closed Competition,Request for Tender - Somerville Int School and Botany Downs Sec College - Weathertightness remediation - Main Contract Works,MOE24781,20231110,20240202,20240830,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This RFT is for weathertightness remediation works at Somerville Intermediate School and Botany Downs Secondary College. Please refer to the attached RFT for more details.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28441171,Request for Tenders,Open Competition,Main Contractor for Block C Refurbishment at Nukuhou North School,228148,20231114,20231208,20240528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees is seeking a main building contractor for the refurbishment of Block C a relocatable classroom. The works comprise the repitching of the roof, new exterior cladding and aluminium joinery, a small deck and ramp, internal ceiling and wall linings and floor coverings",Awarded,,329400,20250410 Ministry of Education - School Infrastructure,28446981,Request for Tenders,Open Competition,"Main Contractor for Blocks A,C,H,I,J,L Roof , Trafficable Clearlite and Gutter Replacement at Greerton Village School.",,20231115,20231215,20240606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Greerton Village School Board are seeking a Main Contractor for Blocks A, C, H, I, J, L, Roof Trafficable Clearlite and Gutter Replacement.",Awarded,,82905,20250410 Ministry of Education - School Infrastructure,28448617,Request for Tenders,Closed Competition,"Main Contractor for 1, 16, 18, 20, 21: Classroom Refurbishment, Replace Lighting & damaged ceiling tiles New exterior doors at Kaiapoi North School",3389-23-03,20231115,20231208,20240212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Kaiapoi North School is looking to replace the existing pinboard and install acoustic wall linings in numerous classrooms. Repaint remaining interior surfaces in Block 2. Replace carpet & vinyl in numerous classrooms. In Block 1 replace the timber windows with new aluminium joinery. Repair the roof to Block 1 & replace the roof to Block 18. This work is to be undertaken as an outcome form the preparation of the SPP (School Property Plan).,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28449393,Request for Tenders,Open Competition,Main Contractor for the Block G Toilet Refurbishment at Greerton Village School,,20231115,20231208,20240322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Board Greerton Village School are seeking a main contractor for the Block G Toilet Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28450802,Request for Tenders,Open Competition,Main building contractor Garston school Essential Infrastructure roof and switchboard replacement Project,243721,20231115,20231208,20240319,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Garston School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,Jones and Cooper builders have bee awarded this contract as the best scoring contractor,104208,20250410 Ministry of Education - School Infrastructure,28458217,Request for Tenders,Open Competition,"Main Buildling Contractor for AMS:5YA: A, E, F: QLE Verandah Extension at TKKM o Kawakawa mai Tawhiti",231809,20231115,20231214,20240613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Kura would like to create some shade over their newly built seating pods outside Blks A, E & F",Awarded,,229045,20250410 Ministry of Education - School Infrastructure,28458223,Request for Quotations,Closed Competition,"Te Uho o te Nikau Primary School, Matua Ngaru Primary School, and Ormiston Junior College Quantity Surveyor Services RFQ",MOE24901,20231115,20231206,20240122,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,InfrastructureNorthern.Procurement@education.govt.nz,"Quantity Surveyor Services. The Services include the following design stages: i. Ormiston Junior College a) concept/preliminary design b) developed design c) detailed design d) construction procurement e) construction f) project closeout and 12-month defects liability period. ii. Te Nikau Primary School & Matua Ngaru Primary School a) concept/preliminary design iii. Note: Te Nikau, Matua Ngaru and Hobsonville Point Primary only require services up to (and including) Preliminary Design as they are yet to receive full funding. Services for future stages may be awarded at the sole discretion of the Ministry.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28461326,Request for Tenders,Open Competition,Supply and Install Canopy Shade Structure at Homai Primary School,,20231116,20231211,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of Trustees at Homai Primary School are requesting the services of a suitably qualified contractor to supply and install a new canopy shade structure over the existing astroturf. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Thursday 23rd November at 3.30pm Site Visit 2: Thursday 30th November at 3.30pm Site Visit 3: Thursday 7th December at 3.30pm",Awarded,,499876,20250410 Ministry of Education - School Infrastructure,28461995,Request for Tenders,Open Competition,Painting Works at Kawerau South School,5340,20231120,20231214,20240226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeking tenders from suitably qualified painting contractors for interior and exterior painting works at Kawerau South School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28462574,Request for Tenders,Open Competition,Main Contractor for Blocks 4 & 6 Window Replacement at Everglade Primary School,,20231117,20231212,20240613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Everglade Primary School Board are seeking a main contractor for Blocks 4 and 6 Window Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28463599,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Roof Replacement at Ashburton Borough School - Lagmhor Site,,20231120,20231215,20240119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Lagmhor School Blocks 1L, 2L, 3L and 6L have been identified as end of life roof replacement, this will include replacement guttering, downpipes and insulation to each block",Not Awarded,Contract was awarded to McIntosh Commercial Construction Limited,0,20250410 Ministry of Education - School Infrastructure,28464352,Request for Tenders,Open Competition,"Main Contractor for the Block 1, 3, 7, 10 and Senior Roof, Clearlite and Gutter Replacement at Royal Oak Primary School",,20231117,20231213,20231219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Royal Oak Primary School are requesting the construction services of a suitably qualified contractor to carry out a replacement of the roof, clearlite and gutters in blocks 1, 3, 7, 10 and Senior. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system Site Visit 1 Wednesday the 22nd of November at 11am Site Visit 2 Wednesday the 29th of November at 12pm Site Visit 3 Wednesday the 6th of December at 11am",Awarded,,223691,20250410 Ministry of Education - School Infrastructure,28465840,Request for Tenders,Open Competition,Roofing/Cladding Replacements and Visual Modifications at St Clair School,,20231120,20240219,20240429,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The Board of Trustees for St Clair School are seeking to appoint a suitably qualified and experienced main contractor to deliver the proposed roof/wall cladding replacements and visual modifications improvements.,Awarded,"Following analysis of the submissions received, this opportunity has been awarded to Naylor Love Dunedin Limited.",0,20250410 Ministry of Education - School Infrastructure,28467840,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block A - Ventilation Improvements at Dyer Street School,6124,20231117,20231213,20240304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The main teaching building at Dyer Street School is around 76 years old and a significant amount of the original timber window joinery is failing and in poor condition. This is leading to an inability to deliver adequate fresh air and cross ventilation to the internal spaces. The project intends to deliver targeted replacement of windows with new aluminium and double glazed joinery installed adjacent to teaching spaces. Refurbishment of high level window sashes is also proposed together with the installation of new modern opening mechanisms where necessary.",Awarded,"Awarded to Field & Hall Ltd, anticipated completion of 25.11.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28468843,Request for Tenders,Open Competition,Main Building Contract for School Wide LSPM Access Upgrade at William Colenso College,220-22-LSPM,20231117,20231212,20240325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Outcome sought: Property modifications are required at William Collenso, for a year 7 student who uses a powered wheelchair for all mobility. He is verified ORS very high needs and will be transitioning to William Colenso College in 2023 as a year 7 student and will continue to be enrolled here for the remainder of his schooling.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28470071,Request for Tenders,Open Competition,Main Building Contractor for Block B ILE at Hillcrest Normal School,MoE 229929,20231117,20231215,20240201,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hillcrest Normal School Board of Trustees are seeking a main building contractor for Block B ILE upgrades and other remediation works.,Awarded,The contract was awarded to Mitchell Construction Limited.,0,20250410 Ministry of Education - School Infrastructure,28471870,Request for Tenders,Open Competition,Main Building Contractor for Internal Linings Works at Massey Primary School,MoE 245554,20231120,20231214,20240125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Massey Primary School Board of Trustees are seeking a main building contractor for Carpet, Vinyl, Hessian, and Ceiling Tile Replacement Works for Blocks 1, 2, 3, 4, 8, & 9",Awarded,This contract was awarded to Woodview Construction Limited.,0,20250410 Ministry of Education - School Infrastructure,28476856,Request for Tenders,Open Competition,Main Contractor for Full Exterior Paint of Orewa Primary School,,20231121,20231215,20241115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Orewa Primary School are requesting the painting services for exterior painting of the whole school. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Thursday the 23rd of November at 11:00am Site Visit 2 Thursday the 30th of November at 11:00am Site Visit 3 Thursday the 7th of December at 11:00am Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,98000,20250410 Ministry of Education - School Infrastructure,28478275,Request for Tenders,Open Competition,Main Contractor for Stage 2 Weka Street Retaining Wall at Miramar North School,MQS 23.167,20231120,20231214,20240304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28479944,Request for Tenders,Closed Competition,Main Contractor for new Technology Centre at Cambridge Middle School - RFT,1210,20231121,20231219,20240305,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Stage 2 Closed RFT for this procurement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28488849,Request for Tenders,Closed Competition,Te Puke Intermediate School G Block change rooms RFT,TEP,20231121,20231211,20240415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Registration of Interest for a Main Building contractor to undertake the works to upgrade the existing student change rooms in G Block.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28489894,Request for Tenders,Closed Competition,Request for Tenders (RFT) for TKKM o Te Rito Main Contract Works: New build of 250 sqm Multi Purpose Wharekura,MOE22647,20231120,20240202,20240408,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Tenders (RFT) for TKKM o Te Rito Main Contract Works: New build of 250 sqm Multi Purpose Wharekura. Construction services are required for the construction of a new Wharekura Building at TKKM o Te Rito, Otaki. Key tender dates are as follows: 28 Nov 23 10am - Virtual project brefing via MS Teams 12 Dec 23 10am - Tender site visit 23 Jan 23 10am - Tender site visit 26 Jan 23 5pm - Deadline for questions 02 Feb 23 5pm - Deadline for tenders For more information, see the supporting attachments. Please note that a DRAFT Major Works contract will be released via NTT.",Awarded,"This contract was awarded to Peryer Construction WGTN Ltd and began on 08th April 2024. The term of this contract is until the end of the defects liability period, which is forecast for December 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M",0,20250410 Ministry of Education - School Infrastructure,28494973,Request for Proposals,Closed Competition,RFP - Wharenui School - Design & Build (Additional 2TS),MOE24914,20231122,20231207,20240124,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"A Master Plan Light has already been undertaken which identifies the location of 3 new teaching blocks all with capacity to facilitate 2 teaching spaces. One of the 3 blocks is currently in construction with a completion date of March 2024 expected. This RFP is intended to engage with the incumbent D&B team to proceed with the second of 3 blocks, as funding has now become available on the basis that the roll has exceed expectations because of the rapid infill developments currently underway and/or complete in the immediate school zone. The school will specify their desired location of the second block so that it works in with the existing school site/classrooms. Funding for the third block has not been approved under this roll growth provision and therefore is excluded from this tender.",Awarded,Design portion awarded only at this stage.,80720,20250410 Ministry of Education - School Infrastructure,28499467,Request for Tenders,Open Competition,Main Building Contractor for the Learning Support Property Modifications at New Plymouth Boys' High School,3116.24,20231124,20231219,20240513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,Site wide property modifications to improve safety and visibility for two visually impaired students starting at the school in 2024.,Awarded,Only tender received,0,20250410 Ministry of Education - School Infrastructure,28504322,Request for Proposals,Closed Competition,Property Project and Programme Management Panel,MOE23987,20231129,20240221,20241201,,Sole Agency,No,,"The Ministry has multiple panels for various property and construction needs. Our aim is to bring these into one, fit- for-purpose and easy to use panel of pre-qualified suppliers that can service a diverse portfolio of works. This ranges from reasonably straight forward school-led projects through to large and complex major redevelopments or work programmes that support schools nationally or within a region. The single panel will contain suppliers with local, regional, and national capability as well as suppliers with different qualifications and experience to support low, medium, or high complexity projects and work programmes.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28504725,Request for Tenders,Closed Competition,"RFT - Civil Contractor for Site - Replace Sections of Stormwater Drainage at Te Kura o Hau Karetu, Maoribank",5344,20231124,20240131,20241001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The school has had ongoing issues with rainwater management including blocked drains, overland water flows, sodden grounds and building degradation due to the aforementioned. Investigative works have been carried out by Orogen with he resulting report forming the scope of work and being included with the tender documents. The report found: Sumps not connected to the drainage network Undersized manhole outlet drains Poor overland flow management Broken surface channels/drains The recommended scope of work is: Add a secondary screen to the transrail culvert inlets Clear sumps, manholes and drains of tree root infestation Reshape the earth swale Connect the swale sump direct to the main line via a new 300 mm diameter drain Reposition/resize sumps adjacent pool building Connect the above via new 225 mm drains to the 300 mm drain Replace broken manhole lids Reform the east boundary channel bund",Awarded,"Awarded to Madsen & Green Contracting Ltd, anticipated completion of 31.01.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28505940,Request for Tenders,Open Competition,Main Contractor for AMS Combined AC DQLS Upgrade (stage two),,20231124,20240119,20240719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Avondale College Board is seeking a main contractor for the AMS Combined AC DQLS Upgrade (stage 2),Awarded,,0,20250410 Ministry of Education - School Infrastructure,28512746,Request for Tenders,Closed Competition,Request for Tenders for Remuera Intermediate Weathertightness Remediation Main Contractor,MOE25658,20240322,20240503,20240508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This tender has been withdrawn by the Ministry.,Not Awarded,This tender has been withdrawn by the Ministry.,0,20250410 Ministry of Education - School Infrastructure,28514362,Request for Tenders,Open Competition,(1892) Peachgrove Intermediate ADEGHMUNOPSWYX Clearlite + Roofing,230702,20231124,20231220,20231222,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,This project is over budget therefore the Scope of work will be reconsidered and re-advertised,0,20250410 Ministry of Education - School Infrastructure,28518127,Request for Tenders,Open Competition,Main Contractor for the Supply and Install Canopy Shade Structure at Bombay School,,20231127,20231220,20240321,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of Trustees at Bombay School are requesting the services of a suitably qualified contractor to supply and install a new canopy shade structure. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Wednesday 29th November at 2.30pm Site Visit 2: Wednesday 6th December at 2.30pm Site Visit 3: Wednesday 13th December at 2.30pm Please meet at the admin office.",Awarded,,348828,20250410 Ministry of Education - School Infrastructure,28518380,Request for Tenders,Open Competition,Main Contractor for the Supply and Install of Canopy Shade Structure at Orewa Primary School,,20231127,20231220,20240703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of Trustees at Orewa Primary School are requesting the services of a suitably qualified contractor to supply and install a new canopy shade structure. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Thursday 30th November at 10.30am Site Visit 2: Thursday 7th December at 10.30am Site Visit 3: Thursday 14th December at 10.30am Please meet at the admin office.",Awarded,,479591,20250410 Ministry of Education - School Infrastructure,28521215,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Block 1 ILE Upgrade at Hororata Primary School,,20231128,20240123,20240304,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 administration and teaching spaces are generally in a worn cosmetic condition. The school wish to complete ILE (Innovative Learning Environment) and DQLS (Designing Quality Learning Spaces The school roll and consequently the staff numbers have grown over time, this project will be to reconfigure the administration, Sickbay, Teaching spaces and toilet areas to allow more efficient spaces, as well as a more flexible reception and staffroom.",Not Awarded,Contract was awarded to NM Sullivan Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,28522100,Request for Tenders,Open Competition,Main Building Contractor for the Wharekura Refurbishment at Opunake High School,3034.26,20231129,20240124,20240708,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,"The school's J block was a cooking and clothing technology block, which has not been used for this function for many years. The internal condition is poor, and requires a full refurbishment of the internal spaces to convert the building into a Wharekura.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28531962,Request for Tenders,Closed Competition,Main Contractor for ILE Upgrade at Maungatapere School,234224,20231128,20231218,20240118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Maungatapere School board of Trustees wishes to procure a Main Contractor for the Construction of ILE Upgrades, joinery and cladding replacements, covered deck and flooring replacements (the Contract Works) for the Board of Trustees (BoT) (The Principal) at Maungatapere School (the School). The works shall be in two stages: Stage 1: provision of a new covered deck to Block 1, Block 1 and 2 Fire Upgrade to type 4 system, replacement of floor finishes in Blocks 1 and 18. Stage 2: The replacement of joinery and cladding to Block 1",Not Awarded,This RFx was a closed tender process. The Invited tenderers withdrew from tender. A new Rfx will be initiated shortly.,0,20250410 Ministry of Education - School Infrastructure,28532588,Request for Tenders,Closed Competition,Main Contractor for the Library Upgrade at Te Kura o Waikare,,20231129,20231220,20240822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Library refurbishment. Please refer to the supplied detailed plans for scope overview.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28552357,Request for Tenders,Open Competition,Main Contractor for the Hall Remediation Project at Turitea School,02-011-008,20231205,20240208,20240516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Turitea School Board of Trustees are seeking a suitably skilled and resourced Main Building Contractor for the Hall Remediation Project at Turitea School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28558020,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS combined Block C Refurbish Hall/LSM Universal Bathroom at Miramar Central School,6099,20231204,20240131,20240506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This project is the merged scopes of two capital project requirements. In order to support the schools current garden to table programmes and assembly requirements the hall toilets and kitchen are to be refurbished. Additionally, fire egress requirements are to be improved to meet the schools occupancy needs for the hall. A Learning Support Modification has identified the need for a universal bathroom centrally placed in the school as well as a fully accessible ramp to the hall. To assist in timing both requirements are merged into a single opportunity. The hall kitchen work will include for new joinery, fittings and fixtures and wall and ceiling linings will be replaced, vinyl flooring to be replaced. Plumbing and electrical services are altered to suit. The hall toilets are to be reconfigured providing for an accessible toilet and two unisex cubicles. All linings are to be replaced, new vinyl flooring laid, plumbing and electrical including ventilation will be altered to suit. The hall is not fully accessible, a new complaint ramp will be erected including for balustrades, handrails, anti slip strips. The Block A administration staff toilets will be reconfigured to provide an as near as reasonably possible universal bathroom. All linings and finishes will be new suitable for a wet area including for new sanitary fixtures and fittings. Tenders are requested to submit separate prices for the two aspects of the work, as per the separate Work Price Schedules provided.",Awarded,"Awarded to Field & Hall Ltd, anticipated completion of 31.08.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28558786,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block A - Replace Part Flat Roof at Karori West Normal School,6074,20231204,20240131,20240604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The flat roof area of Block A has been leaking over recent years mostly due to the age of the existing aluminium tray section roof along with ponding associated to its having been laid at around 1 degree. It is proposed to replace the roof with new 0.5 mm Colorsteel Maxx repitched to achieve minimum falls. This will require the clerestory windows to be replaced. Skylights will be removed, spouting replaced and insulation fitted. Damaged internal linings will be replaced. Areas of rotten timber windows and wall cladding on other elevations will be replaced.",Awarded,"Awarded to Vertbuild Ltd, anticipated completion of 30.11.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28559530,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block 2 ILE Upgrade, Blocks 2, 5, Site Plumbing and Drainage at Tui Glen School",6155,20231204,20240131,20240514,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Tui Glen School is comprised of timber weatherboard clad single storey buildings erected in the 1960s of the Avalon and Dominion block styles. The work proposed will refurbish Classrooms 5 and 6 in Block 2 along with completing plumbing and drainage infrastructure works about the school. The classrooms work will create an opening between the spaces, replace wall and ceiling linings, install new carpet, fit a suspended acoustic ceiling, fit wall and ceiling insulation, replace joinery. Within the rear spaces one set of toilets will be removed and the larger cloak space will be opened up to the classrooms. A section of earthenware drain will be replaced with uPVC. In Block 2 remaining toilets, wash hand basins will be replaced and basin taps replace with water saver type. In Block 5 a hot water cylinder will be replaced and taps to the basin replaced with water saver type.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.10.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28559713,Request for Tenders,Open Competition,Fire Alarm Upgrade Horohoro School,1745,20231206,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Horohoro School, Horohoro. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Horohoro School is the next school to qualify under the program.",Awarded,,50232,20250410 Ministry of Education - School Infrastructure,28559718,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor for Blocks 5, 6, 8, 9, 10 - Roofing Replacement at Tawhai School",6174,20231204,20240131,20240610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Tawhai School is a mixture of 1970s C70 style buildings and prefabs brought onto site to address roll growth at various times. Most of the original buildings have been re-roofed previously. This project will replace the roofing on these latter buildings where the materials have degraded and can no longer be economically maintained. The project will carry out roof replacements to various buildings throughout the school including: Block 5 Replace pitched metal and clear roofing and spouting Replace flat metal roofing and spouting Block 6 Replace pitched metal and clear roofing and spouting Reform valley gutter abutting Block 8 Block 8 Replace pitched metal and clear roofing and spouting Block 9 Replace pitched metal roofing and spouting Block 10 Replace pitched metal roofing and spouting",Awarded,"Awarded to LHG Roofing Ltd, anticipated completion of 31.10.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28560651,Request for Tenders,Closed Competition,RFT Main Contractor for Block J Gym Resource Room at Tikipunga High School,,20231208,20240216,20240619,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,"a. The Contract Works required are: Demolish existing classroom of lower roof building structure make good a new external wall of the existing lobby way that is to remain. Re-clad the change room wall to enable roof apron flashing to be installed correctly.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28564233,Request for Tenders,Open Competition,Main Contractor for the Site Wide Fire System Upgrade at Freyberg High School,02-127-004,20231207,20240205,20240513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28564798,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block A - Refurbish Classroom 9 at West Park School, Johnsonville",6139,20231206,20240207,20240322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"West Park School is comprised of timber weatherboard clad single storey buildings created in early 1960s. The work proposed refurbishes classroom 9 including development of a breakout space in the adjacent corridor. The work will replace interior linings and allow fitting of insulation to walls and ceilings where affected. Acoustic finishes will be fitted over the wall and ceiling linings. Openings will be created for vision panels between spaces. New flooring will be laid and joinery installed. A wet area bench will be included in the breakout space.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.07.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28571989,Request for Tenders,Open Competition,Fire Alarm Upgrade Kiwitahi School,1780,20231207,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Kiwitahi School, Morrinsville. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Kiwitahi School is the next school to qualify under the program.",Awarded,,64613,20250410 Ministry of Education - School Infrastructure,28572228,Request for Tenders,Open Competition,Fire Alarm Upgrade Otewa School,1874,20231207,20240131,20240508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Otewa School, Otorohanga. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Otewa School is the next school to qualify under the program.",Awarded,,52825,20250410 Ministry of Education - School Infrastructure,28572422,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Miro School,2012,20231207,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Miro School, Cambridge. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Te Miro School is the next school to qualify under the program.",Awarded,,57848,20250410 Ministry of Education - School Infrastructure,28572604,Request for Tenders,Open Competition,Fire Alarm Upgrade Waerenga School,2046,20231207,20240131,20240508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waerenga School, Waerenga. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Waerenga School is the next school to qualify under the program.",Awarded,,73056,20250410 Ministry of Education - School Infrastructure,28580112,Request for Tenders,Open Competition,Main Contractor for Roof & Wall Cladding Replacement to Block D Cornwall at Southland Boys' High School,20-094,20231208,20240214,20240318,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"The Southland Boys' High School Board Of Trustees is looking for an experienced main contractor to complete roof and wall cladding replacement work to the Block D Cornwall Technology building at SBHS. The roof includes multiple different cladding systems. Also included is some make good carpentry and painting reinstatement work to some dust extraction ducting and ventilation system changes proposed as part of the contract work. Tenderers are referred to Section 2.2 Required Solution of the RFT document to provide further details on the scope of work included. A separate contract for the supply and installation of a new dust extraction system is programmed to coincide with wall & roof cladding works, therefore the successful Contractor will be required to work in with another main Contractor to ensure efficiency of programming and scheduling to minimise disruption.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28585934,Request for Tenders,Closed Competition,"RFT - Civils and Siteworks Contractor for LSM - Site Accessibility Improvements at Bellevue School, Wellington",6065,20231208,20240207,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Capital funding has been made available to Bellevue School to introduce an accessible route between the two main platforms of the school site. The civils project will comprise of the excavation and formation of a pathway including the necessary construction of timber retaining walls. Concrete paving works and galvanised steel handrailing is also required.",Awarded,"Awarded to Peryer Construction Wgtn Ltd, anticipated completion of 31.03.25. It is intended that the value of the contract resulting from this tender will be within $500K-$1M.",0,20250410 Ministry of Education - School Infrastructure,28586589,Request for Tenders,Open Competition,Fire Alarm Upgrade James Street School,1755,20231211,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at James Street School, Whakatane. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and James Street School is the next school to qualify under the program.",Awarded,,128600,20250410 Ministry of Education - School Infrastructure,28586792,Request for Tenders,Open Competition,Fire Alarm Upgrade National Park School,2405,20231211,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at National Park School, National Park Village. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and National Park School is the next school to qualify under the program.",Awarded,,89213,20250410 Ministry of Education - School Infrastructure,28586998,Request for Tenders,Open Competition,Fire Alarm Upgrade Waitara Central School,2260,20231211,20240131,20240508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waitara Central School, Waitara. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Waitara Central School is the next school to qualify under the program.",Awarded,,54126,20250410 Ministry of Education - School Infrastructure,28587153,Request for Tenders,Open Competition,Fire Alarm Upgrade Whanganui East School,2476,20231211,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Whanganui East School, Whanganui. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Whanganui East School is the next school to qualify under the program.",Awarded,,149723,20250410 Ministry of Education - School Infrastructure,28588010,Request for Tenders,Open Competition,Main Building Contractor for Basement & Bathroom Upgrades at Queenstown Primary School,233730,20231208,20240126,20240312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Queenstown Primary School have received funding to go towards the upgrades of teaching spaces. The school decided to renovate the Block D basement area into a multi-use teaching space/Whanau Hui and are looking for a main building contractor to complete these upgrades. This will consist of removing the current kitchen facilities, creating a newer, upgraded kitchen area and facilities to accompany this, creating additional storage solutions, adding power supplies, upgrading the interiors, and flooring. The bathroom area within the basement is to be upgraded. This requires removal and replacement of existing fixtures, fittings and flooring. Fixtures and fittings are being salvaged from a newly upgraded bathroom area within the school, as the building these are currently in will be demolished in December.",Awarded,The contract was awarded to Southbase Construction and will start immediately.,168087,20250410 Ministry of Education - School Infrastructure,28594417,Request for Tenders,Open Competition,Fire Alarm Upgrade View Hill School,3565,20231211,20240131,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at View Hill School, Oxford. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and View Hill School is the next school to qualify under the program.",Awarded,,41281,20250410 Ministry of Education - School Infrastructure,28601372,Request for Tenders,Open Competition,Main Contractor for Two classroom upgrade (ILE) at Otonga Road School,238392,20231214,20240131,20240326,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through GETS website,"The Buyer is seeking tenders from suitably qualified builders for the Construction Services to complete the construction that has been approved by the schools Board of Trustees and the Ministry of Education. The contractor is to complete the works under the approved Building Consent and to obtain Certificate for Code of Compliance. Block C consists of 2 classrooms with a shared cloak bay and single sex toilets. The works are to remove the wet areas from the teaching spaces, create breakout spaces and replace the classroom finishes. Remove the cloak bay fitout and single sex toilets and create a shared breakout area and unisex toilets. Exterior works to the building is replacement of some Joinery.",Awarded,The contract was awarded to Burton Construction & Maintenance Ltd and will start on 2 April 2024. The term of the contract is 4 months,322484,20250410 Ministry of Education - School Infrastructure,28601924,Request for Tenders,Open Competition,Main building contractors for Waikoikoi School Multipupose Hall& Site roofing replacement,240186,20231213,20240209,20240611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Waikoikoi School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. Please contact the school for a site visit.",Awarded,The BOT have selected Ajax Building contractors as the preferred contractor.,0,20250410 Ministry of Education - School Infrastructure,28606288,Request for Tenders,Closed Competition,Main Contractor for Learning Support Fencing Project at Aranui School,02-117-005,20231214,20240208,20240510,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Aranui School BoT are looking to engage a suitable resourced and Main Building contractor for the Learning Support Fencing Project at Aranui School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28612854,Request for Tenders,Open Competition,Block 7 Alterations at Kaikorai Primary School,,20231214,20240213,20240415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Kaikorai Primary School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed alterations to the building known as Block 7. The work involves both interior and exterior alterations, and is funded via the schools 5 Year Agreement. Please refer to the RFT and tender documents for full details.",Awarded,"Following analysis of the submissions received, this opportunity has been awarded to Connor Jones Group.",0,20250410 Ministry of Education - School Infrastructure,28616910,Request for Tenders,Open Competition,Main Contractor for Re-Roofing and Bathroom Upgrades at Morrinsville School,230472,20231214,20240202,20250318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Replace metal roofing to 9 buildings, upgrade 6 toilet facilities and convert 1 existing toilet facility into new office spaces.",Not Awarded,"Nine tenders were received for this project and all were in excess of the project budget. Consequently a decision was made to not proceed with this project in the meantime and explore further options on the basis of reducing the scope of works. All tenderers have been advised by email.",0,20250410 Ministry of Education - School Infrastructure,28617940,Request for Tenders,Closed Competition,RFT - Rangikura School Temporary Admin Accommodation Refurbishment Works,MOE25017,20231214,20240131,20240328,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Admin Block at Rangikura School has been identified to have significant weathertightness issues and design is currently underway to demolish and replace that building with a new fit for purpose facility in the same location. In the meantime, a refurbishment of existing space is required to accommodate staff and continue administration/reception functions, while design and construction of the new Admin Block progresses. The Contract Works required are: Decanting and minor refurbishment of block R2 and classroom S2 to convert them into temporary Administration and Reception facilities respectively",Awarded,"This contract was awarded to Fair & Square Building Services Limited and began on 28/03/2024. The term of this contract is until final completion of the project forecast to be in May 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $100k- $250k.",0,20250410 Ministry of Education - School Infrastructure,28624725,Request for Tenders,Closed Competition,"??Redwood School Weathertightness Remediation of classrooms Blocks E, F, and G Main Contractor?",MOE22678,20231214,20240209,20240508,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This project is seeking a main contractor to remediate existing buildings at the school with Weathertightness issues. Leaks to blocks E, F, and G have been ongoing for some time and minor repairs are no longer suitable to maintain weathertightness integrity.",Awarded,"This contract was awarded to Peryer Construction WGTN Limited and began on xx xx 2024. The term of this contract is until final completion of the project, forecast to be xxx. It is intended the value of the contract resulting from this procurement will be within value band: $500k -1M",0,20250410 Ministry of Education - School Infrastructure,28627158,Request for Tenders,Open Competition,Fire Alarm Upgrade Makikihi School,3201,20231218,20240219,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Makikihi School, Makikihi. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Makikihi School is the next school to qualify under the program.",Awarded,,51402,20250410 Ministry of Education - School Infrastructure,28627609,Request for Tenders,Closed Competition,Fire Alarm Upgrade Te Kura O Rotoiti School,1929,20231218,20240219,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"Over the last 15 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Kura O Rotoiti School is the next school to qualify under the program. This is to be a direct source tender from a pre-qualified Amotai Supplier.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28641209,Request for Tenders,Open Competition,"Carlton School, Wanganui - Stormwater Remediation",Carlton School,20240125,20240415,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Carlton School, are seeking a suitably qualified Main Plumbing Contractor to carry out the Stormwater Remediation Project. . The Contract Works required are: Due to existing historical flooding uses, there will be installation of new stormwater drainage and sanitary sewer lines with 2 x new terminal vents. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,636953,20250410 Ministry of Education - School Infrastructure,28641234,Request for Tenders,Open Competition,"Kairanga School, Manawatu - Outdoor Learning Area",Kairanga School,20240201,20240305,20240530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Kairanga School, are seeking a suitably qualified Main Building Contractor to carry out the AMS Outdoor Learning Area Project. The Contract Works required are: Construct a new outdoor learning environment area to the north facing side of four classrooms in block 1, including trafficable translucent roofing. Install new drop down curtains to new cover for weather protection. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,151609,20250410 Ministry of Education - School Infrastructure,28641254,Request for Tenders,Open Competition,"Linton Camp School, Manawatu - Roofing to Various Blocks",Linton Camp School,20240130,20240305,20240607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Linton Camp School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out the Roof Replacement & Remediation Works to Various Blocks. The Contract Works required are: Block 1: Metal Roof Replacement, including insulation and timber repairs if required. Clearlite replacement including timber repairs if required. Spouting replacement. Relocation of outdoor heatpump units to ground level. Removal of skylights. Block 2: Spouting replacement. Block 3: Clearlite replacement, including timber repairs if required. Spouting replacement. Block 4: Metal roof replacement, including insulation and timber repairs if required. Spouting replacement. Block 5: Metal roof replacement, including insulation and timber repairs if required. Clearlite replacement, including timber repairs if required. Spouting replacement. Block 6: Metal roof replacement, including insulation and timber repairs if required. Spouting replacement. Block 7: Spouting replacement. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,245927,20250410 Ministry of Education - School Infrastructure,28641272,Request for Tenders,Open Competition,"Ohau School, Levin - Acoustic Ceilings & LED Lighting",Ohau School,20240201,20240308,20240530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Ohau School, are seeking a suitably qualified Main Building Contractor to carry out the Acoustic Ceilings & LED Lighting to Blocks B & C Project. . The Contract Works required are: Through all areas in Blocks B & C except toilet areas, install acoustic ceiling panels. Install new LED lighting ensuring all lighting is RCD protected. Painting to affected areas only. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,108478,20250410 Ministry of Education - School Infrastructure,28641522,Request for Tenders,Open Competition,"Lytton Street School, Feilding - LSM Fencing & Gates",Lytton Street School,20240124,20240223,20240501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Lytton Street School, are seeking a suitably qualified Main Building/Fencing Contractor to carry out the Learning Support Modifications Fencing & Gates Project. The Contract Works required are: Install aluminium and timber fencing 1.8m in height and no more than 100mm of the ground. Install access gates to same dimensions including vehicle and pedestrian gates. The main pedestrian gate near the hall entrance is have a wheelchair accessible gate latch. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,121790,20250410 Ministry of Education - School Infrastructure,28645171,Request for Tenders,Open Competition,"Waituna West School, Feilding - Roofing & Remediation to Various Blocks",Waituna West School,20240201,20240314,20240521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Waituna West School, are seeking a suitably qualified Main Building/Roofing Contractor to carry out the Roof Replacement & Remediation Works to Various Blocks. The Contract Works required are: Block 1: Metal roof repairs, metal roof replacement including insulation and timber repairs if required. Spouting replacement. Block 2: Metal roof replacement including insulation and timber repairs if required. Spouting replacement. Soffit repairs. Block 8: Metal roof replacement including insulation and timber repairs if required. Spouting replacement. Block 9: Clearlite replacement including timber repairs if required. Spouting repair. Block 10: Spouting replacement. Block 11: Spouting replacement. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,127268,20250410 Ministry of Education - School Infrastructure,28645513,Request for Tenders,Open Competition,"Norsewood & Districts School, Norsewood - AMS Alterations & Refurbishment",Norsewood School,20240201,20240312,20240425,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Norsewood & Districts School, are seeking a suitably qualified Main Building Contractor to carry out the AMS Alterations & Refurbishment Project. . The Contract Works required are: Classroom upgrade creating a breakout space by removing a wall between classroom and corridor and modernising space with Autex Composition. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,156579,20250410 Ministry of Education - School Infrastructure,28652794,Request for Tenders,Open Competition,"Carlton School, Wanganui - Blocks 1 & 5 AMS Alterations & Refurbishment",Carlton School,20240125,20240228,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Carlton School, are seeking a suitably qualified Main Building Contractor to carry out the Blocks 1 & 5 AMS Alterations & Refurbishment Project. The Contract Works required are: Modernise classrooms and install new stacker doors between classrooms in Block 1. Create a cultural entranceway in block 5. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,192948,20250410 Ministry of Education - School Infrastructure,28653035,Request for Tenders,Open Competition,"TKKM o Te Rito, Otaki - LSM Fencing & Gates",TKKM o Te Rito,20240125,20240228,20240529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for TKKM o Te Rito, Otaki are seeking a suitably qualified Main Building/Fencing Contractor to carry out the Learning Support Modifications Fencing & Gates Project. The Contract Works required are: Install galvanised steel fencing and gates, including vehicle and pedestrian gates, one sliding gate. Timber fencing where required. Install combination lock to admin entrance to CR/5. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,165600,20250410 Ministry of Education - School Infrastructure,28662412,Request for Tenders,Open Competition,Main Contractor for the Heart of the School Landscaping Project at Henderson High School,,20240108,20240212,20240520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Heart of the School Project is funded by the BoT and is an important project for the School community. The project scope includes the construction of landscaping elements such as new paved pathways, seating, timber stage, shade canopy and specimen tree and shrub planting within the School Grounds at the centre of the School.",Awarded,,451532,20250410 Ministry of Education - School Infrastructure,28667287,Request for Tenders,Closed Competition,Main Contractor (Design & Build) for Hardstand Reinstatement at Allenton School,3274-23-02,20240110,20240131,20240403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Allenton School is looking for a Main Civil Contractor to Design and Build the reinstatement of the Hardstand/ playing courts to include line-markings.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28667746,Request for Tenders,Open Competition,Tauhara School Taupo - Upgrading existing School Fire Alarm to type 4,244988,20240109,20240312,20240524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fire alarm for the site: The school experience frequent false activations of the fire alarm and it has been noted as end of life requiring replacement. The Works are to involve and include: - Engage with a fire engineer or consultant to scope and design the works required - Disarm, remove and dispose of the existing fire alarm system and equipment in a compliant manner - Disarm, remove and dispose of the existing security system and equipment in a compliant manner - Supply, install and activate new compliant fire alarm system - Supply, install and commission new compliant security system and as per attached RFT.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28668710,Request for Tenders,Open Competition,Taupo Primary School - Replacement of Roofing and Guttering,243705,20240109,20240308,20240524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: -Block S/A: Roof over 2 existing skylights and make good internally, back flash terminal vents. -Block E: Entire re-roof required. -Block F: Re-screw entire roof. Investigate and resolve leak as per photo attached (likely cause a flashing issue) and install back flashing to terminal vent. b ii. Small scale iii. No requirements for phasing and/or staged handover of the project iv. Standard school site in an urban centre, no known constraints v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information.",Awarded,Work to be completed in July school holidays,41530,20250410 Ministry of Education - School Infrastructure,28669782,Request for Tenders,Open Competition,Tauhara School - Drainage investigation and remedial works,244989,20240109,20240131,20240229,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Drainage systems at Tauhara School: -There are a number of faults and issues with the drainage systems that require remediation. This project will be two stages. Stage 1 - Undertake hydro flushing of the Stormwater and wastewater lines - Remove all spoil from site to an approved waste station - Undertake CCTV tractor works to take gain exact measurements, positions and locations of required works - Hand marked as-builds will be requested as part of this stage Stage 2 It is expected that works will involve; - Service location to confirm underground services location prior to excavation - Cut and removal of the ground (asphalt, concrete etc.) in the area/s of concern - Excavate down to the area of concern - Expose and install new drainage parts as required (pipes, cesspits, chambers, manholes etc - Backfill with hard fill and compact - Reinstate the ground as needed - Upon completion, remove the spoil",Awarded,,99777,20250410 Ministry of Education - School Infrastructure,28671748,Request for Tenders,Open Competition,Main Civil Contractor for Carpark Upgrade at TKKM o Rumata (Rotorua),236123,20240123,20240220,20241002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"TKKM o Ruamata Board of Trustees is seeking a main civil contractor for the upgrade of their current carparking area. Currently the area is unsealed and the proposed works will include new kerbing and channelling, new chip seal on new basecourse, carpark marking and stormwater disposal.",Awarded,,427000,20250410 Ministry of Education - School Infrastructure,28673040,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined Blocks 5, 7 - QLS Classroom Upgrade at Tawhai School, Stokes Valley",5910,20240123,20240220,20240604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Blocks 5 and 7 are a conglomeration of prefab style buildings placed on the school site between 1972 and 1974. Little has been done to them in the interior except for decoration and maintenance and the corner infill construction of a store room conjoining the buildings. This project will refurbish the classrooms and the toilets to provide two gender neutral toilet spaces. The work will include replacement floor coverings, replacement of wall coverings with autex composition, replace wet area joinery, replace ceilings with suspended type acoustic type with integrated LED light fittings, fit insulation, replace timber windows with double glazed aluminium, install whiteboard storage units. It is also proposed to upgrade the fire detection in this block to Type 4.",Awarded,Awarded to Carrara Holdings Ltd,0,20250410 Ministry of Education - School Infrastructure,28673851,Request for Tenders,Open Competition,Gleniti School - Re-Roof,,20240115,20240208,20240416,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are Re-Roof to Blocks 1, 2, (walkways) 3, 12, (roofing) 15 & 16 (part roofing) at Gleniti School as follows:- Block 1 & 2 - Walkways The existing translucent roofing is in poor condition and does not have safety mesh installed, the existing roofing shall be removed and replaced with new reinforced translucent roofing to discharge to the existing spouting. Block 3 The existing colorsteel roofing is deteriorating and starting to leak, allow to remove all existing colorsteel roofing and flashings and replace with new. Block 12 The existing colorsteel roofing, flashing and spouting are to be removed, the roof it to be packed up to avoid flashing over the portal frames and provide a clean roof plane, new insulation, roofing underlay is to be installed, along with a new fascia, spouting, colorsteel roofing and flashings Block 15 & 16 The existing sections of translucent roofing are to be removed and new lengths of colorsteel cladding to be run from ridge to eave with new ridge flashings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28676570,Request for Tenders,Open Competition,Main Contractor for AMS Combined: Block 2 ILE and DQLS Upgrade at Willow Park School,,20240115,20240209,20240322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETs website,The Willow Park School Board is looking for a Main Contractor for the AMS Combined: Block 2 ILE and DQLS Upgrade at Willow Park School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28678442,Request for Tenders,Open Competition,Main Contractor for SPDIS Site Outdoor Shade Canopy Structure at Northcote Intermediate School,,20240116,20240212,20240318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Northcote Intermediate School Board is looking for a Main Contractor for the SPDIS Site Outdoor Shade Canopy Structure installation.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28681219,Request for Tenders,Open Competition,Main Building Contractor for Learning Support Property Modifications at Te Pi'ipi'inga Kakano Mai I Rangitea,,20240115,20240212,20230808,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,,Awarded,One tender received. Awarded to that contractor,0,20250410 Ministry of Education - School Infrastructure,28681882,Request for Tenders,Closed Competition,"Main Contractor for 2, 3, 6, 9, 10, 13: Lifecycle Full/Partial Roof Replacements at Avonhead School",3287-22-02,20240116,20240208,20240422,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Avonhead School has received some 5YA funding. Use of this funding to be towards lifecycle full and partial roof replacements on Blocks 2, 3, 6, 9, 10 and 13.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28686049,Request for Tenders,Closed Competition,RFT Main Contractor for Wharenui Internal Refurbishment at Whangarei Intermediate School,,20240123,20240229,20240501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Wharenui internal refurbishment works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28687956,Request for Tenders,Closed Competition,Te Wharekura o Maniapoto School Outdoor sports canopy,,20240117,20240209,20240312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: To design and build a 31m x 18m Barrel Roll Style Canopy 4.m high to 6.5m high at the apex, with HDG painted Steel frame, PVC fabric canopy & 250mm half round galvanised steel spouting over the existing asphalt, netball courts area. With the following inclusions. Concept and Structural design. Building consents and Geotech report. Pier foundation. Engineering certification- PS1 & PS4. Storm water connection. Structure framework (painted, HDG steel). PVC Membrane roof. 250mm half round steel Spouting, painted to match frame structure. Down pipes concealed within structural posts. Underground services locators. Installation of the complete structure. Health & safety & site management. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works",Awarded,Tender awarded subject to MoE approval.,0,20250410 Ministry of Education - School Infrastructure,28693048,Request for Tenders,Open Competition,Main Contractor for Site: Heating Provisions at Maungatapu School,237800,20240118,20240215,20240411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Maungatapu School would like to address the Heating provisions required which are to replace radiant heaters with heat pumps. The school has an issue with the load drawn down on the 2 main electrical connection points due to the current draw from the radiant heaters. This project is to replace these radiant heaters with heat pumps and establish a controlled loading system,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28697818,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C, D, H, HH, N, Blk O, Q: Roof, Clearlite, & Gutter Replacement at Bethlehem School",15793151,20240117,20240226,20240415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28702260,Request for Quotations,Closed Competition,Hagley College Major Redevelopment Project Management (PM) & Engineer to Contract (EtoC) Services And Potential Additional Rights,MOE25125,20240123,20240216,20240424,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Hagley College Major Redevelopment Project Management (PM) & Engineer to Contract (EtoC) Services And Potential Additional Rights This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry/the Buyer) to submit a Quote for Hagley College (the School) Major Redevelopment Project Management (PM) & Engineer to Contract (EtoC) Services (the Services) And Potential Additional Rights. Hagley Community College is included in the Christchurch School Rebuild (CSR) programme. AECOM New Zealand were awarded the Project Management Services for Hagleys redevelopment following a competitive tender process in 2019.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,28702934,Request for Quotations,Closed Competition,Hagley College Major Redevelopment Quantity Surveyor (QS) Services And Potential Additional Rights,MOE25125,20240123,20240216,20240424,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Hagley College Major Redevelopment Quantity Surveyor (QS) Services And Potential Additional Rights This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Hagley College (the School) Major Redevelopment Quantity Surveyor (QS) Services And Potential Additional Rights AECOM New Zealand were awarded the Project Management Services for Hagleys redevelopment following a competitive tender process in 2019. Stage 1 extended over a five-year term to 2023 and AECOM have been project managing throughout. The Ministry wishes to add Quantity Surveying to the services to be delivered by AECOM New Zealand.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $1-$100,000",0,20250410 Ministry of Education - School Infrastructure,28703770,Request for Tenders,Open Competition,Main Contractor for the New Wharenui at Otahuhu College,,20240122,20240219,20240502,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Otahuhu College Board are seeking a Main Contractor for the Design and Build of a New Wharenui .,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28708649,Request for Tenders,Closed Competition,RFT Main Contractor for Block H & 7 Refurbishment at Whangarei Boys High School,,20240123,20240229,20240610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project will deliver Block H Roofing Replacement, Cladding and Window Joinery Replacements, Internal Refurbishments, Repiling and Block 7 Window Joinery Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28708746,Request for Tenders,Closed Competition,"Plimmerton School - Block 1,9 Weathertightness Remediation - Main Contractor Works",MOE25249,20240125,20240228,20240328,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Tender for Plimmerton School Block 1,9 Weathertightness Remediation Main Contractor Works (the Contract Works).",Awarded,"This contract was awarded to Alaska Construction + Interiors Ltd. The term of this contract is until final completion of the project, forecast to be in December 2024. It is intended that the value of the contract resulting from this procurement will be within value band: $500 000 - $1M",0,20250410 Ministry of Education - School Infrastructure,28709442,Request for Tenders,Open Competition,Main Building Contractor for Bethlehem School for AMS combined-Block A: Internal modifications to create QLE including breakout spaces,214520,20240119,20240229,20240423,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,653000,20250410 Ministry of Education - School Infrastructure,28719291,Request for Tenders,Closed Competition,"Main Contractor for the Block 1: Bathroom Alterations LSPM & 5YA, Block 1: Window Remediation, and Blocks 1 & 2: Heating replacement at Tangiteroria School","#211055, #241373, and #241375",20240124,20240221,20240415,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought by this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the proposed Block 1: Bathroom Alterations LSPM & 5YA, Block 1: Window Remediation, and Blocks 1& 2 Heating Replacement at Tangiteroria School. This project is a combination of 5YA upgrades to the existing bathrooms (student & staff), sick bay and cleaners storeroom in the existing Block 1 (Admin & Classrooms) Building, as well as the creation of a new universal bathroom facility as part of a Learning Support Property Modification project. The LSPM component was originally planned for another building on the school grounds, however this was later revised to be in the main admin block to better suit the needs of the student. The project also includes 2x other components of 5YA works including the remediation of the Block 1 windows to the classroom areas and Heating (Heat-pump) replacement works to both Block 1 & 2.",Awarded,,700932,20250410 Ministry of Education - School Infrastructure,28723950,Request for Tenders,Closed Competition,RFT - Main Roofing Contractor for Roof Coverings Replacement (Stage II) at Levin Intermediate School,6239,20240125,20240222,20241023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The approved ten year property plan has identified a number of roofing improvements to various buildings at the school which includes roof coverings, flashings and spouting renewal. This project follows on from a recent contract where the translucent roofing product on the covered walkway was replaced. In some areas timber cladding will require removal and reinstatement to allow the installation of new apron flashings. Any associated building work will need to be remediated and painted on completion. Work on flat roofs will comprise of the full replacement of membrane together with the plywood substrate renewal. Insulation will be introduced to roof cavities where easily accessible.",Awarded,"Awarded to BR Turfrey Ltd, anticipated completion of 01.05.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28725856,Request for Tenders,Open Competition,Roofing Repairs & Replacements at South Westland Area School,235448,20240125,20240222,20240401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks A, B, C, D, G, I, and J at South Westland Area School in Harihari have been identified as needing repairs or replacement to their roofs and/or rainwater goods. a. The Contract Works required are: i. Reroofing of several school buildings, replacement of non-compliant roofing, replacement of spouting, other minor repairs / replacements ii. Small scale (Blocks A, B, C, D, G, & I) & large scale (Block J - Gym Building) iii. No requirements for phasing and/or staged handover of the project iv. Standard school site in a rural setting, no known constraints other than timing v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information.",Awarded,Works split between two suppliers,474191,20250410 Ministry of Education - School Infrastructure,28733640,Request for Tenders,Open Competition,RFT- TKKM o Kawakawa mai Tawhiti (The kura)- Remediation Works,MOE24573,20240125,20240301,20240503,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The ministry is looking to engage a supplier for replacement of failed express cladding with weatherboard (or equivalent) for 4 separate blocks of the school. Replacement of canopy sheeting, groundworks and new decking to level out the site (no in-ground/ contamination issues). . A tender site visit is scheduled for 31/01/23 for all interested parties. More details about the site visit are given in the site information and in RFT. Please direct any questions through the GETS Q&A function. Thank you",Awarded,"This contract has been awarded to Pacific BOP Builders Limited and will begin in May 2024. The term of this contract is until the final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,28737091,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Block D & E Roofing Replacement at Buller High School,,20240129,20240308,20240513,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main contractor services for the end-of-life replacement of selected block roofing, gutters, downpipes, re pitching of various roofs, back flashing of penetrations, replace end of life fixings and flashings. Internal works including HVAC systems, fire and accessibility upgrades and general construction as per supplied consented architectural documentation.",Not Awarded,Contract was awarded to TRT builders,0,20250410 Ministry of Education - School Infrastructure,28747487,Request for Tenders,Open Competition,Main Building Contractor for Site: LSPM (fencing) at Tamatea High School,244328,20240129,20240221,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Installation of new magnetic read card locks to be installed on classroom door leading to carpark, linked to the fire alarm system so they open in the event of a fire. Construct a 1.8m powder coated pool-style fence 5m inside the current boundary fencing along Taradale Rd and alongside neighbouring properties. Fence will require gated entry for emergency vehicles, and pull-up pool style mechanism for pedestrian access. Construct 1.8m high pool style fencing inclusive of gate with pull-up style latch to block immediate access to the car park, mainstream school, and Freyberg Avenue. Construction of screening material to block access between the rails of the unit and the roof of the decking to prevent climbing.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28750588,Request for Quotations,Closed Competition,Maramarua School (the School) - Urgent Fencing - Main Contractor Services MOE24279,K2-242552,20240605,20240605,20231128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,The contract has been awarded to Chaytor Waikato Ltd and started in Jan 2024. Price band is $100k-$250k.,0,20250410 Ministry of Education - School Infrastructure,28759083,Request for Tenders,Open Competition,"Main Building Contractor for Learning Support Modifications at Gonville School, Wanganui",Gonville School,20240202,20240306,20240614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Gonville School are seeking a suitably qualified Main Building Contractor to carry out Learning Support Modifications Project. The Contract Works required are: Provide new path access to courts. Install new courts gate and fencing. Upgrade to bathroom, including removing a section of wall, relocating medicine cabinet, lowering soap and towel dispensers. Install new hardie glaze wall linings and vinyl floor covering. Associated painting. Active Healthcare to install H track ceiling hoist and telescopic curtain rails. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,106270,20250410 Ministry of Education - School Infrastructure,28768656,Request for Tenders,Open Competition,Main Contractor for Five Classroom upgrades at Taupo-Nui-a-Tia College,238676,20240207,20240305,20240507,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The buyer is seeking the completion of elemental upgrades to 5 teaching spaces. The blocks are HH, J and W. The upgrades consist of replacement windows / doors, replacement lighting, replacement autex, carpet, touch up painting, and in one classroom, replacement of ceiling insulation.",Awarded,The contract was awarded to Wade Construction Limited and will start on 4 June 2024. The term of this contract is 3 months.,183348,20250410 Ministry of Education - School Infrastructure,28772149,Request for Tenders,Open Competition,"Roofing works to address deficiencies at Block AC, Block AD, Block G and Block J at Murupara Area School",MoE Project # 246295,20240207,20240304,20240627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Murupara Area school is located at 84 Pine Drive Murupara. The school board is seeking a suitably qualified roofing contractor to address roofing deficiencies at Block AC, Block AD, Block G and Block J at the Murupara Area School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28772238,Request for Tenders,Open Competition,Main Contractor for Translucent Roofing Replacements at Mararoa School,23-037,20240206,20240301,20240328,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Mararoa School Board of Trustees is looking for an experienced main Contractor to complete a Translucent Roofing Replacement project at Mararoa School. Work Scope includes demolition of existing translucent roofing to pool building and veranda, replacing with new translucent roofing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28772651,Request for Tenders,Closed Competition,Main Contractor for Additions & Alterations at Ngataki School,,20240202,20240308,20240814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required at Ngataki School are additions to an existing school building, circa 165m2 new floor area, plus decks. Scope of Works includes: New Library, Multipurpose Space, Breakout Space and Decking Existing Staffroom refurbishment Total 165m2 new floor areas + decks Demolition of existing library (As stage 2 after above works are completed) New septic system New water tanks The Contractor will be engaged through a Medium Works Contract (contract value dependent). Indicative Timeframes for the Contract Works are: i. Indicative start date: June 2024 ii. Indicative Due Date for Completion: February 2025",Awarded,,857944,20250410 Ministry of Education - School Infrastructure,28775180,Request for Tenders,Closed Competition,"Main Contractor for Blocks A, B, D & Pavilion Upgrade at Te Awamutu College - RFT",1199,20240207,20240228,20240403,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made thorugh the GETS website,Closed RFT stage of two-part procurement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28786414,Request for Tenders,Closed Competition,Design and Construct Shade Canopy at Macleans College,,20240209,20240308,20240822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28786444,Request for Tenders,Open Competition,Main Contractor for ILE Upgrade at Maungatapere School,234224,20240207,20240311,20240412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Following an earlier GETS ROI process, this RFT is to procure a Main Contractor for the Construction of ILE Upgrades, window replacements and flooring replacements (the Contract Works) for the Board of Trustees (BoT) (The Principal) at Maungatapere School (the School). The proposed works include: Stage 1: (a) Removal of existing asbestos claddings to Block 1, and asbestos debris in the subfloor space. (b) Removal of existing small egress landings and steps to Block 1 rooms 1,2,3, removal of concrete paving along north of Block 1. (c) Extension of north face of existing Block 1 gable roof to cover new deck. (d) Provision of new deck, accessible ramp and steps to north of block 1. (e) Replace floor coverings in selected areas in Block 1 and Blk 18. (f) Provision of new type 4 fire alarm system to blocks 1 and 2 (blocks 1 and 2 are joined and comprise one fire cell). Stage 2 (Separable Portion): (g) Removal of existing timber joinery to north and south side of Block 1 teaching spaces (Rooms 1,2,3). (h) Removal of existing LPHW heating to blocks 1 and 2 including removal of pipework to below Floor Level, make good to wall and floor surfaces, and provision of new heat pumps. (i) Provision of new aluminium doors and windows to Rooms 1,2,3, and new bracing to North wall. (j) Provision of new timber weatherboard cladding on cavity construction to Block 1, and insulate wall cavities. (k) Provision of underfloor insulation to extent of Blk 1 timber floor frame.",Awarded,Contract Awarded.,0,20250410 Ministry of Education - School Infrastructure,28789885,Request for Tenders,Closed Competition,RFT for Main Contractor for Block M: Wharekai Refurbishment at Kaitaia College,241916,20240208,20240306,20240429,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kaitaia College is situated in central Kaitaia in the Far North, with a roll of 900. The school has predominantly aging buildings with a lot of the Blocks constructed between 1930-1970. As such they are now at the point where they need upgrading & modernising to create beneficial and safe learning environments. Block M: Wharekai is in the process of undergoing refurbishment. Part of the process requires the design of two kitchens and a laundry area. The Wharekai will undergo a re-design whcih will include the cladding, floor coverings and joinery being replaced to the end of their lifecycle.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28793826,Request for Tenders,Open Competition,"Main Contractor for Block1, 7, 9, 11, 12,13, 19 ILE Classroom and Cloak Bay Upgrade at Churchill Park School",,20240208,20240305,20240731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,No longer providing the school with our services. They have all the tender responses and will undertake the project further when ready.,0,20250410 Ministry of Education - School Infrastructure,28797589,Request for Tenders,Closed Competition,RFT Main Contractor for Multiple Block Refurbishment at Poroti School,,20240209,20240304,20240904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Multiple Block Refurbishment at Poroti School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28799899,Request for Tenders,Open Competition,"Main Contractor for Block 4: Staffroom Conversion, Extension to Build New Staffroom, Toilet Facilities, Kitchen and Deck at Mangawhai Beach School",,20240209,20240305,20240312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Mangawhai Beach School are requesting the services of a suitably qualified contractor to carry out a conversion of the staffroom to a resource room and new LSC office, and extension to build new staffroom, toilet facilities, kitchen and deck in block 4 at Mangawhai Beach School. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday 13th of February at 11am Site Visit 2 Tuesday 20th of February at 11am Site Visit 3 Tuesday 27th of February at 11am Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Not Awarded,The Board of Trustees at Mangawhai Beach School have decided not to go ahead with this project. Thank you for tendering.,0,20250410 Ministry of Education - School Infrastructure,28800946,Request for Tenders,Open Competition,Design and Off-site Construction for Stage 2 Classrooms,,20240212,20240315,20240705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28803690,Request for Tenders,Open Competition,Main Contractor for the Roof Remediation project at Auroa School,02-061-003,20240214,20240313,20241003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Auroa School Board of Trustees are seeking an appropriately skilled and resourced Main Contractor for the Roof Remediation project at Auroa School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28805073,Request for Tenders,Open Competition,Main Contractor for the Blocks 4 & 6 DQLS and ILE Upgrade at Waipipi School,,20240214,20240219,20240221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Waipipi School Board are Seeking a Main Contractor for the Block 4 & 6 DQLS and ILE Upgrade.,Not Awarded,This project will be rescheduled to a later date as the school's weathertightness Remediation will need to be completed first.,0,20250410 Ministry of Education - School Infrastructure,28805938,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS only Block E - Refurbish Classrooms at Rata Street School,6136,20240214,20240312,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Rata Street School wants to progress an AMS funded project that will see classroom refurbishment in the three teaching spaces located in Block E. The classroom internal refurbishment will comprise of acoustic treatment of ceilings, installation of new LED lighting and floor finishes renewal. The teaching spaces will also have old pinboard wall linings replaced with composition board finishes. The modernisation of the block also comprises of window joinery renewal, where the 20-30 year old single glazed windows will be upgraded.",Awarded,"Awarded to Field & Hall Ltd, anticipated completion of 30.06.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28806537,Request for Tenders,Open Competition,Main Contractor for the AMS Combined Block 7 ILE & DQLS Providing Flexible Connections and Toilet & Cloak Bay Refurbishment at Kowhai Intermediate,,20240214,20240308,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Kowhai Intermediate School Board are seeking a Main Contractor for the AMS Combined Block 7 ILE & DQLS Providing Flexible Connections and Toilet & Cloak Bay Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28807488,Request for Tenders,Open Competition,Request for Tender Main Contractor for School Deck and Veranda at Beaconsfield School,,20240213,20240308,20240814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Beaconsfield School require a new covered deck area to facilitate safe disabled access to the existing block and to enhance the outdoor learning environment with an extended covered deck area, new access stairs and outdoor seating.",Not Awarded,Contract was awarded to Timaru Construction,0,20250410 Ministry of Education - School Infrastructure,28808057,Request for Proposals,Closed Competition,Western Heights High School - Redevelopment of Special Needs Unit & Science Block - Quantity Surveyor & Engineer to Contract Services,MOE25164,20240209,20240306,20240412,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is hereby seeking Quantity Surveyor and Engineer to Contract Services for the following Western Heights High School Project; Redevelopment of the special needs unit, as well as the science block. A site visit can be arranged upon request. Please note that the drawings will be emailed separately due to file size.",Awarded,"This contract was awarded to CUESKO Ltd and is starting in April 2024. The term of this contract is until final completion of the project, forecast to be in January 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $250K - $500K.",0,20250410 Ministry of Education - School Infrastructure,28808917,Request for Proposals,Closed Competition,Western Heights High School - Redevelopment of Special Needs Unit & Science Block - Project Management Services,MOE25162,20240212,20240306,20240422,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is hereby seeking Project Management Services for the following project; Redevelopment of Special Needs Unit & Science Block for Western Heights High School. A site visit can be arranged on request. Kindly note that the drawings will be made available separately due to file size.",Awarded,"This contract was awarded to RDT Pacific Limited . The term of this contract is until final completion of the project, forecast to be in 2026. It is intended that the value of the contract resulting from this procurement will be within value band 100K-250K.",0,20250410 Ministry of Education - School Infrastructure,28821640,Request for Tenders,Closed Competition,Design Build of an All-Weather Canopy over a new Artificial Turf at TKKM o Wairarapa,,20240214,20240307,20240902,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Background The Ministry of Education is seeking a design build contractor to construct a proprietary engineered all weather canopy over a new artificial turf. The canopy will be constructed before the turf is laid. The scope of works is as follows, Provide full design services for the new canopy based on the suppliers proprietary systems, including Geotech and specific design structural engineering. Secure all building and planning consents for the works. Establish site and construction zone in a fenced off area with appropriate signage and SSSP. Setout the canopy foundations and undertake excavations to suit the design. Construct the canopy. Disestablish site and make good and damage caused by the construction Provide CCC and all warranties Project consultants are: Project Manager: Ian Rattray Quantity Surveyor: Cory ORoirdan Design by contractor Required solution (method and approach for the Contract Works required, i. Design Build services from a canopy supplier ii. Canopy dimensions 36.5 m long and 21.3 meters wide iii. Work to be undertaken in a single stage prior to the installation of the artificial turf. iv. The Contractor will be engaged through a Medium Works Contract. b. Timeframes for the Contract Works are: i. Indicative start date: February 2024 ii. Indicative Due Date for Completion: April 2024",Not Awarded,Project shifted to MOE Led project,0,20250410 Ministry of Education - School Infrastructure,28822134,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 6, 8, 9, 11, 12, 14, 16, Mandarin: Roof, Clearlite, Gutter Replacement at Meadowbank School",,20240215,20240311,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Meadowbank School Board is looking for a Main Contractor for the Blocks 1, 2, 6, 8, 9, 11, 12, 14, 16, Mandarin: Roof, Clearlite, Gutter Replacement at Meadowbank School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28824240,Request for Tenders,Closed Competition,Design Build of a new Artificial Turf at TKKM o Wairarapa,,20240214,20240307,20240902,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Background The Ministry of Education is seeking a design build contractor to construct an artificial sand based sports turf under a new all-weather canopy (by Others) over a new artificial turf. The is to be suitable for school sports activities. The scope of works is as follows, Provide full design services for the new turf Secure any building and planning consents for the works. Establish site and construction zone in a fenced off area with appropriate signage and SSSP. Setout the turf under the new canopy by others Construct the subbase, drainage, and new turf to suit your proprietary systems. Disestablish site and make good and damage caused by the construction. Provide all warranties. Project consultants are: Project Manager: Ian Rattray Quantity Surveyor: Cory ORoirdan Design by contractor Required solution (method and approach) The Contract Works required, i.Design Build services from a turf supplier iiTurf dimensions 36.5 m long and 21.3 meters wide iiWork to be undertaken in a single stage after the installation of the covered canopy by others. iv.The Contractor will be engaged through a Medium Works Contract. Timeframes for the Contract Works are: Indicative start date: March 2024 Indicative Due Date for Completion: April 2024",Not Awarded,Project shifted to an MOE Led Project,0,20250410 Ministry of Education - School Infrastructure,28824345,Request for Tenders,Closed Competition,RFT - Specialist Contractor for Block A - Subfloor Asbestos Removal at Paekakariki School,6184,20240214,20240312,20241219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,The discovery of friable asbestos within the subfloor space necessitates its safe removal and disposal in line with all regulatory guidelines and practices.,Awarded,"Awarded to Clear Air Asbestos Management Ltd, anticipated completion of 28.11.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28825785,Request for Quotations,Open Competition,"Fraser High School (the School) - Rationalisation of Blocks R,S,SA,V,VV.W,X,Y,5,6,Block H13&14 - Demolition Works MoE 25541",K2-232119,20240213,20240311,20240503,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Fraser High School (the School) Rationalisation of Blocks R,S,SA,V, VV,W,X,Y,5,6,Block H13&14 Demolition Works MOE25541 (the Contract Works).",Awarded,This contract has been awarded to AP Demolition Limited and started in May 2024. Price band is $100k - $500k.,0,20250410 Ministry of Education - School Infrastructure,28826254,Request for Tenders,Open Competition,Request for Tenders for Carisbrook School and East Taieri School (the Schools) Air-air Heat Pumps Installation Main Contractor,MOE25668,20240213,20240312,20240502,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Each school under the coal boiler replacement programme has had an individual heating solutions report completed by an independent energy engineer. The boiler replacement heating solution specified to each project school may include wood pellet or wood chip boilers, electric boilers, or high temperature heat pumps. These options are aligned with the Ministrys Design Quality Learning Spaces (DQLS) Thermal Comfort guidelines. Both reports form the scope for the specified project schools and include the details of the schools existing heating system and the nominated replacement system. It is important to note that in light of further investigations since the feasibility reports recommendations for a pellet boiler replacement, it has been determined that an air-air heat pump installation is a potentially more fitting solution. The Ministry is now specifically requesting that the scope of works be centred around the installation of heat pumps.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $250,000-$500,000.",0,20250410 Ministry of Education - School Infrastructure,28831636,Request for Tenders,Closed Competition,Request for Tender for Belfast School (the School) - Main Redevelopment Stage 2 - Main Contractor,MOE25715,20240215,20240314,20240419,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"The scope of works is for Stage 2 only of the project and includes: Demolition of Block 4 & 5 Build new classroom block with associated site infrastructure",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,28831963,Request for Proposals,Closed Competition,RFP Waitaha School - Waitech (the School) 4TS learning Support Master Planning services and Potential Additional rights.,MOE25490,20240219,20240312,20240422,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,," New 4TS learning satellite support school to Waitaha school. The school will be based on vacant land opposite Clearview School in Rolleston. Project is to deliver 4 specialist learning support teaching spaces on a vacant site with supporting landscaping and infrastructure to support.",Awarded,The contract was awarded to Designgroup Stapleton Elliott and will start approximately May 2024.,56226,20250410 Ministry of Education - School Infrastructure,28832586,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 3: Toilet Refurbishment at Papakura Normal School",,20240216,20240312,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Papakura Normal School Board is looking for a Main Contractor for the Blocks 1, 2, 3: Toilet Refurbishment at Papakura Normal School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28837094,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block A - Replace Floor Coverings and Joinery at Masterton Primary School,6255,20240223,20240321,20240808,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The first of the new 5YA projects is a project the school has been developing for some time and want to action in the first half of 2024. Work will centre around life cycle replacement of floor coverings and kitchen joinery in the staff room and also action some minor modifications to improve the layout and functioning of the space.",Not Awarded,Post tender value management being carried out.,0,20250410 Ministry of Education - School Infrastructure,28837577,Request for Tenders,Closed Competition,RFT - Main Building Contractor for LSM - Accessibility Improvements at Raumati South School,6161,20240219,20240319,20240619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A recent learning support modifications report has identified the need for a full size universal bathroom facility and other site improvements. A design solution would see existing office and caretakers spaces in Block C significantly modified and consolidated with a bathroom created in line with MoE design guidelines. The existing Deputy Principals office will be relocated. Other modifications include the creation of a covered parking area and pedestrian pathway improvements near to a boundary entry point.",Awarded,"Awarded to Niche Commercial Ltd, anticipated completion of 28.02.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28838710,Request for Tenders,Open Competition,"READVERTISED (159) Forest View High School B,D Reconfigure Teaching Spaces, A,B Upgrade Toilets",235879,20240216,20240315,20240722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,"Over budget, Project with the School to rescope",0,20250410 Ministry of Education - School Infrastructure,28839482,Request for Tenders,Open Competition,Main Contractor for Roofing Replacement & Repairs at Dargaville High School,,20240219,20240318,20240717,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Main Contractor for Roofing Replacement & Repairs at Dargaville High School,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28844456,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block T1 - Cladding Remediation, Block A LSM Sensory Room at Adventure School",6054,20240221,20240320,20240520,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This work combines two projects, to remediate weather tightness failures in Block T1 and develop a sensory room in Block A. Tender offers are to be submitted with separate costs for each of the two aspects. Block T1 had some clear leak issues relating to its aged cladding and timber windows. Initially an assessment of the buildings north elevation found sufficient degraded cladding and timber glazing along with elevated levels of mould spores to warrant closing it. Subsequent tests found similar failures on the south elevation. The agreed scope of remedial work will replace external cladding to the north and south elevations with weatherboard on a cavity system over RAB. Additionally, windows to the same extent will be replaced with double glazed aluminium including one door. Damaged framing identified will be replaced or remediated using a frame saver paint. The timber barge and fascia boards will be replaced along with all associated timber trims. Internal wall linings will be replaced to the same extent as the exterior with new gib and insulation fitted. Replace the autex pinboard and reinstate any affected services. A property provisions report has identified the need to develop a sensory room to which a student/students can withdraw when they find themselves over stimulated by normal school activities. An under utilised space in Block A has been identified as suitable being able to allow both internal and external access whilst enable acoustic separation to adjacent spaces. The interior linings will be striped out and new fitted over insulation to walls and ceiling. An existing window opening will be adjusted to allow for a new exterior door, timber windows will be replaced with double glazed aluminium. Walls providing separation with adjacent spaces will be upgraded to ensure a higher level of acoustic privacy. Acoustic linings will be fitted to provide targeted NRCs. A beam will be fitted to support an indoor swing. Install a heat pump and replace lighting. New storage systems will be installed and to address the new exterior access erect new steps and a landing. It is expected that the school can facilitate handing over all the work areas to the contractor to be actioned as a single phase.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.10.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28852054,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined Block B - Classroom Upgrade at Te Horo School, Otaki",6259,20240221,20240321,20240618,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Te Horo School wants to progress an AMS/5YA funded project that will see classroom refurbishment in the teaching spaces located in Block B. An initial preparatory two stage of work is required where water damaged wall linings will be removed, and areas of mould remediated in a controlled environment. The classroom internal refurbishment will comprise of acoustic treatment of ceilings, installation of new LED lighting and floor finishes renewal. A shared breakout space will be created, new joinery units provided and a new wet area sink unit installed. The teaching spaces will also have old pinboard wall linings replaced with composition board finishes. The school Board is considering the construction of a suspended deck area to the front of the classrooms. Separate and optional pricing for this will be requested.",Awarded,"Awarded to McMillan & Lockwood Ltd, anticipated completion of 31.12.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28856450,Request for Tenders,Closed Competition,"Puni School (Pukekohe, Auckland) - Block 1 Toilet Refurbishment",,20240221,20240318,20240430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Block 1 male and female toilets are in poor condition and various elements are nearing end of their economic life and showing signs of age and deterioration. A full refurbishment is required to bring it back to modern standards. This includes the lifecycle replacement of 4 x WCs and upgrading of 2 x urinal pods, partitions, wall linings, lighting and vinyl, window replacements, etc. A main contractor is being sought for these works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28861432,Request for Tenders,Open Competition,Main Contractor for Block 9 ILE upgrade and classroom refurbishment at Ferguson Intermediate School,,20240221,20240315,20240729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28862583,Request for Tenders,Open Competition,Tuakau College New Heat Pumps,,20240221,20240314,20240702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Supply and install up to 42 new heat pumps units at Tuakau College,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28864186,Request for Tenders,Open Competition,Main Contractor for Waterloo School (Wellington) Block I AMS Classroom Upgrade,,20240223,20240328,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tender submissions to be made through the GETS site,"The BOT at Waterloo School seek the services of a Main Contractor to undertake AMS Classroom Upgrade to Block I at Waterloo School. Scope includes:- - Site establishment including all associated health & safety measures; hoarding / fencing and the like. - Full strip out and associated demolition works including isolation and disconnection of services. - Carpentry works to both interior and exterior of block. - Supply & installation of new powder coated aluminium external joinery to north elevation of 1No. classroom. - New internal joinery; teaching wall and storage units. - All interior decorating including paint and specialist / acoustic wall and ceiling linings. - Replacement of existing floor finishes with new. - Associated electrical, data, comms and security upgrades. - Plumbing to serve new wet area sinks. - New accessible ramp and deck areas. - Removal of all waste materials from site. - Final clean at completion. The project is to be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Awarded,,179904,20250410 Ministry of Education - School Infrastructure,28865049,Request for Tenders,Closed Competition,"Main Contractor for 1, 2: Lifecycle Partial Roof Replacement at Papanui Primary School",3466-23-01,20240223,20240314,20240411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Papanui Primary School has been allocated funding to replace the roofing on Blocks 1 and 2 as they have reached the end of their lifecycle.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28875810,Request for Tenders,Open Competition,Main Contractor for the Site Super Loo Construction at Aorere college,,20240223,20240319,20240627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Aorere College Board of Trustees are seeking a Main Contractor for the Site Super Loo Construction.,Awarded,,613052,20250410 Ministry of Education - School Infrastructure,28876463,Request for Tenders,Open Competition,Staff Toilet Remediation at East Otago High School,,20240223,20240321,20240506,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for East Otago High School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed staff toilet remediation. The project involves mould remediation of the spaces, and the subsequent construction works required to reinstate the areas.",Awarded,"Following analysis of the submissions received, this opportunity has been awarded to The Breen Construction Company.",0,20250410 Ministry of Education - School Infrastructure,28878191,Request for Tenders,Open Competition,Havelock North High School - courts asphalt re surfacing,236854,20240223,20240320,20240516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,Higgins provided the single compliant tender for this project,238000,20250410 Ministry of Education - School Infrastructure,28878990,Request for Tenders,Open Competition,"Main Contractor for AMS CP 1, 4: Bathrooms, Hot Water, Floor Coverings, Double Glazing & Roof Replacement AND Site: LSMOD USB at Balclutha School",3710.23.01,20240222,20240319,20240802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Balclutha School is seeking suitably qualified main contractors to submit an RFT for the proposed AMS CP 1, 4: Bathrooms, Hot Water, Floor Coverings, Double Glazing & Roof Replacement AND Site: LSMOD USB project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is May 2024 and the indicative completion date is October 2024. The contractor must have sufficient capability and capacity to successfully complete the contract works and must be sensitive to the requirements needed to work on an educational site.",Awarded,"Naylor Love has been awarded the contract for the Main Contractor for AMS CP 1, 4: Bathrooms, Hot Water, Floor Coverings, Double Glazing & Roof Replacement AND Site: LSMOD USB at Balclutha School.",0,20250410 Ministry of Education - School Infrastructure,28883510,Request for Proposals,Closed Competition,Tawa Intermediate Block 2 Weathertightness Remediation,MOE23861,20240223,20240322,20240701,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Block 2 at Tawa Intermediate suffers from a leaking roof and windows. This RFT is to find a main contractor to replace the roof, windows, and asbestos cladding to make the block weathertight.",Awarded,"This Contract was awarded to Peryer Construction WGTN Limited and began 8 July 2024. The term of this contract is until final completion of the project, forecast to be in 23 April 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $1M-5M.",0,20250410 Ministry of Education - School Infrastructure,28888207,Request for Tenders,Open Competition,"RFT Main Contractor A,J,G Re-roofing & Spouting & wall cladding to J",243869,20240226,20240326,20240730,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 A Condition Assessment carried out by roofing specialists for the 2023/24 10YPP identified issues with A,J,G: Reroofing & spouting and wall cladding to J:",Not Awarded,All responses received we over budget and the project has been re-scoped,0,20250410 Ministry of Education - School Infrastructure,28889920,Request for Tenders,Open Competition,RFT Main Contractor Site: Waharoa installation & entrance upgrade,236860,20240226,20240326,20240725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28890841,Request for Tenders,Open Competition,"Main Contract for Blocks 1,2,6: Upgrade Toilet Areas, Room 12, Bag Bay and Kitchen at Patumahoe Primary School",,20240226,20240321,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Patumahoe Primary School wish to procure the services of a suitably qualified contractor to carry out an upgrade of the toilet areas, room 12, bag bay and kitchen in blocks 1, 2, and 6. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Tuesday 5th of March at 4pm Site Visit 2 Tuesday 12th of March at 4pm Site Visit 2 Tuesday 19th of March at 4pm All attendees are to meet the project manager at the admin office at the time of the site meeting.",Awarded,,182891,20250410 Ministry of Education - School Infrastructure,28891100,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,3,5: Window Joinery Replacement at Glenbrook Primary School",,20240226,20240321,20240509,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Glenbrook Primary School wish to procure the services of a suitably qualified contractor to carry out a window joinery replacement in blocks 2, 3 and 5. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Tuesday 5th of March at 3.15pm Site Visit 2 Tuesday 12th of March at 3.15pm Site Visit 2 Tuesday 19th of March at 3.15pm All attendees are to meet the project manager at the admin office at the time of the site meeting.",Awarded,"Thank you for tendering for the Blocks 2,3,5: Window Joinery Replacement project at Glenbrook School. The board of Glenbrook School has awarded this project to KTB Construction Ltd.",133484,20250410 Ministry of Education - School Infrastructure,28896703,Request for Tenders,Open Competition,"RFT - Main Building Contractor for the A, C, L, V, U3, U4 Steel Roof, Gutters and Clear Light replacement",28896703,20240228,20240319,20240322,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28897932,Request for Tenders,Open Competition,"RFT Main Contractor A,E,F,H Roofing Replacement & Remediation",243829,20240228,20240328,20240516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28899509,Request for Tenders,Open Competition,Main Mechanical Contractor for Heating Plant Project at Rangiora High School,239450,20240228,20240403,20240705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Full main contractor services for new build construction as per design documents. Plant Compund Siteworks/in-ground services Foundation system Super structure Mechanical Plant From the mechanical solution in the concept report completed on the 8th of December 2022, a new Air Sourced Heap Pump (ASHP) to serve Rakahuri Block and H Block buildings was selected. The ASHP and associated mechanical plant equipment, including a new mechanical service board, will be housed in a new plant room located in the Staff Car Park, North-West of the school. The mechanical plant equipment will connect to the existing hydronic distribution systems, under floor heating and hydronic fan coil units in both buildings.",Awarded,Airtech are now the preffered contractor for this project. They will enter into a negotiation to develop a solution that will fit the school budget,0,20250410 Ministry of Education - School Infrastructure,28906433,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,6,7,8,9,10 & 11 Classroom Interior Refurbishment at Avondale Intermediate School",,20240307,20240404,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Avondale Intermediate School Board of Trustees is seeking a main contractor for Blocks 2,6,7,8,9,10 & 11 Classroom Interior Refurbishment.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28919453,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Learning Support Property Modifications - Fencing at Methven School,,20240301,20240322,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Removal of existing fences, gates and trees to provide clear site and access to the boundary line to be fenced.",Not Awarded,Contract was awarded to Bradford Building Ltd,0,20250410 Ministry of Education - School Infrastructure,28921447,Request for Tenders,Open Competition,Main Building Contractor for Blk C: PMC Replacement Project at Patutahi Primary School,242628,20240229,20240325,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28923187,Request for Tenders,Open Competition,Main Contractor for the AMS Combined Block 6 & ILE Works at Mangere East Primary School,,20240301,20240326,20240620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Mangere Eats Primary School Board are seeking a main contractor for the Block 6 DQLS & ILE Works.,Awarded,,366981,20250410 Ministry of Education - School Infrastructure,28923627,Request for Tenders,Open Competition,"Main Building Contractor for Blk G, H: Building Replacement, Blk F: Pool Shed Replacement at Patutahi Primary School",230917,20240229,20240325,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28925204,Request for Tenders,Closed Competition,Bellevue School Hall re-cladding RFT stage,BEL5,20240229,20240327,20240923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28925598,Request for Tenders,Open Competition,Main Contractor for D Upgrade Food Tech at Kaikorai Valley College,220833,20240301,20240403,20240613,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Food Tech area is very outdated and in need of substantial work to bring it up to modern standards, both in functionality and hygiene. The intention would be to replace all the joinery units with clean, practical and functional joinery units with adequate storage. There will be new low maintenance benchtops with sink inserts as well as new tapware. There will be new commercial/heavy duty built-in ovens permanently wired, adequate plugs with safety switch off. New LED lighting, wall linings, and new commercial grade vinyl. Adequate storage will also be provided for supplies and resources. There will also be a central pod for the teacher to teach, which will consist of central cooking hob and a large flat surface for prepping food. The unit will have sufficient storage to contain essential cooking utensils and containers.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28931171,Request for Tenders,Open Competition,Camberley School - Block A QLE upgrade,,20240304,20240402,20241129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Upgrade of flooring, wall linings, interior joinery, creating new opening between existing classrooms and exterior doors to the southern side of the block.",Not Awarded,"This tender has not been awarded, MOE funding critical and not proceeding at this time.",0,20250410 Ministry of Education - School Infrastructure,28931942,Request for Tenders,Open Competition,Te Mata School Blocks C & E AMS Upgrade,"Ref : C,E AMS 236886 & 236837",20240304,20240402,20240527,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Internal alterations to Block C - new door openings and floor covering replacement. Internal alteration and window joinery plus external deck to Block E - room alongside the school hall. Exterior ramp to Block E.",Awarded,The tender evaluation was carried out with the school BOT and Simkin were successful.,279500,20250410 Ministry of Education - School Infrastructure,28932544,Request for Tenders,Closed Competition,Miramar Central School - Kimi Ora Satellite Unit - Main Contractor Works,MOE25654,20240306,20240403,20240506,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry of Education is inviting directory suppliers to submit a tender for the Miramar Central School, Kimi Ora Satellite Unit Refurbishment Project.",Awarded,"This contract was awarded to Holmes Construction Ltd. The term of this contract is until final completion of the project, forecast to be December 2024. It is intended that the value of the contract resulting from this procurement will be withing value band: $500-$1M.",0,20250410 Ministry of Education - School Infrastructure,28937682,Request for Tenders,Closed Competition,RFT - Main Building Contractor for AMS Block A - Classroom Refurbishment at Normandale School,5963,20240304,20240328,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Normandale School wants to progress an AMS funded project that will see classroom refurbishment in the teaching spaces located in Block A. The scheme looks to convert original underperforming cloak rooms into modern breakout spaces. New weather protective screens will be constructed on the entrance porches where bay hooks will be relocated. The classroom internal refurbishment will comprise of acoustic treatment of ceilings, installation of new LED lighting and floor finishes renewal to the front spaces. The teaching spaces will also have old pinboard wall linings replaced with composition board finishes. The tender opportunity will also extend to the infrastructure work associated with roof coverings replacement. Separate contractor pricing of this will be requested.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.05.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28937950,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block B ILE Upgrade, Blocks A, B Toilet/Plumbing (Stage II) at Epuni School",6036,20240304,20240328,20240716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This work combines two projects on the schools current 5YA, Block B ILE Upgrade to refurbish classrooms and Blocks A, B Toilet/Plumbing (Stage II) which completes replacement of sanitary fixtures along with rationalising non essential facility. A learning support modification has identified the need to develop a sensory room in Block B. This additional scope may be added to the opportunity subject to funding approvals. Block B is a four classroom Avalon Block of which the two central classrooms have been refurbished This project seeks to complete the work by refurbishing the two end classrooms. Note the Nga iti Kahurangi Small and Remote Schools Programme has replaced lights with LED fittings, fitted ceiling mounted acoustic panels, fitted RCDs to existing circuits and is about to replace carpets. The refurbishment work of this project will replace wall linings to end walls allowing fitting of insulation and autex composition board, alter joinery and decorate, replace vinyl and replace cable services. Within the toilet/classroom areas non essential toilet spaces including urinals are to be demolished. This floor area is to be incorporated into the cloak spaces, the sunken floor areas are to be infilled and covered with new vinyl. The remaining toilet spaces are to be refurbished including for new sanitary fixtures. Replace light fittings throughout. Both the toilets and cloak spaces are to be fully decorated. It is expected that the school can facilitate handing over all the work areas to the contractor to be actioned as a single phase.",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 30.11.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,28940115,Request for Tenders,Open Competition,Napier Intermediate School lifecycle replacements,"230113, 230114 & 230115",20240305,20240403,20240802,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Work scope is for carpet and wall coverings, replacement light fittings, aluminium joinery doors, roof remediation. Blocks A,E,F & T at Napier Intermediate School. To be noted that works ( parts ) will be required to be completed in a school holidays period.",Awarded,,190000,20250410 Ministry of Education - School Infrastructure,28941333,Request for Tenders,Open Competition,"Main Contractor for Block 1, 5, 8: Toilet Refurbishment and Provision of Staff Toilet Facilities Project at Hillsborough School",,20240304,20240402,20240705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Hillsborough School wish to engage an experienced contractor for the project noted above. The scope work includes refurbishment of the student toilet facilities in Blocks 1, 5 and 8. The works also include adding a staff toilet and hand washing facilities for staff in Block 5.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28945461,Request for Tenders,Closed Competition,Main Contractor for 5YA Works at Pirongia School at Pirongia School,,20240306,20240329,20240411,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Pirongia School Board of Trustees are seeking a main building contractor to to address roofing, plumbing, heating, and electrical issues within various blocks of the school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28948693,Request for Tenders,Open Competition,Main Contractor for Veranda and Breakout Space Project at Invercargill Middle School,232473,20240307,20240409,20240711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Invercargill Middle School is looking for tenders for a new veranda and breakout space improvements to the main school building. Some seismic strengthening to a storage building along with some minor compliance work is also included.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,28955870,Request for Tenders,Closed Competition,RFT Main Contractor for Roofing Works at Kokopu School,,20240307,20240405,20240918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: Block 1, Block 3, Block 9: Roof replacement, end of life Block 4, Block 10: Roofing works, end of life",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28960992,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined - B, C, D, G Refurbish Classrooms, Replace Windows, Provide Warm Water at Fairfield School, Levin",5769,20240307,20240409,20241108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A number of 5YA projects at Fairfield School are about to be delivered under a bundled contract. The bulk of the improvements consist of interior refurbishment of classrooms located in Block C. The works will consist of new acoustic ceilings, replacement glazed sliding doors, light fitting renewal and exterior door and window upgrades. Other works include replacement exterior joinery on Block D, introduction of timer control tapware to wash hand basins (Blocks C, G and H). A new hot water cylinder is also required. With classroom space at a premium, no more than two teaching spaces can be released at anyone time. Contractors should allow to deliver the project in a staged and methodical manner in line with the limited access restrictions.",Awarded,"Awarded to The Licensed Handyman Ltd, anticipated completion of 30.06.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28961784,Request for Tenders,Open Competition,Main Contractor for Block E Seismic & DQLS Upgrade at Rotorua Specialist School,5112,20240311,20240409,20240924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Seeking main contractor for Earthquake strengthening, roof replacement and interior upgrade works to existing activity centre (block E)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28963539,Request for Tenders,Open Competition,Construction Services for the Supply and Installation of Heat Pumps and Electrical works at Taupo-nui-a-Tia College,238675,20240311,20240503,20240624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The buyer is seeking Construction Services for the Supply and Installation of Heat Pumps and Electrical works at Taupo-nui-a-Tia College. b. The project background is: - These works are part of the 5YA approved programme. - The 10YPP and conditions assessments of the school have identified that many blocks require the supply and installation of heat pumps and the upgrade of 2 distribution boards.",Not Awarded,The contract was awarded to Wellington Renewable Energy Limited trading as Capital Electrical Services. The term of the contract is 4 months,0,20250410 Ministry of Education - School Infrastructure,28964424,Request for Tenders,Open Competition,"Main Contractor for Blocks A,B,C,D,E,F,G,H,J,M and covered ways at Selwyn Primary School",,20240307,20240403,20241023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Scope of work is replacement of roofing, flashings, gutters, and associated works as recommended on site to blocks A, B,C,D,E,F,G,H,J,M and covered ways at Selwyn Primary School (the School).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28973467,Request for Tenders,Open Competition,Main Electrical/Heatpump Contractor for Electrical & Heatpump Upgrade at Castlecliff School,Castlecliff School,20240312,20240412,20240604,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Castlecliff School are seeking a suitably qualified Main Electrical/Heatpump Contractor to carry out the Electrical & Heatpump Upgrade Project. The Contract Works required are: Install 26 new heatpumps to blocks 1, 2, 3 & 4. Outdoor units to be ground mounted in vandal proof cages. Add additional cabinets to MSB to install CT metering. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,159753,20250410 Ministry of Education - School Infrastructure,28974011,Request for Tenders,Open Competition,"(1906) Pukenui School (Te Kuiti) A, B, D, E, G, H: Roof, Clearlite, Gutter Replacement & Install Safety Mesh",244010,20240308,20240405,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28974707,Request for Tenders,Open Competition,"(2047) Te Kura o Waharoa A, B, D, 1, ANC 1 : Roofing",244015,20240308,20240405,20240605,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,28975109,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined Block A - Refurbish Classrooms, Replace Windows/Doors at Redwood School, Tawa",5837,20240308,20240405,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Redwood School is comprised of single storey buildings predominantly erected in the 1960s of the Formula style. The work proposed is in Block A where two classrooms (rooms 4 and 5) will be refurbished following a template solution completed in a recent project along with replacement of windows in rooms 6 and 7. To enable post tender value engineering the costs for windows in rooms 6 and 7 along with the external glazed screens are to be identified separately in the tender offers. The work will provide new acoustic wall and ceiling linings, new windows and doors, joinery, floor finishes and possible a breakout space. New lighting, cable services, plumbing and fixtures will be replaced.",Awarded,"Awarded to Construct Wellington Ltd, anticipated completion of 30.11.24. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28976329,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 5 Classroom Refurbishment at Geraldine Primary School,,20240311,20240426,20240607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Removal of existing roofing, asbestos cladding, doors and windows and replacement with new. Adaptation of existing deck to improve accessibility.",Not Awarded,Contract was awarded to Henderson Building 2006 Ltd.,0,20250410 Ministry of Education - School Infrastructure,28976824,Request for Tenders,Open Competition,Main Contractor for Supply and Install Permanent Shade Structure and Amphitheatre/Canopy at Edmund Hillary School,,20240312,20240405,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Edmund Hillary School are requesting the construction services of a suitably qualified contractor to supply and install a permanent shade structure and amphitheater/canopy over stage. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday the 20th of March 2024 at 2.30pm Site Visit 2 Wednesday the 27th of March 2024 at 2:30pm Site Visit 3 Wednesday the 3rd of April 2024 at 2:30pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,346875,20250410 Ministry of Education - School Infrastructure,28977167,Request for Tenders,Open Competition,Dalefield School - Civil Contractor - Site: Septic Tank Replacement (Wairarapa),,20240311,20240405,20240813,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Dalefield School are seeking the services of a civil contractor to undertake the Site: Septic Tank Upgrades. **Please price this following the Schedule of Prices document** The work as described in the tender documents involves: Infill existing 2-stage concrete tank (leaving this in the ground). Excavate existing ground & remediate ground to make good areas of impacted work Supply and install new 10,000L septic tank (Wright Tanks or similar), a 3,000 litre pump chamber with air admittance valve or inlet Supply and install new 40mm mdpe pumping line Supply and install new AES system and low level vent, distribution chamber and ventilation pipe Supply and install hardscaping features in line with drawings Project consultants are: o Project Manager: IR Group o Lead Designer: EQO Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. Preferred Date: July School Holidays The Contractor will be engaged through an MOE Medium Works Contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Programme",Awarded,,196350,20250410 Ministry of Education - School Infrastructure,28977660,Request for Tenders,Closed Competition,Rangeview Intermediate Site Fencing Works,,20240311,20240401,20240430,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school is seeking a main contractor to install the new fencing and gates to improve the security of the school. Comprehensive fencing is required around the perimeter of the site, as it is currently fully open to the public.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28980800,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block 1 - Classroom Refurbishment at Fernlea School, Lower Hutt",6092,20240311,20240409,20241221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A number of capital improvement projects at Fernlea School are about to be delivered under a bundled contract. Classroom refurbishment work (Block 1) includes replacement ceiling linings, floor finishes and installation of composition board to walls. Replacement carpet tiles extends to one space in Block 2. Infrastructure improvements (to be costed separately) comprises of metal and clear trafficable roofing replacement across five buildings. Roof covering fixing renewal and some skylight removal is also planned. Also documented separately is the upgrade and conversion of a space in Block 2 which will become an LSC office.",Awarded,"Awarded to Carrara Holdings Ltd, anticipated completion of 30.09.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,28993542,Request for Proposals,Open Competition,Kuranui College - Gymnasium Replacement Project (New build) - Request for Proposals - Design and Build (NZS3916),MOE23312,20240312,20240510,20240916,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Ministry is seeking to appoint a Main Contractor to provide both design and construction services for a Design and Build (NZS:3916) project at Kuranui College. Kuranui College in Greytown, Wellington, requires a Gymnasium (Gym) replacement. The existing gym is in poor condition due to weathertightness remediation issues. The project has a target cost of $4,000,000 including design fees (excluding GST). As a part of the response, tenderers are required to detail their: i. Design solution and accompanying design programme; ii. Construction methodology, construction programme and proposed team; and; iii. Fees for both design and construction, through to project completion To provide further clarity on the Ministries requirements, the following meetings have been scheduled. Please the briefing and Q&A sessions will take place virtually through Teams: - Virtual project briefing session (Teams) 14 Mar 24 - Tender site visit 1 21 Mar 24 - Virtual Q&A session 1 (Teams) 26 Mar 24 - Tender site visit 2 04 Apr 24 - Virtual Q&A session 2 (Teams) 08 Apr 24 The Ministry will release a notice that includes teams links to these sessions. Please note that attendees of the site visit must register via the GETS Q&A function. Attendance at site will not be permitted without prior registration. All tender correspondence will be directed through GETS. Please ensure any questions are directed through the GETS Q&A function. For more information, please refer to the supporting attachments. Tenderers are advised that the Geotech report and Civils are to come (issue with GETS system uploading - they will be issued via NTT)",Awarded,"This contract was awarded to Apollo Projects Ltd and began on 16th September 2024. The term of this contract is until final completion of the project which is forecast for October 2025. It is intended that the value resulting from this procurement will be within value band: $1.0m-$5.0m.",0,20250410 Ministry of Education - School Infrastructure,28993898,Request for Tenders,Open Competition,"Main Contractor for Blocks 3, 4: Switchboard & DQLS Upgrade + Repurpose Toilet to Breakout Space at Hunua School",,20240312,20240404,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Hunua School wish to procure the services of a suitably qualified contractor to carry out a switchboard and DQLS upgrade, and repurpose toilets to a breakout space in blocks 3 and 4. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Please RSVP to these site visits using the GETS Q&A system. Site Visit 1 Monday 18th of March at 3.30pm Site Visit 2 Monday 25th of March at 3.30pm Site Visit 3 Tuesday 2nd of April at 3.30pm All attendees are to meet at the admin office at the site visit time.",Awarded,,183700,20250410 Ministry of Education - School Infrastructure,28994113,Request for Tenders,Closed Competition,Main Contractor for Sports Hall Remedials at Takapuna Grammar School,,20240313,20240404,20240412,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project involves the following works to the Sports Hall at Takapuna Grammar School: Remediation of exposed structural steel that has corroded Removal and replacement of asbestos gutters and downpipes.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28994761,Request for Tenders,Closed Competition,RFT Main Contractor for Canopy Design and Installation at Whangarei Boys High School,,20240313,20240405,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: The school would like to construct a new canopy over their turf courts. The project will be staged, delivering one half first and the second half at a later date, the proposed design ill need to allow for this. The canopy is to be fitted with lights and speakers allowing for afterhours and nighttime use. The contractors are responsible for design and construction of the canopy.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,28999592,Request for Tenders,Closed Competition,Cromwell Primary School - Block A Refurbishment - Main Contractor,MOE25443,20240410,20240508,20240726,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"The Project background is: Cromwell Primary School is a contributing primary school from Year 1-6 with a student roll of 384 as of July 2023. Block A is a 71 years old building consisting of two teaching spaces, library and admin. A condition assessment of the building indicated that a full refurbishment is required to comply with the Ministrys design requirements. iA 12-month construction programme has been allowed for commencing in May 2024.",Awarded,,1988195,20250410 Ministry of Education - School Infrastructure,29003452,Request for Tenders,Open Competition,"Main Contractor for Blocks A,K,I Classroom, Corridor & Food Tech Upgrade & Roofing & Window Replacements at Dipton School",22-099,20240315,20240418,20240517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"As part of its current capital works programme, the Dipton School BoT are looking for an experienced main Contractor to complete a project at their school. The work scope proposed includes replacement (part) of the existing roof cladding (metal and membrane)& remaining timber windows in Block A, as well an internal remodelling to an existing classroom and corridor spaces in Block A. Also proposed are roof cladding replacement to a small shed adjacent to the swimming pool and new joinery to the Block I Food Tech multipurpose room. Some accessibility upgrade work to steps and door hardware are also proposed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29004545,Request for Tenders,Open Competition,Fire Alarm Upgrade Tairangi School,3029,20240315,20240415,20240514,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Tairangi School, Porirua. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with current building code requirements and New Zealand Standards. We are now into stage 23 of the program and Tairangi School is the next school to qualify under the program.",Awarded,,126887,20250410 Ministry of Education - School Infrastructure,29007842,Request for Tenders,Open Competition,Main Contractor for Block A Reroofing at Murihiku Young Parents Learning Centre,224896,20240314,20240410,20240607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Tenders are sought for the reroofing of the large Block A building at Murihiku Young Parent's Learning Centre in Invercargill. This large building houses an early childhood centre which will remain operational so the works will be staged in three sections (with one area at a time to be decanted). The roof cladding will change from metal tile to colour steel so there is some builders works with the new purlins required etc.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29008693,Request for Tenders,Open Competition,Main Building Contractor for 5YA works at Nawton School,PTA202329,20240315,20240412,20240603,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Oh behalf of Nawton School Board of Trustees, we would like to invite construction companies to submit a Tender for the above project. Please refer Tender Documents for scope of work. This Request for Tender must respond to the information specifically requested. Company brochures and incomplete registrations will not be considered. All applications and any queries to this RFT are to be by GETS.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29010341,Request for Tenders,Closed Competition,Roofing and Guttering Replacement at Laingholm Primary,,20240315,20240405,20240501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The roofing and guttering are in poor condition and in need of a lifecycle replacement. Asbestos-containing materials have been identified within the ceiling cavity and require compliant decontamination, clean and clearances. A suitably qualified and experienced main contractor who can evidence successfully achieving similar works in an operational environment is required to manage these complex works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29010353,Request for Tenders,Closed Competition,RFT Main Contractor for Internal Refurbishment Works at Ohaeawai Primary School,,20240318,20240417,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 2: - Window and joinery replacement. - Wall linings and coverings replacement. - Floor coverings replacement. - Heating upgrades. - Toilet block refurbishment. Block 4: - Window and joinery replacement. - Wall linings and coverings replacement. - Floor coverings replacement. - Toilet refurbishment. - Kitchen cabinetry replacement. - Electrical works. - Accessibility works. Block 7: - Cabinetry removal. - Wall covering replacement. - Ceiling replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29010690,Request for Tenders,Open Competition,Combined 5YA Projects at Wakari School,,20240315,20240415,20240702,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Wakari School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed 5YA Projects. The work includes cosmetic modernisation of Rooms 12 and 13, upgrades of a toilet space, refurbishment of the caretakers building, and various floor covering replacements throughout the school buildings.",Awarded,"Following the completion of the tender review, this contract has been awarded to Stewart Construction.",0,20250410 Ministry of Education - School Infrastructure,29022184,Request for Tenders,Open Competition,Combined 5YA Projects at Maori Hill School,,20240318,20240416,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Maori Hill School are seeking to engage a suitably qualified and experienced main contactor to deliver the proposed 5YA projects. The work involves the replacement of the glass frontages to the Senior Block (in line with what has previously been completed on the Junior and Library Blocks). Structural alterations will be required to accommodate this, as will alterations to the services, wall finishes and floor coverings in the surrounding areas. Also included are safety improvements via the removal and grating of several roof skylights, and spouting replacements.",Awarded,"Following the evaluation of the submissions received, this opportunity was awarded to Stewart Construction.",0,20250410 Ministry of Education - School Infrastructure,29022803,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,3: ILE & DQLS Upgrade + Toilet Refurb at Opaheke School",,20240416,20240510,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Opaheke School are requesting the services of a suitably qualified contractor to carry out an ILE and DQLS upgrade, plus a toilet refurbishment in blocks 2 and 3. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday 23rd of April at 3pm Site Visit 2 Tuesday 30th of April at 3pm Site Visit 3 Tuesday 7th of May at 3pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,531528,20250410 Ministry of Education - School Infrastructure,29023017,Request for Tenders,Open Competition,Main contractor for Weathertightness Remediation at Taupo-nui-a-Tia College,#217211,20240318,20240423,20240524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Taupo-nui-a-Tia College board of trustees are seeking a Main Contractor construction services for Weathertightness Remediation at Taupo-nui-a-Tia College. The key objective of this procurement is to secure an experienced contractor to provide high quality weathertightness construction services to ensure the timely and successful delivery of fully remediated Library and Teaching spaces for staff and Students.,Awarded,"This contract was awarded to Brunel Construction and will start on 24 June 2024. the term of this contract is 6 months.",0,20250410 Ministry of Education - School Infrastructure,29024778,Request for Tenders,Open Competition,"(2049) Waihi East School A B,C,D,L,CW1 ILE, Roofing, Drainage, Toilet Refurbishment, Lifecycle Replacement - flooring wall, finishes",233419,20240315,20240412,20240919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,This project is no longer progressing due to a change in Principal and change in focus.,0,20250410 Ministry of Education - School Infrastructure,29025091,Request for Quotations,Closed Competition,Request for Quote for Crawshaw School (the School) - Stage 2 - Weathertightness remediation Blocks A B C D - MoE25540,K2-239640,20240315,20240404,20240510,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to Directory Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Quote for Crawshaw School (the School) Stage 2 Weathertightness Remediation Blocks A,B,C,D Contract Works (the Contract Works).",Awarded,The contract has been awarded to Woodview Construction Ltd in May and stared in May 2024. Price band is VB2 $1.5m -3.5m.,0,20250410 Ministry of Education - School Infrastructure,29028656,Request for Tenders,Open Competition,"Main Contractor for Block A, F, G, H, J, K and M for Heat Pump Replacement at Selwyn Primary School (the School)",,20240318,20240405,20240624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,"As per GETS evaluation process, school represented with agent, decision recorded accordingly.",136088,20250410 Ministry of Education - School Infrastructure,29030320,Request for Tenders,Open Competition,"Roofing Contractor for Roofing Replacement on Blocks A,B,D,F,G&H at Alfredton School (Tararua District)",,20240318,20240412,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Alfredton School is looking for an experienced competent Roofing Contractor to undertake the scope of works to replace end of life , like for like replacement of roof cladding and spouting on 6 buildings at Alfredton School. Block G the house is owned by the School BOT and there is a separate funding pool for that work. We need tenderers to separate out the roofing works on the house and invoice for that work separately. The works will be undertaken as a single stage during the school term. The contractor will need to liaise with the school to ensure as little impact as possible on the schools activities. Project consultants are: o Project Manager: Ian Rattray o Lead Designer]: Krish Rudra tenderers to separate out the roofing works on the house and invoice for that work separately. The works will be undertaken as a single stage during the school term. The contractor will need to liaise with the school to ensure as little impact as possible on the schools activities. Project consultants are: o Project Manager: Ian Rattray o Lead Designer]: Krish Rudra 2.2 Required solution (method and approach) The Contract Works required are The nature of the works is Roof cladding replacement. Install access and edge protection. Operate under a SSSP. Remove existing roof cladding (strip and lay), accessories and underlay. Supply and install new roof cladding, complete with flashings fixings and underlay. Supply and install new translucent cladding to the walls of F Block (Pool House) Supply and install spouting as detailed See Tender Documents for further information. a. Timeframes are: i. indicative Start date: May 2024 ii. indicative Due Date for Completion: September 2024",Awarded,Contract Awarded to Streamline as they offered the best price and had the right attributes for the project,127000,20250410 Ministry of Education - School Infrastructure,29031275,Request for Tenders,Open Competition,"Main Fire Alarm Contractor for Site Wide Fire Alarm Upgrade at Shannon School, Manawatu",Shannon School,20240318,20240419,20240815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Shannon School are seeking a suitably qualified Main Fire Alarm Contractor to carry out the Site Wide Fire Alarm Upgrade to Blocks 1, 2, 3 & 4. The Contract Works required are: Upgrade existing Fire Alarm to Type 4 to Blocks 1, 2, 3, & 4. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed and consent is approved. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,170640,20250410 Ministry of Education - School Infrastructure,29031886,Request for Proposals,Open Competition,Request for Proposal 10-Year Property Plan (10YPP) Ministry Engaged Consultants (MEC) 2024,MOE24705,20240318,20240416,20240724,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry of Education (the Ministry) (the Buyer) is seeking Proposals from suitable suppliers who have the capacity and capability to deliver 10 Year Property Plans (10YPP).,Awarded,"The various contracts were awarded to the following tenderers. Ardern Peters Ltd Asset Project Facilitators Ltd Avail Pacific Ltd Carling Architects Ltd Deane & Quane Ltd Education Services Ltd IR Group Ltd LM Consulting Ltd Logic Group NZ Ltd Maynard Marks NZ Ltd Noble Ltd Onform Ltd Octa Associates Ltd Southern Quantity Surveyors Ltd Watershed Ltd WSP The terms for these contracts are until 31 July 2025.",0,20250410 Ministry of Education - School Infrastructure,29033911,Request for Tenders,Open Competition,Main Contractor for Supply and Install Permanent Shade Structure over Existing Astroturf at Takapuna Normal Intermediate,,20240319,20240412,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Takapuna Normal Intermediate are requesting the construction services of a suitably qualified contractor to supply and install a permanent shade structure over the existing Astroturf. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 21st of March 2024 at 11:00am Site Visit 2 Thursday the 28th of March 2024 at 11:00am Site Visit 3 Thursday the 4th of April 2024 at 11:00am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,449579,20250410 Ministry of Education - School Infrastructure,29034147,Request for Tenders,Open Competition,Main Contractor for Supply and Install Permanent Shade Structure over Existing Astroturf at Birkdale Intermediate,,20240319,20240412,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The board of trustees at Birkdale Intermediate are requesting the construction services of a suitably qualified contractor to supply and install a permanent shade structure over the existing Astroturf. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday the 21st of March 2024 at 10:00am Site Visit 2 Thursday the 28th of March 2024 at 10:00am Site Visit 3 Thursday the 4th of April 2024 at 10:00am Please RSVP to these site visits using the GETS Q&A system.",Awarded,,318750,20250410 Ministry of Education - School Infrastructure,29034527,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at Tikorangi School, Waitara",Tikorangi School,20240318,20240419,20240614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Tikorangi School are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Installation of new Timber Fencing & Aluminium Fencing & Gates Panels. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,135035,20250410 Ministry of Education - School Infrastructure,29044452,Request for Tenders,Open Competition,"Main Building Contractor for Multipurpose Space Extension at Glen Oroua School, Manawatu",Glen Oroua,20240320,20240419,20240719,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,n/a,"The Board of Trustees for Glen Oroua School are seeking a suitably qualified Main Building to carry out the Multipurpose Space Extension Project. The Contract Works required are: Construction of a stepped down extension to existing Library. Extension to include the opening up of the existing end wall to create an open plan space between the existing library and the new extension with the lowered floor level in the extension creating natural stage between the existing Library and new extension. Some internal and external steps to be constructed to provide access and egress to and from the new extension and existing Library. All tender documentation and necessary information attached. Contractors MUST visit site. Contact the School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approval and building consent are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,369067,20250410 Ministry of Education - School Infrastructure,29044720,Request for Tenders,Closed Competition,Newlands College Block AL Weathertightness Remediation Works- Main Contractor,MOE25930,20240318,20240419,20240606,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The ministry is looking to engage a supplier to repair and seal grout of targeted blockwork, remove the parapets and make good and replace water damaged internal linings where required. All works are limited to Block AL of Newlands College. A tender site visit will be schedule with the invited parties and details of which will be share with everyone in due course. Please direct any questions through the GETS Q&A function. Thank you!",Not Awarded,"Following a procurement process, the Ministry has not awarded a contract for this procurement- Newlands College Block AL Weathertightness Remediation Works- Main Contractor services- MOE25930.",0,20250410 Ministry of Education - School Infrastructure,29057970,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Administration Block Alterations & Site Fire Alarm Upgrade at North Loburn School,,20240321,20240418,20240705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Provide the school with a modernised staff room and new purpose built LSC office Block. Alongside the new spaces there is the provision for a new accessible toilet, sick bay and lobby area. As part of this project a site wide fire alarm replacement will be completed.",Not Awarded,Contract was awarded to N M Sullivan Builders.,0,20250410 Ministry of Education - School Infrastructure,29058893,Request for Tenders,Closed Competition,RFT Main Contractor for Walkway Roofing Works at Ohaeawai Primary School,,20240322,20240416,20240729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Covered Walkways - ROOFING The construction of a new canopy behind Block 1 that provides more natural light to the walkway area. The existing roofing material is to be removed and disposed of and the new structure is to be constructed in accordance with the plans attached to this RFT. These works involve structural steel work, carpentry, roofing (including gutters and downpipes), stormwater plumbing and concrete works. Any affected electrical wiring is to be moved and run in tidy conduit along the structure. All electrical works will require Certificate of Compliance Access equipment, temporary fencing and all necessary working at heights H&S equipment. The works are to be carried out in line with the Health and Safety at Work Act 2015 and MBIE Guidelines for Working at Heights",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29062629,Request for Quotations,Closed Competition,Hornby High School CEBUS Relocation Main Contractor,MOE26102,20240321,20240409,20240419,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Hornby High School currently has a Build Roll capacity of 820 students and has seen a rapid increase in roll growth to approximately 950 students at the start of 2024. The increase has resulted in an urgent need to provide immediate roll growth spaces. Four new teaching spaces are required at Hornby High School. As part of this project we will be providing 2no teaching spaces by relocating a 2 Teaching Space Cebus Building from Belfast School which this procurement covers.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,29063548,Request for Tenders,Open Competition,Main Contractor for 6: Hall Upgrades at Carisbrook School,648.21.10,20240322,20240429,20240921,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School's current Hall is dated and required updating. The works include a new comercial kitchen, new bathrooms and a new meeting room. Involved in the works are: ? Updated fire signage, ? Installation of new entranceway and doors ? New bathrooms ? New Commercial Kitchen ? New meeting room",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29072149,Request for Tenders,Open Competition,RFT Main Contractor AMS G DQLS Upgrade & R QLE Upgrade at Haumoana School,237685,20240322,20240424,20240523,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," The junior classrooms in Block G, although upgraded in the previous 5YA, still have poor acoustics low lighting levels, and the floor coverings were only partially replaced with carpet tile. Installation of underfloor insulation is required (if possible), cushion-backed carpet tile and suspended ceilings with LED lighting will improve acoustics and enhance the teaching environment. Block R is in poor condition and requires an upgrade to bring it up to standard. The access ramp is not compliant. A compliant accessible ramp and new deck with new exterior door will be fitted.. Installation of a suspended ceiling with LEDs will improve the classroom's appearance, thermal comfort, energy efficiency and acoustics. Autex will also be installed to enhance the classroom environment.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29072582,Request for Tenders,Open Competition,Main Contractor for Block B window replacements at Bluff School,22-103,20240326,20240424,20240521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Bluff School Board of Trustees is looking for an experienced main Contractor to complete the replacement of existing timber windows with new aluminium inserts to the low and high level windows of Block B at their School. Work also includes all carpentry, painting and electrical make good reinstatement including high level auto window openers.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29076482,Request for Tenders,Closed Competition,Otumoetai INtermediate School UNisex and superloo refurbishment,OIS14,20240325,20240417,20240913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,RFT secondary stage for main contractor to undertake a refurbishment to existing student superloo and the conversion of an existing space in the hall to unisex toilet,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29079231,Request for Tenders,Open Competition,Island Bay School - LSM Bathroom,,20240325,20240417,20240528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Island Bay School are seeking the services of a Main Building Contractor, to undertake the construction works to convert one of the larger sized existing childrens toilets in the admin area to an accessible bathroom, and install several threshold ramps & a gate/bollard at Island Bay School. This involves the following work Demolish existing toilet area (including disconnections) Installation of new wall linings, insulation and wall coverings Installation of new fittings and fixtures All associated plumbing and electrical fit off Installation of threshold ramps into the Junior classroom, library and middle block classroom Installation of a new gate or bollard at the stair entrance to the junior classroom deck The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. The Contractor will be engaged through an MOE major works contract (Construction contracts for professional services and works). Project consultants are: o Project Manager: Frank Bourke (IR Group)",Awarded,,78137,20250410 Ministry of Education - School Infrastructure,29080423,Request for Tenders,Open Competition,Makoura College - Main Contractor for Blk E Toilet Upgrades (Wairarapa),,20240325,20240417,20240516,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Makoura College are seeking the services of a main contractor to undertake the construction of new toilets and a covered deck on Block E. **Please price this as per the excel attached schedule of prices*** Construction Dates: ASAP The work is described in the tender documents prepared by IR Group and involves: Isolate work area and operate under a SSSP. Re-purpose the existing storage room and extend the footprint of Block E. Construct 6x fully self-contained toilets and 1x accessible toilet in conjunction with a covered deck. Ensure all fire and accessibility requirements are adhered to. Supply and install mechanical ventilation system and HWC. Complete fit out including toilets, mirrors, extraction fans, door, trims and painting. Connect new toilets up to existing Storm Water and Sewage. Leave site clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item",Awarded,,265949,20250410 Ministry of Education - School Infrastructure,29081436,Request for Quotations,Open Competition,Registered Electrician for Distributions Boards & Heating project at Horowhenua College,02-087-011,20240327,20240424,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29082523,Request for Tenders,Open Competition,RFT Main Contractor Main Building Co BLK-A Site: outdoor learning space & SW remediation at Port Ahuriri School,236849,20240326,20240503,20240725,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The school is wanting to create an outdoor learning space off Block A. The intention is to create a space that provides a flexible play and learning space outside the traditional classroom environment. There are some drainage issued in heavy rain that will be remediated as part of this project.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29082877,Request for Tenders,Open Competition,Request for Tender - Part Demolition and Reinstatement of Block A at Cobden School,,20240326,20240423,20240729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Cobden School currently has 4 surplus teaching spaces. The southern block end of A Block is not currently well utilised and requires significant investment to address the issues identified in recent specialists reports. The proposal is to rationalise part of this block. Which will reduce the teaching spaces by 1 and remove some of the other resource rooms and bathrooms.",Not Awarded,"No winning responses, project delay",0,20250410 Ministry of Education - School Infrastructure,29083042,Request for Tenders,Closed Competition,RFT for Main Contractor for Toilet Upgrades at Whananaki School,245306,20240326,20240503,20240521,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Whananaki School requires a full redesign & refurbishment of the Toilet Block. This will include cladding replacement, new plumbing fittings & fixtures, new toilet partitions and wall linings, new floor coverings, new aluminium joinery, door frames and doors. Some structural replacement may be required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29084375,Request for Tenders,Closed Competition,Classroom ILE Upgrade at Clyde School,,20240328,20240503,20240625,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Clyde School are seeking registration of interest for a construction project focused on upgrading the senior classrooms of the school.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29085990,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at TKKM o Tamarongo, Opunake",TKKM o Tamarongo,20240326,20240424,20240823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for TKKM o Tamarongo School, Opunake are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Installation of new Fencing and Gates Panels. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,126559,20250410 Ministry of Education - School Infrastructure,29087742,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at Winchester School, Palmerston North",Winchester School,20240326,20240424,20240724,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Winchester School, Palmerston North are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Installation of new Fencing and Gates Panels. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,211544,20250410 Ministry of Education - School Infrastructure,29088916,Request for Tenders,Open Competition,Main Contractor for Block C: Classroom Refurbishment at Rosehill College,,20240325,20240418,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Rosehill College are requesting the services of a suitably qualified contractor to carry out a classroom refurbishment in block C. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday 27th of March at 3.30pm Site Visit 2 Wednesday 3rd of April at 3.30pm Site Visit 3 Wednesday 10th of April at 3.30pm Please meet the project manager at the admin office at the dates and times indicated above. Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,710000,20250410 Ministry of Education - School Infrastructure,29089069,Request for Tenders,Open Competition,Main Contractor for Block S: DQLS Upgrade (Partial) at Rosehill College,,20240325,20240418,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Rosehill College are requesting the services of a suitably qualified contractor to carry out a partial DQLS upgrade in Block S. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday 27th of March at 3.30pm Site Visit 2 Wednesday 3rd of April at 3.30pm Site Visit 3 Wednesday 10th of April at 3.30pm Please meet the project manager at the admin office at the dates and times indicated above. Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,578000,20250410 Ministry of Education - School Infrastructure,29089285,Request for Tenders,Open Competition,Main Building Contractor for Learning Support Modifications at Whanganui Girls' College,Whanganui Girls' College,20240327,20240503,20240816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Whanganui Girls' College are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications Project. The Contract Works required are: Issue 1: Bathroom Refurbishment. , Power for Art Table, Hall/Stage Area and Various Site Works including Threshold Ramps. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,171832,20250410 Ministry of Education - School Infrastructure,29091614,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks A, E, F - Joinery, Cladding, Warm Water at Paekakariki School, Kapiti Coast",5977,20240326,20240502,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project comprises of 5YA infrastructure works to replace aging timber window joinery and weatherboard cladding. Internal alterations and refurbishment includes the relocation of the student medical room to an improved location adjoining the reception/administration office. Other works funded separately targets the introduction of a gender neutral toilet facility. The Board is also considering the construction of a suspended timber deck at the rear of Block A. If deemed affordable the school will provide funds to action this.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 30.04.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,29095196,Request for Tenders,Open Competition,"Main Contractor for Block 1,4,5,8,10,11,12,16&18: Lifecycle replacement of pinboard and carpet at Ferguson Intermediate School",,20240327,20240422,20240826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29099744,Request for Tenders,Open Competition,"Main Contractor for Block 1: ILE & DQLS Upgrade, Timber Window Remediation and Toilet Provision at Parnell District School",,20240327,20240419,20240704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Parnell District School are requesting the services of a suitably qualified contractor to carry out an ILE and DQLS upgrade, timber window remediation and toilet provision in block 1. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday 3rd of April at 3.30pm Site Visit 2 Tuesday 9th of April at 3.30pm Site Visit 3 Tuesday 16th of April at 12pm Please meet the project manager at the admin office at the dates and times indicated above. Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,574834,20250410 Ministry of Education - School Infrastructure,29100243,Request for Tenders,Open Competition,"Main Contractor for C, D, E: Toilet Upgrade at Ascot Community School (",242031,20240328,20240424,20240611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Ascot Community School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. 1. Continuous Work: The construction site shall not be stopped, left unattended, or experience unnecessary interruptions. It is imperative to maintain a consistent workflow to minimize disruption to the school environment. 2. Staff Consistency: The main contractor shall ensure nominated staff members remain consistent throughout the duration of the project to avoid disruptions and maintain continuity. 3. Correspondence: All communication regarding the project shall be directed to Invision Project Consulting Ltd and not to the school directly.",Awarded,The BOT have selected C Brown Builders as the preferred contractor with the best-scoring tender.,0,20250410 Ministry of Education - School Infrastructure,29101158,Request for Tenders,Open Competition,Main building contractor for sports canopy at Tahuna school,,20240327,20240417,20240515,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Tahuna School would like to construct a sports canopy over there existing netball courts to allow students to play outside all year round. The full project will include civil works in line with stormwater design, earthworks for the foundations of the main frames in line with geotechnical assessment, the erecting of the main canopy structure and install of external cladding. The intention of this project is to engage a main contractor on a design and building contract, this will allow for the detailed design to take place post tender and the building consent lodged prior to construction commencing.",Awarded,,244298,20250410 Ministry of Education - School Infrastructure,29101589,Request for Tenders,Open Competition,"Main Contractor for A, B: Electrical and Security Upgrade at Ascot Community School",242029,20240328,20240429,20240822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Ascot Community School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. 1.Continuous Work: The construction site shall not be stopped, left unattended, or experience unnecessary interruptions. It is imperative to maintain a consistent workflow to minimize disruption to the school environment. 2. Staff Consistency: The main contractor shall ensure nominated staff members remain consistent throughout the duration of the project to avoid disruptions and maintain continuity. 3. Correspondence: All communication regarding the project shall be directed to Invision Project Consulting Ltd and not to the school directly. 4. All switchboards must be installed in the July school holidays. Carpentry can be completed after.",Awarded,,113391,20250410 Ministry of Education - School Infrastructure,29104792,Request for Tenders,Open Competition,"Main Building Contractor for Learning Support Modifications Bathroom Alterations at Pembroke School, Stratford",Pembroke School,20240328,20240515,20240926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Pembroke School, Stratford are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications Project. The Contract Works required are: Reconfiguration to existing toilet area to refine the rooms and create a sick bay, cleaners cupboard in order to have a standalone sickbay so the main bathroom can be used solely for the learning support modification bathroom. This bathroom will meet the universal bathroom design and size. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,173226,20250410 Ministry of Education - School Infrastructure,29106515,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks B, C, I, J, K - Cladding, Roofing, Window and Stair Replacement at Khandallah School",6024,20240328,20240501,20241022,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Khandallah School has bundled together four of its 5YA projects (all infrastructure improvements) in order to obtain a range of efficiencies in the design and construction activities. The project consists of roofing, cladding and exterior joinery replacement across a number of school buildings. On the southern side of the school site bank stability works are required which also incorporate stormwater and sewer drainage remediation and the associated pavement reinstatement. Within Block C the reconstruction of a concrete slab foundation located in the library is required. The contract will also comprise of the structural improvements to an external fire escape staircase.",Awarded,"Awarded to Niche Commercial Ltd, anticipated completion of 31.08.24. It is intended that the value of the contract resulting from this tender will be within $500K-$1M.",0,20250410 Ministry of Education - School Infrastructure,29106845,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks A, B, E, F - Replace Roofing and Spouting at Rata Street School, Naenae, Lower Hutt",5908,20240328,20240424,20240801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A large roofing replacement project has been developed in response to condition assessment work carried out in the preparation of the last ten year property plan. The main original school buildings will have considerable work delivered with three other blocks worked on. The project will extend to the renewal of high level windows, as well as skylight removal, spouting and translucent roofing material will also be replaced. One classroom located in Block E is owned by the school. The associated cost of this re-roofing is to be identified separately to the main works.",Awarded,"Awarded to Vertbuild Ltd, anticipated completion of May 2025. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,29107095,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined - Roof Coverings, Lighting, Joinery Replacement at Masterton Intermediate School",6166,20240402,20240506,20241010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This project has been developed from the 10YPP and targets specific infrastructure improvements to roofing, exterior joinery and spouting replacement across seven school buildings. The contract also comprises of electrical reticulation improvements that will see socket outlets and distribution board renewal. Compliance requirements associated with the roof replacement will necessitate the need to provide new fall arrest anchors and ladder brackets. All heat pump units currently sited on the flat roofs will be relocated to the ground and have steel protective cages fitted.",Awarded,"Awarded to MB Brown Ltd, anticipated completion of 31.07.25. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,29108004,Request for Tenders,Open Competition,"RFT - Main Flooring Contractor for Blocks B,C,G, & J at South Westland Area School, Harihari",235454,20240402,20240501,20240617,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The sports court surface at South Westland Area School is at the end of its life and requires replacement. Additionally Vinyl flooring in Blocks B, C, G, and J require removal and replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29108617,Request for Tenders,Open Competition,"Main Building Contractor for Block 1 Classroom Refurbishment at Westmere School, Whanganui",Westmere School,20240426,20240522,20240703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Westmere School, Whanganui are seeking a suitably qualified Main Building Contractor to carry out the Block 1 Classroom Refurbishment Project. The Contract Works required are: Install new white boards, new sliding doors, new joinery units, new autex composition, new vinyl and carpet tiles, replace tapware, install new LED lighting, associated painting. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,226932,20250410 Ministry of Education - School Infrastructure,29108776,Request for Tenders,Closed Competition,PPP Expansions - TUN MN HPPPS - D&C Contractor,,20240328,20240510,20240607,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education, is a closed invitation to Suppliers shortlisted from the Construction Directory and Offsite Manufactured Building Panel to submit a Proposal for Design & Build Services for the Expansion of three PPP Primary Schools: - Bundle 1: Te Uho o Te Nikau (TUN), Matua Ngaru (MN) - Bundle 2: Hobsonville Point Primary School (HPPS) The RFP is attached as part of this GETS notice. Appendices to the RFP are available for download at a link that will be emailed to Tenderers. If you do not receive this link, or are unable to access the link, please contact Trevor Manners on 0275737295. An online briefing session will be held for Tenderers at 1pm on the 2nd of April, an invitation for this briefing will be sent to Tenderers shortly. Can Tenderers please confirm via email, that they wish to attend site visits, and the names of those attending, by 4pm on the 2nd April.",Awarded,"Both contract bundles were awarded to Watts & Hughes Construction Group Limited and began on 7th June 2024. The term of these contracts are until final completion of the project, forecast to be in December 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $50M - $100M",0,20250410 Ministry of Education - School Infrastructure,29108786,Request for Tenders,Open Competition,"Main Building Contractor for Block B AMS Alterations & Refurbishment at Tikorangi School, Waitara",Tikorangi School,20240426,20240529,20240807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Tikorangi School, Waitara are seeking a suitably qualified Main Building Contractor to carry out the Block B Alterations & Refurbishment Project. The Contract Works required are: Existing classroom toilet & foyer area to be modified to create new breakout room and altered foyer. Internal walls to be modifiied to take 3 x new sliding doors. Make good and paint existing ceilings and install new autex composition on walls in newly created breakout room and foyer. New cushion back carpet tiles in all spaces. Existing wet area bench in classroom to be relocated. Removal and or relocation of some existing power points and light switches. Existing switchboard to be relocated. New bag hooks to be installed along wall under joinery units, new smoke detectors to be fitted under verandah roof. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,142165,20250410 Ministry of Education - School Infrastructure,29109000,Request for Tenders,Open Competition,"Main Building Contractor for Block 1 ILE Classroom Refurbishment at National Park School, National Park",National Park School,20240426,20240618,20241002,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for National Park School, are seeking a suitably qualified Main Building Contractor to carry out the Block 1 ILE Classroom Refurbishment Project. The Contract Works required are: Classroom upgrades with autex, accessible ramp to be installed. Toilet to become an accessible toilet. New outdoor paved area. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,287837,20250410 Ministry of Education - School Infrastructure,29109151,Request for Tenders,Open Competition,Wellington Girls College- Artificial Turf and Cover Design & Build- Main Contractor,MOE26091,20240327,20240517,20240827,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry is looking to engage a contractor for an Artificial turf and Cover design & build contract at Wellinton Girls College.,Awarded,"This contract was awarded to Spaceframe Limited and began on 27/08/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $1M-$5M",0,20250410 Ministry of Education - School Infrastructure,29109478,Request for Tenders,Open Competition,"Blocks C,D,E,F,H,J,N,K; Roofing replacements and repairs at Hilltop school",237150,20240402,20240503,20240528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Blocks C,D,E,F,H,J,N,K; Roofing Replacements & Repairs at Hilltop School.",Awarded,"Kia Ora This Request for Tender is now closed and is awarded to Wade Construction Limited. A total of 2 submissions were received and evaluated. All tenders received met the minimum required solutions and the winning bid was awarded based on price. Thank you to all who took time to submit bids and wish you the best in future bids. Nga mihi",0,20250410 Ministry of Education - School Infrastructure,29110940,Request for Tenders,Open Competition,"Main Contractor for Block C: 5YA/AMS Combined Reroofing and Refurbishment of rooms 6 and 7; Blocks L, B & C Clear Roofing Replacement at Fairhall School",Project # 237618,20240402,20240502,20240530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Contractor for Block C: 5YA/AMS Combined Reroofing and Refurbishment of rooms 6 and 7; Blocks L, B & C Clear Roofing Replacement at Fairhall School.",Awarded,Tender was awarded to Wyatt Construction.,0,20250410 Ministry of Education - School Infrastructure,29114761,Request for Tenders,Open Competition,Pembroke School Roofing Upgrade,,20240328,20240430,20240501,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,Funding was cancelled.,0,20250410 Ministry of Education - School Infrastructure,29118997,Request for Proposals,Closed Competition,Silverstream South Primary School 4TS Block Design and Build Services,MOE24553,20240402,20240530,20240913,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Silverstream South Primary School 4TS Block Design and Build Services The background of this procurmeent is: Tenderers are requested to provide a fixed lump sum proposal for Design & Build services, aiming to construct a 4 Teaching Space standalone building on a greenfield site. i. The project has a target cost of $2,150,000 including design fees (excluding GST). ii. While the previous design has been value engineered, it does not achieve the required cost savings to enable construction. In this tender package, the original design from the previous tender is attached as an example for the contractor to refer to. iii. It is anticipated that tenderers may either utilize an ""off-the-shelf"" design solution or modify aspects of the previous design to provide a solution that meets the project's timeframes and budget. Tenderers must clearly identify any aspects of their design solution that do not meet the Ministry's design standards on the Design Deviations schedule.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,29119378,Request for Tenders,Closed Competition,RFT for Main Contractor for the Weathertightness Project at Kaingaroa School,229060,20240404,20240430,20240517,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kaingaroa School is in need of full weathertightness remediation of Block 1 (Admin & classrooms) and Room 6 & 7. Cladding remediation & replacement, Framing remediation where required, Roofing Remediation, Exterior Joinery remediation, Pergola & Decking remediation. There is some Asbestos removal required to Block 1.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29119752,Request for Tenders,Open Competition,Design & Build of a Covered Court Facility at Rangitoto College ,,20240404,20240503,20240614,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Design & Build of a Covered Court Facility at Rangitoto College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29127903,Request for Tenders,Open Competition,"Main Contractor for LSC Alterations at Western Heights High School, Rotorua",4960,20240404,20240502,20240703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeking main contractor for interior alterations to block M (administration). Indicative start is June 2024 with completion in July 2024.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29132196,Request for Tenders,Open Competition,Main Contractor for Hall Reclad and Block A Reroof works at Vardon School,MoE ID#239646,20240404,20240506,20240611,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Board of Trustees of Vardon School is seeking main building contractor to carry out the removal of asbestos wall cladding on school hall (Block E) and re-roofing work in Block A. Request for Tender must respond to the information specifically requested. incomplete proposal will not be considered. All applications to this RFT are to be done by GETS.",Awarded,received 11 tenders and competitive tenders from local companies. Two non-conformed tenders.,2487631,20250410 Ministry of Education - School Infrastructure,29142144,Request for Tenders,Closed Competition,Aotea College Entrance and toilet reconfiguration,227205,20240419,20240517,20240606,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main building contractor for Block L toilet and entranceway reconfiguration at Aotea College Reconfiguration to the Block L toilets and entrance way. Adding an additional toilet and new aluminum entrance doors. New internal walls and linings to suit.",Awarded,Griffiths Construction to be awarded work based on programme.,0,20250410 Ministry of Education - School Infrastructure,29142227,Request for Tenders,Closed Competition,"Blocks 1, 11, 14 and Site Flooding Remediation Works at Mt Roskill Intermediate",,20240405,20240426,20240821,,Sole Agency,No,,"Following the January and February 2023 floods across Auckland, defects in 4 buildings were reported and require remediation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29148947,Request for Tenders,Open Competition,Playground Development at Kaikorai Primary School,,20240408,20240509,20240827,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Kaikorai Primary School are seeking Design & Build submissions for their proposed playground development. The broad scope of facilities required is contained with the tender documents, with the school having a strong preference for designs to be both environmentally friendly and sustainable.",Awarded,"Following the review of the D & B proposals received, this contract has been awarded to Creospace Limited.",0,20250410 Ministry of Education - School Infrastructure,29149967,Request for Tenders,Closed Competition,RFT for Main Contractor for LSPM Fencing Works at Ruawai College,,20240408,20240429,20240607,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,There is a main highway separating Ruawai College and Ruawai Primary School and there is a high chance a student will try to get back to familiar surroundings. They have very little road awareness and they have been known to run and hide. Possible hiding places like deep drains and a tidal estuary need to be fenced off. The entire College will require boundary fencing and some gates.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29150768,Request for Tenders,Closed Competition,Main Contractor for Block JKL Toilet Remodel & External Door Replacements at New River Primary School,23-044,20240409,20240508,20240528,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The New River Primary School Board of Trustees is seeking to appoint a Main Contractor for the Block JKL boys' and girls' toilets remodel, and Block JKL exterior door replacements. The scope of work for this project includes but is not limited to, replacement of wall and ceiling linings, floor coverings, fittings and fixtures, replacing with new easily cleaned impervious linings. It is anticipated that this body of work will entail approximately 3 months of on-site construction works.",Awarded,,144829,20250410 Ministry of Education - School Infrastructure,29153600,Request for Tenders,Closed Competition,RFT - Main Building Contractor for LSM - Site Accessibility Improvements (Stage II) at Tawa Intermediate School,6196,20240405,20240502,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A recommendations report issued by Te Mahau identifies a rage of site accessibility improvements around the school site. Works include the replacement of an existing timber wheelchair ramp that is presently in an unsafe and poor state. The existing approach to a specialised sensory building will be made compliant. Open dish drains will have galvanised steel crossing plates provided and a safe, marked pedestrian route will be marked out through the staff car park.",Not Awarded,"Tender submissions exceeded expectations, project scope being redefined.",0,20250410 Ministry of Education - School Infrastructure,29153893,Request for Quotations,Closed Competition,Riverlands School - LPSM: Accessible Toilet Main Contractor,MOE24595,20240405,20240502,20240530,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Riverlands School - LPSM: Accessible Toilet Main Contractor Riverlands School require the installation of an accessible bathroom to meet the needs of students at the school. This project has a high level of urgency in order to meet the needs of the students. The scope of works is detailed in the attached design documentation but in summary includes: a) New timber framed addition to contain a new USB (Universal School Bathroom) facility outside classroom 5. b) Alteration of the existing ramp to suit the new USB entrance as designed. c) Inclusion of all fittings, fixtures & requirements as per the Occupational Therapist report. d) Alteration of the existing roof structure & claddings to suit the new addition. e) New weatherboard cladding to match existing. f) Removal of existing windows and relocation of the external heat pump unit from classroom 5. g) Maintain existing tree if possible remove if required. h) Futureproofing to allow for future installation of a hoist ensuring structure is sufficient for future installation (stud centres, ceiling structure etc.)",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,29155609,Request for Tenders,Closed Competition,RFT - Outram and Taieri Schools (Bundle) Weathertightness Remediation Main Contractor Services,MOE23280,20240408,20240514,20240807,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Outram: Weathertightness remediation to Hall, recladding, window replacement and roof replacement. Taieri College: (a) Design & Build 6 temporary classrooms prior to starting the weathertightness remediation to Block O for decanting purposes. (b) Weathertightness remediation to Block O to be delivered into 2 stages",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,29159908,Request for Tenders,Open Competition,"Main Contractor for Blocks A,B,C,D,E,I,K,L,N: Roof , Gutter, And Membrane Replacement At Kawhia School",,20240409,20240503,20250320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Kawhia School Board are seeking a main contractor for the Blocks A,B,C,D,E,I,K,L,N: Roof , Gutter, And Membrane Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29165676,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at Levin East School, Levin",Levin East School,20240426,20240521,20240718,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Levin East School, Levin are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Item 1: Pool changing rooms fence & garden edging. Item 2: Caretakers Shed fence. Item 3: Caretaker area vehicle gate & fence. Item 4: New aluminium fencing to school field. Item 4.1: Shift existing hockey goal. Items 5, 5.1, 5.2: Modify existing gates. Item 5.3: New aluminium fence, caretaker side field boundary. Item 6: Field boundary fence. Item 7: Latches & Signage to gates. Item 8: New aluminium fence, sealed carpark area. Items 8.1, 8.2: Vehicle access gates. Item 9: Perspex screening to existing fence. Item 10: New fencing and secondary wheelchair access gate. Item 10.1: Wheelchair access gate. Item 11: New fencing & secondary wheelchair access. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,119781,20250410 Ministry of Education - School Infrastructure,29168723,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Administration/Hall Reclad at Dunsandel School,,20240410,20240507,20240530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Aluminium Composite cladding is on the Administration Block/ Hall at Dunsandel School is not fit for purpose and leaking. Its is proposed to remove the existing composite cladding and install a new Aluminium cladding over a rigid air barrier.,Not Awarded,Contract was awarded to Modcon Projects.,0,20250410 Ministry of Education - School Infrastructure,29184195,Request for Proposals,Closed Competition,Updated Request for Proposals for Lincoln High School (the School) Stage 1A Science Block And Potential Additional Rights Project Management and Engineer to the Contract Services,MOE24751,20240410,20240424,20240610,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Lincoln High School is a secondary school (year 9-15) located in Lincoln in Canterburys Selwyn District in a university town with a student roll of 1376 as of April 2023. At completion of the project, the school will have a new 12TS science block.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,29184694,Request for Proposals,Closed Competition,Wilford School Architectural Services Re Roofing,01.02973.009,20240426,20240524,20240716,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Wilford School's Block G Roof has reached the end of its life and requires replacement. We are seeking architectural services for the developed and detailed design as well as - General/Overall services and deliverable, client relationships and stakeholder management - Design related risk identification and management. - Developed design stage services and deliverables - Development and approval of Developed Design documentation - Detailed design stage services and deliverables: - Development and approval of Detailed Design documentation - Works procurement stage services and deliverables - Contribute to the development and approval of procurement documentation and the Works Contract - Assistance with evaluation and selection of a preferred Works contractor - Works Contract tag analysis - Works contract negotiation]] - Works observation stage services and deliverables: - Design supervision for the construction works - Advise on Works contract variation requests - Consenting and certification: responsible for development and approval of documentation required for planning and building consents and certifications - Assisting with project close-out Re-design and replacement of roofing for the school block that simplifies the roofing, reducing weathertightness risks and lowering maintenance requirements. Areas of roof framing are already known to need replacement based on the movement of pitches, furthermore, a history of leaking coupled with existing leaks suggested water damaged framing will be found. A developed concept design has already been made and is included with the attached documentation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29185311,Request for Tenders,Open Competition,Arakura School - Main Contractor for AMS Blk 10 Junior Hub Reconfiguration - (Wellington),,20240410,20240503,20240529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Arakura School are seeking the services of a main contractor to undertake the construction of a Junior Hub alteration on Block 10. **Please price this as per the excel attached schedule of prices*** Construction Dates: July School holidays The work is described in the tender documents prepared by IR Group and involves: Isolate work area and operate under a SSSP. Remove and dispose of existing benchtop, partition wall, window units, vinyl flooring and sink units between room 6 and BO. Remove vinyl flooring curving into room 9 and replace with carpet tiles accordingly. Demo partition wall between room 6 and 9 and increase the new room width further towards room 9. Supply and install new floor and wall coverings, acoustics, LEDs, sink and window units accordingly. Remove existing aluminium double doors and replace with new stacking sliding doors between Room 4 and BO, as well as between Room 9 & BO. Leave site clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item",Awarded,,78246,20250410 Ministry of Education - School Infrastructure,29191147,Request for Tenders,Open Competition,"Main Contractor for Blocks 3,7,11: Hessian, Lighting, Carpet, Vinyl & Ceiling Tile Replacement at New Windsor School",,20240422,20240515,20240610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at New Windsor School are requesting the services of a suitably qualified contractor to carry out a hessian, lighting, carpet, vinyl and ceiling tile replacement in blocks 3, 7 and 11. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Monday 29th of April at 3.15pm Site Visit 2 Monday 6th of May at 3.15pm Site Visit 3 Monday 13th of May at 3.15pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,138512,20250410 Ministry of Education - School Infrastructure,29191370,Request for Tenders,Open Competition,"Main Contractor for Blocks 3,7,11: Toilet Refurb incl. Cloak Bay Vinyl Replacement at New Windsor School",,20240422,20240515,20240610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at New Windsor School are requesting the services of a suitably qualified contractor to carry out a toilet refurbishment, including replacement of cloak bay vinyl in blocks 3, 7 and 11. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Monday 29th of April at 3.15pm Site Visit 2 Monday 6th of May at 3.15pm Site Visit 3 Monday 13th of May at 3.15pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,218589,20250410 Ministry of Education - School Infrastructure,29191514,Request for Tenders,Open Competition,Main Contractor for Block 11: Destructive Investigation & Cladding Repairs at New Windsor School,,20240422,20240515,20240610,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at New Windsor School are requesting the services of a suitably qualified contractor to carry out a destructive investigation and cladding repairs in block 11. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Monday 29th of April at 3.15pm Site Visit 2 Monday 6th of May at 3.15pm Site Visit 3 Monday 13th of May at 3.15pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,103239,20250410 Ministry of Education - School Infrastructure,29191724,Request for Tenders,Open Competition,"Main Contractor for Blocks 5,8,9: ILE Upgrade at Papatoetoe East School",,20240422,20240515,20240612,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Papatoetoe East School are requesting the services of a suitably qualified contractor to carry out an ILE upgrade in blocks 5, 8, and 9. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Wednesday 24th of April at 2pm Site Visit 2 Wednesday 1st of May at 2pm Site Visit 3 Wednesday 8th of May at 2pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,269168,20250410 Ministry of Education - School Infrastructure,29193270,Request for Tenders,Open Competition,Library Remediation at Roxburgh Area School,,20240412,20240515,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees for Roxburgh Area School are seeking to engage a suitably qualified and experienced main contractor to deliver the library remediation project. The building has previously been identified as having weathertightness issues and the proposed work will address this.,Awarded,"Following the review of the submissions received, this opportunity has been awarded to Stewart Construction Limited.",0,20250410 Ministry of Education - School Infrastructure,29195308,Request for Tenders,Closed Competition,RFT for Main Contractor for Demolition of Admin Block and Asbestos Removal at Hikurangi School,242129,20240417,20240508,20240705,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"A new Administration Block is being planned at Hikurangi School as the current block is no longer fit for purpose. Therefore, the current Administration Block and a small boiler shed will need to be demolished. An asbestos survey has been attached.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29202720,Request for Tenders,Open Competition,Levin North School- Learning Support Satellite Unit Refurbishment-MC,MOE25986,20240415,20240524,20240829,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is looking to engage a contractor for a refurbishment project at Levin North School. Scope of works for this project are detailed out in RFT doc along with other project information. A site visit for interested parties will be organised and details of that will be published later via Notice to Tenderers.",Awarded,"This contract was awarded to Alexander Construction Central Limited and began on 29/08/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $500k-$1M",0,20250410 Ministry of Education - School Infrastructure,29203379,Request for Tenders,Closed Competition,"Roofing works on Block C, D, K, N and Van Garage/Boiler roof at Waikite Valley School",245026,20240415,20240510,20240830,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Roofing works on Block C, D, K, N and Van Garage/Boiler roof at Waikite Valley School",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29204732,Request for Tenders,Closed Competition,Main Contractor for Pool Fence and Resurfacing at Okaihau College,,20240415,20240509,20240619,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Okaihau College Board of Trustees are seeking a Main Contractor for the Pool Fence and Resurfacing project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29205759,Request for Quotations,Closed Competition,Christchurch East School Hall Refurbishment - Main Contractor Services,MOE26230,20240412,20240415,20240419,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Christchurch East School Hall Refurbishment - Main Contractor Services This tender is for Main Contractor Services for: i. Repurposing of the hall as further defined on the design documents included on this tender.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,29212571,Request for Tenders,Open Competition,Main Contractor for Design & Build New Special Needs Playground at Wairau Valley Special School,,20240426,20240607,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Wairau Valley Special School are requesting the services of a suitably qualified contractor to design and build a new special needs playground. All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Thursday 2nd of May at 10am Site Visit 2 Thursday 9th of May at 10am Site Visit 3 Thursday 16th of May at 10am Please meet the project manager at the admin office at the dates and times indicated above. Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,456320,20250410 Ministry of Education - School Infrastructure,29213051,Request for Tenders,Open Competition,Main Contractor for 7 and 8: Upgrade pupils toilets at Goldfields Primary School,3741-24-01,20240415,20240509,20240806,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Goldfields Primary School seeks suitably qualified main contractors to submit an RFT for the proposed 7 and 8: Upgrade pupils toilets project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The start date is to be confirmed by the Contractor, but preference is given to windows, including holiday periods, to reduce disruption; the indicative completion date is 29 November 2024. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.",Awarded,Stewart Construction Ltd has been awarded the contract for the Main Contractor for 7 and 8: Upgrade pupils toilets at Goldfields Primary School.,0,20250410 Ministry of Education - School Infrastructure,29221297,Request for Tenders,Open Competition,"REPOSTED RFxID 29024778 (2049) Waihi East School A B,C,D,L,CW1 ILE, Roofing, Drainage, Toilet Refurbishment, Lifecycle Replacement - flooring wall, finishes",233419,20240416,20240510,20240919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,This project is no longer progressing due to a change in Principal and change in focus.,0,20250410 Ministry of Education - School Infrastructure,29221658,Request for Tenders,Open Competition,Takaka Primary School Deck Design & Build,,20240417,20240510,20240524,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"An experienced building contractor is required for the design and build of the following at Takaka Primary School in Golden Bay: >A low height ( less than 600mm) approximately 140 sqm deck >Accessible ramp to it >A veranda over it A>Raising the height of an existing deck A> Alterations to doors leading on to the deck",Awarded,"Hi, we advise you have been unsuccessful with your submission for Takaka Primary Schools Special Needs Deck Design & Build Project. As per the tender documentation there was a maximum of 30 points to score in the attributes both priced and non priced. The winning bid by Aorere Construction scored a total of 26.3 points your score was 14. Based significantly on the fact that the price submitted by your company stood out as it was 20 to 30% higher than the other 3 bids received. We appreciate you taking the time to submit on this project.",0,20250410 Ministry of Education - School Infrastructure,29222515,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Riversdale School,23-115,20240417,20240514,20240624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Riversdale School Board of Trustees is looking for an experienced main contractor to complete learning support fencing modifications to the boundary fencing and gates at their school. Work includes removal of existing (part), new fencing panels to match the existing panels already installed, and modification of the existing panels to restrict the gaps between the bottom of the panel and GL tp prevent access from underneath. Also required are new gates including pedestrian, accessibility, vehicle and deer gates for access.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29223913,Request for Quotations,Closed Competition,RFQ Elmgrove Primary School Stage 3 Re-Roof - Main Contractor,MOE26293,20240416,20240510,20240924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All submissions to be made through the GETS website,Elmgrove Primary School requires new membrane roofing for Block 3,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29224414,Request for Tenders,Open Competition,Main Contractor for the AMS & SPIDS Combined 2: ILE Project at Tangiteroria School,241377,20240417,20240515,20240830,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought from this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the AMS & SPIDS Combined 2: ILE Project at Tangiteroria School. The proposed scope of works is scheduled to be completed in in Tangiteroria Schools current 5YA with Provision of flexible connections between the classrooms of Block 2 and enhancement of connections to an existing covered outdoor area. This project uses the schools AMS funding. There is a requirement for a phased / staged handover of the project, with the interior components the works completed first, and the potential follow on for the exterior alteration works to the extent possible with the remaining project funds.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29227220,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block A - Weather Tightness Remediation at Newlands Primary School, Wellington",5712,20240417,20240522,20241122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to address modifications to school property identified within a weather tightness remediation inspection report at Newlands Primary School. The outcomes seek to address the identified failures including decaying weatherboard, plywood, window joinery and elevated moisture levels. The original 1930s building had two additions around 2003/04 forming an extended staff room and alterations to the administration at one end and a library extension at the other. The administration/staff room end has suffered ongoing weather tightness failures. The principal work being undertaken will be the replacement of weatherboard and window joinery, removal of a skylight and replacement of plywood panels. Work will also be undertaken to reform finished ground levels along the rear of the building to ensure water is directed away. The building works will be designed and constructed in line with MoE guidelines and will be peer reviewed around its weather tightness performance.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 30.04.25.",0,20250410 Ministry of Education - School Infrastructure,29230933,Request for Tenders,Closed Competition,RFT for Main Contractor for Block 8 Learning Support Centre Refurb at Whau Valley School,243561,20240419,20240510,20240704,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 Block 8 is in need of a refurbishment to create a modern, comfortable teaching space. Stage 1 - Replacement of Flooring has been completed. Stage 2 works are the following: Internal Refurbishment Works Building an accessible Ramp Concrete Work Existing Deck Alterations",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29231056,Request for Tenders,Closed Competition,Main Contractor for Refurbishment Works at Rawene School,,20240418,20240517,20240731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Request for Tender The Contract Works required at Rawene School include: i. Roofing works, Pool Change-rooms Refurbishment, Classroom Refurbishment, Staffroom Refurbishment & Floor/wall Coverings, New deck & Veranda The Contractor will be engaged through a Medium Works Contract. Building Consent has been issued. No site visits are available during the week 22-26 April, please email tristan@arcline.co.nz outside these dates for site visit requests. Indicative Timeframes for the Contract Works are: i. Indicative start date: July 2024 ii. Indicative Due Date for Completion: November 2024 Note the above dates are subject to funding and contractor availability please advise your availability with your tender response",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29235450,Request for Tenders,Open Competition,Main Building Contractor for the Waitara High School Proposed Building Works,3208.1,20240419,20240524,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The School Board of Waitara High School seeks to undertake major alterations to P-Block, an existing 8 classroom two storey building. Works required are: P-Block: Entire top floor to be demolished down to the existing solid timber floor. Remove cladding and windows to entire building. Existing lean-to building to be demolished down to floor slab level, floor slab to remain. New timber framed building to part existing lean-to slab and part new timber framed floor. New roof and roof structure sitting above existing solid timber floor. New cladding and windows to entire building. Project consultants are: -Project Manager: Ardern Peters Architects Ltd -Lead Designer: Ardern Peters Architects Ltd -Structural Engineer: BCD Group -Fire Engineer: Holmes",Awarded,,1566000,20250410 Ministry of Education - School Infrastructure,29239377,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 7 Replace Storage Shed at Hampstead School,,20240419,20240521,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The school wish to demolish the storage sheds in Blocks 7 and build new storage sheds to meet their needs.,Not Awarded,Contract was awarded to McIntosh Commercial Construction Limited.,0,20250410 Ministry of Education - School Infrastructure,29240051,Request for Tenders,Closed Competition,"Request for Tender - Main Contractor for Block 1, 6, 7 Roofing and Internal Upgrades at Breens Intermediate",,20240419,20240513,20240911,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Internal upgrades to selected areas within the schools Block 1 (Admin) and Block 6 School Hall. Replace the existing spouting and downpipes, and selected roof fixings and flashing replacements to Block 1 (Admin), Block 6 (Hall) and Block 7 (Learning Support) (Sport Shed)",Not Awarded,Contract was awarded to Bushnell Builders on 11/09/24,0,20250410 Ministry of Education - School Infrastructure,29243912,Request for Tenders,Closed Competition,"Main Contractor for Roofing M2, L8, L1, and S3 Student Centre at Okaihau College",,20240422,20240516,20240620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Okaihau College Board of Trustees are seeking a main contractor for Roofing M2, L8, L1, S3 and Student Centre project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29244309,Request for Tenders,Closed Competition,Main Building Contractor for ILE Upgrades to Block A and B at Te Whata Tau o Putauaki School,MoE Project # 211037,20240422,20240522,20240830,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Building Contractor for ILE Upgrades and site improvements to Block A, B and Staffroom at Te Whata Tau o Putauaki School.",Not Awarded,We have been instructed by the Principal to thank you for your tender for the contract works and inform you that a decision was reached this week with a pending award to GF Builders Limited.,0,20250410 Ministry of Education - School Infrastructure,29245606,Request for Tenders,Closed Competition,RFT Main Contractor for the Roofing Project at Kaikohe West School,,20240422,20240514,20240904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: Block 2, Block 4 and Block F roofing works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29246958,Request for Tenders,Open Competition,"Main Contractor for Blocks A, B, C, E Roofing at Tirau Primary School",,20240419,20240517,20240920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT obtained a specialist roofing report which identified Blocks A,B,E requiring end of life replacement of roofs, guttering and downpipes and Block C requiring backtray flashing to damaged roofing iron and existing heatpump unit.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29247655,Request for Tenders,Open Competition,Dalefield School - Main Contractor - Blk A Flat Roof & High Wall Cladding Replacement - (Wairarapa),,20240419,20240514,20240530,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Dalefield School are seeking the services of a main contractor to undertake the Blk A: Flat Roof & High Wall Cladding Replacements **Please price this following the Schedule of Prices document** The work as described in the tender documents involves: Cordon off site and operate under a SSSP. Erect scaffolding and/or edge protection accordingly. Remove existing roofing iron, clerestory windows, gable end wall and existing skylights Supply and install new roofing iron, building paper, skylight(s), fascia board, barge & apron flashings, spouting, aluminium windows and lintel. Ensure site is left clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. Preferred Date: July School Holidays The Contractor will be engaged through an MOE Medium Works Contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Programme",Awarded,,77690,20250410 Ministry of Education - School Infrastructure,29250612,Request for Tenders,Open Competition,"Main Building Contractor for Blk A,F,G,H,I,J & FF: Roofing Works at Omanu School",228155,20240422,20240516,20240529,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,76961,20250410 Ministry of Education - School Infrastructure,29258034,Request for Tenders,Open Competition,"(1449) Pukekawa School Blocks 1,2,7,B,C,D,E,F,CW: Roof and Clearlite Replacement",235300,20240426,20240522,20240731,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29258941,Request for Proposals,Closed Competition,Stage 2 Expansions of 3 PPP Schools - Quantity Surveyor Services,MOE26394,20240422,20240514,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication must take place through the GETS question/answer function,"Stage 2 Expansions of 3 PPP Schools - Quantity Surveyor Services The Ministry of Education is looking to implement an expansion of three Auckland primary schools in NZ, to meet future growth demands. These include: Te Uho o te Nikau (TUN), Matua Ngaru (MN), and Hobsonville Point Primary School (HPPS). This procurement is for Quantity Surveyor Services as further detailed in the documents available for download from the GETS system.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band:$250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,29265480,Request for Tenders,Open Competition,Main Contractor for Site: LSPM - Fencing at Immersion Unit at Tolaga Bay Area School,241713,20240424,20240521,20240913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Construction of new special needs fencing with pedestrian and vehicle gates and mowing strip and monitored maglock access connected to the schools security system. ii. The scale of the works is medium. iii. The works would ideally be carried out during the school holidays. iv. The site is flat and level with easy vehicle access but is subject to an archaeological order. v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information.",Awarded,,163262,20250410 Ministry of Education - School Infrastructure,29266608,Request for Tenders,Open Competition,"Naenae College - Main Contractor - GA, GB & T Roofing Replacement - (Wellington)",,20240423,20240517,20240913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Naenae College are seeking the services of a main contractor to undertake the construction of GA, GB & T Roofing Replacements. **Please price this as per the excel attached schedule of prices*** Construction Dates: July School holidays onwards. The work is described in the tender documents prepared by IR Group and involves: Isolate work area and operate under a SSSP. Use of scaffold and edge protection where necessary. Supply and install 1.8M high temporary fencing to cordon off the construction zone. Asbestos Removal - including co-ordination and provision of an ARCP, Task Analysis, Work Safe Notification Remove existing roofing, clerestory windows, building paper etc, where necessary. Supply and install new roofing iron, framing, building paper, flashings, spouting, windows, cladding etc. Leave site clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Programme (Staged approach)",Awarded,,1082231,20250410 Ministry of Education - School Infrastructure,29276284,Request for Tenders,Open Competition,Waiopehu College (the school)- Weathertightness remediation Admin block/ Gym- MC,MOE26022,20240426,20240529,20240902,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"The Ministry is looking to engage a contractor for a weathertightness project at Waiopehu College (the school). Scope of works for this project are detailed out in RFT doc along with other project information. A site visit for interested parties will be organised and details of that will be published later via Notice to Tenderers.",Awarded,"This contract was awarded to Maycroft Construction Central ltd and began 02/09/2024. The term of this contract is until the final completion of the project. It is intended that the value of the contract resulting from this procurement will be within the value band: $1M- $5M",0,20250410 Ministry of Education - School Infrastructure,29276628,Request for Tenders,Closed Competition,RFT Main Contractor for Admin Roof Replacement at Opononi Area School,,20240424,20240531,20241014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project will deliver Administration Roofing Replacement. Detailed design drawings will be issued with the subsequent RFT.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29277914,Request for Tenders,Open Competition,"(2046) Waerenga School A, B, D, E, G, H, J, K, Site: Roofing Repairs, Bathroom, Drainage, Life Cycle Replacement and ILE Upgrade",230476,20240426,20240522,20240722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,"With the School to be rescoped, over Budget",0,20250410 Ministry of Education - School Infrastructure,29283850,Request for Proposals,Closed Competition,PPP Expansions - TUN MN HPPS - Engineer to the Contract,,20240426,20240524,20240918,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education is a closed invitation to selected Consultants from the MBIE All of Government Construction Consultancy Services Panel to submit a Proposal for ?Te Uho o Te Nikau (TUN), Matua Ngaru (MN), and Hobsonville Point Primary School (HPPS) PPP Expansions Engineer to Contract Services?. The RFP is for the provision of Engineer to Contract (ETC) services in relation to the D&B contracts for the expansion of the MN, TUN, and HPPS. The scope of the EtC has been expanded as outlined within Appendix 1: Scope of Services and is more extensive than a normal EtC role. The expanded scope of the ETC is a dual role including administration of the D&B contract(s) in fair and impartial manner; and independently reviewing and certifying the specified Contractors deliverables (and Completion Tests) to confirm they meet the requirements of the Contract. The RFP and associated appendices are attached as part of this GETS notice.",Awarded,"This contract was awarded to Beca Limited and began on 18 September 2024. The term of this contract is until final completion of the project, forecast to be in January 2027. It is intended that the value of the contract resulting from this procurement will be within value band: $500,000 - $1M",0,20250410 Ministry of Education - School Infrastructure,29289260,Request for Tenders,Closed Competition,National Weathertightness Remediation Programme Main Contractor for Bay of Plenty (BOP) Schools,MOE26485,20240501,20240531,20240805,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry is seeking Main Contractors to remediate Weathertightness failure based on an approved scope and /or design packages, for Schools in Coromandel, Bay of Plenty.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29290055,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined - Blocks 2, 3, 4 Site Redevelopment at Ngati Toa School, Porirua",5507,20240426,20240704,20241216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A number of capital improvement projects at Ngati Toa School are about to be delivered under a bundled contract. The work comprises of improvements and refurbishment of classrooms and toilets, together with targeted stormwater drainage upgrade and external stair handrail replacement. Interior alterations will also extend to the creation of an office to accommodate a Learning Support Coordinator. Work to the school hall will include clerestory window renewal, wall linings replacement and artificial lighting upgrade. Specialist asbestos removal is required in the boiler room to replace wall and ceiling linings.",Awarded,"Awarded to DS O'Leary Building Ltd, anticipated completion of 30.11.25. It is intended that the value of the contract resulting from this tender will be within $500K-$1M.",0,20250410 Ministry of Education - School Infrastructure,29300931,Request for Tenders,Open Competition,Main Contractor for Site: Supply & Install Permanent Outdoor Shade Structure at James Cook High School,,20240430,20240523,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of Trustees at James Cook High School are requesting the services of a suitably qualified contractor to supply and install a new permanent outdoor shade structure. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Thursday 2nd of May at 2pm Site Visit 2: Thursday 9th of May at 2pm Site Visit 3: Thursday 16th of May at 2pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,991440,20250410 Ministry of Education - School Infrastructure,29302265,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2 and 5 Toilet Refurbishment, Joinery and Roofing Project, Tech Upgrade at Taupaki Primary School",,20240501,20240527,20240805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Taupaki Primary School wish to procure a Main Contractor for refurbishment and upgrades in Blocks 1, 2 and 5 as a part of the 10YPP.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29304028,Request for Tenders,Open Competition,Main Building Contractor for Taradale School Block H DQLS Upgrade,,20240503,20240528,20240801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Block H consists of four large Classrooms and multiple smaller spaces (presently Cloakrooms, Resource, and W/Cs). The Block has fluorescent lighting throughout and the existing carpet floor coverings and some wall coverings are worn. Some suspended ceiling systems show signs of water damage. ILE upgrade to two of the large classroom spaces and associated smaller spaces including: Proposed reconfiguration to provide for more flexible learning areas, and better observation between the spaces. Proposed new aluminium door and window joinery installation (internal and external) as required with specialist acoustic fixtures as necessary Proposed construction of a new deck area with cubbies to replace existing interior coat hooks Block H DQLS Upgrade Proposed upgrade of two existing Data Boards with new if required. Proposed upgrades to wall and floor coverings as necessary. Proposed installation of underfloor insulation. Note: Replacement of ceiling grid; ceiling panels; insulation & lighting is completed by others except for in the Breakout Spaces as noted to make good to wall changes. These upgrades form part of the MoE 5YA Programme of Works. There is a requirement for phasing and/or staged handover of the project.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29309367,Request for Proposals,Closed Competition,Weathertightness Remediation Programme - Main Contractor for Gisborne and Hawkes Bay,MOE26487,20240501,20240527,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the Weathertightness Remediation Programme - Main Contractor Works in the Gisborne/Hawkes Bay region. Please note that a supplier briefing session is scheduled on Friday, 3 May 2024 at 11:30am via MS Teams. Meeting details below: Meeting ID: 463 673 649 680 ? Passcode: AfXRfS Please confirm your attendance using the GETS Q&A function. For further details about the tender, please refer to the attached RFP. Also note that all enquires are to be made through the GETS Question & Answer function.",Awarded,Notification letters have been issued to Tenderers previously. Contract was fully executed on 27 June 2024.,0,20250410 Ministry of Education - School Infrastructure,29309550,Request for Tenders,Open Competition,"Main Building Contractor for Blocks B, C, D & E ILE Upgrade at Eketahuna School",Eketahuna School,20240502,20240605,20241004,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Eketahuna School are seeking a suitably qualified Main Building Contractor to carry out the ILE Upgrade to Blocks B, C, D & E Project. The Contract Works required are: Block B: Remove & discard radiators. Install new meltica cabinetry. Install new toilet cistern and basin, replace window with frosted grade A safety glass. Install new lock hardware to room 4. Install autex composition. Install new vinyl. Associated painting. Block C: Install autex composition, floor coverings& associated painting. Block D: Remove and discard all radiators. Install new aluminium doors. Install new flooring & associated painting. Block E: Remove and discard all radiators. Install new wall & doors, install new melteca joinery, install autex composition & flooring, associated painting. All tender documentation and necessary information attached. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding & consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,250959,20250410 Ministry of Education - School Infrastructure,29310590,Request for Proposals,Closed Competition,Weathertightness Remediation Programme - Main Contractor for Auckland Schools,MOE26470,20240501,20240614,20240816,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,All of Government,No,All submissions to be made through the GETS website,"This Request for Proposal (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed tender to submit a Proposal for the Weathertightness Remediation Programme - Main Contractor Works in the Auckland region. Please note that a supplier briefing session is scheduled on Friday, 3 May 2024 at 1:30pm via MS Teams. Meeting details below: Meeting ID: 497 938 546 276 ? Passcode: SbzCAh Please confirm your attendance using the GETS Q&A function. For further details about the tender, please refer to the attached RFP. Also note that all enquires are to be made through the GETS Question & Answer function.",Awarded,"Notification letters have been issued to Tenderers previously. Contracts were fully executed on various dates, as follows: TKKM o Piripono Te Kura Whakahou ki Otara - 31 July 2024 Flanshaw Road School - 1 Aug 2024 Victoria Ave School - 9 Aug 2024 Dominion Road School - 9 Aug 2024 Rutherford College - 9 Aug 2024 Papakura High School - 16 Aug 2024 Last executed contract date: 16 Aug 24",0,20250410 Ministry of Education - School Infrastructure,29310649,Request for Tenders,Open Competition,"Main Contractor - Avalon Primary School - Universal Bathroom, Student Toilet and AMS Classroom Upgrades - (Wellington)",,20240501,20240529,20240627,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Avalon Primary School are seeking the services of a main contractor to undertake the construction of Universal Bathroom, Student Toilet and AMS Classroom Upgrades on Block 2. **Please price this as per the excel attached schedule of prices*** Construction Dates: July School holidays The work is described in the tender documents prepared by IR Group and involves: Cordon off the specific area of work and operate under a site specific safety plan Demo existing walls, carpet, vinyl, fixed joinery / windows and doors Supply and install new walls, floor coverings, windows and doors, lights, wall coverings, sanitary fittings to accessible bathroom, toilets and classrooms also including HWC and acco drains. Connect new sanitary fittings to hot water and drainage The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Leave site clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Construction Programme",Awarded,,288988,20250410 Ministry of Education - School Infrastructure,29313327,Request for Tenders,Open Competition,"Main Building Contractor for Roofing, Cladding & New Gate at Te Kura O Ngapuke, Taumarunui",Te Kura O Ngapuke,20240502,20240612,20250213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Te Kura O Ngapuke, Taumarunui are seeking a suitably qualified Main Building Contractor to carry out the Roofing, Cladding & New Gate Project. The Contract Works required are: Block A: Replace all existing roofing, flashing, building paper, and netting. Install insulation and defective timber if required. Relocated external heatpump units to ground level in vandal proof cages. Replace any loose screws and nails if required. Replace cladding on top elevation wall and install insulation if required. Block B: Replace all nails and screws. Replace spouting where required. Blocks C, D & E: replace existing roofs, flashings, building paper, and netting. Replace defective timber if required. Replace spouting. Blocks F & G: replace existing roofs, flashings, building paper, and netting. Replace defective timber if required. New Gate to site. Contractors must visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding & consent approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,164715,20250410 Ministry of Education - School Infrastructure,29317553,Request for Proposals,Closed Competition,Request for Proposal 10-Year Property Plan (10YPP) Ministry Engaged Consultants (MEC) 2024,MOE24705,20240501,20240516,20240724,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry has conducted the compliance checks in accordance with the terms and conditions mentioned in the initial Request for Proposal. This tender is for the compliant tenderers to submit their pricing.,Awarded,The various contracts were awarded on GETS Listing # 29031886.,0,20250410 Ministry of Education - School Infrastructure,29323172,Request for Tenders,Open Competition,Main Contractor for Site: Carpark/Driveway Improvement at Manurewa High School,,20240503,20240529,20240620,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of Trustees at Manurewa High School are requesting the services of a suitably qualified contractor to carry out a carpark/driveway improvement. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Wednesday 8th of May at 1pm Site Visit 2: Wednesday 15th of May at 1pm Site Visit 3: Wednesday 22nd of May at 1pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,145662,20250410 Ministry of Education - School Infrastructure,29323882,Request for Tenders,Open Competition,Main Contractor for Site: Carpark/Driveway Improvement at Rosehill College,,20240503,20240529,20240709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of Trustees at Rosehill College are requesting the services of a suitably qualified contractor to carry out a carpark/driveway improvement. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Wednesday 8th of May at 12pm Site Visit 2: Wednesday 15th of May at 12pm Site Visit 3: Wednesday 22nd of May at 12pm Please RSVP to these site visits using the GETS Q&A system.",Awarded,,132560,20250410 Ministry of Education - School Infrastructure,29325476,Request for Proposals,Closed Competition,MOE26500 Taradale High School - Design and Build - Weathertightness Remediation Blocks A&B,MOE26500,20240502,20240528,20240618,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Construction Directory Request for Proposals for Taradale High School Design and Build Services Cyclone Recovery Programme MOE26500 Design and Build services are required for a weathertightness remediation project at Taradale High School. Designgroup Stapleton are the Ministries lead Designer and will be novated into the Design and Build contract. As detailed in the RFP, the Ministry will hold an in person briefing session for Tenderers at 9:30am on 09 May 2024 at the Ministries Napier office, followed by a tender site visit in the afternoon. The Ministry will look to arrange a Q&A session with DGSE during the tender period to further discuss the project scope. Please ensure all queries are directed through the GETS Q&A function. Attendees of any site visits and or briefing sessions must register via the GETS Q&A function prior.",Awarded,"This contract was awarded to Watts and Hughes Construction Group Limited and began on 08 July 2024. The term of this contract is until final completion of the project which is forecast for end December 2024. It is intended that the value resulting from this procurement will be within value band: $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,29325812,Request for Tenders,Closed Competition,"MOE26500 Tamatea School - Traditional - Weathertightness Remediation Blocks E,F & G",MOE26500,20240502,20240529,20240709,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Construction Directory Request for Proposals for Tamatea High School Cyclone Recovery Programme MOE26500 Construction services are required for a weathertightness remediation project at Tamatea High School to Blocks E,F & G. Works will be delivered via a Major Works (Traditional NZS2013:3910) contract. As detailed in the RFT, the Ministry will hold an in person briefing session for Tenderers at 9:30am on 09 May 2024 at the Ministries Napier office, followed by a tender site visit in the afternoon. The Ministry will look to arrange a Q&A session with the project architects during the tender period to further discuss the project scope. Please ensure all queries are directed through the GETS Q&A function. Attendees of any site visits and or briefing sessions must register via the GETS Q&A function prior.",Awarded,"This contract was awarded to Atkin Construction (HB) Limited and began on 06th August 2024. The term of this contract is until final completion of the project which is forecast for March 2026. It is intended that the value resulting from this procurement will be within value band: $5m - $10m.",0,20250410 Ministry of Education - School Infrastructure,29326375,Request for Tenders,Closed Competition,"MOE26500 William Colenso College, Onekawa Primary & Puketapu School - Traditional - Weathertightness Remediation",MOE26500,20240502,20240528,20240702,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Construction Directory Request for Proposals for William Colenso College, Onekawa Primary & Puketapu School Cyclone Recovery Programme MOE26500 Construction services are required for 3x weathertightness remediation projects which have been bundled together based on their location, scope of work and timeframes. Works will be delivered via either a Ministry Medium works or Major Works (Traditional NZS2013:3910) contract. There will be 3 resulting contracts in total. The Ministry intends to award all 3x projects to one supplier, however the Ministry reserves the right for the projects to be un-bundled. For this reason, it is requested that tenderers complete the pricing schedule forms which breakdown the pricing on an individual project basis. As detailed in the RFT, the Ministry will hold an in person briefing session for Tenderers at 9:30am on 09 May 2024 at the Ministries Napier office, followed by a tender site visit in the afternoon. The Ministry will look to arrange a Q&A session with the project architects during the tender period to further discuss the project scope. Please ensure all queries are directed through the GETS Q&A function. Attendees of any site visits and or briefing sessions must register via the GETS Q&A function prior.",Awarded,"The 3x contracts from this procurement were awarded to Alexander Construction Management Limited and began on 07 August 2024. The term of this contract is until final completion for the 3x projects, which is forecast for July 2025. It is intended that the value resulting from this procurement (combined for all 3x contracts) will be within value band: $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,29326690,Request for Tenders,Open Competition,Design & Build Contractor for a (Tensile Membrane) Covered Outdoor Learning Area at Kaitaia Primary School (Far North).,,20240503,20240531,20240805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required at Kaitaia Primary School is a Design & Build solution for a new tensile membrane canopy structure with a minimum size of 33.2m x 18.5m. The Contractor will be engaged through a Medium Works Contract. Indicative Timeframes for the Contract Works are for works to be completed during the Term 3 holidays October 2024.",Awarded,,331200,20250410 Ministry of Education - School Infrastructure,29330122,Request for Tenders,Open Competition,MOE26500 Gisborne Girls High School & Gisborne Boys High School - Civil Infrastructure Works,MOE26500,20240503,20240529,20240621,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Tenders (RFT) for Gisborne Girls High School & Gisborne Boys High School - Civil Infrastructure Works Cyclone Recovery Programme MOE26500 Civil construction services are required for 2x projects which have been bundled together based on their location, scope of work and timeframes. Works will be delivered via Ministry Medium Works contract which will be priced via a measure and value basis. There will be 2 resulting contracts in total. The Ministry intends to award both projects to one supplier, however the Ministry reserves the right for the projects to be un-bundled. For this reason, it is requested that tenderers complete the pricing schedule forms which breakdown the pricing on an individual project basis. As detailed in the RFT, the Ministry will hold an in person briefing session for Tenderers at 9:30am on 10 May 2024 at the Ministries Gisborne office, followed by a tender site visit in the afternoon. The Ministry will look to arrange a Q&A session with Beca during the tender period to further discuss the project scope. Please ensure all queries are directed through the GETS Q&A function. Attendees of any site visits and or briefing sessions must register via the GETS Q&A function prior.",Awarded,"These 2x projects were awarded to Siteworx Civil Ltd and began on 13 August 2024. The term of these 2x contracts is until final completion which is forecast for December 2024. It is intended that the value resulting from this procurement will be within value band: $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,29330434,Request for Tenders,Open Competition,MOE26500 Manutake School & Ilminster Intermediate - Civil Infrastructure Works,MOE26500,20240503,20240529,20240809,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Tenders (RFT) for Manutake School & Ilminster Intermediate - Civil Infrastructure Works Cyclone Recovery Programme MOE26500 Civil construction services are required for 2x projects which have been bundled together based on their location, scope of work and timeframes. Works will be delivered via Ministry Medium Works contract which will be priced via a measure and value basis. There will be 2 resulting contracts in total. The Ministry intends to award both projects to one supplier, however the Ministry reserves the right for the projects to be un-bundled. For this reason, it is requested that tenderers complete the pricing schedule forms which breakdown the pricing on an individual project basis. Please note for these projects there are two options for each project - both must be priced in the tender. As detailed in the RFT, the Ministry will hold an in person briefing session for Tenderers at 9:30am on 10 May 2024 at the Ministries Gisborne office, followed by a tender site visit in the afternoon. The Ministry will look to arrange a Q&A session with Beca during the tender period to further discuss the project scope. Please ensure all queries are directed through the GETS Q&A function. Attendees of any site visits and or briefing sessions must register via the GETS Q&A function prior.",Awarded,"The following 4x projects were originally intended to be awarded as a singe package, however following tender close they were un-bundled. The projects were awarded to the following suppliers: TKKM o Te Waiu o Ngati Porou: Currie Construction (2012) Limited Ilminster Intermediate: Siteworx Civil Limited Manutuke School and Lytton High: McMillan & Lockwood Ltd The term of these contracts is until final completion which is forecast for December 2024 and combined value of all projects from this procurement is within value band: $1m - $5m.",0,20250410 Ministry of Education - School Infrastructure,29332043,Request for Quotations,Closed Competition,Waimahia Intermediate School Technology Hub 3 classroom Refurbishment,,20240503,20240530,20240807,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Technology Hub refurbishment project involves the refurbishing of three existing technology classrooms: the Hard technology, Visual Arts and Performance classrooms. The project will involve the installation of new sliding doors between the Hard technology and Visual Arts areas. The removal of a Wall in the Performance classroom and the installation of a new roof beam with bracing walls. New benches are required in the visual arts area and the digital workshop. Services will be required with new lighting and switch board upgrade, A new heat pump in the performance classroom and the re-alignment of the existing hot water radiator system and the addition of new radiators in the Hard Technology and Visual Arts classroom. New floor coverings, wall finishes and interior painting are required",Awarded,"Tenders received ranged from $379,635.15 + gst to $408,996.00 + gst. Clarifications were sought from all tenderers to ensure that the nominated contractors prices and non nominated contractors prices were comparable The adjusted tender prices in this basis ranged from $370,513.47 + gst to $434,174.42 + gst. These prices were further adjusted for price and non price variables.The lowest tendered price was preferred. The tender selection panel was unanimous in supporting this result.",370513,20250410 Ministry of Education - School Infrastructure,29332270,Request for Tenders,Open Competition,"RFT - Main Contractor for Roofing Repairs & Replacements to Blocks A,B,C,D,E,G,& H at Tahunanui School Nelson",238095,20240507,20240531,20240624,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks A, B, C, D, E, G, and H at Tahunanui School in Nelson have been identified as needing repairs or replacement to their roofs and/or rainwater goods. a. The Contract Works required are: i. Reroofing of several school buildings, replacement of non-compliant roofing, replacement of spouting, other minor repairs / replacements ii. No requirements for phasing and/or staged handover of the project iii. Standard school site in a residential setting, no known constraints other than timing iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29334216,Request for Tenders,Open Competition,MOE26500 Hastings Central School - Roofing Works to Gymnasium,MOE26500,20240503,20240529,20240614,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Request for Tenders for Hastings Central School Cyclone Recovery Programme MOE26500 Construction services are required for a weathertightness remediation project at Hastings Central School. As detailed in the RFT, the schools gymnasium roof requires repair / replacement. As detailed in the RFT, the Ministry will hold an in person briefing session for Tenderers at 9:30am on 09 May 2024 at the Ministries Napier office, followed by a tender site visit in the afternoon. Please ensure all queries are directed through the GETS Q&A function. Attendees of any site visits and or briefing sessions must register via the GETS Q&A function prior. For more information please refer to the supporting attachments. A draft contract will be released via Notice to Tender.",Awarded,"This contract was awarded to B R Turfrey Limited and began on 02 July 2024. The term of this contract is until final completion of the project which is forecast for January 2025. It is intended that the value resulting from this procurement will be within value band: $100k - $250k.",0,20250410 Ministry of Education - School Infrastructure,29336211,Request for Tenders,Open Competition,Main Contractor for Site: Supply & Install Permanent Outdoor Shade Structure at Northcross Intermediate,,20240507,20240529,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board at Northcross Intermediate are requesting the services of a suitably qualified contractor to supply and install a new permanent outdoor shade structure. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Wednesday 8th of May at 12pm Site Visit 2: Wednesday 15th of May at 12pm Site Visit 3: Wednesday 22nd of May at 12pm Please RSVP to these site visits using the GETS Q&A system. Please meet the project manager at the admin office at the site visit dates and times.",Not Awarded,Project cancelled,0,20250410 Ministry of Education - School Infrastructure,29344862,Request for Tenders,Open Competition,Main Contractor for Block H Toilet Upgrades at Waiopehu College,02-022-024,20240509,20240612,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This is an invitation to suitably qualified main building contractors to submit a Tender for for the Block H Toilet Upgrades at Waiopehu College,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29351161,Request for Tenders,Open Competition,2024 5YA Projects at Tokomairiro High School,,20240509,20240613,20240812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Tokomairiro High School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed 5YA projects. The work involves roof/spouting replacements, window replacements, and infrastructure upgrades to 3 x science labs.",Awarded,"Following the evaluation of the submissions received, this opportunity was awarded to Nailedit Building Homes and Alterations Limited.",0,20250410 Ministry of Education - School Infrastructure,29360549,Request for Tenders,Open Competition,Taieri College - Combined 5YA Projects,,20240510,20240611,20241001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Taieri College Board of Trustees are seeking to engage a suitably qualified and experienced main contractor to deliver the 2024 combined 5YA projects. These projects were identified as part of the 10YPP planning processes and include toilet upgrades, roofing replacements, floor coverings, and various other capital maintenance items.",Awarded,"Following the review of the submissions received, this opportunity has been awarded to Cook Brothers Construction.",0,20250410 Ministry of Education - School Infrastructure,29361390,Request for Tenders,Open Competition,Main Building Contractor for ILE & DQLS Upgrade at Nga Taiatea Wharekura,246818,20240513,20240605,20240701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Nga Taiatea Wharekura Board of Trustees are seeking a main building contractor to submit a tender for 5YA ILE upgrade to 3 blocks and DQLS upgrades throughout the kura.,Awarded,The contract was awarded to Construct Ltd and will start on 1 July 2024. The term of the contract is 4 months.,519695,20250410 Ministry of Education - School Infrastructure,29364264,Request for Tenders,Open Competition,RFT for Main Contractor for Combined Projects at Paparore School,"246077, 246078, 246082",20240510,20240607,20240927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Paparore School is located on West Coast Road, Paparore and is striving to be a full primary school in the near future. The school is very well maintained however the Te Puawai classroom is at its end of life and requires replacement. The windows in Block 1 are large opening wooden windows and provide very good ventilation however they need refurbishment to bring them back into full use. Block 22 is currently 2 small modular classrooms and requires reconfiguration to create a Fit for Purpose Classroom.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29364980,Request for Tenders,Open Competition,"Main Contractor for 2,3,4,5&12: Lifecycle replacement of Floor and Wall Coverings at Shelly Park School",,20240509,20240611,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29375281,Request for Tenders,Closed Competition,Main Contractor for Blocks 2 and 5 Refurbishment to Classrooms and ILE at Buckland School,,20240513,20240531,20240820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Buckland School Board of Trustees are seeking a Main Contractor for Blocks 2 & 5 Refurbishment of Classrooms to ILE.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29376799,Request for Tenders,Open Competition,"Main contractor for new Autex wall linings, minor carpentry and painting works at Owhata School",5223,20240514,20240607,20240711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeking tenders from suitably qualified main contractors for replacement of pin boards in 10 classrooms with interior painting works,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29379854,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Hillside Primary School,23-104,20240514,20240612,20240722,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Hillside Primary School Board of Trustees is looking for an experienced main contractor to complete learning support fencing modifications to the boundary fencing and gates at their school. Work includes removal of existing, new fencing pool style panels & post/security profile netting. Also required are new gates including pedestrian, accessibility, vehicle for access. Vegetation trimming, removal, stump grinding and relocation of juvenile trees are also included in the project scope as well as topsoiling and grass reinstatement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29380152,Request for Tenders,Closed Competition,Main Contractor RFT for new building E Block at Selwyn College,,20240515,20240612,20240809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29384530,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS Block A - Classroom Upgrade at Pukeatua School, Wainuiomata",5949,20240514,20240611,20240816,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Pukeatua School wants to progress an AMS funded project that will see classroom refurbishment in the teaching spaces located in Block A. The classroom internal refurbishment will include floor finishes renewal. New joinery units will be provided and a new wet area sink unit installed. Existing storage units will be refurbished with new hardware and vinyl benchtop overlays. The teaching spaces will also have old pinboard wall linings replaced with composition board finishes. The school Board is considering the introduction of improved and glazed connective door units between classrooms. Separate and optional pricing for this will be requested.",Awarded,"Awarded to Peryer Construction Wgtn Ltd, anticipated completion of 30.04.25. It is intended that the value of the contract resulting from this tender will be within $100k-$250k.",0,20250410 Ministry of Education - School Infrastructure,29384879,Request for Tenders,Open Competition,"Main Contractor for AMS CP: 1,2: Replace Flooring, Part Roof Replacement, Heat Pump Cages, Double Glazing, Sink Cabinetry AND LS MODS Accessible Bathroom at Romahapa School",3811-23-01,20240513,20240607,20240805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Romahapa School seeks suitably qualified main contractors to submit an RFT for the proposed AMS CP: 1,2: Replace Flooring, Part Roof Replacement, Heat Pump Cages, Double Glazing, Sink Cabinetry AND LS MODS Accessible Bathroom project. The full and detailed solution required is specified in the plans and specifications included in the tender documents. The indicative start date is August 2024 with the indicative due date for completion of November 2024. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements to work on an educational site.",Awarded,"Ajax Building Contractors has been awarded the contract for the Main Contractor for AMS CP: 1,2: Replace Flooring, Part Roof Replacement, Heat Pump Cages, Double Glazing, Sink Cabinetry AND LS MODS Accessible Bathroom at Romahapa School.",0,20250410 Ministry of Education - School Infrastructure,29385770,Request for Tenders,Closed Competition,RFT - Addington te Kura Taumatua (the School) Cebus Block Relocation Main Contractor,MOE26385,20240515,20240606,20240701,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are (including but not limited to): i. Relocation of Block 6 CEBUS from Rangiora Borough School to Addington te kura Taumatua including disconnections, coiling up of services etc and temporary bracing, as required prior to delivery. The block is approximately 192m2. ii. Make good works of hardstands following removal of Block 6 at Rangiora Borough School including breaking out of concrete ramp and handrails. iii. Timber framed foundations to NZS3604 including solid blocking and anchor piles to match subfloor bearer layout of relocated block. New timber ramp and steps including concrete landing and Moddex handrails for accessibility. iv. Services connections for relocated block including power, fire, data/IT and 3 waters infrastructure. A new electrical switchboard is required for the relocated block. A new type 4 smoke detection system with manual call points as per NZS 4512 is required. The Fire Engineer report also calls for introducing an additional fire escape to the eastern gable end. v. General make good works internally to floor coverings, ceiling and wall linings where noted in the drawings. New breakout spaces provided by providing new glazed partitions.",Awarded,,235594,20250410 Ministry of Education - School Infrastructure,29388013,Request for Tenders,Open Competition,Main Contractor - South End School - LSM Accessibility Upgrades - (Wairarapa),,20240514,20240606,20240729,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at South End School are seeking the services of a main contractor to undertake the ramp and decking upgrades to Block Z & Block R. **Please price this as per the excel attached schedule of prices*** Construction Dates: July or September School holidays The work is described in the tender documents prepared by IR Group and involves: Isolate work area and operate under a SSSP. Following the architectural drawings: Construct the ramp leading to the hall (Blk Z) Widen the existing deck at the back of Block R and construct new accessible deck and ramp to Block R Relocate HVAC services and provide access hatches to maintain existing services Supply and install hold back latches to the windows next to Block R so to alleviate H&S concerns. Supply and install a door closer as per NTT01 to the universal bathroom on Block B. Leave site clean and tidy. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Programme",Awarded,,41122,20250410 Ministry of Education - School Infrastructure,29388213,Request for Tenders,Open Competition,"Main Contractor for AMS: A, R, Z7 and Library: Floor and Wall Lining Upgrade; A, B: Heat pump Replacements at Mahurangi College",,20240514,20240612,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Mahurangi College wish to engage a main contractor to replace various floor coverings, wall coverings and ceiling linings across the following blocks: R, A, Z7, T2, S3.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29390176,Request for Tenders,Closed Competition,RFT Main Contractor for Block 5 Relocation and Block 1 AMS refurbishment at Tautoro Primary School,,20240515,20240610,20241009,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Block 5 Relocation ii. Block 1 AMS Refurbishment",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29395892,Request for Tenders,Closed Competition,RFT - Nelson Central School (the School) A Block East End ILE Upgrade Main Contractor,MOE23205,20240515,20240606,20240711,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The Contract Works required include but a re not limited to: Removal of wall linings and trims to approximately 3.0 m, Make good to framing, straighten and install new as required for new linings, New plasterboard linings throughout, stopped and painted. New timber trims, painted. Acoustic finishes to walls and ceilings as per plans. New wall insulation throughout to 3.0m. New foundations and steel lintels. New timber sashes to north windows with double glazing. New timber doors to north elevation. No work to south windows. Two sets of interior large sliding doors Carpet tiles with vinyl near sinks. Make good and paint existing classroom ceilings. New layer thermal insulation to all ceilings. Install safety mesh grill and replace existing acrylic skylights x3 New sink units and proprietary teaching units. Compliance signage. Plumbing to new sinks. Remove radiators and make good to heating circuit. New wall mounted heat pumps including exterior cages Type 4 fire alarm system and emergency lighting. New power and lighting. Data and AV provision. Repair existing building leaks and fire separations. Allowance to ease and ensure smooth operation and closing of South elevation opening windows. Operated by string cords.",Awarded,,577385,20250410 Ministry of Education - School Infrastructure,29396615,Request for Tenders,Closed Competition,Creation of Two LSC Spaces in Block C at Southern Cross Campus,,20240516,20240604,20240814,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Southern Cross Campus Board of Trustees are seeking a main contractor for the Block C Creation of Two New LSC Spaces.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29405400,Request for Tenders,Open Competition,Main Contractor for New Toilet Block At James Hargest College Senior Campus,23-093,20240520,20240620,20240701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The James Hargest College Board of Trustees are seeking an experienced main building contractor to complete a standalone new toilet block at their senior campus. The toilet block consists of 2 x accessible toilets and 5 x male/female/unisex toilets and a cleaners cupboard with lobby circulation space. Work includes associated siteworks, electrical & mechanical services.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29409695,Request for Quotations,Closed Competition,Fraser High School (the School) - Rationalisation - Science Room Replacement (Block E) MOE26626,232119,20240524,20240607,20240731,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Fraser High School (the School) Rationalisation Science Room Replacement (Block E) Contract works (the Contract Works).,Awarded,The contract has been awarded to Ramsay Construction Ltd in July 2024 and stared in July 2024. Price band is $100k-$250k.,0,20250410 Ministry of Education - School Infrastructure,29415480,Request for Tenders,Closed Competition,RFT for Main Contractor for Change Rooms Refurbishment at Botany Downs Secondary College,,20240520,20240621,20240711,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Botany Downs Secondary College is refurbishing its change rooms. The layout of the change rooms will remain largely unchanged. The Contract Works include replacement of all linings, fittings etc (total of 18 showers, 7 toilet pans).",Awarded,The contract was awarded to Miro Construction.,285901,20250410 Ministry of Education - School Infrastructure,29416330,Request for Tenders,Closed Competition,Main Building Contractor for Pavillion & P6 at Paeroa College,239931,20240521,20240614,20240826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Paeroa College Board of Trustees wish to engage a Main Building Contractor to carry out 5YA works by refurbishing both the Pavillion and P6 buildings. These works involve wall/floor lining replacements new interior & exterior joinery and decks/stairs,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29416959,Request for Tenders,Open Competition,Main Contractor for Block 2: Classroom repairs at Bairds Mainfreight Primary School,,20240517,20240614,20240826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29423910,Request for Tenders,Open Competition,"A, B, C, J, & V: Provision of Hot Water to Handbasins at Gisborne Boys' High School",238567,20240522,20240618,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Provision of tempered hot water to hand basins in various blocks throughout the campus either by connecting to adjacent existing mains or by installation of new HWCs. ii. Associated carpentry work to create access to services and associated make-good work to wall linings and floor finishes. iii. The scale of the works is medium. iv. The site is flat and level with easy vehicle access. v. Wall cladding may contain asbestos and should not be drilled through. vi. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vii. See Tender Documents for further information.",Awarded,,73167,20250410 Ministry of Education - School Infrastructure,29425656,Request for Tenders,Open Competition,Main Contractor for Site: Carpark Improvement at Kelvin Road School,,20240522,20240612,20240709,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of Trustees at Kelvin Road School are requesting the services of a suitably qualified contractor to carry out a carpark improvement. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Monday 27th of May at 2pm Site Visit 2: Tuesday 4th of June at 2pm Site Visit 3: Monday 10th of June at 2pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,26000,20250410 Ministry of Education - School Infrastructure,29425857,Request for Tenders,Open Competition,Main Contractor for Site: Supply & Install Permanent Outdoor Shade Structure at Sir Douglas Bader Intermediate,,20240527,20240620,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of Trustees at Sir Douglas Bader Intermediate are requesting the services of a suitably qualified contractor to carry out the supply and install of a permanent outdoor shade structure. Please note: this scope of works is just a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender. Site Visit 1: Tuesday 28th of May at 11am Site Visit 2: Tuesday 4th of June at 11am Site Visit 3: Tuesday 11th of June at 11am Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,299706,20250410 Ministry of Education - School Infrastructure,29428735,Request for Tenders,Open Competition,Taneatua School - Classroom Refurbishment,246441,20240523,20240607,20240904,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Taneatua School require 2 classrooms to be refurbished for Rumaki classes. A total refurbishment that includes: Stripping out both classrooms Installation of new high level windows Installation of new kitchenettes New wall and floor linings Painting of all trims and ceiling",Awarded,,104919,20250410 Ministry of Education - School Infrastructure,29430260,Request for Tenders,Open Competition,Fire Alarm Upgrade Arahoe School,1206,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Arahoe School, New Lynn. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Arahoe School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29430463,Request for Tenders,Open Competition,Fire Alarm Upgrade Ashburton Netherby School,3283,20240523,20240619,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Ashburton Netherby School, Ashburton. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Ashburton Netherby School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29430505,Request for Tenders,Open Competition,Fire Alarm Upgrade Elgin School,2555,20240523,20240614,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Elgin School, Gisborne. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Elgin School is the next school to qualify under the program.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29430646,Request for Tenders,Open Competition,Fire Alarm Upgrade Epuni School,2836,20240523,20240614,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Epuni School, Lower Hutt. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Epuni School is the next school to qualify under the program.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29430773,Request for Tenders,Open Competition,Fire Alarm Upgrade Greta Valley School,3359,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Greta Valley School, Greta Valley. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Greta Valley School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29430947,Request for Tenders,Open Competition,Fire Alarm Upgrade Manunui School,2393,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Manunui School, Manunui. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Manunui School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29431132,Request for Tenders,Open Competition,Fire Alarm Upgrade Mayfield School,3432,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Mayfield School, North Canterbury. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Mayfield School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29431263,Request for Tenders,Open Competition,Fire Alarm Upgrade Natone Park School,2923,20240523,20240614,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Natone Park School, Porirua. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Natone Park School is the next school to qualify under the program.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29431472,Request for Tenders,Open Competition,Fire Alarm Upgrade Pakuranga Heights School,1416,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Pakuranga Heights School, Pakuranga. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Pakuranga Heights School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29431630,Request for Tenders,Open Competition,Fire Alarm Upgrade Pukekawa School,1449,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Pukekawa School, Pukekawa. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Pukekawa School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29431801,Request for Tenders,Open Competition,Fire Alarm Upgrade Roscommon School,1470,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Roscommon School, Clendon Park. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Roscommon School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29431917,Request for Tenders,Open Competition,Fire Alarm Upgrade Sandspit Road School,1479,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Sandspit Road School, Waiuku. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Sandspit Road School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29432065,Request for Tenders,Open Competition,Fire Alarm Upgrade Silverdale Normal School,1940,20240523,20240614,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Silverdale Normal School, Hamilton. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Silverdale Normal School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29432229,Request for Tenders,Open Competition,Fire Alarm Upgrade Stanley Avenue School,1967,20240523,20240614,20240628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Stanley Avenue School, Te Aroha. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Stanley Avenue School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29432405,Request for Tenders,Open Competition,Fire Alarm Upgrade Tainui School,3841,20240523,20240619,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Tainui School, Dunedin. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Tainui School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29432495,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Akau School,1998,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Akau School, Te Akau. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Akau School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29432670,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Hapua School,1109,20240523,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Hapua School, Te Hapua. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Hapua School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29432841,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Kura Kaupapa Maori o Whatatutu,2739,20240521,20240614,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Kura Kaupapa Maori o Whatatutu, Whatatutu. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Kura Kaupapa Maori o Whatatutu is the next school to qualify under the program.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29433006,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Kura o Matihetihe,1046,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Kura o Matihetihe, Kohukohu. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Kura o Matihetihe is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29433180,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Kura o Omarumutu,1861,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Kura o Omarumutu, Toatoa. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Kura o Omarumutu is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29433305,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Mahoe School,2009,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Mahoe School, Whakatane. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Mahoe School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29433439,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Pahu School,2013,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Pahu School, Te Pahu. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Pahu School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29433587,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Whata Tau o Putauaki,651,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Whata Tau o Putauaki, Kawerau. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Whata Tau o Putauaki is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29433679,Request for Tenders,Open Competition,Main Contractor for Exterior Painting at Kelvin Road School,,20240521,20240614,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Kelvin Road School are requesting the painting services for exterior painting of the whole school. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Monday 27th of May at 2.30pm Site Visit 2 Tuesday 4th of June at 2.30pm Site Visit 3 Monday 10th of June at 2.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,103309,20250410 Ministry of Education - School Infrastructure,29433768,Request for Tenders,Open Competition,Fire Alarm Upgrade Te Kura Kaupapa Maori o Rotoiti,1929,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Te Kura Kaupapa Maori o Rotoiti, Rotorua. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Te Kura Kaupapa Maori o Rotoiti is the next school to qualify under the program.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29434179,Request for Tenders,Open Competition,Main Contractor for Exterior Painting at Cosgrove Primary School,,20240521,20240614,20240710,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Cosgrove Primary School are requesting the painting services for exterior painting of the whole school. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Monday 27th of May at 2.50pm Site Visit 2 Tuesday 4th of June at 2.50pm Site Visit 3 Monday 10th of June at 2.50pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,110538,20250410 Ministry of Education - School Infrastructure,29434281,Request for Tenders,Open Competition,Fire Alarm Upgrade Waikaretu School,2052,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waikaretu School, Waikaretu. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Waikaretu School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29434575,Request for Tenders,Open Competition,Fire Alarm Upgrade Waikari School,3569,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Waikari School, Waikari. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Waikari School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29434774,Request for Tenders,Open Competition,Fire Alarm Upgrade Woodville School,2742,20240521,20240614,20240627,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Woodville School, Woodville. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Woodville School is the next school to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29457032,Request for Tenders,Closed Competition,RFT Main Contractor for Electrical Works at Tikipunga High School,,20240524,20240701,20241210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,To deliver electrical works at Tikipunga High School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29457584,Request for Proposals,Closed Competition,RFP Architectural Design Services for Multiple Projects at Tikipunga High School,,20240524,20240617,20240715,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Tikipunga High School are seeking lead design services for multiple projects.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29457781,Request for Tenders,Closed Competition,RFT for Main Contractor for Replacement Building at Waiharara School,242774,20240523,20240625,20241001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Waiharara School is located at 8 Katavich Road, Waiharara and is set for a refurbishment and extension to their Administration block. To make room for this there needs to be demolition of 2 auxiliary sheds. There is asbestos present in the auxiliary sheds and areas of the cladding of the existing Admin block. The school also suffers from storm water issues due to the runoff from the road. The storm water report and drawings will detail the external civil and drainage works required.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29459629,Request for Tenders,Open Competition,Main Building Contractor for Boiler shed replacement at Waipa Primary,,20240527,20240621,20240828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Waipa Primary are seeking to remove and replace the existing Boiler shed with a new building,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29462949,Request for Tenders,Open Competition,Fire Alarm Upgrade Takaka Primary School and Mahana School,3226/3201,20240523,20240619,20240704,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection at Takaka Primary School and Mahana School, Nelson. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 24 of the program and Takaka Primary School and Mahana School are the next schools to qualify under the program.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29463647,Request for Tenders,Open Competition,Otamatea High School Learning Support Property Modifications- Access Main Contractor Services,MOE26650,20240527,20240702,20240815,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry is seeking a Main Contractor to undertake access modification works for Otamatea High School. Please register for the site visit by 31/5/2024.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29468664,Request for Tenders,Open Competition,"Main Building Contractor for B, H: Toilet Block Demolish and Replace and HWC Replacement at Waikirikiri School",220995,20240524,20240620,20240701,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Outcome sought: To bring the toilets in Blk B up to standard, and replace end of life HWC in Blk H with new History: The toilets outside Blk B are deteriorating, have urine impregnated floor coverings and the cladding is failing. The cladding also contains asbestos",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29469457,Request for Tenders,Closed Competition,RFT - Main Contractor for BLK 5 ILE Project at Sunnyhills Primary School,1515-238201,20240527,20240619,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Scope Existing school classroom block - Internal demo, Internal upgrade to classrooms and corridor, New acoustic wall coverings and associated electrical work, new floor coverings within 2x Classroom area Replacement aluminum windows Work to start in Term 2/3 break July 2024 Project Location South East Auckland Site Visits to be arranged through GETS Q&A Function - Do not contact schools",Awarded,,180000,20250410 Ministry of Education - School Infrastructure,29471035,Request for Tenders,Open Competition,Palmerston North Girls High School Weathertightness Remediation Block C,,20240527,20240621,20240703,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Palmerston North Girls High School C-Block requires remedial work to address weathertightness issues which are causing consequential damage to the building.,Not Awarded,This project has been withdrawn following a review of the project by the MoE Weathertightness team.,0,20250410 Ministry of Education - School Infrastructure,29471047,Request for Tenders,Closed Competition,Hagley College Major Redevelopment Main Contractor Services And Potential Additional Rights,MOE26634,20240527,20240712,20240909,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Hagley College Major Redevelopment Main Contractor Services And Potential Additional Rights Hagley Community College is located in central Christchurch and it provides educational options for secondary and adult students, including weekday evening classes, and some Saturday morning classes. The college entered the master planning design phase in 2018 which resulted in the design and construction of two large teaching blocks: Auripo with 13 teaching spaces (TS) and an auditorium, and Wainuku, a 16TS technology hub. Additional funding allocated to the college has enabled the design of Pukaki, a new 4TS whare ako block, which along with the gym refurbishment work, forms the basis of this RFT. A component of the work will involve the demolition of six prefab blocks to clear the site for construction.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,29472269,Request for Proposals,Closed Competition,Christchurch Girls High School CSR Redevelopment And Potential Additional Rights Quantity Surveyor Services,MOE26687,20240524,20240618,20240806,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Christchurch Girls High School is a single sex (Girls) secondary school (year 9-15) located in Christchurch City in the Riccarton Ward with a student roll of 1288 as of March 2024. At completion of Stage 2, the School will have a build roll of 1100. The master plan roll of 1250 will only be achieved with completion of Stage 6 of the master plan. At completion of the project, the school will have 45 new teaching spaces (TS), a mix of standard and specialist spaces, and 17 teaching spaces from existing buildings (7 TS from the Art Block and 10 TS from the Performance Art Centre/Admin Block). Carpark remodelling is also part of the scope. The scope of works is for Stage 2 (preliminary design to construction) and Stage 3 to 6 (preliminary design) only and includes: CW Quantity Surveyor Services RFP v4.1 Page 7 of 29 Stage 2: New 3 storey approx. 2800 m? and 24TS Block Stage 3: Demolition of Main Block Stage 4: New 3 storey approx. 2800 m? and 18TS Block Stage 5: Demolition of Tech Block and relocatables (these might be relocated to another school site, this is yet to be confirmed) Stage 6: New 1 storey 3TS Block",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,29474295,Request for Tenders,Open Competition,"C: Asbestos Removal, Rebuild and Drainage Upgrade at Makaraka School",243834,20240529,20240625,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"2.1 Background The outcome sought is the provision of a safe, hygienic and fit-for-purpose pool changing room. The existing building has asbestos cladding, borer-infested doors, a leaky roof and noncompliant drainage. Project consultants are: o Project Manager: Architects 44 Ltd o Lead Designer: Architects 44 Ltd 2.2 Required solution (method and approach) a. The Contract Works required are: i. Following all MOE and Worksafe requirements, remove the asbestos wall linings and obtain all relevant clearance certificates. ii. Demolish the building including the slab and salvage all pool equipment for reuse. iii. Excavate for new slab and foundations complete with new drainage and piping to the pool. iv. New concrete slab and concrete block walls to create 2 changing rooms, chemical store and pool pump room. v. New roof structure only over the chemical and pump rooms. vi. The scale of the works is medium. vii. The site is flat and level and offers good vehicle access. viii. The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). The Principal prefers there to be no drawings and specification related Tags. ix. See Tender Documents for further information.",Awarded,,185430,20250410 Ministry of Education - School Infrastructure,29475965,Request for Tenders,Open Competition,"Carlton School, Wanganui - Learning Support Modifications for Carlton & Arahunga Satellite on Carlton School Site",Carlton School,20240604,20240709,20250307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Carlton School, are seeking a suitably qualified Main Building Contractor to carry out the Alterations for Learning Support Modifications Project. The contract works for Arahunga LSM Satellite Bathroom:- Removing a wall between the existing bathroom and laundry area and installing a new accessible bathroom throughout the area and putting the laundry in behind closed cupboards. The contract works for Carlton LSM Bathroom & Accessibility:- Removing a wall between the existing mens and womens bathrooms by the staffroom and installing a new universal bathroom. Thresholds to be corrected by raising pavers and installing rubber matting where needed and new ramps to be installed throughout the school. All tender documentation and necessary information attached. Contractors must visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would be started approx as soon as possible once confirmation of approvals & building consent are advised, however this will be discussed with the successful contractor and school once funding approval is confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,248854,20250410 Ministry of Education - School Infrastructure,29476473,Request for Tenders,Open Competition,Main Building Contractor for Hall Remediation at Massey Primary School,245555,20240528,20240624,20240812,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Massey Primary School Board of Trustees are seeking a main building contractor for the remediation of the school hall which has had water damage to the walls and ceilings caused by recent flooding events and historical watertightness issues.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29483822,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for LSM - Sensory Room at Pauatahanui School, Porirua",6213,20240528,20240627,20240918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A property provisions report supports the development of a sensory room to which students can withdraw who are experiencing sensory overload within the normal school day. A room in Block I has been identified as suitable for this purpose with some targeted alterations. The space will be increased in size and have an external access developed. The room will be provided with acoustic separation from adjacent spaces and have high levels of sound absorbency. There will be some consequential work to the adjacent spaces. The building work will include wall framing, new doors and windows, linings and insulation, finishes, heating, lighting, ventilation etc.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.03.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,29487502,Request for Tenders,Closed Competition,Main Building Contractor for the Refurbishment of a Four Classroom Block at BIRKDALE INTERMEDIATE SCHOOL,,20240528,20240621,20240726,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Birkdale Intermediate School premises is undergoing a refreshment process as part of a 10-Year Property Plan (10YPP). The objective is to create innovative learning spaces and establish a more functional teaching environment. This project includes the like-for-like refurbishment and modernisation of the Kiwi Block (Block 10), which includes four classrooms, male and female bathrooms, an office, and a storage room. The primary goal of this project is to refresh the existing spaces, address challenges related to mould and asbestos, and bring the structure in line with the Ministry of Education's latest requirements outlined in the Designing Quality Learning Spaces (DQLS) document. To achieve project goals and objectives, a traditional procurement method (build only model) will be employed. Construction commencement is targeted for July2024 (Term 2 holidays). Build completion and handover is targeted for mid-November 2024 (Term 4).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29494093,Request for Proposals,Closed Competition,Ministry of Education - Charter Schools Kura Hourua - Request for Proposal for Support Entity or Entities,MOE26673,20240528,20240617,20240801,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions must be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry) is a closed invitation to providers of consultancy and education services (Tenderers) to submit a proposal for Charter Schools | Kura Hourua Support Entity Function (the Function). This RFP is a single-step procurement process. Resulting from this RFP, and at the discretion of the Ministry of Education, the Function may be awarded to one capable tenderer or multiple capable tenderers.",Not Awarded,"This was an Opt-out Procurement under rule 12.3.k in the Government Procurement Rules (for the provision of certain types of public services, including other Education Services'). No award notice required.",0,20250410 Ministry of Education - School Infrastructure,29500838,Request for Tenders,Closed Competition,Main Contractor for Block T (Tech) Weathertightness Remediation - Stage 2 at Okaihau College,,20240531,20240626,20241011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Okaihau College Board of Trustees are seeking a main contractor for the Bock T (Tech) Weathertightness Remediation.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29505336,Request for Proposals,Closed Competition,Request for Proposal for Marlborough Boys and Girls Colleges (the School/Bundle) Redevelopment and Refurbishment of Existing Campuses Lead Design Services,MOE26720,20240529,20240612,20240808,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Marlborough Girls College (MGC) and Marlborough Boys College (MBC) (the Colleges) are in Blenheim and began as the co-educational Marlborough High School in 1900. Marlborough High School split into MGC and MBC in 1963 after the community voted for single-sex education. Condition issues at the Colleges were identified between 2011 and 2013. These included building code deficiencies, general deterioration, weathertightness issues, and earthquake resilience issues. At the time, up to 60% of the Colleges buildings were identified as requiring investment. The new project direction is to proceed with Redevelopment in-situ at each of the current schools campus (MGC and MBC). The redevelopment will involve a combination of refurbishment, replacement and redevelopment of existing assets.",Not Awarded,No contract has been awarded as a result of this procurement process.,0,20250410 Ministry of Education - School Infrastructure,29509319,Request for Quotations,Closed Competition,Hamilton Girls High School (the school)- Gym Replacement- PM & ER Services,MOE26685,20240530,20240621,20240712,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Ministry is looking for Project Management and Engineer's Representative Services for Design Phase of a Gym replacement project at Hamilton Girls High School. Project information is detailed out in RFQ document.,Awarded,"This contract was awarded to The Building Intelligence Group Limited and began on 23/07/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $100k-$250k",0,20250410 Ministry of Education - School Infrastructure,29515738,Request for Proposals,Closed Competition,PPP Expansions - TUN MN HPPS OJC - Project Management Services,,20240607,20240703,20240920,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to selected Consultants (Tenderers) from the MBIE All of Government Construction Consultancy Services Panel to submit a Proposal for ?Te Uho o Te Nikau (TUN), Matua Ngaru (MN), and Hobsonville Point Primary School (HPPS), Ormiston Junior College (OJC) PPP Expansions Project Management Services? RFP. The RFP is for the provision of Project Management Services in relation to the D&C Contracts for the expansion of four schools within the PPP Programme (MN, TUN, HPPS and OJC). Note, the Ministry is seeking one consultant to provide services across all four contracts, including the services of the Engineer's Representative. Noting while Contractors may be awarded multiple schools, each school will have a separate contract for D&C services. The RFP and associated appendices are attached as part of this GETS notice.",Awarded,"This contract was awarded to Rubix Limited and began on 9 September 2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $500,000 - $1M",0,20250410 Ministry of Education - School Infrastructure,29516786,Request for Quotations,Closed Competition,Miller Ave School - LSPM Bathroom - Contract Works MOE26695,234201,20240604,20240621,20240820,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Quote (RFQ) is an invitation by the Ministry of Education (the Ministry) to submit a Quote for Miller Ave School (the School) LSPM Bathroom Contract Works (the Contract Works).,Awarded,The contract has been awarded to Dave Ramsay Construction Limited and stared in Sep 2024. Price band is VB2 $250K- $500K.,0,20250410 Ministry of Education - School Infrastructure,29518824,Request for Proposals,Closed Competition,Marlborough Boys and Girls Colleges (the Schools/Bundle) Redevelopment and Refurbishment of Existing Campuses Quantity Surveyor Services,MOE26772,20240531,20240619,20240826,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Marlborough Girls College (MGC) and Marlborough Boys College (MBC) (the Colleges) are in Blenheim and began as the co-educational Marlborough High School in 1900. Marlborough High School split into MGC and MBC in 1963 after the community voted for single-sex education. Condition issues at the Colleges were identified between 2011 and 2013. These included building code deficiencies, general deterioration, weathertightness issues, and earthquake resilience issues. At the time, up to 60% of the Colleges buildings were identified as requiring investment. The new project direction is to proceed with Redevelopment in-situ at each of the current schools campus (MGC and MBC). The redevelopment will involve a combination of refurbishment, replacement and redevelopment of existing assets.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $250,000-$500,000",0,20250410 Ministry of Education - School Infrastructure,29523452,Request for Tenders,Open Competition,"Main-Contractor Builder : 5YA : Block 8T - WT Remediation Project for Greenmeadows Intermediate School, Auckland.",220878,20240612,20240723,20240823,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"Requests for Tender pricing is sort for Building Main-Contractors to price the supply and installation remediation works of Block 8T for Greenmeadows Intermediate School, Auckland. 5YA : Block 8T WT Remediation Project. : Existing Infrastructure : Block 8T has experienced water ingress for some time related to the poor design of the roof structure. This project is to rectify the design / construction techniques to the new building code standards. Works to involves : Replacement of ridge flashing is required to allow for the tops of all roof sheets over the classrooms to have turnups formed. Redesign of the roof over the Central Workroom is required, with alteration and refurbishment of the dormers and associated joinery units. Install Nib to the entrance area on the north elevation to allow for adequate clearance. Isolated replacement of damaged ceiling tiles within the classrooms under the ridge line. Replacement of the Central Workroom ceiling as a consequence of the roof works. Lower landscaping to provide adequate clearances. All documentation prepared by architect design consultant, attached, and to NZ Safety Codes and MoE standards. All procedures to comply with MoE property legislation.",Awarded,Awarded to Daley Property Services Ltd,269243,20250410 Ministry of Education - School Infrastructure,29525002,Request for Tenders,Open Competition,Main Contractor for Learning Support Accessibility Upgrade at Oxford Crescent School (Upper Hutt),,20240606,20240704,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Background The BoT at Oxford Crescent School seek to engage an experienced and reputable Main Contractor to deliver property modifications to support the needs for students that require accessibility and support to overcome visual impairments when navigating the site. The scope of Works includes: Construction of ramps and improving door thresholds Installation of auto swing doors and mag locks Improve drop of and pick up within the school site including new gates and fence modifications. Hi Vis markings to highlight hazards and barriers for visually impaired people. Project consultants are: o Project Manager Ian Rattray o Designer IR Group Required solution (method and approach) The Contract Works required are modifications to the buildings and site to improve accessibility and provide visual prompts to identify hazards and level changes. External site works and fencing. Construction of new accessible ramps Improve door thresholds. Install auto opening door and mag locks to corridor doors Hi-Viz painting to site features. The work is to be programmed to be done during the school term with some work programmed for the school holidays where necessary. 1.1 The Contractor will be engaged through a Medium Works Contract (Construction contracts for professional services and works). 1.2 Timeframes are: Indicative start date: Mid July 2024 Indicative Due Date for Completion: Mid October 2024",Awarded,Ranked No.1 through the weighted attribute model when evaluated in accordance with the procurement plan.,166000,20250410 Ministry of Education - School Infrastructure,29525786,Request for Tenders,Open Competition,Horsham Downs School - Multiple Block Renovation - Main Contractor Works,MOE26599,20240604,20240719,20240903,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry of Education is inviting suppliers to tender for the Renovation of various Blocks at Horsham Downs School.,Awarded,"This contract was awarded to Lobell Construction Ltd and will begin towards the end of September. The term of this contract until final completion of the project, forecast to be January 2025. It is intended that the value of the contract resulting from this procurement will be within value band below 500k.",0,20250410 Ministry of Education - School Infrastructure,29525921,Request for Tenders,Closed Competition,RFT for Main Contractor for Laboratory Modernisation at Kaitaia College,241921,20240607,20240705,20240828,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The laboratory at Kaitaia College is in original condition (circa 1930) and requires a full modernisation to all services and fixtures. This project has been identified in the current 10YPP 2022/23. Contractor will be required to work alongside Westlab in regards to fixed laboratory furniture & fittings.",Not Awarded,"Due to the significant budget shortfall, we are unable to proceed with the tender at this time. As a result, this project has been put on hold until further notice. We remain hopeful that the project will continue following a budget review by the Client, however this will be confirmed before July 2025.",0,20250410 Ministry of Education - School Infrastructure,29526972,Request for Tenders,Open Competition,Contractor for RCD Upgrades and Heat Pump Replacements at Western Heights High School Rotorua,5359,20240607,20240712,20241024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeking tenders from suitably qualified contractors to upgrade distribution boards and replace heat pumps in multiple buildings on the school site.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29530271,Request for Tenders,Open Competition,"Main Contractor for Block 1,5,10,11 & 17: Lifecycle replacement of wall linings and carpet at Sutton Park School",,20240605,20240625,20240916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29532133,Request for Tenders,Open Competition,Main Building Contractor for LSPM Space Toilet Renovation at Mount Maunganui College,244091,20240605,20240627,20241213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29536870,Request for Tenders,Open Competition,Main Building Contractor for Blk S: Classrooms and Toilets Weathertightness Remediation at Edgecumbe Primary,2024-1711-SWR,20240607,20240704,20240826,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Main Building Contractor for Blk S: Classrooms and Toilets Weathertightness Remediation Demolition and removal of materials from existing ablutions block. Construction of new build ablutions block. Add Halo Smart Sensor Roofing remediation of the existing corridor roof connection to the S block building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29536984,Request for Proposals,Closed Competition,Request for Proposals for Chapel Downs School Roll Growth Project Management (PM) Services,MOE26724,20240606,20240619,20240712,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought through this RFP is engage for Project management services for Chapel Downs School. Please see attached RFP for more details.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29541531,Request for Tenders,Open Competition,Nayland College (Nelson) - Weathertight Remediation to Gyms.,214349,20240611,20240724,20241113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"On behalf of the Nayland College Board of Trustees we wish to invite you to submit a tender as a Main Contractor for the Weathertight Remediation to the Gyms. Please refer to all attachments. You will be required to complete the Section 4a and Section 4b of the attached documents and submit these documents separately. These documents must be submitted for a compliant registration along with the Schedule of Prices. All questions to go through the GETS Question and Answer function.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29541581,Request for Tenders,Closed Competition,RFT Main Contractor for K Block Bathroom Refurbishments at Whangarei Boys High School,,20240617,20240802,20241122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: This project plans to delivery internal alterations to the change areas, showers and bathroom accommodation single cell showers and providing privacy.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29549027,Request for Proposals,Closed Competition,Request for Proposals for South West Flat Bush Primary School (the School) Design and Build Services,MOE23958,20240610,20240621,20240628,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract), is a closed invitation to Suppliers (Tenderers) shortlisted from the Construction Directory to submit a Proposal for South West Flat Bush Primary School (the School) New School Design and Build Services (the D&B Services).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29549668,Request for Tenders,Open Competition,Western Heights High School (the School) - Redevelopment of Special Needs Unit (Te Maru) - MC Services - Major Work Contract MOE25813,208615,20240607,20240722,20241015,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Western Heights High School (the School) Redevelopment of Special Needs Unit (Te Maru) Main Building Contractor (the Contract Works). Due to file sizes, Site Investigation, Architectural and Electrical information will be sent as NTTs via GETS.",Awarded,The contract has been awarded to Foster Construction Group Ltd and will be stared in October 2024. Price band is $5m- $10m.,0,20250410 Ministry of Education - School Infrastructure,29550247,Request for Tenders,Open Competition,"Main Contractor for AMS LSC CP 1,2 Classroom Upgrades at Waihola District School",231724,20240611,20240708,20240815,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block 1 Classroom 1: External door joinery (2 external door to be priced separately), new potters unit, new splashback, refurbish sink unit as specified Block 1: New Outdoor education deck (To be priced separately as specified) Block 1 Classroom LSC: install new aluminium window joinery, install new external door, autex, strengthen subfloor, shelving unit, ceiling, Re-Gib and paint internal gutter bulkhead ceiling and install new heat pump (LSC classroom work to be priced separately) Block 2 Classroom 1: External door joinery, new benchtop over existing joinery, new potters unit, new splashback, refurbish sink unit as specified Block 2 Principal's Office: New panel heater Block 1 Staffroom: New panel heater Block 1 Corridor: New hot water cylinder",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29550927,Request for Tenders,Open Competition,Main Contractor for Special Needs Fence at TKKM O Nga Uri A Maui,244239,20240612,20240709,20240822,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Construct new fence and gates. ii. The scale of the works is medium, iii. The site is mostly level and flat and offers easy vehicle access. iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. See Tender Documents for further information.",Awarded,,96709,20250410 Ministry of Education - School Infrastructure,29561133,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS combined Block C - Refurbish Classrooms at Hampton Hill School, Tawa",5829,20240611,20240708,20241211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The project is to complete the refurbishment of Block C classrooms as for prior work in Block B. The work will make minor plan changes to provide shared learning connection and breakout spaces. The building work will include the replacement of wall linings, fitting of insulation, new autex composition board, new suspended ceilings with LED lighting, replace floor coverings, replace timber windows with double glazed aluminium, upgrade the fire detection to Type 4. Internal glazing will include new aluminium glazed sliding doors into new openings. New heating units are to be fitted to the existing boiler based hot water system.",Awarded,"Awarded to DRD One Ltd, anticipated completion of 31.12.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,29562873,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1,2,4,5,Roof ,Gutter and Clearlite Replacement and Membrane Roof Overcoating at Stanley Bay School",,20240612,20240708,20241007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Stanley Bay School Board are Seeking a Main contractor for the Blocks 1,2,4,5,Roof Gutter and Clearlite Replacement and Membrane Roof Over Coating.",Awarded,,240136,20250410 Ministry of Education - School Infrastructure,29562970,Request for Tenders,Closed Competition,RFT Main Contractor for Drainage Remediation at Tikipunga High School,,20240612,20240702,20240913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: SITE: Repair and replace Stormwater and drainage throughout the school as detailed in the attached remedial schedule.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29567953,Request for Tenders,Closed Competition,Taumarunui High School - Multi Block Roof Replacement - Main Contractor Works,MOE26734,20240613,20240816,20240926,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The Ministry is inviting suppliers to tender for Main Contractor Works at the Multi Block Roofing Replacement project at Taumarunui High School.,Awarded,"This contract was awarded to Teak Construction Group Limited. Commencement Date 4 November 2024 Completion Date 31 March 2025",0,20250410 Ministry of Education - School Infrastructure,29575361,Request for Proposals,Closed Competition,Marlborough Girls and Boys Colleges (the School/Bundle) Redevelopment and Refurbishment of Existing Campuses Project Management and Engineer to the Contract Services,MOE26836,20240611,20240625,20240801,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Marlborough Girls College (MGC) and Marlborough Boys College (MBC) (the Colleges) are in Blenheim and began as the co-educational Marlborough High School in 1900. Marlborough High School split into MGC and MBC in 1963 after the community voted for single-sex education. Condition issues at the Colleges were identified between 2011 and 2013. These included building code deficiencies, general deterioration, weathertightness issues, and earthquake resilience issues. At the time, up to 60% of the Colleges buildings were identified as requiring investment. The new project direction is to proceed with Redevelopment in-situ at each of the current schools campus (MGC and MBC). The redevelopment will involve a combination of refurbishment, replacement and redevelopment of existing assets.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,29583566,Request for Tenders,Closed Competition,Main Contractor for AMS Combined Block 7 ILE and DQLS and Weathertightness Upgrade at Farm Cove Intermediate School,,20240617,20240705,20241107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Farm Cove Intermediate School Board of Trustees are seeking a main contractor for AMS Combined Block 7 ILE and DQLS and Weathertightness Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29588127,Request for Tenders,Open Competition,Main Contractor for Landscape & Civil Works at Kapiti Primary School (Wellington),,20240617,20240725,20241015,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses via GETS,"Brief: Kapiti Primary School BOT is looking to engage an experienced Landscape or Civil Main Contractor for the improvements to the outdoor learning areas. Exact sequencing and programming yet to be determined. Each stage will be stand alone separate projects. The works will take place during school operating hours, therefore access and vehicle movements will be setout in an access and traffic management plan. Works: Demolition of existing hard landscaping to be demolished as per Architectural drawings. Construction of new carpentry components, hard landscaping, soft landscaping and new specialist equipment as per Architectural drawings. Stages: This project will have FOUR stages in no particular order as follows on sheet A002 R4 Area 05 Area 04 West Area 03 Area 04 East Contract: The Proposed Contract is based on the Ministry of Educations (The Ministrys) [Medium Works Contract] (NZS3910:2013)]. Deadline for Questions from Tenderers: 5pm:05/07/24 Deadline for Tenders: 5pm:11/07/24 Unsuccessful Tenderers notified of outcome (week starting): 15/07/24 Tenderer debriefs, week starting: 15/07/24 Anticipated date of Acceptance of Tender: 15/07/24 Programme: The works will begin in Term 4 school holidays 2024 with the due date for completion being the end of Term 1 2025 Project Manager: IR Group Lead Designer: SPACE Architecture Studio",Awarded,,188359,20250410 Ministry of Education - School Infrastructure,29589425,Request for Tenders,Open Competition,RFT Main Contractor - D AMS 5YA Combined New Outdoor Learning Space With Deck and Roof at Ongaonga School,237754,20240614,20240715,20240930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Block D is a stand alone classroom with two ramp access. The school is wanting to create a modern indoor-outdoor space in this block. The ramp on the western side is to be removed and replace with a new deck at floor level running along the front. Two windows are to be removed and replaced with doors out onto deck, with an Archgola over.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29597728,Request for Tenders,Closed Competition,RFT - Main Building Contractor for Block LM - Develop Music Classroom at Wellington High School,6267,20240617,20240712,20240930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This project will reconfigure the music classrooms within their same footprint to achieve one additional classroom and two further practice rooms. The project will also develop gutter overflow and run new downpipes to resolve leaks that have occurred with the existing gutter system. The internal layout will be changed which will also require the air conditioning system to be altered along with cable services. The integrity of acoustic walls and sound reverberation is to be maintained. The solution to address the leaks will reconstruct the gutter with falls to new outlets that support new externally run downpipes including new oversized overflow openings through the existing parapet wall. The roof membrane is proposed to be peeled back and re-laid over the new plywood substrate. The parapet wall linings will be removed and replaced to allow for the new work. The music classrooms and roofing works are to be priced separately.",Awarded,"Awarded to Freear Philip Ltd, anticipated completion of 30.04.25.",0,20250410 Ministry of Education - School Infrastructure,29598014,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Block B - Replace Windows and Cladding at Paraparaumu School, Kapiti Coast",6192,20240617,20240716,20241025,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Paraparaumu School has a need to replace failing areas of the exterior envelope on the north facing elevation of Block B. The works will require the removal of existing windows, doors and cladding which are to be renewed, new double glazed aluminium joinery will be installed. The project will also include the reconstruction of a stepped entry landing to the building. Other works to be completed include replacing the existing handrails with those of stainless steel outside room 11. The contract will predominantly comprise building alterations, supply and installation of aluminium, finishes reinstatement and painting.",Awarded,"Awarded to Cemac Interiors Wellington Ltd, anticipated completion of 25.07.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,29600100,Request for Tenders,Open Competition,Havelock North High School - Auditorium Interior & DQLS Upgrade,213856,20240617,20240716,20240903,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"P O Box 885, Napier 4140. or 194 Tennyson Street, Napier.","The project is to upgrade the school auditorium including flooring, new wall and ceiling linings, insulation, stage sound systems, new seating and stage curtains and HVAC system. The project tender requests alternative pricing be sought for the theatre seats and for AC systems.",Awarded,,1093000,20250410 Ministry of Education - School Infrastructure,29602254,Request for Tenders,Open Competition,NPBHS - Main Contractor for Metalwork Building,3116.21,20240618,20240723,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The existing Metalwork facilities are to be relocated from the current location in U Block; The existing Caretakers Workshop is to be extended and altered to accommodate Metalwork; The electrical infrastructure is required to be upgraded to accommodate the additional demand on the schools network,Awarded,,2670000,20250410 Ministry of Education - School Infrastructure,29604824,Request for Tenders,Closed Competition,Tauranga Primary School Hall extensions - RFT stage,TPS05,20240617,20240708,20240809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This is the RFT stage of the two stage process for tender.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29609481,Request for Proposals,Closed Competition,Christchurch Girls High School CSR Redevelopment Lead Design Services,MOE26689,20240617,20240731,20241007,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Christchurch Girls High School CSR Redevelopment Lead Design Services Christchurch Girls High School is a single sex (Girls) secondary school (year 9-15) located in Christchurch City in the Riccarton Ward with a student roll of 1288 as of March 2024. At completion of Stage 2, the School will have a build roll of 1100. The master plan roll of 1250 will only be achieved with completion of Stage 6 of the master plan. The school is part of the Christchurch School Rebuild (CSR) Program. The master plan was completed in 2023 and will be delivered in six stages. Please note this procurement is only for Stage 2 to 5 (preliminary design to construction) and Stage 6 (preliminary design). Timing and/or approval of Stage 6 (developed design to construction) is not guaranteed. Further information is detailed in the attached documentation.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000.",0,20250410 Ministry of Education - School Infrastructure,29615144,Request for Proposals,Closed Competition,Te Paepae o Aotea (the school)- Master Planning Services,MOE26876,20240619,20240819,20241016,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Ministry is looking to engage a contractor for Lead Design services at Te paepae o Aaotea School. This is a secondary panel procurement and is a closed tender. Scope of works and requirements are detailed out in RFP document in tender notice.,Awarded,"This contract was awarded to Ardern Peters Architects Limited and began on 16/10/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $100k-$250k",0,20250410 Ministry of Education - School Infrastructure,29622520,Request for Tenders,Open Competition,Main Contractor for Learning Support Visual Modifications at Aurora College,23-128,20240624,20240719,20240820,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Aurora College Board of Trustees is looking for an experienced man contractor to complete a series of visual aid modifications around their site at Aurora College. Work scope includes handrails, painted contrast strips, step nosings and concrete repair work to uneven surfaces.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29624204,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS/SIP combined Block 3 - Junior Block Classroom Refurbishment at Muritai School, Lower Hutt",5580,20240620,20240725,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Muritai School want to progress an AMS/SIP funded project that will see the refurbishment of classrooms in the junior spaces of Block 3. The classroom internal refurbishment will comprise of new acoustic ceiling tiles, installation of new LED lighting and floor finishes renewal. The teaching spaces will also have old whiteboards replaced with new ones and include the installation of new teachers cupboards and will have old pinboard wall linings replaced with composition board. The modernisation of the block also comprises the installation of new internal doors between classrooms and some exterior landscaping modifications to provide clearance between gardens and exterior cladding. Some work components incorporated within this contract will have specific funding streams. These require separate pricing within tender submissions to allow detailed cost allocation. The submitted proposals should include completed schedules: o SP-01 Interior Works o SP-02 Roofing Works o SP-03 Weather Tightness Work",Awarded,"Awarded to Peryer Construction Wgtn Ltd, anticipated completion of 31.08.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,29625418,Request for Tenders,Closed Competition,Request for Tenders for Avalon Primary School (the School) Admin Block and Library Weathertightness Remediation Main Contractor,MOE26829,20240621,20240725,20240930,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Avalon Primary School has experienced significant water ingress over several years. The admin block and the library are currently uninhabitable and need remediating. The complicated design and construction detailing of the various adjoining roof structures and materials of the administration roof has resulted in weathertightness defects, which has led to visible moisture ingress and damage to interior ceiling linings throughout the administration area. We consider that the overall failure of the roofs cannot be isolated to one specific defect but is due to the accumulative effect of multiple defects that cannot be reasonably isolated. Project to be completed by 1st April 2025.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,29627489,Request for Tenders,Closed Competition,RFT School-wide LED Lighting Upgrade at Botany Downs Secondary College,,20240621,20240712,20240930,,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The contract was awarded to Signify NZ Ltd and will start on 30 September 2024.,467355,20250410 Ministry of Education - School Infrastructure,29631647,Request for Tenders,Closed Competition,"RFT Main Contractor for Administration Refurbishment, New Toilet Block and Classroom Removal at Matauri Bay School",,20240626,20240729,20241003,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Internal and external refurbishment of the school blocks.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29632164,Request for Tenders,Open Competition,Main Contractor for Retaining Wall Replacement at Royal Oak Primary School,,20240621,20240723,20240805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All tenderers shall be deemed to have inspected the site(s) before submitting their tenders. Site Visit 1 - Tuesday 2nd July 2024 at 12:00pm Site Visit 2 - Tuesday 9th July 2024 at 12:00pm Site Visit 3 - Tuesday 16th July 2024 at 12:00pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,120311,20250410 Ministry of Education - School Infrastructure,29633240,Request for Tenders,Open Competition,"Main Contractor for Blocks 8,9,10: ILE/DQLS upgrade at Wymondley Road School",,20240621,20240723,20240809,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All Tenderers shall be deemed to have inspected the site(s) before submitting their Tender. Site Visit 1 Tuesday 2nd July 2024 at 3:15pm Site Visit 2 Tuesday 9th July 2024 at 3:15pm Site Visit 3 Tuesday 16th July 2024 at 3:15pm Please RSVP to these site visits using the GETS Q&A system. All attendees are to meet the project manager at the admin office at the above times. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,223070,20250410 Ministry of Education - School Infrastructure,29633674,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Learning Support - Fencing at Bluestone School,,20240624,20240718,20250213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Provide higher and more secure fencing to the road boundary and to provide better internal fence management options at the school. New fences include powder coated steel post and panel, timber post rail and paling.",Not Awarded,Contract was awarded to Anderson Fencing and Earthworks Ltd,0,20250410 Ministry of Education - School Infrastructure,29643852,Request for Tenders,Open Competition,"Painting Contractor for Exterior Repainting Works at Kaitao Intermediate School, Rotorua",5379,20240625,20240723,20240919,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeking tenders from suitably qualified painting contractors for exterior painting works at Kaitao Intermediate School,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29645879,Request for Tenders,Closed Competition,Request for Tenders (RFT) Metal Roofing & Gutter like-for-like replacement at Wairau Intermediate School,,20240625,20240731,20240920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Requests for Tenders are sought for Building Main-Contractors to price the supply and installation works of like for like Metal Roofing & Gutters replacement for Wairau Intermediate School. Skylights are to be covered over by sheets top to bottom of translucent trafficable sheets to maintain the natural light which are leaking in areas and with laps to meet NZ Roofing association and specification standards. Guttering is to be replaced. Existing Infrastructure : - Lifecycle replacement of existing roofing Works to involve : - Remove and disposal of the existing roof material. - Supply and installation of new roofing materials as specified. Site visits; confirm ability to attend in an email to timpurdon@projectability.co.nz. Visits for Thursday 4th or Friday 5th July, time to be agreed.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29649942,Request for Tenders,Closed Competition,Foxton Beach School- Block 2 Weathertightness Remediation Works,MOE26261,20240703,20240807,20240924,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Ministry is looking to engage a contractor for Weathertightness Remediation Services at Foxton Beach School. This is a secondary panel procurement and is a closed tender. Scope of works and requirements are detailed out in RFT document in tender notice.,Awarded,"This contract was awarded to Alexander Construction Central Limited and began on 24/09/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $500k-$1M.",0,20250410 Ministry of Education - School Infrastructure,29651263,Request for Tenders,Closed Competition,"RFT - Main Fencing Contractor for LSM - Site Boundary Improvements at Paraparaumu School, Kapiti Coast",6304,20240625,20240723,20241221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Paraparaumu School has a need to improve site safety along the schools boundary. The improvements will consist of the replacement of existing fencing and pedestrian gates in the general upgrade of site security in areas of the school identified by a Learning Support Recommendations Report.",Awarded,"Awarded to Skinner and Skinner Building Company Ltd, anticipated completion of 31.07.25.",0,20250410 Ministry of Education - School Infrastructure,29652294,Request for Tenders,Closed Competition,Main Contractor for Admin Block Roof Replacement at Darfield High School,346-23-01,20240627,20240718,20240902,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Darfield High School needs to carry out a replacement of the roof on Block A.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29652842,Request for Tenders,Closed Competition,RFT Main Contractor for Accessible Bathroom Upgrade at Manaia View School,,20240627,20240726,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block E The refurbished space is to accommodate fully equipped accessible bathroom with an easy access to a utility area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29653326,Request for Tenders,Open Competition,Main Building Contractor for Block C Windows Replacement at Whanganui Girls' College,Whanganui Girls' College,20240715,20240814,20240927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Whanganui Girls' College are seeking a suitably qualified Main Building Contractor to carry out the Learning Support Modifications Project. The Contract Works required are: Install all new windows into existing openings complete with flashings and seals as required and determined by window supplier. Make any plaster and paint repairs as needed. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,123514,20250410 Ministry of Education - School Infrastructure,29659363,Request for Tenders,Closed Competition,RFT Main Contractor for Multiple Block Refurbishment Works at Kerikeri Primary School,,20240701,20240802,20240925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The projects will include Internal refurbishment works and new external works across the school.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29665205,Request for Tenders,Open Competition,"Main Building Contractor for LSM Bathroom Modifications Block B at Waitara Central School, Waitara",Waitara Central School,20240717,20240816,20241122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Waitara Central School are seeking a suitably qualified Main Building Contractor to carry out the LSM Bathroom Modifications Project. The Contract Works required are: Modify existing bathroom to accommodate child with global developmental delay. Expand existing area to fit a change table, install call bell, heater, and ventilation, install adequate storage, wet area shower, handheld hose, and drop down rails around the toilet. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,202101,20250410 Ministry of Education - School Infrastructure,29667448,Request for Tenders,Closed Competition,Southwest Flat Bush Primary New School Demolition Works,MOE26870,20240701,20240719,20240822,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"South West Flat Bush Primary is a proposed new school located in Flat Bush, Auckland. It is a Network priority as part of a total catchment response to continued development increasing demand for schooling in Ormiston Flat Bush. A site at 121 Murphys Road, Flat Bush, for the new School was identified and purchased in 2022. To have the site prepared for the main build, a two-storey dwelling onsite has to be demolished the purpose of this procurement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29667647,Request for Tenders,Open Competition,"Main Contractor for B, C: Replace Roofing, Polycarbonate, Spouting, Site: Fire Alarm Upgrade at West Gore School",240419,20240701,20240726,20250324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at West Gore Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. Project Agreement Scope of Work: The main contractor agrees to undertake the project in accordance with the specifications outlined and discussed with the client. The aim is to complete the project with minimal disruption to the client, particularly the school environment. Tender Acceptance Requirements: 1. Works Programme: The main contractor shall provide a comprehensive works programme detailing start and completion dates for all aspects of the project. 2. MOE Contract: The main contractor commits to completing and signing the Ministry of Education (MOE) contract with the client. 3. Subcontractors and Materials: All subcontractors engaged for the project shall be notified by the main contractor, providing start and completion dates for their respective tasks. Materials required for the project shall be ordered in advance and ready for use to prevent any delays. 4. Site Safety: The main contractor will complete a Site-Specific Safety Plan (SSSP) and submit it to Invision Project Consulting Ltd for approval before commencing work. 5. Continuous Work: The construction site shall not be stopped, left unattended, or experience unnecessary interruptions. It is imperative to maintain a consistent workflow to minimize disruption to the school environment. 6. Staff Consistency: The main contractor shall ensure nominated staff members remain consistent throughout the duration of the project to avoid disruptions and maintain continuity. 7. Correspondence: All communication regarding the project shall be directed to Invision Project Consulting Ltd and not to the school directly. 8. Avoiding Disturbance: Principals and teaching staff are not to be approached for project-related inquiries or questions. All communication and queries shall be directed through Invision Project Consulting Ltd. 9. Compliance: All contractors and subcontractors engaged in the project shall adhere strictly to the Site-Specific Safety Plan (SSSP) and any other relevant safety regulations. 10. Site Regulations: Smoking, vaping, and the use of private cell phones are strictly prohibited on site",Awarded,Best scoring RFT submitted,257588,20250410 Ministry of Education - School Infrastructure,29668047,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for LSM/LSC Create Sensory Room/LSC Office at Konini Primary School, Wainuiomata",6265,20240627,20240802,20240916,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A learning support modifications report has identified the need to develop a sensory room in Block 5 for a student with specific needs. The space will be formed by converting an area of the existing library and will have an external accessway developed. The room will be provided with acoustic separation from adjacent spaces and have high levels of sound absorbency. The project will also include the refurbishment to create a new LSC office in Block 4. The contract also looks to carry out work funded by the school Board, this consists of the supply and installation of glazed aluminium sliding doors to separate the junior classrooms in Block 3. Interested contractors are requested to complete and return three separate works price schedules to allow accurate cost allocation against the available funding streams.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 31.03.25. It is intended that the value of the contract resulting from this tender will be within $100-$250K.",0,20250410 Ministry of Education - School Infrastructure,29670618,Request for Tenders,Closed Competition,"Main Contractor for AMS Combined Blocks 3,4, 6 and 8 and DQLS Upgrade at Coatesville School",,20240701,20240719,20241111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Coatesville School Board of Trustees are seeking a main contractor for AMS Combined Blocks 3,4,6 and 8 ILE and DQLS Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29678377,Request for Tenders,Open Competition,Main Contractor for B: Learning support Property Modifications at Kawerau South School,#238977,20240702,20240725,20241031,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Kawerau South School board of trustees are seeking a Main Contractor construction services for Learning Support Property Modifications at Kawerau South School. The key objective of this procurement is to secure an experienced contractor to provide high quality construction services to ensure the timely and successful delivery of fully compliant Teaching spaces for staff and Students.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29688442,Request for Tenders,Open Competition,2024 5YA Projects at Waikouaiti School,,20240704,20240813,20241111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Waikouaiti School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed 5YA projects. The project involves re-pitching and replacement of the roof to the main administration area, replacement of the existing polycarbonate roofing, spouting replacements, and upgrades to the existing electrical and fire services.",Awarded,"Following the analysis of the submissions received, this opportunity has been awarded to The Breen Construction Company.",0,20250410 Ministry of Education - School Infrastructure,29694898,Request for Tenders,Open Competition,"Main Contractor for 1, 4: Replace Roofing at Port Chalmers School",244029,20240705,20240809,20240829,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The butynol roofing in Blocks 1 and 4 are nearing end of life, with faded paint, signs of patches and lifting joins. Block 1 requires replacement of roof flashings, weatherboards, fascia and soffits, as these are in poor condition The Contract Works required are: Blocks 1 and 4 roofs require temporary edge protection for works, replacement of existing roofing membrane, whilst keeping existing roof profile and the allowance for asbestos removal. Block 1 roof flashings, fascia and soffits require replacement of roof flashings, weatherboards, fascia and soffits as these are in poor condition. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29711396,Request for Tenders,Open Competition,Main Contractor for Infrastructure Replacement Project at Northern Southland College,243720,20240705,20240802,20240912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Main Contractor tenders are sought for infrastructure replacement work at Northern Southland College. This project chiefly comprises re-roofing and roof remedial work to a number of buildings at the school. This will include re-pitching of sections of the Gymnasium low level roofing. Alongside this roofing work there is also some window replacement, heating unit replacement and bathroom tempered water improvements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29711783,Request for Tenders,Closed Competition,"Main Contractor for Blocks 2, 3, 6, 8, 9, A, E: Roof, Gutter, Clearlite Replacement & Safety Mesh at Auckland Normal Intermediate School",,20240705,20240729,20241017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Auckland Normal Intermediate School is looking for a main contractor to deliver the Roof, Gutter, Clearlite Replacement and Safety Mesh to Blocks 2, 3, 6, 8, 9, A, E.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29712220,Request for Tenders,Open Competition,Main Contractor for Learning Support Property Modifications at Te Kura o Nga Ruahine Rangi,,20240705,20240805,20240805,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,Te Kura o Nga Ruahine Rangi are seeking a main contractor to complete the Learning Support Property Modifications. This includes minor modifications to a classroom and boundary fencing.,Awarded,Tender Evaluation completed and Ringa Management Ltd. were awarded the project.,0,20250410 Ministry of Education - School Infrastructure,29713513,Request for Tenders,Closed Competition,RFT for Main Contractor for New Admin Block Build at Hikurangi School,242129,20240708,20240726,20240912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school requires a new admin building to replace the old. This will address the ongoing water ingress issues over the old admin block roofs, the flooding risk and the design flow issues. There has been a separate tender released earlier this year to obtain a separate contractor to demolish the existing Admin Block. So the existing building will already be demolished before these works commence.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29715491,Request for Tenders,Closed Competition,"RFT Main Contractor for Block 1,2,8,10 Works at Paihia School",,20240709,20240813,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This RFT will cover a portion of the upcoming works across the school, which includes block 1,2,8 & 10.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29716940,Request for Tenders,Closed Competition,RFT Main Contractor for Internal Refurbishment and Roofing Works at Maromaku School,,20240709,20240809,20250107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29719339,Request for Tenders,Open Competition,Main Contractor For Gym Reroof and Replacement of Upper Joinery and Cladding at Te Kauwhata College,,20240709,20240801,20240920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"The Te Kauwhata Board of Trustees wish to engage a main contractor to carry out the removal of the pool heating system currently located on the gym roof, a reroof to the upper gym roof, installation of new windows to dormer window, and cladding replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29719812,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Blocks E, K, G5 - Weather Tightness Remediation at Tawa College, Wellington",6162,20240705,20240813,20241129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"This project comprises of the reconstruction and remediation of elements of the exterior envelope on three buildings at Tawa College. At this stage, funding is in place to action the required works on Blocks G5 and K. The opportunity may extend to Block E in the future, but at this stage the required funding is not in place. The contract will also incorporate structural strengthening works to the original gymnasium building. This work has defined MoE funding and needs to be costed separately. With Wellington City Council operating from the facility, tenderers will be required to provide methodology around how sports programmes could be maintain and continue to operate.",Awarded,"Awarded to Aoraki Construction Ltd, anticipated completion of 31.10.25. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,29720286,Request for Proposals,Closed Competition,Marlborough Girls College and Marlborough Boys College Redevelopment and Refurbishment of Existing Campuses Lead Design Services,MOE27051,20240705,20240729,20241009,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Marlborough Girls College and Marlborough Boys College Redevelopment and Refurbishment of Existing Campuses Lead Design Services This tender is for a bundle of Lead Design Services at Marlborough Girls College and Marlborough Boys College.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band $1,000,000-$5,000,000",0,20250410 Ministry of Education - School Infrastructure,29721110,Request for Tenders,Closed Competition,Main Contractor for outdoor learning area and decking works at Elstow Waihou Combined School,239170,20240705,20240731,20240923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT wish to construct a semi enclosed Outdoor Learning Area from A Block and extend decking to front of blocks. It is expected the works will be completed during the Christmas 2024 school holidays although discussions will be entered into with the successful contractor to agree the best timing for the works",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29724889,Request for Tenders,Closed Competition,Main Contractor for Roofing at Te Aroha College,239170,20240708,20240731,20240920,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"The BOT obtained a specialist roofing report which identified roofing works to Blocks A,C, D, E, F,G,K, M.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29727067,Request for Tenders,Open Competition,"Main contractor for toillet refurbishment, window replacement, lights and DB replacement at TKKMo Ngaringaomataraiki",,20240710,20240823,20240930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"TKKM o Ngaringaomatariki School Boards seeks a main building contractor to undertake toillet refurbishment, window replacements, lights and DB replacements",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29727341,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 19, 20 Partial Roofing and Cladding Replacement at St Heliers School",,20240708,20240731,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29732019,Request for Tenders,Open Competition,Main Contractor for Exterior Painting at Kauri Park School,,20240710,20240806,20240910,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees at Kelvin Road School are requesting the painting services for exterior painting of the whole school. All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Thursday 18th July 2024 at 10:00am Site Visit 2 Thursday 25th July 2024 at 10:00am Site Visit 3 Thursday 1st August 2024 at 10:00am Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,89858,20250410 Ministry of Education - School Infrastructure,29733908,Request for Tenders,Closed Competition,"Main Contractor for the Block S Window Joinery Refurbishment, Ceiling and Wall Lining Replacement at Okaihau College",,20240711,20240805,20240903,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Okaihau College Board of Trustees are seeking a main contractor for the Block S Window Joinery Refurbishment, Ceiling and Wall Lining Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29738170,Request for Tenders,Closed Competition,Rebuild of new Multi-Purpose Space (G Block) at Hukanui School,1749,20240709,20240801,20240906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29741207,Request for Tenders,Closed Competition,Main Contractor for Block 2 AMS Refurbishment at Papakura Central School,,20240711,20240731,20241114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Papakura Central School Board are seeking a Main Contractor for the Block 2 AMS Refurbishment .,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29748408,Request for Tenders,Open Competition,Reroofing at Mount Roskill Primary School 2024-2025,SPM 24593,20240712,20240808,20241023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Translucent roofing replacement and safety mesh added to the verandahs in: the relocatable blocks [Blocks 4, 6 and 7]; Endeavour Centre [Block 8 north lean-to], and Block 10 [The Quad]. New translucent roofing to: the Hall Block 5 [west end], and Block 6 [Arts Centre] Complete long run iron reroofing and flashings: Block 7 [Room 12]; Block 6 [part Room 26] and the twin pitch roof to Block 2 [Juniors]. Spouting/gutter replacement to: Block 6 [Rooms 22-29]; Block 2 [Rooms 18 to 21] and Block 7 [Rooms 12-17] - including downpipes where shown. Butynol membrane repairs with Viking TPO to Block 1 [flat roof lean-to]. Cracked skylight replaced with associated carpentry & waterproofing: Block 1 [lean-to] and Block 6 [Room 26]. Replacement dome to cutdown RWO: Block One [lean-to flat roof]. The works are distributed throughout almost all the School buildings except The Forum [Block 11], Swimming Pool Sheds, Sports Shed and Porte Cochere. The works will be phased to suit the successful contractors availability for after-hours or term break work to minimize disruption to the School teaching programme. Final hand-over dates will be negotiated. The Mount Roskill Primary site is spread over a large 33,200 sqm Campus shared between the three Mount Roskill Schools.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29749309,Request for Quotations,Closed Competition,MOE22827 Porirua College - Netball court replacement - Request for Quote,MOE22827,20240710,20240812,20240906,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry requires Civil construction services for a Netball Court replacement at Porirua College. 2x options to be priced as a part of the tender, before a decision can be made regarding scope. Option 1: Design and Construction of a single netball court within the existing space. Clearing of the existing landscaping and finishing of the landscaping area with a metal surface. Option 2: Design and Construction of a double netball court. Clearing of the existing landscaping and finishing of the landscaping area with a metal surface (same as option 1). Construction of a retaining wall and access road. For either option, works are to be completed in a single stage. Works must start on or before the 9th of September. Responses that start works after this date will not be considered. Design responsibility. Contractors are responsible for the design and construction drawings + specifications. There is no accompanying existing specification supplied, however outline plans from a potential previous contractor have been supplied and are attached for reference. The location of both netball court options identified in the attached documentation will not change. The Supplier will be engaged through the Ministry Medium Works Contract. Please ensure that all queries are directed through the GETS Q&A function",Awarded,"This contract was awarded to Rema Construction Limited and began on 16th September 2024. The term of this contract is until final completion of the project which is forecast for end October 2024. It is intended that the value resulting from this procurement will be within value band: $250k - $500k.",0,20250410 Ministry of Education - School Infrastructure,29750020,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Construction of a New Multipurpose Building at Ahipara School,,20240711,20240809,20240923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Registration of Interest. The Contract Works required at Ahipara School is a new 104m2 stand-alone building on a concrete slab, refer attached plans. The Contractor will be engaged through a Medium Works Contract. Indicative Timeframes for the Contract Works are: i. Indicative start date: October 2024 ii. Indicative Due Date for Completion: April 2025 Timeframes will be flexible to suit contractor availability, please provide draft programme with your response.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29751068,Request for Tenders,Open Competition,Main Contractor for Roofing Remediation and Toilet Refurbishment at Frankley School,,20240712,20240812,20241007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses must be uploaded on GETS,"Frankley School is looking to engage an appropriately skilled and resourced main contractor to complete the construction works for the roofing remediation and toilet refurbishment project. The project has a strict timeline of starting at the end of Term 4 and completion prior to school returning Term 1 2025. The school is unable to open without the toilet refurbishment being completed. The project has been granted building consent and all approved consent drawings and documents are included for information only. Project to be priced off Architectural set.",Awarded,"Competitive Tender, awarded to SCC",0,20250410 Ministry of Education - School Infrastructure,29756434,Request for Proposals,Closed Competition,RFP Rolleston South Primary School - Design and Build New School and Expansion and Potential Additional Rights - Quantity Surveyor services.,MOE27127,20240712,20240729,20240927,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Quantity Surveyor Services required for the Design and Build of Rolleston South Primary - New School and Expansion (Stage 1) with Potential Additional Requirements. Project Completion Term one 2026. Stage 1 involves 12 teaching space block (Re-usable design), site infrastructure, playground, court and carpark may need to be de-scoped to remain within budget.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29759598,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1,3,6,7,8,10,11,12 and 14 Boiler - Roof, Clearlite, Gutter Replacemnet and Install Safety Mesh at Drury School",,20240715,20240731,20241129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Drury School Board of Trustees are seeking a main contractor for Blocks 1,3,6,7,8,10,11,12 and 14 Boiler - Roof, Clearlite, Gutter Replacement and Install Safety Mesh.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29760744,Request for Tenders,Closed Competition,Main Contractor for Combined Works and Site Alarm Upgrades at Laingholm Primary,,20240712,20240809,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 1 at Laingholm school requires remedial works to the External Faade (North and South elevations), Classrooms 3, 4, 5 and 6, Corridor, Resource room, and toilet blocks. Works include ACM removal and fire security upgrades to the whole site.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29764436,Request for Tenders,Closed Competition,Main Contractor for the Site Drainage Remediation at Papakura Normal School,,20240715,20240731,20241211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,the Papakura Normal School Board are seeking a main contractor for the Site Drainage Remediation at Papakura Normal School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29767581,Request for Tenders,Open Competition,Newlands College Block AL Weathertightness Remediation Works- Main Contractor,MOE25930,20240717,20240821,20240926,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The Ministry is looking to engage a supplier to complete Weathertightness Remediations for Block AL at Newlands College. This project will be completed in a live school environment. Details requirements and scope are outlined in RFT document.,Awarded,"This contract was awarded to Peryer Construction Wgtn Limited and began on 26/09/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $250K- $500K.",0,20250410 Ministry of Education - School Infrastructure,29767748,Request for Proposals,Closed Competition,PPP Expansions - Ormiston Junior College (OJC) - D&C Contractor,,20240715,20240823,20241015,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education, is a closed invitation to Suppliers shortlisted from the Construction Directory and Offsite Manufactured Building Panel to submit a Proposal for Design & Build Services for the Expansion of Ormiston Junior College (OJC). The RFP is attached as part of this GETS notice. RFP Appendices are available to download via a link that will be issued to Tenderers via email. If you are unable to access via the link please email: bmccarroll@deloitte.co.nz An online briefing session will be held for Tenderers on the 22 July, an invitation for this briefing will be sent to Tenderers shortly.",Awarded,"This contract was awarded to Southbase Limited and began on 8 November 2024. The term of this contract is until final completion of the project, forecast to be in June 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $25M-$50M",0,20250410 Ministry of Education - School Infrastructure,29777347,Request for Tenders,Closed Competition,RFT for Main Contractor for Security Upgrade at Botany Downs Secondary College,,20240717,20240807,20240930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,This contract was awarded to Aotea Security (NZ) Ltd and will start on 30 September 2024.,106980,20250410 Ministry of Education - School Infrastructure,29785152,Request for Tenders,Closed Competition,RFT Main Contractor for Decommission of Boilers at Tikipunga High School,,20240718,20240816,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project will deliver Block 1 removal and disposal of the existing coal boiler. Decommission, removal and disposal of existing diesel boiler and make good",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29787237,Request for Tenders,Closed Competition,RFT Main Contractor for Block 6 Window Joinery Replacement at Kamo Intermediate School,,20240722,20240813,20241108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Contract Works required are detailed in the attached plans and specifications.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29793406,Request for Tenders,Closed Competition,Main Contractor for Roofing Works at Kaikohe Intermediate School,,20241016,20241029,20241030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block 1: Area A (Main roof) and Area E (Library): Roofing Works Area E (Library): Roofing Works Areas B (Staffroom), C (Auditorium) and D (Resource): Roofing Works Block 3: GENERAL: Roofing Works Block 4: Main Roof: Roofing Works Canopy Roof: Roofing Works Block 5: GENERAL: Roofing Works Block 6: GENERAL: Roofing Works SITE: Covered Walkways: Roofing Works",Not Awarded,"The architect is currently revising the scope. Once completed, the panel will be invited to submit a Request for Tender (RFT) or Request for Quotation (RFQ), depending on the budget.",0,20250410 Ministry of Education - School Infrastructure,29794598,Request for Tenders,Closed Competition,RFT Main Contractor for Block 3 Toilet Refurbishment Works at Kawakawa Primary School,,20240722,20240812,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,To deliver toilet refurbishment works in Block 3.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29796127,Request for Tenders,Open Competition,Accessibility Modifications at East Otago High School,,20240719,20240815,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for East Otago High School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed Learning Support Accessibility Modifications. The work primarily involves door automation, door widening, accessible ramps, and siteworks.",Awarded,"Following the analysis of the submissions received, this opportunity has been awarded to Jeffrey Dennison Building.",0,20250410 Ministry of Education - School Infrastructure,29796976,Request for Tenders,Open Competition,"Main Building Contractor for ILE Block 2 Alterations & Refurbishment at St Johns Hill School, Whanganui",St Johns Hill School,20240719,20240823,20250318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for St Johns Hill School, Whanganui are seeking a suitably qualified Main Building Contractor to carry out the Block 2 ILE Alterations & Refurbishment Project & New Floor Coverings to Blocks 3 & 7. The Contract Works required are: Block 2: Alterations include removal of existing heating units, removal of existing plinths in 2 x classrooms, removal of pigeon hole units in all four classrooms, remediation of existing bench units (adding end panel, completely replacing benchtops, and adding doors to cupboards), adding in new openings & joinery units between classrooms, replacement of existing carpet with new carpet tiles, new autex on walls where required and hiding all existing conduit where possible. Blocks 3 & 7: New Carpet Tiles. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,298687,20250410 Ministry of Education - School Infrastructure,29802918,Request for Tenders,Closed Competition,RFT - Main Building Contractor for SIP combined - Block J Weather Tightness Remediation at Wellington College,5365,20240719,20240827,20241112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The main components of this project comprise of exterior envelope improvements to the external wall cladding and the roof structure. Attached to the main tower block at Wellington College, the two storey annex building requires significant reconstruction of the external elements. During the course of the works the College intends to take advantage of the construction contract and carry out considerable reconfiguration and refurbishment of the ground floor. A new weather protective entrance foyer is created, the wellness facilities are enhanced with new medical treatment rooms created, new toilets are also introduced. The majority of the lower floor will see a reasonable amount of finishes renewal and modernisation.",Awarded,"Awarded to Watts & Hughes Construction Group Ltd, anticipated completion of 31.10.25. It is intended that the value of the contract resulting from this tender will be within $1M-$5M.",0,20250410 Ministry of Education - School Infrastructure,29803565,Request for Tenders,Closed Competition,Closed Tender for Main contractor for the Replacement of Autex and Joinery Units in Blocks A and C at Western Heights Primary School,5381,20240722,20240821,20241213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Seeking tenders from closed list of main contractors to undertake autex and joinery unit replacements to 6 existing classrooms at Western Heights Primary School, Rotorua. The tender list is a shortlist of registrants who responded to the open call for registrations of interest.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29805831,Request for Tenders,Open Competition,"RFT - Main Contractor for Roofing Repairs & Replacements at Mapua School, Nelson",238748,20240726,20240822,20240923,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks A, B, C, D, F, G, I, J, & K at Mapua School in Nelson have been identified as needing repairs or replacement to their roofs and/or rainwater goods. a. The Contract Works required are: i. Reroofing of several school buildings, replacement of non-compliant roofing, replacement of spouting, other minor repairs / replacements ii. No requirements for phasing and/or staged handover of the project iii. Standard school site in a semi residential setting, no known constraints other than timing iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29812392,Request for Tenders,Closed Competition,Wellington Girls' College (the School) - Pipitea Seismic Remediation - Main Contractor Services MOE27192,K2 -246460,20240719,20240807,20241003,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Directory Suppliers (Direct Source Hawkins Limited) shortlisted from the Construction Directory to submit a Tender for Wellington Girls College (the School) Pipitea Seismic Remediation Main Contractor Services (the Contract Works).,Awarded,The contract has been awarded to Hawkins Ltd and will be stared in Nov 2024. Price band is VB1 $1m- $5m.,0,20250410 Ministry of Education - School Infrastructure,29813920,Request for Tenders,Closed Competition,"Tauhara College - Major Redevelopment - Construction Services - Stage 1A with Reserved Rights for Stages 1B,2, 3 & 4 MOE27131",MOE27131,20240722,20240816,20240919,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Construction Services are required for the first (1A) of a multi (4) stage redevelopment project at Tauhara College. Stage 1 of the Redevelopment Project at Tauhara College involves the provision of a new two storey Admin and Technology Block (comprising 8 Specialist TS and 2 General TS and) to the front of the school with appropriate landscaping; a new sports court to the rear of the site; the demolition and replacement of the caretakers building incorporating a fire hydrant and sprinkler pump house, and the provision of a temporary access road and drop off to the existing SNU. These works have been separated out into 2 phases to provide continued amenity for the school and to also support early procurement and an overall reduced programme. Stage 1: Enabling Works & Main Construction comprises of: (a) Stage 1a: Temporary SNU road, caretakers shed & sprinkler pumphouse incl. hydrants, and new hardcourts (Major Works Contract) (b) Stage 1b: New 2 Storey Admin & Technology Block (Variation to Major Works Contract) This tender relates to the Stage 1a Enabling Works scope and the successful tenderer will be engaged under a Major Works Contract. However, it is noted that the Ministry intends to award both packages to the preferred supplier subject to conditions being met. Once the remainder of the project has passed Detailed Design Stage the successful tenderer will then price the Stage 1b - Main Construction works via an open book pricing process. If successful, this will allow the balance of the project scope to be varied into the Major Works Contract. Please note that the DRAFT Major Works contract is being finalised and will be released via Notice to Tender (NTT). In addition, the drawings and specifications will be released outside the GETS system as they exceed GETS file size limits. - Date of briefing session (compulsory) 10am, 24 Jul 2024 (Teams link to follow via NTT) - Date of site visit (compulsory) 10am, 31 Jul 2024 - Deadline for Tenders 12pm, 16 Aug 2024 Please ensure that all queries are directed through the GETS Q&A function.",Awarded,"This contract was awarded to Livingstone Building NZ Ltd and began on 08th October 2024. The term of this contract is until final completion of the project (Stage 1A only) which is forecast for end March 2025. It is intended that the value resulting from this procurement will be within value band: $1.0m-$5.0m.",0,20250410 Ministry of Education - School Infrastructure,29820984,Request for Tenders,Closed Competition,Main Building Contractor for Food Tech Upgrade at Hamilton Boys High School,233073,20240723,20240816,20240930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Hamilton Boys High School Board of Trustees are seeking a main building contractor to repurpose the existing Graphics room into a Food Technology room.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29828561,Request for Tenders,Open Competition,"(1850) Ngatea School A, B, C, F: Toilet Upgrade and Ventilation",242917,20240723,20240815,20241112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,29830117,Request for Tenders,Open Competition,Main Contractor for Block B and C: Refurbishment and Connection to New Outdoor Learning Area at Springlands School Blenheim,Project # 237582,20240726,20240819,20240930,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Kia ora, Springland School in Blenheim, Marlborough is looking to refurbish their Blocks B and C and creating a shared new outdoor learning space to be accessible to the rest of the school. Block B and C will need the carpet, vinyl, wall linings and lighting to be replaced as well as the levelling of the wet areas to the high of the classroom with new tapware and joinery as well as a new window for visibility. The doors and window on the northern side of both blocks will need to be replaced with new sliding doors to open up to new decking. Block C would also need a sliding door on the southern side to connect it to the outdoor learning area. The outdoor learning area should be created out of multi layered seating to create an outdoor learning environment between the classrooms to connect the blocks.",Awarded,The RFT has been awarded to Scott Construction Marlborough Ltd.,0,20250410 Ministry of Education - School Infrastructure,29837211,Request for Tenders,Closed Competition,RFT Main Contractor for Block 4 Internal Refurbishment Works at Oromahoe School,,20240726,20240823,20241023,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block 4 New opening in between the reception and library, connecting the administration block",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29839124,Request for Tenders,Closed Competition,RFT Main Contractor for Block 2 Internal Refurbishment Works at Russell School,,20240726,20240913,20241210,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: This RFT will cover the refurbishment works to blocks 2 (old dental clinic).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29839714,Request for Tenders,Closed Competition,RFT Main Contractor for Roofing at Tikipunga High School,,20240726,20240816,20240913,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Block B - Repair with new screws and profile washers. - Repair all ridge junctions with new silicone and rivets. - Replace box gutter with Marley Typhoon PVC. Block S - Re-roof and make good. Block V - Re-roof and make good. Block Y - Replace clears and make good.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29844840,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor for Block A - Roofing at Hutt Intermediate School, Lower Hutt",5824,20240725,20240827,20241211,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The 10YPP condition assessment survey work at Hutt Intermediate School has identified the need to remediate (and replace where required) aging and corroding roofing throughout Block A, a building that incorporates classrooms, the administration, library and the hall. The project also incorporates membrane roofing renewal on flat roofs above corridors.",Awarded,"Awarded to HighRise Group Ltd, anticipated completion of 30.06.25.",0,20250410 Ministry of Education - School Infrastructure,29845343,Request for Tenders,Closed Competition,Main Contractor RFT for Pool Upgrades and Foundations for Future Canopy at Takapuna Grammar School,,20240729,20240823,20240926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Takapuna Grammar School seek to upgrade their school pool. The outcome is to deepen the pool, upgrade the plant room and filtration equipment, and construct foundations for a new future canopy structure to provide shelter for supporters. Site visits will be offered to all Tenderers. All questions should be raised via the GETS Q&A function.",Awarded,"Hi all, Thank you for submitting your tenders for TGS pool upgrade project. Please note TGS has offered a Letter of Intent to Vivian Construction Limited. Regards, Samuel Lane",0,20250410 Ministry of Education - School Infrastructure,29851446,Request for Tenders,Closed Competition,Whakatane High School- Block C Remediation Works- Main Contractor,MOE27265,20240729,20240823,20240923,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Ministry is looking to engage a Main Contractor for Block C Remediation works at Whakatane High School. This is a secondary panel procurement and is a closed tender. Scope of works and requirements are detailed out in RFT document in tender notice.,Awarded,"This contract was awarded to Arrowsmith Limited and began on 30/09/2024. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $1M- $5M.",0,20250410 Ministry of Education - School Infrastructure,29852787,Request for Tenders,Open Competition,Main Contractor for Learning Support Fencing Modifications at Otatara School,23-137,20240729,20240823,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Otatara School Board of Trustees is looking for an experienced main contractor to complete learning support fencing modifications to the boundary fencing and gates at their school. Work includes removal of existing (part), new chain link and timber paling fencing (including re-use of existing materials where applicable). Also required are new gates including pool style pedestrian, accessibility and deer gates for access.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29853324,Request for Tenders,Closed Competition,"Main Contractors Classroom Alterations, Block 2, Jean batten School",,20240729,20240819,20240801,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,all four tenders received and verified for H&S (all passed) evaluation resulted in selection of Astley BUT they withdrew prior to award and CMG were promoted to preferred. Pricing was competitive from all.,0,20250410 Ministry of Education - School Infrastructure,29855276,Request for Tenders,Closed Competition,"Main Contracor for AMS Combined: Block 2 Electrical, Carpet and Wall Covering Upgrade at Macleans Primary School",,20240730,20240819,20241106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Macleans Primary School Board of Trustees are seeking a main contractor for AMS Combined Block 2 Electrical, Carpet & Wall Covering Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29856150,Request for Tenders,Open Competition,"RFT - Main Contractor for Fencing and Gates at Havelock School, Marlborough",246406,20240730,20240826,20240925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project aims to resolve the issues highlighted in a recent OT report which states that the school perimeter requires fencing to meet the needs of their students. The work required involves the installation of a mix of powder coated aluminium anti climb fencing and timber paling fencing.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29865106,Request for Tenders,Closed Competition,Request for Tender (RFT) for a Main Contractor for a LSC Fitout project at Green Bay High School,,20240730,20240828,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school is undertaking fitout works for creating a Learning Support Coordinator property space of an existing space. This is stage 2 of the tendering process following the Registration of Interest stage Site visits to be arranged with Carlos Bezzina carlos@projectability.co.nz It is a key deliverable to carry out as much work as possible during the term 3/4 break. Term 3 ends on Friday 27th September. Works can continue into Term 4 with explanation around access in the methodology. A building consent exemption has been applied for because there is some fire detection and emergency lighting changes in the scope. this process is underway.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29877831,Request for Proposals,Closed Competition,Te Pa o Rakaihautu - Master Planning & Lead Design Services,MOE27341,20240731,20240828,20241003,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Pa o Rakaihautu Master Planning & Lead Design Services This procurement is for Master Planner services for a new school development across two sites: Te Kaika being the former Linwood Intermediate site in Linwood, Christchurch (McLean St); and Te Pataka, a grazing field in Diamond Harbour. The Services required are further described at Appendix 1: Scope of Services and within the attached tender documentation.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,29882053,Request for Quotations,Closed Competition,Te Pa o Rakaihautu - Consultancy Services,MOE26867,20240731,20240812,20240927,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Te Pa o Rakaihautu - Consultancy Services This Request for Quote (RFQ), issued by the Ministry of Education (the Ministry/MOE/the Principal to the Contract) is a closed invitation to the Noku Te Ao Charitable Trust (Noku Te Ao / the supplier) to submit a Proposal for the Te Pa o Rakaihautu (the School / Kura) Development project for Consultancy Services (the Services).",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $500,000-$1,000,000",0,20250410 Ministry of Education - School Infrastructure,29882902,Request for Tenders,Closed Competition,RFT Main Contractor for Administration Refurbishment Works at Mangawhai Beach School,,20240802,20240906,20241017,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: This project will deliver internal alterations to the staff toilets installing additional female bathrooms and showers. The works will also carry out staffroom minor alterations and cabinetry replacements.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29886504,Request for Tenders,Closed Competition,RFT Main Contractor for Multiple Block Refurbishment and Roofing Works at Whangarei Primary School,,20240802,20240927,20250128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Variety of works to blocks 2,1,5,11,13,14,21,23. Block 11 includes a re-roofing to a vented cavity to meet Ministry weathertightness requirements. Please note: the attached stage plan may be subject to change depending on funding endorsements and timelines.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29887586,Request for Tenders,Closed Competition,Main Contractor For Whare Refurbishment at Sir Edmund Hillary Collegiate,,20240802,20240820,20241114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,The Sir Edmund Hillary Collegiate Board are seeking a Main Contractor for the Whare Refurbishment,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29888910,Request for Tenders,Closed Competition,Main Contractor for Roofing at Huntly Primary School,,20240801,20240822,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT obtained a specialist roofing report which identified Blocks A, B, C, K, L, M, Q, Walkways and Canopy requiring roofing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29890919,Request for Tenders,Open Competition,Fairhaven School - Site Wide Roofing Works,240065,20240809,20240904,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Fairhaven School Board a seeking tenders for a Main Contractor to complete the roofing works at the school. There will be 2 blocks that require high level windows to be removed and replaced by a building contractor and require all works to come under one contract.",Awarded,,232000,20250410 Ministry of Education - School Infrastructure,29896921,Request for Tenders,Closed Competition,Opotiki College (the School) Emergency Works and Redevelopment Project Stage 3 Main Contract Works,MOE27365,20240801,20240910,20241031,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Ministry are seeking a Main Contractor to provide construction services for Stage 3 of a Redevelopment project at Opotiki College. A Closed and Competitive tender is being conducted to 5x suppliers of the Ministries Construction Directory Panel. A virtual project briefing has been scheduled for Monday 6th August at 9am. A Teams link is included within the RFT. A tender site visit has been scheduled for Thursday 8th August at 1pm - which includes sub-contarctors. Attendees must register in advance via the GETS Q&A function as. All questions and correspondence must also be directed via GETS. See the attachments for more information.",Awarded,"This contract was awarded to C3 Construction Ltd and began on 20 November 2024. The term of this contract is until the end of the defects liability period, which is forecast for December 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $5M - $10M.",0,20250410 Ministry of Education - School Infrastructure,29898270,Request for Tenders,Closed Competition,RFT for Main Contractor for Combined 5YA Projects at Hikurangi School,"246136, 246138, 246139",20240807,20240916,20241108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Hikurangi School is located at 4 Swan Avenue, Hikurangi 0114. The focus of this 5YA is to address the specialist recommendations including roofing, joinery, cladding and electrical upgrades.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29898434,Request for Tenders,Closed Competition,RFT for Main Contractor for Electrical Upgrades at Hikurangi School,246140,20240807,20240829,20241030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Hikurangi School is located at 4 Swan Avenue, Hikurangi 0114. The focus of this 5YA is to address the specialist recommendations including roofing, joinery, cladding and electrical upgrades.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29907818,Request for Tenders,Closed Competition,Puahue School - Toilet Upgrade & Breakout Spaces - RFT,1227,20240806,20240827,20241107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Closed second stage RFT.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29917410,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Block B Science Lab Upgrade at Buller High School,,20240807,20240902,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The project involves the comprehensive upgrade of the Block B science room within Buller High School's facilities.,Not Awarded,Contract awarded to TRT 2019 Limited,0,20250410 Ministry of Education - School Infrastructure,29918465,Request for Tenders,Open Competition,Main Contractor for LSPM and Block B Refurbishments at Eltham School,,20240806,20240903,20241010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Eltham School is seeking a well-resourced and capable main contractor to complete the Learning Support Property Modifications and Block B Internal refurbishment project. The project is to be a staged construction - Stage 1: LSPM and Stage 2: Block B Refurb.",Awarded,"Competitive tender, awarded to Quintin Oaks.",0,20250410 Ministry of Education - School Infrastructure,29920196,Request for Tenders,Open Competition,Main Building Contractor for Heretaunga Intermediate Block E ILE Upgrade,,20240807,20240924,20240927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The existing layout of the classrooms in Block E do not provide for flexible learning spaces / break out spaces, or for connection to the outdoor learning spaces. There is currently fluorescent lighting throughout these spaces, and the existing floor coverings are worn. The Contract Works required are: Partial demolition of walls and window / door joinery. Construction of new interior walls and installation of new window and door joinery, and making-good affected elements. Removal of existing joinery units and reinstatement of some in new locations Installation of new storage units. Removal of existing ceilings and replacement with new suspended ceiling grid system. Rewiring and installation / relocation of new heatpumps. Install new wall coverings. Removal of and replacement of floor coverings. Fire, Data & Security systems work as required Proposed new openings between the classrooms and breakout spaces. Proposed new connections to the existing outdoor learning spaces with glazed aluminium joinery. Proposed refurbishment of the Classrooms spaces. Proposed new storage Proposed new suspended ceiling & grid including acoustic insulation. Proposed new wall coverings (autex composition). Replace existing flooring. Replace wiring & replace / relocate heatpumps as needed.",Not Awarded,"Tender was put on hold. It has been republished with this tender noted as the Parent RFx Opening 1/10/24 - closing 15/10/24",0,20250410 Ministry of Education - School Infrastructure,29925659,Request for Tenders,Closed Competition,RFT Main Contractor for Pool Changing Room Shed at Oromahoe School,,20240809,20240913,20241119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project will deliver a new bespoke designed pool changing rooms shed at Oromahoe School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29925699,Request for Tenders,Open Competition,Main Contractor for AMS-E: Part Upgrade of First Floor Classrooms at Gisborne Boys' High School,238564,20240809,20240905,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Store Rooms on First floor - creation of breakout rooms between classrooms: Strip out existing shelving, enlarge the openings into the classrooms and fit doors with increased glass for visibility. Install pinboards, new LED lights, carpet, and HVAC. ii. Classrooms and teacher prep room first floor: Replace all carpets with new carpet tiles to match those used throughout the school. Replace all existing fluorescent lights with new LED battens in the same locations. iii. Classroom 7 - ground floor: Replace all carpets with new carpet tiles to match those used throughout the school. PRICE SEPARATELY: Allow for ""Class A"" Asbestos removal with independent 3rd party air monitoring throughout removal process, by specialist removalist. iv. The scale of the works is medium. v. The works would ideally be carried out during school holidays. vi. The site is level and flat and offers easy vehicle access. vii. The Contractor will be engaged through a Medium Works Contract. viii. See Tender Documents for further information.",Awarded,,184307,20250410 Ministry of Education - School Infrastructure,29926725,Request for Tenders,Open Competition,Main Contractor for Site: Design and build of a new shed/workshop with veranda sides at Papatoetoe East School,,20240808,20240903,20240924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All Tenderers shall be deemed to have inspected the Site(s) before submitting their Tender. Site Visit 1 Tuesday 13th August 2024 at 1:00pm Site Visit 2 Tuesday 20th August 2024 at 01:00pm Site Visit 3 Tuesday 27th August 2024 at 01:00pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,216633,20250410 Ministry of Education - School Infrastructure,29927558,Request for Tenders,Open Competition,NPBHS - Design Build Contractor for Heating & Ventilation Replacement & Repairs,3116.25,20240808,20240917,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,Targeted heating and ventilation repairs and replacements across various buildings in the school.,Awarded,,264339,20250410 Ministry of Education - School Infrastructure,29931710,Request for Tenders,Closed Competition,RFT for Main Contractor for Block 10 Refurbishment at Broadwood Area School,240718,20240809,20240905,20240927,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Broadwood Area School is located at 1041 Broadwood Road Block 10 was originally on the rationalisation list but has been since taken off as the school was short of space. This plan includes a full refurbishment of this block both external and internal to create a safe and healthy environment for the school to use.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29933458,Request for Tenders,Open Competition,Bathroom Refurbishments at Tahuna Normal Intermediate,,20240809,20240903,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for Tahuna Normal Intermediate are seeking to engage a suitably qualified and experienced main contractor to undertake the proposed student bathroom refurbishments. The project involves largely cosmetic upgrades to both the male and female bathrooms within Blocks 6 & 7, and this work was identified within the schools current 10YPP.",Awarded,"Following the analysis of the submissions received, this opportunity has been awarded to Stewart Construction.",0,20250410 Ministry of Education - School Infrastructure,29934359,Request for Tenders,Open Competition,Main Building Contractor for Block C & D_ Rooms 5 & 6_ Refresh Project at Tauriko School,248149,20240808,20240828,20240903,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29935494,Request for Tenders,Open Competition,Main Contractor for Block RA Refurbishment at Manurewa High School,,20240809,20240903,20240918,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All enquiries to be made through the GETS Question & Answer function,"All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday 13th August 2024 at 03:15pm Site Visit 2 Tuesday 20th August 2024 at 03:15pm Site Visit 3 Tuesday 27th August 2024 at 03:15pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,336382,20250410 Ministry of Education - School Infrastructure,29935732,Request for Tenders,Open Competition,Main Contractor for Fale Creation at Manurewa High School,,20240809,20240903,20241111,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday 13th August 2024 at 02:00pm Site Visit 2 Tuesday 20th August 2024 at 02:00pm Site Visit 3 Tuesday 27th August 2024 at 02:00pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,315201,20250410 Ministry of Education - School Infrastructure,29935736,Request for Tenders,Closed Competition,RFT Main Contractor for Block 1 Refurbishment at Moerewa School,,20240809,20240830,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This project will deliver internal refurbishments to the student toilets in the Hall and window joinery replacements.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29939341,Request for Tenders,Open Competition,"Main Contractor for Blocks A, O, OA, LX, S, M, RA and N Targeted Roofing at Maurewa High School",,20240809,20240903,20240912,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Tuesday 13th August 2024 at 02:30pm Site Visit 2 Tuesday 20th August 2024 at 02:30pm Site Visit 3 Tuesday 27th August 2024 at 02:30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,373998,20250410 Ministry of Education - School Infrastructure,29940685,Request for Tenders,Open Competition,Main Contractor for Block C Toilet & Cloakbay Remodel at Waverley Park School,23-098,20240812,20240905,20240925,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Waverley Park Board of Trustees is looking for an experienced main contractor to complete modernisation of 1 x male, female toilets and cloakbay space at Waverley Park School. Work includes demolition, new linings and fixtures and fittings and associated electrical and mechanical services.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29940744,Request for Tenders,Open Competition,Main Contractor to Upgrade the Front Entrance Landscaping at Pakuranga College,,20240812,20240904,20240917,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29941963,Request for Tenders,Open Competition,Main Contractor for the Supply and Installation of Heat Pumps and Electrical Works at Kawaha Point School,245537,20240812,20240905,20241101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The buyer is seeking Construction Services for the Supply and Installation of Heat Pumps and Electrical works at Kawaha Point School. b. The project background is: - These works are part of the 5YA approved programme. - The 10YPP and conditions assessments of the school have identified that many blocks require the supply and installation of heat pumps and the upgrade or replacement of several distribution boards.",Awarded,The contract was warded to Electrical Solutions BOP Limited and will start on 01/11/2024. The term of the contract is 3 months.,0,20250410 Ministry of Education - School Infrastructure,29944009,Request for Tenders,Closed Competition,"RFT for Main Contractor for Site: Roof, Membrane Gutter and Clearlite Replacement at Murrays Bay School",244096,20240813,20240912,20241010,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Murrays Bay School has roofing needs site wide. Many roofs are end of life and need to be replaced. There is suspected ACM roof elements and potential dust in the roof cavity. The clearlite and guttering on various blocks are also end of life and need replacing.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,29949839,Request for Quotations,Closed Competition,Hillmorton High School RG21 Science Block Quantity Surveyor Services,,20240809,20240815,20240821,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communications must take place through the GETS Question & Answer function.,"Hillmorton High School is undergoing a staged redevelopment which started in 2020. A new Science Block of 12 TS (8 Science labs and 4 general teaching spaces) is part of this redevelopment. To date, the design has been completed to 50% developed design by Baldasso Cortese Noordanus Limited.",Awarded,"It is intended that the value of the contract resulting from this tender will be within $50,000-$100,000.",0,20250410 Ministry of Education - School Infrastructure,29956615,Request for Tenders,Closed Competition,Main Contractor for Roofing at Thames South School,,20240812,20240830,20241018,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT obtained a specialist roofing report which identified Blocks A, B, D, I, G, 1, 3 requiring roofing.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29959541,Request for Tenders,Open Competition,Main Contractor for Gym Stage II at Kings High School,244196,20240813,20240909,20240924,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Main Contractor tenders are sought for the second stage of refurbishment work at Kings High School in Dunedin. This project comprises western and eastern bathroom refurbishment along with the replacement of the Small Gym roof, and the low-level roofing between the Gyms. A new door to the Small Gym (with access controls) and some spouting/downpipe replacement are also included in the works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29972725,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 11 Classroom Upgrade at Ohoka School,,20240815,20240909,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The school would like Block 11 cloak room and toilets to be altered and upgraded to modernise the spaces and make them more functional to meet the schools requirements.,Not Awarded,Tender was awarded to Bushnell Builders Ltd,0,20250410 Ministry of Education - School Infrastructure,29974690,Request for Tenders,Closed Competition,RFT Main Contractor for Construction of a New Block at Oromahoe School,,20240815,20240905,20241119,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: This project will deliver construction of 2 new classroom teaching space at Oromahoe School. Concept plans were included in this ROI",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29976382,Request for Tenders,Open Competition,I: Replace Gym Ceiling Tiles at Gisborne Boys' High School,238574,20240816,20240912,20241219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Strip out the existing suspended ceiling tiles and dispose of offsite and replace existing tiles with new using the existing grid. ii. Salvage all insulation for reuse. iii. Install additional clips to minimise the risk of the tiles coming loose in the future due to ball impacts. iv. Reinstall the insulation above the tiles and grid. v. Install tensioned fall-arrest netting beneath the suspended ceiling. vi. The scale of the works is medium. vii. The site is flat and level with easy vehicle access. viii. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. ix. See Tender Documents for further information.",Awarded,,202778,20250410 Ministry of Education - School Infrastructure,29980662,Request for Tenders,Open Competition,"Main Contractor for Visual Hazard ID, Drainage Grates, Change Table at Newfield Park School (the school)",244946,20240819,20240912,20240926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: All stairs and steps to be fitting with contrasting colour, non slip nosing All ramps to have have some form of marking highlighting the top and bottom to indicate gradient change All bollards and poles in line of travel to be highlighting with contrasting colour Railings to be highlighted with contrasting colour Drainage channels and sumps to be covered and made flush Raised edges and curbs to be highlighted with contrasting colour Indoor signage for toilets to be lowered for ease of children seeing them Contrasting edging applied to edge of stage to indicate height change Broken concrete and uneven paving to be repaired Replace changing table with 1600mm long mains powered height adjustable changing table (Ergosol MPVT Changing Table)",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29982051,Request for Proposals,Closed Competition,Tai Tokerau Short Term Roll Growth Design and Build Services,MOE27401,20240816,20240913,20241206,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the construction of 8 x 1 Short Term Roll Growth Teaching Space blocks to be designed, built and transported to eight schools within the Tai Tokerau Region. A supplier briefing will be held via MS Teams on Wednesday 21 August 2024 at 12:30pm. the Teams link will be issued via NTT.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29982305,Request for Tenders,Open Competition,Main Contractor for Block A Low Level Roof Cladding Replacement at Waianiwa School,23-038,20240819,20240912,20240926,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Waianiwa School Board Of Trustees is looking for an experience main contractor to complete the remaining low level roof replacement (Stage 2) work at Waianiwa School. Work includes for the removal of the existing substrate and membrane cladding, re-pithing of existing roof structure as required and construction of new substrate and membrane, along with associated roofing and flashing detail construction.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29995025,Request for Quotations,Open Competition,Main Building Contractor for Bathroom Refurbishment at Newton Central School,,20240819,20240920,20250401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Newton Central School renovation is looking to renovate two bathrooms. This will involve removing old hardware, sanitary ware, partitions and vinyl flooring. New installations include vinyl flooring, hardware, sanitary ware, partitions, lighting and seratone wall linings. Ventilation systems and plumbing upgrades will also be completed enhancing the environment for students and staff.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,29999692,Request for Tenders,Open Competition,Main Contractor for Roof Remedial Works at Miramar North School,MQS 24.160,20240820,20240912,20250113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30006457,Request for Tenders,Open Competition,"Main Building Contractor for Block C ILE, Roofing, Plumbing, & LED upgrades at Hillcrest Normal School",240263,20240822,20240927,20241108,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Hillcrest Normal School Board of Trustees seek a Main Building Contractor for Block C ILE, Roofing, Plumbing, & LED upgrades. The proposed works have been deemed necessary, as detailed in the 10YPP for 2022/23. Block C has various instances of water damage and outdated features and thus has been identified as in need of modernisation. The roofing, plumbing, and LED upgrades are required to meet MoE policy.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30010806,Request for Tenders,Open Competition,"Main contractor for west gore school AMS A Outdoor Learning, ILE C:Classroom upgrade",240421,20240821,20240913,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at West Gore Primary School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site.,Awarded,The Breen Construction Company Limited Tender was the highest scoring tender and best value for money.,204892,20250410 Ministry of Education - School Infrastructure,30015011,Request for Tenders,Closed Competition,RFT for Main Contractor for Fire and Security Alarm Replacement at Murrays Bay School,244098,20240823,20240920,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Murrays Bay School is located at 18 Clematis Avenue, Murrays Bay, Auckland, 0630 The fire and security alarms have been identified through specialist reporting as requiring a full upgrade and replacement to a Type 4 system.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30015537,Request for Tenders,Closed Competition,Main Contractor for AMS Combined Block B DQLS Upgrade at Glenfield College,,20240822,20240913,20241128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Glenfield College Board is looking for a Main Contractor for the AMS Combined Block B DQLS Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30016000,Request for Quotations,Closed Competition,Nayland College - Urgent Fencing - Main Contractor,MOE27439,20240822,20240904,20241010,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Urgent fencing is required at Nayland Collage due to a health and safety concern regarding a newly transitioned student. The Nayland College southern perimeter sits on a main trunk road through Stoke with no fencing. There is also a stream that runs along the western perimeter of the site. The eastern perimeter is residential with a 1.8m timber fence. The northern side has a low wire fence through to residential driveways, beyond that is State Highway 6 Outcome is to provide a safe compliant environment for children at Nayland College.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,30016192,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS Block B - Outdoor Learning Area at Otaki College, Kapiti Coast",6134,20240821,20240919,20250120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Otaki College is planning to extend Block B and provide weather protected outdoor areas adjoining 3 classrooms. A structural timber canopy roof structure is to be constructed with a clear and trafficable polycarbonate roofing.",Not Awarded,The initial scheme to be redeveloped and modified to meet budget requirements.,0,20250410 Ministry of Education - School Infrastructure,30016845,Request for Proposals,Closed Competition,Newlands College (the School)- Stage 1 New two- storey Library Block Design and Build Services (the D&B Services),MOE27477,20240820,20240927,20250203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,Ministry is looking to engage a Main Contractor for design and build of New 2-storey library at Newlands College. This is a secondary panel procurement and is a closed tender. Scope of works and requirements are detailed out in RFT document in tender notice.,Awarded,"This contract was awarded to Naylor Love Wellington Limited and began on 03/02/2025. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band of $1M- $5M.",0,20250410 Ministry of Education - School Infrastructure,30017913,Request for Quotations,Closed Competition,"Owhango School 2417 Short Term Roll Growth (STRG) Budget 23 (B23), 1 Teaching Space Staffroom Upgrade?",,20240821,20240927,20241127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This is a short term role growth project, run as a medium contract works project. The project is needed in response to a growing role at Owhango School which has limited facilities. The project will convert an existing toilet block into a staff room. The project is required because the previous staff room (which also functioned as a library) has been converted to a teaching space. The project is estimated to be completed by 17/12/2024. It is preferred that work is completed as much as possible during school holidays. As such, there is some flexibility in the start and completion date. However, the project must be completed before school commences again in 2025.",Awarded,"This contract was awarded to Max McKenzie Limited and began on 22nd November 2024. The term of this contract is until final completion of the project, forecast to be in April 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $250,000 - $500,000.",0,20250410 Ministry of Education - School Infrastructure,30018926,Request for Proposals,Open Competition,Consultancy Services for Lead Design and Engineering Services for New School Hall and Roll Growth Classroom at Te Anau School,24-027,20240823,20240919,20241011,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Te Anau School Board of Trustees is looking for an experienced lead designer to provide lead design and associated engineering services for the design and CM for a new school hall and roll growth building approved for construction at their School. The successful respondent along with the design team sub-consultants must have the ability to deliver the project within a tight timeframe and demonstrate a full understanding and experience with designing to the current MOE standards for new buildings in property.,Awarded,"Thank you very much to all the respondents who submitted proposals. The evaluation team was presented with a high number of quality submissions and greatly appreciate all those organisations who submitted proposals, and the time taken to collate and prepare.",0,20250410 Ministry of Education - School Infrastructure,30020931,Request for Tenders,Open Competition,Main Contractor for Upgrade Sewer Gullies/Drains/Storm Water Sumps/Resurface Rear Driveway Taxi Access at Naenae Primary School (Wellington),,20240823,20240918,20241007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses via GETS,"a. Background: The BOT at Naenae Primary School are seeking the services of a main contractor to undertake the construction works associated with drainage upgrade works & resurfacing of the rear driveway. There is a high needs conductive education unit that has primary drop off at the end of the driveway which will need to be considered when works take place. b. Programme: The works estimated to begin in Term 4 school holidays 2024. c. Project consultants are: ? Project Manager: IR Group ? Lead Designer: IR Group d. The Contract Works required are: ? Clean drains and gully traps as indicated in Architectural plans ? Excavation and removal of existing drains as indicated in Architectural plans. ? Excavation and removal of existing asphalt as indicated in Architectural plans. ? Instal new drains, manhole covers, gully trap covers as indicated in Architectural plans. ? Install new kerb and channel; and dish channels as indicated in Architectural plans. ? Make good to ground surfaces around the new sumps ? Resurfacing of driveway surface with new asphalt as indicated in Architectural plans. ? Remove all debris upon completion ? The construction activities are throughout the site at the specified locations ? The works are to ideally be undertaken as a single stage. b. Size/scale: Site wide project adjacent to Southern wing of Block A.",Awarded,,92358,20250410 Ministry of Education - School Infrastructure,30028506,Request for Tenders,Open Competition,(1696) TKKM o Bernard Fergusson C: Bathroom Upgrade,230470,20240822,20240916,20241030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30030917,Request for Tenders,Open Competition,Main Contractor for NPGHS Heating Infrastructure Replacements,3261.25,20240823,20240918,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submission to be made through the GETS website,Heating Infrastructure Replacements across three different blocks in the school.,Awarded,,152552,20250410 Ministry of Education - School Infrastructure,30034264,Request for Tenders,Open Competition,Frimley School - Toilet Upgrade Block A,,20240823,20240919,20250120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Toilet Block upgrade for boys and girls toilets - main teaching block at Frimley School. new WC's, new toilet partitions, new floor finishes laid to fall, new HWC etc etc",Not Awarded,Tender awarded to Dougan Construction who provided their tender direct to the Procurement Officer via e mail as did other tenderers who all had difficulty with the system at or around the time that tenders closed.,0,20250410 Ministry of Education - School Infrastructure,30044902,Request for Tenders,Open Competition,"New cabinetry, provision for Autex & Vinyl replacement at Ngakuru School",236921,20240823,20240920,20241203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30050821,Request for Tenders,Open Competition,Main Contractor for Food Technology Classroom Upgrade,238233,20240828,20241023,20241112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Food Technology is a strong focus at Napier Boys School and further investment to upgrade this space is proposed. The space is 20 years old and an internal upgrade of the space is required as well as the replacement of the internal fittings. Installation of new flooring, new island benches, demo kitchen, new acoustic wall linings, replace suspended ceiling and insulate, rewire to suit new technologies and repaint.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30053887,Request for Tenders,Open Competition,(1844) Ngahinapouri School A: Indoor / Outdoor Learning and F: Toilet Removal /Reconfiguration,236882,20240829,20240919,20241030,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All enquiries to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30057619,Request for Tenders,Open Competition,Main Contractor for Block 1 Weathertightness project at Raetihi School,02-126-001,20240829,20241002,20250319,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Raetihi School Board of Trustees is looking to engage an appropriately skilled and resources Main Contractors to undertake and completed the BLOCK 1 Weathertightness project at Raetihi School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30061889,Request for Tenders,Open Competition,"(2093) Woodstock School A,B,J: Bathroom upgrade + Minor Plumbing",245124,20240828,20240920,20241021,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30062112,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for LSM - Site Accessibility Improvements at Paraparaumu College, Kapiti Coast",6296,20240828,20240925,20241107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A newly enrolled student requires a number of building improvements actioning that will assist with general site access, these comprise of: - Alterations to the access point to the central accessible bathroom in Block C - The creation of a covered drop off area to the eastern end of Block F",Awarded,"Awarded to Watts & Hughes Construction, anticipated completion of 30.06.24. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,30063607,Request for Tenders,Open Competition,Main Contractor for Weber School (Tararua) Block T AMS Classroom Upgrade & Site LSPM Accessibility Modifications,,20240828,20240920,20241015,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tender submissions to be made through the GETS site,"The BOT at Weber School seek the services of a Main Contractor to undertake AMS Classroom Upgrade to Block T and Site Learning Support Modifications to improve accessibility at Weber School. Scope includes:- Block T Block T AMS Combined Classroom Upgrade:- Isolate the work area Isolate, disconnect and remove services as required and detailed in drawings. Full internal strip out and disposal as per the drawings. Discuss retention of materials with school. Uplift existing vinyl floor and prepare floors for new floor coverings. Protect retained floor finishes. Carpentry works associated with modifying the existing layout as detailed. Retain toilet partitions, sanitary fixtures and fittings in girls and boys WCs. Retain bed in sick bay for re-use. Remove Hot Water Cylinder and replace with new in suitable position in Sick Bay so it can service the existing staffroom kitchen as well as girls and boys WCs. Also, to service new sick bay and new WC. Rewire and replumb to suit the new layout. The existing HWC room will be converted to a toilet room which is joined to the sick bay. Demolish partial section of the wall between these rooms so they lead into each other. Construct new wall to enclose both the sick bay and new toilet room. Ensure this is placed in a position where the sky light functioning is not impacted. Reline affected walls and overlay with Autex pinboard and install new trim to suit. Install new joinery units as detailed. Install new entry carpets and vinyl to the floors. Existing carpet tiles to be protected during construction. Re-paint affected internal spaces. Install new recessed LED downlights in sick bay, new WC and hallway (MOE supplied) Site LSPM Accessibility Modifications scope includes the following:- General site preparation and clearance. Implement hi-viz strips and nosings to existing decks and ramps. Install safety matting to timber deck areas to address slip hazard. Concrete paving to improve accessibility (ramping to playground and ramp landing areas. Rubber ramps / thresholds where required Disposal of all construction waste and final clean. Leave site clean and tidy The project will be a complete turnkey project where the completed building ready for school use will be handed over on completion.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30065129,Request for Tenders,Open Competition,Main Contractor for Rooms 18 - 21 Upgrades at Tauraroa Area School,245314,20240920,20241016,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Assessment of Tauraroa Area School 10YPP 2023/2024 identified the requirement for upgrades and refurbishment of Block 1 Art Rooms. Refurbishment of Block 1 Rooms 18 & 19 Art Rooms includes - Demolition of walls - new flooring - ceiling acoustic panels - autex - cabinetry - new ceiling in Room 19 - new sinks, benches and lightboxes - new storage and resource rooms - a new teachers office - aluminium sliding door between classrooms - window inserts. Note that this is a school site and although works will be mainly undertaken during Term 4 Christmas school holidays, there will be some works started before the school holidays. Therefore fencing will be needed around the block and health and safety measures in place. Contractor will also need to be willing to undertake police vetting to work within a school environment. There was asbestos found but removal is engaged under a separate contract and will be removed before work commences.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30080634,Request for Tenders,Closed Competition,Main Contractor for LSC Space at Manurewa High School,,20240829,20240918,20250120,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Manurewa High School Board is looking for a main contractor for the creation of LSC Spaces.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30080943,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 3, 4, 6: Clearlite, Roof and Gutter Replacement at Papatoetoe Central School",,20240829,20240927,20241001,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"All tenderers shall be deemed to have inspected the site(s) before submitting their tender. Site Visit 1 Wednesday 4th September 2024 at 1.30pm Site Visit 2 Wednesday 11th September 2024 at 1.30pm Site Visit 3 Wednesday 18th September 2024 at 1.30pm Please RSVP to these site visits using the GETS Q&A system. Please note: the scope of works is a brief outline of what is required. Therefore, each tender must attend a site visit to complete an accurate tender.",Awarded,,609524,20250410 Ministry of Education - School Infrastructure,30081415,Request for Tenders,Closed Competition,Main Contractor for Blocks 1 and 5 DQLS Refurbishment at Mt Eden Normal Primary School,,20240829,20240913,20241113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Mt Eden Normal Primary School Board is looking for a main contractor for the DQLS Refurbishment for Blocks 1 & 5.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30083808,Request for Proposals,Closed Competition,Request for Proposals for Redhills- Massey (the School) New School Project Management and ETC Services,,20240828,20240918,20241007,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is an closed invitation to Project Management (PM) Consultants (Tenderers) to submit a Proposal for Redhills- Massey (the School) New School Project Management and ETC Services (the Services).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30083982,Request for Tenders,Open Competition,"Block ER: Exterior Cladding, Windows Replacement and Interior Refurbishment at Tolaga Bay Area School",243191,20240830,20240926,20241126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"a. The Contract Works required are: i. Replacement of some rotting wall cladding and window frames and improving insulation, flooring, wall linings & lighting, and some new suspended ceilings. ii. The scale of the works is medium. iii. The site is level and flat and offers easy vehicle access. iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. See Tender Documents for further information.",Awarded,,240908,20250410 Ministry of Education - School Infrastructure,30085426,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1,3,4,12,16,20 Roof, Gutter and Clearlite Replacement at Rosebank School",,20240829,20240925,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Rosebank School Board of Trustees are seeking a main contactor for Blocks 1,3,4,12,16,20 Roof, Gutter and Clearlite Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30090030,Request for Tenders,Closed Competition,RFT Mt Aspiring College - Alterations and Refurbishment of East & West Blocks - Main Contractor,MOE27519,20240829,20240919,20241022,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Mt Aspiring College (MAC) is located north of the township of Wanaka, Central Otago. The school caters for students from years 7-13.? Wanaka is currently experiencing high growth and as a result Mt Aspiring College has experienced sustained growth over the last 8 years.? Recently the Ministry has completed Stage 1 - a new two storied 4,500m2 28TS building, a 1,500m2 replacement administration, Whare and teaching building, and Stage 2, Phase 1 - the demolition of the old Administration building and associated landscaping. This Contract of work is to Block B & D to Refurbish and make fit for purpose.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30090370,Request for Tenders,Open Competition,"Main Contractor for the Blks 1 & 4 5YA Refurbishment Works, Site wide Fire Alarm Upgrade Works, and Blk 7 Shed Rationalisation at Whangarei Heads School",234090 234091 242343 244573,20240830,20241004,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The outcome sought by this procurement is the securing of the services of a suitably qualified & experienced main contractor to undertake the proposed Blocks 1 and 4 5YA Refurbishment Works, Site wide Fire Alarm Upgrade Works, and Blk 7 Shed Rationalisation at Whangarei Heads School. The proposed scope works are scheduled to be completed in Whangarei Heads School's current 5YA, comprising 2x of the remaining 3x projects outlined in the 2021/22 10YPP (following the 5YA Amendment dated 06.08.2024), along with a site wide upgrade of the existing fire alarm system, and the demolition / rationalisation of the existing Blk 7 storage shed. As the proposed Blk 1 & 4 refurbishment works affect 3x of the schools 7x operative classrooms, there will be some requirements for phasing and/or staged handover of the project. The asbestos removal works will need to be timed during school holidays, or specific weekends, and the installation of the replacement wall cladding on Block 1 will directly affect 2x classrooms. It may be that the installation of the replacement cladding is delayed, with the building made temporarily weathertight with RAB, and the cladding installed after school hours over a number of days / weeks to lessen the disruption to the school. The internal & external works to Block 4 is significant, and the existing classroom and adjacent office rooms will need to be vacated for the majority of the works. The adjacent hall space (Te Mangaroa) will provide an interim class space during this time; however contractor access will need to be managed as the location of the work area will require contractors to cross through the school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30094279,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for LSM - New Accessible Bathroom at Otaki School, Kapiti Coast",6095,20240830,20240930,20250325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A Learning Support Modifications Report has recommended a need for an improved accessible bathroom facility. Restricted space within the administration block originally determined a solution that comprised of a small footprint extension. This was tendered earlier in the year and proved to be an uneconomical solution. Reconfiguration of existing facilities will see the present bathroom extended and the staff toilets utilised to create a complaint bathroom. Replacement toilets will be created by utilising the original medical room and some office space. The Deputy Principals office will be relocated. The medical room will be relocated and moved closer to the reception office.",Awarded,"Awarded to Cemac Interiors Wellington Ltd, anticipated completion of 30.11.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,30097313,Request for Proposals,Closed Competition,Request for Tenders for a Main Contractor for a Food Technology Fit Out project at Western Springs College,29895649,20240830,20240920,20241014,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Western Springs College is located at 100-102 Motions Road, Western Springs, Auckland. The school is undertaking works for fitting out an existing teaching space, within a relocatable , into a food technology teaching space. Building consent is required and is in process with Auckland Council. It is anticipated that the consent will be granted prior to the T3/T4 holidays at the end of September. Registration can assume that the consent will be granted prior to start for the purposes of programme. construction Start date is Monday 30 September 2024. Visits during the tendering period: Contact Carlos Bezzina to arrange on 021565828 or carlos@projectability.co.nz",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30100439,Request for Tenders,Closed Competition,Tauranga Special School satelitte bathroom upgrade at Welcome Bay School,TSS13,20240902,20240920,20241007,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30101371,Request for Tenders,Closed Competition,Mt Maunganui Intermediate Hard Materials RFT stage,MINT9,20240902,20240920,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This is the RFT stage for those selected from RoI stage.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30103997,Request for Tenders,Closed Competition,RFT Main Contractor for Refurbishment Works at Te Kura Taumata o Panguru,,20240904,20240927,20241203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Contract Works include various internal and external refurbishments throughout the kura.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30104874,Request for Tenders,Open Competition,Te Kura Kaupapa Maori o Ngati Ruanui - OMB Relocation and Refurbishment of Kura - Main Contractor Works,MOE27552,20240902,20240927,20241104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education is an open invitation for qualified tenderers to submit a proposal for Te Kura Kaupapa Maori o Ngati Ruanui - OMB Relocation and Refurbishment of Kura - Main Contractor Works.,Awarded,"This contract was awarded to Arthur Brown Construction (2017) Limited and starts in December 2024. The term of this contract is until final completion of the project, forecast to be in April 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M.",0,20250410 Ministry of Education - School Infrastructure,30108832,Request for Tenders,Closed Competition,"RFT - Commercial Flooring Contractor for Blocks 1, 3, 8, 17 - Flooring Replacement at Te Kura Maori o Porirua",6353,20240903,20240930,20241205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Te Kura Maori o Porirua has a 5YA project that targets life cycle replacement of synthetic carpet floor finishes in a number of spaces at the kura. The project will be staged in a phased delivery of work planned in conjunction with the kuras release of spaces. It is expected that the work in the classroom block will be executed in two phases with the staff room and administrative areas completed in January 2025. The works will require the removal of existing carpet and vinyl flooring, the required preparation work to concrete substrate and the supply and installation of a heavy duty carpet tile with a resilient and soft underlay backing. A commercial quality sheet vinyl will be installed to the nominated wet areas.",Awarded,"Awarded to Beejays Wellington Ltd, anticipated completion of 30.04.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,30111782,Request for Tenders,Open Competition,"Main Contractor for Blocks 1,3,4,12: Roof and PVC Gutter Replacement at New Windsor School",,20240904,20241004,20241115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"o Block 1: Poor condition and end of life roof and PVC gutter. o Block 3: Poor condition and end of life roof, clearlite and gutter o Block 4: Poor condition and end of life roof and gutter o Block 12: Poor condition and end of life butyl membrane roof and box gutters",Awarded,,352933,20250410 Ministry of Education - School Infrastructure,30120801,Request for Tenders,Open Competition,Te Kura o Te Wainui a Rua - Roll Growth - Main Contractor Works,MOE27693,20240905,20241002,20241125,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Tenderers to submit a Tender for Te Kura o Te Wainui a Rua - Roll Growth - Main Contractor Works.,Awarded,"This contract was awarded to DML Construction LTD, and started in December 2024. It is intended that the value band of this project is $500k - $1M)",0,20250410 Ministry of Education - School Infrastructure,30122070,Request for Tenders,Open Competition,"RFT Main Contractor - AMS-E: Acoustics, Insulation and Lighting DQLS & QLE at Mayfair School",225469,20240905,20241004,20241115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30125492,Request for Tenders,Open Competition,Spotswood College - Main Contractor for Block S Interior Refurbishment,3048.05,20240906,20241003,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"12 Classrooms in Block S are scheduled to be refurbished. The refurbishment is to include new floor finishes; composition board wall linings; new light fittings; painting",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30126000,Request for Tenders,Open Competition,RFT for Main Contractor for Replacement Buildings at Peria School,242775,20240906,20241011,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Peria School is Situated at 1430 Oruru Rd, Peria. The purpose of this project is to demolish two old relocatable classrooms (blocks 2 and 3) and an old toilet block. A new fit for purpose classroom block will be constructed onsite which encompasses 2 teaching spaces, 2 breakout rooms and a toilet block.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30126051,Request for Tenders,Open Competition,LSPM Vision Modifications at Kaiti School,245385,20240906,20241003,20241107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," The proposed works involve using colour and texture to highlight trip and collision hazards throughout the school grounds including steps, handrails, posts, condenser cages, pool steps, decking, handrails, glass doors, poles, drains and fixtures, steps into classrooms, and raised garden edges to increase their visibility to pupils with limited vision Contrasting strips and markings around the school site are to be installed, with hard nosings to be used for durability Replacement classroom signage to be at an accessible level with larger print The works include lighting upgrades to the School Hall and corridor in Block P. The site is flat and level and offers easy vehicle access Project consultants are: Project Manager and Lead Designer: Architects 44 Ltd. 2.2 Required solution (method and approach) a. The Contract Works required are: i. Nature of the Works is to increase visibility of trip and collision hazards throughout the school grounds for the school pupils with limited vision. ii. The scale of the work is Medium iii. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. i. See Tender Documents for further information.",Awarded,,64059,20250410 Ministry of Education - School Infrastructure,30126865,Request for Tenders,Closed Competition,Main Building Contractor for E Block Classroom Refurbishment and New Outdoor Learning Space at Manurewa East School,236910,20240913,20241024,20250324,Board of Trustees - Approve by BoT - ie. School Principal,Syndicated Opportunity,No,,"The refurbishment of E Block (5) classrooms and the creation of a new outdoor learning area are part of the school's 10-Year Property Plan (10YPP) for 2021/22. This project aims to modernize the learning environment by removing internal walls to create open-plan classrooms with breakout spaces and updating interior finishes, such as flooring, wall finishes, and classroom cabinetry. Additionally, the project includes an outdoor learning space designed for Kapa Haka and Pasifika performing arts, as well as providing a space for watching sports over the school court and a sitting/play area for the students.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30135371,Request for Tenders,Closed Competition,RFT Main Contractor for Site Wide Drainage Works at Manaia View School,,20240910,20241001,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: This project will deliver site wide stormwater improvements. The works will include replacement of existing infrastructure, associated ground works, concrete works and minor landscaping.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30136580,Request for Proposals,Closed Competition,Green Bay High School - Roll Growth 18 Teaching Spaces & Carpark - Two Stage Design and Build Services - Main Contractor,MOE27643,20240905,20241004,20241204,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,InfrastructureNorthern.Procurement@education.govt.nz,"Green Bay High is a co-educational secondary school in the West Auckland suburb of Green Bay, New Zealand, catering for students from Year 9 to Year 13. Green Bay High School has a master plan roll of 3,200. The scope of this project includes: 18 Roll Growth Teaching Spaces Carparking to designation requirement of build roll Provision of additional non-Teaching Spaces Stage 1 Works: Design & Consenting (a) Produce the design (up to and including detailed design) for the new 3 -Storey block and associated infrastructure, services, siteworks and landscaping. (b) Prepare and submit the full construction documentation package to the Council for building consent. (c) Split the consent application to expedite the process for critical works and enabling works. (d) Obtain all building consents, licenses and approvals required under the Contract. Stage 2 Works: All construction and other work required to complete the new 18 TS block and associated infrastructure, services, site works and landscaping.",Awarded,"The contract was awarded to Watts & Hughes and will start on 4 December 2024. The term of this design contract is 6 months, build contract to follow.",15569235,20250410 Ministry of Education - School Infrastructure,30137408,Request for Proposals,Closed Competition,Green Bay High School - Roll Growth 18 Teaching Spaces & Carpark - Two Stage Design and Build Services - Project Management & Engineer to Contract Services,MOE27695,20240905,20240919,20241011,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Project Management and Engineer to Contract Services required for Green Bay High School 18 Teaching Spaces & Carpark project. Green Bay High is a co-educational secondary school in the West Auckland suburb of Green Bay, New Zealand, catering for students from Year 9 to Year 13. Green Bay High School has a master plan roll of 3,200. The scope of this project includes: 18 Roll Growth Teaching Spaces Carparking to designation requirement of build roll Provision of additional non-Teaching Spaces Stage 1 Works: Design & Consenting (a) Produce the design (up to and including detailed design) for the new 3 -Storey block and associated infrastructure, services, siteworks and landscaping. (b) Prepare and submit the full construction documentation package to the Council for building consent. (c) Split the consent application to expedite the process for critical works and enabling works. (d) Obtain all building consents, licenses and approvals required under the Contract. Stage 2 Works: All construction and other work required to complete the new 18 TS block and associated infrastructure, services, site works and landscaping.",Awarded,"This contract was awarded to Beca Limited and began 14 October 2024. The term of this contract is until final completion of the project, forecast to be in October 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $250,000 - $500,000.",0,20250410 Ministry of Education - School Infrastructure,30138130,Request for Proposals,Closed Competition,Green Bay High School - Roll Growth 18 Teaching Spaces & Carpark - Two Stage Design and Build Services - Quantity Surveyor Services,MOE27747,20240905,20240919,20241011,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,Please use the GETS Q&A function for all tender related communications,"Quantity Surveyor Services required for Green Bay High School 18 Teaching Spaces & Carpark project. Green Bay High is a co-educational secondary school in the West Auckland suburb of Green Bay, New Zealand, catering for students from Year 9 to Year 13. Green Bay High School has a master plan roll of 3,200. The scope of this project includes: 18 Roll Growth Teaching Spaces Carparking to designation requirement of build roll Provision of additional non-Teaching Spaces Stage 1 Works: Design & Consenting (a) Produce the design (up to and including detailed design) for the new 3 -Storey block and associated infrastructure, services, siteworks and landscaping. (b) Prepare and submit the full construction documentation package to the Council for building consent. (c) Split the consent application to expedite the process for critical works and enabling works. (d) Obtain all building consents, licenses and approvals required under the Contract. Stage 2 Works: All construction and other work required to complete the new 18 TS block and associated infrastructure, services, site works and landscaping.",Awarded,"This contract was awarded to Rawlinsons Limited and began 14 October 2024. The term of this contract is until final completion of the project, forecast to be in October 2026. It is intended that the value of the contract resulting from this procurement will be within value band: $100,000 - $250,000.",0,20250410 Ministry of Education - School Infrastructure,30139168,Request for Tenders,Open Competition,"Main Building/Roofing Contractor for Roofing Replacement & Remediation to Various Blocks at Newbury School, Palmerston North",Newbury School,20240909,20241009,20250128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Newbury School are seeking a suitably qualified Main Roofing/Building Contractor to carry out the Roof Replacement & remediation Works to Various Blocks. The Contract Works required are: Roof Remediation & Replacement to Various Blocks including Iron Roofing, Trafficable Roofing, Spouting, Insulation if required. All tender documentation and necessary information attached. Contractors MUST visit site for tender to be compliant. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,137134,20250410 Ministry of Education - School Infrastructure,30139400,Request for Tenders,Open Competition,"Main Contractor for the Block 9, 11 and 15 Carpet and Autex Replacement works at Greenhithe School",,20240909,20241002,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Works are to replace the carpet and Autex in 3 two storey blocks (9, 11 & 15).",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30143187,Request for Tenders,Closed Competition,Nayland College and Maitai Base School (the School/Bundle) Maitai-Nayland College Satellite Main Contractor,MOE27446,20240906,20241101,20241211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The project is for a fit for purpose specialist teaching space for the integration of Maitai Base School students into a mainstream host school. The option selected involves the demolition of the Nayland College staffroom which is to be replaced,Awarded,,3507114,20250410 Ministry of Education - School Infrastructure,30148092,Request for Tenders,Open Competition,Main Contractor for Roofing at Hamilton Girls High School,249995,20240909,20241002,20241101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,Hamilton Girls' High School Board are seeking a main building contractor to undertake roofing works.,Awarded,,285000,20250410 Ministry of Education - School Infrastructure,30152417,Request for Tenders,Open Competition,Fencing Contractor for LSPM Fencing Works at Rotorua Primary School,5345,20240925,20241022,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Seeing fencing contractor for 275m of new aluminium fencing boundary fencing including gates,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30161992,Request for Tenders,Closed Competition,Main Building Contractor for AMS Project at Totara Grove School,239845,20240911,20241016,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"1.1 Assessment of Totara Grove School 10YPP 2022/2023 identified the requirement for upgrades and refurbishment of Block 2 Rooms 3-6. The original works of Block 2 were split between projects Project 239843 & Project 239845 under 10YPP and led to the main redesigned AMS Project. This project is funded by the schools 5YA funds and supplementary funding. The works are to be completed during Term 4 Christmas School Holidays 2024/2025. The extent of the asbestos found within other projects (and the proposed AMS project) was much larger than first thought. Once tested, the asbestos was found within the flooring of Block 2 and the caretaker's shed which was to be upgraded within project 249843 was discovered to contain Class A asbestos within the walls, becoming a high-risk health and safety hazard. The newly redesigned AMS project removes the asbestos within Block 2 classrooms and the caretaker's shed. Block 2 Classrooms are to have an upgrade of carpets, autex, painting, vinyl, and wet area cabinetry to be fit-for-purpose. The cloak bays and bathrooms are also to have new vinyl and paint. New toilets are to be installed in the bathrooms (8 total). Block 4 Autex, vinyl and carpets are to be installed in Classrooms 10 & 11 and offices & bag bays The caretakers shed will have a new wall installed once the asbestos has been removed. All works are to be completed during the Term 4 School Holidays. Classrooms are priority for completion.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30164730,Request for Tenders,Closed Competition,Main Contractor for AMS Combined Block 2 ILE and DQLS Upgrade at Northcote Intermediate School,,20240912,20241002,20241128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Northcote Intermediate School Board of Trustees are seeking a main contractor for AMS Combined Block 2 ILE & DQLS Upgrade.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30166587,Request for Tenders,Open Competition,Main Contract Works for 5YA Roof Replacement at Wairarapa College,238782,20240916,20241018,20241120,Board of Trustees - Approve by BoT - ie. School Principal,On behalf of procurement agent,No,,"Request for Tender - Main Contract Works for 5YA Roof Replacement. Scope includes roof replacement to Block C, Block D, and Clearlite throughout the school. Wall and Floor Coverings Replacement to Block C.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30167366,Request for Tenders,Open Competition,"Tolaga Bay Area School K, L Room Dividers",243198,20240916,20241004,20241129,Board of Trustees - Approve by BoT - ie. School Principal,All of Government,No,,"a. The Contract Works required are: i. Two sets of new Acoustic sliding doors in each block to provide class space flexibility. Doors are top hung suspended from insulated timber framing fixed to existing steel portals. ii. New sink bench joinery units and vinyl flooring to two teaching spaces in Block L iii. The scale of the works is medium. iv. The site is level and flat and offers easy vehicle access. v. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. vi. See Tender Documents for further information.",Awarded,,197861,20250410 Ministry of Education - School Infrastructure,30167623,Request for Tenders,Closed Competition,Request for Tenders for Northcote College (The School) Existing Gymnasium Stage 2 Main Contractor,,20240912,20241008,20241209,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"i. Northcote College is a secondary school located at 1 Kauri Glen Road Northcote, Auckland and caters to year 9 to 13 students. The school was founded in 1877 and has the longest school history on the North Shore. The school sits on 8.92ha of north facing land and is bounded by Onewa Road and Kauri Glen Road. Generally, sports areas are located to the northern side and buildings to the West and South Boundaries. ii. The schools existing gymnasium has been experiencing ongoing leaks and increased moisture resulting in high level mould growth. Areas impacted include the gymnasium, associated offices, and storage areas. The boys change rooms have cracks in the wall and a structural assessment is to be undertaken. The roofing and cladding are aged and in poor condition requiring replacement. To stop the leaks and prevent further deterioration in the short-term, the gymnasium is shrink wrapped. iii. Completion for term 2 2025",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30168222,Request for Tenders,Open Competition,"Main Contractor for Blocks A,C Roofing & External Window Replacement at Mossburn School",23-095,20240913,20241011,20241024,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Mossburn School BoT is currently in year 2 of its 2023/24 10YPP property plan. As part of the 5YA planned project list, this project has been approved that includes: Replacing the original old painted short run corrugated iron roof to Block A with a new long-run colorsteel roof. Replacing the window to the principals office with a half high timber framed, insulated, weatherboard clad wall, with a smaller aluminium framed and double-glazed window. Replacing the original old painted short run corrugated iron roof to Block C with a new long-run colorsteel roof.",Awarded,,183991,20250410 Ministry of Education - School Infrastructure,30176186,Request for Tenders,Closed Competition,"Main Contractor for Block 3 Lifecycle Repalcement of Carpet, Vinyl, Wall Covering, Ceiling Tiles, Doors and Lights at Viscount School",,20240916,20241009,20241216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Viscount School Board of Trustees are seeking a main contractor for Block 3 Lifecycle Replacement of Carpet, Vinyl, Wall Coverings, Ceiling Tiles, Doors and Lights.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30176198,Request for Tenders,Closed Competition,RFT Main Contractor for Hall Access Platform at Opua School,,20240917,20241008,20250116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: This project will deliver a new timber maintenance, access platform to the hall building. Please refer to the approved building consent plans for full scope and details.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30176534,Request for Tenders,Open Competition,Main Contractor for roofing work at Tinui School (Wairarapa),,20240917,20241010,20241204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"The BOT at Tinui School are seeking the services of a main contractor to undertake the construction works for Tinui School Blocks 1,2,3,4,5&6 This project will include both full section replacements and remedial works to existing sections. This includes: Demolition of roofing Removal & replacement of spouting and downpipes Installation of new metal roofing With the installation of new apron flashings the contractor will be required to complete carpentry work to replace areas of cladding. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Please find attached Medium Works Contract - Contractor will be required to sign. - Scoping document prepared by IR Group - Request for Tender Document - Form of Tender Part A (response doc) - Form of Tender Part B (response doc) - Pricing Schedule (response doc) Project consultants are: Project Manager - IR Group",Awarded,Tenders were evaluated in accordance with our procurement plan. The preferred supplier is Wai Build Ltd based on them having the best score in our weighted evaluation model.,72627,20250410 Ministry of Education - School Infrastructure,30176573,Request for Tenders,Closed Competition,RFT Main Contractor for Civil Works at Poroti School,,20240917,20241008,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: This project will deliver civil works to improve the flooding issues within the school property.",Not Awarded,"POROTI SCHOOL TENDER NOTIFICATION FOR CIVIL WORKS (GETS RFX ID: 30176573) Thank you for expressing your interest in this project. We are writing to inform you that: Due to significant scope change and required design changes, we will be re-issue this RFT once the revised design is complete and uploaded to the same panel. For further information, please refer to Rule 46, Government Procurement Rules - Rules for sustainable and inclusive procurement Alternatively, you may contact Blake Chalmers, Project Manager, at 027 253 2356 at your convenience. We anticipate providing additional updates by mid-2025. Thank you for your interest and input. We hope to receive further tenders from you in the future. Yours sincerely Blake Chalmers Project manager",0,20250410 Ministry of Education - School Infrastructure,30178954,Request for Tenders,Open Competition,Main contractor for Exterior walls wash and painting @ Alfriston College,,20241025,20241118,20241205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The board of trustees of Alfriston College are requesting the services for exterior wall aeshing of painting. All Tenderers shall be deemed to have inspected the site(s) before submitting the tender. Site Visit 1 - Wednesday 6 Novemver 2024 12:00 pm Site Visit 2 - Thursday 7 November 2024 12:00 pm Please RSVP to these site visits using the GETS Q&A system. Please also note the scope of works is a brief of what is required.Therefore Tenderers must attend a site visit to complete an accurate tender.",Awarded,In the final evaluation Health and Safety and previous experience in the similar projects were considered,241939,20250410 Ministry of Education - School Infrastructure,30180637,Request for Proposals,Closed Competition,Request for Proposals for Massey- Redhills (the School) New School Design and Build Services,,20240913,20241004,20241104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"a. Massey-Redhills Primary School is a proposed new school located at 1 Dunlop Road, Massey (Auckland). b. A new full primary school (Year 1-8) in the Massey area is a Network priority as part of a total catchment response to continued development increasing demand for schooling in the Massey Hobsonville Kaipara catchment. c. A site was identified and purchased in 2022. The designation has been completed in March 24. d. The initial build of the project includes: i. Block 1, 2 Storey (14TS - 12 EM TS and 2 MM) ii. Block 2, 2 Storey (14TS - 12 EM TS and 2 TS integrated satellite unit for Arohanui Special school) iii. There are 2 Specialist Teaching Spaces to be included in one of the above blocks (already included in the above TS count) iv. Library, Hall, Admin, Resource to be built to Master Plan Entitlement v. Carparking to Master Plan Entitlement vi. 6 carparks including 1 Accessible parking and covered PUDO for Arohanui special school. vii. Platforms only for Arohanui Special school viii. Platforms only for Northern Health school The project will be delivered through 2- Staged Design and Build approach with Stage-1 for construction of enabling works and design for vertical build for primary school only and stage-2 (subject to construction funding) for construction of buildings for Primary school and carparks.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30181042,Request for Proposals,Closed Competition,Rolleston South Primary School New School Design and Build Services,MOE27714,20240913,20241018,20241210,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Rolleston South Primary School New School Design and Build Services This tender is for the procurement of a Design & Build Contractor to complete the new Rolleston South Primary School. Further information is included within the attached tender documentation.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $5,000,000-$10,000,000",5000000,20250410 Ministry of Education - School Infrastructure,30181818,Request for Tenders,Closed Competition,Main Contractor for AMS Block 1a DQLS Upgrade & ILE Connections at Onehunga Primary School,,20240916,20241004,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Onehunga Primary School Board of Trustees are seeking a main contactor for AMS Combined Block 1a DQLS Upgrade and ILE Connections.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30187602,Request for Tenders,Open Competition,"RFT - Main Contractor for Roofing Replacements of Block A at Granity School, Buller",250519,20240916,20241016,20241107,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,"93 Vanguard Street, Nelson City, Nelson","This project aims to resolve the issues highlighted in the school's 10 Year Property Plan (10YPP) report. It involves the replacement of the Block A roofs and several other small repairs to ensure the building is weathertight and compliant. a. The Contract Works required are: i. Reroofing of Block A and associated works ii. No requirements for phasing and/or staged handover of the project iii. Standard school site in a semi residential setting, no known constraints other than timing iv. The Contractor will be engaged through a Medium Works Contract. No Contract related tags will be considered. The Principal prefers there to be no drawings and specification related Tags. v. See Tender Documents for further information.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30197452,Request for Tenders,Open Competition,"Main Contractor for Blocks 8,9,10,11,12: ILE and DQLS Upgrade and Blocks 1, C: Upgrade toilets and install hot water. New aluminium exterior doors. Repair staffroom cladding at Harrisville School",,20240918,20241011,20241115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks 8,9,10,11,12: ILE and DQLS Upgrade and Blocks 1, C: Upgrade toilets and install hot water. New aluminium exterior doors. Repair staffroom cladding at Harrisville School",Awarded,,223893,20250410 Ministry of Education - School Infrastructure,30199422,Request for Tenders,Open Competition,"Request for Tender - Block 1, 3, 4 Toilet Refurbishment at Te Pa o Rakaihautu",,20240918,20241014,20241029,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Refurbishment of the male and female single sex toilet rooms and a unisex toilet room, aligning with the existing refurbished toilet on site.",Not Awarded,Contract awarded to Modcon Projects.,0,20250410 Ministry of Education - School Infrastructure,30200903,Request for Tenders,Open Competition,Main Contractor for the Internal and External Refurbishment of A Blocks Wings 2&4? at Rangitoto College,282506 & 282507,20240917,20241010,20241104,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,The contract was awarded to Miro Construction and will start on 04/11/24.,1731752,20250410 Ministry of Education - School Infrastructure,30200988,Request for Tenders,Closed Competition,Westland High School - Toilet & Science Lab Refurbishment,,20240926,20241021,20250106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"As part of Westland High Schools 10YPP, their 3no science labs and 2x toilet blocks are in need of a refurbishment and reconfiguration. Works will have to be scheduled between science labs and toilets, this will have to be agreed with the school to minimise disruption during the term time and to ensure the health and safety of all school users during active works. The works will need to be split into 2 stages as the school can only accommodate the loss of 2 science labs at a time and 1 toilet block. This could look at the following: Stage 1: 2no Science Labs and Resource Room and Block A Toilets Stage 2: 1no Science Lab and Block B Toilets The consent documentation will refer to works in Block E, this is not part of the tender. This is part of a separate project with works already completed.",Awarded,"Thanks everyone for their submissions, debriefs are going out to all who have requested.",0,20250410 Ministry of Education - School Infrastructure,30204468,Request for Tenders,Open Competition,"Main Contractor for the Blocks 1 and 2: Refurbishment of classrooms, corridors, storage/resource rooms, roofing, existing boiler room and reconfiguration of toilets at Homai School",,20240919,20241018,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks 1 and 2: Refurbishment of classrooms, corridors, storage/resource rooms, roofing, existing boiler room and reconfiguration of toilets at Homai School",Awarded,,1437580,20250410 Ministry of Education - School Infrastructure,30204568,Request for Proposals,Open Competition,Quantity Surveyor for Upper Gymnasium Remediation Project at Auckland Girls Grammar School,,20240918,20241011,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees at Auckland Girls Grammar School are seeking Quantity Surveying services for the upper gymnasium remediation project, involving the cost management and financial oversight of the Contract Works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30205231,Request for Tenders,Open Competition,Main Contractor for the Block 2: Window Replacement at Homai School,,20240919,20241018,20241105,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Block 2: Window Replacement at Homai School,Awarded,,167459,20250410 Ministry of Education - School Infrastructure,30207790,Request for Tenders,Closed Competition,"RFT - Commercial Fencing Contractor for LSM - Site Boundary Improvements at Levin School, Horowhenua",6306,20240918,20241017,20241221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Levin School has a need to improve site safety along the majority of the boundaries that adjoin roadways and neighbouring residential properties. The improvements will consist of the replacement of existing fencing and pedestrian gates in areas of the school identified by a Learning support Recommendations Report. The contract will also comprise of a timber framed weather protective canopy structure that will be located close to the junior classroom block.",Awarded,Awarded to Feco Fence Systems. anticipated completion of 31.07.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.,0,20250410 Ministry of Education - School Infrastructure,30208448,Request for Tenders,Open Competition,"Main Contractor for Design, Supply and Installation of New Permanent Outdoor Canopy at Te Kapehu Whetu",247142,20240925,20241021,20250207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,N/A (all responses must be submitted electronically via GETS),"Te Kapehu Whetu Board of Trustees seeks the services of a main contractor for the design, supply and installation of a new permanent shade canopy over their existing court.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30218401,Request for Tenders,Closed Competition,Ohoka & Darfield Bundle - Short Term Roll Growth - Main Contractor,MOE27831,20240923,20241018,20241119,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All comminucation with the school/ministry is to be directed through GETS,"The Contract Works required for both sites are: i. Demolish the internal framing and construct new walls as per PXAs design. Construct stairs and ramps for accessibility. Construct new bathrooms as per PXA Design, new carpet throughout, remove and reinstall cabinetry. Reclad where cladding has been affected. Replace window glazing where damaged and missing. Lighting and alarm work. New heat pumps and lights to be installed. Drainage works to be completed and included in this scope of works but charged separately. ii. Topography is very flat, Access plan to be included as location of the building is in one of the far corners across the field.",Awarded,,1259247,20250410 Ministry of Education - School Infrastructure,30227867,Request for Tenders,Open Competition,Main Contractor - Lyall Bay School Block A Carpet Refurbishment (Wellington),,20240919,20241015,20241101,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The BOT at Lyall Bay School are seeking the services of a main contractor to undertake the Block A: Carpet refurbishment works The work is described in the tender documents prepared by S&T and involves: Remove existing carpet to classrooms and corridor floors, including garage carpet up the walls Supply and install new carpet to classrooms, including garage carpet to walls Leave site clean and tidy The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. Preferred Date: December / January School Holidays The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Tender Tag Table - list comprehensive tags - Construction Programme",Awarded,,79901,20250410 Ministry of Education - School Infrastructure,30229746,Request for Tenders,Open Competition,Main Building Contractor for LSM S: Accessible Toilet at Cromwell College,373.24.03,20240923,20241017,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,The School required a Main Building Contractor to deliver a toilet block that meets the requirements of new students starting at the school in 2025,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30231925,Request for Tenders,Closed Competition,Ormiston Senior College New School Expansion Main Contractor,MOE27646,20240923,20241025,20241219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,NA,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for school expansion works at Ormiston Senior College.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30232323,Request for Tenders,Closed Competition,RFT Main Contractor for Drainage Works at Morningside School,,20240923,20241014,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: This project will deliver drainage works to the existing field as detailed in the attached LDE report.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30237043,Request for Tenders,Closed Competition,RFT Main Contractor for Stormwater and Wastewater Upgrades at Kawakawa Primary School,,20240924,20241015,20241203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: This project will deliver stormwater and wastewater upgrades.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30238036,Request for Proposals,Closed Competition,Target Road School New Building for 5 Roll Growth Teaching Spaces and 2 Learning Support Teaching Spaces Project Management & Engineer to Contract Services,MOE27642,20240923,20241014,20241212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Project Management and Engineer to Contract Services required for Target Road School 5 Roll Growth Teaching Spaces and 2 Learning Support Teaching Spaces Project. Target Road is a co-educational primary school in Auckland's North Shore suburb of Totara Vale, New Zealand, catering for students from Years 1 to 6. The Services required are: leading the Project through the project phases from Detailed Design until the end of the defects period. Acting as Engineer to the Contract to administer the Construction Works Contract.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,30239227,Request for Tenders,Closed Competition,RFT Main Contractor for Replacement Teaching Spaces at Morningside School,,20240924,20241016,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"The Contract Works required are: This project will deliver construction of two classroom teaching block and a toilet block",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30241437,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1,2,4,5,7,A,B,C,E Fire Alarm Upgrade at Te Hihi School",,20240924,20241011,20241129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Te Hihi School Board are seeking a main contractor for Blocks 1,2,4,5,7,A,B,C,E Fire Alarm Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30243307,Request for Tenders,Closed Competition,Te Akau ki Papamoa School - Refurbishment of B Block,215513,20240924,20241015,20241118,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The School Board of Te Akau ki Papamoa are requesting the shortlisted tenderers for a Request for Tender for the full refurbishment of B Block,Awarded,The contract was awarded to Shawn Williamson Building and will start on the 2/12/2024. The term of this contract is 4 months,573305,20250410 Ministry of Education - School Infrastructure,30244406,Request for Tenders,Open Competition,"Main Contractor for Roofing, Heating, Switchboard and Food Technology upgrade project at Central Southland College",237783 and 237786,20240925,20241023,20250217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Main Contractor tenders are sought for work at Central Southland College. This project chiefly comprises re-roofing work to the school Hall, and Administration Block low level roof. The latter will involve re-pitching the roof. There is also some minor re-roofing work to two other buildings (I3 and I6). Alongside this roofing work there is also some heating unit and component replacement, floor coverings replacement, and switchboard replacement work. Finally, in the technology block the fire alarm system will be upgraded, and the food technology room will be upgraded.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30246611,Request for Tenders,Open Competition,Fire Alarm Contractor for Fire & Security Alarm Upgrades at Trident High School,246375,20240925,20241021,20250106,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Trident High School is seeking a fire alarm contractor to upgrade their existing fire alarm systems. Currently there are 5 different types (2, 3, 4, 6, & 7) across the site. The proposed works is to reduce this to 3 types (3, 4, & 6). The works will also include the removal of smoke detection from the existing security alarm system. The works are planned for the 2024/25 summer holidays.",Awarded,,246741,20250410 Ministry of Education - School Infrastructure,30246806,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for Site - Concrete Ramp Remediation at Mt Cook School, Wellington",6295,20240924,20241024,20241218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Mt Cook School has a need to remove a non compliant aging ramp connecting two differing pavement heights of the two main sealed playgrounds and replace them with timber steps and metal handrails. Some minor landscaping structures and siteworks is also required.",Awarded,"Awarded to Field & Hall Ltd, anticipated completion of 31.07.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,30254233,Request for Tenders,Closed Competition,Main Contractor for the Blocks 1 and 7 Clearlite and Gutter Replacement at Te Hihi School,,20240925,20241015,20250202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Te Hihi School Board are seeking a Main Contractor for Blocks A, 1,4/5, 7 Clearlite, Gutter and Roof Replacement.",Awarded,,54074,20250410 Ministry of Education - School Infrastructure,30257994,Request for Tenders,Closed Competition,"Main Building Contractor for Refurbishment of Blocks L, T, W at Mercury Bay Area School",248523,20240925,20241023,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Mercury Bay Area School Board of Trustees wish to engage a Main Building Contractor to carry out 5YA works by refurbishing Blocks L, T, W. These works involve the reconfiguration of existing Blocks L, T, W to create 2 teaching spaces within footprint with break out (install slider doors between), internal wall/floor lining replacements",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30258583,Request for Tenders,Open Competition,RFT Main Contractor for Block 1 Internal Refurbishment Mangakahia Area School,,20240926,20241030,20241218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Internal refurbishment works to Block 1. Please see attached plans and specifications.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30259545,Request for Tenders,Open Competition,Main Contractor for Site: Retaining Wall at St Heliers School,,20240925,20241018,20250117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30263271,Request for Tenders,Closed Competition,RFT Multiple Block Refurbishment Project at Te Kura o Omanaia,,20240927,20241101,20250317,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"These works cover multiple projects that are part of the schools 10YPP. These projects are as follows: 1,2,4: Roofing and Drainage 1,2,3,11: Autex & Carpet Site: Fire Alarm Upgrade Project 1,2: Internal Refurbishment Project",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30265776,Request for Tenders,Open Competition,RFT for Main Contractor for Design and Build of a Pool Shade Structure at Kaingaroa School (Kaitaia),,20240927,20241022,20241127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The works involve designing and building a hard shade structure over the school pool area. We are looking for a design and build solution for a fixed price of $135,000.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30266721,Request for Tenders,Closed Competition,Request for Tenders for Kaitaia College Weathertightness Remediation Main Contractor,MOE27897,20240927,20241023,20241211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the weathertightness remediation BB/J Block at Kaitaia College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30272613,Request for Tenders,Closed Competition,"Main Contractor for Blocks 2,3,6,9, Carpet Replacement & Autex Installation at Auckland Normal Intermediate School",,20240930,20241018,20250129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through GETs website,"The Auckland Normal Intermediate School Board are seeking a Main Contractor fort the Blocks 2,3,6,9 Carpet Replacement and Autex Installation.",Awarded,,237352,20250410 Ministry of Education - School Infrastructure,30273335,Request for Tenders,Open Competition,Main Building Contractor for toilet block Upgrade Works at Mountainview High School,,20240930,20241024,20250307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Tender (RFT) is an invitation to suitably qualified contractors to submit a Tender for Main Building Contractor for toilet block Upgrade Works at Mountainview High School. Reconfigure and refurbish the blocks 2,3 &4. Replace cubicles with full height walls and doors. Each facility must contain a toilet, basin, and sanitary disposal area as per MOE guidelines.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30276475,Request for Tenders,Open Competition,Main Contractor for Block 1: Replacement of window and door joinery at Papatoetoe South School,,20241001,20241021,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30280265,Request for Tenders,Closed Competition,"Otaki College (the School) Essential Infrastructure Roofing, Weather-tightness, Exterior carpentry Main Contractor",MOE27878,20240930,20241104,20250106,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Otaki Colleges built environment consists of several buildings, primarily constructed in the 1960s, located on a flat site. While the school has been well-maintained, some building elements have reached the end of their expected lifespans, needing weathertightness and essential infrastructure upgrades. Originally, three separate projects were identified. To improve efficiency, these projects have been consolidated into a single scope of work. This involves collaboration with three different architectural design teams. The Contract Works required are: (a) Weathertightness for Block A (b) Weathertightness for Block G (c) Essential Infrastructure Works (Roofing and exterior carpentry for Blocks C, D, E, F, and H1) The sequencing of these portions will be influenced by the school's operational constraints. The works will be managed in two separate portions, with the essential infrastructure works for the remaining blocks integrated into work packages for either Portion A or Portion B, as determined by the contractor. All crossovers between the essential infrastructure works and weathertightness projects have been identified and addressed.",Awarded,The contract was awarded to Maycroft Construction Limited and will start on 6/01/2025. The term of this contract is 2 years.,1752655,20250410 Ministry of Education - School Infrastructure,30281720,Request for Tenders,Closed Competition,TKKM o Wairarapa (the School) Library Refurbishment to a Whare Wananga Main Contractor,MOE27812,20240930,20241030,20241217,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: i. Refurbishment of the existing Library ii. Small to medium in scale iii. Work to be completed within a working school adjacent the main office and entrance Timeframe limitations are: i. To be completed before the start of Term 2, 2025",Awarded,The contract was awarded to Holmes Construction NZ Limited and will start 17 December 2024. The term of this contract is 1.5 years.,666595,20250410 Ministry of Education - School Infrastructure,30282244,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 3 Toilet and Breakout Space at Swannanoa School,,20241001,20241029,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school has a requirement for an upgrade of existing buildings, with upgrade of toilets and creation of a breakout space being the main project.",Not Awarded,Contract awarded to Amalgamated Builders Ltd on 02/12/24,0,20250410 Ministry of Education - School Infrastructure,30282652,Request for Tenders,Closed Competition,"Main Contractor for Blocks 1,2,6,7,8,10,18 and MP DQLS Upgrade at Papatoetoe North Intermediate School",,20241001,20241021,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Papatoetoe North School Board of Trustees are seeking a main contractor for AMS Combined Blocks 1,2,3,6,7,8,10,18 & MP DQLS Upgrade.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30284611,Request for Tenders,Open Competition,Main Contractor for Block E Weather Tightness and Internal Remediation at Heretaunga College,,20240930,20241023,20250325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30285109,Request for Tenders,Closed Competition,"Cashmere Avenue MOE27770 - Main Contractor - Weather Tightness, 5YA, and Demolition",MOE27770,20240930,20241101,20241219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Weather tightness issues have been identified within a number of blocks at Cashmere Avenue School, based in Khandallah, Wellington. This RFT is seeking a main contractor to deliver weather tightness remediation, 5YA, and demolition scopes with Cashmere Avenue School from approximately December 2024 to September 2025. It is proposed that the project be delivered under contract which would be managed in the following separable portions: - one relating to weather tightness remediation for block 9 room 14, block 11 room 16, block 8 (library), block 6 and block 14. Note the anticipated programme for this work is from December 2024 to July 2025 (works must be complete by Monday 14th July 2025, when school term three will begin); - the other relating to the demolition of blocks 12 and 19. Note the anticipated timeframe for this is throughout the September 2025 holiday period (between terms three and four, from 20/09/2025 to 05/10/2025). This contract will be delivered as part of the Ministry of Educations national weather tightness programme.",Awarded,"This contract was awarded to ABC Supplier Limited and began on 19 November 2024. The term of this contract is until final completion of the project, forecast to be in September 2025. It is intended that the value of the contract resulting from this procurement will be within value band: $1M - $5M",0,20250410 Ministry of Education - School Infrastructure,30285580,Request for Tenders,Open Competition,"Main Contractor for Block F, Rooms 20- 21 Refurbishment at Henley School",,20240930,20241030,20241122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the refurbishment of rooms 20-21 and conversion of existing toilet space as a breakout room at Henley School.,Awarded,"Thank you to all tenderers that engaged with and submitted on this project. There were 5x responses received, with IMB Construction selected as the successful tenderer on this project. Nga mihi nui",199795,20250410 Ministry of Education - School Infrastructure,30285854,Request for Tenders,Closed Competition,Main Contractor for the Block 2 Joinery and Toilet Block Refurbishment at Panama Road School,,20241002,20241021,20250226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Panama Road School Board are seeking a main contractor for the Block 2 Joinery and Toilet Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30290223,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block 1 Upgrade at Temuka Primary School,,20241002,20241023,20250217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Complete DQLS (Designing Quality Learning Spaces) upgrades to classrooms 6, 7 & 8, within Block 1 and to include remodelling of toilet, breakout and resource spaces. (General upgrade to eastern end of Block 1).",Not Awarded,Tender was awarded to Henderson Building Ltd,0,20250410 Ministry of Education - School Infrastructure,30293746,Request for Tenders,Closed Competition,RFT Main Contractor for Roofing Works at Motatau School,,20241003,20241024,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: his project will deliver roofing works to Block 5 as per the enclosed plans. Please Note: Stage 2 Internal and External alteration as detailed in the attached concept plans will be issued to this panel as an NTT as soon as available.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30306530,Request for Quotations,Closed Competition,Te Kura Kaupapa Maori o Te Ara Whanui - Roll Growth - Quantity Surveying,MOE27954,20241007,20241017,20241105,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,This Request for Quotes (RFQ) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an invitation to Tenderers to submit a Quote for Te Kura Kaupapa o Te Ara Whanui - Roll Growth - Quantity Surveying.,Awarded,This contract was awarded to BECA Limited and started in November 2024.,0,20250410 Ministry of Education - School Infrastructure,30310130,Request for Tenders,Open Competition,Main Contractor for the Playing Field Extension at St Clair School,,20241004,20241031,20250207,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees for St Clair School are seeking to engage a suitably qualified and experienced main contractor to deliver the proposed playing field extension. The new field is located on the former Forbury Park Raceway site, and the work involves bulk excavation, preparation of the field surface, seeding, maintenance of the seeded surface, fencing and drainage. Please refer to the tender drawings for the full scope of works.",Awarded,"Following the review of the submissions received, this opportunity has been awarded to Southroads Limited.",0,20250410 Ministry of Education - School Infrastructure,30313536,Request for Tenders,Open Competition,"(1856) Ohinewai School A.M Roof Replacement, L: Bathroom Upgrade, A:Cladding Replacement",222785,20241004,20241030,20241112,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30316186,Request for Tenders,Open Competition,Main Contractor for External Remediation & Air Conditioning Project at Dargaville Intermediate School,250357,20241004,20241101,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Assessment of Dargaville Intermediate and liaising with MOE construction advisor, School/Board of Trustees (BOT) identified the requirement for the following external remediation works: - Fixing issue with water leaking near high level windows on the western, gable end of the school hall. It was agreed that resolving the window issue should be top priority. - Subject to having sufficient funding the school would like to install air-conditioning to the hall. It is proposed that separate pricing for this component of work will be requested but only included into the contract if the budget allows. This project is funded by the schools 5YA un-allocated funds. No Building Consent is required for these works. The project involves asbestos removal as the gable wall cladding is almost certainly asbestos. This will be removed a specialist sub-contractor at the beginning of the construction works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30320327,Request for Quotations,Closed Competition,Cashmere High School STRG Relocatable Main Contractor Services,MOE27718,20241003,20241017,20241104,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Cashmere High School STRG Relocatable Main Contractor Services The scope of works is to refurbish the classroom and re-deploy the relocatable classroom to Cashmere High School. The classroom is currently in Smith Constructions yard, awaiting refurbishment. The extend of refurbishment is to be as previously agreed between the tenderer and the Ministry.",Awarded,,428605,20250410 Ministry of Education - School Infrastructure,30321037,Request for Proposals,Closed Competition,Otumoetai College (the School) - Stage 2 - 10 Classroom Block Repeatable Design Design & Build Services,,20241003,20241107,20250123,,Sole Agency,No,,"Otumoetai College is a coeducational secondary school catering for years 9 to 13, located at 105 Windsor Road, Bellevue, Tauranga. This Project is part of the multi-stage redevelopment works for Otumoetai College to cater for a projected roll growth to 2045. The College seeks a facility that can accommodate its current approach to teaching and learning, but also provide the ability to develop new approaches over time in order to provide a well-rounded, excellent education to all students.t The Major Redevelopment Project was first initiated in 2015 as several buildings at the College were identified as requiring remediation or replacement due to weathertightness risk, nearing end of life and/or not fit for purpose. High level scope of works: Development and construction of a repeatable two storey, 10 Teaching Space Block Approximate Nett TS Floor Area of 700m2 plus provision for 3 RTLBs of 45m2 to be refined during design phase. Comprehensive site analysis and review of previous geotechnical reports and all other available reports Outline Plan of Work and Building Consent Processing Earthworks Site infrastructure and utilities upgrades (including transformer) Hardscaping and landscaping Execution of any enabling works, including asbestos removal, removal and disposal of contaminated soils, demolition and decanting, if required See the Request for Proposal document for further detail.",Awarded,"This contract was awarded to Livingstone Building NZ Ltd and began on 23/01/2025. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $5M- $10M.",0,20250410 Ministry of Education - School Infrastructure,30321424,Request for Tenders,Closed Competition,Main Contractor for Block C 5YA Stage 1 work at Frankton School,MoE ID#242866/PTA202406,20241008,20241030,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,"Frankton Board of Trustees (the Principal) seeks a suitably experienced Contractor to carry out the works for the above project. The scope is described in the RfT document. All applications and any queries to this RfT are to be by GETS.",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30323316,Request for Tenders,Closed Competition,James Hargest College Redevelopment Stage 1 Main Contractor Works,MOE27797,20241004,20241106,20241211,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"James Hargest College Redevelopment Stage 1 Main Contractor Works This procurement is for the relocation of R, S and U Blocks within the same site, as well as the construction of a new fit-for-purpose 14TS two-storey building at the Senior Campus works to replace B Block. The new block is to be located to the west of I and J Blocks and will house Science classrooms and a Specialist Learning Centre. Further information is included within the tender documentation pack.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $10,000,000-$25,000,000",0,20250410 Ministry of Education - School Infrastructure,30327043,Request for Tenders,Closed Competition,Main Building Contractor for T Block Refurbishment at Omokoroa Point School,244182,20241007,20241101,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Omokoroa Point School would like to undertake a reconfiguration & refurbishment to the interior of T Block. The building requires the upgrades in order to provide for the Tech learning requirements to students.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30327763,Request for Tenders,Open Competition,Main Building Contractor for Roofing at Parawai School,244182,20241008,20241101,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Parawai School would like to address the required P2 end of life Roofing items highlighted in the 10YPP which are to remove and replace roofing material, flashings, spouting, installation of backtrays to skylights to identified buildings throughout the School.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30328453,Request for Tenders,Open Competition,Main Contractor for sitewide fencing work at Alfredton School (Eketahuna),,20241008,20241101,20241203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"The BOT at Alfredton School are seeking the services of a main contractor to undertake the construction works associated with removal of existing fencing and installation of new sitewide hurricane wire panel fencing. This includes: Removed all existing boundary fencing, posts, vehicle gates. Installation of Hurricane Wire Panel fencing vehicle and pedestrian gates at locations shown on drawings. Gates to be fitted with child proof opening mechanisms and self-closing hinges. Provide signage to all gates. The project will be a complete turnkey project and will be handed over on completion. Please find attached Medium Works Contract - Contractor will be required to sign. - Scoping document prepared by IR Group - Request for Tender Document - Form of Tender Part A (response doc) - Form of Tender Part B (response doc) - Pricing Schedule (response doc) Project consultants are: Project Manager - IR Group",Awarded,Tenders were evaluated in accordance with our procurement plan. The preferred supplier is RP Solutions Ltd based on them having the best score in our weighted evaluation model.,94000,20250410 Ministry of Education - School Infrastructure,30330300,Request for Proposals,Closed Competition,Rolleston College - Campus 2 New School D&B STRG Accommodation,MOE27949,20241004,20241120,20250115,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Rolleston College - Campus 2 New School D&B STRG Accommodation The scope of this procurement is for: (a) The relocation and installation of OMB buildings (17TS) from the existing Rolleston College Campus located at 631 Springston Rolleston Road; (b) The Supply, delivery, and installation of two modular building (Portacom MegaCom or similar alternative) buildings containing non-teaching spaces plus seven general learning spaces. (c) The design and build of a 5 TS relocatable, repeatable design teaching block. Further information is included in the tender documentation pack.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $5,000,000-$10,000,000",0,20250410 Ministry of Education - School Infrastructure,30331984,Request for Tenders,Open Competition,Main Contractor for roofing work at Martinborough School (Wairarapa),,20241009,20241104,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to made through the GETS website,"The BOT at Martinborough School are seeking the services of a main contractor to undertake the construction works for Martinborough School Blocks B, D, H, K & Covered Walkway This project will include both full section replacements and remedial works to existing sections. This includes: Demolition of roofing Removal & replacement of spouting and downpipes Installation of new metal roofing Installation of new membrane roofing With the installation of new apron flashings the contractor will be required to complete carpentry work to replace areas of cladding. A separate sum for the replacement of clerestory windows in Block D is required. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Please find attached Medium Works Contract - Contractor will be required to sign. - Scoping document prepared by IR Group - Request for Tender Document - Form of Tender Part A (response doc) - Form of Tender Part B (response doc) - Pricing Schedule (response doc) Project consultants are: Project Manager - IR Group",Awarded,Tenders were evaluated in accordance with our procurement plan. The preferred supplier is Tunnicliffe Builders Ltd based on them having the best score in our weighted evaluation model.,417889,20250410 Ministry of Education - School Infrastructure,30343278,Request for Tenders,Closed Competition,Main Contractor for the Block B Refurbishment at Southern Cross Campus,,20241009,20241104,20250116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Southern Cross Campus Board are seeking a main contractor for the Block b Refurbishment.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30348311,Request for Tenders,Open Competition,"Main Contractor for LSPM Bathroom, Ramp and Deck at Tawera Bilingual School",243251,20241010,20241106,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"In response to the requirements as described in the MoE Property Modifications Report, an Accessible Bathroom is required to be installed in the school to meet the students needs. The building identified for the toilets to be located in is Block B, specifically in the redundant tuckshop area. In order for the Accessible Bathroom to be accessed by students, a corresponding deck and ramp will also need to be installed. The works identified will need to be undertaken during school holidays. The Contract Works required are: To remove, resize and replace the entrance door. To remove built in units, and an existing interior wall and replace with new dimensioned wall and joinery for the accessible bathroom. In the accessible bathroom area, to remove existing wall linings and all built in furniture, remove existing flooring and address to allow for shower form fall. Install drainage. Install new flooring, new wall linings, fittings and fixtures to specification for accessible bathroom. To install a deck and ramp for access to the accessible bathroom.",Awarded,The contract was awarded to Shawn Williamson Builders and will start on 09.12.24.,124379,20250410 Ministry of Education - School Infrastructure,30349830,Request for Tenders,Open Competition,Main Contractor for Block 8: Partial Subfloor Replacement & Building Re-clad at Bucklands Beach Intermediate School,,20241010,20241108,20241114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,176181,20250410 Ministry of Education - School Infrastructure,30350022,Request for Tenders,Open Competition,"Main Contractor for Blocks 4, 7, 10, 12, 13, 14: DQLS Upgrade, Removal of Internal Wall and Canopy Replacement at Maraetai Beach School",,20241010,20241108,20241114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,170138,20250410 Ministry of Education - School Infrastructure,30350170,Request for Tenders,Open Competition,Main Contractor for Site: Fire System Upgrade at Pukekohe Hill School,,20241010,20241108,20250213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,Only received 1 tender. Quote accepted from the open market,0,20250410 Ministry of Education - School Infrastructure,30353526,Request for Tenders,Open Competition,Main Contractor for Site: Creation of New Access and Driveway Extension at Howick College,,20241009,20241104,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30363405,Request for Tenders,Closed Competition,Main Contractor for Site Non Roll Growth Property Upgrade at Willow Park School,,20241011,20241104,20250312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Willow Park School Board is seeking a main contractor for Site Non Roll Growth Property Upgrade project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30364115,Request for Tenders,Open Competition,"Main Contractor for Blocks 5,9,11: Refurbishment (5,9: Relocatable and 11: Interior) at Cosgrove Primary School",,20241011,20241108,20241114,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,384187,20250410 Ministry of Education - School Infrastructure,30368251,Request for Tenders,Closed Competition,Request for Tender - Main Contractor for Block I Replacement Building at Mount Hutt College,,20241011,20241106,20241126,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"Demolish two classrooms that form part of the schools existing Block I, and then build a new classroom block of two classrooms with central breakout space and staff office. The block is to have a covered veranda surrounding the entire building with an extended covered area out to the playing field on the east to act as a sports pavilion area. The new block is intended to be built beside the existing Block I classroom that will remain. The proposed site is to be generally where the existing classroom are removed.",Not Awarded,Contract was awarded to Bradford Building Ltd.,0,20250410 Ministry of Education - School Infrastructure,30369813,Request for Tenders,Closed Competition,Main Contractor RFT for Sitewide Drainage Upgrades at Takapuna Grammar School,,20241014,20241112,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30394374,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 1,1,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 1 - Aranga School, Pouto School, Ruawai School, Northland. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 1 is the next group of schools to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30395013,Request for Quotations,Open Competition,Fire Alarm Upgrade Bundle 5,5,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 5 - Motumaoho School, Ngaruawahia School, Waikino School and Waingaro School, Waikato. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 5 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30395459,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 6,6,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 6 - Kutarere School, Putaruru School, Tirohanga School, Waikato. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 6 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30395831,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 7,7,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 7 - Arohena School, Kinohaku School, Rangitoto School, Wharepapa South School, Waikato. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 7 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30396002,Request for Tenders,Closed Competition,RFT for Main Contractor for Stage 1: Block A - Roof Cavity Ventilation & Mould Remediation at Snells Beach School,,20241015,20241115,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The roof cavity has ventilation issues in Block A (Admin & Library) which is a systematic issue site wide. This project is to investigate and provide solution to all other blocks. Investigations by the school and the MoE asset manage have found the structural elements to be intact, however it is likely that all roofing insulation and some of the ceilings are damaged, covered in mould and the building elements will require cleaning and/or replacement. This project will be run as 3 Stages awarded to one contractor*. - Stage 1 (this Tender) is for the Library and Admin building. - Stage 2 will be for the balance of the school classroom re-roofs. - Stage 3 will be the Hall building.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30396103,Request for Tenders,Open Competition,Main Building Contractor for Roofing & Spouting Replacement at Napier Girls' High School,,20241016,20241111,20250113,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Block A - Roof i. Replace translucent sheeting with trafficable roofing sheets. Remedial works to membrane gutters. Block H - Roof ii. Roof fixing replacement; membrane remedial. Block N Roof - iii. Roof fixing replacement; Replace membrane roof with enviroclad welded membrane roofing system, allow to replace substrate and remove and reinstate existing roofs so membrane is appropriate installed under existing adjacent roofing. Ensure membrane is finished into spouting properly Block S Replace low pitch roof over deputy principals office & office block. Liquid applied membrane to existing membrane roof.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30396506,Request for Tenders,Closed Competition,"Main Contractor for 2: Partial Cladding & Windows Replacement, Classroom & Toilet Upgrade at Ashley Rakahuri School",3285-23-01,20241016,20241106,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Ashley Rakahuri School has a project included in their property plan for an upgrade to an existing 2 classroom Cebus building, Block 2. The indicative scope of works includes: Partial replacement of rotten timber windows as required and associated ACM exterior cladding. Provision of new external exit to rear of building. Acoustic treatments to walls. Electrical upgrade. Replacement carpet. Toilet upgrade / reconfiguration & provision of breakout space. Insulation.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30397110,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 8,8,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 8 - Ngamatapouri School, Rawhitiroa School, Turuturu School, Taranaki. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 8 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30397334,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 9,9,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 9 - Huiakama School, Kaitieke School, Mimi School and Orautoha School, Taranaki/Manawatu-Whanganui. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 9 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30397629,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 10,10,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 10 - Frasertown School, Mangapapa School, Potaka School and Te Kura o Mata School, Hawkes Bay/Gisborne. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 10 is the next group of schools to qualify under the program.",Not Awarded,No responses.,0,20250410 Ministry of Education - School Infrastructure,30397865,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 11,11,20241127,20250205,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 11 - Ballance School, Makuri School, Manawatu-Whanganui. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 11 is the next group of schools to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30398019,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 12,12,20241127,20250205,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 12 - Lake Rotoiti School, Maruia School, Tasman/West Coast. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 12 is the next group of schools to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30398186,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 14,14,20241127,20250205,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 14 - Barrytown School, Kumara School, West Coast. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 14 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30398201,Request for Tenders,Closed Competition,RFT for Main Contractor for Replacement of 2x Teaching Spaces at Onerahi School,247738,20241015,20241111,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Onerahi Primary School is located on Church Street, Onerahi in Whangarei. A temporary classroom block has been removed off the school grounds to make way for a new classroom block. The new classroom block will have 2 teaching spaces, each with its own break out space and 2 toilets with one being fully accessible. Teaching space 1 will have a kitchen area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30398349,Request for Tenders,Open Competition,Main Contractor for Site Boundary Fence Provision at Westbridge Residential School,,20241015,20241107,20241127,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Westbridge Residential School Board are seeking a main contractor for Site Boundary Fence Provision project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30398590,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 4,4,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 4 - Colville School, Tapu School, Te Rerenga School, Coromandel. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 4 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30400215,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for AMS - Replace Ceilings and Lights at Newlands Intermediate School, Newlands, Wellington",5883,20241015,20241111,20250320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Project three in the current 5YA specifies improvements to acoustics and artificial lighting to classrooms in Blocks 1, 2 and 5. The intention is to install either mineral fibre tiles or polyester proprietary panels onto the existing ceiling linings. Existing fluorescent lights will be removed and replaced with modern LED fittings.",Awarded,"Awarded to Tracer Construction Ltd, anticipated completion of 30.11.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,30401981,Request for Tenders,Closed Competition,Alfriston College Tirohanga Building Redevelopment Main Contractor,MOE24490,20241017,20241111,20250205,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for redevelopment/remediation works at Alfriston College.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30403173,Request for Tenders,Closed Competition,RFT Main Contractor for Roofing Works at Hurupaki School,,20241016,20241115,20241213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Contract Works required are: Re-roof Block 2 and replace/repair spouting in Blocks 2, 3 & 9. Block 2 Library roof lifecycle replacement required. Block 3 Spouting replacement required to fix leaks. Skylight above unisex toilets leak to be removed. Block 9 Water damaged ceiling tiles are showing signs of a potential leak. Roofing investigation of Hall roof required and contractor to advise findings.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30404166,Request for Tenders,Closed Competition,RFT Main Contractor for Block H Replacement at Kamo High School,,20241016,20241107,20241128,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Re-location of two new classrooms (currently placed on the school field) including all necessary ground works, decking, fencing and internal and external refurbishment of the re-located blocks to be fit for purpose. The works are detailed in the attached plans and specifications",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30405019,Request for Tenders,Open Competition,"Tokanui school Main Contractor for A,C,2,3 Roof and heatpump replacement",4030-25-01,20241016,20241112,20250218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The BOT at Tokanui School is seeking suitably qualified main contractors to submit an RFT for the project. The complete and detailed solution required is specified in the plans and specifications included in the tender documents. The contractor must have sufficient capability and capacity to complete the contract works and be sensitive to the requirements needed to work on an educational site. this project must be completed at the start of term 1 2025,Awarded,C Brown Builders has been awarded this contract with the best overall score.,147034,20250410 Ministry of Education - School Infrastructure,30407258,Request for Tenders,Closed Competition,"Main Contractro for Blocks Blocks A,B,C,D3,K,P,X, Pavilion Roof, Gutter and Clearlite Replacement at Aorere College",,20241016,20241107,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,"The Aorere College Board is seeking a main contractor for Blocks A,B,C,D3,K,P,X Pavilion Roof, Gutters and Clearlite Replacement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30413396,Request for Tenders,Closed Competition,RFT for Main Contractor for Back up Power Investigation at Snells Beach School,,20241017,20241107,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Snells Beach Primary School is a co-educational contributing primary school situated above Snells Beach, in the Mahurangi East area, that is located approximately 45 minutes north of Auckland. A site wide power back up investigation (e.g. solar panels) or other back up power will need to be investigated as the school often has to shut down due to a lack of power and is unreachable for communications.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30413405,Request for Tenders,Open Competition,Main Contractor for Plumbing & Drainage at Raroa Normal Intermediate School (Wellington),,20241017,20241112,20241125,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,133049,20250410 Ministry of Education - School Infrastructure,30415421,Request for Tenders,Closed Competition,Main Contractor for the Block 1 Resource Room Internal Fit Out at Milford School.,,20241017,20241107,20241217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Principal is seeking a main contractor for the Block 1 Resource Room refurbishment at Milford School (the Services). Works will require joinery, carpeting, Autex, mechanical ventilation, and cabinetry works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30420459,Request for Tenders,Closed Competition,Toilet and Hardware refurbishment + Roofing replacement at Berkley Normal Intermediate School,,20241021,20241112,20241128,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30423209,Request for Tenders,Closed Competition,Main Contractor for New Build Kimi Ora Transition Satellite Unit at 60 Woburn Road Lower Hutt for Kimi Ora School,,20241018,20241114,20250110,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Board of Trustees are seeking the services of a main contractor to undertake the construction works to construct a new transition satellite unit block at 60 Woburn Road Lower Hutt as described in the tender documents. This involves the following work: Connection to inground services and minor site preparation Construction of a new single level light framed timber building approx. 200sqm on a suspended timber floor supported by driven pile foundations. There is a separate early works package that is being undertaken to demolish some existing structures and clear the site ready for the new construction. This work is being done by others and will be completed prior to the start of the new build contract works. The project is medium in scale the physical works touching only the area concerned with the new approximately 200m2, the surrounding site will be subject to landscaping and site works and new services connections will be required for the new build. The work will need to be carefully planned to ensure the delivery date of late April 2025 is met. Careful coordinating of product and material deliveries, human resources and construction activities will be crucial. This building is being designed with quality, rapid and efficient constructability in mind the successful tenderer will need to be able to represent that mentality in their ROI response. Please provide a programme that demonstrates your best handover date. The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: Ian Rattray, IR Group o Lead Designer: Sam Wildig, IR Group o Structural Engineer: Spencer Holmes o Fire Engineer: Spencer Holmes The Contractor will be engaged through an MOE major works contract (Construction contracts for professional services and works).",Awarded,The Maycroft tender submission was ranked no.1 following the weighted attributes scoring model used in our procurement plan. They offered the most cost effective solution.,970000,20250410 Ministry of Education - School Infrastructure,30424816,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at Roslyn School, Palmerston North",Roslyn School,20241021,20241122,20250326,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Roslyn School, Palmerston North are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Install Timber playground edging modification. Aluminium and timber fencing. Concrete retaining wall 2 blocks high. Aluminium accessible gate, Aluminium gate, Aluminium vehicle gate. Asphalt repairs. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,195286,20250410 Ministry of Education - School Infrastructure,30431664,Request for Tenders,Open Competition,"Main Contractor for 4, AB, BB, EB, D, F, L, TMP, G2, M, R: Roof, Gutter, Flashing, Skylight Domes, Membrane and Clearlite Replacement at Tamaki College",,20241018,20241112,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30432385,Request for Tenders,Open Competition,Main Contractor for Timber Window & Door Replacements at Hauroko Valley Primary School,23-052,20241021,20241114,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Hauroko Valley Primary School Board of Trustees is looking for an experienced main contractor to undertake a timber windows and door replacement project with new double glazed aluminum at their school. Work includes both full widow and frame replacements as well as inserts. New wooden frame replacement work also requires the removal of ACM wall cladding and replacement with a cement board alternative, along with associated painting and wall fabric make good reinstatement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30437508,Request for Tenders,Closed Competition,"Request for Tenders for a Main Contractor for Toilet, Flooring & Autex Fit Out at Gulf Harbour School",,20241021,20241112,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Gulf Harbour School is a Primary school located at the end of the Whangaparaoa Peninsula. The school is undertaking works for to replace end of life fit for selected toilets, flooring an walling. It is a key deliverable to carry out the work over the school summer holiday. Key queries in this ROI is resourcing the works.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30437683,Request for Tenders,Closed Competition,Request for Tenders for a Main Contractor for Fit Out and window winder automation at GBHS,,20241021,20241112,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Refer RFT document,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30440644,Request for Tenders,Open Competition,239625 - RFT - Main Contractor for BLK 2 ILE Project at Mellons Bay School,1371 - 239625,20241107,20241203,20241217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Scope Existing school classroom block - Internal demo, Internal upgrade to 4x 1960s classrooms New wall linings, acoustic coverings and associated electrical & Fire works, new floor coverings within 4x Classroom area Replacement of exterior northern facade with nib wall, aluminum windows & doors installation to 4 classrooms Newer additional teaching spaces are not part of the construction scope - Original 4x classrooms only Construction to be Term 1 & 2 2025 Project Location East Auckland Site Visits to be arranged through GETS Q&A Function - Do not contact schools",Awarded,,470000,20250410 Ministry of Education - School Infrastructure,30441472,Request for Tenders,Open Competition,Forest Lake School Block A Alterations and Block Reroofing,243141,20241021,20241115,20241204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Block A interior alterations and minor extension to remove a toilet facility/corridor to create breakout and resource spaces. Block D like for like reroofing.,Awarded,"The contract was awarded to SJ McCarthy Construction on 4th December 2024 and commenced work on 9th December 2024. Unsuccessful tenderers have been advised by email.",204368,20250410 Ministry of Education - School Infrastructure,30444615,Request for Tenders,Closed Competition,RFT for Main Contractor for Carpet Replacements at Epsom Girls' Grammar School,,20241022,20241112,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The contract was awarded to Synergy Flooring,203370,20250410 Ministry of Education - School Infrastructure,30450011,Request for Tenders,Closed Competition,Internal Refurbishment of H and I Blocks at Fairhaven School,240067,20241022,20241119,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Fairhaven School Board are seeking Request for Tender for a main building contractor to complete an internal refurbishment of K and I Blocks,Awarded,The contract was awarded to Brunel Construction and will start on the 12/12/2024. The term of this contract is 6 Weeks,214326,20250410 Ministry of Education - School Infrastructure,30450139,Request for Tenders,Closed Competition,Internal Refurbishment of B Block at Te Puke Primary School,238519,20241022,20241119,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Te Puke Primary School Board are seeking Request for Tender for a main building contractor to complete a refurbishment of B Block with a deck out from 2 of the classrooms.,Awarded,The contract was awarded to B3 and will start on the 16/12/2024. The term of this contract is 6 Weeks,146309,20250410 Ministry of Education - School Infrastructure,30451805,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 3,3,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 3 - Manurewa South School, Nga Iwi School, Auckland. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 3 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30452161,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 13,13,20241127,20250205,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 13 - Waipara School, Wairakei School, Canterbury. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 13 is the next group of schools to qualify under the program.",Not Awarded,The bundle was split with each school going to a separate contractor. You will have been sent an award letter if you were successful.,0,20250410 Ministry of Education - School Infrastructure,30452245,Request for Tenders,Closed Competition,"RFT - Commercial Fencing Contractor for LSM - Accessibility Improvements at Levin North School, Levin, Horowhenua",6310,20241022,20241114,20241221,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Levin North School has a need to improve site safety along the majority of the boundaries that adjoin roadways and neighbouring residential properties by providing fencing and gates. New safety fencing will also be provided across part of the playing field, along the land used by the kindergarten and across an existing pathway to the pool. The improvements will consist of the replacement of existing fencing and pedestrian gates in areas of the school identified by a learning support recommendations report.",Awarded,"Awarded to Feco Fence Systems, anticipated completion of 31.07.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,30452592,Request for Tenders,Closed Competition,Internal Refurbishment of A Block at Te Wharekura o Ruatoki,228329,20241022,20241119,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Te Wharekura o Ruatoki Kura Board is seeking Registrations of Interest to refurbish 3 classrooms and a toilet block, in a A Block. The Principal intends to shortlist 4 x contractors who will be invited to Tender.",Awarded,The contract was awarded to HBL Builders and will start on the 12/12/2024. The term of this contract is 6 Weeks,236340,20250410 Ministry of Education - School Infrastructure,30453817,Request for Tenders,Open Competition,Request for Tender - Main Contractor for Block B Canopy and Internal Upgrades at Timaru South School,,20241023,20241119,20250228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Create a functional all weather outdoor learning environment outside the entrance to B block and landscape the area to create a welcoming entrance to the senior block. The internal upgrades aim to modernise the toilet block creating modern fit for purpose amenities as well as improving the lighting and acoustics throughout the block.,Not Awarded,The contract was awarded to Timaru Construction Ltd,0,20250410 Ministry of Education - School Infrastructure,30457259,Request for Quotations,Open Competition,Main Building Contractor for Toilet Refurbishment at Oroua Downs School,250087,20241022,20241119,20241204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Toilet refurbishment for boys and girls toilet in the main block New vinyl One new partition Relocate urinal in boys toilets Install cleaners cupboard in boys toilet New fixture and fittings",Awarded,,52530,20250410 Ministry of Education - School Infrastructure,30462054,Request for Tenders,Closed Competition,Main Contractor for the replacement and refurbishment of multiple blocks at Hauraki Plains College,,20241023,20241126,20250324,,Sole Agency,No,All submissions to be made through the GETS website,"Hauraki Plains College is seeking a Main Contractor to complete the Roofing, Electrical, Heating & Plumbing replacement and refurbishment works which was identified as part of their last 10YPP. The full project includes roofing replacement and remedial works, electrical, heating, and plumbing replacement and remedial works throughout the school across multiple blocks. The project also includes works to the existing student carpark and some structural works with the replacement of the Block F stairs and an existing canopy. The outcome sought is to ensure that the existing buildings and blocks are well maintained while also addressing lifecycle replacement items to ensure the teaching spaces are up to date and fit for learning purposes.",Not Awarded,This tender is obsolete as it was replaced by a new tender (31125634) with the reduced scope for the same project. All 5 contractors were invited to price again in the new RFT. New RFT has been concluded and awarded on GETS platform.,0,20250410 Ministry of Education - School Infrastructure,30463585,Request for Tenders,Closed Competition,Te Kura Whakapumau i te Reo Tuturu ki Waitaha (TKKM o Waitaha/the School/the Kura) Various Projects Main Contractor,MOE28054,20241023,20241120,20241218,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All communication is to be directed through GETS,"Since the completion of the Redevelopment project as part of the CSR programme, the kura (school) has experienced rapid growth to its roll. Two short-term roll growth (STRG) projects have been initiated to support the growth until a permanent 4TS (teaching space) block is delivered. The permanent block project (234721) has been Master Planned and is not a feature of this Procurement Plan). Summary of STRG projects: i. The first STRG project (219481 B21) was initiated in 2021 and delivered 4TS with Practical Completion achieved in June 2022. ii. The latest STRG project (243655) was initiated in 2023 and aims to deliver a further 4TS. As of October 2024, 2 of the total 4 TS have been delivered with planning for the remaining two underway as Stage 2. This Procurement Plan includes the delivery of the Stage 2 scope. The MOE acquired a vacant 1.82ha adjacent to the kura in December 2023 to support the expanding kura and growing property requirements. The site was a horticultural school until approx. 2017 before becoming a shared space for multiple learning groups. It includes a number of dilapidated structures and is significantly overgrown by shrubs, weeds and established trees. The Site Purchase project (238937) was initiated following an endorsed Business Case in July 2023 to acquire the site and carryout the necessary works to convert it to a green site for ease of maintenance for the kura and to prepare for future developments (i.e the B21 RG block). This Procurement Plan includes the delivery of the works to clear the existing trees / shrubs, prepare and convert to a green site (grass seeding). The B21 4TS permanent roll growth block is planned to be constructed on the new site along with site works such as pathways, outdoor play spaces and a new carpark. Future stages for development on the new site were outlined in the Master Plan including a new Administration block and gymnasium.",Awarded,,357832,20250410 Ministry of Education - School Infrastructure,30468181,Request for Tenders,Closed Competition,Main Building Contractor for E Block Internal Refurbishment at Maungatapu School,30229604,20241023,20241114,20241205,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Maungatapu School would like to address the refurbishment requirements highlighted in the 10YPP which are to replace floor and wall linings, new suspended ceilings, replacement of end of life lighting. A minor reconfiguration to the wet area will also be required, new cabinetry in wet area and closed office space with installation of a lockable door to this area.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30468956,Request for Tenders,Open Competition,Main Contractor for Timber Window & Door Replacements at Waihopai School,22-083,20241025,20241120,20250129,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Waihopai School Board of Trustees is looking for an experienced main contractor to undertake a timber windows and door replacement project with new double glazed aluminum at their school. Work includes both full widow and frame replacements as well as inserts. New wooden frame replacement work also requires the removal of ACM wall cladding and replacement with a cement board alternative, along with associated painting make good reinstatement.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30469763,Request for Tenders,Closed Competition,RFT for Main Contractor for Site Drainage at Hukerenui School,246537,20241024,20241114,20241122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Whau Valley School has ongoing issues with the current stormwater and wastewater system, and the recent CCTV survey outlined in which locations. The school stormwater issues are affecting a neighbouring property and might cause further damages to the system if left unresolved.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30470996,Request for Tenders,Closed Competition,RFT for Main Contractor for Combined AMS Projects at Whau Valley School,"239057, 239058, 239059, 239062",20241024,20241114,20241122,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Whau Valley School is a primary school located in central Whangarei and has been operating since 1923. Whau Valley School has a transient roll, that currently fluctuates between 270 280 students, this is expected to increase to 300 students by 2027. Overall Whau Valley School has been well maintained; however, it needs a significant amount of life cycle infrastructure works. The focus of this 10YPP is roof replacements, electrical and heating works. This is a combined AMS project that upgrades the DLQS by improving the acoustics and thermal comfort. .",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30472298,Request for Tenders,Closed Competition,"RFT for Main Contractor for Roofing, Clearlite and Gutter Replacements at Epsom Girls' Grammar School",,20241024,20241114,20241121,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The contract was awarded to JC Plumbing,253536,20250410 Ministry of Education - School Infrastructure,30475358,Request for Tenders,Closed Competition,Main Contractor for Change and Fitness Rooms at Christchurch Boys High School,,20241031,20241120,20241220,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"The BoT at Christchurch Boys High School are seeking a Main contractor to undertake the Construction works for the new Change and Fitness rooms. The Contract Works is for the construction and completion of all work associated with: - the refurbishment of an existing building to provide new Change and Fitness rooms - the demolition of the existing Change and Fitness rooms - formation of a new covered entry and access ramp to the existing Gymnasium Refer to the drawings and specifications for detail.",Awarded,"The Contract has been awarded to Hanham & Philp Contractors, and will commence on 13 Jan 2025.",820032,20250410 Ministry of Education - School Infrastructure,30478761,Request for Tenders,Open Competition,"Main Contractor - Lyall Bay School Block C, J, K & K1 Roofing Works (Wellington)",,20241024,20241119,20241204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The BOT at Lyall Bay School are seeking the services of a main contractor to undertake Block C, E, J, K and K1: Roofing Works The work is described in the tender documents prepared by IR Group and involves: Replace all canopy non trafficable translucent sheets to new translucent sheets on each block. (Trafficable Web Fire-Retardant corrugated profile) Replace 4 No. existing non trafficable sky domes with safety sky domes on Block C Supply and install cricket flashing to each sky dome on Block C Supply and install back flashing to ridge on Block C Leave site clean and tidy The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: IR Group o Lead Designer: N/A Contractors should detail their plan to ensure an efficient delivery (eg. pre-order products, line up sub-contractors). Ensuring minimal disruption to the school and having an efficient programme are paramount. Preferred Date: December / January School Holidays The Contractor will be engaged through an MOE medium works contract (Construction contracts for professional services and works). When responding, please ensure you complete - Form of Tender Part A - Form of Tender Part B - Schedule of Prices Broken Down Line Item by Line Item - Tender Tag Table - list comprehensive tags - Construction Programme",Awarded,,69979,20250410 Ministry of Education - School Infrastructure,30483917,Request for Tenders,Open Competition,Request for Tenders for Dunstan High School - Weathertightness Remediation - Main Contractor,MOE27917,20241024,20241121,20241220,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Dunstan High School, located in Alexandra, Central Otago, serves students from Years 9 to 13 and currently has a roll of 587 students. The school requires weathertightness remediation for Block O (the gym) due to a poorly designed valley junction that fails to manage water flow during heavy rain, resulting in overflow into the areas below.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30484339,Request for Tenders,Open Competition,Main Contractor for Ramps and Accessibility Upgrades at Island Bay Primary School (Welllington),,20241025,20241120,20250307,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses via GETS,"The BOT at Island Bay School are seeking the services of a main contractor to undertake the construction works to create exterior accessibility improvements around the main block as described in the tender documents. This involves the following work: ? Removal of existing paving and surfacing ? preparation of ground for new services ? forming and pouring of concrete stairs, nibs and new ramp perimeters ? Laying of new asphalt as described in the drawings ? Installation of new handrails and hi visibility strips ? There may need to be staging of the two separate areas to work in with the school and project manager to ensure minimal disruption to the school and that the school is able to remain operable during the course of the construction ? The project will be a complete turnkey project where the completed section of the building ready for school use will be handed over on completion. Project consultants are: o Project Manager: IR Group o Lead Designer: IR Group o Structural Engineer: Seismic Solutions o Civil Engineer: TLD Engineers ? The Contractor will be engaged through an MOE Medium Works Contract (Construction contracts for professional services and works).",Awarded,,510709,20250410 Ministry of Education - School Infrastructure,30485603,Request for Tenders,Open Competition,Main Contractor for Block 5: Interior Refurbishment of 2 classrooms and toilet block at Panmure District School,,20241028,20241129,20241204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,292450,20250410 Ministry of Education - School Infrastructure,30486224,Request for Tenders,Open Competition,Main Contractor for Design and build a 70m2 classroom at Papakura High School,,20241028,20241129,20241204,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,227124,20250410 Ministry of Education - School Infrastructure,30487609,Request for Quotations,Open Competition,Seatoun School Blk Q & R Remediation,,20241028,20241115,20241202,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"This project is to address the areas of roofing over Blocks Q & R which are in need of remediation. This includes o Repair to membranes laps to approximately 1,000m2 of membrane roofing. o Replacement of roof fixings to approximately 900m2 of metal roofing in a Very-high wind zone and Zone D exposure Zone. o Installation of permanent ladder access points It is also our understanding that part of this work will require installation of fall restraint systems to at least 1 block.",Awarded,,117075,20250410 Ministry of Education - School Infrastructure,30488238,Request for Tenders,Open Competition,Main Contractor for Classroom upgrades at Naenae Primary School (Wellington),,20241028,20241121,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses via GETS,,Awarded,,103000,20250410 Ministry of Education - School Infrastructure,30488270,Request for Tenders,Open Competition,"Main Contractor for Blocks B,C,D,E Metal & Translucent Roofing Replacements at Salford School",23-101,20241029,20241122,20250116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Salford School Board of Trustees is looking for an experienced main contractor to complete roofing replacement work to Blocks B,C,D,E at their school. Work scope includes metal and translucent roof cladding replacement as well as re-fixing an existing metal roof. Also included is the removal of existing dormer and skylights structures and the associated blocking and make good reinstatement, as well as some veranda fixing details and minor cement board cladding for ACM removal around the veranda structure.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30489290,Request for Tenders,Open Competition,"Main Contractor for Blocks 7,9: Replace floor and wall coverings. Create interior wall opening and install acoustic-rated sliding door at Stanhope Road School",,20241028,20241129,20250213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,210165,20250410 Ministry of Education - School Infrastructure,30490709,Request for Tenders,Closed Competition,James Cook High School - Learning Support Roll Growth - Enabling Works,MOE25222,20241025,20241115,20241216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced contractor for building reinstatement/relocation/demolition works at James Cook High School.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30498021,Request for Tenders,Open Competition,Contractor for the Replacement of the D Block Ventilation & Extraction System at Rangitoto College,282514,20241029,20241121,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30499261,Request for Tenders,Closed Competition,"Internal Refurbishment of A, B and C Block at Te Kura Kaupapa Maori O Te Kura Kokiri",247817,20241025,20241120,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All enquiries to be made through the GETS Question & Answer function,"The Te Kura Kaupapa Maori O Te Kura Kokiri Board is seeking Registrations of Interest to internally refurbish 3 teaching Blocks The Principal intends to shortlist 4 x contractors who will be invited to Tender.",Awarded,The contract was awarded to Marra Construction Ltd and will start on the 11/12/2024. The term of this contract is 12 Weeks,397635,20250410 Ministry of Education - School Infrastructure,30500279,Request for Tenders,Open Competition,Main Contractor for classroom and accessibility upgrades at Plimmerton School (Wellington),,20241029,20241121,20241219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All responses via GETS,,Awarded,,438650,20250410 Ministry of Education - School Infrastructure,30500911,Request for Tenders,Open Competition,"Main Building/Fencing Contractor for LSM Fencing & Gates at Upokongaro School, Wanganui",Upokongaro School,20241030,20241126,20250305,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Board of Trustees for Upokongaro School, Whanganui are seeking a suitably qualified Main Building/Fencing Contractor to carry out the LSM Fencing and Gates Project. The Contract Works required are: Remove all existing fencing and standalone posts & discard. Supply & construct new 1.8m high timber paling fence. Palings to be installed on the school side of fence to prevent children climbing rails. Aluminium fencing supply & install new 1.8m high powder coated aluminium fencing. Supply & install 10, 1.8m high by 1m wide powder coated aluminium pedestrian gates matching same style as fencing panels. Supply & install 3 sets of 4.8m wide by 1.8m high powder coated aluminium double swing vehicle gates. Supply & install an approx 3.6m wide by 1.8m high powder coated aluminium gate. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successful contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Awarded,,230624,20250410 Ministry of Education - School Infrastructure,30501237,Request for Tenders,Open Competition,Main Contractor for new Artificial Sports Turf at Christchurch Boys High School,,20241122,20250115,20250217,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS Question & Answer function,"The BoT at Christchurch Boys High School are seeking a Main contractor to undertake the Construction works for a new artificial multi-sports turf, tennis courts, cycle and car parking. The Contract Works is for the construction and completion of all work associated with: - removal of existing surfaces - construction a new artificial multi-sports turf, tennis courts and cycle parking. - construction of new asphalt carparking Refer to the drawings and specifications for detail. Contractors MUST be able to provide Project information sheets for projects within the last 2 years where the Contractor has installed a complete 3G Synthetic Turf pitch. Information is to include scope, programme, cost, and any other relevant information to assist the evaluation. Tenderers shall also include contact details for referees for these projects. The provided information will be evaluated as part of the Capability weighted assessment below. If the provided information is not acceptable the Tender will be considered to be non-conforming.",Awarded,"The Contract was awarded to Polytan and will start on 19 February 2025, with work complete in October 2025",3086950,20250410 Ministry of Education - School Infrastructure,30503940,Request for Tenders,Open Competition,Main Contractor for Block 2 Stage 1 Upgrade at Fairfield School,243530,20241101,20241126,20250228,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Main Contractor tenders are sought for the first stage of refurbishment work to Block 2 at Fairfield School in Dunedin. This project involves the removal and replacement of a rotten entry veranda, and the conversion of the existing bathrooms to breakout spaces and a resource room.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30504336,Request for Tenders,Closed Competition,Internal Refurbishment of K and J Blocks at James Street School,238916,20241030,20241119,20241209,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,The Contract was awarded to HBL Builders and will start on 16/12/2024. The term of the contract is 6 weeks.,112170,20250410 Ministry of Education - School Infrastructure,30505775,Request for Tenders,Open Competition,Main Contract Works for 5YA Civils Works at Wairarapa College,238787,20241031,20241126,20250124,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Request for Tender - Main Contract Works for 5YA Civil Worls. Scope includes Reline Sewer & Storm Watermains, and Watermain Replacement. Please submit 2 - Form A 3 - Form B 5 - Schedule of Prices 6 - Tags & Clarification (if any) Plus, all relevant information.",Not Awarded,Further scope clarification and budget uplift required to complete works. Tender closed with no award.,0,20250410 Ministry of Education - School Infrastructure,30509794,Request for Tenders,Closed Competition,Request for Tenders for Maitai School - Enabling Works - Civil Works,MOE28093,20241029,20241127,20250130,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The front section of the Salisbury site is designated for the proposed Maitai Base School which needs to be prepared for Main Contract Works. The Enabling works scope includes: Divert existing wastewater main to new proposed reticulation route -Temporary Drainage Works: -Permanent Drainage Works Existing Salisbury water main diversion",Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30513065,Request for Tenders,Open Competition,Wilford School QLE Upgrade,,20241101,20241122,20241206,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Project at Wilford School is for the internal upgrade of linings (wall, floor, & ceilings) & joinery (including shelving, cabinets, benches, etc.) in Blocks G & B.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30514144,Request for Tenders,Open Competition,(2005) Te Kauwhata Primary School HJK Exterior Learning,248282,20241031,20241125,20250123,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30514940,Request for Tenders,Open Competition,Reroofing of School Buildings at Henderson Valley School,SPM 24594.R,20241030,20241127,20250115,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Henderson Valley School is completing a two-stage 5YA reroofing project for the entire School, commenced four years back. The remaining buildings under this RFT are: Block One Administration [1960's]; adjoining Boiler House; one relocatable Classroom Room 13; and all coveredways connecting all original buildings [except the Hall] and the relocatable teaching spaces.. Ideally we would commence works this coming summer season but more likely, the programme will stretch through any suitable after-school or weekend time, and the autumn Term One/Term Two break in April 2025. Having a quality job done safely and effectively is a higher priority than programme time. The LPHS system pipework runs from the Boiler House, over the roof of Block One and follows all coveredways block to block. We have devised a new support methodology that is intended to retain the pipework in 3D without interference or disturbance. The tender documents include an MOE Medium Works Contract as drafted herewith. It is mandatory to use the MS Excel ""Schedule Of Prices"" for the basic Part B tender pricing. Please do not include any pricing information within the Part ""A"" Non-cost MS Word tender response. Please contact us to arrange specific site visits. The school presently has a temporary fence around its perimeter for the safety of a number of students who have a tendency to ""bolt'.",Awarded,Thank you very much to all tenderers - we always appreciate the efforts put into the highly onerous procurement process. The outcome was highly satisfactory for the Board of Trustees and we are able to get some work done this term break after a surprisingly quick turn around from the MoE of our documentation.,0,20250410 Ministry of Education - School Infrastructure,30515458,Request for Tenders,Open Competition,Main Contractor services for Roof Remedials at Tauhara College,,20241031,20241125,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Gym roof replacement and small remedials.,Awarded,"Contract has been awarded to Livingstone Building Limited, contract was awarded on the 12/12/24 and works will be completed by 31st January 25.",150643,20250410 Ministry of Education - School Infrastructure,30515652,Request for Tenders,Open Competition,Main Contractor services for Learning Support Property Modifications at Tauhara College,,20241031,20241125,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Services include: Painting, installation of tactile tiles and Stair nose strips, pedestrian crossing installation, handrail extensions and concrete make good.",Awarded,"Contract has been awarded to Livingstone Building Limited, Contract was awarded 12th December and works will be completed by 31 January 2025.",126626,20250410 Ministry of Education - School Infrastructure,30519514,Request for Tenders,Open Competition,"(1987) Taupiri School Blocks A, B & ANC 1: Roof, Clearlite & Box Gutter Replacement",250559,20241031,20241125,20241218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30524419,Request for Quotations,Closed Competition,Bromley School Block 3 Re-roof - Main Contractor Services,MOE28074,20241030,20241120,20241212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The School has been dealing with ongoing issues for several years with water damage occurring in a particular are of a Koru 1 Classroom in Block 3. These issues were aligned with excessive rain events and were dealt with by the School over the years. At one point in the past black mould was reported and treated at the time. The roof has reached its end of life and needs replacement.,Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000",0,20250410 Ministry of Education - School Infrastructure,30524782,Request for Tenders,Open Competition,Marlborough Boys College (the School) Sports Court Covers Main Contractor Services with Preconditions,MOE28148,20241030,20241125,20250212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Marlborough Boys college project will involve the construction of a new outdoor shade structure as an extension to the shade structure over the existing basketball courts, providing protection from the sun and rain, enhancing the usability for sports. The Ministry of Education will be funding one court extension, and the school will have the option to finance the extension further over two courts under this project.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30529547,Request for Tenders,Open Competition,Design & Build Contractor for Block E Dust Extraction System at Central Southland College,248585,20241101,20241126,20250117,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,In October 2023 WorkSafe conducted an audit of the school and subsequently issued an Improvement Notice for the current dust extraction system in the wood technology block. A design & build tender is sought for a replacement dust extract system that is compliant with Ministry of education guidelines is sought.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30545550,Request for Proposals,Closed Competition,James Cook High School - Learning Support Roll Growth Project Management and Engineer to the Contract Services,MOE28133,20241104,20241122,20241216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant to manage and fill in the role of Engineer to the Contract for the roll growth projects at James Cook High School.,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,30554339,Request for Tenders,Closed Competition,Main Contractors Internal Refurbishment Blk F Northcote College,,20241106,20241127,20241219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,,,Awarded,"four of five submissions received, all verified for compliance with H&S (passed) and evaluated for methodology and pricing, Capability and capacity transferred from ROI.",360000,20250410 Ministry of Education - School Infrastructure,30556348,Request for Proposals,Closed Competition,Hornby High School (the School) 9TS Roll Growth Block Design and Build (D&B) Services And Potential Additional Requirements,MOE28186,20241104,20241209,20250129,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"Hornby High School has experienced rapid roll growth in recent years with demand continuing to show further roll growth over the next 5-6 years. This project seeks delivery of a 9TS general learning classroom block that can then be repeated on the next stage of roll growth. The proposed locations of this block and the future block are outlined on the S&T masterplan. This procurement is for the design and build of the new block. The services require a combination of design and construction elements, which are to be delivered within the context of this RFP and in both a Design and Build context. The aim is to achieve a positive outcome for the school involved, including establishing safe, secure and fit-for-purpose learning environments for all students at this school.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30560581,Request for Tenders,Open Competition,Main Contractor for Misc Works Phase II at Kings High School,244196,20241106,20241129,20250325,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,Main Contractor tenders are sought for a further phase of work at Kings High School in Dunedin. This project comprises replacement flooring (two options) to the Main Gymnasium along with internal painting and acoustic panels. There is also some minor plumbing works to other blocks and some repairs to the Library roof.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30561762,Request for Tenders,Open Competition,"Main Contractor for Totara Park School (Wellington) Blocks C, J, M & S AMS Flooring & Internal Joinery Project",,20241106,20241202,20241218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All tender submissions to be made through the GETS site,"The BOT at Totara Park School seek the services of a Main Contractor to undertake AMS Flooring & Internal Joinery Replacements on Blocks C, J, M & S as described in the tender documents. The works comprise of:- General Isolate the work area/s. Fencing off the proposed site area and maintaining escape routes to all fire exits. Isolate, disconnect and remove services as required and detailed in drawings. Allow demolishing, removal, and disposal of all carpet & vinyl flooring as shown in the demo schedule. Remove and Replace floor coverings identified in the drawings (if any). General site preparation and clearance. Disposal of all construction waste. Leave site clean and tidy. Block C (Library) Replace carpet floor coverings Remove carpet and replace with new carpet tiles throughout 1No. classroom. Block J Interior Replace internal joinery Replace internal bi-fold doors with new to replace broken one. Block M Replace carpet floor coverings Remove and replace with new carpet tiles throughout 2No. classrooms. Block S Replace carpet floor coverings Remove carpet and replace with new carpet tiles throughout 1No. breakout room.",Awarded,"Tender award based primarily on price. In addition, the contractor has a proven track record and successfully delivered projects of this scale and nature previously.",0,20250410 Ministry of Education - School Infrastructure,30570950,Request for Quotations,Closed Competition,VRF installation inside of Gym,,20241107,20241127,20241212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,79400,20250410 Ministry of Education - School Infrastructure,30583636,Request for Tenders,Closed Competition,Request for Tenders for Waitaki Boys' High School (the School) Hall of Memories (Block H) Upgrade Main Contractor and Reserved Rights,MOE28152,20241107,20241204,20250127,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The Hall of Memories was built in the 1920s in the perpendicular English gothic chapel style. The historic building has earned an A Grade Historic Places Trust listing. The slate on the roof is in fair-poor condition, showing signs of age & deterioration.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30586895,Request for Tenders,Open Competition,"Main Contractor for Blocks 9,11: Classroom refurbishment, Electrical and Heating upgrade at Robertson Road School",,20241111,20241213,20250320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,157386,20250410 Ministry of Education - School Infrastructure,30589444,Request for Tenders,Open Competition,Southland Boys' High School - Block A HVAC Upgrade - Main Contractor,,20241108,20241211,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,This Request for Tenders (RFT) issued by the Ministry of Education (the Ministry/Principal to the Contract) is an open invitation to Contractors (Tenderers) to submit a Tender for Southland Boys High School (the School) Ventilation Improvements Main Contractor Services (the Contract Works).,Awarded,The contract was awarded to Level Electrical + Air Conditioning Gore from MARR ELECTRICAL & REFRIGERATION LIMITED and will start on 14 February 2025. The term of this contract is 5 months.,1189258,20250410 Ministry of Education - School Infrastructure,30589625,Request for Tenders,Open Competition,Main Building Contractor for Roofing and Gutter Remediation project at Turitea School,02-011-010,20241112,20241205,20250312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Turitea School Board of Trustees is looking to engage a suitable qualified and resourced main contractor for the Roofing and Gutter Remediation project at Turitea School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30598603,Request for Tenders,Closed Competition,Rangikura School (the school)- New Administration Building- Main Contractor Services,MOE28224,20241114,20241212,20250203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,Ministry is looking to engage a main contractor for construction of a new administration block at Rangikura School. This is a secondary procurement from Ministry's Construction panel and is a closed tender. Details of scope and requirements are listed out in the RFT document.,Awarded,"This contract was awarded to Peryer Construction Wgtn Limited and began on 03/09/2025. The term of this contract is until final completion of the project. It is intended that the value of the contract resulting from this procurement will be within value band: $1M- $5M.",0,20250410 Ministry of Education - School Infrastructure,30626918,Request for Tenders,Open Competition,"Main Contractor for Blocks 9,12: ILE and Toilet Upgrade at Manurewa West School",,20241115,20241213,20250320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,226422,20250410 Ministry of Education - School Infrastructure,30628367,Request for Tenders,Open Competition,5907 FAHS Feilding High School Garage / Fitness Centre Main Contractors,,20241114,20241210,20250219,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Feilding High School BOT is seeking tenders for construction services to build a new garage / fitness centre.,Awarded,The contract was awarded to Paul Robertson Builders,3048326,20250410 Ministry of Education - School Infrastructure,30631814,Request for Tenders,Open Competition,5985 FAHS Feilding High School Block C ceiling replacement Main Contractor,,20241115,20241212,20250226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Feilding High School BOT is seeking tenders for construction services for Block C ceiling replacement,Awarded,"The contract was awarded to Elite Ceilings & Partitions Ltd, 26/2/25",0,20250410 Ministry of Education - School Infrastructure,30633145,Request for Tenders,Open Competition,"Request for Tender for a Main Contractor for Toilets, flooring and Autex Refurbishment at Red Beach School",,20241115,20241206,20241213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Red Beach School is a Primary school located at Red Beach The school is undertaking works for to replace end of life fit for selected toilets, flooring an walling. It is a key deliverable to carry out the work over the school summer holiday and the April 25 holidays are available to complete the fit out as well. Site visits to be arranged, refer RFT.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30639224,Request for Tenders,Closed Competition,"Urgent Fencing at Allenvale, Burnside Primary and Cobham Intermediate Schools",MOE28267,20241118,20241203,20241219,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Urgent Fencing at Allenvale, Burnside Primary and Cobham Intermediate Schools This procurement is for the required fencing scope including a mix of pool style, timber, and brickwork fencing. The contractor is to also allow for tree removal, formation of garden beds (planting excluded), and to cut into existing asphalt/pavers where required. Further information is included within the tender documentation.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000",100000,20250410 Ministry of Education - School Infrastructure,30640408,Request for Quotations,Open Competition,Wilford School LSMP Fencing,,20241118,20241211,20241213,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Fencing at Wilford School was assessed as to new entrant students starting at the school have additional needs, and the current fencing was deemed as not being able to maintain a suitable level of safety. Existing fencing at Wilford School is either to low (not providing enough of an obstacle) or constructed in a way where footholds exist for easy (relatively) climbing. Current needs of new student to be addressed are relating to difficulties with receptive and responsive communication, desire to explore and find paths of escape, keenness to squeeze through small spaces and gaps, climbing, and running to and around open spaces. There are also concerns around a lack of danger awareness when pursuing needs. This includes around cars and roads, other people, and water (note that the rear of the school site has a stream). It has been highlighted that there is a history of attempting to leave early childcare facilities unsupervised via ajar gates. The goal of this project is to replace and/or redesign fencing around the boundaries of the school to ensure that fencing heights and structure reduce any risks associated with the new entrant students",Awarded,,144585,20250410 Ministry of Education - School Infrastructure,30646693,Request for Tenders,Closed Competition,Contractor for site fencing at Te Ara Koropiko/West Spreydon School,244207,20241118,20241206,20241216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Request For Tenders to select a Contractor for fencing (MoE standard panels),following the recent Registrations of Interest",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30649357,Request for Proposals,Closed Competition,Professional Services - Te Ara Koropiko/West Spreydon School School hall design team,,20241118,20241206,20241216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Following the recent ROI, the School is seeking fee proposals for a Design Team for the proposed new School hall. Shortlisting has been taken longer than anticipated due to large number of registrations received. The ROI suggested, as one option, a design team might be convened by the Project Manager, however there were insufficient registrations from separate consultancies for that to be viable. Selected registrants have all submitted composite/consortium (or in-house) teams. Note that the following are to be included fees proposals: Architectural design Engineering services: - Structural, Services, Civil, Fire, Geotech, and acoustic. Quantity Surveying",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30663212,Request for Tenders,Closed Competition,"RFT for a Main Contractor for Administration Toilets Refurbishment at Marlborough Primary (North Shore, AUCKLAND)",30437508,20241120,20241211,20241216,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The school is undertaking works to amend the toilet arrangement within the Admin and to create a new shower area. There is also some refurbishment work to the reception desk. Refer the RFT for Site Visits.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30668775,Request for Tenders,Closed Competition,"RFT - Main Building Contractor for CRHS and Ko Taku Reo Space Fit Out at Linden School, Tawa, Wellington",6371,20241120,20241212,20250303,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Central Regional Health School (CRHS) and Ko Taku Reo (KTR) are in need of additional classroom space for which three rooms at Linden School have been identified. Funding has been sourced to carry out targeted works relating to these specific spaces in Block A. The rooms are to be refurbished replacing flat ceilings and identified wall linings, fitting of insulation, redecoration of the space including autex composition. Hot water will be fitted in the CRHS fit out. Replacing of metal roofing over the affected spaces will be actioned including the spouting systems. The replacement of timber windows is included but subject to the available funding. The CRHS refurbishment is prioritised to be carried out over the Christmas holiday period with all other work to follow as the spaces can be made available to the contractor.",Awarded,"Awarded to Carrara Holdings Ltd, anticipated completion of 31.07.25. It is intended that the value of the contract resulting from this tender will be within $250K-$500K.",0,20250410 Ministry of Education - School Infrastructure,30675465,Request for Tenders,Closed Competition,Main Contractor for Block 11 Toilet and Classroom Refurbishment and Window Replacement at Meadowbank School,,20241122,20241212,20250326,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Meadowbank School Board is seeking a main contractor for the Block 11 Toilet and Classroom Refurbishment and Window Replacement.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30681637,Request for Tenders,Closed Competition,Te Kura o Waikare - Civil Works Main Contractor Services,MOE28336,20241122,20241213,20250307,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for the civil works are required to extend the driveway and car parking at Te Kura o Waikere.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30692185,Request for Tenders,Open Competition,Fire Alarm Upgrade Bundle 2,2,20241127,20250131,20250214,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website.,"The Ministry of Education (The Buyer) is seeking proposals for the upgrade of the fire protection for Bundle 2 - Flanshaw Road School, Glendene School, Rutherford College, Auckland. Over the last 18 years the Ministry of Education have upgraded over 700 fire alarm systems at schools throughout New Zealand. The aim of the program is to replace all old type B class change and obsolete systems with ones complying with the current building code requirements and New Zealand Standards. We are now into stage 25 of the program and Bundle 2 is the next group of schools to qualify under the program.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30705111,Request for Proposals,Closed Competition,"Request for Proposals for Taita College (the School) Redevelopment Phase 2: Block D, Block H, and New Wharenui Lead Design Services",MOE28312,20241125,20241213,20250203,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"This Request for Proposals (RFP), issued by the Ministry of Education (the Ministry/the Principal to the Contract) is a closed invitation to Design Consultants (Tenderers) to submit a Proposal for Taita College (the School) Redevelopment Phase 2: Block D, Block H, and New Wharenui Lead Design Services (the Services).",Awarded,The contract was awarded to Jerram Tocker Barron Architects Ltd and will start on 3 February 2025. The term of this contract is 3 years.,268865,20250410 Ministry of Education - School Infrastructure,30713993,Request for Tenders,Open Competition,"Main Contractor for Blocks 2,5,6,7,8,9,10,12: Roof, Clearlite and Gutter Replacement at Homai Primary School",,20241128,20241230,20250218,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks 2,5,6,7,8,9,10,12: Roof, Clearlite and Gutter Replacement at Homai Primary School",Awarded,,307855,20250410 Ministry of Education - School Infrastructure,30727223,Request for Tenders,Open Competition,"Main Contractor for Blocks 1, 2, 6: Toilet Refurbishment and HWC Provision at Homai Primary School",,20241128,20241230,20250203,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,126692,20250410 Ministry of Education - School Infrastructure,30735498,Request for Tenders,Closed Competition,"RFT - Main Roofing Contractor for Pool, Blocks 15, 17 - Replace Roofing at Discovery School, Whitby, Porirua",5801,20241203,20250131,20250318,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"A condition assessment of the schools buildings picked up a number of metal roofs and spouting systems requiring to be replaced including: Pool Building replace all metal roofing comprising trapezoidal profile to the pitched area over the pool and trough section to the flat roof areas. Replace skylights with new, relocate heat pumps to ground and replace metal spouting Blocks 15 and 17 replace all metal roofing comprising corrugated profile as per the existing, replace the metal spouting Include for all scaffolding and access systems to ensure a safe functional work site. The work will be very intrusive to the school activity. As such, these works will need to be undertaken over successive holiday periods to reduce their negative impacts.",Awarded,"Awarded to LHG Roofing Ltd, anticipated completion of 31.08.25. It is intended that the value of the contract resulting from this tender will be within $100K-$250K.",0,20250410 Ministry of Education - School Infrastructure,30737879,Request for Tenders,Open Competition,Main Contractor for 2: LSMOD Upgrade of Universal Bathroom and Install at Rosebank School (Balclutha) (the School),248065,20241204,20250124,20250212,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Background: The school currently has an unused universal bathroom that has been unused for some time. The current change table is not height adjustable. The Junior Block does not have an easily accessible route for the student to get to the Universal Bathroom and has to go through the library which is often busy and cluttered. Doorways are not wide enough and there are no accessible ramps close by for quick access. The Contract Works required are: Reconfigure USB to allow for requirements to meet MOE standards: widen room, install new vinyl flooring and raise roof to allow future hoist. Install new wall linings, new windows, new joinery, new wall mounted height adjustable change table, new toilet pan and shower layout. Shift laundry and reconfigure layout. Widen various doors for wheelchair friendly access route to USB. Remove steps and create a ramp.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30747364,Request for Tenders,Open Competition,"Main Contractor for Blocks 1,8,13,15,16,17,23,25,26: Lighting & Switchboard Replacement and Electrical Investigation at Murrays Bay Intermediate School",,20241202,20241230,20250116,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,93695,20250410 Ministry of Education - School Infrastructure,30756088,Request for Proposals,Closed Competition,Te Papapa School - Roll Growth Project Management (PM) and Engineer to the Contract (EtC) Services,MOE28448,20241212,20250122,20250226,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced consultant to manage and fill in the role of Engineer to the Contract for the roll growth projects at Te Papapa School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30757402,Request for Tenders,Open Competition,Main Building Contractor for Blk J Room Renovation at Arataki Primary School,251192,20241203,20250123,20250226,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30766851,Request for Quotations,Closed Competition,Request for Quotation for Maitai School - Enabling Works - Civil Works,MOE28093,20241203,20241209,20241216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,"The front section of the Salisbury site is designated for the proposed Maitai Base School which needs to be prepared for Main Contract Works. The Enabling works scope includes: Divert existing wastewater main to new proposed reticulation route -Temporary Drainage Works: -Permanent Drainage Works Existing Salisbury water main diversion",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30781918,Request for Tenders,Closed Competition,James Cook High School - Learning Support Roll Growth 7 Teaching Spaces Main Contractor,MOE28292,20241212,20250207,20250313,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for learning support roll growth new build works at James Cook High School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30781994,Request for Tenders,Closed Competition,Pokeno School National Schools Redevelopment Programme Stage 3 Main Contractor,MOE28455,20241212,20250124,20250331,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,All submissions to be made through the GETS website,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for new build works at Pokeno School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30795060,Request for Tenders,Closed Competition,"Closed RFT for Main Contractor for Mamaku School 5YA Works - A, 1A, B, C, G, L, M, N, I and Site: Carpentry, Roofing and Electrical Works",5351,20241211,20250131,20250306,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Closed RFT to shortlisted contractors to submit a Tender for Main Contractor for Carpentry, Roofing and Electrical Works at Mamaku School",Not Awarded,Responses did not meet requirements,0,20250410 Ministry of Education - School Infrastructure,30815835,Request for Tenders,Open Competition,Flooring Contractor for A: Carpet & Vinyl Replacement at Matamata College,,20241213,20250124,20250311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,Matamata College requires a Flooring Contractor for A: Carpet & Vinyl Replacement,Awarded,"Thanks to everyone for their tender submissions - the winning tenderer won by highest overall score from the weighted evaluations, engagement, and overall submission contents.",0,20250410 Ministry of Education - School Infrastructure,30816147,Request for Tenders,Open Competition,"Roofing Contractor for Block N, V, 3, 5: Roofing at Matamata College",,20241213,20250124,20250311,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Matamata College are seeking a Roofing Contractor for Roofing works to Block N, V, 3, 5",Awarded,"Thanks to everyone for their tender submissions - the winning tenderer won by highest overall score from the weighted evaluations, engagement, and overall submission contents.",0,20250410 Ministry of Education - School Infrastructure,30816729,Request for Proposals,Closed Competition,Twizel Area School Redevelopment Project Management & Engineer to Contract Services,MOE28550,20241212,20250204,20250226,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"Twizel Area School Redevelopment Project Management & Engineer to Contract Services Twizel Area School provides primary and secondary school accommodation for 210 students and currently comprises of 18 teaching spaces, all in relocatable type buildings, with permanent foundations. The school was designed and constructed during mid to late 1960s and opened in 1970. The school has been identified by network as having a permanent and significant role in local education, and as such significant work is required to create a permanent solution regarding the education facilities for local students. Design has been completed for the new school buildings to be constructed on the existing site of the school and is currently undergoing the consent process. The new buildings will be completed in a clear section of the school site. The existing classroom buildings will be in use until construction works are complete, therefore no decanting or staging is required. The school will then begin operations from the new buildings once complete and the existing buildings will be demolished (Project Management Services for the demolition phase are not included in this procurement but are included within Reserved Rights). This procurement is for Project Management and Engineer to Contract Services to support this project.",Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000",250000,20250410 Ministry of Education - School Infrastructure,30839049,Award Notice,Open Competition,Lynfield College Major Redevelopment Stage 1: B Block demolition Main Contractor,MOE21140-3,20240920,20241011,20241212,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,It is intended that the value of the contract resulting from this tender will be within value band: $1M - $5M.,0,20250410 Ministry of Education - School Infrastructure,30902984,Request for Proposals,Closed Competition,Mission Heights Primary School - B21 6 Roll Growth Teaching Spaces Quantity Surveyor Services,MOE28565,20250121,20250212,20250319,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,"The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced QS for the delivery of Mission Heights Primary School 6x Roll Growth Teaching Spaces. Staged D&B delivery.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30907140,Request for Tenders,Closed Competition,Main Contractor for the Block 1 Toilet Refurbishment at Mt Eden Normal Primary School,,20250121,20250212,20250331,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions are to be made through the GETS website.,The Mount Eden Normal Primary School Board is seeking a main contractor for the Block 1 Toilet Refurbishment project.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30926045,Award Notice,Open Competition,Kaitaia College Weathertightness Remediation Project Management,MOE28063,20241018,20241108,20241216,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced Project Manager for the weathertightness remediation at Kaitaia College.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30942172,Request for Tenders,Open Competition,Main Contractor for the Classroom Refurbishment of Block 6 & Window Joinery Replacement of Blocks 3 and 6 at Bailey Road School,,20250129,20250225,20250312,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Bailey Road School are seeking the services of a suitably qualified contractor to carry out a classroom refurbishment in block 6 and a window joinery replacement in blocks 3 and 6.,Awarded,,177081,20250410 Ministry of Education - School Infrastructure,30944052,Request for Tenders,Open Competition,"Main Contractor for the Blocks 2, 5, 6: Window Joinery and External Door Replacement at Glamorgan School",,20250129,20250307,20250320,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Blocks 2, 5, 6: Window Joinery and External Door Replacement at Glamorgan School",Awarded,,164335,20250410 Ministry of Education - School Infrastructure,30977171,Request for Tenders,Open Competition,Wellsford School - Stormwater Upgrade Project,248043,20250131,20250226,20250314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website," Project started as an investigation into issues with stormwater drainage. As a result of the investigation, it was determined that a new system be installed. The project includes the installation of a stormwater system, per the drawings, along with clearing buildup and blockage of the area of discharge on the neighbours property",Awarded,,0,20250410 Ministry of Education - School Infrastructure,30980924,Request for Tenders,Closed Competition,Te Papapa School B21 Roll Growth 6 Teaching Spaces Main Contractor,MOE28708,20250203,20250228,20250331,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,The purpose of this procurement is for the Ministry to engage an appropriately skilled and resourced main contractor for construction of a two-storey 6TS new school building at Te Papapa School.,Awarded,,0,20250410 Ministry of Education - School Infrastructure,30988569,Award Notice,Open Competition,Manurewa High School - Lift Replacement in New Business Academy Building,MOE28411,20241213,20241218,20250116,Ministry of Education - Approval from Ministry Employee - ie. Case Manager,Sole Agency,No,,,Awarded,"It is intended that the value of the contract resulting from this tender will be within value band: $100,000-$250,000.",0,20250410 Ministry of Education - School Infrastructure,30991685,Request for Tenders,Open Competition,Main Building Contractor for Blocks 1 & 2 Alterations & Refurbishment at Manunui School,Manunui School,20250205,20250307,20250314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"The Contract Works required are: Block 1: Replace window in computer room, replace ceiling tiles in classroom 2, replacement of wall linings under window in computer breakout room, replace damaged wall linings and ceiling linings in Staffroom. Block 2: Replace damaged wall linings in back room of building. In classroom 1 open up between classroom and resource area to create breakout space. Replace floor, ceiling and wall linings in breakout space, and update lighting. Install sliders between classroom and breakout space for flexible learning. If funds allow install new joinery to classroom to allow for outdoor learning and increase ventilation. All tender documentation and necessary information attached. Contractors MUST visit site. Contact School Office to arrange a site visit. Ideally dependent on MoE funding approval this work would start as soon as possible after confirmation provided, however this will be discussed with the successfull contractor and school once funding approvals are confirmed. TERMS AND CONDITIONS: https://education.govt.nz/assets/Documents/Primary-Secondary/Property/Procurement-templates-guides/School-Property-Procurement-RFx-Process-Terms-Conditions-Conditions-of-Tendering-2017-2.pdf",Not Awarded,No responses received,0,20250410 Ministry of Education - School Infrastructure,31021813,Request for Tenders,Open Competition,"(2049) Waihi East School #233419 A, B, C, CW1, D, H, L Lifecycle Replacement - Flooring Wall Finishes; Minor Roofing & Construction",233419,20250211,20250306,20250324,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,31046559,Request for Tenders,Open Competition,"(2013) Te Pahu School #236979 Blocks C,D: Indoor / Outdoor Learning Environment",236979,20250212,20250311,20250409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,,Not Awarded,,0,20250410 Ministry of Education - School Infrastructure,31052957,Request for Tenders,Open Competition,Main Contractor for Block 9 (Rooms 19 and 20): Rationalisation at Dawson Primary School,,20250214,20250314,20250404,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,The Board of Trustees at Bailey Road School are seeking the services of a suitably qualified contractor to carry out out a rationalisation of rooms 19 and 20 in block 9,Awarded,,78053,20250410 Ministry of Education - School Infrastructure,31125634,Request for Tenders,Closed Competition,Main Contractor for the replacement and refurbishment of multiple blocks at Hauraki Plains College. (Reduced Scope),,20250221,20250228,20250401,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"Hauraki Plains College is seeking a Main Contractor to complete the Roofing, Electrical, Heating & Plumbing replacement and refurbishment works which was identified as part of their last 10YPP. This Tender is based on the basis of a previous tender (GETS RFx ID: 30462054) for the same. Since the deadline date on the parent tender is closed, we had to publish another RFT. The Ministry of Education and Hauraki Plains College is currently prioritizing the projects based on their designated Priority Categories. i.e. P1 through to P4 (P1 being the highest priority and P4 the lowest). This results in the reduction of scope for the Combined 5YA projects for Hauraki Plains College. We will now eliminate any work that falls under Category P4, which currently includes carparks and covered walkways. The revised scope will cover roofing and interior works. Also, the revised scope will allow for the completion of any roofing work, electrical work, building envelope (including cladding), heating, plumbing (excluding refurbishments), and drainage as/if noted in the architectural set submitted in this tender. The project also includes some structural works with the replacement of the Block F stairs and an existing canopy. The outcome sought is to ensure that the existing buildings and blocks are well maintained while also addressing lifecycle replacement items to ensure the teaching spaces are up to date and fit for learning purposes.",Awarded,,0,20250410 Ministry of Education - School Infrastructure,31147210,Request for Tenders,Closed Competition,Redevelopment Works of Block B and HB at Trident High School,245573,20250225,20250327,20250409,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website,"The Trident High School Board is seeking Tenders for the Redevelopment Works of 2 blocks. This will be staged into bodies of work Stage One - is the repurposing of 3 existing teaching spaces in Block B for the Art Department. All works are internal and comprise the creation of support spaces off each art area Stage Two - is the repurposing of the art spaces to form learning support classroom with associated accessible bathroom and support spaces and a work area for BLENZ / Ko Taku Reo. The works include refurbishing existing staff toilets and a new accessible ramp",Awarded,,585723,20250410 Ministry of Education - School Infrastructure,31213327,Request for Tenders,Open Competition,"Main Contractor for the Weather tightness remediation of Block 1,2,6 & C at Maungawhau School",,20250311,20250311,20250314,Board of Trustees - Approve by BoT - ie. School Principal,Sole Agency,No,All submissions to be made through the GETS website.,"Maungawhau School is seeking to engage a Contractor to complete Weather tightness remedial works on Blocks 1,2,6 & C. Works are as per the drawings and documents attached to the Tender.",Not Awarded,No responses received,0,20250410 Ministry of Foreign Affairs and Trade,19442421,Request for Proposals,Open Competition,Delivery of New Zealand Scholarships Schemes,GRP-0100037,20180212,20180329,20190905,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is seeking Suppliers that can provide high quality long term tertiary training and/or source and manage long-term and short-term training and work attachment opportunities to MFAT-funded Scholars. We are seeking providers that have the capacity and capability to manage and support Scholars throughout the term of their study, in accordance with our New Zealand Scholarships Handbooks and the Education (Pastoral Care of International Students) Code of Practice 2016. We are looking for innovative and fresh thinking to continue to develop a world class scholarship programme that supports New Zealand Scholarship and the wider New Zealand Aid programme outcomes. This RFP seeks Suppliers for delivering both the full-time New Zealand-based tertiary scholarship scheme and the management of the short-term training scholarship scheme. Both scholarship schemes provide levels of end-to-end support for international scholars; pre-departure briefings; travel to and from New Zealand, insurances, stipends, academic performance monitoring and pastoral care support while scholars are in New Zealand and re-integration support when they complete their study and return to their home country. Please find attached the following: Request for Proposal Attachment Seven: Pricing Response Template Attachment Eight: Proposed Contract Form Attachment Nine: New Zealand Scholarship (New Zealand-based tertiary) Handbook Attachment Ten: New Zealand Scholarships (Short Term Training Scholarships) Handbook Attachment Eleven: Education (Pastoral Care of International Students) Code of Practice 2016",Not Awarded,"The following companies have been appointed to the Scholarships Panel: University of Auckland Unitec Auckland University of Technology University of Waikato Waikato Institute of Technology (Wintec) Massey University Victoria University of Wellington University of Canterbury Lincoln University University of Otago Southern Institute of Technology (SIT) The following company has been awarded the New Zealand Short-term scholarships: The Skills Organisation (trading as Skills International)",0,20250410 Ministry of Foreign Affairs and Trade,19603940,Request for Proposals,Open Competition,Samoa Private Sector Development Programme,WPG-0100840,20180406,20180504,20191015,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced suppliers to act as the Programme Implementation Contractor for the Private Sector Development Programme.",Awarded,"Contract Description: Provide programme establishment support, technical support services, monitoring, evaluation and reporting over the five year Private Sector Development Programme investments. Awarded Date: 28 January 2019 Contract Start Date: 28 January 2019 Contract End Date: 8 December 2023",1936361,20250410 Ministry of Foreign Affairs and Trade,19648614,Request for Proposals,Open Competition,Tonga Justice and Education Programme Support,WPG-0100857,20180419,20180518,20190829,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), on behalf of the Government of Tonga, invites submission of responses from suitably qualified and experienced organisations or consultants to deliver two programmes of support to the Government of Tonga. This RFP seeks proposals for two programme manager opportunities for the following programmes: *? Tonga Justice Sector Support Programme (TJSSP); and *? Tongan Education Support Activity (TESA).",Not Awarded,"Tongan Education Programme Support Respondents to this tender are advised that the Tongan Education Programme Support component, of the RFx, has been awarded as follows: Agency: Ministry of Foreign Affairs and Trade in association with the Ministry of Education, Tonga. 195 Lambton Quay, Wellington 6011 Successful Supplier: Auckland Uniservices Limited 49 Symonds Street, Auckland, New Zealand. Description of Services: Lead the implementation of the Tonga Education Support Activity. Contract Award Date: 14 February 2019 Contract Start: 1 March 2019 Contract End: 10 July 2021 Contract Value: NZ$2,878,236 Procurement Process: Open Tender Respondents to this tender advised that the Justice component of this tender has not been awarded through this RFP process.",0,20250410 Ministry of Foreign Affairs and Trade,20164312,Request for Proposals,Open Competition,"MERL (Monitoring, Evaluation, Research and Learning) Services Panel",GRP-0100043,20180914,20181015,20191108,,Sole Agency,No,,"**Updated Wednesday 10 October - We have extended the closing date of the tender by one business day to 3PM Monday 15 October** **Updated Monday 1 October - Please see our new video introducing the MERL Services Panel on LinkedIn. First join the MFAT Suppliers and Consultants group at: https://www.linkedin.com/groups/4625838/ by requesting to join. Once your membership request is approved, you will either see our video in the recent posts under the group, or go to: https://www.linkedin.com/feed/update/urn:li:activity:6450900231788785664** **All suppliers please subscribe to the tender notice to access the Request for Proposals and related tender documents (six in total), plus addenda and Q&A.** MFAT intends to establish a new MERL (Monitoring, Evaluation, Research and Learning) Services Panel that will contribute to MFATs organisational learning, transparency and accountability through a diverse range of consultancy and advisory services in areas that span New Zealands humanitarian, development and diplomatic engagement. MFAT evaluates its investments in the New Zealand Aid Programme through the Evaluation and Research Programme (the work programme). The work programme will encompass evaluation and research on development cooperation (policies, practice, programming and investment decisions). We anticipate a growing need to evaluate New Zealands engagement, particularly with Pacific countries, within integrated diplomatic and development policy settings (political, economic, trade, security and development policy). The work programme will deliver evaluations of different nature, depth, size, scope, and foci. It will include strategic evaluations of a sector or theme or whole of country strategy, as well as individual activity- level evaluations. We anticipate a mix of types and approaches will be required to deliver the full range of evaluations, including the use of different or innovative approaches to respond to the challenging and dynamic environments we work in. This work will be delivered over the next three to five years for MFAT, with an established budget of $37 million for the expanded work programme, including MFAT's Scholarship Programme and Partnership Funds.",Not Awarded,"MFAT has established the Monitoring Evaluation Research Learning (MERL) Services Panel (the Panel). There are currently 82 providers on the MERL Panel. The Panel Deed Contracts were awarded between May and September 2019 for an initial term of three (3) years. The scope of services is across the following eight service categories of services: 1. Strategic evaluation 2. Strategic monitoring and evaluation frameworks 3. Activity evaluation (project-level) 4. Activity monitoring and evaluation frameworks 5. Data specialists 6. Monitoring, evaluation and results management support and training 7. Organisational learning and knowledge products and services 8. Applied research and/or other analytical work. For more details regarding the panel and for a list of successful suppliers please see https://www.mfat.govt.nz/en/aid-and-development/working-with-us/tender-opportunities/supplier-panels/",0,20250410 Ministry of Foreign Affairs and Trade,20537394,Request for Proposals,Open Competition,"Ferrous Scrap Waste Collection and Export, Kiritimati Island and South Tarawa, Kiribati",WPG-0100176,20181211,20190201,20200302,,Sole Agency,No,Commercial@mfat.govt.nz,"The Ministry of Foreign Affairs and Trade (MFAT), together with the Government of Kiribati (GOK) invites submission of responses from suitably qualified and experienced organisations (including brokers), contractors or consultants (including consortia) that can meet the outcomes for the collection, processing and export of ferrous scrap from Kiritimati Island and South Tarawa, Kiribati. Please find attached a copy of the Request for Proposal (RFP) under Attachments.",Not Awarded,"TITLE: Scrap Metal Collection and Export - South Tarawa SUPPLIER DETAILS: Macaulay Metals Limited 45 Seaview Road Seaview Lower Hutt Lower Hutt 5010 New Zealand DESCRIPTION: Collection and export of scrap metal from South Tarawa and put in place a system for the on-going collection and export of ferrous scrap. DETAILS: Award Date: 26/02/2020 Contract Start Date: 26/02/2020 Contract End Date: 26/10/2021 Value range: Up to $1mil - $5mil Contract Type: Contract for Service Selection Type: Open RFP",0,20250410 Ministry of Foreign Affairs and Trade,21282508,Request for Proposals,Open Competition,South Pacific Tourism Organisation Digital Economy Tourism Initiative,ACT-0100909,20190718,20190815,20191111,,Sole Agency,No,Commercial@mfat.govt.nz,"***IMPORTANT NOTICE: Please ensure the Intention to Respond (Attachment 6 of the RFP) is submitted to commercial@mfat.govt.nz by 12noon 24 July 2019.*** The Ministry of Foreign Affairs and Trade (MFAT), is inviting the proposals from suitably qualified and experienced consultants to undertake the design of a digital tourism marketing change programme. The programme will be centrally managed by the South Pacific Tourism Organisation (SPTO) and delivered across multiple SPTO member countries. There are two stages to this programme. ? Stage One Review and Recommendations ? Stage Two - Implementation The supplier selected via this RFP will be expected to develop a plan around which a Business Case can be developed for investment in improving the capacity and capability of the South Pacific Tourism Organisation (SPTO) to support the digital marketing of member countries, as tourism destinations. (Stage-One). If the Business Case is successful and the implementation of the recommendations developed during Stage One is approved then negotiations will be entered into with the respondent selected to deliver Stage One, to support the Stage Two Implementation. SPTO will oversee Stage Two. Contracts resulting from Stage One recommendations will be between the SPTO and the various suppliers nominated or selected to deliver the streams of work identified in the Stage One review recommendations. Objectives The objectives of the SPTO Digital Economy Tourism initiative (the programme) are to: - Centralise the coordination and provision of digital support services. e.g. digital image/content creation and use of cloud-based storage and cataloguing to improve access to digital marketing artefacts i.e. still images, video, narrative. - Build digital marketing capability of SPTO and SPTO National Tourism Offices across the Pacific - Facilitate a multi-country approach to digital marketing. - Improve cooperation between SPTO member countries.",Not Awarded,"TITLE: South Pacific Tourism Organisation (SPTO) Digital Economy Tourism Initiative SUPPLIER DETAILS: Destination Think! Australia Pty. Ltd. Governor Macquarie, Tower Suite 3, Level 27 1 Farrer Place SYDNEY NSW 2000 AUSTRALIA DESCRIPTION: Services for Stage One of the project a plan around which a business case can be developed for Stage 2 (a 3-year multi-country digital services support programme). DETAILS: Award Date: 4/11/2019 Contract Start Date: 4/11/2019 Contract End Date: 31/3/2019 Value range: Up to $100K Contract Type: Contract for Service Selection Type: Open RFP",0,20250410 Ministry of Foreign Affairs and Trade,21342980,Request for Proposals,Open Competition,Labour Standards on Fishing Vessels (Activity Design),WPG-0101599,20190801,20190830,20191218,,Sole Agency,No,Commercial@mfat.govt.nz,"***IMPORTANT***: If you are interested in responding, you must complete the RFP Acknowledgement and Declaration of Intention to Respond (Attachment 6 of the RFP) and email it to commercial@mfat.govt.nz by 12 noon (NZ Time) 14 August 2019. The Ministry of Foreign Affairs and Trade is seeking proposals from suitably qualified and experienced organisations or consultants (including consortia) to design an activity in the fisheries and human rights sectors to support safe and worthwhile employment on fishing vessels within the Western and Central Pacific Oceans. The Activity Design is stage one of a two stage activity, with stage two covering implementation of the design. Implementation will be tendered for separately in 2020. A copy of the Request for Proposal (and associated documents) can be downloaded under Attachments.",Not Awarded,"Contract Title: Labour Standards on Fishing Vessels: Design Supplier Name: Siwatibau & Sloan Supplier Address: 8 Holland St, Suva, Fiji Contract Description: Human Rights in Pacific Fisheries: Labour Standards on Fishing Vessels: Activity Design Awarded Date: 26/11/2019 Contract Start Date: 22 Oct 2019 Contract End Date: 31 May 2020 Purchase Value (NZD) $120,000 Type: Contract for Services (CFS) Contractor Selection: Open Tender Exemptions: None",0,20250410 Ministry of Foreign Affairs and Trade,21444361,Request for Proposals,Open Competition,e-learning for Science in the Pacific (Activity Implementation),WPG-0101671,20190820,20191015,20200701,,Sole Agency,No,Commercial@mfat.govt.nz,"IMPORTANT: If you are interested in responding, you must complete the RFP Acknowledgement and Declaration of Intention to Respond (Attachment 6 of the RFP) and email it to commercial@mfat.govt.nz by 12 noon (NZ Time) 30 August 2019. The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to implement an activity design in the Pacific region to support e-learning services for year 10 Science students. The Activity Implementation is Stage Two of a two stage activity, with Stage One covering activity design. A copy of the Request for Proposal (and associated documents) can be downloaded under Attachments.",Not Awarded,"TITLE: E-learning for Science in the Pacific SUPPLIER DETAILS: Catalpa International Ltd. Suite 13 50 Oxford Close West Leederville Western Australia 6007 Australia DESCRIPTION: Raise student achievement in science for the participating Pacific Island countries through innovative technology enabled learning. DETAILS: Award Date: 30/06/2020 Contract Start Date: 1/07/2020 Contract End Date: 20/06/2023 Value range: NZD $1mil - $5mil Contract Type: Contract for Services Selection Type: Open Tender",0,20250410 Ministry of Foreign Affairs and Trade,21881978,Request for Proposals,Open Competition,Health Safety and Well-being Module (Human Resource Information System),2619,20191104,20191129,20210624,Departmental,Sole Agency,No,Commercial@mfat.govt.nz,"The Ministrys HRIS Project is completing an assessment of the SAP Success Factors HRIS solution, as offered via the All of Government (AoG) Common Capabilities panel. However the AoG offering does not include a Health, Safety and Well-being (HSW) capability. Therefore the Ministry seeks to identify a Health, safety and Well-being solution that will act as a module of the over-arching HRIS solution. This Ministry requires a solution that will meet legislative compliance and risk management needs and those elements which will enhance the quality of Health, safety and Well-being management in the medium to long term. The Ministry is looking for credible and proven providers who have the capability, experience and infrastructure to deliver the solution to underpin and support our people strategies and technical standards. You will need to have a good track record in the management and implementation of Health, safety and Well-being solution and develop effective strong relationships with the Ministry. In addition your solution should provide the functionality to engage, guide and support our people. Please note our RFP Process, Terms and Conditions requires an Offer Validity Period of 8 calendar months during which time the Respondent agrees that their offer will remain open for acceptance by the Buyer.",Awarded,This award notice is to inform of a tender that was awarded in February 2020,900000,20250410 Ministry of Foreign Affairs and Trade,21883987,Request for Proposals,Open Competition,Feasibility Analysis and Design of InvestPacific,WPG-0101758,20191104,20191203,20200302,Crown Funding,Sole Agency,No,,"***IMPORTANT*** Prospective respondents are required to submit an ""Acknowledgement and Declaration of Intention to Respond"" in accordance with Attachment Six of the RFP, no later than 12 NOVEMBER 2019 AT 12:00noon. The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to undertake feasibility analysis and design of InvestPacific to mobilise private investment into the Pacific. The outcomes to be achieved are: increased investment by private sector entities or individuals to Pacific development projects; the delivery of social and economic benefits for PICs through the delivery of key infrastructure and development projects; leverage New Zealands value-add, particularly from the New Zealand investment community.",Not Awarded,"TITLE: InvestPacific - feasibility and design SUPPLIER DETAILS: Brightlight Group Pty Ltd Governor Macquarie, Tower Suite 3, Level 27 1 Farrer Place SYDNEY NSW 2000 AUSTRALIA DESCRIPTION: To provide advice on design options and parameters for a Pacific-focused investment fund. DETAILS: Award Date: 4/11/2019 Contract Start Date: 31/01/2020 Contract End Date: 31/10/2020 Value range: Up to $250k - $500k Contract Type: Contract for Service Selection Type: Open RFP",0,20250410 Ministry of Foreign Affairs and Trade,21954242,Request for Proposals,Closed Competition,Vanuatu Secondary Education Support Activity,WPG-0101694,20191119,20200131,20201110,Crown Funding,Sole Agency,No,,"This is a closed Request for Proposal (RFP) process. Only the seven respondents shortlisted from the Registration of Interest (ROI) issued by MFAT on 27 August 2019 have been invited to submit proposals. The seven respondents (listed below) are invited to attend a briefing conference call: * Allen and Carke Jacqui Haggland * Auckland UniServices Jeffery Nikoia * Clear Horizon Rini Mowson * Coffey Emma Lewis * Cognition Ian Ormiston * Creative HQ Angus Jamieson * Victoria University Maciu Raivoka The Zoom tender briefing schedule for this afternoon has been rescheduled to THURSDAY 21 NOVEMBER at NZ4:00pm ( See details below) The Request for Proposals will be released via GETS by NZ12.00pm (Lunchtime) today. Topic: Vanuatu Secondary Education Support Design RFP Briefing Time: Nov 21, 2019 04:00 PM Auckland, Wellington Join Zoom Meeting https://mfat.zoom.us/j/780245522?pwd=Q0M2akM4dVoyWXlqVVFqR1hEMk40UT09 Meeting ID: 780 245 522 Password: MFAT19 The goal of the Vanuatu Secondary Education Support initiative (hereinafter referred to as the Activity) is to equitably increase participation and increase quality learning to improve secondary education outcomes for young people in Vanuatu. The outcomes to be achieved are: More young people attend secondary school, for longer Improved pathways from secondary school to work or further learning; and Improved attainment in relevant secondary school qualifications. This Activity will be completed in two separate Phases. Phase One is to design the Activity, based on the approved Activity Concept Note, and produce an Detailed Business Case. The scope of services conducted under Phase Two - implementation of the Activity - will be determined during Phase One, and is not subject to this procurement process.",Awarded,"Scope: Prepare a detailed and costed work-plan for the Vanuatu Secondary Education Support Activity. Contract Start Date: 17 September 2020 Contract End Date: 20 April 2020 Contract Type: Contract for Services",44000,20250410 Ministry of Foreign Affairs and Trade,21992504,Request for Proposals,Open Competition,APEC NZ Collaboration Tool & Email Solution,2646,20191126,20191220,20200827,Departmental,Sole Agency,No,APEC21.Commercial@mfat.govt.nz,"***IMPORTANT - Please refer all correspondence to APEC21.Commercial@mfat.govt.nz**** APEC 2021 will be the largest event ever hosted by the New Zealand Government. It is a 12-month series of events with meetings being hosted in Auckland, Wellington and Christchurch over the course of the year. APEC 2021 will showcase New Zealand to the world including our hospitality, culture, tourism, innovation and business (including Maori business). APEC NZ is looking for a fully managed and hosted collaboration solution to enable users from different organisations to work collaboratively across our work streams. The required solution is made up of two distinct and independent systems: a collaboration tool and a group email. As this a programme with hard deadlines, we are looking for a self-sufficient partner who can hit the ground running with planning and implementation of the systems. Our programme has existing engagements with suppliers that may require to be involved with the planning or implementation of these systems; we expect that any successful respondent would be willing and open to working collaboratively with these key partners. It is important to note that the chosen solution for both tools could only have a lifespan of approximately two years. Therefore, investing in features that will enhance its longevity is not a priority. This is a unique opportunity to be part of the largest event that the New Zealand government has held, with up to 20,000 people involved. The successful supplier will work in partnership with APEC NZ to enable effective and collaborative work across a broad variety of organisations, crucial to a successful and sustainable host year in 2021.",Not Awarded,"Following the announcement made by Ministers Peters and Parker that New Zealands hosting of APEC 2021 will now go ahead virtually, (see https://www.beehive.govt.nz/release/new-zealand-host-virtual-apec-2021), it has been decided to withdraw this current opportunity from the market. Thank you to all suppliers that have already engaged with us on this opportunity.",0,20250410 Ministry of Foreign Affairs and Trade,22426033,Request for Proposals,Open Competition,"Tokelau Air Services Air service scoping, site investigations and indicative business case",,20200310,20200420,20200727,,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites proposals from suitably qualified and experienced organisations (including consortia) to support MFAT and the Government of Tokelau in the delivery of air services and associated infrastructure. The goal of the Tokelau Air Services Activity (hereinafter referred to as the Activity) is to liaise with potential air service providers, undertake airfield concept design and an indicative business case for establishing air services to Tokelau and associated facilities on Nukunonu.",Awarded,Calibre Consulting Ltd is the successful supplier for this contract,0,20250410 Ministry of Foreign Affairs and Trade,22560426,Request for Quotations,Closed Competition,Kiribtai Institute of Technology: Master Plan 2018 Stage 1 & Stage 2: Professional Services,WPG-0101510,20200421,20200529,20201118,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to perform detailed design review in preparation for a design & build tender, tender management, engineer to contract and project management of the design and construction of the Kiribati Institute of Technology (KIT) 2018 Master Plan, Stage 1 and 2. .",Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,22764483,Request for Quotations,Closed Competition,Kiribati Energy and Public Utilities Reform - Project Management Services,WPG-0102160,20200604,20200713,20210315,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced suppliers to provide project management services to manage the implementation of a programme of institutional reform of the critical utilities sector (energy, water, sanitation) in Kiribati.",Awarded,FCG are MFAT's selected supplier through a successfull evaluation process.,1272637,20250410 Ministry of Foreign Affairs and Trade,22885603,Request for Quotations,Closed Competition,Stategic Evaluation Energy,WPG-0102350,20200629,20200720,20201113,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to provide an evidence based Strategic Evaluation on the effectiveness, impact and sustainability of MFATs Energy Programme, encompassing both the Pacific and Global (ASEAN, Caribbean and East Africa) programmes over the period of 2012 2019. The assignment is expected to take five (5) months commencing on the indicative contact date of 10 August 2020. Details of the work and the skills required are contained in Attachment One, Terms of Reference (TOR). Attachments include: Attachment One - ToR Energy Programme Evaluation Attachment Five - Draft Contract for Services - Energy Programme Evaluation",Awarded,"Scope: Evidence based Strategic Evaluation on the effectiveness, impact and sustainability of MFAT's Energy Programme 2012 - 2019 Contract Start Date: 9 September 2020 Contract End Date: 30 June 2021 Contract Type: Contract for Services",559940,20250410 Ministry of Foreign Affairs and Trade,22943811,Request for Quotations,Closed Competition,"Covid-19: Rapid-Response PPE Stockpile for the Pacific Distribution, Storage and Management of PPE Equipment",ACT-0101811,20200709,20200720,20201110,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting quotes from suitably qualified and experienced Providers to manage and store Personal Protective Equipment (PPE) and medical supplies to enable a rapid response in the event of a significant outbreak of Covid-19 in the Pacific.",Awarded,"Description: Services to compile, manage and store Personal Protective Equipment (PPE) and medical supplies to enable a rapid response in the event of a significant outbreak of COVID-19 in the Pacific Contract Start Date: 21 August 2020 Contract End Date: 31 May 2022 Contract Type: Contract for Services",247856,20250410 Ministry of Foreign Affairs and Trade,22945825,Request for Quotations,Closed Competition,COVID-19 - Pacific Personal Protective Equipment (PPE),ACT-0101811,20200715,20200723,20201110,Crown Funding,Sole Agency,No,,,Awarded,"Contract: WPG-0102533 Description: Supply of Personal Protective Equipment (PPE) to enable a rapid response in the event of a significant outbreak of COVID-19 in the Pacific. The contract will cover supply and transport to Auckland of the below PPE: - Biohazard bags - Safety box - Milton tablets - Face shields - Shoe covers - Swabs - Infrared thermometers Contract Start Date: 30 October 2020 Contract End Date: 30 December 2020 Contract Type: Contract for Goods Contract: WPG-0102627 Description: Supply of Personal Protective Equipment (PPE) to enable a rapid response in the event of a significant outbreak of COVID-19 in the Pacific. The contract will cover supply and transport to Auckland of the below PPE: - Face-shields Contract Start Date: 20 October 2020 Contract End Date: 31 March 2021 Contract Type: Contract for Goods",262975,20250410 Ministry of Foreign Affairs and Trade,23057493,Request for Quotations,Closed Competition,Development Results and Lessons Syntheses,ACT-0101363,20200803,20200819,20201119,Crown Funding,Sole Agency,No,N/A - Responses must be submitted via GETS,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to provide a suite of results and lessons syntheses for the New Zealand Aid Programme. Syntheses will contribute to the New Zealand Aid Programme evidence base. The suite of syntheses will comprise three tranches: Bilateral; Programme, regional & multi-country; and Thematic area. Delivery of tranches will be phased. For scoping purposes, the estimated time frame for each synthesis is approximately 20 days, averaged across syntheses of varying sizes. The assignment is expected to take six months commencing on the indicative contact start date below. For more information, please refer to the attached RFQ document and for details of the work and the skills required, please refer to Attachment One, Terms of Reference (TOR).",Awarded,"Scope: Provide a synthesis of key results and lessons for each 4YP and thematic areas, drawn from Activity Monitoring and Completion Assessments, as well as Activity Evaluations Contract Start Date: 19 October 2020 Contract End Date: 17/06/2021 Contract Type: Contract for Services",632503,20250410 Ministry of Foreign Affairs and Trade,23058539,Request for Quotations,Closed Competition,South Tarawa Energy Infrastructure - PUB Diesel Generator and Fibre Optic Cable,WPG-0102283,20200803,20200918,20210315,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to design and plan procurement options for the installation of a diesel generator and fibre optic cable for the Kiribati Public Utility Board (PUB).",Awarded,Elemental Group are MFAT's selected supplier through a successfull evaluation process.,195425,20250410 Ministry of Foreign Affairs and Trade,23100412,Request for Proposals,Open Competition,PREPARATION OF A LONG-TERM ASSET MANAGEMENT AND INVESTMENT PLAN,2808,20200811,20200907,20201118,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is seeking to appoint a provider to prepare a Long-Term Asset Management and Investment Plan (AMIP) for the strategic investment and ongoing development and management of the New Zealand Embassy and Official Residence site in Washington D.C, USA.",Awarded,,67000,20250410 Ministry of Foreign Affairs and Trade,23450490,Request for Proposals,Closed Competition,PNG Electrification Partnership PMS RFP,GRP-0100067,20201013,20201127,20220217,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) invites submission of responses from the short-listed ROI respondents to manage and provide technical support to the Papua New Guinea Programme team to deliver the existing electrification project, Enga Province Project, and New Zealand's pipeline of Papua New Guinea Electrification Programme (PEP) related Projects, referred to as the Project Management Services. These Projects fall under the PEP that will help support PNGs electrification ambition of achieving 70% electrification by 2030. These Projects and the services provided by the PMS, are referred to as the Activity. Further details are available in the RFP and various attachments. Please see PEP PMS - RFP attachment list for all attachments. Briefing Session If you would like to attend our supplier briefing session via zoom please email our Point of Contact to register before the due date. Please provide your company name and names of attendees who will be dialling in via zoom. Zoom details will be provided once you have registered. Registration to attend briefing closes at: Close of business on 19 October 2020.",Awarded,Estimated price price band ($1M -$3M),0,20250410 Ministry of Foreign Affairs and Trade,23456844,Request for Quotations,Closed Competition,Vanuatu Correctional Services Evaluation,WPG-0102653,20201014,20201027,20201209,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to evaluate the impact of the support provided to the Vanuatu Correctional Services. The assignment is expected to take eight weeks commencing on the indicative contact start date below. Details of the work and the skills required are contained in Attachment One, Terms of Reference (TOR).",Awarded,"Scope: Three main activities, namely: The Vanuatu Correctional Services Partnership Coordinator, Vanuatu Correctional Services Partnership and theTechnical Advice to the Vanuatu Correctional Services. Contract Start Date: 9 November 2020 Contract End Date: 27 January 2021 Contract Type: Contract for Services",74701,20250410 Ministry of Foreign Affairs and Trade,23599287,Request for Quotations,Closed Competition,Maritime Activities Review,,20201111,20201130,20210128,,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) has supported a range of activities in the Pacific maritime sector as part of its aid and development program. With shipping and artisan/subsistence fishing being such a key part of Pacific societies, for trade, economic, educational, medical, and cultural purposes, it is not surprising that there is growing interest in supporting Pacific Island Countries (PICs) with safe, reliable shipping. MFATs activities in the maritime sector are worth over $20 million NZD, with interventions primarily targeted at seven Pacific Island Countries. MFATs strategy in the maritime sector has involved several activities which target improving safety and reducing the risk of accidents. Over the years, a suite of activities, delivered by Maritime New Zealand, Land Information New Zealand, the Pacific Community [SPC] and other New Zealand and local providers, have been implemented focused on different aspects of safety. To date, the balance of investments across these activities has been weighted towards preventative and educational measures. As MFAT faces a new funding cycle at the end of a triennium and a year of delivery greatly disrupted by the COVID-19 pandemic, there is an opportunity to re-examine and reflect on the current maritime portfolio vis--vis MFATs broader goals and aspirations for the sector. In response to this opportunity, we would like to review MFATs current maritime portfolio, in order to help set the future direction of the program. The purpose of this review is to provide an independent assessment of MFATs portfolio of maritime activities, in order to support future program design and provide an evidence base for making future funding decisions on maritime investments. The review will contribute to strategic decisions on the upcoming trienniums investment in maritime activities, particularly on key activities such as the Pacific Maritime Safety Program (PMSP), Pacific Regional Navigation Initiative (PRNI), and Pacific Island Domestic Shipping Safety (PIDSS). The objectives to guide this review are outlined in the attachments. Please submit all questions and responses through GETS using the guidance attached",Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,23680579,Request for Proposals,Closed Competition,Timor-Leste Early Childhood Education Programme,WPG-0102607,20201125,20201216,20210419,Crown Funding,Sole Agency,No,,"REQUEST FOR PROPOSALS Timor-Leste Early Childhood Education Programme Delivery The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from shortlisted ROI respondents to complete the design and carry out the implementation of the Timor-Leste Early Childhood Education Programme.",Awarded,,357000,20250410 Ministry of Foreign Affairs and Trade,23700662,Request for Proposals,Closed Competition,Kiribati Solid Waste Management Phase 3 Design RFP,WPG-0102518,20201130,20201222,20210406,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from shortlisted Request of Interest (ROI) Respondents to complete the design Phase 3 of the Kiribati Solid Waste Management Programme. It is expected that Phase 3 will continue to support the current goal, to establish effective and sustainable solid waste management systems supporting the well-being of communities.",Awarded,Contract for Services awarded 01/04/2021.,174383,20250410 Ministry of Foreign Affairs and Trade,23771476,Request for Proposals,Closed Competition,PIP 11 - Digital Diplomacy via Video Conference - Technology RFP,,20201214,20210126,20210301,Departmental,Sole Agency,No,,"MFAT wishes to contract with a provider in the Video Conference (VC) Technology sector to design, deliver and provide ongoing management and support for a VC capability. The solution will deliver a mature VC platform that will be interoperable with other leading vendor service platforms across multiple purpose built meeting rooms to offer a seamless, stable and high quality VC experience The RFP is an invitation for a suitably qualified local technology provider that can present as a mature market leader with extensive experience in the VC solutions domain. Important Date: Pre Qualification questions answered and submitted to Commercial@mfat.govt.nz 21st Dec. by noon Pricing submitted through GETS e-tender box by 10:00am 26/01/2021",Awarded,IPFX are MFAT's selected supplier through a successfull evaluation process.,989615,20250410 Ministry of Foreign Affairs and Trade,23810777,Request for Tenders,Open Competition,DFAT Tender Notice: PACER Plus Implementation Package,,20201223,20210212,20211214,Partner Government Tenders,Sole Agency,No,,"This is a notice on behalf of Department of Foreign Affairs and Trade - Australian Aid Program (DFAT) to advise of their tender for PACER Plus Implementation Package. A Services Provider is required to establish the PACER Plus Implementation Unit (IU) as an independent legal entity in the Host Country. The Transition phase will allow the handover of customised administrative systems to the IU itself (once an established independent legal entity) should Signatories choose to adopt IU self-administration. The PACER Plus Joint Committee (JC) has the mandate to review this arrangement and phase it out in a transition to a self-administered IU. Any decision to transition will be made by the PACER Plus JC and be based on criteria anticipated to include value for money, accountability, efficiency and effectiveness for an evidence-based, consensus decision. The Service Provider will be engaged for a contract period of at least two years covering service delivery phases for: Inception (6 months), Early implementation (12 months), Transition (6 months) and Late Implementation (if required, contract extension options available). Tenders must be submitted via AusTender www.tenders.gov.au by the closing date, link for tender information: https://www.tenders.gov.au/Atm/Show/0b97a68c-8a3a-4b3c-91e6-3729d4b62e8c This is not a MFAT tender, any questions, responses or communications must be directed to MFAT.",Not Awarded,closed for administration,0,20250410 Ministry of Foreign Affairs and Trade,23835539,Request for Quotations,Closed Competition,Formative Evaluation of the Climate Change Programme Delivery Team,,20210112,20210128,20210601,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to undertake a formative evaluation of the Programme Delivery Team set up to deliver the Climate Change Programme for MFAT. The assignment is expected to take five (5) months commencing on the indicative contract start date of 26 February 2021. Details of the work and the skills required are contained in Attachment One, Terms of Reference (TOR). The Ministry of Foreign Affairs and Trade (MFAT) established the Climate Change Programme (CCP) to help deliver on the governments climate change commitment with a specific focus on the Pacific. The CCP is a significant, broad-based programme of activity to build resilience in the Pacific to manage the impacts of climate change. It is part of a broader government commitment of climate change development assistance. The CCPs current investment through to December 2023 is $163M and is targeted towards the goal of boosting the Pacifics resilience to climate change and advocating for effective global action. The four objectives that define the portfolio are: Pacific Island countries are leading their climate change responses. Pacific resilience to climate change impacts is increased. Pacific Island countries are prepared to manage climate-change related human mobility in ways that protect human rights, security and development outcomes. There is greater global action to reduce greenhouse gas emissions. To achieve these objectives, the CCP is investing in 23 new activities that are categorised under seven intervention areas, reflecting the cross-cutting nature of climate change. The activities are co-designed and delivered by a number of organisations and through a range of funding mechanisms. Activities include both upstream systemic interventions to improve the enabling environment for change that is sustainable, and downstream direct interventions that address particular vulnerabilities and adaptation responses. Despite the global pandemic which has delayed schedules, the CCP is moving ahead with climate activities that will result in tangible, equitable, and sustainable improvements in the global communitys response to climate change. All questions and responses must be through the GETS tool and received on or before the dates specified above",Awarded,"CFS Start date: 01/06/2021 Total Contract Price $145,000",145000,20250410 Ministry of Foreign Affairs and Trade,23927934,Request for Proposals,Closed Competition,GWAN & Satellite Services Request for Proposal,,20210202,20210331,20211018,Departmental,Sole Agency,No,Commercial@mfat.govt.nz,"This opportunity in a nutshell A number of New Zealand government agencies with offices overseas (also known as NZ Inc) use a shared Global Wide Area Network (GWAN). GWAN partner offices are located in 81 sites across 57 countries. We are looking for an experienced Supplier to provide a global telecommunication service that continues the current GWAN and satellite connection services from partner offices to their New Zealand based IT services. What we need The Ministry and its GWAN Partner agencies need an international telecommunications supplier to provide reliable digital connections to the overseas offices of New Zealand Government agencies and satellite services to offices in countries that do not have terrestrial links. By establishing a strong partnership with a preferred supplier, we expect to extend each agencys information services to all their offices while also leveraging the benefits of operating on a common network. Whats important to us The Ministry and its GWAN Partners are looking for a partner who has the capability, proven experience and capacity to deliver a reliable and sustainable global solution that meets our requirements. The supplier will provide the high level of support and security required for the main global network of the New Zealand government.",Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24056624,Request for Quotations,Closed Competition,Outsourcing Advisory Partner for Scholarships Improvement Programme,,20210305,20210312,20210406,Crown Funding,Sole Agency,No,,,Awarded,,50000,20250410 Ministry of Foreign Affairs and Trade,24062678,Request for Proposals,Closed Competition,Pacific Storytelling RFP,,20210308,20210326,20210726,Crown Funding,Sole Agency,No,,,Awarded,,400000,20250410 Ministry of Foreign Affairs and Trade,24109370,Request for Quotations,Closed Competition,Tacloban Warehouse Assessment,WPG-0102291,20210319,20210412,20210706,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to conduct a structural assessment of the Philippines Red Cross Warehouse in Tacloban, Visayas, Philippines (Activity).",Awarded,"Scope: Phased approach: Desktop Assessment; Site investigations; Options Assessment. Contract Start Date: 1 June 2021 Contract End Date: 20 November 2021 Contract Type: Contract for Services",168405,20250410 Ministry of Foreign Affairs and Trade,24116576,Request for Proposals,Open Competition,Building Teaching Capacity in Inclusive Education in the Pacific,WPG-0102633,20210323,20210428,20211223,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), will be inviting submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement Build Teaching Capacity for Inclusive Education [the Activity] to support education professionals in improving learning outcomes for children at risk of exclusion in the Pacific. The Activity should be targeted to assist teachers, school leaders and teacher aides to create an enabling, supportive environment for teaching and learning that caters to needs of all children in the Pacific. MFAT envisages that the Activity would be a four year intervention in the third quarter of the 2021 calendar year. The scope of Services conducted under the Implementation period - will be determined during the Exploratory Phase and will be subject to MFATs funding approvals. More information can be found in the RFP document and Terms of Reference attached.",Awarded,Contract awarded to UniServices. Contract signed on 23/12/2021,0,20250410 Ministry of Foreign Affairs and Trade,24121487,Request for Proposals,Open Competition,Provision of Specialist Education Services for Inclusive Education in the Pacific,WPG-0102675,20210323,20210416,20211213,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), will be inviting submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement Provision of Specialist Education Services for Inclusive Education [the Activity] to support improved learning outcomes for children with disabilities. The Activity should be targeted to work with key stakeholders to provide specialist education services to support children and young people with disabilities in up to three countries in the Pacific. MFAT envisage that the Activity would be a five year intervention starting in the third quarter of the 2021 calendar year. The scope of Services conducted under the Implementation period - will be determined during the Exploratory Phase and will be subject to MFATs funding approvals. For the avoidance of doubt, this Contract contains a Stop/Go clause under Schedule 1 of the contract to provide for this. There will be an external evaluation in the second year to ensure that the model is fit for purpose and to inform any changes. More information can be found on the attached RFP document and Terms of Reference",Not Awarded,"Please refer to RFX ID: 25214653, WPG-0102071 as we have published an RFI. Closed for administrative purposes.",0,20250410 Ministry of Foreign Affairs and Trade,24140964,Request for Proposals,Open Competition,Mahi Anamata - Main Contractor Services,,20210329,20210428,20210827,Departmental,Sole Agency,No,,"MFAT are seeking a Contractor that is accomplished in the delivery of interior fitout works including being able to work within occupied buildings and having the organisational skills to work to a tight programme alongside FFE (Furniture, Fixings and Equipment) suppliers who will be working along side the Main Contractor throughout the project. We are seeking suppliers that are able to demonstrate experience and track record of Key personnel with similar projects including: a. Project/Contract Manager b. Site Manager c. Quantity Surveyor Please review the attached documentation for further information including the deadline to respond and scope of what is required.",Awarded,"Scope: LT McGuinness will provide construction services as detailed by the Mahi Anamata Design and Specification and relevant codes and standards. Contract Start Date: 24 July 2021 Contract Type: 3910",1758347,20250410 Ministry of Foreign Affairs and Trade,24162805,Request for Quotations,Closed Competition,Consular Training Review,2908,20210401,20210415,20210816,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24220432,Request for Quotations,Open Competition,Mahi Anamata Relocation Services,,20210420,20210503,20210827,Departmental,Sole Agency,No,,"This RFQ relates to relocation and/or removal of office furniture, personnel documents and effects plus ICT equipment for the HSBC Tower office for MFAT, under the Mahi Anamata project. The key outcomes that we want to achieve are procuring an efficient and agile relocations contractor that can support the project to ensure items are moved as required throughout the programme to support MFATs work which can be delivered on time and within budget. In addition to the relocation works, the Ministry will require materials including boxes, labels, etc to support the relocation and the removal of these items at the conclusion of works. Please consider the NZ Governments broader outcomes particularly withy regarding to reducing emissions and waste. In particular, please consider this with respect to the removal of rubbish and office furniture items to be removed from site, whether for resale, re-purpose or disposal, and also the provision of packaging materials.",Awarded,"Scope: The key outcomes that we want to achieve are procuring an efficient and agile relocations contractor that can support the project to ensure items are moved as required throughout the programme to support MFATs work which can be delivered on time and within budget. Contract Start Date: 16/07/2021 Contract End Date: 31/03/2022 Contract Type: GMC Contract for Services",200000,20250410 Ministry of Foreign Affairs and Trade,24343870,Request for Proposals,Closed Competition,World Expo Osaka 2025 - Indicative Business Case,2913,20210527,20210611,20210827,Departmental,Sole Agency,No,,"Japan as host, has officially invited New Zealand to participate in World Expo Osaka 2025 (Expo 2025). This is a major international event which takes place every five years, and is expected to attract 28 million visitors. Participation in Expo 2025 merits serious consideration due to potential economic and bilateral benefits for New Zealands relationship with Japan our fourth largest trading partner. In order to provide advice to Ministers and Cabinet on New Zealands potential participation in Expo 2025, analysis is required in the form of an Indicative Business Case (IBC) following the Treasurys Better Business Case (BBC) guidance which covers the strategic, economic, financial, commercial and management cases for participation. The IBC due by 1 November 2021 will inform the advice to Cabinet on New Zealands participation in Expo 2025. This Request for Proposal is a closed invitation to suitably qualified suppliers on the Consultancy Services Panel to submit a Proposal via Presentation for the World Expo Osaka 2025 Indicative Business Case contract opportunity. Your Proposal will be in the form of a Presentation, you will not be required to submit a substantive written Proposal in addition or to support your Presentation.",Awarded,"Scope: The Ministry is seeking an organisation to complete the required analysis in the form of an Indicative Business Case which covers the strategic, economic, financial, commercial, and management cases for participation in World Expo Osaka 2025. Contract Start Date: 6/07/2021 Contract End Date: 11/11/2021 Contract Type: CSO",180000,20250410 Ministry of Foreign Affairs and Trade,24416311,Award Notice,Closed Competition,Digital Communications Adviser,2987,20210419,20210514,20210628,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24452913,Request for Proposals,Closed Competition,Relocation Services,2783,20210621,20210707,20211201,Departmental,Sole Agency,No,,"This is the second stage of the Relocation Services Tender. The Commercial Division and Project Owner will hold a supplier briefing on the24th June at 1pm NZ time. The Zoom details are: Zoom ID: 902 391 5215 and P/W 099853 Please let the point of contact know if you are planning on attending. There are eight attachments posted: Relocation Services RFP Attachment 1. Relocation Services Supplier Response Form Attachment 2. Pricing Template Attachment 3. Relocation Scenarios Attachment 4. Presentation Information Attachment 5. Draft Contract Attachment 6. Current Process Maps 1. Attachment 6. Current Process Maps 2. If you have any questions, please submit these through GETs before before the questions close date - and be sure to ask lots of questions at the briefing.",Awarded,Contract awarded to SIRVA PTY ltd on the 01/12/2021.,0,20250410 Ministry of Foreign Affairs and Trade,24473674,Award Notice,Open Competition,strategy health and safety consultancy services,2991,20210503,20210614,20210625,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24473726,Award Notice,Closed Competition,Health and Safety Consultant,2992,20210503,20210614,20210628,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24473767,Award Notice,Closed Competition,Global Search Engine,2618,20201201,20210528,20210628,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24583323,Award Notice,Open Competition,Analysis of the NZL-EU FTA on the NZ Economy,3007,20210720,20210721,20210721,Departmental,Sole Agency,No,,,Awarded,Contract awarded to ImpactECON.,0,20250410 Ministry of Foreign Affairs and Trade,24587190,Request for Proposals,Closed Competition,"Licensing Solution Partner - Microsoft Cloud, Software and Services Agreement",3013,20210722,20210805,20210915,Departmental,Sole Agency,No,195 Lambton Quay Wellington,"The Ministry of Foreign Affairs and Trade (MFAT) is looking for a Licensing Solution Partner to manage the MFAT Microsoft Licenses. This presentation is your opportunity to demonstrate how you would work with the Ministry by presenting This presentation is your opportunity to demonstrate how you would work with the Ministry by presenting an an innovative approach to to your your response (e.g. what you might propose over the entirety of MFATs software licensing estate might propose over the entirety of MFATs software licensing estate) and what you can do in the future to enhance usage of licenses. you can do in the future to enhance usage of licenses. MFAT are using this opportunity to improve the Public Value and Commercial benefits that can be obtained from this MFAT are using this opportunity to improve the Public Value and Commercial benefits that can be obtained from this contract. Some Key Dates: Deadline for Supplier Clarification questions 5pm 30th July Deadline for Ministry to answer Supplier questions 5pm 3rd August Responses Due 5pm 5th August Presentations 9th and 10th of August (look out for a separate email) Anticipated Contract start date 01 September 2021",Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,24597503,Request for Quotations,Closed Competition,System Co-Design Provision - Scholarships Programme,ACT-0102598,20210726,20210811,20210811,Crown Funding,Sole Agency,No,195 Lambton Quay Wellington,"We are looking for a system co-design provision partner who can provide the services outlined in the attached documents and below. Please refer to the attached documents for response requirements and requested outputs. The New Zealand Government, through its Official Development Assistance (ODA), offers Manaaki New Zealand Scholarships to candidates in developing countries around the world. These include full academic scholarships, professional courses, and short term vocational training scholarships. The programmes international scholars leave with a world-class education, lifelong friendships and vital skills to strengthen their careers and home countries. MFAT administers and funds the Manaaki New Zealand Scholarships Programme. Through the programme scholars from partner countries around the world are funded to gain tertiary qualifications relating to a targeted development need in their home country. The majority of Scholars come to New Zealand to study at a University. The Programme also offers some scholarships to study at learning providers in the Pacific, and at vocational training providers in New Zealand. On completion of their study, Scholars are supported to reintegrate into their home country with the idea of sharing knowledge and contributing to the development of their nation. In addition, their study experience in New Zealand aims to build enduring relationships at an individual scholar and country to country level. MFAT has established a clear vision and goals for the Scholarships Programme and a new target operating model which, when fully implemented, will better support realisation of the benefits sought from the investment. A key component of the new target operating model is the management of scholars from the time the scholarship is advertised through to reintegration of the scholar on completion of their study. We have identified a preferred outsource model option and work is now commencing to establish a more finer grained design of the potential future model with a view to assess its viability.",Awarded,Awarded to ThinkPlace Limited on 11th August 2021,0,20250410 Ministry of Foreign Affairs and Trade,24678353,Request for Quotations,Closed Competition,Monitoring and Evaluation Framework and Activity Design: Wan Smolbag Vanuatu,WPG-0103019,20210813,20210902,20211117,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to provide support to develop a Monitoring and Evaluation Framework and Activity Design Documents for Wan Smolbag Vanuatu. Please see the attached RFQ and Terms of Reference for more information.",Awarded,Contract awarded to Tetra Tech International Development - Secondary Procurement off the MFAT MERL panel.,132600,20250410 Ministry of Foreign Affairs and Trade,24791586,Request for Proposals,Open Competition,Kiribati Utilities Reform Programme Training and Capacity Development Consultant,WPG-0102160,20210910,20210924,20211206,Crown Funding,On behalf of procurement agent,No,recruitment@fcg.nz,"The Government of Kiribati has established the Kiribati Urban Reform Program (KURP). The goal of this program is to ensure that I-Kiribati have reliable and safe access to public utilities. The three Government of Kiribati implementing agencies of KURP are the Ministry of Infrastructure and Sustainable Energy (MISE), the Public Utility Board (PUB) and the Ministry of Line and Phoenix Islands (MLPID), with funding support being provided by the New Zealand Ministry of Foreign Affairs and Trade (MFAT). FCG has been engaged by MFAT to deliver four outputs supporting the KURP, including the delivery of professional development and training to build a skilled utility workforce. Delivering this output requires FCG to understand the existing human resources and capacity of the PUB and MLPID, to understand the immediate and long-term human resource and capacity needs of the PUB, and to develop and implement a training and capacity development program to close any capability and capacity gaps. The purpose of this assignment is work with the existing FCG team in undertaking the activities and producing the specified assignment outputs in and efficient, effective and timely manner. A more fulsome Terms of Reference for this assignment is attached. 8-10 months assignment Prepared to travel to South Tarawa, Kiribati, should travel restrictions allow.",Awarded,"The successful supplier will: a) facilitating a functional review to identify missing key technical and managerial skills within PUB and develop a plan with PUB and the Ministry for Infrastructure and Sustainable Energy (MISE) to address gaps. b) Procurement of appropriate supplier(s) to develop and deliver a programme of professional development (formal and on the job experience) for PUB 2nd-tier management and other PUB management staff in key areas, for example human resources and financial management. (c) Support procurement of appropriate supplier to deliver formal trade courses to provide Level III and Level IV qualifications to PUB and MISE technical staff. (d) Work with supplier/s to ensure successful implementation of the above professional and technical development training, and to establish an ongoing plan for professional development in the PUB beyond the life of this Activity. Contract start date: 6 December 2021 Estimated value: NZ$140,000",140000,20250410 Ministry of Foreign Affairs and Trade,24823648,Request for Quotations,Closed Competition,Performance Review of Pacific Trade & Invest New Zealand,WPG-0102228,20210916,20211001,20220307,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to undertake a performance evaluation of Pacific Trade and Invest New Zealand for MFAT. Please see the attached RFQ and Terms of Reference for further information.",Not Awarded,No responses received,0,20250410 Ministry of Foreign Affairs and Trade,24872611,Request for Quotations,Closed Competition,Evaluation for Customs Sector Development in the Pacific,WPG-0103154,20210927,20211011,20211101,Crown Funding,Sole Agency,No,,"RFQ for evaluation and research services to assess how effective, efficient and sustainable the work done by NewZealand Customs Service (NZCS) has been in developing customs officials and organisations capability in Samoa, Fiji, Cook Islands and Vanuatu, and what improvements could be made to how and what is delivered, to inform a further phase of support. Main stakeholders are MFAT, NZCS, and relevant Pacific Island country (PIC) customs administrations. Submissions are due 12pm 11 October 2021 (NZ Time).",Awarded,"Scope: DevDAS Pty Ltd will provide evaluation services as detailed by the Terms of Reference and Proposal documentation. Contract Start Date: 1 November 2021 Contract Type: Contract for Services - ref. ACT - 0A12684",86600,20250410 Ministry of Foreign Affairs and Trade,24899729,Request for Quotations,Closed Competition,Evaluation of the Vanuatu Water Sector Partnership 2017-2021,WPG-0102652,20211001,20211018,20220228,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), is inviting the submission of quotes from suitably qualified and experienced consultants to evaluate the effectiveness of the Water Sector Partnership (2017-2021) in Vanuatu. Please see the attached RFQ and Terms of Reference for more information.",Awarded,Contract awarded to Tetra Tech International Development.,101860,20250410 Ministry of Foreign Affairs and Trade,24915176,Request for Quotations,Closed Competition,Stakeholder Engagement Survey,3037,20211005,20211018,20211217,Departmental,Sole Agency,No,,The Ministry of Foreign Affairs and Trade (MFAT) are looking for a supplier to complete a quantitative and qualitative survey of Ministry stakeholders to measure MFAT's success against its organizational objectives and to support organizational improvement. Please refer to the attached CSO and TOR documents for further information. In response to this GETS listing could you please submit your presentations for Wednesday 20 October as well as a list of presenters.,Awarded,Contract awarded to Kantar Public - Secondary procurement off the AoG Consultancy Services Panel,111500,20250410 Ministry of Foreign Affairs and Trade,24986844,Request for Proposals,Closed Competition,Site Investment: Offshore Diplomatic Site,3102,20211019,20211115,20211206,Departmental,Sole Agency,No,,The Ministry of Foreign Affairs and Trade are seeking the services of a business case writer to review business cases for a property investment project at one of its offshore diplomatic sites. Please refer to the one page RFP document for more information.,Awarded,Contract awarded to Caravel.,10500,20250410 Ministry of Foreign Affairs and Trade,25006882,Award Notice,Open Competition,MFAT Payroll,,20210812,20210830,20230810,Departmental,Sole Agency,No,,"SAP Payroll add on module was selected after a PIAD and demonstration from SAP. SAP needed to score over 60% as an average from all evaluators to proceed, they scored well over this.",Not Awarded,Award Notice,0,20250410 Ministry of Foreign Affairs and Trade,25066764,Award Notice,Open Competition,CGE Analysis of NZL-UK FTA,3053,20211108,20211108,20211006,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,25066851,Award Notice,Open Competition,CGE Analysis of the NZ-UK FTA (2),3053,20211108,20211108,20211008,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,25067554,Award Notice,Open Competition,NZS 2910/3916 Special Conditions,,20211108,20211108,20211021,Departmental,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,25067650,Award Notice,Open Competition,Hosting Platform,,20211108,20211108,20211015,Departmental,Sole Agency,No,,this was a shift off the CWP common capability panel to the Marketplace. Not a new Procurement.,Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,25150177,Request for Quotations,Open Competition,"Kiribati Utilities Reform Programme, Supply of Audio and Visual Goods",KIRIBA-997332,20211123,20211206,20211208,Partner Government Tenders,Sole Agency,No,,"The Government of Kiribati has established the Kiribati Urban Reform Program (KURP). The goal of this program is to ensure that I-Kiribati have reliable and safe access to public utilities. The three Government of Kiribati implementing agencies of KURP are the Ministry of Infrastructure and Sustainable Energy (MISE), the Public Utility Board (PUB) and the Ministry of Line and Phoenix Islands (MLPID), with funding support being provided by the New Zealand Ministry of Foreign Affairs and Trade (MFAT). Under the Kiribati Utility Reform Program, the Ministry of Finance and Economic Development, Government of Kiribati now wishes to purchase three sets of audio-visual equipment had have these goods shipped to the Port of Betio, Tarawa, Kiribati where is will take delivery of the goods. A more fulsome Terms of Reference for this assignment can be found ion the Government of Kiribatis tender link: https://portal.tenderlink.com/kiribatimofaed/alltenders/ Responses to: procurement@mfep.gov.ki",Not Awarded,Closed for administrative purposed only,0,20250410 Ministry of Foreign Affairs and Trade,25150663,Request for Quotations,Open Competition,"Kiribati Utilities Reform Programme, Consulting Services for Metering",KIRIBA-997365,20211123,20211224,20220118,Partner Government Tenders,Sole Agency,No,,"The Government of Kiribati has established the Kiribati Urban Reform Program (KURP). The goal of this program is to ensure that I-Kiribati have reliable and safe access to public utilities. The three Government of Kiribati implementing agencies of KURP are the Ministry of Infrastructure and Sustainable Energy (MISE), the Public Utility Board (PUB) and the Ministry of Line and Phoenix Islands (MLPID), with funding support being provided by the New Zealand Ministry of Foreign Affairs and Trade (MFAT). Within the constraints given below the PUB wishes to examine suitable prepaid and post-paid meter technologies and develop a plan to introduce the preferred technology and at the same time address the installation, technical and social issues that will arise as the new meter installations are rolled out. This consultancy shall address both the meter selection, the method used for prepayment, the options for supply and installation and widespread introduction of the prepaid meters. A more fulsome Terms of Reference for this assignment can be found ion the Government of Kiribatis tender link: https://portal.tenderlink.com/kiribatimofaed/alltenders/ Responses to: procurement@mfep.gov.ki",Not Awarded,Closed for administration purposes,0,20250410 Ministry of Foreign Affairs and Trade,25192561,Request for Quotations,Open Competition,"Kiribati Utilities Reform Programme, Consulting Service for Governance Training",KIRIBA-999458,20211201,20220101,20220118,Partner Government Tenders,Sole Agency,No,,"The Government of Kiribati has established the Kiribati Urban Reform Program (KURP). The goal of this program is to ensure that I-Kiribati have reliable and safe access to public utilities. The three Government of Kiribati implementing agencies of KURP are the Ministry of Infrastructure and Sustainable Energy (MISE), the Public Utility Board (PUB) and the Ministry of Line and Phoenix Islands (MLPID), with funding support being provided by the New Zealand Ministry of Foreign Affairs and Trade (MFAT). Under the Kiribati Utility Reform Program, the Ministry of Finance and Economic Development, Government of Kiribati now wishes to procure the services of a consultancy to prepare and deliver a governance capacity building program, prepare a governance handbook, prepare draft key Board policies and provide a governance mentoring and advisory service for twelve months. A more fulsome Terms of Reference for this assignment can be found ion the Government of Kiribatis tender link: https://portal.tenderlink.com/kiribatimofaed/alltenders/ Responses to: procurement@mfep.gov.ki",Not Awarded,Closed for administration purposes,0,20250410 Ministry of Foreign Affairs and Trade,25209003,Request for Proposals,Open Competition,Tonga Health Workforce Activity Request for Proposal,WPG-0103092,20211207,20220422,20221208,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is seeking to procure the Services of a suitably qualified and experienced Supplier to oversee/manage the delivery of the Tonga Health Workforce Activity. The Tonga Health Activity has been established to support and develop health outcomes for Tongan communities by improving access to timely and quality health services, provided by a well-trained, cohesive and supported workforce. Suppliers will need to demonstrate they have proven experience with Project Management in the health sector and reporting for large Activities, and an understanding of MFAT's needs, operations and values to help foster the type of relationship and service we require. If you are interested please complete the RFP Response Form and submit via GETS by 1pmNZST, Tuesday 25 January 2022. The Supplier briefing session will be held on Tuesday 14 December 2021 at 10:30AM NZST via Zoom. Please register for this by sending an email to the Point of Contact by 5pm, Monday 13 December 2021. Nga mihi",Awarded,"Notification regarding WPG-0103092 Request for Proposal for the Tonga Health Workforce Activity. The Ministry of Foreign Affairs and Trade has awarded the contract to Massey University on the 8th December 2022. The service will commence in January 2023. Malo aupito to all suppliers who submitted a response. Nga mihi",4600000,20250410 Ministry of Foreign Affairs and Trade,25240372,Request for Proposals,Closed Competition,Architecture Services and Lead Designer,3171,20211213,20220208,20220705,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) are looking for a supplier to provide architecture and lead designer consultancy services to support our Wellington Head Office Accommodation project. This tender will be a presentation based and run as a ""Procurement in a Day'. For further details please see the attached One Page Brief, Scope of Services and supporting documents.",Awarded,Contract awarded to Warren and Mahoney following a closed RFP using the AoG Construction Consultancy Services Panel.,0,20250410 Ministry of Foreign Affairs and Trade,25260093,Request for Proposals,Closed Competition,Tuvalu Programme Evaluation,WPG-0103139,20211216,20220120,20220317,Crown Funding,Sole Agency,No,,"MFAT is looking to undertake an external evaluation of the New Zealand Ministry for Foreign Affairs and Trade (MFAT) Tuvalu programme. The programme is delivered under a Pacific and Development Group (PDG) Four Year Plan (4YP) which operationalises MFATs long-term strategy for engagement with Tuvalu. This evaluation will cover the first Tuvalu 4YP which was developed in 2017 and guided development cooperation from July 2018 to June 2021. MFAT is currently scoping a series of strategic evaluations to provide evidence and insights for MFATs country and thematic programmes, and policy engagement areas. Strategic evaluations examine what is being achieved across the full suite of New Zealand engagement in a programme or policy area, as well as the overall coherence and strategic direction of that contribution. Strategic evaluations are one of a suite of enquiries integrated under PDGs Monitoring Evaluation Research and Learning (MERL) system. The MERL system delivers an evidence base to inform PDGs strategic oversight, direction setting, policy development and decision-making; as well as meet accountability and transparency requirements. This will be a presentation based approach (procurement in a day), where you will be required to present a 25 minute proposal to our evaluation panel who will score your presentation live. This will be followed by a 15 minute question and answer session. This presentation day will take place on Monday the 31st of January. For more information refer to the Terms of Reference.",Awarded,Contract awarded to Allen + Clarke - secondary procurement from the MFAT MERL Panel,214920,20250410 Ministry of Foreign Affairs and Trade,25350991,Request for Tenders,Open Competition,"Request for Tender, Cook Islands Ministry of Transport - Land Transport Policy and Bill",,20220127,20220211,20220215,Partner Government Tenders,On behalf of procurement agent,No,,,Not Awarded,On behalf of Partner Government - closed for administration purposes,0,20250410 Ministry of Foreign Affairs and Trade,25695849,Request for Proposals,Closed Competition,3205 - External Staff Complaints Service Request for Proposal,3205,20220413,20220509,20220725,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is seeking to appoint an external Supplier to provide an independent and confidential service for MFAT staff to raise concerns of inappropriate or illegal behavior. If you are interested please complete/submit your Presentation, RFP Response Form and Pricing via GETS by 5pmNZST, Monday 9 May 2022. The Supplier Presentations will be held the week of 9 May 2022. We will contact you separately to arrange a time. Nga mihi",Awarded,"Thank you to all Suppliers who presented their response for 3205 - External Staff Complaints Services Request for Proposal. We appreciate the time and effort that has gone into your submission. The successful supplier for 3205 - External Staff Complaints Services Request for Proposal is Fairway Resolution Limited (NZBN 9429037807405). Contract awarded 25 July 2022 for a term of 24 months. Nga mihi nui",0,20250410 Ministry of Foreign Affairs and Trade,25757573,Request for Quotations,Closed Competition,Post LAN Switches Refresh Project,3235,20220505,20220519,20220816,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade has a policy for replacing its ICT assets that are five years old or older. There are a number of network switches that have reached end of life and require replacement. The Ministrys Information Management Division have carried out some analysis and evaluation to find suitable replacement switches that can be integrated and managed in the Ministrys networks. There are various roles that the switches need to fill and they can be grouped as follows: 199 x Isolation Switch 12 port copper, 2 SFP 137 x Copper Access Switch 24 port copper, 4 SFP (and a 48 port option for up to 10 x switches if required) 36 x Fibre Capable Access Switch 24 port These switches need to meet Country of Origin requirements and come with standard warranty only. The switches need to be shipped to Wellington in New Zealand. The intention is to begin the replacement of the Copper Access Switches from July 2022 onwards and the Fibre Access Switches from October 2022 onwards. If successful you will be the sole provider of this essential technology for maintaining the security and connectivity of MFAT Posts for the duration of the contract.",Awarded,Contract awarded to LiquidIT on 16th August 2022,0,20250410 Ministry of Foreign Affairs and Trade,25768981,Request for Quotations,Open Competition,Strategic Evaluation: Cook Islands 4YP (2015 2021),WPG-0103199,20220510,20220527,20230228,Crown Funding,Sole Agency,No,,"MFAT aims to procure the services of a supplier with the skills, expertise, and experience to undertake an external evaluation of New Zealand Ministry for Foreign Affairs and Trade (MFAT) Cook Islands Four Year Plan (4YP). The purpose of this evaluation is to assess the achievements, coherence, and strategic direction of the New Zealands development cooperation with Cook Islands during 2015-2021 period. The evaluation will contribute to a stronger evidence base and deeper understanding of MFATs impact contribution to Cook Islands development priorities over the period 2015-2021.",Awarded,Awarded to Future Partners,0,20250410 Ministry of Foreign Affairs and Trade,25793440,Request for Quotations,Closed Competition,The development of New Zealand International Carbon Markets Strategy,3248,20220513,20220527,20220927,Departmental,All of Government,No,,"This procurement will assist the New Zealand Government to meet its climate change Nationally Determined Contribution (NDC). Meeting the NDC will require international cooperation to supplement domestic emissions reductions. Specifically, New Zealand will need to acquire a portfolio of approximately 100 million tonnes of emissions reductions from overseas. This consultancy will enable the development of a strategy that will shape these acquisitions and subsequent management of the portfolio. The Ministry of Foreign Affairs and Trade (MFAT), on behalf of all Government Ministries operating in the carbon markets space, intends to enter into a contract with the successful Respondent via a Consultancy Services Order (CSO). Please see attachments for further details and pre condition questions. Note: Please send your pre condition answers to Thai.VietNguyen@mfat.govt.nz before the pre conditions close date at 12pm 20th of May 2022.",Not Awarded,"Only 1 supplier responded to the tender. The supplier was evaluated and failed to demonstrate how they would be able to meet our requirements.",0,20250410 Ministry of Foreign Affairs and Trade,25827326,Request for Proposals,Open Competition,NZ Medical Treatment Scheme,ACT-0102788,20220520,20220701,20221201,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) invites submission of responses from suitably qualified and experienced organisations (including consortia) to implement and manage the New Zealand Medical Treatment Scheme (MTS) to strengthen and provide specialist health services in targeted countries in the Pacific. MFAT is seeking to procure the Services of a suitably qualified and experienced supplier to manage a new phase of the New Zealand Medical Treatment Scheme, when the current suppliers delivery of the MTS concludes on 30 June 2022. As necessary, MFAT will provide bridging/interim support to the current supplier to ensure handover and uninterrupted service provision. The new phase of the New Zealand Medical Treatment Scheme (the Activity) will be for five years, commencing from July 2022, and funded by MFAT up to a total value of NZD $22.8M. The Activity aims to assist Pacific Island countries to provide their citizens with access to specialised secondary and tertiary medical and surgical treatment in order to strengthen health systems and to improve health outcomes. The Activity will be implemented in six countries; Fiji, Kiribati, Tonga, Tuvalu, Vanuatu and Samoa, and is comprised of three components: 1. an overseas referral scheme (ORS) which includes eligible patients travelling to New Zealand for medical treatment not available in their country; 2. visiting medical health specialists (VMS) who travel to the six countries set out above to undertake medical and surgical procedures and to mentor local medical and surgical specialists and staff (including, currently, by remote means); and 3. strengthening in-country health system capacity (SCC) through training and infrastructure development in-country. Please see the attached Request for Proposal document (and the attachments) for further information. A supplier briefing will to be held on Thursday 2 June to discuss this programme of work.",Awarded,,19550000,20250410 Ministry of Foreign Affairs and Trade,25863169,Request for Proposals,Closed Competition,Study of Telecommunications Redundancy Options for Tonga,WPG-0103436,20220526,20220615,20220808,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade invites suitably qualified suppliers to provide a proposal for a Study of Telecommunications Redundancy Options for Tonga. The January 2022 eruption of the Hunga Tonga-Hunga Haapai volcano, and subsequent tsunami, resulted in significant damage to Tongas international and domestic submarine telecommunications cables. The Tonga Cable took five weeks to repair and the domestic cable remains out of service, with an estimated twelve month repair timeframe. This situation demonstrated the pressing need for an effective strategy and executable plan for providing the country with an appropriate, reliable source of redundancy and/or backup solutions, to provide resilience to its existing domestic and international cable systems. In February 2022, the Government of Tonga (GoT) accepted an offer from the Governments of Australia and New Zealand to progress a study to inform decision-making on connectivity redundancy/backup options, both satellite and cable, for Tonga. The technical assistance should be targeted to assist the GoT to make informed decisions about communications resilience and redundancy, by providing information on: potential economic and social impacts of connectivity disruption; current status of satellite connectivity in Tonga; submarine cable connectivity options; domestic cable considerations; key areas of risk in existing infrastructure; and redundancy preparedness analysis and planning. This closed tender will be conducted via Procurement in a Day (PIAD) which requires suppliers to present their proposal to an evaluation panel. Alongside the presentation, suppliers are required to submit a response form (includes pricing template, declaration form and team curriculum vitae for each nominated consultant). Further information is provided in the attachments but if you have any concerns, please get in touch with us.",Awarded,"Thank you for your response to the Study of Telecommunications Redundancy Options for Tonga RFQ. This was awarded to Network Strategies Limited.",290000,20250410 Ministry of Foreign Affairs and Trade,25866818,Award Notice,Open Competition,Strengthening Pacific Labour Mobility Programme Evaluation,,20220408,20220519,20220525,Crown Funding,Sole Agency,No,,"the commission of an evaluation of the Strengthening Pacific Labour Mobility activity. This evaluation aims to examine what is working and not working within existing programme settings, and understand the reasons for any shortcomings. In doing so, it will identify lessons learnt with a view to plugging gaps and informing a more effective and efficient re-design of the programme to better support labour mobility initiatives in the Pacific",Awarded,"Contract opportunity: Strengthening Pacific Labour Mobility Programme Evaluation Successful Respondent: Allen and Clarke Contract value: $138,400 Contract signed on: 25th May 2022",138400,20250410 Ministry of Foreign Affairs and Trade,26062387,Request for Quotations,Closed Competition,New Zealand-Singapore Climate Change Workshop Programme Manager,3337,20220719,20220810,20220919,Departmental,Sole Agency,No,,"During New Zealand Prime Minister Jacinda Arderns visit to Singapore in March 2022, Singapore and New Zealand agreed to jointly provide capacity building training on Article 6 to ASEAN member states as part of the initiatives under the new green economy pillar of the Singapore-New Zealand Enhanced Partnership. In support of that initiative and taking into account the capacity building needs of ASEAN member states, a carbon markets-focused capacity building workshop is proposed to be jointly conducted by Singapore and New Zealand. The workshop is proposed to run for two days in early-mid September 2022, in-person in Singapore. It will be open to all ASEAN member states with each State encouraged to send up to two government officials (pegged at Director and Deputy Director-level) to attend the workshop. We require a programme manager to oversee the administration of the workshop in its entirety including organising accommodation, travel (inbound, outbound, and between venues), per Diems and insurance for participants, venue hire, and meals during the workshop (these costs will be reimbursed). The programme manager will collaborate with relevant experts to design and deliver the carbon markets workshop. The programme manager will engage in consultation with the relevant Singapore and New Zealand agencies on content, programming and engagement of trainers. For more information, please refer to the Attachments.",Not Awarded,No responses were received,0,20250410 Ministry of Foreign Affairs and Trade,26095881,Request for Quotations,Closed Competition,Vanuatu Primary Sector Governance Support,ACT-0102037,20220726,20220810,20220919,Crown Funding,All of Government,No,,"Vanuatu has for many years tried to diversify the economy and increase agricultural production and exports as a percentage of GDP. While targeted diversification makes sense, and the Government and donors (including New Zealand) are willing to invest, Vanuatus key agency, the Ministry of Agriculture, Livestock, Forestry, Fisheries and Biosecurity (MALFFB), lacks the ability to drive a coherent work programme to deliver on the goal. The strong governance required to make evidence-based decisions on which products and sectors to support is lacking, often resulting in ad hoc (and generally unsuccessful) interventions. This procurement seeks to identify technical assistance to undertake an analysis of work under way in the primary sector (including other donor support) to establish areas of weakness and gaps. This would then become the evidence base for potential future investment. The successful supplier will be required to deliver a capability gap analysis across the government agencies involved in the primary sector in Vanuatu. The gap analysis will enable MFAT and Vanuatus Ministry of Agriculture, Livestock, Forestry, Fisheries and Biosecurity (MALFFB) to establish evidence-based, shared agreement on where New Zealands future bilateral investment in capability development would make the most impact. The technical capacity gap analysis aims to: establish the technical capacity weaknesses/gaps in Vanuatus primary sector government entities; identify areas and actions for improved service delivery, and effective support for the rural and productive sector economies; and recommend potential actions to mitigate the identified gaps.",Awarded,Contact awarded to FCG NZ for Vanuatu Primary Governance Support.,0,20250410 Ministry of Foreign Affairs and Trade,26202318,Request for Proposals,Open Competition,Implementation of InvestPacific,WPG-0103201,20220819,20221006,20230609,Crown Funding,Sole Agency,No,,"In December 2021, Minister of Foreign Affairs, Nanaia Mahuta and Minister of State for Trade and Export Growth, Phil Twyford announced the establishment of InvestPacific. The Ministry of Foreign Affairs and Trade (MFAT) now invites suppliers to provide a proposal for an investment manager to establish and manage the InvestPacific initiative. The Activity is an Aotearoa, New Zealand-based impact investment fund and Technical Assistance (TA) Facility for the Pacific. InvestPacific seeks to strengthen Pacific resilience through mid-size investments that generate inclusive employment and sustainable development. The fund will focus on post-COVID recovery and long-term resilience challenges such as climate change, social inequality and economic diversification and inclusion. In addition to investment, InvestPacific aims to leverage Aotearoa, New Zealand-based technical expertise, relationship networks and cultural advice to maximise benefits for Pacific Island countries. Close coordination between Pacific Island and Aotearoa, New Zealand-based stakeholders, particularly Maori and Pasifika communities, will be key to ensuring an indigenous focus and indigenous-led investments. We envisages that the successful respondent will be responsible for both of the phases of the Activity below: Establishment Phase (duration envisaged to be approximately 9 months), including capital raise (minimum NZ$30 million capital raise), initial pipeline validation and establishment of the fund and Technical Assistance (TA) facility (with recruitment of technical advisers being managed by the Manager.). Launch / Operation Phase (duration envisaged to be for the balance of the anticipated Activity period). Subject to successful completion of Establishment Phase and MFAT stop/go decision, this phase includes operational launch and management of the fund and TA facility. RFP Timeline: RFP released: 19/08/22 Date of Supplier Briefing session: 06/09/22 Deadline for Questions: 1.00pm 16/09/22 Deadline for Proposals: 1.00pm 06/10/22 Further information on the implementation of InvestPacific is provided in the attachments but if you have any concerns, please get in touch with us via the GETS question box.",Awarded,The Ministry of Foreign Affairs and Trade is pleased to confirm the contract for the Implementation of InvestPacific has been awarded to Camco Management Limited.,6000000,20250410 Ministry of Foreign Affairs and Trade,26226929,Request for Quotations,Open Competition,Vanuatu Coconut Oil for Fuel Strategy,WPG-0103476,20220825,20220915,20221220,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), invites submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to conduct a feasibility study and develop a strategy for the Vanuatu Coconut Oil for Fuel Strategy. Please see attached RFQ and appendices for further information.",Awarded,Vanuatu Coconut Oil for Fuel Strategy was awarded to Castalia Ltd,300000,20250410 Ministry of Foreign Affairs and Trade,26273202,Request for Quotations,Open Competition,Conference of Pacific Education Ministers Event Management 2023,WPG-0103484,20220905,20220916,20221215,Crown Funding,All of Government,No,,"The Ministry of Foreign Affairs and Trade is responsible for managing the New Zealand International Development Cooperation Programme. The purpose of New Zealands aid is to develop shared prosperity and stability in the Pacific and beyond, drawing on the best of New Zealands knowledge and skills. We support sustainable development in developing countries to reduce poverty and contribute to a more secure, equitable and prosperous world. We follow the principles of understanding, friendship, mutual benefit and collective ambition in how we design and deliver our aid programme. The Ministry of Foreign Affairs and Trade are looking to procure a conference management team to oversee the logistics in the lead up and during the Conference of Pacific Education Ministers. Formerly the Pacific Islands Forum Education Ministers (FEdMM), the Conference of Pacific Education Ministers (CPEM) provides the highest level of governance for the Pacific Regional Education Framework 2018-2030 (PacREF). Education Ministers from Pacific Island countries meet on a regular cycle to discuss the status of education in the region and to set direction around key regional priorties. The inaugural Conference of Pacific Education Ministers will be hosted by Aotearoa New Zealand from 20th-23rd March 2023 in Auckland. While the Conference is expected to be hui kanohi i te kanohi to enable Ministers to build relationships and to engage in both formal and informal dialogue with each other and with other stakeholders, delivery of the Conference will take a hybrid approach to ensure participants can attend virtually. It is expected to be attended by 17 Pacific Island countries including Ministers and senior education officials as well as development partners, and national and Pacific regional civil society organisations. We are looking for a Supplier with experience managing Ministerial level conferences, who has sound relationships with relevant Auckland based suppliers, and who can demonstrate an innovative approach which showcases Aotearoa New Zealand and reflects the cultures of the Pacific region. The Conference aims to showcase New Zealand. This may include site visits and opportunities for indigenous, Maori and Pacifika, social enterprises or SMEs to be engaged.",Awarded,Contract awarded to The Conference Company.,0,20250410 Ministry of Foreign Affairs and Trade,26377262,Request for Proposals,Open Competition,MERL Supplier Panel,GRP-0100077,20220927,20221108,20230401,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs & Trade (MFAT) would like to invite responses to a Request for Proposals (RFP) from suitably experienced suppliers to join the Monitoring and Evaluation, Research and Learning (MERL) Supplier Panel (The Panel). We anticipate The Panel to be a small group of between 10 and 20 suppliers with the ability to grow with demand and/or requirements. Membership requirements of The Panel will be robust, with an expectation of sector leadership and capacity building. In addition to this we have also released an Invitation to Qualify for the MERL Supplier List. Please read both requests to establish which opportunity your organisation would be best suited to. Please see attached RFP and appendices for further information. Key Dates: Supplier Briefing 18 October at 1pm GETS drop-in/how to 20 October 1pm Deadline for questions 25 October at 1pm RFP closes 08 November at 1pm",Awarded,"MFAT are pleased to announce the suppliers that were successful in their bid to be part of the Monitoring and Evaluation, Research and Learning (MERL) Supplier Panel (The Panel). They are: Alinea International Allen & Clarke Clear Horizon DT Global Future Partners Limited GHD Limited International Organisation Development (IODPARC) Johnstaff International Development Pty Ltd (JID) Martin, Jenkins and Associates Ltd MIEHLBRADT Consulting Ltd (The Mazi Group) Pasifika Medical Association Stacey Tennant Consultancy LTD Tetra Tech International Development Our website has been updated with details. Thank you to all those that applied.",6000000,20250410 Ministry of Foreign Affairs and Trade,26387331,Request for Quotations,Closed Competition,Climate Change Programme MERL Evaluation,WPG-0103264,20221107,20221212,20230207,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) has undertaken a programme of investment toward the goal of boosting the Pacifics resilience to climate change and advocating for effective global action. This programme is known as the Climate Change Programme (CCP). The programme consists of several intervention areas, each containing several activities (projects). All of the activities are in the implementation phase. With this implementation phase drawing to a close, we now need to consider the success, insights, and findings from the work to inform future climate investments and allow us to move forward with confidence. This presents an opportunity for a suitably experienced and capable provider from the MERL Panel to deliver an integrated and insightful evaluation programme informed by strong engagement, analysis, and thought leadership. We now invite submission of responses from a shortlist of MERL Panel organisations (including consortia) to undertake a programme evaluation of CCP. The evaluation is expected to be up to 12 months in duration and commence in January 2023. Given the scope and scale of the CCP and the evaluation services that we are seeking through this RFQ we expect the cost range for this work to be $1M to $1.75M. Please see the attached Request for Quotes document (and the attachments) for further information. A supplier briefing is expected to be held on 15 November 2022 to further discuss this programme of work. We will be in contact to invite you to this.",Awarded,"This tender was a closed secondary procurement process from the MFAT Monitoring, Evaluation, Research, and Learning (MERL) Panel (Gen 1). A consortium led by Allen and Clarke were the winning bidder.",1904720,20250410 Ministry of Foreign Affairs and Trade,26398042,Request for Proposals,Closed Competition,Kiribati Institute of Technology (KIT) upgrades and Youth Learning Centre (YLC),WPG-0101510 & WPG-0102668,20220929,20221201,20230608,Crown Funding,Sole Agency,No,,"MFAT, with the support of the Government of Kiribati (GOK), intends to formally engage with the market in order to identify and engage a design and build contractor to carry out two projects located in Betio, South Tarawa in Kiribati. The two projects are: Kiribati Institute of Technology (KIT) project: Design and construction of new 2-storey buildings comprising of classrooms and simulation laboratories together with a student services building, an outdoor kitchen, ablutions block, and upgrade of the campus electrical system/other utilities as required. The buildings are within the existing KIT campus in Betio and the construction will require careful planning to avoid disruption to the ongoing operation of the campus. Youth Learning Centre (YLC) project: Construction only of a 2-storey dedicated, youth-focused facility on a new site in Betio adjacent to the KIT campus. MFAT is looking to engage a contractor who has the experience, capacity, and capability to complete both projects within the specified time, cost, quality, and broader development outcome requirements under two separate contracts. These contracts will comprise a design and construct contract for the KIT project and a construct-only contract for the YLC project. MFAT and GOK are committed to using development activities to support the economic development of Kiribati especially in Kiribati's recovery from economic damage due to COVID-19. There will be a particular focus on tenderers willingness and ability to maximise the use of local materials, labour and provide training to develop local knowledge and skills. Please refer to the attachments and appendices for further information.",Awarded,Contract awarded to Reeves International after a two-stage open process.,0,20250410 Ministry of Foreign Affairs and Trade,26401804,Request for Proposals,Closed Competition,Financial Management Information Systems (FMIS) Replacement,3242RFP,20220930,20221028,20221213,Departmental,Sole Agency,No,,"We intend to replace our current Financial Management Information System (FMIS). The new FMIS (and associated solutions) will need to provide world-wide functionality to support: Financial Planning and Strategy; Transactions (including expense and credit card management); and Control and Risk Management. This RFP is being issued to a shortlist of vendors selected from a Registration of Interest (ROI) process, which we believe are capable of meeting our requirements. This is an opportunity to engage with a high profile public sector agency, on a project that will significantly improve the robustness of its operations. The engagement will likely be long-term.",Awarded,Contract awarded to Deloitte for FMIS Replacement on 13th December 2022.,0,20250410 Ministry of Foreign Affairs and Trade,26523764,Request for Proposals,Open Competition,Pacific Regional Centre for Disability Inclusion - Project Consultancy,WPG-0103554,20221021,20221117,20230224,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade is looking to contract with a project consultant to support the Pacific Disability Forum in defining their needs and scoping options for a new long-term, accessible, and fit-for-purpose headquarters located in Suva, Fiji. The Supplier will provide professional services to assist the Pacific Disability Forum (PDF) to identify functional requirements for new office and accommodation facilities in Suva. Whether new or refurbished, PDF facilities need to be cost-effective and satisfy their operational needs, including accessibility and accommodation. We are seeking suppliers that have competencies in planning and design processes, property development and market analysis, property transactions, and community engagement. We are looking for a supplier that will support PDF to create a disability-inclusive development that will support improvements to PDFs ability to support improved well-being, resilience, and prosperity of all persons with disabilities in the Pacific. The outputs of this project are a Functional Brief, Market Report, and Business Plan, developed in consultation with PDF and MFAT over the duration of the contract. These will inform the design and construction phase of this project, however this phase will be funded, procured, and contracted separately from this project. Please note that this Request for Proposals is a two-step process: Step 1 is providing a written response to this RFP, from which a selection of respondents will be shortlisted and invited to Step 2 - delivering a presentation to the evaluation panel in Suva, Fiji.",Awarded,"Note that while the winning response was submitted to GETS by BECA, the response was a joint proposal by Erasito Consultants Ltd. and BECA. Erasito was awarded the contract as principal, with BECA subcontracted to them.",292660,20250410 Ministry of Foreign Affairs and Trade,26550505,Request for Proposals,Closed Competition,Nukunonu Bridge Construction,WPG-0103458,20221028,20221208,20230807,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), with the support of the Government of Tokelau (GoT), intends to formally engage with the market in order to identify and engage construction contractor to deliver the Nukunonu Bridge replacement in Tokelau. The scope is to be delivered by one provider who may select to subcontract certain elements. There will be a particular focus on tenderers willingness and ability to operate in Tokelau, consultation with the Taupulega (Council of Elders who govern their atoll) and their ability to maximise the use of local labour and provide training to develop local knowledge and skills. Please see the attached documents for further information.",Not Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,26576093,Request for Quotations,Open Competition,Redesign of the Strengthening Pacific Labour Mobility Programme (Phase 3),ACT-0102325,20221103,20221116,20221208,Crown Funding,Sole Agency,No,,"MFAT is looking to design the next (third) phase of the SPLM Programme, and now seeks to procure services (Services) for scoping and formulating options for the design, delivery and implementation (including implications in terms of budget and resourcing) of the programme. We are looking for a supplier to provide options (a gold, silver and bronze standard option) for a programme design that are fit for purpose, sustainable in to the future (including being of a scalable form to respond to any potential increases in the numbers of Pacific Island workers in New Zealand, either through the RSE scheme or any new sector programmes), reflective of a broad range of New Zealand and Pacific-based interests and complementary of other regional players operating in this space. The proposal must also include options for a delivery modality and implementation mechanism that best utilises the available New Zealand resources, including those of government, stakeholders and industry. We require a project design team who has capacity to complete the redesign between mid January and mid May 2023. The individual or team will ideally have experience with capacity building initiatives in the Pacific, and understand the broader development and labour mobility contexts. Having existing contacts across the Pacific, as well as with relevant New Zealand industry stakeholders, would also be of benefit to any respondents. Suppliers will be invited to present their proposed solutions to the evaluation panel over Zoom. Suppliers will have 45 minutes to deliver the presentations and up to 15 minutes for clarification questions from the Evaluation Panel (the Panel). Presentations will be conducted the week of 21st - 25th November * International Travel Component (Likely) * 4 Month Contract Term",Awarded,Contract awarded to Allen and Clarke,232064,20250410 Ministry of Foreign Affairs and Trade,26819218,Request for Proposals,Closed Competition,NZ House Building Services Consultant,3543,20230118,20230307,20230501,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is looking to procure expert Building Services designers for a major property development and refurbishment project in London, UK. For further information, please refer to the RFP document and appendices.",Awarded,Contract awarded to WSP after a closed competitive RFP using the AoG CCS panel.,1171276,20250410 Ministry of Foreign Affairs and Trade,26919213,Request for Proposals,Closed Competition,Climate and Biodiversity - Smart Marine Spatial Planning and Marine Protection,ACT-0103135,20230208,20230302,20230414,Crown Funding,Sole Agency,No,Commercial@mfat.govt.nz,"We would like to invite you to make a presentation (via Zoom) to the MFAT evaluation panel in the week of 6th March 2023. The presentation should be between 45 60 mins (max) and there will be 15 minutes allocated for Q and A. The presentation will be formed by the questions asked in the Response Form, however, you do not need to answer them all and they will serve strictly as the backbone of the presentation. It is anticipated that the design work will take approximately 4 5 months, with the design team prioritizing the design of partner-led activities that meet the principles (to be developed by the design team), deliver impact and are inclusively designed. - The Terms of Reference provide a guide for the supplier. The supplier is also welcome to submit their own methodology and propose alternative approaches to fulfilling this design work and achieving the outcomes described in the Concept Note. - It is anticipated that the supplier will travel to at least 3 4 countries in the Pacific region to undertake engagement with a range of partners. Remote engagement is also expected to take place (e.g. Zoom). - The supplier is asked to provide Activity design options for each partner. Activities should be planned and costed for 2 years (with the option to scale-up or scale-down). - To date, opportunities have been identified to engage with partners in the following countries: Kiribati, Niue, the Solomon Islands, and the North Pacific region (Palau, Federated States of Micronesia and Republic of Marshall Islands). Other potential partners may be identified and progressed through the the initial scoping work of the design team. MFAT team and staff at posts will help facilitate initial engagement with partners identified. When preparing your presentation, we encourage you to demonstrate how your experience will set you up to achieve the deliverables in the Terms of Reference and to successfully meet the criteria. We are seeking a team that has strong experience in all identified areas of expertise. Our intention is to select a Supplier on the week of the presentations and to notify the successful Supplier within a week (subject to internal approvals) . Please ensure no more than four (4) people from your organisation attend the Presentation. Please exclude pricing from the presentation and use the pricing template provided. If you have any questions in regards to this opportunity please contact Harry Birkett at Commercial@mfat.govt.nz.",Awarded,Climate and Biodiversity - Smart Marine Spatial Planning and Marine Protection Design awarded to Niwa / Future Partners,286920,20250410 Ministry of Foreign Affairs and Trade,26920857,Request for Proposals,Closed Competition,Early Contractor Involvement for Tokelau Airfield,WPG-0103258,20230208,20230424,20230522,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT), with the support of the Government of Tokelau (GoT), intends to formally engage with the market in order to identify Early Contractor Involvement services associated with the delivery of infrastructure for an airfield in Tokelau. The scope is to be delivered by one provider who may select to subcontract certain elements. Please see the attached RFP, RFP response form and appendices for further details.",Awarded,ECI Contract awarded to Downer after a two-stage procurement process.,420656,20250410 Ministry of Foreign Affairs and Trade,26945675,Request for Proposals,Open Competition,Kiribati Fisheries HRD Implementation Phase,WPG-0103796,20230214,20230306,20230404,Crown Funding,Sole Agency,No,,"NewZealand has provided targeted fisheries development and management assistance to the Government of Kiribati since 2013, and in 2016, a Kiribati-New Zealand Ten Year Strategy for Sustainable Fisheries Sector Development and Management was signed. This has informed the design of an ambitious MFAT-funded fisheries development and management programme framework (Tobwan Waara). In 2022, an internal review of the Tobwan Waara Activity as a whole found there is a need for a further phase of Human Resource Development (HRD) work to assist with bring the plans into fruition, and ensure the Kiribati Ministry of Fisheries and Marine Resource Development sustainably maximises the benefit from the HRD work undertaken thus far. MFAT are conducting a procurement in a day (PIAD) approach to this opportunity offering a presentation style proposal. Please read all documentation and confirm your eligibility for submission using the self-assessed preconditions below: Pacific cultural knowledge and expertise: The Respondent must demonstrate credible cultural knowledge and expertise this may be indigenous; heritage; community; and/or professional Experience in Human Resources Development (HRD) The Respondent must demonstrate considerable HRD expertise as part of both organisational and sector-wide development (preferably in a natural resource management context). A non-disclosure agreement will then be required prior to the full release of documents to inform proposals - the closure date for the documents is 1/3/23. If youre interested in this opportunity, please email the completed the NDA and response form to commercial@mfat.govt.nz The response form and NDA can be found in the addenda. For any questions, please contact Kat Paton at Kat.Paton@mfat.govt.nz",Awarded,,239600,20250410 Ministry of Foreign Affairs and Trade,27000588,Request for Proposals,Open Competition,Vanuatu Secondary Education Support Progamme (VSES),WPG-0103783,20230224,20230427,20230713,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is looking for qualified Respondents who can lead the design, and implementation, of a transformational secondary education programme in Vanuatu, in collaboration with the Vanuatu Ministry of Education and Training (MoET). MFAT will release research collateral (as outlined in the ToR) for respondents to review, upon signing a Non-Disclosure Agreement (NDA). Please see attached RFP documents for further information.",Awarded,Congratulations to Cognition Education who have been award this contract. We look forward to working with Cognition Education on this project. Thank you to those suppliers who put time and effort into responding.,755000,20250410 Ministry of Foreign Affairs and Trade,27049120,Request for Quotations,Closed Competition,"3578 - Aotearoa New Zealand, Australia and ASEAN-Focused SME Research",3578RFQ,20230307,20230323,20230417,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is leading this procurement on research services that focuses on barriers Aotearoa NewZealand, Australia and ASEAN MSMEs face when trading. The recently substantively concluded Upgrade of the Agreement to Establish the ASEAN-Australia-NewZealand Free Trade Area (AANZFTA) will contain a chapter on Micro, Small and Medium-Enterprises (MSMEs) which recognizes the significant contribution MSMEs make to the regions economy, while recognizing the disproportionate impacts of disasters such as the COVID-19 pandemic on MSMEs. The chapter will promote information sharing and allow for Parties to undertake economic cooperation through AANZFTA that is focused on addressing the barriers MSMEs can face when trading and supporting their growth. The Regional Comprehensive Economic Partnership (RCEP) also includes a chapter on SMEs aimed at helping SMEs become aware of the opportunities created by the Agreement and enable them to better access support and information on Partys domestic laws and regulations relevant to trade. The ASEAN-CER Integration Partnership Forum (IPF), funded by Aotearoa NewZealand, aims to highlight a specific trade related topic of interest each year to bring together AANZFTA Parties to discuss their experiences and share ideas on this topic. This financial year, MFAT is commissioning research to inform the next IPF, while also developing some recommendations for a work program for economic cooperation support under AANZFTA. The commissioned research will be shared with AANZFTA Parties. MFAT intends to enter into a contract with the successful Respondent via a Consultancy Services Order (CSO). Please see attachments for further details and pre condition questions. Note: Please send your pre condition answers to Thai.VietNguyen@mfat.govt.nz before the pre conditions close date at 12pm 14th of March 2023.",Awarded,"All responses to the tender were evaluated by a panel of subject matter experts on a scoring system of 0-10. Wellington UniVentures through Victoria Link Limited has the highest score for the quality of their response. Their quoted cost for their services is also within our indicative budget range. Therefore, Wellington UniVentures through Victoria Link Limited has been selected as our preferred provider for this project.",107830,20250410 Ministry of Foreign Affairs and Trade,27157286,Request for Proposals,Closed Competition,Scott Base Redevelopment - Financial Auditing,3606,20230328,20230419,20230524,Departmental,Sole Agency,No,,The Government is looking to procure an expert NewZealand cost consultant to provide auditing oversight of the Scott Base Redevelopment. The successful provider will work closely with Antarctica NewZealand to review monthly financial information and collate and report on it to the Treasury and Ministry of Foreign Affairs and Trade. Please refer to the attachments for more information.,Awarded,Contract awarded to Barnes Beagley Doherr after a closed competitive RFP using the AoG CCS panel.,135040,20250410 Ministry of Foreign Affairs and Trade,27301932,Request for Quotations,Open Competition,Managing Contractor for the Caribbean Renewable Energy Facility: Phase III,WPG-0103713,20230426,20230523,20230908,Crown Funding,Sole Agency,No,,"MFAT is preparing to implement a new phase of the Caribbean Renewable Energy Facility: which will, over five years, continue delivery of technical support for geothermal development with potential for supporting some wider renewable energy projects. Through this Request for Quote, MFAT is seeking to procure a Managing Contractor to manage and implement the Facility. Please see the attachments for further information.",Awarded,,7640338,20250410 Ministry of Foreign Affairs and Trade,27308475,Request for Quotations,Closed Competition,NZ-PNG Climate Action Partnership Programme Design and Business Casing,WPG-0103825,20230427,20230524,20230814,Crown Funding,Sole Agency,No,,"In 2022, the Minister of Foreign Affairs launched the International Climate Finance Strategy, Tuia te Waka a Kiwa, which outlined the broad strategy for disbursement of Aotearoa NewZealands $1.3 billion climate finance commitment between January 2022 and December 2025. Papua New Guinea is one of the NewZealand Aid Programmes largest development programmes, but to date, Aotearoa NewZealand has not invested significantly in climate change related activities in the country. MFATs Pacific and Development Group recently approved the concept note for the NZ-PNG Climate Action Partnership Programme (the Programme). The stated goal of the Programme is to support the Government of Papua New Guinea (GoPNG) to meet its goals in climate change mitigation, adaptation, and loss and damage. MFAT is contracting the Supplier to design and draft a business case for the Programme, to be submitted to MFATs Pacific and Development Groups Governance Group for approval (the Activity). What we need MFAT is seeking a supplier who can demonstrate experience/expertise in all of the following: Design of development activities in the Pacific Climate change issues and development solutions (including climate smart agriculture) Papua New Guinea context, including culturally appropriate approaches to research, partnering and design, and harnessing PNG Indigenous/local knowledge Better[BH(1] Business Case drafting Participatory co-design/co-creation approaches Partnership Brokering Indigenous-centred approaches, including leveraging Maori expertise, values, matauranga, tikanga utilised in research, partnering and design, and upholding Te Tiriti o Waitangi obligations The successful respondent will be responsible for providing and delivering the following: Background research and development of the work plan (scoping discussions, literature/matauranga review, health, safety and security plan, partnership brokering plan, stakeholder engagement plan, design mission workplan) Design mission to/in Papua New Guinea over an estimated 4-6 weeks or more as necessary (consultations with local stakeholders such as Climate Change and Development Authority (CCDA) and other GoPNG authorities, implementation partners, NGOs, local communities etc.). This includes partnership brokering with the CCDA and key partners, and scoping possibilities for a project management supplier to manage the Programme long-term. We recognise some Suppliers may already have PNG-based staff",Not Awarded,"NZ-PNG Climate Action Partnership Programme Design and Business Casing awarded to ThinkPlace, we'd like to thank and acknowledge the time and energy that went into all proposals. Nga Mihi",498000,20250410 Ministry of Foreign Affairs and Trade,27318222,Request for Proposals,Open Competition,Lao Hydropower Concession Negotiations,WPG-0103794,20230501,20230613,20240301,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is inviting Proposals from suitably qualified and experienced Suppliers to provide technical advisory and training services to support concession negotiations for hydropower assets in Lao PDR. This will include: Technical hydropower engineering due diligence (including hydro, mechanical, electrical, structural, civil, geotechnical, dam safety, environmental, etc.) to confirm whether the identified hydropower plant (HPP) is in good operating condition and to inform valuations; Technical power system operation to understand specifics of the power sector and assess options for short, medium and long term ownership and operation of HPP assets, and to understand which HPP assets are most important to operation of the power system and can provide ancillary services (including promoting the integration maximum amounts of solar and wind); Legal advice to understand and interpret definitions within the respective concession arrangement (CA) under relevant laws, and to negotiate alternative concession terms; and Commercial and financial due diligence to understand how to optimise short, medium and long term benefits, to value assets, to evaluate proposals submitted by independent power producers (IPPs) and negotiate new concession terms. The Project is part of a wider initiative of support to Lao PDR from New Zealand. In 2018 New Zealand established the New Zealand-Laos Renewable Energy Facility. The Facilitys goal is to provide technical assistance (TA) and capacity building (CB) for Lao's energy agencies. This is to address the issue that Lao PDR is not maximising the beneficial use of its renewable energy resources, thereby restricting economic and social development. The Facility supports the increased beneficial use of renewable energy (RE) resources to support economic and social development in Lao PDR. This is a unique opportunity to be part of a New Zealand RE initiative and contribute towards this goal and make a tangible impact in the hydropower sector. Please note that MFAT will be hosting a Supplier Briefing Session about this tender and project on Thursday May 18th, 2pm NZST/9am Lao time. If you would like to attend, please RSVP by subscribing to this tender with your designated point-of-contact email, or email the contact person listed on this tender. We will supply further details and an invitation via email closer to the date.",Awarded,Contract awarded to Castalia after open competitive RFP process.,643453,20250410 Ministry of Foreign Affairs and Trade,27375682,Request for Proposals,Open Competition,PRC Tacloban Emergency Warehouse - Demolition and Redesign,ACT-0101186,20230510,20230606,20230814,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is seeking to contract an Engineering Consultant to assist the demolition and redesign of the Red Cross Emergency Warehouse in Tacloban (Philippines). This work will contribute to the reinforcement of the Philippine Red Cross (PRC)'s capabilities within the Eastern Visayas region of the Philippines. The duration of this project will be 6 8 months, commencing in September 2023 A brief summary about this RFP and what we are looking for is as follows: New Zealand Ministry of Foreign Affairs (MFAT) partnered with the Philippine Red Cross (PRC) in funding of a warehouse at Tacloban, which post completion was discovered to exhibit some deficiencies in construction and suitability for its intended purpose. The structure is a 3-storey reinforced concrete and steel structure, with plan dimensions of 26 m x 24.80 m and height of 11.80 m. Given that the structure is not compliant to the current NSCP 2015 for both strength and earthquake detailing requirement, and considering that the complexity and cost of strengthening the existing structure is relatively difficult and uneconomical, a decision was made to undertake construction of a new building. The Engineering Consultant will provide professional services to plan and support the demolition (performed by specialist contractor, to be procured with the Engineering Consultant's support) and assist in developing a design for the replacement warehouse. Therefore, MFAT and the PRC require an Engineering Consultant with structural design expertise of similar steel span warehouse type buildings. Experience in the Philippines construction market will be beneficial, and ideally the successful consultant will have a local presence in Tacloban or the wider Philippines. Please note that this Request for Proposals is a two-step process: Step 1 is providing a written response to this RFP, from which a selection of respondents will be shortlisted and invited to Step 2 - delivering a presentation to the evaluation panel either in Manila, or via Microsoft Teams. If you have any further questions regarding this opportunity, please contact isobel.welsford-ackroyd@mfat.govt.nz.",Awarded,,244683,20250410 Ministry of Foreign Affairs and Trade,27422211,Request for Proposals,Open Competition,Program Kerjasama Panas Bumi Indonesia Aotearoa New Zealand (PINZ),WPG - 0103854,20230519,20230623,20240614,Crown Funding,Sole Agency,No,,"Aotearoa New Zealand (Ao-NZ) has supported Indonesias geothermal development with technical assistance and training since the 1970s, resulting in close cooperation and strong relationships between our respective geothermal communities. Continuing to support geothermal energy (GE) helps us safeguard and nurture our strong bilateral ties with Indonesia, and grow the profile of our geothermal expertise and experience. To date MFATs International Development Cooperation (IDC) geothermal support has been effective due to high-quality Ao-NZ geothermal expertise, strong relationships and the success that the IDC programme has had in developing a niche of technical assistance and training support. However, MFATs current GE IDC Activities (see Appendix A of the TOR) will end mid-2023 and be consolidated under a new IDC support Activity (this opportunity) that will provide all of MFATs IDC support to the Indonesian GE sector over the next five years. The MFAT, is now seeking to engage a supplier that has a registered Indonesian entity to establish a Programme Implementation Unit (PIU) to manage, oversee and deliver MFATs new geothermal programme, Indonesia-Aotearoa New Zealand Geothermal Energy Programme / Kegiatan Program Kerjasam Panas Bumi Indonesia-Aotearoa New Zealand (PINZ). The deadline for questions is 18th June 2023 12.00pm NZST The RFP will close on the 23rd June 2023 12.00pm NZST Please refer to the tender documents for more information. Nga mihi",Awarded,"Contract awarded to Coffey International, now trading as Tetra Tech International Development Pty Ltd.",5200000,20250410 Ministry of Foreign Affairs and Trade,27489486,Request for Quotations,Open Competition,3601 - Employee Survey Platform Request for Quote,3601,20230602,20230627,20230901,Departmental,Sole Agency,No,,"Kia Ora, The Ministry of Foreign Affairs and Trade (MFAT) is seeking to procure expertise in survey methodologies to support us to design and plan employee surveys and a cloud-based software as a service (SaaS) platform that will enable the Ministry to survey employees anonymously using validated question sets developed using the expertise of organisational psychologists, and custom questions as developed by MFAT. If you are interested please complete the RFQ Response Form, Pricing Template and Employee Survey Tool Non-Functional Requirements Document and submit via GETS by 5pmNZST, Thursday 22 June 2023. The Supplier Briefing session will be held on Friday 9 June 2023 at 11amNZST via Zoom. The Zoom details will be shared via GETS by Wednesday 7 June 2023. Nga mihi.",Awarded,"Contract awarded to Ipsos Limited and Qualtrics on 1st September 2023. Total value of $250,000",250000,20250410 Ministry of Foreign Affairs and Trade,27635524,Request for Proposals,Open Competition,Savalalo Flea Market Redevelopment,,20230629,20230904,20240126,Partner Government Tenders,On behalf of procurement agent,No,,"NOTE: This tender is listed on behalf of Government of Samoa and is not being run by MFAT. Please do not submit your tender responses to this listing. The Government of Samoa is inviting bids for the 'Design and Build' of the new Savalalo Flea Market Redevelopment Project in Apia CBD, implemented by the Samoa Land Corporation. To access the tender documents and instructions to bidders, interested bidders must register at the following link on the Samoa Land Corporation's website: https://www.samoaland.gov.ws/savalalo-market/ The Invitation for Bids is provided as an attachment to this tender listing.",Not Awarded,Published on behalf of partner government. Tenders received and awarded through their portal.,0,20250410 Ministry of Foreign Affairs and Trade,27748451,Request for Proposals,Closed Competition,KLU Architectural Design Services RFP,3742,20230721,20230821,20230908,Departmental,Sole Agency,No,,"The Ministry is looking to procure expert New Zealand based architectural designers for the design of an interior fitout for new High Commission premises in Kuala Lumpur, Malaysia. Please see the attachments for further details.",Awarded,Contract awarded to CCM after a closed competitive RFP using the AoG CCS panel.,220920,20250410 Ministry of Foreign Affairs and Trade,27748721,Request for Proposals,Closed Competition,KLU Building Services Engineer RFP,3743,20230721,20230821,20230911,Departmental,Sole Agency,No,,"The Ministry is looking to procure expert New Zealand based Building Services designers for the design of an interior fitout for new High Commission premises in Kuala Lumpur, Malaysia. Please see the attachments for further information.",Awarded,Contract awarded to WSP following a closer competitive RFP using the AoG CCS panel.,183410,20250410 Ministry of Foreign Affairs and Trade,28141764,Request for Proposals,Open Competition,Country Flexible Finance Capacity Support,ACT-0103244,20230920,20231109,20231221,Crown Funding,Sole Agency,No,,"The opportunity The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is looking for qualified Respondents for the management and implementation of a capacity and capability support programme for 15 countries in the Pacific. This multi country capacity and capability support programme is intended to complement existing similar programmes and is focused specifically on enabling countries to access and leverage the expected scale-up in climate finance funding from either Aotearoa New Zealand or other donors. What we need We are looking for an overarching programme management services provider to oversee, coordinate, and monitor the delivery of capacity and capability support services to each respective country. Respondents will also need to demonstrate that they are able to deliver a broad suite of discipline specific support on-the-ground in each country. We are open to innovative and commercially savvy ways of doing this including but not limited to sub-contracting, consortiums, and managed service provider models. With increased finance and breadth of projects, country systems may experience bottlenecks. The extra capability and capacity aims to mitigate these bottlenecks. The range of disciplines we aim to support is wide, covering public financial management, public investment management, project management, policy and monitoring and evaluation. This is an opportunity to be part of an innovative programme supporting climate action in the Pacific. Aotearoa New Zealand is in a unique position to support Pacific nations. This is one of our key programmes to enable the delivery of Tuia Te Waka a Kiwa the International Climate Finance Strategy. You will be helping create impact where it is needed across the investment cycle to enable climate finance to deliver tangible benefits to communities and countries.",Awarded,,0,20250410 Ministry of Foreign Affairs and Trade,28198940,Request for Proposals,Open Competition,Inclusive Education Programme Activity: Improving Access to Education and Quality of Learning for Deaf Children and Young People in the Pacific,ACT-0102072,20230929,20231124,20240308,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) are looking to identify and contract a supplier/partner to lead the design, and implementation, of a multi country programme ""Improving Access to Education and Quality of Learning for Deaf Children and Young People in the Pacific"" (the Activity) to improve access and quality education for deaf children in the Pacific. The Activity has a budget of NZ$5.6 million over 5 years. This investment looks to spark a step-change to improving education quality, access, and management for deaf children in the Cook Islands, Fiji, Niue, Tonga, and Vanuatu, while also targeting improved regional coordination mechanisms across the Pacific. The Activity is part of a wider programme called the Inclusive Education Programme (IEP). The goal of the IEP is that all deaf children across the Pacific receive an equitable education and have the same opportunities to reach their full potential in education. In line with the IEP goal the Activity will look for contextual solutions in the Cook Islands, Fiji, Niue, Tonga and Vanuatu and advocate for Pacific-led, Pacific approaches to Inclusive Education so that Pacific governments deliver high quality education and learning for deaf children and support all deaf children to access quality education. Please see attached the Terms of Reference for more details. If you are interested, please download the documents and submit your RFP response by 5pm, 24th November. Questions are welcomed, please contact Katrina Stringer at katrina.stringer@mfat.govt.nz Supplier Briefing to be held at 2:30pm, 12/10/23 - please see addendum for details, Nga mihi",Awarded,"The contract for Inclusive Education Programme Activity: Improving Access to Education and Quality of Learning for Deaf Children and Young People in the Pacific was awarded to a consortium submission from Tetra Tech International Development Pty Ltd and Deaf Aotearoa Holdings Limited. The successful tender was submitted by Vimala Dejvongsa, the Associate Director of Tetra Tech and has therefore been selected as the successful supplier in this tender. The successful submission had Design Phase cost of $849,550. We appreciate everyone's time and effort that went towards the proposals in this bid.",849550,20250410 Ministry of Foreign Affairs and Trade,28314681,Request for Proposals,Open Competition,Wind Power Lao PDR,WPG-0103983,20231019,20231120,20240429,Crown Funding,Sole Agency,No,,The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is inviting proposals from suitably qualified and experienced Suppliers to provide technical advisory and training services to support wind power generation in Lao PDR. Please refer to the RFP and supporting documents for further information.,Awarded,,500250,20250410 Ministry of Foreign Affairs and Trade,28400427,Request for Proposals,Open Competition,Asset Management for Drilling Equipment,WPG-0104192,20231103,20240115,20240410,Crown Funding,Sole Agency,No,,The New Zealand Ministry of Foreign Affairs and Trade (MFAT) are inviting suppliers to submit a proposal for the Technical Assistance for Asset Management of Drilling Equipment contract opportunity. Please refer to the attachments for further information.,Awarded,,728424,20250410 Ministry of Foreign Affairs and Trade,28400475,Request for Proposals,Open Competition,AGF Regulatory Framework,WPG-0104193,20231103,20240115,20240409,Crown Funding,Sole Agency,No,,The New Zealand Ministry of Foreign Affairs and Trade (MFAT) are inviting suppliers to submit a proposal to provide technical assistance for strengthening the application of Geothermal Regulation in Ethiopia for delivery within the New Zealand - Africa Geothermal Facility (AGF). Please refer to the attachments for further information.,Awarded,,607596,20250410 Ministry of Foreign Affairs and Trade,28447032,Request for Proposals,Open Competition,MFAT Global Property Portfolio Valuation,3724,20231113,20231211,20240130,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is required to revalue its owned property portfolio every three years. MFAT intends to contract an external valuation firm with international reach to undertake this exercise, using a mixed model of part full inspection valuations and part index valuations. Please refer to the attachments for further information.",Not Awarded,"RFP awarded to Colliers for $379,100, on 30/01/2024. We thank everyone for their submissions for this tender.",0,20250410 Ministry of Foreign Affairs and Trade,28628149,Request for Proposals,Open Competition,Medical and Dental Administration Request for Proposal,3823,20231214,20240227,20240729,Departmental,Sole Agency,No,,"Kia Ora, The Ministry of Foreign Affairs and Trade (MFAT) is seeking to procure a supplier to administer MFATs Medical and Dental Policy to their offshore seconded staff, their whanau and business travelers. We are looking to continue our current model which is to self-insure. If you are interested please complete the RFP Response Forms and submit via GETS by 9am, 23 February 2024 NZST. The Supplier briefing session will be held at 10:30am, 18 January 2024 NZST via Zoom. Please register for this by sending an email to the Point of Contact by 9am, 17 January 2024 NZST. The Supplier Briefing powerpoint slides and any questions raised during the session will be noted and shared on GETS for those who are unable to attend. Nga mihi.",Awarded,"An open Request for Proposal to administer the Ministry of Foreign Affairs and Trade Medical and Dental Policy to their offshore seconded staff, their whanau and business travelers. Contract Awarded to: Healix New Zealand Limited (U3, Bldg D, 63 Apollo Drive, Rosedale, Auckland, 0632, NEW ZEALAND) Initial Contract Term: Three years Rights of renewals of up to two periods of one year each.",1100000,20250410 Ministry of Foreign Affairs and Trade,28789479,Request for Proposals,Open Competition,Samoa Long-Term Placements and Twinning Health Initiative,WPG-0103689,20240207,20240320,20240729,Crown Funding,Sole Agency,No,,"Kia Ora, The Ministry of Foreign Affairs and Trade (MFAT) is seeking to appoint a Supplier for the management and implementation of a Long-Term Placements and Twinning initiative/activity that will bring together health care professionals from Samoa and Aotearoa | New Zealand. The activity aims to strengthen primary health care services in Samoa with exchanges between Samoa and Aotearoa | New Zealand of health professionals with specific expertise. Please see the attached RFP and supporting documents for further information on this exciting opportunity. We will be holding a Supplier Briefing on Friday 16 February at 11am via Teams. The details are below. Meeting ID: 426 165 016 199 Passcode: riEmkW Some Key Dates to be aware of: Supplier Briefing 16 February at 11am Deadline for questions via the GETS Q&A option13 March at 12 noon RFP closes 20 March at 12 noon We look forward to receiving your response. Nga mihi Chris",Awarded,"MFAT are pleased to advise that Le Afio'aga o Aotearoa working with University of Otago and University of Auckland were awarded the contract for the Samoa Long-Term Placements and Twinning Health Initiative. We look forward to working with them on this project.",4100000,20250410 Ministry of Foreign Affairs and Trade,28814326,Request for Tenders,Open Competition,Engineer to Contract Northern Cook Islands Solar Battery Systems Replacement Project,CK232410,20240227,20240307,20240826,Partner Government Tenders,Sole Agency,No,,"This tender is listed on behalf of the Cook Islands Government and is not being run by MFAT. Please do not submit your tender responses to this listing. This RFT is for an Engineer to Contract for the Northern Cook Islands Battery Systems Replacement Project. This project is the replacement of solar batteries and components at 8 power stations on 6 different islands in the Northern Cook Islands. The Engineer is required to draft procurement documents and services, Engineer to Contract for the duration of the Project and provide technical advice. This role can be suited to an individual Engineer or an Engineering Company. Prospective tenderers must register their interest to participate in this RFT process on the Cook Islands E-Government Procurement portal at: https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home Tenderers should ensure they are registered and have downloaded or received all files for this RFT including all prospective notices. All inquiries relating to this RFT should be emailed to andre.tuiravakai@cookislands.gov.ck",Awarded,"This tender was listed on behalf of the Cook Islands Government and is not being run by MFAT. Successful Tenderer: Hydro-Electric Corporation (Entura) Australia",665552,20250410 Ministry of Foreign Affairs and Trade,29094291,Request for Proposals,Open Competition,Recognised Seasonal Employer scheme (RSE) Worker Training Programme Phase III - Request for Proposal (RFP),WPG-0104385,20240325,20240506,20241106,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (the Ministry), is inviting submission of responses from suitably qualified and experienced organisations or consultants (including consortia) to design and implement the Recognised Seasonal Employer scheme (RSE) Worker Training Programme Phase III (the Activity) to increase social and economic well-being and resilience across the Pacific by providing training opportunities for participants in the RSE scheme while in New Zealand. It is envisaged that the implementation of the Activity will be over a five year period starting in June 2024, with an indicative budget of NZ ~$10,000,000 [2,250 courses delivered to RSE workers per year]. The Ministry will be conducting the procurement process via a Request for Proposal (RFP) attached. If you are interested, please download the documents and submit your RFP response by 5pm, 6th May 2024. A Supplier Briefing will be held on the 9th April (10:00am) through Microsoft Teams with the details below: Meeting ID: 479 222 499 397 Passcode: yjkKjA We welcome all questions, please use the question function in GETs.",Awarded,"The Recognised Seasonal Employer scheme (RSE) Worker Training Programme Phase III Procurement was awarded to: Te Pukenga trading as Eastern Institute of Technology Te Aho a Maui The proposal was submitted through Mischewski Consulting Limited",9449356,20250410 Ministry of Foreign Affairs and Trade,29140357,Request for Proposals,Open Competition,Tonga Parliament,ACT-0100302,20240403,20240530,20240605,Crown Funding,Sole Agency,No,,"The New Zealand Ministry of Foreign Affairs and Trade (MFAT) is leading a joint project with the Government of Tonga (GoT) and Australias Department of Foreign Affairs and Trade (DFAT) to design, build and commission a new Parliament complex in Tonga. The GoT has confirmed the site of the new Parliament complex will be at Talangaholo, a green fields location on the outskirts of Tongas capital Nukualofa. Please see the attached RFP & supporting documentation for further information.",Not Awarded,"Hello All, A Clerical error has occurred and this listing has closed before the deadline. The new RFX ID for this project is: 29516160 Apologies for any confusion. if you have any questions or concerns please contact Commercial@mfat.govt.nz",0,20250410 Ministry of Foreign Affairs and Trade,29149708,Request for Proposals,Closed Competition,Tonga Parliament,ACT-0100302,20240404,20240530,20240605,Crown Funding,Sole Agency,No,,"This listing is for the additional documentation for Tonga RFP - when a NDA is received. Please ensure this documentation is not shared outside your organisation as per your signed NDA. DO NOT use this tender listing to submit a response or ask questions please use 29140357",Not Awarded,"Hello All, A Clerical error has occurred and this listing has closed before the deadline. The new RFX ID for this project is: 2951306 Apologies for any confusion. if you have any questions or concerns please contact Commercial@mfat.govt.nz",0,20250410 Ministry of Foreign Affairs and Trade,29378126,Request for Proposals,Closed Competition,SafeTravel Website & SafeTravel Registration,3893,20240510,20240530,20240829,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) is looking for a qualified respondents who can provide managed website services to enhance the user experience for customers visiting MFATs Safe Travel website and Safe Registration portal. The current SafeTravel website is a 20-year-old, outdated solution that falls out of support in January 2025, and cant be solved with a patch or an extension of our existing product. We are seeking to purchase a new sustainable website that has a depth of functionality to allow it to adapt the delivery of travel advice, consular information quickly and effectively in a timely user-friendly manner. SafeTravel Registration, while being a separate application, is an integral part of our SafeTravel service for travelling New Zealanders. Customers dont see a distinction, registering in SafeTravel Registration is done via SafeTravel and messages are received from SafeTravel on that basis. The current Safe Registration portal is time consuming to manage, missing core requirements and not fit for purpose due to manual intervention.",Awarded,,369411,20250410 Ministry of Foreign Affairs and Trade,29579689,Request for Quotations,Open Competition,Server Refresh Project,3905,20240620,20240710,20241209,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade is planning to replace some of its current servers. A business case is being prepared and approval will be sought. It is estimated that this will be granted between August and October 2024. The current servers are now due for replacement along with server rack shelves, cables and component spares are also being sought. The new servers will need to meet exact product specifications including HPE Tech Care Basic support (including staggered service and warranty). We are seeking a supplier to deliver these to a specific location in Wellington (Lower Hutt). The provider needs to demonstrate the ability to support the Ministrys staggered deployment strategy.",Awarded,The contract was awarded to ACS Data,224514,20250410 Ministry of Foreign Affairs and Trade,29600877,Request for Proposals,Open Competition,Timor-Leste Renewable Energy Roadmap - RFP,WPG-0103998,20240614,20240715,20241009,Crown Funding,Sole Agency,No,,"MFAT needs services to support the Government of Timor-Leste (GoTL) in developing a long-term Renewable Energy Roadmap (RER). The primary objective is to transition the nation's energy sector towards renewable sources, thereby reducing reliance on fossil fuels. The RER will encompass various aspects, including forecasting electricity demand, assessing existing and planned energy infrastructure, exploring supply-side options (both renewable and non-renewable), evaluating transmission and distribution network capabilities, and examining demand-side solutions like energy efficiency and demand management. Additionally, the RER will entail policy and regulatory analysis to enable investment in renewable energy, alongside an implementation roadmap for realising the outlined objectives. The supplier will also conduct training sessions to familiarise relevant stakeholders with the RER and its implications, ensuring its effective updating, utilisation, and long-term sustainability. Overall, the RER aims to provide a blueprint for Timor-Leste's transition to a sustainable and resilient energy future The Ministry will be conducting the procurement process via a Request for Proposal (RFP). Please see the attachments for the RFP documents. A Supplier Briefing will be held on the 25th June 2024 at 10am - 11am (suppliers will be updated if there are any changes to the time or date) Details for Microsoft Teams login Meeting ID: 412 971 795 588 Passcode: xFXDn5",Awarded,,500000,20250410 Ministry of Foreign Affairs and Trade,29744064,Request for Quotations,Closed Competition,Strengthening Pacific Labour Mobility (SPLM) Programme Regional Assessment and Planning Role,WPG-0104532,20240710,20240724,20240813,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade is seeking quotes from the selected providers for the following Activity: The Activity will contribute to the Strengthening Pacific Labour Mobility (SPLM) programme. It seeks assessment of Labour Mobility Unit (LMU) capacity and capability against a set of outputs and provision of a tailored capacity and capability development plan taking into account the needs of each LMU within the context of funding available for future investment. The overall goal of this specific activity is to have an investment pipeline for the next four years that reflects the outcomes and outputs of SPLM and the funding available for the programme. Nine Pacific Island countries participate in SPLM: Fiji, Kiribati, Papua New Guinea, Nauru, Samoa, Solomon Islands, Tonga, Tuvalu and Vanuatu. Primary stakeholders in Pacific Island countries are the LMUs, which usually sit within a government ministry responsible for either labour, commerce or foreign affairs. These are the key entities that coordinate and implement labour mobility arrangements between the Aotearoa New Zealand Government and Pacific countries. Many also undertake worker recruitment activities. The Activity will support the following outputs through assessing readiness of (and developing a capacity and capability plan for) the LMUs to: - take a strategic and inclusive approach to worker selection - streamline worker processing - enhance the well-being of workers families - enhance predeparture preparations - develop and implement reintegration strategies. These outputs will support the broader programme outcomes with the ultimate goal to increase social and economic well-being and resilience across the Pacific through relevant, effective and enhanced circular labour mobility participation. This Activity is a key contributor to MFAT being able to assess the best use of its resources in achieving development outcomes. The Activity will be key in determining what each labour sending country needs e.g. more capacity in a LMU, capability development in a particular output area, new systems or processes, resources to support outputs, and stronger relationships with a delivery partner etc. This Activity will do the scoping work to assess the current state and inform a detailed investment and delivery plan for the next four years, through which SPLM resources will be allocated.",Awarded,"This contract was awarded to Allen and Clarke on 13th August 2024 at value of $238,362",238362,20250410 Ministry of Foreign Affairs and Trade,29760578,Request for Proposals,Closed Competition,"Niue Renewable Energy Engineer, Procure and Construct Work Package",ACT-0102911,20240711,20240830,20241122,Crown Funding,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade (MFAT) are calling for Requests for Proposals from suitably qualified Engineer, Procure and Construct contractors for the delivery of our Niue Renewable Energy project. This is the second step in a multi-step procurement process. Please refer to the attachments for further information.",Awarded,"Contract awarded to Sunergise EPC Ltd for the Niue Renewable Energy Engineer, Procure, Construct work package following an open competitive two stage process of ROI followed by a RFP. Contract term to January 2027.",17836374,20250410 Ministry of Foreign Affairs and Trade,30145109,Request for Proposals,Open Competition,Wellington Office Project Network Infrastructure,3966,20240906,20241011,20241212,Departmental,Sole Agency,No,,,Awarded,,494333,20250410 Ministry of Foreign Affairs and Trade,30220316,Request for Proposals,Open Competition,Wellington Office Project - Audio Visual,3941,20240918,20241030,20250317,Departmental,Sole Agency,No,,"The Ministry of Foreign Affairs and Trade are looking for New Zealand Audio Visual suppliers to provide innovative and comprehensive technology solutions for the new Head Office currently being built at 61 Molesworth Street Wellington New Zealand. We wish to appoint a lead provider who can supply detailed solution designs, supply, installation, and commissioning of all procured audio-visual hardware, systems training, a defect liability period, and proposal for a service level agreement for 1,3 and 5 years. The Ministry is looking for audio visual suppliers who can provide the following: Experience in deploying solutions of similar scale and complexity. Must be able to obtain and hold relevant National Security Clearance for this project. Dedicated project team with proof of organisational chart. Consistent user experience across the project. If you consider your organisation to be security minded, innovative and community focused this is an opportunity to be a part of a one in 25-year Ministry of Foreign Affairs and Trade project. The contract will be awarded based on capacity to deliver, capability to deliver and your organisation's track record in delivering projects of similar size and complexity. Please do not hesitate to contact us if you have any questions.",Awarded,"Tender awarded to Connect NZ for the Audio Visual Procurement for the Wellington Office Project. The submission price was $1,858,365.35 NZD.",1858365,20250410 Ministry of Foreign Affairs and Trade,30773998,Request for Proposals,Open Competition,Training Delivery and Project Management Services for the New Zealand ASEAN Trade Academy,3987,20241204,20250122,20250219,Departmental,Sole Agency,No,,"The ASEAN Trade Academy is a flagship programme in the focus area of Trade and Economic Enhancement under the ASEAN-New Zealand Plan of Action, which underpins New Zealands relationship with ASEAN through a negotiated set of objectives. The Ministry is the lead agency responsible for ensuring implementation of the ASEAN-New Zealand Plan of Action 2021-2025, and the next Plan of Action 2026-2030. The programme is intended to be delivered on an annual basis, with a focus on ensuring its quality, continuity, consistency, and adding value with each successful delivery. The ASEAN Trade Academy will offer opportunities for participants to build foundational relationships with their counterparts, which are expected to develop as the participants progress in their careers. It is a particularly valuable opportunity for ASEAN participants to form a unique connection with New Zealand and engender a deeper appreciation of New Zealanders perspectives on trade. The ASEAN Trade Academy is intended to support ASEAN trade officials to prepare for, negotiate and implement trade agreements that align with national and regional development goals. This Training Delivery and Project Management Services demonstrates New Zealands support for ASEAN centrality in shaping an open, connected and inclusive ASEAN Economic Community. The Buyer wishes to appoint a qualified supplier who will be responsible for the Training Delivery and Project Management Services for the New Zealand ASEAN Trade Academy. This is a capacity-building course delivered in two parts online training modules and an in-person negotiations workshop. The course will equip up to 20 junior ASEAN (including Timor-Leste) and New Zealand trade officials with the knowledge and practical skills needed for current and future negotiations. Participants will explore the preparation, negotiation, and implementation of trade agreements aligned with national and regional development goals. They will build their knowledge of emerging issues in trade agreements and practice their negotiation skills in an interactive setting.",Awarded,Training Delivery and Project Management Services for New Zealand ASEAN Trade Academy has been awarded to Waikato Management School,260000,20250410 Ministry of Health,12987574,Request for Proposals,Open Competition,Open Panel for Specialist Auditing Advice and Support,,20150616,20190630,20190701,,Sole Agency,No,,The Ministry of Health (the Ministry) is seeking to establish an open panel of suppliers to provide Specialist Auditing Advice and Support on an as required basis. Please note the Ministry does not guarantee any level of work for any panel supplier.,Not Awarded,This open panel is now closed. We thank all Respondents for the time undertaken to respond to this tender.,0,20250410 Ministry of Health,18405710,Request for Proposals,Open Competition,Implementation of the National Pasifika Disability Plan Faiva Ora 2016-2021,FA/SF/01,20170221,20170404,20210817,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified respondents to submit a proposal for the Implementation of the Ministry of Health National Pasifika Disability Plan Faiva Ora 2016-2021. This plan has been co-designed with the Pasifika community and outlines improvements that can be made to ensure that Pasifika disabled people and their families can live in their home and take part in the community in the same way other New Zealanders do. Could all potential respondents please refer to Addendum 1 for a Word version of Part 2 (Response document) and Part 3 (Pricing document). Note that the pdf versions of these documents have been removed.",Awarded,Confirmation only - this contract award notice has been undertaken to close out this GETS lodgment. For note both proposals lodged against this tender are part of the Pacific Inc Limited (Le Va) proposal.,0,20250410 Ministry of Health,20437430,Request for Proposals,Open Competition,Enabling Good Lives - Nationwide Capacity and Capability Building,,20181119,20190124,20190819,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the EGL nationwide capacity and capability building opportunity. The Ministry is interested in considering Proposals from Respondents with the capacity to provide a national capability and capacity work programme in eleven regions. The cross-government disability support system supports disabled people to overcome the barriers created by society. The cross-government disability support system includes support funded through the Ministry of Health (Disability Support Services and DHBs), Ministry of Social Development (e.g. the disability allowance, income support, employment support, community participation, social housing), Ministry of Education (e.g. learning support), Oranga Tamariki (e.g. disabled children in care), ACC, and the Ministry for Transport (e.g. the total mobility scheme). There are about 33,000 people receiving Disability Support Services (DSS) in New Zealand. This includes children, young people and adults with physical, intellectual and sensory disabilities and/or high and complex needs that arise before they turn 65 years and who need ongoing assistance. The ongoing support averages about $30,000 per person per year but ranges from less than $100 to more than $500,000 a year. Disabled people experience poorer outcomes in a range of areas (e.g. health status, education, employment, income and housing). Maori and Pacific peoples experience a disproportionate level of disability than the general population. Maori and Pacific peoples are also less likely to know about and access the disability support system.",Awarded,The Ministry thanks all Respondents to the tender. We apologise for the delay in advising the outcome.,0,20250410 Ministry of Health,20476590,Request for Proposals,Open Competition,Residential Treatment Services - Alcohol and Other Drugs,,20181126,20190304,20190724,,Sole Agency,No,,"This procurement process will select provider/s to deliver Residential Treatment Services Alcohol and other Drug (AOD), to compliment the current services funded through the District Health Boards (DHBs). Both the Ministry of Health (Health) and the Department of Corrections (Corrections) have an interest in having a provider pool with the capability and capacity to support the needs of people in Corrections care and the general public requiring residential AOD treatment services. This will both reduce the pressure on the providers who currently support people in Corrections care, and allow the treatment pathway for clients to be the same across the system. This joint procurement between Health and Corrections is for the purchase of residential (AOD) treatment services. Health and Corrections require residential AOD treatment services designed to address the needs of service users and delivered in locations across New Zealand. Both agencies also require specialist framework programmes for specific population groups to ensure they are responsive to participants needs. Note: the draft Outcome Agreement will be released as an addendum to the RFP by 30/11/2018",Not Awarded,This tender has now closed. The Ministry of Health and Department of Corrections thanks all those Respondents for participating in this tender.,0,20250410 Ministry of Health,20649434,Request for Proposals,Open Competition,Second round gambling innovation research & evaluation - 2018/19 RFP,,20190131,20190319,20200107,,Sole Agency,No,n/a,,Awarded,,2079557,20250410 Ministry of Health,20702645,Request for Proposals,Open Competition,"New Dunedin Hospital Project Building Services Engineer including Mechanical, Electrical, Hydraulic and Vertical Transportation",,20190208,20190313,20191125,,Sole Agency,No,,"The Ministry of Health is seeking proposals from suitably qualified Building Services Engineers (including Mechanical, Electrical, Hydraulics and Vertical Transportation) for the New Dunedin Hospital Project. The New Dunedin Hospital Project is managed from the Ministrys head office in Wellington and is being delivered for the Southern District Health Board. Respondents should note in particular the requirement for the presence and location in Dunedin of key consultancy resource and project personnel supporting both the design and construction phases of the New Dunedin Hospital Project is considered critical to the success of the overall development. There is a Document Pack containing further information. The Confidentiality Deed (Attachment 1) must be completed and returned through GETS to our Point of Contact to receive the Document Pack. Part 3: RFP Pricing Template will be available on GETS in the week of 13 February 2019.",Awarded,,0,20250410 Ministry of Health,20703035,Request for Proposals,Open Competition,"New Dunedin Hospital Project Structural Engineering (including Seismic Design, Civil, Geotechnical and Environmental Engineering)",,20190208,20190313,20191125,,Sole Agency,No,,"The Ministry of Health is seeking proposals from suitably qualified Respondents who can provide Structural Engineering services (including Seismic, Civic, Geotechnical and Environmental Engineering) for the New Dunedin Hospital Project. The New Dunedin Hospital Project is managed from the Ministrys head office in Wellington and is being delivered for the Southern District Health Board. Respondents should note in particular the requirement for the presence and location in Dunedin of key consultancy resource and project personnel supporting both the design and construction phases of the New Dunedin Hospital Project is considered critical to the success of the overall development. There is a Document Pack containing further information. The Confidentiality Deed (Attachment 1) must be completed and returned through GETS to our Point of Contact to receive the Document Pack. Part 3: RFP Pricing Template will be available on GETS in the week of 13 February 2019.",Awarded,,0,20250410 Ministry of Health,20976854,Request for Proposals,Open Competition,Building the Quality of Contraception Services in New Zealand,,20190429,20190604,20191118,,Sole Agency,No,n/a,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the New Contraception Training and Guidelines opportunity. This procurement forms part of a new initiative, which is currently being rolled out by district health boards in primary care and community settings. This initiative provides low cost contraception consultations and free long acting reversible contraception for low income women (the initiative). The outcome being sought through this procurement is to build the quality and consistency of contraception services, and increase uptake of long acting reversible contraception (LARC), particularly amongst priority population groups. There are two service components being sought through this procurement, these are outlined below. Note that the Ministry will consider Proposals from Respondents with the capacity and capability to deliver either one or both service components. 1. Development of national contraception guidelines AND 2. Development and delivery of training for health professionals in: ? best-practice contraception counselling including culturally competent and youth-friendly care. ? insertion and removal of long acting reversible contraception.",Awarded,,1160400,20250410 Ministry of Health,21118551,Request for Proposals,Closed Competition,Northern Region Capital Roadmap,,20190611,20190712,20191111,,Sole Agency,No,,"The Ministry of Health is looking for experts to assist in the development of an investment direction of travel for hospital facilities across the four District Health Boards (DHBs) of the northern region. The outcome of the work will inform the development of a Northern Region Capital Roadmap which will be used to support the Capital Investment Committee prioritisation and investment decision for the four northern DHBs in the next three to fifteen years. The primary outcomes include: Identification of principles and options for service delivery across the four DHBs (with an emphasis on the Auckland metro DHBs) to support an efficient and effective health care system into the future. Key options and considerations relating to future investment decisions Specific advice on: Testing necessity / desirability of an additional southern and northern site Identifying potential staging and timing options (implications, dependencies, risks) for standing up a new hospital for a catchment population High level implications of additional site/s on existing campuses Resulting capital investment implications.",Awarded,,450000,20250410 Ministry of Health,21237687,Request for Proposals,Open Competition,Rongoa Services for Canterbury Region,,20190708,20190807,20200218,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified providers based in the Canterbury District Health Board (CDHB) region to submit a Proposal for the provision of rongoa services in that region. The Successful Respondent will be offered a contract for services based on the Ministrys standard terms and conditions. The proposed contract term is from 1 September 2019 through to 31 March 2021.",Awarded,This notice provides confirmation that this tender has now been evaluated and contract has been awarded. We take this opportunity to thank all Respondents for providing a response to this tender. On behalf of the Maori Health Team.,102000,20250410 Ministry of Health,21265968,Request for Proposals,Open Competition,Supply and Trial of an Enhanced Gambling Exclusion Electronic Database,,20190724,20190828,20191203,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified Respondents to submit a proposal for the supply of an electronic database software product, trial and evaluation, to assist the gambling sector management of gambler exclusion process, as defined by the Gambling Act 2003.",Awarded,We would like to thank all respondents for providing responses to this tender.,0,20250410 Ministry of Health,21573644,Request for Proposals,Open Competition,Request For Proposals New Dunedin Hospital Project - Site Clearance and Demolition Works,,20190911,20191029,20200310,,Sole Agency,No,"Ministry Of Health, 133 Moleworth Street, Wellington","The Ministry of Health is seeking proposals from suitably experienced and qualified Respondents who can offer a full suite of services for civil construction and demolition works to enable site clearance and demolition works for the New Dunedin Hospital Project. The New Dunedin Hospital Project is managed from the Ministrys head office in Wellington and is being delivered on behalf of the Southern District Health Board. The Ministry at its absolute discretion reserves the right to subsequently appoint the successful Respondent to this Request for Proposals (RFP) to future works associated with site remediation, ground improvement and foundations (or parts thereof) subject to agreement on a satisfactory methodology, programme, team and price. It is acknowledged that Respondents may need to look outside their own business to put together a team who can deliver the full scope of services required in this RFP however joint ventures, unregistered partnerships or consortia Proposals will not be accepted by the Ministry. Respondents may engage sub-consultants to build the necessary service capability and capacity needed for a job of this scale. Respondents are required to identify any proposed sub-consultants or sub-contractors. The lead contracting party will need to be identified and agreed. Respondents to this email should note: 1. There are a number of Supporting Documents to this RFP and access is only provided upon receipt of a signed Confidentiality Deed to NDHprocurement@health.govt.nz; 2. Respondents are offered a Briefing and site visit in Dunedin on 24 September. Please note that you must confirm your desire to attend detailing the numbers that will attend from your company.",Not Awarded,"Ministry of Health Ceres New Zealand LLC Site Clearance and Demolition Works for the New Dunedin Hospital 31 January 2020 awarded Term 19 October 2021 RFP",0,20250410 Ministry of Health,21971579,Request for Proposals,Open Competition,RFP: Nurse Practitioner Training Programme & Supported Placement for Nurse Practitioners (NPs) and Enrolled Nurses (ENs),,20191129,20200220,20200722,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation from the Ministry of Health (the Ministry) to suitably qualified Respondents to submit a Proposal/s for: 1. Development of the Nurse Practitioner Training Programme, hereafter known as (the Programme). The Ministry is seeking collaborative responses from education providers (such as universities, Institutes of Technology and Polytechnics, and wananga) employers and other parties intending to develop and deliver the Programme. 2. Support a limited/small number of nurse practitioners (NP) and enrolled nurses (EN) in primary health care working in a substantive mental health role, hereafter known as (Supported Placement). The Ministry is also seeking collaborative responses from education providers and employers (such as DHBs, PHOs, NGOs, Maori health and Iwi providers, Pacific providers) to develop and deliver Supported Placement within primary health care working in a substantive mental health and addictions role in a defined geographical area. In summary this tender will provide: extra workforce funding to support expansion of NP training with a focus on mental health and addictions in primary health care settings increasing participation and partnership with Maori increasing participation and partnership with Pacific; and workforce funding to support to NP and EN workforce placement, into primary mental health care settings.",Awarded,The Ministry takes this opportunity to thank all those who responded.,18000000,20250410 Ministry of Health,22782868,Request for Proposals,Open Competition,Primary Mental Health and Addiction Services for Pacific Peoples,,20200608,20200731,20210423,,Sole Agency,No,n/a,"This Request for Proposals (RFP) is an invitation to Pacific-led Organisations to submit a Proposal for the provision of Pacific Primary Mental Health and Addiction Services within the following geographic areas: Auckland Counties Manukau Hawkes Bay Hutt Valley Capital and Coast Southern For the purposes of this RFP, Pacific-led Organisations must have a predominantly Pacific ethnicity membership on their Governance Board/Trust Board; and a significant proportion of their workforce be of Pacific ethnicity. The organisations may be non-government organisations (NGOs), PHOs, companies and any other legal entities. The primary mental health and addiction service needs to address the needs of Pacific People who are experiencing mild to moderate levels of distress by providing a range of supports and services including evidence informed therapy, assessment and treatment services as well as talking therapies; self-management support and psycho-education; culturally specific interventions; peer support; and access to social supports. The services may be delivered from community-based settings that are easily accessible and acceptable to Pacific people (e.g. Pacific community centres, Churches, other health and social services, schools, sports clubs). Culturally appropriate services need to be easily accessible, provide a range of options for support, and be able to seamlessly connect Pacific people to other relevant NGOs, cultural, social and health supports, primary care and secondary services as and when needed. Services are also required to meet the developmental needs of Pacific young people and their families (where appropriate). A video that explains more about the RFP and provides some Tips for writing the proposal is located at the following link: https://youtu.be/r4kfDL0g0p8 Please note Attachment 2 - 'Insights into providing primary mental health and addiction services to Pacific Communities: Summary report' will be posted shortly as an addendum.",Awarded,"If you would like to view the official announcement regarding these services, please see the following link: https://www.beehive.govt.nz/release/pacific-mental-wellbeing-supported-across-auckland-and-wellington",5451048,20250410 Ministry of Health,22857530,Request for Proposals,Open Competition,Shell & Core (S&C) Construction Works new Energy Centre Christchurch Hospital,CH189,20200626,20200731,20201008,,Sole Agency,No,Aconex,"Request for Proposal: Christchurch Hospital Redevelopment CH189 Construction of the Energy Centre The Ministry of Health (the Ministry) and Canterbury District Health Board (CDHB) are working towards long term investments in new and improved hospital facilities for the Christchurch Hospital, known as the Hospitals Redevelopment Project (the Project). The Project involves significant development and extension of existing hospital facilities. The Ministry has responsibility for the delivery of these projects. The Ministry is now calling for proposals to select and appoint a contractor (Contractor) for the construction of the shell and core for the new Energy Centre located at 33 St Asaph St on the Christchurch Hospital campus (the Energy Centre) with whom the Ministry may enter into a construction contract (Construction Contract). This procurement is advertised on GETS on Friday 26 June 2020 (5:00pm). The remainder of the procurement process, including communications and questions will be managed through Aconex. GETS will not be monitored. Aconex is the document management system used by the Ministry for the management and delivery of capital projects. Aconex provides a secure web-based server to store all formal correspondence and documents. All documents relating to this procurement are provided in the tender invitation in Aconex. Respondents must register for this opportunity by contacting Lynn Archibald (the Ministrys Aconex contact) in the first instance on Lynn.Archibald@health.govt.nz or +64 4 816 2172. You may also use this contact for support with any Aconex technical issues. Proposals must be received via Aconex by 31 July 2020 (2:00pm).",Not Awarded,,0,20250410 Ministry of Health,22925177,Request for Proposals,Open Competition,Integration Services Panel - RFP,,20200706,20200731,20201124,,Sole Agency,No,n/a,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Integration Services Panel opportunity. This RFP focuses on the selection of a panel of integration service providers (Panel) to provide technical, delivery, strategic, and operational capability to support the Ministry of Health (the Ministry) reach its integration vision.",Awarded,"The successful Integration Services Panel members are: - Datacom - Solnet - Enterprise-IT - Middleware NZ Master Service Agreements have now been agreed with all 4 suppliers.",0,20250410 Ministry of Health,23066289,Request for Proposals,Open Competition,Security Incident and Event Management tool (SIEM) and Security Operations Centre (SOC),,20200805,20200904,20201202,,Sole Agency,No,n/a,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for a Security Incident and Event Management (SIEM) tool and Security Operations Centre (SOC) services. The Ministry is seeking Proposals from Respondents with the capacity to provide the services as identified below: 1. SIEM tool 2. SOC services The Ministry is initially looking to replace its current SIEM/SOC solution for our AWS/Revera environment. The long-term intention is to then take the value added in the initial environments and aim to strategically deliver a working solution across further parts of the Ministry. Qualified suppliers are invited to respond to the RFP. Joint proposals are welcome. It is important to the Ministry to engage a best in class supplier for each part of the service. The length of this contract will be from September 2020 to December 2021, with an aim to deliver this solution to enable strategic delivery for the Ministry. This RFP is an open competitive tender process. It is a single stage procurement process.",Awarded,,0,20250410 Ministry of Health,23354530,Request for Proposals,Open Competition,Common Regulatory Platform,,20200925,20201029,20210118,,Sole Agency,No,n/a,"The Ministry of Health is responsible for ensuring compliance with various legislation and regulations. There is existing demand and anticipated future demand within the Ministrys business groups for ICT capability to support regulatory monitoring and compliance. Treated individually and in compliance with the Government Procurement Guidelines, addressing each opportunity individually will result in significant cost through repeated processes, consume significant resources over several years and potentially result in a variety of selected systems and associated service management complexity. The Ministry has existing demand for ICT capability for: Radiation Safety with the XFIALS replacement. Vaping with Regulations becoming effective from November 2020. Medicinal Cannabis with Regulations already in effect. Future demand is anticipated, for example: Natural Health Products Therapeutic Products Analysis of solution options for the existing demand has identified commonality in many of the use cases. This provides an opportunity to implement a new re-usable ICT capability to enable the Ministry to fulfil its regulation compliance obligations in a more cost-effective manner. Although to be determined through this procurement process, there is a preference for a SaaS type Solution that could comprise a mix of: Cloud-based technology platform/s where appropriate (Platform). One or more suppliers (Supplier). A partner to advise on, implement, support and maintain the Platform (Partner). In the event of multiple suppliers comprising the Solution, the Prime Supplier must be identified to represent",Awarded,,0,20250410 Ministry of Health,23561392,Award Notice,Open Competition,Co-design Process for The Prevention of Rheumatic Fever - Auckland,,20200529,20200623,20201104,,All of Government,No,,"The Ministry of Health (the Ministry) is seeking to engage a provider to undertake a co-design process with Maori, Samoan and Tongan communities in the Auckland region (covering the three Auckland District Health Board areas) to improve the prevention and management of rheumatic fever and rheumatic heart disease.",Awarded,"This contract commenced on the 28th August 2020. The Ministry used the All of Government CSO panel for this secondary procurement process.",6798625,20250410 Ministry of Health,23563668,Request for Proposals,Open Competition,Commercial Cleaning Services,,20201104,20201207,20210805,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Commercial Cleaning Services for Ministry of Health (Ministry) offices hereafter known as (Cleaning). We are seeking suitably qualified commercial cleaning providers who have a national presence and can support Ministry office Cleaning services. This procurement opportunity invites Cleaning service providers who have: - A current national presence in Auckland, Whanganui, Wellington and Dunedin; - A well-structured, engaged management team that can ensure a high quality, consistent service is delivered throughout the term of the contract; - Experience delivering Cleaning services to large clients that have a nationwide presence; - Experience with sound methodologies in place for existing, similarly sized and structured clients, to ensure a high-quality service is always provided; - Capability to provide regular scheduled monitoring and reporting on the quality of services delivered; - Willingness to purchase select products and consumables via the Ministrys preferred suppliers for more detail refer to Section 3; - Work in an environment that identifies opportunities such as costs savings, improve process efficiencies; and - Understands and can react quickly to unscheduled emergency cleaning requirements and function within the Covid environment.",Awarded,This tender has now closed. The Ministry of Health thanks all respondents to this tender and the work undertaken.,1872516,20250410 Ministry of Health,23601078,Request for Proposals,Open Competition,Healthy Families Waikato - Lead Provider,,20201112,20201222,20210817,,Sole Agency,No,,"The Ministry is interested in considering Proposals from Respondents with the capacity to lead the implementation of Healthy Families NZ in the Waikato region. A lead provider will be chosen on the basis they are best placed to lead transformational change in their communities. The contracts with the provider will be for an initial term of one year from 1 July 2021-30 June 2022 with the view of expanding the contract for outyears from 1 July 2022 30 June 2025 (to align with the existing Healthy Families NZ lead provider contracts). Costs are expected to cover all set up costs, and all operating costs for the Healthy Families Waikato service in the contracted period. The contracts with the lead provider will be for an initial term of 1 year to ensure: a) alignment with the Term of all current Healthy Families NZ contracts b) a fast set up of the Healthy Families Waikato service and the early implementation of Healthy Families Waikato initiatives. This RFP is a single-stage, open competitive tender process.",Awarded,The tender has now closed. We thank all those responding.,0,20250410 Ministry of Health,23800476,Request for Proposals,Closed Competition,Leadership Programmes Development,,20210113,20210224,20210901,,Sole Agency,No,,"Overview of this opportunity This Request for Proposals (RFP) is an invitation to the shortlisted respondent(s) to submit a proposal for the Leadership Programmes Development opportunity. The RFP is the second stage of a two-stage procurement process; it is a closed competitive tender process following the Registration of Interest (ROI) released on 27 October 2020. The Ministry of Health (the Ministry) is seeking to grow leadership capability across New Zealands Health and Disability System (the System). A key objective of this work is to increase representation of Maori, Pacific and disabled people in positions of leadership by providing equitable access to leadership development opportunities. We want to ensure we meet rural leadership needs and position representative leaders in the right places across the system with the tools they need to make change for their communities. Through this work we want to understand where the greatest leadership needs and gaps lie, and where we should invest by developing, piloting and / or upscaling leadership programmes that will improve system leadership by equipping people with the knowledge, skills and values they need to be successful leaders. This will ensure we have a sustainable pool of leaders who are representative of the communities they serve.",Awarded,"The Ministry has appointed a consortium of providers led by Francis Health to help them complete the three phases of work: 1. Discovery engaging with the sector to understand where the greatest leadership development needs are, and what further investment should be made to better focus on the needs of Maori, Pasifika, disabled people and rural communities. 2. Co-design The Ministry, their providers, and key sector stakeholders co-designing new leadership programmes together to equip people with the knowledge, skills and values they need to be successful leaders. 3. Pilot Once the leadership programmes have been developed, a small pilot will be run to test their effectiveness. This initial contract will focus only on the discovery phase which will provide a comprehensive understanding of the current state of leadership development across the Health and Disability System so we know what is working well right now in New Zealand, what isnt, and why. The provider will undertake the following actions as part of the discovery phase: Review of all data, reports and literature already held by the Ministry that provide insights into the current state and desired future state of leadership development in the health and disability sector Literature review of all relevant local and international literature on the theories and evidence of leadership development approaches. Engage with the sector to gather insights on the current state of leadership in the health and disability sector, with a particular focus on representation of Maori, Pasifika, people with disabilities and rural communities. Complete a discovery phase report that presents: a robust understanding of the current state of leadership in the New Zealand Health Sector what does and does not work well domestically and internationally a current leadership journey map recommended needs and gap analysis.",631600,20250410 Ministry of Health,23976257,Request for Proposals,Closed Competition,Long Term Northern Region Capital Roadmap (NRCR) RFP,,20210215,20210311,20210727,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the development of a long-term Northern Region Capital Roadmap (NRCR) and infrastructure related planning guidance for the Health Infrastructure Unit (HIU) within the Ministry of Health (Ministry). The Ministry is also interested in considering Proposals that demonstrate the capability and capacity to develop guidance for clinical service planning and master site planning in a regional New Zealand setting. The approach outlined in the guidance is expected to be applied in the NRCR development. The HIU will progress the development of the guidance to wider New Zealand application. The successful Respondent will report to the Ministry of Health (through the Project Manager) and will work, operationally with stakeholders from the northern region DHBs, which includes contracted providers, as appropriate. Additional information: Included with the RFP documents are 1. A standard copy of the Consultancy Services Order Contract (CSO). 2. The Northern Region Short Term Capital Plan (STCP) Power Point document.",Awarded,"Following an closed RFP tender process, The Ministry of Health of 133 Molesworth Street, Thorndon, Wellington 6011, New Zealand has awarded this contract to Ernst & Young Limited (EY) of, Shortland Street, Auckland to provide consulting services to support the delivery of a capital investment roadmap for the northern region DHBs. The total value over the life of the contract is expected to be up to approximately $650,000 dollars. The contract was signed in May 2021 and spans a term of 11 Months (June 2021-May 2022).",0,20250410 Ministry of Health,24002536,Request for Proposals,Closed Competition,"National Programme Management for the District Health Boards Holidays Act Review, Rectification and Remediation Activity",,20210219,20210316,20210611,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to a selection of suitably qualified potential providers to submit a proposal for delivery of a national programme management function to support the successful and timely delivery of the District Health Boards Holidays Act 2003 review, rectification and remediation work. opportunity. This initiative is supported by the District Health Boards and their union partners. The Ministry of Health (the Ministry) is seeking to appoint a single provider to deliver national programme management support to expedite the successful delivery of the District Health Boards (DHBs) Holidays Act 2003 (the Holidays Act) review, rectification and remediation work.",Awarded,"Following a RFP process, KPMG has been awarded a CSO for the National Programme Management of the DHBs Holiday's Act Review, Rectification and Remediation Activity.",0,20250410 Ministry of Health,24026318,Request for Proposals,Open Competition,Equity by Design Tools - Phase 1,,20210226,20210401,20210712,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation from the Ministry of Health to suitably qualified and experienced Respondents to submit a Proposal to conduct Phase One Discover of the Equity by Design Tools Project Building equity and Te Tiriti tools for the health and disability sector.,Awarded,This tender Equity by Design Tools is now complete. The Ministry would like to take this opportunity to thank all those who responded to this tender.,300149,20250410 Ministry of Health,24055826,Request for Proposals,Open Competition,Rainbow competency training for the mental health and addiction workforce,,20210305,20210401,20210706,,Sole Agency,No,n/a,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for Rainbow competency training for the mental health and addiction workforce. The New Zealand Government is committed to improving mental health and addiction outcomes for Rainbow communities. As part of the Expanding Access and Choice Programme Prime Minister Jacinda Ardern announced the first nationwide funding of $4 million targeted to Rainbow mental wellbeing initiatives aimed at young people. As part of these Rainbow mental wellbeing initiatives the Ministry of Health (Ministry) has allocated an additional $600K of funding over four years to support the mental health and addiction workforce to be responsive to the needs of Rainbow communities with a focus on young people. A skilled and competent workforce equipped to support diverse communities is critical for a safe and inclusive mental health and addiction services. The Ministry is seeking credible providers who have the capability, experience and infrastructure to develop and deliver Rainbow competency training for the New Zealand mental health and addiction workforce. Key requirements of the services will focus on: -Delivery of Rainbow competency training to the mental health and addiction workforce -prioritising the primary mental health and addiction workforce and those working with young people. -Contributing towards desired outcomes for the capability of the mental health and addiction workforce and meeting training targets. We are ideally seeking services from providers who have existing Rainbow training that can be developed to meet Ministry needs.",Awarded,,625000,20250410 Ministry of Health,24061134,Request for Proposals,Open Competition,Walking floor trailers for the Canterbury District Health Board Energy Centre,,20210308,20210406,20210608,,Sole Agency,No,,"The Ministry of Health (the Ministry) seeks proposals from qualified suppliers for the design, fabrication and supply of three walking floor trailer units for the delivery of woody biomass to the new Christchurch Hospital Energy Centre. This procurement is being carried out in parallel with the CDHB's procurement of a woody biomass fuel supplier. The Centre will comprise a fit-for-purpose boiler house containing specialist plant that has been designed and procured by the the Ministry from Polytechnik Luft-und Feuerungstechnik GmBH (Polytechnik). The Centre will comprise of two biomass boilers, an LPG/diesel back-up boiler, fuel handling facilities and associated infrastructure to provide 8.3bar steam to the Christchurch Hospital campus and is classified as Importance Level 4 (IL4). The Centres fuel handling system comprises two Truck Docking Stations (TDS) providing redundant delivery points for walking floor trailers to unload fuel which will be conveyed via chain conveyors to the bulk fuel store. The successful supplier will be required to work with Polytechnik and the Canterbury District Health Boards (CDHB) fuel supplier (RFP currently in progress) to ensure the integration of the fuel handling system provided by Polytechnik and trucking logistics provided by the CDHBs fuel supplier are coordinated with the walking floor trailer design to successfully deliver fuel to the TDS.",Not Awarded,8-6-21 CDHB have confirmed there were no winning responses to this tender.,0,20250410 Ministry of Health,24073866,Request for Proposals,Open Competition,Management and Administration of Hearing Aid Services,,20210311,20210406,20210726,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Ministry of Health (the Ministry) Management and Administration of Hearing Aid Services opportunity. The Ministry is seeking to select a supplier to manage and administer provision of hearing aid services nationwide.",Awarded,"The Ministry of Health procured a supplier to manage and administer provision of hearing aid services nationwide. Since 2011 funding has been allocated through two funding streams which are set out in the Hearing Aid Services Notice 2018 (issued under Section 88 of the New Zealand Public Health and Disability Act 2000). The Hearing Aid Funding Scheme is for all children who have a hearing loss, adults who have had severe hearing loss since childhood or have a dual disability (such as hearing loss and a severe visual impairment), and adults who hold a Community Services Card and are working (including seeking work), studying or caring for a dependent person, are able to receive fully funded hearing aids once for each ear within a six year period. This funding covers the cost of the actual hearing aids and hearing aid repairs; it does not include the cost of any audiology services received in the public or private sector. The Hearing Aid Subsidy Scheme is for all adults who have a hearing loss which is not covered by the Hearing Aid Funding Scheme above, or any other government funding schemes. Eligible people may access Ministry funding towards the hearing aid(s) recommended for them by a member of the New Zealand Audiological Society. The agreement awarded is for three years with an optional two years right of renewal.",2279355,20250410 Ministry of Health,24077401,Request for Proposals,Open Competition,Nutrition Resources for Pacific People,,20210312,20210422,20210622,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the purchase of health education resources to promote healthy eating and physical activity for Pacific peoples. The resources will convey the key messages from the Ministrys Eating and Activity Guidelines and incorporate the holistic worldviews and concepts of wellbeing and health shared by Pacific peoples. We require a supplier(s) to deliver culturally centered, appealing, high quality resources in a way that is relevant and meaningful to the target populations. The contract term is 9 months, we require the contract to commence before 30 June 2021.",Awarded,,0,20250410 Ministry of Health,24082212,Request for Proposals,Open Competition,COVID-19 Saliva Testing Services,,20210312,20210326,20210614,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the COVID-19 Saliva Testing (COVID-19 saliva-based PCR testing) opportunity. The Ministry is seeking suitably accredited and operationally ready suppliers to provide end-to-end saliva testing services for COVID-19. This includes the collection of saliva samples, processing of these samples on an accredited PCR test platform and reporting of the results as part of the national public health response. The Ministry is exploring the expansion of its COVID-19 testing regime to include saliva testing for surveillance purposes, with a focus on the border. The exact use cases for saliva testing are yet to be confirmed, however at this stage, we anticipate that a saliva testing regime could involve approximately 6,000-20,000 tests per week depending on the frequency of tests that may be established for border worker surveillance testing alongside the existing nasopharyngeal swab PCR testing that is currently in place. his stage, we anticipate that the maximum number of tests per week nationally would be 20,000.",Awarded,"Following an open RFP tender process, The Ministry of Health of 133 Molesworth Street, Thorndon, Wellington 6011, New Zealand has awarded this contract to APHG NZ Investments Limited of 18, Logistics Drive, Christchurch to provide end-to-end saliva testing services for COVID-19. The total value over the life of the contract is expected to be up to approximately $60 million dollars. The contract was signed in May 2021 and spans a term of 12 Months (May 2021-May 2022).",0,20250410 Ministry of Health,24099852,Request for Proposals,Open Competition,Tamariki Ora Collective,,20210316,20210413,20210625,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for services for establishment of a Tamariki Ora Collective. The Ministry of Health (the Ministry) invites suitably qualified and experienced Respondents to submit a proposed solution and price to undertake sector-wide engagement to seek agreement on the scope and function to inform a WCTO Collective. The Ministry is interested in considering Proposals from Respondents with the capacity to provide all of the following components. Key Outcomes/ Engagement services will be procured to: o Plan, undertake and resource up to four regional wananga and one talanoa over June and July 2021 with Maori and Pacific WCTO providers to reach consensus on the scope, form and function of the Tamariki Ora Collective. o Coordinate, resource and deliver a national Tamariki Ora Conference to endorse the consensus and next steps for establishment of a Tamariki Ora Collective. Key aspects of the deliverable are: o Event management and coordination o Four one-day regional wananga, one one-day talanoa, and one national conference o Mixed methods of engagement- face-to-face and online o Location- marae and community based. Required skills for successfully planning, delivering and facilitating the regional wananga/talanoa and national conference include: o Fluency in te reo, tikanga and te ao Maori and/or Pasifika languages, cultures and worldviews o Knowledge, expertise and experience in WCTO o Expertise and experience in consensus facilitation. Respondents are required to provide detail to demonstrate the capability and capacity of their organisation and personnel, the effectiveness of their proposed methodology, and commercial processes to support delivery. We require the completion of all services by July/August 2021. Payment will be on successful delivery of milestones.",Awarded,,350000,20250410 Ministry of Health,24120693,Request for Proposals,Closed Competition,Management and Administration of the Ministry of Health Children's Spectacles Subsidy,,20210324,20210419,20211001,,Sole Agency,No,,"This closed Request for Proposal (RFP) is an invitation to the shortlisted Respondents to submit a Proposal for the Childrens Spectacles Subsidy opportunity. The Ministry of Health (the Ministry) is responsible for the planning and funding of disability support services. This includes providing the childrens spectacles subsidy to support children, aged under 16 years of age with vision impairment, from low income families, to purchase assessment, prescription spectacles, eye patches and repairs. This RFP relates to the purchase of a service to manage and administer the Childrens Spectacles Subsidy nationwide on behalf of the Ministry, commencing from 1 October 2021. The proposed agreement will be for three years with a two year right of renewal.",Awarded,"The Ministry of Health (the Ministry) is responsible for the planning and funding of disability support services. This includes providing the childrens spectacle subsidy to support children, aged under 16 years of age with vision impairment, from low income families, to purchase assessment, prescription spectacles, eye patches and repairs. This agreement relates to the purchase of a service to manage and administer the Childrens Spectacle Subsidy nationwide on behalf of the Ministry, commencing from 1 October 2021. This agreement is for a three year term with a two year right of renewal.",532498,20250410 Ministry of Health,24123395,Request for Quotations,Closed Competition,Whanganui Shelving Upgrade,,20210324,20210416,20210526,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified Respondents to submit a quote for the Whanganui Shelving Upgrade opportunity. The Ministry of Health (Ministry) currently leases a storage facility located at 137 London Street, Whanganui. The Ministry is required to store hardcopies of all prescriptions (currently stored in archive boxes) in New Zealand for a specific length of time. Currently we have 19,900 archive boxes (approximately 20kg each) in total (this is expected to remain stable over the next few years). In the future we are likely to store prescriptions digitally pending legislative matters being finalised. The current storage system (CSS) consists of a proprietary cardboard structure with plastic stiffeners clipped to the leading edges to stabilise the corrugated cardboard"". The Ministry is seeking a solution that supports an upgrade of the CSS which is deteriorating.",Awarded,"Following an open RFQ tender process, The Ministry of Health of 133 Molesworth Street, Thorndon, Wellington 6011, New Zealand has awarded this contract to Videk Limited to provide Wanganui Shelving upgrades. The contract was signed in May 2021.",0,20250410 Ministry of Health,24138480,Request for Proposals,Open Competition,NZ Nutrition Survey - Development,,20210329,20210512,20211007,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the development of a nutrition survey opportunity. The nutrition survey will: 1. support the monitoring of population nutrition-related health status and dietary risk factors, including identifying population groups with poor dietary intake and nutritional deficiencies and, 2. provide robust data that enables scientific risk assessments that ensure the safety and suitability of the New Zealand food supply and set food standards. The key deliverable for this contract will be to develop the methodology and tools for a nutrition survey.",Awarded,,0,20250410 Ministry of Health,24157411,Request for Proposals,Open Competition,Rongoa Services 2021-2024,,20210331,20210506,20211201,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified providers (Respondents) to submit a Proposal for the provision of rongoa services. The Ministry of Health (Ministry) has supported access to and delivery of rongoa services since 1991. The Ministry currently has contracts with 20 providers for the delivery of rongoa services in various regions. These contracts expire on 30 June 2021. We are looking to put new contracts in place to take effect from 1 July 2021. We propose contracts will be for an initial term of three years, (ie from 1 July 2021 to 30 June 2024), with the Ministry holding one right of renewal for a further period of three years. Current holders of contracts for delivery of rongoa services are eligible to apply for new contracts, as are any other providers who meet the eligibility conditions.. Contracts for successful Respondents will specify a minimum target number of client contact sessions which the provider must achieve each year. A primary condition for selection is being able to demonstrate that there is a reasonable likelihood of your being able to meet at least that target number of client contact sessions. This means being able to attract and maintain a customer base and provide staffing resources necessary to deliver that level of activity. Services are expected to be delivered within a defined geographical area. Respondents should engage appropriately with mana whenua if proposing to offer services in an area away from their rohe or usual place of operation, or if proposing to offer rongoa services for the first time.",Awarded,The Ministry thanks all respondents who contributed to this tender.,6806250,20250410 Ministry of Health,24192329,Request for Proposals,Open Competition,Longitudinal study of the impact of COVID-19 on people in Aotearoa New Zealand,,20210412,20210531,20210817,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for a longitudinal study of the impact of COVID-19 on people in Aotearoa New Zealand. This is an opportunity for a suitability qualified group of research providers to develop and lead a national multi-disciplinary longitudinal study of people in Aotearoa New Zealand with laboratory confirmed or probable COVID-19. The key objectives of this study are to improve our understanding of the short and long-term physical, psychological, and economic impacts of COVID-19 on affected people in Aotearoa New Zealand, and to highlight any equity issues faced by this cohort. The Ministry encourages a collaborative proposal by researchers who together have the credibility, connections and capability to design, lead and execute this important project.",Awarded,"Following an open RFP tender process, The Ministry of Health of 133 Molesworth Street, Thorndon, Wellington 6011, New Zealand has awarded this contract to The Research Trust of Victoria University of Wellington of, Kelburn Parade, Kelburn, Wellington, to provide Longitudinal study of the impact of COVID-19 on people in Aotearoa New Zealand. The total value over the life of the contract is expected to be up to approximately $1.18 million dollars. The contract was signed in August 2021 and spans a term of 12 Months (August 2021- August 2022).",0,20250410 Ministry of Health,24602604,Request for Quotations,Open Competition,COVID-19 Vaccine and Immunisation Programme CVIP Consumables,,20210729,20210811,20210820,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified Respondents to submit a Quote for the CVIP Consumables Syringes Contract opportunity to supply 1mL syringes used for the drawing up and administration of Pfizer BioNTech COVID-19 vaccine as part of the COVID-19 Vaccine and Immunisation Programme (CVIP) for the remainder of 2021.,Awarded,"Following an open RFQ tender process, The Ministry of Health of 133 Molesworth Street, Thorndon, Wellington 6011, New Zealand has awarded this contract to Terumo Australia Pty Ltd, of 5 Talavera Rd, MACQUARIE PARK, NSW, 2113, AUSTRALIA to provide the supply of syringes. The total value over the life of the contract is expected to be up to approximately $717,000 thousand dollars. The contract was signed in August 2021 and spans a term of 5 Months (August 2021- December 2021).",0,20250410 Ministry of Health,24607706,Request for Proposals,Closed Competition,Microsoft License Solutions Provider,,20210728,20210819,20211022,,Sole Agency,No,,"As part of the recently announced New Zealand health system reforms, and specifically, the consolidation of District Health Boards (DHBs) into one organisation, a key opportunity has arisen to consolidate the use of Microsoft license solution providers (LSPs) for Ministry of Health (MoH) as a whole to one single provider. Currently, DHBs across New Zealand operate independently in relation to sourcing their Microsoft licensing requirements. Each DHB has its own LSP. This structure leads to duplication, inefficiencies and complexity. As a result, there are four different LSPs delivering similar services across the 20 DHBs. The DHBs currently use the LSPs for a number of their license purchases. This RFP focuses on the LSP service only, other license purchases can continue as normal. DHBs will need to terminate the current LSP service once the new contract is established.",Awarded,"This Microsoft License Solutions Provider RFP has been awarded. The Ministry thanks the respondents to this tender and acknowledges the work undertaken in the responses.",0,20250410 Ministry of Health,24672419,Award Notice,Open Competition,National Purchasing Guidelines Advisory & Monitoring Service,,20210301,20210329,20210812,,Sole Agency,No,,"A service that can assist disabled people and whanau, to understand whether a proposed purchase through Carer Support is consistent with the Purchasing Guidelines and provides the tool and support to do this; and monitoring of compliance.",Awarded,The Ministry thanks the respondents to this tender and acknowledges the work undertaken in responding to this closed tender.,400000,20250410 Ministry of Health,24681462,Award Notice,Open Competition,Continuous New Zealand Health Survey Services,,20210201,20210430,20210816,,Sole Agency,No,,,Awarded,This tender was a closed tender released to CBG Health Research Limited.,0,20250410 Ministry of Health,24818057,Request for Proposals,Open Competition,National Bowel Screening Programme National Multimedia/Promotional Campaign,,20210915,20211012,20220221,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the National Bowel Screening Programme (NBSP) national multimedia/promotional bowel screening campaign. The Ministry is seeking to develop a campaign that will raise awareness of bowel screening and encourage participation in the NBSP, with particular emphasis on participation by Maori and Pacific peoples. The successful provider will have strong, proven experience of reaching Maori and Pacific audiences and their whanau. This RFP is an open competitive tender process. It is a single step procurement process.",Awarded,"The Ministry of Heath (MoH) of 133 Molesworth Street, Wellington 6011 has awarded the contract for the provision of the national multimedia/promotional bowel screening campaign services for the National Bowel Screening Programme (NBSP) to Puhimoana Ariki Collective. The Contract was signed 21/02/2022 and will run for a term of 16 months until 30 June 2023. The award value of this contract was $1,740,000.",1740000,20250410 Ministry of Health,24843199,Request for Proposals,Closed Competition,Preventing young people from vaping multi-media campaign,,20210921,20211022,20211130,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for a preventing young people from vaping multi-media campaign. The Ministry of Health (Ministry) is seeking a supplier to deliver a multi-media, youth focused vaping campaign. The key objective of this campaign is to deliver messages to young people to support them not to vape. This campaign requires specialist expertise to develop and deliver information and resources, drive behaviour change for students and support for parents/whanau or caregivers. We will also require the supplier to undertake research to enable this campaign to be delivered, and that this research would come from a variety of sources.",Awarded,"A new health promotion programme from the Ministry of Health, expected to be underway in March 2022, will be aimed at rangatahi and focused on supporting youth to make the decision not to vape. Through a contestable process, the Ministry of Health appointed All-of-Government supplier Curative as its supplier for the programme. The agency has a strong track-record of delivering programmes co-designed with the young people whose behaviour they are seeking to change and they will work side-by-side with young people, specifically Maori and Pacific youth to ensure the messages resonate with them. Curative will work closely with the Ministry of Health and other key experts in the tobacco control and addiction space to develop the health promotion programme. The Vaping Facts website will continue to provide a trusted source of information for smokers wanting to switch to a less harmful product consumers and run alongside the new programme for youth.",0,20250410 Ministry of Health,24919019,Request for Proposals,Closed Competition,Health Sector Agreements and Payments Programme - System and Business Integration (RFP),,20211006,20211103,20220301,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to shortlisted Respondents from the Registration of Interest (ROI) to submit a Proposal for the Health Sector Agreements and Payments (HSAAP) programme (the Programme) opportunity. This RFP is the second step in a two-step procurement process to select a Business Integrator (BI) and System Integrator (SI). This RFP is a closed competitive procurement process. HSAAP are seeking primary leads for the BI and SI role. The initial engagement (for a period of 18 42 months, see section 4) will be for a small number of highly experienced experts who can provide advice and further guidance on the creation and implementation of a new solution, noting that solution in this context means all processes and technology relating to the HSAAP scope. It is anticipated that hands on roles (such as integration services, solution configuration, change management, training etc) will be sourced from a mix of Staff, Contractors, relevant panel vendors and potentially SI/BI resources. The pipeline approach being taken to transition is by Health Service (e.g., Dental Services, Laboratory Services, Pharmacy Services). At a high level there are approximately 70 Health Services that need to be prioritised and transitioned. The planned approach is to design, agree, build and deploy these on a progressive basis, with progressive transition to BAU support (to be established) occurring within Tranche One. Accordingly, knowledge transfer of the implemented solutions (Processes and technology) is of fundamental importance. The BI Services sought are to cover the following responsibilities: Ensuring the Stakeholder engagement approach across the Health Sector effectively engages all impacted parties. Smoothly embedding the changes (people, process, technology and information) into the impacted businesses including continuous assessment of business readiness and transition quality. Ensuring the solution meets the agreed business objectives. Ensure the solution and transition is set up to achieve the mandated business benefits. Note the use of solution in this context includes the people, processes and technology to achieve the agreed service transformation during the period of the programme. The SI Services sought are to cover the following responsibilities: Ensuring the individual system components are integrated into a cohesive, efficient end to end technology solution. Ensuring the modularity expectation is met (the ab",Awarded,,0,20250410 Ministry of Health,25045683,Request for Quotations,Open Competition,Indoor Plant Hire and Maintenance for Ministry of Health Offices,,20211122,20211213,20220221,,Sole Agency,No,,"The Ministry is seeking to appoint a qualified and experienced supplier to design a plant scape and provide all aspects of indoor plant care services and plant hire for the following Ministry of Health offices: o 650 Great South Road, Auckland o 481 Moray Place, Dunedin o 133 Molesworth Street, Wellington",Awarded,,110000,20250410 Ministry of Health,25149854,Award Notice,Open Competition,HDSR Transformation Programme and COVID-19 Policy Response,,20211123,20211123,20211123,,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Health,25197645,Request for Proposals,Open Competition,National Cervical Screening Programme Laboratory Services,,20211203,20220405,20221212,,Sole Agency,No,,"The National Screening Unit (NSU) has taken a combined approach to procurement for laboratory services, including the National Bowel Screening Programme (NBSP), the National Cervical Screening Programme (NCSP) and the Antenatal and Newborn Screening (ANS) Programme. The first element of this procurement approach includes the direct appointment of Auckland District Health Board (ADHB) for the provision of NBSP, ANS and a proportion of NCSP laboratory services, which is an excluded component of this RFP. This RFP is an invitation to suitably qualified Respondents to submit a Proposal for laboratory testing services for the NCSP. This RFP is an open competitive tender process. It is a single step procurement process. This RFP will result in contracts between the Ministry and up to two laboratories (not including ADHB) for a proportion of NCSP screening services. The proportion of samples will range between 33% and 66%, depending on whether one or two providers (excluding ADHB) are engaged. Contracts with successful providers resulting from this RFP will be for an initial term of four (4) years with one option at the discretion of the Ministry of renewal of up to three (3) years and one further option at the discretion of the Ministry of renewal for a further term of up to two (2) years if the first option is exercised.",Awarded,Initial term of 3 years + option to extend 4 more + option to extend a further 2 (9 years total).,97682000,20250410 Ministry of Health,25218945,Request for Proposals,Open Competition,Healthy Homes Initiative Expansion,,20211208,20220209,20220701,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the expansion of the Healthy Homes Initiative (HHI) opportunity. The Ministry is seeking a provider (or partnership of providers) to deliver the HHI in each of the following regions: Canterbury Mid Central Nelson-Marlborough South Canterbury Southern Taranaki Wairarapa West Coast Whanganui. The Ministry is looking to appoint providers in each of the regions. The Ministry is not looking for one provider to deliver HHI services in all the regions listed above. Providers may choose to submit responses for one or more of the regions listed above, either alone or in partnership with other providers. The Ministry does not have a preferred contractual model for delivering the HHI and seeks Proposals from any provider or group of providers who believe that individually or collectively they have the skills, capability and capacity to successfully deliver the HHI within the applicable region/s. The contracts with the providers will be for an initial term of one (1) year (1 July 2022 30 June 2023), with one (1) right of renewal for up to two (2) years (meaning the contract could run from 1 July 2022 30 June 2025).",Awarded,The Ministry thank all respondents to this tender.,2148305,20250410 Ministry of Health,25246862,Award Notice,Open Competition,Secretariat Services to establish and support the Youth Advisory Group,,20211214,20211214,20211214,,Sole Agency,No,,"The Ministry of Health (the Ministry) wants to establish a collaborative relationship with young people within the School Based Health Services (SBHS) Enhancements Programme through a Youth Advisory Group. A collaborative relationship means young people can be involved in all stages of design, equal with adults. The Youth Advisory Group will provide ongoing advice into the SBHS Enhancements Programme as a formal and ongoing way to ensure the enhancements reflect what young people need to experience and benefit from SBHS to improve their wellbeing.",Awarded,,0,20250410 Ministry of Health,25296645,Request for Proposals,Open Competition,Harm Reduction Needle and Syringe Programme (HRNSP) National Harm Reduction Services,,20220112,20220223,20220824,,Sole Agency,No,,"This Request for Proposal (RFP) is for the Harm Reduction Needle and Syringe Programme (HRNSP) (previously referred to as the Needle Exchange Programme or NEP). The Programme is focused on providing sterile injecting equipment to people who inject drugs, harm reduction services and advice, and collecting used equipment for disposal. This is a national programme that is expected to align with international best practice, other priority areas with the Ministry of Health and the upcoming Health Reforms. There needs to be a strong equity focus and responsibilities under Te Tiriti o Waitangi need to be met. The contract resulting from this procurement is estimated to be in place by 30 June 2022 to enable transition to occur between 1 July 2022 30 September 2022. The Ministry is working towards a Go Live Date of 1 October 2022. As at 1 October, the Ministry expects the preferred provider will be in a position to implement the minimum requirements as outlined in clause 3.3 (Key Requirements) of this RFP. The intended term of the Proposed Contract is an initial term of three (3) years, followed by one optional renewal period (at the Ministrys discretion) of two (2) years (3 + 2). This RFP is an open competitive tender process. It is single step procurement process. This RFP does not include purchasing of injecting equipment or disposal of used equipment.",Not Awarded,". Unfortunately Manatu Hauora (the Ministry of Health) was unable to reach agreement and no contract has been awarded. Accordingly, under clause 6.25.1 of the RFP, Manatu Hauora has invoked its right to cancel the RFP.",0,20250410 Ministry of Health,25382592,Request for Proposals,Closed Competition,Health Sector Agreements and Payments Programme - Agreement Lifecycle Management (RFP),,20220208,20220304,20220516,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to register an interest for the Agreement Lifecycle Management opportunity as part of the Health Sector Agreements and Payments (HSAAP) programme (the Programme). The programme is seeking to engage an experienced Supplier that can offer a fit for purpose Agreement Lifecycle Management solution. The Supplier will be required to bring advice, innovation, and support, to enhance programme delivery. Advice and innovation will be required to ensure the programme can deliver in a timely and cost-effective manner, with the least impact possible on the operations during implementation. The current processes used to create, execute, and monitor contractual agreements for community-based healthcare, are largely manual, dependent on centralised processing, and inflexible. Introduction of a collaborative, flexible, and robust agreement and performance capability is essential to support a changing health sector to effectively implement and review funding decisions that support the sector to deliver the required health outcomes.",Awarded,,0,20250410 Ministry of Health,25580832,Request for Proposals,Open Competition,Christchurch Hospital (Waipapa Building) Tower 3 - Project Management Services CH220,CH220,20220330,20220518,20221125,,Sole Agency,No,Not applicable,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Project Management Services for the development of a new 13,600 m2 Tower 3 building on the existing podium of the Waipapa Building, Christchurch Hospital. The facility is to be delivered by the Ministry of Healths Infrastructure Unit (HIU), with the Hospital Redevelopment Partnership Group (HRPG) providing governance. The Canterbury District Health Board (the CDHB) is the key stakeholder. The objective of this RFP is to select a suitably qualified and experienced Project Manager (Project Manager) with appropriate administrative support with whom the Ministry of Health (the Ministry) may enter into a consultancy services agreement based on the CCCS as disclosed as part of this RFP (the Consultancy Agreement). The Respondent will provide the project management services required to meet the scope of services in accordance with this RFP and under the Consultancy Agreement (the Services). An independent Engineer to the Contract will be appointed. The Project Manager will perform specific duties of the Engineer as the Engineers Representative. This procurement is notified on GETs however all further communications and submissions of your RFP must be through the Ministry's Project Management software (Procore). You must register with procurement.hrpg@health.govt.nz to receive access to the Tender Tool, all supporting information.",Awarded,,0,20250410 Ministry of Health,25586158,Request for Proposals,Open Competition,School Based Health Services Model of Care,,20220324,20220426,20220620,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the School Based Health Services Year 9 Health Check Model of Care opportunity. This RFP relates to the purchase of services to develop and implement a model of care for the Year 9 Health Check within School Based Health Services (SBHS). The aim of the service is to develop and implement a model of care based on positive models of youth health and development, which works from a holistic perspective, is based in Te Ukaipo and embedded in the context of a young persons life and relationships. The budget available for this project is $292,000 (exclusive of GST). As the funding is capped the requirement is for the total cost, inclusive of all costs (e.g., labour, disbursements/expenses, AoG Fees, etc.) to be within this funding envelope. This RFP is an open competitive tender process. It is a single step procurement process.",Awarded,,292000,20250410 Ministry of Health,25586396,Request for Proposals,Open Competition,School Based Health Services Workforce Development,,20220324,20220421,20220620,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified respondents to submit a proposal for the School Based Health Services Workforce Development opportunity. This RFP relates to the purchase of services to develop and implement workforce development and support for School Based Health Services (SBHS). The aim of the service is to improve SBHS nurses capability, confidence, and capacity to provide youth specific care to secondary school students. The budget available for this project is $470,000 (exclusive of GST). As the funding is capped the requirement is for the total cost, inclusive of all costs (e.g., labour, disbursements/expenses, All of Government fees, etc.), is to be within this funding envelope. This RFP is an open competitive tender process. It is a single step procurement process.",Awarded,,470000,20250410 Ministry of Health,25637668,Request for Proposals,Open Competition,Cultural Competency Training for the Mental Health and Addiction Workforce Engaging with Diverse Asian Communities and Refugee Communities,,20220404,20220513,20221101,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for two cultural competency training programme/s or modules for the mental health and addiction workforce in relation to: Diverse Asian communities Refugee communities We are ideally seeking services from the best available provider for each of the two types of competency training. Respondents can propose to deliver training to one or both communities listed above. Ideally our preference is to procure services where some materials already exist, and/or delivery processes exist but could be adapted. However we are open to proposals where all materials will need to be developed providing the respondent can demonstrate their ability to develop these materials within a maximum of 12 weeks from contract signing and which can be done within the specified budget. This is a single step procurement process.",Awarded,"The contracts were each awarded to Te Whatu Ora Waitemata, eCALD Services",900000,20250410 Ministry of Health,25659292,Request for Proposals,Open Competition,Christchurch Hospital (Waipapa Building) Tower 3 and Enabling Works Project Main Contractor (CH222),CH222,20220407,20220517,20221031,,Sole Agency,No,Electronic tenders must be submitted using the Procore Tender Tool,"The Ministry of Health (the Ministry) is seeking proposals from suitably experienced and qualified Main Contractors to build a new 13,600 m2 ward tower building on the existing podium of the Waipapa Building (formerly Acute Services Building) at Christchurch Hospital (the Project). The objective of this Request for Proposals (RFP) is to identify a Main Contractor with whom the Ministry intends to enter a Construction Contract (the Contract) based on the Proposed Contract provided. The Successful Respondent will provide the services required to meet the scope in accordance with this RFP and under the Contract (the Services). An independent Engineer to the Contract will be appointed, as will a Project Manager. The Project Manager will perform specific duties of the Engineer as the Engineers Representative. The Project is to be delivered by the Ministry of Healths Health Infrastructure Unit (HIU), with a Governance Board providing oversight. The Canterbury District Health Board (the CDHB) is the key stakeholder. The Ministry have commenced the design of a third ward tower (Tower 3) on the existing IL4 Waipapa Building at Christchurch Hospital, which includes a lift and stair core to the southeast. The Project is currently in the Detailed Design stage (due for completion late April 2022). Please note Part 4 - Contract will be issued as a notice to respondents later this week.",Awarded,,0,20250410 Ministry of Health,25689366,Request for Proposals,Open Competition,Localities Learning and Insights Programme,,20220412,20220519,20220725,,Sole Agency,No,,"As part of the Health System Reforms announced by Cabinet in March 2021, it was decided that Localities will be a key feature of the future health system and provide a vehicle to embed a population health approach and to join up services to enable more seamless care, tailored to the needs of the local population. This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal to partner with Health New Zealand (HNZ) and Maori Health Authority (MHA) in the development of a Learning & Insights Programme (the Programme) for the Locality Programme, focusing initially on the implementation of Locality Prototypes (the Prototypes). The Prototypes will test and create exemplar models that inform national policy in how the locality approach can be applied consistently across the country to deliver equitable outcomes and wellbeing. This includes transformational co-commissioning and funding models between Health New Zealand and the Maori Health Authority, data and digital solutions and new pathways of care driving greater sector and intersectoral integrations. They will also provide clarity on what makes sense to be determined by the local context and environment and what locality provider networks will need in terms of management capacity and capability. The prototypes will be early adopters, but will quickly be followed by the rest of NZ. Hence the learning and insights programme should be scaled to obtain key metrics in additional localities as they come on. Respondents with the capacity to provide either one or all: Kaupapa Maori evaluation methodology Pasifika evaluation methodology Exploring the insight and experience of Maori, Pasifika and other communities in a culturally safe and appropriate manner Experience in collective impact-based, action-orientated, or similar evaluation and monitoring methodology Health economics / economic analysis for cost-benefit analysis Health informatics / intelligence capability for the development of locality dashboards Programme co-ordination",Awarded,"Te Whatu Ora Health New Zealand, Te Aka Whai Ora Maori Health Authority and the Supplier will agree Programme Plans for each year from 1 July 2023 to 30 June 2024 and from 1 July 2024 to 30 June 2025. The new Programme Plans will be added as signed and dated Attachments by variation to this Contract. Further Deliverables and Milestones for the years 1 July 2023 to 30 June 2024 and 1 July 2024 to 30 June 2025 will be documented in the Programme Plans for those years.",1000000,20250410 Ministry of Health,25905653,Request for Proposals,Closed Competition,PSe Payroll Replacement,,20220607,20220628,20221028,,Sole Agency,No,,"The Ministry is seeking a replacement payroll system as the current product Peterborough Software Enterprise (PSe)will be retired by December 2023. The new system must support the Ministrys ability to manage employee data, ensure compliance with employment legislation, provide easy-to-use functionality for manager and employees, with real-time information and dynamic reporting capability. Whilst we require a like-for-like payroll system including the entire work to payment cycle, the new system could offer improvements on current capability.",Awarded,"This project is part of the work the HR Service Delivery team in People and Capability. The Ministry was seeking a replacement payroll system as the current product Peterborough Software Enterprise (PSe)will be retired by December 2023. The new system needed to support the Ministrys ability to manage employee data, ensure compliance with employment legislation, provide easy-to-use functionality for manager and employees, with real-time information and dynamic reporting capability.",0,20250410 Ministry of Health,26967943,Request for Proposals,Closed Competition,Library Application Replacement,,20230217,20230320,20230622,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation for selected suppliers to submit a proposal for the replacement of Lotus Notes Library Application at The Ministry of Health. The Ministry of Health Library is seeking a complete, production ready, Library Management System (LMS) that will provide: an effective, modern, easy to use access point for patrons; that is efficient, relevant functionality for staff; secure data storage; a research tracking tool for our reference staff.",Awarded,,0,20250410 Ministry of Health,27136198,Request for Proposals,Open Competition,Behavioural insights for COVID-19 public health measures in the Aotearoa New Zealand population,,20230323,20230424,20230630,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Behavioural insights for COVID-19 public health measures in the Aotearoa New Zealand population opportunity. This project will select (a) suitably qualified vendor/(s) to conduct behavioural surveillance and mixed-methods research in the Aotearoa New Zealand population. The findings will inform the Ministry of Healths COVID-19 strategies and planning. The objectives of the research projects are to: 1. monitor adherence and attitudes to COVID-19 related public health measures (including testing, reporting of tests, self-isolation, mask wearing, and vaccination) 2. explore drivers of behaviours related to COVID-19 3. quantify the relationship between factors that drive behaviour change and adherence to public health measures. There are two requirements for the overall solution: 1. conduct two repeated behavioural surveys to monitor adherence to public health measures over time, in terms of intention and actual behaviour 2. a mixed method project to explore drivers of COVID-19 related behaviour, and to quantify the impact of barriers and other factors on adherence to public health measures. This would involve initial interviews or focus groups followed by a survey. This RFP is an open competitive tender process. It is a single step procurement process.",Awarded,,293000,20250410 Ministry of Health,27171127,Request for Proposals,Closed Competition,Research into the health and wellbeing impacts of adverse weather conditions,27171127,20230331,20230501,20230614,,Sole Agency,No,,"The Ministry of Health (the Ministry) is seeking to fund research to understand the scope and scale of the health and wellbeing impacts of Cyclone Gabrielle, with a particular focus on rural communities, Maori, Pacific people and disabled people, and the impact on mental health and wellbeing of affected communities. The Ministry is looking for researchers with the capability, experience, and competencies needed to undertake urgent and time critical research involving affected communities. Respondent organisations may submit only one proposal. The Ministry welcomes proposals from a single organisation or a joint proposal involving more than one organisation. We anticipate that proposals will involve researchers from multiple organisations. Funding of $1m (GST exclusive) is available. The project should run from 1 June 2023 to 31 January 2024. Responses will be due by 28 April 2023 at midday.",Awarded,We apologise for the delay in completing this RFx. All notifications and debriefs were undertaken by the Project Team.,1000000,20250410 Ministry of Health,27320682,Request for Proposals,Open Competition,Zscaler Uplift - Managed Service Provider and Software Purchase,,20230502,20230522,20230728,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation for suppliers to submit a proposal for the support and software for Zscaler at The Ministry of Health. The Ministry of Health is looking for a partner who brings with them experience managing network environments that utilise the Zscaler products. In addition to managing our environment, the Ministry is looking to purchase three new Zscaler products; Cloud Firewall, Digital Experience (ZDX) and upgrade to 24x7 Premier Support.",Awarded,,0,20250410 Ministry of Health,27514929,Request for Proposals,Open Competition,Ministry of Heath Website Redevelopment,,20230609,20230717,20231108,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal to provide a solution for the Ministry of Health | Manatu Hauora for its website redevelopment. The Ministry is seeking a professional services and support supplier to migrate, redesign, and support the main public-facing website (health.govt.nz) as we transition to a modern, future-proofed platform. PLEASE NOTE: A briefing for this RFP will be held for potential suppliers at 2pm, Tuesday 13 June. Please email tenders@health.govt.nz by 5pm Monday 12 June to register your attendance. You will be sent an invite for the Teams briefing.",Awarded,,500000,20250410 Ministry of Health,27698929,Request for Proposals,Open Competition,Polynesian Health Corridors Cancer Control Workstream Design,,20230717,20230818,20231116,,Sole Agency,No,,"The Polynesian Health Corridors team (PHC) is a Ministry of Foreign Affairs and Trade (MFAT) funded, Ministry of Health (MOH) managed programme in its third year of strengthening linkages between Aotearoa New Zealand and Polynesian health systems PHC via MoH, is seeking a supplier to deliver a workstream design document for a proposed Cancer Control workstream. The workstream will be jointly designed and owned by MoH and partner countries. MoH will lead the design, management, and delivery of the Cancer Control workstream through PHC.",Awarded,The Ministry thanks all respondents to this tender.,359000,20250410 Ministry of Health,28149673,Request for Proposals,Open Competition,Gambling Harm Research Programme 2023/24 2024/25,,20230921,20231022,20240606,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suppliers to submit proposals for the research programme of the Preventing and Minimising Gambling Harm Strategy (the Strategy) 2023/24 2024/25. Manatu Hauora - Ministry of Health leads the Strategy and its research programme as required by the Gambling Act 2003, Section 317 (2). The research programme aims to provide good quality evidence from data, research, and evaluation to monitor, support, and inform gambling harm prevention and minimisation service delivery, policy, strategy, and operational decisions. It will also help us understand how the wider health and disability system can support the prevention and minimisation of gambling harm in Aotearoa New Zealand. The Ministry is looking for researchers with the capability, experience, and competencies needed to undertake research for one or more research topics outlined in this RFP.",Not Awarded,,0,20250410 Ministry of Health,29335441,Request for Proposals,Open Competition,Evaluation of the Drug and Substance Checking Legislation,,20240503,20240531,20240621,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the Evaluation of the Drug and Substance Checking Legislation opportunity. This opportunity is significant. The evaluation forms a key part in determining the impact of Aotearoa New Zealands (NZ) world leading drug checking legislation on drug harm reduction, with the opportunity to impact and inform policy in NZ and internationally. This evaluation will enable long-term monitoring and evaluation to inform strategic policy and/or legislative changes. Additionally, there is opportunity to inform and contribute to the international evidence base. This evaluation and its findings are likely to engage significant international interest. Please view the attached documentation for further information.",Awarded,,627000,20250410 Ministry of Health,29455924,Request for Proposals,Open Competition,Measures of Pae Ora,,20240522,20240619,20241118,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the measures of pae ora opportunity. The objective of this project is to develop a framework for measuring pae ora (healthy futures) for Maori, in partnership with Maori. The measures of pae ora must be developed through engagement with Maori, reflecting Maori perceptions and aspirations of future health outcomes. The developed measures will be used to monitor how the health system is enabling Maori to achieve their vision of pae ora. Please view the attached documentation for further information.",Awarded,,333000,20250410 Ministry of Health,29897442,Request for Proposals,Open Competition,Evaluation of the Dementia Mate Wareware Action Plan (Objectives two and four),,20240801,20240830,20241130,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the evaluation of components of the Dementia Mate Wareware Action Plan 2020-2025 (the Action Plan) opportunity. The Action Plan has the primary objective to provide equitable, whanau focussed services for people living with Dementia Mate Wareware, their whanau and carers. The focus of the evaluation are components of objective two and four of the action plan: Objective Two aims to support people living with Dementia Mate Wareware and their family and whanau, and care partners/supporters to live their best possible lives. The main component to be evaluated is the Budget 2022 Dementia Mate Wareware Initiative services, 1 seven new services commissioned to deliver post diagnostic support, navigation, and respite to priority populations. Objective Four looks to strengthening leadership and capability across the sector. The main component of the objective being evaluated is the structure and function of the is the Dementia Mate Wareware Governance Ecosystem/ Te Punaha Mana Whakahaere mo te Mate Wareware.",Awarded,The Ministry and Health New Zealand take this opportunity to thank all our respondents to this tender. Merry Christmas and a Happy New Year.,0,20250410 Ministry of Health,30318318,Request for Proposals,Open Competition,Optimal use of medicines research programme 2024/25 2025/26,,20241007,20241104,20250113,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified Respondents to submit a Proposal for the optimal use of medicines research opportunity. The Minister of Health has identified quality of care and access to care as two of his five priorities. Improving optimal use of medicines addresses both quality of care and access to medicines. This project strongly aligns with the Government Priority Statement (GPS) for health. The Ministry of Health (the Ministry) is now seeking to identify and engage suppliers with demonstrated knowledge and experience to appropriately carry out the research which will enable evidence-informed policy to address inequities and the harm that result from sub-optimal use of medicines.",Awarded,Thank you to all respondents to this tender. The tender is now closed.,325000,20250410 Ministry of Housing and Urban Development,22388964,Request for Proposals,Open Competition,Invitation to Partner for the Sustaining Tenancies Service Providers' Panel,,20200302,20200410,20201209,,Sole Agency,No,,"The Sustaining Tenancies service is a prevention programme which provides funding for community-based providers to support individuals and whanau in private or public housing who need help to sustain their tenancy and address any issues that are putting their tenancy at risk. A sustainable tenancy is one that can be maintained successfully by the tenant throughout the life of the tenancy. For this to happen, certain conditions need to be in place; the property needs to be appropriate for their needs, the tenant needs to possess the skills required to maintain their tenancy, and the tenant needs to meet their tenant responsibilities. The Sustaining Tenancies service assists vulnerable tenants to avoid eviction or exiting their tenancy under duress. The programme is led and coordinated by the Ministry of Housing and Urban Development and is currently operational in Auckland, Wellington, Christchurch, Northland, Rotorua, Hamilton, Napier and Hastings. The current programme runs until 30 June 2020, supporting up to 550 households. The existing service has been redesigned with national stakeholders. The redesigned service will support up to 4,650 individuals and whanau in both public and private rental housing over three years from 1 July 2020. Sustaining Tenancies services are based on relationships between people and groups: social/key workers, people accessing services, whanau and their connections, multidisciplinary teams, wider health and social services, communities and advocates. Providers working in ways that acknowledge Kaupapa Maori principles enable the creation of strong relationships between Providers, tenants and HUD.",Not Awarded,"There were no winning responses under this tender number 22388964, the tender was extended under the new tender number 22547082 and the award notice was issued under 22547082. There is no action required from this message which is being sent to you automatically from GETS as a result of an administrative task required to tie off tender number 22388964.",0,20250410 Ministry of Housing and Urban Development,22412495,Request for Proposals,Closed Competition,Property and Provider Management Solution,,20200309,20200409,20201006,,Sole Agency,No,,"HUD wishes to procure, designand implement an integratedsolution to fulfil its operational functions and remove itsreliance off MSD systems. This covers three broad areas: Property and Provider Management(PPM) Enterprise Financial Information Management(including expense management) Enterprise Contract Management HUD is seeking proposals for a full end to end solution that will encompass software, design services, implementation and support.",Awarded,,0,20250410 Ministry of Housing and Urban Development,22546880,Request for Proposals,Closed Competition,Property and Provider Management Solution,,20200416,20200428,20210107,,Sole Agency,No,,"HUD wishes to procure, designand implement an integratedsolution to fulfil its operational functions and remove itsreliance off MSD systems. This covers three broad areas: Property and Provider Management(PPM) Enterprise Financial Information Management(including expense management) Enterprise Contract Management HUD is seeking proposals for a full end to end solution that will encompass software, design services, implementation and support.",Awarded,,0,20250410 Ministry of Housing and Urban Development,22547082,Request for Proposals,Open Competition,Invitation to Partner for the Sustaining Tenancies Service Providers' Panel,,20200417,20200503,20200828,,Sole Agency,No,,"This is an extension of RFxID 22388964 Sustaining Tenancies services as a way of keeping the ITP open longer in recognition of the impact of COVID-19 Alert Level 4 on Housing Support Services, see RFxID 22388964 Addenda. HUD will provide further information and by way of Addenda. The Sustaining Tenancies service is a prevention programme which provides funding for community-based providers to support individuals and whanau in private or public housing who need help to sustain their tenancy and address any issues that are putting their tenancy at risk. A sustainable tenancy is one that can be maintained successfully by the tenant throughout the life of the tenancy. For this to happen, certain conditions need to be in place; the property needs to be appropriate for their needs, the tenant needs to possess the skills required to maintain their tenancy, and the tenant needs to meet their tenant responsibilities. The Sustaining Tenancies service assists vulnerable tenants to avoid eviction or exiting their tenancy under duress. The programme is led and coordinated by the Ministry of Housing and Urban Development and is currently operational in Auckland, Wellington, Christchurch, Northland, Rotorua, Hamilton, Napier and Hastings. The current programme runs until 30 June 2020, supporting up to 550 households. The existing service has been redesigned with national stakeholders. The redesigned service will support up to 4,650 individuals and whanau in both public and private rental housing over three years from 1 July 2020. Sustaining Tenancies services are based on relationships between people and groups: social/key workers, people accessing services, whanau and their connections, multidisciplinary teams, wider health and social services, communities and advocates. Providers working in ways that acknowledge Kaupapa Maori principles enable the creation of strong relationships between Providers, tenants and HUD.",Awarded,,0,20250410 Ministry of Housing and Urban Development,22709470,Request for Proposals,Open Competition,Cleaning Services,,20200522,20200618,20200907,Ministry of Housing and Urban Development,Sole Agency,No,,Cleaning Services required for a Wellington property at 7 Waterloo Quay across three floors for about 320 staff including common areas and bathrooms.,Awarded,,0,20250410 Ministry of Housing and Urban Development,22714972,Request for Proposals,Open Competition,Onsite Managed Services,,20200527,20200622,20200830,Ministry of Housing and Urban Development,Sole Agency,No,,,Not Awarded,decision made not to not outsource and allow HUD time to settle into their new premises.,0,20250410 Ministry of Housing and Urban Development,22829744,Request for Proposals,Open Competition,Security Services,,20200616,20200709,20201008,Ministry of Housing and Urban Development,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Housing and Urban Development,24741251,Request for Proposals,Open Competition,Enterprise Support Services (ESS) Solution,,20210830,20211004,20220114,,Sole Agency,No,,"Te Tuapapa Kura Kainga The Ministry of Housing and Urban Development (HUD) was established in late 2018. As part of establishing HUD, several enterprise support functions were rapidly implemented as an interim solution to allow the agency to commence its day 1 operations until longer-term strategic solutions could be put in place. We are seeking proposals from solution providers for a new enterprise support services (ESS) solution, aligned to the New Zealand All-of-Government common process model for enterprise support services. This new solution should cover business processes for human resources, work health & safety, finance and procurement, which will modernise and optimise HUDs corporate functions. As part of the overall proposal, we are also seeking design and delivery services.",Awarded,,0,20250410 Ministry of Housing and Urban Development,24958372,Request for Proposals,Closed Competition,Enterprise Support Services (ESS) Testing Partner,,20211013,20211029,20220114,,Sole Agency,No,,"As indicated in our email invitation last week, we are now pleased to issue the RFP for an Enterprise Support Services (ESS) Testing Partner to you. Please find attached the following documents: The RFP The RFP Response Form The RFP for an ESS solution (proposals for which are currently being evaluated). Please take note of the timeframes and get in touch if you have any concerns. If you have any issues or questions in relation to the RFP please contact us at procurement@hud.govt.nz.",Awarded,,0,20250410 Ministry of Housing and Urban Development,25036398,Request for Proposals,Open Competition,Transitional Housing Provider Panel - Invitation to Partner (ITP) 2021 - 2025,,20211103,20240327,20240328,Public Housing Supply,Sole Agency,No,Transitional_Housing_Panel_Procurement@hud.govt.nz,"This Invitation to Partner (ITP) is an open invitation to submit an Application to be appointed to the Transitional Housing (TH) Provider Panel. Providers on the TH Provider Panel can be contracted for TH services by Te Tuapapa Kura Kainga The Ministry of Housing and Urban Development. TH provides warm, dry, and safe short-term housing and support services for individuals and whanau who dont have anywhere to live. We need providers with the ability to deliver TH accommodation and support services to individuals and whanau in urgent need of housing while the government and community housing providers increase public housing supply. We are also seeking providers to deliver a new service for TH accommodation and support services specifically for Rangatahi (TH Rangatahi).",Not Awarded,"Due to the number of Transitional Housing (TH) providers on the Panel and availability of future funding for new places we are closing this ITP. For any enquiries in relation to the TH panel please contact: transitional_housing_panel_procurement@hud.govt.nz",0,20250410 Ministry of Housing and Urban Development,25409470,Request for Proposals,Closed Competition,Sustaining Tenancies Additional Iwi Partners and Maori Providers Service Provision,,20220211,20220310,20220420,Public Housing Supply,Sole Agency,No,,"This closed Invitation to Partner (ITP) is an invitation to submit a Proposal for the entry onto the Sustaining Tenancies Service Providers Panel (the Panel), from which members are selected to provide Sustaining Tenancies services. This closed ITP is the second step in a multi-step procurement process. The first step was the Registration of Interest (ROI) process. Providers that met the ROI requirements are now being invited to submit their ITP proposals for evaluation by HUD.",Awarded,,0,20250410 Ministry of Housing and Urban Development,25583111,Request for Proposals,Open Competition,"Single Site Supported Housing Support Service for 139 Greys Avenue, Auckland",,20220323,20220506,20220822,Public Housing Supply,Sole Agency,No,,"This RFP is to identify a preferred provider with the intent of contracting for Single-Site Supported Housing (SSSH) services at 139 Greys Avenue, Auckland. We are seeking a suitable provider or consortia to lead the delivery of a fit-for-purpose service that will enable people to live in a thriving, connected and well-functioning SSSH community. Greys Avenue will be the first site to use the SSSH service model. SSSH is designed to provide long-term sustainable housing solutions with adaptable support systems for individuals and communities.",Awarded,,0,20250410 Ministry of Housing and Urban Development,27058543,Request for Proposals,Open Competition,"Single Site Supported Housing - Rolleston Street, Wellington",,20230313,20230427,20230801,,Sole Agency,No,,"The Ministry of Housing and Urban Development (HUD) is seeking to procure Single Site Supported Housing (SSSH) services from a suitable provider/s to support people living at Rolleston Street, Wellington. The purpose of this document is to detail the plan for procuring this service. Rolleston street is under construction and is expected to open for tenanting towards the end of 2023. Single Site Supported Housing in general is a combination of affordable housing and supportive services designed to help individuals and families use stable housing as a platform for health, recovery and personal growth. It focuses on balancing three distinct components of housing, support services, and property and housing management. Supported housing is targeted towards people with a range of support needs, including those with complex and high levels of social and health needs. Supported Housing is widely used internationally and has a strong evidence base supporting its ability to deliver the level of intensive service and permanent housing needed for people to live well and sustain their homes, especially in the face of their fluctuating need for additional support. However, we recognise that overseas models can be less successful when applied in Aotearoa New Zealand than models that are developed and designed for the Aotearoa New Zealand context Single site supported housing is where tenancies are located within one building or a single area of land, and support services are on-site to support residents 24/7.?Tenants are housed on a long-term sustainable basis, rather than temporarily, and may have low through to high needs for support.?? Support services provided in SSSH can vary according to need and site, but a key factor is that they are not time-bound. Support services can be accessed for as long as tenants need, and flexibility is a built-in feature of SSSH. A tenant may voluntarily change the level and type of support services they access during their tenure, and this is not tied to their housing status within the site. Accessing support services is not a requirement for sustaining the tenancy.",Awarded,,8000000,20250410 Ministry of Housing and Urban Development,27857960,Request for Proposals,Open Competition,Site Management and Commercial Property Management,LfH_SM&CPM_2023,20230809,20230905,20240701,,Sole Agency,No,,"The Land for Housing (LfH) programme acquires vacant or under-utilised Crown and private land thats suitable for residential development. LfH is active throughout Aotearoa New Zealand, working in collaboration with iwi and private developers to increase housing supply through the construction of a mix of affordable, public, and market-priced homes. At present the LfH site portfolio consists of 12 sites across Aotearoa New Zealand with a further seven (7) identified sites which are currently in active discussions in relation to active acquisition. Of the 12 current sites nine (9) are vacant land and three (3) are complex active sites. Some sites are at a varying degree of negotiation stages of a Development Agreement (DA) and / or have Access Licences in place. To assist the LfH team with the day-to-day management of their site portfolio we are seeking the services of suitably qualified, capable organisations with the requisite capacity to deliver the services to a high standard and in line with the Health and Safety at Work Act 2015. The services required are: - Site management activities (pre and active day-to-day), and/or - Commercial tenancy and property management activities.",Awarded,,5000000,20250410 Ministry of Justice,19044686,Request for Tenders,Closed Competition,Whangarei High and District Court: RFT for Main Building Contractors,16013,20171205,20180223,20190822,,Sole Agency,No,,You have been selected to receive the attached RFT documentation as the shortlisted respondents to the Whangarei High and District Court: ROI for Main Building Contractors. Please refer to attached documentation for further details on the RFT. Deadline for questions is 26/01/18 at 1400 hrs. Tender closing date is 08/02/18 at 1400 hrs.,Awarded,,7200000,20250410 Ministry of Justice,19329582,Request for Proposals,Open Competition,Holidays Act 2003 Remediation Calculation,,20171215,20180131,20190820,,Sole Agency,No,,"The Holidays Act 2003 (the Act) sets out the minimum statutory requirements for entitlements and pay for annual holidays and bereavement leave, alternative holidays, public holidays and sick leave (BAPS) for all employees. However, it is widely accepted that the Acts wording is ambiguous and can be interpreted inconsistently, particularly for those on non-standard work hours, for example, rostered workers or part-timers. The project has completed a discovery phase which confirmed the extent and root causes of the Ministrys non-compliance. Following the discovery phase, the project has split into two workstreams: Attain and maintain compliance; and Remediate The first workstream, Attain and maintain compliance, is forward-looking and relates to ensuring that the Ministrys systems comply with the Act in the future. This first workstream is out of scope of this opportunity. The second workstream, Remediate, is backwards-facing and relates to calculating the Ministrys historic liability for the entitlements and pay for annual holidays and BAPS leave for all current and past Ministry employees dating back to April 2009. The objective of this sourcing event is to identify and engage a suitably qualified supplier to support the Ministry to complete the second workstream, Remediate.",Awarded,,315000,20250410 Ministry of Justice,19365018,Request for Tenders,Closed Competition,Cell Safety Programme,1737,20180116,20180214,20190820,,Sole Agency,No,,"This RFT relates to the procurement of main construction contractor services for cell safety upgrades at Ministry of Justice sites across the nation, including the procurement of materials, labour, etc. The Cells Safety programme involves the survey, design and remediation of an estimated 354 cells over 51 Ministry sites nationwide. This RFT is for the remediation of the Cells only. The fixtures, fittings and materials within the cells that have been identified as requiring upgrade/replacement are as follows: ? Institutional doors ? Walls linings ? Floor coverings ? Ceiling linings ? Light fittings/fixtures ? Combi Units ? Seating (bench seating in cells and fixed stools in interview room/s) ? Ventilation grille fixtures ? Sprinkler head fixtures (and possible smoke detection TBC) ? Other scope: Application of non-pick sealant Painting of the cells (with epoxy paint system) Cut down existing privacy screen Institutional door lock salvage and re-use within new doors. The key objectives for this project are: Successful completion of the Contract Works within a stringent timeframe while the courts remain operational. On programme with zero defects No serious harm incidents Minimal disruption to operations achieved by working closely with court management and relevant stakeholders.",Awarded,,20000000,20250410 Ministry of Justice,19445159,Request for Tenders,Closed Competition,Kaitaia District Court maintenance/refurbishment works,18001,20180214,20180307,20190822,,Sole Agency,No,,"You have been selected to receive the attached RFT documentation for the Kaitata District Court maintenance/refurbishment works. Please refer to attached documentation for further details on the RFT. Deadline for questions is 28/02/18 at 1400 hrs. Tender closing date is 07/03/18 at 1600 hrs. The Ministry of Justice requires the services of a main contractor to provide maintenance/refurbishment works to the Kaitaia District Court to prevent further decay of the historic portion of the building and prevent deterioration of the more modern section of the building which is in need of painting to prevent water ingress. The successful contractor will be required to deliver the construction scope of work as quickly, efficiently and cost effectively as possible with minimal disruption.",Awarded,,230000,20250410 Ministry of Justice,19523597,Request for Tenders,Closed Competition,"Wanganui Courthouse Exhibit store, Courtroom 1 and 2 Dock Upgrade Project",,20180312,20180405,20190822,,Sole Agency,No,,"The Ministry requires the services of a main contractor for the exhibit store and courtroom two dock and public gallery security upgrade project at the Wanganui Courthouse. The upgrade is required to address the exhibit store security and the judges and duty solicitors security concerns within courtroom two. The dock and the public gallery bar are to be replaced with glass wall to improve courtroom security. The key objective of this procurement is to upgrade the courtroom two security and upgrade the exhibit store.",Awarded,,138000,20250410 Ministry of Justice,19706525,Request for Proposals,Open Competition,Private Security - Manned Services,,20180509,20180608,20190822,,Sole Agency,No,,"The Ministry of Justice is approaching the market to establish a national contract for the provision of manned security services. We are seeking suppliers who have the capability and expertise to meet our need for private security guards to: Support our existing proprietary guard force (Court Security Officers) within Ministry sites. Perform mobile patrols and alarm response services, predominantly afterhours, for Ministry sites. We are seeking a preferred supplier(s) who can partner with the Ministry to manage our manned service requirements on a nationwide basis.",Awarded,,90000,20250410 Ministry of Justice,19868800,Request for Tenders,Closed Competition,Wellington High Court Front Entrance Project,,20180702,20180724,20190820,,Sole Agency,No,,You have been selected to receive the attached RFT documentation as the shortlisted respondents to the Wellington High Court Front Entrance Project ROI for main building contractors. Please refer to attached documentation for further details on the RFT. Tender closing date is 24/07/18 at noon.,Awarded,,1380000,20250410 Ministry of Justice,20020414,Request for Proposals,Open Competition,Payroll Software as a Service,,20180814,20180918,20190820,,Sole Agency,No,,"This procurement is looking to select a payroll software as a service solution (Payroll Solution) that enables our internal payroll processing team to pay our people. The Ministry is seeking a Payroll Solution that: can accommodate circa 4,500 payees; including the Judiciary and statutory officials; is able to support multiple employment agreements and remuneration arrangements with varying terms and conditions, work patterns and pay cycles with their own set of accounts; is delivered as a service on a subscription basis providing the ability to dial up or down the subscription as the Ministry evolves over time; and supports the Ministrys full compliance with the Holidays Act 2003 and other relevant law and legislation (together Payroll law). The Ministry seeks responses from software as a service suppliers with the skills, capability, capacity and experience to deliver the scope of services required on time and on budget. The solution must have the following design attributes: Provide simple, standardised, automated processes (including workflow), with validation at point of entry and control points clearly defined; Provide a simple, easy to follow user experience which enables self-service with both user interface and documentation presented so it is easily understood; Be designed ready to configure. The Ministry will change existing business processes to minimise configuration and does not want to customise a product or service; Provide for simple Ministry specific configuration to be handled by Ministry employees rather than being dependent on specialist or the Successful Respondents resources; Ensure the security and privacy of Ministry information is maintained and controlled at all times; and Ensure our people are paid on time at all required times in accordance with business rules and Payroll law. Noting the requirement for Holidays Act compliance, a good understanding of New Zealand Payroll Law and a sound track record in the management, on-time implementation and ongoing support of a payroll software as a service solution are essential.",Awarded,,6800000,20250410 Ministry of Justice,22918597,Request for Tenders,Open Competition,Pukekohe Roof Replacement and Sally Port Stair Realignment,,20200703,20200731,20201214,,Sole Agency,No,,"The roof at Pukekohe District Court has reached the end of its life and it requires replacement to prevent further damage and deterioration. Additional to this, the long wheelbase CAN vans cannot fit into the sallyport in its current configuration which is a security risk and needs to be remedied. The roof and gutters are to be replaced, eaves extended, skylights will not be reinstated, and any internal voids are to be made good. Insulation will be installed into the ceiling void where practicable to manage unwanted noise. The existing sallyport steps will be demolished and replaced with stairs re-orientated to accommodate the larger vans. The works will need to be completed outside of business hours to minimise disruption to Court operations. The following is a brief timeline for this procurement: Request for tender issued 3 July 2020 Site visit 9 July 2020 Tender closing date 27 July 2020",Awarded,,0,20250410 Ministry of Justice,22992980,Request for Proposals,Open Competition,External Facilitation of Security Training,,20200720,20200814,20201223,,Sole Agency,No,,"The Ministry is seeking the services of experienced security facilitators, on an as needs basis, to ensure the delivery of comprehensive, consistent, and high-quality security training to our people. The key objectives of this procurement are to: 1. Secure the services of a Panel of up to three experienced suppliers of security facilitators to ensure the delivery of comprehensive, consistent, and high-quality security training to Ministry workers (the content of which is being developed in-house). 2. Establish a strategic partnership with external supplier/s that encourages their collective input and feedback into the content and delivery model. All content will remain the intellectual property (IP) of the Ministry. We have four Pre-Conditions that Respondents must be able to meet: 1. All supplier facilitators working on Ministry sites must agree to complete the Ministry of Justice Form Request for Criminal Conviction History Third Party. 2. Supplier facilitators must be First Aid qualified. Certificates must be provided as part of the RFP Response. 3. Supplier must hold current professional indemnity insurance valued at $5m. Insurance document must be provided as part of the RFP Response. 4. Supplier facilitators (a minimum of two) servicing this contract, must have a minimum of: - 5 years previous experience in a security related occupation (e.g. Police, Corrections, Private Security). - 2 years experience delivering facilitation. Key Dates: RFP Release Date: 20 July 2020 Question Submission Due Date: 5PM 10 August 2020 RFP Submission Due Date: 12PM 14 August 2020",Awarded,,0,20250410 Ministry of Justice,23008425,Request for Tenders,Open Competition,Hamilton Maori Land Court Minor Refurbishment RFT,,20200722,20200817,20201019,,Sole Agency,No,,"The Ministry invites suitably qualified tenderers to respond to this Request for Tender for upgrade works at the Hamilton Maori Land Court. The court is in leased premises which has aged dcor, aged furniture, and the judicial bench requires some modifications to improve the functionality of the courtroom. An overview of the works required is as follows: Remove and replace the existing carpet Modify the judicial bench Reconfigure power and data outlets to support the proposed new furniture layout Installation of new courtroom joinery and furniture A number of documents related to this tender will require you to sign a non-disclosure agreement prior to their release to you as they contain information related to court layouts. Please download and the NDA which is attached to this tender and then email it to emma.hillman@justice.govt.nz in order to obtain the design package.",Awarded,Awarded under $250k,0,20250410 Ministry of Justice,23031181,Request for Tenders,Open Competition,Porirua District Court - Counter Upgrade Project - RFT,,20200803,20200824,20201223,,Sole Agency,No,,"The Ministry of Justice is seeking Contractor Services for the Porirua District Court Counter Upgrade Project. The counter upgrade will address the existing security concerns, whose being poor sight lines, easy intrusion and no restriction to the registry area. The key objective of this procurement is to improve the security for the registry staff. Tenderers must meet the following Pre-Conditions: 1. Tenderer will complete the Ministry of Justice Health and Safety questionnaire provided with the RFT. 2. Tenderer must, for all staff working on site, agree to complete the Ministry of Justice Form Request for Criminal Convictions and Fines History (Contractors) provided with the RFT. 3. Tenderer must hold current public liability insurance valued at a minimum of $10m. 4. Tenderer must agree to provide Financial Information to evidence the tenderers financial security for the project. 5. Tenderer must confirm that it is a registered company on the New Zealand Companies register. 6. Tenderer must confirm that it will keep all documents provided in relation to the project confidential. The Key Dates for this procurement are: Request for tender issued: 3 August 2020 Closing date for tender queries/clarifications: 20 August 2020 Tender closing date: 24 August 2020 Identify preferred tenderer: 11 September 2020 Appoint contractor: 22 September 2020",Awarded,,0,20250410 Ministry of Justice,23383019,Request for Proposals,Closed Competition,Technical Security National Contract,,20210430,20210609,20211008,,Sole Agency,No,,"This RFP relates to the purchase of security services within the technical (proactive repair and proactive maintenance) space across New Zealand. We need to procure technical services in relation to the repair and maintenance of existing access control, CCTV, duress and intruder alarm systems using only Gallagher, Milestone and Axis channel partners. Please note this is a closed tender, you have been specifically selected as both Gallagher, Milestone, Axis channel partners. The terms and conditions to accompany these RFP documents will be released by 10 May 2021",Awarded,,0,20250410 Ministry of Justice,23557602,Request for Tenders,Open Competition,Lift upgrades for Palmerston North DC & Hamilton HC,,20201103,20201127,20210330,,Sole Agency,No,,"This procurement is for the replacement of one lift at both Palmerston North District Council and Hamilton High Court. The key objectives of this procurement are to procure a suitably qualified and experienced installation company to carry out the Ministrys requirements as per our agreed technical specification. Although the two projects are being tendered together, the Ministry may elect to appoint a separate supplier for each project.",Awarded,,0,20250410 Ministry of Justice,23635676,Request for Tenders,Open Competition,Hawera District Court - Roof Replacement Project,,20201117,20201210,20210325,,Sole Agency,No,,"This Request for Tenders is for the upgrade of the roof at the Hawera District Court. The scope of this procurement is for the engagement of a main construction contractor to complete the following works: Replace the original roof cladding with 0.55mm thick corrugated iron that includes all new flashings, ridge caps, valleys, building paper, gutters and downpipes to the front portion of the building. Replace stainless steel gutters and timber roof structure which has areas of rot. Replace the existing flat membrane roof with a new membrane roof and replace any areas of the existing timber structure which is substandard. Replace the rusted skylights. If ceiling space has not been insulated, insulate ceiling space with ceiling batts. Development of a roof maintenance plan for the Ministrys AM/FM provider. The closing date for this tender is 3:00pm, Thursday 10 December 2020.",Awarded,ICL Construction (2016) Limited,0,20250410 Ministry of Justice,24108844,Request for Tenders,Open Competition,Whangarei Maori land court main construction contractor,,20210324,20210423,20210830,,Sole Agency,No,,"The Ministry is procuring a main contractor to provide the construction fit out for all three levels of a leased building at 16 Rathbone Street, Whangarei. The fit out will accommodate the following and can be seen on the attached Developed Design Architectural Drawings: Maori Land Court: Two Judges, courtroom, registry, public reception and research area and historic records Coroners office: Two Coroners and support team National Transcription Services and Te Reo service office for 10-12 staff Multi-purpose courtroom Mediation rooms Auxiliary areas The fit out is required to provide accommodation for the aforementioned services in the new premises Note the site visit has been re-scheduled to Tuesday 30 March at 16 Rathbone Street, Whangarei please email procurement@justice.govt.nz to be allocated a time.",Awarded,,0,20250410 Ministry of Justice,24321422,Request for Tenders,Closed Competition,North Shore District Court Weathertightness Remediation,,20210525,20210622,20210922,,Sole Agency,No,,"You have been invited to complete an RFT as part of the second stage process for this project for which you were successfully short-listed from the ROI stage. The North Shore District Court (NSDC) Weathertightness Remediation Project (the Project) is a construction project, for the NSDC property located at 79 Corinthian Drive, Albany. This procurement process is to engage a main contractor, to complete this construction project. This project is to remediate and create a weather tight building envelope. Due to the intrusive nature of the weathertightness remediation works, seismic remediation works will also be carried out as part of the same project. This project also encompasses replacement of the exterior cladding, window joinery and roof, remediation of moisture damage and structural repairs to improve seismic performance. Due to weathertightness failures the courthouse is in a poor condition and it continues to degrade.",Awarded,,0,20250410 Ministry of Justice,25240272,Request for Proposals,Open Competition,Family Violence and Sexual Violence Response Training Package,,20211213,20220208,20220509,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Family Violence and Sexual Violence Response Training Package contract opportunity. You can find the RFP document as well as Appendix One - Respondent Declaration in the Attachments section.",Awarded,RespectEd Aotearoa and Shine (Safer Homes in NZ Everyday) submitted a Joint Proposal and were successful as the preferred suppliers to produce the Family Violence and Sexual Violence Response Training Package for the Ministry of Justice.,0,20250410 Ministry of Justice,25671654,Request for Proposals,Open Competition,Family Violence and Sexual Violence Clearinghouse Services,,20220408,20220513,20220620,,Sole Agency,No,,"This Request of Proposal relates to the purchase of Family Violence and Sexual Violence Clearinghouse services. The Ministry of Justice (the Ministry) is looking for a provider who has the capability, capacity and expertise to deliver Clearinghouse services on behalf of the Joint Venture to eliminate family violence and sexual violence (www.violencefree.govt.nz). You can find the RFP and RFP Response Form, along with supporting documentation in the Attachments section. Please use the Q+A function if you have any questions.",Awarded,Auckland UniServices have been awarded the contract: Family Violence and Sexual Violence Clearinghouse Services.,0,20250410 Ministry of Justice,25993468,Request for Proposals,Open Competition,Access to Justice Legal Needs Survey,,20220630,20220726,20230112,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the procurement of survey services, finalising and testing a pre-drafted questionaire, conducting fieldwork, analysis and reporting to measure what people are doing (or not doing) about their civil legal issues in Aotearoa New Zealand. The Ministry of Justice (the Ministry) is looking for a New Zealand based market research supplier who has proven experience conducting medium to large scale probability population surveys. You can find the RFP and the Response Form in the Attachments section. Please use the Q+A function if you have any questions. Note that the deadline for Proposals is 12.30pm Tuesday 26 July 2022.",Not Awarded,Solasta Consulting Limited have been awarded the contract: Access to Justice Legal Needs Survey.,0,20250410 Ministry of Justice,26361895,Request for Tenders,Open Competition,Te Puna Hapori Site - Demolition and Asbestos removal,,20220920,20221014,20230207,,Sole Agency,No,,"The Ministry is seeking to appoint a supplier of asbestos removal and demolition services at the future Te Puna Hapori site (former UCOL campus) in Whanganui. This work is required to minimise hazards on the site and clear building platforms for the subsequent construction works to be performed. Respondents interested in being involved in this opportunity should only respond to this RFT if they are able to provide both asbestos removal and demolition services. A site visit will be held on 5/10/22 and preregistration is required for this, please email your company name, names of attendees, roles of attendees, and contact details (phone and email) through to procurement@justice.govt.nz Key Dates: RFT Open - 20/9/22 Site Visit - 05/10/22 Deadline for questions - 7/10/22 RFT Close - 12 noon 14/10/22",Awarded,,0,20250410 Ministry of Justice,26404985,Request for Tenders,Open Competition,RFT- Gore District Court - Roof Replacement,,20220930,20221123,20221215,,Sole Agency,No,,"Gore District Court - Roof Replacement The purpose of this procurement is to engage a main Construction Contractor to replace the existing roof on behalf of the Ministry of Justice at the Gore District court. The key objective of this RFT is to procure suitably qualified and experienced main contract company to undertake the Ministrys requirements as per agreed technical specification. A site visit will be held on 18/10/2022, and pre registration is required for this . Please email your company name , names of attendees, roles of attendees and contact details through to procurement@justice.govt.nz. And we will provide you with details following your registration. Request for tender issued 30 September 2022 Site visit and tender briefing 18 October 2022 11:30 AM to 1:30 PM Tender closing date Noon, 23 November 2022",Not Awarded,,0,20250410 Ministry of Justice,26443279,Request for Proposals,Open Competition,Te Au Reka Digital Courts Case Management Service,,20221010,20221202,20230630,,Sole Agency,No,,"In a major new initiative, the Ministry of Justice (the Ministry) and the judiciary are setting out to modernise the administration of justice through the courts and tribunals of Aotearoa, New Zealand. We intend to procure a new digital integrated case management solution to support modern and effective case management, judicial decision making, court and tribunal management, and online engagement and participation. This solution will touch the lives of all those who access and participate in Aotearoa New Zealands courts and tribunals. This sourcing process provides Vendors with a rare, long-term, opportunity to provide court management technology across almost all jurisdictions nationwide (as opposed to only at state or regional level, as currently seen in many international markets). We are excited to be on this journey and passionate about its success. We see it as an important opportunity for both the Ministry and the judiciary and want a Vendor partner who will be equally proud to be a part of it. This open Request for Proposal (RFP) invites interested Vendors to submit Proposals in the first of our four stage sourcing process for a new digital integrated case management service called Te Au Reka. The full sourcing timeline is detailed within the RFP, with the following key dates (all NZST) for the RFP: Live (online) Question and Answer (Q&A) session, 1pm, 17 October 2022 Deadline for Questions is 12 noon, 21 November 2022 Deadline for Answers is 5pm 25 November 2022 Deadline for Proposals is 12 noon, 2 December 2022 Vendors are encouraged to attend the live Q&A session via Microsoft Teams on Monday 17 October 2022. The session is an opportunity for Vendors to ask questions of a Ministry panel about any matter related to this sourcing process. To attend the Q&A session, you are required to RSVP by 5pm, Thursday 13 October 2022. Please see the RSVP details within the RFP. In addition to the Q&A session, a pre-recorded market briefing will be available from 12 October 2022. The briefing offers an introduction to the Ministry and the judiciary, an overview of why we are procuring a new digital integrated case management solution, including some of our key drivers and outcomes. The briefing also includes some detail around the digital context, commercial information and the RFP process. The market briefing is available via the following link: https://www.justice.govt.nz/justice-sector-policy/key-initiatives/te-au-reka/market-briefing-information",Awarded,"This award notice is for the Scope and Define stage for Te Au Reka only. Once the Scope and Define stage is complete, a further award notice will be published. We estimate the further award notice to be published in or around July 2024. The Scope and Define stage has been awarded to DXC Technology NZ Limited: Level 8, Majestic Centre, 100 Willis Street, Wellington, 6011, NZBN: 9429035677499 Contract Award date: 30th June 2023 Term of the Statement of Work for Scope and Define: September 2023 - June 2024 Expected spend under the Statement of Work for Scope and Define: $6,000,000 Agencys name and address: Ministry of Justice 19 Aitken Street, Wellington",0,20250410 Ministry of Justice,26849748,Request for Proposals,Open Competition,Request for Proposals: Continued Professional Development for the Restorative Justice Workforce,,20230125,20230224,20230630,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the procurement of Continued Professional Development for the Restorative Jutice Workforce. The Ministry of Justice (the Ministry) is looking for a supplier or suppliers who has/have the capability, capacity, and expertise to further the skills of our RJ Facilitators on behalf of the Ministry. You can find the RFP and the Response Form in the Attachments section. Please use the Q+A function if you have any questions. Note that the deadline for Proposals is 11.00pm Friday 24th February 2023.",Awarded,,0,20250410 Ministry of Justice,26849848,Request for Proposals,Open Competition,Request for Proposals: Support Services and Promotion for the Restorative Justice Industry,,20230125,20230224,20230630,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the procurement of Support Services and Promotion for the Restorative Justice (RJ) Industry. The Ministry of Justice (the Ministry) is looking for a supplier or suppliers who has/have the capability, capacity, and expertise to further the skills of our RJ Facilitators and promote RJ on behalf of the Ministry. You can find the RFP and the Response Form in the Attachments section. Please use the Q+A function if you have any questions. Note that the deadline for Proposals is 11.00pm Friday 24th February 2023.",Awarded,,0,20250410 Ministry of Justice,27009276,Request for Proposals,Open Competition,Request for Proposals: FVSV Response Training National Delivery,,20230228,20230329,20230626,,Sole Agency,No,,"This Request for Proposals (RFP) relates to the procurement of Family Violence and Sexual Violence Response Training National Delivery. The Ministry of Justice | Tahu o te Ture (the Ministry) is looking for a supplier or suppliers who has/have the capability, capacity and expertise to manage the delivery of FVSV Response Training to the court-related workforce nationwide. You can find the RFP and the Response Form in the Attachments section. Please use the Q+A function if you have any questions. Note that the deadline for Proposals is midday Friday 24th March 2023.",Awarded,,3800000,20250410 Ministry of Justice,27305777,Request for Tenders,Open Competition,Whakatane / Opotiki District Court Roof Replacements,,20230428,20230721,20231027,,Sole Agency,No,,"We are seeking a Main Construction contractor to carry out roof upgrades at Opotiki and Whakatane District Courts. The courthouse buildings have been clad with corrugated iron roofing with a paint finish. The roof cladding is estimated to be 30-40 years old. The roof fixings are a combination of bright steel lead head-type nails and tek screws. Rainwater gutters and downpipes are a mixture of painted galvanized steel and PVC plastic. Leaks were observed in several locations and both historic and current water damage to interior linings and paintwork is evident. Relocation of HVAC equipment or installation of safety access and maintain plant and equipment, installation of new gutters/ downpipes, and in-ceiling insulation to comply with current building standards may also all be required as part of the works. Opotiki DC is a heritage building, maintained by an archaeological team. It is our duty to protect these historic buildings when any construction is happening.",Awarded,,0,20250410 Ministry of Justice,27408639,Request for Proposals,Open Competition,NZS3916 RFP for Wellington Office Accommodation Refit - Design and Build Main Contractor,,20230518,20230628,20231208,,Sole Agency,No,,The Ministry is looking for a Design and Build Main Contractor refit two to three office accommodation floors within the Wellington CBD. Please download the documents below and complete Annex E (the Non-Disclosure Agreement) to gain access to further information.,Not Awarded,,0,20250410 Ministry of Justice,27508250,Request for Proposals,Open Competition,TE PUNA HAPORI PROJECT MAIN CONTRACTOR,,20230608,20230724,20230908,,Cluster,No,,"Te Puna Hapori, a group representing Tupoho, the Ministry of Justice (MOJ), New Zealand Police (NZP) and the Whanganui District Council releases an open Request for Proposals (RFP) for the construction of a new courthouse, police hub and care facility for Whanganui. The RFP is an opportunity for a suitably qualified, experienced and resourced main contractor to be appointed as the preconstruction contractor (Construction Consultant). You will only be able to access design and specifications information after you have completed and returned the two Non-Disclosure Agreements (NDAs) (i.e., one for MOJ and the other for NZP). You may do this now if you wish. Kindly return the completed NDAs to procurement@justice.govt.nz with subject line: Te Puna Hapori Project: NDA. Key Dates: Deadline to register for Site Visit: 15 June 2023 Site Visit: 20 June 2023 (more info to come) Deadline for Q&A close: 29 June 2023",Awarded,,0,20250410 Ministry of Justice,27512173,Request for Proposals,Closed Competition,Te Puna Hapori - Design and Specifications,,20230608,20230724,20231013,,Cluster,No,,"In conjunction with the main RFP documents released on 08 June 2023, these are just attachments for Design and Specifications. Thanks for your NDAs for the Te Puna Hapori - Main Contractor project. Please if you have any questions or queries, kindly respond to the main RFP document and not here. Please note: - there are 34 files for Courthouse. - there is one file for NZ Police and Facility Centre combined",Not Awarded,N/A,0,20250410 Ministry of Justice,27537678,Request for Tenders,Closed Competition,Auckland District Court Cladding Remediation,P01234,20230615,20230717,20231113,,Sole Agency,No,5 Quetta Street,This RFT is being released to the shortlisted tenderers following the ROI process.,Awarded,,0,20250410 Ministry of Justice,27748602,Request for Proposals,Open Competition,Ministry of Justice Frontline Staff Uniforms & Equipment,,20230811,20230915,20240705,,Sole Agency,No,n/a,"The Court Security Officers (CSOs), Bailiffs, Kaiarahi, and Practise, Training and Improvement (PTI) team roles (collectively referred to as employees) deliver front-line duties that provide safety, security, management, and advice functions integral to the court system. In order to undertake their roles effectively, the Ministrys employees require uniforms and equipment that supports them to appear professional, be easily recognisable, and keep them safe from physical harm. All frontline employees are issued with a uniform on confirmation of their appointment. Bailiffs and CSOs receive the requisite personal protective equipment (PPE) to protect them from attack using edged weapons, spiked weapons, and general physical violence. Having a national provider of the requisite uniforms and equipment will provide improved uniform consistency and quality standards, as well as mechanisms for efficient delivery and replacement. Standardised uniforms and equipment across New Zealands courts and tribunals ensures that our employees are physically protected while maintaining a consistent, recognisable, and professional appearance. The key objectives of this procurement are to: Secure a supplier that is capable of the end-to-end supply, management, and disposal of the products. This includes manufacture/procure, warehousing, logistics, fitting, repairs, and management of end-of-life products. A single supplier with a strong national presence is required to best support the Ministry to streamline processes, manage stock levels, and reduce costs of managing multiple suppliers across regions. We encourage innovative solutions from respondents to enable broader outcomes to be achieved through this procurement. For example, recycling and repurposing used items with the goal of donating appropriate items to a nominated cause. However, your options are not limited to this, and we encourage creativity.",Awarded,"This contract was awarded to two providers. One for Uniform and the other for PPE.",0,20250410 Ministry of Justice,28223454,Request for Proposals,Open Competition,Production and Distribution of Certificates and Licenses for the Private Security Personnel Licensing Authority (PSPLA),,20231004,20231102,20240327,,Sole Agency,No,,"The Private Security Personnel Licensing Authority (PSPLA) issues licences and certificates of approval (COA) to people working in the security industry, and private investigators. The PSPLA is a judicial body that is administratively supported by the Ministry of Justice (the Ministry). The PSPLA issues approximately 13,000 licenses per annum. The licences and certificates either take the form of photo ID cards, called badges in various colours, depending on category type or a digital certificate. Each physical badge is issued to the applicant or business by post or courier with a printed letter. Images of the badges and digital copies of certificates of approval are emailed to the applicant or business. This tender is to find a provider to print and distribute these licenses.",Awarded,,0,20250410 Ministry of Justice,28235960,Request for Tenders,Closed Competition,Manukau District Court Development RFT,,20231006,20231114,20240131,,Sole Agency,No,,"This Request for Tender is being issued to shortlisted respondent following the ROI process. If you would like other individuals within your organisation to access the GETS file, please submit a request through the GETS Q&A function. Please note the site visit has been confirmed for 1pm, Wednesday 11 October at Manukau District Court, 30 Manukau Station Road, Manukau City Centre, Auckland. Please proceed past Security and Kate Wheeler will meet you in the courtyard. Up to three people per respondent may come. Please register names before the site visit using the GETS Q&A function.",Awarded,,0,20250410 Ministry of Justice,28279401,Request for Tenders,Closed Competition,RFT - Tauranga Moana Courthouse project - Main Contractor,001153,20231013,20231108,20240325,,Sole Agency,No,,"On 14 August 2023, the Ministry of Justice (the Ministry) released a Registration of Interest (ROI) inviting suitably qualified suppliers to submit their interest by Registration for the Tauranga Moana Courthouse project. The ROI has been completed, and the Ministry now invites a shortlist of suitably qualified suppliers to tender for Preconstruction Services in relation to the delivery of the new Tauranga Moana Courthouse. This Request for Tender (RFT) is closed competitive tender and second step of a two-staged procurement process for the Preconstruction services. This RFT is the opportunity for a suitably qualified, experienced, and resourced main contractor to be appointed as the preconstruction contractor (Construction Consultant) by the Ministry under a Pre-Construction Services Agreement (PCSA) to provide preconstruction services in relation to the Tauranga Moana Courthouse (Project). The Project comprises: the construction of the new Tauranga Moana Courthouse (Courthouse project); the refurbishment of McLean House (Refurbishment project); and a pedestrian link bridge crossing McLean Street to connect McLean House with the new Courthouse (Link Bridge). All enquiries must be submitted through GETS. PS: we had to split the 100% Preliminary Design report due to the size of it, you will find them as Part 1 and Part 2.",Awarded,,0,20250410 Ministry of Justice,28683216,Request for Tenders,Closed Competition,RFT-Palmerston North Courthouse fit-out project- Main Contractor,,20240112,20240221,20240424,,Sole Agency,No,,"On 4 October 2023, the Ministry of Justice (the Ministry) released a Registration of Interest (ROI) inviting suitably qualified suppliers to submit their interest by Registration for the Palmerston North Courthouse project. The ROI has been completed, and the Ministry now invites a shortlist of suitably qualified suppliers to tender for Main Construction Services in relation to the delivery of the new fit-out works project. This Request for Tender (RFT) is a closed competitive tender and the second step of a two-stage procurement process. The successful respondent will be engaged by the Ministry as the Main Contractor under a NZS3910:2013 Agreement with Ministry special conditions to provide construction services to this project.",Awarded,,0,20250410 Ministry of Justice,28700970,Request for Proposals,Open Competition,RFP for the Delivery of Training and Accreditation for Restorative Justice Facilitators,,20240201,20240229,20240809,,Sole Agency,No,,"This is an opportunity to deliver training and accreditation services for Restorative Justice (RJ) facilitators. RJ facilitators are integral to ensuring quality services that keep all participants safe and supported in the RJ conference. What we need The Ministry is looking for a supplier for the national delivery of the new training and accreditation framework. The contract will commence 1 July 2024. The training and accreditation are currently under development. We will be seeking supplier/s who: have experience in delivering training and accreditation programmes have an understanding of RJ and the sensitive nature of RJ cases that facilitators may be exposed to in their work, including family and sexual violence dynamics are able to deliver the services in a way that responds to the diverse and specific needs of facilitators have a focus on continuous improvement. Please download the Request for Proposals documentation on GETS for further information.",Awarded,,0,20250410 Ministry of Justice,28767444,Request for Proposals,Open Competition,RFP for Restorative Justice Services for South Auckland,,20240212,20240318,20240701,,Sole Agency,No,,"Te Tahu o te Ture / the Ministry of Justice (the Ministry) is looking for a provider or providers who have the capability, capacity, and expertise to deliver adult pre-sentence Restorative Justice (RJ) services (the Service/s) on behalf of the Ministry, for the South Auckland region (three District Courts: Manukau: Pukekohe and Papakura) from 1 July 2024. We are seeking social service provider(s) who: have proven service delivery excellence, and experience in delivering social services have a deep understanding of their hapori/communities and whanau challenges and needs can deliver services that will support victims and offenders throughout the RJ process. We want to work with providers who can demonstrate their connectedness to the community they serve. The providers should embrace tikanga and should be able to demonstrate their capabilities in delivering successful and whanau centric social services. Key objectives for this procurement are: ensure the Service/s are tailored and responsive to the needs of the victims and offenders, and the local community; ensure the provider is delivering a culturally responsive Service/s, and understands the participant demographics of the communities, and are well-connected, or have connections and relationships in place that can support this; and ensure the provider is well supported and can have a positive working relationship, working in partnership, with the Buyer. Please subscribe to this GETS notice to access the Request for Proposal documentation and additional information.",Awarded,,0,20250410 Ministry of Justice,28790689,Request for Proposals,Open Competition,RFP - National Civil Justice Observatory,,20240207,20240319,20240722,,Sole Agency,No,,"The Ministry of Justice is looking to engage a tertiary institution to house a National Civil Justice Observatory. The National Civil Justice Observatory will be to: coordinate reporting of justice sector stakeholders civil justice initiatives, share information between stakeholders, facilitate stakeholder connections, and maintain momentum of the Wayfinding for Civil Justice (Wayfinding), a national strategy on access to civil justice that can be found at https://www.justice.govt.nz/justice-sector-policy/key-initiatives/access-to-civil-justice",Not Awarded,,0,20250410 Ministry of Justice,28990890,Request for Tenders,Closed Competition,Whangarei Flexible Courtroom Fit Out,,20240311,20240402,20250205,,Sole Agency,No,,"The Ministry is seeking to engage an experienced and capable Main Contractor for the provision of delivering a hard fitout of an existing room within the Whangarei Maori Landcourt (MLC). This room is currently an empty shell having the fitout paused during a previous project. Main contractor services including site establishment and management of sub-contractors. o Electrical services o Mechanical services o Wall, floor, and ceiling linings o Installation of any artwork",Not Awarded,"The Ministry has elected to put this project on hold, this RFX has not progressed to contract award.",0,20250410 Ministry of Justice,29321131,Request for Tenders,Open Competition,RFT- Masterton District Court - Bail Room Project - Main Contractor,,20240502,20240606,20240926,,Sole Agency,No,,"We are calling for suitably qualified, experienced, and resourced main construction contractors in the Wairarapa Region to respond to this tender to deliver the works improving the function and security of the Masterton District Court by making some changes to the layout and location of the bail room. The detailed design drawings have been completed, along with the Construction and Tender drawing specifications and appended to this RFT. An application for building consent has been made to Masterton District Council. The indicative start date for this contract is August 2024",Awarded,The Price Band for the awarded contract is $300K-$500K.,0,20250410 Ministry of Justice,29492166,Request for Tenders,Open Competition,Main Construction Contractor for Kaikohe District Court Additional Judicial Chambers,,20240528,20240703,20250205,,Sole Agency,No,,"The Ministry of Justice (the Ministry) is looking for a main construction contractor with a strong track record of successful delivery of complex projects within the Northland region. The respondent must have handled similar projects in a live operational environment. The main contractor should be able to undertake out-of-hours work, have proven capacity and capability, and have experience in sectors that have operational security considerations. Expected start date for this contract an works is mid September 2024.",Not Awarded,"The Ministry has elected to put this project on hold, this RFX has not progressed to contract award.",0,20250410 Ministry of Justice,29509442,Request for Tenders,Closed Competition,(Closed) Main Construction Contractor for Kaikohe District Court Additional Judicial Chambers,,20240530,20240703,20250310,,Sole Agency,No,,"The Ministry of Justice (the Ministry) is looking for a main construction contractor with a strong track record of successful delivery of complex projects within the Northland region. The respondent must have handled similar projects in a live operational environment. The main contractor should be able to undertake out-of-hours work, have proven capacity and capability, and have experience in sectors that have operational security considerations. The expected start date for this contract work is mid-September 2024.",Not Awarded,Procurement cancelled or postponed,0,20250410 Ministry of Justice,29984342,Request for Proposals,Closed Competition,Pilot Panel - Architecture and Design Services,,20240815,20240902,20240927,,Sole Agency,No,,This is a closed RFP under the All of Government Construction Consultancy Services panel.,Not Awarded,"Architectus, Jasmax and WSP have been appointed to the panel across all three regions.",0,20250410 Ministry of Justice,29990610,Request for Tenders,Open Competition,Napier High / District Court Courtroom 2 Refurbishments / Including bundled future opportunities,,20240816,20240911,20241120,,Sole Agency,No,,"The Ministry requires a suitably experienced and competent main contractor to carry out works to the listed projects within the Napier-Hastings Main Contractor procurement bundle starting with the Napier HDC Courtroom 2 Refurbishment project. The Ministry seeks to engage constructively and collaboratively with the main contractor for the duration of this bundled opportunity with a view of achieving value for money and overall efficiencies (delivery, performance, procurement) across all named projects",Awarded,,0,20250410 Ministry of Justice,30228992,Request for Proposals,Open Competition,RFP - Design and Build - Main Contractor for the Papakura District Courthouse Project,,20240919,20241115,20250217,,Sole Agency,No,n/a,"This Request For Proposal (RFP) is an invitation to suitably qualified main contractors to submit a Proposal to be appointed by the Ministry, as the Design and Build Main Contractor for the new Papakura District Courthouse project. The project scope is to construct a new courthouse on a Ministry of Justice owned site at 40 Elliot Street, Papakura. The new courthouse will replace the services provided by the current courthouse operating at 250 260 Great South Road, Papakura.",Awarded,,0,20250410 Ministry of Social Development,19660082,Request for Proposals,Open Competition,Electronic Monitoring and Services,2018.007,20180423,20180608,20190801,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) is approaching the market to establish a national contract for the provision of electronic and monitoring services. We are looking for a supplier who has the capability and expertise to meet our electronic and monitoring needs. The objectives of this procurement are to drive value for money through: Quality service / product fit for purpose Efficiency and effective processes Driving continuous cost and quality improvements throughout the duration of the contract Relationship/s that aligns and adapts to our business needs Flexibility to adapt to the changes in technology and future requirements Assurance that we are compliant with relevant legislation and policies such as Health & Safety, PSR, Significant Service Contracts and industry standards Reporting framework that allows the business to: Build intelligence Provide a base line for future decisions Report to key share service stakeholders Establishment of meaningful quality measures and benchmarking data",Awarded,,1000000,20250410 Ministry of Social Development,19788351,Request for Proposals,Open Competition,Privacy Impact Assessment Services,,20180608,20180702,20190812,Procurement Solutions,Sole Agency,No,,"This is a joint procurement between the Ministry of Social Development (MSD) and Oranga Tamariki Ministry for Children (Oranga Tamariki) to purchase Privacy Impact Assessment Services. We intend to form a closed panel of specialist experts from the privacy community for various projects and initiatives relating to the use of personal information and data across both Ministries. The procurements proposed outcomes are to support growth in both Ministries information privacy maturity through purchasing the services of specialist privacy experts to supplement our existing privacy capability within our Information Privacy Policy & Practice team in MSD and within the Information Management team at Oranga Tamariki. Membership of the panel will not guarantee any volume, or any minimum volume of Privacy Impact Assessment Services. Whats important to us The Ministries are looking for credible providers who have the capability, experience and capacity to deliver Privacy Impact Assessment Services. They need to have a good track record in the delivery of privacy work and personal information risk management. We require trusted privacy advisors who are available to provide their expertise quickly, efficiently and with a high degree of integrity and impartiality.",Not Awarded,"The following suppliers were appointed to the Privacy Impact Assessment Services Supply Panel for three year contract period to 30 September 2021: Axenic Limited Deloitte Hayman Lawyers Info by Design Limited KPMG Meredith Connell Paisley Consulting Limited Two Black Labs",0,20250410 Ministry of Social Development,19843146,Request for Proposals,Open Competition,Employee Assistance and Critical Incident Stress Management Services,2018.003,20180622,20180801,20191210,Procurement Solutions,Sole Agency,No,,"The Ministry wishes to select a preferred service provider for the set up and provision of the Employee Assistance Programme (EAP) and the Critical Incident Stress Management (CISM) Programs. The EAP service is primarily focused on supporting staff, adversely affected by a personal and/or work problem. EAP is also available to a staff members spouse/partner and/or dependent child(ren) where family issues are involved. We are looking for a service provider that offers options for counseling that is mindful of the culturally diverse nature of our organisation and is in tune with those varying needs.",Awarded,Benestar have been awarded this contract for a period of four years with a right of renewal period of two periods of up to two years each. A total potential contract life of 8 years,3200000,20250410 Ministry of Social Development,20206531,Request for Proposals,Open Competition,Opportunity for engagement on a national sexual violence sector support working group,,20180925,20181007,20191031,Service Delivery,Sole Agency,No,CI_Sexual_Violence_Services@msd.govt.nz,"The Ministry of Social Development (MSD) and the Accident Compensation Corporation (ACC) have set up a project to strengthen the national support arrangements for the sexual violence sector. We are seeking suitably interested and experienced sexual violence sector representatives to participate in an independent working group, to define what support the sector requires and to design options (with a recommendation for a preferred option) for the ideal ways for that support to be provided.",Not Awarded,"As a result of the opportunity for engagement, the following members have been selected for the national sexual violence sector support working group: Anjum Rahman, Lesley Ayland, WellStop Susanna Kent, Medical Sexual Assault Clinicians Aotearoa Joy Te Wiata, Korowai Tumanako Tony Chamberlain, Male Survivors Aotearoa Angelo Libeau, Rape Crisis Dunedin Catherine Buckley, Bay of Plenty Sexual Assault Support Service Anne Bateman, Homecare Medical Maggy Tai Rakena, START Rachel Harrison, Giselle Bahr, Te Aro Psychology Gurmeeta Singh, Lisa Lawrence, Safe Families Motueka Nici Curtis, Ta Moko Services and the Psychology Centre Ltd Nicola Paton, New Zealand Family Violence Clearinghouse Ezekiel Robson, Kathryn McPhillips, Auckland Sexual Abuse HELP Christina Faalogo-Lilo, Active+ Letoa Henry Jenkins, Village Collective Stella Gukibau, Tu Wahine Trust",0,20250410 Ministry of Social Development,20304827,Request for Proposals,Open Competition,Building Financial Capability (BFC) Plus,,20181023,20181129,20200807,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (MSD) is running an open and competitive tender to determine the most suitable providers* to deliver the BFC Plus service, in 14 targeted communities in Aotearoa. BFC Plus is a service designed for people, families and whanau with multiple and complex needs that require a higher level of intensive support and intervention. It is a holistic service that acknowledges financial issues are not in isolation of ones wider social needs. BFC Plus will provide a range of specialist financial interventions, support/advice and navigation services through a suitably qualified BFC Kahukura. Provider Breifings will be held between 24 October and 8 November 2018. Go to www.tepapahou.co.nz to see the schedule and to register for the regional hui (hosted by the National BFC Trust).",Awarded,"Procurement process used Open and competitive Request for Proposal with two-stage evaluation process. Date service contract awarded 01 July 2019 Contract term 01 July 2019 to 30 June 2021 Service description BFC Plus is an intensive, holistic service that acknowledges financial issues are not in isolation of ones wider social needs. The goal of BFC Plus is to provide a range of specialist financial interventions, support/advice and navigation services through a suitably qualified Kahukura. The Kahukura support may go beyond the client to benefit the wider whanau, BFC providers and sector or groups of clients with compatible needs.",1200000,20250410 Ministry of Social Development,20641223,Request for Proposals,Open Competition,Youth Development F20 Tender,,20190128,20190222,20191104,Ministry of Youth Development,Sole Agency,No,,"For the 2019/2020 financial year, the Ministry of Youth Development (MYD) is implementing an open tender process for funding totalling approximately $3m in a Youth Development funding stream. The Youth Development funding stream supports the wellbeing of young people (12 to 24 years) via a youth development approach. This is funding for holistic programmes and services that emphasise identity, belonging, connectedness and the strengths of young people. Further information about the Youth Development funding stream is available here: http://www.myd.govt.nz/funding/current-funding.html All applications must be submitted through MYD's SmartyGrants online application process here: https://myd.smartygrants.com.au/",Not Awarded,"For organisations that were offered contracts in relation to this tender, please refer to the first page in the following link: http://myd.govt.nz/documents/funding/f20-funding/final-successful-applicants-from-2019-20-funding-rounds.pdf",0,20250410 Ministry of Social Development,20813875,Request for Proposals,Open Competition,RFP to join the panel of MSD Accredited Medical Alarm Service Providers,,20190308,20190405,20191202,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) funds the costs of Medical Alarm Services to its eligible clients through a Disability Allowance (DA). A medical alarm is a device worn by the client so they can signal the presence of a hazard requiring urgent attention and summon emergency medical personnel. Assistance with Medical Alarms is only provided to people whose General Practitioner has assessed that an alarm is necessary for their normal daily living, without it, the persons life or health would be put at risk or their disability would be aggravated. Once the client has obtained approval from their General Practitioner, they select a supplier of their choice from a panel of MSD accredited suppliers. The scope of the Medical Alarm Service includes the supply of medical alarms, installation, monitoring, maintenance and response to all activated alarm signals at any time 24 hours per day, seven days a week delivered by a supplier. Suppliers are not permitted to upsell other services that will incur additional costs to the client such as tele-health or other valued added equipment/services. All accredited suppliers must be members of the Telecare Services Association New Zealand (TSANZ); an industry body whose quality standards ensure industry members operate to best practice when providing services to the community. All contact via GETS Question facility please. Please do not email your response, use the GETS function.",Awarded,Seven respondents selected to form panel of suppliers,0,20250410 Ministry of Social Development,20824799,Request for Proposals,Open Competition,Youth Enterprise and Entrepreneurship - Programmes and Services F20 Tender,,20190313,20190405,20190729,Ministry of Youth Development,Sole Agency,No,,"For the 2019/2020 financial year, the Ministry of Youth Development (MYD) is implementing an open tender process for funding totaling $600,000 in a Youth Enterprise and Entrepreneurship funding stream. The Youth Enterprise and Entrepreneurship funding stream supports young people (12 to 24 years) to be better prepared for the future work environment through funding strengths-based enterprise education and skills development opportunities. Please visit the MYD website to find out more: http://www.myd.govt.nz/funding/ And read the Funding Guide and the Service Guidelines: Funding Guide: http://www.myd.govt.nz/documents/funding/f20-funding/final-myd-funding-guide-ye-ps-f20.pdf Service Guidelines: http://myd.govt.nz/documents/funding/myd-service-guidelines-f20-final.pdf",Not Awarded,"The following organisations were offered contracts in relation to this tender: Aotahi Limited Bay of Islands Community Centre Association Incorporated Connecting for Youth Employment Creative HQ Limited Hurunui District Council Institute of Awesome Limited Maori Womens Development Inc Niesh Limited Pam Fergusson Charitable Trust Reframr Limited Regent Training Centre Limited Starfish Social Services Trust Startup Dunedin Te Karanga Charitable Trust Te Wananga o Aotearoa The Kaikoura Education Trust",0,20250410 Ministry of Social Development,20991104,Request for Tenders,Closed Competition,RFT for the Appointment to the Employee Health Management Service providers Syndicated panels,,20190503,20190530,20200127,Procurement Solutions,Syndicated Opportunity,No,,"The RFT for Appointment to the Employee Health Management Service providers Syndicated panels which follows on from the ROI released in February 2019. The final panel list is: 1. ACC claims management 2. Workstation assessments 3. Flu and other vaccinations for staff 4. Eyesight and hearing tests 5. Alcohol and drug testing 6. Mental Health promotion and education services 7. Mental Health clinical support services 8. Skin cancer screening 9. Health Promotion 10. Health Testing and monitoring 11. First aid training To complete a tender response Respondents must: complete the appropriate questionnaire(s) online in full (links attached in the RFT document) and get 3-5 customers who are receiving similar services to complete the customer Satisfaction survey (link attached in the RFT document).",Awarded,"The initial Employee Health Management services 12 panels (ACC claims management, Alcohol and drug testing, Eyesight Tests, First aid training, Flu and other vaccinations for staff, Health Promotion, Health Testing and Monitoring, Hearing tests, Mental Health Clinical Support, Mental Health promotion and education services, Skin Cancer Screening, Workstation Assessments) are made up of 23 providers. These panels are open panels and will be open for suitably qualified providers to submit their information to join every May, with the Service start date of 23 August.",0,20250410 Ministry of Social Development,21012391,Request for Proposals,Open Competition,Better Every Day Associates Services,,20190508,20190607,20200204,Procurement Solutions,Sole Agency,No,,"The Better Every day (BED) team started at the State Services Commission (SSC) in 2014. The team is now hosted by the Ministry of Social Development. MSD, as host agency, is inviting qualified suppliers to be Associates to the BED programme to work with us to support and supplement the current BED Team. MSD is forming an open panel of Associates drawn from the All of Government Consultancy Services panel and also non-AoG panel suppliers. This will enable us to assess potential Associates where the number of suppliers with required skills and experience is limited. Associates may be added at any time providing they meet our criteria. We require a panel of BED Associates who can meet our requirements. The key objective of this procurement is to form an open panel of specialist experts for various Ministry BED projects and initiatives. The procurements proposed outcomes are to build sustained leadership capability to meaningfully improve services to New Zealanders. Sustained: creating a lasting effect, rather than carrying out one-off exercises or projects. Meaningful: the customers of a service experience a significant shift in performance, for their needs. There will be no guaranteed minimum level of business for any Provider. We will be guided by the Government procurement principles and MSD internal procurement guidelines to ensure good procurement practice. Given the potential number of Providers to be selected for the panel, approved secondary procurement processes will be used to engage Provider services. For more information on how to respond please subscribe to this listing and download the RFP documents.",Not Awarded,"The following respondents were successful and awarded contracts: Munro Consulting, Vanguard NZ Ltd, Belvedere Advisory Ltd.",0,20250410 Ministry of Social Development,21117832,Request for Proposals,Open Competition,"Te Ara Awhi Rito, Te Tuhononga Papori",NTHL 20-0001,20190606,20190703,20190903,Service Delivery,Sole Agency,No,Northland_Tenders@msd.govt.nz,"MSD seeks to engage providers to undertake delivery of the Te Ara Awhi Rito, Te Tuhononga Papori programme in Northland from 1 October 2019 to 30 September 2020. The aim of Te Ara Awhi Rito, Te Tuhononga Papori programme is to assist young people aged 18-24 years currently in receipt of income, assistance in personal growth. This will be done through acknowledging these needs, supporting youth clients to take ownership of and plan a way forward around complex social and personal issues with a view to ultimately being better equipped to prepare for education, training, or prepare for and achieve sustainable employment. MSD is seeking providers with proven experience in providing wrap-around social and personal development management to youth clients with multiple and often complex social and personal needs. They should have the ability to provide a service that addresses clients individual needs and circumstances to support youth clients towards developing an individual plan that will identify and address issues such as (but not limited to) drug and alcohol, mental health, behavioural problems, social isolation, cultural connectedness, resilience, economic obstacles, housing needs, time and self-management. Successful providers will have a good understanding of the challenges youth clients with complex issues face and proven experience in delivering wrap-around social and personal development management. Successful providers will identify a varied approach to providing this service, identifying various methods and activities that would be provided.",Awarded,"We are pleased to advise that the following providers have been successful for the provision of services for the HPT Te Ara Awhi Rito, Te Tuhononga Papori programme. We look forward to our successful providers working with our youth on this innovative programme. We appreciate the amount of work and effort that goes into this process and thank all providers for submitting tenders.",981500,20250410 Ministry of Social Development,21197911,Request for Proposals,Open Competition,Employment Placement Service for Maori,MSD 2020.CTBR.EPS.02,20190627,20190723,20191129,Service Delivery,Sole Agency,No,"PO Box 5588, Papanui, Christchurch 8542","MSD seeks to engage providers to undertake delivery of the Employment Placement Service (EPS) programme in Canterbury Region from September 2019 to 30 June 2021 specifically for people of Maori descent. The aim of the Employment Placement Service is to assist clients to prepare for and achieve sustainable employment. MSD is seeking providers who can evidence having successfully delivered employment services through which participants of Maori descent have achieved sustainable employment outcomes. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible. Successful providers will have a good understanding of the barriers to employment that people of Maori descent face, good employer networks and strong relationships with other organisations in the community that can help provide further support to clients as they enter and remain in employment.",Not Awarded,No submissions were considered strong enough to be awarded a contract for this.,0,20250410 Ministry of Social Development,21198002,Request for Proposals,Open Competition,Employment Placement Service for Clients in Receipt of Sole Parent Support Benefit,MSD 2020.CTBR.EPS.03,20190627,20190723,20191129,Service Delivery,Sole Agency,No,"PO Box 5588, Papanui, Christchurch 8542","MSD seeks to engage providers to undertake delivery of the Employment Placement Service (EPS) programme in Canterbury Region from September 2019 to 30 June 2020 specifically for clients who are in receipt of Sole Parent Support benefit. The aim of the Employment Placement Service is to assist clients to prepare for and achieve sustainable employment. MSD is seeking providers who can evidence having successfully delivered employment services through which participants, who are Sole Parents whose oldest child is aged under 14 years, have achieved sustainable employment outcomes. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible. Successful providers will have a good understanding of the barriers to employment that people face, good employer networks and strong relationships with other organisations in the community that can help provide further support to clients as they enter and remain in employment.",Not Awarded,No submissions were considered strong enough to be awarded a contract for this.,0,20250410 Ministry of Social Development,21651433,Request for Proposals,Open Competition,Office for Seniors: RFP Digital Literacy Training for Seniors,OSS 2019.004,20190923,20191021,20200312,Procurement Solutions,Sole Agency,No,,"The Office for Seniors is seeking to engage providers to deliver Digital Literacy Training for Seniors for up to three years. This is to ensure seniors have the appropriate skills and knowledge to benefit from the digital world, and to keep up with the change of technology. Seniors are consistently among the most digitally excluded group and while the use of technology among seniors is growing, this is still falling with age. For seniors to benefit from the digital world, they need more than basic computer skills. They need to know how to use different technologies/devices, connect to the internet in different ways, and carry out online activity and services safely with trust and confidence. We are seeking Respondents who have the capability, experience and infrastructure to deliver quality digital literacy training for seniors. They can also reach diverse groups of seniors, including Maori, Pacific, and other ethnic groups using a people-centred approach to meet their diverse needs and can start delivering the service from February 2020 for a period of up to three years. We expect the service to be delivered nationwide. Respondents can provide services either nation-wide or regionally but must be able to demonstrate community connectedness in any area they apply for. The Government has allocated $600,000.00 to provide Digital Literacy Training for seniors over three years. The total funding available is set at $100,000 for 2019/20, and $250,000 for the next two years.",Not Awarded,"The Digital Literacy Training for Seniors contract was awarded to The 2020 Communications Trust and Digital Inclusion Alliance Aotearoa The commencement date was: 2 March 2020 to 30 June 2022. The value of the contract is a total of $600,000.00 Term of the contract is up to a period of three years.",0,20250410 Ministry of Social Development,21847927,Request for Proposals,Open Competition,Waikato Employment Placement Service,MSD 2020.WKTO.EPS.01,20191025,20191121,20200204,Service Delivery,Sole Agency,No,,"MSD seeks to engage providers to undertake delivery of the Employment Placement Service (EPS) programme in Waikato Region from January 2020 to 30 June 2020. The aim of the Employment Placement Service is to assist clients to prepare for and achieve sustainable employment. Waikato Region is seeking proposals that are aimed at placing clients into sustainable employment, further education or work-related training. The Service will be delivered to clients from all Waikato Region Service Centres. Participant referrals to the service will have been assessed by Waikato Region Service Centres as either: 1. Full-time work obligated (defined as needing to achieve at least 30 permanent hours employment per week) OR 2. Part-time work obligated (defined as needing to achieve between 15-29 permanent hours employment per week) OR 3. Work preparation obligated who have indicated availability and willingness to engage. The service will support participants into employment, training or education that results in an exit from benefit. Participants will receive expert and innovative tailored support, employment related training and up skilling that will successfully assist them to exit benefit. Once employment is achieved both the client and employer will receive intensive pastoral support for up to 182 days. During this time the Provider will support the needs of both the client and the employer, where appropriate to create a sustainable employment outcome. The Service will identify participants needs and barriers and wherever possible meet those needs through use of an overhead costs fund for participants and administer reimbursement of travel payments for participants.",Awarded,6 suppliers have been successful in the award for this service.,1159500,20250410 Ministry of Social Development,21979845,Request for Proposals,Open Competition,Request for Proposals for Education to Employment Brokerage Service,,20191122,20200110,20200921,Procurement Solutions,Sole Agency,No,,"The requirement is for an Education-to-Employment Brokerage (EEB) service aimed at secondary school students to enable them to consider vocational education as a pathway into employment. - Twenty (20) brokerage positions will be established across the eleven regions. - Suppliers can tender for one or multiple regions and varying numbers of Vocational Coordinators in each location noting MSD when evaluating proposals will ensure there is coverage in all 11 regions. - MSD will fund each provider $290,000 (ex GST) per 1 FTE position to provide Education-to-Employment Brokerage service for the period 2 March 2020 through 28 February 2022. - The form of contract will be a MBIE outcome agreement noting a high evaluation weighting has been given to acceptance of proposed tender T&C to facilitate prompt contract establishment to meet deadlines. To enable the Project Team to plan our evaluation resources and timetable, Suppliers considering responding to this tender are asked to complete and submit the provided Notice of Intent to Respond to stephen.moore017@msd.govt.nz by 12 December 2019. - Note 1 - Submission of a Notice of Intent to Respond does not commit Suppliers to responding to this RFP. - Note 2 Suppliers who do not submit a Notice of Intent to Respond are still able to submit an RFP response prior to the closing date.",Awarded,"Awarded to SMART TRADE SOLUTIONS Ltd - joint venture with Tai Tokerau Training Ltd Northland, Okaihau - Kawakawa Kaikohe, Whangarei 2 Vocational Coordinators Auckland Regional Chamber of Commerce & Industry (Inc) Auckland, North, Central and South Auckland 3 Vocational Coordinators Te Wananga o Aotearoa Te Kuratini o Nga Waka Waikato Hamilton 1 Vocational Coordinator Rotorua Community Youth Centre Trust Bay of Plenty Rotorua 1 Vocational Coordinator Priority One Western Bay of Plenty Inc Bay of Plenty Tauranga 1 Vocational Coordinator Ag Challenge Ltd Taranaki Taumarunui Ohakune Taihape, Whanganui 2 Vocational Coordinators Eastern Institute of Technology (Te Aho a Maui) Ltd East Coast Hawkes Bay 1 Vocational Coordinator Eastern Institute of Technology (Te Aho a Maui) Limited East Coast Gisborne 1 Vocational Coordinator Talent Central Central Palmerston North 1 Vocational Coordinator Hutt Valley Chamber of Commerce Wellington Lower Hutt 1 Vocational Coordinator Elite Management School (EMS) Wellington City 1 Vocational Coordinator THE MARLBOROUGH CHAMBER OF COMMERCE INC Nelson Blenheim 1 Vocational Coordinator Economic Development Association of New Zealand - Nelson Regional Development Agency Nelson 1 Vocational Coordinator Motivationz Canterbury Christchurch 1 Vocational Coordinator Economic Development Association of New Zealand - Aoraki Development & Promotions Ltd Canterbury Timaru 1 Vocational Coordinator The Otago Chamber of Commerce Incorporated Southern Dunedin 1 Vocational Coordinator = Total of 20 Vocational Coordinators",6000000,20250410 ,,,,,,,,,,,,,,,,, Ministry of Social Development,22012800,Request for Proposals,Open Competition,Outbound Call Service for Family Violence (Low Risk Referral - Waikato),,20191129,20200109,20200618,Service Delivery,Cluster,No,n/a,"Outbound Calls - Provision of a Low Risk Response for referrals from the Integrated Safety Response (ISR) Operations Team. The purpose of the service is for operators to make phone contact with clients in the Waikato District, who have been referred from the Safety Assessment Meetings as lower risk victims of family violence. This may include: - Seeking to engage (minimum of four attempts within a month) - Brief screen prior to safety planning - Information packs (where appropriate) - Prevention planning - Ensuring the needs of child witnesses of family harm are met - External referral (if required), and - Follow up phone call four weeks later. It is expected that operators will: - assess the risk (following the incident); or - refer to a face to face service; or - refer back to the SAM table due to the current risk factor. Operators must be competent and experienced and have the necessary skills and abilities to cold call and engage with whanau on a personal level. The clients safety is paramount therefore, operators must have the skills and empathy to ask challenging questions.",Not Awarded,"****CONTRACT AWAREDED**** Successful provider: Homecare Medical (NZ) Limited Partnership Date published: Friday 29 November 2019 Purchaser: Ministry of Social Development Procurement process used: Open Request For Proposal Date service contract awarded: 17 April 2020 Term of the Contract: 1 year and four months Service contract value: $450,000 Service description: Integrated Safety Response (ISR) Project - Outbound Calls - Provision of a Low Risk Response (LRR) for referrals from the ISR Operations Team.",0,20250410 Ministry of Social Development,22324241,Request for Proposals,Open Competition,Research Services for the Growing Up in New Zealand Study: Data quality and documentation review,,20200219,20200323,20200706,Procurement Solutions,Sole Agency,No,,"Growing Up in New Zealand (GUiNZ) follows the lives of around 6800 children born in the Auckland region in 2009 and is New Zealands largest multidisciplinary birth cohort study. The study is run by the University of Auckland with funding from the Ministry of Social Development (MSD). To inform potential future contracting arrangements for the GUiNZ study, Government requested the establishment of an Independent Review Programme to investigate various aspects of the study. As part of this programme, the GUiNZ Steering Group has commissioned a review of the underlying measures used within the study and the supporting documentation that researchers need to understand and use the data effectively. The wider context for the review is informed by the first independent review programme report successfully delivered by the University of Queensland in December 2018. The first independent review investigated the optimal timing and design of future waves of data collection. MSD is therefore seeking an independent research provider to undertake this second independent review, as commissioned by the GUiNZ Steering Committee, investigating data quality and documentation.",Not Awarded,"The successful supplier for this ""Research Services for the Growing Up in New Zealand Study: Data quality and documentation review"" tender was Allen+Clarke.",0,20250410 Ministry of Social Development,22340330,Request for Tenders,Open Competition,Youth Mentoring Services Panel,,20200221,20200316,20201215,Service Delivery,Sole Agency,No,,"MSD is setting up a panel of providers of Youth mentoring services throughout New Zealand to support some of our youth clients. The panel will be open for providers (who meet the criteria) to join every 6-months. The mentoring services will be youth led, in that our youth clients will choose the mentor and type of mentoring service they would like, as opposed to the current mentoring programmes, where a mentor is allocated. The mentoring services engagement with our young people will be offered for one year initially, with the flexibility to be able to meet as often as needed, using the form of communication they wish at any specific time. For example, the communication could be face to face, via phone or txt or via some other digital channel that works for them. This Request for Tender (RFT) process will be a single-stage Pass/Fail process. Respondents are only required to complete the RFT Response document attached the supporting information required to prove you meet the criteria accept the Terms and condition of the attached Outcomes Agreement for your response to be assessed as a Pass. All respondents who are assessed as a Pass will be included in the panel. Please subscribe to this notice to download the full RFT document and the response form.",Not Awarded,"As a result of COVID-19, MSD has re-assessed its Youth Mentoring needs and as a result has chosen to withdraw this tender.",0,20250410 Ministry of Social Development,22788852,Request for Proposals,Open Competition,Employment Placement Services - Taranaki 2020,MSD 2020.TRNK.EPS.01,20200610,20200708,20200803,Service Delivery,Sole Agency,No,,"MSD seeks to engage providers to undertake delivery of Employment Placement Services (EPS) in the Taranaki Region specifically for clients in the Whanganui and Marton areas from August 2020 for two years. MSD is seeking proposals from providers to undertake the delivery of bespoke services individualised for Work and Income clients to quickly prepare, place and then to maintain them in suitable and sustainable employment. MSD is seeking providers with proven experience in providing successful employment placement services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into suitable and sustainable employment as quickly as possible. These services should be tailored to the clients individual needs with the ability to facilitate and establish linkages with community and professional organisations that offer diverse services. Successful providers will have a good understanding of: Work and Income clients and the barriers they may face to gain employment, opportunities in the labour market and have strong employer networks and relationships with other organisations in the community that can help provide further support to clients as they enter and remain in suitable and sustainable employment. Providers will have proven experience in achieving employment outcomes.",Awarded,,648750,20250410 Ministry of Social Development,22834182,Request for Proposals,Open Competition,Employment Placement Services - Northland 2020,MSD NTHL-21-0001,20200619,20200724,20200901,Service Delivery,Sole Agency,No,,"MSD seeks to engage providers to undertake delivery of the Employment Placement Service in Northland Region. The aim of the Employment Placement Service is to assist clients to prepare for and achieve sustainable employment. MSD is seeking providers with proven experience in providing successful employment placement services to clients. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible. Successful providers will have a good understanding of the challenges clients face, proven experience in delivering employment services, good relationships with industry, employer networks and strong relationships with other organisations in the community that can help provide further support to clients as they enter and remain in employment. Successful providers will identify a varied approach to providing this service, identifying various delivery methods and approaches that would be provided. Successful providers will be able to provide a service that is adaptable / able to deliver remotely should we experience another event such as the Covid-19 lock down, and be able to demonstrate how.",Awarded,,1458000,20250410 Ministry of Social Development,22923966,Request for Proposals,Open Competition,Northland Te Ara ki Mua (The Pathway Forward),MSD NTHL-21-0002,20200706,20200817,20200922,Service Delivery,Sole Agency,No,,"MSD seeks to engage providers to undertake delivery of the Te Ara Ki Mua (The Pathways Forward) service in the Northland Region. The aim of the Service is to assist Work and Income clients initially to take ownership of and plan a way forward with any personal, health and social issues, provide increased motivation, self-confidence and improve the lives of participants with support for health, cultural links, and community connectedness, with the end goal of moving into sustainable work. MSD is seeking providers with proven experience in providing personal, social and cultural development programmes as well as employment preparation and placement services to clients. They should have the ability to deliver the programme through a Maori cultural lens. The ability to provide a service that empowers individuals and encourages them to take ownership of their future through the health of themselves and their whanau, community connectiveness and work. Successful providers will have a good understanding of the challenges Work and Income clients face, proven experience in delivering employment services, good relationships with industry, employer networks and strong relationships with other organisations in the community that can help provide further support to clients as they prepare for, enter and remain in employment. Successful providers will identify a varied approach to this service, identifying various delivery methods and approaches that would be provided. Successful providers will be able to provide a new method of delivery a mix of delivery styles and innovative technology savvy, flexible, motivational and agile methods of delivery for our programmes. Successful providers will be able to adapt to deliver remotely should we experience another event such as the Covid-19 lock down, and be able to demonstrate how.",Awarded,Thanks everyone for their time in submitting responses for this service.,280000,20250410 Ministry of Social Development,23106844,Request for Proposals,Open Competition,Provision of a Customer Communications Management platform,,20200812,20200910,20220512,Procurement Solutions,Sole Agency,No,,"What we want The Ministry of Social Development is interested in procuring a Customer Communications Management (CCM) platform and in understanding the potential benefits of such. To that end we are seeking proposals from vendors of CCM products to provide their solutions and any case studies or references they have available. We have compiled a list of functional and non-functional requirements and we are interested in additional features a solution might provide that support or enhance this list. Any solution must be scalable; the intent is to replace one of our current composition engines (ECS) first with the least possible impact and introduce increasing levels of functionality over time. This will require a supplier to come on a journey with MSD as we progressively adopt new functionality and retire existing capability. What we dont want We do not want theoretical proposals about abstract or speculative approaches to providing a Customer Communications Management System. Nor are we looking for a development proposal as our strategic direction is for Commercial Off the Shelf (COTS) solutions either on-premise, in the cloud or as a service.",Not Awarded,"A. Awarded to Open Text Ltd B. Contract/s was awarded on 12 May 2022 C. The initial term of the Contract SOW is 60 months D. Expected spend under the contract/s , $4M plus including implementation",0,20250410 Ministry of Social Development,23196377,Request for Proposals,Open Competition,"Health Condition, Injury and Disability Employment Placement Service Nelson Region 2020",MSD 2020.NELS.HCIDEPS.01,20200828,20200923,20210127,Service Delivery,Sole Agency,No,,"MSD is seeking providers with proven experience in providing successful employment placement services, particularly for clients with health conditions, injuries or disabilities. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into suitable and sustainable employment as quickly as possible. These services should be tailored to the clients individual needs with the ability to facilitate and establish linkages with community and professional organisations that offer diverse services. Successful providers will have a good understanding of Work and Income clients and the barriers they may face to gain employment opportunities in the labour market and have strong employer networks and relationships with other organisations in the community that can help provide further support to clients as they enter and remain in suitable and sustainable employment. Providers will have proven experience in achieving employment outcomes.",Awarded,One provider has been awarded this contract. We thank all organisations for their commitment of time and effort in the submission of proposals for this service.,233280,20250410 Ministry of Social Development,23227366,Request for Proposals,Open Competition,Elder Abuse Response Services in the Marlborough Region,,20200903,20200929,20210630,,Sole Agency,No,,"The Ministry of Social Development is seeking to appoint a suitably qualified provider to deliver Elder Abuse Response Services (EARS) in the Marlborough region for approximately a term of two years and nine months. EARS responds to the immediate needs of people aged 65 and over (older people) who are experiencing, or at risk of experiencing (or perceived to be experiencing), abuse and neglect. EARS has a primary focus on intervention. This looks like providing direct assistance for older people experiencing, or at risk of experiencing, abuse and neglect. These interventions need to be culturally responsive, particularly to Maori, Pasifika peoples, and migrants. EARS also have a focus on preventing re-victimisation of older people experiencing abuse or neglect. More information regarding this opportunity is contained in the Request for Proposals and attached documentation. All submissions should be sent via email to socialprocurement@msd.govt.nz",Awarded,,0,20250410 Ministry of Social Development,23231175,Request for Proposals,Open Competition,Advisory and process automation technology solution RFP.,,20200904,20200930,20210520,Procurement Solutions,Sole Agency,No,,"MSD is looking to expand their existing toolkit with a Robotics Process Automation (RPA) solution that offers tasks and processes automation to assist with unexpected and expected peaks in demand, by reducing the time it takes for our staff to complete jobs by decreasing the number of high volume and low value repetitive tasks, freeing up time for our staff to complete more jobs that provide a higher value to our clients. MSD needs not only the technology solution but also a supplier(s) who are leaders in process automation to assist us with embedding a supporting capability and advises where there might be opportunities where automation will offer efficiencies by reducing repetition of tasks in our business processes",Not Awarded,MSD will not be be completing the Advisory and process automation technology solution RFP due to changing business priorities.,0,20250410 Ministry of Social Development,23278562,Award Notice,Open Competition,Whanau Resilience family violence services - Award Notice,,20190215,20191031,20200914,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (MSD) is seeking to commission providers to participate in the co-design and delivery of Whanau Resilience services. The service will be nationally procured and regionally designed to enable family violence service providers to offer long-term support that is flexibly available for whanau to establish or re-establish a life free from violence, and become resilient to the patterns of behaviour that can lead to violence.",Awarded,,77000000,20250410 Ministry of Social Development,23282540,Request for Proposals,Open Competition,Career Support for Creatives,CSCJ062020,20200915,20201009,20210223,Service Delivery,Sole Agency,No,,"Career Support for Creatives is a new career support initiative. Intended as a niche career service tailored to the creative sector, the aim of this service is to support both creative jobseekers (whether or not they are in receipt of a benefit) and established creative sector workers affected by the impact of COVID-19. Services will provide different levels of support, depending on client need ranging from light touch support (e.g. attendance at workshops, regular check-ins with the service provider) through to more personalised one-on-one intensive support, potentially for a longer period. This new initiative will include opportunities for participants to develop key skills in areas such as networking (including linking to employment opportunities), business management, contract negotiation, marketing and applying for funding. Disciplines covered by this service will include, but not limited to: Visual Arts Literature Craft and object Art Music, including contemporary music Dance Community arts Theatre (including circus arts) Film, television and media Nga toi Maori Pacific heritage arts Inter-arts/multi-disciplinary arts",Awarded,"Three contracts have been awarded for the Auckland region, one in Waikato and one in Nelson. Thank you to all organisations that responded to the Career Support for Creatives tender, we appreciate the commitment of time and effort in the submission of proposals.",3723000,20250410 Ministry of Social Development,23443000,Request for Proposals,Open Competition,Optical Goods and Services,MSD 2020.001,20201012,20201112,20210707,Procurement Solutions,Sole Agency,No,,"MSD are seeking responses from credible and capable Providers to comprise a panel of Preferred Supplier(s) for the provision of Optical Goods and Services. This is a return to market to engage with respondents to deliver Optical Goods and Services nationally, regionally and or locally for an initial minimum period of three (3) years with renewal options. MSD is actively encouraging local participation, particularly where we have identified current service gaps. Service gaps exist in Waiheke, Whitianga, Otaki, Greymouth and Kaikoura. Additionally, we are interested in developing relationships with supplier partners that have core values and principles consistent with MSDs purpose and principles. Our Purpose We help New Zealanders to be safe, strong and independent. Manaaki Tangata, Manaaki Whanau Our Principles All own what we all do Take responsibility for what we do Understand our role in the big picture, who can help us and who we can help Navigate through ambiguity and the opportunity it brings to create better ways of doing things Act with integrity, courage and transparency, and Celebrate our achievements and those of our clients. MSD defines Optical Goods as: spectacle frames; spectacle lenses; ready to wear spectacles; spectacle protection cases; spectacle care products; MSD defines Optical Services as: Eye examinations; Fitting of spectacle frames and spectacle lenses; Fitting of spectacle lenses to spectacle frames supplied by the MSD Client; and Adjustment of spectacle frames, spectacle lenses, and ready to wear spectacles.",Awarded,A panel of four providers have been awarded a contract as preferred providers for the provision of optical goods and services,0,20250410 Ministry of Social Development,23538310,Request for Proposals,Open Competition,Youth Work Preparation and Readiness Service - Taranaki Region,MSD 2020.TRNK.WPRS.01,20201030,20201127,20201211,Service Delivery,Sole Agency,No,,"MSD is seeking providers with proven experience in providing successful work preparation and readiness services. They should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into suitable and sustainable employment as quickly as possible. These services should be tailored to the clients individual needs with the ability to facilitate and establish linkages with community and professional organisations that offer diverse services. Successful providers will have a good understanding of: Work and Income clients and the barriers they may face to gain employment, opportunities in the labour market and have strong employer networks and relationships with other organisations in the community that can help provide further support to clients as they enter and remain in suitable and sustainable employment. Providers will have proven experience in achieving employment outcomes. The only area of intended service is Whanganui for this RFP. Our purpose is Manaaki Tangata, Manaaki whanau We help New Zealanders to be safe, strong and independent. We know we are achieving our purpose when we achieve the following outcomes: New Zealanders get the support they require. New Zealanders are resilient and live in inclusive and supportive communities. New Zealanders participate positively in society and reach their full potential. Helping people, whanau, families and communities is at the centre of what we do, and we work to contribute positively to peoples wellbeing. Some ways we see this Employment outcomes through sustainable work Peoples readiness for work, training and education Peoples abilities to meaningfully participate in society Equity of outcomes, particularly for Maori and Pacific people.",Awarded,Thanks to everyone that submitted a tender for this service. We appreciate the time and effort that goes into your organisation's response.,191250,20250410 Ministry of Social Development,23543224,Request for Proposals,Closed Competition,Social Services Accreditation IT solution RFP,,20201102,20201130,20210513,Procurement Solutions,Sole Agency,No,,This is the RFP for the shortlisted respondents to the Social Services Accreditation IT solution ROI.,Awarded,,0,20250410 Ministry of Social Development,23630033,Request for Proposals,Open Competition,Akonga Youth Development Community Fund Strengthening Akonga Resilience to Achieve Better Education Outcomes - RFP,,20201116,20210112,20210331,,Sole Agency,No,,"The Akonga Youth Development Community Fund (the Fund) is available to support akonga/learners, (aged 12 to 21 years) who have been adversely affected by the impact of COVID-19 pandemic, to stay engaged in their education journey. Whats important to us? The outcomes we want to achieve through the Fund include: Akonga have an increased level of engagement in their learning and aspiration for their future, or have transitioned to further training or employment Akonga have stronger connections with whanau, Iwi, community and other support services including schools/kura, health and youth services. We are looking for Iwi and community-based youth development organisations who can deliver innovative programmes to support akonga to stay engaged in their education by: providing holistic support to akonga to build self-esteem, belonging and identity, mental wellbeing and healthy relationships, all of which support akonga working with akonga and their whanau, the wider community and education providers to identify and resolve engagement barriers using a strengths-based youth development approach to support akonga to stay in education and/or support transitions to further training or employment.",Awarded,"List of successful suppliers and allocated funding Aotea Family Support Group Charitable Trust $122,000.00 Billy Graham Youth Foundation $707,583.00 Blue Light Ventures Incorporated $217,000.00 Campus Connections $500,000.00 Circability Trust $200,000.00 Future Leaders Employment Services $822,000.00 Glen Innes Family Centre Charitable Trust $127,370.00 Golden Bay Workcentre Trust $107,520.00 Graeme Dingle Foundation $764,274.00 Graeme Dingle Foundation Wellington $280,000.00 Ignite Sport Trust $336,200.00 Life to the Max Trust, Horowhenua $157,120.00 Matapuna Training Centre $99,082.00 Southland Number 10 Youth One Stop Shop $76,988.00 South Seas Healthcare Trust $512,766.00 Te Ha Oranga, Te Runanga o Ngati Whatua $500,000.00 Te Ora Hou Christchurch $500,000.00 Te Ora Hou Northland $500,000.00 Te Waiariki Purea Trust $589,454.00 The Kaikoura Education Trust $229,644.00 The Malcam Charitable Trust $250,000.00 The Salvation Army $490,000.00 The Wellington Boys' and Girls' Institute $273,600.00 Upper Hutt Community Youth Trust $148,000.00 Whenua Iti Outdoors $224,000.00 Youthline Auckland Charitable Trust $311,000.00 Zeal Education Trust $358,479.00 Zeal Education Trust Wellington $600,000.00",0,20250410 ,,,,,,,,,,,,,,,,, Ministry of Social Development,23708397,Request for Proposals,Open Competition,MSD Panel for New Zealand Sign Language Projects,,20201130,20210115,20210721,Office for Disabilities Issues,Sole Agency,No,,"The attached Request for Proposal relates to The Ministry of Social Developments requirement to set up an internal panel for future commissioning of New Zealand Sign Language projects. Please see attached RFP and Response template for more information. Link to video in Sign-Language - To follow Thank you, MSD Procurement Team",Awarded,"Open Tendering Process Merge NZ#9429045954276 4 July 2021 Victoria University#9429043170302 20 April 2021 Platform#9429043180011 6 July 2021 Deaf Aotearoa#9429032494242 27 April 2021 Connect Interpreting#9429030883963 2 June 2021 Deaf Radio Ltd#9429032513967 14 April 2021 Auckland University#942904190069 12 July 2021 Port Group#9429037589868 29 April 2021 Kara Technologies#9429046499509 21 July 2021 Ackama#9429031406611 19 April 2021 Tracey Wikto 3 May 2021 Eye Films#9429047062573 29 April 2021",0,20250410 Ministry of Social Development,23807920,Request for Proposals,Open Competition,Oranga Tamariki Evaluation of the Nga Tini Whetu (Whanau Ora) Prototype - RFP,,20201222,20210201,20210219,,Sole Agency,No,,"Nga Tini Whetu is prototype that brings together Oranga Tamariki, Te Puni Kokiri and the Accident Compensation Commission (the Agencies) with the Whanau Ora Commissioning Agency in a cross-agency, early support prototype for whanau Maori and their tamariki where early signs of risk have been identified. Nga Tini Whetu will see additional early support progressively offered to around 800 whanau Maori across Te Ika-a-Maui, to support tamariki and whanau wellbeing. It aims to address current gaps in government services and supports, particularly for whanau Maori. This is part of developing new ways of working and allocating resources to enable whanau Maori to provide their own solutions. A key part of the prototype is an evaluation which takes a Kaupapa Maori, strength based approach, which is participatory, pragmatic, and has a strong focus on generating outcomes that result in improved quality of services, or innovative approaches to both services and management processes. We require an experienced evaluator to undertake an evaluation of Nga Tini Whetu working with the Agencies and the Whanau Ora Commissioning Agency.",Not Awarded,"No compliant responses were received in response to this RFP. Accordingly, this tender is cancelled.",0,20250410 Ministry of Social Development,23856774,Request for Proposals,Open Competition,Professional Services supplier panel - Agile methodology,,20210118,20210216,20210501,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development, Te Manatu Whakahiato Ora (MSD) looking to establish a panel of 3rd party suppliers (the Panel) that can provide expert technical support and professional services to support the delivery of MSDs strategy which itself is delivered using Agile concepts and approaches (tools, thinking, methods) for product/service based delivery. Specific roles and services identified to support the Agile product delivery approaches can be classified into two categories: Category 1: Expert technical resources to support MSD implement Agile ways of working (e.g. Agile Coaches, Scrum Leads, Product Owners/ Product Managers, Solution and Release Train Engineers, DevOps Engineers, Agile Testing/ Engineers and other Agile related roles) Category 2: Professional advisory services for supporting MSDs Agile change across MSD (e.g. Agile Consulting). MSD is looking at establishing an open panel of suppliers that is a capable of providing solution in either one, or both, categories of services. Our expectation is that MSD can access these services, on a timed basis relating to capability building, to provide specialist coaching and training services around Agile concepts in support of our current and future delivery needs. This panel must be able to supply people who will have the skills to perform the following duties: Agile leadership advisory and consulting Agile delivery services including coaching, facilitation and delivery in the case of Agile Engineering Education and training services (formal or informal). MSD intend to use these specialist resources to provide advice, guidance, learning and development to MSD staff as we build our own internal capability or to supplement our internal capability where capacity or skill gaps have been identified. MSD is not currently seeking ICT professional services beyond Agile concepts. Although the scope of this panel may expand in the future, the immediate requirement to seek suppliers that has the expertise, capability and capacity to support the Agile delivery approaches at MSD. The contract term with MSD will be for an initial three years and two rights of renewal (one year per renewal) to extend the services, as required. Membership of the panel will assessed as part of a regular supplier performance review process.",Awarded,MSD has selected 18 suppliers to participate in this panel. Contracts has been awarded and services will be commissioned through individual statement of work with supplier panel as required.,0,20250410 Ministry of Social Development,23944935,Request for Proposals,Open Competition,ICT professional services supplier panel for IBM Cram,,20210205,20210305,20210501,Procurement Solutions,Sole Agency,No,,"MSD uses several business applications and systems to deliver its core business, these have been implemented utilising IBM Cram (including IBM Cram Social Program Management and IBM Cram Universal Access) and using Agile thinking and the Scaled Agile Framework for Enterprise to support agile product delivery. These applications require specialised technical support and resources to maintain the system. Currently, MSD has limited internal capability and resource to provide support and maintenance for these applications. We are looking to establish a panel of 3rd party suppliers (the Panel) that can provide expert IBM Cram technical resources to MSD on a programme increment by programme increment basis. The specific roles and services identified to support our IBM Cram based products are: 1) Systems Developers: Senior-level systems developers (a minimum 5 years experience in IBM Cram developer role) Intermediate-level IBM Cram systems developers (a minimum 3 years experience in IBM Cram developer role) 2) Business Analysts Senior-level IBM Cram business analysts (a minimum 4 years experience working on various IBM Cram modules) Intermediate-level IBM Cram specialist business analysts (a minimum 2 years experience working on various IBM Cram modules). We are not seeking responses from providers that do not supply IBM Cram technical resources. Suppliers who are successful in this RFP will be the inaugural participants of the Panel and will be awarded a 6-year contract. The Panel will be open to new suppliers, and MSD will hold open invitation every 2 years to allow new suppliers to participate in this panel. Please refer to the RFP document (attached) for further information.",Awarded,Five Suppliers have been selected to form the Panel of professional services suppliers for IBM Cram. Contracts have been awarded and executed. The panel is now being fully utilised by the Ministry.,0,20250410 Ministry of Social Development,24067921,Request for Proposals,Open Competition,Porirua Healthy Eating and Employment Foundations,,20210309,20210412,20210818,Partnering for Outcomes,Sole Agency,No,,"The attached Request for Proposal relates to The Ministry of Social Developments- Industry Partnerships requirement for Porirua Healthy Eating and Employment Foundations Please see attached RFP and Response template for more information. Thank you, MSD Procurement Team",Awarded,"a. the successful suppliers or suppliers name/s and address/s- WellFed NZ Trust, 54 Hampshire Street, Cannons Creek, Porirua b. the date the contract/s was awarded- 1 July 2021 c. the term of the contract/s- 12 months d. the expected spend under the contract/s- 556,280 excluding GST e. the type of procurement process used f. if the agency claimed an exemption from open advertising (Rule 15), the circumstances that justify the exemption- Open Competitive g. a New Zealand Business Number (NZBN) where available- N/A",556280,20250410 Ministry of Social Development,24158146,Request for Proposals,Open Competition,Waikato - Building Capability to Employment Services,2021.WAIKATO.BCTE,20210401,20210503,20210902,Service Delivery,Sole Agency,No,,"MSD is committed to reducing the number of working age people who need to rely on a benefit, as a means of improving economic independence and social wellbeing. Through MSD, services are purchased to get the right support to assist people to prepare for, make the transition to, and stay in work. MSD seeks to engage providers to undertake delivery of the Building Capability to Employment programme in Waikato Region from July 2021 to 30 June 2026. The aim of the Building Capability to Employment Service is to assist clients who identify as Maori, or who are Sole Parents, or who have some type of health condition, including mental illnesses to prepare them for and achieve sustainable employment. The Ministry is looking for credible providers who have the capability, experience and infrastructure to deliver Building Capability to Employment Services in Waikato Communities. You will need to have a good track record in the management and implementation of related programmes and effective networks and strong relationships within their local community. You should have the ability to provide a service that addresses clients individual needs and circumstances in order to support clients to move into sustainable employment as quickly as possible. The successful providers will demonstrate that they will provide further support to clients to enter and remain in employment.",Awarded,"Thank you to all organisations that responded to this tender, we appreciate the commitment of time and effort in the submission of proposals. Also, with Contract Award was Puatala Limited at $800,000.",10250000,20250410 Ministry of Social Development,24246105,Request for Proposals,Open Competition,Debt Collection Services,,20210428,20210526,20220310,Procurement Solutions,Sole Agency,No,,"Debt Collection Services The Ministry of Social Development (MSD) is seeking a suitable supplier for the provision of collection services for overseas based clients as well as any other optional domestic work. For overseas based clients, the majority are based in Australia with some residing in the Pacific Islands, China and India.",Awarded,,100000,20250410 Ministry of Social Development,24332118,Request for Proposals,Open Competition,Employment Preparation and Placement Programmes - Taranaki 2021,MSD2021.TRNK.EPPS.01,20210524,20210611,20211001,Service Delivery,Sole Agency,No,,"MSD is seeking proposals from Providers to undertake the delivery of short, skills focused interventions to support clients to gain work and achieve sustainable employment. Providers will have proven experience in achieving employment outcomes or can show they can provide successful employment placement services. Successful Providers will have a good understanding of barriers people may experience and how to support them so they can gain employment. MSD is seeking Providers who can deliver short, employment focused programmes that will help participants upskill to the minimum entry level that industry and employers require. Providers will have close links to industry, local employers and community organisations to support clients into sustainable employment. The employment focused programmes will build upon the commitment of Taranaki Region to support unemployed Taranaki clients disadvantaged in the labour market to gain sustainable employment.",Awarded,"Thank you to all respondents for their time and efforts into submitting a proposal for this service. The successful contract award information is as follows: APM Workcare Limited $467,000 Aotahi Limited $495,000 FEATS Limited $783,500",1745500,20250410 Ministry of Social Development,24416323,Request for Proposals,Open Competition,"NZSL Documentation Proposals- Research, Archives and Recording",,20210630,20210805,20211007,Ministry of Youth Development,Sole Agency,No,,"The attached is request for Proposals for NZSL Documentation Proposals- Research, Archives and Recording. Please find our response form and terms and Conditions of GMC attached within. Thank you, MSD Procurement Team",Awarded,"NZSL Documentation Proposals- Research, Archives and Recording Successful Suppliers: The Research Trust Victoria University of Wellington Research Development Office, 905 Rankine Brown, Kelburn Parade, 6140 Wellington, New Zealand Contract awarded: 07/10/2021 Ackama NZ Limited, NZBN: 9429031406611 Level 2, 50 The Terrace, Wellington, New Zealand 6001 Contract Awarded: 01/02/2022",387680,20250410 Ministry of Social Development,24590034,Request for Proposals,Open Competition,MSD Payroll Replacement Solution,,20210723,20210830,20211117,Procurement Solutions,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Social Development,25006598,Request for Proposals,Open Competition,Fleet Management Services.,,20211026,20211123,20220719,,Sole Agency,No,,"MSD is looking for fleet management and associated operational services for its vehicle fleet across New Zealand covering the full range of management and operations across the fleet. This covers full requirements for fleet management including leasing and/or purchasing activities, driver management, electric vehicle (EV) charging solutions, telematics and associated reporting requirements. We are looking for a full end-to-end solution that covers all vehicle fleet management from purchase to disposal as well as the operational needs that this type of requirement covers.",Awarded,,0,20250410 Ministry of Social Development,25137598,Request for Proposals,Open Competition,Employment Placement Services - Wellington 2022,2021.WELLINGTON.EPS,20211122,20220119,20220701,Service Delivery,Sole Agency,No,,"The aim of the Employment Placement Services is to assist clients who may identify themselves as Maori, Pacific, Female, Clients with Health Condition Injury and Disability (HCID), Clients on benefit 1 year plus duration on benefit and Youth to prepare them for and achieve sustainable employment. Providers will have proven experience in achieving employment outcomes or can show they can provide successful employment placement services. Successful providers will have a good understanding of the barriers MSD clients may experience and how to support them along the path to work readiness and employment. Providers need to demonstrate: They have the capability, capacity, and resources to deliver Employment Placement Services in Wellington communities. The ability to assess individual client needs, establish individual employment goals, and support requirements. Good track record in the management and implementation of related programmes, and support MSD clients to move into sustainable employment as quickly as possible. Address any barriers and keep the clients motivated to successfully complete required training programmes. Close relationship to industry, employers, and community organisations. Pastoral support offered to clients to enter and remain in employment. Evidence of how they work with Maori and Pacific peoples to ensure they are engaging in a culturally appropriate way. Evidence of how they work successfully to support people with a range of health conditions or disabilities. MSD Level 4 Social Services Accreditation or confirmation of their ability and intent to acquire the same. This is an opportunity for Providers to contribute to the long-term independence of New Zealanders living in the Wellington region. Through providing EPS you will empower and motivate people to upskill and maximise job opportunities. You can add value to society by providing meaningful and tailored employment assistance to clients in your community who face barriers or disadvantage in the labour market. You would be contributing to the social and economic well-being of your community by supporting people and whanau along a journey to improved well-being and moving off benefit into meaningful and sustainable employment.",Awarded,"An Open Tender process was used for this Employment Placement Service tendered by the Ministry of Social Development (56 The Terrace, The Aurora Centre, Wellington, 6011). The Employment Placement Service is designed to support individuals enter sustainable employment. APM Workcare Limited (9429030994515) Address: Level 2, Canam Building, 87 Central Park Drive, Henderson, Auckland, 0610 Term: One Year Expected Contract Spend: $777,600 Bernard and Ya Holdings - Treehouse (9429033219707) Level 2, 124 Dixon Street, Te Aro, Wellington 6011 Term: One Year Expected Contract Spend: $972,000 Youth Inspire (9429043274635) Address: 1A Queen Street, Wainuiomata, Lower Hutt Term: One Year Expected Contract Spend: $311,040 Capital Training Ltd (9429038207914) Address: Level 1, 204 Thordon Quay, Pipitea Wellington 6145 Term: One Year Expected Contract Spend: $933,120 Focus Futures - Elite Mgmt School (9429036653447) Address: Level 3,4&6 Grand Central Tower 76 Manners Street, Wellington 6011 Term: One Year Expected Contract Spend: $777,600 TBI Health Group (9429042414865) Address: 107, Mana Esplanade, Mana Wellington 5076 Term: One Year Expected Contract Spend: $583,200 In-Work NZ Ltd (9429037017422) Address: 10, Pioneer Street, Henderson, Auckland 0612 Term: One Year Expected Contract Spend: $699,840 Habit Rehabilitation Ltd (9429030422797) Address: Level P2, 100 Willis Street, Wellington, 6011 Term: One Year Expected Contract Spend: $660,960 Triple Summit Services Ltd (9429030388093) Address: 393 Evans Bay Parade, Hataitai Wellington 6021 Term: One Year Expected Contract Spend: $660,960 Alpha Consultants Limited (9429036545544) Address: Level 11, PwC tower, Customs street west Auckland 1010 Term: One Year Expected Contract Spend: $622,080",6998400,20250410 ,,,,,,,,,,,,,,,,, Ministry of Social Development,25208793,Request for Proposals,Open Competition,Youth Engagement Programme - Auckland Region 2022,ALK.YEP.2022,20211207,20220114,20220401,Service Delivery,Sole Agency,No,,"MSD is seeking proposals from Providers to undertake the delivery of a youth engagement programme utilising the medium of dance to support 16-17-year-olds identified as NEET (not in Education, Employment or Training) who are Maori and Pacific youth and living in Auckland South Region to return to education, training, or commence employment. MSD is not seeking: Proposals for programmes that do not meet the service delivery requirements specified in this Request for Proposal document Proposals for programmes that only teach young people how to dance Proposals for programmes outside the Auckland South Region. Providers will have proven experience in delivering youth engagement programmes or can show they have the capability and capacity to deliver a successful youth engagement programme. Successful Providers will be able to show they have a good understanding of what support Maori and Pacific youth need to return to education or commence training or employment. MSD is seeking local Providers who can deliver a youth engagement programme utilising the medium of dance, that will support participants return to education or commence training or employment. Providers will have strong well-established relationships within Maori and Pacific communities and well developed local networks of education, training providers and employers within Auckland South and the wider community. The youth engagement programmes will support the Auckland Region in achieving its long-term strategies to reduce Maori and Pacific youth disengagement, unemployment and intergenerational benefit dependence.",Awarded,"Confirming contract award is to Studio 23 Limited T/A The Palace Dance Studio with Sisters United Limited. NZBN 9429032984125. Total Contract Value is $1,500,000.00. Youth engagement programme through the medium of dance. Contract for the period 1 April 2022 to 30 June 2024. Open competitive process",1500000,20250410 Ministry of Social Development,25375808,Request for Quotations,Open Competition,Virtual Reality Forklift Training,PN 21.301.01,20220204,20220218,20220330,Procurement Solutions,Sole Agency,No,,"MSD requires a provider who has the capability to: 1. Deliver a VR Forklift training service 2. Deliver a pre-employment and on-the-job training approach 3. Connect directly to a number of employers in a number of industry sectors eg: ? Horticulture ? Transport ? Wharf operations ? Warehousing and o Logistics 4. Attain employment outcomes for MSD clients as a result of the training We are seeking to work with suppliers who: 1. Deliver a high-value service in VR training that provides an appropriate employment outcome for the Buyers clients 2. Deliver an attractive approach that is cost effective for the Buyer and appropriate for our client base, and 3. Deliver a VR training service that is a core part of your core business",Awarded,,0,20250410 Ministry of Social Development,25378290,Request for Proposals,Closed Competition,Review of Debt Solutions and Money Talks MSD Funded Programmes,21.328.01,20220204,20220221,20220228,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD), Te Manatu Whakahiato Ora, requires a consultant or consultants experienced in undertaking qualitative evaluations of the delivery of targeted programmes within social services settings, to assist MSDs understanding of the impact of two programmes MoneyTalks and Debt Solutions. MSD will also seek guidance on the future state of each of these programmes.",Not Awarded,No responses received to this opportunity. MSD will go back out to AoG panel to other suppliers on the panel.,0,20250410 Ministry of Social Development,25378404,Request for Proposals,Closed Competition,Review of Child Advocate Pilot,,20220204,20220218,20220331,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD), Te Manatu Whakahiato Ora, requires a consultant or consultants experienced in undertaking qualitative and quantitative evaluations of the delivery of targeted programmes, including pilots within social services settings, to assist MSD to establish and confirm the outcomes the programme/pilot is achieving. For this specific pilot, service provision is focused on children who access womens refuge services and are experiencing family violence, with a view to reducing the impact on their experiences by having access to a specific person who is able to advocate on their behalf. It will also involve engaging with other agencies who are not part of the pilot, to assess the difference for childrens experiences where they have access to specialised advocacy services compared to those who do not. Outcomes of the evaluation will be documented in a final report, capable of being used by MSD to further develop its understanding of this initiative and provide guidance on the future state of the pilot. This would include options for MSD to continue to fund and possibly expand the service offering, to be delivered by a range of suppliers in other regions.",Awarded,,297000,20250410 Ministry of Social Development,25378542,Request for Quotations,Closed Competition,"Provision of Safe Agile, Agile and other ICT Related Training Courses",,20220204,20220225,20220509,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD), Te Manatu Whakahiato Ora, is introducing agility, adaptability, flexibility and new ways of thinking and approaching issues and how to address them. We need to engage external suppliers to help us on this journey and provide MSD staff with necessary skills that will enable workers to establish sustainable ways of managing times of complexity and uncertainty, resulting in better outcomes for New Zealanders being achieved. Key to this is for MSD to ensure its staff have access to training and training courses which outlines what Agile is within a work context and how different agile approaches e.g., SAFe Agile, provides the frameworks and tools for doing things differently. We wish to engage up to three business Agile training suppliers on the MSD (Professional Services) Panel (the Panel) to deliver a variety of business agile training over a two-year (2022-2024) period to continue to support MSD in building Agile capability across various portfolios. During this timeframe, MSD will continue to further develop its own in-house Agile training experts to facilitate building internal capability and over this period it may result in MSD no-longer having a requirement for the provision of external training at the end of this time.",Awarded,,0,20250410 Ministry of Social Development,25426386,Request for Quotations,Closed Competition,Provision and facilitation of final Whakaoreore Hapori wanaga and final report for the Whakaoreore Hapori,,20220216,20220224,20220321,Procurement Solutions,Sole Agency,No,,"This requirement is for the design and facilitation of a final online wananga and preparation of the final report for Whakaoreore Hapori, a Kaupapa Maori Sexual Violence Primary Prevention strategy trailed by each of the seven Kaupapa Maori sexual violence service providers. The wananga will include the six emerging Kaupapa Maori sexual violence service providers involved in the Kaupapa Maori service design pilot study. Secondly it is for the writing and delivery of the Whakaoreore Hapori thematic analysis and final project report. As part of MSD's requirements, we will require the supplier to engage two guests speakers nominated by MSD for the wananga. We will provide details of who they are, their fees in an addendum by no later than 2pm, Friday 18 February 2022.",Awarded,,37000,20250410 Ministry of Social Development,25472003,Request for Proposals,Closed Competition,Review of Debt Solutions MSD funded programme,21.328.01,20220301,20220308,20220503,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD), Te Manatu Whakahiato Ora, requires a consultant or consultants experienced in undertaking qualitative evaluations of the delivery of targeted programmes within social services settings, to assist MSDs understanding of the impact of two programmes MoneyTalks and Debt Solutions. MSD will also seek guidance on the future state of each of these programmes. This opportunity is about the review of the Debt Solutions Programme. MSD has also released the opportunity for the review of the Money Talks Programme. Suppliers are welcome to respond to one or other of the opportunities or both. Please ensure you use the correct response form for each review. Also if you would please email the RFx contact person by no later than 5pm 01 March 2021, as to whether you will be submitting a response or not and for which of the two programmes or if both, state both. The proposed budget for this review is up to $150,000 (ex GST)",Awarded,,150000,20250410 Ministry of Social Development,25481247,Request for Proposals,Closed Competition,Review of Money Talks MSD Funded Programme,21.328.01,20220301,20220308,20220505,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD), Te Manatu Whakahiato Ora, requires a consultant or consultants experienced in undertaking qualitative evaluations of the delivery of targeted programmes within social services settings, to assist MSDs understanding of the impact of two programmes MoneyTalks and Debt Solutions. MSD will also seek guidance on the future state of each of these programmes. This opportunity is about the review of the Money Talks Programme. MSD has also released the opportunity for the review of the Debt Solutions Programme. Suppliers are welcome to respond to one or other of the opportunities or both. Please ensure you use the correct response form for each review. Also if you would please email the RFx contact person by no later than 5pm 01 March 2021, as to whether you will be submitting a response or not and for which of the two programmes or if both, state both. The proposed budget for this review is up to $150,000 (Ex GST).",Awarded,,150000,20250410 Ministry of Social Development,25651766,Request for Proposals,Closed Competition,Impact of Budget-19 on sexual violence services and the sector: Understanding the impact of the funding on service users and the workforce,21.327.01,20220405,20220526,20221116,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD), Te Manatu Whakahiato Ora, requires a supplier(s) to design, conduct, and report the findings for four separate service-specific qualitative evaluations to understand the impacts of the Budget-19 funding on sexual violence service users and frontline staff. The evaluations relate to the following MSD-funded sexual violence services: Sexual Harm Crisis Support Service (existing service). Peer support for male survivors of sexual abuse (existing service). Harmful Sexual Behaviour Service for non-mandated adults (existing service). Court Support Service for victims/survivors (new initiative). There is a separate Response Form for each service review. Suppliers may respond to one or more of the service review. Please ensure you use the correct Response Form for each review.",Awarded,,0,20250410 Ministry of Social Development,25688007,Request for Proposals,Open Competition,Employment Placement Service - Nelson 2022,MSD2022.NELSON.EPS,20220414,20220517,20220818,Service Delivery,Sole Agency,No,,"Nelson Region is committed to reducing the number of working age people who need to rely on a benefit, as a means of improving economic independence and social wellbeing. We are currently seeking services to assist our clients to move towards or into sustainable employment. The aim is to draw on expertise within the Non-Government Organisation (NGO) and private sectors to achieve this. This relates to the purchase of an Employment Placement service in the Nelson region. Specifically, for the Blenheim, Greymouth, Motueka, Westport and Nelson/Richmond areas. Participants will receive expert tailored support, employment related training and up skilling that will successfully assist them to exit benefit or move towards sustainable employment. Once employment is achieved both the client and employer will receive intensive pastoral support for up to 182 days. During this time the Provider will support the needs of both the client and the employer, where appropriate to create a sustainable employment outcome.",Awarded,"An Open Tender process was used for this Employment Placement Service tendered by the Ministry of Social Development (56 The Terrace, The Aurora Centre, Wellington, 6011). The Employment Placement Service is designed to support individuals enter sustainable employment. Contracts have been awarded to the following: APM Workcare Limited (9429030994515) Address: Level 2, Canam Building, 87 Central Park Drive, Henderson, Auckland, 0610 Date Awarded: 18 August 2022 Term: One Year Maximum Contract Value: $638,400.00 Te Kotahi o Te Tauihu Charitable Trust (9429049004557) Address: 2 Cargill Place, Richmond, 7020 Date Awarded: 24 August 2022 Term: One Year Maximum Contract Value: $134,400.00",772800,20250410 Ministry of Social Development,25733559,Request for Proposals,Open Competition,Curriculum Vitae Service - Nelson 2022,MSD2022.NELSON.CV,20220429,20220530,20220812,Service Delivery,Sole Agency,No,,"Nelson Region is committed to reducing the number of working age people who need to rely on a benefit, as a means of improving economic independence and social wellbeing. MSD seeks to engage providers to undertake delivery of Curriculum Vitae Service for clients that need a Curriculum Vitae and/or a Covering Letter to apply for a known job vacancy specifically for clients in the Blenheim, Greymouth, Motueka, Westport, Takaka, Nelson and Richmond areas. The aim of the Curriculum Vitae Service is to assist Work and Income clients to obtain a professional curriculum vitae to enhance their ability to enter the labour market.",Awarded,"An Open Tender process was used for this Curriculum Vitae Service tendered by the Ministry of Social Development (56 The Terrace, The Aurora Centre, Wellington, 6011). The Curriculum Vitae Service is designed to support individuals with a professional CV to enhance their ability to enter the labour market. Contracts have been awarded to the following: APM Workcare Limited (9429030994515) Address: Level 2, Canam Building, 87 Central Park Drive, Henderson, Auckland, 0610 Date Awarded: 18 August 2022 Term: Two Years Maximum Contract Value: $82,000.00 Literacy Aotearoa Charitable Trust (9429047213609) Address: Level 1, Compass House, 162 Grafton Road, Grafton, Auckland, 1010 Date Awardee: 12 August 2022 Term: Two Years Maximum Contract Value: $41,000.00",123000,20250410 Ministry of Social Development,25828035,Request for Proposals,Closed Competition,Creative Careers Service,PN 22.093.01,20220527,20220610,20220809,Procurement Solutions,All of Government,No,,"In December 2020, MSD launched the pilot of the Creative Careers Service (The Pilot). The Pilot aims to: Assist creative jobseekers to develop the skills to achieve employment which is financially sustainable in their chosen creative field, and Support creative jobseekers find employment in their chosen field and Support those already in the industry to grow and adapt their creative work so that people can regain or retain employment. To develop skills which will help them to be financially stable in their chosen creative career. MSD requires an appropriately qualified supplier to undertake a formal evaluation of the Pilot",Awarded,,0,20250410 Ministry of Social Development,25887521,Request for Proposals,Closed Competition,Panel of Three to Provide Temporary Integration Resourcing,22.037.01,20220601,20220629,20220907,Procurement Solutions,Sole Agency,No,,"The purpose of this RFP is to invite a select number of suppliers to submit their proposals to provide skilled integration contractors (application and cloud services) for short (three months) to medium term (12 months) periods when required. We are currently experiencing significant impacts from a lack of resourcing to provide tautoko (support) to a substantial portion of the integration work programme. The key objective of this procurement is to ensure the pace of the integration work programme is ka mahi tonu and uninterrupted as part of the MSD Technology Strategy - Ta Te Manatu Whakahiato Ora Rautaki Hangarau. We seek to contract a panel of toru suppliers for a term of rua tau (two years) with rua rights of renewal of tahi tau each (2 + 1 + 1). As we undertake to employ full time employees and to ensure the work programme continues, there is a need to seek suppliers who can provide skilled integration contractors in the short to medium term.",Awarded,"MSD has concluded the evaluation process for setting up a panel of three suppliers to provide temporary integration resourcing. The contracts have been awarded to Middleware NZ (as Supplier 1), Datacom (as Supplier 2) and Integration Works (as Supplier 3) for an initial period of two years with two rights of renewal of 12 months each.",0,20250410 Ministry of Social Development,25898686,Request for Proposals,Open Competition,Teaching NZSL to All Aotearoa,,20220603,20220707,20220819,,Sole Agency,No,,"The purpose of this RFP is to invite suppliers to submit their proposals to provide New Zealand Sign Language learning opportunities across the motu that will be free to all students. The key objective of this procurement is to identify a single supplier to deliver NZSL learning opportunities who must have the capability to offer a variety of learning experiences, have these delivered by suitably experienced and qualified teachers, and prioritise learning for family/whanau of deaf children over the age of six years. MSD intends this opportunity to result in a 12-month long contract. However, once concluded a review will be undertaken to assess the 12-month contracts performance with the aim of undertaking another tender. It will then be a longer contract term and include updated requirements.",Not Awarded,MSD has concluded the evaluation process for the Teaching NZSL to All Aotearoa tender. The contract has been awarded to Merge New Zealand for a duration of 12 months.,0,20250410 Ministry of Social Development,25930213,Request for Proposals,Open Competition,Provision of employment brokerage services for the Commercial Cleaning Sector,PN 22.101.01,20220613,20220715,20221103,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development | Te Manatu Whakahiato Ora, is looking for suitable providers with the capability, experience and infrastructure to build and maintain industry partnerships to deliver a service that will enable participants to gain quality employment outcomes in the Commercial Cleaning sector. Providers need to have the credibility, knowledge and connections to broker employment outcomes and provide ongoing In-work support for participants. It is imperative that providers deliver a solution that includes recruitment, assessment, training, and an employment placement programme which will result in the Ministrys clients gaining employment in the Commercial Cleaning Sector. Please subscribe to this notice to download the attachment for more details.",Not Awarded,"The Ministry of Social Development has concluded the evaluation process for the Provision of employment brokerage services for the Commercial Cleaning Sector. The contract has been awarded to the following suppliers a period of 12 months (renewable). -AWF Limited - Building Services Contractors of New Zealand INC (BSCNZ) - Grow at Limited",0,20250410 Ministry of Social Development,25938622,Request for Proposals,Open Competition,Provision of employment brokerage services for the Contact Centre Sector,PN 22.102.01,20220615,20220720,20221101,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development | Te Manatu Whakahiato Ora, is looking for suitable providers with the capability, experience and infrastructure to build and maintain industry partnerships to deliver a service that will enable participants to gain quality employment outcomes in the Contact Centre sector. Providers need to have the credibility, knowledge and connections to broker employment outcomes and provide ongoing In-work support for participants. It is imperative that providers deliver a solution that includes recruitment, assessment, training, and an employment placement programme which will result in the Ministrys clients gaining employment in the Contact Centre Sector. Please subscribe to this notice to download the attachment for more details.",Not Awarded,The Ministry of Social Development has concluded the evaluation process for the Provision of employment brokerage services for the Contact Centre Sector. The contract has been awarded to Madison Recruitment and Customer Contact Network of New Zealand (CCNNZ) for a period of 12 months (renewable).,0,20250410 Ministry of Social Development,25938666,Request for Proposals,Open Competition,Provision of employment brokerage services for the Technology Sector,PN 22.103.01,20220615,20220722,20230125,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development | Te Manatu Whakahiato Ora, is looking for suitable providers with the capability, experience and infrastructure to build and maintain industry partnerships to deliver a service that will enable participants to gain quality employment outcomes in the Technology sector. Providers need to have the credibility, knowledge and connections to broker employment outcomes and provide ongoing In-work support for participants. It is imperative that providers deliver a solution that includes recruitment, assessment, training, and an employment placement programme which will result in the Ministrys clients gaining employment in the Technology Sector. Please subscribe to this notice to download the attachment for more details.",Not Awarded,The Ministry of Social Development has decided to withdraw the tender for Employment Brokerage Services Technology. Whilst we received a number of excellent responses we have decided to take time to review our planned delivery model. We would like to thank all those who took the the time and effort to respond to the tender. Please continue to monitor GETS for future opportunities in this space.,0,20250410 Ministry of Social Development,25960893,Request for Tenders,Open Competition,Youth Services for Northland,,20220621,20220715,20221001,,Sole Agency,No,,"This RFP relates to the purchase of Youth Services to improve the lifetime socio-economic outcomes of young persons (and their children, if they have them). YS Providers primary focus is to engage, assess and support young people to enter and remain in education, training or work-based learning.",Awarded,"An Open Tender process was used for this Youth Service tendered by the Ministry of Social Development (56 The Terrace, The Aurora Centre, Wellington, 6011). Contracts have been awarded to the following: Personalised Education Limited t/a Solomon Group (9429038925498) Address: 236 Great South Road, Manurewa, Auckland Date Awarded: 1 October 2022 Term: Two Years Eight Months Expected Spend:$4,537,500",4537500,20250410 Ministry of Social Development,25979812,Request for Proposals,Open Competition,To establish a Panel of Suppliers for the Provision of pre-employment training and employment placement services for MSD clients for work in construction (building and infrastructure),PN 22.008.01,20220627,20220726,20221010,Service Delivery,Sole Agency,No,,"The Government provides MSD with a Budget allocation to procure pre-employment training and employment placement services for MSD clients for work in the construction (building and infrastructure) sector. As MSD expects the Government to continue funding these pre-employment training and employment placement services, the purpose of this tender is to establish a Panel of Suppliers to facilitate procurement of these services with a term of 5 years, that will be refreshed annually to allow: New Suppliers to join Existing Suppliers to update their rates, capabilities and capacity. Setting up a panel of suppliers is intended to: facilitate the prompt commencement of pre-employment programmes once the budget is confirmed on 1 July each year, where a secondary selection processes and/or direct selection process will be undertaken with the Panel Suppliers to allocate Construction Pre-employment Programmes as required during the contract term. In this context As Industry Partnerships have secured a Budget of $4.5m to purchase Construction Pre-employment Programmes, this tender will also act as a secondary selection process to allocate Construction Pre-employment Programmes for this financial years known requirements. Panel selection is not a competitive tender process all tender respondents that demonstrate they meet the requirements, will be selected to join the Panel. However being appointed to the Panel is no guarantee of being allocated work.",Not Awarded,"# Panel Suppliers 1 Aka_Group 2 Assessit_Limited 3 ATD_Services Limited 4 Besafe_Training_Ltd 5 IMPAC_Services_Ltd 6 Kiwi_Can_Do_Limited 7 Oceania_Career_Academy 8 Social_Labour_Supply_Limited_and_Ako_Ltd 9 Te_Whanau_o_Waipareira_Trust 10 Tumu_Timbers Limited",0,20250410 Ministry of Social Development,25990292,Request for Proposals,Open Competition,To join the panel of MSD Accredited Medical Alarm Service Providers,PN: 22.147.01,20220629,20220725,20221201,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (MSD) funds the costs of Medical Alarm Services to its eligible clients through a Disability Allowance (DA). A Medical Alarm is a device worn by the client so they can 24/7, signal the presence of a hazard requiring urgent attention and summon emergency medical personnel. The Medical Alarm Service includes: a the supply of alarm activation device that can - Identify the location of the user - Enable two-way communication with the user - Enable the user to signal the presence of a hazard requiring urgent attention and summon emergency medical personnel, b on-site equipment and accessory (e.g. Lockbox) installation inclusive of location assessment and face-to-face training, and c response to all activated alarm signals at any time 24 hours per day, seven days a week. Assistance with Medical Alarms is only provided to people whose General Practitioner has assessed that an alarm is necessary for their normal daily living, without it, the persons life or health would be put at risk or their disability would be aggravated. Once the client has obtained approval from their General Practitioner, they select a supplier of their choice from a panel of MSD accredited suppliers. Accredited Suppliers are only permitted to provide services or equipment to the MSD client that are explicitly stated in their Contract regardless of whether they are provided for free or not. All Suppliers appointed to the Panel must be members of the Telecare Services Association New Zealand (TSANZ); an industry body whose quality standards ensure industry members operate to best practice when providing services to the community.",Awarded,,0,20250410 Ministry of Social Development,25992407,Request for Quotations,Closed Competition,RFQ: Evaluation of the He Poutama Taitamariki and He Poutama Rangatahi initiatives,22.063.01,20220630,20220721,20221114,Procurement Solutions,Sole Agency,No,,"As a member of the AOG Consultancy Services Panel you are invited to submit a quote to commission the evaluation of two social programmes. We need evaluative services to undertake mixed method evaluations of two similar programmes aimed at assisting rangatahi to access education, employment, or training. The two programmes being evaluated are He Poutama Taitamariki and He Poutama Rangatahi. We are seeking up to three suppliers with kaupapa Maori research and evaluation expertise, and experience in evaluating social service initiatives for Maori and Pacific peoples, to evaluate the two programmes. There are three evaluation components required for the evaluation of both programmes that you may submit a quote for. 1) Qualitative component for the HPT evaluation MSD seeks a supplier to undertake the qualitative component of the HPT evaluation. We anticipate that the supplier will be based in Northland where the programme is implemented. We anticipate that a local supplier will have the advantage of understanding of the socio-economic and cultural context of the region, which will be key to the analysis of the data. 2) Qualitative component for the HPR evaluation MSD seeks a supplier to undertake the qualitative component of the HPR evaluation. As HPR is a national programme, the supplier who bids for this component must be able to operate nationally. 3) Quantitative component for both HPT and HPR evaluations. MSD seeks a supplier, with excellent quantitative skills, to undertake the quantitative analysis for both the HPT and HPR evaluations. The supplier who bids for this component must be able to access and work in the IDI data lab. Suppliers that bid for more than one of the three evaluation components above will need to demonstrate the availability of resources and capacity to deliver to the required timelines of each evaluation component. MSD may conduct due diligence and/or seek further evidence to support this.",Awarded,,386289,20250410 Ministry of Social Development,25994757,Request for Proposals,Open Competition,RFP: Incubator for Digital Employment Services Platform (DESP) User Experience Mock-up,22.035.01,20220701,20220726,20221003,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) has started a programme of work to enhance MSDs employment service offering through developing a Digital Employment Services Platform (DESP) that looks to provide its users with an intuitive, tailored digital experience and access to MSDs employment and upskilling products and services. To date, MSD has conducted discovery research to define DESPs value proposition. This outlines how the service offerings from the DESP will deliver value to job seekers, employers, providers and MSD staff. MSD is now at a stage where it needs to test, communicate and validate DESPs Value Proposition with users and decision making stakeholders through a user experience mock up. This user experience mock up is expected to be in the form of an interactive mock up (eg clickable screen states) that communicates the full, future user experience of DESP. MSD wants to procure a supplier or consortium of suppliers to work in an Incubator for the following purpose; to communicate and validate DESPs value proposition and the requirements of the service offerings with users and decision making stakeholders through producing the following deliverables; User Experience Mock-up, User Feedback Collateral, and Insights Dossier. The Incubator is a space where a supplier (or consortium) and MSD will work together, collaboratively, to achieve the purpose as defined above. Suppliers proposal to this RFP will detail their Incubator plan and method. We are seeking a supplier or a consortium of suppliers to provide exceptional personnel, tools, experience and a range of capabilities across design, innovation, and digital employment technology products to enable testing and validating of the value proposition and produce the deliverables via an Incubator.",Awarded,,0,20250410 Ministry of Social Development,26017200,Request for Proposals,Closed Competition,Monitoring and evaluating the 2018-2022 income support reforms - 'Te Kupenga Project',22.104.01,20220708,20220819,20230426,Procurement Solutions,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Social Development,26060900,Request for Proposals,Closed Competition,Process evaluation of Puawaitanga and Whitiki Taua,22.162.01,20220725,20220812,20220929,Procurement Solutions,All of Government,No,,,Awarded,,0,20250410 Ministry of Social Development,26067299,Request for Proposals,Closed Competition,Appointment of A Change Strategic Partner to support the Te Pae Tawhiti Programme,22.180.01,20220801,20220826,20230314,Procurement Solutions,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Social Development,26068155,Request for Proposals,Closed Competition,Appointment of A Communications Strategic Partner to Support the Te Pae Tawhiti Programme,22.177.01,20220801,20220830,20221019,Procurement Solutions,All of Government,No,,,Not Awarded,"Kia ora Thank you for taking the time to respond to the opportunity to support the Te Pae Tawhiti Programme as a Communications Strategic Partner. Unfortunately on this occasion The Ministry of Social Development has chosen not to award this opportunity and we are deliberating our future strategy. If you would like a debrief, please do not hesitate to message myself, Kind regards Annette",0,20250410 Ministry of Social Development,26173762,Request for Proposals,Open Competition,Education to Employment Brokerage Service - Taranaki 2022,MSD2022.TARANAKI.EEB,20220815,20220912,20221001,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (the Ministry) is seeking to procure services to undertake an Education-to-Employment Brokerage service. We seek organisations to provide an effective service for all secondary school students to enable them to consider vocational education as a pathway into employment. The service will require a new brokerage position to build on strong local relationships and liaise between schools and employers in their local communities to highlight local trades and vocational opportunities for students, helping to build stronger connections between these different groups. This is an exciting opportunity to support youth into vocational education and employment pathways by making this a highly desirable and successful experience and pathway. Respondents must be able to demonstrate a proven track record in working effectively with young people from diverse backgrounds and importantly have the connections and access to networks that will empower youth to thrive and be successful, supporting the local community and economic development.",Awarded,"An Open Tender process was used for this Education to Employment Brokerage Service tendered by the Ministry of Social Development (56 The Terrace, The Aurora Centre, Wellington, 6011). The Education to Employment Brokerage Service is designed to support secondary school students to enable them to consider vocational education as a pathway into employment Contracts have been awarded to the following: Feats Limited (9429039004697) Address: 65 Juliet Street, Stratford Date Awarded: 1 October 2022 Term: One Year Maximum Contract Value: $145,000.00",145000,20250410 Ministry of Social Development,26189376,Request for Quotations,Closed Competition,Provisions of Web Application Firewall for MyMSD Portal,22.181.01,20220818,20220905,20221215,Procurement Solutions,All of Government,No,,New WAF solution will be the new entry point into the MyMSD backend application. It will terminate a secure encrypted connection from a clients web browser on their desktop or mobile device to the MyMSD application so that it can inspect the contents of each request for malicious activity.,Not Awarded,"MSD published a RFQ for Provisions of Web Application Firewall for MyMSD Portal on the 8th August 2022. The tender closed on the 5th September 2022. Three bids were received and all met the conditions of the tender. All three bids were evaluated. The responses were not at the level expected with pricing across the three bids missing detail. One preferred supplier was identified. At the time of the tender MSDs intent was to contract this requirement. However, ongoing change and evaluation through the Te Pae Tawhiti programme has identified MSD is best placed to now complete this work in house. This decision was in part influenced by the responses to the tender. MSD appreciates the time and effort of the suppliers in compiling the tenders.",0,20250410 Ministry of Social Development,26231788,Request for Proposals,Open Competition,"Heartland Services in Taumarunui, Taihape, Turangi and the Selwyn District.",,20220826,20220921,20230101,,Sole Agency,No,,"The Ministry of Social Development wishes to procure Heartland Services for Taumarunui, Taihape, Turangi and the Selwyn District. The term of the service agreement will be from 1 November 2022 (or as negotiated with the successful provider) - 30 June 2025, with a three year right of renewal. Please see attached documents for further information.",Awarded,,0,20250410 Ministry of Social Development,26253287,Request for Proposals,Open Competition,National Hygiene and Washroom Services,,20220901,20220930,20230619,Procurement Solutions,Sole Agency,No,,"We are approaching the market for a supplier with the capability, capacity, and experience to deliver a national hygiene and washroom service for Ministry of Social Development, Whaikaha - Ministry of Disabled People and Oranga Tamariki. This is a unique opportunity for suppliers in the hygiene and washroom space to use their expertise and work with MSD, Whaikaha and Oranga Tamariki to develop fit for purpose services. This is also an exciting opportunity to drive real and progressive change by improving living standards for workers, their whanau and recognising valuable work.",Awarded,,0,20250410 Ministry of Social Development,26258781,Request for Proposals,Open Competition,Te Tiriti o Waitangi Training for MSD staff,,20220901,20221014,20221018,Procurement Solutions,Sole Agency,No,,"This RFP relates to the purchase of Te Tiriti o Waitangi workshops for MSD staff. MSD is wanting different service offerings including basic to advanced workshops, and different delivery options e.g. face-to-face, virtual. We are looking to form a pool of providers to deliver these training services from a regional to national level. This is a unique opportunity for suppliers with experience in Te Tiriti o Waitangi to apply their knowledge to assist MSD staff to achieve better outcomes for New Zealanders. Helping our staff to understand Te Tiriti o Waitangi principles will help our frontline staff understand the partnership between the British Crown, and the rangatira of iwi and hapu as well as support our social policy team to navigate the Maori-Crown relationship successfully and drive progressive change.",Not Awarded,Tender closed due to being republished,0,20250410 Ministry of Social Development,26266022,Request for Proposals,Closed Competition,Evaluation of the Flexi-Wage Subsidy Expansion,22.231.01,20220905,20220930,20221207,Procurement Solutions,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Social Development,26344187,Request for Proposals,Open Competition,Youth Development Opportunities - Ministry of Youth Development (MYD),22.253.01,20220916,20221012,20230421,,Sole Agency,No,,"The Ministry of Youth Development (MYD) Te Manatu Whakahiato Taiohi is seeking Proposals for youth development opportunities for young people (aged 12 to 24 years) that promote the use of a positive youth development approach to increase the wellbeing of young people across Aotearoa New Zealand, so they are better able to succeed in, contribute to, and enjoy life. This includes strengthening youth identity, sense of belonging, and social connectedness with their peers, whanau, and communities. MYD is seeking Proposals from established youth development providers (Iwi and community-based providers) who are experienced in providing youth development programmes to young people who are identified as having Low to Moderate needs and who are disproportionately disadvantaged and meet all pre-conditions of this Request for Proposal (RFP). The youth development opportunities must be delivered through a youth development programme that enables Effective Youth Participation of young people in the design, development, delivery, and evaluation of the programme, to ensure opportunities are informed and shaped by the aspirations and lived experience of young people. We respectfully ask that you read the RFP requirements carefully as all proposals, using the RFP Response Form, are to be submitted through Smarty Grants - a Smarty Grants guide is provided within the RFP requirements. For any questions, please email MYDfunding@msd.govt.nz.",Not Awarded,,0,20250410 Ministry of Social Development,26344299,Request for Proposals,Open Competition,Youth Enterprise Programmes - Ministry of Youth Development (MYD),22.254.01,20220916,20221012,20230421,,Sole Agency,No,,"The Ministry of Youth Development (MYD) Te Manatu Whakahiato Taiohi is seeking Proposals for youth enterprise opportunities for young people (aged 16 to 24 years) that: promote the use of a positive youth development approach to increase the wellbeing of young people across Aotearoa New Zealand, so they are better able to succeed in, contribute to, and enjoy life. This includes strengthening youth identity, sense of belonging, and social connectedness with their peers, whanau, and communities support young people to develop enterprise skills (including work-ready skills) that incorporate strength-based practice (Te Kete Aronui ) to succeed in life and enable them to contribute productively to Aotearoa New Zealands economy, and are delivered through a youth enterprise programme that enables Effective Youth Participation of young people in the design, development, delivery, and evaluation of the programme, to ensure opportunities are informed and shaped by the aspirations and lived experience of young people. MYD is seeking Proposals from established youth enterprise providers (Iwi and community-based providers) who are experienced in providing youth enterprise programmes to young people who are identified as having Low to Moderate needs and who are disproportionately disadvantaged, and meet all pre-conditions of this Request For Proposal (RFP). We respectfully ask that you read the RFP requirements carefully as all proposals, using the RFP Response Form, are to be submitted through Smarty Grants - a Smarty Grants guide is provided within the RFP requirements. For any questions, please email MYDfunding@msd.govt.nz.",Not Awarded,"The Ministry of Youth Development has awarded the opportunity to the following suppliers: Family Life Education Pasefika Services Trust Graeme Dingle Foundation Mauri Whanau Limited Purapura Whetu Trust Regent Training Centre Limited Te Karanga Charitable Trust TenForward Limited The Shift Foundation The YES Disability Resource Centre Services Trust Board Upper Hutt Community Trust Board of Trustees Wairarapa Rural Education Activities Programme Incorporated Waitomo Papakainga Development Society Incorporated YMCA of South Waikato Youthtown Incorporated",0,20250410 Ministry of Social Development,26345091,Request for Proposals,Open Competition,[Youth Development] Full-time Equivalent Youth Worker/Practitioner - Ministry of Youth Development (MYD),22.027.02,20220916,20221012,20230421,,Sole Agency,No,,"The Ministry of Youth Development (MYD) Te Manatu Whakahiato Taiohi is seeking Proposals for the [Youth Development] Full-Time Equivalent (FTE) Youth Worker/Practitioner Pilot (FTE Pilot) to: promote the use of a positive youth development approach to increase the wellbeing of young people across Aotearoa New Zealand, so they are better able to succeed in, contribute to, and enjoy life, increase youth worker/practitioner 1:1 contact time with young people (aged 12 to 24 years) with more complex and urgent need, support a specified number of young people per year with needs that are considered moderate rather than high, and achieve better wellbeing outcomes for young people including strengthening youth identity, sense of belonging, and social connectedness with their peers, whanau, and communities. MYD is seeking Proposals from established youth development providers (Iwi and community-based providers) who are experienced in providing youth development services to young people who have more complex and urgent need, that are considered Moderate needs and who are disproportionately disadvantaged and meet all pre-conditions of this Request For Proposal (RFP). We respectfully ask that you read the RFP requirements carefully as all proposals, using the RFP Response Form, are to be submitted through Smarty Grants - a Smarty Grants guide is provided within the RFP requirements. For any questions, please email MYDfunding@msd.govt.nz.",Awarded,,0,20250410 Ministry of Social Development,26379050,Request for Proposals,Open Competition,Senior entrepreneurship 2022 - Office for Seniors,22.249.01,20221010,20221107,20230329,Procurement Solutions,Sole Agency,No,,The Office for Seniors is contracting for partners to design and deliver a range of pilots to support older people (aged 50 and over) be business ready and take the first steps towards developing a business of their own.,Awarded,,0,20250410 Ministry of Social Development,26387079,Request for Proposals,Open Competition,Digital Literacy Training for Seniors - Office for Seniors,22.172.01,20220927,20221028,20230403,,Sole Agency,No,,"Older people are consistently among the most digitally excluded group and while the use of technology among older people is growing, this is still falling with age. For older people to benefit from the digital world, they need more than basic computer skills. They need to know how to use different technologies/devices, connect to the internet in different ways, and carry out online activity and services safely with trust and confidence. The Office for Seniors is seeking to engage providers to deliver Digital Literacy Training for Seniors for up to three years. This is to ensure older people have the appropriate skills and knowledge to benefit from the digital world, and to keep up with the change of technology. We are seeking Respondents who have the capability, experience and infrastructure to deliver quality digital literacy training for older people. They can also reach diverse groups of older people, including Maori, Pacific, and other ethnic groups using a people-centred approach to meet their diverse needs and can start delivering the service from January 2023 for a period of up to three years. Respondents can provide services either nation-wide or regionally but must be able to demonstrate community connectedness in any area they apply for.",Not Awarded,"The Office for Seniors is grateful to all responses received for this tender and has awarded contracts to six providers: 360 Tautua Trust Board, 2020 Communication, Age Concern Auckland Incorporated, Digital Inclusion Alliance Aotearoa, Moana Connect, Takiri Mai te Ata Trust.",0,20250410 Ministry of Social Development,26404222,Request for Proposals,Open Competition,Homeshare Services,22.207.01,20220930,20221031,20230301,Procurement Solutions,Sole Agency,No,,"Housing is one of the three priority areas for action in the Better Later Life He Oranga Kaumatua 2019 to 2034 strategy and its Action Plan. One of the housing actions is for the Office for Seniors to promote the uptake of shared living arrangements. Homeshare Services is a new initiative that allows a householder (usually an older householder with a spare room) to offer low-cost accommodation to another person (a homesharer) in exchange for an agreed level of support. The support could include companionship, shopping, household tasks, gardening, care of pets, and help to use digital technology. A homesharer is not a live-in carer, housekeeper or replacement for government or private personal care arrangements. Every homesharing arrangement is unique. Its about people helping people. Homeshare Services provides an opportunity to make a significant difference in the lives of older New Zealanders by creating diverse housing choices and options so that they can age in a place they call home, safely and, where possible, independently. Providers have an opportunity to work with the Office to pilot the homeshare services model in New Zealand that offers an alternative housing option for them to age in place.",Awarded,This award on GETS was delayed to give the minister the opportunity to make a public announcement,160000,20250410 Ministry of Social Development,26428918,Request for Proposals,Open Competition,MSD - ICT Architecture Services Panel,Reference Number 22.223.02,20221006,20221028,20230502,Service Delivery,Sole Agency,No,,"What we need The purpose of this Request for Proposal is to establish a panel of suppliers (the Panel) that can provide expert ICT Architectural services to MSD on a quarterly basis (to align with our work programme planning cadence). We are seeking Senior and Intermediate level IT Architects in the following categories: Enterprise Architects Domain Architects, with one or more domain specialisms incl.: o Business, Applications, Data, Integration, Infrastructure, and Security Solution Architects Context Over the next several years, MSD is forecasting additional Architecture demand to support the implementation of Te Pae Tawhiti our future strategy. Te Pae Tawhiti is a large-scale, multi-year Transformation Programme delivering services that are easier, more accessible and integrated across employment, housing, and income support with greater use of partnering. Achieving this vision will be a long-term journey for MSD. The outcome from this procurement will be the ability of MSD Improvement Systems and Technology group (IST) to deliver the requirements of the business efficiently and effectively. Having a panel of suppliers in place to provide resourcing will allow the Ministry to meet its objectives. So, there is need for MSD to establish a panel of specialised ICT suppliers to provide ongoing services as and when required.",Awarded,,0,20250410 Ministry of Social Development,26465960,Request for Quotations,Closed Competition,Staff Influenza Vaccination Programme,22.279.01,20221017,20221031,20230228,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development [MSD] is seeking quotes from Providers on the Employee Health Management Services Syndicated Agreement, under Influenza and Other Staff Vaccinations, to deliver their Staff Influenza Vaccination Programme. This Programme will require Providers to Provide on-site influenza vaccinations at MSD locations nationwide, as well as the via a voucher delivery option that is redeemable at Pharmacies and/or GP offices. Detailed requirements are attached in the RFQ, with additional information in the supporting documents.",Awarded,,100000,20250410 Ministry of Social Development,26472075,Request for Proposals,Open Competition,Te Tiriti o Waitangi and Te Reo Maori and tikanga training,,20221013,20221110,20231017,Procurement Solutions,Sole Agency,No,,"This RFP relates to the purchase of Te Tiriti o Waitangi and Te Reo Maori and tikanga training for MSD staff. We are wanting different service offerings including basic to advanced workshops, and different delivery options e.g., face-to-face, and virtual. To increase New Zealand business access to government procurement, this contract opportunity is not limited to one supplier.",Awarded,This procurement opportunity has been awarded to ten suppliers with sub-contractors to establish a panel of Providers.,0,20250410 Ministry of Social Development,26472084,Request for Quotations,Closed Competition,SafePlus Assessment,22.278.01,20221018,20221102,20221205,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development [MSD] is seeking quotes for an Agency-wide SafePlus Assessment. The Assessor will be required to: observe practices, behaviours, attitudes, perceptions, and culture onsite interview staff at all levels review the effectiveness of systems and processes. The Assessor will be required to travel to mutually agreed locations across the country to conduct the assessment. Upon completion of the assessment, the Assessor must provide MSD with a detailed report containing advice to guide the use of HSS resources to ensure effort is focused on areas requiring improvement. We will require the SafePlus Assessment to be completed by 26 June 2023, including all invoicing. Full requirements are available in the Request for Quote [RFQ] document in the Attachments.",Awarded,,0,20250410 Ministry of Social Development,26520915,Request for Proposals,Open Competition,"Request for Proposal Signage, Graphics, Window Tinting and Frosting",,20221021,20221124,20240226,Procurement Solutions,Sole Agency,No,,"We are approaching the market for one national supplier with the capability, capacity, and experience to deliver signage services including supply and install, window tinting, frosting and graphics",Awarded,,0,20250410 Ministry of Social Development,26521438,Request for Proposals,Closed Competition,Functional Review Phase Two,,20221025,20221115,20230308,Procurement Solutions,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Social Development,26521817,Request for Proposals,Open Competition,RFP Employment Placement Services Canterbury Region,MSD 2023.CTBR.EPS.01,20221025,20221121,20230502,Procurement Solutions,Sole Agency,No,,"Ministry of Social Development (MSD) assists people throughout their working lives to meet their work and financial income needs, plan for their futures, and connect and participate more fully in the social and economic life of their communities. MSD is committed to reducing the number of working age people who need to rely on a benefit, as a means of improving economic independence and social wellbeing. Through MSD, services are purchased to get the right support to assist people to prepare for, make the transition to, and stay in work. MSD seeks to engage providers to undertake delivery of the Employment Placement Service (EPS) programme in Canterbury Region from November 2022 to 30 September 2024. The aim of the Employment Placement Service is to assist clients to prepare for and achieve sustainable employment.",Awarded,,0,20250410 Ministry of Social Development,26536331,Request for Proposals,Closed Competition,Provisions of Delivery Partner for Enterprise Corporate Information Repository (ECIR) and associated Migration Services,22.194.01,20221031,20221207,20230301,Procurement Solutions,Sole Agency,No,,"MSD requires a Delivery Partner (or Consortia) to engage, guide and support our journey of creating and migrating to a new enterprise-wide content management platform. MSD requires a Delivery Partner who can provide the following services: a. Validate our information architecture blueprint and design and build the M365 and SharePoint Online platform including the new content structure and hierarchy b. Validate our requirements, recommend options, and develop the best method for meeting our Information Management objectives, including any software recommendations as required c. Analyse the content and data held within the legacy EDRMS and create a cohesive migration plan, based upon agreed criteria, for it to be moved to the new ECIR. This plan will also include any required transformations or metadata standardisation d. Provide an operational support model along with standard operating procedures, business processes, and skills matrixing required to run the system on an ongoing basis e. Provide fit for purpose training for identified Ministry staff enabling the Ministry to successfully manage and run the new repository on an ongoing basis f. Provide a framework to support the Ministry easily engaging skilled resource moving forward.",Awarded,,0,20250410 Ministry of Social Development,26568783,Request for Quotations,Closed Competition,In-depth study to understand experiences of the income support system,22.251.01,20221102,20221129,20230606,,Sole Agency,No,,"We want to buy an in-depth study with selected groups of people who participate in the New Zealand Income Support Survey, agree to be re-contacted, and give their informed consent to participate in another study",Not Awarded,,0,20250410 Ministry of Social Development,26581385,Request for Proposals,Open Competition,RFP - BOP Contracts Service Delivery,Reference Number 22.318.01,20221104,20221121,20230502,,Sole Agency,No,,"We are seeking to purchase a quality employment assistance and work placement service for at-risk and disadvantaged whanau to improve their ability to transition into sustainable employment. MSD is committed to reducing the number of working age people who need to rely on a benefit, as a means of improving economic independence and social wellbeing. MSD wishes to draw on expertise within Non-Government Organisations (NGO) and the private sector to enable the purchase of quality work readiness interventions and placement services for priority clients",Not Awarded,,0,20250410 Ministry of Social Development,26684011,Request for Proposals,Open Competition,Promoting New Zealand Sign Language (NZSL) to Aotearoa,22.349.01,20221128,20230224,20230701,Procurement Solutions,Sole Agency,No,,"Whaikaha - Ministry of Disabled People are seeking proposals for a three-year contract to promote NZSL across Aotearoa New Zealand. This contract will not be limited to a specific timeframe - you can propose a week, a month or a full year - we hope to receive innovative ideas on how NZSL can best be promoted. Our intended closing date for this tender is set for Friday 24 February 2023.",Awarded,"We are pleased to advise that the contract has been awarded to Deaf Aotearoa Holdings Limited. Thank you to all respondents for participating in this tender. We look forward to the effective promotion of the New Zealand Sign Language to all people across Aotearoa, New Zealand.",0,20250410 Ministry of Social Development,26727784,Request for Proposals,Closed Competition,Multi-project procurement of quantitative and qualitative evaluation services,22.293.01,20221213,20230123,20230517,,All of Government,No,,"The Ministry of Social Development, Te Manatu Whakahiato Ora (MSD), is seeking up tor three suppliers to deliver an environment scan of social outcomes using IDI administrative data, an e-survey of MSD-commissioned providers and descriptive analysis of sexual harm data. Required outputs include developing an infographic and supplementary technical report to explain Maori social outcomes in two regions for a community-based audience; benchmarking social service practice models for assessment of Maori cultural needs nationally, development of practice guidance and an evaluation report. This procurement is positioned across two separate projects. One project requires quantitative expertise and capacity to work in the IDI. The other project requires quantitative and Kaupapa Maori qualitative expertise. Suppliers can tender for quantitative components of one or both projects and the Kaupapa Maori qualitative component separately.",Awarded,,40000,20250410 Ministry of Social Development,26737356,Request for Proposals,Open Competition,Additional Emergency Respite Northern Region Whaikaha | Ministry of Disabled People,22.252.01,20221213,20230201,20240220,Procurement Solutions,All of Government,No,,"This RFP is issued by the Ministry of Social Development on behalf of Whaikaha | Ministry of Disabled People. We are seeking suppliers to provide four emergency respite care beds in the Northern Region for those with complex needs requiring residential care needing an urgent placement. The provision of these extra beds will provide time and support to transition people to other mainstream or more independent support options, or to a suitable community support option that allows for a return home to whanau. This opportunity aims to identify and contract with suitable providers who demonstrate the capability and capacity to successfully and rapidly setup, manage and operate an Emergency Respite Service within the Northern Region and ensure that wrap around support is available to people supported in these beds. The Northern Region (includes BoP, Greater Auckland, Waikato, Northland). Two beds are required in Auckland and two beds in Waikato to support all four NASC regions.",Not Awarded,The project could not be initiated with in the funding allocated,0,20250410 Ministry of Social Development,26737386,Request for Quotations,Closed Competition,Te Kahui Kahu Online Phase 2,22.407.01,20221213,20221219,20230127,,Sole Agency,No,,"The Te Kahui Kahu team is embedded within the Ministry of Social Development and accredits social service providers of the Ministry of Social Development, Oranga Tamariki, Ministry of Justice, Ministry of Housing and Urban Development, Ministry for Pacific Peoples and the Department of Corrections. The purpose of Te Kahui Kahu (Social Services Accreditation) is to provide government and communities with independent assurance that social service providers can deliver safe, quality services to New Zealand. We require 2 Full Time Equivalent (FTE) Test Analysts, one of which will be a lead tester, to assist with the design-build component of Phase 2. Testers must have Salesforce knowledge and experience. The supplier will manage testing and will work with an existing 0.5FTE MSD tester to develop the testing plan, write testing scripts, test execution and test reporting. The testing will span across five two-week sprints. Phase 3 work is planned for 2024. Further resourcing may be required to support this additional work.",Awarded,,0,20250410 Ministry of Social Development,26778456,Award Notice,Open Competition,IBM Business Partner,,20220222,20220323,20221223,,Sole Agency,No,,"IBM software products are used across the Ministry to stand up a range of critical systems including the integration layer that passes data between core systems. Historically MSD have purchased IBM products and associated support services directly from IBM however in January 2021, IBM announced a worldwide change to operate using a reseller/business partner model away from their current direct engagement model with customers. The objective of this procurement is to select a single strategic IBM Business Partner to provide both transactional and consultancy services to MSD",Awarded,,0,20250410 Ministry of Social Development,26780605,Request for Quotations,Closed Competition,External Partner to Support Whaikaha Recruitment,22.384.04,20230119,20230214,20230621,Procurement Solutions,All of Government,No,,,Awarded,,0,20250410 Ministry of Social Development,26789845,Request for Proposals,Closed Competition,E-invoicing Access Point Provider,22.313.01,20230111,20230206,20230324,Procurement Solutions,All of Government,No,,,Awarded,,0,20250410 Ministry of Social Development,26804600,Request for Proposals,Open Competition,Heartland Services to Rural and Isolated Community Locations (8 Locations),22.380.01,20230124,20230307,20230701,Service Delivery,Sole Agency,No,,"MSD wishes to procure Heartlands in rural and isolated communities across New Zealand. Heartlands aims to ensure people and whanau in rural and geographically isolated communities have equitable access to government and NGO services. Originally this RFP was for 15 locations however, due to Cyclone Gabrielle we have now broken the procurement of Heartlands services into three separate RFPs. This 1st RFP is to extend Heartlands across New Zealand and is seeking community providers located in the following new locations: Foxton Martinborough Opunake Riverton/Aparima Matamata Picton Mangakino Te Kuiti The term of the service agreement will be from approx. May 2023 (or as negotiated with the successful providers) to 30 June 2025, with one three year right of renewal ending 30 June 2028. Go to the attachment and addenda sections to download all the RFP documents you need. Note: Subsequent RFPs are published on GETS under separate RFPs and will include the following: 2nd RFP - includes locations in Waihi, Mangawhai Heads, Hokianga/Kaikohe, and Kaitaia. - RFP Closing Date 04 April 2023 3rd RFP - includes locations in Dargaville, Wairoa, and Ruatoria. - RFP Closing Date 04 May 2023",Awarded,Te Piki Oranga - Picton,0,20250410 Ministry of Social Development,26824669,Request for Proposals,Open Competition,Payroll and HRIS Reporting Tool,22.361.01,20230119,20230216,20230703,Procurement Solutions,Sole Agency,No,,"MSD is in the process of replacing its old payroll system with SAP SuccessFactors ECP. While SAP SF EC and ECP each have good reporting options built into them, there are constraints when combining and reporting data held within each of these modules. The reporting tool we select will enable MSD to better meet its obligations as an employer by providing reporting and information on HRIS and payroll performance through the SAP SuccessFactors platform (specifically Employee Central and Employee Central Payroll). The tool will be able to be configured with a range of permissions and reports and can be run in real time, without affecting processing activities such as the pay run execution.",Awarded,,0,20250410 Ministry of Social Development,26897860,Request for Tenders,Closed Competition,Verint Impact 360 Software Master Licence and Support Services,,20230207,20230306,20230630,Procurement Solutions,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to source a Supplier who can provide the Master Licence for Verints Impact 360 Workforce Management software, and all Support Services (ServiceDesk, Incident, Problem, Change & Service Management). The successful Supplier will provide MSD with Verint Support Services upon the contract being executed. The successful Supplier will provide MSD with both the Verint Master Licence for Impact 360 and Verint Support Services from 1 July 2023.",Awarded,,0,20250410 Ministry of Social Development,26899865,Request for Proposals,Open Competition,Driver License Training and Support Programme,22.317.01,20230203,20230317,20230703,Procurement Solutions,Sole Agency,No,,"This RFP follows on from our Advance Notice advising of this tender opportunity. Ministry of Social Development (MSD) is committed to supporting people to improve their economic independence and social wellbeing. The driver licence support programme is intended to contribute to this objective. We are currently seeking organisations that will support New Zealanders to overcome barriers and gain a driver licence to strengthen their independence and improve their work readiness, reduce fines, improve accessibility, and increase wellbeing. The Ministry wishes to draw on expertise within Non-Government Organisations (NGOs) and the private sector or groups collaborating and partnering to achieve this and is inviting responses from Providers who can deliver the services as described in the RFP document. The closing date for proposals has been extended longer than originally intended to acknowledge that some organisations may have been affected by the recent adverse weather events. We trust this will assist affected respondents however please be aware we may need to move some dates for follow on activity as we progress this tender. Please refer to addenda for further changes to dates for this RFP.",Awarded,,0,20250410 Ministry of Social Development,26982801,Request for Proposals,Open Competition,Heartland Services to Rural and Isolated Community Locations (4 Locations),22.380.02,20230222,20230404,20230701,Service Delivery,Sole Agency,No,,"MSD wishes to procure Heartlands in rural and isolated communities across New Zealand. Heartlands aims to ensure people and whanau in rural and geographically isolated communities have equitable access to government and NGO services. The original Heartlands RFP was for 15 locations however, due to Cyclone Gabrielle we have now broken the procurement of Heartlands services into three separate RFPs. This 2nd RFP is to extend Heartlands across New Zealand and is seeking community providers located in the following new locations: Waihi Mangawhai Heads Hokianga/Kaikohe Kaitaia The term of the service agreement will be from approx. May/June 2023 (or as negotiated with the successful providers) to 30 June 2025, with one three year right of renewal ending 30 June 2028. Go to the attachment and addenda sections to download all the RFP documents you need. Note: Subsequent RFPs are published on GETS under separate RFPs and will include the following: 1st RFP - includes locations in Foxton, Martinborough, Opunake, Riverton/Aparima, Matamata, Picton, Mangakino, Te Kuiti. - RFP Closing Date 07 March 2023 3rd RFP - includes locations in Dargaville, Wairoa, and Ruatoria. - RFP Closing Date 04 May 2023 Payments for the Heartlands service will be upon contract signing, then quarterly for the duration of the contract in line with the standard MSD payment dates (20 July, 20 October, 15 December and 20 April). The payment schedule outlined in the draft Outcome Agreement reflect these standard dates. Outcome Agreements will be drafted with successful providers and each payment (date and amount) will be clearly communicated in individual contracts.",Awarded,,0,20250410 Ministry of Social Development,26983896,Request for Proposals,Open Competition,Heartland Services to Rural and Isolated Community Locations (3 Locations),22.380.03,20230222,20230504,20230701,Service Delivery,Sole Agency,No,,"MSD wishes to procure Heartlands in rural and isolated communities across New Zealand. Heartlands aims to ensure people and whanau in rural and geographically isolated communities have equitable access to government and NGO services. The original Heartlands RFP was for 15 locations however, due to Cyclone Gabrielle we have now broken the procurement of Heartlands services into three separate RFPs. This 3rd RFP is to extend Heartlands across New Zealand and is seeking community providers located in the following new locations: Dargaville Wairoa Ruatoria The term of the service agreement will be from approx. May/June 2023 (or as negotiated with the successful providers) to 30 June 2025, with one three year right of renewal ending 30 June 2028. Go to the attachment and addenda sections to download all the RFP documents you need. Note: Subsequent RFPs are published on GETS under separate RFPs and will include the following: 1st RFP - includes locations in Foxton, Martinborough, Opunake, Riverton/Aparima, Matamata, Picton, Mangakino, Te Kuiti. - RFP Closing Date 07 March 2023 2nd RFP - includes locations in Waihi, Mangawhai Heads, Hokianga/Kaikohe, and Kaitaia. - RFP Closing Date 04 April 2023 Payments for the Heartlands service will be upon contract signing, then quarterly for the duration of the contract in line with the standard MSD payment dates (20 July, 20 October, 15 December and 20 April). The payment schedule outlined in the draft Outcome Agreement reflect these standard dates. Outcome Agreements will be drafted with successful providers and each payment (date and amount) will be clearly communicated in individual contracts.",Awarded,,0,20250410 Ministry of Social Development,27041049,Request for Proposals,Open Competition,Primary Sector Employment Pathways,,20230306,20230411,20241128,Procurement Solutions,Sole Agency,No,,"MSD are undertaking this market engagement to engage a suitably qualified Respondent / Respondents to enable MSD Industry Partnerships to select one or more Providers that will deliver recruitment, assessment and employment placement programmes that result in MSD clients gaining employment in Primary Sector Industries. A key distinction is that we are looking to contract employment programmes, i.e., not stand-alone training or courses. Quality recruitment processes, employment brokerage and ongoing in-work support are the essential ingredients that will drive the sustainable employment outcomes we seek for our clients.",Awarded,,0,20250410 Ministry of Social Development,27050272,Request for Proposals,Closed Competition,Love Better Research,22.410.01,20230308,20230324,20230531,,All of Government,No,,"This RFP is issued by the Ministry of Social Development (MSD). MSD is about to launch a three-year youth development campaign called Love Better (the campaign) targeting young people (16-24 years) and aimed at fostering safe, positive, and equal relationships. The campaign requires robust evidence to evaluate the impact and to ensure all further phases developed are evidence-informed. Further research and evaluation throughout these three years will be determined by the findings of this first evaluation. The campaign will require continual research and evaluation throughout the three-year programme, and you will be providing key services to ensure the longevity and quality of the programme throughout its duration.",Awarded,,0,20250410 Ministry of Social Development,27171007,Request for Proposals,Closed Competition,Love Better Website,22.439.01,20230331,20230427,20230717,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by the Ministry of Social Development (MSD). MSD requires a suitably qualified and experienced supplier to design, develop and host a new website on Silverstripe to support young people. This website will become an integral part of the Love Better youth campaign. Love Better is a new, multi-year social campaign to support young people to have safer, more positive, and equal relationships. MSD is looking for a website solution which connects and forms a base for the cohesive multi-channel delivery of the campaign.",Awarded,,0,20250410 Ministry of Social Development,27227652,Request for Proposals,Open Competition,Community Capability Development Services,23.018.01,20230411,20230518,20230816,Procurement Solutions,Sole Agency,No,,"This Request for Proposal (RFP) is issued by Whaikaha - Ministry of Disabled People. Whaikaha is seeking to identify organisations and entities with the skills, knowledge and resources so that better outcomes for, and with, disabled people are achieved through a community-led development approach that is based on the Enabling Good Lives (EGL) principles and approach. The approaches, activities, and services will focus primarily on working with communities to develop their capability to ensure disabled people, their family/whanau are able to exercise leadership, and greater choice and control over the services and supports available to them so that they have a good life.",Awarded,,1000000,20250410 Ministry of Social Development,27229900,Request for Proposals,Closed Competition,External Legal Services,23.015.01,20230412,20230502,20230613,Procurement Solutions,All of Government,No,,"This RFP is a secondary process under the MBIE syndicated external legal services panel. The objectives of this procurement are to increase the capacity and improve capability of Corporate Legal team and key client groups. This will be done by: Ensuring our business stakeholders have access to a dedicated resource to provide high quality legal advice and services as required, particularly in relation to specific projects (including Te Pae Tawhiti). Supporting the team to design and implement a programme to increase the capability of the Corporate Legal team, key clients (such as procurement advisors, privacy advisors and contract managers) and other MSD Legal staff across the range of legal areas. As well as providing ad hoc training when required. Providing the Corporate Legal team with a pool of external resources which it can utilise to service business as usual legal advice and services as requested by the team.",Awarded,,0,20250410 Ministry of Social Development,27241882,Request for Proposals,Closed Competition,Facilitation services through disabled people and whanau,,20230413,20230503,20230731,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suppliers selected by Whaikaha (Ministry of Disabled People) for the provision of facilitation support services through disabled persons and whanau. Whaikaha approach to supporting the community is undergoing a transformation guided by the Enabling Good Lives vision and principles, with an emphasis on supporting disabled people and whanau to plan and build self-determined good lives. Key to supporting disabled people and whanau are our Needs Assessment Service Coordination (Agencies). Due to the current pressures on our NASC agencies from increased numbers of people accessing support and the complexity of the situations that NASC staff are being required to respond to, we are seeking facilitation support services that will build self-determination, confidence and capacity in disabled people and their whanau. The implementation of the facilitation services will deliver community based and locally delivered solutions and support that are disabled person and whanau led and that will reduce pressure on the NASC agencies. If this RFP is of interest to you and you think you have the skills or capability to meet our requirements, please take this opportunity to make a significant difference in the lives of disabled people, family / whanau and your community by submitting your response in the response form attached. We are offering a supplier briefing on Monday 17 April for all interested suppliers. This is an opportunity to hear more from Whaikaha about this tender and the services we are seeking. Details to register for the supplier briefing are in the attached RFP document. We have included a 'tips for tendering' document to help you and you can use the questions and answers function in GETS for any queries.",Awarded,This tender has been awarded to the above suppliers.,0,20250410 Ministry of Social Development,27311369,Request for Proposals,Closed Competition,Evaluation of Pasefika Proud - 10 Years On,,20230519,20230616,20230911,Procurement Solutions,Sole Agency,No,,,Not Awarded,,0,20250410 Ministry of Social Development,27388352,Request for Proposals,Open Competition,Professional Learning and Development for NZSL Tutors,,20230512,20230602,20230630,Procurement Solutions,Sole Agency,No,,"The purpose of this RFP is to engage a suitably qualified supplier to deliver Professional Learning and Development (PLD) to support the quality teaching and learning of New Zealand Sign Language (NZSL) across Aotearoa New Zealand. High quality NZSL teaching is an important way to encourage people to learn more NZSL and to grow the capability and capacity of quality NZSL Tutors nationwide. If this RFP is of interest to you and you think you have the skills or capability to meet our requirements, please take this opportunity to support NZSL teaching practices by submitting your response in the response form attached. We are offering a supplier briefing on Friday 19 May for all interested suppliers. This is an opportunity to hear more from Whaikaha about this tender and the services we are seeking. Details to register for the supplier briefing are in the attached RFP document.",Awarded,,0,20250410 Ministry of Social Development,27393898,Request for Proposals,Open Competition,Financial Capability Helpline [currently known as MoneyTalks],22.341.01,20230515,20230613,20240328,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (MSD) wants to continue the delivery of a national financial capability helpline that is also the entry point for financial capability services. The provider can be located anywhere in New Zealand. The existing helpline that the Ministry contracted to be put in place and that the Ministry has been funding is known as MoneyTalks. The helpline is unique in that it is the only free helpline in New Zealand that provides callers with assistance regarding financial matters such as debt, financial stressors, and advocacy. The helpline provides effective and early intervention that is impartial and free of charge, enabling it to reach clients early in their debt cycle and ensure access to the right support and services. As such, it is often an entry-point for Building Financial Capability (BFC) face-to-face services, where clients can discuss their whole financial situation and receive support from financial mentors or be referred to other debt support, social and health services. The Provider will need to have expertise in providing not only the helpline but also in supporting the development and maintenance of the associated infrastructure (e.g., phone lines and websites), either itself or through an approved subcontractor. Within the overall Building Financial Capability [BFC] aim of improving the financial capability of New Zealanders, this service is designed to engage and support a greater number of New Zealanders with: Access to financial support services After-hours services Broad capability and reach through telephony technology (initial modes including online chat, text/SMS, phone, and email) Identification of need and coordination with other relevant BFC services/support Trained staff (financial mentors specially trained in this area)",Awarded,,0,20250410 Ministry of Social Development,27395112,Request for Proposals,Open Competition,Qualitative research: Cultural perspectives on abuse of older people (AOP),,20230515,20230609,20231030,,Sole Agency,No,,"MSD is looking for a supplier to undertake qualitative research to provide insights into how abuse of older people (AOP - also known as elder abuse) is understood and experienced across cultural and ethnic groups in Aotearoa. This research is a foundational part of MSDs Prevention of abuse of older people (AOP) work programme. This work programme is part of the coordinated approach by Tu Puna Aonui partners to implement Te Aorerekura: The National Strategy to Eliminate Family Violence and Sexual Violence. The Prevention of AOP work programme is guided by the needs and wellbeing of all older people in Aotearoa, and prioritises diversity, equity and inclusion across its design, development and implementation. It is critical that this research is delivered in line with these priorities.",Awarded,,0,20250410 Ministry of Social Development,27409324,Request for Proposals,Open Competition,Prevention of Abuse of Older People Development of Screening Tool,,20230517,20230613,20240208,,Sole Agency,No,,"MSD is looking for a supplier to develop, test and refine a new screening tool for abuse of older people (AOP also known as elder abuse) in Aotearoa. The development of a new screening tool for AOP is an important part of MSDs Prevention of abuse of older people (AOP) work programme. This work programme is part of the coordinated approach by Tu Puna Aonui partners to implement Te Aorerekura: The National Strategy to Eliminate Family Violence and Sexual Violence. The Prevention of AOP work programme is guided by the needs and wellbeing of all older people in Aotearoa, and prioritises diversity, equity and inclusion across its design, development and implementation. It is critical that the development of a new screening tool for AOP in Aotearoa is delivered in line with these priorities.",Not Awarded,,0,20250410 Ministry of Social Development,27416428,Request for Proposals,Open Competition,Opotiki Employment Placement Service Project Reference Number 23.109.01,Reference Number 23.109.01,20230518,20230607,20230831,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) are seeking to purchase an employment assistance and work placement service for at-risk and disadvantaged whanau to improve their ability to transition into sustainable employment, enhancing their financial self-sufficiency and social welfare. MSD is committed to reducing the number of working age people who need to rely on a benefit, as a means of improving economic independence, social wellbeing, and long-term financial stability. MSD wishes to draw on the expertise within Non-Government Organisations (NGO) and the private sector to enable the purchase of quality work readiness interventions and placement services for priority clients. What we need MSD seeks to engage a provider to undertake the delivery of an Employment Placement Service (EPS) programme in the Opotiki region supporting whanau into a three-tiered service model from August 2023 to July 2025. The aim of the Employment Placement Service is to: Provide support to participants using an approach that is appropriate, individualised and delivered in a manner that is sensitive to the participants needs, and delivered in an environment that is positive and encourages engagement. Assist participants to exit benefit into sustainable employment by linking participants with industry sector employers.",Awarded,,0,20250410 Ministry of Social Development,27453157,Request for Proposals,Open Competition,To Establish a Panel of Career Practitioners to provide a Direct Career Service,,20230525,20230622,20230901,Procurement Solutions,All of Government,No,,,Awarded,"The Preferred Respondents by Region Northland > Kerikeri > Work Ready NZ > Whangarei > New Focus & Work Ready NZ Auckland > Takapuna > Suzanne Perrin > Waitakere > Aspire Solutions Limited & Mandy Bunce Career Services > Queen Street > Mandy Bunce Career Services & Lifeworks 4 Me Limited > Tamaki > No supplier selected > Mangere > Aspire Solutions Limited & Merrielyn McDougall > Papakura > New Zealand Creative Enterprise Limited Waikato > Dinsdale > Career Tree > Five Cross Roads > Compass Careers Limited & JR Tamaki Ltd Bay of Plenty > Mount Maunganui > Career Solutions Limited > Rotorua > Goal Digger Career Solutions Limited > Whakatane > ETL Limited East Coast > Gisborne > Rainbow 2000 Ltd T/A Career Compass > Napier > Accomplish Vocational Services Limited > Hastings > Accomplish Vocational Services Limited Taranaki > New Plymouth > Purpose Careers Limited > Taumarunui > No supplier selected > Whanganui > No supplier selected Central > Palmerston North > The Work Space > Masterton > Evolve Careers Limited & Career Talk Wellington > Lower Hutt > Alan Taylor > Porirua > Thrive Career Services & MTV Limited > Willis Street > Career Consulting Ltd & MTV Limited Nelson > Nelson City > Kay Margaret McPherson > Blenheim > Kay Margaret McPherson > Greymouth > Kay Margaret McPherson Canterbury > Rangiora > Hemali Rahul Shah > Linwood > Enact Vocational Services > Hornby > Career Savvy > Sydenham > Enact Vocational Services > Papanui > Proactive Rehab Limited Southern > Timaru > No supplier selected > Queenstown > Southern Directionz Ltd > Dunedin > The CV Site > Invercargill > Southern Directionz Ltd",0,20250410 ,,,,,,,,,,,,,,,,, Ministry of Social Development,27486468,Request for Proposals,Closed Competition,"Organisational Planning, Performance and Governance Development",23.208.01,20230606,20230629,20230831,Procurement Solutions,All of Government,No,,,Awarded,,0,20250410 Ministry of Social Development,27501012,Request for Proposals,Open Competition,ICT Resources and Professional Services (CRAM) Supplier Panel Invite,,20230607,20230704,20231205,,Sole Agency,No,,The purpose of this Request for Proposal is to open the existing MSD ICT Resources and Professional Services (CRAM) Supplier Panel established in 2021 to additional suppliers. Suppliers will have the capacity and capability to expert Cram technical resources to MSD on a programme increment basis.,Awarded,,0,20250410 Ministry of Social Development,27506671,Request for Proposals,Open Competition,The Generator Programme,22.340.01,20230607,20230710,20241128,Service Delivery,Sole Agency,No,,"The Generator is a community action initiative to support income-generating activities. The Generator programme provides applicants with support to develop their ideas and work through agreed success steps to receive seed funding and transform their initiatives into sustainable micro-enterprises or businesses. A successful provider will need to have a good track record in the management and implementation of a grant and business support programme, and expertise in providing wrap-around support to the participants across each step of their Generator journey, with a particular focus on helping people experiencing financial hardship. The Generator programme will focus on what works through a high-trust engagement model and will be well adapted to meet the needs of diverse clients, including Maori and Pasifika. The Generator programme requires a flexible and adaptable delivery approach, responsive to the specific needs and unique characteristics of all people applying to The Generator Programme and provided in a way that is consistent with peoples social, economic, political, cultural and spiritual values.",Awarded,,0,20250410 Ministry of Social Development,27551795,Request for Proposals,Open Competition,"RFP - Integrated Safety Response (ISR) to Family Violence, Canterbury",23.145.01,20230619,20230713,20231101,,Sole Agency,No,,"The Ministry of Social Development (MSD) needs to procure professional support services for high, medium and low-risk perpetrators and victims of family harm. This Service aims to reduce further harm and provide an Integrated Safety Response to family violence in Canterbury. The service will be delivered by specialist Family Harm Practitioners and other support roles. Details about the range and the number of roles required are outlined in Section 3.4 of the RFP. The Integrated Safety Response (ISR) is a multi-agency intervention designed to ensure the immediate safety of family violence victims and children, and to work with perpetrators to prevent further violence. ISR takes a whole-of-family and whanau approach that puts the risk and needs of family and whanau at the centre. The Provider briefing session is scheduled for 22 June 2023. If you would like to attend, please email our Point of Contact to register.",Awarded,"The contracts awarded to the following providers: 1) Battered Womens Trust on behalf of the Canterbury Whanau Safety Services Collaboration with the cost of $2,660,000 per annum, and 2) He Waka Tapu Ltd on behalf of the Otautahi Tu Pono Co-lab with the cost of $2,610,000 per annum.",5270000,20250410 Ministry of Social Development,27604164,Request for Proposals,Open Competition,Co-design supplier services - violence prevention in ethnic communities,,20230623,20230719,20231011,Procurement Solutions,Sole Agency,No,,"An ethnic communities violence prevention work programme has been established at Ministry of Social Development (MSD), being led by our Maori, Communities and Partnerships group. This work is a part of Budget 22 investment and reflects MSDs commitments to Te Aorerekura (The National Strategy to Eliminate Family Violence and Sexual Violence). Specifically, it addresses commitments to Action 23 in Te Aorerekura: develop prevention programmes for ethnic communities. MSD is approaching the market for a Supplier who is a co-design expert and is: - Experienced in working with ethnic communities - Has the ability to identify and apply methodologies that are culturally responsive - Contributes to developing and delivering co-design/community development approaches with Aotearoas ethnically marginalised communities and organisations, especially those from South Asian communities in Auckland, who work with, and support, those affected by family and sexual violence.",Awarded,,0,20250410 Ministry of Social Development,27682776,Request for Proposals,Open Competition,Transformation Partner Services and the provision of a Service Experience Platform,23.068.01,20230710,20230919,20240809,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) is embarking on a transformational change that will deliver a new service model enabled by new capabilities, systems, and processes. MSD is the lead agency for managing and delivering New Zealands welfare system on behalf of the Government, and the primary provider of social policy and advice to Government. MSD is excited to be releasing this Request for Proposal for the procurement of Transformation Partner Services and the provision of a Service Experience Platform. The Transformation Partner Service Experience (SE) will work with us to transform the way we deliver services and implement a Service Experience Platform a foundational technology platform that enables our future service model and enhances the end-to-end service experience for clients, partners, and staff. The functional scope of the Service Experience Platform that you will be designing and delivering is extensive and market engagement has shown that the platform might consist of a small number of interoperable products. The Transformation Partner SE we are seeking is one who can bring leading products, innovative thinking, and insights drawn from experience, to implement the platform and utilise the full extent of its capabilities to redesign how we deliver services. The programme to transform the way we deliver services represents a substantial investment for MSD and will run for many years. MSD looks forward to working alongside a skilled, multi-disciplinary team to successively deliver positive change and value for our clients, partners, and staff over the duration of the programme. Important dates to note are: RFP release date 10 July 2023 Vendor online Q and A sessions - 9:30am-10:30am 25 July 2023 - 9:30am-10:30am 15 August 2023 - 9:30am-10:30am 5 September 2023 Send your Notification of Intent to Respond by 31 July 2023 Deadline for Questions 11 September 2023 Deadline for MSD to answer questions 14 September 2023 Deadline for Proposals- 12pm 19 September 2023",Awarded,"On Friday 9 August the Ministry of Social Development signed a Master Services Agreement (MSA) with a Service Experience Transformation Partner. The first stage of work agreed is for Discovery. The Statement of Work for Discovery is for 19 weeks, worth $8.5M. The MSA is with PwC New Zealand who have partnered with solution providers, Salesforce and Adobe, and other New Zealand companies Assurity, Ghost and Sysdoc for implementation.",8500000,20250410 Ministry of Social Development,27698197,Request for Proposals,Open Competition,Western Bay of Plenty Employment Placement Service,23.274.01,20230718,20230810,20231001,Service Delivery,Sole Agency,No,,"The Ministry of Social Development wishes to seek out a maximum of two proficient service providers to deliver Employment Placement Service (EPS) programmes in the Western Bay of Plenty region (Katikati to Paengaroa). The programmes will support whanau into a three-tiered service model from October 2023 to September 2025. The aim of the EPS is to: provide support to participants using an approach that is appropriate, individualised and delivered in a manner that is sensitive to the participants needs, and delivered in an environment that is positive and encourages engagement. assist participants to exit benefit into sustainable employment by linking participants with industry sector employers.",Awarded,,1002200,20250410 Ministry of Social Development,27720297,Request for Proposals,Open Competition,Wrap-Around Support Service: Te Huarahi ki te Oranga Auckland,,20230717,20230814,20241128,Procurement Solutions,Sole Agency,No,,,Awarded,This was not closed off on GETS by Lei Solia before she resigned.,0,20250410 Ministry of Social Development,27739853,Request for Proposals,Open Competition,RFP - IST Online Training Platform,,20230720,20230817,20231115,Procurement Solutions,Sole Agency,No,,"We require a comprehensive online learning platform which can deliver to our Improvement, Systems and Technology (IST) staff a digital learning experience which enables them to upskill, practice and advance their knowledge in their chosen specialities. We require a system which allows IST staff to track their progress against the skills needed in their role, be guided to what courses and content they should undertake to grow their capabilities. The system selected should offer learning options which include the following mediums: Online video and audio Lessons and exercises Sandbox virtual machines for practicing learning Ebook and Audiobooks Practice exams and assessments",Awarded,,0,20250410 Ministry of Social Development,27758409,Request for Proposals,Open Competition,Heartland Services to Rural and Isolated Community Locations (21 Locations),27746305,20230808,20230912,20240805,Partnering for Outcomes,Sole Agency,No,,"Request for Proposal (RFP) is for 21 rural and isolated communities across New Zealand. The term of the service agreement will be from 01 July 2024 to 30 June 2028. Heartlands was established in 2001 to support whanau residing in rural and isolated communities across Aotearoa to access Government and community advice, support, and services, as well as access to technology. Heartlands is free of charge to anyone in the community and the service is to provide equitable access to government and non-government services. Heartlands service includes: co-ordinating and referring whanau to government and non-government agencies and services, depending on whanau need. maintaining a link between government, local councils and communities to strengthen the co-ordination of local services. providing physical spaces for people and agencies to meet with one another. MSD is wanting to extend Heartlands in new locations across New Zealand and is seeking community providers located in the following locations to deliver Heartlands: Helensville Akaroa Waipukurau Chatham Islands Wanaka Tararua Balclutha Coromandel (town centre) Kawerau Murupara Franklin District Opotiki Te Anau Takaka Fairlie Gore Westport Hokitika Kaikoura Twizel Waimate Heartlands Timeframes Respondent RFP Questions and Answer Session 17 August 2023 Release Heartlands RFP on GETs Tuesday 08 August 2023 Deadline for Questions 05 September 2023 RFP Closes on GETs Tuesday 12 September 2023 Contract commencement 01 July 2024 ** Further information regarding the tender can be found in the attached documents, found in the Attachments area of this site ** To register for the RFP Questions and Answer Session, please register through this link: https://events.teams.microsoft.com/event/5f6a1950-0ebb-4d47-bef3-f85a4286f179@e40c4f52-99bd-4d4f-bf7e-d001a2ca6556 Copy and paste into your browser.",Awarded,,11928515,20250410 Ministry of Social Development,27781052,Request for Proposals,Open Competition,Request for Proposals - Akonga Youth Development Community Fund,23.280.01,20230803,20230829,20240116,Ministry of Youth Development,Sole Agency,No,,"The Ministry of Youth Development (MYD) Te Manatu Whakahiato Taiohi is seeking youth development, iwi, and community-based providers to provide early intervention and prevention youth development programmes. For the next two calendar years (2024 and 2025 only), programmes will provide targeted support for 2,750 at-risk akonga (aged 12 to 21 years) per year to strengthen their resilience, stay engaged in their education journey, and achieve better pathways for success. Programmes will support akonga to achieve the following outcomes: an increased level of engagement in their learning and aspiration for their future, or transition to further training or employment stronger connections with whanau, iwi, community, and other support services including schools, health, and youth services increased confidence in their learning environments for younger akonga aged 12 to 15 years a clear plan for their futures for older akonga aged 16 to 21 years. Important dates to note are: RFP release date 03 August 2023 Deadline for providers to register for provider briefing session 2pm, 09 August 2023 Provider briefing session via Microsoft Teams 2pm-3pm, 10 August 2023 Deadline for questions 5pm, 21 August 2023 Deadline for Proposals 5pm, 29 August 2023 Please refer to the RFP documentation for further detail.",Awarded,,9702000,20250410 Ministry of Social Development,27847141,Request for Proposals,Open Competition,Building Financial Capability Services - Core Request for Proposals,23.250.01,20230808,20230913,20240701,Partnering for Outcomes,Sole Agency,No,,"Building Financial Capability services include a range of Ministry of Social Development (MSD)-funded services that help people and whanau to improve their financial wellbeing. Building Financial Capability takes a strengths-based approach to empower people to get control of their money, set goals and achieve long-term, sustainable change. The buyer wishes to appoint Building Financial Capability Providers that can deliver free-to-user financial mentoring and/or MoneyMates throughout New Zealand. Financial mentoring is a one-on-one service focused on helping people and whanau with their finances. MoneyMates are support groups that encourage people to learn from others as they talk about money and finances.",Awarded,#NAME?,96930000,20250410 Ministry of Social Development,27873367,Request for Proposals,Open Competition,23.149.01 Prevalence Study of Abuse of Older People - Stage 1 and 2,23.149.01,20230812,20231009,20231220,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development is looking for a supplier to deliver Stages 1 (Feasibility and methodological design) and 2 (Data collection and high-level findings) of a national population-level prevalence study of the abuse of older people (AOP - also known as elder abuse) in Aotearoa. This research is a foundational part of MSDs Prevention of abuse of older people (AOP) work programme . This work programme is part of the coordinated approach by Te Puna Aonui partners to implement Te Aorerekura: The National Strategy to Eliminate Family Violence and Sexual Violence. In conducting a national population-level prevalence study of abuse of older people (AOP), MSDs overall objectives are to: a) Build a national population-level data set on the prevalence of AOP; b) Support the development of an intersectional understanding of the drivers of harm, reinforcing factors, and protective factors relating to AOP in Aotearoa; and c) Inform future investment decisions in relation to AOP.",Awarded,,0,20250410 Ministry of Social Development,27986382,Request for Proposals,Open Competition,Request for Proposals for Whanau Safety Services in two regions,23.193.01 / SSFC0015,20230830,20230927,20240603,Procurement Solutions,Sole Agency,No,,"The Ministry of Social Development (MSD) will be seeking specialist family violence providers who are culturally responsive and have the capacity and the experience to deliver specialist family violence services to people who are bound by a Police Safety Order and their whanau. This is a unique opportunity to be part of a new family violence initiative to improve the effectiveness of PSOs, and as a result reduce the risk of people using violence and improve individual and whanau wellbeing. The opportunity will include, but not be limited to: a risk and needs assessment tailored to people who have been issued a PSO and their whanau safety and goal planning 24/7 supported accommodation in Tauranga and either Porirua or Lower Hutt, for people who identify as male over the age of 18 years old, who are bound by a PSO general, holistic support e.g. supporting the person to access Work and Income and job interviews etc delivering and/or connecting the person bound by a PSO and their whanau with therapeutic interventions e.g. counselling, supported employment, and addiction services kaimahi outreach, where support is offered to people bound by a PSO in a range of locations within the regions where the supported accommodation is located, as well as remotely, to increase accessibility. If you are interested in learning more about this opportunity, please register your organisation on GETS.",Awarded,,5472000,20250410 Ministry of Social Development,28038530,Request for Proposals,Open Competition,Pasefika Proud Evaluation,,20230906,20231006,20240124,,Sole Agency,No,,"The Ministry of Development is seeking to engage a suitably qualified supplier to complete an outcomes-focused evaluation on the achievements of Pasefika Proud from 2011-2022. Since inception, Pasefika Proud has highlighted key issues for Pacific peoples and the need for community-led solutions that prioritise prevention. Approaches and actions have evolved over time in response to emerging evidence, policy development, community dialogue and need.",Awarded,,0,20250410 Ministry of Social Development,28151274,Request for Proposals,Closed Competition,"RFP - Integrated Safety Response (ISR) to Family Violence, Waikato",23.345.01,20230925,20231019,20240301,,Sole Agency,No,,"The Ministry of Social Development (MSD) needs to procure family violence support services for high, medium and low-risk whanau of family violence. This Service aims to reduce further harm and provide an Integrated Safety Response to family violence in the Waikato Police District. The service will be delivered by specialist family violence and support services practitioners - Kaimahi. More details including the number of roles required are outlined in Section 3.3 of the RFP. The Integrated Safety Response (ISR) is a multi-agency intervention designed to ensure the immediate safety of family violence whanau, and to work with whanau to prevent further violence. ISR takes a whole-of-family and whanau approach that puts the risk and needs of family and whanau at the centre. The Provider briefing session is scheduled for 2:00 pm on 28 September 2023. If you would like to attend, please self-register via the link below: https://events.teams.microsoft.com/event/284a66d4-c964-4b35-a60a-6a66de168d26@e40c4f52-99bd-4d4f-bf7e-d001a2ca6556",Awarded,,11989250,20250410 Ministry of Social Development,28238158,Request for Proposals,Closed Competition,Help Seeking Campaign Market Research and Evaluation,23.359.01,20231009,20231031,20231215,,Sole Agency,No,,"MSD want to engage a suitably qualified supplier to conduct research and evaluation for the Social Action team and its family violence primary prevention initiatives: The Campaign for Action on Family Violence (the Campaign) and The Prevention of Abuse of Older People. Specifically, MSD wish to secure a supplier that can perform market research and evaluation to build and collect insights from key campaigns built for, and that contribute to, the wider outcomes of each initiative.",Awarded,,1000000,20250410 Ministry of Social Development,28306427,Request for Proposals,Open Competition,E Tu Whanau specialist Maori communication services,23.373.01,20231020,20231120,20231231,,Sole Agency,No,,"E Tu Whanau is a kaupapa Maori strategy to strengthen whanau, build the protective factors, and change the attitudes, behaviours, and norms that both generate and sustain violence. The initiative was established by Maori for Maori in 2008, and operates as a Maori / Crown partnership, whereby communities and whanau shape and lead the kaupapa, while the E Tu Whanau team at MSD provides support. E Tu Whanau also supports former refugee and migrant communities within this kaupapa Maori context. MSD wish to engage a suitably qualified supplier to deliver specialist media and communications services and outputs focused on E Tu Whanau key audiences, in particular, hapori and whanau Maori. The specific work delivered by the successful supplier is central to the overall success of the E Tu Whanau communications strategy, which is a critical input / major contributor to successful implementation of the E Tu Whanau Mahere Rautaki Framework for Change (five-year strategy, launched in July 2020). Messaging, communications, and stakeholder management are key strategies supporting implementation of the E Tu Whanau kaupapa. Iwi radio and social media platforms are critical channels to deliver this messaging and promulgate the kaupapa to a wide range of audiences nationally.",Awarded,,975000,20250410 Ministry of Social Development,28314877,Request for Proposals,Open Competition,For Appointment to the Employee Health Management Service Providers Syndicated Panels,,20231019,20231116,20240401,Procurement Solutions,Syndicated Opportunity,No,,"In July 2012, a Syndicated Services Agreement for Health management Services was established. The main objective behind forming this Agreement was to obtain innovative, efficient and cost-effective health service delivery for participating agencies to support and foster continuous improvement. This is the annual invite for new suppliers.",Awarded,,0,20250410 Ministry of Social Development,28521028,Request for Proposals,Open Competition,Enterprise PAM Toolset,23.154.01,20231127,20240226,20241216,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by the Ministry of Social Development (MSD) for an Enterprise Privileged Access Management (PAM) modular toolset, which MSD has invested significant resource to date in determining the need for. This need cuts across risk management, service enhancement, and is a crucial foundational element from which core Te Pae Tawhiti - Our Future Strategic Vision components will be delivered.",Awarded,,0,20250410 Ministry of Social Development,28556592,Request for Proposals,Open Competition,Transcription Services of Digital Audio Recorded Interview,23.447.01,20231201,20240129,20240822,Procurement Solutions,Sole Agency,No,,The Ministry of Social Development is seeking RFP tender responses to digital audio transcription services for investigation interviews for a term of three years with two rights of renewal of 12 months each.,Awarded,,0,20250410 Ministry of Social Development,28668304,Request for Proposals,Closed Competition,External Evaluation - Sexual Violence - Continued Care,,20240108,20240201,20240628,Procurement Solutions,All of Government,No,,"The Sexual Violence Continued Care Pilot is funded by Ministry of Social Development (MSD). The purpose of this closed Request for Proposal is to detail the procurement process and approach to engage a suitably qualified supplier(s) off the AoG Consultancy Services panel Policy, Research and Development sub-category - to understand the value and impact of the Continued Care pilot for providers and the wider sexual violence sector, and to inform any future decisions on investing in a potential service.",Awarded,,0,20250410 Ministry of Social Development,28845989,Request for Proposals,Open Competition,"Mould Testing, Treatment and Assessment Services",,20240219,20240312,20240913,Procurement Solutions,Sole Agency,No,,"MSD is in need of reliable suppliers who can not only provide testing services to identify the extent of the mould issues but also offer effective treatment solutions. We are looking to form a pool of providers to deliver these services from a regional to national level. MSDs priority is to engage with credible suppliers capable of assisting in the remediation process in a timely manner to ensure the well-being of our premises and those within it. This search emphasizes the importance of finding trustworthy partners who can address the challenges posed by the heightened moisture levels.",Awarded,,0,20250410 Ministry of Social Development,29034887,Request for Proposals,Open Competition,Family and Sexual Violence Helplines,,20240319,20240429,20241223,,Sole Agency,No,,"The purpose of this Request for Proposals is to seek responses from the supply market that secures the on-going provision of helpline services, nationwide, 24 hours, seven days a week to people impacted by family violence (FV), sexual violence (SV), and/or elder abuse.",Awarded,,0,20250410 Ministry of Social Development,29154257,Request for Proposals,Closed Competition,Evaluation of Initiatives and Services Funded Through the ROCC Community Resilience and Whanau Support Fund,,20240405,20240508,20240913,Procurement Solutions,Sole Agency,No,,The Ministry is looking for a supplier/s for the Evaluation of Resilience to Organised Crime in Communities (ROCC) Community Resilience and Whanau Support Fund (CRWS) Initiatives.,Awarded,,0,20250410 Ministry of Social Development,29176452,Request for Proposals,Open Competition,Building Disabled Person and Whanau Wellbeing Facilitation Services,24.007.01,20240409,20240506,20250221,Procurement Solutions,Sole Agency,No,community_admin@whaikaha.govt.nz,"Whaikaha intends to commission community agency/agencies to develop and deliver Building Disabled Person and Whanau Wellbeing facilitation services in three locations: Te Tairawhiti / Gisborne, Tamaki Makaurau / Auckland and, Te Tai Tokerau / Northland. We are seeking community agency/agencies whose activities and services are led and staffed by disabled people and/or tangata whaikaha Maori and include family and/or whanau perspectives. Requests for Proposal submission and questions relating to this project are to be submitted via the following email: community_admin@whaikaha.govt.nz Further information can also be found at: www.whaikaha.govt.nz/RFPwellbeing",Not Awarded,RFP cancelled due to organisational changes within Whaikaha and MSD.,0,20250410 Ministry of Social Development,29371318,Request for Proposals,Closed Competition,Request for Proposal for Additional Elder Abuse Response Services in the Hawkes Bay Territorial Authority of Hastings,23.219.02/ WR096,20240514,20240610,20240905,"Maori, Communities and Partnerships",Sole Agency,No,,"The Ministry of Social Development (MSD) is seeking a culturally skilled and responsive service provider who can deliver face-to-face support for Maori, Pacific, and Ethnic older people who are experiencing or at risk of elder abuse. This procurement focuses on increasing support for kaumatua/older people living in the Hastings District Council (Te Kaunihera a-Rohe o Heretaunga) territorial authority, an area evidenced to have high risk indicators for family violence and elder abuse. The anticipated contract term is approximately two years, commencing no later than mid-August 2024 and ending on 30 June 2026. MSD currently contracts 37 providers to deliver Elder Abuse Response Services (EARS) across Aotearoa, New Zealand. EARS respond to the immediate needs of older people who are experiencing or at risk of abuse and neglect. EARS providers work alongside families/whanau, organisations and others in the community to build awareness, strengthen relationships and improve outcomes for older people. Providers will need to: demonstrate their relationships and connections, and how they plan to strengthen these, with tangata whenua, local iwi/hapu, Pacific Island communities, or Ethnic communities. have connections with other service providers in their community and demonstrate how they will work with them to ensure the clients individual needs are met. EARS Guidelines highlight the following outcomes: Older people experiencing or at risk of experiencing (or perceived to be experiencing) abuse and neglect are protected and safe. Older peoples views are respected and valued as they are the experts about their lives. Older people are empowered to be self-determining, independent, and confident in their daily lives. Older people, their families, and whanau are connected to services and their community. RFP timeframe: RFP Release: Wednesday 15 May 2024 Respondent questions close on Friday 31 May 2024 at 5pm. RFP closes on 10 June 2024 at 5pm ** Further information (Appendices) regarding this RFP can be found in the Attachments area of this site **",Awarded,,390000,20250410 Ministry of Social Development,29375213,Request for Proposals,Closed Competition,Youth Health Wellbeing Survey - Implementation,23.479.01,20240510,20240614,20240827,,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Social Development,29446166,Request for Proposals,Closed Competition,Mental Health Workshops,,20240522,20240612,20240815,,Syndicated Opportunity,No,,"To deliver facilitated Mental Health learning workshops based to our staff, but in addition to that, we are genuinely eager to explore other learning designs for building capabilities in this area, ranging from microlearning to more intensive and complex learning approaches.",Awarded,,0,20250410 Ministry of Social Development,29457829,Request for Proposals,Closed Competition,FV/SV Experience in South Asian Communities Research Project,,20240522,20240610,20241017,,Cluster,No,,"We are seeking Proposals from two different, appropriately qualified, and experienced research services to undertake a research project on relevant and pressing family violence and sexual violence (FV/SV) issues faced by South Asian Communities in Aotearoa New Zealand.",Awarded,,0,20250410 Ministry of Social Development,29458606,Request for Proposals,Closed Competition,Developing Guiding Principles and a Blueprint for FV/SV Prevention and Responses in Ethnically Diverse Communities,,20240522,20240610,20240905,,Cluster,No,,"We are seeking Proposals from two different, appropriately qualified, and experienced research services to undertake a research project to develop guiding principles for violence prevention and responses in ethnically diverse communities. This is to be through an integrated analysis of social, political and economic dimensions within family violence and sexual violence (FV/SV) frameworks.",Not Awarded,"Thank you for the time & effort put in to responding and your patience while we finalised the evaluation process. Due to no winning bids, the Ministry is now assessing and determining alternate options in its sourcing capability. If you would like a debrief report, please email: procurement@msd.govt.nz.",0,20250410 Ministry of Social Development,29582346,Request for Proposals,Open Competition,Whaikaha - Disabled People Led Monitoring Contract,24.015.01,20240612,20240724,20241219,Procurement Solutions,Sole Agency,No,,"Whaikaha - Ministry of Disabled People would like to engage a suitably qualified supplier to deliver monitoring projects for 3 years for, and on behalf of, the Disabled Peoples Organisations (DPO) Coalition on how the UNCRPD is being realised (and implemented) in New Zealand. The monitoring projects must follow the Disability Rights Promotion International (DRPI) methodology, to enable the DPO Coalition to fulfil its monitoring obligations through robust research findings on how disabled people are experiencing their rights, from their perspective. Whaikaha and the DPO Coalition are seeking a supplier who has the capacity and capability to deliver using the DRPI approach, and who can demonstrate how they will continue to build this capacity and capability over the contract period. This means having disabled people involved and/or leading all elements of the research process, and adapting DRPI research methods to different communities and/or topics annually. This is a unique opportunity to work with disabled people and tangata whaikaha Maori, through their representative organisations, to make their voices heard. The project will support the DPO Coalitions role as part of the IMM to monitor how the UNCRPD is being implemented from the perspective of disabled people. It provides the opportunity to grow capacity and capability in disabled person led research, and to enable key insights into the everyday experiences of disabled people.",Not Awarded,,0,20250410 Ministry of Social Development,29786398,Request for Proposals,Closed Competition,Evaluation for the Ethnic Communities Violence Prevention (ECVP) Work Programme,24.191.01,20240717,20240813,20241009,"Maori, Communities and Partnerships",Sole Agency,No,,The Ministry of Social Development is looking for a supplier to conduct a process and outcome evaluation for 30 family violence and sexual violence (FVSV) prevention and response initiatives within the Ethnic Communities Violence Prevention (ECVP) work programme.,Awarded,,160000,20250410 Ministry of Social Development,30136924,Request for Proposals,Open Competition,Request for Proposal - Employment Placement Service in Northland,24.233.01,20240910,20241007,20250107,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (MSD) is seeking proficient and locally based providers to deliver Employment Placement Service (EPS) programmes for the Northland Te Tai Tokerau region. The EPS programmes will support 300 MSD clients with full time and part time work obligations to prepare for and achieve sustainable employment from January 2025 to June 2026. Please refer to the RFP documentation for further detail.",Awarded,"Three respondents were selected through the process. Two of them have been awarded contracts, while the third will only begin their programmes in 2026, so no contract has been signed yet. 1. Respondent Name: Te Hau Ora o Ngapuhi /Contract Start Date: 1 January 2025/Term of Contract: 18 months with ROR/Contract Value: $437,500. 2. Respondent Name: Personalised Education Ltd t/a Solomon Group/Contract Start Date: 1 January 2025/Term of Contract: 18 months with ROR/Contract Value:$1,139,502.",1577002,20250410 Ministry of Social Development,30137663,Request for Proposals,Open Competition,Request for Proposal - Work Readiness Support Service in Northland,24.233.01,20240910,20241007,20250307,Service Delivery,Sole Agency,No,,"The Ministry of Social Development (MSD) is seeking proficient and locally based providers to deliver Work Readiness Support Service programmes for the Northland Te Tai Tokerau region. The programmes will provide specialist wellbeing and work preparation and readiness assistance for 280 MSD Jobseeker Support Health Condition and Disability (JS-HCD) clients from January 2025 to June 2026. Please refer to the RFP documentation for further detail.",Awarded,"Four respondents were selected through the process. 1. Respondent Name: Te Hiku Hauora /Contract Start Date: 1 January 2025/Term of Contract: 18 months with ROR/Contract Value: $423,950. 2. Respondent Name: Salvation Army /Contract Start Date: 1 January 2025/Term of Contract: 18 months with ROR/Contract Value: $384,125. 3. Respondent Name: New Focus NZ Ltd /Contract Start Date: 3 March 2025/Term of Contract: 16 months with ROR/Contract Value: $660,000. 4. Respondent Name: Tuhiata Mahi Ora Trust /Contract Start Date: 10 March 2025/Term of Contract: 16 months with ROR/Contract Value: $385,565.",1853640,20250410 Ministry of Social Development,30782709,Request for Proposals,Closed Competition,Property & Construction Legal Services,24.077.02,20241206,20250131,20250401,Procurement Solutions,Sole Agency,No,,"MSD want to procure legal services for the Workplace Services (WPS) team embedded in MSD. The Property Legal Services relate to Best practice advice and services relating to the review, drafting and negotiation of agreements to lease, lease agreements, development agreements for both new and existing leases, as instructed by MSD. Best practice advice to MSD on any aspect of property law relevant to MSD. Best practice advice to MSD in relations to rights and obligations in the case of a lease dispute or remediations required. Best practice advice to MSD in relation to any new and existing property legislation as required. As part of the contract, consideration of the possibility of transferring MSDs contracts to MBIE or other nominated entity under the wider Government Property Systems Leadership project",Awarded,,150000,20250410 Ministry of Transport,20550270,Request for Proposals,Open Competition,The Development of a Transport Portfolio Investment Approach,,20181218,20190201,20191003,,Sole Agency,No,,"The Ministry of Transport has a lead role in shaping New Zealands transport system. We want to up our game at the way we help the transport system to plan long term, so it can meet its multiple long-term challenges with a stable policy environment and effective long-term signals. We are seeking a design and implementation partner to help introduce a portfolio-type approach to lead, guide and assess transport investment choices. We see this as being about embedding the right systems, disciplines and practices into the way we work which involves the mixing of policy and investment disciplines. The right approach will help us to create transparency in medium and long term transport choices. It will help us to work with an uncertain future and identify the options and logic for investment. To do this we need to be able to bring together different types of evidence (from data-based modelling to long-range strategic policy thinking), in a way that is repeatable. This is about system level choices, and we will involve key partners with transport system decision-making responsibilities who create, hold and use key information. This includes the transport Crown entities and local government. We are looking for something that is based on standardised methodologies (like P3M3) but works for us in our operating environment. We are interested in innovation where thats needed to make things work. The key outcome for us is our ability to give advice on how to navigate our transport systems challenges that will shape it over the next 550 years. The output of this work will help us to answer a range of key questions, but we are deliberately being unprescriptive in the way that will be achieved to allow the successful candidate to apply their creativity in helping us tackle this problem.",Awarded,The contract was awarded to GHD Limited and will start on 6 August 2019. The term of this contract is up to one year.,408000,20250410 Ministry of Transport,21094657,Request for Quotations,Open Competition,Services for the Freight Information Gathering System,,20190530,20190614,20190812,,Sole Agency,No,,"The Ministry of Transport maintains the Freight Information Gathering System which provides an overview of freight movements to/from and around New Zealand. We are seeking a provider who will be responsible for collecting container data in electronic form from New Zealand seaports and processing it into a form that we can use in our ongoing analysis and reporting for this system. The Ministry is looking for credible providers who have the capability and experience to collect and process messages into standardised reports. They need to have a good track record in the management of confidential data and providing ongoing support to clients. This is a unique opportunity to contribute to a national freight information system. This system is used to inform policy, planning and infrastructure decisions by providing credible, robust, reliable and consistent information.",Not Awarded,"Following a Request for Quotes through open competitive tender, the Ministry of Transport of 3 Queens Wharf, Wellington has awarded this contract to Beca Limited of 21 Pitt Street, Auckland to carry out the work for services for the Freight Information Gathering System. This work consists of the development, testing and implementation of a service for collecting container data from New Zealand ports. The procurement consisted of a contract with an initial term of three years, with two rights of renewal each of one year. The contract was finalised in August 2019 and the contract term begins 5 August 2019 and ends 1 August 2022. The estimated contract value is approximately $221,700 (excluding GST).",0,20250410 Ministry of Transport,21598005,Request for Proposals,Open Competition,19/20-053 Building a Transport Simulation Capability,19/20-053,20190913,20191008,20191212,,Sole Agency,No,,"The Ministry has a lead role in shaping New Zealands transport system. We want to improve the way we plan and evaluate changes to the transport system over the long term. The Ministry is looking for a partner with expertise in agent-based transport modelling, particularly for countries with similar geographical and economic characteristics as New Zealand. We want to understand changing behaviours in the transport system that arise as a result of changing policy, regulation, or investment, so we are considering an activity-based model. We want to build new strategic modelling capability at the Ministry, centered on an agent-based, activity-based, multi-modal, national-scale simulation model of transport to test the impact of different policies, regulation, and investment. We are seeking a strategic partner to collaboratively undertake two stages of work: Stage 1: Co-design and planning of a transport simulation, which the Ministry can use to guide and evaluate future transport policy and investment; Stage 2: Begin co-development of a minimal viable product, according to the plan established in Stage 1.",Awarded,"This contract has been awarded to Arup New Zealand Limited. Agency: Ministry of Transport Agency Address: Ground Floor, 3 Queens Wharf, Wellington 6011, New Zealand Supplier: Arup New Zealand Supplier Address: Level 3, DLA Piper Tower, 205-209 Queen Street, Auckland 1010, New Zealand Description of goods, services or works: consultancy services to co-design and co-develop an agent-based national-scale strategic transport simulation for New Zealand. Refer to RFP for further details. Date of contract award: 11/12/2019. Term of the contract (Stage One): 27/03/2020. (Stage Two TBD). Expected spend (Stage One): approx. $300,000. (Stage Two TBD). Type of government process used: RFP advertised on GETS.",0,20250410 Ministry of Transport,21809109,Request for Proposals,Open Competition,Household Travel Survey 2020,2373,20191021,20191122,20200429,,Sole Agency,No,,"The contract for the New Zealand Household Travel Survey ends in June 2020. The Ministry of Transport (MOT or the Ministry) is seeking proposals from qualified providers to procure travel survey services to conduct Household Travel Surveys in New Zealand. Please see the attached RFP for more detailed information.",Not Awarded,"This contract has been awarded to CBG Health Research Limited. Agency: Ministry of Transport Agency Address: Ground Floor, 3 Queens Wharf, Wellington 6011, New Zealand Supplier: CBG Health Research Limited Supplier Address: 101 Wairau Road, Glenfield, Auckland 0627, New Zealand Description of goods, services or works: survey services to conduct Household Travel Surveys in New Zealand. Refer to RFP for further details. Date of contract award: 22/04/2020. Term of the contract: The contract is a closed syndicated contract for 3 years to 30 June 2023, with the option of 2 additional years rollover. Expected spend: $2.1 million over 3 years Type of government process used: RFP advertised on GETS.",0,20250410 Ministry of Transport,22790928,Award Notice,Open Competition,International Air Freight Capacity (IAFC) Scheme,,20200324,20200403,20200609,,Sole Agency,No,,,Awarded,This was deemed to be emergency procurement that required prompt response as it was part of the NZ governments COVID-19 response to support the aviation sector during a global pandemic. Expected spend value: $48m (maximum spend value: $75m).,75000000,20250410 Ministry of Transport,24112264,Request for Proposals,Open Competition,Maintaining International Air Connectivity,,20210322,20210415,20210816,,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Transport,24603734,Request for Proposals,Open Competition,Milford Sound Piopiotahi Qualifying Aerodrome Process,,20210819,20210915,20211104,,Sole Agency,No,,"The Ministry of Transport (the Ministry) operates Milford Sound / Piopiotahi aerodrome (the aerodrome), which is located at the head of Milford Sound in the Fiordland National Park. Following an aeronautical study of the aerodrome and its surroundings, the Director of Civil Aviation has determined that the aerodrome is to be managed under a qualifying aerodrome operator certificate, in accordance with requirements for a qualifying aerodrome under Civil Aviation Rule Part 139. The Ministry is seeking an experienced provider to work with the aerodromes management to develop and deliver any and all requirements needed under Civil Aviation Rule Part 139. This will include an aerodrome exposition and system for safety management.",Awarded,,0,20250410 Ministry of Transport,24734936,Request for Proposals,Open Competition,Milford Sound Piopiotahi Aerodrome Management,,20210906,20211015,20211118,,Sole Agency,No,,"The Ministry operates Milford Sound / Piopiotahi aerodrome (the aerodrome), which is located at the head of Milford Sound in the Fiordland National Park. The Ministry is seeking an experienced provider to provide the management Services for day-to-day management of the aerodrome, in accordance with requirements for a qualifying aerodrome under Civil Aviation Rule Part 139 and relevant legislation.",Not Awarded,,0,20250410 Ministry of Transport,25324977,Request for Proposals,Open Competition,"Essential Transport Connectivity Scheme: Inter-regional bus service - Canterbury, Otago and West Coast",,20220126,20220222,20220426,,Sole Agency,No,,"Many transport operators have been significantly impacted by COVID-19. To mitigate the financial impacts on essential transport services, resulting from COVID-19, Government has established the Essential Transport Connectivity (ETC) Scheme, which is designed to provide sector-specific support to maintain essential transport connectivity for the COVID-19 response and recovery. This RFP would offer ETC funding to the successful bus operator(s) to schedule services from March to June 2022 and give passengers the confidence that the bus services they book during this period will not be cancelled at short notice due to lack of demand. The Government support offered between March and June 2022 is to allow the successful operator(s) time to develop their confidence and adapt their services while New Zealand transitions to the new normal with the goal for the services to be viable on its own over the longer term. We are seeking operators to provide inter-regional bus/shuttle service to transport patrons to and from the main centres identified below on a scheduled basis from 1 March to 30 June 2022: Queenstown Christchurch (return) Fox Glacier Greymouth (return) Nelson Greymouth (return) Franz Josef Queenstown (return)",Awarded,,0,20250410 Ministry of Transport,25553398,Request for Proposals,Open Competition,Office Cleaning Services,CT000508,20220317,20220421,20220802,,Sole Agency,No,,"Te Manatu Waka / Ministry of Transport is currently consuming commercial cleaning services at our Wellington office, 3 Queens Wharf. This contract is due to expire on 30 June 2022. The Ministry is undertaking an open tender process to select a commercial cleaning Supplier to provide services from 1 July 2022.",Awarded,,0,20250410 Ministry of Transport,25601835,Request for Proposals,Closed Competition,Evaluating potential of shared mobility in housing developments,CT000523,20220328,20220428,20220613,,Sole Agency,No,,"The Ministry and Ngai Tahu Holdings Corporation Limited (Ngai Tahu Holdings) will be commissioning a feasibility study on incorporating shared low emissions transport into new housing developments in New Zealand. The feasibility study will inform future decisions by Ngai Tahu Holdings, and potentially other developers, on whether to invest in these services within their developments.",Awarded,,0,20250410 Ministry of Transport,25827020,Request for Quotations,Open Competition,Lead Planner for Nationally Significant Search and Rescue Exercise,CT000590,20220523,20220607,20220801,,Sole Agency,No,"3 Queens Wharf, Wellington 6011",,Awarded,,0,20250410 Ministry of Transport,25915947,Request for Proposals,Closed Competition,CT000586 - Assets & Activities Commission,CT000586,20220609,20220706,20220810,,Sole Agency,No,,,Awarded,,0,20250410 Ministry of Transport,25955902,Request for Proposals,Open Competition,Manukau Harbour port technical feasibility study,CT000567,20220822,20221017,20230222,,Sole Agency,No,,Te Manatu Waka is seeking advice in the form of an independent study on whether the Manukau Harbour could serve as a location for a large-scale port.,Awarded,This contract has been awarded to Tonkin & Taylor Limited.,0,20250410 Ministry of Transport,26034906,Request for Proposals,Open Competition,Provider for national multi-agency SAR Training Programme,CT000602,20220711,20220809,20221006,,Sole Agency,No,,"The Ministry of Transport (the Ministry) and the New Zealand Search and Rescue Secretariat are seeking an experienced training provider who can collaborate with NZSAR Secretariat and administer a national, bespoke search and rescue training programme for SAR multi-agency partners. To register for our Respondent Briefing Session, scheduled on Teams for 2pm 18 July, please email procurement@transport.govt.nz , a calendar invite will then be sent.",Awarded,This contracted has been awarded to New Zealand Land Search and Rescue Training.,0,20250410 Ministry of Transport,26122114,Request for Proposals,Open Competition,Auckland Light Rail Consenting and Property Legal Services,CT000658,20220803,20220831,20220919,,Sole Agency,No,,"Auckland Light Rail Group invites proposals in response to this Request for Proposals from suitably experienced parties to provide Consenting and Property Legal Services to the Auckland Light Rail project through the preconstruction planning phase. All queries should be directed to the Auckland Light Rail Group Nominated person by email: tenders@aucklandlightrail.govt.nz Interested parties should specifically note the intent for Auckland Light Rail Group to hold a Group Inception Meeting for this opportunity on 10 August 2022 via MS Teams, and the requirement to register interest in attending this Group Inception Meeting as described in section 1.8 of the RFP. All RFP submissions are required to be uploaded to the GETS eTender Box in accordance with the instructions within the RFP. Applicants should refer to the GETS website for instructions on uploading their RFP submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 Ministry of Transport,26147223,Request for Proposals,Open Competition,Auckland Light Rail Functional Software as a Service based Financial Management Information Systems,CT000686,20220809,20220901,20220922,,Sole Agency,No,,"Auckland Light Rail Group invites proposals in response to this Request for Proposals from suitably qualified Respondents for a fully functional Software as a Service (SaaS) based Financial Management Information System (FMIS) for the Auckland Light Rail Project. All queries should be directed to the Auckland Light Rail Group nominated person by email: tenders@aucklandlightrail.govt.nz. All RFP submissions are required to be uploaded to the GETS eTender Box in accordance with the instructions within the RFP. Respondents should refer to the GETS website for instructions on uploading their RFP submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 Ministry of Transport,26367003,Request for Proposals,Open Competition,Northland Dry Dock Business Case,CT000584,20220930,20221104,20221219,,Sole Agency,No,,"The Ministry is seeking an experienced provider familiar with the Treasurys Single Stage Business Case process to lead work exploring the case for Government supporting the development of a dry dock in Northland. This business case needs to identify the strategic benefits of a dry dock for New Zealand, and what wider benefits it would bring to Northland and New Zealand as a whole. Considerations around ownership structures and financing will be beneficial. Respondent briefing session (online via Microsoft Teams) 9:30am 5 October 2022 To register for our Respondent briefing session email our Point of Contact via procurement@transport.govt.nz. A calendar invite will then be sent via email.",Awarded,,0,20250410 Ministry of Transport,28228504,Request for Proposals,Open Competition,Payroll and HRIS Replacement Solution,CT000954,20231004,20231103,20240219,,Sole Agency,No,procurement@transport.govt.nz,"The Ministry of Transport is looking to select and implement a new Payroll and Human Resources Information System (HRIS) solution as well as professional services (if required). The solution will be compliant with current legislation and have fully formed Payroll (including leave management) and basic Human Resources (HR) functionality, with a flexible reporting tool embedded. We are also seeking a solution that contains other integrated tools e.g., Recruitment and Learning Management modules for potential future implementation. The solution must be: Compliant with all relevant New Zealand Employment Payroll & Human Resources related legislation, including but not limited to: Income Tax Act (IRD), Holidays Act, and Employment Relations Act. Cloud based. Truly date driven. A commercial-off-the-shelf (COTS) solution that requires minimal customisations or intervention but is configurable for MoT contractual arrangements and flexible for organisational changes. Have two NZ instances (that can be used as a due diligence reference site). The solution may or may not be a bureau solution. If the bureau option is selected, then skilled and experienced bureau staff must be in NZ. The solution may or may not be a single solution. It could be a multi supplier solution e.g., a payroll supplier and an HRIS supplier. Where a multi supplier solution is proposed, one supplier must be the lead / prime supplier. The preferred payroll & HRIS solution will contain both Payroll and Basic HR. It must have a flexible reporting tool embedded. Other HRIS functionality is sought but will be implemented later. Supported by a New Zealand based support team with a dedicated and responsive account manager. Good relationship management is a key requirement. Within our budget, as we are a small agency of approx. 260 staff and our annual payroll budget is limited, we are looking for a solution that meets our needs and is affordable. Refer to Section 2 of the RFP document (attached in Addenda) for our Preconditions, General, Functional and Non-Functional Requirements (Section 2.1) for an understanding of what is important to us. The new solution must meet our needs and be affordable for our medium sized Government agency with approximately 260 staff. Suppliers interested in responding should complete the attached Response Forms (Note there are 4 Response Forms to complete) and email them to procurement@transport.govt.nz by 5pm on Friday 3 November.",Awarded,The Ministry of Transport (Te Manatu Waka) is pleased to advise that Frontier Software Ltd is our successful respondent to this tender. A contract has been signed in February 2024.,0,20250410 Museum of New Zealand Te Papa Tongarewa,9483562,Request for Proposals,Open Competition,Te Papa - Aluminium Composite Panel Replacement RFP,TP2015/086,20150304,20150402,20200217,,Sole Agency,No,"Tender Box, Team Te Papa Entrance, Level 1, Museum of New Zealand Te Papa Tongarewa, 55 Cable Street, Wellington, New Zealand","The Museum of New Zealand Te Papa Tongarewa (Te Papa) is seeking proposals for the provision of work to replace exterior Aluminium Composite Panelling (ACP) including sealant to match existing at the Te Papa Cable Street building. This work will include the removal of existing ACP and the supply, fabrication and installation of new replacement panels. A staged replacement is proposed with work being completed on sections of the building at a time. This RFP sets out the general requirements for the proposed works and the terms and conditions of submitting a response. Please refer to the attached RFP, photos, drawings, Te Papas standard contract and Te Papas code of conduct when responding to this RFP.",Awarded,One response received at the close of the RFP. This response was evaluated and the supplier awarded the contract.,350000,20250410 Museum of New Zealand Te Papa Tongarewa,10199365,Request for Proposals,Open Competition,Te Papa - Generator Upgrade RFP,TP2015/088,20150324,20150428,20200217,,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) seeks proposals for a fuel and coolant system upgrade to Te Papa's back-up generator located at Te Papa's Cable Street building. The outcomes sought are to source and install a secondary fuel tank, including associated pipe work, filters and pump requirements. The second outcome sought is the design and installation of a dedicated pressurised coolant system servicing the generator. Te Papa seeks proposals that identify solutions and methodology for the above works. This RFP sets out the general requirements for the proposed works and the terms and conditions of submitting a response. Please refer to the attached RFP, Te Papa's standard contract and Te Papa's code of conduct when responding to this RFP.",Awarded,One response received at the close of the RFP. This response was evaluated and supplier awarded the contract.,98000,20250410 Museum of New Zealand Te Papa Tongarewa,16879053,Request for Proposals,Open Competition,International Freight Brokerage Services,TP2015/093,20151013,20151030,20200213,,Sole Agency,No,,Te Papa seeks to engage international freight brokerage services that can coordinate and manage our international freight requirements. We seek services that can provide a door-to-door service and safe delivery of our collections anywhere in world.,Awarded,Supplier panel contract with GSS and IAS appointed. Quotes obtained and projects allocated as required.,0,20250410 Museum of New Zealand Te Papa Tongarewa,16912338,Request for Proposals,Open Competition,Supplier Panel for Light Fittings,TP2015/095,20151023,20151113,20200213,Facilities,Sole Agency,No,n/a,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) is seeking responses from suppliers to join a Panel of Suppliers for light fittings to Te Papa. A staged replacement is proposed with work being completed on sections of the building at a time over multiple years. This RFP sets out the general requirements for the proposed supply agreement and the terms and conditions of submitting a response. Please refer to the attached RFP, RFP Response form, Price structure templates and Te Papas standard contract when responding to this RFP.",Awarded,Supplier panel - work to be allocated based on requirements and prices as required.,0,20250410 Museum of New Zealand Te Papa Tongarewa,16912433,Request for Proposals,Open Competition,Supplier Panel for Electrical Contractors to install commercial light fittings,TP2015/096,20151023,20151113,20200213,Facilities,Sole Agency,No,n/a,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) is seeking responses from suppliers to join a Panel of Suppliers for Electrical Contractors to install commercial light fittings. A staged replacement is proposed with work being completed on sections of the building at a time over multiple years. This RFP sets out the general requirements for the proposed supply agreement and the terms and conditions of submitting a response. Please refer to the attached RFP, RFP Response form, Price structure templates, Te Papas standard contract and Te Papa's Code of Conduct when responding to this RFP.",Awarded,Supplier panel - work to be allocated base don requirements and quotes as needed.,0,20250410 Museum of New Zealand Te Papa Tongarewa,17038929,Request for Proposals,Open Competition,Property and Facilities Programme Management,TP2015/103,20151201,20151224,20200217,Facilities,Sole Agency,No,,"Te Papa seeks to select and engage a supplier to provide programme management services that will ensure successful delivery of a Capital Works programme. We are seeking a supplier to work alongside the Facilities Management team to plan and execute facilities maintenance and upgrade projects. Our goalposts regularly move due to the nature of our business we are open 365 days per year so the supplier selected will need to be flexible, and willing and able to work in a changing environment. . The supplier must be able to provide: ? provide a base level of facilities programme management and support services to support Te Papas programme to complete essential maintenance upgrades, including a senior and experienced property and facilities Programme Manager available to Te Papa who will be dedicated to managing the programme ? access to additional support and coordination personnel on an as-required basis ? access to a network of specialist services and resources as required to plan for, research, create drawings for and or report on building services requirements, and ? ad hoc resources for building planning, design and drawing resources. We are seeking a supplier who has the scale and resources to provide the required services, and who can operate as a partner who is willing to work flexibly with the team to plan and execute projects in a changing environment.",Awarded,,330000,20250410 Museum of New Zealand Te Papa Tongarewa,17063526,Request for Proposals,Open Competition,Main Switchboard Upgrade,TP2015/100,20151211,20160129,20200217,Facilities,Sole Agency,No,,"Te Papa is seeking Requests for Proposals (RFP) from appropriately experienced and qualified electrical service contractors to submit proposals for the upgrade of the Main switchboard at Te Papa Cable Street. Works to the Main switchboard are required to bring it up to compliance standards. This work requires the services of a qualified electrical switchboard manufacturer and supplier qualified and capable of installation. Please refer to the attached RFP, RFP Response form, Pricing template and Te Papa's standard contract and Code of Conduct when responding to this RFP.",Awarded,,300000,20250410 Museum of New Zealand Te Papa Tongarewa,17063840,Request for Proposals,Open Competition,Generator Controls Upgrade,TP2015/101,20151211,20160129,20200213,Facilities,Sole Agency,No,,"Te Papa is seeking Requests for Proposals (RFP) from appropriately experienced and qualified generator control system specialists to submit proposals to upgrade the Generator controls that interface the generator with the main switchboard at Te Papa Cable Street. Works involve a review of existing generator controls, the design and documentation of required component upgrades and the procurement, installation and commissioning of the components to complete the upgrade. Please refer to the attached RFP, RFP Response form, Pricing template and Te Papa's standard contract and Code of Conduct when responding to this RFP.",Awarded,,130000,20250410 Museum of New Zealand Te Papa Tongarewa,17189526,Request for Proposals,Open Competition,Panel of Contractors to supply Seismic Restraining to Services,TP2015/097,20160209,20160229,20200213,Facilities,Sole Agency,No,,"Investigative work has been carried out by a consultant to prepare design drawings to enable additional or new seismic bracing to be fitted to the services at Te Papa's Cable and Tory Street buildings. Te Papa seeks to install this bracing over multiple years resulting in an improved level of seismic restraint to the services of these buildings. To undertake this project Te Papa wishes to put in place a Supplier Panel of Contractors to provide these services. The project will require selected contractors to work with Te Papa and the consultant to install the required bracing as per the design drawing supplied. The work will be staged and includes the services in both buildings. The Panel of Contractors will be utilized to install the required seismic bracing efficiently and in the time frame required to suit the supply package of design drawings. The appointment of a Panel of Contractors will allow for more than one contractor to be engaged an any one time, and give flexibility with contractor's availability. Please refer to the attached documents when responding to this RFP.",Awarded,Supplier panel established. Work to be allocated as required.,0,20250410 Museum of New Zealand Te Papa Tongarewa,17223321,Request for Proposals,Open Competition,Te Marae Theatrical Lighting System,TP2016/106,20160219,20160311,20200217,,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) seeks proposals for replacement of the Te Marae Theatrical Lighting System. The outcome sought is the replacement of the current lighting system with a digital LED theatrical lighting system, using the same fixture type that Te Papa has recently installed into Soundings Theatre.",Awarded,,170000,20250410 Museum of New Zealand Te Papa Tongarewa,17223390,Request for Proposals,Open Competition,Te Marae Projection System,TP2016/107,20160219,20160311,20200217,,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) seeks proposals for a projection system for the Te Marae venue on level 4 at Te Papa. 2 The outcome sought is the design, installation and commissioning of a new projection system for the Te Marae space for use by public and commercial events.",Awarded,,150000,20250410 Museum of New Zealand Te Papa Tongarewa,17277273,Request for Proposals,Open Competition,Lift Remedial Work and Performance Quantified Preventative Maintenance Contract RFP,TP2015/099,20160304,20160401,20200217,Facilities,Sole Agency,No,,"Te Papa is looking for a contractor capable of performing lift upgrade works and to contract for the full comprehensive maintenance contract as outlined in the RFP documents. 1. Stage 1 - The upgrading and maintenance of five existing passenger lifts installed at Te Papa 2. Performance Qualified Preventative Maintenance Contract for Cable and Tory Street Lifts and Escalator 3. Stage 2 - The schedule of lifts identified for replacement within the next five year period (Note that this work is proposed but still subject to final financial approval) Please refer to the attached RFP documents when responding to this tender.",Awarded,,1400000,20250410 Museum of New Zealand Te Papa Tongarewa,17374825,Request for Proposals,Open Competition,External Cameras - Cable Street,TP2016/111,20160411,20160502,20200217,Facilities,Sole Agency,No,,"Te Papa is seeking Requests for Proposals (RFP) from appropriately experienced and qualified suppliers to submit proposals to replace the existing security cameras at Te Papa Cable Street with new High Definition (HD) cameras. Please refer to the attached documents when responding to this RFP.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,17433138,Request for Proposals,Open Competition,Main Contractor: Innovation Hub Project - Fixed Lump Sum & Preferred Main Contractor: Back of House Project - P&G & Margin,TP2016/122,20160421,20160509,20200217,Facilities,Sole Agency,No,,"Te Papa requires a main contractor to deliver construction of the fit out of the Innovation Hub (approx. 320 sqm on Level 2) as a fixed lump sum contract; and become the preferred contractor for the future fit out of the Back of House workspace (approx. 2500 sqm on Levels 2 & 3) as a P&G and Margin contract. Te Papa is looking for contractors experienced in delivering fit out work within Te Papa or similar challenging working environments. Please refer to the attached RFP documents when responding to this RFP.",Awarded,,2000000,20250410 Museum of New Zealand Te Papa Tongarewa,17439161,Request for Proposals,Closed Competition,Design Language System,TP2016/113,20160421,20160505,20200217,,Sole Agency,No,,"Te Papa is seeking the services of a user experience (UX) specialist to lead development of a design language system for use on Te Papas interactive screens. The work entails discovery and development of a best-practice UX design language that informs the treatment and behaviour of digital media assets video, audio, and images, and navigation and interaction systems on all of Te Papas on-floor interactive screens. The work is focussed on enhancing interactive engagement and increasing usability for Te Papas visitors. Working in consultation with selected Te Papa staff the UX specialist will develop a best practice set of common standards, guidelines and a design pattern library to use in the development of any screen interactivity.",Awarded,,33000,20250410 Museum of New Zealand Te Papa Tongarewa,17456531,Request for Proposals,Closed Competition,RFP Security Guard Services,TP2016/105,20160428,20160518,20200217,Facilities,Sole Agency,No,,"Te Papa invites you to respond to the Request for Proposal (RFP) having been shortlisted from the Registration of Interest for Security Guard Services. This contract opportunity will compliment Te Papa's current in-house security team. Refer to the attached RFP documents when responding to this RFP.",Awarded,,525000,20250410 Museum of New Zealand Te Papa Tongarewa,17603419,Request for Quotations,Closed Competition,Data Contractor - Data for WiFi,TP2016/116,20160615,20160704,20200217,Facilities,Sole Agency,No,,"Te Papa require a data contractor to deliver: 1. Installation of data cabling, associated patch panels and termination points including fitting of client supply wireless access points to the Cable and Tory Street buildings; and 2. Rates for other data work as a preferred contractor. Please refer to the attached documents when responding to this RFQ.",Awarded,,180000,20250410 Museum of New Zealand Te Papa Tongarewa,17623290,Request for Proposals,Open Competition,Digital Asset Management System,TP2016/117,20160622,20160721,20200213,,Sole Agency,No,,"Te Papa is looking for a supply partner to implement, configure and integrate a Digital Asset Management System (DAMS). The DAMS will store, manage, make discoverable and share/distribute Te Papas digital media assets, thereby enabling Te Papas creative team to easily ingest, discover and use media assets in their product and content development, and our audiences to consume those media assets in a variety of formats and via a number of destination platforms.",Not Awarded,"Awarded to NetX $140,000",0,20250410 Museum of New Zealand Te Papa Tongarewa,17784917,Request for Proposals,Closed Competition,Te Papa Museum Renewal Project,TP2016/119,20160810,20160824,20200213,,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) is embarking on a 5 year programme of renewal of the exhibition spaces, front-of-house commercial areas and amenities within the Cable St facility. It is expected the renewal programme could involve significant modification of the museum building infrastructure. Te Papa wishes to thank you for your response to the recent ROI for architect and consultancy services relating to the Museums Renewal Program and extends to your company an offer to provide an RFP response. This is the second stage of the process to engage a group of consultants to assist the Museum with their Renewal Program. Te Papa is seeking to build a consultant team across a range of professional services to achieve a world class outcome in concluding the Renewal Program. This team of specialists will work with Te Papa to progress the delivery of the building infrastructure modifications through design and construction. This Request for Proposals leads on from the ROI and is offered to shortlisted organisations only. Please respond only to the consultant services you have been shortlisted for.",Awarded,Contracts established for Architect and principal consultants. Project cost unknown until designs completed.,0,20250410 Museum of New Zealand Te Papa Tongarewa,17927078,Request for Proposals,Open Competition,Meeting and Collaboration Spaces AV Technology Hardware,TP2016/121,20160919,20161021,20200217,,Sole Agency,No,,"Te Papa is upgrading a number of meeting and collaboration spaces. This Request for Proposal is for the supply of AV hardware (and the associated warranties), for these spaces. This project has two phases, this RFP relates to phase 1. The selected tenderer for phase 1 will also be used for phase 2. Te Papa is looking for a capable supplier of AV hardware with a proven track record in the supply of the hardware and the supply of services supporting the hardwares warranties.",Awarded,,100000,20250410 Museum of New Zealand Te Papa Tongarewa,18681869,Request for Tenders,Open Competition,Te Papa Tory Street Building Seismic Strengthening,TP2017/127,20170522,20170612,20200213,Facilities,Sole Agency,No,,"Te Papa is seeking to appoint a Lead Contractor for the Tory Street Building Seismic Strengthening Project. This project involves five separable portions of work bringing the Tory Street facility up to 70% NBS for an IL3 status facility. Te Papa is looking to work with a contractor that can demonstrate strong experience working in challenging environments. The successful contractor will have to work in and around a significant number of exhibit items. Te Papa is looking for a suitable contractor who has the capability, experience and infrastructure to successfully deliver the Tory Street Building Seismic Strengthening. Please refer to the attached documents when responding to this Request for Tender.",Awarded,Price is subject to final design.,0,20250410 Museum of New Zealand Te Papa Tongarewa,18712475,Request for Proposals,Closed Competition,RFP Te Papa Cleaning and Related Services,TP2017/132,20170531,20170623,20200217,Facilities,Sole Agency,No,,"Te Papa invites you to respond to the Request for Proposal (RFP) having been shortlisted from the Registration of Interest (ROI) for Cleaning and Related Services. This contract opportunity will combine a number of related services for Te Papa under one main contract. Refer to the attached RFP documents when responding to this RFP",Awarded,,1700000,20250410 Museum of New Zealand Te Papa Tongarewa,19607868,Request for Proposals,Open Competition,Security Guard Services,TP2018/142,20180409,20180427,20200213,,Sole Agency,No,,"Te Papa is seeking responses from suppliers who have the requisite qualifications, experience and capacity to provide security guard services to ensure successful delivery of Te Papas security guard services. The successful tenderer will need to satisfy Te Papas requirements of capacity, capability, proven track record, value for money, location and contract. We want a supplier that has the ability to work in partnership with Te Papas in-house security team and is able to live up to Te Papas values and understands the cultural significance of its services.",Awarded,,900000,20250410 Museum of New Zealand Te Papa Tongarewa,19922384,Request for Proposals,Open Competition,"Fire Protection Services, Maintenance and Monitoring",TP2018/145,20180723,20180822,20200213,Facilities,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa is seeking appropriately experienced suppliers to be able to provide Fire Protection Services, maintenance and monitoring. The chosen provider will have a clear understanding of the management, restrictions and requirements of operating in the museum environment.",Awarded,,350000,20250410 Museum of New Zealand Te Papa Tongarewa,20470382,Request for Proposals,Open Competition,"Te Papa CCTV, Access Control and Automated doors and windows",TP2018/146,20181123,20190215,20200213,Facilities,Sole Agency,No,,"To Procure the service to manage and maintain the security cameras at the four Te Papa buildings: Cable Street, Tory Street, Jepsen Grove and Titahi Bay. To manage the access control of doors, windows and automated fire panels at Cable Street, Tory Street and Jepsen Grove. To maintain the automatic sliding doors and roller doors at Cable Street and Tory Street and Jepsen Grove",Awarded,,366000,20250410 Museum of New Zealand Te Papa Tongarewa,21954822,Request for Proposals,Open Competition,Joint and Window Sealant Replacement,TP2019/149,20191118,20191213,20200218,Facilities,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa has two facilities in Wellington, its waterfront museum on Cable Street and its storage facility on Tory St. The exterior joint seals and window rubbers at these properties have degraded over time and have reached a point where they need to be progressively replaced to address the ingress of moisture. This will be a multiyear project, up to 5 years, as funding is made available. Initially, work will focus on completing the replacement of exterior seals and window rubbers at Cable St before attention is turned to the Tory St facility.",Awarded,,150000,20250410 Museum of New Zealand Te Papa Tongarewa,22061966,Request for Proposals,Open Competition,ACP Replacement - Te Papa,TP2019/153,20191209,20200131,20201202,Facilities,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewas waterfront museum building on Cable Street, Wellington, has a number of exterior architectural features clad in aluminium composite panelling. The exterior aluminium composite panels and associated sealant system has degraded over time and have reached a point where they need to be progressively replaced to avoid the ingress of moisture.",Awarded,,900000,20250410 Museum of New Zealand Te Papa Tongarewa,23587551,Request for Proposals,Open Competition,Self Service Lockers for Coat and Bag Check,TP2020/157,20201110,20201130,20210413,,Sole Agency,No,,"Te Papa wishes to procure self-service lockers to replace the current shelving system in our Coat and Bag Check area. The storage of visitors items is currently manually processed by our staff, however we want to change this to a visitor led process. We require a variety of locker sizes so we can accommodate items from handbags to luggage. We also require an operating system that gives our visitors the option to select different languages and has the ability to process cash and card payments.",Awarded,,200000,20250410 Museum of New Zealand Te Papa Tongarewa,23746589,Request for Proposals,Open Competition,Art and Philatelic Collection Valuation,TP2020/158,20201208,20210113,20210413,Finance Procurement,Sole Agency,No,13 Lemonwood Grove,Te Papa is required to value its collections every three years to meet financial reporting and audit requirements. This is done by valuing several of the collections each year on a three yearly cycle. In 2017 Te Papa appointed valuers for a three year term to provide certainty both to the museum and the valuers and to allow better forward planning. The market has changed over this period as experienced valuers have moved into new roles and/or businesses and may not be available to Te Papa under the current contract. We wish to receive proposals covering art and philatelic collection valuation requirements for 2021,Awarded,,75000,20250410 Museum of New Zealand Te Papa Tongarewa,25105215,Request for Proposals,Open Competition,Te Papa Collections Valuations,TP2021/162,20211116,20211207,20220301,Finance Procurement,Sole Agency,No,"55 Cable Street, Wellington",Te Papa is required to value its collections every three years in order to meet the requirements of PBE IPSAS17 financial reporting. This is done by valuing several of the collections each year on a three yearly cycle. We intend to appoint a valuer or valuers for a minimum three year term with ongoing renewal periods proposed.,Awarded,Three suppliers appointed to a supplier panel to provide collection valuation services.,0,20250410 Museum of New Zealand Te Papa Tongarewa,25413140,Request for Quotations,Open Competition,Takina Kitchen Assets - Supply and Installation,TP2022/164,20220214,20220314,20220502,Facilities,Sole Agency,No,,"Takina is Wellingtons only specialised Conference and Exhibition Centre. Te Papa has been contracted as the operator to deliver the conference and events services on behalf of the building owner, Wellington City Council. There are multiple kitchens within the venue. The base kitchen infrastructure is being procured and installed by the building owner. Te Papa requires additional kitchen assets and infrastructure to be able to deliver the services in the new venue spaces. This RFQ is for the additional assets and project management services for installation of the Te Papa assets.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,25726498,Request for Proposals,Open Competition,Te Papa Security Guard Services,TP2022/169,20220426,20220525,20220620,Facilities,Sole Agency,No,,"This contract opportunity will complement Te Papas own in-house security team (under the direction of Security Management) to cover annual, sick, domestic and long service leave of Te Papas in-house security team and to provide cover for events and functions as required.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,25730960,Request for Proposals,Open Competition,Research - Pacific Audiences - Te Papa,TP2022/168,20220427,20220520,20220627,Finance Procurement,Sole Agency,No,,"Te Papa is looking for proposals for a research project focused on the topic of Pacific people and their interaction with museums and their contents. The research is expected to increase Te Papas understanding of Pacific audiences both actual and potential and their behaviour on the physical and digital museum spaces. Findings will be employed to inform decision making, new practices and policies, content development, and to shape the long-term relationships between Te Papa and this priority audience group.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,25856494,Request for Quotations,Open Competition,Takina Small Kitchen Assets,TP2022/170,20220525,20220617,20220630,Finance Procurement,Sole Agency,No,,"Takina is Wellingtons only specialised Conference and Exhibition Centre. Te Papa has been contracted as the operator to deliver the conference and events services on behalf of the building owner, Wellington City Council. There are multiple kitchens within the venue. The large kitchen infrastructure and equipment has been procured and now we need a number of smaller kitchen equipment items. This procurement is to cover a number of items for our kitchens to operate and deliver the best quality food for our clients.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,25857243,Request for Proposals,Open Competition,Te Papa Cleaning and Related Services,TP2022/166,20220525,20220704,20220901,Facilities,Sole Agency,No,,"The intent is that the appointed contractor shall be accountable for a combination of tasks that are closely related to and include commercial cleaning. These tasks occur on three Te Papa sites to differing degrees on a scheduled and on an as requested basis. The sites are: Cable Street and Tory Street in Wellington City, and Jepsen Grove in Upper Hutt. Description 1 Interior Commercial Cleaning - Museum, office and storage spaces. Events and functions. 2 Sanitary Services Maintenance and servicing of sanitary bins, nappy bins, auto-clean sanitizers for urinals and deodorisers for mens and ladies washrooms 3 Milk Distribution to fridges at Cable and Tory Street. 4 Complete Building Wash at Cable and Tory. External and Internal Glass Cleaning 4 Supply and Launder tea towels, handtowels and lab coats and 3 dustop mats (no uniforms). 5 Grounds maintenance - includes gardening, external rubbish removal 6 Anchor points and BMU - Yearly certification 7 Interior plants watering/ tending and replacing 8 Pest Control over 3 sites 9 Recycling and Waste Collection and Management",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,25906144,Request for Proposals,Open Competition,Te Papa Host Uniform Refresh,TP2022/171,20220607,20220704,20221010,Finance Procurement,Sole Agency,No,,"The current core uniform for our Hosts has changed very little since it was designed in 1998 (when the museum first opened) and it is not adaptable to the changing seasons (fabrics are not breathable in summer and not warm enough in winter). The Levin-based business that made our custom-made polo shirts closed business at the end of last year and our pre-made polar fleece jacket has been discontinued by the manufacturer. Consequently Te Papa is inviting suitable suppliers to submit proposals to refresh our uniform for our Hosts.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26329205,Request for Proposals,Open Competition,Fire Control System Upgrade - Te Papa,TP2022/172,20220913,20221104,20230401,Facilities,Sole Agency,No,,"The aim of this procurement is the engagement of a suitably qualified company to design, source and install a new analogue-addressable Fire Alarm System to replace the current Johnson Controls Vigilant MX4428 fire protection and control system, as well as peripheral devices where upgrades are required. This upgrade is required in Te Papas two main buildings- The Museum at 55 Cable Street Wellington and its Storage and Research Facility at 169 Tory Street Wellington. As part of this tender the successful applicant will sub-contract a Fire Panel Supplier that meets Te Papas requirements for quality, serviceability and availability of parts.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26675215,Request for Proposals,Open Competition,SCA Project Management,TP2022/176,20221125,20221209,20221220,Facilities,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) is re-locating its natural history wet collection from its existing Spirit Collection Area (SCA) facility on Tory Street. The wet collection contains natural history specimens stored in alcohol solutions in jars, pails, and tanks. The SCA relocation project is a programme of works to acquire a new site and consent, design and construct a new purpose-built SCA facility for Te Papa. The current SCA contains six large environmentally controlled storerooms with associated labs and work rooms. Sophisticated fire suppression, air handling and temperature control systems manage the storage of hazardous substances used in the facility. These systems monitor and stabilise room temperatures, humidity, and exhaust alcohol vapour. Sensor alarms link back to Te Papa's Cable Street security operation. This opportunity is for Project Management services of the SCA relocation project covering consenting, design, and construction of the new SCA facility.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26813226,Request for Quotations,Open Competition,Takina Production Lighting,TP2023/177,20230117,20230201,20230313,Finance Procurement,Sole Agency,No,,"Takina is Wellingtons only specialised Conference and Exhibition Centre. Te Papa, under the Takina Events Brand, has been contracted as the operator to deliver the conference and events services on behalf of the building owner, Wellington City Council. With two large divisible plenaries and three separate event breakout spaces, Takina offers a number of different configurations to meet our clients needs. The production lighting in these spaces will be installed to cover the different room orientations and set up styles. This lighting solution is required to light stages and presentations for event delivery.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26898548,Request for Proposals,Open Competition,Te Papa SCA Replacement - Architectural Services,TP2023/178 A,20230203,20230303,20230427,SCA,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) preserves, protects, acquires, researches, and provides access to collections that are part of New Zealands artistic, cultural, and natural heritage. Te Papa also provides a leadership role in coordinating and providing assistance to other organisations with shared goals. Te Papa is an autonomous Crown entity. Te Papa is re-locating its natural history wet collection from its existing Spirit Collection Area (SCA) facility on Tory Street, Wellington. The wet collection contains natural history specimens stored in alcohol solutions in jars, pails, and tanks. The SCA Relocation Project is a programme of works to acquire a new site and consent, design and construct a new purpose-built SCA facility for Te Papa. Te Papa has secured land at Upper Hutt. Te Papa intends to engage a Consultant Team to support the Project. This Request for Proposal is for Architectural Services including Building Information Modelling (BIM) Management, Landscape Design, Way Finding, and Greenstar. Te Papa is looking for Providers who have the capability and experience to ensure on time, in budget completion of the SCA Relocation Project. Providers should have a strong track record in delivering projects of a similar size and nature. As the project involves relocation of hazardous substances, the provider must be able to manage project completion with health and safety in mind. This is a unique opportunity to be a part of growing New Zealands national museum and assist in providing an innovative and high-tech facility to support the research outputs of the Natural History team. The existing SCA is regarded as world-class facility, and the successful Providers will play an important role in ensuring the successful relocation of the facility to its new site.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26898747,Request for Proposals,Open Competition,Te Papa SCA Replacement - Building Services,TP2023/178 B,20230203,20230303,20230427,SCA,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) preserves, protects, acquires, researches, and provides access to collections that are part of New Zealands artistic, cultural, and natural heritage. Te Papa also provides a leadership role in coordinating and providing assistance to other organisations with shared goals. Te Papa is an autonomous Crown entity. Te Papa is re-locating its natural history wet collection from its existing Spirit Collection Area (SCA) facility on Tory Street, Wellington. The wet collection contains natural history specimens stored in alcohol solutions in jars, pails, and tanks. The SCA Relocation Project is a programme of works to acquire a new site and consent, design and construct a new purpose-built SCA facility for Te Papa. Te Papa has secured land at Upper Hutt. Te Papa intends to engage a Consultant Team to support the Project. This Request for Proposal is for Building Services including Electrical, Mechanical, Hydraulic, and Fire Engineering, Fire Protection, Environmentally Sustainable Design (ESD), Acoustics, ICT and Security. Te Papa is looking for Providers who have the capability and experience to ensure on time, in budget completion of the SCA Relocation Project. Providers should have a strong track record in delivering projects of a similar size and nature. As the project involves relocation of hazardous substances, the provider must be able to manage project completion with health and safety in mind. This is a unique opportunity to be a part of growing New Zealands national museum and assist in providing an innovative and high-tech facility to support the research outputs of the Natural History team. The existing SCA is regarded as world-class facility, and the successful Providers will play an important role in ensuring the successful relocation of the facility to its new site.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26898942,Request for Proposals,Open Competition,Te Papa SCA Replacement - Structural Engineering,TP2023/178 C,20230203,20230303,20230427,SCA,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) preserves, protects, acquires, researches, and provides access to collections that are part of New Zealands artistic, cultural, and natural heritage. Te Papa also provides a leadership role in coordinating and providing assistance to other organisations with shared goals. Te Papa is an autonomous Crown entity. Te Papa is re-locating its natural history wet collection from its existing Spirit Collection Area (SCA) facility on Tory Street, Wellington. The wet collection contains natural history specimens stored in alcohol solutions in jars, pails, and tanks. The SCA Relocation Project is a programme of works to acquire a new site and consent, design and construct a new purpose-built SCA facility for Te Papa. Te Papa has secured land at Upper Hutt. Te Papa intends to engage a Consultant Team to support the Project. This Request for Proposal is for Structural Engineering including Structural, Civil, Geotechnical, and Traffic Engineering, and Environmental Engineering (including site investigation if required) Te Papa is looking for Providers who have the capability and experience to ensure on time, in budget completion of the SCA Relocation Project. Providers should have a strong track record in delivering projects of a similar size and nature. As the project involves relocation of hazardous substances, the provider must be able to manage project completion with health and safety in mind. This is a unique opportunity to be a part of growing New Zealands national museum and assist in providing an innovative and high-tech facility to support the research outputs of the Natural History team. The existing SCA is regarded as world-class facility, and the successful Providers will play an important role in ensuring the successful relocation of the facility to its new site.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,26899011,Request for Proposals,Open Competition,Te Papa SCA Replacement - Quantity Surveying,TP2023/178 D,20230203,20230303,20230427,SCA,Sole Agency,No,,"The Museum of New Zealand Te Papa Tongarewa (Te Papa) preserves, protects, acquires, researches, and provides access to collections that are part of New Zealands artistic, cultural, and natural heritage. Te Papa also provides a leadership role in coordinating and providing assistance to other organisations with shared goals. Te Papa is an autonomous Crown entity. Te Papa is re-locating its natural history wet collection from its existing Spirit Collection Area (SCA) facility on Tory Street, Wellington. The wet collection contains natural history specimens stored in alcohol solutions in jars, pails, and tanks. The SCA Relocation Project is a programme of works to acquire a new site and consent, design and construct a new purpose-built SCA facility for Te Papa. Te Papa has secured land at Upper Hutt. Te Papa intends to engage a Consultant Team to support the Project. This Request for Proposal is for Quantity Surveying (QS)/Cost Management Te Papa is looking for Providers who have the capability and experience to ensure on time, in budget completion of the SCA Relocation Project. Providers should have a strong track record in delivering projects of a similar size and nature. As the project involves relocation of hazardous substances, the provider must be able to manage project completion with health and safety in mind. This is a unique opportunity to be a part of growing New Zealands national museum and assist in providing an innovative and high-tech facility to support the research outputs of the Natural History team. The existing SCA is regarded as world-class facility, and the successful Providers will play an important role in ensuring the successful relocation of the facility to its new site.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,27218854,Request for Quotations,Open Competition,Te Papa Taxi Rank Rental,TP2023/181,20230406,20230501,20230626,Finance Procurement,Sole Agency,No,,Te Papa is seeking an offer to rent the Te Papa designated six vehicle taxi rank which will service Te Papa and Takina.,Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,27345907,Request for Proposals,Open Competition,Te Papa Employee Assistance Programme Services,TP2023/179,20230504,20230602,20230925,Finance Procurement,Sole Agency,No,,"We are seeking a provider/s who will be a partner with Te Papa working alongside us to provide a range of mental health and associated support services to support our Health Safety and Wellbeing Policy. Providers as a minimum need to be able to provide 24/7 counselling / psychologist services. These services will range from individual to group, in person and online, and from proactive to reactive. Te Papas vision is to be a Tiriti-based museum, where a collective commitment to Te Tiriti o Waitangi is fostered and Maori exercise tino rangatiratanga. The services need to reflect a demonstrated understanding and skills in Te Ao Maori and professional practise that reflects Te Whare Tapa Wha.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,27659503,Request for Quotations,Open Competition,Te Papa Ticketing RFQ,TP2023/182,20230710,20230724,20230918,Finance Procurement,Sole Agency,No,,"We are seeking a solution that provides ticketing services for the selling, distribution and preparation of tickets to the Dinosaurs of Patagonia exhibition at Te Papa for exhibition dates 16 December 2023 to 28 April 2024. We also require the provision of ticket hardware, software and potentially ticket staff to sell tickets onside from Te Papa for the duration of the exhibition.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,27919172,Request for Proposals,Open Competition,Te Papa Tory Street Emergency Wayfinding,TP2023/183,20230818,20230926,20231009,Facilities,Sole Agency,No,,"The aim of this procurement is the engagement of a suitably qualified company to design, source and install emergency lighting and wayfinding signage at 169 Tory St facility to achieve ANARP compliance with both F6 and F8 of the NZBC. The scope of the works will be determined by the information supplied within the Beca Fire Report and the GHD Gap Analysis, as well as an on-site assessment by the Contractor. The work will also include upgrades to existing, non-compliant emergency lights to achieve F6 compliance with the NZBC. The upgrades to include upgrades to the existing power supply and testing facilities. Updated as-built drawings showing all new systems installed, as well as producer statements will be required.",Awarded,,0,20250410 Museum of New Zealand Te Papa Tongarewa,28956421,Request for Proposals,Open Competition,"Mechanical (HVAC), Plumbing and Electrical Services-Te Papa",TP2024/187,20240305,20240419,20240701,Facilities,Sole Agency,No,PO Box 467 Wellington 6011,"The Museum of New Zealand is seeking appropriately experienced suppliers to be able to provide maintenance and management of the HVAC, plumbing and electrical services at the three Te Papa sites. The chosen provider will have a clear understanding of the management, restrictions, and requirements of operating in the museum environment. Whats important to us? Environmental sensitivity, cultural sensitivity, sustainability, ability to react quickly to reasonable requests, ability to maintain a constant, reliable and an honest workforce. The intent is that the contractor appointed shall be accountable for maintaining and managing the total HVAC, plumbing and electrical system at Te Papas three Wellington sites. 1. Te Papa Tongarewa Museum, 55 Cable St, Wellington 2. Storage Collection and SCA 169 Tory St, Wellington 3. Storage Facility - Jepsen Grove, Upper Hutt",Awarded,"Aquaheat has been awarded the Te Papa HVAC Contract after a competitive tender process was followed. The Aquaheat response displayed a comprehensive understanding of the key requirements and was competitively priced.",0,20250410 Museum of New Zealand Te Papa Tongarewa,29841974,Request for Quotations,Open Competition,Fossil Preparation Laboratory,TP2024/189,20240725,20240910,20241104,Project Management,Sole Agency,No,,"Te Papa is looking to engage a Main Contractor to install a Fossil Preparation Laboratory at their research and collection storage facility located at 169 Tory St, Te Aro, Wellington. The proposed 25M square Laboratory will be constructed within an existing collection store room by installing two floor-to-ceiling walls and a set of double doors. The desired outcome is a laboratory which will allow technicians to safely bring fossils on site, extract them from rock substrate and prepare them for study, storage, or transit. The new laboratory will be equipped for fossil preparation, requiring specific installations for fume and dust extraction, and washing/waste facilities. The project will involve the relocation of an existing fume cupboard from its current location in a Science Laboratory on Level 3, down to the new Fossil Lab on Level 2. Penetration of the concrete floor slab and extending the existing duct work will be required. The safe extraction of dust and fumes during fossil preparation is a main consideration for this Lab. Another consideration is preventing dust or leaks from escaping from the lab into the collection store. Services required will be- Construction Plumbing HVAC Electrical Fire Due to the restricted location of the facility- Within Te Papas facility which holds part of the National Collection, Te Papa is seeking contractors who have demonstrated experience working in similar locations, such as- Museums, Scientific Laboratories or Universities. This project has received Wellington City Council Building Consent Approval.",Awarded,,152243,20250410 Napier City Council,22558193,Request for Proposals,Closed Competition,Request for Proposal (RFP) Executive Search and Recruitment Services - appointment of Chief Executive,C1261,20200420,20200513,20201001,Corporate Services,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"The purpose of this RFP is to invite consultants to submit an outline of a proposed recruitment strategy (including proposed timetable) plus pricing for the provision of executive recruitment services for the appointment of a Chief Executive. The Council wishes to conduct an external contestable recruitment process to appoint a Chief Executive. The objective of the RFP process is to identify and engage an executive search provider who brings the optimum balance of specialist knowledge, national and international search networks, demonstrable relevant successful experience and cost, to guide and support the Council in identifying and hiring the best candidate for the role of Chief Executive. Executive recruitment service providers are invited to submit a proposal to provide executive recruitment services for this appointment process. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,0,20250410 Napier City Council,23159621,Request for Proposals,Open Competition,Request for Proposal (RFP) Executive Search and Recruitment Services - appointment of Chief Executive,C1261,20200824,20200911,20201001,Corporate Services,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"The purpose of this RFP is to invite consultants to submit an outline of a proposed recruitment strategy (including proposed timetable) plus pricing for the provision of executive recruitment services for the appointment of a Chief Executive. The Council wishes to conduct an external contestable recruitment process to appoint a Chief Executive. The objective of the RFP process is to identify and engage an executive search provider who brings the optimum balance of specialist knowledge, national and international search networks, demonstrable relevant successful experience and cost, to guide and support the Council in identifying and hiring the best candidate for the role of Chief Executive. Executive recruitment service providers are invited to submit a proposal to provide executive recruitment services for this appointment process. QUESTIONS MUST BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,0,20250410 Napier City Council,23564457,Request for Proposals,Closed Competition,Civic Precinct Master Planning Services,C1290,20201104,20201201,20210107,City Strategy,Sole Agency,No,,"This Request for Proposal is to help Council identify credible and capable suppliers that with a proven track-record delivering Civic Precinct or equivalent urban masterplans. Engagement with a range of stakeholders will be required, so experience facilitating stakeholder meetings and workshops will be essential. Time is of the essence, and the Council is highly motivated to have this masterplan complete by mid-2021, so the provider will need to have the capacity and capability to drive an efficient process commencing in early January 2021 and completed in mid-2021. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS ONLY Tenders must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS before the closing time. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm Please use the Response form(s) provided.",Awarded,,0,20250410 Napier City Council,23783790,Request for Proposals,Closed Competition,Microsoft Office365 Implementation and Migration Services,PRUID100448,20201216,20210211,20210510,Corporate Services,Sole Agency,No,ONLY ELECTRONIC SUBMISSIONS SUBMITTED THROUGH GETS WILL BE ACCEPTED,"Questions received between 23rd December and 4th January will not receive a response until 5th/6th January. This RFP is an invitation issued by Napier City Council (NCC) to prospective candidates to submit proposals for services related to the implementation of information management governance on Microsoft Office 365 (O365) (SharePoint Online, OneDrive for Business, Microsoft Teams). This includes; improved security and governance for Microsoft Teams, Power Apps and file management; improving Corporate Records management by implementing universal document search and discovery tools, this also supports greater discovery for information requests; upgrading the Intranet (The Source); reducing network files shares; upgrade of InfoSource eDRMS to a common work area based on the current BCS; improve mobility of workforce: QUESTIONS ARE TO BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,0,20250410 Napier City Council,24057492,Request for Proposals,Closed Competition,Napier Hastings Housing Assessment,,20210305,20210312,20210430,,Sole Agency,No,,"Hawkes Bay Regional Council, Hastings District Council and Napier City Council (the Councils) are seeking proposals from experienced economists to undertake the housing assessment. Planning support will be provided by the Councils.",Awarded,,0,20250410 Napier City Council,24840726,Request for Proposals,Open Competition,Three Waters Professional Services Panel,C2161,20210920,20211029,20220203,Infrastructure - 3 Waters,Sole Agency,No,,"Napier City Council (NCC) is seeking proposals from suitably qualified and experienced professional service consultancy firms to join a Professional Services Panel. The Panel will initially be established to support the ongoing planning and delivery of NCCs Three Waters Programme but may expand to include other areas of NCCs portfolio of projects. The Panel will be established for a period of 2 years with 2 + 1 renewal options and will ensure value for money and improved initiation of professional service contracts. We intend to: establish a Panel of specialist suppliers who can provide technical, engineering and specialist support services and who will add value by: - reliably assisting in the delivery of annual projects. - supporting NCCs progressive procurement & broader outcomes objectives. - strengthening NCCs response to health and safety (H&S) including thoroughly documenting safety and design (SiD) assessments. streamline the procurement process to efficiently contract with suppliers allowing a greater throughput of work and ensure improved delivery of the required outcomes (as approved in Councils long-term plan). develop a partnership environment where Council benefits from technical innovation and excellence that delivers the best whole of life solution for our ratepayers. ensure the application of high-quality assurance (QA) and management practices to the works delivered under this Panel arrangement.",Awarded,,0,20250410 Napier City Council,24952150,Request for Proposals,Open Competition,Mataruahou Reservoir Project Management,C2181,20211012,20211112,20220308,Infrastructure - 3 Waters,Sole Agency,No,,"The existing Enfield Reservoir, located on Oliver Road on Hospital Hill, is a critical and integral part of Napier Citys water supply network. It was built circa 1938 thus, was not designed or configured to meet current standards or enable the appropriate management of water quality and safety as outlined in NCCs Water Safety Plan (WSP). The renewal of this reservoir was identified in the 2018/2028 Long Term Plan since it is nearing the end of its useful life. It was determined that the development of a new reservoir will be more practical and economic for NCC because of the various issues associated with the existing Enfield Reservoir. The new reservoir, called the Mataruahou Reservoir, will be located at located at 11 Hospital Terrace which is a former Hospital site. The Mataruahou (Napier Hill) Reservoir is a major water storage project with several construction risks and public visibility. As such, project management is expected to require a high time commitment and a high level of competence. This procurement relates to the delivery of project management services to oversee design, consenting, stakeholder engagement, construction, and commissioning of the Mataruahou (Napier Hill) Reservoir.",Awarded,,0,20250410 Napier City Council,24969140,Request for Quotations,Open Competition,Replacement of a Toro Groundmaster 5910,C2140,20211015,20211028,20220414,City Services,Sole Agency,No,,,Not Awarded,Requirements were revisited and RFQ re-issued,0,20250410 Napier City Council,25066968,Request for Quotations,Open Competition,Supply Mobile Library Van,,20211108,20211129,20220728,,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,25164295,Request for Proposals,Closed Competition,NCC Project Management Services Panel,,20211124,20211214,20220202,,Sole Agency,No,,"Napier City Council (NCC) is interested in securing a panel of Project Management Service Providers to augment NCCs internal capacity to deliver various infrastructure projects. The Panel will provide services to various projects from investigation through to commissioning including front end design, estimating, detailed design, tender documentation, management, surveillance, and quality assurance (MSQA) during construction, and project acceptance/close-out documentation. The extent of works for each project may include (but is not limited to) one or more of the following broad areas: 3 Waters Transport/Roading Greenspaces/Recreational/Reserve Buildings General Civil Environmental We anticipate that the successful suppliers will be able to: 1. Meet our health and safety (H&S) requirements, particularly on site works 2. Provide an appropriate level of professional indemnity and public liability insurance 3. Have the ability to stand up additional resources at short notice, should any project requirements change 4. Work cost effectively, ensuring a priority on outcomes over process to deliver maximum value for rate payers",Awarded,,0,20250410 Napier City Council,25186104,Request for Quotations,Open Competition,Wastewater and Stormwater Pump Station Generators,,20211130,20211223,20220317,,Sole Agency,No,,"Napier City Council (NCC) maintain mobile backup generators to power some facilities to ensure uninterrupted operation in the unlikely event of a power outage. Recent review of risks, resilience, and redundancy for Stormwater (SW) and Wastewater (WW) Pump Stations (PSs) have indicated that there are still gaps in maintaining the level of service required for uninterrupted operations. The procurement of emergency use pumping duty generators to be used for specific areas, will ensure maintaining required level of service at various SW and WW PS sites should an unlikely event of power interruption occur. NCC intend to procure generators which will increase resilience and redundancies to various PS sites to ensure uninterrupted operations to maintain level of service committed by NCC to the community.",Awarded,,0,20250410 Napier City Council,25380627,Request for Proposals,Closed Competition,Visitor and Contractor Sign In,,20220204,20220303,20220516,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25393244,Request for Quotations,Open Competition,Replacement of a Toro Groundmaster 5910,C2140,20220210,20220225,20220331,City Services,Sole Agency,No,,,Awarded,,199010,20250410 Napier City Council,25460661,Request for Quotations,Open Competition,New Compactor Truck,,20220225,20220311,20220726,City Services,Sole Agency,No,,,Not Awarded,Specifications were incorrect.,0,20250410 Napier City Council,25495265,Request for Tenders,Open Competition,Contract 2213 Pandora Industrial Pipeline Remediation,,20220303,20220406,20220502,Infrastructure - 3 Waters,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25560408,Request for Quotations,Open Competition,Purchase of data switches and wireless access points,,20220321,20220330,20220429,Information Services,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the supply of data switches and wireless access points.,Awarded,,335257,20250410 Napier City Council,25575436,Request for Tenders,Closed Competition,Roll of Honour Plaque Restoration,C2203,20220322,20220414,20220627,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25593861,Request for Proposals,Open Competition,Supply and Maintenance of Public Space Closed Circuit Television Cameras (CCTV),C2240,20220325,20220420,20220708,City Strategy,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25657487,Request for Proposals,Open Competition,Napier City Council: Civic Building Demolition,,20220408,20220520,20220714,Community Services,Sole Agency,No,,"Napier City Council (NCC) is seeking suitably qualified organisations for the demolition, removal and site levelling of NCCs Civic Building located at the corner of Hastings Street and Station Street, Napier. The building demolition will include a requirement for the recycling and treatment of materials in accordance with NZGBC Greenstar standards. Please see attachments for more details. We anticipate that tendering supplier(s) will: 1. Hold Site Wise Green accreditation or equivalent. 2. Have demonstrable experience and track record of projects of similar size/scale and complexity. 3. Have in-house or sub-contracted asbestos certified service provision. 4. Provide an appropriate level of contract works, public liability, professional indemnity, third party motor vehicle, and contractors plant and equipment insurance. 5. Comply with the Health and Safety at Work Act 2015, that it has appropriate policies and procedures in place, and that its personnel are appropriately trained and qualified to provide the services. 6. Comply with and demonstrate compliance with all relevant standards, laws, regulations, codes of practice, and requirements. 7. Work cost effectively, ensuring a priority on outcomes over process to deliver maximum value for rate payers. 8. Support NCCs broader outcomes objectives around the environment, boosting construction sector skills development and supporting the local Hawkes Bay economy. Note: Civic Building 231 Hasting Road Architectural and Structural Drawings (listed in section 2.7) file is too large for GETS (200MB). Please email the contact point to request a copy of this file.",Awarded,,0,20250410 Napier City Council,25659038,Request for Proposals,Open Competition,Internal Audit Services for Hawkes Bay 5 Councils,,20220406,20220506,20220701,Corporate Services,Sole Agency,No,,"Central Hawkes Bay Council, Hawkes Bay Regional Council, Hastings District Council, Napier City Council and Wairoa District Council (the Councils) are working together under the Hawkes Bay Triennial Agreement of which the key principles of recognising collaboration and co-operation between the Councils can bring efficiencies in planning, administration and decision-making including procurement. The Councils are wanting to select a single common external provider of Internal Audit Services across the group of Councils, however, the Councils reserve the right to engage other internal audit providers where there is a benefit to the Council in doing so. The Councils are seeking an Internal Audit Service Provider that: - has the capacity and capability to develop and deliver a risk based internal audit programme; - works with the Council(s) and is committed to continuous improvement by adding value through the internal audit process; - understands local government and delivers value by: > utilising their global network and capabilities > participating in wider risk and assurance conversations > providing insights on market trends and emerging risks > Providing independent and trusted advice.",Awarded,,0,20250410 Napier City Council,25680528,Request for Tenders,Open Competition,Contract 2238 Western Hills Cemetery Extension - Stage 2,C2238,20220411,20220506,20220518,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25701433,Request for Tenders,Closed Competition,Contract 2214 Pandora Industrial Pipeline Flow Meters,,20220414,20220428,20220511,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25745474,Request for Quotations,Open Competition,Contract 2141 Cab Chassis for 4.5 to 5.0 m3 Compactor Truck,C2141,20220502,20220526,20220602,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25799654,Request for Tenders,Open Competition,Contract 2192 Onslow Steps Renewal,C2192,20220516,20220603,20220623,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25844483,Request for Proposals,Open Competition,Contract 2247 Building Warrant of Fitness Services,C2247,20220523,20220701,20220905,Infrastructure - Property,Sole Agency,No,,"Napier City Council (NCC) is interested in securing a Building Warrant of Fitness supplier to co-ordinate the inspection, maintenance and reporting on Specified Systems in accordance with Compliance Schedules across 24 building assets. These include: SS1 - automatic sprinkler system SS2 - Automatic or manual emergency warning systems for fire SS3 - Electromagnetic or automatic doors SS4 Emergency lighting systems SS7 Automatic backflow preventers SS8 Lifts and travellator SS9 Mechanical ventilation SS12 Audio loop SS13 Smoke control systems SS14 Signs relating to SS1-13 SS15 final exits, fire/smoke separations, and evacuation signage The successful supplier will also be responsible for the inspection, maintenance and repair of HVAC systems that may not be subject to a Compliance Schedule as well as hand operated firefighting equipment. We anticipate that the successful supplier will be able to: 1. Meet our health and safety (H&S) requirements, particularly on site works 2. Provide an appropriate level of professional indemnity and public liability insurance 3. Have the ability to stand up additional resources at short notice, to cover reactive maintenance and break downs 4. Work cost effectively, ensuring a priority on outcomes over process to deliver maximum value for rate payers",Awarded,,0,20250410 Napier City Council,25851013,Request for Tenders,Closed Competition,Contract 1308 Taradale Library Air Conditioning Upgrade,C1308,20220524,20220615,20220630,Infrastructure - Property,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,25920448,Request for Proposals,Open Competition,Contract 2190 Transfer Station Cash Handling and Site Security,,20220610,20220706,20220815,Infrastructure - Environmental,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26055713,Request for Proposals,Closed Competition,Contract 1299 Napier Municipal Theatre Auditorium Ceiling Space Access,C1299,20220715,20220810,20220811,Infrastructure - Property,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,26078753,Request for Tenders,Open Competition,Contract 1326 Napier War Memorial Restoration Project,C1326,20220721,20220825,20220923,Infrastructure - Property,Sole Agency,No,,"Napier City Council (NCC) is seeking interest from suitably qualified organisations for the role of Lead Contractor for a traditional build project in the vicinity of a $2.5M project works. Requirements include the end to end management of the site preparations and construction in accordance with the Detailed Design for the War Memorial Eternal Flame and Roll of Honour pavilion at the Napier War Memorial Centre located at 48 Marine Parade, Bluff Hill Napier 4110 Note that this project is highly sensitive and to be carried out in a very visible location. Quality and timeliness are of significant importance. These works have an approved budget and are looking to commence by August and have the project works completed by February 2023",Awarded,,0,20250410 Napier City Council,26133484,Request for Tenders,Open Competition,Contract 1314 Westshore to Ahuriri Connectivity Improvements,C1314,20220804,20220829,20221014,Infrastructure - Roading,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,26146144,Request for Proposals,Closed Competition,Contract 2293 Westshore Beach Reserve Playground Renewal - Playground/Playscape Design and Construction,C2293,20220809,20220914,20221111,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26152985,Request for Quotations,Closed Competition,C2306 Westshore Beach Reserve - Playground Renewal - Civil and Landscape Works,C2306,20220809,20220831,20220915,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26163570,Request for Tenders,Closed Competition,Contract 1299 Napier Municipal Theatre Auditorium Ceiling Space Access,C1299,20220811,20220822,20221004,Infrastructure - Property,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,26197246,Request for Tenders,Closed Competition,Contract 2281 72 West Quay Stormwater Development,,20220818,20220829,20220901,Infrastructure - Roading,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26335835,Request for Quotations,Closed Competition,Napier City Council HPE (Aruba) Equipment,,20220915,20220923,20221018,Information Services,Sole Agency,No,,"On behalf of the Napier City Council, I would like to advise you have been selected as one of our preferred vendors for our Infrastructure as a Service hardware requirements. I would like to invite you to quote for the attached HPE equipment and the Professional Services bundle. You are advised that this is a competitive environment, and you should put your best and final offer forward to us. We are expecting this quoted offer back to us in writing by 12pm Friday 23rd of September 2022. Your offer can be emailed at any time prior to this time to rory.dowling@napier.govt.nz copying in Andrew.Madden@napier.gov.nz. Your technical contact is Andrew Madden and our HPE contact is Tom Fraser tfraser@hpe.com. 0275 385 236 We are interested in your communication processes to keep us updated on progress against lead times, and importantly pricing of the equipment and service bundle. Please also include with your commercial terms and conditions a brief cover note on how your organisation will manage the equipment and solution engineering requirements for Napier City Council, and whom will be our organisational contact. The complete bill of materials is attached in the 11 Excel Workbooks and in addition the following SKUs will need to be added to the quote this covers the additional professional services delivered by Richard, and the travel time for the HPE onsite engineers. 1x HM2P0A1#003 1x H7B28A1 1x HA546A1 All equipment is to be delivered to Attention Andrew Madden Napier City Council Private Bag 6010 Napier 4142 The Professional Services should be quoted as being delivered to Hastings at a time to be confirmed in coordination with NCC, HDC and HPE. Please also confirm by return email to me that you have received this invitation and whether your organisation will choose to quote. Thank you in advance for your quote and time taken to support us achieve our objectives. We do value your organisation and as a reflection of this - this offer is closed to only a select few. Again please utilise myself (contact details below), Andrew (027 522 3339) and Tom, to help put your best offer forward. Any questions and answers asked of myself or Andrew will be shared with all parties invited to quote.",Awarded,,0,20250410 Napier City Council,26359371,Request for Quotations,Closed Competition,Request for Quotations - Supply 2 x Trucks - 2 Tonne Cab Chassis,,20220920,20221007,20221026,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26481489,Request for Quotations,Open Competition,Request for Quotations - Supply 1 x Mower Replacement P2025,,20221017,20221031,20221123,City Services,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26484904,Request for Proposals,Closed Competition,5HBC WAN & Internet RFP 2022,PRUID100631,20221017,20221116,20230202,Information Services,Cluster,No,,"This procurement relates to the delivery for the next five years of a technology solution to meet the needs of our current SD-WAN and Internet services and equip our Councils for that technology evolution during the next five years for the five Hawkes Bay Councils (HB5C). (Napier City Council, Wairoa District Council, Central Hawkes Bay District Council, Hastings District Council and Hawkes Bay Regional Council). Note: each of these Councils will be contracting separately and each has the option to divest from the shared arrangement if they so choose. The combined Councils have approximately 57 locations. The desire is for a solution that takes into account what we have today and then outlines how a roadmap could be deployed for each Council to move to more appropriate technology (hardware) and or integrated services to be in keeping with the technological advances in this space.",Awarded,,0,20250410 Napier City Council,26511948,Request for Proposals,Open Competition,Station Street Library and Community Services Facility Architectural Design Services,PRUID100480,20221020,20221206,20230901,City Strategy,Sole Agency,No,,"The Napier City Council is seeking the services of an experienced architectural design team to lead the design delivery of the new Station Street Library and Community Facility and associated civic precinct landscape upgrade for the scope of a Concept Design and Preliminary Design. The Napier City Council has set aside a budget for NZD 50 million for the new Library and Community Facility which will be the heart of a Civic Area revitalisation project. The Design Brief outlines the goal of delivering a multipurpose facility that includes a council chambers and spans 3860 sqm with an intended 50 year design life. The timing for the Concept Design Deliverable will be April 2023, with a current project timeline to have stage one operational by 2026. The proposed facility sits in the heart of Napier civic precinct and encompasses stage-one of a two-stage Library and Civic Area Masterplan. The Library and Community Services Facility is a rare opportunity to create a place that is a collective expression of the communitys aspirations as citizens of Ahuriri/Napier and will celebrate the Citys cultural values and unique history. The Library and Community Services Facility will be a place where visitors and people of Ahuriri/Napier and the surrounding areas can relax, learn, play, engage and connect. This is a flagship project for the Council and creates a significant opportunity for the Council to put into action many of its strategic initiatives, including sustainability, future libraries strategy, community partnerships, integrated customer services, and the potential for regional shared services. The Council is partnering with Mana Whenua and is fully committed to co-design and co-leadership of the project.",Not Awarded,,0,20250410 Napier City Council,26631191,Request for Quotations,Closed Competition,Napier City Council Logitech Video Conferencing Equipment,PRUID 100637,20221116,20221130,20221209,Information Services,Sole Agency,No,,"Napier City Council are looking to procure the attached list of Logitech Equipment for the purposes of audio visual conferencing. This will be a price as the determinant factor procurement, where we are looking at the overall cost of the equipment. Please see attached the equipment list and price response form. The form of agreement will be the standard GMC Goods for Non Governmental agreement - example provided. This is a closed tender to the leading providers of Logitech Equipment. We will require the lead time and price per item - NCC has already completed it's Bill of Materials and will perform the installation works inhouse.",Awarded,,0,20250410 Napier City Council,26634013,Request for Tenders,Closed Competition,Contract 2322 Rangatira Revetment (Whakarire Ave Coastal Protection),C2322,20221116,20221207,20221216,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26682246,Request for Tenders,Closed Competition,C2299 Latham Street Rising Main Air Valves Renewals,C2299,20221128,20230124,20230317,Infrastructure - 3 Waters,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26759722,Request for Tenders,Closed Competition,C2336 Pump Station Safety Upgrades,C2336,20221216,20230208,20230512,Infrastructure - 3 Waters,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26766833,Request for Tenders,Closed Competition,C2348 Backflow Prevention Device - Testing and Repairs,C2348,20221220,20230203,20230203,Infrastructure - 3 Waters,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,26769140,Request for Proposals,Open Competition,Napier Aquatic Centre Remediation Works,PRUID100922,20221220,20230215,20240209,Community Services,Sole Agency,No,,"Napier City Council are looking for an Early Contractor Engagement of a construction company suitably skilled for the remediation works required on our Aquatic Centre in Maadi Road Onekawa Napier. The Council has attached an indicative scope of works required for remedial works that will require a collaborative engagement model as we work through the recognised issues and the best plan of how to approach these works. Emphasis will be on good planning and communication, delivering on stated timelines, good cost control, and an appreciation that as the facility is an operational public facility, any works will need to be mindful of our customer needs. The Works are expected to be occur during 2023. Why should you bid? This will be a cost reimbursable model with an allowance for overhead and profit, with a government client that will give confidence to the winning party that there will be less risk from a supportive secure client.",Not Awarded,Project cancelled due to effects of Cyclone and to be reassessed after Council review of infrastructure requirements.,0,20250410 Napier City Council,26835358,Request for Tenders,Closed Competition,C2309 McLean Park Changing Room Upgrade,C2309,20230123,20230216,20230220,,Sole Agency,No,,,Not Awarded,The aftemath of Cyclone Gabrielle prevented tenders from being submitted,0,20250410 Napier City Council,26926868,Request for Tenders,Open Competition,C2351 Munroe St and Greenmeadows WWPS Upgrade,2351,20230209,20230329,20230613,Infrastructure - 3 Waters,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,26977119,Request for Tenders,Closed Competition,C2309 McLean Park Changing Room Upgrade,C23099,20230220,20230306,20230316,,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,27084659,Request for Tenders,Open Competition,C2333 Riverside Carpark & Pathways,C2333,20230314,20230424,20230515,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,27111807,Request for Proposals,Open Competition,"Civic Precinct, Iron Pot Waka Hub Consultancy Agreement",PTUID100480,20230317,20230414,20230728,Infrastructure - Property,Sole Agency,No,,"A Project Management practice with clear and demonstrable experience in civic or commercial project management. The candidates must have a resum of having provided project management services for civic or commercial building projects greater than 1,000m2. This is a Pre-Condition. There are potentially 2 projects to bid on within this RFP: Civic Precinct Development Iron Pot Waka Hub Pavilion",Not Awarded,,0,20250410 Napier City Council,27169187,Request for Proposals,Open Competition,Civic Precinct Development - Quantity Surveying,PRUID100480,20230330,20230428,20230630,Infrastructure - Property,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,27269589,Request for Proposals,Open Competition,C2042 Resident Satisfaction Survey,C2402,20230419,20230517,20230627,Corporate Services,Sole Agency,No,,"Napier City Council (the Council) is looking for a provider to undertake research and reporting in relation to Napier residents views. This is in the form of two existing resident surveys, assistance with consultation submissions and any ad hoc surveys required (Resident Surveys). We are looking for a supplier to help us understand the views and opinions of our residents. These surveys help us to assess our performance over time, and compared to other Councils. They also help us measure community wellbeing. We use the results of the surveys to make improvements so we can better service our rate payers.",Awarded,,0,20250410 Napier City Council,27310601,Request for Tenders,Closed Competition,C2460 Riverside Reserve Playground Equipment,C2460,20230428,20230519,20230626,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Not Awarded,Refer C2460,0,20250410 Napier City Council,27311234,Request for Tenders,Closed Competition,C2462 Park Island Reserve Playground Equipment,C2462,20230428,20230526,20230623,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,27372559,Request for Tenders,Open Competition,C2406 Hooker Ave - Thomspon Rd Retaining Wall,C2406,20230510,20230607,20230704,,Sole Agency,No,,,Awarded,Separable portions for each Hooker Ave (Gleeson Park) and 9 Thompson Rd Slip,0,20250410 Napier City Council,27387707,Request for Tenders,Open Competition,C2317 Meeanee and Awatoto Watermain,C2317,20230512,20230626,20230907,Infrastructure - 3 Waters,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,27387990,Request for Tenders,Open Competition,C2347 WWTP Overflow Storage Project,C2347,20230512,20230628,20230920,Infrastructure - 3 Waters,Sole Agency,No,,,Not Awarded,Refer C2347,0,20250410 Napier City Council,27528609,Request for Proposals,Closed Competition,C2511 Business Review: Community Services,C2511,20230612,20230626,20230703,Community Services,Sole Agency,No,,,Awarded,,99750,20250410 Napier City Council,27645419,Request for Proposals,Closed Competition,C2533 Napier ISITE UPGRADE & REBRANDING,C2533,20230630,20230728,20230919,Corporate Services,Sole Agency,No,,"Physical visitor information centres such as the Napier isite are a key element of New Zealands tourism infrastructure. The isite network is also important to support the return of tourists as borders continue to re-open. Tourism New Zealand and VIN inc has launched its Visitor Information Network Inc Future Network strategy, which aims to make the isite network stronger and more sustainable into the future. The Napier isite will be redeveloped to enhance visitor experience and drive better engagement with local history and culture. The VIN inc is entering into an Agreement with Napier City Council (NCC) to assist in the redevelopment of the Napier isite. This procurement is for the; Removal & demolition of the remaining existing fit out once the building is vacated. The make good of the delineated area shown in the design documents Production of the bespoke joinery components, transport of those items to site and installation therein. Upgrade in accordance with the design and specification documents of the building shell including work to services as shown. Out of Scope (OoS) works identified in the SoW schedule, which include carpet tiles to the Back of House (BoH) area, preparation and painting of the exterior of the building ready for the application of signage and graphics as illustrated. .",Not Awarded,,0,20250410 Napier City Council,27695560,Request for Proposals,Closed Competition,C2512 17A Review,C2512,20230712,20230807,20230828,Corporate Services,Sole Agency,No,"265 Marine Parade, Napier South, Napier 4110",,Awarded,,0,20250410 Napier City Council,27813627,Request for Tenders,Closed Competition,C2540 Parklands Area 4 Haul Road,C2540,20230802,20230816,20230818,Infrastructure - Roading,Sole Agency,No,,,Not Awarded,Refer C2540,0,20250410 Napier City Council,28166556,Request for Proposals,Open Competition,C2591 Emerson St Revitalisation Design Services,C2591,20230925,20231019,20231221,City Strategy,Sole Agency,No,,"Emerson St is the main shopping and dining area in Napier City. It is a well-known tourist destination with a prevalence of Art Deco Buildings and is closely located to Marine Parade and the Napier foreshore. It runs the length of the inner CBD with Clive and Memorial Squares at one end and the foreshore at the other. This procurement opportunity is for design services for the length of the street. It is intended that the physical works will be undertaken in four phases. What we need Napier City Council is looking for concept design for all four phases, detailed design, construction drawings and tender documentation for stages 1&2 physical works. The successful tenderer will have proven landscape architecture experience and can provide examples of previous projects of a similar nature and scale. There will also be evidence of successful phase and staged works. What we dont want Napier City Council has already appointed a supplier to undertake engagement and to gather quantitative analysis to inform the design. The successful tenderer will be expected to work alongside this supplier to achieve appropriate design outcomes. This project is solely for the purpose of upgrading the streetscape of Emerson St only and will not extend to other road in the CBD. Whats important to us Engagement with a range of stakeholders including but not limited to, shop holders, hospo, residents, and community will be required, so experience facilitating stakeholder meetings and workshops will be necessary. Why should you bid? This is a unique opportunity to play a leading role in reshaping this crucial area of Napier City for generations to come. This project seeks to enhance the unique heritage value of Emerson Street streetscape and will contribute to the social, environmental, and economic future of the CBD.",Awarded,,0,20250410 Napier City Council,28200217,Request for Proposals,Open Competition,Motor Vehicle GPS Telemetry Services,C2599,20230929,20231101,20231120,City Services,Sole Agency,No,,"This procurement relates to the delivery of an effective Motor Vehicle GPS Telemetry Service to support Napier City Council in providing a healthy and safe work environment for our staff and employees and create efficiencies across resources and administration To achieve this commitment and create resource and administration efficiencies the council vehicle fleet is fitted with Vehicle GPS Telemetry units. The benefits of this are: Enhanced safety for drivers, particularly those on rural roads or lone drivers More efficient use of vehicles across a group of staff More efficient use of fuel Reduced CO2 emissions Reduced toxic emissions Reduced administration.",Awarded,,0,20250410 Napier City Council,28233954,Request for Quotations,Open Competition,C2598 Tractor Replacement x3,C2598,20231006,20231024,20231120,City Services,Sole Agency,No,,We are seeking the renewal of three tractors in the Napier City Council vehicles for mowing Council Parks and Reserves.,Awarded,,0,20250410 Napier City Council,28278110,Request for Proposals,Open Competition,C2594 Ahuriri Regional Park Masterplan,C2594,20231016,20231113,20240118,City Strategy,Sole Agency,No,,"We are seeking the services of an experienced multi-disciplinary consultancy team which must include landscape architectural expertise to prepare a masterplan in relation to the Ahuriri Regional Park. Napier City Council is procuring consultancy services for the provision of master planning in relation to the Ahuriri Regional Park",Awarded,,0,20250410 Napier City Council,28304930,Request for Quotations,Closed Competition,Contract 2613 Gleeson Park Playground Design and Construction,C2613,20231018,20231115,20231128,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,28306191,Request for Quotations,Open Competition,Contract 2612 Gleeson Park Playground - Civil Works,C2612,20231018,20231127,20231206,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,28317530,Request for Tenders,Closed Competition,Contract 2461 Park Island Playground Pathway,C2461,20231019,20231113,20231115,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,28365430,Request for Proposals,Open Competition,C2440 Building Wash Services,C2440,20231030,20231129,20240126,Infrastructure - Property,Sole Agency,No,"265 Marine Parade, Napier South, Napier 4110","To deliver expected levels of service and ensure durability of our assets, buildings require regular cleaning down of surfaces, gutters and windows as well as moss and mould protection (Planned Preventative Maintenance) The Building Asset Management team are looking to appoint a supplier to undertake these services across the Napier City Council building portfolio.",Awarded,,0,20250410 Napier City Council,28486737,Request for Tenders,Open Competition,C2635 West Quay Road Reconstruction,C2635,20231120,20231211,20231220,Infrastructure - Roading,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,28657040,Request for Tenders,Closed Competition,C2650 Anderson Park Stage 2 Playground Design & Construction,C2650,20231221,20240205,20240227,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,28660632,Request for Tenders,Closed Competition,C2656 Awatoto Silt Remediation,C2656,20231222,20240115,20240119,Infrastructure - Environmental,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,28695794,Request for Proposals,Closed Competition,C2646 Learning Management System (LMS),C2646,20240116,20240209,20240501,Corporate Services,Sole Agency,No,,"Napier City Council currently has no LMS in place. It is important that the solution implemented is easy to use and visually appealing to users. Content needs to be interactive and available on any currently supported device. Functionality identified as mandatory within the requirements is considered key to Council implementation of a solution. Napier City Council are looking for solution providers to work collaboratively with throughout the project, who will provide them with support and advice for system configuration and set-up and provide best practise guidance for implementation. After implementation support is also important to Council, with readily available support for the solution in New Zealand business hours.",Awarded,,0,20250410 Napier City Council,28696578,Request for Quotations,Closed Competition,C2663 CPO Firewall,C2663,20240116,20240209,20240322,Information Services,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the C2663 CPO Firewall Replacement contract opportunity,Not Awarded,,0,20250410 Napier City Council,29038210,Request for Tenders,Open Competition,C2684 24 Clyde Road Slip Remediation,C2684,20240317,20240412,20240429,Infrastructure - Roading,Sole Agency,No,,,Awarded,The Contract was awarded to Drainways Contracting Ltd. The Contractor shall be entitled to possession of the site fifteen (15) working days after the date of this notice send on the 29 April 2024 and you are required to commence work within ten (10) working days of possession of site,504555,20250410 Napier City Council,29190069,Request for Proposals,Open Competition,C2639 Occupational Health Nurse Services,C2639,20240410,20240507,20240731,Corporate Services,Sole Agency,No,,NCC are looking to appoint a company to supply Occupational Health Nurse Services who will carry out pre-employment screening and regular monitoring to support Napier City Council (NCC) in providing a healthy and safe work environment for our employees.,Awarded,,0,20250410 Napier City Council,29208453,Request for Tenders,Closed Competition,C2670 Ocean Spa Pool Auto-dosing,C2670,20240412,20240508,20240610,,Sole Agency,No,,,Not Awarded,,0,20250410 Napier City Council,29212884,Request for Quotations,Open Competition,C2678 Inner Harbour Maintenance Dredge 2024,C2678,20240412,20240503,20240514,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29284765,Request for Tenders,Open Competition,C2714 Centennial Hall and Graham Lowe Stand gutter upgrade,C2714,20240424,20240516,20240607,,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29341554,Request for Proposals,Closed Competition,C2707 Te Aka Operating Model,C2707,20240506,20240529,20240624,City Strategy,Sole Agency,No,,"Napier is building a library and community facility for the city. The project is known as Te Aka and as part of this, initial planning has been undertaken in regard to the innovation spaces in order to identify possible activities and partners to run programmes, display work and provide the community with opportunities for growth and learning. Now that this has been completed, testing of ideas and potential programmes will be key to ensuring we are providing the right opportunities once the new facility opens in 2026. It is proposed to engage with both the community and internal stakeholders to obtain information on what worked well, where issues might be and where improvements could be found. To this end, we are seeking the development of future programming for our innovation and display spaces as well as internal and external stakeholder engagement in relation to this work. It is also proposed to examine the current customer experience journey at both libraries in the city. As above, the focus of this work will be to understand what works, what the pain points are and how these can be improved",Awarded,,0,20250410 Napier City Council,29375092,Request for Proposals,Closed Competition,NCC C2606 E-Invoicing &Invoice Processing System,C2606,20240510,20240613,20241101,Corporate Services,Sole Agency,No,,"Napier City Councils (NCC) current creditor payment system does not offer e-invoicing or mobile device compatibility. As e-invoicing is becoming a Govt/IRD requirement, it is appropriate and in alignment with the NCC procurement policy to reassess the market for a new solution. The new creditor payment system must meet with the MBIE guidelines on E-Invoicing as well as the possibility of the following benefits (but not limited to). providing greater reporting, use of apps to allow purchasing. forecasting spends. managing payment due dates receiving of discounts if early payment received. Easier administration of user access and transactions A new system will eliminate the current reliance on Excel spreadsheets and allow for greater control over spend, including the raising of POs prior to purchase. The successful supplier will need to work with NCC and any other 3rd party software suppliers (including Magiq finance system) to implement the application, ensuring that all data flows are fit for purpose. The selected vendor must be able to provision (or work with an MBIE approved provider) a PEPPOL network for the secure transfer of financial data) and it is expected that respondents have been listed by MBIE (MBIE listed providers).",Not Awarded,,0,20250410 Napier City Council,29450040,Request for Tenders,Closed Competition,C2384 Petane Domain Carpark,C2384,20240521,20240614,20240715,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29450440,Request for Tenders,Open Competition,C2682 Veronica Sunbay Remediation,C2682,20240521,20240613,20240625,Infrastructure - Property,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29500534,Request for Tenders,Open Competition,C2734 National Aquarium of New Zealand HVAC Priority Remedial Works,C2734,20240529,20240627,20240812,Community Services,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29516156,Request for Tenders,Open Competition,C2432 Streetlight and Traffic Signal Maintenance 2024-2027,C2432,20240531,20240705,20240814,Infrastructure - Roading,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29518749,Request for Proposals,Open Competition,Waka Hub Design and Engineering Services,C2463,20240531,20240709,20240814,City Strategy,Sole Agency,No,"265 Marine Parade, Napier South, Napier 4110","Request for Proposal Waka Hub Design and Engineering Services Napier City Council (NCC) is seeking design and engineering services for a new Waka Hub in Ahuriri. This exciting project will establish the first purpose-built waka mooring for ocean-going waka in New Zealands North Island and provide a world class public space that showcase celestial navigation and its cultural significance to Aotearoa. The aim of this project is to create a vibrant and attractive destination that celebrates the cultural significance of waka hourua and enhances the tourism potential of the area. This initiative will involve the relocation of the Te Matau-a-Maui mooring from the southern end of Ahuriri Harbour to an area adjacent to the Napier Sailing Club, providing a safe harbour for Te Matau-a-Maui waka (and other waka as necessary). The whare waka structure will be used to welcome visitors, host tour groups, and support existing activities based at the waterfront. The wider Waka Hub facility will also provide toilets, changing facilities and educational storyboards as part of the urban realm connecting the whare with the surrounding area. Questions and Responses must be submitted through GETS. Price and non-price files should be clearly marked as Price and Non-Price and uploaded as separate files. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website",Awarded,,0,20250410 Napier City Council,29596886,Request for Proposals,Open Competition,C2736 Civic Precinct Development - Future Workplace Strategist,C2736,20240614,20240711,20240813,City Strategy,Sole Agency,No,,"In 2017 Napiers library and Civic accommodation buildings were declared earthquake-prone and were closed later that year. Council is now in the position to develop our ex-Library building as our officer accommodation as part of a wider civic precinct development. We are looking to purchase services of an experienced and capable supplier to gain a fuller understanding of our future workplace needs. The main output from this engagement is to develop a workplace concept to support our workplace principles that will act as a design brief for our design team.",Awarded,,0,20250410 Napier City Council,29630907,Request for Proposals,Open Competition,C2618 NCC Scada Container,C2618,20240620,20240722,20240920,Infrastructure - 3 Waters,Sole Agency,No,,"As part of Napier City Councils (NCC) Civic Precinct Project, the old library tower is being redeveloped into officer accommodation. In order to commence, the library tower must be emptied of all existing infrastructure including the SCADA telemetry equipment housed on the roof. This equipment monitors the pumping stations throughout the city, keeping the city safe from flooding. This project is part of the greater SCADA relocation project to remove the SCADA servers from the building and we require a fully specd container to house them in a new location at Cross Country Drain. We expect this container to be built off site and delivered when required. The container will require the following, The ability to take two electrical power feeds, mains and generator. An Automatic Transfer Switch (ATS) will detect a mains power failure and then start the generator and transfer to the generator when its ready. The container will contain at a minimum an air conditioning unit, fire suppression, fire & smoke detection, entry system including door status, room vitals, lighting. The container will hold the 3Waters SCADA servers and telemetry systems. These systems will be housed in four full height racks. A stand 1.5m high will be provided with the container as well as appropriate stairs and handrails. The supplier will deliver the completed container to our specifications to the Cross Country Drain at 283 Te Awa Ave, Napier",Awarded,,0,20250410 Napier City Council,29674518,Request for Proposals,Open Competition,C2750 DW Sampling and Testing Services,C2750,20240627,20240722,20240806,Infrastructure - 3 Waters,Sole Agency,No,,"Napier City Council (NCC) is committed to providing safe drinking water to the residents of Napier and Bay View connected to the municipal drinking-water supply network and serving more than 60,000 people. The scope of works is to manage and undertake drinking-water sampling and testing for NCC. All routine sampling will occur within NCC boundaries and will cover assets and facilities under Council management. NCC requires a credible provider who has the capability, experience, skills and infrastructure to deliver the required routine, non-routine and emergency response services for drinking-water sampling and testing, while working collaboratively with NCC staff. We are looking for a contractor who has the capacity and capability to commit to a three (3) year contract period with two (2) possible one (1) year extensions. Compliance with the DWQAR is critical for us to demonstrate provision of safe drinking-water.",Awarded,Contract awarded to ALS Hawkes Bay expected to commence 1 November 2024. Contract term is 3 years plus two one-year right of renewal.,0,20250410 Napier City Council,29765704,Request for Proposals,Open Competition,C2727 NCC Te Aka Enabling Demolition Works (Ex Library Tower),C2727,20240712,20240816,20241030,City Strategy,Sole Agency,No,,"Napier City Council (NCC) is seeking suitably qualified organisations for the enabling demolition works for Te Aka; the citys new library and community facility located at the corner of Hastings Street and Station Street, Napier. The enabling demolition works will include the removal of the old Napier library annexe, the demolition of the external East Stair and interior salvage of the Library Tower building. The demolition will also include a requirement for the recycling and treatment of materials in accordance with NZGBC Greenstar standards.",Awarded,,0,20250410 Napier City Council,29883537,Request for Tenders,Open Competition,Contract 2662 30 Herschell Street Retaining Wall,C2662,20240731,20240823,20241024,City Strategy,Sole Agency,No,,,Awarded,,0,20250410 Napier City Council,29963919,Request for Proposals,Open Competition,C2739 - Digital Aerial Orthophotography,C2739,20240812,20240909,20241014,Corporate Services,Sole Agency,No,,"Central Hawkes Bay District Council (CHBDC), Hastings District Council (HDC) and Napier City Council (NCC) are seeking experienced and capable suppliers to acquire and process digital aerial orthophotography and associated data for the 2024/25 flying season. The digital aerial orthophotography required are to be current, of high quality, seamless and in colour.",Awarded,,0,20250410 Napier City Council,30110416,Request for Quotations,Closed Competition,Purchase of Hydrovac Truck,C2782,20240902,20241004,20241125,Infrastructure - 3 Waters,Sole Agency,No,,"Napier City Council seeks to procure a hydrovac truck for efficient excavation & waste tankering and cleaning services, including cleaning of deep wet wells. The equipment must meet high performance, safety, and operational flexibility standards. The truck should consist of an independent vacuum pump and jetting pump operation.",Awarded,,0,20250410 Napier City Council,30129336,Request for Proposals,Open Competition,C2431 NCC After Hours Call Centre Support,C2431,20240904,20241010,20241212,City Services,Sole Agency,No,68 Breadalbane Avenue,"Napier City Council (NCC) requires a remote after hours call centre (Call Centre) to handle enquiries coming via phone, social media, and SCADA outside of operational hours. This will allow NCC to have 24-hour, 7 day per week coverage for our customers. The Call Centre will support NCCs Customer Care Team by providing excellent out of hours customer services, directing our customers to other agencies or internal experts where urgent, as well as reporting back within business hours to our day-to-day services for follow up. We require an existing Call Centre that also has the ability to keep statistics on our calls and reporting back on volumes, wait times, abandoned calls, and categories to meet our Key Performance Indicators (KPI).",Awarded,,0,20250410 Napier City Council,30177907,Request for Quotations,Closed Competition,C2794 Water Air Valves Renewals,C2794,20240913,20241018,20241111,Infrastructure - 3 Waters,Sole Agency,No,"265 Marine Parade, Napier, Hawke's Bay, 4110","The Water Air Valves Renewals project is essential to maintaining the integrity and safety of Napier City Council's potable water supply. The need for this project arises from the current condition of the existing air valves, which are at risk of causing contamination due to their placement below flood levels. Upgrading these valves is critical to the broader safety improvement plan, which aims to enhance infrastructure resilience and comply with updated safety codes. The scope is to relocate/replace the valve to above ground as per design drawings.",Awarded,,162910,20250410 Napier City Council,30184533,Request for Quotations,Closed Competition,C2781 Wastewater Treatment Plant Milliscreen Replacement,C2781,20240913,20241011,20241213,Infrastructure - 3 Waters,Sole Agency,No,"265 Marine Parade, Napier, Hawke's Bay, 4110","The Wastewater Treatment Plant Milliscreen Replacement Project aims to address the deteriorating condition of Screen 1, the primary treatment point for Napier's domestic wastewater. By replacing the worn-out Milliscreen, the project ensures the continued efficient operation of the treatment plant and compliance with treatment standards. This includes: 1. Fabrication and Replacement of Rotary Screen Barrel 2. Site Works/Commissioning",Awarded,,0,20250410 Napier City Council,30282636,Request for Tenders,Closed Competition,C2680 Parklands Area 4 Bulk Earthworks,C2680,20240927,20241018,20241104,,Sole Agency,No,"265 Marine Parade, Napier South, Napier 4110","Napier City Council (NCC) invites the Shortlisted respondents to submit a Tender for the Bulk Earthworks at Area 4 Parklands Residential Estate. The work is to comply with the associated Earthworks Consent including erosion and sediment controls. A Site visit can be undertaken on Tuesday 8th October 2024 between 1-4 pm The tender closes 2pm 18 October.",Awarded,,0,20250410 Napier City Council,30304221,Request for Tenders,Open Competition,C2786 Municipal Theatre Ticketing & WCs Upgrade,C2786,20241001,20241022,20241120,,Sole Agency,No,,Napier City Council require a capable and experienced main contractor to undertake and complete the works of an upgrade to the toilet facilities and ticketing area along with ventilation and heating including the Port of Napier foyer. The Municipal Theatre is an iconic Art Deco building in the heart of Napier City. It has been a long time since an upgrade has been undertaken in these areas.,Awarded,,0,20250410 Napier City Council,30309429,Request for Tenders,Open Competition,C2747 Anderson Park Stage 2 - Cafe Area,C2747 and PRUID100994,20241002,20241023,20241030,Infrastructure - Parks Reserves & Sportsgrounds,Sole Agency,No,,"Napier City Council is looking to enhance Anderson Park, Napiers premier playground, by adding new amenities in time for Napiers 150th anniversary on 30 November 2024 which will be partly held at Anderson Park. The project includes: Demolishing the old toilet block and barbecues. Constructing a designated area for a coffee or food container. Adding picnic tables and a barbecue area to create a relaxed space. Garden beds. Our goal is to have as many of these improvements completed by 30 November 2024. Other key works include: Site and pedestrian management. Asbestos and waste management. Removal of old concrete footpaths and unsuitable soil to waste. Service installation for power, water, stormwater drainage, irrigation, and sewer. Concrete construction with specific pigments (4% charcoal oxide, 8% charcoal oxide and 10% Bayferrox 4920 yellow pigment). Reinforced concrete with 665 mesh. Concrete dish channel and flush nibs. Garden beds with high-quality garden topsoil. Grass berm reshaping. Coordination and liaison with nominated subcontractors. Liaising with NCC park maintenance staff. OUR EXPECTATIONS Timeliness: Provide an indicative timeline to complete works by mid-December 2024. Aim to complete the bulk of works by 30 November 2024. Key stages to complete prior to 30 November 2024 ? Demolition of old toilet block and BBQ (including backfilling to a safe height) ? Playground closure during asbestos removal only, playground access to be made available once hazardous tasks are completed. ? Construct concrete paths, install picnic tables and double BBQ. Provide an alternative programme with the Contractors own deadline. Quality Assurance and Quality Control: Supply of QA records and reports on time. Notice for inspections and approvals 48hours prior. Notice to residents directly affected by construction works. Tenders must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS MUST BE SUBMITTED THROUGH GETS. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS. Please use the Response form(s) provided. Price and non-price files should be clearly marked as Price and Non-Price and uploaded as separate files",Awarded,,0,20250410 Napier City Council,30352724,Request for Proposals,Closed Competition,NCC Type 2 Energy Audits,C2796,20241018,20241115,20250108,City Services,Sole Agency,No,,"Napier City Council wants to procure Type 2 energy audit and fuel switching feasibility consultancy services. An energy audit involves a comprehensive review and analysis of equipment systems, and operational characteristics of the whole facility, and makes quantified energy savings recommendations. Government co-funding is available from Energy Efficiency Conservation Authority (EECA) for these audits. Individual audits will be carried out on the following facilities however we wish to procure the services as a package of work: 1. Museum Theatre Gallery MTG (audit & fuel switching feasibility) 2. Kennedy Park Resort (audit & fuel switching feasibility) 3. Napier Aquatic Centre (audit & fuel switching feasibility) 4. Municipal Theatre (audit & fuel switching feasibility) 5. The National Aquarium (audit & fuel switching feasibility) 6. McLean Park (energy audit) 7. Wastewater treatment plant (energy audit)",Not Awarded,,0,20250410 Napier City Council,30364399,Request for Proposals,Closed Competition,C2751 Mataruahou and Taradale Rising and Falling Mains Detailed Design,C2751 - PRUID100877 / 78,20241009,20241129,20241220,Infrastructure - 3 Waters,Sole Agency,No,,"NCC is looking to engage a qualified engineering consultant to provide design and tendering support services for both the Mataruahou and Taradale Rising and Falling Mains projects. This will include associated site works, pipework, valving, and controls. The selected consultant will be responsible for providing specialised engineering design expertise, site investigations, comprehensive project planning, detailed analysis, and thorough compliance reviews. Furthermore, the design consultant is expected to oversee the preparation of all design documentation, secure necessary engineering approvals, ensure adherence to all relevant regulatory and safety standards, and to provide tendering support (for construction works). Both projects being water supply Rising & Falling Mains have very similar requirements.",Awarded,,0,20250410 Napier City Council,30399170,Request for Tenders,Open Competition,C2800 Lucy Coote Road Retaining Wall,C2800,20241014,20241106,20241205,Infrastructure - Roading,Sole Agency,No,,"C2800 Lucy Coote Road Retaining Wall Napier City Council (NCC) plans to undertake slip remediation construction on Mataruahou (Bluff Hill), next to 1 Lucy Road. A slope failure occurred along Lucy Road at the intersection of Lucy Road and Coote Road. This is an ongoing risk to the road users and a major risk to 1 Lucy Road driveway access. Works include 20 x 4 m Magnum Stone Retaining Wall, with details as below: Minor excavation Sub surface drainage and concrete kerb and channel Construction of new Magnum Stone Retaining Wall as per design Relocation of services Pavement construction/tie-in Install kerb and channel and an approved fence at the top of the wall Reinstate road pavement and asphalt surfacing Installation of a vehicle guardrail. An experienced and suitably qualified contractor familiar with stone block construction is required for this work. The Contractor will also have to meet Council prequalification requirements. Tender documents are available from the Government Electronic Tenders Service (GETS) www.gets.govt.nz. Any inquiries about this contract must be made via www.gets.govt.nz.",Awarded,,0,20250410 Napier City Council,30699474,Request for Quotations,Closed Competition,Quantity Surveying - Cost Management Services,C2820,20241125,20241212,20250117,,Sole Agency,No,,"Napier City Council, has a significant programme of capital works and wishes to engage a preferred Consultant to provide Quantity Surveying - Cost Management Services to support infrastructure project, procurement and contract management processes. The activities may encompass some or all of the following - Investment (business) case to design, submission of consents, tendering and construction, and includes the project close out phase i.e. defects liability period and the preparation of final accounts. The required activities will be project specific. Any enquiries about this contract must be made via www.gets.govt.nz and RFQ responses must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS and remember that the TOTAL submitted file size must not exceed 50MB. If you need more information about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm",Awarded,,0,20250410 Napier City Council,30854513,Request for Quotations,Closed Competition,Recruitment Services for CCTO Directors,C2824,20241223,20250130,20250221,Corporate Services,Sole Agency,No,,"This opportunity is to engage a Consultant to provide Recruitment Services for CCTO Directors. Questions should be made via www.gets.govt.nz Please note that any questions received between 20th December and 5th January will not receive a response until 6th January. RFQ responses must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS and remember that the TOTAL submitted file size must not exceed 50MB. If you need more information about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/Externalisation",Awarded,,0,20250410 Napier City Council,30872677,Request for Proposals,Open Competition,C2805 NCC Animal Shelter,C2805,20250109,20250130,20250227,City Services,Sole Agency,No,,"C2805 NCC Animal Shelter The NCC Depot have a project to upgrade the Animal Shelter to meet business needs and improve the challenging working environment and experience for dogs, staff, and visitors. NCC needs to establish an animal control facility for Napier that is fit for purpose and has an opportunity to address ongoing increasing maintenance costs forecast for the existing facility. Health and safety of staff, the welfare of animals and public perception should be considerations weighed against costs. This procurement is for a design project to upgrade the NCC Animal Shelter at 2 Depot Place, Onekawa, Napier, to provide pre-construction design and documentation support prior to physical works. NCC will have the option of reviewing the project scope at the designated hold points (Concept, QS30 budgeting, etc). Options of scope change if needed include but not limited to the following: the redesign of the existing facility. new facility on a new site to be determined. Tenders must be submitted electronically via GETS. Please allow sufficient time to upload your submission to GETS. For more information and help about submitting electronic responses please refer to the policies and information section on the GETS website https://www.gets.govt.nz/ExternalIndex.htm QUESTIONS MUST BE SUBMITTED THROUGH GETS. PROPOSALS AND RESPONSES MUST BE SUBMITTED ELECTRONICALLY THROUGH GETS. Please use the Response form(s) provided. Price and non-price files should be clearly marked as Price and Non-Price and uploaded as separate files.",Awarded,,75000,20250410 Napier City Council,31036557,Request for Tenders,Closed Competition,C2810 Wastewater Flowmeter Installation Programme,C2810,20250210,20250228,20250331,Infrastructure - 3 Waters,Sole Agency,No,,"Napier City Council are looking for a contractor to install a programme of flow meters at wastewater pump stations across the city to provide data to inform current use and modelling for the future. What we need? - A general concept design has been completed for buried flowmeters; however, each site has its own intricacies and an element of onsite design for installation and connectivity is required. Following installation, as-built mark-ups are required to be submitted for engineering approval. - A prioritised list of pump station locations and co-ordinates is attached to this Notice. The Contractor will work through the installation completing as many as possible to the Maximum Fee using the agreed Schedule of Rates. - To mitigate the flow meter lead in times (6 8 weeks) the Principal will purchase a supply of flow meters in advance and make them available to the Contractor to complete the works and reinstatement within a timely manner. - The electrical work and integration to SCADA is not included in the scope of this procurement.",Awarded,,600000,20250410 Napier City Council,31221915,Request for Quotations,Closed Competition,C2859 Wastewater Network Flowmeters,C2859,20250307,20250321,20250401,Infrastructure - 3 Waters,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the wastewater network flowmeters as per specifications.,Awarded,,140660,20250410 National Emergency Management Agency,23749525,Award Notice,Open Competition,Consultancy Services - COVID-19 Response,,20200821,20200821,20201215,,Sole Agency,No,,"As described in GETS Award Notice 22837421 published 3 June 2020, Brendan Boyle Limited was engaged by DPMC to provide strategic advice to the Strategic Operations Controller, Quintet and Workstream Leads at the National Crisis Management Centre Operations Command Centre (later the COVID-19 Group a business unit of DPMC). This procurement was undertaken by way of direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.a of the Government Procurement Rules emergency procurement) was granted on the basis that the services were required to support the national response to the impacts of COVID-19. On 21 August 2020 DPMC entered into a contract variation with the supplier, which extended the term of the contract until 1 October 2020. On 1 October 2020 DPMC entered into a further contract variation with the supplier, which further extended the term of the contract until 18 December 2020. On 22 October 2020 DPMC entered into a further contract variation with the supplier, which varied the description of Services provided. The procurements reflected in the contract variations were also undertaken by way of direct sourcing. An exemption to openly advertising this procurement (under Rule 14.9.c of the Government Procurement Rules only one supplier) was granted the basis that there are no reasonable alternative or substitute suppliers able to provide the required services.",Awarded,,0,20250410 National Emergency Management Agency,24535919,Request for Proposals,Open Competition,Corporate and Operational Clothing and Footwear,RFX_2101,20210712,20210806,20210917,,Sole Agency,No,,"The National Emergency Management Agency (NEMA) is looking for corporate and operational clothing to support a range of environmental conditions. All proposed clothing and footwear options should meet the requirements of a diverse and inclusive workforce and allow for the production of bespoke one-off items to allow for sizing or similar requirements. A managed solution, including the provision of an on-line portal or similar, for staff to order clothing as required, with a direct billing service is highly desirable but not essential. A consortium proposal (i.e. two or more vendors working together) would be considered. In the event a single supplier is not selected, NEMA reserves the right to award contracts to multiple parties.",Awarded,,0,20250410 National Emergency Management Agency,25565793,Request for Proposals,Open Competition,Upgrade of the National Crisis Management Centre (NCMC) multimedia system,,20220321,20220506,20220825,,Sole Agency,No,,"The National Emergency Management Agency Te Rakau Whakamarumaru (NEMA) is looking to appoint a supplier that can provide goods and services to upgrade the National Crisis Management Centre (NCMC) multimedia system, with a focus on refreshing the primary display area in the Operations Room of the NCMC. The multimedia system must consist of a large display area across the Operations room wall (the primary display area) as well as multiple screens spread throughout the NCMC in order to allow situational awareness for staff not working in the Operations Room. It must also have a sound and communication system capable of both playing audio in the Operations Room, and broadcasting audio across some or all rooms in the NCMC. This system must also be simple to control so that users do not need technical knowledge to manipulate what is displayed or played across the system. There is also the need to upgrade the teleconferencing facilities in the NCMC. Please note that we wish to have this component priced separately Whats important to us? The NCMC is required to be kept in a constant state of readiness and is required to have a multimedia system capable of providing the response team with multiple sources of up to date information in an easily accessible format. In addition, it is required to have comprehensive teleconferencing systems to enable collaboration across the sector. It is therefore important to us that we procure reliable and easy to use multimedia and teleconferencing systems. Please ensure you contact NEMAs point of contact (specified in Section 1.3 of the RFP) before Close of Business 24/03/22 to organise a supplier briefing session. Slots available for the supplier briefings are Monday 28th March and Tuesday 29th March 2022. Please note that the incumbent supplier (maintenance of the current audio and video equipment at NCMC) will as part of supplier briefings - provide the site-specific information to all potential bidders i.e. site walkthroughs and answer questions limited to cabling routes, existing data/power cabling pathways, where not to drill, etc.",Awarded,,210000,20250410 National Emergency Management Agency,27343239,Request for Proposals,Open Competition,NEMA Deployable Coordination Centre Solar Power System with Battery Storage,,20230503,20230530,20230719,,Syndicated Opportunity,No,,"The New Zealand National Emergency Management Agency (NEMA) requires an off-grid, solar-based power supply solution with battery storage, to supply our five (5) shipping container based, Deployable Coordination Centres (DCCs) which includes the container itself and the tents and equipment within. Were looking for credible suppliers who: - Specialise in the development and sales of small off-grid electrical systems. - Offer storable solar power solutions that are fit-for-purpose and have an acceptable value-for-money proposition over the whole of the assets life. - Have the capability, experience, and capacity to deliver an effective solar based power solution with battery storage. - Meet our two objectives, to procure storable solar power solutions that are fit-for-purpose and have an acceptable value-for-money proposition over the whole of the assets life. - Will form a working partnership with NEMAs Deployable Capabilities team to produce a quality fitfor-purpose solution. This will entail any meetings and quality assurance (QA) checks required, along with working collaboratively on improvements and development work over the term of the contract. - Can engage and manage any local subcontractors (if required) such as a New Zealand based Service Agent for the ongoing technical maintenance of the solution. Please direct questions to our Contact Person via GETS and respond no later than 12:00pm on Tuesday 30 May 2023 (NZ Time).",Not Awarded,"As an overall assessment against the Evaluation Criteria, none of the Respondents demonstrated they fully understand or can meet our requirements. We would expect an experienced/capable supplier to score 80% or more against the evaluation criteria to meet our requirements. All Respondents fell short of this and the solutions offered do not provide best public value for the expenditure. Therefore, we have decided not to enter negotiations with any Respondent and will cancel the RFP.",0,20250410 National Emergency Management Agency,27595099,Request for Proposals,Open Competition,RFP for Promotional Merchandise,,20230622,20230718,20231002,,Sole Agency,No,,"The Communications Unit / Te Ropu Tuku Korero manages NEMAs public education programme and digital channels, leads public information management during a national response, champions and enables accessible emergency information, and provides communications support and advice to internal and external stakeholders. NEMA requires merchandise to promote emergency preparedness information and life safety actions (e.g. Long or Strong, Get Gone), as well as raise awareness of Civil Defence and NEMA to enable people to better be ready for, respond to and recover from emergencies. Merchandise will be a useful tool for getting people interested in emergencies and learning what they can do to prepare. We are looking for suppliers who can provide branded merchandise that can be practical and useful in an emergency, and is effective at helping promote our messages. We are also interested in products and their packaging that is environmentally friendly. We expect suppliers to have ethical business practices. This is a unique opportunity to be part of emergency preparedness in New Zealand. Successful suppliers will be able to contribute to emergency management and preparedness to ensure that more people are able to get ready for, respond to and recover from emergencies. Suppliers interested in this opportunity must submit a proposal using the Response Form by the close date (12:00 18th of July). Product samples must be received before the close date. Send samples to: Attention: Zsenai Logan National Emergency Management Agency Level 6, TSB House, 147 Lambton Quay, Wellington 6140",Awarded,,150000,20250410 National Emergency Management Agency,27637022,Request for Quotations,Open Competition,RFQ for Social Media Monitoring Tool,,20230629,20230726,20240415,,Sole Agency,No,,"The National Emergency Management Agency (NEMA) works to build a safe and resilient Aotearoa New Zealand by empowering communities before, during and after emergencies. The Communications unit / Te Ropu Tuku Korero manages NEMAs public education programme and digital channels, leads public information management during a national response, champions and enables accessible emergency information, and provides communications support and advice to internal and external stakeholders. NEMA requires a social media management tool that enables NEMA staff (communications team, response Public Information Managers (PIMs) and the Monitoring and Reporting (MAR) team, to more efficiently and effectively run NEMAs five social media channels. The tool will provide efficient management all our social channels including planning, posting, scheduling, monitoring, and analytic analysis, in one place so we can effectively execute our social media strategies. We are seeking quotes from experienced solutions providers of online social media management tools. Suppliers must submit quotes using the Response Form by the deadline 12:00 noon 26 July 2023. Respondents must also complete the Cloud Assessment Tool and submit with their response. We would like to identify a prefered solution by October 2023. The prefered solution(s) will undergo security testing before contract award with a go live date of April 2024. All communication regarding this opportunity must be submitted via the GETS Q&A function.",Awarded,Please note contract value is in USD.,98678,20250410 National Institute of Water and Atmospheric Research Limited,21042130,Request for Proposals,Open Competition,Northland Marine Research Centre Concrete Placing Works,,20190516,20190527,20200123,,Sole Agency,No,,"We require circa 1,800 square meters of fibre reinforced concrete placing works to be undertaken at our Northland Marine Research Centre facility at Ruakaka by mid-July 2019. The purpose of these concrete placing works is to upgrade pathways surrounding three small buildings containing our hatchery and nursery facilities. These facilities operate 24/7; the works will need to be staged to allow staff access at all times and minimise any disruption to the research centre operations. The pathways surrounding the buildings are currently gravel, the new fibre reinforced concrete must be fit-for-purpose for the terrain, operational environment and be trafficable for heavy commercial vehicles and mobile plant.",Awarded,,247207,20250410 National Institute of Water and Atmospheric Research Limited,21232709,Request for Proposals,Closed Competition,Northland Marine Research Centre New Office Building 2019,,20190705,20190809,20200128,,Sole Agency,No,,"We are now seeking pricing Proposals from pre-qualified building contractors for the construction of the new office building at our Northland Marine Research Centre (NMRC) site, located at 105 Sime Road in Ruakaka. The new building comprises of circa 750 m2 of office, staff and visitor facilities, with parking, driveway, perimeter fencing and landscaping. The works include some demolition of redundant street lighting and fencing.",Not Awarded,"Contract awarded to Amstar New Zealand Limited for the sum of $3,497,014 on 6 November 2019",0,20250410 National Institute of Water and Atmospheric Research Limited,21738373,Request for Proposals,Closed Competition,Cloud-based Project & Finance Solution,,20191007,20191025,20200302,,Sole Agency,No,Janine.Alliston@niwa.co.nz,"NIWA is embarking on a project to replace its aged on-premise Project and Finance system to a fully integrated cloud-based solution whilst ensuring it is fit for purpose and meets operational and financial requirements for the long term. Additionally, we are seeking a business partner who will support and collaborate with NIWA into the future. The purpose of this RFP is to assess the short-listed service providers recommended solutions which were identified in NIWAs September 2019 ROI process and assess the short-listed service providers as a business partner.",Not Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,22737367,Request for Proposals,Open Competition,Naval Architecture Services for the Design and Construction of a Research Vessel,,20200527,20200703,20210203,,Sole Agency,No,procurement@niwa.co.nz,"We are seeking to engage a suitable qualified and experienced organization (the Respondent) to provide design, procurement and project management support services for the construction of a new research vessel. The Respondent must have led the design and procurement of a research vessel >30m in length within the last seven years.",Awarded,"Phase 1 $560,504.00 Phase 2 $2,380,568.00",2941072,20250410 National Institute of Water and Atmospheric Research Limited,23240096,Request for Proposals,Closed Competition,Twizel Field Office Construction,,20200907,20201005,20210128,,Sole Agency,No,procurement@niwa.co.nz,This Request for Proposal (RFP) is an invitation to pre-qualified building contractors to submit a Proposal for the Twizel Field Office Construction contract opportunity.,Awarded,,1804456,20250410 National Institute of Water and Atmospheric Research Limited,23247024,Request for Proposals,Open Competition,Compute Infrastructure Refresh,,20200910,20201009,20210610,,Sole Agency,No,procurement@niwa.co.nz,"This procurement is for the replacement of NIWA compute infrastructure both in Hamilton and Wellington. It is purely for the purchase of the hardware and hardware maintenance. We also require network switching for connectivity. No professional services are required.",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,23398699,Request for Proposals,Open Competition,Storage Expansion Project,,20201005,20201016,20201130,,Sole Agency,No,procurement@niwa.co.nz,This procurement is for the supply of an IBM 92G v7000 expansion tray fully populated with 92 14TB disks and we are also considering 24 x 1.6TB 2.5 inch flash drives to install in a Gen2 v7000 IBM controller as an easy tier of SSD storage. The easy tier of SSDs will however depend on the overall cost so this component so is considered optional at this point and may or may not be included in the final purchase build of materials.,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,23444278,Request for Proposals,Open Competition,Required - Short-term leased premises for NIWA in Wellington,,20201012,20201027,20210625,,Sole Agency,No,chris.farhi@colliers.com,"NIWA is seeking short-term leased commercial premises to suit 150 staff in probable locations of Kilbirnie or Mirimar, Wellington. The National Institute of Water and Atmospheric Research (NIWA) is planning the redevelopment of its site at Greta Point in Wellington. NIWA is seeking proposals for temporary premises to accommodate its operations for the duration of the redevelopment project. The premises brief could be satisfied across single or dual sites from one or more owners. NIWAs indicative brief is: Offices: 1,500 sqm to 2,000 sqm of open plan offices to suit 150 staff / visitors. Warehousing: 500 sqm to suit vehicle storage and workshops, but this requirement is flexible. Yard: 500 sqm, but this requirement is flexible. Car parking: 80 on-site car parks. All components are to be available so that NIWA can be operational on-site during mid-2021 with any fitout completed prior to this. NIWA anticipates a lease term of approximately 2.5 years with some short-term rights of renewal. Any landlord who has the ability to meet this requirement should respond. Responses are also welcome from real estate agencies presenting proposals on behalf of landlords. Colliers International (licensed REAA 2008) have been appointed to act in this request for suitable premises. Colliers will coordinate and source options, and will be the point of contact for this requirement. A copy of the Request for Proposals (RFP) document and response form can be obtained from Colliers International by contacting Chris Farhi (chris.farhi@colliers.com or 021 906 805). Responses to the RFP must be provided electronically to Colliers International no later than 4pm on Tuesday 27 October 2020.",Not Awarded,Placed on hold and will revisit again later this year.,0,20250410 National Institute of Water and Atmospheric Research Limited,23516878,Request for Proposals,Closed Competition,Laboratory Information Management System,,20201027,20201120,20220324,,Sole Agency,No,procurement@niwa.co.nz,NIWA calls for final proposal to supply a comprehensive Laboratory Information Management System that can serve the needs of all lab teams across multiple NIWA sites.,Not Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,24056545,Request for Proposals,Open Competition,Custom-Built Jet Boat,,20210305,20210401,20210729,,Sole Agency,No,procurement@niwa.co.nz,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Custom-Built Jet Boat contract opportunity.,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,24232984,Request for Proposals,Open Competition,Oracle Weblogic Upgrades and Support,,20210422,20210514,20210908,,Sole Agency,No,procurement@niwa.co.nz,This Request for Proposal (RFP) is an invitation to submit a Proposal for the Oracle Weblogic Upgrades and Support contract opportunity.,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,24902487,Request for Proposals,Closed Competition,Shipyard Construction of a Research Vessel,,20211001,20211119,20220315,,Sole Agency,No,procurement@niwa.co.nz,"The National Institute of Water and Atmospheric Research Ltd through its vessel subsidiary NIWA Vessel Management Ltd (NIWA, we, us, our or the Buyer) requires a replacement for its 40-year-old fisheries and oceanographic research vessel RV Kaharoa to meet our future offshore fishery (demersal and pelagic trawling and acoustic surveys), oceanographic and hydrographic survey requirements. The replacement research vessel must be capable of the deployment and recovery of a range of oceanographic equipment, including ROVs/AUVs. We are seeking to engage a suitably qualified and experienced shipyard to propose a solution for the complete design and build of the Vessel (including its outfitting, testing and surveying) and provide certain other associated services and deliverables that meet our requirements as set out in this Request for Proposal.",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,24970241,Request for Proposals,Open Competition,Storage Expansion for Backups 2021,,20211015,20211112,20211217,,Sole Agency,No,procurement@niwa.co.nz,This procurement is for the replacement of NIWA existing 2 petabyte of backup Storage at each of the Wellington and Hamilton datacentres and an additional 200 terabytes at each site for storage which has multi-protocol support to service a more dynamic data workflow. It is purely for the purchase of the hardware and hardware maintenance. We also require network switching for connectivity. No professional services are required.,Not Awarded,After careful consideration against our storage strategy we have chosen to cancel this RFP and re-issue another RFP with a more refined scope. Our immediate interest is for a backup storage target for Commvault and we aim to release this before Christmas.,0,20250410 National Institute of Water and Atmospheric Research Limited,25188378,Request for Proposals,Open Competition,Diesel Generator,,20211130,20211220,20211221,,Sole Agency,No,,"NIWA wishes to acquire a standby diesel generator set to meet growing demand for continuous power during power outages at the Northland Marine Research Centre in Ruakaka, Northland",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,25265135,Request for Proposals,Open Competition,Storage for Backups 2022,,20211217,20220131,20220318,,Sole Agency,No,,"This procurement is for the replacement of NIWA existing 2 petabytes of backup Storage at each of the Wellington and Hamilton datacentres. No professional services are required.",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,26055771,Request for Proposals,Open Competition,Custom-Built Dive Boat (Hamilton),,20220715,20220812,20221026,,Sole Agency,No,procurement@niwa.co.nz,"We are seeking proposals from suitably qualified and experienced boat builders to manufacture and supply an aluminum pontoon dive boat, approximately 6.2 meters in length, with a hard top walk around cabin. The boat must have a high standard of safety, excellent stability, seaworthiness, and sea-kindliness. The boat design and manufacture must comply with all relevant statutory and industry requirements, including but not limited to Maritime Rules 40A and 40C for passenger and non-passenger boats working in Enclosed Waters and Inshore Limits. The new boat will be a valuable addition to our fleet of 26 power boats which are transported on trailers to a wide range of locations around the country to carry out environmental research.",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,26112057,Request for Proposals,Open Competition,Custom-Built Dive Boat (Wellington),,20220729,20220902,20230501,,Sole Agency,No,procurement@niwa.co.nz,"We are seeking proposals from suitably qualified and experienced boat builders to manufacture and supply an aluminium pontoon dive boat, approximately 6.2 6.5 metres in length, with a hard top cabin. The boat must have a high standard of safety, seaworthiness, and sea-kindliness. The boat design and manufacture must comply with all relevant statutory and industry requirements, including but not limited to Maritime Rules 40A and 40C for passenger and non-passenger boats working in Enclosed Waters and Inshore Limits. The new boat will be a valuable addition to our fleet of 26 power boats which are transported on trailers to a wide range of locations around the country to carry out environmental research.",Not Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,26561310,Request for Proposals,Open Competition,Juniper Switch and AP Deployment for Hamilton May 2023,,20221101,20221124,20221206,,Sole Agency,No,,"NIWA is currently building a new office in Hamilton which will require Juniper network infrastructure deployment in May 2023. We have determined the models and quantities required. This Request for Proposal (RFP) is an invitation for a Proposal for the supply of the Juniper equipment and other items (the Requirement) detailed in Section 2.2",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,27209396,Request for Proposals,Closed Competition,Warehouse Management System,,20230405,20230417,20230526,,Sole Agency,No,,"NIWA is embarking on a project to introduce a warehouse management system (WMS) that is preferably cloud based, adaptable to all NIWA store locations and enables the accurate location tracking of both scientific equipment and all other associated NIWA equipment. NIWA stores have multiple racking solutions, from a Dexion auto shuttle bulk storage system to fixed wall storage racks and floor storage for large equipment. NIWA require the WMS to have the flexibility to adapt and function in any NIWA location. The purpose of this RFP is to review the shortlisted proposed solution for NIWA following the ROI process.",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,27362678,Request for Proposals,Open Competition,NIWA Block Storage RFP 2023,,20230508,20230531,20230609,,Sole Agency,No,,,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,27984336,Request for Proposals,Open Competition,Operational Forecasting Supercomputer replacement 2024-2025,,20230901,20231011,20240919,,Sole Agency,No,,"NIWA requires a new Operational Forecasting Supercomputer solution, this RFP is focused on finding solutions for workloads associated with NIWA operational environmental and weather simulations. This includes production weather forecast suites currently launched four times daily, pre-production model testing, and development of future models and additional production frequency.",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,28450466,Request for Proposals,Closed Competition,Main Contractor - NIWA Auckland Office Relocation,,20231116,20231212,20231221,,Sole Agency,No,,"NIWA seek a professional and experienced Main Contractor to deliver all works relating to the relocation of our existing Auckland offices from Levels 1 and 2, 41 Market Place, Auckland to Levels 1 and 2, 82 Wyndham Street, Auckland. As a result of our ROI to the market we are now proceeding with a closed tender, to which you are invited..",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,28596033,Request for Proposals,Open Competition,Kingfish RAS Feeding System,,20231212,20240119,20240311,,Sole Agency,No,,"Our eight-tank commercial scale RAS module uses the latest technology and design elements and will prove that land-based farming of kingfish is a commercially viable activity. Provision has been made to develop four commercial modules at this location. The facility has and will continue to attract high levels of attention from others interested in farming kingfish on land, as well as technology and equipment suppliers. This is an opportunity for an established aquaculture equipment provider to have their machine placed within a high-profile operation, front and center.",Not Awarded,"We were unable to award this contract as we need supplementary information to better understand the systems presented. We will return to market with additional information for respondents to make it clearer what we are after.",0,20250410 National Institute of Water and Atmospheric Research Limited,28628069,Request for Proposals,Open Competition,Aluminium Pontoon Boat (NIWA Wellington),,20240314,20240424,20241220,,Sole Agency,No,procurement@niwa.co.nz,"NIWA is seeking a fit-for-purpose, standard production aluminum pontoon boat that complies with Maritime New Zealand (MNZ) survey requirements for a commercial vessel. This procurement relates to the manufacture and supply of a fully equipped (circa) 6.57.2 m hard top, aluminum pontoon boat and trailer to be used for NIWA research activities throughout New Zealand (including all navigable enclosed waters and inshore limits). There is also the possibility of a second boat to be built subsequently",Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,29364275,Request for Proposals,Open Competition,NIWA Storage Solution,,20240510,20240614,20241122,,Sole Agency,No,,We are going to market to consider options to replace our aging on-premises SAN storage. We are looking for a new storage solution that meets current and future needs of the organisation as we transition from a purely on-premises environment to a hybrid model both regarding where our staff work from and where the data may be located. Seamless and fast access to data is paramount to keeping our staff productive.,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,29672112,Request for Proposals,Closed Competition,National Cleaning Contract,,20240626,20240816,20241217,,Sole Agency,No,,This is an invitation for commercial cleaning companies to submit a final proposal for a National Cleaning Contract and a potential opportunity for a syndicated contract for the Crown Research Institute (CRI) Group to participate in.,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,29997733,Request for Proposals,Open Competition,NIWA FortiGate Firewalls for Silverdale and Hobsonville 2024,,20240820,20240905,20241011,,Sole Agency,No,,NIWA requires new firewalls for our fourth-generation supercomputer platform located at two sites. This new infrastructure will connect to 100Gbps networks and provide both user access and secure remote administration to the supercomputer.,Awarded,,0,20250410 National Institute of Water and Atmospheric Research Limited,30045919,Request for Proposals,Open Competition,NIWA Dunedin Custom Built Jet Boat,,20240823,20241017,20241220,,Sole Agency,No,,"We require a custom-built commercial aluminum jet boat (which will be named Tawaki) approximately 5.2 metres in length with a tandem axle braked trailer. It will be completely equipped, tested and ready for use. Boat should be suitable for commercial hydrological survey work in all navigable South Island enclosed waters, and inshore restricted limits (3NM). The boat design and manufacture must comply with all relevant statutory and industry requirements, including but not limited to Maritime Rules 40A and 40C for passenger and non-passenger boats working in Enclosed Waters and Inshore Limits. The new boat will be a valuable addition to our fleet of 26 power boats which are transported on trailers to a wide range of locations around the country to carry out environmental research.",Awarded,,179435,20250410 Natural Hazards Commission Toka T? Ake,20890818,Request for Proposals,Closed Competition,Legal Advisors for Revised Legal Operating Model Project,A000053-00-00,20190329,20190412,20200921,,All of Government,No,,"The Earthquake Commission (EQC) is seeking to appoint a panel of lawyers, selected from the All of Government Legal Service Panel. EQC is implementing a revised legal operating model. This revised model is intended to change practices within EQC as to how EQC seeks, and acts upon, its legal advice, including from its external legal advisors. This change will ensure that EQC's public and business units retain ownership of their decisions supported, but not directed, by legal advice. EQC therefore wishes to select from amongst the AOG Legal Services Panel those lawyers who will excel at providing legal advice to EQC using a pragmatic, partnership-based approach, which will facilitate EQC's public and commercial decisions in accordance with EQC's strategic intentions and its customers' needs.",Awarded,,10000000,20250410 Natural Hazards Commission Toka T? Ake,23240846,Request for Proposals,Open Competition,Financial Management Information System (FMIS),A00157-00-00,20200907,20200928,20210215,,Sole Agency,No,,"Overview Earthquake Commission (EQC) are seeking proposals (software and implementation services) from solution providers for a Financial Management Information System (FMIS) to replace our current system. The solution must be user friendly, fit-for purpose, integrated cloud-based FMIS that is rich in functionality and is particularly strong in budgeting and forecasting, reporting, purchasing and expense management functional areas. The preferred FMIS solution provider will work with us to implement a stable future-proof FMIS solution that meets our outcomes. We are seeking to adopt Software as a Service (SaaS) for our FMIS solution and expect to adopt standard business processes inherent in the preferred solution with minimal configuration and little or no customisation. Please take note of the following dates: ? Supplier briefing session **: Monday 14th September 2020 ? Respondents presentations/demonstrations: Week commencing 12th October 2020 **Note, the deadline to register for the Respondent briefing session is Thursday 10th September 2020 via GETS Q&A function. To access the RFP document, Response Form, Pricing Form and other supporting documents, and to be automatically updated with questions and answers relating to this RFP, please log-in as a supplier and subscribe to this opportunities.",Awarded,The contract award covers Oracle software licensing for Software as a Service for a period of 7 years and the implementation of the solution.,3560000,20250410 Natural Hazards Commission Toka T? Ake,23331911,Request for Quotations,Closed Competition,A00155-00-00 Third Party Administrators (TPAs),A00155-00-00,20201020,20201110,20210511,,Sole Agency,No,,"The Earthquake Commission (EQC) wishes to further develop its relationships with its existing suppliers of natural disaster claims handling services (commonly referred to as Third Party Claims Administrators or TPAs) and build upon their knowledge and experience. Under EQCs future claims handling operating model, there is a real need for TPAs to provide critical contingency support to EQC, and to handle some claims that will not be managed by EQCs in-house claims teams or industry partners, including the continuation of services delivered by TPA seconded staff.",Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,23596293,Request for Proposals,Closed Competition,Website Rebuild Project,A00173-00-00,20201113,20201202,20210511,,All of Government,No,,"EQC needs a new public facing website, and is seeking a Platform as a Service (PaaS) solution to replace our the existing public website; www.eqc.govt.nz. The website provides essential information to the New Zealand public on how to prepare their homes for natural hazards, coverage of the national insurance scheme after a natural disaster, and enables the claims process. The website also empowers scientists to help New Zealand become more resilient through providing research and information on funds and grants. We want a safe, secure and highly available solution which is supported by suitable development and maintenance programmes. The website must be quickly scalable in the event of a natural disaster. We desire a user-centric approach to the web and content design which is responsive to the New Zealand context. The solution must allow EQC to manage and publish rich content without the need to go to an external service provider.",Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,23853396,Request for Tenders,Open Competition,A00207-00-00 Manned Security Services,A00207-00-00,20210118,20210215,20210621,,Sole Agency,No,,"Safety and well-being of all staff at EQC is paramount. As a bi-product of retaining security services, EQC is looking to award a contract to a credible and experience security firm that can provide physical security resource across all three of EQCs office locations. These sites are located in Wellington CBD, and two sites in Christchurch (Addington and Papanui). At a high level, the services sought through this tender process covers the following primary security functions: Concierge security Car park and perimeter foot patrols of EQCs sites Reporting requirements Personal protection of EQC staff Currently a minimum of five security guards will need to be present at all times.",Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,24408509,Request for Proposals,Open Competition,Salesforce Platform Support and Technical Enhancements Panel,1614,20210610,20210706,20210901,,Sole Agency,No,,"The Earthquake Commission (EQC) is partnering with private insurance companies to deliver an improved, more collaborative approach to support New Zealanders through natural disasters in the future. Under the new partnership, anyone with home insurance whose home or land is damaged in a natural disaster will only need to lodge one claim through their insurer. The success of this partnership will be underpinned by EQCs ability to easily interact with private insurers and exchange information to support these business processes. This shift requires significant change for both EQC and insurers. Through co-design sessions, a large number of processes were identified that could be enabled through a System of Engagement which would support EQC and Insurers to securely engage, raise queries and share files to support the new model. EQC has engaged Salesforce to rapidly develop a prototype to assess the need and investment in a System of Engagement. The prototype will be validated in a production environment to ensure it delivers to expectations and meets requirements. The following use cases have been developed as part of the prototype, enabling EQC and insurers to: - View structured data shared with EQC - Raise queries through structured workflows - Request files through structured workflows - Securely share files through structured workflows To enable these use cases, EQCs System of Engagement prototype has implemented the following modules: Service Cloud Enterprise Edition; Customer Community Plus; Salesforce Shield; and Salesforce Connect. The prototype will be used to gather feedback from key user groups on the functionality requirements and use cases that could be enabled through a System of Engagement. The feedback gathered during the course of the prototype will support EQCs assessment of whether a System of Engagement is deemed necessary, i.e. the prototype is deemed successful at the sole discretion of EQC. EQC is seeking support from a supplier panel to: - Support enhancements to the prototype, specifically relating to the currently defined use cases (e.g. Feedback from key user groups could require enhancements to existing functionality) - Provide operational support of the Salesforce prototype while in production. - Support to formally gather feedback from key user groups to provide input into the evaluation of the prototype and gather requirements that may be used to procure a System of Engagement, should EQC deem necessary following c",Not Awarded,Awarded,0,20250410 Natural Hazards Commission Toka T? Ake,24612836,Request for Proposals,Open Competition,System Integrator and Configurator for Guidewire Cloud Platform (ClaimCenter),0588,20210802,20210827,20211101,,Sole Agency,No,,"The Earthquake Commission (EQC) is a Crown entity providing natural disaster insurance for residential property to New Zealand homeowners. Since 2008, EQC has used Guidewires ClaimCenter Software to provide the support homeowners needs when a natural disaster occurs. EQCs Customer Code requires us to provide excellent customer service; to allow us to be successful in this goal an effective Claims Management System (CMS) is essential. EQC is partnering with Guidewire to be the first customer in region (Asia Pacific) to upgrade an on-premise instance of ClaimCenter to the Guidewire Cloud Platform, this will be a like-for-like system implementation. Any additional capabilities available because of this upgrade will be adopted in the future as they are determined to add business value. To support our use of the Guidewire Cloud Platform we are seeking an experienced and capable partner to provide system integration and configuration services after upgrading to the Guidewire Cloud Platform. The successful Respondent will support EQC by: providing ongoing operational support of EQCs instance of ClaimCenter once in production; providing industry standard ITIL Service Management while working within a service aggregation model; maintaining an out-of-the-box approach to product development with adherence to Guidewires Quality Assurance framework, including change and release management; and helping to maintain EQCs relationship with Guidewire. End.",Not Awarded,"Tenzing 1 November 2021",0,20250410 Natural Hazards Commission Toka T? Ake,24929773,Request for Proposals,Open Competition,Health & Safety Management System,1816,20211007,20211104,20220101,,Sole Agency,No,,"EQC has been licensing the Risk Manager software since September 2012 for the provision of an organisational wide health and safety management system. The Risk Manager software solution is integral to EQCs Health, Safety Security and Wellbeing Policy and also EQCs Health and Safety Manual. EQC are inviting qualified supplier to submit proposals for EQC evaluation. End.",Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,24952866,Request for Proposals,Open Competition,OPEN RFP FOR A SYSTEM OF ENGAGEMENT WITHIN A RAPID APPLICATION DEVELOPMENT PLATFORM,PS00041,20211014,20211110,20220518,,Sole Agency,No,10 Sidlaw Street,"We need a Rapid Application Development Platform (RADP) to initially underpin an analytically oriented system of engagement (SoE) solution. EQC is in the midst of significant business and technology changes including the recent introduction of the Natural Disaster Response Model (NDRM). A key success parameter of this model is the ability to exchange data and information readily and securely with Insurers. To enable this, we explored the potential for an analytically oriented and data-driven solution to deliver visualisation and business user interaction. This exploration was conducted via a prototyping exercise where we sought to develop and evaluate new ways of working via products that have the ability to enable user interaction both internally and externally with interested third parties, such as insurance companies.",Not Awarded,Awarded to Datacom,0,20250410 Natural Hazards Commission Toka T? Ake,25580828,Request for Proposals,Open Competition,Outsourced Contact Centre Services,PS00049,20220324,20220420,20220628,,Sole Agency,No,10 Sidlaw Street,"This procurement relates to the delivery of call centre services to support EQCs Customer Information Management Function (CIM). EQC, via CIM, must ensure that its overall service is of high quality and the information that it provides to customers is accurate, timely and adheres to the relevant legislations. EQC does not have the required expertise and infrastructure in-house to successfully operate a full-service call centre and, as such, has outsourced call centre services to our current provider, for a number of years. The current provider is responsible for assisting EQCs customers: - maintain their details; - gain information to lodge Official Information Act requests; - lodge a new claim; or - take details to get a previous claim reassessed. The ability to communicate effectively over the telephone and via email with a variety of people and explain complex processes is a necessity. Additionally, the successful candidate will be required to support the work of EQC by responding to: - general requests and referrals; and - individual requests for information for verified customers covered by the Official Information Act and the Privacy Act. This requires investigating requests for information, dealing with the requestor, using clear and concise forms of communication. The service provided by the current supplier enable EQC to deliver on customers expectations by providing a high quality, consistent and responsive customer experience when contacting EQC. End.",Not Awarded,Telnet Services Limited,0,20250410 Natural Hazards Commission Toka T? Ake,25765211,Request for Proposals,Open Competition,Enterprise Customer Feedback Management / Voice of Customer Programme,PS00050,20220509,20220627,20221028,,Sole Agency,No,,"EQC is looking for a supplier that we can work with to deliver on our VOC programme. The VOC programme requires contracting a set of services, including design, deployment and managing aspects of the VOC programme, and a CFMP and CATI services(as detailed above). It is important to us that our EQCs operating model and the varying customer groups we are responsible for serving, is understood. For example, our customers of the Canterbury Earthquake Sequence are managed internally, while customers making claims for recent natural disaster events are managed externally under the Natural Disaster Response Model(NDRM). EQC require Respondents to this RFP to consider the internal structures and capacities of our organisation and our partners in the design of the proposed solution. This includes understanding our needs for any outputs of the solution, and the ways we work with them. As EQC is looking for a solution that is managed by one single supplier, understand that this requirement may be met through an aggregation model. EQC is seeking a supplier, who have the capability, proven experience, and infrastructure to deliver the VOC programme. The successful supplier will be required to have a proven track record in the management and implementation of the solution (end to end).",Awarded,"Agencys name and address: Toka Tu Ake EQC (Earthquake Commission) Successful suppliers or suppliers name/s and address/s: InMoment Pty Ltd Description of the services: Insights partner, CFM platform and Computer-Aided Telephone Interview (CATI) services Date the contract/s was awarded: 28 October 2022 Term of the contract: three years, plus two optional years Expected spend under the contract, or the highest and lowest offers the agency evaluated to award the contract: Band of $500-$1m Type of procurement process used: Open Procurement If the agency claimed an exemption from open advertising (Rule 14), the circumstances that justify the exemption- N/A New Zealand Business Number (NZBN) where available: 94290465224966 Any other information, as requested by the Procurement Functional Leader, for example information on broader outcomes: N/A",0,20250410 Natural Hazards Commission Toka T? Ake,26537056,Request for Proposals,Open Competition,M365 Information Governance and Records Tools,PS00053,20221026,20221122,20230329,,Sole Agency,No,,"PLEASE NOTE: THE SUPPLIER BRIEFING IS TAKING PLACE 1:00 PM 31/10/22. REGISTRATIONS INSTRUCTIONS ARE ON PAGE 4 OF THE RFP. Toka Tu Ake is looking to source cloud-based Tools which will enhance Microsoft 365s Information Governance and Record management capabilities in order to meet the requirements of the Public Records Act 2005 and other relevant standards. Our selected supplier will be required to: provide the necessary licensing , implement and support the configuration of the Tools to meet Toka Tu Ake requirements, provide training for Toka Tu Ake Information Management team and provide ongoing support, maintenance and upgrades as required. The supplied Tools must be able to apply information lifecycle rules to the management of Microsoft 365. They will also need to be compliant with NZ Information Security Manual, Public Records Act 2005, Privacy Act 2020 and Archives New Zealands Information & Records Management Standard 16/S1.",Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,27208934,Request for Proposals,Closed Competition,Co-Source Internal Audit Services,PS00058,20230406,20230505,20231107,,Sole Agency,No,Tenders@eqc.govt.nz,"Toka Tu Ake EQC requires a provider for the ongoing requirement of Co-Sourced Internal Audit Services, which include both annual audit planning and the delivery of Internal Audits.? The supplier will plan, manage, and deliver internal audits in conjunction with the Toka Tu Ake EQC internal audit team.? Alongside these services the supplier will provide training to Toka Tu Ake EQCs inhouse team and employees to assist with building capability.?The type of training would be varied and designed to provide technical internal audit content and/or broad industry/sector knowledge.",Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,27622812,Award Notice,Open Competition,Catastrophe Bond Joint Book Runner,,20221122,20221130,20221216,,Sole Agency,No,,Toka Tu Ake is looking for a Joint Book Runner to participate in the creation of our first ever Catastrophe Bond.,Awarded,"Contract Term; Approx. Three Years Procurement Process: Closed Competitive (Procurement in a day) Exemption 14.9.e Prototype: This was the first Catastrophe Bond for both Toka Tu Ake and New Zealand.",0,20250410 Natural Hazards Commission Toka T? Ake,27664460,Award Notice,Open Competition,Catastrophe Bond Capital Market Advisor,,20221010,20221010,20221011,,Sole Agency,No,,,Awarded,"Type of Procurement Process - Direct Source Exemption Used - Prototype, this is the first catastrophe bond in nz",0,20250410 Natural Hazards Commission Toka T? Ake,27996529,Request for Proposals,Open Competition,Safety Risk Assessment Tool,,20230831,20230927,20240301,,Sole Agency,No,,,Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,28154461,Request for Quotations,Closed Competition,NHIA Implementation IQA,PS00066,20230921,20231005,20231024,,Sole Agency,No,,"A key response to the Royal Commission of Inquiry following the Christchurch and Kaikoura earthquakes led to the replacement of the Earthquake Commission Act 1993 with the Natural Hazards Insurance Act 2023 (NHI Act). Legislative implementation is a special type of project combining statutory obligations, cross-functional delivery and tight timeframes impacting nearly every aspect of the business. Toka Tu Ake has begun working on the implementation of the NHI Act which commences on 1 July 2024 and would like an independent party to provide a two-phase assurance review over the body of work and implementation plans currently being undertaken.",Awarded,"Following an closed RFQ tender process, The Earthquake Commission of, Wellington , New Zealand has awarded this contract to Deloitte New Zealand of, 20, Customhouse Quay, Wellington, 6011, NEW ZEALAND to provide IQA services for the NHIA implementation project. The total value over the life of the contract is expected to be up to approximately $105,000. The contract was signed in October 2023 and spans a term of 12 Months.",0,20250410 Natural Hazards Commission Toka T? Ake,28236946,Request for Proposals,Closed Competition,Disputes Resolution,,20231009,20231106,20240503,,Sole Agency,No,,"The Natural Hazards Insurance Act 2023 (the NHI Act) which commences on 1 July 2024 will replace the Earthquake Commission Act 1993. It sets out several new requirements for Toka Tu Ake. This includes the obligation to improve the customer experience for insured persons by, amongst other things, providing a clear process for claim related disputes (Dispute Resolution Scheme). We are looking for one or two providers that have the necessary skills, experience, and capacity to deliver dispute resolution services as an approved scheme under the NHI Act and are willing to work with us to refine the draft rules for the scheme (the Draft Scheme Rules) prior to and including any amendments through the public consultation. We will be responsible for finalising the Draft Scheme Rules, at which point, they will be the Scheme Rules. This process is being used as a mechanism for which the Buyer will make a recommendation to the Minister Responsible for the Earthquake Commission, and in no way guarantees the appointment of a Respondent. Any potential execution of an appointment is subject to approval from the Minister responsible for the Earthquake Commission/Natural Hazards Commission.",Not Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,28295274,Request for Proposals,Closed Competition,Scanned mail and related services,PS00060,20231017,20231115,20240401,,Sole Agency,No,,"Toka Tu Ake EQC requires mail scanning and related services to support its claims management process. The provided services include: -Collection of physical mail -Digitisation of postal mail -Digitisation of email and attachments -Outbound document distribution -Non-core services.",Not Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,28760506,Request for Quotations,Closed Competition,End User Device Replacement,P00067,20240130,20240214,20240318,,Sole Agency,No,,This RFQ is an invitation to submit a quote for the delivery of Microsoft Surface Laptop 5's. Approx. 200 devices,Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,28789625,Request for Proposals,Closed Competition,Identifying the Barriers and Challenges for Maori in Accessing Natural Hazards Insurance Cover,PS00068,20240207,20240223,20240704,,Sole Agency,No,66B / 11 Jessie Street,"Invitation to submit a research proposal for a Maori focused research project on identifying the barriers and challenges for Maori in accessing Natural Hazards Insurance cover. The research we are seeking to commission is ground up social science-based research that should ideally: engage with communities to understand their experience with obtaining and using natural hazards insurance cover identify barriers and challenges to Maori in accessing the insurance cover provide us recommendations to better achieve our strategic priority in ensuring equitable and increased access to Maori of our services.",Not Awarded,,0,20250410 Natural Hazards Commission Toka T? Ake,30174259,Request for Proposals,Closed Competition,NHC_Identity Governance Consulting,PS00086,20240912,20240926,20241104,,Sole Agency,No,,"NHC has undertaken a holistic review of Identity and Access Management (IAM) against the NIST Cybersecurity Framework (December 2023). Following this review it was determined that a programme of work to address some critical gaps in our Identity and Access Management. NHC intends to go to market for an Identity Governance Partner that will support initial areas of focus and provide independent expertise and advice. The selected partner will also provide support with future works beyond the initial focus, which could include support for identity on major system changes or transformations.",Awarded,,159747,20250410 Natural Hazards Commission Toka T? Ake,30512965,Request for Proposals,Open Competition,Development of a Diversified Investment Strategy,PS00085,20241029,20241112,20241212,,Sole Agency,No,,We are seeking an experienced provider who will work with key stakeholders including our board to develop a fit for purpose investment strategy and updated Statement of Investment Policies and Objectives before May 2025.,Awarded,,0,20250410 Nelson City Council,20768683,Request for Tenders,Open Competition,Nelson City Council - Nayland Road Stormwater Upgrade - RFT - 22Feb2019,A2099306,20190222,20190321,20190710,,Sole Agency,No,,"The project comprises the construction of approximately 150m length of 450, 600 and 675mm diameter RCRRJ stormwater pipes in Nayland Road, Nelson. The work includes the construction of associated manholes, sumps and connections including to the existing stormwater network as well as reinstatement of the road. The work associated with this contract is to be carried out as one continuous operation.",Awarded,,0,20250410 Nelson City Council,20928380,Request for Tenders,Open Competition,Nelson City Council - Tui Glen Watermain Renewal - RFT - 9Apr2019,A2169393,20190409,20190509,20190726,,Sole Agency,No,,"The Contract comprises the following work: Construction of 528 m of 150 mm diameter PVC-U Watermain including connections, fittings, thrust blocks, water stops, trench drainage and other associated works as described in the tender documents and drawings. The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. All other works indicated, described or implied in the Contract Documents. The work included in this contract and to which the specifications refer, is located on Tui Glen Road, Nelson (as shown on the location map in the Drawing Register).",Awarded,,0,20250410 Nelson City Council,20955453,Request for Proposals,Closed Competition,Nelson City Council - Review of the Staff Performance Management System at Nelson City Council - RFP - Apr2019,A2176702,20190417,20190517,20190704,,Sole Agency,No,,"The objectives of the staff performance management system review are to: (a) Obtain sufficient information to allow senior management to decide if any achievable and sustainable changes are required to the current performance management model and supporting systems in order for it to be: relevant, efficient and effective, and which supports staff to lift their, and Councils, performance flexible in design that allows beneficial adjustments in the future consistent with the Councils long-term strategies (b) Improve opportunities to enhance Councils reputation as a great place to work (c) Improve the performance management experience for all users",Awarded,,0,20250410 Nelson City Council,20961681,Request for Tenders,Open Competition,Nelson City Council - Nelson Water Treatment Plant and Catchments O&M - RFT - Apr2019,A2178547,20190418,20190613,20190731,,Sole Agency,No,,"The Contract comprises the following work: 1. Operation, Maintenance and Management of the Nelson Water Treatment Plant and associated pipelines, pump stations, electrical generators, reservoirs, lagoons, tunnels, buildings (including houses), dams, structures and facilities from, and including, the upstream water intakes in the Maitai and Roding catchments to the downstream interface points. 2. Operation, Maintenance & Management of the Maitai and Roding Waterworks Reserves. 3. Ensuring water supply to the community to meet the current drinking water standards of New Zealand at all times. 4. The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. 5. All other works indicated, described or implied in the Contract Documents.",Awarded,,0,20250410 Nelson City Council,20998709,Request for Proposals,Open Competition,Nelson City Council - NRSBU and NTRLBU General Manager Services and Operations Manager Services - RFP - May 2019,A2174850,20190506,20190605,20190730,,Sole Agency,No,,"Nelson City Council and Tasman District Council jointly and through joint committees manage two regional facilities through the following business units: (a) Nelson Regional Sewerage Business Unit (NRSBU); and (b) Nelson Tasman Regional Landfill Business Unit (NTRLBU). The regional wastewater facility is located at Bell Island (in the Tasman area) and accepts and treats waste from five major contributors Nelson City, Tasman District, T&G Global, Alliance Group and Nelson Pine Industries. This facility is in the process of going through a resource consent renewal and is managed through a maintenance contract agreement with NELMAC. The management also includes spraying of treated effluent on Rabbit Island (""biosolids contract"") currently held by Nelson Marlborough Waste. The consent for this activity is due for renewal. The regional landfill facility is located at York Valley (in the Nelson area). The facility is managed by Downer Group, who have just been awarded a multi-year contract to manage the facility. Both Business Units are at present being managed by a contracted Acting Interim General Manager. The Councils now seek to contract with a limited liability company that will provide one person to undertake General Manager services and one person to undertake Operations Manager services for both Business Units. The arrangement of having an external General Manager manage both Business Units is deemed to be working well and consequently regarded as the solution going forward. The Councils prefer to receive a single proposal from a single company for both services. The services will include in broad terms: (a) The review and update of Strategic and Business Plans; and (b) The review and update of Activity Management Plans; and (c) The operational management of all the contractors and consultants; and (d) Quarterly reporting The Councils requirements are as described in Appendix 2 Requirements.",Not Awarded,,0,20250410 Nelson City Council,21560199,Request for Proposals,Open Competition,Nelson City Council - 1484 Parking Meter Renewal - RFP - Sep2019,A2245726,20190909,20191010,20200520,,Sole Agency,No,,"Council requires supply of parking meters to replace current meters which are old and nearing obsolescence. The current pay and display machines are over 10 years old and have had no substantial upgrade over this time. Down time has increased leading to customer frustration and increased maintenance costs. The use of pay and display tickets has created an environmental waste problem which has drawn significant public attention. Meters are currently integrated to a web portal which reports basic parking information and fault information. Enforcement is achieved by checking pay and display tickets and issuing infringement notices. The bespoke (not phone/tablet type app) enforcement hardware is standalone and requires a daily download into council systems. Given the Nelson parking context and the challenges that the City faces, the following are the key drivers for change: (a) Maintenance costs, machine faults and downtime are increasing with the age of the machines. This will only get worse as the meters become obsolete. The single head meters are already obsolete with very limited availability of spares. (b) The current system provides a poor user experience, with complaints about faulty machines, usability, and the inability to use modern payment methods. (c) Smarter technology offers the opportunity to improve enforcement levels and therefore influence parking turnover. (d) The plastic and paper tickets used in the current pay and display machines has created a waste problem in Nelson, and raised concern in the community. (e) Council are interested in the potential for any future parking systems technology to monitor parking utilisation. The meters must integrate with an enforcement system (to be purchased in an RFP additional to this one) by means of a cloud-based service. The cloud-based service must integrate with Council's MagiQ financial system to track and receive payments for infringement notices. Council now seeks the following services in response to this RFP: (a) Supply and Install of Meters (Appendix 2 Requirements sections 1.1 - 1.8), and (b) Maintain Meters (Appendix 2 Requirements sections 1.9 - 1.13)",Awarded,,0,20250410 Nelson City Council,21563300,Request for Proposals,Closed Competition,Nelson City Council - Community Housing Divestment - RFP - Sep2019,A2262154,20190909,20191004,20201124,,Sole Agency,No,,"Following your response to the Registration of Interest and Invitation to Participate processes, Nelson City Council (We or Council) is now seeking Proposals from qualifying interested parties to acquire some or all of its 142 community housing units at nine locations around the city (Community Housing Assets). Subject to the terms of this RFP, Council may select one or more preferred Respondents with whom to seek to negotiate sale and purchase agreement(s) and a memorandum of understanding (MOU). The MOU is not intended to be a formal legal document but is intended to record the parties shared objectives and expectations for the future of the Community Housing Assets. The purchaser or purchasers must: (a) be a Community Housing Provider that is registered with the Community Housing Regulatory Authority (CHP), or government agency; and (b) have a local presence in the Nelson district; or (c) be a consortium which meets both of the above requirements. As set out in the ROI, Council seeks to sell its Community Housing Assets to one or more providers who can upgrade and expand the housing stock. As well as your plans for the existing tenants and Community Housing Assets (including upgrading or redeveloping the properties), your Proposal should clearly set out a purchase price. The plans for the existing tenants and Community Housing Assets will form the basis for the MOU to be agreed contemporaneously with any sale and purchase agreement. Council is looking to achieve a balance between securing the wellbeing of current and future tenants (by its choice of purchaser and through the shared expectations and objectives expressed by the parties in the MOU) and obtaining the highest price for its Community Housing Assets. This is a unique opportunity to buy a community housing portfolio with potential to be expanded and upgraded. Our vision is for Nelson to grow its supply of social housing so more of our community can access this service.",Not Awarded,,0,20250410 Nelson City Council,21628398,Request for Proposals,Closed Competition,Nelson City Council - Awatea Place Sewer Pump Station Submersible Pump Supply - RFP - 18Sept2019,A2268784,20190918,20191017,20191217,,Sole Agency,No,,"This document is the scope of services for the supply of submersible pumps and associated equipment for the new Awatea Place Sewer Pump Station. The Nelson City Council is constructing a new sewer pump station as part of their works programme to improve the resilience of their wastewater services. The new sewer pump station is in a green field site and will require a deep wet well installation. Two submersible pumps are required, for transferring sewage from the new Awatea Place Sewer Pump Station through to the Airport Grit Chamber and terminal pump station. This is a request for proposal with separable portions to be let in two (2) parts. The scope and breakdown of the requirements are outlined in this pump supply request for proposal document. The Nelson City Council has provided a fixed amount of funding in its Long-Term Plan for construction of the Awatea Place sewer pump station. Suppliers are therefore advised that acceptance of any proposal for pump supply is subject to Council awarding a construction contract. Councils objectives in issuing this RFP are to seek proposals for suitability of the Suppliers pumps, for integration with the pump station wet well design. Then subject to meeting all design and performance requirements in compliance with the specification, and Council awarding a construction contract, proceeding with purchase of the pumps.",Awarded,,0,20250410 Nelson City Council,21681121,Request for Tenders,Open Competition,Nelson City Council - Annesbrook Drive Watermain Renewal Stage 2 - RFT - 27Sept2019,A2268893,20190927,20191024,20191213,,Sole Agency,No,,"The Contract comprises the following work: Installation of a 150mm diameter PVC-u watermain, 63mm diameter PE ridermain and a 100mm PVC power duct for future use by Network Tasman. The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. All other works indicated, described or implied in the Contract Documents.",Awarded,,0,20250410 Nelson City Council,21708123,Request for Proposals,Open Competition,Nelson City Council - Condition Assessments - Panel of Suppliers - RFP - Oct2019,A2268273,20191002,20191106,20200810,,Sole Agency,No,,"Council is seeking to establish a panel of appropriately qualified suppliers to provide condition assessment services on Council facilities and buildings. Suppliers will carry out condition assessments on Council facilities and buildings to inform building maintenance and renewals. Council wants to provide the best level of service and proactive maintenance in terms of age, design, construction methods, and material for facilities and buildings. Condition assessments inform Councils knowledge about the current state of the assets and the required maintenance and renewals on them. Condition assessments also assist with Councils asset management planning for Council facilities and buildings. The purpose of the condition assessments of Council buildings and facilities are: (a) To generate detailed information about the condition of those buildings and facilities (b) To record detailed information about the renewal and maintenance requirements of those buildings and facilities and the costs to meet those requirements so that Council can include this in ongoing work programmes (c) To collect and record detailed information about the assets and their components in order to improve",Awarded,,0,20250410 Nelson City Council,21720162,Request for Proposals,Open Competition,Nelson City Council - Nelson Tasman Regional Fuel Plan - RFP - Oct2019,A2271562,20191003,20191104,20200205,,Sole Agency,No,,"The objectives of Nelson Tasman Regional Fuel Plan are: (a) To identify Civil Defence Emergency Management (CDEM) critical fuel customers and their fuel requirements, fuel sources and suppliers, and alternative means of providing and dispensing fuel without power (b) To deliver a transparent methodology for providing and prioritising fuel usage and deliveries to CDEM critical fuel customers to ensure lifelines remain operable and emergency services are able to continue their response during an emergency event (c) To update registers and advance records from the 2009 fuel storage report to inform the Nelson Tasman Regional Fuel Plan (d) To develop public messaging regarding fuel use during an emergency response and promoting appropriate advance preparation",Awarded,,0,20250410 Nelson City Council,21738554,Request for Proposals,Open Competition,Nelson City Council - City Centre Streetscape Design Standards - RFP - Oct2019,A2261761,20191007,20191105,20200205,,Sole Agency,No,,"For the purpose of this RFP, the Streetscape Design Standards are to be developed for the Nelson City Centre as defined in the map supplied, and shall include connections and be transferrable to the Nelson marina, the Nelson Haven and the Maitai/Mahitahi River precinct. The Long Term Plan 2018-28 (LTP) makes the Nelson City Centre one of the Councils top four priorities to support the Councils vision of a Smart Little City. The LTP CBD (City Centre) Development priority states Our aim for Nelsons central business district is for it to be attractive to businesses, residents and visitors, with an exceptional mix of events, civic facilities and retail. We are working to build an environment that supports commerce, encourages inner city living and is a catalyst for private sector investment. The Top of the South - Te Tau Ihu - needs a strong commercial centre to thrive. We want our city centre to enrich and build our local culture - the bustling meeting place for everyone who lives, works and visits here. The City Centre Programme Plan sets the strategy to achieve a step change. The City Centre Programme Plan approach is focused on the vitality of Nelsons urban heart, a people-focused social hub to linger longer through the delivery of residential growth, enabling good development investment and extending the active life of the City. A Smart Little City serving as a magnet to attract talent, offer superb hospitality and celebrate large events and small activation efforts, enveloped by our stunning natural landscapes. Part of creating a vibrant city centre is the need for new or refreshed design standards and palette for our streetscapes and public spaces. Council often receives feedback from the public that the city centre looks tired. There are also issues with the current palette in terms of lack of supply of bricks which used to be made locally, and the need to accommodate micro mobility devices. We can define streetscape as the visual elements of a street, including paving, street furniture, trees, lighting and open space that combine to form the streets character. Nelson has a number of public spaces and parks that also operate as part of the streetscape in the city centre.",Awarded,,0,20250410 Nelson City Council,21796843,Request for Proposals,Open Competition,Nelson City Council - Review of Nelson Regional Development Agency (NRDA) Operations - RFP - 17Oct2019,A2281795,20191017,20191104,20191113,,Sole Agency,No,,"The Nelson Regional Development Agency (NRDA) is a Council Controlled Organisation, established 1 July 2016, and is 100% owned by the Nelson City Council. The NRDA core funding is provided by Nelson City Council. Tasman District Council also contributes funding to the NRDA through an agreement and funding. Services are delivered by the NRDA with a combined Nelson Tasman regional focus. Nelson City Council funding to the NRDA for 2019 and 2020 is approximately $920,000 per year, including $72,000 for management of the Nelson Events Fund. A further $300,000 per year is provided by agreement with Tasman District Council. The NRDA also holds various separate service contracts with NCC and TDC. Recent financial statements provided by the NRDA indicate that the business will record a loss, after accounting for depreciation, for each of the next two financial years despite the NRDAs plans to raise additional funding from other sources of $80,000 in 2019/20 and $200,000 in 2020/21. The objectives for the review of Nelson Regional Development Agency (NRDA) operations are: (a) To better understand the services being provided to the two Councils by the NRDA and the costs of delivering those services, including: where resources are being applied with reference to those services and how efficiencies could be achieved how systems and processes could be amended to increase effectiveness how efficiencies could be achieved in regards to expenses whether the NRDA are investing in the right assets and whether the NRDA could be leveraging Council assets, services and expertise (b) To provide recommendations on how the Statement of Intent (SOI) might be improved and whether separate contracts should be amalgamated into the SOI",Awarded,,0,20250410 Nelson City Council,21803304,Request for Proposals,Open Competition,Nelson City Council - Tactical Urbanism Initiatives - Panel of Suppliers - RFP - 18Oct2019,A2266020,20191018,20191121,20201124,,Sole Agency,No,,"The Long Term Plan 2018-28 (LTP) makes the City Centre one of the Councils top four priorities to support the Councils vision of a Smart Little City. The LTP CBD (City Centre) Development priority states Our aim for Nelsons central business district is for it to be attractive to businesses, residents and visitors, with an exceptional mix of events, civic facilities and retail. We are working to build an environment that supports commerce, encourages inner city living and is a catalyst for private sector investment. The top of the South, Te Tau Ihu, needs a strong commercial centre to thrive. We want our city centre to enrich and build our local culture - the bustling meeting place for everyone who lives, works and visits here. The City Centre Programme Plan sets the strategy to achieve a step change. The City Centre Programme Plan approach is focused on the vitality of Nelsons urban heart, a people-focused social hub to linger longer through the delivery of residential growth, enabling good development investment and extending the active life of the City. A Smart Little City serving as a magnet to attract talent, offer superb hospitality and celebrate large events and small activation efforts, enveloped by our stunning natural landscapes. Part of creating a vibrant city centre is the need to activate our streetscapes and public spaces. While the programme looks to achieve long term projects, temporary and relocatable activation kit is also seen as an important trial precursor to ensure appropriate long term permanent projects meet requirements. Building on the recent success of the summer pedestrian trial closure with Upper Trafalgar Street, Nelson City Council will extend place-based changes across the City Centre. These will be cheap and cheerful temporary responses called Tactical Urbanism Initiatives (TUI). TUIs big idea is to change the way we might see and interact with our City Centre. TUI builds on Nelsons creative culture as an expression if our unique place. The success of TUI trial areas will help make our laneways more legible, safe and fun to move around the city centre as a pedestrian. This experience is heightened when places extend the vibrancy of local cafes, restaurants and events.",Awarded,,0,20250410 Nelson City Council,21810224,Request for Proposals,Open Competition,Nelson City Council - Install Security Fence - RFP - Oct2019,A2285335,20191021,20191111,20191113,,Sole Agency,No,,"The Nelson Marina hardstand footprint has increased over the last few years and the existing fence doesnt surround the current area. The hardstand is a highly hazardous area given the activities occurring there use of toxic products in order to antifoul the boats and boat dry storage. The objectives of Nelson Marina Hardstand Fencing are to restrict access to the hardstand to authorized people only.",Not Awarded,,0,20250410 Nelson City Council,21914672,Request for Tenders,Open Competition,Nelson City Council - EC3971 - Tahunanui Pathways Parkers Road to Beach Road - RFT - 08 November 2019,A2295950,20191108,20191212,20200330,,Sole Agency,No,,"The Contract comprises the following work: Construction of new Shared Path, Kerb and Channel, Asphalt Path, Concrete Path, Concrete Islands, Garden Areas. Installation of New Signs and Street lights. Earthworks and Pavement construction. Stormwater works including new sump installation. Road works including line markings. Miscellaneous works to finish, eg: driveway tie ins, reinstatement of grass berms. The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. All other works indicated, described or implied in the Contract Documents.",Awarded,,0,20250410 Nelson City Council,21928078,Request for Proposals,Open Competition,Nelson City Council - Nelson Residents Survey 2020-2021 - RFP - Nov2019,A2299043,20191112,20191209,20200312,,Sole Agency,No,,"Nelson City Council has commissioned annual resident surveys since 1997. Reports for recent years can be found on Councils website. The surveys are conducted over a three year cycle, with a full resident survey every third year covering all Council activities, and shorter surveys in the intervening years which gather data on Long Term Plan performance measures. The 2020 survey will be a longer survey and will comprise a phone survey with the characteristics listed in the Requirements. The 2021 survey is expected to be a shorter survey and will comprise a phone survey with the characteristics listed in the Requirements. The objectives of Nelson Residents Survey for 2020 and 2021 are: (a) Provide statistically representative results on residents satisfaction with Councils performance and residents preferences, priorities, and behaviours (b) Identify opportunities for improving satisfaction and performance (c) Measure trends and changes over time (d) Provide analysis and interpretation of the results in a clear, easy to digest format",Awarded,,0,20250410 Nelson City Council,21939817,Request for Proposals,Open Competition,Nelson City Council - Cleaning and Maintenance of Community Facilities - RFP - Nov2019,A2300946,20191114,20191212,20200810,,Sole Agency,No,,"Council's facilities include the following in this contract: (a) Civic House, 110 Trafalgar St. Nelson City Multi-level office building of Council and staff, and customer service public area (b) Public libraries Elma Turner Library, 27 Halifax St E. Nelson City Stoke Library, 35 Putaitai St, Stoke, Nelson Nightingale Library Memorial, 2 Beach Rd, Tahunanui, Nelson (c) Montgomery Square Superloo Fully serviced toilet, shower, and laundry facility; staffed 7 days (d) Public toilets and showers, barbecues, and bus shelters at various sites throughout Nelson, Stoke, and Tahunanui Council seeks cleaning services for these facilities in order to: (a) Keep facilities in well serviced condition (b) Care for and maintain each asset (c) Encourage higher usage Council's cleaning services contract is currently held by OCS Limited and Council wishes to seek proposals from suitably qualified suppliers for these services. Previous suppliers have used the following staffing levels to supply these cleaning services: Regional Manager Operations Manager Service Manager 19 cleaning staff (full and part time) The objectives of request for proposals for the Cleaning and Maintenance of Community Facilities are: (a) Scheduled and on-call cleaning and maintenance of the aforementioned public and staff facilities to continue improving service levels provided to the Nelson community. (b) An outcomes based contract in which the supplier is responsible for scheduling works to ensure facilities are kept to a set standard. (c) Collaboration and close communication with Councils contract manager to achieve the above objectives.",Awarded,,0,20250410 Nelson City Council,21941210,Request for Tenders,Open Competition,Nelson City Council - St Vincent Street Sewer Renewal - RFT - 14Nov2019,A2298120,20191114,20191212,20191217,,Sole Agency,No,,"The Contract comprises the following work: Upgrading the existing sewer pipe network on St. Vincent Street between Parere Street and Gloucester Street. The liaison with residents and businesses prior to and during the Contract. The checking and updating of installation records. The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. All other works indicated, described or implied in the Contract Documents.",Awarded,,0,20250410 Nelson City Council,21958710,Request for Proposals,Open Competition,Nelson City Council - Security Services for Council Facilities - RFP - Nov2019,A2300486,20191119,20191219,20201222,,Sole Agency,No,,"Councils parks and facilities in this contract include the following: (a) Major Facilities (b) Libraries (c) Heritage Facilities (d) Sportsgrounds and Reserves (e) Public Toilets (f) Cemeteries (g) Other Facilities Further information about the above facilities can be reviewed on the Nelson City Council website under the section Facilities (http://www.nelson.govt.nz/services/facilities/). Council seeks security services for these facilities in order to minimise the risk of criminal activities, provide certainty that the security of Council parks and facilities are maintained within and outside workhours, public holidays and during high peak seasons. Previous suppliers have used the following staffing levels to supply these security services: Regional Manager Operation Managers Static Guards Patrol Guards The objectives of the request for proposal for Security Services of Councils Parks and Facilities are: (a) Council require scheduled security patrols and on call static guard services for its Parks and Facilities to continue to improve service levels provided to the Nelson Community. (b) Council seeks an outcomes based contract in which the supplier is responsible for scheduling works to ensure Parks and Facilities are kept secured and to provide on call guard services to minimise risks to the general public and staff. (c) Collaboration and communication with Councils Contract Manager, Council staff, Councils agents and the Police.",Awarded,,0,20250410 Nelson City Council,22043475,Request for Proposals,Open Competition,Nelson City Council - Public Transport Review - 2019-20 - RFP - Dec2019,A2242386,20191204,20200124,20200617,,Sole Agency,No,,"Nelson City Council (NCC) and Tasman District Council (TDC) are two unitary Councils that have both local and regional council responsibilities, including public transport. NCC and TDC share a single urban area located near the southern most point of the Tasman Bay. The urban areas is made up of roughly 4 predominate suburbs. Nelson centre, Tahunanui and Stoke are within the NCC boundary and Richmond is in the TDC district. The boundary of the Councils is between Stoke and Richmond. Public Transport funding is a responsibility of the council within which the activity is located, in partnership with NZTA. The Councils now require a Public Transport Review to inform the 2021-2027 rewrite of the Regional Land Transport Plans for both NCC and TDC. The Public Transport Review must recommend a staged plan of changes to meet the identified goals to be incorporated into the two separate Nelson and Tasman Regional Public Transport Plans for inclusion in the 2021-2027 rewrite of the Regional Land Transport Plans for Nelson City Council and Tasman District Council. This Public Transport Service review will be co-funded by Nelson City Council, Tasman District Council and New Zealand Transport Agency (NZTA) and should look at the region as a single integrated public transport network.",Awarded,,0,20250410 Nelson City Council,22162575,Request for Tenders,Closed Competition,Nelson City Council - Poorman Stream / Main Rd Stoke Culvert Improvements - RFT - 13Jan2020,A2325111,20200113,20200130,20200602,,Sole Agency,No,,"The scope of the Contract Works is to undertake improvements to the Poorman Stream Culvert under Main Rd Stoke. This will include: 1. Construction of a new concrete divider wall within the culvert, a debris fin and steel flashing around existing services. 2. Stream management/diversion during construction works.",Awarded,,0,20250410 Nelson City Council,22183167,Request for Proposals,Open Competition,Nelson City Council - Joint NCC and TDC Cemetery Strategy - RFP 16Jan2020,A2329669,20200116,20200212,20200312,,Sole Agency,No,,"Council is seeking to establish an appropriately qualified supplier to provide a Joint Nelson City and Tasman District Council Cemetery Strategy. Both Councils want to provide the best level of service for their cemeteries and are looking at this jointly. The Joint Council Cemetery Strategy will ensure the region can prepare, plan and foster effective ways of ensuring the projected demand is met.",Awarded,,0,20250410 Nelson City Council,22360979,Request for Tenders,Open Competition,Nelson City Council - EC3996 - Riverside Pool Heating Renewal - RFT - 25 February 2020,A2332306,20200225,20200326,20200727,,Sole Agency,No,,"The Contract comprises the following work: Replacement of the existing electric heating tank with a 200KW electric boiler. Provision of a separate 500 litres buffer tank and addition of a new feed and expansion system to account for the extra water volume Reconfiguration of the pipework in the plant room to allow for the new installation. Changes to some of the existing electrical and controls required to integrate the new equipment The liaison with Pool Operator - CLM prior to and during the Contract. The checking and updating of installation records. The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. All other works indicated, described or implied in the Contract Documents.",Awarded,,0,20250410 Nelson City Council,22388212,Request for Tenders,Closed Competition,Nelson City Council - Nelson Central Sewer Flow Surveys - 02Mar2020,A2352115,20200302,20200406,20200518,,Sole Agency,No,,"This document is for the collection and supply of sewer flow and rainfall data from a number of sites within the Nelson Central catchment to allow calibration of the sewer hydraulic model. The work will include: (a) Supply, installation, maintenance and removal of flow monitors, data loggers and rain gauges. (b) Capture, processing and supply of data Objectives The objectives of the Nelson Central sewer flow survey are to: (a) Understand dry and wet weather performance of the drainage network in the catchment; (b) Provide calibration data for hydraulic modelling; and. (c) Collect asset information where manholes are entered to confirm local connectivity, pipe size, depth to invert and any weir configuration. As the objective is to understand both dry and wet weather flows, it is imperative that both dry and wet weather calibration is achieved.",Not Awarded,See 22526821,0,20250410 Nelson City Council,22413305,Request for Tenders,Closed Competition,Nelson City Council - Recreational Bridge Structural Repairs - RFT - Mar2020,A2355305,20200306,20200521,20210128,,Sole Agency,No,,"This contract is to repair or renew components on Nelson walkway bridges in parks, reserves, walkways and Nelson Marina. Work includes cleaning, spalling repairs, structural painting, timber repairs and reconstruction. The contract spans two financial years and has a 40 week duration With completion no later that 30 June 2021.",Awarded,,0,20250410 Nelson City Council,22468237,Request for Tenders,Open Competition,Nelson City Council - TRANSFER STATION OPERATION & REFUSE / GREENWASTE CARTAGE - 19Mar2020,A2360059,20200320,20200604,20200723,,Sole Agency,No,,"The objective of this contract is to maintain the service and assets of the Transfer Station component of the Nelson Waste Recovery Centre (NWRC). This includes Council owned assets and Council maintained areas to the standard stated in the Technical Specifications by undertaking the work in accordance with the requirements of the Technical Specifications. The Contractor will be responsible for managing and ensuring the quality of all of the work undertaken as part of this contract. The Services include: Public guidance Packing of the material into the supplied bins using the existing machinery Loading of the supplied bins onto appropriate vehicles Cartage of the bins to the designated disposal sites for empty and return Hazardous acceptance from the public and storage, and liaising with the hazardous collection service Separation of whiteware and managing the de-gassing of refrigerants Packing of light gauge metal into the supplied bins and management of their uplift. Preparation of tyres for disposal (cutting)",Awarded,,0,20250410 Nelson City Council,22477973,Request for Proposals,Open Competition,Nelson City Council - Tahunanui Lions Toilet Upgrade - EC4014 - RFP - Mar2020,A2362459,20200324,20200514,20210128,,Sole Agency,No,,"This contract involves the demolition of the existing Tahunanui Lions public toilet facility, and the design and construction of a new public toilet facility in the same location. Certain deliverables are required to be reviewed by council at specific project stages, as part of this RFP. The work performed and materials to be used shall comply with the latest edition of the Nelson City Council Land Development Manual (latest version). The Contractor is to obtain all building and resource consents required based on the accepted design.",Awarded,This contract was awarded to the joint tender submitted by JTB Architects Ltd and Coman Construction Ltd,0,20250410 Nelson City Council,22526821,Request for Tenders,Closed Competition,Nelson City Council - Nelson Central Sewer Flow Monitoring - 08Apr2020,A2352115,20200408,20200515,20200723,,Sole Agency,No,,"This document is for the collection and supply of sewer flow and rainfall data from a number of sites within the Nelson Central catchment to allow calibration of the sewer hydraulic model. The work will include: (a) Supply, installation, maintenance and removal of flow monitors, data loggers and rain gauges. (b) Capture, processing and supply of data Objectives The objectives of the Nelson Central sewer flow survey are to: (a) Understand dry and wet weather performance of the drainage network in the catchment; (b) Provide calibration data for hydraulic modelling; and. (c) Collect asset information where manholes are entered to confirm local connectivity, pipe size, depth to invert and any weir configuration. As the objective is to understand both dry and wet weather flows, it is imperative that both dry and wet weather calibration is achieved.",Awarded,,0,20250410 Nelson City Council,23689299,Request for Proposals,Open Competition,Nelson City Council - Opera in the Park 2022 - RFP 26 November 2020,A2500493,20201126,20201211,20201222,,Sole Agency,No,,"Opera in the Park is a biennial show, Nelson City Councils largest community event with over 6,500 attendees. It aims at presenting a high quality, and affordable musical event of international standard that entertains, educates and inspires our community, promotes our region and engages with our wider audience. It is attended by 6,000 to 8,000 people and has welcomed orchestra such as the New Zealand Symphony Orchestra as well as performers such as Dame Kiri Te Kanawa, Maori Modern Quartet, Simon ONeill, Bic Runga and many more. We are looking for a Musical Director cum Master of Ceremony (MD + MC) who has the capacity and capability to put together and present to the audience a musical programme that is made of accessible classical and popular contemporary music for the next Opera in the Park in February 2022. The Musical Directors (MD) duties include identifying potential performers, engaging and negotiating their availability, fee, and selection of music pieces, as well as writing editorial content for publication in our programme. The Master of Ceremony (MC) duties includes preparing a run sheet, liaising with performers, and the Event Producer, the Mayors office, as well as hosting the performers and VIPs.",Awarded,,0,20250410 Nelson City Council,23795971,Request for Tenders,Closed Competition,Nelson City Council - EC2936 - 1D - Awatea Place Wastewater Pump Station - RFX - 18 December 2020,A2500111,20201218,20210318,20210726,,Sole Agency,No,,"The scope of work includes Construction of a new Wastewater Pump Station (to replace two ageing pump stations) and related structures within a compound 24m by 26m (the pump station site). Major components within the pump station compound being: - 2 No. above ground storage tanks 4m diameter by 19m long. - 1 No. blockwork with steel cladding and concrete roof control building 53m2 Area - 1 No. deep wastewater pump station (9m depth and 3m diameter) - Mechanical control actuated valves for flow diversion to storage - Odour Control Unit Carbon Filter - Associated pipework within the pump station compound for local services being drainage, odour, chamber drainage system, water supply, cable ducts - Steel and Ductile Iron Pipework through valve chamber, flow split chamber and air valve and flow meter chambers - Landscaping and Roading - Electrical Installation and Commissioning Other components outside of the pump station compound are: - Pipejacking for Gravity Sewer Installation (600 dia. Steel pipe casing over approx. 20m) - Decommissioning 2 No. existing pump stations - Gravity Trunk Sewer includes 80m of DN600 GRP Pipe between 4-5m depth, and 90m of 450 RCRRJ pipe between 3 and 3.5m depth. - Polyethylene Rising Main approx. 400m long (500 OD) - High Voltage Power Installation Infrastructure and Transformer (Network Tasman Approved Contractor)",Awarded,,0,20250410 Nelson City Council,23927980,Request for Quotations,Open Competition,Nelson City Council - NRSBU - Generators supply - 02 February 2021,A2565937,20210202,20210226,20210629,,Sole Agency,No,,"The Nelson Regional Sewerage Business Unit (NRSBU) operates the Nelson Regional Sewerage Scheme, which collects, conveys and treats waste from Tahunanui, Stoke, Richmond, Brightwater, Wakefield & Mapua. NRSBU is seeking to engage a generator supplier to provide, deliver, place and commission suitable backup generators to provide emergency power to pump stations and the treatment plant. The contract scope includes: Supply of 5x generators: o 2x 1000 kVA o 2x 750 kVA o 1x 75 kVA Supply of suitable auxiliary fuel tank(s) for each generator (if required) Delivery of units to site, and fixing to pre-constructed pads Commissioning of generators",Awarded,,0,20250410 Nelson City Council,24026764,Request for Quotations,Open Competition,Nelson City Council - Development of Nelson City Parking Strategy 2022-32 - RFQ - 26Feb2021,A2582771,20210226,20210325,20210820,,Sole Agency,No,,"Nelson City Council need a comprehensive parking strategy to manage parking in our growing community throughout Nelson into the future. The strategy must be aligned with the key National, Council and community priorities and specifically aligned with the development of the City Centre Spatial Plan. We are looking for a capable supplier who can incorporate appropriate parking management policy, tools and methods, together with innovation and sustainable transport options, to develop a comprehensive parking strategy that supports the economic vitality of the overall City. This should be based on best practice, proven initiatives, financial affordability, relevant data, and frank and open engagement with the Nelson community. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,0,20250410 Nelson City Council,24049782,Request for Proposals,Open Competition,Nelson City Council - EC4057 - Road Condition Surveys - RFP - 04 March 2021,A2586437,20210304,20210408,20210726,,Sole Agency,No,,"Road condition surveys are required to inform the forward works required on the network. It is also used for maintenance planning, pavement deterioration modelling and performance reporting to council and Waka Kotahi. This opportunity is for collection of High Speed and Falling Weight Deflectometer data.",Awarded,,0,20250410 Nelson City Council,24074585,Request for Proposals,Closed Competition,Nelson City Council - Summer Events Coordination Services - RFP - 10 March 2021,A2566959,20210310,20210329,20210616,,Sole Agency,No,,"Nelson City Councils Summer Events Programme is a series of community events that spreads across the summer from December until February. These events are an opportunity for our local performers and sometimes performers outside of the country (e.g. Buskers Festival) to showcase their talents with our community and visitors to our region. Events are resourced with fixed budgets and delivered within similar formats as in the previous years. Nelson City Council is seeking community event coordinators to deliver, in full, one or more of the events. The contract will run for the summer 2021-22 and summer 2022-2023.",Awarded,,0,20250410 Nelson City Council,24165333,Request for Proposals,Open Competition,Nelson City Council - Youth Events 2021 to 2023 - RFP - 06 April 2021,A2572789,20210406,20210426,20210616,,Sole Agency,No,,"Nelson City Council delivers a series of 4 (four) youth events catered to our young audience aged 14 to 19 years old. These events are free or ticketed events which take place indoors or outdoors and comply with the calendar of school exams and school term holidays schedule. Youth Events require a specific skillset and qualifications from the event coordinators to be able to engage, listen and work for and with youth. Event Coordinators must have the wellbeing of all youth at the forefront of their proposal. The programme puts youth both on, behind, and in front of the stage to cater to different types of personalities and strengths. We need event coordinators who can deliver the following types of events: Music Comedy Inspirational Performance (e.g. Halloween type)",Awarded,,0,20250410 Nelson City Council,24515572,Request for Proposals,Closed Competition,Nelson City Council - NRSBU - Nelson Regional Sewerage Scheme Operations and Maintenance - RFP - 07 July 2021,,20210707,20210819,20211029,,Sole Agency,No,,This is a Request for Proposal (RFP) from the Nelson Regional Sewerage Business Unit (NRSBU) to the suppliers who have been selected to submit a Tender. These suppliers were selected after the first round of the procurement process (Registration of Interest (ROI)) to select a Contractor to operate and maintain the Nelson Regional Sewerage Scheme (NRSS) infrastructure.,Awarded,,0,20250410 Nelson City Council,24644435,Request for Tenders,Closed Competition,Nelson City Council - EC26382 - Washington Valley Infrastructure Upgrade - Stage 1 - Hastings Street,A2708110,20210806,20210910,20210930,,Sole Agency,No,,"Hastings Street is located in Washington Valley, Nelson, and is approximately 320m long. This contract involves a major upgrade of all utility pipes (stormwater, wastewater, water supply), relocating power & telecommunications cables, as well as undergrounding overhead wires in Hastings Street and connecting private properties to the public stormwater network. Upgrades to street lighting are also included. The Contract is comprised of the following work: Installing approximately 240 metres of 150 mm dia PE water mains along Hastings Street, any temporary watermain installation by the contractor and reconnection of existing watermains. Installing approximately 320 metres of 1800 mm diameter stormwater pipe along Hastings Street. Installing approximately 360 meters of 225mm diameter and 360m of 375mm diameter sewer along Hastings Street. Repositioning of power and telecom into shared services trench, Undergrounding power and telecom to private properties, after obtaining the approval of the property owner. Installing new stormwater property drains on private property, after obtaining the approval of the property owner. Streetlight installation, Reinstatement of walls on property boundaries if required, Coal tar handling and disposal, Asbestos pipe removal and disposal, Footpath and road surfacing, Working around Protected Trees, Contaminated soil testing, handling and disposal, Compliance with the Resource Consent. The liaison with residents, businesses, and users of the Pioneer Park facilities prior to and during the Contract Traffic management and control The checking and updating of installation records Temporary parking provided to residents Organisation of all site amenities The maintenance of the works in good and sufficient repair as set out in the General and Special Conditions of Contract. All other works indicated, described or implied in the Contract Documents. Tenderers should note that this contract cannot be awarded until approved at a full council meeting on 9th December 2021, and tenderers will need to develop their programme appropriately. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,0,20250410 Nelson City Council,24660367,Request for Tenders,Open Competition,Nelson City Council - NRSBU - Biosolids Application Contract - RFT - 10 August 2021,A2723580,20210810,20210903,20211029,,Sole Agency,No,,Tender for Biosolids application in the Nelson-Tasman region.,Awarded,,0,20250410 Nelson City Council,24731726,Request for Proposals,Closed Competition,Nelson City Council - Maitai Recreation Hub Asphalt Pump Track - RFP - 26 August 2021,A2734198,20210826,20210923,20211119,,Sole Agency,No,,"Nelson City Council is developing a new Recreation Hub at the Waahi Taakro Golf Course in the Maitai Valley. This project aims to encourage a wider user base within the recreation reserve and provide trailhead facilities. An asphalt pump track is one of the key pieces of infrastructure to be designed and constructed as part of the development of the new hub. Nelson City Council is seeking to engage a suitable contractor to undertake the design and construction of a high-quality asphalt pump track that will be seen as a destination or drawcard to bikers and other users.",Awarded,,0,20250410 Nelson City Council,24923707,Request for Proposals,Open Competition,Nelson City Council - Arts Strategy - RFP - 11 October 2021,A2728294,20211011,20211112,20211201,,Sole Agency,No,,"It has been 12 years since Nelsons Arts Strategy was developed and it is time for a new strategy to support a sustainable future which focuses on the importance of the sector as a key driver of economic, social and cultural wellbeing for the Nelson Community. We need an expert consultant(s) who will lead development of the strategy and have the necessary skills and experience in order to deliver a practical and impactful implementation plan for Nelson.",Awarded,,0,20250410 Nelson City Council,24984475,Request for Proposals,Open Competition,Nelson City Council - Pools Options Analysis - RFP - 19 October 2021,A2691408,20211019,20211115,20211214,,Sole Agency,No,,"Nelson City Council needs to identify what options we have for future pool developments in Nelson. We want to explore options for a renovation or replacement of Nelson aquatic facilities. Council is seeking to appoint a consultant who will be responsible for preparing and presenting a high quality options analysis that will inform future decisions about location, type, size, technology, and financial costs for options for Nelsons future swimming pools as a comparison to status quo.",Awarded,,0,20250410 Nelson City Council,25066100,Request for Quotations,Open Competition,Nelson City Council - Nelson Marina Jetty Resurfacing,A2778593,20211108,20211206,20211213,,Sole Agency,No,,We are seeking a solution to resurface the existing Nelson Marina jetty structure that improves the safety of the wooden jetty by eliminating slip hazards and improves the overall aesthetics of the marina. .,Awarded,,0,20250410 Nelson City Council,25072827,Request for Proposals,Open Competition,Nelson City Council - Land Purchase and Intensified Housing Development - RFP - 09 November 2021,A2751938,20211109,20220209,20230315,,Sole Agency,No,,Council invites proposals from suitably qualified and experienced developers/housing providers interested in purchasing and developing 6 & 8 Totara Street for intensified housing.,Not Awarded,,0,20250410 Nelson City Council,25074067,Request for Proposals,Closed Competition,Nelson City Council - Central Library Development - Project Director - RFP - 09 November 2021,EC31319,20211109,20211129,20221215,,Sole Agency,No,,"Nelson City Council has identified the need to provide a modern library to deliver best practice library and information services. To successfully deliver this project we need to procure a suitably qualified Project Director who will be responsible for providing effective leadership and communication. We are inviting shortlisted suppliers to submit proposals for the next stage of tender.",Awarded,,0,20250410 Nelson City Council,25105084,Request for Tenders,Closed Competition,Nelson City Council - EC22439 - Rutherford Street - Stormwater Upgrade - 15 November 2021,A2584054,20211115,20220204,20220512,,Sole Agency,No,,"The Contract comprises the following work: 1800 dia stormwater pipeline, chambers and manholes. Watermain renewal. Sewer renewal. The liaison with residents and businesses prior to and during the Contract.",Awarded,,0,20250410 Nelson City Council,25549340,Request for Tenders,Closed Competition,Nelson City Council - EC48027 - RFT - Road Network Maintenance and Resurfacing - 16 March 2022,A2857869,20220316,20220428,20230315,,Sole Agency,No,,"Nelson City Council is seeking a suitable contractor to deliver its road network maintenance and resurfacing for at least 4 year and 10 months from 1 September 2022, with the potential to extend for a further 3 years (2+1). Nelson City Council now Requests Tenders (RFT) from those suppliers shortlisted via the ROI process early February 2022. Tenders shall close on Thursday 28 April 2022 at 4pm. Nelson City Councils preference is for the entire tender process, including downloading RFT documents, raising queries and submitting tenders, to be managed electronically using GETS. The organizer of this contract is Matthew Bruce of NCC. Contact details are: Matthew Bruce Nelson City Council Private Bag 645 Nelson 7040 Phone: 03 5395532 Email: matt.bruce@ncc.govt.nz",Not Awarded,,0,20250410 Nelson City Council,25562969,Request for Tenders,Open Competition,Nelson City Council - EC54733 - RFT - Streetlitter collection - 21 March 2022,A2858139,20220321,20220422,20221101,,Sole Agency,No,,A 5 year (+2) service contract for the collection and disposal to landfill of pedestrian refuse from 85 tilt bins according to a seven day per week schedule. Also collection and disposal of pedestrian refuse from 54 solar compacting bins as advised through the supplied software alert system. Also collection and disposal of dumped refuse from urban streets. All services will be conducted within Nelson City boundaries (Champion road to Hira),Awarded,,0,20250410 Nelson City Council,25565529,Request for Quotations,Open Competition,Nelson City Council - EC54821 - Ecological Restoration of South West Grampians - 21 March 2022,A2836644,20220321,20220414,20220509,,Sole Agency,No,,"NCC has recently approved an increase in weed control for Landscape and Conservation reserves over the next 2 financial years. There is the potential for this increase to be extended through to 2030/31. Priority reserves will be the initial focus of the funding. This RFQ is for weed control and ecological restoration on the South West face of the Grampians. This includes a mature stand of native bush, steep slopes of Himalayan honeysuckle and gorse, and a large stand of Tasmanian Blackwoods. We are seeking a team to enact the Ecological Restoration Plan (attached) for the Management Units H, I and J.",Awarded,,0,20250410 Nelson City Council,25635121,Request for Proposals,Open Competition,Nelson City Council - Parking Cash Collection Services - RFP - 31 March 2022,A2863548,20220331,20220428,20230315,,Sole Agency,No,,"Nelson City Council has 89 parking meters across the Nelson CBD with two of those meters located at the Nelson Marina. The meters accept cash (coins within the CBD, and Coins/Notes at the Marina) as one of the methods of payment for parking. Cash accounts for approximately 40% of the revenue collected from parking. Nelson City Council seeks proposals for the collection, counting and banking of this cash.",Not Awarded,,0,20250410 Nelson City Council,25792823,Request for Proposals,Open Competition,Nelson City Council - Delivery of Cycle Education in Nelson and Tasman Schools - 13May2022,A2888387,20220516,20220603,20220630,,Sole Agency,No,,"This Opportunity in a Nutshell What we need: We are after a local provider with a passion and dedication to providing opportunities for tamariki in Nelson and Tasman schools, to delivery cycle education and other cycling opportunities. What we dont want: Applicants that will be based outside of Nelson/Tasman. Applicants that do not have previous experience delivering sport and/or physical activity to tamariki. Applicants that want to deliver to any groups other than tamariki at Primary and Intermediate Schools. Whats important to us: Providing cycling opportunities to tamariki as a part of a wider picture of Active Transport and Road Safety. As well as empowering young people to cycle and giving them the skills to cycle for transport. We value the development of people, and the successful applicant will also value the development of their people. This should be through paying a living-wage, providing professional development and opportunities to progress through leadership and qualifications. Why should you bid? If you have quality people that are interested in delivering physical activity and road safety opportunities to tamariki in Nelson and Tasman. An interest and knowledge in cycling and the BikeReady curriculum is a benefit. A bit about us: Nelson City Council are a unitary authority responsible for road safety and delivery of cycle education for schools, adults and Ebikes. Our road safety programme is part-funded by Waka Kotahi. Everything we do is to create a great place to live, work and play in.",Awarded,,0,20250410 Nelson City Council,25801123,Request for Proposals,Open Competition,Nelson City Council - Maitai and Roding Water Reserves Pest Plant Management - RFP - 16 May 2022,A2811175,20220516,20220610,20220630,,Sole Agency,No,,"The Maitai and Roding Water Reserves consists of a variety of habitats each with their own suite of pest plants. Systematic pest plant control work has been carried out in these reserves for over 10 years. Nelson City Council is seeking to engage a Contractor with the ability, experience and safety-focus to carry this work on.",Awarded,,120000,20250410 Nelson City Council,25871184,Request for Proposals,Open Competition,Nelson City Council -49743 Nelson and Tasman Public Transport Services - RFP - 27May2022,,20220531,20220712,20220929,,Sole Agency,No,,"Nelson City Council and Tasman District Council are seeking suitable suppliers to deliver a high quality public transport service for our communities for a 9 year term starting 1 July 2023. Nelson City Council now seeks proposals from capable companies who would like to tender for this contract. Request for Proposals shall close on Tuesday 12 July 2022 at 1630. Nelson City Councils preference is for the entire tender process, including downloading RFT documents, raising queries and submitting registrations, to be managed electronically using GETS. The organiser of this contract is Rachel Pinn, on behalf of Nelson City Council and Tasman District Council.",Awarded,,0,20250410 Nelson City Council,25877162,Request for Tenders,Open Competition,Nelson City Council - EC55009 - Road Network Electrical Maintenance - RFT - 31 May 2022,A2898308,20220531,20220714,20221014,,Sole Agency,No,,"Nelson City Council is seeking suitable suppliers to deliver its road network electrical maintenance activities, including traffic signal maintenance for Tasman District and Waka Kotahi (locally) for at least 4 years and 8 months from 1 November 2022. Nelson City Council now seeks tenders from capable companies who would like to tender for this contract. Request for Tenders shall close on Thursday 7 July 2022 at 1600. Nelson City Councils preference is for the entire tender process, including downloading RFT documents, raising queries and submitting registrations, to be managed electronically using GETS. The organiser of this contract is Matthew Bruce of NCC.",Not Awarded,,0,20250410 Nelson City Council,26059826,Request for Tenders,Open Competition,Nelson City Council - EC48029 - Road Network Sweeping - RFT - 18 July 2022,EC48029,20220718,20220901,20221107,,Sole Agency,No,,"Nelson City Council is seeking a suitable contractor to deliver its road network sweeping for at least 21 months from 1 October 2022, with the potential to extend for a further 2 years. Nelson City Council now seeks Requests for Tenders (RFT) Tenders shall close on Thursday 25 August 2022 at 4pm. Nelson City Councils preference is for the entire tender process, including downloading RFT documents, raising queries and submitting tenders, to be managed electronically using GETS. The organiser of this contract is Matthew Bruce of NCC.",Not Awarded,,0,20250410 Nelson City Council,26146132,Request for Proposals,Open Competition,Nelson City Council - Geotechnical Services - 08 August 2022,,20220808,20220930,20221003,,Sole Agency,No,,"Council requires the review and assessment of geotechnical information provided with building (compliance review) or resource consents to determine compliance with relevant regulations, and to request further information if required and to recommend conditions of resource consent should it be granted. Council is looking for qualified providers who have the capability, experience and capacity to deliver assessments within five working days.",Awarded,Three successful providers.,0,20250410 Nelson City Council,26191758,Request for Proposals,Open Competition,Nelson City Council - Car sharing Scheme - 17 August 2022,,20220817,20220916,20221101,,Sole Agency,No,,"Nelson City Council (Council) is looking for a supplier that can maintain, manage and operate a car sharing scheme service for Council, with the aim to expand the scheme for use by Nelson businesses and the wider community in the Nelson region. Council is seeking to sign to a car sharing scheme to replace six of its pool vehicles.",Awarded,,0,20250410 Nelson City Council,26598083,Request for Proposals,Closed Competition,Nelson City Council - Nelson Tasman Regional Climate Change Risk Assessment,,20221108,20221202,20230315,,Sole Agency,No,,"Nelson City Council and Tasman District Council are working to prepare our communities for, and adapt to, the impacts of climate change. To help inform this, we are undertaking a comprehensive Regional Climate Change Risk Assessment. We are seeking a contractor to lead this piece of work. The contract could be with one consultancy or a partnership of organisations.",Not Awarded,,0,20250410 Nelson City Council,26711357,Request for Tenders,Open Competition,Nelson City Council - EC81606 - NCC Footpath & Drainage Renewals - RFT - 05 December 2022,EC81606,20221205,20230126,20230222,,Sole Agency,No,,"Nelson City Council (Principal) is seeking to procure a contractor to carry out works on our communitys infrastructure. To achieve our objectives, we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. This contract is for the drainage and footpath renewals program over the next 2 years. This includes 32 different sites, and the work includes but is not limited to AC surfacing, concrete surfacing, kerb work, and minor stormwater improvements. This work will improve accessibility for all that use the area and bring the footpaths up to current best practices. This work will also improve drainage in areas and reduce the risk of flooding. This contract is flexible and can be worked around other projects as it consists of many small sites that are to be completed over a 2-year period. Sketches for each site are outlined in Appendix 1. Due to the number of sites, there are some completion criteria to meet which is outlined in Section 1.2 The Contract Works, the subject of this tender is detailed in the Specification (Section 8). All work shall be carried out in accordance with the Conditions of Contract (Section 5). This RFT follows the pre-qualification process completed in PQM methodology and is issued to parties achieving our Health and Safety pre-qualification.",Not Awarded,,0,20250410 Nelson City Council,26768945,Request for Tenders,Closed Competition,Section 11 Martin Point - NRSBU Sewer Pipeline Duplication - Contract 78071,,20221220,20230210,20230316,,Sole Agency,No,,Nelson Regional Sewerage Business Unit (NRSBU) has a need to increase the capacity of its transmission wastewater conveyance system (pump stations and pipelines) to convey larger wastewater flows from Beach Road Pump Station through to Bell Island Wastewater Treatment Plant (WWTP) in wet weather. This procurement relates to the delivery of physical works on the pipeline and pump stations of the project.,Awarded,Contract awarded and being delivered.,847336,20250410 Nelson City Council,26788635,Request for Proposals,Open Competition,Front Country Ungulate Cull RFP - NCC Jan 2023,,20230111,20230208,20230215,,Sole Agency,No,,"The front country of Nelson has a large population of wild ungulates who are impacting on our ecological values, our track network and poaching of these animals has been reported on private and public land. We need a professional hunting contractor to undertake a cull of these animals. Health and Safety and communications are a priority for this work. The primary objective of ungulate culling in defined Nelson Council Reserves is to protect palatable native species from being browsed by introduced herbivores. The purpose for the cull is to enable our native ecosystems to develop the full range of species and expected structural elements that would naturally occur.",Awarded,Trap and Trigger Limited won the RFP and have since been awarded the contract - agreed and signed.,0,20250410 Nelson City Council,26862129,Request for Tenders,Open Competition,Nelson City Council - Transport Minor Safety Works - RFT - 26Jan2023,NDOCS-1862260321-21271,20230126,20230302,20230329,,Sole Agency,No,,"This contract involves the construction of minor transport improvements at four locations; each location is noted below with its associated improvements: i. For Bayview Road at the intersection of State Highway 6 (SH6), improvements include the installation of a pedestrian/cycling refuge island and shared pathway modifications; ii. For Hampden Street at Waimea Road, improvements include the installation of a hammerhead turning area in order to permanently shut Hampden Street to Waimea Road and modifications to the pedestrian and cycling connections; iii. For the Southern Port Hills area, improvements include the installation of speed humps and modifications to no stopping and intersection controls; iv. For Domett Street, improvements include reconstruction of portions of the footpath and carriageway, installation of raised tables and other traffic control measures, and the widening of the Maitai Riverside pathway.",Awarded,,1224500,20250410 Nelson City Council,26893394,Request for Tenders,Closed Competition,"Nelson City Council - Pipeline Installation Section 5-7 Kotua Pl, Elms Street & Railway Reserve - RFT - 2 February 2023",EC80025,20230202,20230303,20230629,,Sole Agency,No,,"Nelson City Council (Principal) is seeking to procure a contractor to carry out works on our communitys infrastructure. To achieve our objectives we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. The wastewater flows from the Richmond, Brightwater and Wakefield catchments collect at Beach Rd PS and are conveyed by the Nelson Regional Sewerage Business Unit (NRSBU) through their network of rising mains to the Bell Island Wastewater Treatment Plant. The existing network does not have sufficient capacity to convey the current peak wet weather flows, and this results in frequent overflows to the environment during wet weather. These pose a risk to public health and have a detrimental impact of the environment and community. A duplicate pipeline is proposed to increase capacity of the network. Section 5-7 is the section of new pipeline between Beach Rd and Saxton PS from Saxton Creek through Kotua Place, Elm St and Railway Reserve to Saxton Rd. In addition to the sewer rising main a secondary smaller diameter pipeline will be installed to enable future conveyance of recycled waste water.",Awarded,,2596000,20250410 Nelson City Council,27133076,Request for Proposals,Open Competition,Nelson City Council - Environmental Pest Plant Control and Restoration Planting - Panel of Suppliers - RFP - 23 March 2023,,20230323,20230420,20230428,,Sole Agency,No,,"NCC is increasing its pest plant control program and subsequent restoration planting throughout public reserves and continuing work on Priority Biodiversity Sites on private property. We require a panel of suppliers to provide these services primarily throughout the network of Conservation, Landscape and Rural Esplanade Reserves, and Priority Biodiversity Sites. Services may also be required in other parks and reserves. The aim is to have a pool of experienced and reliable contractors to perform the on ground work, write work plans, report on works completed and capture data.",Awarded,,1000000,20250410 Nelson City Council,27134788,Request for Tenders,Open Competition,Nelson City Council EC56904 - Songer Street Railway Reserve Crossing - RFT 23 March 2023,EC56904,20230323,20230420,20230503,,Sole Agency,No,,"Nelson City Council now seeks Requests for Tenders (RFT) for work to construct a new raised crossing at the intersection of Songer Street and the railway reserve in Stoke. The implementation of this project is for the purpose of improving safety of the Railway Reserve for both pedestrians and cyclists. These works will require minor excavation works to install traffic islands; raised safety platforms; and concrete footpath extensions within the road reserve, and minor works to match into the existing shared pathway. Associated works include the installation of road markings, traffic signage, planted garden beds, bollards, and signposts as well as underground ducts. Tenders shall close on Thursday 20 April 2023 at 4pm. Nelson City Councils preference is for the entire tender process, including downloading RFT documents, raising queries and submitting tenders, to be managed electronically using GETS. The organiser of this contract is Peter Curry of NCC.",Not Awarded,,0,20250410 Nelson City Council,27137575,Request for Tenders,Closed Competition,Nelson City Council - General Building Maintenance and Minor Physical Works for Council Facilities - Contract 79456 - RFT - 23 March 2023,79456,20230323,20230427,20230623,,Sole Agency,No,,"The Nelson City Council (NCC) is requesting tenders (RFTs) from suitably qualified and experienced contractors to work in a collaborative partnering contract for reactive and planned building maintenance and minor physical works for Council Facilities. Location and description of sites: http://www.nelson.govt.nz/services/facilities/ https://experience.arcgis.com/experience/48ad70668d7d42dc85f7e413260a53ad/",Awarded,,1654000,20250410 Nelson City Council,27198396,Request for Tenders,Open Competition,Nelson City Council - Nelson City Road Marking - 48028 - RFT - 3 April 2023,48028,20230404,20230504,20250122,,Sole Agency,No,,"Nelson City Council are looking for suitably qualified and experienced contractors with the capability and resources to deliver the districts Road Marking. The Scope of Works adopts a fence to fence approach involving most road marking within the roading corridor, including remarks, and newline marking. The term of contract will be 2 years with the option of one 2 year extension.",Not Awarded,There is an error in this listing so it was closed and re-released. Ref:27361717,0,20250410 Nelson City Council,27275481,Request for Proposals,Open Competition,Nelson City Council EC95275 Intersection Safety Improvements - Package One - RFP 20 April 2023,EC95275,20230420,20230525,20230522,,Sole Agency,No,,"Nelson City Council now seeks Requests for Proposals (RFP) for work to design for safety improvement at following three intersection roundabouts. - Nile Street / Tasman Street. - Nile Street / Collingwood Street - Nayland Road / Songer Street The implementation of this project is for the purpose of improving safety of intersections for both pedestrians and cyclists. Tenders shall close on Thursday 25 May 2023 at 4pm. Nelson City Councils preference is for the entire tender process, including downloading RFP documents, raising queries and submitting tenders, to be managed electronically using GETS. The organiser of this contract is Pradip Rupakheti of NCC.",Awarded,,111620,20250410 Nelson City Council,27310409,Request for Proposals,Open Competition,Nelson City Council - Nelson South Intersection Safety Improvements Package Two - RFP - 28Apr2023,100952,20230428,20230601,20230630,,Sole Agency,No,,"Description: Nelson City Council now seeks Requests for Proposals (RFP) for work to design for safety improvement at following four intersections. ? Toi Toi St/St. Vincent St ? Gloucester St/Hardy St/Vanguard St ? Gloucester S./ St. Vincent St ? Hardy St/Vanguard St The implementation of this project is for the purpose of improving safety of intersections for both pedestrians and cyclists. Tenders shall close on Thursday 1 June 2023 at 4pm. Nelson City Councils preference is for the entire tender process, including downloading RFT documents, raising queries and submitting tenders, to be managed electronically using GETS.",Awarded,,0,20250410 Nelson City Council,27318202,Request for Proposals,Open Competition,Nelson City Council - Community Events Coordination Services - RFP - 1 May 2023,,20230501,20230529,20230830,,Sole Agency,No,,"Nelson City Councils Events Team (the Buyer) delivers a meaningful variety of fun and accessible events to empower and benefit our diverse communitys wellbeing. Events fit into two categories: All-ages Events and Youth Events. Our events are delivered across the whole financial year (i.e., from July to June). The aim of our events is twofold: support personal development within our community, and entertain our audience who in return, feels engaged, connected, and inspired. To achieve this, our events are principally delivered by local event crews and performers. This contributes to the personal development of members of our community who are considering a career in the events sector, as well as supporting the personal development of our local artists in their respective creative journeys. Successful applicants (i.e., Supplier, Respondent) will be invited to sign a 3-year contract that creates the conditions for implementing, tweaking, and developing the event they are contracted to deliver. Some events have a very defined concept already, others have creative room to play with, while a few are open to new proposals. All events , have defined budgets that are indicated in this document and all proposals must fit within the given financial boundaries. Finally, parameters such as accessibility, diversity, financial sustainability, impact on environment and climate change, are defining features of the events we deliver and must be considered when a proposal is submitted.",Not Awarded,Inadequate response from the market to satisfy the needs of the contract.,0,20250410 Nelson City Council,27361242,Request for Proposals,Open Competition,Nelson City Council - Marketing Coordination and Support Services - RFP - 5 May 2023,,20230508,20230602,20230830,,Sole Agency,No,,"Nelson City Councils Community Partnerships Business Unit hosts the Founders Heritage Park Team and the Events Team (the Buyer) who deliver and host a set of activities across the year. These activities need marketing coordination that combines activities of both teams. All activities take place in various locations in the Nelson region, and many are set at Founders Heritage Park which also needs to be supported by marketing. To achieve a coordinated approach across both teams and avoid doubling marketing initiatives, it is important that one person does the marketing for both (Founders Park Heritage Team and Events Team) as there are many crossovers. Successful applicants (i.e., Respondents) will be invited to sign a 3-year contract that creates the conditions for planning strategically, implementing, delivering, and monitoring marketing campaigns that promote activities from both Founders Heritage Park Team and the Events Team.",Not Awarded,Inadequate response from the market to satisfy the requirements in the conract.,0,20250410 Nelson City Council,27387294,Request for Proposals,Open Competition,Nelson City Council - Multi-Disciplinary Design Services for Bridge Street Linear Active Transport Corridor & Three Waters Infrastructure Upgrades - RFP - 12May2023,,20230512,20230616,20230823,,Sole Agency,No,,"Nelson City Council (NCC) has been awarded $36 Million from the Governments Infrastructure Acceleration Fund (IAF) as a contribution towards several interconnected projects that will start to realise the vision for Nelsons City Centre as outlined in Te Ara o Whakatu the pathway of Nelson (https://shape.nelson.govt.nz/city-centre-spatial-plan). These projects include the Bridge Street Linear Active Transport Corridor, a Wastewater pumpstation and substantial upgrades to the wastewater, stormwater and water supply services in the City Centre these projects will provide resiliency and capacity for an extra 1000 new homes in the city centre. This RFP includes the Bridge Street Linear Active Transport Corridor and associated three waters infrastructure. The Paru Paru wastewater pump station is excluded from this RFP however will be an integral interconnected project. NCC wish to engage a multi-disciplinary consultant team led by an Urban Designer (or alternative) to deliver the Bridge Street Linear Active Transport Corridor and associated three waters infrastructure upgrades. The consultant team is to consist of professional design services for urban design, civil engineering, structural engineering, transport, lighting and consent/planning services. The consultant team shall take the project from inception to completion i.e. from concept design stage through to construction completion including all necessary consenting, tendering, construction site observation and commissioning/handover.",Awarded,,0,20250410 Nelson City Council,27485808,Request for Tenders,Open Competition,"Nelson City Council - York Valley Landfill Packages 3, 4 & 5 - RFT - 14 July 2023",Contract No. 106472,20230602,20230717,20230821,,Sole Agency,No,,"Nelson City Council (Principal), acting in a representative capacity for the Nelson Tasman Regional Landfill Business Unit (NTRLBU) is seeking to procure a Contractor to carry out works on our communitys infrastructure. To achieve our objectives, we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. This RFT is for works at York Valley Landfill (known as York Valley Landfill Packages 3, 4 & 5) and comprises of three construction packages which are to be tendered collectively. York Valley Landfill is an active landfill accessed via Market Road in Bishopdale, Nelson and is currently operated by Downer NZ Ltd on behalf of NTRLBU.",Awarded,,0,20250410 Nelson City Council,27631603,Request for Quotations,Open Competition,Nelson City Council - 100ton Straddle Lift - RFQ - 28 June 2023,NM01/2023,20230630,20230811,20241009,,Sole Agency,No,,"Nelson City Council are proposing to upgrade the current 45 ton Mobile Boat Hoist at Nelson Marina with a new purpose built 100 ton variable width Mobile Boat Hoist. The purpose of this Request for Quotations is to invite selected parties to submit a quotation for the provision of the supply, delivery, assembly and certification of a Mobile Boat Hoist machine with a 100 ton lifting capacity, and to give those parties sufficient information to provide such pricing.",Not Awarded,,0,20250410 Nelson City Council,27664846,Request for Proposals,Open Competition,Nelson City Council EC105647 Intersection Signals Package RFP 07 July 2023,EC105647,20230707,20230811,20241009,,Sole Agency,No,,"Nelson City Council is seeking proposals to complete the design for traffic signals installation on two intersections located within the City of Nelson. With the support of Waka Kotahi, these improvements will help provide much-needed safety benefits for vehicles using both intersections and will safeguard the pedestrians and cyclists crossing these intersections. For a detailed scope of design requirements, please see the attached services contract.",Not Awarded,Only one response was received and the price was far greater than anticipated. This project is now on hold and is likely to be cancelled.,0,20250410 Nelson City Council,27886868,Request for Proposals,Open Competition,Nelson City Council - NbS for River Management in North Nelson - RFP - 16 August 2023,,20230816,20230915,20231130,,Sole Agency,No,,"Nelson City Council has been awarded funding from the Ministry for the Environment (MfE) to undertake hydrodynamic modelling of nature-based solutions (NbS) to flood management within North Nelson. Nelson City Council is seeking to engage a consultant to carry out a feasibility study with the outcome to have an up-to-date hydrodynamic model of the Wakapuaka catchment (North Nelson) that can test options for river management using NbS under a range of rainfall scenarios/flood events. We require analysis of the model to test NbS and provide recommendations on locations where it would be appropriate to utilize NbS, or a combination of NbS and grey infrastructure. The funding agreement is for the Wakapuaka catchment only, but Nelson City Council would also like to explore options for undertaking the same work within the Whangamoa catchment.",Awarded,,0,20250410 Nelson City Council,27995024,Request for Proposals,Open Competition,Nelson City Council - Top of the South Marine Biosecurity Partnership Coordination - RFP - 31 August 2023,,20230831,20230929,20231101,,Sole Agency,No,,"The services of a regional biosecurity coordinator (the Co-ordinator) are required for the Top of the South Marine Biosecurity Partnership (the Partnership). The purpose of the Co-ordinator is to support the effective implementation of both the Top of the South Marine Biosecurity Strategy (the Strategic Plan) and any individual strategies/plans that partners are seeking to implement. The Partnership is seeking to contract out services including Partnership management and coordination; education and awareness; and regional operational support through the provision of science advice and undertaking some targeted surveillance/on-water engagement over the summer period. The successful provider will be offered a contract with Nelson City Council (current chair of the Partnerships management committee) for a period of three years.",Awarded,,0,20250410 Nelson City Council,28237286,Request for Tenders,Open Competition,Nelson City Council - Streets For People Nelson - RFT - 6Oct2023,NDOCS-1862260321-61153,20231006,20231102,20231130,,Sole Agency,No,,"Nelson City Council is seeking to procure a contractor to carry out works on our communitys infrastructure. To achieve our objectives, we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. This contract is for the Streets for People project in Nelson, which is about reallocating road space and making active modes safer and more attractive to all. This project focuses on improving a section between Motueka St and Waimea Rd and is approximately 900m in length. The work includes but is not limited to the installation of cycle separators, raised crossings, and other traffic calming devices along with all the line marking and signage which comes with these features. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,0,20250410 Nelson City Council,28538368,Request for Tenders,Open Competition,Nelson City Council - 133933 - Nelson/Tasman Regional Landfills Operations Contract - RFT - 28 Nov 2023,133933,20231128,20240214,20240501,,Sole Agency,No,,"The Nelson City Council on behalf of the Nelson Tasman Regional Landfill Business Unit (NTRLBU) invites tenders from interested parties (Tenderers) for the Nelson Tasman Regional Landfills Operations Contract. Waste acceptance will primarily be at York Valley Landfill with Eves Valley Landfill managed as a closed landfill but available for emergency waste disposal if required. The York Valley and Eves Valley landfills are the Class A landfills servicing the Nelson and Tasman regions. This Contract presents a long-term opportunity for the successful Tenderer to work with NTRLBU to improve the performance of both landfills, as well as opportunities to support the upgrade and expansion of facilities, beyond the scope of normal operations and maintenance. NTRLBU is seeking a landfill operator for the Operation and Maintenance of York Valley Landfill and the Site Management of Eves Valley Landfill. NTRLBU is seeking a Contractor preferably with specialist landfill earthworks and compaction expertise, (or expertise which is readily transferable into a landfilling environment). We are seeking a contractor with a demonstrable ability to safely operate heavy machinery in a multiple interface environment with an additional focus on site innovation, problem solving, collaboration, and use of up-to-date technology and methods. The Contractor will be expected to plan for the long-term operation of the landfill in collaboration within the wider NTRLBU team.",Awarded,,0,20250410 Nelson City Council,28727494,Request for Proposals,Open Competition,Nelson City Council - Management of NCC Venues - RFP - January 2024,EC3884,20240125,20240306,20240701,,Sole Agency,No,,"Nelson City Council is looking for a supplier that can provide management, marketing, administration, maintenance, and cleaning services for these Council owned Venues: Trafalgar Centre Trafalgar Park and Trafalgar Pavilion Saxton Oval and Pavilion Putangitangi Greenmeadows Centre Trafalgar Street Hall Wakapuaka Memorial Hall Nelson City Council owns a number of sporting and entertainment venues that provide social and economic benefits to the city. They are hired for a range of events, from premier events to community meetings. These range from the Trafalgar Centre, a multipurpose events venue that can host major performances, conferences, events, and indoor sports, to more modest local community halls that serve local residents and community groups at affordable price. Many residents and community groups enjoy our facilities and also use them as their home base (Tasman Mako Rugby team, Stoke Tennis, Stoke Rugby, Stoke Seniors) as well as many other community activities like yoga, indoor bowls, amateur dramatics and Society of Genealogists. Residents use them for family celebrations, wedding receptions, meetings, and fundraisers. Events are important for community wellbeing, as they build feelings of belonging, identity, and a sense of pride in our city, and help to grow awareness of our diverse community.",Awarded,,1148954,20250410 Nelson City Council,28733360,Request for Proposals,Open Competition,Nelson City Council - Nelson Public Spaces CCTV 2024-2029 - RFP - Jan 2024,135199,20240125,20240308,20240603,,Sole Agency,No,,"Nelson City Council (Council) are looking for request for proposals from suitably qualified and experienced suppliers with the capability and resources to deliver the districts CCTV Services. We would be seeking contractors who will demonstrate appropriate behaviours on an ongoing basis, including: ? Delivering best whole of life value asset decisions ? Working collaboratively with Council and other suppliers in a positive relationship ? Open to learning and improving together over the duration of the contract ? Training and up-skilling their employees and providing opportunities for people to join the industry ? Fostering a culture of value creation and continual improvement ? Sharing learnings with supply partners ? Demonstrating customer-focused outcomes ? Ensuring excellent Health & Safety ? Supporting flexibility over the duration of the contract ? Providing a seamless and professional transition for the start-up of the new contract.",Awarded,,590000,20250410 Nelson City Council,28824315,Request for Tenders,Open Competition,Nelson City Council - Roadside Vegetation Control Contract 2024/2027 - RFT - 13Feb2024,NDOCS-310955630-12768,20240213,20240319,20241015,,Sole Agency,No,,"This Contract is for weed and vegetation control in streets, accessways, service lanes and carparks, including shopping areas, within Nelson City for a period of three years. This includes weed and vegetation control, vegetation cutting and mowing. There is the possibility of two, one year extensions. The Principal has a quality driven approach to its maintenance and construction contracts. In keeping with this philosophy, Contractors are expected to achieve the highest standard of performance on all aspects of this contract. Tenderers are asked to take particular note of the Contractors Deliverables included in the Contract Specifications for approval by the Principal. Contractor testing will be carried out to ensure that quality standards and specification requirements are achieved. The Nelson City Council shall undertake the contract management of this contract. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Not Awarded,This was not awarded due to budget issues and changes in business processes.,0,20250410 Nelson City Council,28880325,Request for Proposals,Open Competition,Nelson City Council - Paru Paru Wastewater Pumpstation Upgrade - RFP - 22Feb2024,NDOCS-224730439-86313,20240222,20240311,20240611,,Sole Agency,No,,"Nelson City Council (NCC) are embarking on a transformational project to revitalise the city centre through the Bridge to Better project. The development involves significant upgrades to the roading, water, stormwater and wastewater network. That work has been awarded but sitting alongside this is the need to upgrade an existing pumpstation and as part of this opportunity, NCC is seeking proposals to provide design and planning services to upgrade the existing Paru Paru Pumpstation. The project will be run as an Early Contractor Involvement (ECI) project, with the Consultant appointed to do the following: a) provide planning services to obtain all consents for the project b) develop a preliminary indicative design for the Paru Paru Pumpstation c) prepare documentation to procure the construction contractor d) collaboratively develop the detailed design through to a consented design (specification and construction drawings) with NCC and the construction contractor Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility",Awarded,,0,20250410 Nelson City Council,28929963,Request for Proposals,Open Competition,Nelson City Council - Saxton Facilities Management Contract - RFP - 29 February 2024,3447,20240229,20240410,20240726,,Sole Agency,No,,"Nelson City Council is looking for a supplier that can provide management, marketing, administration, maintenance, and cleaning services for the following facilities at Saxton Field. Saxton Stadium Saxton Netball Pavilion Other buildings, outdoor facilities, fields and green spaces outlined in the Draft Saxton Facilities Contract Schedule 2 Services Specifications, 2. Facilities Overview",Awarded,,0,20250410 Nelson City Council,28975459,Request for Proposals,Open Competition,Nelson City Council - Traffic Monitoring Services - RFP - 08 March 2024,144623,20240308,20240409,20240530,,Sole Agency,No,,"Nelson City Council (Council) are looking for suitably qualified and experienced contractors with the capability and resources to perform the citys Traffic Monitoring Services. This includes traffic counting and speed monitoring, pedestrian and cycle counts, parking surveys, traffic estimates and data management in.",Awarded,,0,20250410 Nelson City Council,29010573,Request for Tenders,Open Competition,Nelson City Council - Toi Toi Street / St Vincent Street Intersection Safety Improvements - RFT - 13Mar2024,NDOCS-1862260321-66915,20240313,20240411,20240430,,Sole Agency,No,,"Nelson City Council (Principal) is seeking to procure a contractor to carry out works on our communitys infrastructure. To achieve our objectives we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. This contract is for the Intersection Safety Improvement Project (Toi Toi Street / St Vincent Street Intersection) which is about installing raised safety platforms across all approaches/departures of the roundabout and other associated works making active modes safer and more attractive to all. The work includes but is not limited to the installation of raised speed tables along with all the line marking, lane marking and signages which comes with these features. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,This contract was awarded to Schick Construction and Cartage Limited,0,20250410 Nelson City Council,29035095,Request for Quotations,Closed Competition,Nelson City Council - Paru Paru Wastewater Pumpstation Upgrade - RFQ - 15Mar2024,,20240315,20240327,20240611,,Sole Agency,No,,"On behalf of Nelson City Council I would like to thank you for the time and effort that you have invested in the RFP for the Paru Paru Wastewater Pumpstation Upgrade tender. This is to confirm you have been shortlisted for stage two of the tender process. Stage two of the tender process involves pricing the attached Schedule issued to the three shortlisted consultants through GETS and attending the workshop with NCC on Tuesday 19th March 2024. Workshop times and details will be emailed to the shortlisted tenderers. The attached pricing schedule will need to be completed and returned via GETS by 3.00 pm 27 March 2024. Please note, this is later than originally proposed to allow more time for your response. We will explain the pricing schedule at the interactive workshop on the 19th March 2024. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility",Awarded,,0,20250410 Nelson City Council,29061643,Request for Proposals,Open Competition,Nelson City Council - Millers Acre Bus Interchange Design - RFP - 20Mar2024,NDOCS-1862260321-65695,20240320,20240418,20240508,,Sole Agency,No,,"Nelson City Council is seeking proposals to complete a design for the new city centre bus interchange at Millers Acre. This will replace the existing temporary interchange at Bridge Street. This new interchange will be accessible, efficient, visible, comfortable, safe and provide capacity an facilities for patrons and buses as well as added benefits such as e-charging and recreation spaces. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,325322,20250410 Nelson City Council,29117897,Request for Proposals,Open Competition,Nelson City Council - Nelson Road Sweeping Contract - RFP - 28 March 2024,163504,20240328,20240423,20240617,,Sole Agency,No,,"Nelson City Council are looking for suitably qualified and experienced contractors with the capability and resources to deliver the districts Road Network Sweeping Contract. The Scope of Works adopts a fence to fence approach involving most of the sweeping and cleaning aspects of the road corridor. Emergency and after-hours response forms a key part of this contract's scope. The term of this contract will be 3 years with the option of one 2-year extension. Indicatively this contract is valued at $500,000 per year, excluding emergency works.",Awarded,,0,20250410 Nelson City Council,29120050,Request for Proposals,Closed Competition,Nelson City Council - Business Case Development for Domestic Kerbside Organic Waste Collection - RFP - 1 April 2024,,20240401,20240506,20240618,,Sole Agency,No,,"In line with Te Rautaki Para/the New Zealand Waste Strategy 2023, Nelson City Council and Tasman District Council (The Councils) are investigating the roll out of a domestic kerbside food scrap collection, pending legislation being approved by the government. This collection will be defined by the Standard Materials for Kerbside Collections Notice 2023 (Notice No.1): https://gazette.govt.nz/notice/id/2023-go4222 This project is to commission the development of a joint Nelson City Council/Tasman District Council Business Case and Options Assessment for a Food Waste (FO) or Food Waste/Garden Waste (FOGO) domestic kerbside collection service, and analysis of organic waste processing options. . The project also includes additional research into commercial/industrial food waste, to supplement data already available.",Awarded,,0,20250410 Nelson City Council,29416649,Request for Tenders,Open Competition,Nelson City Council - Suffolk Road Retaining Wall - RFT - 16May2024,NDOCS-1862260321-67976,20240516,20240621,20240712,,Sole Agency,No,,"Nelson City Council (Principal) is seeking to procure a contractor to carry out works on our communitys infrastructure. To achieve our objectives we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. This contract is for Construction of a steel pole retaining wall between 409 and 411 Suffolk Road, which will replace the existing failing timber retaining wall. This project includes the installation of UC poles and placement of timber rails. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,This contract was awarded to Ching Contacting Ltd.,0,20250410 Nelson City Council,29643004,Request for Proposals,Open Competition,Nelson City Council - Atawhai Rising Main Renewal - RFP - 21Jun2024,NDOCS-224730439-87456,20240621,20240801,20241104,,Sole Agency,No,,"Nelson City Council is embarking on the replacement of a key piece of infrastructure for the city. The existing Atawhai Rising main has deteriorated and is prone to failure when pressure in the pipe is increased during wet weather events. NCC is seeking proposals to provide design and planning services to renew the existing Atawhai Rising Main The project will be run as an Early Contractor Involvement (ECI) project, with the Consultant appointed to do the following: a) provide planning services to obtain all consents for the project b) develop a preliminary indicative design for the Rising Main c) prepare documentation to procure the construction contractor d) collaboratively develop the detailed design through to a consented design (specification and construction drawings) with NCC and the construction contractor Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,0,20250410 Nelson City Council,29796667,Request for Tenders,Open Competition,Nelson City Council - Tahunanui Back Beach Contaminated Sawdust Remediation - RFT - 17Jul2024,NDOCS-196698121-58555,20240717,20240809,20240905,,Sole Agency,No,,"Nelson City Council (Principal) is seeking to procure a contractor to carry out works on our communitys reserves. To achieve our objectives we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. This contract is for the removal of contaminated material from the Tahunanui Back Beach car park. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,691183,20250410 Nelson City Council,29876598,Request for Quotations,Closed Competition,Nelson City Council - Postal Services - RFQ - 1 Aug 2024,,20240806,20240830,20241202,,Sole Agency,No,,"Nelson City Council is reviewing the postal services it currently engages. Nelson City Council invites you to respond to this Request for Quote (RFQ) to be considered for a contract to be the Provider of these services. We require a cost effective, time efficient, and secure service for the movement of mail to and from the Council, this includes pickup and delivery from Elma Turner Library, Nightingale Library and Stoke Library, and pick up from Councils preferred mail house/s (currently Western Mailing House).",Awarded,,0,20250410 Nelson City Council,29943309,Request for Tenders,Closed Competition,Nelson City Council - Open Space Operations and Maintenance Contract - RFT - 8 August 2024,167155,20240808,20241003,20250217,,Sole Agency,No,,"Nelson City Council is seeking a contractor to provide long-term maintenance of the citys parks and public open spaces. Commencing from July 2025 the contract is for a maximum 10-year period. The scope of this contract includes maintenance of Council parks and open spaces, including cemeteries and trees. The purpose of this procurement is to select a supplier to provide high quality open space maintenance services, to the specified service levels, in a cost-effective manner. This Request for Tender (RFT) is an invitation to submit a Tender for the Open Space Operations and Maintenance 2025 contract opportunity. This RFT is the second step in a multi-step procurement process. This is a closed tender process (to shortlisted Respondents from the ROI stage) Six suppliers have been invited to submit a tender.",Awarded,Awarded to company trading as Green by Nature,0,20250410 Nelson City Council,30322173,Request for Proposals,Closed Competition,Nelson City Council - Paru Paru Pumpstation Upgrade Construction Contractor Pre-Construction Services (ECI) - RPF - 03 Oct 2024,NDOCS-224730439-88566,20241003,20241031,20241210,,Sole Agency,No,,"Nelson City Council (NCC) has obtained funding from the Central Government Infrastructure Acceleration Fund (IAF) for a City Centre development project. The development involves significant upgrades to the wastewater network which will include the Paru Paru Pumpstation. This procurement process is to secure the pre-construction services of a Construction Contractor using an Early Contractor Involvement (ECI) model to upgrade the Paru Paru Pumpstation. The ECI model divides the project into two stages, the pre-construction stage and the construction stage. This tender process is for the appointment of the contractor to provide the following pre-construction services for the project: - Construction methodology & planning - Procurement planning - Risk & contingency analysis - Open-book price estimations This RFP is the second step in a multi-step procurement process and is only applicable to respondent/s shortlisted from the ROI. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,0,20250410 Nelson City Council,30377283,Request for Proposals,Closed Competition,Nelson City Council - St Vincent Street Culvert Replacement Project (ECI) - RFP - 10Oct2024,NDOCS - 361299411-65098,20241010,20241107,20241128,,Sole Agency,No,,"Nelson City Council (NCC) is seeking proposals from competent, experienced and collaborative contractors through an invitation process for the St Vincent St Culvert Replacement Project. The selection process will involve shortlisting three respondents following an initial evaluation. These shortlisted respondents will then participate in separate interviews as part of the final selection process. One respondent will be chosen and appointed to provide Early Contractor Involvement (ECI) inputs, while the second and third-ranked contractors will be placed in a pool for potential later participation if needed. The selected respondent will work collaboratively with NCC and the Professional Team, which includes CGW Consultants and DS Project Solutions. The respondents role will be to provide innovative, value adding, efficient, and sustainable technical inputs during the preliminary and detailed design phases of the project. Development by the respondent of temporary works designs and risk-based traffic management should mirror the level of development of the overall design. Another key responsibility of the respondent will be to actively mitigate impacts and frustration for affected residents and businesses throughout the project construction. In this collaborative approach, CGW Consulting Engineers is responsible for the overall design, with constructability and pricing reviews conducted in partnership with DS Project Solutions. The ECI approach aims to leverage the respondent's expertise early in the design process to improve project outcomes and explore innovative design solutions. If the selected respondent successfully meets the acceptance criteria for the ECI services, including having reached agreement on open book pricing, they are likely to be awarded the construction contract for the works. Suppliers are reminded that all communication is to be via questions submitted on GETS.",Awarded,,0,20250410 Nelson City Council,30423810,Request for Tenders,Open Competition,Nelson City Council - Washington Terrace Water and Wastewater - RFT - 16Oct2024,NDOCS-224730439-89616,20241016,20241108,20241126,,Sole Agency,No,,"Nelson City Council (Principal) is seeking to procure a contractor to carry out works on our communitys infrastructure. To achieve our objectives we are looking for solutions which meet our Council values and mandate, core to this is care and respect for our people. The Contract Works are to install a new sewer pipe and watermain along Washington Terrace. This work includes all connections, laterals and surface reinstatement. Suppliers are reminded that all communication is to be via questions submitted on GETS.",Awarded,,292116,20250410 Nelson City Council,30432510,Request for Proposals,Open Competition,Nelson City Council - IAF Bridge Street Early Contractor Involvement (ECI) - RFP - 17Oct2024,NDOCS-1684884749-5353,20241017,20241114,20241218,,Sole Agency,No,,"Nelson City Council (NCC) has been awarded $36 million from the Governments Infrastructure Acceleration Fund (IAF) as a contribution towards several interconnected projects that will start to realise the vision for Nelsons City Centre as outlined in Te Ara o Whakatu the pathways of Nelson (https://shape.nelson.govt.nz/city-centre-spatial-plan). Bridge to Better will include the Bridge Street Linear Active Transport Corridor, a Wastewater pumpstation and substantial upgrades to the wastewater, stormwater and water supply services in the City Centre these projects will provide resiliency and capacity for an extra 1000 new homes in the city centre. This RFP includes the streetscape upgrade to Bridge Street (between Rutherford and Collingwood Streets) and associated three waters infrastructure. The Paru Paru wastewater pump station and three waters infrastructure upgrades outside of this section of Bridge Street are excluded from this RFP however will be integral interconnected project. NCC seeks proposals from experienced Head Contractors for an Early Contractor Involvement (ECI) process. The chosen Head Contractor will be able to provide effective construction planning, innovative and efficient buildability input into the Detailed design and consenting phases of the Bridge Street Linear Active Transport Corridor & Three Waters Infrastructure Upgrade project. The project is looking for a build partner that will understand the project complexities/challenges, drive local procurement opportunities and assist with comprehensive construction staging/ sequencing advice to support the Construction Mitigation Planning to support our wider community. This ECI scope will include providing financial input for the subsequent implementation stage of the project. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,0,20250410 Nelson City Council,30500402,Request for Tenders,Open Competition,Nelson City Council - Halifax St / Collingwood St Watermain Upgrade - RFT - 25Oct2024,NDOCS-1684884749-5416,20241025,20241122,20241218,,Sole Agency,No,,"This RFT is for a 350mm dia PE trunk watermain upgrade along Halifax Street (commencing to the west of the Halifax/Paru Paru/Rutherford intersection) and also along Collingwood Street (terminating at Bridge Street). This RFT is seeking : a) Methodology and pricing for the Halifax Street and Collingwood Street Watermain Upgrade b) Contractors with experience in stakeholder management The Head Contractor will hold expertise in construction planning, sequencing and staging approaches to the build, provide pricing, risk management and stakeholder management activities during construction. All tenderers are reminded that any questions should be asked via GETS Question & Answer Facility.",Awarded,,2145133,20250410 Nelson City Council,30518331,Request for Proposals,Open Competition,Waterfront Precinct Development Plan Update,,20241030,20241122,20250325,,Sole Agency,No,,"Council is seeking a consultant to produce a succinct summary document: the Whakatu Nelson Waterfront Precinct Development Plan (WPDP). The plan is to be an updated/revised summary of the non-operational 2016 Haven Precinct Development Plan, and a report on the background research, stakeholder consultation, findings and analysis completed to develop the summary document. The plan will support the sustainable development of the Wakefield Quay and Haven Road area and connect this area to the city centre. This work will leverage the existing 2016 Precinct Plan work, updating and bringing the work into line with the current political, economic, and cultural environment. This will help the Council to align and prioritise its existing funding streams for the Waterfront. The focus will be on the public and Council owned spaces, but it will also provide guidance to the development community and organisations based in the wider waterfront area and will aim to encourage development of both private and public spaces.",Not Awarded,No responses received,0,20250410 Nelson City Council,30545127,Request for Tenders,Open Competition,Nelson City Council - Bridge Street East Watermain Upgrade RFT 01Nov2024,NDOCS-1684884749-5440,20241101,20241129,20241218,,Sole Agency,No,,"The Contract Works are for the installation and commissioning of 400m of a new 355 OD PE watermain from Tasman St, along Bridge Street East to the intersection of Collingwood and Bridge St. This RFT is seeking: Methodology and pricing for the Bridge Street (East) Watermain Upgrade. Contractors with experience in stakeholder management The Head Contractor will hold expertise in construction planning, sequencing and staging approaches to the build, providing pricing, risk management and stakeholder management activities during construction. All tenderers are reminded that any questions should asked via GETS Question & Answer Facility only.",Awarded,,999307,20250410 Nelson City Council,30688411,Request for Tenders,Open Competition,Nelson City Council - 35 Konini Street Retaining Wall - RFT - 21Nov2024,NDOCS-361299411-67600,20241121,20250117,20250204,,Sole Agency,No,,"This Contract is for construction of a new anchored timber pole retaining wall installed beneath the road adjacent to 35 Konini Street. Following the significant rain event in August 2022, slope movement on the NCC road reserve occurred due to the failure of a 2-meter-high timber retaining wall that supported a private driveway cut into the slope below the road. To address these stability issues, a solution has been designed to support the Konini Street carriageway and associated in-ground services. Suppliers are reminded that all communication is to be via questions submitted on GETS, which will be replied to via the GETS Question & Answer facility.",Awarded,,177202,20250410 Nelson Marlborough District Health Board,19895927,Request for Proposals,Open Competition,Mental Health & Addictions Integrated & Responsive Recovery Support Services,NMH-0014,20180710,20180816,20190930,,Sole Agency,No,,"We are seeking a partner (or partners) to provide integrated, responsive and evidence-based services that keep people living in their community amongst their natural supports. We need a provider(s) who is eager for the challenge of working with all people who have a mental health or addictions diagnosis, regardless of whether their needs are episodic, severe or complex. We want our future provider(s) to have the capability, experience, infrastructure and desire to work with the full spectrum of need, including people who have a dual diagnosis, challenging behaviours and fluctuating support requirements. We want services that utilise the strengths and capacity of family, whanau, friends and colleagues to support those affected by mental illness and addiction issues. We want a provider(s) that can seamlessly integrate its services with primary care, specialist services and other community providers that the consumer may use in their recovery journey. We want to increase the use of peer support to help people navigate complexity and develop their self-care abilities. We want a provider(s) that is as committed as we are to working collaboratively to improve outcomes and enhance consumer experience",Awarded,,0,20250410 Nelson Marlborough District Health Board,20413792,Request for Proposals,Open Competition,Quantity surveyor services,NMH-0018,20181113,20181127,20190717,,Sole Agency,No,,"Nelson Marlborough Health (NMH) are seeking a Quantity Surveyor (QS) for the redevelopment program of the Nelson Hospital. We are looking to select a QS who has a demonstrated ability to provide the service required to support the Design and Programme teams. We want a credible QS who: Can demonstrate relevant experience of similar projects Can demonstrate a track record of working collaboratively with design partners and large project teams Is able to maintain independence and objectivity throughout the project Note: Shortlisted Respondent presentations will be on 3 Dec 18 in Nelson",Awarded,,0,20250410 Nelson Marlborough District Health Board,20564674,Request for Proposals,Open Competition,NMH-0021 Nelson Chiller & Cooling Tower Replacement,NMH-0021,20181218,20190205,20190717,,Sole Agency,No,,"Nelson Hospital has two chillers providing centralised chilled water for a cooling ring-main. This project involves the replacement of a chiller and two cooling towers. Two chillers are onsite, consisting of chiller one, a nominal 220kW machine installed in the 1990s being replaced by a larger capacity machine and chiller two, a nominal 890kW chiller installed in 2001. Chiller one, the cooling tower serving Chiller one and the cooling tower serving Chiller two are to be replaced in this project",Awarded,,0,20250410 Nelson Marlborough District Health Board,20866948,Request for Proposals,Open Competition,Supply of an Electronic Patient Letter Management System,NMH-0020,20190322,20190430,20190930,,Sole Agency,No,,"Nelson Marlborough Health (NMH) are looking to purchase an automated Electronic Patient Letter Management System (EPLMS) to replace the current in-house solution, with like-for-like functionality. This RFP relates to the procurement of an automated Electronic Patient Letter Management System The procurements proposed outcomes are: replace the existing functionality of the EPLMS product enable additional features and functionality facilitate paper-lite outcomes by enhancing the capability to send more letters for more specialties and service departments (including Mental Health) provide improved auditing and reporting functionality in accordance with the Health Information Privacy Code 1994 be more scalable and flexible to meet changing needs of NMH allow for the electronic delivery of patient letters to external primary care providers (GPs) and internal recipients.",Awarded,,0,20250410 Nelson Marlborough District Health Board,20955296,Request for Quotations,Open Competition,Franklyn Street Carpark Nelson,NMH-0022,20190417,20190510,20190706,,Sole Agency,No,,"Due to an increasing demand for parking spaces, Nelson Hospital needs more staff car parking. This RFQ is for the construction of a new staff car park off Franklyn Street and on the Hospital grounds Nelson Marlborough Health (NMH) is seeking a suitably experienced supplier to construct this car park as per the plans and requirements provided.",Awarded,,0,20250410 Nelson Marlborough District Health Board,20994553,Request for Quotations,Open Competition,Electrocardiogram Carts,,20190503,20190528,20191219,,Sole Agency,No,,"This RFQ relates to the purchase of ECG Carts, accessories, servicing and staff education in their use. The key objectives that we want to achieve are ease of use and minimising the time taken to reach a diagnostic result across a variety of clinical settings.",Awarded,,200000,20250410 Nelson Marlborough District Health Board,21245344,Request for Quotations,Open Competition,Alexandra West Wing Refurbishment,NMH-0017,20190710,20190830,20191219,,Sole Agency,No,,"Due to changing requirements for staff accommodation and practice areas, the West Wing of Alexandra Hospital requires refurbishing This RFQ is for the refurbishment of the West Wing of Alexandra Hospital in Richmond (Tasman District). Nelson Marlborough Health (NMH) is seeking a suitably experienced supplier to refurbish the West Wing as per the plans and requirements provided. The key objective of this procurement is provide additional office accommodation and practice areas",Awarded,,610000,20250410 Nelson Marlborough District Health Board,21245540,Request for Quotations,Open Competition,Demolition of Wairau Nurses Home,NMH-0034,20190710,20190827,20191219,,Sole Agency,No,,,Awarded,,550000,20250410 Nelson Marlborough District Health Board,23879867,Request for Proposals,Open Competition,Sleep Disorder Services,NMH-0038,20210122,20210301,20211019,,Sole Agency,No,,"This RFP relates to the purchase of Sleep Disorder Services for Nelson Marlborough Health (NMH) patients. The services that NMH are intending to buy include Level 111 Sleep Study Assessments Sleep Trials with a CPAP Airway Pressure device Initiation of long term CPAP therapy including provision of a CPAP device for patients who respond successfully to CPAP during the Sleep Trial. Secure storage of patient information, prescriptions, and information on allocated devices/consumables. Relevant and regular reporting as required by NMH",Awarded,,0,20250410 Nelson Marlborough District Health Board,24797458,Request for Proposals,Open Competition,Nelson Hospital Lifts Upgrade,NMH-0062,20210913,20211015,20220718,,Sole Agency,No,,"Nelson Hospital currently have three (3) Otis lift units in our George Manson Block that require upgrading to meet our future needs. We require a qualified and reputable supplier who is able to upgrade these lift units at Nelson Hospital to current standards.",Awarded,,480998,20250410 Nelson Marlborough District Health Board,24999111,Request for Quotations,Open Competition,Construction of Wairau (Blenheim) Respite Home Main Contractor,NMH-0042,20211022,20211201,20220110,,Sole Agency,No,,"Nelson Marlborough District Health Board is seeking a main contractor for the construction of the Wairau (Blenheim) Respite Home as per the designs and specifications released with this RFQ NMH is looking for credible providers who have the capability, experience, and infrastructure to deliver this Respite Home. They need to have a good track record in the project management and construction of similar buildings.",Awarded,"Nelson Marlborough District Health Board is seeking a main contractor for the construction of the Wairau (Blenheim) Respite Home as per the designs and specifications released with this RFQ. NMH is looking for credible providers who have the capability, experience, and infrastructure to deliver this Respite Home. They need to have a good track record in the project management and construction of similar buildings.",0,20250410 Nelson Marlborough District Health Board,25454312,Request for Proposals,Open Competition,"Grounds Maintenance: Nelson, Wairau Alexandra Hospitals and Campuses",NMH-0063,20220225,20220325,20220909,,Sole Agency,No,,"Delivery of efficient and effective planned grounds maintenance services for the Nelson, Wairau and Alexandra Hospitals Grounds and Campuses. We are looking for one contractor to manage and provide the service for all 3 sites.",Awarded,Contract expires 31 July 2031 (Includes rights of renewal),0,20250410 Nelson Marlborough District Health Board,25720777,Request for Quotations,Open Competition,Patient Vital Signs Monitors,NMH-0069,20220422,20220513,20220823,,Sole Agency,No,,Nelson Marlborough DHB is seeking quotations for the supply of stand alone Patient Vital Signs Monitors for General Ward locations. The monitors are intended for spot checks and periodic monitoring in General Ward areas of an Acute Hospital.,Awarded,Awarded to USL Medical Limited,0,20250410 Nelson Marlborough District Health Board,26564375,Request for Tenders,Open Competition,Wairau Hospital - Outpatients Expansion and Refurbishment - Main Contractor,NMH-0070,20221101,20221130,20221216,,Sole Agency,No,,"Wairau Hospital is located in Blenheim and a part of the Nelson Marlborough District of Te Whatu Ora Health New Zealand. Wairau Hospital requires a Main Contractor to perform refurbishment including expansion and fit-out for its Outpatient Department and Ophthalmology space, both of which are experiencing capacity constraints.",Not Awarded,There were no responses received for this tender opportunity.,0,20250410 Nelson Marlborough District Health Board,26643299,Request for Tenders,Open Competition,Wahi Oranga (MHIU) Refurbishment (Nelson Hospital) - Main Contractor,NMH-0073,20221117,20221216,20230713,,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified and experienced contractors to submit a Tender for the Wahi Oranga (Mental Health Inpatient Unit) Refurbishment, Nelson Hospital Main Contractor contract opportunity. Nelson Hospital is part of the Nelson Marlborough District of Te Whatu Ora Health New Zealand.",Awarded,"This Request for Tenders (RFT) is an invitation to suitably qualified and experienced contractors to submit a Tender for the Wahi Oranga (Mental Health Inpatient Unit) Refurbishment, Nelson Hospital Main Contractor contract opportunity. Nelson Hospital is part of the Nelson Marlborough District of Te Whatu Ora Health New Zealand.",0,20250410 Nelson Marlborough Institute of Technology,21921466,Request for Quotations,Open Competition,NMIT Richmond Campus Security,,20191111,20191122,20191129,,Sole Agency,No,,"We are seeking a security provider for our Richmond Campus situated at 390 Lower Queen Street, Richmond, Nelson (Campus Map supplied). We require the following services: a bed down of the campus between 1700hrs and 1900hrs, 7 days a week (bed down time based on a weekly afterhours user report provided by us) ensuring the entire campus is secured and manual alarms armed (this service is not required on public holidays) a random site check after 1900hrs prior to 0600hrs, 7 days a week Alarm response call outs Clear reporting and regular communication Payment would be contractually based, monthly; alarm responses additional as required",Not Awarded,,0,20250410 Nelson Regional Development Agency Limited,25871863,Request for Proposals,Open Competition,Regional Identity and Website Redevelopment for Nelson Tasman,NT0001,20220530,20220706,20231011,,Sole Agency,No,,"The purpose of this RFP is to invite interested parties to submit a proposal for the: 1. Development of a refreshed Nelson Tasman regional identity and brand 2. The development of a new website (nelsontasman.nz), as the first application of the refreshed identity This request is seeking proposals for one, or both of these projects. The aim of this proposal is also to establish an ongoing creative partner as the single preferred provider for the Nelson Regional Development Agency. This work will be assigned to the successful agency who responds to the Regional Identity component of the proposal. These projects need to be coordinated and undertaken concurrently with stakeholder participation and community engagement carefully managed and prioritised.",Not Awarded,Project has been closed and is being rescoped.,0,20250410 New Zealand AID - PGT,21208742,Request for Tenders,Open Competition,Cook Islands Parliamentary Services - Consolidation of Cook Islands Laws,Partner Government,20190628,20190731,20191017,,Sole Agency,No,https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home,"Through this Request for Tender (RFT) the Principal wishes to engage a consultant for the first phase of the consolidation of laws in the Cook Islands. The objectives of Phase 1 are the facilitation of the commencement of the project by a) assessing the project design and determining realistic timeframes and budgetary considerations; and b) identifying project risks and optimal solutions for mitigating or minimising risks. In order to complete this work, the consultant will be expected to travel to (or be in) Rarotonga, Cook Islands for a duration of approximately two weeks in order to meet with stakeholders and sight any documents that are only available in hard-copy. It is the tenderers responsibility to carry out any site visits in order to assess the true costs to complete the project where necessary. The project deliverables for Phase 1 include: A scoping study Terms of Reference for Phase 2 The outcomes of Phase 1 will be evaluated and inform outputs for Phase 2, however, the CIG reserves the right to test the market after evaluation. Tenders will only be accepted for the whole of the tender requirements provided in Attachment 1. For all details pertaining to submission requirements, please refer to the Attachments. Prospective tenderers should register their interest to participate in this RFT process by registering on the Cook Islands Government E-Government Procurement portal at: https://in-tendhost.co.uk/adbprocurementnetwork/aspx/Home In order to participate in the tender process you will need to register as a supplier on the Portal as a supplier. As part of registration you will need to specify relevant Business Categories for your business. Should there be any issues registering please advise the contact officer as soon as possible and alternative registration processes will be advised. This tender is being managed by a Partner Government. All queries and requests for technical information or related questions are to be directed to the Contract Officer for this tender. The Contact Officer for this tender is: Name of Person: Kathy Bell Title: Deputy Solicitor-General Address: Crown Law Office, PO Box 494, Avarua, Rarotonga, Cook Islands Phone: +(682) 29337 E-mail: kathy.bell@cookislands.gov.ck",Not Awarded,Closed for administrative reasons (external party managed tender process).,0,20250410 New Zealand Antarctic Institute,19917175,Request for Proposals,Open Competition,Helicopter Services,,20180718,20180810,20190723,,Sole Agency,No,,Request for Proposal for helicopter services within Antarctica.,Awarded,,0,20250410 New Zealand Antarctic Institute,21297348,Request for Proposals,Open Competition,RFP for a Living Module,,20190723,20190816,20191105,,Sole Agency,No,,"We are seeking a supplier to manufacture and assemble a living and science support module Living Module to be mounted with a sled for use in Antarctica. Antarctica New Zealand has developed a Traverse Capability; allowing for long distance and duration traverses of the Antarctic continent. The primary functions are to both prove routes over hazardous (crevassed) terrain and move large payloads of fuel and cargo/equipment in support of science projects. The Living Module is a comfortable and functional space as part of the Traverse Capability for living, socialising, domestic, sleeping, hygiene and communications needs; in support of Antarctica New Zealands vision to support world-leading deep field science.",Awarded,,0,20250410 New Zealand Antarctic Institute,21385648,Request for Proposals,Open Competition,Scott Base Water Storage Tank Replacement (Tank 2 and Tank 3),,20190808,20190903,20200102,,Sole Agency,No,,"This RFP is for the design, supply and installation of two replacement 40kL bolted potable water storage tanks at Scott Base over the next 18 months. The replacement tanks will be shipped to Antarctica early 2020. The installation crew will then deploy to Scott Base during the 2020-2021 summer for installation and commissioning.",Awarded,,0,20250410 New Zealand Antarctic Institute,21471794,Request for Proposals,Open Competition,RFP for supply and delivery of snowmobiles,,20190822,20190917,20191105,,Sole Agency,No,,Supply of snowmobiles for Antarctic programme.,Awarded,,0,20250410 New Zealand Antarctic Institute,21499508,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Cost Planning and Quantity Surveying Services,CPQSRFP1,20190829,20190927,20200507,,Sole Agency,No,,,Awarded,"Antarctica New Zealand is pleased to announce that Rawlinsons Limited has been awarded the contract for services as a result of this RFP. Respondents who have not yet had a debrief will be offered one in the coming weeks.",0,20250410 New Zealand Antarctic Institute,21752482,Request for Proposals,Open Competition,Scott Base Redevelopment Project - PM Services - Design Lead RFP,ANTNZDL20191,20191009,20191104,20200507,,Sole Agency,No,,,Awarded,"Antarctica New Zealand is pleased to announce the contract award for the PM Services (Design Lead) to The Building Intelligence Group Limited. Respondents who have not yet had a debrief will be offered one in the coming weeks.",0,20250410 New Zealand Antarctic Institute,21779329,Request for Proposals,Closed Competition,Ross Island Wind Energy SCADA and Balance of Plant Modernisation Project RFP,,20191014,20191127,20200110,,Sole Agency,No,,"This procurement relates to the delivery of an Options Paper (four options) associated with the replacement project of a SCADA system (including data storage solution), frequency converter and grid support solution in an operational micro grid installation. The current installation is a PowerCorp/ABB installation which is at end of functional life and no longer supportable. Going forward we wish to replace the current system with a robust, well supported alternative that may include technology advances and/or value stacking compared to the original installation. To reiterate the background provided in the ROI, The Ross Island Wind Energy Network (RIWE) is an integrated wind and diesel generator system that supplies power to the Antarctic bases of McMurdo Station (US) and Scott Base (NZ). As part of the RIWE network, the infrastructure includes the southern-most wind farm in the world, a three-turbine wind farm constructed at the Crater Hill area of Ross Island. The wind farm was commissioned in 2010 as part of the New Zealand Governments initiative to contribute to a low carbon energy source by reducing diesel consumption at both sites. This is a closed RFP process.",Awarded,"Antarctica New Zealand has finalised and signed the contract with the preferred supplier for the first stage of the Ross Island Wind Energy SCADA and Balance of Plant Modernisation Project RFP. As per the individual responses provided to the unsuccessful candidates (completed by email/phone), we appreciate the effort and high quality of all responses submitted to this RFP. It was a strong pool of responses with some very close final scoring between parties. Thanks once again for all parties and we look forward to exploring future opportunities as they may arise. Kind Regards, Jason Marshall",245974,20250410 New Zealand Antarctic Institute,23154413,Request for Quotations,Open Competition,Accommodation Services for Antarctica New Zealand,,20200821,20200904,20210203,,Sole Agency,No,,"Antarctica New Zealand is seeking interest from an accommodation provider who is able to provide full accommodation, dedicated support staff willing to isolate on site (if required should local COVID alert levels change), food and related services to meet an anticipated 14-day managed isolation requirement, for up to 100 personnel across the months September 2020 to February 2021. Personnel will isolate individually in their rooms for an initial period of six days and then after being tested COVID-free the intention is to have them move into a more communal flight bubble isolation. At this time, they could also dine and recreate together on site. These personnel will be travelling to Antarctica from Christchurch and will all have been based in New Zealand or have gone through the Ministry of Health managed isolation before entering this managed isolation. Several deployments will take place between October and February, and the first isolation period will start mid-September.",Not Awarded,"Agency's name and address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Successful supplier's name/s and address: PRT Investments Limited T/As Merivale Manor Description of the services: Accommodation Services Date the contract/s was awarded: 14/09/20 The term of the contract: 17/09/20 to 6/02/21 Highest and lowest offers evaluated: Lowest $421,945, Highest $570,468 The type of procurement process: Open Advertising - Request for Quotes New Zealand Business Number (NZBN) of supplier: 9429037712969",0,20250410 New Zealand Antarctic Institute,24290247,Request for Quotations,Open Competition,Accommodation Services for Antarctica New Zealand,,20210510,20210528,20210712,,Sole Agency,No,,"Opening Note Antarctica New Zealand is re-opening this Request for Quote (RFQ) for Accommodation Services following the completion of the previous summer season. This RFQ is similar to last years with a few minor additions. The Applicants who submitted responses last year in September are welcome to re-submit their previous bids and need only supply additional qualifying information where changes have been made or if new information applies. What We Need Antarctica New Zealand is seeking interest from an accommodation provider who is able to provide full accommodation, separated from the public, with dedicated support staff willing to isolate on site (only required should local COVID alert levels change), food and related wellbeing services to meet an anticipated 14-day managed isolation requirement, for up to 200 programme participants across the months September 2021 to February 2022.",Not Awarded,"The agency's name and address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 The successful supplier's or suppliers' name/s and address/s: Southern Cross Lodge Limited, 17 Racecourse Avenue, Methven 7730 A description of the goods, services or works: Accommodation and Meals The date the contract/s was awarded: 12/07/2021 The term of the contract/s: 30/8/21 to 28/2/22 Lowest Offer Evaluated: $688,000. Highest Offer Evaluated: $1,351,000 Procurement Process: Open NZBN: 9429047510180",0,20250410 New Zealand Antarctic Institute,24471397,Request for Proposals,Open Competition,Antarctica New Zealand - Geomagnetic Hut Buildings,,20210625,20210723,20210902,,Sole Agency,No,,"This procurement will contribute to the delivery of Antarctica New Zealands Long-Term Science (LTS) Relocation Project, which is a critical sub project of the Scott Base Redevelopment Project. The site to the west of Scott Base currently hosts a number of Long-Term Science (LTS) experiments which collect year-round data. Some experiments have continued uninterrupted since 1957, with data sets that are considered nationally and internationally significant. Comprehensive stakeholder engagement with the Antarctic science community identified that some experiments would be impacted by proposed SBR project activities. One of these experiments is the Geomagnetic Observatory which is operated by Geological and Nuclear Sciences (GNS). The experiment, which measures fluctuations in the earths magnetic field, is contained within two separate wooden hut buildings. Data collection began in 1957 when the experiment was established by Sir Edmund Hillary and his team. These buildings have outlived their intended design life and are due for replacement. We wish to install two new geomagnetic huts in a nearby location, unaffected by the construction, and allow both observatories to run in parallel for a period of one year. This will ensure that we achieve a successful overlap and correlation of the data before retiring the existing buildings. Antarctica New Zealand is seeking a Respondent to manufacture these two new buildings in accordance with our requirements.",Awarded,"Contract awarded on: 30/08/2021. Term: 30/08/2021 to 10/12/2021. Estimated contract value: $346,000. Design and Build contract type.",346000,20250410 New Zealand Antarctic Institute,24500881,Request for Proposals,Open Competition,Scott Base IT Infrastructure Upgrade RFP,,20210702,20210730,20210929,,Sole Agency,No,,"The New Zealand Antarctic Institute, trading as Antarctica New Zealand, is responsible for maintaining Scott Base, New Zealand's Antarctic research station in the Ross Dependency. The IT servers and associated infrastructure at Scott Base are in need of replacement. This opportunity in a nutshell What we need ? A reliable secure Server and Storage solution, including the core switching element; ? Replacement and upgrade of Cisco edge switches; ? Migration of the existing virtual servers onto the new infrastructure. What we dont want ? Any cloud-based solution Scott Base is linked to the NZ offices by a low bandwidth (currently 10 Mbps down /6 Mbps up) high latency C band satellite datalink. The solution is required to be fully on-premise and capable of standalone operation if the satellite data link fails; ? Replacement of current telephony infrastructure; ? Replacement of firewall or alternatives to Cisco infrastructure; ? An alternative to VMware; ? An alternative to Veeam as a backup solution.",Awarded,"Agency Name: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier: Datacom, Christchurch Description of Goods/Services: Scott Base Server, Storage and Switching Upgrades with Associated Services Date Awarded: 29 September 2021 Term: to 1 April 2022 Highest and Lowest Offers Evaluated: $1,463,717 - $365,176 Procurement Process: Open Procurement Process - Weighted Criteria Evaluation Model Supplier NZBN Number: 9429039307163",0,20250410 New Zealand Antarctic Institute,24510395,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Quantity Surveying & Cost Planning - Stage 4 and 5,,20210706,20210803,20211209,,Sole Agency,No,,"Antarctica New Zealand is seeking a proposal to provide professional Quantity Surveyor and Cost Planning services (the Quantity Surveyor) for stage four and five of the Scott Base Redevelopment (SBR) project. The successful Quantity Surveyor will provide professional services to support the successful execution of key project deliverables of stage four and five being: the detailed design, negotiation of the Contract Price with the selected main contractor, construction administration (including financial reporting) and post completion.",Awarded,,0,20250410 New Zealand Antarctic Institute,24730239,Request for Proposals,Open Competition,Scott Base Redevelopment Documentary RFP,,20210826,20210920,20221213,,Sole Agency,No,,"Antarctica New Zealand is looking for an exceptional partner for an exceptional project! Were rebuilding Scott Base, and we need an intrepid and innovative organisation to document the rebuild. This once-in-a-lifetime opportunity will cover the entire redevelopment, based in Antarctica and New Zealand over several years. Antarctica New Zealand will provide what money cant buy: travel to, accommodation in and living costs while at Scott Base. The successful Respondent will fund all other costs around the documentary and secure a suitable platform/s for broadcast. Antarctica New Zealand will support any funding applications and, providing fundraising is successful, the Respondent will then deliver the project: an Iconic documentary/series of the Scott Base Redevelopment (SBR) literally the coolest documentary in the world! Antarctica New Zealand is seeking a credible and experienced Respondent that is able to secure funding, to document the Scott Base Redevelopment. This may be in one documentary or a series (the Documentary) to be determined with the successful applicant. Antarctica New Zealand is looking for one organisation to partner with until the base is finished (about 2028). This means the Respondent will require a clear plan of how they will fund the Documentary over several years. We need to partner with an organisation that has the capability to provide a platform/channel committed to broadcasting the Documentary in New Zealand, and preferably has connections with an international platform for possible future broadcast (acknowledging this international platform may not be committed until closer to completion date).",Awarded,"Agency Name: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier: Imagination Television Limited, 2 Crummer Road, Grey Lynn, Auckland Description of Goods/Services: Filming and editing a documentary of the making of the Scott Base Redevelopment. The organisation will secure funding and a platform/channel to broadcast the documentary in New Zealand Date Awarded: 13 December 2022 Term: To complete within three years following completion of the Scott Base Redevelopment Project Highest and Lowest Offers Evaluated: n/a Procurement Process: Open Competitive Supplier NZBN Number: 9429037388799",0,20250410 New Zealand Antarctic Institute,24850446,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Building Performance Analysis & Testing Lead RFP,,20210922,20211013,20211115,,Sole Agency,No,,"Scott Base is New Zealands home in Antarctica. New Zealand has had a presence at Pram Point, Ross Island since 1957. Since then, the base has undergone several upgrades and redevelopments with the last major capital investment occurring in the 1980s. Under this Request for Proposal (RFP), Antarctica New Zealand is seeking a proposal from a building performance evaluation and testing organisation for Stage Four of the SBR project. The Building Performance Analysis and Testing Lead will provide professional services to support the successful design of the buildings in line with the performance requirements.",Awarded,Antarctica New Zealand is pleased to confirm Holmes Solutions as the service provider for the Scott Base Redevelopment Project's building performance analysis and testing lead.,0,20250410 New Zealand Antarctic Institute,24976331,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Independent Commissioning Agent RFP,,20211018,20211112,20220627,,Sole Agency,No,,"The Scott Base Redevelopment Project will be the largest project ever undertaken by Antarctica New Zealand. It is a complex multi-year construction project that will provide a fit for purpose, environmentally sustainable research base which will support New Zealands physical presence in the Ross Sea region of Antarctica for the next 40 years. Under this Request for Proposal (RFP), Antarctica New Zealand is seeking a proposal from an Independent Commissioning Agent (ICA) for Stage Four and Five of the Scott Base Redevelopment (SBR) project. The ICA will provide professional services to support the successful execution of key project deliverables of these stages: the detailed design, construction of Scott Base, commissioning, handover and fine tuning. This opportunity presents the chance to showcase your capability on a nationally significant facility in a special and unique environment. You will also be contributing to the success of the Scott Base Redevelopment project, which will be the largest project ever undertaken by Antarctica New Zealand.",Awarded,Antarctica New Zealand is pleased to confirm Pacific Commissioning and Coordination as the independent commissioning agent for the Scott Base Redevelopment Project.,0,20250410 New Zealand Antarctic Institute,25237855,Request for Tenders,Open Competition,Scott Base Redevelopment Project - BESS Supply & Install RFT,,20211213,20220210,20220311,,Sole Agency,No,,"Under this Request for Tender (RFT), Antarctica New Zealand is seeking Tenders for the supply, installation and commissioning of a Battery Energy Storage System (BESS) at Scott Base in Antarctica across two stages, as part of an overall Scott Base Redevelopment (SBR) being undertaken by Antarctica New Zealand. This RFT relates to the first stage. The first stage requirement is for a power BESS of 500 kW nominal capacity to replace the existing flywheel-based hybrid system stability element. At a later second stage, estimated to be in 24/25 Antarctic season, the BESS will be upgraded to around 2 MW/10 MWh. Antarctica New Zealand has a preference for a BESS that can be expanded upon or incorporated into the second stage rather than a full replacement. For the second stage BESS procurement, Antarctica New Zealand may decide to request submissions from a short list of respondents from the this first stage 500 kW BESS submission (but is not required to). The successful Contractor must be experienced with relevant skills in the following: 1. Providing expandable BESS systems 2. Offer comprehensive Factory Acceptance Test (FAT) of the complete BESS 3. Experience of supply & installation of BESS equipment in remote off-grid locations (ideally the same as that proposed to be provided for this RFT) 4. Able to demonstrate through supporting information BESS longevity and reliability in remote locations 5. Is able to offer ongoing support services over the life of the BESS and overall installation.",Not Awarded,"Antarctica New Zealand has decided to cancel the BESS Supply and Install RFT. Antarctica New Zealand will reconsider its procurement options and advise the market in due course.",0,20250410 New Zealand Antarctic Institute,25652259,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Supply of Portable Buildings RFP,,20220404,20220506,20220815,,Sole Agency,No,,"Scott Base is New Zealands home in Antarctica. New Zealand has had a presence at Pram Point, Ross Island since 1957. Since then, the base has undergone a number of upgrades and redevelopments with the last major capital investment occurring in the 1980s. Within Budget 21 (May 2021) Cabinet approved full and final funding for the Scott Base Redevelopment (SBR) Project to progress with Stage four and five of the project. These stages involve completing detailed design of the new base, constructing the new base in New Zealand, transporting the new base to Ross Island, installing and commissioning it, and removing the existing base. This Request for Proposal requires temporary accommodation, recreation and office buildings to augment the existing Scott Base facilities, to increase the capacity of the base for up to 5 years during construction. Antarctica New Zealand is seeking a credible and experienced Respondent that is able to deliver fit for purpose Portable Building solutions for the Antarctic environment that meet the requirements set out in Appendix A of the RFP. Given the site location and extreme weather conditions we require all Respondents to have knowledge and experience in delivering Portable Building solutions for use in extreme cold weather environments.",Awarded,Antarctica New Zealand is pleased to confirm Portacom NZ Ltd. as the provider for portable buildings for the Scott Base Redevelopment Project.,0,20250410 New Zealand Antarctic Institute,25724127,Request for Quotations,Closed Competition,Scott Base Redevelopment Project - Control Panel Fabrication,,20220428,20220527,20220718,,Sole Agency,No,,"This is a closed competitive procurement (only those invited to submit an RFQ may do so). Under this Request for Quote (RFQ), Antarctica New Zealand is seeking quotes for the fabrication and fit-out of control panels that will ultimately be installed at Scott Base in Antarctica as part of an overall Scott Base Redevelopment (SBR) being undertaken by Antarctica New Zealand. Please see attached suite of documents for further information.",Awarded,Antarctica New Zealand are pleased to have contracted Bremca Industries Limited for control panel fabrication services for the Scott Base Development project following a closed competitive tender process.,0,20250410 New Zealand Antarctic Institute,25731682,Award Notice,Open Competition,Scott Base Redevelopment Project - Marine Monitoring,,20220502,20220502,20220502,,Sole Agency,No,,"Antarctica New Zealand has awarded a contract to NIWA for the marine monitoring study at Scott Base and at a control site in the McMurdo Sound area to measure bathymetry and current profiles, describe the community assemblage, assess contamination, and add to the permanent network of transects for future monitoring.",Awarded,"Antarctica New Zealand has awarded a contract to NIWA for the marine monitoring study at Scott Base and at a control site in the McMurdo Sound area to measure bathymetry and current profiles, describe the community assemblage, assess contamination, and add to the permanent network of transects for future monitoring.",0,20250410 New Zealand Antarctic Institute,25735385,Request for Quotations,Open Competition,Scott Base Redevelopment Project - Control Panel Installation,,20220428,20220527,20220718,,Sole Agency,No,,"Under this Request for Quote (RFQ), Antarctica New Zealand is seeking quotes for the installation and commissioning of control system hardware and cabinets at Scott Base in Antarctica as part of an overall Scott Base Redevelopment (SBR) being undertaken by Antarctica New Zealand. Please see attached suite of documents.",Awarded,Antarctica New Zealand are pleased to announce Electronet Transmission as the provider for control panel installation services for the Scott Base Redevelopment project. This award is following an open market tender.,0,20250410 New Zealand Antarctic Institute,25872808,Request for Quotations,Open Competition,Accommodation Services for Antarctica New Zealand 2022,,20220530,20220620,20220801,,Sole Agency,No,,"Antarctica New Zealand is seeking interest from an accommodation provider to supply medium term accommodation for twenty persons contracted to works in support of Antarctica New Zealands summer program. Options should cater for single occupancy accommodation with communal recreation and a self-catering facility within 20 minutes drive from Christchurch International Airport. This is an opportunity for a Christchurch based accommodation provider to secure a fixed booking for a long stay (5 months) providing guaranteed weekly income across the summer months.",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier: Scenic Hotel Group Ltd T/A Heartland Hotel Cotswold Description of Goods/Services: Accommodation Services for New Zealand Defence Force Harewood Terminal Team (HTT) contracted to Antarctica New Zealand Date Awarded: 1 August 2022 Term: 3 years Highest and lowest Offers Evaluated: $538,650 - $328,000 per annum Procurement Process: open competitive process Supplier NZBN: 9429040289786",0,20250410 New Zealand Antarctic Institute,26186222,Award Notice,Open Competition,Scott Base Redevelopment Project - Engineer to the Contract,,20220505,20220520,20220815,,Sole Agency,No,,Antarctica New Zealand is pleased to announce RCP Limited as the Engineer to the Contract for the Scott Base Redevelopment project.,Awarded,Antarctica New Zealand is pleased to announce RCP Limited as the Engineer to the Contract for the Scott Base Redevelopment project. This procurement process was conducted via the All of Government Construction Consultancy Services Panel.,406000,20250410 New Zealand Antarctic Institute,26355461,Award Notice,Open Competition,Scott Base Redevelopment Project - Construction Plant,,20211210,20211210,20211210,,Sole Agency,No,,"Terra Industrial New Zealand Limited T/As Terra Cat has been contracted to supply the following construction plant with attachments: - Caterpillar Compactor CS56B - Caterpillar Excavator 330GC - Caterpillar Wheel Loader 982M",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Terra Industrial New Zealand Limited T/As Terra Cat, 16 Branston Street, Christchurch 8042 Description of Goods/Services: Construction Plant and Attachments: Caterpillar Compactor CS56B, Caterpillar Excavator 330GC, Caterpillar Wheel Loader 982M Date Awarded: 10 December 2021 Term: One off purchase Expected Spend under the Contract: $1,453,000 Procurement Process: Direct Source Exemption Reason and Circumstances: Exemption Rule 14.9.c.i. Only one supplier because for technical reasons there is no real competition. Due to the remote location of Scott Base and the extreme cold weather conditions it experiences, Antarctica NZ has an operational requirement to minimise the number of vehicle types operated and maintained there. Supplier NZBN:",0,20250410 New Zealand Antarctic Institute,26366749,Award Notice,Open Competition,Scott Base Redevelopment Project - Surface Miner,,20210903,20210903,20210903,,Sole Agency,No,,Wirtgen Australia Pty Ltd has been contracted to supply the following specialist equipment: Wirtgen 220SM Surface miner,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Wirtgen Australia Pty Ltd, 10 Oak Road, Wiri, Auckland 2104 Description of Goods/Services: Wirtgen 220SM Surface miner Date Awarded: 3 September 2021 Term: One off purchase Expected Spend under the Contract: $2,500,000 Procurement Process: Direct Source Exemption Reason and Circumstances: Exemption Rule 14.9.c.i. Only one supplier because for technical reasons there is no real competition. Due to the remote location of Scott Base and the extreme cold weather conditions it experiences, Antarctica NZ has an operational requirement for specialist equipment to have proven capability to operate and be maintained in that environment. Supplier NZBN: 9429030770102",0,20250410 New Zealand Antarctic Institute,26510255,Request for Quotations,Open Competition,Christchurch IT Infrastructure Upgrade,,20221020,20221104,20221129,,Sole Agency,No,,"The New Zealand Antarctic Institute, trading as Antarctica New Zealand, is responsible for maintaining Scott Base, New Zealand's Antarctic research station in the Ross Dependency. What we need To replace Antarctica New Zealands Christchurch-based servers and associated hardware that are, or are approaching, end-of-life: with modern, supportable equipment; configured with VM software; in an efficient and structured manner; and by appropriately skilled and experienced people. We completed an RFP in 2021 for similar requirements for our Scott Base server infrastructure, the outcome of which gave us clarity on the equipment we want to use across Antarctica New Zealand. Therefore, this procurement is for a supplier to provide the specified equipment or equivalent, configure and install it, then migrate our servers across from our current environment.",Awarded,"Agency Name: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier: Spark / CCL Computer Concepts Ltd, 21 Durham Street South, Christchurch 8023 Description of Goods/Services: Christchurch Server, Storage and Switching Upgrades with Associated Services Date Awarded: 29 November 2022 Term: to 30 June 2023 Highest and Lowest Offers Evaluated: $547,477 - $453,320 Procurement Process: Open Competitive Supplier NZBN Number: 9429038864957",0,20250410 New Zealand Antarctic Institute,27444136,Award Notice,Open Competition,Scott Base Redevelopment - Wind Turbines,,20221215,20221215,20221215,,Sole Agency,No,,"Emergya Wind Technologies B.V. has been contracted to: Supply, Install and Commission 3 (three) DIRECTWIND Wind Turbines at Crater Hill, Scott Base, Antarctica",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Emergya Wind Technologies B.V., Lindeboomseweg 51, 3825 AL Amersfoort, The Netherlands Description of Goods/Services: Supply, Install and Commission 3 (three) DIRECTWIND Wind Turbines at Crater Hill, Scott Base, Antarctica Date Awarded: 15 December 2022 Term: To April 2026 Expected Spend under the Contract: $10,000,000 Procurement Process: Direct Source Exemption Reason and Circumstances: Exemption Rule 14.9.c.i. Only one supplier because for technical reasons there is no real competition. No other appropriately sized wind turbines that are fit for the Antarctic conditions. Supplier NZBN: n/a",0,20250410 New Zealand Antarctic Institute,28248651,Award Notice,Open Competition,SharePoint On Premises to Microsoft 365 Migration,,20230828,20230828,20230828,,Sole Agency,No,,Information Leadership Design Services Ltd have been contracted to migrate SharePoint On Premises to Microsoft 365,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier: Information Leadership Design Services Ltd, PO Box 36 598, Christchurch 8146 Description of Goods/Services: Migration of SharePoint On Premises to Microsoft 365 Date Awarded: 28 August 2023 Term: to 30 June 2024 Expected Spend under the Contract: $600,000 Procurement Process: Direct source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. This work is an upgrade of the existing SharePoint based document management system, not implementation of a new system. Information Leadership are the current support partners and also supply associated proprietary software for the current system. Supplier NZBN: 9429032969375",0,20250410 New Zealand Antarctic Institute,28497624,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Microgrid Control System RFP,,20231121,20240208,20240606,,Sole Agency,No,,"Antarctica New Zealand is currently upgrading the Ross Island Wind Energy (RIWE) system, the grid that connects Scott Base, the Crater Hill Wind Farm and the United States McMurdo Station. Antarctica New Zealand is seeking tenders for a Microgrid Control System (MCS) to coordinate the RIWE system assets. The successful supplier will be required to develop, fabricate, install and commission a MCS (including integration with a historian system (AVEVA PI)) for Ross Island, Antarctica. The RIWE system assets include: 3 x Emergya Wind Technologies (EWT) 1MW wind turbines; A Battery Energy Storage System (BESS); Power Plants A and B at McMurdo Station (a United States of Americas Antarctica base on Ross Island); New Scott Base (New Zealands Antarctica base). The existing assets (3 x Enercon E-33 wind turbines and PowerStore) will also be removed as part of the RIWE upgrade project.",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: ComAp PTY Ltd, Unit 6, 5 Stephen Street, Melrose Park, SA 5039, Australia Description of Goods/Services: RIWE Microgrid Control System Date Awarded: 6 June 2024 Term: to 20 February 2027 Highest Offer Evaluated: $2,002,000. Lowest Offers Evaluated: $1,386,000. Procurement Process: Open competitive Supplier NZBN: n/a",0,20250410 New Zealand Antarctic Institute,28498741,Request for Proposals,Open Competition,Scott Base Redevelopment Project - Battery Energy Storage System RFP,,20231121,20240208,20240919,,Sole Agency,No,,"Antarctica New Zealand is currently upgrading the Ross Island Wind Energy (RIWE) system, the grid that connects Scott Base, the Crater Hill Wind Farm and the United States McMurdo Station. Antarctica New Zealand is seeking tenders for a Battery Energy Storage System (BESS) to provide both grid stability, energy storage and virtual synchronous generation capability. The successful supplier will be required to develop, fabricate, install and commission a BESS for Ross Island, Antarctica. The RIWE system assets include: 3 x Emergya Wind Technologies (EWT) 1MW wind turbines; A Battery Energy Storage System (BESS); A new Microgrid Control System (MCS), Supervisory Control and Data Acquisition (SCADA) and historian (AVEVA PI) system to control and monitor the status of the RIWE network; Power Plants A & B at McMurdo Station (United States of Americas Antarctica base on Ross Island); New Scott Base (New Zealands Antarctica base). The existing assets (3 x Enercon E-33 wind turbines and PowerStore) will also be removed as part of the RIWE upgrade project.",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Ice Energy Ltd, Unit 1, 89 Vickerys Road, Wigram, Christchurch 8042 Description of Goods/Services: RIWE Battery Energy Storage System (BESS) Date Awarded: 19/09/2024 Term: to 20/02/2026 Highest Offer Evaluated: $8,000,000. Lowest Offer Evaluated: $7,524,519 Procurement Process: Open competitive Supplier NZBN: 9429052286919",0,20250410 New Zealand Antarctic Institute,28761543,Request for Proposals,Open Competition,Scott Base Redevelopment Project - RIWE Electrical Detailed Design RFP,N/A,20240130,20240301,20240424,,Sole Agency,No,,"Antarctica New Zealand (AntNZ) is currently upgrading the Ross Island Wind Energy (RIWE) system, the grid that connects Scott Base, the Crater Hill Wind Farm and the United States McMurdo Station. Antarctica New Zealand is seeking tenders for an electrical design consultant (Designer) to help facilitate this upgrade by completing detailed electrical design and supporting AntNZ through the procurement and construction phases. The upgraded RIWE system assets includes: 3 x Emergya Wind Technologies (EWT) DW54x-1MW wind turbines; A Battery Energy Storage System (BESS); Power Plants A and B at McMurdo Station; Upgrading the 4.16 kV High Voltage (HV) network between Scott Base, the Crater Hill Wind Farm, and McMurdo Station with higher capacity cabling (including fibre optic cables); Installing a new Microgrid Control System (MCS), Supervisory Control and Data Acquisition (SCADA) and historian system to control and monitor the status of the RIWE network; New Scott Base (New Zealands Antarctica base). The existing assets (3 x Enercon E-33 wind turbines and PowerStore) will also be removed as part of the RIWE upgrade project.",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Mitton ElectroNet Ltd T/As ElectroNet, 390 Blenheim Road, Christchurch 8442 Description of Goods/Services: Ross Island Wind Energy (RIWE) Electrical Detailed Design Date Awarded: 24/04/2024 Term: to 30/04/2027 Highest and Lowest Offers Evaluated: Highest $413,762, Lowest $337,866 Procurement Process: Open competitive Supplier NZBN: 9429033574455",0,20250410 New Zealand Antarctic Institute,29400211,Award Notice,Open Competition,Microsoft Project Server Implementation,,20240402,20240402,20240402,,Sole Agency,No,,Information Leadership Design Services Ltd have been contracted to upgrade the Antarctica New Zealand existing event planning system software (called SmartAsset) with Microsoft Project Server,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier: Information Leadership Design Services Ltd, PO Box 36 598, Christchurch 8146 Description of Goods/Services: Microsoft Project Server Implementation Date Awarded: 2 April 2024 Term: to 1 August 2024 Expected Spend under the Contract: $126,140 Procurement Process: Direct source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. This work is an upgrade of the existing event planning system, not implementation of a new system. Information Leadership are the current support partners and have significant knowledge of our system configuration. They also supply associated proprietary software for the current system. Supplier NZBN: 9429032969375",126140,20250410 New Zealand Antarctic Institute,29477184,Award Notice,Open Competition,Scott Base Redevelopment Project Transformers for Ross Island Wind Energy Upgrade,,20240321,20240321,20240321,,Sole Agency,No,,Hitachi Energy New Zealand Limited have been contracted to supply transformers for the Ross Island Wind Energy upgrade.,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Hitachi Energy New Zealand Limited, 1/2 Dean Place, Waiwhakaiho, New Plymouth Description of Goods/Services: Transformers for the Ross Island Wind Energy upgrade as part of the Scott Base Redevelopment project Date Awarded: 21 March 2024 Term: to 30 November 2024 Highest and Lowest Offers Evaluated (or Expected Spend under the Contract if only one supplier): $668,000 Procurement Process: Direct Source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. Hitachi is the only supplier who is able to provide a transformer that meets our requirements for Antarctic conditions. Supplier NZBN: 9429047346833",0,20250410 New Zealand Antarctic Institute,30304087,Award Notice,Open Competition,Scott Base Redevelopment Project Wind Farm Cranage and Transportation,,20240527,20240527,20240527,,Sole Agency,No,,Smith Crane & Construction Limited have been contracted to provide Cranage and Transportation for the Scott Base Windfarm.,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Smith Crane & Construction Limited, 484 Johns Road, Christchurch Description of Goods/Services: Scott Base Windfarm Cranage and Transportation Date Awarded: 27 May 2024 Term: Three Years Expected Spend under the Contract: $3,500,000 Procurement Process: Direct Source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. The original procurement plan for sourcing the wind farm crane and transport service provider was through the Scott Base Redevelopment preferred main contractor, Leighs Construction. To this extent, Leighs had identified the preferred ECI supplier for these services as Smith Crane and Construction Limited. With the main Scott Base redevelopment project on hold, and uncertainties with regards the future main contractor, the decision has been made to contract the crane and transport services directly through Antarctica New Zealand so the wind farm project can remain on schedule. The experience, expertise and capability that Smith Crane and Construction already possess about the Project gained from being involved in the ECI process to date, has given them detailed knowledge and experience of the project and its scope of works that is not readily available to other suppliers without delaying the project. Supplier NZBN: 9429038765278",0,20250410 New Zealand Antarctic Institute,30304470,Award Notice,Open Competition,Scott Base Environmental Inspection and Audit,,20240629,20240629,20240629,,Sole Agency,No,,Geokem have been contracted to undertake Scott Base Environmental Inspections and Audits.,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Geokem, Rolleston, Canterbury Description of Goods/Services: Scott Base Environmental Inspection and Audit - 2024-2029 Date Awarded: 29 June 2024 Term: to 31 March 2029 Expected Spend under the Contract: $109,425 ($21,885 p/a) Procurement Process: Direct source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. Geokem has extensive proven experience undertaking environmental testing and training specifically tailored to the unique conditions of the Antarctic environment and Scott Base operation Supplier NZBN: 9429044821913",0,20250410 New Zealand Antarctic Institute,30304519,Award Notice,Open Competition,Antarctic Science Platform Ocean Profiling Floats,,20240419,20240419,20240419,,Sole Agency,No,,NKE Instrumentation have been contracted to supply Ocean Profiling Floats.,Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: NKE Instrumentation, Rue Gutenberg, Z.I. Kerandre, Hennebont, 56700, France Description of Goods/Services: Ocean Profiling Floats Date Awarded: 19 April 2024 Term: to 30 November 2024 Expected Spend under the Contract: $257,550 Procurement Process: Direct Source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. The floats are to be deployed by NIWA as part of an international collaboration. They are identical to the existing fleet of floats currently in use. Supplier NZBN: n/a",0,20250410 New Zealand Antarctic Institute,30383939,Request for Proposals,Closed Competition,Scott Base Redevelopment Quantity Surveyor/Cost Consultant RFP,,20241011,20241107,20241219,,Sole Agency,No,,"You are invited to submit a proposal for Quantity Surveyor/Cost Consultant services for the Scott Base Redevelopment project. Please note that this is a closed, competitive secondary procurement process. The redevelopment of Scott Base is Antarctica New Zealands (AntNZ) largest and most complex project ever undertaken. The aim of the project is to ensure Aotearoa New Zealand has safe, fit-for-purpose, and sustainable infrastructure that safeguards its continuous presence in Antarctica, enables its world-leading scientific research programme, and strengthens engagement with the Antarctic Treaty System. AntNZ is seeking a Quantity Surveyor/Cost Consultant to provide a full and comprehensive cost management services across the full duration and the multiple workstreams of the SBR project. We intend to offer one-on-one pre-submission meetings to ensure a comprehensive understanding of our requirements. Meeting times will be scheduled in coordination with the respondents.",Awarded,,0,20250410 New Zealand Antarctic Institute,30384324,Request for Proposals,Closed Competition,Scott Base Redevelopment Project Management and Design Management RFP,,20241011,20241108,20241219,,Sole Agency,No,,"You are invited to submit a proposal for Project Management and Design Management services for the Scott Base Rebuild project. Please note that this is a closed, competitive secondary procurement process. The redevelopment of Scott Base is Antarctica New Zealands (AntNZ) largest and most complex project ever undertaken. The aim of the project is to ensure Aotearoa New Zealand has safe, fit-for-purpose, and sustainable infrastructure that safeguards its continuous presence in Antarctica, enables its world-leading scientific research programme, and strengthens engagement with the Antarctic Treaty System. We are seeking a Project Manager and a Design Manager (separate roles) to each provide comprehensive management services across the multiple workstreams of the SBR project. AntNZ is open to the same organisation filling both Project Manager and Design Manager roles but will consider these independently to ensure that the best supplier is appointed for each role. We intend to offer one-on-one pre-submission meetings to ensure a comprehensive understanding of our requirements. Meeting times will be scheduled in coordination with the respondents.",Awarded,,0,20250410 New Zealand Antarctic Institute,30459101,Request for Proposals,Open Competition,Scott Base Redevelopment - Project Director RFP,,20241021,20241118,20250101,,Sole Agency,No,,"The redevelopment of Scott Base is Antarctica New Zealands largest and most complex project ever undertaken. The aim of the project is to ensure New Zealand has safe, fit-for-purpose, and sustainable infrastructure that safeguards its continuous presence in Antarctica, enables its world-leading scientific research programme, and strengthens engagement with the Antarctic Treaty System. The Board of Antarctica New Zealand has undertaken an independent review of the project and agreed its recommendation to reset the project by undertaking master-planning and focusing the redesign processes on specific key priorities. The Scott Base Redevelopment Project Steering Committee requires an exceptional leader to be the Project Director for this exciting next phase of the project.",Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: 175 East Ltd Description of Goods/Services: Scott Base Redevelopment - Project Director Date Awarded: 1 January 2025 Term: to 31 March 2026 Expected Spend under the Contract: $550,000 Procurement Process: Open Competitive Exemption Reason and Circumstances: n/a Supplier NZBN: 9429033469348",0,20250410 New Zealand Antarctic Institute,31078646,Award Notice,Open Competition,Scott Base Redevelopment Project Transformers to Support RIWE Battery Energy Storage System,,20250116,20250116,20250116,,Sole Agency,No,,Hitachi Energy New Zealand Limited have been contracted to supply transformers to support the RIWE (Ross Island Wind Energy) Battery Energy Storage System (BESS).,Not Awarded,"Agency name/address: New Zealand Antarctic Institute T/As Antarctica New Zealand, 38 Orchard Road, Christchurch 8053 Supplier(s) name/address: Hitachi Energy New Zealand Limited, 1/2 Dean Place, Waiwhakaiho, New Plymouth Description of Goods/Services: Transformers to support the Ross Island Wind Energy BESS (Battery Energy Storage System) as part of the Scott Base Redevelopment project Date Awarded: 16 January 2025 Term: to 31 August 2025 Highest and Lowest Offers Evaluated (or Expected Spend under the Contract if only one supplier): $144,406 Procurement Process: Direct Source Exemption Reason and Circumstances: 14.9.c.i. Only one supplier because for technical reasons there is no real competition. Hitachi is the only supplier who is able to provide transformers that meet our requirements for Antarctic conditions within the project timeframes. Supplier NZBN: 9429047346833",0,20250410 New Zealand Blood Service,19771223,Request for Proposals,Open Competition,Supply of Analysers for Residual White Blood Cell Counting for NZBS Blood Processing Laboratories.,BLOCELCNTMAY2018,20180601,20180629,20190801,,Sole Agency,No,,The main objective of this request for proposal (RFP) is to seek proposals from suitable suppliers to provide analysers for enumeration of residual white blood cells (rWBCs) in leukoreduced blood components for New Zealand Blood Service (NZBS) Blood Processing laboratories.,Not Awarded,Contract Awarded to Becton Dickinson limited.,0,20250410 New Zealand Blood Service,20622953,Request for Proposals,Open Competition,Supply of Mobile Donor Beds for New Zealand Blood Service,NZBS190122,20190122,20190228,20201021,,Sole Agency,No,,"This procurement relates to the provision of donor beds used at our mobile blood drive collections. The Mobile Donor Bed supplier will provide the donor beds used at our mobile blood drive collections. Ensuring a great donation experience is paramount to ensure donors return, so the comfort, ease, usability and look and feel of the donor beds contributes to this experience. The Mobile Donor Bed must be safe to operate including setup and pack up, and easy and safe to move around a venue, and to and from the trailer. The Health and Safety of our teams and our donors is the most important priority. We are looking for a solution which reduces manual handling risks for our teams.",Awarded,,0,20250410 New Zealand Blood Service,20793376,Request for Proposals,Open Competition,National Freight Services for the New Zealand Blood Service,NZBS 2019-3,20190301,20190401,20200701,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to identify a strategic partner who has experience and infrastructure to provide a solution for the New Zealand Blood Service (NZBS) national transport requirements. NZBS seeks a transport partner/s whose services will provide the best total cost solution, whilst meeting the customer expectations of quality and high service levels. The service requirements include regional/country road freight, air express, metropolitan courier/taxi services and refrigerated road transport. Responses can be submitted to one or a mix of the services required. NZBS freight is primarily focused on small urgent consignments.",Awarded,,0,20250410 New Zealand Blood Service,20876844,Request for Proposals,Open Competition,Supply of Heat Sealers for New Zealand Blood Service,NZBS 2019_2,20190326,20190430,20200228,,Sole Agency,No,,New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to provide heat sealers over the next 5 year period for both Donor and Technical Services to seal blood bag tubing.,Awarded,"Getz Healthcare Pty Limited - Hand held Heat Sealers Pharmaco NZ Ltd - Bench Top Sealers",0,20250410 New Zealand Blood Service,21350254,Request for Proposals,Open Competition,Supply of IT Automated Testing Solution,NZBS 2019_7,20190802,20190906,20200203,,Sole Agency,No,,"The New Zealand Blood Service (NZBS) is looking for an automated testing solution that can assist with system testing of maintenance updates to its mission critical software solutions. The solution needs to be able to automate NZBS,s regression testing, successfully run and report the results of the testing (if they fail, identifying where test case/s fail), and to be customizable to suit the varying software interfaces within NZBS's technical environment.",Awarded,Subject to drawing up and signing of Supply Agreement.,0,20250410 New Zealand Blood Service,21359769,Request for Proposals,Open Competition,DNA Extraction Robot for New Zealand Blood Service,NZBS 2019_10,20190805,20190906,20201021,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to provide a replacement for the existing DNA Extraction Robot (herein referred to as the extraction robot, robot or system) for our Tissue Typing laboratory based in Auckland. This robot is used for the extraction of DNA from various samples including: anticoagulated fresh or frozen whole blood, buffy coat cells, cryopreserved lymphocytes, buccal epithelial cells, plasma, serum, body fluids, cultured cells, cord blood and tissues from various sources. This RFP will also relate to the supply of reagents and consumables used by this extraction robot for the life of the contract.",Awarded,,0,20250410 New Zealand Blood Service,21462404,Request for Proposals,Open Competition,Microbial Detection System for New Zealand Blood Service,NZBS 2019_8,20190823,20190927,20210317,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to provide a replacement for our existing microbial detection system (MDS) for the detection of microbial contaminants in blood components, such as platelets and serum eye drops, to be installed at each of our four Processing sites located at Auckland, Hamilton, Wellington and Christchurch. This RFP will also relate to the supply of both aerobic and anaerobic culture bottles. NZBS currently uses approximately 125,000 aerobic and 125,000 anaerobic bottles per annum, or indicatively, a total of 875,000 aerobic and 875,000 anaerobic culture bottles for the seven year contract period. The scope of this RFP includes: The instrumentation, consumables (including aerobic and anaerobic culture bottles), support materials and other services necessary to meet the requirements identified in the specification for a seven year contract period. Installation commissioning and maintenance of the proposed MDS. Training of NZBS staff. Data management functionality required for the interfacing of the instrumentation to the NZBS network and/or required middleware. A robust continuity of supply contingency plan in respect of consumables, parts, software and maintenance. Ongoing maintenance and system support.",Awarded,,0,20250410 New Zealand Blood Service,21807839,Request for Proposals,Closed Competition,Integrated Security Management System for New Zealand Blood Service,NZBS 2019_12,20191021,20191115,20200228,,Sole Agency,No,,"The New Zealand Blood Service is looking to replace its current access control and security system at its main site at 71 Great South Road, Epsom Auckland. This site is home to our head office, regional processing, donor collection and logistics facilities, and specialist national laboratories. The building is approx. 8,000 sqm including the basement car parking, with approx. 210 staff working on site and operating 24/7. This site is currently undergoing a significant redevelopment, and we are therefore looking to replace our aging security and access system, with a new Integrated Security Management System (ISMS). The proposed solution will include all the components such as all equipment, hardware, software, cabling and ancillary services as required to provide a complete and functional Intelligence Security Management System (ISMS). As part of this solution we also require the ongoing support for the system. Any other security system components not included in this specification shall be fully integrated with this ISMS.",Awarded,Optic Security Group Limited,0,20250410 New Zealand Blood Service,22377143,Request for Proposals,Open Competition,Environmental Monitoring System for New Zealand Blood Service,NZBS 2020_2,20200228,20200601,20210430,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to provide an environmental and equipment central monitoring system (EMS) to support NZBS requirements for the redeveloped Epsom facility in Auckland. Constant, reliable environmental and equipment monitoring is crucial to ensure blood and blood products are manufactured and maintained within specification at this newly redeveloped facility. The scope of this RFP includes: The instrumentation, support materials and other services necessary to meet the requirements identified in this specification. Installation commissioning and maintenance of the environmental monitoring system (EMS). Training of NZBS staff including advanced operator training. Data management functionality required for the interfacing of the instrumentation to the NZBS network (if required). A robust continuity of supply contingency plan in respect of parts, software and maintenance. Ongoing maintenance and system support, including software management (and upgrades), alarm point verification and calibration of probes installed for purposes of the EMS. Ability to monitor storage areas at other non NZBS locations (e.g. blood fridges installed at external hospitals). Ability to send alarms to several mobile phone numbers by e-mail and e-text in a notification cascade",Awarded,,0,20250410 New Zealand Blood Service,22440776,Request for Proposals,Open Competition,Apheresis Technology for New Zealand Blood Service,NZBS 2020_3,20200313,20200601,20220318,,Sole Agency,No,,New Zealand Blood Service (NZBS) is seeking proposals to source a reputable and proven supplier of apheresis equipment that meets the requirements and specifications of NZBS for a plasmapheresis collection system.,Awarded,,0,20250410 New Zealand Blood Service,22511539,Request for Quotations,Open Competition,Liquid Nitrogen Freezers and Storage Inventory Systems.,NZBS 2020_4,20200403,20200522,20201117,,Sole Agency,No,,"We are seeking a solution that ensures the ongoing storage of viable, cryopreserved stem cells at temperatures = minus 160oC in the vapour phase (or equivalent) of liquid nitrogen freezers at our donor centres.",Not Awarded,"Our procurement process for the supply of Liquid Nitrogen Freezers has been significantly delayed due to complications with the redevelopment of our Epsom site (71 Great South Road). NZBS offer their apologies to all tending parties to this RFQ - we thank you for your continued support NZBS plan to re-approach the market in mid-2021 and will ensure these parties are notified. Many thanks",0,20250410 New Zealand Blood Service,22692734,Request for Proposals,Open Competition,Digital Signage Software for New Zealand Blood Service,NZBS 2020_6,20200519,20200622,20210906,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to identify a strategic partner who can implement a digital signage software solution, capable of supporting New Zealand Blood Service (NZBS) across multiple sites and with specific business requirements. The Provider will provide a digital signage software solution whereby NZBS staff can create and display a variety of digital signs across multiple sites. It will be used for both internal monitors on the donor floor, donor reception and staff rooms, as well as displaying signs on external screens. The solution will need to give NZBS the ability to show different messaging on screens depending on their location and purpose.",Awarded,,0,20250410 New Zealand Blood Service,22780934,Request for Proposals,Open Competition,Air Certification & Calibration Services for New Zealand Blood Service,NZBS 2020_7,20200605,20200710,20210401,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to provide air certification and calibration services nationally over the next three-year period. The scope of this RFP includes: o Provision of air certification, calibration and spatial monitoring services according to the requirements of the relevant accrediting body, where required. o Provision of air certification, calibration and spatial monitoring services that are traceable to national standards of measurement. o Provision of calibrations for weight, time, speed, temperature, humidity pressure and volume.",Awarded,,0,20250410 New Zealand Blood Service,23050852,Request for Proposals,Open Competition,Next Generation Sequencing (NGS) Kit for Human Leucocyte Antigen (HLA) Typing,NZBS 2020_9,20200731,20200821,20210215,,Sole Agency,No,Level 3,"NZBS undertakes HLA typing for compatibility testing of solid organ and stem cell transplant recipients and donors in the National Tissue Typing Laboratory located in Auckland. NZBS is seeking proposals from suitable suppliers to provide a replacement for the existing NGS typing kit which is compatible on Illuminas MiSeq Dx platform. The scope of this RFP includes: The reagents and consumables, support materials and other services necessary to meet the requirements identified in the specification for the period of the contract. Training of NZBS staff. Data management functionality required for the interfacing of the software to the NZBS Tissue Typing Database. A robust continuity of supply contingency plan in respect to technical problems. Ongoing software and NGS kit support.",Awarded,,0,20250410 New Zealand Blood Service,23195336,Request for Quotations,Closed Competition,Generator at 71 Great South Road Epsom,NZBS 2020_14,20200828,20200916,20210118,,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Blood Service,23363109,Request for Proposals,Closed Competition,Centrifuges for the New Zealand Blood Service,NZBS 2020_8/2,20200928,20201023,20210222,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to provide benchtop sample and serological tube centrifuges for the next five years. The scope of this RFP includes: The supply of benchtop centrifuges The supply of serological centrifuges Supply of IQ/OQ documentation Training of lead users. The supply of support documentation and other services necessary to meet the requirements identified in the specification. A robust continuity of supply contingency plan in respect of parts and maintenance. Ongoing maintenance agreements, excluding calibration.",Awarded,,0,20250410 New Zealand Blood Service,23429316,Request for Quotations,Open Competition,Blast Freezers for the New Zealand Blood Service,NZBS 2020_15,20201009,20201023,20210118,,Sole Agency,No,,"NZBS requires the supply and installation of upright blast freezing equipment. Our requirement is for an upright blast freezer unit with the ability to load human plasma units contained in either bags or semi-flexible bottles, up to 1000 mL, on roll-in trolleys that can be wheeled in/out.",Awarded,,0,20250410 New Zealand Blood Service,23620636,Request for Proposals,Open Competition,Donor Relationship Management System for New Zealand Blood Service,NZBS 2020_16,20201113,20210205,20211217,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to identify a strategic partner who has the capability of providing a Donor Relationship Management (DRM) System (or Customer Relationship Management System), capable of supporting New Zealand Blood Service (NZBS) Donor Services operations. The DRM System Provider will provide the system and training necessary for NZBS to effectively recruit, retain and convert donors and to manage their interactions with their donors.",Awarded,,0,20250410 New Zealand Blood Service,24418855,Request for Quotations,Closed Competition,Print Technology and Associated Services (PTAS) RFQ for New Zealand Blood Service,NZBS 2021_01,20210611,20210630,20220301,,Sole Agency,No,,"This procurement is for the delivery, installation and configuration of new MFDs and the on-going maintenance and management of NZBSs MFD fleet across all the sites in New Zealand. NZBS is looking for an innovative and efficient solution that is technologically compatible with our infrastructure and provide better document printing, copying, scanning and follow me printing customer experience to all users. This RFQ is seeking responses from the suppliers on PTAS AoG panel only.",Awarded,,0,20250410 New Zealand Blood Service,25059326,Request for Proposals,Open Competition,Supply of Rapid Plasma Freezers for the New Zealand Blood Service,NZBS 2021_04,20211105,20211217,20221101,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from suitable suppliers to supply Rapid Plasma Freezers. This procurement relates to the replacement of the current rapid plate freezer systems that are used for rapid freezing of plasma for use as clinical & fractionated plasma products. Clinical plasma is required to be frozen within 60 minutes, whilst plasma for fractionation can be frozen over a maximum 12-hour period.",Awarded,,0,20250410 New Zealand Blood Service,25462445,Request for Quotations,Open Competition,The Supply & Management of Liquid Nitrogen for our new Highbrook facility.,NZBS 2022_01,20220228,20220311,20221107,,Sole Agency,No,"Level 1, 71 Great South Road, Epsom, Auckland 1071.","NZBS is building a new Manufacturing and Logistics facility in Highbrook Industrial park, Auckland. Required are: 1. Bulk cryogenic Liquid Nitrogen Storage Tank 2. Design and installation of Liquid Nitrogen vacuum supply line for a maximum of 25 LN2 freezers 3. Emergency stop supply system that is compatible with NZBS Oxygen Monitoring system 4. Supply of Liquid Nitrogen to the Highbrook Facility 5. Continuous monitoring of the Liquid Nitrogen levels by the Supplier and to initiate a fill cycle 6. Ability for NZBSs EMS to monitor the Liquid Nitrogen levels in the bulk tank 7. Supply and Installation of Liquid Nitrogen Management System. E.g. Cryo-buddy or Hot Gas bypass system to efficiently manage the LN2 supply and usage 8. A business continuity plan which prevents disruption to service, and which includes the ability to vary supply as required to meet future demand",Awarded,Final cost to be confirmed as currently still in design stage for our new Facility at Highbrook.,0,20250410 New Zealand Blood Service,26278357,Request for Proposals,Open Competition,Supply of Haematology Analysers for New Zealand Blood Service,NZBS 2022_02,20220905,20221007,20230222,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from reputable and proven suppliers to supply, maintain and support Haematology analysers for the next ten years. The scope of this RFP includes: ? The supply of Haematology Analyser as per (Section 2.2) ? Supply of all associated reagents & consumables. ? Supply of IQ/OQ documentation ? Training of lead users. ? The supply of support documentation and other services necessary to meet the requirements identified in the specification. ? A robust continuity of supply contingency plan in respect of reagents, parts and maintenance. ? Ongoing maintenance agreements.",Awarded,,0,20250410 New Zealand Blood Service,26549457,Request for Proposals,Open Competition,Blood Grouping Analysers for New Zealand Blood Service,NZBS 2022_03,20221028,20221118,20230214,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is seeking proposals from reputable and proven suppliers to supply, maintain and support Blood Grouping Analysers for the next ten years. NZBS policy and government directives require all major procurements to be formally contestable and this Request for Proposals (RFP) outlines the process and the specification for the system required. The scope of this RFP includes: The supply of Blood Grouping Analysers as per Section 2 Supply of all associated reagents & consumables. Supply of IQ/OQ documentation Training of lead users. The supply of support documentation and other services necessary to meet the requirements identified in the specification. A robust continuity of supply contingency plan in respect of reagents, parts and maintenance. Ongoing maintenance agreements.",Awarded,,12988963,20250410 New Zealand Blood Service,27595449,Request for Proposals,Open Competition,Identification and Implementation of a Health & Safety Management System,NZBS 2023-06,20230626,20230811,20231213,,Sole Agency,No,,"The New Zealand Blood and Organ Service (NZBS) has a well- established and documented Health & Safety Management Framework. This framework is currently managed using a variety of manual processes amd systems; making it challenging to deliver in an effective manner. Our aim is to identify and implement a cloud based out-of-the-box solution that meets International Standards and New Zealand regulatory requirements for a H&S Management System. The system needs to be easily accessible through a web browser and mobile devices. We don't just need a software solution, we also need a partner to provide implementation services, including migration of existing data and content, and ongoing training and maintenance of the solution.",Awarded,,0,20250410 New Zealand Blood Service,27728071,Request for Proposals,Open Competition,Contact Centre Service for New Zealand Blood and Organ Service.,NZBS 2023_07_01,20230719,20230818,20240301,,Sole Agency,No,,"NZBS is looking for a credible and experienced provider which has the capability, experience, and infrastructure to deliver a world class best practice full contact centre solution. The Respondent will need a good track record in the management of contact centre solutions that can be substantiated through feedback from other clients as being of high quality, operationally efficient, and cost effective.",Awarded,,17000000,20250410 New Zealand Blood Service,27793438,Request for Quotations,Open Competition,Supply and Support of a Mobile Device (Tablet) Management System.,NZBS 2023_07_02,20230731,20230830,20240901,,Sole Agency,No,,"We are looking to source a Tablet device for our Donors to complete a Self-Administered Health History (S.A.H.H.) questionnaire when attending a donor centre to donate Blood or Plasma. We require an end-to-end solution to provide, configure and manage mobile tablet style devices, to provide our donors with a way to complete the web-based version of our Donor Questionnaire. These are required at both static donor centres and at mobile drives which can be set up anywhere around the country.",Awarded,,662671,20250410 New Zealand Blood Service,28641666,Request for Quotations,Open Competition,Highbrook Logistics Centre - Office Furniture Fit out,NZBS-2023-23-01,20231220,20240114,20240215,,All of Government,No,,This Request for Quote is for supply and delivery of office furniture for New Zealand Blood and Organ Service's satellite site. We are seeking quotes that offer the best value and closely align with our Design standards.,Awarded,,70487,20250410 New Zealand Blood Service,28674635,Request for Proposals,Open Competition,Automated Blood Component Processing System,NZBS 2024_01_09,20240116,20240216,20241101,,On behalf of procurement agent,No,,"New Zealand Blood and Organ Service (NZBS) is seeking proposals from reputable and proven suppliers to supply, maintain and support Automated Blood Component Processing System for the next ten years, including all associated consumables along with ongoing maintenance agreements.",Awarded,,1375277,20250410 New Zealand Blood Service,29107585,Request for Quotations,Open Competition,Liquid Nitrogen Freezers and Storage Inventory Systems,NZBS-2024-03-25,20240327,20240430,20250201,,On behalf of procurement agent,No,,"We are seeking a solution that ensures the ongoing storage of viable, cryopreserved stem cells and heart valve tissue at temperatures = minus 150oC in the vapour phase (or equivalent) of liquid nitrogen freezers at our processing centres and new Highbrook facility.",Awarded,,1135395,20250410 New Zealand Customs Service,19328614,Request for Proposals,Open Competition,Mobile Cargo Non-Intrusive Inspection System,,20171215,20180216,20190802,,Sole Agency,No,,"This Request for Proposal is for the provision of two Mobile Cargo Non-Intrusive Inspection (NII) Systems and ongoing maintenance services for systems. These systems will utilise backscatter technology or similar, be completely mobile and enable Customs officers to safely, quickly and accurately identify manifested goods and recognise anomalies such as concealed narcotics, explosives and other prohibited goods. Customs requires a solution that can assist in quickly, safely, and accurately providing information to officers to make a decision on the next course of action - to further detain or release. The solution needs to be mobile, manoeuvrable, easy to operate, fast, accurate and safe.",Not Awarded,"Endeavour Support Services Limited, registered office at 176 Gills Road, Albany, Auckland.",0,20250410 New Zealand Customs Service,20611865,Request for Proposals,Open Competition,RFP for ELK Professional Services,,20190118,20190218,20190903,,Sole Agency,No,,"The New Zealand Customs Service wishes to select a professional services partner for the upgrade and support of our ELK technology stack (a collection of three open-source software products from Elastic (www.elastic.co) Elasticsearch, Logstash and Kibana used for log aggregation and management). Refer to the attached RFP documents for further details.",Not Awarded,"This contract has been awarded to Section6 Limited - Level 6 State Insurance Building, 1 Willis Street, Wellington 6011, New Zealand.",0,20250410 New Zealand Customs Service,20692589,Request for Proposals,Open Competition,RFP for Rigid Hull Inflatable Boat,10210-1,20190205,20190308,20190904,,Sole Agency,No,,"The New Zealand Customs Service Maritime Unit requires a Rigid Hull Inflatable Boat (RHIB) that will expand current Customs maritime capability, extend national coverage of areas where the larger Customs vessel has limited operation, and have sufficient capability to take enforcement action when and where required. Refer to the attached RFP documents for further details.",Not Awarded,"This contract has been awarded to Rayglass Sales & Marketing Ltd, 7 Paisley Place, Mt Wellington 1060, Auckland.",0,20250410 New Zealand Customs Service,21034640,Request for Proposals,Open Competition,RFP for Mobile X-ray Capability,10209-1,20190515,20190613,20191118,,Sole Agency,No,ServiceDevelopmentTenders@Customs.govt.nz,"The New Zealand Customs Service requires mobile x-ray capability that will be deployed to provide non-intrusive inspection coverage across Customs ports of entry and Customs Controlled-areas through quick and easy deployable x-ray units. Refer to the attached RFP documents for further details.",Not Awarded,"This RFP has been awarded to; Smiths Detection NZ Ltd (Company No: 1800686) 1/180 Montgomerie Road Mangere Auckland 2022 A contract was signed on 8th November 2019.",0,20250410 New Zealand Customs Service,21801055,Request for Proposals,Open Competition,Fixed wing air charter services RFP,10210-2,20191018,20191119,20200723,,Sole Agency,No,,"Customs is seeking proposals from Respondents who can supply fixed wing air charter services over mainland New Zealands coastal areas (out to 200 nautical miles). Tender documentation is available on request by emailing a completed confidentiality deed to ServiceDevelopmentTenders@customs.govt.nz.",Not Awarded,This tender has been completed.,0,20250410 New Zealand Customs Service,22790844,Request for Proposals,Open Competition,DevOps Resourcing,,20200608,20200709,20210210,,Sole Agency,No,,"Customs wish to select a professional services supplier who can provide a team of DevOps resources to help support our project and operational requirements. These resources will work alongside Customs Information Services (IS) staff to develop, maintain, and support key Customs systems.",Awarded,"This RFP has been awarded to Section6 Limited (NZBN: 9429041532669), effective 1 October 2020.",0,20250410 New Zealand Customs Service,26569013,Request for Proposals,Open Competition,Passport Readers for the New Zealand Customs Service,NZCS0111,20221103,20221129,20230801,,Sole Agency,No,,Customs is replacing the current document readers used by Customs Officers working at our primary line kiosks located at international airports to read passport details when processing departing and arriving passengers.,Awarded,,0,20250410 New Zealand Customs Service,27175961,Request for Proposals,Open Competition,Mobile X-ray Capability Replacement,NZCS0112,20230403,20230524,20240222,,Sole Agency,No,,"New Zealand Customs Service requires mobile x-ray solutions to assist inspections, and to ensure these occur efficiently.",Not Awarded,Customs is pleased to confirm the contract has been awarded to Smith Detection.,0,20250410 New Zealand Customs Service,29147418,Request for Proposals,Closed Competition,Main Contractor Construction Services - Auckland Office Fit-out,,20240405,20240510,20240703,,Sole Agency,No,,"This Request for Proposal (RFP) is the follow up for the Registrations of Interest (ROI) for the Main Contractor Fit-out Services for Auckland Customshouse. This RFP is to allow the New Zealand Customs Service to select the Main Contractor of Construction Services to deliver Sub-divisional Hard Fit-out (SHF) for their new office fit-out, from the shortlisted respondents.",Awarded,"New Zealand Customs Service is pleased to announce the contract has been awarded to Savory Construction Ltd. The term of the contract/s: 7 months and 22 days. Ends on the 28 February 2025. The type of procurement process used: RFI followed by Closed Tender",0,20250410 New Zealand Customs Service,29508004,Request for Quotations,Closed Competition,RFQ - Faraday Room for Aecom House,,20240530,20240703,20240828,,Sole Agency,No,,"The Auckland office of the New Zealand Customs Service is moving buildings in the first quarter of 2025. As part of the new fit out for the building, a faraday room has been identified as an essential item to be installed. A faraday room is a purpose-built room which stops certain types of electromagnetic radiation such as mobile phone signals from entering or exiting. The contract is for the design, fabrication and installation of the faraday room. For any questions relating to this tender, please channel them via GETS. Please be cognizant of New Zealand Time zone. Please confirmed received via email",Awarded,NZ Customs Service is pleased to announce that the contract for this tender has been awarded to Global GMC Ltd.,0,20250410 New Zealand Customs Service,29582566,Request for Quotations,Open Competition,RFQ - Corporate Movers for Auckland,,20240614,20240701,20240828,,Sole Agency,No,,"The Auckland office of the New Zealand Customs Service is moving buildings in the first quarter of 2025. As part of the move, we are seeking a partnership with a cohesive team of relocation expert that can support Customs office facilities function in the planning and logistics of moving furniture and fittings, and/or removing for disposal items as and when required. For any questions relating to this tender, please channel them via GETS. Please be cognizant of New Zealand Time zone. Please confirmed received via email",Not Awarded,We are pleased to announce that this contract has been awarded to Fusion Workplace Services (Crown),0,20250410 New Zealand Customs Service,30822660,Request for Proposals,Closed Competition,Sec Proc RFP- Website Content Management System Migration,,20241216,20250124,20250217,,All of Government,No,,"New Zealand Customs Service is looking for suitable external web development agency to move the Customs website (customs.govt.nz) and its content from its existing content management system (CMS) to a new, open-source CMS. The same agency will provide ongoing website hosting and maintenance following successful migration to the new platform.",Not Awarded,We are pleased to announce that the contract has been awarded to IT Effect Limited.,0,20250410 New Zealand Defence Force,19883076,Request for Tenders,Open Competition,Boeing 757 Undercarriage Overhaul,Rfx_1481,20180706,20180810,20190801,Procurement,Sole Agency,No,,"NZDF owns two B757 aircraft which are operated by the Royal New Zealand Airforce (RNZAF). RNZAF has one complete spare undercarriage assembly ready for overhaul which will need to be completed and returned to the RNZAF before the second assembly can be removed from an aircraft and made available for the second overhaul. Primarily this RFT is to source the services of a certified, qualified and capable organisation to undertake the required undercarriage assembly overhauls within required timeframes. However NZDF will also look at alternative proposals for the exchange of fully overhauled and certified undercarriage assemblies for the RNZAF assemblies requiring overhaul or the offer of overhauled assemblies for purchase outright should that be evaluated as advantageous to NZDF. Interested parties can view this opportunity on the NZDFs SmartProcure website portal at: https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration is simple and free, just click register now. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDFs SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,"Awarded to: Aventure International Aviation Services USA",0,20250410 New Zealand Defence Force,20285595,Request for Proposals,Open Competition,Project Management Training,Rfx_1531,20181012,20181121,20190808,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) is seeking a Supplier to provide consistent and cost effective training in project management methodology and related Services: a. AXELOS PRINCE2, MoP and MSP Certification Courses including certification examinations, b. APMG Certification Courses including certification examinations, c. Other basic project management training courses, d. Administrative Support Services in organising and coordinating the courses. This is a Closed Syndicated Procurement for which NZDF is the Lead Agency. The following are the Participating Agencies, who at their discretion may during the term of the Agreement join this procurement: a. Department of Conservation b. Department of Corrections c. Greater Wellington Regional Council c. Housing New Zealand Corporation e. Hutt Valley District Health Board f. Inland Revenue Department g. Ministry of Business, Innovation and Employment h. Ministry of Education i. Ministry of Social Development j. New Zealand Police k. New Zealand Qualifications Authority l. Parliamentary Services m. Wellington Institute of Technology n. Whiteria New Zealand If other Agencies which have not been previously identified as wishing to be a Participating Agency, notify NZDF no later than 24 October 2018, that they wish to be included in the list, then this RFP will be modified accordingly. A briefing is available to potential Respondents, scheduled 3pm on Tuesday 23 October 2018. If you wish to attend the briefing, please RSVP no later than Noon on Friday 19 October 2018 through the SmartProcure messaging system. Please state your organisation name, attendees names and a contact phone number (Please, no more than 2 representatives from each supplier.) Briefing Location: Please refer to the location map at attachment 5 in the SmartProcure listing attachments section. NZDF National Service Centre Corner Alexander and Dante Roads Upper Hutt (Attendees, please allow time to sign-in at Reception)",Not Awarded,"Awarded to: ILX Group Approx. spend Range: $500k - $980K",0,20250410 ,,,,,,,,,,,,,,,,, New Zealand Defence Force,20600799,Request for Proposals,Open Competition,Material Handling Equipment (MHE) and Support,Rfx_1651,20190116,20190218,20191211,Procurement,Sole Agency,No,,"NZDF is currently seeking various sized Material Handling Equipment (MHE) and appropriate Maintenance, Repair and Overhaul (MRO) service support. The MHE must be able to be deployed to, and operated in austere environments when deployed, within and away from New Zealand, and remain reliable/available without ready access to base maintenance facilities. This is particularly true of support to expeditionary forces. This RFP will be managed using a Multi-Lot methodology comprising a compulsory qualification and generic requirements lot and three separate lots for small, medium and large MHE. Separate responses may be submitted for the small, medium, and/or large MHE. Interested parties can view this RFP on the NZDFs SmartProcure website portal at: https://nzdf.bravosolution.com Suppliers must logon to access the RFP and submit a response. Registration is simple and free, just click register now . If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFP must be in writing through NZDFs SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,"Awarded to: AB Equipment Limited Contract $ Band: $5.0M - $10.0M",0,20250410 New Zealand Defence Force,20820335,Request for Tenders,Open Competition,RFx_1682 - Medium Size Passenger Buses (20 to 25 seater),RFx_1682,20190311,20190404,20191203,Procurement,Sole Agency,No,,"NOTE: This Procurement is being managed through SmartProcure. Refer to the attached ""Guide to SmartProcure"" on how to access this opportunity. Refer http://nzdf.bravosolution.com The SmartProcure RFx reference as follows: rfx_1682 - Medium Size Passenger Buses (20 to 25 seater) All inquiries regarding this tender must be in writing through NZDF's SmartProcure message portal. NZDF will endeavour to respond to all inquiries within two business days. Overview NZDF wishes to enter into a Standing Offer Contract with a Preferred Supplier for the supply of medium size buses (20 to 25 seater) that will meet NZDF's operational requirements as described in this Request For Tender (RFT). This is an open competitive tender. The initial purchase is for two (2) medium size buses with capacity for around 20-25 passengers. NZDF is proposing a 10 year Standing Offer Contract with the Preferred Supplier, the intent being to purchase 2 buses per year till the current fleet of 14 buses have been replaced. It must be noted that all future bus purchases are subject to annual budget approval. For clarity, NZDF cannot guarantee year on year bus purchases. An assessment of bus utilisation within NZDF revealed that buses travel an average of 16,000 km per annum. NZDF expects to advise Respondents of this tender outcome by 15 Apr 19. The estimated Standing Offer Contract Commencement Date is 15 Jun 19. Note: NZDF reserves the right to amend these timeframes at any stage.",Not Awarded,Awarded to: JW International Limited,0,20250410 New Zealand Defence Force,20885024,Request for Proposals,Open Competition,Field Operational Hygiene and Catering Systems (FOHCS),Rfx_1752,20190327,20190501,20200114,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for mobile Field Hygiene (Laundry, Shower, and Toilet) and Catering (Tactical Field Kitchen) operating systems. The solution must be Military off the Shelf (MOTS) or Commercial off the Shelf (COTS). NZDF deploy forces by air and sea into unstable and remote environments and must sustain them once there. These units are a component of this capability as they enable NZDF to effectively support the sustainment of these forces in their area of operations through the provision of suitable catering and hygiene facilities. The Systems will need to operate as a standalone facility and/or as an extension to the tented facilities. The Field Hygiene and Catering Systems (FOHCS) has to be robust as they are transported by air, ship and truck. This Request for Proposal (RFP) is seeking responses from key market performers to provide information and capability relating to the requirements detailed in this RFP. NZDF reserves the right to provide supplementary information to all Respondents to this RFP. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. A Guide to SmartProcure is attached. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to dcs@nzdf.mil.nz.",Not Awarded,The contract is awarded to Global Defence Solutions Ltd.,0,20250410 New Zealand Defence Force,20912114,Request for Proposals,Open Competition,"Provision of C130H Hercules and P3 Orion Aircraft Spares, Componentry and Consumables.",RFP_1578,20190404,20190502,20200414,Procurement,Sole Agency,No,,"The key objective of this procurement is to establish and develop a collaborative partnership with a qualified and capable supplier or suppliers to ensure continuity of the required level of operational availability for NZDF aircraft. To this end, New Zealand Defence Force (NZDF) is seeking proposals from certified and capable suppliers and service delivery suppliers for the delivery of Air-frame Spares, Componentry and Consumables for the following aircraft types: 1. C-130H(NZ) Hercules. 2. P-3K2 Orion. Interested parties can view this opportunity on the NZDFs SmartProcure website portal at: https://nzdf.bravosolution.com Suppliers must logon to access the RFP and submit a response. Registration is simple and free, just access the site and select register now. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFTP must be in writing through NZDFs SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,Awarded to MHD Rockland,0,20250410 New Zealand Defence Force,20961947,Request for Proposals,Open Competition,rfx_1593 - Supply of Medals and Awards,RFP_1593,20190418,20190523,20191204,Procurement,Syndicated Opportunity,No,,"NOTE: This Procurement is being managed through SmartProcure (Reference rfx_1593 - Supply of Medals and Awards). Refer to Attachment 01 ""Guide to SmartProcure"" on how to access this opportunity. Refer http://nzdf.bravosolution.com All inquiries regarding this tender must be in writing through NZDF's SmartProcure message portal. NZDF will endeavour to respond to all inquiries within two business days. Overview The New Zealand Defence Force (NZDF) is proud to acknowledge and recognise personnel who actively serve and defend New Zealand. This is ceremoniously achieved at formal medals and awards ceremonies. A customer focused, cost effective and professional medals and awards manufacturing and delivery service is being sought at this time. The proposed term of the Agreement is 7 years, made up of an initial 3 year term with two rights of renewal for 2 years each, (3+2+2). The anticipated Commencement Date of the Agreement is 01 Dec 2019. The Agreement will be closed syndicated to enable selected eligible Government Agencies (listed below) to procure Goods and Services under the Agreement. The selected Government Agencies that may participate during the term are: 1. Department of Prime Minister and Cabinet (DPMC) 2. Corrections 3. NZ Police 4. NZ Customs 5. Ministry of Foreign Affairs and Trade 6. NZ Fire and Emergency Service 7. Ministry of Primary Industries During the tender period, questions are encouraged. Respondents may ask for their questions to be kept confidential if these are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a question/answer reveal information required by all Respondents to this tender. All inquiries regarding this tender must be in writing through NZDFs SmartProcure message portal. NZDF will endeavour to respond to questions within two business days. **NOTE: If you intend responding to this tender, you will need to ensure sample medals arrive at the NZDF Point of Contact before the Closing Date. Refer to the Technical Envelope for details. If you have any concerns, please direct these to the Procurement Manager at DCS@nzdf.mil.nz",Awarded,Price Band ($1M-$2M),0,20250410 New Zealand Defence Force,21182880,Request for Proposals,Open Competition,Pre Deployment Training Services,Rfx_1640,20190621,20190726,20200514,Procurement,Sole Agency,No,,"NZDF is seeking to engage with a professional training provider/s to provide NZDF personnel with pre overseas deployment training in the use of interpreters and to gain an understanding of the language and culture of specified overseas geographical areas. Training is to be provided at NZDF camps and bases and will cover the language and dialects spoken in the region(s) where NZDF personnel are deployed, as well as the culture and customs of its indigenous people. Ability to provide scenario based role-play activities is an essential deliverable. Training required by the NZDF includes: 1. Use of Interpreters; 2. Language Training; 3. Cultural Awareness; 4. Negotiation Skills; 5. Dealing with Medical Events; 6. Provision of Role Players. For clarity, the training provider must ensure that NZDF personnel are fully prepared to enter into the conflict areas that they are deployed into. This Request for Proposal (RFP) is seeking responses from key market performers to provide information and capability relating to the requirements detailed in this RFP. The proposed contract will have a term of seven years comprising of an initial 3 year term with two subsequent rights of renewal of two years each (3+2+2). NZDF reserves the right to provide supplementary information to all Respondents to this RFP. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. A Guide to SmartProcure is attached All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to dcs@nzdf.mil.nz.",Not Awarded,The contract was awarded to Virtus Training Group.,0,20250410 New Zealand Defence Force,21350613,Request for Tenders,Open Competition,JOINT TERMINAL ATTACK CONTROLLER (JTAC)INDIRECT FIRE (IF) SIMULATION SYSTEM,RFX 1859,20190805,20190902,20191205,,Sole Agency,No,,"The New Zealand Defence Force (NZDF) lacks an accredited JTAC/(IF) simulation system to deliver basic currency requirements which requires this training to be conducted using overseas Close Air Support (CAS) aircraft. Also, this limits the live aircraft time available to conduct JTAC and Joint Fire Observer (JFO) proficiency-based training and, as the number of CAS aircraft available for this training falls, the time available for NZDF training will further decrease, adversely impacting JFO proficiency, with a resulting risk to mission success. The primary objective of the JTAC/IF Simulation System Project is to deliver a simulation system that will be the primary New Zealand based IF and CAS training system, enabling the majority of JTAC and JFO bi-annual currency requirements and Indirect Fire Observer training requirements to be met in a synthetic environment. They key objective of this procurement is to purchase two fixed systems and one deployable system, with the fixed systems being located, one in Papakura Military Camp (PMC), Auckland, New Zealand and one in Linton Military Camp (LMC), Palmerston North, New Zealand. Prospective Tenderer's should be aware that the JTAC/IF simulation system being offered to NZDF must meet all of the standards as defined by the Joint Fire Support Executive Steering Committee Joint Close Air Action Plan Memorandum of Agreement 2004-01, commonly known as the JTAC MOA. Interested parties can view this opportunity on the NZDF SmartProcure website at: https://nzdf.bravosolution.com Prospective Tenderer's must logon to access the RFT and submit a response. Registration is simple and free, just click 'register now'. If you require assistance to register please contact dcs@nzdf.mil.nz All enquiries regarding this RFT must be in writing through NZDF's SmartProcure messaging system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,"Visual Simulation Systems Pty Limited Price Band $1.5M-$3M",0,20250410 New Zealand Defence Force,21405054,Request for Quotations,Open Competition,Bus Service - Auckland Region,Rfx_1865,20190812,20190904,20191125,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking to engage with the market to provide Bus Services to transport NZDF personnel to and from the Devonport Naval Base in Auckland each working day at approx 0700 and 1530 return to base (""Deliverables""). It is estimated that this service will be required for approximately 260 days per year for five years, with a possible two year extension. This Request for Quote (RFQ) is seeking responses from key market suppliers to provide information and capability relating to the requirements detailed in this RFQ. The proposed contract will have a term of five years with one subsequent right of renewal of two years (5+2). Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to the dcs@nzdf.mil.nz",Awarded,"Contract awarded to Ritchies Transport Holdings Limited. Original award notification was issued on GETS at 29-11-2019 11:29 Pacific/Auckland UTC +13:00",0,20250410 New Zealand Defence Force,21442435,Request for Proposals,Open Competition,Risk Management and Insurance Advisory Services,rfx_1899,20190819,20190918,20200520,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has an on-going requirement for insurance placement and risk advisory services. The insurance programme/s must cover, with limited exceptions, all aspects of NZDFs operations including a NZDF Members Insurance Benefits Package (MIBP). NZDF is ideally seeking to engage a sole Supplier, however, there is scope to award the contract separately to Suppliers for the primary NZDF insurance programme and NZDFs Personnel insurance programme including the MIBP. The Supplier/s will be engaged for an initial three year period and NZDF may, at its sole discretion, offer two additional extensions of one year each. The Supplier/s will be expected to provide wide ranging advice on all aspects of NZDFs insurance programme, assist in its administration and make recommendations for improvements as well as providing insurance related education and training opportunities to NZDF personnel. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to the dcs@nzdf.mil.nz",Not Awarded,"The Primary Insurance was awarded to Willis New Zealand Limited The Personal Insurance was awarded to Aon New Zealand Limited",0,20250410 New Zealand Defence Force,21507502,Request for Tenders,Open Competition,PORTABLE MULTI-BEAM ECHO SOUNDER,RFX1735,20190829,20190926,20200727,,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for HMNZS MATATAUA (MAT) to provide Military Hydrographic Capability in order to understand the underwater littoral environment, resulting in military or other vessels of strategic/operational importance being able to make use of sea areas that otherwise may be denied by lack of depth or underwater obstruction information. The Royal New Zealand Navy (RNZN) Military Hydrographic Capability has primarily been meeting its requirements through the operation of shallow water (0-200m) Multi Beam Echo Sounder (MBES) systems from HMNZS RESOLUTION (RES), and Survey Motor Boat (SMB) ADVENTURE (ADV) in various forms since 1999. The existing systems no longer meet NZDF operational requirements and NZDF is now seeking to equip the RNZN with portable MBES systems that have the ability to work from any RNZN boat and other small vessels, as required. Interested parties can view and respond to this opportunity on the NZDF SmartProcure website portal at: https://nzdf.bravosolution.com Prospective Respondents must login to access the RFX and submit a response. Registration is simple and free, just click register now. All enquiries regarding this RFX must be in writing through NZDFs SmartProcure messaging system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,"Awarded to Seismic Asia Pacific Pty Limited Price Band - $1m-$5m",0,20250410 New Zealand Defence Force,21809415,Request for Proposals,Open Competition,"Insect Repellent, Sunscreen, Camouflage Face Paint, Lip Balm and Massage Cream",RFP_1828,20191021,20191122,20201111,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) has a requirement to replace its current Products. The Product range covers insect repellents, sunscreens, lip balm, camouflage face paint and a massage cream, all of which protect NZDF personnel in the harshest of conditions. The Products are used in all environments where personnel are serving with environmental conditions ranging from -10 C to plus 40 C, and humidity up to 95%. It is essential that the formulation of the Products remain stable and useable in those environments. NZDF wishes to contract with a Supplier/s to provide Products with effective performance, ensuring compliance to relevant Standards and applicable New Zealand regulations but also best practice recommendations. The proposed term of the Agreement will be for an initial period of five years with provision for two subsequent rights of renewal, of two years each. This RFP and Agreement will be closed syndicated to enable selected eligible Government Agencies (listed below) to procure Products under the Agreement. The selected Government Agencies that may participate during the term are: 1. NZ Police 2.Ministry of Primary Industries 3. Department of Conservation 4. NZ Customs NZ Police have confirmed their participation to this RFP. A Syndicated Agreement is included in the RFP Attachment section. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz A Guide to SmartProcure is attached. All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers.",Awarded,Contracts Awarded to Skin Technology and Skin Shields,0,20250410 New Zealand Defence Force,21968899,Request for Tenders,Open Competition,Passenger Stair Units for RNZAF,RFX_2012,20191121,20191212,20200511,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) requires two or more passenger unit stairs for the Royal New Zealand Air Force (RNZAF). The passenger stair units must be capable of reaching B737-800 and B757-400 passenger door (2,580mm to 4,140mm). The NZDF invites all tenders that meet the requirements in order to assess which models/configurations will best suit their needs. Further information is available on SmartProcure at https://nzdf.bravosolution.com All enquiries and submissions must come through SmartProcure at https://nzdf.bravosolution.com",Not Awarded,"Feightquip Pty Ltd Award range: $100k - $500k",0,20250410 New Zealand Defence Force,21969257,Request for Tenders,Open Competition,Luggage Conveyor Belt Units for RNZAF,RFX_2010,20191121,20191212,20200511,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for three or more Luggage Conveyor Belt Units for B737-800 and B737-400 aircraft. NZDF invites all proposals that meet this requirement in order to assess which models/configurations will best suit their needs. Details and mandatory requirements are detailed in the RFT which is listed in SmartProcure at https://nzdf.bravosolution.com All enquiries and submissions must be through SmartProcure at https://nzdf.bravosolution.com",Not Awarded,"Freightquip Pty Ltd Award $ range: $500k - $1.0M",0,20250410 New Zealand Defence Force,22017039,Request for Proposals,Open Competition,Typhoon and Mini-Typhoon Simulator RFP,rfx_2015,20191202,20200203,20201005,Procurement,Sole Agency,No,,"NZDF is seeking a simulation system to train its Typhoon and Mini-Typhoon operators without having to use an operational platform. The key objective of this procurement is to deliver operator training to junior personnel that is standardised, realistic and provides an enhanced training experience that results in quicker skill acquisition. Interested parties can view this RFP on the NZDF's SmartProcure website portal at https://nzdf.bravosolution.com Suppliers MUST logon to access the RFP and submit a response. Registration is simple and free, just click ""register now"". If you require assistance to register please contact dcs@nzdf.mil.nz ALL ENQUIRIES regarding this RFP must be in writing through NZDF's SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,DXC Technology,0,20250410 New Zealand Defence Force,22210942,Request for Proposals,Open Competition,"Gym Equipment, Gym Consumables, Maintenance and Servicing",rfx_1913,20200131,20200319,20210921,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) wishes to engage with a single Supplier or Suppliers to deliver commercial grade gymnasium equipment, consumables (Sports and General Fitness Equipment, e.g resistance bands and tennis balls) and maintenance (Services) for the benefit, health and wellbeing of military Personnel. The agreement terms will be based on a partnership arrangement where the Supplier/s and NZDF will work together to ensure the required standards are met in relation to the gymnasium equipment, gymnasium consumables and maintenance standards provided. Both parties will have specific responsibilities and deliverables as part of a negotiated agreement/s. We envisage the Agreement will be for an initial period of three years with provision for two subsequent rights of renewal, of two years each. This RFP and Agreement will be closed syndicated to enable selected eligible Government Agencies to procure Products under the Agreement. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers.",Not Awarded,Contract awarded to Johnston Health Tech New Zealand Limited,0,20250410 New Zealand Defence Force,22218076,Request for Proposals,Open Competition,Radiology Services to NZDF,rfx_1714,20200131,20200313,20201110,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement and responsibility to ensure the health and wellbeing of its personnel, including providing radiology services. NZDF is required, amongst other services and platforms, to provide a radiology service for all NZDF Regular Force personnel and Reserve Force personnel when on duty. NZDF is seeking to develop and purchase enhanced radiology services to provide both urgent, planned and unplanned scanning services possibly through a multi-channel approach (Panel Supplier Agreements). The services and offerings need to take into account NZDF deployment, exercises and international footprint for personnel. Whilst NZDF is seeking a panel of suppliers, NZDF will remain open minded as to how the services can best be delivered. The services could be provided by a single provider, consortium or a panel of suppliers. The NZDF wishes to contract with supplier(s) who will provide safe, effective and efficient radiology services to all eligible NZDF personnel by fully trained and qualified staff. The proposed terms of the Agreement is five years with one right of renewal of two years. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers.",Not Awarded,"Contract awarded to three Panel Suppliers: NZ Radiology Group Broadway Radiology Pacific Radiology (contract not signed yet)",0,20250410 New Zealand Defence Force,22241643,Request for Proposals,Open Competition,Bamyan Range Clearance,RFX_2039,20200131,20200303,20200703,Defence Estate and Infrastructure,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking to appoint an internationally accredited commercial vendor or organisation, with the support of the Afghanistan Directorate of Mine Action Coordination (DMAC), to clear five ranges in the Bamyan province that have been used by the NZDF Provincial Reconstruction Team for the purposes of live firing weapons. Further details are available through the NZDF Procurement website SmartProcure at https://nzdf.bravosolution.com All enquiries are to be through the message system on SmartProcure at https://nzdf.bravosolution.com",Awarded,,3218968,20250410 New Zealand Defence Force,22271813,Request for Tenders,Open Competition,Side Scan Sonar System,RFX1950,20200205,20200305,20210324,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement for HMNZS MATATAUA (MAT) to provide Military Hydrographic Capability in order to understand the underwater littoral environment. The capability will result in military or other vessels of strategic/operational importance being able to locate underwater objects of interest and to make use of sea areas that otherwise may be denied by lack of depth or underwater obstruction information. The Royal New Zealand Navy equipment no longer meets operational requirements and NZDF is seeking a new side scan sonar system which has the ability to operate from any RNZN boat and other small vessels, as required. Interested parties can view and respond to this opportunity on the NZDF SmartProcure website portal at: https://nzdf.bravosolution.com Prospective Respondents must login to access the RFX and submit a response. Registration is simple and free, just click register now. All enquiries regarding this RFX must be in writing through NZDFs SmartProcure messaging system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,"New Zealand Defence Force entered into an a Agreement with New Zealand Ocean Technology Limited (Level 2, 116 Harris Road, East Tamaki, Auckland) for the supply of the Side Scan Sonar systems. Commencement date 17 March 2021, completion date 30 June 2021.",0,20250410 New Zealand Defence Force,22288902,Request for Tenders,Open Competition,Retrospective Safety Case RNZN ANZAC Class Vessels,RFx_2042,20200211,20200313,20200515,,Sole Agency,No,,"The New Zealand Defence Force (NZDF), through the Royal New Zealand Navy (RNZN), has a requirement to develop retrospective Safety Case (SC) for the Australia New Zealand Army Corps (ANZAC) class vessels and integrate the safety cases developed under the Frigate Systems Upgrade (FSU) in order to formally demonstrate the vessel is safe to operate and be compliant with the Health and Safety at Work Act (HSWA) 2015. The ANZAC class vessels were commissioned in 1997. While they have been operated safely for many years a formal SC is now required to show all hazards are being actively managed. A Safety Case is used across NZDF to provide the evidence that a system is safe to operate and is operated safely. It is a logical set of documents that describes risk in terms of the hazards presented by the systems and platform for specified modes of operation. Interested parties can view this RFT on the NZDFs SmartProcure website portal at https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration is simple and free, just click register now. If you require assistance to register please contact dcs@nzdf.mil.nz. ALL enquiries regarding this RFT must be in writing through NZDFs SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,Awarded to: Strategic Sourcing Consultancy (SSCL) Limited,0,20250410 New Zealand Defence Force,22477446,Request for Proposals,Open Competition,Driver Licensing and Training Services to New Zealand Defence Force,,20200324,20200515,20201111,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) is seeking to engage with a professional training provider to provide NZDF personnel with driving license testing and training services in accordance with New Zealand Transport Agency (NZTA) governing legislation. Training and licensing to be provided at all NZDF camps and bases located in: a. Northern Region (includes upper North Island and Auckland area); b. Central Region (includes Manawatu, Rangitikei, Central plateau and lower North Island areas); and c. Southern Region (includes all of the South Island). In some cases training and licencing may need to be provided at Suppliers facilities. For clarity, NZDF has specific Driver Licensing and Training Services requirements (such as the accelerated programme approved by NZTA). Suppliers will need to be able to work within these specialised terms. The proposed contract will have a term of seven years comprising of an initial 3 year term with two subsequent rights of renewal of two years each (3+2+2). Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept Confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a Confidential question highlight a point requiring clarification to other Tenderers. If you have any enquiries or feedback regarding this procurement process, please direct these to the dcs@nzdf.mil.nz",Not Awarded,Contract awarded to Master Drive Services,0,20250410 New Zealand Defence Force,22781043,Request for Proposals,Open Competition,Dental Consumables,Rfx_2114,20200605,20200717,20201126,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) wishes to engage with suppliers who can provide Dental Consumable products. The products must meet Medsafe regulations. Preference may be given to Suppliers who are able to provide all requested Products. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for an initial period of 5 years with provision for two subsequent right of renewals, for a period of 2 years each, at NZDF's discretion. The Agreement will be closed syndicated with the Department of Corrections as the selected eligible Government Agency to procure Goods and Services under the Agreement. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to Henry Schein Regional Limited,0,20250410 New Zealand Defence Force,22854568,Request for Quotations,Open Competition,Consultancy Services for Exercise Kiwi Command 20 (KC20) - Exercise Planning and Delivery Support,,20200622,20200703,20201111,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) wishes to engage with suppliers who can provide Consultancy Services in the planning, design and delivery of the Kiwi Command 20 (KC20) Command Post Exercise (CPX) Deliverables for the Joint and Operational level C2 training for HQJFNZ and HQDJIATF. It will provide an evaluation platform for completing targeted assessment of the NZDFs progress along the path to becoming a more agile, networked and integrated defence force. The Supplier will need to provide a quotation for each of the following elements of the support requirements: a. Provide Exercise Planning and CPX Deliverables. b. Provide Coaching and Training. The Supplier will support the development of the CPX design processes. c. CPX Delivery. This Request for Quote (RFQ) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFQ. The proposed Agreement is a one - off purchase for the Deliverables to deliver KC CPX training. The Supplier would be engaged to assist in the design and delivery of further CPXs in the KC series. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,RFQ cancelled,0,20250410 New Zealand Defence Force,22924213,Request for Proposals,Open Competition,RFP - Piloted Parachute Capable Aircraft Services,Rfx_2142,20200706,20200803,20210413,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) wishes to engage a suitably Civil Aviation Authority certified Supplier to deliver ongoing Piloted, Parachute Capable Aircraft Services, to support military parachute training exercises in the Auckland region. To view the tender requirements and respond to this opportunity, interested parties must first be registered on the NZDF SmartProcure procurement portal. To access SmartProcure follow the link below: https://nzdf.bravosolution.com Suppliers must logon to access the RFP and submit a response. Registration is simple and free, just click register now. RFP details are: Rfx_2142 RFP Piloted Parachute Capable Aircraft Services. The RFP contains FAQs to assist in navigating SmartProcure as well as RFP requirements and instructions. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFP must be in writing through NZDFs SmartProcure message system. NZDF will aim to respond to enquiries within two working days.",Not Awarded,Awarded to Airlift New Zealand Limited,0,20250410 New Zealand Defence Force,22967711,Request for Proposals,Open Competition,NZDF Medic Career and Learning Pathway (MCLP) Qualification Alignment and Provision,Rfx_2148,20200715,20200909,20201110,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) wishes to engage with suppliers who can provide Qualification alignment and provision for a Medic Career and Learning Pathway (MCLP) for its Military Medical Technician (MMT) and NZDF Medic course graduates. The Medic training provided by the Defence Health School New Zealand (DHSNZ) currently does not support medic trainees to gain a New Zealand registered tertiary qualification. The DHSNZ seeks to credential graduates of its MMT and NZDF Medic courses with a New Zealand tertiary health science qualification(s). The qualification(s) which the DHSNZ graduates will obtain under the MCLP will enable DHSNZ graduates to later pursue a qualification pathway that leads to higher/more specialised health aligned qualifications, including those which are pre-requisites for certification as a New Zealand registered health professional. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed Agreement will be for five years with two rights of renewal of two years each. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,"Non of the Respondents met critical requirements, in order for NZDF to make a decision on a preferred supplier",0,20250410 New Zealand Defence Force,23060744,Award Notice,Open Competition,Inmarsat NZ Limited,,20191019,20200228,20200804,Procurement,Sole Agency,No,,,Not Awarded,"Awarded to Inmarsat NZ Limited Price Band $1m-$5m Agreement Signed 28th Feb 2020",0,20250410 New Zealand Defence Force,23091988,Award Notice,Open Competition,Typhoon and Mini-Typhoon Simulator,,20191202,20200810,20200810,,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Defence Force,23196748,Award Notice,Open Competition,Master Services Agreement for Supply of Agilient Software Implementation and Support Services,,20190701,20200211,20200828,,Sole Agency,No,,,Not Awarded,"Awarded to Agilient International Limited (NZ). Price Band $5M - $10M.",0,20250410 New Zealand Defence Force,23197633,Award Notice,Open Competition,Manufacture of Military Vehicle Seaing Modules,,20191202,20200730,20201005,,Sole Agency,No,,,Not Awarded,,0,20250410 New Zealand Defence Force,23206990,Award Notice,Open Competition,Emergency Response Survey (ERS) Services for HMNZS MANAWANUI,,20200203,20200306,20200901,,Sole Agency,No,,,Not Awarded,"Awarded to DNV GL Norway Price Band ($500 - $1M)",0,20250410 New Zealand Defence Force,23207262,Award Notice,Open Competition,Supply and Maintenance of Canvas Vehicle Canopies,,20200305,20200313,20200901,,Sole Agency,No,,,Not Awarded,,0,20250410 New Zealand Defence Force,23207545,Award Notice,Open Competition,Software User Licence,,20200801,20200831,20200901,,Sole Agency,No,,,Not Awarded,,0,20250410 New Zealand Defence Force,23256716,Award Notice,Open Competition,MSA for Technology Services,,20200323,20200908,20200909,Contracts,Sole Agency,No,,,Not Awarded,,0,20250410 New Zealand Defence Force,23539676,Request for Proposals,Open Competition,Fire Control System,Rfx_1869,20201030,20201207,20220413,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) is seeking Requests for Proposals (RFP) for the supply and through life support of a Fire Mission Fire Control System. Interested parties are advised that to register and view this opportunity in detail they MUST go to the NZDFs SmartProcure website at https://nzdf.bravosolution.com Suppliers must logon to access the RFP and submit a response. Registration is simple and free, just click register now. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFP must be in writing through NZDFs SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Awarded,"As the successful respondent to RFP_1869, the New Zealand Defence Force has entered into agreement/s with HDT Limited for a Fire Control System and appropriate support services.",0,20250410 New Zealand Defence Force,23570308,Request for Proposals,Open Competition,Mechanical Engineering Training Services,,20201109,20201216,20210816,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) wishes to engage with suppliers who can provide Qualification alignment or mapped provision for a Mechanical Engineering Training Services for its Royal New Zealand Army Logistics Regiment Maintenance Fitters and Armourers (trades). The New Zealand Army Trade Training School (TTS) has a requirement to provide basic engineering (mechanical) fundamentals as the start state for the two trades within the Maintenance Support (MS) realm. Due to TTS instructor, resource, infrastructure and timing constraints, the delivery of this training has been historically outsourced to an external training provider, with TTS focussing on the complex military aspect of trade training. The TTS seeks to graduate its two trades on the Basic Mechanical Engineering programme to prepare them to later pursue a specialist MS trade and receive credits towards a New Zealand Certificate in Mechanical Engineering Level 4 with strands in Maintenance Engineering and/or General Engineering. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. Preference may be given to Respondents who are able to provide all Unit Standards as detailed in Annex B to the SOR. The proposed term of the Agreement will be for an initial period of 3 years with provision for one subsequent right of renewal, for a period of 2 years, at NZDF's discretion. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents.",Not Awarded,Contract awarded to Nelson Marlborough Institute of Technology,0,20250410 New Zealand Defence Force,23700934,Request for Quotations,Open Competition,Mental Health Peer Skills Training Services,,20201127,20210129,20210617,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a requirement and responsibility to ensure the health and wellbeing of its personnel, including mental health. NZDF wishes to contract with a provider to provide Mental Health Peer Skills Training to its trainees. NZDF requires a training solution that enables a provider to be responsive and flexible in providing the service, taking into consideration NZDF has somewhat unique context and culture. The provider would need to be willing to work with the NZDF to tailor the package to account for NZDFs environment. This might include the application of training principles in a deployed environment and NZDF regulations regarding the disclosure of health conditions. NZDF wishes to contract with a training provider to supply safe, effective and efficient Mental Health Peer Skills Training Services to NZDF by fully trained and qualified staff. This Request for Quote (RFQ) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFQ. The proposed term of the Agreement will be for an initial period of 2 years with provision for two subsequent right of renewals, for a period of 1 year each, at NZDF's discretion. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to Blue Print NZ Ltd,0,20250410 New Zealand Defence Force,23866972,Request for Proposals,Open Competition,"Medical Alarm, Emergency Response and Monitoring services to New Zealand Veterans.",,20210120,20210224,20210617,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) on behalf of Veteran Affairs (VA) has a requirement and responsibility to ensure all veterans receive entitlement, services and support available to them. NZDF wishes to contract with a provider to provide medical alarm, emergency response and monitoring services to New Zealand veterans. NZDF requires a solution that enables a provider to be responsive and flexible in providing the service, taking into consideration VA has a somewhat unique complexity of needs. The provider would need to be willing to work with VA to tailor the package to account for NZDFs environment. The market needs to have an understanding of providing social services or experience in working with such clients. NZDF wishes to contract with a provider to supply safe, effective and efficient medical alarm, emergency response and monitoring services to VA by fully trained and qualified staff. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for an initial period of 3 years with provision for three subsequent right of renewals, for a period of 2 year each, at NZDF's discretion. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to ADT Security Limited,0,20250410 New Zealand Defence Force,24295349,Request for Proposals,Open Competition,"Locum Doctors, Locum Nurses, Locum Dentists, Locum Dental Hygienist, Locum Dental Assistants and Locum Health Administrators for NZDF Panel",Rfx_2316,20210512,20210625,20210919,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) is seeking new members to join an existing open panel of Locum Doctors, Locum Nurses, Locum Dentists, Locum Dental Hygienist, Locum Dental Assistants and Locum Health Administrators. NZDF wishes to re-engage with the market to seek new members to add to the Locum Panel. The Panel allows for the temporary placement of health personnel into NZDF to cover permanent employees who are deployed or to cover in instances such as NZDF personnel taking extended leave. It is proposed that, following this tender process, new Locums will be able to join the Panel at any time. Locums may also be added at NZDF's discretion. NZDF is happy to enter into Panel Contracts with a company or an individual. Please note that Health Recruitment Agencies should not respond to this RFP. The Locums required are as follows: a. Doctors b. Practice Nurses c. Dentists d. Dental Hygienists e. Dental Assistants f. Health Administrators Locums may be required at Defence Health Centres located at Devonport, Papakura, Whenuapai, Waiouru, Ohakea, Linton, Trentham, Wellington and Burnham. The Agreement will be for an initial period to 28 February 2023 with one right of renewal of three years to 28 February 2026 (aligning the dates with the current panel Agreements). This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to HealthcareNZ Limited,0,20250410 New Zealand Defence Force,24424605,Request for Proposals,Open Competition,Palliative Podiatry Services for New Zealand Veterans,Rfx_2343,20210616,20210721,20211110,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) on behalf of Veteran Affairs (VA) has a requirement and responsibility to ensure all veterans receive entitlement, services and support available to them. One such service is palliative podiatry services, with NZDF preferred to contract with one national provider to provide services to New Zealand veterans. NZDF requires a solution that enables a provider to be responsive and flexible in providing the service, taking into consideration VA has a somewhat unique complexity of needs. The provider would need to be willing to work with VA to tailor the service to account for NZDF's environment. The provider will need to supply safe, effective and efficient palliative podiatry services, with the services being provided by fully trained and experienced staff. As of 30 April 2021, approximately 1.500 veterans receive this service. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for 5 years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract Awarded to Foot Mechanics Limited.,0,20250410 New Zealand Defence Force,24695544,Request for Proposals,Open Competition,Machine Safety and Compliance Services,rfx_2351,20210818,20210914,20220325,,Sole Agency,No,,"In order to meet the requirements of Health and Safety at Work Act 2015 and to comply with the Australian, New Zealand Standards - AS/NZS 4024.1:2014 (Series) - Safety of Machinery (including any subsequent revisions), NZDF requires a review of machinery on Royal New Zealand Air Force (RNZAF) establishments and provision of risk assessment, remediation of identified deficiencies and certification services. Interested parties can view and respond to this opportunity via the NZDF SmartProcure website portal at: https://nzdf.bravosolution.com. Prospective Respondent's must log in to access the Rfx and submit a response. Registration is simple and free, just click ""register now"". All enquiries regarding this Rfx must be in writing through NZDF's SmartProcure messaging system. NZDF will aim to respond to enquires within two working days.",Awarded,"New Zealand Defence Force entered into an Agreement with PILZ New Zealand Ltd to undertake a review of machinery on Royal New Zealand Airforce (RNZAF) establishments and provide a risk assessment and remediation of identified deficiencies and certification services. Period of engagement: 05 April 2022 - 04 April 2027.",0,20250410 New Zealand Defence Force,25163024,Request for Proposals,Open Competition,Exterior House Cleaning Services for NZ Veterans,Rfx_2395,20211129,20220202,20230124,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) on behalf of Veteran Affairs (VA) has a requirement and responsibility to ensure all veterans receive entitlement, services and support available to them. One such service is exterior house cleaning services, with NZDF preferring to contract with one national provider to provide services to New Zealand veterans. NZDF requires a solution that enables a provider to be responsive and flexible in providing the service, taking into consideration VA has a somewhat unique complexity of needs. The provider would need to be willing to work with VA to tailor the package to account for NZDFs environment. The provider will need to supply safe, effective and efficient exterior house cleaning services, with the services being provided by fully trained and experienced staff. As of 30 September 2021, approximately 5,220 veterans receive this service. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for a period of 5 years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to Chemwash Cleaning Limited,0,20250410 New Zealand Defence Force,25214146,Request for Proposals,Open Competition,Interior House Cleaning Services for NZ Veterans,Rfx_2408,20220117,20220218,20220801,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) on behalf of Veteran Affairs (VA) has a requirement and responsibility to ensure all veterans receive entitlement, services and support available to them. One such service is interior house cleaning services, with NZDF preferring to contract with one national provider to provide services to New Zealand veterans. NZDF requires a solution that enables a provider to be responsive and flexible in providing the service, taking into consideration VA has a somewhat unique complexity of needs. The provider would need to be willing to work with VA to tailor the package to account for NZDFs environment. The provider will need to supply safe, effective and efficient interior house cleaning services, with the services being provided by fully trained and experienced staff. As of 30 September 2021, approximately 2,300 veterans receive this service. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for a period of 5 years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Awarded,Contract awarded to Paramount Services Limited,0,20250410 New Zealand Defence Force,25524315,Request for Tenders,Open Competition,Aqueous Film Forming Foam Disposal and Transition Services,Rfx_2432,20220310,20220422,20220714,Procurement,On behalf of procurement agent,No,,"1.1 The New Zealand Environmental Protection Authority (EPA) Fire Fighting Chemicals Group Standard was amended in 2021. The amended Standard sets out the requirement for NZ to transition away from the use of Aqueous Film Forming Foam (AFFF) to Fluorine Free Foams (F3), and other alternative products, during the period Dec 22 to Dec 25. 1.2 The purpose of this Request for Tender is to procure support services necessary to ensure that the New Zealand Defence Force (NZDF) meets all of its legislative requirements. 1.3 There are two phases to service delivery: a. Phase one is a mandatory requirement to divest the NZDF of all C8 products by Dec 22 primarily on mobile systems such as fire-fighting tenders, naval vessels and portable extinguishers. The preferred product is Fluorine -free F3 rated products but C6 is an acceptable interim option until Dec 25. b. Phase two will be divestment of all infrastructure contained fire-fighting system C8 products and remaining mobile system C6 products by Dec 25. 1.4 The services being tendered for in this RFT are: a. Collection including containment of non-compliant AFFF products identified by the NZDF, b. Removal of identified non-compliant AFFF products from NZDF sites, and temporary storage off-site at a secure location, c. Cleaning, refilling and calibrating each NZDF system from which non-compliant AFFF has been removed, and d. Disposal of removed non-compliant AFFF products, including compliance with Basel Convention requirements for all transfers requiring international transboundary movement. To access tender information interested parties MUST login to NZDF Bravo Solution (AKA SmartProcure) at: https://nzdf.bravosolution.com Suppliers must logon to access the RFT and submit a response. Registration is simple and free, just click register now. If you require assistance to register please contact dcs@nzdf.mil.nz ALL enquiries regarding this RFT must be in writing through NZDFs SmartProcure message system.",Awarded,,0,20250410 New Zealand Defence Force,26245803,Request for Tenders,Open Competition,RNZAF Ohakea Initial Civils Package,RFX_2478,20220831,20221013,20230215,Defence Estate and Infrastructure,Sole Agency,No,,"NZDF is seeking proposals for the package of works encompassing three separable portions: Waste water 1, North East Quadrant Pump Station and Potable Water, collectively known as OIP Initial Civils at RNAZF Base Ohakea. Please go to www.nzdf.bravosolution.com to view this tender opportunity under RFX_2478.",Awarded,,0,20250410 New Zealand Defence Force,26548887,Request for Proposals,Open Competition,Mental Health Services Panel,rfx_2485,20221121,20230210,20230831,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) has a responsibility to ensure the health and wellbeing of its regular force, reservists and civilians (NZDF Personnel), and their families, which includes providing access to mental health and wellbeing services. NZDF is seeking to establish a panel of mental health and wellbeing suppliers covering a range of mental health services (Services) throughout New Zealand (Wellington, Auckland, Christchurch, Blenheim and Palmerston North / Whanganui). NZDF is looking for psychologists, psychiatrists, counsellors, or other sufficiently qualified and experienced mental health providers to provide such Services, noting that these providers will need to be security cleared. It is proposed that, following this tender process, new suppliers will be able to join the Panel. This would be undertaken annually, or as required, Notice will be placed on GETS to allow for new suppliers to be added via an open tender RFP process. Suppliers may also be added at NZDFs discretion. Note that NZDF currently has an Agreement in place for Mental Health and EAP Services. Under this Agreement, the supplier is generally dealing with clients (NZDF uniformed, civilian, reserve forces, veterans and close family members) personal problems, where the supplier does not need to be security cleared. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Contract is 3 years with two rights of renewals of three years then one year (7 years). Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Panel Agreement awarded to 24 Panel Providers,0,20250410 New Zealand Defence Force,26554363,Request for Proposals,Open Competition,"Catering Equipment, Supplies and Services - Open Syndicated",rfx_2466,20221108,20230210,20231002,Procurement,Syndicated Opportunity,No,,"The New Zealand Defence Force (NZDF) wishes to establish a Contract consisting of a wide range of commercially available Catering Equipment, Supplies and Services (Deliverables), including, but not limited to: crockery, cutlery, glassware, tableware, knives, cookware and utensils, bakery, barware, food processing, refrigeration, food storage, coffee and beverage equipment, kitchen and food service equipment, dishwashing equipment, consumables specific to equipment sold, buffet equipment, and display ware (cabinets). This Agreement is subject to endorsement by the Open Syndicated Contracts Review Board. At any stage during the life of this Contract, eligible Government Agencies may choose to join the Contract under the same terms and conditions. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Contract is 5 years with one right of renewal of two years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com A Guide to SmartProcure is attached. Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,The open syndicated Agreement was awarded to Southern Hospitality Limited,0,20250410 New Zealand Defence Force,27373662,Request for Tenders,Open Competition,Whenuapai Standby Power Generator,RFx_2515,20230510,20230620,20240620,Defence Estate and Infrastructure,Sole Agency,No,,"Te Ope Katua o Aotearoa/New Zealand Defence Force (NZDF) is seeking Requests for Tender (RFT) from suitably qualified, experienced and credible High Voltage and Backup Generation Main Contractors who have the capacity and capability to meet the requirements within the required timeframe. This Project is for three containerised 1.1MVA (mega volt ampere) generators, prefabricated High Voltage substation and supporting modifications and extensions to electrical infrastructure and civil works associated with this project. It will include contractor design components, build and commissioning at RNZAF Base Auckland, located in Whenuapai. Upon completion of the Project it will: provide standby power to all infrastructure at RNZAF Base Auckland improve the flexibility and resilience of the RNZAF Base Auckland power network to ensure operational outputs can be delivered with minimal disruption enable RNZAF Base Auckland to continue their operation during any event that results in the loss of electricity supplied through two incoming power feeds. The RFT is available on the NZDF e-tendering system, SmartProcure. If you are interested in this opportunity we recommend you create your free SmartProcure account. Please visit https://nzdf.bravosolution.com to register and view this tender opportunity.",Not Awarded,This tender was withdraw and republished.,0,20250410 New Zealand Defence Force,27485876,Request for Proposals,Open Competition,Wellbeing and EAP Counselling Services,rfx_2536,20230601,20230714,20231213,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) has a responsibility to ensure the health and wellbeing of its personnel, which includes providing Wellbeing Support and Employee Assistance Programme (EAP) services. The provision of such services to date has proven to be of significant value to the NZDF community, with improved performance, better workplace relationships, and an improvement in mental health and wellbeing. NZDF wishes to contract with an external supplier to provide safe, effective and efficient Wellbeing Support and EAP Counselling Services (Services). The Services will be provided to Regular Force, Civilians, Reserve Force and their families and Veterans. The Services will include both non-urgent and urgent/unplanned support and counselling services through a multi-channel approach including (but not limited to): a. telephone support and advice; b. face to face counselling; c. text; d. email; and e. web-based services. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Contract is three years with one right of renewal of two years (5 years). Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to Whakarongorau Aotearoa New Zealand Telehealth Services (GP),0,20250410 New Zealand Defence Force,27671399,Request for Tenders,Open Competition,Whenuapai Standby Power Generator Project,Rfx_2543,20230707,20230816,20240607,Defence Estate and Infrastructure,Sole Agency,No,,"Te Ope Katua o Aotearoa/New Zealand Defence Force (NZDF) is seeking Requests for Tender (RFT) from suitably qualified, experienced and credible High Voltage and Backup Generation Main Contractors who have the capacity and capability to meet the requirements within the required timeframe. This Project is for three containerised 1.1MVA (mega volt ampere) generators, prefabricated High Voltage substation and supporting modifications and extensions to electrical infrastructure and civil works associated with this project. It will include contractor design components, build and commissioning at RNZAF Base Auckland, located in Whenuapai. Upon completion of the Project it will: provide standby power to all infrastructure at RNZAF Base Auckland improve the flexibility and resilience of the RNZAF Base Auckland power network to ensure operational outputs can be delivered with minimal disruption enable RNZAF Base Auckland to continue their operation during any event that results in the loss of electricity supplied through two incoming power feeds. The RFT is available on the NZDF e-tendering system, SmartProcure. If you are interested in this opportunity we recommend you create your free SmartProcure account. Please visit https://nzdf.bravosolution.com to register and view this tender opportunity.",Awarded,,0,20250410 New Zealand Defence Force,27816400,Request for Proposals,Open Competition,"Supply, Installation and Maintenance of Memorials and the Maintenance and Development of Services Cemeteries",RFx_2556,20230901,20230929,20240123,Procurement,Sole Agency,No,,"The New Zealand Defence Force (NZDF) on behalf of Veteran Affairs (VA) has a requirement and responsibility to ensure all veterans receive entitlement, services and support available to them under the Veterans Support Act 2014 (The Act). One such service is supply, installation and maintenance of memorials and the maintenance and development of services cemeteries. For this tender the relevant legislative provisions of the Veterans Support Act 2014 are: a. Section 156 Plaques and Headstones; and b. Section 199 Functions of VANZ: - Part (d): to supply, or to contribute to the cost of plaques and headstones for deceased service and ex-service persons and their spouses and partners in accordance with this Act. - Part (e): to contribute to the maintenance and development of cemeteries or parts of cemeteries set aside under section 15 of the Burial and Cremations Act 1964. NZDF requires a solution that enables a provider to be responsive and flexible in providing the service. The provider would need to be willing to work with VA to tailor the package to account for NZDFs environment. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for 5 years. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquiries within two working days.",Not Awarded,Contract awarded to Bronze Plaques NZ Limited.,0,20250410 New Zealand Defence Force,28265664,Award Notice,Open Competition,Award Notice - Night Vision Goggle - Fused,,20231101,20231101,20230928,Procurement,Sole Agency,No,,"The New Zealand Defence Force has entered into a contract with L3Harris Technologies, Inc. for Night Vision Goggles - Fused.",Awarded,The New Zealand Defence Force has entered into an agreement with L3Harris Communicatons Australia Pty Ltd for Night Vision Goggles - Fused,0,20250410 New Zealand Defence Force,28633866,Request for Tenders,Open Competition,Linton Water Supply Upgrade and Portable Reticulation Project RFx 2602,Rfx 2602,20231215,20240226,20241002,Defence Estate and Infrastructure,Sole Agency,No,,"This project is part of a large programme of works being delivered by New Zealand Defence Force (NZDF) over the next decade as part of the Defence Estate Regeneration Programme (DERP). This RFT seeks the interest of reputable organisations who can undertake the construction work required for the Linton Water Supply Upgrade and Portable Reticulation Project. Works will be conducted in and outside Linton Military Camp (LMC). The Works will comprise of: - LMC Water Supply Upgrade. - LMC Portable Water Reticulation. Please note NZDF only accept Tender submissions via Smartprocure and all information relating to this RFT can be found there. You can find this tender using reference RFx_2602 on Smartprocure. We recommend that if you are interested in bidding for this opportunity and you haven't already done so, that you create your free SmartProcure account now via https://nzdf.bravosolution.com Note - All tender documents including the RFT and supporting technical documents are attached to the Smartprocure link under reference Rfx_2602. All communication regarding the RFT is to come through the Smartprocure portal. This will require you to sign into Smartprocure and create an account if you haven't got one already. For any queries relating to GETs, please contact Defence Commercial Services at DCS.vm@NZDF.mil.nz. NZDF Christmas shut down - 22 December 2023 - 8 January 2024. No questions or queries will be answered over that time period. MERRY CHRISTMAS AND HAVE A SAFE AND HAPPY NEW YEAR",Awarded,,0,20250410 New Zealand Defence Force,28758861,Request for Tenders,Open Competition,Burnham Energy Centre Replacement Project RFx 2614,Rfx 2614,20240130,20240305,20240610,Defence Estate and Infrastructure,Sole Agency,No,,"This project is part of a large programme of works being delivered by New Zealand Defence Force (NZDF) over the next decade as part of the Defence Estate Regeneration Programme (DERP). This RFT seeks the interest of a reputable organisation who can undertake the mechanical and electrical work required for the Burnham Energy Centre Replacement Project. Works will be conducted inside Burnham Military Camp. The Works will consist of upgrading heating/cooling systems in a variety of building currently serviced by a centralised boiler plant, with electrically powered Variable Refrigerant Flow (VRF) or Split Hi-Wall heat pump solutions. The intent of this project is to reduce reliance on coal-fired plant, and enable a more user friendly, cost and energy efficient air conditioning environment. Please note, NZDF only accept Tender submissions via SmartProcure and all information relating to this RFT can be found there. You can find this tender using reference RFx_2614 on SmartProcure. We recommend that if you are interested in bidding for this opportunity and you haven't already done so, that you create your free SmartProcure account now via https://nzdf.bravosolution.com Note - All tender documents including the RFT and supporting technical documents are attached to the SmartProcure link under reference Rfx_2614. All communication regarding the RFT must come through the SmartProcure portal. Access to the design and specification documentation package is on a separate Sharepoint - please ensure that you advise NZDF of the email address that require access to this via SmartProcure messaging within the RFT. For any queries relating to GETs, please contact Defence Commercial Services at DCS.vm@nzdf.mil.nz.",Awarded,,0,20250410 New Zealand Defence Force,29534272,Request for Tenders,Open Competition,Linton Regional Supply Facility Main Contractor (Under NZs3910),pro_3774,20240607,20240819,20241217,Defence Estate and Infrastructure,Sole Agency,No,,"New Zealand Defence Force (NZDF) is seeking proposals from Contractors (Respondents), who have the demonstrable experience and capacity to construct a brand new purpose-built regional supply facility at Linton Military Camp, in accordance with detailed designs (provided with this tender) and specifications. The scope of this RFT extends to the provision of a main contractor for the Linton Regional Supply Facility under New Zealand Standard NZS 3910:2013 Conditions of Contract for building and civil engineering construction (with Special and Other Conditions). NZDF are looking to award the contract for the main Contract Works during quarter four 2024, with the purpose of maximising the summer construction months. For this contract, NZDF has received Cabinet approval to proceed with construction on award of the contract (subject to final Joint Ministers Approval and costs being within the approved funding envelope). The successful contractor will also be expected to use the lead time under the contract to commence all pre-construction work i.e. all plans set out in the Preliminary and General Specification during the contract negotiation period under a letter of intent, to achieve a construction start date of November 2024. Contractors interested in submitting a response are required to attend a mandatory site briefing at Linton Military Camp on the 18th June. Details are provided in the tender In order to access and download the tender responses, Contractors MUST access the files via the NZDFs e-procurement system SmartProcure https://nzdf.bravosolution.com/",Not Awarded,Awarded in SmartProcure,0,20250410 New Zealand Defence Force,29896363,Request for Tenders,Open Competition,RNZAF Ohakea Hangar 1 Air Handling Unit Upgrade Project,2664,20240821,20240920,20241211,Defence Estate and Infrastructure,All of Government,No,,"The New Zealand Defence Force (NZDF) is seeking to appoint a Head Contractor who will be responsible for the upgrade and reconfiguration of the existing air handling units in Hangar 1 at RNZAF Ohakea. Please note NZDF only accept Tender submissions via SmartProcure and all information relating to this RFT can be found here. You can find this tender using reference RFx_2664 on SmartProcure. We recommend that if you are interested t in bidding for this opportunity and haven't already done so, that you create your free SmartProcure account now via https://nzdf.bravosolution.com Note - All tender documents are attached to the SmartProcure page under reference RFx_2664. All communication regarding the RFT must come through the SmartProcure portal. For any queries relating to GETS, please contact Defence Commercial Services at DCS.vm@NZDF.mil.nz",Awarded,NZDF awarded the contract for the Ohakea Hangar 1 Air Handling Unit Upgrade Project,0,20250410 New Zealand Defence Force,29989984,Request for Tenders,Open Competition,Burnham Camp Decommissioning of Waste Water Treatment Plant,Rfx 2684,20240918,20241018,20250110,Defence Estate and Infrastructure,All of Government,No,,"The New Zealand Defence Force (NZDF) is seeking to appoint a Head Contractor who will be responsible for the decommissioning of the existing Waste Water Treatment Plant located outside the Burnham Military Camp. Please note NZDF only accept Tender submissions via SmartProcure and all information relating to this RFT can be found here. You can find this tender using reference RFx_ 2684 on SmartProcure. We recommend that if you are interested t in bidding for this opportunity and haven't already done so, that you create your free SmartProcure account now via https://nzdf.bravosolution.com Note - All tender documents are attached to the SmartProcure page under reference RFx_2684. All communication regarding the RFT must come through the SmartProcure portal. For any queries relating to GETS, please contact Defence Commercial Services at DCS.vm@NZDF.mil.nz",Awarded,,0,20250410 New Zealand Defence Force,30120377,Request for Proposals,Open Competition,Pre Deployment Training Services,RFx_2659,20240903,20241011,20250108,Procurement,Sole Agency,No,,"New Zealand Defence Force (NZDF) is seeking to engage with a professional training provider/s to provide NZDF personnel with pre overseas deployment training in the use of interpreters and to gain an understanding of the language and culture of specified overseas geographical areas. Training is to be provided at NZDF camps and bases and will cover the language and dialects spoken in the region(s) where NZDF personnel are deployed, as well as the culture and customs of its indigenous people. Ability to provide scenario based role-play activities is an essential deliverable. Training required by the NZDF includes: 1. Use of Interpreters; 2. Language Training; 3. Cultural Awareness; 4. Negotiation Skills; 5. Dealing with Medical Events; 6. Provision of Role Players. For clarity, the training provider must ensure that NZDF personnel are fully prepared to enter into the conflict areas that they are deployed into. This Request for Proposal (RFP) is seeking responses from key market performers to provide information and capability relating to the requirements detailed in this RFP. The proposed contract will have a term of seven years comprising of an initial 3 year term with two subsequent rights of renewal of two years each (3+2+2). NZDF reserves the right to provide supplementary information to all Respondents to this RFP. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz. A Guide to SmartProcure is attached All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days. Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Tenderers should a confidential question highlight a point requiring clarification to other Tenderers. If you have any complaints or feedback regarding this procurement process, please direct these to dcs@nzdf.mil.nz.",Not Awarded,Contract awarded to Strategic Sourcing Consultancy Limited,0,20250410 New Zealand Defence Force,30183993,Request for Proposals,Open Competition,Online Aircraft Engineering Systems Training Package,RFx_2665,20240913,20241016,20250108,Procurement,Sole Agency,No,,"Technical Training Squadron (TTS), at Royal New Zealand Air Force (RNZAF) Base Woodbourne is responsible for delivering all technical training for the engineering trades. Its aim is to provide high quality training using best practice learning tools that meet the needs of both the RNZAF and the students. The New Zealand Defence Force (NZDF) seek to replace the current residential, face to face learning for Engineering Officers with an on-line, modularised training package that can be delivered to the students in their current posting location, at their own pace. The subjects should include but are not limited to Aerodynamics, Aircraft structures, Aircraft Mechanical Systems, Aero Power Plant systems, Aircraft electrical generation and distribution systems, Aircraft Avionics systems and Aircraft electrical wiring interconnect Systems (EWIS). The package will need to be delivered entirely by the provider and needs to include regular student performance reporting back to RNZAF. The NZDF are looking for a company who can provide and deliver an On-line learning package that provides learning to Junior Engineering Officers in all generic aircraft systems knowledge. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed in this RFP. The proposed term of the Agreement will be for three years with two right of renewal of three years.(3+3+3) Questions are encouraged and you may request that they are kept confidential providing that they are commercially sensitive. NZDF reserves the right to provide supplementary information to all Respondents should a confidential question highlight a point requiring clarification to other Respondents. Please note that this tender, and all documentation related to it, is only available on NZDFs SmartProcure website: https://nzdf.bravosolution.com Suppliers must logon to SmartProcure to access the tender and submit a response. Registration is simple and free, just click Register Now. If you require assistance this is available by email to dcs@nzdf.mil.nz All enquiries regarding this tender must be in writing through NZDF's SmartProcure message system. NZDF will endeavour to respond in writing to written enquires within two working days.",Not Awarded,Contract awarded to JVAT Solutions Pty Ltd,0,20250410 New Zealand Defence Force,30279057,Request for Tenders,Open Competition,RFX_2687 Linton Consolidated Parking,,20240927,20241104,20250205,Defence Estate and Infrastructure,Sole Agency,No,,"NZDF wishes to appoint a Contractor with the ability to deliver up to 363 car parking spaces across three car park sites and associated civil, electrical, stormwater and landscaping works as set out in the tender documentation. This project is part of a large programme of works being delivered by New Zealand Defence Force (NZDF) over the next decade as part of the Defence Estate Regeneration Programme (DERP). Note: This procurement will be managed through the NZDF SmartProcure system reference rfx_2687. Please see https://nzdf.bravosolution.com to register for free. For any queries relating to GETS, please contact Defence Commercial Services at DCS.vm@nzdf.mil.nz",Not Awarded,,0,20250410 New Zealand Defence Force,30456246,Award Notice,Open Competition,Dunedin Regional Facility,rfx_2608,20240118,20240215,20241018,Defence Estate and Infrastructure,Sole Agency,No,,NZDF have entered into a contract with Hawkins Limited for the delivery of the Dunedin Regional Facility fitout project.,Awarded,,0,20250410 New Zealand Defence Force,30549704,Award Notice,Open Competition,Replacement Dry Dock Crane at Deevonport Naval Base,RFx 2637,20240411,20240510,20241101,Procurement,Sole Agency,No,,The Contract has been awarded to Favelle Favco Cranes Pty Limited,Awarded,,0,20250410 New Zealand Defence Force,30865284,Award Notice,Open Competition,Waiouru Washpoint,rfx_2654,20240627,20240815,20241220,Defence Estate and Infrastructure,Sole Agency,No,,NZDF have entered into a contract with Brian Perry Civil for the delivery of the Waiouru Washpoint project.,Awarded,,0,20250410 New Zealand Infrastructure Commission/Te Waihanga,25123829,Request for Proposals,Open Competition,New website design and development - NZ Infrastructure Commission,,20211118,20211213,20220214,,Sole Agency,No,,"The New Zealand Infrastructure Commission, Te Waihanga, is seeking a digital partner to help develop a new website. Ultimately, we want to use digital to enable us to engage more often, more effectively, more transparently and with more people to grow our influence.",Awarded,,0,20250410 New Zealand Infrastructure Commission/Te Waihanga,25180333,Request for Proposals,Open Competition,Subsidised Health Insurance Scheme,,20211129,20211217,20220301,,Sole Agency,No,,This is a close RFP - we have approached specific suppliers who provide this service as currently Health Insurance is not part of the AOG contracts.,Awarded,,0,20250410 New Zealand Infrastructure Commission/Te Waihanga,25251799,Request for Proposals,Open Competition,Infrastructure component of the National Planning Framework project (INPF),,20211215,20220128,20220311,,Sole Agency,No,,,Not Awarded,,0,20250410 New Zealand Infrastructure Commission/Te Waihanga,26446791,Request for Proposals,Open Competition,Approaches to Infrastructure Pricing What Is and What Could Be,,20221010,20221104,20230117,,Sole Agency,No,,"Pricing is an important tool for improving infrastructure provision. We want to build a better picture of existing infrastructure pricing in New Zealand and be able to recommend best practice approaches to pricing. Through this project, we wish to obtain: An economic framework for pricing networked infrastructure (energy, land transport, water, and telecommunications) An exploration of how equity may be affected A description of how infrastructure services are currently priced Data/information about prices and pricing practices in New Zealand. We are looking for providers who have experience in applying economic frameworks to the analysis of infrastructure provision and pricing in New Zealand, as well as deep knowledge of the physical characteristics of the energy, land transport, water, and telecommunications sectors. We will hold a supplier briefing at 2:30pm on Monday 17 October via Teams. To register email pricingstudy@tewaihanga.govt.nz.",Awarded,"Tender Award Notice: Approaches to Infrastructure Pricing Te Waihanga (Level 7, The Todd Building, 95 Customhouse Quay, Wellington 6011) is pleased to advise that PWC (PwC Tower, Level 27/15 Customs Street West, CBD, Auckland 1010) was awarded the contract for the project Approaches to Infrastructure Pricing (contract term 17 January to 31 August 2023). The project includes development of: An economic framework for pricing networked infrastructure (energy, land transport, water, and telecommunications) An exploration of how equity may be affected by different pricing approaches A description of how infrastructure services are currently priced Data/information sources about prices and pricing practices in New Zealand. The RFP was advertised using an open advertisement on GETS. Nine conforming tenders were received, ranging in price from $209,200 to $492,387.",0,20250410 New Zealand Infrastructure Commission/Te Waihanga,27060419,Request for Proposals,Open Competition,Assessment Methodologies for Infrastructure Investments,,20230309,20230404,20230512,,Sole Agency,No,,"We are working with other government agencies to explore options to implement an infrastructure priority list (IPL) in New Zealand. The IPL, and its supporting assessment processes, will contribute to consistent, high-quality, and independent assurance for infrastructure projects in the planning phase, leading to valuable advice for decision-makers. Designing an IPL for New Zealand requires us to understand international best practice in this area, and how it could be applied to our unique context. This opportunity is to assist in the design process for the IPL by providing advice on the assessment methodologies and processes available, and how they can be applied in New Zealand. An Advance Notice for this contract opportunity was also posted to GETS. This can be viewed at the following location: https://www.gets.govt.nz/NZIC/ExternalTenderDetails.htm?id=26985698",Awarded,"After an open tender process, a proposal submitted in partnership by Sense Partners and Hadron Group was successful. The suppliers were awarded the contract on 12 May. Over the contract term (approximately three months), they will work to advise us on the development of our assessment framework, as well as the assessment processes and methodologies that will underpin it. We received a total of 12 proposals in response to our RFP, many of which were of high quality. A range of prices were tendered, with the lowest priced at approximately $83K, and the highest at $134K.",0,20250410 New Zealand Institute for Plant and Food Research Limited,21245422,Request for Quotations,Open Competition,Syndicated Laboratory Consumables Contract,,20190709,20190813,20191016,Corporate,Syndicated Opportunity,No,,"Plant and Food Research (the Buyer) are the lead agency for The Group. The Group consists of the Crown Research Institutes (CRIs), Ministry of Primary Industries (MPI) and the Universities of New Zealand. This is an opportunity for suppliers to join a syndicated panel of preferred suppliers of laboratory consumables to the Group. The contract will replace the current Syndicated Laboratory Consumables Contract which will expire on the 30th October 2019.",Awarded,These suppleirs have been chosen to be on the panel of suppliers for the new Syndicated Laboratory Consumables Contract,0,20250410 New Zealand Institute for Plant and Food Research Limited,21284223,Request for Proposals,Open Competition,New Greenhouse,,20190719,20190808,20200114,,Sole Agency,No,,"The New Zealand Institute for Plant and Food Research Limited (PFR) is building a new Greenhouse to replicate the existing greenhouse directly adjacent the proposed site with the necessary modifications as detailed on the plans as attached to this brief. Where not specified this existing greenhouse shall be the design and reference benchmark in regard to the design concept, all materials, specifications and standards as adopted for this facility.",Awarded,,184453,20250410 New Zealand Institute for Plant and Food Research Limited,21284334,Request for Proposals,Open Competition,Tech Services Demolition,,20190719,20190815,20191016,Corporate,Sole Agency,No,,"The New Zealand Institute for Plant and Food Research Limited (PFR) is removing the existing Tech Services Building from the Mt Albert campus. The works involve the demolition and removal of the building, its associated walkways, verandas together with its foundations to the back kerb, footpath and retaining wall alignments as evident onsite.",Awarded,,50000,20250410 New Zealand Institute for Plant and Food Research Limited,21322892,Request for Quotations,Open Competition,Imaging Microscope System,19097,20190729,20190819,20190927,Food Innovation,Sole Agency,No,,"This is for the purchase of an Imaging Microscope System consisting of a microscope with fluorescence, motorised and automated XYZ stage, camera and specialty software for controlling the stage and visualising live cells as part of our core work to investigate cellular physiological processes and the benefits of food bioactives to improve cell function and health",Awarded,,166610,20250410 New Zealand Institute for Plant and Food Research Limited,21362540,Request for Quotations,Open Competition,Multi Vesset Bioreactor,17078,20190805,20190826,20200210,,Sole Agency,No,,"Our priority is the purchase of a Multi Vessel Bioreactor to meet growing demands for quality research in volatile and metabolite analysis. At the moment candidate yeasts can be screened using flasks to measure comparative production, but this technology is extremely limited in that the yeasts are forced to grow in a state of relative oxygen depletion, this can give erroneous results. A multi vessel bioreactor would allow simultaneous small volume fermentations (750mL) of four candidate yeasts in an optimal growing environment allowing accurate selection of superior candidates. The multivessel bioreactor would also be used for the development of optimal media, and optimisation of growth parameters of candidate yeast or bacteria, these are important steps in researching microorganisms and commercialising a Biopesticide.",Awarded,"Superior integration of Bioreactors allowing effective simultaneous fermentations. Superior ease of use features including vessel handling and temperature control. Pricing is higher than some offerings but qualitative benefits justify this. It is the instrument best suited to meet our requirements for achieving best value for money.",220000,20250410 New Zealand Institute for Plant and Food Research Limited,21369212,Request for Quotations,Open Competition,Anaerobic Chamber,17151,20190806,20190827,20200114,Food Innovation,Sole Agency,No,,Our priority is the purchase of an Anaerobic Chamber for studying bacteria under anaerobic conditions to investigate the effect of foods and food components on the human gut microbiome.,Awarded,,127909,20250410 New Zealand Institute for Plant and Food Research Limited,21914793,Request for Proposals,Closed Competition,HRAM LCMS,19055,20191108,20191129,20200713,,Sole Agency,No,,At Plant & Food Research (PFR) due to end of life of current assets and new equipment requirements we have the opportunity for a supplier to provide us with a solution for our needs moving forward. This is the second stage of a two stage tender.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,22133734,Request for Quotations,Open Competition,Website Redevelopment,,20200103,20200131,20200713,Corporate,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,22327938,Request for Proposals,Open Competition,Thermogravimetric Analyser,15157,20200219,20200311,20200713,,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,23093799,Request for Proposals,Open Competition,Benchhtop LCMS (Single Quadrupole LC-MS with Nitrogen generator),19028,20200810,20200831,20210105,Seafood Portfolio,Sole Agency,No,120 Mount Albert Road,"The Marine products group in Nelson employs three chemists, two biochemists and four research associates that work across a wide range of projects (commercial and research) that require quantification and identification of molecules. Other than GC-MS, which is only suitable for volatile compounds, we lack direct chemical identification equipment that can inform fast and efficient decision making that is required on a daily basis. We are seeking a solution that provides a high quality, fit for purpose Benchtop LC-MS (Single Quad LC-MS) with Nitrogen generator and a potential ongoing service partnership. We are looking for best overall value from a supplier who can supply the range of products required with a proven good record of supply, installation, service and support.",Awarded,,149900,20250410 New Zealand Institute for Plant and Food Research Limited,23190625,Request for Proposals,Open Competition,Te Puke Coolstores,,20200828,20200930,20210105,Corporate,Sole Agency,No,,,Awarded,,189315,20250410 New Zealand Institute for Plant and Food Research Limited,23198565,Request for Quotations,Open Competition,Freeze Dryer,17024,20200828,20200921,20201125,Food Innovation,Sole Agency,No,120 Mount Albert Road,"We are looking at purchasing a Freeze Dryer which will allow for a larger-scale preparation of range of food and biomaterials though the drying of ((but not restricted to): whole, parts, ingredients or extracts of fruits, vegetables, cereals, plant, animal or seafood. This equipment will enable the continued scale-up of material preparations in key research programmes related to the strategic goal of producing high value exportable foods, ingredients and biomaterials. The freeze drier will be used widely across the Food Innovation portfolio at Lincoln and will also be used in projects where the FI teams collaborate with other portfolios teams at Lincoln. The instrument will be used regularly anticipated at +200 hours per month.",Awarded,"5 RECOMMENDATION The tender evaluation panel recommend the purchase of an Operon FDTI-5025 freeze dryer from Alphatech Systems Ltd in fulfilment of the tender for item #17024. The basis for this decision is: Best overall fit with PFRs technical specifications, expectations re vendor support, purchase price and contract to supply T&Cs. The price was very competitive at 24% below the originally estimated price of purchase.",118540,20250410 New Zealand Institute for Plant and Food Research Limited,23289435,Request for Quotations,Open Competition,Crystallisation Robot,10012,20200915,20201008,20201125,Food Innovation,Sole Agency,No,120 Mount Albert Road,"We are looking at purchasing a Crystallisation Robot. At PFR, structural biology can be seen has an increase value component for scientific outputs, where addition of structural information or data to molecular studies contributes to raising the profile of scientific papers, allowing publications in higher impact journals. Nowadays, structural biology is increasingly integrated as one component of broad-scale multidisciplinary research projects, and therefore represents an important research tool for PFR.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,23356527,Request for Quotations,Closed Competition,Motueka Furniture,,20200925,20201016,20201125,Corporate,Sole Agency,No,120 Mount Albert Road,,Awarded,,120197,20250410 New Zealand Institute for Plant and Food Research Limited,23423234,Request for Proposals,Open Competition,Flume Tank Nelson,,20201007,20201030,20210219,Corporate,Sole Agency,No,120 Mount Albert Road,Due to current and future work contract requirements Nelson Seafood division are in need of a flume tank. This will be primarily used in the evaluation of novel aquaculture and fisheries technology and will also allow us to take a more strategic approach to future work.,Awarded,,137500,20250410 New Zealand Institute for Plant and Food Research Limited,23743804,Request for Quotations,Open Competition,Biomolecular Interaction Analysis System,19023,20201208,20210119,20210326,BioProtection,Sole Agency,No,120 Mount Albert Road,,Awarded,,176599,20250410 New Zealand Institute for Plant and Food Research Limited,23928422,Request for Quotations,Open Competition,Lincoln Tractor Shed,,20210202,20210302,20210701,Corporate,Sole Agency,No,,Plant and Food Research are requiring the building of a new tractor shed to store tractors and farm implements.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,23982390,Request for Quotations,Open Competition,High Specification Liquid Chromatography - Mass Spectrometer (LC-MS),11336,20210216,20210315,20210701,Food Innovation,Sole Agency,No,120 Mount Albert Road,"We need a LC-MS instrument with high specification performance in targeted biomarker analysis to enable the accurate measurement of metabolites with a range of functional chemistries, including short chain fatty acids and neurotransmitters in human and animal samples for nutritional studies focused on gut and cognitive function; and phytohormones including gibberellins and brassinosteroids in a range of plant systems to help to understand their role in controlling the regulation and development of plants.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,24084218,Request for Proposals,Open Competition,HVAC System PFR Lincoln,,20210312,20210401,20210701,Corporate,Sole Agency,No,,"This procurement relates to the HVAC services for Building 160 Growth Rooms and Laboratories at Plant and Food Research, Gerald Street, Lincoln. The building comprises four growth rooms and two laboratories.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,24248026,Request for Proposals,Open Competition,Cool-Stores Mt Albert,,20210428,20210526,20210701,Corporate,Sole Agency,No,,"This procurement relates to the Cool Stores and associated controls and refrigeration systems. The original cool stores were used for storage of fruit. Due to the end of life of current equipment we are looking for standard construction, modular cool-stores in two different sizes. These are to be located within the Padfield Ground Floor and may be moved within the same space in the future.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,24276513,Request for Proposals,Open Competition,Dangerous Goods Stores - Mt Albert,210419,20210506,20210603,20210701,Corporate,Sole Agency,No,"58 Wiseley Road, Hobsonville","This project involves the refurbishment of the old dangerous goods store Building 24 for its permanent use as a DG store. Building 24 is proposed to meet the storage capacity of the three containers combined. The scope of this project should be considered in two distinct components. The first component is the Project Specific Scope which is a simple, low cost, building refurbishment with fire rated walls and ceilings. The second component is the Dangerous Goods Specific Scope which is selection of cabinetry and shelving with the assistance of a dangerous goods certifier. The attached Principals Requirements (appendix A) outline the scope and deliverables we are proposing to purchase.",Not Awarded,No responses,0,20250410 New Zealand Institute for Plant and Food Research Limited,24555849,Request for Quotations,Open Competition,Incubator Microscope,19043,20210716,20210807,20220404,,Sole Agency,No,,"We require a live imaging microscopy platform which will be based at Plant and Food Researchs Nelson site with main functionality around imaging piscine cells over extended periods (3-4 weeks), and additional functionality in plant, seaweed, and micro-prey imaging.",Not Awarded,None of the responses met all our requirements.,0,20250410 New Zealand Institute for Plant and Food Research Limited,24775598,Request for Proposals,Open Competition,Ultramicotome,19081,20210907,20210928,20211222,Food Innovation,Sole Agency,No,120 Mount Albert Road,"Our current Ultramicrotome has developed several severe faults relating to the electronics and because of its age (25+ years) is not reparable. This instrument is located in our Auckland Microscopy Laboratory and is the only one of its type within the institute. It is heavily used by staff and students and thus needs to be easy to use and reliable. It is a key requirement for much of the microscopy research being carried out providing thin and semi-thin sections for light microscopy, and in particular immunofluorescence imaging, and ultrathin sections for transmission electron microscopy.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,24828964,Request for Proposals,Open Competition,Commercial Research Vessel 7.5-8m,,20210917,20211008,20220509,Corporate,Sole Agency,No,"79 Colwill Road, Massey, Auckland 0614",Plant and Food Research require 7.5-8m commercial research vessel with a Maritime New Zealand Certificate of Survey to support current and future research within the Seafood Portfolio.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,24929926,Request for Proposals,Open Competition,Flume Tank Nelson,,20211007,20211119,20220127,Corporate,Sole Agency,No,"79 Colwill Road, Massey, Auckland 0614",Due to current and future work contract requirements Nelson Seafood division are in need of a flume tank. This will be primarily used in the evaluation of novel aquaculture and fisheries technology and will allow us to take a strategic approach to future work.,Awarded,,1900000,20250410 New Zealand Institute for Plant and Food Research Limited,24984878,Request for Proposals,Open Competition,Laser Diffraction Particle Size Analyser,19066,20211019,20211109,20211221,Food Innovation,Sole Agency,No,"79 Colwill Road, Massey, Auckland 0614","At Plant & Food Research (PFR) due to end of life of current assets and new equipment requirements we have the opportunity for a supplier to provide us with a solution for our needs moving forward. Our current Equipment is currently used to monitor the particle size distribution both with liquid and dry wide range of products/ingredients for internal as well as external projects. The demand for measurements has grown noticeably in last 5 years and anticipated to significantly increase in the future, as it will be key technique to understand food and soil systems in research programmes. This equipment at Lincoln supports both Auckland site and Soils team based in Lincoln.",Awarded,,132400,20250410 New Zealand Institute for Plant and Food Research Limited,25020147,Request for Proposals,Open Competition,Autoclave 450L,21076,20211028,20211118,20220318,BioProtection,Sole Agency,No,,"The autoclave is required to run sterilisation cycles for a range of solid and plant waste including dead invertebrates, packaging, paper towels, foliage, branches and diet tubes and diet plates.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,25186951,Request for Proposals,Open Competition,UPLC System,20136,20211130,20211221,20220414,,Sole Agency,No,"79 Colwill Road, Massey, Auckland 0614",We require a UPLC as it will increase our throughput by reducing run times. A single quad mass detector along with a PDA (photodiode array) detector will improve our ability to identify compounds and the ability to perform routine MS analysis on our own samples will free up the chemists at other sites to perform analyses that are more complex.,Awarded,,205485,20250410 New Zealand Institute for Plant and Food Research Limited,25240625,Request for Proposals,Open Competition,Automatic Liquid Handler Robot,18157,20211213,20220124,20220509,Breeding and Genomics,Sole Agency,No,,"We are seeking a solution that provides a high quality, fit for purpose Liquid Handler and a potential ongoing service partnership. We are looking for best overall value from a supplier who can supply the range of products required with a proven good record of supply, installation, service and support.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,25280943,Request for Proposals,Open Competition,Project Management Services - Food Safety Building,,20211224,20220228,20220501,Corporate,Sole Agency,No,,Our priority is the redevelopment of Building 6 to function as our new Food Safety Building (Building 39) by June 2024. We need complete end-to-end Construction Project Management services for the demolition and asbestos removal of the existing building and foundations and new development of a three level Food Safety Building as described in the initial User Requirements documentation.,Awarded,,278792,20250410 New Zealand Institute for Plant and Food Research Limited,25286693,Request for Proposals,Open Competition,Lead Design Consultant and Design Team - Hamilton Building Level 3,A2021018,20220108,20220228,20220704,Corporate,Sole Agency,No,,"Plant and Food Research are looking for a Lead Design Consultant and design team for their new Laboratory and Write Up area fitout on Level 3 of the Hamilton Building, 120 Mt Albert Rd, Auckland. The area for the fitout is approximately 942m2 and sits between two lobbies: one containing stairs and a goods lift, the other containing stairs, toilets, passenger lifts, a pop-out space and services risers. The two lobbies are complete while the fitout area an empty shell.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,25495992,Request for Proposals,Closed Competition,19078,19078,20220303,20220325,20220704,Food Innovation,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,25543670,Request for Proposals,Open Competition,Waterjet Profile Cutter,20108,20220315,20220406,20220525,Sustainable Production,Sole Agency,No,,We need a waterjet cutter so we no longer need to outsource profiling of sheet metal.,Not Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,25670091,Request for Proposals,Open Competition,Ultra High Performance Liquid Chromatograph (UHPLC),21164,20220407,20220505,20220905,,Sole Agency,No,,At Plant & Food Research (PFR) due to end of life of current assets and new equipment requirements we have the opportunity for a supplier to provide us with a solution for our needs moving forward.,Awarded,,89846,20250410 New Zealand Institute for Plant and Food Research Limited,25800986,Request for Proposals,Open Competition,Hamilton Building Level 3 Fit out - Main Contractor P&G and Margin Tender for Fit out Works.,A202205,20220516,20220610,20220704,Corporate,Sole Agency,No,,"At Plant & Food Research (PFR) we have the opportunity for a Main Contractor to complete an interior fit out of a Laboratory and Write Up area fitout on Level 3 of the Hamilton Building in Mt Albert, Auckland Plant & Food Research is looking for a Main Contractor for the aforementioned project with the potential of partnering with for further fit out and construction projects at this site. We need a contractor who: - can identify and procure long lead material in advance of engaging subtrades - undertake an open book tender process for the construction works with the project QS - is familiar with the with Lab fitouts - can meet the set project milestones",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26190034,Request for Proposals,Open Competition,Zeta Potential Analyser,22067,20220817,20220907,20221107,Food Innovation,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26193385,Request for Proposals,Open Competition,New Design Consultant - Food Safety Building B39,A202213,20220817,20220914,20221031,Corporate,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26236710,Request for Proposals,Open Competition,Project Management - Te Puke Redevelopment,A202214,20220829,20220919,20221108,Corporate,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26313510,Request for Proposals,Open Competition,Te Puke Laboratory Design and Build,A2022014,20220909,20221021,20221111,Corporate,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26468666,Request for Proposals,Open Competition,Spectroradiometer,21116,20221021,20221115,20230131,Sustainable Production,Sole Agency,No,,"Spectroradiometer to undertake precise, rapid, non-destructive in-field assessment of leaf health, stress, physiological status and chemistry.",Not Awarded,Buyer unable to proceed with purchase of Spectroradiometer.,0,20250410 New Zealand Institute for Plant and Food Research Limited,26515293,Request for Proposals,Open Competition,Portable Photosynthesis Meter,21097,20221021,20221115,20221215,Breeding and Genomics,Sole Agency,No,,"We require a portable photosynthesis gas exchange system takes key physiological measures of carbon acquisition (photosynthesis), ultilisation of light within plant canopies, water use in plants (transpiration) and associated measurements of stomatal conduction, light response, ACI response and CO2 response curves.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26569136,Request for Proposals,Open Competition,Autoclave 250-300L,21134,20221103,20221124,20221215,New Cultivar Innovation,Sole Agency,No,,PFR requires an Autoclave 250-300L for new laboratory at the Mt Albert Research Centre site.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,26670450,Request for Proposals,Open Competition,Motueka Greenhouse,A2022020,20221124,20230116,20230517,Corporate,Sole Agency,No,,,Not Awarded,Cost was considerably higher than estimated,0,20250410 New Zealand Institute for Plant and Food Research Limited,26978449,Request for Proposals,Open Competition,Supervisory Control and Data Collection (SCADA) System,19037,20230222,20230501,20230801,Seafood Portfolio,Sole Agency,No,,"Supervisory Control and Data Collection System for FinFIsh operations at PFR Seafood Research Facility, Nelson",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,27025109,Request for Proposals,Open Competition,Benchtop Scanning Electron Microscope (SEM),19065,20230303,20230324,20230519,Food Innovation,Sole Agency,No,,Current Benchtop Scanning Electron Microscope (SEM) has reached end of life and no longer functions as required. Replacement Benchtop Scanning Electron Microscope (SEM) is sought in this tender.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,27103751,Request for Proposals,Closed Competition,PFR Enablement Programme,,20230316,20230406,20230901,Corporate,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,27357098,Request for Proposals,Open Competition,Carpark and Access Road Project,A2023008,20230505,20230529,20230706,Corporate,Sole Agency,No,,"Plant & Food Research is looking for a one-stop consultancy firm to provide the following services for design and delivery of a new, single-floor car park and access road: 1. Geotechnical Engineering Services 2. Civil Engineering Services 3. Structural Engineering Services 4. Ground Contamination Testing, if required",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,27456066,Request for Proposals,Open Competition,Super-continuum Laser and Tunable Filters,22189,20230526,20230619,20230707,Sustainable Production,Sole Agency,No,,Supercontinuum laser and tunable filters for non-destructive measurement of fruit quality attributes.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,28461243,Request for Proposals,Open Competition,Grain Drying System,22135,20231115,20231206,20240126,New Cultivar Innovation,Sole Agency,No,,Purpose built Grain Drying system able to dry small samples of grain (multiple 200g bags to 1000kg bins).,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,28461677,Request for Proposals,Open Competition,Air Tray Dryer,23067,20231115,20231206,20240116,Sustainable Production,Sole Agency,No,,Air Tray Dryer to dry plant material ahead of milling and analysis.,Not Awarded,CANCELLATION OF TENDER DUE TO BUDGETARY CONSTRAINTS,0,20250410 New Zealand Institute for Plant and Food Research Limited,28492053,Request for Proposals,Open Competition,External Cool Store - Hawkes Bay,A2023012,20231121,20231219,20240429,Sustainable Production,Sole Agency,No,,A new External Cool Store for Plant and Food Researchs Hawkes Bay site in Havelock North,Not Awarded,Not awarded as tenderer response could not meet specifications for sustainability within the approved budget.,0,20250410 New Zealand Institute for Plant and Food Research Limited,28815946,Request for Proposals,Open Competition,Te Puke Laboratory Benches,A2024003,20240212,20240304,20240307,Corporate,Sole Agency,No,Plant and Food Research,This procurement relates to the Te Puke Laboratory Building supply of laboratory benches and moveable tables.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,28845712,Request for Proposals,Open Competition,Cafe Refurbishment Lincoln,A2023002,20240216,20240308,20240618,Corporate,Sole Agency,No,Plant and Food Research,We require the services of a company to undertake refurbishment works of our Cafe at Lincoln.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,28853127,Request for Proposals,Open Competition,Full Body Isokinetic Machine,24022,20240219,20240320,20240531,Food Innovation,Sole Agency,No,,"Plant and Food Researchs (PFR) is looking for a replacement fully body isokinetic testing machine with the capability of evaluating strength, endurance, power and range of motion of all major joints and muscles.",Awarded,Supplier met the specifications required for the machine.,0,20250410 New Zealand Institute for Plant and Food Research Limited,28943981,Request for Proposals,Open Competition,Cutting Mill,21142,20240304,20240325,20240712,Food Innovation,Sole Agency,No,,A versatile cutting mill to enable precision milling of a range of food products into a homogenous particle size suitable for chemical and physical analysis.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,29148307,Request for Quotations,Closed Competition,Enterprise Block Storage Replacement,,20240404,20240426,20240430,Corporate,Sole Agency,No,,"PFRs enterprise 6.5 year old data storage solution is due for replacement. We are requesting quotations to provide the following hardware: DELL EMC Storage equipment as per the Bill of Materials",Not Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,29226098,Request for Proposals,Open Competition,Decanter Centrifuge,14120,20240416,20240507,20240807,Seafood Portfolio,Sole Agency,No,,Small decanter centrifuge for the Nelson pilot plant,Not Awarded,The Evaluation Panel for this tender has concluded that the options offered in the responses to this tender are not suitable for the requirements of the research work.,0,20250410 New Zealand Institute for Plant and Food Research Limited,29232259,Request for Proposals,Open Competition,Carpark and Access Road Project - Construction,A2023008,20240416,20240514,20240819,Corporate,Sole Agency,No,,"Plant and Food Research are constructing a new car park and access road on their Auckland campus. The works include the construction of an approx. 2000m2 single level car park, a two-way access road connecting the car park to existing roadway, a platform for the new shade house within the car park (platform within the scope, the shade houses are out of scope), maintenance & adjustments of some nearby existing roads, and some repairs to an existing retaining wall. The new car park will accommodate approx. 100 car parks. The site is a greenfield site.",Awarded,"Elio Construction provided the lowest price with a high-quality non-price submission. Their knowledge and capability were confirmed during their Post-Tender clarifications, including the interview and reference checks.",0,20250410 New Zealand Institute for Plant and Food Research Limited,29562886,Request for Proposals,Open Competition,Aquatic Veterinary Services,,20240610,20240701,20240725,Seafood Portfolio,Sole Agency,No,,The New Zealand Institute for Plant and Food Research Limited (PFR) requires specialist veterinary services to support its aquaculture research activities in Nelson.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,29641379,Request for Proposals,Open Competition,Lincoln Food Facility Refurbishment,A2024006,20240621,20240719,20240827,Corporate,Sole Agency,No,,Our Lincoln site includes research in food science. A portion of our Food Facility is due for refurbishment to accommodate new research activities and to meet food-safe production requirements. This project includes structural and services changes to four rooms within one building.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,29784894,Request for Proposals,Open Competition,High Performance/ Ultra High Performance Liquid Chromatograph HPLC/UHPLC,21066,20240716,20240813,20241031,Food Innovation,Sole Agency,No,,PFR seeking from the market a replacement High Performance Ultra High Performance Liquid Chromatograph that can carry out both HPLC and UHPLC methodologies.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,29849606,Request for Proposals,Open Competition,Gas Chromatograph - Mass Spectrometer,18007,20240725,20240822,20241021,Food Innovation,Sole Agency,No,,Gas Chromatograph - Mass Spectrometer for use in the analysis of bioactives.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,30053022,Request for Proposals,Open Competition,Flow Cytometer,24113,20240826,20240916,20250212,New Cultivar Innovation,Sole Agency,No,,Flow Cytometer for use in determining total DNA amount in cells.,Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,30214035,Request for Proposals,Open Competition,Food Quality Imaging System,23020,20240918,20241016,20241017,Food Innovation,Sole Agency,No,,A Food Quality Imaging System that is able to examine the food macrostructure particularly for bread and baked product texture and quality assessment.,Not Awarded,No responses received to tender.,0,20250410 New Zealand Institute for Plant and Food Research Limited,30442909,Request for Proposals,Closed Competition,Business Enablement and Core Systems Replacement Programme - Stage 2,,20241018,20241114,20241209,,Sole Agency,No,,"The Plant & Food Research Business Enablement Programme aims to improve the business and delivery of science by building adaptive capability and process improvement, supported by an integrated enterprise systems solution that enables implementation of new system capabilities efficiently with a single provider with an integrated technology stack. This RFP is to consider products only.",Awarded,,0,20250410 New Zealand Institute for Plant and Food Research Limited,30924268,Request for Proposals,Open Competition,CNC Press Brake,24127,20250122,20250219,20250331,Sustainable Production,Sole Agency,No,,A 5-axis CNC Press Brake to replace current outdated and no longer fit-for-purpose equipment.,Awarded,,0,20250410 New Zealand Lotteries Commission,19422729,Request for Proposals,Open Competition,Technology Procurement Panel,,20180205,20180302,20200219,,Sole Agency,No,,Technology procurement panel - hardware.,Not Awarded,"The Technology Procurement Panel RFP concluded in 2018 with the appointment of six parties to the panel. The contracts all an initial term to 31 May 2021, with an optional renewal term of two times two years. The successful respondents were Datacom Systems Ltd, Dimension Data NZ Ltd, Fujitsu NZ Ltd, Spark NZ Trading Ltd, PB Technologies Ltd, and SoftSource Ltd.",0,20250410 New Zealand Lotteries Commission,19927267,Request for Proposals,Open Competition,13043- Marketing Automation,13043,20180719,20180815,20200221,,Sole Agency,No,,"Lotto NZ want to responsibly use player generated data and digital technology to develop a deep understanding of our customers, which enables us to establish personal 1:1 relationships with our players. Through these relationships, we will share relevant and emotive content that inspires our players to continue loving our brand and engaging with our games. We are looking for a long-term digital marketing technology partner to help us deliver on our evolving digital marketing strategy. The core focus of the RFP is a Marketing Automation platform, but we are also looking for a provider who can support us on an ongoing basis. The platform will need to handle large amounts of player data and be capable of leveraging that data to deliver personalised communications experiences.",Not Awarded,The contract for implementation of a marketing automation solution was awarded to Marketing Impact Limited in November 2018. The solution chosen for implementation was Salesforce Marketing Cloud which was contracted for five year renewable subscription with term to February 2024.,0,20250410 New Zealand Lotteries Commission,20025694,Request for Proposals,Open Competition,13047 - Software Asset Management,13047,20180815,20180910,20200221,,Sole Agency,No,,"Lotto NZ wants to improve how we manage and optimise the purchase, utilisation, and rationalisation of software applications. This will help us to maximise the value from our software assets, reduce software licence costs, right size our software agreements, and limit risks related to the ownership and use of software. We are seeking a service provider to: Implement a software asset management solution and provide ongoing support. Help us with discovery, reconciliation, and optimisation of our software assets. Purchase and manage the renewal of selected COTS software licences on our behalf.",Not Awarded,Only part of this original request progressed to contract. No software license auditing tools were deployed. The preferred software license resale management capability was awarded to Datacom Systems Limited in November 2018. The contract contemplates an initial term of three years with optional renewals to May 2025.,0,20250410 New Zealand Lotteries Commission,20530565,Request for Proposals,Open Competition,13052- SAP Application Support,13052,20181208,20190118,20200219,,Sole Agency,No,,"Lotto NZ seeks a service provide for support services of the following SAP products: ? ERP Central Component ? Process Integration ? Enterprise Portal The support services will be required for the products in each of Development, Quality Assurance, Production and Disaster Recovery, with the exception of BPC which doesnt have a Production system.",Not Awarded,The SAP Application Support contract under this RFP was awarded to DXC Oxygen for a three-year term that commenced 01 August 2019 with two one year renewal options. The scope of service covers SAP application support and maintenance services.,0,20250410 New Zealand Lotteries Commission,22780753,Request for Tenders,Open Competition,13060 - Instant Kiwi Game Audit,,20200605,20200702,20210305,,Sole Agency,No,,"The New Zealand Lotteries Commission (Lotto NZ) requires an external 3rd party to provide reasonable assurance that the generation and production of instant lottery games (Instant Kiwi Instore tickets) are in compliance with the respective approved games specifications produced by the game supplier, currently Scientific Games Products Australia Pty Ltd (Scientific Games).",Awarded,"Services description: Refer RFx. Term of Agreement: 1+1+1+1 (4 years max).",30000,20250410 New Zealand Lotteries Commission,22968350,Request for Proposals,Open Competition,Lotto NZ Optical Transport Network RFP,,20200720,20200814,20201006,,Sole Agency,No,"Level 1, 73 Remuera Road, Remuera, Auckland 1050, New Zealand",,Awarded,"Awarded by: Lotto NZ 73 Remuera Road, Remuera, Auckland Awarded to: Vector Communications Limited 101 Carlton Gore Road, Newmarket, Auckland NZBN 9429037222727 Date contract was awarded: 11/09/2020 Term of the contract: 4 years +1+1 Expected contract spend value: $593,600 Type of procurement process used: Open RFP Description of Services: Managed OTN services for the central data circuit; Ongoing support of the data circuit; and Proactive monitoring and rectification of faults and maintenance. Supplier evaluation included consideration of Broader Outcome principles.",593600,20250410 New Zealand Lotteries Commission,23075788,Request for Proposals,Open Competition,Lotto NZ Gen 5 Counter Furniture RFP,,20200811,20200908,20201210,,Sole Agency,No,,"In 2015 Lotto NZ performed an exciting re-design of its brand and accordingly has developed a new design for its retail counter furniture. The retail counter design is known as Gen 5 and has been replacing the existing Gen 4 counter furniture in Lotto NZ retail outlets around the country. The subject of this RFP is the ongoing manufacture of the Gen 5 counter furniture and other associated retail fit out components. This may also include manufacture of any future re-designed fit out components. We are seeking a partner who can manufacture the Gen 5 units, provide NZ based storage and meet acceptable lead times for delivery and installation upon order to our NZ network of retail stores. In addition, our partner will need to be able to provide customer focused repair and maintenance solutions for existing Gen 5 installations.",Awarded,"Description of the goods or services being supplied: Refer RFx Details Contract term: 3 years with 2 x 12 month renewal options",100000,20250410 New Zealand Lotteries Commission,23283407,Request for Proposals,Open Competition,Lotto NZ Customer Experience Programme RFP,,20200915,20201001,20201210,,Sole Agency,No,,"Lotto NZ currently runs two Customer Experience Programmes for its Retail Network. As of September 2020, there are 1,555 Lotto NZ retail outlets throughout New Zealand. Our overall Customer Experience programme has two components: - Customer Service Standards: This covers customer service and adherence with Lotto NZ procedures; and - Instant Kiwi Compliance: Compliance on age verification for Instant Kiwi products. Customer Service Standards 1. Drive consistency and change of expected service and adherence across the network 2. Provide a tool that enables training based on the outputs provided 3. Allow visibility of retailer performance 4. Establish a standard measure across the network 5. Improve the overall customer experience by focusing on established customer service standards Instant Kiwi Compliance Instant Kiwi is age restricted to persons 18 years of age or older and Lotto NZs policy is to check identification where a customer looks under 25 years of age. The Instant Kiwi Compliance Programme is required to ensure our retailers are strictly abiding by this policy. The objective of this RFP is to seek a service provider partner(s) who can manage and facilitate one or both of our Customer Experience programmes across our retail network.",Awarded,"Description of the goods or services being supplied: please refer RFx details. Contract term: 24 months plus 12 months renewal option.",340000,20250410 New Zealand Lotteries Commission,23370625,Request for Proposals,Open Competition,Bingo Platform and Games,,20210129,20210329,20220804,,Sole Agency,No,,"The New Zealand Lotteries Commission (Lotto NZ) currently operates New Zealands only regulated Lottery business with 100% of profits being returned to benefit New Zealand communities. Lotto NZ currently offers the sale of Lottery products including both Draw based games and physical Instant Tickets via a nationwide retail network of over 1,800 point of sale devices and an online sales presence that provides customers access to both Draw based games and online Instant Win Games delivered through a responsive website and smartphone applications. This Opportunity in a Nutshell Lotto NZs digital sales through web and app now represent just over 35 percent of total Lotto NZ sales. Currently we offer Lotto, Powerball and Strike, Keno and Bullseye draw-based games, as well as over 39 instant win games via our website (www.mylotto.co.nz) and the Lotto NZ app. Bingo presents a strong opportunity to achieve this product expansion with a product that both complements and helps to broaden the appeal of our existing portfolio. Its very important to us that growth is achieved in a responsible manner, so harm minimisation will be a focus for realising this opportunity. Online Bingo is a large global industry, and by offering Bingo online, Lotto NZ will provide a safe, trusted alternative to the offshore Bingo sites New Zealanders are currently playing on. Lotto NZ exists to generate funding for NZ communities, with 100% of our profits providing vital support to thousands of charities and organisations every year. The addition of online Bingo provides an opportunity to grow our business, and therefore the contributions we make to the Lottery Grants Board. Lotto NZ is now ready to enter the market as the first licensed New Zealand-based provider to offer Bingo online as a legal, trusted and responsibly delivered proposition.",Awarded,"Commencement of the contract is conditional on: - Ministerial and regulatory approval; - Successful proof of concept; and - CRA acceptance.",500000,20250410 New Zealand Lotteries Commission,23383162,Request for Proposals,Open Competition,Behavioural Analytics Tool RFP,,20210315,20210409,20211101,,Sole Agency,No,,"Minimising the harm associated with lottery products underpins everything we do at Lotto NZ and is fundamental to the success of our business. We are committed to balancing our focus on digital product expansion with an emphasis on socially responsible growth. At Lotto NZ, providing a safe and secure gaming environment that encourages responsible play is central to our operations. Our games are intended to be fun and entertaining and should never be viewed as a means of relieving financial, personal or other difficulties. Due to the marked increase in the move towards online play, it is important that we adapt to changing player behaviour and enhance our responsible gaming approach to ensure that it is fit for purpose for online play. This is where the Behavioural Analytics Tool (BA Tool/ Solution) comes in it will support our focus on continuous improvement and enhance Lotto NZs ability to provide effective harm minimisation online that not only prevents excessive and potentially harmful play but informs players about their play behaviour. The addition of a Behavioural Analytics tool will play a key role for Lotto NZ to enable us to continue to meet our obligations of both maximising profit and minimising the potential for harm associated with our games. What we require Lotto NZ wants to utilise a Behavioural Analytics (BA) Tool that will provide us with information and insight into player behaviour. It is our intention that the BA Tool will equip Lotto NZ with the ability to inform players about their play behaviour while improving gambling literacy, and allow us to suppress marketing to players identified as playing in a potentially harmful way. Data we gather from the tool will also help inform our responsible gaming programme. To do this we are looking to use a tool that is based on the psychology of gambling. The BA Tool would complement our current responsible gaming programme, and provide Lotto NZ with analysis about player behaviour. Ideally the BA Tool would also include a self-assessment function so that players can gain a better understanding of their perceived play behaviour versus actual behaviour.",Awarded,Contract awarded to Neccton.,250000,20250410 New Zealand Lotteries Commission,23435408,Request for Proposals,Open Competition,Lotto NZ Gaming technology market analysis and procurement consultancy services RFP,,20201012,20201102,20210304,,Sole Agency,No,,"Lotto NZ currently operates New Zealands only regulated Lottery business with 100% of profits being returned to benefit New Zealand communities. Lotto NZ currently offers the sale of Lottery products including both Draw based games and physical Instant Tickets via a nationwide retail network of over 1,800 point of sale devices and an online sales presence that provides customers access to both Draw based games and online Instant Win Games delivered through a responsive website and smartphone applications. All Lottery related technology is currently hosted in New Zealand and operated by Lotto NZ. Supply contracts for our Lottery gaming technology expire in 2024, so we are looking for a consultant(s) who can assist Lotto NZ with our gaming system procurement and provide us with the following expertise and advice: Part One a. Gaming technology trends and lottery market analysis b. Supplier / vendor analysis and qualification c. Game product development and trends analysis d. Overview and analysis of commercial models Part Two (conditional on result of Part One) a. Procurement plan assistance including i. Technology analysis and requirements ii. Financial analysis (fair market costs) b. Assistance with the RFI, RFP or other suggested/agreed procurement process development, commercial and technical c. Bid evaluation, commercial and technical",Awarded,"Services Description: Refer RFx details Contract term: No fixed term.",200000,20250410 New Zealand Lotteries Commission,24162767,Request for Proposals,Open Competition,Lotto NZ RFP for Thermal Paper Processing,,20210406,20210430,20210826,,Sole Agency,No,,"Lotto NZ has a network of around 1500 retail outlets throughout New Zealand that require a continuous supply of thermal coated printed stock of yellow paper for our iconic lotto tickets. Despite a recent marked growth in our online channel, retail sales currently account for over 60% of total sales. The balance of total sales varies according to changes to our game portfolio, and fluctuations in our jackpot amounts. The object of this Request for Proposal (RFP) is to seek a partner to execute the processing and printing of the thermal yellow paper, and the subsequent dispatch of the full order of prepacked cartons of stock to our warehouses located in Auckland and Wellington. This enables us to distribute stock to the Lotto NZ retail network within set timeframes and in accordance with set standards of quality and accuracy. We supply the product at our cost to retailers. Lotto NZ exists to exist to provide safe gaming that allows New Zealanders to play and win while contributing money back to New Zealand communities. With 100% of our profits going to the community, via the New Zealand Lottery Grants Board, we generate funding that supports the vital work of thousands of Kiwi organisations and charities every year. Therefore cost efficiency and the highest quality of production is paramount to us. Any errors in the printing or finishing of the product may lead to hardware malfunctions, and loss of sales. Should a production error occur, remediation and identification of faulty individual rolls can be extremely onerous. Lotto NZ is an iconic brand, with high visibility and awareness from the general public and our customers in the event of any perceived errors in our materials. It is therefore vital that we achieve 100% production accuracy and quality through this contract. Lotto NZ tickets are produced for our draw-based games: Lotto, Strike, Powerball, Bullseye and Keno (see www.mylotto.co.nz for more information on game play). The yellow paper tickets are printed in store using terminals manufactured by International Game Technology PLC (IGT). Each retail outlet has at least one terminal and printer and associated hardware in the store.",Not Awarded,"IPS New Zealand Limited (formerly Iconex NZ) has been manufacturing plain and printed paper rolls in New Zealand for 65 years. IPS is 100% New Zealand owned and employs 15 staff with an average years of service of 25years. IPS presented the most compelling RFP proposal on a balanced scorecard basis. The contract was awarded to IPS for a term of 3 years, with a renewal option for one year.",0,20250410 New Zealand Lotteries Commission,24900895,Request for Proposals,Open Competition,Lotto NZ Print Services RFP,LNZ Print Services RFP 2021,20211004,20211119,20220301,,Sole Agency,No,Not applicable,"The New Zealand Lotteries Commission (Lotto NZ) produces and supplies Point of Sale advertising (POS) to our retail network of over 1300 stores. We produce a range of POS items, on a campaign by campaign basis, which are managed by a weekly work in progress session to determine and manage requirements as well as lead times. The object of this RFP is to select a partner who can work with us to successfully manage our print requirements to produce high quality and accurate POS in a timely manner for delivery to Lotto NZs third-party logistics provider. In doing this we expect a partner to help Lotto NZ achieve our harm minimisation and broader social responsibility outcomes and provide our customers with engaging, accurate and informative advertising of the Lotto NZ brand and products. Summary of our printing needs include: Typically, 25 POS campaigns per year based on o Major Lotto promotion campaigns o Instant Kiwi ticket campaigns o Instant Kiwi display tickets for stores o Other game promotion campaigns e.g. Keno, Bullseye and Strike. o Powerball jackpot campaigns Retail consumables; and Other general printing needs such as corporate reports, office equipment (letter-headed paper and envelopes), promotional items (pens, cups etc.) from time to time. These are set out in more detail in section 2 - Our Requirements of the RFP.",Awarded,,500000,20250410 New Zealand Lotteries Commission,24928258,Request for Proposals,Open Competition,Lotto NZ Logistic Services RFP,LNZ Logistics 7.10.21,20211007,20211119,20220420,,Sole Agency,No,Not applicable,"The New Zealand Lotteries Commission (Lotto NZ) receives and stores varying types of Lotto NZ stock which it distributes to our 1,370 retail outlets throughout the country. We are looking for a cost-effective and secure solution for all our logistics, storage and distribution needs.",Awarded,,0,20250410 New Zealand Lotteries Commission,25091099,Request for Proposals,Open Competition,Instant Kiwi Instant Scratch Ticket Supply RFP,LNZ IK Ticket Supply 15.11.21,20211115,20220204,20220711,,Sole Agency,No,Not applicable,"The New Zealand Lotteries Commission (Lotto NZ) sells 40 to 45 instant scratch games under the Instant Kiwi brand each year. Instant Kiwi is an iconic New Zealand brand, with tickets sold through our retail network of over 1,300 stores achieving NZ$136m revenue in FY21. The objective of this Request for Proposal (RFP) is to seek a partner, or partners to execute the strategic development, design, programming, production, packing and shipping of games to our secure distribution centre in Auckland, New Zealand to ensure continuous supply to the New Zealand market. We require a partner(s) who value responsible gaming and can work with Lotto NZ to achieve our sales objectives whilst ensuring potential for harm is minimised.",Awarded,,25000000,20250410 New Zealand Lotteries Commission,25910219,Request for Proposals,Open Competition,Lotto NZ Converged Payments Solution,,20220608,20220719,20230607,,Sole Agency,No,,"Lotto NZ is seeking a Converged* Payments Solution that can provide us with a solution for taking payments across both our retail and digital channels. Lotto NZ relies on taking payments directly from customers for its products to enable it to collect funds which are then distributed to Aotearoa communities, fund the lottery and gaming winnings and fund Lotto NZs operations. For that reason, a payments supplier is critical to Lotto NZs business.",Not Awarded,Awarded to Windcave.,0,20250410 New Zealand Police,18525916,Request for Proposals,Open Competition,TN/17/03 Drug and Alcohol Testing,TN/17/03,20170329,20170509,20190801,,Sole Agency,No,"180 Molesworth Street, Thorndon, Wellington 6011","New Zealand Police are seeking Requests for Proposals (RFP) for: TN/17/03 - Drug and Alcohol Testing NZ Police seeks proposals from suitably experienced, qualified and resourced organisations to provide drug and alcohol testing for pre-employment testing, and NZ Police staff in a range of situations. Interested parties can obtain the RFP tender documentation by written request to: - E-mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12:00pm midday (NZ Time) on 09 May 2017.",Awarded,,1000000,20250410 New Zealand Police,19367937,Request for Proposals,Open Competition,TN/18/03 - ABIS 2,TN/18/03,20180115,20180308,20190801,,Sole Agency,No,"180 Molesworth Street, Thorndon, Wellington","New Zealand Police are seeking Requests for Proposals (RFP) for: TN/18/03 - ABIS 2 (Automated Biometric Identification Solution) NZ Police are seeking proposals from suitably experienced, qualified and resourced companies to provide the ABIS 2 (Automated Biometric Identification Solution) Facial Image Identification and Management, Scar, Mark and Tattoo, and Clothing database Technology Solution(s). Interested parties can obtain the RFP tender documentation by written request to:- EMAIL: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12:00NOON (NZ Time) on 08 March 2018.",Not Awarded,Successful tenderer Dataworks Plus,0,20250410 New Zealand Police,19535620,Request for Proposals,Open Competition,TN/18/15 - High Productivity Application Platform as a Service (HpaPaas),TN/18/15,20180314,20180411,20190801,,Sole Agency,No,tenders.national@police.govt.nz,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/18/15 High Productivity Application Platform as a Service NZ Police are seeking proposals from suitably experienced, qualified and resourced companies to provide a subscription based enterprise High Productivity Application Platform as a Service (HpaPaaS) that may be used for various developments or redevelopments. The key objective of this procurement is to select a PANEL of technology suppliers that meets our technology and business requirements for rapid application development, hosting and ongoing evolution of systems. Interested parties can obtain the RFP tender documentation by written request to: E-mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 14:00 (NZ Time) on 11 April 2018.",Awarded,Panel of suppliers created.,500000,20250410 New Zealand Police,20238899,Request for Proposals,Open Competition,RFP TN/19/01 - MOBILE POLICE BASES,RFP TN/19/01,20181003,20181113,20200311,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington New Zealand,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/19/01 Mobile Police Bases Police wish to consider proposals from suitably experienced and resourced companies to build; service; and maintain twelve (12) purpose built mobile police bases (RV-type vehicles). Interested companies can obtain the RFP briefing document by written request to: - E-Mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12:00 NOON 13 November 2018.",Not Awarded,,0,20250410 New Zealand Police,21022785,Request for Proposals,Closed Competition,RFP - Main Contractor for the 482 Great South Road refurbishment,TN/19/03,20190513,20190610,20200211,,Sole Agency,No,,"The New Zealand Police is seeking Proposals from the shortlisted suitably resourced and experienced Main Contractors for the refurbishment of 482 Great South Road, Otahuhu. The works will generally include the following: Rearrangement and finishes upgrade of floors (7 in total); Seismic upgrade; Services upgrades; Fire Protection upgrade; Toilets, main and lift lobby upgrades.",Awarded,,0,20250410 New Zealand Police,21742331,Request for Proposals,Open Competition,TN/20/08 - Risk Management Tool,TN/20/08,20191008,20191106,20200311,,Sole Agency,No,"TN/20/08 - Contracts Administrator, Police National Headquarters, 180 Molesworth Street, Wellington","New Zealand Police are seeking Requests for Proposals (RFP) for: TN/20/08 - Risk Management Tool NZ Police seeks proposals from suitably experienced, qualified and resourced organisations for the development, delivery and support of a Risk Management Tool that is fit-for-purpose, out-of-the-box and easy to use and support. Interested parties can obtain the RFP tender documentation by written request to: - E-mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 17:00 (NZ Time) on 06 November 2019.",Not Awarded,"Preferred solution identified, however contract now awarded, due to pending business case approval",0,20250410 New Zealand Police,22257767,Request for Proposals,Open Competition,TN/20/09 - Chemical Analysis of wastewater samples to monitor the use of illicit drugs,TN/20/09,20200204,20200316,20200715,,Sole Agency,No,,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/20/09 - Chemical analysis of wastewater samples to monitor the use of illicit drugs NZ Police wishes to consider proposals from suitably experienced and resourced companies to provide analysis of wastewater for illicit drugs, including but not limited to sampling/testing and data reporting. Interested companies can obtain the RFP documentation by written request to: - E-mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12.00 NOON, 16th March 2020.",Awarded,,4000000,20250410 New Zealand Police,22327540,Request for Proposals,Open Competition,TN/20/12 - POLICE CALIBRATION SERVICE (PCS) DIGITISATION,TN/20/12,20200219,20200325,20201117,,Sole Agency,No,,"New Zealand Police wishes to consider proposals from suitably experienced and resourced companies to provide a solution to consolidate and better support the asset management and certificate distribution for PCS. Interested parties can obtain the RFP document through the email address of : tenders.national@police.govt.nz RFP Proposals are to be received by New Zealand Police no later than 12.00 Noon Wednesday 25 March 2020.",Not Awarded,,0,20250410 New Zealand Police,22582042,Request for Quotations,Open Competition,RFQ TN/20/18 - Computer Device Refresh - Logistics Project,TN/20/18,20200428,20200519,20201007,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington - New Zealand,"New Zealand Police are seeking a solution for RFQ TN/19/18 - Computer Device Refresh - Logistics Project during the swap out of approximately 5,400 desktop devices. In 2019 NZ Police undertook a refresh of half of its Windows 8 desktop (desktops, laptops and tablets) fleet. In 2020 the remaining (approximate) 5,400 devices will be swapped to Windows 10 desktops and laptops. These devices are located across 270 sites throughout New Zealand. Documentation can be obtain by email request through: tenders.national@police.govt.nz",Awarded,,500000,20250410 New Zealand Police,22582135,Request for Quotations,Open Competition,RFQ TN/20/19 - Computer Device Refresh - Deployment Project,RFQ TN/20/19,20200428,20200519,20201007,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington,"New Zealand Police are seeking a solution for RFQ TN/19/18 - Computer Device Refresh - Deployment Project during the swap out of approximately 5,400 desktop devices. In 2019 NZ Police undertook a refresh of half of its Windows 8 desktop (desktops, laptops and tablets) fleet. In 2020 the remaining (approximate) 5,400 devices will be swapped to Windows 10 desktops and laptops. These devices are located across 270 sites throughout New Zealand. Documentation can be obtain by email request through: tenders.national@police.govt.nz",Awarded,,500000,20250410 New Zealand Police,22616448,Request for Proposals,Open Competition,RFP TN/20/15 - Cafeteria and Catering Services Auckland,RFP TN/20/15,20200505,20200529,20201007,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington,"New Zealand Police wishes to consider proposals from suitably experienced and resourced companies to provide Cafeteria and Catering Services at the following locations: Auckland City Police Hug Henderson Police Station Tamaki Makaurau Policing Centre, Otahuhu Interested companies can obtain the RFP documentation by written request to: tenders.national@police.govt.nz Proposals are to be received by New Zealand Police no later than 12.00 Noon - Friday 29 May 2020",Awarded,,0,20250410 New Zealand Police,23093135,Request for Proposals,Open Competition,RFP TN/21/08 - Police Negotiation Team Technology Replacement,TN/21/08,20200810,20200911,20201210,,Sole Agency,No,tenders.national@police.govt.nz,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/21/08 Police Negotiation Team Technology Replacement The Police Negotiation Team (PNT) were established to provide skilled, trained and experienced negotiators to assist in the resolution of incidents. Police are looking to replace existing aging communication devices with modern equivalent technology that will support PNT to complete their core role. This includes communication with people in crisis, and other situations as needed by New Zealand Police, e.g. Hostage situations. Police require a solution that enables staff to communicate with a range of people across multiple communication channels including social media, text, phone calls and face to face. The ability to record all communication and to share that recording with other staff members within PNT is required to support existing processes and to support successful outcomes. While the focus is on the replacement of existing technology, Police is open to exploring new technology that will assist them to effectively communicate with people in crisis and will also enable PNT to explore new ways to support negotiators during a crisis event. Interested companies can obtain the RFP briefing document by written request to: - E-Mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12:00 NOON 11 September 2020.",Not Awarded,Following consideration of the responses received the evaluation team has determined that a single solution that meets all of Polices needs is not currently available in the market. Accordingly the decision has been made to not select a preferred vendor and the RFP will be closed without a contract being awarded.,0,20250410 New Zealand Police,23268081,Request for Proposals,Open Competition,TN/21/06 - Mobile Thermal Imaging Devices,TN/21/06,20200911,20201012,20210615,,Sole Agency,No,tenders.national@police.govt.nz,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/21/06 CVST Brake Testing Devices: Mobile Thermal Imaging Police are seeking to procure approximately 120 handheld mobile thermal imaging devices that can reliably and efficiently screen Heavy Motor Vehicles (HMVs) on the roadside to detect any brake performance issues. As devices will be predominately used on the roadside for long periods of time, they must be light weight, easy to use and durable. Devices must be able to screen static and moving vehicles to detect thermal anomalies, whilst accurately displaying the temperature of brakes on the screen. To ensure longevity, Police seek to procure devices that come with a warranty enabling devices to be serviced, maintained and repaired if required. Interested companies can obtain the RFP briefing document by written request to: - E-Mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 5.00pm 12 October 2020.",Not Awarded,,0,20250410 New Zealand Police,23289589,Request for Proposals,Open Competition,RFP TN/21/03 - Emergency Evacuation Testing,TN/21/03,20200915,20201022,20210803,,Sole Agency,No,tenders.national@police.govt.nz,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/21/03 Emergency Evacuation Testing NZ Police is seeking a service provider to conduct routine 6-monthly trial fire evacuations for approximately 120 sites nationwide. We are seeking a solution that meets the requirements under the Fire and Safety Emergency New Zealand Act 2017 and the Fire and Emergency New Zealand (Fire Safety, Evacuation Procedures and Evacuation Schemes) Regulations 2018. Interested companies can obtain the RFP briefing document by written request to: - E-Mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 5.00pm 22 October 2020.",Awarded,,200000,20250410 New Zealand Police,23653873,Request for Proposals,Open Competition,RFP TN/21/12 - TYRE DEFLATION DEVICES,TN/21/12,20201119,20201217,20211221,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington,"Police are seeking a supplier for a solution to enable Police to deploy Tyre Deflation Devices safely and effectively. The provider must have the ability to deliver the goods and provide prompt service throughout the life of the devices. Police are seeking to procure up to 2,400 remote controlled Tyre Deflation Devices. The device must; Be deployable through remote control; Be suitable for one officer to lift, carry, and, setup; Be compact enough to fit in the rear luggage area of a New Zealand Police patrol vehicle. Proposals must be received by 17 December 2020 DOCUMENTATION CAN BE OBTAINED BY EMAIL TO: tenders.national@police.govt.nz",Not Awarded,Tender Cancelled due to devices tendered no meeting operational needs. New Zealand Police will re-tender approximately March 2022.,0,20250410 New Zealand Police,24331665,Request for Quotations,Open Competition,RFQ TN/21/17 - POLICE ENDPOINT PROTECTION,RFQ TN/21/17,20210521,20210609,20210729,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"Endpoint Protection Request for Quotations What we need The New Zealand Police (Police) Information Communication and Technology Service Centre (ITSC) seeks to replace certain infrastructure services and in doing so, procure a solution which will further enhance our endpoint security. We want a product that will capture information from Windows PC and servers, Apple Macs, Linux Redhat and other o/s, iOS and Android endpoints, and provide real-time monitoring and alerting. Further Information For more information please request the RFQ documentation from ICTStrategicsourcing@police.govt.nz",Awarded,,5000000,20250410 New Zealand Police,24377743,Request for Proposals,Open Competition,PALMERSTON NORTH POLICE HUB,RFP TN/21/19,20210601,20210622,20210729,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington,"New Zealand Police require the services of a Main Contractor to lead the planning, staging and delivery of the seismic strengthening and refurbishment of the Palmerston North Police Station. Documentation can be obtained by written request to the email address of: tenders.national@police.govt.nz",Awarded,,10000000,20250410 New Zealand Police,24663383,Request for Quotations,Open Competition,RFQ TN/21/15 - POLICE FIREWALLS RE-RELEASE,RFQ TN/21/15,20210811,20210902,20210928,,Sole Agency,No,Police Natioinal Headquarters - 180 Molesworth Street - Wellington,"Firewall Refresh Project Request for Quotations - Re-Release of Documentation What we need The New Zealand Police (Police) Information Communication and Technology Service Centre (ITSC) seeks to refresh its external facing firewall infrastructure and in doing so, procure a solution which will provide significantly higher computational capacity and traffic throughput. We want a product that can service our existing traditional firewall functionality requirements and includes the additional capabilities of modern next generation firewalls. For more information please request the RFQ documentation from ICTStrategicsourcing@police.govt.nz",Awarded,,0,20250410 New Zealand Police,24822512,Request for Proposals,Open Competition,TN/22/02 - Tactical Armour System,TN/22/02,20210917,20220120,20240917,,Sole Agency,No,,"New Zealand Police are seeking Requests for Proposals (RFP) for: TN/22/02 - Tactical Armour System Police are seeking a Supplier to provide their specialist body armour not supplied by the current Body Armour System arrangement. The Tactical Armour System (TAS) consists of the tactical body armour system and the provision of an asset and service management solution for the body armour replacement programme and ongoing requirements. Whole of life management of the TAS (services supporting the components) is critical to the project; ensuring levels of quality, effectiveness, efficiency and safety are met and maintained over time, enabling Police specialist squad officers to deploy 24/7 to ensure both the public and officers feel safe and are safe. Proven experience in providing the services required within New Zealand is important to Police. Briefing Sessions will be held from 4 - 7 October 2021. In order to attend the briefing session you must register, full details are in the RFP document. Interested companies can obtain the RFP briefing documents by written request to: - E-Mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 12.00noon 20 January 2022.",Not Awarded,,0,20250410 New Zealand Police,25328436,Request for Proposals,Open Competition,RFP TN/22/06 - Deactivated Rifles,TN/22/06,20220125,20220225,20220701,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police are responsible for the regulation of the Arms Act, as such a key requirement is: providing for applicants for firearms licences to pass theoretical and practical tests as to their ability to handle firearms safely or to undergo courses of training designed to teach them to handle firearms safely (Section 74 Arms Act 1983). New Zealand Police manage a nationwide training program titled the Firearms Safety Course which all applicants for a firearms licence must attend. New Zealand Police are currently seeking a replacement for the current training bolt action rifles which have reached the end of their service life. The replacement rifles will need to be well manufactured to a high quality standard, capable of a high volume of regular handling as a training firearm where the action and magazine will be operated thousands of times per year, they are to be deactivated so they are incapable of discharging a live cartridge of any type, however the deactivation must allow the firearm to operate correctly with the specified inert drill cartridges. The deactivation is to be obvious to anyone that the firearm has been disabled. Interested parties can request the documentation via tenders.national@police.govt.nz",Not Awarded,,0,20250410 New Zealand Police,25576908,Request for Proposals,Open Competition,RFP TN/22/12 - ORAL FLUID TESTING,RFP TN/22/12,20220323,20220427,20230324,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police is seeking to purchase oral fluid testing devices able to be used to test drivers to detect the presence of drugs. OFT is new capability to be implemented within NZ Police following the New Zealand Government enacting the Land Transport (Drug Driving) Amendment Act 2022. Police is required to be deploy operational capability from March 2023 and are targeting to use approximately 36,000 tests in the subsequent 12 months through to March 2024. An initial contract term of two years will be offered to a successful Respondent, to encompass implementation and the initial 12-month operational period. Response will involve completion of written Response Forms and provision of equipment to allow for 30 sample tests to be administered in simulated operational scenarios. Written responses will be required to be received by email by 1700 hrs, 25th April, 2022. (NZ time) Samples will be required to be received in Wellington by 1500 hrs 10 May 2022. Request for Proposal document including Response Forms can be provided on request to tenders.national@police.govt.nz",Not Awarded,No device suitable for to meet Police requirements,0,20250410 New Zealand Police,25774086,Request for Quotations,Open Competition,RFQ TN/22/10 - BURGLARY PREVENTION DEVELOPMENT,RFQ TN/22/10,20220510,20220603,20220928,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police are seeking to procure contractor services to coordinate, supply and install security measures and remove and dispose of overgrown vegetation. The key objective of this procurement is to prevent burglary victimization through strengthening security measures and improving lines of sight. The proposed outcome of this procurement is to provide a panel of contractors across police districts to undertake the required burglary prevention work. Interested parties can obtain the documentation via email from: tenders.national@police.gov.nz",Not Awarded,,0,20250410 New Zealand Police,25774175,Request for Quotations,Open Competition,Security Operation Centre (SOC) Management Security Orchestration Automation Response (SOAR) Project,TN/22/16,20220511,20220531,20221220,,Sole Agency,No,,"The New Zealand Police (Police) Information Communication and Technology Service Centre (ITSC) seeks to implement a Security Orchestration, Automation and Response (SOAR) platform to permit data to be ingested from a variety of sources. It will automate repetitive manual tasks, allow for the creation of a playbook to prioritise, standardise and scale response processes in a consistent and documented way. A SOAR platform will enhance our real-time collaboration in protecting our data by leveraging our existing technology and presenting a customisable dashboard to Security Analysts on prioritised threats, alerts and incidents of compromise. For more information, please request the RFQ documentation from ICTStrategicsourcing@police.govt.nz",Awarded,"Cello Group Limited NZBN 9429047831308 Address withheld",970000,20250410 New Zealand Police,25827540,Request for Proposals,Open Competition,RFP TN/22/07 - TYRE DEFLATION DEVICES,TN/22/07,20220520,20220701,20240703,,Sole Agency,No,Police National Headquartes 180 Molesworth Street Wellington,"New Zealand Police is seeking to replace its portable, road spike capability used for stopping fleeing drivers. We expect to source and deploy 2,400 new devices. Quantity could vary subject to the outcome of the RFP. It is our preference to have completed the transition and operationalised all new equipment by August 2023. For a deflation device to be considered in this RFP process the device must be able to: a) extend spikes a minimum of 4.7 lineal metres and b) be deployed by remote control from a safe position away from the device. To mitigate the risk of shipping delays and subsequent impact to the evaluation process, Respondents are asked to submit products for testing to arrive with NZ Police by 08/07/2022. Written Proposals will be due by 01/07/2022. RFP documents can be provided upon request to tenders.national@police.govt.nz.",Not Awarded,Repriotisation of key projects for New Zealand Police,0,20250410 New Zealand Police,25914202,Request for Proposals,Open Competition,RFP TN/22/14 Psychological Wellbeing Checks,RFP TN/22/14,20220609,20220711,20221012,,Sole Agency,No,,"NZ Police are establishing a new Psychological Wellbeing checks panel for the supply of a variety of approaches to psychological wellbeing checks for Police employees nationwide. NZ Police seek responses from organisations or individuals who provide these services to join the Panel. It is important to us that we include experienced and suitably qualified suppliers offering a variety of approaches to these Wellchecks, including through different cultural lenses, on the panel. New Zealand Police are seeking Requests for Proposals (RFP) for: TN/22/14 To establish the Psychological Wellbeing checks Service Providers panel Interested providers can obtain the RFP briefing document by written request to: - E-mail: tenders.national@police.govt.nz RFP proposals are to be received by New Zealand Police no later than 5.00PM, 11 July 2022. PLEASE NOTE THAT ANY QUESTIONS SUBMITTED THROUGH GETS WILL NOT BE ANSWERED.",Awarded,,0,20250410 New Zealand Police,26437697,Request for Proposals,Open Competition,TN/23/04 - CLOUD VIDEO INTEROP (CVI) SOLUTION,tn/23/04,20221010,20221104,20230213,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"This RFP relates to the procurement of a Cloud Video Interop (CVI) solution to provide a high-quality, consistent videoconferencing experience as Police implements the Microsoft 365 suite of technologies under the Modern Collaboration Programme (MCP). Over the last 3 years, Police have invested in a Webex solution, however the move to M365 to provide a powerful and well-integrated suite of collaboration tools means a progression from Webex to MS Teams is now being planned. Police are looking for a solution that enables them to extract maximum value from the current investment in Webex meeting room technology but using this equipment in conjunction with MS Teams. The functionality required will enable users to easily incorporate Webex meeting room equipment into Teams meetings in a seamless and consistent manner, delivering a high-quality user experience. It will also provide a migration pathway for the gradual replacement of Webex equipment with new Teams meeting room equipment. Police have identified that a Cloud Video Interop (CVI) solution is the best way to meet these needs and are seeking a reputable supplier who can demonstrate its ability (capability, experience and infrastructure) to provide a CVI solution and to provide expertise to design and assist Police with implementation of the solution. The CVI solution needs to provide capability to: Allow seamless integration of Webex meeting room equipment with Teams meetings Integrate with Exchange Online calendars to book resources for meetings Provide a consistent user experience on all meeting room equipment Integrate with future new meeting room equipment, that is CVI-compliant Meet Police security policies for storage and transfer of information Minimise performance impacts on Police networks Monitor and report on status and usage We are expecting a cloud-based solution offered under a Software-as-a-Service model however a hybrid model, with some physical components hosted within the Police network, will be considered as a means to reduce the total cost of ownership or provide improved system and network performance. A hybrid model is a less-preferred option than a full-cloud solution.",Awarded,,0,20250410 New Zealand Police,26799828,Request for Tenders,Open Competition,Scenario Village Main Building Contractor,TN23/10,20230113,20230207,20240227,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"The New Zealand Police are developing a Scenario Village training facility at the Royal New Zealand Police College in Porirua to support and enhance the quality and diversity of training. The Project is being delivered in two Stages, with delivery Stage 1 of the civil works elements underway in advance of the construction of the Stage 1 buildings. This procurement supports the successful delivery of NZ Polices development of the Scenario Village training facility by appointing an appropriately experienced Main Contractor to deliver the building works. The building works involve the delivery of three individual buildings consisting of; a single story house; two story house; a set of three story townhouses; and associated hard and soft landscaping and outbuildings. All buildings feature specifically designed elements to support the training needs of the New Zealand Police. The site is within the campus of the Royal New Zealand Police College (RNZPC), Porirua which will remain operational throughout construction. At the end of the initial term, there may be an option to enter into direct negotiations for the continued delivery of Stage 2 of the Scenario Village, subject to good performance by the supplier, achieving continued best Public Value over the programme of works and the securing of funding to complete stage 2. Tender documentation is to be requested from tenders.national@police.govt.nz",Not Awarded,,0,20250410 New Zealand Police,26949448,Request for Quotations,Open Competition,Preferred Provider Marine Vessel Replacement,TN/23/06,20230215,20230308,20240901,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"As a part pf NZ Polices Maritime Strategy 2030, New Zealand Police (Police) is looking to procure services for the design and production of a marine vessel to replace their primary vessel for the Auckland Maritime Unit (AMU) Deodar III. Deodar III is nearing the end of its life and will need to be replaced with a vessel with similar or comparable specifications including size and performance, as well as the ability to pass an initial survey for 5 years. It will be a 18.5m foil assisted catamaran suitable for ocean operation. Interested parties can obtain documentation via tenders.national@police.govt.nz",Not Awarded,,0,20250410 New Zealand Police,27171546,Request for Proposals,Open Competition,Cafeteria and Catering Services,TN/23/19,20230331,20230503,20230901,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"This procurement relates to the provision of Cafeteria and Catering Services at the following locations: Auckland City Police Hub, Henderson Police Station, Piki Ki Te Ao, Otahuhu, Level 15 Police National Headquarters Wellington, and Manukau Hub Police Station. The key objective of this procurement is to secure the services of a professional operator to provide Cafeteria and Catering Services. Providers may submit responses for: all sites any number of sites in between or custody meals only. Manukau Hub Police Station will be available from 19 February 2024. Interested parties can obtain documentation via the email address of: tenders.national@police.govt.nz",Awarded,,0,20250410 New Zealand Police,28597544,Request for Proposals,Open Competition,Interview Recording Technology TN2404,TN2404,20231211,20240202,20241001,,Sole Agency,No,,"Interview Recording Technology Response Request for Proposal What we need The New Zealand Police (Police) seeks to implement a digital Interview Recording Technology solution which will support Polices investigative function. Interviews may be used as evidence (Evidence Act 2006) and conducted in a Police interview suite, or away from Police premises using a portable unit. In this Request for Proposal, we seek information about your capability to deliver equipment, New Zealand or Australian cloud-based storage options, and provide support and maintenance throughout New Zealand. Funding for the solution is subject to detailed business case approval post tender. Further Information For more information, please request the RFP documentation from ICTStrategicsourcing@police.govt.nz Note that the email box will not be covered by personnel from 5 pm Friday 15 December until 8 am Monday 15 January 2024. You are welcome to send your queries through during this period, however they will not be responded to until 15 January.",Not Awarded,This project is not proceeding currently.,0,20250410 New Zealand Police,29245571,Request for Proposals,Open Competition,Police Uniform and Logistics Support Services,TN/24/08,20240418,20240531,20241216,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington,"New Zealand Police is seeking the appointment of a single national supply partner of these uniforms and associated equipment requirements and support services for Police. Police seeks to contract with a specialist uniform and operational equipment supplier with an existing Fourth Party Logistics (4PL) fulfilment and logistics capability. Police supplies Police personnel with uniforms associated with their identity in the community and to protect staff with a range of interconnected uniform components, personnel protection equipment and support items. For the purpose of this procurement, Uniform is considered to be all apparel worn by Constabulary and Employees ( Authorised Officers, Temporary Constables and Non-Sworn), including operational, tactical and associated accessories. This RFP represents a long-term opportunity to provide a high profile and highly visible government organisation with a quality product and service that is appropriate to the various requirements of Policing. Interested parties can obtain the documentation via email: tenders.national@police.govt.nz",Not Awarded,,0,20250410 New Zealand Police,29312514,Request for Tenders,Open Competition,Avondale Balcony Removal and remediation,TN/24/10,20240501,20240613,20240830,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police are seeking to remove the Balcony at Avondale Police Station The balcony at Avondale Station is situated on the front face of the building and sits on the second storey above the public carpark. The membrane used is prone to failure from this period in NZ construction. It is a major cause of water ingress which is damaging other construction elements (i.e, rotting plywood, cracking at balustrade junction, cracking of solid plasterwork). The cantilever is showing signs of sagging. The water ingress is also damaging structural elements (rusting to ungalvanized steel work). The extent of damage to the structural integrity is unknown. However, the balcony is visually degrading and poses a health and safety concern. This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the main construction contractor services contract opportunity for the removal of the balcony and make good of the area. Interested parties can obtain the documentation via email: tenders.national@police.govt.nz",Awarded,Legacy Construction,0,20250410 New Zealand Police,29545497,Request for Proposals,Open Competition,Strategic Parner to Manage Supply of Police Ammunition,TN/24/12,20240607,20240719,20250109,,Sole Agency,No,Police National Headquarters 180 Molesworth Street Wellington,"New Zealand Police are seeking: This procurement relates to the supply and management of ammunition and other related services. Previously these have been provided by a Logistics integrator with a current expiry of 31 December 2024. A relationship between Police and the successful respondent that is dynamic in nature and affords opportunities for efficiency and cost optimisation for both parties. A Supplier that actively understands the benefits of acquisition and sustainment strategies through moving this supply agreement from an operational logistics provider to a category specific ammunition contract management and service specialist. A Supplier with a strong proven and existing supply chain management expertise and be able to provide timely and fit for purpose ammunition related services to Police. Interested parties can obtain documentation via email at: tenders.national@police.govt.nz",Not Awarded,,0,20250410 New Zealand Police,30341657,Request for Tenders,Open Competition,Roof Replacement - Upper Hutt Police Station,TN/25/16,20241007,20241104,20241210,,Sole Agency,No,Police National Headquarters - 180 Molesworth Street - Wellington,"The Upper Hutt Police Base is made up three connected buildings, from which a three-storey block sits above adjacent two-storey sections. The building works to be undertaken will be referring to the roof on the three-storey block only (the section), which was built in 1982. The age of the roof is unknown but is assumed it is the same age as the building. The current roof of three storey tower block at Upper Hutt Police Station is not fit for purpose and is causing numerous leaks into staff areas. The deterioration of the roof is now creating debris that is falling onto the adjacent walkways which poses a health and safety risk to the public. There have been patch repairs to the roofs over several years but is now beyond repair. New Zealand Police are wanting to invite to suitably qualified suppliers to submit a Tender for the Main Contractor to the supply, installation, and commissioning of a roof replacement of the three-storey block at Upper Hutt Roof Police Station. The scope of Works for the Main Contractor will include the following construction activities: Supply, install and commission as below: Encapsulation of roof on tower block building by installing a warm roof structural overlay Asbestos construction report and removal as required Coordinate with Police ICT Team regarding the radio mast and network cabling that will be affected with the warm roof installation Ongoing maintenance for the Defects Liability Period Interested parties can obtain the documentation via email from: tenders.national@police.govt.nz",Not Awarded,Maycroft Construction,0,20250410 New Zealand Post Limited,21985437,Request for Proposals,Open Competition,Consumer & Agency Service Portal (POS+),,20191125,20200121,20201214,,Sole Agency,No,,"The objective of this procurement initiative is to support the approval for the business case to move NZ Post to a modern, highly available, scalable point-of-sale solution that supports its retail channel now and into the future, while providing a key component of its digital led customer experience strategies, and omni-channel customer strategy. We will need robust solution and pricing data to support our business case. A software as a service solution (SaaS) is desirable for establishing the base foundation for NZ Posts future Sales and Service and Channels strategies with omnichannel capability to support all three Sales and Service pillars - Physical Retail, Contact Centre and Digital (web and mobile) in the Channels.",Awarded,,0,20250410 New Zealand Post Limited,22411582,Request for Proposals,Open Competition,Stamps and Collectables eCommerce Platform,,20200309,20200406,20200824,,Sole Agency,No,,"NZ Posts Stamps & Collectables team is seeking to transition to a modern, high presence, far-reaching eCommerce solution. The current website and associated technology is refraining future revenue and customer growth. The outcome of this project would be the delivery of a modern, and ideally, off the shelf, eCommerce platform that meets the needs of both customer expectations for functionality and business expectations in terms of product reach, promotion and revenue growth. The new platform will have features that customers would expect, such as mobile responsive, multi-language, multi-currency, faceted search, abandoned cart saver and multi-channel eCommerce. Such a platform would evolve automatically as new eCommerce functionalities are introduced to the market. In addition, we would like this platform to be easily maintained in-house. As such, a simple but effective solution is preferred.",Awarded,,0,20250410 New Zealand Post Limited,23574344,Request for Proposals,Open Competition,Telecommunications Services RFP,,20201106,20201211,20210722,,Sole Agency,No,,"The intention of this procurement initiative is to establish contract(s) with supplier(s) to supply New Zealand Post with the design and implementation of a flexible and future proof data network and telecommunications services. A two-stage, open tender process will be used where potential suppliers will be invited to respond. While it is our preference to engage a single principal supplier we are open to a multiple supplier environment. We have therefore separated this RFP into Telecommunications commoditised services and the remaining services. This is to ensure responses for each can be made from all suppliers and are open to all parties. A supplier will be considered as a principal supplier for a range of services or as a supplier of a discrete service or function. All suppliers will be invited to present their proposals following submission. What we need New Zealand Post is seeking a new data network (LAN, WAN & WiFi), telco services and related security infrastructure i.e. firewalls. Data network design principles and technologies have advanced over the years since New Zealand Post last reviewed the market, and this RFP is an opportunity to unlock the advantages of these advancements. A new SD-WAN which is easily scalable, resilient, and easy to move between premises as we transform our property estate to meet future demands. Wifi for our staff in corporate locations and industrial settings, that can cope with a large number of devices and still support streaming of video for real time collaboration and item scanning from the furthers corner of our processing sites. A high-speed secure LAN which just works. Integrated PSTN calling from our Microsoft Teams environment. A mobile fleet for anytime, anywhere secure collaboration and communication. Data only plans for mobile scanners. Low cost 0800 and PSTN calling. Modern identity and application aware firewalls, with a simplified architecture. Cost and performance transparency with an open view into the performance of underlying services.",Awarded,,0,20250410 New Zealand Post Limited,24580800,Request for Proposals,Open Competition,Voice of the people platform and advisory services,TaylorP1,20210720,20210730,20211101,,Sole Agency,No,,"The intention of this procurement initiative is to establish a contract with a supplier (or suppliers) to supply New Zealand Post with both a technology platform and consultancy advice in the people experience/engagement field that will enable us to develop a modern Voice of People programme that elicits true people insights. This RFIP is a two-stage procurement process which allows: a. All suppliers to complete Part A requirements - this close date b. Following evaluation of Part A, shortlisted Respondent(s) will be invited to submit responses to Part B. Following submissions of Part B responses, Respondents will be invited to attend a face-to-face meeting with New Zealand Post personnel and provide a presentation outlining their proposal. Close date 27/08/2021 Additional information will be available for suppliers selected to respond to Part B",Awarded,,0,20250410 New Zealand Post Limited,25216522,Request for Proposals,Open Competition,Supply and Application of Vehicle Decals and Wrapping,,20211216,20220303,20240507,,Sole Agency,No,,"This RFP relates to the purchase of the supply and application of vehicle decals and wrapping. The key outcomes that the Buyer is seeking to achieve is a supplier who is able to: Source fit for purpose materials meeting approved NZ Post colour and reflectiveness specification at the best price Provide application of materials to specific design criteria/specification Provide nationwide applicator network Ensure services are delivered by highly skilled applicators with material manufactures approved qualification. Provide exceptional warranty coverage for material and labour Provide exceptional graphic design support Identify ways to achieve the highest quality graphics and application at the lowest price Maintain stock levels of material to ensure there are no stock outs. Provide online electronic ordering and workflow management solution that provides user-end login functionality and access each jobs status from order to completion including images of completed decal applications. Provide scheduled comprehensive reporting including orders placed, order status, aged work status, financial expenditure report grouped in categories as determined by NZ Post",Awarded,Contract awarded,0,20250410 New Zealand Post Limited,26073616,Request for Proposals,Open Competition,RFP - NZ Post Delivery Network Management,,20220811,20220923,20221012,,Sole Agency,No,,"NZ Post is seeking suppliers of delivery network management toolsets to enable agile, data driven decision-making with the ability to forecast, plan, control and report on day-to-day interconnected postal and courier network operations providing key foundational components to its overall delivery network strategy. This Request For Proposal (RFP) seeks detailed and fully costed (on a Total Cost of Ownership basis) proposals from suppliers to enable NZ Post to select a supplier or suppliers to provide, configure, implement, integrate, test, and support two (2) key toolsets i.e. Demand & Capacity Planning (DCP) tool and Scheduling (SCH) tool. The Demand & Capacity Planning (DCP) tool is expected to enhance demand visibility and reduce the time to make decisions by utilising historical trends and data, alongside integrated customer and demand planning to enable a higher degree of decision automation in order to meet optimal financial and service level outcomes. The tool will enable NZ Post to create, visualize, manage, align, and collaborate its planning data across the supply chain, encompassing demand plan creation, the supply-side response, and detailed operational and tactical-level planning. The Scheduling (SCH) tool will allow targeted allocation of resources across the NZ Post delivery network taking into account considerations such as cost, resources, efficiency, safety, and performance. It will also enable agility and accuracy in resource planning decisions across the delivery network allowing faster impact analysis and re-planning agility. Please direct any questions via GETs or to the contact person listed in this notice and avoid contacting any other NZ Post personnel on this.",Not Awarded,"We thank you for your interest in this RFP opportunity and for the level of engagement shown prior to the submission close date. Unfortunately, the responses we received were not at a level that would enable us to proceed further with this open competitive process. For this reason, NZ Post wishes to notify you that this RFP process is now closed and the opportunity has not be awarded to any respondent.",0,20250410 New Zealand Post Limited,28696854,Request for Proposals,Closed Competition,National Commercial Cleaning Services RFP,28696854,20240130,20240311,20240727,,Sole Agency,No,,"New Zealand Post is seeking a national services provider for commercial cleaning services. Based on the earlier EOI/ROI, a selected shortlist of providers has been invited to the RFP stage. Please find attached the RFP document, RFP response template, price response template, site specifications, site locations, KPIS, modern slavery questionnaire and draft form of contract. Please submit the non-price and price responses as two separate documents. Auckland site visits are planned for Feb 15 and 16, times and dates have been advised to the shortlist.",Awarded,Awarded to City Cleaning Services Limited.,0,20250410 New Zealand Post Limited,29232441,Request for Proposals,Closed Competition,The Employee Digital Experience,,20240419,20240527,20240930,,Sole Agency,No,,You will find the RFP overview and outcomes sought in the RFP pack and the various attachments.,Awarded,,0,20250410 New Zealand Qualifications Authority,20966900,Request for Proposals,Closed Competition,Data Catalogue,18031,20190424,20190603,20191014,,Sole Agency,No,,"NZQA is data rich and depends on the quality of its data. Questions regarding NZQA data trustworthiness, latency, lineage, sensitivity, or preparation need to receive assurance easily and promptly. Fundamental elements like security, privacy, usage, access, and data SMEs should be made readily available alongside the knowledge and experience of frequent data users. NZQA is seeking to procure a data catalogue solution to enable the level of data management that will assist in delivering these elements. NZQA is currently working to deliver Digital Assessment through NCEA Online. As part of that delivery NZQA wants to ensure the seamless integration of the data received through its online functionality with its historical (and in some areas ongoing) paper-based functionality. NZQA expects the functionality of a procured data catalogue to assist in the delivery of this data integration.",Awarded,The contract was awarded to OvalEdge LLC following a full evaluation process,27000,20250410 New Zealand Qualifications Authority,22076596,Request for Quotations,Open Competition,NCEA Online Research Opportunity,19005,20191211,20200124,20201112,,Sole Agency,No,,"NZQA is working towards the long-term goal Qualify for the Future World Kia noho takatu ki to amua ao. A part of this work is the development of NCEA Online. The purpose of the Research Proposal is to investigate areas of potential interest for future development under the NCEA Online Programme. Such research may result in a recommendation for a subsequent Innovation Trial. A Research Proposal report will provide a mechanism for the Programme Team to prioritise ideas for future Innovation Trials. We are seeking a researcher to complete: Part 1: General literature review about summative assessment / assessment for issuing qualifications (credentialing), focussed on senior secondary school as a preference Part 2: Review of what is occurring in other jurisdictions* with regard to summative assessment for credentialing purposes Part 3: Informed by Parts 1 and 2 above, and the researchers other relevant education research experience, a discussion paper about the pros & cons (for the NZ context) of offering some externally assessed assessments (examinations or other forms) in mid-year rather than at year end, focussing on the digital mode.",Awarded,,12400,20250410 New Zealand Symphony Orchestra,29054971,Request for Tenders,Open Competition,Elevating Platform Lift for New Zealand Symphony Orchestra - Wellington Town Hall stage,WTH451,20240325,20240510,20240701,,Sole Agency,No,"Level 1, Findex House, 57 Willis Street, Wellington 6011","The New Zealand Symphony Orchestra requires a platform lift to be designed, provided and installed in the Wellington Town Hall, New Zealand. The platform lift will be incorporated into the auditorium stage which is being built by others. The successful tenderer will supply and install a platform lift to the specifications outlined in the Information for Tenders document.",Awarded,,274936,20250410 New Zealand Tourism Board,23283892,Request for Proposals,Closed Competition,Finance System (FMIS) Implementation Project,,20200914,20201030,20210428,,Sole Agency,No,,"Tourism New Zealand (TNZ) is embarking on a project to select a partner to implement a new Financial Management Information System (FMIS). The driver behind this project is a desire to capitalise on the advancements in technology that have occurred since the current system was introduced, to enable more efficiency, transparency & agility across our worldwide, geographically spread organisation, ensuring the best use of funds.",Awarded,,0,20250410 New Zealand Tourism Board,23549400,Request for Proposals,Open Competition,Executive Recruitment Services for Public Service Chief Executives and Statutory Officers - RFP Document,,20201102,20201109,20210707,,Sole Agency,No,,"Tourism New Zealand is seeking proposals from tenderers for the supply of executive search services to undertake the search and selection of the Chief Executive position PLEASE EMAIL ALL QUESTIONS AND RESPONSES TO: Natalie Haines General Manager People & Culture Email: natalie.haines@tnz.govt.nz Mobile: 021 496 884",Awarded,,0,20250410 New Zealand Tourism Board,23888842,Request for Proposals,Closed Competition,Tourism New Zealand - Insurance Services,,20210125,20210222,20210428,,All of Government,No,,"The purpose of this RFP is to assist TNZ managements decision making in respect to risk mitigation and to reduce the exposure to the impact of particular risks. This would require: Providing expert advice by understanding the needs of TNZ and assessing the risks that would need insuring. Putting together an insurance solution that gives the best cover at the best price for what is needed. Understanding the complexities and changing nature of insurance both in New Zealand and internationally. Regular review of insurance policies to ensure they are up to date with TNZs needs. Taking care of any possible claims in a quick and seamless manner PLEASE CONFIRM PARTICIPATION BY EMAIL TO ONDREJ.GRULICH@TNZ.GOVT.NZ",Awarded,,0,20250410 New Zealand Tourism Board,25700482,Request for Proposals,Closed Competition,Qualmark Website and Member Portal,,20220414,20220523,20220609,,Sole Agency,No,,"Qualmark is embarking on a project to select a partner to develop and implement a new dynamic website and member portal. The driver behind this project is to create an intuitive user friendly multi-functional platform offering our members a positive one stop shop experience. The website will offer members a self-service portal with the ability to store relevant user profile information and documentation. There will also be the facility to access additional resources, as required.",Awarded,,0,20250410 New Zealand Tourism Board,30096958,Request for Proposals,Open Competition,Global events exhibition stand build,,20240830,20240927,20241018,,Sole Agency,No,,"A unique, engaging and captivating presence for New Zealand at key Business Event trade shows both within New Zealand and around the world is an important part of delivering our objectives. We are looking for an exhibition stand build partner with NZ and global capability to help us deliver an extraordinary presence for New Zealand regardless of where in the world the tradeshows happen to be.",Awarded,,0,20250410 New Zealand Trade and Enterprise,20884942,Request for Proposals,Open Competition,Regional Business Partner Network - Manawatu Wanganui,,20190329,20190501,20190819,,Sole Agency,No,,"The Regional Business Partner (RBP) Programme is a key Government service helping New Zealand businesses to grow and innovate. Through this Request for Proposal (RFP), New Zealand Trade and Enterprise (NZTE) and Callaghan Innovation will provide business and innovation advisory services for small and medium-sized enterprises (SMEs) in the Manawatu-Whanganui region. We are seeking a partner to provide SMEs a local one stop shop for business development and innovation advisory services. NZTE and Callaghan Innovation are jointly seeking proposals from suitably experienced and capable organisations to become part of the RBP Network charged with delivering the programme services. This RFP is open to any type of organisation (including not-for-profit or economic development agencies and private sector entities), with respondents required to demonstrate local knowledge and expertise in business and innovation processes.",Awarded,,1086000,20250410 New Zealand Trade and Enterprise,20896853,Request for Proposals,Open Competition,Regional Business Partner Network - Otago,,20190401,20190502,20190819,,Sole Agency,No,,"The Regional Business Partner (RBP) Programme is a key Government service helping New Zealand businesses to grow and innovate. Through this Request for Proposal (RFP), New Zealand Trade and Enterprise (NZTE) and Callaghan Innovation will provide business and innovation advisory services for small and medium-sized enterprises (SMEs) in the Otago region. We are seeking a partner to provide SMEs a local one stop shop for business development and innovation advisory services. NZTE and Callaghan Innovation are jointly seeking proposals from suitably experienced and capable organisations to become part of the RBP Network charged with delivering the programme services. This RFP is open to any type of organisation (including not-for-profit or economic development agencies and private sector entities), with respondents required to demonstrate local knowledge and expertise in business and innovation processes.",Awarded,,734000,20250410 New Zealand Trade and Enterprise,21270894,Request for Quotations,Open Competition,International Growth Fund External Advisory Panel,,20190716,20190729,20190902,,Sole Agency,No,,"NZTE co-invests in its customers growth projects targeting international markets through its International Growth Fund (IGF). We intend to secure a closed panel of external providers for a period of three years to provide financial, governance and company structure advice to the IGF Panel in respect of NZTE customer applications for IGF grants .",Awarded,"Contract Award Notice - New Zealand Trade and Enterprise Level 15, 100 Willis Street, Wellington Tender name: International Growth Fund Expert Advisory Panel Overview The purpose of this Contract Award notice is to provide an update on New Zealand Trade and Enterprise (NZTE) RFQ released on GETS on 16th July 2019. This procurement was to secure providers to become part of an external expert advisory panel, to support co-investment decisions under the International Growth Fund. Award Status After a comprehensive evaluation process, NZTE has made the decision to award the contract to the following suppliers: Armillary Limited P.O. Box 3156 Wellington 6140 Lewis Tucker and Company Limited P.O. Box 25232 Wellington 6146 JC Capital Limited Level 18, 125 The Terrace Wellington Central Wellington 6011 The date the contract was awarded was 19th August 2019. The duration of the contract (including extension) is: Three years. The estimated spend under this contract is $250k to $350k. NZTE openly advertised this opportunity on GETS.",0,20250410 New Zealand Trade and Enterprise,21343992,Request for Proposals,Open Competition,NZTE Auckland Office fitout,,20190801,20190827,20191216,,Sole Agency,No,,"New Zealand Trade and Enterprise is seeking a supplier to carry out a refresh of its Auckland Office, located at 139 Quay Street. The supplier will deliver the construction of our completed design in a timely, value-for-money manner. We are seeking a supplier who has experience with projects of a similar nature. The supplier must be able to provide us with a detailed staged approach to deliver these works while the office is occupied. The supplier must also work with our designers, our engineer and NZTEs project team to deliver the works on time and on budget.",Awarded,"Agency name and address: NZTE, Level 15 100 Willis Street, Wellington Successful supplier: Practec Limited, 33 Woodside Avenue, Northcote, Auckland 0627 Services procured: Auckland office fitout Date contract awarded: 25 October 2019 Term of contract: 4 months Expected spend: $500k - $1,000,000 Type of process: Open RFP",0,20250410 New Zealand Trade and Enterprise,21847888,Request for Proposals,Open Competition,NZTE - Open Ocean Aquaculture,,20191029,20191125,20191216,,Sole Agency,No,,"NZTE Investment are looking to undertake a financial feasibility study to understand the potential direct and indirect economic impact of the open ocean aquaculture (OOA) industry in New Zealand, and its implications for potential investment. Key areas that need to be assessed and considered are OOAs financial feasibility and impact on the economy in New Zealand. This analysis should be underpinned by commentary regarding New Zealands ability to develop and sustain a viable industry.",Awarded,"Agency Name and address: NZTE, Level 15, 100 Willis Street, Wellington Successful supplier name: Envirostrat Limited Services procured: Feasibility study on OOA Date contract awarded: 10 December 2019 Term of contract: 2 months Expected spend: Under $200,000 Procurement process: Open tender",0,20250410 New Zealand Trade and Enterprise,22234444,Request for Proposals,Open Competition,NZTE Safety and Wellbeing Technology Solution,,20200130,20200226,20200529,,Sole Agency,No,,,Awarded,,120000,20250410 New Zealand Trade and Enterprise,23497363,Request for Proposals,Open Competition,NZTE Merchandise Procurement,,20201022,20201119,20210823,,Sole Agency,No,,"This is an opportunity to supply marketing merchandise to New Zealand Trade & Enterprise (NZTE) and its network of 50 offices around the world. This merchandise is traditionally used across a range of activities including business events, trade missions and VIP gifts to provide the recipients with a small slice of New Zealand. We are looking for a supplier who is able to supply and distribute a range of merchandise to our office network, both in New Zealand and overseas. We require access to a range of quality NZ-related merchandise products with online ordering, transparent pricing and prompt delivery of orders. We would also like to grant a licence to allow the supplier to exclusively produce or source a range of NZ fernmark branded products these items would not be available for sale to other clients or the general public. End users of the service include: NZTE New Zealand Staff (for Customers, Investees and personal) NZTE International Staff (for Customers, Customers Customers, Investors and personal) NZ Inc New Zealand (for internal, business community and personal) NZ Inc International (for Government, Influencers and personal) We require a responsive service which is nimble in the challenge of servicing multiple jurisdictions in light of COVID-19.",Not Awarded,See Contract Award Notice uploaded in Addenda,0,20250410 New Zealand Trade and Enterprise,26555617,Request for Proposals,Open Competition,NZTE Grants Management System,,20221031,20221124,20230601,,Sole Agency,No,,,Awarded,This tender has been award for the NZTE Grants Management System,300000,20250410 New Zealand Trade and Enterprise,27393798,Request for Quotations,Open Competition,NZTE RFQ International Growth Fund Expert Advisor Panel,,20230515,20230530,20230828,,Sole Agency,No,,"This opportunity in a nutshell: Strategic advisory services to deliver quality assessment of international funding projects across key functional areas to provide due diligence, risk assessment and recommendations on which cases meet our criteria for co-funding and also deliver significant spill over economic benefits (Direct Economic Impact) to New Zealand. NZTE co-funding via the International Growth Fund enables exporters to accelerate their international growth and export capability while delivering positive economic impacts for New Zealand",Awarded,This tender has been award resulting in a panel of suppliers of external advisory services in relation to the Expansion international Growth Fund,0,20250410 New Zealand Trade and Enterprise,28148109,Request for Proposals,Open Competition,KiwiSaaS Essentials Courses,,20230925,20231103,20240221,,Sole Agency,No,,"KiwiSaaS Academy is an initiative aimed at creating a larger, more capable SaaS talent pool for Aotearoa New Zealand. KiwiSaaS was created under the Digital Technologies Industry Transformation plan (ITP). We have heard from the NZ SaaS industry that access to talent is one of the biggest challenges they face. Our initial modelling of the problem showed the potential demand for as many as an additional 2,700 SaaS roles between 2022 and 2025 in our targeted role categories. Our solution will need to meet some of this demand by delivering relevant learning that accelerates the transition into these roles. Our research has identified four non-technical job functions, where our SaaS businesses are struggling for talent with SaaS specific experience, these being: Sales Marketing Product Management Customer Success What we need We need providers who can provide the following services for one or more of our job functions Consult with leading SaaS businesses to determine capability needs for that job function. Create the content and delivery mechanism for learning, our research suggests short courses are the best fit for this, though we welcome alternatives. Attract, source, enrol, manage, and support the learners throughout the learning experience Deliver the learning, showing that learning outcomes have been met, and that you have a high rate of completion among learners Establish pathways to work showing how the learning delivered is converting into job placements Your proposal may include one or more of our subject areas. If you can demonstrate capability in more than one subject area, we may award a contract in one or more areas.",Not Awarded,"Thank you again for your response to the KiwiSaaS RFP. The RFP related to a programme of work we called ""KiwiSaaS Essentials"" the initial contract for this work was intended to span from January 2024 to June 2025. At this stage we have NZTE will not be progressing this work and therefore will not proceed to select a preferred provider.",0,20250410 New Zealand Trade and Enterprise,28249422,Request for Quotations,Open Competition,NZTE International Service Providers for Export Customers (SaaS),,20231010,20231024,20240320,,Sole Agency,No,,"New Zealand Trade and Enterprise (NZTE) supports New Zealand exporters to export to markets internationally in a range of ways, including by identifying suitable service providers who can provide relevant services for them to consider for use in export markets. We require an existing cloud-based SaaS solution which provides a central repository to hold details of our in-market selected service providers, for access by NZTE as well as directly by those exporters who are our customers. The service provider must be able to set up their own profile and categorisations, upon invitation from NZTE. The repository must be searchable by those categories and provider location.",Awarded,,0,20250410 New Zealand Trade and Enterprise,29393554,Request for Quotations,Open Competition,Request for Quotes Cleaning Services,,20240514,20240614,20240830,,Sole Agency,No,procurement@nzte.govt.nz,We are seeking a Commercial Cleaning provider to contract for delivery of cleaning and hygiene services for our NZTE Auckland and Wellington offices. This includes limited day cleaning as well as night cleaning (including on call emergency cleaning as required). Currently Aucklands tenancy is 2660 sqm across 2 floors and Wellingtons is 1990 sqm across 2 floors.,Awarded,,280000,20250410 New Zealand Trade and Enterprise,29980481,Request for Proposals,Open Competition,Request for Proposals Employee Assistance Programme,,20240814,20240913,20250101,,Sole Agency,No,,"NZTE is an international crown entity, with people spread around the world across 37 international locations in almost every corner of the world. We are a multi-cultural organisation, who pride ourselves on the focus we bring to the wellbeing of our people. NZTE is seeking an Employee Assistance Programme (EAP) that any of our employees would be able to access as and when required. We are also seeking online resources and information that our employees can access. NZTE is seeking an Employee Assistance Programme (EAP) solution to support the wellbeing of all of our employees and those they are close to (and live with). The solution needs to be able to be accessed as and when required (across all time zones). In addition to the main solution, we are also seeking online resources and information that our employees can access, with the option to have specialist support for people leaders.",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,15455111,Request for Tenders,Open Competition,SH 1 East St/South St - Ashburton Intersection Upgrade,NZTA 63175,20150820,20150908,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for an intersection upgrade (signalisation) at the intersection of SH1 (South Street) and East Street in Ashburton (RP430/0.378) Tender award is dependent on third party funding being confirmed. Contract works are to include: New traffic signals; New pavement construction including structural asphalt; Surfacing including SMA and chip seal; Drainage works including sumps, minor pipework, and new kerb and channel; Landscaping; Traffic management; and Pavement marking. Tenderers must be prequalified to classification 2C (surfacing) and 4C (construction) or better. Contract Documents are available from Opus International Consultants Ltd, Christchurch. Electronic copies of the documents and supporting information will be provided on request. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Not Awarded,"Awarded to City Care Ltd for $870,963.31",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,16014758,Request for Tenders,Open Competition,SH 1 Okarahia Curves Safety Improvements,NZTA 63143,20150902,20150922,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for safety improvements to State Highway 1 at Okarahia Stream Culvert between RP 185/1.23 and RP 185/1.57. Improvements include realignment of horizontal and vertical curves, gabion construction, guardrail installation, rest area access relocation, pavement construction, Rip Rap placement (provisional) and sealing. Tenderers must be prequalified to classification 4B. Contract documents will be available from Opus International Consultants Ltd, 20 Moorehouse Avenue, Christchurch. Tenders close at NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Rd, PO Box 1479, Russley, Christchurch 8140. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,"Awarded to Downer NZ for $537,175.75",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,16972371,Request for Tenders,Open Competition,Christchurch Northern Arterial Enabling Works,NZTA63178,20151109,20151201,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of 2 embankments to enable the ground settlement to occur at the Belfast road overbridge involved with the Christchurch Northern Arterial (NArt). The NArt has been identified as one of the projects within the Roads of National Significance (RoNS) Christchurch Motorways package. The work will be on the Christchurch City local road network. The project is to construct 2 preload embankments, one for each approach ramp, at Belfast road where it will pass over the Northern Arterial. Works include a temporary road diversion, environmental compliance, site clearance, earthworks, ground improvements, drainage, traffic signs and miscellaneous works. An optional tender inception meeting will been arranged for the week commencing 23rd November at Opus International Consultants, 12 Moorhouse Avenue, Christchurch. The meeting is scheduled to take 1.5 hours. Tenderers must be prequalified to NZTA classification Level 4B. Contract Documents will be available from Opus International Consultants Ltd, Christchurch from 10th November 2015. Electronic copies of the documents and supporting information will be provided on request. Tenders close at 4pm Tuesday 1st December 2015 at : NZ Transport Agency, Airport Business Park, Unit C, 92 Russley Road, Russley, Christchurch 8140",Not Awarded,"Awarded to Downer NZ for $1,594,434.12",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,17176646,Request for Tenders,Open Competition,Region 12 West Coast Drainage Renewals 2016,NZTA 63186,20160203,20160308,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,NIL,"Tenders are invited for the West Coast Drainage Renewals 2016. The contract is for the replacement of kerb and channel and sumps in: Brougham Street, Westport (approximately 270 metres) and Tainui Street, Greymouth (approximately 100 metres) And the replacement of culverts at: SH 65 south of Maruia SH 6 south of Fox Glacier and SH 6 south of Mahitahi And associated works. This tender will be evaluated using the Pre-qualification / Lowest Price Conforming (LPC) Tenderers that are prequalified to classification Routine and Minor Works level D (1D) and/or Construction level D (4D) under the NZTA Prequalification for Physical Works may submit a tender. Contract Documents are only available in hard copy format and can be collected from Opus International Consultants, 23 High Street, Greymouth from 12 pm Monday 1st February 2016. Tenders close at 4pm on Tuesday 8th March 2016 at: NZ Transport Agency Tenders Box, Level 1,120 Hereford Street, BNZ Centre, Christchurch. ******************NOTE CHANGE OF OUR PHYSICAL ADDRESS************* NO ELECTRONIC TENDERS WILL BE ACCEPTED.",Not Awarded,"Awarded to Tru-line Civil Ltd for $133,310.00",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,17307175,Request for Tenders,Open Competition,SH 6 Hokitika River Bridge Handrail Refurbishment,NZTA 63194,20160311,20160405,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 Hokitika River Bridge Handrail Refurbishment Contract. The Contract includes: a) Refurbishment of existing deteriorated handrail components b) Supply and construction of new galvanised steel top rails c) Temporary traffic/pedestrian management d) Environmental compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3D for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants. Contact Philip McConchie at philip.mcconchie@opus.co.nz Tenders close at 4pm on Tuesday 5th April 2016 at: NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW",Not Awarded,"Awarded to G T Liddell for $295,997.40",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,17343920,Request for Tenders,Open Competition,SH77 Rangitata Diversion Race Bridge - HPMV Strengthening,NZTA 63192,20160324,20160426,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH77 Rangitata Diversion Race Bridge HPMV Strengthening Contract. The Contract includes: a) Strengthening concrete beams by installing post-tensioning strands and steel anchor blocks b) Drilling through the concrete deck and installing steel shear brackets c) Temporary Traffic Management d) All access provisions e) Health & Safety and Environmental Compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants. Contact Walter Wang at walter.wang@opus.co.nz Tenders close at 4pm on Tuesday 26th April 2016 at: NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,"Awarded to Spraymarks Roadmarking for $323,825.52",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,17415739,Request for Tenders,Open Competition,SH 6 Karangarua River Brdge Repairs 2016,NZTA 63188,20160415,20160517,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 Karangarua River Bridge Repairs 2016 Contract. The Contract includes: a) Fabrication and replacement of damaged hanger rods and pins b) Hanger rod realignment c) Cleaning, surface preparation and coating of the main suspension cables d) Replacement of existing and missing precast concrete kerb units with steel grating e) Shortening of the bridge at the northern end f) Fabrication and installation of new bearing blocks at the northern abutment g) Fabrication and installation of new rubber thrust blocks at the northern abutment h) Temporary traffic management This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from Monday . Contact Jason Davidson at jason.davidson@opus.co.nz Tenders close at 4pm on Tuesday 10th May 2016 at: NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,Awarded to Fulton Hogan Ltd $687618.30,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,17551878,Request for Tenders,Open Competition,SH 6 Bridges - Concrete Repairs 2016 Contract,NZTA 63196,20160526,20160621,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 Bridges Concrete Repairs 2016 Contract. The Contract includes: a) Undertaking concrete repairs to seven bridges on State Highway 6. b) Providing suitable access and containment at all sites. c) Temporary traffic/pedestrian management d) Environmental compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants from Friday 27 May. Contact Rem Markland at rem.markland@opus.co.nz Tenders close at 4pm on Tuesday 21st June 2016 at: NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,"Awarded to Fulton Hogan Ltd $407,332.20",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,18001801,Request for Tenders,Open Competition,Regions 7 & 8 Bridge Painting 2016-17,TRW1761,20161007,20161101,20201007,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for the maintenance painting of bridge structures at various sites throughout Taranaki and Manawatu-Whanganui. The work includes: - mechanical and abrasive blasting; - full repaint of structural steelwork; - painting of part of substructure; - factory reinstatement of thermal metal spray coating to 450m of bridge handrail. The contract period is 16 weeks. PCCP qualifications are required to be eligible to submit a tender. The tender documentation and supporting information are available from: Opus International Consultants Ltd, 74 Ingestre Street, Whanganui. Please email Rod.Calder@opus.co.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. NOTE: all tender phase correspondence, including notices to tenderers and Q & A is to be done via email, not via GETS Q & A. Tender documents to be couriered/dropped off in person at: Tender Secretary NZ Transport Agency Level 3 43 Ashley Street Palmerston North 4440",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email Laura.Macready@nzta.govt.nz putting GETS Award Notice in the subject line.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,18024196,Request for Tenders,Open Competition,Region 7 & 8 Bridge Scour Protection 2016/17,TRW1762,20161012,20161101,20201007,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Tender Secretary, Nz Transport Agency, Level 3, 43 Ashley St, Palmerston North 4440","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDER SUBMISSIONS FOR THIS TENDER Tenders are invited for the execution of bridge scour protection at various sites throughout Taranaki and Manawatu-Whanganui. The work includes: - Rock riprap construction; - sprayed concrete; - mass concrete blocks; The contract period is 16 weeks. In accordance with the NZTA Prequalification for Physical Works, this contract has been classified as Construction - Level C. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to ""Bridges or Construction - Level 4C are eligible to submit a tender. The tender documentation and supporting information are available from: Opus International Consultants Ltd, 74 Ingestre Street, Whanganui. Please email Rod.Calder@opus.co.nz to register your interest in tendering. Please provide your company contact person's name and email address for receipt of all tender phase correspondence, including notices to tenderers. NOTE: all tender phase correspondence, including notices to tenderers and Q & A is to be done via email, not via GETS Q & A. Tender documents to be couriered/dropped off in person at: Tender Secretary NZ Transport Agency Level 3 43 Ashley Street Palmerston North 4440 Please submit one electronic copy and 4 hardcopy tender submissions for this tender.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email Laura.Macready@nzta.govt.nz putting GETS Award Notice in the subject line.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,18127037,Request for Tenders,Open Competition,SH 6 High St/Marlborough St Roundabout,NZTA 63220,20161110,20161213,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the construction of a new roundabout at the intersection of SH6 High Street and Marlborough Street in Greymouth. Works include new pavement construction; drainage works; new kerb and channel; surfacing; lighting; roundabout and raised islands; traffic management; and ancillary works. Tenderers must be prequalified to classification 2D (surfacing) and 4D (construction) or better. Electronic Contract Documents are available from 12 noon Thursday 10 November 2016 on request by emailing wouter.plateringen@opus.co.nz",Not Awarded,Contract Re-tendered.,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,18174532,Request for Tenders,Open Competition,SH 6 White Creek and Robinsons Creek Culvert Extensions,NZTA 63221,20161124,20161216,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for the SH6 White Creek & Robinson Creek Culvert Extensions Contract. The Contract includes: a) Earthworks including retaining wall structure with geotextile tie-backs b) Fabrication and installation of pre-cast concrete units c) Insitu-Concrete works including installation of grouted dowels d) Pavement construction and sealing e) Guardrail and drainage works f) Temporary traffic g) Service protection and relocation h) Environmental compliance including de-watering i) Rock works including Rock Rip Rap supply and placement This tender will be evaluated using the Lowest Price Conforming (LPC) Method. Only tenderers that are prequalified to classification level 3D for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Tender Documents are available electronically from Opus International Consultants. Contact Philip McConchie at philip.mcconchie@opus.co.nz Tenders close at 4pm on Tuesday 13th December 2016 at: - NZ Transport Agency, Level 1, BNZ Centre, 120 Hereford St, Christchurch. PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES OR TENDERS SUBMISSIONS FOR THIS TENDER IN GETS. FOR ANY QUERIES PLEASE CONTACT EMAIL ADDRESS BELOW.",Not Awarded,"Awarded to G T Liddell for $372,377.47",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19170403,Request for Tenders,Open Competition,West Coast Passing Opportunities - Southern,NZTA 63246,20171026,20171128,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of seal widening's, slow vehicle bays and associated delineation works in the West Coast Region on SH73 between Jacksons and Kumara, and SH6 between Franz Josef and Fox Glacier. The Contract Works comprise: a) The construction of approximately 2.05km of slow vehicle bays on SH 6 and SH 73. b) The Seal widening of approximately 0.36 km on SH 73. c) Installation of edge delineation including roadmarking, signage and marker posts over the lengths of the sites. Please email contact below to register your interest in tendering. Please provide your company contact persons name and email address for receipt of all tender phase correspondence, including notices to tenderers. If the company is not registered, they will not be able to tender. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from contact below or Peter Hall at peter.hall@opus.co.nz Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Awarded to Tru-line Civil for $1,040,172.25",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19170724,Request for Tenders,Open Competition,West Coast Passing Opportunities - Northern,NZTA 63247,20171026,20171128,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of seal widenings, slow vehicle bays and associated delineation works in the West Coast Region on SH7 between Springs Junction and Reefton, and SH6 between Inangahua Junction and SH67. The Contract Works comprise: a) The construction of approximately 0.82km of slow vehicle bays on SH 6 and SH 7. b) The Seal widening of approximately 0.24 km on SH 7. c) Installation of edge delineation including roadmarking, signage and marker posts over the lengths of the sites. Please email contact below to register your interest in tendering. Please provide your company contact persons name and email address for receipt of all tender phase correspondence, including notices to tenderers. If the company is not registered, they will not be able to tender. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: contact below or Peter Hall at peter.hall@opus.co.nz Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,No tenders received.,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19179506,Request for Tenders,Open Competition,Marlborough Street(Greymouth) Roundabout Construction,NZTA 63254,20171027,20171121,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new circular roundabout with associated works on the intersections of SH6 (High Street) and Marlborough Street in Greymouth at RP 430/2.49. This contract involves, but is not limited to: a) Earthworks, including pavement surfacing, kerbing construction with associated drainage and vehicle accesses; b) Roundabout and raised islands, footpaths, including low retaining walls, pedestrian refuge, street and crossing point lighting; c) Pavement marking and signage. Please email the contact below to register your interest in tendering. Please provide your company contact persons name and email address for receipt of all tender phase correspondence, including notices to tenderers. If you are not registered your tender may not be accepted. Electronic copies of the RFT document are attached to this advertisement. Supporting information is available from: Wouter Van Plateringen at wouter.plateringen@opus.co.nz Submissions will only be accepted via the GETS eTender box. Note the file upload limit is 50 MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Awarded to Tru-Line Civil for $770,853.74.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19191965,Request for Tenders,Open Competition,Petone to Melling Walking and Cycling Link,,20171101,20171102,20190717,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,Not awarded as replaced by RFx 19193483 as close date extended to 19.12.2017,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19193483,Request for Tenders,Closed Competition,Petone to Melling Walking and Cycling Link,746N-T,20171102,20171219,20191119,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the implementation of Transportation Infrastructure Projects. The NZ Transport Agency invites tenders from contractors experienced in the construction of Transportation Infrastructure Projects. Only contractors prequalified under both NZTA and Kiwirail are eligible to submit a tender for this project. The prequalification levels for NZTA are Bridging Level A (3A) and Construction Level A (4A). The prequalification levels for Kiwirail are Structures 1 and Civils 1. Petone to Melling Cyclepath is part of the Wellington to Hutt Valley Urban Cycleway which is supported by NZ Transport Agency, Hutt City Council and the Urban Cycleway Project (UCP). The shared path will be located within the rail corridor running adjacent to the Hutt Valley and Melling Lines. At Petone the path will link to the existing shared path on the Hutt Rd via an underpass, and to the north it will link to the local road network just south of Melling via an underpass onto Bridge St. It will then link to the Hutt River Trail. The key outcomes sought by the Project are to support greater travel choice, increase transport corridor resilience and improve safety and connectivity for cyclists and pedestrians between Petone and Melling. The scope of work for implementation includes the following elements Construction of the underpasses at Petone and Normandale under KiwiRail Block of Line restrictions Precast of box sections for the underpasses and subsequent installation. Pavement construction, pavement marking, signs, resurfacing, retaining walls, street lighting, CCTV, ITS, guard rails, fencing, landscaping Please email wro.contracts@nzta.govt.nz ande provide your company contact persons name and email address for receipt of all tender phase correspondence, including notices to tenderers. Please do not use the GETS website for tender questions and clarifications. The tender documentation and supporting information are attached to this advertisement. Submissions will only be accepted via the GETS e-Tender box. Note the file upload limit is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm). A group inception meeting will be held on Wednesday 8th November. Time and location will be advised by email to registered tenderers.",Awarded,,26286892,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19258419,Request for Tenders,Open Competition,Visitor Drivers Project : Haast Pass Safety Barriers,NZTA 63261,20171124,20171219,20190721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the installation of safety barriers at several sites on State Highway 6 near Haast Pass. The Contract Works comprise of: Installation of safety barrier Associated earthworks required to install safety barriers Only tenderers pre-qualified to Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew Bruce Opus House 65 arena Avenue Invercargill Andrew.Bruce@Opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 63261 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to FH Central for $2,656,926.36",2656926,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,19775678,Request for Tenders,Closed Competition,SH1 Dome Valley Safety Improvements - Stage 1 and 2,NZTA 2018261,20180531,20180711,20190813,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for provisions of Early Contractor involvement in design and works programming, temporary traffic management, pavement widening and surfacing, drainage, installation of barriers (wire rope barriers and w-section barriers) High Performance Line marking and road markings, access improvements and minor landscaping. The project SH1: Dome Valley safety improvements extends from the start of the southbound passing lane south of Wellsford (RP 346/1.1), southwards through to the Kaipara Flats Road/Goatley Road intersection (RP 346/16.27), with an approximate project corridor length of 15.2km. This Contract is for the delivery of two sections of the project length: (a) Stage 1 works are the physical construction works carried out between Wellsford and Wayby Road, RP 346/1.0 4.73 (b) Stage 2 works are the physical construction work carried out between L Phillips Road and Kaipara Flats Road, RP346/14.31 16.27 The project is divided into two separable portions as follows: (2) Separable Portion 1802a Contractors input into Detailed Design and Project Development (3) Separable Portion 1802b Stage 1 and 2 Construction This contract is a closed contract under the Northland Delivery Framework. To be eligible to Tender for this work you must be an approved Tenderer under the NDF Panel Lot 1. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price). The GETS file upload limit is 50 MB. The files should be labelled: - File No 1 Contract 2018261 - Proposal excluding Price - File No 2 Contract 2018261 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"CN4437 (SP1802 - Dome Valley Safety Imp) Awarded to: The Manager, Fletcher Higgins JV, Private Bag 92059, AUCKLAND $216,776.00",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20163129,Request for Tenders,Open Competition,SH58 Safety Improvements Project,2018328,20180914,20181030,20190930,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the SH58 Safety Improvements project, located on State Highway 58 approximately 20km North East of Wellington. The project is expected to reduce fatal and serious crashes and road closures, as well as improving the performance of the network. Parts of the site are highly constrained by poor access, steep terrain and the narrow existing highway. Key elements of the Contract Works will include earthworks, drainage, bridging, roading, landscape and restoration planting. The contract is expected to be delivered in two (2) separable Portions. Separable Portion 1 - Haywards to Mt Cecil Road, and Separable Portion 2 - Mt Cecil Road to Bradey Road. The purpose of the two separable portions is to allow the completion of consenting and detailed design, and further progress on property acquisition prior to awarding Separable Portion 2. Only tenderers pre-qualified to level 1A, 2A, 3A and 4A under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. A Tempo Box folder containing the RFT documents will be provided by email to the contact people named on the registration of interest. All tender queries should be directed to: Jamie Povall, Stantec New Zealand, Level 13, 80 The Terrace, Wellington 6011, Jamie.Povall@stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 2018328 - Proposal excluding Price - File No 2 2018328 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,35227299,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20207921,Request for Tenders,Open Competition,West Coast Passing Opportunities - Northern,NZTA 2018581,20180926,20181023,20190805,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of three slow vehicle bays and one seal widening on the northern West Coast (Region 12) State Highway Network. The Contract Works comprise of: The construction of approximately 0.82km of slow vehicle bays on SH 6, and SH 7. The Seal widening of approximately 0.24 km of SH 7. Installation of edge delineation including roadmarking, signage and marker posts over the lengths of the sites. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Wouter Van Plateringen Email: wouter.vanplateringen@opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 2018581 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Tru-Line Civil for $843,023.00",843023,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20422695,Request for Proposals,Open Competition,NZTA Corporate IT Cloud Planning and Migration Services,2018698,20181115,20190110,20190911,New Zealand Transport Agency,Sole Agency,No,,"NZTA is looking for a specialist public cloud technology partner, with demonstrable experience in a similar environment, to work alongside the Agency in developing our cloud adoption strategy, establishment of the people, process and technology foundational layers and to help the agency migrate the first applications to the public cloud. Success to the agency is not simply the successful migration of our first applications to the cloud but the embedding of the people, process and technology layers to continuously optimise and leverage the ever-changing public cloud platforms. We are looking to partner with a specialist cloud technology company (or consortium of companies) that: ? - Has experience in working with enterprises to support them in planning and executing their cloud adoption strategy; and ? - Has proven methodologies, tools and frameworks, which have been used to successfully undertake this work with other customers. Please note this RFP is focused primarily on the NZTA Corporate technology cloud adoption as opposed to the NZTA Transport (Connected Journeys) technology unit.",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20516396,Request for Tenders,Closed Competition,2018726 - Old Mangere Bridge RFT,2018726,20181204,20190307,20211005,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is to advise that the Tender Documents for the Old Mangere Bridge Contract, apart from the two attached, have been uploaded into Tempo Box for your reference. You should receive an 'invite' from Tempo Box to access these documents. If you have concerns regarding your access to Tempo Box, please contact me : Jo-Ann.moses@nzta.govt.nz",Not Awarded,"19th September 2019 McConnell Dowell Constructors Ltd P O Box 2758, Shortland Street, AKL 1140 Attention: Wylie Fraser $41,992,188.28",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20539789,Request for Tenders,Open Competition,LCLR Maraeroa (SH5) and Owhata (SH30) Roundabout Improvements,NZTA 2018766,20181212,20190124,20190923,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the completion of intersection improvements involving the installation of right turn bays and a straight through lane at two intersection sites within the Transport Agencys Bay of Plenty State Highway Network. Only Tenderers pre-qualified to Level 1C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works include: Traffic control Earthworks Drainage works including kerb and channel Pavement construction Surfacing Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: rex.humpherson@wsp-opus.co.nz All responses to tender queries/clarification will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box as one electronic zip file (pdf format) The GETS file upload limit is 50MB. The file should be labelled: 2018766 - LCLR Maraeroa and Owhata Roundabout Improvements - proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices). Tenders will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files. https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20559504,Request for Tenders,Open Competition,SH73 Waimakariri Bluffs Rockfall Mitigation,NZTA 2018814,20181219,20190129,20190721,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for rock scaling works and bolting of draped mesh on Waimakariri Bluffs on SH73. The Contract Works comprise of: 632 metres of grouted anchors Up to 17 days of rock scaling 4900 square metres of drape mesh with associated 16mm and 22mm cable Other associated works Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP-Opus, 12 Moorhouse Avenue, Christchurch willis.macbeth@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 2018814 - Proposal excluding Price - File No 2 NZTA 2018814 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Abseil Access for $1,307,418.10",1307418,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20631362,Request for Tenders,Closed Competition,2019006 Opononi Resilience Improvements Stage 1,2019006,20190123,20190214,20191105,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Transport Agency is developing a Network Management Strategy to proactively mitigate and manage the resilience issues of State highway 12 at Opononi. This is a staged strategy and the works identified in this contract are Stage 1. This contract is for the construction of coastal protection rock revetment works along State highway 12 between Opononi and Omapere. There are six sections of rock revetment work. The work includes extension of existing culverts, demolition and reconstruction of rock revetment structures incorporating geotextile, repair of gabion baskets, construction of access stairs, replacement of associated kerb and channel and pavement construction. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"26.03.19 - $2,127,245.19 Northland Transport Ltd, KERIKERI Attn: Bruce Buckland",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20671391,Request for Tenders,Closed Competition,Te Ahu a Turanga: Manawatu Tararua Highway - RFT,2018576,20190204,20190514,20210929,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Statement of Interest and Ability (SIA) the NZ Transport Agency invites you to submit a Tender for 2018576 Te Ahu a Turanga: Manawatu Tararua Highway. Electronic copies of the documents(s) are attached to this advertisement. All tender queries shall be addressed to: Bloxam Burnett and Olliver Ltd Scott Bready sbready@bbo.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenders shall be uploaded to GETS eTender box (refer to wording as per GETS adverts for LPC or PQM) Proposals shall be submitted in two electronic zip files containing pdf files. The GETS file upload limit is 50MB The files should be named: a) File No 1 - Contract No. 2018576 Te Ahu a Turanga - Proposal excluding Cost b) File No 2 - Contract No. 2018576 Te Ahu a Turanga - Initial Target Cost Tender submissions will only be accepted electronically via the GETS eTender box. Applicants should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Scope of the Te Ahu a Turanga: Manawatu Tararua Higway project is as described below: a) A two lane, median divided, access controlled higway, with crawler lanes over the majority of the length in each direction, connecting SH3 at Ashhurst with SH3 at Woodville via a route over the Ruahine Range to the north of the Manawatu Gorge; b) A roundabout at each end of the project length; c) Bridge(s) to carry four lanes of highway traffic across the Manawatu River: d) Elevated structure(s) to carry four lanes of highway traffic over the ecologically sensitive area north of the Manawatu River; e) Bride(s) to carry four lanes of highway traffic across the Mangamanaia Stream: f) Grade separated access to the Shannon property: g) Grade separated crossing of the existing SH3 at the western end of the Manawatu Gorge; h) Grade separated crossing of the Palmerston North - Gisborne rail line; I) Grade separated connection between Te Apiti Windfarm on either side of the highway; j) Grade separated connection between the AgResearch property on either side of the highway; k) Grade separated connection between the A & D Bolton property on either side of the highway.",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20789297,Request for Proposals,Closed Competition,2019090 - SH10 South of Cottle Hill and Redwoods Hazard Protection,2019090,20190301,20190404,20190724,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Transport Agency is working to improve safety of the state highway network. This contract is for the construction of hazard protection measures at four sites on state highway 10 south of Cottle Hill and at Redwoods. The work includes extension of existing culverts, demolition and reconstruction of rock revetment structures incorporating geotextile, repair of gabion baskets, construction of access stairs, replacement of associated kerb and channel and pavement construction. Tenders close on Tuesday 26th March 2019 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,"Contract Awarded to : Broadspectrum, P O Box 491, KERIKERI 0245 (15.04.2019) Award Amount: $596,933.60",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20812436,Request for Tenders,Closed Competition,Level Crossings Upgrade - Waikato (1) RFT,NZTA 2019036,20190307,20190326,20190718,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Registration of Interest (ROI) the NZ Transport Agency and Safe Roads invites your to submit a tenders for Contract 2019036 Level Crossings Upgrade - Waikato - 1. Electronic copies of the RFT documentation is attached this advertisement. Only contractors or consortia who hold prequalification Construction Level 4A and Surfacing Level 2B, in the terms of the Highways and Network Operations (HNO) Prequalification System are eligible to submit a tender and enter the subsequent tender process. Additionally, tenderers must be pre-qualified to at least Civil 2 and Track 3 under KiwiRails supplier prequalification system. All tender enquiries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender enquiries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions will only be accepted electronically via the GETS eTender box. Tenders close Tuesday 19 March 2019 at 4:00pm The GETS file upload limit is 50 MB. The file should be labelled as, NZTA 2019036 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices). Tenderers should refer to the GETS website for instructions on uploading their ROI files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1925473,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20843033,Request for Tenders,Open Competition,SH3 Mangaotaki Retaining Walls,NZTA 2019067,20190315,20190409,20190709,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Mangaotaki Retaining Walls. The Scope of this contract is as described below: The contract is for the construction of two timber retaining walls located at SH3 RP3-103/8.55 and RP3-103/8.61. The work comprises of the following activities: Earthworks Pile driving Wall construction Guardrail installation Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. NOTE: A Notice to Tenderer will be issued shortly with Additional Drainage Drawings. All tender queries should be directed to: WSP Opus, Amy Vandy (amy.vandy@wsp-opus.co.nz) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 2019067 proposal including price (pdf format PLUS excel spreadsheet for Schedule of Pricing) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1194831,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20887915,Request for Tenders,Open Competition,Blue Pools Safety Improvements,NZTA 2019071,20190328,20190503,20190711,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new car park for Blue Pools Walking Track. The site is located near Makarora on State Highway 6. The Contract Works comprise of: Pavement Construction Drainage Works DoC Walking Track Construction Landscape Planting Only tenderers pre-qualified to Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Sam Sherlaw WSP Opus Level 1, 5 Mile Centre, Grant Road, Frankton PO Box 2323, Queenstown 9300 +64 3 451 0360 Sam.sherlaw@opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 2019071 Blue Pools Safety Improvements proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1261421,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20892722,Request for Tenders,Closed Competition,2019109 SH10 Waipapa Corridor Improvements Pre Implementation SP1,2019109,20190329,20190423,20191105,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,Submissions close on Tuesday 23rd April 2019 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm),Not Awarded,"29.08.19 - $632,480.66 Downer NZ Limited, AUCKLAND Attn: Richard Levitt - Richard.levitt@downer.co.nz",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20902213,Request for Tenders,Closed Competition,2019069 - Auckland System Management (ASM) Professional Services,2019069,20190402,20190509,20190813,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"NZ Transport Agency, 1 Queen Street, HSBC House, Lebvel 11, AUCKLAND","Attached for your reference are the following documents for the above contract; - RFP.Final combined (pdf) - ASM Contract Pricing Schedule (xlsx) - ASM Core Services (docx) - ASM Organisational Capability Template (docx) - ASM Personnel Schedule (xlsx) - PS RFP Proposal Form (docx) - ASM Level 1 Scope v4 (pdf) - ASM Level 2 appendices v2 (pdf) - ASM Level 2 scope v2 (pdf) Reminder: this contract closes on Thursday 9th May 2019 at 4:00pm",Awarded,"WSP - Opus, P O Box 5848, Wellesley Street, AUCKLAND - Attn: Ian Blair Date: 01.07.2019 On behalf of the NZ Transport Agency, I advise that your tender to undertake the contract work described above and referred to in your tender is accepted for the following Core Services Roles; 1.0 - Structures Asset Manager (Filip Tomczak) 2.0 - Structural Assets Programing & Works Engineer (David Withers) 3.0 - Senior Structures Inspector (Gareth Duggan) 4.1 - Structures Inspector (Jiwei Wang) 5.0 - Stormwater Asset Manager (Peter Mitchell) 9.0 - Senior Traffic Safety Engineer (Grant Gordon) 10.0 - Intermediate Traffic Safety Engineer (Sam Pasley) 11.0 - Network Performance & Optimisation Manager (Andy Hooper) 12.0 - Principal Transportation Analyst (Chamika DeCosta) 15.0 - Traffic Data Engineer (Soroush Rashidi) 18.2 - GIS Programming & Modelling Engineer (Nick Higgins) 19.0 - Senior Project Manager (Ci9vil Construction) - Michael Horne 20.0 - Senior Design Engineer (Civil) Sharmin Choudhury 21.2 - Intermediate Design Engineer (Civil) - Wendy Chan 22.0 - Junior Design Engineer (Civil) - Enakshi Chakravotry 24.0 - Environment & Sustainability Advisor - Rowan Dixon Terms and conditions of the CCCS agreement have been negotiated between the arties and will be incorporated into the executable documents. The NZ Transport Agency received 2 conforming tenders due to some Relevant Skills roles have 1 or 2 applicants only, we will not be providing attribute score ranges. for Andrea Williamson (Manager) Beca Ltd, P O Box 6345, AUCKLAND - Attention Jennifer Hart 6.7 - Tunnels Asset Manager (Paul Musson) 8.0 - Traffic safety Manager (Andrew Stephens) 13.0 - Transport Analyst (Ling Hoong) 21.1 - Intermediate Design Engineer (Civil) (Lucy Abraham) 23.0 - Environment & Sustainability Manager (Raymond Chang) The NZ Transport Agency received 2 conforming tenders due to some Relevant Skills roles have 1 or 2 applicants only, we will not be providing attribute score ranges. for Andrea",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,20945161,Request for Proposals,Open Competition,Economic Evaluation Manual parameter values study,2019198,20190415,20190527,20190923,New Zealand Transport Agency,Sole Agency,No,,"The objective of the research is to derive relative values of safety, travel time, reliability and other non-market benefits (where feasible) for use in policy, project and investment appraisals and evaluations, by developing and conducting a full-scale willingness-to-pay survey. If you are interested, please register to attend our supplier briefing on Monday 29 April 2019 3:00 4:00pm. This briefing will be held in central Wellington and you will also be able to join the presentation using a Skype for Business meeting if you wish to participate remotely. To register for this presentation please email wro.contracts@nzta.govt.nz advising if you will attend in person or join using the Skype for Business meeting. Please include the following details company name, attendants (maximum 2) names and roles.",Awarded,,1960000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21001274,Request for Tenders,Open Competition,Waikato Variable Message Signs (VMS) Supply and Installation,NZTA 2018633,20190506,20190604,20190908,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for supply, installation, commissioning & handover of 4 regional Variable Message Signs (VMS) in the Waikato Region, comprising of 3 Type A VMS and 1 Type C VMS. Scope includes all civil works and guardrail, management of power supply connection and management of communications for the complete VMS installation. The Contract Works comprise of: New Type A VMS at SH29 Lower Kaimai East Bound, a replacement of the existing Type B; New Type A VMS at SH27 Tatanui South Bound; New Type A VMS at SH1 Lichfield North Bound; and New Type C VMS SH49 Ohakune East Bound. Only tenderers pre-qualified to Routine and Minor Works Level C (1C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Richard Quiney WSP-Opus, Email: Richard.quiney@wsp.com Phone: 021 220 8340 Address 12 Moorhouse Avenue, Christchurch 8011, New Zealand PO Box 1482, Christchurch Mail Centre, Christchurch 8140, New Zealand All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 2018633 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,648152,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21049552,Request for Tenders,Open Competition,Dunedin Liveability Transport Programme - SSBC,2019209,20190517,20190621,20190924,New Zealand Transport Agency,Sole Agency,No,,"This Professional Services contract is to complete a Programme Business Case (PBC) & prepare a Single Stage Business Case (SSBC) to deliver on the project outcomes of integrating the new hospital with the city, promotion of economic growth & regeneration, improve city liveability & provide for safe & accessible people friendly streets. The Professional Services involved include: Confirming the investment objectives and the balance of place and movement Agreeing a network hierarchy and the respective priorities between place and movement and the priority between different set of users Community and stakeholder engagement to deliver outcomes that the community want (including engaging with the Public and the hospital as key stakeholders) Integrated planning with the seamless consideration of transport and urban design Maximising economic opportunities through attractive place based and accessible spaces Identification of benefits and associated allocation of costs Development of an agile implementation plan which responds to the immediate needs of the new hospital, but which is adaptable to changes in future land use and growth in the city. Consideration of Staging Consideration of Funding Sources and opportunities for co-investment Economic Analysis, including consideration of wider economic benefits Transport Planning and Urban Design and including known land use planning (Waterfront Proposal, Port of Otago operations, University) Geometric Design and Traffic Engineering Transport Modelling Analysis of multimodal integrated land use and transport approach including network operating framework and travel demand management Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Tenders Secretary Beverley.Findlater@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract No 2019209 Non-price proposal - File No 2 Contract No 2019209 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Stantec NZ on 5 September 2019 for $450,000.00",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21068311,Request for Proposals,Open Competition,ART 18-13 Improving community resilience,2019-281,20190522,20190626,20190813,New Zealand Transport Agency,All of Government,No,,ART 18/13 Improving community resilience: Research project to build our understanding of and improving on the complex (dependent and inter-interdependent) relationships between transport and other critical infrastructure services (especially Lifelines Utility networks) to establish a more resilient network that is able to better reduce risk through adaptation to (or to plan for) and respond to and recover from disruptive events and major events.,Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21081176,Request for Proposals,Open Competition,ART 18-15 - Better measurement of direct and indirect costs and benefits of resilience,2019-285,20190527,20190628,20190813,New Zealand Transport Agency,Sole Agency,No,,"This research seeks to identify and develop critical techniques and methods that can be used to value and monetised resilience. The objectives of the research are: The identification, development and implementation of techniques and methodologies to better measure the direct and indirect costs and benefits of all the elements of resilience. The key factors and variables and matters that should be taken into account in the ex-ante cost benefit analysis. How the key identified factors, variables and matters can be obtained, valued and monetised.",Awarded,,120000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21089455,Request for Tenders,Closed Competition,2019237 - 20Connect Early Improvements (PW),2019237,20190710,20190711,20191204,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,"Contract Awarded to: Fulton Hogan Ltd, 4 REliable Way, Mt Wellington, AUCKLAND 1060 - Attention Graeme Tonks (graeme.tonks@fultonhogan.com) Award Amount: $52,015,375.75 The NZ Transport Agency received 5 conforming non alternative tenders and 5 conforming alternative tenders. The range of prices of unsuccessful, conforming, non-alternative tenders are from $51,957,428.60 to $54,084,659.72 excluding GST.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21097323,Request for Proposals,Closed Competition,NZ PT Design Guideline - Phase 1,2019307,20190530,20190701,20190930,New Zealand Transport Agency,Sole Agency,No,,We are seeking support for a project to develop public transport design guidelines for New Zealand.,Awarded,,191715,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21118032,Request for Tenders,Open Competition,Southern Level Crossings Upgrade - 1,NZTA 2019175,20190606,20190702,20190908,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for minor civil works at various level crossing in Christchurch and South Canterbury. The Contract Works comprise of the following Separable Portions (sites): SITE NAME 1 SH1: Chertsey 2 SH1: Winchester 3 SH1: Selwyn 4 Boundary Creek Road (SH1) 5 Kirk Road, Templeton (SH1) 6 SH1: Carmen Road 7 SH74A: Garlands Road 8 SH1: Kermode Street, Ashburton The works including but not limited to: Road widening and associated improvement work related to level crossings Trenching and reinstatement work for new advance warning signs Supply and installation of new road signs Footpath construction Safety fencing and barriers Road marking with long life paint Sites are to be programmed by agreement with the Engineer and following the guidance provided in IFT, with all sites completed by 30 April 2020. Only tenderers pre-qualified to Construction Level A (4A) and Surfacing Level A or B (2A or 2B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices) The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 2019175 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2565621,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21118750,Request for Tenders,Closed Competition,SH32 Te Putu MSE Wall - Retendered,NZTA 2019013a,20190606,20190627,20190722,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a Mechanical Stabilised Retaining (MSE) Wall for the slip repair located at Te Putu, SH32-069-9.850. The wall is approximately 24m long and a maximum height of 6.5m The site is located at Te Putu on SH 32 Western Bay Road approximately 1km northwest of Waihaha in the Central Waikato region. The Contract Works comprise of: Earthworks and clearing MSE Wall Guardrail Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Garry Oakes WSP Opus (garry.oakes@wsp-opus.co.nz) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 2019013 Te Putu MSW Wall - Retendered Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,awarded 22 July 2019,331790,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21120923,Request for Tenders,Closed Competition,2019174 SEAPATH (RFT),2019174 RFT,20190607,20190627,20191105,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is the Request for Tender for contract 2019174 SeaPath and all the supporting information. Should you have any queries, please contact the NZ Transport Agency Tenders Secretary, Jo-Ann Moses or email Jo-Ann.moses@nzta.govt.nz (09) 928 8730. Tenderers should refer to the GETS website for instructions on uploading their tender file. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm). The tender will close on Thursday 27th June 2019 at 4.00pm. Reminder: copies of documents are provided in good faith for information to assist Tenderers, not for distribution - please keep all documents confidential. Interactive Meetings will commence Wednesday 12th June 2019. A separate NTT will be sent out early next week with more information re these interactives.",Not Awarded,"26.08.19 - $4,634,472.00 Beca Ltd, AUCKLAND Attention: Peter Bradwhaw - peter.bradshaw@beca.com",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21148013,Request for Tenders,Open Competition,Mackays to Peka Peka SH1 Revocation,2019301,20190617,20190730,20191119,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Contract (zones 1 to 8a) is for the construction of revocation works on 10km of the old State Highway 1 between Poplar Avenue and 150m North of Ngaio Rd Waikanae. These works generally include, but are not limited to, the following: Re-configuring the road layout and road markings to cater for reduced traffic volumes, and the safety of on-road cycling. Intersection improvements including a new roundabout and signalised intersection. Construction of cyclist and pedestrian facilities. Construction of raised medians and pedestrian/cycle/vehicle crossings. Kerbs and new stormwater drainage infrastructure. Signage and lighting. Various forms of pavement rehabilitation including chip sealing, OGPA and asphaltic concrete. Only Tenderers pre-qualified to Construction Level A (4A) under the terms of the System Design and Delivery (SDD) Prequalification System will be eligible to submit a tender. All tender queries should be directed to the Tender Secretary. Email: WRO.Contracts@nzta.govt.nz Electronic copies of the RFT documentation are attached to this advertisement. Tenders shall be uploaded to the GETS eTender box: PQM - in two separate electronic files in pdf format and labelled as: - Tender for Contract No 2019301: SH1 Revocation Mackays to Peka Peka File 1: Proposal excluding Price - Tender for Contract No 2019301: SH1 Revocation Mackays to Peka Peka File 2: Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Website for instructions on uploading the tender Submission Files - https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,17477284,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21230068,Request for Tenders,Open Competition,Waikato Truck Stock Effluent Disposal Facility - Kaimai Site,NZTA 2019117,20190704,20190730,20190920,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a stock truck effluent disposal site along with entranceway improvements onto two state highways. The site is located on the western side of the Kaimai Ranges at the intersection of SH24 and SH29. Only Tenderers pre-qualified to Construction 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Contract Works comprise: Minor clearance works Earthworks minor including cut to waste and imported fill Stormwater drainage and island construction Underground 50,000l GRP tank installation, an odour extractor and associated connections The installation of two concrete receptors connected to the underground tank Installation of two lighting columns and telemetry equipment Power pole relocations Drainage improvements Pavement construction Construction of two Diagram E treatments at two entrances with state highways Asphaltic concrete and chip seal surfacing Traffic management Environmental management. Electronic copies of the RFT document are attached to this advertisement. All Tender queries should be directed to Robert Burrows at WSP|Opus Private Bag 3057 Hamilton email Robert.burrows@wsp.com All responses to tender queries/clarification will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 - 2019117 - Proposal excluding Price File 2 - 2019117 - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Awarded,,824084,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21240875,Request for Tenders,Closed Competition,2019360 Safe Network Programme (RFT),2019360 RFT,20190709,20190912,20200224,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,"160+ Consortium - C/- The Wsthaven, 100 Beach Road, P O BOx 5848, Wellesley Street, AUCKLAND 1141 (Peter Wiles); Manu Taiko Consortium / P O Box 6345, Wellseley Street, AUCKLAND 1141 (Andrea Rickard)",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21251411,Request for Tenders,Open Competition,SH88 Dunedin - Port Chalmers Safety Improvements,2018158,20190710,20190820,20191025,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Contract is for the construction of a shared cyclist, pedestrian pathway and road side barriers between St Leonards and Port Chalmers on the west side of the Otago Harbour. The main works include, but are not limited to: 1. Reclamation, 2. Structural retaining walls, 3. Guardrail installation and 4. Boardwalk construction in a marine environment. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Philip Morrison, by email [philip.morrison@beca.com] and copy in Jason Forbes [Jason.Forbes@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract 2018158 - Proposal excluding Price - File No 2 Contract 2018158 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Downer NZ on 18 October 2019 for $24,957,354.14",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21288241,Request for Tenders,Open Competition,Te Awa Cycleway Extension - SH21 to Hooker Road,NZTA 2018654,20190719,20190813,20190910,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the delivery of approximately 7.5km of cycleway. The cycleway route starts at SH21 where it then follows Tamahere Rd, Pencarrow Rd and Hooker Rd. Some of the cycleway will utilise existing shared paths. The Contract Works comprise of: Earthworks Concrete footpath Drainage Retaining walls Fencing Pavement and surfacing Temporary traffic management Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Karen Hills (Karen.Hills@graymatter.co.nz) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 2018654 - Proposal excluding Price - File No 2 2018654 - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2189940,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21297205,Request for Tenders,Open Competition,Waitara to Bell Block Route Improvements,NZTA 2019348,20190723,20190814,20191219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a professional services contract is for the Pre-implementation and Implementation phases of the Waitara to Bell Block Route Improvements project. The Professional Services involved include of: - Civil and Geometric road and pavement design - Earthworks design - Drainage design - Business case review - Resource, ecological, heritage and cultural management and related statutory applications - Public engagement Electronic copies of RTF documentation are attached to this advertisement. All tender queries should be directed to Erin Johnson, by email [erin.johnson@nzta.govt.nz] and copy in David Jensen [david.jensen@nzta.govt.nz]. Include return contract information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in PDF format. The GETS file upload limit is 50MB. The files should be labelled: - File no 1 - Contract Number 2019348 - Proposal excluding price - File no 2 - Contract Number 2019348 - Price Tender submissions will only be accepted electronically via the GETS eTender box. Tenders should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21377619,Request for Tenders,Closed Competition,NZTA 2019434 SH3 Manawatu Gorge Closure Ashhurst Traffic Mitigation,NZTA 2019434,20190807,20190826,20191219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Pre-Implementation and Implementation phases of the SH3 Manawatu Gorge closure Ashhurst Traffic Mitigation project. The Professional Services involved include of: - Civil design - Urban traffic design - Drainage design - Public engagement - Project Management - Management Surveillance and Quality Assurance Electronic copies of RFT documentation are attached to this advertisement. All tender queries should be directed to Erin Johnson, by email [erin.johnson@nzta.govt.nz] and copy in David Jensen [david.jensen@nzta.govt.nz]. Include return contract information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in PDF format. The GETS file upload limit is 50MB. The files should be labelled: - File no 1 - Contract Number 2019434 - Proposal excluding price - File no 2 - Contract Number 2019434 - Price Tender submissions will only be accepted electronically via the GETS eTender box. Tenders should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21405561,Request for Tenders,Open Competition,Ahaura Bridge Replacement,NZTA2019359,20190816,20191001,20200116,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of a replacement bridge over the Ahaura River and associated realignment of a section of State Highway 7 approximately 35 km North East of Greymouth, between RP 224/14.7 and 239/0.7. The Contract Works comprise of: construction of a new two lane bridge spanning the Ahaura River, earthworks and embankment construction, utility diversions, drainage, pavement and surfacing construction, vehicle and pedestrian barriers, signage, retaining walls, landscaping, and the deconstruction and removal of the existing single-lane bridge. Only tenderers pre-qualified to level Bridge Construction (level 3A) AND Construction (level 4A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Greig Larcombe, WSP Opus, 12 Moorhouse Ave, Christchurch, greig.larcombe@wsp.com, not via GETS. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 2019359 - Proposal excluding Price - File No 2 NZTA2019359 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to HEB for $19,754,016.42",19754016,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21421734,Request for Tenders,Closed Competition,SH5 Mamaku Underslip Retaining Wall,NZTA 1843,20190815,20190905,20190916,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for construction of an anchored sheet pile retaining wall on State Highway 5 at the Mamaku Underslip. The Contract Works comprise of: Sheet pile retaining wall construction Ground anchor installation Guardrail installation Only tenderers pre-qualified to 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP Opus, Maddison Phillips, maddison.phillips@wsp-opus.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 1843 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,352955,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21442919,Request for Tenders,Closed Competition,NZTA1872 - Waipapa Implementation Professional Services,NZTA 1872,20190819,20190905,20200219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The intersection of State Highway 10 and Waipapa Road in the Far North suffers from congestion and safety risk due to substandard form. A new roundabout at the intersection and a new local road link connecting to the commercial area of Waipapa is currently in the pre-implementation stage. The physical works contract will be tendered shortly. The Transport Agency is seeking to appoint a suitably qualified consultant to deliver MSQA services including Engineers Representative during the implementation phase. The Transport Agency is following a closed competitive procurement process (PQM Simple). A tenderers briefing will be held at 2.30pm, Thursday 22nd August 2019 at NZTAs Whangarei Office, Walton Plaza . Tenderers are limited to two attendees per company and should confirm attendance to the Tender Secretary by 4pm Wednesday 21st August 2019. Tenders will close via GETS at 4pm on Thursday 5th September 2019. The GETS file upload limit is 50 MB. The file should be labelled as: Contract No 1872 - Waipapa Intersection Improvements MSQA. Proponents should refer to the GETS website for instructions on uploading files (https://www.gets.govt.nz/SupplierUserTenderHelp.htm)",Not Awarded,"Northern Civil Consulting Engineers Ltd - (Clint Hanger) P O Box 11045, WHANGAREI 0148 Letter dated: 29.10.2019 $451,600.00",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21485980,Request for Tenders,Open Competition,SH1 Bulli Point Sites 4 & 5 Retaining Walls (between Taupo and Turangi),NZTA 1840,20190826,20190917,20191203,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of two anchored mass block retaining walls located at SH1 between Taupo and Turangi at RP726/6.735-6.870. The sites are recorded as Sites 4 & 5 Bulli Point. The work comprises of the following activities: Traffic Management Environmental Management Earthworks Wall construction using redi-rock proprietary system Anchor installation Only tenderers pre-qualified to Construction - Level 4 (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Amy Vandy WSP Opus (amy.vandy@wsp-opus.co.nz) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 1840 Proposal excluding Price - File No 2 NZTA 1840 Price (PDF plus Excel format) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,548953,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21519965,Request for Tenders,Open Competition,"Bridge Concrete Repairs, SH 2 Gisborne 2019/20",2019411,20190902,20190924,20191202,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors pre-qualified to Level C, Bridge Construction. The contract involves the concrete repairs, drainage and general maintenance of SH2 within the Gisborne Region, as follows: SH2, Railway Overhead Bridge at RP 446/0.00: - concrete spall repairs - concrete crack injection - drainage modifications. SH2, Te Arai Bridge at RP 443/5.75: - concrete crack injection - patch paint repairs. Only tenderers pre-qualified to Bridge Construction - Level C, under the terms of the NZ Transport Agency's Pre-Qualification system, are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Mr Graeme Gunn, WSP Opus, 6 Ossian Street, Ahuriri, Napier. Email: Graeme.gunn@wsp.com or Telephone 64 6 833 5100. All responses to tender queries/clarifications will be answered by Notice to Tenderer, which will be available in the GETs addenda. Tender submissions close at 4.00pm on Tuesday, 24 September and shall be uploaded to the GETS eTender box in one file. The GETS file upload limit is 50MB. The file should be labelled: Contract 2019411 - Bridge Concrete Repairs, Gisborne: Tender Submission Tenders submissions will only be accepted electronically via the GETs eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm.",Not Awarded,"McNatty Construction Ltd, Napier",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21520746,Request for Tenders,Open Competition,SH7 Sylvia Flats Realignment,NZTA 2019016,20190902,20191001,20191105,,Sole Agency,No,,"This is a Physical Works contract for the construction of approximately 700 m of new highway on SH7 between RP 115/2.50 and 115/3.50. The current highway is at risk of collapsing into the Lewis River. The Contract Works comprise of: Removal of 1.2ha of mature beech forest (trees already felled) Earthworks involving approximately 70,000 cubic metres of cut to waste Pavement and surfacing of 2 lanes of highway Only tenderers pre-qualified to level B Construction (level 4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Greig Larcombe, WSP Opus, 12 Moorhouse Ave, Christchurch, greig.larcombe@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50MB. The files should be labelled: - Tender for Contract NZTA 2019016 Sylvia Flats Realignment Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Higgins Contractors Ltd for $1,324,020.45.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21528660,Request for Tenders,Open Competition,SH3 Awakino to Mt Messenger Corridor (2),NZTA 2019349,20190903,20191001,20191125,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the SH3 Awakino to Mt Messenger Corridor: Resilience Improvements Package. The Contract Works comprise of two sites: The Maikaikaitea Station site involves reinforcement of the slope to support the overlying state highway and new safety barrier. Key components include: Retaining the slope crest over the length of road and shoulder identified to be unstable Improving erosion protection at discharge of an existing cross-culvert outlet Improving surface water drainage including new kerb and channel and downslope discharge Installing new safety barrier Reinstating existing pavements and line marking Environmental controls, including sediment and erosion control installation, monitoring and reinstatement The Bexley Quarry South site involves reinforcement of the slope to support the overlying state highway and safety barrier. Key components include: Retaining the slope crest over the length of shoulder identified to be unstable Improving erosion protection of the slope Reinstating existing surface water drainage, safety barriers, pavements and line marking Environmental controls, including sediment and erosion control installation, monitoring and reinstatement Only tenderers pre-qualified to a minimum Level A (4A) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. I have also added reduced sized PDFs on the larger documents, please do not hesitate to contact me if you have issues. All tender queries should be directed to the Tenders Secretary: tenders@saferoads.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in two separate zip files (pdf format PLUS excel spreadsheet Schedule of Price. The GETS file upload limit is 50 MB. The files should be labelled: File No 1 60045984 - Proposal excluding Price File No 2 60045984 - Price (PDF and EXCEL format) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1732350,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21550845,Request for Tenders,Closed Competition,NZTA-1856 : SPEED MANAGEMENT,NZTA-1856 : SPEED MANAGEMENT,20190906,20191003,20200219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,"BECA - 21 Pit Street, P O Box 6345, AUCKLAND 1141 - Attention: David Bentham STANTEC - Level 3, Stantec House, 111 Carlton Gore Road, Newmarket, AUCKLAND - Attention: Chris Grainger; URBAN CONNECTION - P O Box 8589, Havelock North, 4157 - Attention: Tony Harrison WSP - Level 9, Majestic Centre, 100 Willis Street, P O Box 12-343, WELLINGTON 6144 - Attention: Fergus Tate PM: Shashi Lakshminarasimhaiah",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21683093,Request for Tenders,Closed Competition,NZTA - 1918 : SH10 Slip Repairs,NZTA - 1918,20190927,20191021,20200219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,"Northland Transport Ltd (Bruce Buckland) 84B Waimate North Road, Kerikeri, NORTHLAND $1,244,537.50 - 20.11.2019",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21744075,Request for Tenders,Open Competition,SH2 Petone to Melling Walking & Cycling link MSQA,1955,20191008,20191107,20191219,New Zealand Transport Agency,Sole Agency,No,,"The NZ Transport Agency has partnered with Wellington City Council, Greater Wellington Regional Council and Hutt City Council to provide a safe and efficient 12-kilometre walking and cycling route between the Wellington CBD and Melling. The Wellington to Hutt Valley link will also connect with other walking and cycling facilities such as the Petone Esplanade and the Hutt River Trail. The Transport Agency is seeking to appoint a suitably qualified consultant to deliver MSQA services, including Engineers Representative and Engineer to Contract, for the Implementation phase of Petone to Melling section. The Transport Agency is following a competitive procurement process (PQM Simple). All queries should be directed to the Tender Secretary. Email: wro.contracts@nzta.govt.nz",Awarded,,599700,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21750817,Request for Tenders,Open Competition,2019439 - Northern Connections Singular Stage Business Case (SSBC),2019439,20191009,20191107,20200309,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Transport Agency is looking to appoint a professional services supplier to prepare and deliver a Single Stage Business Case (SSBC) for the Northern Connection project. The Northern Connection will be developed as a single stage business case (SSBC). The aim of this project is to assess the provision of walking and cycling facilities to cater for the north-south movements on the North Shore to tie-into the connections that will be proposed between North Shore and Auckland's central city (through SeaPath and AHB shared path projects), and the cycling infrastructure that will be delivered as part of the Northern Corridor Improvements (NCI) project. Suppliers should have demonstrated capability and experience delivering SSBC for infrastructure project, utilising the NZ Transport agencys business case approach. This contract will be procured outside the NZ Transports Agencys IBC/DBC Consultancy Services panel, and current panellists on the regional panel will be prohibited from tendering for this contract.",Not Awarded,"WSP-Opus, P O Box 5848, Wellesley Street, AUCKLAND Attention: Phil Harrison Award $1,127,700.00 - 31.01.2020",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21785264,Request for Tenders,Closed Competition,Waikato Bridge Works - Sheet Piling,2022,20191015,20191017,20191029,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Request for tender document as previous distributed. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the consultant: Gareth.guitry@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to the GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 Contract number proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1090014,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21804634,Request for Proposals,Open Competition,PT Futures Business Cases for Christchurch,2052,20191021,20191126,20191224,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for PT Futures Business Cases for Christchurch. The Contract will comprise: Foundations Single Stage Business Case (SSBC) Rest of Network Indicative Business Case (IBC) Mass Rapid Transit (MRT) IBC The Foundations and Rest of Network business cases are oriented toward short-medium term public transport improvements to the existing core bus routes, additional new secondary routes and the overall bus network, while the MRT IBC has a longer term view toward identifying a preferred MRT corridor to serve the anticipated growth within Christchurch. We are after collaborative, innovative thinking that integrates a fit-for-purpose business case approach, strong stakeholder engagement, and land use integration. The Project Partners (NZ Transport Agency, Environment Canterbury, Christchurch City Council, Waimakariri District Council and Selwyn District Council) are seeking experienced suppliers with capability in multi-modal transport planning and land use planning expertise to deliver this city shaping programme. This will include regular engagement with partners and stakeholders along the journey. The Project Partners require suppliers with a strong track record, that have the capacity and capability to deliver the business cases and provide support through the implementation of short-term and long-term improvements. Electronic copies of the RFP documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz . All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract Number 2052 Proposal excluding Price File No 2 - Contract Number 2052 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1446613,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21821605,Request for Tenders,Open Competition,2025 Kenepuru Rd Seal Extension 2019,2025,20191022,20191119,20191213,New Zealand Transport Agency,Sole Agency,No,,,Not Awarded,"Fulton Hogan Limited $708,750.11",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21846600,Request for Tenders,Closed Competition,NZTA - 2068 St Lukes Cycleway - Request for Tender,NZTA - 2068,20191025,20191112,20191119,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Registration of Interest (ROI) the NZ Transport Agency invites you to submit a Tender for Contract 2068 St Lukes Cycleway Electronic copies of the document(s) are attached to this advertisement. NOTE: The lighting design document will be issued next week. All tender queries shall be addressed to the Consultant: Priyanka Patel of GHD Ltd 27, Napier Street, Freemans Bay, Auckland - email Priyanka.patel@ghd.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenders shall be uploaded to GETS eTender box is a single file Note the file upload limit is 50 MB. The file should be labelled as: - File 1 Contract number proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Applicants should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Kia ora Tenderers In completing an admin clean-up/closing out of historic tenders, as part of GETS functionality an automatic email advising the award notification is generated and issued by GETS. Apologies for any confusion this may cause - please note that no action is required.",1305398,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21908202,Request for Tenders,Open Competition,Pyes Pa School Parking Improvements,NZTA2102,20191108,20191128,20191206,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of Parking Improvements in front of Pyes Pa School as indicated on the drawings and includes Asphalt parking area, kerb & channel, concrete footpath, fence removal & installation, Minor drainage works and necessary road marking changes along the road outside of the school. The school holiday period is from 18th December 2019 through to 3rd February 2020 and the successful tenderer will be required to programme their works to take advantage of this break. Maximising the productivity during the school holidays is desirable as ongoing works in the school term will require phased access points to the school. The Contract Works comprise of: Ashphalt parking area Kerb and channel Concrete footpath Fence removal and installation Minor drainage works Necessary road marking changes Only tenderers pre-qualified to Construction Level 4C and above under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Paul Willey, WSP Ltd, 116 Cameron Road, Tauranga, paul.willey@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA2102 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,498253,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21922798,Request for Tenders,Open Competition,"Structural Bridge Repairs, Hawke's Bay 2019/20",NZTA 2037,20191111,20191203,20200110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves various bridge maintenance works located on state highways in the Hawke's Bay region. The works include: - Concrete repairs - Drainage maintenance - Scour protection - Bridge joint renewals, refurbishment and repairs - Slope repairs. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to Graeme Gunn, WSP Ltd - Phone 64 6 833 5100 or Graeme.gunn@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETs addenda. Tender submissions shall be uploaded to GETs eTender box in a single zip file. The GETs file upload is 50 MB. The file should be labelled as: File 1 - NZTA 2037 - Proposal including Price. Tender submissions will only be accepted electronically via the GETs eTender box. Tenderers should refer to the GETs website for instructions on uploading their tender submission files http://gets.govt.nz/SupplirUserTenderHelp.htm",Not Awarded,"Awarded to McNatty Construction Ltd, Napier on 19 December 2019.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21925226,Request for Tenders,Open Competition,"Structural Bridge Repairs, Gisborne 2019/20",NZTA 2038,20191112,20191203,20200110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves various bridge maintenance works located on state highways in the Gisborne region. The works include: - Sheetpile repairs - Reinstating riprap - Rock mattress repairs - Geogrid slope repairs - Handrail maintenance and repairs - Sheetpile weir repairs - Expansion joint repairs - Construction of retaining walls - Linkage bolt maintenance - Scour repairs - Water washing - Erosion control and planting. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to Graeme Gunn, WSP Ltd - Phone 64 6 833 5100 or Graeme.gunn@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETs addenda. Tender submissions shall be uploaded to GETs eTender box in a single zip file. The GETs file upload is 50 MB. The file should be labelled as: File 1 - NZTA 2038 - Proposal including Price. Tender submissions will only be accepted electronically via the GETs eTender box. Tenderers should refer to the GETs website for instructions on uploading their tender submission files http://gets.govt.nz/SupplirUserTenderHelp.htm",Not Awarded,"Awarded to McNatty Construction Ltd, Napier on 19 December 2019.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21941334,Request for Tenders,Open Competition,Region 11 and 12 Bridge Repair Works 2019/20,2074,20191114,20191203,20191223,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the Region 11 & 12 Bridge Repair Works 2019/20. The Contract Works comprise of: Providing access and traffic management required to for the installation of timber running planks, approach works and sealing Supply and install timber running planks Rip, Remaking and Re-sealing timber bridge decks and approaches Health & Safety compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method, Pass/Fail on Relevant experience and methodology. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP Opus, PO Box 1482, CHRISTCHURCH, email:Philip.Mcconchie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 2074 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,218688,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21946782,Request for Proposals,Open Competition,HRIS and Payroll,2317,20191115,20200113,20210126,New Zealand Transport Agency,Sole Agency,No,,"We require delivery of a solution for a Human Resource Information System (HRIS) and payroll that will enable us to support and manage our people and information. We are seeking to standardise our business processes across the Transport Agency to those of the New Zealand All-of-Government Common Process Model (the Common Process Model). This solution must be offered as a Service (SaaS). We are seeking a partner to work with us and to provide us with design, implementation and on-going support of an HRIS and payroll. An effective HRIS and payroll will help to drive best practice processes within the Transport Agency.",Awarded,Awarded to Accenture NZ,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21975006,Request for Tenders,Open Competition,Hamilton to Cambridge Cycle Connestion - SH21 Underpass (Professional Services),NZTA 2019344,20191121,20191219,20200204,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Pre-Implementation and Implementation work required to deliver a SH21 Underpass as part of the Cambridge to Hamilton Cycle Connection. The Contract will comprise: Survey Geotechnical testing and analysis Design Structural, Geotechnical and other Civil Urban and CPTED design Statutory consents Preparation of physical works documentation Physical Works contract management Construction monitoring Electronic copies of the RFT documentation are attached to this advertisement. (one more supporting document to be added) All tender queries should be directed to the Tender Secretary by email: hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 2019344 Proposal excluding Price File No 2 - 2019344 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,531850,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21979842,Request for Tenders,Closed Competition,NZTA-2142 : Hillsborough Road Southbound Lane Drop Removal,NZTA-2142,20191125,20191210,20210408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is an invitation to suitably qualified, preselected professional services suppliers to submit a Tender for the Design of the SH20 Hillsborough Rd Southbound Lane Drop Removal project. This project is for the delivery of design professional services which is part of the low cost low risk (LCLR) programme in the Auckland region. This successful supplier will be required to have key staff co-locate in the Auckland System Management (ASM) Alliance offices for the duration of the project and work collaboratively with relevant ASM staff. Tender Submissions are to be uploaded to the GETS eTender box. Note the file upload limit is 50MB. Tenders should refer to the GETS website for instructions on uploading their Tender. (https;//www.gets.govt.nz/SupplierUserTenderHelp.htm). Tender closing close is Tuesday 10th December 2019 at 4:00pm. Queries should be directed to the Tenders Secretary (Jo Moses) email: Jo-Ann.moses@nzta.govt.nz - Ph 09 928 8730",Awarded,"Contract Awarded to: ASM, Private Bag 11-918, Ellerslie, AUCJKLAND 1542 Contract Contact Person: lawrence.butcher@asm.nzta.govt.nz Contract Award Amount: $48,265.80 Contract Award Date: 05th February 2020",48266,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,21996119,Request for Tenders,Open Competition,2128 Waikawa Road Shoulder Upgrade,2128,20191126,20191217,20200602,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the proposed widening and shoulder upgrade of Waikawa Road between Turners Road and the Waikawa Primary School. Work involved includes: Road shoulder widening and new embankment construction. New kerbing, footpath and pavement construction. Piping of the existing open drain running adjacent to the road. Working near underground services and nearby existing overhead powerlines and poles. Coordination with landowners during construction. It is proposed to start construction works at start of Jan 2020 before school returns in early February 2020. The Contract Works comprise of: Health & Safety Management Traffic Management Programme Management Quality Management Environmental Management Site clearance Earthworks construction Pavement construction Chipseal surfacing Linemarking and signage Kerb construction Footpath and grass berm construction Stormwater drainage construction Only tenderers pre-qualified to Level under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Zeean Brydon, 181 High Street, Blenheim and zeean.brydon@e2environmental.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 2128 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Isaac Construction Simcox $532,933.90",0,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22007045,Request for Tenders,Open Competition,Weight Right Programme - Package Glasnevin & Rakaia Works,2054,20191129,20200217,20210707,New Zealand Transport Agency,Sole Agency,No,,"This tender is for construction services to deliver an upgrade to the existing Weight Enforcement Site (WES) at Glasnevin, and the installation of a new WES at Rakaia. Each WES comprises Weigh-in-Motion (WIM) and Automatic Number Place Recognition (ANPR) pre-screening equipment (suppled and installed by others), Variable Message Sign (supplied by others), road improvements, and a weigh station which includes vehicle weight and inspection enforcement facilities. This contract includes construction of the new weigh station site at Rakaia comprising site development and construction of a small , single story office building, an inspection shed plus road construction, concrete foundations for equipment supplied by others, electricity and fibre for telecommunications and data networking cabling. At Glasnevin, the contract comprises modification to the existing weigh station site and building, plus the construction of an inspection shed. One of NZ Transport Agencys roles is to manage the State Highway network to provide for safe, reliable and informed journeys. Heavy vehicle operators are legally required to comply with specific weight limits so that they do not pose a risk to other road users or damage road infrastructure. The Weigh Right Programme (WRP) plans to increase heavy vehicle weight compliance by increasing the likelihood and operators perception of the likelihood of being caught. Increasing compliance will reduce the road safety risk and unpaid-for infrastructure wear associated with overweight vehicles, and will secure a level playing field for operators. To achieve this, NZ Transport Agency wishes to engage a contractor to facilitate the successful delivery of these two WES locations. To this extent, the Transport Agency is seeking to: Develop a trusted and collaborative relationship to deliver a successful project; Deliver a quality project aligned to the Transport Agency values and priorities; Establish a delivery team who share personal accountability for project success; Implement clear and measurable performance criteria to diver quality deliverables throughout the construction period; Demonstrate highest standards of professional and considerate behaviour to ensure the reputation of the Transport Agency is maintained throughout delivery of the sites; Work collaboratively with other teams and contractors to deliver the works.",Awarded,,16871770,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22025382,Request for Tenders,Open Competition,Region 3 West Waikato South Bridge Strengthening 2019/20,NZTA 2019355,20191202,20200121,20200205,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the live load strengthening of 2 bridges on the State Highway 3 within the Waikato Region, as listed below: SH3 Puniu River Bridge (BSN333) SH3 Mangaorongo Stream Bridge (BSN492) The Contract Works include, but are not limited to: Concrete spall repairs and crack injections Fabrication and installation of steel shear brackets Fabrication and installation of steel shear dowels The contract contains two separable portions: Separable Portion 1 consisting of Puniu River Bridge works with a 70 Working Day period of works. Separable Portion 2 consisting of Mangaorongo Stream Bridge works with a 90 Working Day period of works. Separable Portion 2 are provisional works, which may be added to the Contract at the sole discretion of the Principal. Only tenderers pre-qualified to Bridge Construction Level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 903, TAURANGA, 3140 Attention: Kurt Thomson Kurt.thomson@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1497940,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22038204,Request for Tenders,Open Competition,"Structural Bridge Repairs, Hawke's Bay 2019/20",NZTA 2037,20191204,20191210,20200110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE NOTE: This is the same tender as previously advertised but due to an admin error the closed date was not amended in the original tender. This tender closes at 4.00pm on 10 December 2019. Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves various bridge maintenance works located on state highways in the Hawke's Bay region. The works include: - Concrete repairs - Drainage maintenance - Scour protection - Bridge joint renewals, refurbishment and repairs - Slope repairs. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to Graeme Gunn, WSP Ltd - Phone 64 6 833 5100 or Graeme.gunn@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETs addenda. Tender submissions shall be uploaded to GETs eTender box in a single zip file. The GETs file upload is 50 MB. The file should be labelled as: File 1 - NZTA 2037 - Proposal including Price. Tender submissions will only be accepted electronically via the GETs eTender box. Tenderers should refer to the GETs website for instructions on uploading their tender submission files http://gets.govt.nz/SupplirUserTenderHelp.htm",Not Awarded,"Awarded to McNatty Construction, Napier on 19 December 2019.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22039431,Request for Tenders,Open Competition,"Structural Bridge Repairs, Gisborne 2019/20",NZTA 2038,20191204,20191210,20200110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"PLEASE NOTE: This is the same tender as previously advertised but due to an admin error the closed date was not amended in the original tender. This tender closes at 4.00pm on 10 December 2019. Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves various bridge maintenance works located on state highways in the Gisborne region. The works include: - Sheetpile repairs - Reinstating riprap - Rock mattress repairs - Geogrid slope repairs - Handrail maintenance and repairs - Sheetpile weir repairs - Expansion joint repairs - Construction of retaining walls - Linkage bolt maintenance - Scour repairs - Water washing - Erosion control and planting. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to Graeme Gunn, WSP Ltd - Phone 64 6 833 5100 or Graeme.gunn@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETs addenda. Tender submissions shall be uploaded to GETs eTender box in a single zip file. The GETs file upload is 50 MB. The file should be labelled as: File 1 - NZTA 2038 - Proposal including Price. Tender submissions will only be accepted electronically via the GETs eTender box. Tenderers should refer to the GETs website for instructions on uploading their tender submission files http://gets.govt.nz/SupplirUserTenderHelp.htm",Not Awarded,"The tender was awarded to McNatty Construction Ltd, Napier on 19 December 2019.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22089446,Request for Tenders,Open Competition,SH 8 Opihi River Bridge - Hollowcore Joint Repairs,2129,20191213,20200204,20200309,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the SH8 Opihi River Bridge Hollowcore Joint Repairs The Contract Works comprise of: Providing access and traffic management required for the installation of steel strongbacks, sealing works Supply and installation of steel strongbacks Cutting and reinstating seal patches on bridge surfacing Health & Safety compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method, Pass/Fail on methodology. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP Opus, PO Box 1482, CHRISTCHURCH, email: Aaron.Kuek@wsp.com. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 2129 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Hunter Civil Ltd for $487,074.00",487074,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22095086,Request for Tenders,Closed Competition,2019222 - Glen Innes to Tamaki Shared Path (RFT),2019222 - RFT,20191217,20200312,20200716,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Please refer any queries you may have to the Tenders Secretary, Jo Moses : Jo-Ann.moses@nzta.govt.nz",Not Awarded,"Awarded to: CLL Service & Solutions Ltd, P O BOx 577, Kumeu, AUCKLAND0841 - Attention Sean Henry (sean@cll.net.nz) Award Amount: $27,729,206.80 The Transport Agency received six conforming non alternative tenders and no conforming alternative tenders. The range of submitted tender prices are from $22,557,387.86 to $39,364,710.59 excluding GST.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22129099,Request for Tenders,Closed Competition,2326 - SH16/18 Existing Noise Wall Remediation (RFT),2326 (RFT),20191223,20200123,20210408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,"CCL Service & Solutions Ltd, P O Box 577, Kumeu, AUCKLAND 0841 Attention : Sean Henry - sean@cll.net.nz Contract Award Amount: $2,073,006.08 Contract Award Date: 05.02.2020",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22142317,Request for Tenders,Closed Competition,2345 Deadmans Slip Road Realignment,2345,20200107,20200128,20200602,,Sole Agency,No,,"This is a Physical Works contract for realignment of 750m of State Highway 65 at RP 17/7.55. The current highway alignment is affected by an underslip (Deadmans Slip) resulting from ongoing scour from the Maruia River. The Contract Works comprise of: Temporary Traffic Management Earthworks Drainage modifications Pavement Construction Surfacing Road marking and Signage Guardrail Only tenderers pre-qualified to Construction - Level C (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP, Level 1 Morrison Square, 77 Selwyn Place, 7010, Nelson, Email: james.ireland@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 2345 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Fulton Hogan Ltd $1,542,809.40",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22194940,Request for Tenders,Open Competition,State Highway Structures Management Otago/Southland,20192287,20200121,20200219,20200619,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for Management of NZTA structural assets on Otago and Southland State Highways. The Professional Services involved include: Structural inspections of bridges and other significant structures. Analysis and reporting. Investigation, design and supervision of structural maintenance. Management of maintenance and permitting systems. Managing annual funding programmes. Contract period is 4 years from 1 July 2020 plus provision for a 2 year extension. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beverley Findlater, by email [Beverley.Findlater@nzta.govt.nz] and copy in John Jarvis [John.Jarvis@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 20192287 - Proposal excluding Price - File No 2 20192287 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to WSP for the sum of $2,748,795.00.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22262428,Request for Tenders,Open Competition,Region 3 Bridge Maintenance 2019/20,NZTA 2019450,20200204,20200227,20200309,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the maintenance of structures on the State Highway Network within the Waikato Region. The Contract Works include, but are not limited to: Concrete works (void filling, riprap, scour repair, spall repairs, crack repairs) Gabion basket and retaining wall repairs Scour remediation and river protection works Riprap armouring (supply and placement, void filling) Timber bridge deck replacement Miscellaneous repairs at bridge and civil structures. The contract contains two separable portions: a) Separable Portion 1 consists of works to be completed in the 2019/2020 financial year, ending 30th June 2020. b) Separable Portion 2 may be used for additional works to be added to the Contract in the 2020/2021 financial year, up to a value of approximately $500,000. The (successful) Contractor will be asked to price a package of maintenance works to be undertaken in the 2020/2021 financial year. Separable Portion 2 will be added to the Contract at the sole discretion of the Principal. Only tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 448, Waikato Mail Centre HAMILTON, 3240 Attention: Tania Langley Tania.Langley@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 2019450 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1563754,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22283384,Request for Tenders,Open Competition,2421 State Highway Structures Management Northland / Auckland North,2421,20200214,20200312,20210408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for Management of New Zealand Transport Agency structural assets on Northland and Auckland North State Highways. The Professional Services involved include: Structural inspections of bridges and other significant structures. Analysis and reporting. Investigation, design and supervision of structural maintenance. Management of maintenance and permitting systems. Managing annual funding programmes. Contract period is 4 years from 1 July 2020 plus provision for a 2 year extension (4+1+1). Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Jo Moses, by email [Jo-ann.moses@nzta.govt.nz] and copy in Erwin Atienza [Erwin.Atienza@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 2421 Proposal excluding Price - File No 2 2421 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission (files https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Awarded,"Contract Awarded to: Beca Ltd, P O BOx 6345, Wellesley Street, AUCKLAND 1141 Contract Contact Person: Gavin Gribben - gavin.gribben@beca.com Contract Award Amount: $1,603,468.74 Contract Award Date: 04th May 2020",1603469,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22290874,Request for Tenders,Closed Competition,4372-SP1902 - SH10 Waipapa Intersection,4372,20200214,20200228,20211005,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Attached are the documents for the Waipapa Improvements tender. In accordance with the documents, tenders close at 4pm on Friday 28 February on GETS. Please check that you can access the uplink prior to this time to ensure that there are no issues.",Not Awarded,"Contract Awarded to: Downer NZ, 130 Kerrs Road, Wiri, AUCKLAND 2104, Attention Mike Francis (mike.francis@downer.co.nz) Award Amount: $18,135,562.92 Your attention is directed to the need for early compliance with the requirements of Sections 2.6, 3.1 and 8 of the General Conditions of Contract (NZS 3910: 2013) regarding execution of the Contract Agreement, provision of a Contractors Bond and obligations relating to insurances. Your attention is drawn to the General Conditions of Contract Clause 8.2.5 requiring you to deposit the certificate of insurance, in the form set out in Schedules 8, 10 and 11 as appropriate, with the Engineer prior to commencement of the contract works which forms part of the Northland Delivery Framework CN4372 main contract conditions. In accordance with clause 10.1of the General Conditions of Contract, Condition of Contract Addendum 3 and the Instructions for Tendering the agreed contract period for the construction of the contract works is from 1 July 20",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22293274,Request for Tenders,Open Competition,NZTA Sites Cabling Renewals 2019-20,2450,20200212,20200225,20200309,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract to renew traffic signal assets. Tenders are invited to renew traffic signal assets at the following 2 intersections: Renew Traffic signal cabling and the controller to CTOC standard including all traffic management at the intersection of State Highway 76 & Opawa Road, Christchurch City Renew the traffic signal cabling to CTOC standard including all traffic management at the intersection of State Highway 73 & Blenheim Rd, Christchurch City. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: jeff.owen@tfc.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 2450 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,No winning responses received. Scope will be updated and this will be re-tendered.,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22298942,Request for Tenders,Closed Competition,SH 6 Manakaiaua Bridge Barrier Replacement,NZTA 2367,20200214,20200310,20200331,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the replacement of existing timber bridge rail with new guard rail on the single lane Manakaiaua Bridge, located on SH6 approximately 28km south of Fox Glacier. The Contract Works comprise of: Site clearing and temporary works Removing existing bridge handrails Modification and extension of existing bridge kerbs Construction of gabion basket retention Construction and installation of bridge and approach guardrails Approach shoulder earthworks, drainage, pavement construction and sealing. Only tenderers pre-qualified to Bridge Construction Level C (3C) or Construction Level B (4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Philip McConchie, WSP 12 Moorehouse Avenue, Christchurch 8011, philip.mcconchie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 2367 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to 18 March to FH $429,090.83.",429091,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22330193,Request for Tenders,Open Competition,State Highway Structures Management Otago/Southland,20192287,20200220,20200226,20201027,New Zealand Transport Agency,Sole Agency,No,,This is Directly related to RFx22194940. Apologies - when the extension for closing time was given I omitted to extend the closing date in GETS. Tender responses will need to be loaded under this RFx number.,Not Awarded,"Awarded to WSP on 30 March 2020 for $2,748,795.00",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22339448,Request for Tenders,Open Competition,Wakatipu Active Travel Network - Stage 1,NZTA 20192230,20200221,20200402,20200619,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Pre-implementation and Implementation phases of the NZTA delivered components of the Wakatipu Active Travel Network. The Professional Services involved include: Design verification of the Single Stage Business Case Community Engagement and Consenting Detailed design, specification, and physical works contract documentation Management, Surveillance and Quality Assurance Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beverley Findlater, by email [Beverley.Findlater@nzta.govt.nz] Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract Number 20192230 - Proposal excluding Price - File No 2 Contract Number 20192230 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Beca Limited for $985,105.00.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22350660,Request for Tenders,Closed Competition,2520 : SH43 Forgotten World Highway - Tangarakau Gorge Seal Extension Stage 2,2520,20200225,20200408,20210408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"With support from the Governments Provincial Growth Fund, Waka Kotahi NZ Transport Agency is undertaking a project to seal 12km of unsealed road through the Tangarakau Gorge, on the Forgotten World Highway (SH43). This contract scope is for the investigation, design and contract documentation for a 10km seal extension on SH43 through the Tangarakau Gorge. 2km of the route is currently under investigation and design. It is proposed to prepare and lodge the consent for the entire length based on this initial 2km section. The works will be procured using the Price Quality Method with 20% price and 80% non-price attributes. The indicative non-price attributes are as follows: Relevant Experience 15% Track Record 10% Relevant Skills 25% Methodology 30% The indicative sub attributes for the methodology are: Programme 30% Delivery Methodology Statement 30% Social and PGF Outcomes 20% Environmental and Consent liaison 10% Stakeholder Management 10% The tender evaluation team will be: Robert Coyle NZTA Nataly Giraldo NZTA Tony Harrison Urban Connection Limited More information on the project can be found in the business case. https://www.nzta.govt.nz/assets/projects/sh43-forgotten-world-highway/SH43-forgotten-world-highway-business-case.pdf",Awarded,"Contract Awarded to: GHD Ltd, Level 3, GHD Centre, 27 Napier Street, AUCKLAND 1011 Contract Contact Person: Thuan Lam Contract Award Amount: $819,356.79 Contract Award Date: 08th May 2020",819357,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22370651,Request for Tenders,Closed Competition,SH1 Otiria Stream Resilience,2019351,20200228,20200317,20200530,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As previously discussed with Warren Feek, this project is for bridge protection works and creation of a flood plain below the bridge. The tender is required in two weeks, and we would like to have an on-site walkover with the Tenderers at the end of week 1, to help clarify any issues. Do not hesitate to contact Jo Moses (Tenders Secretary) jo-ann.moses@nzta.govt.nz should you have any queries.",Not Awarded,"13th May 2020 Broadspectrum NZ Ltd P O Box 491 KERIKERI 0245 Attention: Dave Collins David.collins@broadspectrum.com Kia ora Dave Acceptance notice for physical works contract 2019351 SH1 Otiria Stream Resilience On behalf of Waka Kotahi NZ Transport Agency (Waka Kotahi), I advise that your tender to undertake the contract work described above and referred to in your tender for the sum of $692,872.50 (six hundred and ninety two thousand, eight hundred and seventy two dollars and 50 cents) excluding GST is hereby accepted.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22440396,Request for Tenders,Closed Competition,SH1N Rangitikei River (Bulls) Bridge Repainting Works,NZTA 2092,20200316,20200331,20200903,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the repainting works to be carried out on spans 1, 2 and 3 of the Rangitikei River (Bulls) Bridge. The bridge is located in SH1N RP 925/1.27. The works also comprise a) The supply of all materials, plant, labour and supervision required for cleaning and refurbishment of protective surface coatings to steelwork on Rangitikei River (Bulls) Bridge. b) Work types included in the contract but not limited to erection of access scaffolding from ground level to provide working platforms, full encapsulated containment, water-washing, abrasive blast cleaning, and the application of protective coatings. c) Access necessary to carry out the works; d) All associated miscellaneous and other work indicated, described or implied in General or Special Conditions of Contract, the Specification and the drawing.",Awarded,,246182,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22455166,Request for Tenders,Open Competition,SH30 Whakmaru NZ Cycle Trail - Guardrail Improvements,NZTA 2347,20200317,20200421,20200818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for NZCT Site 69 SH30 Waikato River Trail, Whakamaru. The Scope of this contract is as described below: The construction of guardrail improvements on SH30 alongside the NZ Cycle Trail near Whakamaru. The work comprises of the following activities: Traffic Management Ground beam construction Guardrail installation; timber and steel posts Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP NZ Ltd, Amy Vandy (amy.vandy@wsp.com) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 Contract 2347 proposal including price Tender submissions will only be accepted electronically viaGETS",Awarded,,256936,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22455388,Request for Tenders,Open Competition,SH1N Atiamuri and SH49 Ohakune NZ Cycle Trail - Seal Widening,NZTA 2348,20200317,20200416,20200714,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for NZCT Site 70 SH49 Ohakune and Site 76 SH1N Atiamuri. The Scope of this contract is as described below: The construction of seal widening to meet NZCT guidelines on SH49 near Ohakune and SH1N near Atiamuri. The work comprises of the following activities: Traffic Management Minor Earthworks Pavement construction Chipseal surfacing Traffic services Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP NZ Ltd, Amy Vandy (amy.vandy@wsp.com) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 Contract 2348 proposal including price Tender submissions will only be accepted electronically via GETS eTender box.",Not Awarded,All tenders declined due to all tenders exceeding estimate - notified 13.07.2020,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22533188,Request for Proposals,Open Competition,ART 19/22 Cost-Benefit appraisal methods for interrelated and interdependent projects/schemes,2758,20200414,20200526,20200907,New Zealand Transport Agency,Sole Agency,No,,"ART 19/22 Cost-Benefit appraisal methods for interrelated and interdependent projects/schemes: This RFP is seeking a research proposal that aims to develop appropriate methods and techniques of appraising inter-related and dependent packages of transport interventions for inclusion in the NZTAs Economic Evaluation Manual (EEM).",Awarded,,200000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22533517,Request for Proposals,Open Competition,ART 19/21 Capturing dynamic clustering and structural change impacts in cost-benefit analysis,2757,20200414,20200526,20200907,New Zealand Transport Agency,Sole Agency,No,,"ART 19/21 Capturing dynamic clustering and structural change impacts in cost-benefit analysis: This RFP is seeking a research proposal that aims to identify and understand how dynamic clustering and structural change impacts as a result of transport investments and improvements occur and can be quantified",Awarded,,191968,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22535771,Request for Tenders,Open Competition,Tairawhiti Roading Package - Professional Services Panel,NZTA 2697,20200410,20200512,20201113,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,n/a,"Overview The NZ Transport Agency (NZTA) invites tenders (RFT) from experienced engineering design and delivery consultancies for the NZTA Tairawhiti Roading Package (TRP) Professional Services Panel. The NZTA is seeking consultants in three specific categories (primary, support and geotechnical) within a consultant panel arrangement. The services included within the scope of panel works include Pre-implementation phases (geotechnical investigations, detailed design and consenting) and MSQA services for the implementation phases. This contract relates to the state highway projects, known as the NZTA Tairawhiti Roading Package, as follows: SH35 Route Security/Resilience: A package(s) of work to improve route security and resilience at selected sites along SH35 from Wainui to Potaka. SH2 and SH35 Passing Opportunities: A package(s) of between 25 and 35 Passing Opportunities (slow vehicle and stopping bays) on SH2 and SH35 in Hawkes Bay and Gisborne areas The services will be carried out under the NZTAs traditional (designbidconstruct) delivery model, with Early Contractor Involvement provided for where appropriate. The full RFT for this panel contract is provided with this GETS advertisement. The NZTA will host a combined industry briefing via video conference to provide further project information to all interested consultants. This briefing will be held within 10 days of issue of this RFT. Consultants interested in submitting a tender for this contract shall confirm their interest to tenders@resolvegroup.co.nz as soon as possible, confirm the contact details of their assigned point of contact for all tender communications including registration for the combined industry briefing.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22560202,Request for Tenders,Open Competition,State Highway Structures Management - Canterbury and West Coast,2680,20200421,20200519,20200701,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for Management of NZTA structural assets on Canterbury and West Coast State Highways. The Professional Services involved include: Structural inspections of bridges, geotechnical structures and other significant structures. Analysis and reporting. Investigation, design and supervision of structural maintenance. Management of maintenance and permitting systems. Managing annual funding programmes. Contract period is 4 years from 1 July 2020 plus provision for a 2 year extension. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Paul Teeuwen, Tender Secretary [ChristchurchTenders@nzta.govt.nz] All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 NZTA 2680 Proposal excluding Price File No 2 NZTA 2680 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to WSP at a price of $4,324,790",4324790,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22582440,Request for Tenders,Closed Competition,Marlborough Taylor River Concrete Path Widening,2546,20200428,20200515,20200803,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the widening of Taylor River concrete path in Blenheim. The works are from Beaver Road footbridge to Monro Street footbridge near Taylor River in Central Blenheim. The Contract Works comprise of: Widening the existing concrete path New culvert installations Path marking/bollards/signs Earthworks Only tenderers pre-qualified to [Construction Level 4D] under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP, Level 1 Morrison Square, 77 Selwyn Place, private bag 36, Nelson 7042. For the attention of Rohit Matta, Contract Number: 2546, Contract Name: Marlborough Taylor River Concrete Path Widening, rohit.matta@wsp.com. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 10 MB. The file should be labelled as: File 1 2546 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"CMT Group Ltd $241,758.03",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22624249,Request for Tenders,Open Competition,2291: 154-174 Beach Road Demolition,2291,20200506,20200527,20200629,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the removal of Asbestos Contained Materials (ACM) and the Demolition of existing concrete and steel building structures at 154 174 Beach Road, Auckland. The site is approx. 4,531 square meters and the existing buildings total approx. 4,333 square metres in floor area.",Not Awarded,"29th June 2020 Michael Stil Nikau Contractors Ltd 355 Church Street Penrose AUCKLAND - Michael.stil@nikaugroup.com On behalf of Waka Kotahi NZ Transport Agency (Waka Kotahi), I advise that your tender to undertake the contract work described above and referred to in your tender for the sum of $569,595.00 (five hundred and sixty nine thousand, five hundred and ninety five dollars) excluding GST, is accepted.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22636227,Request for Tenders,Open Competition,NZTA Site Cabling Renewal 2020-21 SH 73/Blenheim Rd Intersection,2914,20200511,20200609,20201103,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract to renew traffic signal assets. Renew the traffic signal cabling to CTOC standard including all traffic management at the intersection of State Highway 73 & Blenheim Rd, Christchurch City. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Jeff Owen, C/o CTOC RTO 53 Hereford Street, Christchurch, 8051 jeff.owen@tfc.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 2914 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission. files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan at a price of $589,828.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22675774,Request for Tenders,Closed Competition,2956 - SH43 Forgotten World Highway Tangarakau Gorge Seal Extension - Stage 1,2956,20200515,20200605,20210818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The NZ Transport Agency (NZTA) invites tenders (RFT) from experienced civil construction contractors for the NZTA SH43 Forgotten World Highway Tangarakau Gorge Seal Extension. The Tangarakau Gorge section of SH43 has a total length of approximately 12km unsealed carriageway. This IFT is for a 2km section (Stage 1) between RP 043/0080 B/3.700 5.700. The seal extension works will include but not limited to: pavement construction and sealing, limited curve widening, drainage improvements, delineation improvements, signage installation and upgrade, guardrail installation, and minor retaining works. The full RFT for this contract is provided with this GETS advertisement.",Awarded,,1713589,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22690959,Request for Tenders,Closed Competition,2643 Marlborough Kerb & Channel Programme 2019/20,2643,20200519,20200609,20200803,,Sole Agency,No,,"This is a Physical Works contract for the Marlborough annual Kerb and Channel renewals programme. The Contract Works comprise of: Replacing Kerb and Channel in various sites on the Marlborough network. Replacing footpath in various sites on the Marlborough network. Replacing concrete vehicle crossings in various sites on the Marlborough network. Only tenderers pre-qualified to level 4D (construction) and 2C (surfacing) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Lucan Orchard, Network Manager, Waka Kotahi lucan.orchard@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 2643 Marlborough Kerb & Channel Programme 2019/20 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Crafar Crouch $152,307.20",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22715863,Request for Tenders,Closed Competition,SH6/SH8B Cromwell Intersection,2646,20200522,20200616,20200729,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for SH 6/SH 8B Cromwell Intersection. This intersection has medium to high safety issues. There has been serious injury crashes and the safety record over the last 2 years has worsened. Added to this the growth of Cromwell, increased visitors travelling through to Queenstown and the increased events at the nearby Highland Park international car race track are all putting pressure on this state highway intersection. This project will improve safety and congestion through the construction of a two-lane roundabout at this busy state highway intersection. Regional benefits: The construction of the roundabout will improve the user experience for locals and tourists, by addressing safety risks, improving traffic flows and increasing the accessibility for Cromwell. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract 2646 Proposal excluding Price File No 2 Contract 2646 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to WSP $440,890",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22722239,Request for Tenders,Closed Competition,SH 1 Kakanui River Flood Free,2647,20200605,20200707,20200828,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for SH 1 Kakanui River Flood Free. This project will improve flood mitigation and resilience issues associated with the state highway through raising a 200metre section of State Highway 1 within the Kakanui river flood plain and installing a series of culverts. Regional benefits: This resilience project will mitigate the regular closure of State Highway 1 between Oamaru and Dunedin during flood events. There is no effective or reliable detour during a flood event. Closure of SH1 has been for up to two days at a time in the past. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract 2647 Proposal excluding Price File No 2 Contract 2647 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Beca Group NZ $404,500.00",404500,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22860752,Request for Tenders,Open Competition,SH73 Taipo River Bridge - Barrier Upgrade,2760,20200623,20200721,20200820,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for safety barrier upgrade works at SH73 Taipo River Bridge. The Contract Works comprise of: Access and traffic management Site clearing and temporary works Setout and fabrication of steel assemblies Installation of cross bracing assemblies and longitudinal edge beams Removal of handrails and installation of guardrail system Approach shoulder earthworks, drainage, pavement construction and road sealing Signage modification and reinstatement Environmental protection Only tenderers pre-qualified to 3C or 4B under the terms of Waka Kotahi NZ Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Philip McConchie, WSP, philip.mcconchie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 2760 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"awarded to FH for $725,254.00",725254,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22864559,Request for Tenders,Open Competition,SH3 Mangaotaki Anchored Retaining Walls 20/21,NZTA 3009,20200623,20200716,20200818,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of two retaining wall on State Highway 3. The first site is recorded as Mangaotaki Bluffs Feature 4 & 5, is 35m in length and consists of timber poles with rock anchors. The second site is recorded as Mangaotaki Bluffs Feature 11, is 40m in length and consists of steel piles with rock anchors. The Contract Works comprise of: Traffic Management Earthworks Retaining Wall Construction Anchor Installation Drainage Works Pavement Construction and Sealing Only tenderers pre-qualified to Construction Level C (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: John Kaczon - john.kaczon@pinnaclescivil.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 3009 proposal including price (pdf format PLUS excel pricing spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1062646,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22878263,Request for Tenders,Open Competition,Te Puke Highway Slip Remediation,NZTA3089,20200625,20200730,20210303,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of an interlocking sheet pile wall tied back with Stingray SR3 anchors along a length of 40m between Te Puke Highway and the Kaituna River approximately opposite to Pah Road Te Puke. The Contract Works comprise of: Temporary works for traffic management, creation of benches to permit installation of anchors and driving of piles Supply, Install and testing of pre-production sacrificial multi-test anchors to be prioritised Supply Install and grout of double corrosion protected Stingray anchors including testing, with all necessary connectors, dome plate, dime nuts etc to tie back the piles. Installation of 20m long interlocking piles provided by the Principal (Contractor to arrange for pick up from Tauranga port and transport to site) Removal and reinstallation of safety barrier adjacent to road Landscaping as detailed on drawings Reinstatement of road edge Only tenderers pre-qualified to Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Paul Willey, WSP Ltd, 116 Cameron Road, Tauranga, paul.willey@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two electronic files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The files should be labelled as: File 1: Tender for Contract 3089 Te Puke Highway Slip Remediation Proposal excluding price File 2: Tender for Contract 3089 Te Puke Highway Slip Remediation Price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22967459,Request for Tenders,Open Competition,SH 6 Tatare Stream Bridge - Cycleway Clip-on and Barrier Upgrade,2761,20200714,20200811,20200923,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for safety barrier upgrade works, pier strengthening installation and relocation and construction of a cycleway clip-on on SH6 Tatare Stream Bridge. The Contract Works comprise of: Access and traffic management Site clearing and temporary works Installation of pier strengthening works Setout / earthworks and construction of reinforced concrete abutments at cycleway approaches Lifting and transporting existing cycleway units from NOC contractor Installation of the cycleway clip-on which is to be cantilevered off the existing bridge and attached to the underside of the plate girder lower flanges. Removal of handrails and construction / installation of guardrail system on bridge and approaches Reinstatement of areas impacted by works Environmental protection Only tenderers pre-qualified to 4B and 3C under the terms of Waka Kotahi NZ Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Philip McConchie, WSP, Philip.Mcconchie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 2761 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan $1,164,300.97",1164301,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,22980561,Request for Tenders,Closed Competition,NZ Cycle Trails Site 70 SH49 Ohakune and Site 76 SH1N Atiamuri,NZTA 2348a,20200716,20200811,20200918,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for NZ Cycle Trail (NZCT) Site 70 SH49 Ohakune and Site 76 SH1N Atiamuri. The Scope of this contract is as described below: The construction of seal widening to meet NZCT guidelines on SH49 near Ohakune and SH1N near Atiamuri. The work comprises of the following activities: Traffic Management Minor Earthworks Pavement construction Chipseal surfacing Traffic services Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP, Amy Vandy (amy.vandy@wsp.com) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 Contract 2348 proposal including price Tender submissions will only be accepted electronically via GETS eTender box.",Awarded,,487570,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23012129,Request for Tenders,Open Competition,SH3 Rapanui Passing Lane and Tongaporutu Intersection,NZTA 2759,20200723,20200825,20201104,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for a passing lane at Rapanui and intersection improvements at the Tongaporutu township. The Contract Works comprise of two sites: Rapanui Passing Lane Earthworks and drainage improvements to allow for widening and realignment of SH3 over an approximate 2.0km length Extension of existing stock underpass for approx 11m Provide a resilient pavement system which includes new pavement construction combined with granular overlay of existing carriageway Installation of new side safety barriers Chip seal surfacing, signage, and markings Planting of specimen trees Identify, protect and provide trench for relocated telecommunication services Installation, maintenance and removal of environmental controls in accordance with conditions of the Resource Consents Adhere to the conditions of site-specific Heritage NZ Authorities which relate to works within an area of heightened archaeological discovery Work with landowner to provide the agreed accommodation works within property agreements The Intersection of SH3/Clifton Road at Tongaporutu Earthworks and drainage improvements to allow for widening of SH3 Provide a resilient pavement system for widened areas Installation of new side safety barriers Chip seal surfacing, signage, and pavement markings Installation, maintenance and removal of environmental controls in accordance with regional plan Adhere to the conditions of site-specific Heritage NZ Authorities which relate to works within an area of heightened archaeological discovery Working with adjacent landowners to minimise disruption Only tenderers pre-qualified to a minimum Level A (4A) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement All tender queries should be directed to: John McKeever - John.Mckeever@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 2759 - Proposal excluding Price - File No 2 NZTA 2759 Price Tender submissions will only be accepted electronically via the GETS eTender Box.",Awarded,,7326441,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23012316,Request for Tenders,Closed Competition,3055 - PENLINK Principals Technical Advisor,3055,20200723,20200819,20201214,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Attached for your reference is the Request for Tender (RFT) Document for the above contract for your reference. Note: Group Inception meeting will be held during the week of Monday 27th July 2020. Interactive Meetings will be held the week commencing Monday 3rd August 2020. Tender closing date is Wednesday 19th August 2020 at 4pm. Do not hesitate to contact the Tenders Secretary, Jo Moses - jo-ann.moses@nzta.govt.nz re any queries you may have. Appreciate if you would email the Tenders Secretary on receipt of this publication.",Not Awarded,"Date: 14th December 2020 Successful Tenderer: GHD Ltd, AUCKLAND - Al Monro Contract Award Amount: $4,435,186.90 Waka Kotahi PM: Grant Tregidga",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23049588,Request for Tenders,Open Competition,Katiki Coast Enhanced Resilience Stage 2,NZTA 2019229,20200731,20200901,20210503,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of rock armouring between the intersections of SH1: Shag Point Road and 300m south of the State Highway One (SH1): Squire Road intersection. Only tenderers pre-qualified to Routine & Minor Works Level B (1B) will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Brett Paterson, by email [brett.paterson@stantec.com] and copy in Jason Forbes [Jason.Forbes@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a Single electronic file in pdf format. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. The files should be named Tender for Contract 2019229, Katiki Coast Enhanced Resilience Stage 2. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,Awarded to Downer NZ,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23069496,Request for Tenders,Open Competition,"SH2, College Road to Silverstream Realignment",NZTA 3261,20200806,20200910,20201113,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,n/a,"This is a Physical Works contract for the realignment of State Highway 2 for a length of approximately 2km south of Pukehou in Hawkes Bay and the installation of drainage culverts within the KiwiRail designation alongside the project. The Contract Works comprise of: Earthworks construction Pavement construction and surfacing Traffic services e.g. markings, signs and delineation Safety barrier Drainage works e.g. culverts, rock rip-rap, and minor drainage path realignment Drainage works within KiwiRail designation e.g. culverts, rock rip-rap, and minor drainage path realignment Landscaping and Fencing Only tenderers pre-qualified to level 4A Construction under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Andrew Quigley, Stantec New Zealand, Address and Andrew.Quigley@stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Please note: Tenders close at 4.00pm on Monday, 31 August 2020. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract Number 3261 - Proposal excluding Price File No 2 Contract Number 3261 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,7515000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23195653,Request for Tenders,Open Competition,Christchurch Southern Motorway Stage 2 Final Surfacing,3381,20200828,20200929,20201027,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of the final coat chipseal, pre-level, epoxy modified open graded porous asphalt surfacing and line marking along the main alignment of the Christchurch Southern Motorway Stage 2 project. The work includes tie-in to the existing SMA surfacing along the route & all traffic management, and environmental compliances to complete the contract works. The Contract Works comprise of: Final coat chipseal Pre-levelling EMOGPA (epoxy modified open graded porous asphalt) Line marking Tie Ins to existing SMA Traffic Management Environmental compliance Only tenderers pre-qualified to Surfacing 2A, 2B Surfacing under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Nick Bristed, AECOM, 2/2 Hazeldean Rd, CHRISTCHURCH 8014, email nick.bristed@aecom.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 3381 - Proposal excluding Price - File No 2 3381 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to FH for a price of $10,704,884.97.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23201865,Request for Tenders,Open Competition,State Highway Structures Management - Gisborne/Hawke's Bay,NZTA 3436,20200901,20200929,20201007,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,n/a,"This is a Professional Services contract for the management of Waka Kotahi NZ Transport Agency (NZTA) structural assets to the level of service and standards required by NZTA. The structural asset comprises: Bridges shall include all structures which directly support vehicle traffic, including culverts and multiple culverts with a total waterway area greater than 3.4M2, critical small culverts with a total waterway area less than or equal to 3.4m2 and all stock underpasses and pedestrian subways. This shall include embankment protection structures and any bridge approach side protection. Geotechnical structures and other significant structures shall include structures within the state highway corridor meeting any of the following criteria: Structures where public safety or critical network function is likely to be significantly affected in the event of failure, irrespective of ownership Structures of high value Structures requiring specialised engineering inspection. Electronic copies of the RFT documentation and relevant forms are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: noeline.askes@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The files should be labelled: File No 1 NZTA 3436 Proposal excluding Price File No 2 NZTA 3436 Price The GETS file upload limit is 50MB. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23217994,Request for Tenders,Closed Competition,Takitimu North Link Stage 1 - Request for Tender,NZTA 3358,20200902,20210225,20210611,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per you Registration of Interest (ROI) Waka Kotahi NZ Transport Agency invites you to submit a Tender for contract NZTA 3358 Takitimu North Links Stage 1. Electronic copies of the documents (excluding the Additional Project Information) are attached to this advertisement, due to the large size the Additional Project Information will be issued via a file share. I will email the link. All tender queries shall be addressed to Bloxam Burnett & Olliver, Level 4, 18 London Street PO Box 9041 Hamilton Attention: Scott Bready email sbready@bbo.co.nz All response to tender queries/clarification will be answered by Notice to Tender which will be emailed directly to the tenderer. Tender submission shall be supplied by an external hard drive. File 1 - Proposal excluding price - single hard drive containing pdf files File 2 - Price - single hard drive containing pdf files",Awarded,Stage 1 Award,73707189,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23285424,Request for Tenders,Open Competition,Bishell & Church Bridge Replacements,3195,20200915,20201006,20201102,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the design and construction of replacement road bridges in Marlborough; Bishell Bridge on Hawkesbury Road and Church Bridge on Church Lane, Wairau Valley township. The Contract Works are comprised of design and construction of two new vehicular structures and one pedestrian bridge, demolition of the existing bridges, and associated construction works (earthworks, pavements, surfacing etc.). Only tenderers pre-qualified to 3A, 3B or 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Frank Westergard by email frank.westergard@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 3195 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Egypt Limited for $471,302.10.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23311904,Request for Tenders,Open Competition,Ahuriri Estuary Bridge Cycleway,2568,20200917,20201020,20201113,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is a physical works contract and involves constructing a precast concrete retaining wall acting as separation between the estuary and the cycleway. Tenders are invited for this contract from contractors pre-qualified to Level C, Bridge Construction. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Graeme Gunn, WSP, Napier. Email: Graeme.gunn@wsp.com or Phone: 06 833 5100 All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,360673,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23315762,Request for Tenders,Closed Competition,SH6/62 Roundabout,3475,20200918,20201013,20201029,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for construction of a single lane roundabout and approaches at the intersection of State Highways 6 and 62 approximately 2.4km North of Renwick. The Contract Works comprise of: Earthworks Drainage infrastructure Pavement and surfacing Signage and line-marking Landscaping Only tenderers pre-qualified to Construction Level C (4C) and Surfacing - Level C (2C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Mitchell Cocking, Aurecon, 93 Cambridge Terrace Christchurch, mitchell.cocking@aurecongroup.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 3475 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to HEB for $2,919,295.24",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23325365,Request for Tenders,Open Competition,SH35 - Mangahauini Sheetpile Wall - Toe Securing 2020-21,NZTA 3399,20200921,20201020,20201113,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C, Bridge Construction. The contract involves securing the toe and clearing vegetation from the existing Mangahauini Sheetpile Wall on SH35 at RP 225/9.45, north of Gisborne. The works include: Installation of grouted tie back anchors, together with associated waler construction Removal and reinstatement of existing riprap Construction of concrete dolosse groynes Removal of vegetation form on and around the sheetpile wall Filling selected lengths of the waler system to the existing upper wall anchorage Electronic copies of the RGT documentation are attached to this advertisement. Please note: Tenders close at 4.00pm on Tuesday, 20 October 2020. All tender queries should be directed to: Graeme Gunn, WSP, Napier. Email: Graeme.gunn@wsp.com; Telephone (06) 833 5100. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available as an addenda. Tender submissions shall be uploaded to GETS eTender box in one file. Note the GETs file upload limit is 50MB. Tenders will only be accepted electronically via the GETs eTender Box. Tenderers should refer to the GSTS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,143028,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23343243,Request for Tenders,Closed Competition,3468 - SH16 Brigham Creek to Waimauku - Stage 1,3468,20200923,20201022,20210928,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The project is located on State Highway 16 from 016-0019-B/6.5 - 016-0019-B/10.4. The Scope of the Contract for the Stage 1 works on State Highway 16 (SH16) between Huapai and Waimauku (extent of site is 3.6kms) and is divided in to three separable portions as follows: SP2001A North Side Works SP2001B South side Works SP2001C Foster Road Turn Around The Scope of the Contract for each separable portion is as described below: Separable Portion 2001A North Side Works include: Site clearance and earthworks; Provide a widened carriageway, markings and signs; New edge barriers will be installed above culverts and on bridge approaches. In various locations existing edge barriers will be required to be removed to allow construction of the contract. Where this occurs new edge barriers will be installed; Intersection layout improvements at SH16/Matua Road and SH16/Joyce Adams Place intersections; Construction of turnaround facilities; Undergrounding of overhead power poles/lines, installation of future proofing ducts for Vector, installation of Chorus and TFN networks; Relocation of gas mains between approximate chainage 198400m to 198760m (other than extent included in Enabling Work Contract); Widening of Berry Bridge; Construction of retaining walls; Kerb and channel drainage systems with piped stormwater networks; Stormwater treatments in the form of swales and stormwater filters; Street Lighting; and Planting and landscaping. Separable Portion 2001B South Side Works include: Site clearance and earthworks; Provide a widened carriageway, markings and signs; New edge barriers will be installed above culverts and on bridge approaches. In various locations existing edge barriers will be r Submissions are to be uploaded to the GETS eTender box in two separate zip files (pdf format) no later than 4:00pm on Monday 12th September 2020 and must clearly reference the contract number 3468. FILE NO. 1: - First zip file will contain the tenderers proposal, excluding the price. - The first zip file must be labelled: File No.1 3468 - Proposal excluding Price FILE NO. 2: - Second zip file will contain the tenderers price. - The second zip file must be labelled: File No.2 3468 Price The file upload limit is 50 MB. Tenderers should refer to the GETS website for instruction on uploading their ROI files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Please forward tender queries to: tenders@resolvegroup.co.nz",Not Awarded,"Email from Remi Cruz - dated Thursday 22nd October 2020 @ 10.29am advised: SH16 Stage 1 Brigham Creek tender has been paused. Richard Quinn, TET Lead, suggested removing this tender from GETS.",0,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23344857,Request for Tenders,Open Competition,SH1S Bluff Highway/Elles Road I/S Improvements,NZTA 3230,20200923,20201103,20210503,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This Contract is for the construction of a new four-legged roundabout at the intersection of State Highway 1 Bluff Highway and Elles Road. The four legs consist of two State Highway legs, Elles Road and an Extension to Lake Street. The State Highway section is between RP926/1.370 and RP926/1.845 with the Extension to Lake Street between RP0.00 and RP0.460. The site consists of 1km of road construction. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Callum Feely, by email [callum.feely@wsp.com] and copy in Jason Forbes [Jason.Forbes@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two electronic files in pdf format. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. The files should be named Tender for Contract NZTA 3230 SH1S Bluff Highway / Elles Road I/S Improvements File [1 / 2]: [Proposal excluding price / Price] Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Prequalification level Construction - Level B (4B)",Not Awarded,Awarded to Fulton Hogan,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23363258,Request for Tenders,Closed Competition,SH 1 Woodend Signalised Pedestrian Crossing,3566,20200930,20201013,20201029,New Zealand Transport Agency,Sole Agency,No,,"This Physical Works contract is for a new signalised pedestrian crossing on State Highway 1 through the Woodend township. The contract includes : the installation of a new signalised crossing and the removal of the existing crossing Roadmarking Asphalt Surfacing Traffic Signals and controller Traffic Signals to be commissioned by 3rd February 2021, for the first day of school Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd 267 High Street Christchurch Central CHRISTCHURCH 8011 Email: Kathryn.collie@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 3566 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd for $370,558.43",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23384310,Request for Proposals,Open Competition,Wakatipu Transport Programme Alliance,3565,20201002,20201029,20210917,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is an Alliance (Professional and Physical Works) contract for the Wakatipu Transport Programme Alliance Waka Kotahi NZ Transport Agency (Waka Kotahi) and Queenstown Lakes District Council (QLDC) intend on entering into an Alliance with a consortium of designers and constructors who have the necessary vision, experience, capacity, understanding and commitment to deliver outstanding outcomes through the Wakatipu Transport Programme Alliance. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Josh von Pein, Principal Procurement Manager, Waka Kotahi josh.von.pein@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in electronic zip files in pdf format. The GETS file upload limit is 50MB. File to be labelled: 3565 Wakatipu Transport Programme Alliance proposal including price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23387909,Request for Tenders,Closed Competition,Tinwald Corridor Improvements Single Stage Business Case,3357,20201005,20201027,20210106,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for the Single Stage Business Case phase of the Tinwald Corridor Improvements project. The Tinwald Corridor Improvements project is part of the NZ Upgrade Programme. The project is focused around the Agnes/Lagmhor intersection but shall review the state highway corridor through Tinwald from the Ashburton Bridge to south of Grahams Road to identify improvements for community access and cycle provisions connecting to the Ashburton Bridge paths. The project scope includes: Investigate Tinwald Corridor from Grahams Road to Ashburton River Bridge through the completion of a Single Stage Business Case (SSBC) for this area, including investigating intersection improvements and connecting pathways (cycle) Confirm best option for safe community access onto and across the state highway, by all modes Electronic copies of RFT documentation are attached to this advertisement. All tender queries should be directed to the tender secretary, by email christchurchtenders@nzta.govt.nz. Include return contract information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in PDF format. The GETS file upload limit is 50MB. The files should be labelled: File No 1 - Contract No 3357 - Proposal, excluding Price; and File No 2 - Contract No 3357 - Price. Tender submissions will only be accepted electronically via the GETS eTender box. Tenders should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in PDF format. The GETS file upload limit is 50MB. The files should be labelled: File No 1 - Contract No 3357 - Proposal, excluding Price; and File No 2 - Contract No 3357 - Price. Tender submissions will only be accepted electronically via the GETS eTender box. Tenders should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to GHD for $349,931.60",349932,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23416947,Request for Tenders,Open Competition,2457 - Future of the Manawatu Gorge,2457,20201006,20201109,20210315,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Future of the Manawatu Gorge project. The scope of the project can be broken into three distinct pieces of work split across two stages: 1) A geotechnical risk assessment to determine those sections of the Manawatu Gorge worth investigating for future access opportunities and those sections which may require permanent closure 2) A single stage business case 3) A management plan for those areas where the road is to be closed and further access cannot be provided Electronic copies of RFT documentation are attached to this advertisement. Please email the tender secretary to receive supporting documentation. A Group Inception meeting will be organised at the Majestic Centre, Wellington between 9:30am 12pm on 13th October 2020. Followed by a site visit to the closed section of SH3 in the Manawatu Gorge on 15th October 2020 and Interactives on the 21st and 22nd October. Register your interest to attend these sessions by email to the tender secretary erin.johnson@nzta.govt.nz. Video footage of the closed section of SH3 in the Manawatu Gorge will be provided along with the RFT documentation. The Group Inception and Interactives will be made available to attend online via Microsoft teams as well in person. All tender queries should be directed to the tender secretary, by email erin.johnson@nzta.govt.nz. Include return contract information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in PDF format. The GETS file upload limit is 50MB. The files should be labelled: File No 1 - Contract No 2457 - Proposal, excluding Price; and File No 2 - Contract No 2457 - Price. Tender submissions will only be accepted electronically via the GETS eTender box. Tenders should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1194967,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23442863,Request for Tenders,Open Competition,BOP Bridge and Structures Maintenance 2020,NZTA 3143,20201012,20201110,20210303,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for maintenance works to existing structures on the state highway network within the Bay of Plenty region. The Contract Works include, but are not limited to: Concrete works (void filling, scour repair, spall repairs, crack repairs, silane coating) Gabion basket and retaining wall repairs Scour remediation and river protection works Rip rap armouring (supply and placement, void filling) Bridge deck expansion joints Culvert invert lining Miscellaneous repairs at bridge and civil structures. The contract contains two separable portions: a) Separable Portion 1 consists of works to be completed during the 2020/21 financial year, ending 30 June 2021. b) Separable Portion 2 consists of provisional works to be added to the Contract in the 2021/2022 financial year, ending 30 June 2022. Separable Portion 2 will be added to the Contract at the sole discretion of the Principal. Only tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 903, TAURANGA, 3140 Attention: Kurt Thomson Kurt.Thomson@Beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf) format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 3143 Price and Non Price Submission Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23482800,Request for Tenders,Open Competition,SH2 Waioeka Gorge HPMV Bridge Strenthening,NZTA 2925,20201021,20201117,20210303,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a physical works contract for the HPMV strengthening of five bridges on State Highway 2 within the Waioeka Gorge between Opotiki and the Gisborne/Bay of Plenty network boundary, as listed below: SH2 Omoko Bridge BSN3180 RS/RP 318/0 SH2 Owhiritoa Stream Bridge BSN3264 RS/RP 318/8.4 SH2 Omaukora Bridge BSN3450 RS/RP 345/0 SH2 Gibson Bridge BSN3505 RS/RP 345/5.48 SH2 Sandys Bridge BSN3538 RS/RP 345/8.78 The contract works include, but are not limited to: Concrete spall repairs and crack injections Externally bonded Fibre Reinforced Polymer (FRP) strengthening to the bridge deck soffit Temporary access and traffic management The contract contains two separable portions: a) Separable Portion 1 consists of works to be completed during the 2020/21 financial year, between December 2020 and March 2021. b) Separable Portion 2 consists of works to be completed during the 2021/22 financial year, between September/October 2021 and March 2022. Only tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 903, TAURANGA, 3140 Attention: Kurt Thomson Kurt.Thomson@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two electronic zip files (pdf) format). The GETS file upload limit is 50 MB. The files should be labelled as: File 1 2925 Non Price Submission File 2 - 2925 Price Submission Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23486479,Request for Tenders,Open Competition,SH5/36 Intersection and Safety Improvements,NZTA 3316,20201020,20201124,20201223,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for SH5 / SH36 Intersection and safety improvements. The Contract Works comprise of: Widening of SH5 between Tarukenga and Ngongotaha to provide for safety treatments including, wide centreline, median barrier, shoulder widening and side barrier in high risk locations Design inputs to complete the detailed design for the SH36/SH5 roundabout upgrade from single lane to dual lane. Construction of new dual lane roundabout at the intersection of SH36 and SH5. The overall scope is split into three sections and is intended to be delivered as three Separable Portions. This contract includes for Separable Portion 1 only with the intention to award potential Separable Portions 2 and 3 to the incumbent contractor subject to performance, funding and programme. Only tenderers pre-qualified to Construction Level A (4A) and Surfacing Level A (2A) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. The Schedule of Prices, Basis of Payment and Traffic Management information will be provided via NTT by the end of the week. All tender queries should be directed to: Manu Taiko c/o Beca Ltd, LV2 Waitomo House 6 Garden Place, Hamilton, Campbell McKegg campbell.mckegg@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 3316, SH5_SH36 Intersection and safety improvements Proposal excluding Price - File No 2 NZTA 3316, SH5_SH36 Intersection and safety improvements Tender Price (pdf format PLUS excel spreadsheet Schedule of Prices) Submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,5710036,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23513832,Request for Tenders,Open Competition,3676 - Whangarei to Wellsford (Central) Professional Services,3676,20201027,20201208,20210408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Safe Network Programme has an objective to save up to 160 deaths and serious injuries every year across New Zealands highest risk state highways and local roads. The $1.31.5 billion investment within the 2018-21 NLTP, signals Waka Kotahi NZ Transport Agencys commitment to making our roads safer. Waka Kotahi wishes to issue release of the Request for Tender to procure two consultant teams for the delivery of the pre-implementation and implementation professional services for the Whangarei to Wellsford central (including Waipu intersections) and southern sections. These safety improvement projects involve the construction of: Median barrier (with associated shoulder widening and turnaround facilities); Roadside barrier; Wide centreline treatments; Intersection improvements. The scope will vary for the project lengths within each section, but could include: Detailed design; Consenting; Support for communications and engagement activities; Support for property acquisition activities; Preparation of physical works tender documents; Tender process management; and Tender evaluator / advisor services. Those wishing to attend the industry briefing on Thursday 29th October at 10am via Teams should provide their nominated person details as soon as possible (refer RFT Section B Clause 1.6.2). Submissions are to be uploaded to the GETS eTender box. Consultants should refer to the GETS website for instructions on uploading their response file (https://www.gets.govt.nz/SupplierUserTenderHelp.htm). Please forward queries to the Tenders Secretary - Jo-Ann Moses at jo-ann.moses@nzta.govt.nz",Awarded,"Contract Awarded to: Aecom Ltd, P O Box 710, CHRISTCHURCH Contact Person: catherine.forrest@aecom.com Contract Award Amount: $4,236,200.00 Contract Award Date (on letter): 23rd February 2021",4236200,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23518015,Request for Tenders,Open Competition,SH27 Mangawhero Bridge Replacement - Request for Tender,NZTA 3443,20201027,20201210,20210126,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for construction of a replacement bridge on the Mangawhero Stream on State Highway 27 approximately 7km south of Matamata. The Contract Works include: An 80m long three span bridge with bottom driven piles, Super T beams and cast in-situ deck; CFA ground improvement; Abutment retaining walls; Stream realignment; Earthworks, including 40,000m3 of material to disposed of off-site; Approximately 10,000m2 of pavement and surfacing; Storm water treatment and attenuation works; Demolition and disposal of the existing bridge; Rehabilitation of the old road alignment and rearrangement of property access; Landscape planting and maintenance. Tenderers are required to be pre-qualified to Waka Kotahi Prequalification Levels 3A and 4A. The lowest, or any tender will not necessarily be accepted. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Bloxam Burnett and Olliver - Nikki Day - email: nday@bbo.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files The GETS file upload limit is 50MB. The files should be labelled: File No 1 NZTA 3443 - Proposal excluding Price File No 2 NZTA 3443 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,7998996,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23564565,Request for Tenders,Open Competition,SH2 Wainui Road to Opotiki Section 1 Safety Improvements,NZTA3640,20201104,20201201,20210303,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of Section 1A safety improvements works on State Highway 2 between the SH2 Wainui Road intersection (Matekerepu Intersection) and Opotiki. Section 1A is approximately 8.15km long between RP 002-0283-2.60 and RP 002-0283-10.7. The Contract Works comprise of: Shoulder widening, Seal Widening, and roadside safety barriers at high risk locations, ATP and signage. The overall corridor is split into three Sections with this contract covering Section 1A. Section 1B (RP 002-0294-0.40 to 5.30) and 1C (RP 002-0294-5.30 to 8.80) are not included in this tender but may be negotiated with the successful tenderer at a later date. Only tenderers pre-qualified to Prequalification level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Manu Taiko c/o Beca Ltd, 32 Harington Street, Tauranga, Kirsten Simpson Kirsten.simpson@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 3640 - Proposal excluding Price - File No 2 NZTA 3640 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23580287,Request for Tenders,Closed Competition,MacKenzie Basin Pull-off Areas : 3784 Pukaki 3785 Tekapo 3786 Burkes Pass 3787 Mt Michael,3784 3785 3786 3787,20201120,20201215,20210225,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi / NZ Transport Agency invites tenders from contractors who responded to the recent ROI. In general the works include shoulder widening type works to introduce passing opportunities and right turn bays, and as such will include relatively minor earthworks and kerb and channels, pavement and sealing activities, and line marking. Specific scope elements include: Earthworks Pavement construction Surfacing Line marking Signage Miscellaneous stormwater and landscaping activities Four separate packages of work will be awarded through this tender process as follows: Package 1: Pukaki Package: Salmon Farm right turn bay, Ruataniwha access improvements, Pukaki right turn bay and Haymans Road carpark extension Package 2: Tekapo Package: Godley Peaks Road right turn bay and Braemar Road intersection improvements Package 3: Burkes Package: Mt Burgess and Burkes Pass seal widening pull-off areas Package 4: Mt Michael Package: Mt Michael Road curve realignment and right turn bay The works and tender evaluation process is further detailed in the tender documents linked to this GETS notice. Tender submissions are to be uploaded to the GETS eTender box in a single file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: SH8, SH79, SH80 Mackenzie Basin Pull-off Areas: Tender Submission Tenderers should refer to the GETS website for instructions on uploading their ROI files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Three contracts were let : Contract 3784 Pukaki Package went to Downer NZ Ltd for $1,109,635.22 Contract 3785 Tekapo Package went to Schick Civil Construction for $630,528.18 Contract 3786 Burkes Pass Package to Fulton Hogan Ltd for $355,280.64 The last package is still to be let Contract 3787 Mt Michael Package. Preferred is Whitestone Contracting",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23581811,Request for Tenders,Open Competition,SH82 Hollands Bridge Replacement,3130,20201109,20201208,20210106,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the SH82 Hollands Bridge Replacement. The Contract Works comprise of: Providing access and traffic management required replacement of the existing structure; Removal of the existing structure; Dewatering of the site and temporary stream diversion; Installation of new box culvert structure, and guardrail; Road construction and sealing; Health & Safety compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method, Pass/Fail on methodology. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: Emma.Wardle@wsp.com. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 3130 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Rooney Earthmoving Ltd at a price of $387,095.67.",387096,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23594500,Request for Tenders,Closed Competition,2898 Regions 7 & 8 Bridge Structural Repairs,,20201110,20201201,20210118,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This project is to carry out structural and erosion repairs to bridges in Regions 7 & 8. Electronic copies of RFT documentation are attached to this advertisement. Please email the tender secretary to receive supporting documentation. All tender queries should be directed to the tender secretary, by email erin.johnson@nzta.govt.nz. Include return contract information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda.",Awarded,,460834,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23600715,Request for Tenders,Closed Competition,Safe Networks Programme - Waikato: Long Life Pavement Marking and Signs,NZTA 3321,20201111,20201208,20201223,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the application of audio tactile profiled (ATP) pavement markings, long-life pavement markings and the manufacture and installation of road signage on the following road corridor sections. SH27-SH26 Tatuanui to Waharoa SH29 Matamata-Piako Boundary to SH28 SH5 Webster Rd to Waiohotu Rd SH5 Waiohotu Rd to Oturoa Rd SH2 Mackaytown to Waikino SH25 Waitakaruru to Kopu A further tender of works (similar nature, different corridors) may be released later this year. Tenderers may submit tenders for both Contracts on the understanding that the two Contracts will not be awarded to the same tenderer. This is to ensure resources are adequate for both Contracts and allow market sharing. Only tenderers pre-qualified to a minimum classification Routine and Minor Works - Level B (1B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All communications and tender queries should be directed to Tania Langley, Tania.Langley@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in one file. The GETS file upload limit is 50MB. The file should be labelled: - File No 1 NZTA 3321 SNP Waikato: Long Life Pavement Marking and Signs Proposal and Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2084038,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23610522,Request for Tenders,Open Competition,SH21 Underpass for Pedestrian / Cycleway,NZTA 2687,20201112,20201215,20210217,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a shared pedestrian/cycle underpass under SH 21 including a ramp and steps at each end of the underpass. The scope of works also include path construction, fencing, guardrail installation and landscaping. The Contract Works comprise of: Earthworks Concrete works Landscaping Drainage Minor electrical installation Minor Pavement and surfacing Only tenderers pre-qualified to Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to Dave Walker - dave.walker@wsp.com WSP Private Bag 3057 Waikato Mail Centre HAMILTON 3240 All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 2687 - Proposal excluding Price - File No 2 NZTA 2687 Price (pdf format PLUS excel spreadsheet Schedule of Prices). Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,3179395,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23633304,Request for Tenders,Open Competition,SH 73 Hoskyns Road Right Turn Bays,3734,20201117,20201208,20210108,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the pavement and surfacing widening of SH73 on the south side at Hoskyns Road over a length of 450 m and installation of right turn bay (RTB) line marking. The Contract Works comprise these main activities include but are not exclusive to: Working around existing underground utility services and/or relocating these laterally Relocation of the existing water race laterally Installation of water race piping for a portion of the relocated water race Installation of a stormwater infiltration basin on Hoskyns Road (south west quadrant) Pavement layers and chipseal of carriageway widening New road marking and signage Installation of three new flag streetlights and electrical supply, by the nominated subcontractor Only tenderers pre-qualified to Road Construction Level C (4C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Grace Ryan Level 3, 138 Victoria Street, CHRISTCHURCH 8013 Grace.Ryan@ghd.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 3734 proposal including price (PDF format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Isaac Construction for $451,966.40.",451966,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23633581,Request for Tenders,Open Competition,North Canterbury Deck Joint Repairs 2020/21,3035,20201117,20201215,20210219,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the repair of deck joints at the following bridges in the North Canterbury region: SH1S Waiau River Bridge (RP 217/0) SH1S Waipara River Bridge (RP 284/0.35) SH7 Shale Peak (Boundary) Stream Bridge (RP 78/2.8) SH73 Porter River Bridge (90/0) SH77 Hororata River Bridge (67/0) SH77 Selwyn River Bridge (79/0) The Contract Works comprise of: Traffic management Access Containment Removal of existing pavement and joint material Reconstruction of bridge deck joints Reinstatement of pavement Only tenderers pre-qualified to Bridge Construction Level A, B or C (3A, 3B or 3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: aaron.kuek@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 3035 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"awarded to Isaac Construction for $322,938.31.",322938,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23639224,Request for Tenders,Closed Competition,Richmond Transport Programme Business Case,3645,20201117,20201208,20210115,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services tender for a transport Programme Business Case (PBC) for Richmond. The tender is closed (three suppliers) and a tender briefing is proposed on Monday 23/11/2020. It is anticipated that the PBC will be undertaken from January 2021 to mid-2021. The key drivers and scope for this programme business case are: Impacts of a growing population and associated access concerns Richmonds urban transformation Changing freight demands and connections to Port of Nelson, Stoke and Nelson Connections to nearby areas such as Wakefield, Brightwater, Mapua and Motueka Access onto SH60 from Richmond West TDCs goal to increase use of alternative transport mode and active modes Determining whether or not to allow Waka Kotahis Hope Bypass designation lapse in 2023 Reconfirm the Richmond Transport Strategic Case completed August 2020 Traffic modelling High level urban design strategy for streets and public spaces (with some land use consideration) Tie in with interfacing studies Early engagement with Iwi and key stakeholders in the project Collection of evidence for identified problems Develop and evaluate the preferred programme Key Stakeholder confirmation of the preferred programme Proposed delivery and monitoring of programme Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 3645 Proposal excluding Price File No 2 - 3645 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Stantec NZ Ltd $270,700",270700,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23658357,Request for Tenders,Open Competition,Structural Bridge Repairs - Gisborne 2020/21,NZTA 3813,20201124,20201222,20210217,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C, Bridge Construction. The contract involves structural bridge repairs on State Highway 2 and State Highway 35 within the Gisborne region. The works include: - Scour protection works to three bridge sites - Concrete repairs to two bridges. Electronic copies of the RFT documentation are attached to this advertisement as an Addenda. All tender queries should be directed to Graeme Gunn, WSP Ltd - Phone 64 6 833 5100 or Graeme.gunn@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETs addenda. Tender submissions shall be uploaded to GETs eTender box in a single zip file. The GETs file upload is 50 MB. The file should be labelled as: File 1 - NZTA 3813 - Proposal including Price. Tender submissions will only be accepted electronically via the GETs eTender box. Tenderers should refer to the GETs website for instructions on uploading their tender submission files http://gets.govt.nz/SupplirUserTenderHelp.htm",Not Awarded,"A NTT that is not relevant to this contract was added in error this morning - please disregard this. Apologies for any confusion. This contract was awarded to Currie Construction (2012) Ltd, on 22 January 2021.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23694110,Request for Tenders,Closed Competition,Safe Networks Programme SH5-SH1 Taupo to Te Haroto - Long Life Pavement Marking and Signs,NZTA 3320,20201127,20201217,20210215,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the application of audio tactile profiled (ATP) pavement markings, long-life pavement markings and the manufacture and installation of road signage on the following road corridor sections. SH5 SH1 Taupo to 2.6km N Iwitahi SH5 N Iwitahi to 1.2km S Matea Rd SH5 1.2km S Matea Rd to Waione Bridge SH5 Waione Bridge to Te Haroto A tender of works (similar nature, different corridors) was released 11th November 2020 (contract number NZTA 3321). Tenderers may submit tenders for both Contracts on the understanding that the two Contracts will not be awarded to the same tenderer. This is to ensure resources are adequate for both Contracts and allow market sharing. Only tenderers pre-qualified to a minimum Level B (1B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Leah Gartner, Leah.Gartner@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 3320 - Proposal excluding Price - File No 2 NZTA 3320 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,All Tenders DECLINED,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23746419,Request for Tenders,Open Competition,SH 77 Blacks Culvert Upgrade,3034,20201208,20210126,20210219,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for installation of an additional box culvert barrel and associated site works at SH77 Blacks Stream Culvert (RP 79/8.22). The Contract Works comprise of: Traffic Management Earthworks Box Culvert Construction Rock Protection Pavement Construction Guardrail Installation Health and Safety and Statutory Requirements Compliance Only tenderers pre-qualified to Bridge Construction Level A, B or C (3A, 3B or 3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: aaron.kuek@wsp.com. Due to the Xmas break, queries received between 22 December and the 11th January may not be answered until after the 11th January. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 3034 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to HEB for $360,599.92",360600,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23786404,Request for Tenders,Open Competition,SH1 Ashburton River Bridge Beam and Joint Repairs,3046,20201217,20210202,20210301,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for repairs to the Ashburton River Bridge located on State Highway 1 (SH1) at RP 430/0.6. The Contract Works comprise of: Temporary Traffic Management; Provision of access to complete the works; Removal, storage and reinstatement of existing seismic linkages as required to enable beam repairs; Repairs to the concrete beam ends; Miscellaneous concrete repairs; Deck joint refurbishment. Only tenderers pre-qualified to Bridge Construction Level A, B or C (3A, 3B or 3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: andrew.bradfield@wsp.com Due to the Christmas break, queries received between the 18th of December and the 11th of January will not be answered until after the 11th January. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 3046 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Contract Awarded to Fulton Hogan Ltd at a price of $457,752.00.",457752,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23793680,Request for Tenders,Open Competition,Rolleston Access Improvements Detailed Business Case,3708,20201221,20210216,20210401,New Zealand Transport Agency,Sole Agency,No,,"This project contains some of the components of the New Zealand Upgrade Programme (NZUP) Canterbury package identified to improve safety, provide better travel choice and support more reliable freight access to and from Rolleston inland ports. The Rolleston Transport Improvements Programme Business Case identified that the large traffic volumes on the corridor and poor interface with local road intersections is resulting in increasing conflicts, safety risk, severance, and reduced liveability and sustainability of Rolleston. This NZUP project is the Crown investment that address those issues along the State Highway corridor. This contract is for the delivery of an approved Detailed Business Case for the NZUP project in Rolleston. This work includes: A new multi-modal transport link (flyover) between the Rolleston Town Centre and Rolleston Industrial Zone, including removal of the existing traffic signals at Hoskyns Road and Rolleston Drive north. Safety improvements at intersections along the SH1 corridor between Hoskyns Road and Walkers/Dunns Crossing Road Rail improvements to connect the Midland line with the Main South Line and reduce shunting activities Following the completion of the business cases, the pre-implementation work for the NZUP project is proposed in two stages, being the at-grade intersection, road and rail elements, and the more complex flyover structure detailed design. There is an opportunity for the successful proponent of this contract to also be considered for the Stage 1 at-grade pre-implementation works for the NZUP project, subject to performance and demonstrating the ability to deliver these works. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: Paul.Teeuwen@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 3708 Proposal excluding Price File No 2 - 3708 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Stantec for $870,787.20.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23811909,Request for Tenders,Open Competition,Walnut Ave Intersection Improvement,3613,20210322,20210511,20210730,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works Contract for the removal of the two existing roundabouts along Walnut Avenue, at West St (SH1) and East St, and the construction of two new signal-controlled intersections. The site is located within the township of Ashburton and the works include, but are not limited to, earthworks, stormwater/drainage works (including stormwater basins), pavement construction and surfacing, utilities, traffic signals, street lighting, signage and marking, landscaping, fencing, rail level crossing, and the demolition of an existing and construction of a new KiwiRail depot. Refer to the Project and NZ Upgrade Programme package websites for more information at: https://www.nzta.govt.nz/projects/walnut-avenue-intersection-improvements/ and https://www.nzta.govt.nz/planning-and-investment/nz-upgrade/canterbury-package/ An online compulsory tender briefing will be scheduled for the week commencing 5 April 2021. Tenderers wishing to submit a tender may only do so if a representative of the tenderers organisation has attended this briefing. The exact time and date of this briefing will be confirmed via a Notice to Tenderers. Only Tenderers pre-qualified to levels 2B and 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender Close: GETS eTender box on Tuesday 11 May 2021 at 4.00pm. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. The files should be labelled: File 1 Contract 3613, Walnut Avenue Intersection Improvement Proposal excluding Price File 2 Contract 3613, Walnut Avenue Intersection Improvement Price Tenderers should refer to the GETS website for instructions on uploading their tender submission files. https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd for $6,439,105.30 .",6439105,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23812212,Request for Tenders,Open Competition,SH30 Kopaki Bridge Replacement,NZTA 2226,20210105,20210225,20210413,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for construction of a replacement bridge over the North Island Main Trunk Rail line and the Paritikona Stream, at Kopaki on SH30 - 24km south of Te Kuiti. The Contract Works include: A 68m long two span skewed bridge with cast in-situ bored piles, Super T beams and cast in-situ deck with electrification protection screens; Abutment retaining walls; Earthworks, including ground improvements; Realignment of SH30 for approx. 100m north of the bridge and 300m south of the new bridge and realignment of Kopaki road for approx. 300m; New private access tracks, New 750mm to 1050mm diameter culverts and a wetland; Demolition and disposal of the existing bridge; Landscape planting and maintenance. Tenderers are required to be pre-qualified to Waka Kotahi Prequalification Levels 3B and 4B. The lowest, or any tender will not necessarily be accepted. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Bloxam Burnett and Olliver For the attention of Brad Hayes - email bhayes@bbo.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 2226 - Proposal excluding Price - File No 2 NZTA 2226 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,12419280,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23834717,Request for Tenders,Closed Competition,3790 - Whangarei to Wellsford (Northern) Construction,3790,20210112,20210304,20210928,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Safe Network Programme has an objective to save up to 160 deaths and serious injuries every year across New Zealands highest risk state highways and local roads. The $1.31.5 billion investment within the 2018-21 NLTP, signals Waka Kotahi NZ Transport Agencys commitment to making our roads safer. Waka Kotahi wishes to issue release of the Request for Tender for the construction of the Whangarei to Wellsford Northern section. This safety improvement project involves the construction of: Road widening with associated drainage works; Turnaround facilities; Median barrier; Roadside barrier; Wide centreline treatments. Those wishing to attend the industry briefing on Friday 15th January 2021 at 11am should provide their nominated person details as soon as possible (refer RFT Section B Clause 1.8.2). Submissions are to be uploaded to the GETS eTender box. Contractors should refer to the GETS website for instructions on uploading their response file (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Decline notice for physical works contract 3790 Whangarei to Wellsford (Northern) On behalf of Waka Kotahi NZ Transport Agency (Waka Kotahi), I thank you for your tender to undertake the above contract work and advise that all tenders have been declined. This project falls within the length of state highway subject to the NZ Upgrade Programme Whangarei to Port Marsden project, which is subject to rescoping. This process is likely to take some months so the difficult decision has been made to decline all tenders. Waka Kotahi received five conforming tenders. As all tenders have been declined, no non-price grades or price range information will be provided. A debrief is being offered the project manager, Anne Reed, will be in touch to arrange this. Yours sincerely",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23837198,Request for Tenders,Open Competition,"Burleigh Roundabout, Blenheim",3559,20210112,20210209,20210301,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of a roundabout at the intersection of New Renwick Road, Richardson Avenue and Battys Road, Blenheim. The works include a new central island with concrete mountable collar and inner berm area, new pavement and surfacing, new kerb and channel, footpath and berm, streetlighting, road marking and associated drainage and utility services works. Only tenderers pre-qualified to Construction Level C (4C) and Surfacing Level C (2C). under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Cardno (NZ) Ltd, 25 Victoria Street, Petone, Lower Hutt 5012, david,beachen@cardno.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 3559 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to CMT Group Ltd for $566,752.88.",566753,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23853623,Request for Tenders,Open Competition,3791 - Whangarei to Wellsford (Northern) MSQA,3791,20210115,20210209,20210928,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Safe Network Programme has an objective to save up to 160 deaths and serious injuries every year across New Zealands highest risk state highways and local roads. The $1.31.5 billion investment within the 2018-21 NLTP, signals Waka Kotahi NZ Transport Agencys commitment to making our roads safer. Waka Kotahi wishes to release the Request for Tender to procure a consultant team for the delivery of the implementation phase professional services for the Whangarei to Wellsford Northern Section. This safety improvement project involves the construction of: Median barrier (with associated shoulder widening and drainage works); Roadside barrier; Wide centreline treatments. Submissions are to be uploaded to the GETS eTender box. Consultants should refer to the GETS website for instructions on uploading their response file (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"12 August 2021 - Decline notice for professional services contract 3791 Whangarei to Wellsford (Northern) - MSQA On behalf of Waka Kotahi NZ Transport Agency (Waka Kotahi), I thank you for your tender to undertake the above contract work and advise that all tenders have been declined. This project falls within the length of state highway subject to the NZ Upgrade Programme Whangarei to Port Marsden project, which is subject to rescoping. This process is likely to take some months so the difficult decision has been made to decline all tenders. Waka Kotahi received three conforming tenders. As all tenders have been declined, no non-price grades or price range information will be provided. A debrief is being offered the project manager, Anne Reed, will be in touch to arrange this.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23856602,Request for Proposals,Open Competition,ART 19-28 Noise disturbance from individual vehicles,4029,20210118,20210226,20210324,New Zealand Transport Agency,Sole Agency,No,,"The purpose of this research is to improve understanding of how transport acoustics assessments can be improved in New Zealand. This increased understanding can then inform measures to reduce community noise exposure through assessment of noise from individual vehicles and determination of appropriate interventions. Key objectives are: identify and quantify disturbing noise from individual vehicles for both existing and proposed new roads, and develop an assessment methodology for the noise impacts of individual vehicles and an approach for determination of interventions required to manage those impacts",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23875528,Request for Tenders,Open Competition,SH41 Hohotaka - Mechanical Stabilised Retaining (MSE) Walls,NZTA 3868,20210121,20210225,20210421,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of two Mechanical Stabilised Retaining (MSE) Walls for the slip repairs located on SH41 near the intersection with Hohotaka Road, SH41 RS 00 RP 10.92 and 11.00, approximately 18km east of Taumarunui. Dimensions of the walls are approximately 27m long and 4.25m high at the western site and 33m long and 4.5m high at the eastern site. The Contract Works comprise of: Earthworks and clearing MSE Walls Guardrail Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Michaela Howard WSP (Michaela.howard@wsp.com) All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 3868 proposal including price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,762498,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23879100,Request for Tenders,Open Competition,SH3 Mokau Sea Wall Repair,NZTA 3319,20210121,20210218,20210223,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for replacement of damaged sections of the existing gabion wall with precast concrete blocks at the SH3 Mokau Sea Wall BSN1565 located at RP 140/16.5. The Contract Works comprise of: Dismantling of existing gabion wall sections Construction of a new retaining wall with precast mass concrete blocks Temporary works including site access, site security and traffic management Environmental compliance and statutory approvals, including works necessary to comply with the resource consent conditions Consultation with affected stakeholders. Only tenderers pre-qualified to Construction Level C (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Leah Gartner, Beca, leah.gartner@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 3319, SH3 Mokau Sea Wall Repair Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,No tender submissions received,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23914959,Request for Tenders,Open Competition,3863 - Structural Bridge Repairs Hawkes Bay 2020/21,3863,20210129,20210223,20210316,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves structural bridge repairs on SH2, SH50 and SH51A within the Hawkes Bay region. The works include: Kerb extension Deck joint repairs Rock rip rap repairs Miscellaneous concrete repairs and maintenance Documents are available from the GETs website.",Awarded,,198000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23915700,Request for Tenders,Open Competition,Purchase and Site Clearance of NCTIR Office - 205 Annex Road,4164,20210129,20210226,20210301,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This tender is for the purchase and site clearance of the North Canterbury Transport Infrastructure Recovery (NCTIR) Office situated at 205 Annex Road, Christchurch. Tenders close at 4pm Friday 26 February 2021. All tender queries should be directed to: Tenders Secretary, email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50MB. The files should be labelled: - Tender for Contract 4164 Purchase and Site Clearance of NCTIR Office - 205 Annex Road Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,No tenders were received.,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23922588,Request for Tenders,Closed Competition,Stoney Creek Bridge SSBC,3172,20210208,20210316,20210504,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for Stoney Creek Bridge Single Stage Business Case.The Projects Works are likely to comprise of the following: Assessment of the current structural condition of the bridge and its LoS. Assessment of cost of major replacement / refurbishment of structural elements including impact on LoS to road users. Assessment of replacing the existing bridge with a new structure that has 2 traffic lanes , associated shoulders and guardrail Development of options in terms of alignment and functional structural form, and buildability. Assessment of potential future requirements such cycle routes/accessibility, and over dimensional route. Potential risk to the existing downstream KiwiRail bridge, of scour and associated hydrology impacts of the location of new piers. Assessment of future hydrology impacts from Climate Change The above list summarises work that is included in the contract. It is provided for general information only and is not necessarily a complete list of all the requirements. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 3172 Proposal excluding Price File No 2 - 3172 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to WSP for $216,471.00",216471,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23953642,Request for Tenders,Open Competition,Structures Management BOP State Highways,NZTA 4056,20210210,20210311,20210401,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Management of bridges and structures on the State Highway Network within the Bay of Plenty. The appointee Consultant will engage with all aspects of ensuring the existing asset is fit for purpose now and into the future and provide information to stakeholders within and external to the NZTA. The contract is for 4 years with two extensions of one year each at the Principals discretion. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Tracee Parr email: tendersecretarytauranga@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The files should be labelled as: File 1 4056 proposal excluding price File 2 4056 price",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23965854,Request for Tenders,Open Competition,Structures Management 2021 Waikato State Highways,NZTA 4057,20210211,20210325,20210813,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Management of bridges and structures on the State Highway Network within the Waikato Region. The appointee Consultant will engage with all aspects of ensuring the existing asset is fit for purpose now and into the future and provide information to stakeholders within and external to Waka Kotahi NZ Transport Agency. The contract is for 4 years with two extensions of one year each at the Principals discretion. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Leanne Ross email: hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files The GETS file upload limit is 50MB. The files should be labelled: File No 1: NZTA 4057 - Proposal excluding Price File No 2: NZTA 4057 - Price (pdf format PLUS excel spreadsheet Schedule of Prices). Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2349036,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23965928,Request for Tenders,Open Competition,West Coast Bridge Barrier Upgrades Package 1,3573,20210212,20210309,20210521,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for bridge and approach barrier upgrades of SH6 Mikonui River Bridge and SH6 Wanganui River Bridge. The Contract Works comprise of: Access and traffic management Site clearing and temporary works Removal of existing timber bridge handrails Concrete kerb extensions Setout, Supply, fabrication and installation of the bridge and approach guardrails Approach shoulder earthworks, pavement construction and road sealing Environmental protection Only tenderers pre-qualified to 4B or 3C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Philip McConchie, WSP NZ Ltd, philip.mcconchie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 3573 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd at a price of $1,073,835.98",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23970265,Request for Tenders,Open Competition,SH1 Safety Improvements Cam River to Tram Road,3413,20210212,20210316,20210507,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works Contract for Safety Improvements to State Highway 1 between Cam River and Tram Road north of Christchurch. The Contract Works comprise of: Assist the Engineer with the confirmation of wire rope safety barrier foundation designs. Identification and survey of existing underground Utility Services. Section 1: SH71 Interchange to Tram Road Wire rope safety barrier along each side of the existing grass median Semi Rigid safety barriers Non-structural pavement widening into the median Four median crossings Texturizing seal on top of DG10 surfacing Structured high-performance road markings, ATP, and signage Section 1: Southbound Ohoka Off-ramp and Ohoka Road Structural pavement widening Semi Rigid safety barriers Signage and road markings Street lighting changes Section 2: Cam River to SH71 Interchange: Wire Rope median safety barrier Semi Rigid safety barrier in the vicinity of Cam River Bridge Structural pavement widening between Cam River and SH71 interchange Structured high-performance road markings, ATP, and signage Street lighting changes at SH71 interchange 2nd coat chipseal applied 12 months following shoulder construction Only Tenderers pre-qualified to Surfacing Level A (2A) and Construction Level A (4A) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a Tender. Electronic copies of the RFT documentation are attached to this advertisement. All Tender queries should be directed to: Manu Taiko c/o Beca Ltd, ANZ Centre, 267 High Street, Christchurch Central, 8011, Peter Lavelle Peter.Lavelle@beca.com All responses to Tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 NZTA 3413, SH1 Safety Improvements Cam River to Tram Road Proposal excluding Price File No 2 NZTA 3413, SH1 Safety Improvements Cam River to Tram Road Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their Tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"awarded to HEB at a tender price of $5,846,429.56",0,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,23990421,Request for Tenders,Closed Competition,SH12 Oparakau Road Underslip Emergency Works,4420,20210217,20210308,20210408,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Waka Kotahi NZ Transport Agency invites Selected Tenderers to tender for this contract CN4220 SH12 Oparakau Road Underslip. Slips have occurred on State Highway 12 at RS 185 RP 6.7 The works are to construct a shear key at the base of the road embankment on both sides and construct a modular block wall to buttress the embankment. The works include but are not limited to pavement reconstruction, drainage, and earthworks Tenders will be evaluated using the Lowest Price Conforming with the following attributes: Relevant Experience Relevant Skills Resources Methodology Price Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Shaun Grieve, WSP Whangarei email: shaun.grieve@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: Tender for Contract CN4220, SH3 Mokau Sea Wall Repair Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Contract Awarded to: United Civil Construction Ltd, P O Box 6113, Otaika, WHANGAREI 0147 Contract Contact Person : james.walsh@unitedcivil.co.nz Contract Award Amount: $422,814.21 Contract Award Date: 22nd March 2021",422814,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24009323,Request for Tenders,Open Competition,SH3 Napier Road,4090,20210222,20210326,20210916,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the pre-implementation phase of the 4090 SH3 Napier Road project. This Professional Services contract is for the detailed design, consenting and management, surveillance and quality assurance phases for the corridor treatments along SH3 Napier Road including the installation of signals at Roberts Line. The scope of this project was identified in the detailed business case which has been supplied as an attachment to the tender documentation. The scope of work includes three key components: Speed management along the corridor through the reduction of speed limits Traffic signals at SH3 Napier Road / Roberts Line/Te Matai Road Walking and cycling facilities including a shared path from Sutton Place to Roberts Line.",Awarded,,535426,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24035445,Request for Tenders,Open Competition,Canterbury ITS and Traffic Signals Maintenance Contract 2021 2024,3949,20210301,20210326,20210715,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the maintenance, renewal and upgrade of ITS CCTV and Traffic Signal Assets in the Canterbury Region (Christchurch, Ashburton, Timaru, and rural Canterbury). ITS CCTV and traffic signal installations in Timaru, Washdyke and Ashburton are included for renewal and upgrade purposes only, preventative maintenance is currently completed by others The Contract Works comprise of: Routine / preventative maintenance of ITS CCTV and Traffic Signal installations within the Canterbury network. The required services are summarised in the Scope of Services. Urgent corrective/ fault management of ITS CCTV and Traffic Signal assets to ensure Wellington Traffic Operation Centre and other partners are supported 24/7. The scope of works includes management of emergencies and faults related to the ITS CCTV and Traffic Signal installations within the Canterbury state highway network. Management of spares required to meet response times for the effective maintenance of the ITS CCTV and Traffic Signal installations within the Canterbury state highway network. Asset data management for all ITS CCTV and Traffic Signal assets in the Canterbury state highway and local authority network. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Nigel Lister (Stantec), PO Box 13249, Christchurch 8141, nigel.lister@stantec.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two electronic zip files. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 3949: Canterbury ITS and Traffic Signals Maintenance Contract Non-Price Attributes excluding price (pdf format) - File 2 Contract 3949: Canterbury ITS and Traffic Signals Maintenance Contract Price and Tender Form (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd for 6,322,399.89.",6322400,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24041804,Request for Proposals,Open Competition,Tolling Systems Replacement Solution - Request for Proposals,4305,20210302,20210408,20220621,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi is seeking proposals for the replacement of the Tolling Systems Solution. This Request for Proposal (RFP) invites suppliers to provide information about modern, fit for purpose technology systems and services that can support Waka Kotahi in the management of toll processing. We are looking for systems that can support: delivery of back office verification, processing and issuance of tolling charges from road toll cameras; and delivery of a customer interface for customer self-service; and additional types of toll ratings and pricing options as may be required This is an opportunity to partner with Waka Kotahi on its journey to make considerable efficiencies in the current tolling environment. The Successful Respondent will have the chance to improve tolling management in New Zealand.",Awarded,,39000000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24042051,Request for Tenders,Open Competition,SH6/8B & SH8B Wooing Tree Roundabouts,4334,20210302,20210401,20211217,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the construction of two roundabouts and an underpass and adjoining section of State Highway in Cromwell, Central Otago. The first roundabout is a three-leg roundabout at the intersection of SH6 and SH8B. The second roundabout is a four-leg roundabout at the intersection of SH8B and Barry Avenue with the fourth leg to the north for the Wooing Tree development. A pedestrian/cycle underpass is to be constructed between the roundabouts to connect to the future development at Wooing Tree and the adjoining SH8B section is to be widened to accommodate a flush median. Electronic copies of the RFT documentation are attached to this advertisement. Tenderers should be qualified to Construction Level C (4C). All tender queries should be directed to: Reece Gibson by email at op.alexandra@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in one electronic file in pdf format. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. The file should be named Tender for Contract NZTA 4334 SH6/8B and SH8B Wooing Tree Roundabouts File [1]: [Proposal including price] Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,7042356,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24051056,Request for Tenders,Open Competition,SH67 Waimangaroa River Bridge Underpinning,4217,20210304,20210323,20210505,New Zealand Transport Agency,Sole Agency,No,,"This Contract is for the upgrade of SH67 Waimangaroa River Bridge Underpinning. The Contract Works package include but are not limited to: Establishment, temporary site access and traffic management; Temporary stream diversion and construction of work platforms in the river channel; Installation of bored piles with permanent steel casings; Preparation of existing pile caps and pier stem walls; Construction of new reinforced concrete pile caps and pier wall extensions; Excavation and cutting and removal of existing piles; Placement of rock protection; Backfilling and disestablishment; Health & Safety compliance This tender will be evaluated using the Lowest Price Conforming (LPC) Method, Pass/Fail on methodology. Only tenderers that are prequalified to classification level 3C for Bridge Construction, under the NZTA Prequalification for Physical Works, may submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: Emma.Wardle@wsp.com. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 4217 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1616876,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24081540,Request for Tenders,Closed Competition,SH1 Kaikoura Coast - SR18 Attenuator Installation - 4033,4033,20210312,20210330,20210521,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for an additional attenuator installation on the slopes above SH1 along the south Kaikoura coastline. (RP 163/5.94 and RP 163/5.955). The Contract Works comprise of: Access and traffic management Site clearing and temporary works Reinforced concrete construction Anchor drilling and installation Attenuator netting installing Attenuator post installation Environmental protection Cultural Monitoring Only tenderers pre-qualified to 4B or 4C under the terms of Waka Kotahi NZ Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Liam Scanlon, WSP, liam.scanlon@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The files should be labelled as: - File 1 NZTA 4033 Proposal Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Accepted Geovert Ltd at $182,544.67.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24127153,Request for Tenders,Closed Competition,4256 SH43 Manawawiri Culvert Replacement,4256,20210324,20210420,20210611,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,SH43 Manawawiri Culvert Replacement,Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24139387,Request for Tenders,Closed Competition,SH30 Camp Whakamaru Resilience Improvements,2699,20210329,20210415,20210427,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a riprap rock retaining wall approximately 10m in length and a new 750mm dia culvert on State Highway 30 near Camp Whakamaru, as follows: Retaining wall is located on SH30 Ongaroto Road between RP86\8815 to 8850 Culvert is located on SH30 Ongaroto Road at RP86\8800 The Contract Works comprise of: Earthworks Culvert Installation Riprap Rock Retaining Wall Traffic Management Environmental Management Only tenderers pre-qualified to 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP NZ Ltd Cnr of Marshall and Williams Streets PAEROA 3600 For the Attention of: Michaela Howard Email: Michaela.howard@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file The GETS file upload limit is 50 MB. The file should be labelled as: File 1 Contract 2699 SH30 Camp Whakamaru Resilience Improvements proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,223587,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24163135,Request for Tenders,Closed Competition,4046 SH43: Safety Improvements - Quick Wins,4046,20210401,20210419,20210628,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,Contract reworked to include seperable portions,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24169676,Request for Tenders,Open Competition,SH73 / Weedons Ross Road Intersection Improvements. Pre- Implementation and Implementation,4346,20210407,20210511,20210528,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for SH73 / Weedons Ross Road Intersection Improvements. Pre- Implementation and Implementation. NZ Transport Agency (NZTA) are proposing improvements to the SH73/Weedons Ross Road intersection in West Melton. It is currently a priority cross-roads intersection with SH73 being the priority movement. West Melton Road joins Weedons Ross Road 20m south of SH73 as a priority T-intersection. A Single Stage Business Case (SSBC) has investigated options and through consultation with the community and key stakeholders has proposed a solution for improving the efficiency and safety of this intersection. The proposed solution provides for; signalising the SH73/Weedons Ross Road intersection. closing the West Melton Road/Weedons Ross Road intersection and terminating West Melton Road with a cul-de-sac. creating a new link road connecting West Melton Road to Weedons Ross Road opposite Kingsdowne Drive with a new roundabout, (approximately 275m south of the SH73/Weedons Ross Road intersection). creating a network of shared paths and footpaths. relocating, protecting, upgrading utilities within the project area including the SDC stockwater races. The purpose of this contract is to engage a consultant to take ownership of the project from the current stage of development and further develop this solution through design to construction completion. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 4346 Proposal excluding Price File No 2 - 4346 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Aecom New Zealand for $798,185.00.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24207877,Request for Tenders,Closed Competition,4454 - Northwestern Bus Improvement Project,4454,20210416,20210513,20210719,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This tender is for the physical works and planning (ECI) of the Northwest Bus Improvement Project. The Northwest Bus Improvement project (Corridor) involves works which includes new bus stops and associated pedestrian facilities at Te Atatu Rd, Lincoln Rd and bus shoulder running along SH16 motorway shoulders (from Westgate to Newton Road). New bus stops and associated facilities at Lincoln Road motorway interchange New bus stops and associated facilities at Te Atatu Road motorway interchange Extension of motorway shoulders on SH16 from Westgate to Newton Road to support bus shoulder running The project is jointly managed by Waka Kotahi and Auckland Transport and is funded by Crown Infrastructure Partners. Design is currently being undertaken by consultants WSP. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 4454 Proposal excluding Price - File No 2 4454 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission (files https://www.gets.govt.nz/SupplierUserTenderHelp.htm). All queries should be directed to: WSP NZ Ltd, Level 3, The Westhaven, 100 Beaumont Street, Auckland 1010 For the Attention of: Kevin Coleman Contract Name: Northwestern Bus Improvement Project Email: Kevin.Coleman@wsp.com Phone: 027 565 0193",Not Awarded,"Contract Awarded to: Fulton Hogan Ltd, 4 Reliable Way, Mt Wellington, AUCKLAND 1060 - Attention : Andrew Strong Contract Award Letter: dated 19th July 2021 Contract Award Amount: $1,909,463.51",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24255182,Request for Proposals,Open Competition,Land Acquisition Resolution Service - RFP,4516,20210503,20210524,20211101,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi and Land Information New Zealand wish to trial a mediation service for property acquisition disputes. This Land Acquisition Resolution Service (LARS) will provide landowners, Waka Kotahi and Land Information New Zealand with mediation, if they have been unable to reach a voluntary agreement for the sale and purchase and/or use of real property required by the New Zealand Upgrade Programme. The Agency is looking for established suppliers who have the capability and experience to deliver an independent mediation service. They need to be able to demonstrate best practice and ensure good record keeping and reporting for assessment of the trial mediation service. This is a unique opportunity to trial a new service which is intended to achieve earlier, faster, more cost effective, non-adversarial and sensitive resolution of specific disputes in a way that is parties centric and reduces stress on landowners. A tender briefing will be held on Teams at 10.30am on Thursday 6th May 2021. Anyone wishing to attend must register by email to wro.contracts@nzta.govt.nz by 4.00pm on Wednesday 5th May 2021 to receive joining details.",Awarded,"Successful supplier(s) name(s) and address(es) FairWay Resolution Limited Level 4 142 Lambton Quay Wellington New Zealand Description of the goods, services or works: An external service provider who procures, trains, pays and manages an independent panel of professional mediators and administers a mediation service. Date the contract/s was awarded: 1 November 2021 Expected term of the contract(s): 1 November 2021 to 30 April 2024 Value of the contract(s) awarded: $1,600,650.00 Procurement process used: Open advertisement Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable): N/A",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24270978,Request for Tenders,Open Competition,2621 - System Management Structures Management - Taranaki/Manawatu,2621,20210505,20210505,20210505,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,Private Bag 11777,"Tenders are invited for Contract NZTA 2621 System Management Structures Management - Taranaki and Manawatu. This Contract covers the structures along State Highways and bridges in Horowhenua District Council area within the Taranaki and Manawatu region. The contract entails the provision of a comprehensive structures management service including inspections, structural assessments, permit technical support, programming, delivering of a range of structural maintenance works, quality control, emergency services and reporting for a maximum period of six years, 4 years plus two one-year extensions at the Principals discretion. Tenders will be evaluated in accordance with the Price Quality Method as detailed in the Waka Kotahi NZ Transport Agency Contract Procedures Manual and Procurement Manual. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Erin Johnson Email: erin.johnson@nzta.govt.nz. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files The GETS file upload limit is 50MB. The files should be labelled: File No 1: NZTA 2621 - Proposal excluding Price File No 2: NZTA 2621 - Price (pdf format PLUS excel spreadsheet Schedule of Prices).",Not Awarded,"Contract 'pulled' from advertising. Inadvertently released. Will be reloaded for tendering at a later date.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24276361,Request for Tenders,Closed Competition,SH38 Murupara Shoulder Widening,NZTA4622,20210506,20210524,20210601,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for widening of the shoulders on the sides of the road corridor along State Highway 38 between Rerewhakaaitu and Murupara to a nominal width of 1m to create a Highland Ride extension to the New Zealand Cycle Trail Network at the following locations: i) SH38-0000/5.95-6.70 (750m in the Southbound direction only) ii) SH38-0000/6.84-7.84 (1000m in both directions) iii) SH38-0000/8.75-9.75 (1000m in both directions) iv) SH38-0000/10.65-11.20 (550m in both directions) The total length of shoulder to be widened is 5850m The Contract Works comprise of: o Minor earthworks o Granular pavement construction including ATP line marking o Storm water drainage Only tenderers pre-qualified to Construction Level 4B under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Jamie Farquhar, Project Manager, WSP, 1105 Arawa Street, Rotorua, 3010 Email: jamie.farquhar@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 4622 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24297045,Request for Tenders,Open Competition,2621 - System Management Structures Management - Taranaki/Manawatu,2621,20210512,20210615,20211116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for Contract NZTA 262 System Management Structures Management - Taranaki and Manawatu. This Contract covers the structures along State Highways and bridges in Horowhenua District Council area within the Taranaki and Manawatu region. The contract entails the provision of a comprehensive structures management service including inspections, structural assessments, permit technical support, programming, delivering of a range of structural maintenance works, quality control, emergency services and reporting for a maximum period of six years, 4 years plus two one-year extensions at the Principals discretion. Tenders will be evaluated in accordance with the Price Quality Method as detailed in the Waka Kotahi NZ Transport Agency Contract Procedures Manual and Procurement Manual. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Erin Johnson Email: erin.johnson@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files The GETS file upload limit is 50MB. The files should be labelled: File No 1: NZTA 2621 - Proposal excluding Price File No 2: NZTA 2621 - Price (pdf format PLUS excel spreadsheet Schedule of Prices).",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24348081,Request for Tenders,Open Competition,New Beaumont Bridge,NZTA 2895,20210525,20210706,20211006,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new two-lane bridge over the Clutha River and associated realigned section of State Highway 8 in Beaumont, approximately 110 km west of Dunedin, RP 401/6.23 to 6.25. The Contract Works comprise of: construction of a new two-lane bridge spanning the Clutha River, site clearance, earthworks and embankment construction, utility diversions and street lighting, drainage, pavement and surfacing construction, vehicle and pedestrian barriers, signage and markings, retaining walls, landscaping, repurposing works to the existing heritage bridge guardrail upgrade to the adjacent Low Burn Bridge Only tenderers pre-qualified to level Bridge Construction (level 3A), Construction (level 4B) under the terms of Waka Kotahis Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to Richard Hilliard, WSP, 197 Rattray Street, Dunedin, richard.hilliard@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 2895 - Proposal excluding Price - File No 2 NZTA 2895 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to HEB Construction on 6 October 2021 for $25,272,739.77",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24373024,Request for Tenders,Open Competition,Transmission Gully Independent Crash Investigator,3879,20210601,20210706,20221007,New Zealand Transport Agency,Sole Agency,No,,"Transmission Gully (TG) is a new approximately 27 km long, median divided dual carriageway motorway connecting SH1 from Mackays Crossing just south of Raumati to Linden near Porirua with four interchanges and two link roads to adjacent road networks. As part of the Transmission Gully PublicPrivate Partnership (PPP) Project Agreement the appointment of an Independent Crash Investigator (ICI) Panel is required. The purpose of the Independent Crash Investigator is to assess Road Crash events as notified by the Contractor, that have resulted in a serious injury or fatality for causal factors and report on their findings concluding the primary and any secondary causes for the crash. This is open tender to New Zealand national market to procure the qualified Independent Crash Investigators. The price is not weighted. Tenderers should refer to the GETS website for instructions on uploading response files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24394331,Request for Tenders,Open Competition,SH39 Mangaotama Superstructure Replacement,4487,20210604,20210701,20210721,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for replacement of the Mangaotama Stream Bridge existing superstructure The Contract Works comprise of: Replacement of the Mangaotama Stream Bridge existing superstructure with a new composite concrete deck and steel girder superstructure on the existing foundations. It is envisaged that the Contractor will utilise full road closure to undertake the superstructure replacement with an Early Completion Bonus incentivising reduced traffic disruption. The Mangaotama Stream Bridge (BSN 330) is located on SH39 approximately 11 km north of Pirongia. The bridge was constructed circa 1961 and comprises a composite single span (15.2m) reinforced concrete deck with castellated steel girders on piled abutments. The works include a Separable Portion to cover the works to be undertaken during the road closure period (SP 1). The Early Completion Bonus would apply only to SP 1. Waka Kotahi recognises current challenges with materials lead times and Contractor committed works. Feedback on the proposed contract dates is welcomed The Contractor will be responsible for any Temporary Works design including but not limited to temporary propping, craneage and confirming adjacent ground conditions for crane foundations and improvements if needed. Only tenderers pre-qualified to Bridge Construction Level A (3A) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Leah Gartner, Beca, leah.gartner@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format) The GETS file upload limit is 50 MB. The file should be labelled as: Tender for Contract NZTA 4487, SH39 Mangaotama Bridge Superstructure Replacement Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,All Tenders Declined,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24427178,Request for Tenders,Closed Competition,3789 - SH4 & SH43 Multi-plate Culverts Re-Lining,3789,20210615,20210720,20210907,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for relining and grouting (slip lining) of existing steel multiplate culverts with GRP or PE sleeves. One site is located on SH43 near Toko, approximately 13.6km east of Stratford. Reinforced concrete ring beams and cutoff walls are also required at the Toko site. Another site is located on SH4 near Raetihi. The work at this site will proceed only if funding is available. Each site will be treated as Separable Portion in terms of NZS 3910 General Conditions of Contract.",Awarded,,899690,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24447042,Request for Tenders,Open Competition,Northland Traffic Counting Professional Services 2021-2024,2772,20210618,20210720,20210823,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This tender is to procure for professional services for traffic counting in Northland. There are currently 82 traffic counting stations in this region. The contract is for a period of three years commencing 01 October 2021 with the potential for 2 one-year extensions (up to a maximum of five years). Traffic counting will consist of the following: Supply and setting up counters on station Verifying accuracy on station Checking counters during count period Terminating count stations Downloading the traffic data from counters Analysing the data for any discrepancy Reporting traffic survey results such as trends and graphs Electronic copies of the Tender documents will be available from Tuesday 22 June 2021, issued via addendum to this advertisement. All tender queries should be directly to the Tender Secretary by email - to hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender Submissions shall be uploaded to GETS eTender box in two separate files, the GETS upload limit is 50MB. File 1 - 2772 Proposal excluding Price File 2 - 2772 Price (PDF format plus excel spreadsheet Schedule of Prices) Tenders close on GETs via the eTender box on Tuesday 20 July 2021 at 4.00pm. Tender submissions will only be accepted electronically via the GETS eTender box.",Not Awarded,"Contract Awarded to WSP, Whangarei (Peter Houba) Acceptance Letter dated 23 August 2021 Award Amount - $510,036.10 Waka Kotahi PM - Kumaran Nair",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24465171,Request for Tenders,Closed Competition,SH76 Wrights Road Overpass Barrier Extension,2019336,20210625,20210727,20211014,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of rigid concrete barrier on SH76 (Christchurch Southern Motorway) at the southern end of the Wrights Road Overpass. The works includes. The Contract Works comprise of: Adjustments to existing, and construction of new safety barriers (concrete and semi rigid) Stormwater drainage (dish channel, sumps and piping) Pavement and surfacing Linemarking, and temporary traffic management Only tenderers pre-qualified to, Construction Level A and Surfacing - Level A, under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Greig Larcombe, WSP, 12 Moorhouse Ave, Christchurch greig.larcombe@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 2019336 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"SP1 Awarded to Downer New Zealand for $243,619.10. SP2 Not awarded.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24465710,Request for Tenders,Open Competition,SH1 Oamaru to Dunedin - Hampden to Palmerston,NZTA 4728,20210624,20210727,20211001,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the design, management, surveillance and quality assurance (MSQA) of safety improvements in the highway corridor, extending from the Hampden southern threshold (RS 01S/618/9.0) to the northern threshold (RS 01S/635/15.2) of the Palmerston township, approximately 22.4km. The Projects Works comprise of the following: Wide centreline 0.5m minimum wherever possible, 1.0m desirable; Roadside barrier at high-risk locations, and Signs and markings delineation upgrade Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Sue OSullivan, by email [sue.osullivan@nzta.govt.nz] and copy in Jason Forbes [Jason.Forbes@nzta.govt.nz]. Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two electronic files in pdf format. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. The files should be named Tender for Contract NZTA 4728 SH1 Oamaru to Dunedin - Hampden to Palmerston File [1 / 2]: [Proposal excluding price / Price] Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1852480,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24478849,Request for Tenders,Open Competition,Homer Tunnel Avalanche Shelter Pre-Implementation and Implementation,3948,20210628,20210803,20210908,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract is for the Pre-implementation and Implementation phases of the Homer Tunnel Avalanche Shelter Pre-Implementation and Implementation. The Professional Services involved include : Structural design of an Avalanche Shelter at the Eastern Portal and related statutory applications Resource, ecological, and related statutory applications Public engagement Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Tenders Secretary, by email [christchurchtenders@nzta.govt.nz] Include return contact information. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate electronic zip files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 3948 Homer Tunnel Avalanche Shelter Pre-Implementation and Implementation - Proposal excluding Price - File No 2 3948 Homer Tunnel Avalanche Shelter Pre-Implementation and Implementation Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to WSP New Zealand Ltd for $1,128,990.",1128990,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24495254,Request for Tenders,Closed Competition,Prebensen Hyderabad Intersection Upgrade,4972,20210701,20210727,20211022,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of approximately 1,100m of 3 metre wide concrete cycle path between Prebensen Drive and Battery Road, adjacent to State Highway 50. The Contract Works comprise of: Earthworks Retaining Wall Construction Drainage Works Concrete Works Pavement and surfacing reinstatement Traffic Services installation Landscaping 2 No. railway/ cycle path crossing points Only tenderers pre-qualified to Construction - Level A or B (4A or 4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Brylee Thomson, WSP Napier, Private Bag 6019, Hawkes Bay Mail Centre, Napier 4142, brylee.thomson@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 4972 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2499333,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24579205,Request for Tenders,Closed Competition,SH1 Wairau Bridge New Cycle Bridge - RFT,4777 - RFT,20210720,20210817,20210930,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Not Awarded,Awarded to Fulton Hogan Ltd,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24636350,Request for Proposals,Open Competition,ART 20/19 Incorporating distributional Impacts in the cost-benefit appraisal framework,5117,20210805,20210907,20211018,New Zealand Transport Agency,On behalf of procurement agent,No,,"Currently the Waka Kotahi, NZ Transport Agency, Monetised benefit and cost manual (MBCM) does not deal adequately with distributional/equity impacts. This study seeks to develop and incorpoate distributional/equity impacts into the Cost-benefit Aanalysis framework. The aims of this research study are: 1. to identify and assess the different types of types of distributional/equity impacts that could arise as a result of transport interventions and initiatives. 2. to develop comprehensive methodologies and techniques so that distributional/equity considerations can be assessed and quantified within a cost-benefit framework. 3. to provide guidance on the forms or types of mitigation policies and measures to address adverse distributional/equity impacts. 4. to apply the methods, techniques and mitigation polices and measures to a suitable case study to be decided in conjunction with the Steering Group.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24702220,Request for Proposals,Open Competition,Driver Licence Production and Processing,4493,20210819,20210927,20220128,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi currently requires the production and delivery to our customers of over 850,000 driver licence cards each year. The cards are: 1. Learner Licence Cards, 2. Restricted Licence Cards, 3. Full Licence Cards, 4. Offender Licence Cards, and 5. Endorsement Identity Cards Waka Kotahi is looking to enter a contractual arrangement for the driver licence production and processing services, with a professional, competent and capable supplier who can provide the most effective, efficient and innovative driver licence production and processing services in terms of cost, time, technical competence and practicality. Delivery of the driver licence production and processing services include: Production of five types of driver licence cards and one identity card Cards to be produced in accordance with the Driver Licence Technical Specifications (which will be provided as part of the open RFP). The ability to deliver appropriate systems and technology to receive secure data transfers and to deliver high-quality driver licence cards with highly accurate name and address matching between driver licence cards and card carrier letters. A high degree of accuracy and security around the production of each diver licence card. The supplier must be able to provide security features on the driver licence card which include a security feature that will alleviate the data on the card from being changed or removed or makes it evident that the card has been tampered with Assist Waka Kotahi in the requirement of processes and systems to meet regulatory requirements and standards. This work includes a digital identity transition programme to include: o Evidence of identity standards being upgraded, o Government expectations for all New Zealand effort and unity of purpose, o Interoperability of digital identity with Australia Deliver and ensure: o Customer have easy and secure access to digital services, o There are adequate controls to prevent identity theft and privacy breaches, o A licensing system that is not vulnerable to exploitation Innovation, future thinking and ability to shift with the transformation to digital as technology enhances Achieving Broader Outcomes with a focus on Environment and Sustainability and Economic and Employment target outcome areas to enhance the public value of these goods and services Suppliers will be given the opportunity to meet and seek clarification on the key objectives of the RFP through Supplier briefings",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24824849,Request for Tenders,Closed Competition,SIP Waikato Roundabouts Professional Services Packages A and B - RFT,5185 and 5186,20210917,20211011,20211104,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Registration of Interest (ROI) Waka Kotahi NZ Transport Agency invites you to submit a Tender for Contracts 5185 SIP Waikato Roundabouts Professional Services Package A & 5186 SIP Waikato Roundabouts Professional Services Package B. Electronic copies of the document(s) are attached to this advertisement. A Group Meeting with registered tenderers is proposed for Wednesday 22nd September 2021 at 1:00 pm via TEAMS. An invitation will be sent to the point of contact as per the ROI submission. Please advise promptly if there is a change in contact person and/or email address for this RfT. All tender queries shall be addressed: The Tenders Secretary Contract: 5185 SIP Waikato Roundabouts Professional Services Package A; and Contract: 5186 SIP Waikato Roundabouts Professional Services Package B Email: Hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenders shall be uploaded to GETS eTender box by Monday 11th October 2021 at 4.00 pm (Closing Date). Hard copy, facsimile (FAX) or electronica (by email) tenders, delivered direct to Waka Kotahi NZ Transport Agency, will not be accepted. Tender submissions will only be accepted electronically in pdf format (noting the Pricing Schedule shall also be submitted as an xls file). Note the file upload limit is 50 MB. The file should be labelled as: Company Name - File No 1 - Contract No 5185 & 5186 - Proposal, excluding Price; and Company Name - File No 2 - Contract No 5185 & 5186 - Price (PDF and Excel) Tender submissions will only be accepted electronically via the GETS eTender box. Applicants should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Gray Matter Ltd - Awarded Contract 5185: SIP Waikato Roundabouts - Package A SH3-Raynes and SH3-4 Te Mapara AECOM NZ - Awarded Contract 5186: SIP Waikato Roundabouts - Package B SH2-27 Mangatarata and SH23-39 Whatawhata",1091230,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24891919,Request for Tenders,Open Competition,5223 Structural Bridge Repairs Hawkes Bay 2021/22,5223,20210930,20211026,20211103,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,"Level 2, 215 Hastings Street, Napier","Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves structural bridge repairs on SH2, SH5, SH38, SH50 and SH51 within the Hawkes Bay region. The works include: Deck joint repairs/replacement Beam bearing repairs Concrete repairs MSE (geogrid) retaining wall reconstruction Bridge vegetation removal / water washing Miscellaneous repairs and maintenance Documents are available from the GETs website.",Awarded,,635041,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24948843,Request for Tenders,Open Competition,"5345 Structural Bridge Repairs, Gisborne 2021/2022",5345,20211012,20211109,20211119,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenders are invited for this contract from contractors prequalified to Level C Bridge Construction. The contract involves structural bridge repairs on SH2, and SH35 within the Gisborne region. The works include: Scour/slope repairs of gabions reno mattresses, rock rip rap Deck joint replacement Drainage improvements Concrete repairs Bridge vegetation removal, water washing and paint touch up work Documents are available from the GETs website.",Awarded,,501160,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24954325,Request for Tenders,Closed Competition,2621 - System Management Structures Management - Taranaki/Manawatu,2621,20211012,20211021,20211116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Tenderers who submitted a proposal for contract NZTA 2621 System Management Structures Management - Taranaki and Manawatu, RFx 24297045 are now invited to provide some clarification and updated information, as per Notice to Tenderer (NTT) 7 issued on 12 October 2021. Tenders will be evaluated in accordance with the original RFP and Waka Kotahi NZ Transport Agency Contract Procedures Manual, using the Price Quality Method. The RFP documentation and previous notices to tenderers 1 to 6 are attached to this advertisement as a reminder and quick reference. The updated programme and additional information that is now requested from tenderers are described in NTT 7, also attached to this advertisement. The requested information shall be uploaded to GETS eTender box in two separate files. The files should be named: File No 1 - Contract No 2621 Clarifications to Proposal, excluding Price; and File No 2 - Contract No 2621 - Price. The files should be uploaded to GETS no later than 4pm, Thursday 21 October 2021. All queries should be directed to: Erin Johnson Email: erin.johnson@nzta.govt.nz",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24981428,Request for Proposals,Open Competition,ART 19/10 The gig economy and road safety outcomes,5459,20211019,20211123,20211220,New Zealand Transport Agency,On behalf of procurement agent,No,,"The purpose of this research is to better understand the road safety implications that are resulting from transport related gig economy work and to understand what is being done in other jurisdictions to mitigate identified risks. The objectives of the research are: a. Provide a summary of international and New Zealand research on the subject of road safety outcomes and the gig economy. b. Identify the socio-technical system factors that relate to the gig economy and road safety outcomes within the New Zealand context. c. Highlight where additional types of data, other than those traditionally used in road safety, might be utilised to better understand the context (e.g. employment court rulings). d. Provide cross-sector recommendations of actions that could be taken to mitigate any negative impacts of the gig economy.",Awarded," Successful proposer: Mackie Research Contract value: $159,320",159932,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24990980,Request for Tenders,Open Competition,SH2 Masterton to Carterton Corridor Improvements - RFT,5088,20211020,20211207,20220303,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction corridor safety improvements works on State Highway 2 between the Masterton and Carterton. The corridor is approximately 8.8km long between RP 002-0883-5.40 and RP 002-0883-14.2. The Contract Works comprise of: Site investigations, pavement widening, edge barriers, median barriers, signs and markings, a turnaround facility and roundabout constructions. Only tenderers pre-qualified to Prequalification level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,24992163,Request for Tenders,Open Competition,Top of the South Structures Maintenance 2021-23,5468,20211020,20211123,20211130,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25004767,Request for Proposals,Open Competition,ART 20/10 The impacts of and the opportunity to provide holistic improvements to fish passage and natural watercourse drainage/crossing assets,5466,20211026,20211126,20220322,New Zealand Transport Agency,On behalf of procurement agent,No,,"To understand the impacts of and the opportunity for land transport to provide holistic improvements to fish passage and our natural watercourse drainage/crossing assets. The objectives of the research are: a. Understand the spatial aspect and scale of fish passage requirements (both number of locations and remedial cost) as it relates to land transport (state highways, local roads, rail). b. Develop a method and tool for the holistic prioritisation of remediation. c. Develop a toolbox of standardised interventions.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25019232,Request for Proposals,Open Competition,ART 21/10 Research to support the application of a risk-based approach to Temporary Traffic Management,5505,20211029,20211202,20220125,New Zealand Transport Agency,Sole Agency,No,,"The purpose of this research is to develop guidance material and/or tool(s) to provide an evidence base to ensure that the move to a risk-based approach to TTM is backed by evidence and that TTM provisions for road worker safety going forward can be evaluated. The objective of this research is to develop a blueprint for: a. Capturing attitudes, behaviours and perceptions of people planning, undertaking and managing the risk of working near live traffic using the risk-based approach. b. Reviewing international and national research around solutions that help solve risk-based safety concerns in TTM sites. c. Working with industry to create guidance material and/or tool(s) to establish and support a consistent approach to evaluating (including developing success metrics that allow for differences in context and other factors that will vary across sites), deciding on what to trial, reporting and presenting case studies where new TTM solutions are trialled, and learnings recorded.",Awarded,"Procurement reference and name: RFP 5505 ART 21/10 Research to support the application of a risk-based approach to Temporary Traffic Management Successful supplier(s) name(s) and address(es) WSP New Zealand Limited 33 The Esplanade, Petone, LOWER HUTT 2040 Description of the goods, services or works Research to provide an evidence base and guidance to ensure that Temporary Traffic Management (TTM) provisions for road worker safety under a risk-based approach can be evaluated. With the aim of ensuring that any move to a risk-based approach to TTM is supported by evidence. Date the contract/s was awarded 25 January 2022 Expected term of the contract(s) Nine months, December 2022 Value of the contract(s) awarded $180,000 Procurement process used Open appointment Exemption from open advertising Not applicable Suppliers New Zealand Business Number (NZBN) 9429039194640",180000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25025739,Request for Tenders,Open Competition,CIP: SH30 Te Ngae Road Rotorua Corridor - Iles Road to Coulter Road - Construction,5363,20211029,20211207,20220401,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for SH30 Te Ngae Road Corridor Iles Road to Coulter Road As part of the Connect Rotorua- Eastern Corridor Upgrade project, Waka Kotahi is undertaking road widening, road rehabilitation, road safety improvements and installing cycle facilities along a 4.7 km section of SH30 Te Ngae Road corridor between Sala Street and the Rotorua Airport. Construction of Stage 1, currently under construction, extends from Sala Street to Iles Road. Stage 2, the subject of this contract, extends from Iles Road to Coulter Road and is programmed to be completed in March 2023. NOTE: An Inception TEAMS meeting has been arranged for 2pm Thursday 04 November 2021. Tenderers are to email the Tender Secretary hamiltontenders@nzta.govt.nz prior to this day so they can be added to the meeting. Only tenderers pre-qualified to Construction level 4A under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Tenders Secretary hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract 5363 - Proposal excluding Price File No 2 Contract 5363 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25085445,Request for Tenders,Open Competition,SH25 Waiwawa and SH39 Whatiwhatihoe Bridge Strengthening,5306,20211112,20211209,20211223,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the live load strengthening of two (2) bridges within the Waikato Region, as listed below: SH25 Waiwawa River Bridge (BSN1477) SH39 Whatiwhatihoe Bridge (BSN458) The contract works involve the strengthening of the bridges for HPMV loading through the installation of shear brackets at the beam/deck interface and below-deck external post-tensioning. Structural maintenance works such as concrete repairs is included in the contract works. SH25 Waiwawa River Bridge is located at route position 143/4.77 and carries SH25 over the Waiwawa River near Coroglen, Coromandel. Constructed circa 1941, the 61m long bridge consists a single lane, 4-span reinforced concrete haunched T-beam superstructure with a cast in-situ deck. SH39 Whatiwhatihoe Bridge is located at route position 43/2.75 on the southern side of Pirongia Township and carries SH39 over the Waipa River. Constructed circa 1950, the 113m long bridge consists of a two lane, 5-span reinforced concrete T-beam superstructure with a cast in-situ deck. The contract contains two separable portions: Separable Portion 1 consists of the Waiwawa River Bridge works with a 100 Working Day period of works and a base estimate of $870,000. Tenderers shall prepare a price and programme for Separable Portion 1 works only. Separable Portion 2 consists of the Whatiwhatihoe Bridge works with a 120 Working Day period of works. Separable Portion 2 are provisional works, which may be added to the Contract at the sole discretion of the Principal. The Principal reserves the right to negotiate the inclusion of Separable Portion 2 work with the successful Tenderer subject to funding, supplier performance and market conditions. Only tenderers pre-qualified to Bridge Construction Level C (3C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Jared Phipps, Beca, jared.phipps@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: - 5306, Bridge Strengthening SH25 Waiwawa & SH39 Whatiwhatihoe",Awarded,,607829,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25130006,Request for Tenders,Open Competition,SH39 Mangaotama Superstructure Replacement - RFT,4487,20211119,20211222,20220201,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for replacement of the SH39 Mangaotama Stream Bridge existing superstructure. The Contract Works comprise of: Replacement of the Mangaotama Stream Bridge existing superstructure with a new composite concrete deck and steel girder superstructure on the existing foundations. It is envisaged that the Contractor will utilise full road closure to undertake the superstructure replacement with an Early Completion Bonus incentivising reduced traffic disruption. The Mangaotama Stream Bridge (BSN 330) is located on SH39 approximately 11 km north of Pirongia. The bridge was constructed circa 1961 and comprises a composite single span (15.2m) reinforced concrete deck with castellated steel girders on piled abutments. The works include a Separable Portion to cover the works to be undertaken during the road closure period (SP 1). The Early Completion Bonus only applies to SP 1. The Contractor will be responsible for any Temporary Works design including but not limited to temporary propping, craneage and confirming adjacent ground conditions for crane foundations and improvements if needed. Only tenderers pre-qualified to Bridge Construction Level A (3A) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Leah Gartner, Beca Ltd email: leah.gartner@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format) The GETS file upload limit is 50 MB. The file should be labelled as: Tender for Contract NZTA 4487, SH39 Mangaotama Bridge Superstructure Replacement Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1194675,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25169947,Request for Tenders,Open Competition,SH1 Piarere to Wairakei Safety Improvement Programme - Package 1,4873,20211125,20220120,20220404,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of 4.2km of wire rope median barrier on SH1 south of Atiamuri to Wairakei (from 01N 0664/11.2 to 01N 0664/15.44) as part of the Speed and Infrastructure Programme. The Contract Works comprise of: Shoulder widening Installation of median and roadside barriers Drainage Signage line marking and ATP Pavement modification Only tenderers pre-qualified to level 4A under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Sarah Evans, Bloxam Burnett & Olliver Ltd, Level 4, 18 London Street, P O Box 9041, Waikato Mail Centre, HAMILTON 3240. sevans@bbo.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 232875.84 - Proposal excluding Price - File No 2 232875.84 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,10910852,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25239323,Request for Tenders,Open Competition,Traffic Monitoring Waikato and Bay of Plenty Professional Services,4601,20211213,20220120,20220216,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Traffic Counting and Traffic Monitoring System Services. The Contract area covers the Waikato (Region 3) and Bay of Plenty (Region 4). Currently there are 252 traffic counting stations in Waikato and Bay of Plenty. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: Hamiltontenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format). The GETS file upload limit is 50MB. The files should be labelled: File No 1 - 4601 Proposal excluding Price File No 2 - 4601 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,615192,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25270582,Request for Tenders,Open Competition,SH 1 Hurunui River Bridge - Bearing and Joint Repairs,5610,20220117,20220215,20220601,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for repairs to the Hurunui River Bridge located on State Highway 1S (SH1S) at RP 247/0. The Contract Works comprise of: Temporary Traffic Management; Provision of access to complete the works; Bridge beam bearing repairs and encasement; Deck joint refurbishment. Only tenderers pre-qualified to Bridge Construction Level A, B or C (3A, 3B or 3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: andrew.bradfield@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 5610 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"No tenders were received. Went to a closed tender process.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25284362,Request for Proposals,Open Competition,ART 21/13 Climate Change: interventions to reduce land transport greenhouse gas emissions economic and behavioural instruments to effect mode change,5847,20220105,20220216,20220330,New Zealand Transport Agency,Sole Agency,No,,"The research seeks to determine: a. how and the extent generalised cost between private vehicles and public transport/active modes need to change for mode shift to occur in our three largest urban areas Auckland, Wellington and Christchurch. b. how to sequence the implementation of effective mode shift measures in our three largest urban areas. The objectives of the research are: a. Assess and determine the generalised costs necessary to facilitate mode shift from cars/light passenger vehicles to public transport and active modes for Auckland, Wellington and Christchurch to reduce GHG emissions. b. Assess the different types of policy instruments that can be used to change the generalised costs between modes for Auckland, Wellington and Christchurch to reduce GHG emissions. c. An assessment of the effectiveness of identified behavioural and economic instruments to reduce GHG emissions and their socio-economic impacts, including equity/distributional impacts in Auckland, Wellington and Christchurch. d. Identify and assess how to sequence mode shift policy instruments to reduce carbon/GHG emissions in Auckland, Wellington and Christchurch. e. Assess the types and quality of public transport that needs to be provided before and after the implementation of road charging/pricing systems in Auckland, Wellington and Christchurch. f. Assess the public transport fare structure that needs to be implemented prior to and after the implementation of road charging/pricing in Auckland, Wellington and Christchurch. g. Quantify the estimated range of GHG emissions of implementing the various policy approaches.",Awarded,"Procurement reference and name: RFP 5847 - ART 21/13 Climate Change: interventions to reduce land transport GHG emissions Successful supplier(s) name(s) and address(es) Principal Economics Limited,Level 17, 55 Shortland Street, AUCKLAND 1010 Description of the goods, services or works Research to determine: a. how and the extent generalised cost between private vehicles and public transport/active modes need to change for mode shift to occur in New Zealands three largest urban areas, b. how to sequence the implementation of effective mode shift measures in our three largest urban areas. Date the contract/s was awarded 30 March 2022 Expected term of the contract(s) 10 Months Value of the contract(s) awarded $400,000 Procurement process used Open appointment Exemption from open advertising Not applicable Suppliers New Zealand Business Number (NZBN) 8065878",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25342938,Request for Tenders,Open Competition,SH2/ Hewletts Road IBC and DBC Professional Services,NZTA 5909,20220126,20220310,20220427,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the completion of an approved SH2/Hewletts Road Indicative Business (IBC) for NZ Transport Agency/Waka Kotahi and local government partners. Waka Kotahi are seeking an experienced and highly competent team that will integrate a fit-for-purpose business case approach, partner and stakeholder collaboration, and innovative thinking to identify and investigate an optimal suite of interventions that will support multi-modal accessibility and throughput within the SH2/Hewletts Rd corridor and surrounding transport network, and support future land use change/ development within the Mt Maunganui/ Eastern Corridor. The team needs to be willing to deal with and manage several complexities to find and assess different options to achieve the desired transport outcomes and support growth in the eastern corridor and western Bay of Plenty. Customer insight will be critical to helping understand the different options and the modal trade-offs that are likely to be required. Collaborating and working mana and tangata whenua, along with key stakeholders will be critical to identify the multimodal solution(s) which could involve transport, land use, and regulatory interventions. Following the completion of the IBC, Waka Kotahi at its discretion reserves the right to negotiate with the Consultant for subsequent development phases arising from the IBC. This work could include subsequent business case phases (detailed business case) and/ or pre-implementation activities. Discretion is subject to timing, funding availability, and the Consultants performance. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: TenderSecretaryTauranga@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 NZTA 5909 Proposal excluding Price File No 2 NZTA 5909 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,568680,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25434706,Request for Proposals,Open Competition,Enterprise bulk communications solution - Request for Proposals,5611,20220218,20220328,20221223,New Zealand Transport Agency,Sole Agency,No,,"Enterprise Bulk Communication Solution RFP We need a smart communication tool to help us create, improve and deliver our automated, high-volume customer communications. Examples you may be familiar with include vehicle licence (rego) reminders, driver licence renewal reminders, and road user charges (RUC) invoices. Were creating approximately 12.6 million of these types of communications (8.4 million posted letters and 4.2 million emails) per year with our current digital platform. We have a growing demand to transition more and more of our communications to an enterprisewide, automated platform. We are looking for credible providers who have the capability, experience and tools to allow us to create and deliver smart communication, as one-offs and in bulk. Youll need to have a good track record in bulk communication creation and delivery, and strong client support.",Awarded,"The agencys name and address NEW ZEALAND TRANSPORT AGENCY (WAKA KOTAHI NZ TRANSPORT AGENCY), Successful supplier(s) name(s) and address(es) SmartComms Limited, Address: 14, 264-278 George Street, Sydney, NSW 2000, Description of the goods, services or works Enterprise Bulk Communications Tool Date the contract/s was awarded 23 Dec 2022 Expected term of the contract(s) 3 years Value of the contract(s) awarded NZD$1.7M Procurement process used Open Tender",1700000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25439742,Request for Proposals,Open Competition,National Telemetry Contract - Request for Proposals,5844,20220221,20220325,20220620,New Zealand Transport Agency,Sole Agency,No,,"The national telemetry contract outlines the operation, maintenance and data delivery of the national telemetry traffic monitoring sites owned by Waka Kotahi New Zealand Transport Agency. This contract encompasses the operation and management of approximately 100 classification traffic monitoring sites. Weigh in Motion sites are out of scope for this contract. A Combined Interactive will be held on Thursday 24th February. Details will be confirmed once tender registrations have been completed.",Awarded,"Waka Kotahi received six conforming tenders. The range of prices of conforming tenders was from $1,457,154 to $2,574,619 excluding GST.",1457154,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25484583,Request for Proposals,Open Competition,Coastal Shipping,,20220301,20220407,20230313,New Zealand Transport Agency,Sole Agency,No,,"The Government Policy Statement on Land Transport 2021/22-2030/31 (GPS) introduces a new coastal shipping activity class. The objectives of the coastal shipping activity class are to: improve the competitiveness of domestic coastal shipping (including increasing coastal shippings freight mode share and the size of the domestic sector), reduce freight sector greenhouse gas emissions enhance resilience. The activity class recognises that the coastal shipping sector is inter-regional/national in nature and the desired outcomes from the activity class are to contribute to resolving inter-regional/national issues, rather than regional/local issues. Through the NLTP, the Waka Kotahi Board have allocated $30 million for coastal shipping activity that can support the objectives of the activity class. We invite applicants to apply for Coastal Shipping funding as part of National Land Transport Programme 2021 -2024 (NLTP 21-24). Market/Supplier Briefing Waka Kotahi will be holding a market/supplier briefing (on MS Teams) on Thursday 3rd March between 1.00-3.00pm. Potential applicants wishing to attend the market/supplier briefing are required to register their interest by 4.00pm Wednesday 2nd March 2022. Please email freight@nzta.govt.nz to register and provide an email address to receive an invitation.",Not Awarded,MOU,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25485420,Request for Tenders,Open Competition,SH1 Cobham Drive / Cambridge Road Intersection Upgrade,5247,20220301,20220426,20220526,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract to upgrade the roundabout controlled intersection to a signalised intersection. The Contract Works comprise altering the existing intersection to operate as a signalised intersection. The new intersection will have pedestrian crossings and a raised platform. Most of the work affecting the live lanes will need to be carried out as night work because of the high traffic volumes and the tenderer must show relevant experience in night work in similar circumstances to be considered further in the evaluation process. The scope of work includes site clearance, pavement removal and new pavement construction, footpath and new fence construction, traffic signals supply, installation and commissioning, temporary traffic management and lighting. Only tenderers pre-qualified to Construction Level 4B and Surfacing Level 2B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Gray Matter PO Box 14178, Hamilton 3252 For the Attention of: Hannah Woods email: Hannah.Woods@graymatter.co.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 5247 - Proposal excluding Price - File No 2 NZTA 5247 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25491565,Request for Tenders,Open Competition,West Coast Bridge Barrier Upgrades - Package 2,4126,20220302,20220329,20220516,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for bridge and approach barrier upgrades of SH6 Moeraki River Bridge and SH6 Whakapohai River Bridge. The Contract Works comprise of: Access and traffic management Site clearing and temporary works Removal of existing bridge handrails Concrete kerb extensions Localised Bridge Widening Setout, Supply, fabrication and installation of the bridge and approach guardrails Approach shoulder earthworks, pavement construction and road sealing Environmental protection Only tenderers pre-qualified to 4B or 3C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Philip McConchie, WSP NZ Ltd, philip.mcconchie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 4126 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Contract Awarded to Fulton Hogan Ltd for $1,525,200.",1525200,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25548683,Request for Tenders,Open Competition,Tauranga Tolling Maintenance Contract,6902,20220316,20220419,20220607,New Zealand Transport Agency,Sole Agency,No,,"The key objective of this procurement activity is to enter into a contractual arrangement with a professional, competent and capable supplier, who can provide an exemplary service to the Waka Kotahi and their customers by managing and maintaining the Tolling assets in Tauranga under the Contract. The Contract Works includes the provision of all labour, plant and materials required to complete the work described in this Maintenance Specification, summarised in the Schedule of Prices, and includes: a) Providing Planned Preventive Maintenance (PPM) on all Tolling assets included in this Contract. b) Monitoring assets included in this Contract 24/7 providing reactive maintenance in accordance with defined service levels. c) Effectively managing stock levels of spare parts in order to meet the requirements of this Contract. This contract has pre-conditions that all tenders must comply with.",Awarded,"Waka Kotahi received three (3) conforming tenders. The range of prices of unsuccessful tenders are from $328,591.00 to $485,310.86 excluding GST.",328591,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25566163,Request for Tenders,Open Competition,SH 73 Weedons Ross Road Intersection Improvements,5944,20220322,20220503,20220530,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Only Tenderers pre-qualified to levels 2B and 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. This is a Physical Works Contract for the installation of traffic signals at the intersection of SH73 and Weedons Ross Road. The work also includes associated highway and local road reconstruction, a new link road between Weedons Ross Road and West Melton Road and a new roundabout on Weedons Ross Road. The site is located within the village of West Melton and the works include, but are not limited to, site clearance earthworks, stock water race piping, stormwater/drainage works (including stormwater basins), pavement construction and surfacing, utilities, traffic signals, street lighting, signage and marking, landscaping and fencing. Refer to the Project and NZ Upgrade Programme package websites for more information at: https://www.nzta.govt.nz/projects/sh73-west-melton-improvements/ and https://www.nzta.govt.nz/planning-and-investment/nz-upgrade/canterbury-package/ Compulsory Tender Inception Meeting An online compulsory tender inception briefing will be held at 10am on Wednesday 30 March 2022. Tenderers wishing to submit a tender may only do so if a representative of the tenderers organisation has attended this briefing. Please email David Spriggs at David.Spriggs@aecom.com to receive a Teams invite to the compulsory meeting. All queries are to be sent to David Spriggs at David.Spriggs@aecom.com. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender Close: GETS eTender box on Thursday 28 April 2022 at 4.00pm. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. The files should be labelled: File 1 Contract 5944, SH73/Weedons Ross Road Intersection Improvements Proposal excluding Price File 2 Contract 5944, SH73/Weedons Ross Road Intersection Improvements Price Tenderers should refer to the GETS website for instructions on uploading their tender submission files. https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan Ltd for $9,635,206.17",9635206,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25571977,Request for Tenders,Closed Competition,2838 Tairawhiti Roading Package Panel - Package 20 - Mohaka Viaduct Ascent SH2,2838 - 20,20220328,20220421,20220518,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a 545m long slow vehicle bay in the southbound direction at the top of the Mohaka Viaduct. This includes a realignment of the road to move away from the at-risk bluff face. The site is located at RP 2 - 562/10.340-11.078, south of Raupunga. The Contract Works comprise of: Earthworks Drainage & Concrete Works Pavement & Surfacing Traffic Services Installation Only tenderers pre-qualified to level A or B (4A or 4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Brylee Thomson, WSP Napier, Private Bag 6019, Hawkes Bay Mail Centre, Napier 4142, brylee.thomson@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 2838 - Proposal excluding Price - File No 2 2838 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,3036838,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25594966,Request for Tenders,Closed Competition,SH6 Haast River Bridge Protective Coating Repairs 2022,4779,20220325,20220412,20220516,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the access, preparation and application of protective coatings to specified areas of steel under truss components at the Haast River Bridge (RP/RS 750/0.00). The Contract Works comprise of: ? Establishment and all temporary traffic management ? Site clearing and temporary works including access ? Locating and protecting services ? Temporary Access / Scaffolding ? Preparation and application of specified coatings on steel components ? Encapsulation and containment of waste material ? Removal of waste material ? Environmental management (including details of previous environmental compliance breaches) ? Maintaining safe access to public and other stakeholders ? All other works indicated, described or implied on the construction drawings or in this Project Specification. Tenderers will require Painting Contractor Certification Program (PCCP) accreditation for coating application works Category 3: Protective Coating, to a minimum Class 3. Accreditation certification must be included in tender submission. Only tenderers pre-qualified to 3C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Rem Markland, WSP New Zealand Ltd, rem.markland@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 4779 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to NSB Infrastructure Ltd for $337,845.36.",337845,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25683339,Request for Tenders,Closed Competition,SH41 Kuratau Hill Underslip Remediation - Construction,6287,20220411,20220503,20220524,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for to undertake Reinforced soil slope construction to remedy an Underslip along SH41 Kuratau. The Contract Works comprise of: Clearing vegetation Earthworks Construction of an MSE wall Installation of new drainage infrastructure Maintenance of existing drainage structures Basic landscaping reinstatement Guardrail works Only tenderers pre-qualified to Prequalification 4C, under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Simon Wilson, WSP Paeroa, simon.wilson@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 6287 Kuratau Hill Underslip Remediation proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,401024,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25735659,Request for Tenders,Open Competition,State Highway 88 Single Stage Business Case,6105,20220428,20220526,20220722,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for Single Stage Business Case (SSBC). The Contract will comprise: Proposal for writing the Single Stage Business Case (SSBC) for SH88 and all accompanying documentation as required in the tender documents. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary by email: sue.osullivan@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 6105 SSBC SH88 Proposal excluding Price File No 2 - 6105 SSBC SH88 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,508595,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25792392,Request for Tenders,Open Competition,SH 75 Halswell Road Improvements Pre-Implementation and MSQA Professional Services,5804,20220513,20220621,20220825,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for NZUP SH75 Halswell Road Improvements. Pre-Implementation and Implementation MSQA. Waka Kotahi is proposing public transport improvements along SH75 Halswell Rd between Curletts Rd and Dunbars Rd. A Detailed Business Case (DBC) has investigated options and through consultation with the community and key stakeholders has proposed a solution for improved public transport efficiency and multi-modal safety through this corridor. The recommended scheme includes: 4.6 lane km of bus lanes along SH75 Halswell Rd between Curletts Rd and Dunbars Rd, part of which are proposed to operate as clearways. New 3m wide shared use paths on both sides of Halswell Road between Dunbars Road and Augustine Drive and a separated bi- direction cycleway between Augustine Drive and Curletts Road 3 new signalised intersections and additional mid-block signalised pedestrian crossing Raised median and removal of uncontrolled right turns. Provision of u-turn manoeuvres at signalised intersections Optimised bus stop locations New shelters, seats and enclosed 4-bay bike lockers at selected stops Electronic copies of the RFT documentation are attached to this advertisement. A Tender Interactive Meeting is scheduled for Tuesday 24 May 2022 as detailed in the RFT. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 5804 Proposal excluding Price File No 2 - 5804 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"awarded to Aurecon New Zealand Ltd with a price of $2,209,744",2209744,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25881058,Request for Proposals,Open Competition,National VMS Supplier Panel,5585,20220601,20220715,20230113,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi is seeking to put in place a panel of experienced suppliers who have the capability and experience to supply Variable Message Signs (VMS) and Lane & Carriageway Signals (LCS) to the current Waka Kotahi specifications (see https://www.nzta.govt.nz/roads-and-rail/intelligent-transport-systems/standards-and-specifications/). The panel of approved suppliers will be expected to provide Waka Kotahi with confidence that the equipment meets Waka Kotahi National VMS and ITS Specifications. This includes demonstrating compliance with requirements of EN 12966:2014 + A1:2018. As well as providing equipment meeting the specification, we require suppliers to have the ability to provide technical support of the hardware with a New Zealand based team. All VMS and LCS electronic signage required for maintenance renewals and for new capital installations will be procured through the Panel.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25899424,Request for Tenders,Open Competition,Otaki River to Taylors Road Shared Path,3407,20220609,20220808,20230203,New Zealand Transport Agency,Sole Agency,No,,"This is a conventional physical works contract by The New Zealand Transport Agency Waka Kotahi. It includes the construction of a shared path along two sections of State Highway 1 (SH1) that will be handed over to Kapiti Coast District Council (KCDC) following the opening of Peka Peka to Otaki (PP2O) Expressway. The two sections of shared path include: The northern path which starts at the new Taylors Road extension onto SH1 and ends close to County Road and incorporates the Waitohu Stream Bridge. The southern path starts at the market car park across from the New World and ends south of the Otaki River Bridge at the new entrance to the rest area. The scope of work will include, but not necessarily limited to: Constructing approximately 1.98km of shared path (asphalt and concrete) varying between 2.0m 3.0m wide Installing two light weight SUP clip-on structures (manufactured and supplied by others) to one side of the Otaki River and Waitohu stream Bridges Constructing independent abutments to support the above clip-on structures Installing new bridge safety barriers on the eastern side of Otaki River and Waitohu Stream Bridges Constructing gabion and timber retaining walls to support the SUP at various locations Access way construction including driveway entrances, vehicle crossings, access tracks Drainage elements including kerb and channel, sumps, soak pits, open drain and so on Light pole relocations & new lighting New signs and markings Tactile pavers and knockdown posts Landscaping Pre-Qualified tenderers only. Only tenderers pre-qualified to Waka Kotahi Bridge Construction level 3A and Construction level 4B or higher under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Tenders Secretary Email: leonard.wiles@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. Tender submissions will only be accepted electronically via the GETS eTender Box. The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract 3407 - Proposal excluding Price File No 2 Contract 3407 Price (pdf format PLUS excel spreadsheet Schedule of Prices)",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25906311,Request for Proposals,Open Competition,ART 21/09 Research to understand the potential effectiveness of different incentive types delivered through Mobility as a Service (MaaS) systems for New Zealand,6524,20220607,20220708,20221019,New Zealand Transport Agency,Sole Agency,No,,"The purpose of this research is to inform a Ministry of Transport and Waka Kotahi policy position on the potential implementation of MaaS platforms in New Zealand. Central to this work is gaining an understanding of the potential for incentives delivered via MaaS to support, for example, mode-shift, emissions reduction, and equitable inclusive access and how this can be achieved The objectives of the research are to understand: a. Where, and to what degree, MaaS trials or deployment have delivered benefits of equity, inclusive access, mode shift, emissions reduction. b. Lessons learned and barriers to implementation (including the model of deployment) from these trials or deployment. c. The types of incentives that could be delivered to users in New Zealand, assuming varying levels of integration in the MaaS platform, including, for example, information-based incentives, competition-based or peer pressure mechanisms or direct financial incentives. d. The potential costs of different incentive types and levels of incentive. e. How effective each of these incentive approaches could be on different demographic groups in New Zealand, including: the level or type of incentive required to make people shift from driving alone to using public transport or other shared passenger services for their usual trips? the level or type of incentive required so that people continue to use a more sustainable mode on a regular basis?",Awarded,"Procurement reference and name RFP 6529 ART 21/09 Research to understand the potential effectiveness of different incentive types delivered through Mobility as a Service (MaaS) systems for New Zealand Successful supplier(s) name(s) and address(es) Trip Convergence, 17/130 Great South Road, Epsom, AUCKLAND 1051 Description of the goods, services or works Research is to inform a Ministry of Transport and Waka Kotahi policy position on the potential implementation of MaaS platforms in New Zealand. Central to this work is gaining an understanding of the potential for incentives delivered via MaaS to support, for example, mode-shift, emissions reduction, and equitable inclusive access and how this can be achieved. Date the contract/s was awarded 19 October 2022 Expected term of the contract(s) 8 months Procurement process used Open advertisement Exemption from open advertising Not applicable Suppliers New Zealand Business Number (NZBN) 9429035511182",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,25999792,Request for Tenders,Open Competition,"4976 - SH1 W2W Central Safety Improvements - Package 1 & 2, Stage 1 Wide Median Installation",4976,20220701,20220705,20220930,NZ Transport Agency - Highways and Network Operations,All of Government,No,n/a,"Please refer to the attached documents for this contract for your reference/action. Queries should be directed to the following email address: tendersAKLand NLD@nzta.govt.nz",Not Awarded,"This was a NOI - contracted has been awarded under main contract to Wharehine Construction Ltd $2,149,821.44",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26008251,Request for Tenders,Closed Competition,"4976 - SH1 Whangarei to Wellsford (W2W) Central Safety Improvements - Package 1 & 2, Stage 1 Wide Median Installation",4976,20220705,20220728,20220930,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Please refer to the attached documents for this contract for your reference/action. Queries should be directed to the following email address: tendersAKLand NLD@nzta.govt.nz We realise there are issues with access to the Drawings and hope to have these uploaded soon.",Awarded,,2149821,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26040010,Request for Proposals,Open Competition,ART 21/22 Maori experiences and expectations of the transport system in Aotearoa New Zealand,6868,20220713,20220816,20221111,New Zealand Transport Agency,Sole Agency,No,,"This research seeks to give expression to the treaty partnership by identifying Maori experiences, expectations and priorities for transport, to inform the development of key agency responses and help build capability within agencies. This research will build on the phase one research report, engage with Maori and work collaboratively with Te Manatu Waka and Waka Kotahi to understand: a. How Maori perceive the transport system in Aotearoa (e.g., as a whole system, a set of infrastructure, a way to get from A to B or something that provides access to opportunity, etc) and why have these perceptions come about? b. How are Maori impacted by the transport system day by day (as Maori, distinct from other factors, positively and negatively and how are these impacts changing over time? c. How are Maori responding to government priorities for transport, such as the road to zero strategy and mode shift? d. What are Maori expectations and priorities for transport, now and in the short, medium, and long-term future? e. What are the gaps between Maori expectations and priorities for transport and their current experiences? f. What are the gaps in data and other evidence that can be used to characterise Maori experiences and impacts on them of the transport system? g. What responses are required to close data and evidence gaps, and how would these responses be prioritised by Maori?",Awarded,"Successful supplier(s) name(s) and address(es) WSP New Zealand Limited Level 9, Majestic Centre 100 Willis Street WELLINGTON 6011 Description of the goods, services or works: This research seeks to give expression to the treaty partnership by identifying Maori experiences, expectations and priorities for transport, to inform the development of key agency responses and help build capability within agencies. This research will build on the phase one research report, engage with Maori and work collaboratively with Te Manatu Waka and Waka Kotahi to understand: a. How Maori perceive the transport system in Aotearoa b. How are Maori impacted by the transport system day by day and how are these impacts changing over time? c. How are Maori responding to government priorities for transport, such as the road to zero strategy and mode shift? d. What are Maori expectations and priorities for transport, now and in the short, medium, and long-term future? e. What are the gaps between Maori expectations and priorities for transport and their current experiences? f. What are the gaps in data and other evidence that can be used to characterise Maori experiences and impacts on them of the transport system? g. What responses are required to close data and evidence gaps, and how would these responses be prioritised by Maori? Date the contract/s was awarded 11 November 2022 Expected term of the contract(s) 12 Months Value of the contract(s) awarded $200,000 Procurement process used Open advertisement Exemption from open advertising Not applicable Suppliers New Zealand Business Number (NZBN) 9429039194640",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26047060,Request for Tenders,Open Competition,SH1 Otaki to Levin Safety Improvements,6581,20220714,20220825,20220920,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The purpose of this project is to make the existing SH1 corridor between Otaki to Levin safer. Once the PP2O expressway is open, motorists will be able to drive from Wellington to Otaki on a four lane divided highway. The existing SH1 needs to be improved to create a safer transition from the new divided highway to the existing undivided highway. We will improve the safety of the existing highway by installing standard safety interventions including; Median barriers Turn around facilities Wide centrelines Side barriers Wider shoulders Signage Markings We are seeking a contractor that shares our road to zero vision, and is prepared to coordinate this project with our neighbouring project partners involved with the PP2O project.",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26049968,Request for Tenders,Open Competition,State Highway Traffic Monitoring (2022-2025) : Otago & Southland,6348,20220714,20220809,20220919,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract comprising of routine traffic counting and inputting into the traffic monitoring systems within Otago/Southland regions (No.13 & 14 respectively) as follows: - Traffic surveys, at defined locations, collection of traffic count data and maintenance & management of counting infrastructure. Quality control of data and uploading into Waka Kotahi NZTAs systems. Managing the contract in accordance with Waka Kotahi NZTAs systems. The Otago & Southland regions will comprise of: Coastal Otago (Dunedin City, Waitaki District and Clutha District) Central Otago (Queenstown Lakes and Central Otago District) Southland (Invercargill City, Gore District and Southland District) Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tenders Secretary by email: [Sue.O'Sullivan@nzta.govt.nz] All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract No 6348 - Proposal, excluding Price; and File No 2 Contract No 6348 Price. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Awarded to Agfirst Consultants Environmental Ltd for $989,982.00",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26145142,Request for Tenders,Open Competition,SH3 Mokau Sea Wall Repair,3319,20220808,20220830,20220907,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for replacement of damaged sections of the existing gabion wall with precast concrete blocks at the SH3 Mokau Sea Wall BSN1565 located at RP 140/16.5. The Contract Works comprise of: Dismantling of existing gabion wall sections Construction of a new retaining wall with precast mass concrete blocks Temporary works including site access, site security and traffic management Environmental compliance and statutory approvals, including works necessary to comply with the resource consent conditions Consultation with affected stakeholders. Only tenderers pre-qualified to Construction Level C (4C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the Request for Tenders documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format) The GETS file upload limit is 50 MB. The file should be labelled as: - Contract 3319 - SH3 Mokau Sea Wall Repair proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,560847,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26184723,Request for Tenders,Open Competition,SH75 Seawall #2 (Duvauchelle) Rock Installation,6165,20220816,20220913,20221018,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for rock installation at Seawall #2 (Duvauchelle) located on State Highway 75 (SH75) at RP 61/9.42. The Contract Works comprise of: Temporary Traffic Management; Rock installation in front of existing wall; Works are in the Coastal Marine Area and Environmental Controls and Resource Consent compliance is an important aspect of these works. Only tenderers pre-qualified to Construction Level A or B (4A or 4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: WSP New Zealand, PO Box 1482, CHRISTCHURCH, email: andrew.bradfield@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 6165 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm.",Awarded,"Awarded to Corde Ltd for $569,934.35",569934,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26222422,Award Notice,Open Competition,Safety Camera System,,20220826,20220826,20220826,New Zealand Transport Agency,Sole Agency,No,,,Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26332658,Request for Tenders,Open Competition,SH3 Te Ara Tutohu: Waitara to Bell Block Safety Improvements Princess Street Roundabout Implementation,6829,20220916,20221108,20230316,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new roundabout at the SH3 intersection with Princess St, including a shared use underpass across SH3. The Contract Works comprise of: a) A new single-lane roundabout at the SH3/Princess St intersection. b) A new shared use underpass across SH3 (including earthworks, approach ramps, retaining walls, CCTV, and lighting). c) Stormwater reticulation. d) A new stormwater treatment swale in Manukorihi Park. e) A stormwater pump station to drain the underpass (including its design). f) Water reticulation. g) Modifications to power, gas and communications network utilities. h) Pavement and surfacing, including unbound granular, concrete and structural asphalt pavement layers. i) Concrete works, including removing existing and constructing new: kerbs, footpaths, shared paths, and traffic islands. j) Earthworks near the SH3/Bayly St intersection. k) Roadside barriers. l) Street lighting. m) Signs and markings. n) Fencing, landscape planting, and reinstatement. Only tenderers pre-qualified to Bridge Construction Level C (3C) and Construction Level B (4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Where the tenderer is not prequalified for one of the above two pre-qualifications, a Subcontractor who does have that prequalification registration shall be included in the tender. Electronic copies of the Request for Tender (RFT) documentation are attached to this advertisement. ALL TENDER QUERIES SHOULD BE DIRECTED THROUGH THE GETS Questions and Answers portal. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract 6829 - Proposal excluding Price - File No 2 Contract 6829 Price (pdf format PLUS MS Excel editable spreadsheet for Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,14831813,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26334205,Request for Tenders,Closed Competition,SH43 Tahora Saddle Retreat Realignment - Implementation,7328,20220914,20221011,20221025,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for realignment of a short (95m) length of SH43 to retreat from a failing retaining wall. The Contract Works comprise of: Earthworks Pavement construction and sealing Drainage Traffic management Only tenderers pre-qualified to 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender (RFT) documentation are attached to this advertisement. ALL TENDER QUERIES should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 7328 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,132685,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26344001,Request for Tenders,Open Competition,SH3 Glenview Bus Hub - Implementation,6780,20220915,20221013,20221104,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for construction of a new bus-hub in Ohaupo Road (SH3), which includes a busbays for 3 bus-stops on either direction (Northbound and Southbound) and associated works. The upgrade will support Waikato Regional Councils planned service improvements for the Comet bus route and future bus services in this area. The Contract Works comprise of: Traffic signals Bus shelters and Street lighting Pavement reconstruction and surfacing Road marking, signage, and street furniture Footpaths and Relocation of kerbs Stormwater works Protection and relocation of services Fencing and Landscaping Only tenderers pre-qualified to level Surfacing Level C (2C) and Construction Level C (4C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 6780 - Proposal excluding Price - File No 2 6780 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1641712,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26367768,Request for Tenders,Open Competition,SIP SH1 Timaru to St Andrews Professional Services,7131,20220922,20221101,20221219,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi invites consultants experienced in the design and delivery of Transportation Infrastructure Projects to tender for the SH1 Timaru to St Andrews Professional Services contract. Companies and suppliers who form part of the Speed and Infrastructure Programme (SIP) consortia, namely 160+ and Manu Taiko, are excluded from tendering this package of work which is being procured through the SIP Healthy Market provision. The SH1 Timaru to St Andrews project is located on the SH1 corridor between Beaconsfield Road and Lyall Road covering a length of 12.6km. The projects objective is to improve road safety on this section through the installation of median and side barriers and will require areas of pavement widening and construction of various turning facilities throughout the corridor section. The Feasibility Phase (carried out by the SIP consortia) has indicated the project elements are likely to include the installation of approx. 11.9km median barrier, 0.6km wide centreline, 5.3km side barrier protection, supported by the construction of several right turn bays, jug handle turnarounds and roundabouts along the route. Waka Kotahi is seeking to procure a supplier for the delivery of the professional services associated with the Pre-Implementation and Implementation phases. This includes detailed design, designation, consenting and statutory approvals, and MSQA services (subject to funding and approval to proceed), building on the work carried out by the SIP consortia during the Feasibility investigations. A Group Inception Meeting will be held at Waka Kotahi Christchurch office on Monday 3rd October 2022 from 10am to 12pm. This will also be available via TEAMs. The GETS file upload limit is 10 MB. The files in pdf format should be labelled as: 7131 SIP SH1 Timaru to St Andrews Non-Price Submission 7131 SIP SH1 Timaru to St Andrews Price Submission Submissions are to be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm.",Awarded,"awarded to Jacobs at a price of $2,820,196.00",2820196,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26372445,Request for Tenders,Open Competition,Weigh Right Programme Ohakea and Mackays Crossing Works Package,7456,20220922,20221116,20230110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Waka Kotahi NZ Transport Agency invites tenders from contractors experienced in the design and construction of weigh-in-motion screening systems and weight enforcement stations. This physical works contract is for construction of the Ohakea and Mackays Weight Enforcement Sites (WES). Each WES comprises pre-screening equipment Weigh-in-motion (WIM) and Automatic Number Plate Recognition (ANPR), Variable Message Signs and a Commercial Vehicle Safety Centre (CVSC - previously called a Weigh Station) comprising a compliance building, weight enforcement and vehicle inspection facilities. Specific scope elements include Construct pavement and foundations for WIM sites (WIM plates and ANPR supplied by others) Construct foundations for and install VMS signs (signs supplied by others) Construct platform for CVSC Construct weigh bridge platform (weighbridge supplied and installed by others) Construct compliance building Construct inspection building (Mackays only) Only tenderers pre-qualified to Construction Level C (4A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions will only be accepted electronically via the GETS eTender Box in electronic files (pdf format). The GETS file upload limit is 50 MB, as per the Instructions for tendering. - File No 1 Contract Number - Proposal excluding Price - File No 2 Contract Number Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,No Tender Submissions Received - Contract to be re-tendered January 2023,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26397288,Request for Tenders,Open Competition,SH6/84 Mt Iron Wanaka Roundabout,7276,20220929,20221101,20221221,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new 5 leg roundabout at the intersection of SH6/SH84 with Riverbank Road, including an entrance to a new development at the base of Mt iron. The Contract Works comprise of: A new single-lane roundabout at the intersection of SH6/SH84 and Riverbank Road. Construction of a new shared path around the periphery of the roundabout. Construction of stormwater management systems including: swales, soak pits, mud tanks and culverts. Relocation and realignment of utility services as required. Pavement and surfacing, including pavement construction, chip seal, AC and structural asphalt pavement layers. Concrete works, including removing existing and constructing new: kerbs, footpaths, shared paths, and traffic islands. Earthworks. Street lighting. Signs and markings. Fencing, landscape planting, and reinstatement. Only tenderers pre-qualified to Construction Level B (4B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender (RFT) documentation are attached to this advertisement. ALL TENDER QUERIES are to be submitted through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract 7276 - Proposal excluding Price - File No 2 Contract 7276 Price (pdf format PLUS MS Excel editable spreadsheet for Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,5154990,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26397874,Request for Tenders,Open Competition,SH2 Takitimu North Link stage 1 - Revocation Programme Business Case,NZTA 7315,20220929,20221103,20230509,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Waka Kotahi requires professional services (investigation, options development & evaluation) for the revocation of the Takitimu North Link Stage 1 using the principals of a Programme Business Case to: 1) determine the future function and form of the old SH2 that is to be revoked; 2) define the fit-for-purpose programme for the function and form as identified in No 1 above; 3) undertake programme level design with cost, risk and benefits (for an untolled and tolled scenario); and 4) clearly set out the next steps and implementation strategy of the recommended programme. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to the Tender Secretary by email: TenderSecretaryTauranga@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 NZTA 7315 Proposal excluding Price File No 2 NZTA 7315 Price Tender submissions will only be accepted electronically via the GETS eTender Box. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,306750,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26399732,Request for Tenders,Open Competition,SH3 Mangapiko and SH39 Mangati Bridge Strengthening,6964,20220930,20221101,20221124,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract the live load strengthening of two (2) bridges within the Waikato Region, as listed below: SH3 Mangapiko Stream Bridge (BSN256) located at route position 16/9.61 Te Awamutu SH39 Mangati Stream Bridge (BSN520) located at route position 43/8.98 south of Pirongia Township The contract works involve the strengthening of the bridges for HPMV loading through the installation of shear brackets at the beam/deck interface and below-deck external post-tensioning. Included in the contract works are concrete repairs and provisional items involving excavation and scour protection works at SH3 Mangapiko Stream Bridge, and FRP strengthening of the deck at SH39 Mangati Stream Bridge. The provisional items may be added to the Contract at the sole discretion of the Principal. The contract contains two separable portions: Separable Portion 1 consists of the SH3 Mangapiko Stream Bridge works with a 100 Working Day period of works and a base estimate of $817,000. Separable Portion 2 consists of the SH39 Mangati Stream Bridge works with a 100 Working Day period of works and a base estimate of $1,006,000. Only tenderers pre-qualified to Bridge Construction Level C (3C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. The Principal is interested in encouraging the growth of local specialist bridge contractor capability in the Waikato. Pre-qualified suppliers may wish to partner with less experienced Waikato-based contractors to deliver the works. Electronic copies of the Request for Tender (RFT) documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. Attention: Jared Phipps, Beca, jared.phipps@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format) The GETS file upload limit is 50 MB. The file should be labelled as: Tender for Contract 6964, SH3 Mangapiko and SH39 Mangati Bridge Strengthening Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1451045,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26417898,Request for Tenders,Open Competition,Region 3 & 4 Structural Maintenance 2022/23 - Package 1,NZTA 6961,20221004,20221101,20221212,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for structural maintenance to existing structures on the state highway network within the Waikato (Region 3) and Bay of Plenty (Region 4) regions. This is the first of two contracts for structural maintenance within Region 3 and 4, with Package 2 being released within the next 2-3 weeks. Sites within this contract are distributed across the Bay of Plenty and eastern portions of the Waikato region. Physical works sites in the second contract are distributed across the Waikato and western portions of the Bay of Plenty region. The Contract Works include, but are not limited to: Concrete works (void filling, scour repairs, spall repairs, crack repairs, silane coating) Erosion protection and retaining wall repairs Tightening/replacement of bolts and nuts on steel structures Bridge joint maintenance Culvert invert relining Miscellaneous repairs at bridges and civil structures. The contract contains two separable portions: a) Separable Portion 1 consists of works to be completed during the 2022/23 financial year, ending 30 June 2023. b) Separable Portion 2 consists of provisional works to be added to the Contract in the 2023/2024 financial year, ending 30 June 2024, which will be added at the sole discretion of the Principal, subject to funding availability and contractor performance. Only tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 903, TAURANGA, 3140 Attention: Kurt Thomson Kurt.Thomson@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf) format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 6961 Proposal including Price Submission Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26458758,Request for Tenders,Open Competition,SH4 Burrells Road - Emergency Works,3682,20221011,20221124,20221205,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for repair and replacement of 2 retaining walls and the minor realignment along 500m of SH4 near Burrell Road The Contract Works comprise of: Earthworks Drainage Retaining walls Pavement and surfacing Temporary traffic management Only tenderers pre-qualified to Level 4 C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA3682 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,392594,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26469599,Request for Proposals,Open Competition,RiverLink Project - Lower Hutt,4989,20221013,20221215,20230426,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Request for Proposals The RiverLink project incorporates transport improvements, including a new Melling Interchange and River Bridge, as well as improved walking, cycling and public transport links. The RiverLink project will result in significant benefits for Lower Hutt, including present and future generations of people living there. Flood protection works will significantly improve the level of protection and resilience provided to Hutt City from flood events that could cause major damage to homes and businesses. The change the project facilitates will aid development along the river, with the city facing Te Awa Kairangi, and making the central city a more vibrant place to be. RiverLink is a partnership of five, with Waka Kotahi NZ Transport Agency (Waka Kotahi), Greater Wellington Regional Council (GW), Hutt City Council (HCC) and iwi mana whenua Taranaki Whanui ki te Upoko o te Ika (Taranaki Whanui) and Ngati Toa Rangatira (Ngati Toa), all working together to transform central Lower Hutt. RiverLink will be contracted using an Alliance contract model. PLEASE REFER TO ATTACHED documentation for full overview of project. All enquiries are to be clearly labelled RiverLink - Request for Proposals and shall be provided to tenders@resolvegroup.co.nz",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26470586,Award Notice,Open Competition,SH5 Piripiri Road Guardrail,7352,20220912,20221006,20221013,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,218702,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26510490,Request for Tenders,Open Competition,SH2 Wainui to Opotiki Section 1B & 1C Safety Improvements,NZTA 7311,20221020,20221124,20230119,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of Section 1B & 1C safety improvements works on State Highway 2 between the SH2 Wainui Road intersection (Matekerepu Intersection) and Opotiki. Section 1B is approximately 4.90km long between RP 002-0294-0.40 and RP 002-0294-5.30. Section 1C is approximately 3.50km long between RP 002-0294-5.30 to RP 002-0294-8.80. The Contract Works comprise of: Shoulder widening, Seal Widening, and roadside safety barriers at high risk locations, ATP, road marking and signage. Only tenderers pre-qualified to Prequalification level 4B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Manu Taiko c/o Beca Ltd, 32 Harington Street, Tauranga, Sam Sherlaw sam.sherlaw@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 7311 Proposal excluding Price - File No 2 NZTA 7311 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26511145,Request for Proposals,Open Competition,"Te Punga, Wellington Accommodation Relocation/Logistics Services",7624,20221020,20221116,20221129,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi have taken a lease at 44 Bowen Street and will be occupying the site in approximately July 2023. Taking a balanced approach and in the interests of sustainability as well as being fiscally responsible, we are looking to relocate as much of the existing furniture fittings and equipment (FFE) that still fits in with our new ways of working and doesnt compromise design intent. We need to move furniture and equipment from 50 Victoria Street / Majestic Centre, Wellington to 44 Bowen Street over approximately 2 6 weeks in a staged manner. The key objective of this procurement activity is to enter a contractual arrangement with a professional, competent, and capable supplier, who can provide successful relocation services. The supplier will have had relocation experience with an organisation of a similar scale to Waka Kotahi. It is expected the services will be delivered in an efficient, organised, professional manor with minimal breakages. The outcome of this procurement is to ensure the service is fit for purpose and offers value for money. Shortlisted suppliers will be asked to undertake a presentation the week commencing 21 November 2022.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26512026,Request for Tenders,Closed Competition,SH41 Pukawa Road Intersection Right Turn Bay Construction,7344,20221020,20221118,20230116,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for SH41 Pukawa Road Intersection Right Turn Bay The site is located on State Highway 41, approximately 70km southwest of Taupo. The scope of the Contract is for the construction of a right turn bay at the intersection of SH41 and Pukawa Road and includes earthworks, pavement and seal widening, pavement marking and signage. Only tenderers pre-qualified to Construction Level D under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 7344 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,426559,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26555549,Request for Tenders,Open Competition,Porirua to Johnsonville Stage 3 (P2J S3),6423,20221031,20221221,20230612,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi NZ Transport Agency are looking for contractors experienced in the construction of Transportation Infrastructure Projects and particularly installation of intelligent traffic systems within high volume strategic roading corridors. The Porirua to Johnsonville - Stage 3 ITS project is a continuation of previous stages of work. Stage 3 is located approximately 1km north of the Tawa Interchange on Statehighway 1 at RS/RP 01N 1058/1.48 and continues north to the jointing chamber (J-001-1275-S) at the southern boundary of Te Ara Nui o Te Rangihaeata RS/RP 01N 1047/10.48. Stage 3 specific scope elements include: Site 1250 - RS/RP 01N 1058/01.17 - A full span gantry with 2x Large motorway VMS and 2x Cameras and northbound maintenance bay and associated cabinetry and traffic counting loops. Site 1260 - RS/RP 01N 1058/0.77 - A Cantilever gantry with 2x LCS and a CCTV camera, northbound maintenance bay, associated cabinetry, traffic counting loops and localised retaining. Site 1275 RS/RP 01N 1047/10.48 - Cabinetry and termination to Te Ara Nui o Te Rangihaeata fibre. Longitudinal infrastructure including ducting for comms and power from RS/RP 01N 1058/1.48 and termination at RS/RP 01N 1047/10.48. Waka Kotahi NZ Transport Agency (Waka Kotahi) may negotiate adding a Stage 4 to the contract works as a variation to this contract, at its sole discretion. A system schematic can be reviewed, see A7 P2J Stage 3 and 4 V11 schematic. VMS, LCS signs and routers as detailed in the tender documentation will be prinicpal supply. This is not a contract to procure further VMS and LCS signs. Please see instructions for tendering; A2 P2J IFT 6423 Stage3_Final, for further details. Submissions are to be uploaded to the GETS eTender box in a single file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: P2J Stage 3 CON#6423 Tenderers should refer to the GETS website for instructions on uploading their files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26564598,Request for Tenders,Open Competition,SH1 Cambridge to Piarere Safety Improvement (Stage 2) South of Fergusson Gully Road,7127,20221102,20221124,20230215,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for median and verge barrier installation, line marking removal and remarking on SH1 South of Fergusson Gully Road, near Cambridge as well as approximately 1.5km of shoulder widening. Only tenderers pre-qualified to Surfacing Level C (2C) and Construction Level B (4B) under the terms of the Highways and Network Operations (HNO) Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 7127 Proposal excluding Price File No 2 7127 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26572084,Request for Proposals,Open Competition,Asset Management Data Standard (AMDS) Multi Modal Network Model,7252,20221103,20221124,20230613,New Zealand Transport Agency,All of Government,No,,"The key objective of this procurement is to enter into contractual arrangements with a professional, competent and capable supplier who will develop a multi modal network model that includes roadway, pathway, cycleway and public transport. The network model will be an open data set that can be accessed and shared without fees or restricted use. This RFP is a two phase procurement process: 1. evaluate proposals and shortlist 2. presentations by shortlisted respondents This contract opportunity was not published in the agencys annual procurement plan",Awarded,"Information to be provided: AMDS Multi Modal Network Model - 7252 The agencys name and address Waka Kotahi NZ Transport Agency 50 Victoria Street Private Bag 6995, Wellington 6141, New Zealand Successful supplier(s) name(s) and address(es) WSP Level 9, Majestic Centre, 100 Willis Street, Wellington, 6011, New Zealand Description of the goods, services or works As part of the Asset Management Data Standard (AMDS) programme (www.nzta.govt.nz/AMDS), it has been identified that a multi modal network should be developed. The approach is to implement the model using open data for creating, developing, and building a link-node polyline that is representative of all routes and base asset types where modes access. This model will become a backbone for increased performance, mode and mode accessibility, and should be scalable for future growth. Date the contract/s was awarded 13 June 2023 Expected term of the contract(s) 24 months with two 12-month renewal options Value of the contract(s) awarded The total maximum charges payable is $3,602,839 Procurement process used Open advertisement Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable) N/A Suppliers New Zealand Business Number (NZBN) (where available) NZBN 94290391946",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26576174,Request for Tenders,Open Competition,Waikato (Region 3) & Bay of Plenty (Region 4) Scour Protection 2022/2023,6963,20221103,20221206,20230118,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for scour remediation works for nine existing structures on the state highway network within the Waikato (Region 3) and Bay of Plenty (Region 4) regions. All structures are in rural locations. SH2 Tuapiro Stream Bridge and SH31 Puti Triple Culvert are in coastal areas and the construction methodology required for these sites will be governed by tidal movements. The Contract Works include, but are not limited to: Traffic Management Temporary works and access Environmental compliance and statutory approvals, including all works necessary to comply with resource consent conditions Rock riprap placement Installation of gabion baskets Rock bag placement Concrete works (void filling and spall repairs) Slope stabilisation The contract contains two separable portions: a) Separable Portion 1 consists of works to be completed during the 2022/23 financial year, ending 30 June 2023. b) Separable Portion 2 consists of provisional unscheduled works to be completed from April 1st 2023, ending 30th November 2023. Separable Portion 2 will be added to the Contract at the sole discretion of the Principal, subject to funding availability and contractor performance. Only tenderers pre-qualified to Construction Level C (4C) and Bridge Construction Level C (3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER QUERIES should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 6963 Proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1503141,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26576663,Request for Tenders,Open Competition,Waikato (Region 3) & Bay of Plenty (Region 4) Structural Maintenance 2022/23 Package 2,6962,20221104,20221206,20230117,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for structural maintenance to existing structures on the state highway network within the Waikato (Region 3) and Bay of Plenty (Region 4) regions. This is the second of two contracts for structural maintenance within Region 3 and 4, with Package 1 released to GETS on 4 October 2022 and closed on 1 November 2022. The Contract Works include, but are not limited to: Concrete works (void filling, scour repairs, spall repairs, crack repairs) Erosion protection and retaining wall repairs Tightening/replacement of bolts and nuts on steel structures Bridge joint maintenance Culvert invert relining Miscellaneous repairs at bridges and civil structures. The contract contains two separable portions: Separable Portion 1 consists of works to be completed during the 2022/23 financial year, ending 30 June 2023. Separable Portion 2 consists of any provisional works that is added to the contract in the 2023/2024 financial year, commencing on 1 July 2023. Any works added is at the discretion of the Principal, subject to funding availability and contractor performance. Only tenderers pre-qualified to Bridge Construction Level C (3C) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER QUERIES should be directed to: Edward Harrison, Beca, edward.harrison@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: Tender for Contract NZTA 6962, Structural Maintenance 2022/2023 Package 2 Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1450761,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26609285,Request for Tenders,Open Competition,SH 1 Bulls to Sanson Pukenui Road Intersection Roundabout Implementation,6441,20221110,20221213,20230411,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new roundabout at the SH1/3 intersection with Pukenui Road. The Contract Works comprise the improvement of the existing SH1/3 and Pukenui Road intersection to a two-lane 3-legged roundabout to provide access to the RNZAF Ohakea Base via Pukenui Road, including: Site clearance and topsoil stripping Road pavement construction Pavement surfacing Line markings Traffic islands Shared path Road signage Services relocation Lighting Landscaping Stormwater improvements Pedestrian Crossings The contract also has the opportunity for additional works depending on funding availability, this are similar in nature to the main project works and within the corridor on SH1/3 between Bulls and Sanson Only tenderers pre-qualified to Level 4B Construction and 2B Surfacing. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to surfacing - level B (2B) and construction level B (4B) or above are eligible to submit a tender. Where the tenderer is not prequalified for one of the above two pre-qualifications, a Subcontractor who does have that prequalification registration shall be included in the tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract 6441- Proposal excluding Price File No 2 Contract 6441 Price (pdf format PLUS MS Excel editable spreadsheet for Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,9752053,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26611781,Request for Tenders,Open Competition,SH26 Kirikiri Stream Bridge Replacement - Implementation,2927,20221110,20230228,20230807,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a physical works contract for the replacement of the existing SH26 Kirikiri Stream Bridge with a new steel tied arch bridge constructed upstream of the existing bridge. The existing Kirikiri Stream Bridge is located on SH26 just south of the intersection of SH25a (Kopu Hikuai Road) and SH26 (between Paeroa and Kopu). The new replacement bridge will require the bridge approaches to be raised. The existing intersection at SH25a/SH26 will be raised and reformed as a permanent roundabout. Due to funding constraints within the current NLTP programme, $9M has been allocated for construction work up to end of June 2024. The remainder of the construction funding required will be available over the following 1.5 to 2 years. The Contract Work includes: Construction of a new floodgate and demolition of the old floodgate. Construction of a new single lane roundabout at the SH26 and SH25A intersection, including approach realignment. Horizontal and vertical realignment of the bridge approaches of State highway 26. Construction of new MSE retaining walls including settlement monitoring. Construction of a new Steel Tied Arch Bridge. Stormwater drainage, lighting, signage and safety barriers. Replacement or relocation of existing utilities including wastewater, water, power and telecoms. Demolition of the existing Kirikiri Stream Bridge. Replacement / reconstruction of property access. Landscape Planting. Only tenderers pre-qualified to Bridge Construction Level 3B and Construction - level 4B and surfacing level 3B under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. NOTE: The Project Specification and Appendices will be issued shortly via Notice to Tenderer. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: 1. File No 1 NZTA 2927 - Proposal excluding Price 2. File No 2 NZTA 2927 Price Tender submissions will only be accepted electronically via the GETS eTender Box.",Not Awarded,All tenders declined,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26647972,Request for Tenders,Open Competition,SH5 Utuhina Stream Bridge Scour Protection,NZTA7502,20221118,20221215,20230310,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for scour protection works to an existing bridge structure on State Highway 5 in Rotorua. The Contract Works include, but are not limited to: Traffic management Environmental compliance Sheet piling works Concrete works Pavement and footpath reinstatement. Only tenderers pre-qualified to Bridge Construction Level 3C and/or Construction Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Beca Ltd PO Box 903, TAURANGA, 3140 Attention: Sam Sherlaw sam.sherlaw@Beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf) format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 7502 Proposal excluding Price File 2 7502 Price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26658162,Request for Tenders,Open Competition,NZUP Otaki to North of Levin Principals Technical Advisor (PTA),7532,20221121,20221216,20230306,New Zealand Transport Agency,Sole Agency,No,,"This is a Request for Tender (RFT) to procure the services of a Principals Technical Advisor (PTA) for the NZUP Otaki to north of Levin project. The scope of the PTA will include: - Procurement function: to support the development of the procurement model and the RFP documentation, and manage the procurement process - Technical function: multi-disciplinary engineering and design support Electronic copies of the RFT documentation are attached to this advertisement. A group inception meeting will be held virtually on Thursday 23 November 2022. Interested tenderers are required to register their intention with the Clients Nominated Person as referenced in this RFT (clause 1.6.4), to receive the meeting invitation.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26702669,Award Notice,Open Competition,SH1 Cobham Drive / Cambridge Road Intersection Upgrade,5427,20220525,20221129,20221129,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,4419179,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26703372,Request for Tenders,Closed Competition,SH 2 Esk River Bridge Strengthening,7602,20221205,20230124,20230213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for strengthening Esk River Bridge on SH2 at RP 626/11.33. The Contract Works comprise of: Installing and grouting steel dowels into holes drilled from the deck surface Installing and epoxy gluing preformed CFRP material into grooves cut into the deck surface over selected piers Crack injection repairs of the concrete superstructure Only tenderers pre-qualified to Bridge Construction level C (3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 7602 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,552049,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26729080,Request for Tenders,Open Competition,Gisborne Structural Bridge Repairs 2022-23,7603,20221209,20230124,20230213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for structural bridge repair works at various locations on SH2 and SH35 in the Gisborne Region. The Contract Works comprise of: Concrete repairs Deck joint renewal Handrail repairs Retaining wall construction Guardrail construction Only tenderers pre-qualified to Bridge Construction level C (3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 7603 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,672557,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26730787,Request for Tenders,Open Competition,SH34 Tarawera River Bridge Walkway and Barrier Replacement,NZTA7530,20221209,20230131,20240130,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for replacement of the Walkway & Barrier on SH34 Tarawera River Bridge. The contract works include, but are not limited to: - Replacement of the steel and timber existing walking with a steel & FRP Walkway - Replacement of timber bridge barriers approach barriers with steel guardrail - Misc civil works (approach ties-ins) The Tarawera River Bridge (BSN 183) is located SH34 at RS/RP 15/3.31 & carries SH34 over Tarawera River near Kawerau, in the BOP. The bridge was constructed circa 1954, the total length of the structure is 55.3m with typical spans measuring 6.15m & end spans measuring 6.12m (including the 1.524m cantilever beyond the abutment piers). Subsequent works were conducted in 1964, whereby the substructure was replaced with concrete filled steel tubes with concrete column extensions, replacement of timber corbels, construction of two piers & removal of the southern footpath from the main bridge deck. Further to this, in 1973 the footpath on the northern side of the bridge was removed to further increase carriageway width and a new cantilevered timber walkway was constructed on the same side. Strengthening of the outer I-beams on Spans 2-8 was conducted in 1983 & timber corbels between the longitudinal beams * pilecap beams were replaced with steel units & additional transverse beams in 2014. Contractor will be responsible for any Temporary Works & Temporary Traffic Management design including but not limited to temporary propping, craneage,confirming adjacent ground conditions for crane foundations & improvements if needed & single lane traffic closure with access to pedestrians & cyclists. Only tenderers pre-qualified to Bridge ConstructionLevel B (3B) under the terms of the Highways & Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf format). The GETS file upload limit is 50 MB. The file should be labelled as: Tender for Contract NZTA 7530, SH34 Tarawera River Bridge Walkway & Barrier Replacement Tender submissions are only accepted electronically via the GETS eTender box. All tender queries directed to: BECA Ltd Level 2 6 Garden Place Hamilton Attn: Vivit Deo",Awarded,,1684339,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26773428,Award Notice,Open Competition,SH1 Desert Road Washouts Emergency Works Construction,7475,20221003,20221003,20221017,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,1712434,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26780252,Request for Tenders,Open Competition,NZUP Brougham Street Professional Services Pre- Implementation and Implementation,6515,20230116,20230228,20230427,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for NZUP Brougham Street Improvements. Brougham Street corridor supports access for many different land-uses, with different movement types, from large people generators such as the Ara Campus, to the light industrial area of Sydenham, schools and churches and residential suburbs to the south. The scope includes: Create a managed lane facility which will be prioritised for multiple occupancy vehicles. Targeted intersection improvements along Brougham Street to reduce the number of incidents Pedestrian and cyclist overbridge joining Collins Street and Simeon Street Traffic signal optimisation at intersections to make it easier and safer to turn on and off the road A shared cycle path along the south side Brougham Street Improved pedestrian crossings and refuges along Brougham St to give people a safe place to wait Urban design and liveability improvements around residential areas Electronic copies of the RFT documentation are attached to this advertisement. A Tender Interactive Meeting is scheduled for 25 January 2023 as detailed in the RFT. All tender queries should be directed to the Tender Secretary by email: christchurchtenders@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 6515 NZUP Brougham Street Improvements Proposal excluding Price File No 2 - 6515 NZUP Brougham Street Improvements Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to GHD for $4,604,635.50",4604636,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26786826,Request for Tenders,Open Competition,Weigh Right Programme Ohakea and Mackays Crossing - Physical Works Package,7456,20230110,20230404,20230808,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"Waka Kotahi NZ Transport Agency invites tenders from contractors experienced in the design and construction of weigh-in-motion screening systems and weight enforcement stations. This physical works contract is for construction of the Ohakea and Mackays Weight Enforcement Sites (WES). Each WES comprises pre-screening equipment Weigh-in-motion (WIM) and Automatic Number Plate Recognition (ANPR), Variable Message Signs and a Commercial Vehicle Safety Centre (CVSC - previously called a Weigh Station) comprising a compliance building, weight enforcement and vehicle inspection facilities. Specific scope elements include Construct pavement and foundations for WIM sites (WIM plates and ANPR supplied by others) Construct foundations for and install VMS signs (signs supplied by others) Construct platform for CVSC Construct weigh bridge platform (weighbridge supplied and installed by others) Construct compliance building Construct inspection building (Mackays only) Only tenderers pre-qualified to Construction Level C (4A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions will only be accepted electronically via the GETS eTender Box in electronic files (pdf format). The GETS file upload limit is 50 MB, as per the Instructions for tendering. - File No 1 Contract Number - Proposal excluding Price - File No 2 Contract Number Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26817780,Award Notice,Open Competition,SH1 Desert Road Emergency Works Reinstatement,7878,20221201,20221208,20221220,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Contract is for the reinstatement of the pavement and W-Section barrier associated with the Emergency Works underslip repairs on the Desert Road, at SH1N 0763/10.750 LHS and SH1N 0763/10.790 LHS.",Awarded,,163083,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26842154,Request for Tenders,Open Competition,Standard Method of Measurement Review and Investigation Works,7813,20230201,20230307,20230505,New Zealand Transport Agency,Sole Agency,No,,"Waka Kotahi aspires to be an exemplar with regards to the development of a Schedule of Quantities SOQ, to ensure a uniform basis for the measurement of Transport Services related civil works which ensures the essentials of good practice and consistency across Transport Services. The Contract will comprise: Professional Services for the Review and Investigation phase for the development of a Waka Kotahi Transport Services Standard Method of Measurement SMOM. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED in writing to ChristchurchTenders@nzta.govt.nz. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in pdf format. The GETS file upload limit is 50MB. The files should be labelled: ? File No 1 - Contract No NZTA Contract No 7813 Pre-Condition Attributes ? File No 2 - Contract No NZTA Contract No 7813 - Proposal, excluding Price ? File No 3 - Contract No NZTA Contract No 7813 - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,189000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26843852,Request for Tenders,Open Competition,SH2 Wainui to Opotiki Section 1B & 1C Safety Improvements,NZTA7311,20230124,20230221,20230310,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of Section 1B & 1C safety improvements works on State Highway 2 between the SH2 Wainui Road intersection (Matekerepu Intersection) and Opotiki. Section 1B is approximately 4.90km long between RP 002-0294-0.40 and RP 002-0294-5.30. Section 1C is approximately 3.50km long between RP 002-0294-5.30 to RP 002-0294-8.80. The Contract Works comprise of: Shoulder widening, Seal Widening, and roadside safety barriers at high risk locations, ATP, road marking and signage. Only tenderers pre-qualified to Prequalification level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Manu Taiko c/o Beca Ltd, 32 Harington Street, Tauranga, Sam Sherlaw sam.sherlaw@beca.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format PLUS excel spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 7311 Proposal excluding Price - File No 2 NZTA 7311 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26892853,Request for Tenders,Open Competition,SH94 Homer Tunnel Professional Services Single Stage Business Case,7913,20230202,20230331,20230602,New Zealand Transport Agency,Sole Agency,No,,"This is a Contract for the provision of Professional Services for preparation of a Single Stage Business Case (SSBC). The project Area comprises of the Homer Tunnel located on SH 94 and its approaches only. It is envisaged that delivery of the business case will cover the following core elements of a SSBC:?? Strategic Case (including background, problems, benefits, evidence gathering, objectives, opportunities, constraints, and strategic outcomes);? Alternative and Option Development (including identification of the recommended option for development, and community and stakeholder engagement feedback);? Recommended Option Development and Assessment, including:? Economic, Financial and Management Cases;? Environmental and Social Responsibility Screen;? Preliminary Geotechnical Appraisal;? Safety in design workshops/reviews;? Final SSBC report? Electronic copies of the RFT documentation are attached to this advertisement.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,26897893,Request for Tenders,Closed Competition,SH2 Whakatiki to Fergusson Drive,8071,20230203,20230224,20230301,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for SH2 Whakatiki Street to Fergusson Drive Safety improvements. The project comprises of centre wire rope median barrier between Whakatiki Street and Fergusson Drive, Upper Hutt. The project forms part of the SIP programme and is funded. The Contract Works comprise of: Centre wire rope barrier Edge barrier Signage Line marking Vegetation removal Only tenderers pre-qualified to Tier 1 under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 8071 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27017755,Request for Tenders,Open Competition,Homer Tunnel Avalanche Shelter,7953,20230306,20230421,20230705,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of a replacement avalanche and rockfall shelter at the east entrance to the Homer Tunnel on State Highway 94 approximately 11km Southeast of Milford Sound, at RP 240/0.00. The Contract Works comprise of: Demolition and removal of the existing avalanche shelter Construction of a new 45m long avalanche shelter Fabrication of significant quantities of precast concrete Earthworks associated with construction of a protective embankment and MSE wall adjacent to the shelter Minor drainage works Minor pavement, surfacing and traffic services Only tenderers pre-qualified to level Bridge Construction (level 3A), Construction (level 4A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. Note the following important dates, Compulsory Tenders Inception Meeting 16 March, Site Visit Tuesday 21 March, for more details see clause 1.7 Key Contract Data in IFT. All tender queries should be directed to: Brandon McHaffie, WSP Opus, 12 Moorhouse Ave, Christchurch, brandon.mchaffie@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 7953 - Proposal excluding Price - File No 2 7953 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Downer NZ Ltd for 14,194,789.14",14194789,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27024394,Request for Tenders,Open Competition,SH43 Kahouri Stream Bridge Replacement,5818,20230302,20230404,20230509,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for construction of a new 57m-long bridge and associated approaches on SH43 approximately 4.6km east of Stratford, Taranaki. The Contract Works comprise of: 2-spans structural steel ladder deck superstructure composite with prestressed and reinforced concrete deck, Bored & cased reinforced concrete piles foundations, Reinforced concrete abutments and pier, 240m of pavement construction and tie-in with existing pavement. Only tenderers pre-qualified to level 3C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 NZTA 5818 - Proposal excluding Price - File No 2 NZTA 5818 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,5616069,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27025607,Request for Tenders,Open Competition,NZUP Tinwald Corridor Improvements PW,7979,20230314,20230509,20230616,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of a new signalised intersection at the SH1 / Lagmhor Road / Agnes Street intersection, upgrade to the existing rail level crossing on Lagmhor Road, and various nearby local road network improvements to promote safe community access across the State Highway. The Contract Works comprise of: site clearance, pavement and surfacing, traffic signals, improved pedestrian and cyclist facilities, drainage, signage and marking, and landscaping Only tenderers pre-qualified to level 2B and 4B under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Only pre-approved KiwiRail contractors may undertake work within the rail corridor. For the works required within this contract the pre-approval requirement has been determined as KiwiRail Tier 1 Civil. A compulsory tender briefing will be scheduled for 23rd March 2023. Tenderers wishing to submit a tender may only do so if a representative of the tenderers organisation has attended this briefing, to be held at GHD offices in Christchurch. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED to Sean Nilsson at sean.nilsson@ghd.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda . Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 7979 - Proposal excluding Price - File No 2 7979 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to Fulton Hogan for $4,816,318.69",4816319,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27064526,Request for Tenders,Open Competition,3468 - SH16 Brigham Creek to Waimauku Stage 1 Safety Improvements - IFT,3468,20230310,20230316,20230626,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"We are uploading this contract again as the closing date is Thursday 16th March 2023 at 4:00pm. The focus of SH16 Brigham Creek to Waimauku project, is to improve safety in the area which will improve the wider transport networks efficiency. To make SH16 safer between Huapai and Waimauku, were looking at making a number of improvements as part of the Stage 1 works, such as: Installing flexible road safety barriers to catch drivers who leave their lane before hitting something harder like trees, poles, ditches or other vehicles. Installing four turnaround bays to enable safe turning movements along the corridor. Widening bridges that are too narrow. Creating a wider road shoulder so theres more space for people who cycle. The scope of the contract contains four separable portions; the main works which extends 3.6kms as described above (SP1), one on the southern side of SH16 where property still needs to be acquired (SP2), one on the northern side of SH16 where KiwiRail property needs to be acquired (SP3) and a separable portion for landscaping maintenance (SP4). Please refer to the GETS website for instructions on uploading your response file (https://www.gets.govt.nz/SupplierUserTenderHelp.htm).",Not Awarded,"Contract awarded to FH Auckland (Stephen Lowe) on 26th June 2023 for $37,382,775.93 (thirty-seven Million, three hundred and eighty-two thousand, seven hundred and seventy-five dollars, ninety-three cents) excluding GST",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27086716,Request for Tenders,Open Competition,SH1/21 Tamahere Safety Improvements,7794,20230314,20230404,20230419,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the safety improvements planned on the Tamahere interchange. The Contract Works comprise of: The construction of 3 Raised Safety Platforms The footpath realignment alongside SH21 to Devine Rd The realignment of the Northbound On-Ramp The inclusion of a signalise pedestrian crossing for the Northbound On-Ramp Safety Raised Platform. The improvement of lighting under the bridge and for the new raised platforms. Drainage improvements along the realignment and raised platforms. Only tenderers pre-qualified to the specified level (1D - Routine and Minor Works) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 7794 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,792130,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27103353,Request for Tenders,Open Competition,SH 6 West Coast Bridge Painting 2023,7304,20230316,20230418,20230502,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works /Maintenance contract for bridge painting refurbishment of three bridges on State Highway 6, Region 12 - West Coast. The Contract Works comprise of: Temporary Access / Scaffolding design, installation, and management Environmental management Encapsulation and containment of waste materials Installation and management of drainage systems as required Removal and replacement of structural components Preparation and application of specified coatings on steel components Removal of waste material Maintaining safe bridge access to public and other stakeholders Disestablishment of site including tidy up to the engineers approval All other works indicated, described, or implied on the construction drawings or in this Project Specification. Tenderers will require Painting Contractor Certification Program (PCCP) accreditation for coating application works Category 3: Protective Coating, to a minimum Class 3. Accreditation certification must be included in tender submission. Only tenderers pre-qualified to 3C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Rem Markland, WSP NZ Ltd, rem.markland@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 7304 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Awarded to NSB Infrastructure Limited for $543,583.00",543583,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27140514,Request for Proposals,Closed Competition,Education and Marketing,7769,20230327,20230510,20230802,New Zealand Transport Agency,Sole Agency,No,,"Aotearoa New Zealands road safety strategy, Road to Zero, sets a bold vision where no one is killed or seriously injured on the countrys roads, with an ambitious target to see a 40% reduction in deaths and serious injuries by 2030 (from 2018 levels). Achieving this requires a Safe System in which every part of the road system has to be strengthened (road design and maintenance, vehicle safety, speed management and road user behaviour). Peoples safety is the top priority. A Safe System recognises that people make mistakes and are vulnerable in a crash, but the system needs to protect them, so crashes dont result in harm or death. The Education and Marketing team plays a strategic role in resetting the road safety conversation to enable the success of Road to Zero, including helping to embed the Safe System approach. Through a range of education and marketing programmes and in service of growing peoples motivation and capability to move safely around the land transport system, the team is accountable for establishing and embedding social change, driving long-term, sustained behaviour change and growing sector and end-user capability. Waka Kotahi NZ Transport Agency is looking for one or more suppliers who can provide quantitative and qualitative research services to help us: determine the effectiveness and impact of education and marketing campaigns, initiatives and programmes understand social sentiment, attitudes and behaviours towards road safety risks and issues understand attitudes towards Road to Zero and Safe System interventions (for example lower speed limits, safe vehicles, safety cameras) determine the appropriateness and potential effectiveness of concepts for education and marketing initiatives before they are implemented more widely. Through this procurement activity we will not seek to buy a specific solution(s), instead we will look for a supplier(s) we can work in partnership with, to determine the optimum solution(s) to meet our outcomes and requirements.",Awarded,"The agencys name and address Waka Kotahi NZ Transport Agency 50 Victoria Street Private Bag 6995 Wellington 6141 New Zealand Successful supplier(s) name(s) and address(es) Ipsos Limited L5, 166 Featherston Street Wellington 6012 Description of the goods, services or works The provision of market research services to help Waka Kotahi NZ Transport Agency to: determine the effectiveness and impact of education and marketing campaigns, initiatives and programmes understand social sentiment, attitudes and behaviours towards road safety risks and issues understand attitudes towards road safety interventions determine the appropriateness and potential effectiveness of executions for education and marketing initiatives Date the contract was awarded 2 August 2023 Expected term of the contract(s) Initial term of the Contract: 3 years Options to extend the Contract: two extensions of one year each, 3+1+1 Maximum term of the Contract: 5 years Value of the contract(s) awarded Up to a maximum total value of $2,500,000 over the full term of the Contract. Procurement process used Closed contest. Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable) N/A Suppliers New Zealand Business Number (NZBN) (where available) 9429038985294",0,20250410 ,,,,,,,,,,,,,,,,, New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27232362,Request for Tenders,Closed Competition,3763.RFT.SH1 Whangarei to Wellsford Northern Interim Safety Improvements,3763 RFT,20230412,20230503,20230713,NZ Transport Agency - Highways and Network Operations,All of Government,No,,Please refer to the Attachments section for more information.,Not Awarded,"Contract awarded to Downer NZ Ltd on 13 July 2023 - $2,106,914.86",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27294607,Request for Proposals,Open Competition,Research report editing services,8317,20230426,20230526,20230629,New Zealand Transport Agency,Sole Agency,No,,"The Waka Kotahi Research Programme provides the land transport sector with applied research that is innovative and plays a critical role in developing the knowledge base of the transport sector. This in turn contributes to achieving the government's and Waka Kotahi goals for transport. A key output of the Programme are the research reports which are published on the Waka Kotahi public website. Given this, we want to ensure that the reports are of a sufficient and consistent standard to be published under the Waka Kotahi Research Programme banner. The agency is seeking to appoint one or more editors to work with our researchers to prepare the research reports for publication. The agency is looking for qualified editors with experience in editing, proofing, and formatting research reports or similar. The reports will be varied in terms of subject matter and size. Some reports will be quite technical, and editors must be comfortable editing work of this nature. Because the reports are authored by contracted researchers, the editor must have good relationship management skills and experience.",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27394453,Request for Quotations,Open Competition,Software License Reseller Services,8645,20230515,20230616,20230809,New Zealand Transport Agency,Sole Agency,No,,"This Request for Quote (RFQ) invites suppliers to quote for the delivery of software license reseller services. We require the reseller services to be delivered from a base in New Zealand. Prerequisite Conditions. You must be able to provide the full Microsoft suite of licenses and at least 20% of the full suite of licenses from other individually named software license providers (in addition to Microsoft). Responses that do not meet these conditions will not be considered. We are seeking quotes that offer the best value-for-money over the whole-of-life of the contract complemented by reseller services.",Awarded,"The agencys name and address Waka Kotahi NZ Transport Agency 50 Victoria Street Private Bag 6995, Wellington 6141, New Zealand Successful supplier(s) name(s) and address(es) Fujitsu 46 Sales Street Description of the goods, services or works 8645 Software Licenses Date the contract/s was awarded 9 August 2023 Expected term of the contract(s) 3 years (with a potential for renewal options). Value of the contract(s) awarded NA Procurement process used Open advertisement Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable) N/A Suppliers New Zealand Business Number (NZBN) (where available) N/A",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27409703,Request for Tenders,Closed Competition,SH25A Taparahi Slip Remediation - Tendering Phase,8508,20230517,20230530,20230606,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Registration of Interest (ROI) Waka Kotahi NZ Transport Agency invites you to submit a Tender for Contract 8508 SH25a Taparahi Slip Remediation Electronic copies of the documents are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers portal. Closing date for tender queries is 4:00pm Wednesday 24 May 2023. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Commercial in Confidence - Notice to Specific Tenderer will also be responded to via the GETS Questions and Answers portal. Tender closing date is 4:00pm Tuesday 30 May 2023. Tenderers submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 8508 proposal including Schedule of pricing (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Applicants should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27449042,Request for Proposals,Open Competition,ART 22/19 Environmental and accessibility transport appraisal methodology- an alternative transport appraisal methodology,8655,20230525,20230628,20230830,New Zealand Transport Agency,Sole Agency,No,,"The purpose of this study is to investigate, develop and test different alternative transport appraisal methodologies based on the reduction of vehicle kilometers travelled and greenhouse gas emissions as well as facilitating mode shift within an accessibility framework. The objectives of the research are: a. To investigate and develop transport appraisal methodology that places reduction of vehicle kilometres travelled and reduction of emissions as well as to facilitate mode shift at the core of and within an accessibility framework b. To identify the key elements of environmental and accessibility transport methodologies and the data that needs to be collected and used. This should include details of the economic, transport and other concepts and principles used in the appraisal methodology. c. Clearly specify the data collection methods. This should include details of surveys that might be used, economic, econometric, mathematical and other concepts and principles that are used in the appraisal methodologies. d. Demonstrate by the use of case studies the application of the transport appraisal methodology.",Awarded,"RFP reference number and name RFP 8334 ART 22/10 Establishing a methodology for integrated transport accessibility measures The agencys name and address Waka Kotahi NZ Transport Agency 50 Victoria Street Private Bag 6995, Wellington 6141, New Zealand Successful supplier(s) name(s) and address(es) Principal Economics Limited Level 17, 55 Shortland Street AUCKLAND 1010 Description of the goods, services or works The purpose of this study is to investigate, develop and test different alternative transport appraisal methodologies based on the reduction of vehicle kilometres travelled and greenhouse gas emissions as well as facilitating mode shift within an accessibility framework. The objectives of the research are: a. To investigate and develop transport appraisal methodology that places reduction of vehicle kilometres travelled and reduction of emissions as well as to faciliate mode shift at the core of and within an accessibility framework b. To identify the key elements of environmental and accessibility transport methodologies and the data that needs to be collected and used. This should include details of the economic, transport and other concepts and principles used in the appraisal methodology. c. Clearly specify the data collection methods. This should include details of surveys that might be used, economic, econometric, mathematical and other concepts and principles that are used in the appraisal methodologies. d. Demonstrate by the use of case studies the application of the transport appraisal methodology. Date the contract/s was awarded 30 August 2023 Expected term of the contract(s) 12 Months Value of the contract(s) awarded $300,000 Procurement process used Open advertisement Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable) N/A Suppliers New Zealand Business Number (NZBN) (where available) N/A",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27515576,Request for Tenders,Closed Competition,Waikato Wider Network Signage Physical Works (P1+5),7116,20230608,20230707,20231206,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for 7116 - Waikato Wider Network Signage Physical Works (P1+5). Following evaluation of the ROI submissions, you have been shortlisted for the second stage of this procurement process. The signs allocated to your contract are 40 signs of Package 1 and 52 signs from Package 5. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 7116 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1062249,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27516001,Request for Tenders,Closed Competition,Waikato Wider Network Signage Physical Works (P3+5),8731,20230608,20230707,20231206,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for 8731 - Waikato Wider Network Signage Physical Works (P3+5). Following evaluation of the ROI submissions, you have been shortlisted for the second stage of this procurement process. The signs allocated to the contractor are signs of Package 3 and 102 signs of Package 5. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 8731 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1589993,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27564982,Award Notice,Open Competition,SH1 Cambridge to Piarere Stage 3 Hydro Road Turnaround,8619,20230505,20230601,20230613,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,1159009,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27617940,Request for Tenders,Open Competition,NZUP SH1/29 Intersection Upgrade - Physical Works,7991,20230627,20230824,20231130,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new SH1 / 29 roundabout at Piarere. The proposed roundabout is a two-lane roundabout. Refer to Information for Tendering Clause 1.3 Description of Contract Works NOTE: Please refer to Information to Tendering clauses 1.15 Tender Inception Meeting and Clause 1.16 Site Visit on Monday 17 July - registrations by 10 July 2023 to Zaid.Essa@wsp.com Only tenderers pre-qualified to Construction Level A (4A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender and supporting documentation are attached to this advertisement. (Still to be added are Appendices 1(item 9), 2, 4 and 14) Communications to WSP Zaid.Essa@wsp.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 7991 - Proposal excluding Price - File No 2 7991 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,44787131,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27642984,Request for Tenders,Open Competition,7261 - SH1 Northbound Silverdale Bus Priority Lane Detailed Design,7261,20230630,20230728,20231127,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"This request for tender (RFT) from Waka Kotahi is an invitation to suitably qualified professional services consultants to submit a tender for the Auckland Networks Optimisation (ANO) SH1 Northbound Silverdale Bus Priority Lane Project. The objective of this project is to provide a bus priority lane on the northbound motorway shoulder between Wilks road and the Silverdale offramp. This will improve reliability and throughput for northbound busses on SH1 by bypass the afternoon peak queues generated from the Silverdale northbound off-ramp. The RFT contains provision for the preliminary and detailed design phase as well as a provisional item for the MSQA phase of the project to be awarded at a later date. Submissions are to be uploaded to the GETS eTender box.",Not Awarded,"27th November 2023 Aecom New Zealand Limited P O Box 4241 Shortland Street AUCKLAND 1140 dean.sykes@aecom.com ATTENTION: Dean Sykes Dear Sir Acceptance notice for professional services contract 7261 SH1 North Bound Silverdalte Bus Priority Lane Detailed Design On behalf of Waka Kotahi NZ Transport Agency (Waka Kotahi), I advise that your tender to undertake the contract work described above and referred to in your tender for the sum of $1,734,980.00 (one million, seven hundred and thirty four thousand, nine hundred and eighty dollars ) excluding GST, is accepted.",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27646817,Request for Tenders,Open Competition,8621 - SH20 Cavendish Drive and Puhinui Road Interchanges Pre-Implementation and MSQA PS Services,8621,20230630,20230705,20230928,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"Apologies - forgot to extend the GETs advert Closing Date to 5th July - which is what we've just done. Please refer to the Parent RFx above to access previous documents etc.",Awarded,,1683437,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27658963,Request for Tenders,Closed Competition,"SH3 McAndrews Street Right Turn Bay, Kihikihi",8782,20230704,20230809,20230907,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a right turn bay at SH3 McAndrew Street Intersection in Kirikiri. The Contract Works comprise of: Traffic management Earthworks, site clearance & demolition Drainage Pavement and surfacing Utility services Landscaping Only tenderers pre-qualified to Construction Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 8782 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,369360,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27668585,Request for Proposals,Open Competition,ART 22/10 Establishing a methodology for integrated transport accessibility measures,8334,20230706,20230804,20231011,New Zealand Transport Agency,Sole Agency,No,,"To inform the establishment of a methodology for creating an integrated, multi-modal, multi-destination spatial accessibility measure, based on current infrastructure, demographics and destination-based accessibility, to replace vehicle mobility-based measures. The objectives of the research are to: a. Review national and international literature and experience of accessibility measures in transport; b. Identify typical accessibility datasets used in urban areas worldwide, which may not be readily available within New Zealand, and suggest other approaches to measurement which may be adopted in the short- and long-term; c. Identify how active-mode network analytics could consider levels of service and desirability of links, given the data sets currently available in New Zealand; d. Explain the various ways General Transit Feed Specification (GTFS) files have been used overseas (and in New Zealand) to inform aspects of spatial accessibility (with more of a focus on connectivity rather than PT performance-analytics); e. Identify weighting and calibration factors for saturation curves to quantify the diminishing additional benefit of reaching more destination-types; f. Use modal reach curves to quantify how far people are willing to travel in New Zealand to reach different destination types; g. Develop appropriate weighting for integrating different destination types into measures which take the price of land and transport into account and represent the 'value' of reaching different destination types for different population groups; and h. Inform production of a toolkit (being developed in parallel by Waka Kotahi refer to Additional information below) that will enable assessment and measurement of accessibility based on a wide range of measures, in addition to access to employment, at all levels of the transport system.",Awarded,"Successful supplier(s) name(s) and address(es) Principal Economics Limited Level 17, 55 Shortland Street AUCKLAND 1010 Description of the goods, services or works To inform the establishment of a methodology for creating an integrated, multi-modal, multi-destination spatial accessibility measure, based on current infrastructure, demographics and destination-based accessibility, to replace vehicle mobility-based measures. Date the contract/s was awarded 11 November 2023 Expected term of the contract(s) 9 Months Value of the contract(s) awarded $170,000 Procurement process used Open advertisement Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable) N/A Suppliers New Zealand Business Number (NZBN) (where available) N/A",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27692083,Request for Proposals,Open Competition,"ART 22/11 An enhanced, nationally consistent, travel mode choice model",8940,20230712,20230815,20231003,New Zealand Transport Agency,Sole Agency,No,,"Research to create a revised and enhanced, nationally consistent travel mode choice model suitable for integration with regional and national-level applications. The following objectives seek to Improve approaches to mode choice modelling through: a. a review of the current and emerging scientific and transport literature pertaining to the substantive drivers or variables behind travel mode choice as they apply to: I. multi-modal, multi-leg, multi-user journeys, and critical journeys II. interaction effects among these variables. b. development of a rationalised set of data inputs is required, in addition to a critique of said inputs that may be used to enhance future data quality and data gathering efforts. c. development of standardised procedures that enable actors around Aotearoa/New Zealand to coordinate efforts and share comparable findings.",Awarded,"Successful supplier(s) name(s) and address(es) Data Analysis Australia Pty Ltd 97 Broadway, Nedlands WA 6009 AUSTRALIA Description of the goods, services or works Research to create a revised and enhanced, nationally consistent travel mode choice model suitable for integration with regional and national-level applications. The following objectives seek to Improve approaches to mode choice modelling through: a. a review of the current and emerging scientific and transport literature pertaining to the substantive drivers or variables behind travel mode choice as they apply to: I. multi-modal, multi-leg, multi-user journeys, and critical journeys II. interaction effects among these variables. b. development of a rationalised set of data inputs is required, in addition to a critique of said inputs that may be used to enhance future data quality and data gathering efforts. c. development of standardised procedures that enable actors around Aotearoa/New Zealand to coordinate efforts and share comparable findings. Date the contract/s was awarded 3 October 2023 Expected term of the contract(s) 11 Months Value of the contract(s) awarded $340,000 Procurement process used Open advertisement Exemption from open advertising claimed under rule 14 and the circumstances that justify the exemption (if applicable) N/A Suppliers New Zealand Business Number (NZBN) (where available) N/A",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27727161,Request for Tenders,Open Competition,"SIP LCLR Manawatu: Long Life Pavement Marking, Signs and Safety Barrier",8490,20230718,20230815,20230925,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for safety interventions on the various State Highway corridor sections listed below. Separable Portion 1 - SH2 - Woodville to Mangatainoka Separable Portion 2 - SH3 - Nukumaru to Whanganui Separable Portion 3 - SH1N - Mangaweka to Vinegar Hill Separable Portion 4 - SH1N - Taihape to Mangaweka The safety interventions consist of: Audio Tactile Profiled (ATP) pavement markings on edgelines and centrelines Structured markings on edgelines Supply and installation of permanent warning signs Supply and installation of side safety barrier and associated pavement shoulder widening Some minor works such as extending stormwater culverts, or re-shaping swales may be required. Only tenderers pre-qualified to Routine and Minor Works Level 1C and Construction - Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All Communications are to be submitted via the GETS Q & A Portal For the Attention of: Tony Garchow All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Single electronic file, (pdf format) shall be named Tender for Contract 8490, SIP LCLR Manawatu: Long Life Pavement Marking, Signs and Safety Barrier. The GETS file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,"Refer to RFx 27898439 Contract awarded to Downer NZ",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27742782,Request for Tenders,Closed Competition,East Taupo Arterial Stage 3 Detailed Design - Professional Services,8906,20230720,20230810,20230825,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for East Taupo Arterial Stage 3 Detailed Design. The Projects works are likely comprising the following: Installation of continuous median barrier for the entire length. Installation of side barrier guardrail at locations agreed with Waka Kotahi Safety engineer and Taupo District Council. Construction of 1.5m 2.25m shoulder widening on Northbound / Decreasing Lane. Refer to Section 3.2 below for proposed cross sections. Associated line-marking, signages, ATPs and RRMPs. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract Number Proposal excluding Price File No 2 - Contract Number Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,219690,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27768532,Request for Tenders,Open Competition,"SIP LCLR Waikato & Bay of Plenty: Long Life Pavement Marking, Signs and Safety Barrier",8489,20230726,20230901,20231020,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for safety interventions on the various State Highway corridor sections listed below. Separable Portion 1 - SH24 - Matamata to SH29 Separable Portion 2 - SH25 Waiharakeke to Golden Valley Road Separable Portion 3 - SH25 Whenuakite to Tairua Separable Portion 4 - SH2 - Mangatarata to Top Rd Separable Portion 5 - SH26 Schollum Rd to Morrinsville Separable Portion 6 - SH39 Whatawhata to Ngahinapouri Separable Portion 7 - SH2 Te Puke Highway to Otamarakau Separable Portion 8 - SH30 Matahi Rd to Te Teko The safety interventions consist of: Audio Tactile Profiled (ATP) pavement markings on edgelines and centrelines Structured markings on edgelines Supply and installation of permanent warning signs Supply and installation of side safety barrier and associated pavement shoulder widening Some minor works such as extending stormwater culverts, or re-shaping swales may be required. Only tenderers pre-qualified to Routine and Minor Works Level 1C and Construction - Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All communications via the GETS Q & A Portal All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Single electronic file, (pdf format) shall be named Tender for Contract 8489, SIP LCLR Waikato & Bay of Plenty: Long Life Pavement Marking, Signs and Safety Barrier. The GETS file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,5424992,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27819535,Request for Tenders,Open Competition,South Island Resilience SSBC Panel,8777,20230803,20230915,20231130,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the South Island Resilience SSBC Panel. Panel Overview In 2020, the Waka Kotahi NZ Transport Agency Board endorsed the National Resilience Programme Business Case (NRPBC). The PBC identified and rated nationally important risks from natural hazards in the New Zealand land transport system. It provided a national picture of risk on New Zealands highway network to natural hazards. The PBC rated risks as Extreme, Major, Moderate or Minor, and generally recommended a solution pathway. Through a prioritisation process, six corridors in the South Island have been selected to progress to Single Stage Business Cases (SSBCs). Waka Kotahi seeks to establish a panel of three professional services providers to deliver the South Island SSBCs. Procurement dates Group Inception meeting: 11 August 2023. As per clause 1.13.4 a Group Inception Meeting will be held via Teams on Friday 11 August 2023 from 9am 10 am. To receive an invite to this meeting please email the tender secretary at christchurchtenders@nzta.govt.nz by Wednesday 09 August 2023. The email subject line should read "" Group Invite Request"" followed by the name of the consultant. Individual interactives: 6 -8 September 2023 Other details Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES MUST BE SUBMITTED VIA THE GETS Q & A PORTAL All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: File No 1 8777 Proposal excluding Price File No 2 8777 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Please refer to attachment for full advertisement.",Awarded,"Awarded to Stantec, Beca and GHD on November 30th,2023.",283352,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27841583,Award Notice,Open Competition,SH1 Desert Road Emergency Works,9075,20230711,20230711,20230807,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,Minor works direct appointment,14749,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27898439,Request for Tenders,Open Competition,"SIP LCLR Manawatu: Long Life Pavement Marking, Signs and Safety Barrier",8490,20230816,20230824,20230925,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for safety interventions on the various State Highway corridor sections listed below. Separable Portion 1 - SH2 - Woodville to Mangatainoka Separable Portion 2 - SH3 - Nukumaru to Whanganui Separable Portion 3 - SH1N - Mangaweka to Vinegar Hill Separable Portion 4 - SH1N - Taihape to Mangaweka The safety interventions consist of: Audio Tactile Profiled (ATP) pavement markings on edgelines and centrelines Structured markings on edgelines Supply and installation of permanent warning signs Supply and installation of side safety barrier and associated pavement shoulder widening Some minor works such as extending stormwater culverts, or re-shaping swales may be required. Only tenderers pre-qualified to Routine and Minor Works Level 1C and Construction - Level 4C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All Communications are to be submitted via the GETS Q & A Portal For the Attention of: Tony Garchow All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Single electronic file, (pdf format) shall be named Tender for Contract 8490, SIP LCLR Manawatu: Long Life Pavement Marking, Signs and Safety Barrier. The GETS file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2749368,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,27932719,Request for Tenders,Open Competition,Bridge 256 Replacement,8726,20230821,20231024,20231117,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This contract is for the design and construction of a replacement road bridge over Waihopai River on Waihopai Valley Road in Marlborough. The Contract Works are comprised of design and construction of a new structure and associated construction works (earthworks, pavements, surfacing etc.). Only tenderers pre-qualified to 3A, 3B or 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: Miriama Leota by email wro.contracts@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 8726 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"No of tenders received: 3 Awarded to: Egypt Ltd Date awarded: 17/11/2023",2544549,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28010346,Request for Tenders,Open Competition,SH1 Kakanui Flood Mitigation,5360,20230901,20231003,20231030,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Contract is for the construction of a new culvert bridging structure over the existing historic Mill Stream Culvert and the raising of approximately 350m of carriageway by up to 1.25m above the existing crown level. The works are located approximately 1km north of Maheno on State Highway 1. Electronic copies of the RFT documentation are attached to this advertisement. Only tenderers pre-qualified to Construction Level (4C) and Bridge Construction (3C) will be eligible to submit a tender. ALL TENDER QUERIES are to be submitted through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic file, (pdf format) named Tender for Contract 5360, SH1 Kakanui Flood Mitigation. The file upload limit is 50 MB. Tenderers should allow adequate time for upload, system failure, etc. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,3019769,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28058686,Request for Tenders,Open Competition,SH6 Blenheim to Woodbourne Safety Improvements Bells/ St Leonards Roundabout,7079,20230908,20231010,20231121,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the construction of a: A four-leg roundabout at the intersection of SH6 and Bells/St Leonards Roads, on the western approach to Blenheim An intersection speed zone at the intersection of SH6 and Jacksons Road. Only tenderers pre-qualified to 2B and 4B under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 7079 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,3500551,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28178932,Request for Tenders,Open Competition,State Highway Traffic Monitoring 2023-26 Professional Services,6335,20230926,20231122,20231220,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for Traffic Monitoring Services which will cover routine traffic surveys and data collection carried out by Waka Kotahi NZ Transport Agency within the Central North Island, covering Taranaki, Manawatu, Whanganui, Hawkes Bay and Gisborne. Accurate data collection procedures and an efficient means of storing that data for subsequent retrieval and analysis, is a vital part of the Transport Agencys management of the state highway asset. It provides a reliable estimate of state highway infrastructure and other transport systems associated with it. All traffic management for this project shall be in accordance with the Code of Practice for Temporary Traffic Management (COPTTM) until New Zealand Guide to Temporary Traffic Management (NZGTTM) comes into effect. This contract is for work within the Taranaki, Manawatu, Whanganui, Hawkes Bay and Gisborne areas. All communication are submitted GETS Q & A Portal Tenders shall be submitted in two electronic files in pdf format. The GETS file upload limit is 50MB. Tenderers should refer to the GETS website for instructions on uploading their tender files. The files should be named: File No 1 - Contract No 6335 - Proposal, excluding Price; and File No 2 - Contract No 6335 - Price.",Awarded,,1399930,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28199019,Request for Tenders,Open Competition,NZUP Rolleston Access Improvements Pre-Implementation and Implementation,8832,20231003,20231114,20231219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Pre-Implementation (Design) and Implementation (Construction) phases of this project. The Contract will include: Reviewing investigatory work undertaken during the Detailed Business Case and completing investigations to complete design. Obtaining all designations and consents required to construct and operate the project. Undertaking all design required to construct the project. Undertaking all construction supervision required during construction. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. For the attention of: Tender Secretary christchurchtenders@nzta.govt.nz There will be a tenderers meeting at 2pm on 16 October 2023 at the NZTA offices, 120 Hereford St, Christchurch. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: Tenderers name File No 1 8832 Proposal excluding Price Tenderers name File No 2 8832 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Complete GETS Advertisement attached: Rolleston GETS PS advert 28 Sept.docx",Awarded,,10240212,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28211825,Request for Proposals,Closed Competition,SH29 Tauriko Enbabling Works - Tendering Phase,8287,20231002,20231129,20240228,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"As per your Registration of Interest (ROI) Waka Kotahi NZ Transport Agency invites you to submit a Tender for Contract Number 8287 SH29 Tauriko Enbabling Works Electronic copies of the document(s) are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tenders shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contractors Name - Contract Number 8287 - Proposal excluding Price - File No 2 Contractors Name - Contract Number 8287 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Applicants should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,143931036,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28218531,Request for Tenders,Open Competition,SH1 Dunedin City and Hospital SSBC,8987,20231003,20231102,20240115,New Zealand Transport Agency,Sole Agency,No,,"This is a Professional Services contract for SH1 Dunedin City and Hospital Single Stage Business Case (SSBC). Waka Kotahi is seeking a SSBC that: focuses on optimisation of existing infrastructure. contributes to the Shaping Future Dunedin Transport Programme Business Case (PBC) outcomes. enhances the New Dunedin Hospital (NDH)/Te Whatu Ora outcomes. The SSBC is to cover a number of elements within the study area: Providing safer, more accessible crossings and links for pedestrians, with particular focus on servicing the NDH sites and from any car-parking facilities. Place function/amenity opportunities and incorporation of these into the design. Cycle improvements, including safer, more accessible crossings and facilities. This will include a review of the current separated facility including intersections (still in trial), E/W links between the two separated facilities, and impact of facility on emergency vehicles, and with particular detail around the hospital site taking into account the advice from the NDH team. Safety improvements, including supporting safety infrastructure for lower speeds (such as raised tables, signalised mid-block crossings and Barnes Dances) Mechanisms to encourage traffic, particularly trucks passing through Dunedin, to use the Harbour Arterial route instead of SH1. Wayfinding for traffic/cyclists/pedestrians, including improvements required within project area, as well as integration with the DCC programme on wider network parking spaces and travel time wayfinding. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be submitted via GETS Q&A Portal All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 8987 Proposal excluding Price File No 2 8987 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1463103,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28241258,Request for Tenders,Open Competition,"SH1C/Norton Road Roundabout, Hamilton - Physical Works",9304,20231009,20231107,20231129,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for construction of raised safety platforms across four of the approaches to the Norton Road/SH1C roundabout Norton Road, Lincoln Road, State Highway 1C North and South with a raised shared path crossing being constructed on the fifth leg across Rifle Range Road, 35m from approach. The Contract Works comprise of: Pavement milling Pavement and surfacing Stormwater drainage Footpaths e. Raised platforms and Installation of refuge islands. New signs Tactile pavers Road marking, Lighting, and utility services k. Landscaping Only tenderers pre-qualified to level Routine and Minor Works: 1C and Construction: 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 9304 - Proposal excluding Price - File No 2 9304 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,895007,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28255349,Request for Tenders,Open Competition,SH73 McGrath Creek Bridge Superstructure Replacement - Physical Works,6214,20231011,20231107,20231130,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for SH73 McGrath Creek Bridge Superstructure Replacement. The Contract Works comprise of: Staged demolition of the existing superstructure at McGrath Creek Bridge, and replacement with a new prestressed hollowcore structure; Modification of existing concrete crib walls; Undertaking abutment modification and extension work; Construction of modular concrete block retaining walls; Approach earthworks and road sealing; Guardrail construction and installation; Temporary traffic management. Only tenderers pre-qualified to classification level 4B or 3C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation and supporting documents are attached to this advertisement. ALL COMMUNICATIONS ARE TO BE SUBMITTED VIA THE GETS PORTAL Q&A PORTAL All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 6214 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Note: The complete GETS advertisement can be found in the attachments.",Awarded,"Awarded to Hunter Civil Limited on November 30th, 2023",1405118,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28339967,Request for Tenders,Closed Competition,SH3 Egmont Road Roundabout - Professional Services,9530,20231025,20231117,20231215,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the construction of safety and infrastructure improvements for SH3 New Plymouth to Egmont Village (NP2EV) corridor. The next section of SIP funded improvements is the section of SH3 from Egmont Village to Hawera (EV2H). At the boundary of these two sections of work at Egmont Village is the intersection of SH3 and Egmont Road that can provide early turnaround point benefits if converted from an uncontrolled intersection to a roundabout (RAB). Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract 9530 Proposal excluding Price File No 2 - Contract 9530 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,506602,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28369430,Request for Tenders,Open Competition,NZUP SH75 Halswell Rd Improvements - Physical Works,9238,20231031,20231219,20240319,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for SH75 Halswell Road corridor improvements between Curletts Road and Dunbars Road. The Contract Works comprise of: Widening along the 2.5km corridor, to install 4.2m wide bus lanes in each direction alongside bus stop improvements and associated ITS to enable bus lane enforcement. Installing three new signalised intersections at Rowley Avenue, Warren Crescent and Aidanfield Drive, new midblock signalised crossing at Tankerville Road and upgrading the existing signals at Dunbars Road. The signalised intersection at Aidanfield Drive includes creating a new fourth leg approach to connect to a greenfield development site. Raised speed platforms are included at the Aidanfield Drive intersection and at the midblock crossing at Tankerville Street. A new 3m wide shared path on both sides between Dunbars Road and Augustine drive/Monsaraz Boulevard and a 2.5m wide bi-directional cycleway between Augustine drive/Monsaraz Boulevard and Curletts Road/Hoon Hay Road Excavation and replacement of the existing pavement with a new structural asphalt pavement and the inclusion of a solid central median along the length of the corridor. Landscaping improvements including a number of tree removals and replacements, and lighting improvements across the full length of the corridor. Alteration/construction of various utilities including power, communication, fibre, water supply, waste water and stormwater upgrades. Only tenderers pre-qualified to level Construction Level A (4A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. There will be a mandatory tenderers meeting at 10am on 7th November 2023 at the Waka Kotahi office, 120 Hereford St, Christchurch. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES & COMMUNICATIONS TO BE SUBMITTED VIA GETS QUESTIONS AND ANSWERS PORTAL. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 9238 - Proposal excluding Price - File No 2 9238 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Complete Gets Advert attached as a document.",Awarded,,42667293,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28407292,Request for Tenders,Open Competition,Central Waikato Guardrail - Physical Works,9614,20231106,20231201,20240108,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for installation of side barrier/Mash 3 complaint guardrail at 5 different sites at the following locations; SH1N - South of Three Sisters SH1N - Atiamuri West Ohakuri The Contract Works comprise of: New roadside barriers New terminal ends New motorcycle protection rail New extension to existing guardrail Back fill make up/ improvement to achieve defection widths Only tenderers pre-qualified to Prequalification 1C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 9614 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,911177,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28433164,Request for Tenders,Closed Competition,SH75 Hilltop Road Safety Barrier,8840,20231109,20231206,20240115,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract to install side guardrail at high-risk locations on a steep and winding section of SH75 Christchurch - Akaroa Road The Contract Works comprise of (but not limited to): Establishment and temporary traffic management Locating and protection existing services Testing for contaminated soils Site clearing and temporary works Retaining wall construction (MagnumStone system) Modification to existing retaining walls and provisions for guardrail barrier Earthworks, disposal of identified contaminated soils, pavement construction and road sealing Minor culvert modifications Supply and installation of MASH TL-3 W-beam barrier with motorcyclist protection system on steel posts Line marking and delineation Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 8840 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1144688,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28447400,Request for Tenders,Open Competition,SH1S Selwyn River Bridge - Beam End and Joint Repairs - Physical Works,8521,20231114,20231212,20240222,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works /Maintenance contract for repairs to the Selwyn River Bridge located on State Highway 1S (SH1S) at RP/RS 381/0.00 in Selwyn, North Canterbury. The Contract Works comprise of: Temporary traffic management; Provision of access to complete the works; Supply, fabrication and installation of temporary props and removal/reinstatement following works; Strengthening of existing concrete diaphragms; Removal, storage and reinstatement of existing seismic linkages as required to enable beam repairs; Superstructure jacking and temporary support on jacks; Repairs to the beams ends indicated on the Construction Drawings; Bearing refurbishment; Deck joint refurbishment; Other miscellaneous concrete repairs. Only tenderers pre-qualified to Bridge Construction Level A, B or C (3A, 3B or 3C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed to: ALL COMMUNICATIONS ARE TO BE SUBMITTED VIA THE GETS PORTAL Q&A All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: File 1 NZTA 8521 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission. files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,996547,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28447998,Request for Tenders,Open Competition,SH6 Gates of Haast Bridge Repairs - Physical Works,9492,20231114,20231212,20240110,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for SH6 Gates of Haast Bridge Repairs. The Contract Works comprise of: Concrete repairs; Repairs to deck hold down system and deck shear keys; Waterproof sealing of deck panel joints; Expansion joint refurbishment; Handrail repairs; Approach earthworks, civil works and road sealing; Miscellaneous repairs; Temporary traffic management. Only tenderers pre-qualified to classification level 3C or 4B under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL COMMUNICATIONS ARE TO BE SUBMITTED VIA THE GETS PORTAL Q&A PORTAL All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 9492 proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,492367,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28503388,Request for Proposals,Open Competition,Local Road Sealed Pavement Condition Data Collection - Physical Works,8812,20231122,20231218,20240415,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"We require physical works suppliers who will work with Te Ringa Maimoa to manage and deliver annual sealed pavement condition data surveys on the national local road network. This data collection support is fundamental to the pavement maintenance, resurfacing and rehabilitation across New Zealand. The scope of the services includes: Annual sealed pavement survey planning. Annual sealed pavement condition data collection (using Pavemetrics LCMS-2 laser scanning technology). Processing and supply of data to meet the contract specifications. Annual equipment certification, calibration and validation. Supply and maintenance of survey systems and vehicles. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract Number - Proposal excluding Price - File No 2 Contract Number Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Acceptance notice for physical works contract 8812 - Local Road Sealed Pavement Condition Data Collection Upper North Island and South Island Locations Upper North Island (Northland, Auckland) $4,050,703.50 (four million fifty thousand seven hundred and three dollars thirty cents) excluding GST, is accepted. (Area 1) South Island $6,313,281.55 (six million three hundred and thirteen thousand two hundred and eighty-one dollars fifty-five cents) excluding GST, is accepted. (Area 4) --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Under new contract number 10344 Area 2 Central North Island and Area 3 Lower North Island we awarded to Wood and Partners Consultants Ltd - this will be added to GETS separately as an award notice Area 2 - Central North Island $6,962,677 less multiple contract discount $431,706 excluding GST Area 3 - Lower North Island $7,929,973 less multiple contract discount $486,816 excluding GST",10363985,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28510801,Request for Tenders,Open Competition,SH3 MacLachlans Corner Retaining Wall and Culvert,9724,20231123,20231221,20240122,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract is for constructing a timber piled retaining wall, with ground anchors and also construction of a 825mm culvert across the State Highway. The Contract Works comprise of: Minor earthworks Dismantling of existing W-section barrier to storage for re-use Culvert construction Retaining wall approximately 47m long Subsoils drains Grouting up of existing culvert Reinstatement of the road pavement and surfacing Reinstallation of W-section barrier Maintenance of the highway within the extent of the traffic management signage. Only tenderers pre-qualified to Prequalification Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 9724 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1237646,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28520147,Request for Tenders,Open Competition,Te Awa Kairangi Skate Park Design and Construction,9727,20231124,20231220,20240829,New Zealand Transport Agency,Sole Agency,No,,"Te Wai Takamori o Te Awa Kairangi is a Waka Kotahi, Hutt City Council (HCC) and Greater Wellington Regional Council (GWRC) development working together with partners Taranaki Whanui ki te Upoko o te Ika and Ngati Toa Rangatira - to make Lower Hutt more vibrant, resilient, and connected. As part of Te Awa Kairangi the existing Melling skatepark will need to be removed due to the spatial requirements of the roading infrastructure. Te Awa Kairangi secured resource consents in 2022 and a condition of these consents is that the existing skatepark will be, at a minimum, replaced with a similar facility built to modern standards, by the time the existing facility is demolished. Waka Kotahi has engaged Isthmus (landscape architect) to develop a Skate Park Spatial Plan and performance specification, that will be available when the contract is awarded. The objective of this tender is to engage a skatepark design-and-construct Contractor, joint venture, or partnership, who will complete detailed design of the skatepark whilst developing cost schedules reflecting design progress for cost guidance. If the design is completed successfully, and subject to the conditions described in this document, Waka Kotahi intends to negotiate with the Contractor to complete the construction of the skatepark under a separate construction contract. All enquiries for the RFT documents must be directed to our Point of Contact: Name: Maria Zimmermann Title/role: Procurement Support Email address: Tenders@resolvegroup.co.nz",Not Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28574023,Request for Tenders,Closed Competition,SH1 Waitohi Picton Port Access Improvements,9763,20231204,20231220,20240606,New Zealand Transport Agency,Syndicated Opportunity,No,,,Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28576324,Request for Tenders,Closed Competition,SH75 Little River Shared Use Path PW,9765,20231205,20240130,20240305,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new shared path located alongside SH75 between Church Road and Puaha Road. The Contract Works comprise of: Site clearance Path construction Road safety barrier Timber boardwalk bridge Culvert extensions Signage and marking Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File 1 NZTA 9765 Proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Refer to attachments for the full GETS advert.",Awarded,"Award to Higgins Construction for $880,855.24",880855,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28586478,Award Notice,Open Competition,SH1 O2NL Northern (South of Foxton Section),9500,20231004,20231101,20231201,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,4636150,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28596814,Request for Tenders,Open Competition,SH26 Onetai Stream Bridge Replacement Physical Works,8646,20231208,20240131,20240201,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the demolition and replacement of SH26 Onetai Stream Bridge (BSN841). Onetai Stream Bridge is a 9m long bridge located approximately 14km north of Paeroa and carries SH26 over Onetai Stream. The Contract Works comprise of: Replacement of the existing Onetai Stream Bridge with a bridge comprising a timber superstructure; Construction of new reinforced concrete abutment; Construction of new mechanically stabilised embankments with mass block retaining walls; Construction of instream scour protection measures including reno mattress and rip rap; Civil works including safety barriers, pavements, carriage widening, roadside furniture, signage and line marking; Temporary traffic management; Service relocations and protection Temporary Works design including but not limited to temporary propping, craneage and confirming adjacent ground conditions for crane foundations and improvements if needed. Riparian planting. The Contract period is 60 Working Days and the Due Date for Completion of the Contract Works is no later than 30 June 2024. It is envisaged that the Contractor will utilise a single full road closure to undertake the majority of the site-based Contract works. This road closure has been included as a Separable Portion, with flexibility given to Contractors regarding the timing and duration of the Separable Portion. The new timber superstructure is viewed by Waka Kotahi as a prototype solution for sustainable replacement of short-span vehicle bridges. The glue-laminated timber and plywood deck and kerb materials for the new superstructure are being supplied by Waka Kotahi. Only tenderers pre-qualified to Bridge Construction Level A (3A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. All tender queries are to be submitted via the GETS Q & A Portal. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda.",Not Awarded,As per Addenda 7 contract will be re-advertised,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28624081,Award Notice,Open Competition,Regions 7 & 8 Bridge Structural Repairs 2023,9342,20230919,20231005,20231214,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,Concrete repairs to various structures along with associated TTM and access requirements.,Awarded,,193162,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28627406,Award Notice,Open Competition,Intersection Speed Zone Programme National,9166,20231129,20231130,20231129,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,117428,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28775124,Request for Tenders,Open Competition,SH25 Waitakaruru Canal Bridge (Incr.) Re-decking,8831,20240201,20240229,20240621,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for timber re-decking, barrier installation and pavement surfacing on SH25 Waitakaruru Canal Bridge (Incr.). The Contract Works comprise of: Replacement of existing timber deck with new plywood panels (supplied by others) Installation of bridge and approach barriers Pavement construction and surfacing Temporary traffic management Temporary works Miscellaneous civil and structural works Waitakaruru Canal Bridge (Incr.) BSN057 was constructed in 1981 and carries eastbound traffic on SH25 over the Waitakaruru Canal approximately 25km west of Thames. The single lane bridge is a 36m long single span steel through-truss with an existing nail laminated 250mm thick timber deck. The existing deck has reached the end of its life and requires replacement. The bridge is located adjacent to another single lane bridge which carries the westbound traffic. The Contractor will be responsible for any Temporary Works and Temporary Traffic Management design including but not limited to temporary propping, craneage, confirming adjacent ground conditions for crane foundations and improvements if needed and lane traffic closure with access to pedestrians and cyclists. Only tenderers pre-qualified to Bridge Construction Level B (3B) under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 8831, SH25 Waitakaruru Canal Bridge(Incr.) Re-decking Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1214025,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28829712,Award Notice,Open Competition,SH1/29 Intersection Upgrade MSQA,9552,20240214,20240214,20231219,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The objective of the SH1/29 Intersection Upgrade project is to provide: Greater safety by slowing down all motorists on the roundabout approaches and eliminate dangerous right turns in both directions. Better travel options which will improve journeys between Auckland and Tauranga and between Auckland and Taupo, particularly for freight. Cycling options connecting to the cycle trail networks. Improve freight connections and eliminate long waits while attempting very risky right-hand turns; and Future proofing for the proposed extension of the Waikato Expressway from Cambridge to Piarere (C2P).",Awarded,,1314040,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,28937354,Request for Tenders,Open Competition,10123 - SH1 Bombay Interchange Signalisation (PW),10123,20240307,20240416,20240719,NZ Transport Agency - Highways and Network Operations,All of Government,No,,"The scope of this project includes the signalisation of the two ramp terminal intersections and the exit from the BP services area. Specifically, this includes the following controls: Signalisation of the BP Services Exit Signal control of the 2 x eastbound through lanes Signal control of the 1 x westbound through lane Signal control of the right turn exit from the BP services area Stop control of the left turn exit from the BP services area Signalisation of the Northbound SH1 offramp Signal control of the right turn movement Stop control of the left turn movement Signalisation of the Northbound SH1 onramp Signal control of the eastbound through lane Signal control of the westbound through lane Signal control of the right turn to the onramp for traffic from the east Give way control of the left turn to the onramp for traffic from the west Signalisation of the Northbound SH1 offramp Signal control of the eastbound through lane Signal control of the 2 x westbound through lanes Signal control of the right turn from the offramp Stop control of the left turn from the offramp To accommodate the signalisation, the project scope includes the following: Demolition of existing raised islands Pavement widening and resurfacing Stormwater modifications to realign catchpits with modified kerblines Construction of new raised islands and kerbs Minor service relocations Installation of ducting, loops and signal pits Line marking",Not Awarded,"Contract Award Date: Friday 19th July 2024 Contractor: Fulton Hogan, Auckland - James Weller - james.weller@fultonhogan.com Contract Award $$$ : $3,047,241.24 Consultant: luke.cameron@cfprojects.co.nz",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29066830,Award Notice,Open Competition,SH1 East Taupo Arterial Stage 3 Median Barrier,9697,20231201,20231212,20231220,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,5759818,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29082433,Request for Tenders,Closed Competition,SH31 Harbour Road Kawhia and SH3 Te Kuiti BP Slip - Emergency Works,10134,20240322,20240408,20240501,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for This contract is for the construction of a retaining wall on SH31 (031- 0031/9.020), and a toe wall on SH3 (003-0076/0.160). The Contract Works comprise of: SP1: SH31 Harbour Rd Kawhia - Construction of a tied back soldier pile wall to retain the unstable slope and provide stability to the roadway. SP2: SH3 Te Kuiti BP Slip - Construction of a toe wall with a rock buttress backfill to provide support to the slope. Only tenderers pre-qualified to Construction Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract number proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1199413,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29099221,Award Notice,Open Competition,SH23 Greenslade Road Raglan Embankment Reconstruction,10085,20240227,20240308,20240322,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,142289,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29109070,Request for Tenders,Closed Competition,Safety Improvements Station Road to Balclutha Roadside Barrier Package,10179,20240327,20240412,20240423,New Zealand Transport Agency,Sole Agency,No,,"Physical Works contract for 3 Roadside Barriers as Separable Portions along SH1 between Balclutha and Milton. The Separable Portions are: Separable Portion 1 RS/RP 001-774/1.055-1.350 (right) Separable Portion 2 RS/RP 001-774/1.655-2.016 (right) Separable Portion 3 RS/RP 001-774/1.690-2.016 (left) The Contract Works is for the installation of but not limited to: Pavement widening and installation of side safety barriers (guardrail) Installation of concrete ground beam for guardrail Pavement sealing Temporary traffic management Only invited tenderers under The Agencys SIP Physical Works Interim Panel for Central and Lower South Island are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Tender for Contract No. 10179, Safety Improvements Station Road to Balclutha Roadside Barrier Package. proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,815136,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29153890,Request for Tenders,Closed Competition,Rolleston Access Improvements Site Investigations,10215,20240410,20240502,20240524,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for site investigations and testing of material samples for the SH1 Rolleston Access Improvements project. The works are located on SH1, local roads and adjacent private property in Rolleston. The initial scope shall comprise works with the Road Corridor (SH1 and local roads) with other sites to be added at the Principals discretion once access is confirmed. The Contract Works comprise of: Traffic management Location and protection of Utilities Excavation and reinstatement of pavement pits, test pits, soakage pits and utility trenches Drilling of Boreholes and installation of piezometer Seismic testing Material testing This is a closed tender process (3 tenderers). Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. There will be a project briefing with invited tenderers over Microsoft Teams. More details about this briefing will be provided through a Notice to Tenderers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 NZTA 10215 Rolleston Access Improvements Site Investigations proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Note: Please find attached the complete GETS advert with the supporting documents.",Awarded,"Awarded to Corde Ltd for $348,611.41",348611,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29229206,Award Notice,Open Competition,SH39 Te Kowhai Road Open Drain Reconstruction,9751,20240124,20240205,20240416,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,198656,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29266439,Request for Tenders,Closed Competition,CLSI SIP PW interim panel - Taitarakihi Culvert,10241,20240426,20240605,20250321,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a new box culvert to replace the existing historic Taitarakihi Creek masonry culvert in Timaru. The works to replace the culvert broadly include the following: Establishment and temporary traffic management Site clearing, earthworks, and temporary works Supporting and protecting existing services Stream works including diversion, dewatering, and landscape planting Removal of the existing stone culvert and headwalls Removal and replacement of the safety barrier Removal of asbestos concrete water main pipe and installation of a new water main pipe Construction of a gravel raft foundation Construction of new precast box culvert Construction of modular concrete block wall end treatments Road and pavement construction Reinstatement works Removal, replacement and relocation of lighting column Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50MB. The files should be labelled: File 1 NZTA 10241 Proposal including price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm The complete GETS Advert will be attached to the documents.",Awarded,"Fulton Hogan was awarded for this contract for the total value of $ 1,696,645.30 NZD",1696645,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29301327,Request for Tenders,Open Competition,SH3/SH3A Egmont Village to Hawera Safety Improvements (Northern and Southern) Professional Services,10178,20240430,20240613,20240730,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Request for Tender (RFT) document relates to the procurement of pre-implementation professional services for the SH3/SH3A Egmont Village to Hawera (EV2H) safety improvements project (Northern and Southern), which forms a component of NZTAs Speed & Infrastructure Programme (SIP). The primary objectives of this programme have been to achieve safety outcomes, aligned with a Safe System approach by designing a road corridor that helps protect peoples lives and is forgiving of mistakes. The professional services work scope required will include: survey (cadastral and engineering) geotechnical data gathering and reviews. road safety design including preparation of design drawings and specifications. stakeholder consultation applying for and obtaining consents, permits and related permissions. project communications and engagement. project management and reporting provision of MSQA services during implementation. The total scope of work in the corridor is split into two delivery packages (Northern and Southern) with approximately 50% of the project by value within each package. The intent of this split is to enable up to two consultant teams to be involved in the project to ensure sufficient supplier diversity and capacity is available to deliver work within desired timeframes. This is also intended to encourage a healthy local market including increasing opportunities for locally domiciled personnel. Tenderers may bid either or both delivery packages independently. Whilst preferred tenderers for each package may be different based on the objective of having supplier diversity and capacity, the Principal reserves the right to reconsider and modify this objective based on the tenders received, and to award both packages to a single tenderer. Interested tenderers should download the RFT document set, register interest and provide a signed confidentiality declaration form, in order to: 1. Access additional supporting information to the RFT document set. 2. Attend a group inception meeting which will be held (via Teams) 10 am Tuesday 07 May 2024. Any queries, please email via the GETS Questions & Answers Portal, for the attention of: The Tenders Secretary Contract Number: 10178, referencing Egmont Village to Hawera Safety Improvements RFT Professional Services.",Awarded,,7754394,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29416070,Request for Tenders,Closed Competition,SH57 Tararua Road Roundabout,9576,20240516,20240705,20241105,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"- The project involves the conversion of the existing priority-controlled crossroads and the construction of a new roundabout at the intersection of Tararua Road and SH57. - Tenders close 5pm June 7th 2024",Awarded,,10265365,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29417634,Request for Tenders,Open Competition,Belfast to Pegasus Motorway and Woodend Bypass Scope Confirmation Review,10423,20240528,20240625,20240711,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the SH1 Belfast to Pegasus Motorway and Woodend Bypass scope confirmation review. The SH1 Belfast to Pegasus Motorway and Woodend Bypass project is an extension of the Christchurch Northern Motorway, providing four lanes of grade separated motorway over a 9km length of SH1 from around Lineside Road to Pegasus. This is a Request for Tender (RFT) for a multi-disciplinary professional services supplier(s) to undertake a scheme design review to inform the scope confirmation report (written by NZTA) for the Belfast to Pegasus Motorway and Woodend Bypass project. The purpose of the review is to provide greater certainty of the project scope and cost for the design phase. The review is to be carried out through design review sprints over a three-month period to update the design from the Scheme Assessment Report to address changes in traffic patterns, land use and design expectations. Specifically, the review will focus on investigating potential scheme refinements at Pegasus (change from a roundabout to grade separation), realignment of the route at Williams Street near the Cam River, and the motorway tie in at the Lineside Road on/off ramps. Tenders will be assessed using the Purchaser Nominated Price method. Procurement dates Group interactive: 31 May 2024 Individual interactives: 12-13 June 2024 Tender close: 25 June 2024 Target date for contract award: 19 July 2024 Other details Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES MUST BE SUBMITTED VIA THE GETS Q & A PORTAL As per clause 1.12.4 a Group Inception Meeting will be held via Teams on Friday 31 May 2024 9am 10:30 am. To receive an invite to this meeting please email the tender secretary at christchurchtenders@nzta.govt.nz by Thursday 30 May 2024. The email subject line should read "" Group Invite Request"" followed by the name of the consultant. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: File No 1 8777 Proposal excluding Price File No 2 - 8777 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS Find attached the original GETS advert.",Awarded,"Jacobs New Zealand Limited was the awarded tender for the price of $399,000.00",299000,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29447005,Award Notice,Open Competition,Hairini Wetlands Restoration Project Cultural Works,10417,20240422,20240423,20240423,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,108766,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29474668,Request for Proposals,Open Competition,Multi Lane Free Flow (MLFF) Infrastructure Solution - RFP,10546,20240524,20240719,20250220,New Zealand Transport Agency,Sole Agency,No,,"NZTA is keen to engage in an open procurement process, to identify suppliers who can work with us in evolving our tolling roadside systems and enable our future transport vision. We are looking for suppliers that support our current needs and who are future focused, innovative, and enable a safe, sustainable, and efficient land transport system. The suppliers successful in this RFP will be appointed to our Road Pricing Infrastructure Panel (RPIP). A Supplier briefing session will be held on 30 May 2024 at 10:00am.",Awarded,"Description of the goods, services or works Multi Lane Free Flow (MLFF) Infrastructure Solution - Contract number: 10546 Infrastructure (equipment and technology), and services needed by the Agency, as we look to implement plans for potential new tolling sites and other future solution opportunities of multi lane free flow technology. Date the contract/s was awarded February 2025 Expected term of the contract(s) 10 years Value of the contract(s) awarded Dependent on specific requirement Procurement process used Open advertisement",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29526399,Request for Tenders,Open Competition,Taupo CVSC Phase 1 Main Works Construction,10299,20240605,20240716,20240828,New Zealand Transport Agency,Sole Agency,No,,"The Weigh Right Programme (WRP) has been created to apply policing of overweight vehicles in key locations across the country. To achieve that, New Zealand Transport Agency (NZTA), through the WRP is managing the design, procurement, construction, and commissioning of 12 Commercial Vehicle Safety Centres (CVSCs). This is a Physical Works contract for the construction of a new Commercial Vehicle Safety Centre (CVSC) located beside the SH1/5 roundabout in Taupo. The Contract Works comprise of: Earthworks, Construction of stormwater, potable water and wastewater assets, Construction of weighbridge, Pavement construction and surfacing, Installation of lighting, security systems, Fencing, signage, and line marking, Construction of a stock effluent disposal facility, Landscaping, Piling for compliance building and installation of building services up to the point of entry into the building. Only tenderers pre-qualified to Construction Level 4B under the terms of the NZ Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 10299 - Proposal excluding Price - File No 2 10299 Price (in pdf format PLUS Schedule of Prices as an excel spreadsheet.) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,6079815,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29540453,Request for Proposals,Open Competition,Electricity Supply Management Services,10605,20240606,20240703,20241220,New Zealand Transport Agency,Sole Agency,No,,"NZ Transport Agency Waka Kotahi invites suppliers experienced in provision of electricity supply management services. NZTA Waka Kotahi has electricity supply contracts in place for both corporate facilities, including offices and electric vehicle charging stations, as well as its State Highway (SH) Network, including streetlighting, tunnels and Intelligent Transport Systems (ITS). We are seeking to one or more providers to provide a range of electricity supply management services relating to billing and supply administration, electricity supply management and electricity related projects support. High-level scope elements include: invoice validation and administration supporting NZTA with re-tendering of electricity supply with All-of-Government electricity contract supporting NZTA with electricity related projects such as LED streetlight upgrade programme. RFP involves two documents: Main RFP document (outlines our requirements in detail) Response form (contains questions on the evaluation criteria) Government Model Contract (GMC) Schedule 2 (contains terms and conditions) Tenderers are required to submit the response form as per the instructions outlined in the form itself. RFP submissions are to be uploaded to the GETS eTender box in a single file (pdf format). The file should be labelled as: 10605 RFP Submission Tenderers should refer to the GETS website for instructions on uploading their RFP files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29558949,Request for Proposals,Closed Competition,Mobile Safety Camera Operation Services - RFP,10086,20240610,20240723,20241202,New Zealand Transport Agency,Sole Agency,No,,"Mobile Safety Cameras are critical to the success of the Safety Camera Programme, as they are a key part of the overall Safety Camera System. NZTA has identified the need to engage the market to find a suitable long-term Mobile Safety Camera Operations provider. It has been agreed that the accountability of Mobile safety camera operation will be transferred from NZ Police to NZTA by 30 June 2025. This RFP relates to the purchase of Mobile Safety Camera Operations service, defined as the full set of services required to deliver a Mobile Safety Camera operation including: Guaranteed Enforcement Hours following the schedule developed by NZTA. Mobile camera hardware and operating systems that can meet evidentiary requirements for enforcement activities. Mobile Safety Camera operators (personnel) who operate the Mobile Safety Cameras. This includes the support and management personnel. Mobile Safety Camera Vehicles used for the Mobile Safety Camera operations. This includes the required storage facilities for the Vehicles. Mobile Safety Camera support teams, such as an operations centre and management, and IT systems needed to support the network and operations.",Awarded,"Successful supplier(s) name(s) and address(es): Acusensus NZ Limited 18 Viaduct Harbour Avenue, Auckland Central, Auckland, 1010, New Zealand Description of the goods, services or works: NZTA will contract Acusensus to provide up to 80,000 hours of mobile speed camera operations per year. Acusensus will run the day-to-day operations of mobile safety cameras. This includes the cameras, systems, vehicles, and?staff including their health and safety. Acusensus will only be responsible for providing images, they will not decide where an offence has occurred. NZTA is the enforcer and will process all images from the cameras, confirm where a vehicle has been speeding and issue all notices. NZTA will decide where, and when, cameras will be placed at any one time. This contract will be based on the number of hours mobile cameras are operating. Acusensus will not receive any incentives or funds from tickets issued. ? Date the contract/s was awarded: 2 December 2024 Expected term of the contract(s): 5 years initial term. Plus 2 rights of renewal of 2 years each. Value of the contract(s) awarded: Estimated Whole of Life Cost up to $92M for initial term. Procurement process used: Open advertisement Suppliers New Zealand Business Number (NZBN) (where available): 9287251",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29637202,Request for Tenders,Open Competition,State Highway Skid Resistance and High Speed Data Surveys,9579,20240620,20240725,20240919,New Zealand Transport Agency,Sole Agency,No,,"This Request for Tender (RFT) is an open invitation to suppliers who have the necessary capacity, capability, and track record and wish to submit a proposal for the State Highway Skid Resistance and High Speed Data Surveys. This procurement is a one-stage procurement process and is issued by New Zealand Transport Agency Waka Kotahi (NZTA). The Contract is for: Annual skid resistance and HSD condition surveys on the entire New Zealand State Highway network, covering approximately 23,000 lane kilometres. Collection of skid resistance, transverse profile (rutting), longitudinal profile (roughness and enhanced profile variance), macrotexture, geometry, GNSS, network right of way imagery, and all associated equipment validation, data processing, compliance monitoring and reporting. A term of up to 7 years, with an initial term of 5 years and provision for two 1-year extensions. Tenderers are invited to attend an interactive meeting, scheduled for 1-3 July.",Awarded,"Description of the goods, services or works: This Contract is for the annual skid resistance and High Speed Data condition surveys on the entire New Zealand State Highway network, covering approximately 23,000 lane kilometres. The Contract includes the collection of skid resistance, transverse profile (rutting), longitudinal profile (roughness and enhanced profile variance), macrotexture, geometry, GNSS, network right of-way imaging, and all associated equipment validation, data processing, compliance monitoring and reporting. Date awarded: 19 September 2024 Expected term of the contract(s): Five years extendable by two years Procurement process used: RFI and then tender using the Price- Quality Method",0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29931227,Request for Tenders,Open Competition,BOP West SH29 Kaimai Asphalt Renewals 2024/25 - Request for Tender,10860,20240807,20240906,20240923,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency is callings tenders from suitability qualified and experienced Contractors to deliver a package of highway surfacing work within New Zealand Transport Agencys Bay of Plenty West Region, on State Highway 29 between Tauriko and the Kaimai Summit. The scope includes approximately 6.4 lane.km of structural asphaltic concrete pavement rehabilitation, 2.3 lane.km of thin asphalt resurfacing, reinstatement of bridge joints, pavement markings and upgrades to existing drainage structures. The asphaltic concrete resurfacing includes design and supply of high PSV stone mastic asphalt, and high strength porous asphalt. In accordance with NZTA Prequalification for Physical Works, this contract has been classified as Surfacing Level B. Tenderers are reminded that under the terms of the Prequalification Competitive Pricing Procedure, only those prequalified to Surfacing Level B (2B) are eligible to submit a tender. Electronic copies of the Request for Tender (RFT) documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 10860 - Contractors Name - Proposal excluding Price File No 2 10860 Contractors Name - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,12810351,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,29931472,Request for Tenders,Open Competition,BOP West SH City & Surrounds Asphalt Renewals 2024/25 - Request for Tender,10859,20240807,20240927,20241021,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"NZ Transport Agency is callings tenders from suitability qualified and experienced Contractors to deliver a package of highway surfacing work within New Zealand Transport Agencys Bay of Plenty West Region, on the State Highways in and around Tauranga City. The scope includes approximately 2.1 lane.km of structural asphaltic concrete pavement rehabilitation, 7.3 lane.km of thin asphalt resurfacing, reinstatement of bridge joints, pavement markings and upgrades to existing drainage structures. The asphaltic concrete resurfacing includes design and supply of high PSV stone mastic asphalt, and high strength porous asphalt. In accordance with NZTA Pre-qualification for Physical Works, this contract has been classified as Surfacing Level B. Tenderers are reminded that under the terms of the Prequalification Competitive Pricing Procedure, only those prequalified to Surfacing Level B (2B) are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 10859 Contractors Name - Proposal excluding Price File No 2 10859 Contractors Name - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Tenders close at 12.00pm on 24 September 2024",Awarded,,9499996,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30017901,Award Notice,Open Competition,Local Road Sealed Pavement Condition Data Collection - Physical Works (Area 1 and Area 3),10344,20231122,20231218,20240708,New Zealand Transport Agency,Sole Agency,No,,"We require physical works suppliers who will work with Te Ringa Maimoa to manage and deliver annual sealed pavement condition data surveys on the national local road network. This data collection support is fundamental to the pavement maintenance, resurfacing and rehabilitation across New Zealand. The scope of the services includes: Annual sealed pavement survey planning. Annual sealed pavement condition data collection (using Pavemetrics LCMS-2 laser scanning technology). Processing and supply of data to meet the contract specifications. Annual equipment certification, calibration and validation. Supply and maintenance of survey systems and vehicles. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 Contract Number - Proposal excluding Price - File No 2 Contract Number Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Contract number 10344 Area 2 Central North Island and Area 3 Lower North Island we awarded to Wood and Partners Consultants Ltd Area 2 - Central North Island $6,962,677 less multiple contract discount $431,706 excluding GST Area 3 - Lower North Island $7,929,973 less multiple contract discount $486,816 excluding GST This is the second contract issued from the original advertised on GETS under #8812",13974128,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30031509,Request for Tenders,Open Competition,Pavement Rehabilitation: Taranaki South 2024/25 - 2025/26 Request for Tender,10891,20240821,20240910,20241016,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Pavement Rehabilitation: Taranaki South 2024/25 - 2025/26 This Contract is for rehabilitation physical works of sections of State Highway according to the proposed programme of work as detailed below. There are three packages of work available for tender two packages in Northland and one in Taranaki. Only tenderers pre-qualified to Construction - Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: Contract number Contractor Name - proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box . Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,4927717,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30031614,Request for Tenders,Open Competition,Pavement Rehabilitation: Dargaville West 2024/25 2025/26 Request for Tender,10975,20240821,20240910,20241016,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Pavement Rehabilitation: Dargaville West 2024/25 - 2025/26 This Contract is for rehabilitation physical works of sections of State Highway according to the proposed programme of work as detailed below. There are three packages of work available for tender two packages in Northland and one in Taranaki. Only tenderers pre-qualified to Construction - Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: Contract number Contractor Name - proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box . Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,4596419,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30031697,Request for Tenders,Open Competition,Pavement Rehabilitation: Northland North/West 2024/25 2025/26 Request for Tender,10976,20240821,20240910,20241016,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for Pavement Rehabilitation: Northland North/West 2024/25 - 2025/26 This Contract is for rehabilitation physical works of sections of State Highway according to the proposed programme of work as detailed below. There are three packages of work available for tender two packages in Northland and one in Taranaki. Only tenderers pre-qualified to Construction - Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: Contract number Contractor Name - proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box . Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2518561,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30145737,Request for Tenders,Closed Competition,SH29 Omanawa Bridge Replacement Detailed Design and SQA - Request for Tender,10601,20240906,20240927,20241029,New Zealand Transport Agency,Sole Agency,No,,"This is a closed competitive tender process with shortlisted respondents, following from an earlier open competitive ROI. The RFT sets out the step-by-step process and conditions that apply. Electronic copies of the Request for Tender documentation are attached to this advertisement. Please confirm your participation in the mandatory individual interactive meeting with the Tender Secretary by 2pm Tuesday 10 September 2024. ALL TENDER QUERIES are to be directed to TenderSecretaryTauranga@nzta.govt.nz All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. RFT submissions shall be uploaded to GETS eTender box the files should be labelled: The GETS file upload limit is 50MB. The files should be labelled: File No 1 Contract Number - Consultants Name - Proposal excluding Price File No 2 - Contract Number - Consultants Name - Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,3235320,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30182759,Request for Tenders,Open Competition,Geotech Routine Scaling and Maintenance Canterbury PW,10914,20240913,20241017,20241213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the delivery of an annual schedule of rockfall scaling and associated geohazard vegetation management within the South Islands Canterbury region. In addition to above, there may be additional services procured through this contract. This may include: Geotechnical structure inspection support Geohazard inspection support Providing expertise and technical advice for the optioneering and scoping of future projects Delivery of low cost(<$200K) projects that involve low risk and complexity Only tenderers pre-qualified to level Construction - Level D (4D) or approved similar (e.g. 1D) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 10914 - Proposal excluding Price - File No 2 10914 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Rock Control was awarded with the total value $472,195.07",472195,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30182968,Request for Tenders,Open Competition,Geotech Routine Scaling and Maintenance Westcoast - PW,11006,20240913,20241017,20241213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the delivery of an annual schedule of rockfall scaling and associated geohazard vegetation management within the South Islands West Coast region. In addition to above, there may be additional services procured through this contract. This may include: Geotechnical structure inspection support Geohazard inspection support Providing expertise and technical advice for the optioneering and scoping of future projects Delivery of low cost(<$200K) projects that involve low risk and complexity Only tenderers pre-qualified to level Construction - Level D (4D) or approved similar (e.g. 1D) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 11006 - Proposal excluding Price - File No 2 11006 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Rock Control was awarded for the total value: $ 389,603.82",389604,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30257872,Request for Tenders,Open Competition,Top of the South Structures Maintenance 2024-26,11011,20240924,20241024,20241121,New Zealand Transport Agency,Sole Agency,No,,"This Contract is for the supply of materials, labour and equipment, and for construction of various Region 10 (Nelson/Tasman and Marlborough) State Highway bridges and structures repair and maintenance works. Only suppliers prequalified to Routine and Minor Works Levels A, B or C (1A, 1B or 1C) and also Bridge Construction Levels A, B or C (3A, 3B or 3C) are eligible to submit a tender.",Awarded,,2672197,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30265468,Award Notice,Open Competition,SH41 R- Waihi Hill Scour + SH41 Waihi Hill Hipaua Steaming Cliffs Slip Crown Resilience,10520,20240712,20240726,20240910,,Sole Agency,No,,"Scope of works for each site includes constructing a Rock Slope Wall with minor improvements to the SW outlets. We have also proposed to remove and replace existing side guardrail to latest NZTA standards.",Awarded,,312859,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30285757,Request for Tenders,Open Competition,SH1 Mangatoetoenui Bridge Superstructure Rebuild Central Waikato Desert Road - Physical Works,11123,20240927,20240927,20240927,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Physical Works contract is for the construction of a replacement superstructure for SH1 Mangatoetoenui Stream Bridge BSN 7850, which is located on the Desert Road at approximately RS/RP 01N-0777/8.050. The existing bridge was constructed in the late 1960s and is a simply supported 18.3m single span structure. The superstructure requiring replacement consists of a 200mm thick nail laminated timber deck with 6 No. steel beams. The new superstructure consists of prefabricated steel girders made composite with a reinforced concrete bridge deck. New bearings and plinths, and new abutment back walls will be constructed as part of the works, with the substructure below this remaining unchanged. No works in the stream are required. The road will be rebuilt on both sides of the bridge by approximately 5m to tie in with the new superstructure. New asphaltic surfacing will be provided on the bridge, and new roadside barriers will be installed on the bridge and approaches. Only tenderers pre-qualified to level Bridge Construction Level A (3A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File 1 Contract Number Contractor Name - Proposal excluding Price - File 2 Contract Number Contractor Name - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Not Awarded,Contract Cancelled - Uploaded in Error,0,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30286187,Request for Tenders,Closed Competition,SH1 Mangatoetoenui Bridge Superstructure Rebuild Central Waikato Desert Road - Physical Works,11123,20240927,20241015,20241108,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Physical Works contract is for the construction of a replacement superstructure for SH1 Mangatoetoenui Stream Bridge BSN 7850, which is located on the Desert Road at approximately RS/RP 01N-0777/8.050. The existing bridge was constructed in the late 1960s and is a simply supported 18.3m single span structure. The superstructure requiring replacement consists of a 200mm thick nail laminated timber deck with 6 No. steel beams. The new superstructure consists of prefabricated steel girders made composite with a reinforced concrete bridge deck. New bearings and plinths, and new abutment back walls will be constructed as part of the works, with the substructure below this remaining unchanged. No works in the stream are required. The road will be rebuilt on both sides of the bridge by approximately 5m to tie in with the new superstructure. New asphaltic surfacing will be provided on the bridge, and new roadside barriers will be installed on the bridge and approaches. Only tenderers pre-qualified to level Bridge Construction Level A (3A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File 1 Contract Number Contractor Name - Proposal excluding Price - File 2 Contract Number Contractor Name - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1997325,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30300470,Request for Tenders,Open Competition,SH26 Onetai Bridge Replacement Physical Works,8646,20241001,20241031,20241213,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the demolition and replacement of SH26 Onetai Stream Bridge (BSN841). Onetai Stream Bridge is a 9m long bridge located approximately 14km north of Paeroa and carries SH26 over Onetai Stream. The Contract Works comprise of: Replacement of the existing Onetai Stream Bridge with a bridge comprising a timber superstructure; Construction of new reinforced concrete abutment; Construction of new mechanically stabilised embankments with mass block retaining walls; Construction of instream scour protection measures including reno mattress, rip rap and insitu concreting; Civil works including safety barriers, pavements, carriage widening, roadside furniture, signage and line marking; Temporary traffic management; Service relocations and protection Temporary Works design including but not limited to temporary propping, craneage and confirming adjacent ground conditions for crane foundations and improvements if needed. Riparian planting. The Contract period is 60 Working Days and the Due Date for Completion of the Contract Works is no later than 31 March 2025. It is envisaged that the Contractor will utilise a single full road closure to undertake the majority of the site-based Contract works. This road closure has been included as a Separable Portion, with flexibility given to Contractors regarding the timing and duration of the Separable Portion which sits within the Contract period. The new timber superstructure is viewed by NZTA as a prototype solution for sustainable replacement of short-span vehicle bridges. The glue-laminated timber and plywood deck and kerb materials for the new superstructure are being supplied by NZTA. Only tenderers pre-qualified to Bridge Construction Level A (3A) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. All tender queries are to be submitted via the GETS Q & A Portal. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: File No 1 8646 Proposal excluding Price File No 2 8646 Price Tender submissions will only be accepted electronically via the GETS eTender Box.",Awarded,,2245340,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30374646,Request for Tenders,Closed Competition,Taupo CVSC Phase 2 - WIM and VMS Construction,10644,20241011,20241031,20241209,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"The Weigh Right Programme (WRP) has been created to apply policing of overweight vehicles in key locations across the country. To achieve that, the WRP is managing the design, procurement, construction, and commissioning of 12 Commercial Vehicle Safety Centres (CVSC) and associated weigh in motion sites and VMS communication boards. The Weigh In Motion (WIM) and Variable Messaging Sign (VMS) sites are being constructed to weigh, record and communicate with heavy commercial vehicles travelling near the CVSC site allowing potentially non-compliant vehicles to be identified and directed to the CVSC site. This is a Physical Works contract for the construction of the WIM Sites and VMS structures and associated infrastructure for the Taupo CVSC. The Contract Works comprise of: Construction of five Weigh In Motion (WIM) sites (including infrastructure needed for Automatic Number Plate Recognition (ANPR) Cameras); Construction and installation of four Variable Message Sign (VMS) Structures and associated infrastructure; Pavement removal, preparation, construction and surfacing; Earthworks; Safety barrier construction; Utility services work and connections (primarily electrical, ITS and telecommunications); Other Civil & Finishings: Signage, Line Markings etc., and Temporary Traffic Management. Only tenderers pre-qualified to Construction Level 4B and Surfacing Level 2B under the terms of the NZ Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 10644 - Proposal excluding Price (PDF) - File No 2 10644 Price (PDF) - Additionally, tenderers must submit a copy of their Schedule of Prices file as an excel spreadsheet. Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,3946751,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30465918,Request for Tenders,Open Competition,SH1 Freeths Road Right Turn Bay - Marlborough - Physical Work,10679,20241022,20241122,20241216,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of a right turn bay and flush median at the intersection of SH1 and Freeths Road, Marlborough. (SH1 RP 6780 TO RP 7340, Freeths Road RP0 to RP 60). The Contract Works comprise of: Construction of a right turn bay Corridor widening Only tenderers pre-qualified to Surfacing Level 2C and Construction Level 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the IFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 10679 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"683,606.50 Awarde Price for Fulton Hogan",683607,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30508002,Request for Tenders,Open Competition,SH30 Te Ngae Rd Wharenui Intersection - Physical Works,10954,20241029,20241126,20241211,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the traffic signalisation of the SH30 Te Ngae Road and Wharenui Road intersection, Rotorua. The Contract Works comprise of: Undergrounding of overhead services; Services relocation; Pavement rehabilitation, pavement widening and surfacing; Drainage works, including new kerb and channel, grated channel, catchpits and manholes: Footpaths and shared paths: On-road cycle lanes each side of the intersection: Traffic Signal intersection upgrade at Wharenui Road, Landscaping and urban design, Streetlighting, and Full depth pavement and surfacing to NZTA T/10 on eastbound lane of SH 30 in vicinity of Tumene Street intersection Z1/Z2 SSA Outcomes - Minor bus stop signs and tactile installation at Station 1820m and gated Merge Signs at Station 2320m Only tenderers pre-qualified to 2A, 2B, 2C and 4A, 4B and 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract number 10954 proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,1707583,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30592207,Request for Tenders,Open Competition,Region 4 Bay of Plenty Structural Maintenance 2024/2025,11029,20241107,20241129,20250226,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for structural maintenance to various existing structures on the state highway network primarily within the Bay of Plenty (Region 4) region, however may include additional sites located in the Waikato (Region 3). The Contract Works include, but are not limited to: Concrete works (void filling, spall repair, crack injection, silane coating) Structural steelwork and corrosion protection Bridge strengthening including longitudinal shear brackets, FRP and post-tensioning Gabion basket and retaining wall repairs Scour remediation and river protection works Rock rip-rap armouring (supply and placement) Pedestrian barrier replacement Bridge joint maintenance Miscellaneous repairs at bridges and road structures, including emergency works. The contract contains two separable portions: Separable Portion 1 consists of works to be completed during the 2024/25 financial year, ending 30 June 2025. Separable Portion 2 consists of provisional works to be added to the Contract in the 2025/2026 financial year, ending 30 June 2026. Separable Portion 2 will be added to the Contract at the sole discretion of the Principal, subject to funding and contractor performance. Only tenderers pre-qualified to Bridge Construction Level 3C under the terms of the Highways and Network Operations (HNO) Prequalification System will be eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDER ENQUIRIES ARE TO BE SUBMITTD VIA GETS Q&A PORTAL All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single electronic zip file (pdf) format). The GETS file upload limit is 50 MB. The file should be labelled as: File 1 11029 Proposal including Price Submission Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2564923,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30601359,Award Notice,Open Competition,West Waikato Pavement and Drainage Remediations,11192,20241017,20241020,20241108,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This Contract is for the physical works of stormwater drainage remediation for two separable portions. The scope of the works is described in the bullet points below: Separable Portion 1: SH21 RS002 - RP579, Airport Road, (Stormwater Pipe Repair). The site requires general site clearance, installation of a manhole, pipes and a wingwall. The works are largely accessed off the state highway. Separable Portion 2: SH23 RS032-RP2904-3010, (Embankment and Channel Remediation). The site requires general site clearance, general maintenance of kerb and channel, minor embankment shaping. The works are located in the shoulder of SH23.",Awarded,,89485,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30601548,Award Notice,Open Competition,SH41 Waihi Hill Underslip Repairs,10164,20240603,20240606,20240618,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,523066,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30645202,Request for Tenders,Closed Competition,Belfast to Pegasus Motorway and Woodend Bypass - pre-implementation and MSQA professional services - RFT,11320,20241119,20241219,20250225,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This RFT Is an invitation to suppliers who registered their interest through the earlier Registration of Interest (ROI) process to submit a tender for the Belfast to Pegasus Motorway and Woodend Bypass project - pre-implementation and MSQA professional services contract. The project is part of the Roads of National Significance (RoNS) in the Government Policy Statement on Land Transport 2024 and is an extension of the Christchurch Northern Motorway, providing four lanes of grade separated motorway over a 10km length of SH1 from around Lineside Road to Pegasus. The scope of work for this contract includes statutory approvals, geotechnical testing, detailed design, Tender documents for physical works and management, Surveillance and Quality Assurance (MSQA) responsibilities. The contract and services for this project will be split into two work packages: an early works package anticipated to be pre-loading, and a main works package. Procurement dates Group interactive: 20 November 2024, 9.00 11.30am Individual interactives: 3 and 4 December 2024 Tender close: 19 December 2024 Target date for contract award: 26 February 2024 Other details Electronic copies of the Request for Tender documentation are attached to this advertisement. All other reference material will be made available to Tenderers via a SharePoint link. Tenderers will be required to provide the details of their point of contact to receive access. ALL TENDER QUERIES MUST BE SUBMITTED VIA THE GETS Q & A PORTAL As per clause 1.2 of the RFT document, a Group Inception Meeting will be held via Teams on Wednesday 20 November 2024 9am 11:30 am. Tender submissions shall be uploaded to GETS eTender box in two separate files in pdf format. The GETS file upload limit is 50MB. The files should be labelled: File No 1 11320 Proposal excluding Price File No 2 11320 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"Aurecon - Tonkin & Taylor - Awarded for $20,997,600.00",20997600,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30651114,Request for Tenders,Closed Competition,SIP Templeton to Selwyn River PW,10827,20241119,20241212,20250128,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for seal widening and the installation of a wide centre line for a 1.8km section of SH1 between Dunns Crossing Road and Burnham Road. The Contract Works comprise of: a) Environmental management b) Site clearance, including but not limited to: a. Tree removal and trimming b. General site clearance c) Earthworks d) Ground Improvements e) Installation of swale f) Approximately 1.8km of shoulder widening, typically by a width of 1.5m g) Approximately 1.8km of resealing h) Signs and line marking, including ATP i) Landscaping j) Traffic Management A tender inception meeting will be scheduled for 26 November 2024, to be held at Aurecon Level 2, Iwikau Building, 93 Cambridge Terrace Christchurch 8013 offices in Christchurch. Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be emailed to Eden.Peradilla@aurecongroup.com All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File No 1 10827 - Proposal excluding Price - File No 2 10827 Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,"This contract was awarded to Corde Ltd for the total value of: $ 1,723,485.71",1723486,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30690133,Request for Tenders,Closed Competition,SH25 Ramarama Bridge Replacement - Detailed Design (End of Life Bridge),11299,20241122,20241212,20250128,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the design of a new bridge to replace the existing SH25 Ramarama bridge which is at end of life. The Contract will include: Topographical survey to the standard required to allow detailed design of an offline bridge. Hydrological assessment and flood modelling as necessary to design storm-water management and stream realignment requirements, design flood levels, flood mitigation and freeboard. Review and allow for findings and recommendations in the Ecological reports and any other technical specialist reports supplied by Client. Development of estimates and economics Preparation of the design, drawings and documents for the Implementation phase RFT. Electronic copies of the Request for Tender documentation are attached to this advertisement. All tender communications are to be directed through the GETS Questions and Answers portal. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 11299 Proposal excluding Price File No 2 - 11299 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,492288,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30701972,Request for Tenders,Open Competition,SH1 Dashwood Resilience Improvement,11162,20241125,20241216,20241220,New Zealand Transport Agency,Sole Agency,No,,"Location of project is SH1 Dashwood, approx. 20km south of Blenheim, with approximately 4,000 vehicles per day, including 15% Heavy Vehicles. There have been multiple road closures of SH1 due to flooding across the carriageway during storm events. The level of service is to be improved, through the raising of the carriageway (approx. 450m in length) and supplementary swale drainage to assist in storm flows.",Awarded,,1010010,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30713842,Request for Tenders,Closed Competition,SH36 Hauraki Stream Bridge Replacement (End of Life Bridges),11425,20241126,20241217,20250324,New Zealand Transport Agency,Sole Agency,No,,,Awarded,,608104,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30715285,Request for Tenders,Open Competition,SH79 Pavement Rehabilitation Works - Granular overlay- PW,11436,20241128,20241217,20250120,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of pavement rehabilitation (granular overlay) on SH79 between RP 0000/4.380 and 0000/6.100. The Contract Works comprise of: Earthworks, Pavement construction, Chipsealing, Reinstatement of signs and line marking, Traffic management Only tenderers pre-qualified to level 2C and 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. A compulsory tender inception meeting will be scheduled for 5th December 2024 1-2pm. Tenderers wishing to submit a tender may only do so if a representative of the tenderers organisation has attended this briefing, to be held via MS Teams. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED via GETS. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50MB. The file should be labelled: - File No 1 11436 Proposal including Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Please review the complete GETS Advert in the attachments.",Awarded,"Fulton Hogan was awarded for the amount of $626,329.40",626329,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30732432,Request for Tenders,Open Competition,SH1B Telephone Road Rail Crossing Improvement,11431,20241128,20241219,20250124,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for The intersection of Telephone Road, Holland Road and Marshmeadow Road is currently closed to traffic due to poor grading over the level crossing. The scope of this project is to improve the grading at the level crossing and mitigate short stack occurrences. To remedy these issues the works will require pavement overlay, reinstatement of the level crossing surface, minor civil works and renewal of the existing signage and line marking. KiwiRail will be undertaking track and signalling works as part of the wider project, separate from this contract. WEL may also be undertaking undergrounding or power line relocations at the site. Works will likely occur during the Contract Period of this project and the Contractor will need to liaise with KiwiRail and WEL. The Contract Works comprise of: Regrading of Holland Road, Telephone Road, and Marshmeadow Road Reinstatement of the level crossing surface (asphalt only with Epflex to be installed by KiwiRail) Formalising of escape bays Pavement widening where required Renewals of line marking and signage Installation of drainage items (manholes, pipework, wingwalls) Minor earthworks/landscaping Co-ordination and liaison with KiwiRail and utility providers (overhead power relocation) undertaking works Lighting relocation and upgrades ITS work installation of a WB2 sign and associated equipment, and reinstatement of RIAWS induction detection loops Signage and road marking Utility identification and protection Temporary traffic management under NZGTTM Temporary works design, installation, and removal Stakeholder liaison Only tenderers pre-qualified to Surfacing Level B (2B) and Construction Level C (4C) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL TENDERERS QUERIES are to be SUBMITTED through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 11431: SH1B Telephone Road Level Crossing proposal including price Tender submissions will only be accepted electronically via the GETS eTender box.",Awarded,,1518164,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30853826,Request for Tenders,Closed Competition,SH82 EOL Bridge Replacements Design & MSQA Waihao North Bridge & Elephant Hill Bridge - PS,11371,20250116,20250218,20250327,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Professional Services contract for the Design and MSQA of two EOL Bridge Replacements SH82 Waihao North Bridge & SH82 Elephant Hill Bridge. The Contract will comprise: Topographical survey to the standard required to allow detailed design. Geotechnical investigations. Property requirements. Design of two online bridges consisting of two 3.5m traffic lanes and 0.75m shoulders. Design of temporary detours using Bailey bridges. Development of estimates and economics. Statutory approvals. Preparation of the designs, drawings and documents for the Implementation phase RFT. Implementation MSQA (Provisional) Electronic copies of the Request for Tender documentation are attached to this advertisement. ALL TENDER QUERIES are to be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files (pdf format plus EXCEL spreadsheet Schedule of Prices). The GETS file upload limit is 50MB. The files should be labelled: File No 1 11371 Proposal excluding Price File No 2 - 11371 Price Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Refer to the full GETS advert attached with the documents.",Awarded,"The contract was awarded to WSP for $1,475,902.00",1475902,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30864312,Request for Tenders,Open Competition,Central Waikato 24/25 Chipsealing Programme,11466,20250107,20250128,20250204,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the material supply and construction of 20.5 centreline kilometres of chipseal surfacing throughout the Central Waikato State Highway network. The Contract Works comprise of: P17 Surfacing Design to determine the most cost effective treatment Chipseal resurfacing construction Removal of Excess Sealing Chip Reinstatement of Traffic Services Reporting on completion of works Only tenderers pre-qualified to level Surfacing Level B (2B) under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. All tender communications are to be submitted through the GETS Questions and Answers portal. All responses to tender questions/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File 1 11466 Contractor Name - Proposal excluding Price - File 2 11466 Contractor Name - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,2138923,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30886707,Request for Tenders,Open Competition,"Asphaltic Surfacing - Structural, Mill and fill as required",11438,20250116,20250207,20250214,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of asphalt resurfacing of SH1 between RP 0501/4.140 and 0501/4.526 (386m). The proposed design is removing the existing seal and upper pavement for 220mm structural AC made up of 60mm AC14 and 160mm AC20 (two lifts of AC20). The Contract Works comprise of: Milling to waste of existing pavement, Construction of new structural asphalt pavement and surface Reinstatement of line marking, Traffic management Only tenderers pre-qualified to level 2C and 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL Communications are to be submitted via the GETS Q&A Portal. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50MB. The file should be labelled: - File No 1 11438 Proposal including Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Full GETS Advert included in the attachments.",Awarded,"Fulton Hogan was awarded for this contract with a total value of $1,259,136.46",1259136,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30888612,Request for Tenders,Open Competition,SH1 Wellington Improvements Investment Case Professional Services - RFT,11645,20250114,20250130,20250214,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This RFT is an invitation to interested parties to submit a tender for the provision of design services and investment case development support for the completion of an investment case for the SH1 Wellington Improvement project. Please note that this RFT is not in a final state. Please refer to the attachments - GETS advert, electronic Request for Tender document and for more details. The SH1 Wellington Improvements Project is part of the Roads of National Significance (RoNS) in the Government Policy Statement on Land Transport 2024. The project aims to provide more efficient and reliable access on State Highway 1 from north of the Terrace Tunnel to Wellington CBD, airport and hospital to support regional economic growth and includes: A duplicate Mt Victoria Tunnel Upgrades to the Basin Reserve Duplication of the Terrace Tunnel. Supporting improvements to the remainder of the SH1 corridor through Wellington The target date for completion of the investment case is 30 June 2025, which will require design and other investment case activities to start as early as possible and be delivered with a strong focus on efficient planning and resources use. As per clause 1.2 (d) of the RFT, a Group inception meeting will be held via TEMAS on 16/01/2025. ALL TENDER QUERIES MUST BE SUBMITTED VIA THE GETS Q & A PORTAL",Awarded,,2687175,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,30901033,Request for Tenders,Open Competition,SH2 Matekerepu Roundabout,10718,20250117,20250224,20250319,New Zealand Transport Agency,Sole Agency,No,,"This is a Physical Works contract for the intersection of State Highway 2 (SH2) and Wainui Road which is proposed to be upgraded to improve the safety of road users with the construction of a roundabout Matekerepu Roundabout. The roundabout will require traffic to slow down on a stretch of SH2 where traffic speeds are generally high and visibility at the intersection is poor. The project works may include: Temporary traffic management Utility diversions Site clearance Earthworks Drainage Construction of a single lane roundabout Construction or reconstruction of approximately 700m of two-lane road on the approaches to the roundabout Pavement and surfacing (cement stabilised subbase, deep lift asphalt, granular pavement, chip seal and SMA surfacing) Road safety barriers Design and installation of streetlighting Landscaping No work is required on Matekerepu Bridge Only tenderers pre-qualified to level Construction 4B under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the Request for Tender documentation are attached to this advertisement. All tender communications are to be submitted through the GETS Questions and Answers portal. All responses to tender questions/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in two separate files. The GETS file upload limit is 50MB. The files should be labelled: - File 1 10718 Contractor Name - Proposal excluding Price - File 2 10718 Contractor Name - Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,5043192,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,31072378,Request for Tenders,Open Competition,Heavy Maintenance Works,11439,20250217,20250307,20250321,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,"This is a Physical Works contract for the construction of pavement rehabilitation on SH1 at the intersection of SH1 Ealing Withells intersection, including widening of the intersection and northbound passing lane. The Contract Works comprise of: Earthworks, Drainage, Pavement construction, Chipsealing and asphalting, Line marking (new layout), Traffic management Only tenderers pre-qualified to level 2C and 4C under the terms of the Transport Agencys Prequalification System are eligible to submit a tender. Electronic copies of the RFT documentation are attached to this advertisement. ALL Communications are to be submitted via the GETS Q&A Portal. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box. The GETS file upload limit is 50MB. The file should be labelled: - File No 1 11439 Proposal including Price (pdf format PLUS excel spreadsheet Schedule of Prices) Tender submissions will only be accepted electronically via the GETS eTender Box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm Please find attached the full GETS Advert.",Awarded,"This contract was awarded to Higgins for a contract value of $616,659.41",616659,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,31252441,Award Notice,Open Competition,Waikato & Bay of Plenty Vegetation Control,11361,20241105,20241130,20250113,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,2954724,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,31252486,Award Notice,Open Competition,SH29 Omanawa Bridge Replacement - Geotech Investigation,10645,20240802,20240814,20240816,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,981148,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,31252513,Award Notice,Open Competition,BOP West State Highway Granular Pavement Renewals 2024/25,10861,20240625,20240708,20240723,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,4773359,20250410 New Zealand Transport Agency (Waka Kotahi) - HISTORIC,31254086,Award Notice,Open Competition,SH1 Tirau to Waiouru Pavement Rehabilitation Accelerated,10964,20240701,20240715,20240901,NZ Transport Agency - Highways and Network Operations,Sole Agency,No,,,Awarded,,100000000,20250410 New Zealand Transport Agency (Waka Kotahi NZ Transport Agency),430942,Request for Tenders,Open Competition,Southland State Highway Resurfacing 2014/15 - Old GETS ref# 42686,PW S82/23,20140701,20140729,20201007,,Sole Agency,No,Opus International Consultants Ltd - 65 Arena Avenue - PO Box 647 - Invercargill,"A total of 27.05km of performance based (P/17) resurfacing, associated pavement marking and replacement of raised reflective pavement markers on State Highways 1, 6, 95. 96, 98 and 99 in the Southland area. In accordance with the Prequalification for Physical Works, this contract has been classified as 'Surfacing - Level 2C'. Tenderers are reminded that under the terms of the Prequalification Competitive Pricing Procedure, only those prequalified to Surfacing Level A, B or C (2A, 2B or 2C) are eligible to submit a tender. Tender Documents will be available from 12 noon on Wednesday 2 July 2014 from:Opus International Consultants Ltd 65 Arena Avenue PO Box 647 Invercargill""",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email Laura.Macready@nzta.govt.nz putting GETS Award Notice in the subject line.",0,20250410 New Zealand Transport Agency (Waka Kotahi NZ Transport Agency),441758,Request for Tenders,Open Competition,PHYSICAL WORKS - CENTRAL WAIKATO RESURFACING 2014/15 - GETS ref# 42811,NZTA 2/07-005/642,20140714,20140812,20201007,,Sole Agency,No,"""Opus International Consultants Ltd - 111 Heuheu Street or PO Box 43 - TAUPO - 3351""","PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER Tenders are invited for highway surfacing work within NZ Transport Agency Central Waikato Region, on State Highways 1, 5, 28, 30, 32, 41 and 47. The work includes for approximately 34km of Maintenance and Second Coat chipsealing. The work also includes the reinstatement of all pavement markings and raised pavement markers. In accordance with Transit Pre-qualification for Physical Works, this contract has been classified as Surfacing Level A. Tenderers are reminded that under the terms of the Pre qualification Competitive Pricing Procedure, only those pre-qualified to Surfacing Level A (2A) are eligible to submit a tender. Tender evaluation will be in accordance with Land Transport New Zealands Competitive Pricing Procedures Manual Price Quality Simple. Tendering documents may be obtained from: Opus International Consultants Ltd 111 Heuheu Street TAUPO 3351 on presentation of a $100 deposit. Documents will be available from Wednesday 16 July 2014. The deposit will be refunded when the documents are returned in an undamaged condition. Tenders close with The Tenders Secretary, New Zealand Transport Agency Level 1 Deloitte Building 24 Bridge Street HAMILTON At 4:00 pm on Tuesday 12 August 2014",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email Laura.Macready@nzta.govt.nz putting GETS Award Notice in the subject line.",0,20250410 New Zealand Transport Agency (Waka Kotahi NZ Transport Agency),623472,Request for Tenders,Open Competition,SH1: Woodlands Passing Lanes - Old GETS ref# 42866,PW S73/02,20140721,20140826,20201007,,Sole Agency,No,Opus International Consultants Ltd - 65 Arena Avenue - PO Box 647 - Invercargill,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER This contract is for the construction of two back to back passing lanes on State highway 1 near Woodlands in Southland. In accordance with the Prequalification for Physical works, this contract has been classified as Construction - Level C. Tenderers are reminded that under the terms of the Highways and Network Operations (HNO) Prequalification System, only those prequalified to Construction - Level A, B or C (4A, 4B or 4C) are eligible to submit a tender. Tender documents will be available from 12 noon on Tuesday 22 July 2014 from: Opus International Consultants Ltd 65 Arena Avenue PO Box 647 Invercargill",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email Laura.Macready@nzta.govt.nz putting GETS Award Notice in the subject line.",0,20250410 New Zealand Transport Agency (Waka Kotahi NZ Transport Agency),623634,Request for Proposals,Open Competition,2014-148 ART 14_49 Environmental effects Research Topics 3 - Old GETS ref# 42869,2014-148 ART 14_49,20140721,20140814,20201007,,Sole Agency,No,REFER TO ATTACHED TENDER DOCUMENTATION,"PLEASE DO NOT SUBMIT ELECTRONIC RESPONSES FOR THIS TENDER The Transport Agency is now seeking proposals for the following Environmental Effects research topics, approved for investment in the 2014/15 Research Programme: ART 14/49: The impacts of exposure to dust from unsealed roads: Guidance for mitigation options to maintain public health and minimise other environmental impacts",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email Laura.Macready@nzta.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Northland District Health Board,19528914,Request for Proposals,Open Competition,Northland District Health Board - Contractor Pre-Construction Services for Theatre Capacity Project,,20180511,20180606,20210107,,On behalf of procurement agent,No,Refer RFP for tender return details,Request for proposals for Pre-Construction services for the Theatre Capacity project at Whangarei Hospital,Awarded,,0,20250410 Northland District Health Board,20308989,Request for Tenders,Closed Competition,Northland District Health Board - Main Contractor RFT for Endoscopy Suite at Whangarei Hospital,,20181023,20181114,20210107,,Sole Agency,No,,"Request for Tender for the construction of an Endoscopy Suite at Whangarei Hospital for Northland District Health Board. The aim of this tender is to engage a Main Contractor to undertake the construction of the Endoscopy Suite within a currently vacant delivery ward located on Level 1 of the existing Medical Block B. The new Endoscopy Suite will include two procedure rooms with ancillary spaces for pre-procedure, post procedure and, staff and support functions.",Awarded,,0,20250410 Northland District Health Board,21682080,Request for Tenders,Open Competition,Main Contractor for Whangarei Hospital Carpark 14 Extension,,20190927,20191023,20191114,,All of Government,No,,"This procurement relates to the extension of an existing carpark known on campus as carpark 14. This existing carpark was constructed in 2015 in conjunction with the construction of the Tohora house office building. This project for the extension of carpark 14 was planned in 2018 including design, the project resource consent was granted in January 2019. Due to the loss of car park spaces to commence in January 2020 Northland DHB has now raised the priority of the project to alleviate the disturbance to parking on site. It is required that the successful tenderer target completion of the project before the end of 2019 to accommodate car parking loses. See tender documents for further information.",Awarded,,293199,20250410 Northland District Health Board,21934884,Request for Tenders,Closed Competition,Bay of Islands Redevelopment Stage 2 Request for Tender Design and Build,,20191114,20191217,20210107,,Sole Agency,No,,"This Request for Tenders (RFT) issued by the Northland District Health Board (the Principal) is an invitation to contractors (Tenderers) shortlisted from the Registration of Interest (ROI) for the Design & Build Contract for Bay of Islands Hospital Redevelopment Stage Two (the Contract Works). Stage two of the redevelopment includes three proposed services located in a shared building with a ground floor area of 1350m?. These services are: Outpatients Primary Health Renal and Dialysis It is proposed that the new facility will be constructed by May 2021 and is to be occupied by June 2021.",Awarded,,0,20250410 Northland District Health Board,23031213,Request for Proposals,Open Competition,Northland District Health Board - Community Mental Health Hub Request for Proposals for Building Services Design,,20200729,20200826,20210107,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers (Tenderers) to submit a Proposal for the Engineering and Building Services Design for a Community Mental Health Hub at Manaia House.,Not Awarded,,0,20250410 Northland District Health Board,24553997,Request for Tenders,Open Competition,Northland District health Board Te Kotuku Maternity Unit Redevelopment,,20210719,20210909,20211213,,Sole Agency,No,,"The Te Kotuku Redevelopment Project will replace the currently undersized and not fit for purpose Paediatric Inpatient Ward and Special Care Baby Unit (SCBU). It will also provide a new fit for purpose Medical Laboratory for the hospital This project proposes to complete the fit out and expansion that was originally allowed for when the new Maternity building was designed and built (2012-2015). We are looking for a construction company who is able to provide comprehensive construction works and project management, including: ? Construction and Demolition, including asbestos management and H&S in operational environment ? Management of subcontractors ? Coordination of associated building services (including hydraulics, mechanical ventilation, electrical IT and fire protection, etc.) ? Finishing including project completion documentation All questions and RFI's are to be submitted via the Question and Answer function",Awarded,,37000000,20250410 Northland District Health Board,25555673,Request for Proposals,Open Competition,NDHB Radiation Therapy Clinic Architect Procurement,,20220321,20220421,20220704,,Sole Agency,No,,"The project seeks to provide access locally to radiation treatment for cancer patients in Northland through the provision of a radiation therapy facility at Whangarei Hospital. The facility is to include: 2 Radiation Therapy (Linac) bunkers, with a shared consult room 1 Simulator CT room Reception, waiting area and toilets Patient change rooms, waiting area and toilets 9 consult rooms 4 chair/ bed spaces Utility rooms clean utility, dirty utility, general store and physics store Offices/open plan spaces Staff room, meeting room and staff toilets, shower and lockers Connection for pedestrians to the Jim Carney Cancer Centre There will be a supplier briefing session via Zoom on 28 March 2022 - Please register for the briefing session using the Question and Answer function by 24 March 2022 Following the briefing we request that you register your intention to submit a proposal NLT 12 April 2022. Please use the Question and Answer function to register your intention to submit. All communications for this procurement must be via the Question and Answer function on GETS. Do not contact the NDHB or the Procurement Officer directly.",Awarded,,0,20250410 Northland District Health Board,25557694,Request for Proposals,Open Competition,NDHB Radiation Therapy Clinic Engineer Procurement,,20220321,20220421,20220704,,Sole Agency,No,,"The project seeks to provide access locally to radiation treatment for cancer patients in Northland through the provision of a radiation therapy facility at Whangarei Hospital. The facility is to include: 2 Radiation Therapy (Linac) bunkers, with a shared consult room 1 Simulator CT room Reception, waiting area and toilets Patient change rooms, waiting area and toilets 9 consult rooms 4 chair/ bed spaces Utility rooms clean utility, dirty utility, general store and physics store Offices/open plan spaces Staff room, meeting room and staff toilets, shower and lockers Connection for pedestrians to the Jim Carney Cancer Centre There will be a supplier briefing session via Zoom on 28 March 2022 - Please register for the briefing session using the Question and Answer function by 24 March 2022 Following the briefing we request that you register your intention to submit a proposal NLT 12 April 2022. Please use the Question and Answer function to register your intention to submit. All communications for this procurement must be via the Question and Answer function on GETS. Do not contact the NDHB or the Procurement Officer directly.",Awarded,,0,20250410 Northland Inc,19390266,Request for Proposals,Open Competition,Northport Vision 4 Growth- Economic Impact Analysis,NPEIA18,20180124,20180209,20190801,,Sole Agency,No,,"Situated at the entrance to Whangarei Harbour 140 km from central Auckland, Northport,s a multi-purpose facility is positioned to support economic growth in both Northland and Auckland. Along with a natural deep-water channel, one of Northports most significant advantage is that they have more space at their disposal than any other port in New Zealand. The port itself has a potential footprint of 75 hectares and close to 700 hectares of designated port and commercially-zoned land nearby, all with easy access to the entire upper North Island through the State Highway network. Northport has initiated an early engagement public consultation process on its vision for growth and has already commissioned a number of background documents (including geotech, noise, etc.) that will support and inform this vision. Northland Inc is contributing to this process by commissioning an independent economic impact analysis. Northport has undertaken strategic planning of its future growth opportunities and has worked through a process to come to a short list of the preferred future growth scenarios. The economic impact analysis will be designed to estimate the likely economic impacts (direct, indirect, induced and catalytic) of the proposal for growth throughout the various stages of its development and across the different options being considered for development. The economic impact analysis will influence the final decision on which option to pursue, alongside the community and stakeholder engagement processes.",Not Awarded,,0,20250410 Northland Inc,21314811,Request for Proposals,Open Competition,Northland Inc- Review of Maori Economic Development Services,MEDR19,20190726,20190815,20200110,,Sole Agency,No,,"Northland Inc is the regional economic development agency and regional tourism organisation for Northland and is a council controlled organisation of the Northland Regional Council. Northland Incs mission is to strengthen, diversify and grow the Northland economy. It does this through the implementation of its various work programmes which includes a focus on Maori Economic Development. Northland Inc has identified Maori Economic Development as a key priority in its refreshed strategic direction and there is agreement that there is significant potential in Te Tai Tokerau. However due to aa range of factors an opportunity has arisen to undertake a piece of work to identify what the current Maori Economic Development environment in Northland looks like from a service offering perspective and make recommendations on where Northland Inc and its resources should focus in order to achieve economic development outcomes and deliver services of value to Maori. The review should explore a number of key areas: 1. Assess current Maori Economic Development environment in Northland 2. Assess/review Northland Incs current offering and how it compares to other models around the country 3. Determine the most feasible options related to service delivery for Northland Inc in the Maori Economic Development environment, based on the above findings The output required is a report that can be used to inform a Maori Economic Development operational structure for Northland Inc which may consider a range of options, including but not limited to: Reappointment of the same roles; Contracting the position in a flexible arrangement; Secondment from agencies or iwi; Exploring a virtual team arrangement with a single focus, across Northland Inc; government; and Iwi, thus providing extra capacity; Other configurations internal KRAs and KPIs The budget for the project is yet to be determined and will be negotiable with the chosen candidate. Likewise there is no predetermined timeframe for completion of the piece of work as it will be dependent on a number of factors including the methodology proposed by the chosen candidate. Although it is preferred that the work be completed before the end of the calendar year. See attached document for full scope of work.",Not Awarded,,0,20250410 Northland Inc,21315691,Request for Proposals,Open Competition,Northland Inc- Regional Footprint,NIRF19,20190726,20190815,20200110,,Sole Agency,No,,"Northland Inc is the regional economic development agency and regional tourism organisation for Northland and is a council controlled organisation of the Northland Regional Council. It is physically located within The Orchard Business and Event Hub in Whangarei which is a co-working space that Northland Inc developed and opened in order to enhance its relationship with businesses in the region and better provide incubation services for start ups. Despite being physically located in Whangarei, Northland Inc staff frequently travel all across Northland to deliver services and provide support to businesses and economic development projects, with some teams doing more travel than others. As Northland Inc is physically based in Whangarei, there is a misinformed perception that it fails to meaningfully engage with existing and potential customers in the Kaipara and Far North Districts. As a general principle Northland Inc wishes to explore the opportunity to expand its presence within the region. Likewise, through the course of agreeing its Statement of Intent with Northland Regional Council it was identified that Council would like to see Northland Inc expand its physical presence. The section 17A review made similar recommendations. Equally, there has been significant interest from the community to replicate the Orchard co-working space in the more northern parts of the region. However, any expansion of Northland Inc services and/or the Orchard co-working space will require significant resourcing that Northland Inc has not assessed to date. The feasibility study will determine whether or not physical expansion into the Far North district is a viable option for Northland Inc and if so, what the most impactful way of expanding would be, without duplicating offerings and services of others in this space. It will look to make recommendations on what the most feasible options are based on the current environmental factors and further explore the recommended options. See attached document for full scope of work.",Not Awarded,The project was awarded.,0,20250410 Northland Inc,28178680,Request for Proposals,Open Competition,Peanuts in Northland - Industry Case,,20231010,20231101,20240201,,Sole Agency,No,"The Orchard, Level 1, 35 Walton Street, Whangarei","In 2020/21 Picot Productions secured partnership funding through the SFFF to undertake a range of small-scale trials in the Kaipara District and the outcomes of this were positive and indicative of the fact that areas of Northland have the right soil types and growing conditions to potentially commercialise the peanut opportunity. This SFFF funded project seeks to test the feasibility of growing hi-oleic peanuts in Northland on a larger scale and is split into four workstreams which were planned to take place over a two-year period. The second growing season will span 2023/24. It builds upon and extends on the outcomes and findings of the 2020 SFFF funded project- Feasibility of growing hi-oleic peanuts in Northland which was led by Picot Productions and delivered in partnership with Plant & Food Research and Manaaki Whenua- Landcare Research. All of these organisations are still involved in this current project; however Northland Inc is responsible for project delivery. One of the work streams of the project focuses on the development of an industry case which incorporates the findings of the trial and how/where the costs are incurred across the value chain, as well as various demand side factors, with a view to assess the viability of developing an industry and identification of how the industry could be structured to maximise returns for those involved in the value chain. Some work regarding quantification of demand side factors and some high level thinking",Awarded,,0,20250410 Northland Regional Council,20889315,Request for Proposals,Open Competition,Te Oneroa-a-Tohe Board Request for Proposal - Te Oneroa-a-Tohe Beach Management Plan,19-Jun,20190328,20190426,20190729,,Sole Agency,No,,"Te Oneroa-a-Tohe Board (the Board) has been established as a statutory body via Treaty Settlement redress for Te Aupouri, Ngati Kuri, NgaiTakoto and Te Rarawa (includes Ngati Kahu as an interim measure). A key task of the Board is to prepare a Beach Management Plan (BMP) for Te Oneroa-a-Tohe (90-mile Beach). The Board requests proposals to provide the following services: ? - draft the BMP and supporting documentation ? - provide technical advice and support for the Board for the development of the BMP ? - facilitate workshops with the Board for the development of the BMP ? - assist and participate in some of the consultation activities. Funding available for this project is up to $70,000.",Not Awarded,None of the proposals adequately met the criteria.,0,20250410 Northland Regional Council,21483654,Request for Tenders,Open Competition,Awanui Flood Scheme 2019/2020,Contract 19/08,20190826,20190913,20200511,,Sole Agency,No,"Mailroom, Northland Regional Council, Private Bag 9021, Whangarei or Kaitaia Office, 192 Commerce Street, Kaitaia 0410","The Northland Regional Council has a network of outlet pipes and floodgates, outlet structures, open drains and stream channels throughout the Awanui river catchment (Kaitaia). Reactive and preventative maintenance works are necessary for the continued operation of this scheme. The proposed works programme for the 2019-2020 construction season is as follows. Note due to storm events and other circumstances this programme may be altered at the sole discretion of the Northland Regional Council. 5001-1. Awanui River at Sports Hub: Bank Re Profiling, Grade Control and Spillway 5001-2. Provisional Item - Juken Spillway 5001-3. Provisional Item - Allen Bell Park - Stopbank, benching, bank stabilization and tree removal 5001-4. Awanui River Channel Stopbank Works 5001-5. Tree and debris removal between Kaitaia and Waihoe Channel 5001-6. Provisional Item Bridge Works SH10, Quarry Road, Alan Bell Drive Bridges Optimise Capacity 5001-7. Provisional Item - Lower Awanui Cleaning Inside Bends and stopbank repairs 5001-8. Provisional Item - Coastal Bank 5001-9. Provisional Item - Whangatane Spillway Clean Silt Traps 5001-10. Provisional Items Erosion and Grade Control 5001-11. Provisional Item Spraying/Floodgates/Mulching/Supplies/General Maintenance",Not Awarded,"No award has been given here in GETS for there were no responses here. But the award was given to KCL who submitted a physical copy of the tender.",0,20250410 Northland Regional Council,21878881,Request for Tenders,Open Competition,NRC Cleaning Services,19-Sep,20191101,20191129,20200330,,Sole Agency,No,,"Cleaning services for Northland Regional Council at 36 Water Street, Whangarei for a three year period.",Not Awarded,Awarded to Outsourced Client Solutions Ltd (OCS Ltd),0,20250410 Northland Regional Council,22065453,Request for Tenders,Open Competition,Coastal Flood Hazard Zone Assessment,Contract 19/11,20191209,20200130,20201006,,Sole Agency,No,"Mailroom, Northland Regional Council, Private Bag 9021, Whangarei","Professional services are sought to update, develop and deliver coastal flood hazard zone (CFHZ) assessments for Northland. The recent acquisition of LiDAR data has made it possible to undertake bathtub modelling of the Northland coastline. The main objectives of this project are to define water levels around the coastline including mean high water springs and a number of different storm surge scenarios including but not limited to 0.2%, 1% and 2% AEP. Sea sea level rise scenarios will then be mapped in 0.1m increments on top of these levels and translated as hazard lines. A limited number of these scenarios will be published by NRC as regulatory maps, with others used in sea level rise assessment tools. It is expected that the coastal flood hazard zone assessments will be undertaken in accordance with good practice, consistent with the methodology used in the 2016 Tonkin and Taylor report Coastal Flood Hazard Zones for Select Northland Sites, and in general accordance with the guidance of the 2017 MfE Coastal Hazards and Climate Change: a guide for local government. Coastal flood hazard zone assessments and mapping will be carried out along the entire coastline of Northland, with the exception of the Awanui and Kaipara harbours, where hydrodynamic modelling has been, or will be undertaken in the near future. Wave set-up will be assessed on open coasts, sheltered coasts and harbours. Wave run-up will be assessed on open coasts only. The tender will close at 4pm on 16th January 2020. We expect the project to be completed before 1st May 2020.",Awarded,"Tonkin and Taylor won the contract 19/11 - awarded for $119,000 on 10th Feb 2020.",119000,20250410 Northland Regional Council,22511746,Request for Tenders,Open Competition,"Poplar and Willow Harvest, Process and Planting",20-Jul,20200407,20200427,20200904,,Sole Agency,No,Not applicable,"Northland Regional Councils (NRC) poplar & willow nursery produces viable planting material (poplar/willow poles) for the Northland region. The supplied planting material is used to meet NRCs soil conservation initiatives to reduce erosion and subsequent sedimentation of Northlands waterways and harbours. This request for tender (RFT) details the requirements set out by the NRC for selection of contractor for harvest and processing of poplar and willow poles and the planting of the expansion block at the Poplar and Willow Nursery located at, 185 Flyger Road, Mata.",Awarded,,37260,20250410 Northland Regional Council,22546656,Request for Tenders,Closed Competition,Main building contractor for the construction of the Kaipara Service Centre in Dargaville,Tender 20/08,20200417,20200520,20200918,,Sole Agency,No,"36 Water Street, Whangarei","This closed RFx follows the previously issued ROI, from which your organisation would have been shortlisted. The scope involves the demolition and construction of the new Kaipara Service Centre in Dargaville. The weightings for this RFx are contained in the attachments with your capability and capacity scores being carried through from the ROI.",Awarded,"Council was impressed with submissions. Canam was awarded the contract based on scoring across the proposed solution, capability, H&S, capacity and price.",6638419,20250410 Northland Regional Council,23042187,Request for Tenders,Open Competition,Northland Marine Biosecurity Vessel Hull Surveillance 2020/2021,20-Nov,20200730,20200904,20201006,,Sole Agency,No,"36 Water Street, Whangarei, 0110, Northland","This request for tenders details the requirements set out by the Northland Regional Council (NRC) for the selection of a consultant to work with NRC to provide professional services to deliver a hull biofouling and marine pest compliance dive survey throughout the region for 2000 recreational and small commercial vessels. The survey season spans from October to May, to correspond with high vessel movements in Northland. Vessel hulls will be assessed as to their risk of marine pest transfer and fouling level. This will include a Level of Fouling (LOF) assessment, short questionnaire (when possible) and a compliance check with Northlands Regional Pest and Marine Pathways Management Plan. The on-water presence of contracted staff will span over 8 months, so all major vessel traffic and mooring locations are visited multiple times within the surveillance season.",Awarded,"Northland Regional Council 36 Water Street, Whangarei 0110 Contract awarded to Marine Environmental Field Services (MEFS), 23 Kings Rd, Paihia, Bay of Islands, NZ. Contract signed 28/09/20 Scope and Nature of the Service: Inspect a minimum of 2000 vessel hulls per surveillance season and report back to council as per the NRC Tender 20/11 and the tender application made by MEFS Term of Contract: Work will commence on the 9th of November 2020 and will be completed no later than the 31st May 2021.",225389,20250410 Northland Regional Council,24134316,Request for Tenders,Open Competition,Flyger Road poplar and willow nursery maintenance contract,21-Mar,20210401,20210430,20210831,,Sole Agency,No,Not applicable,"The Poplar and Willow Nursery, Flyger Road is a nursery operated by the NRC to produce viable planting material for the Northland region. The planting material produced by the nursery is used together with soil conservation planting plans to help mitigate soil erosion to improve water quality and farm productivity. The nursery consists of 16 blocks of mixed cultivars of poplar and willow. A contract for is sought for the maintenance of the nursery as defined in the RFT document. This contract duration is for two years with the option of extending for an additional year at the mutual agreement of both parties.",Awarded,"Northland Regional Council award the contract for Tender 21/03 Flyger road poplar and willow nursery maintenance contract to 2OG Ltd at 918 Whangarei Heads road RD4 Whangarei 0174. The contract encompasses the maintenance of the Flyger road nursery including harvest, pruning, weed suppression and general maintenance. The contract start date is 30th May 2021 until 29th May 2023 with the possible extension of 1 year following review. The expected spend for the contract is $100,800 per year with an agreed $201,600 for the 2 year period of the contract. Northland Regional Council uses procurement principles and rules that can be supplied by emailing info@nrc.govt.nz.",201600,20250410 Northland Regional Council,24485051,Request for Proposals,Open Competition,Northland Regional Council CEO recruitment,,20210630,20210716,20210910,,Sole Agency,No,36 Water Street,"We are seeking a suitably qualified and experienced executive recruiter with the necessary acumen to successfully carry out the critical role of assisting the Northland Regional Council to a successful appointment of a Chief Executive Officer. The objective of the RFP process is to identify and engage an executive search provider who brings the optimum balance of specialist knowledge, national and international search networks, demonstrable relevant successful experience, to guide and support the Council in identifying and hiring the best candidate for the role of Chief Executive Officer. Executive recruitment service providers are invited to submit a proposal, including outlining costs, to provide executive recruitment services for this appointment process.",Not Awarded,This contract has been awarded to Sheffield Search.,0,20250410 Northland Regional Council,24891020,Request for Proposals,Open Competition,Landscape Erosion Features Delineation and Classification Project: Sediment Risk Layer(s),NRC 21/06,20211001,20211021,20220307,,On behalf of procurement agent,No,"Northland Regional Council , CO Kaipara Remediation Programme. 36 Water Street, Whangarei","KMR is seeking to produce advanced tools and geospatial layers that enable the prioritisation of sediment mitigation and remediation actions on farms, enabling targeted implementation to reduce the rate of sediment delivery to the Kaipara Moana Catchment (see Figure 1). The key technical and operational vehicle for achieving this outcome is the procurement and creation of high-resolution heat maps of 1) active erosion, 2) delivery pathways for the sediment, to form 3) A priority index for treatment or mitigation geospatial reference called the Kaipara Moana Sediment Remediation Layer. There has been a significant investment in the procurement and development of relevant datasets held by NRC and Auckland Councils including LiDAR information and other geospatial data holdings. It is proposed through this RFP the relevant datasets are brought together in order to simplify farm planning and target implementation, please note this proposal identifies some important datasets that still need developed. The successful consultant(s) will also be asked to propose a methodology and implement to a yet to defined area, using satellite data timeseries interferometric synthetic aperture radar (InSAR) to identify and assess the relative magnitude of ground elevation change related to mass movement and erosion across the Kaipara Moana catchment over time (initial 12-month period and after historic and significant known weather events in the recent past event dates). Please refer to KMR supporting documentation for Sediment Risk Layer to explain some of the potential approaches.",Awarded,The tender was based on the match with the RfP and aspirations of the KMR for high resolution information to inform the service required.,220000,20250410 Northland Regional Council,25075256,Request for Proposals,Open Competition,"Marine and Freshwater Biosecurity, Diving, Boating and Project Management Panel Arrangement",21/13,20211122,20211215,20220118,,Sole Agency,No,"36 Water Street, Whangarei, Northland, 0110, New Zealand","This request for proposals (RFP) details the requirements set out by the Northland Regional Council (NRC) for the selection of a Panel of suppliers to work with the NRC to provide professional services to deliver scientific diving, project management and boating services. Northland Regional Council responds to a number of different marine and freshwater non-indigenous species detections annually while simultaneously providing technical support to different Crown Research Institutes and Kaitiaki-led projects within Northlands marine environment. NRCs ability to successfully respond to any new detections requires quick action and often a team or teams that can work independently while making informed decisions and utilising robust scientific methods.",Awarded,"All contractors have demonstrated that they are well qualified to conduct subtidal dive operations for NRC. All contractors have different attributes that separate them for each other and that would provide benefit to NRC as part of the Marine and Freshwater Biosecurity, Diving, Boating and Project Management Panel Arrangement. Given the nature of this tender, NRCs has selected four contractors to be part of the Panel. As communicated in the tender document, contracts will be assigned on a when and if needed basis with successful panel members being awarded contracts following the secondary procurement methods stipulated in the tender documents.",0,20250410 Northland Regional Council,25227558,Request for Tenders,Open Competition,Nursery Tender - Native Plant Purchase and Delivery to Restoration Sites,21/22,20211210,20220123,20220214,,Sole Agency,No,,"Northland Regional Council is requesting tenders for the supply of native plants and delivery of plants to approximately six to twelve restoration sites located around the Northern Wairoa River Catchment. This request for tender details the requirements set out by Northland Regional Council for the selection of a native plant supplier for 70,000 plants and their delivery to their respective restoration planting sites including provision of all associated materials, labour and any other materials to complete the works This document explains the request for tender process and expectations of the Northland Regional Council.",Awarded,,111950,20250410 Northland Regional Council,25265097,Request for Quotations,Open Competition,High-Resolution Digital River Network for Northland,21/24,20211217,20220201,20220223,,Sole Agency,No,,"Council uses the existing national scale river network model River Environment Classification (REC) for the purpose of regional modelling. However, REC is coarse (spatial scale) and often erroneous in several parts of our region, particularly in the coastal area and at higher altitudes with complex topographical terrain. Council recently developed a regional Overland Flow Path (OLF) layer and a Hydro-Enforced Digital Elevation Model (HE-DEM) for flood modelling purposes. However, for the purpose of natural resources accounting and implementation of the National Policy Statement for Freshwater Management (NPS-FM), additional datasets are required. In that perspective Council wants a regional Digital River Network (DRN) model (covering the geographical extend of Northland region) developed from the most recent high-resolution LiDAR dataset and/or LiDAR derivatives, which will represent the detailed flow path for most of the waterways in our region including the smaller watercourses. The new DRN will also improve councils hydrological and water quality models and will assist in correctly delineating the capture zones for surface water bodies. The resulting product will be an organisation-wide authoritative geospatial layer and therefore, an asset for the council. The output from this project will improve the accuracy of existing models and provide useful tools for implementing land management mitigation measures at farm scale. Success will be measured based on the accuracy of the outputs (at a catchment level) from the new DRN compared to the existing REC model.",Awarded,"Northland Regional Council (36 Water Street, Whangarei) awarded a contract for the following services to Water Technology NZ Ltd (NZBN: 9429048188180) 6 Churchill Place, Cambridge, 3434 Waikato on 23 Feburary 2022: Professional services to develop the DRN for Northland based on Hydro-Enforced Digital Elevation Model (HE-DEM) developed from Councils 1m LiDAR dataset (v.2) with high spatial resolution (2ha and 0.2ha drainage threshold area). The contract term is from 4 March 2022 31 January 2023. The expected spend is $57,684. An open tender process was used.",57684,20250410 Northland Regional Council,25491669,Request for Tenders,Open Competition,Soil Conservation Strategy,21/25,20220304,20220401,20220801,,Sole Agency,No,,"Northland has major erosion issues, with over 60% of the region and 40% of the regions grazing land classified as highly erodible. Consequently, the most significant water quality pollutant in Northland is the elevated levels of suspended and deposited sediment in our streams, rivers, and estuaries. Given the significant impact sediment can have on Northlands waterways, Northland Regional Council (NRC) has developed a target of having one-third of Northlands high-risk, erosion-prone land under soil conservation management by 2031. The Northland Regional Council developed a soil conservation strategy in 2017 to support Long Term Plan objectives to reduce soil erosion through the development of farm environment plans, stock exclusion fencing and poplar and willow planting. Since 2017, the regulatory landscape has changed, particularly with freshwater farm plans becoming a regulatory requirement and a shift in the focus of the agriculture sectors contribution to climate change. Furthermore, key learnings from the councils soil conservation programme indicate that there is a need to diversify the land treatments available to landowners, to enable treatment options to be better tailored to specified sites. For these reasons, the soil conservation strategy needs to be updated to provide an evidence-based approach to support future investment towards the soil conservation programme and enable council to better integrate its soil conservation programme with other regional and national initiatives. These include the Kaipara Moana Remediation entity, NRCs climate change strategy, integration with Freshwater Farm planning regulations, supporting the implementation of Te Mana o te Wai and the implications of climate change regulation on the agricultural sector. NRC has obtained funding from the Ministry of Primary Industries to support the development of a strategy. The total budget for the project is c.$90k. This Request for Tender (RFT) document seeks the services of a consultant to work alongside NRC staff to develop a strategy.",Not Awarded,"NRC staff initiated a tender process for the procurement of the NRC Soil Conservation Strategy earlier this year. The procurement involved an open tender process, with the opening occurring 5 April 2022. Three valid tenders and one void response were received. A panel of 4 staff had serious concerns with all three tenders due to their shortcomings either in strategy development or technical expertise. For this reason, all tenders were rejected and direct negotiation with the tender that is considered most acceptable was initiated.",0,20250410 Northland Regional Council,25529115,Request for Quotations,Open Competition,Supply of Chemical and Bacteriological Analysis Services,22-Jan,20220311,20220429,20220617,,Sole Agency,No,,"Northland Regional Council undertakes sampling for state of the environment and compliance monitoring across a range of environments through Northland. The council collects over 5000 samples per year requiring a wide range of analyses. This procurement relates to the supply of chemical and bacteriological analysis services from an IANZ accredited laboratory.",Awarded,"Contract awarded to Watercare Services Limited, 73 Remuera Road, Remuera, Auckland. Contract signed 17/06/2022 Scope and Nature of the Service:To undertake chemical and bacteriological analysis as required by the Northland Regional Council as per the NRC Tender 22/01 and the tender application made by Watercare Services Limited. Term of Contract: Work will commence on 1 July 2022 - 36/06/2024. If both parties agree, this contract may be extended for a further two 12-month periods.",400000,20250410 Northland Regional Council,25559823,Request for Proposals,Open Competition,Contract No 22/03 Tangata Whenua Water Advisory Group Stage 2 Recommendations Report,22-Mar,20220321,20220404,20220512,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei, Northland, 0110","Northland Regional Council and the Tangata Whenua Water Advisory Group (TW-WAG) are seeking professional facilitation and planning services for April September 2022. The purpose of the role is to assist TW-WAG to prepare a report recommending content for a draft proposed freshwater plan change for Northland in accordance with the National Policy Statement for Freshwater Management (2020). Building on work already completed, the successful applicant will work with TW-WAG, facilitate workshops, draft recommendations, prepare presentations, compile an e-library, and assist TW-WAG to prepare a Recommendations Report. Highest (or lowest) or any proposal not necessarily accepted. Proposals are to be submitted in a sealed envelope or via email to regionalplanning@nrc.govt.nz marked Proposal Contract No. 22/03 RFP TW-WAG Stage 2 Recommendations Report. TW-WAG has completed initial background work and a Stage 1 report, including a review of relevant Hapu/Iwi Management Plans and other literature to identify key issues and values and matauranga Maori associated with freshwater management from a tangata whenua perspective. This Stage 1 Report identifies some of the attributes. These now need to be compiled into a format suitable for a plan change and expanded on in line with the requirements of the NPS-FM to include attributes to measure, attribute current states, target attribute states and timeframes along with the rules and other actions to achieve target attribute states and objectives for identified Maori freshwater values. TW-WAG is now starting Stage 2 which is to develop TW-WAG recommendations for content that should be included in the draft proposed freshwater plan change to address Maori freshwater values and objectives and that gives effect to Te Mana o te Wai in Te Taitokerau, and other freshwater management actions that TW-WAG recommends council should implement (e.g., action plans, education, advocacy) to assist in giving effect to Te Mana o te Wai in Te Taitokerau. Six workshops are already scheduled between 11 April and 8 September and additional TW-WAG workshops will be required and dates to be set in between the above scheduled dates. All TW-WAG workshops will be online or in Whangarei. TW-WAG workshops will typically be four hours. A detailed Request for Proposals provides more detail on the tasks involved and further information is available on request.",Awarded,,83600,20250410 Northland Regional Council,25807797,Request for Proposals,Open Competition,Northland land use geospatial layer,22-Feb,20220517,20220613,20220928,,Sole Agency,No,,"We are wanting to procure a high-resolution geographical information system (GIS)-based land use layer of Northland to improve councils ability to manage the regions natural resources, e.g., through model freshwater accounting, water quality modelling, development of appropriate freshwater policies, economic assessment, and the implementation and delivery of land management services. We want a high resolution geospatial (GIS) layer of current land-use Northland that integrates other key scale information, e.g., soil and geology. We want a methodology which allows us to repeat this in the future. We also want mapping of historical land use change in Northland. The output must be able to be used in the ArcGIS Pro environment. We are seeking two spatial resolution layers which must be supplied as a regionwide single feature dataset in a form compatible with ESRI File Geodatabase: 1. Primary land use layer this should identify the major land use type at the primary parcel scale along with the proportion of other land uses within the parcel. This will be made available for community use. 2. Technical land use layer this should include additional existing underlying resource information such as geology (e.g. NZLRI Land Use Capability), soil (e.g. NZFSL), climate (e.g. rainfall), and protected natural areas (e.g. PAN-NZ). The GIS layers will be accompanied by a report that: a) Details the methodology, including the GIS workflow, that was used to produce the layers so that it is reproducible in the future. b) Details the quality check process used, the results and scale of uncertainty or sensitivity of the product, e.g., beyond what scale or which parameter should be treated with caution. c) Sets out the steps for using the GIS layers and extracting the data. d) Summarises the main findings of the data set in terms of current land use and changes over time.",Not Awarded,"The RFP was cancelled on 6 July. Due to the impact of the sharp fall in financial market returns on councils investment income, senior management have taken several measures to reduce council expenditure. This unfortunately included cancelling some of the tenders that council were currently processing such as this one. An email was sent to each of the four responders.",0,20250410 Northland Regional Council,25965999,Request for Proposals,Open Competition,Contract No 22/06 Tangata Whenua Water Advisory Group Stage 2 Case Studies,22-Jun,20220627,20220718,20220804,,Sole Agency,No,"Northland Regional Council, 36 Water Street, Whangarei, Northland, 0110","The purpose of this RFP is to secure the following professional services to support the Tangata Whenua Water Advisory Group (TW-WAG) to: 1. Prepare a series of Te Taitokerau-focused Case Studies that provide lessons learnt and best practice to help inform and support the recommendations of the TW-WAG on the draft proposed freshwater plan change. 2. Assist with the workshops/meetings associated with the preparation and approval of the Case Studies Report. TW-WAG has completed initial background/foundational work and a Stage 1 discussion document Te Mana me te Mauri o te Wai (Stage 1 Report), including a review of relevant Hapu/Iwi Management Plans (HEMPs/IMPs) and other literature to identify key issues and values associated with freshwater management from a tangata whenua perspective. This Stage 1 Report also identifies some of the attributes. TW-WAG is now starting Stage 2 which is to develop recommended content for the draft proposed freshwater plan change, and other actions that council could take that might sit outside the plan change. As part of this next phase of work, TW-WAG wishes to undertake a series of case studies that will help support their work drawing on lessons learnt and best practice examples, with a focus on the Northland region. These Case Studies are: Hikurangi repo, Aupouri aquifer, Poroti Springs, Te Mana o Te Wai projects, Wairua River, and Whitiki nga Punawai o Hokianga . In particular lessons learnt should focus on aspects of decision-making, governance, tangata whenua engagement, use of tools such as Joint Management Agreements, Mana Whakahono a Rohe, Transfers of Powers & Functions, Iwi and Hapu Environmental Management Plans (IHEMPs); key themes and issues identified by mana whenua in regards freshwater management, challenges and opportunities, and effectiveness of methods/approaches used. The Case Studies are to provide background context, lessons learnt and best practice examples, that will help inform as much as possible and support TW-WAG to: 1. Provide recommendations to council on its draft proposed freshwater plan change to address Maori freshwater values and give effect to Te Mana o te Wai in Te Taitokerau. 2. Provide recommendations to council on associated non-regulatory actions for council to implement to assist in achieving the long-term vision and the desired outcomes.",Not Awarded,"Northland Regional Council (38 Water Street, Whangarei) awarded a contract for the following services to Kaitiaki Collective Ltd (NZBN: 9429047535763) 185 Knight Road, RD6, Ruatangata West, Whangarei on 4 August 2022: Professional services to work with the Tangata Whenua Water Advisory Group to develop a portfolio of Te Taitokerau focused case studies to help inform TW-WAG recommendations to council on the draft proposed freshwater plan change. The contract term is from 12 September 2022 28 February 2023. The expected spend is $45,980. An open tender process was used.",0,20250410 Northland Regional Council,26314449,Request for Proposals,Open Competition,"Request for Proposals (RFP) For Inspection, Control and Reporting of Manchurian Wild Rice in Northland Panel Arrangement",22/13,20220909,20221003,20221110,,Sole Agency,No,,"This request for proposal (RFP) details the requirements set out by the Northland Regional Council (NRC) for the selection of a Panel of Suppliers to provide professional services to deliver the Progressive Containment programme for the pest plant species Manchurian wild rice (Zizania latifolia). This involves the inspection, agrichemical control and the associated reporting for infestations of this pest plant species, primarily in the Kaipara region, Northland. Manchurian wild rice is a giant grass that grows up to 4m high. It has significant impacts on horticultural and pastural land, and freshwater habitats. The current objective of this program is the eradication of all Manchurian wild rice infestations outside of the core high density infestation centered around the Wairoa river (referred to as the Intransigent Zone).",Awarded,"3 suppliers have been appointed to the panel for inspection, control and reporting of Manchurian Wild Rice in Northland. As described in the RFP, contracts will be awarded to panel members using one of the following secondary procurement methods, depending on the scope of the work: a. Competitive quotes based on the suppliers expertise, proposed solution and/or best public value: NRC will request quotes from some or all Panel suppliers and award the opportunity to the supplier who has the right level of expertise, can offer the best public value and deliver on time. b. Direct source, based on the best fit for purpose: Fair evaluation of all Panel Suppliers and selection of the supplier who has the right capacity and capability to fulfil the opportunity and offers the best public value at the time of the purchase. c. Location: Opportunities will be awarded to the supplier who is best able to deliver based on their location and the location of the work.",0,20250410 Northland Regional Council,26590417,Request for Tenders,Open Competition,NRC Cleaning Services,22/14,20221108,20221208,20230811,,Sole Agency,No,,"Cleaning services for Northland Regional Council at 36 Water Street, Whangarei for a three year period.",Not Awarded,Awarded to Professional Property Cleaning Services Ltd (PPCS Ltd),0,20250410 Northland Regional Council,27165916,Request for Tenders,Closed Competition,Tsunami Siren Foundation Construction,TSRP-01,20230330,20230609,20240202,,Sole Agency,No,,"Thank you for your registration of interest in TSRP-01 - Tsunami Siren Foundation Construction. A link from DropBox will be sent to your email address, to download the contract documents that we welcome you to tender for. Contact Alastair Wells for further information and to submit your tender. Please cc brendon.gray@nrc.govt.nz when submitting your tender documents.",Awarded,"Supplier awarded three tenders (27165916, 27166230, & 27166378) in combined offer as per initial RFx detail. All respondents individually notified by MWA Consultants.",0,20250410 Northland Regional Council,27166230,Request for Tenders,Closed Competition,Tsunami Siren Pole Supply and Construction,TSRP-02,20230330,20230609,20240202,,Sole Agency,No,,"Thank you for your registration of interest in TSRP-02 - Tsunami Siren Pole Supply and Construction. A link from DropBox will be sent to your email address, to download the contract documents that we welcome you to tender for. Contact Alastair Wells for further information and to submit your tender. Please cc brendon.gray@nrc.govt.nz when submitting your tender documents.",Awarded,"Supplier awarded three tenders (27165916, 27166230, & 27166378) in combined offer as per initial RFx detail. All respondents individually notified by MWA Consultants.",0,20250410 Northland Regional Council,27166378,Request for Tenders,Closed Competition,Tsunami Siren Istallation and Commission,TSRP-03,20230330,20230609,20240202,,Sole Agency,No,,"Thank you for your registration of interest in TSRP-03 - Tsunami Siren Installation and Commission. A link from DropBox will be sent to your email address, to download the contract documents that we welcome you to tender for. Contact Alastair Wells for further information and to submit your tender. Please cc brendon.gray@nrc.govt.nz when submitting your tender documents.",Awarded,"Supplier awarded three tenders (27165916, 27166230, & 27166378) in combined offer as per initial RFx detail. All respondents individually notified by MWA Consultants.",0,20250410 Northland Regional Council,27169440,Request for Proposals,Open Competition,Supply of annual compliance monitoring inspections of farm wastewater discharges,Jan-23,20230403,20230508,20230531,,Sole Agency,No,,"Northland Regional Council has statutory obligation to monitor the consents it issues and to ensure compliance with regional rules, national regulations and environmental standards. We have established a very robust farm dairy wastewater monitoring programme where we undertake an annual inspection of every farm every year. All inspections are carried out on a non-notified basis during the time of peak loading of farm wastewater. The project is to undertake site inspections of dairy farms in the Northland Region to check compliance with resource consents, regional rules and National Environmental Standards. Inspections primarily involve the checking of effluent infrastructure, silage storage facilities and feedpads/standoff pads.",Awarded,"Contract awarded to Effluent Monitoring Services Limited, 90, Mangakino Lane, RD1 Kamo, Northland, 0185, NEW ZEALAND. Contract signed 31/05/2023 Scope and Nature of the Service:To undertake annual compliance monitoring inspections of farm wastewater discharges as required by the Northland Regional Council as per the NRC Tender 01/23 and the tender application made by Effluent Monitoring Services Limited. Term of Contract: Work will commence on 1 July 2023 - 30/06/2025. If both parties agree, this contract may be extended for a further two 12-month periods.",230000,20250410 Northland Regional Council,27874056,Request for Proposals,Closed Competition,Investment Fund Managed Services RFP,,20230814,20230908,20231101,,Sole Agency,No,,"Northland Regional Council (NRC) maintains an Investment Fund (the fund) in accordance with a Statement of Investment Policy and Objectives (SIPO). The purposes of the fund are to promote business development in Northland and stabilise the impact of large irregular infrastructure projects on the Councils income and capital requirements. NRC is seeking investment management services for the fund. Please provide responses using the response template attached.",Awarded,,0,20250410 Northland Regional Council,29857970,Request for Proposals,Closed Competition,Air-conditioning Service Agreement,20240729,20240801,20240830,20241029,,Sole Agency,No,Propertyteam@nrc.govt.nz,"This Request for proposal is based on the need for a proactive supplier to service our air-conditioning units across our property portfolio throughout Northland. The awarded supplier will develop a working relationship and work under our Head Contractor Clinton Goldie of Whangarei Construction.",Awarded,Awarded 3 year contact from 1 November (3+1+1 contract awarded) Signed on the 29th October.,0,20250410 Northland Regional Council,30293225,Request for Quotations,Open Competition,RFQ Northland Regional Council HQ Elevator,,20240930,20241031,20250227,,Sole Agency,No,Only through GETS,"Council seeks pricing for the removal and disposal of the existing elevator, provision and installation of a replacement hydraulic person elevator at the Councils premises, and the forward servicing of the elevator and supplied supporting utilities/infrastructure. The elevator services four floors, Ground and Levels 1, 2 and 3. The capacity of the existing elevator is 10 persons, being 680kgs. This RFQ is for design, supply, delivery, installation, commissioning and maintenance (for an offer period) of the elevator and associated utilities/infrastructure. The Buyer does not foresee the need to extend the size of the shaft and well. See photographs. Contact only through GETS except for site visit arrangements on 7th, 8th, 9th or 10th October 2024, time of day to be arranged with Council.",Awarded,,0,20250410 NZ Health Partnerships Limited,20586492,Request for Proposals,Open Competition,Electrophysiology Consumables and Equipment,30148,20190108,20190222,20210322,Procurement,On behalf of procurement agent,No,,"The DHBs have a requirement for Electrophysiology Consumables and Equipment which help Clinicians to diagnose cardiac arrhythmias and treating Cardiac arrhythmias. The supply of high quality and innovative product and equipment solutions is a vital part of the service provided by the DHBs and therefore NZHP is undertaking this RFP Process. It is PHARMACs intention to reflect the outcome of this national sourcing process conducted (by NZHP) in its Pharmaceutical Schedule, subject to its own listing process and approval. As a result, PHARMAC does not intend on running its own market process for these products. Any agreement eventuating from this process would be between NZHP and the respective supplier, until such a time a PHARMAC agreement supersedes it.",Awarded,,0,20250410 NZ Health Partnerships Limited,20739236,Request for Proposals,Open Competition,RFP for the supply of Radiopharmaceuticals,30147,20190215,20190328,20200414,Procurement,Syndicated Opportunity,No,,"The District Health Boards of New Zealand have a requirement for Radiopharmaceuticals and related products in order to provide effective and safe patient care. Assured supply and support of high-quality products is a vital part of the service provided by the DHBs and therefore NZHP is undertaking this RFP Process. New Zealand Health Partnerships is seeking responses for various supply solutions including but not limited to following subcategories of Radiopharmaceuticals: (1) Radioactive Agent (2) Radiopharmaceutical Unit Doses (3) Technetium Generator (4) Calibration Sources (5) QA Sources (6) Radiopharmaceutical Quality Control Test Kits (7) Other Consumables (8) Cold Kits for compounding Radiopharmaceuticals",Awarded,"Contract awarded to following suppliers to supply Radiopharmaceuticals to District Health Boards in NZ. Alphatech Systems Ltd GE Healthcare Limited BXTAccelyon NZ Limited Bard Australia Global Medical Solution NZ Ltd Obex Medical Limited Category spend: NZD 2.15 mil Term of the contract: Total of six years including renewals Many thanks, Anil Sharma",2148317,20250410 NZ Health Partnerships Limited,21287635,Request for Proposals,Closed Competition,30263 - FPIM - Oracle Support Services,77 CAP FPIM 0002,20190719,20190823,20200629,Programmes,Syndicated Opportunity,No,,"NZ Health Partnerships Ltd (NZHP) is delivering a single enterprise system for District Health Board (DHB) Financial, Procurement and Supply Chain operations called the FPIM (Finance Procurement Information Management) System, previously named NOS (National Oracle Solution). FPIM will be shared by 10-12 District Health Boards. FPIM is using Oracle eBusiness Suite (R12.2.6), Oracle Business Intelligence (12.2) and Oracle Fusion Middleware (12c) as the main enabling applications to support the DHB business functions as well as and internal and external integrations with third (3rd) parties. These applications will be delivered from Oracle Exadata / Exalogic engineered systems during 2020. Support Services for the environment need to commence November 2019. NZHP is seeking a one stop shop Service Provider to manage the Oracle Exadata / Exalogic systems (including, but not limited to, operating system, database and application support). NZ Health Partnerships employs a Programme Team to support FPIM, encompassing Service Delivery, and DHBs who will be carrying out the solution build as part of the changes. The FPIM solution will be migrating onto the National Technology Solution (NTS) hosted by NZ Health Partnerships Infrastructure as a Service Provider (Revera) in its Takanini data centre on two Oracle Exadata / Exalogic X5 hardware devices. In addition, Revera provides Oracle Premium Support under its Infrastructure as a Service Agreement to NZ Health Partnerships. Should the potential Service Provider wish to participate in this RFP, it is requested to provide a Proposal to provide the following services to NZHP: Vendors are requested to provide a proposal to provide the following services: 1) Oracle Exadata / Exalogic management 2) Oracle Database Administration services 3) Oracle Applications Database services 4) Support Services delivered for the Exadata / Exalogic system 5) Development Services 6) Project Services",Awarded,,0,20250410 NZ Health Partnerships Limited,21459013,Request for Proposals,Open Competition,Recruitment Services Locum Medical and Dental Services,40090,20190823,20190920,20200626,Procurement,Sole Agency,No,,"NZ Health Partnerships provide national procurement related shared services to New Zealand's district health boards (DHBs). Locum Medical Services means the professional activity undertaken by a Registered Medical or Dental Practitioner in a temporary capacity to ensure continuity of health and Medical and Dental services, arisen as a result of the DHB requiring to meet MOH Targets, a vacancy or in the absence of registered medical or dental practitioner currently employed by the DHB for any reason, including but not limited to taking leave, sickness and bereavement.The doctor who provides that professional activity is a Locum. The engagement of Locums is currently undertaken by direct sourcing candidates or by working through locum agency providers by individual DHBs. Following recent reviews of this process, NZ Health Partnerships, is seeking tenders through an open request for proposals (RFP) for the provision of Locum Medical Recruitment Services by a number of Providers via a preferred Panel arrangement.",Awarded,,0,20250410 NZ Health Partnerships Limited,21505379,Request for Proposals,Open Competition,ECG Monitoring Electrodes,30289,20190829,20191018,20210322,Procurement,On behalf of procurement agent,No,,"The DHBs have a requirement for ECG Monitoring Electrodes throughout all of New Zealand. The supply of high quality and innovative product solutions is a vital part of the service provided by the DHBs and therefore NZHP is undertaking this RFP Process. It is PHARMACs intention to reflect the outcome of this national sourcing process conducted (by NZHP) in its Pharmaceutical Schedule, subject to its own listing process and approval. As a result, PHARMAC does not intend on running its own market process for these products. Any agreement eventuating from this process would be between NZHP and the respective supplier, until such a time a PHARMAC agreement supersedes it. The objective of this RFP Process is to deliver a value for money solution to the Participating DHBs, consistent with the expectations of both the Office of the Auditor-General and DHBs obligations to balance ethical and sound commercial practices within a robust, transparent and fair process. NZHP will be evaluating and appointing a preferred and restricted supplier(s) for the provision of Cardiac Monitoring ECG Monitoring Electrodes. You are invited to provide a proposal in response to this RFP about your business and Products.",Awarded,,0,20250410 NZ Health Partnerships Limited,21838603,Request for Proposals,Open Competition,Newborn Hearing Screening Device,30257,20191025,20191125,20200731,Procurement,Sole Agency,No,"NZ Health Partnerships. Floor 2, Building 2, Central Park, 660-670 Great South Raod, Penrose, Auckland 1061","This procurement relates to the Newborn Screening Hearing Devices, Associated Services and Consumables for automated Auditory Brainstem Response (aABR) on behalf of the District Health Boards (DHBs). Going forward we wish to place a contract together with the successful supplier which will provide fit for purpose outcome for the DHBs.",Awarded,,0,20250410 NZ Health Partnerships Limited,22211395,Request for Proposals,Closed Competition,ADHB Infusion Pump Fleet Replacement,30310,20200128,20200221,20201221,Procurement,Sole Agency,No,,"NZ Health Partnerships is undertaking a Closed Request for Proposal (RFP) and invites the Existing Panel of Suppliers for the Supply of Infusion Devices, Consumables and Maintenance Services to propose supply for Auckland District Health Board, across Infusion Pumps, Parts, Accessories, Consumables, and Maintenance Services. Auckland DHB wishes to engage a preferred supplier/s for provision of a range of pumps which best match specialist and general clinical requirements for use across the DHB (Auckland City Hospital, Greenlane and Starship Childrens Hospital). The Parent RFx for this process is RFx ID - 6795201 - RFP for Infusion Devices, Consumables & Maintenance Services (Wednesday, 26 November 2014 6:30 PM (Pacific/Auckland UTC+13:00)",Not Awarded,Due to the unforeseen impacts of COVID19 this Closed RFP has not completed. This is to confirm the closure of this RFP as a process.,0,20250410 NZ Health Partnerships Limited,22241089,Request for Proposals,Open Competition,ICD's and Pacemakers RFP - DHB National Procurement,30264,20200131,20200327,20210322,,Sole Agency,No,,"There are around 11 DHB's around NZ that are able to implant these devices to the patients. The supply of high quality and innovative product and equipment solutions is a vital part of the service provided by the DHBs and therefore NZHP is undertaking this RFP Process to contract a restricted list of suppliers. It is PHARMACs intention to reflect the outcome of this national sourcing process conducted (by NZHP) in its Pharmaceutical Schedule, subject to its own listing process and approval. As a result, PHARMAC does not intend on running its own market process for these products. Any agreement eventuating from this process would be between NZHP and the respective supplier, until such a time a PHARMAC agreement supersedes it.",Awarded,,0,20250410 NZ Health Partnerships Limited,22374169,Request for Quotations,Open Competition,IT Service Management Solution,30314,20200227,20200311,20200415,Procurement,Sole Agency,No,,,Awarded,"Of the 6 eligible proposals ranging from below 120K to over 900K value over the 3 year term. The contract was awarded to Deloitte for implementing the Servicenow solution. The total cost of implementation, support, training and licences would be in the range of 150k to 180K over the 3 year term.",0,20250410 NZ Health Partnerships Limited,22885380,Request for Proposals,Closed Competition,ICDs and Pacemakers RFP part 2,,20200701,20200724,20210322,,Sole Agency,No,,,Awarded,All respondents have been awarded a contract.,0,20250410 NZ Health Partnerships Limited,22919750,Request for Proposals,Open Competition,Android Hand Held Scanners,30315,20200703,20200729,20210930,Procurement,Sole Agency,No,,"NZ Health Partnerships intends to establish a National contract for Android handheld scanners to be used with FPIM Supply Chain solution. The Request for Proposal intends to identify a provider with innovative solution and adoption of technological solution(s) which will benefit DHBs in delivery, security of information and cost. By establishing a national contract, we will provide a cost-effective reliable product with sufficient coverage for all New Zealand DHB requirements.",Awarded,,0,20250410 NZ Health Partnerships Limited,22986929,Request for Proposals,Open Competition,Print Clinical and Non Clinical Panel,30238,20200717,20200824,20210524,,Sole Agency,No,,,Awarded,,0,20250410 NZ Health Partnerships Limited,23479015,Request for Proposals,Open Competition,"Aseptic Compounding for DHBs (chemotherapy, antibiotics and misc. compounding)",30275,20201022,20201130,20210802,Procurement,Syndicated Opportunity,No,,"District Health Boards (DHBs) have a requirement for aseptically compounded pharmaceutical products and services (Aseptic Compounding) for a wide range of uses. Aseptic Compounding refers to the handling and processing of sterile ingredients to create an end product that remains sterile. Such processing is often required when a high degree of dose customisation is required, no commercial alternatives are available or an immediate pharmacological effect is required. The Aseptic Compounding process requires clean room environments with cabinets/isolators that are consistently monitored for air flow, humidity, pressure changes, temperature and contamination. While some DHBs have in house compounding units, sterile products may also be sourced from: Private suppliers of aseptically compounded products Aseptic compounding units of other DHBs As at the time of writing, the national contract for Aseptic Compounding is set to expire in January 2021. This presents an opportunity for NZ Health Partnerships to promote competitiveness, encouraging new supplier participation and exploring alternative solutions for Aseptic Compounding.",Awarded,"Agency: New Zealand Health Partnerships Limited Floor 1, Building 7, 660 670 Great South Road, Penrose, Auckland, 1061 , New Zealand New Zealand Health Partnerships Limited has appointed Baxter Healthcare Limited and Imix Limited to the Aseptically Compounded Pharmaceutical Products and Services Panel (The Panel) following an RFP. Baxter Healthcare Limited NZBN 9429040404080 Baxter Healthcare Limited, 33 Vestey Drive, Auckland, 1060 , New Zealand Term: 1 July 2021 - 20 June 2026 Imix Limited NZBN 9429046731388 Bizdom Limited, Level 1, 3 Byron Street, Napier, 4112 , New Zealand Term: 21 June 2021 - 20 June 2026 Biomed Limited NZBN 9429000105088 Biomed Ltd, 52 Carrington Road, Point Chevalier, Auckland, 1025 , New Zealand Term: 1 February 2022 - 20 June 2026 The Panel provides outsourced services to District Health Boards for compounding chemotherapy, antibiotics and miscellaneous medicines (analgesics and IV additives). It excludes nutrition compounding. The total addressable spend over the five year term of the ACPPS Panel is $125m.",125000000,20250410 NZ Health Partnerships Limited,23976511,Request for Proposals,Open Competition,Health System Catalogue (HSC) Programme,HSC_ROI_001,20210215,20210315,20210813,Programmes,All of Government,No,,"NZ Health Partnerships (NZHP) is a multi-parent Crown-entity subsidiary and limited liability company, that is supported and owned by New Zealands 20 DHBs. Our initiatives are focused on creating financial efficiencies for DHBs to help them meet the increasing demands placed on the health system. Our focus is on administrative, support and procurement activities that have direct and indirect clinical benefits. In addition to our shareholders, NZ Health Partnerships works collaboratively with a number of public and private sector organisations to ensure the successful delivery of programmes and services. Suppliers are invited to submit a Proposal to provide, implement and integrate the following cloud-based services: A Master Data Management solution with Product Information Management and Product Data Management capabilities; A Data Warehousing and Business Intelligence solution; and A Data Integration service. Respondents are invited to submit a Proposal to provide one or any combination of these services. NZHP is looking for credible Suppliers who have the capability, experience and existing cloud infrastructure to deliver these services. Suppliers also need to have a demonstrable and solid track record in managing and implementing the required services and integrating them with ERP systems. This is a unique opportunity to establish a long-term service and delivery partnership that spans the New Zealand Health Sector.",Awarded,"Thank you for your interest in our RFP. The contract has been awarded to Accenture NZ Ltd for HSC and Data Integration, and to Acumen Consulting for SDR.",0,20250410 NZ Health Partnerships Limited,24075441,Request for Proposals,Closed Competition,Secondary Procurement for CT Scanner for Taupo Hospital (Lakes DHB),30370,20210310,20210409,20210819,Procurement,Syndicated Opportunity,No,69B Kolmar Road,The Lakes District Health Board wishes to purchase and have installed a CT scanner at Taupo Hospital. The CT scanner needs to be capable of performing the full range of general CT imaging with the ability to upgrade as required.,Awarded,CANON MEDICAL SYSTEMS ANZ PTY LIMITED has been awarded the tender.,1159330,20250410 NZ Health Partnerships Limited,24146702,Request for Proposals,Open Competition,"Distribution of Urology, Ostomy, Continence and prescribed medical consumables",30300,20210330,20210510,20210818,Procurement,Sole Agency,No,,"NZ Health Partnerships (NZHP) is a multi-parent Crown-entity subsidiary and limited liability company that is supported and owned by New Zealands 20 District Health Boards (DHBs). NZHP on behalf of the DHBs is looking for credible providers who have the capacity, capability, experience and cloud infrastructure compliance for community distribution of Urology, Ostomy, Continence (UOC) and prescribed medical consumables to patients homes to effectively manage their conditions at home.",Awarded,,0,20250410 NZ Health Partnerships Limited,24918501,Request for Proposals,Open Competition,Parenteral Nutrition Compounding,30340,20211101,20211220,20220630,Procurement,Syndicated Opportunity,No,,"1. District Health Boards (DHBs) have a requirement for outsourced parenteral nutrition services. 2. Parenteral nutrition is used where oral or enteral nutrition is insufficient to meet requirements. It is intravenously administered medicine. 3. The outsourced parenteral nutrition services required by DHBs covers patients in hospital care as well as patients in the community. 4. As at the time of writing, the existing national contract for nutrition is set to expire December 2021. An interim extension will be undertaken to allow for this RFP process to complete. 5. Achieving healthcare equity is a key driver of this RFP. We want to achieve: a. Improved service delivery for patients in the regions b. Parity in access to parenteral nutrition products and services across New Zealand 6. The term DHB used in this RFP is subject to change as part of wider health care system reform. These changes are expected to be implemented from 1 July 2022.",Awarded,"Agency: Health New Zealand Floor 1, Building 7, 660 670 Great South Road, Penrose, Auckland, 1061 , New Zealand Health New Zealand has appointed Baxter Healthcare Limited and Biomed Limited to the Parenteral Nutrition Compounding Services Panel (The Panel) following an RFP. Baxter Healthcare Limited NZBN 9429040404080 Baxter Healthcare Limited, 33 Vestey Drive, Auckland, 1060 , New Zealand Term: 30 June 2022 - 29 June 2027 Biomed Limited NZBN 9429000105088 52, Carrington Rd, Auckland, 1246, NEW ZEALAND Term: 30 June 2022 - 29 June 2027 The Panel provides outsourced parenteral nutrition compounding services to hospitals in New Zealand. The total addressable spend over the five year term of the Parenteral Nutrition Panel is $57m.",0,20250410 NZ Health Partnerships Limited,25026048,Request for Proposals,Open Competition,EDI National VAN,30400,20211101,20211124,20220711,Procurement,Sole Agency,No,,"NZ Health Partnerships Ltd (NZHP) manages the Finance and Procurement Information Management (FPIM) solution (currently Oracle eBusiness Suite) which sits on the National Technology Solution (NTS). FPIM is currently used by five District Health Boards (DHBs). They are Southern, Waikato, Bay of Plenty, Canterbury and West Coast DHBs and four Northern Region Shared Service Entities (NZHP, healthAlliance, Healthsource and the Northern Region Alliance). Over the next twelve months a further five DHBs will onboard to FPIM solution . They are Counties Manukau, Taranaki, Waitemata, Northland and Auckland DHBs. NZHP is seeking a National Service Provider (NSP) to provide Electronic Data Interchange (EDI) and related business to business (B2B) transactions for those Suppliers that have systems that are unable to directly connect with the FPIM solution. NZHP is looking for a NSP who will provide us with a leading-edge EDI Network service or Value-Added Network (VAN). We are seeking a company that can provide best-in-class service in conjunction with competitive pricing and improved functionality, including alignment to the Pan-European Public Procurement Online (PEPPOL) and Open Applications Group Integration Specification (OAGIS) standards. Additionally, NZHP expects that the NSP has the capability to grow the relationship, scale activities to meet the dynamic nature of our business and provide these services on a national basis.",Awarded,"the agencys name and address - B2BE NZ PTY LIMITED from B2BE NZ PTY LIMITE the successful suppliers or suppliers name/s and address/s - Suite 7.02, Level 7, Building 5, Central Park Corporate Centre, 666 Great South Road, Ellerslie, Auckland, 1061, NEW ZEALAND a description of the goods, services or works - EDI National VAN the date the contract/s was awarded - 30th of June 2022 the term of the contract/s - 3+2 = 5 years the expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract - $1,160,000 the type of procurement process used - RFP if the agency claimed an exemption from open advertising (Rule 14), the circumstances that justify the exemption - No a New Zealand Business Number (NZBN) where available - 9429032895971 any other information, as requested by the Procurement Functional Leader, for example information on broader outcomes - Local NZ business",0,20250410 NZ Health Partnerships Limited,25054657,Award Notice,Open Competition,Emergency procurement Ventilation improvements,,20211104,20211104,20210917,Procurement,Cluster,No,,"The goods are required for the current Covid 19 response upgrades at various hospitals. The suppliers awarded are: Camfil New Zealand Limited NZBN: 9429036891658 Windsor Engineering Group Limited NZBN: 9429039949783",Awarded,,583725,20250410 NZ Health Partnerships Limited,25409150,Request for Quotations,Closed Competition,Medical Imaging Aggregation (Part 1) : Mammography System,30405 (Part 1),20220211,20220317,20230531,Procurement,Syndicated Opportunity,No,69B Kolmar Road,"There are two separate parts /requirements (A & B) included in this RFQ. Part A addresses the specific requirement for two District Health Boards (DHBs), i.e., Nelson Marlborough (NMDHB) and Tairawhiti (TDHB). The DHBs like to purchase one system each. Please refer to Section 2 of this document for additional details including a brief specification. Part B is for those DHBs who are waiting to finalise their requirement. There are no specifications or timelines available at the moment. Your proposal will be used by those DHBs to purchase a mammography system within the quote validity period, which is six months from the submission date. Based on the forecast available at the time of publishing this RFQ, a few other DHBs are looking to purchase approximately six to ten mammography systems (in addition to the requirements from NMDHB and TDHB included in Part A above) during the next six months. It includes one to two systems to be purchased for mammography trailer/s. We are looking for discounts commensurate with the volumes indicated should those purchases be confirmed.",Awarded,,4961400,20250410 NZ Health Partnerships Limited,25464805,Request for Quotations,Closed Competition,Medical Imaging Aggregation (Part 3): Image Intensifier C arm,30405 (Part 3),20220225,20220324,20230531,Procurement,Syndicated Opportunity,No,,"There are two separate parts /requirements (A & B), included in this RFQ for Image Intensifier C arm system. Part A addresses the specific requirement for two District Health Boards (DHBs), i.e., Capital & Coast DHB (CCDHB) and Lakes DHB (LDHB). The DHBs like to purchase two systems, i.e., one system by CCDHB and one by Lakes. Part B is for those DHBs who are waiting to finalise their requirement. There are no specifications or timelines available at the moment. Your proposal will be used by those DHBs to purchase an Image Intensifier C arm system within the quote validity period, which is six months from the submission date. For clarity, we dont have any forecast/requirement available from other DHBs at the time of publishing this RFQ. However, we anticipate a few DHBs may take advantage of this RFQ and consider making their purchasing decision through this process. As we are asking for six months validity of quotes from the submission date and the time of the year, we estimate that DHBs may be looking to purchase between 5 to 7 systems during this period. It is in addition to the requirements from CCDHB and LDHB included in Part A above. We are looking for discounts commensurate with the volumes indicated should those purchases be confirmed.",Awarded,,964123,20250410 NZ Health Partnerships Limited,26096208,Request for Proposals,Closed Competition,Insurance Brokerage Services,30465,20220803,20220826,20221031,Procurement,Sole Agency,No,,"This RFP relates to a secondary procurement process from the All-of-Government panel of risk financing and insurance intermediaries. The objective of this tender is to obtain a centralised insurance broking, claims management and risk management service.",Awarded,,460000,20250410 NZ Health Partnerships Limited,26583117,Request for Proposals,Open Competition,Lived Experience Peer Leadership Training,30513,20221104,20221201,20230329,Procurement,Sole Agency,No,,"What we need To support growth of the Consumer, Peer Support Lived Experience (CPSLE) workforce, this initiative is intended to contribute to leadership development through the provision of leadership training for current and emerging leaders within the CPSLE mental health and addiction workforce. The aim of this RFP is to contribute to supporting and building that capacity by procuring leadership training for current and emerging peer leaders. We wish to appoint up to two providers to deliver Lived Experience Peer Leadership training programme in 2023 and 2024 calendar year",Awarded,,0,20250410 NZ Health Partnerships Limited,26590806,Request for Proposals,Open Competition,30482 Web-based Platform and associated services Mana Ake - School based Mental Wellbeing Service,30482,20221107,20221202,20230411,Procurement,Sole Agency,No,,"Request for Proposals Project 30482 Web-based platform for Mana Ake -School Based Mental Wellbeing Service The mental health and wellbeing of tamariki across Aotearoa New Zealand is a priority for this Government and Te Whatu Ora Health New Zealand. Mana Ake, first launched on 22 February 2018, delivers dedicated wellbeing and mental health support to children in school years 1-8 across Canterbury and Kaikoura. It is currently being expanded to five additional Te Whatu Ora Health New Zealand Districts - Bay of Plenty, Counties Manukau, Lakes, Northland and West Coast. Services in the first new district, West Coast, launched on 1 September 2022. Te Whatu Ora is looking to procure a web-based resource platform as part of Mana Ake to provide teachers and other school staff with guidance, resources, and local pathways to support and services for tamariki in the six Te Whatu Ora Health New Zealand Mana Ake Districts: Waitaha Canterbury, Tai Tokerau Northland, Te Tai Poutini West Coast, Hauora A Toi Bay of Plenty, Lakes, and Counties Manukau. The Service to be delivered will include (but is not limited to) the following components: 1) develop and maintain a web-based platform 2) develop the associated resources that will provide teachers with evidence informed information 3) collaborate with local stakeholders in each of the six Districts to develop and agree clear and appropriate local pathways to support for tamariki These pathways and associated resources will be incorporated into the web-based platform. RFP release early November 2022 Mid 1st Quarter 2023 Generic elements of platform and local elements specific to Waitaha Canterbury and Tai Poutini West Coast are live. Early 2nd Quarter 2023 Local elements specific to Counties Manukau, Hauora A Toi Bay of Plenty, Lakes and Tai Tokerau are live.",Awarded,"the agencys name and address; Te Whatu Ora Health New Zealand the successful suppliers or suppliers name/s and address/s HUIA (NZ) Limited 39 Pipitea Street Thorndon Wellington 6011 NZBN: 9429038866067 a description of the goods, services or works School-based Mental Wellbeing Service - Web-based Platform and associated services, including content and pathways for support. the date the contract/s was awarded April 2023 the term of the contract/s Two years the expected spend under the contract/s $2 million dollars the type of procurement process used Open competitive tender",2000000,20250410 NZ Health Partnerships Limited,26721697,Award Notice,Open Competition,Te Ukaipo Communication Package (Whanaungatanga),378468-00,20221101,20221130,20221205,Procurement,Sole Agency,No,,"Award Notice Name: Te Ukaipo Communication Package (Whanaungatanga) Reference Number: 378468-00 Budget Envelope: $220k (excl. GST) Supplier: RUN Limited Procurement Process: All of Government (AOG) secondary procurement from the Advertising Services panel.",Awarded,"Name: Te Ukaipo Communication Package (Whanaungatanga) Reference Number: 378468-00 Budget Envelope: $220k (excl. GST) Supplier: RUN Limited Others: AOG secondary procurement from the Advertising Services panel.",220000,20250410 NZ Health Partnerships Limited,26750070,Request for Proposals,Open Competition,Washroom Consumables,30466,20221215,20230213,20231215,Procurement,Sole Agency,No,"12 Fernleigh Ave, Royal Oak","The scope of this RFP is sanitary paper products which cover a range of products including toilet paper, paper towels and other paper products (or viable alternative) used in kitchens and work areas for general cleaning purposes, as well as dispensing systems. For the avoidance of doubt, the following products are out of scope for this RFP: a) hand soaps (as it is a hand hygiene product); b) surface wipes; and c) linen towels and cloths, and other hand drying technologies such as hot air blowers",Awarded,,0,20250410 NZ Health Partnerships Limited,26793260,Request for Proposals,Open Competition,Carbon Emission Reporting Tool,30545,20230112,20230214,20230401,Procurement,Sole Agency,No,,"Te Whatu Ora Health New Zealand is seeking responses for the supply, integration, and support of a Carbon Emission Reporting tool (SaaS) that can be implemented within the timelines requested. Te Whatu Ora is a Crown Agent and has been directed by the Minister of State Services and the Minister of Finance to implement the Carbon Neutral Government Programme (CNGP). This direction requires Te Whatu Ora to measure and report on emissions (greenhouse gas emissions inventory) from all facilities, assets, activities, and operations for each financial year from 2023/24. Through this tender, Te Whatu Ora seeks to enhance, consolidate and standardise the reporting previously done by the former District Health Boards (currently Districts).",Awarded,,0,20250410 Office of Film and Literature Classification,27209829,Request for Proposals,Open Competition,"Qualitative Research - Body image, media content, and online behaviour.",TMW,20230406,20230501,20230601,,Sole Agency,No,,"Netsafe and Te Mana Whakaatu Classification Office (the Office) are seeking assistance from a research provider to develop qualitative research with rangatahi. The research will explore young people's experiences and views about media content, online behaviour, and the potential impacts on body image and associated health and wellbeing issues. The research aims to address a gap in knowledge about these issues in Aotearoa, and to raise awareness and see educational resources developed. Research findings may also inform the development of policy and regulatory responses to young peoples engagement with this content and clinical or therapeutic responses, awareness and understanding. Research design: The research provider will be responsible for research design, recruitment, data collection/analysis, producing a report of findings, and assisting the Office research team to draft a final report for publication. We expect that the primary format will be up to 50 single participant interviews, and an additional number of participants receiving clinical care (no more than 10). Participants will include a diverse range of young people age 14-17. The research will have a robust ethics process ensuring the safety and privacy of participants, and will be informed by Treaty principles ensuring effective and ethical research practices with respect to Maori. Indicative timeline (2023): RFP issued: 5 Apr Proposal submitted: 1 May Research commissioned: 5 May Report with analysis of findings submitted: By 2 Oct Final report published: By 30 Nov Budget: up to $100,000. Deadline for proposals: 1pm, 1 May 2023. READ OUR RFP DOCUMENT FOR SUBMISSION REQUIREMENTS AND DETAILED INFORMATION (available via logging in to GETS, or you can request this via email). For more information contact Henry Talbot (Principal Advisor Research Lead) via email: consultations@classificationoffice.govt.nz",Awarded,The chosen provider best matched our requirements according to our selection criteria.,99941,20250410 Office of the Controller and Auditor-General,20460834,Request for Proposals,Open Competition,Request for Proposals - Client Portal,1351,20181122,20190111,20190903,,Sole Agency,No,,,Not Awarded,"Unfortunately a preferred supplier was not selected for the Client Portal Request for Proposals. A number of gaps were identified between our requirements and the solution that had been selected. Audit New Zealand are committed to finding a solution and the project is continuing. At this stage we are not able to confirm our next steps.",0,20250410 Office of the Controller and Auditor-General,21219358,Request for Proposals,Open Competition,Request for Proposals - SQL and SharePoint Support,1391,20190702,20190726,20200310,,Sole Agency,No,,The Office seeks proposals from suppliers to provide maintenance and support for both our SQL servers and SharePoint environments.,Awarded,"The SharePoint Support Agreement was awarded to Datacom. The SQL Support Agreement was awarded to SQL Services.",0,20250410 Office of the Controller and Auditor-General,21323967,Request for Proposals,Open Competition,RFP - Information Services Strategy Reassessment and Plan,1407,20190729,20190819,20191017,,Sole Agency,No,,"This open Request for Proposal (RFP) is an invitation to suppliers to submit a proposal for the reassessment of the Offices ISS, and initiate planning for its delivery. The deliverables we require are: a revalidated and/or redrafted ISS; high level plan for the systems and solutions required and sequencing of approach to implementation; and input into a high level business case for the investment that will be required to deliver the plan. We require a provider who will work with our organisation to ensure that our needs are reflected in the ISS, and that the ISS presents a workable and comprehensive strategy for the optimal positioning of the Offices systems going forward. Engagement with our leadership team members and teams across the Office will be a key part of this assignment, ensuring that their business needs are reflected in the ISS and plan.",Awarded,,0,20250410 Office of the Controller and Auditor-General,21470451,Request for Quotations,Open Competition,Senior Project Manager Information Services Group,1417,20190823,20190830,20191017,,Sole Agency,No,"Level 2 100 Molesworth Street, Thorndon, Wellington","The Information Service Group (ISG) management team has developed its high level business plan. It now needs an experienced senior project manager to scope the significant initiatives, resourcing and financials into an actionable work programme and to develop a project management operating model within the team. The deliverables we require are: Prioritised work programme for the current years initiatives. Benefit realisation Implementation plans for each initiative. Resourcing and financial plan. Project management operating model. This assignment is expected to take 6 to 8 weeks for a senior project manager. It is envisaged that once established, the work programme will be handed over to a yet to be appointed full time internal project manager for its on-going implementation. The senior project management position reports to the Chief Information Officer (CIO) and will support ISG managers to. Plan, scope and sequence the current year projects into an actionable work programme. Develop and operate to a project management model for solution delivery. Develop current year resourcing plans for ISG staff. Develop the financials. Identify the ISGs resourcing gaps in the current year.",Awarded,Contract awarded to The Ronin Group,0,20250410 Office of the Controller and Auditor-General,21567359,Request for Proposals,Open Competition,Request for Proposals - Office Accommodation in Tauranga,1419,20190910,20190930,20200624,,Sole Agency,No,,"Audit New Zealand has staff based in various locations in New Zealand, including up to 20 employees in Tauranga. The lease on the Offices existing premises in Tauranga expires on 1 July 2020. We are looking for suitable office accommodation options preferably within walking distance and close proximity of Cameron Road. The Controller and Auditor-General invites parties (respondents, you) to submit comprehensive proposals for office accommodation based on the requirements set out in the document.",Awarded,,0,20250410 Office of the Controller and Auditor-General,21862949,Request for Quotations,Open Competition,RFQ - Desks and Mobile Units,1438,20191030,20191112,20200130,,Sole Agency,No,,"The Auditor-General is refitting its office premises on Level 2, 100 Molesworth Street in Wellington. We require new furniture for the refit. This is an open Request for Quote. All quotes should be e-mailed to RFP@oag.govt.nz. The subject line should be the GETS RFxID number and title and the e-mail should be marked In Confidence. Applications should reach us by 12 noon on the closing date (13 November 2019). We will acknowledge receipt of your quote.",Awarded,,0,20250410 Office of the Controller and Auditor-General,21907388,Request for Proposals,Open Competition,RFP - Rental Cars,1422,20191107,20191127,20200303,,Sole Agency,No,,The Controller and Auditor-General requires staff to travel to many locations around New Zealand to meet clients as well as carry out annual audits. We are looking for service solutions for rental cars to ensure an appropriate range of vehicles are available to our staff at competitive rates. Location is important at main centre or regional airports. We are also interested in any additional services you may have such as the delivery and collection of vehicles from our offices,Awarded,Contract awarded to Hertz,0,20250410 Office of the Controller and Auditor-General,22157141,Request for Proposals,Open Competition,RFP - PASAI Travel Management System,1461,20200110,20200210,20200827,,Sole Agency,No,,"We are looking for an experienced TMS supplier that can provide us with an efficient online booking system where the PASAI travel arrangers are able to book airfares and accommodation online and also have the ability to book off line. This includes mostly international travel within the Pacific region, with some international travel for PASAI Secretariat staff and also arrangement of airfares and accommodation at various locations across the Pacific region for participants in PASAI events. We also require a consultant assisted travel booking service. Both the online and assisted services must be available 24 hours. The Office of the Auditor-General (OAG), as Secretary-General of PASAI, is managing this RFP process on behalf of the PASAI Secretariat.",Awarded,Contract awarded to Corporate Travel Management (New Zealand) Ltd,0,20250410 Office of the Controller and Auditor-General,22858312,Request for Proposals,Open Competition,Request for Proposals - Office Accommodation in Auckland,1490,20200622,20200720,20210705,,Sole Agency,No,,"Audit New Zealand has staff based in various locations in New Zealand, including up to 60 employees in Auckland. The Controller and Auditor-General invites parties to submit comprehensive proposals for office accommodation in Auckland based on the requirements set out in this document.",Awarded,,0,20250410 Office of the Controller and Auditor-General,23116972,Request for Proposals,Open Competition,Client Portal,1495 IOG_ISG_CP_001,20200817,20200909,20201208,,On behalf of procurement agent,No,,"Audit New Zealand are looking for a client portal, which assists with gathering information from clients. The client portal must allow: Auditors to create a workspace for each client. Within each workspace, auditors to create multiple file requests. For example, one request for an expenditure listing and a second request for supporting invoices. Each file request to have a client contact assigned and a due date. The client portal to automatically notify the client of new file requests. Clients to attach the relevant file to the specific file request and the auditor to be notified. The secure transfer of large files, with embedded traceability and reporting capability. Auditors to view or download the file, or return it to the client if it is incorrect. Automatic reminders to be sent to client contacts of upcoming deadlines or over-due requests. The client portal should automate many of the manual elements of the current audit requirement process including eliminating manual tracking and follow up of requested items. It must include workflow capability to manage the process and provide real-time visibility of the status of audit information. The client portal must be structured to provide specific, secure spaces for each client with the ability to apply either the same file requests as the previous year or to use a template that can be used across similar clients, such as those in a particular sector, including the structure and associated requests. The key benefits expected from implementing a client portal include: Increased efficiency and reduced errors through eliminating manual tracking. Enabling multiple client representatives to work concurrently and visibly in a central portal, improving their coordination and communication. It is anticipated this will improve timeliness and accuracy. Improve client readiness for the audit by increasing the visibility of upcoming and overdue requests or information that has to be returned. Audit teams and clients can have real-time, evidence-based discussions if requests have not been fulfilled. Assurance to clients that their data and information is protected and secure. We expect to use the client portal on approximately 500 engagements. This excludes our very small (less than 20 hours) clients.",Awarded,Contract awarded to Audit Dashboard Inc.,0,20250410 Office of the Controller and Auditor-General,23229534,Request for Proposals,Open Competition,Request for Proposal - Coaching for Client Engagement with Maori-led or Maori-focused Organisations,1553,20200904,20200921,20201124,,Sole Agency,No,,"We need a provider to design and deliver tailored, one-to-one sessions for Audit New Zealand Directors and Managers, as follows: The initial coaching session for each person must include a needs assessment, in which the provider learns about the relevant clients in the participants portfolio, the way relevant meetings are conducted, and the participants own knowledge and skill in te reo Maori, including pronunciation. The subsequent sessions will be tailored to the individuals needs. We anticipate that most people will need four to six coaching sessions to get to an appropriate level of confidence and competence. As Audit New Zealands Directors and Managers are based around New Zealand, some coaching will need to be delivered virtually. The provider will either need to have access to suitable technology that can connect with our business systems (Skype or Zoom) or be able to work from one of our offices, using our meeting room facilities. We anticipate the coaching sessions will be between one and two hours duration each.",Awarded,,0,20250410 Office of the Controller and Auditor-General,23252362,Request for Proposals,Open Competition,Request for Proposal - To undertake the Auditor-General's 2020-21 Client Satisfaction Survey,1557,20200908,20200922,20201118,,Sole Agency,No,,"Every year the Auditor-General undertakes a survey of a sample of public entities to understand how well audits are being carried out on their behalf. This survey is used for both internal management purposes, and for external accountability purposes (for example, in our Annual Report). The primary aim of the client satisfaction survey is to establish how satisfied audit clients are with the quality and provision of annual audit services. This includes clients overall satisfaction, satisfaction with different service components (including staff general skills and knowledge, usefulness of management reports, quality of relationships, and staff sector knowledge) and suggestions for service delivery improvements. We are seeking a suitably qualified and experienced person to deliver the 2020/21 client satisfaction survey on behalf of the Auditor-General, analyse the results, and report on them.",Awarded,This contract has been awarded to UMR Research Limited,0,20250410 Office of the Controller and Auditor-General,23422341,Request for Proposals,Open Competition,Request for Proposal - to provide specialist support to Audit New Zealand's Aspiring Managers' Programme,1555,20201007,20201027,20210121,,Sole Agency,No,,"Audit New Zealand introduced an Aspiring Managers Programme (AMP) over ten years ago, as a means of helping Assistant Managers and people in other equivalent specialist roles develop and enhance the soft skills that are necessary to succeed in more senior leadership roles, such as Audit Manager positions. We are looking for an external provider to support the Aspiring Managers Programme (AMP), designing and running cohort events, and providing coaching to participants between cohort events.",Awarded,,0,20250410 Office of the Controller and Auditor-General,23753981,Request for Quotations,Open Competition,Meeting Room Technology,1582_OAG_ISG_MRT_005,20201209,20201221,20210121,,Sole Agency,No,,"The Office has approximately 460 staff; with 330 working for Audit New Zealand across seven offices: Auckland; Tauranga; Hamilton; Palmerston North; Wellington; Christchurch; and Dunedin. Our existing video conference (VC) facilities dont currently provide a consistent simple user experience. In order to work efficiently with our clients (public entities), suppliers and staff working either in different offices or remotely, staff must be able to join Skype for Business, Zoom (today) and in the future MS Teams and Zoom meetings easily from all VC capable meeting rooms across our offices. Currently the VC equipment supports Skype for Business natively and can support Zoom with varying degrees of complexity, but no meeting rooms can currently support MS Teams meetings. An array of technology is used across our meeting rooms. There are six different set ups across the seven offices; with many of the offices having different set ups in each meeting room. The recent lockdowns across New Zealand have increased the Offices need to simplify and standardise our VC meeting room and user experience; enabling meeting our staff to attend meetings using Skype for Business and Zoom while future proofing these rooms for MS Teams compatibility. We have identified the equipment which will meet our requirements of a consistent, simple user experience that supports Skype for Business and Zoom now, and MS Teams and Zoom in the future, This RFQ is to procure this equipment. This is an open Request for Quote.",Awarded,,0,20250410 Office of the Controller and Auditor-General,24073305,Request for Proposals,Open Competition,Request for Proposals - Pre-Press and Printing,1632,20210310,20210407,20210514,,Sole Agency,No,,"We invite proposals from suitably qualified providers to supply design, printing, and pre-press services for the publications of the Controller and Auditor-General.",Awarded,,0,20250410 Office of the Controller and Auditor-General,24147369,Request for Proposals,Open Competition,Request for Proposals - PASAI Procurement of Professional Services to carry out a Review & Update of a Special Investigations Manual for SAI Fiji,1616,20210330,20210429,20210816,,Sole Agency,No,,"The Pacific Association of Supreme Audit Institutions (PASAI) is the official organization for supreme audit institutions (SAIs) in the Pacific region. It has a total of 27 members spread across three sub-regions across the Pacific. PASAI is one of the seven regional working groups of the International Organisation of Supreme Audit Institutions (INTOSAI). PASAI is interested in procuring the service of a consultant to review and update an existing draft manual developed by the Office of the Auditor General Fiji (OAG Fiji) on how to conduct special investigations.",Not Awarded,,0,20250410 Office of the Controller and Auditor-General,24156253,Request for Proposals,Open Competition,RFP - PASAI - Information technology needs assessment and future support programme in the Pacific region,1666,20210331,20210423,20210623,,Sole Agency,No,,"The Office of the Auditor General has released this RFP on behalf of the Pacific Association of Supreme Audit Institutions (PASAI). This RFP is to select a company to evaluate the IT needs of PASAI members, document the results and identify common issues and resulting opportunities for regional solutions. Once the assessment is completed a proposed prioritised programme to address the needs identified will need to be created. We ask that suppliers refrain from contacting individuals within the Office of the Auditor General, PASAI or its members for additional information. All communication is to occur via GETS.",Awarded,Contract is for IT Assessment of PASAI members,0,20250410 Office of the Controller and Auditor-General,24167920,Request for Quotations,Open Competition,Mobile Phones Buy or Lease,1583,20210407,20210504,20210607,,Sole Agency,No,Email RFP@oag.parliament.nz,We would like to buy or lease 531 mobile phones for employees. Value-for-money is important to us and this is why we invite you to submit quotes for both buying and leasing options.. The models that are within our budget are detailed in the RFQ. We look forward to hearing from you.,Awarded,,300000,20250410 Office of the Controller and Auditor-General,24274432,Request for Proposals,Open Competition,Request for Proposal to develop and implement a Competency Framework for the Controller and Auditor-General,1678,20210506,20210524,20210608,,Sole Agency,No,,"This is an open Request for Proposal. We would like a provider to develop and implement a competency framework for OAG, CST, and selected roles within Audit New Zealand. We also want the provider to develop associated tools and resources to aid in implementation and ongoing use of the framework",Awarded,,0,20250410 Office of the Controller and Auditor-General,24292010,Request for Proposals,Open Competition,PASAI - Request for Proposal Leadership Programme,1691,20210511,20210528,20210330,,Sole Agency,No,,"The Office of the Auditor General has released this RFP on behalf of the Pacific Association of Supreme Audit Institutions (PASAI). This RFP is to select a company to provide a Leadership programme for Supreme Audit Institution Heads (Auditors-General, Public Auditors and their equivalents) across the Pacific region. The programme will be for 10 to 18 months and include group sessions and cohort based coaching. We ask that suppliers refrain from contacting individuals within the Office of the Auditor General, PASAI or its members for additional information. All communication is to occur via GETS.",Awarded,,150000,20250410 Office of the Controller and Auditor-General,24303417,Request for Proposals,Open Competition,Microsoft Dynamics 365 & Power Platform Development Partner,,20210514,20210604,20210810,,Sole Agency,No,,"Do you have a proven track record in Microsoft Dynamics 365 and Power Platform? Is your team available in July-August 2021 to work with us on a six-week discovery phase? Are you a Microsoft Gold Partner in the area of Business Applications, with competency in Cloud Business Applications? We have a discovery phase project to replace portals not built on the Microsoft 365 and Microsoft Dynamics 365 platform, with new portals built on these as the platform. We envisage a design including Power Apps, Power Apps Portals, Power Automate and Azure Logic Apps using a Dataverse repository. The discovery phase deliverables are: - a prototype - a test plan for the prototype, and - a project plan for the full build, migration and roll out including cost, timelines and resourcing.",Awarded,,174000,20250410 Office of the Controller and Auditor-General,24347661,Request for Proposals,Open Competition,"Provide design, project management and construction services for Audit NZ Auckland Office Accommodation",,20210525,20210611,20210616,,Sole Agency,No,Email to RFP@oag.parliament.nz,,Awarded,,0,20250410 Office of the Controller and Auditor-General,24413079,Request for Proposals,Open Competition,Request for Proposal - Specialist advice on the 2021 Long-Term Fiscal Statement and Insights Briefing,1701,20210611,20210625,20210802,,Sole Agency,No,,"We are seeking to engage a suitably experienced contractor who understands the use of long-term fiscal projections by governments, and emerging practices in how such forecasts are prepared, to help us comment on the 2021 LTFS/IB.",Awarded,,0,20250410 Office of the Controller and Auditor-General,24540692,Request for Proposals,Open Competition,Office of the Auditor-General - Maori perspectives on public accountability RFP,1586,20210713,20210802,20211004,,Sole Agency,No,,"We are seeking a suitably qualified and experienced person(s) or organisation to gather perspectives from Maori representatives, groups and individuals about what effective public accountability looks like to them, and provide a report on this.",Not Awarded,The contract was awarded to Haemata Tapui Limited,0,20250410 Office of the Controller and Auditor-General,24713967,Request for Proposals,Open Competition,Electronic Audit Working Paper Software Tool,,20210823,20211015,20220819,,Sole Agency,No,,"The Controller and Auditor-General wishes to purchase and implement an electronic working paper software tool for use by Audit New Zealand. The software tool will allow Audit New Zealand to conduct public sector audits and provide the platform to manage and record its audit process. Audit New Zealand are looking for suppliers who have a product that is designed for use on external audits of historical financial and (where applicable) performance information conducted in accordance with the International Standards on Auditing and/or US Generally Accepted Auditing Standards. The product must be capable of being used by an accounting.audit practice that has 3650+ users concurrently accessing a single instance. We are looking for a Commercial Off The Shelf (COTS) solution and would prefer a cloud based solution.",Awarded,"The Controller and Auditor-General is pleased to confirm that, in response to this Request for Proposal, a contract has been awarded to Auvenir Technologies ULC.",0,20250410 Office of the Controller and Auditor-General,24747685,Request for Proposals,Open Competition,RFP for WAN Internet Services,1682,20210901,20210924,20230906,,Sole Agency,No,,,Not Awarded,Scope of work to be delivered changed.,0,20250410 Office of the Controller and Auditor-General,24895826,Request for Proposals,Open Competition,Master Services Agreement 02 - Independence & Legal Framework,,20210930,20211111,20241217,,On behalf of procurement agent,No,,"PASAI would like to invite suitably qualified professionals to apply for a Master Services Agreement 02 that is based around a need for services centered upon providing advice to SAIs on their Independence and Legal Framework. Selected consultants will be expected to assist Supreme Audit Institutions within the Pacific to consider the institutional legal structure available for the SAIs operations so that an understanding can be developed on how effectively the SAI can perform as an organisation. This will be achieved by carrying out assessments on the legislative structure of various SAIs within the Pacific region based upon the areas identified within the Performance Measurement Framework as follows: - SAI-1: Independence of the SAI - SAI-2: Mandate of the SAI",Not Awarded,No applications received - opportunity to apply remains open on PASAI website,0,20250410 Office of the Controller and Auditor-General,24895893,Request for Proposals,Open Competition,Master Services Agreement 03 Audit Quality & Reporting,,20210930,20211111,20241217,,On behalf of procurement agent,No,,"PASAI would like to invite suitably qualified professionals to apply for a Master Services Agreement 03 that is based around a need for services centered upon providing advice to Supreme Audit Institutions (SAIs) on their Audit Quality & Reporting, including the outputs of the audit/control work that is the core business of any SAI. This includes an indicator that measures the SAIs audit coverage for each of the audit disciplines (financial, performance and compliance). Selected consultants will be expected to assist SAIs to ensure that the three type of audits have been carried out as per international best practices, while training to develop capacity wherever weaknesses are identified. Brief description for each of the different types of audits is provided below: Financial audit determines whether an entitys financial information is presented in accordance with the applicable financial reporting and regulatory frameworks. This is achieved by obtaining sufficient and appropriate audit evidence to enable the auditor to express a reasonable assurance-based opinion on whether the financial information is free from material misstatement, whether due to fraud or error. ISSAI 200 elaborates on this further. Performance audit assesses whether interventions, programmes and institutions are performing in accordance with the principles of economy, efficiency and effectiveness, and whether there is room for improvement. This is achieved by examining performance against suitable criteria, and by analysing the cause of deviations from criteria or problems. The aim is to answer key audit questions and to provide recommendations for improvement. ISSAI 300 elaborates on this further. Compliance audit determines whether a particular subject matter is in compliance with applicable authorities identified as criteria. Compliance auditing is performed by assessing whether activities, financial transactions and information are, in all material respects, in compliance with the authorities which govern the audited entity. ISSAI 400 elaborates on this further. Based on experience, consultants can apply to be selected to provide services for either one of the different types of audits or all three. This Master Services Agreement will be set out for 1 year along with an option to extend for another year.",Not Awarded,Contracts awarded 30 September 2021. John Vila and Kevin Hughs engaged to complete to financial audits in the Pacific. Sole traders so haven't posted names on GETS,0,20250410 Office of the Controller and Auditor-General,24944958,Request for Quotations,Open Competition,Supply and Delivery of Laptop Computers and Tablets,OAG_ISP_LAP_005,20211011,20211022,20221222,,Sole Agency,No,,"The Auditor-General needs to replace 240 laptops and tablets as part of its annual hardware refresh. Through this Request for Quotes (RFQ), quotes are invited from suppliers who can provide the specified equipment and services. Our specification is based on Lenovo devices, but we will consider alternate brands and models that meet, at a minimum, the technical specifications. This is an openly advertised Request for Quote. If you are interested in responding, please submit your quote by email no later than midday, 22 October 2021 by email to OAGTenders@oag.parliament.nz.",Awarded,,521000,20250410 Office of the Controller and Auditor-General,25187075,Request for Proposals,Open Competition,Audit New Zealand Supplementation Panel,1762,20211130,20211217,20220202,,Sole Agency,No,,"The Controller and Auditor-General (the Auditor-General) is an Officer of Parliament whose role is to assist Parliament in its scrutiny of executive government, and to strengthen the effectiveness, efficiency, and accountability of public sector organisations. Under the Public Audit Act 2001, the Auditor-General is the auditor of all public entities in New Zealand. This includes government departments, central agencies, Crown entities, local authorities, schools, and State-owned enterprises. In practice, these annual audits are carried out by staff at Audit New Zealand - one of two business units operated by the Auditor-General - and by private sector auditors appointed by the Auditor-General. Audit New Zealand currently draws on a panel of audit firms (Supplementation Panel or Panel) who provide suitably qualified audit staff, on a temporary, as required basis, to work alongside its staff while they are carrying out annual audit work during peak times. The contracts with all the audit firms on the current Supplementation Panel (2018 to 2021) expire on 31 December 2021. The Auditor-General, on behalf of Audit New Zealand is seeking to establish a new Panel, which will be in place for at least three (3) years from the date the Contract starts. Audit New Zealand is also interested in receiving expressions of interest from other audit firms not currently on the Supplementation Panel, who may also be able to provide suitably qualified audit staff, on a temporary, as required basis. All audit firms on the current Supplementation Panel are being offered the opportunity to express interest in joining the new Panel. There is no minimum or maximum number of firms that can be included in the Panel.",Awarded,"Note the award dates for new contracts and contract variations varied. The date inputted is the date of signing for Oldershaw & Co, who are the sole new addition to the existing panel, all of whom have been re-contracted.",0,20250410 Office of the Controller and Auditor-General,25272542,Request for Quotations,Open Competition,PASAI - Regional Report on SAI Performance,1780,20211221,20220124,20211021,,Sole Agency,No,,"The Pacific Association of Supreme Audit Institutions (PASAI) is seeking to engage a suitably qualified professional for a short-term consultant role to prepare and compile a regional report documenting the results and outcomes of the Supreme Audit Institutions (SAI) performance management framework (PMF) project from 2016 to 2022. It will include an analysis of SAI performance in the region within the six domains of the SAI PMF tool. The selected consultant will be expected to compile the report which includes a profile of each SAI, it becomes a ready reference for PASAI Secretariat staff for planning and developing future work programmes and it is highly rated by development partners for the valuable and effectively presented data on SAI performance. The consultant will be provided with the SAI PMF reports of 20 SAIs including internal reports, analysis, compilation, and other work already completed by the PASAI Secretariat in respect to specific domains and SAIs. Detailed information on the scope of work and expected outputs and deliverables are provided in the Terms of Reference included with this advertisement. information can also be found at: https://www.pasai.org/procurement-sai-pmf-regional-report",Awarded,,30000,20250410 Office of the Controller and Auditor-General,25277785,Request for Proposals,Open Competition,PASAI - Financial Audit Technical Assistance Support - Solomon Islands Audit Office,1782,20211222,20220124,20211222,,Sole Agency,No,,"The Pacific Association of Supreme Audit Institutions (PASAI) would like to invite suitably qualified professionals to apply for a for a short-term consultant role to provide Technical Assistance support to review financial audits conducted at the Solomon Islands Audit Office. This work is required to ensure financial audits are completed in compliance with International Standards of Supreme Audit Institutions (ISSAI) or International Standards of Auditing (ISA). The assignment will include the review of all State-Owned Entities audits done in-house and those outsourced to the private sector; as well as review of financial audits of selected political parties and provincial governments; training of SAI senior auditors to do these reviews and providing technical support to audit teams carrying out financial audits within the Solomon Islands Audit Office. The Technical Advisor will be expected to carry out a supervisory role to review the financial audits of the abovementioned government entities in line with the ISSAI or ISA. The prospective consultant should have significant experience conducting a financial audit in line with ISSAI/ISA, documenting the audit process in audit work papers and preparing audit reports, with good knowledge, understanding and exposure to challenges in completing these audits. As well as practical audit experience the consultant should have a good understanding of ISA, ISSAI or other acceptable international auditing standards. The consultant must have experience in supervising and training in a developing country context and ideally also experience providing this kind of support while working remotely. The work will be performed under the oversight of the Auditor General of the Solomon Islands, Mr David Dennis, who will facilitate access to all necessary information for the assessment. Reporting is to the Auditor General. The PASAI Secretariat will also be available to provide guidance and necessary information relating to the work. The consultant will be required to prepare a Final Report on project implementation including views on the next steps and needs moving forward. information can also be found at: https://www.pasai.org/procurement-financial-audit-ta-support-solomon-islands-audit-office",Awarded,,48500,20250410 Office of the Controller and Auditor-General,25346452,Request for Proposals,Open Competition,Actuarial Expert Assistance related to annual valuation of the Student Loans Scheme,1776,20220127,20220221,20220404,,Sole Agency,No,,"This Request for Proposal (RFP) invites suitably qualified suppliers to submit a proposal to provide actuarial expert assistance (the Services) to the Controller and Auditor-General (the Auditor-General) related to the audit of the annual valuation of the Student Loans Scheme. We anticipate that the contract awarded as a result of this RFP (if any) will be for a term of 30 months from March 2022 to August 2024, so as to cover three cycles of annual audit. This RFP is a single-step procurement process that is being openly advertised on GETS. The closing date for questions is 5.00pm,14 February 2022. The closing date for providing a proposal is midday, 21 February 2022.",Awarded,,0,20250410 Office of the Controller and Auditor-General,25427510,Request for Proposals,Open Competition,The Office of the Auditor General's 2022 Stakeholder Survey,1793,20220216,20220311,20220414,,Sole Agency,No,,"The Office of the Auditor-General (OAG) seeks feedback from stakeholders every two years on how they rate the value and quality of its work, and on how effectively the OAG helps Parliament to hold public-sector agencies to account and promotes improved performance. The purpose of the survey is to assess how well our products and services are valued by our stakeholders. We are seeking a suitably qualified and experienced person(s) or organisation to interview approximately fifteen Select Committee Chairs and Chief Executives (as nominated by the OAG) about their perspectives on the Office of the Auditor-Generals work. This is an open Request for Proposal. Proposals should be e-mailed to our Point of Contact by 5.00 pm on the closing date, 11 March 2022, in accordance with the process set out in the Request for Proposal document.",Awarded,,0,20250410 Office of the Controller and Auditor-General,25461684,Request for Proposals,Open Competition,PD Venue and Accommodation 2022,1797,20220225,20220318,20220513,,Sole Agency,No,,"Audit New Zealand is seeking proposals for a training venue and accommodation for our auditors professional development programme which is run in Wellington. The proposals are for the 2022/23 and 2023/24 professional development years, with a right of renewal for one further year. Our professional development year runs from 1 July to 30 June each year. Proposals must be received by 12 pm, 18 March 2022. This is an openly advertised Request for Proposal being issued via the the Government Electronic Tender Service (GETS).",Awarded,,0,20250410 Office of the Controller and Auditor-General,25634178,Request for Proposals,Open Competition,SAI Performance Monitoring Systems,,20220331,20220506,20220721,,Sole Agency,No,,"PASAI is seeking to hire a suitably qualified professional to apply for a short-term consultant role to develop a performance monitoring system (PMS) to help the SAI monitors and reports on its performance against its strategic plan. The selected consultant should have significant experience in organisation performance monitoring and evaluation while also having a good understanding of the work of SAIs and their respective mandates and performance monitoring in a public sector context. The consultant will have extensive experience in developing and implementing a functional performance monitoring system, including the ability to manage the implementation of policies and procedures for routine monitoring, including reporting and data use for project management and improvement. Detailed information on the scope of work and expected outputs and deliverables are provided in the TOR. Applications must be submitted according to a specific format. For more information, please access the following https://www.pasai.org/procurement-sai-performance-monitoring-systems In case of any queries please feel free to get in touch by emailing us at secretariat@pasai.org",Awarded,,59000,20250410 Office of the Controller and Auditor-General,25856691,Request for Proposals,Open Competition,1817 - OAG Testing Services Provider,1817,20220526,20220629,20221031,,Sole Agency,No,,"To support a planned four-year development and implementation programme, the Office is seeking to appoint a Supplier to deliver a managed testing service. The supplier will be responsible for resourcing the test planning and test execution of individual projects within the work programme, and to manage the ongoing programme of testing. The selected Testing Provider will work alongside: the Office Product Vendors; and any sub contracted suppliers of specialist testing services that may be required. Experience operating in the Azure Cloud Service environment is required, including using Azure DevOps to record test plans, test cases and test results. The Testing Provider will provide a Test Manager, who will be largely based onsite, at the Offices premises at, 100 Molesworth Street Wellington New Zealand, to effectively manage the testing service on behalf of the Office and will make recommendations on test resources required for each phase of the development and implementation programme. The Testing Provider may also supply specialist test capability, either directly or via a sub-contracting arrangement for specific test deliverables. An example of this is the use of third parties who specialise in Security or Performance Testing.",Not Awarded,,0,20250410 Office of the Controller and Auditor-General,25870968,Request for Proposals,Open Competition,PASAI - IT Policy Development,1835,20220530,20220626,20220907,,Sole Agency,No,,"The Pacific Association of Supreme Audit Institutions (PASAI) is the official organisation for supreme audit institutions (SAIs) in the Pacific region. PASAI is looking for a provider that can improve IT policy, standards, and processes for its member SAIs in the region. The PASAI Governing Board is supporting SAIs to to improve IT policy, standards, and processes. PASAI is now looking for someone to support the development and implementation of IT policies, standards, and processes for SAIs in the region. Many SAIs have some form of policy, standards and processes that are not fully matured. This support will help SAIs to manage their IT matters more consistently and effectively.",Awarded,,120000,20250410 Office of the Controller and Auditor-General,25945291,Request for Proposals,Open Competition,1831 - RFP Mobile Voice and Data Network Provider,1831,20220616,20220718,20221011,,Sole Agency,No,,The Office of the Controller and Auditor General and Audit New Zealand is seeking proposal from Mobile Network Providers for the provision of voice and data for its mobile telephones and laptops connected via the mobile phone network selected.,Awarded,,0,20250410 Office of the Controller and Auditor-General,29619665,Request for Proposals,Open Competition,Network Connectivity and Associated Services,CR 2032,20240618,20240724,20241204,,Sole Agency,No,,"This procurement relates to the delivery, installation, configuration and on-going maintenance and management of Network Connectivity and Associated Services for the Office of the Auditor-General and Audit New Zealand. (Referred to collectively as the Office).",Awarded,,0,20250410 Office of the Controller and Auditor-General,30187704,Request for Proposals,Open Competition,Cloud-based data and analytics platform,2030,20240913,20241014,20250326,,Sole Agency,No,,"This Request for Proposal (RFP) seeks to identify a vendor partner to supply and manage a cloud-based data and analytics platform for the Office of the Auditor-General and Audit New Zealand (collectively referred to as the Office). The selected vendor will provide a platform that, once deployed, will be ready for the Office to start onboarding data, conducting analysis, and developing analytical products for staff and stakeholder consumption. This procurement aims to support the Offices mandate of ensuring public sector accountability and transparency.",Awarded,Acumen Consulting has been contracted to implement the selected Cloud-based data and analytics platform.,0,20250410 Open Polytechnic of New Zealand,23398173,Request for Proposals,Open Competition,Provision of cleaning services,,20201005,20201106,20201130,Educational Design Services,Sole Agency,No,The Open Polytechnic of New Zealand Limited 3 Cleary Street Waterloo Lower Hutt,The Open Polytechnic of New Zealand Limited is seeking proposals for the provision of cleaning services at its main campus in Lower Hutt. We are looking for a reliable contractor who has a proven track record within the industry and who can deliver value for money for the duration of the contract. The initial term is for three years with one right of renewal for two years.,Not Awarded,We are happy to announce that after the conclusion of our evaluation process the Contract for the Provision of Cleaning services to TOPNZL has been awarded to OCS.,0,20250410 Open Polytechnic of New Zealand,24452661,Request for Proposals,Open Competition,Digital Learning Design,DLD001,20210621,20210726,20210919,Learning Design and Development,Sole Agency,No,LDDRFP@openpolytechnic.ac.nz,"Through the Digital Learning Design RFP, The Open Polytechnic of New Zealand Limiteds Learning Design and Development directorate is looking to expand its capacity. We aim to achieve this by partnering with trusted and experienced outsourcing partners who can work independently and according to defined standards and requirements to create engaging and culturally responsive programmes, courses, assessments and/or digital assets for online delivery to our learners across New Zealand. OPNZL is looking for outsourcing partners who are able to provide any or all of the following services: Design of programmes of study and development of programme documentation (Levels 1 through 7 on the New Zealand Qualification Framework) for Open Polytechnic accreditation. Design and development of online courseware and assessment materials in the iQualify Learning Management System (LMS). Design and development of digital media (interactive assets, live action video, character animation, motion and static graphic assets). In relation to the selected options above, partners will also need to demonstrate the ability to: Manage projects from beginning to end. Design solutions according to the clients design standards and requirements. Build enduring relationships with OPNZL to understand needs and provide proactive service. Outsourcing partners will be organisations with substantial in-house talent and experience in the areas covered by the proposal and the ability to cover the majority of the scope of work without subcontracting.",Not Awarded,"Due to the high calibre of the candidates and the work involved, we have established a pool of approved partners to draw upon as project work becomes available, beginning Q4 2021. The successful candidates are Synapsys, Skills Consulting Group, Wavelength, INSPIRE Group, Lift Education and LearningWorks.",0,20250410 Oranga TamarikiMinistry for Children,20093345,Request for Proposals,Open Competition,Permanent Caregiver Support Service,,20180831,20181010,20190814,,Sole Agency,No,For hard copy delivery only,"Oranga TamarikiMinistry for Children (Oranga Tamariki) are running an open and competitive procurement approach to determine the on-going provider of the Permanent Caregiver Support Service (PCSS) delivered nationwide from 1 July 2019. The PCSS administers and coordinates financial and other assistance to permanent caregivers who provide permanent homes for children who have been in care of Oranga Tamariki or an approved non-government organisation (NGO).",Not Awarded,"Contract Award Notice - Permanent Caregiver Support Service Date published 14 August 2019 Purchaser Oranga TamarikiMinistry for Children 56 The Terrace Wellington 6011 New Zealand Successful provider Turuki Health Care Charitable Trust PO Box 43-002 Mangere Procurement process used Open and competitive Date service contract awarded 1 July 2019 Term of the Contract Five years Service contract value $23,463,281.10 Service description 1. Operational: Operational delivery of Permanent Caregiver Support Service. 2. Client Costs: Client costs associated with the provision of support packages, financial and other assistance for Permanent Caregivers in assisting them to care for a Child or Young Person as identified in a post permanency support plan.",0,20250410 Oranga TamarikiMinistry for Children,22368830,Request for Proposals,Open Competition,Supported Accommodation for Young People in Auckland,,20200226,20200324,20200922,,Sole Agency,No,,"Oranga Tamarikithe Ministry for Children (Oranga Tamariki) is seeking a suitable provider to deliver a Supported Accommodation service for rangatahi in Auckland. Rangatahi leaving care or Youth Justice residences are among the most vulnerable in New Zealand. They are likely to have complex health needs, insufficient housing and insufficient support when attempting to engage with education and employment. This Request for Proposals (RFP) is an invitation for eligible providers that have the capability and capacity to immediately implement and deliver the Service in Waterview accommodation units, which have been secured by Oranga Tamariki for this purpose. This is a two step procurement process. Step One providers respond to this RFP for evaluation and shortlisting. Step Two shortlisted providers from Step One are invited to participate in provider presentations. When downloading the documents for this RFx, ensure to download all seven appendices (available as attachments) and the RFP document (attached as Addendum 1).",Awarded,"Contract Award Notice Service commencement 1 July 2020 Purchaser Oranga Tamariki Ministry for Children Successful provider(s) The Lifewise Trust, Auckland Procurement process used open and competitive Open and competitive Service description Supported Living Service - The Service is to provide a stable and safe living environment to support the development of life skills, and to aid in a more gradual transition from fully supported care to independent living. Providers are responsible for providing safe, semi-supported accommodation for young people, and facilitate the learning of independent living skills alongside interpersonal skills for shared living.",0,20250410 Oranga TamarikiMinistry for Children,23132160,Request for Quotations,Open Competition,Building Works Gisborne RFQ,OTRFQ_2020-115,20200818,20200915,20201019,,Sole Agency,No,,"Our property at 107A Roebuck Road, Te Hapara, Gisborne 4010 requires significant refurbishment. We are seeking a builder with experience in refurbishment works and who shares our values. Start of work on Roebuck Road is dependent upon completion of works being undertaken in Abbott Street, Gisborne. Residents and carers will move from Roebuck Road to Abbott Street upon completion of Abbott Street, planned and on track for early to mid-September. There will be no access to Roebuck Road until this time (except for the mandatory site visit). A site visit at 9.00am on 25 August 2020 at 107A Roebuck Road, Te Hapara, Gisborne 4010 is mandatory.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23274291,Request for Proposals,Open Competition,Coordination of Service for the Eastern Bay of Plenty Childrens Team,,20200911,20201009,20210323,,Sole Agency,No,n/a,"Oranga TamarikiMinistry for Children (Oranga Tamariki) is seeking a suitable provider to deliver the coordination service for the Eastern Bay of Plentys (EBOP) Childrens Team. If you believe that your organisation has the immediate capacity and capability to deliver and take over the coordination role from Oranga Tamariki, then we strongly encourage you to apply. For further information please see the Request for Proposal (RFP) documentation.",Not Awarded,"Contract Award Notice Coordination of Service for the Eastern Bay of Plenty Childrens Team Service commencement 1 December 2020 Purchaser Oranga Tamariki Ministry for Children Successful provider(s) Eastern Bay of Plenty Alliance Procurement process used Open and competitive Service description Coordination of services to tamariki and their whanau who are at risk of harm",0,20250410 Oranga TamarikiMinistry for Children,23348933,Request for Proposals,Open Competition,Supported Accommodation in the Upper South region,,20200924,20201102,20210202,,Sole Agency,No,,"Oranga Tamarikithe Ministry for Children (Oranga Tamariki) is seeking a suitable provider to deliver a Supported Accommodation service (the Service) for eligible rangatahi in the Upper South region from an accessible location. The Service will support Oranga Tamariki to achieve the transition outcomes by supporting rangatahi to develop life skills in a safe and stable living environment, providing a more gradual transition from fully supported care to independent living. The Provider will ensure that the property the service is delivered from is to an appropriate standard, ensuring that safety and wellbeing is paramount as per accreditation Level 2 standards. E.g. The property is warm, secure, clean and maintained.",Not Awarded,No contract was awarded via this opportunity.,0,20250410 Oranga TamarikiMinistry for Children,23398694,Request for Proposals,Open Competition,Transition of the coordination function for the Counties Manukau Children's Team,,20201005,20201106,20210713,,Sole Agency,No,,"Oranga Tamariki is seeking a suitable provider to deliver the coordination function for the Counties Manukau Children's Team from 1 February 2021. Children's Teams coordinate a cross-agency approach to addressing the needs of tamariki and rangatahi at risk of harm, and their families and whaanau. This Request for Proposals is an invitation from Oranga Tamariki for suitably qualified providers who have the capacity and capability to deliver and take-over the coordination role from Oranga Tamariki.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23442339,Request for Proposals,Open Competition,Transition of the coordination function for the Horowhenua/Otaki Children's Team,,20201012,20201120,20210713,,Sole Agency,No,,"Childrens Teams coordinate a cross-agency approach to addressing the needs to tamariki and rangatahi at risk of harm, and their families and whanau. Established in 2012, Childrens Teams are a community-based initiative created to bring partner agencies together to develop an integrated plan for tamariki and rangatahi in need of support. The teams were intended to fill a gap between statutory intervention and individual agency and NGO service response. As the teams sit outside the statutory care and protection system, engagement with them is voluntary. As part of the nationwide Childrens Team transitions, we are transitioning the Horowhenua/Otaki Childrens Team coordination function from Oranga Tamariki to a local provider. The Childrens team function sits largely within the early intervention function of Oranga Tamariki operating model which coordinates support and services for tamariki and whanau showing early signs of need. The teams coordinate professionals, practitioners, and community members, as appropriate, to support specific tamariki and their whanau and help develop an integrated plan for tamariki and rangatahi, up to 18 years of age, who are at significant risk of harm to their wellbeing but are not in need of statutory care or protection. The Children's Team should understand the full range of tamariki and whanau needs, help to connect whanau to the support they need, and help services provide coordinated support. We want to ensure that tamariki and whanau who face risks to their wellbeing get well-coordinated support to address their needs. We want to reduce the likelihood of tamariki facing neglect and maltreatment. We are interested in tamariki and rangatahi up to 18 years old who are at significant risk of harm to their wellbeing.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23443562,Request for Proposals,Open Competition,Coordination of Service for the Rotorua Children's Team,,20201012,20201123,20210323,,Sole Agency,No,,"Oranga TamarikiMinistry for Children (Oranga Tamariki) is seeking a suitable provider to deliver the coordination service for the Rotorua Childrens Team. If you believe that your organisation has the immediate capacity and capability to deliver and take over the coordination role from Oranga Tamariki, then we strongly encourage you to apply. For further information please see the Request for Proposal (RFP) documentation.",Not Awarded,"Contract Award Notice Transition of the Coordination function for the Rotorua Childrens Team Service commencement 1 April 2021 Purchaser Oranga Tamariki Ministry for Children Successful provider(s) Te Arawa Whanau Ora Charitable Trust Procurement process used Open and competitive Service description Coordination of services to tamariki and their whanau who are at risk of harm in Rotorua District.",0,20250410 Oranga TamarikiMinistry for Children,23477865,Request for Proposals,Open Competition,Nationwide Building Warrant of Fitness Management,OTRFP_2020-126,20201019,20201116,20210317,,Sole Agency,No,,,Awarded,,700000,20250410 Oranga TamarikiMinistry for Children,23521162,Request for Proposals,Open Competition,Transition of the coordination function of the Canterbury Children's Team,,20201028,20201123,20210713,,Sole Agency,No,,This Request for Proposals is an invitation from Oranga Tamariki for suitably qualified providers who have the capacity and capability to deliver the coordination function of the Canterbury Childrens Team site from 1 February 2021 to 30 June 2024. This is a two-step open procurement process.,Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23546228,Request for Proposals,Open Competition,Nationwide Building Wash,OTRFP_2020-130,20201102,20201130,20210423,,Sole Agency,No,,"Oranga Tamariki has a property portfolio that includes 80+ owned homes and secure residences. We wish to engage a suitably qualified supplier to provide building wash, gutter cleaning and paint assessment services, nationwide. Exemplary health, safety and environmentally sustainable records and processes are extremely important.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23611067,Request for Proposals,Open Competition,Test and Tag,OTRFP_2020-129,20201112,20201211,20210317,,Sole Agency,No,,"Oranga Tamariki requires a regionally based service to 'test and tag' all non-IT electrical equipment in our offices (85), homes (106) and residences (10) each year to the AS/NZS 3760:2010 standard. We prefer to work with suppliers who live and work in the same communities that we do. This opportunity lends itself well to working with 'locals'. We have to ensure national coverage but encourage smaller regionally based businesses with the right skills to take part.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23687867,Request for Proposals,Open Competition,Nationwide Electrical Services,OTRFP_2020-134,20201126,20210129,20210614,,Sole Agency,No,,"Oranga Tamariki requires a national registered electrician(s) to provide preventative and reactive electrical services in our offices (58), homes (106) and residences (10). We are seeking a supplier who has offices all round NZ and who is willing to work with us to develop a suitable proactive and reactive service to manage all our electrics. We recognise that to get full nationwide coverage this may not be possible for one supplier so we may be open to regional solutions. We encourage suppliers who meet the requirements but can only provide regional services to respond. It may be worthwhile considering joining with another electrical supplier(s) to provide a nationwide service.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,23729658,Request for Proposals,Open Competition,Nationwide Plumbing Services,OTRFP_2020-135,20201203,20210129,20210302,,Sole Agency,No,,"Oranga Tamariki is setting up a proactive, preventative and reactive plumbing, gas fitting and drain laying service for our offices (58), homes (106) and residences (10). We are seeking a master plumber(s) who has offices all round NZ who is willing to work with us to develop a suitable proactive and reactive service to manage all our plumbing needs. We recognise that to get national coverage we may need more than one plumber so we are open to regional solutions. We encourage those who can meet all requirements and can only provide regional services to respond. We also encourage considering working with other plumbers to provide the solution.",Not Awarded,The contract has not been awarded as responses did not provide evidence of meeting requirements.,0,20250410 Oranga TamarikiMinistry for Children,23804026,Request for Proposals,Open Competition,Supported Accommodation Canterbury,,20201222,20210212,20210607,,Sole Agency,No,,"Oranga Tamarikithe Ministry for Children (Oranga Tamariki) is seeking a suitable provider(s) to deliver a Supported Accommodation service (the Service) for eligible rangatahi in the Canterbury region. The Service will support Oranga Tamariki to achieve the transition outcomes by supporting rangatahi to develop life skills in a safe and stable living environment, providing a more gradual transition from fully supported care to independent living. This Request for Proposals (RFP) is an invitation for eligible providers that have the capability and capacity to provide suitable accommodation, implement and deliver the Service. We are releasing this RFP before Christmas to allow providers the time to plan their workload in January and early February. We are not expecting providers to work on this response during the Christmas break.",Awarded,"Thank you to all respondents to this RFP, we are pleased to have awarded the contract to the below providers. We apologise for the late contract award notice. Purchaser Oranga Tamariki Ministry for Children. Successful provider(s) Christchurch Methodist Mission Trust Purapura Whetu Trust Procurement process used Open and competitive Contract Start 07/06/2021 Term of the Contract 5 years Service contract value - $5,308,334 (split between both providers) Service description The Supported Accommodation service aims to provide safe, stable accommodation for rangatahi in the Canterbury region while facilitating the development of interpersonal skills and independent living, for a gradual transition from fully supported care to independent living. The full service specifications can be found here: https://www.orangatamariki.govt.nz/assets/Uploads/Working-with-children/Information-for-providers/Service-Specifications/Supported-Accommodation.pdf",5308334,20250410 Oranga TamarikiMinistry for Children,24033943,Request for Tenders,Open Competition,"Main Contractor for Clarence Street, Hamilton Office Refurbishment",Clarence Street,20210301,20210325,20210423,,Sole Agency,No,,"Oranga Tamariki intends to refurbish the Manuwai Clinical Services office at Clarence Street, Hamilton. Originally built and owned by the Department of Social Welfare in 1988, Oranga Tamariki now lease only the top floor. The office has largely remained in its original state with no major refurbishment over the past three decades. The concept design includes a base level scope of works as well as a 'wish list' of prioritised items for incorporation through detailed design as the cost plan allows. The objective of this RFT is to obtain sufficiently detailed information from respondents regarding their compliance with the tender documentation and their ability to provide a 'design and build' proposal. This enables Oranga Tamariki to select and appoint a contractor for the Contract Works.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,24243450,Request for Proposals,Open Competition,Whakatakapokai Model of Care Evaluation,OTRFP_2021-145,20210427,20210521,20211110,,Sole Agency,No,,"We require an evaluator service to evaluate the Maori centred care model and practice at our Whakatakapokai youth justice residence. The evaluator will bring Te Ao Maori evaluation expertise; local knowledge and understanding of mana whenua/ tangata whenua tikanga, kawa and protocols; and the ability to work in partnership with mana whenua, tangata whenua, and key Whakatakapokai kaimahi. A Maori centred evaluation predominantly based on a Te Ao Maori evaluation approach and aligns to the Te Ara Tika best practice guidelines and principles to ensure the evaluation meets our Treaty of Waitangi and Section 7AA of the Oranga Tamariki Act aspirations. You will have demonstrable experience in evaluating a Maori centred care model. The evaluation will apply a Te Ao Maori evaluation framework and will ensure that mana whenua/tangata whenua are key partners throughout the process. The evaluation will be guided by Maori matauranga, tikanga, protocols and practices, and will also bring other worldviews (Western, Pasifika) together. This is a unique opportunity to assess the model of care for our Whakatakapokai rangatahi and whanau, and to help shape the future models of care for all rangatahi in the youth justice system, and for rangatahi Maori and their whanau in particular.",Not Awarded,No responses,0,20250410 Oranga TamarikiMinistry for Children,24421186,Request for Proposals,Open Competition,Lawns and Gardens,OTRFP_2021-148,20210614,20210712,20211108,,Sole Agency,No,,"We own or manage 140 homes and residences across New Zealand. Part of ensuring the homes and their environments are the best places for tamariki and rangatahi to flourish is ensuring the lawns and gardens are well kept. We require a national contractor with regional/local teams to manage the lawns and gardens for all our homes and residences. Our primary concern is the well being of the tamariki and rangatahi in our care. However, the maintenance of our considerable property portfolio is also very important. Lawns and gardens are a key part of making a home, as opposed to a house, and we expect them to be fit for purpose at all times. This procurement relates mowing lawns, doing edges and maintaining gardens, hedges, etc. i.e. outdoor environments. We wish to mitigate all H&S risks whilst providing consistently professional services to make the environments, where our tamariki and rangatahi live, fit for their well-being. We are buying lawn mowing and gardening services. Note: we are not buying landscape architecture services with this RFP. This RFP is purely lawn mowing, edges and maintaining gardens that are already there or will be developed.",Awarded,,0,20250410 Oranga TamarikiMinistry for Children,24526046,Request for Proposals,Open Competition,Offsite Self Storage,OTRFP_2021-156,20210708,20210805,20211110,,Sole Agency,No,,"Most of the 131 homes we own and/or manage have insufficient storage on site. Storage items can also be dangerous for tamariki and rangatahi. We want to store these items at a secure, safe and handy location to the homes. We require storage units that are about 6m x 3m. Our staff and contractors will require easy access to the stored items 24/7. The facility will have good site and unit security backed up by CCTV cameras which record site movements. The storage facility will be maintained in a clean and H&SA conscious manner at all times.",Not Awarded,No responses,0,20250410 Oranga TamarikiMinistry for Children,24758299,Request for Proposals,Open Competition,Transition to Adulthood Services Tauranga,,20210902,20211014,20211126,,Sole Agency,No,,"Oranga TamarikiMinistry for Children is seeking to fund a provider who has immediate capability and capacity to support rangatahi transitioning into adulthood in Tauranga. COVID-19 is having widespread impacts on our communities and those organisations that support them. We know this is an unsettling time for many rangatahi and their whanau, and the uncertainty is having an impact on their mental wellbeing. To support rangatahi eligible for Transition Support Services in Tauranga, it is essential that Oranga Tamariki begins the procurement process for these services. In consideration of the impacts of Alert Level 4 and Alert Level 3, we have extended the deadline for written proposals to 28 business days. We will endeavour to be as flexible as possible when scheduling Stage Two whilst maintaining the integrity and fairness of the process.",Awarded,"The Transition to Adulthood services support rangatahi prior to and during their transition from long-term care or youth justice residential placement. Partners will provide proactive contact and respond to the needs of rangatahi as they establish themselves and further develop their skills to help them achieve their independence. Partners will support eligible young people on their path to adulthood and long-term well-being. More information of the Transitions to Adulthood Service, including a detailed statement of requirements, can be found in the service specifications: https://www.orangatamariki.govt.nz/assets/Uploads/Working-with-children/Information-for-providers/Service-Specifications/Transition-to-Adulthood-Service-Specifications-June-2021.pdf",315554,20250410 Oranga TamarikiMinistry for Children,25198520,Request for Proposals,Open Competition,Property Maintenance and Minor Building Services,OTRFP_2021-178,20211202,20220203,20221101,,Sole Agency,No,,,Awarded,,0,20250410 Oranga TamarikiMinistry for Children,27794264,Request for Proposals,Open Competition,The development and delivery of bespoke Sexual Violence training for Family Start kaimahi,,20230731,20230823,20231102,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation for Aotearoa New Zealand based providers to submit a Proposal to develop and deliver bespoke Sexual Violence training for Family Start and Early Start1 kaimahi / whanau workers. This is an open competitive procurement with a two-step evaluation process. The primary focus is on building capability, knowledge, skills, and confidence of kaimahi working with whanau experiencing sexual violence within early support, prevention, and early identification. This is a unique opportunity to assist us to deliver on our framework to eliminate sexual violence and family violence with the ambition of creating peaceful homes where tamariki, families and whanau thrive. Te Aorerekura is the strategy setting out a new collective path for tangata whenua, specialist sectors, communities, and government.",Not Awarded,,0,20250410 Orion New Zealand Limited,25735913,Request for Proposals,Closed Competition,"RFP - Milton to Bromley 66,000 volt Civil Trenching",962,20220511,20220617,20220715,,Sole Agency,No,,"Orion are looking to identify one or more Civil Contractors who can help to deliver a significant power cable installation that has multiple external stakeholders and tight deadlines on some parts of the project. The services required are for trenching and reestablishment for the installation of a 66,000 volt underground power cable along a seven kilometre route that includes level 1 & 2 arterial roads as well as suburban streets. The respondent should also be proficient in providing and supporting the activity that supports a project of this type and scale. Due to parts of this project being time sensitive, we are looking for a solution that can overcome any issues or setbacks. This includes mitigation of any affects that Covid may place on the project. Note: The HAIL assessment report will follow as an addenda when the technical issue with uploading to GETS is resolved (expected on 12 May)",Awarded,,0,20250410 Orion New Zealand Limited,25744279,Request for Tenders,Closed Competition,2023_062E - Asset Relocation for NZTA Roadworks Weedons Ross West Melton Rd,2023_062E,20220503,20220602,20220614,,Sole Agency,No,,This tender is for relocation of underground assets at the Weedons Ross state Highway 73 intersection due to a new Traffic light system being installed for our customer New Zealand Transport Agency.,Awarded,,0,20250410 Orion New Zealand Limited,25876093,Request for Tenders,Closed Competition,2023_068E - CCC Major Cycle Ways - Rapanui-Shag Rock,2023_068E,20220531,20220621,20220701,,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,25887809,Request for Tenders,Closed Competition,2023/063E - Provision of Metering Point and TX upgrade No.550 McLeans Island Rd,ES465256B,20220601,20220617,20220726,,Sole Agency,No,,This work is for the provision of 11kV metering point of connection to HV customer: MSU & HV metering unit Installation and Reticulation Reconfiguration. Upgrade to transformer to ground amount 500kVA. This tender is for Stage 1 only.,Awarded,,0,20250410 Orion New Zealand Limited,25892538,Request for Tenders,Closed Competition,"2023_070E - 62 Bletsoe Avenue, Spreydon",2023_070E,20220602,20220620,20220630,,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,25965184,Request for Tenders,Closed Competition,2023_034E - HV Tree cutting 2022/23 - Dunsandel / Killinchy,2023_034E,20220622,20220721,20220726,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,25971617,Request for Tenders,Closed Competition,2023_047E - LV Tree Cutting Zone 3 Area F,2023_047E,20220623,20220715,20220719,,Cluster,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,25998824,Request for Tenders,Closed Competition,"2023_073E - 129-131 Tancred Street, North Linwood",2023_073E,20220701,20220729,20220816,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26004124,Request for Tenders,Closed Competition,"2023_071E - 24 Devonport Lane, St Albans",2023_071E,20220704,20220718,20220721,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26013603,Request for Tenders,Closed Competition,"2023_072E - 3 - 5 Shearer Avenue, Papanui, Christchurch",2023_072E,20220705,20220719,20220721,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26024172,Request for Tenders,Closed Competition,2023_076E - LV Reinforcement - Clyde Road,2023_076E,20220707,20220721,20220728,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26032120,Request for Tenders,Closed Competition,2022_217E - CCC MCR - Heathcote Expressway 4 & 4a,2022_217E,20220711,20220808,20220907,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26048141,Request for Tenders,Closed Competition,2023_048E - LV Tree Cutting 2022/23 Zone 3 Area G,2023_048E,20220714,20220804,20220809,,Cluster,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,26050185,Request for Tenders,Closed Competition,"2021/156E - Network Reinforcement and Customer Network Alterations, Selwyn St, Spreydon",2021_156E,20220714,20220728,20220802,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26059768,Request for Tenders,Closed Competition,2023_078E - CCC Water and Waste Asset Relocation - Pages Road Charles Gallagher Pl,2023_078E,20220718,20220812,20220830,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26062341,Request for Tenders,Closed Competition,"2023_077E - Network Reinforcement, Edinburgh St, Spreydon",2023_077E,20220718,20220808,20220812,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26067315,Request for Tenders,Closed Competition,"2022_218E - Kiosk Installation and Network Reinforcement, 180 Marine Parade",2022_218E,20220719,20220802,20220805,,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26077065,Request for Tenders,Closed Competition,2023_037E_HV Tree Cutting Rolleston,2023_037E,20220721,20220809,20220810,Procurement,Cluster,No,,,Not Awarded,"RFx closed in error, re-issued refer to request to tender GETS reference # 26156255.",0,20250410 Orion New Zealand Limited,26112050,Request for Tenders,Closed Competition,2023_035E - HV Tree cutting 2022/23 - Pap/Isl,2023_035E,20220729,20220819,20220823,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26112423,Request for Proposals,Closed Competition,Milton ZS Building Works,2023/079E,20220729,20220909,20221129,Procurement,Sole Agency,No,,This RFP is for construction works required for building of the Milton Zone Substation (ZS) and associated activity for the 66kV cable from the Bromley ZS to the Milton ZS,Awarded,,0,20250410 Orion New Zealand Limited,26143063,Request for Tenders,Closed Competition,2023_049E - LV Tree Cutting 2022/23 Zone 3 Area I,2023_049E,20220808,20220831,20220902,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26156255,Request for Tenders,Closed Competition,2023_037E_HV Tree Cutting Rolleston Rev1,2023_037E,20220810,20220812,20220819,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26173805,Request for Tenders,Closed Competition,"2023_081E - 26 Birmingham Drive, Middleton, Christchurch (Go Bus Transport)",2023_081E,20220812,20220826,20220912,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26213124,Request for Tenders,Closed Competition,2023_036E HV Tree cutting 2022/23 - Annat,2023_036E,20220823,20220915,20220920,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26231198,Request for Tenders,Closed Competition,2023_050E LV Tree Cutting 2022/23 Zone 3 Area J,2023_050E,20220826,20220923,20220927,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26245909,Request for Proposals,Open Competition,2023_080E - Tower Line Sub-Transmission Digital Twin Platform,2023_080E,20220831,20220923,20221130,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26263323,Request for Tenders,Closed Competition,2023_084E - Te Kaha - Canterbury's Multi-Use Arena - 218 Madras Street,2023_084E,20220915,20221020,20230612,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26280501,Request for Tenders,Closed Competition,2023_051E LV Tree Cutting 2022/23 Zone 3 Area K,2023_051E,20220906,20221014,20221018,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26319429,Request for Tenders,Closed Competition,2023_038E HV Tree cutting 2022/23 - Little River,2023_038E,20220912,20221005,20221008,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26327640,Request for Tenders,Closed Competition,"2023_086E Network Reinforcement - 231-235 Marine Parade, New Brighton",2023_086E,20220913,20221010,20221017,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26438650,Request for Tenders,Closed Competition,2023_039E - HV Tree cutting 2022/23 - Duvauchelle B,2023_039E,20221007,20221103,20221104,Procurement,Cluster,No,,,Not Awarded,"Tender 2023_039E - HV Tree cutting 2022/23 - Duvauchelle B was mistakenly closed yesterday 3/11/22, 4 days before the advised date of the tender close 7/11/22. We have invited you to tender to a duplicate job on GETS under the same name and reference number. Please note that this job and its attachments are identical to the closed job, and the tender will close on 7/11/22 at 11am. Please note this duplicate tender is due to open at 1:30 today.",0,20250410 Orion New Zealand Limited,26453338,Request for Tenders,Closed Competition,2023_052E - LV Tree Cutting 2022/23 Zone 3 Area L,2023_052E,20221011,20221108,20221116,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26476550,Request for Tenders,Closed Competition,2023_086E Network Reinforcement - Truscotts Road,2023_086E,20221014,20221028,20221104,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26488970,Request for Tenders,Closed Competition,2023_041E HV Tree cutting 2022/23 - Kimberley,2023_041E,20221018,20221117,20221122,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26500911,Request for Tenders,Closed Competition,2023_093E - CCC Asset Relocation - Bridle Path,2023_093E,20221018,20221201,20230112,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26531345,Request for Tenders,Closed Competition,2019_156E - Asset Relocation CDHB Riverside Loading Dock,2019_156E,20221025,20221108,20221115,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26536235,Request for Tenders,Closed Competition,2023_092E - Network Reinforcement Ensors Road,2023_092E,20221026,20221109,20221121,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26536305,Request for Tenders,Closed Competition,2023_094E - New Outdoor Substation off Brightlings Road,2023_094E,20221026,20221114,20221122,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26580421,Request for Tenders,Closed Competition,2023_039E - HV Tree cutting 2022/23 - Duvauchelle B,2023_039E,20221104,20221107,20221108,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26611679,Request for Tenders,Closed Competition,2023_053E - LV Tree Cutting 2022/23 Zone 3 Area M,2023_053E,20221118,20221208,20221212,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26625579,Request for Tenders,Closed Competition,2019_156E - Asset Relocation - Goulds Road Roundabout,2019_156E,20221115,20221205,20221209,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26629694,Request for Tenders,Closed Competition,2024_005E Irrigation Connection Audit - Round 4/2022,2024_005E,20221115,20221125,20221201,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26641114,Request for Tenders,Closed Competition,2023_040E - HV Tree cutting 2022/23 - Arthurs Pass / Castle Hill / Coleridge,2023_040E,20221122,20221205,20221207,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26650986,Request for Tenders,Closed Competition,2023_054E - LV Tree Cutting 2022/23 Zone 3 Area N,2023_054E,20221124,20221209,20221213,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26664177,Request for Tenders,Closed Competition,2023_096E Harewood Rd Network Reinforcement,2023_096E,20221122,20221206,20221215,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26674111,Request for Tenders,Closed Competition,2023_097E - LV Tree Cutting 2022/23 - Lyttelton,2023_097E,20221124,20221216,20221220,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26689135,Request for Tenders,Closed Competition,"2023_099E Crane Bay Roof Replacement, Papanui Zone Substation",2023_099E,20221129,20221213,20221215,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26739818,Request for Tenders,Closed Competition,2024_001E - HV Tree Cutting 2023/24 - Lincoln,2024_001E,20221214,20230303,20230308,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26740016,Request for Tenders,Closed Competition,2024_004E - HV Tree cutting 23/24 - Darfield,2024_004E,20221214,20230303,20230308,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26759566,Request for Proposals,Closed Competition,2023_085E - Supply of Distribution Boxes,2023_085E,20221216,20230301,20240403,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26767644,Request for Tenders,Closed Competition,2024_003E - HV Tree Cutting 23/24 - Brookside,2024_003E,20221221,20230303,20230308,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26784471,Request for Tenders,Closed Competition,2019_156E - Major Cycle Ways - Northern Line Section 2C,2019_156E,20230109,20230131,20230216,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26787405,Request for Tenders,Closed Competition,2023_098E - Springston ZS Design - 2nd 66/11kV TX and 11kV Switchgear,2023_098E,20230111,20230210,20230302,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26787989,Request for Tenders,Closed Competition,2024_002E - HV Tree Cutting 23/24 - Springston,2024_002E,20230111,20230303,20230308,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26843435,Request for Tenders,Closed Competition,2019_156E - Asset Relocation - Northcote / Main North Road,2019_156E,20230124,20230214,20230221,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26867528,Request for Tenders,Closed Competition,2023_101E Tonga Place Substation Installation - Tonga Pl No.11,2023_101E,20230127,20230217,20230224,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26896271,Request for Tenders,Closed Competition,2023_100E - Network Reinforcement - Bordesley St No.31,2023_100E,20230203,20230217,20230224,Procurement,Cluster,No,,,Awarded,Thank you for the time and effort your company undertook to submit a tender for these works.,0,20250410 Orion New Zealand Limited,26925831,Request for Tenders,Closed Competition,2023_104E - 66KV Vegetation Clearance - Cashmere,2023_104E,20230209,20230217,20230221,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26927393,Request for Tenders,Closed Competition,2023_103E Landscaping - Belfast Zone Substation,2023_103E,20230209,20230223,20230301,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26930427,Request for Tenders,Closed Competition,2023_105E - Asset Relocation - Northcote Rd Lydia St Intersection,2023_105E,20230210,20230227,20230315,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26932016,Request for Tenders,Open Competition,2023_102E - Low Voltage Monitoring Equipment & Service,2023_102E,20230216,20230308,20230703,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26979803,Request for Tenders,Closed Competition,"2023_108E - Asset Relocation for CCC Roadworks, Halswell Junction Rd Extension",2023_108E,20230221,20230314,20230601,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,26981937,Request for Tenders,Closed Competition,2023_106E Landscaping - Norwood Zone Substation,2023_106E,20230221,20230309,20230317,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27207935,Request for Tenders,Closed Competition,2024_010E - HV Tree Cutting 2023/24 - Moffett/Hawthorndon,2024_010E,20230405,20230501,20230508,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27214410,Request for Tenders,Closed Competition,2024_007E - Supply of Power Transformers RFT,2024_007E,20230406,20230508,20230811,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27224429,Request for Tenders,Closed Competition,2024_028E - Underground Conversion Springston Rolleston Rd,2024_028E,20230411,20230501,20230516,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27355231,Request for Tenders,Closed Competition,2024_009E HV Tree Cutting 2023/24 - Te Pirita/Bankside,2024_009E,20230505,20230526,20230530,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27366841,Request for Tenders,Closed Competition,2024_019E LV Tree Cutting 2023/24 - Zone 4 Area A/B,2024_019E,20230509,20230602,20230607,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27401133,Request for Tenders,Closed Competition,2024_011E HV Tree Cutting 2023/24 - City South,2024_011E,20230516,20230613,20230616,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27444191,Request for Tenders,Closed Competition,HV Tree Cutting 2023/24 - Harewood,2024_012E,20230616,20230707,20230719,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27496923,Request for Tenders,Open Competition,"Te Kaio Farm Provision of Seedlings, Planting and Pest Control Services Year 2-5",ES460630,20230606,20230630,20230904,Procurement,Sole Agency,No,,,Not Awarded,Winning responses from Riverside and Native Solutions were submitted via email.,0,20250410 Orion New Zealand Limited,27508130,Request for Tenders,Closed Competition,2024_033E - Supply of 11kV Switchgear,2024_033E,20230616,20230726,20231103,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27519038,Request for Tenders,Closed Competition,LV Tree Cutting 2023/24 - Zone 4 Area C/D,2024_021E,20230609,20230707,20230713,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27534004,Request for Tenders,Closed Competition,2024/035E - Upgrade LV Fusing for Print Pl No.16,2024/035E,20230613,20230627,20230703,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27539251,Request for Tenders,Closed Competition,"2024/036E - Network Reinforcement - Bampton Street, Shirley",2024/036E,20230614,20230710,20230718,Procurement,Sole Agency,No,,"Install new full low kiosk, lay HV and LV Network cables and install distribution boxes.",Awarded,,0,20250410 Orion New Zealand Limited,27564178,Request for Tenders,Closed Competition,Installation of LV Network- 162 to 180 Manchester Street,2024_037E,20230619,20230721,20230725,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27567112,Request for Tenders,Closed Competition,"2023_109E - Asset Relocation - 8 Days Road, Lyttleton",2023_109E,20230619,20230710,20230727,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27593953,Request for Tenders,Closed Competition,2024_032E HV Tree Cutting 2023/24 - ISL - Addington,2024_032E,20230622,20230717,20230718,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27616029,Request for Tenders,Closed Competition,2023_105E - Asset Relocation - Papanui Pak'n Save Main North Road,2023_105E,20230626,20230710,20230815,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27622968,Request for Tenders,Closed Competition,2019_156E - Asset Relocation - Lancaster Park (CCC),2019_156E,20230627,20230718,20230815,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27631970,Request for Tenders,Closed Competition,HV Vegetation Clearance - Shands,2024_013E,20230628,20230719,20230725,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27645959,Request for Proposals,Closed Competition,Flexibilty Project,RFP-2023-Flex Proj,20230630,20230731,20230831,Procurement,Sole Agency,No,,Orion is seeking proposals from suitably qualified providers (Respondents) who can provide a flexibility solution for Lincon.,Awarded,,0,20250410 Orion New Zealand Limited,27675631,Request for Tenders,Closed Competition,"2023_110E Network Reinforcement - Wilmer Street, CBD",2023_110E,20230707,20230721,20230721,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27728243,Request for Tenders,Closed Competition,2024_040E - Network Reinforcement 38 London Street Christchurch,2024_040E,20230719,20230811,20230815,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27741257,Request for Tenders,Closed Competition,"2024_041E - LV Reinforcement and Transformer Install 9 Iles Lane, Cashmere",2024_041E,20230720,20230810,20230822,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27776382,Request for Tenders,Closed Competition,2024_042E - Supply of Power Transformers 66kV 23MVA Burnham ZS & Springston ZS,2024_042E,20230727,20230810,20231012,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27790189,Request for Tenders,Closed Competition,LV Vegetation Clearance Zone 4 Area E-H,2024/023E,20230731,20230824,20230829,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27790245,Request for Tenders,Closed Competition,LV Vegetation Clearance Zone 4 Area F & G,2024_024E,20230731,20230831,20230901,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27795125,Request for Tenders,Closed Competition,HV Vegetation Clearance 2023/24 ISL - SPN & ISL - Barnett Park,2024-031E,20230731,20230822,20230823,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27832780,Request for Proposals,Closed Competition,Applicant Tacking System - Request for Proposal - Orion Group,RFP-2023-ATS,20230804,20230818,20231106,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27855785,Request for Tenders,Closed Competition,Heaton Normal Intermediate School - Connection Upgrade,2024-049E,20230809,20230825,20230828,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27856792,Request for Tenders,Closed Competition,Network Reinforcement - 132 Tancred St,2024-050E,20230809,20230825,20230828,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27874239,Request for Tenders,Closed Competition,HV Vegetation Clearance 2023/24 - Motukarara,2024-014E,20230814,20230905,20230907,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27919428,Request for Tenders,Closed Competition,Port Hills Rd No 320A Upgrade,2024/053E,20230818,20230906,20230907,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27920947,Request for Tenders,Closed Competition,Network Reinforcement 80 Bordesley Street.,2024-038E,20230818,20230908,20230912,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27959192,Request for Tenders,Closed Competition,HV Vegetation Clearance - Prebbleton,2024-015E,20230825,20230915,20230918,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27960247,Request for Tenders,Closed Competition,LV Vegetation Clearance Zone 4 Area I & J,2024-052E,20230825,20230921,20230922,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27960740,Request for Tenders,Closed Competition,HV Vegetation Clearance Teddington,2024-018E,20230825,20230922,20230927,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,27995979,Request for Tenders,Closed Competition,"Supply of 66kV Circuit Breakers, various locations",2024_047E,20230921,20231024,20231219,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28022754,Request for Tenders,Closed Competition,Bath St No 23 Substation Roof replacement C138/426,2024/058E,20230904,20231004,20231011,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28067616,Request for Tenders,Closed Competition,2024/017E HV Tree Cutting 2023/24 - Diamond Harbour,2024/017E,20230911,20231002,20231003,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28112166,Request for Tenders,Closed Competition,2024/016E HV Vegetation Clearance Duvauchelle,2024/016E,20230919,20231013,20231013,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28271404,Request for Tenders,Closed Competition,LV Tree Cutting 2023/24 - Zone 4 Area K & M,2024/061E,20231012,20231103,20231106,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28305351,Request for Tenders,Closed Competition,2024_060E - Supply of 11kV Switchgear - Burnham ZS,2024_060E,20231018,20231108,20240122,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28357421,Request for Tenders,Closed Competition,Integrated Asset Management Programme,,20231027,20231120,20240301,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28570311,Request for Proposals,Closed Competition,2025-002E Graffiti Removal & Minor Repairs,RFP 2025/002E,20231204,20231229,20240229,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28585406,Request for Proposals,Closed Competition,ES513704B - Security Services,RFP ES513704B,20231206,20231222,20240501,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28605429,Request for Tenders,Closed Competition,RFT 2025/003E HV Tree Cutting 2024/25 - Highfield,RFT 2025/003E,20231215,20240223,20240228,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28605964,Request for Tenders,Closed Competition,RFT 2025/004E HV Tree Cutting 2024/25 - Greendale,RFT 2025/004E,20231215,20240223,20240228,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28606031,Request for Tenders,Closed Competition,RFT HV Tree Cutting 2024/25 Weedons 1,RFT 2025/005E,20231215,20240223,20240229,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28611803,Request for Tenders,Closed Competition,2024_066E Tabart Street Substation Installation,RFT 2024_066E,20231212,20240112,20240123,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28713107,Request for Tenders,Closed Competition,"RFT 2024/068E - MSU and LV panel upgrade - 22 Meadow Street, Papanui",RFT 2024/068E,20240119,20240202,20240213,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28713775,Request for Proposals,Closed Competition,RFP Grounds Maintenance - Building Substations & Kiosks,2025/007,20240122,20240212,20240411,Procurement,Sole Agency,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,28713926,Request for Proposals,Closed Competition,RFP grounds Maintenance - Zone Substations,2025/006E,20240122,20240212,20240405,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28726827,Request for Tenders,Closed Competition,"RFT New Full Kiosk and 300KVA Transformer Install - 182 Edgeware Road, St Albans",RFT 2024_069E,20240123,20240219,20240227,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28816284,Request for Proposals,Closed Competition,RFP Grounds Maintenance - Building Substations & Kiosks,2025/007E_2,20240212,20240227,20240405,Procurement,Sole Agency,No,,,Not Awarded,.,0,20250410 Orion New Zealand Limited,28898454,Request for Tenders,Closed Competition,RFT MANCHESTER ST NO.176 SUBSTATION ROOF REPLACEMENT,2024/072E,20240226,20240306,20240308,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28917494,Request for Tenders,Closed Competition,RFT 77 Deans Ave Tx Upgrade And Network Reinforcement,2024/073E,20240227,20240315,20240321,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28917596,Request for Tenders,Closed Competition,RFT New substation build Dunarnan St No.26,2024/071E,20240227,20240318,20240321,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28935382,Request for Proposals,Closed Competition,RFP - GIS System,RFP - GIS,20240301,20240322,20240531,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,28954244,Request for Tenders,Closed Competition,"RFT New Kiosk Install, Donald St, St Albans",2024/074E,20240305,20240322,20240328,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29002299,Request for Tenders,Closed Competition,RFT Hopkins St No29 Substation Installation,2024/076E,20240312,20240405,20240411,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29112628,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance - Larcomb,2025/010E,20240328,20240430,20240506,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29112698,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Weedons 2,2025/011E,20240328,20240430,20240503,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29208938,Request for Tenders,Closed Competition,"RFT Holcome Place New Substation Installation, 3 Holcome Place",2024_034E,20240412,20240501,20240507,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29280093,Request for Tenders,Closed Competition,RFT HV VEGETATION CLEARANCE ROLLESTON 2025/014E,2025/014E,20240507,20240524,20240527,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29281934,Request for Tenders,Closed Competition,RFT LV Vegetation Clearance Zone 4 Area L. Zone 1 Area A&B 2025/008E,2025/008E,20240424,20240514,20240515,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29290114,Request for Proposals,Open Competition,RFP First Aid Training Services,RFP-2024-FT,20240430,20240522,20240816,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29304965,Request for Proposals,Closed Competition,RFP HV Vegetation Clearance,2026/001E,20240503,20240628,20241016,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29306381,Request for Proposals,Closed Competition,RFP LV Vegetation Clearance,2025/002E,20240503,20240628,20241016,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29359307,Request for Tenders,Closed Competition,"RFT Installation of Kiosk, Pole removal OH to U/G, 800 Maddison Rd",RFT 2025_017E,20240508,20240529,20240604,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29362224,Request for Tenders,Closed Competition,"RFT Kiosk Replacement, 178-182 Greers Rd C117/109",RFT 2025_016E,20240508,20240531,20240607,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29380352,Request for Proposals,Closed Competition,RFP Learning Management System,RFP-2024-LMS,20240520,20240625,20241111,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29450357,Request for Proposals,Closed Competition,RFP HV Tree Removal & Vegetation Clearance Norwood -Brookside,2024/070E,20240521,20240611,20240614,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29474331,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance PAP-ISL,2025/018E,20240524,20240618,20240620,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29518486,Request for Proposals,Closed Competition,RFP - DDT BOOMI Integration Partner,RFP - DDT BOOMI,20240531,20240621,20241002,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29543220,Request for Tenders,Closed Competition,RFT UPGRADE KIOSK WORCESTER ST No. 585 AND UPGRADE DB,ORN 1004446,20240606,20240621,20240626,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29545989,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Hills,2025/022E,20240607,20240627,20240702,Procurement,Sole Agency,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,29563410,Request for Tenders,Closed Competition,RFT LV Vegetation Clearance 2024/25 Zone 1 Area C&D,2025/023E,20240610,20240705,20240708,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29625927,Request for Tenders,Closed Competition,RFT ICP Phase Identification Over Boundary,ES529390,20240619,20240801,20240814,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29668649,Request for Proposals,Closed Competition,RFP Milton - Hoon Hay - Halswell 66kV Cable Civil Works,726/664,20240710,20240814,20241004,Procurement,Sole Agency,No,,This RFP is for civil works required for the installation of a 66kV cable from Milton to Hoon Hay and Hoon Hay to Halswell. These will be treated as two separate projects where approximately 5.6km of CCC road will be impacted with civil works to complete the duct installation.,Awarded,,0,20250410 Orion New Zealand Limited,29719375,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Dunsandel/Killinchy,2025/028E,20240705,20240731,20240802,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29731552,Request for Proposals,Closed Competition,RFP Appointment of Electricity Authority Auditor,ES530338,20240708,20240726,20241001,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29814118,Request for Tenders,Closed Competition,RFT Network Reinforcement - Halwyn Drive,ES530245B,20240719,20240820,20240904,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29864515,Request for Tenders,Closed Competition,"RFT Network Reinforcement - 55 Opawa Road, Opawa",ES531555,20240727,20240816,20240904,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29905033,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance City North,2025/032E,20240802,20240827,20240830,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29905221,Request for Tenders,Closed Competition,RFT LV Vegetation Clearance Zone 1 Area E&F,2025/033E,20240802,20240903,20240904,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29937912,Request for Tenders,Closed Competition,"Network Reinforcement, 221 Matsons Avenue, Papanui",ES529281B,20240808,20240822,20240906,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,29940907,Request for Proposals,Open Competition,RFP LV Network Analytics Platform,RFP-2024-LVN,20240819,20240923,20241206,Procurement,Sole Agency,No,,"Orion owns and operates the electricity distribution network that provides power to Christchurch and central Canterbury. Orions electricity distribution network is facing significant increasing electricity demand over and above that from traditional sources, primarily in the form of industrial conversion to electricity, electrification of transportation?and intensified infill housing.? Orion has an objective to become an intelligent Distribution Network Operator (iDNO) that is future fit and enables our customers to connect and use their distributed energy resources (DER) and low carbon technology at speed and scale. Orion is seeking to purchase a LV network analytics platform (or software solution), that can accept data from a combination of smart meter, other telemetry devices and network topology/configuration information and provide LV network analytics on that data.? The key objectives from this project include:? - Leveraging access to existing, and yet to be installed, smart meter, LV monitor and third-party sourced data to create improved visibility of assets and activity on our network? - Providing power system insights through advanced analytics and enhanced capability? - Identifying system constraints, network performance improvements and efficiency for optimal investment.",Awarded,,0,20250410 Orion New Zealand Limited,29965266,Request for Tenders,Closed Competition,RFT LV Tree Cutting Zone 1 Area G&H,2025/036,20240812,20240912,20240913,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30008803,Request for Proposals,Closed Competition,RFP - Orion Partner for BC Upgrade and Ongoing Support,,20240820,20240906,20241204,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30014890,Request for Proposals,Closed Competition,RFP West Rolleston - 66kV Cable Supply & Install,2025/031E,20240822,20240926,20241114,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30031450,Request for Tenders,Closed Competition,RFT LV Vegetation Clearance Zone 1 Area I&J,2025/038E,20240821,20240913,20240916,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30090887,Request for Tenders,Closed Competition,"RFT Network Reinforcement - 37 Beresford Street, New Brighton",ES533090,20240828,20240911,20240913,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30100671,Request for Tenders,Closed Competition,RFT Milton - Halswell - Hoonhay 66kV Cable supply & Installation,2025/042E,20240830,20241016,20241128,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30106373,Request for Tenders,Closed Competition,"RFT New Kiosk, additional HV network Reinforcement & DB - Wyon St No 29",2025/043E,20240903,20240924,20241001,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30147591,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Annat-Arthurs Pass-Castle Hill,2025/045E,20240909,20240924,20240925,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30148806,Request for Tenders,Closed Competition,RFT - 31 Cleveland St Edgeware New sub-station installation,ORN1005806 ES 533370,20240907,20240924,20240930,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30159750,Request for Tenders,Closed Competition,RFT LV Vegetation Clearance Zone 1 Area K&L,2025/046E,20240910,20241003,20241010,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30167626,Request for Proposals,Closed Competition,RFP Air Conditioning Services 2025/034E,2025/034E,20240911,20241002,20241220,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30246521,Request for Tenders,Closed Competition,RFP HV Vegetation Clearance Hororata & Coleridge 2025/047E,2025/047E,20240923,20241015,20241018,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30297861,Request for Tenders,Closed Competition,RFT Kiosk Upgrade 79 Harrow St ES 532976,ORN1004642 ES 532976,20241001,20241022,20241029,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30299913,Request for Tenders,Closed Competition,RFT LV Vegetation Clearance Zone 1 Area M&N ES 525034,2025/048E ES 525034,20241001,20241023,20241029,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30342553,Request for Tenders,Closed Competition,RFT Supply of Power Transformer - 66kV 23MVA Burnham ZS T2,2025/039E,20241008,20241106,20241220,Procurement,Cluster,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30352435,Request for Proposals,Closed Competition,Independent Verifier for Customised Price-Quality Path application,2025-CPP IV,20241009,20241106,20241220,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30387003,Request for Tenders,Closed Competition,"RFT Supply of 66kV Circuit Breakers, Hoon Hay ZS & Halswell ZS",2025/040E,20241017,20241118,20241216,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30444241,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Little River,2025/050E,20241018,20241112,20241114,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30486759,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Kimberley 2025/051E,2025/051E - ES 534688,20241024,20241122,20241129,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30497644,Request for Tenders,Closed Competition,"RFT Halswell ZS 66kV, 11kV Switchgear Building & Switchgear Design",2025/052E,20241025,20241122,20241217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30567275,Request for Tenders,Closed Competition,RFT Network Reinforcement 43-47 Rahera St,ES 528927 ORN1005731,20241105,20241114,20241114,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30677912,Request for Tenders,Closed Competition,RFT New Kiosk Ste 52-56 Hollyford Street,ES 530382B ORN1003188,20241120,20241211,20241216,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30723403,Request for Tenders,Closed Competition,RFT Transformer Upgrade & Network Reinforcement 43 Waimairi Rd,ORN1009206,20241127,20250124,20250129,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30745210,Request for Tenders,Closed Competition,RFT HV Vegetation Clearance Duvauchelle,2025/054,20241129,20241213,20241213,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30758422,Request for Tenders,Closed Competition,RFT New Substation Installation 16 Ensign St,ES533850 / ORNORN1005063,20241202,20250207,20250211,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30766757,Request for Tenders,Closed Competition,RFT Sugden Street Reinforcing,ORN1008788 / ES536946,20241203,20250131,20250218,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30772792,Request for Tenders,Closed Competition,RFT WP 22/26 Supply Fuse Relocation,ES522740 2026/003E,20241204,20250115,20250120,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30788215,Request for Tenders,Closed Competition,RFT WP20/26 Supply Fuse Relocation Project,2026/004E ES 522736,20241209,20250117,20250121,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30803140,Request for Tenders,Closed Competition,"RFT Pole Replacement, Package 15 - FY26",ES533426 2026/005E,20241210,20250205,20250227,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30803209,Request for Tenders,Closed Competition,"Pole Replacement, Package 14 - FY26",533427 2026/006E,20241210,20250121,20250211,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30803277,Request for Tenders,Closed Competition,"RFT Pole Replacement, Package 11 - FY26",ES 533430 2026/007E,20241210,20250130,20250217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30822372,Request for Tenders,Closed Competition,RFT WP6/26 Supply Fuse Relocation Project,2026/010E ES522640,20241213,20250207,20250217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30823473,Request for Tenders,Closed Competition,WP1/26 Supply Fuse Relocation Project,2026/009E ES511125,20241213,20250122,20250204,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30828520,Request for Tenders,Closed Competition,"Pole Replacement, Package 10 - FY26",2026/008E ES533431,20241216,20250128,20250213,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30837571,Request for Tenders,Closed Competition,Low Voltage O/H Line Retightening Christchurch Urb Pack 2 FY26,2026/018E ES533377,20241217,20250203,20250213,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30838418,Request for Tenders,Closed Competition,Low Voltage O/H Line Retightening Christchurch Urb Pack1 FY26,2026/017E ES533376,20241217,20250210,20250225,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30839200,Request for Tenders,Closed Competition,Distribution Substation (Building) Inspections FY26,2026/015E ES533561,20241217,20250128,20250212,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30840316,Request for Tenders,Closed Competition,RFT Low Voltage Survey Visual Inspection 1A & 1B,ES533917 2026/022 & 2026/023,20241217,20250212,20250310,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30850382,Request for Tenders,Closed Competition,33kV U/G Cable Reinforcement FY25-26 - Weedons Rd,2026/016E ES518566C,20241220,20250131,20250217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30850516,Request for Tenders,Closed Competition,11kV and 400V Switchgear Replacement FY26/1,2026/020E ES536545,20241220,20250207,20250217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30856292,Request for Tenders,Closed Competition,"RFT Pole Replacement, Package 13 - FY26",ES 533428 2026/024E,20250124,20250214,20250305,Procurement,Sole Agency,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,30857484,Request for Tenders,Closed Competition,"RFT Pole Replacement, Package 16 - FY26",ES 533425 2026/026E,20250124,20250221,20250312,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30857606,Request for Tenders,Closed Competition,"RFT Pole Replacement, Package 17 - FY26",ES 533424 2026/025E,20250124,20250214,20250304,Procurement,Sole Agency,No,,,Awarded,"Annual Works Contract 2019/156E and Work Order, to be issued by the Delivery Manager, authorises you to proceed with this work. The person appointed as the Engineers Representative assistant is Tom Smith, Delivery Manager ( Overhead) on 027 231 7421.",0,20250410 Orion New Zealand Limited,30857649,Request for Tenders,Closed Competition,RFT Pole replacement Package 18 FY26,ES 533423 2026/027E,20250124,20250221,20250320,Procurement,Sole Agency,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,30857702,Request for Tenders,Closed Competition,RFT ABI Maintenance Area A Various Locations - FY26,ES 533406 2026/019E,20250114,20250211,20250217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30857752,Request for Tenders,Closed Competition,"RFT Pole Replacement, Package 19 - FY26",ES 533422 2026/028E,20250113,20250213,20250320,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30857835,Request for Tenders,Closed Competition,RFT WP3/26 Supply Fuse Relocation Project,ES 522634 2026/033E,20250110,20250210,20250217,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30857875,Request for Tenders,Closed Competition,RFT WP19/26 Supply Fuse Relocation Project,ES 522732 2026/012E,20250124,20250213,20250304,Procurement,Sole Agency,No,,,Not Awarded,,0,20250410 Orion New Zealand Limited,30859678,Request for Tenders,Closed Competition,RFT WP4/26 Supply Fuse Relocation Project,ES 507083 2026/030E,20250131,20250228,20250331,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30859768,Request for Tenders,Closed Competition,RFT WP9/26 Supply Fuse Relocation Project,ES 522647 2026/011E,20250131,20250220,20250327,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30865843,Request for Tenders,Closed Competition,RFT Transformer upgrade 21-23 Fairfield Ave,ES 538031 ORN 1009209,20250121,20250218,20250221,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30885863,Request for Tenders,Closed Competition,RFT Distribution Transformers - Recondition and Acceptance Testing,ES533560 & B 2026/041 & 042E,20250124,20250214,20250228,Procurement,Sole Agency,No,,,Awarded,Awarded on Schedule of Rates (Unit price),0,20250410 Orion New Zealand Limited,30886255,Request for Tenders,Closed Competition,RFT ES 432767G Relocation of Jollies Rd regulators,ES 432767G 2026/037E,20250120,20250214,20250227,Procurement,Sole Agency,No,,,Awarded,All Connetics Limitedtags have been accepted and closed.,0,20250410 Orion New Zealand Limited,30886574,Request for Tenders,Closed Competition,RFT Zone Substation Inspections,2026/014E,20250124,20250220,20250227,Procurement,Sole Agency,No,,,Awarded,All Connetics Limited tags have been accepted and closed.,0,20250410 Orion New Zealand Limited,30892274,Request for Tenders,Closed Competition,11kV and 400V Switchgear Replacement FY26/2,2026/020E ES536546,20250127,20250224,20250326,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30892321,Request for Tenders,Closed Competition,RFT 533562 Distribution Substation Maintenance 2025,533562 2026/036E,20250115,20250213,20250305,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30898239,Request for Tenders,Closed Competition,Red Zone - Sector 4 Kiosk Removal for Bridge Works,2025/056E,20250116,20250210,20250319,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30911481,Request for Tenders,Closed Competition,RFT Earth Testing Rural East Area 1 + 2 FY26,ES532488 & B 2026/038E,20250121,20250217,20250311,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30913146,Request for Tenders,Closed Competition,RFT WP10/26 Supply Fuse Relocation Project,ES 522648 2026/032E,20250121,20250219,20250331,Procurement,Sole Agency,No,,,Not Awarded,Responses did not meet requirements,0,20250410 Orion New Zealand Limited,30919108,Request for Tenders,Closed Competition,RFT Cable Installation 190 Barrington Street Spreydon,ORN1011474 ES 538449,20250122,20250217,20250221,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30973012,Request for Tenders,Closed Competition,RFT LV Tree Cutting 2024/25 Lincoln - Springston 2025/058E,ES537509,20250130,20250203,20250210,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,30973110,Request for Tenders,Closed Competition,RFT HV Vegetation High Bare Peak 2025/057E,ES538697,20250130,20250212,20250214,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31020562,Request for Tenders,Closed Competition,RFT Madras Square Network Reinforcement,ES539009/ORN1006759,20250207,20250228,20250307,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31021429,Request for Tenders,Closed Competition,ES522720; WP15/26 Supply Fuse Relocation Project,2026/029E,20250205,20250303,20250327,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31043481,Request for Tenders,Closed Competition,RFT ES533565 Zone Substation Maintenance,2026/046E,20250211,20250311,20250409,Procurement,Sole Agency,No,,,Not Awarded,Confidential,0,20250410 Orion New Zealand Limited,31043959,Request for Tenders,Closed Competition,RFT ES 533565F; Zone Substation Maintenance,2026/047E,20250211,20250311,20250409,Procurement,Sole Agency,No,,,Not Awarded,Confidential,0,20250410 Orion New Zealand Limited,31044217,Request for Tenders,Closed Competition,"RFT ES 510920B Asset relocation, Te Kaha",2026/048E,20250211,20250304,20250409,Procurement,Sole Agency,No,,,Not Awarded,Confidential,0,20250410 Orion New Zealand Limited,31050822,Request for Tenders,Closed Competition,RFT ES533567; 33/11kV 317Hz (Rural) Ripple Plant Maintenance,2026/049E,20250212,20250305,20250311,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31064133,Request for Tenders,Closed Competition,"RFT Transformer Upgrade, 10 Hargest Street",ES538551/ORN1012242,20250213,20250318,20250321,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31111498,Request for Tenders,Closed Competition,RFT Network Reinforcement 187 Fitzgerald Avenue,ES239020 / ORN1008908,20250219,20250314,20250320,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31151253,Request for Tenders,Closed Competition,RFT WP10/26 Supply Fuse Relocation Project,II ES 522648 2026/032E,20250225,20250319,20250331,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Orion New Zealand Limited,31274328,Request for Tenders,Closed Competition,RFT ES541064 220 Geraldine St,541064 ORN1012233,20250317,20250407,20250407,Procurement,Sole Agency,No,,,Not Awarded,Confidential,0,20250410 Otago Polytechnic,21137246,Request for Quotations,Open Competition,Otago Polytechnic Electrical ApplianceTesting June 2019,,20190612,20190621,20190808,,Sole Agency,No,,"Otago Polytechnic is looking for a supplier to test and tag new appliances before they are put into service, and to test and tag all in-service appliances at our campus around New Zealand (primarily Central Otago, Auckland, and Dunedin) at the required intervals to meet the requirements of NZ3760",Awarded,,0,20250410 Otago Polytechnic,22410743,Request for Quotations,Open Competition,Otago Polytechnic Air Conditioner Maintenance & Servicing,,20200306,20200403,20200420,,Sole Agency,No,,Otago Polytechnic is seeking quotes for maintenance of all our air conditioning units as well as supply and extract filters and the cleaning of all grills on our campuses in Dunedin and Central Otago in accordance with the standard NZ3760,Awarded,,0,20250410 Otago Polytechnic,22902499,Request for Proposals,Open Competition,Otago Polytechnic Building Exteriors Maintenance,,20200701,20200731,20200902,,Sole Agency,No,,"Otago Polytechnic wishes to engage a supplier for long term planned building exteriors maintenance including roof and external cladding for multi storey buildings on our Dunedin and Central Otago campuses to ensure the ongoing quality and lifetime of our facilities We are looking for a supplier who can identify and provide services to address issues with building exteriors in addition to providing regular cleaning and painting as required of those exterior building surfaces to a long term planned schedule",Awarded,,0,20250410 Otago Polytechnic,23373335,Request for Proposals,Open Competition,Otago Polytechnic Dunedin Campus Waste Management,,20201001,20201023,20201111,,Sole Agency,No,,"Otago Polytechnic is seeking a waste management partner or partners for removal and sustainable management of waste from its Dunedin campus sites, including the student accommodation village. There are two distinct areas of waste management covered by the tender: 1 Cardboard, glass and paper recycling 2 Disposal of general waste, green waste, and ash from the wood chip fired boiler",Awarded,,0,20250410 Otago Polytechnic,23381352,Request for Proposals,Open Competition,Otago Polytechnic Dunedin Campus Drink and Snack Vending,,20201001,20201023,20201113,,Sole Agency,No,,"Otago Polytechnic wishes to source vending Machines for combination drink and snack vending on our Dunedin campus, stocked and managed by the vending company or agent, to provide a range of drink and snack choices on a user pays basis, including healthier options, for staff, students and visitors. Our students have advised that vending machines which will accept EFTPos payment are a priority. They also expressed a concern for accessible EFTPos facilities. We would expect the contract to involve payment of commission on sales.",Awarded,,0,20250410 Otago Polytechnic,25429699,Request for Proposals,Open Competition,Otago Polytechnic Spouting and Sump Cleaning 2022,,20220217,20220315,20220407,,Sole Agency,No,,"Otago Polytechnic are looking for suitable Supplier/s to undertake spouting cleans and sump cleans at regular intervals. The locations that this is required for are at our Forth Street Campus, the Arts Campus off Riego Street and the Anzac Ave site in Dunedin and our Central Otago Campus at Ray & Erris Street and Bannockburn Road in Cromwell. We are open to, and would appreciate, advice from Suppliers on what they believe the regular cleaning intervals should be based on relevant factors at each site/building. As well as the scheduled maintenance there may be an ad-hoc service required- for example following adverse weather events.",Awarded,awarded contract for both spouting & sump cleaning at all sites,52004,20250410 Otago Regional Council,21708787,Request for Proposals,Open Competition,Recruitment Candidate Management System,,20191002,20191025,20201102,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to submit proposals for a fit for purpose candidate management (recruitment) system.,Awarded,,0,20250410 Otago Regional Council,21932272,Request for Tenders,Open Competition,Mill Creek Pump Station Repair,,20191113,20191212,20200309,,Sole Agency,No,"Tender Box, Otago Regional Council, 70 Stafford Street, Dunedin","This Request for Tender (RFT) is an invitation to suitably qualified contractors to repair the floodbank at the Otago Regional Councils Mill Creek Pump Station. The work includes but is not limited to: ? -Temporary works to ensure operational continuity of the floodbank and pump station ?- Excavation comprising cut to waste and cut to stockpile ?- Rework of existing rockfill material ?- Filling voids with flowable fill ?- Placement and compaction of additional fill ?- Driving permanent sheetpiles ?- Concrete repairs and reinstatement of concrete steps",Awarded,,0,20250410 Otago Regional Council,22313637,Request for Proposals,Open Competition,Coastal Morphology Investigation- Molyneux Bay - Clutha Delta,,20200217,20200320,20210519,,Sole Agency,No,70 Stafford Street Dunedin 9016,This Request for Proposal (RFP) is an invitation to consultants to submit a proposal for a Molyneux Bay - Clutha Delta coastal morphology and climate change investigation.,Awarded,,71195,20250410 Otago Regional Council,22596846,Request for Tenders,Open Competition,Request for Tender - Construction of Stock Truck Effluent Disposal Facility - SH8 - Lindis Pass Road,T3EN1-4/20,20200430,20200527,20200626,,Sole Agency,No,"70 Stafford Street, Dunedin",This Request for Tender (RFT) is an invitation to suitably qualified contractors for the construction of one stock effluent disposal site (STEDS) in Central Otago,Awarded,,0,20250410 Otago Regional Council,23066562,Request for Proposals,Open Competition,Sevice Desk Services,,20200805,20200828,20201106,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit proposals to the Otago Regional Council (ORC) for IT Help Desk Services including PC or other computing device deployment, administration and support; technical support of moves, adds and changes; application troubleshooting and support of office productivity tools such as Microsoft Word, PowerPoint, Excel, Adobe Acrobat and other common ORC applications.",Awarded,,0,20250410 Otago Regional Council,23093191,Request for Tenders,Open Competition,Waipori Pump Station Power Factor Correction Upgrade 2020,,20200810,20200904,20210503,,Sole Agency,No,tenders@orc.govt.nz,"This Request for Tender (RFT) is to supply, install, and commission Power Factor Correction Equipment at the Otago Regional Councils Waipori Creek Pumping Station. The existing Waipori Pump Station current control equipment provides a Low Power Correction Factor value. This contract is to supply, install and commission new Power Factor Correction Equipment at the Waipori Pump Station, to provide a Power Correction Factor value of not less than 0.95 at all times.",Awarded,,53884,20250410 Otago Regional Council,23154620,Request for Tenders,Closed Competition,Albert Town Flood Damage Repairs,,20200821,20200902,20200921,,Sole Agency,No,tenders@orc.govt.nz,"This Request for Tender (RFT) is for the repair and extension of a rock revetment, earthworks to stabilise the bank above it and reinstatement of the access track on the true right bank of the Clutha river, directly upstream of the Albert Town bridge.",Awarded,,0,20250410 Otago Regional Council,23242602,Request for Proposals,Open Competition,Otago Regional Council: Clutha Delta Drilling RFP 2020,,20200908,20201012,20211006,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit proposals for the provision of services relating to groundwater borehole drilling works at the Clutha Delta, Otago. ORC intends to drill a number of boreholes in the Clutha Delta area, with installation of groundwater monitoring piezometers. Predicted ground conditions will be sands, silts and gravels. The drilling platforms will be sited either on private land or road reserve.",Awarded,,86000,20250410 Otago Regional Council,23268602,Request for Tenders,Open Competition,Otago Regional Council: Waitepeka Floodbank Repair,,20200910,20200930,20201016,,Sole Agency,No,,"This Request For Tender (RFT) is for the repair of the Waitepeka floodbank near Balclutha. Works include repair of the slumped section of embankment; reinstatement of the crest to its original design height; construction of a toe buttress along the landside toe of the embankment, and reinstatement of the spillway.",Awarded,,234081,20250410 Otago Regional Council,23354619,Request for Proposals,Open Competition,Greenhouse Gas Inventory Reporting for Otago,,20200925,20201030,20201207,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to selected consultants to submit a fixed price proposal for the delivery of Otago regions Greenhouse gas (GHG) inventory reporting by Otago districts.,Awarded,,0,20250410 Otago Regional Council,23397874,Request for Quotations,Open Competition,Otago Regional Council- Global Consents Renewal,,20201006,20201023,20201207,,Sole Agency,No,,"Otago Regional Councils Operations Team wishes to apply for new Resource Consents to replace its three existing Global Consents, which expire in June 2021. Our Global Consents enable us to undertake river repair and vegetation control works in rivers throughout Otago. We require the services of an experienced and capable Resource Management Consultant to produce our application documents and manage our application through to when the consents are granted. In particular, we need to be certain the documents are submitted to the Consent Authority at such a time that our existing consents cannot lapse while this application is being considered by the Consent Authority.",Awarded,,0,20250410 Otago Regional Council,23504817,Request for Proposals,Open Competition,Otago Regional Council : Scoping and delivery of annual community satisfaction benchmarking survey,,20201023,20201117,20210615,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to interested parties to submit a proposal for scoping (fixed price) and delivery (estimated range) of a community satisfaction benchmarking survey to be delivered annually for three years.,Awarded,,171000,20250410 Otago Regional Council,23660424,Request for Tenders,Open Competition,Repairs to Riverbank Road Floodbank at Bridge (Stirling) LC21,2020/0469,20201120,20201211,20210112,,Sole Agency,No,,"This Request For Tender (RFT) is for the repair of the Riverbank Road Floodbank on the Clutha River near Stirling south of Balclutha. Works include rock lining to reinstate and stabilise a flood damaged, eroded section of floodbank.",Awarded,,841946,20250410 Otago Regional Council,23679059,Request for Proposals,Open Competition,Otago Regional Council- Survey of the Pomahaka River 2020,,20201125,20201214,20210119,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit proposals for the provision of services relating to the Survey of the Pomahaka River 2020.,Awarded,,26940,20250410 Otago Regional Council,23690896,Request for Tenders,Open Competition,Otago Regional Council- Technical Consultant Support to the Regulatory Group,,20201127,20201218,20210414,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to provide advice, technical assessments and audits of resource consent applications to the Otago Regional Council (ORC) Regulatory Team. The ORC wishes to appoint a panel of approved suppliers to provide technical scientific advice and audits of consent applications on an as-required basis to the ORC Consents Team who process and consider resource consent applications",Awarded,,0,20250410 Otago Regional Council,23691027,Request for Tenders,Open Competition,Otago Regional Council- Consultants to process Resource Consent Applications,CORP/106/160517,20201127,20201218,20210216,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to provide resource consent processing services to the Otago Regional Council (ORC). The ORC wishes to appoint a panel of approved suppliers to provide resource consent processing services on an as-required basis to the ORC.",Awarded,,0,20250410 Otago Regional Council,23808544,Request for Proposals,Open Competition,Environmental Project Management Services for Regional Wallaby Surveillance and Control Programme,,20201222,20210127,20210428,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal to provide project management expertise and methodologies to support the Wallaby Surveillance and Control Programme in Otago. We are seeking efficient and effective project management expertise to meet National Wallaby Programme and Regional Pest Management Plan requirements contributing to a low likelihood of wallabies establishing or spreading in the Otago region (leading to eventual eradication).",Awarded,,70000,20250410 Otago Regional Council,23808609,Request for Proposals,Open Competition,Wallaby Surveillance and Control Programme,,20201222,20210127,20210621,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for the Otago Wallaby Management Programme contract opportunity. We are seeking efficient and timely delivery of wallaby surveillance, control, advocacy and management activities, within the year one, to meet National Wallaby Programme and Regional Pest Management Plan requirements, and which contributes to a low likelihood of wallabies establishing or spreading in the Otago region (leading to eventual eradication).",Awarded,,0,20250410 Otago Regional Council,23932510,Request for Proposals,Open Competition,"Programme Design, Stakeholder Engagement and Project Implementation Services for Community-Led Pest Control (Rabbits) Initiatives in Otago",,20210203,20210222,20210528,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for programme design, community facilitation and project implementation services to assist Otago communities. This is a unique opportunity for a skilled facilitator, with project management expertise, to develop and implement an approach for establishing community-led rabbit control programmes in parts of Otago. This is to support communities and landowners in a collaborative effort to control rabbits on their properties to achieve compliance under the Otago Regional Pest Management Plan and reduce the environmental impacts of feral rabbit populations.",Awarded,,128038,20250410 Otago Regional Council,24055845,Request for Proposals,Open Competition,Greater South Dunedin drilling and aquifer testing 2021,,20210305,20210324,20210518,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit proposals for the provision of services relating to groundwater borehole drilling and aquifer testing work within the Greater South Dunedin area, Otago.",Awarded,,135932,20250410 Otago Regional Council,24108385,Request for Proposals,Closed Competition,Safety and Wellbeing Management Solution,,20210318,20210420,20210817,,Sole Agency,No,,"Otago Regional Council (ORC) is committed to improving the safety and wellbeing of all staff, visitors, contractors and others that may be impacted by our work. We are striving to achieve compliance and best practice in managing health and safety. Our current system is paper based and involves manual processes. Our goal is to implement a solution which will allow for timely reporting of all incidents and hazards; flexibility and usability for all staff including many field-based workers; real-time oversight of safety issues and one source of truth for the management of all safety functions including safety training, risk management and contractor management. This request for proposal (RFP) is to progress our systems and technologies in line with this vision. We are seeking proposals and information to support our decision-making process. We will request presentations from shortlisted vendors to demonstrate their solutions capabilities.",Awarded,,0,20250410 Otago Regional Council,24424236,Request for Tenders,Closed Competition,"Consenting process for a new culvert from Lake Hayes into Hayes Creek under State Highway 6 to support the rehabilitation of Lake Hayes, Otago",,20210614,20210707,20210902,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to assist ORC with the consenting process to construct a new culvert located under State Highway 6 which discharges water from Lake Hayes into Hayes Creek (refer appendix 8). There is also the potential opportunity to obtain consent for augmentation of water from the Arrow River into Mill Creek to support the rehabilitation of Lake Hayes.",Awarded,,53015,20250410 Otago Regional Council,24529973,Request for Proposals,Closed Competition,"Project management services, detailed engineering design and construction supervision of a culvert from Lake Hayes into Hayes Creek under State Highway 6 to support the rehabilitation of Lake Hayes.",,20210709,20210825,20211015,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to selected suitably qualified suppliers to submit a proposal to project manage, provide detailed design and supervise the construction of a new culvert located under State Highway 6 which discharges water from Lake Hayes into Hayes Creek (refer appendix 2). There is also the potential opportunity to support the installation of suitable infrastructure to allow for augmentation of water from the Arrow River into Mill Creek to support the rehabilitation of Lake Hayes. This RFP is a single-step procurement process.",Awarded,,231742,20250410 Otago Regional Council,24650217,Request for Quotations,Open Competition,Aerial River Survey Flights 2021,2021/0171,20210811,20210825,20210831,,Sole Agency,No,,"Otago Regional Council (ORC) undertakes annual helicopter-based river surveys to inspect for issues within the major river corridors and record locations and include: Erosion Gravel Willow Debris Other vegetation Asset damage Surveys will need to be carried out during our operating window being September and early October 2021. We dont want any options that include the use of Robinson helicopters.",Awarded,,42018,20250410 Otago Regional Council,24827814,Request for Proposals,Open Competition,Regional Wellbeing Monitoring Programme Design,,20210917,20211015,20211206,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for the Regional Wellbeing Monitoring Programme Design contract opportunity. ORC is initiating a regional wellbeing monitoring programme. As an initial stage, we need the monitoring programme to be designed. The work involves: 1. Developing a wellbeing framework for Otago, in consultation with our Treaty partners and stakeholders; and 2. Developing a wellbeing monitoring methodology which includes: o A list of key indicators for monitoring wellbeing in Otago; o Advice about how these indicators can be operationalised (collected/measured and verified); and 3. Proposing any additional steps necessary to support wellbeing assessment and monitoring that may not be captured by the monitoring programme alone.",Awarded,,75600,20250410 Otago Regional Council,24894907,Request for Proposals,Open Competition,Legislative Compliance Management Software Solution,,20210930,20211029,20220222,,Sole Agency,No,70 Stafford Street,"Otago Regional Council (ORC) is committed to streamlining its legislative compliance processes and empowering all staff across the organization to play their part in the process. We are striving to achieve compliance and best practice across all applicable areas of legislation that apply to ORC. Our current system is spreadsheet based and involves manual processes. Our goal is to implement an IT-based solution which will allow for timely recording and reporting of legislative compliance areas; flexibility and usability for all relevant staff; real-time oversight of compliance issues and if feasible, the capability to track and monitor progress on Local Government Official Information and Meeting Act 1987 (LGOIMA) and Privacy Act requests. This request for proposal (RFP) is to progress our systems and technologies in line with this vision. We are seeking proposals and information to support our decision-making process. We will request presentations from shortlisted vendors to demonstrate their solutions capabilities.",Awarded,First year fee recorded only.,40000,20250410 Otago Regional Council,25037264,Request for Tenders,Open Competition,Flood Protection Management Bylaw Review,2021/0187,20211105,20211201,20211217,Engineering,Sole Agency,No,,"Otago Regional Council has a legal requirement to review, update, and pass a new version of our Flood Protection Management Bylaw by no later than 31 August 2022. We are looking for a tenderer who has a demonstrable track record in providing bylaws and other policy instruments to Regional Councils or Territorial Land Authorities. To achieve this, the successful tenderer will need to be able to review the Bylaw and make any changes so that the Bylaw is appropriate for the future. They will also need to be able to conduct public consultation and guide the draft Bylaw with the support of Council staff through the process of Councillor-scrutiny with the goal of acceptance and adoption. We are primarily concerned with getting the new Bylaw approved and adopted, so clear experience in working with staff and Councillors will be a bonus, as will evidence of a solid public engagement strategy. The date of 31 August 2022 is the absolute last day that it can be adopted and signed without lapsing the successful tenderer would be expected to have this completed well before then.",Awarded,,46588,20250410 Otago Regional Council,25164279,Request for Tenders,Open Competition,Creating and Updating Engineering Standard Operating Procedures,2021/0258,20211201,20211224,20220317,Engineering,Sole Agency,No,,"What we need Otago Regional Council requires assistance to review and update our Operations & Maintenance Standard Operating Procedures and Specifications for our flood protection and drainage schemes. This work has been completed piecemeal over time; however, we are now in a position where we require a consolidated package of up-to-date SOPs that accurately reflect the work we do, guide our staff in how to do it well, and remain compliant with all legislative and regulatory requirements. What we dont want We do not want SOPs to be developed for river management, or the wider Engineering Departments business practices we expect that this will be undertaken in the future as a separate exercise. Whats important to us It is important to the Otago Regional Council that the SOPs that are produced through this process are appropriate for the work that we do, help us to deliver the standard of service our communities expect, represent industry best practice where possible, and ensure that we remain compliant with all legislative and regulatory requirements. Therefore, previous and demonstrable experience in this area would be of benefit.",Not Awarded,This RFx process garnered zero response from the market. The RFx process was halted under section 6.23.b.vii of the RFx Terms and Conditions. This piece of work was subsequently procured under a closed request for prices with a modified scope and deliverables.,0,20250410 Otago Regional Council,25172700,Request for Proposals,Open Competition,RFP - Biosecurity Services Panel,,20211126,20211221,20210621,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Biosecurity Services Panel opportunity. Otago Regional Council (ORC) requires a Supplier panel of suitably experienced and capable contractors to support a range of environmental programmes and initiatives within Otago for a duration of 3 years (2021 2024). The preferred Supplier Panel, will not be required to undertake all of the services outlined within this proposal, we are solely seeking an understanding of each Suppliers services. It is a requirement that respondents have a local presence in Otago and appropriate resources to be able to respond and deliver effectively and sometimes urgently. Appointment to the Suppliers Panel does not guarantee the panel member a specific (or any) amount of work.",Awarded,,0,20250410 Otago Regional Council,25185464,Request for Tenders,Open Competition,Lower Clutha Drain Management,2021/0259,20220119,20220217,20220317,Engineering,Sole Agency,No,"70 Stafford Street, Dunedin","What we need The Otago Regional Council is responsible for the delivery of land drainage and flood protection services throughout the region. To achieve this on the Lower Clutha Delta, we require a suitably experienced contractor to undertake controlled mechanical excavation of our land drains. What we dont want We dont want contractors to modify existing drains beyond their current profiles, nor do we want contractors to propose or excavate new drains. Whats important to us We are looking for suppliers with a proven track record of similar services, with particular skill in fine-detail operation of excavation equipment.",Not Awarded,"Only one response was received, limiting Council's ability to confirm best value for money. The RFx was cancelled under section 6.23.b.vii of the RFx Terms and Conditions. This piece of work will be modified and reintroduced to the market at a later date.",0,20250410 Otago Regional Council,25185881,Request for Quotations,Open Competition,Stock Truck Effluent Disposal Sites Operation & Maintenance,2022/0077,20221004,20221104,20221202,Engineering,Sole Agency,No,,"What we need The Otago Regional Council (ORC) operates three STED facilities in Otago: SH85/Brassknocker Road, Raes Junction, and Tarras. This RFQ is to procure operations and maintenance services from a suitably qualified and experienced Contractor for the proper functioning of the STED facilities. What we dont want We do not want suppliers who will seek to subcontract this work. We also do not want suppliers who do not have the ability to dispose of the effluent in a lawful manner. Whats important to us It is important to us that the Contractor is able to work to a schedule, as well as provide a timely response to ad-hoc requests that may be automatically generated by the monitoring equipment. It is also important for us to be satisfied that the disposal of the effluent will be undertaken lawfully, and in full compliance with any local restrictions. Lastly, it is important that the services represent best value-for-money over the whole-of-life of the contract.",Awarded,,289272,20250410 Otago Regional Council,25186781,Request for Tenders,Open Competition,Alexandra Flood Protection Scheme Operations and Maintenance,2021/0092,20220412,20220510,20220802,Engineering,Sole Agency,No,,"The Otago Regional Council is responsible for ensuring that our communities are protected against flooding insofar as is practical. To achieve this in Alexandra, we have constructed, maintained, and operated the Alexandra Flood Protection Scheme. We need a suitable contractor who is able to reliably perform the day-to-day Operations and Maintenance of this scheme and can also complete emergency tasks during a flood event. We dont want submissions that seek to reduce on-site time by their staff. While we understand that remote monitoring can provide efficiencies in certain situations, we are unwilling to reduce physical inspections of these assets given their critical nature. It is important for the Otago Regional Council that we achieve the best possible value-for-money solution as we are spending local ratepayers money. As part of our commitment to supporting the local economy, we would prefer to partner with an organisation that can commit to using local subcontractors where possible.",Awarded,Low carbon options = N/A,488676,20250410 Otago Regional Council,25192301,Request for Proposals,Open Competition,Identifying Otagos outstanding water bodies and their values,,20211201,20220124,20220506,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to selected consultants to: Develop a list of water bodies likely to contain outstanding values and identify their outstanding and/or significant values; and Map the water bodies likely to contain outstanding values; and Identify potential threats to the outstanding and significant values of outstanding water bodies in Otago.",Awarded,,0,20250410 Otago Regional Council,25413130,Request for Proposals,Open Competition,Septic Tank & Stormwater Education Programmes,,20220214,20220314,20220429,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to consultants to submit a fixed price proposal to develop and design a septic tank education programme and a stormwater education programme to be delivered from a non-regulatory aspect by the Environmental Implementation Team at Otago Regional Council. These programmes are requested to improve water quality throughout Otago.,Awarded,,55000,20250410 Otago Regional Council,25418880,Request for Proposals,Open Competition,North Otago Drilling 2022,,20220214,20220315,20220408,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit proposals for the provision of services relating to groundwater borehole drilling works in the Lower Waitaki and Kakanui areas, North Otago.",Awarded,,131876,20250410 Otago Regional Council,25430137,Request for Quotations,Open Competition,Outram Weighting Blanket Construction,2022/0007,20220218,20220316,20221003,Engineering,Sole Agency,No,,"The Otago Regional Council (ORC) requires the construction of a weighting blanket and associated works along the Lower Taieri Flood Protection Scheme flood bank on the outskirts of the Outram township. These works are in response to piping and flooding issues identified during the 2017 flood event. The ORC plan to complete this work prior to 30 May 2022. This project is located on privately owned (or leased) land and will require careful planning and coordination to meet the needs of the client and landowners. Effective flood protection measures in this area are essential to prevent flooding of property in the area during and after a flood event. We do not want tenders that cannot meet the deadline of 30 May 2022 for the completion of the work. We also do not want Tenders that have not satisfactorily assessed and mitigated the access and construction risks involved with a project of this nature. Respondents will require proven experience and skills in delivering successful civil earthworks projects of a sensitive nature. The ability for the Respondent to assess the risks associated with completing the work is important and Respondents must provide confidence that their programme and methodology takes these risks into account and mitigates them accordingly. Health and safety and environmental records are also important to show the track record of the Respondent in monitoring and putting measures in place to apply lessons learned.",Awarded,,510598,20250410 Otago Regional Council,25528506,Request for Tenders,Open Competition,Dunedin Passenger Transport- Unit 3,RFT 2022/1 Unit 3,20220311,20220419,20220706,,Sole Agency,No,tenders@orc.govt.nz,"This RFP seeks proposals for the provision of public transport services in Dunedin to provide the Pine Hill, Lookout Point, Shiel Hill, Opoho and the Ridge Rider services. The RFT is based on the existing services for Routes 5 and 6; Routes 11 and 12; Route 15 Northbound and Southbound based on a 30 minute service frequency. The RFT also includes the existing school bus services1. Provisional items are included to remove the route variations and the school bus services. A further provisional item is included to complete the loop for the Ridge Runner service.",Awarded,,0,20250410 Otago Regional Council,25530092,Request for Quotations,Open Competition,Planning services to assist Otago Regional Council with the development of the Land and Water Regional Plan,,20220311,20220407,20220524,,Sole Agency,No,,"This Request invites suppliers to submit a quote/proposal (RFQ) for the delivery of planning services to support the delivery of the Land and Water Regional Plan (LWRP), and associated section 32 report. The plan will be developed over the next 12 months.",Awarded,,0,20250410 Otago Regional Council,25624581,Request for Proposals,Open Competition,Lake Tuakitoto and Tomahawk Lagoon Ecological Assessment,,20220330,20220429,20220714,,Sole Agency,No,,This Request for Proposal (RFP) invites suppliers to submit a proposal for the two ecological assessments (Lake Tuakitoto and Tomahawk Lagoon). The consultant shall provide one proposal for both ecological assessments. Consideration will not be given to proposals which are only for one of the assessments.,Awarded,,0,20250410 Otago Regional Council,25674807,Request for Tenders,Open Competition,Dunedin City Waterway Management,2022/0035,20220414,20220512,20220802,Engineering,Sole Agency,No,,"Otago Regional Council requires a suitably skilled and experienced contractor to undertake maintenance of waterways within the Dunedin area. This is important to maintain flow capacity to enhance flood protection, and to increase the visual amenity value of the area. We do not want bids from contractors who have no experience in this type of work. We also do not want bids from contractors who are unable to meet the required schedule for services. It is important to us that the waterways are kept free from debris, rubbish, and vegetation that could reduce the capacity or cause damage during a flood. It is also important that the visual amenity of these areas is maintained, as they all exist within public urban spaces.",Awarded,,191509,20250410 Otago Regional Council,25729745,Request for Proposals,Open Competition,Queenstown Public Transport Business Case,TCTB1,20220427,20220527,20220722,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation for suitably qualified and experienced suppliers to submit a proposal for the Queenstown Public Transport Business Case (PTBC). The PTBC will confirm the case for investment in a 30-year public transport service plan for Queenstown. The PTBC requires expertise in public transport planning, development of asset ownership models, system and management and funding mechanisms.",Awarded,,0,20250410 Otago Regional Council,25789391,Request for Proposals,Open Competition,Otago Lakes Management Assessment,,20220512,20220610,20220621,,Sole Agency,No,,"ORC is considering the possible development of a Lakes Strategic Plan, to create lake management plans aimed at improving the environmental and amenity value of these water bodies. As a first step, the ORC seeks to review lake management in Otago, with the view of confirming the need for a new Otago Lakes Strategy or the opportunities for other initiatives that will enhance management of lakes in the region. This stocktake involves: 1. Reviewing the state of knowledge on lakes, their values, states, and pressures. 2. Reviewing the management framework for lakes, including key planning or strategic documents across all relevant parties; roles and responsibilities; and coordination mechanisms. 3. Assessing gaps and opportunities to enhance lake management, in consultation with key stakeholders. 4. Issuing recommendations over how to best fill the identified gaps and take advantage of opportunities. Recommendations may include the development of additional management plans and strategies; and/or any other initiatives.",Awarded,,86200,20250410 Otago Regional Council,25966822,Request for Proposals,Open Competition,Shaping Future Dunedin Transport Fares and Frequency Single Stage Business Case,T4CTB1,20220622,20220729,20220912,,Sole Agency,No,,"This RFP is an invitation for suitably qualified and experienced suppliers to submit a proposal for the Fare and Frequency Business Case (FFBC). The FFBC will develop a plan to grow Dunedin mode share and reduce carbon emissions from single occupant vehicles. On 9 December 2020, ORC received a report on the Councils proposed projects within the wider Shaping Future Dunedin Transport Programme (SFDT) , for consideration for inclusion in the 2021-2031 Long Term Plan (which it agreed). A key output of the SFDT Programme is a mode shift programme. For public transport, the aspiration of the programme is to increase travel to work by public transport from 3.4% in 2018, to 8% in 2030. To give effect to that mode shift target, one of the actions on ORC that it has included in its Long-Term Plan is to prepare a single stage business case to demonstrate the case for greater investment in improved public transport services (levels of service and fares). The purpose of the Fare and Frequency Business Case (FFBC) is to develop a plan to grow Dunedin mode share and reduce carbon emissions from single occupant vehicles. ORC is responsible to deliver the FFBC. The FFBC is jointly funded with Waka Kotahi New Zealand Transport Agency (Waka Kotahi or WKNZTA). ORC is seeking to appoint a suitably qualified and experienced supplier who will be responsible to deliver the FFBC",Awarded,,345750,20250410 Otago Regional Council,26081197,Request for Proposals,Open Competition,Te Hakapupu Catchment Management Plan and related work.,,20220722,20220829,20221019,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation for suitably qualified and experienced suppliers to submit a proposal to develop the Te Hakapupu Catchment Management Plan and related packages of work to enable the delivery of the Te Hakapupu (Pleasant River Catchment) Restoration Project. The Catchment Management Plan will guide activities that embed iwi and reflect community aspirations for the Te Hakapupu catchment over the long term.. The related packages of work will enable the project to meet deliverable deadlines, in particular mitigation of 3 fish passage barriers, 60 km of fencing and 100,000 plants in the ground by project close off at 30 June 2025.",Awarded,,0,20250410 Otago Regional Council,26130238,Request for Tenders,Open Competition,Drain Management - Lower Clutha Flood Protection & Drainage Scheme,2022/0054,20220805,20220831,20221007,Engineering,Sole Agency,No,,"This opportunity in a nutshell: What we need: The Otago Regional Council is responsible for the delivery of land drainage and flood protection services throughout the region. To achieve this on the Lower Clutha Delta, we require a suitably experienced contractor to undertake controlled mechanical excavation of our land drains. What we dont want: We dont want contractors to modify existing drains beyond their current profiles, nor do we want contractors to propose or excavate new drains. Whats important to us: We are looking for suppliers with a proven track record of similar services, with particular skill in fine-detail operation of excavation equipment.",Awarded,,172547,20250410 Otago Regional Council,26239410,Request for Proposals,Open Competition,Greenhouse gas inventory reporting for Otago (by districts for the latest applicable time period),,20220829,20220927,20221201,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to selected consultants to submit a fixed price proposal for the delivery of an updated Otago regions Greenhouse gas (GHG) inventory and projections with reporting by Otagos district. ORC is now wanting to work with a supplier to develop an Otago regional greenhouse gas inventory that, updates the existing greenhouse gas inventory of Otago region by its five districts. o Dunedin City has done their own district level inventory, which is available to be incorporated into the regional inventory. updates the existing greenhouse gas inventory of Otago Region by major industries. updates greenhouse gas inventory for the 2020-21 period and the 2021-22 period. Uses a methodology consistent with the existing ORC greenhouse gas inventory, Incorporates methodological updates to increase alignment with GHG inventories completed by local authorities in the Otago region. Provides emissions projections out to 2050 that can incorporate at least three climate policy scenarios that incorporate both technological adoption and behavior change. These scenarios are expected to be: baseline (with existing measures), high ambition and low ambition.",Awarded,,0,20250410 Otago Regional Council,26257860,Request for Tenders,Open Competition,Drain Maintenance - East Taieri Drainage Scheme,2022/0066,20220905,20220930,20221111,Engineering,Sole Agency,No,,"What we need The Otago Regional Council is responsible for the delivery of land drainage and flood protection services throughout the region. To achieve this on the East Taieri floodplain, we require a suitably experienced contractor to undertake controlled mechanical excavation of our land drains. What we dont want We dont want contractors to modify existing drains beyond their current profiles, nor do we want contractors to propose or excavate new drains. Whats important to us We are looking for suppliers with a proven track record of similar services, with particular skill in fine-detail operation of excavation equipment.",Awarded,,163160,20250410 Otago Regional Council,26315281,Request for Tenders,Open Competition,Drain Maintenance - West Taieri Drainage Scheme,2022/0067,20220912,20221007,20221111,Engineering,Sole Agency,No,,"What we need The Otago Regional Council is responsible for the delivery of land drainage and flood protection services throughout the region. To achieve this on the West Taieri floodplain, we require a suitably experienced contractor to undertake controlled mechanical excavation of our land drains. What we dont want We dont want contractors to modify existing drains beyond their current profiles, nor do we want contractors to propose or excavate new drains. Whats important to us We are looking for suppliers with a proven track record of similar services, with particular skill in fine-detail operation of excavation equipment.",Awarded,,156565,20250410 Otago Regional Council,26320546,Request for Tenders,Open Competition,"West Taieri Contour Channel: Construction of Stages 7-10 and Bridges 11, 12, and 14",2022/0068,20220915,20221018,20221223,Engineering,Sole Agency,No,,"What we need: The Otago Regional Council (ORC) currently maintains a number of floodbanks and associated structures (including rural bridges) across the Otago region. The Contour Channel is located on private land in the West Taieri Area. This contour channel and the adjacent flood bank form part of the flood protection controls for the Taieri River. This opportunity involves the reconstruction of approximately 2.4km of the Contour Channel floodbank and the demolition and replacement of three rural bridges that cross the channel and floodbanks including forming the bridge approaches, to align with the design flood levels. The ORC plan to complete this work prior to April 2024. This project is located on operational dairy farms and involves work on flood protection infrastructure that is critical in protecting high value farmland, property, and strategic assets from flood hazard. The work will require careful planning and coordination to meet the needs of the client and landowners in minimising adverse effects on the farming operations and maintaining effective flood protection measure over the duration of the works What we dont want: We do not want tenders that cannot meet the deadline of April 2024 for the completion of the physical work. We also do not want Tenders that have not satisfactorily assessed and mitigated the access and construction risks involved with a project of this nature (with particular consideration to flood protection and farming operations). Whats important to us: Respondents will require proven experience and skills in delivering successful civil and structural construction projects that have required work to be undertaken in or near a water course. The ability for the Respondent to assess the environmental risks associated with completing the work is important and Respondents must provide confidence that their programme and methodology takes these risks into account and mitigates them accordingly. Health and safety and environmental records are also important to show the track record of the Respondent in monitoring and putting measures in place to apply lessons learned.",Awarded,"As contemplated by the RFx documents, this was split into separable portions for delivery. Hall Brothers secured the earthworks portion, with Fulton Hogan securing bridge construction.",2751536,20250410 Otago Regional Council,26389095,Request for Tenders,Open Competition,Otago Aerial Imagery 2022,,20220928,20221019,20221121,,Cluster,No,,"The Otago Regional Council (ORC) invites tenders for the supply of colour digital orthorectified imagery and Imagery products to the Otago Aerial Imagery (OAI). The OAI members will be some or all of: Central Otago District Council, Clutha District Council, Dunedin City Council, Land Information New Zealand and Queenstown Lakes District Council. The ORC is acting as the agent for the OAI.",Awarded,,0,20250410 Otago Regional Council,26649981,Request for Tenders,Open Competition,Factory Road Floodbank Repairs,2022/0097,20221121,20221214,20230612,Engineering,Sole Agency,No,,"The Otago Regional Council (ORC) currently maintains a number of flood banks and associated structures across the Otago region. This section of work is located at the end of Factory Road, Paretai, on the true right of the Clutha River/Mat-au flood bank. The area is Crown Land. This opportunity involves the reconstruction of an eroded riverbank, installation of erosion protection and repairing a damaged culvert. The site has been damaged over time and must be reinstated to restore flood bank integrity for the purpose of flood protection. The ORC plans to complete this work in the new year (2023), in adherence to condition 2 of Land Use Consent RM2428.01, which allow works to be undertaken between 1 October and 28 February, as well as during March on an out-going tide. It is envisioned that this work would begin in January 2023. This project involves work on flood protection infrastructure that is critical in protecting high value farmland, property, and strategic assets from flood hazard. The work will require careful planning and coordination to minimise adverse effects on the environment and maintain flood protection measures over the duration of the works.",Awarded,,435658,20250410 Otago Regional Council,26726337,Request for Quotations,Open Competition,Toitu Te Hakapupu Restoration Project Fencing materials,,20221208,20230203,20230303,,Sole Agency,No,,"Toitu Te Hakapupu The Pleasant River Catchment Restoration Project is a four-year Jobs for Nature project funded through Ministry for the Environment. Toitu Te Hakapupu Project will identify sites within the catchment where remediation works such as fencing and planting could help improve the natural values in the catchment. Otago Regional Council (ORC) requires a suitably qualified Supplier to secure, supply and stockpile fencing supplies for use over the coming two years in delivering Toitu Te Hakapupu Project. The Council is looking for credible providers who have the capability and capacity to supply fencing materials at good value-for-money, and to store all materials in a storage facility whereby the condition of the materials is maintained. This storage facility will ideally be located within approximately 50 km of Te Hakapupu (Goodwood/Palmerston) and will be utilised for the entire term of the contract.",Awarded,,0,20250410 Otago Regional Council,26745230,Request for Quotations,Open Competition,Toitu Te Hakapupu (Pleasant River Catchment) Restoration Project planting services,MfE#24732,20221214,20230203,20230303,,Sole Agency,No,,"Toitu Te Hakapupu The Pleasant River Catchment Restoration Project is a four-year Jobs for Nature project funded through Ministry for the Environment. Toitu Te Hakapupu will identify sites within the catchment where remediation works such as fencing and planting native trees could help improve the natural values in the catchment. Otago Regional Council (ORC) requires a suitably qualified Supplier to supply up to 60,000 native plants for Te Hakapupu Restoration Project between the commencement date of the contract and the 30th June 2025. The Council is looking for credible growers who have the capability, experience and infrastructure to supply plants at best value-for-money over the term of the contract. It is important that the plants supplied are eco-sourced able to be collected close by (within approximately 50 km) to Te Hakapupu (Goodwood). We are interested in Suppliers who are committed to using environmentally sustainable methods and materials in the supply of their plants.",Awarded,,0,20250410 Otago Regional Council,26746522,Request for Tenders,Closed Competition,Construction of a New Culvert from Lake Hayes into Hayes Creek under State Highway 6 to Support the Rehabilitation of Lake Hayes,ENVIMP2022/01,20221214,20230127,20230216,,Sole Agency,No,,"What we need: This opportunity seeks suitably qualified suppliers to provide a proposal to assist with efficient and timely delivery of the construction of a new culvert located under State Highway 6 which discharges water from Lake Hayes into Hayes Creek. This project aims to support the improvement of water quality within Lake Hayes and reduce the risk of flooding along the perimeter of the lake. What we dont want: We do not want tenders that cannot meet the deadline of Mid - 2023 for the completion of the work. We also do not want Tenders that have not satisfactorily assessed and mitigated the traffic management, access and construction risks involved with a project of this nature. Whats important to us: Otago Regional Council is looking for providers who have the capacity, capability, experience and tools for the construction of a new culvert under state highway 6. The successful contractor will have a proven track record of medium to large-scale construction of infrastructure for works and associated traffic management within a state highway and a good track record in health and safety and environmental management relating to the construction of infrastructure projects in or near a water course. The ability for the Respondent to assess the traffic management and environmental risks associated with completing the work is important and respondents must provide confidence that their programme and methodology takes these risks into account and mitigates them accordingly.",Not Awarded,"As per Clause 6.23 Buyers Additional Rights, within the RFT, Otago Regional Council have decided not to Award the Contract to any Respondent at this stage. We thank you for your interest and for the time and effort you put into preparing and submitting your tender.",0,20250410 Otago Regional Council,26835185,Request for Tenders,Open Competition,Corporate Website Redevelopment,CORP/106/160517,20230123,20230220,20230417,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to carry out the redevelopment of the Otago Regional Councils corporate website. The Otago Regional Council (ORC) is looking to redevelop its corporate website. We are looking for a vendor who can design, develop, and implement a user-centric website on a modern, secure and future-proofed Content Management system. The ORC needs to improve its website to better serve our diverse range of customers with different levels of accessibility and digital literacy. We need to make it easier for people to: Understand the role of ORC who we are, what work we do, what we have achieved and our relationship with mana whenua. Navigate the website and find relevant information more quickly in fewer clicks or taps. Understand information that is presented in a more engaging and visual way. Make the information more accessible to people across different devices, especially on mobile. Improving the website contributes to ORCs commitment to Otago communities by delivering continuous improvements to information management, business processes and technology.",Awarded,,0,20250410 Otago Regional Council,26965034,Request for Proposals,Open Competition,Baseline Report - Wellbeing Indicators,,20230217,20230317,20230405,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a quote for services to collect and report on available data for a series of defined wellbeing indicators. The output will be a Wellbeing in Otago report, with a raw data file to support further analysis and data presentation by Council staff.",Awarded,,0,20250410 Otago Regional Council,27088054,Request for Tenders,Open Competition,Maniototo Bore Drilling 2023,,20230314,20230421,20230615,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation for suitably qualified suppliers to submit a Tender for drilling groundwater boreholes in the Maniototo area, Central Otago. The purpose of the bores is to form part of the ORCs state of the environment groundwater monitoring network.",Awarded,,0,20250410 Otago Regional Council,27217140,Request for Proposals,Open Competition,Change Management/Organisational Readiness Design and Implementation For the Transition to Whare Runaka New Council Office,,20230406,20230512,20230713,,Sole Agency,No,,"Change Management/Organisational Readiness Design and Implementation For the Transition to Whare Runaka New Council Office This Request for Proposal (RFP) is an invitation for experienced consultants to submit a fixed price proposal to develop, lead and implement a comprehensive new ways of working change management approach to ensure a smooth transition into a new office building, and to capitalise on identified business improvements or innovations that can be introduced as part of the physical shift. The Otago Regional Council (ORC) is seeking change management expertise to support the transition into a new, purpose-built building in early 2025 (estimated move in time). The merging of two sites (across multiple floors) into one large open plan building will present both opportunities and challenges, and we are seeking to develop a comprehensive approach to reduce the challenges as much as possible and capitalise on a wide range of primary and secondary benefits resulting from grouping all Dunedin city-based staff into one large space. We are looking for an innovative approach to change, one that fits the values of the organisation and adapts to changing needs and ongoing growth in capability and capacity.",Awarded,,0,20250410 Otago Regional Council,27264978,Request for Quotations,Open Competition,Scheduled Flood Protection Pump Maintenance,2022/0005,20230419,20230524,20230704,Engineering,Sole Agency,No,,"What we need: Otago Regional Council requires a supplier to undertake scheduled ongoing preventative maintenance of the pumps used in the Taieri, Clutha, and Alexandra flood protection and drainage schemes. What we dont want: We dont want a project manager who will pass all of the work on to other organisations. We expect that the successful supplier will be able to perform a majority of the physical work themselves, and only outsource work where necessary. Whats important to us: It is important that the successful supplier can work to deadlines and expected timeframes. As these pumps are critical infrastructure, we require certainty of the length of time that any individual pump will be out of service. No pump should be removed for longer than 3 calendar weeks without authorisation. We are seeking to partner with a supplier with a no surprises ethos, who will keep us informed of progress and quickly let us know about potential delays outside their control. In addition, there are pre-conditions that must be met these are detailed in Section 3. NOTE: Site visits may be arranged by ORC - this will depend on ORC workload and availability. If any site visit is arranged, a Notice to Tenderers with the details will be published and the visit(s) will occur before questions close.",Awarded,,134921,20250410 Otago Regional Council,27331012,Request for Tenders,Open Competition,Henely Bund Remediation,2023/0003,20230612,20230707,20230825,Engineering,Sole Agency,No,,"What we need: The Otago Regional Council (ORC) currently maintains a number of floodbanks and associated structures across the Otago region. The Henley Township bund is located on Crown land along a section of Henley Road next to the Taieri River. This opportunity involves the improvement of 908.0m of the Henley township bund. 874.0m of the bund is located in the road reserve and a 34.0m section is located up a private driveway. This work is to improve the condition and consistency of the bund. The ORC plans to complete this work prior to 15 December 2023. This project is located adjacent to Henley Road southwest of the Henley Berwick Road intersection and involves work on flood protection infrastructure that is critical in protecting property and assets from flood hazard. The work will require careful planning and coordination to meet the needs of the client in maintaining effective flood protection measures over the duration of the works. What we dont want: We do not want tenders that cannot meet the deadline 15 December 2023 for the completion of the physical work. We also do not want Tenders that have not satisfactorily assessed and mitigated the risks involved with a project of this nature (with particular consideration given to flood protection). Whats important to us: Respondents will require proven experience and skills in delivering successful civil construction projects that have required work to be undertaken in or near a water course. The ability for the Respondent to assess the environmental risks associated with completing the work is important and Respondents must provide confidence that their programme and methodology takes these risks into account and mitigates them accordingly. Health and safety and environmental records are also important to show the track record of the Respondent in monitoring and putting measures in place to apply lessons learned.",Awarded,,158883,20250410 Otago Regional Council,27720340,Request for Quotations,Closed Competition,Investigation of the effects of the Taieri Gorge Railway culvert on the floodwater conveyance of March Creek,,20230717,20230814,20230901,,Sole Agency,No,,Otago Regional Council requires an investigation on the influence of the Taieri Gorge Railway culvert on the hydraulic performance of March Creek. This will inform potential options to mitigate the flood hazard associated in this area (out of scope for this investigation).,Awarded,,0,20250410 Otago Regional Council,27740455,Request for Quotations,Closed Competition,Clutha Delta Flood Hazard Scoping,,20230720,20230817,20240118,,Sole Agency,No,,"The Otago Regional Council (ORC) is proposing to undertake a comprehensive hydraulic modelling study and flood hazard assessment for the Clutha Delta area. The assessments are intended to further develop ORCs flood hazard mapping and understanding, to inform a review of the flood protection scheme performance, and to guide Civil Defence planning for flooding events. This procurement is for review of the existing datasets relevant to flood hazard assessment, and for development of a roadmap to detail the scope necessary for the flood hazard assessment, to enable procurement of a suitable consultant to undertake the analysis phase of the study.",Not Awarded,No responses received from selected suppliers.,0,20250410 Otago Regional Council,27787880,Request for Tenders,Open Competition,Social Impact Assessment for Head of Lake Whakatipu Adaptation Strategy Phase 1,,20230728,20230822,20230925,,Sole Agency,No,,This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to carry out the first phase of Social Impact Assessment for Head of Lake Whakatipu Adaptation Strategy.,Awarded,,70450,20250410 Otago Regional Council,27990036,Request for Tenders,Open Competition,Dart-Rees & Glenorchy floodplain hazards: assessment of flood management interventions,,20230830,20230928,20231110,,Sole Agency,No,,This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to carry out an assessment of flood management interventions for the Dart-Rees River floodplain and Glenorchy.,Not Awarded,,0,20250410 Otago Regional Council,28103422,Request for Proposals,Open Competition,Hill Country Erosion Mapping Consultant RFP,,20230914,20231019,20231213,,Sole Agency,No,,The Otago Regional Council (ORC) needs mapping of likely susceptibility of hill country in the Otago region to erosion.,Awarded,,100000,20250410 Otago Regional Council,28103788,Request for Proposals,Open Competition,Regional Sequestration Study,,20230914,20231019,20231213,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified Suppliers to submit a fixed price proposal for the delivery of a sequestration study with reporting by district.,Awarded,,135600,20250410 Otago Regional Council,28356270,Request for Tenders,Open Competition,Te Hakapupu | Pleasant River Catchment Flooding Hazards: Stage 1 Feasibility Study of nature based interventions and landholder perceptions (Stage 2 Engagement Study),,20231027,20231124,20240202,,Sole Agency,No,,This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to carry out a Stage 1 feasibility study of nature based interventions for flood hazard mitigation and co-benefits for the Te Hakapupu | Pleasant River catchment. A second part of the Tender is an Engagement Study to investigate landowner barriers and opportunities in relation to nature based interventions on their land and provide some key information to the Feasibility Study.,Awarded,,0,20250410 Otago Regional Council,28395491,Request for Tenders,Open Competition,Kaitangata Bank Repair,2023/0013,20231103,20231130,20231221,Engineering,Sole Agency,No,,"What we need The Otago Regional Council (ORC) currently maintains several floodbanks and associated structures (including rural bridges) across the Otago region. A section of the Clutha Rivers Matau Branch was damaged during a weather event and needs repair works. This opportunity involves the repair of approximately 140m of the true left bank of the Matau Branch of the Clutha River, adjacent to Water Street between the boat ramp and the Clutha District Council (CDC) pump station in the township of Kaitangata. The ORC plan to complete this work prior to March 2024. This project is located on Clutha District Council (CDC) land and involves work on flood protection infrastructure that is critical in protecting property, and strategic assets from flood hazard. The work will require careful planning and coordination to meet the needs of the client and landowners in minimising adverse effects on the residence of Kaitangata township and maintaining effective flood protection measure over the duration of the works. What we dont want We do not want tenders that cannot meet the deadline of March 2024 for the completion of the physical work. We also do not want Tenders that have not satisfactorily assessed and mitigated the access and construction risks involved with a project of this nature (with particular consideration to flood protection and the water intake for the township). Whats important to us Respondents will require proven experience and skills in delivering successful civil construction projects that have required work to be undertaken in or near a water course. The ability for the Respondent to assess the environmental risks associated with completing the work is important and Respondents must provide confidence that their programme and methodology takes these risks into account and mitigates them accordingly. Health and safety and environmental records are also important to show the track record of the Respondent in monitoring and putting measures in place to apply lessons learned.",Awarded,"This was awarded to Hall Brothers Transport Ltd. The name of the successful tenderer on GETS is incorrect due to a submission error.",304066,20250410 Otago Regional Council,28505297,Request for Tenders,Open Competition,Dunedin Bus Stop Audit,,20231122,20240119,20240207,,Sole Agency,No,,"The project is to undertake a preliminary level of service (LOS) and accessibility audit of all bus stops in the Dunedin public transport network and use that information to: Identify service level and accessibility challenges for passengers, as well as improvement opportunities. Assess current operational and asset conditions. Formulate a prioritised list of bus stops, indicating the sequence in which real-time information (e-signage) will be implemented. Establish a prioritisation framework for future investment decisions. Update GTFS data with up to date sets of information. This project is led by ORC, with support from DCC as the road controlling authority and infrastructure owner.",Awarded,,0,20250410 Otago Regional Council,28689284,Request for Proposals,Open Competition,Otago Biodiversity Management Project,,20240115,20240209,20240315,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to consultants to submit a fixed price proposal for a system for developing biodiversity management regimes across the Otago Region for biodiversity focus areas. The Otago Regional Council (ORC) requires a consultant to develop a biodiversity management regime building tool. The key components might include (but open to advice): Reviewing existing biodiversity focus areas (BFAs) (provided by ORC) and refining if necessary. Categorising BFAs using suitable attributes (attributes to be developed by the consultants) Developing model management regimes for each category of BFAs Reviewing criteria for best practice in biodiversity land management for similar ecosystems to inform the model management regimes.",Awarded,,0,20250410 Otago Regional Council,28749138,Request for Tenders,Open Competition,Otago Regional Council: Alexandra/Earnscleugh Bore Drilling,,20240126,20240226,20240327,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation for suitably qualified suppliers to submit a Tender for drilling groundwater boreholes in the Alexandra Basin, Central Otago. The purpose of the bores is to form part of the ORCs state of the environment groundwater monitoring network.",Awarded,,0,20250410 Otago Regional Council,28773582,Request for Proposals,Open Competition,Ground Truthing Marine Significant Natural Ecological Area 2024,,20240201,20240301,20240514,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified/selected consultants to submit proposals for the provisions of services related to the ground truthing of marine significant ecological areas along the coast of Otago. Marine significant ecological areas have recently been spatially mapped along Otagos coastline using best available data from sources such as journal articles, fisheries effort, grey literature, stakeholder information, reports and observational data, with areas designated in the spatial mapping as significant ecological areas based on policy 11a and 11b of the New Zealand Coastal Policy Statement and the National Key Ecological Area Criteria (KEA). Ground truthing of areas designated as significant ecological areas is required to determine what habitats and key species are present and if the designated area is significant. Determination of habitat or key species present in selected areas is required and a summary of what is present",Awarded,,0,20250410 Otago Regional Council,28865748,Request for Proposals,Open Competition,Te awa Otakou / Otago Harbour Issues and Opportunities,,20240221,20240403,20240509,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a fixed price proposal to provide a comprehensive and balanced description of current and future environmental, cultural, recreational, and commercial issues and opportunities in relation to Te awa Otakou / Otago Harbour; to develop an understanding of community aspirations for the future; and to provide options for how the Otago Regional Council (ORC), Dunedin City Council (DCC), Mana Whenua and/or stakeholders might work together to address some of the issues and opportunities identified.",Awarded,,0,20250410 Otago Regional Council,28961795,Request for Quotations,Open Competition,2024-10075 - Balclutha Relief Wells Remediation,2024-10075,20240306,20240412,20240509,Engineering,Sole Agency,No,,"The Otago Regional Council (ORC) currently maintains a number of flood banks and associated structures across the Otago region. This section of work is located in Balclutha on the true right of the Clutha River/Mata-Au flood bank. During the February 2020 flood event, two relief wells showed signs that there may have been failure of these wells. One well indicated subsidence and the other significant discharge of sediment. Annual well inspections determined that approximately 1 m of sediment had built up in many if the wells as a result of the 2020 Flood. This opportunity involves the following work: Replace wells numbered 3, 7 and 9 each with two new adjacent wells in accordance with the repair design included in the T+T 2020 report. Repair or replace wellheads at wells 5 and 17b where PVC wellheads are broken. Undertake grouting of the base of all existing wells to reduce the potential for sediment inwash. This will likely prolong the life of the wells and reduce the potential for the wells to become blocked with sediment via the base in future floods. The work will require careful planning and coordination to minimise adverse effects on the environment and maintain flood protection measures over the duration of the works.",Awarded,,269802,20250410 Otago Regional Council,28977073,Request for Proposals,Open Competition,Otago Air Quality Strategy Innovative Strategic Approaches,,20240307,20240412,20240509,,Sole Agency,No,,"In 2023, ORC started to review its Air Plan to bring it in line with the current regulatory frameworks and management practices, including the National Environmental Standards for Air Quality 2004 (NESAQ). ORCs Long-Term Plan 2021-2031 commits ORC to notifying the next generation Air Plan by June 2025. This RFP is for a review of the 2018 Air Quality Strategy needs to occur alongside this so that the correct balance of regulatory and non-regulatory methods is adopted to maximise our chances of minimising air quality-related impacts on human health by achieving and exceeding the NESAQ.",Awarded,,0,20250410 Otago Regional Council,29109038,Request for Quotations,Open Competition,Clutha Delta Survey: Puerua River infrastructure and cross-sections,,20240327,20240415,20240424,,Sole Agency,No,,"Otago Regional Council requires surveys of specific bridges, culverts, and river and drain channel cross sections in the Puerua area of the Clutha Delta. The Otago Regional Council (ORC) is undertaking a comprehensive flood hazard modelling study along the lower Puerua River. This study requires survey information to assist in understanding the current state and location of bridges, culverts, and channel cross-sections. The study will inform ORCs future infrastructure management studies, guide Civil Defence planning for flooding events, and inform policymakers. This procurement is for acquisition of the required survey data. The details of this procurement can be found in Appendices 1 and 2. ORC is looking for a supplier who has the expertise and experience to deliver a high-quality, cost-effective strategy survey services.",Awarded,,0,20250410 Otago Regional Council,29116688,Request for Proposals,Open Competition,Clutha Delta Liquefaction Study,,20240328,20240430,20241010,,Sole Agency,No,,"ORC is in the early stages of a work programme aiming to develop a natural hazards adaptation strategy for the Clutha Delta area, including the townships of Balclutha and Kaitangata. As part of that program, this procurement relates to an investigation of the liquefaction hazard of the Clutha Delta. The first phase of the investigation will involve: collection of geotechnical data, geotechnical analysis, reporting, interpretation, discussion and presentation of findings. There is a possible second phase involving a qualitative risk assessment for seismic hazards. The two phases need to be priced separately.",Not Awarded,Extended in RFx ID 29321039,0,20250410 Otago Regional Council,29158856,Request for Quotations,Open Competition,LiDAR Survey and Imagery Capture of the Makarora Catchments,,20240405,20240506,20240522,,Sole Agency,No,,,Awarded,,0,20250410 Otago Regional Council,29292480,Request for Quotations,Open Competition,Re-survey of 22 sections on the Shotover and Kawarau rivers,,20240426,20240515,20240523,,Sole Agency,No,,"The Shotover River is a major tributary of the Kawarau River and source of coarse alluvium. The build-up of sediment at the Shotover Delta has exacerbated the flood risk for Lake Wakatipu previously and is actively managed by the ORC. The ORC regularly resurveys a series of cross sections, to determine gravel availability for extraction and flood hazard changes. The last survey was in 2023. We need the surveys to be undertaken with deliverables provided to ORC by mid- June 2024. Our requirements a. This Request for Quote (RFQ) is an invitation to submit a Quote for the delivery of surveys of sections on the Shotover and Kawarau rivers. We are seeking quotes that offer the best value. b. The estimated quantity to be delivered is 22 surveyed sections. c. The surveys must be delivered to by 15/06/2024. d. Payment will be on successful delivery of the surveys and other deliverables",Awarded,,0,20250410 Otago Regional Council,29321039,Request for Proposals,Open Competition,Clutha Delta Liquefaction Study - Extension,,20240502,20240507,20240531,,Sole Agency,No,,"ORC is in the early stages of a work programme aiming to develop a natural hazards adaptation strategy for the Clutha Delta area, including the townships of Balclutha and Kaitangata. As part of that program, this procurement relates to an investigation of the liquefaction hazard of the Clutha Delta. The first phase of the investigation will involve: collection of geotechnical data, geotechnical analysis, reporting, interpretation, discussion and presentation of findings. There is a possible second phase involving a qualitative risk assessment for seismic hazards. The two phases need to be priced separately.",Awarded,,0,20250410 Otago Regional Council,29335649,Request for Proposals,Open Competition,The provision of Public Transport Services in Dunedin- Unit 5,PTC 24/1,20240503,20240619,20240925,,Sole Agency,No,,"This RFP is issued by Otago Regional Council (ORC), referred to below as the Buyer or we or us. ORC aspires to the delivery of an inclusive, accessible, and innovative public transport network that connects Otago and contributes positively to our community, environment and economy. The contracts for public transport services are divided into Units and the units are described in the Otago Regional Public Transport Plan. This procurement is for Unit 5 in Dunedin, which covers bus services from Dunedin to Green Island and onwards to Fairfield, Mosgiel, Abbotsford, and Brighton. Mosgiel is the most significant part of Dunedin for new housing development. The core route is Route 77 between Dunedin and Mosgiel, supported by a peak express (Route 78), a timed connecting service from Brighton and Abbotsford (Route 70) and a set of local circulators in Mosgiel (Routes 80 and 81). This procurement represents the beginning of a new round of bus contracts for the Otago region, with the previous round of changes defined by the implementation of the Public Transport Operating Model (PTOM) and the new round defined by the incoming Sustainable Public Transport Framework (SPTF). Significant network changes were implemented in the last decade, including a significant redesign of many bus routes that was largely completed by 2017, the introduction of a publicly funded network in Queenstown, the introduction of the Orbus brand in Queenstown and Dunedin, the building of the Dunedin Bus Hub, and the implementation of the Bee Card.",Awarded,,0,20250410 Otago Regional Council,29675015,Request for Proposals,Open Competition,Otago Regional Council RPMP Review,,20240701,20240731,20240826,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a Proposalfor the RPMP Review into the effectiveness of the Otago Regional Pest Management Plan contract opportunity. As required by the Biosecurity Act (1993), the Otago Regional Council (ORC) is required to implement a Regional Pest Management Plan (RPMP). The current RPMP was approved in 2019 and is currently planned to be formally reviewed in 2029. As part of the lead up to the review, the ORC would like to assess the effectiveness of the current RPMP.",Awarded,,79890,20250410 Otago Regional Council,29931590,Request for Quotations,Open Competition,LiDAR Survey and Imagery Capture of the Roxburgh Debris Flows Area of Interest (AOI) 2024,,20240807,20240902,20240925,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the LiDAR Survey and Imagery Capture of the Roxburgh Debris Flows AOI 2024 contract opportunity.,Awarded,,0,20250410 Otago Regional Council,30137959,Request for Proposals,Open Competition,Roxburgh Debris Flows: Detailed Hazard and Risk Assessment 2024,,20240905,20241004,20241125,,Sole Agency,No,,"The debris flow hazard and risk in Roxburgh has been identified but our analysis lacks detail. We require a detailed hazard and risk assessment to inform potential spatial planning and/or physical mitigation/adaptation options. However, we do not understand potential debris flow runouts, and the risk characteristics are not yet well-defined quantitatively or spatially. In addition, climate change and landscape evolution are likely to impact the magnitude and frequency of debris flows in the future, this must be considered. The study must be a hazard and risk assessment that is conservative, detailed, and spatially comprehensive for the catchments in the Roxburgh area. The study findings will be of value to a range of stakeholders: The ORC, along with the Central Otago District Council (CODC), will have a detailed and spatial understanding of the debris flow hazard and risk, from here long-term adaption/mitigation options (including spatial planning) can be designed. Emergency Management Otago can build their understanding of the potential event consequences and risks to improve the response to an event. Community members/response groups and other stakeholders will be better informed of the potential risks posed by the debris flow hazards in the Roxburgh area.",Awarded,,178900,20250410 Otago Regional Council,30154367,Request for Quotations,Open Competition,Contour Channel Regional Infrastructure Fund (RIF) - Tranche 1 - Engineering Design and Construction Monitoring Services,2024-10259,20240909,20241004,20241105,Engineering,Sole Agency,No,,"The Otago Regional Council (ORC) currently maintains several floodbanks and associated structures (including rural bridges) across the Otago region. The Contour Channel is located on private land in the West Taieri Area. The Contour Channel and the adjacent floodbank form part of the Lower Taieri Flood Protection Scheme. This opportunity involves the design of approximately 6.5km of the Contour Channel floodbank, followed by support through physical works procurement process, construction monitoring and Engineer to Contract services for multiple construction packages. This section of the Contour Channel also contains multiple structures and culverts that will are to be considered within the scope of this package. There are four (4) rural bridges crossing the channel within the length of the project. Any work associated with these bridges is excluded from this scope with the exception of any tie in or connections with the floodbank work. The Otago Regional Council plans to start construction works on this project by September 2025. This project is located on operational farms and involves work on flood protection infrastructure that is critical in protecting high value farmland, property, and strategic assets from flood hazard. The work will require careful planning and coordination to meet the needs of the client and landowners in minimising adverse effects on the farming operations and maintaining effective flood protection measures over the duration of the works.",Awarded,,336600,20250410 Otago Regional Council,30170234,Request for Proposals,Open Competition,Orbus Network Security Service,,20240912,20241010,20241101,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a Proposal for security services on the Orbus network. Otago Regional Council (ORC) is the Public Transport Authority (PTA) which contracts and funds bus services under the Land Transport Management Act (2003). ORC now wish to procure security services for its bus services.",Awarded,,0,20250410 Otago Regional Council,30423407,Request for Proposals,Open Competition,Microsoft Teams Rooms,,20241016,20241122,20250324,,Sole Agency,No,,"The primary objective of this project is to provide a consistent user experience in all meeting spaces across ORC. This will involve upgrading all meeting rooms to Microsoft Teams Rooms (MTR) standards by upgrading or replacing the current equipment to ensure compatibility and optimised functionality. We need to identify a qualified supplier responsible for the supply, installation, and ongoing support of the new MTR system. The selected supplier will be expected to provide solutions tailored to the room sizes, integrate with existing systems where possible, and offer a robust support model for maintenance and troubleshooting. The desired outcome from this RFP is to establish a preferred MTR supplier and, Understand the recommended approach for implementing MTR in all meeting rooms including the technology and support model. Understand costs to implement MTR.",Awarded,,0,20250410 Otago Regional Council,30686099,Request for Quotations,Open Competition,2024-10104 - Bridge Condition Assessments,2024-10104,20241121,20250124,20250402,Engineering,Sole Agency,No,,"The Otago Regional Council (ORC) owns and manages bridges built over ORC-scheduled drains, which provide access for pedestrians, livestock, and vehicles to private land. The purpose of this RFQ is to conduct a Principal Inspection of all these bridges and provide a detailed condition assessment and recommendations on repairs. The scope of work also includes performing a Principal Inspection of a lock structure at the Kaitangata Pump Station, as well as inspecting a concrete structure housing the winch used to operate the locks adjacent to the Rutherford Pumping Station.",Awarded,,43442,20250410 Otago Regional Council,30852211,Award Notice,Open Competition,Transport Planning Lead,,20250107,20250114,20250107,,Sole Agency,No,,"Otago Regional Council appoints RWH Consulting to the role of Transport Planning Lead. Direct appointment under Rule 10.11 of NZTA Procurement Manual: Direct appointment where competition will not help obtain best value for money. A major part of the contract is a continuation of an existing project, which would be negatively affected by a change in supplier.",Awarded,,0,20250410 Otorohanga District Council,24902283,Request for Proposals,Open Competition,Otorohanga Town Concept Plan,C1124,20211001,20211029,20220701,,All of Government,No,,,Not Awarded,,0,20250410 Otorohanga District Council,25853181,Request for Tenders,Open Competition,Otorohanga Mowing,C1129,20220525,20220530,20220705,,Sole Agency,No,,"Tenders are invited for the mowing of Councils parks, road reserves and properties within the Otorohanga Township",Awarded,,146037,20250410 Otorohanga District Council,26208355,Request for Tenders,Open Competition,Pavement Rehabilitation - Mangamahoe and Turitea Roads,C1115,20220822,20220923,20221011,,Sole Agency,No,,,Awarded,,1210365,20250410 Otorohanga District Council,26752655,Request for Tenders,Open Competition,Waipa Rural Water Supply - Additional Water Storage,C1125,20221216,20230203,20230330,,Sole Agency,No,"Otorohanga District Council, PO Box 11, OTOROHANGA 3940",,Awarded,,0,20250410 Otorohanga District Council,26764848,Request for Tenders,Open Competition,Huirimu Road Seal Extension,C1116,20221219,20230210,20230814,,Sole Agency,No,"Otorohanga District Council, PO Box 11, OTOROHANGA 3940",,Not Awarded,,0,20250410 Otorohanga District Council,26951639,Request for Tenders,Open Competition,Otorohanga Wastewater Upgrade,C1131,20230303,20230428,20230626,,Sole Agency,No,"Otorohanga District Council, PO Box 11, OTOROHANGA 3940",,Not Awarded,,0,20250410 Otorohanga District Council,27101718,Request for Quotations,Closed Competition,C1124 - Update of Public Website RFQ,C1124,20230316,20230406,20230717,,Sole Agency,No,"Otorohanga District Council, PO Box 11, OTOROHANGA 3940","The current council public website requires a refresh and redesign to be modern, clean, easy to use and designed specifically for the customer. A major focus is on the Content Management System (CMS) that staff use to manage the website. The CMS needs to be simple to use, save staff time and be scalable to the councils future needs.",Awarded,,0,20250410 Otorohanga District Council,28349017,Request for Tenders,Open Competition,Otorohanga Security Patrol Services Contract,C1141,20231026,20231116,20231213,,Sole Agency,No,,,Awarded,,0,20250410 Otorohanga District Council,29247450,Request for Tenders,Open Competition,Otorohanga Swimming Pool Complex Management Contract,C1142,20240418,20240509,20240613,,Sole Agency,No,,,Not Awarded,,0,20250410 Otorohanga District Council,29511560,Request for Tenders,Open Competition,C1153 Kawhia Toilet Cleaning,,20240531,20240621,20240718,,Sole Agency,No,,The purpose of this contract is to provide for the efficient cleaning and servicing of three public toilets and one public BBQ area in the vicinity of Kawhia.,Not Awarded,Tender Awarded,0,20250410 Otorohanga District Council,29617881,Request for Tenders,Open Competition,C1152 Kawhia Mowing & Gardening Services,,20240620,20240711,20240730,,Sole Agency,No,,"Otorohanga District Council seek to engage a lawn mowing/gardening Contractor to mow the lawns of all the parks, road frontages and Council owned properties within for the Kawhia, Aotea and Oparau Communities, also maintain the gardens in the Kawhia township.",Not Awarded,Tender Awarded,0,20250410 Otorohanga District Council,29742964,Request for Tenders,Open Competition,C1150 Otorohanga and Kawhia Water Meter Reading,,20240718,20240808,20240822,,Sole Agency,No,,"Otorohanga District Council (Council) invites tenders for Otorohanga and Kawhia Water Meter Reading Services 2024. This Tender is for reading water meters in the Otorohanga and Kawhia community water supply scheme.",Not Awarded,Tender Awarded,0,20250410 Otorohanga District Council,29851230,Request for Tenders,Open Competition,C1154 Otorohanga Mowing,C1154,20240725,20240815,20240827,,Sole Agency,No,,"OTOROHANGA MOWING Otorohanga District Council seek to engage a lawn mowing Contractor to mow the lawns of all the parks, road frontages and Council owned properties within for the Otorohanga Community.",Not Awarded,"Thank you for taking the time to prepare and submit your Tender Application. This tender has now been awarded.",0,20250410 Otorohanga District Council,30204175,Request for Tenders,Open Competition,C1157 Otorohanga DC Reseals 2024/2027,C1157,20240926,20241017,20241121,,Sole Agency,No,,"This Contract is for surface resealing at various sites throughout the Otorohanga District. These works include the undertaking of specific site treatment design, site preparation, sealing, sweeping and pavement marking. All works are located within the Otorohanga District Council Boundaries.",Awarded,,6446959,20250410 Pacific Cooperation Broadcasting Limited,21815159,Request for Proposals,Closed Competition,Pasifika HD Upgrade Project,,20191021,20191115,20191217,Corporate,Sole Agency,No,,,Awarded,,221260,20250410 Palmerston North City Council,19375633,Request for Proposals,Open Competition,Contract 3433 - Wheelie Bin RFID Supply of Hardware and/or Software,3433,20180117,20180209,20201221,,Sole Agency,No,"The TENDER BOX, Palmerston North City Council Customer Services Centre, The Square, Palmerston North","Palmerston North City Council (PNCC) are seeking Proposals from suitably qualified Suppliers to deliver one or all of the following work packages, which will together make up the complete project to provide RFID tracking and monitoring of 30,000 Recycling Wheelie Bins. 1. Supply of UFH RFID tags for all 30,000 of the PNCC Recycling Wheelie Bins, plus 1,000 additional spare tags 2. Supply and installation of RFID detection and reading equipment to both of the PNCC Recycling Collection Vehicles (2 side-loaders) compatible with the RFID tags, as well as 6 handheld RFID readers, and tablet type devices attached to each reader. Including testing, commissioning and operator training. 3. Together with supply and/or development of software that will capture read data from the tags, store and integrate it with existing PNCC IT systems to deliver PNCC Customer Services, Rates, Fleet Management and Waste Management staff the new information in a flexible and easy to use format.",Awarded,,0,20250410 Palmerston North City Council,20956087,Request for Tenders,Open Competition,Streets for People. Square East Stage 2 - Construction,,20190417,20190520,20201218,,Sole Agency,No,,"This RFT relates to the procurement of a construction contract of Landscape and Civil works including underground and above ground services. The key objectives are to 1. advance procurement of stone (Separable Portion 1) for use within 2. the main works contract (Separable portion 2) to enable construction completion prior to October 2019. Detailed Design of Stone is complete and documentation is included as part of this RFT. Developed design for the balance (broader streetscape elements listed below) is ongoing and will be completed and provided to the contractor at a later date for re-pricing preliminary drawings are included as part of this RFT.",Awarded,,0,20250410 Palmerston North City Council,21597502,Request for Proposals,Closed Competition,"Integrated Financials, Regulatory and Rating Solution",,20190913,20191014,20200304,Procurement,Sole Agency,No,,,Not Awarded,Awarded to Civica,0,20250410 Palmerston North City Council,21599958,Request for Proposals,Open Competition,"Supply of Postal, Mail Distribution and Courier Services - PNCC",,20190913,20191004,20201218,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking a solution that provides: (a) Postal services - Local Companies need to also have access to or belong to a Nationwide Service and be able to supply a next Day Delivery for all mail excluding that of Rural Delivery, Private Boxes and Private Bags. (b) Off-Site Mail distribution Local Companies need to have the ability to provide this mail distribution service and ensure that timeframes are met and any changes to these timeframes are clearly communicated. (c) Same day Courier Service Local Companies need to have the ability to provide a same day courier service locally within the surround city limits with options around 30min & 60min delivery.",Awarded,,0,20250410 Palmerston North City Council,21783791,Request for Proposals,Closed Competition,"Integrated Financials, Regulatory and Rating Solution-extension",,20191015,20191021,20200304,Procurement,Sole Agency,No,42 The Square,"The original GETS listing was inadvertently closed on the original closing date and time for this RFP. This is a new GETS listing linking to the Parent RFP in GETS #21597502. The new GETS I.D. for this RFP is 21783791. Please submit responses to PNCC's Integrated Financials, Regulatory and Rating Solution RFP by noon 21 October 2019.",Awarded,,0,20250410 Palmerston North City Council,21806835,Request for Proposals,Open Competition,Venues Palmerston North Catering RFP,,20191021,20191111,20200304,Procurement,Sole Agency,No,,"Venues & Events Palmerston North is seeking a new supplier partner to provide catering and a full-service retail offering of food services across three business streams and multiple venues. Venues & Events Palmerston north is a department within the Palmerston North City Council which manages the Conference & Function Centre and Central Energy Trust Arena, (Arena 1, Fly Palmy Arena, Arena 3, B&M Centre, Arena 5, and Playing Fields). These venues provide facilities for the hosting of Conferences, Meetings, Weddings, International/National Sporting Events, Trade Shows and Community Recreation. Venues & Events is also responsible for the Palmerston North City Council Staff Cafeteria located at the Civic Administration building. Venues & Events Palmerston North is committed to developing its reputation ensuring that Palmerston North competes and wins in attracting events to the region. It is intended that this RFP covers events and the catering and food service needs at the following venues: Central Energy Trust Arena Palmerston North Conference & Function Centre Palmerston North City Council Staff Cafeteria",Awarded,Awarded to Absolute Caterers,0,20250410 Palmerston North City Council,22765515,Request for Tenders,Open Competition,Contract 3738 - Railway Road Bore Pump Station and Chemical Storage Building,,20200603,20200707,20201221,,Sole Agency,No,,"Palmerston North City Council is seeking proposals for the construction of two freestanding concrete blockwork buildings at the Railway Road Bore Site, which will constitute a water pumping station and chemical storage building, as well as supply and installation of electrical and control systems for the entire bore headworks. The scope includes supply, installation and commissioning of all pipework and electrical systems in both buildings, and installation of the PNCC supplied pumps. The electrical and control works include installation of power cables and conduits, design and supply of the electrical cabinet and distribution board, design and supply of pump VSDs, instrument controls, PLCs, tank level indicators, telemetry and control software. Electrical designs, plans and specifications have been prepared by Southern Cross Consulting, and are included in this RFT. Building designs, plans and specifications, including Building Consent where required, have been prepared by PNCC, and are included in this RFT.",Awarded,,0,20250410 Palmerston North City Council,22789782,Request for Tenders,Open Competition,PNCC Wastewater Pipe Relining and Rehabilitation 2020 - 2022,,20200608,20200713,20201221,,Sole Agency,No,,"PNCC are seeking tenders from suitable qualified and experienced contractors for relining and rehabilitation of the PNCC wastewater network, and in some cases including laterals on private property. This contract covers our larger mains, ranging from 750mm diameter down to 300mm diameter. As well as relining of the mains, works also include pre and post CCTV inspections, epoxy coating of associated manholes and relining of associated laterals.",Awarded,,0,20250410 Palmerston North City Council,22807275,Request for Tenders,Open Competition,North Range Telemetry,,20200611,20200714,20201208,,Sole Agency,No,,"The Horizons EOC (Emergency Operations Centre) is to become a disaster recover (DR) master station/server for the PNCC water and wastewater telemetry system. The primary server remains at CAB. SCADA gateways (which interface the IP connected Master Stations to analogue radio channels) will be installed at the repeater site, directly connected to the repeaters, to allow communications to remotes from either the CAB master station or the EOC master station. Provision and installation of cable ladder and tray, height safety system, radio site earthing, DC power system on the existing tower. Relocate repeaters from the existing repeater site to the new site while minimising interruption to service. Two additional UHF repeater channels to be supplied and installed. Two new UHF channels will also be added at PT to increase capacity. The UHF channel (channel 2) at CAB will remain in the medium term. Provide a fault tolerant IP network between the PNCC Civic Administration Building (CAB), the new Horizons Council, Victoria Ave Emergency Operations Centre (EOC) and new Pahiatua Track repeater site. Including mounting of antennas and microwave dishes at both of these sites.",Awarded,,0,20250410 Palmerston North City Council,22923804,Request for Proposals,Open Competition,PNCC Wastewater Treatment Plant Electrical Upgrade Design,,20200706,20200724,20201221,,Sole Agency,No,,"The Totara Road Wastewater Treatment Plant (WWTP) is the sole treatment plant for Palmerston North city wastewater, and receives flows from the surrounding villages of Ashhurst, Bunnythorpe and Longburn as well as the Linton Army Camp. A condition assessment of the high voltage (11kV) power system and equipment at the WWTP was carried out in 2019, and a number of areas were identified as requiring urgent attention. These areas included capacity, equipment life and safety concerns. PNCC is seeking designs to upgrade the existing power system, both HV and LV, to address deficiencies and improve capability.",Awarded,,0,20250410 Palmerston North City Council,23127129,Request for Proposals,Open Competition,Animal Control Management - Afterhours Service,,20200817,20200909,20201222,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking a vendor to provide afterhours Animal Management Services. The vendor shall be responsible for responding to dog attacks, secured dogs, rushing/aggressive dogs and wandering stock complaints. Additionally, the vendor shall provide a minimum of 2 hours cover to the Pound per day for the purpose of cleaning in-use kennels, feeding and exercising impounded dogs, completing all relevant paperwork and logging any maintenance jobs. Hours of work will primarily be Monday to Thursday from 1700hr to 0800hrs, Fridays from 1700hrs to 0800hrs Monday morning, and Statutory holidays from 1700hr day prior to 0700hrs the day following. From time to time the vendor may also be asked to be asked to provide additional cover to the Animal Management (AM) team during business hours.",Awarded,,0,20250410 Palmerston North City Council,23168647,Request for Tenders,Open Competition,PNCC Holiday Park Cabin Refurbishment - 18 &19,,20200826,20200925,20201020,Procurement,Sole Agency,No,n/a,"Palmerston North City Council is seeking proposals for the sequential refurbishment of two freestanding holiday cabins at the Palmerston North Holiday Park, which provide accommodation for visitors to the region. The scope includes demolition and construction to consented plan specifications. This includes supply, installation and commissioning of all plumbing, electrical, cabinetry and windows. Building designs, plans, specifications and building consent have been prepared by Chapple Architecture, and are included in this RFT.",Awarded,,0,20250410 Palmerston North City Council,23278267,Request for Proposals,Open Competition,Body Build - Glass Recycling Trucks,,20200914,20201014,20201218,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) provide kerb-side recycling services to City residents and businesses. Provision of this service requires the use of dedicated vehicles specific to the recycled materials collected. PNCC is looking to identify a suitably experienced provider who can design and build two (2) new Glass Recycling Truck Bodies. The Truck Bodies will be fitted to suitable cab/chassis trucks to enable PNCC to provide this service over the next 8-10 years. PNCC is seeking proposals that will provide the best fit-for-purpose design to facilitate efficient glass collection, transport and disposal. Preference will be given to the solution that provides the best combination of fit-for-purpose functionality, quality, durability and reliability (QDR) in conjunction with whole-of-life value for money. Please note: After the award of this RFP, PNCC will conduct a tender process to identify a suitable cab/chassis on which the selected truck body will be mounted",Awarded,,0,20250410 Palmerston North City Council,23323629,Request for Proposals,Open Competition,Wastewater Treatment Plant Design for Biogas System Improvements,,20200922,20201016,20210114,Procurement,Sole Agency,No,,"Review of the existing WWTP biogas system (digester gas and landfill gas) with a view to improving safety and efficiency. Consideration of options and completion of concept, preliminary and detailed designs, followed by preparation of drawings and specifications suitable for tender. Provision of technical advice during tender evaluation and construction",Awarded,,0,20250410 Palmerston North City Council,23451892,Request for Tenders,Closed Competition,Contract No. 03791 Junction and Road Safety Improvements,,20201013,20201118,20210723,,Sole Agency,No,,,Awarded,This contract has been awarded to Higgins Contractors Limited,0,20250410 Palmerston North City Council,23482422,Request for Tenders,Closed Competition,"Road Maintenance, Renewal and Capital Improvement Services",,20201020,20201223,20210423,,Sole Agency,No,,,Awarded,,0,20250410 Palmerston North City Council,23489394,Request for Tenders,Closed Competition,Caccia Birch House Service Area Extension,,20201021,20201112,20210315,,Sole Agency,No,"The TENDER BOX, Palmerston North City Council Customer Services Centre, The Square, Palmerston North",,Awarded,,0,20250410 Palmerston North City Council,23526935,Request for Tenders,Open Competition,PNCC_Contract No. 03945_Inlet Screen Gantry Crane,03945,20201028,20201202,20201221,Procurement,Sole Agency,No,,This RFT is for a design and build contract for a replacement gantry crane at the Totara Road Wastewater Treatment Plant (WWTP) in Palmerston North. This facility is the sole treatment plant for wastewater from the City and the surrounding villages and continuous operation is critical.,Awarded,,0,20250410 Palmerston North City Council,23534242,Request for Tenders,Open Competition,Contract 3950 Victoria Esplanade - Park Rd Entrance and Intersection,,20201029,20201216,20210423,,Sole Agency,No,,Victoria Esplanade Park Road Entrance and Cook Street Intersection Upgrade involves the construction of a new entrance to the Victoria Esplanade and installation of traffic signals at Park Road/Cook Street intersection in Palmerston North. Palmerston North City Council (PNCC) is seeking a suitable contractor who can deliver this job in the time frame required.,Awarded,,0,20250410 Palmerston North City Council,23594404,Request for Tenders,Open Competition,Palmerston North City Stopbank Mowing CONTRACT 03965,,20201110,20201204,20210127,,Sole Agency,No,19 Mudgway Place Awapuni,"Horizons Regional Council and Palmerston North City Council jointly manage stopbanks and berms in Palmerston North City for stormwater management and flood protection purposes. Some of these stopbanks and berms also provide amenity value and are popular recreational areas. This contract is for grass cutting and vegetation management of stopbanks, berms and some walkways in Palmerston North City, as identified in schedule of pricing in RFT Response form Price only, to the extents shown on the maps in Appendix A and to the standards specified. This will be a measure and value contract. The Terms of Engagement shall be based on the NZS 3917:2013 Conditions of Contract for building and construction Fixed Term Contracts. The contract is expected to be awarded in January 2021 to allow time for set-up and handover, if necessary. Work in this contract will commence on 01 March 2021. The Contract period will be three years and thereafter reviewed at the sole discretion of PNCC and HRC for two further annual terms, one year at a time (3+1+1).",Awarded,"Vandenberg Shelter Trimmers (VST) is the incumbent contractor for much of the work included in this tender. Their submission reflected their understanding of the scope of work and high levels of performance over more than 20 years of undertaking work of this type in the region. The submission including excellent documentation around managing health and safety risks for the public and excellent management of vegetation waste. They also scored highly for the local contribution with their local machinery base and commitment to community support and charitable activities in the Manawatu. Their non-price scores reflected their excellent understanding of the scope of work, exceptional performance in delivering the service to date and commitment to safe work practices and local employment. Perkins Contracting and Mowing (PCM) is a relatively new company. The nominated experience was for significantly smaller and shorter term contracts. PCM was not able to nominate dedicated personnel for this work but indicated that they would recruit staff on award of the Tender. They also indicated that management of the work would be undertaken from Lower Hutt. Our subject expert Dave Evans also expressed significant concern that the prices proposed were likely to be below cost and unsustainable. The submission was not excluded but was given low scores for the non-price attributes due to the lack of relevant experience, unproven capability and limited local contribution. The Fulton Hogan (FH) submission referenced significant resourcing due to it being a significant national company. The nominated track record comprised largely vegetation management of road reserves and road berms only. There was no direct experience of vegetation management on stopbanks and drainage reserves with significant public recreational use. Their non-price scores reflected their capability but limited track record relevance as well as the reliance on machinery maintenance services in Petone.",167000,20250410 Palmerston North City Council,23597708,Request for Tenders,Open Competition,PNCC - Seismic Strengthening Pre-Aeration and Sedimentation Facility,03984,20201111,20201202,20201221,Procurement,Sole Agency,No,n/a,The Totara Road Wastewater Treatment Plant (WWTP) Pre-Aeration and Sedimentation facility has been identified as an earthquake prone building. This contract will involve de-loading the building through removal of precast panels and replacement with a lightweight perimeter wall and awning.,Not Awarded,,0,20250410 Palmerston North City Council,23629229,Request for Quotations,Closed Competition,Contract 03970 Seal Extension Project 2020/2021,,20201116,20201208,20210723,,Sole Agency,No,,"This project is to carry out the sealing works for the below roads : 1) Worcester Street, Ashhurst 2) Davis Road, Ashhurst 3) School Road, Beaconsfield Street & Wellington Street, Linton 4) Sangsters Road, Bunnythorpe Scope including: Overlaying and shaping of the existing pavement Preparing surface and Chipsealing Removal of high shoulders Construction of roadside drain",Awarded,This contract has been awarded to Fulton Hogan Limited,0,20250410 Palmerston North City Council,23681858,Request for Tenders,Open Competition,PNCC Water Treatment Plant - Filter Valve Pneumatic Actuator Installation,,20201125,20210115,20210517,,Sole Agency,No,,"This contract will include; Supply and installation of 58 new actuators (design and selection has been completed by others), in the operating plant; Fabrication and installation of three local control panels; All connections of pneumatic and electrical services to local control panels; PLC programming to accommodate the new mode of valve actuation. PNCC is seeking contractors who have previously worked in the food processing or water supply industries, and with experience in all the above aspects of work. These works will be carried out in an operating water treatment plant, so a Contractor who can demonstrate their ability to work in close coordination with the plant operators, and who can manage tight programming to accommodate limited shut down periods, will be required. Work practices which ensure that treated water is not exposed to contaminants during the installation will be essential.",Awarded,,0,20250410 Palmerston North City Council,23714935,Request for Tenders,Open Competition,PNCC - CCTV Pipe Inspections 2020 - 2023,,20201201,20210115,20210517,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) is calling for tenders for the visual inspection of wastewater and stormwater mains within Palmerston North, for a three year period. The total length of pipelines to be inspected is approximately 28km, to be delivered over the three years, with roughly the same value of expenditure in each year. Pipe diameters range between 150mm and 5,500 mm. This contract will be an NZS 3917 Measure and Value contract.",Awarded,,0,20250410 Palmerston North City Council,23849377,Request for Proposals,Open Competition,Richardsons Line - Detailed Design for Road Upgrade and New Services,,20210115,20210212,20210614,,Sole Agency,No,,"Palmerston North City Council wishes to procure services for the detailed design for the road and new water and wastewater services for Richardsons Line and Setters Line. The design will also need to make provision for any third party utilities including power, gas and telecommunications where these are planned to be provided to the area. The detailed design will need to provide for a staged construction of some elements of the infrastructure as part of a later second stage. Requirements of the design include: - Pavement design for Richardsons Line to accommodate the potential for special purpose vehicles carrying dedicated containerised freight between the businesses and the planned Kiwirail freight hub - Upgrade of a 900m length of Setters Line - A tie in to proposed road connection to Aldersons Line and consideration of a future roundabout at the existing Roberts Line intersection - Standard designs for commercial vehicle crossings accessing either road which meet Councils standard and can accommodate the specific road geometrics and services layout - Design for water supply and wastewater services as detailed in Appendix B and C",Awarded,,0,20250410 Palmerston North City Council,23849435,Request for Proposals,Open Competition,Ferguson Pitt Intersection - Design for Signalisation and Road Widening,,20210115,20210212,20210614,,Sole Agency,No,,,Awarded,,0,20250410 Palmerston North City Council,23932293,Request for Tenders,Open Competition,Contract 4010 - Aerated Lagoon Sludge Dewatering Trial,,20210203,20210224,20210517,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking a supplier with the necessary resources and expertise to remove approximately 22,000m3 of settled sludge from the pre-aeration lagoon at our Wastewater Treatment Plant (WWTP). The removed sludge will be pumped 400m overland, and up an elevation of 22m, before being discharged to a geotextile bag and treated as necessary to encourage dewatering. All filtrate must be contained and drained back to the WWTP. PNCC would prefer that all work to remove the sludge from the lagoon be completed before 30 June 2021.",Awarded,,0,20250410 Palmerston North City Council,23973893,Request for Proposals,Open Competition,Palmerston North City Council Lighting Display and Demonstration,,20210217,20210309,20210719,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) seeks proposals for the assessment, design and procurement of a fixed, semi-permanent or mobile lighting asset to integrate into a City CBD street that is planned for renewal this year.",Not Awarded,"Tender cancelled and cancellation letters sent out. PNCC has determined that it would be in its best interest to cancel the solicitation and reject all proposals, due to changes in the scope.",0,20250410 Palmerston North City Council,23999905,Request for Tenders,Open Competition,Water Treatment Plant Seismic Strengthening,,20210219,20210319,20210501,,All of Government,No,,"Water Treatment Plant seismic strengthening. Infill block walls demolition with new reinforcing concrete walls installed. Structural steel roof reinforcement in second floor storage area.",Awarded,,0,20250410 Palmerston North City Council,24066576,Request for Proposals,Open Competition,Civic & Cultural Precinct Master Plan Consultancy Services,,20210309,20210414,20210624,Procurement,Sole Agency,No,,"PNCC, in collaboration with Museum, Arts, Culture and Creative Sector organisations, has been active over the years in developing a series of studies / proposals to upgrade and enhance many of the facilities in the City. These significant contributions have been separately focused on each of the respective interests, e.g. Library, Art Gallery, Museum. Further, some of these studies have been conducted over various timeframes and thus the base reference points are slightly different and not suitable for comparison or integration. This procurement relates to the identification of a consultant or consortium of consultants who can develop for PNCC a Civic and Cultural Precinct Master Plan utilizing the best international references to propose upgrades to, and integration of, cultural facilities and infrastructure that will enhance community engagement and strengthen the commercial core of the City.",Awarded,,690045,20250410 Palmerston North City Council,24310177,Request for Proposals,Open Competition,Supply of Workwear Apparel,,20210517,20210531,20210707,Procurement,Sole Agency,No,,"What we require Palmerston North City Council (PNCC) is seeking a preferred supplier, who can deliver a leading B2B ecommerce solution, with demonstrated capabilities to source and/or manufacture, brand and supply workwear. On the back of a recent rebrand, PNCC has an opportunity to consolidate and standardise workwear requirements across the council and to streamline and improve the sourcing processes and procedures to achieve efficiencies and tangible benefits.",Awarded,,0,20250410 Palmerston North City Council,24322324,Request for Quotations,Closed Competition,Contract 4032 PNCC Pump Stations Electrical Cabinet Upgrades,4032,20210519,20210602,20220315,Procurement,Sole Agency,No,,PNCC wishes to engage a suitably experienced Contractor to carry installation of four pump station electrical cabinets and renewal of a fifth. Scope includes the removal of redundant cabinets and replacement of some ground plinths. Upon completion of the first five cabinets this contract will be continued for installation of two cabinets to be replaced annually for the next three years,Not Awarded,,0,20250410 Palmerston North City Council,24323654,Request for Tenders,Closed Competition,Contract 03968 - PNCC Crematorium Seismic Strengthening,3968,20210519,20210617,20210801,Procurement,Sole Agency,No,,This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the PNCC Crematorium Seismic Strengthening contract. Following the RoI completed in December 2020 this RFT is the second step in the contract procurement process.,Not Awarded,,0,20250410 Palmerston North City Council,24386973,Request for Tenders,Open Competition,Cuba Street Stage 2 Redevelopment (Construction),PNCC# 03826,20210603,20210805,20220201,,Sole Agency,No,,"Palmerston North City Council (PNCC) requires a supplier/main contractor to provide construction services for the re-development of Cuba Street, Palmerston North in the section from George Street to Rangitikei Street. The project works includes realignment of roading, redevelopment of pedestrian areas and carparking, and new garden areas in the retail environment near the intersection of Cuba and Rangitikei Street. This is a busy urban city-centre area and, as such, the project comprises significant stakeholder and traffic management. The successful supplier must have experience delivering similar works in busy urban city-centre environments and will be able to demonstrate robust project methodology which minimises disruption, a strong stakeholder management track record, and the appropriately skilled or experienced personnel to deliver. It is expected that construction will take no more than three (3) months and must be predominantly completed by 30 November 2021. Appendix 4. Our Proposed Contract has not been included at the time of posting but will be added as an addended to this RFT as soon as practicable.",Awarded,,0,20250410 Palmerston North City Council,24591605,Request for Tenders,Open Competition,Ngahere Park Reservoir Shut Off Valves,03711,20210723,20210913,20211110,,Sole Agency,No,,"Palmerston North City Council (PNCC or Council) requires a supplier/main contractor for the installation and commissioning of two shut-off valves and associated ancillary works at Ngahere Park Reservoir accessed from Oram Drive, Palmerston North. This work forms part of Councils broader programme of work to improve the seismic resilience of this and other water assets around Palmerston North City. The project works includes Installation of a new isolation shutoff valve, Automation of an existing valve, installation of a Seismic control panel, and Installation of water flow meter with associated piping and manholes. The preferred supplier will be the supplier who can demonstrate the right combination of expertise and experience, capacity, methodology and price. Suppliers must have experience with projects involving municipal / potable water to be considered. It is expected that construction may take approximate four (4) months.",Awarded,,0,20250410 Palmerston North City Council,24596334,Request for Tenders,Open Competition,Redundant Wastewater Mains - Decommissioning,,20210726,20210818,20210830,Procurement,Sole Agency,No,,"This tender is for the decommissioning of redundant wastewater mains by filling with a highly flowable fill, lightweight grout, foam concrete or other similar product. The approximate volume of work is as follows; 255m of 600mm dia pipe (1 location) 612m of 450mm dia pipe (4 locations) 4m of 150mm dia pipe (1 location) All within Palmerston North.",Awarded,,0,20250410 Palmerston North City Council,24816835,Request for Tenders,Open Competition,City Wide Tree Maintenance,,20210915,20211021,20211030,Procurement,Sole Agency,No,,"Palmerston North City has more than 13,600 street trees which require routine maintenance to keep them healthy, to keep the road corridor safe and to optimise the street amenity value. This work is a substantial contribution to the safety and appearance of the city that you can be a part of. PNCC are putting in place a strong strategic approach to tree maintenance, planning to ensure that each tree is regularly inspected and maintained in a way that will show the community that Council is providing regular attention to their street environment. Palmerston North City Council will divide the city street trees into two discrete Contract Areas, and through this opportunity is seeking to engage arborists who can provide routine maintenance, tree inspection and new tree planting services in each of these Contract Areas for a minimum period of 2 years, with a possible extension of 2 + 1 additional years, based on performance. Two separate contracts are on offer through this tender process. Respondents may tender for one or both contracts, with each contract being evaluated separately, however no one tenderer will be awarded both contracts.",Awarded,,0,20250410 Palmerston North City Council,24838246,Request for Proposals,Closed Competition,Enterprise Integration Platform (EIP),,20210920,20211015,20220701,Procurement,Sole Agency,No,,"PNCC are seeking the services of a professional vendor knowledgeable in solution design, implementation, and on-going support for a fit for purpose, robust and user-friendly Enterprise Integration Platform.",Awarded,,0,20250410 Palmerston North City Council,24900700,Request for Tenders,Open Competition,PNCC Social Housing Healthy Homes Compliance,,20211001,20211022,20211203,,Sole Agency,No,,"Palmerston North City Council (PNCC or Council) requires a supplier/main contractor to supply and install heating and ventilation units in its Social Housing tenancies across Palmerston North. This work ensures PNCC can meet the Health Homes Compliance requirements as part of the New Zealand Governments Health Homes Standards. Critically PNCCs social housing units must be compliant by 30 June 2023. The project works includes supply and installation of new heat pumps, bathroom fans and kitchen fans in houses across the City. It also involves removal and disposal of existing non-compliant heaters and fans and making good. Electrical heaters which are in good condition will be on-sold and whilst not a requirement, PNCC will consider a proposal from the supplier to do this. The preferred supplier will be able to demonstrate a fit for purpose solution, a robust methodology that achieves on time completion, and price. We have already assessed which units in each property are non-compliant and therefore, what needs replacement. Broadly, the scale of the work involves: Installation of either one or all three components into 341 social housing units 312 x heating units need to be supplied and installed 206 x bathroom extraction fans to be supplied and installed 291 x kitchen extraction fans to be supplied and installed 284 x electric heaters to be removed and on-sold 3 x gas heaters to be disconnected and removed 44 x bathroom fans to be removed kitchen fans to be removed",Awarded,,0,20250410 Palmerston North City Council,24949623,Request for Quotations,Closed Competition,Roofing Projects RFQ,,20211012,20211105,20211213,Procurement,Sole Agency,No,,"PNCC is looking for credible contractors who have the capability, experience and capacity to undertake roof replacements and roof repair work. Contractors need to have an excellent track record in managing similar projects and associated site-specific Health and Safety plans.",Not Awarded,,0,20250410 Palmerston North City Council,25121723,Request for Proposals,Closed Competition,PNCC Waste Assessment and SWAP 2021,,20211118,20211222,20220203,Procurement,Sole Agency,No,,PNCC is seeking proposals to carry out a Waste Assessment sufficient to meet the requirements set out in the Waste Minimisation Act 2008 and to inform the upcoming WWMP review. The waste assessment is designed to enable PNCC to accurately profile the quantities and types of waste within the city and to set realistic and achievable targets for waste minimisation and diversion which account for future waste trends and demands.,Awarded,,0,20250410 Palmerston North City Council,25163512,Request for Quotations,Open Competition,Airport Drive PRV Station,,20211124,20211221,20220124,Procurement,Sole Agency,No,7 Jamesdale Court,"This contract involves the installation of a Pressure Reducing Valve Station on Airport Drive which will link the PNCC and PNAL water reticulation networks ensuring the reticulation networks operate under a safe, more moderate but satisfactory pressure. PNCC is seeking a contractor who is experienced in this type of work, who is familiar with the Health and Safety and environmental risks particular to this type of work and who has the resources in place to mitigate these risks. The selected contractor will programme the work to minimise disruption to public and residents by completing all works in a logical phased manner and maintaining a tidy site.",Awarded,,0,20250410 Palmerston North City Council,25238262,Request for Proposals,Open Competition,Motor Vehicle GPS Telemetry Services,,20211213,20220131,20220321,Procurement,Sole Agency,No,,Palmerston North City Council are seeking an effective Motor Vehicle GPS Telemetry Service that supports in providing a healthy and safe work environment for our staff and employees whilst creating efficiencies across resources and administration.,Awarded,,0,20250410 Palmerston North City Council,25321201,Request for Tenders,Open Competition,Memorial Park Changing Room Upgrade RFT,,20220119,20220211,20220228,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking proposals for the redevelopment and refurbishment of the changing rooms block within Memorial Park. The scope includes retaining the existing roof structure and the construction of new exterior and interior walls to create the new expanded and upgraded facility. The completed facility will provide several independent changing room facilities along with a disability friendly changing facility. There will also be external toilets to be used by park patrons. The project includes the supply, installation and commissioning of all plumbing and electrical, along with interior walls",Awarded,,0,20250410 Palmerston North City Council,25321375,Request for Tenders,Open Competition,Holiday Park Cabin Refurbishments4&5,,20220119,20220211,20220315,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking proposals for the sequential refurbishmentof two freestandingholidaycabinsat the Palmerston North Holiday Park, which provide accommodation forvisitors to the region.The scope includesinternal demolition and construction to consented plan specifications. This includes supply, installation and commissioning of all plumbing, electrical, cabinetryand windows. Re-piling and increasing the floor level of both cabinsis also required as per the consented drawings.",Not Awarded,No Responses,0,20250410 Palmerston North City Council,25528647,Request for Tenders,Open Competition,Contract 04118 ANIMAL SHELTER,,20220311,20220428,20220701,,Sole Agency,No,,"This procurement relates to the delivery of the new animal shelter on 115 Totara Road, Awapuni, Palmerston North. This project includes: - an admin block (reception area, meeting room, staff office, changing room, etc.) - an isolated kennel (8 rooms for animals, assessment room, kitchen and store) plus the chemical store and dog wash area - a dangerous dog kennel (11 rooms for dangerous dogs and exercise areas, kitchen and laundry) - two typical kennels (@12 rooms for general dogs and exercise areas, small dogs, puppy, special size room, store, etc.) and related landscape, carparking and miscellaneous works. One of the typical kennels will be a separable portion.",Awarded,,0,20250410 Palmerston North City Council,25643262,Request for Tenders,Open Competition,WWTP HV and LV Electrical Renewals (and Associated Works),4126,20220404,20220512,20220826,Procurement,All of Government,No,,"Palmerston North City Council (PNCC or Council) requires a supplier/main contractor to install and commission a Low Voltage electrical cabinet and High Voltage 11KV transformer at the Wastewater treatment plant accessed from Totara Road, Palmerston North. This work forms part of the Councils broader programme of work to improve and expand the electrical supply capacity of the WWTP to maintain the current level of service. The project mainly relates to upgrading and replacing the current HV incomer and LV sub mains to ensure that the electrical supply network has enough capacity for future equipment upgrades and to replace all electrical switchgear that is unsafe to operate or outdated. The preferred supplier will be the supplier who can demonstrate the right combination of expertise and experience, capacity, methodology, and price. Suppliers must have experience with projects involving HV/LV electrical systems to be considered. This contract consists of two key work packages: Work Package 1A Upgrade High Voltage (HV) incomer. The primary electrical equipment (11kV switchgear, transformer, Main Low Voltage Switchboard, Generator, and fuel tank) will be positioned along the west side of the main control building adjacent to the existing 11kV switchgear and transformer rooms. Work Package 1B Main switchboard upgrade: A new Low Voltage Main Switchboard (MSB1) will be located in the old boiler room, where the existing Lift Pump DB is currently located. Complete structural modifications to the old boiler room to accommodate the new MSB1 will be part of the works. (install beams to strengthen the floor, drill cable entry holes in the floor, install a raised floor). PNCC would like to nominate EMF to supply the equipment/Switchboard for work package 1B.",Not Awarded,Cancelled,0,20250410 Palmerston North City Council,25798352,Request for Tenders,Open Competition,Ferguson Street Road Widening and Traffic Signal Installation,4133,20220516,20220614,20220901,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) requires a contractor to upgrade the intersection of Ferguson and Pitt Streets in Palmerston North. PNCC needs a contractor with experience in road construction in busy urban environments. The project includes the installation of traffic signals, road widening, concrete works, drainage, and reconstruction of the existing road. Contractors must also be experienced in managing multiple stakeholders. This intersection is in a busy urban environment near the centre of Palmerston North. Experience in managing multiple stakeholders is important to PNCC. Contractors will need to demonstrate experience in all aspects of construction required or use experienced sub-contractors. Contractors will also need to be have experience in working around/near multiple underground services.",Awarded,,0,20250410 Palmerston North City Council,25913485,Request for Tenders,Open Competition,Contract 4059 - Three Waters and Waste Mechanical and Electrical Maintenance and Minor Capital Works,,20220608,20220729,20230228,Procurement,Sole Agency,No,n/a,"Palmerston North City Council (PNCC) is seeking an experienced mechanical and electrical contractor to undertake preventative and reactive maintenance as well as minor renewals and capital upgrades of its water and wastewater treatment plants, three waters network pump stations and solid waste sorting and handling equipment. PNCC is looking for a contractor who can take ownership of ensuring asset information held by the Council is accurate and can contribute to the development of an optimised and robust renewal and upgrade work programme. This contract is being established to improve consistency and efficiency with respect to mechanical and electrical maintenance services. Furthermore, this contract is designed to improve understanding of the condition and performance of the assets as well improve the capture and recording of asset data, to enable better decision-making on the scope and timing of maintenance as well as renewal and upgrades to the assets involved.",Awarded,,0,20250410 Palmerston North City Council,26040222,Request for Tenders,Open Competition,Awapuni Resource Recovery Centre Upgrade,4128,20220712,20220805,20221017,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking proposals for the redevelopment and refurbishment of the administration block at our Resource Recovery Centre based in Awapuni. The scope includes retaining the existing structure of the administration block and the construction of new interior and exterior walls with roofing to create the new expanded and upgraded facility. The completed facility will provide an additional office, meeting room, drying room, toilet facilities and staff room. The project includes the supply, installation and commissioning of all plumbing, electrical, and fire protection systems.",Awarded,,0,20250410 Palmerston North City Council,26231372,Request for Tenders,Closed Competition,WWTP LV ELECTRICAL RENEWALS (AND ASSOCIATED WORKS),,20220826,20220919,20221212,Procurement,Sole Agency,No,,"This RFT (Request for Tender) relates to the purchase of construction services (including ancillary works) to install LV electrical equipment at the wastewater treatment plant on Totara Road, Palmerston North.",Awarded,Alternative Methodology.,359973,20250410 Palmerston North City Council,26273282,Request for Proposals,Closed Competition,Corporate Planning Tool,,20220905,20220927,20221122,Procurement,Sole Agency,No,,"As a local government territorial authority, we have a responsibility to maintain and deliver city services, such as parks and reserves, waste management, water supply and events, amongst other duties, for the city to meet civic, economic, health and wellbeing outcomes. To ensure these commitments are planned and funded council undertakes triennial long-term planning with at least a ten-year outlook of activities and associated budgets required to deliver strategic plans and maintain the existing levels of service. This RFP is sourcing a solution to enable the long-term plan (LTP) end to end business process, which internally we call Corporate Planning.",Awarded,,0,20250410 Palmerston North City Council,26281809,Request for Tenders,Open Competition,Fitzherbert Park Grandstand GF Changing Rm Upgrade,,20220906,20221007,20221101,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Palmerston North City Council,26514505,Request for Tenders,Open Competition,Contract 04147 Civic Administration Building Seismic Strengthening Project,,20221021,20221214,20230405,Procurement,Sole Agency,No,32 The Sqaure,"This project aims to strengthen the buildings to comply with the current Building Act. It comprises four associated buildings: the Civic Administration Building (CAB), Link Block Building, Council Chamber Building, the Retail Building and the Piazza. The contractor is required to undertake the works in a live business environment and work out their own methodology according to the actual site situations and constraints identified from the environment, e.g., offices, carparks, business areas, restaurants, etc. The construction duration is 24 months and starting in year 2023.",Not Awarded,Budget was not provided by Council for this work to take place,0,20250410 Palmerston North City Council,26520439,Request for Tenders,Open Competition,Arena 3 Roof Upgrade - Contract 04178,4178,20221021,20221214,20230220,Procurement,Sole Agency,No,,"This procurement relates to the construction of roof upgrade and relocation of existing building services, etc., above the facilities area, i.e. changing rooms and toilets, at Arena 3 off Pascal Street, Palmerston North. The Works to which this document refers involve the construction services for (and refers to tender drawings): - Demolition of part of the existing roof and building services (above the changing rooms and toilets) to the Pascal Street frontage of Arena 3 - Construction of a new roof section (including steel structure and roofing), new seismic ceilings, lighting and mechanical and fire services to suit the new ceiling - Relocation of existing building services system from the old roof to the new roof section - Minor refurbishment of change rooms (new flooring, make good interior linings, etc.)",Not Awarded,,0,20250410 Palmerston North City Council,26661588,Request for Proposals,Open Competition,Conferencing System and Support - Council Chamber Upgrade,,20221122,20230106,20230504,Procurement,Sole Agency,No,,"This RFP relates to the council chamber technology upgrade project which includes the design, procurement, installation, integration testing and commissioning of the conferencing system in the council chamber. Ongoing support and maintenance of equipment will be required.",Awarded,,0,20250410 Palmerston North City Council,26885944,Request for Quotations,Open Competition,Off-Site Mail Distribution and Same Day Courier Service,,20230201,20230228,20230602,Procurement,Sole Agency,No,,"We are seeking a service provider that can provide the following services: o Off-Site Mail distribution to provide mail distribution service and ensure that timeframes are met and any changes to these timeframes are clearly communicated. o Same day Courier Service to provide a same day courier service locally within the surround city limits with options around 30min & 60min delivery.",Awarded,,0,20250410 Palmerston North City Council,27045252,Request for Proposals,Open Competition,Project Management Solution,,20230307,20230403,20230801,,Sole Agency,No,,"This RFP relates to procurement of an end-to-end enterprise-wide project management solution. Respondents should indicate which of the following approaches they would recommend in an environment of our size and diverse offerings, and provide costs based upon the following: Consultancy to perform design, implementation, and migration to the new environment Training services. Long term maintenance, licensing, and support services until end of 2027 (tentative)",Awarded,,0,20250410 Palmerston North City Council,27486650,Request for Proposals,Open Competition,Security Services RFP,,20230601,20230630,20231201,Procurement,Sole Agency,No,,"This contract relates to the delivery of a full range of Security Services required by the Palmerston North City Council. Our security requirements cover a range of general and specialised services. Our security requirements have been divided into three packages of works. These packages reflect our different service requirements between Physical Security, Noise Control and Bylaws Services (noise control, smoke complaints, amusement device inspections) and Animal Management Afterhours.",Not Awarded,,0,20250410 Palmerston North City Council,27486919,Request for Tenders,Closed Competition,Greens Road Retaining Wall,4224,20230601,20230630,20230901,Procurement,Sole Agency,No,570 Featherston Street,"Greens Road, as a result of the storms in July and August of 2022, suffered storm related damage. PNCC has developed a design response and now wants to enter a contract with a supplier who has experience in: Experience in successfully delivering civil construction builds Track record of success in completing civil retaining structures in the roading corridor Managing the day to day health & safety of construction sites that they control; Managing multiple subcontractors traffic management, pipework and drainage, road construction/rehabilitation Managing change/disruption/access for residents on the road and providing clear communication Managing environmental factors such stormwater run-off and dust into neighbours when undertaking civil construction",Awarded,,0,20250410 Palmerston North City Council,27501116,Request for Tenders,Closed Competition,Cook St and College St Roundabout Upgrade,4215,20230606,20230629,20231002,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) requires a contractor to upgrade the roundabout at the intersection of Cook and College Streets in Palmerston North. PNCC needs a contractor with experience in road construction in busy urban environments. The project includes the upgrade of stormwater services under the roundabout. Contractors must also be experienced in managing multiple stakeholders. This intersection is in a well-travelled urban environment and is a primary route from a large urban area to the city centre, numerous schools and several large parks and sports grounds in Palmerston North. Experience in managing multiple stakeholders is important to PNCC. Contractors will need to demonstrate experience in all aspects of construction required or use experienced sub-contractors. Contractors will also need to have experience in working around/near multiple underground services.",Not Awarded,Cancelled due to lack of budget,0,20250410 Palmerston North City Council,27564991,Request for Tenders,Open Competition,Setters Line South Upgrade Stage 2,4229,20230619,20230717,20230821,Procurement,Sole Agency,No,,"This procurement relates to the reconstruction of Setters Line Road stage 2 in Palmerston North. Stage 1 was the construction of the footpath on the eastern side of the road and it is excluded from this project. The upgrade of the road would enable expansion of commercial development in the area by providing a road suitable for heavy duty vehicles and ability to connect to upgraded utilities. This RFT relates to the purchase of services from a roading contractor with the ability to provide construction for the upgrade of Setters Line. The scope of work includes: Widening of existing road Pavement construction Footpath construction",Awarded,,0,20250410 Palmerston North City Council,27638662,Request for Tenders,Closed Competition,Transport Choices Public Transport Bus Shelters,,20230629,20230720,20230918,Procurement,Sole Agency,No,,"PNCC wishes to engage a suitable manufacturer to progress the concept designs of bus shelters into detailed design, manufacture, delivery and installation in locations within Palmerston North City. Tranche 1: 82 shelters (56 Type 2, 6 Type 3, 20 Type 4) on New Routes, at New Stops, and all Urban Intervention type 4. Installation complete by end of January 2024. Tranche 2: 50 or more further shelters dependent on price and manufacturers ability to deliver. Installation complete by end of May 2024.",Awarded,,0,20250410 Palmerston North City Council,27701169,Request for Proposals,Open Competition,City Centre Indicative Business Case,,20230712,20230811,20230925,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC), working with key stakeholders, recently completed the Palmerston North Integrated Transport Initiative (PNITI) business case which seeks to manage planned economic growth, support the freight and distribution potential of the region, address safety issues and improve the liveability of residential areas and city centre. The programme has been staged with a number of transport and urban amenity benefits achievable in the shorter term through lower levels of investment. This includes online corridor and intersection upgrades for safety, access and amenity, together with safer speeds. Enabling streets for people is an early action arising from PNITI and one which PNCC has been delivering on for a number of years through various projects and plans. In 2010 Palmerston North City Council (PNCC) commenced a new urban design journey to address many years of poor design outcomes for the City, including the City Centre. In 2018 PNCC set a vision of Small City Benefits, Big City Ambition. We identified City Centre Transformation as being one of our top City Shaping moves. Our strategic goals of being both an innovative and growing City and a creative and exciting City set the course of action and the plans to achieve this. More recently we have been delivering Streets for People, a programme of streetscape works informed by the City Centre Framework (CCF) and City Centre Streetscape Plan (CCSP) which lays out the high-level urban design direction and vision for streetscape change. Currently, no overarching business case exists for PNCC existing programme of transport-related capital works within Palmerston Norths City Centre and the accessing central New Zealand rural ring road PBC has stalled following the completion of PNITI. As a consequence it is unclear what the scale of impact, and importance, is of a reconfigured central city, on the goals and timing of the wider PNITI programme as well as a lack of clarity and alignment with stakeholders around fit with councils broader strategic direction and intended outcomes/benefits.",Awarded,,0,20250410 Palmerston North City Council,27807392,Request for Proposals,Open Competition,Provision of consultancy services to update PNCCs Area Traffic Model,,20230801,20230825,20230925,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) is seeking an experienced consultancy service to deliver an update to the existing Palmerston North Area Traffic Model (PNATM) that is fit-for-purpose, fully documented and aligns with best practice modelling guidelines and standards.",Awarded,,0,20250410 Palmerston North City Council,27829104,Request for Proposals,Open Competition,Legal Services Panel,,20230804,20230901,20240229,,Sole Agency,No,,"Palmerston North City Council (Council) is looking to create a Legal Services Panel (the Panel) to support its statutory functions and outputs and our evolving needs in a time of change for the sector. The Panel will provide timely, pragmatic, and defensible solutions for the challenges and opportunities facing our organisation. We are looking for legal service providers who can help us evaluate what is possible, with clear advice, that assists the organisation and provides practical solutions. The objective of this Response for Proposal (RFP) process is to obtain sufficiently detailed information from you, the prospective providers of legal services, about your organisation and your ability to provide these services. This enables us to select and appoint a number of proactive and partnership driven legal service providers to enhance our strategic outcomes.",Awarded,,0,20250410 Palmerston North City Council,27930617,Request for Tenders,Closed Competition,Palmerston North - CCTV Pipe Inspections 2023-25,4226,20230822,20230926,20231108,Procurement,Sole Agency,No,,Palmerston North City Council (Council) is looking for a provider to carry out Closed Circuit Television (CCTV) inspection services for stormwater and wastewater systems maintained by Council.,Awarded,,538074,20250410 Palmerston North City Council,27956099,Request for Tenders,Open Competition,High Voltage Electrical Upgrade Wastewater Treatment Plant,,20230824,20230921,20231026,Procurement,Sole Agency,No,,"Scope The scope of the work is fully described in the Principals Project Requirements in Section B.2, and includes but is not limited to the key items of work as listed below and in accordance with this Request for Tender (RFT): * Provision of final detailed design for the new HV equipment and metering; * Upgrade of High Voltage (HV) 11kV power supply, incomer, metering, distribution and transformer",Awarded,,0,20250410 Palmerston North City Council,28170756,Request for Tenders,Closed Competition,04196 Glenburn Road Retaining Wall,4196,20230925,20231107,20231206,Procurement,Sole Agency,No,570 Featherston Street,"A sequence of storms in July and August of 2022 caused localised flooding and ground saturation. This resulted in several land slips throughout the city. It was the wettest July since 1956. Glenburn Road was one of a number of roads around the network that had the highest risk, in terms of ongoing safety and provision of road accessibility, Glenburn Road is a cul-de-sac. There are 22 properties on the road, 19 of which are accessed past the point of the slip. There is no alternative access for the residents to their properties except past the slip. PNCC wants to enter into a contract with a contractor that has: Experience in successfully delivering civil construction builds Track record of success in completing civil retaining structures in the roading corridor Managing the day to day health & safety of construction sites that they control; Managing multiple subcontractors traffic management, pipework and drainage, road construction/rehabilitation Managing change/disruption/access for residents on the road and providing clear communication Managing environmental factors such as stormwater run-off and dust into neighbouring properties when undertaking civil construction",Awarded,,1714633,20250410 Palmerston North City Council,28238439,Request for Tenders,Open Competition,Whakarongo Attenuation Pond,4243,20231006,20231113,20231205,Procurement,Sole Agency,No,,"Refer Request for Tender document. Note Schedule of Prices replaced by correct file per addenda / NTT.",Not Awarded,,0,20250410 Palmerston North City Council,28291615,Request for Quotations,Open Competition,Environmental Services RFQ,,20231018,20231101,20240902,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Palmerston North City Council,28308583,Request for Tenders,Open Competition,Summerhill Drive Cycleway Improvements,4259,20231018,20231110,20240311,Procurement,Sole Agency,No,,"This project is being tendered by Palmerston North City Council, with partial funding by Waka Kotahi under their Transport Choices programme, which promotes active transport. We are looking for a competent construction supplier for a major separated cycleway project, building the links that create a network across the city, connecting to existing on-road and off-road cycling infrastructure. The project is the development and implemention a 2.5km on-road cycleway along Summerhill Drive as follows: from Tennent Drive to Pacific Drive, consolidated with Waka Kotahi State Highway 57 on the southern end a section that includes a big box retailer (New World), residential properties, a IPU tertiary college in Aokautere Drive and a few SMEs. In the wider area, Massey University is to the west of Summerhill Drive through Tennent Drive. The construction will include the following: Remove existing line marking. Install raised crossing Platforms. Install cycleway Barriers. New line marking Pavement realignment",Not Awarded,No award due to loss of the Transport Choices funding.,0,20250410 Palmerston North City Council,28309833,Request for Tenders,Open Competition,Featherston Street Cycleway Improvements,4260,20231018,20231110,20231205,Procurement,Sole Agency,No,,"This project is being tendered by Palmerston North City Council, with partial funding by Waka Kotahi under their Transport Choices and Streets for People programmes, which promote sustainable transport options and active transport. We are looking for a competent construction supplier to undertake a major separated cycleway project, building the links that create a network across the city, connecting to existing on-road and off-road cycling infrastructure. This project is for the development and implementation of a 3.4km on-road cycleway along Featherston Street as follows: -Botanical Road to Aroha Street a 1,300m section that includes residential properties, some small SMEs and the Takaro Bowling Club. In the wider area, Arena Manawatu is to the south of Featherston Street, bounded by Waldegrave Street, Cuba Street and Pascal Street. -Aroha Street to North Street - an 800-metre section that encompasses the SH3 intersection with Rangitikei Street. -North Street to Ruahine Street a 1,300m section that includes some SMEs, a church and residential properties. Freyberg High School is to the north of Featherston Street, leading accessed by Freyberg Street, intercepting Featherston Street. The construction will include the following: Remove existing line marking. Install raised crossing Platforms. Install cycleway Barriers. New line marking Cycleway resealing Pavement realignment",Not Awarded,,0,20250410 Palmerston North City Council,28362474,Request for Quotations,Closed Competition,Arena Sound System Upgrades,,20231030,20231127,20240214,Procurement,Sole Agency,No,,"The Central Energy Trust Arena includes Arena 1, a multi-purpose outdoor arena, and three main indoor arenas being Arena 2 (also known as the Fly Palmy Arena), Arena 3, and Arena 4 which itself is divided into the Ballroom and the B&M Centre. These spaces are currently served by sound systems that are in desperate need of upgrading. The loudspeakers covering the grandstand and tiered seating around the outside oval of Arena 1 are coming to end of life, with drivers often needing replacing. Theres also insufficient coverage. The indoor arenas each have their own sound systems that are currently linked in an analog fashion, which itself has inherent problems with noise (ground loops and/or electro-magnetic interference) and disparity in volume levels between spaces. The loudspeakers and amplifiers in these spaces either need replacing or cleaning and checking. What we are after is a digital networked audio solution where an audio input in any space can be routed to any and every space, including between Arena 1 and the indoor arenas, with touch pads in certain locations that allow for basic control, intermediary control via iPad, and advanced control accessed via a web-based GUI, both onsite and offsite. At certain locations we would like Bluetooth input as well. We want the ability for two people, each with a wireless microphone, to walk from one indoor arena to another and be heard throughout all arenas with no drop-outs and having to swap mics when going from one space to another. We are wanting the ability to address any and every space by use of a paging mic in the reception area. We are also wanting the ability to tap into the system with temporary inputs/outputs as need requires and add to the system as existing spaces are included or new spaces are constructed. The ability to transport video through the same system is a plus.",Awarded,,0,20250410 Palmerston North City Council,28458341,Request for Tenders,Open Competition,Solar Installation on Palmerston North City Council Buildings,04267,20231115,20231212,20240507,Procurement,Sole Agency,No,,"Design and build of solar electricity systems for five council owned buildings. The intended buildings are: o Ashhurst Village Valley Centre, 21 Guildford Street, Ashhurst 4810 o Colquhoun Park Pavilion, Fairs Road, Milson, Palmerston North 4414 o Hancock Community House, 77-85 King Street, Palmerston North Central, Palmerston North 4410 o Highbury Whanau Centre, 155 Highbury Avenue, Highbury, Palmerston North 4412 o Kelvin Grove Community Centre, 68 Kaimanawa Street, Kelvin Grove, Palmerston North 4414",Awarded,,0,20250410 Palmerston North City Council,28758362,Request for Tenders,Open Competition,Esplanade Conservatory Upgrades,Contract No. 4282,20240201,20240313,20240520,Procurement,Sole Agency,No,,,Awarded,,0,20250410 Palmerston North City Council,28857948,Request for Proposals,Open Competition,Fly Palmy Arena LED Display System,,20240220,20240326,20240605,Procurement,Sole Agency,No,,"The procurement initiative for Fly Palmy Arena (Arena 2) at Central Energy Trust Arena entails retrofitting LED displays onto the existing metal frame scoreclock and introducing additional displays for enhanced visual experiences. This includes a wrap-around LED display and displays on the media lounge facades. Key requirements encompass hardware, control software, and content software capable of versatile content display configurations, Q-SYS integration, and scalable solutions for basic to high-profile event setups. Compliance with FCC regulations and standards is essential, while ensuring compatibility with existing and planned sound system upgrades. Through collaborative efforts with potential vendors, optimal solutions will be identified to elevate spectator engagement and operational efficiency at the arena.",Awarded,,0,20250410 Palmerston North City Council,28892227,Request for Tenders,Closed Competition,Wyndham St Transport Improvements - Ashhurst,04278,20240223,20240314,20240405,Procurement,Sole Agency,No,22 Milverton Avenue,"Wyndham Street has suffered from past flooding due to its topography replying on berm/swale drainage which has poor positive drainage capacity and no stormwater main. Palmerston North City Council is seeking a Tier 1 contractor to provide the following: Roading and installation of infrastructure services is required to cater for a large number of heavy vehicles travelling from Feilding to Hawkes Bay. Installation of a new stormwater main Roading improvements to facilitate kerb and channel with sumps new kerb and channel on both sides of the road with a new footpath section on the northern side of Wyndham St Road widening and vehicle crossings Pavement reconstruction Relocation of services (by others)",Not Awarded,Councillors have elected not to move forward with project at this time. Ongoing discussions as to when to include this in future work programme and likely need to re-tender.,0,20250410 Palmerston North City Council,28938920,Request for Tenders,Closed Competition,Lido Aquatic Centre - Female Changing Rooms Upgrade,04283,20240301,20240328,20240506,Procurement,Sole Agency,No,22 Milverton Avenue,"This Contract is for the upgrade of the female changing facilities at the Lido Aquatic Centre in Park Road, Palmerston North, located between Cook Street and Ruha Street. We are looking for a tenderer who can achieve the following objectives: Demolition of the existing changing room Replacement of existing facilities with new wall partitions and sanitary fittings Provision of new baby changing room, three family changing units, open changing and shower area Overall objective is provision of a more spacious, comfortable, warm and dry area which meets users needs. Contract work includes concrete works, steel works, metalwork, installation of aluminium windows and doors, carpentry, joinery, plumbing, electrical works, and tiling o All installation of metal windows and doors shall be by persons fully trained and experienced in such work. o All plumbing work shall be done by licensed plumbers in accordance with the Drawings, Specifications, the best trade practice, and to the satisfaction of the Contract Administrator o All electrical work to be performed by appropriately registered tradespersons. At no time is the number of apprentices on the job to exceed the number of tradespersons. All electrical wiring work shall be carried out by suitably qualified persons under the Electricians Act. o Floor coverings work shall be carried out in accordance with the best trade practice of sound repute by competent craftsmen with equipment, materials and processes that are adequate for the purpose. o Waterproof membranes must be installed by Ardex New Zealand trained approved applicators. Chapple Architecture will be the construction monitoring party for this project.",Awarded,,656845,20250410 Palmerston North City Council,28964567,Request for Quotations,Open Competition,Guildford St Public Toilet Renewals,4266,20240306,20240404,20240610,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking proposals for the renewals of the Guildford St public toilets, located in Ashhurst. This procurement is for building construction services only to deliver the physical works. Architectural design has been undertaken and building consent has been issued to commence with the proposed work. The scope involves redeveloping the existing public toilets where the completed facility will provide four unisex, disability-friendly public toilets within the existing exterior structure of the building. The minimum standards for delivery are outlined in the architectural plans and specification provided as attachments in this Request for Quotations.",Awarded,,260658,20250410 Palmerston North City Council,29067281,Request for Tenders,Closed Competition,Turitea Water Treatment Plant - Main Gate Replacement,04305,20240320,20240501,20240529,Procurement,Sole Agency,No,,"This Contract is for the design, fabrication and installation of a new automated gate at the Turitea Water Treatment Plant. The security gate at the entrance to the Water Treatment Plant has padlock/key access and access is free when operational staff are at the plant. With the WTP facility being located at the other end of Water Works Road there is the opportunity to access the site without observation leaving the site vulnerable to sabotage, vandalism and even potential malicious contamination. The objective for the contract is to upgrade the security access to the site through an automated gate. We anticipate the delivery programme to be over three stages: 1.Stage 1: Design Duration: 4 weeks (Supplier to confirm upon in Tender submission). Further development of the proposal into detail design/construction level drawings Finalise the design in consultation with PNCC for approval to implement. 2. Stage 2: Fabrication, Installation & Commissioning Stage Duration: 2 months (Supplier to confirm upon Tender submission) Arrange transportation logistics for delivering gate to site. Install of gate and conduct pre-commissioning and post commissioning inspections to verify correct operation. Including the provision of power to the site. Finalise and submit all necessary documentation, including as-built drawings, operation and maintenance manuals, warranties, and certificates of compliance and producer statements (if required). Conduct a handover meeting with the project and operations team to ensure a smooth transition of responsibilities. Commissioning report. Provide training to relevant personnel on the maintenance and servicing requirements. Stage 3: Defect Period Duration: 12 months",Not Awarded,The decision has been made not to award this to either tenderer. One tender was beyond the project budget and other tender did not include all requested scope of works.,0,20250410 Palmerston North City Council,29145125,Request for Proposals,Open Competition,Comprehensive Cleaning Services 04312,Contract No. 04312,20240404,20240503,20240901,Procurement,Sole Agency,No,,"The objective of this Request for Proposal (RFP) Process is to secure the services of a competent and capable cleaning service provider for the listed council buildings. This is to ensure the maintenance of a clean, hygienic, and welcoming environment for staff, visitors, and the public who utilise these facilities, while also complying with health and safety regulations related to cleanliness and facility maintenance. Additionally, our aim is to achieve cost-effective service delivery while maintaining high standards of cleanliness. The sites to be covered are: The Civic Administrative Building Main Library Te Patikitiki Roslyn Library Awapuni Library Ashhurst Library Community House Central Energy Trust Wildbase Youth Space",Awarded,,0,20250410 Palmerston North City Council,29226287,Request for Proposals,Closed Competition,Electoral Services 2024 RFP,,20240416,20240514,20240902,Procurement,Sole Agency,No,,"An experienced specialist supplier of electoral services for Palmerston North City Council to run Councils local body elections and any polls, including responsibility for Electoral Officer and all statutory functions and duties.",Awarded,,0,20250410 Palmerston North City Council,29242061,Request for Quotations,Open Competition,PNCC Water Infrastructure Sites - CCTV Installation,04306,20240418,20240517,20241004,Procurement,Sole Agency,No,,"Council is seeking the installation of CCTV at 10 water infrastructure sites across Palmerston North. This is to improve security at each of the sites and reduce the risk of vandalism, potential sabotage, and contamination. The following water sites are included in the scope of the contract works: * The Water Bore Stations at Longburn, Bunnythorpe, Takaro Park, Roberts Line, Papaioea Park and Railway Road; * Ashhurst Filter Station; and * The Reservoirs at Ngahere Park, Aokautere and Ashhurst.",Awarded,,0,20250410 Palmerston North City Council,29388313,Request for Tenders,Open Competition,Tamakuku Terrace Stage 2 Civil Construction,4310,20240513,20240610,20240809,Procurement,Sole Agency,No,,"Palmerston North City Council (PNCC) is seeking a suitably qualified main contractor to deliver this civil construction opportunity at Tamakuku Terrace - Council's latest residential development. The procurement invites suppliers to provide construction services for the earthworks and civil construction of Stage 2 of Tamakuku Terrace and the construction of key stormwater infrastructure that will connect Stage 1 Tamakuku Terrace to the PNCC Oxbow Pond. Tamakuku Terrace and the lower Oxbow Pond are located on James Line, Kelvin Grove, Palmerston North. This procurement opportunity comprises three separable portions: SP 1 Construction of the stormwater culvert bypass SP 2 Earthworks of Stage 2 at Tamakuku Terrace SP 3 Civil Construction of Stage 2 at Tamakuku Terrace This project will ensure the upper (terrace) Whakarongo stormwater catchment can discharge to the lower (terrace) Whakarongo stormwater catchment. This will enable future growth within the upper catchment including Stage 2 of Tamakuku Terrace to advance. The earthworks and civil construction of Stage 2 at Tamakuku Terrace will deliver 35 new residential sections. A supplier briefing was previously held on 4 April 2024 for parties who registered their interest. Should another site visit be required, please contact Anna Saunders to arrange a time to meet. The successful supplier will ideally begin work at the start of October 2024. Please refer to the Request for Tender document and attachments for more information.",Awarded,,5576874,20250410 Palmerston North City Council,29503391,Request for Tenders,Closed Competition,Ashhurst Water Treatment Plant Design & Build,04276,20240529,20240718,20240917,Procurement,Sole Agency,No,,"PNCC is looking to engage a contract to deliver the following: Engineering and design of a media filtration system aimed at the removal of iron and manganese within the Ashhurst Water Supply; Procurement, supply, construction and installation of all required elements for a functional and effective filtration plant which meets the performance specification and technical criteria outlined in this Request for Tender; Safety, quality, programme and documentation management and control; Commissioning, acceptance and hand-over; and Documentation and as-builts.",Awarded,,0,20250410 Palmerston North City Council,29690171,Request for Tenders,Closed Competition,Custom Street Upgrade Stage 2,04275,20240701,20240802,20240904,Procurement,Sole Agency,No,,"This Contract is for Stage 2 of a project involving road widening, pavement reconstruction, footpath construction and the installation of water supply, wastewater, and stormwater services on Custom Street, Ashhurst. Stage 1 was delivered under previously tendered Contract 04201.",Awarded,,0,20250410 Palmerston North City Council,30141954,Request for Proposals,Closed Competition,Housing Security Response Plan - Flexi Fund Programme,04364,20240906,20241003,20241029,Procurement,Sole Agency,No,,"The Palmerston North City Council is seeking proposals from qualified social service providers within Palmerston North City to manage and administer the Flexi Fund Programme. This programme is a critical component of the city's Housing Security Response Plan, aimed at addressing housing insecurity. The successful provider will be responsible for administering an annual fund over a three-year period. The fund will be used to provide urgent intervention for tenants facing barriers to maintaining their tenancy. This RFP presents an opportunity for a capable organisation to make a significant impact on housing security in Palmerston North by supporting tenants at risk of losing their housing.",Awarded,,30000,20250410 Palmerston North City Council,30194174,Request for Proposals,Open Competition,Housing Security Response Plan - Outreach Officers Programme,,20240916,20241014,20241111,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking to procure services from a provider(s) who will deploy outreach officers. These officers will engage with whanau without shelter, establish relationships, and, if desired by the whanau, connect them with local services. While collecting data to provide an overview of the city's housing insecurity. This is an opportunity to be part of a Housing Security Response Plan in Palmerston North City. The Outreach Programme, a vital component of a three-programme approach to addressing housing insecurity in Palmerston North. The Outreach Programme is aligned and interconnected with Housing First Programme and Flexi Fund Programme and is scheduled to commence in November 2024.",Awarded,,0,20250410 Palmerston North City Council,30247341,Request for Proposals,Open Competition,Pasifika Community Centre Upgrade - Design Phase,04380,20240923,20241108,20241218,Procurement,Sole Agency,No,,"This procurement relates to the purchase of Detailed Design from a qualified Architect for our Pasifika Community Centre located at Bill Brown Park for the Infrastructure Unit. We require the delivery of Stage 1a and 1b detailed design for construction tender, supporting documentation including specifications, schedule of quantities and costings and obtaining of all necessary land use and building consents.",Awarded,,0,20250410 Palmerston North City Council,30392384,Request for Proposals,Open Competition,Housing First Programme,04400,20241014,20241111,20241218,Procurement,Sole Agency,No,22 Milverton Avenue,"The objective of the Housing First Programme is to devise the Housing First Model, formulate a Housing First Action Plan, and then execute its implementation. Respondents may bid for either Phase 1, or Phase 1 and 2: 1. Under Phase 1, the initial phase of the Housing First Programme entails assessing the current housing insecurity situation in the city, with a primary focus on crafting the model and action plan. 2. Under Phase 1 and 2, the successful respondent will be assessing the current housing insecurity situation in the city, develop the model and action plan, and then implement the action plan.",Awarded,,0,20250410 Palmerston North City Council,30401096,Request for Quotations,Closed Competition,Globe Theatre Fire Protection Upgrade,04348,20241014,20241111,20241216,Procurement,Sole Agency,No,22 Milverton Avenue,"The Globe Theatre building is a single storey building with multiple mezzanine floors. The Globe building contains two theatres, caf, storage rooms and a dressing room. The mezzanine floors are used for storage and contain a control room for the theatre production. The key outcome that we want to achieve is the upgrade of the mezzanine floors and fire separation walls. This is to ensure that the Globe Theatre is in full compliance with the NZ Building Code in respect of fire safety protection features. We want to ensure this project commences as early in 2025 as possible - ideally site commencement 6 January 2025.",Awarded,,0,20250410 Palmerston North City Council,30447925,Request for Proposals,Open Competition,City Ambassador,,20241019,20241101,20241105,Procurement,Sole Agency,No,,"Deliver the City Ambassadors programme in the agreed period. The programme must include the following components: Provide a visible presence in the city centre seven days a week, 5 hours a day over the Christmas school holidays a welcoming, positive and informative point of contact for visitors to the city centre. Promote city-wide events and activities. Coordinate play opportunities for visitors to the city centre, including maximising the UNBOX resource. Provide a regular point of contact and maintain relationships with Police and other key partners, including social service organisations in the city centre. Provide regular information to the Council on the progress of the programme, including insights into community trends and interactions happening in the city centre. Provide a final report to Council to summarise key successes, challenges, learnings and insights from the delivery period, including quantitative measures and qualitative information relating to the achievement of the intended outcomes around city vibrancy and safety (measures to be agreed with successful party). Provide flexibility in the delivery of the programme to best meet emerging needs of visitors to the city centre over the duration of the programme (changes to be agreed between Council and provider).",Not Awarded,"No responses received within tender timeframe although one potential respondent that missed the deadline. Have reopened tender under the following: https://www.gets.govt.nz/rfx.html?tender_id=30567833&clientOrgID=18045797",0,20250410 Palmerston North City Council,30471495,Request for Proposals,Closed Competition,Ways of Leading,04328,20241022,20241108,20250213,Procurement,Sole Agency,No,22 Milverton Avenue,This RFP relates to the purchase of professional services to develop and then deliver the Ways of Leading People programme.,Awarded,,0,20250410 Palmerston North City Council,30537424,Request for Proposals,Open Competition,Comprehensive Resource Recovery Service Review,04375,20241101,20241127,20241218,Procurement,Sole Agency,No,,"Palmerston North City Council is requesting proposals from multidisciplinary consultants: we are looking to select a consultant to undertake a review of our current operations in the Resource Recovery Activity to ensure how and what we provide is best for our community both now and in the future. Additionally, we are also seeking detailed options and costs to provide a new organic kerbside collection service.",Awarded,,0,20250410 Palmerston North City Council,30559250,Request for Proposals,Closed Competition,Caccia Birch Masterplan,04398,20241105,20241129,20250113,Procurement,Sole Agency,No,22 Milverton Avenue,"Palmerston North City Council is seeking requests for proposals from a consultant who can support the engagement and development of a masterplan for the Caccia Birch site, to be completed and reported to Council in June 2025. Caccia Birch is a Historic Property located adjacent to the Hokowhitu Lagoon and is a Category 1 listed building with Heritage NZ owned and operated by Palmerston North City Council. Currently the property operates as a function and events centre used for a variety of community and commercial purposes. Caccia Birch Trust and Advisory Group have an ongoing interest as a guardian, advocate, educator and provide community expertise and advice on the sites ongoing development.",Awarded,,0,20250410 Palmerston North City Council,30567833,Request for Proposals,Open Competition,City Ambassadors Programme - Holidays 2024-25,04401,20241105,20241111,20241125,Procurement,Sole Agency,No,22 Milverton Avenue,"Deliver the City Ambassadors programme in the agreed period. The programme must include the following components: Provide a visible presence in the city centre seven days a week, 5 hours a day over the Christmas school holidays a welcoming, positive and informative point of contact for visitors to the city centre. Promote city-wide events and activities. Coordinate play opportunities for visitors to the city centre, including maximising the UNBOX resource. Provide a regular point of contact and maintain relationships with Police and other key partners, including social service organisations in the city centre. Provide regular information to the Council on the progress of the programme, including insights into community trends and interactions happening in the city centre. Provide a final report to Council to summarise key successes, challenges, learnings and insights from the delivery period, including quantitative measures and qualitative information relating to the achievement of the intended",Awarded,,0,20250410 Palmerston North City Council,30652608,Request for Tenders,Closed Competition,Wastewater Treatment Plant Control Room - Earthquake Strengthening,04377,20241118,20241209,20250114,Procurement,Sole Agency,No,,"Request for tenders (or quotes) from 3 selected tenderers shortlisted from respondents to our call for Registrations of Interest. Please note 20 page limit for RFQ response (excluding price schedule) and proposed site visit on Monday 25 November. Schedule of prices to be issued separately. Kind regards, Dave",Awarded,,279048,20250410 Palmerston North City Council,30663662,Request for Tenders,Closed Competition,Mihaere Drive Bridge Improvements,04338,20241118,20241216,20250116,Procurement,Sole Agency,No,,"Improvements to strengthen existing bridge at Mihaere Drive, Palmerston North, to cater for overload requirements. Drawings and technical specifications are attached.",Awarded,,0,20250410 Palmerston North City Council,30838436,Request for Tenders,Open Competition,PNCC - Kelvin Grove Road / Henaghans Road Intersection Upgrade,24_026 - 04304,20241217,20250204,20250211,Procurement,Sole Agency,No,,"This contract opportunity is to deliver the required outcomes for the Kelvin Grove Road / Henaghans Road Intersection Upgrade project. Details are contained within the Attachments PLEASE NOTE: The Closing date and time for Supplier Questions: 03/02/2025 at 3:00pm.",Awarded,,0,20250410 Palmerston North City Council,30875687,Request for Quotations,Open Competition,PNCC - Asset Valuation Services - Three Waters,24_045,20250110,20250131,20250217,Procurement,Sole Agency,No,,"Under the Local Government Act, Palmerston North City Council is required to undertake annual valuation and depreciation of its Three Waters assets. The valuation exercise of our Three Waters Assets, water, wastewater and stormwater must be completed by 30 June 2025. We require expert valuation services and advice to complete this valuation in accordance with all applicable guidelines and accounting standards, suitable for submission to Audit New Zealand.",Awarded,,0,20250410 Palmerston North City Council,30898992,Request for Tenders,Closed Competition,Roberts Line Bore Chlorine gas system replacement design & build,24_033 - 04378,20250116,20250314,20250331,Procurement,Sole Agency,No,,"Roberts Line Bore Chlorine gas system replacement design & build The scope of services is for the design, supply and installation of a new Chlorine (Cl2) gas System for disinfection to be delivered in stages as described in the RFT .",Not Awarded,Procurement cancelled or postponed,0,20250410 Palmerston North City Council,31022282,Request for Proposals,Closed Competition,PNCC - 24_027 - Waste Water Treatment Plant De-sludge,24_027,20250207,20250228,20250317,Procurement,Sole Agency,No,,"The Palmerston North Wastewater Treatment Plant (WWTP), utilizes a combination of ponds and aeration lagoons to treat wastewater. An accumulation of sludge has occurred and is affecting storage and treatment performance. This is a de-sludging project.",Not Awarded,Awarded to Hydracare who submitted a tender response via email,0,20250410 Palmerston North City Council,31059990,Request for Quotations,Closed Competition,PNCC - 25_004 Turitea Valve Replacement - Upper Dam,25_004,20250213,20250313,20250324,Procurement,Sole Agency,No,,"Palmerston North City Council is seeking quotes from qualified contractors for the replacement of the existing discharge valve at the Turitea Upper Dam. The scope includes valve removal, condition assessment, installation of a new sluice valve, and comprehensive testing. Interested suppliers must meet pre-qualification requirements and comply with relevant industry standards. The closing date for submissions is 13 March at 3:00 PM NZT. A site visit is scheduled for 28 February, and registration for the site visit closes on 21 February at 5:00 PM NZT. Please refer to the RFQ document for full details.",Awarded,,0,20250410 Palmerston North City Council,31199720,Request for Tenders,Closed Competition,PNCC - 04374 McGregor Street Flood Mitigation - Three Waters - RFT,24_032,20250304,20250320,20250407,Procurement,Sole Agency,No,,Palmerston North City Council (PNCC) seeks a qualified civil construction contractor to improve stormwater drainage capacity in the drainage reserve connecting McGregor Street to Milson Line.,Awarded,,0,20250410 Parliamentary Commissioner for the Environment,24227943,Request for Proposals,Open Competition,2021 PCE Environmental Regulation and House Price Inflation,PCE - GreenSpace - 1,20210423,20210513,20210831,,Sole Agency,No,"PO Box 10241, Wellington, 6143","Despite the social and political attention given to homeownership, unaffordable housing in Aotearoa has persisted over many decades. Since the early 1990s house prices in New Zealand have risen considerably faster than incomes, making New Zealand one of the least affordable housing markets in the developed world. Over the last twenty years, the median house price to income ratio (one measure of housing affordability) grew from 3.0 to 8.15. Home ownership rates are now at their lowest levels for the last 60 years, with one in every three households now renting. This research will include a desktop study of the major explanatory factors from both supply and demand perspectives that have impacted house price growth in the New Zealand housing market over the last fifty years. While it is acknowledged the causes for the present housing affordability crisis are multiple and complex, we wish to untangle these effects to understand the extent to which the RMA and other environmental regulations have contributed to house price growth. In order to answer this question this research will critically review and synthesise both the academic and grey literature and analyse publicly available data to identify and explain how important supply and demand side factors have contributed to house price growth. The IPCC uncertainty framework (or similar) may be drawn on to provide an assessment of the 'level of agreement' and 'strength of evidence' available to support the relative contribution of each explanatory variable and its effect on house prices. The final synthesis may include differences across regions of New Zealand, rural and urban environments and urban intensification processes. Descriptive empirical analysis may be used to explore and compare trends in home construction and demolition, home ownership rates, household size, home vacancy rates, macroeconomic indicators, demographics, rental costs, supply of land and other factors that may have been important contributors to house price growth. A final statement on the relative contribution of the RMA and other environmental regulations on housing affordability will be required.",Awarded,,0,20250410 Parliamentary Commissioner for the Environment,24758416,Request for Proposals,Open Competition,Request for proposals: Land use modelling for PCE investigation on integrated landscape management,PCE_LandUse,20210903,20210930,20220127,,Sole Agency,No,"Level 4 TSB Building, 147 Lambton Quay","The climate, freshwater and biodiversity challenges we are facing are interconnected symptoms of an underlying problem: humans have degraded natural ecosystems and unbalanced the carbon, nitrogen, water and other natural cycles. In rural areas of Aotearoa New Zealand, this has largely been driven by the expansion of intensive agricultural systems and clear-fell plantation forestry. Implementing good land management practices such as fencing waterways, installing sediment traps, and strategically grazing critical source areas can bring environmental benefits. But in some places, land management practices are unlikely to be enough and land use change may be needed to meet targets for greenhouse gas emissions, freshwater quality and indigenous biodiversity. Every landscape is different. To improve environmental outcomes, policy interventions and investment should ideally be tailored to local circumstances. For example, by recognising that spatial variation in landscape attributes can play a significant role in determining freshwater quality and nitrous oxide emissions. To address these challenges, the Parliamentary Commissioner for the Environment (PCE) is undertaking a new investigation on integrated landscape management. The new investigation will build upon insights drawn from two previous PCE reports: Farms, forests and fossil fuels and Overseer and regulatory oversight. The aim of the investigation is to explore what a landscape approach looks like in Aotearoa New Zealand and its potential to improve freshwater quality, climate change and biodiversity outcomes. The investigation will focus on the impact of environmental policies on landscapes, recognising that decisions by landowners and land managers are influenced by a wide range of social, cultural, and economic factors. Two case studies will be used to illustrate how such an approach could work in practice one in Northland and one in Southland. The Northland case study is the Northern Wairoa catchment. This includes the Wairua River, Hikurangi Swamp, Mangakahia River and Wairoa River, and drains into Kaipara Moana.",Not Awarded,Contract was awarded to WSP,0,20250410 Parliamentary Commissioner for the Environment,28134314,Request for Proposals,Closed Competition,Managed IT Services,PCE IT RFP,20230920,20231013,20231218,,Sole Agency,No,,"The Parliamentary Commissioner for the Environment (PCE) engaged an external company to undertake an independent IT review of its current services earlier this year. The review recommended that the PCE prepare and release a Request to Market for a suitable IT Managed Services Provider (MSP) to meet our business needs. This RFP is seeking responses from IT providers who are able to support our IT infrastructure with managed IT services. Any questions should be directed to Helen Mallon, Chief Operating Officer, at the contact details provided in this RFx",Awarded,,100000,20250410 Parliamentary Counsel Office,26239399,Request for Proposals,Open Competition,Legislation Services Panel,26239399,20220829,20221010,20221201,Parliamentary Counsel Office,Syndicated Opportunity,No,NA,"We have an existing legal services panel that was established in 2016. The purpose of the panel is to provide additional legislative drafting and related support services to assist the Parliamentary Counsel Office (PCO) in managing peak work flows. The panel is due to expire on 30 November 2022. The legislation services panel sits alongside the AoG External Legal Services panel and is led by Ministry of Business Innovation and Employment (MBIE). The key difference is the legislation services panel will have named individuals who provide specialised legislative drafting, design and related services to PCO and participating agencies. The named suppliers will not necessarily be on the AoG contract. The key objective of this procurement is to establish a new panel under an open syndicated contract (and PCO reserve the right to add suppliers during the life of the contract) to support PCO and other agencies needing legislative drafting and related support services. The panel will also help build capability in drafting secondary legislation not drafted by the PCO as participating agencies will be able to use suppliers to assist them in drafting and developing secondary legislation. This panel will also increase access for suppliers to Government legal, policy and legislative design work. The panel will be called upon to undertake the work as and when necessary. Suppliers of the panel may select 1 or more areas for which they are interested in providing those services. The panel supports PCOs wider objective under the Legislation Act 2019 of promoting high-quality legislation that is easy to find, use, and understand and, to that end, to exercise stewardship of New Zealand's legislation as a whole. Certain areas of legal work, not related to legislation services are not within scope of this panel, including litigation, mediation and arbitration work.",Awarded,,4000000,20250410 Parliamentary Counsel Office,26987755,Request for Proposals,Open Competition,Legislation Services Panel,26239399,20230303,20250319,20250321,Parliamentary Counsel Office,Syndicated Opportunity,No,,"We have an existing legal services panel that was established in 2016. The purpose of the panel is to provide additional legislative drafting and related support services to assist the Parliamentary Counsel Office (PCO) in managing peak work flows. The panel is due to expire on 30 November 2022. This is a standing invitation for applications from individuals who are interested in becoming Suppliers. The legislation services panel sits alongside the AoG External Legal Services panel and is led by Ministry of Business Innovation and Employment (MBIE). The key difference is the legislation services panel will have named individuals who provide specialised legislative drafting, design and related services to PCO and participating agencies. The named suppliers will not necessarily be on the AoG contract. The key objective of this procurement is to establish a new panel under an open syndicated contract (and PCO reserve the right to add suppliers during the life of the contract) to support PCO and other agencies needing legislative drafting and related support services. The panel will also help build capability in drafting secondary legislation not drafted by the PCO as participating agencies will be able to use suppliers to assist them in drafting and developing secondary legislation. This panel will also increase access for suppliers to Government legal, policy and legislative design work. The panel will be called upon to undertake the work as and when necessary. Suppliers of the panel may select 1 or more areas for which they are interested in providing those services. The panel supports PCOs wider objective under the Legislation Act 2019 of promoting high-quality legislation that is easy to find, use, and understand and, to that end, to exercise stewardship of New Zealand's legislation as a whole. Certain areas of legal work, not related to legislation services are not within scope of this panel, including litigation, mediation and arbitration work.",Not Awarded,No responses received,0,20250410 Parliamentary Counsel Office,27227597,Request for Proposals,Open Competition,Conversion of Historic Statutes Collection,130423,20230413,20230515,20230614,Parliamentary Counsel Office,Sole Agency,No,kerry.o'rourke@pco.govt.co.nz,"We are looking to engage a suitably qualified and experienced supplier to undertake text correction and convert historic legislation to an XML format for the PCO. This material will ultimately be published on the New Zealand Legislation website at www.legislation.govt.nz. The PCO has already segmented the XML conversion process into two collections based on the expected complexity. We believe that Segment A (1958 to 2007) can be supported with guidance for making relatively minor adjustments to make the conversion easier. In contrast, Segment B (1841-1957) is more complex and the quality KPIs may be reviewed if sample conversion proves difficult. Stage 1 - OCR correction (this will involve an analysis of the expected cost / accuracy / benefit of different options to improve OCR accuracy) Stage 2 - the generation of XML stubs with metadata Stage 3 the full conversion of more modern Acts to the PCOs XML standard (Segment A) Stage 4 - the conversion of the oldest Acts (Segment B)",Awarded,"The contract was awarded to Data NZ Ltd, of 235A, Blockhouse Bay Road, Avondale, Auckland, 0600, New Zealand, on 14 June 2023. Data NZs NZBN is 9429035974406. Data NZ will be providing a service to PCO, converting historic legislation to a form that meets our current standards. They will deliver improved text accuracy, marked up XML, tables and schedules that can be published and complete metadata. The contract term expires after three years following the start date unless it is terminated earlier. The expected spend of the contract is $263,859. This service was procured through a one-step open competitive tender.",263859,20250410 Parliamentary Counsel Office,28535815,Request for Proposals,Open Competition,Data Aggregation and Web Development,DAWD2023/001,20231128,20231222,20240222,Parliamentary Counsel Office,Sole Agency,No,,"This procurement relates to data aggregation and web development services to support access to New Zealand legislation and its related information services from the Parliamentary Counsel Office (PCO). Central to this tender is the requirement to establish a data aggregation service that drives ETL, search, and API infrastructure using an open-source technology called Supplejack. Over the next several years the PCO will pilot and, if successful, use Supplejack to aggregate New Zealand secondary legislation from across the public sector and then redevelop various supporting website experiences. In addition to the development of data aggregation services with Supplejack, the Buyer also requires website design and testing, content management (for non-legislation web content), fullstack web development, cloud hosting, and related security, and project management support.",Awarded,"Agency: Parliamentary Counsel Office (Level 13, Reserve Bank Building, 2 The Terrace, Wellington, New Zealand) This contract was awarded to: Boost Limited (Hudson Taylor Chartered Accountants Limited, Level 3, 44 Victoria Street, Wellington, 6011, New Zealand) for web development and data aggregation services. This contract was awarded on 22/2/24 and is estimated to be of a value of $2,500,000 over two years. The procurement process for this contract was open and competitive.",2500000,20250410 Parliamentary Counsel Office,29289019,Request for Proposals,Open Competition,Azure Technology Domain Managed Services,,20240429,20240520,20240930,,Sole Agency,No,,"The PCO is seeking to invest in a fit for purpose Managed Service for its Azure Technology Domain Services. The PCO sees a mixed model of internal staff and 3rd party expert resources to provide the organisation with the optimal mix of skills and capabilities to support its corporate technology environment and stakeholders. Consequently, the PCO is seeking to procure 3rd party services to manage and operate this element of its Corporate IT function - the Azure Technology domain. A technical description of the domain is included in Appendix 1 of the RFP. The PCO is looking for a service partner that will provide: a strategic, collaborative relationship reflective of the proposed length of the contract, the level of desired trust and communication with the vendor and the approach to managing risk. A support partner who sees the PCO as an important client not merely based on overall spend and one who ensures that the PCOs needs will be given high priority. a model whereby the resource who will be the day-to-day provider of the services is named and allocated to the PCO account. technical back-end specialist capability which remains current with the ongoing evolution of technology and has strategic, innovative thinking to support a more future-focused approach to our technology environment and our work. a collaborative relationship with the PCOs internal IS team; to get the best outcomes for the PCO, we are expecting the internal team and vendors to work collaboratively and seamlessly. a focus on the security, quality, efficiency, and effectiveness of our systems and processes. The above whilst protecting recent PCO investments. The PCO does not want: Proposals that include User Support, Service Management, and Governance & Assurance domains , these will be run, managed, and staffed by internal PCO resources. Proposals that use a highly leveraged staffing model for the services. Respondents will note that the PCO has another RFP for Network Technical Domain Managed Services (RFP#29289104) in the market concurrently. The two RFPs will be evaluated separately on their individual merits. However, where a Respondent believes they have a strong offering for both domains, they may detail any advantages to the PCO in their response.",Awarded,"This contract was awarded to Synoptic Limited and began on 1 October 2024. The term of this contract is until 30 June 2026. It is intended that the value of this contract resulting from this procurement will be within value band: $500,000 - $1M",0,20250410 Parliamentary Counsel Office,29289104,Request for Proposals,Open Competition,Network Technical Domain Managed Services,,20240429,20240520,20241009,,Sole Agency,No,,"The PCO is seeking to invest in a fit for purpose Managed Service for its Network Technical Domain Services. The PCO sees a mixed model of internal staff and 3rd party expert resources to provide the organisation with the optimal mix of skills and capabilities to support its corporate technology environment and stakeholders. Consequently, the PCO is seeking to procure 3rd party services to manage and operate this element of its Corporate IT function - the Network Technical domain. A technical description of the domain is included in Appendix 1 of the RFP. The PCO is looking for a service partner that will provide: a strategic, collaborative relationship reflective of the proposed length of the contract, the level of desired trust and communication with the vendor and the approach to managing risk. A support partner who sees the PCO as an important client not merely based on overall spend and one who ensures that the PCOs needs will be given high priority. a model whereby the resource who will be the day-to-day provider of the services is named and allocated to the PCO account. technical back-end specialist capability which remains current with the ongoing evolution of technology and has strategic, innovative thinking to support a more future-focused approach to our technology environment and our work. a collaborative relationship with the PCOs internal IS team; to get the best outcomes for the PCO, we are expecting the internal team and vendors to work collaboratively and seamlessly. a focus on the security, quality, efficiency, and effectiveness of our systems and processes. The above whilst protecting recent PCO investments. The PCO does not want: Proposals that include User Support, Service Management, and Governance & Assurance domains , these will be run, managed, and staffed by internal PCO resources. Proposals that use a highly leveraged staffing model for the services. Respondents will note that the PCO has another RFP for Azure Technology Domain Managed Services (RFP#29289019) in the market concurrently. The two RFPs will be evaluated separately on their individual merits. However, where a Respondent believes they have a strong offering for both domains, they may detail any advantages to the PCO in their response.",Not Awarded,Following a procurement process the PCO has not awarded a contract for this procurement 29289104 - Network Technical Domain Managed Services RFP,0,20250410 Parliamentary Counsel Office,30188351,Request for Proposals,Open Competition,Digitisation of legislation consolidations and other collections,20240913PCO,20240913,20241015,20241212,Parliamentary Counsel Office,Sole Agency,No,jonathan.sutton@pco.govt.nz,"This work comprises the scanning and digitisation to PCOs XML standard of hard copies of statute consolidations sourced by the PCO of approximately 100,000 pages of legislation. We are looking for suppliers who can provide one or more of the following 3 services: Service 1 - Scanning: scanning of printed documents to high-quality PDFs with OCR text. This will involve conversion of hardcopy documents according to requirements set in the statement of work. Outputs for each Act and each volume required. Requirements will be set after considering cost/accuracy/benefit of different options to improve OCR accuracy as part of this service. Optional: source hard copies of collections for scanning Service 2 - Converting: creation of PDFs and XML files for each piece of legislation publication according to requirements set in the statement of work. Specific requirements will be set after considering cost/accuracy/benefit of different options. This service may include the following outputs: 2.1: PDF and text with high quality OCR 2.2: metadata requirements set by the PCO 2.3 the full conversion to the PCOs XML standard for incorporation into the NZ Legislation website Service 3 Scanning and Converting (combined): Produce OCR PDFs, metadata, and fully marked up XMLs to standards required for services 1 and 2 in accordance with an integrated Statement of Work.",Awarded,,300000,20250410 Parliamentary Service,11851521,Request for Proposals,Open Competition,Construction Consultancy Services Panel,,20150512,20150528,20220207,,Sole Agency,No,,"Overview Parliamentary Service is seeking to establish a panel of suppliers to provide Construction Consultancy Services for the implementation of building and fit-out projects at Parliament. The Panel will consist of the following disciplines: - Structural engineering. - Mechanical and electrical services engineering, including fire and security. - Quantity surveying and cost management. - Project management. The Panel is intended to continue in operation until June 2020, with the option of a further 2 x 2 year extensions. The Parliamentary Service invites submissions from Respondents who have at least ten (10) years previous experience in providing the relevant services, have significant experience of heritage buildings and have recent large/complex project experience for Government and/or a large commercial client.",Not Awarded,For contract award information please contact the Procurement team on Procurement@parliament.govt.nz,0,20250410 Parliamentary Service,24178764,Request for Quotations,Closed Competition,Electric vehicle (EV) charging units,RFQBAS2126A,20210409,20210430,20210830,Buildings and Safety,Sole Agency,No,,"In early 2020, the Prime Minister announced a series of infrastructure projects to support a clean-powered public service. As part of this initiative, the crown vehicle fleet has begun its transition over to electric vehicles. While the expectation is that these vehicles will be charged overnight either in the fleet garage off-precinct or at Members residences, the ability to top-up battery charge on-precinct is required. The key objective of this procurement is to purchase the EV charging units. This procurement process will successfully establish the infrastructure for providing appropriate EV charging services on-precinct to assist Parliamentary Service in its agency Zero Carbon requirements. The success of the deployment at the Parliament precinct may be used as an example to other agencies in their development of Zero Carbon initiatives. All questions and responses must submit via GETS.",Awarded,,0,20250410 Parliamentary Service,24205926,Request for Quotations,Closed Competition,Electrical infrastructure upgrades,RFQBAS2126B,20210416,20210507,20210830,Buildings and Safety,Sole Agency,No,,"In early 2020, the Prime Minister announced a series of infrastructure projects to support a clean-powered public service. As part of this initiative, the crown vehicle fleet has begun its transition over to electric vehicles. While the expectation is that these vehicles will be charged overnight either in the fleet garage off-precinct or at Members residences, the ability to top-up battery charge on-precinct is required. The key objective of this procurement is to source a supplier to upgrade the specified electrical infrastructure for the electric vehicle charging units. This procurement process will successfully establish the infrastructure for providing appropriate EV charging services on-precinct to assist Parliamentary Service in its agency Zero Carbon requirements. The success of the deployment at the Parliament precinct may be used as an example to other agencies in their development of Zero Carbon initiatives. All questions and responses must submit via GETS.",Awarded,,0,20250410 Parliamentary Service,24484735,Request for Proposals,Open Competition,Solar Energy System for Parliament House,BAS2015,20210630,20210728,20211210,Buildings and Safety,Sole Agency,No,,"Following feasibility studies carried out by Parliamentary Service (PS), the implementation of a Solar energy system was considered a viable solution for the supplementation of our future energy consumption needs. This RFP relates to the purchase of a detailed design and installation of a solar energy system to capture the energy and to reduce our carbon footprint. The key objective of this procurement is to find a turnkey solution for the solar panel design and installation services. This project will be a flagship development, with high visibility to both Parliamentary Service and the successful tenderer. Please note: Parliamentary Services requires the tenderer to complete a Non-Disclosure Agreement and Undertaking Agreement (Appendix Six) period to release the Parliament House Solar PV Drawing Tender Issue (Appendix Two).",Awarded,,0,20250410 Parliamentary Service,24625837,Request for Proposals,Open Competition,"LED Lighting Upgrade for Parliament House, Parliamentary Library and Executive Wing",BAS2104,20210805,20210909,20211123,Buildings and Safety,Sole Agency,No,,"The buildings that make up the Parliamentary precinct are mostly lit by older technology light fittings. They tend to produce a far greater amount of heat in addition to the light. These fittings are far less energy efficient. Parliament is introducing new measures that will further reduce its carbon footprint and improve energy efficiency on the Parliamentary Precinct in Wellington. This RFP relates to the engagement of a successful supplier to upgrade LED lighting for Parliament House, Parliamentary Library and Executive Wing to reduce our carbon footprint. Please note: Parliamentary Services requires the tenderer to complete a Non-Disclosure and Undertaking Agreement (Appendix Six) period to release the Project Specification Parliamentary Precinct Upgrade to LED and Drawing Set.",Awarded,Contract Award to Brien Electrical Limited on 23rd Nov 2021,0,20250410 Parliamentary Service,24840467,Request for Proposals,Open Competition,Employee and MP Assistance Programme (EAP) and Employee Professional Supervision Programme (EPSP),A1954492,20210920,20211011,20211130,"Health, Safety and Wellbeing",Sole Agency,No,,"Parliamentary Service and the Office of the Clerk of the House of Representatives (the organisations) are seeking proposals from suitably qualified suppliers who can provide: An Employee and MP Assistance Programme for the organisations staff working in the Parliamentary Precinct (and their families), Members of Parliament, and electorate and community staff throughout New Zealand to ensure appropriate standards of practice and personal safety are maintained in their dealings with each other and the public and an Employee Professional Supervision Programme for the organisations staff working in the Parliamentary Precinct.",Awarded,,0,20250410 Parliamentary Service,25079429,Request for Quotations,Closed Competition,Request for Quote - Cyber Security Management Services,fA202385,20211115,20211203,20220317,Information Systems & Technology,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Cyber Security Management Services contract opportunity. This RFQ is a closed single-step procurement process.,Awarded,"Further Information Date of contract award: 17 March 2022 Term of contract: 3 + 2 = 5 years Expected spend: Approximately $800K Type of process used: Closed RFQ",800000,20250410 Parliamentary Service,25133666,Request for Proposals,Open Competition,Request for Proposals - Technology Partner,fA196939,20211126,20211223,20221223,Information Systems & Technology,Sole Agency,No,,"Parliamentary Service (PS) currently outsources a number of technology services to third party service partners. PS is on a journey to reduce the amount of its resources devoted to managing commodity platforms to focus on technology services that support and transforms the business. We require technology partner(s) who can assist in this transformation and help us deliver operational excellence. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Technology Partner contract opportunity. Please see documents attached for more details.",Not Awarded,"The Tender has been awarded to: Technology Stack 1: Network Partner Spark New Zealand Trading Limited Technology Stack 2: Core Infrastructure Spark New Zealand Trading Limited Technology Stack 3: Assurance Partner There has been a considered decision to insource this. Technology Stack 4: Procurement Spark New Zealand Trading Limited Technology Stack 5: Datacom Systems Limited Further Award Information: Date of contract award: 23 December 2022 Term of contract: 6 + 3 = 9 years Expected spend: Approximately $38,000,000 for the nine-year term. Type of process used: Open market RFP",0,20250410 Parliamentary Service,25401356,Request for Proposals,Closed Competition,"Executive Wing Faade Remediation L1 L3 Glazing, L4 Radial Beams",BAS2011,20220211,20220404,20221121,Buildings Project Management Office,Sole Agency,No,,"In 2013, a condition assessment of the exterior of the Parliament Executive Wing (EW) was conducted which found the building to be in need of remedial works to ensure the building remains weathertight and resistant to further moisture damage. Remedial works also identified the need to preserve the Category 1 Building. This RFP relates to purchasing of Main Contractor services to complete the remedial works required for the replacement of the glazing drum on levels 1-3 and remedial works required to the radial beams on Level 4 of the Executive Wing. This project will be a flagship development, with high visibility to both Parliamentary Service and the successful tenderer. This RFP is the second step in a multi-step procurement process. The shortlisted respondent/s are invited to submit a full proposal in response to a Request for Proposals (RFP).",Awarded,,0,20250410 Parliamentary Service,25937133,Request for Quotations,Closed Competition,Preferred Supplier List for Employment Investigations,,20220615,20220701,20220718,,All of Government,No,,"This Request for Quote (RFQ) is an invitation to submit a quote and short proposal to be included in a Preferred Supplier List to conduct sporadic Employment Investigations. We are intending to create a list of preferred lawyers/ investigators who understand our work environment and have relevant specialties to conduct employment investigations quickly and consistently when required. We are inviting providers on the All-of-Government External Legal Services Panel to respond to this opportunity.",Awarded,,0,20250410 Parliamentary Service,26075914,Request for Proposals,Open Competition,Request for Proposals - HRIS and Payroll Transformation,fA180582,20220722,20220819,20221208,,Sole Agency,No,,"The Parliamentary Service (PS) provides administrative and support services to members of Parliament including HR and payroll services for approximately 1,100 staff across six agencies. PS is seeking to invest in a fit for purpose HRIS and Payroll solution that will support the ability to provide a seamless quality service, deliver a solution that is fit for purpose, reliable and sustainable and enables the HR and payroll team to build their capability to deliver a first-class service. This project is not a simple lift and shift (like for like) project, rather, it will transform the way HR and payroll services are provided to our customers. It will re-engineer and ratify business process, implement automation, and integrate with other systems to enable data sharing. This Request for Proposals (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the HRIS and Payroll Transformation contract opportunity. Please see documents attached for more details.",Awarded,"Date of contract award: 8/12/2022 Term of contract: 5+5+4 = 14 years Expected spend: Approximately $2,000,000 for the initial five-year term. Type of process used: Open market RFP",2000000,20250410 Parliamentary Service,26271673,Request for Proposals,Open Competition,Enabling Works Contractor (Civil) for Parliament Future Accommodation Strategy project,,20220905,20221004,20221212,Buildings Project Management Office,Sole Agency,No,,"The Parliamentary Service is seeking proposals from suitably experience and qualified contractors for delivery of the civil construction related enabling works for Future Accommodation Strategy (FAS) project. As a precursor to construction of the buildings as part of the FAS project, a package of enabling works is to be undertaken. The Enabling Works scope includes diversion works, removal of redundant services, and realignment of existing services and networks within the wider parliamentary precinct. Additionally, new underground services are to be installed for future connections to the new buildings. Please note: - There is additional information available to you, but you must first return a Non- disclosure Agreement and this information will then be sent to you directly (refer Section 2.1 of Part 1). - We are holding a supplier briefing and site visit on 15 September 2022. You must register by 12:00pm on 14 September 2022 (refer Section 2.2 of Part 1). Note that attendance is not compulsory in order to submit your proposal but it advisable.",Awarded,"The single-stage procurement process was undertaken to identify a contractor for the Future Accommodation Strategy project Enabling Works Civil construction-related scope. This tender has been awarded to: Multi Civil Contractors Limited 19 Jamaica Drive, Grenada North, Wellington 6023, NZBN 9429039042408 Further Award Information: It is intended that the value of the contract resulting from this tender will be approx. $4,600,000 (excl. contingency and any variations). Award Date: Monday, 12 December 2022 (Pacific/Auckland UTC+12:00) Contract End Date: Tuesday, 19 September 2023 (Pacific/Auckland UTC+12:00)",4600000,20250410 Parliamentary Service,26505226,Request for Proposals,Open Competition,Main Contractor for Future Accommodation Strategy project (Preconstruction Services and Contract Works),,20221021,20221214,20230321,Buildings Project Management Office,Sole Agency,No,"Attention: Mijo Wilson, The Building Intelligence Group, Level 13, Grant Thornton House, 215 Lambton Quay, Wellington 6011","The Parliamentary Service wishes to invite proposals from Main Contractors for a preconstruction services opportunity in relation to the Future Accommodation Strategy project. This preconstruction services opportunity relates to the Museum Street and Ballantrae Place buildings, and surrounding landscaping, with an option to extend to include the Ministerial building and possible early works. This opportunity will also be of interest to faade contractors, structural timber suppliers and seismic damper/isolator suppliers as the preconstruction services and deliverables will require their input (including design input). Main Contractor respondents are responsible for procuring these subcontractors during the tender period. Prospective subcontractors are encouraged to download the RFP and if interested reach out to their main contractor contacts and inform them of their interest in the opportunity. There are two key actions that Main Contractors need to be aware of in order to support the development of their proposal: There is additional information available but first a Non- disclosure Agreement must be signed and returned (refer Section 1.2). Following return, a link to the additional information will be sent. We are holding a supplier briefing and site visit on 1 November 2022. Attendees must register by 12:00pm on 31 October 2022 (refer Section 1.4). Note that attendance is not compulsory in order to submit a proposal, but it is advisable. IMPORTANT: Proposals must be submitted on three identical USB sticks before the Deadline for Proposals to the address listed in the RFP.",Awarded,"RFx Outcome The open single-stage competitive procurement process was undertaken to identify a contractor for the Future Accommodation Strategy project preconstruction services and contract works scope. This tender has been awarded to: LT McGuinness Limited 9 Francis Place, Te Aro, Wellington 5032 NZBN 9429040936031 Further Award Information: It is intended that the value of the contract resulting from this tender will be up to approx. $850,000 (excl. contingency and any variations). Award Date: Tuesday, 21 March 2023 (Pacific/Auckland UTC+12:00) Contract End Date: Thursday, 30 November 2023 (Pacific/Auckland UTC+12:00)",0,20250410 Parliamentary Service,27224310,Request for Proposals,Open Competition,Live Closed Captioning Services,,20230411,20230510,20230713,,Sole Agency,No,,"We are looking for a suitably qualified and experienced supplier who can provide live, closed captioning services for broadcasts of the proceedings of the New Zealand House of Representatives (the House). Broadcasts are available to viewers on Parliament Television (PTV), and on the Parliament and other websites (via both web-streaming and on demand). This RFP is focused on the supply of live captions for broadcast on PTV.",Awarded,,0,20250410 Parliamentary Service,27542489,Request for Proposals,Closed Competition,Request for Proposal - Hansard & Journal Production System (The Record),,20230616,20230728,20231121,,Sole Agency,No,,"Update (24/07/2023) - We have received a request for an extension for the closing date to this RFP. After consideration, we believe it is appropriate to extend the closing date to 12pm on Friday 28 July 2023 to give Respondents appropriate time to digest and incorporate the information following the discovery sessions. This Request for Proposal (RFP) is an invitation to submit a Proposal for the Hansard and Journal Production System (the Record) Contract opportunity. The Office of the Clerk (the Office) provides specialist advice on procedure and parliamentary law and administration services to the House of Representatives. Those functions include recording and publishing what is spoken in the Chamber in Hansard, and recording and publishing the events and decisions from the Chamber as the Journal. Hansard and the Journal are published on the Parliament website and as printed bound volumes. The Office is seeking to invest in a fit-for-purpose solution to replace the systems used to create and publish the official record of Parliament, Hansard and the Journal. We are seeking a solution that can deliver the following high-level functions: content creation, content management, print and digital publishing, metadata management, and task management. It must include editing and indexing tools. This is an opportunity to transform the Office of the Clerks business process by implementing a solution that is of critical importance to New Zealands Parliament.",Awarded,"Following this procurement process (RFI, ROI, and RFP), this contract has now been awarded to NovaWorks Group Pty Ltd for the delivery of the Hansard and Journal Production System as per the released RFP. The contract term is also as per the RFP (6+3+3+3). We would like to thank all suppliers for their time and their detailed responses throughout this process.",0,20250410 Parliamentary Service,29128611,Request for Proposals,Open Competition,Applicant Tracking System,,20240402,20240503,20240626,,Sole Agency,No,,"The Parliamentary Service (PS) Talent Team is on a journey to provide an exemplary customer experience (CX) to our internal and external customers (i.e., hiring manager and candidates respectively). To enhance the CX, the Talent team are re-designing business processes and considering what systems will enable processes in the most efficient and intuitive way for our customers. Technology plays a significant role in effective collaboration between the hiring manager, Talent Team, the candidate, and other persons involved in the talent acquisition process. This procurement relates to the purchase of a modern, fit-for-purpose applicant tracking system that will improve the candidate experience, enable us to enhance efficiency and effectively manage the entire talent lifecycle process. Now is an exciting opportunity and time for Parliamentary Service to form a partnership with a vendor eager to support Parliament to build a modern, collaborative talent lifecycle for all our candidates and stakeholders across the organisation.",Awarded,,0,20250410 Parliamentary Service,29483416,Request for Proposals,Open Competition,Printing Services,,20240527,20240627,20241018,,Sole Agency,No,,"This RFP is issued by the Office of the Clerk of the House of Representatives. We are looking for a suitably qualified and experienced supplier who can provide printing services for a range of parliamentary documents, from printing to delivery and distribution.",Awarded,,0,20250410 Pharmaceutical Management Agency,17470074,Request for Proposals,Open Competition,Request for Proposals - Supply of Orthopaedic Implants and Associated Products,A863642,20160429,20160624,20200311,,Sole Agency,No,,"PLEASE NOTE THAT THE CLOSING DATE FOR THIS RFP HAS BEEN EXTENDED UNTIL 24 JUNE 2016 see addenda 4 PLEASE NOTE THAT THE CORRECT SPREADSHEET IS AVAILABLE IN THE ADDENDA SECTION; TITLED ADDENDUM 2 OF 863642 PHARMAC invites proposals for the supply of orthopaedic implants and associated products to DHB hospitals in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the general information you need to include in your proposal; and Schedule 4 and attachment 1, specifies the format and product information that you must include as part of your proposal. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 10 JUNE 2016. If you have any questions about this RFP, please post these on GETS or alternatively contact Maree Hodgson (Device Category Manager) by email maree.hodgson@pharmac.govt.nz at PHARMAC. We look forward to receiving your proposal.",Awarded,"PHARMAC has now completed contracting in this category. For more information, please see https://www.pharmac.govt.nz/hospital-devices/categories/orthopaedic-implants/",0,20250410 Pharmaceutical Management Agency,17548081,Request for Proposals,Open Competition,Request for Proposal - Supply of Single Use Instrument,A903273,20160525,20160623,20191009,,Sole Agency,No,,"REPORTING PERIOD Please note a new spread sheet has been added with corrected dates for supply period. The required reporting period is from April 1 2015 - March 31 2016 inclusive PHARMAC invites proposals for the supply of single use instrument medical devices (Single Use Instruments) to DHB hospitals in New Zealand (DHBs). This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP, the types of proposals sought, and details the scope for the this RFP; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information a supplier needs to include with its proposal; All proposals must be submitted to PHARMAC via the Government Electronic Tenders Services (GETS) no later than 5.00 p.m. on Thursday 23 June 2016. If you have any enquiries about this RFP, please submit questions through GETS: www.gets.govt.nz The contact for this RFP is Rob Turner by email: rob.turner@pharmac.govt.nz We look forward to receiving your proposal.",Awarded,,0,20250410 Pharmaceutical Management Agency,18424134,Request for Proposals,Open Competition,Request for Proposal - Supply of Anaesthesia Small Equipment and Consumable Products,A1007092,20170228,20170407,20191009,,Sole Agency,No,,"REQUEST FOR PROPOSALS – SUPPLY OF ANAESTHESIA SMALL EQUIPMENT AND CONSUMABLE PRODUCTS PHARMAC invites proposals for the supply of anaesthesia small equipment and consumable products to DHB hospitals in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: · Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; · Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; · Schedule 3 specifies the general information you need to include in your proposal; and · Schedule 4 and attachments 1, 3 and 4 specify the format, product information and specification that you must include as part of your proposal. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on Friday 31 March 2017 If you have any questions about this RFP, please post these on GETS. We look forward to receiving your proposal. Please note that PHARMAC has extended the scope of this RFP to include an additional sub category of products. Nitrous Oxide delivery consumables. the spreadsheet for this sub category is available as addendum 5. Also note that the closing date for this RFP has been extended until 7 April 2017",Awarded,,0,20250410 Pharmaceutical Management Agency,19055675,Request for Proposals,Open Competition,Request for Proposal - Supply of Interventional Radiology Consumable Products,A1074508,20170922,20171030,20200708,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF INTERVENTIONAL RADIOLOGY CONSUMABLE PRODUCTS PHARMAC invites proposals for the supply of Interventional Radiology (IR) Consumable Products (IR Consumable Products) to New Zealand District Health Board (DHB) Hospitals. This request for proposals (RFP) letter incorporates the following schedules and attachments: Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; Schedule 4 and Attachments 1, 3 and 4 contain the forms in which you are to provide the details of your proposal; and Attachment 2 contains the PHARMAC Standard Terms and Conditions to list Medical Devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 30 October 2017. If you have any questions about this RFP, please post these on GETS. We look forward to receiving your proposal.",Awarded,"For further information please refer to the News-Notification section of the PHARMAC website: https://www.pharmac.govt.nz/news/notification-2018-06-15-ir-products-abbott-defries/ https://www.pharmac.govt.nz/news/notification-2018-11-09-ir-bard/ https://www.pharmac.govt.nz/news/notification-2018-08-06-ir-bioexcel-biotronik/ https://www.pharmac.govt.nz/news/notification-2018-08-06-ir-bioexcel-biotronik/ https://www.pharmac.govt.nz/news/notification-2018-07-31-ir-endoventure-terumo-boston/ https://www.pharmac.govt.nz/news/notification-2019-12-09-ir-bd/ https://www.pharmac.govt.nz/news/notification-2018-04-12-interventional-radiology/ https://www.pharmac.govt.nz/news/notification-2018-06-15-ir-products-abbott-defries/ https://www.pharmac.govt.nz/news/notification-2018-07-02-ir-endologix-dt/ https://www.pharmac.govt.nz/news/notification-2018-12-11-ir-edwards/ https://www.pharmac.govt.nz/news/notification-2018-07-02-ir-endologix-dt/ https://www.pharmac.govt.nz/news/notification-2018-07-31-ir-endoventure-terumo-boston/ https://www.pharmac.govt.nz/news/notification-2018-08-27-radiology-respiratory/ https://www.pharmac.govt.nz/news/notification-2018-06-07-intermed/ https://www.pharmac.govt.nz/news/notification-2018-09-25-jackson-allison/ https://www.pharmac.govt.nz/news/notification-2019-10-09-various-medtronic/ https://www.pharmac.govt.nz/news/notification-2019-05-08-ir-merit/ https://www.pharmac.govt.nz/news/notification-2019-05-06-ir-obex/ https://www.pharmac.govt.nz/news/notification-2019-04-10-ir-stryker/ https://www.pharmac.govt.nz/news/notification-2018-10-11-ir-teleflex/ https://www.pharmac.govt.nz/news/notification-2018-07-31-ir-endoventure-terumo-boston/",0,20250410 ,,,,,,,,,,,,,,,,, Pharmaceutical Management Agency,19470032,Request for Proposals,Open Competition,Request For Proposals Supply of Haemodialysis Equipment and Products,A1112848,20180226,20180531,20210707,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF HAEMODIALYSIS EQUIPMENT AND PRODUCTS PHARMAC invites proposals for the supply of Haemodialysis equipment and products to New Zealand DHB hospitals and their associated community settings. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; and Schedule 4 and Attachments 1, 3 and 4 contain the forms in which you are to provide the details of your proposal. Attachment 2 contains the PHARMAC Standard Terms and Conditions to list Medical Devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 30 April 2018. If you have any questions about this RFP, please post these on GETS. All questions must be received no later than 5.00pm 20 April 2018. We look forward to receiving your proposal.",Awarded,"Te Pataka Whaioranga (Pharmac) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of listing agreements progressed through an open RFP for supply of haemodialysis equipment and products. Successful suppliers are notified on the Pharmac website. Please refer to the Medical Device category page for quick links to the award notices: https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/haemodialysis/ Each suppliers award notification is currently hyperlinked under the Suppliers under Pharmac national contracts section. These notifications include: the successful suppliers name; a description of the medical devices to be listed; the commencement date of listing; and details of the type of arrangement in regard to supplier status. Please note: The list of products under the relevant agreements will be available on the Pharmac website from the Pharmaceutical Schedule Listing date detailed in the notification. See Part III of Section H of the Pharmaceutical Schedule here: https://www.pharmac.govt.nz/tools-resources/pharmaceutical-schedule/hml-online-section-h/ Agreements eventuating from this process are provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The terms of the agreement are based on Pharmacs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP page which can be accessed via the Medical Device category page or https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/rfp-2018-02-26-haemodialysis-equipment/ The approximate annual DHB hospital expenditure for the RFP category is approximately $23 million. The type of process used was an open RFP for non-exclusive national contracts.",0,20250410 Pharmaceutical Management Agency,19672734,Request for Proposals,Open Competition,Request for Proposals - Supply of Urology Ostomy and Continence Products,A1137914,20180503,20180615,20210712,,Sole Agency,No,,"PHARMAC invites proposals for the supply Urology, Ostomy and Continence Products in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; Schedule 4 and Attachments 1, 3, 4 and 5 contain the forms in which you are to provide the details of your proposal; and Attachment 2 contains the PHARMAC standard terms and conditions to list medical devices on the Pharmaceutical Schedule. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tender Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on Friday 15 June 2018. If you have any questions about this RFP, please post these on GETS",Awarded,"Te Pataka Whaioranga (Pharmac) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of listing agreements progressed through an open RFP for supply of urology, ostomy and continence products. Successful suppliers are notified on the Pharmac website. Please refer to the Medical Device category page for quick links to the award notices: https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/urology-ostomy-and-continence/ Each suppliers award notification is currently hyperlinked under the Suppliers under Pharmac national contracts section. These notifications include: the successful suppliers or suppliers name/s a description of the goods, services or works. Please note: The list of products under the relevant agreements will be available on the Pharmac website from the Pharmaceutical Schedule Listing date detailed in the notification. See Part III of Section H of the Pharmaceutical Schedule here: https://www.pharmac.govt.nz/tools-resources/pharmaceutical-schedule/hml-online-section-h/ agreements eventuating from this process are provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The terms of the agreement are based on Pharmacs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP page which can be accessed via the Medical Device category page or https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/urology-ostomy-and-continence/. The approximate annual DHB hospital expenditure for the RFP categories is $22 million. The type of process used was an open RFP for non-exclusive national contracts",0,20250410 Pharmaceutical Management Agency,19834916,Request for Proposals,Open Competition,Request for Proposals - Supply of Products used in the Infusion of Fluids into the body,A1097059,20180621,20180817,20231201,,Sole Agency,No,,"PHARMAC invites proposals for the supply of products used in the infusion of fluids into the body in New Zealand DHB hospitals. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the medical devices for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the general information you need to include in your proposal; Schedule 4 and Attachments 01, 02, 03, 04, 06 and 07 contain the forms on which you are to provide the details of your proposal; and Attachment 05 contains the PHARMAC standard terms and conditions to list medical devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on Friday 17 August 2018. If you have any questions about this RFP, please post these on GETS.",Awarded,,0,20250410 Pharmaceutical Management Agency,19873373,Request for Proposals,Open Competition,RFP - Technical consultancy/third level support,AW:2018,20180703,20180831,20190726,,Sole Agency,No,,"PHARMAC is requesting RFPs for the provision of third level support, specialist technical consultancy advice for our office in Wellington. PHARMACs infrastructure is primarily supported internally by a team of four employees, with more technical third level support and advice being sought from external providers. We are seeking to partner with an organisation that is experienced in providing support to small/medium sized organisations and understand the unique challenges, constraints and opportunities they have. PHARMAC is also on a journey to further mature our processes and planning and will seek advice and support from the successful organisation to develop our roadmap for the future which includes greater use of public cloud services.",Awarded,,0,20250410 Pharmaceutical Management Agency,19876866,Request for Proposals,Open Competition,Request for Proposals - Supply of patient warming and cooling products,A1137600,20180716,20180824,20200907,,Sole Agency,No,,"PHARMAC invites proposals for the supply of patient warming and cooling products in New Zealand DHB hospitals. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP, the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; Schedule 4 and Attachments 1, 3, 4, and 5 contain the forms in which you are to provide details of your proposal; and Attachment 2 contains the PHARMAC standard terms and conditions to list medical devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Friday 24 August 2018. If you have any questions about this RFP, please post these on GETS.",Awarded,"For further information please refer to the patient warming and cooling category page on the PHARMAC website https://www.pharmac.govt.nz/hospital-devices/categories/patient-warming/ Or News-Notification section of the PHARMAC website: 3M: https://www.pharmac.govt.nz/news/notification-2019-02-28-warming-e-and-e-respiratory/ Bard: https://www.pharmac.govt.nz/news/consultation-2019-04-09-warming-bard/ Draeger: https://www.pharmac.govt.nz/news/notification-2019-05-29-pw-draeger/ EBOS: https://www.pharmac.govt.nz/news/notification-2019-03-13-warming/ Gallay https://www.pharmac.govt.nz/news/notification-2019-04-12-four-categories/ Intermed: https://www.pharmac.govt.nz/news/notification-2019-04-12-four-categories/ Jackson Allison: https://www.pharmac.govt.nz/news/notification-2019-04-12-four-categories/ Medtronic: https://www.pharmac.govt.nz/news/notification-2019-10-09-various-medtronic/ Mlnlycke: https://www.pharmac.govt.nz/news/notification-2019-02-28-warming-e-and-e-respiratory/ NZMS: https://www.pharmac.govt.nz/news/notification-2019-02-28-warming-e-and-e-respiratory/ Pharmaco (N.Z.) Limited: https://www.pharmac.govt.nz/news/notification-2020-08-18-pw-pharmaco/ Surgico: https://www.pharmac.govt.nz/news/notification-2019-03-13-warming/ USL: https://www.pharmac.govt.nz/news/notification-2019-04-12-four-categories/ W M Bamford: https://www.pharmac.govt.nz/news/notification-2019-02-28-warming-e-and-e-respiratory/",0,20250410 Pharmaceutical Management Agency,20005103,Request for Proposals,Open Competition,"Request for Proposals - Surgical Suction, Chest and Wound Drainage Products",A1142226,20180813,20180914,20210401,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF SURGICAL SUCTION, CHEST AND WOUND DRAINAGE PRODUCTS PHARMAC invites proposals for the supply of surgical suction, chest and wound drainage products to New Zealand DHB hospitals and their associated community settings. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 pm on Friday 14 September 2018. If you have any questions about this RFP, please post these on GETS. We look forward to receiving your proposal.",Awarded,"Te Pataka Whaioranga (PHARMAC) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz PHARMAC is pleased to announce the approval of listing agreements progressed through an open RFP for supply of surgical suction, and chest and wound drainage products Successful suppliers are notified on the PHARMAC website. Please refer to the Medical Device category page for quick links to the award notices: https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/surgical-suction-and-chest-and-wound-drainage/ Each suppliers award notification is currently hyperlinked under the Suppliers under PHARMAC national contracts section. These notifications include: the successful suppliers name; a description of the medical devices to be listed; the commencement date of listing; and details of the type of arrangement in regard to supplier status. Please note: The list of products, under each agreement, are available on the PHARMAC website and were listed on the Pharmaceutical Schedule as per the listing date detailed in the notification. See Part III of Section H of the Pharmaceutical Schedule here: https://www.pharmac.govt.nz/tools-resources/pharmaceutical-schedule/hml-online-section-h/ Agreements eventuating from this process were all provisional on consultation and final approval from the PHARMAC Board or its delegate prior to listing. Final approval is notified on the PHARMAC website. The terms of the agreements are based on PHARMACs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP web page which can be accessed via the Medical Device category page or https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/surgical-suction-and-chest-and-wound-drainage/ The type of process used was an open RFP for non-exclusive national contracts. The annual spend in this category is approximately $6 million.",0,20250410 Pharmaceutical Management Agency,20011267,Request for Tenders,Open Competition,Request for Tenders - Supply of Atomoxetine,,20180817,20180914,20190806,,Sole Agency,No,,"REQUEST FOR TENDER SUPPLY OF ATOMOXETINE TO DHB HOSPITALS AND TO COMMUNITY PHARMACIES PHARMAC invites tenders for the supply of atomoxetine to DHB Hospitals and to community pharmacies in New Zealand. If you wish to submit a Tender Bid in relation to community and hospital supply of atomoxetine products, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 5pm on 14th September 2018 (New Zealand time). Please submit any queries about this RFT via GETS. We look forward to receiving your Tender Bid.",Awarded,"PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: Generic Partners (NZ) Limited Further Award Information: Address of Successful Tenderer(s): 84 Halesowen Avenue, Mount Eden, Auckland Description of Services: Atomoxetine Date the contract/s was awarded: 31/01/2019. Term of contract/s (including rights of renewals): 3 years (until 30 June 2022) Type of process used: Open Estimated cost of the procurement: $1M-$5M Type of Procurement process used: Open Was there an exemption used: No",0,20250410 Pharmaceutical Management Agency,20264267,Request for Proposals,Open Competition,"Supply of Rehabilitation Equipment, Patient Positioning Products and Supports",A1176058,20181010,20181205,20220907,,Sole Agency,No,,"PHARMAC invites proposals for the supply of Rehabilitation Equipment, Patient Positioning Products and Supports (Rehabilitation Products) to New Zealand DHB hospitals (DHB Hospitals). This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; Schedule 4 and Attachments 1, 3, 4 and 5 contain the forms in which you are to provide the details of your proposal; and Attachment 2 contains the PHARMAC standard terms and conditions to list medical devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4pm NZT Wednesday 5 December 2018. If you have any questions about this RFP, you should submit them via GETS. We encourage suppliers to register with GETS and subscribe to this RFP. We look forward to receiving your proposal",Awarded,"Pharmac is pleased to announce the approval of listing agreements progressed through an open RFP for supply of rehabilitation equipment, patient positioning products and supports (rehabilitation products). Successful suppliers are notified on the Pharmac website. Please refer to the Medical Device category page for quick links to the award notices: https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/rehabilitation-products/ Each suppliers award notification is currently hyperlinked under the Suppliers under Pharmac national contracts section. These notifications include: the successful suppliers or suppliers name/s a description of the goods, services or works. Please note: The list of products under the relevant agreements will be available on the Pharmac website from the Pharmaceutical Schedule Listing date detailed in the notification. See Part III of Section H of the Pharmaceutical Schedule here: https://www.pharmac.govt.nz/tools-resources/pharmaceutical-schedule/hml-online-section-h/ agreements eventuating from this process were provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The terms of the agreement are based on Pharmacs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP page which can be accessed via the Medical Device category page or https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/rfp-2018-10-10-rehab/. The approximate annual Te Whatu Ora hospital expenditure for the RFP category is $22 million. The type of process used was an open RFP.",22000000,20250410 Pharmaceutical Management Agency,20390230,Request for Proposals,Open Competition,Request for Proposals - Supply of Single-Use Sterile Surgical Drapes Gowns and Procedure Packs,A1188591,20181109,20190118,20211013,,Sole Agency,No,,"Please note the close date for this RFP has been extended until 4:00pm Friday 18 January 2019 PHARMAC invites proposals for the supply of single-use Sterile Surgical Drapes, Gowns and Procedure Packs (Surgical Drapes, Gowns and Procedure Packs) to New Zealand District Health Board (DHB) Hospitals. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP and the range of products included and types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; Schedule 4 and Attachments 1, 3, 4, and 5 contain the forms in which you are to provide the details of your proposal; and Attachment 2 contains the PHARMAC standard terms and conditions to list medical devices on the Pharmaceutical Schedule. All proposals must be submitted to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00pm 19 December 2018. If you have any questions about this RFP, please post these on GETS, no later than 10 December 2018. We look forward to receiving your proposal.",Awarded,"Te Pataka Whaioranga (Pharmac) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of listing agreements progressed through an open RFP for supply of single-use Sterile Surgical Drapes, Gowns and Procedure Packs. Successful suppliers are notified on the Pharmac website. Please refer to the Medical Device category page for quick links to the award notices: https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/surgical-drapes-gowns-and-procedure-packs/ Each suppliers award notification is currently hyperlinked under the Suppliers under Pharmac national contracts section. These notifications include: the successful suppliers or suppliers name/s a description of the goods, services or works. Please note: The list of products under the relevant agreements will be available on the Pharmac website from the Pharmaceutical Schedule Listing date detailed in the notification. See Part III of Section H of the Pharmaceutical Schedule here: https://www.pharmac.govt.nz/tools-resources/pharmaceutical-schedule/hml-online-section-h/ Agreements eventuating from this process are provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The terms of the agreement are based on Pharmacs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP page which can be accessed via the Medical Device category page or https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/surgical-drapes-gowns-and-procedure-packs/ The approximate annual Te Whatu Ora Health New Zealand hospital expenditure for the RFP categories is $22 million. The type of process used was an open RFP for non-exclusive national contracts.",0,20250410 Pharmaceutical Management Agency,20433854,Request for Proposals,Open Competition,Request for Proposals - Supply of Various Vaccines and Influenza Vaccines,A1206171,20181120,20190118,20191010,,Sole Agency,No,,"PHARMAC invites proposals for the supply of Various Vaccines and Influenza Vaccines. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the vaccines for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current funded market for the Various Vaccines and Influenza Vaccines; Schedule 4 contains the RFP form in which you are to provide details of your proposal; and Schedule 5, which is available via GETS sets out PHARMACs proposed terms and conditions for supply of Various Vaccines and Influenza Vaccines that will apply if your proposal is awarded. If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Friday 21 December 2018. If you have any inquiries about this RFP you should submit them via GETS. Answer to questions will be provided through GETS. PHARMAC will also post any addenda through GETS. We encourage interested suppliers to register with GETS and subscribe to this RFP to be kept up to date. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: GlaxoSmithKline NZ Sequirs New Zealand Limited Sanofi-Aventis Limited MSD Pharmaceuticals Further Award Information: Address of Successful Tenderer(s): Level 10, Zurich House, 21 Queen Street, Auckland 1143 Level 2, 347-51 Parnell Road, Auckland 1052 Level 8, James and Wells Tower, 56 Cawley Street, Auckland 1051 Level 3, 123 Carlton Gore Road, Auckland 1023 Description of Services: Various Vaccines Date the contract/s was awarded: 28/06/2019. Term of contract/s (including rights of renewals): 4 years Type of process used: Open Estimated cost of the procurement: $25M-$50M Type of Procurement process used: Open Was there an exemption used: No",37500000,20250410 ,,,,,,,,,,,,,,,,, Pharmaceutical Management Agency,21000578,Request for Proposals,Open Competition,Request for Proposals - Supply of Levonorgestrel Intrauterine System,A1236906,20190506,20190530,20200127,,Sole Agency,No,,"PHARMAC invites proposals for the supply of the levonorgestrel intrauterine system in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00p.m. on 30 May 2019. If you have any questions about this RFP, please post these on GETS. Responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,,0,20250410 Pharmaceutical Management Agency,21020657,Request for Proposals,Open Competition,"Supply of Apomorphine Hydrochloride, Infusion Pumps ,dedicated pump syringes (if applicable) and Associated Consumables",A1230870,20190510,20190607,20191216,,Sole Agency,No,,"PHARMAC invites proposals for the supply in New Zealand of apomorphine hydrochloride (that allows for both intermittent dosing regimens and continuous subcutaneous infusions) (Apomorphine), ambulatory infusion pumps and dedicated pump syringes (if applicable) (Infusion Pumps) and associated consumables (as described at 3(d) (ii) below). Together, Apomorphine and Infusion Pumps are referred to as the Pharmaceutical. This request for proposals (RFP) letter incorporates the following schedules: ? Schedule 1 specifies the Pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; ? Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; ? Schedule 3 sets out information about the estimated size of the current subsidised market for the Pharmaceutical; and ? Schedule 4 contains the RFP form in which you are to provide details of your proposal(s). If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tender Service (GETS) www.gets.govt.nz no later than 4.00p.m. (New Zealand time) on Friday 7 June 2019 If you have any questions about this RFP, you should submit them via GETS, responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,,0,20250410 Pharmaceutical Management Agency,21214858,Request for Tenders,Open Competition,Request for Tenders - Supply of Labetalol,A1271218,20190702,20190726,20200909,,Sole Agency,No,,"REQUEST FOR TENDER SUPPLY OF LABETALOL TO DHB HOSPITALS AND TO COMMUNITY PHARMACIES PHARMAC invites tenders for the supply of labetalol to DHB Hospitals and to community pharmacies in New Zealand. If you wish to submit a Tender Bid in relation to community and hospital supply of labetalol , you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 5pm on 26th July 2019 (New Zealand time). Please submit any queries about this RFT via GETS. We look forward to receiving your Tender Bid.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: Aspen Pharmacare Australia Pty Limited Further Award Information: Address of Successful Tenderer(s): Level 3, 7 Falcon Street, Parnell, Auckland (1052) Date the contract/s was awarded: 18/02/2020 Term of contract/s (including rights of renewals): 4 Years Type of process used: Open Estimated cost of the procurement: $1M-$5M Type of Procurement process used: Open Was there an exemption used: No",0,20250410 Pharmaceutical Management Agency,21271575,Request for Proposals,Open Competition,Request for Proposals - Supply of Rituximab,A1274193,20190716,20190812,20191211,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF RITUXIMAB PHARMAC invites proposals for the supply of rituximab in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 12 August 2019. If you have any questions about this RFP, please post these on GETS, responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: Novartis New Zealand Limited Name/Address of Successful Tenderer(s): Novartis New Zealand Limited, 109, Carlton Gore Road, Auckland, Auckland, 1023, NEW ZEALAND Description of Services: Supply of rituximab Date the contract/s was awarded: 5 December 2019 Term of contract/s (including rights of renewals): 3+1 Estimated cost of the procurement: $10M - $25M Type of Procurement process used: Open Was there an exemption used: No",0,20250410 Pharmaceutical Management Agency,21314358,Request for Proposals,Open Competition,Request of Proposals - Supply of Fluticasone and Fluticasone with Salmeterol Metered Dose Inhalers,A1283016,20190729,20190819,20200122,,Sole Agency,No,,"REQUEST FOR PROPOSALS - SUPPLY OF FLUTICASONE AND FLUTICASONE WITH SALMETEROL METERED DOSE INHALERS PHARMAC invites proposals for the supply of fluticasone and fluticasone with salmeterol, metered dose inhalers (MDIs) in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5:00 pm on 19 August 2019. If you have any questions about this RFP, please post these on GETS. Responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: GlaxoSmithKline Further Award Information: Address of Successful Tenderer: Level 11, Zurich House, 21 Queen Street, Auckland 1143 Description of Services: fluticasone and fluticasone with salmeterol MDIs Date the contract/s was awarded: 29/11/2019. Term of contract/s (including rights of renewals): 3+1+1 Type of process used: Open Estimated cost of the procurement: $50M-$100M Type of Procurement process used: Open Was there an exemption used: No",0,20250410 Pharmaceutical Management Agency,21425025,Request for Proposals,Open Competition,Request for Proposals - Supply of Infliximab,A1287996,20190819,20191008,20200708,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF INFLIXIMAB PHARMAC invites proposals for the supply of infliximab in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 30 September 2019. If you have any questions about this RFP, please post these on GETS, responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,Further Award Information: https://www.pharmac.govt.nz/news/notification-2020-06-29-infliximab/,0,20250410 Pharmaceutical Management Agency,21504218,Request for Proposals,Open Competition,"Request for Proposals - Supply of a CDK4/CDK6 Inhibitor for the Treatment of HR-Positive, HER2-Negative Locally Advanced or Metastatic Breast Cancer",A1300449,20190901,20191014,20200305,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF A CDK4/CDK6 INHIBITOR FOR THE TREATMENT OF HR-POSITIVE, HER2-NEGATIVE LOCALLY ADVANCED OR METASTATIC BREAST CANCER PHARMAC invites proposals for the supply of a CDK4/CDK6 inhibitor for the treatment of HR-positive, HER2-negative locally advanced or metastatic breast cancer in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on 14 October 2019. If you have any questions about this RFP, please post these on GETS; responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,"Agency Name and Address: PHARMAC, 40 Mercer Street, Wellington This tender has been awarded to: Pfizer New Zealand Limited Further Award Information: Address of Successful Tenderer(s): Level 1, Building B, 8 Nugent Street, Grafton, Auckland. Date the contract/s was awarded: 28/02/2020 Term of contract/s (including rights of renewals): 3 Years Type of process used: Open Estimated cost of the procurement: $100+M Type of Procurement process used: Open Was there an exemption used: No",0,20250410 Pharmaceutical Management Agency,21612822,Request for Proposals,Open Competition,Request For Proposals: Supply of services to support the responsible use of subsidised pharmaceuticals in primary care,A1302996,20190917,20191031,20200519,,Sole Agency,No,,"PHARMAC invites proposals from suppliers for the supply of services to support the responsible use of subsidised pharmaceuticals in primary care to PHARMAC. PHARMAC is interested in proposals from suppliers for the creation and dissemination of up-to-date and appropriate information about the responsible use of pharmaceuticals for healthcare professionals working in primary care. Any such services will need to be co-ordinated with related activities being undertaken within the wider health sector by organisations including the Ministry of Health, DHBs and PHOs, as appropriate. If you wish to submit a proposal, please submit it via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 5pm Monday, 28 October 2019. If you have any questions about this RFP, please post these on GETS. The name and contact details at PHARMAC in respect of this RFP are as follows Adam McRae, Senior Implementation Lead via e-mail at adam.mcrae@pharmac.govt.nz. We look forward to receiving your proposal.",Awarded,,0,20250410 Pharmaceutical Management Agency,22162611,Request for Proposals,Open Competition,Request for Proposals - Supply of Diabetes Agents,A1327714,20200115,20200316,20210408,,Sole Agency,No,,"REQUEST FOR PROPOSALS SUPPLY OF DIABETES AGENTS PHARMAC invites proposals for the supply of diabetes agents in New Zealand. See below for details about a supplier briefing. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which PHARMAC is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the market for the pharmaceuticals; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. If you wish to submit a proposal, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on 16 March 2020. SUPPLIER BRIEFING: PHARMAC will be holding a supplier briefing and Q&A on Monday 3 February 2020 in Auckland to provide information about the types of proposals sought through this RFP. Location: Novotel, Auckland Airport Time: 1-3pm Please contact procurement@pharmac.govt.nz if you would like to attend. If you have any questions about this RFP, please post these on GETS, responses to all questions will be published on GETS. We look forward to receiving your proposal.",Awarded,,100000000,20250410 Pharmaceutical Management Agency,22404735,Request for Proposals,Open Competition,Request for Proposals Supply of Regional Vaccine Storage and Distribution Services,A1349021,20200305,20200630,20201102,,Sole Agency,No,,"PHARMAC invites proposals for the supply of regional vaccine storage and distribution services to PHARMAC. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the services for which PHARMAC is requesting proposals and sets out the background to the RFP; Schedule 2 describes the process that PHARMAC expects to follow in relation to the RFP; and Schedule 3 specifies the information you need to include with your proposal. Four appendices include further information in relation to this RFP as follows: Appendix 1 - Service specifications Appendix 2 - Market information and pack size data Appendix 3 - Budget templates for proposal Appendix 4 Draft services agreement If you wish to submit a proposal, please submit it to PHARMAC via the Government Electronic Tender Service (GETS) (www.gets.govt.nz) no later than 5.00 p.m. on Wednesday 1 April 2020",Awarded,,0,20250410 Pharmaceutical Management Agency,23189548,Request for Tenders,Open Competition,Request for Tenders - Supply of Ibuprofen 200 mg tablets and Paracetamol 500 mg tablets,,20200828,20200925,20210126,,Sole Agency,No,,"REQUEST FOR TENDERs SUPPLY OF IBUPROFEN 200 MG TABLETS AND PARACETAMOL 500 MG TABLETS TO DHB HOSPITALS AND TO COMMUNITY PHARMACIES PHARMAC invites tenders for the supply of Ibuprofen 200 mg tablets and Paracetamol 500 mg tablets to DHB Hospitals and to community pharmacies in New Zealand. If you wish to submit a Tender Bid in relation to community and hospital supply of Ibuprofen 200 mg tablets and Paracetamol 500 mg tablets, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4pm on 25th September 2020 (New Zealand time). Please submit any queries about this RFT via GETS. We look forward to receiving your Tender Bid.",Awarded,Please see the link to the public notification for the decision to award sole supply for paracetamol and ibuprofen: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-2020-12-22-paracetamol-ibuprofen/,9600000,20250410 Pharmaceutical Management Agency,23356156,Request for Tenders,Closed Competition,Request for Tenders - Supply of Various Pharmaceuticals,A1423278,20201001,20201027,20210615,,Sole Agency,No,,"REQUEST FOR TENDER SUPPLY OF VARIOUS PHARMACEUTICALS TO DHB HOSPITALS AND TO COMMUNITY PHARMACIES PHARMAC invites tenders for the supply of various pharmaceuticals to DHB Hospitals and to community pharmacies in New Zealand. If you wish to submit a Tender Bid in relation to community and hospital supply of any of the various pharmaceuticals, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 5.00pm on 27 October 2020 (New Zealand time). Please submit any queries about this RFT via GETS. We look forward to receiving your Tender Bid.",Awarded,"Te Pataka Whaioranga (Pharmac) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce it has resolved to award tenders for Sole Subsidised Supply Status and Hospital Supply Status for various medicines Successful suppliers have been notified on the Pharmac website. Weblinks to these notifications can be found on the Apotex market exit page on the Pharmac website: https://pharmac.govt.nz/medicine-funding-and-supply/medicine-notices/apotex/ These notifications include the successful suppliers and which products were awarded. Please note: tenders awarded through this process were provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The terms of the agreement are based on Pharmacs standard terms and conditions for supply and are comparable to other tenders Pharmac has issued. The approximate cumulative annual expenditure for products awarded is $14 million. There was a two-stage procurement process used first stage was an open Registration of Interest issued on 19 June 2020 (GETS RFx ID: 22841075) followed by a closed Request for Tender. No tenders were awarded through this process for the following items: Azithromycin-Tab 250mg Bromocriptine-Tab 2.5 mg Ciclopirox-Nail Solution 8% Diclofenac Sodium-Tab 75mg Diclofenac Sodium-Tab 100mg Diltiazem-Cap 120mg Doxazosin-Tab 2mg Doxazosin-Tab 4mg Folic Acid-Tab 0.8mg Megestrol-Tab 160mg Oxybutynin-Tab 5mg Oxybutynin-Oral liq 5mg/ml Perindopril-Tab 2mg Perindopril-Tab 4mg Pindolol-Tab 5mg Pindolol-Tab 10mg Pindolol-Tab 15mg Prazosin-Tab 1mg Prazosin-Tab 2mg Prazosin-Tab 5mg Prednisone-Tab 1mg Prednisone-Tab 2.5mg Prednisone-Tab 5mg Prednisone-Tab 20mg Primidone-Tab 250mg Pyridoxine-Tab 50 mg Selegiline-Tab 5mg Timolol maleate-Tab 10mg",0,20250410 ,,,,,,,,,,,,,,,,, Pharmaceutical Management Agency,24719579,Request for Quotations,Closed Competition,Request for Quotes - Supply of perindopril tablets,A1505917,20210825,20210908,20211207,,Sole Agency,No,,"REQUEST FOR QUOTES SUPPLY OF PERINDOPRIL TABLETS TO DHB HOSPITALS AND TO COMMUNITY PHARMACIES PHARMAC invites quotes for the supply of perindopril tablets to DHB Hospitals and to community pharmacies in New Zealand. If you wish to submit a Tender Bid in relation to community and hospital supply of perindopril tablets, you must submit it to PHARMAC via the Government Electronic Tenders Service (GETS) no later than 4pm on 8th September 2021 (New Zealand time). Please submit any queries about this RFQ via GETS. We look forward to receiving your Tender Bid.",Awarded,,0,20250410 Pharmaceutical Management Agency,25517848,Award Notice,Open Competition,Agreement award for budesonide with eformoterol powder for inhalation,,20220316,20220316,20220316,,Sole Agency,No,,"As part of a wider decision to fund new treatments for cancer and asthma Pharmac is amending and extending the terms of agreement with AstraZeneca Pty Ltd for budesonide with eformoterol dry powder inhalers (Symbicort Turbuhaler) You can read the full details of the decision on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/2022-03-16-decision-to-fund-treatments-for-cancer-and-asthma Pharmac published an FPO for these products in June 2021. An open market RFP was not released as it was determined that direct contracting would be suitable and necessary. There will be protection from delisting and subsidy reduction until 31 March 2025, this means that a competitive procurement process for these products could be entered into after this date.",Not Awarded,"As part of a wider decision to fund new treatments for cancer and asthma Pharmac is amending and extending the terms of agreement with AstraZeneca Pty Ltd for budesonide with eformoterol dry powder inhalers (Symbicort Turbuhaler) You can read the full details of the decision on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/2022-03-16-decision-to-fund-treatments-for-cancer-and-asthma Pharmac published an FPO for these products in June 2021. An open market RFP was not released as it was determined that direct contracting would be suitable and necessary. There will be protection from delisting and subsidy reduction until 31 March 2025, this means that a competitive procurement process for these products could be entered into after this date.",0,20250410 Pharmaceutical Management Agency,25604367,Request for Proposals,Open Competition,RFP - Supply of Permanent Coronary Drug-Eluting Stents,A1539175,20220329,20220426,20221005,,Sole Agency,No,,"Pharmac invites proposals for the supply of Permanent Coronary Drug-Eluting Stents in New Zealand. The request for proposals (RFP) letter attached to this listing incorporates the following schedules: Schedule 1 sets out the background to the RFP and the range of devices included and types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current market for the devices; Schedule 4 specifies the information and evidence you need to include in your proposal; Schedule 5 and Attachments 1, 2, 4 and 5 contain the forms in which you are to provide the details of your proposal; and Attachment 3 contains the Pharmac terms and conditions to list medical devices on the Pharmaceutical Schedule. All proposals must be submitted to Pharmac via the Government Electronic Tenders Service (GETS) no later than 5.00pm Tuesday 26 April 2022. The Permanent Coronary Drug-Eluting Stents which are in scope and out of scope of this RFP are outlined further in Schedule 1, clause 5. As the market share procurement model for medical devices may be new for some suppliers, we will provide an opportunity for Pharmac staff to answer any questions you might have regarding this RFP process. We expect to hold one supplier briefing meeting via Zoom at 3.00pm on Tuesday 5 April 2022. Please refer to page 6 of the RFP letter for more information. We look forward to receiving your proposal.",Awarded,"Pharmac is pleased to announce the approval of a market share agreement progressed through an open RFP for supply of permanent coronary drug-eluting stents (DES). Pharmac has decided to award Principal Supply Status (PSS) to Boston Scientific New Zealand Limited (Boston) for the supply of DES to Te Whatu Ora hospitals, with a 35% Alternative Brand Allowance (ABA). In summary this will result in: Bostons brands of DES, Promus Elite, Synergy XD and Synergy Megatron, being listed in Part III of Section H of the Pharmaceutical Schedule and available for Te Whatu Ora hospitals at reduced prices from 1 November 2022; a transition period from 1 November 2022 until 28 February 2023 will apply; Promus Elite, Synergy XD and Synergy Megatron having PSS from 1 March 2023 until 28 February 2026. During this period 65% of all DES purchases by Te Whatu Ora hospitals must be one of Bostons brands. estimated annual savings of over $735,000 across all Te Whatu Ora hospitals. Please note: This agreement was provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The 5 October 2022 award notification is available on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-2022-10-05-des-boston/. The terms of the agreement are based on Pharmacs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP page which can be accessed here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/rfp-2022-03-29-devices-des/?type=RFP&page=1. The approximate gross annual Te Whatu Ora hospitals expenditure for DES is $6.5 million. Pharmac is committed to sustainable and inclusive procurement that delivers for New Zealand and New Zealanders. Broader outcomes were considered in this process.",0,20250410 Pharmaceutical Management Agency,25694911,Request for Proposals,Open Competition,Request for Proposals (RFP) - Supply of non-injectable testosterone products,A1581341,20221124,20230119,20240208,,Sole Agency,No,,"REQUEST FOR PROPOSALS Supply of non-injectable testosterone products. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceuticals for which Pharmac is requesting proposals and sets out the background to the RFP and the types of proposals sought. Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP. Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals. Schedule 4 contains the RFP form in which you are to provide details of your proposal. The other attachments in addition to the RFP letter on this GETS listing are an editable version of the proposal form and Pharmac's standard terms and conditions for supply of pharmaceuticals that would form the basis of the contract for supply. If you wish to submit a proposal, you must submit it to Pharmac via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m. on Thursday 19 January 2023. If you have any questions about this RFP, please post these on GETS before 23/12/22 or alternatively contact Pharmac by email at procurement@pharmac.govt.nz. Responses to all questions will be published on GETS.",Awarded,"Te Pataka Whaioranga (Pharmac) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of a market share agreement progressed through an open RFP for supply of non-injectable testosterone products. Pharmac has decided to award Principal Supply Status (PSS) to Pharmaco for the supply of testosterone gel to community pharmacies and Te Whatu Ora hospitals, with a 5% Alternative Brand Allowance (ABA). There are no changes proposed to the other forms of testosterone currently listed on the Pharmaceutical Schedule as a result of this RFP. In summary this will result in: Pharmacos brand of testosterone gel (Testogel), being listed in the Pharmaceutical Schedule from 1 April 2024. Testogel having PSS from 1 July 2024 until 30 June 2027. Please note: This agreement eventuating from this process was provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The 8 February 2024 award notification is available on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-2024- 02-08-testosterone More information about PSS is available here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-to-change-pharmacs-approach-to-competitive-procurement/ The approximate forecasted gross annual expenditure across all testosterone presentations is $2 3 million. Pharmac is committed to sustainable and inclusive procurement that delivers for New Zealand and New Zealanders. Broader outcomes were considered in this process.",0,20250410 Pharmaceutical Management Agency,25993408,Request for Proposals,Open Competition,RFP - Supply of immune checkpoint inhibitors for the treatment of locally advanced and metastatic non-small cell lung cancer,A1593389,20220706,20220831,20230307,,Sole Agency,No,,"REQUEST FOR PROPOSALS Supply of immune checkpoint inhibitors (ICIs) for the treatment of locally advanced and metastatic non-small cell lung cancer (NSCLC). Pharmac invites proposals for the supply of ICIs for the treatment of locally advanced and metastatic NSCLC in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which Pharmac is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the market for the pharmaceuticals; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. The other attachments in addition to the RFP letter on this GETS listing are an editable version of the proposal form and Pharmac's standard terms and conditions for supply of pharmaceuticals that would form the basis of the contract for supply. If you wish to submit a proposal, you must submit it to Pharmac via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m (NZST) on 31 August 2022.",Awarded,"Te Pataka Whaioranga (PHARMAC) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of market share agreements progressed through an open RFP for supply of immune checkpoint inhibitors for the treatment of locally advanced and metastatic non-small cell lung cancer. Pharmac has decided to award Principal Supply Status (PSS) to: pembrolizumab (brand name Keytruda), supplied by Merck Sharp and Dohme, funded for the treatment of people with advanced NSCLC as first-line treatment. atezolizumab (brand name Tecentriq), supplied by Roche, funded for people with advanced NSCLC as second or later line treatment. Keytruda and Tecentriq have been listed in the Pharmaceutical Schedule from 1 April 2023 for use in community pharmacies and Te Whatu Ora hospitals, with a 5% Alternative Brand Allowance. Please note: The agreements eventuating from this process were provisional on consultation and final approval from the Pharmac Board. The notification date is the approval or award date. The 7 March 2023 public award notification is available on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/2023-03-07-decision-to-fund-two-new-treatments-for-people-with-advanced-non-small-cell-lung-cancer/?type=Decision&page=1 More information about PSS is available here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-to-change-pharmacs-approach-to-competitive-procurement/ The approximate, estimated, gross annual expenditure for these immune checkpoint inhibitors is $140,000,000 Pharmac is committed to sustainable and inclusive procurement that delivers for New Zealand and New Zealanders. Broader outcomes were considered in this process.",140000000,20250410 Pharmaceutical Management Agency,26286813,Request for Proposals,Open Competition,Request for Proposals - Supply of Intravenous Trastuzumab,A1546983,20220908,20221026,20230823,,Sole Agency,No,,"REQUEST FOR PROPOSALS Supply of intravenous trastuzumab for the New Zealand subsidised market. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which Pharmac is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceutical; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. Pharmac is not willing to consider proposals involving funded or unfunded pharmaceuticals or related products other than intravenous trastuzumab in a response to this RFP. The other attachments in addition to the RFP letter on this GETS listing are an editable version of the proposal form and Pharmac's standard terms and conditions for supply of pharmaceuticals that would form the basis of the contract for supply. If you wish to submit a proposal, you must submit it to Pharmac via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m (NZST) on 19 October 2022.",Awarded,"Te Pataka Whaioranga (PHARMAC) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of a principal supply agreement progressed through an open RFP for supply of intravenous trastuzumab. Pharmac has decided to award Principal Supply Status to Celltrion Healthcare New Zealand Limited for the supply of its brand of intravenous trastuzumab (Herzuma) to Te Whatu Ora hospitals. A 5% Alternative Brand Allowance will apply. You can about the details of the decision and the changes from the contract award on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/23-08-23-decision-to-widen-access-to-intravenous-trastuzumab-and-change-the-funded-brand/ Please note: The agreement eventuating from this process was provisional on consultation and final approval from the Pharmac Board. The notification date is the approval or award date. The 23 August 2023 award notification is available on the Pharmac website here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/23-08-23-decision-to-widen-access-to-intravenous-trastuzumab-and-change-the-funded-brand/ More information about PSS is available here: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-to-change-pharmacs-approach-to-competitive-procurement/ The approximate gross annual expenditure for the intravenous trastuzumab is $35 million. Pharmac is committed to sustainable and inclusive procurement that delivers for New Zealand and New Zealanders. Broader outcomes were considered in this process.",0,20250410 Pharmaceutical Management Agency,26615495,Request for Proposals,Open Competition,Request for Proposals - Supply of Various Vaccines and a Diagnostic Agent,A1594470,20221111,20221222,20240410,,Sole Agency,No,,"Pharmac invites proposals for the supply of various vaccines (including influenza) and a diagnostic agent in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the vaccines and a diagnostic agent for which Pharmac is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the vaccines and diagnostic agent; Schedule 4 contains the RFP form in which you are to provide details of your proposal; and Schedule 5, which is available via GETS sets out Pharmacs proposed terms and conditions for the supply of vaccines that will apply if your proposal is awarded. The other attachments in addition to the RFP letter on this GETS listing are an editable version of the proposal form (Schedule 4), and an excel spreadsheet for the response to question (d) of Schedule 4. If you wish to submit a proposal, you must submit it to Pharmac via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m (NZST) on 22 December 2022.",Awarded,"Please see the following notifications on the Pharmac website in relation to the outcomes of the RFP for the supply of various vaccines and a diagnostic agent: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-2023-08-03-nis-vaccines https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-on-a-new-supply-agreement-for-human-papillomavirus-vaccine",0,20250410 Pharmaceutical Management Agency,26961637,Request for Proposals,Open Competition,Request for Proposals - Supply of Blunt Fill Needles,A1651193,20230220,20230403,20230809,,Sole Agency,No,,"Pharmac invites proposals for the supply of Blunt Fill Needles to Te Whatu Ora Hospitals, in New Zealand. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 sets out the background to the RFP, the range of products included and the types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 specifies the information and evidence you need to include in your proposal; Schedule 4 and attachments 1, 3, 4 and 5 contain the forms in which you are to provide details of your proposal; and Attachment 2 contains the Pharmac standard terms and conditions to list medical devices on the Pharmaceutical Schedule. All proposals must be submitted to Pharmac via the Government Electronic Tenders Service (GETS) no later than 4.00pm, Monday 3 April 2023. Please note that Suppliers who currently have Blunt Fill Needle products listed in Section H (as a result of a 2017 RFP for needles and syringes) of the Pharmaceutical Schedule are not required to submit an RFP response in order to have their Blunt Fill Needles remain on the Pharmaceutical Schedule, and Pharmac is not seeking to alter the terms and conditions of agreements with these currently listed suppliers of Blunt Fill Needles. If you have any questions about this RFP, please post these on GETS. We look forward to receiving your proposal.",Awarded,"Te Pataka Whaioranga (Pharmac) Level 9, 40 Mercer Street Wellington PO Box 10254, Wellington 6143, New Zealand www.pharmac.govt.nz Pharmac is pleased to announce the approval of listing agreements progressed through an open RFP for supply of blunt fill needles. Successful suppliers are notified on the Pharmac website. Please refer to the Medical Device category page for quick links to the award notices: https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/needles-and-syringes/ Each supplier's award notification is currently hyperlinked under the Suppliers under Pharmac national contracts section. These notifications include: the successful suppliers or suppliers name/s a description of the goods, services or works. Please note: The list of products under the relevant agreements will be available on the Pharmac website from the Pharmaceutical Schedule Listing date detailed in the notification. See Part III of Section H of the Pharmaceutical Schedule here: https://www.pharmac.govt.nz/tools-resources/pharmaceutical-schedule/hml-online-section-h/ Agreements eventuating from this process are provisional on consultation and final approval from the Pharmac Board or its delegate. The notification date is the approval or award date. The terms of the agreement are based on Pharmacs standard terms and conditions to list medical devices on the Pharmaceutical Schedule, which are available as a download on the RFP page which can be accessed via the Medical Device category page or https://pharmac.govt.nz/hospital-devices/whats-happening-in-each-category/needles-and-syringes/ The approximate annual Te Whatu Ora Health New Zealand hospital expenditure for this RFP category is $2 million. The type of process used was an open RFP for non-exclusive national contracts.",0,20250410 Pharmaceutical Management Agency,27680514,Request for Proposals,Open Competition,"Request for Proposals - Supply of insulin pumps, insulin pump consumables and continuous glucose monitoring (CGM) devices",,20230711,20230818,20240829,,Sole Agency,No,,"REQUEST FOR PROPOSALS supply of insulin pumps, insulin pump consumables and continuous glucose monitoring (CGM) devices Pharmac invites proposals for the supply of insulin pumps, insulin pump consumables and continuous glucose monitoring devices for the treatment of type 1 diabetes in the New Zealand subsidised community market. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which Pharmac is requesting proposals and sets out the background to the RFP and the types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the market for the products; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. The other attachments in addition to the RFP letter on this GETS listing are: - Attachment 1: the Excel spreadsheet in which you are to provide your proposals and product specifications - Attachment 2: Proposed amendments to the contract you wish Pharmac to consider - Attachment 3: Market information for insulin pumps, insulin pump consumables, blood glucose meters, and blood glucose testing strips from 2020 to 2023. - Attachment 4: Pharmac's standard terms and conditions for the supply of pharmaceuticals that would form the basis of the contract for supply - Attachment 5: an editable version of the proposal form (Schedule 4) contained within the RFP letter. If you wish to submit a proposal, you must submit it to Pharmac via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 4.00 p.m (NZST) on Friday 18 August 2023. We will be holding an online supplier briefing at 1pm Wednesday 19 July 2023. If you are interested in attending this, please register your interest by emailing procurement@pharmac.govt.nz.",Awarded,"Please note that a contract was also awarded to: New Zealand Medical and Scientific Limited - 2a Fisher Crescent, Mt Wellington, Auckland 1060 Please see the following notification on the Pharmac website in relation to the outcomes of the RFP for the supply of insulin pumps, insulin pump consumables, and continuous glucose monitoring (CGM) devices. https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/decision-to-fund-continuous-glucose-monitors-insulin-pumps-and-insulin-pump-consumables",0,20250410 Pharmaceutical Management Agency,27951960,Request for Proposals,Open Competition,Request for Proposals - Supply of lenalidomide and pomalidomide,A1671360,20230824,20231011,20240417,,Sole Agency,No,,"Te Pataka Whaioranga - Pharmac invites proposals for the supply of lenalidomide and/or pomalidomide in the Aotearoa New Zealand subsidised market. This request for proposals (RFP) incorporates the following schedules: Schedule 1 specifies the pharmaceutical for which Pharmac is requesting proposals, sets out the background to the RFP, our role within the Pae Ora Act and the types of proposals sought; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; Schedule 3 sets out information about the estimated size of the market for the products; and Schedule 4 contains the RFP form in which you are to provide details of your proposal. The other attachments in addition to the RFP letter on this GETS listing are an editable version of the proposal form and Pharmac's standard terms and conditions for supply of pharmaceuticals and Principal Supply Status terms that would form the basis of the contract for supply. If you wish to submit a proposal, you must submit it to Pharmac via GETS no later than 2.00 p.m (NZT) on Wednesday 4 October 2023. We are proposing to hold an online supplier briefing at 11.00 am NZT Thursday 7 September 2023. If you are interested in attending this, please register your interest by emailing procurement@pharmac.govt.nz",Awarded,,0,20250410 Pharmaceutical Management Agency,29136389,Request for Proposals,Open Competition,Request for Proposals (RFP) - Supply of oestradiol gel,A1720354,20240405,20240513,20240926,,Sole Agency,No,,"Pharmac - Te Pataka Whaioranga invites proposals for the supply of oestradiol gel in the Aotearoa New Zealand subsidised market. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies: the pharmaceuticals we are seeking proposals for; the background to the RFP; our role within the Pae Ora (Healthy Futures) Act 2022; and the types of proposals sought. Schedule 2 describes the process that Pharmac expects to follow for the RFP; Schedule 3 sets out information about the estimated size of the current subsidised market for the pharmaceuticals; and Schedule 4 contains the RFP form for you to provide your proposal. If you wish to submit a proposal, you must submit it to Pharmac through the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 2.00 p.m. NZST on Monday 13 May 2024.",Awarded,"Please see the following notification on the Pharmac website in relation to the outcome of the RFP for the supply of oestradiol gel: https://pharmac.govt.nz/news-and-resources/consultations-and-decisions/2024-09-decision-to-fund-oestradiol-gel-and-to-award-principal-supply-status-to-estrogel",0,20250410 Pharmaceutical Management Agency,30100446,Request for Proposals,Open Competition,Request for Proposals - Supply of Patent Attorney Services,A1818794,20240830,20240930,20250115,,Sole Agency,No,,"Pharmac invites proposals for the supply of Patent Attorney Services to Pharmac. This request for proposals (RFP) letter incorporates the following schedules: Schedule 1 specifies the services for which Pharmac is requesting proposals and sets out the background to the RFP; Schedule 2 describes the process that Pharmac expects to follow in relation to the RFP; and Schedule 3 is the Response Form, which includes the information you need to include in your proposal. If you wish to submit a proposal, please submit it to Pharmac via the Government Electronic Tenders Service (GETS) (www.gets.govt.nz) no later than 12.00 p.m. on 30 September 2024. If you have any questions about this RFP, please post these on GETS prior to 12.00 p.m. on 23 September 2024.",Awarded,,0,20250410 Pharmaceutical Management Agency,30182160,Request for Tenders,Open Competition,Request for Tenders - Supply of Bevacizumab,A1824070,20240918,20241023,20250212,,Sole Agency,No,,"Pharmac invites tenders for the supply of bevacizumab to Health NZ hospitals in New Zealand. This request for tender (RFT) incorporates the following schedules: (a) Schedule 1 sets out the definitions used in this RFT. (b) Schedule 2 specifies the pharmaceuticals and scenarios for which you may submit a Tender Bid in relation to hospital supply and provides background information regarding this RFT. (c) Schedule 3 describes the process Pharmac intends to follow in relation to this RFT, and provides instructions on how to submit a Tender Bid in relation to hospital supply. (d) Schedule 4 sets out terms that will apply if your Tender Bid in relation to hospital supply is awarded Principal Supply Status. (e) Schedule 5 sets out any rebate terms that will apply if your Tender Bid in relation to hospital supply is awarded Principal Supply Status. (f) Appendix A contains the RFT response form in which you are to provide details of your tender. If you wish to submit a Tender Bid in relation to hospital supply, you must submit it to Pharmac via the Government Electronic Tenders Service (GETS) no later than 12:00 pm on 23 October 2024 New Zealand time. If you have any questions about this RFT, please post these on GETS prior to 12:00 pm on 15 October 2024. We will also be holding an online supplier briefing at 2:00 pm NZT Monday 23 September 2024. If you are interested in attending this, please register your interest by emailing procurement@pharmac.govt.nz We look forward to receiving your Tender Bid.",Awarded,,0,20250410 Porirua City Council,19587877,Request for Quotations,Open Competition,Ascot Park Fenced Dog Exercise Area Stage One 2017/18,CG00038,20180329,20180426,20191024,,Sole Agency,No,,"This contract is Stage One of the proposed development of a 5714.70sqm fenced dog exercise area at Ascot Park in Porirua. This first stage includes the fencing of the perimeter of the proposed dog exercise area. The construction of footpaths and dog socialising areas will be completed as funds become available. The scope of works includes: Site set-up and disestablishment Supply and install 1.5m high x374m long chainlink fencing with top galvanised top and bottom rails with 300mm wide mowing strip under the fence. Supply and install two 3m wide vehicle service gates. Supply and install two pedestrian gateways (double gated airlock styles) with concrete pads. Lay a 5x1.2m concrete path to link northern pedestrian gate to existing concrete dish channel.",Not Awarded,"No winner - this contract was not awarded as not affordable by Council. Subsequent work undertaken by Fecco Fencing in Titahi Bay.",0,20250410 Porirua City Council,20066880,Request for Proposals,Closed Competition,"Survey, Design and Drawing Services - Various Park Projects",NA,20180824,20180907,20190808,Parks,Sole Agency,No,,,Not Awarded,This contract was awarded to Opus International Consultants Ltd,0,20250410 Porirua City Council,20347739,Request for Tenders,Closed Competition,Bothamley Pathway-Waihemo Stream Gabion Basket Installation 2018/19,CI100108,20181030,20181127,20191023,Parks,Sole Agency,No,,"We are seeking an experienced contractor to carry out remedial works to address continuing slumping of parts of the bank of the Kenepuru Stream near the Waihemo St entrance to Bothamley Park Walkway within Bothamley Reserve, Porirua. The stream bank has in some places has scoured back so far it is now threatening the walking track. The works primarily involve installing 58m of gabion basket retaining wall along the worst affected stretch of track and the associated civil works to restore the bank and walking track. All works must be in compliance with the Resource Consent conditions including starting after 1 January 2019.",Not Awarded,"After a carefully considered evaluation by the Council, we regret that due to current market conditions we are unable to proceed with the award of this Contract in this financial year. This work is important and we will revisit our options in the new financial year.",0,20250410 Porirua City Council,20393109,Request for Tenders,Open Competition,Wi Neera Drive to City shared pathway,CI00082,20181112,20181207,20190808,Roading,Sole Agency,No,," This plan relates to the purchase of construction services for the of Wi Neera shared pathways. The key objective of this procurement is to appoint a qualified contractor with availability for the construction of Wi Neera shared pathways. The procurements proposed outcomes are a shared pathway facility constructed according to the agreed contract/specifications/drawings.",Not Awarded,,0,20250410 Porirua City Council,20997075,Request for Tenders,Open Competition,4 Oglivy 48 Murphys 1358 slip works,,20190506,20190513,20191024,Roading,Sole Agency,No,,"At 4 Ogilvy Terrace (Plimmerton), 48 Murphys Road (Judgeford) and 1358 Paekakariki Hill Road (Pauatahanui) we have recurring small slips in the road reserve. We are seeking proposals to remediate these slips by re-grading the banks to a reduced angle and revegetating.",Not Awarded,"This contract has been awarded to the most preferred supplier below: - Keith Bullock (KB) Contracting Ltd",0,20250410 Porirua City Council,21248050,Request for Tenders,Closed Competition,Spicer landfill Phase 2.1,,20190718,20190815,20191023,City & Community,Sole Agency,No,,Porirua City Council is seeking to appoint a contractor to construct the next landfill cell (Phase 2.1) at Spicer landfill in Porirua over the summer of 2019/2020. We are looking for a contractor with relevant experience in earthworks and construction of landfill lining systems and the necessary resources to carry out the work.,Awarded,"This tender has been awarded to the following company: - EnviroWaste Limited (ESL) - Private bag 92810, Penrose, Auckland - Award letter date: 17 October 2019 - Contract amount: $3.872M",3872672,20250410 Porirua City Council,21337136,Request for Tenders,Closed Competition,Plimmerton South Beach - Embankment Remediation 2019/20,CI00126,20190731,20190828,20191002,Parks,Sole Agency,No,,,Awarded,,0,20250410 Porirua City Council,21387149,Request for Tenders,Open Competition,Wi Neera Drive to City Centre - Shared Pathway 2019-20,CI00082,20190808,20190905,20191024,Roading,Sole Agency,No,,"This project has been tendered twice before: *The first time this project was tendered there was substantial disparity between the Engineers Estimate and Tenderers rates such that insufficient budget was available. *The second time this project was tendered negotiation between the preferred tenderer and PCC could not be concluded in a manner that was in keeping with the original tender (that all tenderers tendered on). The key objective of this procurement is to appoint a qualified contractor for the construction of the Wi Neera Drive shared pathways. The procurements proposed outcomes are a shared pathway from Wi Neera Drive to the Porirua city center. The scope of works includes * Construction of concrete shared paths; * Raised crossings; * Lighting along the shared pathway; * Improvements to intersections (pedestrian/cyclists facilities and traffic signals); * Signage and pathway connection improvements; and * Landscaping;",Awarded,"Winner's contract detail is as follows: 1. Contract amount: $2.412M 2. Brian Perry Civil - 35, Takapu Road, Grenada North",2412245,20250410 Porirua City Council,21714758,Request for Tenders,Open Competition,Plimmerton Domain Dog Recreation Area-2019/20,CI00128,20191003,20191103,20191205,Parks,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the creation of a dog recreation area at the Plimmerton Domain in Porirua. In summary the scope of works includes supply and installation of: Approximately 473m of external and internal chain link fencing Pedestrian and service gates Concrete paths and mowing strips Internal compacted gravel pathways Supporting work for new water infrastructure Other miscellaneous installation such as foundation work for rubbish bins, seats, dog shower and water fountains.",Awarded,,0,20250410 Porirua City Council,22120558,Request for Tenders,Open Competition,Mungavin Park Infrastructure 2019-20,CI00106,20191219,20200202,20200501,Parks,Sole Agency,No,,"We are seeking the services of a suitably qualified lead Contractor to carry out a range of physical works to upgrade the surrounding infrastructure at the Mungavin Park netball courts. The scope of works will include: Excavation earthworks Demolition of concrete paths Construction of concrete pathways Construction of timber spectator bleachers Construction of timber retaining walls Construction of new leaner fence Construction of new handrails Re-shaping of bank and reinstate with grass Form flat practice area and asphalt Other associated small works",Awarded,,0,20250410 Porirua City Council,22123540,Request for Tenders,Closed Competition,Whenua Tapu Cemetery Crematorium-2019-21 Cremator Replacement,CI00125,20191220,20200126,20200423,Parks,Sole Agency,No,,"In summary this contract is for the purchase, delivery and commissioning of new cremator at Whenua Tapu Cemetery. We are seeking a supplier who will: Recommend and price a cremator that is: ? Efficient and fit-for-purpose for our current volumes and expected growth over the next 10 -15 years. ? Suitable for our building layout and site constraints, with consideration to installation, functionality, resource consent compliance and services connections. Supply and freight the cremator hardware and associated specialist equipment Provide on-going expert, efficient and timely remote back-up support to Council staff. Provide a servicing and maintenance programme at a contract price for the first three years of operation.",Awarded,,0,20250410 Porirua City Council,22126982,Request for Tenders,Open Competition,Te Ara Piko Pathway-Phase 3 - Kakaho Estuary to 2019-21,CI00132,20191220,20200212,20200814,Parks,Sole Agency,No,,"In summary we are procuring a suitably qualified contactor to complete Phase Three construction of Kakaho Estuary to Camborne section of the Te Ara Piko pathway. The works will include the following: Site clearance and topsoil stripping. Construction of 800m long, 2m wide pathway (720m concreted and 82m chip sealed). Realignment of a 400m length of road (to accommodate part of the new pathway within the current road formation) including associated earthworks, pavement reconstruction and drainage works. Road marking to define new lane widths and median strip for the above. Construction of 180m and 50m long geogrid reinforced fill embankments in tidal zone to support pathway formation. Supply and placement of rock armour as wave protection on seaward fill slope. Construction of a stone wall and alteration/renovation of an existing stone seawall in conjunction with the pathway construction. Construction of a 15m long timber boardwalk over a shell bank. Construction of a 43m long gabion seawall. Topsoiling and grassing of cut and fill surfaces. Reinstatement of disturbed surfaces, road seal as required. Reinstatement of road signs raised pavement marker and road edge markers.",Awarded,,0,20250410 Porirua City Council,22149383,Request for Proposals,Closed Competition,Transport Asset Management Plan Development,100874,20200109,20200123,20200501,Roading,Sole Agency,No,,"Porirua City Council are seeking a supplier to lead the development of the 2021/24 Transport Asset Management Plan that is endorsed by both Council and NZTA, is customer focused, provides a sound case for investment and the programme is based on robust evidence.",Awarded,,0,20250410 Porirua City Council,22241741,Request for Proposals,Open Competition,Roading Maintenance Contract,101474,20200131,20200323,20200703,Roading,Sole Agency,No,,"This procurement is for the maintenance of the Porirua City roading network. The Council is looking to engage a contractor with the skills, capacity and capability to work with the Council in improving the Network. Council wants transparency and assurance about the works undertaken and the resources available including: A focus on roading and related maintenance (vegetation control and capital renewals are not included). Transparency through an emphasis on measure & value. This is for a 3+1+1 maintenance contract, starting 1 July 2020, in accordance with our NZTA-approved procurement strategy. Please note that to register for the site briefing on 10 February 2020, respondents should email procurement@poriruacity.govt.nz (but use GETS for any requests for clarification). The draft Contract and the Schedule of Prices response form (.xls) will be added to GETS early next week.",Awarded,,0,20250410 Porirua City Council,22589354,Request for Proposals,Open Competition,Riparian Management Planting Plans,,20200429,20200519,20200619,,Sole Agency,No,,"Porirua City Council requires planting plans for urban, peri-urban and rural catchments. These plans should clearly set out requirements for riparian management.",Awarded,,0,20250410 Porirua City Council,22733463,Request for Proposals,Closed Competition,Kenepuru Corridor - Package 1 (4 projects),CI00139,20200526,20200622,20200814,Roading,Sole Agency,No,,"Porirua City Council is seeking a detailed design for the Kenepuru Corridor Package 1 (4 Projects). The project objective is to provide continued safe access to all businesses and road users using the Kenepuru Corridor for now and in the future that includes the following sites: Main Road/ Wall Place intersection Broken Hill Road/ Raiha Street intersection Prosser Street/ Raiha Street intersection Kenepuru Drive Cycle Crossing Point",Awarded,,0,20250410 Porirua City Council,22852129,Request for Tenders,Open Competition,Raiha Street / Kenepuru Drive Temporary Roundabout,C100137,20200619,20200717,20200826,Roading,Sole Agency,No,,"This RFT is for the procurement of construction services for the Raiha Street / Kenepuru Drive temporary roundabout. The purpose of the temporary roundabout is to trial an intersection layout in attempt to reduce traffic congestion whilst addressing current safety deficiencies at the Raiha Street / Kenepuru Drive intersection.",Awarded,"Contract awarded to Downer. Anne.Banks@downer.co.nz",0,20250410 Porirua City Council,23017402,Request for Proposals,Open Competition,Streetlighting Maintenance and Renewal Services,CI00135,20200724,20200821,20201021,Roading,Sole Agency,No,,"This procurement relates to the delivery of Streetlighting Maintenance and Renewals Services for Porirua City Council. This includes the streetlights through the roading assets and road corridor including accessways etc. of Porirua City Council. The Council is looking to engage a contractor with the experience, skills, capacity and capability in these services.",Awarded,,0,20250410 Porirua City Council,23059682,Request for Tenders,Open Competition,Anchored shotcrete retaining wall 8 Gordon Rd. Plimmerton,CI00143,20200804,20200901,20201021,Roading,Sole Agency,No,,This procurement relates to the construction of an anchored shotcrete retaining wall as per the design,Awarded,,0,20250410 Porirua City Council,23149707,Request for Quotations,Closed Competition,Porirua City Council Road Revaluation 2020,CI00151,20200821,20200904,20201021,Roading,Sole Agency,No,,This Request for Quotations (RFQ) is an invitation to suitably qualified suppliers to submit a Proposal for the Porirua City Council Road Revaluation 2020 contract opportunity.,Awarded,,0,20250410 Porirua City Council,23264604,Request for Proposals,Closed Competition,Ascot Park Playspace Renewal,CI00149,20200914,20201013,20210217,Parks,Sole Agency,No,n/a,"The design, supply and build of the Playspace at Ascot Park, Porirua. Included to this RFP are; A. Design Brief B. RFP C. Response to RFP D. Minor Physical Works Contract E. Auto CAD file with Survey information for the Playground are - Please note: Item E. will be added within the next 2 weeks.",Awarded,"Ascot Park Playspace Renewal. Contract awarded to Playco. Thank you for your participation.",0,20250410 Porirua City Council,23265231,Request for Proposals,Closed Competition,Moray Park Play Space Renewal,CI00148,20200914,20201013,20210217,Parks,Sole Agency,No,n/a,"The design, supply and build of the Playspace at Moray Park, Porirua. Included to this RFP are; A. Design Brief B. RFP C. Response to RFP D. Minor Physical Works Contract",Awarded,"Moray Park Play Space Renewal. Contract awarded to Playco. Thank you for your participation.",0,20250410 Porirua City Council,23369540,Request for Tenders,Open Competition,Whenua Tapu Cemetery - Building Works to Upgrade the Crematorium and Chapel,CI00125,20200929,20201103,20201124,Property,Sole Agency,No,,"Porirua City Council is upgrading the Chapel and Crematorium building at Whenua Tapu Cemetery. We have purchased a new cremator and now seek a Main Contractor for the construction works which include: Full Roof replacement Seismic strengthening Addition of accessible carparks Interior refurbishment including flooring, lighting, bathrooms and painting This is an exciting opportunity to work in a unique location alongside the Property and Parks teams at Porirua City Council.",Not Awarded,,0,20250410 Porirua City Council,23467371,Request for Tenders,Open Competition,Porirua Resurfacing,CI00155,20201016,20201105,20210118,Roading,Sole Agency,No,,Road resurfacing is a key service for the residents of Porirua City and the travelling public. Porirua City Council are seeking an experienced contractor with a good track record to ensure the integrity and serviceability of our roading network is maintained.,Awarded,Porirua City Council has awarded this to Downer,0,20250410 Porirua City Council,23468020,Request for Tenders,Open Competition,Gabion & Steel Post Retaining Wall - Harris Road,CI00156,20201016,20201105,20210126,Roading,Sole Agency,No,,"Construction of gabion and steel post retaining wall to remediate storm damage on Harris Road, Judgeford, Porirua.",Awarded,,0,20250410 Porirua City Council,23499471,Request for Proposals,Open Competition,Raiha Walkway Upgrade,CI00150,20201027,20201125,20210217,Parks,Sole Agency,No,,"Raiha Wakway Upgrade We require Supplier to provide costed Plan(s) for the design and construction for a Track upgrade. The selected Supplier will then complete the design and physical works associated with this. The project includes: 1.1 kilometres of track to upgrade; 106 m3 of aggregate to surface the track; 200 m of side drains to install; 38 m of edge board and retaining walls to build; and Two 225mm diameter culverts.",Awarded,"Raiha Walkway Upgrade. Contract awarded to Valley Landscapes. Thank you for your participation.",0,20250410 Porirua City Council,23533779,Request for Proposals,Open Competition,Aotea Lagoon Reserve - Concept Plan,CI00149,20201102,20201214,20210217,Parks,Sole Agency,No,,"Aotea Lagoon Reserve - Concept plan This Request for Proposal is an Invitation to suitably qualified suppliers to submit a Proposal, to prepare a high level Concept plan for the Aotea Lagoon Reserve. The Concept plan is capped at 50K, excluding GST.",Awarded,"Aotea Lagoon Reserve - Concept plan Contract awarded to Isthmus Group Ltd. Thank you for your participation.",0,20250410 Porirua City Council,23866317,Request for Proposals,Open Competition,Construction & Demolition Waste Minimisation Business Case,,20210119,20210218,20210406,,Sole Agency,No,,"Porirua City Council and its partners are preparing a business case to determine whether a commercially viable construction and demolition facility with solid community outcomes can be established in Porirua. This procurement is for engaging consultancies to provide financial, market analysis and legal advice to support the business case. Interested parties are requested to acknowledge their intention to tender via email to Nigel.Clarke@poriuacity.govt.nz by 28th January 2021",Awarded,,0,20250410 Porirua City Council,23915652,Request for Proposals,Open Competition,Proposed District Plan Appointment of Hearing Panel and Chairperson,,20210129,20210226,20210531,,Sole Agency,No,,"The Porirua City Council (PCC) has prepared the Proposed Porirua District Plan (PDP). The PDP was prepared in accordance with the Resource Management Act 1991 and was notified on 20 August 2020. Submissions closed on 20 November 2020 and a total of 268 submissions were received. PCC seeks to appoint a Hearings Panel (HP) comprising four commissioners and one panel chair to hear, consider and make decisions on submissions on the PDP. The HP is intended to comprise independent RMA commissioners with both general and specific skills and knowledge relevant to the PDP and the submission points raised. Once all submissions and further submissions have been received, and after any matters have been resolved in pre-hearing meetings, the HP will be required to convene to consider the submissions received, hear those submitters who wish to be heard, and make decisions on the matters raised in the submissions.",Awarded,"Thank you for your participation in this tender, please note the Hearing Panel has been established with the following individuals; -Trevor Robinson - Miria Pomare - Mark St Clair - Julia Williams - David McMahon",0,20250410 Porirua City Council,23999348,Request for Tenders,Open Competition,Kenepuru package 1 - Construction Tender,CI00164,20210219,20210312,20210824,Roading,Sole Agency,No,,"Porirua City Council is seeking construction for the Kenepuru Corridor Package 1 (4 Projects). The project objective is to provide continued safe access to all businesses and road users using the Kenepuru Corridor for now and in the future that includes the following sites: Main Road/ Wall Place intersection Broken Hill Road/ Raiha Street intersection Prosser Street/ Raiha Street intersection Kenepuru Drive Cycle Crossing Point Date of the supplier briefing session: 1 March 2021 - 12.30 pm - 2.00 pm - 10th Floor BNZ Building 14 Hartham Place, Porirua - Please contact Jane Pearson at Jane.pearson@poriruacity.govt.nz for booking.",Awarded,,0,20250410 Porirua City Council,24045326,Request for Proposals,Open Competition,2021-2024 Resident Satisfaction Survey,PP00031,20210303,20210331,20210510,,Sole Agency,No,,"This procurement relates to the delivery of Porirua Citys resident satisfaction survey. Every year Porirua City Council (PCC) commissions a survey to assess resident satisfaction with Council facilities, services, and the organisations performance. A number of performance measures are set in the Long-term Plan (LTP) and rely on the survey for results, which are published in the Annual Report. The survey provides a great opportunity to obtain feedback from our residents. We are looking for proposals on how we can get the best value for the money we spend. We have identified features we would like the survey to have and any issues we would like addressed, furthermore we are also looking for suggestions from providers on what form the survey could take. For full details of this RFP, please download the RFP documents and don't hesitate to get in touch if you have any questions.",Awarded,,0,20250410 Porirua City Council,24068378,Request for Proposals,Closed Competition,Spicer Landfill Reconsenting,,20210309,20210401,20210720,,Sole Agency,No,,"This procurement is to engage professional services to provide, design, civil engineering, planning and environmental services to be able to come up with a solution to extend the life of the Spicer Landfill, enable additional capacity and to prepare the necessary documentation and designs to a standard suitable to enable consent lodgement. In addition to this as the current consents for the landfill are due to expire in 2030 consideration and work will be required to be undertaken as to how best to renew these consents or if they can be rationalised into the new consents required.",Awarded,,0,20250410 Porirua City Council,24368620,Request for Proposals,Open Competition,Aotea Stormwater Pond,CI00174,20210603,20210712,20211124,Parks,All of Government,No,,"Aotea Stormwater Pond works include; draining of the Aotea Stormwater Pond the removal of water from solid material (dewatering) and the potential to remove solid material to landfill. temporary diversion of stormwater flows import and placement of cleanfill material construction of a new landscaped stormwater channel working construction timing in with the capture and relocation of fish, in particular tuna (eels), in partnership with Technical Specialist and Ngati Toa removal of rail bridge and reinstatement erosion and sediment control working in a sensitive ecological environment management of public and Health and Safety",Awarded,,1474351,20250410 Porirua City Council,24402615,Request for Tenders,Open Competition,Porirua Surfacing 2021- 2022,CI00175,20210609,20210707,20210824,Roading,Sole Agency,No,,"This procurement relates to the delivery of the resurfacing of roads in Porirua City. Porirua City Council (PCC) wish to engage a suitably experienced contractor to deliver a predefined forward work program. PLEASE NOTE: Date of the compulsory supplier briefing session: 09:00am 17/06/2021 All enquiries must be directed via GETS In the event of challenges with GETS portal - Our Point of Contact: Name: Jane Pearson Title/role: Project Coordinator Transport Email: Jane.Pearson@poriruacity.govt.nz Tel: 04 237 2024; Mob: 027 8030347",Awarded,,0,20250410 Porirua City Council,24588530,Request for Tenders,Open Competition,James Cook Drive/Discovery Drive Temporary Roundabout,Ci00173,20210722,20210812,20210906,Roading,Sole Agency,No,42 Campbell Avenue,"This Request for Tender is an invitation to suitably qualified suppliers to submit a Tender for the James Cook Drive/Discovery Drive Temporary Roundabout. *Any questions will be answered after Tuesday 27th July 2021*",Awarded,,0,20250410 Porirua City Council,24630535,Request for Tenders,Open Competition,New Grey Water Drainage System - Titahi Bay Boat Sheds,,20210804,20210910,20211001,Property,Sole Agency,No,,"Porirua City Council (PCC) is looking to engage a suitably qualified Plumbing & Drainage contractor to supply and install a new grey water drainage system to service the boat sheds at Titahi Bay. We are looking for a complete turnkey package from the Plumber Drainlayer including the supply and coordination of subtrades including electrical. The work includes the following: Cordoning off the work area with temporary safety fences and appropriate signage and shifting fences as work progresses. Excavation behind the sheds. Note: many areas will require hand digging as the space is very tight behind some sheds. Installation of new underground drains to falls to a new pump chamber. Installation of new pump chambers and pumps. Installation of new electrical supply and feed to pump control gear. Installation of waste pipes above ground fixed to the sheds on metal brackets. Installation of high pressure pipes connected to the existing council sewer drains fitted into manholes. Reinstatement of the site and make good upon completion.",Awarded,,0,20250410 Porirua City Council,24717017,Request for Tenders,Open Competition,Northern Kenepuru Area (NKA) - Professional Services,CI00181,20210824,20210921,20211015,Roading,Sole Agency,No,,,Awarded,,431832,20250410 Porirua City Council,24736631,Request for Proposals,Open Competition,Conclusion Walkway - Stage 2,CI00186,20210830,20210930,20211029,Parks,Sole Agency,No,,"Conclusion Walkway Stage 2 - Section 3 - Track renewal. Section 3 - the final section of the renewal from Doncaster Terrace to the Track intersection at Warspite Avenue in Ascot Park will address poor surface, drainage and steep gradients on Conclusion Walkway a public walking track in Porirua. Project Works Description The project includes: Re-shaping 694m of existing walkway. Formation of 327m of new 1.4m wide walkway. Construction of 8m of 1.2m wide boxed steps Supply, cartage, placement and compaction of 95.6 cubic metres of surfacing aggregate. Installation of 38m length of timber edge boards. Supply and installation of 74m of new 1.1m high type B barrier on existing boardwalk (including removal and disposal of the existing barrier). Installation of ten 225mm diameter culverts. Installation of 300mm diameter concrete pipe with catch pit entry and stormwater connection. De-commissioning of existing walkway sections that are disused. Construction work is described in detail in the Tender drawings and specifications. Careful thought is to be given to; - public access and safety - building the track in a safe and compliant way, environmental considerations - On time and budget - Site being left in a clean and tidy state.",Not Awarded,Contract awarded on 29 October 2021 to Tascon 2019 Limited.,0,20250410 Porirua City Council,24741362,Request for Proposals,Open Competition,TBMH - Hall and Toilet Block Demolition,CP000777,20210909,20211006,20211101,Property,Sole Agency,No,,"We require the demolition of Titahi Bay Marines Hall and the adjacent Toilet Block. Both the Hall and Toilet Block are to be costed for in this Response, but will be delivered at different times by the same Contractor. Timeframe - The Hall demolition target date is no later than 13 December 2021. - The Toilet Block demolition will take place in the first quarter of 2022. We are seeking suppliers that are able to demonstrate the following capability; - Demolition in a busy urban site. - Management of the public during works Health and safety compliance - Safety of existing services pre and post demolition - Protection of identified plants - Environmental hazard management - Management of waste to landfill and recyclable materials. Other information is provided for in the attached RFP and Specifications.",Awarded,,54725,20250410 Porirua City Council,24841197,Request for Quotations,Open Competition,Mitchell Stream planting 2021 - Stage 2,,20210920,20211004,20211018,Parks,Sole Agency,No,n/a,"Mitchell Stream planting 2021 - Stage 2 - Suppliers to quote for the delivery of planting services - 9,600 plants to be planted at several locations along Mitchell Stream, Kenepuru, Porirua by mid November 2021. - Deadline for Quotes is 5pm, Monday, 4 October 2021.",Awarded,,0,20250410 Porirua City Council,24875127,Request for Quotations,Open Competition,Spicer Landfill Development - Borehole Drilling,C100188,20210927,20211011,20211201,Infrastructure,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a quote for the Spicer Landfill Development Borehole Drilling contract opportunity.,Awarded,,0,20250410 Porirua City Council,25076586,Request for Quotations,Closed Competition,Kerbside Recycling 3-Strikes Process,C100189,20211110,20211125,20211215,Infrastructure,Sole Agency,No,,"Porirua City Council want to reduce the level of contaminated material being sent to landfill. To achieve this, we are introducing a 3-strikes process for the removal of contaminated kerbside recycling bins. We require a bin inspection routine and delivery of this process by two Recycling Ambassadors to inspect mixed and glass recycling bins ahead of collection services fortnightly (Monday to Friday) to determine contents and record bins with high contamination. Commencing February 2022, we require a bin audit to be carried out over a one-month period, to help estimate the number of likely strikes and bin removals when the 3-strikes process is introduced. We anticipate the 3-strikes process commencing at the beginning of March 2022.",Awarded,,238907,20250410 Porirua City Council,25194193,Request for Tenders,Open Competition,Construction of Bishop Viard College (BVC) and Seventh Day Adventist Church (SDA) carpark and accessway,,20211202,20220127,20220310,Infrastructure,Sole Agency,No,,"This procurement is for the construction of a new accessway to Bishop Viard College (BVC) and the Seventh Day Adventist Church (SDA) carpark from Lower Main Drive. This project is a priority and must be built before the proposed upgrade of Lower Main Drive/Kenepuru Drive/Lyttelton Avenue intersection can commence (mid-2022). Kenepuru Drive needs to be widened to accommodate this proposed upgraded intersection, which involves acquiring land along the front of the properties owned by the SDA, the closure of the current BVC driveway and the removal of three SDA accessways onto Kenepuru Drive. PLEASE NOTE: Questions WILL NOT BE answered between the period of 17th December 2021 - 10th January 2022, although please feel free to load your questions during this time.",Awarded,,0,20250410 Porirua City Council,25517741,Request for Tenders,Closed Competition,Niblick Lane public toilet facility,,20220311,20220407,20220512,Property,Sole Agency,No,,This procurement relates to the end to end delivery of a new public toilet facility. The existing block will be demolished leaving a blank surface ready for a foundation and connection of all relevant services. There may be requirements to adjust placement of existing services to encompass the new design approved via this tender process. This toilet facility will be incorporated as part of a rejuvenation of the surrounding public space in Titahi Bay and link closely to the new Commemorative Landscape park.,Awarded,,195550,20250410 Porirua City Council,25549102,Request for Proposals,Open Competition,Organic Waste Facility and Collections,IN00002,20220317,20220414,20220630,Infrastructure,Cluster,No,,"Porirua and Hutt City Councils (the Councils) receive over 90,000 tonnes per annum of organic waste at Spicer and Silverstream landfills in their districts. Porirua and Hutt City Councils are commissioning a project to prepare information on food waste management in Hutt City and Porirua City. Project deliverables are an options paper and a detailed business case on food waste management. The project will enable Councils to have a clear assessment of the different options for collecting and processing organic materials from businesses and households at centralised facilities in both districts. For both Councils, the business case is integral to plans for developing new facilities and services to meet requirements set out in our Waste Management and Minimisation Action Plans. Programmes to establish and operate food waste collections and processing are complex and potentially expensive. Stakeholders and elected officials need to have sufficient information to enable them to understand the issues and implications of pursuing different options.",Awarded,,129220,20250410 Porirua City Council,25605281,Request for Tenders,Closed Competition,Sale of Moana Court housing complex,,20220329,20220502,20221026,Property,Sole Agency,No,,"Moana Court Housing Complex (Moana Court) is the only community housing facility owned by Porirua City Council in Porirua. Moana Court provides affordable housing for low income elderly residents. As part of Councils recent consultation for the 2021- 2051 Long Term Plan (LTP), Porirua City Council (Council) sought feedback on the future investment and operation of this facility. The majority of the community were in favour of Council divesting this asset to a suitable provider, to allow Council to focus on supporting social housing in the community in other ways. As a result, Council has advised ratepayers that it will explore selling Moana Court to a Registered Community Housing Provider (CHP) as defined by the Public and Community Housing Management Act 1992 - or to the Crown, to ensure the existing residents continue to have access to social housing at current or better tenancy terms. This Request for Tender (RFT) has been provided to a selected group of parties (Respondents) who are a CHP or Crown entity with the appropriate resources and necessary skills to submit a tender for the purchase of this property. Council welcomes interest from community housing providers in the region and looks forward to understanding how Respondents will continuously support the residents who call Moana Court home. This RFT and supporting documents set out information to guide and assist Respondents in preparing their tender. During the RFT process, Council will arrange a time for Respondents to view the subject property and inspect one of the units. Please contact the point of contact in this RFT to confirm these arrangements. We ask that Respondents do not access the site outside of the allotted time to respect the privacy of residents.",Not Awarded,,0,20250410 Porirua City Council,25637282,Request for Quotations,Closed Competition,Mitchell Stream tree removal,CI00167,20220401,20220503,20220524,Parks,Sole Agency,No,,"We are seeking a solution to safely remove all the exotic mature trees within the Mitchell stream esplanade reserve area on the north and south banks. The esplanade area is located off Hospital Drive adjacent to Koreke Close, Kenepuru, Porirua. The cut stumps are to be killed.",Awarded,,124136,20250410 Porirua City Council,25855895,Request for Tenders,Open Competition,"Construction of 52 Flightys Road, Judgeford, Porirua, Retaining Wall Replacement",CI00200,20220525,20220622,20221123,Infrastructure,Sole Agency,No,,,Not Awarded,Re - tended.,0,20250410 Porirua City Council,25856115,Request for Tenders,Open Competition,Engineering Professional Services for Whitford Brown Papakowhai Road Intersection,CI00194,20220525,20220622,20220914,Infrastructure,Sole Agency,No,,,Awarded,,163176,20250410 Porirua City Council,25868568,Request for Proposals,Closed Competition,"Street, Reserve and Parks tree maintenance",CI00199,20220530,20220623,20220715,Parks,Sole Agency,No,,"The key objectives of this procurement are to provide maintenance for our Street, Reserves and Parks trees to a high standard throughout our City. This will be achieved by delivering best practice, innovation, high quality and value for money services across this range of assets. This programme of work covers Street, Road Reserve, Reserves and Parks trees within the boundaries of Porirua City Council. These trees are individual specimen trees or groups of trees (approximately 11,500) growing within the boundaries of Porirua City and listed in the PCC Tree Asset Inventory. They include trees located in the following locations: Garden beds Tree pits Grass berms Traffic islands (may include gardens) Council reserve land (for Reserves and Parks trees) Cemeteries Sports fields This includes all trees as listed in the PCC Tree Asset Inventory regardless of whether they are planted by Council, the resident, or self-sown. Remnant or revegetation bush on road reserves are excluded from the scope.",Awarded,,0,20250410 Porirua City Council,25910315,Request for Proposals,Open Competition,Engineering Design Services for School Safety Programme and Pedestrian Crossing Upgrades,CI00202,20220608,20220704,20220701,Roading,Sole Agency,No,,,Awarded,,0,20250410 Porirua City Council,26030443,Request for Tenders,Open Competition,"Construction of 52 Flightys Road, Judgeford, Retaining Wall Replacement",CI00200,20220711,20220725,20220815,Infrastructure,Sole Agency,No,42 Campbell Avenue,"Dear Tenderer The changes between this, re-listed, RFT and the previous RFT are: 1. Timeline................. (see Cover Page and Section 1.2). 2. Pre-conditions........ (see Section 3.2. The NZTA Prequalification has been removed). See Addendum 01 for PDF confirmation, via highlighting, of the above RfT changes",Awarded,,0,20250410 Porirua City Council,26047359,Request for Proposals,Open Competition,Walkways upgrade package,CI00204,20220714,20220815,20221006,Parks,Sole Agency,No,,"This procurement relates to the renewal of three walkways and the construction of one new walkway, in Whitby, Takapuwahia and Cannons Creek in Porirua City. The four walkway locations are; 1. A new walkway between Adventure Drive and Stemhead Lane in Whitby; Skyline walkway. 2. The Stemhead Lane to Omapere Street walkway in Whitby. 3. The Rangituhi Street entrance to the Porirua Scenic Reserve in Takapuwahia/Elsdon. 4. The Cannons Creek Lakes walkway behind the Cannons Creek shopping centre. The works improve the connections through and between Cannons Creek Lakes reserve, Adventure Drive to Stemhead Lane and Stemhead Lane to Omapere Street. In addition, existing boardwalk and deck structures with a poor condition rating will be removed to waste and relocate 155m of track in the Porirua Scenic reserve out of a stream bed. Overall, the works will improve track accessibility, durability and the recreational experience for track users at the various locations selected in Poriruas Parks and Reserves. We are looking for competent contractors who have experience operating small excavators in steep or challenging terrain in sensitive scenic recreation reserves.",Awarded,,392196,20250410 Porirua City Council,26118606,Request for Proposals,Open Competition,Geotechnical Engineering Services - emergency works,IN00005,20220801,20220909,20221201,Corporate Services,Sole Agency,No,,"Adverse weather events have increased in recent years, resulting in an increased frequency of slips and other weather induced issues such as erosion around Porirua City. This procurement seeks to appoint a single supplier to provide geotechnical engineering services requirements across Porirua City in civil defence and/or emergency works situations.",Awarded,,0,20250410 Porirua City Council,26127402,Request for Proposals,Open Competition,Wellington Region Waste Management and Minimisation Plan,IN00004,20220803,20220831,20221017,Infrastructure,Cluster,No,,"The eight Councils in the Wellington Region have agreed to work together to prepare a Joint Waste Management and Minimisation Plan (WMMP). Council staff, stakeholders and elected officials need to be across the complex range of matters associated with a WMMP which will guide work for the next six years. Our stakeholders need to be fully engaged in developing options for waste minimisation (and carbon emission reductions associated with the waste sector) in the future. A stakeholder engagement programme is therefore important throughout the different stages of this project. There will need to be ongoing engagement at key points with Council staff and elected officials. The eight councils wish to have a WMMP that sets real transformative direction for waste minimisation in the future. We need a second generation WMMP that is focused on delivering change.",Awarded,,457544,20250410 Porirua City Council,26313687,Request for Proposals,Open Competition,Sports Turf Services,IN00003,20220909,20221012,20221214,Parks,Sole Agency,No,,"We are looking to purchase a Services Supply Contract for one supplier to carry out the Councils contracted sports turf renewals, renovations, irrigation and Bernie Wood Artificial Turf maintenance for the next five to six years. We are seeking an innovative supplier with the capability and capacity to provide design, build and maintenance, advice and solutions to optimise our sports turf lifecycle management.",Awarded,,0,20250410 Porirua City Council,26328959,Request for Quotations,Closed Competition,Porirua Park Change Rooms Upgrade,CS00069,20220914,20221007,20221021,Property,Sole Agency,No,,"Porirua Park is one of the premier grounds in the Wellington region. Home to Jerry Collins Stadium with seating for 2000, home ground for Norths Rugby Club and host ground to a variety of sports fixtures and events. The Park itself has playing surfaces of the utmost quality however the changing spaces are outdated and unwelcoming. We are undertaking this procurement in response to an identified need to upgrade the changing room facilities to gender neutral, functional, presentable spaces. We want to engage a supplier that can provide professional project management and construction services to help us achieve this. We have an approved design and a strict time frame in which this work must be completed.",Awarded,,0,20250410 Porirua City Council,26418250,Request for Proposals,Open Competition,Provision of Security Services,CS00068,20221005,20221104,20221214,Corporate Services,Sole Agency,No,,"We require the provision of security services across Porirua City. Were looking for providers who have the skills, experience, capacity, and resources to provide top quality security services.",Awarded,,0,20250410 Porirua City Council,26488703,Request for Proposals,Open Competition,Whenua Tapu staff quarters,CS00071,20221020,20221118,20221125,Property,Sole Agency,No,,"We need to procure a fit for purpose office and workshop for the Whenua Tapu Cemetery staff members. Were looking for suppliers who have the skills, experience, capacity and resources to complete this project by 30 June 2023.",Not Awarded,No response,0,20250410 Porirua City Council,26511696,Request for Proposals,Closed Competition,Provision of Print Services,CS00070,20221020,20221118,20221214,Corporate Services,Sole Agency,No,,We need an experienced and innovative provider to supply print services across Porirua City Council.,Awarded,,0,20250410 Porirua City Council,26528541,Request for Tenders,Closed Competition,Construction of Debris Flow Fences,IN00010,20221026,20221128,20221214,Parks,Sole Agency,No,,"Three sites within the Karehana Bay Scenic Reserve located in Karehana Bay, Plimmerton, experienced debris flows following heavy rainfall on 29 November 2020. The first site is located within the catchment above Cluny Road. The second and third sites are located within catchments above Reserve Road. ENGEO completed an initial assessment of the three sites and concluded that a significant debris flow hazard is present and that mitigation solutions need to be put in place to reduce the risk to life safety to an acceptable level. This report (report dated 16 April 2021, reference 4192.000.000_113) can be provided to Tenderers on request. ENGEO, in collaboration with Geobrugg, designed and dimensioned three new debris flow fences for the site including anchorage details. The scope of this RFT broadly includes the following activities: Mobilisation to site. Clearance and removal of existing vegetation and any non-organic material within the extent of the debris flow fences. Construction of three new debris flow fences including rock anchorages and associated quality assurance testing. Note that while the drawings specify Geobrugg products, alternative systems will be considered on a case by case basis if proposed by a tenderer. Site Rehabilitation. Demobilisation. Contractors are expected to achieve the highest standard of performance on all aspects of delivery of the Works. Contractor monitoring and auditing will be carried out to ensure that quality standards and specification requirements are met.",Awarded,,664124,20250410 Porirua City Council,26530216,Request for Tenders,Closed Competition,Sale of Moana Court housing complex,,20221026,20221206,20230406,Corporate Services,Sole Agency,No,,"Moana Court Housing Complex (Moana Court) is the only community housing facility owned by Porirua City Council in Porirua. Moana Court provides affordable housing for low income elderly residents. As the initial tenders received were not compliant with the Terms and Conditions of the RFT, Council has been exploring how it could progress the disposal of the property in accordance with the original objectives approved by Council and in a commercially prudent manner. At present, Council does not qualify for the income related government subsidy that Community Housing Providers can obtain. As a result, the existing below market rentals remain in place subject to any annual adjustment in line with Councils Housing Policy. Council has explored with the Ministry of Housing and Urban Development (HUD) how an exemption to obtain the subsidy could be applied for, through the Minister of Housing. While the threshold for an exemption has increased (as government is prioritising new dwellings rather than existing housing stock) HUD is supportive of helping Council make an application, alongside the successful tenderer, who would ultimately obtain the benefit of the subsidy (subject to the assessment of individual tenants by Work & Income). On this basis, Council invites you to re-submit your tender if you remain interested on the following basis: 1. The Terms and Conditions of the RFT as set out in the Request for Tender dated March 2022 remain valid with the following exceptions: the timeframes set out in the revised timeline as attached 2. The non-financial information set out in the RFT needs to be completed as this remains an important consideration in selecting the successful party 3. Two Sale & Purchase Agreements are provided based on: a. Existing tenancies and rentals (refer to the attached updated tenancy schedule dated October 2022) b. Council and the successful tenderer jointly applying for an exemption (and being approved within 6 months of a conditional agreement) to obtain the income related government subsidy, allowing the existing rentals to be set to market (subject to the assessment of individual tenants by Work & Income). We note, the successful party will need to be willing to co-join with Council in the application to the Minister.",Awarded,,0,20250410 Porirua City Council,26549012,Request for Proposals,Open Competition,Riparian Management Programme - supply of plants,IN00015,20221028,20221124,20221130,Infrastructure,Sole Agency,No,,"The Te Awarua o Porirua Riparian Management Programme is about getting plants in the ground - 627,790 plants in the first five years. This high-profile, nationally recognised, project aims to restore the mauri (life force) of Te Awarua-o-Porirua (Porirua Harbour) and has the support of the Porirua City Council and the residents of the wider harbour catchment community. We need to secure riparian plants from a minimum of three, and a maximum of five, suppliers to implement the Riparian Management Programme over the next five years.",Awarded,,0,20250410 Porirua City Council,26587564,Request for Proposals,Open Competition,James Cook Drive/ Discovery Drive Stage 2- Permanent Roundabout,101681,20221107,20221205,20230117,Infrastructure,Sole Agency,No,42 Campbell Avenue,"Porirua City Council (PCC) require a professional services consultant to undertake the design, compile contract documents and supervise the construction of the permanent roundabout at the intersection of James Cook Drive and Discovery Drive",Awarded,,125442,20250410 Porirua City Council,26614777,Request for Proposals,Open Competition,Riparian Management Programme - services,IN00016,20221114,20221209,20221214,Infrastructure,Sole Agency,No,,"The Te Awarua o Porirua Riparian Management Programme is about getting plants in the ground - 627,790 plants in the first five years and possibly many more if further funding is provided. This high-profile, nationally recognised, project aims to restore the mauri (life force) of Te Awarua o Porirua and has the support of PCC and the residents of the wider harbour catchment community. Delivering this work programme requires suitably qualified and experienced contracts with the capacity and capability to undertake the works, and meet the requirements defined in the attached schedules. We require four contractors, who we can allocate to sites of varying size and complexity, to best utilise your capacity and capability. Planting sites may vary in size from 500 to 50,000 plants.",Awarded,,0,20250410 Porirua City Council,26751971,Request for Proposals,Open Competition,School Safety & Pedestrian Crossing Upgrade (Stage 1),101561,20221216,20230228,20230523,Infrastructure,Sole Agency,No,42 Campbell Avenue,"Porirua City Council issues this RFT, referred to below as the buyer, we, or us. The publication of Land Transport Rule: Setting of Speed Limits 2022 requires all Local Authorities to reduce 40% of School Speed Limits by 2024, with all reductions completed by 2030. Physical safety improvements are necessary to ensure speed reductions are effective. In parallel with the above, PCCs Road Safety Strategy and 2021 Activity Management Plan identified the School Safety Programme and the Pedestrian Crossing upgrades program as key priorities to improve road safety. This procurement relates to physical construction work to improve safety in 20 sites around Porirua. Sixteen (16) of them are within the school zones, and four (4) are standalone pedestrian crossings along key routes or businesses. The project is separated into two stages for construction. 1. Stage 1 comprises 12 sites. The construction is programmed from February 2023 May 2023. 2. Stage 2 comprises 8 sites. The construction is programmed from September 2023 March 2024.",Awarded,,0,20250410 Porirua City Council,26886200,Request for Proposals,Open Competition,Riparian Management Programme - plant protection systems,IN00014,20230201,20230303,20230508,Infrastructure,Sole Agency,No,,"We are looking for a capable and experienced supplier to provide bio-degradable mats, guards, and stakes and biodegradable or steel pins to be used in the implementation of the Te Awarua o Porirua Riparian Management programme. We need a supplier that can provide these goods in the required quantities, when we need them and deliver them to sites in Porirua. Were interested to hear about new, biodegradable, products in this market and invite you to share with any innovative developments.",Awarded,,0,20250410 Porirua City Council,27006028,Request for Proposals,Open Competition,Papakowhai Shared Path Design and MSQA consultancy Services,CI00208,20230227,20230324,20230504,Infrastructure,Sole Agency,No,,,Awarded,,359638,20250410 Porirua City Council,27053346,Request for Quotations,Closed Competition,Procurement Specialist: Wi Neera to Onepoto Shared Pathway and Coastal Resilience project,PC00213,20230309,20230323,20230508,Infrastructure,Sole Agency,No,,"The Wi Neera to Onepoto Shared Pathway and Coastal Resilience Project (the Project) includes construction of a 1.4km shared cycling and pedestrian pathway along Titahi Bay Road between Wi Neera Drive and Onepoto, and erosion protection works to enhance coastal resilience along the coastal edge of Titahi Bay Road. This is Stage 2 of the 4-Stage shared pathway (between Porirua CBD and Titahi Bay). Stage 1 Implementation (Porirua Station to Wi-Neera) was completed in 2020. We are currently in Pre-Implementation (heading in to detailed design) of Stage 2 (Wi Neera to Onepoto). We are looking to procure specialist procurement services to assist the Project Team in the detailed design and construction procurement documentation for the Project. This role will also support the tender evaluation panel for any competitive tender processes for the detailed design and construction phases of the project.",Awarded,,0,20250410 Porirua City Council,27131119,Request for Proposals,Open Competition,Provision of cleaning services,PC00220,20230323,20230426,20230703,Corporate Services,Sole Agency,No,,"We require the provision of cleaning services across a variety of buildings in Porirua City. Were looking for providers who have the skills, experience, and resource to provide top quality cleaning services.",Awarded,,0,20250410 Porirua City Council,27131140,Request for Proposals,Closed Competition,Provision of Election Services,PC00218,20230324,20230421,20230608,Community & Partnerships,Sole Agency,No,,"Porirua City requires an election services provider to conduct triennial elections, act as the Independent Electoral Officer under the Local Electoral Act 2001 and provide assistance and advice in the event a representation review process is required.",Awarded,,0,20250410 Porirua City Council,27311211,Request for Proposals,Closed Competition,Detailed Design Engineer: Wi Neera to Onepoto Shared Pathway and Coastal Resilience project,PC00214,20230502,20230531,20230628,Infrastructure,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to submit a proposal for the Design Engineer Services for the Wi Neera to Onepoto Shared Pathway and Coastal Resilience Project (the Project). This RFP is the second step following a Registration of Interest (ROI). We have shortlisted two parties from the ROI step to participate in the RFP.",Awarded,,0,20250410 Porirua City Council,27523270,Request for Proposals,Open Competition,Transport Strategy Refresh and Active Transport Plan,IN00019,20230612,20230707,20230726,Infrastructure,Sole Agency,No,,"The Transport Strategy Refresh project aims to fundamentally transform how we get around our city, by making alternatives to private vehicle travel safe, convenient, and attractive. Future funding will only support action to reduce the reliance on the private car and provide more options. There are also additional climate change initiatives that are pushing to reduce the number of kilometres people travel. The Transport Strategy aims to align our transport and climate strategies and guide our future transport infrastructure decisions for the future. The project scope includes; The development and adoption of a city-wide transport strategy Public consultation and engagement on the transport strategy, and Detailed development of the Active Transport (Third Network) plan",Awarded,,0,20250410 Porirua City Council,27588389,Request for Proposals,Open Competition,Porirua City Council Street Lighting Maintenance Contract,PC00233,20230621,20230720,20231128,Infrastructure,Sole Agency,No,,,Awarded,,3,20250410 Porirua City Council,27603463,Request for Proposals,Closed Competition,Arena Fitness cardio equipment,PC00226,20230627,20230728,20230823,Community & Partnerships,Sole Agency,No,,"If youve got a strong track record in the provision and maintenance of cardiovascular equipment, enjoy a positive working relationship with your clients and recognise the importance of positive customer experiences, then wed like to hear from you. We require the supply and maintenance of cardiovascular equipment for the Arena Fitness Centre. Were looking for a supplier who has the machinery, experience, capacity, and resources to provide top quality machines and service Porirua City is committed to paying the living wage and were interested in achieving broader outcomes with a specific focus for this contract on: Supporting local employment by promoting this opportunity to suppliers who have an established base in Wellington. Exploring developments that may offer a more inclusive experience for those with physical disabilities. Exploring innovative advances in technology that may result in a more engaging and attractive experience for our gym members. Positively impacting the natural environment such as reducing greenhouse gas emissions and minimising waste",Awarded,,0,20250410 Porirua City Council,27884341,Request for Proposals,Open Competition,Porirua Park No.2 Lighting Replacement,PC00249,20230816,20230918,20231215,Parks,Sole Agency,No,,"Porirua Park is a popular high-quality outdoor sports facility with the No. 2 field used for training and senior competitions. The new lighting installation is one aspect of a range of planned improvements to be completed this financial year that will lift overall standard of the No. 2 field. The current lighting is poor, inefficient and cannot be upgraded to modern lighting standards for training or competition. The metal halide lights are barely adequate for training and have now reached the end of their useful life. We are replacing the existing 10 timber poles and associated lights with 8 new 18m high lighting poles topped with 21 Phillips Optivision LED floodlights with associated trenching, cabling and lighting control. The new lights will meet Australasian Standards of 100 & 200 Lux for training and playing competition sport. This will enable senior games, training and tournaments to be scheduled on the No. 2 field and contribute to maintaining the high quality and playability of the No. 1 field by allowing more flexibility with bookings on both fields.",Awarded,,0,20250410 Porirua City Council,27976558,Request for Proposals,Open Competition,Papakowhai Shared Path,PC00247,20230831,20230928,20231213,Infrastructure,Sole Agency,No,,"We require a suitably qualified supplier to construct the Papakowhai Shared Path and associated speed calming and intersection improvements. The Papakowhai Shared Path site extends from the Aotea Lagoon southern car park, to the Paremata Crescent/SH58 roundabout. The project includes a shared path, kerb realignment and intersection calming measures, in the form of raised table crossings along Papakowhai Road and the Tweed, Romesdale and Brora Road intersections. The project involves two timber retaining walls of less than 1m height, located near the Police College entrance.",Awarded,,0,20250410 Porirua City Council,28037534,Request for Proposals,Open Competition,Walkways upgrade package 2023-2024,PC00255,20230906,20231011,20231215,Parks,Sole Agency,No,,"Porirua City Council is the Territorial Local Authority (TLA) responsible for the provision of tracks and walkways around Poriruas twin harbour catchments. We have overall responsibility for the management and maintenance of over 85km of tracks and trails with a network of reserves and open spaces around the twin arms of the Porirua harbour. This procurement relates to the renewal of one popular walkway in Takapuwahia/Elsdon, one replacement footbridge in Whitby and a new section of in-ground timber stairs in Karehana Bay, Plimmerton",Awarded,,0,20250410 Porirua City Council,28041307,Request for Proposals,Open Competition,EV Infrastructure,PC00244,20230907,20231011,20231215,Infrastructure,Sole Agency,No,,"This project is for electric vehicle (EV) charging infrastructure at two Porirua City Council office sites. We are looking for a supplier that has experience with both AC and DC charging installation and can deliver long-term servicing and maintenance. The undertaking of this work is in response to an identified need to reduce fleet emissions.",Awarded,,0,20250410 Porirua City Council,28101077,Request for Quotations,Open Competition,Construction & Demolition Facility: machinery,PC00238,20230915,20230929,20231215,Infrastructure,Sole Agency,No,,"We are developing a facility to process construction and demolition waste at Spicer Landfill, so that it can be diverted from landfill and repurposed. Construction and demolition waste currently makes up 53.8% of the total material disposed at the landfill. Continuing to landfill C&D material in these volumes will bring the landfill it to its end of life much sooner than necessary, and diverting wood will reduce the greenhouse gas emissions of Council. We need to procure three large items of machinery to operate the C&D facility: a screen, density separator and picking station. This will include the freight and installation of equipment, as well as training and initial set up costs. The ability to supply machinery in a timely manner will be relevant to our procurement decision. We'd like to place an order for the machinery before the end of December 2023, and have the facility operational by the end of June 2024.",Awarded,,0,20250410 Porirua City Council,28354894,Request for Proposals,Open Competition,SMART Libraries Courier Project,PC00259,20231027,20231123,20231215,Community & Partnerships,Cluster,No,,"We need to procure a reliable and cost-effective courier service to transfer book bins between the Porirua, Hutt City, Kapiti Coast, Masterton and Southern Wairarapa libraries.",Awarded,,0,20250410 Porirua City Council,28398794,Request for Proposals,Open Competition,Supply of Electricity,PC00262,20231106,20231201,20231215,Corporate Services,Sole Agency,No,,"We are looking for a supplier of electricity across our entire property portfolio, which comprises 171 buildings across 71 sites.",Awarded,,0,20250410 Porirua City Council,28781180,Request for Proposals,Open Competition,Paekakariki Hill & Judgeford Retaining Wall Construction Package,PC00283,20240214,20240313,20240403,Infrastructure,Sole Agency,No,,"We require an experienced contractor to construct retaining walls within the roading corridor at 840 Paekakariki Hill Road (primary retaining wall) 48 Murphys Road (secondary retaining wall). The secondary retaining wall is a provisional item and will only be constructed as part of this project if the preferred contractor demonstrates contract performance and can provide a value for money proposal.",Awarded,,0,20250410 Porirua City Council,28781751,Request for Proposals,Open Competition,Aotea Lagoon South End upgrade,PC00282,20240205,20240312,20240403,Parks,Sole Agency,No,,"Aotea Lagoon Reserve is the jewel in Poriruas crown and our premier destination park. The Reserve is well used and loved by local and regional visitors alike for a range of purposes including recreation, fitness, and play. The current south end area of the Reserve is run down. The front entrance is worn and unwelcoming, with no safe pedestrian access from the carpark to the entrance. This project aims to create an open and inviting entrance into the south end of Aotea Lagoon Reserve.",Awarded,,0,20250410 Porirua City Council,28826845,Request for Quotations,Open Competition,Deconstruction of the 'Poly Palace' Building,PC00285,20240214,20240228,20240405,Infrastructure,Sole Agency,No,,"We need to procure the deconstruction of the Poly Palace' Building at Spicer Landfill, in preparation for the installation of new staff facilities. The Poly Palace' Building is a metal clad steel portal building, with associated silos. Some of these structures need to be deconstructed and removed from site for the new buildings to be established there. Were looking for a supplier who has the skills, experience, capacity and resource to complete this project.",Awarded,,0,20250410 Porirua City Council,28887736,Request for Quotations,Closed Competition,Aotea Lagoon south end public toilet facilities,PC00291,20240223,20240311,20240403,Corporate Services,Sole Agency,No,,"This RFQ relates to purchasing services to supply and install public toilet facilities located in the southern end of Aotea Lagoon. The new toilet blocks will fit in with the overall landscape design of the south end renewal project, they will be 2 separate blocks installed in close proximity to each other. These facilities need to have quality fixtures and fittings, be fit for purpose and fully accessible.",Awarded,,0,20250410 Porirua City Council,28985323,Request for Proposals,Open Competition,"Street, Reserve and Parks Tree Maintenance Contract",PC00264,20240308,20240412,20240801,Parks,Sole Agency,No,,"We are looking for a New Zealand Arboricultural Association (NZ Arb) approved contractor with the capability and resources to deliver the Porirua City Street, Reserve and Parks Tree Maintenance Contract.",Awarded,,0,20250410 Porirua City Council,29093342,Request for Proposals,Open Competition,Valuation Services,PC00292,20240325,20240424,20240515,Corporate Services,Sole Agency,No,,"We are looking to purchase independent valuation services for the upcoming cycle of significant Council group owned assets. We welcome responses from suppliers who are able to provide all, or some of these asset class valuations.",Awarded,,0,20250410 Porirua City Council,29213075,Request for Proposals,Open Competition,Construction of Spicer Landfill staff facilities,PC00286,20240412,20240509,20240529,Infrastructure,Sole Agency,No,,"We need a main contractor to supply and install Portacom buildings, and construct associated works, for the new Spicer Landfill staff facilities in accordance with the design and specifications. This includes the removal of the existing Portacoms that make up the current Spicer Landfill staff facilities. We are looking for a local supplier who has the skills, experience, capacity, and resource to complete this project.",Awarded,,0,20250410 Porirua City Council,29458341,Request for Proposals,Open Competition,Traffic Count Services,PC00303,20240711,20240807,20240918,Roading,Sole Agency,No,,"We require the provision of traffic count services across Porirua City. Were looking for a provider who has the skills, experience, capacity and resources to provide top quality traffic count data, and who can provide innovative and in-depth data analysis.",Awarded,,0,20250410 Porirua City Council,29715787,Request for Proposals,Open Competition,"Heating, ventilation and air conditioning (HVAC) maintenance",PC00310,20240704,20240807,20240821,Property,Sole Agency,No,,"If youve got a strong track record in HVAC maintenance, enjoy a reputation of uncompromising standards, and recognise the importance of positive customer experiences then wed like to hear from you We require the provision of maintenance of our heating, ventilation, and air conditioning systems across a variety of buildings in Porirua City. Were looking for providers who have the skills, experience, and resources to provide a top-quality service.",Awarded,,0,20250410 Porirua City Council,29874471,Request for Proposals,Open Competition,Liquefaction and Landslide Assessment Reports and Mapping,PC00313,20240730,20240827,20241030,Corporate Services,Sole Agency,No,,"Porirua is exposed to a range of geological natural hazards. These include liquefaction and land instability (landslides). To better understand the extent and nature of the liquefaction and land instability hazards within Porirua, we are seeking to procure district-wide geotechnical assessments from suitability qualified and experienced geotechnical professionals. The Liquefaction and Landslide Assessment Reports and Mapping opportunity aims to provide Porirua City Council with relevant, accurate and accessible information on these geological hazards to inform our statutory processes as well as future land use planning and asset management. When we refer to the assessment reports, we mean geotechnical reports and associated mapping that will assess the vulnerability, susceptibility, hazard, or risk of liquefaction and land instability within Porirua, as the case may be.",Awarded,,0,20250410 Porirua City Council,29885038,Request for Quotations,Closed Competition,Spicer Landfill Green Waste Area Construction,PC00324,20240731,20240815,20240904,Infrastructure,Sole Agency,No,,"We need to procure a physical works contract for the construction of a new greenwaste area platform at Spicer Landfill. This is an essential part of the enabling works to clear an existing area in preparation for the construction of a new landfill cell. The works must be delivered no later than 17 October 2024 to ensure the new greenwaste area is constructed and operational before the new landfill cell construction programme begins. The works include cut to fill, drainage, hardstand works, formation of a concrete block retaining wall, and erosion and sediment control.",Awarded,,0,20250410 Porirua City Council,29896906,Request for Proposals,Open Competition,Spicer Landfill Cell 3A Construction,PC00246,20240801,20240905,20241030,Infrastructure,Sole Agency,No,,"We need an experienced contractor to construct the next refuse disposal cell at Spicer Landfill, in accordance with the design and specifications. We are looking for a contractor with relevant experience in earthworks and construction of landfill lining systems, and the necessary resources to carry out the work. Tenderers should be able to demonstrate: The capability, experience, and resources to deliver the construction of Cell 3A on time and to budget. Relevant experience and a good track record in landfill lining construction and earthworks. Established quality assurance systems. A good safety record and established health and safety documentation and processes which meet the requirements of the Health and Safety at Work Act 2015 and associated regulations. A good environmental record and commitment to implement a comprehensive environmental management plan to carry out works in compliance with the resource consents under which the landfill site operates. It is essential that the works are completed by 1 June 2026 to ensure the new landfill cell is available to receive waste when the current cell (Cell 2.1) reaches capacity. ** We have been made aware of a minor technical change which will impact the Method of Measurement and Basis of Pricing, Schedule of Prices, and Technical Specifications documents. We will release details of this change and updated documents via a Notice to Tenderers early next week (w/b 5 August 2024).**",Awarded,,0,20250410 Porirua City Council,30042779,Request for Proposals,Open Competition,Porirua Resurfacing,PC00280,20240823,20240920,20241030,Roading,Sole Agency,No,,"We require the annual resurfacing of Porirua Citys local roads network. This includes the design, management, and construction of P/17 chipseals, thin asphaltic surfacing and structural asphalt works. Were looking for a surfacing contractor who has the skills, experience, capacity, and resources to deliver a top-quality product and service.",Awarded,,0,20250410 Porirua City Council,30205701,Request for Proposals,Open Competition,Te Rauparaha Arena bathroom and Arena Fitness refurbishments,PC00328,20240918,20241015,20241113,Property,Sole Agency,No,,"The procurement relates to the refurbishment of the Arena Fitness Centre reception area and changing rooms. Also included is refurbishment of the Te Rauparaha Arena level one and ground floor caf public toilets. The aim of this project is to address health and safety concerns with the current layout of the Fitness Centre around staff wellness, working alone, and customer health and safety. It will also include the addition of gender neutral changing facilities and toilets within the Fitness Centre to replace existing below standard male and female changing rooms.",Awarded,,0,20250410 Porirua City Council,30205824,Request for Proposals,Open Competition,Spinnaker Drive and Pukerua Beach Road slip design and MSQA package,PC00332,20240918,20241015,20241113,Infrastructure,Sole Agency,No,,"In recent times, adverse weather combined with seismic activity has resulted in many slips across the Porirua and wider Wellington Area. The aim of this project is to restore level of service in the respective locations, create a more resilient road network and ensure the safety of road users, and property owners in the vicinity of the slips. To achieve this, we are seeking to procure consultancy services to design and manage two (2) slip sites: Spinnaker Drive and Pukerua Beach Road. If youve got a strong track record in retaining wall design and geotechnical engineering, strive towards innovation and recognise the importance of health and safety and risk management then wed like to hear from you.",Awarded,,0,20250410 Porirua City Council,30321815,Request for Proposals,Open Competition,Paekakariki Hill Road culvert repair: design,PC00333,20241009,20241113,20241211,Roading,Sole Agency,No,,"The aim of this project is to restore the level of service of Paekakariki Hill Road and create a more resilient road and stormwater network. To achieve this, we are seeking to procure consultancy services to design and subsequent management, surveillance & quality assurance (MS&QA) for the two (2) culvert sites: 6 Paekakariki Hill Road (culvert PCC_SWP017732) 34 Paekakariki Hill Road (culvert PCC_SWP006174) Both sites present a high risk to road users and residents in the event a significant failure, due to their location under Paekakariki Hill Road. Both sites are near private residences so care will need to be taken to identify and manage any associated risks during the investigation, design, and implementation phases.",Awarded,,0,20250410 Porirua City Council,30764319,Request for Proposals,Open Competition,Pataka Art + Museum mechanical services and new enclosure,PC00342,20241204,20250123,20250401,Property,Sole Agency,No,,"We need to provide a new combined heating ventilation and air condition (HVAC) system for the Pataka Art + Museum complex. This work will replace the failing gas boiler (built 1998) servicing the Pataka buildings with one electric heat pump system designed for lowest energy costs, carbon emissions and maintenance requirements. The existing gas boiler needs to be disconnected and removed. Hot water services will be connected into the existing heating coils of the Pataka Air Handling Units. Existing pipework throughout the building will be reused as much as possible. We want very little impact, both visually and operationally, to the interior of the complex. The aim of the project is to ensure as little disruption as possible to the day-to-day museum business and most importantly, ensure the important artworks and taonga, including those in storage, are protected throughout the course of the works and into the future. A smooth transition of the old system over to the new will be crucial.",Awarded,,0,20250410 Port Nelson,24463536,Request for Proposals,Open Competition,Port Nelson Office Development - Project Management,,20210624,20210716,20211101,,Sole Agency,No,mark.washington@portnelson.co.nz,"Port Nelson Limited (PNL) is embarking on an exciting ""greenfield"" project named the Science and Technology Hub on Port Nelson property. The project is the design and construction of office space with potential supporting cafes and eateries. At present the intention is to construct approximately 10,000m2 of floor space which is likely to be constructed in a number of buildings and stages. The first stage for which proposals are sought for is expected to be approximately 5,000m2 of floor space. To assist PNL, who are the development managers of this development, PNL is seeking a motivated and flexible project manager who is able to manage the project from initial consultant selection through to practical completion. PNL is requiring a project manager that can manage and deliver this first stage while ensuring PNL's requirements are met in regards to time, cost and development principals. The first stage is likely to commence in September 2021 with consultant selection through to practical completion in April 2024. To facilitate this time frame, suitably required project managers are invited to submit a proposal for this first stage based on the time frames noted. The future stages will likely commence design in mid 2023, to which the engagement of is likely to be negotiated with the incumbent project manager. We welcome proposals from suitably qualified and experienced project managers who can assist PNL in delivering the first stage of this project.",Awarded,"Hello All, I refer to the Port Nelson Government Electronic Tendering Service requests for Project Management Services that you submitted a proposal for. We received a total of 15 submissions from businesses throughout New Zealand. Port Nelson undertook a thorough review of each submission and through this process evaluated each proposal that was submitted. From this evaluation, a preferred consultancy waS selected by Port Nelson with a recommendation presented to our Governance Board for their approval. The Port Nelson Governance Board approved the process undertaken, and subsequent recommendation of a project manager for the role on the Development. Port Nelson has entered into a contract with RCP NZ ltd as the project manager for this project Unfortunately, we must advise that your submission was not the selected proposal, and we regret to advise that you have been unsuccessful in the role of project manager at Port Nelson. We appreciate the amount of time and effort that goes into preparing and submitting a proposal and wish to thank you for taking the time to submit it to Port Nelson. We do have a significant amount of upcoming works at the Port and we may need additional project management services in the future, so further opportunities may arise at the Port.",0,20250410 PowerNet Limited,29485069,Request for Quotations,Closed Competition,Bluff Substation Switch Board Upgrade,521091,20240527,20240624,20240710,,Sole Agency,No,,"PowerNet Ltd is seeking Quotes for services to design the proposed upgrade of the switchboards in the Bluff Substation.",Not Awarded,,0,20250410 PowerNet Limited,30432025,Request for Quotations,Closed Competition,220kV EDN GXP and 100kV Line Build Project,529324,20241024,20241129,20250124,,Sole Agency,No,,"This project's scope is the conceptual and detailed design of the Fonterra 110kV zone substation and associated protection works at New Edendale 220/110kV GXP, coordinating with Transpower EC to deliver design and protection settings. A site designation will be needed that requires similar design information to an outline plan. The design shall allow for site layout and elevation drawings to support the designation outline planning submission by PowerNet. The substation layout and design will use industry-standard 110kV installations as the basis of this design.",Not Awarded,"The Third Party Project Sponsor has chosen to negotiate their own form of contract directly with a preferred supplier. The Design and construction of the Substation will no longer be managed by PowerNet Ltd, therefore this opportunity is no longer a PowerNet Ltd Project; the Tender will be closed without contract award.",0,20250410 PowerNet Limited,30716398,Request for Quotations,Closed Competition,220kV EDN GXP and 100kV Line Build Project - Transformer Procurement,529324/533161,20241127,20250131,20250318,,Sole Agency,No,,"PowerNet Ltd is seeking quotes for the supply and delivery of Transformers. The RFQ deadlines are as follows: Questions by 13th December 2024, Quotes by 5.30 PM NZT by 17th January 2025, and the contract starting in March 2025. Delivery locations include Mossburn and Edendale. The contract term is 30 months. Quotes must be submitted via GETS. The jurisdiction is New Zealand.",Not Awarded,,0,20250410 Public Trust,22659856,Request for Quotations,Open Competition,Public Trust Finance Planning and Reporting Tool,,20200513,20200603,20200924,,Sole Agency,No,,This Request for Quote invites suppliers to quote for the delivery of cloud-based finance planning and reporting tool for Public Trust. The implementation will be for a minimally viable product. We require the services to be delivered in Auckland by 30th September 2020.,Awarded,,0,20250410 Public Trust,23344325,Request for Proposals,Open Competition,Public Trust WRAP Platform,,20200923,20201019,20210617,,Sole Agency,No,,"Public Trust requires a 3rd party WRAP platform (or investment platform) which enables a user (advisor/client) with online access to a broad range of tradeable securities and investment products.",Awarded,,0,20250410 Public Trust,23571251,Request for Quotations,Closed Competition,RFQ Website Redesign,,20201123,20201204,20210406,,Sole Agency,No,,"Public Trust is in the early stages of an exciting Digital Transformation journey. One of the key strategic initiatives to support our digital strategy is a full redesign of our customer-facing website, publictrust.co.nz. These are the problem were trying to solve: - Weve recently been through a brand refresh and want to bring our new purpose and values to life through our website experience. - We have a separate online platform (a self-service e-comm site) and the handover from our main website to the platform is poor in terms of CX. - Our website is our virtual shopfront and it currently doesnt work hard enough to support our customers needs - our engagement and conversion rates arent as strong as they could be. - Were limited by our CMS and have little flexibility to create new content and templates were reliant on our CMS vendor for this. The scope of work to address these problems includes: - Review of current CMS note that our internal sites sit on the same CMS, so an impact assessment will be needed. - Recommendation on CMS and plan to migrate our internal sites at a later stage. - Working with internal IT teams to gather technology requirements. - Working with SMEs across the business to gather requirements. - Turning requirements into a clear solution design including information architecture, content plan and technology/CMS recommendation. - Full UI design including interactive features, templates, graphics and navigation. - Front and back end build of the website, including testing and launch. - Content writing, optimising and loading into the CMS. - Working with our external search partner to mitigate SEO ranking issues ahead of launch, and update goals/tracking in GA. - Working with our internal IT and Development teams on server-side set up and ongoing maintenance (our development team will be managing the website ongoing).",Awarded,,0,20250410 Public Trust,23896424,Request for Quotations,Open Competition,IT Service Management Tool,,20210126,20210209,20210712,,Sole Agency,No,,"We are seeking a solution that Public Trust can use as our core Information Technology service management (ITSM) tool. The ITSM tool must provide the following high level functionality: 1. Incident logging, tracking and updating 2. Request logging, tracking and updating 3. A self-service portal for business customers to log IT incidents and requests 4. Built in, editable, workflow that ensure particular tickets are automatically assigned to the right queue and customers automatically receive a reference number 5. Change request submission, peer review and approval 6. Built in reporting that is customisable by the customer 7. Ability to integrate with Active Directory and Azure AD We are ultimately seeking a cloud based tool that requires little customisation to meet our needs. We have a relatively small IT team supporting 450 users so need our key tool to manage incidents and requests to make it as easy as possible for us to deliver a great customer service. The tool that we are currently using no longer meets our needs. We do not have a large operational budget to put to this, so would be interested in any lite options that may exist for less cost in larger toolsets. Please also find attached a more detailed view of the requirements in Appendix 2. We require the new system by March 2021 and would like to engage quickly to progress work. Payment will be agreed as per contract to engage in once product has been selected.",Awarded,,0,20250410 Public Trust,24225029,Request for Quotations,Closed Competition,Microsoft 365 Implementation Project,,20210420,20210503,20210901,,Sole Agency,No,,"As part of our ongoing platform modernisation programme, Public Trust of New Zealand (PT) is embarking on a project to implement Microsoft 365 across our organisation. We are looking to partner with an experienced supplier to help us on the implementation journey to enable the use of modern workplace tools and applications across our business to provide better user experiences in the areas of collaboration (Teams), file sharing (One Drive), document management (SharePoint) and cloud-based Office application access whilst lifting our technical capabilities around identity management, security, end-point management, information management and compliance using the latest Microsoft technologies. We are also assessing the viability of implementing Teams Calling and Teams Meeting Rooms, including related hardware. The scope of this RFQ is for implementation and advisory services only in relation to Microsoft 365. In particular, we are not proposing to change or review our existing Licensing Solution Partner (LSP) used to procure Microsoft licenses under the all-of-government Microsoft Cloud, Software and Services Agreement (MCSSA). PT is looking for providers who have the capability, experience and a proven track record in delivering Microsoft 365 in organisations similar in scale and with similar requirements to PT. We are just looking for a technical implementer but a partner who will work alongside our internal team(s) to ensure that the overall solution is appropriate, fit for purpose, scalable and financially sustainable. We have been engaged in the Microsoft Fasttrack process for a period of time to date to inform our proposed requirements, however we expect to leverage any successful respondents cumulative knowledge of successfully implementing Microsoft 365 to validate our requirements and inform the appropriate priorities, dependencies and risk management / mitigations to ensure the success of this project.",Awarded,,0,20250410 Public Trust,27747759,Request for Proposals,Open Competition,"Programme Arotahi, Process Reimagination",,20230724,20230816,20230911,,All of Government,No,,"Public Trust is seeking a specialist third-party provider to partner with to help us reimagine our core business processes. Our primary focus is delivering contemporary customer-centric experiences and finding efficiencies to scale our business and serve new customer segments. We are a people-led business and are committed to collaborating with our talented workforce to explore and redesign key processes, ensuring innovative solutions that meet the evolving needs of our customers.",Awarded,,0,20250410 Public Trust,28290335,Request for Proposals,Open Competition,Contact Centre Foundations for a Customer Engagement Hub,CC CEH 01,20231016,20231108,20240123,,Sole Agency,No,,"Public Trusts current contact centre tool and associated technology is soon to reach end-of-life at the end of March 2024. This presents us with a prime opportunity to review our current capabilities which are limited and extend them with a view to provide an enhanced customer and people experience, enabled by technology. Our customers are telling us they want to reach the right person first time without the need to repeat their message due to handovers. While our people are telling us they do not want to search multiple systems and places for information. They want to be able to see whose calling and what the last contact was, allowing them to provide the customer with a timely update that is relevant to their milestone and be in a position to ask the next best question or action the right activity. We need a supplier who can meet the initial contact centre timeline for replacement by end of March 2024. We equally are looking for a partner whose expertise shines in the Customer Relationship Management arena, with a sound handle on case management capabilities, requirements, and technology to enable the seamless interactions.",Awarded,,0,20250410 Queenstown-Lakes District Council,19926560,Request for Proposals,Open Competition,Glenorchy Reservoir Upgrade,C-19-010,20180731,20180828,20201014,,Sole Agency,No,"QLDC, 10 Gorge Road","Queenstown Lakes District Council (QLDC) wishes to engage a consultant to design and supervise the delivery of a reservoir replacement at Glenorchy in accordance with QLDC infrastructure code, and other relevant specifications. QLDC invites Tender Responses from the open market via the New Zealand Government Electronic Tenders Service (GETS) Following the evaluation of all Tender Responses, it is intended that QLDC will enter into negotiations with one Tenderer with the intention of entering into a contract with the successful Tenderer.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,20351221,Request for Proposals,Open Competition,RFP for 3 Waters Design Services Panel,C-19-037,20181102,20181130,20190710,,Sole Agency,No,,"The Queenstown Lakes district is currently experiencing significant and unprecedented population and tourism growth. The programme of delivery that the LTP contains is substantially larger than anything the community and QLDC have faced before, being estimated at just short of $1B spend over the next ten years. To meet levels of service and the demands from expected growth, the LTP includes significant investment in the districts infrastructure, including over $140m of investment in the 3W Programme in the first 3 years alone. This presents a challenge requiring the consideration of non-traditional thinking and methods in respect of the procurement of supply market resources. QLDCs investment will be by way of procuring various physical works in connection with its 3W infrastructure assets. This Request for Proposal (RFP) seeks to identify appropriate design consultants to work alongside QLDC within a Design Services Panel (Panel), to provide design services and related services to the 3W Programme.",Awarded,"The successful respondents who sit on the 3 Waters Design Services Panel are as follows: - AECOM New Zealand Limited (C-19-037.1) - Beca Ltd (C-19-037.2) - Fluent Infrastructure Solutions Limited (C-19-037.3) - GHD Limited (C-19-037.4) - Jacobs New Zealand Limited (C-19-037.5) - Stantec New Zealand (C-19-037.6)",0,20250410 Queenstown-Lakes District Council,20487931,Request for Proposals,Open Competition,RFP for 3 Waters Contract Works Panel,C-19-038,20181130,20190208,20190710,,Sole Agency,No,,"The Queenstown Lakes district is currently experiencing significant and unprecedented population and tourism growth. The programme of delivery that the LTP contains is substantially larger than anything the community and QLDC have faced before, being estimated at just short of $1B spend over the next ten years. To meet levels of service and the demands from expected growth, the LTP includes significant investment in the districts infrastructure, including over $140m of investment in the 3W Programme in the first 3 years alone. This presents a challenge requiring the consideration of non-traditional thinking and methods in respect of the procurement of supply market resources. QLDCs investment will be by way of procuring various contract works in connection with its 3W infrastructure assets. This Request for Proposal seeks to identify appropriate Contractors to work alongside QLDC and our Project Management & Design teams, to deliver our 3W Programme.",Awarded,,0,20250410 Queenstown-Lakes District Council,20597089,Request for Tenders,Open Competition,Willow Place Wastewater Upgrades Construction Contract,C-19-042,20190114,20190211,20200714,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) wishes to engage a contractor to construct rising main pipelines, modifications to existing wastewater pump stations (WWPS) and all associated works to complete the wastewater upgrade from Willow Place to Kawarau Falls Bridge.",Awarded,,0,20250410 Queenstown-Lakes District Council,20599036,Request for Tenders,Open Competition,Bennetts Bluff Carpark and Viewing Area,C-19-044,20190114,20190201,20191008,,Sole Agency,No,,This contract is for the provision of a new car park to the south of the existing lookout with associated facilities and access to a new viewing area along with the closing of the existing pull off areas on Glenorchy Queenstown Road.,Not Awarded,Tender prices were in excess of the available budget so project is being re-scoped.,0,20250410 Queenstown-Lakes District Council,20766207,Request for Quotations,Closed Competition,Bundle 1: Treated Waters Reservoir Design,C-19-053,20190222,20190327,20191128,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of: Design and MSQA services for the following treated water reservoirs; 1. Beacon Point Reservoir 2. Arrowtown Reservoir 3. Quail Rise Reservoir 4. Ladies Mile Reservoir Concept Design services for the following treated water reservoir; 5. Kelvin Peninsula Reservoir",Not Awarded,This contract was awarded to GHD Limited.,0,20250410 Queenstown-Lakes District Council,20788316,Request for Proposals,Open Competition,RFP for 3 Waters Quantity Surveying Services,C-19-051,20190313,20190410,20190710,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) recently published their Long Term Plan 2018-2028 (LTP) which identifies the long term vision and objectives for QLDC. The LTP includes a substantial redevelopment of the regions three waters infrastructure (the 3W Programme). The 3W Programme constitutes a large number of projects (approximately 50) that require design and construction services. In order to maximise delivery efficiency in both design and construction the programme has been divided into a combination of single pipeline projects and project bundles. The purpose of this RFP is to select a Quantity Surveyor Consultant (company or other complying legal entity) to enter into an Agreement with QLDC for the provision of Quantity Surveying Services for the 3W Programme.",Awarded,,0,20250410 Queenstown-Lakes District Council,20802508,Request for Quotations,Closed Competition,Bundle 4: Design of Wanaka Water Trunk Main,C-19-054,20190305,20190329,20190710,,Sole Agency,No,,"This request for quotation (RFQ) is issued by the Queenstown Lakes District Council (QLDC) for professional services required to design and support the delivery of the Wanaka Water Trunk Main. The Wanaka Water Trunk Main is required to supply water from the Beacon Point Reservoir to south and west Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,20889874,Request for Proposals,Open Competition,Coronet Forest Harvesting,C-19-063,20190328,20190424,20190710,,Sole Agency,No,,"Tenderers are requested to provide pricing to undertake the roading, harvesting, cartage, log sales and any associated works with the harvesting of Coronet Forest.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,20927158,Request for Proposals,Open Competition,3 Waters Planning Services,C-19-052,20190410,20190513,20191016,,Sole Agency,No,,"The purpose of this RFP is to select a Planning Consultant (company or other complying legal entity) to enter into an Agreement with QLDC for the provision of Planning Services for the 3W Programme. The 3-Waters Programme is strategically important to the Queenstown Lakes district. This RFP presents an opportunity for your organisation to support and enhance QLDCs ability to plan, manage and control the Programme and to address significant infrastructure needs.",Not Awarded,WSP - OPUS,0,20250410 Queenstown-Lakes District Council,20935378,Request for Proposals,Closed Competition,RFP for Luggate Hall Project Management Services,C-19-069,20190412,20190506,20200421,,Sole Agency,No,,"QLDC are seeking a suitability qualified Project Manager (PM) for support through the design and build of the Luggate Community Hall. Queenstown Lakes District Council (Council) are progressing the new build of the Luggate Community Hall (in December 2018), using Passive House (PH) design and construction techniques. PH design and build is a relatively new method of building energy efficient dwellings in New Zealand. This PM role will oversee the entire project from design through build, to practical completion.",Awarded,,0,20250410 Queenstown-Lakes District Council,20950568,Request for Proposals,Open Competition,RFP for Luggate Hall Passive House Design Services,C-19-060,20190418,20190520,20200421,,Sole Agency,No,,"Following an extensive consultative process, the Queenstown Lakes District Council (Council) are progressing the new build of the Luggate Community Hall, using Passive House (PH) design and construction techniques. PH design and build is a relatively new method of building energy efficient buildings in New Zealand. As such, the degree of expertise in both design and build is limited. This RFP is seeking a Design Team that is able to complete the entire design of the Passive House Community Hall. Your response may comprise a consortia, or single entity but the output will be a consolidated design and specification document set used as the basis for the construction tender (at a later date).",Not Awarded,Opus International awarded,0,20250410 Queenstown-Lakes District Council,21020809,Request for Proposals,Open Competition,Flow Gauge Services,C-19-062,20190510,20190611,20200715,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) wishes to engage a consultant to undertake wastewater flow and rainfall monitoring survey services as is more particularly set out in the specifications forming part of this RFP. This is an open Request for Proposals. This work is of a highly specialised nature. It is important that this work is undertaken to a high quality and by experienced contractors. Following the evaluation of all Tender Responses, it is intended that QLDC will enter into negotiations with one Tenderer with the intention of entering into a contract with the successful Tenderer. The purpose of this RFP is to undertake wastewater flow and rain gauging services as part of a range of planning tasks to support future wastewater network planning. It is normal practice that wastewater network models are calibrated against recent and accurate flow gauge data to ensure the model reflects actual behaviour and is fit for purpose to undertake network planning.",Awarded,,0,20250410 Queenstown-Lakes District Council,21075334,Request for Proposals,Open Competition,Queenstown Town Centre Car Parking Solutions RFP,C-19-064,20190524,20190719,20220111,,Sole Agency,No,,"Queenstown is experiencing significant economic, residential and visitor growth. QLDC, in partnership with the New Zealand Transport Agency and Otago Regional Council, is addressing the growth challenges and opportunities for Queenstowns town centre through a Masterplan. This Request for Proposals (RFP) is issued to enable QLDC to evaluate private sector-led car parking solutions and development proposals. Through this RFP, QLDC is looking to source viable car parking options from the private sector and evaluate them alongside the options previously identified by QLDC. Please refer to the attached RFP documents for the full details, objectives, requirements, and expectations for responses to this RFP.",Not Awarded,Tender was withdrawn,0,20250410 Queenstown-Lakes District Council,21128022,Request for Proposals,Closed Competition,Coronet Forest Harvesting,C-19-078,20190610,20190621,20200417,,Sole Agency,No,,"Tenderers are requested to provide pricing to undertake the roading, harvesting, cartage, log sales and any associated works with the harvesting of Coronet Forest.",Not Awarded,Mike Hurring Logging awarded contract,0,20250410 Queenstown-Lakes District Council,21148277,Request for Proposals,Open Competition,Condition Assessment Project Management Services,C-19-080,20190613,20190710,20191220,,Sole Agency,No,,"QLDC requires a competent technical assessor to prepare comprehensive condition assessments for the regions highest priority facilities. The resulting product will enable QLDC to manage its portfolio on a rationalised, efficient and effective basis that meets industry best practices and safety standards.",Awarded,,0,20250410 Queenstown-Lakes District Council,21170744,Request for Quotations,Closed Competition,Bundle 2 Treated Water Reservoirs,C-19-083,20190619,20190716,20191220,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of Pre Contract Services for the following treated water reservoirs: 1. Beacon Point Reservoir 2. Quail Rise Reservoir 3. Arrowtown Reservoir 4. Ladies Mile Reservoir",Awarded,,0,20250410 Queenstown-Lakes District Council,21198518,Request for Quotations,Closed Competition,C-19-079 Shotover Country Borefield,C-19-079,20190626,20190731,20191128,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of: A borefield, water treatment plant and rising mains at Shotover Country.",Awarded,,0,20250410 Queenstown-Lakes District Council,21211240,Request for Quotations,Closed Competition,"C-19-045 - Capell Avenue, Hawea Construction of Watermain",C-19-045,20190628,20190719,20191128,,Sole Agency,No,n/a,"The works comprise construction of a 355mmOD PE100 Bulk Watermain within the existing roadway and berms of Capell Avenue in Lake Hawea. The work also includes construction of cross connections to existing watermains and the installation of a 63mmOD Ridermain within the berm of Capell Avenue. The works are contained in an area with existing service infrastructure so the replacement of some water lateral connections will be necessary where required. The works are located within Capell Avenue in Lake Hawea, between Scott Beach Access Road and the Nichol Street intersections.",Awarded,,0,20250410 Queenstown-Lakes District Council,21220312,Request for Tenders,Open Competition,C-19-082 QEC Alpine Aqualand Ventilation Upgrade,C-19-082,20190705,20190719,20191220,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) wishes to engage a contractor to provide Pre-Contract Services and Construction of the Ventilation Upgrade for QEC Alpine Aqualand.,Not Awarded,This project got awarded to Hanlon Plumbing and Pipe Services Ltd,0,20250410 Queenstown-Lakes District Council,21279484,Request for Proposals,Open Competition,Frankton Campground Redevelopment and Lease Opportunity,,20190719,20190930,20201217,,Sole Agency,No,,"Queenstown Lakes District Council (Council) is seeking the submission of detailed proposals for the lease of Frankton Campground at 17 Yewlett Crescent, Frankton, Queenstown (the property). The campground opened in the 1970s, with a lease from the Crown, and is now predominately reserve land administered by the Council. The camp comprises of two distinct areas, the main campground area which comprises the bulk of the camping area, as well as reception and amenity blocks. The second area is adjacent to Frankton Road and acts as an overflow camping area in peak periods. The lease is available from approximately April 2020 subject to Council approval.Councils key focus is to re-establish a facility catering to traditional recreational camping at the Frankton Campground. It is desired that this campground be aesthetically pleasing and fit with the surrounding environment.",Awarded,,0,20250410 Queenstown-Lakes District Council,21316054,Request for Quotations,Closed Competition,Bundle 18 Kingston HIF,C-19-087,20190726,20190823,20191128,,Sole Agency,No,,This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of design and MSQA services for wastewater and water supply schemes in Kingstown.,Awarded,,0,20250410 Queenstown-Lakes District Council,21324731,Request for Quotations,Closed Competition,Project 106: Recreation Ground Pump Station and Rising Main,C-19-088,20190729,20190819,20191128,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of Pre Contract Services for the following wastewater pump station and rising main: 1. Recreation Ground Pump Station 2. Rising main from Recreation Ground to Cecil Road Manhole",Awarded,,0,20250410 Queenstown-Lakes District Council,21420470,Request for Proposals,Closed Competition,Queenstown Gardens & Marine Parade Landscape Architecture Services,C-19-092,20190819,20190902,20191029,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) intends to upgrade their Queenstown Gardens and Marine Parade areas through a multi-stage project. Queenstown Gardens has evolved in an ad hoc manner over the past two hundred years. While the area is central, quiet and sheltered and has developed into a focal point, it comes with its own challenges that QLDC now seeks to resolve. This is to improve connectivity with the Town Centre and surrounds and to enhance circulation within the grounds.",Awarded,,0,20250410 Queenstown-Lakes District Council,21440887,Request for Proposals,Open Competition,QLDC Planning and Development Professional Services Panel,C19-094,20190830,20191009,20200630,,Sole Agency,No,,"This RFP is for the QLDCs Planning and Development Teams Professional Services Panel. The panel will assist the in-house team which includes resource consents, building consents, resource management engineering, and planning policy. QLDC is experiencing some of the highest numbers of resource consent and building consent applications in the country. Over the last few years that has seen around 1,400 resource consent and around 1,900 Building Consent applications being received per annum. Once appointed, the panel members while not having exclusive rights, will be the preferred suppliers for the delivery of professional services, with the panel being split into two tiers - Specialist and On-going Support. The On-going Support tier will supplement the in-house team for work including consent processing and reports. The Specialist tier will provide additional technical expertise which are currently outsourced periodically. The aim is to appoint based on the best fit for each discipline and relevant expertise as well as an understanding of and commitment to the District. Those respondents that do not make it onto the panel, but who pass the minimum requirements, will be included on a pre-qualified list who may be offered work to assist in either the on-going or specialist areas.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,21562236,Request for Proposals,Open Competition,QLDC Economic and Social Impact Assessments,C-19-096,20190909,20191004,20200203,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is a territorial authority in Te Wai Pounamu South Island of Aotearoa New Zealand, with a resident population of approximately 39,500 which is projected to increase to 74,400 by 2048. It is also a premier tourist destination making a significant contribution to the national economy, and tourism is the biggest employer in the district. As majority stakeholder the Council is keen to understand and ensure that decisions regarding the future of both Queenstown and Wanaka Airports are objectively informed and represent all perspectives on the issue. Queenstown Airport Corporation has agreed to pause on its future development plans while further work is undertaken to understand the societal and economic effects to inform how these airports can help achieve desirable community outcomes. To inform these we are seeking independent economic and social impact assessments supported by comprehensive stakeholder engagement. The Council is looking for credible providers who have the capability, experience and skills to deliver the economic and social impact assessments and stakeholder engagement that will inform decision-making on future infrastructure developments that have a high level of community interest.",Awarded,,0,20250410 Queenstown-Lakes District Council,21602753,Request for Quotations,Closed Competition,Bundle 7: Queenstown Stormwater Work,C-19-093,20190913,20191004,20191128,,Sole Agency,No,,"Queenstown Stormwater Works is formed of three stormwater upgrade projects in the south west of Frankton. The opportunity has also been taken to combine the stormwater upgrades on Lucas Place with a full road rehabilitation or reconstruction, as the synergies in considering the design and construction together potentially lead to significant benefits for QLDC.",Awarded,,0,20250410 Queenstown-Lakes District Council,21604864,Request for Tenders,Open Competition,Glenorchy-Queenstown Road Slow Vehicle Bay,C-19-090,20190913,20191011,20200416,,Sole Agency,No,,"The project involves the construction of a new slow vehicle bay on the Glenorchy-Queenstown Road and other associated items such as landscaping, line marking & signage installation.",Awarded,,0,20250410 Queenstown-Lakes District Council,21632407,Request for Proposals,Closed Competition,QLDC Library Strategy,C-19-103,20190927,20191024,20210625,,Sole Agency,No,,,Awarded,,0,20250410 Queenstown-Lakes District Council,21709676,Request for Proposals,Open Competition,Leadership Development Education Services,C-19-104,20191003,20191031,20200916,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is a territorial authority in Te Waipounamu South Island of Aotearoa New Zealand, with a resident population of approximately 39,500 which is projected to increase to 74,400 by 2048. It is also a premier tourist destination making a significant contribution to the national economy. In recent years, the District has undergone significant and sustained growth in both resident population and in international and domestic visitor numbers. On a peak day in 2018, the visitor numbers totalled 79,300 which is projected to reach 126,370 on a peak day in 2048. This translates to over 2 million visitors to the District over the course of a year. QLDC is seeking a supplier, or suppliers, to design and deliver our core education offering as part of our Leadership Development Programme. We are committed to investing in the continued development of a strong leadership culture, which we recognise as fundamental to the delivery of our ambitious Ten Year Plan. This is an opportunity to help us develop and prepare our workforce for the future. The Queenstown Lakes District is one of the fastest-growing districts in the country, and ultimately our leadership programme drives the capability of leaders to contribute to the Districts future.",Awarded,,0,20250410 Queenstown-Lakes District Council,21765558,Request for Proposals,Open Competition,Engineering & Specialist Support Services Panel,C-19-047,20191011,20191108,20201021,,Sole Agency,No,,"Queenstown Lakes District is the fastest growing district in New Zealand, with a land area totalling 8,467km2. Demand on services is heavily impacted by the districts tourism industry; at capacity, there is one local resident per 34 international visitors. The Lakes District is dependent on delivering a high quality experience to visitors and residents alike. QLDC has operated a General Engineering Panel for some eight odd years and this panel expired earlier in 2019. QLDC is now looking to maximise the supply market opportunities by developing a new panel with a common set of terms and conditions for the operation of panel, secondary procurement and contracting. In order to deliver our ten-year programmes, we need a panel of professional services consultants with capability in a range of disciplines. Initially this procurement aims to appoint the following disciplines to the Engineering & Specialist Support Services Panel (ESSS Panel): Civil 3 Waters Civil Transport Geotechnical Mechanical Structural Road Safety Design Surveyor Project Management Vertical & Horizontal Engineer to Contract Vertical & Horizontal; and Cost Management (PQS) Vertical.",Awarded,"1. Civil 3 Waters - AR & Associates, Fluent Infrast, Stantec 2. Civil Transport - Beca, Stantec, WSP 3. Geotechnical Engeo, Stantec, WSP 4. Mechanical - CANCELLED 5. Structural Batchelar McDougall, Stantec, WSP, Hadley Consult 6. Road Safety Design Beca, Stantec, WSP 7. Surveyor Elliot Sinclair 8.A Project Management Vertical Rubix, The Building Intelligence Group 8.B Project Management Horizonal CANCELLED 9.A Engineer to Contract Vertical Cequent 9.B Engineer to Contract Horizontal Team Projects 10. Cost Management Vertical Rider Levett Buchnall",0,20250410 Queenstown-Lakes District Council,21846503,Request for Tenders,Open Competition,Cardrona Valley Safety Barriers,C-19-108,20191025,20191121,20200504,,Sole Agency,No,,"Tenders are invited for the construction of new safety barrier along the Cardrona Valley Road. The works include earthworks; gabion basket wall construction; installation of safety barrier and miscellaneous works. Tenderers shall be evaluated using the NZ Transport Agencys Pre-Qualification (Level-4C), Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,21879284,Request for Quotations,Closed Competition,C-19-099 Shotover Country Bores Water Supply Bridge Crossing,C-19-099,20191101,20191206,20200416,,Sole Agency,No,n/a,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of: Water and wastewater mains installed on the south side of the Shotover Bridge and connections to existing infrastructure. Removal of existing pipeline inside the bridge superstructure.",Awarded,,0,20250410 Queenstown-Lakes District Council,21886124,Request for Quotations,Closed Competition,Bundle 11A: Shotover WWTP Upgrade,C-19-106,20191104,20191206,20191220,,Sole Agency,No,,"Shotover waste water treatment plant (WWTP) services the Wakatipu Basin communities of Queenstown, Arthurs Point, Frankton, Kelvin Heights/Willow Place, Quail Rise, Shotover Country, Lake Hayes Estate, Lake Hayes and Arrowtown. New inlet works were commissioned in 2013 and Stage 1 works commissioned in 2017 (Stage 1 works consisted of installation of an MLE reactor, clarifier, UV disinfection system, recycled effluent system, sludge dewatering and loadout facility and operation facility). QLDC population and flow predictions indicated the new plant was expected to meet treatment demands of the Wakatipu Basin communities until 2025/26. However, flow and load growth has been such that the anticipated 2026 flow was reached in 2018 and the 2026 nitrogen load limit is being approached. Master plan designs included as part of the Stage 1 design included a proposed scope of development of the treatment process to cater for the projected flows and loads (Stage 3). Breaching the Consented Nitrogen loading triggers the consent requirement to build the Stage 3 Treatment Plant. The preferred masterplan option for the Shotover WWTP envisioned duplicating the Stage 1 MLE facilities. The Programme Control Group approval for Shotover WWTP Stage 3 requested the inclusion of the inlet works in the design of Stage 3, although the Concept Design Report from Beca discussed this, it did not cost the inlet works upgrade in the final Concept design cost. Once Stage 3 is commissioned, the anticipated treatment capacity will meet demands such that the existing oxidation ponds can be decommissioned. For information, Stage 2 of the masterplan was the land disposal field that was commissioned in February 2019. This project will help to deliver waste water treatment services to the Wakatipu Basin communities projected through to 2048. The bundle currently includes the design and implementation of the WWTP and inlet works upgrades and decommissioning process for the three oxidation ponds. See the plan below for high level proposed locations for the plant upgrades. Dark shaded area shows the location of new infrastructure.",Awarded,,0,20250410 Queenstown-Lakes District Council,21911652,Request for Quotations,Closed Competition,3 Waters Programme Peer Review,C-19-113,20191108,20191120,20200428,,Sole Agency,No,,,Awarded,,0,20250410 Queenstown-Lakes District Council,22057911,Request for Proposals,Open Competition,Shotover River Bridge (Arthurs Point) Duplication Business Case Services,C-19-115,20191206,20200123,20200417,,Sole Agency,No,,"Queenstown Lakes District is the fastest growing district in New Zealand, with a land area totalling 8,467km2. Demand on services is heavily impacted by the districts tourism industry; at capacity, there is one local resident per 34 international visitors. The Wakatipu Basin is undergoing significant growth, with 3.2% annual growth in average day population forecast for the period 2018-20282 (compared with the national annual resident growth of 1.6%3). Geographical and capacity constraints on the road network as well as a lack of transport choices are leading to an increase in congestion. A programme of masterplans and business cases are in development to plan key transport and integrated land-use interventions. The route between Arrow Junction and Queenstown via the Edith Cavell Bridge is the only alternative land-based access to Queenstown to the congested and constrained State Highway 6A. It therefore provides an important resilience function as well as a travel alternative to the congestion in Frankton. Improvement of the Shotover River crossing in Arthurs Point was identified as an activity in the recommended programme for the New Zealand Transport Agency endorsed Queenstown Integrated Transport Programme Business Case (2017). Considering the existing problems combined with the growth, the scale and timing of solutions need to be considered immediately. With the nearing completion of several large business cases for the Wakatipu Basin, this project is a key gap in the network which should be understood to compliment other interventions. A Single Stage Business Case needs to be developed to explore options and staging for the river crossing, so that interventions can be included in the 2021-2024 funding cycle.",Awarded,,0,20250410 Queenstown-Lakes District Council,22061605,Request for Tenders,Open Competition,C-19-109 Crown Range Road Safety Barriers,C-19-109,20191209,20200130,20200429,,Sole Agency,No,"The Tenders box, 10 Gorge Road, Queenstown 9300","Tenders are invited for the construction of new safety barrier along the Crown Range Road. The works include earthworks; gabion basket wall construction; installation of safety barrier and miscellaneous works. Tenderers shall be evaluated using the NZ Transport Agencys Pre-Qualification (Level-4C), Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,22176875,Request for Quotations,Closed Competition,C-20-001 Wanaka Stormwater Works,C-20-001,20200115,20200205,20200526,,Sole Agency,No,n/a,This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of Detailed Design and MSQA services for Bundle 9: Wanaka Stormwater Works.,Awarded,,0,20250410 Queenstown-Lakes District Council,22187529,Request for Tenders,Open Competition,C-19-102 Lakeview Campground - Demolition,C-19-102,20200120,20200223,20200714,,Sole Agency,No,,Works involve the completion of all work associated with the Lakeview Campground Demolition.,Awarded,,0,20250410 Queenstown-Lakes District Council,22227924,Request for Proposals,Open Competition,T3 Public Toilet Infrastructure Upgrade,C-20-002,20200129,20200305,20200612,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is seeking proposals for the demolition of two existing toilet structures and the design, supply and installation of replacing these with twin toilet units.",Awarded,,0,20250410 Queenstown-Lakes District Council,22237026,Request for Tenders,Open Competition,Malaghans Road Rehabilitation,C-20-004,20200131,20200228,20200306,,Sole Agency,No,n/a,"The project involves the pavement rehabilitation of a section of Malaghans Rd between Hunter Road and Alan Reid Rd, along with the construction of a new off road walking and cycling trail to form part of the Queenstown Trail.",Not Awarded,QLDC change to delivery programme. New compliant procurement required.,0,20250410 Queenstown-Lakes District Council,22382184,Request for Quotations,Closed Competition,Cardona Wastewater Pipeline,C-19-116,20200228,20200323,20200526,,Sole Agency,No,,"RFQ SCOPE This Request for Quotation (RFQ) is issued by Queenstown Lakes District Council (QLDC) for the provision of Detailed Design and MSQA services for the construction of an inbound wastewater pipeline and pump station. This is required to convey sewerage from the Cardrona Village to the inbound headworks of the new Cardrona Valley WWTP headworks, which is to be established by a third party.",Awarded,,0,20250410 Queenstown-Lakes District Council,22395456,Request for Proposals,Closed Competition,Wanaka Skate Park,C-19-086,20200303,20200525,20200728,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is seeking proposals for the design, build and repair of the existing skate park in Pembroke Park in Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,22434055,Request for Tenders,Open Competition,C-20-010 Aspiring Terrace Geotechnical Improvements,C-20-010,20200312,20200409,20200429,,Sole Agency,No,"The Tender Box, 10 Gorge Road, Queenstown 9300","Tenders are invited for geotechnical improvements on Aspiring Terrace The works include geotechnical slope stabilisation using soil nails and geomat material. The works also include minor supporting items such as site clearance and landscaping. Tenderers shall be evaluated using the NZ Transport Agencys Pre-Qualification (Level-4C), Lowest Price Conforming Method.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,22469355,Request for Tenders,Open Competition,Malaghans Road Rehabilitation (Spring 2020),C-20-114,20200320,20200422,20200526,,Sole Agency,No,,The project involves the pavement rehabilitation of a section of Malaghans Rd between Hunter Road and Alan Reid Rd along with the construction of a new off road walking and cycling trail to form part of the Queenstown Trail,Awarded,,0,20250410 Queenstown-Lakes District Council,22540019,Request for Quotations,Closed Competition,Brunswick Street Stormwater Pipe,C-20-012,20200414,20200511,20200707,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of construction services to construct a new stormwater pipeline and outfall structure to Lake Wakatipu, from Thompson Street through to Lake Esplanade drive, via Brunswick Street. The contract will be let into two separable portions.",Awarded,,0,20250410 Queenstown-Lakes District Council,22571227,Request for Tenders,Open Competition,C-20-010 Aspring Terrace Geotechnical Imrovements,C-20-010,20200423,20200521,20200609,,Sole Agency,No,"The Tender Box, 10 Gorge Road, Queenstown 9300","Tenders are invited for geotechnical improvements on Aspiring Terrace The works include geotechnical slope stabilisation using soil nails and geomat material. The works also include minor supporting items such as site clearance and landscaping. Tenderers shall be evaluated using the NZ Transport Agencys Pre-Qualification (Level-4C), Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,22689188,Request for Proposals,Open Competition,Ladies Mile Master Planning and Approvals,C-20-124,20200519,20200616,20200820,,Sole Agency,No,,"This procurement relates to the delivery of a masterplan and plan variation to be notified at the same time, the purpose of which is to ensure an integrated approach to transport, land use, housing, infrastructure and social infrastructure that promotes community outcomes and an ability to deliver enhanced transport outcomes. Queenstown Lakes District Council (QLDC) is seeking to appoint a supplier to complete a Masterplan and related Approvals for Ladies Mile, Queenstown. We need to develop an integrated masterplan and plan variation to be notified at the same time with a preference to follow a Streamlined Planning Process, the purpose of which is to ensure an integrated approach to transport, land use, housing, infrastructure and social infrastructure that promotes community outcomes and an ability to deliver enhanced transport outcomes. We will provide leadership and coordination with landowners and community stakeholders. We want to engage the services of a trusted company with recent and relevant experience on similar projects. We are looking for good value-for-money from a supplier who can provide reliable and accurate information within a timely manner. We need a supplier who can demonstrate that they can/have collaborated with QLDC and other project participants. We want a supplier who will stand behind their work, and who also provide pro-active and effective communication. Demonstrated awareness of issues associated with Ladies Mile would be preferable.",Awarded,,0,20250410 Queenstown-Lakes District Council,22711975,Award Notice,Open Competition,Park and Ride Transport Services,C-20-116,20200522,20200522,20200903,,Sole Agency,No,,Development of a Single Stage Business Case for Park and Ride in the Wakatipu Basin.,Not Awarded,set up as a notice of information that a tender was going to be uploaded,0,20250410 Queenstown-Lakes District Council,22725851,Request for Tenders,Open Competition,C-20-123 Wakatipu Minor Improvements - Package 1,C-20-123,20200525,20200618,20200805,,Sole Agency,No,"The Tender Box, 10 Gorge Road, Queenstown 9300","Tenders are invited for the construction of minor improvements in Queenstown. The works include earthworks, pavement construction, sealing, asphalting, concrete works and traffic services. Tenderers shall be evaluated using the NZ Transport Agencys Pre-Qualification (Level-4C), Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,22751840,Request for Quotations,Closed Competition,Two Mile Water Treatment Plant,C-20-125,20200529,20200619,20200715,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council in relation to the Two Mile Water Treatment Plant. The project is to be procured as a Design & Build project. This RFQ is a request for quotation for providing the following services: - Production of Principals Requirements Technical Documentation - Input to D&B Contractor selection - Ongoing compliance monitoring through the Design & Build tender and design process",Awarded,,0,20250410 Queenstown-Lakes District Council,22904573,Request for Proposals,Open Competition,Key Talent Retention and Community Leadership Programme RFP,C-20-137,20200701,20200722,20201014,,Sole Agency,No,,"Covid-19 has had a significant impact on our community in terms of job losses, impact to business and pressure on community groups. Retention of critical key talent is at risk due to the economic impact, which means we risk losing key business and community leaders that are critical for our recovery. We are looking for a supplier that can develop and deliver an interlinked programme designed to identify and ensure key/critical talent essential for business & community recovery is retained within district - and a community leadership programme designed to foster performing and future leaders to lead others through business and community recovery. The definition of key talent is outlined in the criteria in the requirements section below.",Awarded,,0,20250410 Queenstown-Lakes District Council,22918158,Request for Quotations,Closed Competition,Two Mile Water Treatment Plant Shortlisting of D&B Contractors,C-20-133,20200703,20200807,20210324,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council in relation to the Two Mile Water Treatment Plant. The project is to be procured as a Design & Build project. This RFQ is a request to provide information to allow QLDC to shortlist two Panel Contractors",Not Awarded,,0,20250410 Queenstown-Lakes District Council,22918528,Request for Proposals,Closed Competition,Organics Investment Options and Expert Advice,C-20-138,20200703,20200717,20200813,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) is seeking to appoint an experienced waste management consultancy to lead and develop a robust options assessment report to inform the future of organic waste streams.,Awarded,,0,20250410 Queenstown-Lakes District Council,22951407,Request for Quotations,Closed Competition,Glenorchy Water Supply Source Upgrades,C-20-132,20200710,20200812,20200924,,Sole Agency,No,,This document outlines the project brief for professional engineering design and MSQA services for the upgrade of water treatment for the Glenorchy water supply.,Awarded,,0,20250410 Queenstown-Lakes District Council,23002388,Request for Quotations,Closed Competition,Wakatipu Active Travel Network - Stage Two Routes,C-20-141,20200721,20200817,20200924,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of Detailed Design and Consenting services for the Wakatipu Active Travel Stage 2 Routes. QLDC have confirmed funding for the design aspect of the project. The purpose of this project is to progress the routes identified in the Way to Go Wakatipu Active Travel Network Single Stage Business Case through detailed design and consenting.",Awarded,,0,20250410 Queenstown-Lakes District Council,23021548,Request for Tenders,Open Competition,C-20-009 QLDC Speed Signage Installation,C-20-009,20200727,20200820,20200915,,Sole Agency,No,"The Tender Box, 10 Gorge Road Queenstown 9300","Tenders are invited for new signage implementation around QLDCs roads. The works include installation of new speed-limit signage following permanent speed limit changes as provided by QLDC. The physical works includes new signs and sign posts, removal of signs and replacement of existing signs. Tenderers shall be evaluated using the NZ Transport Agencys Lowest Price Conforming Method. QLDC does not require NZTA pre-qualification for this tender.",Awarded,,0,20250410 Queenstown-Lakes District Council,23048952,Request for Quotations,Closed Competition,Project Pure Wastewater Treatment Plant Upgrades,C-20-146,20200731,20200828,20201016,,Sole Agency,No,,"This request for quotation (RFQ) is for design development, construction monitoring and commissioning services of the Project Pure Wastewater Treatment Plant Upgrades located in Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,23050096,Request for Tenders,Open Competition,C-20-151 Crown Range Road Asphalt,C-20-151,20200731,20200828,20200915,,Sole Agency,No,"The Tender Box, 10 Gorge Road Queenstown 9300","Tenders are invited for the construction of asphalt and raising of safety barrier along the Crown Range Road. The works include pre-seal repairs, milling and inlaying along with overlaying asphalt; pavement markings and signage; raising of safety barrier and miscellaneous works. Tenderers shall be evaluated using the NZ Transport Agencys, Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,23154437,Request for Tenders,Open Competition,Wanaka Lakefront Development Plan Stage 3 Lakeside,C-20-152,20200824,20200925,20210128,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) wishes to engage a contractor to undertake construction and landscaping works for the Wanaka Lakefront Development Stage 3 Lakefront.,Awarded,,0,20250410 Queenstown-Lakes District Council,23188996,Request for Quotations,Closed Competition,Queenstown Arterials Stage 1 Site Works Investigations - Geotechnical,C-20-158,20200827,20200918,20201014,,Sole Agency,No,,This request for quotation (RFQ) is issued by Queenstown Lakes District Council to provide geotechnical information to inform the detailed design of the proposed Queenstown Arterials Stage 1 development along Melbourne Street/Henry Street between SH6a (Frankton Road) and Gorge Road.,Awarded,,0,20250410 Queenstown-Lakes District Council,23226001,Request for Quotations,Closed Competition,Queenstown Arterials Stage 1 Site Works Investigations - Surveyor,C-20-159,20200903,20200918,20201014,,Sole Agency,No,,This request for quotation (RFQ) is issued by Queenstown Lakes District Council to provide detailed survey information to inform the detailed design of the proposed Queenstown Arterials Stage 1 development along Melbourne Street/Henry Street between SH6a (Frankton Road) and Gorge Road.,Awarded,,0,20250410 Queenstown-Lakes District Council,23271074,Request for Quotations,Closed Competition,Cardrona Valley Wastewater Pipeline,C-20-165,20200911,20201008,20210310,,Sole Agency,No,,"This Request for Quotation (RFQ) is issued by Queenstown Lakes District Council for the construction of a new wastewater pipeline and pump station to convey wastewater from the Cardrona Village to the headworks of the new Cardrona Valley Wastewater Treatment Plant (developed by a third party). The works are within the road corridor of the Cardrona Valley Road, from the Cardrona Village along and up to the end of the paper extension of Pringles Creek Road.",Awarded,,0,20250410 Queenstown-Lakes District Council,23300544,Request for Proposals,Open Competition,Sunshine Bay Tennis Court Upgrade,C-20-163,20200918,20201023,20201203,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) is seeking proposals for the construction of a new multi-purpose tennis court. This court will replace the existing dilapidated tennis court.,Awarded,,170000,20250410 Queenstown-Lakes District Council,23316533,Request for Tenders,Open Competition,Ballantyne Road Reseal,C-20-164,20200923,20201023,20210310,,Sole Agency,No,,"The Ballantyne Road seal extension project will address existing safety issues, which relate to inconsistent surfacing, vertical alignment reducing forward sight distance, dust reducing visibility, a lack of road markings, and narrow carriageway widths. Upgrades include sealing of 4km of unsealed road, a low speed environment by design, one metre sealed shoulders to allow for walking and cycling, and improved drainage. The scope of works includes the relocation of a number of power poles.",Awarded,,0,20250410 Queenstown-Lakes District Council,23317366,Request for Tenders,Open Competition,C-20-117 Aubrey Road Shared Path,C-20-117,20200918,20201015,20201102,,Sole Agency,No,"The Tender Box, 10 Gorge Road, Queenstown 9300","Tenders are invited for the construction of a shared path along Aubrey Road. The works include earthworks; pavement construction, footpath construction, surfacing, drainage, kerb & concrete works, raised table construction, signage and line marking. Tenderers shall be evaluated using the Waka Kotahi NZ Transport Agencys Price Quality Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,23317564,Request for Tenders,Open Competition,C-20-118 Arthur's Point Cycle & Pedestrian Improvements,C-20-118,20200918,20201022,20201117,,Sole Agency,No,"The Tender Box, 10 Gorge Road, Queenstown 9300","Tenders are invited for the construction of a shared path along Arthurs Point Road and providing a path connection to Atley Road. The works include earthworks; pavement construction, footpath construction, surfacing, drainage, kerb & concrete works, roundabout construction, signage, line marking and structural timber construction. Tenderers shall be evaluated using the Waka Kotahi (NZ Transport Agencys) Price Quality Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,23338172,Request for Proposals,Open Competition,Three Waters and Roading RFP for Pre-Qualification of Contractors for work packages in the QLDC 2020-2021 Asset Renewals and Minor Improvement Programme (C-20-174 to C-20-185),C-20-174 to C-20-185,20200922,20201015,20201204,,Sole Agency,No,"The Tender Box, 10 Gorge Road Queenstown 9300","During these extraordinary times Council is committed to ensuring the local contractors who are living and working in the District have access to the Councils work programme. As part of the QLDC 2020-21 Three Waters Asset Renewals and Roading Minor Improvements Programme, Council has identified packages of work that are to be delivered by local contractors. Four (4) water packages of work are proposed, three (3) combined wastewater and stormwater packages, and five (5) roading packages. This Request for Proposals (RFP) is the prequalification stage, evaluating the non-price attributes of those contractors who intend bidding these work packages. The second pricing stage will occur after the design work is completed for each package. Contractors who intend to participate in the RFP process and wish to receive any additional information or updates that may be issued by QLDC should acknowledge receipt of this RFP by signing and returning the RFP Acknowledgment Form in Appendix D. The conditions of this RFP process are set out in Appendix F. Furthermore, in the future, Council is considering using a panel of pre-approved contractors to deliver the three waters renewals and roading minor improvements physical works programmes. This 2020-21 evaluation process and programme of work is a way for contractors, who may want to be considered for the future panel(s), to become familiar with Councils requirements as they develop local track record with QLDC projects prior to the panels being set up.",Awarded,,0,20250410 Queenstown-Lakes District Council,23344618,Request for Quotations,Closed Competition,North Wanaka Conveyance Scheme (NWCS) Wastewater Pump Station & Pipeline,C-20-169,20200925,20201110,20220316,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the construction of a new wastewater pump station in Beacon Point Road, Wanaka, including 245m3 emergency storage, a 5.2km 375mm/400mm dia wastewater main from the new pump station through to the existing Albert Town WWPS #2, the narrowing of Beacon Point Road between Bremner Park Road and Hunter Crescent and several gravity sewers along Beacon Point Rd. The RFQ also includes Provisional Items for an upgrade of the Aubrey Road Gravity Main from Rata Street to Beacon Point Road and a new 1600m long DN450 PE water main along State Highway 84 and 6.",Awarded,,0,20250410 Queenstown-Lakes District Council,23389572,Request for Quotations,Closed Competition,"C-20-187 Detail Design & MSQA - Hunter Crescent and Tenby Street, Wanaka - Watermain upgrade",C-20-187,20201002,20201019,20201029,,Sole Agency,No,,"Provision of Professional Engineering Services for the water supply upgrade for two locations: 1. Hunter Crescent, Wanaka. 2. Tenby Street, Wanaka. Services sought are as follows: STAGE 1: DETAILED DESIGN STAGE 2: TENDER PROCUREMENT STAGE 3: CONSTRUCTION MONITORING AND CONTRACT ADMINISTRATION",Awarded,,0,20250410 Queenstown-Lakes District Council,23456617,Request for Proposals,Open Competition,Rotary and Marina Drive Playground Upgrades,C-20-186,20201014,20201119,20201203,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is seeking a suitably qualified contractor to upgrade two community playgrounds. One in central Wanaka which serves high numbers of local and visiting children and the other in Frankton, Queenstown; a local play space that caters mostly for its surrounding residents in the neighbourhood. For these high profile sites with high usage, Council seek a contractor who can supply a quality design and build solution which will be easy to maintain and service; it is important to Council to provide high quality, well maintained play spaces for our visiting and local children into the future.",Awarded,,450000,20250410 Queenstown-Lakes District Council,23537224,Request for Proposals,Closed Competition,Smart Water Meter Pilot Zone Project,C-20-167,20201030,20210112,20210510,,Sole Agency,No,,"QLDC are requiring an end to end complete Water Telemetry (Pilot) solution. From field devices (Ultrasonic Water Meters), connected through the LPWA network to an analytics platform with interconnectivity to TechOne. The RFP follows the RFI requirements format but sets out in greater specific detail, the Councils requirements across 5 key areas: 1. Online real time reporting of consumption / water flows and total usage; 2. Water leak detection functionality; 3. Connectivity with TechnologyOne; 4. Consumption data per consumer; and 5. Network planning and optimized asset management (interconnectivity to TechOne).",Awarded,,0,20250410 Queenstown-Lakes District Council,23576093,Request for Quotations,Closed Competition,Mode Shift Improvements - PT Minor Infrastructure Tranche 2,C-20-191,20201106,20201120,20210324,,Sole Agency,No,,"The scope of the project is to provide safe, constructible, efficiently operable, and affordable bus stop improvements in accordance with the site specific details in Appendix A and the supported Specimen Concept Drawings.",Awarded,,0,20250410 Queenstown-Lakes District Council,23583377,Request for Quotations,Closed Competition,C-20-196 Detailed Design and MSQA: ESSP Package - Wastewater,C-20-196,20201109,20201125,20201217,,Sole Agency,No,,"This request for Quotation (RFQ) has been issued by Queenstown Lakes District Council for brief professional engineering design and MSQA services for the upgrade of wastewater supply to Veint Crescent, Queenstown and Tramore Street, Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,23621344,Request for Tenders,Closed Competition,C-20-157 Ballantyne Road Shared Path,C-20-157,20201113,20201209,20210409,,Sole Agency,No,,"Contractors who have Pre-Qualified for QLDCs Roading Minor Improvements Programme are invited to tender for the construction of a shared path along Ballantyne Road. The works include earthworks, footpath construction, surfacing, drainage, kerb & concrete works, signage and line marking. Tenderers shall be evaluated using the Waka Kotahi NZ Transport Agencys Price Quality Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,23621518,Request for Proposals,Closed Competition,Queenstown Events Centre Artificial Turf - Design+Build Contract (RFP),C-20-190,20201116,20201211,20210312,,Sole Agency,No,,"QLDC wishes to engage a contractor to Design and Construct an artificial sports turf at the Queenstown Events Centre (QEC). The QEC is the main hub for sport and recreation in Queenstown. The artificial sports turf will be primarily used for hockey, and will be designed and built to FIH Multi-sport Category 1. QLDC invites Tender Responses from nominated parties.",Awarded,,0,20250410 Queenstown-Lakes District Council,23651900,Request for Quotations,Closed Competition,C-20-205 Detailed Design and MSQA: ESSP Package - Stormwater,C-20-205,20201120,20201204,20201217,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council. This document outlines the project brief for professional engineering design and MSQA services for stormwater safety assessments of Wanaka and Queenstown, the upgrade of stormwater at Jack Young Place and the upgrade of stormwater at Flora Dora, Lake Hawea.",Awarded,,0,20250410 Queenstown-Lakes District Council,23659266,Request for Proposals,Open Competition,Afterhours Contract,C-20-202,20201120,20201218,20210324,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) currently operates a 24/7 service for the community. The contract for that service is ending on 30 June 2021 and the Council is interested in receiving proposals from providers who can deliver a seamless transition for the community outside standard Council office hours of Monday to Friday 8.00am 5.00pm.,Awarded,,0,20250410 Queenstown-Lakes District Council,23701017,Request for Tenders,Closed Competition,Luggate Memorial Centre Request for Tender (RFT) for the Main Construction Contractor,C-20-168,20201130,20210201,20210720,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) wishes to engage a contractor to construct, coordinate, and manage specialist nominated and domestic sub-contractors, construct and deliver to the required Passive House Performance Standards for the Proposed New Luggate Hall Project.",Awarded,,0,20250410 Queenstown-Lakes District Council,23715705,Request for Quotations,Closed Competition,Bridges & Structures Assessment & Asset Management Support Services,C-20-188,20201201,20210122,20210324,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council Consultancy advisory for the QLDC Bridges & Structures Inspection and Assessment Programme. Encompasses Road Bridges, Footbridges, Retaining Walls, Jetties, Pedestrian Bridges, Memorial Structures and similar assets. Programmed inspections and conditional assessment and asset planning services over a three year programme period.",Awarded,,0,20250410 Queenstown-Lakes District Council,23734163,Request for Quotations,Closed Competition,"C-20-206 - ESSP Package Water: Church St, Evergreen Pl & Mt Aspiring Rd",C-20-206,20201204,20201222,20210122,,Sole Agency,No,,"This RFQ is for the professional engineering design and MSQA services for water upgrades at Church Street and Evergreen Place, Queenstown and Mt Aspiring Road, Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,23744986,Request for Quotations,Open Competition,C-20-203 QLDC Rural Roads - Arborist Professional Services,C-20-203,20201208,20210129,20210217,,Sole Agency,No,,"QLDC is seeking Arborist professional services to provide the following: (this list is not exhaustive): Tree Inspections Undertake full network inspections of all trees which are within the fall zone of the carriageway on rural roads where the speed limit is above 70 km/hr as detailed in the attached list of roads to be completed by April 2021 Physically inspect and test every Lombardy Poplar Utilise the existing database of trees provided by QLDC as a starting point Update the fields in the QLDC database based on the inspections undertaken including adding new trees or removing entries for trees that no longer exist Utilise a risk-based approach to tree assessment such as QTRA or VALID, including probability of failure and prioritisation Address all the requirements outlined in this scope and the methodology requirements as defined in the Evaluation Section of this document",Awarded,,0,20250410 Queenstown-Lakes District Council,23761086,Request for Quotations,Closed Competition,Civil Engineering Technical Support,C-20-195,20201211,20210115,20210324,,Sole Agency,No,,"The RFQ seeks to procure an external consultant to be embedded in QLDCs civil engineering team to support engineering technical assurance for between 0 and 24 hours per week. The duration of this service is initially one year. The scope of services includes: General Engineering Support Technical Assurance Engineering Challenge Group Attendance Project Representation Coordination with other Council departments and Stakeholders as required",Awarded,,0,20250410 Queenstown-Lakes District Council,23770702,Request for Quotations,Closed Competition,Feasibility Study for Beacon Point Rising Main,C-20-212,20201214,20210122,20210324,,Sole Agency,No,,"This document outlines the project brief to undertake a feasibility assessment of different options to increase the resilience, redundancy and capacity of Wanaka Beacon Point intake and rising main.",Awarded,,0,20250410 Queenstown-Lakes District Council,23866635,Request for Quotations,Closed Competition,"Queenstown Stormwater Frankton Lucas Place, Magnolia Place and Kawarau Place and Lucas Place Road Rehabilitation",C-20-213,20210119,20210215,20210824,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the construction of a stormwater upgrade to Lucas Place in Frankton, complete with downstream upgrade works to the Stormwater networks in Douglas and Robertson Streets. This RFQ also includes road rehabilitation and resurfacing works to parts of Lucas Place. Within the contract RFQ are provisional sums for additional packages of stormwater upgrade works to Magnolia Place and Kawarau Place/Riverside Road, but these provisional sum items will only be expended at the discretion of the Principal.",Awarded,,0,20250410 Queenstown-Lakes District Council,23869831,Request for Quotations,Closed Competition,Frankton Track - Active Travel and Sewer Upgrade - Preliminary Design,C-20-215,20210120,20210222,20210623,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of design services to bring the Frankton Track Active Travel and Sewer Upgrade Project to Preliminary Design Stage. The purpose of this project is to progress both the Active Travel route and Sewer project through to preliminary design together. We would like to highlight to the tenderers that they can partner as required to address any capacity issues they may have.",Awarded,,0,20250410 Queenstown-Lakes District Council,23888561,Request for Proposals,Open Competition,Kerry Drive Carpark & Toilet Install,C-21-002,20210126,20210303,20210315,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is seeking proposals for the construction of a new informal carpark and the installation of a new Exeloo toilet. QLDC is seeking to appoint a contractor who can deliver this project on time and to the standards and specifications required. QLDC aims to procure the services of a civil contractor that has the skills to construct a gravel carpark and to install an Exeloo toilet as per supplier recommendations. The contractor will be responsible for the day-to-day oversight of the programme and delivery of the scope of work. The Council will provide leadership and coordination throughout the project. The respondent must have reputable, recognised civil construction experience and capable resources.",Awarded,,0,20250410 Queenstown-Lakes District Council,23953219,Request for Proposals,Closed Competition,Planning Services,C-21-012,20210210,20210310,20210823,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) are finalising their Long Term Plan 2021-2031 (LTP) which identifies the long term vision and objectives for QLDC. It includes the following projects which are programmed to be delivered in the first three years: Potable water supply upgrades for Luggate New rising main to the Beacon Point water reservoir Upgrading of the Marine Parade wastewater pump station Marine Parade Reserve Improvements These projects will require an amount of planning and approvals under the RMA and this request and subsequent evaluation process seeks to appoint a Consultant to provide Planning Services to enable these projects to proceed.",Awarded,,0,20250410 Queenstown-Lakes District Council,24008897,Request for Proposals,Open Competition,Frankton Domain Playground Upgrade,C-21-016,20210223,20210329,20210413,,Sole Agency,No,,"QLDC is seeking a suitably qualified contractor to upgrade a community playground. This playground serves high numbers of local surrounding residents in the neighbourhood & visiting children. Council seek a contractor who can supply a quality design and build solution which will be easy to maintain and service; it is important to Council to provide high quality, well maintained play spaces for our community into the future. QLDC is looking for credible providers who have the capability, experience and infrastructure to deliver this project on time, within budget and in scope. They need to have a good track record in playground design & construction, problem solving, programme management, effective networks and strong relationships within their local community",Awarded,,0,20250410 Queenstown-Lakes District Council,24084510,Request for Proposals,Open Competition,Wanaka Centre HVAC Remedial Works RFP,C-20-211,20210315,20210421,20210812,,Sole Agency,No,,"This RFP encompasses the procurement of the HVAC system solution and the installation, through to commissioning and hand over a fully compliant, operational HVAC system at the Lake Wanaka Centre (87 Ardmore Street, Wanaka) is a local council owned building which was constructed in the year 2000. The auditorium outdoor condenser which has until recently provided cooling to a cooling coil mounted within the air handling units has failed and requires replacement of an alternate cooling solution.",Awarded,,0,20250410 Queenstown-Lakes District Council,24121281,Request for Tenders,Closed Competition,Wanaka Lakefront Exeloo Toilet Installation,C-21-017,20210324,20210420,20210511,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is seeking Tenderers for the installation of a quad (4 pan) Exeloo toilet unit. This unit will be required to be connected to QLDCs main services (power, water and sewage). This procurement does not relate to the procurement of the toilet unit. Council already procured the Exeloo toilet unit on a separate contract. It will be the responsibility of the toilet manufacturer (not installer) to deliver this toilet to site (incl. lifting the unit into place on the new foundation). The contractor/ installer (this contract) will be required to establish the power and water connection points for this toilet. The installation of this toilet will form part of a wider project, the Wanaka Lakefront Development Plan (WLDP) Stage 2.",Awarded,,0,20250410 Queenstown-Lakes District Council,24124508,Request for Proposals,Open Competition,Regulatory Services,C-21-015,20210324,20210421,20210624,,Sole Agency,No,,"QLDC contracts out a significant portion of Regulatory response and is now looking to seek tenders for the provision of these services which includes but is not limited to the following key roles: Parking Officers (Day and CCTV) After Hour Services: Noise Control, Animal Control and Parking Freedom Camping Enforcement The initial term of the Contract is three years with a two-year right of renewal at QLDCs discretion.",Awarded,,0,20250410 Queenstown-Lakes District Council,24129646,Request for Proposals,Open Competition,Waterways Regulatory Services,C-21-014,20210325,20210422,20210624,,Sole Agency,No,,"QLDC manages Waterways Regulatory Services on behalf of Otago Regional Council by delegation and contracts out a significant portion of response. This is the procurement for the Waterways Regulatory Services Contract seeking a single supplier to provide services for the Waterways Regulatory functions.",Awarded,,0,20250410 Queenstown-Lakes District Council,24180583,Request for Proposals,Closed Competition,3 Waters Pipe Network Condition Assessment Services RFP,C-21-013,20210408,20210503,20220111,,Sole Agency,No,,"The RFP follows the RFI requirements format but sets out in greater specific detail, the Councils requirements across two waters (water supply and waste water / stormwater) where Council are seeking a full conditional assessment service offering, generating comprehensive accurate conditional assessment asset data, enabling more accurate asset management planning. The conditional assessment data encompasses; pipe condition, pipe material, and pipe integrity. This data, in turn enables estimates for remaining (pipe) network life and estimated renewals and replacements timing. From the RFP, Council would like to secure two pilot concepts having selected a pipe network run for both Water Supply and Waste Water for respondents to demonstrate their solution approach and trial their solution / technology. The Pilot will inform any potential wider district option and assist with proof of concept and associated benefits realisation. It is intended that the pilot would inform a wider roll out pan-network and management investment justification programme.",Not Awarded,Awarded to Asset Life Alliance Limited 24/08/2021. Submission received via procurement email.,0,20250410 Queenstown-Lakes District Council,24183403,Request for Tenders,Closed Competition,C-21-027 Glenda Drive Improvements,C-21-027,20210408,20210503,20210518,,Sole Agency,No,,"Contractors who have Pre-Qualified for QLDCs Roading Minor Improvements Programme are invited to tender for the construction of Glenda Drive Improvements. The project involves the construction of concrete footpaths along Glenda Drive to provide connectivity to existing infrastructure. The project also includes related works such as earthworks, kerb and channel, pedestrian crossing points, line marking and signage installation. Liaison with stakeholders and business owners affected by the Glenda Drive works will be required to ensure they are informed, and to ensure traffic disruption is minimised. Tenderers shall be evaluated using the NZ Transport Agencys Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,24183817,Request for Quotations,Closed Competition,"C-21-028 WW Upgrade: Veint Crescent, Queenstown and Tramore St, Wanaka",C-21-028,20210408,20210430,20210507,,Sole Agency,No,,"During these extraordinary times Council is committed to ensuring the local contractors who are living and working in the District have access to the Councils work programme. As part of the QLDC 2020-21 Three Waters Asset Renewals & Reform Programme, Council has identified packages of work that are suitable to be delivered by local contractors. This particular package relates to upgrades in WW for Veint Crescent, Queenstown and Tramore Street, Wanaka",Not Awarded,,0,20250410 Queenstown-Lakes District Council,24185591,Request for Proposals,Open Competition,Wanaka Library Weathertightness,C-20-197,20210409,20210510,20210924,,Sole Agency,No,,"The Wanaka Library (Dunmore Street, Wanaka) requires weather tightness building repairs. The works involve substantial repairs to the exterior building envelope including roofs and walls. Trades required encompass: 1. Joinery trades 2. Roofing trades 3. Plumbing trades 4. Glazing services",Awarded,,0,20250410 Queenstown-Lakes District Council,24185648,Request for Proposals,Open Competition,QEC Changing Rooms Remedial Work,C-21-023,20210409,20210507,20210510,,Sole Agency,No,,"The Queenstown Event Centre (Frankton, Queenstown) requires an upgrade and refurbishment of the changing rooms and adjacent toilets. The works involve minor redecoration works encompassing: 1. Joinery trades 2. Painting and plastering trades 3. Carpet tile replacement 4. Electrical services",Not Awarded,No submissions,0,20250410 Queenstown-Lakes District Council,24187443,Request for Tenders,Closed Competition,C-21-026 Glenorchy Road Guardrail,C-21-026,20210409,20210503,20210518,,Sole Agency,No,,"Contractors who have Pre-Qualified for QLDCs Roading Minor Improvements Programme are invited to tender for the construction of Glenorchy Road Guardrail. The project involves the construction of guardrail along the Glenorchy Road. The project also includes related works such as earthworks, shoulder construction, gabion basket walls and traffic services. Please note there are significant safety risks at several sites due to large drop-offs. Tenderers shall be evaluated using the NZ Transport Agencys Lowest Price Conforming Method.",Awarded,,0,20250410 Queenstown-Lakes District Council,24222364,Request for Proposals,Closed Competition,3 Waters Hydraulic Stormwater Modelling,C-21-025.1,20210420,20210519,20210924,,Sole Agency,No,,We are sourcing hydraulic/hydrology modelling professionals to support the development of hydraulic/hydrological modelling that allows high quality infrastructure planning for the Queenstown Lakes District.,Awarded,,0,20250410 Queenstown-Lakes District Council,24223088,Request for Proposals,Closed Competition,3 Waters Hydraulic Wastewater Modelling,C-21-025.2,20210420,20210519,20210924,,Sole Agency,No,,We are sourcing hydraulic/hydrology modelling professionals to support the development of hydraulic/hydrological modelling that allows high quality infrastructure planning for the Queenstown Lakes District.,Awarded,,0,20250410 Queenstown-Lakes District Council,24223596,Request for Proposals,Closed Competition,3 Waters Hydraulic Water Supply Modelling RFP,C-21-025.3,20210420,20210519,20210924,,Sole Agency,No,,We are sourcing hydraulic/hydrology modelling professionals to support the development of hydraulic/hydrological modelling that allows high quality infrastructure planning for the Queenstown Lakes District.,Awarded,,0,20250410 Queenstown-Lakes District Council,24281728,Request for Quotations,Closed Competition,Luggate Water Supply Scheme,C-20-214,20210507,20210528,20210824,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of design development, construction monitoring and commissioning services of the Luggate Water Supply Scheme",Awarded,,0,20250410 Queenstown-Lakes District Council,24300682,Request for Proposals,Open Competition,Property Services Panel & Facilities Management Services,C-21-031,20210513,20210616,20210924,,Sole Agency,No,,"The delivery of both property and facilities services, through this RFP is closely aligned with our internal property and facilities service delivery teams. The provision of Property Services is anticipated to be undertaken by a small panel to encompass the wide range of services sought. The provision of Facilities Task Management is expected to be delivered by a single entity with established sub contractor relationships supported by an existing supply chain of trades and service providers, or a holistic end to end in-house solution.",Awarded,,0,20250410 Queenstown-Lakes District Council,24304008,Request for Proposals,Open Competition,C-21-038 Kimi Akau Zero Waste Community Eco Park Planning Services,C-21-038,20210514,20210611,20210825,,Sole Agency,No,,Queenstown Lakes District Council (QLDC) are seeking to engage a suitably qualified and experienced Consultant to undertake Planning Services associated with the development of a waste management and minimisation facility - Kimi Akau Zero Waste Community Eco Park. The Planning Services will include both the resource consents and the designation process.,Awarded,,0,20250410 Queenstown-Lakes District Council,24346206,Request for Proposals,Closed Competition,C-21-040 Hawea Waste Water Treatment Plant Short Term Upgrades,C-21-040,20210615,20210727,20210920,,Sole Agency,No,,"QLDC is currently investigating long term options for treating Hawea Community wastewater. The proposed works in this RFP is to provide an interim solution (complying) to extend the operational performance of the facility until the permanent option is implemented and operating. QLDC is seeking proposals for a Design & Build contract to upgrade the Hawea WWTP so it operates within the resource consents conditions. This project is being funded as part of the Governments 3 Ws Reform Stimulus Programme. Under this agreement the project is required to be completed by 31 March 2022.",Awarded,,0,20250410 Queenstown-Lakes District Council,24347736,Request for Tenders,Open Competition,C-21-059 Hosptech/ Tourismtech Cluster Facilitator for the Queenstown Lakes District,C-21-059,20210525,20210615,20210622,,Sole Agency,No,,"The following scope of services addresses the core?requirements of the contract. Any change or variation to the scope below may result in?a?mutually agreed fee variation.?? ?? The Contractor is the lead on the project: Hospotech/Tourismtech Cluster Facilitator for the Queenstown Lakes District. Project objectives include: Establishing credibility of the cluster approach amongst senior stakeholders Identifying common commercial barriers and opportunities Seeking ways to link firms to create collaborative solutions Facilitating commitment to projects by the cluster stakeholders The selected supplier will need to develop a plan within the first three months of the contract that outlines how the supplier will achieve the above program objectives and then delivered on this over a nine month window.",Awarded,,0,20250410 Queenstown-Lakes District Council,24361909,Request for Proposals,Open Competition,QLDC Residential Property Condition Assessments,C-21-024,20210528,20210618,20210720,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) are looking for a competent technical assessor to prepare comprehensive condition reports of QLDCs residential properties in the Queenstown Lakes district including Arrowtown and Wanaka. Two programmes will be required for the project, one detailing the requirements including costs to bring the properties up to the Healthy Homes standards and a second programme to detail the requirements and costs to keep and maintain the properties over a 10-year period. The Objectives of this RFP process are to: Produce comprehensive reports with detailed information of the propertys assets and condition. This will need to be robust enough to provide a full scope of repair / upgrade works if required in a future construction phase. Provide detailed cost estimates for both programmes mentioned above. It will need to be sufficiently broken down to provide costs for individual items that can be selected to build up a cost summary per property. Ensure consideration is taken to comply with the health and safety of tenants while undertaking the assessments, and consideration is given in regard to tenants when creating the proposed programmes of work.",Awarded,,0,20250410 Queenstown-Lakes District Council,24403369,Request for Proposals,Open Competition,C-21--063 RFP for Reseal and Forward Works Programme Management,C-21-063,20210609,20210709,20210715,,Sole Agency,No,,"QLDC is seeking a supplier with roading network management experience to deliver tender documentation for the resealing programme, MSQA and advice, along with forward works programme (FWP) development and management.",Awarded,,0,20250410 Queenstown-Lakes District Council,24528577,Request for Quotations,Open Competition,C-21-066 RFQ For QLDC Rural Roads - Arborist Physical Works,C-21-066,20210709,20210806,20210916,,Sole Agency,No,,"Queenstown Lakes District Council have undertaken a process of identifying dangerous trees within Rural Roads in the district in early 2021. The output of the process is a prioritised list of trees for removal or pruning. This RFQ allows for the priority one trees to be removed. Within the list of priority one trees some are highlighted as yellow and are required to be removed first.",Awarded,,0,20250410 Queenstown-Lakes District Council,24545855,Request for Proposals,Open Competition,Road Safety Education Programme,C-21-069,20210714,20210803,20210906,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) has growing traffic volumes and a number of transport strategies and resultant programmes of work which are encouraging active travel options. QLDC has always had a strong cycling (including a surge in e-bike riders) and pedestrian community and we want to ensure the ongoing safety for people in our District. This programme is a district wide, Council led initiative in collaboration with key community organisations and aims to provide infrastructure, opportunities and information required to allow a wide range of active transport choices. Three important components of the programme are: ? The provision of schools based cyclist skills training in accordance with the National Cycling Education System BikeReady ? Adult e-bike skills training in accordance with the National Cycling Education System BikeReady ? Schools based pedestrian safety ? Schools based bus safety ? Senior driver workshops to build confidence of our senior road users",Awarded,,0,20250410 Queenstown-Lakes District Council,24549961,Request for Proposals,Open Competition,Business Grants Verification,C-21-071,20210715,20210729,20210824,,Sole Agency,No,,"We are looking for a partner to help pass on up to $34m in government funding to eligible tourism related businesses. The supplier will work alongside Regional Business Partners which will communicate with businesses, and QLDC which will pay those that are eligible. Specifically, we need; Project management support to ensure the process is streamlined and information passes from one organization to another in a timely and accurate way Impartial application processing and decision making to ensure that funding criteria is met and to remove the onus on QLDC to approve or reject applications from business Gathering and passing on information needed to complete reporting so that QLDC can meet the Ministry of Business, Innovation and Employment (MBIE) contract conditions and reporting",Awarded,,0,20250410 Queenstown-Lakes District Council,24603745,Request for Proposals,Closed Competition,Water Supply Demand Services,C-21-067,20210727,20210827,20211018,,Sole Agency,No,,"The QLDC own and operate an extensive potable water supply network. The efficiency of the network system is critical in order to: 1. Provide safe drinking water that meets NZ Drinking Water Standards; and 2. Ensure that QLDC have an effective water loss strategy This procurement project seeks proposals from a closed list of three suppliers to undertake a comprehensive Water Demand Management Plan (WDMP) and enabling works. The WDMP will encompass the following key result areas: 1. Review and update the existing WDMP 2. Water Demand Forecast Updates; and 3. Undertake a Water balance and Leakage assessment (estimates by DMA)",Awarded,,0,20250410 Queenstown-Lakes District Council,24617424,Request for Proposals,Open Competition,Urban Design & Sustainability Review of Tewa Banks Residential Development,,20210802,20210826,20210930,,Sole Agency,No,,"Queenstown Lakes Community Housing Trust (QLCHT) is seeking proposals from specialist (Urban Design, Architectural and/or Sustainable) consultants to review the current Tewa Banks masterplan, compare against leading design trends for comparable developments and make recommendations on potential improvements to the current urban design solutions for this affordable housing development. QLCHT are looking for innovative ways to improve the future liveability and sustainability of this and future developments. This review is the first step in a process of creating leading edge housing developments that improve the lives of the residents and benefit the local community.",Awarded,,0,20250410 Queenstown-Lakes District Council,24733710,Request for Tenders,Open Competition,C-21-171 QLDC Resealing 2021/22,C-21-171,20210827,20211008,20211027,,Sole Agency,No,,"This Request for Tender (RFT) is issued by Queenstown Lakes District Council for the provision of a one (1) year resealing contract with the opportunity of renewal for an additional one (1) year. The additional one (1) year will be awarded solely at the Councils discretion, on the basis of the performance of the Contractor for the first year. The work involves resealing of urban and rural roads within the Queenstown Lakes District. The scope of the work is described in the attached Tender documents, including the Specifications. Key components of the work include: a) Site assessment and treatment design based on a least cost whole of life basis; b) Texturising or pre-levelling of the existing surface and other minor pre reseal repairs where required; c) Supply of materials, plant and labour to construct various types of surfacing including (but not limited to) chipseal, asphalt, slurry and capeseal; d) Sweeping and removal of chip, and pavement marking with reflectorized paint; e) Supply of information for RAMM inventory updating; f) Supply of texture measurements and chip retention results prior to the end of the Defects Notification period.",Awarded,,0,20250410 Queenstown-Lakes District Council,24779567,Request for Proposals,Open Competition,Lifetime Value of a Visitor,O-21-176,20210908,20210922,20211111,,Sole Agency,No,,"We want to understand the existing and potential value international visitors bring to New Zealand, beyond their in-country spend. Quantifying the lifetime value of the visitor will help clarify the potential for industries other than tourism to benefit from marketing to international visitors. As much as is possible, the research will identify the characteristics of different visitor markets that offer the best potential to create value beyond their spend. This will help inform future marketing plans aimed at unlocking this potential.",Awarded,,0,20250410 Queenstown-Lakes District Council,24914702,Request for Quotations,Closed Competition,C-21-183 QLDC Backflow Device Upgrades,C-21-183,20211005,20211020,20211210,,Sole Agency,No,,This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of upgrade and or installation of 38 properties backflow devices.,Awarded,,0,20250410 Queenstown-Lakes District Council,24942747,Request for Quotations,Closed Competition,Western Wanaka Level of Service (WS),C-21-173,20211012,20211112,20221223,,Sole Agency,No,,Construction services for the Western Wanaka Level of Service (WS) project. Includes installation of 2km of DN560 pipe and a pump station on Wanaka-Mount Aspiring Road.,Awarded,,0,20250410 Queenstown-Lakes District Council,25000245,Request for Proposals,Closed Competition,Beacon Point Rising Main Business Case Development,C-21-182,20211022,20211119,20220121,,Sole Agency,No,,This procurement project seeks proposals from a closed list of three suppliers to undertake a comprehensive Single Stage Business Case (SSBC) process to confirm investment in Wanaka Water for Beacon Point Rising Main.,Not Awarded,,0,20250410 Queenstown-Lakes District Council,25039439,Request for Quotations,Closed Competition,Project Pure Wastewater Treatment Plant Stage 2,C-21-072,20211103,20211221,20220328,,Sole Agency,No,,"Construction and commissioning of a third SBR tank, a second decant tank, construction of additional disposal field capacity, installation of additional sludge processing capacity and the installation of associated ancillary equipment.",Awarded,,0,20250410 Queenstown-Lakes District Council,25091197,Request for Proposals,Closed Competition,Wanaka Water Supply Business Case Development,C-21-192,20211112,20211208,20220201,,Sole Agency,No,,This procurement project seeks proposals from a closed list of three suppliers to undertake a comprehensive business case process to confirm investment for the Wanaka Water Supply.,Awarded,,0,20250410 Queenstown-Lakes District Council,25195090,Request for Quotations,Closed Competition,C-21-188 Queenstown and Wanaka Stormwater and Wastewater Package,C-21-188,20211207,20220124,20220124,,Sole Agency,No,,"During these extraordinary times Council is committed to ensuring the local contractors who are living and working in the District, have access to the Councils work programme. As part of the QLDC 2021-22 Three Waters Asset Renewals & Reform Programme, Council has identified packages of work that are suitable to be delivered by local contractors. As Council has mandatory requirements with health and safety, and environmental matters, and responsibilities to ensure minimum quality standards for assets and value-for-money, a two-stage procurement process is being followed for the local contractors portion of the 3 Waters renewals programme: Stage 1: Non-price attributes are submitted through an open Request for Proposal process and used to prequalify contractors who meet Councils requirements and have the resources and capability to undertake the works, identifying those work packages they intend bidding, and then Stage 2: The prequalified contractors develop their methodology, personnel and price the packages of works that offered for quotation",Not Awarded,,0,20250410 Queenstown-Lakes District Council,25202148,Request for Proposals,Closed Competition,C-21-195 Roading & 3 Waters Infrastructure Valuation Services,C-21-195,20211213,20220128,20220223,,Sole Agency,No,,"Council own an extensive Roading and Three Waters Infrastructure network. Council is seeking proposals from independent valuers to value the Council's Roading & three waters Assets for financial reporting statements and for insurance purposes (three waters only). The valuation for financial reporting is to be performed in accordance with NZ IAS 16 and the NAMS Infrastructure Asset Valuation Guidelines. It also includes the requirement to value assets at a component level when the asset comprises various components that have different useful lives or provide a different pattern of benefits to the Council. Land, is excluded from the assets to be valued.",Awarded,,0,20250410 Queenstown-Lakes District Council,25226540,Request for Proposals,Open Competition,Sport & Recreation Cardio Equipment Lease & Gym Equipment Purchase,C-21-203,20211209,20220117,20220314,,Sole Agency,No,,"This procurement is for cardio equipment lease (Inclusive servicing and maintenance) and equipment purchase, required as part of normal operations and capital expenditure for renewals.",Awarded,,0,20250410 Queenstown-Lakes District Council,25229215,Request for Tenders,Open Competition,PT Mode Shift Minor Improvements Tranche 2,C-21-186,20211214,20220128,20220224,,Sole Agency,No,,"QLDC are working with Otago Regional Council (ORC) to make minor infrastructure improvements to support new and existing public transport routes in the Whakatipu Basin. A bundle of sites have been identified to improve existing level of service, accessibility and safety issues which relate to public transport infrastructure collectively known as the Whakatipu Public Transport Mode Shift Minor Improvements Tranche 2. Improvements include new bus stop sites on existing routes as well as formalisation of new bus stops on historic informal routes, new concrete pedestrian and passenger standing area with footpath connections, standard line markings for bus stops and no parking zones, signage, ski racks, bike racks, seating and bus shelters, accessibility features such as tactile pavers, with provisional space for rubbish and/or recycling bins, provision for shelter lighting and in some sites new lighting and pedestrian crossings.",Awarded,,0,20250410 Queenstown-Lakes District Council,25253929,Request for Proposals,Open Competition,101 Ballantyne Road Masterplanning Team,C-21-194,20211216,20220127,20220302,,Sole Agency,No,,"Queenstown Lakes District Council are seeking the services of an experienced supplier to develop a Masterplan for 101 Ballantyne Road, Wanaka. The Site is intended for sports, recreation, and open space activities. The scope includes all required consultation with relevant stakeholders. The Masterplan will inform the development of the Site for sport, recreation, open space, and community activities and facilities. The Site has been re-zoned for open space and recreation use. The total area consists of 20 hectares / 50 acres of land.",Awarded,,0,20250410 Queenstown-Lakes District Council,25303746,Request for Proposals,Closed Competition,Wanaka Cricket Bays,C-21-211,20220117,20220211,20220511,,Sole Agency,No,,This procurement relates to the construction of a four-bay wicket block at the Wanaka Recreation Centre. The key objective of this procurement is to secure a contractor who specialises in the design and construction of a quality four-bay practice wicket block.,Awarded,,0,20250410 Queenstown-Lakes District Council,25521547,Request for Proposals,Open Competition,C-21-001 Property & Community Cleaning Services,C-21-001,20220311,20220420,20220616,,Sole Agency,No,,"Council have an extensive range of properties, facilities and fleet vehicles that require cleaning services. These existing agreements provide cleaning services across QLDC offices, operational depots, sport & rec facilities, venues/halls and libraries. A vehicle fleet also receives cleaning services. The schedules for each building range from daily, weekly and one-off frequency, with deep cleans scheduled periodically and additional costs incurred for consumables such as toilet roll, paper towels and soap. As part of the Asset & Facilities Realignment Project, the Property team understands the need for a cleaning services solution that continues to provide the required levels of service under our existing arrangements, but can be better holistically managed under one service provider and include those facilities further afield that are currently omitted from any professional cleaning service.",Awarded,,0,20250410 Queenstown-Lakes District Council,25588548,Request for Proposals,Open Competition,C-22-015 Lead Building Design Consultant - 516 Ladies Mile Community Centre,C-22-015,20220324,20220412,20220516,,Sole Agency,No,,Design lead to undertake architectural design and design lead for building works at 516 ladies mile.,Awarded,,0,20250410 Queenstown-Lakes District Council,25669890,Request for Quotations,Open Competition,C-22-016 Sport & Recreation Spin Bike Fleet Purchase,C-22-016,20220411,20220429,20220525,,Sole Agency,No,,This procurement is for spin bike equipment purchase required as part of capital expenditure for renewals. Servicing and maintenance Agreement for the fleet of spin bikes for a period 5yrs + 6 months.,Awarded,,0,20250410 Queenstown-Lakes District Council,25748586,Request for Proposals,Open Competition,O-22-012 Regulatory Towing Service Contract,0-22-012,20220503,20220601,20221107,,All of Government,No,,"QLDC contracts out Towing Services and is now looking to seek tenders for the provision of these services which includes, but is not limited, to the following key roles: Towing inconsiderate vehicles Towing abandoned vehicles Disposing of scrap vehicles The initial term of the Contract is three years with a two-year right of renewal at QLDCs discretion. Queenstown Lakes District Council Currently has one car pound located at the corner of Gorge Road and industrial Place, however is it likely within the next 6-12 months we will have two pounds One for inconsiderate parked vehicles, which will remain at the current location, however at a reduced capacity, a second vehicle impound will be at the Shotover Delta where we will store our Abandoned Vehicles.Please keep this in mind and price for the two pound locations when you complete the Fee Schedule and response times table.",Awarded,,9000,20250410 Queenstown-Lakes District Council,25773835,Request for Quotations,Closed Competition,Robins Road Wastewater Upgrades,C-22-021,20220510,20220603,20220701,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council (QLDC) for the provision of a business case lite, design development, construction monitoring and commissioning services of the Robins Road wastewater network.",Awarded,,0,20250410 Queenstown-Lakes District Council,25868308,Request for Tenders,Open Competition,C-22-027 Glenorchy corridor LCLR minor works package 2022-2024,C-22-027,20220527,20220627,20220805,,Sole Agency,No,,"This Request for Tender(RFT) is issued by Queenstown Lakes District Council for the provision of Contract Works for the Glenorchy corridor LCLR minor works package This project is for the Glenorchy Corridor Road Barriers Earliest works start date is 8 August 2022 and is expected to be completed by 29 March 2024",Awarded,,0,20250410 Queenstown-Lakes District Council,25897934,Request for Proposals,Open Competition,C-22-028 Civil Contractor 516 Ladies Mile Roading and Car Parks,C-22-028,20220603,20220701,20221125,,Sole Agency,No,,"Develop the existing greenfield site, located at 516 Ladies Mile, to provide vehicle access and parking for the proposed Wingfield Community House. The development is to enable the building to be used for sport, recreation and community activities/facilities. With a goal to have construction works completed by October 2022. They key trades will include Civil/ earthworks trades, Pavements trades, Traffic management service, Plumbing/ drainage trades, Electrical trades.",Not Awarded,"Regarding C-22-028 RFP Request for Proposals - 516 Ladies Mile Civil Contractor They have undergone extensive review and due to factors largely surrounding the existing building, will not be proceeding with this scope at this time. At this stage, the project is undergoing a rescoping exercise and it is unclear what the outcome will be. It is evident however that a piece of work will be undertaken in the future.",0,20250410 Queenstown-Lakes District Council,25921390,Request for Tenders,Open Competition,C-22-001 Marine Parade Refresh,C-22-001,20220610,20220712,20220729,,Sole Agency,No,,"WHAT WE NEED Marine Parade adjacent to Queenstown Beach is classified as one of QLDCs Premier Parks, it attracts high use, events are often held in this space, and it is the entrance to Queenstown Gardens. Council wishes to explore to improve the functionality of Marine Parade and extend the gardens experience to the War Memorial Arch. The area serves as a thoroughfare for various local community users and visitors alike with the adjacent and nearby hotels, The Bath House Caf, Queenstown Gardens and recently developed adjoining areas. The requirements of this project provide enhancements to the area for public use and enjoyment and also for long term advantages to QLDC as an asset, this includes: - Improved drainage and turf - New concrete path and paving, incorporating cultural influence - New and additional toilet facilities - Additional street furniture - Planting and landscape features This RFT contains details of how the: 1. procurement aligns with QLDCs objectives 2. helps achieve long-term strategies and goals 3. fits with government policy objectives WHAT WE DONT WANT We do not want unnecessary time delays. We value clear communication. We are specifically not looking for suppliers who cannot accept the terms and conditions of this RFT. WHATS IMPORTANT TO US QLDC is looking for a competent, credible supplier who is able to demonstrate a clear understanding of the scope of work and propose a detailed approach for undertaking the programme and tailoring services to meet QLDCs requirements. Were seeking a contractor who will promote and strive to achieve QLDCs key objectives. They include; Completion of the works in a timely manner, through the implementation of proactive strategies Minimal disruption to QLDC operations and functions during the Project Outstanding Health & Safety performance Logistics, planning and programming expertise Clear communication with QLDC Cooperative interaction with the separate contractors, with all parties demonstrating flexibility to accommodate each other and QLDC operations Provide value for money Quality, safety, compliance and price are of paramount importance to Council. We are seeking value for money and will pursue a motivated Respondent that can offer the Council the full package of goods and services required to deliver a successful and fit for purpose outcome. Respondents to this RFT must be able to demonstrate a good track record. Please see attachments for further details.",Awarded,,0,20250410 Queenstown-Lakes District Council,25934985,Request for Proposals,Open Competition,Quality of Life Survey,O-22-030,20220615,20220713,20220729,,Sole Agency,No,,"The Quality of Life survey has been produced annually for QLDC since 2018. It provides a key source of information about the overall wellbeing of the district and what matters most to our community. The survey contains topics that align with the four wellbeings (social, economic, environmental and cultural). In recent iterations it has gauged the effects and recovery of COVID-19 on the district. The results are highly valuable in helping to shape Council's policies and plans (including the Climate and Biodiversity Action Plan and the Community Wellbeing Strategy). The results also help Council advocate on the district's behalf to government. Going forward we wish to ensure that the survey design is fit for purpose, is seeking information that is valuable to Council and the community, and is providing value for money. The Buyer wishes to purchase services to co-design and execute its Quality of Life survey on an annual basis, for three consecutive years.",Awarded,,99000,20250410 Queenstown-Lakes District Council,25949110,Request for Quotations,Open Competition,Arthurs Point - Bridge Feasibility Report,C-22-029,20220617,20220805,20220902,,Sole Agency,No,,"This request for quotation (RFQ) is issued by Queenstown Lakes District Council for the provision of a Bridge Design Feasibility Report on potential bridge crossing options of the Shotover River at Arthurs Point. The scope includes producing an updated short list of options, organising geotechnical investigations to confirm design assumptions, cost estimates, planning assessment recommendation of a preferred option including consenting and buildability assessment. The key questions the client needs to answer through this package of works is: Is the proposed option in the previously completed business case the most practical? Is there an improved configuration not considered? Should QLDC look to proceed with one single bridge in place of 2 separate structures? COMMENCEMENT DATE 22nd of August 2022 DATE FOR COMPLETION 20th December 2022",Awarded,,0,20250410 Queenstown-Lakes District Council,26097190,Request for Tenders,Open Competition,C-23-001 - QLDC Sports Field Remediation,C-23-001,20220805,20220826,20230502,,Sole Agency,No,,"1. THE OPPORTUNITY The purpose of this Request for Tender (RFT) is to seek bids for the services of an experienced contractor to complete an upgrade of four community sports fields: Queenstown Events Centre Fields 1a and 1b, Wanaka Showgrounds and McBride Park Following the evaluation of all bid responses on GETS, it is intended that QLDC will enter into negotiations with one tenderer to complete the scope. Please note: QLDC reserves the right to reduce the scope pending receipt of pricing from the market. The reduced scope would be negotiated with the chosen tenderer following the evaluation of the tender submissions. This RFT sets out the background relating to this site and outlines the required scope of works to undertake this project. 1.1 WHAT WE NEED Broadly speaking QLDC require an experienced contractor to clear site, excavate, install irrigation, drainage, import suitable soil, sow grass seed as specified to a level expected for a good quality community sports field while maintaining a high level of Health, Safety and Environment care expected of an experienced Contractor. The Contractor shall be responsible for setting out the works and submitting detailed measured claims for review by the Engineer. Please refer to the drawings and specifications attached in the Appendices of this RFT. Site Access: the contractor will be given possession of the site. The contractor must comply with the provisions of site access as provided for in the Contract. 1.2 WHAT WE DONT WANT We do not want Quotes from suppliers of sporting products or individual parts of the work such as irrigation or drainage only. We are not looking for the provision of project management services. 1.3 WHATS IMPORTANT TO US We are looking for providers who have experience in the construction of sports fields. Key delivery attributes include: Minimal disruption to QLDC operations and functions during the Project. Outstanding Health & Safety performance. Logistics, planning and programming expertise. Clear communication with QLDC. Co-operative interaction with all parties demonstrating flexibility to accommodate each other and QLDC operations; and Provide value for money. Opportunities to explore economies of scale.",Awarded,,0,20250410 Queenstown-Lakes District Council,26120572,Request for Proposals,Open Competition,Queenstown Lakes District Economic Diversification Plan,0-23-004,20220804,20220825,20220912,,Sole Agency,No,,"A key outcome of the Queenstown Lakes Spatial Plan is to have an Economic Diversification Strategy for the district. It has been decided that this process will be split into three stages. Stage one, The Economic Diversification Framework is underway. This focuses on the community benefit from diversification, the values and the ecosystem needed to foster new opportunities. Stage two, which is what this RFP is intending to deliver on, is to build a plan that turns these aspirations into actions, build buy-in from key stakeholders and allocate responsibilities. The final stage will focus on whose perception of QL will need to change to achieve diversification and how this can be achieved.",Awarded,,160000,20250410 Queenstown-Lakes District Council,26173728,Request for Proposals,Closed Competition,O-23-006 QLDC-wide Procurement Strategy,O_23-006,20220812,20220830,20221003,,Sole Agency,No,,"The Opportunity QLDC has recently completed a Workforce Strategy and a Workforce Review (the WR). An extract from the Proposal for Change sets out the context of the WR. In July 2021, we initiated a workforce review, as a key component of our 2021 -2031 workforce strategy. That strategy has two key outcomes we are seeking to deliver through this review process: 1. We have the capacity and capability to deliver what we say we will 2. Our workforce is resilient; were flexible, adaptable and change ready The aim of this review was to identify areas of the organisation that would benefit from changes to organisation design, new ways of working, capability lift and culture change to enable a sustainable model of delivery for the near term (next 36 months), increase efficiency, collaboration, and consistency, and ensure our overall performance in alignment with the outcomes of our workforce strategy as well as our key internal and external change drivers. Its important to note that this is all considered in the context of building on the great work being delivered every day across the organisation. The programme has been led by two key drivers: 1. The need to take stock of the significant increase in scope, workload and accountabilities that the organisation has experienced in recent years, and 2. Investing in a structure, systems, and processes that will enable Council to effectively meet the challenge of the next decade. As part of the WR, it was confirmed that the: procurement function (including a new Procurement Manager position) would be centralised into the renamed Assurance, Finance & Risk Group Commercial and Procurement Manager (existing position) would remain within the Property & Infrastructure Group; and organisation would benefit from a QLDC-wide Procurement Strategy covering the development of a procurement framework covering the roadmap, systems, tools/templates and resourcing. The purpose of this RFP is to enable the selection of a specialist provider to deliver the QLDC-wide Procurement Strategy (the Strategy).",Awarded,,0,20250410 Queenstown-Lakes District Council,26227210,Request for Proposals,Open Competition,C-23-007 Cardrona Valley Road Pavement Rehabilitation (22/24),C-23-007,20220825,20220928,20221017,,Sole Agency,No,,QLDC is seeking a supplier with pavement rehabilitation design experience to deliver a detailed design package to take out to market and provide MSQA inputs throughout the construction phase for the Cardrona Valley Road.,Awarded,,0,20250410 Queenstown-Lakes District Council,26310757,Request for Proposals,Closed Competition,C-23-013 Establishment Report for the Wakatipu Priority Growth Areas Intergrated Infrastructure Investment Programme,C-23-013,20220908,20221010,20221128,,Sole Agency,No,,"We are seeking a supplier to develop an Establishment Report for an Integrated Infrastructure Investment Programme for the Wakatipu Priority Growth Areas (the areas). The Establishment Report must define the scope, structure, funding, resourcing, and process for developing the following outputs: Infrastructure Investment Programme Business Case (to include three waters, transport, +/- community services) and supporting project-level business cases. The Programme Business Case must be scoped to ensure partnership opportunities with third parties are identified and genuinely explored. A no regrets investment business case for immediate service needs or opportunities that can be progressed while the wider programme continues to take shape Action plan to develop Proposal(s) for implementation via the Infrastructure Funding and Financing Act 2020 Dynamic Adaptive Policy Pathway (or equivalent type of plan to establish short-term actions, a framework to guide future actions, and application to an agreed suite of scenarios organised around deep-uncertainties) Action plan to complete all necessary planning inputs that will be required in support of the above noted deliverables e.g. hydraulic model updates The Establishment Report must: Be right sized for the potential scope, cost, risk, and complexity of planning and investment activity to follow. Be clear, compelling, and accessible to a broad range of potential readers. Utilise and further refine existing QLDC plans and decision-making tools. Identify how other utility and social service providers will be considered throughout the work programme.",Awarded,,0,20250410 Queenstown-Lakes District Council,26321148,Request for Tenders,Open Competition,C-23-009 Coronet Peak Pavement Rehabilitation 100 - 2600,C-23-009,20220912,20221012,20221122,,Sole Agency,No,,The project is for undertaking pavement rehabilitation works on Coronet Peak Road situated in Queenstown District. Works involve foamed bitumen stabilisation and reshape of existing pavement of Coronet Peak Road section from RP 0 to 2600m as per the Contract specification and design drawings.,Awarded,,0,20250410 Queenstown-Lakes District Council,26421642,Request for Tenders,Open Competition,C-22-033 LCLR Minor Works - Wanaka Traffic Signals,C-22-033,20221005,20221103,20221202,,Sole Agency,No,,"This request for Tender (RFT) is issued by Queenstown Lakes District Council for the provision of: Wanaka Traffic Signals which consists of two separable portions in Wanaka. Both sites have installation of new traffic signals as the key component along with widening footpaths, realigning kerblines and constructing raised safety platforms and pedestrian crossings.",Awarded,,0,20250410 Queenstown-Lakes District Council,26476291,Request for Quotations,Closed Competition,C-20-172 Glenorchy Reservoir Upgrade,C-20-172,20221020,20221118,20221222,,Sole Agency,No,,"QLDC wishes to engage a contractor to construct and commission new water reservoirs off Sheil Street south of the Glenorchy township. Two 250 m3 steel tanks( N1 and N2) are to be constructed and will be supplied by the Principal as free issue to the Contractor. The existing tanks are in a deteriorating condition and therefore QLDC wishes the new reservoirs are installed as quickly as possible to alleviate the risk of catastrophic damage to the existing tanks during a significant seismic event. An overview of the scope of work is as follows: Installation and commissioning of two, 250,000 litre (250 m3) steel tanks including construction of concrete foundations for the two new tanks. Note the two additional future tanks, shown as N3 and N4 on the drawings, do not form this scope of Contract Works. Construction of works associated with required upgrades to the reservoir site including site drainage, services chambers, earthworks, and installation of a timber post retaining wall. Upgrade of the existing site access as required to allow for safe access to site and handover to QLDC operations and maintenance as a Design & Build element for future access to the reservoirs as required under the specification. Landscaping works including construction of a screening bund, site fencing, and landscaping in front and around the reservoirs and at the base of the access track. Installation of a new reservoir inflow pipeline from reservoir site to east of Oban Street including blank flange. Permanent diversion of the existing power and fire ducts around new stormwater and rising main assets. Construction of new stormwater scour and overflow pipeline from (and including) a new manhole chamber at reservoir site through to and including a scruffy dome west of Oban Street and reinstatement. Site power upgrades including construction of new LV power supply and spare duct along Oban Street from the existing pump station to the site, and installation of a single-phase power supply and communications. Removal of the existing four pre-cast concrete tanks, foundations, and associated redundant pipe work once the new tanks are commissioned.",Awarded,,0,20250410 Queenstown-Lakes District Council,26566588,Request for Tenders,Open Competition,TEWA Banks Development RFT,,20221103,20221216,20230306,,Sole Agency,No,,"Invitation Queenstown Lakes Community Housing Trust (QLCHT) invites suitably experienced and resourced Civil Contractors to submit expressions of interest to participate in the competitive tender for civil works of the Tewa Banks Development. Queenstown Lakes Community Housing Trust - Introduction In 2007, the Queenstown Lakes District Council recognised the lack of affordable housing available and therefore formed the Queenstown Lakes Community Housing Trust (QLCHT). This trust is an independent, not-for-profit, community-owned organisation. Devcorp - Introduction Devcorp have been appointed by QLCHT as the Client Representative for the construction of this development. Devcorp set up office here in Queenstown in Feb 2022. Devcorp is a privately owned NZ company specialising in residential and commercial developments. We have in-house expertise across civil and building construction and offer a complete turnkey service. Devcorp have multiple developments across the country and are building a reputation on delivering high quality projects, to budget and on time. Clarke Fortune Mc Donald Introduction Clark Fortune McDonald (CFMA) are the design engineers and will be the Engineer onthe Civil Contract. CFMA is a locally owned company which has a continuous connection back to an Otago/Southland surveying practice established in 1898. Submissions shall be submitted by 4pm on 14th Dec 2022 via GETS. Tewa Banks Development Introduction Tewa Banks is a new subdivision by QLCHT with a total of 68 residential lots. Please refer to Attachment A which is the Masterplan. The masterplan provides five different house typologies ranging from 1 to 4 bedroom properties, including both single and double storey with a mix of attached and detached dwellings within the development. The goal is to provide affordable housing that is sustainable, energy efficient and low cost to build and run. The development is available for low to moderate income households with a mix of assisted ownership and rental properties, including some Senior Housing. The Enabling and Earthworks Contract has been awarded to Wilson Contractors who commenced work in September 2022 and plan to complete in March 2023.",Awarded,,0,20250410 Queenstown-Lakes District Council,26708338,Request for Tenders,Open Competition,C-22- 032 Anderson Road Active Travel,C-22-032,20221205,20230127,20230209,,Sole Agency,No,,"Construction of the new shared path on Anderson Road between Wanaka-Luggate Highway and Aubrey Road. The works include the formation of a new shared path along the extent of the road, new pedestrian refuge islands and temporary speed humps at pedestrian crossing points. New road markings and signage along Anderson Road and includes sandblasting of existing markings.",Awarded,,0,20250410 Queenstown-Lakes District Council,26727973,Request for Proposals,Open Competition,C-23-029 Landscape Architect for Lismore Park & Peninsular Bay,C-23-029,20221209,20230210,20230411,,Sole Agency,No,,"QLDC require provision of services from a credible and suitably experienced Landscape Architect to achieve a thorough, balanced, and affordable Development Plan at two Wanaka reserves; Lismore Park, and Peninsular Bay. The Development Plans are intended to achieve key objectives outlined in the Reserve Management Plan.",Awarded,,0,20250410 Queenstown-Lakes District Council,26728774,Request for Proposals,Open Competition,C-23-003 Queenstown & Wanaka Water Supply Remediation 2022-2023,C-23-003,20221209,20230125,20230410,,Sole Agency,No,,"QLDC is seeking tenders from civil contractors to assist in the delivery of water supply renewal works across both Wanaka and Queenstown. Four areas requiring remediation have been identified through an assessment of failure history, material type, network configuration, and age. The purpose of this RFT and subsequent physical works contract is to restore the identified areas of the existing networks to an appropriate standard (in accordance with QLDCs Code of Practice), maintaining the integrity of the network and protecting QLDCs ability to provide safe water to its customers. The following Separable Portions will form the basis of the Contract: 1. Tenby Street watermain renewal (Wanaka) 2. Hunter Crescent watermain renewal (Wanaka) 3. Mount Aspiring Road watermain renewal (Wanaka) 4. Evergreen Place watermain renewal (Queenstown)",Awarded,,0,20250410 Queenstown-Lakes District Council,26733717,Request for Tenders,Open Competition,C-23-032 LCLR Minor Works - Hawthorne Drive Improvements,C-23-032,20221213,20230202,20230306,,Sole Agency,No,,"The Hawthorne Drive Improvements project consists of four sites. Two sites have installation of new traffic signals as the key component along with widening footpaths, realigning kerblines and constructing raised safety platforms and pedestrian crossings, and two are Raised Safety Platforms that accommodate pedestrians.",Awarded,,0,20250410 Queenstown-Lakes District Council,26750615,Request for Tenders,Closed Competition,C-23-024 Wanaka Youth & Community Centre,C-23-024,20221219,20230209,20230308,,Sole Agency,No,,"QLDC has entered into a lease of the old Mitre10 warehouse situated at 35 Plantation Road, with the intention of refurbishing the building for use as a youth, community and sports facility.",Awarded,,0,20250410 Queenstown-Lakes District Council,26759485,Request for Proposals,Open Competition,C-23-027 Sport & Recreation Gym Equipment Purchase & Trade In,C-23-027,20221219,20230127,20230227,,Sole Agency,No,,"Provide pricing for gym equipment, trade in equipment and a services contract.",Awarded,,0,20250410 Queenstown-Lakes District Council,26766496,Request for Proposals,Open Competition,C-23-034 Coronet Forest Revegetation - Planting Manager,C-23-034,20221220,20230303,20230518,,Sole Agency,No,,"In 2017, the Council approved the early harvest of 172 hectares of Douglas fir from the Coronet Forest. The Council resolution requires 145 hectares to be replanted in species native to the Whakatipu Basin in order to meet Emissions Trading Scheme and Resource Consent requirements. The harvest began in December 2019 and is progressing well, with completion forecast early 2023. An external Planting Manager will need to be appointed to undertake regular site quality assurance reviews of the preparation and planting works and provide expert advice to the Project Control Group on the progress, issues, and opportunities during the revegetation works.",Awarded,,0,20250410 Queenstown-Lakes District Council,26868260,Request for Proposals,Open Competition,C-23-041 Embedding climate and biodiversity into decision-making,C-23-041,20230130,20230223,20230316,,Sole Agency,No,,"QLDC is procuring services to review how climate and biodiversity is currently considered in decision-making processes, develop a set of tools and guidance for assessing the climate/ biodiversity impact of initiatives in its 2024-34 Ten Year Plan, develop an implementation plan and deliver training.",Awarded,,0,20250410 Queenstown-Lakes District Council,26962606,Request for Proposals,Open Competition,C-23-045 Landscape Architect for Blue Green Network Spatial Plan,C-23-045,20230217,20230322,20230515,,Sole Agency,No,,"QLDC require provision of services from a credible and suitably experienced Landscape Architect to achieve well structured Community Open Space Network Plans for each location. The plans will form the wider Blue-Green Network Plan, that aligns with QLDCs & ORCs long terms visions and policies.",Not Awarded,Awarded to Boffa Miskell Ltd,0,20250410 Queenstown-Lakes District Council,26967132,Request for Proposals,Open Competition,C-23-017 Parking Strategy and Comprehensive Parking Management Plans,C-23-017,20230217,20230331,20230602,,Sole Agency,No,,"Queenstown Lakes District Council (Council) needs a Parking Strategy and associated set of Comprehensive Parking Plans that gives direction to the planning and management of parking that can be applied across the district, considering all other relevant Council policies. Parking plans, informed by the Parking Strategy, have been previously identified as needed in Frankton and Queenstown following transport business cases for both areas. Wanaka and other town centres are also requiring parking plans as parking pressures rise. Over the top of these local needs also sits the National Policy Statement on Urban Development (NPS-UD) which requires the removal of minimum car parking rates in district plan rules, and strongly encourages the development of Comprehensive Parking Management Plans to manage effects associated with the supply and demand of car parking.1 The Council needs a process to develop Comprehensive Parking Management Plans (CPMPs) across the Queenstown Lakes District (the district), which is flexible enough to address the unique nature of the different parking circumstances facing communities but is also solidly linked to the Parking Strategy and considering the effect of any parking changes on the wider transport network usage. This includes methods to address parking changes as they occur, whether it is the supply of new parking facilities, or the removal of parking for other uses. The process needs to be able to be followed by Transport Management Associations (TMAs) and other community associations, developers, council staff or anyone else who needs to, or wants to, develop CPMPs in the district. This process also needs to be applied, reviewed, and updated within this project to ensure it is fit for purpose.",Awarded,,0,20250410 Queenstown-Lakes District Council,27059793,Request for Proposals,Open Competition,O-23-058 Demand Projections,O-23-058,20230313,20230413,20230526,,Sole Agency,No,,"Queenstown Lakes District is considered a high growth district in New Zealand. To address this challenge and help with future planning, comprehensive demand projections have been developed. This is important to ensure that Queenstown Lakes District Council meets the requirements of the National Policy Statement for Urban Development. Demand Projections are forecasts of future demand based on current data and are used to assist short-term and long-term planning needs. Projections cover resident and tourist population, houses and ratings units for a 30-year period. They provide council with justifiable evidence-based forecasts and are utilised by numerous external agencies and also form the basis of assumptions in many key Queenstown Lakes District Council workflows. The current projections were adopted in March 2022 and replaced the previous projections from 2020. The projections are periodically updated to ensure they remain current and are considering the most recent and relevant data. Since the last update, Stats NZ has revised its population estimates and projections, a further twelve months of tourism activity has been observed since the border reopening, and the housing market has been further influenced by economic factors. Queenstown Lakes District Council wishes to purchase services to produce comprehensive demand projections covering resident and visitor populations, housing and rating units, forecast out 30 years for each Queenstown Lakes District community. The projections will be reviewed and updated on an annual basis for three consecutive years",Awarded,,0,20250410 Queenstown-Lakes District Council,27171350,Request for Quotations,Open Competition,O-23-066 Capital Investment Risk Profiling Tool,O-23-066,20230331,20230419,20230522,,Sole Agency,No,,"We require the implementation of an existing draft Capital Investment Risk Profile Tool on significant capital projects as we start preparing QLDCs 2024-34 Long Term Plan financial setting. It is proposed this will be over two timeline stages May 2023 and July/August/September 2023.",Awarded,,0,20250410 Queenstown-Lakes District Council,27174324,Request for Proposals,Open Competition,C-23-071 Alterations to 71 Ballarat Apartments,C-23-071,20230403,20230421,20230824,,Sole Agency,No,,"QLDC are required to refurbish the interior of an apartment within the 71 Ballarat Street Apartment complex, as a result of neighbouring arterial stage 1 works, which required a portion of the complex to be demolished and re-modelled.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,27200349,Request for Quotations,Closed Competition,C-23-063 Solid Waste Facilities: Project Management Services,C-23-063,20230405,20230421,20230606,,Sole Agency,No,,"QLDC requires a Senior Project Manager provide project management services for the delivery of the following two critical solid waste projects for the district: Whakatipu Resource Recovery Hub: Stage one of a new refuse transfer station and resource recovery facility for Queenstown. Wanaka Refuse Transfer Station: An upgrade to the existing Wanaka Refuse Transfer Station (RTS), located at Ballantyne Rd in Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,27298593,Request for Proposals,Open Competition,C-23-071 Alterations to 71 Ballarat Apartments,C-23-071,20230426,20230428,20230519,,Sole Agency,No,,"QLDC are required to refurbish the interior of an apartment within the 71 Ballarat Street Apartment complex, as a result of neighbouring arterial stage 1 works, which required a portion of the complex to be demolished and re-modelled.",Awarded,,0,20250410 Queenstown-Lakes District Council,27311409,Request for Proposals,Open Competition,RMA Social Evidence - Inclusionary Housing Plan Change,C-23-065,20230428,20230607,20230623,,Sole Agency,No,,"Engagement for specialist consultant services are sought to provide social evidence for a change to the Queenstown Lakes Proposed District Plan, for Queenstown Lakes District Council. The evidence will assist with informing the proposed inclusionary housing plan change, prepared under the Resource Management Act. Successful suppliers will also join Planning & Developments panel of preferred suppliers should this discipline be required for future services.",Awarded,,0,20250410 Queenstown-Lakes District Council,27367060,Request for Tenders,Open Competition,C-23-069 LCLR Minor Works Wanaka Corridor Safety Upgrade Package,C-23-069,20230509,20230606,20230622,,Sole Agency,No,,"This contract is part of the QLDC LCLR Minor Works programme being completed under the Waka Kotahi Road to Zero strategy. The project consists of 4 separable portions for minor improvements works along the Cardrona Valley Rd and Wanaka Mt Aspiring Rd Corridors. The works includes safety barriers, signage and markings and some minor roadside improvements.",Awarded,,0,20250410 Queenstown-Lakes District Council,27368506,Request for Proposals,Open Competition,Erosion and Sediment Control - Technical Peer Review Services,C-23-054,20230510,20230602,20230620,,Sole Agency,No,,Queenstown Lakes District Council is establishing a panel of Erosion & Sediment Control specialists for the provision of Technical Peer Review services for resource consent applications under the Resource Management Act 1991.,Awarded,,0,20250410 Queenstown-Lakes District Council,27402527,Request for Proposals,Open Competition,C-22-013 Wanaka Network Optimization SSBC,C-22-013,20230516,20230703,20230821,,Sole Agency,No,sapprocurement@qldc.govt.nz,"In 2019, QLDC developed the Wanaka Town Centre Masterplan and Integrated Transport Programme Business Case to guide future planning and investment for Wanaka. The Masterplan focuses on transport and public realm improvements within Wanaka town centre, while the Programme Business Case focuses on transport needs within the wider Wanaka area, as well as changes to the transport network to support the desired outcomes of the Masterplan. Based on strong and divided community feedback on the Masterplan, in November 2019 the Wanaka Community Board agreed to progress the Wanaka Network Optimisation Single Stage Business Case to implement the needs identified from the 2019 Wanaka Master plan which included the transport programme business case. Outcomes QLDC are looking for is improved access, particularly in response to ongoing developments, mode shift away from private vehicles, improved safety for all modes, improved level of service, improved visitor experience and a transport network that is future proofed for growth and sustainability. We are buying an expert-led, high-quality investment planning exercise for the Wanaka Transport Network Optimisation SSBC. This will be recorded in a clear, concise and robust business case.",Awarded,,0,20250410 Queenstown-Lakes District Council,27487099,Request for Tenders,Open Competition,C-23-074 Active Travel C5 Route,C-23-074,20230602,20230710,20230801,,Sole Agency,No,,"The Active Travel - C5 Route project includes upgrades to the rural and urban portions of the route. The urban section of Gorge Road has been omitted along with the first half of Robins Road from the scope of this project. The project is currently confirming funding through the governments Transport Choices programme. The programme has a non- negotiable construction completion date of May 31, 2024, to be eligible for the funding. The scope of works has been tailored to achieve this. Award of the contract is conditional upon funding approval. The upgrades will address existing safety issues, which relate to inconsistent surfacing, shared space environments, a lack of safe crossing points, and narrow footpath widths. Upgrades include: Sealing of 2.2km of the unsealed trail with both chipseal and asphalt, starting at RP 4465 and ending at RP 2.782 Anew crossing location on Gorge Road at RP2.782 A new sealed shoulder on Queenstown bound lane of Gorge Road starting at approximately RP2.782 and ending at RP1.346 Upgrades to the Matagouri wetland trail including widening of the trail and drainage improvement and a new connection to the urban area of Gorge Road Widening of the footpath on Robins Road starting at RP380 and ending at the Camp Street/Robins Road Intersection",Awarded,,0,20250410 Queenstown-Lakes District Council,27507451,Request for Proposals,Open Competition,C-23-052 Hawea Smart Meters IAF Project RFP,C-23-052,20230612,20230724,20231108,,Sole Agency,No,,"Queenstown Lakes District Council (Council) require approximately 900 new water meters and 150 laterals across the Hawea region. The meter replacement encompasses a mix of meter upgrades (additional smart caps to existing meters) and new ultrasonic meters. The lateral replacements are based on the estimated likelihood of end-of-life laterals requiring replacement at the same time as meter upgrades. Council requires a single supplier able to plan, supply, install, commission and connectivity to the existing Suez Aquadvanced online telemetry dashboard. The supplier must be approved to work within the Council water supply network and is expected to have some existing capacity in the region (or a proven plan to mobilise to meet the needs of the contract). WHATS IMPORTANT TO US We require a supplier who: ? Is an approved water installer in the region or is prepared to gain the QLDC approved water installer accreditation to enable work on the potable water network (for meter installs and lateral remediation works). ? Has built their service delivery reputation on quality delivery, right first time, and able to deliver to tight frames at a fair price. ? Will work closely with the local community to best manage the water supply disruption during the installation and testing stages. ? Ideally, has a local presence in the region, or is able to mobilise and provide an on the ground delivery resource that can deliver a meter roll out in a fast and efficient manner. ? Can demonstrate a provided, tried meter solution able to integrate and connect with the Suez Aquadvanced AAWN platform integration; and ? Is cognisant of the project complexities and time pressures and able to deliver all our requirements on time, in full to specification.",Awarded,,0,20250410 Queenstown-Lakes District Council,27544646,Request for Tenders,Open Competition,C-23-075 Wakatipu Active Travel Network (WATN) Thompson Street - Route B2,C-23-075,20230615,20230720,20230901,,Sole Agency,No,,"Construction of road improvements along Thompson Road, Fernhill to promote a safer environment for road users. Improvements to include footpath widening, new signage, line marking, lighting, and signage.",Awarded,,0,20250410 Queenstown-Lakes District Council,27546618,Request for Tenders,Open Competition,C-23-078 QLDC Resealing 2023/25,C-23-078,20230615,20230721,20230901,,Sole Agency,No,,"This Request for Tender (RFT) is issued by Queenstown Lakes District Council for the provision of a two (2) year resealing contract with the opportunity of renewal for an additional one (1) year. The additional one (1) year will be awarded solely at the Councils discretion, including consideration of performance of the Contractor for the first year. The work involves resealing of urban and rural roads within the Queenstown Lakes District.",Awarded,,0,20250410 Queenstown-Lakes District Council,27589684,Request for Quotations,Closed Competition,C-23-055 Hawea Water Supply Technical Options Report,C-23-055,20230621,20230719,20231025,,Sole Agency,No,,"QLDC has developed a number of high level investment options to respond to demand growth, comply with the Water Services Act, and improve the schemes reliability and resilience. A more detailed study (herewith referred to as the Technical Options Report) is required to better understand the requirements, advantages, and drawbacks of each option. The Technical Options Report will further define the options and provide supporting technical details that will underpin an informed options assessment by QLDC and other consultants. A Single-Stage Business Case is in development for investment in Haweas water supply scheme. The business case process has identified four short-listed options for further assessment; however, recognises that additional information is required to support sound decision making. Accordingly, business case development has been put on hold in the interim while a Technical Options Report is produced to better define the risks, costs and benefits of the options. On satisfactory completion of the Options Report, the business case will resume with an assessment of the short-listed options.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,27681571,Request for Tenders,Open Competition,C-23-072 Schools To Pool Package 1 + Rata RTZ,C-23-072,20230710,20230803,20230829,,Sole Agency,No,,"The construction of shared use footpaths, new raised safety platforms, new kerbs, refuge islands, signage, and road painting of the schools to pool project from Kellys flat to the corner of Hedditch /little street in Wanaka and Rata Street traffic calming.",Awarded,,0,20250410 Queenstown-Lakes District Council,27695096,Request for Quotations,Open Competition,C-001344 Arborist Professional Services,C-001344,20230711,20230811,20230914,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) would like to procure the services of a specialist to provide advice and inspections for Agricultural services on an as needs basis. QLDC is seeking arborist professional services to provide the following tasks on an as needed basis: (this list is not exhaustive): Tree Inspections Quantified Tree Risk Assessment (QTRA) based Risk Assessments Site specific inspections (encompassing an area of trees) Inspections of specific trees (specific trees to be determined based on existingcouncil records/protected trees) Assist in producing project specific inspections on behalf of QLDC Subdivision Design Peer Review provision of feedback on plans for treeplanting in subdivision developments Tendering/procurement and project management Deliverables Arboriculture Reporting covering risk and making recommendations onmanagement and succession planning Standard Tree Evaluation Method (STEM) Report Strategic Reports looking at specific areas and how they are managed Specialist reports:-Quantified tree risk assessments-Tree risk assessment qualification-VALID Tree Risk Assessment-Subdivision input reports Additional Services Quality assurance (auditing) Asset capture and validation Site inspections",Not Awarded,,0,20250410 Queenstown-Lakes District Council,27742645,Request for Proposals,Open Competition,C-22-010 Wanaka Refuse Transfer Station - Design Services,C-22-010,20230724,20230821,20231124,,Sole Agency,No,,"The Wanaka Refuse Transfer Station upgrades shall consider layout and operational changes to facilitate additional resource recovery, improve health and safety (operator and customers), and increase capacity. The final configuration shall be optimised for material diversion, customer interface, and integration with neighbouring sites.",Awarded,,0,20250410 Queenstown-Lakes District Council,27749288,Request for Quotations,Open Competition,C-24-001 Libraries Website Upgrade,C-24-001,20230725,20230816,20230928,,Sole Agency,No,,"This plan relates to the procurement of a web developer to develop a new library website. The key objective of this procurement is to upgrade our website to a newer CMS (Umbraco or another suitable option). The procurements proposed outcomes are to engage a single supplier which is reliable, experienced, and who uses a CMS that will achieve the requirements of a library website.",Awarded,,0,20250410 Queenstown-Lakes District Council,27782068,Request for Proposals,Closed Competition,"C-23-082 Relocation of Novaloo, Install of Exeloo & associated works",C-23-082,20230731,20230822,20230920,,Sole Agency,No,,"The works associated with this package of work: 1. Removal of existing Novaloo located on the corner of Earl St and Marine Parade and install for operational use at nominated location at Shotover. 2. Install a new Exeloo (already procured by QLDC) at the Novaloo location, situated at the corner of Earl St and Marine Parade. 3. Associated minor works.",Not Awarded,Please refer to NTT002 C-23-082 document.,0,20250410 Queenstown-Lakes District Council,27830834,Request for Proposals,Closed Competition,C-23-080 Travel Demand Management Single Stage Business Case,C-23-080,20230804,20230830,20231005,,Sole Agency,No,,"Queenstown Lakes District Council (Council) needs a Travel Demand Management (TDM) Business Case. Travel Demand Management (TDM) is a transport industry generic phrase that identifies a wide range of interventions to accommodate and facilitate behavioural change through advocacy, education and regulation. It sits alongside the more physical infrastructure interventions and works in parallel with them to encourage modal shifts by creating modal choice. The TDM programme is the action plan for the soft measures in the strategic Mode Shift Plan whereas the transport programme, involving QLDC, ORC and NZTA (W2G) and the majority of the Joint Work Programme transport elements of the Spatial Plan, address the more traditional physical infrastructure and services. a. The TDM programme needs to be co-ordinated across a number of internal and external stakeholders through a comprehensive and detailed programme. It is a key integration tool for spatial planning. b. The immediate need is to identify a programme to implement it in the remainder of the current funding cycle (QLDC LTP 2021 2024). It is also important to consider and recommend the ongoing programme beyond June 2024. c. This resource will develop a Single Stage Business Case Lite for a Travel Demand Management Programme. This RFP seeks the resources to deliver the Single Stage Business Case Lite, in full on time in specification.",Awarded,,0,20250410 Queenstown-Lakes District Council,27926027,Request for Proposals,Open Competition,C-24-004 Landscape Architect for Jardine Park,C-24-004,20230821,20230915,20231106,,Sole Agency,No,,"The Landscape Architect will work positively with QLDC in all aspects of their design work, ensuring that the desired project outcomes are met within the brief, budget, project parameters and that there is alignment with QLDC values. The design should reflect good practice principles, including but not limited to environmental sustainability, crime prevention through environmental design (CPTED), innovation, community attraction and maintenance.",Awarded,,0,20250410 Queenstown-Lakes District Council,27927515,Request for Tenders,Open Competition,C-24-002 Cardrona Valley Water Supply Pipeline,C-24-002,20230825,20230922,20231113,,Sole Agency,No,,"Construction of a new water supply pipeline to convey treated water from the new community water supply scheme (Mount Cardrona Station) to the Cardrona township. The works are located within the road corridor of the Cardrona Valley Road, Pringles Creek Road, and Tuohys Gully Road.",Awarded,,0,20250410 Queenstown-Lakes District Council,27998719,Request for Quotations,Closed Competition,C-24-007 Whakatipu WW Upgrades Project Management Services,C-24-007,20230906,20230920,20231114,,Sole Agency,No,,"QLDC seeks the services of a project manager with evidence of demonstrated experience in the delivery of capital infrastructure projects on behalf of Local Government Organisations and Central Government Agencies, or directly related projects in the private sector. The service is required to manage the delivery of the two critical wastewater upgrade projects in Queenstown.",Awarded,,0,20250410 Queenstown-Lakes District Council,28091544,Request for Tenders,Open Competition,C-23-084 Capell Avenue Roundabout Upgrade,C-23-084,20230913,20231011,20231110,,Sole Agency,No,,"Tender for the construction of the upgrade of the existing intersection of Capell Avenue and Domain Road, in Lake Hawea. Works include earthworks, pavement, concrete works, stormwater works.",Awarded,,0,20250410 Queenstown-Lakes District Council,28109244,Request for Tenders,Open Competition,C-23-085 Cardrona Valley Road Pavement Renewal,C-23-085,20230915,20231013,20231108,,Sole Agency,No,,This Request for Tender (RFT) is issued by Queenstown Lakes District Council for the provision of Contract Works for the Cardrona Valley Road Pavement renewal from RP 11.8 to RP 15.6.,Awarded,,0,20250410 Queenstown-Lakes District Council,28216302,Request for Proposals,Open Competition,O-23-077 Real Estate Agency Services - Commonage Land Sale,O-23-077,20231003,20231108,20231128,,Sole Agency,No,,"Queenstown Lakes District Council wish to engage a suitable Real Estate Agency to facilitate the listing and disposal of The Commonage Development Block, Queenstown Hill. Queenstown Lakes District Council (QLDC) have attempted to dispose of this development Block before in both 2017 and 2021. Both occasions resulted in unsuccessful outcomes. Therefore, Council hope that this attempt will be effective. Real Estate Agencies based outside of the Queenstown area will be permitted. However, a local representative must be present throughout the disposal of the development block.",Awarded,,0,20250410 Queenstown-Lakes District Council,28217840,Request for Proposals,Open Competition,O-24-011 - Working Better Together,O-24-011,20231009,20231106,20231222,,Sole Agency,No,,"This procurement relates to the delivery of learning and upskilling services to enable our people to work better together. These development/upskilling sessions will use a framework and/or methodology to support a change in the way teams work together within QLDC using Microsoft Teams as a strategic tool. These sessions will further build on the work we have undertaken based on some agile leadership principles, collaboration and planning of work across the organisation.",Awarded,,0,20250410 Queenstown-Lakes District Council,28325989,Request for Quotations,Closed Competition,C-24-018 Northlake Exeloo Toilet Installation,C-24-018,20231020,20231115,20231206,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) is seeking Tenders for the installation of a twin Exeloo toilet unit. This unit is required to be connected to QLDCs main services (power, water, and sewage). Exeloo Jupiter Manual Twin Toilet JUP42DD See specifications/Section 2. The Exeloo toilet unit will be procured on a separate contract. This contract only relates to the installation services.",Awarded,,0,20250410 Queenstown-Lakes District Council,28340493,Request for Proposals,Open Competition,O-24-017 - Employment Assistance Programme (EAP) Services,O-24-017,20231025,20231122,20231222,,Sole Agency,No,,"QLDC is seeking an Employee Assisted Programme that offers the following: Access to a diverse range of qualified mental health clinicians available for face to face and digital consultations for staff with a wide range of issues that are impacting their mental health and wellbeing at home and work. A referral and onboarding process that offers staff immediate access to EAP clinicians for treatment. An effective service that provides at least four paid sessions to staff and their immediate family Wraparound services that include critical incident reporting and support for leaders around mental health and wellbeing prevention. Marketing and training collateral to promote the programme Regular and accurate evaluation of the service and reporting to identify trends and any improvements needed in service. Access to professional development workshops, webinars and resources to support mental health and wellbeing prevention.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,28342643,Request for Proposals,Closed Competition,O-24-022 - Bridges and Assessment Contract,O-24-022,20231025,20231130,20240329,,Sole Agency,No,,"The Queenstown Lakes District Council need a supplier who will be responsible for the integrity of all the Councils structural assets within the district for our community. You will need to have proven leadership, qualifications, and data management. We dont want a consultant who can only provide one aspect of the contract.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,28356588,Request for Proposals,Open Competition,C-24-010 for Wanaka Water Sports Bridge & Track Construction,C-24-010,20231114,20231212,20240205,,Sole Agency,No,,The project includes construction of a new pedestrian footbridge for active travel purposes which is required to streamline access and reduce user conflict and eliminate hazards. Slight re-alignment and general upgrade of the existing track is also required.,Awarded,,0,20250410 Queenstown-Lakes District Council,28384025,Request for Tenders,Open Competition,C-24-024 Lower Shotover Road Upgrade RP440-1420,C-24-024,20231101,20231201,20240419,,Sole Agency,No,,This request for Tender (RFT) is issued by Queenstown Lakes District Council for the provision of supplying goods and services to carry out road widening and pavement rehabilitation works on Lower Shotover Road from RP 400 to 1420m situated in Queenstown Lakes District as per the requirements listed in Contract Documents and Specification.,Awarded,,0,20250410 Queenstown-Lakes District Council,28428301,Request for Tenders,Open Competition,C-23-087 Ballantyne Riverbank Intersection Upgrade,C-23-087,20231109,20231206,20231222,,Sole Agency,No,,This request for Tender (RFT) is issued by Queenstown Lakes District Council for the provision of Contract Works for the Ballantyne Riverbank Intersection Upgrade under the Road to Zero works programme.,Awarded,,0,20250410 Queenstown-Lakes District Council,28458691,Request for Proposals,Closed Competition,C-24-031 Project Management Services Wanaka Lakefront Stage 5,C-24-031,20231114,20231205,20240215,,Sole Agency,No,,"This procurement relates to the purchase of Wanaka based Project Management Services for delivery of Wanaka Lakefront Development Project (WLDP) Stage 5 from current detailed design phase through to completion. What we need QLDC is seeking to appoint a Project Manager (PM) who will be responsible for the oversight of the programme, delivery and construction of the WLDP Stage 5 shared path and landscaping. The project manager will be engaged to take WLDP Stage 5 from current detailed design phase through to completion. This project is an Integral section of the Wanaka Lakefront Development Project and will enable the completion of this stage of work for the community. The project manager will need to demonstrate connection to the Wanaka Upper Clutha region and its communities, and be available to engage with key local stakeholders in person, on a regular basis. What we dont want We do not want a service provider who will not be available to regularly engage stakeholders in person in Wanaka. We also do not want a project manager who cannot take this project through to the end of its project cycle. Whats important to us? It is important to us that prospective tenderers understand the value and importance of stakeholder and communications management for this project, and are experienced in engaging with elected members and community groups for the benefit of a project. A good track record in project managing similar high profile projects is required. An ability to balance budget constraints with stakeholder demands to deliver the best outcomes for the project. It is expected that the providers will have effective networks and strong relationships (socio - cultural) within their local community. Why should you bid? This is a unique opportunity to contribute to the development of well utilised site in the beautiful Upper Clutha . The current growth and the prioritisation of active transport have resulted in increased load to the existing infrastructure and QLDC require substantial upgrades to support this demand. This contract will give you an opportunity to be part of the solution to enhance visitor & local experiences and help QLDC maintain a high level of service.",Awarded,,0,20250410 Queenstown-Lakes District Council,28486026,Request for Tenders,Open Competition,C-24-029 Cemetery Road Cabin Demolition,C-24-029,20231120,20231215,20240305,,Sole Agency,No,,Demolition or removal of 29 no. existing cabins and 1 QLDC record storage building. Including the removal of Asbestos / Asbestos Containing Materials. Construction of 2 Swales on site (bulk earthworks).,Awarded,,0,20250410 Queenstown-Lakes District Council,28493810,Request for Proposals,Open Competition,Subdivision Services (Queenstown Lakes District Council),C-24-008,20231122,20231213,20240109,,Sole Agency,No,,Queenstown Lakes District Council is establishing a panel of suitably qualified and experienced Subdivision specialists (the Panel) for the provision processing section 223c and section 224 applications under the Resource Management Act 1991.,Awarded,,0,20250410 Queenstown-Lakes District Council,28494225,Request for Proposals,Open Competition,Housing and Business Capacity and Feasibility Model (QLDC),O-24-030,20231122,20231213,20240109,,Sole Agency,No,,This is a request for proposal (RFP) to deliver an online and interactive Housing and Business Capacity and Feasibility Model for the Queenstown Lakes District (QLD).,Awarded,,0,20250410 Queenstown-Lakes District Council,28564237,Request for Quotations,Closed Competition,C-24-037 Grants Administration Software,C-24-037,20231206,20240119,20240301,,Sole Agency,No,,"The purchase of a best practice, fit for purpose, grants management software solution to use across all Queenstown Lakes District Council funding programs in order to provide administration of the entire life cycle of a grant application, from application to reporting.",Awarded,,0,20250410 Queenstown-Lakes District Council,28607004,Request for Proposals,Closed Competition,C-24-041 Hopkins Street Playground Upgrade,C-24-041,20231212,20240116,20240205,,Sole Agency,No,,"Construction of Hopkins Street, Luggate playground upgrades. Installation of supplied play equipment and associated earthworks and landscaping. A site visit can be conducted any time by the contractor.",Awarded,,0,20250410 Queenstown-Lakes District Council,28611784,Request for Proposals,Closed Competition,C-24-012 Transport Model Update Specialist Advisory Services,C-24-012,20231212,20240205,20240522,,Sole Agency,No,,"This RFP relates to the purchase of specialist transport modelling advisory services to manage the scoping, model build and establishment of an operational framework for an updated District Transport model. Note the Price and Non-Price documents need to be submitted as separate files.",Awarded,,0,20250410 Queenstown-Lakes District Council,28723803,Request for Quotations,Open Competition,"C-24-046 Kingston 3W Upgrades - PM Des Services, Construction Admin & Engineer Rep Services",C-24-046,20240129,20240229,20240524,,Sole Agency,No,,"The Kingston Housing Infrastructure Fund (HIF) Three Waters Project includes the delivery of Stormwater (SW), Wastewater (WW), and Water Supply (WS) infrastructure. These respective schemes include a water treatment plant, WW treatment plant and pump station and rising main, and a large diameter storm water pipe down Oxford Street to the lake front. The works are being delivered to initially provide services for the future Kingston Village Limited (KVL) development to the south of the existing Kingston Township (and eventually the Township itself). Detailed design is complete for WS and SW and detailed design of WW is underway. To progress the next stages, Council are seeking specialist services for: 1. Design Project Management. 2. Works Project Management. 3. Construction Contract Administration / Engineers Representative.",Awarded,,0,20250410 Queenstown-Lakes District Council,28825908,Request for Quotations,Closed Competition,C-24-054 Robins Road Wastewater Pipeline Upgrade Early Contractor Involvement,C-24-054,20240219,20240321,20240524,,Sole Agency,No,,"This Request for Quotation (RFQ) is issued by Queenstown Lakes District Council (QLDC) for the provision of Pre-Construction Services as part of Early Contractor Involvement (ECI) for the Robins Road Wastewater Upgrade project. QLDC is seeking an experienced contractor to provide collaborative input into the design and planning of the Robins Road Wastewater Pipeline Upgrade including the installation of a new wastewater pipe and decommissioning of the existing AC main, to facilitate development within the Gorge Road catchment.",Awarded,,0,20250410 Queenstown-Lakes District Council,28860961,Request for Proposals,Open Competition,Optimal Visitation,C-24-059,20240228,20240328,20240617,,Sole Agency,No,,"This procurement plan seeks to identify and appoint a provider to create an optimal visitation model that will enable effective scenario planning and informed decision-making within the district. Queenstown Lakes is a high growth district with an economy that is dominated by tourism. With a small resident population and high visitor numbers, understanding the implications of visitation is essential for making good decisions and achieving positive outcomes to meet the needs of the community. Visitors have an economic, social, cultural and environmental impact on the district Queenstown Lakes District Council (QLDC) and Destination Southern Lakes Inc. (DSL) want to build a model that helps to predict those impacts and understand the intersection between different elements. Understanding optimal visitation is potentially ground-breaking work. At present, there are no comprehensive models that are able to guide and establish variables in relation to the social, cultural, environmental and economic limits of visitation levels. QLDC on behalf of DSL seeks to understand the interrelationship between different variables and the thresholds/parameters that need to be operated within. Visitation in the district needs to be analysed in conjunction with residential growth, community sentiment, worker experience, visitor experience, seasonal changes, environmental degradation/regeneration and cultural context. This project is integral to taking a systems approach towards destination management. The key deliverables for the chosen supplier will be to complete four stages: 1. Research, literature review and data collection. 2. Creation of a prototype optimal visitation model. 3. Testing and refinement of prototype model with stakeholders. 4. Finalisation and rollout of a Generation 1 optimal visitation model (Gen 1). Whilst the model is being developed for QLDC in partnership with DSL, the final product should be of a calibre that it can potentially be shared across the motu and internationally. The project has the potential to become an international testbed and leader for optimal visitation modelling informing decisions to achieve regenerative tourism.",Not Awarded,,0,20250410 Queenstown-Lakes District Council,28910966,Request for Proposals,Open Competition,C-22-022 Kingston Water Treatment Plant & Bulk Supply Main Stage 1,C-22-022,20240321,20240516,20240819,,Sole Agency,No,,"The Buyer is seeking to engage a suitably qualified and experienced Contractor to deliver the construction services required to establish a potable water supply in Kingston, a growing township on the southern shores of Lake Whakatipu. At a high-level, the Contract Works include, but are not limited to: Raw water rising main from the existing bore headworks to the water treatment plant. Water treatment plant including building, mechanical, electrical, pipework, instrumentation, and ancillaries. A steel bolted tank reservoir (design and construction) including foundation, access, pipework and fittings. Water treatment plant compound including generator, access roads and landscaping. Falling main from the reservoir to intersection of State Highway 6 / Kent Street. Falling main from the intersection of State Highway 6 / Kent Street to Oxford Street.",Awarded,,0,20250410 Queenstown-Lakes District Council,28937125,Request for Quotations,Closed Competition,C-24-060 Kingston 3W Upgrades - Engineer to Contract,C-24-060,20240312,20240404,20240430,,Sole Agency,No,,"The Kingston Housing Infrastructure Fund (HIF) Three Waters Project includes the delivery of storm water (SW), wastewater (WW), and water supply (WS) infrastructure. The works are being delivered in accordance with a Developers Agreement that provides services for the future Kingston Village Limited (KVL) development to the south of the existing Kingston Township (and eventually the Township itself). Deliverables include a new bore, storage, water treatment plant, and trunk mains through Kingston; a new WW treatment plant, land treatment area on neighbouring farmland; a storm water culvert from the development to the lake front, and a discharge structure. Council has completed design for the Water Supply (WS) and Stormwater (SW) catchments. Waste Water (WW) design is underway. Council is now seeking an Engineer to Contract (EtC) for all three waters projects. The EtC role is integral to administering the construction contracts.",Awarded,,0,20250410 Queenstown-Lakes District Council,28939213,Request for Quotations,Closed Competition,C-24-058 QLDC Regional MRF Options Analysis Review,C-24-058,20240301,20240403,20240422,,Sole Agency,No,,"QLDC requires specialist advisory support to complete a detailed options review for the future district Material Recovery Facility. The current district Material Recovery Facility - MRF, located at 112 Glenda Drive, Queenstown is at or near capacity and is situated on a constrained site with limited storage and restricted flow. The MRF experiences regular short term closures and risks longer outages. Contamination rates are higher than desired due to dated technology and staffing is hard due to the poor working environment. A new, fit for purpose, suitably located modern MRF is required ASAP to ensure reliable service delivery, flexibility and adapt to future demands Council have previously assessed various potential MRF site options and completed option / business case studies. In the interim, several alternative MRF sites have been ruled out, however new land acquisition adjacent to the Wanaka Refuse Transfer Station (Ballantyne Road, Wanaka) needs to be considered alongside alternatives. LTP funding has also changed with some constraint on available funding that may constrain options. Options that open alternative funding also need to be considered.",Awarded,,0,20250410 Queenstown-Lakes District Council,29158815,Request for Proposals,Closed Competition,QLDC Minor Improvements 2024-27 Professional Services,C-19-047,20240405,20240517,20240617,,Sole Agency,No,,"This request for proposal (RFP) is issued by Queenstown Lakes District Council (QLDC). QLDC is seeking proposals from the Engineering & Specialist Support Services panel suppliers (TRANSPORTATION) to assist QLDC to deliver the 2024-27 Minor Improvements (Low Cost Low Risk) Programme. Broadly, the scope of services required encompass: Programme management/ optimisation to deliver the budget in full and on time Liaison with QLDC, contractors and other stakeholders in relation to the programme, Management / Delivery of all Design Phase works (Feasibility to Detailed design including Safe system Auditing) Preparation of construction Tender documentation. Engineer to contract and where appropriate Engineers Representative duties MSQA of construction phase.",Awarded,,0,20250410 Queenstown-Lakes District Council,29179837,Request for Proposals,Closed Competition,C-24-063 QLDC Vehicle Fleet Leasing Services,C-24-063,20240409,20240507,20240904,,Sole Agency,No,,"Queenstown Lakes District Council are looking for a supplier that will lease Motor Vehicles with full service support, enabling our emission reduction and sustainability goals.",Awarded,,0,20250410 Queenstown-Lakes District Council,29209796,Request for Quotations,Closed Competition,C-24-067 QLDC Waste Management and Minimisation Plan (WMMP) Plan Compilation,C-24-067,20240412,20240502,20240610,,Sole Agency,No,,"The Waste Minimisation Act 2008 puts responsibility on local government (territorial authorities) to promote effective and efficient waste management and minimisation within their districts through the development and adoption of a Waste Management and Minimisation Plan (WMMP) which must be reviewed every six years. The Queenstown Lakes District Council (QLDC) have started the process of reviewing the districts current WMMP which was adopted in 2018. The steps undertaken to date as part of the recommended review process have included. 1. Completion of a waste assessment for the district and wider Otago region (Otago Region Waste Assessment 2023) 2. Medical Officer of Health consultation 3. WMMP review decision taken through full Council with the resolution to proceed with the development of a new WMMP QLDC is now seeking to engage a qualified consultant to provide specialised support to lead and facilitate the remaining steps in the process from stakeholder engagement, document compilation through to the adoption of a new WMMP for the Queenstown Lakes District. There will be particular emphasis placed on early engagement of key stakeholders to collaboratively define the district's vision, goals, objectives, and performance targets, whilst ensuring alignment with the direction of the New Zealand Waste Strategy Te Rautaki Para , and the range of proposals and collaborative opportunities identified in the Otago Region Waste Assessment 2023. We need to procure the supplier best able to shape a response to our needs as set out in the User Requirements Specification Appendix 1, by June 2024.",Awarded,,0,20250410 Queenstown-Lakes District Council,29241016,Request for Proposals,Open Competition,C-24-062 QLDC Insurance Brokerage Services,C-24-062,20240417,20240516,20240801,,Sole Agency,No,,"Provision of Insurance Brokerage Services (and related insurance cover) The council is implementing a new Insurance Brokerage Service. The brokerage services span: 1. Pre-annual renewal advice 2. Policy coverage review 3. Marketing and placement of the annual QLDC insurance programme 4. Annual renewal report 5. Administration of QLDCs insurance placement; and 6. Full Claims Management Service. The term of this Agreement runs from 1 July 2024, through to 30 June 2027 with 1+1 renewal options. A total of 5 years (subject to renewals).",Not Awarded,Awarded to Aon.,0,20250410 Queenstown-Lakes District Council,29246549,Request for Quotations,Open Competition,Event Management Services,C-24-075,20240423,20240513,20240805,,Sole Agency,No,,"Event Management Services for the planning and delivery of the New Years events in both Queenstown and Wanaka, the annual Christmas Show in Queenstown, the Christmas event in Wanaka, and management of the install and removal of festive infrastructure in the district.",Awarded,,0,20250410 Queenstown-Lakes District Council,29273028,Request for Proposals,Open Competition,RFP for Reseal and Forward Works Programme Management,C-24-076,20240423,20240524,20240617,,Sole Agency,No,,"QLDC is seeking a supplier with roading network management experience to deliver tender documentation and MSQA for the resealing programme, along with forward works programme (FWP) development, management and advice.",Awarded,,0,20250410 Queenstown-Lakes District Council,29308927,Request for Quotations,Closed Competition,"C-24-082 Te Tapuae/Southern Corridor, 3-Waters Servicing Plan (Water, Waste Water and Storm Water)",C-24-082,20240430,20240522,20240805,,Sole Agency,No,,"A supplier who can quickly comprehend the requirements based on the background material available, balanced with the stakeholders requirements and considerations - and develop detailed 3 Waters services plans that the Council can utilize to plan their infrastructure development and investment with confidence. The Service Plans must be sufficiently agile and adaptive to cope with potential scenarios which may occur over a 30-year timeframe (to 2053). The successful supplier must have the capacity and capability to assimilate the available data and simultaneously engage with all the relevant stakeholders to arrive at a set of comprehensive, clear 3 Waters Services Plans that satisfy Councils requirements, in full, on time in specification.",Awarded,,0,20250410 Queenstown-Lakes District Council,29362481,Request for Proposals,Closed Competition,"O-24-086 Aquatics Centre Services: UVs, Filters, Heat Exchanger, Prominent and Other Equipment",O-24-086,20240508,20240529,20240702,,Sole Agency,No,,"Deliver maintenance services for UVs, filters, heat exchanger, prominent and other equipment across the three aquatics (Alpine Aqualand, Wanaka Recreation Centre and Arrowtown Memorial Pool) centres in the Queenstown Lakes District.",Awarded,,0,20250410 Queenstown-Lakes District Council,29495251,Request for Proposals,Open Competition,C-24-071 Kingston HIF - Oxford Street 3 Waters Enabling Works,C-24-071,20240718,20240912,20241203,,Sole Agency,No,,"QLDC seeks the services of an experienced construction contractor for delivery of the Kingston Oxford Street Three Waters Works. QLDC requires a construction contractor with demonstrated experience in the delivery of infrastructure projects especially large diameter Polyethylene Pipe. The key elements included in the Oxford Street 3 Waters Works include, but are not limited to the following; 390m of large diameter stormwater pipe work ( > 1.5m). Stormwater outlet gallery. Potable Water Trunk Mains and Rider Mains. Pressure Sewer Mains. Gravity Wastewater Mains. 2,775 m2 of resurfacing and road reinstatement. Concrete footpaths and relocation of streetlights. Railway Crossing surface upgrades. Thrusting of steel encasement pipes for service installation beneath railway (up to 1.9m)",Awarded,,0,20250410 Queenstown-Lakes District Council,29752764,Request for Quotations,Closed Competition,Shotover WWTP Disposal Field Alternative Discharge - Technical Support,C-25-002,20240710,20240808,20241001,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) recently commenced the Shotover Wastewater Treatment Plan (WWTP) Disposal Field Alternative Discharge project which focuses on identifying, developing, consenting and constructing a new disposal solution for the treated effluent from the Shotover WWTP. The new disposal solution will replace the existing disposal field which is located on the Shotover Delta and is no longer performing as designed. As part of the development of a new disposal solution, QLDC would also like to investigate additional treatment enhancement options to improve the quality of the discharge (e.g. filtration) where this would have benefits for enabling alternative discharge techniques.",Awarded,,0,20250410 Queenstown-Lakes District Council,29779146,Request for Proposals,Open Competition,Victoria Flats Landfill Consenting Services RFP,C-24-085,20240715,20240930,20241025,,Sole Agency,No,,"Queenstown Lakes District Council (QLDC) need to provide certainty regarding the future availability of the Victoria Flats Landfill for waste disposal purposes. We are looking to engage a suitably qualified and experienced engineering consultant to undertake the consent application process for the Otago Regional Council (ORC) as it applies to the Victoria Flats Landfill. The nature of the professional services includes provision of engineering design, planning, and environmental assessments, to prepare the necessary documentation to a standard suitable for re-consent lodgement. The services also include support and provision of expertise through the anticipated Environmental Court proceedings.",Awarded,,0,20250410 Queenstown-Lakes District Council,29877877,Request for Quotations,Open Competition,Travel Demand Management Policy Review,O-24-092,20240801,20240902,20241001,,Sole Agency,No,,QLDC requires specialist advisory support to complete a detailed review of QLDCs suite of policy and planning documentation to ensure alignment with the Travel Demand Management Single Stage Business Case Outcomes.,Awarded,,0,20250410 Queenstown-Lakes District Council,30290741,Request for Quotations,Closed Competition,C-25-028 Queenstown Event Centre Grandstand Seating Replacement,,20241001,20241015,20241114,,Sole Agency,No,,Replace the existing grandstand seating at Queenstown Event Centre indoor courts.,Awarded,,0,20250410 Queenstown-Lakes District Council,30317349,Request for Proposals,Open Competition,C-25-027 Queenstown Event Centre Court Resurfacing,,20241003,20241107,20241210,,Sole Agency,No,,Resurface the 6x existing outdoor netball courts at the Queenstown Event Centre.,Awarded,,0,20250410 Queenstown-Lakes District Council,30338423,Request for Proposals,Open Competition,C-25-025 Queenstown Events Centre Flood Lighting Renewal,,20241009,20241106,20241220,,Sole Agency,No,,Renew floodlighting at Queenstown Event Centre fields including additional light poles.,Awarded,,0,20250410 Queenstown-Lakes District Council,30340256,Request for Proposals,Open Competition,Niche industry cluster facilitation - Stage 3,O-25-038,20241009,20241106,20250115,,Sole Agency,No,,"This plan relates to the purchase of two separate service contracts to facilitate niche industry clusters within the Queenstown Lakes district. These niche industries are identified as areas of potential job and business growth in the Economic Diversification Plan - Projects 3.1 (Host-Tech) and 3.2 (Outdoor Products). A niche industry is one where a number of businesses specialise in a particular area of expertise or market. By building deep experience in one area, this creates a strategic advantage and the potential for higher margins and export opportunities. Cluster development is an approach that uses impartial facilitators to foster co-opetition amongst existing businesses, so they achieve greater scale through collaborating. The key objective of this procurement is to build upon previous efforts to support the Host-Tech and Product Design (outdoor) niches by fostering collaboration, driving data-driven development, expanding cluster development, organising relevant events, and positioning the district as a leader in both hospitality/tourism technology and outdoor products. The procurements proposed outcomes are to achieve growth of existing businesses within these niches, attraction of new ones, and diversification of career opportunities in the district.",Awarded,,0,20250410 Queenstown-Lakes District Council,30434617,Request for Proposals,Open Competition,C-25-035 Te Putahi Ladies Mile Project Management Services,,20241018,20241114,20241212,,Sole Agency,No,,,Awarded,,0,20250410 Queenstown-Lakes District Council,30464544,Request for Proposals,Open Competition,Learning Management System,,20241022,20241118,20250109,,Sole Agency,No,,"QLDC is seeking to enhance its e-learning and induction offering for employees, and the facility by which employees can submit learning and development requests.",Awarded,,0,20250410 Queenstown-Lakes District Council,30496680,Request for Quotations,Closed Competition,C-25-040 Cardrona Water Supply Pipeline,C-25-040,20241029,20241112,20241114,,Sole Agency,No,,"QLDC is seeking an experienced contractor to undertake construction of a new DN125 water supply pipeline (approx.120m) to convey treated water from the recently constructed scheme main, and allow a property located on the Cardrona Valley Road the ability to connect to the new service.",Awarded,,0,20250410 Queenstown-Lakes District Council,30676971,Request for Proposals,Open Competition,C-25-039 Alpine Health and Fitness Gym Equipment,,20241120,20241211,20250228,,Sole Agency,No,,Supply and maintenance of Alpine Health and Fitness gym equipment,Awarded,,0,20250410 Queenstown-Lakes District Council,30693814,Request for Proposals,Closed Competition,C-25-053 Ballantyne Road Site Remediation Project Management Services,,20241124,20241213,20250110,,Sole Agency,No,,"We are seeking a Project Manager to represent and manage client side interests related to the remediation of the site at 101 Ballantyne Road, Wanaka.",Awarded,,0,20250410 Queenstown-Lakes District Council,30907614,Request for Tenders,Open Competition,C-25-060 Aubrey Road x Beacon Point - Wastewater Upgrades,C-25-060,20250120,20250221,20250320,,Sole Agency,No,,QLDC is seeking an experienced supplier specializing in the physical remediation of existing water and wastewater networks within the Queenstown Lakes District. The project involves upgrading infrastructure along the Aubrey Road Corridor to enhance the network's capacity and reliability.,Awarded,,0,20250410 Queenstown-Lakes District Council,30908634,Request for Proposals,Open Competition,C-25-043 Frankton Golf Centre Building Renewals,C-25-043,20250120,20250218,20250312,,Sole Agency,No,,"In summary we are looking to procure: - Replacement of the sheet metal roof covering (approx. 180m2). - Replacement of timber facias. - Removal of carpark-facing window and rotten frame/sill - board up and match to surrounding board & batten cladding. - Exterior repaint including doors, wooden window frames, sills, weather boards, soffits, facias and trims. - Check for and remedy leaks in skylight, gib fix & stop. - Installation of aluminium handrail on NE exterior corner of building hardstand. - Obtain quote for additional covers to Driving range bays.",Awarded,,0,20250410 Radio New Zealand,20951389,Request for Proposals,Open Competition,RNZ Video Delivery Capability Project,,20190417,20190522,20190930,,Sole Agency,No,,"This RFP seeks responses to work with RNZ to develop a video delivery system capable of distributing content to a range of systems, and an integration into the Freeview On Demand platform. Submissions close on 22 May 2019 at 4:00pm and should be uploaded to the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender file.",Awarded,"Following an open RFP process the RNZ Video Capability Project has been awarded to: Brightcove Inc The RFP sought responses to work with RNZ to develop a video delivery system capable of distributing content to a range of systems, and an integration into the Freeview On Demand platform. The responses were evaluated according to the criteria outlined in the RFP document.",0,20250410 Radio New Zealand,22341138,Request for Proposals,Closed Competition,RNZ Digital Asset Management System,,20200221,20200316,20201112,,Sole Agency,No,,"RNZ is seeking a vendor to implement a Digital Asset Management System. This closed RFP follows the ROI process that was completed in November 2019. Important: please ask all questions regarding the content of this RFP via GETS.",Awarded,,0,20250410 Radio New Zealand,23500544,Request for Proposals,Open Competition,Human Resource Information Management System and Payroll Service Solution,,20201022,20201119,20201221,,Sole Agency,No,,"RNZ is seeking to procure the services of a credible provider with generous experience to provide a responsive, compliant, modern, automated and highly analytical human resource management information system (HRMIS) that brings together comprehensive capability across the HRM environment inclusive of, automated roster to pay processes, self-service, automated workflow approval, and who offers an integrated Bureau Service for payroll processing. The provider must be experienced with a roster-based workforce operating across multiple employment agreements both individual and collective. The roster system must be flexible to reflect RNZs processes and requirements (this may go beyond general configuration and may require bespoke development) and be highly automated. The provider must be ready to implement and have generous experience in providing a payroll bureau service.",Awarded,,0,20250410 Radio New Zealand,24496479,Request for Quotations,Open Competition,Supply of Technology & Equipment for a new Christchurch Studio,,20210701,20210716,20210823,,Sole Agency,No,Radio New Zealand House,RNZ Christchurch is relocating in Christchurch. The new office is currently being refurbished and this RFQ sets out RNZs Technical Requirements for the new space. The new space will support RNZ News functions and wider capabilities for RNZ.,Awarded,This was awarded across multiple vendors,423000,20250410 Radio New Zealand,25868535,Request for Proposals,Closed Competition,Services to develop a Strategy and Roadmap to enhance Mobile Audience and Products,,20220527,20220622,20221108,,Sole Agency,No,"36 Selwyn Cres, Milford","RNZ wishes to identify a suitable provider to develop a mobile audience and product strategy (the Strategy) together with a roadmap that outlines how we implement the Strategy (the Roadmap). The Strategy and Roadmap are referred to as the Discovery Phase. This Discovery Phase will support new mobile experiences that improve audience reach, engagement, discovery, consistency, reliability, speed and inclusiveness. The Strategy will need to address how RNZ can best: continue to meet our existing audiences' expectations grow our mobile audiences, in particular new and currently underserved audiences deliver the best mix of app and web mobile experiences integrate with other product design and development initiatives sustainably evolve our mobile experience over time with the right blend of in-house and external capacity The Roadmap will include proposed milestones and high-level requirements at each stage.",Awarded,,156200,20250410 Radio New Zealand,28827190,Request for Proposals,Closed Competition,Radio New Zealand Payroll System,PSR-001_2023,20240213,20240228,20240701,,Sole Agency,No,,"RNZ is looking to modernise its payroll system. Our aim is to partner with a provider who can support us to make it easy to process our fortnightly payroll and pay our kaimahi correctly for the important work they do delivering outstanding public media that matters. We are looking to automate time consuming and manual processes and make it easy for people to keep track of changes to their rosters, leave and pay in a self-service portal, while also supporting RNZ to manage its people information. A key consideration is reducing risks and support business continuity planning.",Awarded,"RNZ is pleased to announce that Integrity 1 is our successful respondent to this tender. A contract was signed on 1 July 2024, for a period of five (5) years.",462000,20250410 Radio New Zealand,28827812,Request for Proposals,Closed Competition,Editorial and Production System Replacement,,20240214,20240306,20240917,,Sole Agency,No,,"RNZ need a solution to replace our key legacy editorial, planning, audio production and playout systems, these are core to producing and delivering multi-media content to radio and the internet. We are looking for an integrated solution that will modernise our content production and delivery processes and move RNZ to a story-centric and digital-first approach. The solution will comprise the following: 1. A replacement Newsroom management solution, including planning, workflow, story editing and editorial approvals, wire feeds, contact management, publishing, show run-down management and archiving. 2. A newsroom management workflow that is open, story-centric, collaborative, auditable, and meets RNZs editorial policies and processes. 3. An integrated replacement audio editing and management solution that lets RNZ staff capture, edit and publish audio anytime, anywhere. 4. A radio scheduling/planning and playout solution that allows RNZ to plan and playout live and pre-recorded content on RNZs primary radio stations RNZ National and RNZ Pacific",Awarded,,0,20250410 Radio New Zealand,29370854,Request for Proposals,Open Competition,Replacement Outside Broadcast Sound Desks,,20240510,20240607,20241001,,Sole Agency,No,,"RNZ needs a solution to replace our legacy sound desks at Auckland Town Hall and Michael Fowler Center in Wellington that are core to recording live performances for radio, internet and physical media distribution. We are looking for cost-effective, high quality digital sound desks that meet RNZs exacting audio recording standards.",Awarded,,0,20250410 Rangitikei District Council,25237793,Request for Proposals,Open Competition,Marton and Taihape Swim Centre Operator Contract,,20211213,20220204,20220630,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by the Rangitikei District Council (RDC) and invites Proposals from suppliers (Contractors) for the supply of Facilities management, maintenance, operation services, and development of recreational opportunities, for two Council swimming pools (Marton and Taihape). This new facilities management Contract is to replace the existing individual contracts that are currently in place at each location. Each of these contracts will expire on 30 June 2022.",Awarded,,0,20250410 Rangitikei District Council,25455706,Request for Proposals,Open Competition,Property File Digitisation,5-IT-5-026,20220225,20220408,20220613,,Sole Agency,No,,"The Rangitikei District Council (Council) is looking to digitise our approximately 9000 property files to enable us to be better custodians of public information and deliver better, digitally-enabled property information services. What we need Council requires a vendor that can handle transporting files, scanning, quality checking and managing the digitisation process.",Awarded,,0,20250410 Rangitikei District Council,25755496,Request for Tenders,Open Competition,New Marton Bore Drilling Contractor,3-CM-4 032,20220504,20220602,20220728,,Sole Agency,No,,"Exploratory bore for a 350-450m deep drinking water bore in Marton, with potential for construction of the production bore by the contractor (dependent on exploratory bore findings)",Awarded,,0,20250410 Rangitikei District Council,26515370,Request for Tenders,Open Competition,Hereford Street Bridge (BSN110) Pedestrian Walkway & Painting,,20221021,20221122,20230322,,Sole Agency,No,,,Not Awarded,No tenders were received,0,20250410 Rangitikei District Council,26870429,Request for Proposals,Open Competition,Engineering Services for new Marton Water Treatment Plant,5CM4-032B,20230127,20230310,20230717,,Sole Agency,No,"46 High street, Marton 4710",,Not Awarded,Tenders did not address all that was required.,0,20250410 Rangitikei District Council,26962083,Request for Tenders,Open Competition,Streetlight Maintenance Contract No. 1126,1126,20230216,20230310,20230417,,Sole Agency,No,"46 High street, Marton 4710",,Awarded,,378510,20250410 Rangitikei District Council,27108708,Request for Tenders,Open Competition,Waste Transfer Management Contract 1127,1127,20230317,20230505,20230630,,Sole Agency,No,"46 High street, Marton 4710",,Awarded,,0,20250410 Rangitikei District Council,27871479,Request for Tenders,Open Competition,Puketoi Bridge 42 - Bank Repairs,1124,20230815,20230912,20231031,,Sole Agency,No,,"This is a Physical Works contract for stabilisation of soil face beneath No.2 abutment of Puketoi Bridge (#42) on Mortens Road, Turakina Valley, Rangitikei District. The Contract Works comprise of: installation of soil nails, application of reinforced shotcrete facing, installation of erosion matting. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 1124 Puketoi Bridge 42 Bank Repairs proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 Rangitikei District Council,28083748,Request for Tenders,Open Competition,"Contract 1128: Makirikiri Road RP 2255-2560, Goldings Line Right Turn Bay, Ruahine Road 320-702, Cage Road 20-140, Retreat 2023-24",1128,20230913,20231006,20231107,,Sole Agency,No,,"This is a Physical Works contract for Makirikiri Road RP 2255-2560, Goldings Line Right Turn Bay, Ruahine Road 320-702, Cage Road 20-140, Retreat 2023-24, Rangitikei District. The Contract Works comprise of: earthworks pave construction first coat sealing Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 1128 Makirikiri Road RP 2255-2560, Goldings Line Right Turn Bay, Ruahine Road 320-702, Cage Road 20-140, Retreat 2023-24 proposal including price Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,912633,20250410 Rangitikei District Council,28099756,Request for Tenders,Open Competition,Contract 1129: Mt Curl Road RP 4173-6001 Turakina Valley Road-2 RP 27269-27419 Killawarra Hill 2023-24,,20230914,20230929,20231107,,Sole Agency,No,,"This is a Physical Works contract for Mt Curl Road RP 4173-6001, Turakina Valley Road-2 RP 27269-27419, and Killawarra Hill 2023-24, Rangitikei District. The Contract Works comprise of: pavement work and first coat of chip sealing. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 1129: Mt Curl Road RP 4173-6001 Turakina Valley Road-2 RP 27269-27419 Killawarra Hill 2023-24 proposal including price. Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,471924,20250410 Rangitikei District Council,28283000,Request for Tenders,Open Competition,Bulls Water Booster Pump Station Construction Contract,5-CM-4 018B,20231013,20231116,20231220,,Sole Agency,No,,,Awarded,"Contract 5-CM-4 018B Bulls Booster Pump Station and civil works awarded to Max Tarr Infrastructure Engineers on 20/12/2023 for $805,116.14",805116,20250410 Rangitikei District Council,28535545,Request for Tenders,Open Competition,Contract 1132: Tiriraukawa Road Emergency Works,1132,20231128,20231219,20240110,,Sole Agency,No,,"This is a Physical Works contract for the repair of five dropouts on Tiriraukawa and Ruanui Roads (near Taihape) in Rangitikei District. The Contract Works comprise of: Earthworks, Drainage, Pavement. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 1132 Tiriraukawa Road Emergency Works Contract proposal including price (Schedule of Prices in PDF and Excel format spreadsheet) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,716413,20250410 Rangitikei District Council,28589841,Request for Tenders,Open Competition,Contract 1133: Turakina Valley Road (RP2/16500) Riverbank Protection Work,1133,20231207,20240116,20240228,,Sole Agency,No,,"This is a Physical Works contract for the construction of a rock revetment and permeable groynes on Turakina Valley Road (RP2/16500), Rangitikei District. The Contract Works comprise of: Supply of rock rip rap; Construction of a rock revetment; Construction of four permeable groynes; Pavement reinstatement; and Construction of a culvert rip rap apron. Electronic copies of the RFT documentation are attached to this advertisement. All tender queries should be directed through the GETS Questions and Answers. All responses to tender queries/clarifications will be answered by Notice to Tenderer which will be available in the GETS addenda. Tender submissions shall be uploaded to GETS eTender box in a single zip file. The GETS file upload limit is 50 MB. The file should be labelled as: - File 1 Contract 1133 - Turakina Valley Road (RP2/16500) Riverbank Protection Work Proposal excluding price (Tenderers non-price attributes, Tender Information Schedule, Proposed Construction Programme & Tender Tag and Clarification Statement) - File 2 - Contract 1133 - Turakina Valley Road (RP2/16500) Riverbank Protection Work Proposal including price (Schedule of Prices in PDF and Excel format spreadsheet and Tender Form) Tender submissions will only be accepted electronically via the GETS eTender box. Tenderers should refer to the GETS website for instructions on uploading their tender submission files https://www.gets.govt.nz/SupplierUserTenderHelp.htm",Awarded,,0,20250410 Rangitikei District Council,29760281,Request for Tenders,Open Competition,Mataroa Rd (SH1) Taihape - Water Main Renewal,5-CM-4 040,20240711,20240809,20241108,,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to suitably qualified contractors to submit a Tender for the Mataroa Road (SH1) Mt Stewart to Linnet St - Water Main Renewal, Taihape. Some of Councils water supply distribution networks are vulnerable to a major earthquake. Councils reticulation renewals programme will involve using different construction methods and materials to provide greater earthquake resilience in our pipelines. RDC require a competent and experienced Main Contractor to deliver the works outlined in this RFT to ensure we meet the objectives and strategies outlined in the new Long-Term Plan 24/34.",Awarded,,0,20250410 Real Estate Authority,20023319,Request for Proposals,Open Competition,Digital marketing services for settled.govt.nz,RFP DIGM001,20180814,20180907,20190807,,Sole Agency,No,email to procurement@rea.govt.nz,"What we need REA is requesting proposals from organisations with specialist digital marketing skills to assist REA to digitally market the settled.govt.nz website and brand to Kiwi home buyers and sellers. The contract would cover the period from 1 November 2018 until 30 June 2021 (2 years and 8 months).",Awarded,,0,20250410 Real Estate Authority,20163238,Request for Quotations,Open Competition,REA Office Fit Out,,20180914,20181004,20190923,,Sole Agency,No,,"REA need a Wellington based fitout contractor who have the skills, capacity and experience to provide an office refit for about 60 people - to Level 4 Todd Building 95 Customhouse Quay Wellington. This work involves completion of work in accordance with the design in place. REA is not seeking Design works, Demolition, Mechanical Services, Fire Protection, Electrical & Plumbing Services",Awarded,Contract term October 2018 - January 2019,242615,20250410 Real Estate Authority,20976694,Request for Quotations,Open Competition,Application Support Partner,,20190429,20190516,20191031,,Sole Agency,No,,"This RFQ relates to the purchase of on-going application support, maintenance, and development services for our core business systems. We are seeking a long term strategic trusted supplier partnership.",Awarded,Three year contract (until Aug 2022) awarded to Fusion5 Limited,447012,20250410 Regional Software Holdings Limited,21939042,Request for Proposals,Open Competition,Regional Councils Wells Database System,ReCoCo-2019-01,20191118,20200117,20210114,,Sole Agency,No,,"Regional Software Holdings Ltd (RSHL) is inviting proposals from suitably qualified and experienced providers of software services, to supply a suitable system to record and maintain wells and bore information. With growing interest in reporting wells' in a consistent way at a national level, New Zealand regional councils need a centralised system to record and manage all wells and bores. The system will replace the various out-of-date applications employed by individual regional councils. RSHL is looking for credible providers who have the capability, experience and infrastructure to deliver a solution that works across all participating regional councils.",Awarded,,0,20250410 Regional Software Holdings Limited,23625405,Request for Proposals,Closed Competition,IRIS Next Generation Platform - Request for Proposal,IRIS-NG-RFP,20201130,20210214,20221101,,Sole Agency,No,,"Regional Software Holdings Limited is offering a unique opportunity for the right company or companies to join us on our journey to improve our offering to the New Zealand regional and unitary council sector. Our councils have told us to find a solution that provides consistent, common and efficient processes and functions, and that uses modern technology. It is important that we find an all-encompassing partner, or partners with the experience and capability to deliver process design excellence and a scalable solution that will remain fit for purpose over time. We are inviting qualified Respondents to submit their proposal to deliver process design excellence and a scalable software solution that will remain fit for purpose over time. Please start with the Request for Proposal Checklist and Instructions. Please take the time to read our Request for Proposal and process maps, and answer all sections on the provided response forms. We look forward to receiving your response.",Awarded,,0,20250410 Regional Software Holdings Limited,23771751,Request for Quotations,Open Competition,Regional Sector Branding Development and Implementation,,20201215,20210118,20210209,,Sole Agency,No,n/a,"On behalf of the 16 regional and unitary councils across New Zealand, the sectors Communications Special Interest Group are looking for a communications provider with expertise in national brand development and delivery, ideally with a central and/or local government lens. In addition to brand development, further opportunity exists to contract to the sector until 30 June 2021 to support the sectors communication efforts. RSHL is managing this RFQ on behalf of the sector.",Awarded,,0,20250410 Regional Software Holdings Limited,23844693,Request for Quotations,Open Competition,Regional Sector Information Portal,RSIP-RFQ,20210114,20210205,20210514,,Sole Agency,No,n/a,"The Regional Sector Portal (colloquially known as the SIG Portal) is a SharePoint site which supports information sharing between Special Interest Groups (SIGs) as well as portfolio teams. The main users of this portal are administrators and members of the regional sector Special Interest Group network, however under certain conditions, access is also provided to third parties from central government and the private sector. Currently there are approximately 500 users who have access to the site, however limitations with the platform means that user interaction is limited. We are seeking a solution that enables a transition from the existing SharePoint platform to a new collaboration space for the network of users.",Awarded,,0,20250410 Regional Software Holdings Limited,27278638,Request for Quotations,Open Competition,Enterprise Architecture resource for Te Uru Kahika,EA-RFQ,20230423,20230516,20231023,,Sole Agency,No,Main South Road,"RSHL is conducting this RFQ on behalf of Te Uru Kahika. The Te Uru Kahika Digital Solutions Group (DSG) is made up of technology leaders from the 16 regional councils and unitary authorities. The DSG is responsible for setting the direction for regional sector shared digital solutions. The DSG requires enterprise architecture capability to enable the co-creation of future digital, information, and technology outcomes for the sector. The objective of this engagement is to develop a strategic enterprise architecture framework that aligns the sector's business and technology capabilities with its long-term goals.",Awarded,,160000,20250410 Regional Software Holdings Limited,28560363,Request for Proposals,Open Competition,Integrated National Farm Data Platform,INFDP - RFP,20231204,20240304,20240705,,Sole Agency,No,,"Currently, there are multiple primary sector models and bespoke council systems that deal with the management of regulatory farm data. The national challenge is the number of players in the ecosystem, the complexity of emerging farm planning requirements, non-standardised data, data ownership and management and data access. The Integrated National Farm Data Platform programme aims to provide a strategic solution to support the consistent collection, storage and reporting of regulatory farm data. INFDPv1 is to be developed as a shared service for Te Uru Kahika Regional and Unitary Councils Aotearoa to collect, hold and report on data to be provided from regulated Freshwater Farm Plans (FWFP). FWFP have been legislated under Part 9A of the Resource Management Act (RMA) 1991 and the Resource Management - Freshwater Farm Plans Regulations 2023 and the National Built Environment Act (NBEA) 2023 Part 7 Subpart 2 Freshwater Farm Plans (Sections 385 398). The RFP for the INFDP is being issued one week after the new Government took office. At the time of release, it is yet to be seen what impact the new Governments policy agenda will have on the INFDP requirements. If the NBEA is repealed as per the Governments expressed intentions, the FWFP regulations are set to remain in place because they are legislated under the RMA (1991) which endures. The location-based rollout of FWFPs is continuing with the regulations taking effect in more parts of the country from early 2024. We expect that the INFDP platform will be a strategically important platform for the management of Aotearoa New Zealands regulatory farm data. We commit to notifying all respondents if policy changes are made during the RFP process that materially impact the INFDP Programme requirements. RSHL is looking for a technology partner with the experience and capability to deliver a scalable solution that will remain fit for purpose over time. They must be adaptable, able to work closely with our councils on an ongoing basis, and continually deliver practical solutions that meet the sectors needs. Although not essential, it is advantageous for our partner to understand the purpose of Te Uru Kahika, a high-level understanding of how we operate, and the broader understanding of freshwater reform legislation.",Not Awarded,The INFDP RFP has been cancelled due to the regulatory uncertainty that currently exists whilst the central government is undertaking their review of the Freshwater Farm Plan regulations.,0,20250410 Research and Education Advanced Network New Zealand Limited,24281668,Award Notice,Open Competition,Preferred Supplier for Juniper Network Hardware and Support Licensing,,20210209,20210223,20210507,REANNZ Network Architecture,Sole Agency,No,,,Awarded,,0,20250410 Research and Education Advanced Network New Zealand Limited,25298923,Award Notice,Open Competition,Preferred Supplier for DDOS Mitigation,,20211101,20211231,20211210,,Sole Agency,No,,,Not Awarded,,0,20250410 Research and Education Advanced Network New Zealand Limited,25537361,Request for Proposals,Open Competition,National Network Strategic Review: Point to Point Inter-regional Connectivity Services within NZ,,20220314,20220411,20230207,REANNZ Network Architecture,Sole Agency,No,,"REANNZ is undertaking a strategic review of its national network capability which will involve going to market several times in 2022 for 1. National Network Connectivity Inter-regional point to point connectivity between established REANNZ points of presence and REANNZ hardware. 2. Core Network Packet Hardware Future hardware platform to replace current aging infrastructure. 3. Network Reach partner(s) Network infrastructure partners to provide 1-10Gbps network services to emerging or smaller research sites that are not located within effective reach of REANNZ points of presence. This RFP includes 1. National Network Connectivity",Awarded,,4000000,20250410 Research and Education Advanced Network New Zealand Limited,25826018,Request for Proposals,Open Competition,National Strategic Review: Packet Hardware,,20220520,20220711,20240619,,Sole Agency,No,,"This is the second of three related RFP's that REANNZ will issue during 2022. REANNZ is undertaking a strategic review of its national network capability which will involve going to market several times in 2022 for 1. National Network Connectivity - [CLOSED] Inter-regional point to point connectivity between established REANNZ points of presence and REANNZ hardware. 2. Core Network Packet Hardware - [THIS RFP] Future hardware platform to replace current aging infrastructure. 3. Network Reach partner(s) - [FUTURE] Network infrastructure partners to provide 1-10Gbps network services to emerging or smaller research sites that are not located within effective reach of REANNZ points of presence.",Awarded,,3470895,20250410 Research and Education Advanced Network New Zealand Limited,27962705,Request for Proposals,Open Competition,Edge Hardware(Customer Premise Equipment),,20230828,20230929,20240819,REANNZ Network Architecture,Sole Agency,No,,"Research Education Advanced Network New Zealand (REANNZ) is Crown-owned membership organisation that powers Aotearoas research and education network. The Buyer is New Zealands National Research and Education Network (NREN) existing to deliver a specialist high-performance digital network to meet the unique performance demands of scientists, researchers, innovators and educators. The network is a pillar of the value proposition the Buyer offers to the research, education and innovation community of New Zealand. REANNZ also offers managed edge services to connect the members network to the REANNZ network using the last mile connectivity. As part of the service, REANNZ owns and operates network edge hardware devices also known as Customer Premise Equipment(CPE) used as the termination point for last mile connectivity to connect to the REANNZ Network. The Buyer is looking for a successor to this network equipment as the current devices performing these roles are coming to the end of their hardware lifecycle.",Awarded,,278648,20250410 Research and Education Advanced Network New Zealand Limited,27985735,Request for Proposals,Open Competition,Server Hardware - Out of band & perfSonar,,20230831,20230929,20240321,REANNZ Network Architecture,Sole Agency,No,,"Research Education Advanced Network New Zealand (REANNZ) is Crown-owned membership organisation that powers Aotearoas research and education network. The Buyer is New Zealands National Research and Education Network (NREN) existing to deliver a specialist high-performance digital network to meet the unique performance demands of scientists, researchers, innovators and educators. The network is a pillar of the value proposition the Buyer offers to the research, education and innovation community of New Zealand. The Buyer has servers deployed across the network to provide Out of Band access to network equipment and network performance monitoring. These systems are collectively known internally as OOB/perfSONAR. The buyer is looking for the successor to this access and monitoring hardware platform as the current devices performing these roles have come to the end of their hardware lifecycle.",Awarded,,201959,20250410 Research and Education Advanced Network New Zealand Limited,28247292,Request for Proposals,Closed Competition,Enterprise Resource Planning System,Finance012023,20231010,20231018,20250303,REANNZ Corporate,All of Government,No,procurement@reannz.co.nz,"Currently, REANNZ uses a combination of a hosted ERP and manual spreadsheets to manage its financial operations, which means that there is no one source of truth with Budget, Forecasting and Reporting (Internal and External) information maintained in multiple repositories. In addition, the current ERP has significant customisation that causes issues when upgrades or enhancements are released which places heavy reliance on our Support Partner to resolve issues and more generally maintain the system. To realise REANNZ ambitions of enabling a one source of truth platform allowing comprehensive management of all finance operations, REANNZ needs to improve the systems it relies on and reduce the level of customisation. Therefore, REANNZ is seeking to select and implement an integrated ERP with standard core finance modules and an integrated budget/forecasting module. In addition, the solution will rely on a standard configuration requiring minimal customisation. Finally, the system needs to be a cloud- based, SaaS solution.",Awarded,,246000,20250410 Reserve Bank of New Zealand,24166907,Request for Proposals,Open Competition,Payroll and HRMIS Replacement,RBNZ 1267,20210406,20210504,20221125,,Sole Agency,No,,The Reserve Bank of New Zealand (RBNZ) is seeking proposals from software and implementation suppliers in this RFP for a new Payroll and HRMIS solution(s).,Not Awarded,,0,20250410 Rotorua District Council,25276120,Request for Tenders,Open Competition,RFT for Contract 22/010 - Hamurana Road Pavement Rehabilitation,,20211222,20220125,20220217,,Sole Agency,No,https://portal.tenderlink.com/rdc,"Tenders are to be submitted via Tenderlink This contract comprises of two sections of pavement rehabilitation on Hamurana Road (between RP 6100-6400 & RP 7050-7300) within the Rotorua District. Hamurana Road is a local road situated to the north of Lake Rotorua. It is classified as a primary collector road, with AADT of approximately 1000 vehicles per day. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: Environmental Management Traffic Management Earthworks, including disposal Drainage Works Pavement Construction Traffic Signs and Road Markings The Contractor must make provision for the following: Provision and maintenance of traffic control and safety for vehicles and cyclists. In particular vehicles entering the existing farm/paddock entrances. The set out of the works and the location of all underground services and LINZ survey marks Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables Liaise with property owners as required Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council Protect existing services Quality Assurance for all aspects of the contract works As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any change to the scale of the works.",Awarded,,592108,20250410 Rotorua District Council,25424108,Request for Tenders,Open Competition,RFT for Contract 22/009 - Yankee Road (RP 3812-4098) & Ash Pit Road (RP 361-874) Pavement Rehabilitation,,20220215,20220222,20220302,,Sole Agency,No,https://portal.tenderlink.com/rdc,"Tenders are to be submitted via Tenderlink his contract comprises of two sections of pavement rehabilitation on Yankee Road (RP 3812-4098) and Ash Pit Road (RP361-874) within the Rotorua District. Yankee Road and Ash Pit Road are local roads situated to the south of Lake Rerewhakaaitu, with AADT of 659 and 155, respectively. The One Network Road Classification qualifies Yankee Road as Primary Collector and Ash Pit Road as Access. The two rehabilitation sites are separated by approximately 450 metres. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Environmental Management - Traffic Management - Earthworks, including disposal - Drainage Works - Pavement Construction - Traffic Signs and Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles and cyclists. In particular vehicles entering the existing farm/paddock entrances. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any change to the scale of the works.",Awarded,,542000,20250410 Rotorua District Council,25560756,Request for Tenders,Open Competition,RFT for Contract 22/011 - Waikite Valley Road (RP 15200 - 16100) Pavement Rehabilitation,,20220318,20220407,20220414,,Sole Agency,No,https://portal.tenderlink.com/rdc,"Tenders are to be submitted via Tenderlink This contract comprises of one section of pavement rehabilitation on Waikite Valley Road between RP 15200 and RP 16100, within the Rotorua District. Waikite Valley Road is a local road situated to the south of Rotorua. It is classified as a primary collector road, with AADT of approximately 263 vehicles per day. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Environmental Management - Traffic Management - Earthworks, including disposal - Drainage Works - Pavement Construction - Traffic Signs and Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles and cyclists. In particular vehicles entering the existing farm/paddock entrances. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any change to the scale of the works.",Awarded,,498000,20250410 Rotorua District Council,25679798,Request for Tenders,Open Competition,RFT for Contract 22/015 - Minor Works Transport 2022 - 2025,,20220411,20220419,20220511,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.705940/?checksum=2132898615758,"The works involve miscellaneous minor works that can be either capital or maintenance items. Typically this will involve works such as minor roads, cycleway/shared path construction, new footpath construction, cobblestone maintenance or upgrades, bus stop platforms, kerb and channel replacement, culverts and other drainage works, modifications to pedestrian ramps, bollards, fences and other general works. Work will be on an as required basis and defined at the time by the Project Manager. No guarantee of a minimum amount of work in any one year is given. This contract is for a term of three years and two months, ending 30th June 2025 and tendered rates submitted shall hold valid for the term of the contract apart from the cost of materials which will be paid from 1st January 2023 on an open book basis for items 9.1 - 9.6, items 10.1 - 10.5 and items 11.4 - 11.9. The cost of material is to be fixed for the initial 8 months of the contract. The lowest priced conforming tender will be selected as the winning tender.",Awarded,,3887168,20250410 Rotorua District Council,25742063,Request for Tenders,Open Competition,"RFT for Contract 22/007 - Devon St, Edmund Rd, Otonga Road Traffic Calming",,20220501,20220517,20220809,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.707730/?checksum=2654938919223,"This contract comprises of various traffic calming treatments along Devon Street West, Edmund Road and Otonga Road within the Rotorua District. Edmund Road is located in the central west suburb of Mangakakahi, and Devon Street West and Otonga Road are located in the southern suburbs of Pomare and Springfield respectively. Edmund Road and Devon Street West are both classified as primary collector roads that are situated in primarily residential areas. Edmund Road is approximately 1 km long with an AADT of 7,500 vehicles and Devon Street is approximately 2 km long with an AADT of 4,000 vehicles. Both roads have an average seal width of 9.0 m. Otonga Road is classified as a secondary collector road and is also situated in a residential area. Otonga Road is approximately 2 km long with an average seal width of 9.5 m and an AADT of approximately 7,500 vehicles. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Speed Humps and Raised Table Construction - Kerb and Channel Construction - Footpath Construction - Landscaping - Disposal of Cut to Waste Material - Street Furniture - Traffic Signs and Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles and cyclists. In particular vehicles and pedestrians associated with adjacent commercial and recreational areas as well as the Linton Park Shared Path. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any change to the scale of the works.",Not Awarded,No tenders submitted,0,20250410 Rotorua District Council,26151299,Request for Tenders,Open Competition,"RFT for Contract 22/007 - Devon St, Edmund Rd, Otonga Road Traffic Calming",,20220809,20220830,20221006,,Sole Agency,No,https://portal.tenderlink.com/rdc,"Tenders are to be submitted via Tenderlink This contract comprises of various traffic calming treatments along Devon Street West, Edmund Road and Otonga Road within the Rotorua District. These three sites form Separable Portions 1, 2 and 3 of the Contract. The Contractor can nominate a start date and construction timeframe for each Separable Portion to assist with scheduling of Contractor's other work however no cost fluctuations will be paid. Site possession of each Separable Portion can be delayed by up to two weeks with two weeks' notice to the Engineer if the Contractor is going to be delayed in taking site possession. Once site possession is given, we expect the Contractor to complete this work as expediently as possible, without the crew being moved to other jobs i.e. a continuous operation. All three Separable Portions must be completed by 28 February 2023. Please provide an indicative programme with your tender submission.",Awarded,,610217,20250410 Rotorua District Council,26259690,Request for Tenders,Open Competition,RFT for Contract 22/012 - Whirinaki Valley Road (RP6150 - 7090) Pavement Rehabilitation,,20220901,20220922,20221006,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.714186/?checksum=2193932649423,"Tender documents can be found at: https://portal.tenderlink.com/rdc/tenderdetails/2659.714186/?checksum=2193932649423 This contract comprises primarily of the pavement rehabilitation and minor drainage upgrades of part of Whirinaki Valley Road, within the Rotorua District. The extent of works is approximately between RP 6150 m - 7090 m and covers the section of Whirinaki Valley Road between the intersections with Twist Road and Rehi Road. Whirinaki Valley Road is classified as a primary collector road with an AADT of approximately 252 vehicles per day. The works area is situated in a rural area within the Ngakura community. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Vehicle Crossing Construction - Asphalt Pavement Construction - Disposal of Cut to Waste Material - Street Furniture - Drainage - Traffic Signs and Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles and cyclists. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - Conducting a ball-bank survey of the completed pavement section and reporting of the results to validate advisory speed sign requirements - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Possession of site is given 10 Working Days after the Date of Acceptance of Tender or by a mutually agreeable date after this, with the default position being 10 Working Days.",Awarded,,670401,20250410 Rotorua District Council,26311106,Request for Tenders,Open Competition,RFT for Contract 22/040 - Rural Vegetation Control 2022 - 2025,,20220908,20220913,20230215,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.713569/?checksum=23689539917734,"This procurement activity is run on Tenderlink https://portal.tenderlink.com/rdc/tenderdetails/2659.713569/?checksum=23689539917734 This contract comprises the mowing and spraying of all rural local roads, rural roadside verges, cycleways, street furniture, plant pests and high cut vegetation control in the Rotorua District. The period of the contract is for up to three years. The Contract is estimated to commence on 3rd October 2022 and run for a minimum duration through to the 30th of June 2024, with provision for a third year to 30th until June 2025 based on Contractor performance.",Not Awarded,There were no tenderers so agreement has been made with Fulton Hogan to undertake this work.,0,20250410 Rotorua District Council,26479007,Request for Proposals,Open Competition,Disposal and Development of 283 Clayton Road,,20221017,20221122,20221216,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.716875/?checksum=259934538887,"This is being tendered on TenderLink and the link to this tender is https://portal.tenderlink.com/rdc/tenderdetails/2659.716875/?checksum=259934538887 The purpose of this RFP is to invite suitably qualified and experienced developers/consortia, interested in purchasing and developing the Council owned land at 283 Clayton Road (the Site). The Site is a total of 6,422m2 and was previously vested in the Council as a Recreation Reserve. The reserve status has been revoked and the Site is now owned by Council as an estate in fee simple. The Site is a rear site, accessed via a 6m wide, approximately 60m long vehicle access. The Site is an irregular triangle shape and the rear part of the site to the north is steep in parts. The Site is surrounded by existing residential development. Specifically RLC is seeking to achieve a number of objectives: - Comprehensive redevelopment of the Site - Development is undertaken using best practice urban design principles - Housing yield is maximised - Provision of affordable housing options",Awarded,,0,20250410 Rotorua District Council,26510057,Request for Tenders,Open Competition,RDC-1037857 RFT for Contract 22-013: Maleme Road (RP 1260 - 4340) Seal Extension,RDC-1037857,20221020,20221110,20221206,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc/tenderstatus/2659.717107/,"Tender is live on Tenderlink. Link to tender is https://portal.tenderlink.com/rdc/tenderstatus/2659.717107/ This contract comprises primarily of the seal extension and minor drainage renewals of part of Maleme Road, within the Rotorua District. The extent of works is approximately between RP 1260 m - 4340 m. Separable Portion 1 of the Contract extends between RP 1910 - 4340 m and Separable Portion 2 consists of the remaining extent between RP 1260 - 1910 m. The construction of Separable Portion 2 is subject to the available funding and will be confirmed by the Principal based on the construction cost of Separable Portion 1. The tenderers will submit the same unit prices in both separable portions. Maleme Road is classified as a local road with an AADT of approximately 80 vehicles per day. The works area is situated in a rural area within the Atiamuri community. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as built drawings and incidentals necessary for: - Vehicle Crossing Construction - Chipseal Pavement Construction - Disposal of Cut to Waste Material - Drainage, including culverts - Traffic Signs and Road Markings There shall be no claim for a variation, as a result of any decrease to the scale of the works. The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles and cyclists. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - Conducting a ball bank survey of the completed pavement section and reporting of the results to validate advisory speed sign requirements - As Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project",Awarded,"Hickeys were the lowest price conforming. Portion 2 was removed from the contract due to budget restraints",1036640,20250410 Rotorua District Council,26702185,Request for Proposals,Open Competition,RFT for Contract 22-045: Utuhina Headworks 850KVA Generator Supply,RDC-1043586,20221202,20221220,20230215,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc/,"The Tender information is live via Tenderlink. Please use the the link below to access this tender https://portal.tenderlink.com/rdc/ The Rotorua Lakes Council (RLC) wishes to purchase 1 diesel standby generator as part of its emergency programme to provide the Utuhina / Matipo Headworks water pump stations with power during a power outage. The generator will be located and connected permanently with Auto change over switch capabilities at this water pump station. These specifications and RFP are for the supply of 1 x 850 KVA generator and an ATS Switch capable of handling the load from this generator housed in an enclosure if required, the installation of the generator and switchboard changes will be let as a separate contract",Awarded,,0,20250410 Rotorua District Council,26737391,Request for Tenders,Open Competition,RFT - Contract 23/002 Rotorua District Wide Signs and Street Furniture Maintenance 2023-2026,RDC-1044667,20221213,20230127,20230208,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc,"Tender is live via Tenderlink (link below) https://portal.tenderlink.com/rdc This contract comprises the maintenance throughout the Rotorua District of road signs, cycleway signs, marker posts, sight rails, guard rails and chevrons on Local Roads and includes some information and tourist signs on the District's State Highways. Additionally, this Contract comprises of the supply, installation and maintenance of Rotorua Lakes Council's town seats, bike racks, picnic tables and installation and maintenance of billboards as and when requested by the Engineer. Also included in the urban area are road name blades on State Highways. The work includes the supply of all material, plant and labour to undertake regular inspections, cleaning and maintenance of these assets. The installation of new signs is also included. There are approximately 5700 regulatory and warning signs throughout the district, 170km of roads with edge-marker posts, 2,500 road and street name signs/finger boards, 25 pedestrian crossings and 58 single lane bridges.",Awarded,,970852,20250410 Rotorua District Council,26748452,Request for Tenders,Open Competition,RFT for Contract 23-010 Valley Road Realignment RP5770-5885,RDC-1044930,20221215,20230127,20230215,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc,"Tender is live on TenderLink (link to access is below) https://portal.tenderlink.com/rdc This Contract relates to remediation works at a site of an under-slip caused by successive significant rainfall events between RP 5770 and 5885 on Valley Road within the Rotorua District. Current Site Conditions The shoulder behind the edge of seal has slumped down into the streambed below. The slip is approximately 20m in length. The top of the slip site aligns with the edge marker posts, leaving approximately 2m to the edge of seal. The foot of this slip is on private property. The remediation solution is to realign the carriageway away from the underslip edge by approximately a lane width. The pavement at this site is generally underlain low strength silt and clay with a very loose to very dense layer of sand indicated at the base of augers. Very soft, sensitive, layers of organic silt and peat were noted. CPT tests indicates predominately sand and silt mixtures generally increasing in density with depth. The Contractor will also be responsible for maintenance of any defects for 12 months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any change to the scale of the works.",Awarded,,208218,20250410 Rotorua District Council,26795119,Request for Proposals,Open Competition,RFP - Employee Assistance Programme (EAP) Services 2023 - 2026,RDC-1046473,20230118,20230210,20230308,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc,"Tender is live on Rotorua Lakes Council Tenderlink - link is below - if you have trouble gaining access please send me an email - keiran.vandergoot@rotorualc.nz https://portal.tenderlink.com/rdc The Rotorua Lakes Council is seeking proposals from suitably qualified suppliers to provide Employee Assistance Programme (EAP) services for the 3 year period from 1 March 2023 to 28 February 2026. The services would be provided to the Rotorua Lakes Council and one of its constituent Council Controlled Organisations (CCO): Rotorua Economic Development Ltd",Awarded,,0,20250410 Rotorua District Council,26818579,Request for Tenders,Open Competition,RFT - Contract 23/009 Galatos Rd Remediation - Emergency Works,RDC-1047041,20230118,20230207,20230308,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc,"This tender is live on Tenderlink - to access tender please click the link below and register https://portal.tenderlink.com/rdc This Contract comprises of two Separable Portions to remediate under-slips caused by successive significant rainfall events at two locations along the Galatos Road within the Rotorua District. 1. Separable Portion A - Site 1 between RP 0287 - 0297 2. Separable Portion B - Site 2 between RP 0751 - 0792 Current Site Conditions Both sites are generally underlain by low strength silt and clay with interbedded layers of loose to medium dense sand belonging to the Ohakuri Formation. At the base of auger holes medium dense to very dense sand was encountered. CPT tests further indicate that the site is generally underlain by alternating layers of sand and silt increasing in strength and density with depth. A CPT met early refusal at 5.7 metres below ground level on what is inferred to be localised boulders prominent in the area. Separable Portion A - Site 1 between RP 0287 - 0297: The site has a shoulder closure and asphalt bund in place where the surface had begun to crack behind the asphalt bund and have continues into the grassed shoulder. The underslip face is approximately 14m long with radiating cracks in the shoulder leading away from the face, both down into the embankment and up to the road surface. Separable Portion B - Site 2 between RP 0751 - 0792: The slip is approximately 41m long with cracking radiating off the slip face into the carriageway. The slip face extends into the carriageway where the left wheel track has slipped away. An access had been cut to create a work area into the slip face to stabilise the existing culvert and an additional length flume but this was buried in a subsequent storm event.",Awarded,,0,20250410 Rotorua District Council,27130260,Request for Tenders,Open Competition,Contract 21-012 RFT - Morey Street Cycleway Improvement (RP 000 - 918),RDC-1053892,20230322,20230420,20230427,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.723994/?checksum=25345114434293,"Tender is live via Tenderlink - access to tenderlink is below (reference is: RDC-1053892 https://portal.tenderlink.com/rdc This contract comprises primarily of cycleway upgrades to the existing on-road bi-directional cycleway on Morey Street, within the Rotorua District. The extent of works is approximately between RP 0m - 918 m and is situated in a primarily residential area within the Eastern suburb of Owhata. Also included in the scope of works for this contract is the construction of a central refuge island crossing on Tarawera Drive, situated in a residential area within the eastern suburb of Lynmore. These two sites form Separable Portions 1 and 2 of this contract respectively. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Kerb and Channel Construction - Footpath and Vehicle Crossing Construction - Landscaping - Disposal of Cut to Waste Material - Street Furniture - Drainage - Traffic Signs and Road Markings",Awarded,,399360,20250410 Rotorua District Council,27133593,Request for Tenders,Open Competition,RFT for Contract 20/047 - Vaughan Road Shared Path - Package 2 RP 0 - 1080 & Stormwater Improvements,,20230323,20230417,20230512,,On behalf of procurement agent,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.724064/?checksum=236374142561,"This contract comprises primarily of a shared path along the Southern portion of Vaughan Road, within the Rotorua District and associated Stormwater Improvements. Please note that the Stormwater improvements component are only provisional and are fully dependent upon securing sufficient budget/funding. The extent of works is approximately between RP 0 m - 1080 m and is situated in a mixed residential/industrial area within the Eastern suburb of Ngapuna. Also included in this scope of works for this contract are isolated traffic calming improvements on Owhatiura Drive, situated in a residential area within the eastern suburb of Lynmore. These two sites form Separable Portions 1 and 2 of the Contract respectively. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Kerb and Channel Construction - Footpath and Vehicle Crossing Construction - Raised Table Construction - Landscaping - Disposal of Cut to Waste Material - Street Furniture and Streetlighting - Drainage - Traffic Signs and Road Markings - Stormwater Improvements The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - As-Built documents (RAMM Inventory Sheets) of the works The programme submitted with the Tender shall include an indicative start date and construction timeframe for each separable portion.",Awarded,,2115969,20250410 Rotorua District Council,27551321,Request for Tenders,Open Competition,Rotorua Lakes Council Preferred Supplier Panel 2023 - 2026,,20230616,20230803,20230901,,Sole Agency,No,https://portal.tenderlink.com/rdc,"Please register on https://portal.tenderlink.com/rdc Rotorua Lakes Council is looking to provide local contractors with an opportunity to participate on a panel of Preferred Suppliers for a range of trades and services covering the various job and projects that Council undertake. Council intends to appoint Preferred Suppliers for a three (3) year period commencing in September 2023. Council staff must aim to use these Preferred Suppliers as much as possible for projects that are not publicly tendered (normally larger jobs) and may seek competitive pricing within the respective panel. Some of the benefits of working for council include: Continuity of Council as an on-going entity and hence the on-going need for services Prompt Payment with no risk of default Large variety of jobs and projects Giving back and helping to improve the Rotorua Community What we expect from our Preferred Suppliers: Honesty Quality Workmanship Responsiveness to Quoting and Work Positive Relationships with Council Staff A Supplier Briefing Meeting will be held at the Rotorua Lakes Council Chamber on Thursday 29th June starting at 5:30pm.",Awarded,,0,20250410 Rotorua District Council,27696772,Request for Tenders,Open Competition,RFT for Contract 22/032 - Yankee Road (RP 1.032 - 1.800) Pavement Rehabilitation,,20230711,20230803,20230818,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.729032/?checksum=2278594683638,"This contract comprises primarily of the road reconstruction and drainage renewals of Yankee Road, within the Rotorua District. The extent of works is approximately between RP 1.032 - 1.800. Tenderers are able to nominate their own start date, however the works must be completed by Christmas and pricing hold valid between tender date and their nominated start date. Yankee Road is classified as an access road with an AADT of approximately 186 vehicles per day. The works area is situated in the rural Rotorua district of Rerewhakaaitu. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Vehicle Crossing Construction - Chipseal Pavement Construction - Disposal of Cut to Waste Material - Road Drainage - Traffic Signs and Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - Conducting a ball-bank survey of the completed pavement section and reporting of the results to validate advisory speed sign requirements - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued",Awarded,,0,20250410 Rotorua District Council,27696804,Request for Tenders,Open Competition,RFT for Contract 22/033 - Whirinaki Valley Road (RP 2.900 - 3.926) Pavement Rehabilitation,,20230711,20230810,20230818,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.729030/?checksum=194625896293,"This contract comprises primarily of the road reconstruction and drainage renewals of Whirinaki Valley Road, within the Rotorua District. The extent of works is approximately between RP 2.900 - 3.926. Tenderers are able to nominate their own start date, however the works must be completed by Christmas and pricing hold valid between tender date and their nominated start date. Whirinaki Valley Road is classified as an access road with an AADT of approximately 98 vehicles per day. The works area is situated in the rural Rotorua district of Ngakura. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Vehicle Crossing Construction - Chipseal Pavement Construction - Disposal of Cut to Waste Material - Road Drainage - Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - Conducting a ball-bank survey of the completed pavement section and reporting of the results to validate advisory speed sign requirements - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued",Awarded,,0,20250410 Rotorua District Council,27874718,Request for Tenders,Open Competition,RFT for Contract 22/034 King Street Pavement Rehabilitation and Urban Improvement,,20230811,20230907,20231107,,Sole Agency,No,,"This tender is advertised on https://portal.tenderlink.com/rdc/tenderdetails/2659.730312/?checksum=17774343917337 This contract comprises primarily of the road reconstruction and urban improvements of King Street, within the Rotorua District. The extent of works is approximately between RP 0.000 - 0.420. King Street is classified as an access road with an AADT of approximately 616 vehicles per day. The works area is situated in the urban Rotorua suburb of Victoria. Tenderers are able to nominate their start date however it is advised that the car parking bays should be completed during school holidays so there isn't the disruption to school traffic. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Vehicle Crossing Construction - Kerb and Channel Construction - Footpath Construction - Chipseal Pavement Construction - Asphalt Pavement Construction - Disposal of Cut to Waste Material - Road Drainage - Traffic Signs and Road Markings",Awarded,,0,20250410 Rotorua District Council,27874746,Request for Tenders,Open Competition,RFT for Contract 23/023 Sharp Road Seal Extension,,20230811,20230831,20230929,,Sole Agency,No,,"The tender documents can be found on https://portal.tenderlink.com/rdc/tenderdetails/2659.730313/?checksum=181298299535684 This contract comprises primarily of the seal extension of Sharp Road, within the Rotorua District. The extent of works is the full length of the road approximately between RP 0.000 - 0.630. Sharp Road is classified as an access road with an AADT of approximately 74 vehicles per day. The works area is situated in the rural district of Hamurana. Tenderers are able to nominate their start date however pricing must be kept valid The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Rural Driveway Construction - Chipseal Pavement Construction - Disposal of Cut to Waste Material - Road Drainage",Awarded,,0,20250410 Rotorua District Council,27901845,Request for Tenders,Open Competition,"RFT for Contract 22/022 - Umuroa Street, Mamaku Road Reconstruction",,20230816,20230914,20231011,,Sole Agency,No,,"This tender is advertised on https://portal.tenderlink.com/rdc/tenderdetails/2659.730537/?checksum=2114784862256 This contract comprises primarily of the road reconstruction and associated drainage upgrades of Umuroa Street, within the Rotorua District. The extent of works is approximately between RP 440 m - 690 m and covers the section of Umuroa Street between the intersections with Maraeroa Road and Turoa Street. The works area is situated in a primarily residential area within the Mamaku Village. Tenderers are able to nominate their start date to fit in with their other contracts, but price will be held at the tendered rates. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Kerb and Channel Construction - Footpath and Vehicle Crossing Construction - Raised Table Construction - Asphalt Pavement Construction - Landscaping - Disposal of Cut to Waste Material - Street Furniture - Drainage - Traffic Signs and Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles and cyclists. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued.",Awarded,,0,20250410 Rotorua District Council,28464303,Request for Proposals,Open Competition,Contract 23-047 - RFP Sulphur Point Pedestrian Fibreglass Bridges,RDC-1079122,20231115,20231211,20240117,,On behalf of procurement agent,No,https://www.Tenderlink.com/rdc/,"This tender is live on our Tenderlink - click the link below to register and view the tender documents https://www.Tenderlink.com/rdc/ SCOPE OF WORKS The Contract Works are for the renewal of five pedestrian bridges on the City to Forest Link, in the vicinity of Sulphur Point, Rotorua. The works comprise of constructing 5 fibreglass pedestrian bridges with concrete ramps or abutments. The work will be untaken in a geothermal area and care will be need to be taken by the contractor to mitigate risks to staff and the public. The bridge components are currently in a disassembled state. It will be the contractors responsibility to sort the components into lots for each individual bridge. Given the location of the bridges, vehicle access will be extremely limited. Most bridge components will need to be carried in by hand from the nearest drop off point. Bridge number 2 will most likely require partial assembly off-site and then delivered to site by helicopter. These constraints will require serious consideration when pricing. If you believe it will be more beneficial to assembly the bridges off site eg (workshop) and then organise transport and installation these tenders will also be considered.",Awarded,,0,20250410 Rotorua District Council,28512259,Request for Tenders,Open Competition,RFT for Contract 23/006 - Dansey Road Safety Improvements,,20231123,20231214,20240111,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.735047/?checksum=2156254485234,"This tender is advertised on Tenderlink https://portal.tenderlink.com/rdc/tenderdetails/2659.735047/?checksum=2156254485234 This contract comprises primarily of the curve widening and associated earthworks of part of Dansey Road, within the Rotorua District. The extent of works is approximately between RP 2560 - 2780 m. Dansey Road is classified as a primary collector road with an AADT of approximately 1219 vehicles per day. The works area is situated in a rural area within the Ngongotaha Valley District. Tenderers can nominate their start date however the programme must be completed before the wet season. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Chipseal Pavement Construction - Bulk Earthworks and Disposal of Cut to Waste Material - Edge Marker Posts - Drainage - Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - Conducting a ball-bank survey of the completed pavement section and reporting of the results to validate advisory speed sign requirements - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued.",Awarded,,0,20250410 Rotorua District Council,28830599,Request for Tenders,Open Competition,RFT for Contract 20/041- Oturoa Road Safety Improvements,,20240214,20240222,20240301,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.737323/?checksum=211977178453712,"This tender is advertised on Tenderlink https://portal.tenderlink.com/rdc/tenderdetails/2659.737323/?checksum=211977178453712 This contract comprises primarily of the curve widening and associated earthworks of part of Oturoa Road, within the Rotorua District. The extent of works is approximately between RP 5720 - 5880 m. Oturoa Road is classified as a secondary collector road with an AADT of approximately 553 vehicles per day. The works area is situated in a rural area within the Hamurana community. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Chipseal Pavement Construction - Bulk Earthworks and Disposal of Cut to Waste Material - Street Furniture - Drainage - Road Markings The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - Conducting a ball-bank survey of the completed pavement section and reporting of the results to validate advisory speed sign requirements - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any decrease in the scale of the works.",Awarded,,275002,20250410 Rotorua District Council,29368798,Request for Tenders,Open Competition,Contract 24-022 RFT Kauae Cemetery Parking Improvements,,20240509,20240607,20240621,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.741460/?checksum=199564665965597,"The Contract Works are for the creation of car-parking at Kauae Cemetery. Henderson Road, Ngongotaha, Rotorua 3010. Attending the planned site visit or an organised visit is mandatory for tendering for this contract. The Contractor is responsible for all works detailed in the technical specification. The Contract Works may be referred to in this document as the 'Project Works', or simply as 'Works'. The Contract Works shall be in accordance with the Drawings and this Specification. The work includes but is not limited to: Excavation and removal of surface soils (mixture of top soils and gravels) to waste; Locate and protect existing underground utilities and surface features; Construction of new kerbing and a concrete dish drain. Chip sealed pavement forming the berm car parking; Addition of new line marking, including mobility parking line-work/symbols; Implementation and maintenance of traffic controls, erosion and sediment controls, health and safety plan, quality assurance plan, programme, and preparation of as-built documentation; and Other related works as detailed on the Drawings or as advised by the Principal, or provisions as advised by the Principal (including application for consents), associated with completing the Contract Works. Tenderers are advised that the Principal, reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project.",Awarded,,164365,20250410 Rotorua District Council,29858363,Request for Tenders,Open Competition,RFT for Contract 24-020 Rotorua District Roadmarking 2024-2026,,20240726,20240822,20240906,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.744442/?checksum=212436561779957,"This is advertised on Tenderlink https://portal.tenderlink.com/rdc/tenderdetails/2659.744442/?checksum=212436561779957 This procurement relates to the delivery of district wide roadmarking for the Rotorua Lakes Council, in accordance with the Rotorua Lakes Council Maintenance Standards, of sealed roads in the Rotorua District over a 3-year period. This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Rotorua District Roadmarking 2024-2026 contract opportunity. This contract covers the provision of roadmarking for sealed roads and sealed car park areas in the Rotorua District. The Rotorua District comprises of 1,002km of road network which 875km being sealed. The Contract term is for 24 months, with a provisional further 12 months. The work involved in this Contract Include: District Wide re-marking as programmed New markings as requested by the Principal Installation/Removal of RRPMs Removal of existing markings as requested by the Principal The overall annual roadmarking programme must be completed by the 31st of March each year. All Central Business District roadmarking must be completed before the 20th December each year. Road marking for resealing and rehabilitation contracts are NOT included in this contract",Awarded,,1062552,20250410 Rotorua District Council,29873560,Request for Tenders,Open Competition,RFT for Contract 23/024 - Matahi Road (RP 210 - 1530) Pavement Rehabilitation,,20240730,20240822,20240909,,Sole Agency,No,https://portal.tenderlink.com/rdc/tenderdetails/2659.744566/?checksum=242837616493852,"This contract comprises primarily of the seal extension of Matahi Road, within the Rotorua District. The extent of works is the approximately between RP 0.210 - 1.530. Matahi Road is classified as an access road with an AADT of approximately 339 vehicles per day. The works area is situated in the Lake Rotoma area. Tenderers are able to nominate their own start date, however the works must be completed by Christmas and pricing hold valid between tender date and their nominated start date. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for: - Rural Driveway Construction - Chipseal Pavement Construction - Disposal of Cut to Waste Material - Gabion Wall Construction - Guardrail Installation - Road Drainage The Contractor must make provision for the following: - Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians shall be maintained wherever possible. - Environmental Management. - The set out of the works and the location of all underground services and LINZ survey marks - Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables - Liaise with property owners as required - Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council - Protect existing services - Quality Assurance for all aspects of the contract works - As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued. Tenderers are advised that the Principal reserves the right to vary the scale of the works to fit within the constraints of the available funding for this project. There shall be no claim for a variation, as a result of any decrease in the scale of the works. Rotorua Lakes Council reserves the right to cancel, amend, or withdraw this Request for Tender (RFT) at any time, without prior notice and without incurring any liability. This includes the right to alter the timeline, requirements, or any other aspect of the tender process. The Council shall not be obligated to proceed with the award of any contract and will not be liable for any costs or expenses incurred by tenderers in preparing and submitting their tenders.",Awarded,,1105766,20250410 Rotorua District Council,30160407,Request for Tenders,Open Competition,RFT for Contract 23-053 Tarawera Lower Reservoir #2 Design & Build,,20240910,20241010,20241205,,Sole Agency,No,,"This is advertised on Tenderlink and all questions and submissions will be answered there https://portal.tenderlink.com/rdc/tenderdetails/2659.746029/?checksum=22321793485163 Design/Build of an additional water supply reservoir at 184 Tarawera Road. This contract is for the design, fabrication, installation, testing and disinfection of a new 3,500 m3 concrete reservoir for the storage of potable water. The new reservoir shall be constructed from concrete and shall have a design life of 100 years. The contract works are located next to the existing Tarawera Lower Reservoir No.1 (WU000035) at 184 Tarawera Road. The reservoir location and envelope shall be confirmed by the design as part of this contract. The reservoir shall be designed NZS 1170.0 Importance Level 4: Buildings that must be operational immediately after an earthquake or other disastrous event.",Awarded,,2970000,20250410 Rotorua District Council,30250235,Request for Tenders,Open Competition,RFT for Contract 23/025 - Strathmore Road RP1900-2420 Pavement Rehab,,20240923,20241018,20241105,,Sole Agency,No,,"All documents are advertised on Tenderlink and all questions are to go through the Tenderlink Portal https://portal.tenderlink.com/rdc/tenderdetails/2659.746684/?checksum=256583141955768 This contract comprises primarily of the rural chipseal pavement rehabilitation of Strathmore Road, within the Rotorua District. The extent of works is approximately between RP 1900 2420. Strathmore Road is classified as an access road with an AADT of approximately 102 vehicles per day. The works area is situated in the rural community of Reporoa. The scope of this contract is for the supply of all plant, labour, materials, quality assurance, as-built drawings and incidentals necessary for Rural Driveway Construction Concrete Vehicle Crossing Construction Chipseal Pavement Construction Disposal of Cut to Waste Material Linemarking Road Drainage The Contractor must make provision for the following: Provision and maintenance of traffic control and safety for vehicles, cyclists, and pedestrians shall be maintained wherever possible. Environmental Management. The set out of the works and the location of all underground services and LINZ survey marks Liaise with service authorities to locate gas, sewer, storm water, water, power and telecommunication cables Liaise with property owners as required Liaise with other Authorities/such as NZTA, Iwi, Waikato Regional Council Protect existing services Quality Assurance for all aspects of the contract works As-Built documents (RAMM Inventory Sheets) of the works The Contractor will also be responsible for maintenance of any defects for twelve months after the Practical Completion Certificate has been issued.",Awarded,,335500,20250410 Rotorua District Council,30441006,Request for Proposals,Open Competition,"RFP for Contract 24-051 - Rotorua Catering - Energy Events Centre, Stadium and Civic Centre",,20241018,20241114,20250124,,Sole Agency,No,,"This tender is advertised on Tenderlink and all questions and submissions should be submitted there https://portal.tenderlink.com/rdc/tenderdetails/2659.747742/?checksum=2376555471964 Rotorua Venues is looking for a catering company to submit up to 2 proposals covering off the exclusive catering for the below stated venues/buildings: 1. Energy Events Centre & International Stadium 2. Civic Centre All submissions must include the Energy Events Centre (EEC) and Rotorua International Stadium (IS). The Civic Centre (CC) is optional but could be of great benefit to the successful tenderer. The total estimated catering opportunity being offered, based on the catering turnover (EEC and IS) and catering spend (CC) from July 2023 to June 2024, will be around NZ$3,000,000 (excl. GST) annually. The catering contract is for 3 years, with an option to extend for a further 3 years, at the sole discretion of Rotorua Lakes Council. Although, based on the submitted offer, permission could be sought at the monthly Rotorua Lakes Council meeting to extend this contract to 5 years, with an option to extend for a further 3 years, at the sole discretion of Rotorua Lakes Council. As a bonus, the successful Tenderer of the EEC & IS will be offered a contract (T&C's apply) to become part of the Panel of Caterers at the Sir Howard Morrison Centre (SHMC). This is a non-exclusive arrangement, whereby the Event Organiser, who has booked the SHMC for their event, can pick from a pre-determined Panel of Caterers, which caterer they will use to cater their event.",Awarded,,0,20250410 Rotorua District Council,30736661,Request for Tenders,Open Competition,RFT for Contract 24-056 Ray Boord Park Field Lighting,,20241128,20241219,20250117,,Sole Agency,No,,"This is advertised on Tenderlink and all questions and submissions should be directed on Tenderlink https://portal.tenderlink.com/rdc/tenderdetails/2659.749132/?checksum=2152895822462 The opportunity is for the supply and install of: 1. 4 lighting poles with new LED luminaires, 2. With a wireless lighting controller and a 3. New power connection. For the two sports-fields at Ray Boord Park Reserve, Devon Street, Rotorua 3015. We prefer the project to be completed by 06th April 2025 (before daylight savings 2025). This opportunity would suit an electrical contractor well. Scope: Ray Boord Park hosts a number of sporting activities, mostly cricket and football training. Without appropriate lighting, use of the fields is essentially limited to daylight hours. Effective lighting would increase the usefulness of the fields. The fields need to be illuminated to an average lux level of 200, which is sufficient for minor games and training. The new lighting will be designed to local and internationally recognized standards (AS 2560.2:2021 & AS/NZS 4282:2023) appropriate for their use. Therefore, a detailed Lighting Plan and an Engineer Design of the pole bases will need to be provided. The Tenderer is to supply the Specification for this project. The works will comprise of: 1. Trenching +/-270meters 2. Electrical ground cabling 3. Foundation concreting 4. Installing 4 large poles (16m) and associated luminaires 5. Electrical installation Supplier warranties are to be supplied for the: pole bases, poles, lights and electrical works.",Awarded,,182019,20250410 Rotorua District Council,30895307,Request for Tenders,Open Competition,RFT for Contract 24-048 - Lichenstein Road Seal Extension (RP 2.480 - 3.260),,20250116,20250212,20250221,,Sole Agency,No,,"This is advertised on Tenderlink https://portal.tenderlink.com/rdc/tenderdetails/2659.750355/?checksum=21177998211288 All tender documents, forum questions and submissions are to be undertaken on Tenderlink This contract comprises primarily of the seal extension of Lichenstein Road, within the Rotorua District. The extent of works approximately between RP 2.480 - 3.260. Lichenstein Road is classified as an access road with an AADT of approximately 77 vehicles per day. The works area is situated in the rural district of Okere Falls. Lichenstein Road is a 'no-exit' road and there are only two properties that will require residential access. Note: Excluded from the scope is a separate and adjoining resilience improvement project that is likely to occur concurrently (RP 3.260 - 3.650). There will be no access past the scope of works due to construction by the resilience improvement project. The no access chainage will be confirmed during the tender period.",Awarded,,383372,20250410 Ruapehu District Council,22400512,Request for Proposals,Closed Competition,IT Managed Services RFP,IT-07012020,20200304,20200408,20200828,,Sole Agency,No,59-63 Huia St,,Awarded,,0,20250410 Ruapehu District Council,22732876,Request for Proposals,Closed Competition,RDC Managed Services RFP,IT-07012020,20200602,20200624,20210531,,Sole Agency,No,"59 - 63 Huia Street, Taumarunui",This is the extension to the previously expired closed RFP for the RDC Managed Services Contract,Awarded,,0,20250410 Scion Research,19067331,Request for Proposals,Open Competition,Science output archive replacement solution (SIDNEY Database Replacement),2017-22,20170926,20171025,20230113,,Sole Agency,No,,"The Science Outputs Archive Replacement project is an initiative that aims to improve the ease with which Scion researchers store and retrieve science outputs. Scion wishes to replace its existing Lotus Notes based repository with a system that can be reliably searched to retrieve outputs, is easy and intuitive for users to add science outputs into the system and provides an ability to mine our research data by interfacing with other science databases and repositories. Scion wishes to implement a proven existing system that can be implemented and configured without significant customised coding. We are not seeking a proposal that involves development. Scion is looking for providers with the capability and experience to partner with us to deliver and support an archive replacement system and provide assistance in migrating from the current platform.",Not Awarded,Closing off old opportunities transferred over by GETS,0,20250410 Scion Research,19789164,Request for Proposals,Open Competition,Scion campus emergency power supply network main contractor for construction services,,20180606,20180703,20230113,,On behalf of procurement agent,No,"RDT Pacific, 1270a Ranolf Street, Rotorua","New Zealand Forest Research Institute (NZFRI), (the Client) trading as Scion, is seeking to procure construction services for the delivery of an upgrade to the campus emergency power supply network. The objective of this procurement is to engage a suitably qualified and experienced Contractor (the Contractor) with a strong background in electrical engineering and on-site project management with a good track record in complex electrical engineering projects. The project consists of a new modified system where the existing ES (Emergency Supply) system is extended from one centralised generator to four generators servicing the campus. They are: 1) New Generator 1 300kVA 2) New Generator 2- 500kVA 3) New Generator 3 - 100kVA 4) Re-use of the existing 250kVA generator 5) Modifications to switchboards and cable routes to align the generator supplies with the transformers that are part of the normal supply in those areas. The project will be a turn-key where the contractor will be responsible for the inputs and delivery of multiple parties including switchgear manufacturers, generator suppliers and the required controls interfaces. All parties will be appointed by the electrical contractor.",Not Awarded,Closing off old opportunities transferred over by GETS,0,20250410 Scion Research,22148256,Request for Proposals,Open Competition,"Construction Services for Civil Utilities, Lighting and Hard/Soft Landscaping",RFP 2020-01,20200122,20200207,20200608,,On behalf of procurement agent,No,"RDT Pacific, 1270A Ranolf Street, Rotorua (Courier) or PO Box 12159, Rotorua 3045 (Post)","New Zealand Forest Research Institute (NZFRI), (the Client) trading as Scion, is seeking to procure construction services for the delivery of civil utilities, lighting and hard/soft landscaping. The objective of this procurement is to engage a suitably qualified and experienced Contractor with a strong background in constructing civil works, electrical, landscaping and on-site project management with a good track record. The project consists of but is not limited to; 1) New Stormwater Assets 2) Soil Preparation 3) Garden, Tree and Lawn establishment 4) Pedestrian ramps and areas 5) Install client supplied Timber Seating and Bike Racks 6) Kerb and Road construction 7) Modify Line marking 8) Electrical Services 9) Landscape and carpark lighting",Not Awarded,,0,20250410 Scion Research,22446403,Request for Proposals,Open Competition,Nursery Crop Management System,RFP 2020-02,20200317,20200501,20200727,,Sole Agency,No,"Scion, 49 Sala Street, Private Bag 3020, Rotorua 3046, New Zealand","Scion is a New Zealand Crown Research Institute (CRI), that specialises in research, science and technology development for the forestry, wood product and wood-derived materials and other biomaterial sectors. Scions purpose is to drive innovation and growth from these sectors to build economic value and contribute to beneficial environmental and social outcomes for New Zealand. The Nursery Crop Management Project is an initiative that aims to allow Scion to support the effective and efficient life cycle management of plant stock principally for Research and Trials crops. Scion is seeking to appoint a provider who will be responsible for the delivery of a fit-for-purpose application that will provide the functionality required to not only manage plant stock within a nursery environment, but, also to provide Scientists with the ability to capture relevant scientific data. Interested suppliers should register their interest no later than the 23rd of March 2020.",Awarded,,59930,20250410 Scion Research,24777831,Request for Quotations,Open Competition,Particle size analysis equipment,RFQ 2021-08,20210908,20210924,20211203,,Sole Agency,No,,"We are looking to purchase equipment to measure bulk solids' particle size and shape using an image-based measurement system. The bulk solids of interest are, for example, wood flour, wood fibre, sawdust, polymer powders and pellets, additive manufacturing powders, soil, and should be expected to, predominantly, have a particle size of 0.5 m 5 mm. Additionally, the ability to measure the particle size of particles in suspension or emulsion droplets would be highly beneficial.",Awarded,"After careful consideration and evaluation the offer from Metrohm NZ Ltd was selected as the wining quote. They have demonstrated that the equipment on offer does meet Scions minimum requirements, technical requirements, local service & support and that the pricing on offer does fall within Scion budget.",199500,20250410 Scion Research,26070597,Request for Proposals,Open Competition,2022-21 Static Security Guard Services,2022-21,20220726,20220823,20221122,,Sole Agency,No,49 Sala Street,"Scion are seeking an experienced supplier to deliver professional Static Security Guard Services at our Scion Campus based in Rotorua. The key deliverables of this service include: Providing Security Services at Scions main campus as scheduled daily. Collection, transfer/retrieve and storage of data monthly. We are seeking credible Suppliers who have the capability, capacity, and experience to provide high level Security Services. Broader outcomes will be a focus point and Suppliers will need to demonstrate how they meet, maintain, and exceed employment standards and sustainability practices.",Awarded,,0,20250410 Scion Research,26073473,Request for Proposals,Open Competition,2022-23 Coffee machines and consumables solution Final,2022-23,20220726,20220823,20230118,,Sole Agency,No,,"What we need Scion require 3 x plumbed in coffee machines suitable for our Main Scion Building based in Rotorua. These 3 coffee machines would service approx. 300 staff and replace the existing 3 x plumbed in machines. We are also interested in 1 x plumbed coffee machine at a separate location from the Main Scion Building but located within the Scion Campus also based in Rotorua. This machine will service up to 30 staff. Our preference is for the machines to have a simple and automated cleaning system(s), offering the least downtime for our staff. This will include robust and timely service and maintenance support during working hours Monday to Friday. Consumables are to include, beans, with range of specialty coffee options and milk beverages choices including hot chocolate and hot water for tea. What we dont want Machines that cannot be continually used, as some require cleaning each 24 hours or lock outs POD machines Machines with complex cleaning procedures Whats important to us? Fair trade bean options, sustainability & recycling options and ideas welcome A service that may also deliver broader outcomes support wider social, economic, cultural and environmental outcomes that go beyond the immediate purchase of goods and services",Awarded,,0,20250410 Scion Research,26906001,Request for Proposals,Open Competition,2023-01 RFP for Autoclaves Rotorua Site,2023-01,20230209,20230309,20230627,Science Teams,Sole Agency,No,,"In 2023 we want to procure four new autoclaves and have them installed and commissioned on site in Rotorua. Each need to be installed in different laboratories and require slightly different requirements. We will need to have the delivery/install of three of the four autoclaves staggered to ensure there is always an autoclave in an operational state for our lab users. Autoclaves are an important piece of equipment in our laboratory facilities across Scion and without them we would be unable to deliver projects that give value for New Zealanders. Scion is a Crown Research Institute (CRI), which is a government-owned company that carries out scientific research for the benefit of New Zealand. We specialise in research, science and technology development for forestry, wood and wood-derived materials and other biomaterial sectors.",Awarded,"The basis for this decision is in Vitro Technologies were able to successfully demonstrate above average ability, understanding, experience and skills across criterion below: - Understanding of Scion requirements and ability to meet these requirements - Capability and capacity to deliver, including track record in delivering and installing similar goods and services within the Bay of Plenty. - Ability to provide ongoing maintenance, support and repairs in a timely manner and support our own Technical Staff throughout the life of each autoclave. - Deliver a product that physically fits in the desired locations. - Deliver and install the autoclaves within our desired timeframes and with a staggered installation approach as required. - Value for money over the lifetime of each autoclave - Support our broader outcomes of reducing waste and emissions",547999,20250410 Scion Research,26946584,Request for Proposals,Open Competition,2022-06 LCMS Triple Quad or QTrap with MS capability,2022-06,20230215,20230316,20230613,Science Teams,Sole Agency,No,,"Currently Scion has only one high-end LC QTOF MS instrument which allows for high mass accuracy, high resolution, sensitivity, and very low range quantification. We need to expand our capacity for LCMS analysis to meet current and expanding demand and support our long-term research aims. We are aiming to identifying a supplier to purchase and install a high throughput, triple quadrupole LCMS that is user friendly, compatible with our existing systems and operates reliably. Scion is a Crown Research Institute (CRI), which is a government-owned company that carries out scientific research for the benefit of New Zealand. We specialise in research, science and technology development for the forestry, wood and wood-derived materials and other biomaterial sectors.",Awarded,Awarded to AB SCIEX Australia Pty Ltd from AB SCIEX Australia Pty Ltd,0,20250410 Scion Research,28288857,Request for Quotations,Open Competition,2023-19 Ultra-high performance liquid chromatography (uHPLC),2023-19,20231018,20231117,20240122,Science Teams,Sole Agency,No,,"In 2024 we want to procure a new ultra high performance liquid chromatography (uHPLC) instrument with fraction collector, and have it installed and commissioned on site in Rotorua. Our uHPLC capability is an important piece of equipment in our laboratory facilities at Scion and without it we would be unable to deliver projects that give value for New Zealanders. Scion is a Crown Research Institute (CRI), which is a government-owned company that carries out scientific research for the benefit of New Zealand. We specialise in research, science and technology development for forestry, wood and wood-derived materials and other biomaterial sectors.",Awarded,Agilent has been selected as our preferred supplier for this contract.,0,20250410 Selwyn District Council,27854789,Request for Proposals,Open Competition,After hours noise control management,SC10001,20230811,20230908,20231101,,Sole Agency,No,,"We are seeking proposals for after-hours noise control management services across the Selwyn District. Our requirements will be for a swift response to, and management of, all after-hours noise complaints 7 days a week, 52 weeks per year. Maintaining a happy and healthy local community is important to us and our residents.",Awarded,,660000,20250410 Selwyn District Council,27984784,Request for Proposals,Closed Competition,Broadfield Reserve Croquet Lawn,CC10002,20230830,20230922,20231110,,Sole Agency,No,,"The Selwyn District Council (SDC) are seeking a main Contractor for the construction and infrastructure of Broadfield Reserve Croquet Lawns located at 562 Robinsons Road, Broadfields. This project will require the contractor to supply and build, but not limited too: -croquet Lawns, -a maintenance building with lean-too, -boundary fencing, pathways, gardens, -construction of the grass lawns and miscellaneous work associated with the project The successful respondent must demonstrate a comprehensive understanding of programme constraints and the level of expertise required for the sport specific construction.",Awarded,,440000,20250410 Selwyn District Council,28009313,Request for Tenders,Open Competition,C1471 Templeton Prebbleton Cycleway,C1471,20230901,20230927,20231010,,Sole Agency,No,,"Request for Tender Templeton Prebbleton Cycleway Contractors are invited to Tender for this contract, which is for the construction of a 2.0m wide sealed pathway along Trents Road, between the townships of Templton and Prebbleton. Project works start near#35 Trents Rd and complete near# 285 Trents Rd. Works included : footpath, entranceway, amil apron construction and sealing, stormwater swale and other minor works. Tenders Close at $pm on Thursday 27 September 2023.",Awarded,,450000,20250410 Selwyn District Council,28139065,Request for Tenders,Open Competition,Shands Road Intersections Upgrade,C1488,20230920,20231017,20231212,,Sole Agency,No,,"Construction of a roundabout at the intersections of Shands and Hamptons Roads. Construction of a roundabout at the intersections of Shands and Trents Roads. Construction of seal widening and watermain down Trents Road. Construction of a watermain extension between the existing network near Blakes Road and Trents Road.",Awarded,,11085038,20250410 Selwyn District Council,28187214,Request for Tenders,Open Competition,C1484-1485 Rolleston West Melton Pathway Works,C1484-1485,20230928,20231026,20240131,,Sole Agency,No,,"CONTRACT No. 1484-1485 Springston Rolleston Rd School Connected Shared Pathway Rolleston West Melton Cycleway Request for Tender Rolleston West Melton Pathway Works Contractors are invited to tender for this contract which has two Separable Portions SP1 construction is for a 2.5m wide sealed pathway along a section of Springs Rolleston Rd, Rolleston. Works include footpath construction, kerb and channel, raised platform with concrete ramps, stormwater, water race services and other minor works. SP2 construction is to construct 2.0m sealed pathway between Rolleston Township and West Melton Township. Pathway route is along Hoskyns Rd to West Melton Rd. Works include footpath construction, 4 intersection upgrade works, kerb channel, sealing, stormwater swale and other minor works. Tender Documents part 1&2 part 3 (PDF), a Tender Schedule (Microsoft Excel) and two set of tender drawings (PDF) can be downloaded from the site. Tenders close at 4pm on Thursday 26 October 2023. All Tender are to be summited electronically via GETS. All enquiries about this Contract are to be made through the electronic forum on the GETS site or email stefanie.mcneil@selwyn.govt.nz.",Awarded,,1560097,20250410 Selwyn District Council,28435165,Request for Proposals,Closed Competition,Prebbleton (WTP) Shands Rd - Reservoir and Pump Station Design and Construct,,20231110,20231222,20240223,,Sole Agency,No,,Design and construction of a new water treatment plant and potable water reservoir at the existing Prebbleton (WTP) Shands Rd site.,Awarded,,4245547,20250410 Selwyn District Council,28529258,Request for Tenders,Closed Competition,Castle Hill Community Hall Extension,CC10018,20231127,20240116,20240228,,Sole Agency,No,,,Awarded,,370000,20250410 Selwyn District Council,28618328,Request for Proposals,Closed Competition,SC10012 Employee Voice Platform - Staff surveys/pulse checks/analysis,SC10012,20231215,20240131,20240625,,Sole Agency,No,,"We are seeking a Digital Employee Experience Survey Platform and ongoing technical Support. A summary of our requirements is a platform which enables employee voice to be heard. The key objective of this procurement is to have a platform and service provider which can provide meaningful and actionable insight to our employees engagement. Specifically, the solution needs to enable participation of all team members in the Annual engagement survey, the ability to conduct pulse or topic specific surveys as need identified, and appropriate access to team level information by leaders.",Awarded,,0,20250410 Selwyn District Council,28634117,Request for Tenders,Open Competition,CC10016 Waimakariri Gorge Bridge Deck Replacement,CC10016,20231215,20240124,20240228,,Sole Agency,No,,"Waimakariri Gorge Bridge Deck Replacement: The scope of this Contract is the removal and replacement of the Waimakariri Gorge Bridge timber deck and installation of the semi-rigid guardrails. Waimakariri Gorge Bridge is jointly owned by Selwyn District Council and Waimakariri District Council. The work being undertaken is on behalf of these two councils.",Awarded,,1200000,20250410 Selwyn District Council,28826615,Request for Proposals,Closed Competition,CC10017 West Melton Reserve Carpark Extension,CC10017,20240213,20240314,20240417,,Sole Agency,No,,"The Selwyn District Council (SDC) are seeking a main Contractor for the construction and infrastructure of West Melton Reserve TIFF Toilet Carpark, 1163 West Coast Road, West Melton. This project will require the contractor to supply and build, but not limited to: ? Asphalt carpark. ? Connection to existing carpark. ? Carpark marking. ? Work with contractor to install ducting for future lighting. ? Construction of grassed areas and miscellaneous work associated with the project. **Contract will be added as an NTT in the coming days**",Awarded,,209201,20250410 Selwyn District Council,28998409,Request for Tenders,Open Competition,C1465 Tosswill Road & Trices Road Upgrade,C1465,20240312,20240408,20240429,,Sole Agency,No,,"The proposed Contract Works is to provide for rural roundabout safety upgrade at the intersection of Trices Road and Tosswill Road, Prebbleton, Selwyn. The scope of works include an intersection reseal along with widening, seal tapers, kerb channel, shared footpath, hedge/ tree removal and/or trimming, stormwater service, street light ducting/trenching and berm renewal. All Contract Works shall be carried out in accordance with the Project Specifications, Selwyn District Council Engineering Code of Practice, Christchurch City Council Construction Standard Specifications, unless specified otherwise. The Contractor is responsible for the management of all service diversions, relocations, and abandonments for the project, as detailed in the contract drawings.",Awarded,,463287,20250410 Selwyn District Council,29045672,Request for Tenders,Open Competition,C1498 - Levi Rd Lincoln Rolleston Rd Upgrade,C1498,20240318,20240415,20240501,,Sole Agency,No,,"Selwyn District Council (SDC) is seeking Proposals from suitably qualified and experienced consultants to undertake engineering design consultancy services to provide a detailed design for intersection upgrade with lighting signals, raised platform, obtaining required resource consents, construction estimate and procurement, compilation of tender documents, contract management during construction and project management supervision to provide multilane signalize intersection upgrade at Levi Road, Lincoln Rolleston Road, Mansfield Drive and Lowes Road intersection in Rolleston.",Awarded,,252087,20250410 Selwyn District Council,29083952,Request for Proposals,Open Competition,SC10057 Internal Audit Services,SC10057,20240322,20240424,20240625,,Sole Agency,No,,"Selwyn District Council is seeking to establish a three-year Internal Audit programme that is suitable for the needs of Local Government, the operational departments within, and that also provides assurance to the Audit and Risk Committee and wider Council.",Awarded,,0,20250410 Selwyn District Council,29485346,Request for Proposals,Open Competition,"Selwyn Libraries Physical Collections New Zealand Aotearoa, Maori, Pasifika, and local content",SC10069,20240527,20240625,20241010,,Sole Agency,No,,"Our innovative and non-traditional Arts, Culture and Lifelong learning team are looking to partner with a creative and data driven supplier for the supply of shelf-ready physical collections primarily books, including their selection, cataloguing, processing, and delivery for our Selwyn Libraries collections. This procurement is focused on the supply of our New Zealand Aotearoa, Maori, Pasifika, and local content Collection to enable a greater focus and development on this area of content",Not Awarded,,0,20250410 Selwyn District Council,29485592,Request for Proposals,Open Competition,Selwyn Libraries Physical Collections - General Collections,SC10070,20240527,20240625,20240821,,Sole Agency,No,,"Our innovative and non-traditional Arts, Culture and Lifelong learning team are looking to partner with a creative and data driven supplier for the supply of shelf-ready physical collections primarily books, including their selection, cataloguing, processing, and delivery for our Selwyn Libraries collections. This procurement is focused on the supply of our General Physical Collections (excluding New Zealand Aotearoa, Maori, Pasifika, and local content) to enable a greater focus and development on this area of content.",Awarded,,0,20250410 Selwyn District Council,29537132,Request for Proposals,Open Competition,SC10072 Health & Safety and Wellbeing maturity assessment,SC10072,20240606,20240704,20240730,,Sole Agency,No,,"The Selwyn District Council (Council) is seeking to undertake a review of its Health, Safety and Wellbeing approach through assessing the following components: 1. the effectiveness of Selwyn District Councils Health and Safety systems and processes (including governance and managements responsibilities) to identify, manage, and eliminate health, safety, and wellbeing risk as far as is reasonably practicable. 2. the effectiveness of Selwyn District Councils contractor management processes (including pre contract) in minimising Health and Safety risk to contractor workers as far is reasonably practicable 3. Identification of Selwyn District Councils critical Health, Safety and Wellbeing critical risks (including onsite and offsite locations) 4. The degree of understanding and the overall effectiveness of Selwyn District Councils employee wellbeing policies and practices, while also reviewing the work from home arrangements.",Awarded,,0,20250410 Selwyn District Council,29582282,Request for Proposals,Open Competition,SC10018 Selwyn District Flood Modelling,SC10018,20240612,20240726,20241205,,Sole Agency,No,,Council requires a hydraulic flood model for plains area of the Waikirikiri Selwyn District. The model will be used by our Planning and Infrastructure Teams and Environment Canterbury to inform Flood Hazard Certificates and design of Council infrastructure.,Awarded,Delayed award update to GETs,0,20250410 Selwyn District Council,29697462,Request for Proposals,Open Competition,Selwyn Bridge Inspections & Technical Advice,1499,20240702,20240726,20241001,,Sole Agency,No,,"Selwyn District Council are seeking bids from experienced engineering Professional Services suppliers to support the transportation team in the management of the Districts bridges and significant structures. The works comprise five main components: 1. Project planning and work plan management covering a cyclic programme of bridge and structures inspections 2. Establishing requirements and approvals for Temporary Traffic Management to be in place during Inspections. 3. Establishing requirements and approvals for access for the inspections including third-party agreements and planning for the use of specialist access systems to bridges and structures. 4. Completion of bridges and structures inspections in accordance with agreed programmes. 5. Standardised reporting of inspections, including condition assessment, and support for data management using Councils Asset Management Systems (RAMM). Required Pre-qualifications Site wise Certification",Awarded,,152655,20250410 Selwyn District Council,29789430,Request for Proposals,Open Competition,Lincoln Reserve Extension - Consultancy Services,CC10049,20240718,20240822,20241003,,Sole Agency,No,,"The Selwyn District Council (SDC) is seeking a main Engineering consultant to support the Major Project team with the design, consent, and construction monitoring of Lincoln Reserve Extension. The works require the consultant to: Engage and facilitate a team of consultants from multiple disciplines to undertake the required works for a new connection road, sports field reserve, and amenity greenspace along the Liffey River overflow flood path; Provide all the Engineering inputs and documentation from the initial concept design stage, detail design stage, and construction management through to the completion of the project; Provide cost estimates for the project at set milestones; Collaborate with project closeout to provide robust as-built documentation; and Participate in Lessons Learnt workshops at set milestones.",Awarded,,0,20250410 Selwyn District Council,29802534,Request for Proposals,Open Competition,Foster Park Youth Zone and Central Space,CC10050,20240719,20240822,20241018,,Sole Agency,No,,"Selwyn District Council is seeking an experienced and capable contractor to complete physical works at Foster Park, in Rolleston. The project will involve Civil, Structural, Irrigation, and Landscape works across two separable portions",Awarded,,0,20250410 Selwyn District Council,29802667,Request for Tenders,Closed Competition,Darfield Sewer Line SS90 to SS112 and Watermain Upgrade,1491,20240722,20240826,20241011,,Sole Agency,No,,"Selwyn District Council is seeking bids from experienced engineering Professional Services suppliers to support the water and wastewater team in the delivery of Darfield new sewer trunks and watermain upgrade. The works comprise five main activities: 1. Deep and shallow trenching for pipe and structures installation 2. Water and Wastewater pipe and structures installation 3. Full surface reinstatement 4. Installation of services under KiwiRail and NZTA corridors 5. Traffic Management Required Pre-qualifications: Site-wise Certification",Awarded,,2485964,20250410 Selwyn District Council,30024545,Award Notice,Open Competition,Levi Road Seal Widening Works,C1420,20240820,20240821,20240821,,Sole Agency,No,,A 2024/25 project for seal widening to accommodate greater traffic numbers and reduce maintenance costs.,Awarded,Variation to current maintenance contract with HEB.,540000,20250410 Selwyn District Council,30137508,Request for Proposals,Open Competition,Traffic Counting Services,CC10057,20240906,20241009,20241205,,Sole Agency,No,,"Selwyn District Council is seeking bids from experienced Professional Services suppliers to support the Transportation team in managing the Districts roading network through the successful delivery of the Councils Traffic Counting programme. Traffic counting on the Selwyn District Council network covers all roads carrying vehicular traffic excluding State Highways. It also potentially includes assets owned by the Selwyn District Council outside of legal road reserve, such as accessways, car parks, and vested roads.",Awarded,,0,20250410 Selwyn District Council,30169673,Request for Tenders,Closed Competition,CC10060 - Demolition and removal Lincoln and Leeston propeties,CC10060,20240911,20241002,20241205,,Sole Agency,No,,"Selwyn District Council (SDC, Council) is inviting tender submissions from suitably qualified contractors for the demolition and removal of three residential dwellings located in Leeston and Lincoln. The work includes demolition and removal of outbuildings, as well as site clearance and make-good works to improve the safety of these sites, and prepare them ahead of the Lincoln Town Centre development works.",Awarded,,0,20250410 Selwyn District Council,30201019,Request for Tenders,Open Competition,CC10036 - Levi Rd Intersections Upgrade - Rolleston,CC10036,20240916,20241015,20241202,,Sole Agency,No,,"The proposed Contract Works includes the removal of the existing single lane roundabout, installation of services and the construction of a new signalised intersection.",Awarded,,0,20250410 Selwyn District Council,30579809,Request for Tenders,Open Competition,CC10068 - Rolleston Minor Works Upgrade,CC10068,20241106,20241204,20241216,,Sole Agency,No,,"The proposed Contract Works includes three separable portions of works that involve safety and upgrade on works three sites located in Rolleston area. Separable Portion 1 - East Maddison Rd Upgrade Scope of works include completion missing sections of kerb and channel and footpaths along the East side of Maddison Rd between #652 East Maddison Rd to # 626 East Maddison Rd. Works include kerb and channel, footpath, entranceways, stormwater services and other minor works. Separable Portion 2 - George Holms Rd Upgrade Scope of works is to urbanizing George Holms Rd. Installation of kerb and channel, footpaths, stormwater services and other minor works. Contractor to coordinate with Connetics to install street lighting. The contract works area is part of the working industrial area and no full road closer will be allowed. The site area has numerous different underground services, and construction will require some areas to be hydro vac to safety work around. No variations will be granted for working around these underground services. Separable Portion 3 - Goulds Rd Ellesmere Junction Rd Upgrade Scope of works include rural safety upgrade at the intersection. Works include quadrant kerbing, mountable islands, stormwater services and other minor works.",Awarded,HEB Construction was award the contracts works,0,20250410 Selwyn District Council,30667468,Request for Tenders,Open Competition,Lincoln Town Centre North and South Carparks Construction,CC10067,20241119,20241213,20241218,,Sole Agency,No,,"The tender is to construct two car parks in Lincoln, Canterbury. Construction includes typical features including lighting (Connectics nominated supplier), EV facilities (Meridian nominated supplier), landscaping, stormwater, footpath, signage, pavement, fence installation, vegetation and tree removal and line marking. The tender shall be evaluated using the Lowest Price Conforming method, detailed NZ Transport Agencys Procurement Manual. The Construction of the Northern Carpark (Separable Portion 1) will be located between Lyttelton Street to William Street, Lincoln. Referenced as the Lyttelton Street Carpark through contract documentation. Construction of the Southern Carpark located between Maurice Street and Gerald Street, Lincoln. Referenced as the Gerald Street Carpark through contract documentation. Tenderers must be NZ Transport Agency Prequalified Contractors to Prequalification Work Category and Classification Levels 2C Surfacing and 4B Construction.",Awarded,,1847214,20250410 Selwyn District Council,30695556,Request for Quotations,Closed Competition,CC10072 Weedon Ross Rd Stage 2 Seal Widening,,20241125,20241204,20241209,,All of Government,No,,Request for a price submission for minor seal widening works,Awarded,Price submission awarded to HEB,0,20250410 Social Workers Registration Board,21723860,Request for Proposals,Open Competition,Database replacement,,20191004,20191029,20200302,,Sole Agency,No,,"New Zealand is shifting to mandatory registration of all social workers by 2021 and the Social Workers Registration Board is implementing these changes. The SWRB is the Crown regulatory authority responsible for the registration of social workers. Its primary function is to protect the safety of the public by ensuring that when social workers come onto the register, they are competent, fit to practise, and accountable for the way in which they practise. To date, this has been done by voluntary registration. Under a mandatory regime there is an expectation that registration and issuing practising certificates must be done in a quality and timely manner, and decisions on conduct notifications must be robust. This also becomes far more important for social workers they cannot work as a social worker without registration and a current practising certificate. The current database has been in place for over ten years and is no longer fit for purpose for the future we envisage. We need a database that can provide the customer relationship management of membership/association databases delivered through a cloud as a service model. The Social Workers Registration Board is looking for credible providers who have the capability and experience to provide a database that supports the regulatory requirements for maintaining a register of social workers and managing the professional standards processes. The SWRB will seek a strategic collaborative relationship with the successful supplier given the proposed length of the contract, the level of desired trust and communication with the supplier, and the approach to managing risk. As the SWRB is a small organisation, cost will be a significant driver.",Awarded,Zephyr provided a proposal that met the SWRB internal and external needs as they had a strong understanding of the regulatory environment,288744,20250410 South Canterbury District Health Board,23512971,Request for Quotations,Open Competition,South Canterbury DHB Cafe Servery & Kitchen Appliance,,20201027,20201113,20210321,South Canterbury DHB,Sole Agency,No,,"At South Canterbury District Health Board (SCDHB) we have two hospital sites, the main being Timaru Hospital. At our Timaru Hospital site, SCDHB are currently undertaking a number of new build projects and one of those is a new staff and public caf. Respondents are invited by SCDHB to submit quotes for the supply and installation of caf servery and kitchen appliances required in our new Caf space.",Not Awarded,,0,20250410 South Canterbury District Health Board,23515160,Request for Quotations,Open Competition,South Canterbury DHB Cafe Furniture,,20201027,20201113,20210321,South Canterbury DHB,Sole Agency,No,,"At South Canterbury District Health Board (SCDHB) we have two hospital sites, the main being Timaru Hospital. At our Timaru Hospital site SCDHB are currently undertaking a number of new build projects and one of those is a new staff and public caf. Respondents are invited by SCDHB to submit quotes for the supply of furniture required in our staff, public and outdoor caf spaces. Installation of the furniture is not included in this RFQ as it will be undertaken by SCDHB internal staff.",Not Awarded,,0,20250410 South Canterbury District Health Board,23653639,Request for Proposals,Open Competition,South Canterbury DHB Radiology Services,,20201119,20201224,20210517,South Canterbury DHB,Sole Agency,No,,"South Canterbury DHB has a requirement for a range of Radiology services. The aim of this RFP will be to develop overarching agreements and plans for managing the following services: ? On-site radiologist services ? Teleradiology services ? Off-site (outsourced) examinations: other specialised ? MRI Service These four components to the services may be delivered by one, or multiple providers.",Awarded,,0,20250410 Southern District Health Board,18022000,Request for Proposals,Open Competition,SDHB preferred switchboard supplier,,20161011,20161104,20210917,,Sole Agency,No,,"SDHB has identified the need to find a suitable and experienced Preferred Supplier for the provision of electrical and mechanical switchboards and related services over the next 3 years. The Preferred Supplier will be the one that provides the right combination of best fit for purpose switchboards and best value for money. Once appointed, the Preferred Supplier will be required to liaise with SDHB and/or their Electrical Engineer to get technical and design requirements and manufacture switchboards in a time frame that will allow the phased replacement schedule for approximately 42 electrical and 6 mechanical switchboards over our proposed replacement timeframe. They will also become the nominated switchboard supplier for a future tender where SDHB will be sourcing proposals to supply and install the above numbers of electrical and mechanical switchboards. Once appointed, the successful respondent will design, manufacture and supply the specific switchboards we require. Future design stages will be a joint process involving SDHB, their appointed electrical engineer and the switchboard manufacturer. This is an opportunity to become the SDHBs Preferred Supplier to possibly supply a significant number of switchboards over the next 3 years.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,18054293,Request for Proposals,Open Competition,SDHB Architectural Design Services Panel,,20161019,20161121,20210917,,Sole Agency,No,"Tender Box, Architectural Design Consultancy Pane,l Southern DHB, 38 Leith Street, Level 1, Dunedin","Southern DHB has a number of capital projects and standard maintenance works requiring Architectural Design consultancy services upcoming over the next three years. The type of projects for which we require Architectural Design vary significantly in scope, and include medium/small works such as Nurses Station/Medication Room Upgrades and larger scale significant projects such as redevelopment of whole wards/departments or installations of diagnostic equipment such as CT scanners or MRI machines. All projects, regardless of size, are important to us, and it is important that each project is treated individually on its own merits. We are seeking to set up a panel arrangement from which Architectural Design consultants will be selected for most individual projects. We intend to source consultant services for small, medium and larger more significant Architectural projects from our Panel. Panel members will be required to act as Architect/lead consultant on some projects, where they will take ownership of the design including engagement and coordination of secondary consultants, or Architect only working alongside a design team engaged directly by SDHB.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,18226009,Request for Proposals,Open Competition,SDHB Electrical Engineer Consultancy Panel,,20161213,20170210,20210917,,Sole Agency,No,,"Southern DHB has a number of capital projects and standard maintenance works requiring Electrical Engineering consultancy services upcoming over the next three years. The type of projects for which we require Electrical Engineering services vary significantly in scope, and include medium/small works and larger scale significant projects. All projects, regardless of size, are important to us, and it is important that each project is treated individually on its own merits. We are seeking to set up a Panel arrangement from which Electrical Engineering consultants will be selected for most individual projects. We intend to source consultant services for small, medium and larger more significant projects from our Panel. Panel members will be required to act as Electrical Engineer/lead consultant on some projects, where they will take ownership of the project including engagement and coordination of secondary consultants, or Electrical Engineer only working alongside a project team engaged directly by SDHB.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,18226090,Request for Proposals,Open Competition,SDHB Fire Protection Consultancy Panel,,20161213,20170210,20210917,,Sole Agency,No,,"Southern DHB has a number of capital projects and standard maintenance works requiring Fire Protection consultancy services upcoming over the next three years. The type of projects for which we require Fire Protection consultancy services vary significantly in scope, and include medium/small works and larger scale significant projects. All projects, regardless of size, are important to us, and it is important that each project is treated individually on its own merits. We are seeking to set up a Panel arrangement from which Fire Protection consultants will be selected for most individual projects. We intend to source consultant services for small, medium and larger more significant projects from our Panel. Panel members will be required to act as Fire Protection Consultant /lead consultant on some projects, where they will take ownership of the project including engagement and coordination of secondary consultants, or Fire Protection consultant only working alongside a project team engaged directly by SDHB.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,18226123,Request for Proposals,Open Competition,SDHB Mechanical Engineer Consultancy Panel,,20161213,20170210,20210917,,Sole Agency,No,,"Southern DHB has a number of capital projects and standard maintenance works requiring Mechanical Engineering consultancy services upcoming over the next three years. The type of projects for which we require Mechanical Engineering services vary significantly in scope, and include medium/small works and larger scale significant projects. All projects, regardless of size, are important to us, and it is important that each project is treated individually on its own merits. We are seeking to set up a Panel arrangement from which Mechanical Engineering consultants will be selected for most individual projects. We intend to source consultant services for small, medium and larger more significant projects from our Panel. Panel members will be required to act as Mechanical Engineer/lead consultant on some projects, where they will take ownership of the project including engagement and coordination of secondary consultants, or Mechanical Engineer only working alongside a project team engaged directly by SDHB.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,18461992,Request for Proposals,Open Competition,Values Based Culture Change Programme Facilitation,Project 2017-1,20170313,20170406,20190822,,Sole Agency,No,As set out in RFP,"South Canterbury District Health Board is seeking a provider with proven health sector experience to help plan, run and maintain a significant programme of cultural change. We need a facilitator to work with us to create an organisation wide framework that clearly defines the behaviours which either support and enable the culture we need to create. We want to increase staff experience of professional and collegial support. We want leaders to understand their role in creating the culture and for staff to feel comfortable challenging the way we do things so that together, we improve teamwork and the quality of care we deliver. As the facilitator creating a movement for change, you will be instrumental in significantly improving the working lives of some of the most dedicated and capable members of our community which, in turn, will allow them to deliver better care. More information set out in the attached RFP and associated documents.",Awarded,,0,20250410 Southern District Health Board,18651679,Request for Proposals,Open Competition,Cone Beam CT Dental XRay,,20170511,20170615,20210917,,Sole Agency,No,as per details in RFP,"Southland Hospital is looking to replace their existing dental XRay equipment with a contemporary Cone Beam CT 3D dental xray machine, and associated service agreement to keep the equipment operational. Please see RFP for full details.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,18660485,Request for Proposals,Open Competition,SDHB Medication and Vaccine Refrigeration Monitoring RFP,SDHB-17-253,20170515,20170612,20210917,,Sole Agency,No,,"The Southern DHB (SDHB) has identified a need to source a solution that can be retrofitted to and will monitor and record the temperature of their mixed fleet of medication and vaccine fridges at a number of geographically dispersed facilities throughout the Otago and Southland regions. This solution would need to alert any temperature excursions outside of an acceptable range, sending an alert via: pager, text or other means until the issue is resolved and if possible alarming in the room. The system should also escalate each alert in the absence of the alert being remedied in an appropriate time period and this escalation must be able to be scheduled. The solution must store the temperature recordings in a format that is useful and retrievable, working over SDHBs network infrastructure (a mixture of WIFI and hardwired network connections) to a centralised storage location. Further information is contained in the RFP documents.",Not Awarded,"This tender has been administratively awarded. The outcome of this tender is unknown as the Procurement Officer responsible for this tender is no longer responsible for or associated with the preceding tender. If you have any questions please email will.henderson@southerndhb.govt.nz putting GETS Award Notice in the subject line.",0,20250410 Southern District Health Board,19404645,Request for Proposals,Open Competition,"Leith St Warehouse Alteration, Dunedin",16118,20180130,20180302,20190801,,Sole Agency,No,"Attn. Renee Gaston, Southern District Health Board, Level One, 38 Leith Street Dunedin 9016","The Southern DHB owned Leith St supply warehouse holds a range of clinical and non-clinical items. The warehouse plays a key part in maintaining a reliable supply across Dunedin, Southland, Wakari and Lakes District hospitals as well as coverage for the rural hospitals across our district. The projects goal is to make improvements to the safety of the work environment by creating a separated loading zone, installation of traffic management features and upgrading the fire design to current standards.",Awarded,,0,20250410 Southern District Health Board,19448879,Request for Proposals,Open Competition,RFP for Delivery of Leadership Programme to Southern District Health Board,,20180214,20180314,20190801,,Sole Agency,No,rachel.stedman@southerndhb.govt.nz,"The Southern District Health Board (SDHB) is seeking a suitably experienced and qualified individual or team to design, deliver and monitor a programme of leadership training to Tier 2, 3, & 4 leaders, in order to build capacity and capability in the organisation that will ultimately benefit both patients and staff. The programme is ideally to be delivered through both one on one and group training sessions, and we anticipate that it will continue for a number of years. For details on the requirements are set out in this RFP.",Awarded,,0,20250410 Southern District Health Board,19578238,Request for Proposals,Open Competition,Water-Cooled Liquid Chillers for replacement in Ward Block MS7 Plant Room.,DM20,20180328,20180503,20211129,,Sole Agency,No,"Level 1, 38 Leith St, Dunedin 9016","Southern DHB need to select two factory assembled, single piece, water-cooled liquid chillers to replace two existing chillers within their MS7 Plant Room, Dunedin Hospital Ward Block. These chillers will be nominated equipment (at an agreed price) in a Mechanical Works contract we intend that they will be purchased by the installer (yet to be selected). Southern DHB has no storage space available to hold the chiller prior installation. The installer will hold the warranty agreement with the successful supplier of this RFP. Southern DHB will require the Chillers to be replaced individually we need one to be in operation whilst the other is being replaced. We estimate that there will need to be between 6-8 weeks between each commissioning visit to ensure that the first replaced Chiller is functioning correctly before the second one is changed over.",Not Awarded,,0,20250410 Southern District Health Board,20056953,Request for Proposals,Open Competition,Recruitment Advertising Services,,20180822,20180919,20190801,,Sole Agency,No,rachel.stedman@southerndhb.govt.nz,"The Southern District Health Board (SDHB) is the largest employer of staff in Southland and Otago. Were seeking a panel of skilled and experienced recruitment advertising providers to assist us with copy, advertising placement, strategy development and specialist campaigns. We are looking for credible providers who have the capability, experience and infrastructure to deliver the required services. Suppliers should have demonstrable experience in providing Services to New Zealand healthcare organisations AND in delivery of Services to publicly-funded organisations of similar size and complexity as SDHB. Please note that we are not interested in responses from advertising agencies who do not currently offer recruitment advertising services.",Awarded,Two companies awarded business,0,20250410 Southern District Health Board,20233860,Request for Proposals,Open Competition,Rapid Single Sign On solution,,20181002,20181029,20190801,,Sole Agency,No,responses to be submitted by email,"Southern DHB is seeking to select a provider who is able to offer and install a rapid single sign on solution. The solution must allow quick and easy sign-on, reducing the number of passwords and identifiers needed to access clinical desktops and applications. The overall goal is to reduce login times for users in select departments, improve workflow and enable faster access to patient information. This is expected to help alleviate required time at a workstation and allow clinicians fast and secure access to clinical and administrative applications. The Rapid Login Solution offered must have been rated in the Leaders Quadrant of Gartners Magic Quadrant for Enterprise Single Sign-Ons, and have been successfully implemented into another DHB in New Zealand",Not Awarded,,0,20250410 Southern District Health Board,20297380,Request for Proposals,Open Competition,Central Sterilising Unit Reconfiguration - Timaru Hospital,,20181018,20181107,20191125,,Sole Agency,No,graham.carter@southerndhb.govt.nz,The South Canterbury DHB is seeking proposals from qualified respondents to undertake the building works required to reconfigure the Central Sterilising Unit at the Timaru Hospital Site.,Awarded,,0,20250410 Southern District Health Board,20307684,Request for Quotations,Open Competition,Patient Controlled Anagelsia pumps,,20181018,20181108,20190801,,Sole Agency,No,email to jayne.ladbrook@southerndhb.govt.nz,"SDHB is seeking to appoint a preferred supplier for fleet replacement of Patient Controlled Analgesia pumps. Respondents must already be appointed to the NZHP panel of supplier for Infusion Devices and Consumables.",Awarded,,0,20250410 Southern District Health Board,20367577,Request for Proposals,Open Competition,Southland Hospital Grounds Maintenance,,20181105,20181203,20190820,,Sole Agency,No,email to ant.burgess@southerndhb.govt.nz,"The Southern DHB is looking for grounds maintenance services for the Southland Hospital site. To achieve this the SDHB is looking for vendors who are industry qualified and can provide the following services: regular lawn moving, hedge, tree and shrub pruning, weeding, green refuse collection and use of herbicides.",Awarded,,0,20250410 Southern District Health Board,20387953,Request for Proposals,Open Competition,Recruitment Software Solution,,20181107,20181204,20190806,,Sole Agency,No,rachel.stedman@southerndhb.govt.nz,"The Southern District Health Board (SDHB) is the southernmost District Health Board. We're currently reviewing our Human Resources Information System (HRIS) and processes. We invite responses from suitable providers to deliver recruitment software solutions to the SDHB, in order to achieve a streamlined workflow for recruitment functions. Ideally, the new solution will include the following key functions: Interface with vacancy approval hierarchies. Applicant tracking Candidate on-boarding Access to reporting and analytics Talent pool management The SDHB is looking for credible providers with demonstrated public-sector capability, experience, and infrastructure to deliver recruitment software services to SDHB. Respondents should have a good track record in the management, implementation and after-sales service of such systems, provide value for money and need to be innovative and constantly looking at how to provide up-to-date services whilst keeping costs as low as possible. Any proposed solution should assist SDHB to reduce administration overload and simplify the recruitment process.",Not Awarded,No decision has yet been made. Budget allocated insufficient for stated requirements.,0,20250410 Southern District Health Board,20413067,Request for Proposals,Open Competition,Provision of Ophthalmology procedures & appointments - Central Otago,,20181113,20181210,20191211,,Sole Agency,No,as per instructions in RFP,"The Southern District Health Board (SDHB) is seeking assistance to undertake a variety of Ophthalmology procedures to help it achieve its planned follow-up appointments. SDHB would also like to improve access and provide a more convenient treatment option for patients based in Central Otago, so the services procured will need to be provided from this geographical area. It is important to note the SDHB may use its discretion to apportion these procedures across one or more service providers.",Awarded,,0,20250410 Southern District Health Board,20753286,Request for Proposals,Open Competition,SCDHB L1 Emergency and Outpatient Departments Refurbishment Timaru Hospital,,20190220,20190329,20191125,,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Refurbishment & Staging of the L1 Emergency & Outpatient Departments Timaru Hospital.,Awarded,,0,20250410 Southern District Health Board,20785540,Request for Proposals,Open Competition,Southern District Health Board Asbestos Removal Panel,,20190227,20190401,20191211,,Sole Agency,No,,"Southern DHB has a number of Asbestos Removal projects upcoming over the next three years. We are seeking to set up a Panel from which Asbestos Removal Suppliers will be selected for most individual projects. The Panel. Asbestos Removal Services (the Services) will entail: The full range of Asbestos Removal related activities and accordingly Suppliers appointed to the Panel will need to be able to provide all aspects of Asbestos Removal Services. This may include Asbestos Removal, Full Environmental Clean and other related activities. All such works must be undertaken following the requirements of the Health and Safety at Work Act 2015, The Health and Safety at Work Act (Asbestos) Regulations 2018, all other Regulations, guidelines and Approved Codes of Practice.",Awarded,,0,20250410 Southern District Health Board,20804516,Request for Proposals,Open Competition,Small and Minor Works Trades Panel - Building and Minor Construction,,20190306,20190411,20191211,,Sole Agency,No,mitchell.turner@southerndhb.govt.nz,"The Southern District Health Board (SDHB) has a significant amount of work scheduled in for the coming years and is looking to implement a trades panel which will include Building and minor Construction electrical, plumbing, and painting. From this panel small and minor works will be allocated. In the past this type of work has been allocated to a preferred supplier but the SDHB is now looking to build our capacity and number suppliers we work with. This current RFP is for the Building and minor Construction suppliers for the panel only.",Awarded,,0,20250410 Southern District Health Board,20827693,Request for Proposals,Open Competition,Security Services for Lakes District and Invercargill Hospitals and former Cadbury Site,,20190313,20190412,20191211,,Sole Agency,No,,This RFP relates to the purchase of security services. The key outcomes that we want to achieve are the appointment of a contractor who will undertake security monitoring and patrols at Lakes District and Invercargill Hospitals and the former Cadburys site in Dunedin.,Awarded,,0,20250410 Southern District Health Board,20928348,Request for Proposals,Open Competition,Emergency Department Monitor Replacement-Dunedin Hospital,,20190411,20190514,20200918,,Sole Agency,No,,The Southern DHB (SDHB) have requirement for the replacement of Monitors in the Emergency Department at Dunedin Hospital.,Awarded,,0,20250410 Southern District Health Board,21073064,Request for Proposals,Open Competition,"Dental unit upgrade, Invercargill",,20190523,20190625,20191024,,Sole Agency,No,,Dental unit upgrade for Invercargill,Not Awarded,After RFP was listed no responses were received.,0,20250410 Southern District Health Board,21153596,Request for Proposals,Open Competition,CCTV replacement project_ Timaru Hospital,,20190617,20190716,20191104,,Sole Agency,No,email submission as per details in the RFP,"What we need South Canterbury District Health Board is seeking an IP based security camera system to replace the existing mixed analogue and IP system for the campus at Timaru hospital and Talbot Park. Both facilities are network linked. The solution proposed will include all the components such as server, software, cameras etc. We also need ongoing support. The only component out of scope is any cabling requirement and improved lighting if necessary. These will be undertaken by local contractors. Southern DHB Procurement is coordinating this tender process on behalf of SCDHB. Whats important to us We are looking for a product with strong functionality, good range of cameras and innovative modules (eg analytics). We are seeking a product which is continually improving with new features and modules without the need to replace cameras. We will be wanting to deal with a company which has numerous customers of different sizes with Health not being a prerequisite. You would also need to have a good ongoing support track record. Why should you bid? This is an opportunity for you to have a significant impact on the safety of the patients, staff and visitors as SCDHB. The existing system has very few features in accomplishing this and the features of modern IP Based systems will help protect people and locate wandering patients. A successful implementation at SCDHB would provide a valuable reference site for your company.",Awarded,,0,20250410 Southern District Health Board,21245205,Request for Proposals,Open Competition,Machine Replacement & PHACO Consumables Ophthalmology Department - Dunedin & Invercargill Hospital,,20190826,20191004,20210608,,Sole Agency,No,,"Southern DHB (SDHB) have requirement for the replacement of PHACO machines at Invercargill hospital and Dunedin Hospitals. The SDHB is also seeking respondents to submit product and pricing options for consumables. The Consumables that SDHB are reviewing are: Dedicated PHACO machine packs, Generic custom packs (accessories), Lenses and Pre-loaded lenses",Awarded,Still awaiting outcomes for Custom Packs and Lenses. To be updated when preferred suppliers chosen.,0,20250410 Southern District Health Board,21266515,Request for Proposals,Open Competition,Provision of Ophthalmology Clinics - Dunedin Hospital,,20190715,20190814,20200414,,Sole Agency,No,as per instructions in RFP document,"What we need The Southern District Health Board (SDHB) requires a provider to undertake regular weekend Ophthalmology clinics to help it achieve its planned follow-up appointment targets. The provider will need to provide all personnel (ie Ophthalmologists and Support Staff) It is important to note the SDHB may use its discretion to apportion these procedures across one or more service providers. What we dont want We do not want a design for a new model for providing Ophthalmology procedures. We do not want proposals from respondents who cannot deliver the services during weekends, or who cannot provide a full complement of clinical staff required to autonomously undertake the clinics. Whats important to us The SDHB is looking for credible providers who have the capability, qualifications, experience and infrastructure to deliver the required ophthalmology appointments and procedures. They need to have a good track record in the management and delivery of these procedures.",Awarded,,0,20250410 Southern District Health Board,21278984,Request for Proposals,Open Competition,Access Controls Replacement Project Timaru Hospital,,20190717,20190819,20191211,,Sole Agency,No,,South Canterbury District Health Board is seeking an IP based connected access control system to replace the existing Inner Range system for the campus at Timaru hospital and Talbot Park.,Awarded,,0,20250410 Southern District Health Board,21522755,Request for Proposals,Open Competition,Southern DHB Queen Mary Theatre Redevelopment,,20190902,20191002,20200306,,Sole Agency,No,,"The Southern District Health Board requires a Construction partner to undertake a remodel of our Obstetric operating theatre in the Queen Mary Maternity Centre (QMMC). The theatre re model is required to keep up with the changes in technology now required in a modern operating theatre, changes to infection control and prevention standards, and to improve the experience of patients using the QMMC service.",Awarded,,0,20250410 Southern District Health Board,21651899,Request for Quotations,Open Competition,Provision of Avastin Syringes,Avastin_SDHB_RFQ_2019,20190924,20191018,20191211,,Sole Agency,No,as per details in RFQ documents,"Currently, the SDHB Pharmacy Aseptic Production Unit at Dunedin hospital prepares Avastin syringes and supplies these to the ophthalmology department across Southern DHB. Avastin has been shown to radically improve visual outcomes in patients with age related macular degeneration (AMD) and is used extensively within Southern DHB for patients with AMD. Once Avastin is initiated for AMD, it is considered a lifelong treatment. Avastin also has been proven to improve and/or preserve vision in patient with diabetes, retinal vein occlusions and in some ocular inflammatory conditions. Given the growth of Avastin use, we are seeking to obtain a long term sustainable supply to meet the predicted on-going growth. Please note that responses will be considered alongside the option of maintaining or increasing in-house capacity to meet some or all of the demand. Therefore one possible outcome of the RFQ process is that SDHB will decide to continue with in-house production of Avastin and not appoint an external provider, or appoint an external provider only to complement SDHBs production.",Not Awarded,SDHB made the decision to consider compounding of Avastin syringes in-house rather than move to an outsourced model.,0,20250410 Southern District Health Board,21692451,Request for Quotations,Open Competition,Volumetric pumps (fleet replacement) and consumables,,20191001,20191025,20201110,,Sole Agency,No,as per details in RFQ document,"Southern District Health Board wish to appoint a preferred supplier for provision of Volumetric pumps and their consumables, which best meet clinical requirements for use across the DHB (Dunedin and Southland Hospitals, and outlying areas). The pumps identified will need to be robust, quality equipment with a proven track record of offering a high degree of reliability. As PHARMAC already has a tender process for provision of volumetric pumps and consumables underway, this is considered as a secondary process. If you are in process with Pharmac for volumetric pumps and consumables, we expect pricing to SDHB to reflect pricing already submitted to them. If the product range is not yet contracted with Pharmac, then pricing submission to them should be equal to, or better than, that offered to SDHB during this process.",Awarded,,0,20250410 Southern District Health Board,21699898,Request for Proposals,Open Competition,Air-conditioning chillers Invercargill,,20191002,20191104,20201125,,Sole Agency,No,,,Awarded,,0,20250410 Southern District Health Board,22083703,Request for Proposals,Open Competition,"SDHB Emergency Department extension, fit to sit area. Dunedin",,20191213,20200228,20200415,,Sole Agency,No,mitchell.turner@southerndhb.govt.nz,The SDHB are looking to create an Ambulatory Emergency Care (AEC) area in the old shop space. The area is to be refurbished to a suitable standard for patients to occupy the space.,Awarded,,0,20250410 Southern District Health Board,22096356,Request for Proposals,Open Competition,Small and Minor Works Trades Panel - Electrical Services,,20191217,20200220,20201218,,Sole Agency,No,mitchell.turner@southerndhb.govt.nz,"We are seeking Electrical Services suppliers for our trades panel, who have the required experience desire to fit into our environment during a busy period of work. We need suppliers who are able to respond efficiently, be reliable, and are willing to work with us and alongside our other suppliers.",Awarded,,0,20250410 Southern District Health Board,22103669,Request for Proposals,Open Competition,Small and Minor Works Trades Panel - Plumbing,,20191218,20200302,20210826,,Sole Agency,No,mitchell.turner@southerndhb.govt.nz,"The SDHB is seeking providers who have the capability, experience, and capacity to deliver plumbing services in a timely and efficient fashion. We are also looking for providers who have the ability to identify and suggest practical cost saving solutions appropriate to their field and can work well with our existing team, and other suppliers",Awarded,,0,20250410 Southern District Health Board,22241813,Request for Quotations,Open Competition,Optometrist Services Dunedin Hospital 2020,,20200203,20200227,20210407,,Sole Agency,No,,The Southern District Health Board (SDHB) is seeking interest from suitably experienced and qualified providers to undertake Optometrist services at Dunedin Hospital.,Not Awarded,,0,20250410 Southern District Health Board,22288310,Request for Proposals,Open Competition,"Active Fire Protection Systems Inspection, Maintenance and Recording Contract",,20200211,20200326,20200811,,Sole Agency,No,,"The Southern District Health Board (SDHB) is seeking to appoint a fire protection provider who will be responsible for ensuring that SDHB is meeting the requirements of the New Zealand Standards, Section 103 of the Building Act 2004 and support the acceptance of our Building Warrant of Fitnesss. We require expertise and experience within Fire Industry to allow for innovation and future proofing of our Life Safety Systems.",Awarded,,0,20250410 Southern District Health Board,22321240,Request for Proposals,Open Competition,South Canterbury DHB - Front of Hospital Redevelopment,,20200218,20200319,20200611,,Sole Agency,No,,"South Canterbury District Health Board (SCDHB) propose to build a new front of hospital extension to the Clinical Services Building at Timaru Hospital. The extension is intended to form the main public entrance, caf and associated facilities, Additional Outpatient clinic rooms, as well as redeveloped drop off zone and parking area. Southern DHB Procurement team is undertaking this activity on behalf of SCDHB.",Awarded,,0,20250410 Southern District Health Board,22399526,Request for Proposals,Open Competition,Air Transport Services 2020,,20200304,20200331,20210201,,Sole Agency,No,,"Southern District Health Board (SDHB) has the requirement for Air Transport services for the Southern region. We are looking for the provision of both staff and patient transport. Currently staff use air transport services between Dunedin and Invercargill and when required to Dunstan. There is also a requirement for air ambulance services for inter hospital transfers. Currently SDHB uses multiple providers for these services, and is looking to rationalise the use of providers. SDHB requires a comprehensive inter hospital transfer aeromedical service based locally to support our patients requirements.",Awarded,"Air Transport Services 2020 RFP Patient Transfer Services - Skyline Aviation Limited Staff Transfer Services - Enfield Holdings t/a Mainland Air Services",0,20250410 Southern District Health Board,22544013,Request for Proposals,Open Competition,"Southern DHB Fire Protection - Doors Inspection, Maintenance and Recording Contract",,20200416,20200611,20201012,,Sole Agency,No,,"The Southern District Health Board (SDHB) is seeking to appoint a provider who will be responsible for ensuring that SDHB is meeting the requirements of the New Zealand Standards, Section 103 of the Building Act 2004 and support the acceptance of our Building Warrant of Fitnesss. We require expertise and experience within the Industry to allow for innovation and future proofing of our Life Safety Systems. The aspects of fire protection and compliance to be included (but is not limited to): 1. SS3/1 Automatic Doors; 2. SS3/2 Access Controlled Doors; 3. SS3/3 Interfaced Fire or Smoke Doors or Windows 4. Local authority requirements",Awarded,,0,20250410 Southern District Health Board,22544108,Request for Proposals,Open Competition,"Southern DHB Fire Protection - Passive Features Inspection, Maintenance and Recording Contract",,20200416,20200612,20201012,,Sole Agency,No,,"The Southern District Health Board (SDHB) is seeking to appoint a provider who will be responsible for ensuring that SDHB is meeting the requirements of the New Zealand Standards, Section 103 of the Building Act 2004 and support the acceptance of our Building Warrant of Fitnesss. We require expertise and experience within the Building Warrant Industry to allow for innovation and future proofing of our Life Safety Systems. The aspects of fire protection and compliance to be included (but is not limited to): 1. SS14/2 Signs for Specified Systems; 2. SS15/2 Final Exits 3. SS15/3 Fire Separations 4. SS15/4 Signs for Evacuation 5. SS15/5 Smoke Separations 6. Local authority requirements",Awarded,,0,20250410 Southern District Health Board,22806427,Request for Proposals,Open Competition,Teleradiology Services Southern District Health Board,,20200615,20200720,20210318,,Sole Agency,No,,,Awarded,,0,20250410 Southern District Health Board,22892445,Request for Proposals,Open Competition,"SS9 Mechanical Ventilation Inspection, Maintenance and Recording Contract",,20200630,20200803,20201210,,Sole Agency,No,51 Green Hill Ave,"The Southern District Health Board (SDHB) is seeking to appoint a provider who will be responsible for ensuring that SDHB is meeting the requirements of the New Zealand Standards, Section 103 of the Building Act 2004 and support the acceptance of our Building Warrant of Fitnesss. We require expertise and experience within the Mechanical Ventilation Industry to allow for innovation and future proofing of our Life Safety Systems. The aspects of fire protection and compliance to be included (but is not limited to): 1. SS9 Mechanical Ventilation 2. Local authority requirements The successful respondent must have experience in conducting similar work in buildings of similar size and complexity to those tendered. In addition, you should have staff available with the appropriate qualifications, and they should be available throughout the duration of the engagement. The successful respondent will be expected to co-ordinate and manage liaise with appropriate stakeholders. In addition to this your ability to demonstrate prompt remedial identification, recommendations and proposals to rectify will make you stand out from the others.",Awarded,,0,20250410 Southern District Health Board,23037017,Request for Proposals,Open Competition,"Lead Contractor - Linac 1 Bunker Replacement, Dunedin Hospital",,20200729,20200828,20201210,,Sole Agency,No,,"Southern DHB has purchased a new Linear Accelerator and requires construction work to prepare the Bunker. Construction work includes: - A new Equipment Room at the rear of the existing Linac Room - New seismically strengthened grid ceiling - New joinery - Upgrading of Electrical, Mechanical / Plumbing and Fire services - Installation of a patient hoist, and ceiling mounted I-beam. - Installation of a steel and concrete radiation protection wall - Concrete cutting and work to the floor, and new vinyl - Upgrading and resizing of the adjacent Modulator Equipment Room (G23) and Control Room (G24) and computer cabinet - Installation of a new Photon Shielding Door",Awarded,,0,20250410 Southern District Health Board,23097897,Request for Proposals,Open Competition,SDHB Wakari Main Block Finance Offices Refurbishment,,20200811,20200910,20201125,,Sole Agency,No,,"The SDHB is looking for a construction partner to undertake a project that will see a storage area turned into an office space. Room 1102 is located on level 1 of Wakari Hospital and is currently used as a storage room, however the opportunity has presented itself to refurbish this area into a well-presented workspace for some of the finance department to use.",Awarded,,0,20250410 Southern District Health Board,23135184,Request for Proposals,Open Competition,6th Floor Ward Block Austco Nurse Call System,,20200818,20200917,20201210,,Sole Agency,No,,"The 6th floor currently has an obsolete Philips Nurse Call System that needs to be replaced with a new Austco Tacera Nurse Call System. The new system needs to be integrated with the other Austco Nurse Call Systems in use in the Hospital. Respondents to provide/undertake: ? A brief on design proposal and how install will occur in this clinical environment ? The estimated time of installation ? Existing nurse call system to be kept running whilst new install occurs ? Schedule of pricing/break down of parts ? Qualifications of workers undertaking the project ? Removal and disposal of the original Philips Nurse Call system at projects end",Awarded,,0,20250410 Southern District Health Board,23159944,Request for Proposals,Closed Competition,PTAS for Southern DHB & Nelson Malborough DHB,,20200824,20200921,20210801,,All of Government,No,,,Awarded,,0,20250410 Southern District Health Board,23169151,Request for Proposals,Open Competition,Surgical Air Plant Replacement SDHB Dunedin,,20200825,20200928,20210826,,Sole Agency,No,,"The existing Plant providing Surgical Air to the Dunedin Hospital Ward block have reached the end of their service life. Because of this, we now require a replacement for the existing Surgical Air Plant. The current plant is located on the sixth floor of the Clinical Services Building at the Dunedin Public Hospital. This is an opportunity for a specialist provider to provide a fixed price response for a turnkey design and installation solution for the replacement of the existing Surgical Air plant. A detailed design will be required based on the report/recommendations from documentation in Appendix A for the purpose of construction and any council consenting that may be required. Supply and installation of the proposed new plant is to be in line with the detailed requirements set out in the Appendix A.",Not Awarded,,0,20250410 Southern District Health Board,23322077,Request for Proposals,Open Competition,"Provision of Cafe,Patient Meals and / or Cleaning Services",,20200921,20201021,20210222,,Sole Agency,No,,"The South Canterbury District Health Board (SCDHB) requires a provision for Caf, Patient Meals and Cleaning services to Timaru Hospital, Talbot Park Aged Care and Community Hub. This RFP is for a: Caf & Function Catering provider Patient Meals provider Cleaning Services provider Respondents are invited by SCDHB to submit proposals for any of these opportunities, there is no requirement to respond to all of these opportunities, respondents are welcome to respond to only one, two or all three. This RFP is being released by Southern District Health Board on behalf of South Canterbury DHB.",Awarded,,0,20250410 Southern District Health Board,23356891,Request for Proposals,Open Competition,Allied Health Activity Tracking solution,RFP_AHATS_JL_102020,20200925,20201028,20210407,,Sole Agency,No,"Please submit responses to our key contact, as per the RFP document instructions","What we need SDHB is looking for an allied health activity tracking solution to support the capturing of data, as close to the point of care as possible, whether that is in the an inpatient or community setting. The goal being to provide an enhanced understanding of the activity being undertaken by Allied Health professionals. The objective of the solution is to: Capture data to support a deeper understanding of the Allied Health activity being provided within/across the DHB Enable efficiencies by bringing data capture for Allied Health activity as close as possible to the point of care inform continual quality improvement in Allied Health services meeting the DHBs Ministry of Health data collection requirements for Allied Health What we dont need We do not wish to consider a custom, ground-up built solution. Whats important to us The user experience is key, we are looking for an intuitive, user friendly, and easy to navigate solution. We wish to partner with a provider that has relevant experience and a proven track record implementing a similar solution in the health sector.",Awarded,,0,20250410 Southern District Health Board,23465473,Request for Proposals,Open Competition,"New Generator and Diesel Tank, Lakes District Hospital",,20201015,20201127,20210309,,Sole Agency,No,,Southern District Health Board is seeking to engage a contractor to Design and Engineer a new diesel backup generator and diesel tank at Lakes District Hospital. Both the existing generator and tank are at end of life (30 -40+ years) and hence require replacement. The existing switchboard needs to be updated to accommodate the new generator.,Awarded,,0,20250410 Southern District Health Board,23564747,Request for Quotations,Open Competition,Smoke Evacuation Units and Consumables,,20201104,20201124,20210407,,Sole Agency,No,,"Southern District Health Board wish to appoint a preferred supplier for provision of Smoke Evacuation Units and their consumables, which best meet clinical requirements for use across the DHB (Dunedin and Southland Hospitals). We expect to enter an agreement where the capital is provided free on loan in return for purchase of consumables, as per our current approach. However, we will also consider outright purchase if this would be significantly more favourable to the DHB so would like proposals for both options to be submitted.",Awarded,,0,20250410 Southern District Health Board,23629446,Request for Proposals,Open Competition,SDHB Security System Upgrade,,20201116,20201223,20210826,,Sole Agency,No,,"Southern District Health Board has undertaken a review of our current security system and is seeking to engage a provider to upgrade and update our existing security systems to a 2020 security standard and align with best practices. This upgrade is for our 4 major sites including Dunedin Hospital, Wakari Hospital, Lakes District Hospital, and Southland Hospital. The key outcomes are ? Upgrade existing software for access control and video surveillance to the latest version of the software from respective providers, Gallagher (Access Control) and preferably Milestone (Video Surveillance) ? Remove legacy hardware and replace with latest hardware ? Integrate access control and video surveillance with new GUI ? Updated workstations/servers and storage ? Minimal disruption to systems during upgrades Documents (appendices) provided to respondents are for the purposes of responding to this RFP only. They should not be distributed, shared, or used for any other reason.",Awarded,,0,20250410 Southern District Health Board,23654672,Request for Proposals,Open Competition,Adult Community Forensic Step Down Supported Accommodation Beds - Dunedin,,20201120,20201218,20210816,,Sole Agency,No,,Southern DHB is looking to engage with a supported accommodation provider/s for a new Adult Community Forensic Step Down (community transition) Service in Dunedin. The service is for a maximum of 4 step down beds.,Awarded,,0,20250410 Southern District Health Board,23734883,Request for Quotations,Open Competition,Bedside and Transport Monitors _ Neonatal Unit Southland Hospital,SAP_JL_NNU Monitors_2021,20201204,20210111,20210407,,Sole Agency,No,,"Southern District Health Board wish to appoint a supplier for provision of five Bedside & two Transport monitors for the Neonatal Unit at Southland Hospital. The monitors selected will need to be robust, quality equipment with a proven track record of offering a high degree of reliability. The emphasis in this process is identifying the equipment which would best meet clinical needs within the NNU.",Awarded,,0,20250410 Southern District Health Board,23765760,Request for Proposals,Open Competition,"SCDHB - Refurbishment of Child and Maternity Facilities, plus transitional care unit",,20201214,20210127,20210826,,Sole Agency,No,,"South Canterbury District Health Board (SCDHB) require a lead construction partner to undertake the refurbishment of the Maternity Ward, Childrens Ward, the construction of a Transitional Care Unit, as well as an upgrade of the womens clinic and relocate the paediatrics outpatients clinics into the same ward. The work is all based at the Timaru Hospital. SDHB Procurement Team is managing the tender process on behalf of SCDHB.",Awarded,,0,20250410 Southern District Health Board,23806852,Request for Proposals,Open Competition,"Isolation Room controls, Southland",,20201222,20210211,20210309,,Sole Agency,No,,"The works involves: 1. The demolition and removal of redundant ducting, volume control dampers, ceiling space mounted HEPA filter units, inline & roof mounted fans and associated redundant wiring and controls 2. The installation of new n+1 fan and HEPA filter extract systems including new ducting, electrical and controls as per this specification and design drawings. 3. Design and installation of a new roof mounted platform for the new plant. 4. The Provision of a year warranty and 1 year of maintenance.",Not Awarded,NO responses were received for this RFP process.,0,20250410 Southern District Health Board,24084455,Request for Proposals,Open Competition,"Mechanical Services Replacement SDHB Dunedin DM 14A, DM 14B and DM14D",,20210315,20210420,20210820,,Sole Agency,No,,"The existing Plant including: Day Surgery AHU and associated re-heat coils, Ground/1st Floor CSB (DM14A), 2 no. Ward Block MS7 LPHW heat exchangers (DM14B) Ward Block AHU heating coils AC3/AC15 (DM14D) At the Dunedin Hospital Ward Block (WB) and Clinical Services Building (CSB) have reached the end of their service life. The Southern District Health Board intend to replace the aforementioned Plant which is located on the ground floor and roof of the: 1st floor CSB (DM14A), WB LG floor MS7 plant room (DM14B), MS3 plant room and WB LG floor MS7 plant room At Dunedin Hospital. This is an invitation for a fixed price tender from specialist companies to submit firm tenders a turnkey design & build solution for the replacement of the existing surgical air plant.",Awarded,,0,20250410 Southern District Health Board,24185695,Request for Proposals,Open Competition,Alcohol and Other Drug Community Based Withdrawal Service,,20210412,20210507,20211001,,Sole Agency,No,,"The 2018 Report of the Government Inquiry into Mental Health and Addiction, He Ara Oranga, confirmed that alcohol and drug addiction recovery services around the country are under pressure, fragmented, uncoordinated and lacking consistency. In response, the Wellbeing Budget 2019 made mental health and addiction a top priority with $1.9 billion allocated over four years to mental health wellbeing. Southern DHB has been allocated funding for the provision of 1.6 FTE community-based withdrawal management nurses as part of this funding package. We are seeking proposals for the provision of a service covering the geographical areas of Invercargill, Southland District and Queenstown Lakes, these areas have been identified as high priority.",Awarded,,0,20250410 Southern District Health Board,24283235,Request for Proposals,Open Competition,Radiation Oncology Assessment and Treatment (Breast and Prostate),,20210507,20210604,20210728,,Sole Agency,No,Instructions as per RFP. Email responses to jayne.ladbrook@southerndhb.govt.nz,"Southern District Health Board is seeking proposals for the provision of an outsourced radiation oncology service for the population of the District. The service that is being sourced would be to provide the initial assessment, planning and delivery of radiation treatment for patients suffering from breast and prostate cancer. Southern DHB is looking for proposals that can supply a comprehensive service from assessment to treatment however will accept proposals that address either individual tumour streams (or subset thereof) or those that cover all identified patient groups. Southern DHB may therefore use its discretion to apportion these services across one or more providers as appropriate.",Awarded,,0,20250410 Southern District Health Board,24322445,Request for Proposals,Open Competition,Wakari Hospital Ward 9A & 9B Essential Power,,20210519,20210705,20210914,,Sole Agency,No,,Wards 9A/9B and Padget House at the Wakari Hospital site have their electricity supplied via a 500kVA transformer. Currently the standby generator system supplying the essential power to Ward 9A/9B is at end of its serviceable life and does not meet the minimum required run time of 24 hours.,Awarded,,0,20250410 Southern District Health Board,24388588,Request for Proposals,Open Competition,Digital Infrastructure and Digital Facility Systems for the New Dunedin Hospital Project,,20210604,20210707,20210920,,Sole Agency,No,,"The Southern District Health Board (SDHB) is seeking proposals from suitably qualified suppliers (Respondents) who can offer a team to design, manage, implement, and assure the Digital Infrastructure and Digital Facility Systems for the New Dunedin Hospital (NDH) Project, appropriate to its scale, complexity, and programme duration. The successful Respondent (the Consultant) will be engaged to complete the full spectrum of digital architecture and design, delivery management and assurance experience (subject to the continuation of the Programme and funding availability). SDHB encourages a broad range of Respondents with proven and effective competency in digital infrastructure, hospital systems, stakeholder management and implementation to consider this opportunity. The scope of the engagement is a Digital Infrastructure and Digital Facility Systems package (primarily the active Digital infrastructure) that addresses the digital needs of the project and is coordinated with the other digital design programmes already underway, including for both the traditional passive ICT services (managed by the Incumbent NDH design team) and the clinical and corporate software systems (managed by the SDHB). SDHB is seeking Respondents who have capacity and personnel with experience in both major construction projects and demonstrable Digital Hospital delivery with the appropriate skills, technical knowledge, experience, and availability to assist the Ministry of Health (the Ministry) and SDHB in realising the Digital Infrastructure and Digital Facility Hospital Systems solutions for the NDH Project. SDHB is seeking to establish a close, collaborative, and long-term relationship with the Consultant; they will be required to work collaboratively within a wide range of design team, client, and stakeholder interactions, and demonstrate communication leadership at all levels.",Awarded,"Contract awarded to WSP, all unsuccessful Providers have attended on line or in person debriefs",0,20250410 Southern District Health Board,24408212,Request for Proposals,Open Competition,Replacement Heat Pumps Dunedin Hospital,,20210610,20210715,20211203,,Sole Agency,No,,The Dunedin Public Hospital has a series of heat pumps that require replacement as they have reached the end of their useable life. Therefore the Southern District Health Board (SDHB) now require replacement heat pumps. The new heat pumps need to be replaced with their modern equivalents (size/capacity) including the replacement of the outdoor units.,Awarded,,0,20250410 Southern District Health Board,24603202,Request for Proposals,Open Competition,SCDHB - AT&R Facilities Construction,,20210727,20210907,20210924,,Sole Agency,No,,"This RFP relates to the construction of a new stand-alone Assessment, Treatment & Rehabilitation (AT&R) unit for SCDHB. We are seeking a construction partner who will manage all aspects of this build. This new stand-alone AT&R unit will be constructed on the Timaru Hospital grounds and will link into the existing Clinical Services Block. A new layout will allow for a better patient experience during their stay, larger patient rooms, dedicated rehabilitation areas, and outdoor courtyards. This will provide the patients and staff within the unit to focus on recovery in a home like setting in a new purpose-built facility.",Awarded,,0,20250410 Southern District Health Board,25083326,Request for Proposals,Open Competition,SCDHB Laundry Demolition 2021/22,,20211111,20211215,20220307,,Sole Agency,No,,"South Canterbury DHB have recently made the decision to take laundry services off site, making the old building which contained the laundry redundant. SCDHB are seeking a supplier to undertake the demolition of the building. The building is located on the Timaru Hospital site.",Awarded,,0,20250410 Southern District Health Board,25092571,Request for Proposals,Open Competition,"Cold Water Riser Main, CSB, Invercargill",,20211112,20220110,20220228,,Sole Agency,No,,"The Cold Water Riser to the Clinical Services Building (CSB) in Invercargill has been showing signs of corrosion, which could potentially be affecting the water supply into the Hospital. To investigate this, BECA were contracted to produce a report on the state of the existing water pipe. As a result, the SDHB requires the entire branch feeding the CSB from the Energy Centre to be replaced and areas of concern identified in the report addressed",Awarded,,0,20250410 Southern District Health Board,25150738,Request for Proposals,Open Competition,SCDHB Extension to Endoscopy Unit RFP,,20211123,20220117,20220224,,Sole Agency,No,,South Canterbury District Health Board require a lead construction partner to undertake the development of an extension to their current Endoscopy Unit at Timaru Hospital.,Awarded,,0,20250410 Southern District Health Board,25377328,Request for Quotations,Open Competition,Panel for Provision of Outsourced Diagnostic Ultrasound Services - Southern DHB and Central Otago Health Services Limited,,20220203,20220303,20220301,,Sole Agency,No,,"The Southern District Health Board (SDHB) are seeking assistance to undertake a variety of diagnostic ultrasound procedures to help achieve a reduction in waitlists across all its sites and to do the appropriate follow up appointments if required. Central Otago Health Services Limited (COHSL) also need to reduce their waiting lists. SDHB are wanting to set up a panel of suppliers who can provide the required diagnostic ultrasound procedures in the main areas of Dunedin, Invercargill, and Queenstown. COHSL will also have access to this panel to assist with reducing their waitlist numbers at Dunstan radiology. Please note there is a breakdown of the waitlist procedures available. This information will be released to potential respondents after signing an NDA agreement as this information is confidential. If you wish to obtain this information, please send me an email to the contact below.",Not Awarded,,0,20250410 Southern District Health Board,25471244,Request for Proposals,Open Competition,Video Conferencing Rooms - Southern DHB,,20220228,20220322,20220601,,Sole Agency,No,,The SDHB has 60 corporate meeting and conference rooms. Currently many of the rooms have equipment that is no longer fit for purpose and the solutions are inconsistent across the DHB. Video conferencing (VC) and online meetings are now a key tool in the support of an efficient healthcare system.,Awarded,,0,20250410 Southern District Health Board,25768440,Request for Proposals,Open Competition,"Alcohol and Other Drug Services, Otago Region",,20220509,20220602,20221101,,Sole Agency,No,,"Southern District Health Board is looking for organisation(s) with proven ability to provide alcohol and other drug (AOD) services for people in the Otago area. The organisations will be existing healthcare providers with sufficient resources and infrastructure (including clinical leadership) to support this expansion of existing AOD services or development of new services. The organisation(s) will be cognisant with the current and emerging development of improved models of care including the establishment of localities in the Otago region. They will have established relationships with local Runanga, Iwi, and Maata Waka, and will be able to display evidence of Maori participation in their organisation at all levels including governance, leadership, and service delivery. We need services for adults with moderate to severe issues relating to alcohol and drug use. The new services will have an expert workforce that are DAPAANZ registered and are able to complete brief and comprehensive assessments, undertake evidence informed interventions including motivational approaches, cultural support, individual and whanau support, and peer support. The interventions and support will be embedded in a Te Ao Maori framework where clinical and cultural perspectives are woven together with equal importance. The service will work with people with complex needs including current or past involvement with Corrections, the workforce will be culturally competent and confident with providing services to Maori and Pasifika. The specialist nature of this service requires strong clinical governance, oversight of practice, supervision, and continuous development of the workforce. The successful provider will have established, trusted relationships with iwi, government agencies, community and social services and communities of interest. They will be well networked with other AOD and health providers, work collaboratively with these providers, contribute to the overall leadership of the system through constructive leadership, and partner with others for the benefit of the Otago community.",Awarded,,0,20250410 Southern District Health Board,25979768,Request for Proposals,Open Competition,Queenstown Lakes Crisis Support,,20220628,20220721,20221115,,Sole Agency,No,Will.Henderson@southerndhb.govt.nz,"The Crisis Support service in Queenstown Central Lakes is a new initiative. We want to have a crisis support service that includes a home-based and residential option for people who are experiencing a period of acute distress, use of online tools to provide support into the home, and provide support and education for whanau and carers. It is anticipated this will enable some people to avoid admission to acute inpatient mental health services. This service will work closely with Specialist Mental Health Teams, locally based community agencies and primary care. The aim of the service is to provide more support options closer to where people live, assist with resolution of the crisis, and provide support for carers and whanau.",Not Awarded,,0,20250410 Southern District Health Board,26402100,Request for Proposals,Closed Competition,Request for Proposal: New Dunedin Hospital - Digital Infrastructure Delivery Partner,,20221003,20221110,20230523,,Sole Agency,No,,"This closed Request for Proposal (RFP) is an invitation for shortlisted suppliers to submit a Proposal for the supply of Digital Infrastructure Delivery Partner (DIDP) services for all buildings within the New Dunedin Hospital (NDH) campus. This RFP is the second step in a multi-step procurement process. This document deals only with the second step: i.e., the RFP process. Acting as a prime contractor, the DIDP will: In conjunction with our Digital Infrastructure Design Consultant, verify the design of in-scope Digital Group 2 and 3 solution components required for the NDH ; Procure, commission, install, integrate, manage and support all in-scope Digital Group 2 and 3 products for the NDH; Establish and manage a prototype and staging lab to deliver a fully integrated digital environment across all ICT at the New Dunedin Hospital; and Work closely with the NDH Main Contractor(s), sub trades, Te Whatu Ora - Southern's digital team and furniture, fixtures and equipment (FF&E) vendors to deliver a fully integrated digital environment. As well as technical capability, the DIDP will have a proven ability to build and maintain contractual relationships and a track record of working collaboratively with other contracting parties and mana whenua. The DIDP will have systems, processes and resources in place to manage a contract of this complexity including, for example, health and safety, and experienced staff and/or subcontractors. Key members of their project team will have capacity and demonstrated capability to meet delivery timelines, and have a proven ability to provide innovative, cost-effective solutions. Please Note: - As set out in the attached RFP document, we will hold a number of one-on-one suppliers sessions throughout the open period of this RFP. Sessions times will be allocated on a 'first come first served' basis. - We have a number of attachments which we are not able to upload onto GETS because of size constraints. We will make these available through a closed teams channel. Please email us to receive a link.",Not Awarded,This is a mandatory field and bears no relation to this tender. Please see award notice on GETS RFX ID - 26615277,0,20250410 Southern District Health Board,26615277,Request for Proposals,Closed Competition,Request for Proposal: New Dunedin Hospital - Digital Infrastructure Delivery Partner - Part 2,,20221111,20221201,20230502,,Sole Agency,No,,"....This RFP is a continuation of RFP #26402100.... This closed Request for Proposal (RFP) is an invitation for shortlisted suppliers to submit a Proposal for the supply of Digital Infrastructure Delivery Partner (DIDP) services for all buildings within the New Dunedin Hospital (NDH) campus. This RFP is the second step in a multi-step procurement process. This document deals only with the second step: i.e., the RFP process. Acting as a prime contractor, the DIDP will: In conjunction with our Digital Infrastructure Design Consultant, verify the design of in-scope Digital Group 2 and 3 solution components required for the NDH ; Procure, commission, install, integrate, manage and support all in-scope Digital Group 2 and 3 products for the NDH; Establish and manage a prototype and staging lab to deliver a fully integrated digital environment across all ICT at the New Dunedin Hospital; and Work closely with the NDH Main Contractor(s), sub trades, Te Whatu Ora - Southern's digital team and furniture, fixtures and equipment (FF&E) vendors to deliver a fully integrated digital environment. As well as technical capability, the DIDP will have a proven ability to build and maintain contractual relationships and a track record of working collaboratively with other contracting parties and mana whenua. The DIDP will have systems, processes and resources in place to manage a contract of this complexity including, for example, health and safety, and experienced staff and/or subcontractors. Key members of their project team will have capacity and demonstrated capability to meet delivery timelines, and have a proven ability to provide innovative, cost-effective solutions. Please Note: - As set out in the attached RFP document, we will hold a number of one-on-one suppliers sessions throughout the open period of this RFP. Sessions times will be allocated on a 'first come first served' basis. - We have a number of attachments which we are not able to upload onto GETS because of size constraints. We will make these available through a closed teams channel. Please email us to receive a link.",Awarded,"Early services contract for Digital Infrastructure Delivery Partner (DIDP) for New Dunedin Hospital (NDH) has been signed by the parties. Negotiation on the final Master Supply Agreement (MSA) and its Statements of Works is currently underway, with a view to execution on or around August 23.",250000,20250410 Southern District Health Board,27087804,Request for Proposals,Open Competition,Installation of hot water Calorifiers with plate heat Exchangers,,20230314,20230512,20240131,,Sole Agency,No,,"Replacement of existing Domestic Hot Water (DHW) calorifier, with NEW stainless-steel tanks and new stainless steel plate heat exchangers (PHEX). Further details and requirements are outlined in section 2 of this RFP and in the attached appendices. The project works involves plant and main infrastructure for the Ward Block and the Clinical Services, Building Plant rooms, Replacement of Domestic Hot Water Calorifiers, MS3 (10th floor) and MS7 (Lower Ground floor) Plant rooms, Ward Block and No. 1 Plant room (Basement), Clinical Services Building at Dunedin Hospital.",Awarded,,0,20250410 Southern Institute of Technology Limited,23712417,Request for Tenders,Open Competition,Internal Auditor at the Southern Institute of Technology Ltd,,20201201,20210108,20210202,,Sole Agency,No,"133 Tay Street, Invercargill 9810",RFP to provide Southern Institute of Technology Limited with an internal audit programme,Awarded,"Please be advised that after careful consideration by the FRAC committee, you have been successfully been chosen as the preferred supplier of the Internal Auditor contract. Please get in contract with Daryl to discuss next steps.",0,20250410 Southern Response Earthquake Services Limited,21474091,Request for Proposals,Open Competition,Finance Function,,20190828,20190925,20191025,,Sole Agency,No,,"Southern Response is a Crown owned entity listed on schedule 4A of the Public Finance Act 1989, responsible for settling AMI policyholders claims from damage caused by the Canterbury earthquakes that occurred before 5 April 2012. Southern Response is looking for credible providers who have the capability, experience and capacity to deliver a finance function, which will report to an internal management position and support the Board of Directors to ensure the company continues to meet its on-going duties and obligations.",Awarded,,0,20250410 Southland District Council,17303467,Request for Proposals,Open Competition,Digitisation of Property Files and Historic Property Information,,20160310,20160415,20250205,,Sole Agency,No,,"Councils property filing system includes physical files for approximately 23,000 properties and is approximately 452 linear metres of files. Council also holds historic property related records of its predecessor agencies (specifically the Southland County Council and Wallace County Council). These records include single page building permits; single page field sheets; multi-page building permits (including applications, specifications and plans; microfiche records made up of multi page building permits including applications, specifications and plans and aperture cards). Council is looking to partner with a vendor in order to complete an end-to-end process of digitisation, metadata capture and delivery of electronic records. Proposals should include the packaging and transportation of information from Councils offices in Invercargill to the respondents storage facility, on request and business as usual digitisation of files and historic records, quality assurance of all digitised records against the hardcopy, delivery of the electronic files to Council for uploading to our EDRMS and storage (or arrangements made for the storage) of the physical material for a specified period of time on completion of digitisation.",Not Awarded,no responses received,0,20250410 Southland District Council,20146388,Request for Proposals,Open Competition,"Human Resource Information System, Payroll and Health and Safety Suite",18/18,20180911,20181015,20211209,,Sole Agency,No,"15 Forth Street, PO Box 903, Invercargll 9840.","We are looking for options to replace our current payroll (JD Edwards) and Human Resource Information System (HRIS) (in-house developed) to an integrated solution that offers greater automation and increased efficiency and effectiveness of the Human Resources, Payroll and Health and Safety processes. Council is looking for a flexible, fit-for-purpose and future-proof solution. We want a system that will engage and empower our people and an interface that is easy to use and intuitive. Ongoing maintenance of the proposed solution should be kept to a minimum. To achieve a dynamic, effective, efficient organisation we want our staff to be out working in our business not mired in administrative tasks. Our vision is that our new HRIS will provide a single source of truth of up to the minute HR and Payroll information that is readily accessible and able to be overlaid with other organisational data to support informed business decision-making. Workflow technologies will streamline and automate processes, enabling reliable seamless delivery of human resources operational functions to all parts of the business. It is envisaged that the new HRIS/Payroll/H&S platform or platforms will be progressive, proven, agile and formulated on best practice industry standards.",Not Awarded,,0,20250410 Southland District Council,20554696,Request for Proposals,Open Competition,WasteNet Southland Recyclables - Contract 850 - Request for Proposals,,20181214,20190314,20191223,,Sole Agency,No,,"This Request for Proposals is issued by Invercargill City Council, Southland District Council and Gore District Council (WasteNet Councils). The WasteNet Councils provide their communities with a Kerbside Recyclables Collection service as part of the WasteNet Southland solid waste management service. The WasteNet Councils invite proposals for the provision of recyclables acceptance services (Services), as part of the wider WasteNet Southland solid waste management service in accordance with this Request for Proposals (RFP).",Not Awarded,,0,20250410 Southland District Council,20560715,Request for Proposals,Open Competition,Internal Audit Services,,20181217,20190207,20211130,,Sole Agency,No,"15 Forth Street, PO Box 903, Invercargill 9840","The Council are seeking an Internal Audit Service Provider that: ? Has the capacity and capability to develop and deliver a tailor made risk based internal audit programme. ? Works with Council Committees and staff and is committed to continuous improvement by adding value through the internal audit process. ? Understands local government and delivers value by: - Utilising your network and capabilities - Participating in wider risk and assurance conversations - Providing insights on market trends and emerging risks; and - Providing independent and trusted advice. - Understands the importance of knowledge sharing and communication and demonstrates this constantly in dealing with all areas of Council.",Not Awarded,,0,20250410 Southland District Council,20885410,Request for Quotations,Open Competition,19/9 Central Area Gardening,19-Jun,20190327,20190416,20191223,,Sole Agency,No,,"The purpose of this Request for Quotations is to invite parties to submit a schedule of rates for the provision of Gardening services at Winton, Browns, Nightcaps and Dipton and to give those parties sufficient information to provide such pricing. Southland District Council prides itself on the provision of quality gardens throughout the district. The current gardening contractor is stepping down in four towns in Central Southland. This RFQ is to replace the existing gardener.",Not Awarded,Awarded to local contractor.,0,20250410 Southland District Council,21136371,Request for Quotations,Open Competition,Supply of Server Infrastructure,19/23,20190612,20190621,20190730,,Sole Agency,No,,"Southland District Council is looking to replace some of its aging datacentre hardware with a DELL VXRail solution. The purpose of this Request for Quotations is to invite selected parties to submit a price for the provision of a DELL VXRail solution as outlined in the logical design and bill of material list.",Not Awarded,awarded,0,20250410 Southland District Council,21411341,Request for Proposals,Open Competition,Southland District Council Holiday programme 2020,19/47,20190813,20190915,20200114,,Sole Agency,No,"15 Forth Street, PO Box 903 Invercargill 9840",The purpose of this request for proposal is to invite interested parties to register their interest and submit information relevant to the delivery of a holiday programme within communities in the Southland District during the month of January 2020.,Not Awarded,This contract was awarded to Sports Southland.,0,20250410 Southland District Council,21532666,Request for Tenders,Open Competition,18/21 Otautau watermain renewals 2019/20,18/21,20190903,20191009,20191223,,Sole Agency,No,,"This contract is the alignment, location, supply and installation of 1360m of DN180mm HDPE (PE 100 SDR 13.6) water main, 75m of DN180 HDPE (PE 100 SDR 11) watermain, 265m of DN125mm HDPE (PE 100 SDR 13.6) watermain and all branch pipe work, connections and associated valves, hydrants, fittings and service laterals and toby manifolds.",Not Awarded,Four tenders were received for this Project. the contract was awarded to Wilson Contractors Ltd,0,20250410 Southland District Council,21537765,Request for Proposals,Open Competition,19/46 - Te Anau Wastewater Treatment Plant Membrane Filtration,19/46,20190904,20191108,20191204,,Sole Agency,No,,"On behalf of our client, Southland District Council (hereinafter the Principal), we invite proposals to design and install membrane filtration (MF) plant and associated civil, building and pond storage works at the Te Anau Wastewater Treatment Plant (WWTP) located at 67 Upukerora Road, Te Anau, as part of the wider Wastewater Scheme. A proposer prequalification process was carried out in June-July 2019 to shortlist suppliers to be invited to submit proposals for supply and installation of the MF plant only. Partly as a result of knowledge gained from the prequalification process, the Principal has decided to procure the project on a different basis and the prequalification process has been set aside. This Request for Proposals is therefore issued to the open market for an increased scope of work and the prequalification submissions will not be considered in the evaluation of proposer attributes. The works of the proposed Contract include design, supply, construction, installation and commissioning of membrane filtration equipment, Dissolved Air Flotation (DAF) pre-treatment, transfer pumping equipment, associated civil and building works, and additional pond storage. The design and construction works are followed by a period of operation by the Contractor of the combined works of the wastewater scheme. The Contractor must provide all necessary Plant and personnel to complete the Contract Works. Currently the Principal is conducting a feasibility study to determine its preferred option for additional pond storage at the Te Anau WWTP site. The scope of the pond works to be included in the Contract is therefore uncertain at the time of requesting proposals. It is expected that the necessary details will be provided to proposers within the proposal period as a Notice to Proposers. Proposals for the Contract must be prepared and submitted in accordance with the conditions of proposals in this document.",Awarded,,0,20250410 Southland District Council,21604968,Request for Proposals,Open Competition,Milford Opportunities Project - Master plan development team,,20190913,20191030,20200407,,Sole Agency,No,,"The purpose of this project is to develop a collaborative Master Plan for the Milford corridor and Milford Sound Piopiotahi sub-regional area to ensure: that Milford Sound Piopiotahi maintains its status as a key New Zealand visitor icon and provides a world class visitor experience that is accessible, upholds the World Heritage status, national park and conservation values and adds value to Southland and New Zealand Inc. The Milford Opportunities Project Master Plan must be world class, ambitious and creative. It should not be constrained simply by what can be done now within the current rules, instead it must consider what needs to be done and what the most appropriate outcome will be. The project is about making a substantive change and creative outside the box thinking is needed before it is filtered by practical operational realities. The outcome must be: Consistent with the projects purpose and objectives Consider a time frame of at least 50 years Able to significantly enhance both conservation and tourism. The Master Plan must give effect to the Pillars identified in Stage One (set out below in the Table in section 1.3) and be supported by robust assessment and analysis.",Awarded,,0,20250410 Southland District Council,21989582,Request for Quotations,Open Competition,19-62 RFQ for Installing new cemetery beams throughout Southland District,19/62,20191125,20191216,20200110,,Sole Agency,No,,"The purpose of this Request for Quotations is to invite selected parties to submit a schedule of rates for the provision of installing new cemetery beams at eight locations throughout Southland District and to give those parties sufficient information to provide such pricing. New cemetery beams are required at sites throughout the district to increase capacity.",Awarded,,0,20250410 Southland District Council,22002279,Request for Tenders,Open Competition,19/50 - Te Anau watermain renewals 2019/20,19/50,20191127,20200123,20200131,,Sole Agency,No,"PO Box 903, invercargill 9840","This contract is for the following; Section 1:Quintin Drive - alignment, location, supply and installation of 960m of DN180mm HDPE (PE 100 SDR 13.6) water main, 292m of DN125mm HDPE (PE 100 SDR 13.6) watermain, and all branch pipe work, connections and associated valves, hydrants, fittings and service laterals and toby manifolds. Section 2: Mokoroa Street (PROVISIONAL) - alignment, location, supply and installation of 140m of DN180mm HDPE (PE 100 SDR 13.6) water main, 430m of DN125mm HDPE (PE 100 SDR 13.6) watermain, and all branch pipe work, connections and associated valves, hydrants, fittings and service laterals and toby manifolds.",Awarded,,0,20250410 Southland District Council,22123960,Request for Quotations,Open Competition,"19/6/ - Horseshoe Bay, Stewart Island footpath construction stage 1",19/68,20191220,20200131,20211130,,Sole Agency,No,,"The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of Construction of walking track at Horseshoe Bay Road, Stewart Island Works to assist the Council to determine whether or not it wishes to proceed with a procurement of the Works. Funding has been made available from the Stewart Island Visitor Levy to construct a new walking track at Horseshoe Bay. This project will be split over three stages with this RFIP covering stage one of the works.",Not Awarded,,0,20250410 Southland District Council,22137853,Request for Tenders,Open Competition,19/58 - Lake Monowai Road Canal Bridge Replacement,19/58,20200106,20200213,20200505,,Sole Agency,No,,"Southland District Council (SDC) are inviting tenders for the Construction of a replacement structure for the existing Lake Monowai Road Canal Bridge. The scope of the work is described in the attached tender documents and includes the following: Removal of existing timber bridge and stacking of the materials on site. Manufacture and installation of new single span bridge spanning 18 metres and providing a trafficable width of 4.2 metres, with steel piles, steel beams and precast concrete deck. Restoration of the canal banks as necessary. Restoration of the sealed road approaches. Installation of hand and sight rails, signs and marker posts.",Awarded,,0,20250410 Southland District Council,22270391,Request for Proposals,Open Competition,20/04 - RFP for Professional Services for Winton Wastewater Treatment upgrade and consent,20-Apr,20200205,20200326,20200420,,Sole Agency,No,,"The Southland District Council seeks an offer for professional services for the upgrade of Councils wastewater treatment system in Winton and the renewal of the associated discharge consent which Council currently holds through Environment Southland. The project is proposed to be a phased process which will require the selected supplier to work in partnership with the Council to ensure a system design that allows Council to meet the needs of the Winton Community and the requirements of the Environment Southland Water and Land Plan. Phase 1 will be a review of the existing system, network and consent as well as holding a project start up workshop with key affected stakeholders and developing a project plan and programme. Phase 2 will be the completion of a feasibility study and business case outlining a minimum of four options for upgrade that could then be taken to the Council and the Community for consultation. A risk assessment and analysis would be required for all four options along with high level Capex and Opex estimates. Phase 3 will be taking the preferred option, identified from Phase 2, and progressing this into full concept design, budgets and detailed programme. Phase 4 will developing an assessment of environmental effects (AEE) for submission to Environment Southland as part of the consent renewal application. Following the successful lodgement of the consent renewal application, Council would look to negotiate with the supplier to complete the remaining phases of; detailed design, procurement, construction and commissioning.",Awarded,,0,20250410 Southland District Council,22375134,Request for Quotations,Open Competition,20/6 - Fencing of Oxidation ponds at four sites,,20200227,20200312,20200325,,Sole Agency,No,,The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of Replacing Security fencing around Oxidation Ponds at four Sites to assist the Council to determine whether or not it wishes to proceed with a procurement of the works.,Awarded,,0,20250410 Southland District Council,22504485,Request for Quotations,Open Competition,Footpath works on Stewart Island,20/13,20200331,20200417,20211130,,Sole Agency,No,,"The purpose of this Request for Quotations is to invite selected parties to submit a lump sum price for the provision of kerbing works, concrete footpath boxing and placement, carpark construction and compaction to give those parties sufficient information to provide such pricing. This project is based on Stewart Island.",Not Awarded,,0,20250410 Southland District Council,22545115,Request for Proposals,Open Competition,20/16 - Footpath renewals for Riverton and Orepuki,20/16,20200415,20200511,20200525,,Sole Agency,No,,The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of footpath renewals in Riverton and Orepuki and Construction of New footpaths in Riverton (Works) to assist the Council to determine whether or not it wishes to proceed with a procurement of the works.,Awarded,,0,20250410 Southland District Council,22545134,Request for Proposals,Open Competition,20/17 - Footpath renewals for Te Anau,20/17,20200415,20200515,20200604,,Sole Agency,No,,The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of construction of new footpaths in Te Anau (Works) to assist the Council to determine whether or not it wishes to proceed with a procurement of the works.,Awarded,,0,20250410 Southland District Council,22549417,Request for Proposals,Open Competition,"20/14 - Design for Taramea Bay, Riverton toilet replacement",20/14,20200416,20200507,20211201,,Sole Agency,No,,"The Southland District Council Long Term Plan 2018 2028 identified the Palmerston Street toilet as a project to be upgraded. Subsequently when reviewing projects it was identified that the toilet facility at Taramea Bay was a higher priority for replacement. Council staff had discussions with the Oraka Aparima Community Board who agreed that this was a priority over the Palmerston Street toilet. The project is identified in the 2020/2021 year of the plan. In order to be ready to undertake this project and ensure its completion in the 2020/2021 financial year Council staff are undertaking the preliminary work to make sure that the project is properly scoped, the appropriate consultation is completed and all consents are in place prior to the start of the financial year. Part of this preparation is consulting with the community, the Oraka Aparima Community Board and Iwi. The Council seeks information from interested parties to assist it to get concept designs of what a replacement facility might look like. This makes the process of consulting much easier when those being consulted have an indication of what the final product might look like.",Not Awarded,,0,20250410 Southland District Council,22615421,Request for Tenders,Open Competition,RFT for Cleaning in Fiordland and SDC Offices,20-Jan,20200505,20200527,20200611,,Sole Agency,No,,"In 2016, Council undertook a 17A Service Delivery review for Community Facilities. This review review is required under Section 17A of the Local Government Act (2002), and requires a local authority to review the cost-effectiveness of current arrangements for meeting needs of communities within its district for good quality local infrastructure, local public services and performance of regulatory functions. The 17A review for community facilities recommended a reduction in the number of current contracts, improved systems and process, reduced contractor assistance a more robust and consistent treatment of health and safety. Southland District Council invites tenders for two separable portions for cleaning within the region. Separable portions: 1. Fiordland Cleaning: includes Te Anau office, Te Anau library, Lions Park toilets, seven public toilets 2. SDC office, library and hall cleaning: includes Invercargill head office, Otautau, Winton, Wyndham, Riverton, Lumsden, Winton Memorial Hall and Winton RSA Hall.",Awarded,,0,20250410 Southland District Council,22693229,Request for Tenders,Open Competition,"20/19 - SDC Office fit out at 42 don Street, Invercargill",,20200520,20200617,20200630,,Sole Agency,No,,"As a result of earthquake prone building issues, Southland District Council (SDC) will sub-lease approx 490 sqm of space at Level 1, 42 Don Street, Invercargill. this building is currently tenanted and the space to be leased by SDC has a partial fit-out. It is SDC's intention to make some minor modifications to the current layout to ensure it it fit for purpose and complete the fit-out works which largely consists of finishing works including painting, new floor coverings, some minor mechanical works and cabling. A building consent is not required for these works.",Awarded,,0,20250410 Southland District Council,22726786,Request for Proposals,Open Competition,20/08 - Mossburn well head improvements,20-Aug,20200525,20200608,20210216,,Sole Agency,No,,The purpose of this Request for Information and Pricing (RFIP) is to invite interested parties to register their interest and submit information relevant to the provision of well heads and sealing off old wells at Mossburn as further described in the Schedule of quantities.,Awarded,,0,20250410 Southland District Council,22885886,Request for Proposals,Open Competition,Around the Mountain Cycle Trail works,20/24,20200626,20200717,20200813,,Sole Agency,No,,"Purpose The purpose of the Cycle trail flood damage works is to repair damage to the cycle trail following on from flooding in February 2020. Objectives The objectives of Cycle trail flood damage works are (a) repair flood damage and complete improvements to make the trail more resilient to future weather events (b) reduce future maintenance and repair costs (c) Complete repairs before the cycling season which is due to begin in early October 2020. Background An unprecedented flooding event occurred in February 2020 which resulted in scouring and material loss on the Around the Mountains Cycle Trail rendering several areas as unpassable and other areas difficult to cycle. An inspection of the damage occurred in early March 2020 which discussed the quality of the riding surfaces and trail layout following feedback from trail users. Overview of Works This RFP is for repair to an improvements damaged sections of the cycle trail. These works are estimated to take 8 weeks and will be a measure and value contract.",Awarded,,0,20250410 Southland District Council,22926433,Request for Proposals,Open Competition,Provision of Electronic Mail Security and Archiving Services,20/32,20200706,20200717,20211201,,Sole Agency,No,,"The purpose of the Electronic Mail Security and Archiving solution is to provide a secure cloud based email gateway with long term email archiving capabilities. Objectives The objectives of Electronic Mail Security and Archiving are (a) Provide comprehensive email security for users. (b) Ensure the service is available all the times. (c) That Council has threat remediation and intelligence capabilities (d) Support data retention requirements via email archiving (e) Reduce management overhead via less complexity of managing multiple systems (f) Provide real time analytics (g) Provide a modern archival solution containing all SDC email data (h) Provide email security awareness training for all SDC staff (i) Be a fully supported solution (j) Provide better user experience via self service",Not Awarded,,0,20250410 Southland District Council,22933526,Request for Tenders,Open Competition,20-20 - Community Facilities Mowing services,,20200707,20200727,20200911,,Sole Agency,No,,"In 2016, Council undertook a 17A Service Delivery review for Community Facilities. This review review is required under Section 17A of the Local Government Act (2002), and requires a local authority to review the cost-effectiveness of current arrangements for meeting needs of communities within its district for good quality local infrastructure, local public services and performance of regulatory functions. The 17A review for community facilities recommended a reduction in the number of current contracts, improved systems and process, reduced contractor assistance a more robust and consistent treatment of health and safety. Southland District Council invites tenders for three separable portions for mowing within the region. Separable portions: 1. Tuatapere Te Waewae Clifden Tuatapere Orepuki Monkey Island 2. Oraka Aparima Colac Bay Riverton (Inc Cemetery) Thornbury Fairfax 3. Wallace Takitimu Drummond Otautau (Inc Cemetery) Ohai Nightcaps Wairio (Inc Cemetery",Awarded,,0,20250410 Southland District Council,22979824,Request for Tenders,Open Competition,19/17 Balfour Ardlussa Road Rehabilitation,19/17,20200716,20200828,20200910,,Sole Agency,No,,"SDC are inviting tenders for the roading works associated with the Road Rehabilitation of Balfour Ardlussa Road RP: 2630 4300m and Terrace Road Intersection. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction Full rehabilitation, plus tie ins as detailed. Vehicle access construction. Drainage Improvements. Mountable kerb island & associated intersection safety improvements. Fence relocation. Road sealing. Sweeping and pavement marking. Installation of signs and marker posts.",Awarded,,0,20250410 Southland District Council,23079612,Request for Tenders,Open Competition,"Watermain upgrade at Lakefront Drive, Te Anau",20/33,20200807,20200911,20201007,,Sole Agency,No,"15 Forth Street, Invercargill 9840","This contract is for the installation of 2520m DN355mm HDPE (PE 100 SDR 13.6) watermain, 555m of DN63mm HDPE (PE100 SDR 13.6) ridermain, 345m of DN125mm HDPE (PE 100 SDR 13.6) ridermain, all branch pipework, connections, associated new valves and new hydrants, fittings and replacement of service laterals and toby manifolds.",Awarded,,0,20250410 Southland District Council,23118617,Request for Tenders,Open Competition,19/13 - Seal widening of Fortrose Otara Road,19/13,20200814,20200904,20211201,,Sole Agency,No,,"The scope is as described in the drawings and specifications, key items of which include: ? Site clearance, earthworks and road construction ? Seal widening over the route extent. ? Vehicle access upgrade and construction. ? Drainage Improvements. ? Seal extensions at intersections. ? Sweeping. ? Reinstatement of signs and marker posts.",Not Awarded,,0,20250410 Southland District Council,23178262,Request for Tenders,Open Competition,20/28 Otapiri Gorge Road Pavement Rehabilitation,20/28,20200826,20200915,20200924,,Sole Agency,No,,"We are inviting tenders for the roading works associated with the Road Rehabilitation of Otapiri Gorge Road RP: 4071-5005m. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction Full rehabilitation, plus tie ins. Horizontal curve widening. Vehicle access upgrades. Drainage Improvements. Fence relocation. Road sealing. Sweeping and pavement marking. Installation of signs and marker posts.",Awarded,,0,20250410 Southland District Council,23301501,Request for Tenders,Open Competition,20/35 - Memorandum of Contract for sale of Ohai Bowling club,20/35,20200916,20201021,20210323,,Sole Agency,No,"PO Box 903, 15 Forth Street, Invercargill 9840","Particulars and Conditions of sale of building to be offered for sale by public tender on the 16th day of September 2020 on account of SOUTHLAND DISTRICT COUNCIL (Council) acting under the provisions of the Local Government Act 2002 as to sale of surplus assets. Particulars of building Former bowling club building immediately adjacent to the bowling green situated at 21 Hastings Street, Ohai, being situated on Lot 1 DP 2858 (Record of Title SL138/258), having an area of 120m2 more or less plus veranda (as shown on the attached plan).",Awarded,,0,20250410 Southland District Council,23400626,Request for Tenders,Open Competition,20-30 - Central area pavement rehabilitation,20/30,20201005,20201027,20201103,,Sole Agency,No,,"Southland District Council invites suitably qualified contractors to submit tenders for the pavement rehabilitation of the following sections of road; Otautau Nightcaps Road RP 2,660-4,780m site confirmed . Fairfax Isla Bank Road RP 6,060-6,660m and Argyle Otahuti Road RP 12,340-12,660m are provisional sites. Due to funding constraints two of the three sites are currently provisional and may not be funded in the 2020/21 financial year. Southland District Council will confirm the final status of these sites once all their rehabilitation contracts have been tendered and awarded.",Awarded,,0,20250410 Southland District Council,23517355,Request for Proposals,Open Competition,SDC ICC Three Waters Panel RFP,20/50,20201027,20201117,20201210,,Sole Agency,No,,"We need a panel of qualified, competent suppliers to deliver Southland District Councils and Invercargill City Councils Three Waters Reticulation Design and Build programme. The programme is anticipated to be a maximum of 2 years in duration. In that period, the Panel will be required to deliver Crown Infrastructure Partners funded work, totalling $7M in capital expenditure, and potentially other Long Term Plan (LTP) related works up to a value of $12M for Invercargill City Council and $1.2M for Southland District Council. The successful Respondents appointed to the Panel will demonstrate their commitment not only to delivering the scope of the programme within the required timeframes, but also to demonstration of the broader outcomes sought. The scope of the Three Waters Reticulation Design and Build programme includes capital upgrade requirements for wastewater, stormwater and potable water supply reticulation assets. The Councils anticipate that the stormwater works will require the greatest level of design input, further while Invercargill City Council will use their internal design resource in the first instance they may at times engage the panel for that work.",Awarded,,0,20250410 Southland District Council,23526715,Request for Tenders,Open Competition,"20-37 - Establish walking track, Riverton",20/37,20201028,20201116,20210909,,Sole Agency,No,,The Southland District Council are progressing with establishing a gravel walkway along as much of the area on Bath Road between Palmerton Street to Delhi Street as possible. The walkway will go from the edge of the large hedge at Delhi Street end and finish opposite Napier Street from the end of the existing footpath behind Te Hikoi Southern Journey. This project is in conjunction with the Council gaining ownership of the land adjacent to Bath Road in April/May 2019. This section of the gravel walkway will carry on from behind the Te Hikoi Southern Journey.,Not Awarded,Awarded to Mennies Mini Dig Ltd,0,20250410 Southland District Council,23594357,Request for Tenders,Open Competition,20/52 - Riverton Gardening,20/52,20201110,20201125,20210222,,Sole Agency,No,,SDC welcome contractors to price for gardening within the Riverton Township.,Awarded,,0,20250410 Southland District Council,23647150,Request for Tenders,Open Competition,RFT for RFID Systems and Service for Southland District Libraries,20/40,20201118,20201208,20210301,,Sole Agency,No,,"This RFT is for the supply, installation and support of an RFID system within the Southland District Council library network.",Awarded,,0,20250410 Southland District Council,23679956,Request for Tenders,Open Competition,20-53 - Community Facilities mowing for 4 areas,20/53,20201125,20201222,20210517,,Sole Agency,No,"15 Forth Street, Invercargill 9810","In 2016, Council undertook a 17A Service Delivery review for Community Facilities. This review review is required under Section 17A of the Local Government Act (2002), and requires a local authority to review the cost-effectiveness of current arrangements for meeting needs of communities within its district for good quality local infrastructure, local public services and performance of regulatory functions. The 17A review for community facilities recommended a reduction in the number of current contracts, improved systems and process, reduced contractor assistance a more robust and consistent treatment of health and safety. Southland District Council invites tenders for four separable portions for mowing within the region. Separable Portions: 1. Wallace Takitimu Drummond Otautau (including old and new cemeteries) Ohai Nightcaps including Wairio (Nightcaps) Cemetery Wairio Isla Bank (Calcium cemetery) 2. Waihopai Fortrose Gorge Road Tokanui Waikawa Weirs Beach Woodlands (including cemetery) Edendale (including cemetery) Wyndham (including cemetery) Kamahi Reserve 3. Oreti Browns Dipton (including cemetery) Limehills Wallacetown (including old and new cemeteries) Winton (including old and new cemeteries) Waianiwa Dunsdale Reserve (including cleaning of public toilets) 4. Northern / Ardlussa Athol Garston Lumsden (including cemetery) Mossburn (including Centre Hill cemetery) Riversdale",Awarded,,0,20250410 ,,,,,,,,,,,,,,,,, Southland District Council,23947370,Request for Proposals,Open Competition,21/1 - Construction of footpaths and kerb and channel,21-Jan,20210205,20210305,20210311,,Sole Agency,No,,"For many people on foot (including those in pushchairs and wheelchairs), and especially for those people who have difficulty walking, hearing, seeing or mental processing, using the footpath is a necessity, and the main connection to their community. To meet our strategic transport goals, we need to undertake a prioritised renewal of footpaths in Southland. Southland District Council is seeking to appoint lead supplies who will be responsible for the day to day oversight of the programme and delivery of footpaths in their community. This project is split into two Separable Portions: A - 20 sites at 1,091 lineal meters and Portion B - 9 sites at 979 lineal metres.",Awarded,,0,20250410 Southland District Council,24063438,Request for Proposals,Open Competition,Gravity Pipe Network Condition Assessment Panel,21/22,20210308,20210319,20210401,,Sole Agency,No,,"To create a panel of qualified, competent contractors to complete the cleaning and inspection work for the Gore District Council, Southland District Council and Invercargill City Councils gravity pipe networks for the purpose of obtaining a robust condition assessment. The work will be programmed based on an agreed schedule with a completion date of March 2022. In that period, the Panel will be required to deliver Crown Infrastructure Partners (CIP) funded work, with a total project budget of $2.58M across all three Councils. The scope of the Gravity Pipe Network Condition Assessment programme includes the cleaning and inspection of both stormwater and wastewater reticulation assets.",Awarded,,0,20250410 Southland District Council,24141077,Request for Tenders,Open Competition,Southland District gardening for four townships,21-Feb,20210329,20210427,20211201,,Sole Agency,No,"15 Forth Street, Invercargill 9810","Southland District Council invite tenders for the maintenance of gardens in four townships: Lumsden, Edendale, Wyndham and Ohai for a four year contract term. Tenderer may choose to price for any or all three separable portions. Separable portions: 1. Lumsden 2. Edendale & Wyndham 3. Ohai",Not Awarded,,0,20250410 Southland District Council,24370064,Request for Proposals,Open Competition,RFP Payroll and Human Resources Information System,,20210531,20210702,20211223,,Sole Agency,No,,"The scope of this project is to replace council's payroll and human resources systems with a modern fully integrated solution. The council is looking for credible providers who have the capability and experience to deliver a solution to our specifications.",Awarded,,0,20250410 Southland District Council,24370368,Request for Proposals,Open Competition,RFP Financial Management Information System,,20210531,20210702,20220407,,Sole Agency,No,,"The scope of this project is to implement a modern fully integrated financial management information system (FMIS). The solution must be user friendly, fit for purpose, integrated, rich in functionality and is particularly strong in budgeting, forecasting, reporting, purchasing and general ledger functional areas . The preferred FMIS solution provider will work with us to implement a stable, future proof solution that meets our needs and outcomes.",Awarded,,0,20250410 Southland District Council,24672105,Request for Tenders,Open Competition,Contract 21/45 Riversdale Waikaia Road Pavement Rehabilitation RP: 6823-8970,,20210812,20210909,20210922,,Sole Agency,No,,"Southland District Council invite suitably qualified contractors to tender for the roading works associated with the Road Rehabilitation of Riversdale Waikaia Road RP: 6823 - 8970. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction Full rehabilitation, plus tie ins. Vehicle access upgrades. Drainage Improvements. Road sealing. Sweeping and pavement marking. Installation of signs and marker posts. Co-ordination with nominated subcontractor for removal of 1200m+ of well-established macrocarpa tree line A key item of this project is the removal of 1200m of macrocarpa tree line on the eastern side of the road along the northern half of the project. The roots of this treeline are causing deformation and damage to the current road surface and as such the trees are to be removed. Repairs will be required to the road as detailed on the drawings and within the Schedule of Quantities on top of the removal of the trees. Due to background works and pricing that has already been undertaken in consultation with the landowner, the tree removal work is to be undertaken by a nominated subcontractor to the successful tenderer. Due to stock being located in the paddocks adjacent to the trees until Mid-Jan 2022, this is the earliest date that the felling can be undertaken. Other works such as flanking and shoulder construction can be undertaken prior to the tree removal so long as measures are put in place by the Contractor to avoid any damage to new construction during tree removal.",Awarded,,0,20250410 Southland District Council,24726010,Request for Tenders,Open Competition,Contract No: SDC 21/48 Otautau Nightcaps Road Rehabilitations,,20210825,20210921,20211004,,Sole Agency,No,,"Southland District Council invite suitably qualified contractors to tender for the roading works associated with the road rehabilitations of Otautau Nightcaps Road. The scope is as described in the drawings and specifications, key items of which include: Site clearance Earthworks Full road rehabilitation, plus tie ins Vehicle access upgrades Drainage Improvements Road sealing Sweeping and pavement marking Installation of signs and marker posts",Awarded,,0,20250410 Southland District Council,24748728,Request for Proposals,Open Competition,Con 21.49.50.51 Southland District Council - Southland Bridge Renewals 21.22,Con 21/49.50.51,20210901,20211018,20211129,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,24755873,Request for Tenders,Open Competition,"Contract No: SDC 21/59 Mores Reserve Walking Track Upgrade, Richard Street, Riverton",21/59,20210902,20211001,20211130,,Sole Agency,No,,"The Southland District Council are progressing with the upgrade of the gravel track at Mores Reserve from the carpark area to the viewing platform. The walking track is on Mores Reserve at the top of Richard Street in Riverton. The length of the track is approx. 700metres. Please see attached map for further details. The alignment of the track is to follow the existing. Barrier Posts need to be H5 round 6 inches. Posts need to be 1 metre high. 0.4m needs to be underground and 0.6m needs to be above ground. Wharf rope railing needs to be a minimum of 40mm (Light Brown or Black). The rope is to be inserted 100mm down from the top of the post. A nail will need to be inserted per post to stop rope from moving. Rope is to be sagged down. Post spacings will need to be approx. 2 metres apart.",Not Awarded,,0,20250410 Southland District Council,24762530,Request for Tenders,Open Competition,SDC 20/27 Tokanui Gorge Road Rehabilitation,20/27,20210903,20210924,20211001,,Sole Agency,No,,"Southland District Council are inviting tenders for the roading works associated with the Road Rehabilitation of Tokanui Gorge Road RP: 12281 - 13646. The scope is as described in the drawings and specifications, key items of which include: ? Site clearance, earthworks and road construction ? Full rehabilitation, plus tie ins. ? Vehicle access upgrades. ? Drainage Improvements. ? Road sealing. ? Sweeping and pavement marking. ? Installation of signs and marker posts.",Awarded,,0,20250410 Southland District Council,24788207,Request for Proposals,Open Competition,Landscape Architect for the Masterplanning of Manapouri and Te Anau Tourism Infrastructure Fund (TIF) projects,,20210909,20210924,20211012,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to submit a Proposal for the Landscape Architect role in the Master Planning of the Manapouri and Te Anau TIF projects contract opportunity",Awarded,,0,20250410 Southland District Council,24847032,Request for Quotations,Closed Competition,P-10924 & P10925 RFQ Te Anau and Winton Footpath and Kerb and Channel,"P-10924,P-10925",20210921,20210928,20211112,,All of Government,No,,,Awarded,Contract Awarded to Downer,0,20250410 Southland District Council,24847146,Request for Tenders,Open Competition,21/43 Bayswater and Otautau Tuatapere Roads Rehabilitations,20/43,20210921,20211019,20211027,,Sole Agency,No,,"Southland District Council invite suitably qualified contractors to tender for the roading works associated with the road rehabilitations of Bayswater and Otautau Tuatapere Roads. The scope is as described in the drawings and specifications, key items of which include: Site clearance Earthworks Full road rehabilitation, plus tie ins Asphalt surfacing Vehicle access upgrades Drainage Improvements Road sealing Sweeping and pavement marking Installation of signs and marker posts",Awarded,,0,20250410 Southland District Council,24853706,Request for Tenders,Closed Competition,RFT - District wide toilet renewal 2021.2022,C21/62,20210922,20211027,20211105,,All of Government,No,207 Chelmsford Street,This RFT is an opportunity to make a significant impact on long-term public facilities that benefit the wider public community. This is an opportunity to install your structures throughout the southland district.,Awarded,Southland District Council have completed the request for tender evaluation and have awarded the contract to Permaloo.,1209900,20250410 Southland District Council,24866961,Request for Tenders,Open Competition,"21-66 Taramea Bay phase 1 Works, Riverton",21-66,20210924,20211022,20211028,,Sole Agency,No,,"Southland District Council are progressing with phase 1 of the Taramea Bay works which include upgrading the walking track, post and rope fencing, installation of netting fencing and other works as described around the the Pilot Reserve area, as well as preparation for phase 2 works which are not yet finalised. This package of work is a significant investment in the Taramea Bay area and is being undertaken to encourage a widespread use and enjoyment of the entire bay area.",Not Awarded,Awarded to Mennies Mini Dig,0,20250410 Southland District Council,25082835,Request for Proposals,Open Competition,Open Spaces Investigation Projects - Gap Analysis Ardlussa and Oreti,,20211115,20211220,20220120,,Sole Agency,No,,"Southland District Council (SDC) intends to appoint a Consultancy firm with whom SDC will enter into a contract to provide professional services for the delivery of a gap analysis reports for the Ardlussa Community Board area and the Oreti Community Board area to assess the current recreational activities and opportunities of these areas alongside the Community Board Plans, Open Spaces Strategy and the Southland Regional Spaces and Places Strategy. The services will commence immediately upon appointment.",Awarded,Ardlussa was removed completely,0,20250410 Southland District Council,25083331,Request for Proposals,Open Competition,Investigation Projects Tracks and Coastal,,20211115,20211210,20220120,,Sole Agency,No,,"Southland District Council (SDC) intends to appoint a Consultancy firm with whom SDC will enter into a contract to provide professional services for the delivery of feasibility reports on open space investigation projects. This RFP is for the investigation into track developments for Baker Park, Steward Island, Waikawa, Edendale/Wyndham and coastal assessments in the Fortrose Township. The services will commence immediately upon appointment.",Awarded,,0,20250410 Southland District Council,25083490,Request for Proposals,Open Competition,Tree Plan,,20211115,20211210,20220120,,Sole Agency,No,,"Southland District Council currently have in place a database of their trees, however, SDC requires a Tree Plan in order to plan for future plantings, species selection, determining if the tree is the responsibility of Council to maintain and if the tree should be assessed and maintained urgently for health and safety concerns or added into the planned maintenance. The services will commence immediately upon appointment.",Awarded,,0,20250410 Southland District Council,25083533,Request for Proposals,Open Competition,investigation Projects Tuatapere Riverton,,20211115,20211210,20220120,,Sole Agency,No,,"Southland District Council (SDC) intends to appoint a Consultancy firm with whom SDC will enter into a contract to provide professional services for the delivery of feasibility reports on open space investigation projects. This RFP is for the investigation into upgrades to the main street in Tuatapere, the feasibility and long term plan for the Tuatapere Railway Station, and a development plan each for Taramea Bay and Riverton Township to look at recreational opportunities and town growth. The services will commence immediately upon appointment.",Awarded,,0,20250410 Southland District Council,25095963,Request for Proposals,Open Competition,Community Facilities Condition Assessments,,20211115,20211210,20220120,,Sole Agency,No,,"Southland District Council (SDC) intends to appoint a consultancy firm with whom SDC will enter into a contract to provide professional services for the delivery condition assessments/building surveys of SDC Community Halls (25 halls) housing units (69 housing units across 11 towns), 18 Council Offices, libraries and buildings. Each of these will require a report on the condition of the building, so the successful tenderer will be required to prove they have the resources and capacity to undertake this project. The services will commence immediately upon appointment. The pricing schedule also outlines the option for 10 year maintenance plans for some of the hire utilised facilities. The Council request a separate fee for this work. The condition assessment data is to be produced back to SDC in a form as per Appendix D that can then be uploaded in to the SDC IPS system.",Awarded,,0,20250410 Southland District Council,25208839,Request for Tenders,Open Competition,Mataura Island road Pavement Rehabilitation,21/22,20211206,20211222,20220111,,Sole Agency,No,,"Southland District Council invite suitably qualified contractors to tender for the roading works associated with the road rehabilitation of Mataura Island Road. The scope is as described in the drawings and specifications, key items of which include: Site clearance Earthworks Full road rehabilitation, plus tie ins Asphalt surfacing Vehicle access upgrades Drainage Improvements Road sealing Sweeping and pavement marking Installation of signs and marker posts",Awarded,,0,20250410 Southland District Council,25218843,Request for Tenders,Open Competition,"Playground upgrade, repairs and removals",,20211208,20220110,20220125,,Sole Agency,No,,"Southland District Council (SDC) intends to appoint a contractor with whom SDC will enter a contract to complete repairs, removals, and upgrades to five playgrounds throughout the Southland District. This RFT is for a capable and competent contractor to remove play elements, repair play elements and replace play elements. The detailed scope of works is included in Appendix A. Specifications on post repair, soft fall and scuff mats is supplied in Appendix B. The five playgrounds included in this tender are: i. Tuatapere Jack and Mattie Bennett Memorial Playground ii. Monowai Village Play Area iii. Dipton SH7 Playground iv. Riversdale Playground v. Nightcaps Playground SDC will procure the new play elements after community consultation over the holiday season. This equipment will be provided to the contractor for installation. Appendix A of the tender identifies and comments on the types of new equipment to be installed. To confirm SDC will procure the new equipment. SDC has also procured a number of scuff mats that will be made available to the contractor for installation as per the scope outlined in Appendix A and the specifications outlined in Appendix B. The construction services will commence immediately upon appointment.",Awarded,,0,20250410 Southland District Council,25277891,Request for Tenders,Open Competition,Two Chain Road Minor Safety Improvement Contract No: SDC 21-74,21-74,20211223,20220121,20220211,,Sole Agency,No,,"Southland District Council invite suitably qualified contractors to tender for the roading works associated with the Two Chain Road Minor Safety Improvement. The scope is as described in the drawings and specifications, key items of which include: Site clearance Earthworks Full road rehabilitation, plus tie ins power pole relocation Drainage Improvements Road sealing Sweeping and pavement marking Installation of signs and marker posts",Awarded,,0,20250410 Southland District Council,25828588,Request for Proposals,Open Competition,Cemetery management system and implementation,22/38,20220523,20220615,20221006,,Sole Agency,No,,"Southland District Council is seeking a qualified supplier to provide a cemetery management software solution, capable of streamlining current cemetery processes, improving the cemetery record keeping and the accessibility of information to the public. The scope of this project includes the software, the implementation of the solution including the migration of records from our existing systems into the proposed software solution and ongoing support. QUESTIONS SHOULD BE SUBMITTED THROUGH GETS PROPOSALS AND RESPONSES MUST BE SUBMITTED THROUGH GETS",Awarded,,0,20250410 Southland District Council,26005322,Request for Proposals,Open Competition,RFP - Pearl Harbour and Fraser Beach Upgrades,22/40,20220704,20220729,20221003,,Sole Agency,No,,"Council are looking to engage with a qualified Civil Construction Contractor to lead a selection of infrastructure upgrade projects in Manapouri. The combination of these projects improves the overall co-ordination and flow of the Manapouri area, as all of the Pearl Harbour projects complement one another, as do the Frasers Beach projects.",Awarded,,0,20250410 Southland District Council,26113718,Request for Quotations,Open Competition,Roofing projects Tuatapere community housing and Manapouri hall,22.49,20220729,20220908,20220905,,Sole Agency,No,,"Southland District Council is requesting quotations from selected parties for the supply and installation of a full replacement of the roof for four community buildings with spouting and the appropriate insulation to meet current building regulations. Location - 26 Orawia Road, Tuatapere. Also for the supply and installation of a full replacement roof and spouting with long run colour steel roofing. Colour to match the existing colour. Include the appropriate insulation and meet the current building regulations. Location - 11 Hall Road, Manapouri. Safety nets and fall protection is to be provided to meet health and safety and Southland District Council requirements. Remedial carpentry repairs will be undertaken before commencement, however please notify Council of any defects during your site visit. If requiring a site visit here please arrange with Kelsey beforehand due to tenants needing advance notice. This Tender is being advertised on GETS and also has been directly sent to selected Suppliers.",Not Awarded,,0,20250410 Southland District Council,26113779,Request for Quotations,Open Competition,Otautau netball pavilion painting,22.5,20220729,20220822,20220822,,Sole Agency,No,,Prepare and paint the exterior of the Otautau netball pavilion. Apply two coats of premium quality paint finish on all painted surfaces including the stairs wooden/ steel rails.,Awarded,,0,20250410 Southland District Council,26113825,Request for Quotations,Open Competition,Colac Bay hall cladding,22.51,20220729,20220822,20220930,,Sole Agency,No,,"Supply and install the exterior recladding on the east wall in the same Zincalume cladding or Coloursteel cladding and install timber fascia boards, flashings and spouting. The south side (front) entrance needs a karaka green coloured flashing to go over the fascia. Re-clad the entire east exterior wall in pre-finished colour steel (same colour as rest of building). Flashings made over fascia boards. New spouting installed on the east wall of building.",Awarded,,0,20250410 Southland District Council,26125833,Request for Tenders,Open Competition,CON 22/42 & 22/43 - SDC Road Marking Contract - Eastern & Western Area,CON 22/42 & 22/43,20220803,20220902,20230213,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,26322287,Request for Tenders,Open Competition,RFT - Three Waters Services Contract,23-Jan,20220912,20221118,20230131,,Sole Agency,No,,"This Request for Tender (RFT) is issued by Southland District Council (Council / SDC), referred to below as the Buyer or we or us). Council is going to market with a new Operations and Maintenance Contract for the management of the three waters networks. Council is seeking a more efficient and effective contract model that integrates industry best practice in asset management (AM), optimization, innovation, and improvement. Council is looking for smarter ways of thinking in a collaborative partnership arrangement to ensure good outcomes for the Southland community and be prepared for the transition to Water Services Entity D (Entity D).",Awarded,,0,20250410 Southland District Council,26336695,Request for Tenders,Open Competition,SDC 22-58 Gorge Road Invercargill HWY RP 10600-11630 Pavement Rehabilitation,22-58,20220914,20221005,20221111,,Sole Agency,No,,"Southland District Council, are inviting tenders for the roading works associated with the Road Rehabilitation of Gorge Road Invercargill Highway RP: 10552 - 11670. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction Full rehabilitation, plus tie ins. Vehicle access upgrades. Drainage Improvements. Road sealing. Sweeping and pavement marking. Installation of signs and marker posts. Culvert replacement and installation Tenders for the contract shall be prepared and submitted in accordance with the attached conditions of tendering.",Awarded,,0,20250410 Southland District Council,26341363,Request for Tenders,Open Competition,SDC 22-59 Argyle Otahuti Road Rehabilitations,22-59,20220915,20221007,20230606,,Sole Agency,No,,"Southland District Council are inviting tenders for the roading works associated with the Road Rehabilitations of Argyle Otahuti Road RP 7300 8500 (Separable PortionA) and 3300 3970 (Separable Portion B). Separable Portion B is provisional and may or may not proceed depending on the outcome and tender prices received for the 2022/23 rehabilitations programme and the subsequent funds available to the Southland District Council. Tenderers are required to provide a price and proposal for both portions of work. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction: Full rehabilitations, plus tie ins. Vehicle access upgrades. Drainage Improvements. Road sealing. Sweeping and pavement marking. Installation of signs and marker posts. Culvert replacement and installation Tenders for the contract shall be prepared and submitted in accordance with the attached conditions of tendering.",Not Awarded,Contract was not awarded and was deferred due to Programme budget constraints,0,20250410 Southland District Council,26373442,Request for Tenders,Open Competition,21/60 - RFT Riversdale WWTP Upgrade,21/60,20220922,20221111,20221214,,Sole Agency,No,,"On behalf of Southland District Council, tenders are being invited for the above named contract. The Contract Works include construction of eight Rapid Infiltration Basins to discharge treated wastewater to ground along with associated wastewater treatment plant upgrades, such as a pre-packaged pump station and various pipework modifications. Tenders for the Contract must be prepared and submitted in accordance with the conditions of tendering in A.2. A valid tender requires the submission of the information in the checklist in B.1 signed where indicated by an authorised representative of the tenderer.",Awarded,,0,20250410 Southland District Council,26390036,Request for Proposals,Open Competition,Pilot reserve development Riverton,22/54,20220928,20221017,20221003,,Sole Agency,No,,"This RFP relates to the design and build of Pilot reserve mound. The key outcomes that we want to achieve are. Design and build of Pilot reserve mound area to include the following: feature slide play outcome, including fall zone paving supply and installation of a large scenic picture frame overlooking ocean views path construction to allow access from existing carpark to lower beach track path construction to allow access to new play features as well as existing whale tail feature planting of erosion prone areas of the mound with suitable native shrubs/ grasses provision of picnic tables, barbeque area and rubbish bins",Awarded,,0,20250410 Southland District Council,26403714,Request for Tenders,Open Competition,Fortrose hall tender,22/41,20221003,20221116,20230316,,Sole Agency,No,,"The Fortrose hall Building has been deemed as surplus to requirements. Therefore, Southland District Council (Council) on behalf of the Fortrose community is requesting proposals for the hall to be removed by way of relocation or demolition and must be removed completely from the location of 44 Neva Street, Fortrose (Site). The section is required to be cleared and reverted back to grass.",Not Awarded,,0,20250410 Southland District Council,26466604,Request for Tenders,Open Competition,22/57 - Otautau Nightcaps Road Pavement Rehabilitation,22/57,20221012,20221102,20221219,,Sole Agency,No,,"Southland District Council are inviting tenders for the roading works associated with the Road Rehabilitation of Otautau Nightcaps Road. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction Full rehabilitation, plus tie ins. Vehicle access upgrades. Drainage Improvements. Road sealing. Sweeping and pavement marking. Installation of signs and marker posts. Culvert replacement and installation Intersection upgrades",Awarded,,0,20250410 Southland District Council,26471944,Request for Tenders,Open Competition,SDC 22-56 - Otautau Drummond Road Pavement Rehabilitations,22-56,20221013,20221109,20221223,,Sole Agency,No,,"Southland District Council are inviting tenders for the roading works associated with the Road Rehabilitation of Otautau Drummond Road. The Contract works shall comprise the works described within the various Contract documents including: Temporary works Earthworks Drainage Pavement Construction First Coat Sealing Pavement Marking and roadside furniture reinstatement",Awarded,,0,20250410 Southland District Council,26484161,Request for Proposals,Open Competition,SDC 22-44 - RFP Core Roading Professional Services,22-44,20221017,20221125,20230328,,Sole Agency,No,,"Southland District Council require the services of an astute professional services consultant (or consultants), committed to delivering best practice network performance in an austere funding environment for one of Aotearoa's most extensive roading networks. Respondents can provide a response to either on or both of the following scope requirements: 1. Core Services - roading capital works modelling and programme development (pavement rehabiilitation and resurfacing) 2. Resurfacing Contract Management (preparation and supervision) The two scope elements are anticipated to be awarded as separate contracts even in the case where the same Respondent is successful for both.",Awarded,"Item 1 - Beca Item 2 - WSP",0,20250410 Southland District Council,26544584,Request for Tenders,Open Competition,CON 22.67 Murihiku Regional Spatial Planning RFP,CON 22.67,20221027,20221117,20230601,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,26853690,Request for Proposals,Open Competition,CON 19.59 SDC Waghorn Road Bridge Strengthening,CON 19/59,20230126,20230224,20230607,,Sole Agency,No,,"The Scope of this contract is for the strengthening of the Waghorn Road Bridge (1168.001) to 100% Class 1, riverbank and abutment scour protection and associated approach works.",Awarded,,0,20250410 Southland District Council,26864342,Request for Proposals,Open Competition,CON 23.03 Community Facilities General Maintenance,CON 23/03,20230127,20230307,20230615,,Sole Agency,No,,"This procurement relates to professional services for build and facilities maintenance. Your professional services will lead and assist the management of all maintenance activities associated with the ongoing maintenances of our assets across the southland district.",Awarded,,0,20250410 Southland District Council,26869366,Request for Proposals,Open Competition,CON 23.04 Community Facilities - Tree Maintenance,CON 23/04,20230127,20230228,20230424,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,26953804,Request for Proposals,Open Competition,CON 23.11 Te Anau Basin Development,CON 23/11,20230215,20230310,20230601,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,26954539,Request for Proposals,Open Competition,CON 23.10 SDC Playgrounds Inspection and Maintenance - RFP,CON 23/10,20230215,20230313,20230601,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,27044467,Request for Proposals,Open Competition,CON 23.11 SDC Lumsden Playground Upgrade,23-Nov,20230307,20230405,20230530,,Sole Agency,No,,"Southland District Council (SDC) intends to appoint a Playground Supply company with whom SDC will enter into a contract to provide design and build services for the delivery of the Lumsden playground upgrade located at 11 DIana Street Lumsden. Lumsden was once the main railway hub for many railway lines linked from the Lumsden area. SDC would like to incorporate a railway themed playground with with some bespoke equipment along with standard equipment so that it ties in all aspects of the area. Re-use or relocating current equipment with useful life left should be considered. The playground will need to be compliant with the NZS 5828:2015 playground standards and ongoing operating costs will need to be taken into consideration. The contract will commence immediately upon appointment.",Not Awarded,Tender was not awarded due to budget restraints.,0,20250410 Southland District Council,27135734,Request for Proposals,Open Competition,Dundee Street footpath construction,23/15,20230323,20230428,20230519,,Sole Agency,No,,"For many people on foot (including those in pushchairs and wheelchairs), and especially for those people who have difficulty walking, hearing or the visibly impaired, using the footpath is a necessity, and is the main connector around their community. The Stewart Island/ Rakiura Community Board have requested a footpath be installed down a busy road, Dundee Street to link with Main Street and Ayr Street to ensure the safety of pedestrians. Southland District Council is seeking a contractor to carry out these works and the delivery of this footpath in their community.",Not Awarded,Tender was not awarded due to budget constraints.,0,20250410 Southland District Council,27279548,Request for Proposals,Open Competition,Request for Proposals - SDC Automation Contract 23-17,23-17,20230421,20230519,20230630,,All of Government,No,P O Box 903,"Council is seeking a suitably qualified and experienced Automation Contractor to work with the head Three Waters Services Contractor the head contractor to ensure efficient management of the three waters infrastructure. The contract will be novated to the head contractor, and Council is looking for a transparent and proactive relationship between the parties to ensure good outcomes for the Southland community and to be prepared for the transition to the relevant Water Services Entity. We are looking for a contractor that is committed to providing their innovation and smart thinking to the delivery of the three waters automation services. The current contract has been in place for thirteen years and Council is seeking a step change in the way the service is delivered. We need an automation contractor who is collaborative, proactive, and motivated to deliver best practice monitoring, management and maintenance of the three waters automation systems. The scope broadly includes the provision of services for: 24/7 monitoring and response System maintenance Fault finding and continuous improvement Software updates Instrumentation maintenance and renewals Calibration Asset data maintenance including network diagrams Inventory management including critical spares Compliance monitoring Ensuring the integrity of data for reporting to the Regional Council Ensuring the integrity of data for reporting to the water regulator Taumata Arowai Capital works upgrades as agreed Civil Defence Emergency Management support as directed. Council will conduct a full day tour, this will take in our newest treatment plant in Te Anau and a selection of mixed aged plants full the duration of the day.",Awarded,,0,20250410 Southland District Council,27464083,Request for Proposals,Open Competition,Winton Great North Road concept designs,23/20,20230529,20230619,20230925,,Sole Agency,No,,"This Request for Proposal (RFP) is for the preparation of two concept plans following community consultation on the future development of a section of the road verge on Great North Road in Winton for Southland District Council. This project has the dual function of creating plans that meet the needs of the Oreti Community Board and the community for two design concepts for the future development of a section of the road verge on Great North Road. The area for development is shown in a map as Appendix B but is from Dejoux Road up to the intersection of Clyde Street, Winton. At the completion of two designs, costings and options will be required. Council would also like fly through imaging of what the final designs could look like to assist in final communication and budget forecasting. Please note the pricing schedule requires this cost to be itemised separately. Consultation with the community has occurred and the feedback is attached to this RFP. Council does not want additional community wide consultation but targeted communications with key stakeholders and the advisory group is required.",Awarded,,0,20250410 Southland District Council,27541328,Request for Proposals,Open Competition,CON 23-18 Southland Resurfacing 2024 - 2027,CON 23-18,20230614,20230720,20230925,,Sole Agency,No,15 FORTH STREET,,Awarded,,0,20250410 Southland District Council,27605004,Request for Proposals,Open Competition,Butterfields Beach walking track,23-33,20230623,20230721,20230728,,Sole Agency,No,,"The Stewart Island/ Rakiura Community Board have requested a gravel walkway be installed down a busy road, Horseshoe Bay Road linking pedestrians to Butterfields Beach to ensure the safety of pedestrians. Southland District Council has secured Better Off funding to construct a 300-metre-long gravel footpath that will run parallel to the Horseshoe Bay Road, Oban. Council is looking for Suppliers who can construct a 300-metre-long gravel footpath, running parallel to the road on Horseshoe Bay Road, leading to Butterfields Beach. These works need to be completed by June 2024.",Awarded,,0,20250410 Southland District Council,27717411,Request for Tenders,Open Competition,Fortrose Tender Sale and Removal,22-41,20230726,20230906,20231115,,Sole Agency,No,"15 Forth Street, Inner City, Invercargill","The Fortrose hall Building has been deemed as surplus to requirements. Therefore, Southland District Council (Council) on behalf of the Fortrose community is requesting proposals for the hall building to be sold and removed by way of relocation or demolition and must be removed completely from the location of 44 Neva Street, Fortrose (Site). The section is required to be cleared and reverted back to grass.",Not Awarded,No responses,0,20250410 Southland District Council,27746343,Request for Tenders,Open Competition,Southland Bridge Renewals 2023/2024 - Package 1,23-39,20230721,20230824,20230915,,Sole Agency,No,,"For Southlanders bridges connect people in different communities, allowing them to interact for work or play. This capacity is essential for Southlanders to ensure both people and communities can support one another. To meet our strategic transport goals, we need to undertake a prioritised renewal of bridges in Southland. Southland District Council (SDC) is seeking Innovative and experienced contractors with proven track records to complete the Design and Construction of 13 bridges, and their associated works, during the period of August 2023 to June 2024. The 13 bridges are separated into three different tender packages. This RFP is for Tender Package One which is for the replacement of ten bridges.",Awarded,,0,20250410 Southland District Council,27746721,Request for Tenders,Open Competition,Southland Bridge Renewals 2023/2024 - Package 2,23-40,20230721,20230921,20231010,,Sole Agency,No,,"For Southlanders bridges connect people in different communities, allowing them to interact for work or play. This capacity is essential for Southlanders to ensure both people and communities can support one another. To meet our strategic transport goals, we need to undertake a prioritised renewal of bridges in Southland. Southland District Council (SDC) is seeking Innovative and experienced contractors with proven track records to complete the Design and Construction of 13 bridges, and their associated works, during the period of August 2023 to June 2024. The 13 bridges are separated into three different tender packages. This RFP is for Tender Package Two which is for the replacement of the Marinui Road and Mataura Island - Titiroa Road bridges.",Awarded,,0,20250410 Southland District Council,27746819,Request for Tenders,Open Competition,Southland Bridge Renewals 2023/2024 - Package 3,23-41,20230721,20231019,20231207,,Sole Agency,No,,"For Southlanders bridges connect people in different communities, allowing them to interact for work or play. This capacity is essential for Southlanders to ensure both people and communities can support one another. To meet our strategic transport goals, we need to undertake a prioritised renewal of bridges in Southland. Southland District Council (SDC) is seeking Innovative and experienced contractors with proven track records to complete the Design and Construction of 13 bridges, and their associated works, during the period of August 2023 to June 2024. The 13 bridges are separated into three different tender packages. This RFP is for Tender Package Three which is for the replacement of the Papatotara Coast Road bridge.",Awarded,,0,20250410 Southland District Council,27764645,Request for Proposals,Open Competition,Winton Great North Road and Anzac Square concept designs,23-20,20230728,20230825,20230925,,Sole Agency,No,,"This Request for Proposal (RFP) is for the preparation of concept plans following community consultation on future developments in Winton. There are two pieces of work this RFP is requesting: 1. Two concept plans for a section of the road verge on Great North Road in Winton for the Southland District Council (Council). (Project one). 2. A high-level design for Anzac Oval in Winton. This area is an open space and also has a large unformal truck and carpark adjacent which requires consideration. (Project two). These projects have the dual function of creating plans that meet the needs of the Oreti Community Board and the community. The areas for developments are shown in maps as Appendix B. For the Great North Road aspect of this project, two high level designs are required to be used as an engagement tool with the community. At the completion of the two pieces of work, designs and high level costings will be required. Consultation with the community has occurred for project one and the feedback is attached to this RFP. Council does not want additional community wide consultation but targeted communications with key stakeholders and the advisory group is required. Project two has not had significant consultation but key stakeholders, including staff, businesses and community board members will be made available to meet with successful supplier/s.",Awarded,,0,20250410 Southland District Council,27787665,Request for Proposals,Open Competition,Healthy Homes Community Housing,23-42,20230728,20230901,20231004,,Sole Agency,No,,"To bring seven different locations of community housing to a healthy homes compliant standard. Current scope of works is to install in the units needed; heat pumps, range hoods/ kitchen and bathroom extraction fans.",Awarded,,0,20250410 Southland District Council,27842334,Request for Tenders,Open Competition,Southland District Council and Clutha Council - Street lighting maintenance,23/21,20230807,20230928,20231214,,Cluster,No,,"The contract shall include the scope listed below for all carriageway lighting, walkway lighting, belisha beacons, floodlighting, illuminated signed, unmetered amenity lighting, verandah lighting and lighting structures with the Clutha District Council (CDC) and Southland District Council (SDC) territorial area (excluding Stewart Island), owner by the SDC and Waka Kotahi NZ Transport Agency. This work includes the supply of all labour, materials and equipment for the scope described below: The works in this contract may include: Regular inspection, testing and maintenance of carriageway lighting, walkway lighting, belisha beacons, floodlighting, illuminated signs, unmetered amenity lighting and verandah lighting. Initial attendance and making safe of accident damaged or vandalised equipment within the required response time. Repair and/or replacement, testing and commissioning of accident damaged or vandalised equipment as tasked maintenance, within the required response time. Repair and/or replacement lighting columns as tasked maintenance within the required response time. Installation of new lighting columns as tasked maintenance. Record maintenance actions, associated costs, new assets and validate existing assets for inclusion in the RAMM database. Other work, including small capital projects as tasked by the Engineer Tender Debrief 10:00am 16/08/2023 @ Southland District Council Chamber 20 Don Street, Invercargill",Awarded,,0,20250410 Southland District Council,27850042,Request for Proposals,Open Competition,Southland Bridge Renewals 2023/2024 - Package 4,23-48,20230808,20230824,20230913,,Sole Agency,No,,"For Southlanders bridges connect people in different communities, allowing them to interact for work or play. This capacity is essential for Southlanders to ensure both people and communities can support one another. To meet our strategic transport goals, we need to undertake a prioritised renewal of bridges in Southland. Southland District Council (SDC) is seeking Innovative and experienced contractors with proven track records to complete the Design and Construction of 13 bridges, and their associated works, during the period of August 2023 to June 2024. The 13 bridges are separated into four (previously three) different tender packages. This RFP is for Tender Package Four which is for the replacement of six bridges.",Awarded,,0,20250410 Southland District Council,27902360,Request for Tenders,Open Competition,Argyle Otahuti Road Pavement Rehab,23/49,20230816,20230906,20231003,,Sole Agency,No,,"we are inviting tenders for the roading works associated with the Rehabilitation of Argyle Otahuti Road between RP 7300 8500. The scope is as described in the drawings and specifications, key items of which include: ? Site clearance, earthworks and road construction ? Full rehabilitation, plus tie ins. ? Vehicle access upgrades. ? Drainage Improvements. ? Road sealing. ? Sweeping and pavement marking. ? Installation of signs and marker posts. ? Culvert replacement and installation",Awarded,,0,20250410 Southland District Council,28002061,Request for Tenders,Open Competition,CON 23-43 Manapouri Water Treatment Plant Upgrade,23-43,20230901,20231006,20231122,,All of Government,No,"15 Forth Street, Invercargill 9810","Southland District Council are inviting tenders for the above named contract. The Contract Works include supply, installation, testing, and commissioning of a new water treatment plant building with new mechanical plant and pipework, electrical instrumentation and controls, and associated site upgrades such as new civil pipework, two holding tanks, a swale, a new site power connection, and associated decommissioning, removal, and reinstatement works. Tenders for the Contract must be prepared and submitted in accordance with the conditions of tendering laid out in the Request for Tender document.",Awarded,,0,20250410 Southland District Council,28091046,Request for Tenders,Open Competition,CON 23-52 - Stewart Island rising sewer main upgrade,23-52,20230913,20231017,20231129,,All of Government,No,"Southland District Council, PO Box 903, Invercargill 9840","Southland District Council (SDC) is installing new rising sewer main between treatment plant and disposal fields in Stewart Island. The majority of works are located in the road corridor of Back Road, Stewart Island.",Not Awarded,Received only one tender - tender will be put out again in early 2024,0,20250410 Southland District Council,28110401,Request for Tenders,Open Competition,Rimu Road 2023/2024 Pavement Rehabilitation,23/55,20230915,20231006,20231018,,Sole Agency,No,,"we are inviting tenders for the roading works associated with the Rehabilitation of Rimu Road between RP 772 2323. The scope is as described in the drawings and specifications, key items of which include: Site clearance, earthworks and road construction Full rehabilitation, plus tie ins Vehicle access upgrades Drainage Improvements Road sealing Sweeping and pavement marking Installation of signs and marker posts Culvert replacement and installation",Awarded,,0,20250410 Southland District Council,28117419,Request for Tenders,Open Competition,Maintenance for Winton Heritage trail track,23-Mar,20230918,20231006,20231114,,Sole Agency,No,,"Southland District Council is looking to Contract the maintenance of the Winton Heritage trail. This opportunity requires a track maintenance capable Contractor that can undertake annual maintenance, respond to requests for service and undertake checks of the track condition when required by staff.",Awarded,,0,20250410 Southland District Council,28280288,Request for Tenders,Open Competition,Gorge Road Invercargill highway pavement rehabilitation,23/56,20231013,20231106,20231123,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,28324198,Request for Proposals,Open Competition,Southland Footpath Renewals 23-24,23-61,20231020,20231124,20231220,,Sole Agency,No,,"For many people on foot (including those in pushchairs and wheelchairs), and especially for those people who have difficulty walking, hearing, seeing or mental processing using the footpath is a necessity, and the main connection to their community. To meet our strategic transport goals, we need to undertake a prioritised renewal of footpaths in Southland. Southland District Council (SDC) is seeking to appoint lead providers who will be responsible for the day to day oversight of the programme and delivery of footpaths in their community.",Awarded,,0,20250410 Southland District Council,28361876,Request for Proposals,Open Competition,CON 23-68 SDC Facilities Options Assessment,,20231030,20231117,20250130,,Sole Agency,No,15 FORTH STREET,,Not Awarded,Did not proceed,0,20250410 Southland District Council,28406328,Request for Tenders,Open Competition,Winton area rehabs (Winton Substation and Lady Barkly Road),23/67,20231109,20231130,20231211,,Sole Agency,No,,"On behalf of our client, Southland District Council, we are inviting tenders for the roading works associated with the Rehabilitation of Winton Substation Road between RP 8300 - 8906 (Separable Portion A) and Lady Barkly Road (Lady Barkly, Forrester & Devereux Rd Intersection) (Separable Portion B).",Awarded,,0,20250410 Southland District Council,28425463,Request for Tenders,Closed Competition,Taramea Bay playground development,23/76,20231108,20231130,20240208,,Sole Agency,No,,"A specialist consultant with expertise in planning for future playground developments. Taramea Bay in Riverton is one of Southland premier play spaces. Funding is available for a first stage of improvements. The community board wishes to ensure that the full vision of this playground is scoped and master planned for a staged delivery with costings to assist in future budget drafting. The stage one budget is $255,000. This figure includes the design and delivery of a new playground. The scope in the document outlines play equipment that is to remain in the existing playground and be upgraded, the play equipment that requires removal and the play outcomes sort from new play equipment. Some historic community engagement has occurred and assisted in forming the scope of works, however, once a concept is drafted with support from Active Southland we would like the successful Supplier to be involved in concept consultation and then amendments to the final design if required but remaining within the budget of $255,000.",Awarded,,0,20250410 Southland District Council,28462156,Request for Quotations,Open Competition,"CON 23-73 - Request for Pricing - Construction of security fencing for wastewater oxidation ponds within the Southland district - Lumsden, Riverton, Gorge Road and Tokanui",23-73,20231115,20231222,20240115,,All of Government,No,"PO Box 903, invercargill 9840","The purpose of this RFP is to invite interested parties to submit pricing for the works consisting of construction of security fencing for wastewater oxidation ponds within the Southland district. The sites located at Lumsden and Riverton are the main sites of interest. The sites located at Gorge Road and Tokanui are provisional items within this RFP document where work may or may not be carried out by the contractor, but which must still to be priced by the contractor. This work shall only be performed under the instruction of the engineer.",Not Awarded,,0,20250410 Southland District Council,28584610,Request for Tenders,Closed Competition,CON 23-52 - Stewart Island rising sewer main upgrade - re-tender,CON 23-52,20231206,20240115,20240306,,All of Government,No,P O Box 903,"Southland District Council (SDC) is installing new rising sewer main between treatment plant and disposal fields in Stewart Island. The majority of works are located in the road corridor of Back Road, Stewart Island. This has previously been out to market on GETS but is being re-tendered due to insufficient tenderers. Please note the following clarifications from the first round: Defects Liability Period - 24 months. Link in dispersal field - the termination detail at the disposal end will be a BSP threaded entry into a pre-existing tank. Filter installation - all pipework, concrete work etc shown on plans 110 and 111 are to be included in schedule item 2.5. Item 2.2 - Ducts are to have a minimum 600mm vertical and horizontal clearance from any service line. Item 2.5 - These works are to be included within the array of works, if perspective tenders feel items fall outside the schedule of rates, please add any required schedule items within the tender letter as expected variations. Item 2.1 - Existing pipeline to remain in service until changeover as per Section 1.3 of the tender document. Air valves - There is no survey that I am aware of, so cannot define where they would be installed. The contractor would need to identify the high points and install the air vales as per manufacturer specs. Pigging stations - Pigging points will be provided by the Principal and will be stainless steel. All perspective tenders should allow two stub flanges and fasteners for each pigging point. Pipe size clarification - The pipe to be priced is DN90 PE 12.5 coil pipe.",Not Awarded,,0,20250410 Southland District Council,28719814,Request for Quotations,Open Competition,Construction of information kiosk/shelter at Slope Point,23-102,20240122,20240209,20240213,,Sole Agency,No,,The purpose of this Request for Quote is to invite selected parties to submit a Price for the installation of an information kiosk/shelter at Slope Point in the Catlins and to give those parties sufficient information to provide such pricing.,Awarded,,0,20250410 Southland District Council,28846122,Request for Tenders,Open Competition,CON 23.85 Southland Speed Management Plan - Physical Works and supply of static signs,CON 23.85,20240216,20240315,20240410,,Sole Agency,No,,"Southland District Council is looking for Suppliers who can supply and install new signage around schools within the district. There are 37 schools that have been identified that require speed advisory signs as part of Southland District Council's Speed Management Programme (SMP). The Works need to be completed by 30 June 2024. The project is limited to signage to be installed within the SMP to allow for the implementation of the approved proposed speed limits, this entails: supply and installation of static signs at schools installation of electronic signs at schools as supplied by Southland District Council traffic management utilities location and any required investigations cover signs until the speed management adoption date uncover static signs on the Speed Management Plan adoption date (1 July 2024). The award of the Contract is subject to the Principal's confirmation that Southland District Councils Speed Management Plan has been adopted by Council and approved by NZTA. The scope of the Contract Works may also vary depending on the final adopted SMP. Award to the preferred tenderer would be conditional on the preferred tenderer confirming they will be able to complete the finalised scope of quantities by 30 June 2024 (excluding uncovering signs).",Awarded,,0,20250410 Southland District Council,28927888,Request for Tenders,Open Competition,CON 23-104 Balfour wastewater inflow and investigation (repairs),CON 23-104,20240229,20240321,20240404,,All of Government,No,,"This contract is for the repair of sections of the wastewater network in the township of Balfour, Southland. This network has problems with inflow and infiltration (I&I) particularly in the winter months when the ground water table rises as well as following heavy rain. The WWTP is programmed for upgrade in the next 2-5 years and reducing this flow is a priority for Southland District Council to allow for a more cost-effective plant upgrade. The goal of this contract is to reduce the I&I in the network and outcomes are prioritised. Refer to the Balfour I&I Report included in Appendix I.",Awarded,,0,20250410 Southland District Council,29060931,Request for Tenders,Open Competition,CON 23-106 - Arthur Street stormwater and wastewater upgrade,CON 23-106,20240320,20240411,20240423,,All of Government,No,,"A large rain event occurred in Southland on 20-21 September 2023. This led to surface flooding across the region. Southland District Council (SDC) received complaints of surface flooding from several residents in Winton township. Two of the flooded properties were in the Mary Street, Durham Street area. WSP have previously undertaken a stormwater model build for the township of Winton with several recommended upgrades and locations to investigate further. SDC propose to upgrade the stormwater main on Arthur Street in order to reduce the flooding experienced in this area in future events. The upgrade would be from the outlet drain on the western side of town to Park Street. This would reduce the existing catchment upstream by intercepting the flow from Durham Street and directing it west. SDC has funding for this work in the 2023/24 FY which will also fall into the 2024/25 FY. In order to improve the project programme a concept design has been undertaken by WSP using LiDAR survey in order for tenderers to provide pricing. Survey is currently being undertaken on site and the detailed design will be developed during the tender period. The increase in the stormwater pipe diameter may clash with wastewater laterals. This is expected to be confirmed during both detailed design and construction.",Awarded,,0,20250410 Southland District Council,29205637,Request for Proposals,Closed Competition,CON 23.65 - RFP Stewart Island Rakiura Energy Project,,20240412,20240430,20241105,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,29257757,Request for Proposals,Open Competition,CON 23-147 Around the Mountains Cycle Trail September 2023 flooding repairs,CON 23-147,20240419,20240517,20240529,,Sole Agency,No,,"An unprecedented heavy rain event occurred between 21-22 September 2023 in Southland and Otago. This resulted in washouts and scouring on the Around the Mountains Cycle Trail rendering several areas as unpassable and other areas difficult to ride. We are seeking a contractor to undertake repair work to meet the Grade 2 standard of a NZCT Great Ride, improve trail resilience and restoring a high-quality riding experience for cyclists.",Awarded,,0,20250410 Southland District Council,29268398,Request for Quotations,Closed Competition,CON 23.145 Southland District Water Cutting,,20240422,20240508,20240517,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,29352147,Request for Tenders,Open Competition,Con 23-149 Athol additional toilet and disposal field - design and build services,Con 23-149,20240507,20240531,20240705,,Sole Agency,No,,"The project consists of design, demolition, construction, supply, installation and reinstatement works and siteworks which includes but are not limited to: development of the design documentation and building consent application supply, install and delivery of a new two pan turn key toilet block installation of new and modification of existing power, water, sewer and stormwater service connections design, supply and installation of a new septic tank system and disposal field removal of the existing septic tank and reinstatement works demolition and construction of building structures submission and management of building consent",Awarded,,0,20250410 Southland District Council,29514800,Request for Proposals,Open Competition,CON 24.006 SDC Legal Services Panel,CON 24.006,20240531,20240625,20240830,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,30112460,Request for Tenders,Open Competition,CON 24-31 Stewart Island wastewater treatment plant desludging,CON 24-31,20240902,20241001,20241120,,All of Government,No,,"The Stewart Island wastewater treatment plant consists of three (3) ponds, all of which contain high levels of sludge. Sludge removal is now required to improve the treatment quality of the plant. Sludge shall be dewatered via geobags and shall drain back to Pond 1 under gravity. The principal has confirmed that all sludge removed from the ponds shall remain on Stewart Island and shall not be transported across Foveaux Straight. Southland District Council seek proposals from contractors who are suitably experienced with wastewater sludge removal and dewatering, can clearly demonstrate their ability to work in sensitive ecological environments, within the constraints of the site, in particular the remoteness of Stewart Island. Innovation is a must; a desludging options memo and tender design and specification has been completed by our consultant, which is included in this RFT. Tenderers are required to confirm the design in preparation of their tender or provide an alternative tender. The principal is seeking a contractor who will: be innovative; Stewart Island is a remote location with unique challenges that are not generally encountered on the mainland, including but not limited to: o site is within an outstanding natural feature/landscape. o access to site is limited, i.e. by sea, Island infrastructure may limit the size and type of equipment required to complete the works. o constrained site, bound by native vegetation, limited laydown area available provide value for money; be cost-effective, complete the full scope of works within the available budget. plan and undertake the contract works in a responsible manner; be cognisant of working in the sensitive Stewart Island environment (sludge shall remain on Stewart Island) implement proactive strategies to enable the timely completion of the contract works. Tenderers shall clearly demonstrate in their proposals that they understand the requirements of the tender documents, can promote their innovation to achieve the desired outcome and have the requisite skills, competency and resources to successfully complete the contract works to meet the principal's requirements.",Awarded,,0,20250410 Southland District Council,30137818,Request for Proposals,Open Competition,CON 24-27 Te Anau Lions Park playground redevelopment,CON 24-27,20240909,20241115,20241205,,Sole Agency,No,,"Southland District Council (Council) intends to appoint a playground supply company with whom Council will enter into a Contract to provide a design and build service for the delivery of the Te Anau Lions Park playground redevelopment located at 15 Mokonui Street, Te Anau. The budget set aside for this project of $580,000 is a mix of Better Off funding and local funding to deliver a Fiordland alpine highway and wilderness bespoke themed playground. What is a Fiordland alpine highway and wilderness bespoke themed playground? Mountains Native birds relative to the area Wind Homer Tunnel Journey to Milford and Fiordland Rainforest Rivers, lakes. 90% of the equipment currently in the playground is at the end of its life which will need to be removed. The remaining 10% of equipment is still in good condition. Te Anau is known for its picturesque scenery and is the main visitor base (gateway) to Milford Sound and Fiordland National Park. Lake Te Anau is the largest lake in the South Island and is popular for its local activities, which include scenic flights, hiking, hunting, mountain biking, water activities, glow worm caves and exploring the bird sanctuary (Kaka, Kea and Takahe birds in particular). The playground will need to be compliant with the current playground standards NZS 5828:2015 and ongoing operating costs will need to be taken into consideration. Engagement with mana whenua and the community board will need to happen before any design is approved, and this will need to be done through Council engagement staff. The Contract will commence immediately upon appointment and works need to be completed by 30 May 2025.",Awarded,,0,20250410 Southland District Council,30154457,Request for Proposals,Open Competition,"CON 24-035 Playground concept design and consultation material Otautau, Tokanui and Wyndham",CON 24-035,20240909,20241007,20241022,,Sole Agency,No,"876 Reaby Road, RD 7","Southland District Council (Council) is seeking contractors or Suppliers to assist in developing concept plans for playgrounds in three Southland townships: Otautau, Tokanui and Wyndham. This project will require input on community consultation, and the development of concept plans for each playground must be completed and approved by the relevant community board. Notably, two of these playgrounds are located within the same community board area.",Awarded,,0,20250410 Southland District Council,30155661,Request for Tenders,Open Competition,CON 24-33 - Kakapo Rural Water Scheme pipeline identification,CON 24-33,20240909,20241008,20241118,,All of Government,No,,"SDC wish to enhance their understanding of the location and connections of the Kakapo Rural Water Scheme near Te Anau. The current scheme is in the order of 26km pipe and pump network delivering stock water to individual properties. The scheme is owned by SDC. Funding for ongoing operations, maintenance and capital improvements by a ring-fenced rating of the connected property owners only. The key issues the network has are: there is not a clear understanding of what properties are connected to the network and where they are connected. SDC believe that over time more and more properties have been connected without permission or a meter. The effects of this are that: o there is an unfair financial burden on those properties that are currently paying the rates. o during the height of summer, the system does produce satisfactory flows and pressures at the ends of the network. the current GIS records are indicative only: o confidence in the overall alignment is not good. o confidence in the pipe class, material and size is not good. o locating where faults are is difficult. there is an increased number of faults occurring. This contract is a measure and value contract as defined by general conditions of contract, clause 2.1.1. Under this form of contract, it is the tenderers responsibility to: a) Confirm quantities required to construct the contract works b) Identify, assess and manage risk; and c) Establish the optimal methodology to comply with the requirements of the contract documents.",Awarded,,0,20250410 Southland District Council,30229556,Request for Tenders,Open Competition,SDC CON 24.20 GORGE RD INVERCARGILL HWY,CON 24.20,20240919,20241009,20241022,,Sole Agency,No,,,Awarded,,0,20250410 Southland District Council,30282880,Request for Tenders,Open Competition,CON 24-19 Pavement Rehabilitation - Oporo Flat Road,CON 24-19,20240927,20241018,20241031,,Sole Agency,No,,"The works include, but are not limited to: Development and maintenance of a Temporary Traffic Management Plan, and Quality, Safety Environmental Plans Existing services location and protection as necessary Site clearance Topsoil stripping and granular fill earthworks Granular overlay pavement rehabilitation and general pavement construction Road side table drains shaping Chip sealing Road line marking Signage installation and relocation",Awarded,,0,20250410 Southland District Council,30312680,Request for Tenders,Open Competition,CON 24-18 Tokanui Area Pavement Rehabilitations,CON 24-18,20241002,20241023,20241119,,Sole Agency,No,,"The works include but are not limited to: Site clearance Removal and replacement of unsuitable materials including all bulk earthworks Production, supply, shaping and compaction of sub-base and basecourse Preparation of the carriageway surfaces, Pavement construction Stormwater and drainage works Vehicle access Fencing",Awarded,,0,20250410 Southland District Council,30657565,Request for Proposals,Open Competition,CON 24-55 Te Anau and Mossburn toilet refurbishment,CON 24-55,20241118,20241218,20250307,,Sole Agency,No,,"Southland District Council seeks experienced contractors, with proven refurbishment experience of public buildings of similar scale. with whom Council will enter a contract to provide build services for the delivery of the Te Anau and Mossburn toilet refurbishments located at 96 Te Anau Terrace, Te Anau and 9 Holmes Street, Mossburn, respectively. The project consists of demolition, construction, supply, installation and reinstatement works which a specified and detailed in this document.",Awarded,,0,20250410 Southland District Council,30718150,Request for Tenders,Open Competition,CON 24/51 - Lumsden trunk main renewal - water reservoir to reticulation,CON 24/51,20241126,20241218,20250306,,All of Government,No,P O Box 903,"The works comprise renewal of the trunk main pipeline from the Lumsden water reservoir to the head of the Lumsden Township reticulation. The contract works includes but are not limited to: Supply and install DN250 PE 100 SDR 13.6 (PN12.5) watermain pipe including valves, hydrants, connections and any other related fittings This contract is a measure and value contract as defined by general conditions of contract, clause 2.1.1. Under this form of contract, it is the tenderers responsibility to: a) Confirm quantities required to construct the contract works b) Identify, assess and manage risk; and c) Establish the optimal methodology to comply with the requirements of the contract documents.",Awarded,,0,20250410 Southland District Council,30724431,Request for Tenders,Open Competition,CON 24-47 2024/2025 Pavement Rehabilitations - Winton area,CON 24-47,20241127,20241218,20241220,,Sole Agency,No,,"We are inviting tenders for the roading works associated with the Winton Area Pavement Rehabilitations Site clearance Removal and replacement of unsuitable materials including all bulk earthworks Production, supply, shaping and compaction of sub-base and basecourse Preparation of the carriageway surfaces, pavement construction Chip sealing and pavement marking. Stormwater and drainage work. Vehicle access Ancillary works",Awarded,,0,20250410 Southland Regional Council,13573054,Request for Proposals,Open Competition,Legal Services Request for Proposal - Environment Southland July 2015,,20150701,20150805,20210917,,Sole Agency,No,,,Not Awarded,No responses via GETS this was a manual process,0,20250410 Southland Regional Council,20336456,Request for Tenders,Open Competition,State of Environment Estuarine Broad Scale Monitoring Programme,,20181029,20181130,20190801,,Sole Agency,No,,See attached documents.,Awarded,,0,20250410 Southland Regional Council,21493122,Request for Proposals,Closed Competition,Fleet Management & Vehicle and People Tracking,,20190827,20190930,20200228,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,21631529,Request for Tenders,Open Competition,Ocean Beach Bluff Landfill Investigation Contract No. 22880,,20190919,20191011,20200228,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,22096093,Request for Proposals,Closed Competition,Southland Wide Erosion and Sediment Assessment,,20191216,20200124,20200228,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,23749307,Request for Proposals,Closed Competition,Regional Fish Passage Remediation,,20201209,20201218,20210217,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,23990402,Request for Proposals,Open Competition,Bluff Hill Motupohue Wilding Conifer Control,,20210217,20210228,20210326,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,24228866,Request for Proposals,Closed Competition,High Value Areas Ecological Surveys,,20210421,20210512,20210916,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,25699427,Request for Tenders,Open Competition,Stead Street Pump Station,,20220414,20220531,20220826,,Sole Agency,No,,,Awarded,"Contract Award Date: 26 August 2022 Contract Term 13 months",8307078,20250410 Southland Regional Council,26451369,Request for Proposals,Open Competition,Project Management Services for Stead Street Pump Station Replacement,,20221011,20221018,20221102,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,26462166,Request for Tenders,Open Competition,Waihopai Stopbank Upgrade,,20221012,20221122,20221222,,Sole Agency,No,,,Awarded,,0,20250410 Southland Regional Council,29009543,Request for Proposals,Open Competition,Laboratory Services,,20240313,20240426,20240620,,Sole Agency,No,,,Awarded,,0,20250410 South Taranaki District Council,20624353,Request for Proposals,Open Competition,South Taranaki District Industrial Park,,20190130,20190220,20191204,,Sole Agency,No,"105 Albion Street, Hawera 4640",The Purpose of this RFP is to invite external contractors and consultants to submit proposals to the South Taranaki District Council to undertake a feasibility investigation and develop and initial business case concerning the establishment of an industrial park in South Taranaki.,Not Awarded,"b. Veros Morgan Jones 78 Second Avenue Tauranga 3110 and Rationale Edward Guy 5 Arrow Lane | PO Box 226 | Arrowtown c. To undertake an Industrial Park and Initial Business Case Study for te South Taranaki district d. The contract was awarded on 7 March 2019 e. The Contract was completed on 5 September 2019 f. RFP process",0,20250410 South Taranaki District Council,23942223,Request for Tenders,Open Competition,C20/18 Ngarongo Road Stormwater Renewal,,20210204,20210225,20210715,,Cluster,No,,"Contractors are invited to tender for the replacement of a road culvert with precast concrete pipes and includes boulder stream protection, earthworks, stormwater drainage, pavement construction, fencing and any other associated works.",Awarded,,0,20250410 South Taranaki District Council,23977987,Request for Tenders,Open Competition,South Taranaki District Council Normanby to Hawera Shared Pathway 2020/2021,,20210216,20210311,20210330,,On behalf of procurement agent,No,,This contract is for the construction of a shared pathway in the road reserve along Ketemarae and Glover Roads connecting Normanby to Hawera.,Awarded,,490568,20250410 South Taranaki District Council,24000948,Request for Tenders,Open Competition,South Taranaki District Council C20/12 Northern Pavement Rehabilitation,,20210219,20210317,20210428,,Sole Agency,No,,"This contract is for the design and construction of: Ahipaipa Road RP1875 to RP2188 Site 1, Ahipaipa Road RP714 to RP5210 Site 2, Manaia Road RP8327 to RP9601 and Eltham Road RP22465 to RP24112 located in South Taranaki district.",Awarded,,1985472,20250410 South Taranaki District Council,24003650,Request for Tenders,Open Competition,South Taranaki District Council C20/13 Footpath Renewals 2020/2021,,20210219,20210312,20210325,,Sole Agency,No,,"Tenders are invited for footpath renewals on nine streets within South Taranaki. The work includes demolition of existing kerb and channels, construction of new standard kerb and channel and footpaths, vehicle crossing and berms reinstatement, road pavement reinstatement, installation of new sump and manholes, sealing works and any other associated works.",Awarded,,783840,20250410 South Taranaki District Council,24041371,Request for Tenders,Open Competition,South Taranaki District Council C21/02 Egmont Roads Maintenance 2021 to 2024,,20210302,20210422,20210507,,All of Government,No,,"Contractors are invited to tender for all road maintenance activities required in the rural and urban areas within the northern area of South Taranaki which includes Hawera, Manaia, Kaponga, Okaiawa, Rahotu, Eltham and Normanby. The networks consists of a total road length of 815km which 683.6km is within rural area and 115.5km urban.",Awarded,,2421635,20250410 South Taranaki District Council,24041519,Request for Tenders,Open Competition,South Taranaki District Council C21/01 Southern Road Maintenance 2021 to 2024,,20210302,20210422,20210507,,All of Government,No,,"Contractors are invited to tender for all road maintenance activities within the rural and urban areas of the southern zone of South Taranaki District including Patea, Waverley and Waitotara townships. The total road length is 842.7km with 30km unsealed.",Awarded,,3642488,20250410 South Taranaki District Council,24112017,Request for Tenders,Closed Competition,South Taranaki District Council - Contract 20/36 Patea Water Treatment Plant,,20210319,20210503,20210901,,Sole Agency,No,,"This Contract is for a suitable consultant to design a resilient, affordable and fit for purpose full treatment process. This is so the Patea water reticulation comply with the requirements of the Drinking Water Standards for NZ.",Awarded,,0,20250410 South Taranaki District Council,24282631,Request for Tenders,Open Competition,C21/04 Streetlight Maintenance 2021 to 2024,,20210511,20210602,20210624,,All of Government,No,,"This Contract includes the day to day management and implementation of maintenance and renewal activities on the exterior lighting network across the District. The primary requirements are to maintain efficient, effective and safe lighting for all road users and to maintain lighting assets",Awarded,,558475,20250410 South Taranaki District Council,24378343,Request for Tenders,Open Competition,"South Taranaki District Council C20/11 Hu Road, Eltham Pavement Rehabilitation",,20210601,20210623,20210630,,All of Government,No,,"Tenders are invited for construction of Hu Road, Eltham. The work includes excavation, shoulder widening, pavement construction, culvert installation, vehicle crossing and berms reinstatement, road pavement reinstatement, installation of new manholes, sealing works and various miscellaneous items.",Awarded,,831059,20250410 South Taranaki District Council,24462527,Request for Tenders,Open Competition,South Taranaki District Council C21/03 Resealing 2021 to 2024,,20210623,20210716,20210802,,All of Government,No,,"This contract is for the performance based resealing and second coat sealing over a three year period, within the South Taranaki District Council area, with the opportunity of another two year extension. Year 1 89.6km (503,331m?) over 79 sites Years 2, 3, 4, and 5 budgets and quantities are expected to be similar to Year 1. However, these may be amended if budgets or road conditions change",Awarded,,2894965,20250410 South Taranaki District Council,24580687,Request for Tenders,Open Competition,South Taranaki District Council C22/01 RAMM Roughness Survey 2022 to 2024,,20210720,20210813,20210825,,All of Government,No,,"This contract is for the RAMM Roughness survey, data processing, QA checks, reporting, input to RAMM database and delivery of the RAMM Roughness rating and as per the contract period within the South Taranaki District Councils sealed roads",Awarded,,95989,20250410 South Taranaki District Council,24580729,Request for Tenders,Open Competition,South Taranaki District Council C22/02 RAMM Condition Rating 2022 to 2024,,20210720,20210813,20210825,,All of Government,No,,"This contract is for the survey, data processing, QA checks, input to the RAMM database and delivery to STDC of the RAMM Condition Rating during the contract approved period",Awarded,,95682,20250410 South Taranaki District Council,24645876,Request for Tenders,Closed Competition,South Taranaki District Council C20/28 Waitotara Valley Road Culvert Washout Renewal,,20210806,20210916,20210929,,Sole Agency,No,,3 Contractors are invited to tender for the installation of a new 1.5m x 1.5m precast box concrete culvert and complete reinstatement of the road at RP29000 at Waitotara Valley Road. The work includes removal of the remaining temporary 900mm culvert and diversion road structure.,Awarded,,179990,20250410 South Taranaki District Council,25264514,Request for Tenders,Open Competition,South Taranaki District Council Contract 21/16 Bayly Road Pavement Rehabilitation 2021/22,C2116,20211217,20220201,20220216,,All of Government,No,,,Awarded,,707214,20250410 South Taranaki District Council,25280507,Request for Tenders,Open Competition,South Taranaki District Council Contract 21/23 Footpath Renewals 2021/22,C21/23,20211223,20220203,20220221,,All of Government,No,,,Awarded,,309359,20250410 South Taranaki District Council,25323415,Request for Tenders,Open Competition,"South Taranaki District Council Waimate West Water Main Renewal PJ76013, PJ76016",,20220120,20220215,20220304,,All of Government,No,,"South Taranaki District Council (STDC) propose to renew three sections of pipeline along Oeo, Little Oeo, and Omuturangi Road. The existing pipelines are asbestos cement (AC) and are not providing the current required levels of service. These pipes will be abandoned in situ however some sections of AC pipe will need to be cut, removed and disposed of at an approved landfill facility. This element of the work shall be undertaken by a licenced asbestos removal contractor, for more than 10 square meters, with all required Health and Safety and legislative protocols being strictly adhered to. The first section of this project is for the supply and installation of approximately 5,473 metres of DN 180 PE 100 PN 12.5 pipe in Oeo Road from a main tee junction along Skeet Road down south to the existing water main along Oeo Road. The second section is also for the supply and installation of approximately 1,498 metres of DN 125 PE 100 PN 12.5 pipe in Little Oeo Road from a tee junction at Oeo Road up to the existing fire hydrant at Little Oeo Road. The last section is also for the supply and installation of approximately 842 metres of DN 180 PE 100 PN 12.5 pipe in Omuturangi Road from the existing pressure reducing station (PRV WW15) down south to the existing water main of the same road. The contractor shall also supply all fittings, air valves, scour valves, valves, hydrants, surface boxes, service laterals and connection to existing property kits etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,,0,20250410 South Taranaki District Council,25381227,Request for Quotations,Closed Competition,South Taranaki District Council Contract 22/08 Opunake Beach Retaining Wall,PJ 22070,20220208,20220221,20220223,,All of Government,No,,"The Opunake beach retaining wall was constructed in 1995 to stabilise the natural accretion of sand and protect the developed recreational facilities. An inspection conducted in April 2021 has shown that the structural integrity of the lattice wall is severely compromised. The lack of support in some areas is creating a beam that bounces when some stands on it. The horizontal concrete phylon beams are disintegrating and falling onto the beach creating a major hazard, especially for children who might stick their hands or feet in the gaps, and a trip hazard on the beach. South Taranaki District Council wishes to obtain quotation for the construction of retaining wall at Opunake beach front.",Awarded,,56353,20250410 South Taranaki District Council,25382371,Request for Tenders,Open Competition,South Taranaki District Council Greenspace Management Contract,,20220208,20220331,20220602,,All of Government,No,,"This is a service delivery contract for the continued operation and maintenance of the reserves, property and berms in the South Taranaki District which are owned by the Principal. This is a performance-based, lump-sum contract with provisions for penalties for non-performance on a pre-determined scale.",Awarded,,1654240,20250410 South Taranaki District Council,25573421,Request for Tenders,Closed Competition,South Taranaki District Council Mason Rd Pumpstation Upgrade,,20220322,20220412,20220519,,All of Government,No,,,Awarded,,0,20250410 South Taranaki District Council,25629558,Request for Tenders,Open Competition,South Taranaki District Council C22/04 Pavement Marking 2022 to 2025,C22/04,20220331,20220429,20220513,,All of Government,No,2 Fyson Place,"This Contract is for the annual remark and any new markings required within the South Taranaki Council network for a three year period, with the opportunity of another two-year extension.",Awarded,,0,20250410 South Taranaki District Council,25649624,Request for Tenders,Open Competition,South Taranaki District Council C21/07 Eltham Urban Pavement Rehab and Services Upgrade,C21/07,20220404,20220503,20220526,,All of Government,No,,"This Contract is for the road construction including water and wastewater work located on London Street (between High to York Streets) and Railway Street (between Bridge and London Streets), Eltham. The work includes excavation, granular pavement construction, concrete pavement construction renewal of water and waste-water reticulation, vehicle crossing adjusting manholes and service covers, sealing works and various miscellaneous items.",Awarded,,0,20250410 South Taranaki District Council,26220963,Request for Tenders,Open Competition,Patea Moles Repairs,PJ 15341,20220824,20220930,20221018,,All of Government,No,,"Since the early 2000s various reports and maintenance designs have been undertaken. The most recent condition assessment report was completed in 2017 by BTW Company. With that report, it was identified that remedial works are required to be undertaken in a periodic fashion, mainly focused on replacement of block loss in the Moles. Such work was undertaken in 2009 2011, and since then further blocks have been lost. Since the closure of the Patea Freezing works, and increased reliance of the road transport network, the function of the Patea Moles has been reduced to training the river entrance and also providing a navigable harbour for largely recreational vessels. To preserve the navigable channel for recreational users, it has been proposed that a periodic maintenance works every few years is required to prolong the structure as best possible and slow the deterioration of the asset. This contract is for the maintenance repairs of moles situated on the western side (true right bank) of Patea River. The proposed works include placing concrete as void fill to lock-up the existing blocks and protect against further degradation as best possible. The infill will be completed with concrete, placed within shutters, and doweled into the existing structure where there is not geometry to naturally lock the void fill in place.",Awarded,,216770,20250410 South Taranaki District Council,26231804,Request for Tenders,Open Competition,South Taranaki District Council Contract 21/12 Intersection Improvements - Eltham and Hastings Road 2022/23,,20220826,20220922,20221123,,On behalf of procurement agent,No,,"This contract is for the rehabilitation of Eltham Road and Hastings Road intersection. The work includes excavation, shoulder widening, pavement reconstruction, vehicle crossings, berms and road reinstatement, reconstruction of raised traffic islands, road signs, culvert installation, installation of new sumps and stormwater manholes, sealing works and various miscellaneous items.",Not Awarded,Only one price received and was over priced and well over budget - scope to be revised,0,20250410 South Taranaki District Council,26233132,Request for Tenders,Open Competition,South Taranaki District Council C22/18 Mid Parihaka Road Pavement Rehabilitation,,20220826,20220929,20221013,,All of Government,No,,"This contract is for the construction of Mid Parihaka Road RP4780 to RP5925. The work includes excavation, shoulder widening, pavement construction, culvert installation, vehicle crossing and berms reinstatement, road pavement reinstatement, installation of new manholes, sealing works and various miscellaneous items.",Awarded,,0,20250410 South Taranaki District Council,26669581,Request for Tenders,Open Competition,South Taranaki District Council 22/25 Footpath Renewals 2022/23,,20221123,20221208,20230818,,All of Government,No,,The Contract is for footpath renewals located on three streets within Patea and Waverley towns of South Taranaki District.,Not Awarded,Only one price received and was too expensive,0,20250410 South Taranaki District Council,26760282,Request for Tenders,Closed Competition,South Taranaki District Council Contract 22/05 Drilling and Construction of Eltham Water Supply Exploratory Bore 2022/2023,PJ 74017,20221220,20230220,20230620,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council intends to undertake exploratory groundwater drilling to a depth of 600 m at the Eltham water treatment plant. The top 125 m of the bore will be drilled and permanently cased before drilling the exploratory hole below. Aquifers encountered in the exploratory hole will be isolated for yield testing with temporary casing as they are encountered. Up to two aquifers will be evaluated in this way. If a suitable aquifer is found, the bore will be reamed and permanently cased to the top of the aquifer to complete the work. Installation of permanent screens and production bore completion are not part of this contract. The bore site is at the Eltham water treatment plant, on Finnerty Rd north of Eltham. The site is well drained and under sand and grass cover. A water supply and mains power are available at the site through treatment plant site transformer 100 kVA and site generator 80 kVa. Depending on requirements, site electrical supply may not be sufficient and additional electrical capacity may be required onsite. Our preference would be for the contractor to arrange their own power supply (e.g. provide their own generator). A site plan is provided in the appendices section.",Not Awarded,"The Council decided to decline all tenders, as all exceeded the estimated budget and available funds. This will prompt a revisit of the current water supply strategy, budget and project scope prior to retendering this project in the near future.",0,20250410 South Taranaki District Council,26771664,Request for Tenders,Open Competition,Opunake Sewer Pipe Relining & Manhole Rehabilitation Assessment,PJ82001,20221221,20230126,20230210,,Sole Agency,No,,"The South Taranaki District Council wishes to obtain tenders for the sewer pipe relining of a number of pipes which is outlined in the attached drawings, the total length of pipes to be relined is 770.02m and vary in pipe size. Along with the sewer pipe relining 18 sewer manholes of varying depths require rehabilitation assessment. The proposed pipes for relining and manholes for assessment are located in Opunake. The scope of this Contract is for the supply of all plant, labour / materials and incidentals for carrying out the works as shown on the drawings and as described in the Specifications, and in terms of the General and Special Conditions of Contract. The extent of the Contract Works includes, but is not necessarily limited to the following principal items: Relining of the requested pipes. Manhole inspections of requested manholes. Pre-flushing of sewer lines Root pruning/cutting Traffic management via the Traffic Management Plan. Patching, hard lining, lateral joint repair, bypass pumping, cutting of lateral connections, trimming of protruding laterals. CCTV inspections after pipe relining (post-CCTV). All ancillary works. Any specified materials testing.",Awarded,,213890,20250410 South Taranaki District Council,27048961,Request for Tenders,Open Competition,Ohangai-Tawhiti Road Water Supply Improvement,PJ 71021,20230310,20230503,20230530,,All of Government,No,,"The development along Turuturu Road and its surroundings has led to a shortage of water supply and low pressures along Turuturu Rd and Ohangai Rd. The inadequate water pressure within a reticulation network increases the chances of backflow occurring or contaminants getting into the water if a break occurs in the mains. Moreover, if all consented water users in this area were connected to the network tomorrow, there would be insufficient water supply in this area. South Taranaki District Council (STDC) proposes to construct a new DN180 PE100 SDR13.6 PN12.5 pipe extension watermain along Tawhiti Road, from Mason Road Hawera up to the intersection of Tawhiti-Ohangai Road. The length of the new watermain is approximately 1.96km.",Awarded,,806312,20250410 South Taranaki District Council,27829784,Request for Tenders,Closed Competition,RD5341 Patea Loop Walkway,RD5341,20230804,20230831,20230928,,Sole Agency,No,"109 Albion Street, Hawera 4610","The project is to construct a loop track for the community in Patea. It will motivate the people to be active, socialise, interact and have fun. Furthermore to enhance the social, health and cultural wellbeing of the community. The existing loop will be made permanent with a more structured layout and pavement. The total loop (existing plus new) will be 5Km long and people will have options to walk around the full loop or half loop with new concrete footpaths at York Street and Kent Street being part of the project. The proposed works consists of 650m of metalled walkway and approximately 0.5Km of concrete footpath. This will be tied to the existing concrete footpath along Egmont street and Bedford street and the grass track which will make up the 5Km loop. Some timber platforms and timber stairs are also required in area which need assistance to people to walk safely and comfortably around the loop. The purpose of this document is to seek Tenders from invited parties, carry out the evaluation and award the Tender to the successful bidder.",Awarded,Patea Loop project construction has been completed and handed over on 28th February 2024. The loop is since open to the public and well in use.,0,20250410 South Taranaki District Council,27915894,Request for Tenders,Open Competition,South Taranaki District Council C23/17 Footpath Replacements 2023/24,,20230818,20230912,20230915,,All of Government,No,,"Tenders are invited for the demolition of existing footpath and kerb and installation of new footpath and kerb and all associated works located in eight different locations in Patea, Waverley, Hawera and Eltham.",Awarded,,0,20250410 South Taranaki District Council,28005809,Request for Tenders,Open Competition,South Taranaki District Council C2313 Collingwood Street Fonterra Entrance,C23/13,20230901,20230915,20231005,,All of Government,No,,"This contract is for the construction of concrete pad on Collingwood Street, Eltham outside the northern Fonterra entrance and all other associated works.",Awarded,,0,20250410 South Taranaki District Council,28009805,Request for Tenders,Open Competition,PJ80027 York Street WWPS Rising Main Renewal,PJ80027,20230904,20231003,20231011,,All of Government,No,"109 Albion Street, Hawera 4610","This contract is for the renewal of WWPS rising main from the York Street pumping station to the outflow chamber of the oxidation pond which is situated approximately 253 meters from the pump station. The new pipeline is proposed to be DN180 PN12.5 SDR13.6 PE100 twin line with an elevation of approximately 16 meters from the pumping station to the outflow manhole. The existing DN150 AC pipe will be disconnected upon the commissioning of the new line. Civil works with Manhole structures, concrete works and associated ductile Iron pipe work & fittings is also required for the inter-connection works.",Awarded,Award and Decline letters were sent to the Successful and Unsuccessful Tenderer's respectively.,132856,20250410 South Taranaki District Council,28155081,Request for Tenders,Open Competition,South Taranaki District Council C2301 King Edward & Rawhitiroa Road Pavement Rehabilitation,C2301,20230922,20231019,20231114,,All of Government,No,,"The Contract is for the rehabilitation of King Edward Street RP480-790 continuing onto Rawhitiroa Road RP0 to RP460, Eltham. The work includes excavation, shoulder widening, pavement construction, drainage renewal, vehicle crossing, berms reinstatement, road pavement reinstatement, sealing works and various miscellaneous items.",Awarded,,0,20250410 South Taranaki District Council,28192416,Request for Tenders,Open Competition,South Taranaki District Council Contract 23/22 Rata St. Sewer Main Renewal & Upgrade 2023/2024,PJ 80014,20230929,20231103,20231214,,All of Government,No,105-111 Albion Street,"South Taranaki District Council (STDC) proposes to renew and upgrade the existing gravity sewer main with new DN300 Sn16 uPVC Sewer Main along Rata Street, from Glover road intersection up to the existing sewer pump station near Rod Syme Place. This will be installed via open trench excavation with a parallel sewer rising main installation of DN225 PE100 PN10 SDR17. The length of the new gravity sewer main is approximately 463m and the new rising sewer main is approximately 470m. South Taranaki District Council will supply only the DN225 PE100 PN10 SDR17 sewer rising pipes to be stored at the pipe storage area located at Scott Street, Hawera. The Contractor shall supply the rest of required pipe, fittings, sewer manholes, service laterals and connection to existing properties etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,Separate acceptance and decline letters sent individually to all respondents,998715,20250410 South Taranaki District Council,28250399,Request for Tenders,Open Competition,District Wide Sewer Relining 2023-2024,PJ82002,20231010,20231109,20231201,,All of Government,No,,"The South Taranaki District Council wishes to obtain tenders for the sewer pipe relining of a number of pipes which is outlined in the attached drawings, the total length of pipes to be relined is 660.46m and vary in pipe size. The proposed pipes for relining are located in various parts of the district (Patea, Manaia). Note: Depending on the progress of the CCTV reviews being undertaken by STDC, additional sites may be added as a variation. The scope of this Contract is for the supply of all plant, labour / materials and incidentals for carrying out the works as shown on the drawings and as described in the Specifications, and in terms of the General and Special Conditions of Contract. The extent of the Contract Works includes, but is not necessarily limited to the following principal items: Relining of the requested pipes as per schedule Pre-flushing of sewer lines Root pruning/cutting Traffic management via the Traffic Management Plan. Patching, hard lining, lateral joint repair, bypass pumping, cutting of lateral connections, trimming of protruding laterals. CCTV inspections after pipe relining (post-CCTV). All ancillary works. Any specified materials testing.",Awarded,,213211,20250410 South Taranaki District Council,28391590,Request for Tenders,Open Competition,South Taranaki District Council Contract 23/29 Fantham St. Water Main Renewal 2023/2024,PJ 70019,20231103,20231207,20231221,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) proposes to renew and upgrade the existing 100 diamter AC water main with a new DN450 PE100 SDR13.6 PN12.5 water main along Fantham Street, from Waihi Road intersection up to Turuturu Road intersection. The length of the new watermain is approximately 908 linear meter. The Contractor shall supply all pipe, fittings, air valves, scour valves, hydrants, surface boxes, service laterals and connection to existing properties etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,Acceptance and decline letters sent via email,1598566,20250410 South Taranaki District Council,28403705,Request for Tenders,Open Competition,STDC C23/16 Clifford/Collingwood Intersection Rehabilitation and Watermain Upgrade 2023/2024,C23/16,20231106,20231117,20231127,,All of Government,No,,"This Contract is in two separable portions. Portion 1 must be completed prior to Christmas 2023 and is is for construction of concrete at the Intersection of Clifford/Collingwood Street, Eltham. Portion 2 is for watermain upgrade located in the berm.",Awarded,,0,20250410 South Taranaki District Council,28409484,Request for Tenders,Open Competition,Eltham Stormwater Renewals CN23/28,PJ90017,20231106,20231213,20240110,,Sole Agency,No,,"This contract is for the supply and construction of 375mm RCRRJ stormwater pipes at Eltham on Bridge Street. This is a renewal of existing pipes. Pipes are to laid at even grade between two existing manholes, approx depth is 5 to 7m.",Awarded,,104576,20250410 South Taranaki District Council,28459180,Request for Tenders,Open Competition,South Taranaki District Council Contract 23/30 Inaha - R1 Reservoir Rehabilitation,PJ 78511,20231117,20231221,20240119,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) proposes to repair the cracks at the roof slab, seal off the gap between the precast walls and base slab joints, and cast new base slab cover over existing reservoir flooring of Inaha R1 Reservoir, to limit water loss at acceptable rate. The Contractor shall supply all labour, plants, and materials as detailed on the drawings and listed in the Schedule of Quantities. The scope of this contract includes: Removal and reinstatement of roof slab. Concrete vertical corner repair works. Supply and overlay of new concrete reservoir floor slab. Supply and installation of new roof manholes with internal ladder. Installation of additional vertical members for the existing cage ladder. Supply and installation of perimeter handrails near the roof manholes and cage ladder. Testing and commissioning. As-built drawings indicating any changes to the construction drawings. Submission of Componentization report aligned with STDC provided format.",Not Awarded,All tender proposals exceeded the estimated budget and available funds.,0,20250410 South Taranaki District Council,28488601,Request for Tenders,Open Competition,South Taranaki District Council Contract 23/31 Ohawe Trunk Main Renewal Stage 2,PJ 70015,20231120,20240125,20240226,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) propose to replace the existing 100mm asbestos cement pipe with DN 250 PE 100 PN 16. This project is for the renewal of approximately 2.54km of pipe from the South Road Ohawe Road intersection to the Moana Street PRV. The contractor shall supply all pipe, fittings, air valves, valves, hydrants, service laterals and connection to existing properties etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,,591210,20250410 South Taranaki District Council,28768826,Request for Tenders,Closed Competition,South Taranaki District Council Contract 23/30 Inaha - R1 Reservoir Rehabilitation,PJ 78511,20240201,20240216,20240409,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) proposes to repair the cracks at the roof slab, seal off the gap between the precast walls and base slab joints, and cast new base slab cover over existing reservoir flooring of Inaha R1 Reservoir, to limit water loss at acceptable rate. The Contractor shall supply all labour, plants, and materials as detailed on the drawings and listed in the Schedule of Quantities. The scope of this contract includes: Removal and reinstatement of roof slab. Concrete vertical corner repair works. Supply and overlay of new concrete reservoir floor slab. Supply and installation of new roof manholes with internal ladder. Installation of additional vertical members for the existing cage ladder. Supply and installation of perimeter handrails near the roof manholes and cage ladder. Testing and commissioning. As-built drawings indicating any changes to the construction drawings. Submission of Componentization report aligned with STDC provided format.",Awarded,,1528954,20250410 South Taranaki District Council,28804013,Request for Tenders,Open Competition,South Taranaki District Council 23/15 Ngawhini Road Pavement Rehabilitation 2023/2024,C23/15,20240209,20240227,20240305,,On behalf of procurement agent,No,,"Tenders are invited for the rehabilitation of Ngawhini Road RP4520 to RP5810. The work includes excavation, shoulder widening, pavement construction, drainage renewal, vehicle crossings, berm reinstatement, road pavement reinstatement, sealing works and various miscellaneous items. Work is to be completed (including sealing) no later than 30 April 2024. This work cannot be completed under a road closure. Submissions with road closures will not be accepted.",Awarded,,0,20250410 South Taranaki District Council,28854002,Request for Tenders,Open Competition,STDC C23/20 Glasgow Street Shoulder Improvements 2024/24,C23/20,20240219,20240305,20240320,,All of Government,No,,"This contract is for shoulder widening on Glasgow Street, Hawera. The work includes excavation, shoulder widening, sealing works and various miscellaneous items.",Awarded,,167486,20250410 South Taranaki District Council,29025902,Request for Tenders,Open Competition,Opunake Stormwater Renewals CN23/38,PJ 90016,20240315,20240409,20240429,,Sole Agency,No,,"This contract is for the renewal of a Stormwater pipe in King Street, Opunake using precast concrete. The pipe is to be realigned in road reserve at 66 King Street.",Not Awarded,"Awarded to Excavat. Not sure why this company is not in the list",0,20250410 South Taranaki District Council,29236102,Request for Proposals,Open Competition,01-24-STDC Noise Contract,,20240424,20240513,20240628,,All of Government,No,,"South Taranaki District Council (STDC) use a specialised security guard service for after-hour animal control, noise control and smoky fire nuisance control. Currently STDC has a single contract. Following a review, a change in service has been made and therefore only a single contract for after hour noise control and smoky fire nuisance control is required.",Awarded,,98670,20250410 South Taranaki District Council,29376384,Request for Tenders,Open Competition,South Taranaki District Council Contract 23/43 Eltham State Highway Pinch Points,RD5341,20240513,20240522,20240529,,Sole Agency,No,105-111 Albion Street,"This contract is for the construction of concrete island pinchpoints along State Highway 3, High Street, Eltham. The work includes excavation, clearing, concrete kerb construction, concrete patterned infills, road pavement reinstatement, installation of RRPMs, and various miscellaneous items.",Awarded,,136105,20250410 South Taranaki District Council,29391018,Request for Tenders,Open Competition,Hawera 250mm Trunk Main Decommissioning Contract - Stage 1 Larlin Drive,PJ70023,20240513,20240530,20240614,,All of Government,No,,"The existing 250mm Cast Iron (CI) trunk main downstream from Ketemarae PRV Station is at the end of its service life. The 250mm CI trunk main forms a loop around the Hawera township to manage demands and fire flows. To decommission the 250mm CI trunk main the South Taranaki District Council (STDC) proposes to renew and upsize some sections of the 250mm CI trunk main and install a section of new mains. Given the extent of works required to enable the 250mm CI trunk main decommission, the renewals and upsizing works have been split into two stages. This contract is for Stage 1 of the works and contains the following sections of renewal, upgrades, and new trunk mains: - Larlin Drive between Larlin Heights and Rata/Maire Street intersection, New Trunk Main, DN280 (ID250mm) SDR13.6 PE pipe.",Awarded,Tender work has been completed as of September 2024.,322504,20250410 South Taranaki District Council,29501482,Request for Tenders,Open Competition,RD5314 Waverley Town Belt - Pathway,RD5314,20240529,20240611,20240618,,All of Government,No,"109 Albion Street, Hawera 4610","The Waverley Town Belt project is located in Waverley, in the South Taranaki District. It aims to create a recreational area for residents and visitors, enhancing the natural beauty and accessibility of the town. The Tender is for Stage 1A only which has a 2.5m wide shell rock track build along an identified route. The length of the pathway is approximately 675 meters which starts from Aotea Park and through the recreational grounds and existing town belts area. The Bowling club, croquet club, Waverley rugby club and community center at Waverley are some of the key stakeholders around this project pathway. The enhancement of the recreational and aesthetic value of the small town will provide residents and visitors with a safe and enjoyable walking/cycling path. The Project aims to deliver a high-quality output with minimum disruptions to existing sports and recreational activities.",Awarded,Contract awarded to lowest price conforming Tenderer.,186580,20250410 South Taranaki District Council,29733623,Request for Tenders,Open Competition,CCTV of District Wastewater and Stormwater Mains and Minor Repairs,PJ 80034 & 15340,20240708,20240725,20240816,,All of Government,No,,"This contract is for CCTV works and preparation of as-built records, video data and win-can Reports. It includes ancillary works of removing protruding laterals, pipe cleaning and root cutting. The work will be undertaken on wastewater and stormwater service mains within the South Taranaki District.",Awarded,,316951,20250410 South Taranaki District Council,30019690,Request for Tenders,Open Competition,South Taranaki District Council Contract 20/38 Taikatu Road Site 3&4 Watermain Renewal Site 3&4,PJ 76011,20240821,20240917,20240925,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) propose to renew two sections of pipeline along Taikatu Road. The existing pipelines are asbestos cement (AC) and are not providing the current required levels of service. These pipes will be abandoned in situ however some sections of AC pipe will need to be cut, removed and disposed of at an approved landfill facility. This element of the work shall be undertaken by a licenced asbestos removal contractor, for more than 10 square meters, with all required Health and Safety and legislative protocols being strictly adhered to. The first section of this project is for the supply and installation of approximately 711 metres of DN 180 PE 100 PN 16 pipe in Taikatu Road from a main tee junction along Skeet Road down south to the existing PRV station WW08. The second section is also for the supply and installation of approximately 3,227 metres of DN 180 PE 100 PN 16 pipe in Taikatu Road from an existing DN 150 valve up to the existing DN 150-100 reducer. The contractor shall also supply all fittings, air valves, scour valves, valves, hydrants, surface boxes, service laterals and connection to existing property kits etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,,932952,20250410 South Taranaki District Council,30019943,Request for Tenders,Open Competition,South Taranaki District Council Contract 21/18 Auroa Road Site 2 Water Main Renewal,PJ 76012,20240821,20240924,20241004,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) propose to renew 1 section of pipeline along Auroa Road. The existing pipelines are asbestos cement (AC) and are not providing the current required levels of service. These pipes will be abandoned in situ however some sections of AC pipe will need to be cut, removed and disposed of at an approved landfill facility. This element of the work shall be undertaken by a licenced asbestos removal contractor, for more than 10 square meters, with all required Health and Safety and legislative protocols being strictly adhered to. The scope of this project is for the supply and installation of approximately 3,449 metres of DN 180 PE 100 PN 16 pipe in Auroa Road from a main tee junction along South Road up north to the existing PRV station WW17. The contractor shall also supply all fittings, air valves, scour valves, valves, hydrants, surface boxes, service laterals and connection to existing property kits etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,,739225,20250410 South Taranaki District Council,30104190,Request for Tenders,Closed Competition,STDC Building Strengthening Works,PJ 24010,20240830,20240927,20241029,,All of Government,No,,"Description of Contract Works This contract calls for the complete supply of all plant, labour and materials and incidentals for carrying out the works in relation to seismic strengthening works of the building element to lift the rating of the South Taranaki District Council Building in Hawera to 80%NBS. The scope of the work includes but not limited to: Mobilisation and demobilisation Provision of safe access and working platforms for the execution of the works Temporary removal and relocation of existing office furniture and associated fittings obstructing construction. Suspended ceilings alterations and stripping of wall materials and its reinstatement Working around and or relocation of all affected electro-mechanical services e.g. power supply cables and lighting, fire alarm systems, telephone/internet communication cables, HVAC installations and ducting Scanning of all reinforced concrete prior to drilling for placement positions Fabrication and supply of additional roof bracing elements including tension ties and SHS compression struts to Building A and Building B at roof level Supply and Installation of new PFC eaves beams to the north and south elevations of Building B Supply and Installation of seating angles and localised tie beam to the underside of precast floor units of Building A and Building B As built and QA documentation",Awarded,,347825,20250410 South Taranaki District Council,30257095,Request for Tenders,Open Competition,South Taranaki District Council 2408 Mountain Road Pavement Rehab,C24/08,20240924,20241016,20241025,,All of Government,No,,"This contract is for the rehabilitation of Mountain Road RP6100 to RP6850. The work includes excavation, shoulder widening, pavement construction, drainage renewal, vehicle crossings, berm reinstatement, road pavement reinstatement, sealing works and various miscellaneous items",Awarded,,499606,20250410 South Taranaki District Council,30274888,Request for Tenders,Open Competition,South Taranaki District Council C24/06 Kohi Road Pavement Rehab,C24/06,20240930,20241025,20241111,,All of Government,No,,"This contract is for the rehabilitation of Kohi Road RP835 to RP1914. The work includes excavation, shoulder widening, pavement construction, drainage renewal, vehicle crossings, berm reinstatement, road pavement reinstatement, sealing works and various miscellaneous items",Awarded,,672234,20250410 South Taranaki District Council,30275190,Request for Tenders,Open Competition,South Taranaki District Council C24/07 Rotokare Road Pavement Rehab,C24/07,20240930,20241105,20241118,,All of Government,No,,"This contract is for the rehabilitation of Rotokare Road RP180 to RP1914. The work includes excavation, shoulder widening, pavement construction, drainage renewal, vehicle crossings, berm reinstatement, road pavement reinstatement, sealing works and various miscellaneous items.",Awarded,,922687,20250410 South Taranaki District Council,30366577,Request for Proposals,Open Competition,South Taranaki District Council Three Waters Decarbonisation,,20241009,20241114,20250124,,All of Government,No,105 Albion Street,"South Taranaki District Council has developed a Decarbonisation Plan. Its aim is to give effect to emissions reduction actions in Councils Environmental & Sustainability Strategy and align our activities with national decarbonisation goals. A Decarbonisation Roadmap has been developed for the future implementation and integration of emissions reduction and decarbonisation initiatives across all of Councils community services, assets and infrastructure. We are looking for an experienced, proactive Respondent with the capability to provide recommendations on how Council can decarbonise Scope 3 emissions, particularly relating to water and wastewater. There may be an element of innovation required in order for Council to meet the desired objectives. Ideally, our selected Respondent will have experience working with local government organisations. Cultural sensitivity and understanding is a must - particularly during the assessment of recommended approaches. All applicants should be able to provide the relevant resources and commit fully to the delivery of the project as agreed. The right solution may be a blend of different approaches, some of which could be novel to our region. The solution will need to be able to accommodate full-service delivery; and future-proof further service delivery across the district. As a local authority, it is essential to optimise public value from contracts, while upholding or exceeding the national environmental standards, efficient service delivery standards, and operating safely.",Awarded,,115310,20250410 South Taranaki District Council,30546416,Request for Tenders,Open Competition,South Taranaki District Council C24/15 Footpath Replacements 2024/25,C24/15,20241101,20241120,20241129,,All of Government,No,,"The Contract is for footpath improvements and renewals on four streets within the South Taranaki District Council network. The work includes demolition of existing footpaths and crossings, construction of new footpaths, vehicle crossing, berms reinstatement and various miscellaneous items.",Awarded,,145935,20250410 South Taranaki District Council,30606862,Request for Tenders,Open Competition,South Taranaki District Council C25/01 General Road Maintenance 2025 to 2028,C25/01,20241111,20241211,20250122,,All of Government,No,,"This contract is for general road maintenance activities required in the South Taranaki District Councils area. The scope of the Contract Works includes but is not limited to maintenance of roads, storm water structures, surface water channels, road shoulders, edge marker posts, signs, bridge maintenance (non structural), detritus and litter, carpark maintenance and initial response to emergency works.",Awarded,,0,20250410 South Taranaki District Council,30607637,Request for Tenders,Open Competition,South Taranaki District Council C25/02 Maintenance of Unsealed Roads 2025 to 2028,C25/02,20241111,20241211,20250109,,All of Government,No,,"This contract encompasses the maintenance of unsealed pavements, specifically focusing on the grading of roads and the application and shaping of maintenance metal. The primary objectives are to ensure road safety, improve driving conditions, and extend the lifespan of the unsealed roads. Grading requirements: Regular grading to smooth out road surfaces, remove ruts, and ensure proper drainage. Attention to maintaining the correct road profile and crossfall to prevent water accumulation. Use of appropriate machinery and techniques to achieve a consistent and durable surface. Metalling requirements: Application of suitable aggregate materials to support the existing road surface. Ensuring even distribution and compaction of the metal to enhance road stability and durability. Periodic replenishment of metal to maintain optimal road conditions.",Awarded,,0,20250410 South Taranaki District Council,30608008,Request for Tenders,Open Competition,South Taranaki District Council C25/04 Street Cleaning 2025 to 2028,C25/04,20241111,20241217,20250106,,All of Government,No,,"This contract covers the mechanical cleaning of all kerb and channel, sumps and CBD footpaths as well as rubbish bin collection in the South Taranaki District Councils urban areas.",Awarded,,0,20250410 South Taranaki District Council,30609692,Request for Tenders,Open Competition,South Taranaki District Council C25/05 Road Pavement Repairs 2025,C25/05,20241111,20241212,20250109,,All of Government,No,,"This contract is for road pavement work in the South Taranaki District Councils area. The primary focus will be scheduled reseal areas, with additional work in other sites requiring significant pavement work as needed and within budget constraints. STDC undertakes approximately 60km reseals annually. The reseal Contractor commences their work programme in mid November and all pavement work must be completed before resealing commences to ensure all resealing sites have been treated prior to reseal activities.",Awarded,,0,20250410 South Taranaki District Council,30611022,Request for Proposals,Open Competition,South Taranaki District Council C25/06 Road High Shoulder Removal 2025,C25/06,20241111,20241213,20250110,,All of Government,No,,"This contract is for the removal of material which has accumulated on unconstrained roading shoulders (i.e. local roads without kerb and channel) and caused deviation from the designed formation cross-section so that drainage from the pavement is ineffective. The primary focus will be scheduled reseal areas, with additional work on other sites requiring significant high shoulder removal as needed and within budget constraints. STDC undertakes approximately 60km reseals annually. The reseal Contractor commences their work programme in mid-November and all high shoulder removal must be completed before resealing commences to ensure all resealing sites have been treated prior to reseal activities.",Awarded,,0,20250410 South Taranaki District Council,30953175,Request for Tenders,Open Competition,South Taranaki District Council Contract 24/09 Tawhiti Road Sewer Rising Main Renewal,PJ 80019,20250127,20250228,20250307,,Sole Agency,No,105-111 Albion Street,"South Taranaki District Council (STDC) proposes to renew the existing rising sewer main with new DN180 PE100 PN16 SDR11 Sewer Main along Tawhiti Street, from Mason Road intersection up to the Glover Road intersection. This will be installed via horizontal directional drilling. The length of the new rising sewer main is approximately 756m. The Contractor shall supply the required pipe, fittings, sewer manholes, service laterals and connection to existing properties etc. as detailed on the drawings and listed in the Schedule of Quantities.",Awarded,,388524,20250410 South Waikato District Council,25460878,Request for Proposals,Open Competition,640/643 Sealed Road Maintenance and Resurfacing 2022-25,640/643,20220224,20220331,20220518,,Sole Agency,No,n/a,"South Waikato District Council (SWDC) wishes to invite suitably qualified Contractors or consortia with the capability and the resources to delivery of the maintenance of the local sealed road network consisting of approximately 495.7 km of sealed roads, off-road cycleways and carparks within the South Waikato District boundary. SWDC is committed to developing a collaborative partnership with the Contractor which is mutually beneficial and delivers SWDCs objectives for the region. This is a significant opportunity to work closely with SWDC to provide long-term services in the South Waikato District boundary. SWDC is seeking a Waka Kotahi NZ Transport Agency (Waka Kotahi) pre-qualified as classification 1A Contractor to partner with to deliver network maintenance and operations services. If a subcontractor is used to provide resurfacing works, then that subcontractor must be prequalified to Waka Kotahi prequalification classification 2A or above. The Contract covers the sealed local road network within the South Waikato District boundary and adopts a fence-to-fence approach involving the following maintenance aspects within the corridor: ? Sealed Pavement maintenance ? Surface maintenance and resurfacing ? Carpark maintenance ? Parks Access Roads ? Rural litter cleaning ? Incident response and other works",Awarded,,11848550,20250410 South Waikato District Council,25496640,Request for Tenders,Open Competition,640/637 Unsealed Pavement and Drainage Maintenance 2022-25,640/637,20220304,20220404,20220518,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the maintenance and renewal of unsealed pavement and drainage on the South Waikato District road network. The South Waikato road network consists of approximately 404.6 km of rural roads (95% sealed), and 113.6 km of urban streets - a total of 518 km. The urban network is located within the townships of Arapuni. Putaruru, Tirau and Tokoroa. The Contract term is for a minimum of three years with an option of extension for a further 2 periods of 1 year each by mutual agreement. Activities include (but not restricted to) routine inspections and reporting, work scheduling and programming, traffic management, unsealed pavement and drainage maintenance, fixing of potholes in unsealed pavement, culvert maintenance and renewal, and emergency response.",Awarded,,2425213,20250410 South Waikato District Council,25501478,Request for Tenders,Open Competition,640 638 Street Cleaning 2022-25,640 638,20220304,20220404,20220518,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the Street Cleaning on the South Waikato District road network. The South Waikato road network consists of approximately 404.6 km of rural roads (95% sealed), and 113.6 km of urban streets - a total of 518 km. The urban network is located within the townships of Arapuni, Putaruru, Tirau and Tokoroa. The work includes urban State Highways that pass through the above townships. The Contract term is for a minimum of three years with an option of extension for a further 2 periods of 1 year each by mutual agreement. Activities include (but not restricted to) reporting, work scheduling and programming, traffic management, street channel, footpath, cesspit and grate cleaning and emergency response.",Awarded,,889562,20250410 South Waikato District Council,25501718,Request for Tenders,Open Competition,640 639 Footpath and Kerb and Channel Renewal and Maintenance 2022-25,640 639,20220304,20220404,20220518,,Sole Agency,No,,"This contract is for the inspection, programming and maintenance of existing footpaths and kerb and channeling within the Tokoroa, Putaruru, Tirau and Arapuni Townships of South Waikato District. It may also include construction of new or replacement footpaths and kerbs. The work involves : - uplifting, removal and disposal of damaged areas of existing footpath surfaces, - supply and construction of granular base and surface, - construction and reinstatement of footpath surfaces, - uplifting, removal and disposal of damaged kerb and channel, - supply and construction of kerbs and channels, - construction of new Pram crossings, - fixing trip hazards in mobility crossings, - grinding of trip lips and hazards in existing concrete footpath surface, and - levelling of footpath surfaces around existing covers and lids.",Awarded,,2049122,20250410 South Waikato District Council,25507935,Request for Tenders,Open Competition,640 636 Roadside Vegetation Control 2022-25,640 636,20220307,20220404,20220518,,Sole Agency,No,,"This contract is for the inspection, programming and control of vegetation in rural road reserves and urban areas within the South Waikato District. The South Waikato road network consists of approximately 404.6 km of rural roads (95% sealed), and 113.6 km of urban streets - a total of 518 km. The urban network is located within the townships of Arapuni, Putaruru, Tirau and Tokoroa. The Contract term is for a minimum of three years with an option of extension for a further 2 periods of 1 year each by mutual agreement. Activities include (but not restricted to) rural mowing, chemical vegetation control (including bridges, rural kerb lines and barriers), urban carparks, CBD and islands, brush weed control), and control of rural trees.",Awarded,,849840,20250410 South Waikato District Council,27719042,Request for Quotations,Open Competition,Open Space Maintenance & Litter Control,640/710,20230717,20230818,20231218,,Sole Agency,No,phil.parker@southwaikato.govt.nz,"This is a service contract for the maintenance of parks, reserves, trees, sportsgrounds, playgrounds, street plantings and berms, pedestrian and recreational facilities, and performing of interment duties within the South Waikato District. This service includes vegetation control, mowing operations, shrub gardens, hedges, annual bedding, litter collection, arboricultural work, interment works and maintenance of pedestrian and recreational facilities in the South Waikato District excluding: Cleaning and maintenance of toilets in reserve or non- reserve areas Maintenance of trees along rural roads and rural state highways Mowing of rural road verges and rural state highways Garden maintenance of Native vegetation/wetland areas, designated as GA5 on maps.",Not Awarded,Two Tenders was received through an alternative email address that was provided. One of which was awarded the contract.,0,20250410 South Waikato District Council,27743097,Request for Tenders,Open Competition,RFT Main Contractor for MARAETAI ROAD INTERMODAL BUSINESS PARK DEVELOPMENT,640/706,20230721,20230825,20231011,,Sole Agency,No,"South Waikato District Council, Torphin Crescent, Tokoroa, 3444","South Waikato District Council invites suitably experienced and resourced Civil Contractors to submit a competitive tender for the construction of Maraetai Road Intermodal Business Park. Please attached documents for further information. A review will be carried out by SWDC to identify the most suitable candidates in terms of experience and capability to deliver the works.",Awarded,,0,20250410 South Waikato District Council,27760389,Request for Proposals,Open Competition,4 Base Stations and Leslie Road Repeater Installation,640/705,20230725,20230831,20230922,,Sole Agency,No,"Torphin Crescent, Tokoroa","This Request for Proposal is for the provision of design and build services associated with South Waikato District Councils (SWDC) District-wide Telemetry Programme: Supply of labour, materials and equipment for the design and construction of four base stations and one repeater located at: a) Glenshea Reservoir b) Tirau Reservoir c) Arapuni Reservoir d) Colsons Hill Reservoir, and e) Repeater at Leslie Road, Tapapa. Part of this work is the establishment of a new digital radio-based telemetry system to upgrade the existing analogue radio-based communications network. This package of work is to establish the base radio network to allow the upgrade of individual sites to progress.",Awarded,,237000,20250410 South Waikato District Council,27931756,Request for Tenders,Open Competition,Main Contractor for Depot St. (Tirau) Wastewater Pump Station Upgrade,640/715,20230821,20230915,20231011,,Sole Agency,No,,"This invitation to tender is for the upcoming construction tender process for the Depot St. Wastewater Pump Station Upgrade on Tirau. Tender Process: We are pleased to announce that the tender process for the Depot St. WW PS Upgrade will commence on 21 August 2023. Starting from this date, tender documents will be available for interested parties to download. Tender Submission Deadline: The deadline for submitting tenders will be 15 September 2023. It is important to note that late submissions will not be considered. Tender Award: Tender award will be made late September 2023 or upon evaluation completion to the successful tenderer. Construction is expected to commence around October 2023. Please note that this Tender is for Physical Works only, Pumps/Tanks will be supplied by another contractor.",Awarded,,0,20250410 South Waikato District Council,28602420,Request for Quotations,Open Competition,Glenshea Park Courts Resurfacing,640/723,20231211,20240119,20240320,,Sole Agency,No,,"Glenshea Courts in Putaruru has 6 netball courts which have severe cracks throughout the surface. SWDC is planning to remove the existing surface and re-lay all the courts with a similar material, and mark the courts for multiple sports such as basketball and netball.",Awarded,,0,20250410 South Waikato District Council,28641686,Request for Tenders,Open Competition,Putaruru Growth - Gravity Sewer Mains Upgrade for ArapuniPrinces-Main Street and KiwiRail Crossing,640/683,20231218,20240131,20240321,,Sole Agency,No,"Torphin Crescent, Tokoroa","Provision of civil construction services associated with South Waikato District Councils (SWDC) Putaruru Gravity Sewer Mains Upgrade, in Putaruru. The Project is a wastewater main pipe laying along Arapuni, Princes and Main streets, including pipelaying that will cross KiwiRail at Kenlieth Station via trenchless technology and should comply with KiwiRail requirements based on Deed of Grant. Design was prepared by Aecom Consulting.",Not Awarded,Tender has been cancelled due to a significant change in scope,0,20250410 South Waikato District Council,28719550,Request for Tenders,Open Competition,Lake Moananui Retaining Wall Replacement,240/348,20240123,20240214,20241031,,Sole Agency,No,,"South Waikato District Council is looking to procure construction services for the replacement of the Retaining Structures along the Eastern side of Lake Moananui in Tokoroa. This project is an outstanding opportunity for an experienced contractor to work with Council and gain additional experience in the safeguarding of essential bodies of water, wildlife, and the communities influenced and dependent on it.",Awarded,,0,20250410 South Waikato District Council,28758885,Request for Tenders,Open Competition,Elizabeth Park Headworks Improvements,240/381,20240130,20240223,20240422,,Sole Agency,No,,"South Waikato District Council (SWDC) operates the Tokoroa Water Supply which supplies potable water to the surrounding township. SWDC has engaged a consultant to undertake investigations and the necessary design for the bore head upgrades to bring the Elizabeth Park Supply bores in line with the Taumata Arowais standards. It is envisaged that the bores will be upgraded one at a time to ensure that supply to the Billah Treatment Plant and Reservoir is maintained. Each bore head upgrade will consist of two phases, the first being undertaken by a drilling contractor and the second by a general civil contractor, with the driller assistance in replacing the bore pump and recommissioning the bore.",Awarded,,0,20250410 South Waikato District Council,28761169,Request for Proposals,Open Competition,District-wide Telemetry Programme: Site RTU Installation and Programming,640/716,20240131,20240320,20240607,,Sole Agency,No,,"This Request for Proposal is for the provision of design and build services associated with South Waikato District Councils (SWDC) District-wide Telemetry Programme: Supply of labour, materials, and equipment for the design and construction of remote sites consisting of: a) 5 x Water Treatment Plants (aka Headworks) b) 2 x Wastewater Treatment Plants c) 25 x remote sites that include facilities such as pump stations, reservoirs and bore pumps. The base station sites that establish the radio network are currently being installed and are not part of this contract.",Awarded,,0,20250410 South Waikato District Council,29484756,Request for Quotations,Open Competition,Stanley Park Housing Development - Planning & Design Services,240/303,20240527,20240614,20240723,,Sole Agency,No,,"South Waikato District Council is requesting quotations from suitably experienced and qualified Consultants in relation to a proposed sub-division of land currently known as Stanley Park, Tokoroa. Services will include: Preparation, submission and management of sub-division consent process Geotechnical surveys Engineering design of subdivision Building consent application (if required) Construction Monitoring Review of as built / handover documents Legal completion of sub-division",Awarded,,0,20250410 South Waikato District Council,29722721,Request for Tenders,Closed Competition,Te Waihou Access Track Realignment RFT,640/730,20240705,20240729,20240917,,Sole Agency,No,,This is the second step of the Te Waihou Access track realignment following the ROI,Awarded,,0,20250410 South Wairarapa District Council,29142651,Request for Tenders,Open Competition,C1257 Pedestrian Crossing lighting upgrade,C1257,20240404,20240517,20240610,,All of Government,No,SWDC office 19 Kitchner Street Martinborough,,Awarded,,344189,20250410 Sport New Zealand,21064099,Request for Proposals,Open Competition,Sport New Zealand (Sport NZ) and High Performance Sport New Zealand (HPSNZ) Full Service Marketing Agency Supplier,,20190522,20190613,20201201,,All of Government,No,,"Sport NZ is seeking to engage a full-service marketing agency to support marketing initiatives in FY20 and beyond, aligned to business objectives, helping achieve long-term strategies and goals. In addition to the Women and Girls campaign noted previously, the agency may work on a series of campaigns and / or projects that support Sport NZ and HPSNZ. The initial duration of the contract period will be two years with an opportunity to extend. The contract would be non-exclusive. In seeking a longer term strategic alignment with an agency supplier, the objective is that the supplier achieves a deeper understanding of our core business, we create better integration and synergy between campaigns in market and overall, there is collaborative measurement of results over time to justify continued activity.",Awarded,,1,20250410 Sport New Zealand,21303007,Request for Proposals,Open Competition,Media and Social Media Analysis,,20190724,20190807,20200228,,All of Government,No,,"Sport NZ is the guardian of New Zealands play, active recreation and sport system. Through promotion and support of play, active recreation and sport we seek to improve levels of physical activity to ensure the greatest impact on wellbeing for all New Zealanders. We work with and invest in sector partners to improve the level and quality of physical activity, particularly for children and young people (aged 5 to 18). We committed to championing equality for women and girls within sport and active recreation. We know there are clear inequalities for women and girls when it comes to participation and leadership, and their wider value and visibility within sport and active recreation in New Zealand. We are leading collective action across the system to address these inequalities through our response to the Governments Strategy for Women and Girls in Sport and Active Recreation, which was launched in October 2018. In response to the government strategy, Sport NZ announced 24 Commitments. This RFP represents (in part) Commitment 23 of Sport NZs response the Government Strategy for Women and Girls in Sport and Active Recreation. Commitment 23 is comprised of two parts: A media analysis project to determine the gender balance of sports media coverage (and reporting) and how females and males are portrayed. A social media audit to explore gender balance and portrayal in the social media content published by a representative sample of sports bodies. Separately, Sport NZ is seeking to engage a supplier to provide media analysis for both Sport NZ and HPSNZ. This will enable us to monitor and better understand our media coverage, and to establish and report against performance targets in this area. We are seeking an agency or agencies to deliver on four requirements. Agencies can pitch for one or more of the following components: 1. Annual Women & Girls Media Analysis Report 2. Annual Report of Media on Social Media (focusing on gender balance of stories promoted by media through these channels) 3. Annual Women & Girls Social Media Index Report 4. Six-Monthly Sport NZ and HPSNZ Media Analysis Report",Not Awarded,All components awarded to iSentia.,0,20250410 Sport New Zealand,21460769,Request for Proposals,Open Competition,Healthy Active Learning (HAL) Evaluation,,20190821,20190925,20201211,,Sole Agency,No,,"Sport New Zealand (Sport NZ) is seeking a research and evaluation supplier to evaluate the implementation and impact of a cross-agency Healthy Active Learning (HAL) initiative. HAL is a new Wellbeing Budget initiative that will promote and improve healthy eating and physical activity in schools, kura and early learning services across Aotearoa.",Awarded,,0,20250410 Sport New Zealand,21715809,Request for Proposals,Open Competition,Sport NZ Website Redevelopment,,20191002,20191025,20201207,,Sole Agency,No,,"SUMMARY OF SERVICES REQUIRED - REDESIGN OF SPORTNZ.ORG.NZ Redesign of the Sport NZ website to align with future strategic direction and to implement identifed requirements sourced from a previous discovery phase. ? Functionality development of the website in line with requirements, wireframes, designs and information architecture (all supplied in Appendix one and two) ? Site functionality aligned and connected to MailChimp for EDMs and identified data points are mapped for future CRM connectivity via Salesforce (see Appendix one) ? Set up and deployment of CMS (See functional requirements of CMS below) ? Design support and copywriting as required ? UAT, QA testing and cross browser testing ? Set up of website hosting ? Project management to ensure project critical path and budget adhered to ? Liaison with Sport NZ internal team to facilitate smooth content migration process. (Supplier Guy Fraser will be working with stakeholders to ensure content is updated, optimised and accessible, and will project manage the migration/upload of content to the new website.) ? The proposed date for the initial go-live of the site is June 2020 ? Agencies should identify any other requirements / costs they think are necessary",Awarded,"The response exceed the criterion above all other supplier proposals. Exceptional demonstration by the Respondent of the relevant ability, understanding, experience, skills, resource and quality measures required to meet the criterion. Proposal identifies factors that will offer potential added value, with supporting evidence. Scorecards maintained within Sport NZ cloud against set matrix.",308420,20250410 Sport New Zealand,23461324,Request for Proposals,Open Competition,Sport New Zealand (Sport NZ) Women in Governance Recruitment and Development Services,,20201016,20201106,20201215,,Sole Agency,No,,"We are seeking requests for proposal from New Zealand recruitment firms specialising in board recruitment in the not for profit, and ideally play, active recreation, and sport sector to support our partners to achieve and maintain board gender equity. The contract is for two-years with the potential for a further two-years The two high-level outcomes are: A regularly refreshed and supported pool of suitable and diverse candidates End-to-end board recruitment and related support Both will support our boards to: Meet and maintain gender equity by December 2021 Expand gender equity across their networks Support diversity in its broader sense Lift and sustain equity across chair roles Introduce self-sustaining good governance recruitment processes and behaviours The programme of work aligns with the Sport New Zealand Governance Mark and the Sport New Zealand Towards 2032 Strategic Direction.",Not Awarded,,0,20250410 Sport New Zealand,24107533,Award Notice,Open Competition,Sport and Recreation Mediation Service (SRMS),,20201020,20210219,20210318,,Sole Agency,No,,,Awarded,"The total cost for this service cannot be determined. It is a complaints service and therefore the cost for this service will depend on the number of complaints, the complexity of the complaints and the method chosen for their resolution.",0,20250410 Sport New Zealand,24547626,Request for Proposals,Open Competition,Sport NZ National Partner Strengthen and Adapt Evaluation,,20210715,20210811,20211220,,Sole Agency,No,,"Sport NZ is the kaitiaki of the play, active recreation and sport system in Aotearoa New Zealand. Sport New Zealand (Sport NZ) is seeking a research and evaluation supplier(s) to 1) provide direct one-on-one monitoring and evaluation support to Sport NZs Strengthen and Adapt National Partners, and 2) evaluate the implementation and impact of Sport NZ Groups National Partner Strengthen and Adapt Programme. This is a unique and exciting opportunity to be part of and contribute to a major initiative that seeks to build the capacity, capability and resilience of Sport NZs Investment Partner organisations and their delivery networks, so that they are best positioned to meet the needs of participants and athletes into the future.",Awarded,,750000,20250410 Sport New Zealand,24552302,Request for Proposals,Open Competition,People & Culture (HR) Services Consultancy,,20210715,20210811,20211101,,Sole Agency,No,,"Sport New Zealand Ihi Aotearoa (Sport NZ) is seeking to partner with a suitably aligned and qualified professional People and Culture (HR) consultancy provider(s) to provide integrated, targeted, in-sector People and Culture Consultancy (12-month service programmes) to participating organisations across the PARs sector. This is a three-year pilot programme, affording each participating organisation access to a 12-month in-sector consultancy programme designed to deliver against a needs-based, People and Culture (HR) business development plan. Up to $1.95m ($650K p.a.) is being invested to fund the delivery of People and Culture (HR) business support services over the next three years, that will significantly shift the ability of PARS organisations to proactively develop, establish and manage good People and Culture (HR) business systems, procedures, programmes, practice, and behaviours. Sport NZ is looking for credible providers who have the capability, experience, capacity, and infrastructure to deliver People and Culture (HR) consultancy services across the PARs sector (or within a clearly defined region) for the duration of the pilot. Provider(s) need to have a proven record in partnering with organisations/sector(s) to deliver high impact, practical, client centric People and Culture (HR) service programmes of similar scope and/or size. This is a unique and significant opportunity to work within, and across the Play, Active Recreation and Sport sector. This pilot offers the chance to make a real difference over the next three years, by building foundational People and Culture (HR) business capability and capacity across diverse organisations. In addition, the learnings from this impactful work will inform the ongoing development and integration of future People and Culture (HR) business solutions/services. For the right professional People and Culture (HR) partner(s), this is your chance to partner for change, across a sector that impacts all New Zealanders.",Not Awarded,,0,20250410 Sport New Zealand,24619220,Request for Proposals,Open Competition,People & Culture (HR) Digital Platform & Support Services,,20210730,20210825,20211101,,Sole Agency,No,,"Sport New Zealand Ihi Aotearoa (Sport NZ) is seeking to partner with a suitably aligned and qualified People and Culture (HR) software and service provider to deliver a high impact digital solution with supporting, on-demand, quality business advice services, to participating organisations across the PARs sector. Up to $300K is being invested over the next 12 months to pilot the delivery of a People and Culture (HR) Digital Platform with practical, value add Support Services that will help shift the ability of PARS organisations to proactively develop, establish and manage good People and Culture (HR) business systems, procedures, programmes, practice, and behaviours. This is a one-year pilot, affording each participating organisation access to the Digital Platform and Supporting Business Services. We are seeking proposals from potential providers who can deliver and support both the digital solution and associated services for the life of the 1-year pilot. Provider(s) need to have a proven record in partnering with organisations/sector(s) to deliver high impact, practical, client centric People and Culture (HR) digital solutions and services of similar scope and/or size. This is a unique and significant opportunity to work within, and across the Play, Active Recreation and Sport sector. This pilot offers the chance to make a real difference over the next year, by providing a People and Culture (HR) business enabling platform and support services across diverse organisations. The outcomes and learnings from this pilot will inform the ongoing development and integration of future People and Culture (HR) business solutions/services. For the right professional People and Culture (HR) partner(s), this is your chance to partner for change, across a sector that impacts all New Zealanders.",Not Awarded,,0,20250410 Sport New Zealand,25273395,Request for Proposals,Open Competition,Women in Sport Value and Visibility Campaign,,20211222,20220126,20220301,,All of Government,No,,"We believe there is an opportunity, through a unified campaign, to leverage the timing and value of these the events for a bigger outcome by using the collective energy to embed, amplify and maximise the vision and outcomes of the Governments Women and Girls in Sport and Active Recreation Strategy. We envisage this campaign lifting beyond the World Cups (and associated sports) and IWG to ensure a broader impact that challenges a system and mental models, that for centuries have long under-valued and under-resourced womens sport. The Value and Visibility of Women in Sport Campaign (name to be defined) seeks to surface a national discussion about the inequities women and girls experience in sport and the biases that shape the sporting system. The campaign concept is derived from a series of insight points including the Sport NZ media analysis project, commercial investment in womens sport and attendance at womens sports events that show the inequity present in elite and high-performance sport, with a prevalence towards team sports. The campaign project will look to challenge one or more truths around the disparity in reporting, attendance, representation, perceived value and investment in Womens Sport. When looking at the runway of world cups and pinnacle events in 2022, and Sport NZs role in industry leadership, it is clear there is a window of opportunity to support and lead advocacy efforts. The campaign idea/concept will not be tied to the specific events and will not utilise any commercial or intellectual rights associated with those events, but instead take a more overarching view on the value and visibility of womens sport in Aotearoa New Zealand.",Not Awarded,,0,20250410 Sport New Zealand,25749547,Request for Proposals,Open Competition,National Aquatic and Indoor Sport & Active Recreation Facilities Strategies,,20220503,20220530,20220711,,Sole Agency,No,,"Sport NZ wishes to develop National Facility Strategies for the future provision of Aquatic and Indoor Sport & Active Recreation Facilities. Whilst the strategies will be commissioned as one piece of work they will be separate strategies. The strategies will address the participants needs for play, active recreation and sport (community level through to high performance). The strategies will identify any gaps in future provision requirements (future state), having considered existing provision (current state), stakeholder engagement and consultation, provision guidelines developed as part of the project, the evidence collected and identification of future trends. The strategies will give key decision makers clear direction and guidance on a local, regional and national level of patterns and trends, and providing the necessary evidence and supporting information on which to agree priority projects and base facility investment decisions. They may also identify and encourage opportunities to co-invest or share facilities. The project will have to be mindful that we live in a constantly changing environment and will have to consider influencing factors including population changes, demographic fluctuations and future trends and needs of specific participants and activities.",Awarded,,120000,20250410 Sport New Zealand,26508940,Request for Proposals,Open Competition,Sport NZ Leadership Development Programme,,20221020,20221116,20230703,,Sole Agency,No,"29 Brandon Street, Wellington","Sport New Zealand Ihi Aotearoa (Sport NZ) is seeking to partner with a suitably aligned and qualified provider to deliver programmes that support the development of confident, capable, and authentic leaders in the Play, Active Recreation and Sport sector. The programme must be based in the context of our unique Aotearoa New Zealand environment.",Not Awarded,contract awarded to Jumpshift Limited,0,20250410 Sport New Zealand,26550053,Request for Proposals,Open Competition,Sport NZ Customer Experience Research RFP,,20221028,20221202,20230328,,Sole Agency,No,,"Sport New Zealand Ihi Aotearoa (Sport NZ) is seeking a suitably qualified provider to deliver our current Voice of Customer programme, allowing for further development. The programme currently consists of two existing experience research programmes, one seeking to understand the experience of physical activity within secondary schools (Voice of Rangatahi) and another in a sports club context (Voice of Participant). While these existing surveys are different, they share similar goals to bring the Voice of Customer into both our organisation and our partners organisations. The solution will include the provision of data collection, data sharing solutions, and research management.",Awarded,"InMoment was selected as the successful supplier because it was best placed to support our desired growth in the voice of customer research space, whist providing the greatest flexibility to ensure the programme met the diverse needs of the sector. InMoment is also a global leader in voice of customer research.",0,20250410 Sport New Zealand,26748986,Request for Proposals,Open Competition,Improving Physical Activity in Secondary Schools and Wharekura: Secondary School Project Evaluation,,20221215,20230215,20230420,,Sole Agency,No,,"Sport New Zealand Ihi Aoteroa (Sport NZ) is seeking a research and evaluation supplier(s) to evaluate the implementation and impact of a new secondary school project (Project). This Project aims to improve educational outcomes and enhance wellbeing of rangatahi through improved physical activity in secondary schools and wharekura (schools) in Aotearoa. This is a unique opportunity to be part of an innovative national initiative that will transform the experience of physical activity at school for rangatahi, allowing them and their wellbeing to flourish as a result. With co-design at the centre of the approach this offers a chance to see first-hand the impact of empowering rangatahi to come up with solutions that work for them. Sport NZ is a kaitiaki (guardian) of the play, active recreation and sport system. As a crown agency, we promote and support quality experiences to improve levels of physical activity and through this ensure the greatest impact on wellbeing for all New Zealanders.",Awarded,7 Suppliers tendered for this opportunity and Synergia were the preferred supplier (as decided by the Sport NZ selection panel).,400000,20250410 Sport New Zealand,27194573,Request for Proposals,Open Competition,Sport NZ Integrated Marketing Agency,,20230403,20230421,20230719,,Sole Agency,No,,"Sport NZ supports a range of activities in Aotearoa NZ to promote the benefits of play, recreation and sport. We are seeking an integrated marketing agency which may work across Sport NZ and High Performance Sport NZ to educate, inspire and activate kiwis to be physically active and promote aspects of participation that further enhance national wellbeing such as integrity, diversity and inclusion. As an example, in the past year, we have run three mass market behaviour change campaigns: #ItsMyMove: targeted at young women 14-18 years old and their parents and caregivers It's Time: promoting the value and visibility of women's sport Push Play: a whole of population campaign to encourage people to get active again after Covid-19 restrictions We seek a full-service marketing agency/ies capable of offering the following services: Strategic design of marketing campaign frameworks that deliver results Multi-year social good and behaviour change programmes Experience in targeting specific audiences including cultural markets and youth, based on demonstrable understanding of the audience A broad range of creative and design services Brand strategy and design Operational execution and production across all channels Media planning and buying services driven by deep audience understanding Digital and social marketing including knowledge of emerging platforms Excellent measurement and reporting that demonstrates how you helped us meet business goals Ability to devise social media strategies for existing brands and organisations Demonstration of data innovation being utilised as part of a campaign Cultural awareness and capability, including understanding and commitment to the principles of Te Titiri o Waitangi Ability to work with a diverse range of stakeholders B2B and B2C",Awarded,,0,20250410 Sport New Zealand,27624835,Request for Proposals,Open Competition,Sector Employee Engagement Tool,,20230628,20230721,20230929,,Sole Agency,No,,"Sport New Zealand Ihi Aotearoa (Sport NZ) is seeking a suitably qualified service provider to supply an advanced and comprehensive employee engagement tool to benefit our sport and recreation sector. We are seeking a solution that will work for a group of our investment partners, comprising National Sport Organisations, Regional Sports Trusts, National Disability Organisations, and National Recreation Organisations. Sport NZ supports our sector partner organisations to improve their organisational capability and employee experiences, by providing access to tools that would otherwise be unaffordable for these organisations. Sport NZ has previously provided a tool to enable organisations to track how their people are feeling about the organisation over time, but the maturity of these organisations and their needs have evolved. At a high level the service provider needs to satisfy the following requirements: 1. Respected and well-known for their effective impact in improving employee engagement (i.e., a trusted & strong brand that is fit for purpose); 2. A proven (convincing, legitimate and reliable) service offering, based on scientifically researched employee engagement best practices. 3. Automated digital technology requiring minimal manual input to view, interpret and act on results. 4. Supports and empowers the organisation and its leaders to respond advantageously. 5. Provide responsive valid expertise and support, to facilitate its use and strengthen the outcomes. offered both online and in person (available during New Zealand typical working hours) 6. Able to positively work alongside, (by integrating, complimenting and amplifying), other Sport NZ funded offerings without undermining and/or detracting from them. 7. Ability to benchmark across the wider sport and recreation sector, and the not-for-profit (NFP), preferably with evidence of previous successes in this regard. This will commence on an annual contract term, if delivers successfully, then will become an ongoing, contract with the potential of expansion.",Awarded,,110000,20250410 Sport New Zealand,28343066,Request for Proposals,Open Competition,Sport New Zealand SaaS Governance Evaluation System,,20231025,20231117,20231220,,Sole Agency,No,,"Sport New Zealand currently provides a free-to-use Online Governance Evaluation System (GES). The aim of this system is to assist boards in evaluating their governance effectiveness and strengthening the governance practices of organizations within the play, active recreation, and sports sectors. By offering GES at no cost to our investment partners, Sport New Zealand can support boards in achieving better governance outcomes, regardless of their financial resources. Through the GES, boards can assess their processes, outputs, and behaviors as a team and identify performance and development opportunities. We seek to re-platform GES to future-proof our operations. While our current system has served us well, we recognize that technology is rapidly evolving and that there are now more advanced solutions available that could better meet our evolving needs. We seek a new SaaS platform that can offer improved functionality, greater reliability, and enhanced security features. We believe that this investment in a new governance evaluation system will enable us to continue to meet the high standards of Sport New Zealand and deliver even greater value to our stakeholders. We need A SaaS Governance Evaluation System that is cost-effective, easy to use, and flexible and will enhance governance practices within the play, active recreation, and sports sectors. The system is expected to align with our specific requirements and offer an easy-to-use interface accessible to non-technical users. The project team is envisioned to comprise developers, project managers, and various stakeholders. The team will create a well-defined project schedule encompassing important milestones, deliverables, and deadlines. Regular communication with us is crucial to ensure the project's on-time, within budget, and high-quality delivery. Whats important to us Our search focuses on finding capable, experienced providers who can create exceptional digital experiences for our board members and associated customers. Your proven track record as a SaaS provider holds equal significance for us. Why should you bid? This is a unique opportunity to be part of a digital initiative that seeks to develop the governance capability of boards in the Play, Active Recreation, and Sports sectors of New Zealand. The successful provider will be contributing to the software design and development of this initiative in a significant way.",Awarded,The tender received several responses. The chosen tender was under budget and met most of our requirements.,0,20250410 Sport New Zealand,28953092,Request for Proposals,Open Competition,Active and Corporate Apparel,,20240308,20240405,20241002,,Sole Agency,No,,"The Opportunity Sport NZ Group is looking for a service provider(s) to supply both corporate and active apparel. This includes staff and athlete apparel suitable for corporate settings that reflects the organisations' leadership roles in the sports sector. High Performance Sport New Zealand has specific needs for active apparel, including compression and flexible gear, as well as natural sustainable fibres. Additionally, the apparel should be adaptable to expected changes in climate extremes across New Zealand's regional landscape. What We Need The Sport NZ Group requires an Apparel Service Provider(s) who can meet our needs in both Corporate and world leading active apparel. We recognise that we may have to contract more than one provider to accommodate our needs. Both organisations need a supplier(s) with a proven track record to handle the entire sourcing and delivery process efficiently. We seek a supplier(s) capable of providing a responsive and well-structured supply service, delivering cost-effective and suitable products tailored to our needs. The ideal provider should offer separate account management for Sport NZ and High Performance Sport New Zealand, along with regular reporting to both organisations for transparency. Brand consistency with standards of quality and professionalism to meet the expectations of active strengthening and conditioning athletes means durability is absolute. The supplier(s) must be capable of handling both individual and bulk orders, with efficient delivery across multiple delivery points throughout New Zealand. Our chosen supplier(s) should handle embroidered or sublimation printing on garments with our distinct logos, allowing flexibility in logo placement. They should offer a diverse range of products for the Group to purchase. Additionally, the supplier(s) should have the capability to warehouse stock within New Zealand to meet short delivery timeframes across the country.",Awarded,,0,20250410 Statistics New Zealand,7257214,Request for Proposals,Open Competition,Public Attitudes to Data Integration,15.52984,20150112,20150205,20200106,,Sole Agency,No,,"A key element of the Stats 20/20 strategy is to make greater use of administrative data. Our future collection activities will take an administrative data first approach, and we will use data from a range of sources to extend and enhance the range of statistics we provide. Knowing what the public think about Statistics New Zealands data integration activities is important for the organisation to understand. Statistics New Zealand is seeking specialised qualitative research services. These services are required to help Statistics New Zealand better understand public willingness to share information with us when that information is likely to be integrated with information from other sources. A variety of studies have been conducted that examine the integration of administrative data for operational use. Statistics New Zealand is interested in knowing the extent to which the findings of these studies also apply to statistical uses.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Opus International Consultants Limited Supplier Address: 33, The Esplanade, Petone, Lower Hutt, 5012, NEW ZEALAND Services: Qualitative Research Services for Public attitudes to data integration Date Awarded and Term of Contract:: 02/03/2015 - 30/06/2015 (15.60032) Spend Range: $50K-$100K Type of Procurement: Open RFP",0,20250410 Statistics New Zealand,16959325,Request for Quotations,Open Competition,Address Matching and Geocoding Software,604800,20151104,20151120,20200106,,Sole Agency,No,n/a,"Statistics New Zealand (NZ) is seeking quotes from suppliers who can supply and support Address Matching and Geocoding software as described by the requirements in this Request for Quote (RFQ). Statistics NZ is seeking quotes from providers who have an established product / solution that can be hosted onsite by Statistic NZ.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Critchlow Limited and Intech Solutions Pty Ltd Supplier Address: Level 2, 22 The Terrace, Wellington and Head Office: Level 7, 35 Spring Street, BONDI JUNCTION NSW 2022 , Australia Services: Address Matching and Geocoding Product Installation Date Awarded: 21 March 2016 Term of Contract: 3 years + 1 + 1 Spend Range: $250K-$500K Type of Procurement: Open RFQ",0,20250410 Statistics New Zealand,17086644,Request for Quotations,Open Competition,Data Virtualisation Software,,20151218,20160129,20221117,,Sole Agency,No,,"At Statistics NZ, data is stored in a range of disparate database systems. This makes the process of accessing the data awkward, as an application consuming data must connect to a number of data sources. A data virtualization layer is required to help address this issue, by presenting a common interface for applications to access data, regardless of which underlying data source stores the data.",Not Awarded,Closing out old GETS tenders. Please ignore this message.,0,20250410 Statistics New Zealand,17344038,Request for Quotations,Open Competition,Learning Retention System,,20160324,20160418,20221117,,Sole Agency,No,,"Statistics NZ is seeking a Learning Retention System (LRS) to form part of the online learning environment that is being developed to meet staff members overall training requirements. The LRS will leverage spatial and retrieval learning techniques to support staff to continuously embed knowledge and effectively apply it in their role. We are particularly seeking: A product that requires minimum customisation for it to work in our business, systems and training environments. A product that will complement our training strategy and increase staff capability by providing an engaging and effective learning experience. A product which provides an auditable record of staff capability and learning. A product which offers value for money and reliability",Not Awarded,Closing out old GETS tenders. Please ignore this message,0,20250410 Statistics New Zealand,17473259,Request for Proposals,Open Competition,RFP for Paper Related Products & Services for the 2018 Census,,20160506,20160617,20200107,,Sole Agency,No,,"Statistics NZ is seeking to appoint a supplier to deliver paper related products and services for the 2018 Census. More specifically, a supplier to deliver a value-for-money, seamlessly integrated end-to-end solution covering: - Printing services printing and packing of all paper-based materials for direct mail and field distribution. This includes materials for up to three Direct Mail Campaigns, daily printing of forms and other paper products requested by Census Respondents for mail out, and the production of a range of Printed Materials to support our field operations. - Mailhouse services the lodging of up to three Direct Mail Campaigns and daily lodgement of Census Respondent Requested Mail Materials. - Outbound Mail services delivery of up to three Direct Mail Campaigns, and daily delivery of Census Respondent-Requested Mail Materials, to residential addresses across New Zealand. - Inbound Mail services freepost facilitation and return of Completed Paper Forms from Census Respondents and Field Staff. - Mailroom services includes the receipt of Completed Paper Forms and other return mail, and form extraction ready for data capture. - Data Capture services services for the conversion of responses (Completed Paper Forms) into Electronic Form Images and Data. - Logistics services the packing, warehousing and transport of census related documentation and resources to and from multiple locations across New Zealand. We are looking to enter into a 21-month contract with the Successful Respondent, starting in October 2016 (exact commencement date to be confirmed as part of this procurement process), ending in June 2018, and with one optional 12-month right of renewal. Please note: we are holding a briefing for potential suppliers at 2pm on Friday 13 May 2016, at the Statistics NZ Wellington office (Statistics House, The Boulevard, Harbour Quays). If you would like to attend this briefing, please email our Point of Contact at procurement.services@stats.govt.nz - by noon Wednesday 11 May 2016. Please include the names of intended attendees in your email. Thank you in anticipation.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: True North New Zealand Limited; and New Zealand Post Limited; and The Information Management Group. Supplier Address: Level 3, 152 Beaumont Street, Westhaven, Auckland, 1010; and Services: Paper Related Products and Services for the 2018 Census Date Awarded: 1/10/16 Term of Contract: 1/10/16 - 30,6/18 with 1 yr RoR Spend Range: $1m-$5m Type of Procurement: Open RFP",0,20250410 Statistics New Zealand,17731163,Request for Proposals,Open Competition,Data Futures Partnership - Engagement Strategy,,20160727,20160823,20200107,,Sole Agency,No,,"The Data Futures Partnership is seeking an agency to help us to engage in-depth with a broad cross-section of New Zealanders to inform the drafting of social licence guidelines for data use/sharing in New Zealand. We are seeking an agency/s who are able to plan and implement an engagement strategy designed to enable us to interact with a broad and representative cross-section of New Zealanders about data use and sharing in New Zealand. Our conversations will focus on topics, principles and cross-cutting issues identified by the Partnership and inform draft guidelines for organisations seeking to use peoples data. More specifically we wish to procure services from agencies who are able to plan and deliver a participatory approach enabling engagement with a broad cross-section of New Zealanders, in communities across the country, to understand and challenge different opinions around data sharing and use, in a way that also enables the identification of possible areas of common ground. Support required includes planning and facilitating engagement activities, recruiting participants, capturing findings and continuous evaluation/refinement. The Data Futures Partnership is NOT seeking support to deliver polling or surveys.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Massey University, College of Creative Arts Supplier Address: Block 1, Massey University, Wallace Street, Wellington Services: Data Futures Partnership Services Date Awarded: 01/10/16 Term of Contract:6 months + 2 months RoR Spend Range: $250K-$350K Type of Procurement:Open RFP",0,20250410 Statistics New Zealand,18377099,Request for Proposals,Open Competition,Software Asset Management Services,,20170224,20170322,20200106,,Sole Agency,No,,"Statistics NZ is seeking a software reseller through whom we are able to purchase software licenses, with software purchasing provided as part of an end-to-end Software Asset Management service. We are looking to engage a service provider who can help achieve our goals of: - Reduction in the cost of software to the business - Ease of fulfilment of business requests for software - Compliance with software licenses Statistics NZ is seeking to work with one service provider to improve the management and the value obtained from all software licenses. A consortium with a lead provider and subcontractors would fulfil this requirement.",Not Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Insight Enterprises (NZ) Ltd Supplier Address Level 1, 22-28 Customs St East, Auckland Central, Auckland 1010 New Zealand Services: Software Asset Management Services Date Awarded: 7/12/2017 Term of Contract: 5 + 2 years Spend Range: $1m+ Type of Procurement: Open RFP",0,20250410 Statistics New Zealand,19008708,Request for Proposals,Open Competition,Health Management Services,,20170908,20171006,20200106,,Sole Agency,No,,"Statistics NZ (Stats NZ) is the national office entrusted by the Government and the people of New Zealand to collect and deliver robust, independent statistics. Stats NZ seeks one or more supplier/s to deliver Health Management Services (comprised of Core Employee Assistance Programme (EAP) Services and Value-add Services) to personnel located throughout New Zealand. Suppliers may quote for one or other of the two components, or for both components. Joint/consortium bids are permissible provided there is one point of contact i.e. one principal contractor/legal entity as Respondent. Preference will be given to suppliers that can deliver both components. Stats reserves the right to establish a single contract or separate contracts.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Fit For Work (2016) Ltd Supplier Address: 10 Nazareth Ave, Middleton, Christchurch Services: Health Management Services Date Awarded: 5 March 2018 Term of Contract: 3 years Spend Range: $500K - $1M Type of Procurement: Open RFP",0,20250410 Statistics New Zealand,19997028,Request for Proposals,Open Competition,"Cloudera Datahub Implementation, Ongoing Support and Resource Augmentation",,20180808,20180904,20191122,,Sole Agency,No,,"Stats NZ is seeking capable partner(s) who are members of the Cloudera Partner Ecosystem to implement a Cloudera Data Management Platform (the Stats NZ Datahub), to support that platform on an ongoing basis and to support the Stats NZ Data Engineering Team with the implementation of business solutions through Resource Augmentation.",Awarded,"Stats NZ 8 Gilmer Terrace Wellington Qrious Limited for Cloudera Datahub Implementation, Ongoing Support Spark Central Level 10 42-52 Willis Street Wellington 6011 Date awarded: 12 December 2018 Term: December 2018 to project implementation end Price Range: $500k to $1mil Type of Procurement used: Open Tender Sentio Limited for Cloudera Datahub Resource Augmentation Level 8 49 Boulcott Street Wellington Date Awarded 24 October 2018 Term: October 2018 until project implementation end Price Range: $250K to $500K Type of Procurement Used: Open Tender",0,20250410 Statistics New Zealand,20731152,Request for Proposals,Open Competition,Non-Residential Construction Cost Modelling and Data Supply,,20190220,20190327,20190722,,Sole Agency,No,,"We are seeking a supplier to deliver consultancy, construction cost modelling and construction cost data supply services to Stats NZ. More specifically, a supplier to use their skills and industry expertise to: - conduct a comprehensive review of our current non-residential construction cost models, with a view to refining and/or designing and developing new cost models as appropriate to reflect what is happening in the construction industry - supply construction cost data for the Model Buildings in the current Stats NZ cost models, from their own managed construction cost data resources, on a quarterly basis until the new cost models have been fully implemented - supply quarterly construction cost data for the Model Buildings in the new non-residential construction cost models, from their own managed construction cost data resources, on an ongoing basis for the remaining term of the contract - conduct periodic reviews and updates of the cost models to ensure they continue to reflect what is happening in the construction industry, and provide ad hoc cost model related advice, on an as needs basis - (optional / added value service) complete Stats NZs response to the OECD Construction Survey. It is important to us that: - the Successful Supplier can provide the required cost data their own managed construction cost data resources - we have robust cost models that adequately reflect the costs of constructing the Model Buildings within, and continue to reflect (over the life of the contract) what is happening in the construction industry - the Successful Supplier is able to provide a reliable supply of robust, good quality cost data for each Model Building for the term of the contract for a fair and reasonable (competitive) price.",Awarded,Please see attached Contract Award notice.,0,20250410 Statistics New Zealand,20922899,Request for Proposals,Open Competition,Data Visualisation Services,,20190408,20190502,20200106,,Sole Agency,No,,"From time to time Stats NZ needs to supplement its own data visualisation and data storytelling capacity in order to be able to deliver outputs in the timeframes required by our customers. It is intended that this Request for Proposal (RFP) will identify a panel of experienced suppliers who can carry out this sort of work for Stats NZ. Stats NZ is seeking to implement a panel of providers for either data visualisation services or data visualisation training. Stats NZ is seeking data visualisation and data storytelling services from experienced suppliers to supplement their own capability and capacity and require suppliers with an understanding of data science who can: Create data related graphic design and infographics Tell data related stories Provide training to others on data visualisation and data storytelling. The panel will be contracted initially for two years, with rights of renewal. Specific packages of work will be allocated to individual panel members by Stats NZ according to their strengths. Quotes may be sought from multiple panel members for any larger pieces of work.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Data Visualisation Training Services Panel: Supplier Panel Names: - Flock Consulting Limited - Gusto Design and Print Limited and Write Limited Services: Data Visual Training Services Date Awarded: 1 June 2019 Term of Contract: 1+1+1 Spend Range: Panel Type of Procurement: Open RFP Data Visualisation Services Panel: Supplier Panel Names: - Tenzing Limited - Orbica Limited - Springload Limited - Gusto Design and Print Limited and Write Limited Services: Data Visual Training Services Date Awarded: 1 June 2019 Term of Contract: 1+1+1 Spend Range: Panel Type of Procurement: Open RFP",0,20250410 Statistics New Zealand,20936977,Request for Proposals,Open Competition,Panel of Independent Governance Board Members,,20190416,20190516,20191021,,Sole Agency,No,n/a,"Stats NZ has a number of major projects and programmes of work currently in flight and coming up in the next few years. These are/will be governed through project/programme-specific Governance Boards and through the organisations Investment Board. In line with good governance practice, and to ensure these Boards are effective and apply an appropriate level of governance rigour, we wish to appoint external individuals to (some of) these, to provide independent professional expert governance support and advice. As such, we wish to set up a small closed panel of independent professional governance experts from which Stats NZ can appoint individuals to specific Stats NZ Boards. Further details are provided in the attached RFP. Note: the price band is a mandatory field in GETS. The band showing has been selected for that purpose - ie: is not a reflection of our pricing expectations.",Awarded,"Stats NZ 8 Gilmer Terrace Wellington Description of Services: Panel of Independent Governance Board Members Award date: July 2019 Term of contract: 3 + 1 + 1 years Expected spend: Panel of preferred suppliers with no minimum spend guaranteed. Type of procurement: Open RFP",0,20250410 Statistics New Zealand,21049950,Request for Proposals,Open Competition,Data Preparation and Integration Tool,,20190517,20190613,20190805,,Sole Agency,No,,"Stats NZ is seeking to procure a tool that provides Data Preparation and Data Integration functionality in a big data environment. The tool will be used to maintain and process the Stats NZ Integrated Data Infrastructure to link data from various government agencies, Stats NZ surveys and non-government organisations.",Awarded,"Agency: Stats NZ, 8 Gilmer Terrace, Wellington Successful supplier: Trifacta Inc., 575 Market St., 11th Floor, San Francisco, California, 94105, USA Description: Data Preparation and Integration Tool Date of award: 31 July 2019 The term of the contract: 3 years Expected spend: $400K to $500K Type of procurement: Open Request for Proposal",0,20250410 Statistics New Zealand,21395243,Request for Proposals,Open Competition,Financial Management Information System,Stats NZ-1001/2019/20,20190809,20190916,20200629,,Sole Agency,No,,"Stats NZ are seeking proposals from solution (software, design and implementation services) providers for a new Financial Management Information System (FMIS) to replace our current on premise solution. This new FMIS solution must cover all the essential financial functional areas defined in this Request for Proposals (RFP). The preferred FMIS solution provider will work with us to design, install and implement a stable and future-proof FMIS solution that meets our outcomes. We are seeking to adopt Software as a Service (SaaS) for our FMIS solution and expect to adopt standard business processes inherent in the preferred solution with minimal configuration and little or no customisation. Note the following dates: - Face to face briefing session: 21 August 2019 - Shortlisted Respondents presentations/demonstrations: 10 October 2019 - Preferred Respondent/s for workshop/s presentations/demonstrations:21 to 24 October 2019 ** Dates for the face-to-face briefing and demonstrations are not subject to change.",Awarded,Awarded under GETS RFx ID: 21834866,0,20250410 Statistics New Zealand,21475663,Request for Quotations,Closed Competition,"Independent Quality and Risk Assurance Services for the 2018, 2023 and Census related projects and other projects",Stats NZ-2001/2019/20,20190823,20190904,20191007,,Sole Agency,No,,"Stats NZ requires a supplier to use their IQA, including Risk Assurance (QRA), skills and expertise to deliver IQA and QRA reviews for Stats NZ 2018 and 2023 census projects and activities. We also require a panel of suppliers, a maximum of three, for Stats non-census related IQA and RA requirement to undertake quantitative risk analysis and independent quality assurance reviews as needed from time to time. This is a secondary procurement process (closed Request for Quotation) under the AoG Government Chief Digital Assurances Services panel.",Awarded,"Statistics New Zealand 8 Gilmer Terrace Wellington Services: Independent Quality Assurance Services (IQA) and Post Implementation Review Services (PIR) for Census Contracts awarded: 4 October 2019 Term: 1 October 2019-30 June 2024, plus one x 12 months right of extension",0,20250410 Statistics New Zealand,21834866,Request for Proposals,Closed Competition,Finance Management Information System (FMIS)- BAFO,1001-2019-20,20191025,20191031,20200629,,Sole Agency,No,,"Stats NZ are in the evaluation phase of the FMIS RFP (RFx GETSID : 21395243), published on the 9 August 2019. Shortlisted vendors, following the workshops, are requested to provide Best and Final Offer (BAFO) pricing from their organisation. As the GETS FMIS listing has been closed due to the evaluation of the response, this closed process supports the BAFO pricing submission.",Awarded,"Agency's name and address: Stats NZ, 8 Gilmer Terrace, Wellington 6011 Successful supplier's name and address: Deloitte Trading Trust Limited t/a Deloitte Limited Description of the goods, services or works: Financial Management Information System: Date of award of contract: 25 June 2020 Term of the contract: 3 years Expected spend under contract: $1.1 mil to $1.5 mil Type of procurement process used: Open Request for Proposals",0,20250410 Statistics New Zealand,21966316,Request for Quotations,Closed Competition,Stats NZ Google Ads Campaign Management Secondary Procurement Process AoG,Stats-2004-2019-20,20191120,20191211,20200609,,Sole Agency,No,,"Stats NZ is seeking a supplier to manage the performance of our Google Ads campaigns for the period of the contract term. More specifically, the supplier is to: Review/audit our existing Google Ads campaigns, ad groups and ads. Set up our existing Google Ads campaigns. Work with us on developing a Google Ads strategy/plan for the next financial year/s and to execute and implement the Google Ads strategy/plan. Proactively manage and optimise our Google Ads campaigns. Provide monthly Google Ads performance This is a secondary procurement process (RFQ) under the AoG Advertising Services arrangement.",Awarded,"Agency: Stats NZ Successful Supplier: GSL Promotus Services: Google Ads Campaign Management Services Date: 3 February 2020 Term: February 20 - June 22 Expected spend: $200K - $300K Secondary procurement process",0,20250410 Statistics New Zealand,22121097,Request for Quotations,Closed Competition,Business Data Dissemination-Secondary Procurement Process under the Web Services Panel,2006/2019/20,20191219,20200129,20200311,,Sole Agency,No,,"Stats NZ is seeking an experienced supplier with a good understanding of data science and data management and application development who can use their professional skills and expertise to deliver a a new output framework (for example, an interactive dashboard or similar) for Stats NZs sub-annual economic data by 29 May 2020. More specifically, a supplier to: Work with us and our customers to Identify and understand data needs and value proposition using a co-design approach. Find a way to make our data accessible and our insights easy to access by a wide range of user groups with a range of statistical, data and analytic products. Cater to the different levels of our customers analytical capability. Work with Stats NZ staff to build capability in-house, alongside the customer discovery and product development work. Produce a product that Stats NZ can maintain, support and build upon in-ho",Awarded,"Statistics NZ 8 Gilmer Terrace Wellington 6011 Services: Business Data Dissemination Services Date Awarded: 25th February 2020 Term: 9th March - 30th June Expected Spend: $100k-$250k Procurement Type: Secondary Procurement Process",0,20250410 Statistics New Zealand,22135877,Award Notice,Open Competition,Provision of Activity Based Working (ABW) Consultancy Services,,20171101,20171101,20200106,,Sole Agency,No,,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Veldhoen and Company Limited Supplier Address: Level 5 George Street, Sydney NSW 2000, Australia Services: A Provision of Activity Based Working (ABW) Consultancy Services Date Awarded - Term of Contract: 1 November 2017 to 30 November 2019 Spend: Range: AUD$250K - $500K Type of Procurement: Direct Source",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Supplier Name: Veldhoen and Company Limited Supplier Address: Level 5 George Street, Sydney NSW 2000, Australia Services: A Provision of Activity Based Working (ABW) Consultancy Services Date Awarded - Term of Contract: 1 November 2017 to 30 November 2019 Spend: Range: AUD$250K - $500K Type of Procurement: Direct Source",0,20250410 Statistics New Zealand,22205787,Request for Quotations,Closed Competition,"Te Matapihi: Intranet Refresh, Secondary Procurement Process on the AoG Web Services Panel",2005-2019/2020,20200124,20200211,20200611,,Sole Agency,No,,"This procurement relates to the purchase of a Proof of Concept for an intranet that reflects Stats NZs desired organisational attributes, supports information access and sharing, drives effective employee engagement through two-way communications, and empowers collaboration.The Proof of Concept (POC), being Phase One to commence in February 2020 and Phase Two, if the POC is successful, the second phase is for implementation and support services. It is estimated that the work will be ready for launch by 30 June 2020. Note: Phase Two is a potential opportunity only and is subject to approval and budget. Stats NZ further reserve the right to return to market for Phase Two - implementation and support.",Awarded,"Agency's name and address: Statistics New Zealand, 8 Gilmer Terrace, Wellington Successful supplier's name and address: Provoke Solutions New Zealand, PO BOX 23243 Wellington Desciption of the goods, services or works: Proof of Concept for an Intranet for Statistics New Zealand Date of award of contract: 12 March 2020 Term of the contract: 4 months Expected spend under contract: Price Band $10k-$50k Type of procurement process used: Secondary Procurement Process to AOG Web Services Panel If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available:",0,20250410 Statistics New Zealand,22302511,Request for Quotations,Closed Competition,"Te Matapihi Intranet Refresh, Secondary Process on the AOG Web Services Panel",2005-2019/2020,20200214,20200224,20200827,,Sole Agency,No,,"This procurement relates to the purchase of a Proof of Concept for an intranet that reflects Stats NZs desired organisational attributes, supports information access and sharing, drives effective employee engagement through two-way communications, and empowers collaboration. The Proof of Concept (POC), being Phase One to commence in March 2020 and Phase Two, if the POC is successful, the second phase is for implementation and support services. It is estimated that the work will be ready for launch by 30 June 2020. Note: Phase Two is a potential opportunity only and is subject to approval and budget. Stats NZ further reserve the right to return to market for Phase Two - implementation and support. Note: Upon receipt of the tender documentation, could you confirm the following 1) your organisation can respond to the tender, using Microsoft 365 and 2) your intention to respond to the tender or if you are declining the invitation",Awarded,,0,20250410 Statistics New Zealand,22330230,Request for Quotations,Closed Competition,Data Investment Plan Independent facilitation services,2007-2019-20,20200220,20200302,20200707,,Sole Agency,No,,"Stats NZ is developing a Data Investment Plan as a as a cross agency initiative and deliverable. The Data Investment Plan (DIP) will provide a system-focused tool that will enable government to invest in data strategically, by setting out a long-term view of the investment needed across the government data system. The Data Investment Plan will be a whole of government plan and will identify critical data content gaps so that these can be addressed to ensure that the right data is available for decision-making in rapidly changing world. Stats NZ is looking for a facilitator with the capability and experience to promote and manage dialogue between government agency representatives in steering and working group sessions. The facilitator will need to work closely with the Stats NZ Data Investment Plan team in to plan and confirm outcomes for the sessions. They will need to have a good track record in delivering significant, time-bound outcomes.",Awarded,"Agency's name and address: Stats NZ Successful supplier's name and address: Phoenix Facilitation Desciption of the goods, services or works: Data Investment Plan Date of award of contract: June 2020 Term of the contract: 6 months Expected spend under contract: Price Band ($50k-$100k) Type of procurement process used: Secondary If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available: N/A Any other information as requested: N/A",0,20250410 Statistics New Zealand,22348434,Request for Proposals,Open Competition,satellite devices for field staff,1008/2019/20,20200302,20200323,20200902,,Sole Agency,No,,"Stats NZ requires a protection tool that provides the Field Collections team with a personal security solution when out in the field collecting data. This procurement relates to the purchase of 80 satellite devices for personal duress and safety. Statistics NZ would like to consider buying or leasing the devices. Stats NZ is looking for providers who have the capability and a track record to deliver the solution. We expect the solution to be fit-for-purpose, high quality, and attractive whole-of-life-costs.",Not Awarded,"Cancellation of tender Following the last NTT, Stats NZ wishes to advise that we are formally cancelling the tender for Satellite Devices for Stats Field Staff. We would like to thank all Respondents who provided proposals in response to the RFP that was issued in March 2020. Stats appreciates the time and effort involved in responding. We are reviewing requirements due to changed circumstances, and expect to approach the market again in due course.",0,20250410 Statistics New Zealand,22352975,Request for Proposals,Closed Competition,"Project Management Services, 8 Willis St, Wellington Fitout",1005/2019/20,20200225,20200310,20200415,,Sole Agency,No,,"Following the 2016 Kaikoura earthquake, Stats NZ has been without a permanent home and is now located across three buildings in close proximity in central Wellington - 8 Gilmer Terrace, Grant Thornton House, and Glassons. Stats NZ secured the tenancy lease at 8 Willis Street to house the Wellington team from March 2021. Stats will be co-locating with the Ministry for the Environment (MfE) and have signed an Agreement to Lease the whole building, approximately 12,000sqm. Stats NZ is the lead agency responsible for the office design for the fitout and Project Management thereof. The scope of this procurement is to engage a supplier to provide project management services for Stats NZ and MfE for its new office accommodation fitout project. The services are expected to be required up to April/ May 2021.",Awarded,"Agency: Stats NZ Address: 8 Gilmer Terrace, Wellington Services: Project Management Services for Wellington Fitout, 8 Willis St, Date of Award: 15 April 2020 Term of the Contract: April 2020 to October 2021 Expected spend: $250K - $400K Procurement Process: Closed RFP",0,20250410 Statistics New Zealand,22431209,Request for Quotations,Closed Competition,Data Investment Plan - Independent Facilitation Services,2007-2019-20,20200311,20200320,20200611,,Sole Agency,No,,"Stats NZ is developing a Data Investment Plan as a cross agency initiative and deliverable. The Data Investment Plan (DIP) will provide a system-focused tool that will enable government to invest in data strategically, by setting out a long-term view of the investment needed across the government data system. The Data Investment Plan will be a whole of government plan and will identify critical data content gaps so that these can be addressed to ensure that the right data is available for decision-making in rapidly changing world. Stats NZ is seeking a service provider to provide an expert independent facilitator for the provision of independent facilitation services to support the development and delivery of the Data Investment Plan, which requires significant cross-government input and requires facilitation of large meetings of mixed level representation to significant time-bound outcomes. Stats NZ is looking for a facilitator with the capability and experience to promote and manage dialogue between government agency representatives in steering and working group sessions. The facilitator will need to work closely with the Stats NZ Data Investment Plan team in to plan and confirm outcomes for the sessions. They will need to have a good track record in delivering significant, time-bound outcomes. Time period for services is April 2020 through August 2020.",Awarded,"Agency's name and address: Stats NZ, 8 Gilmer Terrace, Welington Successful supplier's name and address: Phoenix Facilitation, 73 Kahu Rd, Paremata, Porirua, 5024 Description of the goods, services or works: To provide facilitation services to support the development and delivery of the Data Investment Plan Date of award of contract: 9 April 2020 Term of the contract: 5 Months Expected spend under contract: Within Price Band Type of procurement process used: Secondary AOG Consultancy Services Panel If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available: Any other information as requested: N/A",0,20250410 Statistics New Zealand,22716826,Request for Proposals,Closed Competition,Co- Design of Maori Data Governance,1012-2019-20,20200522,20200615,20201015,,Sole Agency,No,,"This is second stage of the 2-stage procurement process for the Co-Design of Maori Data Governance Services. Te Kahui Raraunga Charitable Trust (TKRCT) requires facilitation of a co-design process that will develop a Maori data governance model; and an evaluation of the co-designed options. This will be a Treaty-based co-design process that appropriately reflects the Treaty partnership between Iwi Maori and the Crown. As such, the project itself is led by the Data Iwi Leaders Group (DILG) and supported by Stats NZ. The solution will be cognisant of the current environment regarding Covid-19 environment and may include appropriate methods that also adhere to and incorporate official advice to ensure the safety of all participants and cater to other factors in the present environment (e.g. travel constraints). DILG expects that this will be a fast-paced, co-designed and iterative approach, and therefore use non-traditional methods for facilitation and co-design (e.g. agile). There are two key components or roles The project consists of two specific components. The first is design of the approach, facilitation of wananga and development of the MDG. This may consist of two wananga the first being for Te Ao Maori participants in preparation of the co-design wananga, and then the second wananga being specifically for the co-design approach with both the Te Ao Maori and Kawana groups. The second component is to both evaluate and document the process as a critical reflection for our purposes as well as for others to learn from. It is our preference that this is delivered by a two-person team to ensure that the two roles are kept separate. We expect you to coordinate, organise and arrange the wananga in an appropriate location, in consultation with the DILG. DILG will identify who will attend the Te Ao Maori wananga and will send the first invite to invited attendees. Stats NZ will assist with the identification of the Kawana group who will join the second wananga",Awarded,,0,20250410 Statistics New Zealand,22717371,Request for Proposals,Closed Competition,Census Test Partner,1013-2019-20,20200522,20200624,20200826,,All of Government,No,,Development of test strategy and implementation services for Census.,Awarded,,0,20250410 Statistics New Zealand,22790635,Request for Quotations,Closed Competition,IT Hardware required for Field Collections,2011-2019/22,20200608,20200612,20200707,,Sole Agency,No,,"We require IT Equipment and to be delivered to Stats NZ Auckland office, 80 Greys Ave, Auckland by 19 June 2020.",Awarded,"Agency's name and address: Stats NZ Successful supplier's name and address: Cyclone Description of the goods, services or works: IT Hardware for Field Collections Date of award of contract: 19 June 2020 Term of the contract: N/A Expected spend under contract: Price Band ($50K - $100K) Type of procurement process used: Secondary If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available: N/A Any other information as requested: N/A",0,20250410 Statistics New Zealand,22806889,Request for Quotations,Closed Competition,Salesforce Consultancy,1012-2019-20,20200611,20200622,20201016,,Sole Agency,No,,"This procurement relates to the delivery of delivering Salesforce requirements using the suppliers business analysis skills with the goal of cleaning the data and providing functionality to ensure its users have full confidence in using the Salesforce CRM. This RFQ relates to the purchase of a salesforce consultant to deliver the services outline above. The key outcomes that we want to achieve are to establish an improved information system for senior executive and organisational engagement and coordinating better intelligence capture for use.",Awarded,,0,20250410 Statistics New Zealand,22839565,Request for Quotations,Closed Competition,Government Chief Data Steward Discussion Paper: Offshoring of NZ Government Data,2009-2019/20,20200617,20200702,20200827,,Sole Agency,No,,"This procurement relates to the purchase of a report that enhances the Government Chief Data Stewards report: Offshoring New Zealand Government Data. It also relates to the purchase of co designed guidelines to support government agencies with decision making about cloud storage of New Zealands government data. A summary of our requirements is that we are seeking a report that addresses all the issues raised by the Data ILG and provides guidance about the future in relation to the recent announcement by Microsoft Ltd to deliver enterprise-grade cloud services locally.",Awarded,,0,20250410 Statistics New Zealand,22885560,Request for Quotations,Closed Competition,IT Hardware - Census 2023,Stats NZ - 1015/2019/20,20200629,20200703,20200805,,Sole Agency,No,,We require It Hardware for the Census to be delivered to Stats NZ Christchurch office. We are seeking quotes that offer the best value-for-money.,Awarded,"Agency's name and address: Stats NZ, 8 Gilmer Terrace Wellington, 6011 Successful supplier's name and address: Cyclone, 21B Broderick Road, Johnsonville, Wellington, 6037 Desciption of the goods, services or works: IT Hardware 2023 Census Date of award of contract: 16 July 2020 Term of the contract: One off purchase Expected spend under contract: $250k-$500k Type of procurement process used: Secondary procurement using AoG IT Hardware panel If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available: N/A Any other information as requested: N/A",0,20250410 Statistics New Zealand,22969949,Request for Proposals,Open Competition,Recruitment and Talent Acquisition (RATA) Tool for Stats NZ,2014-2020-21,20200714,20200810,20201201,,Sole Agency,No,,"Stats NZ needs a modern and easy-to-use recruitment and talent acquisition (RATA) application. We invite the submission of proposals to provide an online solution that is fit for business purposes, has security certification and accreditation, and delivers value for money. The new tool should be off-the-shelf and must support our recruitment goals to attract, source, screen, engage and recruit the best talent for Stats NZ. This includes supporting increased staffing levels in the lead up to each census, with a subsequent reduction to usual levels.",Awarded,"Agency's name and address: Statistics New Zealand Limited Successful supplier's name and address: Aotal Asia Pacific Limited Description of the goods, services or works: Recruitment and Talent Acquisition solution Date of award of contract: 19 October 2020 Term of the contract: 3 years initial term Expected spend under contract: $100,000 to $250,000 band Type of procurement process used: open Request for Proposals",0,20250410 Statistics New Zealand,23224954,Request for Quotations,Closed Competition,SASGrid Managed Services,1017/2020-21,20200903,20200925,20201104,,Sole Agency,No,,"This opportunity relates to the procuring of a managed service from an experienced provider who has certified SASGrid experts, and who can provide the level of support and maintenance required by StatsNZ. The term is for 12 months with an option for a further 12 months. StatsNZ is looking for certified providers who have the capability and experience to deliver quality managed services for supporting and maintaining their SASGrid environment. Suppliers need to have a proven track record in the management and support of SAS systems. Responses will be evaluated based on technical merit, capability and capacity of the supplier to deliver managed services and value for money over the term of the contract.",Awarded,,0,20250410 Statistics New Zealand,23251934,Request for Proposals,Closed Competition,Behavioural Analysis for the 2023 Census,2013-2020-21,20200911,20200930,20210602,,All of Government,No,,"Statistics New Zealand requires a Supplier to provide expertise in behavioural analysis to respndent-facing teams to assist with design, testing and integration in order to develop processes that encourage and facilitate response to the 2023 Census.",Awarded,,0,20250410 Statistics New Zealand,23267891,Request for Quotations,Closed Competition,Data Ethics Advisory Group Review,2015-2020/21,20200910,20200917,20201008,,Sole Agency,No,,We are seeking an independent external vendor who can do the annual review of the operation and membership of the Data Ethics Advisory Group to ensure the Group is achieving its stated aims.,Awarded,,0,20250410 Statistics New Zealand,23316172,Request for Quotations,Closed Competition,Workplace Furniture Refresh Project - AOG Office Furniture Suppliers,2016-2020/21,20200918,20201005,20210616,,Sole Agency,No,,"This procurement relates to the delivery, installation and support services of furniture to assist with the introduction of a more active working style in our Christchurch and Auckland office. This procurement relates to the Auckland and Christchurch Offices only and excludes the furniture required for the upcoming 8 Willis Street project. Due to our fluctuating staff numbers with Census 2023, and the growth of a number of our business units, we are looking to utilise the space in our offices in a way which will provide a wider range of options for the way in which our staff can work.",Awarded,"Agency's name and address: Statistics New Zealand 8 Gilmer Terrace, Wellington, 6011, New Zealand Successful supplier's name and address: Europlan Group 262, Thorndon Quay, Wellington, 6020, NEW ZEALAND Aspect Furniture 11, Jarden Mile, Ngauranga, Wellington, 6035, NEW ZEALAND Montage Interiors 19, Raiha Street, Porirua, Porirua, 5022, NEW ZEALAND Vidak Limited 66, Lady Ruby Drive, Auckland, 2141, NEW ZEALAND Bourneville Furniture 10, Henderson Place, Onehunga, Auckland, 1061, NEW ZEALAND Description of the goods, services or works: Furniture for Stats NZ's Auckland and Christchurch offices. Date of award of contract: 11/02/2021 to present Term of the contract: 3 years (3+1+1) Expected spend under contract: $500k-$1M Type of procurement process used: Secondary procurement process using the AoG Office furniture suppliers",0,20250410 Statistics New Zealand,23317530,Request for Quotations,Closed Competition,Workplace Furniture Refresh project - Non-AOG Office Furniture Suppliers,2016-2020/21,20200918,20201005,20210616,,Sole Agency,No,,"This procurement relates to the delivery, installation and support services of furniture to assist with the introduction of a more active working style in our Christchurch and Auckland office. This procurement relates to the Auckland and Christchurch Offices only and excludes the furniture required for the upcoming 8 Willis Street project. Due to our fluctuating staff numbers with Census 2023, and the growth of a number of our business units, we are looking to utilise the space in our offices in a way which will provide a wider range of options for the way in which our staff can work.",Not Awarded,,0,20250410 Statistics New Zealand,23354602,Request for Quotations,Closed Competition,NZ Data Strategy and Roadmap Refresh,2017-2020-21,20200925,20201013,20201110,,Sole Agency,No,,"In 2018 Stats NZ, in its role as the Government Chief Data Steward (GCDS), published the New Zealand Data Strategy to articulate a broad vision of what a well-coordinated and cohesive data system could look like in order to develop the public trust and confidence necessary for a thriving New Zealand Data System. This review will seek comments from stakeholders to test whether these four focus areas are broadly still fit for purpose or whether any change in emphasis is needed. However, the main purpose of this review is to refresh the accompanying Roadmap, which was not published and is out of date due to progress made over the past two years.",Awarded,"Agency's name and address: Stats NZ, 8 Gilmer Terrace, Wellington Successful supplier's name and address: Maven Consulting Ltd, Level 2, 215 Lambton Quay, Wellington Desciption of the goods, services or works: NZ Data Strategy and Roadmap Refresh Date of award of contract: 3 November 2020 Term of the contract: 3/11/2020 to 26/02/2021 Expected spend under contract: $50k-$100k Type of procurement process used: Secondary procurement process using the AoG Consultancy Services panel via RFQ If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available: N/A Any other information as requested: N/A",0,20250410 Statistics New Zealand,23376827,Request for Quotations,Closed Competition,Census Field Test resource sourcing,1018-202021,20201001,20201015,20201117,,All of Government,No,,Recruitment Services for the Census Test in March 2021,Not Awarded,,0,20250410 Statistics New Zealand,23377914,Request for Quotations,Open Competition,Methodological Review for Statistical Models,1020-2020/21,20200930,20201020,20201210,,Sole Agency,No,,"This procurement relates to the delivery of ongoing support for the methodological review for the statistical models. Stats NZ is looking for the timely, on-going and constructive advice on the models methodology that enable Stats NZ's customers to understand the insights and value of the data with the confidence that all data management and compliance issues have been addressed. The main reason to seek the external resource, is to provide independent data quality assurance to customers for models developed by Stats NZ.",Awarded,"Agency's name and address: Stats NZ, 8 Gilmer Tce, Wellington Successful supplier's name and address: Bayesian Demography Limited, 294 Selwyn Street, Spreydon, Christchurch Description of the goods, services or works: Methodological Review for Statistical Models Date of award of contract: 27/11/2020 Term of the contract: 1 year with 2 options to renew (1+1+1) Expected spend under contract: 100k - 250k Type of procurement process used: RFQ NZBN where available: 9429047372252 Any other information as requested:",0,20250410 Statistics New Zealand,23503076,Request for Proposals,Closed Competition,Census Recruitment Services,1009-2019-20,20201023,20201202,20210802,,All of Government,No,,"Stats NZ requires end-to-end recruitment services across the breadth of New Zealand to recruit, engage, retain and support approximately 4900 field staff across New Zealand on a temporary basis including onboarding, payment services and operational reporting. The Pricing Response template will be released on GETS in the week of 26th October 2020.",Awarded,,0,20250410 Statistics New Zealand,23586052,Request for Quotations,Closed Competition,IT Hardware required for Field Collections and Contact Centre,2022-2020/212,20201109,20201113,20210316,,Sole Agency,No,,"This procurement is based on the requirement for Field Collections to provide IT hardware for 63 new Field staff and for 26 new CSRs who will be focused on HLFS outbound calling. Stats NZ requires the goods to be delivered to three locations by 4 December 2020. The agency will seek a transactional relationship with the successful supplier with an option to use the supplier for further hardware purchases until such time as a preferred supplier is identified through an upcoming RFP to the AOG IT Hardware Panel.",Awarded,,0,20250410 Statistics New Zealand,23614283,Request for Quotations,Closed Competition,Census Programme Legal Services,2021-2020-21,20201113,20201126,20210201,,Sole Agency,No,,Legal Services required to support the 2023 Census Programme with their procurements.,Awarded,,0,20250410 Statistics New Zealand,23654592,Award Notice,Open Competition,2023 Census Programme Board Chair,21.10032,20201101,20201101,20201119,,Sole Agency,No,,To provide strategic advice and other services as the Chair to the 2023 Census Programme Board.,Awarded,,0,20250410 Statistics New Zealand,23683185,Request for Proposals,Open Competition,Statistics NZ Lone Worker Technology Solution,1021-2020-21,20201125,20210202,20210901,,Sole Agency,No,,"This RFP presents an opportunity for suppliers to propose technology solutions that can serve as a safety net for Stats NZs lone workers. We have different types of lone workers who work in the field, including for the 2023 Census. They need to visit locations beyond geographical areas where cellphone coverage enables them to communicate their location. For some workers, the geographical area in which they work has some zones where there is no cellphone coverage, or where coverage is unreliable. Other workers operate largely out of cellphone coverage and they are regularly out of range for long periods of time. Stats NZ welcomes proposals from suppliers who can help us in these important services. Our key objectives for this procurement are to identify an integrated option that provides the existing mobile-first capability, and to identify solutions that will provide coverage when lone workers are in areas that are out of mobile coverage.",Awarded,"Description of goods and services: hardware, software and monitoring services Date of award: 1 September 2021 Term of contract: 3 years, option of +2 Range of spend offers received: from $400,000 to 1.8M Type of procurement process: open on GETS NZBN number: 9429041542880 Broader outcomes: Improve conditions for workers",743991,20250410 Statistics New Zealand,23732263,Request for Quotations,Closed Competition,Transcription Services,1023-2020/21,20201204,20210113,20210203,,Sole Agency,No,,This procurement relates to the delivery of Transcription services to Stats NZ. Going forward we wish to use the services of a transcription provider for meetings and interviews as required. Minutes will then be provided from these recordings that are a verbatim written record of what was said.,Awarded,"Agency's name and address:Stats NZ Successful supplier's name and address:Concept Secretarial Services Ltd Desciption of the goods, services or works: Transcription Services Date of award of contract:1/2/2021 Term of the contract:3 years Expected spend under contract: Band of $10k - $50K Type of procurement process used: close RFQ If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available:n/A Any other information as requested: N/A",0,20250410 Statistics New Zealand,23740288,Request for Quotations,Closed Competition,Test Lead Consultancy Services,2027-2020-21,20201207,20201215,20210118,,Sole Agency,No,,Stats currently have 2 projects in flight that requires the services of a supplier that provides Test Lead Consultancy services. The 8 Willis St refurbishment and Ahumoni (FMIS) projects are jointly looking to procure the services of a Test Lead/Senior Test Analyst consultant to join the 2 teams to work with the project managers to validate that the existing draft test strategy and plan is robust and complete. The successful supplier will also work with the project managers and other team members to establish the framework for the System Integration Test and Business Acceptance Test.,Awarded,"Agency's name and address: Stats NZ, 8 Gilmer Terrace, PO Box 2922, Wellington 6011 Successful supplier's name and address: Assurity Consulting Limited, Level 6, 2 Hunter Street, Wellington 6011 Services: Test Lead Consultancy Services for the Stats Financial Management Information System and 8 Willis St projects Date of award of contract: 14 January 2021 Term of the contract: 3 months Expected spend under contract: $75K to $130K Type of procurement process used: Secondary procurement process under the AOG Web Services panel contract.",0,20250410 Statistics New Zealand,23741995,Request for Proposals,Open Competition,Statistics NZ 8 Willis St Wellington Meeting Room Technology,1022-2020-21,20201207,20210210,20210715,,Sole Agency,No,,"This procurement is for the delivery and ongoing support of a Meeting Room Technology Solution for our new building at 8 Willis Street, Wellington. We are seeking a solution that will assist us in achieving the overarching vision for technology at 8 Willis Street, which is to create a modern co-located campus that enables people?to do their best work, thrive, collaborate and innovate. We are committed to investing in an up-to-date solution that we can use over the next 5-7 years and are positive about what the market has to offer. We look forward to receiving proposals for this opportunity to provide a meeting room technology solution. There is an opportunity for further work for the successful supplier as Stats NZ will be looking to leverage the Meeting Room Technology Solution provided in 8 Willis Street for our other sites in Christchurch and Auckland, so we have a standard meeting room experience across all sites.",Awarded,,0,20250410 Statistics New Zealand,23756891,Request for Proposals,Open Competition,Staff Engagement and Survey Platform,2025-2020-21,20201210,20210209,20210615,,Sole Agency,No,,"Stats NZ is seeking a supplier to deliver a platform for launching and analysing organisation-wide staff surveys, including employee engagement and culture surveys. The key outcomes that we want to achieve are: a. Cost-effective integrated survey and analytics platform to enable us to create customised surveys, b. A flexible, simple and easy to use platform, enabling the ability for distributed leadership and use, and c. A successful completion of an initial Stats-wide Staff Engagement survey. We need a solution with the functionality that positions Stats NZ for the future, while complying with mandated security requirements for personally identifiable information. Following implementation, we will also need the supplier to work with us, using the new solution to produce an initial staff engagement survey planned for June 2021. We are committed to investing in an up-to-date solution that we can use over the next 3-5 years and are positive about what suppliers have to offer. We look forward to receiving proposals for this opportunity to provide an employee engagement and survey platform.",Awarded,"Agency's name and address: Statistics New Zealand Successful supplier's name and address: Qualtrics - 151Queen Street, Auckland Description of the goods, services or works: Staff Engagement and Survey Platform Date of award of contract: 15 June 2021 Term of the contract: 18 October 2021-17 October 2024 Expected spend under contract: Range up to $250,000 Type of procurement process used: Open RFP",0,20250410 Statistics New Zealand,23762909,Request for Quotations,Closed Competition,Data Ventures Public Relations (PR) and Marketing Services,2003-2020/21,20201211,20210119,20210302,,Sole Agency,No,,"This procurement relates to the delivery of the Public Relations (PR), marketing and communications related advisory services and implementing PR, Marketing and Communication strategies for Data Ventures, as required. Data Ventures is the full-service data agency with a separated brand from Stats NZ. It is seen as a data trustee and seen as making a significant contribution to enable better decision making through unleashing the power of data. Stats NZ is seeking for a supplier with expertise to support Data Ventures with PR and Marketing services in a relevant, objective, reliable, transparent, independent, honest and robust manner.",Awarded,"Agency's name and address: Statistics New Zealand Successful supplier's name and address: Blackland Public Relations Ltd Desciption of the goods, services or works:PR and Marketing Services Date of award of contract: 25/2/2021 Term of the contract: 12 months Expected spend under contract:Range $560,000-100,000 Type of procurement process used:Secondary",0,20250410 Statistics New Zealand,23859751,Request for Proposals,Closed Competition,"Census Design, Advertising and Media Services",2026-202021,20210129,20210301,20210628,,Sole Agency,No,,"Marketing, Advertising and Media services required for 2023 Census. Pricing Template will be provided as soon as possible.",Awarded,,0,20250410 Statistics New Zealand,23904292,Request for Proposals,Closed Competition,Feasibility Assessment of Earth Observation for Agricultural Production Survey,1029 -2020 - 21,20210128,20210216,20210330,,Sole Agency,No,,,Awarded,"Agency's name and address: Statistics New Zealand Successful supplier's name and address: Manaaki Whenua Landcare Research Description of the goods, services or works: Feasibility Assessment of Earth Observation for the Agricultural Production Survey Date of award of contract:26/3/2021 Term of the contract: 3 months Expected spend under contract: Range $10,000-50,000 Type of procurement process used: Closed tender",0,20250410 Statistics New Zealand,23963941,Request for Proposals,Open Competition,"Census Mailroom, Scanning and Data Capture Services",2024-2020-21,20210211,20210310,20210902,,Sole Agency,No,,,Awarded,,6700000,20250410 Statistics New Zealand,23980521,Request for Proposals,Open Competition,Census Printing and Field Logistics Services,1025-2020/21,20210216,20210316,20210715,,Sole Agency,No,,Stats NZ seeks responses to the published RFP for Printing and Field Logistics Services.,Awarded,,0,20250410 Statistics New Zealand,24016722,Request for Proposals,Open Competition,Autoclassification Solution,1026-2020-21,20210224,20210316,20210715,,Sole Agency,No,,"Stats NZ need an Artificial Intelligence (AI)-based Autoclassification solution to automatically apply added context (metadata) to our corporate information held within our Microsoft 365 environment and improve the search experience for our end users and provide the metadata we need to manage information as an asset. We invite the submission of proposals to provide an Autoclassification solution that is fit for purpose, meets our pre-conditions, and delivers value for money. Stats NZ is looking for credible providers who have the capability, experience and track record to: a. meet the requirements set out in this RFP, b. show they have successfully implemented their proposed solution in organisations with similar requirements to Stats, c. complete a straightforward and successful implementation within agreed budget and timelines, then provide excellent ongoing support, and d. offer contractual terms that are acceptable to us.",Awarded,,0,20250410 Statistics New Zealand,24048134,Request for Quotations,Closed Competition,Corporate Services ICT Review,2031-2020/21,20210303,20210318,20210528,,Sole Agency,No,,"Stats NZ has a relatively complex technology infrastructure and several ways in which we source, develop, and utilise various technologies in the course of our work. Our suite of systems has grown to include a wide range of legacy and current systems that together make for a difficult environment to support. Stats NZ wishes to purchase consultancy services to conduct a functional review and design, including interviewing major stakeholders and the final number is yet to be confirmed. Stats NZ needs to understand issues related to our ICT infrastructure, our ICT support functional and operational models, and our organisational priorities for technology for the next five years",Awarded,Consortium bid - Starfish Consulting withdrew from the tender and the partner provided the services.,0,20250410 Statistics New Zealand,24116895,Request for Proposals,Open Competition,Plant Services for Stats NZ,1030-2020-21,20210323,20210420,20210819,,Sole Agency,No,,"Stats NZ is looking for a supplier/s to provide a variety of plants (including NZ natives) to lease and the provision of maintenance services. We would like to purchase a variety of plant pots to hold these plants. The plants are required for the Stats NZ new office at 8 Willis Street, Wellington, which is designated a 5 Green Star Building, and to supply plants for our Christchurch and Auckland offices. Note, the Auckland and Christchurch offices are not green star rated buildings. Stats NZ is moving to a 5 Green Star building in early 2022, and the planting will support our new green star office environment. We are looking for a provider/s to supply and maintain our site with a variety of plants, natives to NZ where possible, to support our Green Star requirements. We are also looking to have the plants sit in as many environmentally friendly/recycled/upcycled pots/planter boxes. In the main work areas, we have tambour storage units which have planter boxes on top, requiring plants.",Awarded,,0,20250410 Statistics New Zealand,24133080,Request for Quotations,Closed Competition,Review of Stats NZ Analytical Environment,2032-2020-21,20210326,20210412,20210528,,Sole Agency,No,,"Stats NZ has lacked a coherent infrastructure and common processes for both analysis for research & development purposes and analysis as part of the production of measures. Our analytic processes are a combination of manual steps, macros, analytic code, or software. The quality and knowledge of all these steps are often unclear, leading to organisation risk. It has led to duplication of methods, processes, and tools as well as the need to retain legacy software as each measurement area has a bespoke solution. Stats NZ also lacks an environment for exploration/experimentation analysis, this makes it difficult for us to move between environments and quickly introduce new products and discontinue others. Within Stats NZ and between Stats NZ and Data Ventures, a standalone unit within Stats NZ, we also have significant variations in operating models and practices. We have initially identified four areas of analytical and insights activity that Stats NZ and Data Ventures need to deliver through the effective use of our analytical environment, spanning processing, analytical, experimental and insights needs. In a broad sense these activities are initially defined as: 1. Foundational Anchor with a key focus on repeatability, safety, resilience, and robustness 2. Differentiating Energise supporting Stats NZ and Data Ventures unique value proposition 3. Agile Research ability to include new tools, methods, techniques 4. Empowering Experiment ability to seize opportunities, trial and adapt rapidly Initiating this work is not only concerned with improving the enablement of current activity occurring within Stats NZ and Data Ventures. Moving forward, we need to ensure that Stats NZ and Data Ventures can have an analytical environment and operating models that support two of the organisational strategic priorities, measure what matters and proactively manage risk around core systems and become an organisation that uses administrative data first. The purpose of this procurement is to deliver a paper recommending options and actions for Stats NZ's (including Data Ventures) Analytical Environment.",Awarded,,0,20250410 Statistics New Zealand,24146998,Request for Quotations,Closed Competition,New Zealand Data Maturity Assessment,1031-2020-21,20210330,20210414,20210524,,Sole Agency,No,,"Statistics New Zealand (StatsNZ) are working with the Ministry of Business Innovation and Employment (MBIE) on a proposed phased approach to system data maturity assessment will enable effective development, testing and iteration before wider application. The first phase is to determine data maturity assessment that is fit for purpose to understand the current state of the New Zealand government data system with an implementation approach for the GCDS to consider. StatsNZ requires a Supplier to provide expertise in developing an approach for the system level data maturity assessment with a focus on government departments. The proposed solution must provide the following: 1. An approach for assessment that provides a view of data maturity at both the government data system and individual agency level. 2. A recommended model for measuring data maturity that can deliver the government data system and agency level. Select the model and the approach by working with the Sub-group and the experts in data maturity, to ensure robust selection process. 3. An implementation plan for GCDS to consider for future phases. 4. Final report providing findings from the testing of the chosen model and recommendations to the GCDS and Information Group for an assessment approach and model.",Not Awarded,The contract was not awarded.,0,20250410 Statistics New Zealand,24207158,Request for Proposals,Open Competition,Tool or Process Design for assessing Trust and Confidence in the data system,Stats 1032-2020-21,20210416,20210514,20210715,,Sole Agency,No,,"Stats NZ (Stats) needs a new tool or process design for assessing public trust and confidence in the government data system as a whole, and in relation to specific use cases or issues The solution will be used on a recurring basis. In this context, the term trust and confidence refers to the trust placed in government by the New Zealand public and communities to collect, manage and use data in an ethical way; as well as to disseminate statistics accurately and on time. Discussion in this area has sometimes been phrased as social licence, or acceptable collection and use of data. We invite responses from suppliers who have successfully implemented assessment tools and process designs in organisations with similar requirements as ours. Respondents will need to have the capability, experience and track record to deliver a tool or process design within a short timeframe, including the completion of a proof of concept within agreed budget and timelines. Stats will need the ability to use the tool or process design repeatedly including with different issues, emerging uses, and population groups over time. The solution needs to be fit for our business purposes and must deliver value for money.",Not Awarded,No response was identified as meeting Stats NZ's requirements.,0,20250410 Statistics New Zealand,24256380,Request for Quotations,Closed Competition,Internal Change Control Framework and Practices for Better Governance,2034-2020-21,20210430,20210510,20210610,,Sole Agency,No,,"Tatauranga Aotearoa/Stats NZ is looking for support to bring together a range of existing change practices (policies, procedures, processes, approvals) into a consolidated and cohesive internal change control framework for making changes to our official statistics products and services. The scope of this new framework is specific to changes in our statistical production areas and it will need to support the recently updated strategy and key priorities. We are sourcing consultancy services with skills in adapting and implementing a change control framework and practices that covers: Use of an internal change control framework to apply to statistical production. Identifying gaps in our current change practices Making sure decision-making occurs at the right level at the right time Identifying change opportunities and being able to triage these quickly Successful implementation of change control frameworks and practice at a reasonable scale",Awarded,,0,20250410 Statistics New Zealand,24262718,Request for Quotations,Closed Competition,Accessibility Charter Planning,1034-2020-21,20210503,20210514,20210528,,Sole Agency,No,,"Stats NZ has signed the Accessibility Charter, which commits us to improving the accessibility of our services. We want to complete a stocktake of current practices and developing a plan will put us in a good position to guide future work and help us understand if we are making progress. We are seeking proposals to prepare a report by 30 June 2021. Stats NZ is seeking a supplier who can complete a report that provides: A stocktake of current accessibility policies and implementation, highlighting key areas of strength and opportunities for improvement A high level workplan recommending actions to take to improve accessibility practices over 2-3 years",Awarded,"Agency's name and address: Stats NZ Successful supplier's name and address: Diversity NZ Ltd Desciption of the goods, services or works: Accessibility Charter Planning Date of award of contract:28 May 2021 Term of the contract: 31 July 2021 Expected spend under contract: Range of $10k-$50k Type of procurement process used: Closed tender If exemption was claimed, and the circumstances that justify the exemption: N/A NZBN where available: Any other information as requested:",0,20250410 Statistics New Zealand,24282985,Request for Quotations,Closed Competition,Data Archive Review,Stats 1035-2020-21,20210513,20210524,20210715,,Sole Agency,No,,"This plan relates to the purchase of consultancy services to support a review of the Stats NZ Data Archive, to be completed in the period May-June 2021. The aim is to provide a self-assessment report against ISO 16363 - Audit and certification of trustworthy digital repositories. The review will use the self-assessment template at http://www.iso16363.org/sdm_downloads/iso-16363-self-assessment-template/a and as far as possible follow the processes and practices explained in ISO 16363 and ISO 16919. An external, independent consultant with some knowledge of data management and data preservation will be required to complete this work.",Awarded,,0,20250410 Statistics New Zealand,24289522,Request for Proposals,Open Competition,Microsoft 365 Electronic Governance and Records Management Tools,1033-2020-21,20210510,20210608,20211214,,Sole Agency,No,,"Stats NZ Tatauranga Aotearoa is seeking propsals for the supply and conifguration of tools to support it to use the document governance and management capabilities in its existing Microsoft 365 tenant. The tools must be proven, used by other NZ Government agencies, provided as a cloud-based subscription services (SaaS), and otherwise meet Stats NZs requirements which are described in the RFP documents. Stats NZ also requires a well-structured training programme to support its staff to use the tools effectively, along with ongoing support.",Awarded,"Agency's name and address: Statistics New Zealand Successful supplier's name and address: Datacom Systems Limited 68-86 Jervois Quay, Wellington Description of the goods, services or works: MS 365 Electronic Governance & Records Management Tools Date of award of contract: Term of the contract: December 2021 - March 2022 Expected spend under contract: 250k-500k Type of procurement process used: Open: RFP",0,20250410 Statistics New Zealand,24294110,Request for Quotations,Closed Competition,2021 Annual Report to GCPO,1036-2020-21,20210511,20210514,20210528,,Sole Agency,No,,This Request for Quotes (RFQ) invites suppliers to quote for the delivery of a completed privacy maturity assessment framework report (the GCPO Report) using the 2021 GCPO tool.,Awarded,,0,20250410 Statistics New Zealand,24384227,Request for Quotations,Closed Competition,8 Willis Street Furniture,2033-2020-21,20210602,20210701,20211007,,Sole Agency,No,,"This procurement is for the delivery and installation and ongoing support of furniture and additional items for the fitout of the new co location accommodation of 8 Willis Street for Stats NZ and Ministry for the Environment. We are looking for furniture that will assist us to create a modern working environment that supports our agile way of working in a collaborative and innovative way. For 8 Willis Street, we require: desks, stools, task chairs, collaborative furniture, round tables, square tables, coffee tables, tambour units.",Awarded,,0,20250410 Statistics New Zealand,24537464,Request for Proposals,Open Competition,Branded Apparel and Accessories for Statistics NZ,1028-2021-22,20210712,20210810,20220317,,Sole Agency,No,,"Statistics New Zealand is seeking to appoint a single supplier or consortium of suppliers to deliver Stats NZ branded apparel and accessories for business as usual and the 2023 Census. More specifically, a supplier to deliver a value-for-money, seamlessly integrated end-to-end solution covering: Statistics New Zealand branded apparel and accessories to be worn by Survey Interviewers employed full time by Stats NZ to perform a wide range of surveys. Statistics New Zealand / Census branded apparel and accessories to be worn by Census Collectors, team leaders, trainers, and managers alike for the 2023 Census Field Operation.",Awarded,,0,20250410 Statistics New Zealand,24582195,Request for Proposals,Closed Competition,2023 Census IT Hardware Solution,2036-2021/22,20210721,20210823,20211214,,Sole Agency,No,,"Stats NZ requires an IT Hardware supplier to provide tablets, laptops, accessories / IT peripherals and support for the purposes of conducting the 2023 Census (the Census IT Hardware Solution). The Census IT Hardware Solution will equip Stats NZs 2023 Census workforce with network-capable devices to take into the field.We are looking to appoint a supplier, or suppliers, with the capacity and capability to deliver to our requirements, provide ongoing support services, manage risk, and achieve the desired outcomes. Stats NZ welcomes responses that can meet our requirements to provide the 2023 Census IT Hardware Solution, and where possible support the Government initiatives for broader outcomes and supporting Maori businesses. Stats NZ will retain rights to extend the contract term to cover the 2028 Census.Respondents may sub-contract some of the services if they wish in order to provide the best IT Hardware Solution for the 2023 Census. Suppliers may offer a laptops solution (and complete the Laptops Response Form), or a tablets solution (and complete the Tablets Response Form), of offer both (and complete both Response Forms)",Awarded,,2000000,20250410 Statistics New Zealand,24674055,Request for Quotations,Closed Competition,Year 1 Review of The Algorithm Charter for Aotearoa New Zealand,1038-2021-22,20210812,20210825,20211007,,Sole Agency,No,,"This procurement relates to the delivery of the Year 1 Review of the Algorithm Charter for Aotearoa New Zealand (the Charter). The objective of the review is to learn from the first year of the Charters implementation. This includes: the experiences of agencies any early indications of positive impacts or unintended consequences the support needs of signatories embedding te ao Maori perspectives and reflecting the principles of the Treaty of Waitangi / te Tiriti o Waitangi, and the relationship between the Charter and developments in addressing Maori data sovereignty",Awarded,"Agency's name and address: Statistics New Zealand Successful supplier's name and address: Taylor Fry Pty Ltd Description of the goods, services: Year 1 Review of the Algorithm Charter for Aotearoa NZ Date of award of contract:7 October 2021 Term of the contract: 5 October 2021-28 February 2022 Expected spend under contract: Range - $50k-$100k Type of procurement process used: Closed - AOG Consultancy",0,20250410 Statistics New Zealand,24832519,Request for Proposals,Closed Competition,Stats NZ IT Hardware Preferred Supplier,Stats 2038-2021-22,20210917,20211020,20211203,,All of Government,No,,"This is an invitation to members of the All-of-Government IT Hardware Supplier Panel. Stats NZ (Stats) requires a preferred IT Hardware supplier to provide IT hardware, accessories, IT peripherals, as well as support and maintenance services for the equipment supplied. We are looking to appoint a supplier with the capacity and capability to deliver to our requirements, provide ongoing support services, manage risk, and achieve our desired outcomes. Stats welcomes responses that can meet our requirements to provide the IT Hardware required by the organisation and, where possible, support the Government initiatives for broader outcomes and supporting Maori businesses. This RFP is being released to all members of the All-of-Government IT Hardware Panel. Members of the AOG Panel may sub-contract some of the services if they wish, e.g. if outside the scope of their core offering, in order to provide the best IT Hardware solution for Stats. We invite the submission of proposals that are fit for purpose and deliver value for money.",Awarded,,2655000,20250410 Statistics New Zealand,25182821,Request for Quotations,Closed Competition,Maori Data Expertise Data System Design,2041-2021-22,20211129,20211214,20220128,,Sole Agency,No,,"Tatauranga Aotearoa Statistics New Zealand (Stats NZ) has developed this Request for Quote (RFQ) to offer what we believe is a unique opportunity to embed Maori data specialist skills and expertise into the design/architecture of the Future Government Data System. Through this work we are looking to design the key foundational data infrastructure (principles, protocols and practices etc) which will contribute to an inclusive and integrated government data system. The ambition for this mahi is to embed Maori Data Governance, Te Mana Rauranga and Maori data aspirations into the Government data system by design, which will also support Stats NZs strategic priority of delivering for and with Iwi, Maori and Hapu. This RFQ invites suppliers to quote for providing Maori data expertise to work within a small team who are responsible for: Developing the system architecture Contributing to the infrastructure outcome A system-wide architecture exists to optimise the creation, holding, and use of data outlined in the Government Data Strategy and Roadmap (DS&R). The DS&R sets a shared strategic direction to create an inclusive and integrated government data system. The system strategy has four focus areas which each have outcomes and initiatives associated with them. Each initiative in the Roadmap falls under one or more of these focus areas: o data o capability o infrastructure o leadership",Awarded,"Agency's name and address: Statistics New Zealand Successful supplier's name and address: Nicholson Consulting, 115 Melbourne Road, Island Bay, Wellington 6023 Description of the goods, services or works: Maori Data Expertise - Data System Design Date of award of contract: Term of the contract: February 2022 - September 2022 Expected spend under contract: 150k-200k Type of procurement process used: Closed RFQ",0,20250410 Statistics New Zealand,25294232,Request for Quotations,Closed Competition,Future of Collections Proposal Implementation Pre-work,2044-2021-22,20220112,20220125,20220222,,Sole Agency,No,,"This procurement relates to the delivery of the next phase of the Future of Collections change process which is currently at proposal stage. The next phase will be the operational implementation of the change proposal. This RFQ relates to the purchase of services to cover the pre-work before the implementation of the FOC change.",Not Awarded,No response was identified as meeting Stats NZ's requirements.,0,20250410 Statistics New Zealand,25389733,Request for Quotations,Closed Competition,Code Modules Pilot IDI Coders,2042-2021-22,20220208,20220224,20220705,,Sole Agency,No,,"Stats NZ is looking for multiple data analyst coders experienced in the use of the Integrated Data Infrastructure (IDI) and working in the Data Lab to join our Code Modules Pilot Project. This project will develop a series of re-usable code modules for the Data Lab user community, working with a team of part-time technical advisors from multiple government agencies for domain expertise and support. Each code module is a combination of documentation and SQL code that outputs a standardised indicator or analytic likely to be useful by many Data Lab users across different research projects. Overall, the project aims to make it easier and faster to work with microdata in the Data Lab. The selected coders will need to be experienced in working with the IDI and the ideally also the Longitudinal Business Database (LBD). They will also need to have access to a Data Lab from 4 April for the duration of the contract, either already existing through a current microdata project, or by meeting the current Data Lab access requirements. We are looking for multiple data analyst coders experienced in the use of the Integrated Data Infrastructure (IDI) and working in the Data Lab to join our Code Modules Pilot Project. This project will develop a series of re-usable code modules for the Data Lab user community, working with a team of part-time technical advisors from multiple government agencies for domain expertise and support. Each code module is a combination of documentation and SQL code that outputs a standardised indicator or analytic likely to be useful by many Data Lab users across different research projects. Overall, the project aims to make it easier and faster to work with microdata in the Data Lab. The selected coders will need to be experienced in working with the IDI and the ideally also the Longitudinal Business Database (LBD). They will also need to have access to a Data Lab from 4 April for the duration of the contract, either already existing through a current microdata project, or by meeting the current Data Lab access requirements.",Awarded,,0,20250410 Statistics New Zealand,25440119,Request for Proposals,Open Competition,CPI Web-scraping services RFP,1042-2021-22,20220224,20220324,20220713,,Sole Agency,No,,"Stats NZ welcomes proposals from Respondents who can provide a web-scraping and data coding service to help Stats NZ future-proof its data collection operations for the Consumers Price Index (CPI). Our key objective for this procurement is to identify a solution that provides web-scraped price data that is also coded to an internationally used classification, and is available either to download, or available to be securely transferred to Stats NZ.",Not Awarded,,0,20250410 Statistics New Zealand,25521023,Request for Quotations,Closed Competition,Microsoft Sentinel Ready Security Operations Centre Services,2039-2021/22,20220310,20220401,20221103,,All of Government,No,,"We want to procure a Microsoft Sentinel ready Security Operations Centre (SOC) service. Previously, SOC services have been provided as part of an existing Security Incident and Event Management service (SIEM) contract. We wish to take advantage of our current Microsoft licence, which includes Sentinel and join existing security tools to it, to gain greater assurance. A SOC which is compatible with the Sentinel Security Incident Event Monitoring (Sentinel) service, currently in use by Stats NZ. The key objective of this procurement is to link existing security monitoring tools with a 24/7 SOC and to make more effective and economic use of a SIEM service. This will involve moving log sources from the existing service to Sentinel.",Awarded,,560552,20250410 Statistics New Zealand,25539049,Request for Proposals,Open Competition,Collections Health & Safety Training Services,1043-2021-22,20220317,20220413,20220905,,Sole Agency,No,,"As a PCBU , Stats NZ must comply with the Health and Safety at Work (General Risk and Workplace Management) Regulations 2016. Stats NZ has a number of roles in which staff are required to engage with the public, for example, interviewing respondents to Stats NZ surveys. Collection Operations has a team of Data Collection Specialists nationwide, who work in urban and remote areas across New Zealand from Kerikeri to Bluff. From time to time, Stats NZ engages additional Data Collection Specialists temporary staff for specific projects. Part of the role of these Data Collection Specialists requires them to approach and enter premises on their own, to conduct face-to-face surveys to collect statistical information from occupants of selected households. In many instances their first contact with the household occupants is unscheduled and unexpected. It can also be unwelcome. It is important for Stats NZ to ensure that staff in these roles are well equipped to handle challenging situations they may inadvertently find themselves in, in/around the households which they must visit to interview survey respondents.",Awarded,,0,20250410 Statistics New Zealand,26845123,Request for Proposals,Closed Competition,Data Ethics and Innovation Centre,2055-2022-23,20230124,20230227,20230323,,All of Government,No,"8 Willis Street, Wellington Central, Wellington 6011","Stats NZ is going to market for Consultancy Services for the detailed design to establish a Centre for Data Ethics and Innovation. Should you choose to respond to this RFP, you are invited to give a presentation to the Stats NZs evaluation panel. Please refer to the attached Service Requirements document for further information.",Awarded,"The tender process for the Data Ethics and Innovation Centre has now closed. STATS NZ would like to congratulate Tregaskis Brown Limited on their award.",0,20250410 Statistics New Zealand,26974742,Request for Proposals,Closed Competition,Staff Augmentation for the CDTP Project Team,2061-2022-23,20230220,20230301,20230306,,All of Government,No,,"Stats NZ is going to market for staff augmentation for the CDTP Project Team in Phase 1 of the Customer Data Tools Project to migrate the NZ.Stat application from .Stat v5 to .Stat v8. Should you choose to respond to this RFP, you are invited to give a presentation to the Stats NZs evaluation panel.",Awarded,,0,20250410 Statistics New Zealand,27498397,Request for Proposals,Open Competition,An early talent recruitment specialist to recruit interns and graduates for the Analytics and Research in Government (ARG) Internship and Graduate Programmes,4040-2022-23,20230703,20230731,20231214,,Sole Agency,No,,"This procurement is to engage the services of an early-in career marketing and recruitment specialist to provide marketing and promotion for the ARG Programme to ensure that there is a strong and visible ARG presence in the market. The provider will also deliver a streamlined service from attraction to recruitment, so that the candidates selected, and the agencies that host them, are provided with the best fit, and best possible outcome and experience. Included in the recruitment process, it is expected that the specialist will also generate a short list of potential candidates for the programmes, based on key selection criteria outlined by the hiring agencies, and in line with the programmes key competencies.",Not Awarded,"No Winner. This Notice is to advise that the ""Analytics and Research in Government (ARG) Internship and Graduate Programmes"" tender has been paused and no award were made. This decision was due to unforeseen changes in project priorities. We would like to express our sincere gratitude to all respondents who submitted their bid proposals. We recognize the significant time and effort invested in the process, and we appreciate your interest in this project. We encourage you to stay informed about future opportunities on the Government Electronic Tenders Service (GETS). Thank you for your understanding and cooperation.",0,20250410 Stratford District Council,25161264,Request for Proposals,Closed Competition,Request for Proposal - Strategies and Plans,,20211124,20211212,20211217,,Sole Agency,No,,,Awarded,,95000,20250410 Stratford District Council,25566483,Award Notice,Open Competition,Extension of Stage 1 Stratford Trunkmain Duplication to Stage 3,1467,20220311,20220311,20220311,,Sole Agency,No,,"GENERAL PROJECT INFORMATION As part of the Stratford District Council (SDC) Shovel Ready funding from Central Government, the Council are installing a duplicated trunkmain to service the Stratford Township from the Water Treatment Plan on Cardiff Road. This Project has been broken into three stages: Stage One, has been awarded to Fulton Hogan and is currently under construction Stage Two, is currently under design Stage Three, has been in design and is expected to be a direct appointedZ This scope covers Stage 3 of this Trunkmain installation through a direct appointment with Fulton Hogan. lt is understood that all condition for this portion of construction work are as per Contract 1467 Fulton Hogan are already engaged with SDC. PROJECT LOCATION AND DESCRIPTION OF WORK SITE The Project will start from the Water Treatment Plant on Cardiff Road, it will then run over farmland through private property to the Patea River. This land has easement over them for construction, it is expected that a hard access track will be installed for installation, access, and shutdowns for the duration of the project. Good relations with stakeholders and landowners are expected to be maintained during the full duration of the construction phase. Normally working hours are expected to be between Monday to Saturday 7am to 5 pm, any variation to this needs to be approved by the Engineer.",Awarded,,1120000,20250410 Stratford District Council,26110976,Request for Proposals,Closed Competition,Contract 1501 - Wastewater Modelling - Stratford Town,1501,20220805,20220825,20221125,,Sole Agency,No,,"SDC is seeking proposals to develop a model of the existing wastewater network in the Stratford township with the intent of uploading future subdivisions to determine the capability of the network. This project is proposed in three stages: Stage 1a Developing a model of the existing wastewater network in Stratford to determine the capacity and efficiency of the network (Appendix A Sheet 1) Expected completion date 28 April 2023. Stage 1b Providing solutions for any deficiencies (capacity, choke points etc.) in the existing network Expected end date 28 April 2023. Stage 1c Undertake a stormwater infiltration survey to determine the actual capacity of the wastewater network Expected end date 30 September 2023. Stage 1d The impact of a proposed subdivision (see Appendix A Sheet 2) to the existing wastewater network Expected completion date 16 December 2023. Stage 2 Uploading known future subdivisions to determine the capability of the existing network to manage the new subdivision Expected end date 30 June 2024. Stage 3a As new subdivisions arise, uploading these to the model to determine the capability of the network Ongoing until expected end date 30 June 2026. Stage 3b Maintaining this model until 30 June 2026 with the intent that SDC will eventually bring future modelling in-house Expected end date 30 June 2026.",Awarded,,0,20250410 Stratford District Council,26137180,Request for Proposals,Closed Competition,Contract 1502 - Stormwater Modelling - Stratford Town,1502,20220805,20220825,20230118,,Sole Agency,No,,,Awarded,,0,20250410 Stratford District Council,26624190,Request for Tenders,Closed Competition,Victoria Park - Sportsground Upgrade,1524,20221115,20221215,20230131,,Sole Agency,No,,"This contract is to enhance the drainage performance of the existing No.1 sportsground at Victoria Park. This will be achieved through the installation of a new primary drainage system. The works will enhance the year-round surface performance. The works is to install an appropriate primary drainage system, with a single collector (main) drain discharging directly into Victoria Park Lake via a concrete wing wall. A tidal flap will be installed to prevent backflow into the drainage system during periods of prolonged heavy rain or significant rainfall events. Works required for this project includes: Purchase all materials required and store until work commences, which will occur between the Cricket Season and the Rugby Season (March / April 2023) Installing the main drain along the eastern side of the sports field platform at a grade of 0.7% Installing 1 x end cap at the southern end of the main drain Installing a new 1 x 1050 mm dia SWMHC at the northern end of the mainline Installing and connecting the above SWMHC to the outlet via a tidal flap and wing wall into Victoria Park Lake Installing 110 mm dia perforated lateral drains on a grade of 0.7% and connect to the main drain Drainage line reinstatement and grow-in As-built drawings and asset data information All other work as indicated, described or implied on any of the drawings, in the General or Special Conditions of Contract or in the Specification.",Not Awarded,,0,20250410 Stratford District Council,26674559,Request for Tenders,Open Competition,Stratford Sewer Lining Fixed Term Contract,1492,20221202,20221220,20230112,,Sole Agency,No,,"This Contract is for the full-length lining rehabilitation, in accordance with the requirements of this specification, of various manhole to manhole sections of gravity sanitary sewer pipes or laterals. The sanitary sewers are all within the Stratford township within the Stratford District Council. These sewer mains are 375mm diameter or less and of Asbestos Cement or concrete material. The Contractor will require to rehabilitate these gravity sewer mains to extend the remaining service life in order maintain required levels of service in relation to reticulation network. This project involves the relining of existing sewers to improve the performance, and extend the life, of the Stratford District Council wastewater network. A conforming methodology will utilise a fold and form relining for sewer pipelines 100 to 375. Pipelines larger or smaller than this range will be considered on a case-by-case basis. The Principal reserves the right to exclude pipeline smaller than 100 and larger than 375 from this contract at his discretion. Stratford District Council (SDC) will identify sewer lines or catchment areas for investigation within the SDC wastewater network. The Contractor will complete a CCTV of identified sewer lines and with a sewer condition report for each pipeline run from manhole to manhole",Awarded,,0,20250410 Stratford District Council,26764189,Request for Tenders,Open Competition,1540 Opunake Rd Geometric Improvements - Dunn's bridge,1540,20221221,20230131,20230307,Assets,On behalf of procurement agent,No,"Stratford District Council, 61 - 63 Miranda St, Stratford",This contract is for the geometric improvements to Opunake Road and remedial concrete paving works to the Dunns Bridge approaches on Opunake Road,Awarded,,484107,20250410 Stratford District Council,26764477,Request for Tenders,Open Competition,1541 Mangaoapa Rd Retaining Wall and Tunnel Repairs,1541,20221220,20230202,20230209,Assets,On behalf of procurement agent,No,"Stratford District Council, 61 - 63 Miranda St, Stratford",Contract is for the construction of a 7m long retaining wall on Mangaoapa Road at RP 1.0 and installation of timber kerbing and concrete approach paving to the Mangaoapa Road Tunnel at RP 0.7 and within the Stratford District Councils Rural Road Network.,Awarded,,186187,20250410 Stratford District Council,26853838,Request for Tenders,Closed Competition,1537 - Percy Thomson Trust Roof Renewal,1537,20230126,20230302,20230504,Assets,Sole Agency,No,,"This contract is to deliver a design and build project to upgrade the roof and gutter system on the northwestern side of the Percy Thomson Trust (PTT) building at Prospero Place in Stratford. The purpose of this project is to prevent further damage to the buildings infrastructure, insulation and ceiling, as well as providing easy access to the gutter system to complete any required maintenance. This will be achieved through: Designing a cost-effective solution to remove the internal guttering system and support roof drainage as appropriate. Removing the polycarbonate roofing over the foyer and reinstatement of the ceiling to match the ceiling height that exists in Sergeant Peppers Caf. Replacing the existing roof on the northwestern side of the PPT building. Note: This project does not include replacement of the roofing on the Mountain Wall and southeastern side of the building. The new roof line will need to tie into the Mountain Wall. While the roof on the south side is to remain, investigation is required to determine the source of a leak that is occurring in the staff room that is adjacent to Working Gallery 3 (See attached drawings in Appendix E). As a result of the investigation, remedial work may be required. As the PTT is a Council Controlled Organisation, the role of SDC is to project manage this design and build project. The PTT prefers that the tenants are able to continue to use the building throughout the duration of the construction works. This will require a robust construction methodology and regular communication with the tenants to ensure their businesses are not adversely affected.",Not Awarded,The budget for this project is considerably less than the tender price received. SDC is now working with the Percy Thomson Trust and the Tenderer to find a solution for this project.,0,20250410 Stratford District Council,26900336,Request for Proposals,Closed Competition,1503 - Stratford Skate Park Design - Victoria Park,1503,20230203,20230302,20230317,Assets,Sole Agency,No,,"The Stratford Skate Park is one of many facilities that are available for the younger generation of the Stratford community. It is part of the Victoria Park Complex that provides biking, skating, and playing. Stratford District Council (SDC) has recently conducted a community survey to seek feedback on how the future of the Skate Park as result of removing the existing Skate Bowl that was in very poor condition. Following a review of the feedback, SDC is proposing to upgrade the Skate Park. Features of the upgrade include: A new skate bowl. A more accessible skate park that encourages use across all abilities and age groups. Integration of old and new features to encourage multi-purpose movement. Better surfacing throughout the skate park. Strategic seating. An attractive, safe and inviting space that adds to the newly developed bike park facility. SDC has allocated $130,000 from the Better Off Funding for the design and construction upgrade of the upgraded facility. The skate park is available for prospective tenderers to visit the site at any time to inspect the existing structure.",Awarded,,130000,20250410 Stratford District Council,27103802,Request for Tenders,Open Competition,S2212 - Stormwater Upgrade Brecon Road to Achilles Street Stratford,S2212,20230316,20230406,20230426,Assets,Sole Agency,No,,"This contract is to upgrade the existing stormwater network from a subdivision at 6/118 Brecon Road to Achilles Street. This will be achieved through the replacement of the existing 150 mm pipe with a 300 mm uPVC rubber ringed pipe. The pipe is to mitigate upstream stormwater flooding and land overflow from the new subdivision on Brecon Road. The existing 150 mm pipe will be sealed off and remain as a redundant pipe.",Awarded,,0,20250410 Stratford District Council,27194380,Request for Quotations,Closed Competition,PK2203 - Kopuatama Cemetery - Entrance Upgrade,PK2203,20230403,20230504,20230529,Assets,Sole Agency,No,,"Kopuatama Cemetery was established in 1905, by the Stratford Borough Council and Education Board and remains to be the largest open cemetery within the Stratford District. The blocks of Presbyterian, Church of England, Strangers, Other Denominations and Roman Catholic were pegged out in 1904, with the first burial taking place in 1906. The Council is proposing to upgrade the cemetery entrance to include the following features: New concrete entrance charcoal colour at one entrance New loose-seal (metal) dressing at two entrances New planter box frames around significant trees Timber frame connections New planting in gardens",Awarded,,80339,20250410 Stratford District Council,27194961,Request for Quotations,Closed Competition,PY2202 TET Multi Sports Centre - Entrance and Gymnasium Door Upgrade,,20230403,20230511,20230518,Assets,Sole Agency,No,,"The TET Multi-Sports Centre was constructed in 2000. The building environment was designed to the current standards of the time, with a means of escape to allow for all occupants to evacuate the building and reach a safe place in the event of an emergency. The requirements and regulations of the Building Code and Fire Emergency NZ have changed considerably since 1999. This means the escape route requirements for the TET are now non-compliant. The means of escape in an emergency for all Stratford District Council (SDC) owned buildings is a high priority. These are safe routes for people to access during a fire or other such emergency, from any point in the building to a place of safety (Assembly Place). A Fire Safety Report for the building was completed in 2023 and has identified areas of non-conformance. To implement this plan, SDC is seeking proposals to rectify the TET Stadium entrance door and the gymnasium fire exit door non-conformances. This project is required to comply with the current New Zealand Building Code provisions relating to means of escape from fire.",Not Awarded,Tender received was outside of budget. Negotiation with Preferred Tenderer is underway to bring scope of works back into budget.,0,20250410 Stratford District Council,27217108,Request for Proposals,Closed Competition,R2211 - Transport Choices - Pre-construction Safety Audits,R2211,20230406,20230504,20230526,Assets,Sole Agency,No,"Cardiff Road, Stratford Taranaki","Transport Choices is one of the several initiatives under the Climate Emergency Response Fund programme enabling people across New Zealand to be active participants in Aotearoa New Zealands climate response.? Its about making small, visible changes to our streets and the way people use them, quickly and helping people embrace cycling, walking or public transport as a means of travel. The Stratford Schools Safety Improvement Project is a key Action Plan for the Stratford District Council under the Transport Choices Package, delivering on our walking and cycling priorities as described in our draft Connecting our Communities Strategy for the Stratford township. The overall objective is to strengthen active modes of travel as a key mode of travel to schools, thereby competing effectively with private vehicle use. The successful implementation of this project will contribute to the reduction of VKT and support the achievement of central governments transport targets in the Emissions Reduction Plan. This Request for Proposal (RFP) is to undertake safety audit reviews for the walking and cycling designs that are part of the Transport Choices Package. The safety audits are to follow the latest Waka Kotahi safe system auditing procedures.",Awarded,,0,20250410 Stratford District Council,27310969,Request for Tenders,Closed Competition,S2214 - Wastewater Treatment Plant - Security Fencing,S2214,20230428,20230525,20230807,Assets,Sole Agency,No,"Cardiff Road, Stratford Taranaki","The Stratford District Council (SDC) owns and operates the Wastewater Treatment Plant (WWTP), located on Victoria Road, Stratford. The Plant consists of an inlet screen, oxidation pond, maturation pond and rock filter outfall. The Carrington walkway eastern loop borders two sides of the pond. This is one of Stratfords popular walkways, which persons of all ages and their dogs regularly visit. The land around the wastewater ponds is grazed by a local famer and currently has stock proof fencing installed. Due to a recent judicial ruling, SDC has allocated funding to construct security fencing around the Wastewater Treatment Plant site. The purpose of this project is to control access for contractors and staff and exclude unauthorised persons entering the wastewater treatment plant site without compromising . This will be achieved through: Supply and construct 1.8 m high security fence that will not compromise the integrity of the Carrington Walkway and will discharge contaminants into the Patea River during construction (see Appendix A). The existing fence will be retained inside the perimeter of the ponds. Supply and install 5 x 1.8 m high gates in the same access points as the existing gates. Exact location to be determined with the Engineer before construction.",Awarded,,0,20250410 Stratford District Council,27638657,Request for Tenders,Open Competition,Pembroke Road Watermain Renewal,S2216,20230629,20230727,20230825,Assets,On behalf of procurement agent,No,"63 Miranda Street, PO Box 320, Stratford 4352","The Stratford District Council (SDC) propose to renew a 155 m section of the existing 100 mm AC water main on Pembroke Road, between Cordelia Street and Swansea Road. The existing AC water main section is to be renewed with a new 150 mm PE pipe (DN180) to east of the Cordelia Street intersection.",Awarded,,149741,20250410 Stratford District Council,27930694,Request for Proposals,Closed Competition,PY2222 Whangamomona Campground Septic Tank Replacement Project,PY 2222,20230821,20230908,20231123,Assets,Sole Agency,No,"61-63 Miranda Street, Stratford 4332","The objective of this design and build project is to replace the existing septic tank system at a former school site, which has been transformed into a vibrant camping ground at Whangamomona. The current septic tank system, installed years ago to cater to the school's needs, has now become dysfunctional due to the accumulation of waste. Stratford District Council (SDC) is wanting to upgrade the septic tank to meet current environmental standards and ensure the sustainable operation of the camping ground now and in the future.",Not Awarded,"Tendered prices were significantly higher than budget. We are working with the Preferred Supplier to achieve the outcome required for this project.",0,20250410 Stratford District Council,28264081,Request for Quotations,Closed Competition,PK2205 - Midhirst Old Cemetery - Pathway Upgrade,,20231011,20231102,20231128,Assets,Sole Agency,No,,"Stratford District Council (the Council) seeks to improve the pathways within the Midhirst Old Cemetery, based on feedback received from the community. From 1880, Midhirst Old Cemetery was the only cemetery in the district with the deceased being brought from Waipuku (in the north) and Stratford and Ngaere (in the south). Midhirst Old Cemetery was officially closed by the Stratford District Council in 1996, and a memorial (main entrance upgrade with plaques) listing those buried in the cemetery, was erected the following year. The existing cemetery entrance paths are aging and disintegrating in parts including other pathways within the cemetery. The Council is proposing to upgrade the cemetery pathways providing: A new lime chip path entrance (entire length of path) Two new concrete pathways (west of main pathway) New timber edging on all paths Drainage system, including channel with grate, stormwater pit and pipe to outlet A new bench seat with concrete base (east of main pathway)",Awarded,,35052,20250410 Stratford District Council,28361427,Request for Quotations,Open Competition,Stratford Aerodrome Strategic Development Plan Review,PY2211,20231030,20231116,20231128,Assets,Sole Agency,No,,"Approximately, 147 hectares of land was purchased in the 1930s for establishing and maintaining and aerodrome and is still current today. The aerodrome operates over 17 hectares of this land. Adjacent to the aerodrome is the Council farm (130 hectares), which has not currently been needed for aerodrome operations. In 2011, to maximise the use of its assets, Council engaged a specialist aviation industry consultant to assist with the future plan for the aerodrome and to establish a Strategic Development Plan. Due to ongoing demand for more hangar sites as well as a desire to grow the aerodrome, Council has approved for the Strategic Development Plan to be reviewed with the intention to look at the current infrastructure, business issues, future development, and potential utilisation. The updated strategic report with its recommendations will be used by staff in future planning of the aerodrome. The report will need to consider estimates for future projects that can be included in the draft 2024/34 Long Term Plan as well as, definitive timetabling of such works. Council is seeking a review of the existing Aerodrome Strategic Development Plan (Appendix C) with consideration for the following: 1. An overview of the current aerodrome infrastructure and facilities and issues arising therefrom 2. Identification and a high-level assessment, including a SWOT analysis of the potential aerodrome development and business opportunities. 3. With each potential activity, development and business opportunity, identify if the current aerodrome footprint can accommodate a 10-year growth. 4. An Aerodrome Strategic Development Plan to align with current regulations.",Not Awarded,,0,20250410 Stratford District Council,28458805,Request for Tenders,Open Competition,R2215 Pembroke Rd Concrete Lining Culvert 0083-0401,,20231114,20231130,20240404,,On behalf of procurement agent,No,,Contract is for the concrete lining of the base of a 5m dia corrugated steel culvert on Pembroke Rd in the Stratford District. Work will include the placing of rock rip rap to inlet & outlets,Awarded,Awarded to Superior Civil Construction,63898,20250410 Stratford District Council,28502913,Request for Proposals,Closed Competition,Stratford Water Treatment Plant Reservoir Overflow Project,S2215,20231123,20240119,20240207,Assets,Sole Agency,No,"61- 63 Miranda Street, Stratford, 4332, NEW ZEALAND","Stratford District Council (SDC) has undertaken a significant commitment within its Long-Term Plan to enhance the efficiency and environmental responsibility of its water treatment operations. The key challenge is managing treated water overflows from the existing reservoirs at the Stratford water treatment plant. Currently, these overflows discharge into separate chambers, posing environmental risks and operational inefficiencies. To address this issue, SDC has allocated funding for the design and installation of a reservoir overflow system. The goal is to direct treated water overflows to the adjacent backwash pond, ensuring proper water management, compliance with regulations, and environmental stewardship",Not Awarded,"Contract Number: S2215 Contract Name: Stratford Water Treatment Plant Reservoir Overflow I am writing to inform you that the Stratford District Council has made the decision to cancel the current tender process for the Stratford Water Treatment Plant Reservoir Overflow Project without awarding a contract at this time due to budgetary constraints. Upon further review of the specifications and scope of the project, Council has determined that it would be beneficial to revise and possibly phase the project to achieve improved cost outcomes prior to releasing a new tender. We sincerely appreciate the time and effort you invested in preparing and submitting a thorough proposal for our consideration. Although we are unable to award the contract as part of this current process, we hope you will consider participating when the retender is issued later this year following revisions to the project plan.",0,20250410 Stratford District Council,28512264,Request for Tenders,Closed Competition,S2213 - Manifold Installation Stratford,S2213,20231123,20231219,20240125,Assets,Sole Agency,No,,"Stratford District Council (SDC) requires brass GM900S Manifolds to be installed on all property boundary connections. These Manifolds are Acuflo GM900S Manifolds that are compatible with Sensus 640C Electronic Water Meters. This contract is for the installation only of the Manifolds and Manifold Boundary Boxes. SDC will supply both Manifolds and boxes. The installation of the Sensus 640C Electronic water meters will be installed by SDC and is not part of this contract. Water tobies to be replaced are all located within the water supply boundaries of Stratford Township. New tobies for Midhirst and Toko have already been installed and do not form part of this contract. There are approx. 1295 tobies that need to be replaced. This number is variable due to the maintenance contractor replacing failing tobies and new old tobies identified.",Awarded,,593206,20250410 Stratford District Council,28627565,Request for Quotations,Open Competition,PY2202 TET Multi Sports Centre - Entrance and Gymnasium Door Upgrade,PY2202,20231215,20240125,20240308,Assets,Sole Agency,No,,,Not Awarded,,0,20250410 Stratford District Council,28639608,Request for Quotations,Open Competition,"Victoria Park Sports Field, Stratford - Hydrology Review",PK2206,20231218,20240201,20240301,Assets,Sole Agency,No,,"Stratford District Council (SDC) is proposing a study of the drainage and hydrological issues that Council is currently experiencing at the sports field of Victoria Park. This field is used by the Rugby and Cricket clubs for their sporting activities. SDC has recently installed a new drainage system on Field One of the rugby fields at the Fenton Street end of the park. However, this work has not alleviated the overall drainage issues as anticipated. Stormwater seepage into the newly installed lateral drains has been at an unsatisfactory hydrological conductivity rate, making the drains ineffective with insufficient drainage of the grass surface. Since the installation of the drainage system was installed, Field Two has also experienced drainage issues, resulting in surface water not draining away in an adequate amount of time. SDC requires an investigation into the soil hydrology soil properties and infiltration rates - of the 2 sports fields, to support the scoping of future drainage improvements of the 2 sports fields.",Awarded,,15110,20250410 Stratford District Council,28974704,Request for Quotations,Closed Competition,PY2220 Request for Quote - Flint Road Sub-division Wetland Delineation and Hydrological Assessment,PY 2220,20240307,20240408,20240423,Assets,All of Government,No,15A Maire Street,"The Stratford District Council seeks to appoint a suitably qualified consultancy to provide wetland delineation and hydrological impact assessment services for the Flint Road West Subdivision project. These services will support compliance with the National Environmental Standard for Freshwater Management (NES-F), resource consent applications, and sustainable infrastructure design for this urban development.",Awarded,,0,20250410 Stratford District Council,29073187,Request for Proposals,Closed Competition,1461 - Request for Proposal - Detail Design for Stratford Raw Water Line and Grit Tank - March 2024,Contract 1461,20240321,20240419,20240606,Assets,All of Government,No,,Stratford District Council would like to engage an engineering consultant to perform the works related to the renewal of the raw water line and grit tank that feeds the Stratford Water Treatment Plant (WTP). Raw water is currently fed from the Patea River (a significant river) through an existing intake structure to the raw water line and grit tank. The water then goes through the Plant for processing and on to the Storage Reservoirs for distribution.,Awarded,,0,20250410 Stratford District Council,29100589,Request for Proposals,Closed Competition,Valuation of 3 Waters Assets,S2217,20240326,20240411,20240502,Assets,Sole Agency,No,,"Stratford District Council (SDC) is seeking a robust revaluation of its3-Waters assets, together with an assessment of annual depreciation. We are looking for credible providers who have the capacity, capability, and experience to deliver an asset revaluation in accordance with New Zealand Asset Valuation and Depreciation Guidelines, Public Entity International Public Sector Accounting Standard 17 Property, Plant and Equipment. They need to have a good track record and a strong understanding of local government and Controller and Auditor General Valuation requirements.",Awarded,,0,20250410 Stratford District Council,29119189,Request for Proposals,Closed Competition,Valuation of Roading Assets,R2216,20240328,20240411,20240502,Assets,Sole Agency,No,,"Stratford District Council (SDC) is seeking a robust revaluation of its Roading assets, together with an assessment of annual depreciation. We are looking for credible providers who have the capacity, capability, and experience to deliver an asset revaluation in accordance with New Zealand Asset Valuation and Depreciation Guidelines, Public Entity International Public Sector Accounting Standard 17 Property, Plant and Equipment. They need to have a good track record and a strong understanding of local government and Controller and Auditor General Valuation requirements.",Awarded,,0,20250410 Stratford District Council,29377409,Request for Quotations,Closed Competition,Clock Tower - Repainting Lower Section and Repairing ther Surrounding Verandah,PY2237,20240510,20240523,20240606,Assets,Sole Agency,No,,,Awarded,,0,20250410 Stratford District Council,29659245,Award Notice,Open Competition,Broadway Pedestrian Crossing Safety Project,R2218,20240603,20240603,20240625,Assets,Sole Agency,No,,"Stratford District Council (the Council) seeks to improve pedestrian accessibility across SH3 (Broadway) in and around the CBD. Improvements in this area have been on the Councils wish list for some time, and recent guarantees from NZTA Waka Kotahi for full funding have made this feasible. The Broadway Pedestrian Crossing Safety Project includes the construction of One safe pedestrian crossing in the vicinity of the southern roundabout. One safe pedestrian crossing in the vicinity of the northern roundabout. One safe courtesy crossing in the vicinity of the Seyton Street to facilitate the crossing of SH3 by High School students to catch the school buses to New Plymouth. Removal of the existing pedestrian crossing by the clock tower and creation of a viewing platform. Removal of existing crossing at the northern roundabout. Improvements to the northern refuge at the southern roundabout. Associated lighting for the two new pedestrian crossings between the roundabouts. All other associated works and roadmarking.",Not Awarded,Procurement completed in-house,0,20250410 Stratford District Council,29792977,Request for Proposals,Closed Competition,Stratford Raw Water Line and Grit Tank Renewal: Producer Statement 2,1461,20240717,20240730,20240801,Assets,Sole Agency,No,"Cardiff Road, Stratford Taranaki","Detail design is currently underway for the design of the raw water line and grit tanks at the Stratford Water Treatment Plant. The design is being completed by Wallbridge Gilbert Aztec (WGA). As part of the quality control process, SDC is looking for a suitably qualified chartered professional engineer company to review the detail design and produce a Producer Statement 2. It is expected that WGA and the winner of this RFQ will work together sharing information to complete the task of creating this Producer Statement 2. The producer statement will focus on: Hydraulics of the design will it work as designed? The structural integrity of the grit tank.",Not Awarded,,0,20250410 Stratford District Council,29883150,Request for Quotations,Open Competition,PY2425 - Civic Amenities - Asbestos Surveys,PY2425,20240731,20240905,20240913,Assets,All of Government,No,n/a,,Awarded,,0,20250410 Stratford District Council,30036675,Request for Proposals,Closed Competition,PK2405 - Prospero Place Development - Request for Proposal - Northeast Plaza Detailed Design,PK2405,20240822,20240919,20241108,Assets,Sole Agency,No,,"The successful Supplier will be required to produce detailed designs and other deliverables outlined further in this document for the revitalisation of town lighting and upgrade of Prospero Place. The revitalisation aims to transform Prospero Place into a vibrant community gathering space, enhance connectivity with surrounding areas, and elevate the overall aesthetic value of the town centre. The development will take into account the following elements: 1. Acknowledgement of the seven Iwi in the Stratford District: Ngaa Rauru Kitahi, Ngati Mutunga, Ngati Maru, Ngati Tama, Te Atiawa, Ngaruahine, and Ngati Ruanui. 2. Recognition of Stratfords connection to Shakespeare. 3. Demonstration of best practices for sustainability within Prospero Place. 4. Preservation of space for the Prospero Markets. Lighting throughout the town centre will complement the Prospero Place development, as well as providing an environment that meets Crime Prevention Through Environmental Design (CPTED) standards and is visually appealing for the community. Council has earmarked approximately $1.2 million in years 1 to 3 of the 2024/34 Long-Term Plan for the design and construction of a town centre in the Stratford CBD. Therefore, the entire project will be completed in three stages: Year 1: $300,000 in the 2024/25 financial year for the detailed design of the entire area and first stage of construction of the Prospero Place development. Year 2: $510,350 in the 2025/26 financial year for implementation of lighting along Broadway and Stage 2 of construction of the Prospero Place development. Year 3: $416,370 in the 2026/27 financial year for implementation of Stage 3 construction of the Prospero Place development and town illumination to complete the project. This works will consider the stages of construction for the Prospero Place development and be designed to ensure smooth transitions between each stage. It is important that the design and construction adheres to this budgetary constraint. Adjustments to the design may be necessary upon receiving tenders to ensure it aligns with the allocated budget.",Awarded,,0,20250410 Stratford District Council,30123438,Request for Quotations,Open Competition,Whangamomona District Public Amenities Maintenance - Cleaning Public Toilers and Mowing of surrounding Lawns,PY2425,20240904,20240924,20241008,Assets,All of Government,No,,,Awarded,,0,20250410 Stratford District Council,30171414,Request for Tenders,Closed Competition,S2401 - Swansea Road Sewer Pipe Remedial Works,S2401,20240911,20241017,20241127,Assets,All of Government,No,,"Stratford District Council (SDC) has identified a critical infrastructure issue with the Swansea Road sewer pipe, which requires immediate attention to ensure the continued efficiency and reliability of the wastewater system. The key challenge is the misalignment of the sewer pipe, which extends from a manhole to a Gibault joint under a bridge. This misalignment poses risks to the system's functionality and potential environmental concerns. To address this issue, SDC has allocated funding for the design and implementation of remedial works.",Not Awarded,,0,20250410 Stratford District Council,30586080,Request for Tenders,Closed Competition,"Contract S2213 Manifold Installation, Stratford",S2213,20241107,20241129,20241217,Assets,All of Government,No,15A Maire Street,"The Stratford District Council (Council) requires the replacement of existing tobies with the installation of Acuflo CM2000 manifolds at property connections within Stratford Township. These manifolds, compatible with Sensus 640C electronic water meters, will be provided by Council, though the actual installation of the Sensus meters is not included in the scope of this contract.This contract includes the installation of approximately 1,126 Acuflo CM2000 manifolds, though the exact number may vary due to ongoing replacements by the Councils maintenance contractor or the identification of additional connections, such as those in multi-unit dwellings. Council will supply the manifolds, boundary boxes, lids, and bases, while the contractor will be responsible for providing all necessary labour, fittings, and restoration of installation areas to a satisfactory standard.",Awarded,,0,20250410 Stratford District Council,30714853,Request for Tenders,Closed Competition,PY2409 - Request for Tender TSB Complex Demolition and Reinstatement,PY2409,20241126,20241219,20250121,Assets,Sole Agency,No,"61- 63 Miranda Street, Stratford, 4332, NEW ZEALAND","The TSB Pool complex, located in Stratford, closed in October 2022 when the new Wai o Rua - Stratford Aquatic Centre opened. The building and associated infrastructure has now become surplus to Stratford District Councils requirements. The Pool has been deemed an earthquake-prone building and is considered a public safety hazard. This project entails the demolition of the TSB Pool, including the safe removal of the structure and the floor slab buried beneath the main pool, with the site being restored to a greenfield open space. Management of the removal of any hazardous materials (e.g., asbestos) from the site is required. Following removal of the infrastructure, the site will be graded, backfilled, and levelled. Topsoil will be applied, and hydroseeding carried out to establish a green space that aligns with council directives and ensures the area is safe and accessible for public use. The removal and reinstatement are to be completed within the 2024/25 financial year as part of Councils Long-Term Plan.",Awarded,,0,20250410 Stratford District Council,30748349,Request for Quotations,Closed Competition,Library - Bathroom Upgrade,PY2413,20241129,20241219,20250120,Assets,All of Government,No,n/a,,Not Awarded,No tender responses were received.,0,20250410 Tairawhiti District Health Board,23355863,Request for Proposals,Closed Competition,Air Handler Replacements,23355863,20200928,20201030,20220407,,Sole Agency,No,"C/- Building & Engineering Department, Gisborne Hospital, 421 Ormond Road, Gisborne","We are looking to replace three air handlers servicing theatre/CSSD, We require the Design, Purchase, Supply & Install + commission of all equipment to complete this replacement. This will require the removal of the old air handlers, & replacement with new air handlers. The building is rated at IL4 & will require seismic fixing verification for the air handlers. The access options are by Helicopter, Crane or to build in situ. Commissioning of the same to achieve the desired air changes per hour + 25% capacity. The air handlers will require an externally mounted fan motor complete with inbuilt variable speed drive. Connection to building management system. Units to be replaced are S3 Theatre 1 & 2, S4 Theatre 3 & PACU, S5 General areas within Theatre / CSSD.",Awarded,,186900,20250410 Tairawhiti District Health Board,23421845,Request for Proposals,Open Competition,New Acute Mental Health & Addictions Facility Request for Proposals for detailed design,,20201104,20201201,20220826,,Sole Agency,No,,"Tairawhiti District Health is looking for credible providers who have the capability, experience and infrastructure to develop from concept plans a full design (including detailed construction plans and specifications) of a fit-for-purpose, modern inpatient facility that supports safe (physical and wairua) and high quality practice and holistic health and wellness for whanau.",Not Awarded,,0,20250410 Tairawhiti District Health Board,23669513,Request for Tenders,Open Competition,East Coast Adolescent Dental Service,East Coast Adolescent Dental,20201123,20201221,20210421,,Sole Agency,No,Jeanie.Bull@tdh.org.nz,"This RFP is seeking proposals for the provision of dental services on the east coast of Tairawhiti for its adolescent population aged between 13-years to 18-years (Years 9 13 within schools), and those under 18-years who are out of school. Hauora Tairawhiti has identified that good oral health and dental services for all young people is a priority health outcome and is a strategic objective for our Health and Wellbeing of Younger People work programme over the next five years. The population is diverse and remote, therefore a provider for this service will need to offer their service as a mobile dental service which can regularly provide scheduled visits in the school calendar year. Relationships with schools and communities will be part of the service as promoting good oral health through a whanau ora approach is important. The service will need to be a mobile service as there are no fixed facilities (dental clinics) on the coast, and a mobile self-contained unit capable of traversing SH35 where some parts of the roads are in poor condition (Note: it is fully sealed). The sites where the services will deliver from are school-based, with the furthest site (Hicks Bay) from Gisborne being just under 3-hours away. It is important therefore to note, that accommodation requirements if needed should be considered within your proposal; if working in an area over several days. The service will need to be operational by Term 1 2021 (mid-February) with a start date of 1 March 2021; as this service is specific to adolescents, the majority of which are in school so will need to work within the four terms of the school calendar year. The mobile service will need to be self-contained and fit for purpose to work on the coast, the school sites have mobile plug-in capability but it would also be useful if the unit were able to have its own power source; and stored water needs.",Not Awarded,"Contract has been awarded Smilekraft Limited t/a Amber Dental Gisborne, 136 Ormond Road, Whataupoko, Gisborne 4010 (NZBN: 9429031545082) Award Value $501,750",0,20250410 Tairawhiti District Health Board,24321875,Request for Proposals,Open Competition,Project Management Services - New Acute Mental Health & Addictions Facility,24321875,20210519,20210616,20210902,,Sole Agency,No,craig.green@tdh.org.nz,"Tairawhiti DHB requires a new, modern, fit for purpose 10 bed Acute Mental Health Inpatient facility with a total project value of $18.8m. The new facility will be replacing a current facility and will be built on the same site on the campus. Therefore, the project involves the site clearance, implementation of an interim operational solution and the Design/Build of a new facility including transfer and operationalisation once the building is complete. We are seeking a Project Manager who will be responsible for leading the project through from Concept Design through to Project Completion. They will lead the hospital and consultant teams driving all matters related to management of design and construction (time, cost, risk and quality) to meet the project objectives. This includes coordination among all the design team and construction team. This role will report into the projects Senior Responsible Officer (SRO) and will be required to work closely with the management and operations staff to ensure the construction process is in sync.",Not Awarded,,0,20250410 Tairawhiti District Health Board,25330008,Request for Proposals,Open Competition,Gisborne Hospital Electrical Infrastructure Upgrade,,20220124,20220221,20220329,,Sole Agency,No,,"The expertise to complete the upgrading / replacement of our Electrical Infrastructure project at the Gisborne Hospital. Services required will include the following Electrical design Cost Management / Quantity Surveying Reporting Project and Risk Management We are looking for proposals that includes design, budgeting, procurement, reporting, risk management and compliance with the New Zealand Building Code. Your proposal must provide Hauora Tairawhiti with an end to end solution.",Awarded,,500000,20250410 Tairawhiti District Health Board,25365585,Request for Proposals,Open Competition,"Detailed Design, Child and Youth Hub",,20220201,20220301,20220531,,Sole Agency,No,n/a,"The development from concept plans to a full design (including detailed construction plans and specifications) of a fit-for-purpose, modern facility that caters for a range of staff to share, plan and work collectively; within a supportive environment.",Awarded,Design Services only,500000,20250410 Tamaki Redevelopment Company,21988670,Request for Proposals,Closed Competition,Maintenance Services - Housing RFP,,20191126,20191202,20200511,,Sole Agency,No,,"Tamaki Redevelopment Company Ltd (TRC) is seeking an experienced and capable maintenance services partner for our portfolio of around 2800 houses across Glen Innes, Panmure and Point England. This GETS RFP invitation is provided solely to allow the shortlisted parties to upload their proposals through the GETS system.",Awarded,,0,20250410 Tamaki Redevelopment Company,24127125,Request for Proposals,Open Competition,Repurposing Houses in Tamaki,,20210324,20210505,20211201,,Sole Agency,No,,To work collaboratively with Tamaki Regeneration Company to design and deliver a new way of working to repurpose the old housing stock of Tamaki and achieve social outcomes for the community.,Awarded,,0,20250410 Tamaki Redevelopment Company,24254377,Request for Tenders,Open Competition,Tamaki Line Rd Contractor,,20210430,20210526,20210503,,Sole Agency,No,,"The Tamaki Regeneration Programme (TRC) will see around 2,500 state houses redeveloped over the course of 25 years into at least 10,000 new state, affordable and market houses. At its heart, this regeneration programme seeks to use the physical redevelopment of a community as a tool to transform the lives of the people living here, now and for generations to come. As part of the wider programme, TRC wishes to catalyse the revitalisation of the Glen Innes Town Centre. This revitalisation will be catalysed through the redevelopment of a small number of exemplar retail outlets which will hopefully lead to a wider revitalisation of the town centre. To provide focus to this activity, three themes will be built on, namely, to create. A hub for makers and creatives A focus on the repurposing economy An everyday market environment TRC has partnered with Spaceworks as the design and project management lead for this project. Spaceworks have developed the layout plans, which form part of the RFP package. Subject to detailed design and budget constraints, it is envisaged that these plans will be implemented. TRC and Spaceworks are now seeking the early involvement of a construction partner. It is intended that the successful construction partner will have active input into the detailed design to ensure value for money whilst still achieving the vision for the project. The construction partner will form part of the team that collaborates with Spaceworks and TRC to achieve the goals of the project.",Awarded,,0,20250410 Tamaki Redevelopment Company,24604519,Request for Proposals,Open Competition,Tenancy Management System Solution,,20210727,20210830,20220202,,Sole Agency,No,,"Tamaki Housing is the tenancy management arm of the Tamaki Regeneration Company. The care and wellbeing of the whanau that live in our 2500 homes are of prime importance to us. To support us in our mission to serve this community, we are now inviting proposals from providers of established tenancy management software solutions, who are also suitably qualified and experienced at implementing and supporting their system, and who want to work with us. Our key objectives for this selection and implementation process are to achieve service, team and operational benefits including: Giving our Tenancy Managers more time with our customers, kanohi ki te kanohi Improving our service offering for our tenants (e.g. through improving existing services or delivery channels, or through new services or channels) Supporting better ways of working that reduce inefficiencies or costs (e.g. smoother customer communication, delivering business functions in a more integrated way, reducing duplication and manual effort, mobile working, reduced reliance on paper) More timely and robust information flow that supports better work practices and decision making Having a core system that can grow and change with us as the work we do expands into other types of housing provision (e.g. affordable housing) Enabling us to take advantage of current and future technology",Awarded,,0,20250410 Taranaki District Health Board,20269164,Request for Proposals,Open Competition,Clinical and Corporate Messaging System,2018-10 / ICT / PMessaging,20181024,20190228,20200701,,Sole Agency,No,,"This Request for Proposal (RFP) is to identify suitably qualified suppliers to submit a proposal to supply a Clinical and Corporate Messaging System, with associated equipment and support services Taranaki District Health Board needs an on premise or cloud-based (preferred), reliable, an out-of-the-box-system with easy configuration and minimal development work, cost-effective messaging platform with a solid product roadmap, strong customer service and support from a supplier with proven experience in the large Health Care Delivery organisation. Technically, this solution should able to: Provide a new messaging system, based of the user requirements provided. Integrate IP-based messaging with TDHBs analogue paging system. Replace or upgrade the current aging hardware and software of the DURAsuite system to provide redundancy to the new messaging solution. Allows smart devices to receive messages no matter what technology generated them. Perform clinical task management on messages received.",Not Awarded,"Not Awarded. Thank you providing a proposal for the above opportunity. Unfortunately, we have been unable to select a complete solution from the proposals received. Given the time taken to complete the RFP process, Taranaki DHB has determined the best way forward is to withdraw the RFP and not award a contract at this time. A review of our requirements and potential timeframes will take place, following which a revised RFP (if required) may be released on GETS in the future. All suppliers will have an opportunity to review the updated requirements and to submit proposals for consideration. I would like to thank you again for your interest and for the time and effort you put into preparing and submitting your proposal.",0,20250410 Taranaki District Health Board,20763947,Request for Proposals,Open Competition,RFP for Taranaki DHB Community Pathology & Laboratory Services,,20190221,20190326,20191105,,Sole Agency,No,"Attn Tammy Taylor, Planning and Funding, Taranaki District Health Board, 27 David Street, Westown, New Plymouth 4620","Taranaki DHB seeks a Provider able to deliver a high quality Community Laboratory and Pathology service to the population of Taranaki. We invite you to submit a detailed proposal for the delivery of all aspects of community referred laboratory and pathology services for the Taranaki region including support to our hospital services through the provision of local pathologists and associated clinical pathology (the Services). The Services includes the provision of: all community referred laboratory testing (including community referred sendaways); histology and cytology; pathologist support and advice including clinical pathology (Community and Secondary); responsibility for demand management for all laboratory testing; and a laboratory information system for community laboratory services that is fully compatible with our data repository is a minimum. (Refer attachments for RFP documentation and supporting information.)",Not Awarded,"TDHB is pleased to announce that the contract for Community Laboratory Services for Taranaki has been awarded to HealthScope Ltd, Trading as Taranaki Pathology Services Ltd",0,20250410 Taranaki District Health Board,20789107,Request for Proposals,Open Competition,RFP For Supplementary Consultant Services - Stage 2 New East Wing Building - Taranaki Base Hospital Redevelopment,PM014,20190301,20190410,20190807,Project Maunga,Sole Agency,No,"Project Maunga Office Tender Box, Main Entrance Reception, Taranaki Base Hospital, 27 David Street, Westown, New Plymouth, 4310, New Zealand","The purpose of this RFP is to invite parties to submit proposals to provide specified consultant services for the planning and delivery of the proposed New East Wing at Taranaki Base Hospital (Project Maunga Stage 2) in New Plymouth. TDHB is seeking proposals from organisations with expertise and experience in the following disciplines to provide consulting and design services for the Detailed Business Case (DBC) through to the Implementation Business Case (ImpBC) for Project Maunga Stage 2: A Fire Engineering and Fire Protection Services B Vertical Transport Services C Acoustic Engineering Services The objective is to select suitable consultants for further negotiation to endeavour to agree a contract for the provision of specified consultancy services.",Not Awarded,Awarded to NDY,0,20250410 Taranaki District Health Board,20793487,Request for Proposals,Open Competition,Clinical and Corporate Messaging System,2018-10 / PMessaging Extn,20190301,20190314,20200701,Procurement,Sole Agency,No,,"** Reissue of RFx 20269164 ** Close date has been extended to 14 March 2019. RFP Documents, Q&A and addenda (where applicable) have been uploaded to this RFx also. NOTE: All proposals submitted in RFx 20269164 have been accepted and therefore do not need to be resubmitted. If original proposal is to be amended, upload the amended proposal and all supporting documentation to new RFx 20793487. New proposals are welcome. Taranaki District Health Board (TDHB, Taranaki DHB) need to replace the current Paging solution with either an on-premise or cloud-based (preferred), IP based messaging solution. The new solution needs to be a reliable, out-of-the-box-system with easy configuration and minimal development work required. TDHB require a cost -effective messaging platform with a solid product roadmap, strong customer service focus and support from a supplier with proven experience within a large Health Care Delivery organisation. In addition to this, Taranaki District Health Board wish to retain the current Paging solution as an alternative messaging method. The current solution requires upgrading as part of this piece of work. Technically, this solution should able to: Provide a new IP based messaging system, based of the user requirements provided. Integrate IP-based messaging with TDHBs analogue paging system. Replace or upgrade the current aging hardware and software of the DURAsuite system to provide redundancy to the new messaging solution. Allows smart devices to receive messages no matter what technology generated them. Perform clinical task management on messages received. The implementation of this new solution will have minimal system downtime as this can have clinical consequences. Support services will be appropriate for Health, and be backed by a Service Level Agreement (SLA).",Not Awarded,"Not Awarded. Thank you providing a proposal for the above opportunity. Unfortunately, we have been unable to select a complete solution from the proposals received. Given the time taken to complete the RFP process, Taranaki DHB has determined the best way forward is to withdraw the RFP and not award a contract at this time. A review of our requirements and potential timeframes will take place, following which a revised RFP (if required) may be released on GETS in the future. All suppliers will have an opportunity to review the updated requirements and to submit proposals for consideration. I would like to thank you again for your interest and for the time and effort you put into preparing and submitting your proposal.",0,20250410 Taranaki District Health Board,21835962,Request for Proposals,Open Competition,Mental Health & Addictions Individual Placement and Support Employment Service,,20191029,20191203,20200904,Planning & Funding,Sole Agency,No,,"Pre Vocational and vocational Support Services can be understood as a range of flexible, individualised support for people who require greater assistance to enter the employment and training market. Vocational support services emphasise a person/client-centred approach using individual strengths and interests, and identifying appropriate jobs and settings, to ensure the appropriate fit' or job match. Specialist staff walk alongside individuals and provide individualised training and support services. There is a need for collaboration with whanau/families, caregivers and employers and the provision of necessary long-term support services that support employment and training retention.",Not Awarded,,0,20250410 Taranaki District Health Board,22064390,Request for Proposals,Open Competition,Podiatry Foot Protection Services,,20191209,20200124,20210319,Planning & Funding,Sole Agency,No,,"What we need Podiatry Foot Protection Services are pivotal in delivering comprehensive services to improve foot care outcomes for patients with diabetes. The Podiatry Foot Protection Service will provide specialist podiatric expertise in direct care delivery and in the management of the patient population with diabetes related foot pathology. Importantly, delivery of this care will span the foot risk spectrum from the moderate risk to active risk foot. Podiatrists delivering this contract will also be active members of a specialist multidisciplinary foot care team. Whats important to us Taranaki DHB is looking for qualified and experienced podiatrists who have the capability, experience and necessary infrastructure to deliver the Podiatry Foot Protection Services contract. A good track record in the management of the diabetic foot, a strong sense of initiative and willingness to develop relationships will be important, as is a strong understanding of cultural safety and ability to work with Maori to support Maori health gains and reduce health inequities.",Awarded,"$120,000 per annum",120000,20250410 Taranaki District Health Board,22064470,Request for Proposals,Open Competition,Professional Lead Foot Protection Services,,20191209,20200124,20210319,Planning & Funding,Sole Agency,No,,"What we need The Professional Lead Foot Protection Service is a key leadership role that is pivotal to ensuring the quality and effectiveness of the Taranaki Foot Protection Service. This includes having a strong focus on equity, improving foot health outcomes, system performance and clinical quality. The role will require sector leadership, strong evidence based clinical practice and high levels of initiative and relationship development across the diabetes workforce. Whats important to us Taranaki DHB is looking for qualified and experienced podiatrist who has the capability, experience and drive to deliver the Professional Lead Foot Protection Services specifications. A high degree of experience of in the management of the diabetic foot, a strong sense of initiative and willingness to develop relationships will be important, as is strong understanding of cultural safety and ability to work with Maori to support Maori health gains and reduce health inequities.",Awarded,Fee for Service Agreements with set fee structure,0,20250410 Taranaki District Health Board,22219571,Request for Proposals,Open Competition,RFP for BIM Management Services - Project Maunga Stage 2 - New East Wing Building - Taranaki Base Hospital Redevelopment,PM016,20200128,20200227,20200630,Project Maunga,Sole Agency,No,"Project Maunga Office Tender Box, Main Entrance Reception, Taranaki Base Hospital, 27 David Street, Westown, New Plymouth 4310","The purpose of this RFP is to invite parties to submit Proposals to provide specified consultant services for the planning and delivery of the proposed New East Wing at Taranaki Base Hospital (Project Maunga Stage 2) in New Plymouth. The objective is to select suitable consultants for further negotiation to endeavour to agree a contract for the provision of specified consultancy services. TDHB is seeking proposals from organisations with expertise and experience in the following disciplines to provide consulting and design services for the Implementation Business Case (ImpBC) for Project Maunga Stage 2: - (1) Building Information Modelling (BIM) Management Services.",Not Awarded,Awarded to Warren and Mahoney Architects New Zealand Ltd,0,20250410 Taranaki District Health Board,22219878,Request for Proposals,Open Competition,RFP for Independent Commissioning Agent (ICA) Services - Project Maunga Stage 2 - New East Wing Building - Taranaki Base Hospital Redevelopment,PM017,20200128,20200304,20200630,Project Maunga,Sole Agency,No,"Project Maunga Office Tender Box, Main Entrance Reception, Taranaki Base Hospital, 27 David Street, Westown, New Plymouth 4310","The purpose of this RFP is to invite parties to submit Proposals to provide specified consultant services for the planning and delivery of the proposed New East Wing at Taranaki Base Hospital (Project Maunga Stage 2) in New Plymouth. The objective is to select suitable consultants for further negotiation to endeavour to agree a contract for the provision of specified consultancy services. TDHB is seeking proposals from organisations with expertise and experience in the following disciplines to provide consulting and design services for the Implementation Business Case (ImpBC) for Project Maunga Stage 2: - (1) Independent Commissioning Agent (ICA) Services.",Not Awarded,Awarded to 'Mark Crawford Limited (MCL),0,20250410 Taranaki District Health Board,23297893,Request for Proposals,Closed Competition,Te Manawa Taki (Midland) eMedicines Management Project - Hawera Hospital ePA/MedRec Pilot,MCP0608,20200917,20201008,20210302,Procurement,Syndicated Opportunity,No,,"Last year you responded to our Request for Expressions of Interest (REOI) for a regional Electronic Prescribing and Administration (ePA) solution, including Medicines Reconciliation, to be implemented throughout the inpatient settings at the Te Manawa Taki (TMT former Midland) District Health Boards (DHBs). Following the REOI, you were invited to give a demonstration of your solution, which was given in April 2019 in Hamilton. The results from the REOI and the demonstrations have been evaluated and now we would like to invite you for a Request for Proposal (RFP). This procurement relates to the delivery of an integrated ePA/MedRec pilot programme at the Taranaki DHB Hawera Hospital, for a clinical duration of four months. During this pilot, the system will be assessed against the Te Manawa Taki (Midland) regional requirements as listed in the RFP documentation.",Not Awarded,,0,20250410 Taranaki District Health Board,24384274,Request for Proposals,Open Competition,Base Isolators for New East Wing Building (NEWB) - Project Maunga Stage 2,PM - 29,20210603,20210630,20211104,Project Maunga,Sole Agency,No,"Project Maunga Office Tender Box, Main Entrance Reception-Taranaki Base Hospital, 27 David Street, Westown, New Plymouth, 4310 New Zealand","The purpose of this RFT is to invite suppliers to submit Tenders to Supply and Deliver the Base Isolator System for the New East Wing at Taranaki Base Hospital (Project Maunga Stage 2) in New Plymouth. Collectively the Base Isolation System is referred to as the Lead Rubber Bearing Isolation System consisting of 52x lead-rubber bearings, 10x low-damping rubber bearings and 41x circular low friction bearings. TDHB is seeking proposals from organisations with expertise and experience delivering Base Isolation systems that meet the technical requirements set out in the RFT.",Awarded,,0,20250410 Taranaki District Health Board,24632942,Request for Quotations,Open Competition,Bone Density Services - DEXA Scanning,,20210804,20210817,20220201,Procurement,Sole Agency,No,,"Taranaki District Health Board (TDHB) is seeking quotes from Bone Density Services - DEXA Scans to be delivered in New Plymouth. The service is to be delivered in a community setting in New Plymouth from 01 October 2021, as the current site (Taranaki Base Hospital) will no longer be available",Awarded,,48000,20250410 Taranaki District Health Board,25047894,Request for Proposals,Open Competition,Asbestos Consultant for TCC & MH - Project Maunga Stage 2,PM-30,20211105,20211201,20220503,Project Maunga,Sole Agency,No,kate.parkinson@tdhb.org.nz,"Project Maunga is looking for an Asbestos Consultant that has the relevant experience to deliver the requisite services cost effectively and within agreed time frames. The services relate to the demolition of the Laundry and adjacent Calorifier building plus building 126D. The services include: asbestos inspection and demolition survey and reporting; contaminated ground inspection, clearance testing and reporting; and observation, monitoring and independent clearance of asbestos and contaminated ground.",Not Awarded,Thomas Consultants have won this tender,0,20250410 Taranaki District Health Board,26210737,Request for Quotations,Closed Competition,Fixed Wing Air Ambulance Services,TK-PROC-2301,20220822,20220913,20230330,Procurement,Syndicated Opportunity,No,,"Te Whatu Ora Health New Zealand - Taranaki District is seeking quotes from suitable suppliers, for the provision of Air Ambulance - Fixed Wing Services from New Plymouth airport. Note this is a Closed RFQ to existing suppliers.",Not Awarded,Did not proceed to contract.,0,20250410 Taranaki Regional Council,5246945,Request for Tenders,Open Competition,Waitara River Stopbank Upgrade Stage 2D,Contract 1431,20141009,20141031,20220622,,All of Government,No,"47 Cloten Road, Stratford","Included in the works is the raising of 602 metres of earth stopbank, the construction of 455 metres of gabion basket floodwall, the construction of 311metres of concrete footpath, formation of a new sealed access road and other ancillary works.",Not Awarded,Attempting to close this off so I can inactivate John Phillpott..... doesnt seem to have worked. Whoops,0,20250410 Taranaki Regional Council,6021161,Request for Tenders,Open Competition,Waitara River Upgrade Stage 2C,Conract 1430,20141105,20141204,20220622,,Sole Agency,No,"47 Cloten Road, Stratford, 4352","Construction of flood defences from beside the Waitara River Wharf downstream to the New Plymouth District Councils Effluent Tanks and will involve: the construction of 400 metres of reinforced concrete flood wall. For all but 18.65m of this wall , the vertical component of the wall will be precast. the installation of security fencing along the top of the wall.",Not Awarded,Attempting to close this off so I can inactive John Philpott......,0,20250410 Taranaki Regional Council,17094595,Request for Tenders,Open Competition,Waitara Scheme Upgrade Stg 3B - Contract 1520 - retendered,Contract 1520,20151222,20160112,20240520,,On behalf of procurement agent,No,,,Not Awarded,,0,20250410 Taranaki Regional Council,22930843,Request for Tenders,Open Competition,Towards Predator Free Taranaki - Rural Predator Control Phase 3,,20200708,20200807,20200831,,Sole Agency,No,"The Chief Executive, Taranaki Regional Council, 47 Cloten Road, Private Bag 713, Stratford - Tender for Contract Towards Predator-Free Taranaki Rural Phase 3","Over more than 20 years the Taranaki Regional Council (the Council) has developed and led a very successful Self-Help Possum Control Programme. The programme is a joint partnership between the Council and landowners, which has successfully maintained possums to low levels on privately owned land in the region. The Council in conjunction with a range of key stakeholders are proposing a Rural Landscape Predator Control Programme covering the Egmont ring plain by utilising existing relationships with landowners. Along with possums, predator will now include Mustelids, Feral Cats, and Hedgehogs. This program is one of New Zealands largest predator control projects which will included 240,000ha of the Taranaki Ring plain. This is the third year of operations for the Towards Predator Free Taranaki Rural Predator Control Programme. Rural Predator Control Phase 3 operation covers three Self-help Possum Control Programmes; Okato, Warea and Rahotu and includes 316 landowners and is 29,000ha. Five contract blocks are open for tender for the Towards Predator Free Taranaki - Rural Predator Control Phase 3. Applicants can tender for all the blocks or individual blocks, please see Towards Predator Free Taranaki - Rural Predator Control Phase 3 Tender Document and Operational Plan attached to this Request for Tenders.",Awarded,,0,20250410 Taranaki Regional Council,23239912,Request for Tenders,Open Competition,Old Mans Beard Control Operation Waingongoro (P5) Tender 2020,,20200908,20201006,20210205,,Sole Agency,No,,"Request for Tenders for the operations to reduce infestations of Old Mans Beard within the Operational Area by at least 95% on both sides of the Waingongoro River within 50m of its centreline. Please see OMB Control Operation Waingongoro (P5) Tender and Contract documents attached to this Request for Tenders.",Awarded,,0,20250410 Taranaki Regional Council,23240250,Request for Tenders,Open Competition,Old Mans Beard Control Operation Waingongoro (P3.3) Tender 2020,,20200908,20201006,20210205,,Sole Agency,No,,"Request for Tenders for the operations to reduce infestations of Old Mans Beard within the Operational Area by at least 95% on both sides of the Waingongoro River within 50m of its centreline. Please see OMB Control Operation Waingongoro (P3.3) Tender and Contract documents attached to this Request for Tenders.",Awarded,,0,20250410 Taranaki Regional Council,23455178,Request for Tenders,Closed Competition,Yarrow WEST for RFT,YARROW,20201015,20201105,20210831,,Sole Agency,No,,"The Principal; Taranaki Stadium trust is proposing to structurally strengthen the existing West Stand at Yarrow stadium, 6A Maratahu Street, New Plymouth. Architectural plans prepared by Elliott Architects show the extent of the works. In summary, these involve: removal of the bleachers and seating (temporarily storing these on the pitch); Excavation to the existing embankment below, including removal of bleacher pads and supports; installation of new piles and associated works; Various works to utilities and drainage within the embankment area; Below ground improvements, reshaping the embankment; Partial removal of roofing to allow for additional bracing and repair works; and Reinstatement of bleachers, seats and services. KEY DATES RFT issued to Tenderers: 15 October 2020 Tenderer site visit and briefing session: 2A Maratahu Street, New Plymouth- Contact Brad McLeigh to confirm attendance. 10:00 am, 21 October 2020 Deadline for questions from Tenderers: 12.00pm, 26 October 2020 Deadline for answers from Principal: 12.00pm, 30 October 2020 Tender Closing Date (tender close date): 12.00pm, 05 November 2020 RFT review: 05 November 19 November 2020.",Awarded,,0,20250410 Taranaki Regional Council,23516615,Request for Tenders,Open Competition,Transforming Taranaki - PWER011 Project,PWER011,20201028,20201111,20210906,,Sole Agency,No,,"The planting works to be tendered for relate to the implementation of Taranaki Regional Council riparian management plans within the boundaries of the Taranaki region (the planting works). The planting works will be spread throughout the Taranaki region and are confined to the intensively farmed zone (ringplain) of Taranaki. There is a total of 900,000 plants (the plants) to be planted as part of this project. Depending on a tenderers capability and capacity to complete the planting works a tenderer may offer to provide the services for a proportion of the plants only. Tenders for the provision of Transforming Taranaki Riparian Planting Contract 2021 must be received in hardcopy form only at the offices of the Taranaki Regional Council by 3.00pm no later than Wednesday 11 November 2020 (Tender Closing Date).",Awarded,,0,20250410 Taranaki Regional Council,23805466,Request for Proposals,Closed Competition,Yarrow Stadium East Stand - Demolition RFT,YARROW EAST DEMO,20201222,20210211,20210427,,Sole Agency,No,,"This procurement is part of the Yarrow Stadium redevelopment works. As a successful respondent to the ROI issued 5 November 2020. You are invited to submit a tender for the demolition of the east stand of Yarrow Stadium.",Awarded,,0,20250410 Taranaki Regional Council,24025159,Request for Proposals,Closed Competition,"Yarrow Stadium - Specialist Field Surface, Drainage and Irrigation Upgrade",YARROW FIELD,20210301,20210331,20210831,,Sole Agency,No,,This procurement is part of the Yarrow Stadium redevelopment works. As a successful respondent to the EOI issued 6 November 2020. You are invited to submit a tender for the demolition of the east stand of Yarrow Stadium,Awarded,,0,20250410 Taranaki Regional Council,24108208,Request for Tenders,Closed Competition,Yarrow Stadium - Lighting Design and Build Project,YARROW Lighting,20210319,20210416,20210831,,Sole Agency,No,,"Stadium Lighting Design and Build for the Yarrow Stadium Re-Development at New Plymouth. RFT based on scope provided with previous EOI stage. Respondents to review attached documentation and response forms attached.",Awarded,,0,20250410 Taranaki Regional Council,24146855,Request for Proposals,Closed Competition,Yarrow EAST Stand Consultancy Team,YARROW EAST,20210331,20210430,20210831,,Sole Agency,No,,"The Principal; Taranaki Stadium Trust, is seeking Request for Proposals (RFP), based on the successful shortlisted EOI respondents for the Design Consultancy Services of the East Stand New Build project at Yarrow Stadium, New Plymouth. Please only respond to consultancy services indicated to you on your successful shortlist letter. In summary: The project is a new build stand on the Eastern side of Yarrow Stadium. Currently there is an existing stand in the location of the new stand. For clarity this RFP excludes any works associated with the demolition of the current East Stand. The Design Consultancy Services required for the project are as follows: Architectural Structural Engineering (Including Civil) Electrical Services Hydraulic Services Mechanical Services Fire Engineering The above-mentioned design phases incorporate the base build elements of the stand as well as the fit out of all facilities including public, private and corporate areas. The final award of design services will incorporate the design phases as noted above along with construction monitoring.",Awarded,,0,20250410 Taranaki Regional Council,24275446,Request for Proposals,Open Competition,Taranaki Regional Aerial Photography Project (TRAPP),,20210507,20210604,20210901,,Sole Agency,No,,"The Taranaki Regional Aerial Photography Project consortium (TRAPP) are seeking proposals for the supply of colour digital orthorectified imagery to the Taranaki Regional Aerial Photography Project consortium (TRAPP) from suitably qualified and experienced service providers. Aerial photography is to be captured in the 2021-2022 flying season, between September 2021 and April 2022.",Awarded,,0,20250410 Taranaki Regional Council,24485318,Request for Tenders,Open Competition,Towards Predator Free Taranaki - Rural Predator Control Phase 4,,20210630,20210728,20210830,,Sole Agency,No,47 Cloten Road,"Over more than 20 years the Taranaki Regional Council (the Council) has developed and led a very successful Self-Help Possum Control Programme. The programme is a joint partnership between the Council and landowners, which has successfully maintained possums to low levels on privately owned land in the region. The Council in conjunction with a range of key stakeholders are proposing a Rural Landscape Predator Control Programme covering the Egmont ring plain by utilising existing relationships with landowners. Along with possums, predator will now include Mustelids, Feral Cats, and Hedgehogs. This program is one of New Zealands largest predator control projects which will included 240,000ha of the Taranaki Ring plain. This is the fourth year of operations for the Towards Predator Free Taranaki Rural Predator Control Programme. Rural Predator Control Phase 4 operation covers three Self-help Possum Control Programmes; Oeo and Opunake and includes 323 landowners and is 29,004ha. Two contract blocks are open for tender for the Towards Predator Free Taranaki - Rural Predator Control Phase 4. Applicants can tender for all the blocks or individual blocks, please see Towards Predator Free Taranaki - Rural Predator Control Phase 4 Tender Document and Operational Plan attached to this Request for Tenders.",Awarded,"Rural Predator Control - Phase 4 Thank you for submitting your tender for the Taranaki Regional Councils mustelid control operation - Rural Predator Control Phase 4. Tender evaluation use a variety of factors including assessment of the tenderers operational experience, safety plan, available resources, methodology and price. Based on these factors Councils tender panel recommended the contracts be awarded to L C Sparks Contracting and Feral Control Ltd.",0,20250410 Taranaki Regional Council,24796156,Request for Proposals,Open Competition,Yarrow Stadium - East Stand - ECI Services,,20210913,20211006,20211109,,Sole Agency,No,,"The Principal is undertaking a redevelopment of the Yarrow Stadium. A key portion of this project is design and construction of the proposed east stand. There are likely significant benefits to utilising a Main Contractor for Early Contractor Involvement (""ECI"") through the developed and detailed design prior to the appointment of a Main Contractor. The Principal invites Tender Responses from Tenderers to be engaged as the Principal's build consultant under the PCSA. The successful respondent will sit within the design team to inform the design process for the Contract Works so as to, as part of the broader ECI Services: provide advice to the Principal on the buildability of the design; interrogate the design to mitigate the risk for design variations during delivery; develop the programme for the Contract Works; and quantify the budget for the Contract Works. Under the PCSA, the Preferred Contractor will be given the opportunity to be awarded a fixed price construction contract (under a NZS 3910:2013 construction contract with special conditions necessary for the Contract Works) (the ""Construction Contract"") to undertake the Contract works in accordance with the design, as further described in Section 3 of this RFP.",Awarded,,0,20250410 Taranaki Regional Council,25452139,Request for Proposals,Open Competition,Yarrow Stadium - Redevelopment Project - East Stand Project Management,YA032022,20220223,20220316,20220331,,Sole Agency,No,,"This RFP is issued by Taranaki Stadium Trust referred to below as TST TST intends to appoint a project management company with whom TST will enter into a contract to provide Project Management PM services for the delivery of the rebuild of the East Stand at Yarrow Stadium the Project. TST is looking to work with a project management company who has capacity, capability, a local presence, and experience to deliver the Project and provide the following benefits: a. An open and transparent, collaborative working environment between the Taranaki Regional Council Council, TST, Contractors and Designers. b. Clear understanding of all requirements for the Project to successfully procure and manage the Main Contractor ensuring a successful outcome. c. Management of risks, programme, health & safety, and Project contingency during the construction phase. d. Clear understanding of the intricacies of working in local and central government funded projects with complexities, public profile and stakeholder requirements. e. Work with the Project Steering Group PSG to ensure the Project does not exceed the available funding. f. Client reporting that is concise and thorough. g. Innovative and proactive approach to procurement of construction materials h. A Project Management company with a presence in Taranaki and existing relationships throughout the community with a large regional reach and stadia development experience would be viewed favourable by the evaluation panel.",Awarded,,0,20250410 Taranaki Regional Council,25705734,Request for Proposals,Closed Competition,Laboratory service provision for environmental physicochemical and microbiological analysis,,20220426,20220603,20221003,,Sole Agency,No,,"Taranaki Regional Council (TRC) undertake significant volumes of environmental sampling throughout the Taranaki region primarily for the purpose of State of Environment (SoE) and compliance monitoring in association with the exercise of resource consents. In 2018, a review of TRC's in-house laboratory indicated that significant benefits, including cost savings could be achieved through moving to an external laboratory. TRC undertook a request for proposal (RFP) for laboratory services, with a view to closing their in-house laboratory. Hill Laboratories Hamilton were the successful applicant of the proposal. The initial contract was for a period of two years, with the option to extend the contract for an additional two years which was utilised in 2020. The current contract is due for renewal and TRC is seeking to adopt the most efficient and effective option in terms of the provision of laboratory services. It is also essential that TRC obtain high quality and convenience of service. TRC are seeking detailed proposals from a closed group of external providers. TRC is looking for credible providers who have the capability, experience and infrastructure to deliver a comprehensive suite of laboratory services required for the complete range of environmental monitoring undertaken in Taranaki by the regional council. The service provider needs to demonstrate a good track record in the administration and delivery of high quality laboratory analysis and associated services. Strong relationships with other local government organisations is important in conjunction with an understanding and ability to meet the requirements/guidelines as set out by MfE or the National Environmental Monitoring Standards (NEMS). This is a closed RFP and only larger laboratories that appear to be adequately accredited have been approached. Due to the maintenance of long-term data sets for SoE monitoring, there is incentive for TRC to retain the same service provider for an extended period. The proposed contract length in this RFP is five years. TRC works with the Taranaki community to help make the region a fantastic place to live, play and do business. You can find out more about us at https://www.trc.govt.nz",Awarded,,0,20250410 Taranaki Regional Council,26044067,Request for Proposals,Open Competition,"Uniform and PPE Supply Taranaki Regional Council-supply field, corporate and PPE items for staff",3082866,20220715,20220815,20221220,,Sole Agency,No,47 Cloten Rd,,Not Awarded,awarded to Stoney Creek NZ Ltd and NZ safety Balckwoods,0,20250410 Taranaki Regional Council,26767121,Request for Tenders,Open Competition,"Possum Control Operation Mount Taranaki Buffer, Block A",,20221220,20230228,20231017,,Sole Agency,No,,,Awarded,,0,20250410 Taranaki Regional Council,26768301,Request for Tenders,Open Competition,"Possum Control Operation Mount Taranaki Buffer, Block B",,20221220,20230228,20231017,,Sole Agency,No,,,Awarded,,0,20250410 Taranaki Regional Council,26768334,Request for Tenders,Open Competition,"Possum Control Operation Mount Taranaki Buffer, Block C",,20221220,20230228,20231017,,Sole Agency,No,,,Awarded,,0,20250410 Taranaki Regional Council,26835116,Request for Tenders,Open Competition,Pukeiti Cafe,,20230123,20230210,20230228,,Sole Agency,No,,,Awarded,,0,20250410 Taranaki Regional Council,27882915,Request for Tenders,Open Competition,Provision of Cleaning Services for Stratford based TRC Facilities 2023-2025,2023 - 2460,20230814,20230904,20230925,,Sole Agency,No,"Taranaki Regional Council, C/- Reception Tender Box A, 47 Cloten Road, Stratford, Taranaki 4352","Requirement of cleaning services and provision of cleaning consumables to the whole site for council and an end of lease comprehensive clean. The chosen provider is responsible for all equipment (incl. Cleaning products and consumables) to perform the service. A small lockable cleaners cupboard is provided onsite for the provider to store items. Multiple buildings are onsite that require cleaning on a daily basis and are listed below: All Stratford based buildings of the Taranaki Regional Council, currently: 47 Cloten Road and 43 Cloten Road, Stratford, and 118 Orlando Street, Stratford (Orlando is a fixed term property with likely termination around Sept. 2025) Please note TRC is currently undergoing a major building project. This will mean the buildings to be cleaned may change during the contract period pending the demolition and rebuild schedule. TRC will work directly with the selected provider to adjust when required.",Awarded,"Taranaki Regional Council, 47 Cloten Road, Stratford 4352 OCS Limited, 20 Glover Street, Wellington 6035 Provision of Cleaning Services for Stratford based TRC Facilities 2023-2025. All Stratford based buildings of the Taranaki Regional Council, currently: 47 Cloten Road and 43 Cloten Road, Stratford, and 118 Orlando Street, Stratford (Orlando is a fixed term property with likely termination around Sept. 2025). Contract Award Date: 25th September 2023 Contract Term: Two (2) years 01 October 2023 to 30 September 2025 Expected spend under the contract: $120,000.00 Open procurement process via GETS Tender NZBN: 9429041919484 This tender creates employment opportunities for a group, or groups: Maori, Pasifika, Women, Disabled This tender implements a living wage rate for cleaners.",120000,20250410 Taranaki Regional Council,27926136,Request for Tenders,Closed Competition,SharePoint Online Implementation,2023 - 2463,20230821,20230929,20231218,,Sole Agency,No,"Tender Box B, Taranaki Regional Council Reception, 47 Cloten Road, Stratford, Taranaki 4332","Taranaki Regional Council (TRC) intends to replace its current document management system OpenText eDocs (aka Frodo) with the Microsoft SharePoint Online solution and service. This initiative was determined by the Councils digital strategy established in February 2023 and the Information Management (IM) strategy established in April 2023. TRC is seeking a partnership with a capable supplier to implement SharePoint Online and provide ongoing support under a service level agreement. Suppliers invited for this closed tender are invited for one or more of the following reasons: 1. Invitees are listed on the All of Government (AoG) Contracts as specialists in the information management category 2. Invitees are Microsoft partners in Sharepoint (listed on Microsoft Partner Locator). 3. Invitees have previous specific IM experience with TRC This opportunity is part of a project to set up SharePoint basic document library functionality to be the foundation for the following future additions: 1. Photo Archiving implementation 2. MS Teams implementation 3. Content Management System (CMS) implementation (Intranet) The above listed projects are NOT part of this purchase. Required Scope The required scope of work is to set up SharePoint core functionality as a Document Management System to replace the present system. The scope will include the following key activities: 1. Build and configure SharePoint Online service including shared and personal storage. 2. Provision licence to cover appropriate sizing of users and storage. 3. Connect the SharePoint configuration to TRCs Azure and MS Office configuration. 4. Design and build document library and interface including branding, themes and folder structure . 5. Migrate folders and files from current system to the new system. 6. Provide specialised training to selected key super users group, AKA train the trainer. 7. Provide As-Built documentation. 8. Establish ongoing support contract Note: TRC welcomes suggestions of additional features to the required scope. This addition however will be evaluated separately. This tender is a closed tender published via Government Electronic Tender Service (GETS). Invited suppliers will submit their proposals through GETS. Suppliers must provide two proposal documents separately: 1. Technical Proposal 2. Price Proposal",Awarded,"Taranaki Regional Council, 47 Cloten Road, Stratford 4352 Information Leadership Design Services Ltd, Level 8, 88 Lambton Quay, Wellington, 6011 Undertake implementation of Sharepoint Online Services and ongoing support. Contract Award Date: 18 December 2023 Contract Term: Minimum 12 months Closed procurement process via GETS Tender NZBN: 9429041919484",0,20250410 Taranaki Regional Council,28331345,Request for Tenders,Open Competition,"TRC ??Demolition of Inspectorate Building, Tank, Didymo Shed, Vehicle Storage Cage?",2023 - 2508,20231024,20231117,20231215,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced demolition contractor for the demolition of a group of buildings/structures at 47 Cloten Rd, Stratford, Taranaki. What we dont want We do not want proposals from companies that do not have the resources to complete the project sufficiently to achieve completion by the deadline, or do not have experience demolition and asbestos removal. Whats important to us It is important to TRC that the works are undertaken in a professional and safe manner. There are residential neighbours in close proximity to the site so best practice noise, vibration and dust management are of paramount importance. The buildings and remainder of the 43 and 47 Cloten Rd sites will remain in use for normal Council operations during the course of the works, minimization of disruption to these users are also paramount to the running of TRC operations. Waste minimization is a priority, therefore suppliers should prioritise the recycling of materials or products where possible. Why should you bid? The demolition project is the first required step in the TRC accommodation project. At the completion of the demolition of the buildings a new fit for purpose administration building will be constructed. The utilisation of the site and space is reliant on timely and competent demolition as the first stage. A bit about us TRC works with the Taranaki community to help make the region a fantastic place to live, play and do business. We provide multiple services to the region including; Checking river health Monitoring swim spots World class Pukeiti, Tupare, and Hollard gardens Restoring native habitats Public bus services 43 and 47 Cloten Rd, Stratford is the main Council facilities for approx. 250 staff. The premises also conducts logistics support operations including freight deliveries, contractor maintenance etc. These services will still need to run throughout the works process. As we are tasked with environmental responsibilities for the region, the correct disposal of demolition items as well as re-use or recycling of materials is paramount. Please refer to the attached RFT for more information.",Awarded,"Taranaki Regional Council, 47 Cloten Road, Stratford 4352 Manawatu District Construction Trading As Central Demolition Limited 127 Kawakawa Road, Feilding 4775 Undertaking of demolition works for the Taranaki Regional Council Inspectorate Building, Vehicle Store, Didymo Shed and Water Tank. Contract Award Date: 15 December 2023 Contract Term: Three (3) Months 18-12-2023 to 08-03-2024 Expected spend under the contract: Between $250,000 to $500,000 Open procurement process via GETS Tender NZBN: 9429041919484",0,20250410 Taranaki Regional Council,28419170,Request for Tenders,Open Competition,2514 Lower Waiwhakaiho Scheme Upgrade,2514,20231107,20231129,20231212,Operations - Rivers,On behalf of procurement agent,No,,Lower Waiwhakaiho Scheme Upgrade - Raising of existing stopbank level using imported clay. Hydroseeding of completed stopbank.,Not Awarded,,0,20250410 Taranaki Regional Council,28908189,Request for Tenders,Open Competition,Upgrade of Taranaki Regional Council Administration Building Infrastructure and Services,2024 - 2571,20240227,20240326,20240408,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced Contractor/s who can facilitate and complete four infrastructure projects on the Main Administration Building at Taranaki Regional Council 47 Cloten Road, Stratford. This contract opportunity is open to a sole supplier, joint ventures /consortiums (with a lead) or we will consider separable portion contracts for the delivery of packages of work. HVAC and air con replacement project Electrical upgrade including signage, cabling, and new switchboard Fire compliance requirements Upgrade of mains cable and transformer (requires approved PowerCo contractor, separable portion contract if required). Regular project meetings with the TRC Accommodation Review Team will occur to work through ways to stage a minimise impact on staff working in the building during upgrades. The existing HVAC infrastructure (including heat pumps of various age and condition) will be required to be removed and new replacement is required to ensure consistency throughout the building. Retired units and future use or resale will be at the contractors discretion. Please note that this RFT contains a number of Appendices which include the specific Specifications and drawings to assist potential suppliers. What we dont want We do not want proposals from companies that do not have the resources or required sub-contractor relationships to complete the project sufficiently or achieve completion by the deadline.",Not Awarded,,0,20250410 Taranaki Regional Council,29093904,Request for Proposals,Closed Competition,Moving Infrastructure to Cloud Hosting Request for Proposal,2024 - 2583,20240325,20240417,20240627,Corporate Services - DigiTech,Sole Agency,No,,"Taranaki Regional Council (TRC) intends to move the core on premise server infrastructure to a co-located model. This initiative was determined by the Councils digital strategy established in February 2023. TRC is seeking a partnership with a capable supplier to implement this infrastructure change and for the supplier to provide ongoing support under a service level agreement. Suppliers of this closed tender are invited for one or more of the following reasons: 1. Invitees are listed on the All of Government (AoG) and/or NZ government procurement contract lists as specialists in at least 3 of the 4 following categories: a. Infrastructure Support Services. b. Network Management and Administrative Services. c. Server Management & Administration services. d. Telecommunications as a Service. 2. Invitees are a Data Centre owner, or partner of Data Centre Services. 3. Invitees are Microsoft partners. 4. Invitees are VMware partners. 1.1. Prerequisite We are looking to implement this project by the 30th of September 2024 due to business requirements. Therefore, suppliers will need to demonstrate within their proposal that they can access the required Hardware, Network Services, and Data Centre availability, and note timeframes associated. If suppliers are unable to deliver TRCs preferred solution relating to the business requirements within this timeframe, TRC would encourage the supplier to submit alternate solutions or products. 1.2. Required Scope The required scope of work is to move the core on premise server infrastructure to a co-located model and provide ongoing professional support services to ensure high level service delivery of this infrastructure. The scope will include the following key activities: 1. Procurement of Hardware, Software and licences, Network Services and Data Centre services. 2. Design, install, and configure Network Services. 3. Design, install, and configure virtualisation cluster. 4. Design and implement backup solution. 5. User Acceptance testing. 6. Provide As-Built documentation 7. Establish ongoing support contract. Please refer to the attached RFP for further information.",Awarded,,0,20250410 Taranaki Regional Council,29209116,Request for Tenders,Closed Competition,TRC Admin Building - Electrical Infrastructure and Transformer,2024 - 2592,20240412,20240501,20240621,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced Contractor who can facilitate and complete Electrical upgrades which include electrical upgrades, transformer upgrade, mains cable, generator commissioning, emergency lighting and exit signs at Taranaki Regional Council 47 Cloten Road, Stratford. This contract opportunity is closed tender to suitable sole supplier, joint ventures /consortiums (with a lead). The Scope of work included as part of this package of works is:- Mains cable upgrade Transformer upgrade design, approval & installation. Generator installation & commissioning. The generator has been procured by TRC. o Included will be construction of a concrete slab & potentially timber fence structure (TBC) Installation of new main switch board & distribution boards. Electrical infrastructure up to and including the board. Any peripheral work required to achieve the above scope cutting openings, carpentry, metalwork, concrete work, trenching. Making good after installation of services paving, linings, painting Regular project meetings with the TRC Accommodation Review Team will occur to work through ways to stage a minimise impact on staff working in the building during upgrades. Please note that this RFT contains a number of Appendices which include the specific Specifications and drawings to assist potential suppliers. What we dont want We do not want proposals from companies that do not have the resources or required sub-contractor relationships to complete the project sufficiently or achieve completion by the deadline. Whats important to us It is important to TRC that the works are undertaken in a professional and safe manner. The building will remain in use (where applicable) for normal Council operations during the course of the works, minimisation of disruption to these users are also paramount to the running of TRC operations. See 3.2 for more information on Health and Safety requirements. Why should you bid? The upgrade project is the first refurbishment step in the TRC Accommodation Project. The building is an ex Dairy Factory and the current systems are beyond useful life. This project aims to deliver a safe, comfortable and resilient work environment for TRC into the future.",Awarded,,327427,20250410 Taranaki Regional Council,29210538,Request for Tenders,Closed Competition,TRC Admin Building - Emergency Lighting and Exit Sign Upgrade,2024 - 2593,20240412,20240501,20240517,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced Contractor who can facilitate and complete fire alarm upgrades at Taranaki Regional Council 47 Cloten Road, Stratford. This contract opportunity is closed tender to suitable sole supplier, joint ventures /consortiums (with a lead). The Scope of work included as part of this package of works is:- Emergency Lighting installation as noted Exit signage installation as noted Making good after installation of services linings, painting. Fire stopping to fire separations affected by works. Removal and disposal of redundant fittings. What is not included. Passive Fire remediation Mechanical services upgrade Electrical external works generator, mains replacement, transformer, distribution board & main switchboard upgrade. Electrical work associated with mechanical works. Fire Alarm upgrade Carpentry / door replacement / roofing work. Regular project meetings with the TRC Accommodation Review Team will occur to work through ways to stage a minimise impact on staff working in the building during upgrades. Please note that this RFT contains a number of Appendices which include the specific Specifications and drawings to assist potential suppliers. What we dont want We do not want proposals from companies that do not have the resources or required sub-contractor relationships to complete the project sufficiently or achieve completion by the deadline. Whats important to us It is important to TRC that the works are undertaken in a professional and safe manner. The building will remain in use (where applicable) for normal Council operations during the course of the works, minimisation of disruption to these users are also paramount to the running of TRC operations. See 3.2 for more information on Health and Safety requirements. Why should you bid? The upgrade project is the first refurbishment step in the TRC Accommodation Project. The building is an ex Dairy Factory and the current systems are beyond useful life. This project aims to deliver a safe, comfortable and resilient work environment for TRC into the future.",Not Awarded,No responses were received.,0,20250410 Taranaki Regional Council,29211008,Request for Tenders,Closed Competition,TRC Admin Building - Fire Alarm Upgrade,2024 - 2594,20240412,20240501,20240621,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced Contractor who can facilitate and complete fire alarm upgrades at Taranaki Regional Council 47 Cloten Road, Stratford. This contract opportunity is closed tender to suitable sole supplier, joint ventures /consortiums (with a lead). The Scope of work included as part of this package of works is:- Installation of new fire alarm system throughout Removal of existing redundant system Making good after installation of services linings, painting. Fire stopping to fire separations affected by works. What is not included. Emergency lighting / exit sign replacement Mechanical services upgrade Electrical external works generator, mains replacement, transformer, distribution board & main switchboard upgrade. Electrical work associated with mechanical works. Passive fire remediation Carpentry / door replacement / roofing work. Regular project meetings with the TRC Accommodation Review Team will occur to work through ways to stage a minimise impact on staff working in the building during upgrades. Please note that this RFT contains a number of Appendices which include the specific Specifications and drawings to assist potential suppliers. What we dont want We do not want proposals from companies that do not have the resources or required sub-contractor relationships to complete the project sufficiently or achieve completion by the deadline. Whats important to us It is important to TRC that the works are undertaken in a professional and safe manner. The building will remain in use (where applicable) for normal Council operations during the course of the works, minimisation of disruption to these users are also paramount to the running of TRC operations. See 3.2 for more information on Health and Safety requirements. Why should you bid? The upgrade project is the first refurbishment step in the TRC Accommodation Project. The building is an ex Dairy Factory and the current systems are beyond useful life. This project aims to deliver a safe, comfortable and resilient work environment for TRC into the future.",Awarded,,92535,20250410 Taranaki Regional Council,29211105,Request for Tenders,Closed Competition,TRC Admin Building - Mechanical Services Upgrades,2024 - 2595,20240412,20240501,20240830,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced Contractor who can facilitate and complete mechanical upgrades at Taranaki Regional Council 47 Cloten Road, Stratford. This contract opportunity is closed tender to suitable sole supplier, joint ventures /consortiums (with a lead). The Scope of work included as part of this package of works is:- Removal of existing heat pumps & fresh air system Installation of new heat pumps Installation of new fresh air ventilation system Electrical associated with the above, from the distribution boards beyond Installation of seismic restraints for HVAC ductwork & equipment Plinths & cages for condenser units Cutting penetrations to walls for electrical, condensates, refrigerant Making good visible penetrations from works patch & paint to match existing What is not included. Fire Alarm Upgrade Emergency lighting / exit sign replacement Passive fire remediation including reinstatement of fire walls below floor where existing ventilation ductwork removed. Carpentry / door replacement / roofing work. Electrical Upgrade Mains cable replacement Transformer upgrade Generator installation & commissioning Installation of new MSB, DBs & cabling Regular project meetings with the TRC Accommodation Review Team will occur to work through ways to stage a minimise impact on staff working in the building during upgrades. Please note that this RFT contains a number of Appendices which include the specific Specifications and drawings to assist potential suppliers. What we dont want We do not want proposals from companies that do not have the resources or required sub-contractor relationships to complete the project sufficiently or achieve completion by the deadline. Why should you bid? The upgrade project is the first refurbishment step in the TRC Accommodation Project. The building is an ex Dairy Factory and the current systems are beyond useful life. This project aims to deliver a safe, comfortable and resilient work environment for TRC into the future.",Not Awarded,,0,20250410 Taranaki Regional Council,29211275,Request for Tenders,Closed Competition,TRC Admin Building - Passive Fire Remediation,2024 - 2596,20240412,20240501,20240619,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced Contractor who can facilitate and complete fire alarm upgrades at Taranaki Regional Council 47 Cloten Road, Stratford. This contract opportunity is closed tender to suitable sole supplier, joint ventures /consortiums (with a lead). The Scope of work included as part of this package of works is:- Scope included as part of this package of works is: Passive fire upgrades as notes. Documentation (cataloguing) of passive fire remediation suitable to satisfy territorial authority. Make good for visible patching stop and paint or finishing as required. What is not included. Emergency lighting / exit sign replacement Mechanical services upgrade Electrical external works generator, mains replacement, transformer, distribution board & main switchboard upgrade. Electrical work associated with mechanical works. Fire Alarm upgrade Carpentry / door replacement / roofing work. Patching through fire separations as a result of new work. It is expected that other bundles of work (as noted above) will fire stop any new penetrations as part of their scope Regular project meetings with the TRC Accommodation Review Team will occur to work through ways to stage a minimise impact on staff working in the building during upgrades. Please note that this RFT contains a number of Appendices which include the specific Specifications and drawings to assist potential suppliers. What we dont want We do not want proposals from companies that do not have the resources or required sub-contractor relationships to complete the project sufficiently or achieve completion by the deadline. Whats important to us It is important to TRC that the works are undertaken in a professional and safe manner. The building will remain in use (where applicable) for normal Council operations during the course of the works, minimisation of disruption to these users are also paramount to the running of TRC operations. See 3.2 for more information on Health and Safety requirements. Why should you bid? The upgrade project is the first refurbishment step in the TRC Accommodation Project. The building is an ex Dairy Factory and the current systems are beyond useful life. This project aims to deliver a safe, comfortable and resilient work environment for TRC into the future.",Awarded,,27199,20250410 Taranaki Regional Council,29360612,Request for Proposals,Open Competition,Taranaki Nature Based Solutions Modelling - Regional and Waitotara,2024 - 2605,20240508,20240607,20240731,Operations - Rivers,Sole Agency,No,n/a,"What we need Taranaki Regional Council in partnership with Te Kaahui o Rauru has been awarded funding from the Ministry for the Environment (MfE) to undertake hydrodynamic modelling of nature-based solutions (NbS) to flooding in Taranaki. We are seeking to engage a consultant to carry out a feasibility study with the outcome of producing and supplying: a. A high-level hydrodynamic model and report for the Taranaki Region for a range of rainfall events/climate scenarios testing/identifying any suitable NbS that may reduce the impact of flooding. b. A hydrodynamic model and report for the Waitotara catchment for a range of rainfall events/climate scenarios with analysis of the model to test NbS and provide recommendations on locations where it would be appropriate to utilise NbS, or a combination of NbS and grey infrastructure to reduce the impact of flooding. The model, modelling outputs and recommendations for the Waitotara catchment will be used to inform further NbS feasibility studies which aim to tie in Te Ao Maori threads that come from local Marae and Hapu. What we dont want The purpose of this project is a feasibility study only, we do not require taking it to the proof of concept or business case. Why should you bid? It is predicted that climate change will significantly impact the frequency and severity of flooding from rivers and streams in Taranaki (Climate change projections and impacts for Taranaki, 2022). There is evidence to suggest climate change will result in an increase in flood events due to more extreme rainfall events by mid-century. These increases will make it harder for infrastructure solutions to managing flood risk to keep pace, placing a heavier reliance of forecasting and warning systems to reduce the loss of life. Nature-based solutions have the potential to further reduce the risk from flooding across the region while also addressing social, economic and environmental challenges effectively and adaptively, whilst simultaneously providing human well-being, ecosystem services and resilience and biodiversity benefits. This is an opportunity to be part of developing a greater understanding of flood risk throughout Taranaki and how NbS may be able to help improve the resilience of our communities and ecosystems to this risk. The Waitotara catchment project will provide a unique opportunity to work with the project team made up of Regional Council and Te Kaahui o Rauru representatives to develop new flood modelling",Awarded,,0,20250410 Taranaki Regional Council,29582523,Request for Quotations,Closed Competition,Manned Services and Security for TRC,2024 - 2635,20240612,20240620,20240809,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,,Awarded,,0,20250410 Taranaki Regional Council,29912118,Request for Proposals,Closed Competition,TRC - GIS Migration to Cloud,2024 - 2648,20240805,20240823,20240917,Corporate Services - DigiTech,Sole Agency,No,n/a,"The Opportunity This RFP is issued by the Taranaki Regional Council, referred to below as TRC, the Buyer, we or us. The TRC is initiating a transition to migrate its existing on-premises IT infrastructure to a more secure off-premises data center located in New Zealand. This transition encompasses the infrastructure supporting our GIS platform. Alongside this migration we aim to revamp and fortify our IT infrastructure. Additionally, we recognise an opportunity to upgrade, modernise, and enhance our GIS platform to align with industry standards and best practices. Were looking to collaborate with a proficient GIS services provider based in New Zealand to spearhead the design and implementation of an upgraded, modernised, and enhanced TRC GIS platform. What we need More detailed requirements are listed further in this document, however in summary were looking for the following: Detailed design of an upgraded, modernised, and enhanced GIS platform built on TRCs self-managed externally hosted infrastructure Building of the new GIS platform Training/Education for the TRCs GIS team on the new GIS platform and keep GIS team updated on new technologies as the platform evolves An ongoing relationship with supplier What we dont want For clarity, were not looking for the following: A like for like current state solution. We are building a new GIS platform. Lack of transparency And although sometimes theyre great, for this project we dont want surprises When do we need it? We want the new GIS platform to be built by end of year 2024. For further information please subscribe to the RFx",Awarded,This has been awarded to Eagle Technology Group Limited,0,20250410 Taranaki Regional Council,30645241,Request for Tenders,Open Competition,Taranaki Regional Council New Office Building,2024 - 2659,20241115,20241220,20250320,Corporate Services - Admin & Logistics,Sole Agency,No,n/a,"What we need The Taranaki Regional Council (TRC) is seeking a suitably experienced contractor for the construction of a new 1390sqm office building located at 43 Cloten Street Stratford. What we dont want We do not want proposals from companies that do not have the resources to complete the project sufficiently to achieve completion by the deadline, or do not have experience in managing multiply sub trades on a site that is operational and open to the public. Whats important to us It is important to TRC that the works are undertaken in a professional and safe manner. There are residential neighbours in close proximity to the site so best practice noise, vibration and dust management are of paramount importance. The buildings and remainder of the 43 and 47 Cloten Rd sites will remain in use for normal Council operations during the course of the works, minimisation of disruption to these users are also paramount to the running of TRC operations. Waste minimisation is a priority, therefore contractors should consider this when utilising materials. The team wish to work with a collaborative and competent main contractor to complete this final project element in 2025. Why should you bid? The construction project is the final step in the TRC accommodation project. At the completion of the new build, TRC will have under gone a three year improvement project that has seen the demolition of the Compliance and Inspectorate building which was passed its useful life; electrical mains upgrade, and compliance and heating related improvements to the main office building. A bit about us TRC works with the Taranaki community to help make the region a fantastic place to live, play and do business. We provide multiple services to the region including; Checking river health Monitoring swim spots World class Pukeiti, Tupare, and Hollard gardens Restoring native habitats Public bus services 43 and 47 Cloten Rd, Stratford is the main Council facilities for approx. 250 staff. The premises also conducts logistics support operations including freight deliveries, contractor maintenance etc. These services will still need to run throughout the works process. As we are tasked with environmental responsibilities for the region, the correct disposal of construction waste as well as re-use or recycling of materials is paramount. Please refer to the attached RFT for further information. Appendices D through K to follow.",Awarded,"Taranaki Regional Council, 47 Cloten Road, Stratford 4352 Clelands Construction Limited, 71 Hurlstone Drive, New Plymouth, Taranaki 4341 Taranaki Regional Council New Office Building Contract Award Date: 20 March 2025 Contract Term: 248 Working Days Open procurement process via GETS Tender NZBN: 9429041919484",0,20250410 Tararua District Council,23486345,Request for Tenders,Open Competition,Pahiatua Service Centre Seismic Strengthening,,20201021,20201120,20210112,,Sole Agency,No,,"Tararua District Council (TDC) have initiated a project to carry out seismic strengthening works to the Pahiatua Service Centre, located at 136 Main Street, Pahiatua. The Pahiatua Service Centre is a single storey building built between 1928-1929. It is constructed with unreinforced masonry (URM) walls, timber framed floors and a timber framed roof. The building is founded on ground bearing concrete foundation beams that run under URM walls, and concrete piles which support the internal flooring. This request for tender (RFT) is to carry out the seismic strengthening works to the building. The Contract Works include, but are not necessarily limited to (refer C0100.1 for further detail): ? Structural strengthening to 34%NBS(IL2). This includes ? Improving out of plane restraint of walls with steel posts and concrete columns ? Improving the ceiling with new 15mm ply diaphragms ? Restraining parapets with steel supports ? Accessibility improvements ? Changing an existing toilet into an accessible toilet ? Modifying the entrance ramp to meet accessible ramp slope requirements ? Architectural works ? Making good coving and skirting where affected by the new diaphragms and columns/posts ? Fire safety improvements ? Installation of a new emergency exit in the council chamber, including stair to ground and concrete slab on grade ? Upgrade of signage, emergency lighting and fire monitoring equipment ? Building security improvements at the main entrance using electronic key fobs",Not Awarded,,0,20250410 Tararua District Council,24021618,Request for Proposals,Open Competition,Request for Proposal - Project Manager / Structural Engineer and Construction Monitoring - Earthquake Strengthening Works - Pahiatua & Dannevirke Service Centres,TDC-RFP-002,20210225,20210401,20210805,,Sole Agency,No,procurement@tararuadc.govt.nz,Tararua District Council is seeking a proposal from a suitably qualified project manager / structural engineer with the capacity and capability to provide expertise to assist with the structural earthquake strengthening works and improvements on two of our Council Services Centres.,Not Awarded,,0,20250410 Tararua District Council,24496279,Request for Proposals,Open Competition,Request for Proposal - District Cleaning Services,TDC-RFP-004,20210701,20210804,20211027,,Sole Agency,No,,"Tararua District Council (TDC) is seeking proposals from suitably experienced cleaners who can provide a professional standard of cleaning at our public toilets and Council owned facilities in Dannevirke, Woodville, Pahiatua and Eketahuna.",Awarded,,0,20250410 Tararua District Council,24822858,Request for Proposals,Open Competition,Request for Proposal - 3-Waters Infrastructure Master Plan,TDC-RFP-005,20210916,20211008,20211027,,Sole Agency,No,,Tararua District Council (TDC) is seeking a suitably qualified consulting engineering company to undertake a study and provide recommendations for the expansion of the 3-waters services to four of the towns within the Tararua District.,Awarded,,0,20250410 Tararua District Council,24832504,Request for Tenders,Open Competition,Request for Tender - Construction Works - Dannevirke Service Centre Seismic Strengthening,TDC-RFT-006,20210917,20211022,20211119,,Sole Agency,No,,"Tararua District Council (TDC) are seeking suitably experienced building contractors to carry out seismic strengthening works on the Council's Dannevirke Service Centre in accordance with the drawings and specifications prepared. A link to the structural/architectural drawings and the risk register can be made available to any respondent upon request. Please forward any requests via GETS or email to procurement@tararuadc.govt.nz.",Awarded,,0,20250410 Tararua District Council,24832686,Request for Tenders,Open Competition,Request for Tender - Construction Works - Pahiatua Service Centre Seismic Strengthening,TDC-RFT-007,20210917,20211022,20211119,,Sole Agency,No,,"Tararua District Council (TDC) are seeking suitably experienced building contractors to carry out seismic strengthening works on the Council's Pahiatua Service Centre in accordance with the drawings and specifications prepared. A link to the structural and architectural drawings and the risk register can be made available to any respondent upon request. Please forward any requests via GETS or email to procurement@tararuadc.govt.nz.",Awarded,,0,20250410 Tararua District Council,25353701,Request for Proposals,Open Competition,Request for Proposal - Refuse & Recycling Services,TDC-RFP-008,20220128,20220324,20231130,,Sole Agency,No,,"Tararua District Council (TDC) is seeking proposals from suppliers with experience in local government refuse and recycling contracts who will work collaboratively with us to support our community's needs around the management of refuse and recycling throughout the District. The successful respondent will be responsible for: - the delivery of kerbside recycling collection services in Dannevirke, Woodville, Pahiatua and Eketahuna - Management and operation of transfer stations and Recycling Centres / drop off centres throughout the District - Management, transportation and disposal of materials Please see Request for Proposal document for further information.",Awarded,,0,20250410 Tararua District Council,27111351,Request for Proposals,Closed Competition,Request for Proposal - Dannevirke Fluoridation Plant,CO145-22,20230317,20230421,20230711,,Sole Agency,No,"26 Gordon Street, Dannevirke","Tararua District Council (TDC) is seeking a containerised fluoridation solution to be added to the existing water treatment plant. The engineered design, fixed price quotation and confirmed programme are required to secure the necessary funding from the Ministry of Health (MoH) to allow TDC to commence the project. Due to the nature of the Dannevirke treatment plant site area, we do not want the fluoridation solution to be constructed on site. It is accepted that some necessary preparation work will still need to be conducted by others, to allow for the off-site constructed solution to be delivered to site. Your proposed solution must specify what those items are (e.g. concrete base, cable ducting, injection point etc.). Your response must balance capital layout with ongoing operational cost. The Buyer places high priority on operator and public health and safety, which your response must demonstrate.",Awarded,,0,20250410 Tararua District Council,27288815,Request for Proposals,Open Competition,Pahiatua Hillcrest School Project: Enabling Infrastructure (Early Contractor Involvement Phase),,20230425,20230519,20240118,,Sole Agency,No,,"The overall project is to deliver 3 waters enabling infrastructure to unlock and enable a Housing Development Project in Pahiatua. The enabling infrastructure that has been identified as requiring upgrade are the wastewater network, stormwater and a minor watermain extension. These upgrades have been identified due to the current pressures on the existing network, mainly wastewater & stormwater. As a result, the Kainga Ora IAF enabling infrastructure agreement will allow the adjacent Kauri Place & Davidson Crescent to join the upgraded wastewater network to ease some of this current pressure. Within the agreement is also the ability to provide stormwater retention capability if possible. Tararua District is growing at over 1% a year after many years of decline. The growth is gathering in pace and there is an acute shortage of rental housing and of new smaller quality houses that would meet demand. Pahiatua has seen the highest number of new houses consented in the last few years. The town is less than 30 minutes drive from Palmerston North and Massey University. Sitting astride State Highway 2 gives good access to the Wairarapa and Hawkes Bay, while the new Te Ahu a Turangi: Manawatu Tararua Highway will give easy access to the wider Manawatu. The Hillcrest School site, and general vicinity has issues with wastewater, and this is the reason why the services need to be extended. The existing gravity mains are at capacity and require more expensive solutions to expand wastewater accommodation. A possible solution is a new shallow pressurised wastewater line that connects into the existing wastewater main at Main Street. This new pipe will be much closer to ground level than the existing gravity pipe. Existing wastewater from Kauri Place and Davidson Crescent may also join into this new pressurised wastewater pipe, improving the level of service for these residents and reducing pressure on the existing gravity pipe currently servicing these areas.",Awarded,,0,20250410 Tararua District Council,27496358,Request for Proposals,Open Competition,Urban Design Support: Developing a Framework for Managing the Built Environment in Urban Areas for future communities,,20230606,20230616,20230703,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced urban designer to: - assist with the development of the growth strategy for Tararua District; - inform the District Plan Review Process; and - set the future direction and vision and develop a comprehensive plan that identifies investment opportunities and priorities for the public spaces of our town centres and rural village. You will be working alongside Evergreen Consulting in developing a town centre and spatial plans for our District along with key pieces of planning strategy and regulatory framework that will set up growth in the Tararua District for success. This is at a time when they are beginning to experience growth and are forecasting more. This RFP is for 2 separate scopes of work, Part A and Part B. Respondents can propose for either Part or both.",Awarded,,0,20250410 Tararua District Council,27599783,Request for Tenders,Open Competition,Aggregate Supply,,20230623,20230719,20241210,,Sole Agency,No,email to daniel.erard@tararuaalliance.co.nz,This Request for Tender is for the supply of Aggregate from 1st August 2023 to 26th June 2026 for Road Maintenance and Construction in the Tararua District.,Not Awarded,Responses were received outside of GETS.,0,20250410 Tararua District Council,27775991,Request for Proposals,Closed Competition,Transport Choices: Woodville Footpaths,,20230727,20230811,20230828,,Sole Agency,No,,"The is the final stage (RFP) of a multistage procurement process for the Transport Choices: Woodville Footpaths contract opportunity. This is a closed competitive tender following the shortlisting of 4 suppliers from the first stage (ROI). Please note that Section 1 of the response form is only required to be completed if details have changed since completion of the ROI. Please the templates provided for pricing and communications/stakeholder engagement. Due to the tight timescales, we highly recommend you provide any questions you have early.",Awarded,,0,20250410 Tararua District Council,27940963,Request for Proposals,Open Competition,SCADA and Telemetry Improvements (Phase 1: System Framework & Architecture),,20230822,20230922,20240207,,Sole Agency,No,,"Tararua District Council has multiple SCADA systems for its water and wastewater treatment plants. Network telemetry is also hosted elsewhere and facilitated by the Tararua Alliance. The siloed and disparate systems lead to poor monitoring of the daily operations and control of the water and wastewater plants and networks. Compounding the operability issues of these systems, the communications network often has disruptions that result in a need for manual resetting and may lead to operational non-compliance. Due to the vulnerability of the SCADA and telemetry system we require a new framework and architecture for the system. This should involve an evaluation and development of an improved human interface (faceplates), software, hardware and (subject to a future RFx) ongoing support through an SLA agreement. Tararua District Council would prefer to reuse existing infrastructure as far as practical and relocation and reconfiguration of some telemetry equipment where required to fulfil reactionary needs. It is also expected that the final framework and architecture will provide for laying the foundations for an appropriate SCADA and telemetry system, that with investment, can meet the any future operational and/or regulatory needs.",Awarded,,0,20250410 Tararua District Council,28220702,Request for Proposals,Open Competition,Earthworks Head Contractor - DVK Dam Remediation (Early Contractor Involvement),,20231004,20231102,20240222,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced Earthworks Contractor to support the design development of the dam remediation solution ensuring: - earthworks requirements (including subsoil drainage) are fully considered; - on site health and safety is built into the design; - any proposed design is pragmatic, achievable and physically executable; and - any opportunities for value add are identified. Respondents are actively encouraged to attend the Supplier Briefing being held via MS Teams on Thursday 5th October 2023 from 2pm - 3:30pm. Please contact ProcTeam@moxcg.com to receive the invite for the MS Teams Briefing.",Not Awarded,,0,20250410 Tararua District Council,28710433,Request for Proposals,Open Competition,Norsewood Water Treatment Plant Upgrade,,20240118,20240208,20240307,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced water treatment plant (WTP) supplier to: Design, supply and install a complete solution for Norsewoods water supply. The solution will need to be T2 compliant within the Drinking Water Quality Assurance Rules 2022, whilst making water suitable for UV filtration and maintaining free available chlorine (FAC) values. Provide a solution that will fit into the current WTP housing and have been designed with all SCADA controls and Telemetry included. There will be a supplier briefing held via MS Teams on Tuesday 30th January 2024. To register your attendance to the supplier briefing, please email procteam@moxnz.com. The supplier briefing will be recorded and will be posted as an addendum for anyone who can't attend.",Awarded,,0,20250410 Tararua District Council,29337290,Request for Proposals,Open Competition,PIC Assessments,,20240505,20240520,20240711,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced Suppliers to: Complete assessments of all relevant assets to determine which would require a PIC assessment. Complete PIC assessments on all the identified assets and have them certified by a recognised engineer. Successful performance on this procurement could lead to a direct source approach for completion of the next phase (Dam Safety Assurance Programmes).",Awarded,,0,20250410 Tararua District Council,29349569,Request for Proposals,Open Competition,Mechanical Services Panel,,20240506,20240523,20241210,,Sole Agency,No,12 Matatua Road,"Tararua District Council (TDC) is seeking a suitably qualified and experienced mechanical services providers to ensure that all TDC assets are safe, operable, kept to a high standard of quality and perform more efficiently. The optimisation of asset performance reduces the frequency of unpredictable downtime, prolongs the lifespan of the asset, increases operational efficiency, reduces operational expenditure, and reduces the scale of any capital investment required. The supplier should be able to provide: Condition assessments; Maintenance schedules; Routine maintenance; Servicing of equipment; and Reactive maintenance. The Panel offers successful respondents the following opportunities and benefits: Streamlined engagement with TDC, making it easier and faster to secure work. Panel members will not need to negotiate a new contract each time they seek to provide services under the Panel. TDC staff will not need to assess suppliers from the Panel each time they need services. Panel members will have increased visibility and access to future work allowing them to plan their resources and invest in their businesses. The Mechanical Services Panel will remain perpetually open. Suppliers will be added to the panel in quarterly cohorts. This RFP is for the first cohort that will join by the 1st July 2024.",Not Awarded,,0,20250410 Tararua District Council,29349814,Request for Proposals,Open Competition,Electrical Services Panel,,20240506,20240523,20241210,,Sole Agency,No,12 Matatua Road,"Tararua District Council (TDC) is seeking a suitably qualified and experienced electrical services providers to ensure that all TDC facilities and assets are safe, operable, kept to a high standard of quality and perform more efficiently. The optimisation of facility and asset performance reduces the frequency of unpredictable downtime, prolongs the lifespan of the asset, increases operational efficiency, reduces operational expenditure, and reduces the scale of any capital investment required. The supplier should be able to provide: Condition assessments; Maintenance schedules; Routine maintenance; Servicing of equipment; BWOF services; Testing & tagging; and Reactive maintenance. The Panel will be split into 2 tiers: Tier 1 Industrial Electrical, Control & Instrumentation Tier 2 Residential Electrical The Panel offers successful respondents the following opportunities and benefits: Streamlined engagement with TDC, making it easier and faster to secure work. Panel members will not need to negotiate a new contract each time they seek to provide services under the Panel. TDC staff will not need to assess suppliers from the Panel each time they need services. Panel members will have increased visibility and access to future work allowing them to plan their resources and invest in their businesses. The Electrical Services Panel will remain perpetually open. Suppliers will be added to the panel in quarterly cohorts. This RFP is for the first cohort that will join by the 1st July 2024.",Not Awarded,,0,20250410 Tararua District Council,29582588,Request for Proposals,Open Competition,Infiltration and Inflow Management Strategy and Implementation,,20240612,20240708,20240906,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced Supplier to provide: - An Investigation Plan/Methodology that provides a targeted investigation into Eketahuna's whole wastewater network utilising but not limited to, technology such as Drone, CCTV cameras, smoke testing etc., coupled with any previous I & I investigation data that TDC can make available - A copy of all the data gathered that can be integrated into TDCs asset management software for future planning and maintenance programmes - A Public Network Options Report that utilises the data gathered to provide designs and costings for remediation works - A Private Network Options Report that utilises the data gathered to provide designs and costings for remediation works - A Works Programme that works to concentrate on the main areas of concern to achieve a justified reduction target supplied through quantified collected investigation data. - Remediation Works that as prioritised by TDC to best suit, or assist, delivers infrastructure upgrades for growth and/or consenting purposes. Please note the remediation works will not be part of the initial agreement scope. Upon completion of the options reports and works programmes, these will need to be presented for consultation before any remediation works can be approved to start. We will also take the opportunity to assess the performance of this first scope, before considering releasing the remediation works to the successful supplier. Subject to excellent performance, successful completion of this scope could lead to a direct source approach for other townships (Dannevirke, Pahiatua & Woodville). Whilst consortiums are encouraged to participate (e.g., a designer and contractor working together), a single supplier who can design and remediate would be valued.",Awarded,,0,20250410 Tararua District Council,29841262,Request for Proposals,Open Competition,Digitisation of Property Files,,20240723,20240808,20241021,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced Supplier to provide: A volume and quality assessment. Digitisation of property documents. Ingestion of digital files into Content Manager and permit records into Authority. For the past decade, the Tararua District Council (TDC) has been actively digitising their property files inhouse. This is in accordance with the Public Records Act 2005, which requires local authorities to adequately protect and preserve their records. Relying solely on physical records poses significant risks such as damage, loss, and deterioration. As a local authority, TDC must meet regulatory expectations by ensuring that essential records, like property files, are accessible to the public. A reason for completing the digitisation of the remaining property files is driven by an e-service project aimed at providing online access to digital property documents. This initiative reflects TDC's commitment to fulfil regulatory requirements and enhance the availability of property files.",Awarded,,0,20250410 Tararua District Council,29841568,Request for Quotations,Open Competition,Supply & Installation of Ultrafiltration Membranes,,20240724,20240822,20241210,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced Supplier to provide: Replacement of near end of life membranes, either like for like or an alternative Supply, installation and commissioning After sales service",Not Awarded,Project has been postponed until 2025,0,20250410 Tararua District Council,29928907,Request for Proposals,Open Competition,Council Chambers AV Solution,,20240806,20240905,20241018,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced Supplier to provide: A complete council chambers integrated audio/visual solution Inclusive of design, supply, installation and testing. Upon completion of the procurement, we must be able to: Have a fully operational audio/visual integrated meeting room solution, suitable for Council meetings, staff meetings, and citizenship ceremonies. Completed before January 2025. Have a solution that is simple to operate by a single person who will also be minuting the meeting in addition to controlling other meeting functions (e.g., live streaming). Live stream Council meetings.",Awarded,,0,20250410 Tararua District Council,29995350,Request for Proposals,Open Competition,Tararua Alliance Auditor,,20240815,20240829,20241006,,Sole Agency,No,,"Tararua District Council (TDC) is seeking a suitably qualified and experienced auditor who can perform an audit of the Tararua Alliance to: Ensure all labour and plant costing, overhead allocations and margins are reasonable and relevant to the Alliance Maintain a robust process of the monthly claims, procurement, TCE development, and records of meetings with Principals Governance (PG) Group Provide an assessment of the standard of the financial management of the Tararua Alliance The successful respondent will receive a rare long term (5-year) agreement (1+4) with an option of a 2-year renewal. Total 7 years. There will be a Supplier Briefing on 21st August 2024 from 3pm to 4pm. Registration details will be issued shortly via an addendum.",Awarded,,0,20250410 Tararua District Council,29995387,Request for Proposals,Open Competition,Section 17a Consultancy Services,,20240815,20240905,20241118,,Sole Agency,No,,"Tararua District Council have several areas that they would like to undertake a Section17a review of their cost effectiveness. These reviews have been triggered by: Council considering a significant change in services We have major contracts due to expire The previous review in these areas is due to expire We need a subject matter expert in Section 17a reviews to assist Council in conducting these reviews. Having an expert on board will ensure the reviews are conducted comprehensively and within the timelines required. Upon completion of the procurement, we must be able to: Deliver on our Section 17a obligations Understand a range of options available for each service under review Identify where efficiencies are available to Council in each of the services under review Understand the most cost-effective method of delivering the services being reviewed Have defensible justification for any decisions related to significant changes in service delivery Be able to improve resource allocation There will be a Supplier Briefing on 21st August 2024 from 1pm to 2pm. Registration details will be issued shortly via an addendum.",Awarded,,0,20250410 Tararua District Council,30572581,Request for Proposals,Open Competition,SCADA and Telemetry VPN/Server Package,,20241105,20241126,20250214,,Sole Agency,No,,"The Tararua District Council (TDC) invites proposals for a SCADA and Telemetry - VPN/Server Package to enhance the security, operational continuity and remote management of its three-water plants. The selected supplier will be responsible for supplying, installing and supporting a secure server infrastructure featuring virtual machines, VPN and firewall solutions separate from the Council's corporate network. This RFP aims to consolidate and improve oversight of SCADA systems across multiple plants, reduce operational disruptions, and ensure compliance with regulatory standards.",Awarded,,0,20250410 Tasman District Council,21067390,Request for Tenders,Open Competition,C1031 Supplier Panels 2018-2021 (RFI),1031,20190522,20190703,20190925,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1031 request for information for Supplier Panels for the 2019 2021 period. The scope of the work is fully described in the attached request for information document, the Supplier Panels are 1. Roading Minor Works 2. Surfacing and Pavement Construction 3. Bridges 4. Retaining Structures 5. Drainage Construction (Stormwater) and Wastewater Reticulation 6. Water Reticulation Existing Panel members do not need to apply, unless they seek to be added to an additional panel.",Awarded,,0,20250410 Tasman District Council,21176177,Request for Tenders,Closed Competition,C1145 Wakefield Bird Lane Water Pipe Upgrade,1145,20190620,20190724,20190815,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1145 Wakefield Bird Lane Water Pipe Upgrade. The scope of the work is fully described in the attached tender document, and key items of work are: Communication and engagement with affected residents prior to the commencement of work, and throughout the work period. Establishment on site and erection of safety barriers, traffic control and other site signage. Trenching, laying of pipes to the required lines, levels, and standards, and backfilling of trenches. Control of ground and surface water throughout the works. Control of pipe hygiene throughout the works. Health & Safety, Environmental and Traffic Management throughout the works, ensuring compliance with all necessary acts, regulations, rules and conditions. Provision of all testing, disinfection and certification as required in the Specification Location and protection of other services in the works area. Liaison with water reticulation operator for shutdowns and connections. Reinstatement of the site at the completion of works. Provision of as-built drawings and data to the required standards. PLEASE NOTE: Eligibility to Tender - Only Contractors on Tasman District Council's Water Reticulation Supplier Panel are eligible as prospective Tenderers to submit a tender.",Awarded,,0,20250410 Tasman District Council,21183589,Request for Tenders,Open Competition,C1130 Northwest Motueka New Water Reticulation,C1130,20190621,20190731,20190822,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1130 Northwest Motueka New Water Reticulation. The scope of the work is fully described in the attached tender document. Key items of work include the installation of water mains, rider mains, lateral connections, meter boxes, associated valves and hydrants to provide new public drinking water supply and firefighting reticulation in various streets, in the northwest area of the Motueka township.",Awarded,,0,20250410 Tasman District Council,21256853,Request for Tenders,Open Competition,Takaka RRC Site Development,1105,20190711,20190808,20190822,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1105 Takaka RRC Site Development. The scope of the work is fully described in the attached tender document, and items of work include: New tipping pit slab with end and side push walls protected with steel plate. Area of Concrete pavement area for Huka bin storage. Upgrade to power supply and services trench for installation of electrical, water and wastewater rising main. Greenwaste storage area to be hardfilled with AP65 and FXG. Shoulder widening from upper to lower level and seal with Grade 3 chip seal. Areas of asphalt (both Mix AC15 and AC10), including drainage to sewer and stormwater Road signage and road marking",Awarded,,0,20250410 Tasman District Council,21504620,Request for Proposals,Open Competition,C1191 Mapua - Rabbit Island Ferry Services,C1191,20190829,20190926,20191104,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1191 Mapua - Rabbit Island Ferry Services. The scope of the work is fully described in the attached tender document, and key items of work are providing the Mapua Ferry Service, a vital link in Tasman's Great Taste Trail taking riders from Rabbit Island to Mapua Wharf and back again.",Awarded,,0,20250410 Tasman District Council,21508868,Request for Tenders,Open Competition,C1098 Brightwater Town Centre Upgrade,1098,20190830,20191004,20191108,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1098 Brightwater Town Centre Upgrade. The scope of the work is fully described in the attached tender document, and key items of work are: trenching for the undergrounding of electrical services, installation of street lighting construction of Lord Rutherford Road Intersection roundabout shared footpath construction road buildouts storm water modifications landscaping",Awarded,,0,20250410 Tasman District Council,21535252,Request for Quotations,Closed Competition,McGlashen Avenue Minor Safety Improvements,,20190904,20190925,20191024,,All of Government,No,,"Please note: Eligibility to Tender Only invited contractors on Tasman District Councils Roading Minor Works Supplier Panel are eligible to submit a quote. The Principal Tasman District Council is inviting tenderers to quote for the McGlashen Avenue Minor Safety Improvements Contract. We are seeking a Roading Minor Works Supplier Panel Contractor that has experience in road construction, kerb and channel formation and road marking. Experience in this area is vital to delivering a high quality and safe project. The scope of the work is fully described in the attached Detailed Design and Schedule of Prices. Payment will be at the end of the contract.",Awarded,,0,20250410 Tasman District Council,21546120,Request for Tenders,Open Competition,C1157 Takaka Township to Pohara Cycleway,1157,20190905,20191003,20191031,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1157 Takaka Township to Pohara Cycleway. The scope of work is fully described in the attached tender document, and key items of work are to - construct a gravel path, kerb and channel, traffic services, stormwater modifications and a board walk.",Awarded,,0,20250410 Tasman District Council,21584697,Request for Tenders,Open Competition,C1146 Pohara Valley Wastewater Pump Station,1146,20190912,20191016,20191111,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1146 Pohara Valley Wastewater Pump Station The scope of the work is fully described in the attached tender document, and key items of work are Construction of a new Wastewater Pump Station with ten hour storage capacity and stream crossing works",Awarded,,0,20250410 Tasman District Council,21669924,Request for Tenders,Closed Competition,C1165 Motueka Library Development,C1165,20190926,20191120,20191210,,All of Government,No,,"The Principal Tasman District Council, is inviting tenders for Contract 1165 Motueka Library Development. The scope of work is fully described in the attached tender document and key items of work are: Design and Building Consent for the new library Construction of the new library",Awarded,,0,20250410 Tasman District Council,21833562,Request for Quotations,Closed Competition,C1170 Richmond West Water Tank Trunk Main - B1,C1170,20191024,20191030,20191114,,All of Government,No,,"The Principal Tasman District Council requesting a quote for Contract 1170 (Richmond West Water Trunk Main Section B1). The scope of the work is fully described in the request for quote document. Work includes construction of approximately 470m of 450OD PE water main. Eligibility to Tender Taylors Contracting Co Ltd are invited to tender only, on the basis that they have possession of the site to complete subdivision works and are also completing creek widening work on the adjacent site. It would not be possible to give reasonable access to another contractor.",Awarded,,0,20250410 Tasman District Council,21867390,Request for Tenders,Closed Competition,C1176 Moutere Highway - Gardner Valley Road Intersection Upgrade,C1176,20191031,20191129,20191206,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1176 Moutere Highway Gardner Valley Road Intersection Upgrade. The scope of the work is fully described in the attached tender document, and key items of work include: Construct a new road Drainage Earthworks Water tables Concrete Channels PLEASE NOTE: Eligibility to Tender - Only contractors on Tasman District Council's Surfacing and Pavement Construction Supplier Panel are eligible as prospective Tenderers to submit a tender.",Awarded,,0,20250410 Tasman District Council,21871581,Request for Tenders,Closed Competition,Reserves and Facilities Maintenance Contract,RF2020,20191031,20191219,20200604,,All of Government,No,,"RF2020 Reserves and Facilities Maintenance Contract Tasman District Council is issuing this Request for Tender to four contractors selected during the Registration of Interest process, for a district wide reserves and facilities maintenance contract, involving the maintenance of parks & reserves, cemeteries, sports fields, community housing grounds, playgrounds, toilets, public spaces and a number of buildings and structures, for a term of 5 years with a 2 year extension, subject to performance. The scope of the work is fully described in the attached request for tender document.",Awarded,,0,20250410 Tasman District Council,21885037,Request for Quotations,Closed Competition,Collingwood WTP Site Enabling Works,C1069a,20191104,20191127,20191204,,All of Government,No,,"The Principal, Tasman District Council, is inviting quotes for Contract C1069a Collingwood WTP Site Enabling Works. The scope of work is fully described in the attached tender document, and key items of work are: Clear site of debris, remove and dispose offsite Install new 1.8m wire mesh site fence and gates Regrade access road and undertake minor stormwater improvements We have invited three contractors on Tasman District Councils Drainage Construction Supplier Panel as prospective Tenderers to submit a quote.",Awarded,,0,20250410 Tasman District Council,21900293,Request for Tenders,Closed Competition,C1187 Design and Build Mission Bridge Replacement,1187,20191106,20191204,20191219,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for: Contract 1187 - Design Build Mission Bridge Replacement. The scope of the work is fully described in the attached tender document, and key items of work include: Design and Construction of a single span bridge to replace the existing Mission Bridge on the Moutere Highway in the Tasman District. Work associated with the replacement bridge construction, including safety guard rails, minor road works and rock protection to protect the new abutment wing walls. All safety, traffic, environmental and quality planning to ensure the successful project outcomes are achieved. PLEASE NOTE: Eligibility to Tender - Only contractors on Tasman District Council's Bridges Supplier Panel are eligible as prospective Tenderers to submit a tender.",Awarded,,0,20250410 Tasman District Council,21907805,Request for Tenders,Open Competition,C1149 Neds Creek Flood Mitigation,1149,20191107,20191204,20191220,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1149 Neds Creek Flood Mitigation, Murchison. The scope of the work is to cut, transport, place and compact fill into the stopbank structure, shape and trim the banks, and reinstate the area. The work is fully described in the attached tender document, and key items of work are: - Construction of the contract works true to line, level and specification as described in the drawings and specifications appended. - Supply of all materials, plant and labour required to complete the contract works - Management of the site, ensuring compliance with Health & Safety, Environmental, Resource Consent, and contractual requirements. - Management of affected parties in co-ordination with Tasman District Council staff - Provision of necessary testing and certification of the works, in accordance with the specification. - Reinstatement of the site following completion of the works.",Awarded,,0,20250410 Tasman District Council,21945109,Request for Tenders,Open Competition,C1147 Waimea Bore Water Upgrade,1147,20191115,20191212,20200121,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1147 Waimea Bore Water Upgrade The scope of the work is fully described in the attached tender document, and key items of work are: Laying approximately 1200m of 450mm diameter pressure water pipe close to the existing asbestos cement main (laid in 1973). This main is fed with raw water from 5 bores on the river side of a council stop bank. Working with Councils O&M Contractor to carry out the work and maintain a minimum water supply to the Waimea Water Treatment Plant. Working with a Council appointed electrical contractor to install the required electrical ducts.",Awarded,,0,20250410 Tasman District Council,21945317,Request for Tenders,Open Competition,C1195 District Wide Bridge Painting 2019,1195,20191115,20191211,20200109,,All of Government,No,,"Tasman District Council is inviting tenders for: Contract 1195 - District-wide Bridge Painting 2019. The scope of the work is fully described in the attached tender document, and key items of work include: Cleaning of existing structural bridge elements and preparation for painting Application of surface coating products in accordance with contract requirements and specifications Health & Safety, Environmental and Traffic Management throughout the works, ensuring compliance with all necessary regulations, consents, rules and conditions Provision of all testing and certifications as defined by the specifications and contract requirements All other associated contract works and planning, including programme and quality management to ensure the project outcomes are successfully achieved",Awarded,,0,20250410 Tasman District Council,21974214,Request for Quotations,Closed Competition,C1194-A Lower Poutama Stream and Borck Creek Confluence Widening,1194-A,20191121,20191129,20191206,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1194-A: Lower Poutama Stream & Borck Creek Confluence Widening. The scope of the work is fully described in the attached tender document, and key items of work are the removal and disposal of gravels and silt from the Poutama Stream channel and area of the Poutama/Borck Creek Confluence. PLEASE NOTE: Eligibility to Tender - Only Edridge Contracting Ltd are eligible as prospective Tenderers to submit a Quote.",Awarded,,0,20250410 Tasman District Council,22198641,Request for Tenders,Closed Competition,C1115 Waimea West Challies Road Extension,C1115,20200122,20200214,20200514,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1115 Waimea West Challies Road Extension. The scope of the work is fully described in the attached tender document, and key items of work are constructing a short section (<1km) of unsealed road over the stopbank onto the Waimea bermlands. PLEASE NOTE: Eligibility to Tender - Only 3 selected contractors on Tasman District Council's Roading Minor Works Supplier Panel are eligible as prospective Tenderers to submit a tender.",Awarded,,0,20250410 Tasman District Council,22497393,Request for Tenders,Open Competition,C1069 Collingwood Water Treatment Plant Upgrade - Design and Construct,1069,20200327,20200522,20200619,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1069 Collingwood Water Treatment Plant Upgrade - Design and Construct The scope of work is fully described in the attached tender document and key terms of work are: Design and construct a UV disinfection system to upgrade the existing treatment plant Design and construct a new building to house the UV Disinfection system We are seeking a value for money upgrade. The Collingwood Water Treatment Plant needs to be upgraded in order to comply with the Drinking Water Standards in regards to protozoa and bacteria removal requirements. The design of the new Water Treatment Plant will ensure components are safe and reliable to operate and maintain. We will negotiate a start date with the preferred tenderer. After discussions with several contracting companies we are continuing to put tenders to the market to ensure new work is available when we get back to a more normal world. Due to the requirements for remote working we a giving longer time to respond. This tender will close on 22 May 2020 at 4.00pm.",Awarded,,0,20250410 Tasman District Council,22544748,Request for Tenders,Open Competition,C1202 Poutama Stream Planting - Downstream of Berryfield Bridge,1202,20200415,20200603,20200624,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1202 Poutama Stream Planting - Downstream of Berryfield Bridge The scope of the work is fully described in the attached tender document, and key items of work are: Site preparation for planting as necessary Supply of approximately 1700 native plants Planting into alluvial gravel of the plants in accordance with the plans and specifications Maintenance of the plantings for 3 years following planting.",Awarded,,0,20250410 Tasman District Council,22575485,Request for Tenders,Open Competition,C1180 Rabbit Island - Best Island Trunk Water Main,C1180,20200424,20200610,20200713,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1180 Rabbit Island - Best Island Trunk Water Main. This contract is for the installation of a new polyethylene (PE) trunk water supply main which will be approximately 6.4 kilometres long. The pipeline will traverse Rabbit and Best Islands. All sections can be installed via open trenching methods. The pipeline will serve the growing communities in Mapua and Ruby Bay, and improve the resilience of their water supply. The existing water main servicing these communities is prone to breakages and has pressure restrictions which constrain operations. The new pipeline will address these constraints. The scope of the work is fully described in the attached tender document.",Awarded,,0,20250410 Tasman District Council,23008184,Request for Tenders,Closed Competition,C1148 Mapua Ruby Bay Water Treatment Plant Upgrade,1148,20200722,20200911,20201002,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1148 Mapua Ruby Bay Water Treatment Plant Upgrade The scope of the work is fully described in the attached tender document and in a nutshell is: The design and construction required to upgrade the existing water treatment building to meet seismic requirements plus upgrade the treatment processes to meet the Drinking Water Standards (protozoa treatment).",Awarded,,0,20250410 Tasman District Council,23012089,Request for Quotations,Closed Competition,C1212 Borck Creek Right Bank Excavation - Section B2,1212,20200723,20200803,20200820,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract C1212 Borck Creek Right Bank Excavation - Section B2. The scope of the work is fully described in the attached tender document, and key items of work are: Establishment and setup of site including provision of necessary accesses and platforms. Producing and obtaining approval of all necessary plans and permits. All measures necessary for compliant H&S and Environmental management. Cut fill from the works area to the design level (undercut by 50mm). Cart to processing area and separate stones/cobbles from topsoil. Replace screened topsoil onto cut area at 50mm depth to achieve design level. Stockpile remaining screened topsoil and separated Cobbles/Stones on TDC land. Preparation of seed bed and establishment of grass. Maintenance of grassed area. Provision of topographical survey data of finished levels to enable as-builting of the finished works.",Awarded,,0,20250410 Tasman District Council,23012459,Request for Tenders,Open Competition,C1058 Motueka Water Treatment Plant,C1058,20200723,20200916,20201106,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1058 Motueka Water Treatment Plant. The scope of the work is fully described in the attached tender document, and involves the Design and Construction of the new Water Treatment Plant (WTP) including; Site clearance and fencing, with new accessway, roads and parking New bore pumps and headworks External supply mains from bores and delivery mains connecting to existing network Treated water balance tanks and pipe linkages New WTP building to house all equipment and pipework for treatment, including UV Disinfection, Chlorination using chlorine gas, Mechanical/Electrical controls, services connections Construction of stormwater management measures and connection to the stormwater existing network Mini wastewater package plant and connection to the existing small diameter pressure line Ensuring HAZOP and Safety in Design processes are undertaken Building consents and Design certificates Testing and commissioning of all components and the overall process, including trial operation and proof of performance testing to ensure compliance with NZ Drinking Water Standards, Training, As-built records and O&M Manuals",Awarded,,0,20250410 Tasman District Council,23135717,Request for Tenders,Open Competition,C1169 Champion / Salisbury Roundabout Upgrade,C1169,20200818,20200923,20201028,,All of Government,No,,"The Principal Tasman District Council is inviting tneders for Contract 1169 Champion / Salisbury Roundabout Upgrade The scope of the work is fully described in the attached tender document, and key items of work are: - Relocation and installation of existing and new utility sertvices - Extension and reconstruction of the existing roundabout - Construction of three raised pedestrian crossings - Traffic management of a busy roundabout.",Awarded,,0,20250410 Tasman District Council,23232288,Request for Tenders,Open Competition,Richmond Headingly Lane Sewer Rising Main Upgrade,C1137,20200904,20201007,20201217,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1137 Richmond Headingly Lane Sewer Rising Main Upgrade. The scope of the work is fully described in the attached tender document, and key items of work are - Laying approximately 1,500 m of 250mm OD PE rising main pipe mostly next to an existing, smaller diameter rising main. The route is constrained in two areas where trenchless technology is required with other sections of the pipe that can be laid using a traditional open trench method.",Awarded,,0,20250410 Tasman District Council,23379888,Request for Quotations,Closed Competition,Ngaio Reserve Landscape Contract,RF2020 Ngaio,20201001,20201020,20210406,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract RF2020 Ngaio Reserve Landscape Contract. The scope of the work is fully described in the attached documents, and key items of work are the removal of an existing concrete pad and landscaping fittings, preparations and placement of new concrete paths and slabs, installation of lawns, gardens, seats, tables, rubbish bins, lights, irrigation and signs.",Awarded,,0,20250410 Tasman District Council,23385725,Request for Tenders,Open Competition,Pomona Road Reservoir Upgrade,C1190,20201002,20201104,20201222,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1190 Pomona Road Reservoir Upgrade The scope of the work is fully described in the attached tender document, and key items of work are: Demolition of the existing timber tank Construction of a new 2500m3 concrete tank Construction of associated valve, pipe work and telemetry",Awarded,,0,20250410 Tasman District Council,23529772,Request for Quotations,Closed Competition,Wilding Conifer Control Spring 2020,1217,20201029,20201104,20201124,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1217 Wilding Conifer Control Spring Programme 2020. The scope of the work is fully described in the attached tender document, and key items of work are; Planning and then delivering the programme of work Approximately 10,000ha - survey and control of targeted area. Work will mainly involve aerial basal bark application of herbicides. The selected contractor must include the herbicide purchase and management within their quote. Employment of local people - will require monitoring new posts created and employment statistics Competent and successful health and safety management Monitoring and reporting progress, including financial expenditure and employment statistics to the satisfaction of MPI and recorded in the Wilding Conifer Information System (WCIS). We will require locally based and responsive delivery (i.e. able to easily meet key team members regularly).",Awarded,,0,20250410 Tasman District Council,23564261,Request for Quotations,Closed Competition,Wastewater Pump Station Emergency Storage Tanks,C1138,20201104,20201111,20210122,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1138 Wastewater Pump Station Emergency Storage Tanks The scope of the work is fully described in the attached tender document, and key items of work are the installation and connection of underground storage tanks at existing Council wastewater pump stations: Aranui/Higgs, Everett St, Riwaka Main, Waimea West and Motupipi Street. DIRECT SOURCE to Donaldson Civil Ltd only",Awarded,,0,20250410 Tasman District Council,23652128,Request for Quotations,Closed Competition,Pohara Water Treatment Plant Upgrade,C1056,20201119,20210115,20210331,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1056 Pohara Water Treatment Plant Upgrade. The scope of the work is fully described in the attached tender document. In summary: a) The purpose of the Contract works is to upgrade the existing Pohara Water Treatment Plant (PWTP) to: I. Comply with the Drinking-water Standards for New Zealand 2005 (Revised 2018) (DWSNZ) by providing: Microfiltration Selective take system Chlorine disinfection II. Operate with automated control with telemetry monitoring and alarms to minimise operator inputs. b) After the upgrade, the PWTP shall provide a minimum of four (4) log credits for protozoa removal and comply with part 4 (bacterial) and part 5 (protozoa) of the DWSNZ. c) The Contractor will be required to engage with the Separate Contractors 1: I. Councils Operation and Maintenance Contractor, Downer II. Electrical Contractor (Industrial Marine Limited) and with the Tasman District Council to ensure smooth integration of the Contract Works with the operational WTP. This contract is direct sourced to a single Contractor only. It is expected that the Contractor will provide an Open Book quote for the works.",Awarded,,0,20250410 Tasman District Council,23653800,Request for Proposals,Open Competition,C1218 Wilding Conifer Control Mount Richmond MU 2020-2025,1218,20201119,20201216,20210126,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1218 Wilding Conifer Control Mount Richmond MU 2020-2025. The scope of the work is fully described in the attached tender document. The key outcomes that we want to achieve are:? - Planning and then delivering the programme of work? - Weed control within a?28,000 ha?catchment in Mount Richmond.??? - Employment of local people - monitoring new posts created and employment statistics? - Competent and successful health and safety management? - Monitoring and reporting progress, including financial expenditure and employment statistics to the satisfaction of MPI.? - A locally based and responsive delivery (i.e.?able to easily meet key team members regularly)? We require the supplier to: - Work proactively with the stakeholder reference group and landowners. - Manage resource to meet the requirements of the MPI Management Structure.? - Plan the operational programme including all Health and Safety Risk Management Plans.? - Procure all necessary resources, equipment and materials for the operational work.? - Ensure helicopters comply with Civil Aviation Authority compliance.? - Collate weed control data and submit via the WCIS system.? - Collate and provide financial cost and employment statistics data required by MPI via WCIS, and for DOC though the required reporting tool.? - Work with TDC, MPI and DOC to ensure public communications are coordinated.? - Recruit, employ, train and support people whose work have been affected by the COVID-19 pandemic.",Awarded,,0,20250410 Tasman District Council,23740471,Request for Quotations,Closed Competition,C1197 Richmond Water Treatment Plant Utilities Storage Shed,1197,20201207,20210127,20210601,,Sole Agency,No,,"The scope of the works is fully described in the attached tender document, and the key items of work is to construct a 3 bay building, 26m long 30m wide and 4.5m high. The building, in one bay is to have an office and gantry, the other two bays is to have sinks and all bays are to be lined with plywood. The building has to be constructed to the current fire code. Construct a concrete wash down bay with all necessary wastewater connections to the main on McShane Road and move existing buildings from TDC Fittal Street compound the new site.",Awarded,,0,20250410 Tasman District Council,23868898,Request for Quotations,Closed Competition,C1184 Brightwater Water Treatment Plant Upgrade,1184,20210120,20210210,20210226,,Sole Agency,No,,"The Principal Tasman District Council, is inviting you to quote for Contract 1184 Brightwater Water Treatment Plant Upgrade. The scope of work is fully described in the attached tender document and key items of work are: The design and install of: - Filtration - UV Treatment - Associated electrical works This project is a temporary upgrade (5-10 years) of the Water Treatment Plant to meet DWSNZ.",Awarded,,0,20250410 Tasman District Council,23869099,Request for Quotations,Closed Competition,C1215 Wakefield Water Treatment Plant Upgrade,C1215,20210120,20210210,20210226,,Sole Agency,No,,"The Principal Tasman District Council is inviting you to quote for Contract 1215 Wakefield Water Treatment Plant Upgrade. The scope of the work is fully described in the attached tender document, and key items of work are the design, supply and installation of: Filtration UV treatment Associated electrical works This project is a temporary upgrade (5-10years) of the WTP to meet DWSNZ.",Awarded,,0,20250410 Tasman District Council,23909271,Request for Quotations,Closed Competition,C1221 Dovedale Water Treatment Plant Upgrade,1221,20210128,20210310,20210331,,Sole Agency,No,,"The Principal Tasman District Council, is inviting you to quote for Contract 1221 Dovedale New Water Source and WTP. The scope of the work is fully described in the attached tender document and key items of work are: - Constructing a new ""lower"" intake, located approximately 10m upstream of the existing intake - A new pipeline connecting the intake with the treatment plant - A new treatment plant consisting of: Sedimentation tanks, Pressure pumps to pump water through the screen filter, An irrigation type screen filter - Treated water storage - Reticulation pressure pumps - Backwash management system; sedimentation tanks with supernatant blended into process, subnatant decanted to drying beds or offsite disposal - Decommissioning / disposal of abandoned and surplus assets - Design, project, contract and site management for the above works",Awarded,,0,20250410 Tasman District Council,23910889,Request for Proposals,Open Competition,C1238 Tasman District Jobs for Nature Programme (supply panel),1238,20210128,20210310,20210408,,All of Government,No,,"The Council is negotiating funding from central government of up to $15M, of which $5M has been confirmed, for a 5-year environmental programme. The scope of the work is fully described in the attached tender document, and key items of work are: Plant supply and restoration planting approx. 200,000 plants for 50 sites Weed control in targeted areas approx. 90 sites, plus up to 12,000ha of Significant Natural Area Fencing waterways approx. 5km Creating and improving wetlands 350m of streams, 10 constructed drains, 7 new wetlands Assessment of 8,000 in stream structures and fish passage remediation in 1,500 structures Ecological specialist advice writing plans, peer review, monitoring trial sites",Awarded,,0,20250410 Tasman District Council,23984024,Request for Quotations,Closed Competition,C1185 Thorp Street Water Main Replacement,C1185,20210216,20210311,20210401,,Sole Agency,No,,"The Principal, Tasman District Council is requesting a quote for Contract 1185: Thorp Street Watermain Replacement. The scope of the work will enhance the Motueka water supply and firefighting network. It is fully described in the attached document, and includes: installing new 100mm and 200mm nominal diameter PVC water mains, 50mm nominal diameter PE rider mains, lateral connections, associated valves and hydrants in Thorp Street, Motueka, between Old Wharf Road and Fearon Street. PLEASE NOTE: Eligibility to Tender - Only the invited contractor is eligible to submit a tender.",Awarded,,0,20250410 Tasman District Council,24107508,Request for Tenders,Closed Competition,C1219 Port Tarakohe - Timber Wharf Demolition,C1219,20210318,20210414,20210421,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1219 Port Tarakohe Timber Wharf Demolition The scope of the work is fully described in the attached tender document, and key items of work are: Deconstruction of the derelict timber wharf at Port Tarakohe. Protection and relocation of services that are to be retained in use. Salvage of all reusable timber. Timber that is generally less than a nominal 2m length or if it is significantly split and damaged is not considered reusable. The reusable timber is to be sorted into similar sizes and stacked in a location provided by the Contractor within the region of Port Tarakohe through to Takaka township area, or as approved by the Engineer. The reusable timber not wanted by the Council will be made available to the wider Golden Bay community including local iwi. The process by which the Golden Bay community and local iwi can gain access to the salvaged timber will be advised in due course. Any timber remaining 12 months after being made available to the community will become property of the Contractor. Timber that is not assessed as being reusable and other non-timber deconstruction material will become the Contractors property and the Contractor's responsibility for disposal in accordance with sound practice and conditions of wharf deconstruction consents. The works must be undertaken in a manner that does not endanger any penguins that may be nesting under or near the wharf. The works must be undertaken in accordance with the conditions of the Resource Consents. PLEASE NOTE: Eligibility to Tender - Only nominated contractors on Tasman District Councils Bridge Supplier Panel are eligible as prospective Tenderers to submit a tender.",Not Awarded,No tenderers,0,20250410 Tasman District Council,24110905,Request for Quotations,Closed Competition,C1171 Richmond South Trunk Main - Sections C and D,C1171,20210319,20210414,20210505,,Sole Agency,No,,"The Principal Tasman District Council is inviting you to quote for Contract 1171 Richmond South Trunk Main Sections C and D. The scope of the work is fully described in the attached tender document, and key items of work are installation of?approximately 800m of DN450 PE100 PN12.5 pipe, including thrusting under two sections of state highway and digging at depth for a crossing under Eastern Hills Drain. Please note: Eligibility to Tender - Council is procuring this contract on a sole source basis and have invited Donaldson Civil Limited to tender.",Awarded,,0,20250410 Tasman District Council,24115253,Request for Proposals,Closed Competition,Election Services,,20210322,20210412,20210811,,Sole Agency,No,,This Request for Proposal relates to the provision of election services for Tasman District Council.,Awarded,Tasman District Council has awarded the Elections Services contract to Electionz.com - GETS ID 24115253.,0,20250410 Tasman District Council,24220496,Request for Quotations,Closed Competition,C1102 Richmond Waverley Street New Water Main,C1102,20210420,20210430,20210506,,Sole Agency,No,,"The Principal Tasman District Council, is inviting you to quote for Contract 1102 Richmond Waverley Street New Water Main. The scope of the work is fully described in the attached tender document and key items of work are: - The installation of a new 150mm express main along Waverley Street in Richmond. - All associated traffic, public and environmental management. Please note: Eligibility to Tender - Only Tasman Civil Limited as Direct Source",Awarded,,0,20250410 Tasman District Council,24435409,Request for Tenders,Closed Competition,C1240 Motupipi River Cycle Bridge,C1240,20210616,20210716,20211115,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1240 Motupipi River Cycle Bridge. The scope of the work is fully described in the attached tender document, and key items of work are the design, construction and commissioning of a shared use cycle bridge. NOTE: Only invited tenderers can submit a response for this tender.",Awarded,,0,20250410 Tasman District Council,24544143,Request for Proposals,Closed Competition,C1228 Fish Passage Remediation Team,C1228,20210714,20210811,20211007,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1228 Fish Passage Remediation Team. The scope of the work is fully described in the attached tender document, and key items of work are: This contract is the main part of a Ministry for the Environment funded project to remediate in-stream barriers to fish passage in river catchments throughout the Tasman District over the next five years. This contract is for 2 teams or 3 people to work through a prioritised list of in-stream structures to undertake assessments and remediations to improve fish passage. The remediation work is minor, not requiring heavy machinery or trucks, or the removal of in-stream structures such as large culverts. We are expecting each team to include a team lead, a technician and an apprentice. The apprentice should be a rangatahi / young person. The scope of work is to; Assess at least 4,350 in stream structures in river catchments throughout Tasman District Remediate at least 1,566 structures to enable fish passage. Work closely with landowners to achieve the above and get long-term buy-in Provide training and employment support for a rangatahi / young person on each team Provide information required for our funder and Council reports The key outcomes that we want to achieve are: A completed assessment report of the in stream structures Fish passage is created so that native fish can migrate up-stream as part of their life-cycle Employment opportunities are created for people affected by the COVID-19 pandemic PLEASE NOTE: Eligibility to Tender Only contractors on Tasman District Council's C1238 Tasman District Jobs for Nature Supply Panel are eligible as prospective Tenderers to submit a proposal.",Awarded,,0,20250410 Tasman District Council,24596481,Request for Proposals,Open Competition,Tasman Environment Plan Supplier Panel,,20210727,20210903,20210922,,Sole Agency,No,,"Tasman District Council (the Council) is currently reviewing its Regional Policy Statement and Resource Management Plans. The intent is to produce a single combined plan with the title Aorere ki uta Aorere ki tai Tasman Environment Plan (TEP). The TEP will be the blueprint for how we grow as a district, and use and care for our land, air, and water; ki uta ki tai (from the mountains to the sea). The Council wishes to establish a panel of external providers for the provision of planning and technical services to the Council in relation to the development of the TEP.",Awarded,,0,20250410 Tasman District Council,24606832,Request for Proposals,Open Competition,C1232 Motueka Stopbank Refurbishment Phase 2,C1232,20210728,20210908,20211118,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1232 Motueka Stopbank Refurbishment Phase 2. The scope of the work is fully described in the attached tender document and key items of work are - Development of a plan to encourage the employment of targeted workers Development of training and career development programmes for staff Development of Health and Safety, Environmental, Construction and Flood Mitigation Plans Survey setout of the works Stripping and benching the existing stopbank Supply and delivery of bulk fill in accordance with the attached earth works specification Placement and compaction of fill against the existing bank to widen and raise the structure Shaping and trimming of the finished bank Topsoiling, grass seeding and finishing the bank to a tidy standard Construction of drains and culverts as specified Testing of the works in accordance with the specifications Collection of as-built data to required standard.",Awarded,,0,20250410 Tasman District Council,24617831,Request for Quotations,Closed Competition,C1239 Baton River Cycle Bridge,1239,20210802,20210922,20211014,,Sole Agency,No,,"The Principal Tasman District Council, is inviting you to quote for C1239 Baton River Cycle Bridge. The scope of work is fully described in the attached tender document and key items of work are; the build, construction and commissioning of the footbridge over the Baton River, as per the design by Tu Tika.",Awarded,,0,20250410 Tasman District Council,24857691,Request for Proposals,Closed Competition,C1231 Teapot Valley Restoration,C1231,20210923,20211020,20211216,,All of Government,No,,"The Principal, Tasman District Council, is inviting tenders for Contract C1231 Teapot Valley Restoration. The scope of the work is fully described in the attached tender documents, and key items of work are weed control and revegetation. This contract is part of work delivered by Tasman District Council under a Funding Agreement with the Ministry for Primary Industries as part of the governments response to the economic impacts of COVID-19. The Funding Agreement has two main outcomes: To restore native vegetation in Teapot Valley, Richmond; To provide employment for people affected by the economic impact of COVID-19. The 60 ha restoration site will be divided into restoration areas, each with a specified restoration treatment. These treatments include: Intact vegetation weed control only; Natural regeneration weed control only; Replanting; Direct seeding; Wetland revegetation and weed control. PLEASE NOTE: Eligibility to Tender - Only contractors on Tasman District Council's C1238 Jobs for Nature Supply Panel.",Awarded,,0,20250410 Tasman District Council,24959822,Request for Tenders,Open Competition,Top of the South Orthophotography and LiDAR Tender,,20211013,20211105,20211122,,On behalf of procurement agent,No,,"Tasman District Council, and Nelson City Council, jointly seek Tenders for the supply of Orthophotography and LiDAR services.",Awarded,,42695,20250410 Tasman District Council,25011719,Request for Quotations,Closed Competition,C1291 Old Wharf Road Skate Park Renewal,C1291,20211027,20211124,20220113,,All of Government,No,,"The scope of the work is fully described in the attached tender document, and key items of work are revamp existing skate park and construct a new flat extension for the younger skaters.",Not Awarded,No responses and insufficient funds to complete the project,0,20250410 Tasman District Council,25044980,Request for Tenders,Open Competition,C1292 Litter and Compactor Clearing 2022 - 2025,C1292,20211103,20211201,20211216,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1292 Litter & Compactor bin Clearing 2022-2025. The scope of the work is fully described in the attached tender document, and key items of work include - The collection and disposal of rubbish collected in approximately 130 street located rubbish bins and Compactor bins spread across the Tasman District. This involves emptying bins on a scheduled basis, which varies depending on summer and winter periods. The Compactor bins are monitored for capacity by Telemetry. The litter is to be disposed of at Council local Refuse & Recovery Centre's.",Awarded,,0,20250410 Tasman District Council,25077742,Request for Quotations,Closed Competition,C1250 Eastern Hills Drain and Borck Creek C1 Construction,C1250,20211110,20211124,20211202,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1250 Eastern Hills Drain and Borck Creek C1 Excavation The scope of the work is fully described in the attached tender document, and key items of work are: Design, set-up and maintenance of Environmental controls. Planning and programming of earthworks to accommodate and maintain access to adjacent work sites, including sealing of the access route. Stripping of topsoil from the works area. Control and management of contaminated topsoil as per resource consent & management plans. Excavation and disposal of bulk fill to form drain profile. Replacement of topsoil to finished level, trimming and stabilising. Installation of environmental enhancement features.",Awarded,,0,20250410 Tasman District Council,25079489,Request for Tenders,Open Competition,C1257 Wastewater Treatment Ponds Maintenance Desludging Contract,C1257,20211110,20211208,20211221,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1257 Wastewater Treatment Ponds Maintenance Desludging. The scope of the work is fully described in the attached tender document, and key items of work are the design and construction of three (3) dewatering basins and the desludging and dewatering of eight (8) wastewater treatment ponds.",Awarded,,0,20250410 Tasman District Council,25082510,Request for Quotations,Closed Competition,C1129 Salisbury Road Watermain Replacement,C1129,20211111,20211124,20211202,,All of Government,No,,"The scope of the work is fully described in the attached tender document, and key items of work are - Design and construction of replacement and upsize of the 150mm cast iron water main in Salisbury Road between Champion Road and William Street with a new 200mm?PE?main, including laterals and rider main.",Awarded,,0,20250410 Tasman District Council,25341554,Request for Tenders,Open Competition,C1283 District Wide Water Meter Renewals 2021-2022,C1283,20220126,20220223,20220322,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1283 District Wide Water Meter Renewals. The scope of work is fully described in the attached tender document, and key items of work are, installing water meters on boundaries of residential and commercial properties.",Not Awarded,No responses.,0,20250410 Tasman District Council,25426015,Request for Quotations,Closed Competition,C1299 Pohara Stormwater Improvements Timber Retaining Wall,C1299,20220216,20220323,20220817,,All of Government,No,,"The Principal Tasman District Council, is inviting you to quote for C1299 Pohara Stormwater Improvements Timber Retaining Wall. The scope of work is fully described in the attached tender document and key items of work are to install a timber retaining wall around three properties on Selwyn Street in Pohara",Awarded,,0,20250410 Tasman District Council,25426315,Request for Quotations,Closed Competition,C1300 Pohara Stormwater Improvements Box Culvert Abel Tasman Drive,C1300,20220216,20220323,20221010,,All of Government,No,,"The Principal Tasman District Council is inviting tender for Contract 1300 Pohara Stormwater Improvements Box Culvert Abel Tasman Drive. The scope of work is fully described in the attached tender document, and key items of work are to install a box culvert and remove the old one.",Awarded,,451380,20250410 Tasman District Council,25460789,Request for Proposals,Open Competition,Historical Records Digitisation Project,,20220224,20220324,20220712,,Sole Agency,No,,"Tasman District Council is seeking specialist services for the digitisation of its historical records. Currently council historical records are only stored in paper copy (in non-standard format, e.g minute books). These records are also frequently requested for LGOIMAs and legal cases so having these records available in digital format will decrease the time taken for staff to respond to these queries. It would also benefit for our community who may want to access these records as part of a research project. As these are protected records, we will only consider tenders that are in New Zealand as we will not be sending these records outside of New Zealand. Please submit a proposal by 24 March 2022.",Awarded,,0,20250410 Tasman District Council,25486520,Request for Proposals,Open Competition,Jobs for Nature Supply Panel - open to new contractors,,20220301,20220318,20220406,,All of Government,No,,"The Tasman District Council has received funding from the government to deliver environmental projects all over the district as part of the government and the Councils response to the COVID-19 pandemic. Following a tender process in February 2021, the Council appointed a 'Jobs for Nature Programme Supply Panel' to assist in the delivery of the environmental projects. We are now re-opening the supply panel to new contractors who may be interested in joining. Successful respondents will then be considered for future work opportunities. Please refer to the Request for Proposal for a full scope of works and the services required.",Awarded,The Tasman District Council has awarded contracts to the following suppliers to join the Jobs for Nature Supply Panel - In Motion NZ Ltd and Freshwater Environmental Ltd.,0,20250410 Tasman District Council,25570665,Request for Quotations,Closed Competition,Port Tarakohe Concrete Column and Beam Wharf Repairs,1288,20220322,20220525,20220818,,Sole Agency,No,,"The Principal Tasman District Council is inviting you to Quote for Contract 1288 Port Tarakohe Concrete Column and Beam Wharf repairs. The scope of the work is fully described in the attached tender document, and key items of work are repair concrete columns and concrete beams that are showing signs of deterioration.",Awarded,,0,20250410 Tasman District Council,25681008,Request for Proposals,Open Competition,Human Resource Information System (HRIS) RFP,,20220411,20220509,20221125,,Sole Agency,No,,"Tasman District Council is looking for solutions and services that support the improvement and modernisation of current HR and Payroll processes. The Council is seeking to select a single, high-functionality, cloud-based, HRIS service that can provide a common platform for all the HRIS functions which will also be able to seamlessly integrate with Payroll and other software like Health and Safety. Please submit your completed proposals by the 9th May (12 noon) to: digital.procurement@tasman.govt.nz Please refer all supplier questions to the same email address. We will collate and publish all relevant answers on GETS.",Awarded,,0,20250410 Tasman District Council,25681280,Request for Proposals,Open Competition,Payroll Solution RFP,,20220411,20220509,20221102,,Sole Agency,No,,"Tasman District Council is looking for solutions and services that support the improvement and modernisation of current HR and Payroll processes. The Council is seeking to select an outsourced payroll solution which will be able to seamlessly integrate with the HRIS system. Please submit your completed proposals by the 9th May (12 noon) to: digital.procurement@tasman.govt.nz Please refer all supplier questions to the same email address. We will collate and publish all relevant answers on GETS.",Awarded,,0,20250410 Tasman District Council,25705754,Request for Proposals,Open Competition,Portfolio Management Application RFP,,20220419,20220520,20221219,,Sole Agency,No,,"Tasman District Council is seeking proposals for a Portfolio Management Application to manage and report on projects, programmes and portfolios. The key objective of this procurement is to replace multiple, diverse spreadsheets to enable proper oversight and governance of the entire project portfolio. A full scope of our requirements are contained in the attached documents. Please submit your proposal by 20th May, 5pm.",Not Awarded,"Unfortunately, unforeseen circumstances have emerged that have added to the burden placed on Councils by the high number of regulatory changes. The quantum of change and the lack of capacity to deal with it have led to a decision to halt this project. We thank all bidders for their time and effort and wish you all well.",0,20250410 Tasman District Council,25834837,Request for Quotations,Closed Competition,C1182 Motueka West Stage 1 Wastewater Rising Main & Water Main (Grey St),1182,20220523,20220601,20220811,,Sole Agency,No,,"The Principal Tasman District Council, is inviting you to quote for Contract 1182 Motueka West, Stage 1 Wastewater Rising Main and Water Main (Grey Street). The scope of the work is fully described in the attached tender document, the key items of work are, the supply and installation of new water supply and wastewater rising main pipe along Grey Street to the junction of Pah Street, which totals approximately 800m of new pipework.",Awarded,,0,20250410 Tasman District Council,26115489,Request for Tenders,Open Competition,"C1297 Port Tarakohe - Breakwater Extension, Pontoon Berths and Fendering Upgrade",C1297,20220801,20220831,20221215,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1297 Port Tarakohe Breakwater Extension, Pontoon Berths and Fendering upgrade. The scope of the work is fully described in the attached tender document, and key items of work are to extend an existing breakwater by 20m, construct and install new pontoon berths and install a new fendering system to replace the existing one on the old concrete wharf. A compulsory briefing session will be held on site at Port Tarakohe on 10 August 2022.",Awarded,,0,20250410 Tasman District Council,26190796,Request for Proposals,Closed Competition,Tasman District Council Records Storage,,20220817,20220914,20220928,,All of Government,No,,"The Principal Tasman District Council invites tenders for Local Authority Records storage and retrieval services. The scope of the work is fully described in the attached tender document. Key items of work are to uplift, store/archive, and retrieve/return Local Authority records in a manner compliant with national standards set out by Archives NZ. PLEASE NOTE: Eligibility to Tender - Only invited suppliers",Awarded,,0,20250410 Tasman District Council,26191434,Request for Quotations,Closed Competition,C1333 Motupipi Wastewater Pump Station Emergency Storage Tank,C1333,20220817,20220914,20221017,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for C1333 Motupipi Wastewater Pump Station Emergency Storage Tanks. The scope of the work is fully described in the attached tender document, and key items of work are to build an underground storage facility (tanks) connected to wet well on Motupipi Street Takaka. PLEASE NOTE: Eligibility to Tender - Only invited contractor",Awarded,,0,20250410 Tasman District Council,26250347,Request for Tenders,Open Competition,C1310 Streetlights and Electronic Road Signs Maintenance 2022-2025,C1310,20220831,20220928,20221128,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1310 Streetlights and Electronic Road Signs Maintenance 2022 - 2025 The scope of the work is fully described in the attached tender document, and key items of work are This is a Three (3) year contract with potentially a further two (2) years of renewal, for the maintenance of streetlights on local roads and in reserves as well as for electronic road signs in the Tasman District. The work also includes testing existing assets for electrical fitness, structural pole testing, cleaning LED luminaires, upgrading of assets particularly poles and infill lighting requiring design capabilities. The contractor should be proficient in use of RAMM (Streetlighting).",Awarded,,0,20250410 Tasman District Council,26390078,Request for Tenders,Closed Competition,C1336 Demolition and Site Clearance at 48 Main Road Hope,C1336,20221003,20221102,20221129,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1336 Demolition and Site Clearance at 48 Main Road Hope. The scope of work is fully described in the attached tender document. Key items of work are to remove, salvage and recycle as much material as possible from the demolition of all existing structures on site. Clear the site of concrete pads and other debris and rubbish.",Awarded,,0,20250410 Tasman District Council,26468687,Request for Quotations,Closed Competition,C1331 Motueka Skate Park,C1331,20221013,20221123,20221219,,Sole Agency,No,,The Principal Tasman District Council is inviting you to quote for Contract C1331 Motueka Skate Park. The scope of work is fully described in the attached tender document and key items of work are to construct a concrete skate park extension with features.,Awarded,,0,20250410 Tasman District Council,26542818,Request for Tenders,Open Competition,C1259 Richmond RRC Dry Building Material Recovery Facility,C1259,20221027,20221122,20221209,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1259 Richmond RRC Dry Building Material Recovery Facility. The scope of the work is fully described in the attached tender document, and key items of work are: Levelling and pavement works; Construct 18m x 25m reinforced concrete slab; Supply containers and fix to slab; Provisional Item dish drain; Erect and fix down container shelter (supplied by Principal); Install gutters and downpipes to shelter; Drainage and trenching to bring 3 waters services plus additional ducting to the slab.",Awarded,,0,20250410 Tasman District Council,26636001,Request for Tenders,Open Competition,C1251 Borck Creek SH60 Bridge Upgrade,C1251,20221116,20221221,20231106,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1251 Borck Creek SH60 bridge upgrade. The scope of the work is fully described in the attached tender document, and key items of work are the construction of the new bridge and a temporary bypass. Traffic Management by Contractor. Construction of a new entrance for two neighbouring properties. The removal of the temporary bypass after completion of the new bridge.",Not Awarded,Tender withdrawn.,0,20250410 Tasman District Council,26661462,Request for Quotations,Closed Competition,C1301 Pohara Stormwater Improvement - Bund Wall,C1301,20221122,20221214,20230123,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1301 Pohara Stormwater Improvement - Bund Wall. The scope of the work is fully described in the attached tender document, and key items of work are to construct a clay bund wall and a timber retaining wall",Awarded,,0,20250410 Tasman District Council,26813464,Request for Tenders,Open Competition,C1305 Motueka West Stage 2 WW Rising Main - Pah St to Motueka Bridge,C1305,20230118,20230215,20230316,,All of Government,No,,"This contract is for the installation of a new polyethylene (PE) wastewater rising main approximately 3 kilometres long. The pipeline alignment will follow Pah Street, Atkins Street, Parker Street, High Street and Lyndhurst Avenue (SH60). All sections can be installed via open trenching methods, with the exception of a short section beneath the Motueka River stopbank which will require use of a trenchless installation technology. The pipeline will serve the growing communities in Motueka West, conveying wastewater from development there to the wastewater treatment plant.",Awarded,,0,20250410 Tasman District Council,26917906,Request for Quotations,Closed Competition,C1255 Pohara Valley to 4 Winds Wastewater Rising Main,C1255,20230208,20230315,20230511,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1255 Pohara Valley to 4 Winds Wastewater Rising Main. The scope of the work is fully described in the attached tender document, and key items of work are Installing a pressure main from Pohara Valley Road to Four Winds Pump Station.",Awarded,,0,20250410 Tasman District Council,27019468,Request for Tenders,Closed Competition,C1318 Apple Shed Kitchen & Bar - Minor Refurbishment and Repair Works (Stage 2),C1318,20230301,20230327,20230510,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1318 Apple shed Kitchen and Bar Stage Two Minor Refurbishment and Repair Works The works are mainly focussed on the Heritage cat II listed buildings external envelope including a renewal and upgrade of the Aranui Road Store area. Additionally, renewal and repair works are also planned for the existing windows, skylights, and roof as part of this project. Finally, the external areas are planned to be upgraded with new concrete pathway and a raised deck. The scope of the work is fully described in the attached tender documents, all refurbishment, replacement, and repair works are to be undertaken inline with the tender documents, and architectural drawings and specifications.",Awarded,,0,20250410 Tasman District Council,27025259,Request for Quotations,Closed Competition,C1265 Residential Greenways 2022/2023,C1265,20230302,20230331,20230413,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1265 Residential Greenways 2022/2023. The scope of the work is fully described in the attached tender document, and key items of work are: Raised intersections and road speed tables. PLEASE NOTE: Eligibility to Tender - Only contractors on Tasman District Council's Roading Minor Works Supplier Panel are eligible as prospective Tenderers to submit a tender.",Awarded,,0,20250410 Tasman District Council,27082879,Request for Quotations,Closed Competition,C1363 Pohara Shared Path,C1363,20230314,20230405,20230602,,Sole Agency,No,,The Principal Tasman District Council is inviting you to quote for Contract 1363 Pohara Shared Path. The scope of the work is fully described in the attached tender document and key items of work are to construct a gravel path 800m long.,Awarded,,0,20250410 Tasman District Council,27096861,Request for Quotations,Closed Competition,C1375 Mariri RRC Concrete Slab,C1375,20230315,20230405,20230427,,All of Government,No,,"Tasman District Council welcomes proposals from our Pavement and Surfacing Panel to deliver this important project at our Mariri Resource Recovery Centre in Lower Moutere as part of a planned suite of improvements at the site. This project is to construct a steel reinforced concrete slab for storage and management of scrap metal at the site, which will improve recovery of this material by keeping it clean Please note eligibility to tender - This Request for Quote is only open to Suppliers on Tasman District Councils Surface and Pavement Construction Supplier Panel",Awarded,,0,20250410 Tasman District Council,27232443,Request for Tenders,Open Competition,C1379 Motueka Transport Choices State Highway Improvements,C1379,20230412,20230504,20230927,,All of Government,No,,"The Principal Tasman District Council, is inviting tenders for Contract 1379 - Motueka Transport Choices State HIghway Improvements. The scope of the work is fully described in the attached tender document, and key items of work are intersection improvements, raised tables and cycle ways.",Awarded,,0,20250410 Tasman District Council,27567324,Request for Tenders,Open Competition,C1351 Kaiteriteri Footpath and Boardwalk,C1351,20230619,20230719,20230829,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1351 Kaiteriteri Footpath and Boardwalk. The scope of work is fully described in the attached tender document and key items of work, are to construct a gravel and boardwalk wooden path along the edge of the estuary on Martin Farm Road in Kaiteriteri.",Awarded,,0,20250410 Tasman District Council,27652981,Request for Tenders,Open Competition,C1376 Transport Choices - William Street Upgrade Cycleway and Raised Table Construction,C1376,20230703,20230809,20230907,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1376 Transport Choices William Street Upgrade Cycleway and Raised Table Construction. The scope of the work is fully descried in the attached tender document, and key items of work are, constructing raised tables, footpaths, signs and line marking.",Awarded,,0,20250410 Tasman District Council,27889874,Request for Tenders,Open Competition,C1378 Transport Choices - Richmond Area Cycleway and Raised Table Construction,C1378,20230815,20230913,20230928,,All of Government,No,,"The Principal, Tasman District Council is inviting tenders for Contract 1378 Transport Choices - Richmond Area Cycleway and Raised Table Construction. The scope of the work is fully described in the attached tender document and key items of work are constructing raised tables, footpath, signs and line marking.",Awarded,,0,20250410 Tasman District Council,27942846,Request for Tenders,Closed Competition,C1360 Murchison Pump Track,C1360,20230823,20230906,20230926,,Sole Agency,No,,"The Principal Tasman District Council is inviting tenders for Contract 1360 Murchison Pump Track. The scope of work is fully described in the attached tender document, and key items of work are: - Concept design - Detailed design and scope provided in consultation with the community working group - Necessary plans provided (Health and Safety, Environmental, Quality, Site Management) - Material gathering - Contractor/volunteer management - Quality assurance control - Construction of the pump track - Asphalting the pump track",Awarded,,0,20250410 Tasman District Council,27979840,Request for Tenders,Open Competition,C1380 Motueka Transport Choices East,C1380,20230829,20230927,20240528,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1380 Motueka Transport Choices East Package The scope of the work is fully described in the attached tender document, and key items of work are Tudor Street Cycle Path, Thorp Harbour Tudor Intersection Improvements and Harbour Road Improvements.",Awarded,,0,20250410 Tasman District Council,28103984,Request for Quotations,Closed Competition,C1364 Motupipi Shared Path,C1364,20230914,20231018,20240314,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1364 Motupipi Shared Path The scope of the work is fully described in the attached tender document and key items of work are to construct a gravel path 800m long.",Awarded,,0,20250410 Tasman District Council,28263037,Request for Tenders,Open Competition,C1249 Motueka West Stormwater Discharge System,C1249,20231011,20231108,20231207,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1249 Motueka West Stormwater Discharge System. The scope of work is fully described in the attached tender document. The Motueka West Stormwater Discharge System is a significant project for Motueka. It will provide a 460m long stormwater line to drain an area to the west of High Street earmarked for greenfield development. This project is one of a number of projects to service the site which will enable the first stage of up to two hundred houses to be developed by the end of 2029. Kianga Ora (formerly Housing NZ) is contributing financially and partnering with Council and the Developer to achieve this first stage.",Awarded,Awarded - Subject to landowner easements being gained.,0,20250410 Tasman District Council,28303407,Request for Tenders,Open Competition,C1377 Transport Choices - Queen Street to Wensley Road Roundabout and Raised Table Crossing,C1377,20231018,20231115,20240115,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1377 Transport Choices Queen Street to Wensley Road Roundabout and Raised Table Construction. The scope of the work is fully described in the attached tender document, and key items of work are constructing various raised tables and re constructing two roundabouts as well as associated drainage works.",Not Awarded,Tender cancelled due to NTZA funding for Transport Choices Programme,0,20250410 Tasman District Council,28303741,Request for Tenders,Closed Competition,C1406 Borck Creek B3 Completion,C1406,20231018,20231115,20231124,,All of Government,No,,"Note: Only those on Tasman Disctrict Councils ""Roading Minor Works"" and ""Drainage Construction and Wastewater Reticulation"" Supplier Panels are eligible to submit a tender. This project involves construction of the next section of the Borck Creek floodway, which runs through the Richmond West residential area. Key work required is removal of 8,500 m3 of fill off-site to form the new channel, and construction of a private driveway with associated service relocations.",Awarded,,0,20250410 Tasman District Council,28311069,Request for Proposals,Open Competition,Provision of a Customer Relationship Management (CRM) solution based on the Microsoft Cloud Platform (Dynamics 365),C1425,20231019,20231116,20240527,,All of Government,No,,"Tasman District Council (the Council) will deliver a new customer service model enabled by new capabilities, systems, and processes and we need your help to do it. The Council is excited to be releasing this Request for Proposal (RFP) for Project Harakeke - a Customer Relationship Management (CRM) system based on the Microsoft Cloud Platform. Our approach to the challenges we face is different and we are looking for a Microsoft Partner to work with us to transform the way we deliver services and implement a CRM Platform that enables our future service model and enhances the end-to-end service experience for our customers, staff and partners. We expect that the solution we implement will demonstrate the effectiveness of modern platform approaches in solving longstanding issues that impact Local Government entities across New Zealand. The functional scope of the CRM Platform that you will be designing and delivering is extensive and will consist of a small number of interoperable products such as Microsoft Dynamics 365 Customer Service, Microsoft Power Platform and Microsoft Power BI. The Microsoft Partner we are seeking is one who can bring leading Microsoft Business Applications product experience, innovative thinking, and insights drawn from experience. The Partner we choose will be able to implement Dynamics 365 and Power Platform solutions that showcase their full potential and, in doing so, will support the redesign of how we deliver services to our customers.",Awarded,"Contract Award Notice Overview - Tasman District Council advises that we have successfully contracted with HCL (New Zealand) Limited as at 27 May 2024 for the Provision of a Customer Relationship Management Solution on the Microsoft Cloud Platform (Dynamics 365). RFP Outcome - This tender has been completed.",0,20250410 Tasman District Council,28378321,Request for Proposals,Closed Competition,C1412 Data Partner,C1412,20231101,20231129,20240521,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1412 Data Partner. The scope of the work is fully described in the attached tender document, and key items of work are: Tasman District Council are looking to procure a data partner to: Show us how we can deliver on our Data and Insight workstream objectives outlined in the RFP. Bring industry perspectives of what good looks like for people, processes, platforms, and data. Help produce a credible roadmap and approach to outline what we can be achieved each year. Establish a practical and workable data and insights governance framework. Support the tooling of our data environment. It is important to find the right kind of partner who can understand, work within our context and help take our people on the journey. These softer skills are as important as the technical capabilities we seek. It is important that the supplier has the capability, capacity and experience to deliver the outcomes we desire. We are looking for supplier to provide innovative initiatives and can help us develop our own skills and capability in modern data management. It is important that the supplier can understand the particular challenges local government context places on the organisational data management.",Awarded,,0,20250410 Tasman District Council,28462460,Request for Tenders,Open Competition,C1424 Port Tarakohe Office/Ablution block,C1424,20231115,20231213,20240530,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1424 Port Tarakohe Office/Ablution block. The scope of work is fully described in the attached tender document, and key items of work are - Design & build of a new toilet block and office at Port Tarakohe.",Awarded,,1600000,20250410 Tasman District Council,28790445,Request for Quotations,Closed Competition,C1442 Residential Greenways 23/24,C1442,20240207,20240306,20240321,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1442 Residential Greenways 23/24. The scope of the work is fully described in the attached tender document, and key items of work are, raised table construction, drainage, signs and line marking. Please note: Eligibility to Tender - Only contractors on Tasman District Councils Roading Minor Works supplier panel are eligible as prospective tenderers to submit a quote.",Awarded,,277031,20250410 Tasman District Council,28869606,Request for Tenders,Open Competition,C1383 Professional Services Traffic Counting,C1383,20240221,20240320,20240522,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1383 Professional Services Traffic Counting. The scope of the work is fully described in the attached tender document, and key items of work are: 1. to provide the relevant technical expertise and services necessary to deliver the Councils traffic counting programme. 2. to complete an annual traffic counting programme and enter this data into RAMM. 3. to optimise the number of traffic counts via a combination of: a. Implementing the RAMM Traffic Count Estimation module b. Optimising traditional week long classified counts so that they collect valuable speed data and classified vehicle counts c. Undertake a review of the count programme by the Consultant and the Client considering all of the data sources available to Council. This may allow the number of annual and 6-monthly counts to be reduced, while still maintaining robust traffic count estimation across the network. The 6-monthly counts were initially intended to give an indication of seasonal variation. With better use of the traffic data from the continuous count sites, some seasonal variation counts may be able to be reduced. 4. To provide a database additional to RAMM to store and present data for: a. Traffic speed b. Cycle counts c. Intersection turning counts, and d. Councils two continuous count sites e. Such a database will be developed by the Consultant and Client together. The database shall be in a readily accessible format and regularly updated by the Consultant. A simple database setup in Excel can meet the requirements.",Awarded,,379800,20250410 Tasman District Council,28881657,Request for Quotations,Closed Competition,C1369 Moutere Weir Rehabilitation,C1369,20240222,20240228,20240307,,Sole Agency,No,,"This contract involves deconstructing an existing ex-hydrology weir on the Moutere River and constructing multiple smaller weirs, along with associated service relocations and earthworks. The purpose is to establish reliable fish passage at this point in the river, as the current weir provides an almost total barrier to fish moving upstream.",Awarded,,154744,20250410 Tasman District Council,29008826,Request for Proposals,Open Competition,C1440 Waste Management Services 2025-2035,C1440,20240313,20240614,20240917,,All of Government,No,,"The Services covered by this Contract includes the following activities which are supported by the relevant specifications: Collections Rubbish Collection Service Recyclables Collection Service Glass Collection Service Management of Receptacles Client and Customer liaison. Facilities Full management and operation of all Resource Recovery Centres and Drop off sites o Richmond RRC o Mariri RRC and three-bay Glass bunker o Collingwood RRC (and re-use shop) o Murchison RRC and re-use shop o Takaka RRC, three-bay Glass bunker and re-use shop o Kaiteriteri Drop-off site Liaison with customers and public on site Kiosk and weighbridge operation Handling of Hazardous Waste Arranging regular removal of stockpiled Material for recycling e.g. whiteware and metals General site management including health and safety management, keeping the site clean and Litter free, management of any illegal dumping. site security, servicing and repair of assets, grounds maintenance, record keeping, Consent compliance, monitoring and reporting. Materials Recovery Facility (MRF) and Glass Handling Facility (GHF) Operation of the MRF to process Recyclables Operation of a GHF for Glass Management of markets and the sale of all Recyclables and Glass Transportation The provision of Transportation Vehicles and equipment to haul Waste, Recyclables and Glass, and where applicable Greenwaste and other Materials, to the Nominated Facilities.",Awarded,,0,20250410 Tasman District Council,29060971,Request for Quotations,Closed Competition,C1481 Environmental Information Portal: Hills and Rivers,C1481,20240320,20240410,20240604,,Sole Agency,No,,"The Principal Tasman District Council is inviting you to quote for Contract C1481 Environmental Information Portal Hills and Rivers The scope of work is fully described in the attached tender document.",Awarded,,0,20250410 Tasman District Council,29064100,Request for Quotations,Closed Competition,C1480 Medium Density Residential Zone - Plan Drafting and Design Guidelines,C1480,20240320,20240410,20240604,,Sole Agency,No,,The Principal Tasman District Council is inviting tenders for Contract 1480 MDRZ Plan and Guidelines. The scope of work is fully described in the attached tender document.,Awarded,,0,20250410 Tasman District Council,29135949,Request for Tenders,Closed Competition,C1356 Moutere Hills Community Centre - Wastewater Treatment System Upgrade,C1356,20240403,20240424,20240530,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1356 Moutere Hills Community Centre - Wastewater Treatment System Upgrade. The scope of work is fully escribed in the attached tender document. The Council is going out to an invited list of local suppliers for tenders to complete the services to install an extension to the Moutere Hills Community Centre on site wastewater treatment system and disposal field.",Awarded,,90792,20250410 Tasman District Council,29305788,Request for Quotations,Closed Competition,C1485 Tasman Urban Intensification - Social impact Assessment,C1485,20240501,20240515,20240604,,All of Government,No,,"The Principal Tasman District Council, is inviting quotes for Contract 1485 Tasman Urban Intensification Social Impact Assessment. The scope of the work is fully described in the attached Request for Quotation document and key items of work are the assessment of the social impact of implementing a Medium Density Residential Zone in Richmond, Brightwater and Wakefield.",Awarded,,0,20250410 Tasman District Council,29462820,Request for Quotations,Closed Competition,C1482 Decks Reserve Playground Improvements,C1482,20240523,20240606,20240708,,Sole Agency,No,,"The Principal Tasman District Council is inviting you to quote for Contract 1482 Decks Reserve Playground Improvements. The scope of work is fully described in the attached tender document, and key items of work are installing a new asphalt 3x3 basketball court, a new concrete path, accessible seating, converting mulch cushion fall to ""pour and play"" product, installing play equipment (already in stock at Tasman District Council yard).",Awarded,,0,20250410 Tasman District Council,29579521,Request for Tenders,Open Competition,C1499 Demolition/Salvage of Properties 61 and 81 Headingly Lane,C1499,20240612,20240724,20240826,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1499 Demolition/Salvage of properties 61 and 81 Headingly Lane. The scope of the work is fully described in the attached tender document, and key items of work are: All buildings, structures, rubbish and general items need to be removed from site complete, including concrete pads, paving and foundations (where not contaminated). Materials that have been deconstructed and can be re-used or salvaged become the property of the contractor once they leave site. Materials that cannot be re-used or salvaged will need to go to landfill.",Awarded,,0,20250410 Tasman District Council,29588812,Request for Quotations,Closed Competition,C1545 Hill Street Kerb and Footpath Renewal,C1545,20240614,20240704,20240709,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1545 Hill Street Kerb and Footpath Renewal - Churchill Avenue to near Hill Street. Key items of work are - Renew approximately 263m of Std Kerb & Channel, 325m2 of concrete path and 230m2 of vehicle accessways. There is also approximately 210m of Subsoil drain to be constructed. Only those invited can submit a quote.",Awarded,,0,20250410 Tasman District Council,29920551,Request for Tenders,Closed Competition,C1559 Local Water Done Well - Expert Services,C1559,20240806,20240822,20240904,,All of Government,No,,"The Principal, Tasman District Council is inviting tenders for Contract 1559 Local Waters Done Well - Expert Services. This is a closed contract for invited Tenderers only. The Scope of work is fully described in the attached tender document.",Awarded,,0,20250410 Tasman District Council,29973993,Request for Quotations,Closed Competition,C1479 Tasman's Great Taste Trail Operations and Maintenance 2024-2029,C1479,20240814,20240911,20240916,,Sole Agency,No,,"The Principal Tasman District Council is inviting you to quote for Contract 1479 Tasman's Great Taste Trail Operations and Maintenance. The scope of work is fully described in the attached tender documents.",Awarded,,0,20250410 Tasman District Council,29984028,Request for Proposals,Closed Competition,C1448 Motueka Catchment Nature-Based Solutions,C1448,20240814,20240911,20240930,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract C1448 Motueka Catchment nature-based solutions. The scope of the work is fully described in the attached tender document, and key items of work are: Comprehensive nature-based flood model of the Motueka Catchment. Calibration to historical events and data. Evaluation of Nature Based Solutions. Recommendations based on hydrodynamic modeling results",Awarded,,0,20250410 Tasman District Council,30029700,Request for Proposals,Open Competition,C1567 Legal Services Panel for Tasman District Council and Nelson City Council,C1567,20240821,20240918,20241210,,All of Government,No,,"The Principals Tasman District Council and Nelson City Council are inviting tenders for Contract 1567 Legal Services Panel. The scope of the work is fully described in the attached tender document for a Legal Services Panel that can provide high quality, cost effective, practical and efficient legal services in specified subject areas in a Local Government context.",Awarded,,0,20250410 Tasman District Council,30130441,Request for Tenders,Open Competition,C1534 Urban Water Reticulation - Renewals Programme,C1534,20240905,20241009,20241107,,All of Government,No,,"The Principal Tasman District Council is inviting tenders from Contract 1534 Urban Water Reticulation - Renewals Programme. The scope of the work is fully described in the attached tender document, and key items of work in this first year will consist of - Tahi Street, Mapua o Watermain and rider main renewals Queen Street, Richmond o Water main renewals Polglase Street, Richmond o Private right of way lateral upgrade",Awarded,,0,20250410 Tasman District Council,30261350,Request for Tenders,Open Competition,C1141 Richmond South Low Level Reservoir,C1141,20240925,20241030,20241205,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1141 Richmond South Low Level Reservoir. The scope of work is fully described in the attached tender document, and the key item of work is to construct a 2500m3 water reservoir tank and associated pipe work.",Awarded,,0,20250410 Tasman District Council,30261519,Request for Quotations,Closed Competition,"C1571 Collingwood, Upper Takaka and Pohara Water Treatment Plant Upgrades",C1571,20240925,20241023,20241105,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1571, Collingwood, Upper Takaka and Pohara Water Treatment Plant Upgrades The scope of the work is fully described in the attached tender document, and key items of work are - Collingwood Addition of cartridge filtration. New caustic dosing plant to replace the existing aeration tower. Associated works including upgrades for chemical delivery and pipework modifications Automation and control upgrades. Pohara Renew equipment including chlorine dosing equipment and chlorine contact tank. Incorporation of a standby treated water pump. Process operation and control improvements. Communications upgrade. Upper Takaka Renew filter media. Addition of chlorination. Automation upgrades including changes to raw water flush operation.",Awarded,,0,20250410 Tasman District Council,30263247,Request for Tenders,Open Competition,C1581 Demolition Deconstruction of property 520 Hill St South,C1581,20240925,20241023,20241126,,All of Government,No,,"The Principal Tasman District Council, is inviting tenders for Contract 1581 Demolition / deconstruction of property 520 Hill Street South The scope of the work is fully described in the attached tender document and key items of work are: All buildings, structures, rubbish and general items need to be removed from site complete, excluding concrete pads, paving and foundations. Materials that have been deconstructed and can be re-used or salvaged, become the property of the contractor once they leave site. Materials that cannot be re-used or salvaged will need to go to landfill.",Awarded,,0,20250410 Tasman District Council,30273328,Request for Tenders,Open Competition,C1272 Brightwater SH6 Watermain Renewal,C1272,20240926,20241030,20241121,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1272 Brightwater Reticulation SH6 Main Renewal The scope of the work is fully described in the attached tender document, and key items of work are renewal of 1650m of 150mm AC main with 250mm PE from Ranzau Road to Three Brothers Corner. This project also includes replacing approximately 300m of 60mm rider main.",Awarded,,0,20250410 Tasman District Council,30308049,Request for Quotations,Closed Competition,C1557 Upper Moutere Shared Path,C1557,20241002,20241030,20241111,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1557 Upper Moutere Shared Path. The scope of work is fully described in the attached tender document, and key items of work are to construct a shared gravel pathway.",Awarded,,0,20250410 Tasman District Council,30309379,Request for Quotations,Closed Competition,C1576 Tapawera WTP and Bore Renewal - Electrical Services,C1576,20241002,20241023,20241106,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1576 Tapawera WTP and Bore Renewal? - Electrical services The scope of the work is fully described in the attached tender document, and key items of work are: Developing a full scope and specification for the Electrical works is a key requirement, based on the expected mechanical design and specifications of the plant, to meet the required pressure, flow and water quality outputs. We are seeking a solution that: Review and give feedback on the proposed plant layout as it relates to the electrical design Confirm estimated power requirements for the plant early in the process so if a network upgrade is required it can be actioned with the least delay risk for the project delivery Work in parallel with the Water Treatment Plant Design/Build Contractor from the early design stage to determine electrical and software requirements? Be familiar with existing electrical layouts, control systems and software?within Tasman District Councils existing water treatment plants, accommodate requests and feedback from our site operator as far as practical Develop the electrical specification, based on the functional description provided by the WTP design/build contractor Complete all other works required for the electrical operation of the plant, ie SCADA systems, detailed control logic etc. Undertake commissioning and testing of the proposed electrical control system design to debug and optimise its function Submit the electrical design and specification for Peer Review (if requested) and undertake agreed changes. Provide asbuilt drawings, operation and maintenance manuals as appropriate.",Awarded,,0,20250410 Tasman District Council,30366309,Request for Tenders,Closed Competition,C1572 Motueka Stopbank Refurbishment Stage 2,C1572,20241009,20241106,20241121,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1572 Motueka Stopbanks Refurbishment Stage 2. The scope of the work is fully described in the attached tender document, and key items of work are management of the fill supply site and reconstruction of 1200m of stopbank at two sites for the upcoming summer. The winning bidder will also be eligible to undertake the balance of construction works for the project, if they perform. Cost fluctuations and monthly KPI scoring have been provided for.",Awarded,,0,20250410 Tasman District Council,30580098,Request for Tenders,Closed Competition,C1570 Ranzau to SH60 Accessways,C1570,20241106,20241204,20241212,,All of Government,No,,"The Principal Tasman District Council is inviting tenders for Contract 1570 Ranzau to SH60 Accessways. Tasman District Council need two significant accessways and one small driveway constructed as part of a large land acquisition project. These two accessways are to reinstate access to residential and horticultural users. One of the accessways is onto a State Highway. We are looking for a predominantly rural construction standard. We are looking for contractors experienced in rural/horticultural access track construction. We also want someone comfortable with building specific sections to a higher standard to accommodate the different users and experience with NZTA State Highway Entrance Construction Standards. Only contractors on Tasman District Councils Roading Minor Works supplier panel are eligible to submit a Response. This is the Supplier Panel for the primary part of the Contract Works. One accessway is through an operational vineyard and construction is intended to commence as soon at the grape harvest is completed in early 2025. Construction must not damage horticultural area, private property or utility services adjacent to the worksite.",Awarded,,0,20250410 Taumata Arowai,25419406,Request for Proposals,Closed Competition,Stakeholder Engagement,,20220214,20220225,20220322,,Sole Agency,No,Nadine.eton@taumataarowai.govt.nz,"Kia ora, Taumata Arowai are interested in proposals from suppliers in how to design and deliver an Engagement Survey to baseline and monitor over time 1) how we are perceived and the strength of our relationships 2) attitudes & behaviours of key stakeholders and 3) the information wants, needs, channel preferences of our stakeholders. This information is important to assist us to measure and monitor our strategic intentions under the Water Services Act 2021. Attached is the CSO document which provides greater detail into this work. We will be holding presentations on the 28th of February and you will be sent a separate email with time options. Please do not hesitate to reach out if you have any questions.",Awarded,Contract Awarded to Kantar Public on the 22/03/2022,226700,20250410 Taumata Arowai,25429993,Request for Proposals,Closed Competition,Independent Website Review,,20220217,20220303,20220419,,Sole Agency,No,,"Since Taumata Arowai was established from a crown entity in March 2021 (with the website launching at this time) and then through to go-live as the regulator, there has been a large amount of content, functionality and pages created for the website. Were wanting to run a review and evaluation to ensure the content and guidance is suitable for our audience groups, is easy to understand and that our website provides an optimal user experience.",Awarded,Contract Awarded to Insight Creative.,0,20250410 Taumata Arowai,25500646,Request for Proposals,Closed Competition,Understanding of the water sector knowledge landscape in Aotearoa,,20220304,20220329,20220411,,Sole Agency,No,,"As a new regulatory agency, Taumata Arowai needs to develop a comprehensive understanding of the water sector landscape in Aotearoa New Zealand and internationally. This will enable Taumata Arowai to identify where we can best target our limited resources, in a way that gives effect to Te Mana o te Wai and is consistent with the principles of Te Tiriti o Waitangi, to affect positive change within the water services sector. We are inviting suppliers off the AOG Consultancy Panel to help develop the understanding of the knowledge landscape and submit proposals (in the form of presentations) on how this work may evolve. Attached is the CSO with more detail of what is required. You will be sent presentation timeslots in the coming days, please indicate a first and second preference. if you have any questions please do not hesitate to ask. If you would like a supplier briefing on this mahi, it can be arranged but please advise as soon as possible. Nga mihi Nadine",Awarded,"Contract is awarded to Aurecon New Zealand Limited on the 11/04/2022 Level 8, Spark Central, 42-52 Willis Street, Wellington, 6011 , New Zealand",350000,20250410 Taumata Arowai,25524276,Request for Proposals,Closed Competition,Regulatory Delivery Support Services,,20220310,20220324,20220411,,Sole Agency,No,,"Taumata Arowai has a statutory duty to receive and respond to notifications from accredited laboratories and water suppliers following reports of problems with drinking water supplies including unsafe drinking water, exceedances of drinking water standards and interruption of the drinking water supply. Taumata Arowai require the services of an external Supplier with an in-depth understanding of Water Service Act requirements who will be able to manage the demands and high numbers of notifications of unregistered supplies across Aotearoa. In addition, the Supplier would support Taumata Arowai in understanding the sector in the Northland area. The Supplier would need to provide consultants across Aotearoa who have drinking water expertise, be current with the requirements for water suppliers under the Water Services Act 2021 and be able to answer questions about a drinking water suppliers obligations and regulatory timeline being used by Taumata Arowai. Further information can be found in the attached CSO.",Awarded,,125000,20250410 Taumata Arowai,25769492,Award Notice,Open Competition,Technical Support for Wastewater and Stormwater,,20220316,20220316,20220316,,Sole Agency,No,,,Awarded,,0,20250410 Taumata Arowai,26022825,Award Notice,Closed Competition,Learning Management System,,20220211,20220411,20220623,,Sole Agency,No,,,Awarded,,114350,20250410 Taumata Arowai,26046215,Award Notice,Open Competition,Situational Risk Assessment - Learning and Development,N/A,20220714,20220714,20220609,,Sole Agency,No,,,Awarded,Contract awarded on the 09th June 2022,127000,20250410 Taumata Arowai,28309213,Request for Proposals,Open Competition,Budgeting and Forecasting Tool for Taumata Arowai - RFP,CN-001012,20231020,20231117,20240201,Corporate,Sole Agency,No,n/a,"A Budgeting and Forecasting tool is required to enable Taumata Arowai to better manage our financial budgeting and forecasting processes and to improve timeliness of monitoring spend against approved and allocated budgets. We do not want a full Enterprise Finance system/FMIS. The most important outcomes of this procurement will be that Taumata Arowai gets a system that: - Ensures we can better manage our financial budgeting and forecasting processes. - We have improved timeliness of monitoring spend against approved and allocated budgets. - it is appropriate to our size (100-200 FTE) responsibilities as a small crown entity and the number of systems users (approx. 40 - 80).",Awarded,,0,20250410 Taumata Arowai,28644191,Request for Proposals,Closed Competition,Taumata Arowai HRIS solution - RFP,CN-001014,20240209,20240301,20240403,Corporate,Sole Agency,No,n/a,"This RFP is for stage 2 of the Taumata Arowai HRIS solution multi-staged tender process. From the ROI stage (GETS ref 28621867): Taumata Arowai needs a HRIS and HRM system (excluding Payroll), in order to reduce inefficiencies of manually entering and correcting our people data, improve reliability and accuracy of our reporting, improve the employee experience and reduce costs by streamlining platforms. We are after a HRIS/HRM to capture our employee data and streamline the functions relating to the employee lifecycle (recruitment, onboarding, training, offboarding, performance management, reporting etc). The system will enable us to be more efficient and effective during this stage of rapid growth and once we settle into BAU. We have outgrown our current process for capturing employee data and now need something more reliable, with less risk of human error by automating information flows.",Awarded,,0,20250410 Taumata Arowai,29496621,Request for Proposals,Open Competition,IT user equipment leasing provider,CN-001122,20240619,20240719,20240913,Corporate,Sole Agency,No,n/a,"The Taumata Arowai laptop fleet is about to start the refresh/replacement cycle. Approximately 110 laptops will need to be leased as part of the refresh/replacement cycle. There will be a need for 60 laptops to replace those being returned in this current drawdown immediately upon completion of this RFP. Taumata Arowai is looking for a supplier to purchase the equipment from the hardware supplier of our choice (a separate procurement process has just been completed to select a preferred supplier and user device for the next 3-4 years) and to then provide us with the use of the user devices under an operating lease. Note: All questions/communications relating to this RFP must be done through GETS.",Awarded,,0,20250410 Taupo District Council,29588379,Request for Proposals,Closed Competition,CN000595 - AoG Furniture Supply & Installation for new building,CN000595,20240613,20240712,20241101,,Sole Agency,No,,"Taupo District Council is seeking proposals from experienced AoG office furniture suppliers to supply and install the furniture for the fit-out of the new Council administration building at 67 Horomatangi Street, Taupo. The proposal will need to allow for flexibility for delivery and installation. Documents are available at no charge via the GETS web site. Tenders close within the GETS Tenderbox, at 2pm on Tuesday, 9 July 2024. Any enquiries please contact procurement@taupo.govt.nz The lowest price or any tender not necessarily accepted. Procurement Manager",Awarded,,0,20250410 Teaching Council of Aotearoa New Zealand,26874198,Request for Proposals,Open Competition,Raising the Awareness of the Teaching Council of Aotearoa New Zealand,,20230201,20230224,20230501,,All of Government,No,,"This RFP is issued by the Teaching Council of Aotearoa New Zealand. We are also referred to as Matatu Aotearoa. The Teaching Council of Aotearoa New Zealand | Matatu Aotearoa is the professional body representing over 150,000 Registered teachers in early childhood education, primary and secondary schooling. Our purpose is to ensure safe and high-quality leadership, teaching and learning for children and young people through raising the status of the profession. We do this by ensuring teachers are competent, fit to practice, and accountable for the way in which they teach. We wish to purchase strategic communications advice which will help shape highly effective communication strategies and creative concepts to raise awareness of the role and functions of the Teaching Council. Our intended audiences for this work teachers and professional leaders in ECE, primary, and secondary schools. We are looking for providers who have a strong track record of working within the education sector and/or working with professional bodies and it is expected that the providers will have effective networks and strong relationships (socio - cultural) within the teaching profession. We are a Te Tiriti-led and values-based organisation, with our values reflecting the values of the teaching profession. We expect providers to be able to demonstrate strong alignment to these values. We dont need this work to include research or insights on the perceptions of the organisation by teachers as this work has been separately commissioned and will be made available to the successful supplier. The work will also exclude any subsequent implementation of communication strategies and creative concepts that are developed.",Awarded,,50000,20250410 Teaching Council of Aotearoa New Zealand,28583871,Request for Proposals,Open Competition,Implementation of Communications Strategy,,20231206,20240202,20240329,,Sole Agency,No,,"Matatu Aotearoa | Teaching Council of Aotearoa New Zealand is the professional body representing over 150,000 Registered teachers in early childhood education, primary and secondary schooling. The Teaching Councils purpose is to ensure safe and high-quality leadership, teaching and learning for children and young people through raising the status of the profession. We do this by ensuring teachers are competent, fit to practice, and accountable for the way in which they teach. Matatu Aotearoa | Teaching Council of Aotearoa New Zealand is an independent statutory body funded by fees and a levy that are paid by teachers. Unlike other professional bodies, teachers are obligated to pay these fees and levy because they are not able to be lawfully employed by Schools or Kura unless they hold a current practising certificate or Limited Authority to Teach. Also, unlike other professional bodies, in many situations teachers are obligated to personally pay these fees and the levy, and their employer legally cannot pay on their behalf. We wish to purchase communications services and advice that will seek to help us raise awareness of who we are and what we do with teachers through creative execution and implementation of our newly developed communications strategy and creative brief. The objective is to ensure the teaching profession have a stronger connection to the work we do and perceive value in it. Our intended audiences for this work are ECE, primary, and secondary teachers. We are looking for providers who have a strong track record of working within the education sector and/or working with professional bodies and it is expected that the providers will have effective networks and strong relationships (socio - cultural) within the teaching profession. We also expect providers to be able to demonstrate the ability to work effectively with our Board members and to utilise and incorporate their expert knowledge of teachers and the teaching profession into this work. As a not-for-profit organisation that is funded by teachers, we expect providers to be able to demonstrate approaches that represent value for money and can effectively leverage our investment into much larger and impactful outcomes that benefit the teaching profession. Finally, we are a Te Tiriti-led and values-based organisation, with our values reflecting the values of the teaching profession. We expect providers to be able to demonstrate strong alignment to these values.",Awarded,,0,20250410 Te Aho o Te Kura Pounamu,24468685,Request for Proposals,Open Competition,Microsoft Dynamics Business Central Implementation and Support Services,FIN2021002,20210628,20210721,20211203,,Sole Agency,No,,"Te Aho o Te Kura Pounamu (Te Kura) has made the strategic decision to replace its existing Financial Management Information System (FMIS), Microsoft Dynamics NAV 2016 (NAV 2016), and its budgeting and reporting solution, currently Oracle EPM, with flexible, modern software solutions that can be delivered as a service using cloud-based technology. Taking a business outcome approach, Te Kura has identified Microsoft Dynamics Business Central (BC) as a replacement for its existing FMIS. Consequently, Te Kura has identified that it requires the services of an implementation partner to project-manage and assist with: 1. provision of Business Central Software; 2. implementing Business Central; 3. providing ongoing support for the implemented solutions; and 4. the possible implementation of Microsoft reporting tools or retaining Te Kuras current reporting methodology which is Oracle EPM.",Awarded,"Following evaluation, Fusion 5 Limited was selected as the preferred Supplier.",0,20250410 Te Aho o Te Kura Pounamu,25668798,Request for Proposals,Open Competition,"Financial Budgeting, Reporting, Forecasting, Planning and Analysis Tool & Implementation and Support",TK0071,20220411,20220509,20220721,,Sole Agency,No,,"The Buyer is seeking proposals from suitably qualified and experienced providers for a cloud-based Financial Budgeting, Reporting, Forecasting, Planning, and Analysis Tool together with Implementation and Support (the Solution). The Buyer wants to consider providers that have significant, proven experience in implementing their proposed Solutions within New Zealand and working with other providers, along with the Buyer, to develop integrations of their product with Financial Management Information Systems, specifically Microsoft Dynamics Business Central.",Awarded,"Following evaluation, Fusion 5 Limited was selected as the preferred Supplier.",0,20250410 Te Ara Ahunga Ora Retirement Commission,24477368,Request for Proposals,Open Competition,Pacific Peoples Pathway to Home Ownership,,20210628,20210810,20210924,,Sole Agency,No,,"Te Ara Ahunga Ora Retirement Commission (Te Ara Ahunga Ora) has received government funding from the Ministry of Pacific Peoples over four years to build the financial capability for 1,200 Pacific households, with a focus on pathways to home ownership. This is to equip Pacific households with the financial capability skills and resilience to work towards home ownership and cope with economic shocks such as COVID-19. Te Ara Ahunga Ora is seeking to engage a Respondent/s who will be responsible for the delivery and day-to-day oversight of our Pacific Peoples Pathways to Home Ownership in the priority areas[1]. This will include undertaking workshop training with Te Ara Ahunga Ora, marketing and promoting of the programme including workshops, workshop delivery, evaluating the programme and data management. Te Ara Ahunga Ora will provide the content and evaluation framework for Sorted Pacific Peoples Pathways to Home Ownership Programme. The deadline for RFP proposals has been extended to Tuesday 10th August 2021 at 5.00pm.",Awarded,"The contract was awarded to Skills Update Limited t/a Skills Update Training and Education Group, 59 Tidal Road Mangere Auckland New Zealand 2022. Skills Update Limited will be responsible for the successful delivery and oversight of the Sorted Pacific Peoples Pathways to Home Ownership Programme, resulting in 1,200 Pacific households completing the Programme by 30 June 2024. Te Ara Ahunga Ora will provide the content and evaluation framework for the Programme. The contract term is 3 years and 3 months, ending 30/12/2024. The contract value is $1,170,504.00.",1170504,20250410 Te Kawa Mataaho Public Service Commission,20830327,Request for Proposals,Open Competition,Panel of Suppliers of Assessment Services,,20190313,20190408,20190705,State Services Commission,Sole Agency,No,,"A transformation of the State sector is underway with a key outcome being a more agile, capable and unified Public Service workforce. With this changing environment in mind, and as existing supplier contracts come to an end, we wish to establish an open panel of suppliers of assessment services that will be available to the State Services Commission and the Leadership Development Centre. This is a unique opportunity to support the transformation of the New Zealand Public Service, and to gain exposure to the work of a central agency. Please read the RFP document for more details.",Awarded,"Contracts have been awarded to join a panel of suppliers of Assessment Services. These have been awarded to: Cerno Limited, PO Box 2699, Wellington, 6140, NEW ZEALAND Psychforleaders, PO Box 28083, Wellington, 6012, NEW ZEALAND Winsborough Limited, PO Box 10479, Wellington, 6043, NEW ZEALAND",0,20250410 Te Kawa Mataaho Public Service Commission,23467134,Request for Proposals,Open Competition,Executive Recruitment Services for Public Service Chief Executives and Statutory Officers - RFP Document and RFP Response Form,,20201019,20201112,20210513,State Services Commission,Sole Agency,No,,Please see attachments,Awarded,"RFx ID : 23467134 Awarded Status This tender has been awarded to: Fisher Leadership Hardy Group Ichor Jackson Stone Sheffield Amy Tea Hobson Leavy Kerridge Agency name: Te Kawa Mataaho Public Service Commission Agency address: No. 2 The Terrace, Wellington Description of Services: Executive recruitment services for the appointment of Public Service Chief Executives and Statutory Officers Contract term: Initial term of three years, with the option of extending for a further two years (total five years) The type of procurement process used: Open tender Please provide all applicable tender codes: 80000000",0,20250410 Te Kawa Mataaho Public Service Commission,25268581,Request for Proposals,Open Competition,Event Management Services,C3319,20211220,20220211,20220517,State Services Commission,Sole Agency,No,,"The role of Te Kawa Mataaho Public Service Commission is to provide leadership and oversight of the public service and ensure the purpose of the Public Service Act is carried out. The Commission upholds long-held public service principles that guide the work of public servants: politically neutral, free and frank advice, merit-based appointments, open government and stewardship. This procurement is to seek a suitably qualified and experienced Event Management Supplier to support the Commission in the delivery of events. Please see attached documents for more details.",Awarded,,0,20250410 Te Kawa Mataaho Public Service Commission,26489654,Request for Proposals,Open Competition,Mid-term evaluation of the Public Service Fale,,20221018,20221114,20221122,State Services Commission,Sole Agency,No,,"This RFP is issued by the Public Service Fale at Te Kawa Mataaho Public Service Commission. The purpose of the Evaluation is to evaluate the implementation of the Public Service Fale operating model from 20 February 2020 to 31 October 2022, including the progress that is being made towards the stated outcomes and goal of the overall programme. The Fale will use the evaluation to make any necessary course corrections to the Fale operating model for the second half of the current MFAT funding term. This evaluation will also contribute to a stronger evidence base for MFATs International Development Cooperation Programme to demonstrate impact and improve development policy and practice. About the Fale: The Public Service Fale (Fale) was established in January 2020 following an approach by Pacific Public Service Commissioners (PPSCs) to the New Zealand government through Te Kawa Mataaho Public Service Commission (then, State Services Commission) and the Ministry for Foreign Affairs and Trade (MFAT). The Fale was established via a Memorandum of Understanding between MFAT and Te Kawa Mataaho (the MOU), which stipulates that the Fale is established and delivered by Te Kawa Mataaho. The Fale is funded for five years by MFAT to a maximum amount of NZD 19,840,000 for the period of 20 February 2020 - 1 March 2025. The Fales goal is to serve and facilitate PPSCs to achieve their goals to strengthen public services for their citizens. The Fale works with sixteen Pacific Island Countries and Territories (PICTs): Cook Islands, Federated States of Micronesia, Fiji, Kiribati, Nauru, New Caledonia, Niue, Palau, Papua New Guinea, Republic of the Marshall Islands, Samoa, Solomon Islands, Tokelau, Tonga, Tuvalu, and Vanuatu. The Fales vision is that by 2025, we are a thriving Pacific-led public service centre of excellence that supports 16 Pacific governments to deliver quality public services for their citizens. The Fale serves by delivering high quality and meaningful regional programmes and bilateral support. Through its ever-deepening networks, the Fale facilitates connections between PPSCs, between PPSCs and other public service agencies in the Pacific and New Zealand, and between PPSCs and other regional agencies and donors.",Awarded,,0,20250410 Te Kawa Mataaho Public Service Commission,27567709,Request for Proposals,Closed Competition,Te Taunaki | Public Service Census 2024,,20230620,20230721,20240731,State Services Commission,Sole Agency,No,,"Te Kawa Mataaho | Public Service Commission is seeking a suitably qualified Provider to conduct a survey of all employees in Public Service agencies. The purpose of the survey is to gather data to better understand: the diversity of public servants, and their inclusion and wellbeing at work experiences of, and views on, working for the Public Service We will use this data to support a more unified Public Service that delivers effectively for Aotearoa and its people.",Awarded,,0,20250410 Te Kawa Mataaho Public Service Commission,29625952,Request for Proposals,Open Competition,Panel of supplier of assessment services,,20240619,20240719,20241021,State Services Commission,Sole Agency,No,,Please see attachments,Awarded,,0,20250410 Television New Zealand,22617760,Request for Quotations,Open Competition,Internet Services,,20200505,20200522,20210125,,Sole Agency,No,,"TVNZ wishes to buy Internet Services for it operations. TVNZ is looking for credible suppliers who have the capability, capacity, experience and resources to work with TVNZ to deliver its Internet connection strategy. Respondents need to have a good track record in the management and implementation of similar solutions.",Not Awarded,"CONTRACT AWARD NOTICE Agency: Television New Zealand Limited Successful Suppliers: Vocus (New Zealand) Limited & netQ Limited Goods and Services: Internet Services Contract Award Dates / Term of Contracts 01/02/21 - 31/01/22 ((+renewal options) Expected Spend: $151,000 Type of Procurement: RFQ NZBN: n/a Other Information: n/a",0,20250410 Television New Zealand,23709166,Request for Proposals,Open Competition,Broadcast and Production Talkback Solution,,20201130,20210112,20211021,,Sole Agency,No,,"TVNZ wants to replace its broadcast and production talkback system so that broadcast, production and news gathering teams are supported by a modern, reliable, robust, resilient, flexible and extensible communications technology into the foreseeable future. The current system (centralised at Auckland) was installed in 2002 with enhancements subsequently added over the years. What we need is a modern replacement talkback Solution that provides opportunities for tighter integration of connected systems, added flexibility and greater certainty of ongoing support. We are seeking a supplier to design, supply, configure, commission (but not install), support and maintain a replacement broadcast and production talkback system (the Solution). A Request for Proposal was released in March 2020 but due to Covid-19 TVNZ was not in a position to complete the RFP process and the RFP was cancelled. This is a new RFP and it has minor differences to the March 2020 RFP.",Not Awarded,"Contract Award Notice a) the agencys name and address - TVNZ 100 Victoria Street West Auckland b) the successful suppliers or suppliers name/s and address/s - Gencom Technology PO Box 302137, North Harbour, Auckland 0751, c) a description of the goods, services or works - broadcast talkback equipment and services d) the date the contract/s was awarded - 13/4/21 e) the term of the contract/s - 3 yrs f) the expected spend under the contract/s, or the highest and lowest offers the agency evaluated to award the contract - $1.2M g) the type of procurement process used: Open Competitive on GETs h).if the agency claimed an exemption from open advertising (Rule 14), the circumstances that justify the exemption: No I) a New Zealand Business Number (NZBN) where available; n/a j.any other information, as requested by the Procurement Functional Leader, for example information on broader outcomes.",0,20250410 Television New Zealand,25665168,Request for Quotations,Open Competition,Enterprise Block Storage,,20220408,20220429,20230203,,Sole Agency,No,,"This RFQ is part of the TVNZ Product & Information strategic initiative to refresh our aging block storage platform that is currently situated in Auckland. The refresh will provide the corporate side of TVNZ with a modern, scalable, and reliable block storage platform for the next five years of service.",Not Awarded,"Agency Name and Address Television New Zealand Limited, 100 Victoria St West Auckland Successful Supplier Sempre Technologies Limited Successful Supplier Address 6 Antares Place, Rosedale, Auckland, 0632 , New Zealand Successful Supplier NZBN 9429041583012 Description of Goods/Services Enterprise Block Storage Array Date Contract Awarded 3/02/2023 & 08/08/22 Term of Contract 60 mths Expected Spend $276,528 Procurement Process RFQ documents on GETs Exemption/Circumstances n/a",0,20250410 Television New Zealand,27519945,Request for Proposals,Open Competition,Google GA4 Software Upgrade and Related Implementation Services,,20230609,20230705,20250207,,Sole Agency,No,,"This procurement relates to the purchase of both software and services, namely a Google GA4 Software Upgrade and related Implementation Services. We also require post go live support in an ongoing support and maintenance arrangement. The successful vendor will manage the upgrade from GA360 to GA4, and configure the system to TVNZs requirements, including, but not limited to, the ability to capture event-driven video analytics. The vendor will help us move through the process of an upgrade to GA4, by providing the software and services we need. The vendor will support us in the end to end process including current state review, a review of legacy data and structures, alignment with future state needs, and required configurations. We require GA4 to be configured to best meet our needs.",Not Awarded,MightyHive NZ Limited was the successful Respondent,0,20250410 Te Pae Christchurch,22214724,Request for Proposals,Open Competition,RFP Classic Wine Package,RFP 20-01,20200128,20200225,20200403,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking tenders from industry leading suppliers to supply the Classic Wine Package. The Classic Wine Package consists of exclusive supply of still and sparkling wine for Te Pae's entry level beverage package, and for sale as the house wine within our Exhibition Hall Kiosks and at Live Entertainment events.",Not Awarded,"Date: 3rd April 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Classic Wine Package RFP Please note that following the evaluation for the Te Pae Christchurch Classic Wine Package RFP, the contract has been awarded to the following respondent: Sherwood Estate Wines Ltd, Waipara The contract will be for a period of two years with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22272945,Request for Proposals,Open Competition,Te Pae Christchurch - Ticketing Services RFP,RFP20-02,20200205,20200304,20210701,,Sole Agency,No,,,Awarded,"Date: 1st July 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Ticketing Services RFP Please note that following the evaluation of the Te Pae Christchurch Ticketing Services RFP, the contract for the supply of Ticketing Services to Te Pae Christchurch has been awarded to the following respondent: Ticketek New Zealand Limited (NZBN 9429038502545); PO Box 13473, Christchurch 8141, New Zealand The contract will be for a period of two years from 1st July 2021, with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22277508,Request for Proposals,Open Competition,Te Pae Christchurch - Waste Management Services RFP,RFP20-03,20200207,20200306,20200831,,Sole Agency,No,,"Te Pae Christchurch Convention Centre (Te Pae) is seeking tenders from industry leaders to supply Waste Management Services (the Goods/Services). Te Pae is seeking a single supplier to provide the following goods/services: ? A complete solution for General Waste services (including both bulk and wheelie bin options) ? A complete solution for Recycling services (including both bulk and wheelie bin options) ? A complete solution for Grease Trap services ? On-demand compostable services (if required) ? Flexibility for unscheduled or short notice pick-ups for all services",Awarded,"Date: 31st August 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Waste Management Services RFP Please note that following the evaluation for the Te Pae Christchurch Waste Management Services RFP (RFP20-03), the contract for the supply of Waste Services to Te Pae Christchurch has been awarded to the following respondent: Waste Management New Zealand Limited, 301 Marshs Road, Hornby, Christchurch The contract will be for a period of two years, with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22299184,Request for Proposals,Open Competition,Te Pae Christchurch - Classic Beer Package RFP,RFP20-11,20200213,20200312,20201109,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking tenders from industry leading suppliers to supply the entry level Classic Beer Package for Te Pae. The intention is that the entry level Classic Beer Package will be awarded to a single Respondent and the successful Respondent will exclusively supply the Classic Beer Package for the duration of the term. CLASSIC BEER PACKAGE: Exclusive supply of beer for our entry level beer package, and for sale as the house beer within our Exhibition Hall Kiosks and at Live Entertainment events. o Beer must be priced under $2.00 (ex GST) per bottle o Beer must be in bottle or can no larger than 330mls o 3 different styles (must include one Low Alcohol)",Awarded,"Date: 1st October 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Classic Beer Package RFP Please note that following the evaluation for the Te Pae Christchurch Classic Beer Package RFP, the contract for the supply of Beer for the Classic Package to Te Pae Christchurch has been awarded to the following respondents: DB Breweries Limited (NZBN 9429040638492), 1 Bairds Road, Otahuhu, Auckland. Cassels & Sons Brewery (Woolston) Limited (NZBN 9429030446175), 65 Maunsell Street, Woolston, Christchurch. The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22312328,Request for Proposals,Open Competition,Te Pae Christchurch - Freight Forwarding & Logistics Services RFP,RFP20-10,20200217,20200316,20200526,,Sole Agency,No,,"Te Pae Christchurch is seeking a single supplier to perform the Freight Forwarding & Logistics Services for Te Pae Christchurch and its customers, including (but not limited to): ? Intermediate warehousing provide off-site storage for early deliveries, late despatches and for the holding of packaging materials. ? Freight handling and customs clearance services on request. ? Transport including international (sea, road, air, express) on request pre and post event. ? Offloading and onloading of vehicles onsite. ? Deliveries and collections to and from booths. ? Service desk available on-site for large Bump in and Bump out. ? Collection, storage and redelivery of empty crates. ? Take responsibility for the movement of any large equipment within the venue that cannot be carried by an individual. ? Equipment and manpower supply. ? Handle deliveries within the venue, courier receipt and delivery. ? Insurance. ? Any other services related to logistics for the event.",Not Awarded,"Date: 26th May 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Freight Forwarding & Logistics Services RFP Please note that following the evaluation for the Te Pae Christchurch Freight Forwarding & Logistics Services RFP, the contract has been awarded to the following respondent: * Agility Logistics Limited The contract will be for a period of two years with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22348762,Request for Proposals,Open Competition,Te Pae Christchurch - Roasted Coffee Beans RFP,RFP20-12,20200224,20200323,20200805,,Sole Agency,No,," Te Pae Christchurch Convention Centre is seeking a single supplier to provide the following goods/services: o ROASTED COFFEE BEANS",Not Awarded,"Date: 5th August 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Roasted Coffee Beans RFP Please note that following the evaluation for the Te Pae Christchurch Roasted Coffee Beans RFP, the contract for the supply of Coffee Beans to Te Pae Christchurch has been awarded to the following respondent: Caffe Prima Limited, 387 Brougham Street, Christchurch The contract will be for a period of two years (from Te Pae's opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22383159,Request for Proposals,Open Competition,Te Pae Christchurch - Beef & Lamb RFP,RFP20-04,20200228,20200326,20201109,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: o A high-quality range of locally sourced Beef & Lamb to Te Pae in a reasonable time frame and at best price.",Awarded,"Date: 12th October 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Beef & Lamb RFP Please note that following the evaluation for the Te Pae Christchurch Beef & Lamb RFP, the contract for the supply of Beef & Lamb to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Service Foods Limited (NZBN 9429038645853), 220 Cumnor Terrace, Woolston, Christchurch Bidfood Limited (NZBN 9429037358044), 236 Port Hills Road, Ferrymead, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22400673,Request for Proposals,Open Competition,Te Pae Christchurch - Fish & Seafood RFP,RFP20-05,20200305,20200402,20201109,,Sole Agency,No,,"Te Pae Christchurch (Te Pae) is seeking a supplier or suppliers (a panel) to provide the following goods/services: A high-quality range of locally sourced Fish and Seafood to Te Pae at the right quality, right quantity, right time, right source, right price and right place.",Awarded,"Date: 12th October 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Fish & Seafood RFP Please note that following the evaluation for the Te Pae Christchurch Fish & Seafood RFP, the contract for the supply of Fish & Seafood to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Service Foods Limited (NZBN 9429038645853), 220 Cumnor Terrace, Woolston, Christchurch Bidfood Limited (NZBN 9429037358044), 236 Port Hills Road, Ferrymead, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22431973,Request for Proposals,Open Competition,"Te Pae Christchurch - Premium Wine, Premium Sparkling Wine & Champagne",RFP20-14,20200311,20200408,20201111,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking suppliers (a panel) to provide the following goods/services: PREMIUM WINE Supply of premium still wine for our wine list which may also be available for selection as part of our premium level beverage packages and for sale in our Exhibition Hall Kiosks and Auditorium as well as at Live Entertainment events. PREMIUM SPARKLING WINE & CHAMPAGNE Supply of Premium Sparkling Wine & Champagne for our wine list which may also be available for selection as part of our premium level beverage packages and for sale in our Exhibition Hall Kiosks and Auditorium as well as at Live Entertainment events.",Awarded,"Date: 9th November 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Premium Wine, Premium Sparkling Wine & Champagne RFP Please note that following the evaluation for the Te Pae Christchurch Premium Wine, Premium Sparkling Wine & Champagne RFP, the contract for the supply of Premium Wine & Champagne to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Giesen Group Limited (NZBN 9429039894038), 46B Halwyn Drive, Hei Hei, Christchurch 8042 Hancocks Wine, Spirit and Beer Merchants Limited, (NZBN 9429039099778), 318 Richmond Road, Grey Lynn, Auckland 1021 Mount Brown Estates Limited (NZBN 9429037611682), 38 Purchas Road, Amberley 7441, North Canterbury Donaldson Family Limited T/A Pegasus Bay Winery (NZBN 9429037491567), 263 Stockgrove Road, RD2, Amberley 7482, North Canterbury Pernod Ricard Winemakers New Zealand Limited (NZBN 9429040548609), Level 3, 4 Graham Street, Auckland Central, Auckland 1010 Procure Liquor Limited (NZBN 9429033236520), 25 Marua Road, Ellerslie, Auckland 1051 Sherwood Estate Wines Limited (NZBN 9429038983139), 113 Church Road, Waipara, North Canterbury Torlesse Wines Limited (NZBN 9429039126702), 6 Loffhagen Drive, Waipara, North Canterbury Villa Maria Estate Limited (NZBN 9429039781277), 118 Montgomerie Road, Mangere, Auckland 2022 The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22436224,Request for Proposals,Open Competition,Te Pae Christchurch - King Salmon RFP,RFP20-15,20200316,20200416,20200622,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: A high-quality range of locally sourced King Salmon",Not Awarded,"Date: 22nd June 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch King Salmon RFP Please note that following the evaluation for the Te Pae Christchurch King Salmon RFP, the contract has been awarded to the following respondent: Akaroa Salmon New Zealand Limited The contract will be for a period of two years with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22501572,Request for Proposals,Open Competition,Te Pae Christchurch - Premium Beer RFP,RFP20-16,20200330,20200512,20210721,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking several preferred suppliers (a panel) to provide the following goods/services: o PREMIUM BEER Supply of premium beer for the Te Pae beer list which may also be available for selection as part of our premium level beverage packages and for sale in our Exhibition Hall Kiosks and Auditorium as well as at Live Entertainment Events, at the discretion of Te Pae and its customers.",Awarded,"Date: 1st July 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Premium Beer RFP Please note that following the evaluation of the Te Pae Christchurch Premium Beer RFP, the contract for the supply of Premium Beer to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Cassels & Sons Brewery (Woolston) Limited; 65 Maunsell Street, Woolston, Christchurch 8023; NZBN: 9429030446175 DB Breweries Limited; 1 Bairds Road, Otahuhu, Auckland; NZBN: 9429040638492 Brewwell Limited (Garage Project); 68 Aro Street, Aro Valley, Wellington 6021; NZBN: 9429031166591 Giesen Group Limited (Kaiser Bros.); 109 Blenheim Road, Riccarton, Christchurch; NZBN: 9429039894038 Kono NZ LP (Hop Federation Brewery); 483 Main Road, Riwaka; NZBN: 9429043225606 Lion NZ Limited; 27 Napier Street, Freemans Bay, Auckland 1011; NZBN: 9429040815763 Three Boys Brewery Limited; 592 Ferry Road, Woolston, Christchurch; NZBN: 9429035292555 Two Tykes Limited (Two Thumb Brewing); 352 Manchester Street, Christchurch 8013; NZBN: 9429046269171 The contract will be for a period of two years, with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22513426,Request for Proposals,Open Competition,Te Pae Christchurch - Fresh & Frozen Poultry RFP,RFP20-07,20200403,20200515,20201109,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: A high-quality range of locally sourced Fresh & Frozen Poultry Any prospective supplier will need to comply with all mandatory food safety standards as detailed in the Food Standards Code Australia New Zealand (FSANZ), Food Regulations 2015 and the Food Act 2014. The Te Pae Food Safety Management System is based on the Principles of HACCP (Hazard Analysis of Critical Control Points) and is designed to comply with the ISO 22000 International Standard for Food Safety Management Systems, suppliers to Te Pae will also be expected to have appropriate HACCP systems in place. The Fresh & Frozen Poultry supply may be split and / or awarded to one or more Respondents.",Awarded,"Date: 29th September 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Fresh & Frozen Poultry RFP Please note that following the evaluation for the Te Pae Christchurch Fresh & Frozen Poultry RFP, the contract for the supply of Fresh & Frozen Poultry to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Service Foods Limited (NZBN 9429038645853), 220 Cumnor Terrace, Woolston, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22523218,Request for Proposals,Open Competition,"Te Pae Christchurch - Soft Drinks, Juice & Water RFP",RFP20-17,20200407,20200514,20201211,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: o SOFT DRINKS o JUICE o WATER Please detail both small bottle and bulk options for proposed juices. Proposed beverages can be mixed labels. Respondents may submit proposals for one or more (or all) of the beverages requested. The supply of any items may be split between one or more respondents.",Awarded,"Date: 11th December 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Soft Drinks, Juice & Water RFP Please note that following the evaluation for the Te Pae Christchurch Soft Drinks, Juice & Water RFP, the contract for the supply of Soft Drinks, Juice & Water to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Coca-Cola Amatil (N.Z.) Limited (NZBN 9429040735191), 19 Carbine Road, Mt Wellington, Auckland 1060 Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Purewai Limited (NZBN 9429046692771), 414 Tallots Road, Springbank, North Canterbury The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22533067,Request for Proposals,Open Competition,Te Pae Christchurch - Pork & Specialty Cured Products RFP,RFP20-08,20200409,20200525,20201109,,Sole Agency,No,,"Te Pae Christchurch (Te Pae) is seeking a supplier or suppliers (a panel) to provide the following goods/services: o A high-quality range of locally sourced Pork & Specialty Cured Products (eg Ham, Prosciutto, Salami, Bacon, Pancetta, Pastrami, Coppa/Capocollo and Mortadella). Products must be derived from animals that have not been treated with Growth Promotants. We are seeking premium pork sourced locally from Canterbury farms. Suppliers must comply with the Animal Welfare Act 1999 and the associated Animal Welfare (Pigs) Code of Welfare 2010. Fresh Pork products will be labelled with the Born and Raised in New Zealand PigCare certified label.",Awarded,"Date: 28th September 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Pork & Specialty Cured Products RFP Please note that following the evaluation for the Te Pae Christchurch Pork & Specialty Cured Products RFP, the contract for the supply of Pork & Specialty Meats to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Service Foods Limited (NZBN 9429038645853), 220 Cumnor Terrace, Woolston, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22571833,Request for Proposals,Open Competition,Te Pae Christchurch - Fresh Fruit & Vegetables RFP,RFP20-09,20200423,20200529,20201109,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: A high-quality range of locally sourced (where possible) Fresh Fruit & Vegetables Likely purchases may include (but not be limited to): o Bulbs: e.g. garlic, onion, leek, shallot, spring onion, fennel. o Vegetable fruits: e.g. eggplant, capsicum, chilli peppers, tomato, cucumber, pumpkin, buttercup squash, butternut, courgette, okra, scallopini, choko, melon. o Fungi: e.g. mushroom - button, Swiss brown, portobello, shitake, oyster (phoenix tail), enokitake, white ear (jelly fungus), black ear (cloud or wood ear). o Leaves: e.g. spinach, lettuce, silverbeet, brussel sprouts, witloof, puha, bok choy, tat soi, tung ho, wong nga baak, cabbage, kale, cavolo nero, watercress, herbs, microgreens, salad greens. o Roots: e.g. carrot, turnip, swede, radish, parsnip, beetroot, celeriac, daikon radish, ginger. o Seeds: e.g. peas, beans, snow peas (mangetout), sprouted beans and seeds, sweet corn. o Stems: e.g. celery, asparagus, kohlrabi, rhubarb. o Tubers: e.g. potato, kumara, yam, taro, Jerusalem artichoke and ulluco. o Indian Vegetables: e.g. Indian Marrow, Ribbed Gourd, Bitter Melon, Snake Beans, Indian Beans, Taro Leaves, Curry Leaves, Tindori. o Asian Greens: e.g. Pak Choy, Peking cabbage, Chinese flat Cabbage, Garland Chrysanthemum, Flowering Chinese Cabbage, Chinese Box thorn, Chinese Broccoli, Water Spinach. o Fruits: e.g. apples, apricots, bananas, grapes, kiwifruit, lemons, mandarins, rock / honey Melon, oranges, pears, pineapple etc. o Berries: e.g. blueberries, raspberries, strawberries, boysenberries etc. o Herbs: e.g. basil, chives, coriander, dill, horseradish, mint, oregano, parsley, rosemary, sage, thyme etc. o Prepared Vegetables: e.g. onions diced, potatoes (diced, quarters, chips etc.), kumara (diced, chips etc.), capsicum sliced, pumpkin diced, cabbage sliced, iceberg lettuce shredded etc. o Prepared Fruits",Awarded,"Date: 12th October 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Fresh Fruit & Vegetables RFP Please note that following the evaluation for the Te Pae Christchurch Fresh Fruit & Vegetables RFP, the contract for the supply of Fresh Fruit & Vegetables to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Service Foods Limited (NZBN 9429038645853), 220 Cumnor Terrace, Woolston, Christchurch Bidfood Limited (NZBN 9429037358044), 236 Port Hills Road, Ferrymead, Christchurch Chevalier Wholesale Produce Limited (NZBN 9429040573564), 27 Edmonton Road, Hornby, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22580377,Request for Proposals,Open Competition,Te Pae Christchurch - Dry Goods & Convenience Foods RFP,RFP20-18,20200428,20200605,20201109,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: A high-quality range of locally sourced (where possible) Dry Goods & Convenience Foods Goods that Te Pae is likely to purchase may include (but not be limited to): o Baking ingredients o Beans / pulses o Breads o Cereals o Desserts o Fats / oils o Noodles (dry) o Nuts o Olives o Spices / dry herbs o Pasta o Savouries / pies o Stocks / gravys o Syrups / baking condiments o Takeaway products o Frozen convenience foods o Frozen vegetables o Confectionary products o Vinegars o Sauces The supplier should also offer ranges of products that are MSG free, gluten free, vegetarian, vegan, sugar free, dairy free, nut free and low carb.",Awarded,"Date: 28th September 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Dry Goods & Convenience Foods RFP Please note that following the evaluation for the Te Pae Christchurch Dry Goods & Convenience Foods RFP, the contract for the supply of Dry Goods & Convenience Foods to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch Service Foods Limited (NZBN 9429038645853), 220 Cumnor Terrace, Woolston, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22667830,Request for Proposals,Open Competition,Te Pae Christchurch - First Aid Training & Medical Services RFP,RFP20-20,20200514,20200619,20210408,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking tenders from industry leading suppliers to supply the First Aid Training & Medical Services for Te Pae: * First Aid, CPR and AED training for Te Pae staff * Event Medical Services (will be driven primarily by event needs)",Awarded,"Date: 8th April 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch First Aid Training & Medical Services RFP Please note that following the evaluation for the Te Pae Christchurch First Aid Training & Medical Services RFP, the contract for the supply of First Aid Training & Medical Services to Te Pae Christchurch has been awarded to the following respondent: The Priory in New Zealand of the Most Venerable Order of the Hospital of St John of Jerusalem (NZBN 9429039089571); Level 2, 604 Great South Road, Ellerslie, Auckland 1051. The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,22866605,Request for Proposals,Open Competition,Te Pae Christchurch - Dairy Produce RFP,RFP20-21,20200623,20200722,20201130,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: A high-quality range of locally (where possible) sourced Dairy Produce, including (but not limited to): Whole Milk Reduced fat / Low fat Milk Skim Milk Long life milk Cream cheese Cheddar Mozzarella Ricotta Goats cheese Blue cheese Camenbert Brie Vanilla Ice Cream Plain Yoghurt Cream 36% fat Butter",Awarded,"Date: 30th November 2020 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Dairy Produce RFP Please note that following the evaluation for the Te Pae Christchurch Dairy Produce RFP, the contract for the supply of Dairy Produce to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Fonterra Brands (New Zealand) Limited (NZBN 9429034603017), 109 Fanshawe Street, Auckland Spout Alternatives Limited (NZBN 9429047428133), Level 1, Kahukura Building, Moorhouse Avenue, Christchurch Trents Wholesale Limited (NZBN 9429000105057), 167 Main North Road, Christchurch The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,23006702,Request for Proposals,Open Competition,Te Pae Christchurch - Contract Labour RFP,RFP20-19,20200722,20200825,20210212,,Sole Agency,No,," Te Pae Christchurch is seeking a panel of preferred suppliers to provide the following goods/services: o Contract Labour o The staff required may include (but not be limited to): ? Chefs ? Food & Beverage Supervisor ? Catering Assistants / Kitchen Hands ? Baristas ? Front of House staff ? Cleaning & Housekeeping ? Laundry & Uniform Room Attendants ? AV Technicians ? Event staff ? IT Administrators ? Maintenance staff",Awarded,"Date: 12th February 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Contract Labour RFP Please note that following the evaluation for the Te Pae Christchurch Contract Labour RFP, the contract for the supply of Contract Labour to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: The Recruitment Network Limited (NZBN 9429033707273); Unit 4, 245 St Asaph Street, Christchurch. Drake New Zealand Limited (NZBN 9429034512746); Level 1, 832-834 Colombo Street, Christchurch. Accordant Group Limited (NZBN 9429034985854); Level 1, Building 3/1 Show Place, Addington, Christchurch. The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,23092995,Request for Proposals,Open Competition,Te Pae Christchurch - Event & Asset Security Services RFP,RFP20-13,20200813,20200915,20210223,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to supplement their own Security Team and provide the following goods/services: EVENT SECURITY SERVICES The services with the potential to be provided may include (but not be limited to): ? Supplementing and supporting the Te Pae Building Security team. ? Providing uniformed security personnel for events hosted at Te Pae including event security, crowd management, bag checks, escorts, security detector operation, traffic management, alcohol management, protection of property against theft, illegal entry of person and/or contraband, damage and destruction by patrons and other acts of criminality as per New Zealand Legislation. ? Occasional, fixed term or limited security services for the surrounding areas of the Te Pae building. ? Comprehensive pre event security plans including for complex high security events. ? Provide supervisors and event managers who are responsible for the supervision of all personnel provided by the supplier (a location to work may be provided for an onsite manager or supervisor depending on individual event requirements). ? Providing (if / when required) appropriate scanning / detecting solutions at entry points for events. ASSET SECURITY SERVICES The services with the potential to be provided may include (but not be limited to): ? Supplementing and supporting the Te Pae Building Security team. ? Building perimeter patrols ? Staff escorts ? Alarm monitoring ? Alarm response, intruder and fire ? Assistance with opening and/or closing of the venue ? Mobile patrols ? Manning building Security Control Room",Awarded,"Date: 23rd February 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Event & Asset Security RFP Please note that following the evaluation for the Te Pae Christchurch Event & Asset Security RFP, the contract for the supply of Event and Asset Security Services to Te Pae Christchurch has been awarded to the following respondent: Platform 4 Group Limited (NZBN 9429030861053); Unit 2, 50 Dakota Crescent, Wigram, Christchurch 8042 The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,23385951,Request for Proposals,Open Competition,"Te Pae Christchurch - Laundry, Dry Cleaning & Linen Hire RFP",RFP20-22,20201002,20201102,20210326,,Sole Agency,No,,"Te Pae Christchurch is seeking a single supplier or a panel of suitably qualified suppliers to provide the following goods/services: Laundry, Dry Cleaning & Linen Hire LINEN HIRE Ability to supply Napkins (Predominately Black & White) Ability to supply Table Clothes (Predominately Black & White) Ability to supply Kitchen Clothes Ability to supply Waiter Clothes UNIFORM DRY CLEANING Dry Cleaning of Suits, Dresses, Waist Coats, Business Shirts UNIFORM / LINEN LAUNDERING Ability to launder and iron napkins (essential) Ability to launder and iron table clothes (essential) Ability to launder and iron Business Shirts (essential) Ability to launder and iron Business Trousers / Skirts (Optional) Ability to launder and iron Business Suit Jackets (Optional) Ability to launder and iron Business Dresses (Optional)",Awarded,"Date: 26th March 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Laundry, Dry Cleaning & Line Hire RFP Please note that following the evaluation for the Te Pae Christchurch Laundry, Dry Cleaning & Linen Hire RFP, the contract for the supply of Laundry, Dry Cleaning & Line Hire to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Canterbury Linen Services Limited (NZBN 9429038897283); 11 George Bellew Road, Christchurch Airport, Christchurch. Eastern Drycleaners Limited (NZBN 9429038310362); 129 Waltham Road, Sydenham, Christchurch 8023. Hardmarsh Limited T/A Maxwells Drycleaning (NZBN 9429046097521); 20 Birmingham Drive, Middleton, Christchurch 8024. The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,23416438,Request for Proposals,Open Competition,Te Pae Christchurch - Exterior Building Washing & Specialised Access,RFP20-24,20201009,20201109,20210709,,Sole Agency,No,,"Te Pae Christchurch is seeking a single supplier or a panel of suitably qualified suppliers to provide the following goods/services: ? A complete solution for exterior building washing services, including precinct footpaths and street furniture. ? Ad-hoc specialised access for interior areas for high cleaning, dusting and maintenance works.",Awarded,"Date: 9th July 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Exterior Building Washing & Specialised Access RFP Please note that following the evaluation for the Te Pae Christchurch Exterior Building Washing & Specialised Access RFP, the contract for the supply of Exterior Building Washing & Specialised Access services to Te Pae Christchurch has been awarded to the following respondent: PJF Services Limited (Adler Commercial Building Wash Services); NZBN 9429041313824; 9-11 Sweetcorn Place, Pukekohe, Auckland 2120. The contract will be for a period of two years, with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,23443781,Request for Proposals,Open Competition,Te Pae Christchurch - Chemical Supplies RFP,RFP20-25,20201013,20201110,20210506,,Sole Agency,No,,"Te Pae Christchurch is seeking a panel of suitably qualified suppliers to provide the following goods/services: ? A solution for the supply of chemicals for all areas of the Centre, including (but not limited to) kitchen and servery areas, general housekeeping, laundry, and mechanical spaces ? A solution for the supply, installation, and maintenance of dispensing units ? Frequent site service audits to identify problem areas and potential solutions ? Provision of on-site staff training and associated guidance material for staff reference ? Provision of technical support ? Provision for the removal of all empty chemical containers",Awarded,"Date: 6th May 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Chemical Supplies RFP Please note that following the evaluation for the Te Pae Christchurch Chemical Supplies RFP, the contract for the supply of Chemicals to Te Pae Christchurch has been awarded to a panel consisting of the following respondents: Ecolab New Zealand (NZBN 9429040553986); 261 Annex Road, Middleton, Christchurch 8024. Christchurch Cleaning Supplies Limited (NZBN 9429040346977); 63 Disraeli Street, Addington, Christchurch 8024. The contract will be for a period of two years (from Te Pae Christchurchs opening date), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,23858824,Request for Proposals,Open Competition,Te Pae Christchurch - Paper Hygiene Products,RFP20-23,20210118,20210215,20210720,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: ? A complete solution for the supply of paper hygiene products ? A complete solution for the installation and maintenance of paper hygiene product dispensers",Awarded,"Date: 20th July 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Paper Hygiene Products RFP Please note that following the evaluation for the Te Pae Christchurch Paper Hygiene Products RFP, the contract for the supply of Paper Hygiene Products to Te Pae Christchurch has been awarded to the following respondent: OfficeMax Holdings Limited (NZBN 9429039399619); 30 Sir Woolf Fisher Drive, East Tamaki, Auckland 2013. The contract will be for a period of two years (from July 2021), with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,24056280,Request for Proposals,Open Competition,Te Pae Christchurch - Disposable Takeaway Food Packaging RFP,RFP20-26,20210305,20210406,20210727,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services: Disposable takeaway food containers Disposable cutlery (individual items and packs) Disposable hot cups, lids & cup holders Disposable cold cups, lids & cup holders All items should be food grade, sustainable, biodegradable, commercially compostable, made using renewable resources, natural materials and using non-toxic inks.",Awarded,"Date: 23rd July 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Disposable Takeaway Food Packaging RFP Please note that following the evaluation for the Te Pae Christchurch Disposable Takeaway Food Packaging RFP, the contract for the supply of Disposable Takeaway Food Packaging to Te Pae Christchurch has been awarded to the following respondent: Eighty Six Trading Limited T/A Ecoware (NZBN: 9429031200332); 102 Kitchener Road, Milford, Auckland 0620; The contract will be for a period of two years, with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,24193235,Request for Proposals,Open Competition,"Te Pae Christchurch - Theming, Floral & Event Supplies RFP",RFP20-27,20210412,20210511,20210617,,Sole Agency,No,,"Te Pae Christchurch is seeking a panel of recommended suppliers to provide the following goods/services: o Event Theming/Dcor o Event Floral/Plant Supplies o Event Decoration Supplies",Not Awarded,"Date: 16th June 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Theming, Floral & Event Supplies RFP Please note that following the evaluation for the Te Pae Christchurch Theming, Floral & Event Supplies RFP, the Recommended Supplier List for the supply of Theming, Floral & Event Supplies to Te Pae Christchurch will consist of the following respondents: Bourbon Rose 2016 Limited (Bourbon Rose Florist), NZBN: 9429041952610 City Style Co. Limited, NZBN: 9429047485198 KCE Limited (Kim Chan Events), NZBN: 9429030995413 Season Event Design Limited, NZBN: 9429047898325 Theme Productions Limited, NZBN: 9429047704541 Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,24272272,Request for Proposals,Open Competition,"Te Pae Christchurch - Entertainment, Talent, Keynote & Celebrity Speakers and MC's",RFP20-28,20210505,20210602,20210721,,Sole Agency,No,,"Te Pae Christchurch is seeking a panel of recommended suppliers to provide the following goods/services: o Entertainment o Talent o Keynote & Celebrity Speakers o MCs",Not Awarded,"Date: 21 July 2021 From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Entertainment, Talent, Celebrity & Keynote Speakers & MCs RFP The Recommended Supplier List for the supply of Entertainment, Talent, Celebrity & Keynote Speakers & MCs to Te Pae Christchurch will consist of the following respondents: Boma New Zealand Limited; NZBN: 9429046829931 Celebrity Speakers NZ Limited; NZBN: 9429039261557 CEB 2017 Limited (Christchurch Entertainment Bureau); NZBN: 9429045963230 Epic Entertainment Limited; NZBN: 9429030166295 ONeill Media Limited (Essential Talent); NZBN: 9429042057185 Events Innovated Limited; NZBN: 9429032046458 Ko Tane Limited; NZBN: 9429036118748 Rattle & Strum Limited; NZBN: 9429045914409 Remarkably Funny & Can Do Comedy; NZBN: N/A The Court Theatre Trust (The Court Jesters); NZBN: 9429042854630 Christchurch Pops Choir Incorporated (The Vocal Collective); NZBN: 9429043148592 Thank you to everyone who responded to this RFP.",0,20250410 Te Pae Christchurch,24317650,Request for Proposals,Open Competition,Te Pae Christchurch - Exhibition Services & Signage Production RFP,RFP20-29,20210518,20210614,20210729,,Sole Agency,No,,"Te Pae Christchurch is seeking a panel of recommended suppliers to provide the following goods/services o Exhibition Services - hire furniture, exhibition stands & systems, kiosks & counters, portable displays, marquee hire, flooring, digital systems, COVID-19 solutions etc. o Signage Production - exhibition / conference / event signage etc.",Not Awarded,"Date: 28th July 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Exhibition Services & Signage Production RFP Please note that following the evaluation for the Te Pae Christchurch Exhibition Services & Signage Production RFP, the Recommended Supplier List for the supply of Exhibition Services and Signage Production to Te Pae Christchurch will consist of the following respondents: Coast Group Limited, NZBN: 9429047738911 Peek Display Corporation Limited, NZBN: 9429032095159 Make Your Mark Signage Limited, NZBN: 9429046102058 Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,24363414,Request for Proposals,Open Competition,Te Pae Christchurch - Traffic Management Services RFP,RFP20-06,20210528,20210628,20220401,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking tenders from industry leading suppliers to supply the Traffic Management Services for Te Pae Christchurch: Temporary traffic control services and the necessary temporary traffic control devices, trained personnel and related equipment to manage traffic in a safe manner. Event traffic management is used to create a safe environment for road users at a time when traffic and pedestrian numbers are high. It may also include handling of temporary parking restrictions, bus access, trams, taxis and people with limited mobility. Examples of events requiring traffic management may include exhibitions with large equipment deliveries and conventions and events that utilise areas outside of the main Te Pae Christchurch building for activities.",Awarded,"Date: 1 April 2022 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Traffic Management Services RFP Please note that following the evaluation of the Te Pae Christchurch Traffic Management Services RFP, the contract for the supply of Traffic Management Services to Te Pae Christchurch has been awarded to the following respondent: Spray Marks Road Marking Limited (NZBN 9429038922336); PO Box 3, Ashburton, New Zealand The contract will be for a period of two years from 1 April 2022, with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,24453144,Request for Proposals,Open Competition,Te Pae Christchurch - VIP Transportation Services RFP,RFP20-31,20210621,20210720,20210901,,Sole Agency,No,,"Te Pae Christchurch is seeking a panel of recommended suppliers to provide VIP Transportation Services: Christchurch based providers focusing on transportation services for the corporate traveller. The ability to work with the Te Pae Christchurch team to deliver bespoke tours and transfers. Required services may include (but not be limited to): o Sales calls o Airport transfers o Taxi transfers to / from Te Pae Christchurch o Client familiarisation and site visit programmes o Canterbury touring o Limousine services for events o Guest transfers (including bus transfers for both small and large groups). o Specialised boutique transfers (e.g. Harley Davidson rides, tuk-tuk tours, classic cars etc.)",Not Awarded,"Date: 31st August 2021 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch VIP Transportation Services RFP Please note that following the evaluation for the Te Pae Christchurch VIP Transportation Services RFP, the Recommended Supplier List for the supply of VIP Transportation Services to Te Pae Christchurch will consist of the following respondents: Luxury Touring - Lake Tekapo Limited, NZBN: 9429042248880 Pacific Tourways (Christchurch) Limited, NZBN: 9429037483692 Flavia Limited (Prime Travel), NZBN: 9429046124715 Johnstons Coachlines (NZ) Limited, NZBN: 9429042504108 Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,25331045,Request for Proposals,Open Competition,Te Pae Christchurch - AV Services RFP,RFP20-30,20220122,20220218,20220501,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services to support its in house AV Production team during the peak event season and when additional expertise is required to deliver Te Pae high profile events. Services include: * AV, Video and Web Conferencing services including experienced labour * AV, Video and Web Conferencing equipment hire Te Pae will host international and national conventions, trade and public exhibitions, meetings and seminars, banquets, and live events. The purpose of this RFP is to identify suppliers capable of providing the services highlighted and necessary to meet the needs of those events.",Awarded,"Date: 1 May 2022 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Fresh Bread & Baked Goods RFP Please note that following the evaluation for the Te Pae Christchurch AV Services RFP, the contract for the supply of AV Services to Te Pae Christchurch has been awarded to a panel of suppliers consisting of the following respondents: A & C Lighting Limited (NZBN 9429035285878); 23A Taulford Place, Waltham, Christchurch 8011. Congress Rental New Zealand Limited (NZBN 9429047062894); Johnsonville, Wellington 6037. Multi-Media Systems Limited (NZBN 9429040498683); Unit 3, 1-5 Cass Street, Sydenham, Christchurch 8023. Newco Events Limited (NZBN 9429046305442); 80 Thackeray Street, Waltham, Christchurch 8023. Pixel Productions Limited (NZBN 9429045896880); 26 Essex Street, Phillipstown, Christchurch 8011. The contract will be for a period of two years, with a two year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,26833315,Request for Proposals,Open Competition,Te Pae Christchurch - Fresh Bread & Baked Goods RFP,RFP23-01,20230120,20230217,20230406,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking tenders from industry leading suppliers (each a Respondent) to supply the Fresh Bread & Baked Goods (the Goods/Services) for Te Pae. Te Pae is seeking a variety of Fresh Bread & Baked Goods including (but not limited to) White, Multigrain, Rye, Ciabatta, Sourdough and Focaccia loaves and rolls, soup rolls, bagels and slider buns, to meet the requirements of the customers at an international standard convention and exhibition centre.",Awarded,"Date: 8th May 2023 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Fresh Bread & Baked Goods RFP Please note that following the evaluation for the Te Pae Christchurch Fresh Bread & Baked Goods RFP, the contract for the supply of Fresh Bread & Baked Goods to Te Pae Christchurch has been awarded to a panel of suppliers consisting of the following respondents: Bellbird Baked Goods Limited (NZBN 9429046727275); The Tannery, 3 Garlands Road, Woolston, Christchurch 8023. Good Honest Products Limited (NZBN 9429047449121); 9a Michelle Road, Wigram, Christchurch 8024. Grizzly Bagel Limited (NZBN 9429041675946); 33 Buchan Street, Sydenham, Christchurch 8023. The contract will be for a period of two years, with a one year right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,28962187,Request for Proposals,Open Competition,Te Pae Audio Visual Event Production & Services,RFP24-02,20240306,20240408,20240701,,Sole Agency,No,,"Te Pae Christchurch is seeking a supplier or suppliers (a panel) to provide the following goods/services to support its in house AV Production & Operations team during the peak event season and when additional expertise is required to deliver Te Pae high profile events. Event services include: *AV (Audio Visual) Services & Event Production Professional Services *Event Technology Conferencing Equipment Services Audio, Video & Lighting *Virtual, Live Streaming & Hybrid Events Solutions *Live Event Coverage Services iMAG & Multicamera Solutions *Event Rigging, Staging & Power *Speaker Preparation Centre Onsite & Virtual Presentation Management Services *Digital Signage Content Development & Management Services Te Pae will host international and national conventions, trade and public exhibitions, meetings and seminars, banquets, and live events. The purpose of this RFP is to identify suppliers capable of providing the services highlighted and necessary to meet the needs of those events.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-02 Please note that following the evaluation for the Audio-Visual Event Production & Services, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 1st July 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,28967294,Request for Proposals,Open Competition,Te Pae Christchurch Classic Beer Package,RFP24-01,20240308,20240408,20240430,,Sole Agency,No,,"Te Pae Christchurch Convention Centre is seeking tenders from industry leading suppliers to supply the entry level Classic Beer Package for the venue. The intention is that the Classic Beer Package will be awarded to a supplier or suppliers (panel) and the successful Respondent(s) will supply the Classic Beer Package for the duration of the term. CLASSIC BEER PACKAGE: o Beer should be priced as close as possible to $2.50 (ex GST) per bottle o Beer should be in bottle or cans no larger than 330mls o Beer should not be over 5% ABV o Only the following styles are requested - Lager, Pilsners or Ales (Low or Zero Alcohol are also encouraged)",Awarded,"Date: 28th May 2024 To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Classic Beer Package RFP24-01 Please note that following the evaluation for the Te Pae Christchurch Classic Beer Package RFP, the contract for the supply of Beer for the Classic Package to Te Pae Christchurch has been awarded to the following respondents as a panel of suppliers. The contract will be for a period of one year beginning April 30th, 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29019939,Request for Proposals,Open Competition,Te Pae Christchurch Chocolate & Specialty Pastry,RFP24-03,20240315,20240417,20240531,,Sole Agency,No,,"Te Pae is seeking tenders from suppliers (Respondents) to supply Chocolate & Specialty Pastry (Goods/Services) for Te Pae. Suppliers/Supplier should be able to supply some or all of the below goods: o Commercial/High end patisserie chocolate of varied cocoa percentages (28% - 70%) o Chocolate colouring oils o High end vegan/plant-based chocolate (No nut based) o Glazes & liquid sugars o Nut Praline Pastes o 100% pure fruit purees (frozen) o Fresh and frozen prepared pastries o Patisserie stabilisers and additives o Edible Gold leaf o Liquid colouring gels o Edible colouring sprays o Silicone moulds o Other specialist patisserie equipment including cake boards o Pastry tart shells and cases (including Gluten Free) o Edible patisserie decorations",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-03 Please note that following the evaluation for the Chocolate & Specialist Pastry, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 31st May 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29020153,Request for Proposals,Open Competition,Te Pae Christchurch Fresh & Frozen Seafood,RFP24-04,20240315,20240417,20240520,,Sole Agency,No,,"Te Pae is seeking tenders from suppliers (Respondents) to supply Fresh & Frozen Seafood (Goods/Services) for Te Pae. Supplier or suppliers (a panel) are to provide all or some the following goods/services: o Fresh fish (whole and processed i.e. fillets) o Frozen fish (Bulk frozen fish fillets, processed and portioned to a specific weight (i.e. 160-180g, 180-200g) o Fresh Seafood o Frozen Seafood (Bulk frozen seafood, processed and portioned where applicable) o Frozen Convenience Seafood Products (Processed and Prepared/seasoned etc.) Please Note: This RFP excludes Fresh Salmon.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-04 Please note that following the evaluation for the Fresh & Frozen Seafood, the contract for the Services to Te Pae Christchurch has been awarded to the following respondents. The contract will be for a period of two years beginning 20th May 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29092840,Request for Proposals,Open Competition,Te Pae Christchurch Electrical Maintenance Services,RFP24-07,20240325,20240423,20240701,,Sole Agency,No,,"The Goods/Services Te Pae is seeking tenders from suppliers (Respondents) to supply Electrical Maintenance Services for Te Pae. - Preventative maintenance services shall be provided by the Respondent on all assets and associated devices related to the Electrical Services systems as outlined within the tender documentation. - The Respondent shall provide Reactive Maintenance and emergency service on an as required basis. - The Respondent shall furnish all personnel, parts, materials, test equipment, tools, and services in conformance with Te Paes requirements. - The Respondent shall provide for BWOF testing and certification requirements as applied to Electrical Services.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-07 Please note that following the evaluation for the Electrical Maintenance Services RFP, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 1st July 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29210548,Request for Proposals,Open Competition,"Te Pae Christchurch Audio Visual Integrated Hardware, Support, & Services",RFP24-05,20240412,20240514,20240701,,Sole Agency,No,,"The Goods/Services Te Pae is seeking tenders from suppliers (Respondents) for the following: Maintenance, compliance, support, and training for all AV equipment permanently installed or mounted in portable racks. Respondent(s) should be aware that Te Pae does not want applications from AV equipment hire or production companies.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-05 Please note that following the evaluation for the Audio-Visual Integrated Hardware, Support, & Services, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of one year beginning 1st July 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29210635,Request for Proposals,Open Competition,Te Pae Christchurch Network and Server Support & Maintenance,RFP24-06,20240412,20240514,20240701,,Sole Agency,No,,"The Goods/Services The purpose of this RFP is to select a Respondent(s) that will support our network and server environments with a monthly maintenance and support cost, and to provide a supplier for any vendor licensing for the CCN. Te Pae is seeking tenders from suppliers (Respondents) who will provide the following services: 1. Network Hardware support, patching and licensing of Aruba switches, core switches, access points, wireless controllers and FortiGate firewall. 2. Network Virtual Machines support, patching and licensing of virtual hosts supporting the CCN (ClearPass, Mobility Master, Airwave). 3. Passive ICT Internal fibre and copper structured cabling, wall port annual testing and maintenance, ongoing monitoring, and break fix. 4. Server Hardware Maintenance, patching, and licensing of VMware environment and HP server hardware hosts.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-06 Please note that following the evaluation for the Network and Server Support & Maintenance, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 1st July 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29227503,Request for Proposals,Open Competition,Te Pae Christchurch Maintenance Services for Electronic Security Equipment,RFP24-08,20240416,20240515,20240701,,Sole Agency,No,,"Te Pae is seeking tenders from suppliers (Respondents) to supply Maintenance Services for Electronic Security Equipment for Te Pae. The Respondent shall perform the Preventative maintenance services on dates as specified by Te Pae. The Respondent shall provide Reactive Maintenance on an as required basis. Reactive Maintenance shall be considered as calls in addition to the scheduled Preventative maintenance calls. This Reactive Maintenance shall be provided as often as needed, on a 24-hour basis, weekends and public holidays included. The Respondent shall provide Emergency Service on an as required basis. Emergency service shall be considered as calls in addition to the scheduled Preventative maintenance calls. This emergency service shall be provided as often as needed, on a 24-hour basis, weekends and public holidays included. The Respondent shall be capable of attending site to address an emergency within two (2) hours. The Respondent shall furnish all personnel, parts, materials, test equipment, tools, and services in conformance with the terms and conditions as outlined in the tender documents. The Respondent shall provide for BWOF testing and certification requirements as applied to Security Services.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-08 Please note that following the evaluation for the Maintenance Services for Electronic Security Equipment RFP, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 1st July 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29275510,Request for Proposals,Open Competition,Te Pae Christchurch Pork & Specialty Meats,RFP24-09,20240430,20240528,20240801,,Sole Agency,No,,"Te Pae is seeking tenders from suppliers (Respondents) to supply Pork & Specialty Meats for Te Pae. Supplier(s) should be able to supply some or all the below goods either Vacuum-packed Chilled, Frozen, or Fresh. o Cuts of Pork o Cured Meat Products (Salamis, smoked product, hams etc.) o Cuts of Venison o Fresh Processed Meats (Sausages)",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-09 Please note that following the evaluation for the Pork & Specialty Meats tender, the contract for the supply to Te Pae Christchurch has been awarded to the following respondents. The contract will be for a period of two years beginning 1st August 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29275563,Request for Proposals,Open Competition,Te Pae Christchurch Beef & Lamb,RFP24-10,20240430,20240528,20240901,,Sole Agency,No,,"Te Pae is seeking tenders from suppliers (Respondents) to supply Beef & Lamb (Goods) for Te Pae. Supplier(s) should be able to supply some or all the below goods either Vacuum-packed Chilled, Frozen, or Fresh: o Beef Cuts o Lamb Cuts o Beef & Lamb Mince (<10% fat content) o Beef & Lamb Offal o Processed Beef & Lamb",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-10 Please note that following the evaluation for the Beef & Lamb tender, the contract for the supply to Te Pae Christchurch has been awarded to the following respondents. The contract will be for a period of two years beginning 1st October 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29275610,Request for Proposals,Open Competition,Te Pae Christchurch Poultry Products,RFP24-11,20240430,20240528,20240801,,Sole Agency,No,,"Te Pae is seeking tenders from suppliers (Respondents) to supply Poultry Products (Goods) for Te Pae. Supplier(s) should be able to supply some or all the below goods either Vacuum-packed Chilled, Frozen, or Fresh. o Chicken o Duck o Goose o Turkey o Quail o Poultry Mince (<10% fat content) o Egg Products",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-11 Please note that following the evaluation for the Poultry Products tender, the contract for the supply to Te Pae Christchurch has been awarded to the following respondents. The contract will be for a period of two years beginning 1st August 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29486656,Request for Proposals,Open Competition,Te Pae Christchurch Waste Management Services,RFP24-12,20240527,20240624,20240805,,Sole Agency,No,,"Te Pae Christchurch is seeking supplier(s) to provide some or all the following Services: General Waste services (including both bulk and wheelie bin options) Recycling services (including both bulk and wheelie bin options) Grease Trap services Food Waste Dehydrator servicing On-demand compostable services (if required) Flexibility for unscheduled or short notice pick-ups for all services",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-12 Please note that following the evaluation for the Waste Management Services RFP, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 1st November 2024, with 1-year optional right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29600339,Request for Proposals,Open Competition,Fresh and Prepared Fruit & Vegetables,RFP24-13,20240614,20240715,20240901,,Sole Agency,No,,"Te Pae is seeking proposals from suppliers (Respondents) that are able to supply some or all of the specified Fresh and Prepared Fruit & Vegetables (Goods) for Te Pae. Vegetables: Roots: Beetroot, Carrots (all varieties in different sizes, normal and baby), Celeriac, Daikon, Parsnip, Radish, Swede, and Turnips Tubers: Potato (All available varieties within New Zealand), Kumara (Red, Orange & Gold), Jerusalem Artichoke, Taro Root, Cassava Bulbs: Fennel Bulb (Normal & Baby), Garlic, Leek, Onion (All Available Varieties), Shallots, Spring Onion Stems & Shoots: Asparagus, Celery Stalks, Kohlrabi. Brassicas/Flowers: Globe Artichoke, Broccoflower, Broccoli, Broccolini, Cauliflower (White, Green & Purple), Courgette Flowers, Cabbage (Green & Red), Brussel Sprouts. Fungi: Button (White, Swiss Brown), Enoki, Oyster, Portobello/Field, Shiitake, Tag 2 Mix Fruit: Capsicum (Red, Green, Yellow, Orange), Chilli (Red, Green, Jalapeno), Courgette/Zucchini, Cucumber (All Available Varieties), Eggplant, Marrow, Okra, Plantain, Pumpkin & Squash (All Available Varieties), Tomatillo, Tomato (All Varieties including Cherry and Heirloom) Seeds: Beans (All Available Varieties), Broad Beans, Edamame, Peas, Snow Peas, Sweetcorn Asian Green: Pak Choy/Bok Choy, Cabbage (Wom bok), Choy Sum Salad Leaves: Baby Kale, Cos Lettuce, Curly Kale, Edible Flowers, Mesclun, Mizuna, Pea Shoots, Radicchio, Red Chard, Red Oak Leaf, Rocket/Roquette, Spinach, Baby Spinach, Watercress Fruit: Apples (All Available Varieties), Bananas, Grapes (Red, Green), Kiwifruit (Green & Gold), Lemons, Limes, Mandarins, Melon (Honey Dew, Rock (Watermelon), Oranges, Pears (All Available Varieties), Pineapple, Mango, Berries (All Available Varieties), Grapefruit, Apricots, Peaches, Nectarines & Plums. Herbs: Angelica, Basil, Chervil, Chives, Coriander, Dill, Mint, Oregano, Italian Parsley, Curly Parsley, Rosemary, Thyme plus all other seasonal varieties Microgreens & Edible Flowers: A selection of microgreens and edible flowers for garnishing etc. These can be of any variety but would like availability year-round. Only locally grown (Canterbury Region) microgreens will be selected.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-13 Please note that following the evaluation for the Fresh and Prepared Fruit & Vegetables tender, the contract for the supply to Te Pae Christchurch has been awarded to the following respondents. The contract will be for a period of two years beginning 1st October 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,29600454,Request for Proposals,Open Competition,General Dry & Frozen Goods,RFP24-14,20240614,20240715,20240901,,Sole Agency,No,,"Te Pae is seeking Responses from Suppliers (Respondents) to supply the specified General Dry & Frozen Goods (Goods). This RFP covers the below categories: Dry Goods: Flours Vinegars Sugars Juices (Kitchen Specific) Dried Herbs, Spices & Seasonings Cooking Wine Rice & Pulses Mustards Pasta & Noodles Sauces & Condiments Other baking Supplies Relishes, Chutneys, Jellys Oils & Fats Tinned Fruits and Vegetables Snacks & Confectionary Dried Fruits & Vegetables Nuts & Seeds Preserved Fruit & Vegetables International Foods RTE Products (frozen dumplings, muesli bars etc.) Frozen Goods: Frozen Fruit & Berries Frozen Vegetables Frozen Convenience Products Frozen Pies & Pastries Frozen Pastry Rolls Non- Food Kitchen Products: Baking Paper Clingwraps Foil Wipes Plastic Containers for kitchen use",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-14 Please note that following the evaluation for the General Dry & Frozen Goods tender the contract for the supply to Te Pae Christchurch has been awarded to the following respondents. The contract will be for a period of two years beginning 1st October 2024. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 ,,,,,,,,,,,,,,,,, Te Pae Christchurch,30007005,Request for Proposals,Open Competition,Te Pae Christchurch Telecommunications,RFP24-15,20240820,20240917,20250113,,Sole Agency,No,,"Te Pae Christchurch Convention Centre (Te Pae) is seeking tenders from industry leading suppliers (each a Respondent) to assist us with the below Telecommunications (the Goods/Services) at Te Pae Christchurch. Further details are provided in the tender documentation. Telecommunications Goods Mobile phone Services Fibre/broadband internet Services SIP Services",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-15 Please note that following the evaluation for the Telecommunications RFP, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 6th January 2025, with 1-year optional right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,30412120,Award Notice,Open Competition,Te Pae Christchurch - Event Management Software,,20240501,20240630,20240701,,Sole Agency,No,,"From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Event Management Software Please note that the above contract for the Goods / Services to Te Pae Christchurch has been awarded to the following supplier: Momentus Technologies (formerly known as Ungerboeck) ABN 91 091 964 340 UNGERBOECK SYSTEMS INTERNATIONAL PTY LTD Brisbane QLD 4000 The contract will be for a period of five years beginning 1st July 2024.",Awarded,"From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Event Management Software Please note that the above contract for the Goods / Services to Te Pae Christchurch has been awarded to the following supplier: Momentus Technologies (formerly known as Ungerboeck) ABN 91 091 964 340 UNGERBOECK SYSTEMS INTERNATIONAL PTY LTD Brisbane QLD 4000 The contract will be for a period of five years beginning 1st July 2024.",0,20250410 Te Pae Christchurch,30683461,Request for Proposals,Open Competition,Te Pae Christchurch External Building Wash Services,RFP24-16,20241121,20241217,20250312,,Sole Agency,No,,"Te Pae Christchurch is seeking tenders from industry leading suppliers (each a Respondent) to provide us with External Building Wash Services. Further details are provided in the tender documentation. Respondents are expected to detail an annual programme that fulfils the requirements of Asset warranties and Te Pae standards. This is including, but not limited to: - Roofing - Exterior Metal - Exterior Tiles - Windows - Exterior Art - Pavement - Street Furniture Traffic Managment is also part of this Tender.",Awarded,"To: All Respondents From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch RFP24-16 Please note that following the evaluation for the External Building Wash RFP, the contract for the Services to Te Pae Christchurch has been awarded to the following respondent. The contract will be for a period of two years beginning 1st April 2025, with 1-year optional right of renewal. Thank you to everyone who took the time and effort to respond to this RFP.",0,20250410 Te Pae Christchurch,31413620,Award Notice,Open Competition,Te Pae Christchurch - Independent Contractor Australian Business Development,,20250303,20250401,20250402,,Sole Agency,No,,"From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Independent Contractor Australian Business Development Please note that the above contract for Services to Te Pae Christchurch has been awarded to the following supplier: Spectra Sales and Marketing Pty Ltd The contract will be for a period of one year beginning 3rd April 2025.",Awarded,"From: Te Pae Christchurch, PO Box 899, Christchurch 8140 Regarding: Te Pae Christchurch Independent Contractor Australian Business Development Please note that the above contract for Services to Te Pae Christchurch has been awarded to the following supplier: Spectra Sales and Marketing Pty Ltd The contract will be for a period of one year beginning 3rd April 2025.",0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,22845860,Request for Proposals,Open Competition,Capital Asset Management Strategy for the New Zealand Institute of Technology,,20200619,20200710,20210120,,Sole Agency,No,Not applicable,"We are looking to engage a firm to develop a capital asset management strategy for the new NZ Institute of Skills and Technology. We would like to receive proposals from you for this piece of work. We require from you; Your proposed approach to this project Your team and their skills and experience Similar project you have completed and references we can contact about the work youve done Costs and delivery timing The New Zealand Institute of Skills and Technology was established by legislation on 1 April 2020. It is still in its establishment phase, and consists of 16 former polytechnics currently set up as subsidiaries and one national council, with a supporting head office function. Its establishment is part of the Reforms of Vocational Education (RoVE).",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,26953143,Request for Proposals,Open Competition,Managed Endpoint Detection and Response Solution,20230215,20230224,20230317,20231205,,Sole Agency,No,stephanie.ellingham@tepukenga.ac.nz,"Te Pukenga New Zealand Institute of Skills and Technology is looking to the market for an initial 1-year contract solution to manage cyber risk across our network (with renewal options). The response must be able to satisfy all the requirements set out in both the technical and business capabilities in the RFP documentation. All responses must be submitted using the response templates provided as a part of the RFP documentation.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,27118981,Request for Proposals,Open Competition,FMIS (Financial Management Information System),20230320,20230321,20230420,20230808,,Sole Agency,No,stephanie.ellingham@tepukenga.ac.nz,"Te Pukenga houses all former Polytechnics and the majority of former ITOs across New Zealand. We are a Government Agency that provides a unified, sustainable, public network of on the job, on campus and online vocational education. Te Pukenga is focused on delivering a single Financial Management Information System (FMIS) to be used by all staff within Te Pukenga for the management of its finances. It is primarily focused on transactional financial processes that allow the organization to manage and process its financial records and assets. As such we are intending to release a Request for Proposal (RFP) to the open market. It is envisaged that the FMIS will be a stand-alone solution that integrates tightly to, but is not dependent on, other products such as payroll. It will be delivered in tandem with an Enterprise Performance Management (EPM) tool that will allow the organization to manage, report and budget on its finances, this solution will be the subject of a separate RFP. Please note: The technical appendices are 80 90% complete, the team will continue to work on these, and we will issue a notice to via GETS once all the information is gathered and complete.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,27492803,Request for Proposals,Open Competition,EIT Taradale Remediation,,20230606,20230627,20230726,,Sole Agency,No,NA,"Te Pukenga is seeking responses from suitably qualified building providers that have capability and capacity to act as the Main Contractor for the EIT Taradale Remediation project. Tropical Cyclone Gabrielle devastated the North Island of New Zealand and parts of the Pacific in February 2023. The EIT Taradale Campus is located on Gloucester Street in Taradale, Napier. Given its proximity to the Tutaekuri River the Campus was severely damaged during the Cyclone.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,27799986,Request for Proposals,Open Competition,RFP Imaging Equipment,TP-01,20230801,20230901,20231128,Procurement/Property & Capital Assets,Sole Agency,No,,"UCOL | Te P?kenga requires an educational digital radiography equipment with a ceiling mounted x-ray unit, vertical detector stand and floating patient table with detector. The radiographic equipment should be modern, replicating what Medical Imaging Technologists (MIT) will be using for the next 10 years, yet basic and robust enough to apply the students foundational knowledge of radiography. This will ensure the ability for UCOL | Te Pukenga to mimic the industry standards and ease learners transition into the clinical environment. We are looking for robust modern equipment that will assist in the training of highly regarded student radiographers. Understanding the basic concepts of radiography, e.g., aligning the tube and bucky, and the basic function of industry equipment to acquire diagnostic images is core in preparing the learners for differences at their clinical placements.",Awarded,,235287,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,28005123,Request for Proposals,Open Competition,Enterprise Performance Management Systems Implementation Partner,,20230901,20230929,20231201,Procurement/Digital,Sole Agency,No,,"Seeking a capable implementation partner to collaborate with Te Pukenga in integrating the Workday Adaptive Planning tool across the network to create a new instance of the tool, configure the solution based on business requirements, provide training where required, and ensure long-term support.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,28399454,Request for Proposals,Open Competition,Architectural Service (AS),,20231103,20231127,20240212,Procurement/Strategic Property,All of Government,No,,"Te Pukenga - NZ Institute of Skills and Technology is a Crown entity bringing together the Institutes and Polytechnics (ITPs) of NZ into one organization to provide a unified, sustainable, public network of regionally accessible vocational tertiary education. We work for our learners and look after our vendors. This is an opportunity to work with an organization strengthening tertiary education throughout Aotearoa New Zealand. The purpose of this RFP is to appoint a supplier to deliver high standard of architectural services on a national scale that understands our requirements and can provide this service effectively in all locations in New Zealand that we operate in.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,28455379,Request for Proposals,Open Competition,WITT New Plymouth Block A & B Roof Replacement,,20231114,20231215,20240306,Procurement/Property & Capital Assets,All of Government,No,,Te Pukenga are looking for a suitably qualified Main Contractor to undertake the roof replacement and associated stormwater drainage works to Blocks A & B at WITT New Plymouth Campus.,Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,28570502,Request for Proposals,Closed Competition,"AOG Print Technology & Associated Services for Eastern Institute of Technology, Taradale",,20231207,20231215,20240229,Procurement/Digital,Sole Agency,No,,"Te Pukenga needs a short-term print-per-copy solution implemented at its Eastern Institute of Technology, Taradale Campus. This campus suffered significant damage from Cyclone Gabrielle, and after extensive remediation work, the campus is reopening for operation from the start of February 2024. We will select an All of Government (AoG) Print Technology and associated Services provider with the experience, capacity, and capability to deliver to our requirements within the stipulated time and at the most reasonable price.",Not Awarded,Successfully awarded to AOG Provider,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29010681,Request for Proposals,Open Competition,Air Monitoring and Noise Control Solution,,20240313,20240419,20240729,Procurement/Property & Capital Assets,Sole Agency,No,,,Awarded,,25000,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29106011,Request for Proposals,Closed Competition,NB122 AC Upgrade project at MIT,,20240327,20240412,20240925,Procurement/Property & Capital Assets,Sole Agency,No,,This RFP relates to the purchase of new AC equipment to replace aging assets in the server room NB122.,Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29208613,Request for Proposals,Open Competition,"Lift replacements at Unitec, NMIT, Ara and TPP",,20240412,20240503,20241107,Procurement/Property & Capital Assets,Sole Agency,No,,"Replacement lift equipment at Unitec (B510), NMIT L Block, Ara D & E Buildings, TPP Greymouth.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29265897,Request for Proposals,Open Competition,Mokoia L Block Level 2 HVAC Replacement,,20240422,20240513,20240924,Procurement/Property & Capital Assets,Sole Agency,No,,,Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29421575,Request for Proposals,Open Competition,B112 B115 Toilet & Shower upgrade,,20240517,20240607,20240906,Procurement/Property & Capital Assets,Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Unitec Mt Albert toilet and shower upgrade B112 B115 contract opportunity.,Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29673616,Request for Proposals,Closed Competition,Project Management Services for L block Strengthening,,20240627,20240722,20240812,Procurement/Property & Capital Assets,Sole Agency,No,,"This procurement relates to the delivery of comprehensive Project Management Services for the seismic strengthening, facility upgrade, and decanting of L Block at Ara Institute of Canterbury.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29686664,Request for Quotations,Closed Competition,Eastern Institute of Technology Core Server Infrastructure Replacement,,20240701,20240726,20240816,Procurement/Digital,All of Government,No,,"Te Pukenga trading as Eastern Institute of Technology are seeking responses to the following RFQ. We are seeking a solution that Replaces the core server infrastructure that is outlined in EIT Server and SAN Itemised Breakdown.xlsx accompanying this RFQ. We estimate the quantity to be delivered is [everything outlined in EIT Server and SAN Itemised Breakdown.xlsx]. We require the goods / services to be delivered at Kapua Data Centre 14 Simsey Place, Te Rapa Park, Hamilton 3200.",Awarded,,923000,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29731418,Request for Proposals,Closed Competition,Quantity Surveyor Services for ARA L Block Strengthening,,20240708,20240729,20240926,Procurement/Strategic Property,Sole Agency,No,,"Te Pukenga invites suppliers to bid on an exciting project to seismically strengthen and renovate Ara Institute of Canterbury (ARA) L Block on City Campus Christchurch, the vibrant hub of our campus. With a current NBS rating of 20%, we seek expert partners to enhance the building's structural resilience, ensure regulatory compliance, and safeguard the well-being of our students, staff, and visitors. This $12 million project planned to be completed by end of 2025 includes strategic layout improvements, such as relocating the cafe for optimal functionality, alongside critical HVAC and electrical system upgrades. The project also involves comprehensive decanting work to maintain uninterrupted access to essential services during construction, including temporary relocation of facilities and ensuring seismic strengthening of decant spaces. By participating, suppliers have the opportunity to contribute to a high-impact project that enhances safety, functionality, and user experience in a heavily utilized educational facility.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29813048,Request for Proposals,Closed Competition,"Main Contractor - Decommissioning Works - The Regent, 52 Cuba St",,20240719,20240819,20250303,Procurement/Strategic Property,Sole Agency,No,,"Te Pukenga seeks a Main Construction Contractor to undertake, oversee, coordinate and execute decommissioning works to conclude their lease of Levels 3 & 4 at The Regent, 52 Cuba Street, Wellington. This Request for Proposals (RFP) is a closed invitation to suppliers shortlisted from the first stage of the procurement process, which was the Registration of Interest (ROI) for Main Contractor Decommissioning Works The Regent, 52 Cuba Street, Wellington. This RFP invites shortlisted suppliers to submit a detailed Proposal of their proposed work methodology and price to decommission The Regent, 52 Cuba Street, Wellington. The decommissioning works and related contracts are subject to: Final tenant and landlord agreement. Council building consent approval for the make-good scope of works.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,29886823,Request for Proposals,Open Competition,He Toki Kai Te Rika Landscaping,,20240731,20240830,20241104,Procurement/Property & Capital Assets,Sole Agency,No,,"Deliver approx. 1,500m2 of landscaping, security lighting, gardens & pathways joining the new He Toki building to the existing heart of the campus.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,30110156,Request for Proposals,Open Competition,Toi Ohomai B Block Roof Replacement & Seismic Upgrade,,20240902,20240930,20241104,Procurement/Property & Capital Assets,Sole Agency,No,,"We are seeking proposals from Main Contractors for the roof / gutter replacement and seismic upgrade of B Block at Toi Ohomai, Mokoia Campus in Rotorua.",Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,30256885,Request for Quotations,Closed Competition,Unitec Audio Visual Equipment Replacement,,20240926,20241022,20241029,Procurement/Digital,Sole Agency,No,,,Not Awarded,,0,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,30790511,Request for Proposals,Open Competition,ConCove ConstrucTrend: Longitudinal Survey RFP,,20241209,20250128,20250310,Procurement/Digital,Sole Agency,No,,"We seek a skilled provider to design and implement the inaugural ConstrucTrend longitudinal survey. This survey will gather essential insights directly from practitioners in the carpentry, plumbing, and electrical trades within New Zealands construction and infrastructure sectors. In designing this survey, the provider will engage with key stakeholderssuch as Workforce Development Councils (WDCs), the New Zealand Qualifications Authority (NZQA), and other educational institutionsto identify data needs and craft questions that capture critical workforce trends, skills gaps, and training requirements. Inspired by the BeLongEng survey in Australasia and the CEDEFOP ESJS model in Europe, this survey aims to provide analytics and insights that ensure vocational education aligns with industry demands, enabling workforce readiness. We require a comprehensive and scalable survey framework that achieves the following: Robust Survey Design: A detailed methodology capturing the industrys real-time and future skills needs and workforce challenges. Inclusive Stakeholder Engagement: Integration of input from WDCs, NZQA, TEC, other educational stakeholders, tertiary education institutions, and priority groups (Maori, Pasifika, and women) to ensure a broad, representative approach. Secure, Independent Data Storage: A data storage solution that safeguards participant privacy, is compliant with data sovereignty requirements and allows for future data portability for seamless handover for future iterations. Future-Proofing for Replicability: A flexible framework enabling future surveys to be conducted by the selected provider or other organisations, ensuring continuity and relevance in data collection.",Awarded,,149894,20250410 Te P?kenga - New Zealand Institute of Skills & Technology,30829337,Request for Proposals,Open Competition,"Open Polytechnic Te Pokaitahi Reo (Rumaki, Reo Rua) (Te Kaupae 2) Level 2",,20250107,20250224,20250303,Procurement/Digital,Sole Agency,No,,"OPNZ is looking for outsourcing partners who can provide the following services: Courseware design and development of online courseware and assessment materials for Te Pokaitahi Reo (Rumaki, Reo Rua) (Te Kaupae 2, Level 2) that prioritizes and upholds the integrity of te reo Maori, Tikanga Maori, matauranga a-iwi, matauranga Maori, te ao Maori perspectives and approaches. Design and development of online courseware and assessment materials for Te Pokaitahi Reo (Rumaki, Reo Rua)(Te Kaupae 2, Level 2) in the iQualify Learning Management System (LMS). Ability to guide and collaborate with our Digital Experience team, to create digital media assets (e.g.videos, interactives, graphics). Concerning the above, partners will also need to demonstrate the ability to: Design and develop quality te reo Maori resources that are underpinned by tikanga, tirohanga and matapono Maori, and uphold te mana o te reo Maori me nga ahuatanga Maori Manage projects from beginning to end. Design solutions according to the clients design standards and requirements. Build enduring relationships with OPNZ to understand needs and provide proactive service.",Awarded,,300000,20250410 Te Puni K?kiri (Ministry of Maori Development),20777976,Request for Proposals,Open Competition,Request for Proposals - Cleaning Services at Te Puni Kokiri House,,20190226,20190402,20240626,Te Puni Kokiri,Sole Agency,No,,"Overview Te Puni Kokiri is going to market to run a Request for Proposal process, to select a suitably qualified and experienced provider to deliver cleaning services for the National Office of Te Puni Kokiri, at Te Puni Kokiri House, 143 Lambton Quay Wellington for a term of six (6) years and three (3) months. Whats important to us Te Puni Kokiri is looking for providers that who have the capability, experience and technical ability to provide high-quality cleaning services at a competitive rate. We would also like providers to demonstrate to us anything they are doing to achieve important social outcomes in various aspects of their business. Examples of this are providing a Living Wage to staff, cultural, ethnic and gender diversity in the workforce, dealing with employees fairly, reasonably and in good faith, and environmental sustainability. It is also important to us that we engage a provider who is willing and able to comply with tikanga Maori. Further information around this and what can be provided as evidence of progressing towards these social outcomes will be contained in the Request for Proposals. A bit about us Te Puni Kokiri is a government agency that works within government and communities to achieve our vision of thriving whanau. We have a range of responsibilities that are very broad, from Te Reo Maori and culture, through to many social and economic issues, to the environment and natural resources. For more information on the work that Te Puni Kokiri does, visit our website at www.tpk.govt.nz. Interested? Whats next? If you are interested in this opportunity, read through the Request for Proposals document and its appendices attached here, and follow the instructions using the RFP and the Response Form in order to submit a proposal. If you have any questions about this tender opportunity, please contact us at TPKTenders@tpk.govt.nz.",Not Awarded,The winning response was accepted via the Tenders Mailbox at Te Puni Kokiri. The winning response is OCS limited.,0,20250410 Te Puni K?kiri (Ministry of Maori Development),23646415,Request for Proposals,Open Competition,Whenua Maori Programme,23646415,20201118,20210129,20210609,Te Puni Kokiri,Sole Agency,No,,"Te Puni Kokiri is seeking suppliers that will be able to provide service support to Maori freehold landowners reach their desired whenua outcomes and aspirations. This Request for Proposal (RFP) will procure the services of suppliers to support landowners to develop, implement and review Whenua plans as part of the Advisory Service. A Whenua Plan consists of three individual but integrated components, intended to help landowners develop improved management, land utilisation, environmental and business practises to enhance Maori landowners wellbeing in the regions of Te Taitokerau, Te Tairawhiti, and Waikato & Waiariki.",Awarded,"Te Puni Kokiri Ministry of Maori Development 1. RFP number: 23646415 2. RFP Title: Whenua Maori Programme 3. Name of Successful Tenderer (s): 8x Suppliers AgFirst Northland Limited; BDO Gisborne Limited; BDO Northland Limited; Toha Foundry Limited; Hanmore Land Management Limited; Koru Asset Develop Group Limited; LandVision Limited; and FarmCare New Zealand Limited. 4. Description of goods or services provided: Services of suppliers to support Maori landowners to develop, implement and review Whenua Plans as part of the Advisory Service. 5. All the applicable tender codes (category): 80100000 6. Location: Services delivered in regions as follow: Northland; Waikato; Gisborne; and Hawkes Bay. 7. Date the contract was awarded: 13 May 2021. 8. Term of Contract (Including rights of renewals, if applicable): 1 year 9. Estimated cost of the procurement: NZS 1,500,000.00 10. Type of procurement process used: Open tender process; one stage (RFP) 11. Was there an exemption used: No.",1500000,20250410 Te Puni K?kiri (Ministry of Maori Development),25790339,Request for Proposals,Open Competition,Corporate Clothing,25790339,20220513,20220622,20230116,Te Puni Kokiri,Sole Agency,No,,"Te Puni Kokiri (TPK) is seeking a corporate clothing supplier to provide suitable workwear for TPK staff and representatives. We anticipate that the successful suppliers will: 1. Be able to provide corporate clothing nationwide to all of the TPK regional and national office staff. 2. Demonstrate that they provide ethically and sustainably manufactured and sourced goods. 3. Show that the quality of their goods is consistently high. 4. Be willing to work with TPK to develop solutions for needs as required. 5. Be willing to partner with TPK and jointly manage the purchase and supply of corporate clothing. This is a Future Procurement Opportunity (FPO). A FPO has replaced the Annual Procurement Plan information previously available to suppliers on MBIEs website. A FPO is an alert to suppliers of potential upcoming procurement activity. It does not represent a commitment to procure but provides an indication to the market about the potential future activity. Suppliers can subscribe to this FPO. TPK may use this supplier list to learn of potential respondents. If an RFP is released, the FPO will be linked to the RFP. If an open tender process is to be used, those suppliers who have subscribed to the FPO will get automatically notified of the RFP being released. If a closed tender process is to be used, suppliers will be invited directly to participate. No information is required to be submitted in response to this FPO. Questions may be directed to the point of contact. Please note however, due to where we are in our planning there is limited further information available.",Awarded,,450000,20250410 Te Puni K?kiri (Ministry of Maori Development),26265077,Request for Proposals,Open Competition,Capability Uplift Support Services to Maori Businesses,,20220902,20221003,20230328,Te Puni Kokiri,Sole Agency,No,TPKTenders@tpk.govt.nz,"In November 2020 the Government agreed to a Progressive Procurement Policy, to increase supplier diversity in government procurement, effect change in government procurement processes and behaviour and achieve equitable economic outcomes for Maori. Progressive procurement policies focus on creating supplier diversity. Supplier diversity is defined as an organisations efforts to include different categories of suppliers in its sourcing process and active supply base. The features of the Progressive Procurement Policy are: A Maori Business defined as a Maori Authority (as classified by the Inland Revenue Department) or has a minimum of 50% Maori ownership A target of 5 percent of the total number of buyer (mandated government agencies which is 146 government entities) procurement contracts to be awarded to Maori Businesses. Intermediary organisations as a broker, matching and connecting buyers and suppliers to realise procurement opportunities. They also assist with verifying suppler businesses as meeting the definition of Maori Business The Policy supports sustainable, long term behavioural change of government agencies and businesses procurement practices. The prototypes Te Kupenga Hao Pauaua developed in the first year of the project identified an ongoing need to provide capability uplift to Maori businesses. The capability uplift needs to be an in-depth wrap around service, providing targeted support to Maori businesses that are ready to deliver procurement solutions but need to lift capability to navigate and engage effectively in government procurement processes. We are looking for credible providers who have the demonstrated capability and experience to deliver support to Maori businesses in the capability areas listed below: Financial health Public value and procurement chain Sales and marketing Tendering and legal compliance The key objective of this procurement is to identify service provider(s) that have a proven background in assisting Maori Businesses to become competitive in the government procurement space by delivering capability uplift services. Businesses will be referred to service provider(s) by Te Puni Kokiri kaimahi following an initial assessment of the capability needs of the business. Service Provider(s) will then provide an estimated quote based on the pricing schedule.",Awarded,,0,20250410 Te Puni K?kiri (Ministry of Maori Development),27311566,Request for Proposals,Closed Competition,Contract and Funding Management System Refresh,26506073,20230428,20230612,20240115,Te Puni Kokiri,Sole Agency,No,,"We are looking for a Software as a Service solution for our Contract and Funding Management needs. This system will support the recording, tracking, management, monitoring, and reporting of funding related to procurement, projects, operations, training, and our business-as-usual activities. This system will support end-to-end contract management, implementation, tracking and payments related to contracts and support contract management and reporting.",Awarded,,0,20250410 Tertiary Education Commission,3842206,Request for Proposals,Open Competition,Emergency Management Training Advice and Co-ordination Services,,20140901,20141003,20200922,Strategy (Operations Directorate),Sole Agency,No,,"From 2015, to enable a more appropriate mechanism for funding training for volunteers in the Civil Defence and Emergency Management (CDEM) and fire-fighting sectors, the TEC will fund that training from a ring-fenced pool within the Adult Community Education (ACE) provision. The TEC will allocate that funding in consultation with a single body contracted by the TEC to provide a range of training liaison, advice and coordination services. The TEC wishes to identify and engage a service provider to deliver those services, which will include: consulting and liaising with the CDEM and fire-fighting sectors analysing EM (ACE) training needs providing advice to the TEC to inform its investment in EM (ACE) provision undertaking related coordination activities to support the coordinated delivery of EM (ACE) training.",Not Awarded,,0,20250410 Tertiary Education Commission,7023846,Request for Proposals,Closed Competition,ICT Graduate Schools Initiative,,20141202,20150304,20200922,Operations Directorate,Cluster,No,,,Not Awarded,,0,20250410 Tertiary Education Commission,19658864,Request for Quotations,Open Competition,Understanding New Zealand employer demand for skills,,20180430,20180514,20200922,Information Directorate,Syndicated Opportunity,No,,"The Tertiary Education Commission (TEC) wants to use online job advertisement data to understand what skills employers need for different jobs. This will enable us to help learners understand their career options and help the TEC ensure we are providing employers with the right people, with the right skills and qualifications to meet their needs. The TEC is looking for a supplier with experience in this area to provide us with monthly-updated unit record data in skills required in New Zealand jobs along with analytics products to package key aspects of this data.",Not Awarded,did not proceed,0,20250410 Tertiary Education Commission,21782339,Request for Proposals,Closed Competition,Full-service advertising agency,,20191015,20191112,20200124,,Sole Agency,No,,"We are seeking proposals from each of the invited suppliers that outline a recommended strategy, or approach options for the campaign. The campaign should generate emotional engagement, encourage the prospective volunteers to give-back and sign up as volunteers. The proposal should include: ? - Examples of previous campaigns that align with similar audience and/or key messaging. - Recommended approach - A high level project plan to indicate timeframes, key milestones and check-in points with TEC - A process for collating information and reporting on success - The level of resource and support required from TEC to support this project. We are seeking suppliers that are able to demonstrate that they have the capacity to deliver a meaningful and actionable campaign including strategy, creative, media placement and analytics within the timeframes. Please indicate the size of your team, your leadership structure, how you would scale-up if required and the time that it would take to reach the required capacity. Please include any examples of previous campaigns that were delivered successfully, with a similar scale, budget and timeframe to help to demonstrate this capability. TEC requires client services, creative and production services and media services to implement the project. If you cannot provide all of the services above, you are welcome to submit a joint proposal with a supplier that is on the AoG Advertising Services panel to complete the work. i.e. If you are approved to provide only client services and creative and production services, then you have to work with a supplier that is approved to provide media services"".",Awarded,"Following an closed Request for Proposal tendering process, Tertiary Education Commission (TEC) of 44 The Terrace, Wellington has awarded this contract to VMLY&R of Level 5, 7-11 Dixon Street, Te Aro, Wellington to run Inspiring the Future. The contract was signed in January 2020 and the initial term is from January 2020 to June 2020. The estimated contract value is approximately $125,000 (excluding GST).",125000,20250410 Tertiary Education Commission,22011667,Request for Proposals,Closed Competition,Vocational Education and Training Marketing Campaign,,20191211,20200131,20200319,,Sole Agency,No,,"The Tertiary Education Commission (TEC) is seeking a full-service supplier to develop an integrated marketing communications campaign that will shift perceptions and drive participation and enrolment into vocational education. We need a supplier that thinks both strategically and creatively to develop and deliver a multi-channel campaign to successfully reach, inspire and engage our audiences. TEC requires client services, creative and production services and media services to implement the campaign. If the supplier cannot provide all of the services above, they are welcome to submit a joint proposal with a supplier that is on the AoG Advertising Services panel to complete the work.",Awarded,"Following an closed Request for Proposal tendering process, Tertiary Education Commission (TEC) of 44 The Terrace, Wellington has awarded this contract to VMLY&R of Level 5, 7-11 Dixon Street, Te Aro, Wellington to run Vocational Education and Training Marketing Campaign. The contract was signed in March 2020 and the initial term is from March 2020 to June 2023. The estimated contract value is $4,055,000 (excluding GST).",4055000,20250410 Tertiary Education Commission,22087663,Request for Quotations,Closed Competition,RoVE Design Work,,20191213,20200121,20210121,,Sole Agency,No,,"RoVE covers seven key projects of work, each of which have a high number of interdependencies, both within the programme and with external Government departments/agencies, education providers and employers. RoVE will deliver the largest changes seen in the vocational education sector in the last 30 years. We are creating a number of new organisations and a new system, and we require the creation of a blueprint for how the tertiary education system will operate as the various changes agreed under RoVE come to fruition. This process is expected to operationalise the policy outcomes of the reforms. The project is seeking the specialist expertise of a consultancy to undertake this core piece of work.",Awarded,,0,20250410 Tertiary Education Commission,22985372,Request for Proposals,Open Competition,Online Career Planning Solution,,20200717,20200819,20200925,,Sole Agency,No,,"There is currently no single, free, consistent, accessible, high quality tool for learners and workers to use throughout their lifetime, to plan and manage their career. The Online Career Planning Solution will make career decisions easy by helping New Zealanders explore and understand their potential future, have the confidence to take action and build resilience in the changing world of work. We want to engage experts who understand the customers they are designing products for. We are looking for a design and development partner (or partners) who will work with us over the next two years to deliver an outstanding solution for all New Zealanders. This is a unique opportunity to be part of a major New Zealand careers initiative. Enhanced careers services are needed to support lifelong learning to improve New Zealanders employment outcomes and wider wellbeing outcomes. This is your opportunity to make a positive contribution to the lives of New Zealanders. The Tertiary Education Commission/Te Amorangi Matauranga Matua (TEC) is the Government's careers and tertiary education investment agency. We invest approximately $3.6 billion in all forms of post-secondary school education across more than 700 of New Zealands tertiary education organisations. At 1 July 2017 our role extended to shaping the future of careers information and advice for all New Zealanders to encourage lifelong learning. Therefore as the government agency responsible for careers, the TEC is tasked with supporting all New Zealanders to raise skills and broaden aspirations to meet the demands of work, now and in the future.",Awarded,"Following an open Request for Proposal tendering process, The Tertiary Education Commission (TEC) of Level 9, 44 The Terrace, Wellington, New Zealand has awarded this contract to Springload Limited of Level 7, Hope Gibbons building, 7 Dixon Street, Wellington, New Zealand to design and develop the Online Career Planning Solution. The Master ICT Supply agreement was signed in September 2020 and the term is for 2 years from the commencement date. The estimated contract value is approximately between $8,000,000 - $10,000,000 million (excluding GST).",0,20250410 Tertiary Education Commission,23034611,Request for Proposals,Closed Competition,Enhancing the Customer Experience Telephony Solution,,20200729,20200902,20210120,,Sole Agency,No,,"The Customer Contact Group (CCG) is one of the key points of contact between the Tertiary Education Commission (TEC) and our customers. In essence, the CCG is TECs public face. Its performance impacts our reputation as an effective, customer-friendly organisation. Implementation of standard contact centre technology will allow us to improve our customer service through the fast, accurate provision of information. With modern solutions in place our customer experience can be improved, publicity will be positive, and we will retain customer trust. The Tertiary Education Commission requires a contact centre Telephony solution that will provide the CCG the efficiency and productivity gains TEC requires to meet SLAs and provide the levels of support customers have come to expect.",Awarded,,0,20250410 Tertiary Education Commission,24454758,Request for Proposals,Open Competition,Workforce Development Councils Core Business Solutions - RFP,,20210625,20210721,20210908,Finance Directorate,Sole Agency,No,,"This RFP engagement will select a trusted supplier to advise on and implement Microsoft cloud-based business applications to ensure the new Workforce Development Councils s can perform their core business functions. The primary objective of this RFP is to source and enter into contractual arrangements with Microsoft Gold or Silver partner(s) who can integrate, manage and deliver several work streams for an operational go-live on 4th October 2021. The solution should be enabling up to 380 staff by June 2022. The Pre-conditions for this RFP are: 1 Supplier must be a Gold or Silver Microsoft Solution Partner for the following services: Application Integration Data Platform Collaboration and Content Cloud Productivity Messaging Security 2. Solution must integrate with M365 desktop 3. Solution must be hosted in New Zealand or Australia 4. The selected supplier must be available to commence implementation from the 1st week of August for delivery of MVP by 4th October. 5. All cloud solutions must meet all the GCIO Cloud standards (Certification & Accreditation Artefacts) and the supplier will provide TEC with resources to assist TEC in completing the GCIO Cloud Assessment requirements/activities (https://snapshot.ict.govt.nz/guidance-and-resources/using-cloud-services/assess-the-risks-of-cloud-services/)",Awarded,,55000,20250410 Tertiary Education Commission,25167960,Request for Tenders,Open Competition,"RFT to select LSP's for the provision of Licensing services to the TEC, Wananga, Institutes of Technology and Polytechnics and 7 Universities from the Tertiary sector.",,20211126,20211222,20220301,Finance Directorate,On behalf of procurement agent,No,,"This RFT is issued by the Tertiary Education Commission (TEC) to select Licensing Solution Providers (LSPs) to provide Microsoft Licensing services to the TEC, Wananga, Institutes of Technology and Polytechnics (ITPs) and 7 Universities,. The parties to receive the LSP services: TEC Te Wananga o Aotearoa, Te Awamutu Te Wananga o Raukawa, Otaki Te Whare Wananga o Awanuiarangi, Whakatane Te Pukenga will be evaluating and selecting one LSP on behalf of all Institutes of Technology and Polytechnics Auckland University of Technology Lincoln University Massey university University of Auckland University of Otago University of Waikato Victoria University of Wellington",Awarded,,0,20250410 Tertiary Education Commission,25523184,Request for Proposals,Closed Competition,RFP for Skills Highway,,20220310,20220401,20220620,Strategy (Operations Directorate),Sole Agency,No,,"The Tertiary Education Commission (TEC) is seeking a supplier who will be responsible for the management and operation of Skills Highway. Skills Highway has two objectives. To: ? communicate the benefits of workplace literacy and numeracy training ? encourage and support businesses to access the funding available for either the employer-led or TEO-led workplace literacy and numeracy programmes The Skills Highway outputs are to increase awareness of workplace literacy and numeracy issues, manage the website, support businesses to access funding, promote best practice, monitor employers, and work with the TEC materials. The successful respondent will: manage; operate; and deliver; the Skills Highway programme nationally",Awarded,,630400,20250410 Tertiary Education Commission,25698505,Request for Proposals,Closed Competition,TEC Managed Security Services RFP,,20220914,20221010,20221123,Information Directorate,Sole Agency,No,,This is the second stage of the 2-stage ROI and RFP procurement process to select a Managed Security Service provider.,Awarded,,0,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),22496424,Request for Proposals,Open Competition,He Ara Poutama mo te reo Maori,,20200330,20200422,20200615,,Sole Agency,No,,"We wish to procure technical expertise to navigate, identify and link relevant data sets within the IDI in order to construct a quantifiable model for te reo Maori (Maori language) journeys. it requires the exploration of speakers who had different whanau environments, especially regarding the home language immersion levels and inter-generational transmission in te reo Maori, including how well they were surrounded by other speakers. Understanding the diversity of starting points for becoming a proficient te reo Maori user enables the subsequent examination of the diverse te reo Maori journeys.",Awarded,,551890,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),23711077,Request for Proposals,Open Competition,Information Management System,,20201201,20210126,20210514,,Sole Agency,No,,"Te Taura Whiri i te Reo Maori are seeking an Information Management System (IMS) which will enable us to store and retrieve documents, records and various media types in a secure yet efficient manner.",Awarded,The tender was awarded to Theta Systems Ltd,0,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),23827336,Request for Proposals,Open Competition,Programme Management of a Monitoring & Evaluation Work Programme,,20210111,20210205,20210323,,Sole Agency,No,,"This RFP relates to the purchase of highly qualified, experienced project management, monitoring and evaluation services that align with a large work programme. We are seeking to work with a provider who can collaborate across a wide range of stakeholders. The key objective is to build an evidence base of the collective impact on the revitalisation of te reo Maori through the joint efforts of the Maihi Maori and Maihi Karauna and how these impacts have contributed to Te Whare o te Reo Mauriora.",Awarded,,600000,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),24811518,Request for Proposals,Open Competition,Evaluations of the Level Finder Examination and Toi Reo Maori Programme,,20210914,20211012,20211029,,Sole Agency,No,,"Te Taura Whiri i te Reo Maori are looking for an evaluation provider with knowledge and understanding of te reo Maori and tikanga Maori, and experience in undertaking evaluations using Maori-centred and/or kaupapa Maori research and evaluation approaches. We want to contract a highly experienced evaluation provider to evaluate the Level Finder Examination and Toi Reo Maori programmes to support the upcoming change to online delivery of this service.",Awarded,"Te Taura Whiri i te Reo Maori, Level 11, Kiwi Wealth House, 20 Ballance Street, Wellington is pleased to award the Evaluations of the Level Finder Examination and Toi Reo Maori Programme contract to R and K Consultants Limited, 251 Queens Drive, Lyall Bay, Wellington (NZBN: 9429033426730). The Level Finder Examination is a programme that provides a general indicator of a candidates ability to aurally recognise words and their knowledge of vocabulary and grammar across three different sections. Levels of proficiency range from one to five, with the latter indicating advanced ability in te reo Maori. The Maori Language Act gives Te Taura Whiri i te Reo Maori the authority to licence translators and interpreters to anyone who achieves the required standards. To date, Toi Reo Maori is the key framework that underpins the path towards meeting this requirement. R and K Consultants Limited will evaluate the effectiveness of the Level Finder Examination and Toi Reo Maori programmes to support programme improvement and the upcoming change to online delivery. The aim is to complete the following work: i. Evaluation of the Level Finder Examination programme ii. Evaluation of Toi Reo Maori programme This is an eight-month programme of work commencing November 2021. The contract was awarded on 29 October 2021, and expires on 30 June 2022. The procurement process used was a single-stage open-market RFP.",300000,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),27192249,Request for Proposals,Open Competition,Te Puna Ratonga Reo Maori Monitoring and Evaluation Work Programme,,20230403,20230505,20241203,,Sole Agency,No,,"Te Taura Whiri i te Reo Maori are looking for an evaluation provider with knowledge and understanding of te reo Maori, tikanga Maori, and experience in undertaking evaluations using Maori-centred and/or kaupapa Maori research and evaluation approaches. The provider will work collaboratively with us and manage a large monitoring and evaluation work programme over a number of years. The provider will create a monitoring and evaluation plan and monitor and evaluate six programmes within our Language Services directorate, Te Puna Ratonga Reo Maori, these are: 1. Level Finder Examination 2. Toi Reo Maori assessment 3. Support for successful Toi Reo Maori qualified translators and interpreters 4. The maintenance of the conventions for formal te reo Maori 5. The process to migrate the Level Finder Examination, Toi Reo Maori and Kupu Hou to online platforms 6. The renewal of the Toi Reo Whakamaori licensing process",Awarded,Significant reduction to scope. Contract awarded 3 December 2024.,60660,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),27342383,Request for Proposals,Open Competition,Level Finder Proficiency Exam Suite,,20230503,20230529,20230815,,Sole Agency,No,,"Te Taura Whiri i te Reo Maori (Te Taura Whiri) administers the Level Finder Examination (LFE) to provide a general indicator of a candidate's proficiency in te reo Maori, including their ability to recognise words and knowledge of vocabulary and grammar. The examinations are open to individuals and organisations who wish to test their te reo Maori proficiency against the Whakamatauria To Reo Maori framework. The target audience for people who sit the LFE are public servants, many of whose organisations now have or are developing incentives for individuals who develop their te reo Maori proficiency. The examination is currently an hour written test with an additional ten minutes of reading time. The examination has three parts: Aural recognition (dictation) Vocabulary (close reading and multi-choice answer options) Grammar (close reading and multi-choice answer options). Developing the new exam suite is the first phase of transformation for the LFE.",Awarded,"Thank you for submitting a response to the tender for the Level Finder Proficiency Exam Suite for Te Taura Whiri i te reo Maori. The process is complete, and the contract has been awarded. Again, we would like to thank you for submitting a tender, we are mindful of the amount of effort that goes in to responding to such a request. Nga mihi, Te Taura Whiri i te Reo Maori",170000,20250410 Te Taura Whiri I Te Reo Maori (Maori Language Commission),27423651,Request for Proposals,Open Competition,Digital Communication Services,,20230519,20230615,20230919,,Sole Agency,No,,"The objectives of the Services are to: Ensure that there is expert, strategic overview of our digital mahi, leading our social media and digital campaigns as we reach a new phase in our campaign strategy: engaging communities across Aotearoa New Zealand in regional hubs. The Service Provider will deliver the following services for both a reo Maori and reo English site/s, services include but not limited to: Developing and maintaining social media content Developing and updating website content Developing and maintaining current digital platforms Strategic collaboration Providing technical advice on digital strategy, branding web advice Providing general support for digital and social media initiatives Consulting on internal design i.e., systems/applications/process/websites etc Corporate publication high level design Consulting in strategic initiatives, i.e. new social programmes developed and led by Ohu",Awarded,"Thank you for submitting a response to the tender for Digital Communication Services for Te Taura Whiri i te reo Maori. We would like to thank you for submitting a tender, we are mindful of the amount of effort that goes in to responding to such a request.",223200,20250410 Te W?nanga o Aotearoa,6099314,Request for Proposals,Open Competition,Tainui Catering Services,,20141110,20141208,20240809,,Sole Agency,No,"320 Factory Road, Te Awamutu 3800","Te Wananga o Aotearoa (Tainui Region) is seeking suitably qualified providers of catering services to provide a range of services for three of the six campuses in the Tainui region; Mangakotukutuku Campus (254 Ohaupo Road, Hamilton) Raroera Campus (510 Te Rapa Road, Hamilton) Rahui Pokeka Campus (77 Rotowaro Road, Huntly)",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,17652521,Request for Proposals,Open Competition,Catering Services Gisborne Campus,201601,20160701,20160729,20240809,,Sole Agency,No,PO Box 151 Te Awamutu 3800,"Te Wananga o Aotearoa consists of three Takiwa (regions) across New Zealand, and operates from over 80 locations throughout the country. The location of these sites can be viewed on Te Wananga o Aotearoa website. Te Wananga o Aotearoa Head Office functions are centralised in Te Awamutu and Hamilton. The current opportunity ist o provide a cafeteria style food service based at the Whirikoka Campus, 630 Childers Rd, Gisborne.",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,18748498,Request for Proposals,Open Competition,"Programme Apparel, Footwear and Accessories",TWoA201701,20170613,20170714,20240809,,Sole Agency,No,,"Te Wananga o Aotearoa is seeking responses from interested providers for the supply of Programme Apparel, Footwear and Accessories for a number of the programmes they offer within Youth Guarantee, Health and Fitness, and Trades and Vocations. Te Wananga o Aotearoa consists of three Takiwa (regions) across New Zealand, and operates from over 80 locations throughout the country.",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,22987129,Request for Proposals,Closed Competition,"Heating, Ventilation & Air Conditioning System Maintenance & Services (HVAC)",20012,20200717,20200810,20210408,,Sole Agency,No,"PO Box 151, Te Awamutu, 3840","Te Wananga o Aotearoa (TWoA) is one of New Zealand's largest tertiary education providers with a presence in over 80 locations across Aotearoa New Zealand; with campuses in Northland, Auckland, Waikato, Bay of Plenty, East Coast, Central North Island, Wellington and the South Island District. Te Wananga o Aotearoa (TWoA) is requesting tenders for the maintenance and servicing for the Heating, Ventilation, Air Conditioning (HVAC) and associated devices as described in the attached schedules at its many sites throughout New Zealand. The tender document comprises: The Request for Proposal Structure & supporting information for the RFP. Appendix 1 Supplier Response Form A Microsoft Office Word Document template into which suppliers are required to respond in the tabular format. Appendix 2 HVAC Asset Register A PDF document containing technical details of all current TWoA HVAC asset units on per site equipment lists. Appendix 3 HVAC Planned Maintenance (PM) Schedules The 3 monthly and annual tasks required for the HVAC asset units.",Awarded,Tender awarded and all respondents notified of the outcome.,0,20250410 Te W?nanga o Aotearoa,23091852,Request for Proposals,Closed Competition,Legal Services,,20200810,20200907,20200930,,Sole Agency,No,"PO Box 151, Te Awamutu 3840","Te Wananga o Aotearoa is one of three Wananga which established in accordance with the Education Act 1989 and are New Zealand Tertiary Education Institutions that deliver educational programmes and opportunities within a Maori environment. With Head Office functions centralised in Te Awamutu and Hamilton, the majority of legal services requirements are provided to this region or co-ordinated to our regional sites via the Senior Legal Advisor. However Te Wananga o Aotearoa is a nationwide organisation and legal services could be required anywhere across New Zealand upon request. Te Wananga o Aotearoa require a variety of legal services and advice relating to the following key areas of law: Corporate and Commercial Public Law & Education Employment Property Intellectual Property Privacy Contract Law Health & Safety Legal services relating to other areas of law may be required from time to time.",Awarded,Tender awarded and all recipients notified.,0,20250410 Te W?nanga o Aotearoa,23380993,Request for Tenders,Open Competition,Main Contractor for the Creation of a New Firecell at TWOA Palmerston North,40/01/18,20201006,20201030,20240722,,All of Government,No,,"Te Wananga o Aotearoa (TWoA) needs to increase its capacity for the cultural learning experience, Noho, which requires the creation of a new fire cell within its existing campus buildings at Palmerston North. Building Consent has been granted and attached are the consented drawings. Also attached is the proposed Conditions of Tender and Contract - a short version of NZS3910, and a list of requirement's to be provided with your tender. The works are expected to start in November 2020 when we are no longer teaching and only admin staff will be on site. Teaching begins again in early March 2020 therefore a CCC will be required before the end of February 2021.",Not Awarded,Outcome unknown,0,20250410 Te W?nanga o Aotearoa,23456958,Request for Tenders,Open Competition,Main Contractor For Replacement of Roof Internal Lining,30.02.05,20201019,20201113,20240722,,All of Government,No,,"Te Wananga o Aotearoa (TWoA) invites tenders to carry out improvements to the interior of its gymnasium in Whakatane - a sketch is attached with the scope of works and specification. Also attached are the proposed Conditions of Tender and Contract - a short version of NZS3910, and a list of requirements to be provided with your tender. The works are expected to start in November 2020 and finish before the end of February 2021.",Not Awarded,Outcome unknown,0,20250410 Te W?nanga o Aotearoa,24197239,Request for Proposals,Open Competition,Mangere Campus Catering Services,20078,20210414,20210511,20240809,,Sole Agency,No,P.O Box 151 Te Awamutu 3840,"Wananga are New Zealand Tertiary Education Institutions that deliver educational programmes and opportunities within a Maori environment. Te Wananga o Aotearoa consists of three Takiwa (regions) across New Zealand, and operates from over 80 locations throughout the country. The location of these sites can be viewed on Te Wananga o Aotearoa website. Te Wananga o Aotearoa has a requirement for catering services for one of its Te Ihu Takiwa (Auckland) sites Te Wananga o Aotearoa (Tamaki Makaurau Region Mangere Campus) is seeking suitably qualified catering providers for a range of services. This opportunity is for week day cafeteria sales; weekend food provision (Breakfast/Lunch and Dinner) for live in tauira (students) called Noho Marae, and catering for events such as conferences and meetings. Proposals are sought from suppliers who can provide the best mixture of service, quality and food variety.",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,26663941,Request for Proposals,Open Competition,Catering Services for Te Waenga Takiwa,TWoA,20221122,20230112,20240809,,Sole Agency,No,,"Wananga are New Zealand Tertiary Education Institutions that deliver educational programmes and opportunities within a Maori environment. Te Wananga o Aotearoa consists of three Takiwa (regions) across New Zealand, and operates from over 80 locations throughout the country. The location of these sites can be viewed on Te Wananga o Aotearoa website. Te Wananga o Aotearoa (Waikato Region) is seeking suitably qualified catering providers for a range of services. This opportunity is for the provision of fresh, healthy, and nutritious food offered within allocated budgets to students and staff. Provision of a catering service for Hui - morning tea, lunch, afternoon tea and/or dinner, or a combination of these options. Numbers for Hui can range from 4 to 60 people. Provision of a catering service to support noho marae and one-day wananga delivery at the below sites. Mangakotukutuku Campus (254 Ohaupo Road, Hamilton) Provision of catering required: Weekend/weekday Noho marae and one-day wananga catering Conference catering {for both internal and external parties) Hui catering {for both internal and external parties). Raroera Campus (510 Te Rapa Road, Hamilton) Provision of catering required: Weekend/weekday Noho marae and one-day wananga catering Hui Catering (for both internal and external parties). Proposals are sought from suppliers who can provide the best mixture of service, quality and food variety.",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,26853368,Request for Proposals,Open Competition,Catering Services,2023.01,20230125,20230309,20240809,,Sole Agency,No,,"Wananga are New Zealand Tertiary Education Institutions that deliver educational programmes and opportunities within a Maori environment. Te Wananga o Aotearoa consists of three Takiwa (regions) across New Zealand and operates from over 80 locations throughout the country. The location of these sites can be viewed on Te Wananga o Aotearoa website. Te Wananga o Aotearoa (Gisborne ) is seeking suitably qualified catering providers for a range of services. This opportunity is for the provision of fresh, healthy, and nutritious food offered within allocated budgets to students and staff. Provision of a catering service for Hui - morning tea, lunch, afternoon tea and/or dinner, or a combination of these options. Numbers for Hui can range from 4 to 60 people. Provision of a catering service to support noho marae and one-day wananga delivery at the below site. Whirikoka Campus (630 Childers Rd, Gisborne). Provision of catering required: Weekend/weekday Noho marae and one-day wananga catering Conference catering {for both internal and external parties) Hui catering {for both internal and external parties). Proposals are sought from suppliers who can provide the best mixture of service, quality, and food variety.",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,27598972,Request for Proposals,Open Competition,"The Supply and Distribution of Promotional Merchandise, Apparel and Accessories",TWoA,20230622,20230725,20240809,,Sole Agency,No,,"Wananga are New Zealand Tertiary Education Institutions that deliver educational programmes and opportunities within a Maori environment in accordance with the Education and Training Act 2020 (the Act). Te Wananga o Aotearoa is one of three recognised Wananga. Te Wananga o Aotearoa consists of three Takiwa (regions) across New Zealand and operates from over 80 locations throughout the country. Te Wananga o Aotearoa has a high business need for Promotional Merchandise, Apparel, and Accessories. This encompasses clothing, bags, and numerous promotional, branded stationery items, corporate apparel, corporate gift products, programme apparel and accessories.",Not Awarded,Responses received via email. Tender awarded off of GETS and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,28449682,Request for Proposals,Closed Competition,Virtual Chief Information Security Officer Services,,20231113,20231129,20240209,,Sole Agency,No,,"Te Wananga o Aotearoa is a Wananga established under the Education Act 1989. The core business of Te Wananga o Aotearoa is to deliver education for the success of our Tauira (students). Te Wananga o Aotearoa consists of three Takiwa (regions) and operates from over 80 locations throughout New Zealand. Te Wananga o Aotearoa proposes to tender and award a contract with a single preferred supplier of Chief Information Security Officer (CISO) services. The opportunity for the appointed preferred provider is to provide specialist strategic advice in the field of cybersecurity to Te Wananga o Aotearoa.",Awarded,Tender awarded and all recipients notified.,0,20250410 Te W?nanga o Aotearoa,29180519,Request for Proposals,Closed Competition,RFP - Website Rebuild Services for Te Wananga o Aotearoa,,20240507,20240531,20241211,,Sole Agency,No,,"Te Wananga o Aotearoa is a Wananga established under the Education Act 1989. The core business of Te Wananga o Aotearoa is to deliver education for the success of our tauira (students). Te Wananga o Aotearoa consists of three takiwa (regions) and operates from over 80 locations throughout New Zealand. This closed RFP is the second stage of a multi-stage procurement process. Te Wananga o Aotearoa intend to tender and award a contract with a preferred supplier/s who will provide specialist expertise in website development services and support.",Awarded,Contract awarded. Debriefs to be sent to the unsuccessful respondents.,0,20250410 Te W?nanga o Aotearoa,29439470,Request for Quotations,Closed Competition,RFQ - Backup and Disaster Recovery Solution for Te Wananga o Aotearoa,,20240618,20240709,20241206,,Sole Agency,No,,"Te Wananga o Aotearoa is a Wananga established under the Education Act 1989. The core business of Te Wananga o Aotearoa is to deliver education for the success of our tauira (students). Te Wananga o Aotearoa currently has a large computer network system. It consists of three primary sites: two physical locations and one digital site. This RFQ invites suppliers to provide pricing for specific backup and disaster recovery hardware and software, as well as for services to document and configure our backup policies and standards.",Awarded,Tender awarded and all respondents notified.,0,20250410 Te W?nanga o Aotearoa,30740066,Request for Proposals,Closed Competition,RFP- Te Wananga o Aotearoa's EPCE Transformation Partner,,20241129,20241219,20250220,,Sole Agency,No,,"Te Wananga o Aotearoa is a Wananga established under the Education Act 1989. The core business of Te Wananga o Aotearoa is to deliver education for the success of our tauira (students). Te Wananga o Aotearoa consists of three takiwa (regions) and operates from over 80 locations throughout New Zealand. Te Wananga o Aotearoa intend to tender and award a contract with a preferred supplier/s who will provide specialist services and support. technical architect, configuration & build within the Salesforce Ecosystem as well as contributing to the broader solution as required to support the full scope of the EPCE.",Awarded,,0,20250410 Te Whare Wananga o Awanuiarangi,21067564,Request for Proposals,Open Competition,Programme Development for a Certificate in Native Nurseries (Forestry),Native20180918,20190522,20190621,20191021,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare Wananga o Awanuiarangi would like to invite you to submit a Proposal for Programme Development Services to develop Needs Analysis, Qualification Development, Programme and Resource Development for a Certificate programme in Native Nurseries. The objective is to provide a qualification at certificate level for our students to enable them to work in the Nursery/Forestry industry. Currently there is a lack of Maori representation across all aspects of primary industry. The current Government has launched a $1 billion per annum Provincial Growth Fund for development in the regions. One of the commitments is to plant 1 billion trees over 10 years. Te Whare Wananga o Awanuiarangi will be looking to upskill students to gain employment in Nurseries/Forestry with nurseries looking to expand their current workforce.",Not Awarded,Awarded to Tunui & Associates Limited,0,20250410 Te Whare Wananga o Awanuiarangi,21811762,Request for Proposals,Open Competition,Catering and In-house Cafe,CAT20191014,20191021,20191115,20191211,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare Wananga o Awanuiarangi would like to invite you to submit a Proposal for delivering catering services to the Wananga for noho and for functions in addition to running an in-house caf for staff and students. What we need: The Wananga are looking at procuring cafeteria and catering services on our Whakatane campus for the next three years with rights of renewal that could extend the contract to five years in total. We are looking for a caterer to provide an in-house cafeteria for staff and students and to provide catering for business functions and for noho catering to our students. Whats important to us: The Wananga are looking for credible providers who have the capability, and experience to deliver our needs for catering services. The catering to our students, staff and guests is of upmost importance to us in line with our values of manaakitanga. The quality and the quantity of food provided at Noho is reflected in our students desire to study with us. It is very important we form a great relationship with the relevant Supplier with high-quality product and value for money. The selected supplier needs to have a good track record in the management and implementation of catering services and can demonstrate that their solution is fit for purpose with our needs.",Not Awarded,Contract awarded to Ipo's Cafe,0,20250410 Te Whare Wananga o Awanuiarangi,22074630,Request for Proposals,Open Competition,Development of a Bachelor of Health Science Midwifery,Midwifery 20191211,20191212,20200124,20201001,,Sole Agency,No,,"Te Whare Wananga o Awanuiarangi would like to invite you to submit a Proposal for Programme Development Services to develop: - Demand and Needs Analysis; - Qualification Development; and - Programme and Resource Development For a Bachelor of Health Science Midwifery (working title). We would like you to provide subject matter expertise and writing skills, to develop the programme in conjunction with a Te Whare Wananga o Awanuiarangi programme developer. The objective is to provide a Bachelor of Health Science Maori Midwifery qualification for our students to enable them to work in the profession of Midwifery. The qualification would be a diversification on our current Te Ohanga Mataora: Bachelor of Health Sciences Maori Nursing and is part of an ongoing strategy in developing health science programmes to service our communities.",Awarded,Contract awarded to Nga Maia Maori Midwives,0,20250410 Te Whare Wananga o Awanuiarangi,23380504,Request for Proposals,Open Competition,Student Management Information System,PLA-AR-2020-0450 SMIS,20201005,20201127,20210505,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare Wananga o Awanuiarangi would like to invite you to submit a proposal for purchase and implementation of a Student Management Information System, replacing the existing SMIS with one that meets our needs for the next five to ten years. We are seeking to replace our student management system with a SMIS and services that: meets our business needs in a forward thinking and innovative way offers powerful workflows, reporting solutions, student and staff portals services the entire lifecycle of a student from first enquiry to alumni Pre Conditions include: MOE certified system or able to meet requirements of MOE certification Have all basic functionality relating to enquiries, application, enrolment (including online), curriculum setup, assessments, course, and award outcomes, student records, attendance, and timetabling.",Awarded,,1445855,20250410 Te Whare Wananga o Awanuiarangi,24520909,Request for Proposals,Open Competition,Tamaki Catering,CAT20210707,20210707,20210730,20220519,,Sole Agency,No,tenders@wananga.ac.nz,The Wananga are looking at procuring catering services on our Tamaki campus for the next three years with rights of renewal that could extend the contract to five years in total. We are looking for a caterer to provide catering for business functions and for noho catering to our students. This may also include delivering catering to nearby marae (on occasion and with prior agreement).,Not Awarded,,0,20250410 Te Whare Wananga o Awanuiarangi,24763526,Request for Proposals,Open Competition,Te Tohu Paetahi Ako: Bachelor of Education Evaluation and Rewrite,PLA-SUGS-2021-00856,20210906,20210920,20211122,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare Wananga o Awanuiarangi (Awanuiarangi) is focused on quality improvement and is looking to appoint lead providers who will be responsible for undertaking a scheduled evaluation and redevelopment of the Te Tohu Paetahi Ako: Bachelor of Education (Teaching) programme. Providers will be suitably qualified subject matter experts, experienced in tertiary level programme redevelopment and cognisant of the new programme requirements from the Teachers Council.",Awarded,,119500,20250410 Te Whare Wananga o Awanuiarangi,24825675,Request for Proposals,Open Competition,Exterior Repaint and Maintenance Work,PLA-OPS-2021-0040,20210920,20211015,20211126,,Sole Agency,No,"13 Domain Road, Whakatane","Te Whare Wananga o Awanuiarangi (Awanuiarangi) is seeking a suitably qualified contractor to carry out scheduled maintenance work and to repaint the exterior of our main campus buildings in Whakatane. Awanuiarangi is looking for a contractor who has the capability to deliver quality work, using methods that ensure health and safety is paramount. They will also need to have a good track record in delivering similar commercial building maintenance and painting services.",Awarded,,127000,20250410 Te Whare Wananga o Awanuiarangi,24825904,Request for Proposals,Open Competition,Wireless Network Refresh,PLA-IT-2021-0002,20210920,20211015,20220613,,Sole Agency,No,13 Domain Road Whakatane,"The existing wireless network at Te Whare Wananga o Awanuiarangi (Awanuiarangi) is reaching the end of its useful life and requires replacement. Awanuiarangi wishes to appoint a provider who will be responsible for the design and implementation of a wireless solution that meets our needs and is fit for purpose. Reliable and quality hardware is to be supplied, along with control systems or software to enable us to better manage our multi-campus wireless network. The key outcomes we want to achieve are to enhance coverage, to remove no or low signal areas, optimise connectivity speeds (bandwidth) and remain compatible with latest technology. The proposed solution will provide scalability and ensure our wireless solution meets the needs of our students, staff, and visitors.",Awarded,,70000,20250410 Te Whare Wananga o Awanuiarangi,25265105,Request for Proposals,Open Competition,Programme Development - Health & Wellbeing certificates L2 - L4,PLA-SUGS-2022-0001,20211217,20220121,20220309,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare Wananga o Awanuiarangi is looking to appoint suitably qualified experts to support the development of three Health and Wellbeing certificate programmes from Level 2 4. These qualifications already exist on the NZQA framework, and this procurement will provide resources necessary to start delivery of the programmes in semester 2, 2022 subject to the programmes being approved. These certificate programmes must comply with and meet the requirements of the NZQA Maori qualification framework Te Hono o te Kahurangi.",Awarded,,135000,20250410 Te Whare Wananga o Awanuiarangi,26847799,Request for Proposals,Open Competition,"Preferred Supplier for Audio Visual Products, Services and Support",PLA-IT-2022-0100,20230125,20230303,20230501,,Sole Agency,No,,"This Request for Proposal seeks to identify an Audio Visual (AV) Supplier to partner with us to undertake refurbishment of technology across our teaching and meeting spaces at Te Whare Wananga o Awanuiarangi (Awanuiarangi). We have a variety of teaching spaces that range in size from 20 seat classrooms, meetings spaces to 120 seat lecture theatres. Standardisation of technology across teaching and meeting spaces is a key outcome of this procurement and Awanuiarangi wishes to appoint a supplier who will partner with on the design and installation of AV solutions that meets our needs and is fit for purpose. It is intended for the successful respondent to commence performance of the contract on the 20 March 2023.",Awarded,,0,20250410 Te Whare Wananga o Awanuiarangi,28155346,Request for Proposals,Open Competition,Academic Programme Developers - Panel of Suppliers,PLA-AcReg-2023-0100,20230922,20231026,20240216,,Sole Agency,No,,"Te Whare Wananga o Awanuiarangi (Awanuiarangi) seeking to establish a panel of experienced suppliers to work alongside our internal academic staff to deliver on our pipeline of educational programme development. This is a unique opportunity to become a major supplier to Awanuiarangi and to play a key part in supporting us to deliver quality teaching and learning opportunities to our communities. The proposed term of this panel is 3 years. Awanuiarangi seeks to appoint suppliers to the panel that are experienced in tertiary level academic programme development and have a good track record in providing similar services. We are looking for a diverse range of suppliers, each possessing knowledge in specific, or all areas academic programme development. We continue to refine our offerings to ensure our courses remain relevant to our communities and it is important to us that all members of the panel are familiar with developing programmes that are underpinned by matauranga Maori. This Request for Proposal (RFP) is seeking responses from the market to provide information and capability relating to the requirements detailed this RFP.",Awarded,,0,20250410 Te Whare Wananga o Awanuiarangi,29906798,Request for Proposals,Open Competition,Financial Information Management System (FMIS),PLA-FIN-2024-0100,20240805,20240906,20250311,,Sole Agency,No,tenders@wananga.ac.nz,"Te Whare Wananga o Awanuiarangi (Awanuiarangi) is actively seeking to replace and/or upgrade our current Financial Information Management System (FMIS), Microsoft Dynamics GP 18.2.1036 (2019), which is not cloud -based and is no longer fit for purpose. This Request for Proposal (RFP) aims to engage a single supplier to partner with us for the implementation and ongoing business support of a new FMIS. Awanuiarangi seeks a hosted Software as a Service (SaaS) FMIS solution that incorporates best practice business processes. The preferred solution should optimise financial processing through automation and efficient user experience design, with minimal configuration and no or little customisation. The new system must enable effective management of our financial operations and resources, streamline financial processes, enhance transparency, provide real-time financial insights, and integrate seamlessly with other systems.",Awarded,,0,20250410 Thames-Coromandel District Council,24531449,Request for Tenders,Open Competition,C21/08 Smart Water Metering System - Meter Supply and Installation,,20210709,20210809,20241206,,Sole Agency,No,515 Mackay Street,"Thames-Coromandel District Council (TCDC) is looking to install a Smart Water Metering System in Whitianga, comprised of approximately 4,000 smart water meter installs and all associated equipment required to enable a functioning smart water metering system by 28th February 2022. Council is seeking an experienced Contracting team for the supply and installation of this smart metering system, which includes supply of the smart meters, installation of the smart meter at each site (within the existing meter box installed as part of the separate enabling works contract), and provision of the drive by AMR system including remote reading system and software solution to output data in the required format.",Not Awarded,RFX superceeded,0,20250410 Thames-Coromandel District Council,26397585,Request for Proposals,Open Competition,RFP - Wharves and Harbours Management Policy,C22/19,20221011,20221104,20221121,,On behalf of procurement agent,No,,"We are seeking a suitably qualified consultant to prepare a policy document to help us manage and operate our districts 14 first tier wharf and harbour facilities. The work will include: consultation with iwi, key stakeholders, and users (commercial and recreational) and elected members policy development for wharf and harbour facility management that considers future capacity and demand as well as a customised approach for managing each individual facility preparing a framework and identifying key components to be included in user license agreements developing a new fees and charges regime establishing a mechanism for how additional use is allocated The key objective of this procurement is a policy document that sets out a clear and comprehensive approach or rules of operation for managing and operating TCDC wharf and harbour facilities that is endorsed and easily implemented by council",Awarded,,0,20250410 Thames-Coromandel District Council,28693626,Request for Tenders,Open Competition,C23-22 Whangamata Nib kerb,,20240116,20240207,20241007,,On behalf of procurement agent,No,,"Header: C23/22 Tuck Rd & The Square Nib Kerb Whangamata Contract No. C23/22 Overview Tender is live on Tenderlink. Link to tender is https://portal.tenderlink.com/tcdc This contract is for: Tuck Rd and The Square Whangamata Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract works include, but are not limited to: i. Traffic Management ii. Earthworks iii. K&C iv. Drainage v. Pavement Construction vi. Sealing CLOSING DATE AND TIME: Tenders close at 4.00pm NZT on 7 February 2024 ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Caitlin Speedy email: Caitlin.Speedy@pinnaclescivil.co.nz . Final date for enquiries is 5pm, 1st February. DOCUMENTS: Can be downloaded free of charge from https://portal.tenderlink.com/tcdc TENDER REFERENCE: Tenderlink Ref TCDC-1083817. If you have any issues, please contact Tenderlink on 0800 698 363. SUBMISSIONS: ONLY ELECTRONIC TENDERS SUBMITTED VIA TENDERLINK WILL BE ACCEPTED. ELECTRONIC TENDERS SUBMITTED VIA GETS OR ANOTHER METHOD OTHER THAN TENDERLINK WILL NOT BE ACCEPTED.",Not Awarded,No budget.,0,20250410 Thames-Coromandel District Council,28824940,Request for Tenders,Open Competition,C24/04 Colville Rd RP 15.075km Anchored Timber Retaining Wall,,20240213,20240308,20240404,,On behalf of procurement agent,No,,"Header: Colville Road RP 15.075 Anchored Timber Retaining Wall Contract No. C24/03 Overview Tender is live on Tenderlink. Link to tender is https://portal.tenderlink.com/tcdc This contract is for: Colville Road RP 15.075 anchored timber retaining wall Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract works include, but are not limited to: i. Minor earthworks ii. Anchored timber retaining wall construction iii. Drain Earthworks iv. Temporary traffic management. v. Environmental management vi. Pavement construction including surfacing vii. Guardrail Rd installation CLOSING DATE AND TIME: Tenders close at 4.00pm NZT on 8 March 2024 VIA TENDERLINK ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Joel Hogan email: joel.hogan@pinnaclesacivil.co.nz. Final date for enquiries is 5pm, 5 March 2024. DOCUMENTS: Can be downloaded free of charge from https://portal.tenderlink.com/tcdc TENDER REFERENCE: Tenderlink Ref TCDC-1086603. If you have any issues, please contact Tenderlink on 0800 698 363. SUBMISSIONS: ONLY ELECTRONIC TENDERS SUBMITTED VIA TENDERLINK WILL BE ACCEPTED. ELECTRONIC TENDERS SUBMITTED VIA GETS OR ANOTHER METHOD OTHER THAN TENDERLINK WILL NOT BE ACCEPTED.",Not Awarded,,0,20250410 Thames-Coromandel District Council,28951301,Request for Tenders,Open Competition,C24/06 The 309 Rd RP 3.166km Anchored Timber Pile Retaining Wall,,20240305,20240326,20240411,,On behalf of procurement agent,No,,"Overview Tender is live on Tenderlink. Link to tender is https://portal.tenderlink.com/tcdc This contract is for: The 309 Road RP 3.166 anchored timber pile retaining wall Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract works include, but are not limited to: i. Minor earthworks ii. Anchored timber retaining wall construction iii. Drain Earthworks iv. Temporary traffic management. v. Environmental management CLOSING DATE AND TIME: Tenders close at 4.00pm NZT on 26 March 2024 VIA TENDERLINK ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Romahn Howard email: romahn.howard@pinnaclesacivil.co.nz. Final date for enquiries is 5pm, 21 March 2024. DOCUMENTS: Can be downloaded free of charge from https://portal.tenderlink.com/tcdc TENDER REFERENCE: Tenderlink Ref TCDC-1088605. If you have any issues, please contact Tenderlink on 0800 698 363. SUBMISSIONS: ONLY ELECTRONIC TENDERS SUBMITTED VIA TENDERLINK WILL BE ACCEPTED. ELECTRONIC TENDERS SUBMITTED VIA GETS OR ANOTHER METHOD OTHER THAN TENDERLINK WILL NOT BE ACCEPTED.",Awarded,,0,20250410 Thames-Coromandel District Council,29113504,Request for Tenders,Open Competition,C24/10 Puriri to Omahu Watermaun Upgrades - Stage 1,,20240328,20240419,20240506,,All of Government,No,"515 MacKay Street, Thames, New Zealand","To facilitate the centralisation of water treatment and supply within Thames Valley area and to ensure that an acceptable level of service is maintained across the network,upgrades to the existing Thames valley network are required. These include the following; Upgraded treated watermains along Puriri Valley Road to State Highway 26 Valley Road. 950m of 280mmOD PE pipe. New raw watermain from Puriri Valley Road tio State Highway 26. 950m of 225mmOD PE pipe. HG PROJECT A2313837.00 Puriri to Omahu Watermain Upgrades - Stage 1",Awarded,Contract Awarded to Hydra-Care (NZ) ltd,0,20250410 Thames-Coromandel District Council,29492639,Request for Tenders,Open Competition,"Colville Road RP 4.799 Anchored Timber Retaining Wall, Oamaru Bay",,20240529,20240621,20240709,,On behalf of procurement agent,No,,"Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract works include, but are not limited to: i. Minor earthworks ii. Anchored timber retaining wall construction iii. Drain Earthworks iv. Temporary traffic management. v. Environmental management vi. Pavement construction including surfacing",Awarded,,686223,20250410 Thames-Coromandel District Council,29591962,Request for Tenders,Open Competition,"C22/17 Ferry Road Rehab, Hikutaia",,20240614,20240710,20240808,,On behalf of procurement agent,No,,"Thames-Coromandel District Council requires a suitably experienced construction contractor to carry out a pavement rehabilitation and drainage works on Ferry Road, Hikutaia. The Contract Works include clearing, drainage construction, pavement construction, surfacing, pavement marking, environmental management and temporary traffic management.",Awarded,,0,20250410 Thames-Coromandel District Council,29666506,Request for Tenders,Open Competition,C24/14 Kennedy Bay Road RP 5.144km Timber Retaining Wall,,20240626,20240719,20240801,,On behalf of procurement agent,No,,"Overview This contract is for: Kennedy Bay Road RP 5.144km anchored timber retaining wall Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract works include, but are not limited to: i. Minor earthworks ii. Timber retaining wall construction iii. Temporary traffic management. iv. Environmental management v. Pavement construction including surfacing ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Sam Edlin email: sam.edlin@pinnaclesacivil.co.nz. Final date for enquiries is 4pm, 16 July 2024. DOCUMENTS: Can be downloaded free of charge",Awarded,,0,20250410 Thames-Coromandel District Council,29667416,Request for Proposals,Open Competition,Thames-Coromandel District Council Digital Project Management Tool,C24/24,20240701,20240729,20241014,,All of Government,No,,"TCDC have recently approved a Project Management Methodology document, this describes a simple approach to project management that the business will use for delivery of its capital projects. The focus of TCDCs PM improvement is to increase Capex delivery from 60% (Average delivery of overall capex programme between 2020 2023) to 85% going forward. We need a Digital Project Management Tool installed and commissioned at Thames-Coromandel District Council, which supports the approved Project Management Methodology document. This RFP seeks high-integrity suppliers with suitably qualified personnel experienced in delivering and commissioning Digital Project Management Systems.",Awarded,"Request for Proposal - Outcome This tender has been awarded. The total spend value $223,066 KPMG as implementation partner for Monday.com - 44 Bowen Street, Wellington 6011 Award Date 14 October 2024",0,20250410 Thames-Coromandel District Council,29715689,Request for Tenders,Closed Competition,Pauanui Wastewater Treatment Plant Odour Upgrade,C24/18,20240705,20240802,20241107,,All of Government,No,,The Pauanui Wastewater Treatment Plant odour treatment system requires an upgrade to increase the capacity of the existing system and build in redundancy. The Contract Works involves the installation of a new biological scrubber system at the wastewater treatment plant.,Awarded,This contract was awarded on 7 November 2024 to Techo Limited.,0,20250410 Thames-Coromandel District Council,29907211,Request for Tenders,Open Competition,TCDC C24/26 Colville Rd RP16.358 Anchored Timber Retaining Wall,TCDC C24/26,20240805,20240823,20240910,,Sole Agency,No,,"Colville Road RP 16.358 Anchored Timber Retaining Wall, Amodeo Bay TCDC Contract No. C24/26 Overview This contract is for: Colville Road RP 16.358 Anchored Timber Retaining Wall Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract physical works include, but are not limited to: i. Temporary Traffic Management ii. Implement Environmental Management Plan iii. Earthworks and vegetation removal iv. Anchored timber retaining wall construction v. Drainage works (e.g., new stormwater culvert, catchpit, and manhole, subsoil drainage, removal of existing piped system) vi. Pavement construction and surfacing CLOSING DATE AND TIME: Tenders close at 4.00pm NZT on Friday 23 August 2024 ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Joel Hogan email: joel.hogan@pinnaclescivil.co.nz. Final date for enquiries is 12:00pm, Tuesday 20 August 2024. DOCUMENTS: Can be downloaded free of charge SUBMISSIONS: ONLY ELECTRONIC TENDERS SUBMITTED VIA GETS WILL BE ACCEPTED. ELECTRONIC TENDERS SUBMITTED VIA ANOTHER METHOD OTHER THAN GETS WILL NOT BE ACCEPTED.",Awarded,,0,20250410 Thames-Coromandel District Council,30219782,Request for Tenders,Open Competition,TCDC C24/27 Colville Rd RP25.9 Steel Pile Retaining Wall,TCDC C24/27,20240918,20241018,20241125,,Sole Agency,No,,"Colville Road RP 25.9 Steel Pile Retaining Wall, Colville Bay TCDC Contract No. C24/27 Overview This contract is for: Colville Road RP 25.9 Steel Pile Retaining Wall This contract for tender is to carry out construction services to remediate a road embankment underslip on Colville Rd RP 25.9km within the Thames Coromandel District Council local road network. Thames-Coromandel District Council require a suitably experienced construction contractor to carry out physical works utilising NZS 3910:2013. The contract physical works include, but are not limited to: i. Site clearance and earthworks ii. Steel pile retaining wall with timber lagging iii. Drainage iv. Road pavement and surfacing v. Sight railing vi. Minor reinstatement vii. Traffic, environment, and quality control CLOSING DATE AND TIME: Tenders close at 4.00pm NZT on Friday 18 October 2024 ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Joel Hogan email: joel.hogan@pinnaclescivil.co.nz. Final date for enquiries is 12:00pm, Tuesday 15 October 2024. DOCUMENTS: Can be downloaded free of charge SUBMISSIONS: ONLY ELECTRONIC TENDERS SUBMITTED VIA GETS WILL BE ACCEPTED. ELECTRONIC TENDERS SUBMITTED VIA ANOTHER METHOD OTHER THAN GETS WILL NOT BE ACCEPTED.",Awarded,"A total of seven (7) tenders were received. Four (4) of which were conforming, and three (3) non-conforming. The tender prices received varied between $399,449.87 and $870,975.74. The range of Supplier Quality Premiums (SQP) are between $0.00 and $88,969.61 with Kelsey Construction Ltd receiving $62.183.06.",399450,20250410 The GETS Team,27661551,Request for Quotations,Closed Competition,Test 04-07,,20230704,20230704,20230704,,Sole Agency,No,,,Not Awarded,,0,20250410 The Lakeview School Board of Trustees,28924203,Request for Tenders,Open Competition,Repairs and Replacement of Roof,,20240313,20240327,20240927,,Sole Agency,No,,"Repairs and replacement to buildings roof as per our 10YRPP. Details are below - Site visit required. Blocks one, two and 15 Replacement off trough section roofing on lower roofs. Membrane overlay could be an option. Block 13 Replacement of lower flat room section. Like for like. Block Six Repairs to flashing and fixings and corrosion. Block 12 Repairs to flashing and fixings and corrosion. Block three Spouting repairs.",Not Awarded,,0,20250410 The Lakeview School Board of Trustees,29008787,Request for Tenders,Open Competition,Classroom upgrades,,20240314,20240327,20240927,,Sole Agency,No,,"Block four, classrooms 1 and 2. Block 12, classroom 17. Block seven, classroom 12. Full DQLS/QLS Classroom upgrade. Upgrade to meet MOE design guidlines. Including acoustic ceilings and wall coverings, new carpet, classroom joinery for additional storage.",Awarded,,0,20250410 The Network for Learning Limited,22095656,Request for Proposals,Open Competition,N4L Installer and ICT Services Panel,SupplierPanel,20191216,20200129,20200508,,Sole Agency,No,,"The Network for Learning Ltd (N4L) is conducting this open RFP to establish a panel of Suppliers (Panel) to provide one or more of the following services to New Zealand schools nationwide, on behalf of N4L: replace network switches and Wireless Access Points (WAPs) and provide additional services such as cabling and electrical works where required and / or provide ICT services for N4L. The key objective is to identify and engage a panel of Suppliers with the capacity and capability to deliver high quality, reliable services during the contract term, within N4Ls timelines and budget. This is an open RFP and any organisation is eligible to participate. N4L is interested in Proposals from Suppliers of all sizes, ranging from small to medium Suppliers capable of providing services in a limited geographical area, to larger Suppliers with capacity to deliver services across one or more regions, or nationwide. Suppliers can respond to the RFP directly, or join with other Suppliers to be part of a consortium responding to the RFP",Awarded,"The following is the full list of suppliers to whom contracts have been awarded: Installer Panel Suppliers 1. ACL Communications Ltd 2. Aotea Group Holdings Ltd 3. Chris Dunn Technologies Limited 4. Commtech Communications 5. Datacomms Plus Lid 6. Data Concepts Limited 7. ENZEC Limited 8. Exell Group Services Ltd 9. Foveaux Communications Ltd 10. Garden City Communications Limited 11. Gilcom Communications (2012) Ltd 12. Neltech Communications Ltd 13. Online Communications Limited 14. PBS Data IT Ltd 15. Saco Cabling Ltd 16. Teltrac Communications Limited 17. Vitel Cabling Ltd 18. Waikato Cabling and Communications Limited ICT Services Panel Suppliers 19. Aiscorp Ltd 20. Cyclone Computer Company Limited 21. Fusion Networks Ltd 22. New Era IT Limited 23. NORRCOM Limited 24. Our School ltd 25. pcMedia Technologies Limited 26. RepairIT 27. Smart Computer Systems Ltd Both Installer and ICT Services Panel Suppliers 28. Glenn Cook Technologies Limited",6500000,20250410 ,,,,,,,,,,,,,,,,, The Network for Learning Limited,26181714,Request for Proposals,Open Competition,Identity Access Management Platform Solution,,20220816,20220914,20230207,,Sole Agency,No,,"This Request for Proposal (RFP) invites suitably qualified suppliers to submit a Proposal to provide, configure, support, and evolve an Identity Access Management Platform (IAM) solution for Network for Learning (N4L). N4Ls primary objective is to work closely with an experienced software solution provider to provide, configure, support, and evolve a fit for purpose Identity Access Management solution and associated practices. This RFP is a one-step openly advertised competitive procurement process. Respondents planning to submit a Proposal are requested to email us at procurement@n4l.co.nz by 2 September 2022 of their intention to respond.",Not Awarded,"Following extensive assessment of the proposals received, no Proposal was identified that could meet N4L's requirements within the available budget. Therefore N4L regrets to advise it is cancelling the procurement and no contract will be awarded.",0,20250410 The Network for Learning Limited,26599163,Request for Proposals,Open Competition,Refresh of ICT Services Panel,,20221109,20221202,20230227,,Sole Agency,No,,"The Network for Learning Limited (N4L) is conducting this open Request for Proposals (RFP) to refresh and expand its current panel of suppliers that provide ICT services to schools and kura across the country on behalf of N4L and/or directly to N4L (ICT Services Panel). This RFP invites the submission of Proposals to join the N4L ICT Services Panel. Respondents planning to submit a Proposal are asked to confirm their intention to respond to procurement@n4l.co.nz by 25 November 2022. This is also the closing date for questions, noting that all questions must be submitted via GETS using the Raise Question function. Proposals must be submitted electronically through the GETS Tender a Response function before midday Thursday 1 December 2022. More detail on the RFP process is set out in Section B of this RFP. The N4L Supplier Contract (attachments 2A and 2B referred to in the RFP) will be published shortly on GETS using a Notice to Tenderers.",Awarded,,0,20250410 The New Zealand Film Commission,22043603,Request for Proposals,Open Competition,Microsoft Dynamics implementation and support services,,20191206,20200117,20200617,Corporate Services,Sole Agency,No,"Level 3, 119 Ghuznee Street, Te Aro, Wellington 6011","The New Zealand Film Commission is looking to replace its existing core finance solution with a flexible, modern solution that can be delivered as a service. The Commission is seeking proposals from certified Microsoft Dynamics partners who have the proven experience to deliver a fit-for-purpose solution.",Awarded,,279400,20250410 The New Zealand Film Commission,23882418,Award Notice,Open Competition,Screenwriting Development Services,,20210118,20210118,20210122,,Sole Agency,No,,"The NZFC is procuring Screenwriting Development Services through The Black List LLC. The services to be delivered include: I. Assessment of all eligible submitted scripts by an internationally recognised industry leading organisation. And for selected applicants: II. Mentorships with top US screenwriters; and III. Workshops and learning opportunities with up to the minute and unique knowledge of the current US market, and platforms. NZFC believes the exemption rule that applies to this procurement is: 14.9.c. Only one supplier: If the goods, services, or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: i. for technical reasons there is no real competition, AND; ii. the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights. The NZFC s decision to engage The Black List is as a result of the combination of key factors including their specialist expertise in each and every element of the project. No other organisation can offer everything in one place, paired with the experience, expertise, know-how and reputation of The Black List that a partnership with The Black List will confer upon New Zealand filmmakers and the NZFC. The Black List have the reputation, capacity, capability and most importantly the talent and skill, to deliver this programme of work (their intellectual property that NZFC will be accessing) and provide the broader outcomes NZFC wants to see.",Awarded,,0,20250410 The Treasury,8167873,Request for Proposals,Closed Competition,Actuarial advice on feasibility: A long-term investment approach to reducing the harm associated with crime,3105057,20150121,20150202,20190725,,Sole Agency,No,,,Not Awarded,,0,20250410 The Treasury,9409861,Request for Proposals,Open Competition,Probity and Independent Transactions Adviser,3121038,20150303,20150414,20250325,The Treasury,Sole Agency,No,"P O Box 3724, Level 5, 1 The Terrace, Wellington 6140",,Not Awarded,,0,20250410 The Treasury,9696704,Request for Proposals,Closed Competition,RFP Financial Markets Trade Accounting and Settlements,3120975,20150311,20150402,20190725,The Treasury,Sole Agency,No,,"The New Zealand Debt Management Office (NZDMO), part of the Financial Operations, has responsibility for managing the Crowns debt, overall cash flows and interest-bearing deposits for the Treasury, and ensuring the Treasury can accurately account and settle its Financial Markets transactions. This RFP follows the recent ROI, where NZDMO has selected a shortlist of suppliers that we believe have the capability and capacity to deliver the financial markets trade accounting and settlement services. This is the second stage towards selecting a single external service provider who can meet our requirements that are detailed in the RFP document.",Not Awarded,,0,20250410 The Treasury,17219902,Request for Proposals,Open Competition,Background Checks,3364398v3,20160219,20160316,20190725,The Treasury,Sole Agency,No,,"This RFP seeks to source a quality supplier of background checks for prospective Treasury employees, contractors/consultants and Crown board member candidates.",Not Awarded,,0,20250410 The Treasury,17812666,Request for Proposals,Closed Competition,Diversity and Inclusion diagnostic - Staff research project at the Treasury,3567291,20160823,20160916,20190725,The Treasury,Sole Agency,No,,"The Treasury is seeking a supplier to undertake a qualitative research project as part of a Diversity and Inclusion diagnostic. The intent of the research is to help the Treasury understand the degree to which its current culture and practices are inclusive, assess progress against a previous diagnostic, and give ideas for further action towards becoming a more inclusive organisation. The supplier will conduct face-to-face interviews of both individual staff members and groups, using questions developed in conjunction with the Treasury. The interviews will form the basis of a report provided by the supplier detailing the findings from the interviews, with recommendations for action. The supplier will also prepare of a selection of short, revealing excerpts from the interviews that can be used in subsequent workshops with staff.",Not Awarded,,0,20250410 The Treasury,19739141,Request for Proposals,Open Competition,Professionalising the Development of our Response and Recovery Workforce RFP,DPMCPK052018,20180518,20180615,20190805,CASS,Sole Agency,No,peter.keegan@dpmc.govt.nz,"New Zealand takes an all hazards approach to national security and emergency management. This means that we plan for a broad range of hazards. Recent reviews, in particular the Ministerial Review: Better Responses to Natural Disasters and Other Emergencies have reinforced the need for effective coordination of effort, particularly of our strategic direction and communication activity at the system level. Also, as many of the hazards and risks we face are cross-cutting, it has become clear that we must work together seamlessly, this includes making behaviours, practices and actions of the people working in emergencies consistent. This RFP is focusing on the people-related elements of that change The Department of the Prime Minister and Cabinet (DPMC) is leading the procurement of solutions to deliver a capability shift in those leading and managing emergencies. This Request for Proposals (RFP) represents an opportunity for interested organisations to evidence their expertise and experience in: The design, development and deployment of capability frameworks. The design, development, delivery and evaluation of professional development opportunities for: Controllers and Response Managers who may be involved in a significant event and Recovery Managers who may be involved in the recovery from a significant event. The design and development of a current capability assessment tool. To read more about our drivers on this journey and what were aiming to achieve, subscribe to this notice for full access.",Not Awarded,"The contract for services has been awarded to Response and Recovery Aotearoa New Zealand (RRANZ), a professional development consortium of universities, iwi, private training providers, and subject matter experts in response and recovery leadership. The consortium consists of Massey University, University of Canterbury, Auckland University of Technology, Te Runanga o Ngai Tahu, Crisis Management Australia Ltd, McNaughton and Wills Ltd, Resilient Organisations Ltd, Skills Organisation Ltd, Brendan Morris Consulting Ltd, The Learning Organisation and GNS Science.",0,20250410 The Treasury,20522234,Request for Proposals,Open Competition,Guardians of New Zealand Superannuation - Independent Review 2019,20181205,20181205,20181220,20210315,The Treasury,Sole Agency,No,,"The New Zealand Superannuation and Retirement Income Act 2001 (the Act) requires that an independent performance review of the Guardians of New Zealand Superannuation (the Guardians), and the Superannuation Fund (the Fund), is carried out every five years. The purpose of the statutory review is to assess how effectively and efficiently the Guardiansare performing their legislated functions, and to provide an independentassessment of the performance of the Guardians, and the Fund. There is a statutory requirement to undertake this review. This tender relates to the purchase of the consultancy services of a specialist investment Consultant to review and produce a report on the peformance of the New Zealand Superannuation Fund using the Terms of Reference set by the New Zealand Minister of Finance. This report will be presented to Parliament.",Awarded,,0,20250410 The Treasury,21074257,Request for Quotations,Open Competition,Deployable multi-purpose habitation for the New Zealand Emergency Management Assistance Team,,20190527,20190621,20200306,CASS,Sole Agency,No,n/a,"This is an opportunity to be provide niche equipment and service to support a flag-ship project as part of the Emergency Management System Reforms. The New Zealand Emergency Management Assistance Team (NZ-EMAT) will deliver the capability described originally as a Fly-in Team and will enhance the overall capability of the emergency management system. Resilient, flexible, rapidly deployable multi-purpose habitation will be a key element of the capability the team can offer to affected agencies when responding to an austere disaster environment. What we need: Rapidly deployable, portable, habitation systems capable of providing weatherproof multi-purpose work environments suitable for functions such as; coordination centre space, emergency responder accommodation, equipment storage and maintenance. Each unit should be modular, and be capable of being joined to other units to provide a larger weather tight structure. Each unit should be easy to erect in less than 30 minutes with no more than six people. Where specialist tools or equipment are required these must be supplied and there should be alternative or resilient means of ensuring the unit can be erected if these are not available. Each unit should break down into component parts capable of being palletised, and handled mechanically and manually within safe working limits. The deployed units need to be suitable for use in New Zealand all-year round, in an austere post-disaster environment and capable of sustained use for at least 6 months including subsequent severe weather events, and be capable of field repairs where required. We anticipate each unit providing 30-70m2 of work space with a minimum 1.8m internal working height (some intrusion for sidewall / roof supports around the outside may be acceptable). Each unit, should weigh less than 300 kg and be capable of being broken down into component parts no larger than 1.8m x 0.8m x 1.2m"" It is envisaged that the units will be some form of soft sided tent or marquee type structure. We anticipate four caches of equipment across the country. Each cache is anticipated to have a minimum of two units. These units may be different sizes i.e. medium and large units to provide some task delineation and deployment flexibility. All units across the country should be able to join together to provide at least 300m2 of work space. Options for extended vestibules or porches, to provide changing areas and weather protection to entrances are desirable",Not Awarded,"This contract was awarded to Covertex Limited for the fixed cost of up to $323,110.50 excluding GST for the Goods.",0,20250410 The Treasury,21078012,Request for Quotations,Open Competition,Satellite Communications Caches for the New Zealand Emergency Management Assistance Team,,20190527,20190621,20200127,CASS,Sole Agency,No,n/a,"This is an opportunity to be provide niche equipment and service to support a flag-ship project as part of the Emergency Management System Reforms. The New Zealand Emergency Management Assistance Team (NZ-EMAT) will deliver the capability described originally as a Fly-in Team and will enhance the overall capability of the emergency management system. Resilient in field communciations are a critical element of this. What we need is: Two to six Communication Caches, each consisting of: a high speed satellite broadband package consisting of o a portable terminal fly-away kit (antenna, modem, power converter, block upconverter, low-noise block downconverter, orthomode transducer and any other component parts required) operating on a n appropriate network o controller or wifi and LAN router o at least one integrated Voice Over Internet Protocol (VOIP) telephone Eight to twelve hand-held satellite phones allocated across the caches. Further details are in the RFQ",Not Awarded,"This contract was awarded to Speedcast Australia Pty Limited. The contract is for 36 months from service start date with a total maximmum contract value of $259,766 (excluding GST).",0,20250410 The Treasury,21295084,Request for Proposals,Closed Competition,"New Zealand Infrastructure Commission, Te Waihanga interior design and fit-out of Wellington office",,20190722,20190812,20200309,The Treasury,All of Government,No,,"The Project has engaged a property agency to source options for the premises. Given the compressed timelines for this project, the preference is for the premises to have a basic fit-out as part of the base build e.g. kitchen and bathrooms already established, this will allow for a shorter fit-out build timeframe. We need to engage a supplier to provide a design for the office and services as, well as the project management services to implement the design. Suppliers will have the opportunity to visit these shortlisted premises as part of the RFP process. The brief: Flexible office space and associated services for approximately 35 people (approx. 500-550 sqm) within a shared building 1 x Board room + some smaller meetings rooms and informal break-out areas Small reception area with open access from lifts Secure access to zone 2 (office space) e.g. swipe cards Kitchen, bathrooms and printing/ stationary area Lockers for staff Interior design should look slick, commercial and professional. The office space should convey credibility and inspire confidence.",Awarded,,50000,20250410 The Treasury,21310775,Request for Quotations,Closed Competition,Infrastructure Commission Website,91020725,20190725,20190802,20200309,,Sole Agency,No,,,Awarded,,65000,20250410 The Treasury,21564083,Request for Quotations,Closed Competition,"Legal Advisory Services for the New Zealand Infrastructure Commission, Te Waihanga",201090910,20190910,20190916,20200309,The Treasury,All of Government,No,n/a,"Background Legal advisory services are required to support procurement and associated activities for the establishment of a new independent infrastructure body. Suppliers have been selected from the All of Government External Legal Services Panel. Suppliers are required to complete the attached Legal Services Order form. A new independent infrastructure body, the New Zealand Infrastructure Commission, Te Waihanga (the Commission), is being established to ensure that New Zealand gets the quality infrastructure investment needed to improve our long-term economic performance and social wellbeing. The new commission will be an autonomous crown entity (ACE). New Zealand Infrastructure Commission/Te Waihanga Bill (the Bill), has been read to Parliament and is expected to become a legal entity in October 2019. The purpose of the Commission is to provide independent and expert advice about New Zealands current and future infrastructure needs and priorities to support improved social, economic and environmental outcomes for the nation. A project team has been established at the Treasury tasked with identifying and implementing the practical activities required to establish the Commission, as well as understanding the shape and form of the new entity and how it will operate. The objective is to lift and shift the Commission into fully independent premises by December 2019. A list of currently identified practical activities and associated procurement processes has been created. This list is continuously being updated and additional activities may arise at short notice. Some of these activities have long lead times and all activities are time critical. Some activities have been initiated and are being initiated under the Treasury until such time as the Commission becomes a legal entity. Novation of all contracts will be required when this occurs. It is important that Legal advice is provided in a timely manner so that the correct contractual arrangements can be put in place without hindering due process. A triage approach to the activities for contract form is required.",Awarded,,55000,20250410 The Treasury,22061788,Award Notice,Open Competition,Assessment of banking capabilities,,20191016,20191024,20191209,The Treasury,Sole Agency,No,,,Awarded,"- Contract awarded on 24 October 2019 - Term: 6 weeks (to 5 December 2019) - Deliverable: assessment of building capabilities of Kiwibank to compete for Government Banker contract - Expected maximum contract value: $40,000 - Direct award process used - Rule 9c applied for exemption from open advertising - Supplier has no NZBN",36800,20250410 The Treasury,22562295,Request for Proposals,Closed Competition,Drupal 7 Replacement,20200421,20200421,20200526,20201224,CASS,Sole Agency,No,,"The Treasury is seeking a professional services and support supplier to migrate and support six public facing websites currently running on Drupal 7. This may involve an upgrade to a later version of Drupal or a migration to an alternative CMS platform. The primary goal is to transition these sites off Drupal 7 ahead of Drupal 7 reaching its end-of-life in November 2021. This will be a shared project across the Treasury and the Department of Prime Minister and Cabinet (DPMC). As per the Registrations of Interest engagement December 2019 February 2020 we are looking for a capable and experienced provider to provide estimates for professional services to plan, design, build, implement, and maintain a web solution. The provider must have a proven record of successfully implementing web capability at a similar level of complexity and sensitivity, and be able to offer ongoing, support. The respondents may propose any suitable Content Management System(s) as part of the proposal and additionally may choose to include a hosted solution option as part of their proposal. We require: a. Content Management solution with general capability that is transparent to understand and support and which can be relatively easily amended in future. b. Demonstration that the provider has the capability and capacity to meet objectives within the required timeframes. c. Authoring processes and workflow systems that enable our embargo process to be supported, e.g. a very large volume of content classified up to Sensitive needs to be reviewed, edited, approved, and kept protected over an extended period of time, prior to being published simultaneously at a set date and time at various locations on a website. d. Content Management capability to handle content that is classified up to Sensitive. e. A low risk approach with demonstrated milestones throughout the transition process. f. Suppliers to indicate whether they can offer a managed service and or a Corporate and Shared Services (CSS I&T) hosted solution.",Awarded,Contract for BUILD (migration) signed 23/12 for $1037800 - Support Contract is under discussion,1037800,20250410 The Treasury,23076076,Request for Proposals,Open Competition,Improved Learning Management System,20200810,20200810,20200827,20210709,The Treasury,Sole Agency,No,,"The Treasury is looking for a reliable, modern and future proof ""Software as a Service"" Learning Management System that can: 1. Integrate with existing Treasury systems 2. Allow for flexible learning delivery across multiple devices 3. Is easy to use for learners, administrators and trainers 4. Tracks learner's progress 5. Provides robust and flexible reporting/analytic capability",Not Awarded,"This contract was awarded to D2L Australia Pty Limited. The 3 year contract is valued at $50K. Treasury wishes to thank all companies for the time invested in this tender.",0,20250410 The Treasury,23627091,Request for Proposals,Open Competition,Government Superannuation Fund Authority - Independent Review 2021,4363768,20201116,20201216,20210709,The Treasury,Sole Agency,No,,"We are seeking investment consultancy services, with expertise in assessing global best-practice investment approaches, to deliver a one in five-year performance review of how effectively and efficiently the Government Superannuation Fund Authority (the Authority) is performing its functions under the Government Superannuation Fund Act 1956 (the Act). This review addresses the legislative requirements that the reviewer form an opinion about the appropriateness and compliance with the Authoritys statements of investment policies, standards and procedures (SIPSPs), as well as an opinion about the investment performance of the Government Superannuation Fund (the Fund). The reviewer is also asked to complete a deeper dive evaluating the Authoritys ethical investment framework in the context of international best practice standards, which should include a consideration of the Authoritys approach to considering, and reporting on, climate change as part of the framework. Expertise will be required across a broad range of investment management activities to enable an assessment of best-practice portfolio management, including: portfolio construction; investment manager selection; asset allocation techniques; ethical/responsible investment processes. The Reviewer will also require appropriate quantitative tools/techniques to undertake the performance assessment component of the review.",Awarded,The TSY PR is here: https://www.treasury.govt.nz/news-and-events/news/government-superannuation-fund-authority-independent-reviewer-appointed,0,20250410 The Treasury,23658287,Request for Proposals,Closed Competition,Cleaning and Housekeeping Services,4379373,20201123,20201211,20210709,The Treasury,Sole Agency,No,,"Treasury is wanting to enlist supplier for our housekeeping and cleaning services, including acquisition and management of consumables. Site visits can be arranged by emailing Sue King - procurement@treasury.govt.nz before 27 November 2020.",Not Awarded,"This contract was awarded to Kleenrite for a term of three years, ending June 2024. The Treasury wishes to thank every company that took the time and effort to submit responses.",0,20250410 The Treasury,24081724,Request for Proposals,Open Competition,Event Management Software Solution,20210312,20210312,20210409,20211130,CASS,Sole Agency,No,,"Government House seek a solution that must reduce the reliance on manual workarounds in the planning and execution of events e.g.; Reduce manual work by staff; Reduce the amount of paper (e.g. printed lists, sign in sheets etc); Reduce the number of spreadsheets needed by Events Management staff; Provide automatic integration with MS Outlook; Send emails to a group (not just individually) Staff can access a combined single view of all events at Government House Wellington and Auckland The solution must accurately track expenditure/budget for events We are looking for the new solution to provide a high-quality guest experience (including but not limited to) communication, low error rates and as little repetition of effort as possible (i.e. providing information only once where possible). We are looking for a solution that can continuously provide information enabling improvements through guest feedback and recording lessons learned e.g.; Guest and Staff experience are improved. Communication is consistent for all guests and sent in a timely manner. Time spent on following up on guest responses is reduced. The option for electronic check-in/out via mobile devices. Record and report useful data for use in the future planning and hosting of events. The possibility of integrating with other Government House IT solutions to improve site management.",Not Awarded,"Due to circumstances, we are no longer able to proceed with this project.",0,20250410 The Treasury,24198106,Award Notice,Open Competition,Contract for services relating to NEMA and CDEM sector debriefing the COVID-19 Response (1st wave),,20200701,20201130,20210413,CASS,Sole Agency,No,,"COVID-19 resulted in the activation of an All of Government response at national and local level including the activation of National Crisis Management Centre and Regional Coordination Centre facilities, the declaration of a nationwide state of national emergency and a national transition period. During the response Civil Defence Emergency Management provided a wide range of services including coordination, Welfare service delivery and support to managed isolation and quarantine. NEMA is mid-point in Designing for our Future and it is important that a comprehensive, robust and independent review of NEMA and CDEM Group Coordination activity is conducted to inform future work. The review will also support key workstreams such as the development of the Alternative NCMC as well as specific projects such as COVID-19 Resurgence Planning and re-development of national welfare planning and pandemic guidance documents",Awarded,"Contract was selectively procured at $86,000 with an end date of 30 September 2020. The contract was extended to an end date of 18 December 2020 and a total cost of $120,500 in order to accommodate an agreed increase in scope of work.",120500,20250410 The Treasury,24684103,Request for Proposals,Closed Competition,Website Accessibility Procurement for Advice on Specific UX Challenges,20210816,20210817,20210917,20211022,CASS,On behalf of procurement agent,No,,"The purpose of this document is to set out the services that the Treasury is procuring through a secondary procurement process from the DIA Marketplace and other providers with specialist expertise relating to web content accessibility. The Treasury and the Department of the Prime Minister and Cabinet (DPMC) have started a joint initiative the Website Accessibility project to develop tools and practices that will improve the agencies public-facing websites accessibility. The Treasury (host of the project management team) is commissioning advice on specific accessibility challenges that will be used to inform both a. the development of tools used in the agencies to create accessible content, b. mark-up reference guides used by staff, and c. the commissioning of functional changes to the agencies websites to enable delivery of accessible content. The goal of the Treasury and the Department of the Prime Minister and Cabinets Website Accessibility project is to improve our compliance with the Website Accessibility standards. A recent self-assessment indicated that various Treasury and Department of the Prime Minister and Cabinet (DPMC) websites do not meet the minimum Web Content Accessibility Guidelines (WCAG 2.1) in many areas. There is an expectation that agencies must meet these requirements. In order to address non-conformance gaps the Website Accessibility project aims to improve existing tools and/or introduce new tools, including coaching and resources to improve related skills and processes.",Awarded,"The TREASURY have five challenges they would like guidance for. Each of the challenges relates to the understanding of information provided to people using assistive technology, and those with access needs: Complex HTML Tables Image Long Description User Experience SVG/PNG Image Production Methods for Charts Heading and Paragraph Mark Up and Styles Alternatives to Title Attribute. The winning supplier offered good value with an established local test team.",0,20250410 The Treasury,25052683,Request for Proposals,Closed Competition,Provision of an Access Point Provider & e-Invoicing,20211116,20211116,20211129,20220131,The Treasury,Sole Agency,No,,,Awarded,,0,20250410 The Treasury,25247594,Request for Proposals,Closed Competition,Project Korimako - Commercial Advisor,20211213,20211214,20211221,20220117,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,"The Crown currently has a 100% interest in Kiwi Group Holdings Limited (KGH). This interest is through KGHs three shareholders New Zealand Post Limited (NZ Post), the New Zealand Superannuation Fund (NZSF) and the Accident Compensation Corporation (ACC). NZSF wishes to acquire a majority shareholding in KGH. The Government has agreed to NZSF entering into negotiations with other shareholders of KGH subject to certain restrictions regarding the future ownership of KGH and Kiwibank (the main operating subsidiary of KGH). The Treasury requires specialist commercial advice to assist in ensuring that the Crowns interests are represented during negotiations. Negotiations will consider future lock-up arrangements, maintaining the Crowns on-going rights of first refusal and rights to information relating to KGH operating subsidiaries including Kiwibank. Negotiations may also involve agreement to allow iwi or other strategic investors to become shareholders. A commercial advisor would be expected to include assessment of whether transactions occur within a fair value range to provide confidence that the resources involved are being efficiently allocated.",Awarded,,0,20250410 The Treasury,25376497,Request for Proposals,Closed Competition,He Ara Waiora: Foundations for Application,20220203,20220203,20220215,20220228,The Treasury,Sole Agency,No,,"Te Tai Ohanga is looking for a provider with the ability facilitate rangatira-to-rangatira co-design process between Nga Pukenga and Te Tai Ohanga. The successful provider will have te reo Maori capability, including in the context of economic policy. They will be familiar with both public service and te ao Maori settings. This project will influence Te Tai Ohangas policy advice and its stewardship of key government systems. It will strengthen the indigenous aspects of our advice on wellbeing and lifting living standards for all New Zealanders.",Awarded,,79000,20250410 The Treasury,25389849,Request for Quotations,Closed Competition,Central Risk-free Discount Rates and CPI Assumptions,FR003,20220209,20220311,20220408,The Treasury,Sole Agency,No,,"This procurement is a Request for Quotations, from which a 5 year contract will be awarded to the respondent whose response best matches the requirements of the CSO. Since 2011 the Treasury has procured external actuarial services in order to publish a table of risk-free discount rates and consumer price index (CPI) assumptions five times a year to be used in certain accounting valuations for the purpose of preparing the Financial Statements of the Government of New Zealand (FSG) and forecast financial statements. The rates and CPI assumptions are determined in accordance with the Treasurys central methodology. As part of the procurement of actuarial services, the methodology is reviewed every three years, unless there is a major event impacting the economy or markets which means more regular actuarial reviews of the methodology are necessary. Many entities within the Government reporting entity use discounted cash flow models to value various assets and liabilities to be reported in general purpose financial statements. To ensure consistency and efficiency across accounting valuations reported in the FSG, the Treasury produces a central table of risk-free discount rates and CPI inflation assumptions that must be used for reporting to the Crown for consolidation purposes. The Treasury seeks a five-year contract where the provider delivers relevant tables and reports regularly and at pre-determined times throughout the fiscal year. We also seek a collaborative relationship with the provider to provide advice or additional reviews as we may need to respond to new or unexpected events impacting the economy and markets (e.g. when we undertook two limited scope reviews due to the impact of COVID-19 pandemic on the economy).",Awarded,"Due to the sensitivity of the procurement, commercial details will not be made available",0,20250410 The Treasury,26047839,Request for Proposals,Closed Competition,Independent Cabinet Mandated Periodic Review of the New Zealand Green Investment Finance Limited,20220714,20220714,20220809,20220909,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,,Awarded,"Due to the sensitivity of the procurement, commercial details will not be made available",0,20250410 The Treasury,28201170,Request for Quotations,Closed Competition,Audio Visual equipment RFQ,,20230929,20231027,20231218,CASS,On behalf of procurement agent,No,procurement@treasury.govt.nz,"We require a supplier to provide Audio Visual equipment for the Department of Prime Minister and Cabinet (DPMC) in their new premises on Kate Sheppard Place, Pipitea, Wellington. The vendor will need to install the equipment and provide training as well any on-going support the equipment in these rooms require. We are also interested in quotes to supply equipment only for our smaller, general-use meeting rooms. We would like to see quotes for gold, silver and bronze level solutions/quotes (based on our could/should/must requirements as outlined in this document).",Not Awarded,"Treasury would like to thank all respondents to this tender opportunity for the quality of their responses. If you would like to take the opportunity to have a de-brief please contact Elsie at elsie.diederichsen@cass.govt.nz",0,20250410 The Treasury,28227397,Request for Proposals,Open Competition,"Statutory Review of the Guardians of New Zealand Superannuation, and the New Zealand Superannuation Fund 2024",20221004,20231004,20231102,20240125,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,,Awarded,https://www.treasury.govt.nz/news-and-events/news,0,20250410 The Treasury,28918387,Request for Proposals,Closed Competition,Designing Public Economics Course,20240228,20240228,20240312,20240329,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,"The development of a public economics course that builds from the Introductory Microeconomics course provided by the Government Economics Network (GEN). This would include: A course pack with slides / talking points, supplementary notes, exercises and any necessary materials that would enable a confident economist to run a 2-3 day programme in Public Economics for Treasury staff (we envisage the course would be run in half days). A pilot provision of the course to a small group of Treasury officials to test and refine the content and exercises.",Awarded,There was only one respondent to this tender opportunity and they satisfactorily satisfied the criteria and were awarded the contract.,0,20250410 The Treasury,29119617,Award Notice,Open Competition,Infrastructure Expert Advisory Panel,20240328,20240214,20240315,20241011,The Treasury,Sole Agency,No,,"Infrastructure Expert Advisory Panel has been established to provide independent advice on the issues facing the infrastructure system, and how best they are solved, including how New Zealands infrastructure delivery could be improved.",Awarded,,0,20250410 The Treasury,29341327,Request for Quotations,Closed Competition,Project Orange,20240507,20240507,20240517,20240524,The Treasury,Sole Agency,No,procurement@treasury.govt.nz,"This Request for Quote (RFQ) is an invitation for respondents who can meet the tight timeframe to conduct an anonymous 'Market Assessment' for shipyard potential to build two (2) new medium-size short-international Ro-Pax Ferries, approximately 200 meters in Length Overall. Respondents are requested to provide the Market Assessment report by 1 June 2024, unless they consider a later date is necessary to conclude the work in which case, they shall provide that date in their Quote.",Awarded,,0,20250410 The Treasury,30381672,Request for Proposals,Closed Competition,ACC Investments Independent Review 2025,20241011,20241011,20241031,20241213,The Treasury,On behalf of procurement agent,No,,"The Treasury will need to engage the services of a specialist Investment Consultant who has global investment expertise to deliver the independent assurance review. The key objective of this procurement is to determine whether the investment and operational processes, governance frameworks are 'fit for purpose' and to provide an independent assessment of the performance of ACC's investment function.",Not Awarded,"Due to the sensitivity of the procurement, commercial details will not be made available",0,20250410 Timaru District Council,25463578,Request for Tenders,Open Competition,Contract 2566 Hanging Rock Bridge 341 Repairs Request for Tenders (RFT),,20220225,20220324,20220511,,Sole Agency,No,,"Contract 2566 Hanging Rock Bridge 341 Repairs Request for Tenders (RFT) This contract is for repairs to Hanging Rock Bridge in Timaru District. The scope of work includes: Underpinning and jacking Pier 11 and the superstructure back to level Repairing beam-deck connection damage Underpinning Pier 10 Improving scour protection at abutments and other piers. This RFT closes at 12 noon on 24 March 2022.",Awarded,,774560,20250410 Timaru District Council,25470020,Request for Proposals,Open Competition,Contract 2575 Tree Audit and Risk Assessment - RFP,,20220228,20220328,20220427,,Sole Agency,No,,"TDC needs to undertake a tree audit, of all trees within Council Parks and develop a risk assessment process to ensure we are delivering best practice for our tree assets, sustainably managing the trees to extend life and maintain health, while ensuring the environment is safe for park users. The outcome of this procurement process will: - Identify all serious at risk trees - Result in the development of a hazardous tree list to encompass higher risk status trees and trees TDC intends to remove - Assist TDC in proactively managing key risk trees through development of a clear and defined auditing programme - Provide a prescriptive direction on what monitoring will include and by whom - Provide an understanding of TDCs tree network through an accurate, up to date full tree inventory to capture data for future management. - Result in the development and implementation of an online mapping and database system for tree monitoring and audits.",Awarded,,0,20250410 Timaru District Council,25586022,Request for Tenders,Open Competition,Conract 2576 - Timaru Street Gardens Maintenance,Contract 2576,20220324,20220421,20220823,,Sole Agency,No,,"Timaru District Council is seeking to appoint a capable contractor to maintain the quality of street gardens in urban Timaru. We are looking for a provider who can partner with us to get the best sustainable value from our spend on street gardens. Having recently set up the contract using RAMM as the underlying management system, we are interested in suppliers with capability to adopt this system to underpin delivery of routine maintenance activities and management of customer requests.",Not Awarded,Tender withdrawn. No award,0,20250410 Timaru District Council,25586298,Request for Tenders,Open Competition,Contract 2577 - Timaru Street Tree Maintenance,Contract 2577,20220324,20220421,20220818,,Sole Agency,No,,"Timaru District Council is seeking to appoint a capable contractor to maintain the quality and safety of street trees in urban Timaru. We are looking for a provider who can partner with us to get the best sustainable value from our spend on Timarus street tree maintenance. Having recently set up the contract using RAMM as the underlying management system, we are interested in suppliers with capability to adopt this system to underpin delivery of routine maintenance activities and management of customer requests.",Awarded,,1938569,20250410 Timaru District Council,25691318,Request for Tenders,Open Competition,Contract 2563 - Farm Road Bridge 10 Replacement,Contract 2563 RFT,20220413,20220520,20220614,,Sole Agency,No,,"Timaru District Council is seeking a contractor to replace Farm Road Bridge 10. This bridge, spanning Coopers Creek, suffered a complete washout on both abutments during a flood event in May/June 2021. The works consist of construction of an 18m single span precast concrete bridge. This tender closes at 12 noon on 20 May 2022.",Awarded,,849767,20250410 Timaru District Council,26103308,Request for Proposals,Closed Competition,Contract 2583 - Insurance Broker Services,,20220728,20220825,20220921,,Sole Agency,No,,Timaru District Council is requesting proposals from suppliers to provide professional insurance brokerage services. This is a secondary procurement process to limited suppliers under the NZ All of Government Risk Financing and Insurance Contract.,Not Awarded,This contract has been awarded to AON New Zealand,0,20250410 Timaru District Council,27934365,Request for Proposals,Closed Competition,Contract 2423 Aiganthighe House Gallery Seismic Strengthening,,20230822,20230929,20231214,,Sole Agency,No,,"Please note the point of contact is Nigel Howarth - Procurement Lead - Timaru District Council. The Contract Document NZS3910.2013 will be attached to this RFP upon completion (estimated Thursday 24 August 2023",Awarded,,1718751,20250410 Toi Ohomai Institute of Technology,21359761,Request for Proposals,Open Competition,Taupo Tertiary Hub Project Management,TOI_RFP_PM_0819,20190805,20190906,20191007,,Sole Agency,No,"70 Windermere Drive, Private Bag 12001, Tauranga 3143","Toi Ohomai is leading, on behalf of the Taupo Tertiary Hub Steering Group, the development of a new campus as the hub for tertiary education in Taupo. Toi Ohomai is the main deliverer of tertiary education across the whole of the Bay of Plenty and the South Waikato regions. We operate from five main campuses in Rotorua, Taupo, Tauranga, Tokoroa and Whakatane, and from more than a further 80 delivery sites across our rohe. This is a request for proposal for the project management services for the design and construction of Phase One of the development together with Mass & Location for Phase Two. In line with the aspirations of Taupo District Council (Great Lake Taupo) and local iwi, we are committed to retaining and upskilling the learners and workforce of, and in, Taupo. The new tertiary hub, replacing and enhancing our current campus, would contribute to this aim. We are looking for a provider of project management services who have experience in tertiary education construction projects. They need to have a good track record in extracting and managing value for money deliverables from consultants and contractors whilst maintaining quality.",Not Awarded,The contract has been awarded to Greenstone Group.,0,20250410 Toi Ohomai Institute of Technology,21437600,Request for Proposals,Open Competition,Taupo Campus - Architect,,20190819,20190920,20191016,,Sole Agency,No,"70 Windermere Drive, Private Bag 12001, Tauranga 3143","Toi Ohomai is leading, on behalf of the Taupo Tertiary Hub Steering Group, the development of a new campus as the hub for tertiary education in Taupo. Toi Ohomai is the main deliverer of tertiary education across the whole of the Bay of Plenty and the South Waikato regions. We operate from five main campuses in Rotorua, Taupo, Tauranga, Tokoroa and Whakatane, and from over a further 80 delivery sites across our rohe. This is a request for proposal for the architectural services for the design and construction of Phase One of the development together with Mass & Location for Phase Two. In line with the aspirations of Taupo District Council (Great Lake Taupo) and local iwi, we are committed to retaining and upskilling the learners and workforce of, and in, Taupo. The new tertiary hub, replacing and enhancing our current campus, would contribute to this aim. We are looking for a provider of architectural services who have experience in tertiary education campus building design and construction projects. They need to have a good track record in extracting and managing value for money deliverables from consultants and contractors whilst maintaining quality.",Not Awarded,MOAA Architects were successful.,0,20250410 Toi Ohomai Institute of Technology,24255576,Request for Proposals,Open Competition,Firewall Refresh,,20210430,20210517,20210625,,Sole Agency,No,tenders@toiohomai.ac.nz,"Toi Ohomai Institute of Technology Limited are currently looking to replace our core firewalls. These firewalls will be 6 years old in August 2021, so a refresh is planned to occur before our warranty expires. We would like to replace the existing solution with something new, modern and fit for purpose with our hybrid cloud strategic vision for the organisation. Toi Ohomai Institute of Technology requires NextGen firewalls that can replace our current FortiGate 1500D Series in an HA Pair.",Awarded,,0,20250410 Toi Ohomai Institute of Technology,24582163,Request for Proposals,Open Competition,Audio Visual preferred partner,AV,20210721,20210809,20210917,,Sole Agency,No,tenders@toiohomai.ac.nz,"Toi Ohomai Institute of Technology Limited are currently looking for an Audio Visual integrator to partner with the refurbishment of teaching spaces at Toi Ohomai. The requirements will range from design, procurement, implementation, as well as support and maintenance depending on the space and location. Toi Ohomai has a variety of different teaching spaces from smaller 10 seat classrooms right through to larger 150+ seat lecture theatres. Our budget can vary year on year, but our allocation is typically in the range of $200-350k per annum. New fit outs are included in this scope and those budgets are usually in addition to the above amount. It is expected that a new build in Tokoroa in 2022 will need to be fitted out followed by a new build in Taupo in 2023 or 2024. This will be a three contract.",Awarded,x,0,20250410 Toi Ohomai Institute of Technology,25585588,Request for Proposals,Open Competition,Core Switch Replacement,,20220324,20220408,20221202,,Sole Agency,No,,"In 2017, Toi Ohomai Institute of Technology embarked on beginning a full Network Refresh, whereby we replaced and redesigned the entire Network with Extreme Networks hardware. This refresh began at the CORES and then moved out to the Edges and WIFI along the way. The time has come to begin procurement and planning of the replacement of our CORE Switches, as they are End of Life this year. Toi Ohomai is looking to partner with a company who can not only supply us with new core switches but will also help us design and implement the new CORES. This request will be for hardware as well as estimates for services. As well as this opportunity to supply Toi Ohomai with new CORE Switches, we also have a unique opportunity to be able to supply us with all of our Edge Switching and WIFI Solutions (including student BYOD and guest access) for our brand new campus which is currently being built in Tokoroa.",Awarded,This is a legacy procurement. Te Pukenga National Procurement Team is tidying up all former ITP GETS account. The contract was awarded to Cyclone Computers.,0,20250410 Transpower New Zealand Limited,20865094,Request for Tenders,Open Competition,SUP-14377 Earthing Transformers and Local Services,SUP-14377,20190321,20190531,20200617,,Sole Agency,No,,"New Zealand is a sovereign island country in the southwestern Pacific Ocean. The country geographically comprises two main landmasses, the North and the South Islands which are separated by the Cook Strait. Besides the North and South Islands, the five largest inhabited islands are Stewart Island, Chatham Island, Great Barrier Island, dUrville Island and Waiheke Island. There are many other smaller islands. New Zealand is long and narrow with about 15,000km of coastline and a total land area of 268,000 square kilometres. Because of its far-flung outlying islands and extremely long coastline relative to its land area it has extensive salt exposure where corrosion is a significant issue. We also have higher levels of ultraviolet (UV) and are subject to significant earthquake activity. We manage this by having stringent quality requirements to withstand these issues. We follow an international best-practice approach, including robust pre-qualification, design reviews and manufacturing inspections to reduce impact to our network. Transpower is the owner and operator of the National Grid the high voltage transmission network made up of over 12,000 km of transmission lines and more than 170 substations connecting areas of electricity generation with towns and cities across New Zealand. Transpower is committed to developing and managing its assets in a way that have regard for the relevant environmental legislation, minimising adverse environmental effects through quality designs, products, materials and processes to reduce corrosion to improve environmental performance. We have a fleet of approximately 360 power transformers. Further to this we also have a fleet of smaller transformers that provide local service and earthing functions. Transpower has purchased generally between 6-10 (approx.) combined earthing / local services transformers per year. These will all be offered to the panel supplier/s. In addition, we have a hefty maintenance schedule that requires continual management. We are looking for a partner to join us who supports our philosophy and strategy to provide quality products, to meet our countrys environmental issues, to enable us to provide the service to all New Zealanders.",Awarded,,0,20250410 Transpower New Zealand Limited,21743381,Request for Quotations,Open Competition,66kV and 110kV Outdoor Voltage Transformer Period Supply Agreement,SUP-14805,20191009,20191120,20200717,,Sole Agency,No,,"Transpower is a state-owned enterprise at the centre of New Zealands electricity industry. It is responsible for ensuring the secure and reliable transmission and delivery of electrical energy from generating sites, such as hydro-dams, wind farms and geothermal sites to distribution companies and large direct supply companies. Transpower also operates the power system and electricity market. For further information see http://www.transpower.co.nz. The purpose of this RFQ process is to select and form a Period Supply Agreement with supplier with expertise in 66kV and 110kV Outdoor Voltage Transformers.",Awarded,,0,20250410 Transpower New Zealand Limited,22352560,Request for Tenders,Closed Competition,Otahuhu T13 & T14 80MVA,SUP-14911,20200224,20200428,20200619,,Sole Agency,No,,"Transpower requests you to participate in the tender for: 1. SUP-14911, Otahuhu T13 & T14, for two transformers. Please note Transpower is requesting the price for the two transformers to be provided: a. shipped together; b. shipped separately for 6 months later delivery/install period. All forms are to be completed for the project. Please note to upload the relevant documents for the project.",Awarded,,0,20250410 Transpower New Zealand Limited,22888658,Request for Tenders,Closed Competition,Otahuhu Local Service Transformers,SUP-15077,20200629,20200727,20200907,,Sole Agency,No,,"Transpower requests you to participate in the tender for: 1. SUP-15077, Otahuhu for three Local Service transformers. Please note Transpower is requesting the price for the three transformers to be provided: a. shipped together; b. install at site for 2 units.",Not Awarded,"Transpower like to advise that this tender is closed without an award. Thank you for your time and response to this tender. The tender is closed as the requirements issued on the tender is being reviewed to be updated.",0,20250410 Transpower New Zealand Limited,23733876,Request for Tenders,Closed Competition,FHL 110-33kV 80 MVA Transformer Procurement,SUP-15307,20201204,20210201,20210409,,Sole Agency,No,,,Not Awarded,,0,20250410 Transpower New Zealand Limited,24627392,Request for Proposals,Open Competition,Load Forecast as a Service,SUP-15317,20210809,20210910,20220127,,Sole Agency,No,,The purpose of this Request for Proposal (RFP) is to invite suitable parties to provide proposals for the provisioning of a Medium Term Load Forecast that models electricity demand across New Zealand.,Awarded,,0,20250410 Transpower New Zealand Limited,26446701,Request for Proposals,Closed Competition,RCP4 Independent Verifier,SUP-16158,20221010,20221108,20230131,,Sole Agency,No,,"Transpower is subject to price-quality regulation under Part 4 of the New Zealand Commerce Act. The price-quality regulation applies that applies to us is referred to as individual price quality path (IPP) regulation. We are currently in regulatory price control period 3 (RCP3) which runs until 30 June 2025 and are preparing for RCP4 (FY25/26 to FY29/30). An important part of our regulatory regime is the Transpower Capital Expenditure Input Methodology (Capex IM) determined by the New Zealand Commerce Commision (the Commission). This sets out the upfront rules, requirements and processes that apply under the IPP. In preparation for our RCP4 proposal submission and as part of a review of the Capex IM, we are again engaging an independent verifier. An independent verifier is an independent party (a person or a team) that reviews or verifies within an upfront agreed scope the expenditure proposal and processes used to create the proposal, before the formal submission (by 1 December 2023 ) to the Commission. The verifier is employed by Transpower but has a duty of care to the Commission.",Awarded,,0,20250410 Transpower New Zealand Limited,26782803,Request for Proposals,Open Competition,Managed Firewall Service,SUP-16193,20230109,20230217,20230526,,Sole Agency,No,,"This RFP relates to the selection of a preferred supplier for the delivery of Managed Firewall Services over the next 5 years. This includes the purchase, usage and ongoing delivery of these services as well as their lifecycle management. This service is a critical IST service, as any failure may have serious impacts on Transpower business units.",Awarded,,0,20250410 Transpower New Zealand Limited,26792218,Request for Proposals,Open Competition,Network Support Services,SUP-16228,20230116,20230224,20230907,,Sole Agency,No,,,Awarded,,0,20250410 Transpower New Zealand Limited,26961603,Request for Proposals,Open Competition,Acoustic Consultancy Services,SUP-16252,20230217,20230317,20230613,,Sole Agency,No,,"This RFP relates to the purchase of Acoustic Consultancy Services from a panel of preferred suppliers. Transpower wishes to acquire the services of a small number of additional acoustic consultants/consultancies to supplement those currently used by the Environmental Team to advise on noise related restrictions/considerations that form part of the RMA process.",Awarded,Altissimo Consulting LTD were also successful in joining the Acoustic Consultancy Panel.,0,20250410 Transpower New Zealand Limited,27247516,Request for Proposals,Open Competition,EAP Services,SUP-16173,20230417,20230515,20230801,,Sole Agency,No,,"The current contract with Transpowers EAP provider expires on 30 June 2023 and therefore Transpower has decided to commence an RFP process to determine what the EAP market has to offer in terms of: EAP Services Training and development Resources Regional reach Cost Through the RFP process, Transpower would like to identify and engage with one provider who can provide Transpower with EAP Services in a national and regional capacity, with: Quality counselling Reporting Ease of booking One contact person (relationship manager)",Awarded,,0,20250410 Transpower New Zealand Limited,27508368,Request for Proposals,Open Competition,Bunnythorpe Warehouse Z - New Warehouse Construction,SUP-16364,20230607,20230726,20231123,,Sole Agency,No,,"This procurement relates to the provision of a new warehouse building on the Transpower Warehousing & Logistics site at 10 Redmayne Street Bunnythorpe, Manawatu. The work generally comprises the construction of a steel portal framed warehouse building, including all relevant site and external works. The building design comprises 3000 square metres of usable space, including Two 5T gantry crane across the entire warehouse a dedicated clean room for critical electronic spares, with mezzanine storage above, an attached canopy covering 1200 square metres of space for loading operations The procurement will enable Transpower to: address health and safety concerns at the site due to lack of appropriate space; Increase covered storage for valuable inventory; Expand operations in line with the requirements of the increasing portfolio of projects scheduled for Regulatory Control Periods 3 and 4;",Awarded,,0,20250410 Transpower New Zealand Limited,27549535,Request for Proposals,Closed Competition,Waiotahe Substation Redevelopment,SUP-16377,20230616,20230713,20230904,,Sole Agency,No,,,Not Awarded,Awarded to Northpower Ltd,0,20250410 Transpower New Zealand Limited,27697440,Request for Quotations,Open Competition,Period Supply Agreement (PSA) of Substation Post Insulators,SUP-16425,20230712,20230816,20240730,,Sole Agency,No,,"The purpose of this RFQ process is to select and form a Period Supply Agreement with suppliers expertise in High Voltage (66kV, 110kV and 220kV) Porcelain composition Substation Post Insulators.",Awarded,,0,20250410 Transpower New Zealand Limited,27735423,Request for Proposals,Open Competition,Resource Acquisition Agency Services (RAA),SUP-16343,20230720,20230816,20231122,,Sole Agency,No,,"Transpower is looking to establish a Resource Acquisition Agency (RAA) panel that would provide specialist support in the search and acquisition of skilled people. Transpower acknowledges the recent work undertaken in the AoG Talent Acquisition RFP, however we have considered our service needs to be broader than those covered and are therefore looking to establish a panel more targeted to our specific needs.",Awarded,,0,20250410 Transpower New Zealand Limited,27857779,Request for Quotations,Closed Competition,Vegetation Program LiDAR Capture 2023-24,SUP-16452,20230809,20230831,20230901,,Sole Agency,No,,"This procurement relates to the delivery of Data Capture and Processing Services via Helicopter mounted Aerial LiDAR survey for all of the Transpower transmission network. The deliverable data is required to be delivered at an acceptable degree of LiDAR capture of no less than 25 points per square metre and processed as high quality orthorectified imagery for inclusion in the Transpower GIS system. The key outcome that Transpower wants to achieve is full visibility of vegetation encroachments and under clearance violation across all our transmission line network in New Zealand. Previously a trial delivery of the services has been provided by Tech Mahindra - Altavec, and Transpower are now looking to engage again for a, one-off, survey of the entire transmission network.",Not Awarded,,0,20250410 Transpower New Zealand Limited,27883021,Request for Proposals,Closed Competition,Substation Site Digitisation FY23-24,SUP-16428,20230814,20230911,20231016,,Sole Agency,No,,,Awarded,,0,20250410 Transpower New Zealand Limited,28117127,Request for Proposals,Closed Competition,Supply of Solution Integration Services - TransGO Refresh Programme,SUP-16231,20230921,20231128,20240920,,Sole Agency,No,,"Transpower requires Solution Integration Services and Network Hardware and associated Services for the TransGO Refresh Programme. This closed RFP is provided to the shortlisted ROI Respondents. The Solution Integrators responsibilities include: Network Design, Supply, Deployment, Commissioning, Migration, Technical Support and Maintenance of the TransGO Refreshed Network. Integration into the Core WAN as a Service and Radio aaS Solutions; the TransGO Refreshed Network must therefore accommodate these Solutions. Migration of Services such as Protection Signalling Services and Ethernet from the TransGO existing Network to the TransGO Refreshed Network. Ensuring that the Network Design supports seamless migration from TransGO Existing Network to the TransGO Refreshed Network. Transpower will assist the Solution Integrator with the Service Migration. The TransGO Refreshed Network will be required to comply with TICSA, so if there is any reason you believe that your proposed Solution, if implemented, would increase the Network security risk, this must be highlighted in your response. Transpower will be in contact to arrange individual briefings and a series of discussions on the RFP.",Awarded,,0,20250410 Transpower New Zealand Limited,28263031,Request for Proposals,Open Competition,Hautapu GXP - Civil Works,SUP-16500,20231011,20231120,20240124,,Sole Agency,No,,"Transpower are establishing a new Grid Exit Point (GXP) in rural Cambridge. The Hautapu GXP will include the development of two substations. This procurement relates to the provision of enabling (civil) works included in the project. Services are to be delivered at Forrest Road in Cambridge, near State Highway 1.",Awarded,,0,20250410 Transpower New Zealand Limited,28398891,Request for Proposals,Open Competition,Enterprise BPM Capability,SUP-16587,20231103,20231205,20240416,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitable parties to provide proposals for the purchase of an enterprise Business Process Management (BPM) software (supporting business process modelling and process lifecycle management) and associated software configuration and enablement services from preferred suppliers. Establishing an enterprise BPM capability signifies our proactive commitment to enhancing BPM maturity throughout the organisation within the next 2-3 years. This endeavour aligns with our strategic objective to ""Advance our organisational effectiveness by enhancing our approach to delivering business and technology change projects, driving continuous improvement, and elevating safety and quality management standards. Additionally, our Operations division has an immediate need to replace the legacy process mapping tool and improve how business processes and associated procedures are managed. A forthcoming programme of work to re-envision many of the corporate business processes will also require considerable process modelling effort and adoption of a BPM framework to govern process changes.",Awarded,,0,20250410 Transpower New Zealand Limited,28454965,Request for Proposals,Closed Competition,Radio as a Service for the TransGO Network,SUP-16536,20231114,20240130,20241205,,Sole Agency,No,,,Awarded,,0,20250410 Transpower New Zealand Limited,28472723,Request for Proposals,Open Competition,Customer Relationship Management Modernisation,SUP-16400,20231117,20231215,20240710,,Sole Agency,No,,"This Request For Proposal (RFP) seeks responses from Suppliers who are certified partners for Customer Relationship Management (CRM) Software-as-a-Service (SaaS) solutions, for the purchase of: subscription(s) to a modern CRM SaaS suite, and services to: o tailor the solution to our requirements, o integrate the solution with our other systems, o migrate from our existing CRM solution, o provide project transitional support to BAU, training, consultancy, and advice to enable wider, more systematic adoption of the CRM by Transpower personnel, and o provide ongoing platform support.",Awarded,"a. the agencys name and address: Transpower b. the successful suppliers or suppliers name/s and address/s: Adept Group Limited (Trading as OSF Digital) c. the term of the contract/s: 5 years d. the expected spend under the contract/s: Up to $7million e. the type of procurement process used: Open RFP f. a New Zealand Business Number (NZBN) where available: 9429031515504 g. a description of the goods, services or works the date the contract/s was awarded: CRM SaaS and Implementation: Contract Awarded June 2024",5000000,20250410 Transpower New Zealand Limited,28846949,Request for Proposals,Open Competition,Upper South Island Non-transmission Solutions,SUP-16702,20240219,20240405,20250117,,Sole Agency,No,,"This RFP relates to the procurement of non-transmission solutions in the Upper South Island (USI) region by summer 2028. Transpower is looking to invest in the USI to meet a transmission need due to ongoing growth in the region. We wish to assess if there is an opportunity to utilise non-transmission solutions to delay major multi-million dollar transmission build, saving our customers money, at no sacrifice to the security of power in the region. For example, flexibility services such as batteries in homes and businesses, could be used to lower loads at peak times, or businesses and industry can defer some of their power use away from those times. Other opportunities or technologies may also be available. We are interested in partnering with potential non-transmission solution suppliers to assist in supporting our transmission need in the Upper South Island. More than one NTS supplier may be selected to participate. Non-transmission solution suppliers will be compensated for these actions, at an overall lower cost to our customers given the resulting deferral in building new transmission assets. The USI region comprises that part of the South Island north of Twizel as shown in Figure 1 below.",Not Awarded,Tender Cancelled,0,20250410 Transpower New Zealand Limited,29024365,Request for Proposals,Open Competition,Supply of Aerial LiDAR Services,SUP-16691,20240314,20240509,20241211,,Sole Agency,No,,"This RFP relates to the purchase of LiDAR Capture and Processing Services across parts of the Transpower transmission line network as instructed on an annual basis. Transpower has completed a comprehensive helicopter based aerial data capture program, which provides a baseline model of vegetation encroachment into the lines corridor for the entire national transmission network in New Zealand. Transpower is now seeking a partner to continue the program for the next 3 years, to provide ongoing identification and assessment of vegetation encroachments and potential violation of the minimum clearances under the transmission lines. This is envisaged to be an annual survey and data capture across selected parts of New Zealand with each years capture estimated to be between 30% to 40% of the entire network. The required volume and location of the LiDAR data capture will be determined and described in a Statement of Works (SOW) negotiated in August of each year.",Awarded,,0,20250410 Transpower New Zealand Limited,29424766,Request for Proposals,Closed Competition,Request for Proposal (RFP) for Cook Strait HVDC Cable Project,SUP-16670,20240517,20240913,20241213,,Sole Agency,No,,,Awarded,,0,20250410 Transpower New Zealand Limited,29438983,Request for Proposals,Closed Competition,SUP-16780 Stoke Stream Erosion Mitigation,SUP-16780,20240522,20240726,20241106,,Sole Agency,No,,"This procurement relates to the provision of installing rip rap, gabion baskets, a v-channel and minor temporary stormwater repairs for the Stoke Poormans Stream Erosion Mitigation project. This project involves reprofiling and bank improvement works of Poormans Stream, which passes through Stoke Substation. The procurement will enable Transpower to have a reconstructed and realigned stream bank and bed, designed to mitigate future erosion and remove the risk of damage to critical assets which span across the stream. Documents are available for review at the SharePoint site provided previously https://transpowernz.sharepoint.com/sites/external/gampd312e?e=1%3Affff42615200421e928b160abb18811b",Awarded,,0,20250410 Transpower New Zealand Limited,29600458,Request for Proposals,Open Competition,SUP-16775 WRK-WKM-C TTU Project,SUP-16775,20240614,20240712,20240722,,Sole Agency,No,,,Not Awarded,No responses received. - Cancelled,0,20250410 Transpower New Zealand Limited,29664087,Request for Proposals,Open Competition,ERP Investigation Partner for Transpower Enterprise Capability Programme,SUP-16846,20240626,20240730,20240917,,Sole Agency,No,,"Transpower is currently underway with an Enterprise Business Capability (EBC) programme of work to enhance its business process capabilities and organisational effectiveness. To support the first phase of this programme, Transpower is seeking a business capability partner. This partner will collaborate with us to identify and develop high-level capability requirements for an ERP solution, which will guide the development of a procurement notice for a comprehensive ERP solution, including the platform and transformation and implementation services. This engagement will last for 6-7 months, during which the partner will also supplement our resources to assist with current state analysis of business processes, data, and integration. Additionally, the partner will provide independent advice to ensure our procurement(s) relating to an ERP Solution are as effective as possible. The expected personnel for these services include: 4 Business Analysts 1 Data Analyst 1 Data Modeller 1 API Developer",Awarded,,0,20250410 Transpower New Zealand Limited,29810415,Request for Proposals,Closed Competition,SUP-16799 Whakamaru Substation Redevelopment Solution Study report,SUP-16799,20240719,20240823,20240925,,Sole Agency,No,,"Request for Service You are invited to submit a Proposal for the provision of Consultancy services for the above project as described in the attached Request for Services (RFS). The Proposal submission date is Friday 16th August 2024 by 5.00pm. Please acknowledge receipt of this invitation and indicate your intention to participate, or not, using the Tender Acknowledgement form included by 24 July 2024 Your Proposal should conform to the requirements of the Engineering Consultancy Framework Agreement (Agreement). The requirements set out in this RFS will form part of the contract documents for the Services described herein. Unless otherwise stated, terms defined in the Agreement shall have the same meanings in this RFS. The objectives of this RFS are to: a. Obtain sufficient detail to enable a fair tender evaluation between respondents; and b. Appoint an Engineering Consultant/(s) (EC) to work collaboratively with Transpower for the duration of the Project to deliver the Scope of Services such that the deliverables are fit for purpose, incorporate safety by design principles, deliver least whole of life costs for the life of the assets and are on schedule. Designs must be constructible and compliant with relevant New Zealand law and New Zealand, Transpower and industry standards and codes.",Awarded,,0,20250410 Transpower New Zealand Limited,29838794,Request for Proposals,Closed Competition,SUP-16775 WRK-WKM-C TTU Project,SUP-16775,20240723,20240823,20240904,,Sole Agency,No,Transpower New Zealand Ltd Waikoukou,,Awarded,,0,20250410 Transpower New Zealand Limited,30146131,Request for Proposals,Closed Competition,Cleaning Services,SUP- 16921,20240909,20241007,20250217,,Sole Agency,No,,,Awarded,,0,20250410 Universal College of Learning,23107001,Request for Proposals,Open Competition,"Budgeting, Forecasting and Reporting Solution",,20200812,20200909,20210127,Corporate Assurance & Risk,Sole Agency,No,n/a,"UCOL wishes to implement a fit-for-purpose, integrated budgeting, forecasting and reporting solution to replace current spreadsheet based systems. This RFP is to appoint a vendor with appropriate capability, capacity and experience in this field, to then partner with UCOL to implement the solution, provide key user training and ongoing support for the duration of the contract.",Awarded,"Contract awarded 28 September 2020. Successful and unsuccessful respondents notified directly by UCOL's RFX Contact, Ian Georgeson. RFP process now completed/closed in GETS.",0,20250410 Universal College of Learning,23177854,Request for Tenders,Open Competition,UCOL Limited - Whakaoriori Marae Building Extension,1.8721.043,20200826,20201014,20210422,Facilities Management,Sole Agency,No,n/a,Universal College of Learning Limited (UCOL Ltd) seeks proposals for the provision of building services to construct an extension and undertake refurbishment to the Whakaoriori Marae that is located on UCOLs Wairarapa Campus in Masterton.,Awarded,,0,20250410 Universal College of Learning,23534013,Request for Proposals,Open Competition,Unified Service Management System,,20201030,20201127,20210421,Corporate Assurance & Risk,Sole Agency,No,n/a,"Universal College of Learning (UCOL) would like to implement an organisation-wide Service Management System to replace numerous disparate Service Management Systems and forms that are in use today across Information Service & Technology, Facilities Management, Learning Technologies and Faculty Administration.",Awarded,"Contract awarded: 19 April 2021 Anticipated contract start date: 10 May 2021",0,20250410 Universal College of Learning,23619333,Request for Proposals,Open Competition,Total Solution Risk Management System,,20201116,20201211,20210223,Corporate Assurance & Risk,Sole Agency,No,NA,"UCOL is a seeking a Risk Management System that delivers a whole risk management solution which will include both corporate risk and health and safety management. The risk management tool must add value and have the flexibility to deliver all the identified elements within any given timeframes. The Risk Management System will be UCOLs sole risk and compliance management and reporting system. It must allow UCOL to manage all elements of corporate and health and safety risk, be user friendly and have the ability to be flexible as UCOLs risk framework evolves.",Awarded,Thank you for submitting your proposal for our 'Total Solution Risk Management System' RFP but we have to advise that your proposal has been unsuccessful.,0,20250410 Universal College of Learning,24035555,Request for Proposals,Open Competition,Campus Development Plans,,20210301,20210326,20210624,Facilities Management,Sole Agency,No,n/a,"Overview: Universal College of Learning Limited (UCOL) is seeking proposals from experienced master planners to develop Campus Development Plans for each of its four (4) campuses. UCOL needs a master planner who has experience, capability and capacity to deliver effective and timely results. You will need to have a proven track record in your field of expertise, effective networks and the ability to form a relationship of trust with UCOL, our stakeholders and local government agencies. We are looking to engage a firm to develop a campus master plans for each location with an overarching set of standard design principles for our internal spaces and sites. UCOL is looking for a robust approach to campus master planning based on best practice. Our Campus Master Plans must support UCOLs strategic direction, blended delivery, teaching and workspace principles.",Not Awarded,,0,20250410 Universal College of Learning,24707735,Request for Proposals,Closed Competition,Library Management System,,20210823,20210917,20211217,Corporate Assurance & Risk,Sole Agency,No,n/a,"UCOL has an existing Library Management System (LMS - Voyager) that is at its End of life with the incumbent vendor no longer developing this system. UCOL needs to replace this system and is seeking a new and modern Library Management System that will meet both todays and UCOLs future needs. Critical to the success of this project is a seamless migration from the incumbent Library Management system to the new Library Management system, including the integration with other Library Management systems in use with other subsidiaries under Te Pukenga (NZIST), utilising the National Library solutions in place today.",Awarded,,0,20250410 University of Auckland,17854729,Request for Proposals,Closed Competition,Travel Management Services,C16-019,20160902,20161007,20190801,,Sole Agency,No,"Level 12, 49 Symonds Street, Grafton, Auckland","The University of Auckland (the University) was founded in 1883 and is New Zealands (NZ) leading University, with the highest ranking of any NZ University in the World Top 100 Universities and The Times Top 200 World Universities. It is also NZs largest University, with just under 40,000 students and 4,700 full time staff. The University requires a Travel Management Company that is forward thinking, not only delivering superior service and savings but also innovation to better support our travelling community and end to end travel process. A Travel Management Company that has extensive experience with both large complex organisations and the tertiary sector with the capability to provide corporate, leisure, student, group and inbound services. The University has a unique travel profile made up of corporate, leisure, research, study and group travel which can often encompass a blend of multiple purposes.",Awarded,,0,20250410 University of Auckland,19176142,Request for Proposals,Open Competition,RFP Real Time Fraud Provention,ITP2017-Oct02,20171027,20171117,20221005,,Sole Agency,No,,"The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier of a real time fraud detection and prevention tool solution that will: Use multiple data sources to assess transactions for fraud and non-compliance Move the University from a retrospective fraud detection environment to one of fraud prevention or early detection of errors (non-compliance) and potential fraud Provide greater clarity and ongoing access to training for budget holders on what is acceptable and not acceptable for both incoming and outgoing payments and other transactions(both financial and non-financial) in order to minimise non-compliance and increase awareness of what constitutes fraud Reduce the amount of time and resource required to manage UTAs",Not Awarded,,0,20250410 University of Auckland,19831056,Request for Proposals,Open Competition,Dual Energy X-ray Absorption (DEXA) Scanner,C18-020,20180622,20180718,20190801,,Sole Agency,No,,"The University requires a Dual Energy X-ray Absorptionmeter (DEXA) Scanner with adult, child and small animal scanning capability as well as large patient capacity. It is expected this equipment will scan patients quickly in order to accommodate small children along with easy to use software for analysing scan data from adults, children and rodents. The ability to present high resolution images for key regions such as spine and hips to enable observation of bone mineral density is also necessary.",Awarded,"Getz Healthcare were awarded this contract, the product procured was a GE Lunar iDXA",0,20250410 University of Auckland,19867479,Request for Proposals,Open Competition,In Vivo System,C18-021,20180702,20180801,20190801,,Sole Agency,No,,"The Faculty of Medical and Health Sciences requires a fully supported fit for purpose system capable of imaging animals for bioluminescence and fluorescence in vivo imaging. This system will be used to further progress research across multiple departments; Molecular Medicine and Pathology, Obstetrics & Gynaecology, Pharmacology and the Bio-imaging Research Unit. .",Awarded,"TrendBio was awarded this contract, the product procured was an Ami HTX Optical Imaging System.",0,20250410 University of Auckland,20813982,Request for Proposals,Open Competition,A Platform for the Characterization of Sprays and Particle Dispersion,C19-013,20190308,20190411,20190815,,Sole Agency,No,,"The University of Auckland requires a Platform for the Characterization of Sprays and Particle Dispersion. The required instrument must be a device capable of measuring droplet or particle size distribution at the specific location of a spray (droplet or particulate spray). This will give critical information in characterising the spray to understand the resultant functional behaviour of the spray or the product generated from the spray. Some immediate applications, but not limited to the examples given, are the characterisation of spray nozzles in food/fuel applications and inhalers/nebulizers in the medical application. The instrument is expected to have a droplet/particles resolution between the order of one to hundreds or microns. It is expected to be able to capture and produce droplet/particles size distribution of the spray and will be able to function at the velocity movement of the droplets/particles at least for the applications highlighted above. The instrument must be easy to use in the presence of the spray shielded in away from possible damage from the spray. The successful Respondent is expect to provide support during the installation of the product, (preferably plug and play). Operation and maintenance training is also expected to be provided by the successful Respondent. The successful Respondent must also provide support by sourcing technical expertise and replacement parts in the event that external maintenance for the instrument is required. The instrument will allow a more precise design of drugs and food powder, as their dispersion characteristics or their initial size of the droplets from which they are formed will highly determine the functionality of the powder. Our objective is to set up a platform which will allow research groups across the University and the Industry, to accurately characterise in real time, changes in the size distribution and the structure of their particulate or droplet sprays.",Awarded,,0,20250410 University of Auckland,20814474,Request for Proposals,Open Competition,C19-005 Research Grade Raman Spectrometer,C19-005,20190308,20190408,20190710,,Sole Agency,No,,"The University of Auckland a requires research grade, laboratory benchtop Raman Spectrometer, including Raman microscope attachment with fast chemical imaging capability and customisable features to enable analysis of all sample types. Solid-state Raman excitation lasers, (narrow linewidths, high power stability and with adjustable power control) at 532 nm, 785 nm and 1064 nm, with additional option of adding UV laser excitation. The instrument must have the versatility to enable Raman analysis of all possible sample types, and customisable for different research applications. It must be reliable, robust and have high wavelength accuracy, with auto- and manual calibration and alignment options. It must be user friendly with automated system setup and data acquisition. PLEASE READ THE INSTRUCTIONS TO RESPONDENTS DOCUMENT INCLUDEED IN THE TENDER PACK",Awarded,,399855,20250410 University of Auckland,20886672,Request for Proposals,Open Competition,Relocation Services,C19-018,20190328,20190509,20200109,,Sole Agency,No,49,"The University is looking to partner with a reputable and capable supplier or suppliers to support our Relocation needs. Workspace Relocations: To include small and simple office / campus relocations to large and complex office floor or building relocations. Relocations can include specialised spaces including (but not limited to) scientific and medical laboratories, engineering workshops, libraries, unique teaching spaces, precious collections and more. Personnel Relocations: To include domestic and international relocations, pre and post move services, tracking controls, storage and quality reporting. The University undertakes over 200 workspace relocations and over 160 domestic and international personnel relocations per annum and are looking to partner with a supplier or suppliers who have a proven track record. For the avoidance of doubt this requirement excludes; Large Specialist Machinery Moves, Art Work, Dangerous Good and Cadavers.",Awarded,,0,20250410 University of Auckland,20928186,Request for Tenders,Closed Competition,University of Auckland - Supply of Cleaning Services,PS19-3-02,20190416,20190522,20190801,,Sole Agency,No,,"The University of Auckland (the University) is inviting tenders to supply Cleaning Services across its City, Ardmore, Epsom, Grafton, Newmarket and Waiheke Island Campuses. The University campuses are complex with uses including commercial, retail, teaching, laboratory, research, libraries, recreation and childcare. The University campuses are seeking standardisation in consumables procurement (general and ablution cleaning) and consumable hardware (sanitary and hygiene equipment). The scale of the operations at City, Epsom, Grafton, Newmarket campuses, along with a small number of site-specific locations (Ardmore and Waiheke Island), is spread across around 190 buildings with 472,000m2 of floor area and associated grounds. The total GFA will increase late 2019 and early 2020 by approximately 50,000m2 when new buildings come on-line in the City and Grafton Campuses. Successful service providers will have capacity, depth of experience, and a proven track-record for providing Cleaning Services to large complex organisations with diverse building types and occupancy across a number of locations. The spaces themselves comprise many different facility types, which include common, circulation, teaching, lecture theatres, workshops, laboratories, clinics, offices, libraries and study. The University considers a stable, consistent team of cleaners to be an essential element of the contract and are looking for a high staff retention rate and consistency of service delivery. Please note: ""Attachment D: Draft form of contract agreement"" is still being developed and will be uploaded to GETS as soon as it is availlable",Awarded,,0,20250410 University of Auckland,20956543,Request for Quotations,Open Competition,C19-031 Reverse Osmosis Water Purification Systems for Laboratories,C19-031,20190417,20190516,20191127,,Sole Agency,No,,"The University of Aucklands new Faculty of Engineering building requires 12x high purity water units. Suppliers are invited to submit official quotations that meet the requirements and standards outlined in the RFQ document. Please note that the closing date for this RFQ is Thursday, 16th May 2019 13:00 (NZT)",Awarded,,0,20250410 University of Auckland,21150258,Request for Tenders,Closed Competition,University of Auckland - Supply of Security Services,PS19-3-03,20190614,20190705,20190808,,Sole Agency,No,,"Please see Attached RFT document and related documents for University of Auckland, Supply of Security Services. Please note there is a Walkthrough scheduled for next Friday (21 June). Please notify the procurement officer the names of the people will attend from your firm. The University asks you to limit numbers to a maximum of 3 people. Should you be unable to attend the walkthrough time please contact the procurement officer to discuss. All questions MUST be via the GETS portal so that responses may be copied to all invited tenderers.",Awarded,,0,20250410 University of Auckland,21257659,Request for Proposals,Open Competition,Rodent Metabolic Cage System,C19-035,20190712,20190809,20191115,,Sole Agency,No,,"The University of Auckland requires a new rodent metabolic cage system suitable for measuring animal energy expenditure, and food and water intake of free-living mice. We expect the system to be supported remotely following initial setup and training.",Awarded,,500000,20250410 University of Auckland,21293690,Request for Proposals,Open Competition,RFP C19-039 TOU Electricity Supply and Purchase - University of Auckland,C19-039,20190722,20190805,20190922,,Sole Agency,No,,"The UoA is seeking proposals for supply durations of 25, 32 & 37 months under the following supply options: 1) Fixed Price Variable Volume (FPVV) rates for: 01 September 2019 to 30 September 2022 covering three buildings (4 ICPs); and 01 September 2019 to 30 September 2021 covering two buildings (6 ICPs); and 01 February 2020 to 30 September 2022 covering one building (1 ICP). To clarify, this RFP covers: ToU Electricity Procurement for six (6) sites being supplied via 11 meters, all located in Auckland CBD. Total Combined Electrical load is ~19.7GWh per annum. RFP Closing Date and Time :Monday 05th Aug 2019 @ 1400 hrs",Awarded,,0,20250410 University of Auckland,21302405,Request for Proposals,Open Competition,AUL- GPWSP: Grant and Proposal Writing Support Panel,AUL - GPWSP,20190725,20190822,20191128,Auckland UniServices Limited,Sole Agency,No,,"The University through its wholly owned company, Auckland UniServices Limited (AUL) wishes to establish a new supplier panel to deliver high quality Grant and Proposal writing support. UniServices is seeking to form a panel of specialist academic communication writers with a degree of familiarity of academic disciplines and industry sectors spanning science technology, engineering and maths (STEM), humanities and social sciences, to work as preferred suppliers by providing bid writing and editorial support services.",Awarded,,0,20250410 University of Auckland,21309653,Request for Proposals,Open Competition,RFP C19-042 Valuation Services (Land and Buildings and Plant and Equipment) - University of Auckland,C19-042,20190725,20190814,20190927,,Sole Agency,No,,"The University is looking for a provider/s who has/have the capability, track record and experience to manage and undertake the large University Valuation Services programme related to its substantial Land and Buildings and Plant and Equipment portfolios. Land and Buildings are required to be valued for financial reporting and insurance purposes. It is also important to note that the University requires certain Heritage Buildings to be valued on a replication basis. Plant and Equipment and Site Infrastructure are only to be valued for insurance purposes. For financial reporting purposes, the University adopts a 3 year cycle. However, there is a requirement in the intervening years for there to be an assessment of whether there has been a material change in the then carrying value which would then trigger a requirement for a Valuation of all or part of the portfolio. The University intends to appoint a valuation provider for 6 years to cover at least two financial reporting cycles. Insurance valuations are completed annually. These are primarily desktop assessments, with a full valuation completed every 3 years, in line with the financial reporting cycle. Although the Universitys preference is to award this programme to one provider, given the range of assets and different valuation expertise required, the University will consider consortia arrangements (lead provider with sub-contracts) or respondents bidding for individual valuation work streams. RFP Closing Date : Wednesday, 14 Aug 2019 @ 1300 hrs",Awarded,,0,20250410 University of Auckland,21416845,Request for Proposals,Open Competition,LC-MS/MS System,C19-016,20190814,20190912,20191217,,Sole Agency,No,,"The University of Auckland (the University) requires a liquid chromatography instrument with a tandem mass spectrometer (LC-MS/MS system). It must be a state-of-the-art fully integrated benchtop LC-MS/MS system and will be part of a suite of existing LC-MS and LC-MS/MS systems. It needs to be robust, reliable, easy to operate and maintain, and have excellent analytical performance. We expect outstanding and relevant local technical service and support with a demonstrable record. Support and technical assistance from application specialists is highly desirable, be it on-site or remote. It will be used mainly for the quantitative analyses of small molecule drugs and their respective metabolites in biological samples. In addition, quantitation of target proteins after proteolytic digestion (i.e. targeted proteomics) in biological samples. The instrument will be located in the Auckland Cancer Society Research Centre, School of Medical Sciences, Faculty of Medical and Health Sciences, at the University, and used by multiple users (i.e. academic and technical staff and students) from different disciplines from across the University as well as external users. In future, the system may become an integral part of a new Life Sciences Mass Spectrometry Hub to be formed in the University. Timeline: RFP Publish 15/08/2019 Intention to respond by 22/08/2019 Briefing meeting 29/08/2019 (TBC) Written questions by 05/09/2019 RFP close on 12/09/2019",Awarded,.,1,20250410 University of Auckland,21443357,Request for Proposals,Open Competition,RFP C19-041 Retail Outlets - Atrium 1 & 2 - University of Auckland,C19-041,20190819,20190913,20200114,,Sole Agency,No,,"The University of Auckland is seeking to appoint one or retail food outlet Operators to enter into a Licence to Occupy and Retail Trading Agreement to supply high value, reasonable cost food services to meet the demands of the University of Auckland student and staff population in two sites in the University's main Quad . More detail of the offering can be found in the 'Request for Proposal - Respondent Instructions' attached to this RFP Key dates regarding this RFP Last date for lodgement of proposal intention to participate - 23rd August 2019 @ 13:00 hrs Site visit - Week of 26th - 30th August 2019 Last date for respondents written questions through GETS - Monday 09th September 2019 @ 15:00 hrs RFP CLOSING DATE - FRIDAY 13TH SEPTEMBER 2019 @ 13:00 hrs",Awarded,,0,20250410 University of Auckland,21478333,Request for Proposals,Open Competition,SUPPLY OF BUILDING CONDITION SURVEY SERVICES,C19-044,20190823,20190920,20191115,,Sole Agency,No,,"The University of Auckland is inviting proposals to undertake a condition survey of a major portion of its building assets, to provide information that will help drive its asset renewals program. The University would like assets within 116 of its buildings to be inspected. The key points respondents should note are: ?They should read the instructions document carefully ? Complete and return the RESPONDENTS UNDERTAKING AND CONFIRMATION OF INTENTION TO LODGE PROPOSAL: (Document C) by email to gary.grainger@auckland.ac.nz before Monday 02 September 2019 ? Ensure any emailed communications mention the Universitys projects reference C19-044 in the subject line ? Ask written questions by GETS before the question period closes on Wednesday 11 September 2019 ? Provide responses by GETS before the closure date Friday 20 September 2019 ? Return the MS Excel Spreadsheet by GETS. In Tab 2 ensure all pricing elements are appended and the sample building is the Universitys General Library ? Ensure any supplementary documents are numbered and referenced in the MS Excel Spreadsheet",Awarded,,100000,20250410 University of Auckland,21771125,Request for Proposals,Open Competition,RFP C19-045 Gas Supply and Purchase - University of Auckland,C19-045,20191011,20191025,20191203,,Sole Agency,No,,"The University of Auckland is seeking proposals for the supply of Gas over duration's of 2 and 3 years. Additionally, bidders may choose to offer longer duration's on the understanding that it will benefit the UoA to consider such a term This RFP covers: Time of Use (ToU) Gas Procurement for three (3) ICP's; and Non-Time of use (non-ToU) gas procurement for 22 Total Combined load is ~27.5GWh per annum Site details and consumption are set out as part of the RFP documentation in Appendix A Please ensure Appendix C is read checked and followed before submitting a response. The RFP closing date is 25 October 2019 at 1400 hrs",Awarded,,0,20250410 University of Auckland,21913709,Request for Proposals,Closed Competition,RFP C19-047 Retail Outlet - Science Foyer Bldg 302 - University of Auckland,C19-047,20191108,20191129,20200330,,Sole Agency,No,,"The University of Auckland is seeking to appoint a Cafe style retail food outlet operator to enter into a Licence to Occupy and Retail Trading Agreement supplying high value, reasonable cost food services to meet the demands of the University of Auckland faculty of Science population in a site situated in building 302 ground floor foyer . More detail of the offering can be found in the 'Request for Proposal - Respondent Instructions' attached to this RFP Key dates regarding this RFP Last date for lodgement of proposal intention to participate - 15th November 2019 @ 13:00 hrs Site visit - Week of 18th - 22nd November 2019 Last date for respondents written questions through GETS - Monday 25th November 2019 @ 15:00 hrs RFP CLOSING DATE - FRIDAY 29TH November 2019 @ 15:00 hrs",Awarded,,0,20250410 University of Auckland,22140925,Request for Proposals,Open Competition,Super Resolution Microscope and Stand,C20-001,20200107,20200217,20201015,,Sole Agency,No,,"The University requires a point-scanning confocal microscope with stimulated emission depletion (STED) technology. This will be the first microscope with this functionality in New Zealand which we expect will attract an extremely broad range of potential users, both internally and externally. It is expected that this instrument will be a magnet for international collaborations and attract the top echelon of domestic and international postgraduate students to the University of Auckland.",Awarded,,0,20250410 University of Auckland,22359919,Request for Proposals,Open Competition,Transmission Electron Microscope High Performance Detector,C20-010,20200226,20200501,20201105,,Sole Agency,No,,"The University requires a High-performance Transmission Electron Microscope detector for the FEI TF20 microscope. This purchase is predominately motivated by our needs associated with single particle cryoEM, MicroED and continuous tilt tomography deliver the ultra-high sensitivity and resolution necessary for biological applications.",Awarded,,0,20250410 University of Auckland,22803924,Request for Proposals,Closed Competition,Supply of Lift Maintenance Services,C20-018,20200610,20200720,20201105,,Sole Agency,No,,"The University is inviting proposals to provide prescribed ongoing comprehensive maintenance services on the entire 122 lifts in the Universitys portfolio, under a University created Maintenance Services Agreement. A key objective of this RFP is to realise the economy of scale benefits achieved by awarding the Agreement to a single supplier servicing all Lifts. The Agreement is focused on the effective delivery of University specified planned preventative maintenance services from a reputable lift manufacturing and service company. Relevant experience and suitable resource capacity to undertake the required services are a prime criterion. Respondents will be invited to attend a site inspection before they submit their proposals. The successful service provider shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing PPM services to organisations with large and complex building types across a number of locations. The successful service provider shall accept the Equipment condition as inspected by them and reported in their proposal, and shall at all times during the term of the Agreement undertake and complete each scheduled service, and shall endeavour to maintain all the Equipment in such order as to prevent breakdown or failure of the Equipment within the scope defined in the Agreement. The Supplier shall also undertake whatever further attendances that may be reasonably required for the Supplier to satisfy itself that each service is being performed and completed.",Awarded,,0,20250410 University of Auckland,22882320,Request for Proposals,Closed Competition,BWOF & LIFT INSPECTION SERVICES,C20-011,20200626,20200807,20200922,,Sole Agency,No,,"The University of Auckland is looking for credible providers who have the capability, experience and infrastructure to deliver effective Management of a BWOF Programme. This is a unique opportunity to be part of a major New Zealand educational sector. The services in scope for this RFP include: * BWOF compliance management including annual inspection, periodical owners check and certification of a range of features * Obtaining 12A certification from other IQPs and auditing details on systems maintained by other service contractors * Provision and distribution of BWOF and provide expert opinion with regard to BWOF related regulatory requirements * Preparing monthly inspection reports * Liaising with the University and other interested parties as required Respondents will be invited to attend a site walk-through and will be shown a selection of buildings demonstrating the types and differences etc., before they submit their proposals and may also be invited to make a short presentation demonstrating their organisations suitability during the evaluation process.",Awarded,,500000,20250410 University of Auckland,22927239,Request for Proposals,Open Competition,Building Facade Contractor,C20-034,20200706,20200807,20201013,,Sole Agency,No,,"This Request for Proposal (RFP) is for Facade Contractors with the appropriate capacity and experience to deliver B201Redevelopment Project at the University of Aucklands City Campus. The B201 Redevelopment includes the full refurbishment of the existing B201E and B201N to extend the life of the building for at least another 50 years, with existing substructure and superstructure to remain. The project scope also includes structural strengthening, the construction of additional floor area, complete replacement of the external envelope, fitout and replacement of building services.",Awarded,,0,20250410 University of Auckland,23146107,Request for Proposals,Open Competition,C20-037 - Physiological Imaging Platform System,C20-037,20200820,20200915,20210423,,Sole Agency,No,,"The Department of Physiology within the Faculty of Medical and Health Sciences at the University of Auckland requires the purchase of a Physiological Imaging Platform System. This is a confocal microscope that is specifically configured for simultaneous physiological recording and confocal imaging. The proposed upright confocal microscope will be used for imaging of living preparations with simultaneous monitoring and recording of physiological, electrophysiological and neurophysiological signals. The system will be specially designed and integrated into a unique experimental platform containing the essential physiological apparatus and electronics to enable measurements of multi-modal variables. A specialised microscope stage will allow a range of living preparations to be studied such as in vivo anaesthetised rats and mice, artificially arterially perfused preparations, and tissue slices. The microscope will be equipped to allow control of temperature, humidity, oxygen, carbon dioxide and pH of the samples/preparations being imaged.",Awarded,,400000,20250410 University of Auckland,23154801,Request for Proposals,Closed Competition,Main Contractor RFP,C20-031,20200821,20200930,20201207,,Sole Agency,No,,"An Expression of Interest (EOI) process has resulted in a shortlist of Contractors who have been invited to participate in this Request for Proposal (RFP). This RFP focuses heavily on non-price attributes (weighted 75%), preliminary & general, trade, margin costs and commercial compliance (weighted 25%). The preferred contractor from this process will be asked to enter into a Preconstruction Services Contract (PSC) initially, to progress the Preconstruction Services as set out in the RFP Documents.",Awarded,awarded,0,20250410 University of Auckland,23315782,Request for Proposals,Open Competition,RFP C20-015 Accommodation Cleaning Services- University of Auckland,C20-015,20200918,20201023,20210225,Strategic Procurement,Sole Agency,No,,"The Universitys primary aim in issuing this RFP is to establish an agreement with a successful tenderer (s) for the provision of cleaning services for its accommodation buildings. Cleaning services will be divided in two specific accommodation building clusters (Zone 1 , Zone 2), and services related to two specific cleaning work streams the Common Area Clean and Residence Clean. Suppliers must be aware that only cleaning organisations that have an annual minimum turnover of $1 Million dollars or greater in the Auckland Region need submit a response for this RFP due to the scale of the service offered. Site visits will be organised during the period the RFP is out in the market however the times and frequecy of these visits may change due to Covid-19 restrictions. Please note that the closing date and time for this RFP is the 23rd October at 13:00hrs",Awarded,,0,20250410 University of Auckland,23465530,Request for Proposals,Open Competition,RFP C20-019 Non-TOU Electricity Purchase and Supply - University of Auckland,C20-019,20201016,20201102,20210701,Strategic Procurement,Sole Agency,No,,"The University of Auckland is seeking proposals for electricity purchase and supply durations of 24 & 36 month terms. Additional (extended terms) are not specifically requested, however will be considered if proven beneficial to the University. This RFP covers: Non-TOU Electricity Procurement for 37 metered ICPs; Unmetered Electricity Procurement for two (2) streetlight ICPs. Total Combined Electrical load is ~ 0.9GWh. Please be aware that the closing date for this RFP is 02 November 2020 at 1300hrs.",Awarded,,0,20250410 University of Auckland,23613641,Request for Proposals,Open Competition,C20-013: Pest Management Services,C20-013 / PS21-3-01,20201112,20201211,20210517,Strategic Procurement,Sole Agency,No,,"The overall objective of this Request for Proposal (RFP) is to establish a formal agreement (or agreements) for the provision of Pest Management at the specified locations. The University has described Pest Management as required in this RFP. Whilst the specified scope and schedules stipulate pest type requirements, the successful contractors are encouraged to develop and promote new ideas or approaches that are compatible with the University's operations and requirements, and commitment to achieving efficiency, service delivery enhancements, sustainability, and cost savings wherever possible.",Awarded,,0,20250410 University of Auckland,23793727,Request for Quotations,Closed Competition,C20-057 Real Estate Agent Services,C20-057,20201218,20210119,20210210,Strategic Procurement,Sole Agency,No,,"We are inviting Quotations for the sale of one of its properties, which requires responses to the particular needs and position of The University of Auckland.",Awarded,,0,20250410 University of Auckland,23879200,Request for Proposals,Open Competition,Thermal Vacuum Chamber (TVAC),C20-053,20210121,20210219,20210421,Strategic Procurement,Sole Agency,No,,"The Universitys Auckland Space Institute (ASI) requires a Thermal Vacuum Chamber (TVAC). An important part of space missions is the testing of the space structures and payloads. Obviously, the mission equipment must be able to sustain the conditions in space. The payloads and structures need to be tested in TVACs, because not only the vacuum conditions are challenging for the equipment, but also the thermal cycles, which occur in space. All facilities of the ASI are basically designed to enable the development and pre-launch qualification of payloads and structures with a size up to 16U Cubesat and a maximum mass of 50 kg. The TVAC will be used in most cases for standardised tests like those described in ECSS-E-10-03A or GSFC-STD-7000A.",Awarded,,300000,20250410 University of Auckland,23912616,Request for Proposals,Open Competition,Fume Cupboard Testing & Certification,C20-012,20210129,20210226,20210503,Strategic Procurement,Sole Agency,No,,"We are inviting proposals to provide Testing and Certification services on the entire portfolio of Fume Cupboards at the University of Auckland. A key objective of this RFP is to realise the economy of scale benefits achieved by awarding the Agreement to a single supplier servicing all Equipment. The Agreement is focused on the effective delivery of University specified planned preventative maintenance services from a reputable Fume Cupboard IQP maintenance, testing certification provider.",Awarded,,0,20250410 University of Auckland,24013444,Request for Proposals,Closed Competition,NeSI procurement 2021 - Mahuika Cluster Extension & Flexible HPC,,20210223,20210316,20210622,Strategic Procurement,Sole Agency,No,,"This RFP covers services and equipment for two HPC environments to support NeSIs national services to New Zealand research communities. An extension to the Mahuika HPC Cluster hosted in the NIWA HPC data Centre. A new small Flexible HPC cluster hosted at the University of Aucklands Tamaki Data Centre.",Awarded,University of Auckland is pleased to appoint HPE as the preferred supplier for supply of HPC Equipment and Support for Mahuika Extension and Flexi,2928417,20250410 University of Auckland,24122775,Request for Proposals,Open Competition,Gas Chromatography Triple Quadrupole Mass Spectrometer,C21-002,20210324,20210419,20210804,Strategic Procurement,Sole Agency,No,"1095 Coatesville-Riverhead Highway, Riverhead","The University of Auckland (the University) requires a Gas chromatography triple quadrupole mass spectrometer system (Triple Quad GC/MS). It must be a state-of-the-art fully integrated Triple Quad GC/MS system. It needs to be robust, reliable, easy to operate and maintain, and have excellent analytical performance. We expect outstanding and relevant local technical service and support with a demonstrable record. Support and technical assistance from application specialists is highly desirable, be it on-site or remote. It will be used mainly for the quantitative analyses of complex matrices such as food and wine. Mass spectrometry (MS) is a key tool for the researchers in Wine Science as it allows for fast, accurate and sensitive detection of metabolites in grape, wine and vineyard/winery environmental samples.",Awarded,,0,20250410 University of Auckland,24130872,Request for Proposals,Open Competition,Wavelength-dispersive X-Ray Fluorescence Spectrometer (WD-XRF),C21-001,20210325,20210423,20210621,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires a 4kW Wavelength-dispersive X-Ray Fluorescence Spectrometer (WD-XRF) that will be dedicated to high-precision minor and trace-element determination in a range of natural and synthetic materials. Please read the tender documents and note the procurement process milestones and closure dates: Last date for returning the Respondents Undertaking and Confirmation of Intention to Lodge Proposal table: Tuesday 06 April 2021, 13:00 (NZT) Last date for Respondents written questions: Tuesday 13 April 2021, 13:00 (NZT) RFP closing date: Friday 23 April 2021, 13:00 (NZT)",Awarded,,300000,20250410 University of Auckland,24162432,Request for Proposals,Open Competition,RFP C21-009 Finance of Debt Facility - Panel Suppliers,C21-009,20210401,20210421,20210610,Strategic Procurement,Sole Agency,No,,"The University of Auckland requesting suppliers submit responses for the financing of its debt facility. The facilities will be used for general corporate purposes including refinancing of any existing facilities and to fund capital projects. Facility Amount: Up to NZ$100 million of revolving cash advance facilities referred to as Facility B in the facility documentation. Facility Term: Facility term will be 2 years. Facility Structure and Number of Banks: The University will consider establishing a facility with up to three/four banks (Panel of Suppliers). In the event the University elects two or more banks, this would be expected to be under a bilateral arrangement with the allocation of facilities at the Universitys discretion. Closing Date for this RFP is 21st April 2021 @ 13:00 (NZT)",Awarded,,0,20250410 University of Auckland,24212424,Request for Proposals,Open Competition,EDM Wire Cutter,C21-020,20210419,20210513,20210908,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires a fine wire EDM for the manufacturing of small-scale, high tolerance parts for use in Biomedical research instrumentation.",Awarded,,0,20250410 University of Auckland,24327758,Request for Proposals,Open Competition,Autoclaves,C21-025,20210520,20210621,20211019,Strategic Procurement,Sole Agency,No,,"The University of Aucklands laboratory animal research facility requires two autoclaves that must be able to deliver the requirements of the Ministry for Primary Industries (MPI) Containment and the NZ Biosecurity Act 1993. The autoclaves must be able to meet the following standards AS/NZS 2243.3:2010, draft standard AS/NZS 2243.3:2019 and NZ Containment facilities for vertebrate lab animals - 154.03.03 and be supported by New Zealand based engineers. Respondents must read the tender's instructions (Doc A) carefully, especially the Respondents Checklist and return the Intention to Lodge (Doc C) as soon as possible and no later than Monday 31/05/2021, 13:00.",Awarded,,0,20250410 University of Auckland,24327986,Request for Proposals,Open Competition,Cage Washer,C21-026,20210520,20210621,20211019,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires a cage washer to replace an existing machine that has come to the end of its useful life. The replacement must be suitable for the cleaning and sanitisation of an array of laboratory animal associated equipment.The Cage Washer must be tried and tested, with a focus on reliability, meeting the operational requirements of the department. The chosen proposal must be backed by a supplier that has engineers in New Zealand who will provide prompt and efficient support. Respondents are asked to carefully read the tender instructions (DOC A), especially the Respondents Checklist, and return their Intention to Lodge (Doc C) and as soon as possible, but no later than 31/05/2021, 13:00.",Awarded,,0,20250410 University of Auckland,24500140,Request for Proposals,Open Competition,RFP C21-019 Panel of Suppliers for Construction Services - University of Auckland,C21-019,20210702,20210730,20220919,Strategic Procurement,Sole Agency,No,,"The University of Auckland (University) is seeking to identify suitable Suppliers of Contractor Services who will form a Panel of pre-qualified Suppliers for certain areas of Universitys Capital and Deferred Maintenance projects. There are a number of Panels (4) being formed by the University for delivery of Capital and Deferred Maintenance projects over the next 5+5 years. These Panels are as follows: - Main Contractor Capital Works - Value Band ($100k to $5M) - Main Contractor Capital Works - Value Band ($5M to $25M) - Building Envelope Works - Value Band ($100k plus) - Infrastructure - sub-discipline - Value Band ($100k plus) / sub-disciplines include : Passive Fire, Fire Protection Services, Mechanical Services, Electrical Services, Telecommunications Services, Plumbing and Drainage Services, Chiller/Cooling Tower Services, Vertical Transportation. Key Dates: - Last date for returning the Respondents Notice of Intention to Respond - Friday 9th July 2021, 13:00 (NZT) - Last date for Respondents written questions - Monday 26th July 2021, 13:00 (NZT) - RFP Closing Date - Friday 30th July 2021, 13:00 (NZT)",Awarded,,0,20250410 University of Auckland,24713446,Request for Proposals,Open Competition,RFP C21- 008 TOU Electricity Supply and Purchase - University of Auckland,C21-008,20210823,20210913,20210929,Strategic Procurement,Sole Agency,No,,"RFP - University of Auckland (UoA)Time of Use Electricity Purchase and Supply. The UoA is seeking proposals for supply durations of 12, 24 & 36 month terms, and (preferably) from 100% renewable generation sources. Additional (extended terms) are not specifically requested, however will be considered if proven beneficial, as will the provision of Renewable Energy Certificates (if not 100% carboNZero Certified) to meet the UoAs sustainability goals. The UoA will also consider a long-term Power Purchase Agreement (PPA) tied to a renewable energy source (e.g. PV farm) that is certified as carbon zero with any surplus/deficit electricity managed through the retailer complete with associated carbon certification. A PPA could be for 10, 15 or 20 years. This RFP covers: TOU Electricity Procurement for 19 metered ICPs, all located in Auckland CBD. Total Combined Electrical load is ~ 31.4GWh. per annum. RFP Closing Date and Time: Friday 13th Sept 2021 @ 1300 hrs",Awarded,,0,20250410 University of Auckland,24719321,Request for Proposals,Open Competition,University of Auckland On-Demand Collection Shelving & Installation,C21-042,20210824,20210914,20211004,Strategic Procurement,Sole Agency,No,,"The University of Auckland Libraries requires additional shelving to be delivered and installed onsite for the On Demand Collection (ODC) located in Highbrook, Auckland. Libraries and Learning Services (LLS) are committed to having high-use relevant materials on campus and providing on demand access to the balance of physical collections. This enables LLS to continue to provide a rapid delivery service to users, while increasing space on campus for student services and spaces.",Awarded,,0,20250410 University of Auckland,24792022,Request for Proposals,Open Competition,RFP C21-013 Internal Audit Services - University of Auckland,C21- 013,20210910,20211008,20220401,Strategic Procurement,Sole Agency,No,,"he University of Auckland is looking for provider who has the capability, track record and experience to manage the large University internal audit programme and deliver proposed audits for a minimum of 3 years. The University applies the risk-based methodology to develop its internal audit programme which is based on a three-year rolling plan and is reviewed/updated on an annual basis. The programme may cover any areas of the University and is aimed to provide a balance between the assurance over core controls, systems and processes and the improvement opportunities to enhance processes and provide control advice on emerging risks. Duties Include: University Audit and Risk Committee Meeting Duties University Internal Audit Plan - Implementation University Internal Audit Programme Planning for following year - Design Ad-Hoc Risk and Control Workshops Closing date for this RFP is Friday, 01 October, 2021, 13:00 hrs.",Awarded,,0,20250410 University of Auckland,24825707,Request for Proposals,Open Competition,Fluorescence-activated cell sorting (FACS) Instrument,C21-024,20210917,20211015,20220125,Strategic Procurement,Sole Agency,No,,"The University of Auckland (the University) was founded in 1883 and is New Zealands (NZ) leading university, with the highest ranking of any NZ university in the World Top 100 Universities (QS Rankings) and The Times Top 250 World Universities. It is also NZs largest university, with just under 40,000 students and 4,700 full time staff. The University is committed to academic and operational excellence, with one of its strategic goals being to safeguard the long-term viability and autonomy of the University of Auckland through excellent financial management. To this end, the University has embarked on procurement initiatives that ensure we implement quality-based supply relationships that provide outstanding value and service. The University requires a Fluorescence Activated Cell Sorter (FACS) to be housed at the Biomedical Imaging Research Unit (BIRU), located within the School of Medical Sciences (SMS) in the Faculty of Medical and Health Sciences. The purpose of this RFP is to provide potential Respondents with details about the requirement and to stipulate instructions on how to make an offer.",Awarded,,0,20250410 University of Auckland,24883313,Request for Proposals,Open Competition,C21-047: Peristaltic Pumps,C21-047,20210929,20211022,20211101,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires 26 peristaltic pumps - bench mounted, lightweight, one channel peristaltic pumps that provide accurate, constant flow rates.",Awarded,,0,20250410 University of Auckland,25196400,Request for Tenders,Open Competition,Supply of Fire System Services Testing & Maintenance and Hand Operated Fire Equipment Maintenance,PS21-03-01,20211203,20220128,20220317,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed ongoing services (under a University-created Maintenance Services Agreement) covering: Fire System Services Testing and Maintenance. This includes a defined range of fire system equipment, including Automatic Sprinkler systems, Automatic Alarm systems, Manual Alarm systems, Gas Suppression systems, Foam Suppression systems, Aspirating smoke detection systems, Beam detection systems, Charged and Dry Hydrant Riser mains, Evacuation Warning Information Systems (EWIS), Smoke and fire curtain containment systems, Smoke and fire interfaced systems, Pre-action systems, Back Flow Preventers (BFPs); Hand Operated Fire Equipment Maintenance. This is comprised of Fire Extinguishers (FE), Fire Hose Reels (FHR) and Fire Blankets (FB). Fire Extinguishers are the most common form of Portable Fire Equipment utilised by the University. All equipment is maintained and reported on in accordance with NZS4503:2005. Tenderers may submit tenders for one or both of (a) Fire System Services Testing and Maintenance; and (b) Hand Operated Fire Equipment Maintenance. Relevant experience and suitable resource capacity to undertake the required services are a prime criterion. The successful service provider shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing the required services to organisations of a similar size with similar Equipment. Respondents are invited to attend a site inspection before they submit their tenders.",Awarded,"The successful tenderer for Fire System Services Testing and Maintenance was Argus Fire Protection. The successful tenderer for Hand Operated Fire Equipment Maintenance was Actron Fire Services. Thank you for taking part in this process. You should have received an individual email regarding the result of this tender. If you have not received this email, please contact Michael De Courcy (GBG Audit and Risk Ltd) - mdecourcy@gbgaudit.com.",0,20250410 University of Auckland,25375929,Request for Proposals,Open Competition,High Resolution Mass Spectrometer,C22-008,20220208,20220308,20221003,Strategic Procurement,Sole Agency,No,,"The University requires a High-Resolution Tandem Mass Spectrometer with an Ultra High Pressure Liquid Chromatography (UPLC) system to be housed within The Liggins Institute. The Liggins Institute, at the Universitys Grafton campus, is a multi-disciplinary research institute, committed to biomedical and clinical research of an international standard in areas of major health importance. The Institute has a long history in mass spectrometry-based research dating back to 2004 and has academic and professional staff with considerable experience in this field.",Awarded,,0,20250410 University of Auckland,25516863,Request for Tenders,Open Competition,University of Auckland - Chiller Equipment: Planned and Reactive Maintenance Services,PS22-03-01,20220310,20220407,20220609,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed ongoing services (under a University-created Maintenance Services Agreement) covering: ** Planned maintenance (monthly, six-monthly, annually) for Chillers and Chiller Optimisation Units across the University of Auckland central campuses (City, Grafton, Newmarket, Epsom); ** Reactive maintenance (as required) for Chillers and Chiller Optimisation Units; Relevant experience and suitable resource capacity to undertake the required services are a prime criterion. The successful service provider shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing the required services to organisations of a similar size with similar Equipment. Respondents are invited to attend a site inspection before they submit their tenders.",Awarded,"The successful tenderer was Johnson Controls NZ Ltd. Thank you for your time and effort in taking part in this process. You should have received an individual email regarding the result of this tender. If you have not received this email, please contact Michael De Courcy (GBG Audit and Risk Ltd) - mdecourcy@gbgaudit.com.",0,20250410 University of Auckland,25519652,Request for Proposals,Open Competition,Liquid Chromatograph - High Resolution Mass Spectrometer,C22-001,20220310,20220412,20221010,Strategic Procurement,Sole Agency,No,,"The University of Auckland (the University) requires a Liquid Chromatography High-Resolution Mass Spectrometer system (LC-HRMS). It must be a state-of-the-art fully integrated LC-HRMS system. It needs to be robust, reliable, easy to operate and maintain and have excellent analytical performance. We expect outstanding and relevant local technical service and support with a demonstrable record. Support and technical assistance from application specialists are highly desirable, be it on-site or remote.",Awarded,,0,20250410 University of Auckland,25529240,Request for Proposals,Open Competition,Procurement of two Autoclaves,C22-002,20220314,20220414,20220922,Strategic Procurement,Sole Agency,No,,"The University of Aucklands Faculty of Sciences, School of Biological Sciences (SBS) wishes to purchase 2 high-quality, Class B autoclaves that meet our needs and improve our operations with minimal expectation of mechanical failure. Autoclave capacity and space requirements, overall cost of installation and maintenance, will be under consideration. We expect to purchase both machines from a single supplier and they must be able to deliver the requirements of a Ministry for Primary Industries (MPI) Containment Facility and the NZ Biosecurity Act 1993. Specifically, the autoclaves must be able to meet standards AS/NZS 2243.3:2010, draft standard AS/NZS 2243.3:2019 and a number of MPI Facility Standards.",Awarded,,0,20250410 University of Auckland,25548235,Request for Tenders,Open Competition,University of Auckland - Graffiti Management Services,PS22-03-02,20220318,20220414,20220818,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed ongoing Graffiti Management Services, including: Day Service Proactive Management: Monday to Friday (standard business hours, non-weekend) proactive service in identification and resolution of graffiti located on University of Auckland owned or leased premises across City, Grafton, Epsom, Manukau and Newmarket campuses Weekends/ Public Statutory Holidays Weekends / Public statutory holidays (non-business hours) reactive service outside the agreed monthly fixed priced. This is normally to address visual content either impacting on general public or damaging to the Universities brand, public image or reputation. Sundry Adhoc Services Adhoc services that periodically arise during standard business hours throughout the University of Auckland academic year including (a) annual clean and repaint of a spray booth; (b) commercial sacrificial anti-graffiti coating; (c) specialised chemical application; and (d) surface repainting. The following GETS Attachments provide tender information and submission templates: ** Document A RFT Instructions for Respondents ** Document B Intention to Lodge (to be completed and emailed to mdecourcy@gbaudit.com - preferably by 1pm Monday, 28 March 2022, prior to the site visit on 31 March 2022) ** Document C RFT Response Form. Relevant experience and suitable resource capacity to undertake the required services are a prime criterion. The successful service provider shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing the required services to organisations of a similar size with similar Equipment. Respondents are invited to attend a site visit before they submit their tenders. If an organisation wishes to participate in the process take part in the site visit they should complete and email Attachment B ""Intention to Lodge) to mdecourcy@gbaudit.com - preferably by 1pm Monday, 28 March 2022.",Awarded,"The successful tenderer was Civic Ltd. Thank you for your time and effort in taking part in this process. You should have received an individual email regarding the result of this tender. If you have not received this email, please contact Michael De Courcy (GBG Audit and Risk Ltd) - mdecourcy@gbgaudit.com.",0,20250410 University of Auckland,25601784,Request for Proposals,Open Competition,UoA FINANCIAL PLANNING TOOL,,20220328,20220429,20221110,Strategic Procurement,Sole Agency,No,,"The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier for the supply of a Financial Planning Tool and a Partner who delivers a solution that: ? Assists the University to meet its objectives. ? Move to a SaaS-based solution to enable continuous improvements and the ability to keep up with global ERP trends. ? Provide an integrated planning system in which actual and forecast FTE information can be combined with financial information to provide a comprehensive view. ? To address Workforce Planning strategic initiative and enable delivery of priorities in Taumata Teitei People and Culture, Research and Innovation, and Enabling Environment ? Enables benefits from the effective use of technology such as. ? Improved processing efficiency, achieved through the removal of spreadsheets, integration, and provide information transparency. ? Improved operational efficiency, achieved through utilising a SaaS based solution. ? Improved staff utilisation and satisfaction, achieved through the removal of feral spreadsheets that require maintenance and manual manipulation. ? Provides a cost effective and administratively efficient outcome",Awarded,UoA is formally notifying you that Deloitte has been selected as the preferred Implementation Partner following the Financial Planning Tool market process.,0,20250410 University of Auckland,25668012,Request for Proposals,Open Competition,RFP C22-017 Dual Channel Chromatography System,C22-017,20220408,20220506,20220905,Strategic Procurement,Sole Agency,No,,"The University is looking for: Dual channel Ion Chromatography (IC) system that will be dedicated to analyse anions and cations in water samples such as wastewater and stormwater. We expect the operation of a high-quality, high-spec IC to support research in current research programmes and open new postgraduate research opportunities and collaborations in the Environmental Engineering field. It is expected that the supplier has an Auckland or North Island (New Zealand) based technical team to provide on-site support as required. Closing Date / Time for submissions is Friday 29th April 2022 @ 1300 hrs.",Awarded,,0,20250410 University of Auckland,25729683,Request for Proposals,Open Competition,RFP C22-015 Dynamic Shear Rheometer (DSR),C22-015,20220427,20220525,20220905,Strategic Procurement,Sole Agency,No,,"The University requires: An oscillatory rheometer operating in cone-and-plate and parallel plate modes to characterise the complex flow properties of fluids. The proposed instrument should be modular, such that additional capabilities can easily be added (e.g. DMA). The instrument should be capable of testing to high temperatures, allowing measurements from -160 to 600 C. The particular instrument should allow measurement over a broad range of viscosities, allowing measurements of thermoset resin curing, chemical modification of thermoplastics as well monitoring thermal degradation of polymers as well as bituminous binders. Closing Date / Time for submissions is Wednesday 25th May 2022 @ 1300 hrs.",Awarded,,0,20250410 University of Auckland,25754137,Request for Tenders,Open Competition,University of Auckland - Automatic and Roller Doors: Planned and Reactive Maintenance Services,PS22-03-03,20220505,20220602,20221001,Strategic Procurement,Sole Agency,No,5 Whangaparaoa Road,"The University is inviting tenders to provide prescribed ongoing services (under a University-created Maintenance Services Agreement) covering: ** Planned and reactive maintenance services for Automatic (Sliding) Doors across the University of Auckland central campuses (City, Grafton, Newmarket, Epsom) with 1 Door in Whangarei; ** Planned and reactive maintenance services for (Automatic) Roller Doors across the University of Auckland central campuses (City, Grafton, Newmarket, Epsom) with a small number of Doors in Whangarei, on Waiheke Island and at Leigh. Tenderers may submit tenders for one or both of (a) Automatic Sliding Doors; and (b) Automatic Roller Doors. The contract will be for an initial 3-year term with the possibility of two contract extensions and a maximum term of 9 years, subject to meeting the University's performance requirements. Relevant experience and suitable resource capacity to undertake the required services are a prime criterion. The successful service provider shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing the required services to organisations of a similar size with similar Equipment.",Awarded,"The successful tenderer was Duffett Doors & Grilles Ltd. Thank you for your time and effort in taking part in this process. You should have received an individual email regarding the result of this tender. If you have not received this email, please contact Michael De Courcy (GBG Audit and Risk Ltd) - mdecourcy@gbgaudit.com.",0,20250410 University of Auckland,25754782,Request for Proposals,Open Competition,University of Auckland - Single Cell Sorter,C22-003,20220505,20220602,20220801,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires a cell sorter able to support single cell sorting applications, for a variety of research applications that require tiny sort volumes (for genomics applications) as well as sorting rare cell populations or sensitive cell populations that do not survive during a standard cell sort (due to the pressure required). This procurement will provide the capability for single cell sorting in a manner that is sufficiently effective for microeukaryote, prokaryote, rare, or sensitive cells from mixed population environmental samples. The School of Biological Sciences within the Faculty of Science is located at the Universitys city campus. This is a multi-disciplinary research facility. This particular procurement will assist in the support of seven key research groups, including groups headed up by Anna Brooks, Rod Dunbar and Kim Handley who are leaders in their fields of immunology and microbial genomics. The School has a long history in cell sorting research and has academic and professional staff with considerable experience in this field",Awarded,,0,20250410 University of Auckland,25770164,Request for Tenders,Closed Competition,C21-041a B104 Old Choral Hall RFP Re-tender,C21-041a,20220509,20220620,20230321,Strategic Procurement,Sole Agency,No,,"The University is seeking to partner with a contractor that has experienced personnel who: - understand large complex construction projects in detail; - have the ability to work closely with the client and consultants in a collaborative manner; and - can adequately plan and manage subcontractors to deliver a high-quality building.",Not Awarded,,0,20250410 University of Auckland,25862527,Request for Proposals,Open Competition,Plate Reader,C22-005,20220530,20220629,20220922,Strategic Procurement,Sole Agency,No,,"The University requires a high-specification multi-mode plate reader. The multi-mode plate reader is expected to be a benchtop unit with an integrated or separate computer that runs the required software. This plate reader must be able to conduct assays in a variety of multi-well plate types (e.g. 6 to 384 wells from various suppliers) and be capable of performing a wide range of measurement types including absorbance, fluorescence (monochromator based) and luminescence, fluorescence polarization, time-resolved fluorescence (TRF), HTRF and Alpha.",Awarded,,0,20250410 University of Auckland,26179427,Request for Proposals,Open Competition,RFP C22-010 TOU Electricity Supply and Purchase - University of Auckland,C22-010,20220815,20220830,20220920,Strategic Procurement,Sole Agency,No,,"RFP - University of Auckland (UoA)Time of Use Electricity Purchase and Supply. The UoA is seeking proposals for supply durations of 12, 18 & 24 month terms, and (preferably) from 100% renewable generation sources. Additional (extended terms) are not specifically requested, however will be considered if proven beneficial as will the provision of Renewable Energy Certificates (if not 100% carboNZero Certified) to meet the UoAs sustainability principles and Net Zero Carbon commitments. This RFP covers: TOU Electricity Procurement for 33 metered ICPs, located in Auckland on the Vectors Auckland network (Entrust district) with one metered ICP being located at Goat Island Road, Leigh on Vectors Northern network; Electricity Purchase for 2 x ToU ICPs. Total Combined Electrical load is ~ 35GWh per annum RFP Closing Date and Time: Tuesday 30th Aug 2022 @ 1300 hrs",Awarded,,11000000,20250410 University of Auckland,26230564,Request for Proposals,Open Competition,Automated Slider Scanner,C22-030,20220829,20220923,20221201,Strategic Procurement,On behalf of procurement agent,No,,"The Biomedical Imagining Research Unit within the Faculty of Medical and Health Sciences requires an automated slide-scanner capable of imaging tissue sections in both brightfield and polarised light mode. The slide-scanner should be equipped with a slide-loader to allow high throughput. Other transmitted light modes would be an advantage and if funds allow, fluorescence imaging capability will be included in the proposal. Software should be easy to use for a trained user and it should be possible to export images into standard formats suitable for a wide range of image processing software including open source. We do not want a system that does not provide polarised light microscopy capability. A slide-loader is also required",Awarded,,0,20250410 University of Auckland,26252681,Request for Proposals,Open Competition,Chemical Waste Disposal,C22-012,20220901,20221007,20230210,Strategic Procurement,Sole Agency,No,,,Awarded,,0,20250410 University of Auckland,26314657,Request for Proposals,Open Competition,X-Ray Radiotherapy Machine,C22-038,20220912,20221007,20230511,Strategic Procurement,Sole Agency,No,,"The University requires a 320 kV X-Ray Cabinet Irradiator that would allow for both small animal (Zebra fish, mice) radiation therapy studies, as well as treatment of cells and other biological materials.",Awarded,,0,20250410 University of Auckland,26326594,Request for Proposals,Open Competition,NMR Machine,C22-037,20220913,20221010,20221214,Strategic Procurement,Sole Agency,No,,,Awarded,,0,20250410 University of Auckland,26372368,Request for Proposals,Closed Competition,Recreation and Wellness Centre System,,20220922,20221007,20230418,Strategic Procurement,Sole Agency,No,,"The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier for the supply of a new Recreational and Wellness Centre solution, and who delivers a solution that: ? Assists the University to meet its strategic objective of opening the new Recreation and Wellness Centre, well supported by modern operational and customer experience processes and systems ? Enables benefits from the effective use of technology, such as the ability to tailor and delivery an enhanced customer experience, leading to greater attraction and retention of members ? Provides a cost effective and administratively efficient outcome, through provision of a scalable, expandable and extensible solution that integrates with other systems used in the centre and across the University. ? Can be delivered in a staged approach, with value delivered at each stage of the programme of work Note to Suppliers- The pricing should be provided as a separate file. Please use Appendix C for Pricing.",Awarded,I am formally notifying you that Fusion has been selected as the preferred Partner following the Recreation and Wellness Centre market process.,0,20250410 University of Auckland,26439451,Request for Tenders,Open Competition,Cooling Tower Dosing & Closed Systems,PS22-03-05,20221007,20221107,20230523,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed ongoing services (under a University-created Maintenance Services Agreement). The services include: Provision of Maintenance and Dosing Activities for Cooling Towers and Closed HVAC Water Systems Further detail is contained within the attached RFT instructions document and Response Template.",Awarded,,153000,20250410 University of Auckland,26471823,Request for Proposals,Open Competition,RFP C22-009 Gas Supply and Purchase - University of Auckland,C22-009,20221013,20221026,20221201,Strategic Procurement,Sole Agency,No,,"The UoA is seeking proposals for supply durations of 12, 24 & 36 month terms. Additionally, bidders may choose to offer longer durations on the understanding that it will benefit the UoA to consider such a term.. This RFP covers: Time of Use (ToU) Gas Procurement for three (3) ICPs; and Non-Time of use (non-ToU) gas procurement for 20. Total Combined load is ~ 78,583GJ per annum Site details and a forecast of consumption are included in the attached Excel spreadsheet (Appendix A). Please note the detail regarding natural gas supply to the following sites during the contract period: Building 450 (5 Whitaker Place, Grafton,) ICP 1001282909QT700 will be vacated at the end of January 2023, but will consume a small amount of gas until such time as the supply is decommissioned. Building 602/603 (27 Whitaker Place, Grafton) ICP 0000225591QTE81 will be vacated in December 2022, but will consume a small amount of gas until such time as the supply is decommissioned. Bidder evaluation questions & (required) responses are included in the attached Excel spreadsheet (Appendix B). Bidders must complete (and return) Appendix C Response Checklist. The RFP closing date is 26 October 2022 at 1300 hrs",Awarded,,6000000,20250410 University of Auckland,26538783,Request for Tenders,Open Competition,Facilities Management Services at UOA Grafton Campus,PS22-03-06,20221026,20221124,20230210,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed ongoing services (under a University-created Maintenance Service Agreement) The services include: Provision of Facilities Management Services in relation to UOA Grafton Campus. Further detail is contained within the attached RFT instructions document and Response Template.",Awarded,"Please note the successful tenderer for this project was: Aquaheat Facility Services Limited Thankyou for taking the time to submit your tender and be part of this process.",4000000,20250410 University of Auckland,26611970,Request for Tenders,Closed Competition,B201 Provision FFE: Workstation Package,PS22-03-07,20221110,20221202,20230120,Strategic Procurement,Sole Agency,No,,"B201, at 10 Symonds Street, is being refurbished to a 6 Greenstar benchmark as part of the shovel ready projects programme from Crown Infrastructure. The project goal is to refurbish the existing 9 levels and close in the courtyard with an atrium. Project completion is scheduled for mid-year 2023. This procurement project is for the purchase of select furniture items for the fit out of B201 in alignment with University standard equipment and selected specified items. The objective of the project is to engage multiple furniture providers for the B201 FFE: Workstation Package. Tender will be awarded for individual items best meeting the weighted selection criteria.",Awarded,"Tenders were accepted from the following respondents who have been contacted separately with Purchase Order numbers for specific items: Aspect Bourneville Furniture Group Harrows Simon James Smartspace Unison Zenith",1985279,20250410 University of Auckland,26632087,Request for Proposals,Closed Competition,Tai Tokerau Campus Redevelopment Consultancy,PS22-02-02,20221115,20221214,20230324,Strategic Procurement,Sole Agency,No,,"The University is inviting proposals to provide Consultant Design Services for the Te Papa Ako o Tai Tokerau (Tai Tokerau Campus) Campus Redevelopment in the Whangarei CBD within Te Tai Tokerau (Northland). It is a significant gateway campus for the University of Auckland and the Te Tai Tokerau Community. The Tai Tokerau Campus provides accommodation for the activities of a number of faculties including the Faculty of Education and Social Work (EDSW), Nursing and Maori Business Development staff as well as providing a base for researchers and professional staff undertaking work in the region. This RFP is to engage the following consultants: Architect, Services Engineer, and Structural Engineer.",Awarded,"Please note the successful tenderers for this project were: Architectural Services - Architectus Aotearoa Limited Structural Engineer - Beca Limited Services Engineer - Beca Limited Thankyou for taking the time to submit your tender and be part of this process.",725000,20250410 University of Auckland,26694252,Request for Tenders,Closed Competition,B201 FFE: Public Space Furniture Package,PS22-03-08,20221130,20230120,20230320,Strategic Procurement,Sole Agency,No,,"B201, at 10 Symonds Street, is being refurbished to a 6 Greenstar benchmark as part of the shovel ready projects programme from Crown Infrastructure. The project goal is to refurbish the existing 9 levels and close in the courtyard with an atrium. Project completion is scheduled for mid-year 2023. This procurement project is for the purchase of select furniture items for the fit out of B201 in alignment with University standard equipment and selected specified items. The objective of the project is to engage multiple furniture providers for the B201 FFE: Public Spaces Package. Tender will be awarded for individual items best meeting the weighted selection criteria.",Awarded,"Please note that that the successful tenderers for B201 Public Space FFE Tender were: BFG Fletcher Design Harrows Kada Unison Our sincere thanks to all vendors who submitted a tender submission.",0,20250410 University of Auckland,26802777,Request for Proposals,Open Competition,Quantitative Field Emission Scanning Electron Microscopy,C23-003,20230116,20230224,20230701,Strategic Procurement,Sole Agency,No,,"The University requires a Field-Emission Gun Scanning Electron Microscope capable of standards based quantitative elemental analysis (QFEGSEM) is requested. This instrument will perform high-resolution electron imaging and major-element quantitative analysis on a broad range of samples including geological, environmental, non-conductive, conductive, archaeological, biological and materials science specimens to name a few.",Awarded,,0,20250410 University of Auckland,26804992,Request for Proposals,Open Competition,Field Emission Scanning Electron Microscope x 2,C23-004,20230116,20230224,20230701,Strategic Procurement,Sole Agency,No,,"Three systems are requested, to perform high resolution imaging/analysis via an electron source for investigation of a wide range of material samples, including conductive, non-conductive and magnetic/magnetisable specimens. This will be performed for the purpose of research and teaching in a core facility, supporting users from the Faculties of Engineering, Science, Medical and Health Science, and Arts at University of Auckland, other universities, research institutes and selected commercial clients. We expect the operation these state-of-the-art instruments to open new postgraduate research opportunities and collaborations across all fields of research throughout New Zealand. o It is expected that all three systems will be purchased through the same organisation, even if some items are supplied from third parties. o The preference is to select a supplier with NZ based technical service and application support.",Awarded,,0,20250410 University of Auckland,27069220,Request for Quotations,Closed Competition,Mental Health Clinical Support Services,C23-023,20230310,20230324,20230801,Strategic Procurement,Syndicated Opportunity,No,"49 Symonds Street, Auckland CBD","The University is seeking to partner with a Supplier with proven capabilities in providing Mental Health Clinical Support as part of the Ministry of Social Developments Syndicated Agreement. These services would include but are not limited to, Counselling Services, Critical Incident Support and Trauma Support. We may also be interested in Career Transition Support, Coaching Services, Occupational Health partnerships, Workplace Mental Health Assessments, Wellbeing Webinars and Seminars and other offerings in the wellbeing space, to support staff.",Awarded,,0,20250410 University of Auckland,27110515,Request for Proposals,Open Competition,Multi-Channel Pressure Measurement System,C23-029,20230320,20230421,20230616,Strategic Procurement,Sole Agency,No,,"The University requires a Multi-channel synchronous pressure measurement system with 640 channels, expandable to at least 1024 channels The multi-channel synchronous pressure measurement system will primarily be used to undertake pressure measurements on models in our Boundary Layer Wind Tunnel for wind engineering, aeronautical and aerodynamic research studies.",Awarded,,0,20250410 University of Auckland,27126700,Request for Quotations,Closed Competition,ACC Third Party Injury Management,C23-021,20230321,20230405,20230523,Strategic Procurement,Syndicated Opportunity,No,,"The University is seeking to partner with a Supplier with proven capabilities in providing ACC Claims Management as part of the Ministry of Social Developments Syndicated Agreement. These services would include but are not limited to: The triage and assessment of claims Determining and making cover recommendations Registration of claims Undertaking initial needs assessments, if required Pro-active rehabilitation and administration of claims Where applicable producing action and rehabilitation plans Undertaking required/statutory reporting to ACC Offering a pain and discomfort service to provide early intervention and support for employees suffering from pain and discomfort, independent of an ACC claim. Representation of the University at the ACC AEP annual audit Assessment and payment of invoices to treatment providers for authorised services. This must align with the Universitys approval delegations Where applicable, liaising with the University to ensure weekly compensation entitlements are advised to payroll within set timeframes Having access to medical and legal expertise Producing regular monthly reports for claims Attending monthly meetings with the University to review claims",Awarded,,0,20250410 University of Auckland,27146410,Request for Proposals,Closed Competition,Curriculum Management Tool,,20230328,20230614,20231106,Strategic Procurement,Sole Agency,No,,"University of Auckland is looking for an integrated curriculum management system in place the University will: 1. have a single source of truth, with all information on courses mastered in a single system 2. have consistent governance, with simple automated workflows for review and approval processes. This will allow staff to focus on value-add activities and enable audit of programme development and approval activities. 3. improve efficiencies by automatically publishing consistent data to multiple systems. 4. have simple processes for development and approval of marketing materials 5. effectively manage curriculum mapping with all courses and programmes linked clearly to learner outcomes and the graduate profile. Detailed overview of current and future state along with requirements can be found in the RFP Pack.",Awarded,University of Auckland is pleased to award the curriculum management Tool to Global IT Factory.,0,20250410 University of Auckland,27174118,Request for Proposals,Open Competition,RFP C23-024 Wave Flume Design and Wave Maker,C23-024,20230331,20230428,20231201,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires A wave paddle with a controller and software capable of generating waves for experimental research as per the attached specifications. The offering should also involve a design for the associated flume that we could manufacture/build within the country and assemble it to suit the wave paddle and controller specified. The University also requires the wave paddle, controller and software to be supported and maintained for a period of 5 years (or longer) based on a certain level of remote service or through in-person services in the premises We do not want a partial solution; we require only submissions that can include the wave paddle controller and the flume design combined from a single source supplier. RFP Closing date is 28/04/2023 @1300 hrs NZT.",Awarded,,320000,20250410 University of Auckland,27285291,Request for Proposals,Open Competition,Freezer Alarm Systems,C22-040,20230424,20230526,20231201,Strategic Procurement,Sole Agency,No,,The University requires a system to provide remote alarms for freezers and other equipment that needs controlled parameter (such as humidity). The system should serve ~100 ultra-cold freezers (-80C) and provide alert to mobile devices/ computers when temperatures increase above a set threshold. The system comprises of individual sensors for each freezer that connect to a centralised (web-based) system that can provide alert to mobile devices (via text or web accessibility) or computers.,Awarded,,0,20250410 University of Auckland,27403343,Request for Proposals,Open Competition,Liquid Chromatography - High Resolution Mass Spectrometer,C23-011,20230517,20230615,20231009,Strategic Procurement,Sole Agency,No,49 Symonds Street,"The University of Auckland requires a liquid chromatography high-resolution tandem mass spectrometry system (LC-HRMS/MS) capable of delivering gradients at micro-analytical flowrates (5-500ul/min). It must be a state-of-the-art, fully integrated LC-ESI-HRMS system.",Awarded,,0,20250410 University of Auckland,27505900,Request for Proposals,Closed Competition,Car Parking Operator for Owen G Glenn Building,,20230607,20230706,20240812,Strategic Procurement,Sole Agency,No,,"The objective in releasing this Request for Proposal (RFP) is to identify a preferred supplier for operation of the car parking within the Owen G Glenn Building (OGGB) and who delivers a solution that: ? Assists the University to meet the urgent objective of optimising the utilisation of the existing car parking spaces within the OGGB, so that there is sufficient capacity to accommodate the additional staff moving from Epsom campus ? Enables benefits from the effective use of technology, by progressively upgrading or replacing existing Parking Access and Revenue Control System (PARCS) equipment ? Provides a cost effective and administratively efficient outcome, so that UoA departments including Property Services, Facilities Management and Security can use their time on higher value activities ? Can contribute to a more flexible, and sustainable, parking ecosystem across the University",Awarded,,0,20250410 University of Auckland,27599118,Request for Proposals,Open Competition,Gas Chromatography - Mass Spectrometer,C23-012,20230623,20230721,20231024,Strategic Procurement,Sole Agency,No,,"The University requires a gas chromatography-single quadrupole mass spectrometer system (GC-MS). It must be a state-of-the-art, fully integrated GC-MS system. We expect outstanding and relevant local technical service and support with a demonstrable record.",Awarded,,0,20250410 University of Auckland,27676931,Request for Proposals,Open Competition,C23-034 Recreation & Wellness Centre- Sports & Recreation Equipment,C23-034,20230707,20230727,20231012,Strategic Procurement,Sole Agency,No,"62 Spring Street, Onehunga","In 2019, construction commenced on the Universitys innovative, state-of-the-art Recreation and Wellness Centre. The construction programme is scheduled for completion in June 2024. This facility will serve as the new hub for our Campus Life division, offering an enhanced space for our burgeoning sports and recreation programs. The BOM set out as part of this RFP covers a large range of Gym setting equipment. RFP closes on the 27th July at 14:00 hrs NZT",Awarded,,3100000,20250410 University of Auckland,27725573,Request for Proposals,Open Competition,Lightsheet Fluorescence Microscope,C23-005,20230719,20230815,20231211,Strategic Procurement,Sole Agency,No,,"The University requires a Light Sheet Microscope, this acquisition will be the first light sheet microscopy system available in New Zealand. The purchase of the light sheet will not only replace the current live cell imaging confocal but also provide access to cutting edge state-of-the-art technology.",Awarded,,0,20250410 University of Auckland,27797926,Request for Tenders,Open Competition,Drainage System Maintenance Services,PS23-03-02,20230801,20230906,20240325,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed ongoing services (under a University-created Maintenance Service Agreement). The services include: Provision of Preventative and Corrective Drainage System Maintenance Services in Relation to UoA City, Grafton & Leigh Campuses. Further detail is contained within the attached RFT Instructions document and Response Template.",Awarded,"Please note that the successful tenderer for the Drainage System Maintenance Services Tender was Intergroup Limited, Our sincere thanks to all vendors who submitted a tender submission",180000,20250410 University of Auckland,27798669,Request for Proposals,Open Competition,C23-007 Retail - Social Science Atrium B201,C23-007,20230731,20230828,20240116,Strategic Procurement,Sole Agency,No,62 Spring Street,"The University of Auckland is seeking to appoint an Operator to enter into a Licence to Occupy and Retail Trading Agreement to supply food that offers speed, convenience, quality and value for money to meet the demands of the University of Auckland student and staff population in the atrium of the University of Auckland Social Sciences building at 10 Symonds Street, Auckland Central RFP Closes 28/08/2023 13:00 NZT",Awarded,,10000,20250410 University of Auckland,27806060,Request for Proposals,Closed Competition,"NeSI 2023-HPCDA Compute & Storage, Private Cloud, Archive Storage",,20230801,20230926,20231220,Strategic Procurement,Sole Agency,No,,"Through this RFP NeSI seeks to address these primary objectives: 1. Scaling-up the existing Flexible HPC platform to become the primary site for supporting Capacity HPCDA services; 2. Cyclical refresh of NeSIs Capacity High-Performance Compute and Data Analytics (HPCDA) infrastructure (Mahuika). Note that this procurement does not seek to refresh NeSIs Capability Supercomputing infrastructure (Maui); 3. Replacement of high-performance and capacity/archive storage; 4. Supporting a managed obsolescence of existing infrastructure through migration and integration of existing Capacity HPCDA infrastructure into this environment - migrating from the Greta Point facility to the Tamaki facility . 5. A strong focus on maintaining tight lead times for delivery, commissioning, and acceptance, due to the late life cycle stage of the current infrastructure and environment.",Awarded,,0,20250410 University of Auckland,27808325,Request for Proposals,Open Competition,C23-006 Upright Confocal,C23-006,20230802,20230822,20231201,Strategic Procurement,Sole Agency,No,,"The Biomedical Imaging Research Unit (BIRU) within the Faculty of Medical and Health Sciences is a well-established research platform that provides optical and electron microscopy technologies and expertise, including confocal microscopy. BIRU requires a replacement upright confocal microscope. This fully automated laser-scanning confocal microscope must support imaging of samples on slides such as fixed tissue sections, bacteria, and other samples that cannot be turned upside-down for imaging. It must be able to support imaging of materials samples such as microfluidic devices. It must also be capable of imaging live cells and organisms such as cell cultures and zebrafish on plates. The system must be equipped with highly-sensitive detectors for fluorescence imaging, a transmitted light detector, suitable laser lines, motorised components, incubation, and a wide range of objective lenses. In addition, all capabilities must be software-controlled and provide the ability to perform z-stack, time-lapse, and photoactivation experiments.",Awarded,,0,20250410 University of Auckland,28053643,Request for Tenders,Closed Competition,University of Auckland B109 1andM Refurbishment FFE Provision,PS23-03-03,20230908,20231002,20240131,Strategic Procurement,Sole Agency,No,,"The University of Auckland wishes to invite tenders for the provision of furniture for our B109 1andM Refurbishment FFE Provision exercise. The University City Campus General Library (Building 109) at 5 Alfred Street is being refurbished . This procurement project is for the purchase of select furniture items for the fit out of B109 Level 1 and M Student Spaces in alignment with University standard equipment and selected specified items. The objective of this Tender exercise is to engage multiple furniture providers for the B109 1andM FFE Package. Tender will be awarded for individual items best meeting the weighted selection criteria. Approximate Installation commencement date is scheduled for 12 February 2024.",Awarded,"Please note that the successful tenderers for the B109 1andM Refurbishment FFE Provision were: BFG Fletcher Systems Kada Unison Our sincere thanks to all vendors who submitted a tender submission",400000,20250410 University of Auckland,28439389,Request for Proposals,Open Competition,RFP C23-039 TOU Electricity Supply and Purchase - University of Auckland,C23-039,20231110,20231127,20231220,Strategic Procurement,Sole Agency,No,,"RFP - University of Auckland (UoA)Time of Use Electricity Purchase and Supply. The UoA is seeking proposals for supply durations of 12, 24 & 36 month terms with a commencement date of 01 April 2024, and (preferably) from 100% renewable generation sources. Additional (extended terms) are not specifically requested, however will be considered if proven beneficial, as will the provision of Renewable Energy Certificates (if not 100% carboNZero Certified) to meet the UoAs sustainability principles and Net Zero Carbon commitments. This RFP covers: TOU Electricity Procurement for 33 metered ICPs, located in Auckland on Vectors Auckland network (Entrust district), with one metered ICP being located at Goat Island Road, Leigh on Vectors Northern network; Electricity Purchase for 2 x ToU ICPs. Total Combined Electrical load is ~ 41.20GWh per annum RFP Closing Date and Time: Monday 27th Nov 2023 @ 1300 hrs",Awarded,,19500000,20250410 University of Auckland,28937315,Request for Proposals,Closed Competition,RFP- Employee Engagement Survey Tool,,20240304,20240328,20240927,Strategic Procurement,Sole Agency,No,,"Hi Team, Please note this RFP is a continuation of the ROI issued via Get under ID28463587. Suppliers has been shortlisted as part of the ROI process and this a closed RFP. Thanks,",Awarded,UOA is pleased to award the contract to culture amp.,0,20250410 University of Auckland,28985039,Request for Tenders,Open Competition,Underwater Remotely Operated Vehicle,C24-017,20240311,20240405,20240516,Strategic Procurement,Sole Agency,No,,"The University of Auckland requires an Underwater Remotely Operated Vehicle (ROV) that will be used to gather data and imagery for researchers and students in the Universitys Institute of Marine Science. We expect the ROV system to support current and future research programmes in seafloor modelling and ecological monitoring as well as helping to achieve core teaching and educational outreach goals. The ROV will also be used in outreach and engagement programmes. Daily field use is estimated to be a maximum of 8 hours dive time. It is important that the system has precise positioning capabilities, can capture footage to a high quality, and is durable and reliable enough for operation in a challenging marine environment.",Awarded,,0,20250410 University of Auckland,28988792,Request for Proposals,Open Competition,Vertical Machining Centre,C24-008,20240311,20240426,20240801,Strategic Procurement,Sole Agency,No,,"We are looking for a high-speed, high-precision and high-efficiency vertical machining centre providing the workshop with the ability to carry out high quality machining of research and teaching components - requiring a small footprint, multiple tooling along with a high-speed spindle and offer the versatility to handle a wide range of machining applications and the flexibility, accuracy and robust construction to provide a precision machining solution for the varied requirements of a Research Platform.",Awarded,,0,20250410 University of Auckland,29233921,Request for Proposals,Open Competition,Isokinetic Dynamometer,C24-011,20240417,20240516,20240911,Strategic Procurement,Sole Agency,No,,"The University requires an Isokinetic Dynamometer for the Department of Exercise Sciences. We are seeking an industry standard multi-joint isokinetic dynamometer (unit) that has a user-friendly interface and offers high-precision measurement and assessment of muscular strength for a wide range of joint movements. We require a unit that can be adjusted for both upper and lower body joints and can be used across multiple age ranges and populations. The unit will be used in research, teaching, and clinical contexts. We expect that the unit will be suitable for all major joint movements and support: (1) multi-joint testing for isometric positions and isokinetic (concentric and eccentric) movements up to 500/s and torques up to 650 Nm; and (2) the ability to execute multi-joint training protocols in a range of modes that include: passive, isometric, isokinetic and isotonic. We require that the dynamometer can be used to integrate peripheral devices (e.g., EMG) and be adaptable to measure real-life movements and linear patterned movement.",Awarded,,0,20250410 University of Auckland,29240410,Request for Proposals,Open Competition,High Content Analysis System,C24-012,20240418,20240523,20241202,Strategic Procurement,Sole Agency,No,,"The University requires an automated fluorescence and bright field imaging system capable of high content image capture and analysis from multiwell and slide-based samples. The high content system (HCS) will enable efficient 2D and 3D imaging of fixed and live specimens and will include software with advanced segmentation and quantification capabilities, principally for the support of cell biological research at the University of Auckland.",Awarded,,0,20250410 University of Auckland,29297112,Request for Tenders,Closed Competition,B310 Recreation Centre: FFE Provision,PS24-03-02,20240429,20240520,20240703,Strategic Procurement,Sole Agency,No,,"The University is inviting tenders to provide prescribed furniture Items for the fitout of B310 Recreation Centre (RWC) which is due for completion in third quarter 2024. The objective of the project is to engage multiple furniture providers for the fit out of the new building in alignment with University standard equipment and selected specified items. Suppliers are asked to tender for the specific items noted on Document B that meet UoA design and quality standards for this project: Please note Document B and Tender Plans will be emailed separately. Tender will be awarded for individual items best meeting the weighted selection criteria.",Awarded,"Please note that that the successful tenderers for B310 Recreation Centre FFE Tender were: BFG Kada UFL Unison Our sincere thanks to all vendors who submitted a tender submission.",0,20250410 University of Auckland,29334997,Request for Proposals,Open Competition,Triple Quadrupole Inductively Coupled Plasma Mass Spectrometer - V2,C24-010A,20240503,20240530,20241202,Strategic Procurement,Sole Agency,No,,The University requires a triple quadrupole inductively coupled plasma mass spectrometer (ICP-MS) with a new HPLC sample introduction system to replace an existing ICP-MS.,Awarded,,0,20250410 University of Auckland,29356811,Request for Proposals,Open Competition,Inverted Confocal Microscope,C24-015,20240508,20240529,20241202,Strategic Procurement,Sole Agency,No,,"The Department of Ophthalmology requires a new inverted confocal laser-scanning microscope. The microscope system will need to be fully motorised to allow automatic scanning of defined areas to produce a montage, and to allow scanning of a volume of images in the Z-direction. It will need to have at least 4 lasers and 2 sensitive detectors to allow simultaneous labelling of multiple fluorophores. The system will also have the ability to image using transmitted light with differential interference contrast. The specimen holder will need to accommodate slides, culture plates, flasks, and/or petri dishes. It will need to have a minimum of 6 objectives ranging from 4x, 10x, 20x, 40x to 60x, some of these will be oil immersion lenses. In order to image thicker specimens, some of these should have an extended depth of focus. The microscope will be software controlled with an acquisition PC. An antivibration table will be required.",Awarded,,0,20250410 University of Auckland,29422036,Request for Proposals,Closed Competition,University of Auckland - Halls of Residence Catering,C24-001,20240520,20240719,20250310,Strategic Procurement,Sole Agency,No,,"University of Auckland is seeking responses for the Provision of Catering at Halls of Residence as described in this Request for Proposal. The Universitys primary aim in issuing this RFP is to establish an agreement with a successful tenderer (s) for the provision of Services to our four University Halls of Residence: - ORorke Hall - University Hall-Towers - Grafton Hall - Waiparuru Hall",Awarded,,0,20250410 University of Auckland,29536055,Request for Proposals,Closed Competition,Enterprise Research Billing and Booking Tool,,20240605,20240708,20241021,Strategic Procurement,Sole Agency,No,,"The Universitys growing portfolio of research platforms (24 to date) represents an annual turnover of around $23M and underpins a broad range of research and teaching activities, across many Faculties and LSRIs. The number of research platforms is likely to continue to increase to a mature state of at least 30 platforms. In addition, there are individual research infrastructure capabilities which exist outside of platform groupings, but nonetheless provide important support for research and teaching. The majority of these shared research infrastructure and platform services are supported by bespoke local booking tools and manual billing processes; this limits the discoverability of platform services, the efficiency of operations, and the maturity of performance monitoring and capability planning processes within the host faculty/LSRI.",Awarded,This tender has been awarded to Idea Elan,0,20250410 University of Auckland,29598101,Request for Proposals,Open Competition,RFP C24-032 TOU Electricity Supply and Purchase - University of Auckland,C24-032,20240614,20240701,20240714,Strategic Procurement,Sole Agency,No,62 Spring Street,"RFP - University of Auckland (UoA)Time of Use Electricity Purchase and Supply. The UoA is seeking proposals for supply durations of 12, 24 & 36-month terms with a commencement date of 01 October 2024, and (preferably) from 100% renewable generation sources. Additional (extended terms) are not specifically requested, however will be considered if proven beneficial, as will the provision of Renewable Energy Certificates (if not 100% carboNZero Certified) to meet the UoAs sustainability principles and Net Zero Carbon commitments. This RFP covers: TOU Electricity Procurement for 20 metered ICPs, located in Auckland on Vectors Auckland network (Entrust district), Site details and a forecast of consumption are included in the attached Excel spreadsheet (Appendix A); Total Combined Electrical load is ~ 437.65 GWh per annum RFP Closing Date and Time: Monday 01st July 2024 @ 1300 hrs",Awarded,,0,20250410 University of Canterbury,20745918,Request for Proposals,Open Competition,Request for Proposals - Facilities Building Contractors,18-035,20190218,20190318,20190711,Engineering Services,Sole Agency,No,,"The University of Canterbury (UC) would like to establish preferred partnership arrangements with a small group of carpenters and/or building companies who have a flexible workforce, trusted work groups, proven quality and professional personnel. Building and carpentry services in this instance refers to ad hoc repairs, maintenance and renovations of on-campus buildings and occasional refurbishments and maintenance of UC campus houses. The intended panel will consist of: - One-stop-shop companies who have the ability to provide supervised multi trades, including all tools, equipment and product required to do the job - Carpenters and/or building companies that can provide labour only for minor jobs of which UC can provide supervision and gear - Carpenters and/or building companies that can complete as-built drawings - Building companies that are happy to mix and match elements of the job to allow UC to complete certain components in-house Engagement will be on an as-and-when required basis, some urgent call-outs may be required but this is infrequent in nature. The University is looking for credible providers who have the capability, experience and infrastructure to deliver building and carpentry services. Respondents must have a team of appropriately qualified and experienced staff, with the capacity to be able to carry out planned and routine work in a timely and expedient manner. The providers must retain a consistent level of service, high quality workmanship, flexibility and value for money. Sustainability and low environmental impact are a key focus for the University.",Awarded,"Image Construction Ltd, JMI Construction & Renovation Ltd, Switched On Building Solutions Ltd and Oliver Aylmer have been selected as UC's Facilities Building Contractors panel of preferred providers.",0,20250410 University of Canterbury,20915553,Request for Proposals,Closed Competition,Robotic Process Automation Programme,19-009,20190409,20190513,20190809,Financial Services,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,20985165,Request for Proposals,Closed Competition,Specialist Procurement Advisor,19-021,20190501,20190522,20190809,,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,21187813,Request for Proposals,Open Competition,Request for Proposals - Asbestos Assessing and Removals,19-024,20190625,20190724,20200720,Facilities Services,Sole Agency,No,,"The University of Canterbury (UC) would like to establish preferred partnership arrangements with a small group of asbestos assessors and asbestos removalists who will provide extreme quality, sound end solutions and absolute compliance to the Universitys requirements and processes. The intended preferred supplier panel will predominantly be engaged by Facilities Services for demolitions, new works, existing building modifications, refurbishments and business as usual routine requirements. Suppliers must have a proven track record, trusted work groups, a high-level service offering, the ability to consistently meet UCs required timeframes and adhere to UCs process, proven extreme quality, professional personnel and adequate insurance. Local account management is preferred.",Awarded,,0,20250410 University of Canterbury,21302671,Request for Proposals,Open Competition,Request for Proposals - Staff Relocation Services,18-009,20190724,20190829,20200430,Human Resources,Sole Agency,No,,"The University of Canterbury (UC) would like to establish preferred partnership arrangements with two residential relocation providers who will provide an extensive array of pre and post move services, tracking controls and storage. The appointed providers will predominantly be engaged by UC Human Resources for relocating personnel to Canterbury (domestically or internationally). UC is looking for credible providers who have the capability, experience and infrastructure to deliver residential relocation services. Providers must have a proven track record, effective networks, trusted work groups, an extensive service offering, proven quality and professional personnel. Supply chain sustainability is a key focus for the University. Providers must be located in New Zealand. Local account management is preferred.",Awarded,,0,20250410 University of Canterbury,21408504,Request for Tenders,Closed Competition,University of Canterbury Ilam Boiler Replacement DBFO Solution,,20190813,20190909,20191212,Facilities Services,Sole Agency,No,,,Not Awarded,,0,20250410 University of Canterbury,21539828,Request for Proposals,Open Competition,Request for Proposals - Photographic and Videography Services,18-041,20190904,20191002,20200430,Student Services & Communications,Sole Agency,No,,"The University of Canterbury (UC) would like to establish preferred partnership arrangements with a small panel of appropriately qualified and experienced photographers and videographers to support UCs in-house photo and/or video services. Expertise is required within a range of services including but not limited to; documentary, archival, campaign, individual, group and event photography and videography. The intended preferred provider panel will provide high quality content, reliability and flexibility. The selected providers will produce work to a professional standard to agreed briefs inclusive of any necessary post-production and have extensive knowledge in the application of imagery and footage across different channels and platforms. Providers must be located in Canterbury, local account management is essential.",Awarded,,0,20250410 University of Canterbury,21752177,Request for Proposals,Open Competition,Laundry Services,19-027,20191009,20191107,20200602,Campus Services,Sole Agency,No,,The University of Canterbury (UC) is seeking to appoint a preferred provider of laundry services.,Not Awarded,,0,20250410 University of Canterbury,21872719,Request for Proposals,Open Competition,Services for the operation of the new Garden Hall student accommodation facility,19-063,20191101,20191204,20200803,Student Services & Communications,Sole Agency,No,,"The University of Canterbury (the University) is seeking submissions from Respondents that are capable of partnering with the University to provide professional and effective services for the operation of its new student accommodation development, Garden Hall, on Homestead Lane. The objective of the University is to deliver the best possible results for all stakeholders, with a particular focus on maximising student success, wellbeing, and optimising the assets financial sustainability; with a focus on the total cost over the life of the contract and quality of service delivered. The University wishes to work with Respondent(s) who can develop a thriving community for the new facility. Garden Hall is designed, and will be provided, as a largely first-year student accommodation facility. It will have a mix of catered and self-catered accommodation (circa 67%/33% split respectively) across a total of 508 dormitory style beds. A central kitchen on the ground floor will provide cooking areas for self-catered occupiers. Garden Hall is to be opened and operational for the start of the 2021 academic year.",Not Awarded,,0,20250410 University of Canterbury,22595824,Request for Quotations,Closed Competition,High - Mass Spectrometer,19-045,20200430,20200529,20200720,Student Services & Communications,Sole Agency,No,,"We are seeking a high-mass mass spectrometer, which will be primarily used for native mass spectrometry experiments using both soluble and membrane proteins. Essential requirements ? Suitable for analysis of macromolecular complexes, typically up to 1 MDa ? Nano-spray ionisation source (off-line) ? Two high-mass capable mass analysers, the first with ion selection capability, e.g. a 32,000 m/z quadrupole ? Collisional-activation capabilities pre- and post-first mass analyser ? Ongoing high-quality servicing and support ? On-site training for routine maintenance ? On-site training for instrument use by an native mass spectrometry applications specialist ? Instrument warranty to cover an appropriate length of time",Not Awarded,,0,20250410 University of Canterbury,22924956,Request for Quotations,Open Competition,Oracle e-Business Suite Support,20-084,20200714,20200804,20201104,Financial Services,Sole Agency,No,,"Thisprocurement relates to the purchase of Oracle e-Business Suite support services. The key objectives of this procurement is to have a reliable and quality service that meets the business needs of the University at a competitive price. The proposed outcomes are to have reliable and quality support of the Oracle e-business suite so the University can utilize the systems to carry its business as effectively as possible.",Awarded,,0,20250410 University of Canterbury,22976885,Request for Proposals,Closed Competition,Stage 2 RFP Learner Success Analytics Project,20-083/2,20200717,20200731,20201001,Financial Services,Sole Agency,No,,"The NZ Tertiary Education Commission (TEC) has been working with international exemplars and local tertiary education providers to develop a learner success approach, based on identifying the key capabilities and changes tertiary providers need to make to support improved learner outcomes. Several individual universities are currently working with TEC on testing and implementing this approach. Universities New Zealand (UNZ) have partnered with TEC on a project identifying the opportunities to develop and implement a learner success approach within the sector. We require a consulting resource to: 1. Identify the key areas where individual universities lower enrolment, retention and completion rates are resulting in lower revenue. Provide recommendations for identifying the key contributing factors to each area and estimate the costs and benefits of doing so, including building capability in key areas using the TEC framework as a guide. 2. Identify areas where Government processes, policy or funding settings are contributing to issues around participation and/or progression of students",Awarded,,0,20250410 University of Canterbury,23159762,Request for Proposals,Closed Competition,IAM Consultancy & Support,20-136,20200824,20200911,20201104,Financial Services,Sole Agency,No,,"Phase One of IAM covered Stages One and Two and has been completed. In Phase Two we require you to provide services for Stage Three (strategy and stabilisation) and Ongoing Support. The scope of IAM Phase II is described as follows: Strategy To review both the current identity landscape at the University and to review the current setup of IAM. Make recommendations as to any changes required. To work with the University to prioritise the backlog and to plan the work streams for delivery. Stabilise To upgrade Saviynt to the latest release, implement de-provisioning and enable system administrator accounts to be governed by IAM, including the use of MFA over the system administrator accounts. Ongoing Support To provide ongoing support for the IAM solution including level 3 support for incident resolution and proactive maintenance. There are four documents attached - Document 1 sets out what we require while there are two response forms (2 & 3)that need to be completed to form your response to the RFP. Document 4 sets out the Agreement that the University will use for these services 1 - 20-136 RFP_IAM_CONSULTANCY_SUPPORT 2 - 20-136 RFP_ RESPONSE_FORM_IAM_CONSULTANCY_SUPPORT 3 - 20-136 RFP BUSINESS_REQUIREMENTS_RESPONSE_SHEET 4 - IT SERVICES AGREEMENT There are eight supporting documents that are attached that provide an overview of the IAM solution at the University.",Awarded,,650805,20250410 University of Canterbury,23397755,Request for Quotations,Open Competition,Renovation and Refit of HV Lab,20-190,20201109,20201207,20210204,Capital Works,Sole Agency,No,,"We are seeking a refurbishment of the High Voltage Lab as per the drawings and specification that was damage by a fire early 2020. We estimate the quantity to be delivered is from December 2020 to June 2021 Payment will be on monthly on invoice as per the contract terms.",Awarded,,0,20250410 University of Canterbury,23492224,Request for Proposals,Closed Competition,Digital Governance Consultancy,20-076,20201116,20201130,20210316,Financial Services,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,23539687,Request for Proposals,Open Competition,Firewall Replacement,20-194,20201030,20201125,20210412,Financial Services,Sole Agency,No,,The University of Canterbury is seeking proposals for a firewall solution for our main campus which is a critical part of the cyber security infrastructure for the university.,Awarded,,0,20250410 University of Canterbury,23576195,Request for Quotations,Open Competition,Storage Office Relocations,20-185,20201109,20201127,20210309,Campus Services,Sole Agency,No,,"We are seeking a preferred supplier or a panel of suppliers who can provide the University with high quality removals general services and specialist removal services. The University consistently undertakes a number of office relocations, lab relocations every year is seeking to set up a panel of removals contractors for office/ building relocations that can be utilised as required. It is essential that the University have continuity and the same people attending to carry out the work so a relationship can be built and robust working practice can be gained.",Not Awarded,Awarded under RFx ID 23707856,0,20250410 University of Canterbury,23660257,Request for Proposals,Open Competition,Request for Proposals - Catering Services,20-012,20201120,20201216,20210322,Financial Services,Sole Agency,No,,"The University requires catering services for student and staff facing events on campus. Catering in this instance refers to the provision of food and beverages for meetings and functions, including breakfasts, lunches, morning and afternoon teas and cocktail or finger food. The University would like to partner with a combination of large catering companies that can incorporate variety, sustainability and a wide range of customer requirements into their offerings and also to establish a sub-panel of specialised catering service providers (eg catering companies who specialise in cultural and dietary requirements eg Maori, Pasifika, Vegan). A core focus of the Universitys procurement process is to seek opportunity to derive social, economic and environmental benefit. UC has been recognised by the Fair Trade Association of Australia and New Zealand as a Fair Trade University. We received our accreditation in July 2017, and as a university community we are incredibly proud of this achievement. Catering services on campus must support Fair Trade and ethical sourcing. The following is not included in the scope of this proposal: Large scale events, silver service requirements, alcohol and off-campus catering. There will be no commitment to volume.",Awarded,,0,20250410 University of Canterbury,23666173,Request for Proposals,Open Competition,Communications Cabling and Services,20-078,20201211,20210212,20210507,Financial Services,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,23707856,Request for Quotations,Closed Competition,Storage Office Relocations,20-185,20201130,20201201,20210205,Campus Services,Sole Agency,No,,"Original tender had closure date that didn't match RFP. Re-creating tender to match RFP and give opportunity for all tenderers to submit proposal. We are seeking a preferred supplier or a panel of suppliers who can provide the University with high quality removals general services and specialist removal services. The University consistently undertakes a number of office relocations, lab relocations every year is seeking to set up a panel of removals contractors for office/ building relocations that can be utilised as required. It is essential that the University have continuity and the same people attending to carry out the work so a relationship can be built and robust working practice can be gained.",Awarded,"Panel of suppliers selected. Min $20,000 to spend annually. Up to max $200k",100000,20250410 University of Canterbury,23999562,Request for Proposals,Open Competition,Audio Visual Hardware and Services,20-010,20210222,20210409,20210702,Financial Services,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24027413,Request for Quotations,Open Competition,Gallagher Entry System Upgrade,20-105,20210226,20210322,20210513,Facilities Services,Sole Agency,No,,"We are seeking a preferred supplier who can provide the University with supply and install of new Gallagher 6000 controllers and comprehensive maintenance of the access control system. The Access Control System is considered part of the Universitys critical infrastructure as it controls Door Access and Timing , Security Alarms , Duress Alarms , Walk-In Freezer Alarms providing protection against personal being trapped in such areas. It is essential that the University have continuity and the same people attending to carry out the work so a relationship can be built and robust working practice can be gained. Controller Upgrade The University wish to upgrade 100 no. of their current version 3000 controllers to version 6000 to allow the upgrade of the Command Centre Software to release 8.3 and beyond. There are 100 separate controller units identified in the Schedule of Prices appended to this RFQ. To achieve this the applicants must adhere to the following requirements: All work shall be carried out during normal operating hours of 7.00am to 5.00pm Monday to Friday unless previously arranged with Security and the Users of the area affected. Controller upgrades must be completed during this period to ensure that systems are restored to full working order before the close of business each day. An upgrade of a controller must not be started unless it can be finished in one day. Controllers shall be mounted securely in the location of the existing controller, screw or rail fixing is preferred method. Stick on stand offs or pads are not acceptable mountings Controllers shall be orientated the correct way up and wiring re-routed to suit All internal wiring in the interface cabinet is to be continuous length, joints or the extension of wiring in any way is not acceptable. Existing GBUS Devices shall be reconnected to the new 6000 Controllers Controller IP Address are to be the same as the existing controller new addresses will not be provided For pricing purposes, assume that all controllers are fully loaded i.e. all ports are in use and will need to be tested etc. Comprehensive Maintenance The current access control system infrastructure includes: Main Server and Test Server Maintained by UC IT Gallagher Software maintained by this contract Ilam and Dovedale Campus Building installations spread across approximately 79 Buildings Gallagher Doors 1282 Gallagher Controllers 180 Gallagher T20 Reader - 207 Gallagher T11 Reader - 385 Work Stations ",Awarded,,0,20250410 University of Canterbury,24068979,Request for Tenders,Closed Competition,License Service Provider,21-012,20210315,20210416,20210507,Financial Services,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24069057,Request for Tenders,Closed Competition,MS Dynamics Implementation Partner,21-010,20210315,20210409,20210505,Financial Services,Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24114928,Request for Proposals,Closed Competition,Change Management Consultancy,21-046,20210322,20210409,20210427,"Planning, Finance & ITS",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24120535,Request for Proposals,Closed Competition,Library Research Analytics,21-055,20210331,20210423,20210608,"Planning, Finance & ITS",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24228902,Request for Proposals,Open Competition,"Seismic Works for West, Alpers and Ngata - ECI Construction Contractor Only",20-232,20210421,20210512,20210614,"People, Culture & Campus",Sole Agency,No,,"The West Building has been identified as requiring structural strengthening and this has become a priority to the University due to its increased occupancy. Currently the Core of West and the emergency egress stairs at the north and south end of the building result in this structure being given a DBE rating of 34%, with the works identified in the concept provided by Holmes Structural, the building shall achieve a rating of 67% DBE. Ngata and Alpers were already identified as requiring strengthening as part of the Seismic and Remediation (Residential) project started in 2016. The project reviewed the seismic strength of Student Accommodation buildings and four buildings were identified as in need of strengthening works, Connan Hall, Alpers Hall, Ngata Hall and the Dining Hall. The works were proposed to be spread over 5 years (2018 2022). Connan Hall and the Dining Halls seismic remediations are now complete. Ngata and Alpers still require resolution and the strengthening concepts developed involve adding additional reinforced concrete thickness to one side of critical walls. Campus Living Villages (CLV) who operate both Ngata and Alpers buildings have confirmed that as they are first year hall tenancies, completing seismic upgrades between mid-November and mid-February will be an appropriate window timeframe. CLV have also noted that due to other summertime commitments, only one Hall can be made available each summer break. As such, to minimise disruption, Ngata and Alpers Halls will be done over consecutive summers, (summer of 2021/22 and 2022/23). Confirmation of which building goes first will need to be made in consultation with CLV. The key factor of this work is to get all three buildings up to 67% of code and to have a design that takes into account the buildability of the solution and thus allows for improved construction planning, cost control and risk management.",Awarded,this contract has been awarded for the consultant advice period of this project and no contract has been awarded to Dominion for the actual works portion of this job to date.,15000,20250410 University of Canterbury,24236577,Request for Quotations,Open Competition,Coal Supply,21-065,20210423,20210512,20220207,"People, Culture & Campus",Sole Agency,No,,"We are seeking supplier of coal that meets our resource consent conditions, helps our boiler operate efficiently and ensure a high level of confidence in security of supply.",Awarded,,0,20250410 University of Canterbury,24281680,Request for Quotations,Open Competition,21-089 Biomolecular Interactions Assay,21-089,20210507,20210521,20210917,"Planning, Finance & ITS",Sole Agency,No,,We are seeking a solution that enables increased understanding of biomolecular interactions including molecular mechanisms and structure-function relationships.,Awarded,,0,20250410 University of Canterbury,24316249,Request for Proposals,Open Competition,Rec Centre Refurb - Design Team Head Consultant,21-093,20210518,20210618,20210820,"People, Culture & Campus",Sole Agency,No,,"The purpose of this RFP is for the selection of a Design Team under a Head Consultant. The Head Consultant will be the single point of accountability for design and co-ordination across the project. UC will procure the design disciplines through a single contract with a Design Team Head Consultant. UC has no preference to the design discipline of the head consultant of the design team, however, the head will need to demonstrate its ability to undertake this role and would be responsible for engaging, contracting with and managing the design team, including all disciplines necessary to complete the design. Please note that this will also include any peer review or monitoring services required to achieve Building Consent and Resource Consent. Scope of services for the various role are attached to the PEP as Appendix C. The project scope of work is to address deferred maintenance and health and safety issues to the existing Recreation Centre. Primary concerns relate to health & safety, overcrowding, poor ventilation and previously mentioned deferred maintenance. This scope of work is intended to extend the life of these facilities for 10 years.",Not Awarded,Not Awarded,0,20250410 University of Canterbury,24499547,Request for Proposals,Open Competition,Network Switches & Wireless Access Points,21-092,20210702,20210730,20211028,"Planning, Finance & ITS",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24560608,Request for Proposals,Open Competition,Loose furniture and related services,20-238,20210721,20210826,20220131,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury (UC) would like to establish preferred partnership arrangements with a small panel of providers of loose (unfixed) furniture and related services to the University on an as-and-when required basis. Furniture in this instance refers to the provision of loose furniture for commercial office, educational, workshop and laboratory spaces. Products in this scope of procurement will include: Workstations Tables Seating Storage (eg under desk credenzas, filing cabinets) Mobile whiteboards and display boards Laboratory furniture (eg permeable furniture) Housing furniture Some soft furnishings Refurbishing services. Additional value added services we are looking for include delivery, installation, extended warranty conditions and after sales support. The following are not included in the scope of this procurement: Specialised laboratory equipment Trolley and similar mobile equipment Partitions Fixed tables and cabinetry. The University is looking for credible providers who have the capability, experience and ethical transparent sound supply chains established to deliver a wide range of furniture to various departments/colleges throughout the campus. The intended panel of providers must have a proven track record with extensive knowledge in furniture products and related services, professional personnel, a high-level service offering including reliability, quality products and value for money. Supply chain sustainability is a key focus for the University. Providers must devote absolute commitment to limiting environmental impact in all aspects of conducting business. This should include specific focus on reducing downstream waste, compostable packaging where possible, support of local producers and local communities. The University may accept innovative and environmentally superior product offerings at our discretion. There will be no commitment to volume.",Awarded,"Aspect Furniture, Bishop Interiors, Europlan and Kada Commercial Furniture have been selected as UC's furniture supply (and related services) panel of preferred providers.",0,20250410 University of Canterbury,24584729,Request for Quotations,Open Competition,Quality Assurance Review - Student Accommodation,21-103,20210721,20210820,20211018,Student Services & Communications,Sole Agency,No,,"This procurement is important to the University because the University is legally responsible for ensuring Accommodation Partners adhere to the Education (Pastoral Care of Domestic Tertiary Students) Interim Code of Practice 2019 (Interim Code) requirements. The University is required to provide a self-attestation document to Universities New Zealand and NZQA annually. This review is required by the University as part of that process. We are seeking a solution that provides the University with evidence gathered by the respondent that reports a benchmark of compliance with the Interim Code that: All UC Accommodation Partners are meeting the needs of the students in relation to student success, health and safety and overall wellbeing as identified in the interim code. Services are appropriate to the needs of residents and consistently applied. Reporting in compliance with the Interim code is appropriate, timely and accurate. Student and staff feedback is captured, considered, reported and actioned.",Awarded,,0,20250410 University of Canterbury,24596851,Request for Proposals,Open Competition,Lead Engineering Design Consultancy - Boiler House Conversion,21-154,20210806,20210905,20211222,"People, Culture & Campus",Sole Agency,No,,"We require an engineering design consultant with proven capability, depth of experience and a proven track record of performance in engineering design and design team leadership to lead, deliver and co-ordinate the design development for the Project to the detailed design stage and provide construction monitoring services. Background: One of the key strategic objectives contained in the University of Canterburys (UC) Strategic Vision 2020-2030 is to ensure that UC will be carbon net neutral by 2030. As part of the programme supporting UC's Low Carbon Energy Strategy, UC is carrying out two projects: 1. Conversion of the existing Ilam campus boilers 2, 3 and 4 from coal to wood chip and wood pellet fuel and associated works (Project) this RFP provides for the work-stream for this Project; and 2. Conversion of a group of buildings to heating from Ground Source Heat Pump (GSHP) technology to reduce the overall load on the central campus boilers (GSHP Project) a concurrent project that is subject to a separate RFP. The Project and the GSHP Project are two distinct work streams that are based upon the strategies developed by UC through the master planning, feasibility study and concept design stages.",Awarded,,0,20250410 University of Canterbury,24597074,Request for Proposals,Open Competition,Quantity Surveyor - Boiler House Conversion & Gp4 GSHP,21-155,20210825,20210913,20211207,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury (UC) is carrying out two projects; Ilam Boilerhouse (IB) Conversion Project and Ground Source Heat Pump (GSHP) Conversion Project. The Ilam Boilerhouse and Ground Source Heat Pump conversion projects are two distinct work streams that are based upon the strategies developed by UC through the master planning, feasibility study and concept design stages. UC seeks to engage a Quantity Survey Consultancy who has the capability of managing the delivery of both projects. We require a Quantity Surveying consultant with proven capability, depth of experience and a track record of performance in similar project environments.",Awarded,,0,20250410 University of Canterbury,24597156,Request for Proposals,Open Competition,Project Manager & Engineers Representative - Boiler House Conversion & Gp4 GSHP,21-156,20210817,20210906,20211223,"People, Culture & Campus",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24597546,Request for Proposals,Open Competition,Boiler Plant Design & Build Contractor,21-157,20210908,20211020,20220426,"People, Culture & Campus",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24597757,Request for Proposals,Open Competition,Lead Engineering Design Consultant - Gp4 GSHP,21-159,20210812,20210919,20211206,"People, Culture & Campus",Sole Agency,No,,"We require a Ground source Heat Pump Lead Engineering Design Consultant with proven capability, depth of experience and a proven track record of performance in engineering design and design team leadership to lead, deliver and co-ordinate the design development for the Project to the detailed design stage and provide construction monitoring services.",Awarded,.,0,20250410 University of Canterbury,24648510,Request for Proposals,Open Competition,Enterprise Service Management Platform,21-074,20210809,20210910,20211210,"Planning, Finance & ITS",Sole Agency,No,,"The University requires an Enterprise Service Management Cloud Platform (SaaS) to replace its existing on premises service management system that is no longer fit-for-purpose as our future IT requirements and the demands of our end users continue to change and grow. A fully end-to-end enterprise service management system platform will look to cover the wider University needs and will support the wider Service Experience Uplift activity. The key objective of this procurement is for an implementation service, as well as on-going managed services to setup and maintain the platform. UC requires a full end-to-end solution including any value-add relevant to the Tertiary industry. The below three leading market Vendor products have been identified as the best fit for purpose platforms available and have the confirmed capability to meet the Universitys future needs. BMC Helix (formerly Remedy) Ivanti ServiceNow The University invites Suppliers to tender using only the above Vendor product platforms. The project transition is required to be completed by Q4 2021 at the latest.",Awarded,"The Supplier represented the best value-for-money over the whole-of-life contract for the ServiceNow ESM Platform solution. The Supplier offered the best experience, knowledge, and skillset to complete the deliverables successfully.",0,20250410 University of Canterbury,24662046,Request for Proposals,Open Competition,Oracle Managed Support Services,21-033,20210811,20210910,20211117,"Planning, Finance & ITS",Sole Agency,No,,"The University desires to purchase a single supplier for Oracle Managed Services Support for both the Oracle e-Business Suite and Oracle PeopleSoft on-premises systems for Level two, three and four support and Oracle licenses management. Our key objective of this procurement is for single, reliable and quality managed support service for the Oracle e-Business Suite and Oracle PeopleSoft systems to meet the Universities future requirements. This approach will result in a single supplier engagement for all Oracle support and licenses. The proposed outcomes are to have reliable and quality service in place so our ITS Digital team can be better supported to carry out its business as effectively as possible in order to provide optimal support to HR and Finance departments. This is a unique opportunity for you to provide a fully managed support service to our ITS, HR and Payroll and Finance departments that performs a key support function in our community by enabling the next generation of leaders and innovators to be engaged, empowered and to make a difference in our community. You will have a high level of experience in both the Oracle e-Business Suite and Oracle PeopleSoft products. Anticipated Contract start date: 1 November 2021",Not Awarded,"After a long evaluation process the University was unable to select a Preferred Supplier. The University evaluated the current market and found it to be of good value and merit however was considered not to be superior to the current support arrangements. The overall benefits were minimal and not enough to justify change at this point in time. The Universitys strategic direction is to now look to a future ERP tender to meet and adapt to the Universitys future requirements.",0,20250410 University of Canterbury,24701779,Request for Proposals,Closed Competition,Phase 2 - Digital Experience Design,21-041,20210819,20210830,20210910,"Planning, Finance & ITS",Sole Agency,No,,"This tender is for a supplier to support the Director of Digital Architecture & Strategy in developing a Digital Experience Design under the Universitys Digital Strategy Development - Phase 2 Digital Experience Plan. The University requires high quality Digital Experience Design Services that are both timely and provide value for money.",Awarded,"The Supplier represented the best value-for-money over the whole-of-life contract. The Supplier offered the best experience, knowledge, and skillset to complete the deliverables successfully.",0,20250410 University of Canterbury,24702217,Request for Proposals,Open Competition,R22 Cooling Unit Replacement - Supply and Installation,21-250,20210823,20210922,20211208,"People, Culture & Campus",Sole Agency,No,,"We are seeking the services of a competent Contractor with demonstrable track record of strong health and safety performance and successful delivery of similar projects to replace the R22 cooling units at the University of Canterbury (UC) Macmillan Brown, Logie and West Buildings. Some of the units provide specific functionality and the contractor may be required to design new units (should there not be a readily acceptable solution available) that provide similar performance to the existing units.",Awarded,.,0,20250410 University of Canterbury,24727079,Request for Quotations,Open Competition,Security Sevices,21-236,20210825,20210915,20211101,"People, Culture & Campus",Sole Agency,No,,"We are seeking to appoint a security contractor who can provide the UC with staff cover for large functions, events, staff leave and emergencies on campus. Under this agreement, services will be engaged as required and will cover all University sites and associated organisations ie halls of residents etc.",Not Awarded,,0,20250410 University of Canterbury,24754047,Request for Proposals,Open Competition,UC Maori Student Centre Atrium Roof Replacement,21-184,20210901,20210920,20211101,"People, Culture & Campus",Sole Agency,No,,We are seeking the services of a main contractor to replace the glass atrium roof and associated works at the University of Canterbury (UC) Maori Student Centre.,Awarded,,0,20250410 University of Canterbury,24758688,Request for Proposals,Open Competition,UC Central Lecture Theatre Faade Joint Replacement,21-078,20210902,20210920,20211108,"People, Culture & Campus",Sole Agency,No,,We are seeking the services of a competent Contractor with demonstrable track record and successful delivery of similar projects to replace the sealant joints between the faade panels at the University of Canterbury (UC) Central Lecture Theatre.,Awarded,,0,20250410 University of Canterbury,24830339,Request for Proposals,Open Competition,Cleaning Services (personnel only) for University buildings,21-123,20210917,20211026,20211223,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury (UC) would like to contract with one or more preferred providers of Cleaning Services Staff (personnel only) who will work closely with UC's Logistics & Operations team to establish streamlined processes that support our service delivery and maintain high performance levels. The scope of this procurement is for cleaning services (personnel only) specifically for buildings, but not limited to Rehua, Ernest Rutherford, Beatrice Tinsley, Central Lectures and Biology, on a short-term temporary basis. In order to demonstrate fair and ethical treatment to suppliers, the opportunity to submit a proposal for the supply of Cleaning Services Staff (personnel only) is now offered to the open market. The University is looking for credible providers who have the capability, experience and infrastructure to deliver a quality service within our community. They need to have a good track record in the management and implementation of cleaning programmes and effective networks and strong relationships with their staff to promote wellbeing. Punctuality and ability to deliver a top-class service is essential. The successful provider/s must have a proven background of supporting their local economy. Interested cleaning service providers need to register to this notice to download the RFP documentation. Supplier briefing sessions will be held at the University of Canterbury during the week commencing 4 October 2021. To register for a supplier briefing session please email Procurement@canterbury.ac.nz no later than 4pm Wednesday 29 September 2021.",Awarded,Jani-King (NZ) Limited and Glad Group (NZ) Limited have been selected as UC's Cleaning Services (personnel only) panel of preferred providers.,0,20250410 University of Canterbury,24878189,Request for Proposals,Open Competition,CAPE Room 204 HVAC Upgrade,21-252,20210928,20211026,20211117,"People, Culture & Campus",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,24944253,Request for Proposals,Closed Competition,Data Platform Hit Squad,21-251,20211011,20211027,20211124,"Planning, Finance & ITS",Sole Agency,No,,"This tender is for a partner to support and accelerate the establishment of the Universitys Core Data Platform. The key principle is for a partner to support and do things in such a way that bring the wider University Data Team on the journey and empowers them to continue delivering through the new data platform.",Awarded,"The Supplier represented the best value-for-money over the whole-of-life contract. The Supplier offered the best experience, knowledge, and skillset to complete the deliverables successfully.",0,20250410 University of Canterbury,24960833,Request for Tenders,Open Competition,Rec Centre Refurbishment Works,21-295,20211013,20211101,20211130,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury wishes to procure a main contractor capable of carrying out construction works, deferred maintenance and Health & Safety improvements to the Recreation Centre located on the Ilam Campus. Construction works include but are not limited to the following: Floor covering replacement Painting Accessibility improvements Reception area improvements New sanitary fixtures and fittings Lighting",Awarded,,0,20250410 University of Canterbury,24999474,Request for Quotations,Open Competition,Actively Confined Cyclic Shear Apparatus,21-298,20211022,20211108,20211217,"Planning, Finance & ITS",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,25045873,Request for Proposals,Open Competition,UC Beatrice Tinsley HVAC Upgrade Supply and Installation,21-317,20211103,20211129,20220127,"People, Culture & Campus",Sole Agency,No,,We are seeking the services of a competent mechanical Contractor to retrofit mechanical ventilation (supply and installation) into a section of Beatrice Tinsley building. The Beatrice Tinsley building is located at University of Canterburys Ilam (Christchurch) campus. The contractor will deliver the services of a main contractor.,Not Awarded,,0,20250410 University of Canterbury,25148428,Request for Proposals,Open Competition,Timetable Scheduler Replacement,21-249,20211123,20211217,20220829,"Planning, Finance & ITS",Sole Agency,No,,"The University is looking for replacement of our current Bookings and Timetable Scheduling System Platform to meet current business requirements and alignment with the emerging platform strategies in Digital ITS. The University requires migration of the Scheduling System Platform from legacy on-premises to a Cloud SaaS solution. The Scheduling Platform is responsible for timetabled teaching, ad-hoc bookings, events bookings, conference bookings, Echo capture, and future Building Management System (BMS) integration. The key objectives are: o Improved student experience. New tools allow for greater controls on contact hours, program pathways and location efficiencies, better integration with student facing channels o Improved booking functionality. Allow for integration with Office365 and meeting requests. Build in forms functionality to improve approvals process. o Improve utilization of resources. Allow for carbon footprint scheduling/reporting and sustainability objectives. o Platform migration from on-premises to a Cloud SaaS solution. The University is looking for a partner who has the experience, skills, collaborative, and technical capability to deliver and support a Bookings and Timetable Scheduling System Platform solution. You are a reputable, industry leading support partner with the ability to provide a market-leading future-ready platform that will provide a significant improvement to UC Scheduling Services Operations. The University requires the contract to commence by: Early March 2022",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier TimeEdit. UC looks forward to a successful and collaborative partnership with TimeEdit.",0,20250410 University of Canterbury,25157422,Request for Proposals,Open Competition,Psychology Staff Refurbishment Main Contractor,21-306,20211123,20220202,20220613,"People, Culture & Campus",Sole Agency,No,,We are seeking the services of a competent and experienced main contractor to complete all construction activities associated with the Psychology Staff building refurbishment project.,Awarded,,0,20250410 University of Canterbury,25270389,Request for Proposals,Open Competition,Higher Degree Management and Ethics Monitoring (HDEM) Data Flows,21-318,20211221,20220201,20220726,"Planning, Finance & ITS",Sole Agency,No,,"The University requires a single secure Higher Degree Management and Ethics Monitoring (HDEM) workflow system platform providing a consistent, auditable solution offering automation and digitised experience to Research Masters and PhD students, supervisors and Graduate School staff. The system will support admission for HD students, manage ethics applications, reviews and approvals, and support research-based activities and progress monitoring through to graduation. Our key objective is to replace the existing complex manual processes for managing HDEM and to future proof and improve capability and more beneficial outcomes for Research. You are a reputable, industry leading partner with the ability to provide a market-leading future-ready platform that will provide a significant improvement to the Research and Post Graduate Office experience. The University requires the contract to commence by: 1/04/2022",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier (Cayuse). UC looks forward to a successful and collaborative partnership with Cayuse.",0,20250410 University of Canterbury,25272497,Request for Proposals,Open Competition,Intranet Consultancy Services,21-275,20220117,20220211,20220429,"Planning, Finance & ITS",Sole Agency,No,, The purchase of services for the implementation of an Intranet for UC wide staff and additional resourcing required to support this change.,Awarded,,0,20250410 University of Canterbury,25273034,Request for Quotations,Open Competition,Hazardous Substances Solution,20-152,20220117,20220211,20220614,"Planning, Finance & ITS",Sole Agency,No,1/49 ASTON DRIVE,We are seeking to source an inventory system for hazardous substances provided as software as a service (SaaS).,Awarded,,0,20250410 University of Canterbury,25299587,Request for Proposals,Open Competition,UC Meremere Fire Dampers Access Remediation - Main Contractor,21-364,20220113,20220221,20220607,"People, Culture & Campus",Sole Agency,No,,We are seeking the services of a competent mechanical Contractor to lead and carry out the installation and construction works associated with the remediation of the access to the mechanical ventilation system fire dampers. The Meremere building (aka LA01 Law) is located at University of Canterburys Ilam (Christchurch) campus. The main contractor is expected to take on the role of a main contractor and manage the building and passive fire subcontractors.,Awarded,,0,20250410 University of Canterbury,25329595,Request for Proposals,Open Competition,Managed Network Services Support Partner,21-126,20220125,20220218,20230626,"Planning, Finance & ITS",Sole Agency,No,,"The University requires a Managed Network Service Support Partner. The University is looking to leverage the skills and capabilities of a highly experienced managed network service partner to operate and modernize the Universitys network design with a focus on cybersecurity and cloud. Our proposed outcomes are: Optimization and management of our network assets. Improved operational performance including network fault management. Improved management, monitoring and patching of existing network devices including Wired and Wireless LAN Services. Improved management, orchestration, and network automation (MANO). Faster provisioning of new services and ability to readily scale up or down due to changes in demand including increased speed to add or delete network services. Increased security under a Zero Trust Network Access (ZTNA) Upskilling and knowledge transfer from network vendor product specialists to UC Digital Services (ITS) staff, access to external NZ network industry and technical expertise, industry events and training on network management and standards improvements. The University requires the contract to commence by: Early April 2022",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier - Datacom Systems Limited. UC looks forward to a successful and collaborative partnership with the Datacom team.",0,20250410 University of Canterbury,25406400,Request for Proposals,Open Competition,Lead Consultant Project Managment,21-019,20220211,20220309,20220404,"People, Culture & Campus",Sole Agency,No,,"The Te Whare Wananga o Waitaha | University of Canterbury (UC) requires a Lead Consultant, for the supply of professional services for delivery of the UC Project Creative Economy (PCE) / new digital campus. The Lead Consultant will work with the client-side project manager and lead & coordinate project delivery across the entire project. The role initially comprises 1.5 FTE resource equivalent, with a Senior Project Manager 1.0 and a Project Coordinator at .5 and both roles will be CHCH based. The project, located on the University-owned Dovedale campus seeks to develop a Digital campus that generally utilises key components of the existing academic building stock housing post-production facilities, augmented by new buildings housing film production facilities. The Lead Consultant roles encompasses, project management, project coordination project administration and engineers representative duties.",Awarded,,0,20250410 University of Canterbury,25466042,Request for Proposals,Open Competition,Architecture as a Service Partner,21-277,20220228,20220318,20220801,"Planning, Finance & ITS",Sole Agency,No,,"This tender is for a partner to provide Digital Architecture Support to the Digital Services team as a flexible service or Architecture as a Service. Selection will be for two Partners to support and provide a complementary and backup support to each other and to mitigate single supplier risk to the University. The dual partnership will allow UC to embed knowledge and skills over time into the Digital Services team. As a partner you will have a high level of experience and expertise in Data Architecture.",Awarded,"UC successfully signed and entered into contract with the Preferred Suppliers (Cyma & Datacom). UC looks forward to a successful and collaborative partnership with Cyma & Datacom.",0,20250410 University of Canterbury,25501699,Request for Proposals,Open Competition,Security Services Provider (SSP),21-104,20220307,20220328,20221101,"Planning, Finance & ITS",Sole Agency,No,,"Requirement for two outsourced Security Services Providers (SSP) for Consultancy and Professional Services and Managed Services to support the delivery of the UC Cybersecurity Strategy and enablement of an integrated and embedded, end-to-end security service. Selection will be for two SSP Partners to support and provide complementary and backup support to each other and to mitigate single supplier risk to the University. The dual partnership will allow UC to embed knowledge and skills over time into the Digital Security & Risk team and the rest of the University. The preference is for a Partner with a high level of experience and expertise in end-to-end security services including but not limited to Security & Risk Professional Services, Consulting, Operations, Incident Management & Response, Security Testing & Assurance, and Information Risk Management. You are a reputable, industry-leading NZ Security Services Partner (SSP). Invitation to approved suppliers on Govt. Marketplace for Consultancy and Professional Services and Managed Services for Information Security Professional Services The Partner will be excluded from supplying and tendering for any other UC business.",Awarded,"UC successfully signed and entered into contract with the Preferred Suppliers Defend and CyberCX & shortly Kordia. UC looks forward to a successful and collaborative partnership with Defend, CyberCX & Kordia.",0,20250410 University of Canterbury,25532666,Request for Proposals,Open Competition,Building Performance Optimisation,21-343,20220314,20220408,20221001,"People, Culture & Campus",Sole Agency,No,,,Awarded,,411700,20250410 University of Canterbury,25565967,Request for Proposals,Open Competition,Milk Supply & Delivery,21-038,20220321,20220426,20220803,"Planning, Finance & ITS",Sole Agency,No,,"The University require supply of milk including a fully managed delivery service to on-campus staff kitchenettes (approximately 90 departments across the UC campus). The University would like to offer a range of products that includes specialist dietary and where possible alternative milk options. The University is seeking a supplier who is sourcing/supplying milk from an ethical transparent sustainable supply chain. Supply chain sustainability is a key focus for the University. Providers must devote absolute commitment to limiting environmental impact in all aspects of conducting business. This should include specific focus on farming intensity and reducing downstream waste, ethical values and practices, transparency, compostable or reusable packaging where possible, support of local producers and local communities.",Awarded,,0,20250410 University of Canterbury,25640603,Request for Proposals,Open Competition,University of Canterbury Infrastructure Climate Change Risk Assessment,22/048,20220404,20220506,20211029,"People, Culture & Campus",All of Government,No,,"One of the key strategic objectives contained in the University of Canterburys (UC) Strategic Vision 2020-2030 is to measure and substantially improve the environmental sustainability of UC. UC identified a number of critical climate change risks that require further investigation to inform a structured and prioritised mitigation approach. The purpose of this opportunity is to partner with a consultancy that has the breadth of disciplines to support UC across the multiple stages of our climate change resiliency journey. This RFP initially seeks to engage a climate change consultant to undertake the preliminary stage of this opportunity and position UC to progress on a journey towards mitigation of climate change risk. The RfP also seeks to broadly understand how this journey can be approached with a view to engaging a sustained partner to guide the possible future implementation phases. It is expected the successful respondent will have the expertise and be able to provide the support to facilitate the delivery of the subsequent stages with expertise in multiple disciplines.",Not Awarded,,0,20250410 University of Canterbury,25665527,Request for Proposals,Open Competition,Digital Screen Campus - specialist screen production and post-production equipment Package One,22-083,20220506,20220627,20230109,"Planning, Finance & ITS",Sole Agency,No,,"We need a capable and experienced partner to design, procure, install, configure/integrate, and support specialist screen production and post-production equipment for the University of Canterburys Digital Screen Campus project that is located at our Dovedale campus in Christchurch, New Zealand. Critical to the successful delivery of this project, we need a partner that can deliver on the following for Package 1 of the project: identify specialist screen production and post-production equipment that meets the needs of students and commercial clients, is best value for money and offers the lowest total cost of ownership. validate the specialist screen production and post-production equipment through a detailed design process proactively working in collaboration with UC and our appointed architects and designers. procure the specialist screen production and post-production equipment in a timely manner and deliver to meet project timelines. install, configure/integrate the specialist screen production and post-production equipment into student/learning spaces (including some minor building works) in an efficient and effective manner. support the end-to-end solution for a minimum of two-years based on the level of support required and the service level agreement. There are eight documents attached as follows: 1. Appendix 1 - Non-Price Response Form - Sound Vision Equipment Package 1 2. Appendix 2 - Equipment List - Specialised Sound & Vision Equipment 3. Appendix 3 - Price Response Form - Sound Vision Equipment Package 1 4. Appendix 4 - Pricing Schedule Response Form - Sound & Vision Equipment 5. Attachment 1 - Scope Document Package One Procurement 6. Attachment 2 - UC Dovedale Campus Building Plans 7. Attachment 3 - 220421 - UC DSC Master Programme - Refurbishments 8. RFP - Specialised Sound Vision Equipment Package 1 There is addendum for the proposed contract NOTE Documents provided in the response must be in either pdf, xlsx or docx format. Please use the Response Forms provided in responding to our RFP. It is important that you do not change the structure (section headings and sequence). The only way of asking questions is through GETS",Awarded,,0,20250410 University of Canterbury,25683349,Request for Proposals,Open Competition,Software Asset Management (SAM) Lifecycle Tool,21-325,20220412,20220504,20221115,"Planning, Finance & ITS",Sole Agency,No,,"The University requires a Partner to provide a Software Asset Management (SAM) lifecycle tool platform solution and services. This hosted and managed service will optimise software usage costs, maintain software licence compliance and ratify software versioning. You are a reputable, industry leading partner with the ability to provide a market-leading future-ready SAM capability that will provide a significant improvement to the Digital Services team and the University. The contract is expected to start by July 2022.",Not Awarded,After a long evaluation process and contract negotiation the University was unfortunately unable to confirm a new supplier and new SAM tool at the end of the tender.,0,20250410 University of Canterbury,25695791,Request for Quotations,Closed Competition,Dovedale Boiler Feasibility Study,22-111,20220413,20220510,20220613,,Sole Agency,No,,This Request for Quotation (RFQ) is an invitation for suitably qualified suppliers to submit a Quotation for the Dovedale Campus Boiler Replacement and Heating Options Feasibility Report.,Awarded,,0,20250410 University of Canterbury,25701216,Request for Proposals,Open Competition,Kaikoura Field Station Demolition,22-119,20220414,20220519,20220706,"People, Culture & Campus",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,25701883,Request for Proposals,Open Competition,UC Facilities Management - QS and Engineer to the Contract Services,22/074,20220414,20220513,20220711,"People, Culture & Campus",All of Government,No,,"We are seeking consultancies that can deliver the Quantity Surveying services and Engineer to the Contract services for the University of Canterbury over the period of three financial years (FY2022-FY2024). The services will be predominantly used to support smaller projects or early phases of projects entailing short duration engagements. We are not looking for suppliers who can only provide QS services or Engineer to the Contract services. The respondents organisation must have the capability to provide both services. Whats important to us a) Capable organisation with sufficient resources available b) Team with a range of experience and skills to service a variety of projects including civil, infrastructure, building services, structures with focus on retrospective installations and refurbishments c) Robust quality assurance and continuous improvement framework d) Ability to provide quality service with a quick turnaround",Awarded,,0,20250410 University of Canterbury,25761666,Request for Proposals,Open Competition,PCE Main Contractor - ECI,22-114,20220506,20220603,20221121,"People, Culture & Campus",Sole Agency,No,,This Request for Proposal (RFP) is an invitation to suitably qualified Contractors able to supply ECI services for the University of Canterbury's Project Creative Economy Development.,Awarded,,0,20250410 University of Canterbury,25827421,Request for Quotations,Open Competition,High Resolution Mass Spectrometer,22-012,20220603,20220622,20220825,"Planning, Finance & ITS",Sole Agency,No,,"We are seeking a solution for a high-resolution Mass Spectrometer with an HPLC/UPLC in-line. This is for UC research and teaching activities that are related to high-resolution mass analysis and structure determination of a wide variety of molecules from small synthetic and natural organics, and large organic molecules with low solubility, to proteins, peptides, carbohydrates, oligonucleotides, and metal-ligand complexes. This opportunity requires on-site training for routine maintenance and instrument use and ongoing high-quality servicing and support from qualified technicians from the successful respondent.",Awarded,,995127,20250410 University of Canterbury,25827647,Request for Proposals,Open Competition,UX as a Service Partner,21-276,20220520,20220615,20221001,"Planning, Finance & ITS",Sole Agency,No,,"This tender is for a partner to provide Digital User Experience (UX) Support to our Digital Services team as a flexible service or UX as a Service (UXaaS). You are a reputable, industry leading NZ support partner. As a partner you will have a high level of experience and expertise in Digital User Experience (UX). The partner is expected to provide a full spectrum of digital user experience capabilities (i.e., UX strategy and frameworks, user research, user testing, prototyping, interaction and visual design, information architecture, design systems, service design). The deliverables?are typical of those delivered by a Digital User Experience practice. The partner to be an active (or intend to be an active) supplier on NZ Government Marketplace - Collaborative Marketplace Agreement (CMA) for Consultancy and Professional Services. The contract will be as per the Marketplace terms & conditions. The proposed contract is over a 3-year (1+1+1) term from August 2022 to August 2025 with an option to renew.",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier - Purple Shirt Limited. UC looks forward to a successful and collaborative partnership with Purple Shirt Limited.",0,20250410 University of Canterbury,25829394,Request for Proposals,Open Competition,Website Experience - Digital Experience Platform (DXP),21-349,20220523,20220620,20220927,"Planning, Finance & ITS",Sole Agency,No,,"This tender is for a Partner to provide implementation and support services for a Cloud SaaS based Digital Experience Platform (DXP). You are a supplier with a high level of experience and expertise in delivering DXP features and capabilities and complex migration website projects. The Partner must offer only for the following vendor platforms: Adobe Experience Manager (AEM) Kentico Squiz The recommended contract term is on a 3-year basis. The University requires the contract to commence by: Early August 2022 (or earlier)",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier - Datacom Systems Limited on the Adobe AEM platform. UC looks forward to a successful and collaborative partnership with Datacom",0,20250410 University of Canterbury,25857187,Request for Proposals,Open Competition,"Resource Kete (wooden lettered tiles, coloured wooden/plastic pieces)",22-139,20220526,20220623,20220623,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury (UC) would like to establish a preferred partnership arrangement with one or two preferred suppliers of teacher resource kete products(eg wooden lettered tiles, coloured wooden/plastic pieces) to the University on an as-and-when required basis. In order to demonstrate fair and ethical treatment to suppliers, the opportunity to submit a proposal for the supply of resource kete products is now offered to the open market. There will be no commitment to volume.",Not Awarded,No response was submitted.,0,20250410 University of Canterbury,25873289,Request for Proposals,Open Competition,Geography & Psychology HVAC Upgrade,22-161,20220530,20220707,20221020,"People, Culture & Campus",Sole Agency,No,,UC are seeking the services of a competent mechanical contractor to retrofit the cooling upgrade and mechanical fresh air ventilation (supply and installation) into the Geography and Psychology (AR12) Building.,Awarded,,0,20250410 University of Canterbury,25962444,Award Notice,Open Competition,RFQ - High Speed Actuators,22-019,20220512,20220523,20220615,,Sole Agency,No,,We are seeking a state-of-the-art high-speed hydraulic actuation equipment to create the first large-scale dynamic simulation facility (reconfigurable shake table) in Aotearoa New Zealand.,Awarded,,0,20250410 University of Canterbury,25984775,Request for Proposals,Open Competition,Office Relocations and Storage,22-155,20220628,20220725,20220920,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury (UC) would like to establish preferred partnership arrangements with a small panel of preferred providers of office relocation and storage services to the University on an as-and-when required basis. In order to demonstrate fair and ethical treatment to suppliers, the opportunity to submit a proposal for the supply of office relocation and storage services is now offered to the open market. There will be no commitment to volume. Office relocation and storage services in this instance refers to the provision of campus wide office relocations (including furniture dismantling/removal and reassembling/installation), plus on-site and off-site storage solutions (preferably shipping containers). Services in this scope of procurement will include: On-campus office furniture relocation services Decanting projects Lab relocations Furniture dismantling and reassembling Office partition work Specialist relocations including but not limited to lab, IT, research equipment On-campus and off-site storage solutions. The following are not included in the scope of this procurement: Specialist moves such as relocation of heavy equipment/machinery Piano relocations. The University is looking for credible providers who have the capability, experience, adequate capacity and excellent customer service to deliver suitable storage options and a seamless office relocation process (including dismantling and reassembling furniture), to various departments/faculties throughout the campus. The intended panel of providers must have a proven track record and the ability to form a close working partnership with UC. The panel must quickly become familiar with the UC buildings & type of furniture. We require a high-level reliable service offering, and competitively priced relocation services and storage solutions. Supply chain sustainability is a key focus for the University. Providers must devote absolute commitment to limiting environmental impact in all aspects of conducting business. This should include specific focus on reducing downstream waste, compostable packing materials where possible, and demonstration of your support to local producers and local communities.",Awarded,,0,20250410 University of Canterbury,25989014,Request for Proposals,Open Competition,"Ground Source Heat Pumps; Group 4 Building Supply, Certify & Commission",22-185,20220629,20220722,20220908,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury require an experienced Heat Pump Supplier capable of meeting our delivery requirements for the specified equipment, with proven capability, depth of experience and a track record of performance in projects of a similar scale and type. The work summarised by the following: - Supply and commissioning of Heat Pumps (installation by Main Contractor) - Attendance on Mechanical Sub-contractor, through the Main Contractor, for installation monitoring, commissioning & certification - Warranties for the installed heat pumps - Operation manuals and UC staff training - UC seek Suppliers with established supply chain relationships and flexibility to mitigate supply chain risks - Scheduled preventative servicing and maintenance of the heat pump units during the warranty period",Awarded,,0,20250410 University of Canterbury,26003123,Request for Proposals,Closed Competition,Loose Furniture - Puaka-James Hight Central Library Furniture Upgrade,20-238B,20220704,20220725,20220908,"People, Culture & Campus",Sole Agency,No,,"We require a whole of floor design concept, supply, delivery and installation of furniture that will enhance the student learning experience providing intuitive, organic spaces to ensure a seamless experience for students, with each area carefully considered to encourage quiet study by providing flexible spaces integrating a high level of design with accessibility and inclusivity front of mind aligning with UCs strategy for engagement, diversity and inclusivity on Level 8 & 11 in Puaka James Hight.",Awarded,,0,20250410 University of Canterbury,26037621,Request for Proposals,Open Competition,Mobile Experience (MX) - New Mobile Application,22-103,20220712,20220805,20221130,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury (UC) is looking for a Partner to deliver on our UC Mobile Strategy by creating a new rich mobile app experience for its Students, Professional and Academic Staff, which is personalised, consistent, predictable, and trustworthy, supporting their day-to-day activities. UC is looking for a partner to support us in creating a new Mobile Experience (MX). We are open to the option of leveraging and building on an existing Third-Party application and services or creating a new inhouse developed bespoke app, supported by a Third-Party software engineering partner. This new mobile experience which would include a Mobile App and support for wearables, will provide Students, Professional and Academic Staff a rich Mobile App experience with a range of capabilities to support them in their day at the University. Why should you bid? - You are a reputable, innovative industry leading partner for either or both Mobile Experience (MX) in the Education sector or development of Mobile Applications. - You are able to demonstrate a clearly defined roadmap and customer led innovation-based horizons. Target commencement of contract is early November 2022.",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier Daylight Creative Limited T/A Daylight. UC looks forward to a successful and collaborative partnership with the Daylight team.",0,20250410 University of Canterbury,26092573,Request for Proposals,Open Competition,Main Contractor: Ilam Boiler and Group 4 Building Ground Source Heat Pump Projects,22-152,20220725,20220815,20230125,"People, Culture & Campus",All of Government,No,,"UC is carrying out two distinct Projects concurrently: 1. Conversion of a group of four buildings to heating from Ground Source Heat Pump (GSHP) technology to reduce the overall load on the central campus boilers (GSHP Project); and 2. Conversion of: the existing Ilam campus boiler 2, 3 and 4 from coal to wood chip and wood pellet fuel (Boiler Plant Works). UC requires a Main Contractor with proven capability, depth of experience and a track record of successful performance in projects of a similar scale and type.",Awarded,,0,20250410 University of Canterbury,26107835,Request for Tenders,Open Competition,John Britten Supplementary Cooling - Main Contractor,22-249,20220728,20220830,20221109,,Sole Agency,No,28 Coolspring Way,This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the John Britten Building Level 2 Supplementary Cooling contract opportunity.,Awarded,,0,20250410 University of Canterbury,26122107,Request for Tenders,Open Competition,West Building Facade Repairs,22-234,20220802,20220905,20221109,,Sole Agency,No,28 Coolspring Way,,Awarded,,0,20250410 University of Canterbury,26180530,Request for Quotations,Open Competition,Atmospheric Wind Doppler LiDAR,22-216,20220817,20220914,20221028,,Sole Agency,No,,"The University of Canterbury is planning to purchase an Atmospheric Doppler Wind Light Detection and Ranging System. We require an observational system that is capable of very high-resolution remote sensing of atmospheric wind velocity using controlled multiple dimensional scanning (all-sky scanning head capability) and has applications across science and engineering applications. This Doppler wind LiDAR system is to be operated in the field as a ground-based atmospheric remote sensing instrument.",Awarded,,0,20250410 University of Canterbury,26310052,Request for Proposals,Open Competition,Biomass Fuel - Woodchip and Wood Pellet for Ilam Boiler-Plant Conversion,22-215,20220908,20221003,20230217,"People, Culture & Campus",All of Government,No,,"The University of Canterbury (UC) is seeking secure sustainable, cost-effective and reliable long-term contract for supply and delivery of both woodchip and wood pellet (Biomass Fuel) for its Ilam campus Boiler-plant (Boiler Plant), which is to be converted from Coal to Biomass Fuel by Lyttelton Engineering under separate contract with UC. It is estimated that the quantity of Biomass Fuel to be delivered annually to Ilam Boiler-plant will be: Woodchip - 116,000 GJ/year Wood pellet - 13,000 GJ/year Initial term of the Contract 2 years from the supply start date Options to extend the Contract 2+2+2+2years Maximum term of the Contract 10 years (University may extend at conclusion)",Awarded,,0,20250410 University of Canterbury,26328777,Request for Proposals,Open Competition,Promotional Items,22-154,20220913,20221012,20230109,"People, Culture & Campus",Sole Agency,No,,The University of Canterbury is seeking to appoint one or more preferred providers of promotional items and related services to the University on an as-and-when required basis. Promotional items and related services in this instance refers to low cost UC branded items dispensed at University events and when travelling on University business that are reliable and fit for purpose. Promotional items may also include University branded apparel worn at these events.,Awarded,,0,20250410 University of Canterbury,26331249,Request for Proposals,Open Competition,UC Campus wide Electrical Board Upgrade,22-272,20220913,20221010,20231215,"People, Culture & Campus",All of Government,No,,"The University of Canterbury are seeking a consultancy with electrical design and engineering capabilities that can deliver: conditions assessments of the existing electrical low-voltage boards (MSBs and distribution boards) and electrical reticulation between main switchboards (MSBs) and distribution boards; and design and specifications for the upgrade electrical boards and related reticulation; and supply and installation tender support; and installation phase support; and close out support for the University of Canterbury over the period of five fiscal years (FY2022-FY2026).",Not Awarded,,0,20250410 University of Canterbury,26377462,Request for Proposals,Open Competition,UC Online Education Services Provider,21-139,20220923,20221107,20230217,,Sole Agency,No,,"This opportunity relates to global online educational services. The delivery of a full UC Online service for learners will entail a range of in-house and partnered services to support the principles noted above, particularly the need to be responsible and agile to meet learner demand and industry needs. We are considering online education service providers who are specialised in tertiary providers online education in this fast-changing and growing market. By contracting one or more partners, UC would accelerate the development and launch of UC Online. The planned outcomes are to partner with an organisation to manage all aspects of teaching for online courses within the UC online product range as an interim solution for the next 1-3 years.",Awarded,"The university has selected the preferred supplier for this tender. We start the process of negotiation with a view to a contract with the selected supplier.",0,20250410 University of Canterbury,26378606,Request for Proposals,Open Competition,Cleaning Consumables,22-229,20220926,20221025,20230101,"People, Culture & Campus",Sole Agency,No,,"UC aims to provide a high standard of cleaning and hygiene levels in all buildings, thereby supporting the core business of the University and helping to create an environment which is conducive to work and study, whilst being aesthetically pleasing for all. UC Cleaning Services are responsible for cleaning; kitchen appliances, surfaces, floors, carpets, vehicles etc. To support our in-house team of cleaners we require a reliable competent supplier to provide the appropriate cleaning chemicals and equipment to help achieve these high standards.",Awarded,,0,20250410 University of Canterbury,26418758,Request for Proposals,Open Competition,Disability Action Plan Assessor - Consultant,22-257,20221004,20221101,20230301,"People, Culture & Campus",Sole Agency,No,,"We are seeking a suitably qualified and experienced consultant or organisation to provide assessment of the built environment and provide recommendations in order to enhance the experience and access of tertiary education for the disabled community and under-supported groups. We are looking for an organisation that that has a good understanding of the need of disability communities and equity groups in the built environment. The organisation shall be experienced in the assessment of building and capable in developing and using digital tools for data collection.",Not Awarded,,0,20250410 University of Canterbury,26424106,Request for Tenders,Open Competition,"Chiller & Air Conditioning, Repair and Maintenance",22-136,20221005,20221108,20230328,"People, Culture & Campus",Sole Agency,No,,"This procurement relates to the selection of a supplier for the Chiller and Air Conditioning (AC) Contract and associated maintenance, repairs and replacement of AC assets across the University asset portfolio. An open market tender approach will be utilised for the planned and reactive maintenance requirements of the air-conditioning and refrigeration assets on the Ilam and Dovedale campus. Going forward UC wishes to engage the services of an external suppliers specialised services to undertake these works.",Awarded,,0,20250410 University of Canterbury,26460434,Request for Proposals,Open Competition,UC Backflow Prevention Device Testing,22-204,20221011,20221114,20221213,"People, Culture & Campus",Sole Agency,No,,"This RFP relates to the purchase of services for the inspection, maintenance and repairs of UC backflow prevention devices (excluding any Backflow Devices associated with a Sprinkler System). Inspections are to be in line with the New Zealand Industry Standard AS/NZS 2845.3:2020 supply Backflow prevention devices. All onsite devices are to be inspected once annually during the period the 01 July to 31 May. All inspection results and BA12A certificates for each of the BOWFs, along with a summary sheet listing the BFPV covered by the BA12A, for the preceding year are to be submitted to the University by 20 June of each year.",Awarded,,0,20250410 University of Canterbury,26499297,Request for Proposals,Open Competition,UC Fire Systems Maintenance,21-020,20221018,20221121,20230119,"People, Culture & Campus",Sole Agency,No,,"We are seeking the services of a competent Contractor with demonstrable track record and successful delivery of similar projects to undertake the inspection, maintenance, and repairs of UC Fire Systems. The successful service supplier shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing the required services to organisations of a similar size with similar equipment. The successful service supplier shall undertake all operational, planned proactive and reactive (unplanned) activities to ensure that equipment performance, safety, statutory compliance and reliability is maintained.",Awarded,,0,20250410 University of Canterbury,26503333,Request for Quotations,Open Competition,Bioreactor with Chemostat and Turbidostat Functionality,22-376,20221028,20221114,20221221,"Planning, Finance & ITS",Sole Agency,No,n/a,"University of Canterbury is seeking a solution for a Bioreactor with Chemostat and Turbidostatic Functionality. This equipment will be supporting research activities across the Chemical and Process Engineering department research units. The primary purpose of this project is to perform the cultivation of prokaryotes (bacteria and archaea) and provide controlled environments for subsequent physiological, transcriptional and ecological experimentation. This purchase will support research efforts to describe maintenance energy requirements and biogeography of New Zealands unique extremophilic microorganisms and will support capability for undergraduate teaching and commercial opportunities",Awarded,,0,20250410 University of Canterbury,26657134,Request for Proposals,Closed Competition,Internal Audit Services,19-059D,20230116,20230203,20230331,"Planning, Finance & ITS",All of Government,No,,"The University of Canterbury is looking to procure a provider of internal audit services from March 2023 to January 2025. The provider will form a panel of two suppliers, the other panellist being EY. The supplier will be appointed on a Consultancy Services order based on the All of Government Consultancy Services contract terms and conditions.",Awarded,,0,20250410 University of Canterbury,26689593,Request for Proposals,Open Competition,Curriculum Management,22-060,20221205,20230203,20230905,"Planning, Finance & ITS",Sole Agency,No,1/49 ASTON DRIVE,"The University wants to procure and implement a dedicated, cloud-hosted, Curriculum Management platform that will replace multiple legacy systems and manual processes and improve organisational efficacy. The new platform will support: o a single source of truth for curriculum information o curriculum data management o curriculum workflow/governance o curriculum mapping o curriculum review o collaboration o curriculum publishing o student study planning o integration with downstream University systems via API.",Awarded,,0,20250410 University of Canterbury,26814703,Request for Proposals,Open Competition,UC Ilam Campus 11kV Switchgear Controller Replacement - Consultant,22-390,20230117,20230227,20230929,"People, Culture & Campus",Sole Agency,No,,"We are seeking a consultancy with the electrical design and engineering capabilities that can deliver: o assessment of the existing 11kV monitoring and control configuration; o identification of options for 11kV network monitoring and control system; o preparation of the design and specifications for the preferred 11kV network monitoring and control system replacement; o design and specifications of associated network and switchgear upgrades; o automation and control design and implementation for the network monitoring and control equipment; o commissioning support; o annual system checks; and o subject matter expert services supporting the 11kV control and monitoring system performance (until December 2028).",Awarded,,0,20250410 University of Canterbury,26882587,Request for Quotations,Closed Competition,Dell Isilon Storage Refresh & Growth,22-176,20230201,20230220,20230622,"Planning, Finance & ITS",Sole Agency,No,,"The University requires a supplier to manage vendor Dell Consumption Model billing only to UC for our on-premises Dell EMC Isilon file storage solution. Under a UC Dell EMC Isilon Storage Refresh & Growth project Dell will implement new hardware, manage, and provide support to UC. We are inviting quotations to provide price only for the Dell EMC Storage equipment as per the Bill of Materials (BoM) provided. We do not require an offer of a solution, other than the Dell EMC Storage itemised. The University is requesting quotations that offer us the best possible value for money. Key dates: Contract start: 10/03/2022 Hardware order by (expected lead time overseas maximum 12 weeks): 10/03/2022 Hardware delivered to UC campus: 8/06/2023 Implementation: Mid-2023 The Supplier must be a formally recognized Dell/EMC Registered Partner of Dell, is a Dell Tier 1 Titanium Partner and can provide evidence that equipment, software, and licenses are purchased through a Dell/EMC authorised channel.",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier - Sempre Technologies Limited. UC looks forward to a successful and collaborative partnership with the Sempre team.",0,20250410 University of Canterbury,26928474,Request for Tenders,Open Competition,[GS41] Primary Data Centre Process Cooler Upgrade,B2357,20230209,20230316,20230801,"People, Culture & Campus",Sole Agency,No,,"This Request for Tender (RFT) invites suitably qualified suppliers to submit a tender for the Primary Data Centre Supplementary Cooling contract. The Primary Data Centre (PDC), also known as GS41, is located at the University of Canterbury's Dovedale (Christchurch) campus. The Successful Respondent will deliver the services of the Main Contractor. The upgrade to the PDC involves removing the old Libert Process coolers. Unfortunately, the supplier no longer supports the DX (direct expansion) process coolers, and spare parts are difficult to source. They will be replaced with a chilled water solution and in-rack fan coil-type coolers, supplying 16 brand-new computer racks. There will be two air-cooled chillers (n+1) to produce chilled water along with the associated pumps, control valves, flow meters, BMS controls, and mechanical pipework to circulate chilled water to the in-row/rack units.",Awarded,,0,20250410 University of Canterbury,26935773,Request for Proposals,Closed Competition,Risk Management Solution,22-374,20230213,20230303,20230616,"Planning, Finance & ITS",Sole Agency,No,,"The University wants to procure and implement a Risk Management Solution. Such a solution would improve the efficiency and accuracy of the risk management process across UC. The key outcomes expected implementing an RMS are: o Improved risk reporting to Council and SLT. o Improved identification of both operational and project risks across UC. o Simplify a currently resource intensive process. The University is looking for an off the shelf SaaS solution that can be implemented within a short time frame.",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier - Protecht. UC looks forward to a successful and collaborative partnership with the Protecht team.",0,20250410 University of Canterbury,26944750,Request for Quotations,Open Competition,Automatic micro milling machine,23-007,20230214,20230228,20230515,"Planning, Finance & ITS",Sole Agency,No,,The University of Canterbury is seeking a solution for an automatic micro-milling machine. This equipment is to improve the capabilities and competencies of the university by enhancing productivity via features such as automated tool changes and vacuum holding.,Awarded,,0,20250410 University of Canterbury,26976503,Request for Proposals,Open Competition,Library Archival Shelving Replacement,23-022,20230227,20230320,20230717,,Sole Agency,No,,This procurement relates to the replacement of archival shelving within the University Library warehouse over 2023-2025. This includes provision and fitout of the warehouse with new powder-coated steel shelving to meet archival standards.,Awarded,,0,20250410 University of Canterbury,26986525,Request for Proposals,Open Competition,Library Management System,22-377,20230227,20230324,20230824,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury is sourcing a modern library management system that selects, procures, organises and delivers the widest possible range of current and high-quality information resources to its heterogenous user population as and when needed, provided as Software as a Service (SaaS). The University of Canterbury is looking for credible providers with the capability, experience and infrastructure to provide a modern library management system that represents the best value over the life of the contract.",Awarded,,0,20250410 University of Canterbury,26996052,Request for Proposals,Open Competition,21-232 Enterprise Business Capabilities Solution,21-232,20230327,20230428,20240513,"Planning, Finance & ITS",Sole Agency,No,1/49 ASTON DRIVE,"This is an open tender where the University of Canterbury are seeking an Enterprise Business Capability Solution. We have previously gone to market for a Request for Information to increase our knowledge of the market. The RFP is aimed at Solution Implementation Partners to respond who work closely with the provider of the SaaS solution. We are seeking an ""off the shelf"" solution that s proven in the higher education sector in Australasia.",Awarded,,0,20250410 University of Canterbury,27021387,Request for Proposals,Open Competition,Wellness Hub (Recreation & Sports Centre) External Project Management,22-128,20230302,20230331,20230829,"People, Culture & Campus",All of Government,No,"21A Rugby St, Dover Gardens SA 5048, Australia","The University of Canterbury (UC) wishes to procure a Project Manager capable of helping us to deliver a modern fit-for-purpose Wellness Hub that enhances the student experience, provides excellent learning outcomes and attracts local and international students and staff. The Hub consists of three parts: a new Recreation and Sport Centre, (Rec Centre) an adjacent artificial turf multi-sport playing field, and the Faculty of Health (FoH) is to be relocated to the nearby existing Rec Centre which requires a refurbishment. This development will require: ? Modern, appealing facilities that increase engagement and participation in wellness activities. ? Fit-for-purpose facilities that support modern teaching and research practices and which also assist in recruiting and retaining staff and students. ? Facilities that are safe and built (and operate) to appropriate codes. ? Facilities that maximise space utilisation and efficiency whilst accommodating forecast growth in student and staff numbers and modest membership from the wider community.",Awarded,,0,20250410 University of Canterbury,27023307,Request for Proposals,Open Competition,Wellness Hub (Recreation & Sports Centre) Cost Consultant,22-128,20230302,20230331,20230829,"People, Culture & Campus",All of Government,No,,"The University of Canterbury (UC) wishes to procure a Cost Consultant capable of helping us to deliver a modern fit-for-purpose Wellness Hub that enhances the student experience, provides excellent learning outcomes and attracts local and international students and staff. The Hub consists of three parts: a new Recreation and Sport Centre, (Rec Centre) an adjacent artificial turf multi-sport playing field, and the Faculty of Health (FoH) is to be relocated to the nearby existing Rec Centre which requires a refurbishment. This development will require: ? Modern, appealing facilities that increase engagement and participation in wellness activities. ? Fit-for-purpose facilities that support modern teaching and research practices and which also assist in recruiting and retaining staff and students. ? Facilities that are safe and built (and operate) to appropriate codes. ? Facilities that maximise space utilisation and efficiency whilst accommodating forecast growth in student and staff numbers and modest membership from the wider community.",Awarded,,0,20250410 University of Canterbury,27056895,Request for Proposals,Open Competition,Lead Consultant & Design Manager (Architectural Services),22-128,20230309,20230413,20230918,"People, Culture & Campus",All of Government,No,,"The University of Canterbury (UC) wishes to procure a Lead Consultant and Design Manager capable of helping us to deliver a modern fit-for-purpose Wellness Hub that enhances the student experience, provides excellent learning outcomes and attracts local and international students and staff. The Hub consists of three parts: a new Recreation and Sport Centre, (Rec Centre) an adjacent artificial turf multi-sport playing field, and the Faculty of Health (FoH) is to be relocated to the near-by existing Rec Centre which requires a refurbishment. This development will require: ? Modern, appealing facilities that increase engagement and participation in wellness activities. ? Fit-for-purpose facilities that support modern teaching and research practices and which also assist in recruiting and retaining staff and students. ? Facilities that are safe and built (and operate) to appropriate codes. ? Facilities that maximise space utilisation and efficiency whilst accommodating forecast growth in student and staff numbers and modest membership from the wider community.",Awarded,,0,20250410 University of Canterbury,27117769,Request for Quotations,Closed Competition,Post-implementation Reviews,23-074,20230320,20230331,20231127,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury has an established Post-Implementation Review (PIR) methodology and programme of work. In response to the profile of issues arising from previous reports, recent reviews and reports have addressed mainly the main themes of: project outcomes, document management, risk management, and stakeholder management,",Not Awarded,,0,20250410 University of Canterbury,27124761,Request for Quotations,Closed Competition,Closed cycle optical cryostat,23-029,20230321,20230412,20230605,"Planning, Finance & ITS",Sole Agency,No,n/a,"The university is planning to enhance its unique, state-of-the-art research and teaching and research capabilities that supports existing investment in School of Physical & Chemical Sciences. UC does not currently have the capacity for magneto-transport measurements under light illumination and a wide temperature range. A range of researchers at UC will make use of this capability, and as such, the equipment will facilitate numerous new research projects and streams. An optical cryostat with capability to apply magnetic field will allow to measure the resistance of thin film and bulk samples of various types, over a wide range of temperatures, under applied magnetic field with various types of light illumination (laser, solar simulator, white light, etc.). This equipment will thus become indispensable for work in groups working in multiferroics/spintronics (Sando), and thin film nanodevices.",Awarded,,279100,20250410 University of Canterbury,27159096,Request for Proposals,Open Competition,Eye Care Services,21-140,20230330,20230426,20230601,"People, Culture & Campus",Sole Agency,No,,"This plan relates to the recommendation for procurement of eye care services and prescription eye wear. As part of an ongoing focus on preventative Health, Safety and Wellbeing of our kaimahi | staff, the UC offers eligible employees the opportunity for regular eye tests and subsidised prescription eye wear.",Awarded,,0,20250410 University of Canterbury,27167475,Request for Proposals,Open Competition,UC Campus-wide LED Lighting Upgrade - Consultant RFP,22-456-1,20230330,20230502,20230831,"People, Culture & Campus",Sole Agency,No,,"**************************************************************************************************************************************************************************************** *** There will be a MS Teams briefing session on 6 April 2023. Register for this session by 4 April 2023 by sending an email to procurement@canterbury.ac.nz *** **************************************************************************************************************************************************************************************** Background: The University of Canterbury has an estimated $22m of fluorescent fittings installed across the campus. A number of these are now aging and require replacement. The development in the lighting technology provides an opportunity to replace the lighting with a new, energy efficient and long service life technology. The UCs condition assessment and level of service (LOS) have identified several buildings requiring upgrades. The programme will be replacing the fluorescent lights with modern LED lights. It is expected that the lighting upgrade will reduce the whole of life operational repairs and maintenance cost. Project: We require following services from the lighting consultant: Development of general lighting specifications for standard application around the campus general lighting requirements (allow for five common space types, e.g., teaching, circulation) o Lighting specification for the main space-types; o Specification of the light fittings focused on quality, ease of installation, whole-of-life cost and commonality where possible; Design of a new lighting layout for areas with specific lighting requirements (as required during the project) Term: The expected term of this engagement is from Financial year 2023 to end of Financial year 2026 (lighting and light fittings specifications in 2023; design of a new lighting layouts for specific spaces and other SME services, as required, from 2023 to 2026).",Awarded,,0,20250410 University of Canterbury,27168107,Request for Proposals,Open Competition,UC Campus-wide LED Lighting Upgrade - Contractor RFP,22-456-3,20230330,20230502,20230831,"People, Culture & Campus",Sole Agency,No,,"************************************************************************* *** There will be a MS Teams briefing session on 6 April 2023 *** *** There will be a site visit on 11 April 2023 *** *** Register for these sessions by 4 April 2023 by sending an *** *** email to procurement@canterbury.ac.nz *** ************************************************************************** Background The University of Canterbury has an estimated $22m of fluorescent fittings installed across the campus. A number of these are now aging and require replacement. The development in the lighting technology provides an opportunity to replace the lighting with a new, energy efficient and long service life technology. The UCs condition assessment and level of service (LOS) have identified several buildings requiring upgrades. The programme will be replacing the fluorescent lights with modern LED lights. It is expected that the lighting upgrade will reduce the whole of life operational repairs and maintenance cost. Project We require following services from the contractor: Supply of the specified light fittings for respective tranche Installation of the replacement light fittings at UC Ilam and Dovedale campuses Term The expected term of this engagement is from the Financial year 2023 to end of Financial year 2026. Constraints Teaching Spaces areas used for the delivery of lectures or teaching, including classrooms, laboratories, lecture theatres. Access to these spaces is limited to the times outside the Primary Teaching Times. Non-teaching spaces areas other than Teaching Spaces, including circulation spaces, offices. Peak hours the university facilities are generally occupied from Monday to Friday, 8am to 5pm during lecture periods (peak hours). The teaching spaces are in high demand during this period therefore we cannot guarantee that the access to the teaching spaces during a semester (Monday to Friday, 8am to 5pm) can be provided. There is large number of staff and students on the campus during a semester, therefore the respondent shall allow to carry out at least 90% of the teaching spaces and 50% of the non-teaching spaces works outside the peak hours. The works can be carried out either after hours (5pm to 8am), over weekends, during public holidays o",Awarded,,0,20250410 University of Canterbury,27215777,Request for Proposals,Closed Competition,Taxation Services,23-056,20230703,20230814,20231005,"Planning, Finance & ITS",All of Government,No,,The University of Canterbury (UC) is seeking Proposals from suitably qualified suppliers (Prospective Suppliers) who are interested in providing taxation services to the University.,Awarded,,0,20250410 University of Canterbury,27268048,Request for Proposals,Closed Competition,Print Management Platform,23-200,20231204,20240301,20241029,,All of Government,No,,"The University of Canterbury (UC) is seeking Proposals from suitably qualified suppliers (Prospective Suppliers) to deliver a print management platform. We seek to source a print management platform that supports the core activities of the research lifecycle ecosystem, including Proposal, Budget, Application and Contract Development, Management, and Completion along with their associated workflows and approvals. The system will support modern reporting and dashboard functionality for individual users and user groups, as well as compliance tracking further to all legal, regulatory and stakeholder requirements.",Awarded,,0,20250410 University of Canterbury,27281338,Request for Proposals,Open Competition,Backup Replacement Solution,22-302,20230424,20230526,20231201,"Planning, Finance & ITS",Sole Agency,No,,"The University is looking for a Backup Replacement Solution. The outcomes the University wants to achieve are: A backup solution to enable Business Continuity and Disaster Recovery Plans to function. A backup solution to combat cyber threats such as ransomware and malicious or rogue employees. As the solution is support of business-critical systems the quality of service and continuity of supply are of high importance to the University. This is of strategic security and strategic critical importance to the University. The backup service is important for disaster recovery and cyber threats. The preference is for a supplier with a high level of experience and expertise in enterprise level backup solutions suitable to back up on-prem and cloud workloads. UC is looking for a partner: to further support, develop and proactively implement continuously improvements over the life of the contract. to transfer industry and vendor product knowledge and experience to UC staff including opportunity for upskilling and training. who sees UC as an important client not based on overall spend. who can show a certain level of commitment to environmental and social responsibility. Dates: Contract start date 1/08/2023 Implementation Mid Aug 2023 Operational 1/09/2023",Awarded,"UC successfully signed and entered into contract with Sempre Technologies Limited. Sempre offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully on the Commvault platform. UC looks forward to a successful and collaborative partnership with the Sempre team. UC had received a high number of responses for this tender and would like to thank all the respondents who invested their time and effort in preparing and submitting their proposals. We value your contribution to the tender process, and we look forward to exploring ways to collaborate and potentially partner with you on future opportunities with UC.",0,20250410 University of Canterbury,27311159,Request for Quotations,Open Competition,Electromechanical Universal Testing Machine,23-088,20230501,20230516,20230616,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury is seeking an electromechanical universal testing machine. This project is to enhance its unique, state-of-the-art research and teaching capabilities that support the Wood Technology Lab in the School of Forestry (SoF). The objective of the project is to support and enhance the wood processing industry. New Zealand needs skilled workers with the right qualifications. Workforce and skills shortages have been identified as an important issue for the sector. The industry is facing difficulty in attracting qualified staff and has low rates of research and innovation. There is currently no domestic tertiary qualification for domestic wood processing. Currently, the school has teaching capacity and capability, but the scope of the courses is limited due to the lack of equipment to create and test the mechanical or structural properties of wood products at the SoF.",Awarded,The university has selected its preferred supplier and is progressing to the next stage.,0,20250410 University of Canterbury,27356088,Request for Proposals,Open Competition,Fume Cupboard IQP Testing and Minor Repairs,23-030,20230508,20230601,20230703,"People, Culture & Campus",Sole Agency,No,,"We are seeking the services of a competent Contractor with demonstrable track record and successful delivery of similar projects to test and certify UC Fume Cupboards to ensure they meet Building Warrant of Fitness (BWoF) Standards. The successful service supplier shall be pro-active in managing, undertaking and monitoring the fulfilment of contracted Services and have the capacity, depth of experience, and a proven track-record for providing the required services to organisations of a similar size with similar equipment. The successful service supplier shall undertake all operational, planned proactive and reactive (unplanned) activities to ensure that equipment performance, safety, statutory compliance, and reliability is maintained. The contract with the current supplier of the fume cupboards is set to expire, and there is a need to renew the contract. It is essential that the work carried out complies with the AUS/NZ standards, which are the safety standards set by the Australian and New Zealand governments to ensure safe working environments in laboratories and other hazardous workplaces.",Not Awarded,,0,20250410 University of Canterbury,27445763,Request for Quotations,Open Competition,Database Administration Managed Support Services,22-101,20230524,20230621,20240217,"Planning, Finance & ITS",Sole Agency,No,,"The University requires a supplier to provide Database Administration (DBA) Managed Support services for Microsoft SQL Server and PostgreSQL Linux on-premises database environments. The University is requesting quotations that offer us the best possible value for money. The Supplier is an active supplier on NZ Government Marketplace. The contract will be as per the Marketplace terms & conditions.",Awarded,"UC successfully signed and entered into contract with Computer Concepts Limited (CCL). CCL offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully. UC looks forward to a successful and collaborative partnership with the CCL team.",0,20250410 University of Canterbury,27452303,Request for Proposals,Closed Competition,ED10 Facade Engineer,23-170,20230525,20230620,20231031,"People, Culture & Campus",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,27479047,Request for Quotations,Open Competition,Multibeam Sonar Survey System,23-142,20230531,20230615,20230703,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is planning to purchase a multibeam sonar survey system. A range of researchers at UC will make use of this capability, and as such, the equipment will facilitate numerous new research projects and streams. Waterways Centre use the Bathymetric lidar, purchased in 2021 to measure geomorphological change in water bodies, around New Zealand. The team is inundated with requests for lidar data, as it hasnt previously been available. Over the last two years, it has become clear that while the bathymetric lidar is widely functional there are water bodies in which it does not perform well. This leaves a gap in our ability to measure areas in rivers/coasts/lakes that may have lower water quality and clarity. The seamless collection/integration of topography and bathymetry sets allows us to view the landscape as a single entity. This is particularly important to help understand the morphological change as a result of climate change and extreme events.",Awarded,,0,20250410 University of Canterbury,27486419,Request for Tenders,Closed Competition,Community Garden [GS98] Workshop Upgrade,22-421,20230601,20230906,20240520,"People, Culture & Campus",Sole Agency,No,,"In 2023, the Waiutuutu Community Garden will celebrate its 21st anniversary. For many students (especially international students), it is an important place of connection and a fixture of university life. However, the current uses of the garden have outgrown its original provisions. The existing building at Waiutuutu Community Garden is no longer fit for purpose. This is an opportunity for the successful tenderer to contribute to the University of Canterbury's ongoing sustainability programme and deliver a new environmentally friendly structure at the Waiutuutu Community Garden.",Not Awarded,The project has been put on hold,0,20250410 University of Canterbury,27521682,Request for Proposals,Open Competition,Research Management System,22-321,20230620,20230804,20240524,"Planning, Finance & ITS",Sole Agency,No,,"UC is looking to invest in an innovative solution to support research. We seek to source a Research Management System that supports the core activities of the research lifecycle ecosystem, including Proposal, Budget, Application and Contract Development, Management, and Completion along with their associated workflows and approvals. The system will support modern reporting and dashboard functionality for individual users and user groups, as well as compliance tracking further to all legal, regulatory and stakeholder requirements.",Awarded,,0,20250410 University of Canterbury,27526954,Request for Quotations,Open Competition,X-Ray Photoelectron Spectroscopy,23-097,20230612,20230627,20230920,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking an X-ray photoelectron spectroscopy. UC is building a state-of-the-art XPS platform that will demonstrate its leadership in materials science research in the South Pacific region. The platform will be unique to NZ and have extensive use from both the wider research community and commercial companies (support letters). This XPS platform will provide new capabilities to our researchers, and thus increase the breadth, quality, and impact of research conducted at UC.",Awarded,,0,20250410 University of Canterbury,27530314,Request for Proposals,Open Competition,Digitisation of Student Transcripts,23-167,20230717,20230908,20231019,,Sole Agency,No,,"The University of Canterbury needs to procure the services of a company to electronically scan historic student data into searchable PDFs which are indexed by name, date of birth and, if available, student ID number. The documents are held in various box types. Each box type contains documents in different formats that are likely to require different setup and production times to digitise. Therefore, the first stage of the procurement is a pilot project to digitise samples of records from each box type in the providers digitisation system to provide an accurate estimate for the sub projects (defined by different types records) and therefore the overall project cost, and to ensure the quality of the scans and index.",Awarded,,0,20250410 University of Canterbury,27546087,Request for Proposals,Open Competition,Professional Conference Organiser (PCO) Panel,23-191,20231004,20231101,20231215,"People, Culture & Campus",Sole Agency,No,,"We are seeking Respondents with: relevant, recent experience in delivering professional conference services of a similar nature in a comparable setting; and a proven track record (supported by confirmation from referees and any other information UC may have or obtain).",Awarded,,0,20250410 University of Canterbury,27633670,Request for Proposals,Open Competition,Cloud Migration Delivery Partner,23-021,20230629,20230721,20240109,"Planning, Finance & ITS",Sole Agency,No,,"This tender relates to a requirement for a Cloud Migration Delivery Partner. The Supplier must be a Microsoft Azure Migration and Modernisation Program (AMMP) accredited supplier. The University requires a third party delivery partner to assist with cloud migrations, supplement the in-house UC Cloud Enablement squad while they gain experience and certifications and help UC to obtain Microsoft Azure Migration and Modernisation Program (AMMP) funding that is available via a Microsoft partner. You have a high level of experience and expertise in Cloud migrations. Expected start date of Contract: 18/09/2023 (Early or Mid Sept 2023)",Awarded,"UC successfully signed and entered into contract with Datacom Systems Limited. Datacom offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully. UC looks forward to a successful and collaborative partnership with the Datacom team. UC would like to advise that Accenture NZ Limited is to be a backup or Secondary supplier (if required). The panel confirmed that Accenture also has a high level of experience, knowledge, and skillset and is a viable supplier to be able to provide the service if required. UC had received a high number of responses for this tender and would like to thank all the respondents who invested their time and effort in preparing and submitting their proposals. We value your contribution to the tender process, and we look forward to exploring ways to collaborate and potentially partner with you on future opportunities with UC.",0,20250410 University of Canterbury,27710107,Request for Proposals,Open Competition,Contact Experience (Contact Centre),22-303,20230713,20230814,20240509,"Planning, Finance & ITS",Sole Agency,No,,"This tender relates to a requirement to procure and implement an omnichannel cloud-based Contact Centre Solution. The University requires an omnichannel cloud-based Contact Centre Solution for UC Contact Centre, IT Service Desk (24x7), Health Centre, and Campus Security (24x7). You have a high level of experience and expertise in a cloud-based omnichannel Contact Centre Solution services. Expected start date of Contract Mid Nov 2023",Awarded,"UC successfully signed and entered into contract with Converged Communication Network Applications Ltd (CCNA) for the NICE CXone Cloud Contact Centre platform. CCNA offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully. UC looks forward to a successful and collaborative partnership with the CCNA team. UC had received a high number of responses for this tender and would like to thank all the respondents who invested their time and effort in preparing and submitting their proposals. We value your contribution to the tender process, and we look forward to exploring ways to collaborate and potentially partner with you on future opportunities with UC.",0,20250410 University of Canterbury,27718721,Request for Quotations,Open Competition,Hydraulic accumulator bank,22-019A,20230717,20230803,20230913,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is planning to purchase a hydraulic accumulator bank and other ancillary parts. UC is building dynamic testing and earthquake simulation system. This is the second stage of the project. This powerful universal testing machine is the first facility for large-scale dynamic testing of structural and non-structural components in the Southern Hemisphere. UC aspires to be a national and international leader in earthquake engineering. That aspiration cannot be realized without state-of-the-art equipment to perform physical dynamic simulations. The opportunity to lead is clear: there is no facility in NZ or Australia that can produce dynamic earthquake simulations as proposed.",Not Awarded,,0,20250410 University of Canterbury,27765398,Request for Proposals,Open Competition,Pest Control Services,23-171,20230726,20230828,20231016,"People, Culture & Campus",Sole Agency,No,,"The presence of pests can pose various risks to health, safety, and the overall well-being of staff, students and visitors. The University of Canterbury (UC) requires the effective management and eradication of pests in and around both the Ilam and Dovedale campuses.",Awarded,,0,20250410 University of Canterbury,27796391,Request for Quotations,Open Competition,Digital Screen Campus - Camera Equipment,23-176,20230801,20230901,20231030,"Planning, Finance & ITS",Sole Agency,No,,"The University requires cameras and kits for students in year 1-3 of the DigiScreen degree programme and cinematic arts. The equipment will support the students through their time in the cinematic arts course at University of Canterbury and give them experience with industry standard equipment. Key Dates: Equipment Delivery to UC campus by: By Dec 2023 (Q4 2023)",Awarded,"UC successfully signed and entered into contract with the Preferred Supplier - Rubber Monkey Sales Ltd. UC looks forward to a successful and collaborative partnership with the Rubber Monkey team.",0,20250410 University of Canterbury,27847751,Request for Quotations,Open Competition,Particle size analyser,23-229,20230808,20230824,20231018,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a Particle Size Analyser. UC requires a new particle size analyser to enable teaching / research activities. Particle size determination is an important component of research and teaching in School of Earth and Environment. This equipment will work in the whakapapa of a place to help determine the makeup of soils and sediments, water quality, and analysing volcanic sediments and tsunami deposits, thus sitting within Vision Matauranga and Pasifika research areas. With this equipment the school and UC are adding a high-quality research and teaching tool to its arsenal, and opening collaboration across Aotearoa New Zealand as well as internationally as it is widely used in other institutions within Aotearoa New Zealand as well as globally.",Awarded,,0,20250410 University of Canterbury,27880641,Request for Proposals,Open Competition,Digital Screen Campus (DSC) - Virtual Production Set,23-089,20230814,20231002,20240403,"Planning, Finance & ITS",Sole Agency,No,,"The University requires procurement or lease (including potential lease to purchase) of LED Wall for a Virtual Production Set for the Digital Screen Campus (DSC) Project. This solution is critical to the University to be seen as an important leading NZ tertiary institution and trainer of students for the digital production industry. You will have a high level of experience and expertise in delivery and the implementation of LED Walls and Virtual Production Sets and want to contribute towards the growth of gaming and technology in New Zealands first DSC. Key Dates: Order date by: 1/12/2023 (subject to confirmation with the Successful Respondent) Installation completed by: Feb 2024 (subject to confirmation with the Successful Respondent) Operational by: March 2024",Awarded,"UC successfully signed and entered into contract with Futureworks Limited. Futureworks offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully for the Virtual Production Set (VPS) - LED Wall and Ceiling Solution - VuePix. The UC Koawa Creative Technologies Precinct (KCTP) previously called the Digital Screen Campus (DSC) looks forward to a successful and collaborative partnership with the Futureworks team. UC had received a high number of responses for this tender and would like to thank all the respondents who invested their time and effort in preparing and submitting their proposals. We value your contribution to the tender process, and we look forward to exploring ways to collaborate and potentially partner with you on future opportunities with UC.",0,20250410 University of Canterbury,27890952,Request for Quotations,Open Competition,Benchtop Scanning Electron Microscope,23-244,20230815,20230830,20231018,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a Benchtop Scanning Electron Microscope (SEM). UC requires this instrument to enhance teaching / research activities. Lack of capacity for immediate imaging and elemental mapping for research in palaeontology, volcanology, Quaternary Science, and sedimentology. This is restricting opportunities for postgraduate and staff research and does not allow for taught course optimisation. UC currently lacks timely access to these facilities, and this is limiting the capacity of staff and postgraduate students to produce research of international quality. The widespread use of this equipment in research means our students are currently lacking in exposure to modern research methods.",Awarded,,0,20250410 University of Canterbury,27909976,Request for Quotations,Open Competition,Hydraulic grips,22-019B,20230817,20230831,20231018,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking hydraulic grips. UC is building dynamic testing and earthquake simulation system. The project is in the second stage. This powerful universal testing machine is the first facility for large-scale dynamic testing of structural and non-structural components in the Southern Hemisphere. UC aspires to be a national and international leader in earthquake engineering. That aspiration cannot be realized without state-of-the-art equipment to perform physical dynamic simulations. The opportunity to lead is clear: there is no facility in NZ or Australia that can produce dynamic earthquake simulations as proposed. The University is looking for a supplier who has the capability and experience of delivering the equipment. It would be beneficial if the supplier has a good track record in academic and research field.",Awarded,,0,20250410 University of Canterbury,27918571,Request for Quotations,Open Competition,Laser Scanning Confocal Microscope,23-228,20230818,20230906,20231106,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a Laser Scanning Confocal Microscope. UC aims to engage in excellent research that is world-leading, high impact, interdisciplinary and relevant to new technologies and global challenges. Confocal microscopy is fundamentally important for high-impact world leading research in cell biology including fundamental, applied, and medical sciences. UC will establish New Zealands first super-resolution fluorescence microscopy facility. This investment integrates well within UCs existing technology and capability within the Faculty of Engineering, Science, and the Biomolecular Interaction Centre (BIC). It will raise multidisciplinary research to the next level, allowing collaborations to gain new insights and allow our academics to use cutting edge technology in intradisciplinary applications including degenerative diseases, cancer research, pathology, bio-protection, and sustainable agriculture in a changing climate.",Awarded,,0,20250410 University of Canterbury,27972074,Request for Quotations,Open Competition,High-Resolution Scanning Electron Microscope,23-181,20230828,20230922,20240227,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a High-resolution Scanning Electron Microscope. The University is looking for a supplier who has the capability and experience of delivering the equipment. It would be beneficial if the supplier has a good track record in academic and research field. This investment supports the Universitys strategic objectives through: Research Impact: Electron microscopy is part of core infrastructure required to conduct world-class research. Proposals to MBIE Endeavour and Smart Ideas funds are supported by this item. Moving onto Research collaboration strategy, its clear the current SEM is out of date and not performing well. Working with other researchers at universities both in NZ and overseas in Collaboration for research, any potential collaborator would expect UC to have modern and updated High Resolution SEM and Oxford Instrument detection equipment to be available and utilised in 2023 onwards. This supports UCs move to select a strong branded SEM that cuts the mustard. Engagement: UC academics will be more frequently invited to join collaborative grant proposals led by other Universities and other research organisations. Also, it will bring an additional stream of external funding via subcontracts and improving productivity in publishing high impact papers. The linkages with commercial users will increase the UC profile as an outward looking, engaged institution, able to support generation of community well-being. Education: Supporting students to innovate and experiment through repurposing the old machine as well as enabling further research. Improved publication productivity and quality, better funding will contribute to the increase in QS ranking and PBRF research revenue. Research students at UC will have an improved student experience and will become work ready graduates, for careers in industry and academia.",Awarded,,0,20250410 University of Canterbury,27979919,Request for Quotations,Open Competition,Gas Chromatography-Mass Spectrometry,23-246,20230829,20230915,20231124,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a Gas Chromatography-Mass Spectrometry (GC-MS) instrument. UC is a centre of excellence in determining the environmental impacts of organic contaminants, human exposure to contaminants and development of novel materials all of which require GC-MS analysis. The planned replacement of the GC-MS will increase our impact for good, enhance capacity to make a difference to resolving global sustainability challenges and deliver on the sustainable development goals.",Awarded,,0,20250410 University of Canterbury,28072086,Request for Quotations,Closed Competition,Mobile Lifecycle Management Project,22-009,20230911,20230925,20231201,"Planning, Finance & ITS",Sole Agency,No,,"The University is to procure a fully managed Mobile Lifecycle Management mobile phone service. The University requires a partner to provide a full end-to-end mobile service related to provision, use, management, and support of mobile devices & connections. UC requires a partner with demonstrable experience and expertise in end-to-end management of mobile services. Key dates: We require the contract to commence by: 24/10/2023. The timeframe for delivery: October - November 2023",Awarded,"UC successfully signed and entered into contract with OneNZ. UC looks forward to a successful and collaborative partnership with the OneNZ team.",0,20250410 University of Canterbury,28121400,Request for Proposals,Open Competition,Faculty of Law to Karl Popper,23-347,20230918,20231016,20231211,"People, Culture & Campus",Sole Agency,No,,"STRATEGIC OBJECTIVE The University of Canterburys Faculty of Law is currently located across several locations within the UC Ilam campus. Following the realignment of the School of Business and Law into separate schools, a need was identified to relocate the Faculty of Law to create a sense of place and identity, as well as enabling space efficiencies across campus. The Karl Popper building has been identified as the new location for the Faculty of Law. This project will involve amendments to the current buildings floorplans to create a fit-for-purpose facility for the Faculty of Law staff and students. PROJECT STATUS Test fit plans for the Karl Popper were completed in 2022 and will be a starting point for the design. The design will be carried out in two phases; preliminary design first to update and finalise the layout, followed by developed/detailed design as a single second stage. WHAT WE NEED We require an experienced and capable consultant to lead, deliver and co-ordinate the design development for the Project and monitor construction through to handover. The completion of the detailed design is programmed for Q3 2024, with handover scheduled for Q3 2025. The Successful Respondent will have the capacity and resources to deliver consultancy services that include: o a cost effective design solution; o design solutions that satisfy UCs requirements; o Providing a leadership role to a multidisciplinary design team to achieve co-ordinated delivery of the Project; o meeting timeline and performance deliverables; o compliance with the UCs Design Guidelines and UC protocols; o compliance with CIC Guidelines; o CM4 Construction Monitoring of the works;",Awarded,,0,20250410 University of Canterbury,28121568,Request for Proposals,Open Competition,Student Accommodation Campus Housing Short Term Repurposing,23-345,20230918,20231011,20231215,"People, Culture & Campus",Sole Agency,No,,"STRATEGIC OBJECTIVE The Accommodation Development Programme Mandate includes the provision of additional short to medium term student accommodation for year 2+ (including international students). This is required to be available from 2024 to enable maximum occupancy of year 1 students in existing student accommodation facilities. PROJECT STATUS Condition surveys have been carried out at each property included in the project. These have been reviewed and cross referenced to asset information to understand the current condition of each property and work required to deliver the project brief. As would be expected from properties that are currently being used as campus housing, all properties appear to be in good condition. The properties are all considered to have a consistent baseline condition of: All services, doors and windows operating to an acceptable functional standard Good condition in terms of internal and external finishes No requirement for immediate asbestos removal or making safe No requirement for electrical safety works to address visible electrical issues WHAT WE NEED Considering the baseline condition, a minimal intervention approach has been adopted where works are only undertaken to: Achieve the Health Homes Standard (HHS) Address any items outside of HHS to achieve the minimum standard required for student accommodation Address broken/damaged/unsafe items A minimal intervention approach will result in a scope of works to each property that is very similar to typical maintenance requirements. Please refer to Appendix A for full details of the project brief. UC is seeking to appoint a suitably experienced main contractor who will be responsible for delivering the Project within programme. In addition to the main contractor, UC will engage a Clerk of the Works/Project Manager and a Quantity Surveyor. The maintenance nature of the works means that there are unlikely to be items in the scope of works that require a significant level of design input. Any design work required will be procured on an ad-hoc basis. The Successful Respondent will: Have the capacity, capability, experience and resources to successfully deliver the Project on time; and Have relevant and recent experience in delivering Contract Works of a similar nature in a comparable setting.",Not Awarded,,0,20250410 University of Canterbury,28188485,Request for Quotations,Closed Competition,Clerk of the Works/Project Manager,23-370,20230927,20231010,20231019,"People, Culture & Campus",Sole Agency,No,,"The Accommodation Development Programme Mandate includes the provision of additional short to medium term student accommodation for year 2+ (including international students). This is required to be available from 2024 to enable maximum occupancy of year 1 students in existing student accommodation facilities. This RFQ is for the Clerk of the Works/Project Manager",Awarded,,0,20250410 University of Canterbury,28237507,Request for Quotations,Closed Competition,23-218 Employee Assistance Programme,23-218,20231006,20231024,20231205,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury is seeking an Employee Assistance Services provider (s), as part of an ongoing focus on preventative Health, Safety and Wellbeing of our kaimahi | staff.",Awarded,,0,20250410 University of Canterbury,28258870,Request for Quotations,Closed Competition,Meremere structural assessment,23-367,20231010,20231026,20231211,"People, Culture & Campus",Sole Agency,No,,"We are seeking a solution that provides an updated structural assessment report for the Meremere building on UC campus and, if required, a strengthening concept for the building. The Meremere building is home to the school of business and the Faculty of Law. UC have previously had an assessment carried out of the primary lateral system of the Meremere building as part of a wider assessment of buildings on campus. This showed that the building was not deemed as earthquake prone. However, a revised assessment is now required for this building following the 2017/2018 updates to the NZSEE The Seismic Assessment of Existing Buildings, and a subsequent review identifying possible weakness in the structural floor diaphragm performance. Should this assessment show that the building strength is lower than 67%NBS, a high-level concept design will be required to enable an initial cost estimate by a quantity surveyor. Pricing is to be split into two parts: Part 1 is to include investigations (on-site and desktop) and production of a detailed seismic assessment report. Part 2 is to allow for a concept design for strengthening the building if it is found to be below 67%NBS.",Awarded,,0,20250410 University of Canterbury,28264077,Request for Quotations,Open Competition,CNC Machine for wood,22-434,20231011,20231026,20231215,"People, Culture & Campus",Sole Agency,No,,"This procurement relates to the supply install and commissioning of a WDMAX DN-3409DE Heavy Duty Modular CNC Machining Centre, or equivalent, or superior machine. Supplying to the University of Canterbury terms and conditions is a precondition to supply of the machine. Warranty, availability of spare parts, and local Christchurch support will be evaluation criteria.",Awarded,,0,20250410 University of Canterbury,28279011,Request for Proposals,Closed Competition,Karl Popper - Electrical and ICT design services,23-384,20231013,20231102,20240125,"People, Culture & Campus",Sole Agency,No,,"The Karl Popper building is located within the Ilam Campus and is a 6-storey brutalist building constructed of exposed concrete. Level 5 is outside of the project scope and will remain occupied throughout the project. We require a consultant team to complete the design for the reconfiguration of level 1-4 of the Karl Popper building. The outputs of this process will feed directly into the business cases required to seek further UC approvals to enable construction works to proceed. The consult team will report directly to the UCPM and will be required throughout all phases of design and construction, including post construction. The consultant services for this procurement comprises of electrical and ICT design services only, including communications and security as required. The Successful Consultant will be required to deliver a coordinated detailed design in accordance with the CIC Guidelines.",Awarded,,0,20250410 University of Canterbury,28304422,Request for Proposals,Open Competition,[UC01] Ilam Campus Three Waters Upgrade - Consultancy Services,23-405,20231018,20231120,20240617,"People, Culture & Campus",Sole Agency,No,,"23-405 - [UC01] Ilam Campus Three Waters Upgrade: Consultancy Services Register for online briefing by 25 October 2023 Online briefing: 11:00 am, October 27, 2023 Deadline for questions from respondents: November 2, 2023 Deadline for UC to answer questions: November 9, 2023 Deadline for registrations: 3:00 pm, November 17, 2023 What we need The University of Canterbury seeks to identify up to three qualified consultants to develop a Three Water Delivery Plan. The plan will include renewal projects, overarching context, an overview of the programme, and support for developing and implementing robust asset management practices. The Three Water Delivery Plan will drive a broader partnership spanning 15 years, with a programme budget of $33 million for potential renewal initiatives. The consultant will be pivotal in verifying this allocation, refining forecasting, and presenting a comprehensive business case. This Registration for Interest (ROI) is to lead to a Request for Proposal (RFP) to deliver a Three Water Delivery Plan only (Phase One). A separate tender for the broader Design and Professional Services will be issued later in 2024 (Phase Two).",Awarded,,0,20250410 University of Canterbury,28304537,Request for Proposals,Closed Competition,QS Services - Relocate Faculty of Law to Karl Popper,23-385,20231018,20231108,20240205,"People, Culture & Campus",Sole Agency,No,,"PROJECT STATUS Test fit plans for the Karl Popper were completed in 2022 and will be a starting point for the design. The design will be carried out in two phases; preliminary design first to update and finalise the layout, followed by developed/detailed design as a single second stage. Once business case approvals have been granted, the project will move into construction. WHAT WE NEED We require an experienced and capable consultant to provide cost management services for the project. The completion of the detailed design is programmed for Q3 2024, with handover scheduled for Q3 2025. The Successful Respondent will have the capacity and resources to deliver consultancy services that include: o Develop and maintain cost planning services throughout design and construction o Forecast and actual cash flow tracking of Project costs o Regular Project Board updates o Pricing risk o Evaluating main contractor tenders o Managing project contingency We require a cost consultant to forecast, monitor and manage the project costs for the reconfiguration of level 1-4 of the Karl Popper building. The outputs of this process will feed directly into the business cases required to seek further UC approvals to enable construction works to proceed. The consult team will report directly to the UCPM and will be required throughout all phases of design and construction, including post construction. In order to progress the project, we need to meet two key approval milestones: UC approval at the end of preliminary design Business case approval at the end of detailed design To meet these approval milestones, services will be procured to complete the following stages: Stage 1 Complete preliminary design in order to give more cost certainty and confirm scope. This will allow submission for approval to move to stage 2. Stage 2 Complete developed and detailed design as a single stage once UC approval has been received. This will allow a business case to be submitted for approval to proceed to construction. Stage 3 Main Contractor Procurement Stage 4 - Construction and handover",Awarded,,0,20250410 University of Canterbury,28351028,Request for Proposals,Open Competition,Laundry Services,23-173,20231027,20231123,20240304,"People, Culture & Campus",Sole Agency,No,,"UC requires a professional laundry service provider to supply, wash, and repair essential items such as roller towels, tea towels, lab coats, entrance mats, and cleaning cloths.",Awarded,,0,20250410 University of Canterbury,28356986,Request for Proposals,Closed Competition,Digital Screen Campus - Phase Two Architect,23-411,20231027,20231113,20240126,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury (UC) wishes to procure an Architect/Design Lead, capable of providing relevant architectural services to help us deliver a new build postproduction facility that provides various digital screen spaces to support their academic programme along with research and commercial opportunities in this exciting new area.",Awarded,,0,20250410 University of Canterbury,28379319,Request for Proposals,Closed Competition,Digital Screen Campus - Postproduction Building Structural Engineer,23-424,20231101,20231115,20240307,"People, Culture & Campus",Sole Agency,No,,,Awarded,,0,20250410 University of Canterbury,28383799,Request for Proposals,Open Competition,Gas Sensor Maintenance Contractor,22-108,20231102,20231129,20240226,"People, Culture & Campus",Sole Agency,No,,"Gas sensors are critical for monitoring and detecting hazardous inert gases, and ensuring safety, air quality, or analysing environments. Gas sensors are designed specifically to monitor and repeatedly measure gas concentrations and indicate higher than normal levels to ensure safety for those working in and around hazardous gases. UC has a number of gas alarm panels, gas control units and gas detection systems that need to be serviced and maintained regularly. Manufacturers, as well as AS/NZS 60079.29.2.2008 recommends Gas Detection System and Sensor heads should be checked and calibrated six monthly. The cells in an oxygen depletion sensor typically will have a life of approximately three years (dependant on type), after which will require replacement, some oxygen sensors require two-year sensor replacements.",Awarded,,0,20250410 University of Canterbury,28385094,Request for Proposals,Closed Competition,Digital Screen Campus - Postproduction Building Fire Engineer,23-426,20231101,20231115,20240319,"People, Culture & Campus",Sole Agency,No,,"The University of Canterbury (UC) wishes to procure a fire engineer, capable of providing relevant fire engineering and protection services to help us deliver a new build postproduction facility that provides various digital screen spaces to support their academic programme along with research and commercial opportunities in this exciting new area.",Awarded,,0,20250410 University of Canterbury,28396799,Request for Quotations,Closed Competition,Structural engineering peer review,23-432,20231103,20231116,20240911,"People, Culture & Campus",Sole Agency,No,,We are seeking a solution that provides an updated structural assessment peer review for the Wellness Hub (new recreation centre and refurbishment of the existing recreation centre) on UC campus.,Not Awarded,,0,20250410 University of Canterbury,28396901,Request for Quotations,Closed Competition,Wellness Hub fire peer review,23-433,20231103,20231116,20240911,"People, Culture & Campus",Sole Agency,No,,We are seeking a solution that provides an updated fire engineering assessment peer review for the Wellness Hub (new recreation centre and refurbishment of the existing recreation centre) on UC campus.,Not Awarded,,0,20250410 University of Canterbury,28411198,Request for Proposals,Closed Competition,Digital Screen Campus (DSC) - Film Production and Media Asset Management,23-090,20231106,20231206,20240513,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury (UC) is building a Digital Screen Campus (DSC), developing skills and talents necessary for a more converged media future. The University needs to procure software, infrastructure, and a support for Film Media Asset Management (MAM) and Production Asset Management (PAM) systems. This is a unique opportunity to work with a leading New Zealand University and partner in the UC Digital Screen Campus project. You will be part of an innovative, leading edge Digital Screen industry project, where the facilities we build and fitout with sound and vision equipment will provide a vibrant, revitalised campus environment specifically geared towards education, commercial production, and research of various kinds of media. The Digital Screen industry is one of the fastest growing industries in the world. The respondent is welcome to supply either PAM only, MAM only or both. Key Dates: Installation completed by: 30/03/2024 Operational by: 30/04/2024 (Start Term 2)",Awarded,"UC successfully signed and entered into contract with Atomise Limited for the MediaCentral Flex + Avid NEXIS Film Production and Media Asset Management System solution. Atomise offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully. UC looks forward to a successful and collaborative partnership with the Atomise team. We would like to thank all the respondents who invested their time and effort in preparing and submitting their proposals. We value your contribution to the tender process, and we look forward to exploring ways to collaborate and potentially partner with you on future opportunities with UC and in the Koawa Creative Technologies Precinct (KCTP) program.",0,20250410 University of Canterbury,28435880,Request for Proposals,Open Competition,Digital Screen Campus - Postproduction Building - Project Management Services,23-418,20231110,20231207,20240311,"People, Culture & Campus",Sole Agency,No,,The University of Canterbury (UC) wishes to procure a project management consultant to lead the Postproduction Building project and coordinate project delivery. We need a consultant who has the relevant skills and experience to excel in this role and keep the project on track for delivery in 2026.,Awarded,,0,20250410 University of Canterbury,28471448,Request for Proposals,Closed Competition,DSC - Phase 1 Programmer,23-439,20231119,20231208,20240318,"People, Culture & Campus",Sole Agency,No,,"UC has prepared a plan for its step into a digital education future through the development of a Digital Screen project. This will include new educational offerings across the nexus of Game Development, Film, and wider screen industries. As part of the Digital Screen project, UC is aiming to renovate and extend the Dovedale Campus to provide a set of shared facilities that provide workspaces, stages, laboratories, and more for the teaching and research activities. UC require a programmer to join the project team to help improve scheduling and in doing so, bring focus to risk management and improve governance reporting. We require a programming consultant with proven capability, depth of experience and a proven track record of performance in project programming.",Awarded,,0,20250410 University of Canterbury,28635242,Request for Proposals,Open Competition,Private Cloud,21-333,20231215,20240301,20240920,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury (UC) is undertaking a digital transformation to enable delivery of its strategic goals and provide a modern environment to teach, research and learn. Consistent, secure, and well governed cloud is an enabler for this, and requires cloud architecture that enables appropriate security, monitoring, and governance. The University needs to procure Private Cloud services or Private Cloud as a Service (PCaaS) solution. You will have a high level of experience and expertise in Private Cloud and Cloud Service Delivery and have the infrastructure in New Zealand to deliver it. Expected start date of Contract: 31/05/2024",Awarded,"UC successfully signed and entered into contract with Sempre Technologies Limited for Private Cloud - Dell infrastructure and HPCNow! software solution. Sempre offers the best solution, experience, knowledge, and skillset to complete the deliverables successfully. UC looks forward to a successful and collaborative partnership with the Sempre team. UC had received a high number of responses for this tender and would like to thank all the respondents who invested their time and effort in preparing and submitting their proposals. We value your contribution to the tender process, and we look forward to exploring ways to collaborate and potentially partner with you on future opportunities with UC.",0,20250410 University of Canterbury,28678757,Request for Proposals,Open Competition,Vertical transportation consultant for lift upgrade programme,23-419,20240111,20240228,20240430,"People, Culture & Campus",Sole Agency,No,,"University of Canterbury will kick off a multi-year lift upgrade programme in April 2024. The University of Canterbury has 71 operational lifts of different kinds in 40 buildings across the campus. Lifts can be essential for providing vertical circulation, particularly in tall buildings, for wheelchair and other non-ambulant building users and for the vertical transportation of goods. Some lifts may also be used for firefighting and evacuation purposes. With the establishment of the campus in the 1970, some of the early lifts are due to an upgrade for motors, drives and controllers. We are seeking an independent consultancy with the vertical transportation capabilities (lifts) to deliver assessment, scoping, installation and subsequent support and engineering services. We are not looking for project managers, engineer rep services or contractors.",Awarded,,0,20250410 University of Canterbury,28680376,Request for Proposals,Open Competition,Payroll Solution,22-297,20240226,20240405,20241101,"Planning, Finance & ITS",Sole Agency,No,,"This is an open tender but there are rigorous pre-conditions that must be met. Responses that do not meet these pre-conditions will be considered non-conforming and will not be scored. Currently the plan is to start the global design phase for our implementation of the Workday Solution. The payroll Solution is to integrate with the Workday Solution.",Awarded,,5000000,20250410 University of Canterbury,28699633,Request for Proposals,Closed Competition,License Service Provider for non-Microsoft Software,23-399,20240122,20240216,20240620,"Planning, Finance & ITS",Sole Agency,No,,"The University requires reliable and timely renewal of software licenses. In addition, the University requires purchasing optimisation which will ensure the University receives the best value for money.",Awarded,,0,20250410 University of Canterbury,28759072,Request for Proposals,Closed Competition,Engineering Services - Grounds Relocation,23-496,20240130,20240223,20240621,"People, Culture & Campus",Sole Agency,No,,"At the November 2023 UC Council meeting it was confirmed that the development of 5 Homestead Lane into student accommodation would proceed as a project, with an expected opening date of February 2026. The confirmed site however is currently occupied by the FM Grounds team and is the base for their operational depot, workshops, and welfare facilities. In line with current design development for the new student accommodation facility, the site must be vacated by no later than the end of June 2024, to allow construction to commencement and enable delivery by February 2026. For this to occur the Grounds team, their associated equipment and nursery must be relocated to allow for business-as-usual operations to continue and thus limiting the disruption to the UC Campus and its occupants. Engineering Services that we will need contribution from are Geotechnical, Structural, Mechanical, Electrical, Hydraulics, Civil and Fire. We are seeking a proposal for the services your company can provide.",Awarded,,0,20250410 University of Canterbury,28774145,Request for Proposals,Closed Competition,UC01 [Ilam Campus] Three Waters Upgrade - RFP,23-405,20240201,20240223,20240617,"People, Culture & Campus",Sole Agency,No,,"This is the RFP phase of the procurement for the shortlisted respondents. UC01 [Ilam Campus] Three Waters Upgrade - RFP Details of the interview will be published by way of Notice to Tenderers (NTT)",Awarded,,0,20250410 University of Canterbury,28996991,Request for Proposals,Closed Competition,Boiler House Tank Access Design and Build,24-135,20240312,20240415,20240417,"People, Culture & Campus",Sole Agency,No,,"There are two tanks in the UC Boiler House that require regular access to the top for maintenance and servicing purposes. The non-pressurised tank has ladder access to the top, however it doesnt meet the modern health and safety requirements (e.g., no anchor points). Alternative maintenance access options compliant with the current health and safety requirements need to be provided. In addition, a port hole access at the bottom of the tank shall be designed and installed. The second tank is a pressurised tank with valves and gauges atop the tank that require maintenance access. This tank cannot be welded to, as it is pressure vessel. It also has a domed-top, making ladder access not feasible (unsafe). A temporary scaffolding is required on an annual basis to service the valves. A permanent access solution shall provide a long-term, readily available access option. There are also two gantries nearby, which with some extensions could provide safe access to both tanks. UC will engage an engineering contractor with proven capability and depth of experience in design, fabrication and installation of industrial safety and access solutions to design, fabricate and install compliant access solutions in the boiler house. The Successful Respondent will be required to design, manufacture and install a feasible solution. **** Deadline to register for site visit by email - 3pm 18 Mar 2024 **** **** Site visit - 1pm 19 Mar 2024 ****",Not Awarded,The procurement was cancelled. The work was no longer required.,0,20250410 University of Canterbury,29095326,Request for Proposals,Open Competition,UC Koawa Package 2 Enabling Works,24-033,20240326,20240418,20240711,"People, Culture & Campus",Sole Agency,No,,"Phase one of the wider Digital Screen Campus project is well into construction with the existing Dovedale Campus buildings being upgraded and repurposed to fulfil the key academic objectives for the first three years of the course. This campus has now been renamed UC Koawa creative technologies precinct and will be referred to as UC Koawa throughout this document. The Production and Postproduction Building (PPB) is part of stage 2. The PPB will be a state-of-the-art facility that allows for both film and game production. This will include motion capture, green screen, and virtual production combined within the one studio. The shared space will encourage creative collaborations and the use of advanced technology in both fields. The PPB is a new build, with a footprint of 1,400m2. Due to the tight project programme, we are looking for a civils contractor to carry out the enabling works while we complete the rest of the building design. *Please note: Appendix C will be posted as an NTT in the coming days",Awarded,,0,20250410 University of Canterbury,29143053,Request for Proposals,Open Competition,UC Koawa Production and Postproduction Building - Main Contractor (Design and Build),24-079,20240403,20240501,20241126,"People, Culture & Campus",Sole Agency,No,,"The first stage of the wider Koawa programme is well into construction with the existing Dovedale Campus buildings being upgraded and repurposed to fulfil the key academic objectives for the first three years of the course. This campus has now been renamed Koawa Creative Technologies Precinct and will be referred to as Koawa throughout this document. The next stage is the delivery of a Production and Postproduction Building (PPB). The PPB will be a state-of-the-art facility that allows for both film and game production and postproduction. This will include edit suites, final sound mix studio, colour grade and a sound stage within one building. The shared space will encourage creative collaborations and the use of advanced technology in both film and game fields. It is a building that will enable commercial activity on-site and provide students with the facility they need to complete their fourth year capstone projects in 2026. The PPB is a new build, with a footprint of no greater than 1,400m2. We are looking for a design and build partner to work with us for successful delivery of this exciting new development by the end of 2025. The University of Canterbury (UC) wishes to procure a design and build contractor to lead the Postproduction Building project and coordinate project delivery. We need a contractor who has the relevant skills and experience to excel in this role and keep the project on track for handover by the end of 2025 for student use in Semester one, 2026. The Successful Respondent will: a. have the capacity, capability, experience, attitude, and resources to successfully deliver the project; and b. have relevant and recent",Awarded,,0,20250410 University of Canterbury,29167775,Request for Proposals,Open Competition,Gas Manifold Contractor,24-077,20240408,20240515,20240827,"People, Culture & Campus",Sole Agency,No,n/a,"This procurement relates to the testing and inspection of gas regulators. UC has in use numerous lab and medical gases across a wide range of departments. The supply of these gases is by a variety of systems including, but not limited to, building wide piped distribution, distribution manifolds, local bottle stores and mobile plant.",Awarded,GES has been awarded the contract for Gas Manifold Contracting services after following the UC and NZGP procurement process.,0,20250410 University of Canterbury,29301230,Request for Quotations,Closed Competition,Faculty of Law to Karl Popper,24-160,20240430,20240508,20240531,"People, Culture & Campus",Sole Agency,No,,"We are seeking a capable External Project Manager (EPM) to take on a comprehensive project management role for our Karl Popper fit-out project. Due to upcoming maternity leave for our internal UC project manager, the role will entail UCs usual scope of services for an external project manager, as well as a number of key internal tasks that the project team will not have the internal resource to complete.",Awarded,,0,20250410 University of Canterbury,29323419,Request for Quotations,Closed Competition,Forestry Admin Block Structural Assessment,24-239,20240502,20240520,20240917,"People, Culture & Campus",Sole Agency,No,,"We are seeking a solution that provides an updated structural assessment report for the Forestry Administration building at UC campus and, if required, a strengthening concept for the building. UC have previously had an assessment carried out of the primary lateral system of the building as part of a wider assessment. This showed that the building was not deemed as earthquake prone. However, a revised assessment is now required for this building following the 2017/2018 updates to the NZSEE The Seismic Assessment of Existing Buildings. Should the assessments show that the buildings strength is lower than 67%NBS, a high-level concept design will be required to enable an initial cost estimate by a quantity surveyor.",Not Awarded,,0,20250410 University of Canterbury,29359176,Request for Proposals,Open Competition,UC Asbestos Panel,24-099,20240508,20240611,20240815,"People, Culture & Campus",Sole Agency,No,,"UC is procuring a suitably qualified panel of Asbestos Removalists and Assessors. This panel will provide their services on the medium to long term basis for all asbestos related work and projects around the various campuses and field stations in Canterbury. With most of UCs buildings being decades old, it is imperative that UC have access to competent suppliers who hold appropriate Worksafe NZ licenses to operate with asbestos materials safely on the campuses. We are seeking Respondents who are familiar with and experienced in generally accepted New Zealand best practices and with the capability to deliver these service deliverables satisfactorily, thus all certifications must be up to date and valid at time of submission and all other requirements met.",Awarded,,0,20250410 University of Canterbury,29423198,Request for Proposals,Open Competition,ED14 College of English Fascade & Roof Renewal,24-274,20240517,20240626,20240826,"People, Culture & Campus",Sole Agency,No,,"******* Please note: there is a site visit for this opportunity ******* Deadline to register for site visit 12pm 28 May 2024 Respondent site visit (originally 9am 29 May 2024) - ***changed to 9:30am 29 May 2024 i.e. 30 minutes later *** We are seeking an independent architectural consultancy with a faade and roof remediation design experience that can deliver: *Detailed Design drawings and specification suitable for a building consent and tendering to main contractors (following the concept design). *Lead the design team and engage required design sub-consultants *Construction monitoring The College of English building is located in the Dovedale campus and was constructed in 1991 (north block) and extended in 1996 (central and south block). It comprises of a central spine (covered corridor linkway including reception area, toilets, stairwells) and five wings connected to the central spine (classrooms and office space). The central linkway roof type is a butyl membrane roof while the wings roofs are lightweight steel sheeting fixed to timber framed roof structure. Rainwater goods consist of metal rain heads, gutters and downpipes. Walls are constructed in a mixture of reinforced concrete block walls and timber frame. The external faade consists of lightweight cladding (direct fixed textured fibre cement) and glazing systems. with a cladding finish. A building survey noted that the membrane roofs reached the end of their serviceable life and require replacing to ensure correct falls and weathertightness. The roofs have suffered from poor design and incorrect repairs, leading to water ingress and subsequent damage to the building components in vulnerable areas. Signs of water damage are noticeable in the interior. The rain heads are undersized and the windows within the covered corridor linkway are in a poor condition with failed seals allowing water to ingress internally and damage the adjacent wall linings.",Awarded,,0,20250410 University of Canterbury,29435481,Request for Quotations,Open Competition,Low-volume Isothermal Titration Calorimeter,24-228,20240520,20240606,20240813,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a low volume titration calorimeter (ITC). Isothermal Titration Calorimeter measures the heat released or absorbed during biomolecular interactions to simultaneously calculate binding affinity stoichiometry, enthalpy, and entropy in a single experiment. This equipment will be applied to research in the study of proteins and drug discovery by multiple research groups within the Biomolecular Interaction Centre and at the University of Canterbury. The current ITC equipment is aged and does not meet the expected outcome. Purchasing a new ITC will support and enhance research capabilities within BIC. This project will bring capabilities to the biochemistry science community at UC across transdisciplinary research areas.",Awarded,,0,20250410 University of Canterbury,29515170,Request for Tenders,Open Competition,AV Hardware & Services,23-408,20240610,20240705,20240909,"Planning, Finance & ITS",Sole Agency,No,,Please see the documents attached,Awarded,,0,20250410 University of Canterbury,29579362,Request for Proposals,Open Competition,Audio Visual Support Services,24-226,20240613,20240705,20240904,"Planning, Finance & ITS",Sole Agency,No,,"The University of Canterbury (UC) is looking to procure audio visual (AV) support services for teaching spaces, meeting rooms and other display venues on campus that require audio visual technology solutions.",Awarded,,0,20250410 University of Canterbury,29608527,Request for Proposals,Closed Competition,Multifunction Printing Devices,24-035,20240624,20240724,20241029,"Planning, Finance & ITS",All of Government,No,,"UC recently went to market and has selected PaperCut as the universitys print management platform going forward. This will entail migrating from the current Equitrac solution over the next three months. PaperCut will support the core activities of the universitys research lifecycle ecosystem, including Proposal, Budget, Application and Contract Development, Management, and Completion along with their associated workflows and approvals. The system will support modern reporting and dashboard functionality for individual users and user groups, as well as compliance tracking further to all legal, regulatory and stakeholder requirements. Having selected the PaperCut print management platform, UC now wishes to go to market for the supply of multi-function printing devices (MFDs). STRATEGIC OBJECTIVE UC is looking for a solution provider with the capability, experience, and infrastructure to deliver a fit-for-purpose solution. This solution would be provided as either: Sale of hardware Lease of hardware",Not Awarded,,0,20250410 University of Canterbury,29783266,Request for Proposals,Open Competition,ServiceNow Support Services,24-277,20240716,20240814,20241122,,Sole Agency,No,,"The University of Canterbury (UC) is looking to procure ServiceNow Support Services for our ServiceNow platform, which UC has been using for the last three years.",Awarded,,0,20250410 University of Canterbury,30038961,Request for Quotations,Open Competition,Hollow Cylinder/Torsional Shear Soil Element Test Apparatus,24-452,20240822,20240909,20241015,"Planning, Finance & ITS",Sole Agency,No,n/a,"University of Canterbury is seeking to purchase a dynamic cyclic hollow cylinder-torsional shear (HCTS) apparatus. This instrument is for the purpose of monotonic and cyclic strength and stiffness testing of soil elements (sand-sized particles and finer) at frequencies up to at least 1 Hz and to large shear strains. This project is to enable a wide range of stress paths and deformation modes to be applied to soil elements, including shearing soil to very large shear strains with monotonic and cyclic HCTS tests. UC is aiming to enable multiple research teams within UC to continue conducting high-quality research into the behaviour of NZ soils when undergoing numerous important loading conditions. These include: Earthquake shaking (including soil response when undergoing liquefaction); Natural slope instability and large shear strain response (e.g., slope failures induced by heavy rainfall and/or ground shaking); Engineered slope instability (e.g., instability of tailings storage facilities/embankment dams [Fanni et al., 2023]); General response of soils undergoing complex stress paths (e.g., changes in soil stress states during excavation, building and retaining wall construction, groundwater fluctuation, etc.)",Awarded,,0,20250410 University of Canterbury,30126174,Request for Quotations,Open Competition,Simultaneous Thermal Analyser,24-451,20240904,20240923,20241015,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a Simultaneous Thermal Analyser (TGA/DSC). A Simultaneous Thermal Analyser (STA) is a type of instrument that combines Thermogravimetric Analysis (TGA) and Differential Scanning Calorimetry (DSC) in a single device. This allows for the simultaneous measurement of changes in a material's mass (TGA) and heat flow (DSC) as a function of temperature or time under controlled atmospheric conditions. This capability is currently lacking at UC with the previous work-horse instrument now inoperable after 16 years of continued service. The capabilities that this instrument possesses are critical for any research programme in materials science.",Awarded,,0,20250410 University of Canterbury,30161580,Request for Proposals,Open Competition,Library Storage,24-510,20240918,20241011,20241125,"Planning, Finance & ITS",Sole Agency,No,,This procurement relates to commercial offsite storage of low-use circulating print books for the University of Canterbury Library,Awarded,,0,20250410 University of Canterbury,30208040,Request for Quotations,Open Competition,LiDAR Ceilometer,24-366,20240917,20240930,20241023,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a LiDAR (optical) ceilometer. A LIDAR ceilometer is a type of instrument used to measure cloud base heights and other atmospheric particles using Light Detection and Ranging (LIDAR) technology. It works by emitting laser pulses into the atmosphere and then measuring the time it takes for these pulses to be reflected by particles like clouds, aerosols, or even fog. The existing instrument has been central to UC input into 9 international field campaigns and more than 10 papers in the last 6 years. It has been fully depreciated and come to its end of life. UC is considering this instrument to be deployed to the multiple locations (e.g. Antarctica, and sub-Antarctica, Southern Ocean).",Awarded,,0,20250410 University of Canterbury,30230801,Request for Quotations,Open Competition,High-capacity calcination furnace,24-525,20240919,20241004,20241028,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking to purchase a High-capacity calcination furnace. A calcination furnace is a type of industrial equipment used to heat materials, typically minerals, ores, or other solid materials, to high temperatures in order to induce a thermal decomposition or a phase transition. It removes volatile substances, moisture, and other impurities from a material by heating it to temperatures typically ranging from 800C to 1500C. This process results in a chemical change, such as the decomposition of carbonates to oxides. There is a current lack of experimental capabilities in UC and New Zealand at both the industry and research level. While there are small furnaces that can calcine a few hundred grams at a time, individual tests at a useful scale require 20kg or more particularly when looking at 3D printed structural components. Combining multiple samples from numerous individual calcinations introduces excessive uncertainty and variability. The capabilities that this instrument possesses are critical for any research programme in concrete lab.",Awarded,,0,20250410 University of Canterbury,30236845,Request for Proposals,Open Competition,Exterior Cleaning - Scope 1,24-465,20240920,20241024,20241216,"People, Culture & Campus",Sole Agency,No,,"This opportunity is for SELECT exterior building cleaning services: Gutter cleaning services, Window cleaning services (inside and outside), Pigeon waste removal, Pond Cleaning and clearance strip drains ***** SITE VISIT ****** Deadline tor register for site visit - Tuesday 5pm 24 September Site visit: Thursday 10am to 12 pm 26 September",Awarded,,0,20250410 University of Canterbury,30281027,Request for Tenders,Open Competition,Exterior Cleaning Machine,24-529,20240927,20241023,20241203,"People, Culture & Campus",Sole Agency,No,,"We require an exterior cleaning machine that will be used across the whole campus for cleaning of building thresholds, walkways, structures and other outdoor areas. This type of machine is also commonly known as a ride-on cleaning machine, ride-on scrubber, floor scrubber etc. A spec sheet has been provided to detail what UC's requirement is. This is not a request for alternative proposals and submissions need to comply as far as possible to the specification that forms part of this RFT. ***IMPORTANT*** The supplier must have stock in NZ and have a short lead time for delivery as this purchase needs to be completed by latest December 2024. Pricing for the accessories you are able to provide, is also to be stipulated and quoted on the attached pricing schedule. This will be for the supply of both goods and services pertaining to the machine.",Awarded,n/a,0,20250410 University of Canterbury,30373616,Request for Proposals,Open Competition,Faculty of Law to Karl Popper - Fit Out,24-428,20241012,20241112,20250228,"People, Culture & Campus",Sole Agency,No,,"Building on the Advance Notice that was previously published, the University of Canterbury (UC) wishes to procure a Main Contractor to lead the Faculty of Law to Karl Popper Fit-Out project and coordinate project delivery. We require a Main Contractor with the necessary skills and experience to successfully manage this project while keeping it on schedule. Levels 5 and 6, which are outside the project scope, must remain fully operational and safe for occupants throughout the construction. The contractor must also guarantee uninterrupted public access to these levels during the entire construction period. The Successful Respondent will: Have the capacity, capability, experience, attitude, and resources to successfully deliver the project. Have relevant and recent experience in delivering fit-out projects of a similar nature in a comparable live setting; and",Awarded,,0,20250410 University of Canterbury,30401999,Request for Quotations,Open Competition,CCD Camera for Hercules Spectrograph at Mt John Observatory,24-426,20241014,20241107,20241219,"Planning, Finance & ITS",Sole Agency,No,,"University of Canterbury is seeking a CCD camera for the HERCULES spectrograph at the University of Canterbury Mt John Observatory. This project is to replace the obsolete CCD system with a state-of-the-art instrument. This is a critical for the UC Mt John Observatory and the UC seeks fit-for-purpose instrument of at least 10 years useful life. The university is enhancing its unique, state-of-the-art research and teaching capabilities. This project will bring enhanced capabilities to the science community at UC across transdisciplinary research areas.",Awarded,,0,20250410 University of Canterbury,30512066,Request for Proposals,Closed Competition,Media Buying and Strategy - AOG CMS panel,24-511,20241029,20241119,20241209,"People, Culture & Campus",All of Government,No,,"This will be a closed competitive secondary procurement to evaluate select proposals from suppliers currently on the Creative and Media Service All of Government Panel. A completed Conflict of Interest Declaration is also to be submitted as part of this proposal. Please note the questions and closing date deadlines. Proposal details are not to be discussed with any other UC teams other than Procurement to ensure probity. We intend to conduct interviews/presentations towards the end of November, please ensure availability during that time.",Awarded,,0,20250410 University of Canterbury,31075640,Request for Proposals,Open Competition,QuakeCoRE Communications Coordination,25-010,20250214,20250312,20250401,"People, Culture & Campus",Sole Agency,No,,"Te Hiranga Ru QuakeCoREs mission is an earthquake-resilient Aotearoa New Zealand where thriving communities have the capacity to recover rapidly after major earthquakes through mitigation and pre-disaster preparation informed by internationally leading research excellence. As part of achieving that key strategic objective, we want to procure a communications specialist to develop, implement and operationalise a number of communication tools to support our research centre. Please ensure you review the scope document alongside the RFP document, as this has more in-depth details of the services required.",Awarded,,0,20250410 University of Canterbury,31077130,Request for Proposals,Open Competition,QuakeCoRE Science Communication,25-009,20250214,20250312,20250401,"People, Culture & Campus",Sole Agency,No,,"Te Hiranga Ru QuakeCoRE is seeking a science writer to our communications strategy through the writing of research highlight stories on various topics for dissemination to our community and inclusion in our Annual Report. Please ensure you review the scope document alongside the RFP document, as this has more in-depth details of the services required. Close date for proposals is the 12th of March.",Awarded,,0,20250410 University of Otago,5463329,Request for Quotations,Open Competition,RFQ-2014-28,5463329 I.T.S. UCS Server 2,20141016,20141030,20190801,,Sole Agency,No,"As per tender document, page 10","Full information is outlined in the tender document, and RFQ response details outlined on page ten of the tender document, being Gets RFx Id 5463329",Not Awarded,,0,20250410 University of Otago,17061149,Request for Proposals,Open Competition,Internet Traffic Management System,TR2015-27,20151209,20160129,20210317,,Sole Agency,No,"Room 140, Registry Clocktower Building, 362 Leith St, North Dunedin, Dunedin 9054","The purpose of this Request for Proposal (RFP) is to provide information to potential suppliers on the Internet Traffic Management solution required by the University of Otago. Information Technology Services (ITS) will use the responses to shortlist suppliers for a workshop culminating in fully agreed detailed requirements and costs. ITS is seeking proposals for an IT partner to provide a resilient and scalable Internet Traffic Management solution to replace the current platform.",Not Awarded,The contract was awarded to CCL.,0,20250410 University of Otago,17084264,Request for Quotations,Open Competition,ITS Storage Enhancement,TR2015-29,20151217,20160205,20210317,,Sole Agency,No,,"The University of Otago Information Technology Services (ITS) Division, Infrastructure and Applications, Operations Services, are releasing an RFQ document requesting companies to submit their proposals to University of Otago with information and pricing on providing University of Otago with products and services.",Not Awarded,The contract was awarded to Sempre Technologies.,0,20250410 University of Otago,17163661,Request for Tenders,Open Competition,Department of Microbiology & Immunology - Autoclave,TR2015-25,20160129,20160304,20210317,,Sole Agency,No,,"The Department of Microbiology & Immunology needs to replace the 3rd floor media autoclave. The autoclave is to operate with saturated steam as the steriliser with a temperature range from 105 C (221F) to 138 C (280 F). Respondents must make a site visit to assess the site for delivery and installation.",Not Awarded,The contract was awarded to Thermo Fischer Scientific.,0,20250410 University of Otago,17185688,Request for Tenders,Open Competition,DEMOLITION CONTRACTOR,TR2016-03,20160204,20160225,20210317,,Sole Agency,No,"Room 140, Registry Building, 362 Leith St, North Dunedin, Dunedin 9054. Attention Murdo Ross","This RFT has been issued by the University of Otago (University) for demolition of several existing buildings to prepare the site for the redevelopment of the Dental School on the main Dunedin Campus. The works include terminations of above and below ground services, and related works as provided in the documents. This RFT is the first and only stage of procurement for this contract. The RFT is directed to Demolition Contractors with sufficient recent relevant project experience and with sufficient current capacity and capability to undertake the Main Demolition Works for the Dental School Development.",Not Awarded,The contract was awarded to Ceres New Zealand.,0,20250410 University of Otago,17306659,Request for Tenders,Open Competition,University of Otago Commerce Building Redevelopment Project,TR2016-07,20160314,20160408,20210317,,Sole Agency,No,"Property Services, 111 Albany Street, Dunedin. Attention Phil Chatfield","The purpose of this Request for Tender (RFT) is to invite Contractors to submit Fee and Service proposals to the University in respect of the provision of construction services for the Commerce Building Redevelopment. This RFT shall constitute Stage 1 of a two-stage early contractor involvement procurement process. The intention is to bring a contractor into the project as Preferred Contractor, to assist the project team with pre-planning of the project construction phase, whilst also providing advice to the design team and university stakeholders. It is anticipated that a formal Instrument of Agreement will underpin this stage. It should be noted that the Tenderer will be required to attend a mandatory site visit in order that the scope of the project, and its challenges, can be properly appreciated. This can be arranged with the Authorised Representative whose details are at Section 4.1. of the RFT Document",Not Awarded,The contract was awarded to Naylor Love.,0,20250410 University of Otago,17340189,Request for Tenders,Open Competition,Heritage Building Conservation Plans,TR2016-06,20160323,20160422,20210317,,Sole Agency,No,"Room 140, Registry Clock Tower Building, 362 Leith St, North Dunedin, Dunedin 9054. Attn Murdo Ross",The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of heritage conservation plans for seven buildings in the University of Otago Clock Tower heritage precinct.,Not Awarded,The contract was awarded to Salmond Reed.,0,20250410 University of Otago,17537663,Request for Proposals,Open Competition,Project : Music and Theatre Relocation,TR2016-13,20160523,20160701,20210317,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite Offers for Consultant Design Services in respect of the provision of architectural and subconsultant services for the Music & Theatre Relocation Project. The requirement is for the appointment of an Lead Architect and appropriate Subconsultant team to develop an agreed and acceptable design and delivery solution in response to the Project Brief. The Lead Architect must be a NZIA Registered Architectural Practice.",Not Awarded,The contract was awarded to Baker Garden Architects.,0,20250410 University of Otago,17591558,Request for Tenders,Open Competition,The Supply of Frozen Goods,TR2016-11,20160610,20160718,20210317,,Sole Agency,No,,"The University of Otago Union is a commercial University-owned business unit comprising of 26 operations in 15 locations on and around campus. Including, Retail outlets Campus Shop, Archway Shop, Commerce Shop and College Shop and the food outlets Frankly Sandwiches, Caf Albany, Union Grill, Food Court, Hunter Cafe, St David Caf and the University Plaza Caf, Marsh Study Centre, University Visitors' Centre, University of Otago Staff Club, Gallery Restaurant, Toroa College, Refuel Bar and also have significant Conference and Event interests. College Catering food service operations provides a food service to 1600 students daily (4800 meals) at University College, City College, Hayward College, Aquinas College, Abbey College, Cumberland College and Te Rangi Hiroa College. The University is seeking to establish a relationship with a qualified supplier of frozen goods under a term (2 +1) contract.",Not Awarded,The contract was awarded to Link Foodservice.,0,20250410 University of Otago,17591594,Request for Tenders,Open Competition,The Supply of Tinned Produce (Fruit and Vegetables),TR2016-12,20160610,20160718,20210317,,Sole Agency,No,,"The University of Otago Union is a commercial University-owned business unit comprising of 26 operations in 15 locations on and around campus. Including, Retail outlets Campus Shop, Archway Shop, Commerce Shop and College Shop and the food outlets Frankly Sandwiches, Caf Albany, Union Grill, Food Court, Hunter Cafe, St David Caf and the University Plaza Caf, Marsh Study Centre, University Visitors' Centre, University of Otago Staff Club, Gallery Restaurant, Toroa College, Refuel Bar and also have significant Conference and Event interests. College Catering food service operations provides a food service to 1600 students daily (4800 meals) at University College, City College, Hayward College, Aquinas College, Abbey College, Cumberland College and Te Rangi Hiroa College. The University is seeking to establish a relationship with a qualified supplier of Tinned goods (Fruit and Vegetables) under a term (2 +1) contract.",Not Awarded,The contract was awarded to Link Foodservice.,0,20250410 University of Otago,17591956,Request for Proposals,Open Competition,Project : Music and Theatre Relocation - Cost Management Services,TR2016-15,20160613,20160708,20210317,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite Offers for Consultant Services in respect of the provision of estimating, cost advice and financial management services for the Music & Theatre Relocation Project.",Not Awarded,The contract was awarded to Flanders Marlow.,0,20250410 University of Otago,17597146,Request for Proposals,Open Competition,Supply of Printing Services,TR2015-26,20160614,20160718,20210317,,Sole Agency,No,"University of Otago, Procurement Office, Room 140, Registry Building, 362 Leith Street, North Dunedin 9054","The purpose of this Request for Proposal (RFP) is to invite suitably experienced parties to submit their proposals to the University of Otago (The University) with information on their skills, services and experience in providing printing services. The Marketing and Communications Office is involved in the production of more than 16 recruitment and corporate publications a year. Most of them are updated and reprinted annually. The formats, extents, and circulations of the publications are varied, as are their production cycles and schedules.",Not Awarded,Contract was awarded to Southern Color Print.,0,20250410 University of Otago,17621341,Request for Tenders,Open Competition,Supply of Audio Visual Equipment and Control Units,TR2016-08,20160623,20160722,20210317,,Sole Agency,No,"University of Otago, Procurement Office, Room 140, Registry Building, Leith Street central, Dunedin. Attention Murdo Ross.","The University of Otago is predominantly a user of Crestron audio visual and control systems in pool teaching spaces as well as departmental seminar and meeting rooms. The University is seeking to select a establish a relationship with a single supplier (or a panel of suppliers if necessary), to meet its AV Equipment purchasing requirements for an extended period based on a initial three year period with two x 1 year renewal periods. A secondary requirement is that the successful supplier would have the capability to provide integration, installation and commissioning support when workloads increase because of scheduling, or if in-house capabilities are diminished.",Not Awarded,The contract was awarded to VideoPro NZ.,0,20250410 University of Otago,17881302,Request for Tenders,Open Competition,Triple Quad Gas Chromatography Spectrometer,TR2016-22,20160907,20160922,20210317,,Sole Agency,No,"Room 140, Registry Clock Tower Building, 362 Leith St, North Dunedin, Dunedin 9054",The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of a triple-quad gas chromatography machine with an attached thermal desorption unit and Tedlar bag interface.,Not Awarded,This contract was awarded to Shimadzu Scientific Instruments.,0,20250410 University of Otago,18080307,Request for Quotations,Open Competition,Supply of Furniture for the Science Precinct Redevelopment Project,TR2016-28,20161028,20161114,20210317,,Sole Agency,No,,"Please read the attached documents . The University of Otago is New Zealand’s oldest university with its primary campus located in Dunedin, New Zealand. It also maintains facilities in Auckland, Wellington, Christchurch and Invercargill. The University is inviting quotations to supply Loose Furniture for the Science Precinct Redevelopment Project. The Sciences Precinct upgrade is a complete redevelopment of the Science One building and the refurbishment of the first floor of the Science Two building. Science two was completed in January 2016 and Science one’s first phase is under construction and is due for completion on 23 January 2017. The third and final phase is scheduled to be completed in January 2018. The University has a requirement for furniture for office, laboratory and student areas. The Science Precinct project requires the purchase of office, student space and laboratory furniture as part of the fit out across the building. The products will be required over two phases, the first tranche of furniture is required to be delivered between 30 January & 5 February 2017 and the second tranche of furniture is required mid-January 2018. Items to be procured are new workstations, task chairs, stools, bookcases and modular loungers for student and foyer areas. We are committed to purchasing functional, sustainable and flexible furniture across this project. Colours will be selected form the standard colour range.",Not Awarded,The contract was awarded to Metalon.,0,20250410 University of Otago,18253286,Request for Quotations,Open Competition,ITS Storage Expansion,TR2016-36,20161220,20170127,20210317,,Sole Agency,No,,ITS is currently expanding DELL EMC Isilon storage within our data centres. The University is seeking to purchase the equipment as per the Bill of Materials in Appendix 1.,Not Awarded,"The contract was awarded to: Dimension Data and Dell/EMC.",0,20250410 University of Otago,18627650,Request for Quotations,Open Competition,Purchase of CyberArk Software,TR2017-13,20170504,20170518,20210317,,Sole Agency,No,,"The University of Otago is New Zealand’s oldest university with its primary campus located in Dunedin, New Zealand. It also maintains facilities in Auckland, Wellington, Christchurch, Invercargill and Alexandra. Information Technology Services is introducing CyberArk Shared Technology in to our environment.",Not Awarded,The contract was awarded to Datacom.,0,20250410 University of Otago,19464287,Request for Tenders,Open Competition,Supply of Security Services,TR2018-03,20180219,20180316,20191016,,Sole Agency,No,,"Currently the University of Otago uses a variety of security providers, each on different arrangements, to undertake a variety of security work within the university. This includes the after-hours Library operations, after hours Residential College security work, bar security work at the Re Fuel Bar and conference and event work throughout the year as required. The purpose of this tender process is to establish a sole provider of all security work undertaken on the University of Otago, Dunedin Campus, under one contract. This will include Residential Colleges, Libraries and Re Fuel Bar, as well as allowing for other ad hoc requirements ( such as conference and events) as needed throughout the year. This is estimated to equate to over 26,000 hours per year.",Awarded,,0,20250410 University of Otago,20072036,Request for Tenders,Open Competition,Benchtop Scanning Electron Microscope,TR2017-34,20180827,20180921,20190801,,Sole Agency,No,,"The Orthopaedic Surgery and MSM (UOC) requires a benchtop SEM capable of high-resolution electron imaging of both material and biological samples. The SEM must be capable of providing quantitative information of surface topography but also allow imaging of wet biological specimens under low vacuum conditions. Financial considerations include the initial purchase price of the microscope and the cost for its ongoing operation. To ensure that the benchtop SEM satisfies the requirement of different research groups and provide great benefits to the Department, different needs should be considered in the procurement process. The equipment must meet essential technical abilities to carry out required research, it must meet key performance indicators such as low and high vacuum imaging capability. It must be user-friendly thereby ensuring minimum technical experience required allowing different members from multiple departments of the school to use the SEM independently. It must be robust and small so that it can be relocated if required. It must provide good value to the University in terms of up-front costs and the total life cost of the equipment including training and maintenance. A future upgrade of the new benchtop SEM could also be considered in the future to satisfy new avenues of research and extend the life and use of the equipment. It is essential that the equipment should have at least two vacuum modes, to allow imaging of electronically robust samples like metals and metal alloys but also biological samples or soft hydrogels that need extensive sample treatment to make them suitable to be imaged using an electron beam. The capability of the purchased equipment to be used with minimal sample preparation will facilitate researchers from different departments to use this equipment with minimal training. For more information, please view the attachments.",Not Awarded,The process has been suspended and no contract is awarded.,0,20250410 University of Otago,20090961,Request for Proposals,Open Competition,Steam Generation - University of Otago RSF,TR2018-25,20180830,20180925,20191016,,Sole Agency,No,,"The Research Support Facility (RSF) is a new research and laboratory facility for medical research at the University of Otago. It brings together research activities from around the School of Medical Sciences into a single new purpose built facility. The new building has a GFA of approximately 3,750m2 spread over 4 storeys with a roof level plant enclosure. A steam supply is required to run the facilities Central Sterile Services Department (CSSD) and HVAC systems. The RSF project has been designed by Jacobs. The building is currently under construction, with Naylor Love Construction as the main contractor. The RSF building is expected to be completed and ready for occupation in August 2019. The construction team will require the steam supply to be fully commissioned and operational by the end of March 2019 to enable the commissioning of the buildings HVAC and CSSD systems. Please view the attachments for more information.",Awarded,,0,20250410 University of Otago,20145987,Request for Proposals,Closed Competition,"New Build Electrical Consultancy - University of Otago, Christchurch (UOC)",TR2018-28,20180911,20181004,20190801,,Sole Agency,No,,"Invitation: Request for Proposals - University of Otago, Christchurch Your company is invited to provide the University of Otago a proposal for the provision of Electrical Consultant Services for the University of Otago, Christchurch Campus Redevelopment Project. Your proposals is to be submitted by 3.00pm 4th October 2018 and are to clearly identify the fees per stage. Details regarding the nominated individuals within your proposed team should also be included. The attached RFP document outlines the requirements of Consultants for the project. Part A details the Project Brief and contains project specifics, description of the works and project scope. Part B details the Consulting Services brief and contains specifics of the consultancy services, the draft contract with the consultant and other appendices. As this document will form part of the successful consultants contract, you are encouraged to read this document and in turn highlight any concerns or issues within your proposal. Lodgement of your Submission: Refer to part B for lodgement details. Submissions should be received by 3.00pm 4th October 2018.",Awarded,,0,20250410 University of Otago,20264620,Request for Proposals,Open Competition,School of Pharmacy VPPL and Clinic Main Contractor,TR2018-30,20181009,20181105,20191016,,Sole Agency,No,,"The School of Pharmacy has developed a new curriculum, launched this year. However, to successfully deliver the curriculum, the School urgently requires a suitable simulation professional practice laboratory (a Virtual Professional Practice Laboratory; VPPL). The current 5th floor Laboratory is inadequate and will be redeveloped with the inclusion of 10 individual pods and flexible circulation space in the centre, a technician/office space, store room and seminar/meeting room with AV capabilities.",Awarded,,0,20250410 University of Otago,20434080,Request for Tenders,Open Competition,Oral Pathology Digital Scanner and a Digital Stainer,TR2018-11,20181116,20181212,20200113,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to invite suitably experienced parties to submit tenders for the provision of an Oral Pathology Digital Scanner and a Digital Stainer. Suppliers may submit a response for either or both items. Please view the attachments for more information.",Awarded,,0,20250410 University of Otago,20444137,Request for Tenders,Open Competition,Supply of Branded Apparel,TR2017-35A,20181119,20181213,20190801,,Sole Agency,No,,"University colleges and departments require quality apparel for promotion of their identity and of University events. The products needed are diverse and the designs are varied. Please view the attached documents for more information.",Awarded,This contract is awarded to a panel of 2 suppliers: The Print Room and Novelli.,0,20250410 University of Otago,20444243,Request for Tenders,Open Competition,Promotional Merchandise,TR2017-35B,20181119,20181213,20190801,,Sole Agency,No,,"University colleges and departments require quality promotional merchandise for promotion of identity and of events. The products are diverse and the designs are varied. Please view the attachments for more information.",Awarded,The contract is awarded to a panel of 2 suppliers: The Print Room and Novelli.,0,20250410 University of Otago,20924209,Request for Proposals,Open Competition,Supply of Milk & Dairy Products,TR2019-03,20190409,20190517,20190801,,Sole Agency,No,,"The University of Otago is seeking a supplier or suppliers to deliver milk and dairy products to the University. The products covered in this process are key ingredients for the University, for which the suppliers capabilities in food safety; timely, reliable and accurate delivery; product quality; customer service level and transactional efficiency are paramount, along with a competitive price. Included in this RFP is: The supply of milk and dairy products to University Union for use in its food service, cafe and catering operations. The supply of milk to University departments for the provision of staff tea & coffee service. This includes the Universitys satellite campuses. The University would consider splitting the supply of milk & cream from the supply of dairy products. This could, potentially, result in two suppliers.",Awarded,The contract is awarded to Goodman Fielder.,0,20250410 University of Otago,21153499,Request for Quotations,Open Competition,Supply of Citrix Netscaler,TR2019-11,20190614,20190627,20201118,,Sole Agency,No,,"This procurement relates to the delivery of a Citrix Netscaler Solution. Previously these have been provided by the selected Vendor, with installation and configuration services being completed by the Technology provider (Citrix). Going forward we wish to engage the successful vendor for hardware delivery and in a similar vein, the Technology provider for installation and configuration services. The University currently has 2x Citrix Netscaler 19500 and 2x Citrix Netscaler 11500 load balancers deployed within our datacentres. This equipment is now end of life and we wish to refresh the equipment that provides these services.",Awarded,,440000,20250410 University of Otago,21191945,Request for Quotations,Open Competition,"Exodus - Cables, Licences, and Cisco Systems Training and Consultancy",TR2019-16,20190625,20190708,20201118,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Exodus - Cables, Licences, and Cisco Systems Training and Consultancy contract opportunity. This RFQ is a single-step procurement process. What we need: training and consultancy services from Cisco Systems. cables and transceivers required to connect Exodus hardware components. fabric Interconnect licencing and an upgrade the Catalyst switch licencing from Essentials to Advantage (virtualised) option.",Awarded,The contract is awarded to Dimension Data.,240000,20250410 University of Otago,21226814,Request for Tenders,Open Competition,Cardiac Ultrasound Machine and Associated Probes,TR2018-31,20190704,20190729,20191016,,Sole Agency,No,,The Christchurch Heart Institute (CHI) is a University of Otago Research Centre that is internationally recognised for its cardiovascular research. Assessment of cardiac structure and function with echocardiography is a core investigation for all clinical studies performed by the CHI.,Awarded,,0,20250410 University of Otago,21245646,Request for Quotations,Open Competition,Central ITS Server Refresh,TR2019-12,20190709,20190723,20201118,,Sole Agency,No,,"The University of Otago has the requirement to replace our Cisco Hyperflex environment. We are inviting quotations to provide Cisco Hyperflex Servers, as per the Bill of Materials.",Awarded,,905000,20250410 University of Otago,21249293,Request for Proposals,Open Competition,iPaaS Integration Framework (2019),TR2019-21,20190717,20190812,20200513,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the supply of an Integration Platform as a Service (iPaaS) solution including: 1) Acquisition & installation of the integration platform 2) Advanced training delivery for key staff 3) Integration builds in the identified areas Please refer to the RFP documents for further information.",Awarded,,0,20250410 University of Otago,21289189,Request for Proposals,Open Competition,International Customs Clearance and Freight Forwarding (2019),TR2019-05,20190722,20190816,20191024,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for an international customs clearance and international & domestic freight contract opportunity. The University of Otago requires a suitable supplier to provide efficient and timely customs clearance for inwards and outwards goods and a supplier of all international freight forwarding (import and export) plus domestic freight forwarding of shipments >30kg.",Awarded,,0,20250410 University of Otago,21366145,Request for Quotations,Open Competition,Security Equipment Comprehensive Maintenance Agreement,TR2017-43,20190806,20190828,20200625,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Comprehensive Maintenance Agreement for the servicing and fault resolution of all electronic security issues on University of Otago sites in; Dunedin, Christchurch, Wellington, Invercargill and Auckland campuses. Please refer to the RFQ document for more information.",Awarded,,0,20250410 University of Otago,21371810,Request for Proposals,Open Competition,Recycling Bins & Desktop Recycling Solution (2019),TR2019-27,20190807,20190905,20191024,,Sole Agency,No,,"The University is seeking to purchase a system of indoor waste & recycling bins partnered with desktop pre-recycling containers to enable staff to easily play their part in aiding the University with its commitment to minimizing waste to landfill by providing a simple, highly visible and efficient method to individually contribute. The University is implementing this solution across its entire campus. Please refer to the RFP documents for more information.",Awarded,,0,20250410 University of Otago,21558946,Request for Quotations,Open Competition,Central ITS UPS Replacement,TR2019-23,20190909,20190924,20201118,,Sole Agency,No,,"This is an invitation to suitably qualified suppliers to submit a Quote for the APC PX100/160 UPS solution Replacement contract opportunity. This RFQ relates to the purchase of APC PX100/160 UPS solution, including support/maintenance to cover the expected economic life of the assets (10 years). The key outcomes that we want to achieve is the continuation of, at least, the present level of services at the same level (or higher) over the expected life of the Asset. Please refer to the tender documents for further information.",Awarded,,270000,20250410 University of Otago,21657871,Request for Quotations,Open Competition,Central ITS ToR Network Switch Refreshment,TR2019-22,20190924,20191011,20191213,,Sole Agency,No,,"This RFQ relates to the purchase of Cisco Top of Rack Network Switchs, including support/maintenance to cover the expected economic life of the assets (5 years). The key outcomes that we want to achieve is the continuation of, at least, the present level of services at the same level (or higher) over the expected life of the Asset. Please refer to the RFQ document and Bill of Materials for further information.",Not Awarded,Not awarded. Process cancelled.,0,20250410 University of Otago,21658412,Request for Quotations,Open Competition,Cisco VOIP Phones for Clocktower,TR2019-32,20190924,20191008,20201118,,Sole Agency,No,,"We need Cisco VOIP phones for the refurbishment of one of our buildings. This represents a replacement phone for each person, plus spare wireless phones for those who may need them, headless phones for use in lifts, and consultancy time from a Cisco Unified Comms engineer. We are looking for the best price on these phones, plus a qualified UC engineer to work with our in-house engineers to implement the solution. Please refer to the RFQ Documents for further information.",Awarded,,137000,20250410 University of Otago,21745597,Request for Proposals,Open Competition,Events Management Software Solution,TR2019-31,20191009,20191104,20201127,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Events Management Software Solution contract opportunity. The key outcomes that we want to achieve are: an improvement in efficiencies around the planning and organising of events, and consistency in service delivery. We require a cloud-based software solution that can be used to manage and track events, create websites and registration forms, provide a mobile app for conference attendees, and an abstract management module for academic committees.",Awarded,,220000,20250410 University of Otago,21751066,Request for Quotations,Open Competition,Central ITS Central Storage Replacement and Expansion,TR2019-13,20191009,20191025,20201118,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Dell EMC Storage Replacement/Expansion opportunity. Details please refer to the Bill of Materials and RFQ documents. We require the goods to be delivered to separate sites; a. Site One: Dunedin Datacentre A (Central Dunedin) b. Site Two: Dunedin Datacentre B (Central Dunedin) c. Site Three: Christchurch (Christchurch Central) d. Site Four: Wellington (Newport)",Awarded,,4085000,20250410 University of Otago,21752446,Request for Proposals,Open Competition,"University of Otago, Christchurch Campus Redevelopment - Design Manager Services",TR2019-45,20191009,20191105,20200212,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably experienced parties to submit their proposals to the University of Otago with information on their skills, services and experience in providing Design Manager Consultant Services for the University's Christchurch Campus Redevelopment Project. Please refer to the RFP documents for more information.",Awarded,,0,20250410 University of Otago,21787789,Request for Proposals,Open Competition,Arana & Studholme Colleges Compliance Project -Asbestos Refurbishment Survey,TR2019-46,20191021,20191115,20210211,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably qualified and experienced parties to submit their proposals to the University of Otago with information on their skills, services and experience in providing Consultant Services for the following disciplines: Hazardous Material Survey, including (but not limited to): o Asbestos Refurbishment Survey o PCBs survey o Any other hazardous material encountered / discovered during the site inspection Please refer to the RFP documents for further information.",Awarded,,0,20250410 University of Otago,21787918,Request for Proposals,Open Competition,Arana and Studholme Colleges Compliance Programme -Fire Engineering Consultant,TR2019-47,20191021,20191115,20210211,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Arana/Studholme Colleges Compliance Project Fire Engineering Consultant contract opportunity. We are seeking Fire Engineering Consultancy services to review identified buildings in relation to compliance with current building code requirements and provide innovative, cost effective solutions to address the identified Gaps. Please review the RFP documents for further information.",Awarded,,0,20250410 University of Otago,21788060,Request for Proposals,Open Competition,Arana and Studholme Colleges Compliance Programme -Quantity Surveyor,TR2019-48,20191021,20191115,20210211,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Arana/Studholme Colleges Compliance Project Quantity Surveying services opportunity. Please refer to the RFP documents for further information.",Awarded,,0,20250410 University of Otago,21800439,Request for Tenders,Open Competition,Serial Block Face Field Emission Scanning Electron Microscope,TR2018-34,20191017,20191120,20201223,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Serial Block Face Field Emission Scanning Electron Microscope contract opportunity. The key objective of this procurement is to enable the establishment of a high-resolution Serial Block Face Scanning Electron Microscope (SBF FEG-SEM) as a novel technique for research and teaching, particularly in the life sciences at the University of Otago, thereby helping to maintain and broaden its international reputation for excellence.",Awarded,,1100000,20250410 University of Otago,21821468,Request for Proposals,Closed Competition,National Poisons Centre Database Replacement,TR2019-04 /2,20191104,20191127,20201110,,Sole Agency,No,,"The University of Otago would like to invite your organization to submit a Proposal for the TOXINZ contract opportunity. This RFP is the second stage of a two-step procurement process. For more details please refer to the RFP docuemnts. Please note the draft contract document will follow through an addenda in due course.",Not Awarded,"Tender award not proceeding. Due to the current pandemic situation, resourcing and fiscal constraints, the tender has been stopped until further notice.",0,20250410 University of Otago,21821631,Request for Quotations,Open Competition,Autoclave for Biological Waste,TR2019-34,20191022,20191113,20201127,,Sole Agency,No,,"The Department of Biochemistry requires a 500 litre autoclave including a loading trolley and complete set of bins, a 24 month warrantee delivery installation, training and the removal and disposal of the existing autoclave. The autoclave must be easy to use with minimal training. The supplier have excellent post-sale support and must be able to rectify problems quickly. The auto clave must be able to use tap water as a coolant and operate with an external steam source, of reverse osmosis treated water quality. The autoclave will be used to process biological waste and hence must support MPI requirements for the PC3 disposal of biological waste and comply with DR AS/NZS 2243.3:2019 Safety in Laboratories, Part 3: Microbiological safety and Containment. Section 13.3 Decontamination of liquid waste (iii):- Where liquid waste potentially contains contaminated aerosols, all vents to pipes, tanks, etc shall be fitted with 0.2m membrance filters. Section 11.11.4.3 As a guide, membrane filters rated to 0.2 for liquids and to 0.003 for gases are typical for liquid waste system vents. https://www.nzms.org.nz/uploads/9/9/5/6/99562762/102745_as_nzs_2243.3_public_commenting-draft.pdf",Awarded,,136000,20250410 University of Otago,21848181,Request for Proposals,Open Competition,Union Court / Science Divisional Office - Lead Consultant,TR2019-53,20191025,20191121,20200618,,Sole Agency,No,,"This RFP relates to the provision of; o Lead Consultant Architect With Specialist Discipline Sub-Consultants as follows; - Mechanical Engineer - Hydraulic Engineer - Electrical Engineer (incl. structured network cabling) - Fire Engineer (incl. Fire Protection) - Structural Engineer (incl. some Civil Engineering for the Union Court Demolition) The Lead Consultant Architect will be appointed under CCCS 2017 (with Principle Amended Special Conditions) by the University, with specialist discipline sub-consultants engaged by the Lead Consultant Architect. These consultants are required to undertake the following activities in line with the New Zealand Construction Industry Council guidelines and the appended scope of services; o Project Establishment (Including Scoping and a Return Brief) o Concept Design o Preliminary Design And subject to Business Case approval; o Developed Design o Detailed Design o Construction Procurement o Construction administration and Observation o Post Completion (Defects/Soft Landings/Operational Commissioning)",Awarded,,0,20250410 University of Otago,21879124,Request for Quotations,Open Competition,ITS Citrix VDI License Refresh,TR2019-51,20191101,20191114,20201118,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Citrix VDI license refresh contract opportunity. Please see attached RFQ document for further information.,Awarded,,580000,20250410 University of Otago,21879445,Request for Proposals,Open Competition,Supply of Retail Coffee Machines and Consumables,TR2019-36,20191104,20191128,20200220,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the supply of retail caf machines and consumables contract opportunity. We are seeking a solution that provides the cafes and outlets with caf coffee equipment including espresso machines and grinders and quality coffee and other consumables. The University Union is looking for suppliers that have the experience and attributes to provide this solution to the University. Suppliers will be evaluated on their customer service support, their training provisions, their equipment, their approach to sustainability, and their coffee. Please refer to the RFP document for further information.",Awarded,"The contract is awarded to two suppliers: Suntory Coffee New Zealand and The Strictly Coffee Company Limited.",0,20250410 University of Otago,21905073,Request for Proposals,Open Competition,Auckland Facilities Management Services,TR2019-50,20191107,20191203,20200701,,Sole Agency,No,,"The University of Otago wishes to partner with an experienced service provider to provide facilities management services to the Universitys two Auckland sites. The University welcomes the submission of proposals to provide our two sites with repairs and maintenance and also manage the service delivery of associated facilities management services on the Universitys behalf. Respondents will be assessed on their overall solution to our requirements, their technical merit, their capabilities, their approach to sustainability, their health and safety culture and the overall price of the solution.",Awarded,,0,20250410 University of Otago,22042440,Request for Proposals,Open Competition,Hakitekura Redevelopment Project Management Services,TR2019-62,20191209,20200117,20200706,,Sole Agency,No,,"The University of Otago is New Zealands oldest University, with a strong research-led programme and Campuses in Dunedin, Christchurch, Auckland, Wellington and Invercargill. The creation of an academic retreat and conference facility at Jacks Point, will provide outreach to local high schools and other groups, connections to New Zealand tertiary Education providers and to International groups and organisations.",Awarded,,0,20250410 University of Otago,22059117,Request for Quotations,Open Competition,SOPHOS Renewal,TR2019-61,20191206,20191218,20201118,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Sophos Licence subscription renewal contract, opportunity. We require an Industry Standard Anti-Virus product suite, we are currently using the Sophos suite and will continue to do so for the next renewal cycle, 3 years.",Awarded,,856000,20250410 University of Otago,22061979,Request for Tenders,Closed Competition,Nuclear Magnetic Resonance Spectrometers,TR2019-28,20191209,20200120,20201127,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Nuclear Magnetic Resonance Spectrometers contract opportunity. The key objective of this procurement is to upgrade the current 2-instrument facility by a combination of purchasing a new 600 MHz instrument; replacing all components of the current 500 MHz NMR except for the superconducting magnet; and temporarily retaining the existing 400 MHz instrument, to expand the capabilities of the current NMR facility.",Awarded,,1400000,20250410 University of Otago,22070292,Request for Tenders,Open Competition,Central Campus Landscaping Improvements,TR2019-57,20191210,20200122,20201110,,Sole Agency,No,,"Close to 20,000 people use the University Campus grounds on any day during semester periods, requiring continuous maintenance to minimise the risk of slips and trips. The Universitys accident and incident reporting system confirmed that in the wider context slips, trips and falls are the main cause of reported serious harm incidents across the main Dunedin Campus. The intention of these works upon completion is to provide improved continuity and slip resistance of the paved pedestrian routes, more logical and direct way-finding, extend the new pallet of materials, lighting and street furniture and add further to planting of both native and exotic species.",Awarded,,0,20250410 University of Otago,22138569,Request for Tenders,Closed Competition,Supply of Wood Fuel,TR2019-56,20200106,20200130,20200312,,Sole Agency,No,,"The University of Otago wishes to partner with experienced suppliers of wood chip fuel to be used in 5 burners located on the Universitys Dunedin campus and surrounds. We welcome the submission of proposals to supply these sites. The University currently uses wood chips to fuel the wood burners in the following locations: A. F603: Property Services Building, 111 Albany Street, Dunedin B. F622: William James Building, 275 Leith Walk, Dunedin C. F916: UO College of Education boiler house, 151 Union St East, Dunedin D. H538: UO Childcare Facility boiler house, 33a Montgomery Avenue, Dunedin E. J122: Carrington College Jenkins boiler house, 63 Heriot Row, Dunedin Pleaser refer to the RFT documents for further details.",Awarded,,0,20250410 University of Otago,22405480,Request for Quotations,Closed Competition,CAUDIT VMWare,TR2020-09,20200305,20200323,20201118,,Sole Agency,No,,"The University of Otago would like to invite your organization to respond to a Request for Quote (RFQ). This is a closed, competitive process for a renewal of an existing Software contract, which is a Syndicated CAUDIT priced contract. Please refer to the RFQ document for more information.",Awarded,,344000,20250410 University of Otago,22499850,Request for Proposals,Open Competition,On-line Examination Software,TR2020-15,20200518,20200518,20200518,,Sole Agency,No,,"Due to the current COVID-19 pandemic, the University of Otago is procuring an on-line examination solution to enable the University to continue to deliver one of its core services while safe-guiding the health and wellbeing of Otagos students, staff and the wider public. This is an emergency procurement through a sole-sourcing arrangement. The University has developed a proof of concept established by a previous Request For Information (RFI) process in 2016.",Not Awarded,"The University of Otago has awarded this contract to ExamSoft Worldwide, Inc. This is an emergency procurement through a sole-sourcing arrangement. Successful Supplier: ExamSoft Worldwide, Inc Date of contract award: 24/03/2020",0,20250410 University of Otago,22556966,Request for Proposals,Open Competition,Deconstruction of 180 Albany & Asbestos Removal,TR2020-17,20200421,20200608,20200915,,Sole Agency,No,,"This Request for Proposal (RFP) is to invite suitably qualified suppliers to submit proposals to the University of Otago Campus Development with information on their skills, services and experience in providing the deconstructing and asbestos removal of buildings at 180 Albany St and 81 Anzac Avenue, Dunedin. The information is requested so that Campus Development can identify a demolition company suited and capable of delivering the required service as identified in this RFP.",Awarded,The contract is awarded to McMahon Services.,0,20250410 University of Otago,22561608,Request for Proposals,Open Competition,UOC Campus Redevelopment Project Hydrogeologist Services,TR2020-07,20200423,20200520,20200706,,Sole Agency,No,,"The University of Otago is seeking a Hydrogeologist to join its team for the University of Otago Christchurch Campus Re-development Project. The Hydrogeologist will be responsible for providing advice on the feasibility and design of an artesian bore system to support a proposed new build on Oxford Terrace in Christchurch. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,22592553,Request for Tenders,Open Competition,Supply of Rheometer,TR2020-05,20200430,20200526,20200727,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Supply of a Rheometer contract opportunity. We are seeking to purchase a rheometer with mechanical analysing capabilities. This advanced piece of equipment will enable us to study the flow and deformation properties of tissues, biomaterials as well as biological particles in response to an applied force. Delivery will be to our Christchurch campus at 2 Riccarton Avenue, Christchurch Central City, Christchurch 8011. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,22713913,Request for Quotations,Closed Competition,Eccles Building Specialist Laboratory Fixtures and Equipment,TR2018-02,20200522,20200612,20201127,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Eccles Building FF&E contract opportunity. The Eccles Building will be a PC2 rated research facility to support the research in life and medical sciences. It will feature the latest technologies and underpin a wide range of University research addressing important health and biomedical questions. The new facility will be state-of-the-art in the Asia Pacific region and will future-proof Otagos status as a leading scientific institution. The Eccles Building project requires the purchase of specialist laboratory equipment and fittings for PC2 laboratory areas. Items to be procured are biological safety cabinets and spark-free fridges and freezers. Due to the nature of this FF&E, the procurement approach and evaluation will allow us to obtain the best value for money while still maintaining the quality and specificity of the laboratory requirements. Product and Service Overview: * Delivery and installation at a time specified. * Product deliveries and installation need to adhere to the Health and Safety requirements of the University. The company or any sub-contractors will need to comply with all University Health and Safety policies and be an approved contractor. If you are not an approved contractor, you will need to be able to prove you can meet the requirements. * Prompt delivery of the quantity and quality required.",Awarded,,110000,20250410 University of Otago,22846450,Request for Proposals,Open Competition,Union Court Quantity Surveyor Consultancy Srevices,TR2020-20,20200625,20200720,20201126,,Sole Agency,No,,"This RFP relates to the provision of Cost Consultant Services (Quantity Surveyor) for the Union Court/Sciences Divisional Office project. In order to establish the expected costs that will be involved in the successful execution of this project, the University is seeking fee estimates from suitably qualified and experienced Quantity Surveyors to provide cost advice and pricing information. This is an opportunity to provide Cost Consultancy services, working closely with the Lead Consultant Architect and Specialist Sub Consultancy team. Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,22846471,Request for Proposals,Open Competition,Organic Geochemistry Research Facility,TR2019-38,20200623,20200717,20201110,,Sole Agency,No,,"The University of Otago is setting up the first dedicated Organic Geochemistry Research Facility in New Zealand. We are purchasing an instrument package comprising GC, GC/MSD and LC/MSD. The key instruments we require are new generations of chromatographs including Gas Chromatograph with a flame ionization detector (GC-FID) and a Mass Spectrometer (GC-MS) and a High-Performance Liquid Chromatograph (HPLC-MS). This facility will be used to characterize organic compounds extracted from natural sediment samples and archaeological artefacts. The research facility will be used in the following research fields immediately at the University of Otago: Reconstructing past climates (ocean temperatures, continental rainfall, wind patterns) Reconstructing wind, rainfall and plant communities in prehistoric NZ Archaeological chemistry Past environment molecular proxy development",Awarded,,0,20250410 University of Otago,22878676,Request for Quotations,Open Competition,Science Two and Science Three Detailed Seismic Assessments,TR2019-64,20200630,20200728,20210107,,Sole Agency,No,,"What we need - To complete the survey, modelling and reporting on the Detailed Seismic Assessment (DSA) for the Science Two Building G413 and the Science Three Building G405, to Sections C1-C4 and C5-C10 of the current New Zealand Standards. Whats important to us - The key objective of this procurement is to determine the seismic performance and rating of the building under seismic-event loading. Why should you bid? - This is an opportunity for the University of Otago to identify any significant seismic upgrade issues on two substantial buildings within the Science Precinct, to the centre of the main Dunedin Campus.",Awarded,,0,20250410 University of Otago,22910561,Request for Proposals,Open Competition,High-content microscope,TR2020-06,20200723,20200819,20210326,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the High-content Microscope contract opportunity. We are seeking to acquire a high-content automated microscope, with live-cell imaging and injection capacities. Automated microscopes are flexible enough to be used in variety of experiments including immunolabelling of cells and tissues, use of molecular probes and dyes, and in situ hybridisation. Please refer to the tender documents for further information.",Awarded,,190000,20250410 University of Otago,22910760,Request for Tenders,Open Competition,Confocal Microscope,TR2020-04,20200927,20201022,20210325,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the Confocal Microscope contract opportunity. We need to procure a confocal microscope with an inverted microscope body, resonant scanner capable of scanning at up to 30 frames per second at 512x512 pixels (minimum of 10 fps required), Z-drift correction for single and multiposition applications, 4 GaAsP or comparable high sensitivity detectors, Galvometer scanning at 5-10fps for 512x512 imaging, 2x galvometer scanners, 405nm, 488nm, 561nm and 640nm lasers, Operational PC. Please refer to the tender documents for further information.",Awarded,,240000,20250410 University of Otago,22941595,Request for Proposals,Open Competition,Christchurch Campus Redevelopment - Structural Peer Review,TR2020-22,20200710,20200804,20201110,,Sole Agency,No,,The University of Otago is seeking a Structural Consultant to provide peer review services for the University of Otago Christchurch Campus Re-development Project. The Structural Peer review consultant will be responsible for supporting the project through design and consenting.,Awarded,,0,20250410 University of Otago,22949436,Request for Proposals,Open Competition,Wellington School of Medicine Adaptions Project Management Services,TR2019-63,20200713,20200811,20210203,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Wellington School of Medicine, Adaptions Project Management Services contract opportunity. The University invites you to submit a proposal, to provide full professional project management services in relation to proposed adaptions to UoO Wellington School of Medicine (UoOW), Mein Street, Wellington. The adaptions project is to be delivered by a traditional design and tender process. Fee proposal B Preliminary Design - C Developed & Detailed Design D Procurement E Construction F Commissioning G Defects period & Close out Total fee The proposal submitted will offer all relevant services, as outlined in the attached Scope of Services document. Acceptance of any proposal will be subject to the Business Case for the project being approved and funding made available, either for the whole project as described under the enclosed Brief, or for a reduced scope of works. Please refer to the tender documents for further information.",Awarded,,348500,20250410 University of Otago,22980591,Request for Proposals,Open Competition,Food Science & Physical Education Project Management Services,TR2020-32,20200717,20200824,20201210,,Sole Agency,No,,"This RFP relates to the delivery of project management services related to the structural strengthening and refurbishments of Physical Education and Food Science buildings at 55 Union Street and Union Court, Dunedin. Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,22994963,Request for Quotations,Open Competition,Outsourced Audits 2020,TR2020-21,20200720,20200804,20200923,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Proposal for the Outsourced Audits 2020 contract opportunity. This RFQ relates to the purchase of internal auditing services for four audits in 2020. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,23024606,Request for Proposals,Open Competition,Eccles Building Fumigation,TR2020-13,20200729,20200825,20201126,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for The Eccles Building Fumigation contract opportunity. The University of Otago is currently constructing a new medical research facility knows as the Eccles Building. The Eccles Building will be a PC2 rated research facility to support the research in the life and medical sciences. It will feature the latest technologies and underpin a wide range of University research addressing important health and biomedical questions. The new facility will be state-of-the-art in the Asia Pacific region and will future-proof Otagos status as a leading scientific institution. Biological containment is a key driver of this project and ensuring that the building is pathogen free prior to research commencing is paramount. This procurement is for a fumigation contractor to carry out fumigation of the building using Vaporised Hydrogen Peroxide (VHP). The areas to be fumigated are the PC2 areas of the building with a volume of approximately 4,000m3 litres. The fumigation needs to meet AS NZS 2243.3 2016 Microbiological safety and containment standards. The fumigation needs to meet strict H&S requirements as well as meeting performance criteria.",Awarded,,151000,20250410 University of Otago,23092932,Request for Proposals,Open Competition,In Vivo Imaging System,TR2019-41,20200810,20200903,20201222,,Sole Agency,No,,"This Request for Proposals (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the In Vivo Imaging System contract opportunity. A bioimager is required to allow non-invasive imaging of rodents, and other materials and will introduce new capabilities to Otago researchers. University of Otago researchers are currently without an in vivo Bioimager. The bioimager will allow bioluminescent and fluorescent imaging of neoplasia, infection foci, or areas of inflammation at the single cell level. The imager will be housed in a room dedicated to bioimaging within the new RSF building. This will greatly improve access of animal users to routine and high quality bioimaging, improve animal welfare, and reduce animal usage in experiments, particularly those of moderate to high grade animal welfare impact scores as recommended by a recent AEC guidelines.",Awarded,,480000,20250410 University of Otago,23118397,Request for Proposals,Open Competition,Supply of Electricity,TR2020-36,20200818,20200910,20201110,,Sole Agency,No,,"This Request for Proposal (RFP) is issued as a joint approach to market on behalf of University of Otago (OU) and Otago Polytechnic (OP). The University is taking the lead in this procurement and invites parties to submit proposals for the supply of electricity. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,23189718,Request for Proposals,Open Competition,Oral Pathology Lab Management System,TR2019-65a,20200827,20200922,20210301,,Sole Agency,No,,"The University is looking for credible providers who have the capability, experience and infrastructure to deliver a successful implementation of an Oral Pathology Laboratory Information Management Solution (LIMS). The provider needs to have a good track record in the industry with a solid list of software solution implementation successes.",Awarded,,320000,20250410 University of Otago,23195186,Request for Tenders,Open Competition,High Content Microscope and Analysis,TR2019-40,20200828,20200924,20201222,,Sole Agency,No,,"What we need We wish to acquire a benchtop High Content Microscope. What we dont want We dont want a poorly serviced, difficult to use, unreliable machine with expensive ongoing service. We dont want to have an extended and complicated evaluation of the tender submissions. Please help us by proposing a complete system, including the options that best meet our needs. We want to avoid configuring your system with options that we can best afford, whilst doing our best to be fair to all suppliers whilst avoiding any assumptions, before commencing the evaluation. You are welcome to provide up to 3 system configurations for our evaluation. Whats important to us We want a solution that is reliable and easy to use. Why should you bid? This is an open and fair tender process. The preferred supplier will be selected based on the merits of the submitted tender. Should your tender be successful, your equipment will also be associated with ground-breaking research, the gravitas, and success of the University of Otago. A bit about us The University of Otago is ranked in the top 1% of universities in the world, and has the highest-possible rating of 5 Stars Plus in the QS global university performance ratings.",Awarded,,580000,20250410 University of Otago,23218407,Request for Quotations,Open Competition,Resource Room Booker,TR2020-31,20200903,20200903,20201126,,Sole Agency,No,,"This procurement is to replace a superseded Web Room Booking software solution, prior to the end of support of this software, as part of the Room Booking Consolidation Project. Exemption:14.9.c Only one supplier for technical reasons This is the only system that complement the proposed timetabling changes by having integration with Syllabus Plus. A change of supplier would cause significant inconvenience or substantial duplication of costs for the agency.",Awarded,"The University of Otago has awarded this contract to Cyon Knowledge Computing Pty Ltd. Date of contract award: 14 September 2020",110000,20250410 University of Otago,23219236,Request for Quotations,Open Competition,Central ITS UPS Replacement Phase ll,TR2020-24,20200903,20200903,20210503,,Sole Agency,No,,"This procurement is to replace end of life Uninterruptable Power Supply (UPS), prior to equipment performance degradation, as part of a planned maintenance schedule. Exemption reasons: 14.9.b Following an open tender - Followed by an open competitive process last year (Ref# TR2019-23). 14.9.d Additional goods, services or works - To maintain standardisation and commonality of equipment.",Awarded,1 Year Renewal Contract,9300,20250410 University of Otago,23220534,Request for Quotations,Open Competition,Eccles Building Supplemental Animal Cages Purchase,TR2020-28,20200902,20200902,20201127,,Sole Agency,No,,"This procurement is related to the purchase of a quantity of ventilated animal cages as part of the Eccles Building fit out. This purchase is for additional cages of the same type and specification of those previously purchased. Exemption Reasons: 14.9.c Only one supplier for technical reasons 14.9.d Additional goods - maintain standardisation and commonality with previously purchased equipment",Awarded,"The University of Otago has awarded this contract to Tecniplast Australia Pty Ltd Date of contract award: 8 August 2020",1000000,20250410 University of Otago,23230017,Request for Quotations,Open Competition,Central ITS Backup Storage Domain,TR2020-25,20200904,20200917,20201119,,Sole Agency,No,,"This RFQ relates to the purchase of the PowerProtect DD Series appliances (Data Domain) solution, including support/maintenance to cover the expected economic life of the assets (5 years). Please refer to the tender documents for further information.",Awarded,,1850000,20250410 University of Otago,23243624,Request for Proposals,Open Competition,Supply Chain and Procurement Programme Consulting,TR2020-44,20200908,20201002,20201222,,Sole Agency,No,,"The University of Otago is seeking proposals and pricing for a senior business consultant to provide advice and expertise to the Programme Steering Group (PSG) and Project Management undertaking a Supply Chain Enhancement Programme of Work. Please refer to the tender documents for further information.",Awarded,,100000,20250410 University of Otago,23252033,Request for Quotations,Closed Competition,Science III Sprinkler Installation Project - Fire,TR2020-30a,20200908,20200914,20201126,,Sole Agency,No,,"Your company is invited to submit a quote for the completion of designs of the Science III building Sprinkler Installation based on the criteria listed in the tender document. The Science III building is non-compliant with regards to fire regulations and it is the intent of the University to rectify this, starting with the installation of sprinklers and fire detection. Currently the Science III Sprinkler Installation project as well as the Union Court Science Division project decanting key personnel to the Science III building are planned to run co-currently.",Awarded,"This contract is awarded to Fire Protection Engineers Ltd. Exemption Reason: 9g) Exceptionally advantageous conditions",74000,20250410 University of Otago,23252212,Request for Quotations,Closed Competition,Science III Sprinkler Installation Project - QS,TR2020-30b,20200908,20200911,20201126,,Sole Agency,No,,Your company is invited to submit a quote based on an hourly fee for providing the University of Otago with the services of Cost Consultant for the Science III Sprinkler installation and fire detection project.,Awarded,"This contract is awarded to Rawlinsons Ltd Exemption Reason: 9g) Exceptionally advantageous conditions",75000,20250410 University of Otago,23280263,Request for Proposals,Open Competition,Flow Cytometer,TR2019-35,20201030,20201030,20201201,,Sole Agency,No,,"This procurement is related to the purchase of a Cytek Auror for our Wellington campus; Division of Health Sciences. The essential criteria for this purchase are that it is a 3 laser spectral flow cytometer with at least 41 channels and the ability to resolve >30 cell characteristics simultaneously. The software for this equipment must be user friendly and have spectral unmixing capability and we require workstations to connect to the machine. The machine must also have a high sample flow rate, vacuum fluidics system, and be capable of reliably automicrosampling from a 96 well plate loader with low carryover and variable acquisition speeds. Exemption:14.9.c Only one supplier For technical reasons, there is no real competition in the market. Millennium Science is the NZ representative of of Cytek.",Awarded,"The University of Otago has awarded this contract to Millenium Science New Zealand Pty Ltd Date of contract award: 24 July 2020",400000,20250410 University of Otago,23331506,Request for Proposals,Closed Competition,Learning & Teaching Pilot Project QS,TR2020-49A,20200922,20201002,20210216,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Learning & Teaching Pilot Project. The University of Otago has recognized that many of the existing teaching and learning spaces do not meet the needs of modern teaching facilities either in their layout, technology or quality; the University is reviewing existing learning and teaching spaces, to assess new ways of learning and teaching and will be implementing four pilot spaces with modern technology and mixed flexible furniture to test their success over the course of the 2021 academic year. The first phase of the trial will be to complete the design, procure and fit out the spaces across the Dunedin Campus over the 2020/2021 Summer period to be completed in time for Semester One.",Not Awarded,The contract is not awarded.,0,20250410 University of Otago,23359055,Request for Proposals,Open Competition,3D Bioprinter System,TR2019-39,20200927,20201022,20210813,,Sole Agency,No,,"We are seeking to purchase a 3D Bioprinter. This advanced piece of equipment will enable us to study the flow and deformation properties of tissues, biomaterials as well as biological particles in response to an applied force. We are seeking a solution that expands the University of Otagos capability in advanced bioengineering research. We require a state-of-the-art 3D printer that is highly modular, providing the ability to process materials with a wide range of properties, i.e low-viscous bioinks (Newtonian) and high viscous thermoplastic polymers, all in one. Please refer to the attached tender documents for more information.",Awarded,,400000,20250410 University of Otago,23377323,Request for Proposals,Open Competition,Supply of Joinery,TR2020-38,20201002,20201029,20201222,,Sole Agency,No,,"The University of Otago is seeking proposals and pricing to engage suppliers for joinery manufacture and installation to support Trade Services activities on the Dunedin campus. The University is intending to appoint a panel of at least 2 and up to 3 suppliers to allow for periods of high demand and allow specialist tasks to be matched to suppliers skill and capabilities. Please refer to the tender documents for further information.",Awarded,Panel Contract,900000,20250410 University of Otago,23458181,Request for Proposals,Open Competition,Food Science Project Facade Engineer Services,TR2020-50,20201020,20201119,20210809,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Food Science Facade Engineering Services contract opportunity. This RFP relates to the delivery of faade engineering services related to the structural strengthening and refurbishment of Food Science buildings at Union Court, Dunedin. Please refer to the tender documents for further information.",Awarded,,293000,20250410 University of Otago,23471145,Request for Quotations,Closed Competition,Cardax Project,TR2020-54,20201016,20201029,20201127,,Sole Agency,No,,,Awarded,,740000,20250410 University of Otago,23499099,Request for Tenders,Open Competition,Supply of Fresh Fruit and Vegetables,TR2020-42,20201022,20201119,20201222,,Sole Agency,No,,"This is an invitation to suitably qualified suppliers to submit a Tender for the supply of fruit and vegetables contract opportunity. This RFT relates to the purchase of fresh fruit and fresh vegetables including fresh herbs and prepared vegetables for use in the University Unions food service and residential College kitchens. This plan excludes frozen fruit and vegetables and tinned fruit and vegetables. They will be tendered in other processes. Please refer to the tender documents for further information. The tender is closing on 19 November 2020 at 3pm.",Awarded,,6000000,20250410 University of Otago,23500363,Request for Tenders,Open Competition,Supply of Food Service Ingredients,TR2020-43,20201022,20201119,20201222,,Sole Agency,No,,"This is an invitation to suitably qualified suppliers to submit a Tender for the supply of food service products contract opportunity. This RFT relates to the purchase of food service ingredients for use in the University Unions food service and residential College kitchens. Please refer to the tender documents for further information. The tender is closing on 19 November 2020 at 3pm.",Awarded,,7625000,20250410 University of Otago,23529180,Request for Proposals,Open Competition,UOCCR Preconstruction Faade Services,TR2020-47,20201030,20201211,20210726,,Sole Agency,No,,"The University of Otago is seeking a Facade Contractor for the University of Otago Christchurch Campus Re-development Project. This Request for Proposal (RFP) is suitable for suppliers who can provide both pre-construction services (detailed design), as well as the experience and capability to supply and install the facade for tehe UOCCR project. Please refer to the tender documents for further information.",Awarded,,200000,20250410 University of Otago,23539299,Request for Proposals,Open Competition,Pulsed Electric Field (PEF) Chamber and Generator,TR2020-34,20201127,20201127,20201201,,Sole Agency,No,,"This procurement is related to the purchase of a Pulsed Electric Field (PEF) Chamber and Generator for Department of Food Science. Exemption:14.9.c Only one supplier -for technical reasons there is no real competition",Awarded,"The University of Otago has awarded this contract to Elea Vertriebs und Vermarktungsgesellschaft mbH Date of contract award: 15 September 2020",180000,20250410 University of Otago,23540531,Request for Proposals,Open Competition,DropBox Consolidation,TR2020-35,20201127,20201127,20201130,,Sole Agency,No,,"This procurement is to related to the provision of Centralized Dropbox Services (cloud storage) to University users. Exemption reason: 14.9.c Only one supplier - Dropbox sells direct under the CAUDIT commercial framework.",Awarded,"The University of Otago has awarded this contract to Dropbox, Inc. Date of contract award: 30 September 2020",134000,20250410 University of Otago,23570780,Request for Quotations,Open Competition,Learning and Teaching Pilot Project Main Contractor,TR2020-49B,20201105,20201120,20201222,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Learning and Teaching Pilot Project contract opportunity. The University is looking for experienced contractors who have the capability and experience to undertake the proposed work within the project programme. Work must be completed and commissioned in time for the first Semester start date of 1 March 2021. Please refer to the tender documents for further reference.",Awarded,,550000,20250410 University of Otago,23595105,Request for Quotations,Closed Competition,Spectral Flow Cytometer,TR2020-58,20201113,20201124,20210114,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Purchase of a Spectral Flow Cytometer contract opportunity. Please refer to the attached tender documents for the specifications and further information.,Awarded,,580000,20250410 University of Otago,23625846,Request for Proposals,Open Competition,Science III Sprinkler & Fire Detection Installation Project - Main Contractor,TR2020-59,20201118,20201214,20210812,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Sprinkler & Fire Detection Installation Project contract opportunity. This procurement relates to the delivery of Science III Sprinkler and Fire Detection Installation Project. The Science III Building is non fire compliant due to significant building code changes after the time of construction and without this fire systems upgrade/consentable changes to the building will require as near as reasonably practicable (ANARP) fire protection upgrades, except for proposed works that are likely to enhance life-safety or accessibility. The key outcomes that we want to achieve are compliance with current fire safety building standards. Please refer to the tender documents for further information. Details of the site visit will be published shortly.",Awarded,,3875000,20250410 University of Otago,23646469,Request for Quotations,Open Competition,Renewal of annual EMC Networker licensing (Data Protection Suite),TR2020-63,20201118,20201203,20210107,,Sole Agency,No,,This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the EMC backup Licensing Renewal contract opportunity.,Awarded,,552000,20250410 University of Otago,23699595,Request for Quotations,Open Competition,Studholme College - Stage 1 Seismic Works,TR2020-14,20201127,20201127,20210107,,Sole Agency,No,,"This procurement is to appoint a main building contractor to undertake the initial (Stage1) seismic upgrade works to the Studholme College West Wing and 18 Agnew Street Residence to improve the seismic classification of the buildings from Grade D to Grade C - Medium risk, and subsequent Stage 2 full seismic upgrade to at least Grade B -Low/Medium risk. Exemption reasons: 14.9.a Emergency 14.9.g Exceptionally advantageous condition",Awarded,,0,20250410 University of Otago,23715298,Request for Quotations,Open Competition,E-game Development,TR2020-26,20201201,20201201,20201202,,Sole Agency,No,,"This procurement is related to the Centre of Asia-Pacific Excellences (CAPE) project to develop an interactive e-game for children providing an introduction to the Asia-Pacific Region, including Latin America. The UoO (CAPE office), works with Otepoti Games Limited to prototype and develop the product, which will be available via a free online app. This pilot will explore the scope for developing an interactive and engaging digital platform that can be used to present projects that were originally envisaged as face to face activities. Exemption reason: 14.9.e Prototype Purchasing a prototype for research, experiment, study or original development",Awarded,"The University of Otago has awarded this contract to Otepoti Games Company Limited Date of contract award: 10 September 2020",130000,20250410 University of Otago,23740950,Request for Proposals,Open Competition,HR and Financial Information Systems Review,TR2020-64,20201207,20210122,20210428,,Sole Agency,No,,"The University is seeking proposals from suitably qualified and experienced organisations to undertake a detailed?review of the Universitys Human Resources and Financial information systems. We require industry expertise to analyse these systems against applicable business processes. Analysis will provide input to our future strategic planning for information systems that support these business capabilities. Please refer to the tender documents for further information.",Awarded,,94500,20250410 University of Otago,23757027,Request for Quotations,Open Competition,Abbey College Construction Manager,TR2020-57,20201210,20201210,20210211,,Sole Agency,No,,"This procurement is related to the appointment of a Contraction Manager for the Abbey College Refurbishment Project. Exemption:14.9.g Exceptionally advantageous conditions: Compressed Project timeframe and suppliers previous knowledge with University College upgrades",Awarded,,0,20250410 University of Otago,23771160,Request for Proposals,Open Competition,Food Science Structural Peer Review Services,TR2020-65,20201214,20210201,20210602,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Food Science Structural Peer Review Engineering Services contract opportunity. The key objective of this procurement is to provide structural peer review services for the Food Science project. The project is located on the Universitys Dunedin campus. and comprises; School of Food Science * Seismic upgrade and conversion to offices of the heritage CAPS building * Asbestos removal to Gregory and CAPS Buildings * Seismic Upgrade of Gregory building * Gut and restack of the Gregory building and fit out to PC2 laboratories * New Link Building to connect the CAPS and Gregory buildings",Awarded,,0,20250410 University of Otago,23789315,Request for Proposals,Open Competition,Energy Efficiency Project: BMS Analytics,TR2019-49,20210105,20210128,20210428,,Sole Agency,No,,"The University of Otago is seeking to engage a provider of an analytics solution to utilize data taken from the Universitys BMS and BMS controlled systems, to maintain BMS efficiency and identify opportunities for improved performance including optimized energy utilization and saving. The purpose of the analytics solution is to analyse this data and extract actionable and relevant information that can be used to increase building performance. Please refer to the tender documents for further details.",Awarded,,740000,20250410 University of Otago,23831024,Request for Proposals,Open Competition,Central Compute and Storage Refresh,TR2020-02,20210112,20210210,20210628,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Central Compute and Storage Refresh contract opportunity. The University maintains a central compute and storage environment running VMWare vSphere that provides central hosting for general purpose workloads such as Blackboard LMS, Technology One Financials, eVision Student Management system. This was last refreshed in 2015 and is now due for replacement. The University invites partners to propose a storage and compute solution to replace the existing equipment. Please refer to the tender documents for further information.",Awarded,,3797165,20250410 University of Otago,23844335,Request for Quotations,Open Competition,Media Monitoring Tools and Services,TR2020-48,20210113,20210113,20210114,,Sole Agency,No,,"The University of Otago requires a media monitoring agency that can record and share all media mentions in an accurate and timely manner. This agency must be able to monitor and analyse print, online, radio, and TV mentions. They must be able to provide accurate sentiment and coverage reports to be delivered to our various stakeholders. The supplier must also provide accurate sentiment of our coverage M.I.S. (media impact score) and accurate competitive data against other universities. Exemption:14.9.c Only one supplier Only one supplier matches exactly with the Universitys complex reporting requirements and can satisfy all of the Universitys essential criteria.",Awarded,"The University of Otago has awarded this contract to iSentia Ltd Date of contract award: October 2020",170000,20250410 University of Otago,23904971,Request for Proposals,Open Competition,Consultant Project Management: Supply Chain and Procurement Enhancement Programme,TR2021-01,20210127,20210225,20210329,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Consultant Project Management: Supply Chain and Procurement Enhancement Programme contract opportunity. The person(s) nominated for this role is/are expected to have the experience and expertise in delivering large scale projects within complex environments impacting multiple internal stakeholder groups. The Consultant Project Manager will work closely with and co-ordinate the activities of project staff, internal University suppliers (e.g. IT Services, Change Management, Communications) and external vendors. With a significant amount of change management anticipated and the variety and scale of impacted stakeholders these projects will be more focused on organisational change with an IT systems element. Phases of activity will include: Completion of project evaluation to approval, Detailed requirements design and solution design, Procurement Project planning Project delivery Please refer to the tender documents for further details. The tender will close on 25 February, at 3pm.",Not Awarded,"The responses received were evaluated as not offering a satisfactory solution to our requirements. The University may elect at a later date to return the market if our requirements change.",0,20250410 University of Otago,24010165,Request for Proposals,Open Competition,Cisco Smartnet Maintenance,TR2021-02,20210222,20210317,20210429,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Cisco Smartnet Maintenance contract opportunity. The key objective of this procurement is to consolidate support for Cisco equipment and transition to Cisco SmartNet and establish a process where we can regularly review and update our supported equipment schedule. Please refer to the tender documents for further information.",Awarded,,3600000,20250410 University of Otago,24023338,Request for Proposals,Open Competition,Christchurch Campus Redevelopment - Bores Works,TR2020-45,20210226,20210401,20210826,,Sole Agency,No,,"The purpose of this RFP is to select a contractor to install and test a series of abstraction and reinjection bores in support of a Ground Water Heat Pump (GWHP) system for the University of Otago Christchurch Campus Redevelopment Project. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,24032897,Request for Proposals,Open Competition,Te Rangihiroa College Project Clerk of Works Consultancy Services,TR2020-68,20210308,20210401,20211208,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably qualified and experienced parties to submit their proposals to the University of Otago with information on their skills, services and experience in providing Clerk of Works (COW) Services for the Te Rangihiroa College project. Please refer to the tender documents for further details.",Awarded,,300000,20250410 University of Otago,24079217,Request for Proposals,Open Competition,Compound Microscopes for Teaching,TR2020-60,20210315,20210414,20211214,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Compound Microscopes for Teaching contract opportunity. In summary, we need to procure 112 compound microscopes for undergraduate teaching. We need these to come with micrometers and magnification of x4, x10, x40, and x100 with an x10 eyepiece. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,24109120,Request for Quotations,Open Competition,Cisco ISE Upgrade,TR2021-05,20210318,20210401,20210518,,Sole Agency,No,,"This tender relates to the purchase of Cisco Identity Services Engine (ISE) license upgrades and minor server upgrades (RAM) to support this. Cisco ISE is a core element within the network, it authenticates users that connect to the University network; we are currently on an unsupported version; the existing equipment is at end of life and is not compatible with the current version of ISE. Please refer to the RFQ documents for more information.",Awarded,,124100,20250410 University of Otago,24218498,Request for Proposals,Closed Competition,Procurement Consultancy Support,TR2021-18,20210419,20210518,20210707,,Sole Agency,No,,"The University is seeking to undertake a Category approach to the procurement of Construction and associated Services used by the university in both its Property Services and Campus Development Divisions. This category encompasses the following service areas: ? Main Contractor Construction Services including key sub trade services ? Professional Consultancy Services (including but not limited to Architectural, Building Services, Fire, Structural, Civil and Geotechnical Engineering, Quantity Surveyor, Acoustic, Peer Review, BIM Manager) ? Professional specialist consultancy services required on an ad hoc basis and/or on a sole select 3-5 year contract basis",Awarded,,60000,20250410 University of Otago,24218759,Request for Quotations,Open Competition,Isilon Node Replacement,TR2021-06,20210419,20210504,20210628,,Sole Agency,No,,"The University of Otago is requesting quotations that offer us the best possible value for money to replace existing Dell/EMC Isilon H500 nodes with A200 nodes. We are looking for credible providers who have the capability, experience and infrastructure to deliver a high level of service. They need to have a good track record in the management and implementation of EMC backup solutions and related services. We do not require an offer of a solution, other than the Dell/EMC Isilon A200 nodes. The University will perform the installation and deployment with DellEMC per previous Isilon node installations; this is covered by the ProDeploy services SKUs that are included in the supplied BoM, there is no requirement for additional resources from resellers for this piece of work.",Awarded,,4301536,20250410 University of Otago,24291711,Request for Proposals,Open Competition,Clocktower Stair Replacement,TR2021-17,20210514,20210610,20221219,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Clocktower Stair Replacement contract opportunity. This procurement relates to the procurement of a head contractor to remove the old stair and construct and install a replacement stair in the Clocktower building between the first floor and the second-floor to access the second-floor tea room. The current stair is deemed a health and safety issue due to its steep pitch and inconsistent rises. Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,24291853,Request for Proposals,Open Competition,Liquid Chromatography-coupled High Resolution Mass Spectrometer,TR2020-66,20210531,20210625,20210923,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Liquid Chromatography-coupled High Resolution Mass Spectrometer contract opportunity. In summary, we need to procure a liquid chromatography-coupled high resolution mass spectrometer with metabolomics and proteomics capabilities, to support Otago researchers and departments to successfully conduct their research projects. Please refer to tender documents for further information.",Awarded,,820000,20250410 University of Otago,24344121,Request for Proposals,Open Competition,Union Court Science Division Office Relocation Project - Main Contractor,TR2021-20,20210603,20210630,20211215,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Union Court Science Division Project contract opportunity. This RFP relates to the purchase of Main Contractor services. The key outcomes that we want to achieve are Fit-out of new offices for the Sciences Division on the third floor, Science III Building Demolition of the Union Court once staff has been vacated Reinstatement of the lawn after demolition Please refer to tender documents for further information.",Awarded,,2300000,20250410 University of Otago,24378746,Request for Quotations,Open Competition,Supply of Wood Pellets,TR2021-22,20210602,20210617,20210813,,Sole Agency,No,,"This Request for Tender (RFQ) is an invitation to suitably qualified suppliers to submit a Tender for the supply of Wood Pellets contract opportunity. University of Otago uses wood pellets to fuel wood fuel burners located on the Universitys Dunedin campus. This procurement relates to the delivery of wood chips to fuel 5 wood fuel burners located on the University of Otagos Dunedin campus and surround. The contract opportunity will begin 26 Jul 2021 or by negotiation.",Awarded,,320000,20250410 University of Otago,24390980,Request for Proposals,Open Competition,AbIntergo Licence,TR2020-70,20210604,20210604,20210608,,Sole Agency,No,,"This procurement is related to the purchase of the AbIntergo careers license. Exemption Reason - 14.9.c Only one supplier",Awarded,"The University of Otago has awarded this contract to CareerHub Pty Ltd This is a 3 year contract. Date of contract award: 15 October 2020",0,20250410 University of Otago,24509702,Request for Proposals,Open Competition,University of Otago Wellington Refurbishment and Demolition Surveys,TR2021-24,20210705,20210729,20211125,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Refurbishment and Demolition Surveys contract opportunity. The University of Otago seeks to engage a suitable contractor, to undertake Refurbishment and Demolition surveys of the Academic, Link and Ward Support Buildings on the Wellington Campus site, Mein Street, Wellington. The scope of the engagement will include all survey, access provision, sampling, making-good, laboratory testing and reporting, to provide the University with a comprehensive summary of building and services components containing Asbestos within these buildings.",Awarded,,0,20250410 University of Otago,24519825,Request for Proposals,Open Competition,Consultancy Greenstar Accredited Professional (GSAP),TR2020-69,20210707,20210707,20210726,,Sole Agency,No,,This Request for Proposal (RFP) is for capable suppliers within the exiting UOCCR design team to provide a single proposal to provide Consultancy Greenstar Accredited Professional (GSAP) services to the UOCCR Project.,Awarded,,145000,20250410 University of Otago,24609419,Request for Tenders,Open Competition,Printing Services: Corporate and Marketing Publications,TR2021-37,20210729,20210831,20211116,,Sole Agency,No,,"University of Otago prints numerous corporate and marketing publications with varied formats, extents, and circulations ranging in scale from small run brochures and maps to large run substantial publications such as the annual report, undergraduate prospectus, and enrolment guide. These are key communication tools between the University, its staff, students, and the wider interested community. The publications are spread throughout the year and are generally updated and printed annually with a few publications printed in alternate years only. This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender to print these publications.",Awarded,,1500000,20250410 University of Otago,24671495,Request for Proposals,Closed Competition,TR2020-01 RFP Cleaning Services,TR2020-01,20210818,20211007,20211210,,Sole Agency,No,,"This RFP refers to general cleaning services for the University of Otago. The University has traditionally had a number of cleaning contractors, acting as a panel across the services. We are seeking some consolidation so that there is one provider for a common set of buildings. This will provide for: ? greater specialisation of cleaning activity to encourage greater training and investment in staff to improve outcomes ? consistent quality assurance and improved reporting ? scale and value for money This RFP will encompass the entire University of Otago cleaning requirements as follows: 1. University Health and Science related Departments 2. University Departments 3. Satellite Sites (Wellington & Christchurch) 4. Colleges",Awarded,,0,20250410 University of Otago,24902685,Request for Proposals,Open Competition,"DNS, DHCP & IPAM Replacement Project",TR2021-14,20211001,20211027,20220128,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the DDI Replacement Project contract opportunity. The University of Otago (UoO) currently maintains two separate DDI platforms (DNS, DHCP, IP Address Management) built upon a mixture of bespoke applications, ISC BIND/DHCP and Cisco Prime Network Registrar. The first DDI platform is used for the University G3 (legacy / current state) network and the second is for its G4 (future state) network. The University would like to transition to a new DDI platform and partner with a vendor that will support the deployment and migration. While DDI services are a foundational element within our environment, we are conscious of the fact that they can also be complex and costly; in order for us to plan for this refresh project we require estimates of cost and effort from partners that will help inform our direction. The University is looking for both a new platform to deliver DDI services and a vendor with proven experience in this area that will partner with us to deliver this solution. The desired outcome from this project will be the implementation and migration to a new DDI platform that is secure, reliable, scalable and functionally equivalent / superior to our existing platforms. We expect proposals that showcase the benefits of partnering with your organisation, sufficient technical background to help us understand the platform and rough estimate of costs. At a minimum these costs should cover: Please refer to the tender documents for further information.",Awarded,"The contract is awarded in USD: 1,072,880.00",1812829,20250410 University of Otago,24934449,Request for Quotations,Open Competition,ITS Central Data Centre Switch Procurement,TR2021-47,20211008,20211021,20211108,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Cisco Top of Rack Network Switch Replacement contract opportunity. The University of Otago has the requirement to replace Cisco Top of Rack Network Switchs and increase the capacity within the Data Centers. We are inviting quotations to provide the following hardware, software and maintenance. The purchase Cisco Top of Rack Network Switchs, as per the Bill of Materials Please refer to the tender documents for further information.",Awarded,,1108868,20250410 University of Otago,24945286,Request for Tenders,Open Competition,Aquinas College Shuttle Services,TR2021-45,20211012,20211105,20211214,,Sole Agency,No,,Aquinas College (a residential college of the University of Otago) requires an externally provided shuttle service to transport residents between the college and the university campus on a scheduled basis during term and examination time and on-demand for additional services.,Awarded,,70000,20250410 University of Otago,24999238,Request for Tenders,Closed Competition,Integrated Workplace Management System,TR2020-39b,20211022,20211119,20220318,,Sole Agency,No,,"This is an invitation to shortlisted suppliers to submit a RFT Response the Integrated Workplace Management System project contract. An Integrated Workplace Management System (IWMS) project has been established to enable the University of Otago Property Services Division (PSD) to mature its overarching asset management processes and functions addressing the strategic, operational, and tactical needs across the Universitys management and academic domains. This RFT is the third and final step in a three-step procurement process. An RFI was completed in September 2020 which helped the PSD learn more about Integrated Workplace Management Systems. An ROI in early 2021 identified five shortlisted Respondents who demonstrated their solution offering to the University. Following that process and evaluation, the shortlist was reduced to three Respondents. The IWMS project secured endorsement and funding to proceed in June 2021. The three short-listed Respondents have each presented a 2-day long usability and implementation workshop with key University stakeholders. This document is the final process step in the IWMS procurement, with each of the three short-listed Respondents invited to submit a full proposal in response to this RFT. Note - Additional Documentation including: Response Documentation and Draft contract documents will be uploaded to GETS by Fri 29 OCT 2021",Awarded,,0,20250410 University of Otago,24999422,Request for Tenders,Open Competition,Cyber Security Education and Awareness,TR2020-11,20211022,20211115,20220120,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Cyber Security education and awareness contract opportunity. The University of Otago (UoO) is looking to deliver cyber security education and awareness programme that reduces the universities risk and increases its compliance with internal and external stakeholders. The UoO requires an appropriate off the shelf cyber security training and simulated phishing platform and full content set. This includes some enhanced features that can improve user understanding. This includes the complete set of training content the vendor makes available. * Generic training including staff and students * Role based training including executive management, researchers, IT Staff, finance transactional staff e.g., accounts payable/receivable, payroll, purchasing/supply chain and health records users New content created and available for use on an ongoing basis improving our ability to keep up to date with new cyber security threats. Please refer to the tender documents for further information.",Awarded,,199000,20250410 University of Otago,25046897,Request for Tenders,Open Competition,Climate related financial risk (physical risk) report,TR2021-52,20211103,20211130,20220222,,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to engage a suitably experienced party to supply an overview report which describes the climate related financial risk the University campuses are exposed to. This report should provide sufficient detail to overlay lay the criticality and seismic data we already hold in relation to our buildings, and highlight any areas that require more detailed examination. There is potential for successful supplier who provides the overview report to be engaged to conduct the detailed examination pending review of the overview report and successful approval of a business case to secure funding. Please refer to the tender documents for further information.",Awarded,,60000,20250410 University of Otago,25078116,Request for Quotations,Open Competition,Wireless Infrastructure Refresh,TR2021-50,20211110,20211123,20211206,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Campus Wireless Infrastructure Refresh contract opportunity. The primary focus is to replace AP Equipment purchased in 2016 or earlier in various locations, including classrooms, office, and common areas. This procurement is a refresh of a wireless management infrastructure to consolidate the number of Wireless LAN Controllers operating in the Infrastructure. To achieve this, we will implement Two (2) large campus controllers in Dunedin and one medium campus controller in both Christchurch and Wellington. The New Infrastructure management server (Cisco DNA Center / DNAC) provide DNAC will help with the provisioning and automation of the wireless environment, also providing assurance and visibility into the access point deployment. DNA Spaces will also be set up to assist with troubleshooting devices connected to the network and providing location-based information back to stakeholders at University. Extra capabilities that DNA Spaces can provide can be either utilised at the time of deployment or in the future. Please refer to the tender documents for further information.",Awarded,,2296801,20250410 University of Otago,25111998,Request for Quotations,Open Competition,Richardson North building Cabling replacement,TR2021-53,20211116,20211129,20220530,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Richardson North building Cabling replacement contract opportunity. The Richardson Cable replacement initiative aims to improve use and accessibility of our new network infrastructure by replacing end of useful life LAN cabling and consolidating our communications infrastructure in a suitable communications room for the north side of the Richardson building. Please refer to the tender documents for further information.",Awarded,,125000,20250410 University of Otago,25170386,Request for Tenders,Open Competition,Transmission Electron Microscope,TR2021-34,20211125,20220117,20220531,,Sole Agency,No,,"The OMNI Electron Microscopy unit needs a new transmission electron microscope to replace the existing 26-year-old Philips/FEI CM100 instrument in our multiuser research and training environment. Our facility currently has a JEOL 2200FS cryoTEM, a JEOL 6700 FEG SEM, and a recently installed Zeiss Sigma SEM with an Oxford EDS system and Gatan 3View serial block face system. We work closely with the OMNI Confocal Microscopy unit and intend to expand our capability to include correlative light and electron microscopy techniques. The facility is equipped with conventional sample preparation and cryo-preparation instruments including a Leica EMPact 2 high-pressure freezer and a Vitrobot. There is a major gap in specimen analysis capably at Otago University (and New Zealand) that we would like to take the opportunity to address with the replacement 120kV TEM. This is the ability to do fine elemental analysis using energy dispersive spectroscopy (EDS) on ultrathin biological and non-biological specimens (both conventionally prepared and cryo-prepared), including microcrystals and nanoparticles. This capability will benefit scientists from a wide range of research fields, including material sciences, chemistry, geology, archeology, food science, microbiology, botany, neuroscience, and toxicology. Nanoparticles, micro-crystals, and cellular components are typical examples where compositional information is increasingly becoming crucial for publication in high-impact journals. The addition of cryo-imaging capability on the new TEM will also enable frozen samples to be analysed or screened prior to imaging and electron tomography in the JEOL 2200FS cryoTEM.",Awarded,,1000000,20250410 University of Otago,25183536,Request for Proposals,Open Competition,Otago Research Information System (ORIS),TR2019-26,20211129,20211220,20230516,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Research Information solution project contract opportunity. The University of Otago currently uses the Research & Enterprise Database System (REDS) as its research information management system (RIMS). REDS is built on Filemaker Pro and has reached the end of its useful life. We are seeking its replacement with a fit-for-purpose, enterprise wide solution providing a mechanism to facilitate oversight and governance of all research contracted with external parties. The University is looking to partner with a supplier that will support the design, implementation and migration to this new solution. Please refer to the tender documents for further information.",Awarded,,2320000,20250410 University of Otago,25219925,Request for Tenders,Open Competition,Rotary Femtosecond Laser Machining - FS-Laser,TR2021-38A,20211208,20220112,20220713,,Sole Agency,No,,"We are buying a femto-second laser micromachining system. With femto-second pulsed (on the order of hundreds of femto-seconds, 10-15s) is that the pulse powers are exceptionally high so that material in the very tight focal spot is immediately vapourised without thermal damage to the surrounding volume. The machining accuracy of such a cold ablation is depended on the motors that position the laser. A special requirement for this system is, that the fs-laser machining can operate on a rotating sample, thus establishing a fs-laser based lathe.",Awarded,,160000,20250410 University of Otago,25220034,Request for Tenders,Open Competition,Rotary Femtosecond Laser Machining - Motion Control and Stages,TR2021-38B,20211208,20220112,20220531,,Sole Agency,No,,"We are buying a femto-second laser micromachining system. With femto-second pulsed (on the order of hundreds of femto-seconds, 10-15s) is that the pulse powers are exceptionally high so that material in the very tight focal spot is immediately vapourised without thermal damage to the surrounding volume. The machining accuracy of such a cold ablation is depended on the motors that position the laser. A special requirement for this system is, that the fs-laser machining can operate on a rotating sample, thus establishing a fs-laser based lathe.",Awarded,,254000,20250410 University of Otago,25244847,Request for Tenders,Open Competition,3D Optical Surface Profiler,TR2021-30,20211214,20220121,20220302,,Sole Agency,No,,"The University requires a high-speed optical, non-contact profilometer for all types of surfaces, including sloped surfaces. We need a non-contact tool that allows quantitative measurements of 3D form and roughness on a variety of surfaces (rough to very smooth, samples which are thin layers), including those with slopes or steps. The profiler should allow efficient and accurate surface measurements to be collected without the need for either fluorescence or vibration isolation. Dental applications of the profilometer would involve investigations into the quantitative and qualitative analysis of tooth wear and the surface morphology of enamel that has been exposed to various conditions such as enameloplasty or bonding. Tooth wear is a common dental problem that may lead to functional and aesthetic problems, as well as effects on quality of life. Currently and previously used quantitative and qualitative methods for measuring tooth wear have limitations such as subjectivity and imprecision. The use of a profilometer can allow precise monitoring of tooth wear in patients over time, as dental impressions can be profiled. A positive relationship between bacterial adhesion and enamel surface roughness on extracted teeth has previously been identified by researchers within the SJWRI. However, the precise topography of enamel following enameloplasty remains unknown. The profilometer may be used to assess enamel topography in vivo as dental impressions taken following enameloplasty can be profiled, with the potential to lead to clinically relevant findings. Investigations of surface roughness with applications relating to biofilm formation would be possible with this equipment. Surface roughness is an important factor in the formation of biofilms and applies to implants for medical and dental use. Biofilm-mediated infections in medical devices adversely affect public health and the function of such devices. There is interest in using the optical surface profiler in research on degradable magnesium alloys for osteosynthesis and natural hydroxyapatite for bone regeneration, to assess the surface characteristics of these materials and to characterise the surface topology of 3D printed scaffolds for wound healing applications.",Awarded,,124000,20250410 University of Otago,25354026,Request for Quotations,Open Competition,Campus Projects and BAU network equipment,TR2021-62,20220128,20220209,20220223,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Campus Projects and BAU network equipment contract opportunity. In summary we need to procure replacement Wireless Infrastructure platforms of sufficient capacity to replace our end of life hardware and provide accommodation for a better quality of the service A detailed statement of our requirements is contained in Appendix 1. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,25448283,Request for Tenders,Open Competition,Albany Street Medium Temperature Heating Water Pipeline Contract,TR2021-39,20220225,20220325,20220808,,Sole Agency,No,,"We are inviting tenders for the Albany Street MTHW Pipeline Contract (Medium Temperature Heating Water). The Contract Works include 450m of trenching and backfilling and reinstatement along Albany Street to install two 500mm outside diameter pre-insulated heating water pipes in order to provide heating water for the new Te Rangihiroa College currently under construction. The works of this Contract are to be completed by 31 October 2022 including all documentation requirements for Practical Completion, consistently and reliably within the timeframe needed to allow the building to be commissioned and operated.",Awarded,,2000000,20250410 University of Otago,25552091,Request for Proposals,Open Competition,Financial and Insurance Valuations,TR2021-46,20220317,20220413,20220629,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to supply valuations for insurance and financial reporting. The University requires a suitably experienced and qualified supplier(s) to provide valuations for insurance and financial reporting purposes. Valuations of several categories of assets are required, namely land, infrastructure, buildings, and building contents. Please refer to the tender documents for further information.",Awarded,,120000,20250410 University of Otago,25652159,Request for Proposals,Open Competition,Green House Gas Inventory Verification,TR2022-10,20220404,20220504,20220524,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to supply audit and verification services in relation to the University of Otagos GHG emissions. We are seeking a qualified firm to provide verification services to independently assure greenhouse gas (GHG) statement inventories for the University of Otagos 2021, 2022, and 2023 GHG emissions. Please refer to the tender documents for further information.",Awarded,,100000,20250410 University of Otago,25652735,Request for Quotations,Open Competition,ITS Infrastructure - Research Compute,TR2022-05,20220404,20220429,20220603,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Research Compute contract opportunity. This procurement relates to the planned purchase and centralisation of additional research compute and equipment (DellEMC) for the NeSI environment, previously departmental owned. Please refer to the tender documents for further information.",Awarded,,675000,20250410 University of Otago,25781300,Request for Tenders,Open Competition,Confocal Microscope,TR2021-36,20220518,20220613,20221124,,Sole Agency,No,,"Background Otago University is seeking an advanced Confocal microscope to be housed in the Research Infrastructure Centre, Otago Micro and Nanoscale Imaging (OMNI) facility. The new system will replace an existing Zeiss LSM 710 confocal which is soon to be retired. OMNI is a collaboration of four specialised units (Confocal and light microscopy, Electron microscopy, Flow cytometry, and Histology) providing access to advanced imaging and analysis systems throughout the Otago University Dunedin campus. Within this, confocal microscopy is a core imaging technique for a bioscience community exceeding 500 members in over 24 departments, therefore an advanced, cutting edge confocal microscope is crucial to maintain internationally competitive research at the highest level. Whats important to us Replicating what we already have is not what is required from this purchase, it must deliver new capabilities that enhance OMNIs ability to maintain credibility both nationally and internationally. The microscope must be capable of Super-resolution, Correlative Light and Electron Microscopy (CLEM), Photobleaching and Photoactivation, Simultaneous Imaging, Fast Imaging, Ease of Use, have multiple Software Licences, Integration with Open-Source Software, and the supplier must offer a high level of Post-Purchase Support.",Awarded,Carl Zeiss is the preferred supplier after the selection process. Contract is not awarded yet pending finance.,0,20250410 University of Otago,25815276,Request for Proposals,Open Competition,Minor Works Construction & Consultancy Services,TR2021-55,20220520,20220616,20220726,,Sole Agency,No,,"The University of Otago Property Services Division is pleased to release a tender package for minor construction services, focused on projects circa $2,000,000 and under. The University is seeking to establish supplier panels to make the engagement process easier and to allow the University to work closer with a smaller group of suppliers, giving those suppliers more certainty and thereby helping the University manage its demand requirements. The tender package is to establish supplier panels of between 2 5 members for each of the specialties below: 1. Main Contractor 1.1. Main Contractor - discrete projects (ensuring no cross over to the existing Trades Panels) 1.2. Construction (works with a value of $250,000 and up). 2. Quantity Surveyors 3. Architectural Services 3.1. Architectural Design Services 3.2. Architectural Drafting Services 4. Fire Protection Services 4.1. Design and Build 4.2. Passive Fire 5. Engineering Consultancy 5.1. Seismic Consultancy (Post a DSA or ISA) 5.2. Structural Engineer 5.3. Mechanical Engineer 5.4. Electrical Engineer 5.5. Asbestos Removal Consultant 5.6. Fire Engineering Successful panel members will share project work from within our approved project pipeline. You can view a presentation lead by the Property Services Director that outlines this process by pasting the below address into your browser. You will also need to enter the password. Address: https://otago.zoom.us/rec/share/F3AMDG9OieQZdZNBnOWsF__aOJMwWe_oKv-fOcQrponnrehvqL6vZQtra03JplCO.SIFdrSWfSsUjymJE Access Passcode: 7&^LTI22",Not Awarded,"We have established a panel of each category: Main Contractor - CR2022-30 a. Amalgamated Builders b. Cook Brothers Construction c. Naylor Love Architectural and Drafting - CR2022-31 a. Baker Garden Architects b. Chow:Hill Architects c. McCoy and Wixon Architects d. Parker Warburton Team Architects Engineering Consultants - CR2022-32 a. Beca Limited b. Calibre Consulting c. Holmes NZ d. Jackson Engineering Advisors Limited e. Pedersen Read f. WSP New Zealand Quantity Surveyors - CR2022-33 a. Chas. E. George and Sons b. Flanders Marlow Project and Property c. Rawlinson d. Rider Levitt Bucknall Fire Protection Services - CR2022-34 a. Contego b. South Pacific Fire Protection c. Tansleys Electrical d. Wormald (Tyco NZ)",0,20250410 University of Otago,25822770,Request for Proposals,Open Competition,ITSS AudioVisual solutions,TR2020-27,20220519,20220615,20220928,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the ITSS AudioVisual solutions contract opportunity. The establishment of a supplier panel agreement for: - The supply of audio visual and control equipment. - AV design and equipment Installation services to support the AV Team on an ad-hoc basis. This arrangement is intended to simplify the purchasing of AV equipment for projects such as capital works, pool teaching facilities, and departmental resources. Traditionally external integrators have been selected to provide, install and commission audio visual systems, however over the last 5 years installation and commissioning has been progressively met by in-house technicians. Please refer to the tender documents for further information.",Awarded,"We have established a supplier panel of 3: Resolution Audio Visual Consulting Limited, Kodum Limited and Strawberry Sound Ltd.",0,20250410 University of Otago,25874160,Request for Proposals,Open Competition,Dental Operating Microscope,TR2022-14,20220601,20220629,20220819,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for the supply and support of four Dental Operating Microscopes. We need to procure up to four Dental Operating microscopes for use by our Graduate students within the University of Otago Dental School. The Otago Dental School is an internationally highly ranked school, recently modernised and expanded to provide Dentistry training for New Zealand and International Students. The microscopes are used primarily to support graduate study in the Endodontic discipline as well as periodically by Post Graduate Diploma Students. Whats important to us : We are looking for microscopes that have high-quality image capture capability, support a significant variation in the depth of field, and multifactor magnification with a 12.5x eyepiece. As these are primarily for graduate students, we need the microscopes to be easy to use and manipulate. They need to be robust so that students unfamiliar with using microscopes cannot easily break them. They must be easily cleaned and maintained; and easy to source replacements/upgrades when needed. The University must have absolute confidence that the supplier will supply robust equipment and will support this equipment, while in service, to allow the microscopes to operate optimally over a long lifetime. Please refer to the tender documents for further information.",Awarded,,147000,20250410 University of Otago,25919167,Request for Proposals,Open Competition,University of Otago Christchurch Campus Redevelopment Project: Independent Commissioning Agent,TR2021-27,20220610,20220712,20230223,,Sole Agency,No,,"The University of Otago Christchurch Campus Redevelopment (UOCCR) Project consists of the design and construction of a new research and learning facility to be located at 24 Oxford Terrace, that will house laboratory and research space, medical imaging suite, clinical research facilities, and teaching and workspaces. The new building will have a usable floor area of approximately 16,000 m2 and will be ready for occupation in 2025. This Request for Proposal (RFP) is for capable suppliers to submit a proposal for the provision of Independent Commissioning Agent (ICA) services during the Construction and Post-Construction phase of the UOCCR Project. We are looking for suppliers who have the capability and experience to deliver the Requirements described in this RFP and deliver to a high-quality standard. Respondents need to have an exemplary track record of providing similar construction and post-occupancy fine-tuning services for similarly sized, highly technical facilities, and a proven capability in accordance with the requirements of the New Zealand Green Building Council (NZGBC).",Awarded,,0,20250410 University of Otago,25949544,Request for Quotations,Open Competition,Capital Projects Network Hardware,TR2022-18,20220617,20220701,20220805,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Capital Projects Network Hardware contract opportunity. This procurement relates to the delivery of Cisco Network Switches and Wireless Access Points for three Campus Development projects. ITS has a standardised list of network hardware, meaning that the Te Rangi Hiroa, Aquinas and Food Science network hardware can be purchased as a single request. Combining the hardware requirements are seen as an advantage as there is a long wait time of up to one year, for network hardware at present. The selected vendor will supply the hardware, with ITS to provide installation and configuration services. Please refer to the tender documents for further information.",Awarded,,0,20250410 University of Otago,26094329,Request for Proposals,Open Competition,Interprofessional Learning Centre Project External Project Management Consultant,TR2022-20,20220726,20220826,20230201,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by the Interprofessional Learning Centre project Partners being the University of Otago, Otago Polytechnic and Health New Zealand, who are collectively referred to within this RFP as Partners or Client. As part of the collaborative venture between the University of Otago, Otago Polytechnic and Health New Zealand, the Partners will design, construct and ultimately operate the Interprofessional Learning Centre (ILC) that is located as part of the wider Dunedin facility rebuild and health precinct. The ILC will be an integrated, collaborative, and comprehensive education facility for health professionals and student bodies, as part of the overall education and continuing professional development of the students and health professionals working across the three Partners. The project consists of the design and construction of a new purpose-built facility, with a combined gross floor area of ~10,010m2 for the ILC floors and the additional University of Otagos Advanced Learning Medicine (ALM) floors. It is planned to be operational by August 2027. The key objective of this procurement is to appoint a suitable External Project Managaement Consulatnt (EPM) to provide a high-quality comprehensive ProjectManagement services and advice and be responsible for the successfull delivery of the project scope on behalf of the Partners. The Partners require an EPM who will respond collaboratively, competitively and robustly to the scope, challenges and key deliverables that such a project raises.",Awarded,,0,20250410 University of Otago,26095515,Request for Proposals,Open Competition,Interprofessional Learning Centre Project Cost Consultant/Quantity Surveyor,TR2022-21,20220726,20220826,20230116,,Sole Agency,No,,"This Request for Proposal (RFP) is issued by the Interprofessional Learning Centre project Partners being the University of Otago, Otago Polytechnic and Health New Zealand, who are collectively referred to within this RFP as Partners or Client. As part of the collaborative venture between the University of Otago, Otago Polytechnic and Health New Zealand, the Partners will design, construct and ultimately operate the Interprofessional Learning Centre (ILC) that is located as part of the wider Dunedin facility rebuild and health precinct. The ILC will be an integrated, collaborative, and comprehensive education facility for health professionals and student bodies, as part of the overall education and continuing professional development of the students and health professionals working across the three Partners. The project consists of the design and construction of a new purpose-built facility, with a combined gross floor area of ~10,010m2 for the ILC floors and the additional University of Otagos Advanced Learning Medicine (ALM) floors. It is planned to be operational by August 2027. The key objective of this procurement is to appoint a suitable Cost Consultant/Project Quantity Surveyor (QS) to provide a high-quality comprehensive Quantity Suveying and cost advice services to enable the successfull delivery of the project scope on behalf of the Partners. The Partners require an QS who will respond collaboratively, competitively and robustly to the scope, challenges and key deliverables that such a project raises.",Awarded,,0,20250410 University of Otago,26101799,Request for Proposals,Open Competition,Interprofessional Learning Centre Project Design Head Consultant,TR2022-19,20220728,20220907,20230331,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Interprofessional Learning Centres Architectural & Lead Design Consultant Services (as the Head Consultant) contract opportunity. As part of the collaborative venture between the University of Otago (UoO), Otago Polytechnic (OP) and Health New Zealand (HNZ), the Partners will design, construct and ultimately operate the Interprofessional Learning Centre (ILC) that is located as part of the wider Dunedin facility rebuild and health precinct. The ILC will be an integrated, collaborative, and comprehensive education facility for health professionals and student bodies, as part of the overall education and continuing professional development of the students and health professionals working across the three Partners. The project consists of the design and construction of a new purpose-built facility, it will have a combined gross floor area of ~10,010m2 comprising the ILC floors, and floor(s) for the University of Otagos Advanced Learning Medicine. It is planned to be operational by August 2027. The key objective of this procurement is to appoint a Design Team through a single contract under the Architect as the Lead Consultant for the design and delivery of the project scope on behalf of the Partners. The Partners require an Architect who will respond collaboratively, competitively and robustly to the scope, challenges and key deliverables that such a project raises",Awarded,,0,20250410 University of Otago,26120532,Request for Quotations,Open Competition,2022 Science 3 Building network cabling,TR2022-17,20220802,20220822,20220928,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the 2022 Science 3 Building network cabling project contract opportunity We need to procure the installation of a Passive Optical Network cabling infrastructure for the Science 3 building consisting of the following: In-building cable pathway build - Supply and Install. PoL Cabling and Patching - Supply and Install. Campus fibre backbone extension - Supply and Install. The University owns some Emtelle product that is available for use on this project. A list of this product is available on request. Wireless network WAP relocations and associated cabling - Supply and Install of cabling components only. Replacement of 102 Wireless Access Points Installation, and labelling only. Placement of 443 ONTs and patching over all devices - Supply of patch leads only, installation/patching work. Racking/Stacking/Patching of chassis based OLTs within the Universitys two data centres Full removal of obsolete network components and associated cabling within the Science 3 building. Remediation of remaining three network cabinets to standards compliant state. Fire stopping - Supply & Installation. Supply of as-built plan, test results, warranty lodgement, firestopping documentation.",Awarded,,499600,20250410 University of Otago,26126112,Request for Proposals,Open Competition,Autoclave,TR2022-06,20220803,20220829,20221013,,Sole Agency,No,,"We need an urgent replacement of an autoclave to support business continuance at the University of Otago Christchurch, 2 Riccarton Avenue Campus. Research is dependent upon the sole existing Mercer autoclave located in room 2.28 at 2 Riccarton Avenue. The Mercer has been in service for 50 years and has significant metal fatigue resulting in delamination in the pressure chamber. The certification company, SGS, strongly recommends urgent replacement. Likely, the Mercer will either physically fail or fail certification within the coming months requiring withdrawal from service. It is critical to procure and commission a replacement before the failure of the Mercer to avoid disruption to research. Please refer to tender documents for further information.",Awarded,,123269,20250410 University of Otago,26139437,Request for Quotations,Open Competition,Central University Firewall Replacement,TR2021 -51,20220808,20220819,20221028,,Sole Agency,No,,"This plan relates to the purchase of new modern network firewalls to support the Dunedin, Wellington, Christchurch campus, and Microsoft Azure Cloud DataCentre infrastructure. The key objective of this procurement is for providing Advanced Secure Internet connection to protect both Universitys On-Prem and Cloud infrastructure. It will increase the capacity allowing for future growth and maximum efficiency to provision individual Internet access from Wellington and Christchurch sites which will improve the level of service within those sites and remove reliance on the Dunedin campus for services such as Office 365, Microsoft Teams and other SAAS based services. Reduce threats related to user devices and activities, Mitigate coordinated attacks to applications, servers, and Campus locations.",Awarded,,0,20250410 University of Otago,26163838,Request for Proposals,Closed Competition,Strategic Plan Development,TR2022-30,20220812,20220907,20221212,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Strategic Plan Development contract opportunity. We are seeking external expertise to work with University Leadership and the Strategy, Analytics and Reporting Office (SARO) to develop a Strategic Plan and implement an integrated planning framework.",Awarded,,0,20250410 University of Otago,26215996,Request for Proposals,Open Competition,Security Guard Services,TR2022-22,20220823,20220916,20221025,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to supply security guard services. Please refer to the tender documents for further details.",Awarded,,1279000,20250410 University of Otago,26245256,Request for Proposals,Open Competition,Multimode Plate Reader,TR2022-12,20220830,20220923,20221103,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Multimode Plate Reader contract opportunity. We are looking to purchase a multimode plate reader which is an essential piece of equipment in the Molecular Biosciences Laboratory (MBL). It is required for numerous analytical, molecular biological, and cell biological experiments and procedures. The existing plate reader (over a decade old) is now due to be replaced and we are concerned about the reliability and ongoing maintenance of the plate reader should its usage be prolonged. The purchase of a multimode plate reader, with key optical accessories (filter cubes), plus the ability to install additional features, will provide a future-proofed machine that meets the current need for a laboratory instrument routinely used by most members of the laboratory. Please refer to the tender documents for further details.",Awarded,,99800,20250410 University of Otago,26249884,Request for Proposals,Open Competition,Union Court Demolition,TR2022-27,20220831,20220923,20221111,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Union Court Demolition Contractor opportunity. Please refer to the tender documents for the project background, our requirements and further information.",Awarded,,0,20250410 University of Otago,26283635,Request for Proposals,Open Competition,"SIEM, SOC and SOAR Project",TR2021-44,20220906,20220930,20230804,,Sole Agency,No,,"The purpose of this Request for Proposal (RFP) is to invite suitably experienced parties to provide proposals regarding the supply of a Security Information and Event Management (SIEM) & Security Orchestration, Automation, and Response (SOAR) Capability and Security Operations Center (SOC) services suitable for Higher Education Institutions (goods/services). Potential respondents capable of providing the services are invited to respond to this RFP. The University has previously completed a Request for Information(RFI) process relative to the requirements of this project. Please refer to the tender documents for further information.",Awarded,,2577000,20250410 University of Otago,26309184,Request for Tenders,Open Competition,Supply of Packaged Bread,TR2022-38,20220912,20221011,20221114,,Sole Agency,No,,"The University of Otago Union requires a supplier of packaged bread products including sliced bread, rolls, buns and packaged gluten free bread products for its extensive catering operations. The current contract for the supply of packaged bread, expires 31st December 2022. Suppliers will be evaluated on: * University wide delivery of fresh, high quality and consistent bread * Competitive pricing * High levels of customer service * Shared support in Food Safety and Allergen Management * Open communication and customer relationships * Surety of supply and contingencies for supply in instances of road closures, pandemics and natural disasters, (Business Continuity Planning). * Commitment to improving environmental and social sustainability",Awarded,,1049000,20250410 University of Otago,26340714,Request for Proposals,Open Competition,Flow cytometry based multiplexing analysis system,TR2022-04,20220915,20220915,20220608,,Sole Agency,No,,"We are buying a Luminex system to replace our current system. We have set up multiple immunoassays using Luminex technology and these assays have put us at the forefront of our research area into circulating forms of natriuretic peptides (Lewis 2017, Lewis 2019, Harris 2020, Nishikimi, Parcha? ). These assays are now integral to our ongoing research and as our sample throughput has expanded we are now conducting these assays on two identical systems (same machines and software). One of these systems is now >10 years old and requires a lot of extra servicing to keep it operating optimally, so it needs to be replaced.",Awarded,"This procurement is a sole source process. Exemption reason: The goods or services require specialised skills or are very complex, and there are limited qualified suppliers. Only Abacus DX can meet the Universitys requirements.",134000,20250410 University of Otago,26341164,Request for Quotations,Open Competition,TiS laser,TR2022-03,20220915,20220915,20220228,,Sole Agency,No,,"We am acquiring an alignment-free continuous-wave titanium sapphire (TiS) laser and the required pump laser. We need a flexible narrow-linewidth laser source to develop optical quantum memories for satellite-based quantum communication networks.",Awarded,"This procurement is a sole source process. Exemption reason: The goods or services require specialised skills or are very complex, and there are limited qualified suppliers. Only the SolsTiS 5000 PSX XF with Integrated Equinox Pump Laser: Narrow line width Ti:Sa laser, Ice Bloc system control electronics, chiller and low noise single frequency Equinox pump from M Squared Laser can meet the Universitys requirements.",190000,20250410 University of Otago,26341261,Request for Quotations,Open Competition,Arana and Studholme College Compliance Projects - External Project Manager,TR2022-11,20220924,20220924,20220729,,Sole Agency,No,,"This procurement is related to the engagement of a Consultant Project Manager who will be responsible for the day to day management and delivery of the project, in conjunction with the Campus Development Project Manager. The Arana and Studholme Compliance Projects involve the design and implementation of seismic and fire safety compliance upgrades. This type of work within existing buildings which are in many cases very old, is inherently risky. While significant due diligence has been undertaken through review of historic documentation, and site investigations etc, due to the nature of the work required and the age of the buildings the full scope of work will not be clear until work commences on site. The work can be very complex and requires a Project Manager that is very experienced in this specific type of work in order to reduce the risk in both time and cost to the University.",Awarded,"This is a sole source process. Exemption Reasons: 14.9c. Only one supplier: We need a supplier which has established processes and relationships that could commence immediately. Logic Group have completed or are currently working on compliance driven college projects.",0,20250410 University of Otago,26341945,Request for Quotations,Open Competition,DNA sequencer and genetic analyser,TR2021-35,20220915,20220915,20210831,,Sole Agency,No,,"The key objective of this procurement is the purchase of a DNA sequencer and genetic analyser that meets the Universitys essential requirements and provides exceptional value for money when measures of performance are compared with alternative instruments. After reviewing all the essential requirement, we determined ABI 3730XL Automated DNA Analyzer as the equipment we need.",Awarded,"This procurement is a sole source process. Exemption reason: The goods or services require specialised skills or are very complex, and there are limited qualified suppliers. Only Thermo Fishers 3730xl can meet the Universitys requirements.",431000,20250410 University of Otago,26342197,Request for Quotations,Open Competition,Nanomechanical and nanotribological system,TR2021-33,20220915,20220915,20220517,,Sole Agency,No,,"We are acquiring a tribonanoindenter, which is capable of cutting edge nanomechanical characterization on very hard ceramics to soft gel-like and polymer materials. The equipment must meet the Universitys essential requirements. After reviewing all the essential requirement, we determined Bruker TI-980 TriboIndenter with 3D Omniprobe high force indentation and scratch testing option from Coherent Scientific can meet the Universitys requirements.",Awarded,"This procurement is a sole source process. Exemption reason: The goods or services require specialised skills or are very complex, and there are limited qualified suppliers. Only the Bruker TI-980 TriboIndenter with 3D Omniprobe high force indentation and scratch testing option from Coherent Scientific can meet the Universitys requirements.",530000,20250410 University of Otago,26343387,Request for Quotations,Closed Competition,BMS Service and Support,TR2021-26,20220923,20220923,20211216,,Sole Agency,No,,"This procurement is related to the engagement of a supplier of BMS Service and Support. The University is currently using Siemens Desigo CC BMS to implement a standard BMS system across campus, and we have a requirement of BMS service support including: Licencing of software Desigo CC service, maintenance and upgrade supported by Siemens. Onsite technical support. Supply and support of Siemens compatible BMS equipment, such as controllers, valves and sensors etc. Design and engineering for upgrade projects including Trade Services and Campus Development requirements",Awarded,"This is a sole source process. Exemption Reasons: 14.9c. Only one supplier: If the goods, services or works can only be supplied by one supplier and there is no reasonable alternative or substitute because: i. For technical reasons there is no real competition, or ii. The procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights",0,20250410 University of Otago,26361155,Request for Quotations,Open Competition,Central ITS Backup Storage Expansion,TR2022-40,20220920,20221004,20221028,,Sole Agency,No,,"The University of Otago has the requirement to expand our Central ITS Backup Storage device. We are looking for credible providers who have the capability, experience and infrastructure to deliver a high level of service and support. They need to have a good track record in procurement and delivery of DELL EMC storage products. We are inviting quotations for DELL EMC Storage equipment (EMC Data Domain DS60 Expansion Shelf, etc, as per the BOM).",Awarded,,417360,20250410 University of Otago,26362207,Request for Quotations,Open Competition,Central ITS Storage Refresh,TR2022-39,20220920,20221006,20221031,,Sole Agency,No,,"The University has a requirement to replace the end of life Central ITS Storage solution. We are inviting quotations for DELL EMC Storage hardware, software and services (PowerScale F900 etc, as per the BOM).",Awarded,,4581500,20250410 University of Otago,26371542,Request for Proposals,Open Competition,Pest Control and Management Services,TR2022-31,20220923,20221020,20221128,,Sole Agency,No,,"The University has a number of pest control and pest management suppliers providing services across the Universitys Dunedin Campus. These suppliers operate on historic evergreen agreements including some informal verbal agreements. Pest control and management services have not been tendered by the University before. The University of Otago and Property Services are conducting this open market procurement process to consolidate the pest control and management services and engage contracted supplier(s). The resulting solution will prefer a single supplier but will allow for a panel of suppliers to provide like type work i.e., i. General Campus Pest Management Services, ii. Campus and Collegiate Life Services (CaCLS) Residential Colleges and University Union Food Services Pest Management Services, iii. MPI Registered Facilities Pest Management Services.",Awarded,,88200,20250410 University of Otago,26378080,Request for Quotations,Open Competition,Slide ScanneR,TR2022-13,20220923,20220923,20220808,,Sole Agency,No,,"The University is seeking to replace an existing Aperio Scanscope digital slide scanner that is now 10 years old and is no longer supported by the supplier. We require a high quality desktop digital slide scanner for histological samples, able to automatically scan up to 5 slides at 20x and 40x magnification. It must provide quality images for publication, automated analysis, as well as integration with clinical pathology software for clinical researchers. Compatibility with the Aperio eSlide manager software and ability to support computer learning algo-rhythms to identify and measure features of interest is also important. For teaching, it will allow preservation of difficult to replace resources and learning using current clinical pathology software and methods. Only the Leica Aperio CS2 Slide scanner can satisfy the Universitys essential requirements.",Awarded,,126000,20250410 University of Otago,26378160,Request for Quotations,Open Competition,Medium throughput genetic sequencer,TR2021-15,20220923,20220923,20211019,,Sole Agency,No,,"The University is buying an Illumina NextSeq 2000. This is essential that the equipment performs the technique functions we have set, including: -Flexible data output options -Data output appropriate for the scale of typical OGF projects -State of the art basecalling -Freedom to operate -Responsive servicing and technical support This is important the selected equipment will ensure the continuity of service and a seamless transition from our existing platform, with a view to making the most of our existing expertise, laboratory infrastructure, and bioinformatics processes.",Awarded,"This is a sole source process. Exemption reason: only one supplier The goods or services require specialised skills or are very complex; the standardisation or compatibility requirements require the use of a specific supplier The required goods and services are only available from one source in the relevant time frame.",485700,20250410 University of Otago,26386102,Request for Tenders,Open Competition,Supply of residential college mattresses,TR2022-41,20220927,20221021,20221121,,Sole Agency,No,,"The University of Otago is seeking an experience supplier of mattresses and bases to provide the following outcomes: Reliable supply our mattress requirements, Consistent pricing with agreed pricing escalation methodologies, Quality value for money mattresses, A supply chain partner that can take an active part in the disposal and/or repurposing of replaced mattresses or can work with the University to develop this capability, A supply chain partner that has sustainability as a foundational part of their business practices. Please refer to the tender documents for further information.",Awarded,,720000,20250410 University of Otago,26396878,Request for Quotations,Open Competition,UOW Detailed Seismic Assessment (DSA) Academic Block,TR2021-21,20220929,20220929,20210601,,Sole Agency,No,,"This is related to a purchase of structural engineering services, for the Detailed Seismic Assessment (DSA) of the Academic Block on the Wellington Campus. This requires a specialist field of expertise and depth knowledge of the Academic Block to allow continuity of the project.",Awarded,"This is a sole source process. Exemption reason: only one supplier This is a specialist field of expertise, with only a limited number of suppliers in the local market. Aurecon have developed an in depth knowledge of the Academic Block through previous assessments and a number of remediation proposals. It is important to the continuity of the project that the reporting is compatible with existing reporting.",102800,20250410 University of Otago,26503309,Request for Quotations,Open Competition,2022 Science 3 POL Active Networking Equipment,TR2022-29,20221019,20221103,20221216,,Sole Agency,No,,"This is a Request for Quotes for the design, purchase, and configuration of the Optical Line Terminals (OLT) and Optical Network Terminals (ONT) as the active networking equipment to be used for the Passive Optical LAN (POL) network being installed in the Science 3 building on the University of Otago Dunedin campus. The OLTs are where the optical network is configured and controlled, and that configuration is then delivered to the ONTs where the equipment using the network such as computers, printers etc. are plugged into the network. Please refer to the tender documents for further details.",Awarded,,1383000,20250410 University of Otago,26510730,Request for Quotations,Open Competition,Te Rangihiroa College Project External PM,TR2022-09,20221020,20221020,20220901,,Sole Agency,No,,"The key objective of this procurement is to appoint a consultant who can provide high-quality project management services to deliver the project scope on behalf of the University. This RFQ relates to the engagement of Project Management and Project Director services to take responsibility of the successful delivery of the project. The University is seeking an experienced full time Project Manager with part time support from an experienced Project Director.",Awarded,"This is a closed tender process with suitably qualified suppliers, and the contract is awarded to RCP.",0,20250410 University of Otago,26511000,Request for Proposals,Open Competition,Supply of Washroom Consumables,TR2020-10,20221028,20221028,20221028,,All of Government,No,,"A Request for Proposal (RFP) is issued to the supplier panel members of the All of Government, Washroom Consumables contract, to provide a proposal for the Supply of Washroom Consumables. We are seeking to engage a supplier that can facilitate a change away from ordering and stock holding of washroom consumables by the University and transition the day-to-day management of washroom consumables, including ordering, handled directly between the Universitys washroom consumables supplier and the Universitys contracted cleaning services providers.",Awarded,,0,20250410 University of Otago,26536485,Request for Proposals,Open Competition,Aquinas College Extension Project Main Contractor,TR2021-40,20230626,20230626,20230404,,Sole Agency,No,,"The University issued a closed RFP to suitable suppliers to the Aquinas College Extension Project Main Contractor contract opportunity, to provide construction work services through to the completion of the project. We require a Main Contractor with a proved track record, capability, experience and resources to undertake this project in the timeframe required, including providing early contractor involvement. The respondent should have an exemplary track record of works of a similar size including the experience of undertaking significant work in an occupied site.",Awarded,"Early Engagement work awarded in May 2022. Contract awarded and signed in April 2023.",0,20250410 University of Otago,26536756,Request for Quotations,Open Competition,Aquinas College Extension Project External Project Manager,TR2021-41,20221028,20221028,20220506,,Sole Agency,No,,"This Request for Quote (RFQ) is a closed tender invitation to suitably qualified suppliers to submit a Proposal for the Aquinas College Extension Project External Project Manager contract opportunity. The University is looking for a supplier who can drive strong collaboration and has the capability, capacity, and experience to take responsibility of the successful delivery of the project.",Awarded,,0,20250410 University of Otago,26567724,Request for Proposals,Open Competition,Helium Recovery and Liquefaction and Liquid Nitrogen Generation,TR2022-37,20221102,20221215,20230314,,Sole Agency,No,,"The University is looking to engage with suitably qualified suppliers capable of supplying, installing, commissioning, and supporting systems that will allow the University to both generate Liquid Nitrogen and recover/reuse helium in support of its teaching and research activities. The key objective of this procurement is to replace the existing Liquid Nitrogen bulk storage tank with Liquid Nitrogen Generation equipment, and to install a Helium recovery system in the NMR laboratory at the University of Otago. Please refer to the tender documents for further details.",Awarded,,732000,20250410 University of Otago,26581876,Request for Proposals,Open Competition,Purchase of Student Articulators with Splitex Plate Sets for 2023,TR2022-17,20221104,20221104,20220902,,Sole Agency,No,,"We are looking to purchase equipment for Bachelor of Dental Surgery (BDS) and Bachelor Dental Technology (BDentTech) students for 2023. It includes 90 sets of laboratory articulators, 90 sets of splitex plates, 20 anterior guidance, and assorted other minor components, compatible with our technical services (production) laboratory setup including existing equipment and a CAD/CAM computer system with virtual articulator. The Artex Articulators are the only ones compatible with the Technical Services Laboratory equipment setup and a virtual version of the articulator on CAD/CAM software.",Awarded,,0,20250410 University of Otago,26640606,Request for Tenders,Open Competition,Supply of residential college linen,TR2022-47,20221121,20221215,20230124,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the opportunity to supply linen to the University of Otago Residential Colleges and Uniflats. Please refer to the tender documents for further details.",Awarded,,333000,20250410 University of Otago,26641709,Request for Quotations,Open Competition,Biomechanical Force plates,TR2022-34,20221117,20221117,20221019,,Sole Agency,No,,"The University is acquiring a replacement force platforms as fundamental instruments required for delivery of the teaching and research within the School of physical Education, Sport and Exercise Sciences (SPESES). The current equipment is Beyond Economic Repair (BER). The purchase of replacement assets must be completed in 2022. It is determined only the AMTI product offered by LOGEMAS is fully compatible and within the proposed available budget.",Awarded,,0,20250410 University of Otago,26766238,Request for Proposals,Open Competition,Transactional Banking Service,TR2021-11,20221221,20221221,20221101,,Sole Agency,No,,"The University issued a closed invitation (Request for Proposals) to suitable banks to provide banking services in the following 4 categories: Transactional Banking, Foreign Currency, Payment Services and Card Services.",Awarded,,0,20250410 University of Otago,26796511,Request for Tenders,Closed Competition,Hakitekura Main Contractor,TR2022-49,20230116,20230214,20230927,,Sole Agency,No,,"This Request for Proposal (RFT) is an invitation to suitably qualified suppliers to submit a Proposal for the Hakitekura contract opportunity. The project is situated on a 4-hectare site on the shore of Lake Whakatipu, passed Jacks Point. The site was gifted to the University in 2016 with the intention to create and academic conference and events facility to enhance the University of Otagos position as a local, national, and global citizen. In 2019, the project was gifted the name Hakitekura by mana whenua.",Awarded,"Cook Brothers Construction has been selected as the preferred Main Contractor for this contract. However, the project is currently on hold, and further updates will be provided when available.",0,20250410 University of Otago,26800392,Request for Proposals,Open Competition,Digital Workspace project,TR2022-26,20230116,20230221,20230823,,Sole Agency,No,,"This procurement relates to the selection of a Digital Workspace partner who can work closely with the University of Otago Digital Workspace project team to design and deliver a modern approach for how we deliver and support endpoints with the University of Otago. A RFI (Request for Information) was completed in June 2021 (RFx# 24388673 TR2021-23). Purchase and management of desktops, laptops and tablets has previously been decentralized with these activities taking place within individual departments. To improve efficiency, provide equitable access to resources and uplift our cybersecurity posture, the University is establishing a standard operating environment for its device fleet, this initiative will lead the design and implementation of this new environment. This RFP is a single-step procurement process. Following the completion of this contract, a separate procurement will be independently advertised to select a service provider to deliver the rollout and packaging phase. Please refer to the tender documents further details.",Awarded,,316000,20250410 University of Otago,26817653,Request for Quotations,Open Competition,Central ITS: WekaIO Software Procurement,TR2023-01,20230118,20230202,20230315,,Sole Agency,No,,"The University has the requirement to purchase WekaIO software. This will provide a storage solution dedicated to Research use cases We are inviting quotations for the software as contained in Bill of Materials. We are looking for credible suppliers who have the capability, and experience to deliver the software. Please refer to the RFQ documents for further details.",Awarded,,408000,20250410 University of Otago,26822110,Request for Proposals,Closed Competition,IT Infrastructure Services Supplier Panel,TR2022-16,20230119,20230210,20230906,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the IT Infrastructure Services contract opportunity.This RFP is the second step in a multi-step procurement process. Our ROI process conducted in late 2022. The establishment of a supplier panel agreement for: * The supply of IT Infrastructure Capital Equipment, * Equipment maintenance, * Cabling and * Enterprise Server support Software. This arrangement is intended to simplify the purchasing of IT equipment and related services for projects such as capital works, End of Life (EOL) replacements, and to meet operational requirements.",Awarded,"A panel of suppliers has been established, to supply across two categories: Harfware and Services: Cyclone, Datacom, One NZ, Sempre Technologies, Spark Networking and Cabling: ACL, Aotea, Teltrac",0,20250410 University of Otago,26831709,Request for Quotations,Closed Competition,Wellington Campus Access Management,TR2022-50,20230120,20230207,20230307,,Sole Agency,No,,"This RFQ relates to the purchase and installation of Gallagher security hardware by an Authorized Gallagher Channel Partner, to replace the existing secure door access at the Wellington campus (Mein St, Wellington Hospital). All Gallagher hardware components need to be upgraded, including the card readers, controllers, and input/output modules, while there may also be door lock hardware that will need to be replaced as well. Please refer to the tender documents for further details.",Awarded,,180000,20250410 University of Otago,26892900,Request for Quotations,Closed Competition,Field Deployable Core Analysis Instrument,TR2022-44,20230202,20230223,20230726,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the supply of a Field Deployable Core Analysis Instrument. Please refer to the tender documents for further details.",Awarded,,670000,20250410 University of Otago,26958851,Request for Proposals,Open Competition,Research Outputs Repository (Institutional Repository),TR2021-48,20230220,20230316,20230926,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Research Outputs Repository (Institutional Repository) Project contract opportunity. We have previously completed a RFI process in November 2021. This RFP relates to the purchase of new Institutional Repository (Research Output platform), along with the required professional development, training, and knowledge transfer services. The key outcomes that we want to achieve are: Have a new functional research Outputs repository system. Have updated procedures and processes to manage the research outputs. Increase the quantity of the Institutional Repository & Public Access content which positively impacts the UoO's reputation and International Ranking. Increase compliance with funding requirements. Support compliance of the PBRF Quality Evaluation processes. Increase UoO's ability to capture intellectual assets (Institutional Research Memory). Increase efficiency and productivity of Library and PBRF/Publications teams",Awarded,,0,20250410 University of Otago,26985269,Request for Proposals,Open Competition,Detailed Seismic Assessment (DSA) Richardson Building,TR2023-03,20230227,20230323,20230724,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to provide a Detailed Seismic Assessment (DSA) of the Richardson Building or provide a peer review of the resulting DSA. The key objective of this procurement is to engage a suitably experienced and qualified supplier to provide a DSA of the Richardson Building that meets the needs of the Dunedin City Council in assessing whether the Richardson Building is an earthquake-prone building in accordance with MBIEs 2017 earthquake engineering guidelines and methodology. We also seek to engage a second suitably experienced and qualified supplier to provide a peer review of the DSA and associated recommendations. Please refer to the tender documents for further details.",Awarded,"The contract was awarded to the following: Aurecon - DSA Main Consultant Holmes Group - DSA Peer Review",0,20250410 University of Otago,27025341,Request for Tenders,Open Competition,Custodial Hygiene Services,TR2023-05,20230306,20230330,20230503,,Sole Agency,No,,"This procurement is for the supply of custodial hygiene services across the University of Otagos nationwide campuses. This RFT relates to the following hygiene services: The supply and servicing of: Washroom sanitary bins Nappy bins Washroom air fresheners Urinal mats/sanitisers Please find attached RFT documents for further details.",Awarded,,118000,20250410 University of Otago,27238307,Request for Quotations,Open Competition,Research Storage 2022,TR2022-48,20230413,20230413,20221202,,Sole Agency,No,,"We are looking to procure more research only storage (Dell EMC PowerScale F900 nodes, software and 5 years Maintenance). Contract term date: 1/1/2023 31/12/2027 This is an extension of the Central ITS Storage Refresh open tender process, TR2022-39 (RFx 26362207).",Awarded,,2252820,20250410 University of Otago,27343623,Request for Proposals,Open Competition,Workplace Design Guidelines,TR2023-15,20230503,20230529,20230821,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Workplace Design Guidelines contract opportunity. The University is seeking external expertise to provide a review of the University Workspace and assist in the creation of updated Workplace principles, design guidelines and standards. Please refer to the tender documents for details.",Awarded,,0,20250410 University of Otago,27442864,Request for Quotations,Closed Competition,UOCCR Engineer to Contract Services for Main Construction Works,TR2023-11,20230524,20230609,20230719,,Sole Agency,No,,The University of Otago requires the services of an Engineer to Contract (ETC) for the main construction phase of works for its University of Otago Christchurch Campus Redevelopment (UOCCR) project. The works will be executed under a NZS 3910 contract with Leighs Construction Limited the appointed Contractor.,Awarded,,0,20250410 University of Otago,27517131,Request for Quotations,Open Competition,Sharepoint Upgrade,TR2023-08,20230626,20230626,20230605,,Sole Agency,No,,The University is looking to procure professional services to support the University in upgrading our on-premise SharePoint solution from SharePoint 2013 to SharePoint 2016.,Awarded,Exemption Reason: Only one supplier i) for technical reasons there is no real competition,260000,20250410 University of Otago,27517772,Request for Quotations,Open Competition,Digital Preservation System,TR2023-06,20230626,20230626,20230608,,Sole Agency,No,,"We need to procure a service for, the provisioning of a robust end-to-end digital asset management and preservation system to manage the entire life cycle of the Universitys digital collections including ingest, preservation, rights management, and discovery. Rosetta has been identified as meeting the requirements for the University, with the outcomes as below: Rosetta will provide: *Full system administration functions for managing of digital objects and collection. This includes ingest, workflows, validation tools, metadata checks, viewers, and reporting. * Out of the box integrations with Alma, Alma-D (Alma Digital), and Primo. * Integration with existing institutional systems utilising APIs.",Awarded,,415300,20250410 University of Otago,27620640,Request for Quotations,Closed Competition,Print Services Contract (2024),TR2023-07,20230628,20230727,20240809,,Sole Agency,No,,"This RFQ relates to the purchase of Print Technology and Associated Services. The key outcomes that we want to achieve are: * Single supplier of the service * An sufficient and supported network of printers (MFD and SFD) to service the University staff and student environment. We are seeking a solution that provides: * A strategic partnership to deliver an efficient print solution. * A reduced and sustainable fleet of multi & Single functional devices * Technology and software that enables modern print management tools and accurate chargeback (Staff), prepayment (Students) and reporting (Financial, Usage, The print environment health, Environmental sustainability, etc), * Flexibility to manage exceptions efficiently where variations to print requirements have a genuine need.",Awarded,,0,20250410 University of Otago,27682147,Request for Quotations,Closed Competition,X-ray micro CT scanner,TR2023-21,20230802,20230814,20230830,,Sole Agency,No,,"We are seeking a replacement for our Skyscan X-Ray Micro Computed Tomography microscope, model 1172 (MicroCT) purchased in 2006. This instrument is required to provide 3D X-Ray imaging of a wide variety of biological samples, including small laboratory animals, insects, plants, mineralised and soft tissues, tumours, food, archaeological and paleontological specimens and even ice. This procurement relates to the supply, delivery and installation of a Neoscan N80 x-ray micro CT Scanning System. We are seeking suppliers that can demonstrate the capacity to furnish, deliver, install and support the requested equipment to the University of Otago in Dunedin, New Zealand.",Awarded,Exemption Reason: Only one supplier i) for technical reasons there is no real competition,412500,20250410 University of Otago,27718829,Request for Proposals,Open Competition,Dental Digital CAD/CAM Milling Capability,TR2023-19,20230717,20230817,20231206,,Sole Agency,No,,"The University is looking to purchase of a CAD/CAM milling machine, Scanning and 3D Printing equipment for use within the Dental School Technical Services Laboratory in support of undergraduate and post graduate teaching and research. The current availability and standard of milling machines is out-dated and is reaching the end of its serviceable life. The purchase of upgraded equipment will accommodate advances in the development of CAD/CAM materiel and provide additional capacity to meet the growing demand for this capability. In summary we need to procure, respondents are free to bid for one, any of the 3 systems you see fit. One CAD/CAM Milling Machine Two Scanners Up to two 3D printing machines (subject to budget constraint) We are seeking a solution that is/can: Enable multi-disc capability to allow better efficiency of use (milling). An enhancement of the ability to 3D printing capabilities to keep up with demand from stakeholders. Covered by New Zealand based technical and serving support. Please review the RFP documents for further details.",Awarded,,240000,20250410 University of Otago,27739482,Request for Proposals,Open Competition,Supply of Electricity,TR2023-18,20230720,20230815,20230928,,Sole Agency,No,,"This RFP relates to the purchase of electricity for the University of Otago and non affiliated University colleges. The supply of electricity to the Universitys sites is an essential service and represents a significant expense for the University. The University will favour proposals offering competitive pricing and those supporting flexibility in account and contract management to ensure the University of Otago can respond rapidly to changes in its property portfolio and to general market conditions. The University preference is to engage one supplier for the supply of electricity but may split the supply over a number of suppliers by group of ICPs if needed to ensure a favourable financial outcome. The University prefers a FPVV supply arrangement but will also consider alternative arrangements where the supplier can clearly indicate the potential benefits. The contract opportunity will be for a term of 3-years or 2-years, with or without an option for UoO to contract an additional year at pricing offered in response to this RFP (i.e., a 2+1 or a 3+1 arrangement) beginning 01 May 2024",Awarded,The contract is to commence on 1 May 2024.,0,20250410 University of Otago,27821165,Request for Proposals,Open Competition,Supply of Dental Consumables,TR2022-35,20230803,20230925,20240822,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to selected suppliers to submit a Proposal for the Supply of Dental consumables contract opportunity. The University is looking to partner with a supplier or a panel of suppliers to support the university through the supply of general dental consumables in support of the Universitys teaching and research activity. This supply will be required at the Faculty of Dentistrys locations in Dunedin (Main School) and South Auckland. You are invited to consider the way current products of this nature are purchased by the University and put forward cost effective proposals that meet the RFPs requirements considering factors such as (but not limited to): - Volume commitments; - Product bundling; - Supply chain efficiencies; - Inventory methodology; and - Demand forecasting Please refer to the tender documents for further details.",Awarded,"A panel of suppliers is established: Henry Schein Dentsply Sirona Solventum / 3M New Zealand Ltd Amtech Medical DE Healthcare Ivoclar Vivadent Pharmaco",0,20250410 University of Otago,28021456,Request for Proposals,Open Competition,Arana College Compliance Project,TR2023-20,20230905,20231013,20240117,,Sole Agency,No,,"This procurement relates to the delivery of the Arana College Compliance Project. The Arana campus features buildings of various ages on a steeply sloped site. While currently compliant for the period the building was constructed, the project aims to bring the College in line with latest Building Code and University policy aspirations, by improving the means of escape from fire and seismic performance of Arana College. Targeted accessibility improvements within Denmead House and Leith View will enable simple accessible routes within the heart of the college campus where it can be most effective. The key outcome of this RFP process is to select a Preferred Main Contractor for each building, package of work or full project scope. Please read through the tender documents for further information.",Awarded,"The contract is awarded to: Stewart Construction - Package One & Three Cook Brothers Construction - Package Two",0,20250410 University of Otago,28076362,Request for Tenders,Open Competition,Supply of fresh and frozen meat including chicken,TR2023-22,20230913,20231006,20231123,,Sole Agency,No,,"The University of Otago Union requires a supplier of fresh and frozen meat for use in its catering operations. The meat covered in this process are key ingredients required for the University Union to deliver its services to the University and its customers. The key objective of this RFT is to provide a qualified supplier or suppliers of meat for a contract term of three years with 2 options of extending the contract for 2 years (3+2+2). This RFT relates to the purchase of the fresh and frozen meat including: Beef Lamb Pork Smallgoods (Raw) and other i.e., venison Chicken The process will allow the award of the supply to a single supplier or split the supply across two suppliers as awarded previously i.e., all meat or beef, lamb, pork and smallgoods and chicken separately. The procurements proposed outcomes are: * University wide delivery of high quality and consistent cuts of meat. * Competitive and consistent pricing. * Reduced GHG emissions from purchase of meat. * High levels of customer service * A preventive approach to Food Safety and Allergen Management * Open communication and customer relationships * Transactional efficiency * Surety of supply and contingencies for supply in instances of road closures, pandemics and natural disasters. * Commitment to improving environmental and social sustainability. Please refer to the RFT documents for further details.",Awarded,,0,20250410 University of Otago,28076824,Request for Tenders,Open Competition,Supply of food service cleaning chemicals,TR2023-33,20230913,20231006,20231128,,Sole Agency,No,,"The University of Otago Union requires a supplier of kitchen chemicals for use in the cleaning programs across its extensive catering operations. The cleaning program is an integral part of these foodservice operations and the chemicals required play an important part in its effectiveness and efficiency. The University of Otago Union food service operations include retail and caf operations; conference and event; catering and College Catering which provides foodservice catering at 10 University of Otago Residential Colleges The key objective of this procurement process is to secure a sole qualified supplier of kitchen chemicals for a contract term of 4-years with 2 rights of renewal of 2-years duration each (4+2+2). Please refer to the tender documents for further details.",Awarded,"Contract awarded to Bidfood Limited, with initial contract of 4 years from 1/1/2024.",191000,20250410 University of Otago,28077129,Request for Tenders,Open Competition,Supply of Hot Beverage Vending Consumables and Machine,TR2023-35,20230913,20231006,20231214,,Sole Agency,No,,"This RFT relates to the purchase of the hot beverage consumables to be dispensed from compatible hot beverage vending machines provided on a on loan basis to facilitate the hot beverage service requirements for the residential college food services. The key objective of this procurement process is to secure a sole qualified supplier of hot beverage vending consumables for a contract term of 4-years with 2 rights of renewal of 2-years duration each (4+2+2). The procurements proposed outcomes are: Competitive pricing, Quality and consistent product. Reliable and easily maintained machines capable of dispensing the volumes required including pump pots and brewers for function catering, Comprehensive servicing and reactive maintenance provision to minimise downtime, Open communication and customer relationships, Function coffee consumables and equipment (currently met with pump pots), Transactional efficiency, Reliable delivery time parameters, Surety of supply and contingencies for supply in instances of road closures, pandemics and natural disasters, Shared commitment to support FSP and allergen management for this provision, Commitment to improving environmental and social sustainability. Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,28120725,Request for Tenders,Open Competition,Supply of retail chilled non-alcoholic beverages,TR2023-37,20230918,20231012,20240201,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the opportunity to supply chilled retail beverages to the University of Otago Union, a commercial University owned business unit that provides retail and conference/event catering on campus at the University of Otago. The key objective of this procurement is to provide a qualified supplier or suppliers of retail chilled non-alcoholic beverages for a contract term of four years with 2 options of extending the contract for 2 years (4+2+2). We are seeking to secure a supplier that can provide: - Reliable customer service - Supply of the retail beverage refrigeration equipment within our operations, - A range of quality beverages that appeal to our customers, - A solution to provide merchandising within our operations, - A value-add proposition that delivers benefits for the University community, - Effective promotional activities, - Enhanced focus on sustainability in areas such as: o Packaging o Environmental sustainability o Social sustainability - Deliver Efficiency - Effective transition planning - An attractive pricing proposal - Financial incentive Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,28325582,Request for Tenders,Open Competition,Snack and Chilled Drink Vending,TR2023-26,20231025,20231121,20231221,,Sole Agency,No,,"This RFT relates to the placement of vending machines (chilled drinks and snack) that provide the University Union (a commercial University owned business unit) with commission and, if applicable, rental revenue. The process will allow suppliers to propose a solution of vending machines for chilled drinks and/or for snack foods. This will result in one or two suppliers fulfilling the University Unions requirement. The University Union does not intend to engage more than one supplier in each type (chilled drink and snack). Please refer to the tender documents for further information.",Awarded,"Contract has been awarded to: Vending Direct for Snack Vending CCEPNZ for Chilled Drinks Vending",0,20250410 University of Otago,28458411,Request for Proposals,Open Competition,Library Self-Check Machine Solution,TR2023-39,20231114,20231207,20240918,,Sole Agency,No,,"The University of Otago is seeking a new self-checkout system for its libraries. The system must support self-mediated check out, check in, and renewal of library resources across all university libraries. It must also support both EM and RFID security systems and interface with the Alma Integrated Library System (ILS). The current self-checkout system is nearing the end of its life, and a replacement program is needed.",Awarded,,63000,20250410 University of Otago,28529152,Request for Quotations,Open Competition,Cirrus 6000 OCT machine,TR2023-34,20231127,20231127,20230810,,Sole Agency,No,,We are looking to purchase a Cirrus 6000 AngioPlex instrument for the Dunedin Study Project. This is to replace the existing Zeiss Cirrus 5000 and the proprietary software.,Awarded,Exemption Reason: Only one supplier i) for technical reasons there is no real competition,130000,20250410 University of Otago,28530583,Request for Quotations,Open Competition,Castle 2 Lecture Theatre Seating Procurement,TR2023-25,20231127,20231127,20231012,,Sole Agency,No,,"This procurement is related to the Lecture Theatre Seating for the Castle 2 Refurbishment project. We require the supply and installation of 417 new seats and 20 spares by Feb 2024. The key success metrics for the seating are: * Longevity and reliability * Comfort & Ergonomics * Establishing a consistent user experience across our large lecture spaces * Significant risk working with a new product and/or supplier * Time to manufacture and install within the project time frame Exemption Reason: 14.9.c Only one supplier The required goods or services are only available from one source, or limited sources, in the relevant timeframe; The constricted timeline between project approval and required completion date requires that the university selects a known and trusted supplier who has previously worked with the University and performed well in the past; Project completion prior to the 2024 academic year is dependent on the achievement of a tight refurbishment programme.",Awarded,,0,20250410 University of Otago,28537849,Request for Quotations,Open Competition,Preventative Maintenance for Water Purifying plant,TR2023-30,20231128,20231128,20230801,,Sole Agency,No,,"This is related to the procurement of the service plan for the Veolia EDI Water Purifying plant located in the School of Dentistry. The contract term is 5 years covering the schedule of maintenance, for two-, three- and five-year scheduled service requirements. Exemption Reason: Only one supplier i) for technical reasons there is no real competition The standardisation or compatibility requirements require the use of a specific supplier",Awarded,"The contract term is 5 years covering the schedule of maintenance including the additional two-, three- and five-year scheduled service requirements.",216000,20250410 University of Otago,28538104,Request for Quotations,Open Competition,Vascular Ultrasound System,TR2023-27,20231129,20231129,20231113,,Sole Agency,No,,"This procurement is related to the replacement of the current Vascular ultrasound systems in the Vascular Diagnostics Unit, Surgical Sciences Department, Dunedin School of Medicine.",Awarded,"After a selective process with suitably qualified suppliers, Canon Medical has been awarded the contract.",330000,20250410 University of Otago,28552752,Request for Quotations,Open Competition,Foundation Trust Financial Advisory Services,TR2023-02A,20231130,20231130,20230727,,Sole Agency,No,,This is related to the procurement of the investment advisory services to the University of Otago Foundation Trust.,Awarded,"After a selective process with suitably qualified providers, JMI Wealth Limited is awarded the contract. Contract terms: 3 years with two options for extensions of two years duration.",0,20250410 University of Otago,28552932,Request for Quotations,Open Competition,Foundation Trust Financial Custodial Services,TR2023-02B,20231130,20231130,20231101,,Sole Agency,No,,This is related to the procurement of financial custodial services to the University of Otago Foundation Trust.,Awarded,"After a selective process with suitably qualified providers, Apex Investment Administration (NZ) Limited is awarded the contract. Contract term: 3 years with an option of extending the contract for 3 years duration.",0,20250410 University of Otago,28553162,Request for Quotations,Open Competition,Staff Cultural Capability Professional Development,TR2023-17,20231130,20231130,20230803,,Sole Agency,No,,This is related to the procurement of a bicultural training service provider to deliver a programme of bicultural competency professional training resources to the University of Otago for staff development.,Awarded,5 Years contract until 31/8/28.,330000,20250410 University of Otago,28732475,Request for Quotations,Open Competition,Circulating Tumour Cell Isolator,TR2023-40,20240124,20240124,20231218,,Sole Agency,No,,This procurement is related to placement of the Parsortix circulating tumour cell isolator instrument for our Pathology department's laboratory.,Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",85000,20250410 University of Otago,28803079,Request for Proposals,Open Competition,CApSc Refurbishment Fit Out Project Main Contractor,TR2023-28,20240209,20240315,20240716,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the CApSc Refurbishment fit out project contract opportunity. The CApSc Refurbishment entails an office fit out of the CApSc (Consumer and Applied Sciences) Building which is currently undergoing a seismic and heritage upgrade. We are seeking proposals from suitably qualified main contractors to complete the physical fit out works associated with the project. The scope of this project includes the construction and fit out of seminar rooms, meeting rooms, open plan offices, lift install, and construction of an external egress stair.",Awarded,,0,20250410 University of Otago,28850324,Request for Quotations,Open Competition,Overhead Book Scanner Replacement,TR2024-01,20240219,20240229,20240422,,Sole Agency,No,,"The key objective of this procurement is to purchase a book scanner to maintain critical customer workflows in support of interloan, library scans, eReserve, thesis digitization and public scan requests. The current machine has come to the end of its use cycle and is in danger of breaking with no means to get it serviced or repaired. In summary we need to procure an overhead book scanner that: o has an A1 sized scan area to cater to the vast array of sizes the Hocken Collections items cover o allows the safe scanning/digitization of fragile heritage items minimizing stress and damage to the items with the canter levered base plate and glass hood o is a standalone unit so it does not need to be attached to the University network, meaning less of a security risk o supported by the supplier via a support agreement, meaning ITS does not need to support this machine o is compatible with the University document management system o produces 300-600ppi, PDF, JPEG and TIF files so it can meet the requirements of eReserve, Interloan and Library scan work standards o includes new technology, hardware and software wise, to support a reduction in the time taken scanning, editing final files and reduce stress and strain on fragile heritage items.",Awarded,,142000,20250410 University of Otago,28946543,Request for Proposals,Open Competition,Strategic Space Project -External Project Management,TR2023-14a,20240304,20240304,20230601,,Sole Agency,No,,"The University issued a closed invitation (request for proposal) to a suitably qualified supplier for the successful External Project Management consultancy service delivery of the OBS Level 2/3 Fitout of the Strategic Space Project. We require the External Project Manager to provide project management consultancy services including the independent monitoring and management of project progress, risks and issues and contract administration.",Awarded,"Exemption Reason: 9b) Following an open competitive process, previous process reference# TR2022-20",0,20250410 University of Otago,28946999,Request for Proposals,Open Competition,Strategic Space Project -Main Contractor,TR2023-14b,20240304,20240304,20231102,,Sole Agency,No,,"The University issued a closed invitation (request for proposal) to a suitably qualified supplier for the successful Main Contractor Design & Build service delivery of the OBS Level 2/3 Fitout of the Strategic Space Project. The project will be delivered under a 2-stage Design & Build approach, meaning a Main Contractor will take responsibility for the design (including management of the design consultants) from an appropriate point in the design development and open book sub trade tendering (stage 1) as well as the later construction works (stage 2).",Awarded,"Exemption Reason: 9i) Secondary procurement Panel from a previous process: TR2021-55 - Minor Work: Construction and Related Services",0,20250410 University of Otago,29219178,Request for Proposals,Open Competition,Digital Forensics & Incident Response Management Service,TR2024-05,20240415,20240415,20240215,,Sole Agency,No,,"The University needs to procure a suitably qualified and compatible supplier cyber incident management service to work alongside the University Cyber Security Team. The key objective of this procurement is to provide the following outcomes: o Address the current capability gap for a dedicated incident management service. o Appoint a contractor with the required skillsets and experience. o Mitigate the risk associated with this capability gap. o Obtain this service at an appropriate level of cost. o Provide a test case and gather information to determine a long-term strategy for this capability.",Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",120000,20250410 University of Otago,29220435,Request for Quotations,Open Competition,Student Articulators with Splitex Plate Sets for 2024,TR2023-38,20240415,20240415,20230912,,Sole Agency,No,,"This is related to the procurement of Dental Articulators for 2024. We require laboratory articulators with a set of matching Splitex Plates to facilitate course delivery by the Dental School. These articulators must be compatible with the Technical Services Laboratory equipment setup and a virtual version of the ariculator on CAD/CAM software.",Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",157000,20250410 University of Otago,29220678,Request for Quotations,Open Competition,Clinical engineering technical support,TR2023-25,20240415,20240415,20231207,,Sole Agency,No,,"This procurement relates to the supply of clinical engineering technical support for the Faculty of Dentistry. The support includes: Asset management Electrical testing Medical gases Compressed air system Durr vacuum plant Durr compressor plant Durr CDS system Sirona simulation suites Durr simulation plant Clinic appliances Technical service lab equipment Dental tech lab handpieces and equipment Autoclave performance qualification Medical equipment annual performance qualification Relative analgesia dental equipment Radition compliance testing Amann Girrbacb CAD mills Specialised applied IT support GE medical equipment EMS airflow dental units",Awarded,"Exemption under rule: 9c Only one supplier: services can be supplied by only one supplier and there is no reasonable alternative or substitute because: i) for technical reasons there is no real competition, ii) the procurement relates to the acquisition of intellectual property or rights to intellectual property (including patents or copyrights), or other exclusive rights",0,20250410 University of Otago,29231276,Request for Proposals,Open Competition,UoW Lecture Theatre Main Contractor,TR2023-09,20240506,20240506,20230906,,Sole Agency,No,,"The University issued a closed RFT to a suitably qualified and compatible Main Contractor, to achieve a seismically safe building within the current building code and University seismic policy. This is following a successful Early Contractor Involvement (ECI) for pre-construction services.",Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",0,20250410 University of Otago,29331213,Request for Proposals,Open Competition,"Supply of Dairy Products, Milk & Cream",TR2024-03,20240503,20240530,20240809,,Sole Agency,No,,"This RFP relates to the purchase of fresh milk products (including cream), cultured dairy (yoghurts, cheeses), dairy products (sour cream, butter) & spreads (margarines) for use in the University Unions food service and caf operations and for the wider University for the provision of staff tea and coffee service. Also included in this contract opportunity is a non-dairy milk solution for delivery via the campus run to negate the necessity for a second supplier and to efficiently facilitate small volume plant-based alternative milk deliveries and a solution providing non-dairy milk substitutes for University Union College food services, kitchens and caf operation. To facilitate this the RFP proposes splitting the provision into 4 separately awardable categories: i.Fresh milk including cream for use in the University Unions food service and caf operations. ii.Fresh milk including plant-based milk alternative option/s (almond, oat, soy etc.) for the campus run and satellite sites. iii.Dairy products including yoghurts, cheeses, sour cream, butter, & spreads for use in the University Unions food service and caf operations. iv.Plant-based milk alternatives for University Union College food services, kitchens and caf operations. This arrangement will allow the University to pursue alternative solutions across potentially multiple suppliers allowing the differing evaluation focuses to be factored and allow suppliers that cannot deliver a complete solution to offer a solution for one or more category. The process will still allow a supplier to supply all or multiple categories if their proposal merits it.",Awarded,,0,20250410 University of Otago,29343354,Request for Proposals,Open Competition,UOW Link Block Managing Contractor,TR2023-10B,20240506,20240506,20231213,,Sole Agency,No,,"The University issued a closed RFT to a suitably qualified and compatible Managing Contractor with experience working on campus with the University of Wellington and Te Whatu Ora, to manage the construction works (alterations to floors F, G & J) for the Link Block Budiling. The scope of works includes alterations to the existing fit-out that are predominantly decorating and joinery trades, with no structural works and minor building services other than electrical outlets changes. It is a requirement that the contractor selected has the capacity and appetite for the collaborative delivery approach, to achieve project completion within constrained programme and budget parameters.",Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",0,20250410 University of Otago,29344533,Request for Proposals,Open Competition,UOW Link Block Main Contractor,TR2023-10A,20240506,20240506,20231101,,Sole Agency,No,,"The University issued a closed RFT to a suitably qualified and compatible Main Contractor, for the UOW Link Building Level D and E Project. This is following a successful Early Contractor Involvement (ECI) throughout the UOW Lecture Theatre Strengthening project design phase and the delivery of the Prefabs, WSB Level J and Hanson Street projects. It is a requirement that the Main Contractor selected has the capacity and appetite for the collaborative, open book, transparent delivery approach, to achieve project completion on time and within budget.",Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",0,20250410 University of Otago,29345053,Request for Proposals,Open Competition,UOW Link Block Project Colab (level H) Fitout Contractor,TR2023-16,20240506,20240506,20230704,,Sole Agency,No,,"The University issued a closed RFT to a suitably qualified and compatible Main Contractor, with experience working on campus with the University of Wellington, the project main contractor and Te Whatu Ora, to undertake and complete for the fitout delivery work for the Link Block Colab (level H). It is a requirement that the Contractor selected has the capacity and appetite for the collaborative, open book, transparent delivery approach, to achieve project completion on time and within budget. We also require the fitout works to commence immediately to expedite the programme and project completion for the continuation of student research.",Awarded,"Exemption under rule: 9c i) Only one supplier: The goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",0,20250410 University of Otago,29359502,Request for Quotations,Closed Competition,Liquid Chromatography System,TR2024-10,20240508,20240521,20240521,,Sole Agency,No,,"The University of Otago's Centre for Protein Research is looking for a replacement of an old nano-flow Ultimate 3000 LC-system. The selected equipment must have the compatibility with the existing equipment in the Centre for Protein Research. An essential requirement is full compatibility between LC systems and Orbitrap mass spectrometers, including hardware and software interfaces for communication and synchronized data acquisition with I) LTQ Orbitrap XL and II) Orbitrap Exploris 240. It is important that the new LC-system is operated through easy-to-understand and easy-to-use instrument software. The new software workflows should be compatible with our existing methods/workflows to achieve reproducible outcomes. It is essential that the instrumentation in the facility operates at its highest specifications, as the quality of this system impacts the Universitys academic output.",Awarded,Exception reason: Only one supplier: The goods can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition,117000,20250410 University of Otago,29398251,Request for Proposals,Open Competition,"IT Telecommunication Mobile, Teams Calling, and Data services",TR2024-02,20240514,20240610,20241122,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Telecommunications and Data services project contract opportunity. This RFP relates to the purchase of the consolidated procurement of telecommunication services, including mobile phones purchase and monthly data plans, 4G and 5G mobile data products, Microsoft Teams connect service include Direct inward dialing (DID / DDI, Direct Dial In), Satellite internet, and any other related services. We are looking for credible providers who have the capability, experience and infrastructure to deliver to these high-level requirements: 1. Mobile Phone Hardware purchase and Monthly plan including voice and data. 2. Mobile Broadband Services (4G and 5G). 3. Microsoft Teams Calling connection and DDI(DID) number 4. Satellite internet 5. Cisco Cloud Connected PABX for WebEx Calling or Similar managed service 6. Any other Telecom related product and services",Awarded,,0,20250410 University of Otago,29546456,Request for Quotations,Closed Competition,Flow Cytometry Laser Upgrade,TR2024-15,20240607,20240620,20240626,,Sole Agency,No,,"The University is looking to purchase of a Yellow/Green laser upgrade for our existing Cytek Aurora Full Spectrum Analyser and a new Biosafety cabinet suitable for this instrument in the Otago Micro And Nanoscale Imaging (OMNI) Flow Cytometry unit, Research Infrastructure Centre, Health Sciences Division.",Awarded,,0,20250410 University of Otago,29730883,Request for Quotations,Closed Competition,Upright Phase Contrast Teaching Microscopes,TR2024-18,20240708,20240719,20240726,,Sole Agency,No,,"This RFQ is related to the procurement of 20 upright phase contrast microscopes to update and replace the existing Olympus BX40 microscopes required for 300-level undergraduate teaching laboratories and postgraduate use. The microscopes must come with phase contrast condensers, mechanical stages with specimen holders, x4 plan achromat objectives, and x10, x20, x40, and x100 phase contrast objectives, with x10 eyepieces. Light source should be LED. We also require part and operation compatibility to the existing microscopes to minimize significant changes to the current teaching Standard Operating Procedures.",Awarded,,204700,20250410 University of Otago,29743240,Request for Quotations,Open Competition,Detailed Seismic Assessment (DSA) Science 2 building,TR2024-09,20240717,20240717,20240625,,Sole Agency,No,,"The University issued a RFQ to a qualified supplier for procuring the services of a Structural Engineer to develop a Detailed Seismic Assessment (DSA) for the Science 2 building, including recommended short and long-term remediation measures for any significant issues identified through the DSA (University Seismic Policy and Guidelines1 provide further information on issues considered significant by the University). Given the complexity and size of this building, we also procure a second independent Structural Engineer to provide a peer review of the DSA and associated recommendations.",Awarded,"The contract is awarded to: Aurecon New Zealand Limited (DSA Main Consultant) Holmes NZ (DSA Peer Review) Exemption under rule: 9b i) Following an open competitive process, it has openly advertised the contract opportunity in the last 12 months. (Reference: TR2023-03)",0,20250410 University of Otago,29787005,Request for Proposals,Open Competition,Asbestos Construction Services,TR2019-25,20240717,20240814,20241218,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to become a supplier on the Asbestos Construction Services panel. The Property and Campus Development Operations Group routinely engages external Asbestos Construction and Consultancy Services suppliers to provide asbestos related services for their operations. The services are primarily used when performing preventative and reactive maintenance, maintaining building regulatory compliance and undertaking minor works/refurbishments. The Asbestos Construction and Consultancy Services the Operations Group require fall in three service areas: 1. Asbestos surveying 2. Asbestos removal services 3. Independent asbestos assessor services and consultancy The University is looking to establish panels of qualified suppliers of these services to provide the Universitys ongoing requirements. The establishment of panels will enable the Operations Group to procure the services in an efficient manner that will allow early contractor involvement to enhance outcomes for each party. The security of the ongoing contract opportunity will give the elected panel members the security to invest in capability to enhance their service offering and to develop collaborative innovative solutions with the Operations Group.",Awarded,"The tender is awarded to a panel of suppliers within the 3 categories: Surveying: 1. Consultex 2. Precise 3. Asbestos Surveys and Monitoring 4. WSP Removalist: 1. Salmac Insulation 2. Scope 3. Southern Insulation Assessor / Consultant: 1. Consultex 2. Precise",0,20250410 University of Otago,29858044,Request for Proposals,Open Competition,Minor Works Panel: Project Management Services,TR2024-17,20240731,20240827,20241001,,Sole Agency,No,,"We are seeking proposals from experienced project management consultants to provide project management services including management of project scope, risks and issues, finances and forecasting and management of the design, procurement and construction processes including contract management and project close-out. We are looking to establish a panel of two to four External Project Management consultants to provide comprehensive external project management services for minor construction project works, valued at less than $2,500,000 for Property and Campus Development Division. Services include management of project scope, risks and issues, finances and forecasting and management of design, procurement and construction processes including contract management and project close-out. The key objective of this RFP is to establish a panel of external project management companies that: * Fosters a partnership model with the University and its suppliers, * Improves the Universitys ability to progress minor project works, * Allows for easier procurement and less administrative burden, * Allows for more open and transparent communications between suppliers and the university. * In turn this will result in more minor works projects starting and completing in a timely manner.",Awarded,"The contract is awarded to: - Feldspar Associates - RCP - The Building Intelligence Group Limited",0,20250410 University of Otago,29866631,Request for Proposals,Open Competition,Carpet Cleaning,TR2024-13,20240731,20240826,20240925,,Sole Agency,No,,"This RFP relates to the procurement of experienced carpet cleaners to provide all Property and Campus Development Division managed carpet and like services across the Universitys Dunedin campus. We are seeking proposals from experienced carpet cleaners to provide all Property and Campus Development Division managed carpet and like services across the Universitys Dunedin campus. This includes the scheduled and ad-hoc cleaning of: Carpets Mattresses Upholstery, (Chairs, couches etc.) Pinboards and Autex (soundproofing) Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,29902538,Request for Proposals,Open Competition,Body Bequest Database,TR2024-19,20240802,20240904,20250129,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Body Bequest Database contract opportunity. University of Otagos Body Bequest Programme is one of only two facilities in New Zealand that use donated human bodies to teach anatomy to medical, dental, physiotherapy, physical education, and science students. The main goal of this RFP is to find a vendor that can supply a new Body Bequest Database solution to manage the receipt, registration, and management of bodies and their parts, tags, and locations for the universitys programme. It should be able to liaise with funeral directors as well as regulators external to the programme.",Awarded,,0,20250410 University of Otago,30006602,Request for Proposals,Open Competition,Green House Gas Inventory Verification services,TR2024-22,20240819,20240912,20241106,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to supply audit and verification services in relation to the University of Otagos GHG emissions. We are seeking a supplier with the following key aspects: Auditor independence not involved in preparing the inventory or any University of Otago plans to reduce or offset emissions Qualified & experienced in carrying out such verification services - able to assure GHG statements and inventories in accordance with ISO 14064-3:2019 or the Assurance Engagements on Greenhouse Gas Statements (ISAE (NZ) 3410) standard - meet third-party accreditation standards or have been assessed and certified by a professional organisation - Experience with GHG verification, as opposed to just financial audits, is important. Individuals nominated to carry out the work will be required to have proven expertise and experience in GHG verification. Ability to deliver according to our timeframe - The nominated individual and firm will have the ability to provide the 2024 verification by May 2025 and the following years verification by May of the following year. - We are open to the audit process being broken into interim and final audits if this best matches the capacity of the supplier, the readiness of the University, and provides better overall outcomes than one-off annual audits.",Awarded,,0,20250410 University of Otago,30043485,Request for Proposals,Open Competition,Dunedin Study Digital Needs Assessment,TR2024-27,20240823,20240919,20241218,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Dunedin Study Digital Needs Assessment contract opportunity. We are seeking a strategic partner to help us develop detailed current and future state processes, conduct a gap analysis, and create comprehensive set of functional and non-functional requirements and context diagrams for a potential new data management system for the Dunedin Multidisciplinary Health and Development Study (DMHDRU), commonly known as The Dunedin Study. We are looking to replace the current system - DMHDRU data comprises primarily of Microsoft Access databases, SPSS files, and spreadsheets. This data is stored on the HCS system, which comprises of a series of Dell Isilon Data storage nodes located in Dunedin, Wellington, and Christchurch. The data is accessed by DMHDRU researchers using University provided Endpoints via Server Message Block (SMB) file shares. The key objective of this procurement is to secure a contract for services to deliver: Current and future state processes Comprehensive gap analysis Detailed requirements (including stakeholder, functional, and non-functional requirements) prioritized using MoSCoW.",Awarded,,0,20250410 University of Otago,30052972,Request for Proposals,Open Competition,External Trade Services Panel,TR2023-13,20240826,20240924,20250129,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal to become a supplier on the External Trade Services panel. The main purpose of this procurement process is to refresh the existing external trade suppliers panel and extend the coverage by adding addition service categories to it via an open market competitive process. This supplier panel will: Provide additional labour capacity for the internal Trade Services team, Provide addition trade services outside the capabilities of the internal team, Allow easier procurement and less administrative burden in supplier engagement, Provide financial savings in comparison to market rates for the respective trade services, Foster training opportunities within the trades industry. Foster a partnership model with the University and its external trade services suppliers. Trade Services require external trade labour in the following trades: Carpentry Electrical Electrical testing Painting Plumbing, incl. Drain-laying Engineering, Mechanical and Sheetmetal Plastering and Gib stopping Grounds Maintenance Roofing Gutter cleaning Arborist (predominately project-based engagements) Flooring (predominately via project-based engagements incl. minor project floor coverings) Joinery (predominately via project-based engagements incl. materials) Suspended ceilings (predominately via project-based engagements incl. minor project materials",Awarded,"Arborist: - Delta Utility Services Grounds: - Tradestaff Group Electrical: - Tansley Electrical - McArthur & Symons Electrical - Aotea Southern - Laser Electrical Dunedin - Dalco Electrical - Metrotest Carpentry: - Jeff King Building - MD Building Otago - Steve Mowatt Building & Construction Flooring: - Dunedin Carpet Co - TAK Flooring Ceilings: - Mainland Interiors Engineering/Mechanical: - DBC Building Services - Site Weld NZ - JJ Limited Painting: - Murray Turner Decorators - Kelly Painting & Decorating - James Wren & Co Plastering: - Wards Plastering Plumbing: - Barry Dell Plumbing - East Coast Plumbing - Water Services Plumbing - DBC Building Services",0,20250410 ,,,,,,,,,,,,,,,,, University of Otago,30064002,Request for Proposals,Open Competition,Otago University Digital Workspace Project,TR2024-31,20240827,20240920,20241025,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Otago University Digital Workspace Project (OUDW) contract opportunity. This RFP is the second part of our Digital workspace journey, focused on the packaging of up to two hundred (200) applications for users of the OUDW Modern Managed Environment, and the partner will be key to the outcomes being delivered by the project by making applications available in these new environments. We are looking for a trusted partner to work closely with our teams to uplift their capabilities and help to package applications for the modern Digital Workspace environments for the University of Otago. Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,30111018,Request for Proposals,Open Competition,Actors/Simulated Patient Agency Service,TR2024-04,20240902,20240927,20241212,,Sole Agency,No,,"The University is seeking to engage with experienced agencies who are capable of supplying actors/simulated patients to facilitate simulation-based education and Objective Structured Clinical Examinations (OSCEs) for our medical programs. This support is required across multiple departments and campuses, including those in Dunedin, Christchurch, and Wellington. We are looking to partner with a panel of agencies which can streamline resource management and reduce administrative burden for departments. We are seeking to engage suppliers that: Can provide trained simulated patients for various medical scenarios, including but not limited to history taking, physical examinations, diagnostic procedures, and patient counselling. Are able to recruit a diverse pool of simulated patients/actors representing various demographics, including age, gender, ethnicity, to ensure realism and inclusivity in scenarios. Can demonstrate experience in relevant service area. Can offer flexibility to accommodate changes in scheduling or scenario requirements as needed. Can provide a competitive pricing model.",Awarded,,0,20250410 University of Otago,30208675,Request for Proposals,Open Competition,Consultant: Strategic Traffic Management Plan for Dunedin Campus,TR2024-20,20240917,20241015,20241128,,Sole Agency,No,,"The University of Otago requires an experienced consultant to assist in the preparation a Strategic Traffic Management Plan. The University of Otago is committed to the provision of a safe and healthy workplace for all workers, students and visitors. To meet this commitment, the University endeavors to eliminate or manage risks to health and safety through the implementation of effective traffic management. There are competing needs of the spaces across campus for pedestrians, service vehicles, cyclists, parking and emergency services. There is no current strategic traffic management plan in place which poses challenges when identifying and allocating safe path for traffic movements, separation of pedestrians, cyclists and vehicles. We are seeking proposals from experienced consultants to work collaboratively with the University and relevant stakeholders to assist in the preparation of a Strategic Traffic Management Plan.",Awarded,,0,20250410 University of Otago,30277231,Request for Proposals,Open Competition,Supply of Caf Coffee Consumables & Equipment,TR2024-12,20241009,20241106,20241219,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified consultants to submit proposals for the supply of caf coffee consumables and equipment. We are seeking proposals from experienced suppliers of quality coffee, equipment (on loan) and other related consumables to the University Unions 6 caf/outlet operations that are trading and for the Conference and Events catering operation. Desired suppliers should be able to: Supply quality consumable products: coffee Beans, hot chocolate, teas and flavour syrups Supply quality coffee machines. Providing training to our baristas to ensure a quality and consistent product. Assit the University Union increase of sales Demonstrate a commitment to sustainability: environmental, social and product specific. Please refer to the tender documents for further details.",Awarded,,0,20250410 University of Otago,30679310,Request for Proposals,Open Competition,Autoclave - University of Otago Christchurch,TR2024-35,20241120,20241217,20250401,,Sole Agency,No,,"This RFP is for the purchase of an autoclave for the Christchurch based biomedical research facility (CARA) within the new Christchurch medical school building, Wai-Ora. Please refer to the tender documents for further information.",Awarded,,323000,20250410 University of Otago,30861443,Request for Proposals,Open Competition,Point of Sale Outsourcing,TR2024-39,20250106,20250106,20241218,,Sole Agency,No,,"A closed RFQ has been issued to suitably qualified suppliers as we seek to outsource the full lifecycle management of POS integrated till devices across the university, aiming to consolidate business ownership, upgrade outdated systems, reduce risks, ensure security compliance and improve operational efficiency. The objective of this procurement is to secure a single partner to provide a modern, robust, reliable and well supported POS system for the University Union, Unipol, and Uniprint, replacing outdated POS systems.",Awarded,,0,20250410 University of Otago,30861582,Request for Quotations,Open Competition,Media Monitoring Tools and Services,TR2024-38,20250106,20250106,20241216,,Sole Agency,No,,"The University of Otago seeks a media monitoring agency capable of accurately and timely recording and sharing all media mentions. The agency must be able to monitor and analyse mentions across print, online, radio, and TV platforms. Additionally, the agency must provide accurate sentiment, and coverage reports for delivery to our stakeholders. Exemption:14.9.c Only one supplier Only one supplier matches exactly with the Universitys complex reporting requirements and can satisfy all of the Universitys essential criteria.",Awarded,,104200,20250410 University of Otago,30862240,Request for Quotations,Open Competition,Pathfinder Microfluidics Instrument,TR2024-28,20250106,20250106,20241017,,Sole Agency,No,,"The key objective of this procurement is to purchase a new microfluidics platform to allow continuation and advancement in the key scientific methodology of microfluidics for medical, agricultural, and industrial processes. The production of nano particles is fundamental in a significant portion of modern research institutes and this technology has been greatly utilized by SoP research groups and other UoO research groups. Our current Precision Nanosystems (PNI) NanoAssemblr systems consumable microfluidic chips will be discontinued by the manufacturer, necessitating a replacement. Exemption:14.9.c Only one supplier Only one supplier: If the goods, services or works can be supplied by only one supplier and there is no reasonable alternative or substitute because: for technical reasons there is no real competition",Awarded,,224000,20250410 University of Waikato,17847565,Request for Proposals,Open Competition,Security Patrol Services Waikato and Bay of Plenty,UOW/2016/26,20160830,20160926,20230927,Facilities Management Division,Sole Agency,No,,"The University of Waikato spends approximately $287,000 annually on security patrols services. As a result of this tender the University is anticipating a potential 3+2+2 year agreement. The successful respondent must demonstrate coverage for Hamilton (where the main University of Waikato campus is located) and the Tauranga region. Potential respondents are encouraged to review the Introductory Letter in the first instance, as not all of the appendices are available via GETS instead there will be a vetting process completed first.",Not Awarded,Archived,0,20250410 University of Waikato,23978001,Request for Proposals,Open Competition,"Appointment of a preferred supplier for Audio Visual Products, Services, and Support",UoW/2021/02,20210215,20210304,20210705,Information Technology Services,Sole Agency,No,,"This Request for Proposal seeks to identify a preferred supplier for the provision of Audio Visual (AV) services and equipment. This is inclusive of project work and may from time to time be used to supplement our in-house delivery team. The University requires a three-year term for the supplied hardware and services with right of renewal (at the Universitys sole option) for a further two years. All respondents must be an accredited Crestron installer, or be able to demonstrate they are currently working towards this. All Products and Services must be fully costed to enable the University to accurately assess responses. The desired outcomes are: 1. UoW has a preferred AV partner and delivery model for AV projects and services 2. There is an agreed list of services and rates 3. There is an agreed margin for equipment purchased It is intended for the successful repondent to commence performance of the contract on the 1st of April 2021. Respondents should be able to meet this, and all timelines noted in the RFP document.",Awarded,"Kodum was selected as the successful respondent after shortlisting, and an evaluation process. An MSA has been signed with Kodum to allow UoW to engage with Kodum for the works outlined in this RFP",3000000,20250410 University of Waikato,24054424,Request for Tenders,Open Competition,UOW/2021/04 Water Network Upgrades - Phase 1,UOW/2021/04,20210305,20210401,20210809,Facilities Management,All of Government,No,"The University of Waikato, Property Services, Gate 3a, Silverdale Road, Hamilton","The works comprises water network upgrades on the Hamilton campus and includes, but is not limited to: a. all temporary works to enable construction to proceed b. installation of new HDPE water mains, including all appurtenant fittings c. decommissioning of the existing PVC and Asbestos water mains d. linking the new mains to the campus network e. testing, commissioning and handing over of the completed works",Awarded,4 tenders received - all compliant.,322101,20250410 University of Waikato,24074791,Request for Proposals,Open Competition,University of Waikato Electricity Supply,UOW/2021/05,20210312,20210409,20210510,Facilities Management,Sole Agency,No,3a Silverdale Rd,"The primary purpose of this contract is to supply electricity to the 2 TOU meters at the University of Waikato Hillcrest Campus and a further 32 non-TOU sites over various locations. The University is also interested in value-added services that will allow for better energy management and carbon reduction. Examples include, but are not limited to: - Energy management and carbon calculating software - Sub and/or smart metering - Carbon reduction initiatives - Onsite energy generation (e.g. PV arrays) - EV charger installations (AC and/or DC",Awarded,,0,20250410 University of Waikato,24093959,Request for Tenders,Open Competition,University of Waikato 'Build My Timetable',UOW/2021/06,20210315,20210331,20210802,Student Services Division,Sole Agency,No,,"The purpose of this Request for Tender (RFT) is to invite external companies to submit tenders to provide easy-to-use software that enables students to be allocated to teaching activities and will provide a complete, real-time, personalised timetable for students and staff.",Not Awarded,Respondents were unable to sufficiently meet the expected requirements.,0,20250410 University of Waikato,24473171,Request for Tenders,Open Competition,RFT Finance and HR Systems Implementation Partner 2021,UoW/2021/12,20210625,20210716,20211201,Information Technology Services,Sole Agency,No,,"The University is embarking on a project to upgrade and migrate the current Oracle EBS Finance System to the latest Oracle Cloud ERP (Enterprise Resource Planning) version, replacing smaller bespoke systems with standard Oracle functionality. This Finance system upgrade is part of a programme which includes replacement of existing HR systems with Oracle Cloud HCM (Human Capital Management) to provide a modern, holistic and integrated Cloud-based solution to more efficiently support both Finance and HR functions. During 2019, as part of this Finance and HR programme, UoW engaged a Systems Implementation (SI) Partner to work with the University to develop a Global Design for the Finance and HR Solutions. In December 2019 work commenced to implement the Budgeting and Forecasting solution Oracle EPM (Enterprise Performance Management) which was completed in 2 phases to align with UoWs 2021 budget process. This upgrade programme also provides the opportunity to examine and improve internal business processes, contributing to the University Strategy 2017-2021, which includes goals of Improved operational efficiency and facilitates and An organisational culture focused on high performance. The purpose of this Request for Tender (RFT) is to invite external companies to submit tenders to the University of Waikato with information on their skills, services and experience in providing Oracle Cloud Implementation Services in the areas of Finance and Human resources. The information is requested so that University of Waikato can: ? Identify organisations interested in and capable of delivering these services; and ? Identify different methods of providing such services and developing the preferred solution.",Awarded,Award date is approximate,0,20250410 University of Waikato,24500572,Request for Tenders,Open Competition,Security Patrol Services,UOW/2021/13,20210702,20210730,20211103,Facilities Management,Sole Agency,No,,The University of Waikato wishes to procure security patrols and static services for their Hamilton and Tauranga campuses.,Awarded,,0,20250410 University of Waikato,24995506,Request for Proposals,Closed Competition,University of Waikato Lift Maintenance Services,UOW/2021/29,20211022,20211117,20211201,Facilities Management,Sole Agency,No,"Gate 3A, Silverdale Rd, Hamilton","The University of Waikato currently utilizes 25 passenger lifts & 8 associated lift devices across the Hillcrest, Ruakura and Tauranga campuses. These range from full featured passenger elevators to accessibility lifts, stage platforms and trolley lifts. Each lift is required to be maintained, tested, serviced & inspected to ensure Territorial Authority and standards compliance. As a result of this RFP, The University of Waikato wishes to enter into a 3 year contract with a service provider for the comprehensive maintenance of the Universitys lifts and passenger hoists. The resulting contract should be comprehensive in nature; however, it is anticipated that product type, age and usage are considered to develop custom service levels that ensure trouble free, continuous operation while also providing best value.",Awarded,,0,20250410 University of Waikato,25671846,Request for Proposals,Open Competition,University of Waikato Solar Installations Stage 1,139325,20220412,20220517,20220616,Facilities Management,Sole Agency,No,"Gate 3A, Silverdale Rd, Hamilton","The University of Waikato has established a Sustainability Strategy which focuses the organization on achieving carbon neutrality by 2030. A high proportion of the Hamilton campus carbon footprint is driven by energy consumption. Proposals are requested for the installation of PV (solar) systems on the Orchard Park, Silverdale Rd Apartments and Property Services buildings. The total anticipated solar capacity is in the order of 220kW, however, design optimisation is open to tenderers.",Awarded,To be awarded given that certain conditions are met,0,20250410 University of Waikato,25831164,Request for Quotations,Open Competition,University of Waikato - Air Conditioning and Refrigeration Panel Services,143531/Air Con & Refrigeration,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Air Conditioning and Refrigeration Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Cushman & Wakefield Excel Refrigeration McAra Air RCR Infrastructure Waikato Pumps No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831216,Request for Quotations,Open Competition,University of Waikato - Asbestos Panel Services,143531/Asbestos,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Asbestos Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Asbestos Eliminators Manawatu District Construction Morecroft More Environmental Shane Moore Services No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831249,Request for Quotations,Open Competition,University of Waikato - Building Panel Services,143531/Building,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Building Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Andrews Property ASAP Contracting Commercial Doors Cushman & Wakefield Dormakaba Lobell Stu Banks No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831274,Request for Quotations,Open Competition,University of Waikato - Car Park and Roading Panel Services,143531/Car Park & Roading,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Car Park and Roading Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Base Civil Cambridge Excavators Eco Maintenance No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831298,Request for Quotations,Open Competition,University of Waikato - Decorating Panel Services,143531/Decorating,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Decorating Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Andrews Property Bromley GMR Holmac JL Connolly No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831322,Request for Quotations,Open Competition,University of Waikato - Electrical Panel Services,143531/Electrical,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Electrical Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Aotea Electrical Cushman & Wakefield Elektron Horizon Energy McKay Mech Electrical NZ Tool Hire Resolution Electrical Test and Tag No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831352,Request for Quotations,Open Competition,University of Waikato - Fencing Panel Services,143531/Fencing,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Fencing Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,,0,20250410 University of Waikato,25831391,Request for Quotations,Open Competition,University of Waikato - Flooring Panel Services,143531/Flooring,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Flooring Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Andrews Property Complete Flooring Hamilton Flooring No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831415,Request for Quotations,Open Competition,University of Waikato - General Labour Panel Services,143531/General Labour,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call General Labour Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Andrews Property Services ASAP Eco Maintenance Keir Landscaping Stu Banks WPM No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831439,Request for Quotations,Open Competition,University of Waikato - Glazier Panel Services,143531/Glazier,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Glazier Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,,0,20250410 University of Waikato,25831463,Request for Quotations,Open Competition,University of Waikato - Locksmith Panel Services,143531/Locksmithing,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Locksmith Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Aotea Security Chubb No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831489,Request for Quotations,Open Competition,University of Waikato - Mechanical Engineering Panel Services,143531/Mechanical Engineering,20220523,20220610,20220901,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Mechanical Engineering Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Combustion Solutions Cushman & Wakefield Mcara Air Trueheat Waikato Pumps No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831516,Request for Quotations,Open Competition,University of Waikato - Plumbing and Gas Panel Services,143531/Plumbing and Gas,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Plumbing and Gas Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,"Note SYTEM WILL NOT ALLOW AWARD TO BE PROCESSED - THIS HAS BEEN AWARDED As panel responses were accepted via GETS and direct email the successful tenderers were: Bell Plumbing Combustion Solutions Crawshaw Plumbers Cushman & Wakefield FB Hall Horizon Energy Morrinsville Plumbing & Gas Rogerson Plumbing Waikato Pumps No direct values are attributable to panel contracts.",0,20250410 University of Waikato,25831606,Request for Quotations,Open Competition,University of Waikato - Signage Panel services,143531/Signage,20220523,20220610,20220901,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Signage Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Awarded,Signage Panel Awarded,0,20250410 University of Waikato,25831640,Request for Quotations,Open Competition,University of Waikato - Soft Furnishings Panel Services,143531/Soft Furnishings,20220523,20220610,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Soft Furnishing Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services.",Not Awarded,,0,20250410 University of Waikato,25925726,Request for Quotations,Open Competition,University of Waikato - Sheet Metalwork Panel Services,143531/Sheet Metalwork,20220613,20220718,20220930,Facilities Management,Sole Agency,No,Email will be accepted only if sent to ian.potter@iprocure.co.nz,"The University of Waikato has a requirement for on call Sheet Metalwork Services Providers on an Hourly Rates basis to form a panel of preferred suppliers. The services will be provided across the campuses in both the Waikato and Bay of Plenty and cover a range of projects, maintenance, repairs and general services. NB This is being re-run due to an incorrect scope in the previous document.",Not Awarded,,0,20250410 University of Waikato,27264094,Request for Proposals,Open Competition,Private Cloud - Storage/Server Refresh & VDI - 175780,175780,20230419,20230524,20230721,Information Technology Services,Sole Agency,No,,"The University of Waikato (UoW) invites solution proposals for Private Cloud - new server compute, storage and associated networking resources to replace the current aging infrastructure. It is expected to be an on-premise solution with the location likely being a yet to be confirmed co-located data centre facility. The proposed solution must leverage our existing backup solution and must include an offsite disaster recovery capability, and enable us to achieve our business continuity recovery objectives. Some of the key benefits we would like to achieve include: Grow and scale on demand rather than projecting 5 years hardware capacity investment up front. Support for automation through APIs and integration with common toolsets such as Ansible. Simplified design, management and support Risk mitigation through modern and integrated cyber security controls Disaster Recovery that scales when its needed Reduced environmental impact by using technologies that are sustainable by design UoW also invites solution proposals for a new Virtual Desktop Infrastructure (VDI) that uses virtual machines to provide and manage virtual desktops to serve our students. This is considered a green field deployment. Through delivering a VDI solution to our students we hope to achieve the following benefits: A personalised and overall better digital workspace experience for our students Greater access and digital equity for all of our students Unlimited student access 24x7x365 without implications Enhanced bring your own device (BYOD) experiences for students Anywhere and anytime access for students to their digital workspace Simplified IT management within our student computer labs UoW invites solution proposals for either or both of these platforms, noting that each must include 24x7x365 production support (Service Level Agreement) for the hardware. We are also asking for proposals to include optional management support for the hardware and hypervisor. Note we require for the declaration (section 7) of the RFP response form to be signed and emailed as a PDF to the UoW Point of Contact via email - glenn.penfold@waikato.ac.nz, before requesting supplementary information / asking questions.",Awarded,"After careful consideration and presentations from the five shortlisted responses (ASI, Datacom, Fujitsu, Sempre, Spark), the evaluation panel has selected ASI as the successful respondent based on their response, presentation, and scoring.",0,20250410 University of Waikato,27515307,Request for Quotations,Open Competition,Oracle Support Partner,184984,20230609,20230630,20230801,Information Technology Services,Sole Agency,No,"ITS Store, Gate 1, Knighton Road","The University of Waikato (UoW) invites proposals to consolidate support for its Oracle applications with one support partner and is looking for responses from suitably qualified organisations, for support of the Oracle Cloud Platform including the following: Oracle Cloud HCM- Human Capital Management Oracle Cloud ERP Finance Oracle Cloud ERP Procurement Oracle Cloud ERP Projects Oracle Enterprise Performance Management Cloud Service It is proposed that the contract starts on the 1st of August 2023, with an initial term of 3 years, and two potential subsequent renewals of 3 years each. This procurement relates to the purchase of services to support all the University Oracle Cloud Applications and the associated integrations. This includes the management of support services for the resolution of Incidents, Service Requests, and Enhancement requests against agreed response and resolution timeframes, via a single point of first contact. This service includes Relationship management, with clear responsibilities, and escalation paths. It is expected that regular reporting on support activities including status, time to resolution, and reviews into incidents will be part of the offering, along with access to tools to provide a Service Management view of Service Requests/Incidents. In addition, we require support with planning for, and assessment of, Oracle updates, including recommended actions, and testing plans, as well as a contribution to environment planning and management.",Awarded,"After evaluation of the 4x RFQ responses received (Accenture, Deloitte, DXC, Oracle), based on the panel's rankings and the weighted evaluation model. Deloitte has been awarded this contract for Oracle support.",0,20250410 University of Waikato,27652740,Request for Tenders,Open Competition,University of Waikato - EV Infrastructure 189029,189029,20230705,20230809,20231002,Facilities Management,Sole Agency,No,,"The University of Waikato has recently completed an Electric Vehicle (EV) transition assessment and has identified a requirement to install 63 AC chargers and 1 DC charger across the Hamilton and Tauranga campuses. What we need As part of our transition to EVs, the University requires a reliable charging network to support its internal fleet as well as public uptake and potential Electric Mobility as a Service (eMaaS). The network and individual chargers will be managed by University staff so will need dedicated data connections and the ability to monitor via an online platform. Dynamic and static load management is required to ensure that the existing electrical infrastructure wont be overloaded and to provide flexibility to reduce consumption during periods with high electricity tariffs. Chargers should be accessible to staff or students by using an RFID tag or app when not in use by the University fleet. The selected chargers are required to have an in-built meter for data trending purposes.",Not Awarded,,0,20250410 University of Waikato,27693861,Request for Tenders,Open Competition,GZ21 B & BX BUILDINGS DEMOLITION PROJECT 2023 - 189573,189573,20230711,20230811,20240415,Facilities Management,Sole Agency,No,,"The University of Waikato (UoW) seek to engage with the market to select a suitably qualified and experienced Demolition Contractor for the purpose of the full demolition of B Block and BX Building. The site for demolition is located on the UoW Hillcrest Campus which topographically undulates with a gentle downward slope towards the northern aspect. Both buildings are located, adjacent to one another and site access is off the Hillcrest Road. Mature trees nominated for protection are also present. The UoW prefers the physical demolition works to commence at the start of October 2023. B Block and BX Building are located near several other surrounding buildings on campus which will remain utilised by staff and students for the duration of the demolition works. The health, safety, and amenity of the wider campus users will need to be considered. The pre-construction Asbestos Demolition Survey undertaken reflects the presence of asbestos within some of the historical building material selections and building systems. From architectural and structural perspectives B Block and BX Building are contrasting. B Block is a multistorey concrete column and beam type structure constructed circa 1965. BX (Annex) Building is a single storey light timber frame structure with a suspended floor that was constructed circa. 1992. B Block is registered as being Earthquake Prone by the prevailing Territorial Authority and the seismic strengthening design process to remediate the building determined that severe structural weakness are present within the structural columns. The University is committed to sustainability. The demolition process will present opportunities for salvaging and recycling for like-minded tenderers to divert building materials and F.F.&E., where practicable, from land fill. There will be a need for some existing services infrastructure within the site extents to remain live in part to ensure the wider services networks they form an integral part of can continue to function. These services relate to storm water, fibre communications, and electrical networks. There will also be some services that will become redundant once isolated or capped by the chosen demolition contractor.",Awarded,,0,20250410 University of Waikato,27710844,Request for Quotations,Open Competition,University Of Waikato - Swimming Pool Repairs 188706,188706,20230713,20230804,20231101,Facilities Management,Sole Agency,No,,"The main 50m pool has several leaks along the seismic/construction joints and along the scum channels. Following receipt of an assessment conducted by a third-party provider they have recommended repairs to fix the issues. What we need Repairing/replacing seismic joints Relining scum channels Repainting the pool to match the current colour.",Not Awarded,,0,20250410 University of Waikato,28160516,Request for Proposals,Open Competition,University of Waikato - Leasing of Battery Electric Vehicles,199963,20230922,20231011,20231201,Property Services,Sole Agency,No,,"The University of Waikato currently has an owned fleet of 125 vehicles which supports the travel requirements of staff located around New Zealand. As part of our carbon reduction plan, we recently completed an Electric Vehicle (EV) utilisation and transition assessment and have identified an opportunity to replace 68 Internal Combustion Engine (ICE) vehicles with leased EVs. The University requires delivery of 68 EVs on a 45-month contract provided over 2 tranches (44 in December 2023 and 24 in March 2024). The 68 ICE vehicles currently owned by the University are to be removed and sold on behalf of the University. All new vehicles are required to come installed with a GPS and telematics logging device that can either: be incorporated into our existing fleet management system (Smartrak); or be easily adopted into our remaining fleet to replace the existing fleet management system.",Awarded,,0,20250410 University of Waikato,29145920,Request for Quotations,Open Competition,"Appointment of Suppliers to a Preferred Supplier Panel for Audio Visual Products, Services, and Support",223887,20240405,20240426,20240601,Information Technology Services,Sole Agency,No,chris.beale@waikato.ac.nz,"The University of Waikato has a requirement for a panel of AV Services Providers. The following specific tasks have been identified (although the University of Waikato reserves the right to expand the scope covered under the preferred agreement): Professional Services for implementation and/or support of AV initiatives at the University Procurement Services in support of AV initiatives at the University Preferred Contractor status is not a guarantee of continuous work, it is the proposer(s) responsibility to manage the relationship and secure work based on performance. There are no guaranteed volumes in terms of quantity or time allocated to this RFQ and subsequent Agreement.",Awarded,AV Panel awarded.,0,20250410 University of Waikato,29712890,Request for Quotations,Open Competition,Appointment of Suppliers to a Preferred Supplier Panel for ICT Professional Services,233013,20240704,20240725,20241001,Information Technology Services,Sole Agency,No,,"The purpose of this RFQ is to establish a Panel of trusted suppliers who can provide ICT professional contract resources to fill capacity and capability gaps in ITS and assist with the delivery of projects in various ICT roles over the next three years. Ideally a supplier should be able to provide ICT professional contractors filling multiple different roles. However, suppliers who are specialised or provide a single service will not be excluded. We are seeking suppliers with a proven track record, who can demonstrate their experience in delivering requirements related to the specific services they wish to provide. We wish to establish long-term relationships with suppliers who can operate with a high degree of transparency and keep up to date with technological advances.",Awarded,,0,20250410 University of Waikato,29778406,Request for Quotations,Open Competition,"University of Waikato - Buildings, PPE and Infrastructure Valuation",235977,20240715,20240816,20241001,Finance and Analytics,Sole Agency,No,,"The University of Waikato provides tertiary education and research at campuses in Hamilton and Tauranga. The University has extensive buildings, infrastructure and plant which are required to be valued on a regular basis. The University has approximately 220 buildings, many of which are multi-story teaching blocks. Building assets have a replacement cost of circa $2 billion, contents $280 million and infrastructure $120 million. All assets need to be valued annually for insurance purposes, it is important that the resulting information is produced timely and is complete and reliable. The final data is used to assess risk, premiums and may be relied upon for future claims. The University requires an experienced, registered valuer to undertake the annual valuation of our buildings, equipment and infrastructure for insurance purposes. The University also requires an experienced, registered valuer to undertake an annual fair value assessment of our land, buildings, and infrastructure for external reporting purposes, and a full financial valuation if required.",Awarded,,0,20250410 University of Waikato,30555532,Request for Quotations,Open Competition,University of Waikato - Landscape Architecture Professional Services,3e (248791),20241104,20241122,20250109,Property Services,Sole Agency,No,,"The University of Waikato would like to procure a Landscape Architecture consultancy to provide design services for a proposed new Divisional Health building on our Hamilton campus, which provides spaces for teaching, study and staff. Specifically, this design work is being procured to inform and validate the inputs into a Detailed Business Case being considered by Government, as part of a proposed new Medical School. As such, there is no commitment beyond the design stage and business case preparation period.",Awarded,,0,20250410 University of Waikato,30555807,Request for Quotations,Open Competition,University of Waikato - Seismic Restraint Engineering Professional Services,3d (248795),20241104,20241122,20250109,Property Services,Sole Agency,No,,"The University of Waikato would like to procure a Seismic Restraint Engineering consultancy to provide design services for a proposed new Divisional Health building on our Hamilton campus, which provides spaces for teaching, study and staff. Specifically, this design work is being procured to inform and validate the inputs into a Detailed Business Case being considered by Government, as part of a proposed new Medical School. As such, there is no commitment beyond the design stage and business case preparation period.",Awarded,,0,20250410 Upper Hutt City Council,23533429,Request for Proposals,Open Competition,UHCC SIA- Maidstone Community Sports Hub,Contract No: 1229,20201104,20201127,20210729,,Sole Agency,No,,"The Maidstone Community Sports Hub (MCSH) is funded by the post-COVID19 Infrastructure Fund; consequently the project has a strong focus on supporting the Upper Hutt community and greater Wellington region. This includes supporting the regions economic development, employment, upskilling of local people etc. The contractor needs to consider the use of local suppliers, sub-contractors and resources to support the project. Stage 4 of the re-development (and the subject of this SIA) involves the creation of sports hub facilities at the park. The project was included in the Long Term Plan 2018 2028 (construction to commence in 2023), with Council retaining a funding commitment of $6.173 million towards the project. As part of the Governments Covid-19 Response and Recovery Fund, the re-development has now been granted $12 million to enable the Stage 4 sports hub facilities to be fast tracked. Pending confirmation of the final scope and design, the estimated target out-turn cost for the project is estimated in the range of $15 - 18 million. https://www.upperhuttcity.com/Your-Council/Our-projects-and-initiatives/Maidstone-Community-Sports-Hub",Awarded,ECI Contract Awarded to Maycroft Construction.,22000000,20250410 Upper Hutt City Council,28654027,Request for Tenders,Open Competition,UHCC Contract 10510 Street Sweeping 2023-2026,10510,20231220,20240112,20240202,Roading,Sole Agency,No,,"Carry out street and sump cleaning throughout the urban area of Upper Hutt to maintain the required performance standards, and carry out the programmed emptying of litter bins throughout the City. Documents are available from the UHCC Tender Link Portal at: https://portal.tenderlink.com/huttvalley ref: HVP-1082313",Awarded,Price Quality method tender evaluation used for awarding this tender.,1748702,20250410 Upper Hutt City Council,28654112,Request for Tenders,Open Competition,UHCC Contract 510 CBD Cleaning,10511,20231220,20240112,20240202,Roading,Sole Agency,No,,"This contract maintains Upper Hutt City's CBD in terms of keeping the roads, footpaths, carparks and accessways clean.",Awarded,Price Quality tender evaluation method used for awarding this contract.,1054307,20250410 Upper Hutt City Council,28955034,Request for Tenders,Open Competition,UHCC Contract 10529 Vegetation Control 2024-2027,HVP-1088680,20240305,20240322,20240328,Roading,Sole Agency,No,,"This is a term maintenance contract to carry out the vegetation control on urban and rural roads, car parks, access ways, drains, water tables, culverts, water supply, sewer and stormwater installations within Upper Hutt City to maintain the required performance standards. Documents are available from the UHCC Tender Link Portal at: https://portal.tenderlink.com/huttvalley ref: #HVP-1088680",Awarded,Price Quality tender evaluation method used for awarding this contract,263819,20250410 Venture Taranaki Trust,19933429,Request for Proposals,Open Competition,Taranaki Innovation Precincts: Initial Feasibility Study,,20180720,20180806,20191001,,Sole Agency,No,,The purpose of this Request for Proposal (RFP) is to invite external companies/consultants to submit their proposals to Venture Taranaki to undertake a feasibility study and develop an initial business case concerning Taranaki Innovation Precincts.,Not Awarded,Awarded to MartinJenkins,0,20250410 Venture Taranaki Trust,21281966,Request for Proposals,Open Competition,Development of a Taranaki Regional Events Strategy,,20190718,20190807,20191212,,Sole Agency,No,,The purpose of this Request For Proposal (RFP) is to invite companies/consultants to submit their proposals to Venture Taranaki to develop a Taranaki Regional Events Strategy.,Not Awarded,Duco Events,0,20250410 Venture Taranaki Trust,21895739,Request for Proposals,Open Competition,Shared International Student Employability Resources,,20191106,20191121,20200327,,Sole Agency,No,,"This proposal is seeking expressions of interest from a company or contractor to develop shared multi-audience employability resources (hereafter referred to as the Shared Employability Resources) aimed at international students and employers for delivery across Taranaki, Whanganui and Manawatu regions.",Awarded,Learning works was the successful candidate,0,20250410 Venture Taranaki Trust,22440365,Request for Proposals,Open Competition,General Business Accounting Services,,20200316,20200403,20200519,,Sole Agency,No,,"The National New Energy Development Centre (NNEDC) is currently being established and requires general accounting services. The NNEDC will be an institution of national importance (but based in Taranaki), playing an integral role in New Zealands science and innovation system by lifting innovation in new energy and supporting New Zealand to transition to a low-emissions economy. The accounting services required will be general in nature relating to company incorporation, followed by the creation of business start-up systems and processes, followed by ongoing business accounting and taxation services in accordance with Generally Accepted Accounting Practice and taxation legislative requirements: Monthly accounting services for income and expenditure; Accounts receivable and payable administration, reconciliation and reporting; Banking administration, payment runs and reconciliation; Payroll and PAYE administration, reconciliation, filing and reporting; GST, FBT, income tax administration, reconciliation and filing; Preparation of monthly management accounts, including income and expenditure, balance sheet, cashflow statement and cashflow forecast; and Annual financial statements in preparation for external audit. For more information about the NNEDC go to https://about.taranaki.info/Tapuae-Roa/NNEDC.aspx",Not Awarded,Thank you to all who took the time to make a submission during these unprecedented times.,0,20250410 Venture Taranaki Trust,27847092,Request for Proposals,Closed Competition,PowerUp - Business Ready Programme,,20230809,20231006,20231027,,Sole Agency,No,,"Facilitation and delivery of a series of business planning workshops, up to x20 printed hardcopy licensed workshop material (coursebook), x1 trained facilitator to participate in person at each session, licensee facilitator training, and all other support and training services.",Awarded,,0,20250410 Victoria University of Wellington,22025040,Request for Proposals,Open Competition,Supply of managed vending machines,,20191203,20200203,20201118,Finance,Sole Agency,No,,"Victoria University of Wellington are looking for a supplier to provide a number of vending machines throughout our campus'. We are looking for the service to be fully merchandised. The overall service will need to be managed by the supplier with an agreed profit share system in place. We are looking for credible Suppliers who have the capability, experience and financial stability to build a comprehensive vending solution for Victoria's staff and students. We are also looking for a supplier(s) who can also provide a vending solution to Victoria Accommodation. Any supplier must be able to fully manage and merchandise the machines keeping them sufficiently stocked at all times. The successful supplier(s) will need to be able to provide us with up to date hardware, efficient monthly reporting and a commitment to Victoria's sustainability goals.",Awarded,,0,20250410 Victoria University of Wellington,26444266,Request for Proposals,Closed Competition,"University Accommodation, Wellington - Cleaning Services",VA2022,20221017,20221111,20230201,Victoria Accommodation,Sole Agency,No,,"University Accommodation, Wellington comprises a network of diverse accommodation buildings housing approximately 2,500 students attending Te Herenga Waka - Victoria University of Wellington. The cleaning services are an integral part of our accommodation operation. We are reviewing the cleaning services across all halls of residence to establish a consistent high standard of cleaning service and operation across the accommodation portfolio. This is the 2nd stage of a two-stage process from service providers shortlisted from the ROI stage.",Awarded,,0,20250410 Victoria University of Wellington,27636801,Request for Proposals,Open Competition,Occupancy Management Solution,,20230629,20230721,20240719,ITS,Sole Agency,No,,"Te Herenga WakaVictoria University of Wellingtons Property Services and Course Administration & Timetabling are responsible for ensuring that courses and teaching spaces (lecture theatres and tutorial rooms) can accommodate the number of students likely to attend a course, while also ensuring the space is efficiently utilised. Some teaching spaces can have multiple entry/exit points and potentially capacity to accommodate up to 400 students. There is currently no solution or ability to accurately record or report on the occupancy of teaching spaces in the University, apart from sporadic physical audits; audits have not always been reliable. This means that Property Services and Course Administration & Timetabling do not have an accurate view of the occupancy of teaching spaces within the University, and often must guess what physical spaces will meet the needs based on limited data. There is concern that teaching spaces are not being utilised correctly, or to their full potential.",Not Awarded,pending approval of business case,0,20250410 Victoria University of Wellington,27726400,Request for Proposals,Open Competition,12 Knigges Avenue Demolition Project,,20230728,20230818,20231002,,Sole Agency,No,,"We are offering an opportunity for contractors to tender for the demolition of a building we own that does not meet the required NSB standard. The Wellington City Council has issued a notice under Section 124 of the Building Act, with the 15-year deadline 19 May 2023. We have engaged Tennant Brown Architects and Peter Coop Consultancy to process the resource consent, which was received on Tuesday 11th July 2023. Our key objectives for this project are to demolish the building down to the slab, ensuring a safe and controlled demolition process due to its proximity to neighbours, while recycling as many components of the building as possible. We also want to leave a clean site, ready for the next stage of the project. Asbestos Demolition Surveys have been completed, with any identified asbestos being removed before the demolition begins.",Awarded,,476571,20250410 Victoria University of Wellington,27980180,Request for Quotations,Closed Competition,Test and Tag Services,VA2023/1,20230904,20230928,20231017,Victoria Accommodation,Sole Agency,No,,"Test and Tag Services: University Accommodation, Wellington requires an annual Test and Tag service across all halls of residence and residential properties during the period mid - November to mid - February. Pricing is required on a per item tested basis.",Awarded,,0,20250410 W? Shared Services Limited,13984460,Request for Proposals,Closed Competition,Digital Student Attraction Platform,2015/W2/008,20150717,20150804,20200225,,Sole Agency,No,,,Not Awarded,,0,20250410 W? Shared Services Limited,16824342,Request for Quotations,Closed Competition,Review of purchasing card systems and processes,2015/W2/010,20150922,20151005,20200225,,Sole Agency,No,,"W2, on behalf of Whitireia and WelTec, are looking to engage a supplier to conduct a review of the purchase card systems and processes in order to provide limited assurance to the Audit & Risk Committee of the Council of WelTec and Whitireia.",Awarded,,0,20250410 W? Shared Services Limited,16833109,Request for Quotations,Closed Competition,Whitireia Website Development,2015/W2/011,20150925,20151007,20200225,,Sole Agency,No,,Whitireia Polytechnic (Whitireia) is looking to engage a supplier for the development of a replacement Whitireia website which is currently being designed. The development supplier will need to work alongside an exisiting project team to fulfil the coding and testing requirements of this project as well as seamless content migration/URL redirection.,Not Awarded,,0,20250410 W? Shared Services Limited,16915065,Request for Proposals,Closed Competition,Prime Property Contractor - WelTec and Whitireia Campus Development Programe,2015/W2/001 (c),20151023,20151120,20200225,,Sole Agency,No,,,Not Awarded,,0,20250410 W? Shared Services Limited,16925625,Request for Quotations,Closed Competition,Skype for Business Implementation for W2 Shared Services Limited,2015/W2/012(a),20151027,20151110,20200225,ICT,Sole Agency,No,,"Skype for Business implementation for W2 and WandW staff which will cover about 50 staff. All staff that will use this system need to collaborate frequently with WelTec and Whitireia staff, so should be able to enumerate the address books of these environments, both use Lync 2010.",Not Awarded,,0,20250410 W? Shared Services Limited,17015075,Request for Proposals,Closed Competition,Prime Property Contractor - WelTec and Whitireia Campus Development Programe 2,2015/W2/001 (2c),20151023,20151124,20200225,,Sole Agency,No,,"As of the technical glitch, please submit your RFP response through this new GETS ID.",Not Awarded,,0,20250410 W? Shared Services Limited,17015935,Request for Proposals,Closed Competition,PPC - Part 2 Pricing,2015/W2/001 (d),20151120,20151209,20200225,,Sole Agency,No,,Part 2 pricing element of the PPC RFP process,Not Awarded,,0,20250410 W? Shared Services Limited,18413182,Request for Proposals,Closed Competition,Te Auaha AV RFP,RFP2016/W2/013,20170223,20170323,20200225,Procurement,Sole Agency,No,,Te Auaha Av RFP,Awarded,,0,20250410 W? Shared Services Limited,18771378,Request for Proposals,Closed Competition,FFE for Te Auaha,2017/W2/018,20170621,20170717,20200225,Procurement,Sole Agency,No,,"Closed tender Please be advised we are still confirming some details internally and more details and/or requirements may be added to the a RFP at a later stage. Due to the time constraints we wanted to issue the RFP sooner rather than later to allow you to start preparing your Response.",Awarded,,0,20250410 W? Shared Services Limited,19087030,Request for Proposals,Closed Competition,RFP RFID,2017/W2/021,20170929,20171025,20200225,Procurement,Sole Agency,No,,,Awarded,,0,20250410 W? Shared Services Limited,20633632,Request for Proposals,Open Competition,RFP Nursing Services and Physiotherapy Services,2019/WW/030,20190123,20190218,20191022,Procurement,Sole Agency,No,,,Awarded,Contract awarded for the provision of subsidised physiotherapy services for students.,0,20250410 Waikato District Council,21412025,Request for Proposals,Open Competition,Waikato District Council Provision of Facilities Maintenance Services,19/035,20190814,20190924,20230418,,Sole Agency,No,,"Waikato District Council (WDC) is the local government authority for the Waikato District. WDC has adopted some ambitious targets, and is committed to building Livable, Thriving & Connected Communities"". To make this achievable we need great people and great facilities. It is critical that all assets are well maintained to ensure they remain fit-for-purpose through robust maintenance processes. WDC is looking to identify and select a preferred supplier for the provision of Facilities Maintenance Services. The contract will require a strong, collaborative relationship. Please see the attached RFP for more detailed information.",Not Awarded,,0,20250410 Waikato District Council,21829640,Request for Proposals,Open Competition,19 062 Waikato District Council RFP for Vehicle GPS and Data Services,19/062,20191023,20191115,20230418,,Sole Agency,No,,"Waikato District Council have a fleet of 70 passenger and light commercial vehicles. To comply with with our Zero Harm Policy and to manage the safety of staff, Waikato District Council have been utilising GPS hardware and software services since 2015, and the technology has been instrumental in the management of driver behaviour and asset management functions. Waikato District Council seeks a comprehensive solution, and this RFP will establish a sole supplier for GPS tracker hardware, data and asset management services.",Not Awarded,,0,20250410 Waikato District Council,21877314,Request for Quotations,Open Competition,17/224 Pokeno Private Wastewater Drainage Connections,,20191101,20191129,20200408,,Sole Agency,No,,"This procurement relates to the delivery of the Pokeno Private Wastewater Drainage Connection(s) project by setting out objectives to connect the remaining fifteen (15) properties that signed agreements [during and/or following phase 2 construction] to decommission existing private wastewater disposal systems and connect through new drainage, a connection to the wastewater reticulation network. The successful Contractor shall undertake all work associated with the installation of private wastewater drainage connections along with decommissioning existing onsite treatment systems, data capture , data transfer to Councils systems with all associated work and products used meet the NZ Building Code, Regional Infrastructure Technical Specification and additionally all intentions of this contract. The Project includes the supply of and the establishment of all labour, plant and materials (unless otherwise specified) necessary to carry out the required of works, including but are not limited to, the provision of the following significant items: Construction and installation of approximately eleven (11) Residential Property connections using 100mm ID uPVC pipe varying in length and depth. - Including one (1) Private Connection within an Archaeological Site. Construction of one (1) gravity Private wastewater connection using 100mm ID pipe varying in length and depth. Installation and commissioning of four (4) Omni Grind Turbine pump units, pressurised pipeline, boundary kits, electrical controls and connection of these properties to the nearest pressure main or at the closest manhole. Decommissioning and partial removal of fifteen (15) existing septic tanks/Wisconsin mounds. Utilization of techniques to best suit the location and minimise disruption within the road, footpaths, berm, private property and other sensitive stakeholders. Performing earthworks, including stripping, sorting and stockpiling, excavation, placement of excavated material as Engineered Fill, re-contouring and disposal of surplus material off Site. Reinstatement of private property surfaces to original condition or better, this may include hard surfaces such as concrete footpath, driveways, ornamental landscaping. Quality control, health and safety and environmental protections, traffic management, liaison, notifications and reporting. The works also include flow management to avoid disruption to servicing",Awarded,"I am pleased to advise that contract 17/224 Pokeno Private Wastewater Drainage Connections, was awarded to Pipescape NZ on December 16th 2019. The number of tenders received was five.",0,20250410 Waikato District Council,22126748,Request for Tenders,Open Competition,19/068 Pokeno Sports Park - Phase 1 Earthworks,,20191220,20200207,20200610,,Sole Agency,No,,Waikato District Council (WDC) requires the Construction of a raised mowable surface within an existing flood plain. The finished surface will be suitable for the further development of sport facilities and fields. To enable appropriate field layouts WDC require the construction of a new stream alignment and filling of the existing. Under this Phase 1 Contract WDC is looking for a suitable and competent contractor to undertake major earthworks and stabilisation of a new stream alignment. The Contractor is to place the cut material in the areas requiring fill shown in the detailed design.,Awarded,"I am pleased to advise that contract 19/068 Pokeno Sports Park - Phase 1 Earthworks, was awarded to McKenzie and Parma Ltd. The number of tenders received was seven.",0,20250410 Waikato District Council,22449177,Request for Tenders,Open Competition,Ngaruawahia Cemetery Access Road Upgrade,Contract 18/153,20200316,20200501,20200619,,Sole Agency,No,,"Cemeteries provide a place where family and friends can care for and mourn the loss of loved ones consistent with their culture and beliefs and reflect on the life shared with them. It is therefore Councils obligation as custodians of cemeteries to ensure that they meet the needs and standards of the community whilst respecting the history of each site. This contract provides the opportunity to undertake the construction / rehabilitation of the cemetery access road, which will offer a proactive response to the ageing, undersized and poor condition of the existing cemetery entrance and access road. The contract includes provision of all works to undertake and complete the access road construction, including: - Clearing of vegetation and top soil as well as minor and major earthworks as agreed by the Waikato District Council and the Engineer to Contract; or their Representative; - Survey and setting out required for construction, and provision of As-built records upon completion of the Contract Works in accordance with this Project Specification; - Supply and installation of subsoil drainage, kerb and channel, and drainage catch pits; - Compaction of the underlying subgrade material; - Importing, placing and compaction of granular fill material to form the underlying subgrade material; - Supply and installation of bollards; - Reinstatement works, including but not limited to concreting, fencing and landscaping. - Preparation and submission of all Programmes and Reports in accordance with this Project Specification; - Traffic management required for the construction and completion of the Contract Works in accordance with the Project Specification - Construction and completion of the Contract Works in accordance with the Project Specification and, in particular, the preparation, submission, implementation and management of the Site Safety Plan; The form of contract to be used is NZS3910:2013 with amendments.",Awarded,"Total Contract Value $194,500",0,20250410 Waikato District Council,23318051,Request for Proposals,Open Competition,20/009 Tuakau Library Refurbishment and Extension,20/009,20200918,20201023,20210222,,Sole Agency,No,,"Waikato District Council (WDC) is looking for Providers who have the capability and capacity to undertake the construction of an extension to the existing Tuakau Library building and the refurbishment of the existing building. The key objective of this procurement is to get a new modern Community facility that is more accommodating to the various demographics of the Community. The objective of renovating and modernising the facility is to invigorate and increase overall patronage of the library. Another aim is to establish a community cultural centre that can be used by all members of the community. We need a motivated contractor to deliver this project to the highest quality, whilst having the necessary care and consideration for the community they are delivering to. It is important to WDC that through this project, local building companies, local building suppliers or local community members are employed. Detailed statements of our requirements are: Foundation Decking Flooring Carpentry Windows/joinery Automatic Doors Electrical & Lighting Data Flooring Carpet/Vinyl Painting Hardware Main Counter Drainage & Plumbing Installation of stormwater tank Mechanical Fire & Emergency Lighting NOTE: All specifications are included with this RFP as separate files.",Awarded,20/009 Tuakau Library Refurbishment and Extension contract was awarded to Mitchell Construction Limited on the 20 November 2020. All tenders were assessed in accordance with the Price Quality Method as detailed in the tender documents.,0,20250410 Waikato District Council,23442004,Request for Tenders,Closed Competition,20/006 Te Awa Cycleway - Mangaonua Gully Section Stage 2 RFT,,20201013,20201110,20201217,,Sole Agency,No,,"The Hamilton to Cambridge section of the Te Awa cycleway will connect cycling networks in Hamilton, Tamahere and Cambridge, and provide links to facilities including the Waikato River, schools, the velodrome, and associated community facilities. This opportunity has considerations and cross overs with both Hamilton and Waipa councils. Because of this, Waikato District Council will be in communication and managing expectations in line with the terms of this RFT and with other procurement processes as required, with both Waipa and Hamilton councils. Waikato District Council seeks a Contractor to carry out the construction of the Mangaonua Gully Section of the Te Awa Cycleway. This Project includes construction of approx. 370m of boardwalk shared path, including elevated boardwalk on wooden piers, slope stability works, associated drainage and earthworks. The preferred contractor will utilise best practice to ensure that efficient and effective construction methods are used to provide Council with value for money and positive initiatives through communication and traffic management to minimise disruption to the Community. The scope of this RFT is to identify a contractor capable of constructing the new cycleway, predominantly a timber boardwalk for a length of approx. 370m. The project includes the following elements: Boardwalk 4 x square timber piers 4-8m tall to support elevated sections of boardwalk 60m of elevated I-beam boardwalk Earth stabilisation utilising anchors Landscaping Traffic Management Community liaison and with individual property owners Liaison with key stakeholders Appropriate management of the ecological environment that is the worksite",Awarded,total contract value $2.4m,0,20250410 Waikato District Council,23517292,Request for Tenders,Open Competition,20/005 Te Awa Cycleway - Riverglade Drive to SH21,,20201028,20201118,20201217,,Sole Agency,No,,"The Te Awa Cycleway is both a regional and district significant project. The Tamahere Section not only serves as a key link between Waipa District in the south and Hamilton City in the north, but also as a key community link for Tamahere residents. The cycleway will be constructed in Council road reserve. Small sections of private property have been acquired in order to compete the desired route and to achieve the project outcomes. The area is largely dominated by larger lifestyle blocks, however a new commercial development with shops, caf and bar is largely constructed, new sports fields have been laid and a retirement village is also under construction (Tamahere Country Club). All of this adds to what is a growing and vibrant community. Stakeholders have been engaged via a number of methods, including letter drops and utilising the local Community Committee to share information. Residents in some areas have been consulted with one-on-one specifically were private property is either required for the project. The community is very aware of the cycleway to be constructed and are embracing the increased amenity and safety benefits that will be generated. The local school has a role of over 400 children and safe access and facilities are sought after. The scope of this RFT is to identify a contractor capable of constructing the new cycleway through Tamahere from Riverglade Drive to Wiremu Tamihana Drive, a length of approx. 2.4km. The project includes the following elements: Earthworks Drainage Concrete path (2.5m 3.0m wide) Pavement and surfacing (driveway upgrades utilising AC) Traffic services signage and marking Landscaping Traffic Management Community liaison Liaison with key stakeholders",Awarded,total contract value $973k,0,20250410 Waikato District Council,23744814,Request for Quotations,Open Competition,Customer Experience,,20201209,20210128,20230419,,Sole Agency,No,,,Not Awarded,,0,20250410 Waikato District Council,23850635,Request for Tenders,Open Competition,20/037 Playgrounds and Minor Works,,20210115,20210215,20210325,,Sole Agency,No,,"Waikato District Council is wanting to engage an enthusiastic and agile established landscaper or associated Contractor to work in partnership with Council to deliver the installation of playground replacements, playground renewals landscaping, and other minor projects planned from March 2021 to June 2022 with the possibility of extending out for a further 2 years. The ideal Provider would have a comprehensive background in all forms of landscaping and minor construction, and have a well-founded local business that is willing to form a collaborative relationship with Council to achieve positive outcomes for both parties. The following projects in the Waikato District are to be delivered as part of this contract: - Lake Hakanoa Playground replacement - Tamahere Fitness Trail - Footpath between Raglan Skatepark and Papahua Reserve",Awarded,,0,20250410 Waikato District Council,23904569,Request for Tenders,Closed Competition,20 045 Horsham Downs Link Road (HDLR),20/045,20210127,20210224,20210907,,Sole Agency,No,,"This project aims to provide a connection from Horsham Downs Road to the Waikato Expressway (WEx) interchange, via a new road currently referred to as Link Road. The project is also required to provide the local community safe cycling access from which they would otherwise become disconnected due to the WEx. This connection is required to provide suitable area for shared recreational use which is off grade to the roading network. What we need Waikato District Council seeks a Contractor to carry out the construction of the Horsham Downs Link Road (the Project). The Project includes construction of a new road (approx. 430m in length) and changes to the existing Horsham Downs Road (approx. 350m) to accommodate this new intersection. Works will also include a shared path, associated drainage, earthworks, and a pedestrian underpass. The preferred contractor will utilise best practice to ensure that efficient and effective construction methods are used to provide Council with value for money and positive initiatives through communication and traffic management to minimise disruption to the Community. It is also necessary that the preferred contractor works collaboratively with Waikato District Council to ensure a best for project approach. Please note that any award of this contract is contingent upon Waikato District Council acquiring the land for the Project. The land acquisition process is currently running in parallel with the current contract timeframes, however in the event that further time is required to complete the land acquisition process Council will negotiate with the preferred tenderer with regards to site possession and the completion date.",Awarded,Delayed award following need to complete land access/purchase withWaka Kotahi NZTA.,1937057,20250410 Waikato District Council,24183830,Request for Tenders,Open Competition,Elbow Boat Ramp Upgrades,20/052,20210412,20210504,20210524,,Sole Agency,No,,"Waikato District Council seeks suitably experienced contractors to complete boat ramp upgrades at the Elbow Boat ramp, Aka Aka. The upgrades consist of the full replacement of the existing retaining wall structures with a combination of new mass blocks and rock revetment. The modification of the existing concrete boat ramp with a steeper ramp and deeper embayment area. Resource consent application has been lodged and we anticipate the approval will be granted prior to commencing any works. The tenderer is expected to price for standard environmental mitigation planning for these upgrades. On completion, these upgrades will extend the longevity and improve the functionality of the boat ramp for the growing demand of boat users.",Awarded,,350000,20250410 Waikato District Council,24226209,Request for Tenders,Closed Competition,Contract 20/084: Raglan Wharf Pontoon - Design and Build,20/084,20210421,20210531,20220127,,Sole Agency,No,n/a,"Waikato District Council (WDC) is working to update and develop capacity for a number of activities at the existing Raglan Wharf. The Wharfs deep water access is hugely popular with recreation boat owners and fishers. WDC wishes to develop additional capacity for temporary berthing. In recognition of this being a specialist area WDC is approaching the market for a design and build package for a new pontoon and aluminium accessway. Since ideation this project has been developed by WDC in collaboration with the Raglan Community Board (RCB) and their wider stakeholder group. The RCB have arranged Working Groups for Walkway and Handrail. Collaboration with Working Groups is to continue through design development. Presentations together with a client hold point will need to be included in respondent proposals",Not Awarded,"Tender non-award Following evaluation discussions with tenderers August 2021 (for the 20/084 Raglan Wharf Pontoon Design and Build); the tender was not awarded. With a holistic based approach for the Raglan Wharf Improvements Project, Waikato District Council has now in 2022 advertised a registration of interest tender, on GETS, for an expanded scope of works that includes the following three portions of work; - New Pontoon and Accessway. Design and Construction - Under Wharf Structural Repairs - Improved public safety and access. Construction of an extended revetment for coastal protection and an adjacent boardwalk pathway and beach access steps The tender is called Contract 21 061 Raglan Wharf Improvements ROI, and can be found on GETS at the following link; https://www.gets.govt.nz/WaikDC/ExternalTenderDetails.htm?id=25313819",0,20250410 Waikato District Council,24384901,Request for Tenders,Closed Competition,Contract 20/068: Pokeno Sports Park - Phase 2 Earthworks,20/068,20210602,20210616,20220628,,Sole Agency,No,,"This project aims to address the need for more access to centralised sporting facilities which is linked to other integral parts of the wider community such as schools and cycle trails. The project is for Phase 2 Earthworks and the Pokeno Sports Park and consisting of the following. Site preparation for constructing and installing erosion and sediment controls, stripping of topsoil within the areas requiring cutting and filling. All topsoil is to be stockpiled onsite for later spreading, shaping and stabilising by establishment of grass. Excavation within a small area to lower the ground level to the final sport filed design level is required as cut to fill. The design shows a shortfall of 34,000m3 of required fill material which is to be imported, placed, and compacted to raise the existing ground to the final design levels. At the commencement of Phase 2 Earthworks the new stream alignment is to be commissioned to allow water to flow through the channel constructed under Phase 1. This will allow filling/decommissioning of the existing stream to allow the new sport filed platform to be built. The Contractor is to develop and execute an approved fish management plan for the relocation of fish from the existing stream.",Awarded,,1346000,20250410 Waikato District Council,24544598,Request for Tenders,Open Competition,20/017 Tuakau Skate Park,,20210716,20210816,20211015,,Sole Agency,No,,"Waikato District Council is wanting to engage an enthusiastic, agile established skate park builder to work with Council to deliver a skate park at Dr John Lightbody Reserve Tuakau to the specifications supplied. The ideal Contractor will be a well-founded local business that has the capability and experience in skate park construction, Which includes but is not limited to site preparation, earthworks, structural fill, drainage, reinforcement steel and concrete, all will need to meet the required Standards. The outcome is for WDC to work collaboratively with the contractor to build an asset that reflects the design and is fit for purpose and achieve positive outcomes for both parties The build timeline is for 16-weeks from when the build starts to Practical Completion. The building timeline needs to start and be completed within the project time span: 14 September and 31 March 2022.",Awarded,,470032,20250410 Waikato District Council,24747596,Request for Proposals,Closed Competition,Tamahere Pavilion 20/095,,20210902,20210930,20220222,,Sole Agency,No,,"Waikato District Council (WDC) is looking for a Tenderer who has the capability and capacity to undertake the construction of a pavilion/stage intended for a variety of performances including bands, shows, plays, kapahaka, and community presentations. The goal is to work in collaboration throughout the contraction to achieve the desired goal this is to provide the Tamahere Community with a quality-built pavilion/stage while ensuring quality outcomes with full compliance including consenting and the required certifications. The build timeline is for 12-weeks from when the build starts to Practical Completion. The building timeline needs to be started and completed within the project time span: 20 October 2021 and 29 April 2022.",Awarded,"Total Contract Value $278,000",0,20250410 Waikato District Council,25481400,Request for Tenders,Closed Competition,Contract 21/065: Pokeno Sports Park - New Stream Commissioning,,20220301,20220311,20220329,,Sole Agency,No,,"Waikato District Council require works to be undertaken at the upstream and downstream tie ins of a 522m newly constructed stream alignment which currently remains off line from the surrounding stream. To complete the works to commission the new stream and divert the existing water cause the contractor will also be required to decommission the existing stream at the upstream tie in. The works is within a high risk sensitive receiving environment and will require a Contractor who has good experience in Sediment and Erosion Control methodologies within a stream environment. The protection of all native fish fauna is important to the success of the project and Contractors should demonstrate will planned methodologies to undertake the fish management. The works to be completed will require site preparation and stripping of vegetation and waste within the stream and other areas, stripping and stockpiling of topsoil for later respread, removing existing dams and where possible placing material to form new stream tie in and batter profile to final design levels and/or cut to fill operations from borrow site to form final stream alignment batters and decommission existing stream.",Awarded,Awarded,390000,20250410 Waikato District Council,25527376,Request for Tenders,Closed Competition,Contract 21/061 Raglan Wharf Improvements RFT,C21/061 RFT,20220311,20220503,20220701,,Sole Agency,No,,"WDC seeks a Contractor to carry out the construction of the Raglan Wharf Improvements (the Project). The Project includes land and water-based construction that will see structural repairs to the wharf structure itself which supports an opportunity to improve the public realm aspects of the site and to install a new pontoon for additional mooring and better access. Works will also include a new board walk, balustrade fall protection, various street furniture items, associated drainage and earthworks. WDC (Waikato District Council) are seeking Tenders from shortlisted suppliers from the ROI (stage 1) for the described contract works to undertake improvements at the Raglan Wharf consisting of three distinct work Separable Portions (SPs), including; SP 1-Under Wharf Repairs Structural repairs. Remediation of the poor condition areas underneath the wharf. SP 2-Pontoon and Access Provision of improved marine access. Procurement and installation of a new pontoon and access. The New Pontoon is expected to be procured on a Design and Build approach and therefore the contractor will be expected to own and manage this procurement, installation and commissioning element SP 3-Public Realm Improvements Improved public safety and access. Construction of an extended revetment for coastal protection and an adjacent pathway. Various upgrades to the public space and facilities adjacent to and on the wharf. The overarching goal of this project is to transform the Raglan Wharf space to align with the WDC vision of being liveable, thriving and connected. Keeping the Waikato District Council (WDC/Council) vision in mind this project has the opportunity to revitalise and futureproof the established Raglan Wharf.",Awarded,awarded for negotiated scope and value.,3500000,20250410 Waikato District Council,25823560,Request for Tenders,Open Competition,C21/064 Huntly Railway Building Relocation and Public Toilets,C21 / 064 RFT,20220519,20220617,20220728,,Sole Agency,No,,"This project is for the relocation of the Huntly Railway Station Building. With the establishment of the Hamilton to Auckland rail link, the current Huntly Railway Station is being upgraded by Waikato District Council. The building is owned by the Waikato District Council, and the land is leased from KiwiRail to Waikato District Council. The Railway Station building currently located on the shore of Lake Puketirini will be relocated to the existing Huntly Railway Station on Glasgow Street, where part of the building will be used as a museum and the other as toilet facilities for the rail passengers. Project Outcome Scope includes the following. Currently Underway: Building Consents processing Planning Consent for Rail Designation lodged/obtained By End of July 2022 achieve the following: Consents all received Tender responses received for main Building Contract Contract awarded and Contract underway Pre-commencement documentation approved KiwiRail permit to work obtained Site establishment By 31 October 2022 achieve the following Building consent CCC. The key objective is to relocate the historic Huntly Station building back to the Station, provide full services of 3 waters, and electricity, provide fully completed public toilets accessible for the platform and a basic white box fit our the interion for future fit out and use by the Huntly Museum. The work entails The existing building is located adjacent to the public parking on the East off Rotowaro Road on the shore of Lake Puketirini in a fenced off compound. The building is to be moved adjacent to the Huntly Railway Station unmanned platform off Glasgow Road on the East side of the railway line. The property is owned by Kiwi Rail whose approval has been sought / obtained. When works commence contractors will gain access to the location via Glasgow Road.",Awarded,"Awarded for Negotiated sum. Two tenderers, one later withdrew following tender clarifications.",1252000,20250410 Waikato District Council,26440393,Request for Tenders,Open Competition,C000000191 Pokeno Sports Park Earthworks and Carpark RFT,C000000191,20221007,20221103,20230324,,Sole Agency,No,,"This project aims to address the need for more access to centralised sporting facilities which is linked to other integral parts of the wider community such as schools and cycle trails. The project is for Bulk Earthworks and Carpark Construction and consists of the following: Construction Services to complete the final stage of the site works for the Pokeno Sports Park development. The works involve E+SC design and implementation on site, implementation of the fish management plan, topsoil stripping and respread, minor site won cut to fill, importation of 34,000m3 of structurally certified cut to fill, geotechnical treatments inclusive of gravel rafts and underfill drainage and accessway and carpark construction. Physical works are to be programmed between November 2022 and April 2023.",Awarded,Contract has been awarded to McKenzie and Parma Limited valued at $2.9m,0,20250410 Waikato District Council,26472441,Request for Proposals,Open Competition,"Papahua Walkway Stage 2 - Design, Supply and Installation of Perimeter Fence at Raglan Holiday Park",,20221014,20221104,20230427,,Sole Agency,No,,"This Request for Proposal is an invitation to suitably qualified contractors to submit a tender for the design, supply, and installation of replacement perimeter fencing and gates at Raglan Holiday Park.",Awarded,Contract has been awarded to Wilson Contractor Services limited for a total value of $185K,0,20250410 Waikato District Council,26602544,Request for Proposals,Open Competition,128 Bollard Rd RRC and Transfer Station Design,,20221110,20221206,20230201,,On behalf of procurement agent,No,,"Further to the Advance Notice, Waikato District Council now release a Request for Proposal for the concept design of a solid waste resource recovery centre and transfer station and associated infrastructure within the northern area of the District at 128 Bollard Road. Council is looking for a professional services supplier to support the development and feasibility for the proposed facilities which will also include internal roading, services provision, three waters design and overall site development.",Awarded,WSP provided the overall best tender including team and experience,125000,20250410 Waikato District Council,26623194,Request for Proposals,Open Competition,"Cultural Assessment Ngaaruawaahia, Hopuhopu, Taupiri Structure Plan / Ngaaruawaahia Town Centre Plan",,20221114,20221205,20230210,,Sole Agency,No,,"Waikato District Council (WDC) welcomes offers of proposal to undertake a cultural assessment for Ngaaruawaahia & Taupiri WDC is currently updating the 2014 Ngaaruawaahia Structure Plan and would like to include a cultural assessment of the study area, the assessment will provide a sound cultural understanding of the relationship and values between Maaori and the environment. Identify how the proposal may impact Tangata Whenua and as well identify outcomes sought by Tangata Whenua in terms of the Structure Plan and Town Centre Plan The Cultural assessment outcomes will be used to Inform the Ngaaruawaahia, Hopuhopu, & Taupiri Structure Plan / Ngaaruawaahia Town Centre Plan.",Awarded,The above tender has been awarded to Te HUia Natural Resources Ltd for a term of 4 months and valued at $55k,0,20250410 Waikato District Council,26632309,Request for Proposals,Closed Competition,"Urban Design Assessment - Ngaaruawaahia, Hopuhopu and Taupiri Structure Plan and Ngaaruawaahia Town Centre Plan",,20221115,20221209,20230220,,Sole Agency,No,,"Waikato District Council (WDC) welcomes offers of proposal to undertake an Urban Design Assessment for Ngaaruawaahia and Taupiri. A preliminary Urban Design Assessment Report (2014) was developed to inform the previous Ngaaruawaahia and Surrounds Structure Plan (March 2017). Council is currently reviewing/updating the Ngaaruawaahia Structure Plan and found the previous Urban Design Assessment Report is outdated and in need of a review. The outcome of the Urban Design Assessment Report will be used to Inform the Ngaaruawaahia, Hopuhopu, & Taupiri Structure Plan and the Ngaaruawaahia Town Centre Plan.",Awarded,"Contract has been awarded to Beca Ltd at a total value of $139,500 for a period of 6 months ending 31 Aug 2023.",0,20250410 Waikato District Council,26637866,Request for Proposals,Closed Competition,Waste Services Review,,20221117,20221219,20230401,,Sole Agency,No,,"This request for proposal includes the undertaking of a district wide waste assessment, development of a draft WMMP and a review of kerbside services as required under section 17A of the Local Government Act 2002.",Awarded,Contract has been awarded Eunomia Research & Consulting Limited valued at $92k for a period of 9 months ending in Dec 2023.,0,20250410 Waikato District Council,26684784,Request for Proposals,Open Competition,"Market Assessment Ngaaruawaahia, Hopuhopu, Taupiri Structure Plan / Ngaaruawaahia Town Centre Plan",,20221128,20221221,20230220,,Sole Agency,No,,"Waikato District Council (WDC) welcomes offers of proposal to undertake a market assessment for Ngaaruawaahia & Taupiri. WDC is currently updating the 2014 Ngaaruawaahia Structure Plan and would like to update the current market assessment associated so that it is reflective of the settlements in current times and into the future. The assessment will need to provide a sound understanding of the demographics for the catchment, and consequently inform other key components of the deliverables. The assessment will also need to describe the supply, demand, and sustainable levels of retail / commercial in the described areas, consideration also needs to be given to the implications of a post-covid world as well as the proximity of the area studied to Hamilton City. Overall, this market assessment will provide guidance around the on-going development in the Ngaaruawaahia and Taupiri area and is a vital component in creating comprehensive plans. The Market assessment outcomes will be used to Inform the Ngaaruawaahia, Hopuhopu, & Taupiri Structure Plan, as well as the Ngaaruawaahia Town Centre Plan.",Awarded,"Contract has been awarded to Property Economics Limited at a value of $24,500 for a period of 3 months ending 31 May 2023",0,20250410 Waikato District Council,27273304,Request for Tenders,Open Competition,District Wide Toilet Enabling Works,,20230420,20230512,20230530,,Sole Agency,No,,"Waikato District Council (the Council) are looking to procure a suitably qualified supplier to undertake enabling works to allow for the installation of modular toilet units at various sites throughout Waikato District. The scope of the enabling works package includes piling, onsite wastewater treatment and disposal systems, water supply, final electrical connections/commissioning and associated civils works. The Council is looking for suppliers who will work collaboratively with other suppliers to programme the installation of the in final connection of services to modular toilet units which will be delivered under the Modular Toilet Construction Contract 20/090. The Modular Toilet Construction scope of works includes the offsite construction, transportation, and installation of modular toilet units. We are seeking to appoint a motivated contractor to deliver this project to the highest quality, whilst having the necessary care and consideration for the community they are delivering to.",Not Awarded,The Council has decided to exercise its powers as per clause 6.23 a (i) of the RFT terms to cancel this RFT.,0,20250410 Waikato District Council,27320821,Request for Tenders,Open Competition,District Wide Toilet Modular Toilet Construction,,20230501,20230519,20230530,,Sole Agency,No,,"Waikato District Council (the Council) are looking to procure a suitably qualified supplier to undertake the offsite construction, transportation, and installation of modular toilet units at various sites throughout Waikato District. Each modular toilet unit provides a standard toilet, an accessible toilet, a service cupboard, and veranda. The Council seeks suppliers who will work collaboratively with other suppliers delivering the enabling works package to co-ordinate the installation and commissioning of the modular toilet units. The Enabling Works scope of works includes supply and installation of piling, onsite wastewater treatment and disposal systems, water supply, final electrical connections/commissioning and associated civils works. We are seeking to appoint a motivated contractor to deliver this project to the highest quality, whilst having the necessary care and consideration for the community they are delivering to.",Not Awarded,The Council has decided to exercise its powers as per clause 6.23 a (i) of the RFT terms to cancel this RFT.,0,20250410 Waikato District Council,27456438,Request for Proposals,Open Competition,WAIKATO DISTRICT COUNCIL PROPERTY REMOVAL,,20230526,20230623,20230901,,Sole Agency,No,,"The purpose of this RFP is to engage a well-managed team of suitably qualified and experience to safely either relocate, and/ or deconstruction/ recycling or in the last instance demolition of a property. It is expected that the project team lead will be the single point of contact for WDC.",Not Awarded,"Contract has been awarded to Clear Site Demolition Limited at a value of $193,644.00 for a period of 3 months",0,20250410 Waikato District Council,27639017,Request for Quotations,Closed Competition,District Wide Toilets,,20230629,20230713,20230906,,Sole Agency,No,,"We are seeking experienced and reliable suppliers for our District Wide Toilet Project. The project involves the construction, delivery, and installation of prefabricated public toilet units across various locations within the Waikato District over the next few years. We are looking for suppliers who not only offer high-quality, innovative, and sustainable solutions but also align with our values of promoting local economic growth, environmental sustainability, and social and cultural wellbeing. This project is a significant opportunity for suppliers interested in forging a long-term partnership with WDC, contributing to the local economy, and playing a role in enhancing public services within the district.",Awarded,Contract has been awarded to Modern Building Solutions at a value of $1.2M for a period of 4 months,0,20250410 Waikato District Council,28009868,Request for Tenders,Open Competition,Raahui Pookeka Huntly Aquatic Centre Hot Water Heating Installation,,20230901,20230929,20240208,,Sole Agency,No,,"This procurement relates to the installation of Hot Water Heat Pumps at the Huntly Aquatic Centre. A rough outline of the scope of works is as follows - Replacement of the existing gas fired boiler system with new energy efficient hot water heat pumps. These hot water heat pumps are to be installed in two separate systems with the first system being Hot Water Heat pumps heat pumps and heating the swimming pool water and the HVAC heating system. The second system will heat the domestic hot water system. We have allowed for the existing gas system to remain in place as an emergency redundancy system, this allows us to monitor performance over the first operational period of the new system and allow us to operate the system during the installation phase and minimise disruption to facility operations. As this new system is a change from gas to electricity there will be increased demand on the electrical system, we have allowed for a new sub switch board to be installed, this will be a dedicated supply for the new systems.",Awarded,This contract has been awarded to Cushman Wakefield for a total sum of $290K,0,20250410 Waikato District Council,28012056,Request for Tenders,Open Competition,Festival Way Stomwater Installation,,20230902,20230926,20240402,,Sole Agency,No,,"The Waikato District Council is looking to construct a new road with associated services and stormwater systems, called Festival way, in the north of the township of Ngaruawaahia. This call for expressions of interest from suitably qualified and experienced contractors is for the first stage of the work and include stormwater pipework and laterals/connections, as well as an outfall to the Waikato river. Consenting for the project is already underway and we expect to commence physical works on site in November 2023.",Not Awarded,"Contract has been awarded to GT Civil to a value of $6,136,149.00",0,20250410 Waikato District Council,28050996,Request for Tenders,Open Competition,Horotiu Road Intersection Civil Works,,20230907,20231005,20240216,,Sole Agency,No,,The Waikato District Council is looking to construct a new intersection on Horotiu road to connect with Park Road and the new road through the Ports of Auckland inland hub. This tender is for suitably qualified and experienced contractors for the full civil and roading works package and we expect to commence physical works on site in November 2023.,Not Awarded,"Contract has been awarded to Phoenix Civil Limited to a value of $2,914,635.63",0,20250410 Waikato District Council,28160659,Request for Proposals,Closed Competition,WDC Housing Strategy,,20230922,20231006,20240208,,Sole Agency,No,,This Request for Proposal is an invitation to submit a proposal for the delivery of a housing strategy for the Waikato District Council (WDC). We are seeking proposals that offer the best value.,Awarded,This Contract has been awarded to Veros Consulting for a value of $55k,0,20250410 Waikato District Council,28218258,Request for Proposals,Open Competition,Pookeno Tennis court and lighting,,20231003,20231031,20240208,,Sole Agency,No,,"Within this project, the Council aims to construct Tennis Courts in Pookeno and explore potential lighting upgrades across additional locations, including Tuakau, Huntly, and Ngaruawahia, subject to budget determination and delivery timelines. Initially focusing on the Pookeno construction, the procurement process will emphasize local engagement and supplier diversity, aligning with broader social procurement goals and the four Well Beings. The successful contractor for Pookeno will be considered for subsequent phases, contingent on budget availability and alignment with the project's strategic priorities. Utilizing Contract 3915, the project will be managed to ensure adherence to Health & Safety standards, insurance requirements, and KPIs, while fostering community connections. This approach reflects the Council's values of integrity, quality, and continuous improvement, contributing to Liveable, Thriving, and Connected Communities.",Awarded,The contract for this tender has been awarded to Saint Electrical Limited for a sum of $91k,0,20250410 Waikato District Council,28480080,Request for Tenders,Open Competition,Munro Road Upgrade,,20231117,20231208,20240209,,Sole Agency,No,,"The Munro Road Resilience project stems from the urgent need to upgrade existing road and drainage on Munro Road in Pokeno to align with the broader Pokeno Transport Upgrade. The focus on enhancing community accessibility and local economic growth is integral to this initiative. The project involves substantial improvements, including the replacement of two existing culverts, raising the road, resurfacing a ~200m section or roadway, and introducing a walking path bordering the new Munro Sports Park.",Awarded,,0,20250410 Waikato District Council,28480827,Request for Tenders,Open Competition,Festival Way Roading and Civil works,,20231117,20231221,20240521,,Sole Agency,No,,"The Waikato District Council is looking to construct a new road with associated services and stormwater systems, called Festival way in the north of the Ngaruawahia township. This call for expressions of interest from suitably qualified and experienced contractors is for the roading and civil works component. The stormwater and drainage works have already been tendered with a preferred contractor in the process of being selected and engaged. Consenting for the project is already underway and we expect to commence the stormwater works in November 2023, with roading and civil works planned to commence January/February 2024.",Not Awarded,"Contract has been awarded to Schick Civil to a value of $2,965,337.48",0,20250410 Waikato District Council,28675665,Request for Tenders,Open Competition,Wairamarama-Onewhero Road Slip Repair,,20240110,20240214,20240408,,Sole Agency,No,,"In late January and early February 2023, two closely spaced storm events, referred to as the Auckland Anniversary Weekend Storm and Cyclone Gabrielle, caused severe damage across a vast area of the Waikato District roading network. Much of the impact was centered around the northwestern part of the district. Following the two events, over 430 reports of damage as a direct result of the storm were reported.",Awarded,"Contract has been awarded to Camex Civil with a contract value of $577,715.05",0,20250410 Waikato District Council,28685968,Request for Tenders,Open Competition,Onewhero-Tuakau Bridge Road Storm Damage Repairs,,20240115,20240214,20240402,,Sole Agency,No,,"WDC requires construction services to remediate three under-slips to Onewhero-Tuakau Bridge Road, which is in the Waikato District Councils (WDC) roading network. The locations of the sites are: ? Onewhero-Tuakau Bridge RP2.39 ? Onewhero-Tuakau Bridge RP3.97 ? Onewhero-Tuakau Bridge RP4.207",Awarded,"Contract has been awarded to JC Civil with a value of $1,657,106.28",0,20250410 Waikato District Council,28973027,Request for Tenders,Open Competition,Waikaretu Valley Road - Gabion Walls,,20240307,20240410,20240412,,Sole Agency,No,,"WDC requires construction services to remediate two under-slips to Waikaretu Valley Road, which is in the Waikato District Councils (WDC) roading network. The locations of the sites are: Waikaretu Valley Road RP1.55 Waikaretu Valley Road RP2.33 The Project requires a suitably experienced construction contractor to carry out the physical works utilising the NZS 3910:2013 Construction Contract. The sites are not split into separable portions. The contract works include, but are not limited to: Site Clearance and Earthworks Gabion Walls Drainage Works Road Pavement and Surfacing Site Railing Planting, Fencing, and Landscaping",Awarded,"Contract value $379,383.39",0,20250410 Waikato District Council,29013141,Request for Tenders,Open Competition,Ngaruawaahia Hall Improvements,,20240313,20240422,20240624,,Sole Agency,No,,"Waikato District Council seeks competent and experienced contractors to carry out the improvement works for the Ngaruawahia War Memorial Hall building at 5 Galileo Street, Ngaruawahia 3210, as stated in the attached Pricing Schedule, design drawings, and Specifications",Awarded,,201826,20250410 Waikato District Council,29651850,Request for Tenders,Closed Competition,Raglan Holiday Park Papahua Stormwater and Roading,,20240624,20240802,20240820,,Sole Agency,No,,"The key objective of this procurement is to install a technical stormwater reticulation system inclusive of a new pumpstation to address flooding issues occurring within the Holiday Park. In addition, we require the construction of some new sealed access roads and carparks within the Holiday Park. We are seeking to appoint a specialist contractor with the specific technical drainage installation expertise to deliver this project to the highest quality, within the specified project timeframe.",Awarded,,1507587,20250410 Waikato District Council,29694635,Request for Tenders,Open Competition,Port Waikato-Waikaretu Road Storm Damage Repairs,C00000563,20240702,20240802,20240820,,Sole Agency,No,,"In late January and early February 2023, two closely spaced storm events, referred to as the Auckland Anniversary Weekend Storm and Cyclone Gabrielle, caused severe damage across a vast area of the Waikato District roading network. Much of the impact was centered around the northwestern part of the district. Following the two events, over 430 reports of damage as a direct result of the storm were reported.",Awarded,,845576,20250410 Waikato District Council,29939755,Request for Tenders,Open Competition,Ngaruawahia Office Reclad Works,,20240809,20240909,20241010,,Sole Agency,No,,"Waikato District Council (WDC) is looking for suitably qualified main contractor who have the capability and capacity to undertake the weathertightness remediation of the WDC office building at 15 Galileo Street, Ngaruawahia. The key objective of this procurement is to repair the 4 key areas of the building based on the BRNAZ weathertightness remediation guide. This will extend the lifespan of the building and prevent further deterioration. We are seeking to appoint a motivated contractor to deliver this project to the highest quality, whilst having the necessary care and consideration for the community they are delivering to.",Not Awarded,"Contract has been awarded to Lobell Construction Ltd for a value of $261,973.62",0,20250410 Waikato District Council,30118916,Request for Tenders,Open Competition,Storm Damage Repairs 24/25 Wall Sites,,20240903,20240927,20241018,,Sole Agency,No,,"WDC requires construction services to remediate three under-slips on the WDC roading network. These sites are all complex retaining walls. The locations of the sites are: Waikaretu Valley Road RP 7.80 Mercer Ferry Road RP 2.14 Hunt Road RP 2.68",Awarded,"Contract has been awarded to Camex Civil at a contract value of $903,455.37",0,20250410 Waikato District Council,30301036,Request for Tenders,Open Competition,24/25 Minor Slip Repair Sites,,20241001,20241029,20250203,,Sole Agency,No,,"WDC requires construction services to remediate four slips on the WDC roading network. While relatively minor in scale, these sites are moderately to highly complex in nature and vary in the scope of works. The locations of the sites and proposed treatments are: ? Tahuroa Road RP3.516 Road Retreat ? Cameron Town Road RP 0.638 Timber Retaining Wall ? Cameron Town Road RP 1.585 Road Shoulder Reconstruction ? Findlay Road RP3.380 Mass-Block Wall",Awarded,Contract has been awarded to Schick for a contract value of $875K,0,20250410 Waikato District Council,30343148,Request for Tenders,Open Competition,Buckland Rd Reserve Earthwork,,20241008,20241115,20241220,,Sole Agency,No,,"The Waikato District Council has embarked on an ambitious initiative to enhance the community infrastructure at Buckland Road. This initiative aims to address critical needs while improving the quality of life for residents through the development of a new neighbourhood playground and a multifaceted recreational area. We are seeking to appoint a specialist contractor with the specific technical earthworks and drainage installation expertise to deliver this project to the highest quality, within the specified project timeframe.",Awarded,Contract has been awarded to ECB Group for a term of 6 months and a value of $320k,0,20250410 Waikato District Council,30387949,Request for Proposals,Open Competition,Specialist Consultancy Services for Comprehensive Water Services Initiatives,,20241011,20241029,20250226,,Sole Agency,No,,"Water is a fundamental resource that underpins the health, wellbeing, and economic prosperity of our community. Ensuring the efficient and sustainable delivery of water services is paramount for the WDC. Recognising the critical role that water plays in our daily lives, the Council is dedicated to maintaining and enhancing our water infrastructure to meet the current and future needs of our community. This project encompasses a range of activities aimed at improving water service delivery, ensuring regulatory compliance, and enhancing the overall water infrastructure within the Waikato District. The initiatives include the development of a comprehensive Water Services Delivery Plan (WSDP), detailed asset information management, service level assessments, and financial modelling for both capital and operational expenditures over a 10-year horizon.",Awarded,,0,20250410 Waikato District Council,30419858,Request for Tenders,Open Competition,Storm Repair Sites - Raglan,,20241016,20241111,20250203,,Sole Agency,No,,"WDC requires construction services to remediate three slips on the WDC roading network. While relatively minor in scale, these sites are moderately to highly complex in nature and vary in the scope of works. The locations of the sites and proposed treatments are: ? Makomako Road RP 1.606 ? Makomako Road RP 4.740 ? Waimaori Road RP 7.200",Awarded,Contract has been awarded to Nicholls and Uttinger to a value of $420K,0,20250410 Waikato District Council,30494835,Request for Proposals,Open Competition,Advanced Threat Protection,,20241025,20241120,20250211,,Sole Agency,No,,"The Advanced Threat Protection (ATP) Project, PR-22177, is focused on enhancing the cybersecurity measures for Waikato District Council (WDC). This project aims to address critical risks associated with cyber threats by implementing a comprehensive technology stack that includes Security Operations Centre (SOC), Security Information and Event Management (SIEM), and Security Orchestration, Automation, and Response (SOAR) solutions. The key drivers for this project are: The increasing sophistication and frequency of cyber-attacks. The need for 24x7 automated monitoring and response due to flexible working arrangements. The necessity of a unified monitoring system (""one pane of glass"") for all WDC security systems. Compliance with Cyber Security Audit recommendations to enhance cyber maturity, privacy, public records, and Local Government Official Information and Meetings Act (LGOIMA) activities.",Awarded,Contract has been awarded to Spark to a value of $403K over 3 years.,0,20250410 Waikato District Council,30817240,Request for Tenders,Open Competition,"Great South Road / Old Taupiri Road roundabout, Ngaruawahia",,20241212,20250128,20250219,,Sole Agency,No,,"We are seeking tenders from well regarded and experienced contractors with a track record of delivering roading projects with a high level of traffic management in a constrained environment. Contractors should put forward a detailed methodology to construct the works in accordance with the drawings, specifications and conditions of contract which will minimise disruption to traffic and local residents. Night works and weekend works will almost certainly be required in order to achieve this and so contractors should be able to demonstrate their experience and skills in this regard. Contractors with a track record of delivering projects in close proximity to or inside the rail corridor will also be well regarded. Close liaison between the contractor and our local community, as well as WDCs communications and project manager will be required to ensure that road users and",Awarded,,2288214,20250410 Waikato District Council,31000693,Request for Proposals,Open Competition,Raahui Pookeka Industry Study,,20250203,20250228,20250409,,Sole Agency,No,,"WDC is currently undertaking the development of a Socio-Economic Master Plan for Raahui Pookeka, with regards to Ohinewai. WDC seek to better understand and support the existing local economy within the township and identify industry that should be attracted and located in Raahui Pookeka in the future to support the delivery of workforce development opportunities for residents. The industrial study will need to provide a sound understanding of the demographics of the township and will inform other key components of deliverables through outlining strategic priorities and actions. The industrial study will need to describe the supply, demand and sustainable levels of retail / commercial / industrial land in Raahui Pookeka, with consideration given to surrounding communities, such as Ohinewai, Taupiri, Ngaaruawaahia and Te Kauwhata. Overall, the industry study for Raahui Pookeka will guide the provision and delivery of future investment within Raahui Pookeka and Ohinewai, to understand growth and infrastructure delivery in a more sustainable manner. The Industry Study will provide an evidence base to direct the development of economic land to provide for employment opportunities for local residents.",Awarded,,63000,20250410 Waikato District Health Board,17819538,Request for Proposals,Open Competition,Replacement Paging Solution (4342-16),4342-16,20160822,20160916,20200210,,Sole Agency,No,Alicia.Lane@waikatodhb.health.nz,"Waikato DHB will replace and update the emergency and on call paging systems by March 2017. This service is utilised by multiple clinical and some corporate functions. Waikato DHB currently has two paging systems, one for local use (Waiora and Thames Campuses) and the extended regional paging utilising the national Spark network. Waikato DHB is looking for vendors who can provide, implement and support a replacement paging system. The Waikato DHB is looking for credible providers who have the capability, experience and infrastructure to deliver paging solutions within an emergency services and Waikato Region context. They need to have a good track record in the management and implementation of these types of solutions. They need to be able to support the resulting system on a 24hr x 7day basis. The vendor will have a track record with partnership approaches to working with their clients There is the possibility that other Midland DHB's may be interested in the outcome of this solution. Please note: Appendix 4 - Draft Waikato DHB contract will be added by COB Friday 26th August 2016.",Not Awarded,,0,20250410 Waikato District Health Board,17871094,Request for Proposals,Closed Competition,Business Intelligence Toolset (4499-16),4499-16,20160905,20160927,20200210,,Sole Agency,No,Please email response to Alicia.Lane@waikatodhb.health.nz,"Waikato District Health Board is looking to identify and select a business intelligence tool that can be used by the non-IS user community to deliver reporting and decision support across the organisation. A key objective is to expand reporting and analytic capability by enabling a broader user base to develop queries and reports and so reduce the time required to deliver reports and outputs. The tool is a next step in implementing a long term strategy along our Data and Information journey. You as a shortlisted supplier from the Registration of Interest process are receiving this Request for Proposal.",Not Awarded,Awarded January 2017,0,20250410 Waikato District Health Board,18219378,Request for Proposals,Open Competition,Database Replacements,4641-16,20161209,20170224,20200210,,Sole Agency,No,Please submit proposal via GETS,"Waikato District Health Board (DHB) is looking to identify and select a supplier (or suppliers) that can deliver a database solution for three specialty areas within the Waikato DHB - Gastroenterology, Diabetes and Rheumatology. Note: is possibly a forth area for consideration being Renal. The proposed system must have the ability to integrate with other Waikato DHB systems and be customisable. Key objectives are: • The solution(s) are architecturally aligned • The solutions(s) are supported and maintainable • The solution(s) will support the workflow of the service and ultimately provide clinical and\or administrative efficiencies • That important clinical information is available to all clinicians responsible for providing care to the patient – particularly in the case of co-morbidities • The solution(s) provide value for money",Awarded,,0,20250410 Waikato District Health Board,18367327,Request for Quotations,Open Competition,Supply & Installation of Warehouse Storage & Racking Solution,4686-17,20170208,20170301,20200210,,Sole Agency,No,,"Waikato DHB seeks submissions from suitably qualified suppliers to provide a turnkey solution for the supply and install warehouse storage and racking equipment at a new Distribution Centre at 51 Gallagher Drive, Hamilton. The preference is a lead supplier to manage the supply and installation of all the requirements within this RFQ. For the avoidance of doubt the use of sub-contractors to supply some equipment is acceptable. The approximate total footprint of the leased premises is 6,500m2 consisting of warehouse, office and clinical spaces. You are invited to submit pricing for the supply and installation of warehouse storage equipment to be installed by mid-June 2017. Equipment to include: • Standard pallet racking with mesh decks • Carton live-storage bays (with pallet storage above) • Steel Racking and/or Longspan Racking including appropriate Shelving • Safety and Operational Items The successful supplier will be responsible for lodgement and management of the associated building consent relating the warehouse racking and storage solutions.",Awarded,,0,20250410 Waikato District Health Board,18413963,Request for Quotations,Open Competition,Supply & Installation of Conveyor System,4700-17,20170224,20170315,20200210,,Sole Agency,No,,"Waikato DHB seeks submissions from suitably qualified suppliers to supply and install a conveyor system at a new Distribution Centre at 51 Gallagher Drive, Hamilton. The supplier must have a proven track record of successfully delivering the supply and installation of a conveyor system, on time, in specification, within budget and comply with all regulatory requirements. The layout and profiles detailed in Attachment Two and Six have been developed to suit the Waikato DHB 3PL provider Onelink who will be subleasing the warehouse from the DHB. The design primarily consists of: o Gravity conveyors o Powered conveyors o Zero pressure accumulation conveyors o Pedestrian walkway",Awarded,,0,20250410 Waikato District Health Board,18423041,Request for Quotations,Open Competition,Design Consultancy for Information Services (IS) and Audio Visual (AV) Requirements,4710-17,20170228,20170313,20200310,,Sole Agency,No,,"We are procuring Design Consultancy for IS and AV requirements for the purpose built Distribution Centre at 51 Gallagher Driver, Hamilton. This includes the Industrial and Office premises. The preference is a lead supplier to manage all the requirements within this RFQ, however we are open to sub-contracting for one component or two different suppliers providing the different requirements. The Waikato DHB requires independent expert supplier(s) to undertake the briefing process with IS / AV Subject Matter Experts in the Waikato DHB and consult with end users (occupants of the premises) with a view to developing the specification(s) and brief(s) which we can then take to market for pricing on the supply and installation. Scope & Nature of the Services: the requirement is the for consultants to provide the following: o Client workshops to confirm Audio Visual (“AV”) design, scope & specifications – infrastructure & hardware o Client workshops to confirm Information Services (“IS”) / Information Technology (“IT”) design, scope & specifications – infrastructure & hardware o Indicative costing for preliminary AV design o Indicative costing for preliminary IS / IT design o AV budget development o IS / IT budget development o Refinement of concept designs through to final design o Creation of AV floor plans, schematics, display elevations o Creation of IS / IT floor plans, schematics, display elevations o Assist with the in-market pricing of the specifications o Assist with contractor selection for build elements, once completed specifications are taken to market o Design hand over with selected installation vendor(s) o Communication and co-ordination meetings o Liaising with Client and Project Manager to establish requirements o Assist with the procurement of AV end-state items (monitors, polycoms, meeting booking rom systems etc) We are working to very tight timeframes for the Gallagher build project and therefore time is of the essence. While this RFQ opportunity is for Gallaghers, the successful supplier (or suppliers) for this RFQ may also be shortlisted to complete consultancy work for other Waikato DHB projects such as CBD new build requirements and an Auditorium refurbishment.",Not Awarded,,0,20250410 Waikato District Health Board,18611132,Request for Quotations,Open Competition,Outsourced Elective Surgical and Interventional Procedures,4739-17,20170501,20170522,20200210,,Sole Agency,No,,"Waikato District Health Board (DHB) is seeking to establish a preferred panel of suppliers to provide outsourced elective procedures to help the Waikato DHB meet health targets over the next 3 years. The planned outsourced procedures will be: • Orthopaedic hips and knees (primary and revisions) x 500 per annum • Colonoscopies x 700 per annum All recovery and post op care will be part of the outsourced procedure. Waikato DHB wishes to commit a minimum volume to the preferred panel suppliers for a 3-year contract period. The volume will be reviewed six-monthly to ensure accuracy. In addition to the specialties and/or procedure types above, if any future outsourcing is required over the 3 year period, the preferred panel suppliers will be utilised to provide quotations. These specialities may include: o General Surgery o Maxillofacial o Urology o Plastics o Otorhinolaryngology (ENT) o Orthopaedics (other procedures) o Ophthalmology o Dental o Gynaecology o Paediatric Surgery o Vascular o Endoscopy o Cardiology",Awarded,,0,20250410 Waikato District Health Board,18611162,Request for Quotations,Open Competition,Outsourced Elective Facilities in Hamilton,4738-17,20170501,20170522,20200210,,Sole Agency,No,,"Waikato District Health Board (DHB) is seeking to establish a preferred panel of suppliers to provide suitable Hamilton based facilities for Waikato DHB Surgeons or Interventionists to operate in. The supplier is also required to provide post-operative care and overnight stays until fit for discharge. The contracts will be for a period of 3 years. The specialties we expect to require Facilities for are: o General Surgery o Maxillofacial o Urology o Plastics o Otorhinolaryngology (ENT) o Orthopaedics o Ophthalmology o Dental o Gynaecology o Paediatric Surgery o Vascular o Endoscopy o Cardiology Waikato DHB is still undertaking capacity planning currently, but likely to require 7-10 full day lists per week. Waikato DHB wishes to commit a minimum volume to the preferred panel suppliers for a three-year contract period. The volume will be reviewed six-monthly.",Awarded,,0,20250410 Waikato District Health Board,19117101,Request for Proposals,Open Competition,Information Services - Specialist Personnel Preferred Supplier Panel,4703-17,20171010,20171030,20200210,,Sole Agency,No,,"The Waikato DHB is looking to implement a Panel of Information Services (IS) Suppliers to provide Information Technology (IT) services to provide support for projects, operational support and other information service related activities. The roles we require are listed below. 1 Delivery Analyst 2 Project Manager 3 Programme Manager 4 Business Analyst 5 Network Engineers 6 Operational Technical Support 7 Strategic Thought Leadership 8 Database Support 9 Application Packager 10 Support Analyst 11 Developer 12 Test Analyst 13 Project Delivery Engineer 14 Other: Procurement of Hardware The other Midland DHBs (Lakes, Bay of Plenty, Tairawhiti and Taranaki) may also use the preferred panel suppliers. If you are interested in responding, please email Alicia.Lane@waikatodhb.health.nz by 20/10/2017 with notification of your intent.",Awarded,,0,20250410 Waikato District Health Board,19144085,Request for Proposals,Open Competition,Network Connectivity - WAN Service Community Sites,4866-17,20171017,20171120,20200210,,Sole Agency,No,,"Waikato DHB are looking for a WAN connectivity provider who can partner with us to provide reliable and resilient connections between the Waikato Hospital Campus or Caro Street, and sixteen of the Waikato DHB Community sites, which are geographically located around the Waikato region. Please review the RFP documentation for more information. If you intend on submitting a response, please email Alicia.Lane@waikatodhb.health.nz by 5pm 24th October 2017. Any correspondence must be via GETS Q&A or email to Alicia Lane.",Not Awarded,Awarded March 2018,0,20250410 Waikato District Health Board,19487991,Request for Proposals,Open Competition,4890-17 Anaesthesia Information System,4890-17,20180227,20180329,20200324,,Sole Agency,No,,"What we need Waikato District Health Board (DHB) is looking to identify and select a supplier that can deliver an Anaesthesia Information System that will be used for the pre-operative, planning and operating room processes through to post-operative care. The proposed system must have the ability to integrate with other Waikato DHB systems and be customisable. Key objectives are: The solution(s) are architecturally aligned The solutions(s) are supported and maintainable The solution(s) will support the workflow of the service and ultimately provide clinical and\or administrative efficiencies That important clinical information is available to all Anaesthesia Specialists responsible for providing care to the patient The solution(s) provide value for money What we dont want We do not want theoretical proposals about abstract or speculative approaches to improving health in the community. Whats important to us The Waikato District Health Board is looking for credible providers who have the capability and experience to implement and support us. The provider should ideally have a good track record working and implementing in a Health context across Australasia and should have a long term view to providing services including local support within New Zealand. Why should you bid? This is an opportunity to engage in a long term relationship with a District Health Board that is focusing on innovative ways to be agile and strategic in delivering quality health services.",Awarded,,0,20250410 Waikato District Health Board,19768411,Request for Proposals,Open Competition,RFP for Supply of Non-Vending Beverages to Canterbury and Waikato DHB,4905-17,20180528,20180625,20190801,,Syndicated Opportunity,No,,"Canterbury and Waikato District Health Board are looking to identify and select a preferred supplier/s for the supply and merchandising of Non-Vending Beverage Products (Products). The Products are mainly sold in staff and visitor retail outlets at: * Canterbury DHB at Ashburton, Burwood, Christchurch and Hillmorton hospitals, and * Waikato DHB at Waikato, Thames, Tokoroa and Taumarunui hospitals. For Waikato DHB - All Products sold at the staff and visitor retail outlets should be compliant with the National Healthy Food and Drink Policy (NHFDP). For Canterbury DHB - All Products sold at the staff and visitor retail outlets should be as compliant as is feasibly possible with the NHFDP. Canterbury DHB aspires to achieve compliance with the NHFDP however this is not yet a mandatory requirement. Both DHBs require a small range of Products for provision to patients which do not need to comply with the NHFDP. These are not for retail use (not for profit) and are for patients. Such products may be awarded subject to the quality and price. Canterbury DHB and Waikato DHB require a reliable supplier/s to deliver the Products, service and equipment according to the requirements in the contract agreement. Due to a lack of storage space, regular deliveries and merchandising is required.",Awarded,"Canterbury DHB has awarded this tender to Coca-Cola Amatil (NZ) Ltd Waikato DHB has awarded this tender to Frucor Suntory NZ Ltd. Contract Award: 6 August 2018",0,20250410 Waikato District Health Board,19910948,Request for Quotations,Closed Competition,RFQ for Certification Audit,5040-18,20180713,20180817,20190801,,Sole Agency,No,,"Waikato DHB is looking to appoint a Ministry of Health (MoH) designated auditing agency to deliver our full certification and surveillance audit in time for submission to the MoH. This is to ensure regulatory and legislative compliance under the Health and Disability Services (Safety) Act 2001 and against the Health and Disability Services Standards (NZS8134:2008). Our current certification is valid to June 2019 and the certification audit requested in this RFQ must occur in time for Waikato DHB to be re-certified before the expiry of the current certification.",Awarded,Contract Award: 10 September 2018.,0,20250410 Waikato District Health Board,20221087,Request for Proposals,Open Competition,Request for Proposal for an Electronic Observations Platform Solution,5213-18,20180928,20181102,20210804,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) is seeking an Electronic Observations Platform Solution (Electronic Observations solution) to monitor, manage and escalate patient vital signs tracking. The Electronic Observations solution will ensure the following deliverables: a) The Electronic Observations solution must be architecturally aligned, b) The Electronic Observations solution is supported by the vendor and maintainable, c) The Electronic Observations solution will support the workflow of the service and ultimately provide clinical and\or administrative efficiencies, and d) The Electronic Observations solution must provide value for money. To achieve these deliverables the Electronic Observations solution must meet the following criteria: Functionality to capture vital signs information electronically as per the National Early Warning Score (NEWS), Paediatrics Early Warning Score (PEWS) and Maternity Early Warning Score (MEWS) formats, Note that Early Warning Score (EWS) hereon in this document and in the associated RFP documentation is an encompassing term for NEWS, PEWS and MEWS. Automatic calculation of Early Warning Score (EWS). Automatic or manual escalation of EWS as per business rules, including alerts and escalations tasks. Automatic reminders when vital signs are due. Integration with internal systems like the Patient Management System (iPM), Clinical Workstation (CWS), Patient Flow Manager (PFM), roster system, laboratory system, radiology system. Patients charts and trends available via CWS. Visibility of latest EWS via PFM. Functionality to identify patients at high risk of sepsis based on internal business rules and guidelines. Provision of views such as patients at the glance, deteriorating patients etc., at ward and hospital level. Provision of pre-build and ad-hoc reporting capabilities. Provision of functionality to capture nursing assessment information electronically such as: admission assessments, fluid balance charts, sepsis screening and action tool, bowel motions chart, etc. Nursing assessments are not mandatory for the first implementation. However, the selected vendor/solution must provide the capability to implement this functionality later when required. Audit trail functionality to record, retain and report on system use that covers all service events.",Not Awarded,,0,20250410 Waikato District Health Board,20324956,Request for Proposals,Open Competition,Request for Proposals for a Midland Clinical Portal Imaging Interoperability Solution,HSL6115-18,20181024,20181128,20210804,,Cluster,No,,"HealthShare Ltd (HSL) needs to identify and select products and/or services that will enable visibility of a single patient record for patients in the Midland Region District Health Boards (the Midland DHBs) of New Zealand. For the purposes of this opportunity, what we need is a standards-based solution that provides visibility of the existence and location of patient imaging studies by providing a single view of records held within existing clinical information sources. In the future, we would look to extend this solution to include other clinical meta-data from the Midland DHBs and would also look to increase the reach to a national level. The solution must provide capability to: Register the existence of an image study Store metadata to enable systems to locate and retrieve results/studies from the source system Provide security to limit access to authorised systems and users by integrating with our IAMs solution Provide scalability to extend beyond imaging data Include Midland document sharing and support national document sharing in the long-term Integrate with other health providers with interoperability capability including private health providers. Key objectives are: That important clinical information is available to all clinicians responsible for providing care to the patient specifically Picture Archive Communication Systems (PACS) and echo-Cardiographic Reporting Systems (eRS) users and clinicians making decisions using the content of these systems The solution(s) are supported and maintainable in New Zealand The solution(s) will support the workflow of the service and ultimately provide clinical and/or administrative efficiencies The solution(s) are standards based, for example comply with Health Information Security Organisation (HISO) and health information communications standards such as HL7 and FHIR The solution(s) provide value for money",Not Awarded,,0,20250410 Waikato District Health Board,20420355,Request for Proposals,Closed Competition,6119-18 - Closed Request for Proposal - Midland Cancer Pathway and Multidisciplinary Meeting Management Solution,6119-18,20181114,20181214,20210804,,Syndicated Opportunity,No,,"The vision for a Midland Cancer Pathway and Multidisciplinary Meeting (MDM) Management Solution is to standardise, digitise and make accessible cancer data and deliver improved quality of clinical and service delivery information relevant to the cancer pathway across the Midland region.",Awarded,,0,20250410 Waikato District Health Board,20552693,Request for Quotations,Open Competition,Surgical Microscopes,5201-18,20181217,20190208,20200124,,Sole Agency,No,,"Waikato DHB are seeking a supplier to provide Microscopes for Operating Theatre use. There is the need to purchase three microscopes initially with a further two in the coming years. Microscopes will be shared across the following specialties: Ophthalmology, Plastics, Ear Nose & Throat, Neurosurgery, Orthopaedics, MaxilloFacial.",Awarded,,0,20250410 Waikato District Health Board,20579497,Request for Quotations,Open Competition,5317-18 Dental Chairs and Lights,5317-18,20181227,20190207,20200117,,Sole Agency,No,,"Waikato DHB are seeking supply of Dental Chairs and Lights for use in community dental clinics, mobile dental clinics and hospital environments. We estimate an initial quantity of 21 to be delivered this financial year (ending 30 June 2019) and then the ongoing supply as requested. We require the equipment and associated services to be delivered & installed to agreed location/s within the Waikato DHB region and for other Midland DHBs within their region. Training must be included as part of the delivery and sign-off processes. We request the pricing and terms offered be made available to other Midland DHB's although they will contract directly with the selected supplier if they chose to purchase. Other DHB's may choose to opt in to the process and the option to include these may be requested on a case by case basis. Questions: Please note between 27 Dec 2018 and 14 Jan 2019 answers to questions will be delayed due to leave. For this reason an extended timeline for responses is offered.",Awarded,,0,20250410 Waikato District Health Board,20579533,Request for Quotations,Closed Competition,5313-18 Mini C-Arm,5313-18,20181227,20190201,20200117,,Sole Agency,No,,"Purchase of a mobile imaging device - Mobile C-Arm The purchase will include equipment, training and servicing costs. This is a secondary procurement activity based on the national imaging panel managed by NZ Health Partnerships. Note: Responses to questions will be delayed until after 14 Jan 2019 due to holiday leave.",Awarded,,0,20250410 Waikato District Health Board,20703719,Request for Proposals,Open Competition,Laparoscopic Towers - Equipment and Maintenance Services,5349-19,20190208,20190304,20200124,,Sole Agency,No,,"Waikato District Health Board requires six Laparoscopic Tower systems over the next two years. The Waikato Hospital campus has a fleet of eleven Laparoscopic Tower systems which are used in urology, general surgery, gynaecology, paediatrics, otorhinolaryngology, neurology, orthopaedic and thoracic specialities. The Laparoscopic Tower systems required consist of a video processor, monitor, camera, light source, display, insufflator and data capture system housed in a trolley/cart. The current fleet includes slave monitors.",Awarded,,0,20250410 Waikato District Health Board,20735605,Request for Proposals,Open Competition,Molecular Biology Intrumentation,5348-18,20190215,20190329,20200324,,Sole Agency,No,,"The Waikato DHB is looking at proposals for Molecular Biology Instrumentation. The proposal would be for a turn-key solution to the existing device(s) and contract the selected supplier or Suppliers for equipment, consumables and services The contract term will be up to 7 years which will consist of a 5 year initial term and 2 x one year renewals.",Awarded,Capital spend budget published. Multiple contracts awarded.,500000,20250410 Waikato District Health Board,20854374,Request for Proposals,Closed Competition,Waikato DHB Fleet Management RFP,5193-18,20190320,20190430,20191230,,Sole Agency,No,sarah.macrae@waikatodhb.health.nz,"Further to our ROI process in late 2018, we are now inviting the shortlisted suppliers to provide us with a detailed proposal for the management of Waikato DHB fleet of light passenger vehicles and mobile clinics across the Waikato region.",Awarded,,0,20250410 Waikato District Health Board,20867898,Request for Proposals,Open Competition,Supply of a Car Parking Management Solution for Waikato Hospital Campus,4991-18,20190329,20190503,20190812,,Sole Agency,No,,,Not Awarded,Care Park selected as preferred supplier pending successful negotiations and contract award,0,20250410 Waikato District Health Board,20867962,Request for Proposals,Open Competition,Panel of Suppliers for Specialist Construction & Facilities Consultancy Services to Waikato DHB,5305-18,20190328,20190430,20190812,,Sole Agency,No,,,Not Awarded,"New panel members have been invited to join the panel, multiple suppliers selected.",0,20250410 Waikato District Health Board,20868032,Request for Proposals,Open Competition,Supply of Facilities Management services for new Hamilton CBD Office Facility for Waikato DHB,5401-19,20190412,20190516,20190812,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is looking to identify and select a preferred supplier for the supply of Facilities Management (FM) services at our new Hamilton Central Business District (CBD) Office Facility located in Hamiltons CBD area.,Not Awarded,ISS selected as preferred supplier pending successful negotiation and contract,0,20250410 Waikato District Health Board,20903217,Request for Proposals,Open Competition,5373-19 Phototherapy Equipment for Waikato DHB NICU,5373-19,20190404,20190517,20200629,,Sole Agency,No,,"Opportunity to present a suite of infant phototherapy equipment to replace all existing equipment within the Waikato DHB NICU. Currently we have 14 light treatments and 8 bed treatments all requiring replacement. We are open to new treatment options that may be available now to provide an up to date suite of phototherapy equipment.",Awarded,,130000,20250410 Waikato District Health Board,20904947,Request for Proposals,Open Competition,Patient Monitoring and Telemetry,5356-19,20190403,20190604,20200526,,Sole Agency,No,,"Waikato DHB is seeking a practical and implementable solution to support our Patient Monitoring, Bedside Patient Monitoring and Cardiac Telemetry requirements. Waikato will be offering a contract up to 9 (nine) years to a single or multiple suppliers. 1. We require Patient Monitoring and Telemetry suitable for Neonates through to Adults in the following areas: Emergency Departments Cardiac Care Units Intensive Care / Acute Services / High Dependency Unit / Intensive Care Units Neonatal Intensive Care / Paediatric Intensive Care and High Dependency Units Post Anaesthetic Care Units Operating Theatres / Medical Wards / Older Persons and Rehabilitation (OPR) 2. Cardiac monitoring via Telemetry is included in this procurement activity and it is expected that any Telemetry offering is fully compatible or integrated into the Monitoring system proposed. 3. Suppliers are expected to provide extensive service and product support packages, including education, for all monitoring requirements within the scope of this RFP.",Awarded,,0,20250410 Waikato District Health Board,20989177,Request for Proposals,Open Competition,5182-18 Biochemistry Analysers x 4,5182-18,20190507,20190618,20200806,,Sole Agency,No,sarah.macrae@waikatodhb.health.nz,"RFP for the supply of 4 Biochemistry analysers required for Waikato DHB's 4 rural laboratories, plus installation, service & maintenance and ongoing consumables supply.",Awarded,,0,20250410 Waikato District Health Board,21006251,Request for Quotations,Closed Competition,Construction Services for New Oncology Building at Waikato Hospital Campus,5416-19,20190508,20190531,20190812,,Sole Agency,No,,,Not Awarded,Hawkins selected as preferred supplier,0,20250410 Waikato District Health Board,21152075,Request for Quotations,Closed Competition,Construction Services for the Reconfiguration and Upgrade of the Urology clinic suite,5461-19,20190617,20190718,20190812,,Sole Agency,No,,,Not Awarded,Hawkins selected as preferred supplier pending successful contract negation and award,0,20250410 Waikato District Health Board,21277496,Request for Proposals,Open Competition,Mental Health Community-Based Acute Alternative Service,5459-19,20190717,20190807,20191125,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) is seeking proposals from organisations that have the experience, capacity and capability to provide a community-based acute alternative service for tangata whaiora (mental health service users) with acute mental health needs. This is a new service to which Waikato DHB seeks a community-based NGO or a partnership or consortia model where NGO providers work together to provide this service under a single contract. The provider will have acute residential service expertise, to establish and provide a community-based acute service that will improve access to services and provide an alternative experience for tangata whaiora with acute mental health needs.",Awarded,,0,20250410 Waikato District Health Board,21297438,Request for Quotations,Open Competition,Ophthalmology Laser and Maintenance Services,5422-19,20190723,20190814,20191216,,Sole Agency,No,,"Waikato DHB is seeking a supplier to provide a replacement laser for use in the Ophthalmology department to provide low power, rapid pan retinal laser photocoagulation. Suppliers must have the ability to supply the laser and provide ongoing support. We are seeking a product that will provide treatment in an efficient manner, enabling an increased throughput of patients.",Awarded,,0,20250410 Waikato District Health Board,21345712,Request for Quotations,Closed Competition,Upgrade of lower level (L1) of HRBC for additional Bed space,5519-19,20190802,20190816,20190830,,Sole Agency,No,,,Not Awarded,Lobell selected as preferred supplier pending negotiations with price and programme,0,20250410 Waikato District Health Board,21363861,Request for Proposals,Open Competition,Cafe Provider for new CBD Office Building,5408-19,20190809,20190906,20191105,,Sole Agency,No,,,Not Awarded,RedKitchen selected as preferred Supplier pending successful supply contract negoiations,0,20250410 Waikato District Health Board,21509316,Request for Quotations,Closed Competition,"Enabling Works for installation of underfloor steel for the replacement of Gamma Camera, Waiora Building at Waikato Hospital Campus",5239-18_02,20190830,20190918,20191014,,Sole Agency,No,,,Not Awarded,Closed procurement with seelcted panel supplier for Intermeidiate works agreement wioth Livingstone Building,0,20250410 Waikato District Health Board,21660039,Request for Proposals,Open Competition,Mental Health Community Housing and Support Service,5460-19,20190924,20191029,20200114,,Sole Agency,No,,"Waikato District Health Board is seeking proposals from organisations that have the experience, capacity and capability to provide a Community Housing and Support Service for tangata whaiora (mental health service users) with accommodation and support needs. This is a new service to which Waikato DHB seeks a community-based NGO or a partnership or consortia model where NGO providers work together to provide the service under a single contract. The service will cover the Waikato DHB Region. The provider will have expertise to establish and provide a Community Housing and Support Service that will support people from across the Waikato Region and establish strong links to local communities and housing providers. The service will be conjunctive with community mental health teams, in rural and urban settings and will provide well-coordinated services that address holistic needs, including life circumstances that impact on well-being such as housing and social circumstances within the community.",Awarded,,0,20250410 Waikato District Health Board,21839993,Request for Proposals,Open Competition,Advance Care Planning Facilitation Service,5526-19,20191025,20191203,20200403,,Sole Agency,No,,"Waikato DHB is seeking Proposals from suitably experienced and credible providers for the provision of an Advanced Care Planning (ACP) Facilitation Service. ACP refers to the activities undertaken to create a record of a patients wishes for future care (the Advance Care Plan) and treatment preferences also known as an Advance Directive. The selected Provider will be responsible for raising the awareness of the importance of ACP in the Waikato DHB region and incorporating culturally appropriate approaches to ACP for Maori and Pasifika (and other ethnicities) with equity being a priority. Proposals may be from a single community-based provider or from a partnership or consortia model where providers work together to provide this service under a single contract. The provider will have a strong track record of working in new innovative ways across our health system to deliver high-quality services, with robust IT infrastructure and systems to maintain the quality of the electronic Advance Care Plan against all applicable standards and legislation.",Awarded,,0,20250410 Waikato District Health Board,21875991,Request for Quotations,Closed Competition,"Architectural, Project Management, Quantity Surveying (QS) and Specialist Engineering Services for proposed new Adult Mental Health & Addictions Facilities project at Waikato Hospital",5547-19,20191104,20191125,20200429,,Sole Agency,No,,"This procurement relates to the supply of specialist construction and consultancy services from selected Waikato DHB Panel Suppliers for Architectural, Project Management, Quantity Surveying (QS) and Specialist Engineering Services, for the proposed new AMH & A Facilities project at Waikato Hospital Campus. The new AMH & A Facilities project is relocation of approximately 60 adult mental health beds from their current location (Henry Rongomau Bennett building) to a new site on the Waikato Hospital campus that will provide approximately 90 new beds. This procurement is a closed RFQs process for selected Waikato DHB Panel Suppliers who are pre-qualified to submit pricing and programme for the applicable project works. Waikato DHB is seeking quotations for the detailed design and development of plans post concept stage. RFQ pricing should be submitted as an estimated lump sum fee based on the information provided to date.",Not Awarded,"Preferred suppliers were selected for Architects, QS and Engineering services but final contractual arrangements are still pending due to the due business case being finalised and submitted for approval.",0,20250410 Waikato District Health Board,21876615,Request for Proposals,Open Competition,Interventional Cardiology Systems,5224-19,20191101,20191209,20200630,,Sole Agency,No,"Tender Box 5224-19, Waikato Hospital, Pembroke Street, Hamilton Attention: Jeweleigh Bates, Level 2, Waiora Building","Waikato DHB as part of the capital replacement program are looking to replace two cardiac angiography suites 1 for Coronary Suite and 1 Electrophysiology Suite. The DHB require a responsive supplier that can decommission existing equipment, install and support the equipment ongoing in a fast paced environment. As an outcome we are expecting: improved throughput of patients effective and timely access to cardiac services patients with a similar level of need receive comparable access to services, regardless of where they live more patients survive acute coronary events, and likelihood of subsequent events are reduced more people receive access to cardiac services which supports New Zealanders to live longer, healthier and more independent lives clinically validated perfusion software",Awarded,,0,20250410 Waikato District Health Board,21980787,Request for Proposals,Open Competition,Executive Recruitment Services Panel,5596-19,20191122,20191218,20200429,,Sole Agency,No,,"Waikato DHB is seeking to identify and select a number of suitably experienced and qualified recruitment agencies to form a panel for executive and senior staff recruitment services. The panel will be comprised of agencies who have demonstrated capability and capacity in executive recruitment services nationally and/or internationally. For more information please access the RFP documentation attached. All questions relating to this RFP must be lodged via GETS.",Awarded,,0,20250410 Waikato District Health Board,22053289,Request for Proposals,Open Competition,Health Transport Service - Taumarunui to Waikato Hospital Return,5572-19,20191205,20200124,20200507,,Sole Agency,No,,"Waikato DHB is seeking Proposals from capable and suitably qualified providers to provide a daily return health transport service for DHB-funded patients between Taumarunui, Te Kuiti and Waikato Hospital. The service will run Monday Friday (public holidays excluded) and include pick-up and drop-off points en route. The health transport service will provide a comfortable and safe transit for service users. Service users are patients either with a specialist appointment (and may include their support person(s); or patients who have planned admissions and discharges to/from Waikato Hospital. Visitors to patients in DHB hospitals, or DHB-contracted residential care facilities may also use this service as capacity allows. For more information please access the RFP documentation attached.",Awarded,,0,20250410 Waikato District Health Board,22130732,Request for Proposals,Open Competition,Sleep Clinic Patient Managed Service,5557-19,20191224,20200203,20201016,,Sole Agency,No,,"The Waikato DHB Sleep Clinic is looking for a supplier who can provide a fixed price managed service to support the management of airway pressure devices for Sleep Clinic Patients who have been issued them. The service should include the supply and servicing of Airway Pressure device and device consumables, and the ability to manage the community service and track assets through an online and phone service. The Waikato DHB will provide initial devices and a set amount of consumables in the first year and so part of the service should include the ability for patients to purchase extra consumables and potentially extra devices at Pharmac pricing as well as the set annual supply. The successful supplier will be provided with a list of patients registered with the Sleep Clinic service and this will be updated regularly. The service provided will include reporting which will be defined based on the preferred service selected. The Waikato DHB is the key customer but all patients should be treated as customers as well.",Awarded,,0,20250410 Waikato District Health Board,22138396,Request for Quotations,Open Competition,Project Management Services for the proposed new Adult Mental Health & Addictions (AMH &A) Facilities project at Waikato Hospital Campus,5547-19,20200107,20200207,20210810,,Sole Agency,No,,,Awarded,,0,20250410 Waikato District Health Board,22202293,Request for Quotations,Open Competition,Health Planning Consultant Services for Waikato DHB,5610-19,20200123,20200225,20201016,,Sole Agency,No,,"Waikato District Health Board is seeking Request for Quotes from the open market for the supply of suitably qualified Health Planning Consultants for an empirical review of Waikato DHBs health requirements with long term capital investment planning, strategic planning with infrastructure (new builds, refurbishments or alterations) and connectivity within its network of facilities, its community and wider region",Awarded,,0,20250410 Waikato District Health Board,22225878,Request for Proposals,Open Competition,5615-19 Birthroom Entonox Blenders,5615-19,20200130,20200228,20201123,,Sole Agency,No,,"Waikato Hospitals delivery suite and womens assessment unit (WAU) have 13 wall mounted Entonox blenders and 3 portable Entonox blenders to provide primary analgesia for patients in labour. These are all at the end of their useful life and require replacement. We require blenders that allow variable percentage of Nitrogen and Oxygen to suit patients requirements. We are open to consider all types of units, fixed and portable, as this is the entire fleet we are replacing in Waikato Hospital's birthing areas.",Awarded,,0,20250410 Waikato District Health Board,22381047,Request for Quotations,Closed Competition,5627-20 Mammography Machine,5627-20,20200228,20200325,20200806,,Sole Agency,No,,"Waikato District Health Board is seeking a Supplier to provide a Mammography Machine for the Breast Care Centre. This is an additional machine to increase the fleet size and allow improved throughput. This opportunity is open to all vendors on the NZHP National Imaging Panel (hA15-2776X) who have indicated their ability to supply Mammography Machines.",Awarded,,0,20250410 Waikato District Health Board,22441034,Request for Proposals,Open Competition,Waikato DHB Robotic Process Automation (RPA),5671-20,20200313,20200415,20201214,,Sole Agency,No,,"Waikato DHB is looking to select a partner organisation for the supply of Robotic Process Automation (RPA) goods and associated services. This objective is to create a virtual workforce for some of our processes that is secure, consistent, reliable and scalable. The key outcomes that we want to achieve are that RPA is used as a tool to help our organisation achieve more efficient performance leading to reduction in required resources and that we can take away repetitive (robotic) tasks from staff so they can focus on higher-value activities. A priority for Waikato DHB is developing in-house RPA capability, so that the organisation is progressively able to automate via RFP without vendor support. The purpose of this RFP in the first instance is to identify a supplier who will partner with Waikato DHB for the establishment of a RPA pilot , working with two trial processes for automation. The outcomes of the pilot will be used to support a business case for further investment in RPA capability. If the pilot is successful and business case is approved, Waikato DHB will look to negotiate with the supplier to enter into a more long-term agreement.",Awarded,,313000,20250410 Waikato District Health Board,22516542,Request for Quotations,Open Competition,Windows as a Service Consultancy Services,WK-20-C-IS031,20200409,20200504,20201223,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for a Windows-as-a-Service Consultancy Services contract opportunity. Consultancy services are required for: 1. Provision of a Windows-as-a Service Run Book: For this purpose, we define aRun Book as a series of processes required to build, test and deploy a WaaS upgrade at Waikato DHB. This Run Book will be standard in the sense that it provides recognised best practice around running a WaaS upgrade. 2. Implementation of the Run Book by supervision and mentoring to Waikato DHBs IS Team, on the build, test and deployment of Windows 10 1909 to the Waikato DHB Windows 10 fleet. It is recognised that this will entail customising the Run Book to the Waikato DHB environment, and Waikato DHB is looking to understand the work entailed in this. Waikato DHB will provide engineering resource for the upgrades e.g. for scripting. Waikato DHB will also manage and coordinate the project. Pre-conditions (respondents unable to meet both of these pre-conditions should conclude that they will not benefit from submitting a proposal): 1. The Respondent is a Microsoft Gold partner certified in Cloud Productivity. 2. The Respondent will provide a sample Run Book for Waikato DHB's need as part of their RFQ proposal. Thanks.",Awarded,,22248,20250410 Waikato District Health Board,22548781,Request for Quotations,Closed Competition,TOE Ultrasound Machines 5653-20,5653-20,20200416,20200501,20210315,,Sole Agency,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the delivery of Trans-Oesophageal Echocardiography machines for Theatre and Cardiology. This is a secondary procurement request under the terms and conditions of NZHP panel for Ultrasound Equipment, Accessories and Software. This opportunity has been distributed to selected suppliers from the panel.",Awarded,,0,20250410 Waikato District Health Board,22577236,Request for Quotations,Open Competition,Ophthalmology Cross-Linking Equipment (5688-20),5688-20,20200425,20200511,20200630,,Sole Agency,No,,"Waikato DHB Ophthalmology is establishing a corneal crosslinking service at Waikato Hospital. This service is currently not provided at Waikato Hospital with ~100 patients with keratoconus being referred from the Waikato to Lakes DHB for treatment. Corneal crosslinking is a treatment designed to prevent the progression of keratoconus. Equipment required for corneal cross-linking includes an OCT Tomographer with anterior segment OCT imaging and a UV Cross-linking laser. This procurement is related to the purchase of these two pieces of equipment.",Awarded,,0,20250410 Waikato District Health Board,22721012,Request for Proposals,Open Competition,Continuous Monitoring Blood Culture System,5618-20,20200525,20200622,20201105,,Sole Agency,No,,"This RFP is to source a Continuous Monitoring Blood Culture System each for Waikato DHB and Taranaki DHB. Waikato DHB is looking to replace its current fleet of Blood Culture analysers. We currently have 8 devices over 5 laboratory sites. The devices vary in age and will be replaced over more than one financial year. Proposals should include implementation, training and support services and associated products & spare parts. The system must be able to be integrated into a Lab information system for results reporting. Taranaki DHB has one rented Blood Culture device currently. Taranaki DHBs current contract expires in 2022. They will be participating in this selection process but may or may not purchase immediately as a result of the procurement process. Other DHB's may participate as observers or fully on request if the request is completed before the RFP closes and does not impact current timelines. A note will be published with the details if another DHB is included. Purchases for Waikato DHB may be completed on a phased approach with the Rural Laboratories the priority. All questions and communications must be via GETS until the close date. Note on Due Diligence Phase: Due to the need to limit travel, site visits may be replaced by remote interview style conference or video calls with reference sites. This is allow us to limit travel and the impact on Lab sites that will have increased workload due to the current pandemic.",Awarded,,0,20250410 Waikato District Health Board,22894491,Request for Proposals,Closed Competition,5751-20 Cardiac Care Unit Observation Unit,5751-20,20200701,20200729,20200918,,Sole Agency,No,,Closed Procurement to our Building Trades Panel suppliers for the modification of a lounge area to create the Cardiac Care Unit Observation Unit with 2 beds and 2 chairs and an observation desk.,Awarded,,0,20250410 Waikato District Health Board,22897900,Request for Proposals,Open Competition,Medical Physicist Services,5692-20,20200630,20200723,20201021,,Sole Agency,No,,"Waikato DHB requires the services of a suitably qualified and registered Medical Physicist(s) capable of providing quality control and compliance activities to support the DHB to comply with all necessary radiation safety regulations in Radiology, Oncology, Cardiology and Breast Screening. We are not necessarily seeking one supplier who can cover all modalities. Suppliers are able to bid for one or more departmental specialities for which they are able to provide services. Each department will assess responses from providers that have indicated their ability to provide the respective services to that department. A decision will be made per department, with the outcome potentially being that multiple contracts are awarded.",Awarded,,0,20250410 Waikato District Health Board,22942591,Request for Quotations,Open Competition,5755-20 NICU Examination Lights,5755-20,20200710,20200724,20201123,,Sole Agency,No,,Waikato District Health Board is seeking a Supplier to provide replacement examination lights for each of our NICU bed spaces and Parent Rooms. We require 50 fixed lights and 2 pole-mounted lights to replace our ageing fleet.,Awarded,,0,20250410 Waikato District Health Board,23069220,Request for Quotations,Open Competition,Provision of Patient Accommodation Services,5656-20,20200805,20200824,20210128,,Sole Agency,No,,"Request for Quotation for the Provision of Patient Accommodation Services. Waikato DHB is seeking a number of fixed and/or casual rooms for patient accommodation at the National Travel Assistance Policy rate of $86.96 excl. GST per night, with a suitable local accommodation provider or from a panel of local accommodation providers within close proximity to the Waikato hospital campus, Pembroke Street, Hamilton. The required volumes / number of fixed rooms may increase or decrease during the contract term. Service Users: Mothers and families of new-born babies; Regional patients waiting for inpatient or outpatient access to services, and Relatives and supporters of Waikato DHB patients. If you are unable to meet the NTA Policy rate and have fixed and/or casual rooms available to offer Waikato DHB at different rates, then please submit a quote starting with your next best economical offer/s and number of rooms available at that rate/s. However, please note that preference will be given to providers who can meet the NTA Policy rate. For more information, please view the RFQ documents.",Not Awarded,No contract awarded.,0,20250410 Waikato District Health Board,23071985,Request for Quotations,Closed Competition,4858-17-01 Waiora CBD Vacant Space Project Management,4858-17-01,20200806,20200819,20201218,,Sole Agency,No,,"Waikato DHB is seeking quotes for Project Management services through a fixed-fee arrangement to oversee the development, design and delivery of a Warm Shell to the vacant ground-floor space at its Waiora CBD offices, for handover to a sub-tenant for fitting-out and occupation.",Awarded,,0,20250410 Waikato District Health Board,23209727,Request for Quotations,Open Competition,Supply of Hyperthermic Intraperitoneal Chemotherapy Machine,5754-20,20200901,20200916,20210712,,Sole Agency,No,,The plan is to purchase a HIPEC system that has the ability to warm the fluid to a temperature of between 38 47 Degrees celsius (in 0.1 increments) with an adjustable flowrate of 0-1000ml/min. The system is required to have temperature monitoring of inflow perfusate and abdominal cavity with an ability to function with both open and closed surgical procedures.,Not Awarded,Only one respondent. Clinical evaluation was unsuccessful.,0,20250410 Waikato District Health Board,23313795,Request for Proposals,Open Competition,5826-20 Meade Clinical Centre - Vacant Retail Space,5826-20,20200921,20201030,20201218,,Sole Agency,No,,"We are looking for proposals for a small retail space we have available in our Meade Clinical Centre. This space is approximately 11m2 and is in a prime position in the main hospital thoroughfare. We are looking for retailers with a product range for all budgets based around traditional themes which will promote Waikato DHBs culturally inclusive values This small retail space offers an excellent return for the right products to suit our hospital community. With over 7000 people visiting Waikato Hospital Campus and about 5000 staff, patients and public traversing the Meade Clinical Centre corridors there is never a lack of potential custom. Adding a presence and service for delivery of your products hospital wide will also attract a solid customer base, especially during times when visiting is restricted. The potential to make a positive difference to our busy hospital environment is vast.",Awarded,,0,20250410 Waikato District Health Board,23470171,Request for Proposals,Open Competition,Histology Coverstainer Replacement,5607-19,20201021,20201125,20210712,,Sole Agency,No,,"The Waikato DHB Histology laboratory is looking to replace its aging coverstainer. This RFP relates to the purchase of a new Coverstainer, implementation and support services, training, products and parts for the duration of the contract. The key outcomes that we want to achieve are to; Replace the current coverstainer with a quality, reliable and well supported new device, ensure a smooth transition to the new device ensure ongoing and reliable supply of all support, products and consumables Please ensure all questions are submitted via GETS. Any questions asked on the 10th November will be answered within 3 business days. All answers will be published on GETS. Please do not contact Laboratory Staff directly about this RFP, during the procurement process unless specifically asked a question. This will occur during the evaluation phase.",Awarded,,0,20250410 Waikato District Health Board,23476220,Request for Quotations,Open Competition,Complete Blood Count Devices,5607-19,20201019,20201105,20210812,,Sole Agency,No,,"We are replacing our Point of Care Testing CBC (complete blood count) analysers, which are aging and end of life. These are used in various locations within the Waikato DHB including in the Rural Hospitals in Thames, Tokoroa, Taumarunui and Te Kuiti. The procurement will also need to include the support services and any consumables tied to the equipment. The preference is for the selected equipment, services and consumables to be added to the National Point of Care Testing Panel managed by NZ Health Partnerships Ltd but a direct arrangement would be considered if this is not possible. The equipment must be able to connect to our Laboratory Information System directly or via the Aqure middleware. Waikato DHB has just consolidated point of care connections into a single middleware system or direct connection which is the reason for the specific methods of connection to our LIS system. Please ensure any questions are lodged via GETS",Awarded,,0,20250410 Waikato District Health Board,23533953,Request for Quotations,Open Competition,Supply of Cassette and Slide Printers,5764-20,20201102,20201123,20210712,,Sole Agency,No,,"Waikato DHB Histology Laboratory have a requirement to replace aging slide and cassette printers for use in the preparations steps of tissue processing. All devices should have the ability to connect to a Laboratory Information System. All submissions should include warranty and post warranty servicing. We will also consider consumables to be included where appropriate although would prefer generic consumables where possible. Note: There may be more than one agreement awarded as part of the RFQ process. Please note if other DHB's request to observe or participate in this process and it is accepted I will publish an addendum to this effect.",Awarded,,0,20250410 Waikato District Health Board,23560034,Request for Quotations,Closed Competition,Outsourced Surgical Facilities and Procedures,,20201104,20201112,20210315,,Sole Agency,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the delivery of additional outsourced surgical facility list and procedures volume. This opportunity is open for submission by all providers listed on the Waikato DHB Outsourced Surgical Procedures or Outsourced Surgical Facilities panel agreements. Waikato DHB requires a provider or providers to deliver additional volume in a variety of specialties.",Awarded,,0,20250410 Waikato District Health Board,23581830,Request for Quotations,Closed Competition,RFQ Ward 6 Upgrade and Medical Gasses Install,5868-20,20201109,20201125,20201223,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role with providing construction works for the installation of Medical Gases, upgrade of electrical services and refurbishment works at M6, Level 6 of the Menzies Building located at Waikato Hospital Campus.",Awarded,,0,20250410 Waikato District Health Board,23617281,Request for Proposals,Open Competition,5870-20 Menzies Food Retail Space,5870-20,20201113,20201209,20210804,,Sole Agency,No,,Waikato Hospital are seeking proposals for the vacant Food Retail space on the ground floor of our Menzies in-patient building.,Not Awarded,,0,20250410 Waikato District Health Board,23750938,Request for Proposals,Open Competition,Anaesthetic Machines,5824-20,20201209,20210129,20210906,,Sole Agency,No,,"This RFP relates to the purchase of 10 anaesthetic machines initially, followed by a further 11 machines in the next financial year. The decision to purchase at the conclusion of this process is subject to funding approval. The purchase may also include the same number of anaesthetic monitors. The Anaesthetic machines will have the ability to perform ICU quality of ventilation, waveform and loop display, optimised for use with minimal fresh gas.",Awarded,,0,20250410 Waikato District Health Board,23751396,Request for Proposals,Open Competition,CT Scanners,5867-20,20201209,20210129,20210622,,Sole Agency,No,"Rachael Palmer, Level 3, Hockin Building, Waikato Hospital, Pembroke Street, Hamilton","Waikato DHB are seeking a suitably qualified supplier or suppliers to supply two CT scanners and servicing one for Radiology and one for Cardiology. This is a secondary procurement opportunity under the NZHP Panel for Imaging Equipment, the RFP is open to panel members only. The DHB require responsive supplier(s) that can install and support the equipment ongoing in a fast paced environment. Any proposed purchase related to this RFP is subject to approval of the final business case and subsequent allocation of funding.",Not Awarded,,0,20250410 Waikato District Health Board,23764024,Request for Proposals,Open Competition,Holter and Event Monitoring System,5600-19,20201211,20210219,20210906,,Sole Agency,No,,"Waikato DHB Is seeking a suitably qualified supplier to provide and install a technically suitable, durable, fit-for-purpose, fully functional and cost-effective solution for the supply of a Adult & Paediatric Holter and Event Monitor System. Waikato DHB is willing to look at separate Holter and Event monitoring systems. We are seeking a solution that: Covers the requirements of holler and event monitoring (see requirements document Appendix 2). Includes 20 monitors. Enables devices to be fitted, removed and have data digitally uploaded at regional hospitals with reporting done at Waikato Hospital (up to 3 remote sites). Is compatible with Win 10, Paceart and Waikato DHB electronic patient record. Can have multiple concurrent licences for reporting. Proposed systems must be capable of: Programming monitors, acquiring, analysing and storing digital ECG data Multichannel, prospective analysis",Awarded,,0,20250410 Waikato District Health Board,23786235,Request for Quotations,Closed Competition,Radiation Treatment Solutions - replacement,5879-20,20201217,20210205,20210712,,Sole Agency,No,,"Waikato DHB are looking to source Radiation Treatment devices to replace a couple of existing devices that are due for replacement. This includes a linear accelerator device and brachytherapy device. We also require quotes for any supporting hardware, licenses, support and services associated with the devices and treatment planning related to the use and management of the proposed devices. To support the system we would also like to see offerings include support of systems and any proprietary parts or consumables. This is a closed RFQ process where only National Panel suppliers are invited to submit. More than on supplier maybe selected as a result of this RFQ. Please submit pricing in both your quote format which could contain the detail and also fill in the pricing sheet. Detailed Brochures can be supplied during the presentation phase. It is likely all suppliers with suitable solutions will be asked to present. If their are other members of your staff that need to be invited to download the information please email me their email address and I will add them to the RFQ.",Awarded,,0,20250410 Waikato District Health Board,23812040,Request for Proposals,Closed Competition,AAIF Building Services,5909-21,20201223,20210212,20210720,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Building Services Engineering for the proposed new Mental Health & Addiction Services Adult Acute Inpatient Facility (AAIF) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,23812155,Request for Proposals,Closed Competition,AAIF Engineering Services,5908-21,20201223,20210212,20210720,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Structural, Civil, Geotechnical and Environmental Engineering Services for the proposed new Mental Health & Addictions Services Adult Acute Inpatient Facility (AAIF) Project at their Waikato Hospital Campus.",Awarded,,0,20250410 Waikato District Health Board,23812251,Request for Proposals,Closed Competition,AAIF Fire Engineering Services,5910-21,20201223,20210212,20210720,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Fire Engineering Services for the proposed new Mental Health & Addiction Services Adult Acute Inpatient Facility (AAIF) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,23835785,Request for Proposals,Closed Competition,Diabetes Service Accommodation Project Project Management Services,5911-21,20210112,20210202,20210225,,Sole Agency,No,,"Waikato DHB is seeking Proposals for Project Management services through a fixed-fee arrangement to oversee the development, design and delivery of the Waikato Regional Diabetes Service Centre (WRDSC) Accommodation Upgrade at its current premises at 26 Clarence Street, Hamilton; and to ensure occupation as soon as possible.",Awarded,,0,20250410 Waikato District Health Board,23870189,Request for Proposals,Open Competition,AAIF BIM services,5911-21,20210120,20210217,20210720,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Independent BIM Consultancy Services for the proposed new Mental Health & Addiction Services Adult Acute Inpatient Facility (AAIF) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,23970424,Request for Proposals,Open Competition,AAIF GSAP Services,5911-21,20210212,20210311,20210719,,Sole Agency,No,,This RFP relates to the purchase of Independent GreenStar Accredited Professional Consultancy Services for the proposed new Mental Health Adult Acute Inpatient Facility (AAIF) at the Waikato Campus.,Awarded,,0,20250410 Waikato District Health Board,24025600,Request for Proposals,Open Competition,Court and Community Outreach Services Te Whare Whakapiki Wairua - Alcohol and Other Drug Treatment Court (AODTC) Waikato - 5906-21,5906-21,20210226,20210326,20210505,,Sole Agency,No,,"Alcohol and Other Drug Treatment Courts (AODTCs) were established in Aotearoa, in the Waitakere and Auckland District Courts, as a pilot in 2012 to reduce the influence of alcohol and other drugs on crime and provide better support to offenders who have substance use disorders. The AODTC is an alcohol and other drugs abstinence-based model that offers participants, where their offending is driven by addiction, an alternative pathway to imprisonment. The court operates post-plea and pre-sentence whereby the sentence is deferred while the offender undertakes the treatment plan dictated and monitored by the court over a period of approximately 15-18 months. The intended outcomes of the AODTC are: Reduce alcohol and other drug (AOD) consumption and dependency [Health related] Positively impact on health and wellbeing [Health related] Reduce reoffending Reduce the use of imprisonment Be cost-effective Ministry of Justice will lead the establishment of a third AODTC in Aotearoa and will begin operating in the Hamilton District Court during June 2021. The new court will include the transformative Te Ao Marama model announced at the end of 2020, where District Courts in Aotearoa will become a place where everyone can seek justice and feel they are heard and understood. The new AODTC will also expand into the Family jurisdiction, enabling mothers whose dependency issues have led to or risk the removal of children to be participants supported under the programme. The new court will be referred to as the Waikato AODTC until it has been formally named. The Waikato AODTC Treatment Service will consist of the following components: A. Screening and Brief intervention: Service provision is in place for this component. B. Comprehensive Assessment, in-court Clinical Advice and leadership of clinical governance: Service provision is in place for this component. C. Court and Community Outreach Services (AODTC Team): D. Kaupapa Maori Therapeutic Residential and Community Based Treatment Services: These services will be established after Phase 1 to allow for iwi and community engagement and co-design.",Awarded,,0,20250410 Waikato District Health Board,24110180,Request for Quotations,Open Competition,Menzies Building Fire Systems Upgrade Waikato Hospital,,20210319,20210503,20210901,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role to provide replacement and installation of the fire detection and alarm system in the Menzies Building located at Waikato Hospital Campus. As part of an overall fire upgrade project, the existing fire detection and alarm system is to be essentially replaced by an entirely new system which achieves compliance with NZS4512 (current revision) and AS2220 (as referenced for EWIS).",Awarded,,0,20250410 Waikato District Health Board,24111922,Request for Quotations,Closed Competition,Intra-Aortic Balloon Pumps,5886-20,20210319,20210409,20211223,,Sole Agency,No,23 Keswick Cr,"This is a secondary procurement request under the terms and conditions of NZHP panel for supply of Perfusion Products, Equipment and Maintenance Services. This opportunity has been distributed to selected suppliers from the panel who indicated their ability to supply Intra-Aortic Balloon Pumps. Waikato DHB is intending to purchase 3 replacement Intra-Aortic Balloon Pumps. Suppliers are asked to submit product information including detail on technical specifications along with a quote for 3 machines and the necessary consumable items.",Awarded,,0,20250410 Waikato District Health Board,24156187,Request for Quotations,Open Competition,Development of a Treasury-level Programme Business Case for the Rural Asset Development Programme,5872-21,20210331,20210419,20211202,,Sole Agency,No,,"Waikato DHB is seeking Quotes through this Request for Quotes (""RFQ"") for the development of a Treasury-level Programme Business Case for the Rural Asset Development (""RAD"") Programme. The RAD Programme recognises the importance of infrastructure as a significant enabler to localities outcomes - to achieve the strategic intent of Waikato DHBs Health System Plan, Te Korowai Waiora. This will involve the development of a RAD Programme: Programme Business Case suitable for submission to Cabinet - the subject of this RFQ. The RFQ is a secondary selection process with approved MBIE All-of-Government (""AoG"") providers under the following AoG panel contracts: AoG Consultancy Services Panel sub-category: Finance and Economics AoG Construction Consultancy Services Panel sub-categories / sub-disciplines: - Architecture and design (Health planning (hospital specific)) - Project management (technical writing) - Supplementary services (technical writing) Please note that the Waikato DHB Strategic Projects Unit are in the process of seeking seed funding for the start-up phase of the RAD Programme by way of an investment proposal for the Waikato DHB Executive Leadership Team, and no contract will be awarded until the investment proposal is approved. For more information please access the RFQ documentation attached. All questions relating to this RFQ must be lodged via GETS.",Not Awarded,Cancelled. No contract awarded.,0,20250410 Waikato District Health Board,24216930,Request for Proposals,Closed Competition,RFP Wairoa Building St2 Structural Consultant,,20210419,20210518,20210720,,Sole Agency,No,,"This RFP is to assist Waikato DHB to appoint a Structural Consultancy Service for the Waiora Seismic Upgrade Project Stage 2, to detailed engineering design phase.",Awarded,,0,20250410 Waikato District Health Board,24255646,Request for Proposals,Open Competition,Waikato DHB Grounds Maintenance,,20210430,20210528,20210901,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is looking to identify and select a preferred supplier(s) for the supply of Grounds Maintenance Services.,Awarded,,0,20250410 Waikato District Health Board,24279920,Request for Quotations,Open Competition,Surgical Cardiac Cryoablation System - 5887-20,5887-20,20210507,20210611,20211123,,Sole Agency,No,,This Request for Quotes (RFQ) invites suppliers to quote for the delivery of surgical Cardiac Cryoablation system for the surgical treatment of Cardiac Arrhythmias within the Cardiac theatre at Waikato Hospital. We are seeking quotes that offer the best public value over the whole-of-life of the contract and are interested in all pricing models. Quotes should include all accessories and software that may be required.,Awarded,,0,20250410 Waikato District Health Board,24280649,Request for Quotations,Open Competition,Supply of O2 Concentrator Equipment and associated services and parts - 5882-20,5882-20,20210507,20210604,20220628,,Sole Agency,No,,The Waikato DHB are looking for new O2 Concentrator model or models for use within acute and community settings.,Awarded,Pharmac Panel,0,20250410 Waikato District Health Board,24511180,Request for Proposals,Open Competition,Therapeutic AOD Residential and Community Based Treatment Services - AODTC 5906-21 (Phase 2),5906-21 (Phase 2),20210706,20210924,20211125,,Sole Agency,No,,"Waikato DHB is seeking Proposals from experienced, capable and suitably qualified providers to support the implementation of Te Whare Whakapiki Wairua ki Kirikiriroa a Waikato Alcohol and Other Drug Treatment Court (AOTDC) based in Hamilton. Waikato DHB are seeking Proposals from providers for phase two of the AODTC treatment services. This follows a range of consultation and co-design hui held with whanau with lived experience, whanau/families, Iwi and community. Phase Two service required (commence 2021/2022) Provision of Therapeutic AOD Residential and Community Based Treatment Services, comprising of the following components: i. Whare Atea* - Therapeutic AOD Residential Treatment Service, inclusive of intensive Outpatient Group and Day Programmes, and Pre and post treatment (step up and step down) support (*Opportunity to address challenges and clear barriers in order to progress recovery) ii. Whare Waharoa*- Transition Service, inclusive of Step up and Step down support (*Entry Movement through a space of recovery) iii. Kete Aronui* - Community based Group and Day Programmes (*Skills and knowledge are developed to support wellbeing) iv. Kete Pukenga* Housing, employment, education and training Co-ordination (Skills and knowledge are developed to become self-sufficient and sustain wellbeing) v. Access to a Flexi-fund Service users of Te Whare Whakapiki Wairua ki Kirikiriroa will be adults (aged 18 years+) who meet the High-risk and High-needs criteria as set out by the Ministry of Justice, this being at high risk of reoffending and who has significant addiction needs.",Not Awarded,Awarded to joint bid CareNZ/Raukura Hauora o Tainui,0,20250410 Waikato District Health Board,24517536,Request for Quotations,Closed Competition,Waikato DHB RFQ Hot Water Boiler Replacement and Heat Pump Installation,,20210707,20210728,20220427,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role to provide services necessary for the replacement of the existing low temperature hot water (LTHW) electric boiler and installation of new heat pumps at the Taumarunui Hospital in and around the Ward 4 plant room area.,Not Awarded,Responses not within budget,0,20250410 Waikato District Health Board,24524421,Request for Proposals,Closed Competition,RFP Renal Architect Services,,20210708,20210804,20211129,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Consultant Panel for the provision of Architect / Lead Designer services for the proposed relocation of the Waikato Regional Renal Centre (WRRC) Project at their Waikato Hospital Campus,Awarded,,0,20250410 Waikato District Health Board,24538662,Request for Quotations,Open Competition,Community Based Assessment & Rehabilitation of Back Pain,6016-21,20210713,20210806,20211012,,Sole Agency,No,,Waikato DHB Orthopaedic Service receives approx. 80 referrals per month for First Specialist Appointments (FSA) for back pain. We are seeking a capable and suitably qualified supplier to provide the assessment and rehabilitation for approximately 60 of these referrals. The supplier will perform the initial assessment and determine the most appropriate clinical pathway for the patient. It is estimated that approximately 70% of the referrals will remain with the supplier for rehabilitation (half of which will likely require intensive rehabilitation). The remaining 30% will either be returned to the DHB for further assessment or back to primary care. Providers should use a pattern approach to classification and rehabilitation as prescribed by multiple large governmental health networks in Canada. Classification and rehabilitation guidelines should match those of the multiple published series in high impact spine surgical academic publications.,Awarded,,0,20250410 Waikato District Health Board,24542469,Request for Quotations,Open Competition,CO2 Laser,5980-21,20210714,20210730,20210730,,Sole Agency,No,,"This Request for Quotes (RFQ) is an open request to invites suitably qualified suppliers to provide quotes for a CO? Laser to be used within our Ear, Nose & Throat Operating department.",Not Awarded,No responses received.,0,20250410 Waikato District Health Board,24579548,Request for Quotations,Open Competition,Hand Soap,6017-21,20210720,20210813,20230216,,Sole Agency,No,,The Waikato DHB are requesting quotes for Hand Soap and accessories. Both antibacterial and non-antibacterial soap is required and separate suppliers may be considered. Antibacterial soap will only be used in areas that perform clinical procedures. Hand soap is used across the wider organisation within both clinical and non-clinical areas. Hand soap dispensers are located throughout the organisation and may need to be replaced as part of this process.,Not Awarded,Director of Nursing decision to align with majority of other Districts supplier until national procurement approach commences.,0,20250410 Waikato District Health Board,24596572,Request for Quotations,Closed Competition,Waikato DHB NZ Blood Services New Building Construction Services,,20210726,20210813,20211201,,Sole Agency,No,,"New Zealand Blood Service (NZBS) is relocating their onsite processing laboratory to Auckland effective December 2020 with their current building lease terminating in 2023. The NZBS Blood Bank wish to exit their current accommodation in Waiora Building level B1 due to the seismic risk identified in the recent detailed seismic analysis. NZBS urgently requires accommodation (Approx. 300M2) in to ensure continuity of current services to Waikato DHB. This RFQ is closed to Building Construction Companies that have been pre-qualified as members of the Waikato DHB Building Maintenance Trades Panel and have been identified as Major Works Contractors",Awarded,,0,20250410 Waikato District Health Board,24632739,Request for Proposals,Closed Competition,Waikato Regional Renal Centre Quantity Surveying Services,,20210804,20210830,20211201,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Consultant Panel for the provision of Quantity Surveying services for the proposed relocation of the Waikato Regional Renal Centre (WRRC) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,24641104,Request for Quotations,Closed Competition,Certification and Surveillance Audit,5953-21,20210805,20210827,20211020,,Sole Agency,No,,"Waikato DHB is looking to appoint a Ministry of Health (MoH) designated auditing agency to deliver our full certification and surveillance audit in time for submission to the MoH. This is to ensure regulatory and legislative compliance under the Health and Disability Services (Safety) Act 2001 and against the Nga paerewa Health and Disability Services Standards (NZS8134:2021). Our current certification is valid to June 2022 and the certification audit requested in this RFQ must occur in time for Waikato DHB to be re-certified before the expiry of the current certification.",Awarded,,0,20250410 Waikato District Health Board,24684226,Request for Proposals,Closed Competition,AAIF Acoustic Engineering Services,,20210816,20210906,20211206,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Acoustic Engineering Services for the proposed new Mental Health & Addictions Services Adult Acute Inpatient Facility (AAIF) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,24860767,Request for Quotations,Open Competition,Outsourced Surgical Services (6036-21),6036-21,20210923,20211102,20220101,,Sole Agency,No,,"Waikato DHB is procuring Outsourced Surgical Services to provide surgical capacity outside of Waikato Hospital facilities to help support the health needs of the regions population and support the tertiary service requirements for the Midland region. Waikato DHB is procuring two models of care: Facility Lists - The use of clinical facilities (from third party providers) to provide clinical capacity outside of Waikato Hospital Facilities. Facility Lists are comprised of a facility or facilities located outside of Waikato Hospital. In addition to the facility, a number of other components such as clinical supplies and other staffing requirements for clinical services as contractually arranged with third party provider/s. Waikato DHB provides the surgeon. Surgical Procedures - Patients are referred for procedures which are completed by a third party provider who supplies all clinical staff, clinical supplies and recovery / post op care. This procurement seeks to source the above services while ensuring the best public value is obtained by the DHB.",Awarded,,0,20250410 Waikato District Health Board,25017070,Request for Proposals,Closed Competition,Waikato Regional Renal Centre Building Services,,20211028,20211118,20220413,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Building Services Engineering for the proposed relocation of the Waikato Regional Renal Centre (WRRC) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,25017463,Request for Proposals,Closed Competition,Waikato Regional Renal Centre Building Structures,,20211028,20211118,20220414,,Sole Agency,No,,,Awarded,,0,20250410 Waikato District Health Board,25017671,Request for Proposals,Closed Competition,Waikato Regional Renal Centre Fire Engineering,,20211028,20211118,20220214,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) is seeking Proposals from selected Suppliers on our pre-qualified Specialist Engineering Service Panel for the provision of Fire Engineering for the proposed relocation of the Waikato Regional Renal Centre (WRRC) Project at their Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,25051135,Request for Quotations,Closed Competition,Supply of Tokoroa Hospital Heating Plant Upgrade,,20211104,20211208,20221007,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role to provide services necessary for the upgrade of the heating plant at Tokoroa Hospital.,Not Awarded,No suitable responses. Out of budget,0,20250410 Waikato District Health Board,25055115,Request for Quotations,Closed Competition,Diabetes Service Accommodation Project,,20211104,20211126,20220401,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) are seeking a Request for Quote (RFQ) from suppliers experienced in the lead contractor role to carry out the alterations and refurbishment of the Waikato Regional Diabetes Service Centre (WRDSC) at 26 Clarence Street, Hamilton CBD.",Awarded,,0,20250410 Waikato District Health Board,25064873,Request for Proposals,Open Competition,Discharged Patient Transfer Services Panel,5639-21,20211108,20211217,20220510,,Sole Agency,No,,"Waikato DHB are looking to establish a panel of transport providers that can assist with repatriation of discharged patients as and when required. Discharged Patient Transport Services will be required across all DHB sites and regions and therefore we are looking for suppliers that can deliver services across all or some DHB sites and all or some DHB geographical regions. We are not looking for supported patient transport no need for vehicles with stretchers or for clinical support during transport. This panel is for transporting patients that have been discharged from clinical treatment, and require transport for repatriation to their place of residence.",Not Awarded,No suitable responses.,0,20250410 Waikato District Health Board,25277124,Request for Proposals,Open Competition,Psychogeriatric Residential Care,6131-21,20211223,20220214,20220621,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) is seeking proposals from organisations that have the experience, capacity and capability to provide a Hospital Specialised Service (Psychogeriatric) Residential Unit. The provider will have expertise to deliver Psychogeriatric (PG) Residential Care for our older population with a progressive dementia and very challenging behaviours. Services will be delivered in line with the National ARHSS-PG agreement and the provider must gain certification under the Health and Disability Sector Standards. This service has a nationally set bed night funding rate. The service is to deliver 20 psychogeriatric beds.",Not Awarded,,0,20250410 Waikato District Health Board,25285922,Request for Quotations,Closed Competition,Alternating Pressure Re-distribution Mattresses,6133-21,20220107,20220304,20230701,,Sole Agency,No,,Waikato DHB are looking at updating their fleet of Alternating Pressure Re-distribution Mattresses. This will be a closed secondary procurement utilising the PHARMAC Beds and Mattresses schedule.,Awarded,,0,20250410 Waikato District Health Board,25328908,Request for Quotations,Closed Competition,Supply of Washer Disinfectors - Sterile Services,6176-22,20220124,20220221,20221003,,Sole Agency,No,,This Request for Quotes (RFQ) invites suppliers from the national panel for Decontamination and Sterilisation equipment to quote for the delivery of Washer Disinfectors (including maintenance services) within the Sterile Services Unit (SSU). We are seeking quotes that offer the best public value over the whole-of-life of the contract. Quotes should include all accessories and software that may be required. There may be a need for data collected to be shared with internal IS systems.,Awarded,,0,20250410 Waikato District Health Board,25427194,Request for Quotations,Closed Competition,Boiler House Second Hotwell,,20220216,20220310,20220713,,Sole Agency,No,,Waikato District Health Board (Waikato DHB) are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role to provide services necessary to install the Boiler House Second Hotwell Backup Condensate System at Waikato Hospital.,Not Awarded,,0,20250410 Waikato District Health Board,25455574,Request for Proposals,Open Competition,Surface Guidance Solution,6134-21,20220224,20220401,20220406,,Sole Agency,No,,Waikato DHB Radiation Oncology department are seeking a suitably qualified supplier to supply a product for the tracking of patients respiratory motion and position using surface anatomy during Radiation Therapy treatment.,Not Awarded,"Evaluation panel believe no responses meet the requirements, therefore no award.",0,20250410 Waikato District Health Board,25526155,Request for Quotations,Open Competition,Disposable Isolation Gowns - Replenishment of the Ministry of Health Central Supply,MOHISO0322,20220311,20220325,20220401,,Cluster,No,,"This opportunity is a one-off replenishment order of Disposable Isolation Gowns for the Ministry of Health Central Supply. We are seeking 4,500,000 individual Disposable Isolation Gowns. The expected outcome to this RFQ process is to: I. Purchase a range of Disposable Isolation Gowns in various sizes, available for use in New Zealand by DHB hospitals and other health and disability settings. II. achieve value for money for Disposable Isolation Gowns that are suitable for use in DHB hospitals; III. ensure access to an appropriate level of support, education and training for relevant health professionals; IV. understand how many Disposable Isolation Gowns are available that are already in New Zealand, and their delivery schedules V. understand the volumes of Disposable Isolation Gowns that can be supplied across suppliers and manufacturers VI. understand how many can be purchased from overseas and their respective delivery schedules; We recognise that the use of Disposable Isolation Gowns touches a broad group of health professionals; therefore, in the event a purchase agreement is entered into with a supplier as an outcome of this RFQ process: I. It is anticipated that multiple suppliers of Disposable Isolation Gowns may be used (if appropriate) to meet the needs of numerous departments and DHBs. II. Any resultant purchase agreement will be between the supplier and The Ministry of Health.",Awarded,,0,20250410 Waikato District Health Board,25670844,Request for Proposals,Closed Competition,General X-Ray Rooms,6123-21,20220408,20220520,20221201,,Sole Agency,No,,"Waikato DHB as part of the capital replacement program are looking to replace six general DR X-Ray rooms as part of this procurement. These are flagged for purchase in the 2022/2023 financial year. The DHB requires a responsive supplier that can decommission existing equipment, install and support the equipment ongoing in a fast paced environment.",Awarded,,0,20250410 Waikato District Health Board,25700271,Request for Proposals,Open Competition,Endoscopy Suite - Fluoroscopy System,6178-21,20220414,20220524,20221201,,Sole Agency,No,,"Waikato DHB requires replacement Fluoroscopy system for one Interventional Endoscopy Suite. The DHB is seeking a suitably qualified supplier to supply and support the equipment. Site visit is available on the morning of 26 April 2022.",Awarded,,0,20250410 Waikato District Health Board,25748818,Request for Quotations,Open Competition,Immunohistochemistry (IHC) Staining Instrument Replacement,6276-22,20220608,20220628,20221104,,Sole Agency,No,,"Waikato DHB Histology Laboratory have a requirement to replace two aging Immunohistochemistry (IHC) Analysers. The DHB histology department processes approximately 26,000 immunohistochemistry tests per annum. IHC staining is carried out at Waikato DHB using specialised staining automation and provides an advantage over manual staining in terms of efficiency, standardisation of retrieval and stain quality for a large number of specific antigens, Waikato DHB panel is currently over 120 different antibodies. IHC is performed routinely on some tissue types or is requested by pathologists following primary H&E staining to make or confirm a diagnosis, grade disease, assist with prognosis or inform the clinician on drug susceptibility. We currently stain an average of 100 slides per day using 3 Leica Bond instruments. IHC usage has increased over the past 5 years by over 50% and continues to increase. This in part is down to an increase in complexity of cases but also because more antibodies have become available to assist with diagnosis, prognosis and treatment of disease. As new antibodies are developed to improve the information that can be provided so too has the technology to stain IHC, with new technology having a faster TAT, increased capacity and cleaner more efficient staining. We are looking for instruments that will bring our IHC department right to the front of technology to optimise staining, TAT and minimise waste. All submissions should include warranty and post warranty servicing. We will also consider consumables to be included where appropriate although would prefer generic consumables where possible.",Awarded,,0,20250410 Waikato District Health Board,25800592,Request for Quotations,Open Competition,"Demolition, salvage and remediation services Waikato District Health Board Squash Courts",,20220516,20220609,20220721,,Sole Agency,No,,"Waikato District Health Board (Waikato DHB) are seeking Request for Quote (RFQ) from licensed and experienced demolition and salvage contractors to undertake the deconstruction, demolition and salvage of key materials and remediation of the site in preparation for forward construction activities.",Awarded,,109029,20250410 Waikato District Health Board,25934483,Request for Quotations,Open Competition,Puna Whiti Modular Project,,20220614,20220706,20221014,,Sole Agency,No,,The Waikato District Health Board (WDHB) is planning for relocation of the Puna Whiti unit within the main Hamilton city campus. Puna Whiti is a transitional housing unit that forms part of the mental health and addictions service delivery. The service is currently looking for new modular housing unit(s) to support the ongoing delivery of rehabilitation for five no. occupants with provisions for two full time clinical support staff and a common living space with shared amenities.,Not Awarded,Responses significantly over budget,0,20250410 Waikato District Health Board,25959682,Request for Quotations,Closed Competition,Waikato Hospital ED Front of House and ICU Flexi End Modification Projects,,20220621,20220726,20221010,,Sole Agency,No,,"Waikato DHB are making changes to their ED Front of House and ICU facilities at Waikato Hospital to better manage the current COVID-19 situation and help keep patients safe. In order to do this, they wish to undertake a reconfiguration of the front of house area of the Emergency Department which will include demolition of some of the existing structure and construction of new areas as part of a staged process to ensure the Emergency Department continues to operate. There will also be changes to the ICU Unit 3 area which will include demolition of part of the existing space and construction of new areas.",Awarded,,0,20250410 Waikato District Health Board,25997350,Request for Proposals,Open Competition,Neonatal Pendant Replacement,6172-22,20220701,20220819,20230228,,Sole Agency,No,,"Waikato District is seeking suitably qualified supplier(s) to supply, service and maintain ceiling supply units, also known as pendants, within our Neonatal Intensive Care Unit.",Awarded,,0,20250410 Waikato District Health Board,26050685,Request for Quotations,Open Competition,Building Seismic Restraint Engineering Services,,20220715,20220817,20221003,,Sole Agency,No,,Te Whatu Ora Health New Zealand - Waikato (the Buyer) are seeking Request for Quote (RFQ) from qualified and experiences seismic restraint engineering consultancies to design and certify seismic restraint for non-structural building services and building components for two of its major capital projects; the AAIF and WRRC projects.,Awarded,,289900,20250410 Waikato District Health Board,26055237,Request for Quotations,Open Competition,Independent Commissioning Agent (ICA) Services,,20220718,20220817,20221003,,Sole Agency,No,,Te Whatu Ora Health New Zealand - Waikato (the Buyer) are seeking Request for Quote (RFQ) from qualified and experienced Independent Commissioning Agents. To support the design and construction stages of their two major capital projects the AAIF and the WRRC.,Awarded,,0,20250410 Waikato District Health Board,26076723,Request for Proposals,Open Competition,Supply of Interventional Cardiology System (6330-22),6330-22,20220721,20220812,20231030,,Sole Agency,No,,Te Whatu Ora Health New Zealand (Waikato) as part of its capital replacement program are looking to replace an Intervention Cardiology Suite that is used for primarily Structural Heart Disease procedures but also some Coronary procedures.,Awarded,,0,20250410 Waikato District Health Board,26084067,Request for Proposals,Open Competition,Lifts Maintenance - Waikato,,20220725,20220819,20220901,,Sole Agency,No,,"Health NZ Waikato (the Buyer) is seeking to appoint a provider of maintenance services for elevators. The supplier will need to provide preventative and corrective maintenance services as well as engaging an Independent Qualified Person (IQP) to inspect and report on compliance to Building Warrant of Fitness requirements. Sites included in scope of service are: Waikato Hospital Thames Hospital Te Kuiti Hospital",Awarded,,0,20250410 Waikato District Health Board,26107110,Request for Quotations,Open Competition,Supply of Neonatal Intensive Care Unit Patient Cooling Devices,6260-22,20220728,20220902,20221122,,Sole Agency,No,23 Keswick Cr,Te Whatu Ora Health New Zealand (Waikato) are looking at updating the Neonatal Intensive Care Unit (NICU) cooling devices by exploring neonatal therapeutic hypothermia in the market.,Not Awarded,Clinical panel reasoning: no responses met transportable size requirements.,0,20250410 Waikato District Health Board,26133710,Request for Proposals,Closed Competition,Project Management Services new Adult Acute Inpatient Facility project and Waikato Regional Renal Centre project,,20220805,20220824,20220905,,Sole Agency,No,,Te Whatu Ora Health New Zealand Waikato District (the buyer) is seeking Request for Proposals (RFP) for Project Management Services for the for the proposed new Adult Acute Inpatient Facility (AAIF) project and Waikato Regional Renal Centre project at the Waiora Waikato Hospital Campus.,Awarded,,0,20250410 Waikato District Health Board,26164284,Request for Proposals,Open Competition,Hybrid Theatre Capital Equipment (6177-22),6177-22,20220811,20220902,20231201,,Sole Agency,No,,"Te Whatu Ora Health New Zealand (Waikato) has within its Waikato Hospital Operating Theatre suite, a Hybrid Theatre that incorporates intraoperative imaging with open surgery capability. The equipment in theatre is aging and the DHB is seeking a suitably qualified supplier who can supply and support replacement equipment. The equipment in scope for this project is the operating table and imaging system. The equipment must be compatible and meet the needs of multiple surgical disciplines while balancing the need for advanced imaging. Note that there is a supplier briefing session available on 18th August at 12.30pm. Please ensure you register your interest for this prior to 18th August.",Awarded,,0,20250410 Waikato District Health Board,26198433,Request for Quotations,Open Competition,Faecal Pathogen PCR Instrumentation,6307-22,20220818,20220907,20221109,,All of Government,No,,Te Whatu Ora Health New Zealand (Waikato) are looking at Faecal Pathogen PCR Instrumentation in the market. The current faecal samples coming into the laboratory requiring culture is 250 per month. Our current device for panel testing does not include a cost effective and efficient gastrointestinal panel.,Awarded,,0,20250410 Waikato District Health Board,26315148,Request for Quotations,Closed Competition,Molecular Labs Accommodation Project - Architect Detailed Design,,20220909,20220921,20221003,,Sole Agency,No,,"The scope for this stage of the Molecular Labs and Theatre Admin Office Project requires consultants to complete a full Architectural Design for the Molecular Labs and Theatre Admin Office on Level 3 and 4 that includes for Developed Design, Detailed Design, Procurement, Construction and Defects period. This RFQ is closed to Architectural Consultant Companies that have been pre-qualified as members of the Waikato DHB Consultants Panel.",Awarded,,0,20250410 Waikato District Health Board,26322664,Request for Quotations,Closed Competition,Waikato Regional Renal Centre (WRRC) Screw Pile Foundation RFQ,,20220912,20220923,20230202,,Sole Agency,No,,"We are seeking experienced screw pile contractors to design and build the screw pile foundations for the new Waikato Regional Renal Centre (WRRC), located at our Hamilton Hospital Campus, Waikato NZ",Awarded,,0,20250410 Waikato District Health Board,26388701,Request for Quotations,Closed Competition,Ground Floor Hockin Interior - Demolition and Fitout,,20220928,20221025,20230109,,Sole Agency,No,,The Te Whatu Ora Health New Zealand - Waikato (the Buyer) is planning for relocation of the Rheumatology and Pain services from the Ryburn building into the Ground floor of the Hockin building in the main Hamilton city campus. The service is currently looking for an interior demolition and fit-out main contractor to facilitate the relocation works.,Awarded,,0,20250410 Waikato District Health Board,26502684,Request for Quotations,Closed Competition,Negative Pressure Room Installation,,20221019,20221130,20230320,,Sole Agency,No,,Te Whatu Ora Health NZ are seeking Request for Quote (RFQ) from suppliers experienced in the lead contractor role to provide services necessary for the installation of a Negative Pressure Room at Waikato Hospital.,Awarded,,0,20250410 Waikato District Health Board,26589874,Request for Proposals,Open Competition,Mobile Dental and Breast Screening Units Relocation Services,6302-22,20221107,20221216,20230701,,Sole Agency,No,,Te Whatu Ora Health New Zealand (Waikato) is looking for transport companies to relocate Mobile Dental Units (dental units) and Mobile Breast Screen Units (b/screen units) across the Waikato region.,Awarded,,0,20250410 Waikato District Health Board,26701704,Request for Proposals,Open Competition,Intra-operative 3D Imaging and Navigation,6352-22,20221202,20230201,20231201,,Sole Agency,No,,"Te Whatu Ora Health New Zealand (Waikato) is seeking suppliers that can offer solutions for Intraoperative 3D Imaging and Navigation for multiple surgical specialties. The needs of each specialty are different so more than one solution may be required in order to support the various applications. The specialties involved in this process are: Spine, Orthopaedic, Neurosurgery, ENT, Maxillofacial and Trauma. Suppliers must be suitably qualified to provide quality equipment along with ongoing product support and maintenance services.",Awarded,,0,20250410 Waikato District Health Board,26713659,Request for Quotations,Closed Competition,Te Whatu Ora Health NZ Waikato HRBC Additional Beds,,20221206,20230210,20230324,,Sole Agency,No,,"There is a need to provide fit for purpose and compliant accommodation for all patients at the HRBC. However, the physical bed spaces currently available to house patients on both the adult and forensic sides are inadequate. The objective of this investment is to provide 2 additional bedrooms to accommodate tangata whaiora and thus reduce waiting times for acute prison on the admission waitlist. Rooms not designed for habituation (currently being used during times of overoccupancy) can be used for their intended purpose.",Awarded,,0,20250410 Waikato District Health Board,26713888,Request for Quotations,Closed Competition,Te Whatu Ora Health NZ Waikato HRBC Ward 36 Bathrooms and Exterior,,20221206,20230210,20230324,,Sole Agency,No,,"Ward 36 of the HRBC is in need of renovation works where two areas have been identified that will form part of this opportunity. The current conditions of Ward 36 bathrooms within the HRBC are currently in a poor state of repair and in need of renovations as per the Ombudsmans recommendation. This includes the toilets and bathrooms withing the general ward and low stimulus area (LSA). The internal courtyard within Ward 36 is also currently underutilised due to a lack of shade and inactive equipment provided. The objectives of the investment are to provide suitable conditions for tangata whaiora in the form of quality bathrooms that will alleviate the living conditions issues currently faced at the HRBC ward 36 and to provide a multi-functional courtyard that will allow for socialisation, relaxation and offers a space to participate in recreational activities to expend energy which should reduce the tangata whaioras sense of being contained and provide some form of sensory stimulus in Ward 36.",Awarded,,0,20250410 Waikato District Health Board,26739563,Request for Quotations,Closed Competition,Waikato Hospital Molecular Laboratory Project,,20221213,20230210,20230324,,Sole Agency,No,,"HNZ are relocating the Molecular Biology Laboratory from B1 Campbell Johnstone to Level 3, Waiora. The new laboratory will be co-located with the main laboratory and will have a larger footprint with segregated pressurised rooms and lobbies as required for a molecular testing facility. To accommodate the new facility, and to ensure the laboratory meets accreditation standards for a PC2 (Physical containment level 2) laboratory, we require construction services for the remodelling of the Specimen Reception and Registration areas. The remodelling involves the main laboratory reception area and tearoom and the relocation of storage space. Restructure of the laboratory reception area will not only provide the required compliance for entry into the Molecular Biology Laboratory but have the added benefit of returning the whole main laboratory to being PC2 compliant.",Awarded,,0,20250410 Waikato District Health Board,26800825,Request for Quotations,Closed Competition,RFQ Waiora Theatre Admin Relocation,,20230113,20230210,20230324,,Sole Agency,No,,"HNZ Waikato is upgrading the Molecular laboratory in the Waiora building. Part of the Project will be to build a new office area for the Theatre Administration Team and Relocate them from Level 3 to Level 4 in Waiora. This specific opportunity will undertake to reconfigure the existing space in order to provide additional offices, a meeting room, a storeroom, a tearoom, breakout room and the relocation of the debriefing room for simulation. This RFQ is closed to Building Construction Companies that have been pre-qualified as members of the Waikato HNZ Building Maintenance Trades Panel and have been identified as Major Works Contractors",Awarded,,0,20250410 Waikato District Health Board,26806834,Request for Quotations,Closed Competition,Waikato Regional Renal Centre (WRRC) Main Contractor RFQ,,20230116,20230214,20231002,,Sole Agency,No,,"Te Whatu Ora Health Waikato are looking to appoint a Main Contractor under a P&G plus Margin form of contract for the Waikato Regional Renal Centre (WRRC) and Adult Acute Inpatient Facility projects (AAIF) projects located at our Hamilton Hospital Campus, Waikato NZ. We are open to appointing a single Main Contractor for each project or combining them under a single contractor. However, at this point this tender is for the WRRC only. The WRRC is a 53 chair, brown field construction project, with a building footprint of circa 1808 sqm (ground floor) and a total floor area of 3131 sqm.",Awarded,,0,20250410 Waikato District Health Board,26860365,Request for Quotations,Closed Competition,RFQ Waikato Hospital Waiora CBD Ground Floor Fit Out Architect,,20230126,20230217,20230325,,Sole Agency,No,,"the Waiora CBD Fitout requires consultants to complete a full Architectural Design for the Office Fitout that includes Concept/Preliminary Design, Developed Design, Detailed Design, Construction Observation and Defects identification. This RFQ is closed to Architectural Consultant Companies that have been pre-qualified as members of the Te Whatu Ora Consultants Panel.",Awarded,,0,20250410 Waikato Institute of Technology,20904081,Request for Proposals,Open Competition,Casual Security Services,,20190402,20190417,20191220,Facilities Management,Sole Agency,No,Private Bag 3036,"Wintec is one of New Zealands largest Institutes of Technology/Polytechnics (ITPs) and a leading provider of high quality, vocational and professional education in the Waikato region. Wintec has over 30 Buildings, covering over 60,000m2 of floor area, across three main campuses in Hamilton, and with satellite campuses in Otorohonga, Waihi, and Thames. The satellite campuses are services from the Hamilton City Campus. Wintec is now seeking to support its in-house security services with contractors to fill those rostered shifts and extra duties not covered by the in-house team, to generally the City Campus, Rotokauri Campus, and Hamilton Gardens sites.",Not Awarded,Awarded to Allied Security Services.,0,20250410 Waikato Regional Council,18541139,Request for Proposals,Open Competition,Provision of Driver Training Services,WLASS Driver Training,20170404,20170419,20190924,,Sole Agency,No,,"The purpose of this collaborative Request for Proposal (RFP) is to select a provider of driver training services to participating Councils and to: • seek on-going improvements in the training of staff when driving Council vehicles • support consistency of methodology across participating Councils, where appropriate • gain some economies of scale in pricing",Awarded,,0,20250410 Waikato Regional Council,19689706,Request for Proposals,Closed Competition,RFP Realestate Agency Proposal to Market For Sale 401 Grey St Hamilton East,,20180502,20180531,20190912,,Sole Agency,No,,"Waikato Regional Council (Council) is currently completing due diligence on alternative long term accommodation in Hamilton which does not include Councils owned premises at 401 Grey Street, Hamilton East (The Property). Should the proposed alternative accommodation option be adopted into Councils 2018-2028 Long Term Plan (LTP) at the end of June 2018, and once the proposed new accommodation is ready for occupation in circa mid 2020, Council will no longer have a requirement for The Property. Council seek to appoint a Real Estate Agency to market The Property in 2018 and achieve the highest possible sale price whilst meeting Councils associated requirements.",Awarded,,0,20250410 Waikato Regional Council,19823360,Request for Proposals,Closed Competition,WRC Corporate Systems Replacement RFP,12638534,20180615,20180720,20200318,,Sole Agency,No,,"Waikato Regional Council is embarking on a transformation to replace and rationalise ageing technology and modernise business processes. Waikato Regional Council wishes to establish more integrated solutions that can drive efficient, best practice based, end-to-end business processes across multiple applications and across the council.",Not Awarded,,0,20250410 Waikato Regional Council,20773137,Request for Proposals,Open Competition,RFP Healthy Rivers Wai Ora Registration and Farm Environment Plan,,20190225,20190401,20200319,,Sole Agency,No,,"As part of the implementation of PC1 Healthy Rivers Wai Ora Proposed Plan Change, farmers in the Waikato and Waipa river catchments will be required to register their farms, maintain a Farm Environment Plan and periodically submit nutrient budgets to council from Overseer or a similar product. WRC needs to deliver a platform that allows farmers to meet their obligations under the plan. The platform also needs to enable council to manage the implementation of the plan in the long term.",Awarded,,0,20250410 Waikato Regional Council,21086477,Request for Proposals,Closed Competition,Lower Waikato Water Quality and Hydrological Monitoring,ICM2018/2019-2464,20190619,20190712,20200319,,Sole Agency,No,n/a,"The Lower Waikato has a number of resource consents requiring ongoing water quality and hydrological monitoring. In particular, Lake Waikare and the Motukaraka drainage scheme resource consents have recently been reviewed (s128 and s127 respectively). New Water Quality Monitoring Plans have been drafted and need to be implemented in compliance with the new resource consent conditions. The Waikato Regional Councils Integrated Catchment Management Directorate (ICM) are seeking proposals from experienced consultancies able to manage the implementation, data collection and data analysis of the water quality and hydrological monitoring in order to ensure compliance with resource consent conditions. This opportunity will provide the successful consultant with insight into a complex hydrological environment with often conflicting sustainable management and resource user priorities. The contract is anticipated to start in August 2019.",Awarded,,0,20250410 Waikato Regional Council,21162270,Request for Tenders,Open Competition,Muggeridge's Pump Station and Culvert Construction,ICM2019/2020-2472,20190708,20190816,20200319,,Sole Agency,No,n/a,"Waikato Regional Council (Council) invites tenders for the Muggeridges Pump Station and Culvert Construction. This Tender is for the construction of a new pump station, and culvert under Kaihere Road, Ngatea. The Muggeridges Pump Station Project (the Project) was initiated in 2013 following several years of demand for improved drainage and flood protection for a sub-catchment of the Piako River immediately south of Ngatea Township. The catchment area is approximately 1,100 hectares (ha), and is currently provided with flood protection and drainage (as managed by Hauraki District Council (HDC)) by the Piako River Scheme. The peat farmland within the Muggeridges sub-catchment has settled as a result of drainage activities and ground levels are gradually falling closer to the water table, which has substantially reduced land productivity. As part of the Project, a new pump station and culvert is to be constructed. This contract is a measure and value contract (NZS3910:2013). It is anticipated that the contract will commence in October 2019.",Not Awarded,,0,20250410 Waikato Regional Council,21398731,Request for Proposals,Open Competition,Hamilton to Auckland Start-Up Passenger Rail WiFi Service,,20190809,20190911,20200318,,Sole Agency,No,,,Awarded,,0,20250410 Waikato Regional Council,21517697,Request for Proposals,Open Competition,Waikato Regional Council Corporate Catering RFP,14776829,20190902,20190930,20200318,,Sole Agency,No,,Proposals are invited from suitably experienced caterers for the provision of corporate catering services for meetings and other functions held by the WRC.,Awarded,,0,20250410 Waikato Regional Council,21829263,Request for Proposals,Open Competition,Hamilton to Auckland Rail Marketing,,20191023,20191118,20200319,,Sole Agency,No,,"We need an agency that can make the launch of the rail service a success. We want the service to be viewed positively amongst Waikato residents and ratepayers, and project partners and stakeholders, and on launch day and beyond we need passengers, and lots of them! We want an agency to understand the project, the key audiences and be passionate about its success.",Awarded,,0,20250410 Waikato Regional Council,22055017,Request for Proposals,Open Competition,Future Proof Implementation Advisor,SAS2019/2020-2532,20191206,20200120,20200520,,Sole Agency,No,,"Future Proof is a growth strategy specific to the Hamilton, Waipa and Waikato sub-region. The sub-region's population is projected to increase by around 30 per cent over the next 30 years so collective planning and action between government, residents and businesses is critical to the Waikato's long term success. Managing demand for housing and business land, planning for growth and infrastructure provision, and ensuring the ongoing sustainability of the Future Proof sub-region is a major sub-regional challenge Future Proof | Te Tau Tiitoki is a joint project set up by the partners to consider how the sub-region should develop into the future. Since the launch in September 2009, the Future Proof implementation team has been working on a 100-point plan to manage growth in the Future Proof sub-region. Some major milestones have already been achieved, but more is yet to be done. The Future Proof Independent Advisor role is a critical conduit between the technical and management levels of the Future Proof project, facilitating much of the work that progresses through to governance decision making. The Independent Advisor works for the good of the partnership, and is the primary advisor in regard to strategy, policy, and implementation to the project governors. The role of the Independent Advisor is a combination of critical thinking and strategic influencing. The Advisor understands macro and micro influences for the Future Proof sub-region, making use of this knowledge to provide tactical and strategic advice that furthers the Future Proof vision",Awarded,,264000,20250410 Waikato Regional Council,22064867,Request for Quotations,Open Competition,RFQ Waikato Regional Council Chief Executive Recruitment,15488337,20191209,20191220,20200318,,Sole Agency,No,,We are seeking a suitably qualified and experienced executive recruiter with the necessary acumen to successfully carry out the critical role of guiding and leading the Waikato Regional Council to a successful appointment of a Chief Executive who exhibits the attributes described in the RFQ documentation.,Awarded,JacksonStone & Partners,0,20250410 Waikato Regional Council,22257723,Request for Proposals,Closed Competition,Sustainable Infrastructure Decision-making Framework,SAS2019/2021-2542,20200203,20200227,20200311,,Sole Agency,No,,"Waikato Regional Councils (WRCs) current approach to flood protection and land drainage infrastructure investment favours continuance of historic asset management practice and policies, while looking for targeted improvement opportunities. Rapidly evolving socio- economic, environmental and climatic drivers may necessitate a re-assessment of this approach for our next Long-Term Plan (2021-31) and beyond. We require a decision-making framework that WRC can use to assess drivers, issues and options and make sound, long-term investments in Waikatos critical flood protection and land drainage assets What we need We require an approach to flood protection and land drainage infrastructure planning and investment decision-making that has all four wellbeings (economic, social, environmental and cultural) at its core. We need decision-makers to have a clear understanding of the long-term issues and a defined process for the assessment of infrastructure options, including engagement with affected parties, so that WRC investments and management actions are fully informed and sustainable",Awarded,,0,20250410 Waikato Regional Council,23209940,Request for Tenders,Open Competition,PUBLIC BUS SERVICES NORTH WAIKATO POKENO - PUKEKOHE,FIN2021/2023-1168,20200901,20201002,20210727,,Sole Agency,No,,"This request for tender (RFT) relates to the procurement of regular scheduled public bus services to connect the townships of Pukekohe, Tuakau and Pokeno. The townships of Tuakau and Pokeno (located within the Waikato Region) have relatively small populations that are growing rapidly. Pukekohe (located within the Auckland Region) is a key employment, healthcare, recreation and shopping centre for communities within Tuakau and Pokeno. Pukekohe also offers connections into Auckland via Auckland Transports public transport network. Service specifications are included within the Unit Contact. By way of summary the service is deigned to: enable access to essential services within and between the respective townships enable connections to bus and rail services at Pukekohe rail station operate 7 days per week offer more connections during weekday commuter periods compared with other time periods The service will have a peak vehicle requirement of two buses, supported by an additional spare vehicle (three vehicles in total). The service is proposed as a trial service with an initial two-year term with the potential to extend for a further one year. In any event WRC and partners intend on provisioning permanent public transport solutions for communities in north Waikato. Learnings from the trial will inform the design and extent of future service provision. This RFT also seeks to leverage contracted vehicles to provide rail replacement services between Papakura and Hamilton from time to time. Provision of rail replacement services is not a mandatory requirement of this contract. Rather the framework within the Unit Contract enables the provision of services in the event a replacement service is requested by WRC (or nominated representative) and the service provider agrees to provide the service on a case by case basis. Provision of rail replacement services is on a non-exclusive basis and WRC may utilise services from any or multiple service providers at its sole discretion.",Awarded,,601000,20250410 Waikato Regional Council,23265261,Request for Tenders,Open Competition,Waikato Regional Aerial Photography Service (WRAPS) 2021,,20200910,20201011,20210210,,Sole Agency,No,,"Every five years since 2002 rural colour digital orthorectified imagery has been acquired for the entire Waikato Region, this project is the fifth such acquisition. Up until 2017 the imagery has been acquired for Waikato Regional Aerial Photography Service (WRAPS) group by the Waikato Regional Council on behalf of all the WRAPS partners. The WRAPS 2017 project was the first project acquired by the Waikato Local Authority Shared Services Limited (Waikato LASS) on behalf of all the WRAPS partners and the beginning of a four-year project cycle. This (WRAPS 2021) project is to capture the rural imagery for the entire Waikato Region with each WRAPS partner receiving the imagery for their part. Quotes are also being sought for WRAPS partners individual imagery requirements, these may or may not form part of the contract. These individual specifications are marked as optional in the tender documentation. Please refer to Appendix Two for the Technical Specifications. The region and area of imagery capture is specified in the Forms for Tenderer document where the imagery requirements are more defined. Waikato Local Authority Shared Services Limited (Waikato LASS) invites tenders for the supply of colour digital orthorectified imagery to the Waikato Regional Aerial Photography Service (WRAPS) from suitably qualified and experienced service providers for the WRAPS 2021 contract. Waikato LASS is a Council Controlled Organisation (CCO) operating as a limited liability company. Its shareholders are Hamilton City Council, Hauraki District Council, Matamata-Piako District Council, Otorohanga District Council, Rotorua District Council, South Waikato District Council, Taupo District Council, Thames-Coromandel District Council, Waikato District Council, Waikato Regional Council, Waipa District Council and Waitomo District Council. WRAPS partners will be some or all of the Waikato LASS shareholders, Land Information New Zealand (LINZ) and University of Waikato.",Awarded,"Contract tender price came in <$500,000",0,20250410 Waikato Regional Council,23555841,Request for Proposals,Open Competition,Digitising a Disaster Waste Management Plan,,20201103,20201123,20210723,,Sole Agency,No,,"The scope of the solution required will operationalise our previously developed DWMP tool and workbook through an online platform. We require the further development of a web-based template that can draw together localised data, hazard scenarios and has capacity to inform planning decisions around waste management and emergency preparedness.",Awarded,,220000,20250410 Waikato Regional Council,23563138,Request for Quotations,Open Competition,Connect 2020 Project - WRC Hamilton East Office Exit Project,,20201104,20201127,20210726,,Sole Agency,No,,"We are seeking a solution that ensures a professional, efficient and well managed relocation of approximately 530 staff and associated reuse desks, furniture, office content, file storage and specialist equipment from 9 Hamilton East office buildings to 1 new office building in central Hamilton. The scope of the solution includes the relocation of approximately 200 staff desks and assorted furniture, IT and equipment as detailed in Appendix A Schedule of Works. The solution needs to include the exit of the 9 Hamilton East buildings including removal of all furniture and equipment, rubbish and miscellaneous items from these sites.",Not Awarded,,0,20250410 Waikato Regional Council,23940804,Request for Proposals,Open Competition,Mapping subtidal habitats around the Mercury Islands,SAS2020/2022-2725,20210204,20210310,20210723,,Sole Agency,No,,"There is a growing need for Waikato Regional Council to understand the extent and distribution of shallow subtidal habitats in the coastal marine area. We are seeking an expert team to map subtidal habitats around the Mercury Islands (7 islands, approximately 0-20m depth) using a combination of multispectral satellite image analysis and ground truthed photography/videography from benthic surveying. We are also looking for more detailed biodiversity assessments (e.g. species identification, habitat coverage, condition) at selected sites of representative habitats.",Awarded,,0,20250410 Waikato Regional Council,24469139,Request for Tenders,Closed Competition,Regional Pest Management Plan (RPMP) Pest Monitoring Programme,ICM2021/2024-2894,20210624,20210820,20211101,,Sole Agency,No,n/a,"The Waikato Regional Council (the Council) works with others to build a Waikato region that has a healthy environment, a strong economy, and vibrant communities. The Waikato Regional Council contracts one pest animal monitoring contractor to undertake a monitoring Programme in the Waikato region to support the Council's pest animal control contracts. The pest animal monitoring contractor is responsible for undertaking independent monitoring of the pest control operations to ensure that performance standards and pest control levels are being met. The purpose of this Request for Tender (RFT) is to invite tenders from suitably qualified and experienced contractors to undertake possum and rat monitoring activities under the Councils Regional Pest Management Plan (RPMP) for the period 1 November 2021 to 30 June 2024.",Awarded,,0,20250410 Waikato Regional Council,24755893,Request for Tenders,Open Competition,Piako River Left Bank Ngatea to Puhunga Stopbank Upgrade,ICM2021/2022-2935,20210902,20210929,20211104,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for the Piako River Left Bank Ngatea to Puhunga Stopbank Upgrade (ID26719) project consisting of the upgrade of 1102m of stopbank to design crest level. This project is receiving funding from the Ministry of Business, Innovation and Employment (MBIE) as part of the COVID19 economic recovery Shovel Ready stimulus. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. These stopbanks are part of the Piako River flood protection scheme providing immediate protection to residential and commercial properties and farmland adjacent to these stopbanks. Tenders close at 12:00pm on Wednesday 29 September 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24843636,Request for Tenders,Open Competition,Lake Kimihia Restoration Project Bund and Weir Construction,ICM2021/2022-3039,20210921,20211020,20211201,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for the Lake Kimihia Restoration Project Bund and Weir Construction. This Tender is for the construction of a bund and a weir, installation of two culverts, and construction of an accessway within a private property at 12 Perry Lane, Huntly. The purpose of this project is to reinstate the minimum water level of Lake Kimihia to 8.0m MVD, and to deliver on the cultural and ecological aspirations for the site. This includes improving the aquatic habitat for fish species and increasing the size and condition of the wetland margins, resulting in greater biodiversity and recreational values for the site. In response to COVID-19, the Government called for shovel ready infrastructure and environmental restoration projects to stimulate the construction and environmental industries and economy, be of public or regional benefit, and create jobs. This project is part of the Shovel Ready programme of work and is therefore an opportunity to be part of Councils Covid Recovery response. Tenders close at 12:00pm on Tuesday 19 October 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24844908,Request for Quotations,Open Competition,"Plant Supply, Planting and Maintenance 2021-2024 for Upper Waiomou Habitat Enhancement Project",ICM2021/2024-3077,20210928,20211015,20220216,,Sole Agency,No,,"Waikato Regional Council (Council) invites your organisation for Plant Supply, Planting and Maintenance 2021-2024 for Upper Waiomou Habitat Enhancement Project. The project builds upon work carried out under the Upper Waihou Riparian Strategy since 2012 and connects to the Restore Nature, Connecting Communities programme for the Waihou River which aims to create ecological corridors from the Kaimai Mamaku Forest Park to the Firth of Thames. This restoration project is expected to be completed in four (4) years. The project key activities to be carried out over the four-year period within the project area are: 128,000 native plants planted and plant releasing; Restoration of riparian margin along the Waiomou, Rapurapu and Tukutapere Streams; Enhancement of natural biodiversity along the project area streams; Connecting a green corridor from the upper Kaimai Mamaku forested catchment and Improving natural habitat for native species. Please refer to the Request for Proposal for the detailed requirements. In response to COVID-19, the Government called for shovel ready infrastructure and environmental restoration projects to stimulate the construction and environmental industries and economy, be of public or regional benefit, and create jobs. This project is part of the Shovel Ready programme of work and is therefore an opportunity to be part of Councils Covid Recovery response. Tenders close at 5:00pm on Friday 15 October 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24845158,Request for Quotations,Open Competition,"Plant Supply, Planting and Maintenance 2021-2025 - Piako Green Corridor",ICM2021/2025-2923,20210928,20211015,20220216,,Sole Agency,No,,"Waikato Regional Council (Council) invites your organisation for Plant Supply, Planting and Maintenance 2021-2025 - Piako Green Corridor Request for Proposal. The Piako Green Corridor is a riparian restoration project funded through the Central Government Jobs for Nature initiative. This project seeks to reconnect the Kopuatai wetland to the Firth of Thames, both of which are Ramsar Convention sites of international ecological significance. This is a new project, but it builds on discussions with local iwi and other long-term planning and existing programmes run by Waikato Regional Council (Council). There is potential for this project to be extended over time to add further environmental value in the form of aquatic habitat, silt traps, constructed wetlands, longer term predator control and expanded planting to drainage networks Much of the work will be on council managed land. The project activities relating to this contract are: Supply, and plant 238,820 Eco sourced native plants. Maintain these and a further 18,000 (planted June 2021) plants up until June 2025 Please refer to the Request for Proposal for the detailed requirements. In response to COVID-19, the Government called for shovel ready infrastructure and environmental restoration projects to stimulate the construction and environmental industries and economy, be of public or regional benefit, and create jobs. This project is part of the Shovel Ready programme of work and is therefore an opportunity to be part of Councils Covid Recovery response. Tenders close at 5:00pm on Friday 15 October 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24845585,Request for Proposals,Open Competition,Clean Streams 2020 Project Pilot Implementation - West Coast Harbour Catchment Areas Year 2,ICM2020/2021-2733,20210922,20211015,20211217,,Sole Agency,No,,"The Ministry for Primary Industries - Te Uru Rakau has provided funding to the Waikato Regional Council (the Council) to support the Clean Streams 2020 project initiative (CS2020). The high-level concept for the CS2020 project is that where a landowner (or other co-funder) funds and constructs fencing to permanently retire an approved stream riparian margin, (and adjacent land including wetlands and seeps); that landowner will be eligible for the retired area to be planted in appropriate native plant species at no cost to them. This planting will be undertaken by a pre-approved service provider(s) subject to conditions and funding availability. The intent is that the Council will largely have an administration and auditing role, including reporting to Te Uru Rakau. The Council is looking for service providers who have the ability to deliver this project within the West Coast Zone for Year 2 (2022). As required by the Clean Streams 2020 Funding Agreement associated with this RFP, the successful respondent must be an entity that has specific social, cultural and/or environmental objectives, with its primary purpose to serve those objectives. Tenders close at 12:00pm on Friday 15 October 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24852062,Request for Proposals,Open Competition,Hauraki Pumpstation Inlet Upgrades (Shovel Ready) Roger Harris,ICM2021/2022-2857,20210927,20211217,20220324,,Sole Agency,No,,"Waikato Regional Council (Council) invites proposals for Hauraki Pumpstation Inlet Upgrades (Shovel Ready) - Roger Harris Pumpstation. This Proposal is for the upgrade of one pumpstation inlet structure over one construction season to improve equipment access to screens for weed clearance, and health and safety upgrades. Roger Harris pumpstation is located at Netherton Road, Netherton, and is programmed for the 2021/22 construction season. The pumpstation is programmed for inlet bay upgrades to address the following issues: Health and safety improvements to reduce operator risk (walkways, handrails, lighting); General remediation of crib walls; and Provide access to weed clearing equipment to improve effectiveness during operation. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management. Funding for these projects has largely been provided by MBIE as part of the COVID19 economic recovery Shovel Ready stimulus. The funding is a special measure initiated by MBIE aimed to stimulate the economy and provide opportunity to develop a skilled workforce in the area where it is granted. As such, the Contractor is encouraged to provide a proposal response which utilises local suppliers/sub-contractors and promotes employment and skill development of individuals local to the region or project area. More details are provided in the RFP. Tenders must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,24874697,Request for Quotations,Open Competition,Nga Wai o Waikato Partnership Project Native Plant Supply 2022,ICM2020/2021-3082,20210928,20211020,20211206,,Sole Agency,No,,"The Nga Wai o Waikato Partnership project aims to reduce sediment inputs to wetlands, lakes and other waterbodies and to protect and restore the mauri and life supporting capacity of freshwater. Over the long term, a reduction in nutrient and sediment inputs will lead to improvements in freshwater health. This will be achieved through assisting landowners with the delivery of erosion priorities identified in the Waikato and Waipa River Restoration Strategy within the lower Waikato River catchment by implementing on-the-ground catchment management works that go well beyond regulatory requirements. Waikato Regional Council (the Council) is looking for reliable contractors who have the capacity, experience and resources to supply and delivery approximately 105,000 mixed native plants for the 2022 planting season for this Project. Plant delivery and subsequent planting will be undertaken in two phases, with planting anticipated to commence for: Phase 1: from 1 May to early June 2022; and Phase 2: from 1 July to early August 2022. Council anticipates that delivery will be undertaken in at least two rounds for each phase. This is to ensure that plants are not on the planting site for a prolonged period prior to the commencement of planting. The specifications of what we require for each Phase is included in this RFQ. Tenders close at m 4:00pm Wednesday 20 October 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24878382,Request for Quotations,Open Competition,Nga Wai o Waikato Partnership Project - Afforestation Native Plant Supply 2022,ICM2020/2021-3083,20210929,20211021,20211213,,Sole Agency,No,,"The Nga Wai o Waikato Partnership project aims to reduce sediment inputs to wetlands, lakes and other waterbodies and to protect and restore the mauri and life supporting capacity of freshwater. Over the long term, a reduction in nutrient and sediment inputs will lead to improvements in freshwater health. This will be achieved through assisting landowners with the delivery of erosion priorities identified in the Waikato and Waipa River Restoration Strategy within the lower Waikato River catchment by implementing on-the-ground catchment management works that go well beyond regulatory requirements. Waikato Regional Council (the Council) is looking for reliable contractors who have the capacity, experience and resources to supply and delivery approximately 50,000 mixed native afforestation plant species for the 2022 planting season for this Project. Plant delivery and subsequent planting will be undertaken in two phases, with planting anticipated to commence for: Phase 1: from 1 May to early June 2022; and Phase 2: from 1 July to early August 2022. Council anticipates that delivery will be undertaken in at least two rounds for each phase. This is to ensure that plants are not on the planting site for a prolonged period prior to the commencement of planting. The specifications of what we require for each Phase is included this RFQ. Tenders close at m 4:00pm Thursday 21 October 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,24920879,Request for Quotations,Open Competition,Native Plant Supply Programme 2021/2022 - Coromandel,ICM2021/2022-3118,20211006,20211103,20211201,,Sole Agency,No,,"The Waikato Regional Council (the Council) invites quotes for the Native Plant Supply Programme 2021/2022 in the Coromandel project area. The Council operates projects that encourage and support landowner efforts to improve water quality, soil erosion and biodiversity on private land. This includes encouraging native plantings on properties throughout the region. Due to a marked increase in the number of landowners undertaking planting projects, there is a need to ensure they are getting the right plants for their project good quality eco-sourced plants at a reasonable cost. To do this the Waikato Regional Council runs an annual Native Plant Supply Programme. For the purposes of the Native Plant Supply Programme, the Waikato region is split up into a number of different seed sourcing and delivery areas (project areas) depending on planting demands. Each year, nurseries are contracted via a Request for Quote (RFQ) process to supply and deliver the required number and species of plants in each project area. This RFQ is for the Coromandel project area. It is a requirement of this RFQ that seeds are sourced from a defined eco-sourcing area aligned with planting projects, and that nurseries are located within the designated growing area. Please refer to the maps contained within the RFQ document for the boundaries corresponding to the nursery growing area, and the Coromandel seed sourcing and delivery area. Please note: the Hauraki area is also running a native plant supply programme RFQ, separate to this RFQ. Please refer to GETS notice 24921105 for information about the Hauraki RFQ. Please note: it is anticipated that this RFQ will not satisfy Councils total plant requirements for the 2022 planting season. Nurseries are encouraged to also register their interest in supplying native plants by having their nursery listed on the Council website. For information about how to register your nursery on the Council website, please contact Elaine.Iddon@waikatoregion.govt.nz.",Not Awarded,,0,20250410 Waikato Regional Council,24921105,Request for Quotations,Open Competition,Native Plant Supply Programme 2021/2022 - Hauraki,ICM2021/2022-3120,20211006,20211103,20211201,,Sole Agency,No,,"The Waikato Regional Council (the Council) invites quotes for the Native Plant Supply Programme 2021/2022 in the Hauraki project area. The Council operates projects that encourage and support landowner efforts to improve water quality, soil erosion and biodiversity on private land. This includes encouraging native plantings on properties throughout the region. Due to a marked increase in the number of landowners undertaking planting projects, there is a need to ensure they are getting the right plants for their project good quality eco-sourced plants at a reasonable cost. To do this the Waikato Regional Council runs an annual Native Plant Supply Programme. For the purposes of the Native Plant Supply Programme, the Waikato region is split up into a number of different seed sourcing and delivery areas (project areas) depending on planting demands. Each year, nurseries are contracted via a Request for Quote (RFQ) process to supply and deliver the required number and species of plants in each project area. This RFQ is for the Hauraki project area. It is a requirement of this RFQ that seeds are sourced from a defined eco-sourcing area aligned with planting projects, and that nurseries are located within the designated growing area. Please refer to the maps contained within the RFQ document for the boundaries corresponding to the nursery growing area, and the Hauraki seed sourcing and delivery area. Please note: the Coromandel area is also running a native plant supply programme RFQ, separate to this RFQ. Please refer to GETS notice 24920879 for information about the Coromandel RFQ. Please note: it is anticipated that this RFQ will not satisfy Councils total plant requirements for the 2022 planting season. Nurseries are encouraged to also register their interest in supplying native plants by having their nursery listed on the Council website. For information about how to register your nursery on the Council website, please contact Elaine.Iddon@waikatoregion.govt.nz.",Not Awarded,,0,20250410 Waikato Regional Council,24979479,Request for Tenders,Open Competition,Piako River Mouth Right Bank Asset Rationalisation Stage 1 Earthworks,ICM2021/2022-3049,20211027,20211124,20230228,,Sole Agency,No,,"Waikato Regional Council (the Council) invites tenders for the Piako River Mouth Right Bank Asset Rationalisation Stage 1 Earthworks project consisting of the creation of 540m of new stopbank and berm to design crest level, and removal of 175m of existing stopbank. The work site is adjacent Shelly Beach Road, Pipiroa. This project is receiving funding from the Ministry of Business, Innovation and Employment (MBIE) as part of the COVID19 economic recovery Shovel Ready stimulus. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. The proposed new stopbank is part of a new floodgate asset to be built to improve flood protection in the local area as part of the Piako River scheme providing immediate protection to residential and commercial properties and farmland adjacent to these stopbanks. Tenders close at 12:00pm on Wednesday 24 November 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,25031546,Request for Quotations,Open Competition,"Coromandel Management Unit Wilding Pine Control: Kuaotunu Project Areas C, D & E",ICM2021/2022-3081,20211102,20211119,20211224,,Sole Agency,No,,"Wilding Conifers (Pines) are a serious and increasing pest issue for New Zealand. The New Zealand Wilding Conifer Management Strategy 2015-2030 was created to support effective collaboration between land occupiers, researchers, regulators, iwi, hapu and communities to address the problem nationally. Government has allocated funding for the control of wilding conifers and tasked the Ministry of Primary Industries (MPI) with its oversight and distribution. Waikato Regional Council (the Council) has entered into a funding agreement with MPI to manage the control of wilding conifers in Kuaotunu on the Coromandel Peninsula. Council is looking for experienced and qualified arborist contractor(s) who have the capability, capacity and experience to complete the required control works to budget and time. They need to have a good track record in the control of wilding pines (or related works) and understand their health and safety obligations. There are three Kuaotunu project areas to carry out wilding pine control work, known as: - Project C: Opito Bay area; - Project D: Project Kiwi/Waitaia area; and - Project E: Kuaotunu Coromandel Forest Park. This is a unique opportunity to be part of this wilding pine control programme within the Coromandel Management Unit, and to create and/or retain local jobs as a result of delivering this project. Tenders close at 4:00pm Friday 19 November 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,25032163,Request for Tenders,Closed Competition,Lake Waikare Control Gate,ICM2021/2022-3115,20211101,20211129,20220330,,Sole Agency,No,,"Waikato Regional Council has a vision for the Waikato Competing globally, caring locally. Council is focused on supporting a strong, export-driven economy, underpinned by a healthy environment. Council will continue to collaborate with businesses, industry groups, central and local government, tertiary education, and research providers, commercialisation, and economic development agencies to create conditions for our region to compete globally, care locally. Waikato Regional Council (Council) invites tenders for the Lake Waikare Control Gate Refurbishment project. This Tender is for the inspection, removal, refurbishment, and reinstallation of the Lake Waikare Control Gate. Council is looking for credible contractors who have the capacity, capability, experience, and resources to deliver this project on time and within budget. They will need to have a good track record with Health and Safety and Environmental Management. It is important to us that you attend a compulsory site inspection which is to be held on 10/11/2021 at 10:00. This is to ensure that all Tenderers have seen the site, understood the hazards and issues associated with the site/project, and have had an opportunity to ask questions of Councils Operations staff and Project Manager about the project. The gate is located at 40-44 Ruahine Road, Waikato 3781. Tenders close at 12:00pm on Monday 29 November 2021 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,25160729,Request for Quotations,Open Competition,Coromandel Management Unit Wilding Pine Control - Whenuakite,ICM2021/2022-3080,20211124,20211213,20211224,,Sole Agency,No,,"Wilding Conifers (Pines) are a serious and increasing pest issue for New Zealand. The New Zealand Wilding Conifer Management Strategy 2015-2030 was created to support effective collaboration between land occupiers, researchers, regulators, iwi, hapu and communities to address the problem nationally. Government has allocated funding for the control of wilding conifers and tasked the Ministry of Primary Industries (MPI) with its oversight and distribution. Waikato Regional Council (Council) has entered into a funding agreement with MPI for the control of wilding conifers in Whenuakite on the Coromandel Peninsula. Council is looking for experienced and qualified arborist contractor(s) who have the capability, capacity, and experience to complete the required control works to budget and time. They need to have a good track record in the control of wilding pines (or related works) and understand their health and safety obligations. The control work in two sites is in Whenuakite. For further information, pleases refer to Attachment One for maps in the RFQ. This is a unique opportunity to be part of this wilding pine control programme within the Coromandel Management Unit, and to create and/or retain local jobs as a result of delivering this project. Tenders close at 4:00pm Friday 13 December 2021 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,25302252,Request for Tenders,Open Competition,Public Transport - Taupo and South Waikato,,20220114,20220307,20220527,,All of Government,No,,,Awarded,,0,20250410 Waikato Regional Council,25422990,Request for Tenders,Closed Competition,"Maintenance Possum Control: West Taupo, Waotu, Arohena 1 and Arohena 2 Priority Possum Control Areas (PPCAs)",ICM2022/2023-3240,20220215,20220329,20220701,,Sole Agency,No,n/a,"Waikato Regional Council (the Council) invites tenders from Council Biosecurity Pre-Approved Contractors to undertake maintenance possum control in the following Priority Possum Control Areas (PPCAs): West Taupo: 8,829 hectares approx. Waotu: 5,930 hectares approx. Arohena 1: 7,930 hectares approx. Arohena 2: 7,912 hectares approx. The Council has elected to release all four PPCAs for tender together. The Council invites tenders for one or more PPCAs. Enquiries can be made to: Andrew McConnell or Chris Monk at 0800 800 401 or by email to Andrew.McConnell@waikatoregion.govt.nz or Chris.Monk@waikatoregion.govt.nz Tender responses will only be accepted from Council Biosecurity Pre-Approved Contractors. Contractors not yet pre-approved with the Council can contact Andrew McConnell for details on how to become preapproved for future tender opportunities.",Not Awarded,,0,20250410 Waikato Regional Council,25452255,Request for Proposals,Open Competition,Clean Streams 2020 Project Implementation - West Coast Zone 2022,ICM2022/2023-3274,20220228,20220311,20221031,,Sole Agency,No,,"The Ministry for Primary Industries - Te Uru Rakau has provided funding to the Waikato Regional Council (the Council) to support the Clean Streams 2020 project initiative (CS2020). The high-level concept for the CS2020 project is that where a landowner (or other co-funder) funds and constructs fencing (to an agreed standard) to permanently retire an approved riparian margin (and adjacent wetlands or seeps); that landowner may be eligible for the retired area to be planted in appropriate eco-sourced native plant species at no cost to them. The Council is seeking service provider(s) for Year 2 of this project (2022); to be responsible for delivering riparian planting projects within the West Coast Zone, including at approximately 3 properties located near Port Waikato and the Whaingaroa (Raglan) Harbour catchment. The service provider(s) will have a good track record in the management and implementation of riparian planting projects, with the ability to demonstrate their likely full time equivalent (FTE) job creation (or retention) as a result of delivering this project. Tenders close at 12:00pm on Friday 11 March 2022 and must be submitted electronically via GETS.",Not Awarded,No Response. Will re tender it again.,0,20250410 Waikato Regional Council,25452365,Request for Proposals,Open Competition,Clean Streams 2020 Project Implementation - Waipa: Mangapiko 2022,ICM2021/2022-3278,20220228,20220311,20220401,,Sole Agency,No,,"The Ministry for Primary Industries - Te Uru Rakau has provided funding to the Waikato Regional Council (the Council) to support the Clean Streams 2020 project initiative (CS2020). The high-level concept for the CS2020 project is that where a landowner (or other co-funder) funds and constructs fencing (to an agreed standard) to permanently retire an approved riparian margin (and adjacent wetlands or seeps); that landowner may be eligible for the retired area to be planted in appropriate eco-sourced native plant species at no cost to them. The Council is seeking service provider(s) for Year 2 of this project (2022); to be responsible for delivering riparian planting projects within the Waipa - Mangapiko priority area. The service provider(s) will have a good track record in the management and implementation of riparian planting projects, with the ability to demonstrate their likely full time equivalent (FTE) job creation (or retention) as a result of delivering this project. Tenders close at 12:00pm on Friday 11 March 2022 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,25454759,Request for Proposals,Open Competition,Circularising organics,RUD2022/2022-1895,20220223,20220315,20220401,,Sole Agency,No,,"The Buyer is conducting a research project to support putting organic waste to its highest use. The research project is broken into three focus areas looking at the whole organics chain. When added together, the project aims to provide a pathway for a robust circular loop for organic resources. The circularising organics project will be conducted by a community of practice with each appointed section being carried out by contributors. We are looking to procure a contractor to contribute to the specific aspects of this project outlined in this request. This is a unique opportunity to be part of waste prevention research and contribute to a team of experts. Providers who have a particular interest in organics waste diversion are encouraged to apply.",Awarded,,0,20250410 Waikato Regional Council,25607495,Request for Tenders,Open Competition,Foreshore East and West Stopbank Renewal,ICM2022/2024-3260,20220826,20220921,20221018,,Sole Agency,No,,"Waikato Regional Council (the Council) invites tenders for the Foreshore East and West Stopbank Renewal (ID26719) project consisting of the upgrade of 11,000m of stopbank to design crest level. This Tender is for the upgrade of substantial parts of Foreshore East & West Stopbank which runs along the firth of Thames Foreshore between Waikataruru to the Waihou River near Kopu. Project and has a large portion of funding via MBIE as part of the COVID19 economic recovery scheme. The work site is between Waitakaruru & Kopu Bridge The upgrade work includes, but is not limited to, the following (a full specification is provided in Contract Sixth Schedule): Preparation and implementation of a Quality Plan and a Health and Safety Plan (HSP); Implementation of an approved Erosion and Sediment Control Plan (ESCP); Preparation and regular updates of a Construction Programme; Attendance at regular site meetings (hosted by the Contractor); Ongoing construction management and liaison throughout the contract; Obtaining all notices and permits required to complete all works; Tidy site on completion of the works; Maintenance of access and construction site; and Incidental works as required. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. These stopbanks are part of the Piako & Waihou flood protection scheme providing important protection to Roading and transport networks, farmland including residential and commercial properties. Tenders close at 12:00pm on Wednesday 21 September 2022 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,25990623,Request for Tenders,Closed Competition,Pest Plant Direct Control and Data Collection Terrestrial and Aquatic Based Control,ICM2022/2025-3366,20220629,20220728,20221117,,Sole Agency,No,,"The Waikato Regional Councils (the Council) purpose is working together for a Waikato region that has a healthy environment, strong economy, and vibrant communities. One of the ways the Council achieves the strategic priority of biodiversity and biosecurity is by taking a lead role in enhancing biodiversity values and managing biosecurity threats. Biosecurity, or pest management, is one of the key activities undertaken by the Council and comprises managing threats to: public health; production; and the environment. Pest management includes the control of pest plants which Council undertakes using appropriately qualified and experienced contractors. It is important to note that the Council Pest Plant team utilise a web based spatial data collection tool known as Plantell which allows it to spatially view information collected as a result of contractors carry out control activities at the various sites. For the purposes of this tender and upon request, the Council will provide temporary access to Plantell. Accessing the database will allow the tenderer to navigate to maps and individual sites within a management area and identify required control activities - temporary access to Plantell can be requested by the tenderer. To do so, complete the highlighted areas and sign the Confidentiality Agreement referred to at Appendix 12 and email to: Clark McMichael Senior Biosecurity Officer, Pest Plants Waikato Regional Council Email: clark.mcmichael@waikatoregion.govt.nz Once received and approved, the tenderer will be provided (via email) with a weblink to Plantell enabling access. Waikato Regional Council looks forward to receiving your tendered response.",Not Awarded,,0,20250410 Waikato Regional Council,26055720,Request for Tenders,Open Competition,Piako River Mouth Right Bank Asset Rationalisation Structures,ICM2022/2023-3372,20220721,20220908,20230228,,Sole Agency,No,,"Waikato Regional Council (the Council) invites tenders for the Piako River Mouth Right Bank Asset Rationalisation Structures project. This Tender is for the creation of new Wallgate Floodgate, Tidal control and Culvert Crossing infrastructure, to be connected into the existing stopbank network. The work site is adjacent Shelly Beach Road, Pipiroa. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management and be SHE prequalified prior to commencement of works. Funding for these projects has largely been provided by MBIE as part of the COVID19 economic recovery Shovel Ready stimulus. The funding is a special measure initiated by MBIE aimed to stimulate the economy and provide opportunity to develop a skilled workforce in the area where it is granted. As such, the Contractor is encouraged to provide a tender submission which utilises local suppliers/sub-contractors and promotes employment and skill development of individuals local to the region or project area. More details are provided in the RFT. Tenders close at 12:00pm on Thursday 25 August 2022 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,26056171,Request for Tenders,Open Competition,Piako River Mouth Right Bank Asset Rationalisation Stage 2 Earthworks,ICM2022/2023-3373,20220722,20220819,20220927,,Sole Agency,No,,"Waikato Regional Council (the Council) invites tenders for the Piako River Mouth Right Bank Asset Rationalisation Stage 2 Earthworks project. This Tender is for creation of a 13,000m3 capacity water quality pond, 1150m of new drainage channel, upgrading 1450m of existing drainage channel, shifting 95m of existing stopbank and completing the discharge channel connection to the Piako River. The work site is adjacent Shelly Beach Road, Pipiroa. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management. Funding for these projects has largely been provided by MBIE as part of the COVID19 economic recovery Shovel Ready stimulus. The funding is a special measure initiated by MBIE aimed to stimulate the economy and provide opportunity to develop a skilled workforce in the area where it is granted. As such, the Contractor is encouraged to provide a tender submission which utilises local suppliers/sub-contractors and promotes employment and skill development of individuals local to the region or project area. More details are provided in the RFT. Tenders close at 12:00pm on Friday 19 August 2022 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,26197665,Request for Proposals,Open Competition,Regional Pest Plant Management / Alligator Weed Coordinator,ICM2022/2025-3442,20220826,20220916,20221101,,Sole Agency,No,,"The Waikato Regional Council (the Council) is tasked with regional leadership in biosecurity activities that prevent, reduce, or eliminate adverse effects from harmful organisms that are present in New Zealand and within the Waikato region. This regional leadership role is set out in the Biosecurity Act. As part of our responsibility, the Council are seeking a suitably qualified and experienced individual to minimize the production, public health, biodiversity, and potential pest threats associated with pest plants, and enhance pest management understanding and awareness through regionally coordinated responses in order to achieve our goals. The contract period will run for an initial term of two years with an opportunity to renew for an additional one year period. Enquiries can be made to: Correne Palmer at 0800 800 401 or by email to correne.palmer@waikatoregion.govt.nz Tender responses will only be considered by Council who meet the pre-conditions outlined in Section 3 of the RFP.",Awarded,,0,20250410 Waikato Regional Council,26447365,Request for Quotations,Open Competition,Pungarehu Canal Stabilisation Works Stage 4 2022/2023,ICM2022/2023-3496,20221013,20221115,20230320,,Sole Agency,No,Not applicable,"This Request for Quote (RFQ) has been issued to enable Waikato Regional Council to identify a supplier to undertake stage 4 of the canal stabilisation works at the Pungarehu Canal. The works involve (but are not limited to) earthworks, rock work and fencing on stop banks. Please see Schedule 5 (Specifications and Basis of Payment) of the RFQ for the full specifications for this contract. It is anticipated that the contract will commence in late January 2023.",Awarded,,0,20250410 Waikato Regional Council,26485198,Request for Quotations,Open Competition,Piako River Ngatea Town Sheet Pile Coating,ICM2022/2023-3467,20221020,20221117,20230228,,Sole Agency,No,,"Waikato Regional Council (the Council) invites tenders for a suitable protective coating of 149 sheet piles installed in three zones that were installed to provide emergency flood protection to the township of Ngatea. The Council wishes to make permanent these emergency repairs by improving steel protection and hence the longevity of these assets. The sheet piles installed at each of the three zones have differing protective coating coverage requirements in the Request for Quote (RFQ). This RFQ is a sub-project of the larger Ngatea to Puhunga Stopbank upgrade work which project is receiving funding from the Ministry of Business, Innovation and Employment (MBIE) as part of the COVID19 economic recovery Shovel Ready stimulus. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. Contractors need to have a good track record on health and safety and environmental management. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. These sheetpiles and adjacent stopbanks are part of the Piako River flood protection scheme providing immediate protection to residential and commercial properties and farmland adjacent to these assets Tenders close at 12:00pm on Thursday 17 November 2022 and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,26549752,Request for Quotations,Open Competition,Native Plant Supply Programme 2022/2023 - Coromandel,ICM2022/2023-3495,20221028,20221118,20230604,,Sole Agency,No,,"The Waikato Regional Council (the Council) invites quotes for the Native Plant Supply Programme 2022/2023 in the Coromandel project area. The Council operates projects that encourage and support landowner efforts to improve water quality, soil erosion and biodiversity on private land. This includes encouraging native plantings on properties throughout the region. Due to a marked increase in the number of landowners undertaking planting projects, there is a need to ensure they are getting the right plants for their project good quality eco-sourced plants at a reasonable cost. To do this the Waikato Regional Council runs an annual Native Plant Supply Programme. For the purposes of the Native Plant Supply Programme, the Waikato region is split up into a number of different seed sourcing and delivery areas (project areas) depending on planting demands. Each year, nurseries are contracted via a Request for Quote (RFQ) process to supply and deliver the required number and species of plants in each project area. This RFQ is for the Coromandel project area. It is a requirement of this RFQ that seeds are sourced from a defined eco-sourcing area aligned with planting projects, and that nurseries are located within the designated growing area. Please refer to the maps contained within the RFQ document for the boundaries corresponding to the nursery growing area, and the Coromandel seed sourcing and delivery area. Please note: it is anticipated that this RFQ will not satisfy Councils total plant requirements for the 2023 planting season. Nurseries are encouraged to also register their interest in supplying native plants by having their nursery listed on the Council website. For information about how to register your nursery on the Council website, please contact Elaine.Iddon@waikatoregion.govt.nz.",Not Awarded,,0,20250410 Waikato Regional Council,26636432,Request for Quotations,Open Competition,Waipa Catchment Plan - Afforestation Supply and Plant,ICM2022/2023-3519,20221116,20221202,20230201,,Sole Agency,No,,"Waikato Regional Council (Council) invites your organisation to submit a written quotation for the supply and planting of native afforestation plants to support restoration being undertaken as part of the Waipa Catchment Plan (WCP) project. This project is being implemented within selected Waikato Waipa River Restoration Strategy priority areas and contributes towards achieving the aspirations of Te Ture Whaimana o te Awa o Waikato The Vision and Strategy for the Waikato River. The WCP sets out a 20-year plan of action to protect and restore the health and wellbeing of the Waipa River. The key principles of the 2022/2023 WCP planting programme include: Council staff will confirm eligible planting sites and will lead landowner liaison with the confirmation of landowner agreements. The role of the service provider(s) will be to propagate, deliver and plant eco-sourced native plants, in accordance with agreed minimum specifications. Native plants MUST meet the specifications outlined in Section 2.1. This includes plants of grades other than specified, or that have been eco-sourced/grown well outside of the specified areas. Please refer to the Request for Quote for the detailed requirements. Tenders close at 4:00pm on Friday 2 December 2022 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,26650090,Request for Proposals,Open Competition,Wilding Pine Control Whitianga (Projects F & G),ICM2022/2023-3524,20221118,20221209,20230116,,Sole Agency,No,,"Waikato Regional Council understand that Wilding Conifers (Pines) are a serious and increasing pest issue for New Zealand. The New Zealand Wilding Conifer Management Strategy 2015-2030 was created to support effective collaboration between land occupiers, researchers, regulators, iwi, hapu and communities to address the problem nationally. Government has allocated funding for the control of wilding conifers and tasked the Ministry of Primary Industries (MPI) with its oversight and distribution. We have secured funding from MPI to carry out wilding pine control at Whitianga. Council is looking for an experienced and qualified arborist contractor(s) to carry out wilding pine control work on two sites (that are situated on land administered by the Department of Conversation) at Ferry Landing Whitianga, referred to as Project F and Project G. The successful contractor(s) will need to have the capacity to complete the required activities by 30 June 2023. Please refer to the Request for Proposal for the detailed requirements. This is a unique opportunity to be part of this wilding pine control programme within the Whitianga projects. Tenders close at 4:00pm Friday 9 December 2022 at 4.00pm and must be submitted electronically via GETS.",Not Awarded,,0,20250410 Waikato Regional Council,26832248,Request for Proposals,Open Competition,Environmental Education Facilitator,RUD2023/2026-2028,20230120,20230220,20230701,,Sole Agency,No,,"This is a unique opportunity to drive key areas of sustainable practice and environmental thinking into schools and communities within the region, laying down a foundation for current and future behaviour change successes. This will involve meaningful comprehension of, and interface with programme partner organisations and their kaupapa specifically Toimata Foundation and Enviroschools Enviroschools is national programme with MfE backing that is held by founding partners Toimata Foundation and Te Mauri Tau. It has been running for over 20 years and has been evaluated several times by professional researchers demonstrating its effectiveness in schools to help support a change in attitude over time towards more sustainable ways of living. Toimata Foundation supports professional development of Facilitators through regular hui and has a requirement of all facilitators to complete the Level 1 Toimata training. We are seeking passionate professionals with a demonstrated expertise in sustainability; experience facilitating; familiarity with the education system and motivation to offer practical support to schools on their sustainability journey. Existing community networks to support environmental education and teaching qualifications or experience in NZ schools are valuable.",Awarded,"We are pleased to confirm that you have been successful in your recent response to the Request for Proposals for Environmental Education Facilitators at Waikato Regional Council as advertised via GETS. Given that there were no requests made in your response to Section 5: Proposed contract we deem that you have accepted the terms and conditions of the proposed contract. The initial term of the contract will be 3 years commencing 1 July 2023 and ending 30 June 30 June 2026. There is the option to extend the contract once for an additional two years with the maximum term of the contract being 5 years. The final copy of the contract will be emailed to you shortly. We look forward to working with you in the capacity of an Environmental Education Facilitator.",196000,20250410 Waikato Regional Council,26832489,Request for Proposals,Open Competition,Environmental Education Lead Facilitator,RUD2023/2026-2029,20230120,20230220,20230701,,Sole Agency,No,,"This is a unique opportunity to drive key areas of sustainable practice and environmental thinking into schools and communities within the region, laying down a foundation for current and future behaviour change successes. This will involve meaningful comprehension of, and interface with programme partner organisations and their kaupapa specifically Toimata Foundation and Enviroschools Enviroschools is national programme with MfE backing that is held by founding partners Toimata Foundation and Te Mauri Tau. It has been running for over 20 years and has been evaluated several times by professional researchers demonstrating its effectiveness in schools to help support a change in attitude over time towards more sustainable ways of living. Toimata Foundation supports professional development of Facilitators through regular hui and has a requirement of all facilitators to complete the Level 1 Toimata training. We are seeking passionate professionals with a demonstrated expertise in sustainability; experience facilitating; familiarity with the education system and motivation to offer practical support to schools on their sustainability journey. Existing community networks to support environmental education and teaching qualifications or experience in NZ schools are valuable. The lead facilitator will have the opportunity to coach facilitators to optimise resource use and realise strategic objectives of the region through connection to the national network and sharing of best practice.",Awarded,"We are pleased to confirm that you have been successful in your recent response to the Request for Proposals for Environmental Education Lead Facilitator at Waikato Regional Council as advertised via GETS. Given that there were no requests made in your response to Section 5: Proposed contract we deem that you have accepted the terms and conditions of the proposed contract. The initial term of the contract will be 3 years commencing 1 July 2023 and ending 30 June 30 June 2026. There is the option to extend the contract once for an additional two years with the maximum term of the contract being 5 years. The final copy of the contract will be emailed to you shortly. We look forward to working with you in the capacity of an Environmental Education Lead Facilitator.",79075,20250410 Waikato Regional Council,26918672,Request for Tenders,Open Competition,"Possum Maintenance Control - Ngaroma 1, Tiroa and Waikite Valley Farmland",ICM2023/2024-3490,20230208,20230329,20230701,,Sole Agency,No,,"Waikato Regional Council (the Council) invites tenderers who have the capability, capacity, qualifications, and experience to undertake maintenance possum control in the following Priority Possum Control Areas (PPCAs): Ngaroma 1: 10,755.5 hectares approx. Tiroa: 10,190 hectares approx. Waikite Valley Farmland: 9,397.6 hectares approx. The Council has elected to release all three PPCAs for tender together. The award of any contract for the project will be conditional on the preferred Tenderer being pre-qualified as a Council Biosecurity Pre-Approved Contractor. Tenderers who are interested in becoming pre-approved, please contact Chris Monk on 0800 800 401 or by email to Chris.Monk@waikatoregion.govt.nz",Awarded,,0,20250410 Waikato Regional Council,27127424,Request for Proposals,Open Competition,Coastcare West Coast Coordinator,ICM2023/2026-3567,20230322,20230414,20230511,,Sole Agency,No,,"This is an opportunity to work with coastal community groups and tangata whenua to restore the coastal environment, from sand dune systems to coastal forests and wetlands. As a coordinator for the Coastcare programme, you will be able to bring people together to make a meaningful and lasting positive difference to the coastal environment of the west coast, by improving coastal biodiversity through restoration projects and increasing resiliency to climate change and sea level rise. The Coastal Restoration Coordinator (West Coast) contract will drive and support coastal restoration programmes, by collaborating with Iwi, coastal restoration groups, and the public. The role will provide technical advice for restoration activities, coordinate working bees and plant orders with community groups, and place orders for plants and other related materials for the Coastcare programme, while providing regular progress reports to the key contact at Waikato Regional Council (WRC). In this role you will promote the Coastcare and Coastal Restoration programmes and will work with a broad range of stakeholders, including WRC staff/contractors, Coastcare coordinators, local iwi, rural and suburban communities, pest plant control contractors, nurseries, and other local government representatives. Please note that the award of any contract for the project will be conditional on the preferred Tenderer being pre-qualified for health and safety by SHE Software NZ Limited. Closing date is 14 April 2023 at 4:00pm.",Awarded,,0,20250410 Waikato Regional Council,27149186,Request for Proposals,Open Competition,Media planning and buying,25886236,20230327,20230426,20230807,,Sole Agency,No,,"WRC is seeking a sole supplier to develop integrated media plans and buy, place and report on ad performance against campaign goals. Preference will be given to suppliers who operate from the Waikato rohe (region). This contract will cover advertising managed through the Buyers Communications and Marketing and Public Transport sections. Please refer to the RFP documents for more details.",Not Awarded,The contract was awarded to BETTLE AND ASSOCIATES,0,20250410 Waikato Regional Council,27301607,Request for Tenders,Open Competition,Real Time Public Information Displays,27301607,20230428,20230612,20230825,,Cluster,No,,"Hamiltons BUSIT network has around 1,100 bus stops. These stops are served by 20 Hamilton services, with a portion also used by five satellite services which terminate in Hamilton from outer towns such as Cambridge, Raglan and Huntly. Some 2.9 million visits are made to these bus stops each year by passengers on the BUSIT network, with a quarter of all passengers visiting the Transport Centre at the beginning, end or a transition point of their journey. We need to renew the VFD signs and would like to expand our network of RTPIDs, prioritised by stop hierarchy (e.g. interchange hub, major stop, standard stop). This is an opportunity to be part of the refresh of important technology within a fast-growing region. There is also an opportunity for the advance purchase of additional displays for implementation in other regions.",Awarded,,0,20250410 Waikato Regional Council,27828005,Request for Tenders,Open Competition,Kirikiri Stream Stopbank Upgrade and Floodgate Wall - True Right and Left Bank,1002699,20240731,20240828,20241125,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for Kirikiri Stopbank Upgrade- True Right & Left bank. This Tender is for the upgrading of the Kirikiri Stream Stopbanks (downstream side of SH26) both True Left and Right bank of SH26 located in Kopu. The work site is generally bounded by Kirikiri West Road to the north, SH2 and the Thames Golf Club to the east, Warahoe Stream to the south and Waihou River to the west. The two stop banks have a combined total length of approximately 3.6km and requiring up to approximately 30,000m3 upgrade earth fill (solid measure). The contract will consist of the following Stopbank Section Upgrades which must be undertaken in the order as follows: 1 - Kirikiri Right Stopbank Chainage 0 1741m. 2 - Kirikiri Left Stopbank Chainage 0 1950m. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and environmental management. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. The Kirikiri Stream is a tributary of the Waihou River with its confluence situated 1.9 kms south of Kopu industrial centre. Tenders close at 5:00pm on Wednesday 28 August 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,27866762,Request for Tenders,Open Competition,Tuakau Pumpstation Pipe Replacement and Inlet Upgrade.,1001424,20240731,20240905,20241203,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for Tuakau Pumpstation Pipe Replacement and Inlet Upgrade works. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and environmental management. A competent Civil works contractor is required to carry out construction of a new inlet platform at Tuakau pumpstation in line with the Construction Drawings, Schedule of Quantities and Engineers Specifications. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. This particular asset is part of the Lower Waikato River scheme and provides flood protection to approximately 161.3 hectares of land 2km upstream on the Kairoa Stream from the Waikato River. Tenders close at 5:00pm on Thursday 5 September 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,28120856,Request for Tenders,Open Competition,Mangatawhiri Compartment 3 Pumpstation Inlet Upgrade,1001470,20240731,20240905,20241218,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for Mangatawhiri Compartment 3 Pumpstation Inlet Upgrade project. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and environmental management. A competent Civil works contractor is required to carry out construction of a new inlet platform at Mangatawhiri Compartment 3 Screw pump and Duty pumpstations in line with the Construction Drawings, Schedule of Quantities and Engineers Specifications. This is an opportunity to be part of Councils upgrade of its flood protection assets, which are vital to protecting our Waikato communities. These assets are part of the Mangatawhiri flood protection scheme which protects approximately 1,021.3 hectares of land. The Pumpstation is located at the end of McIntyre Rd, 2km north of Mercer. Tenders close at 5:00pm on Thursday 5 September 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,28580152,Request for Quotations,Open Competition,Lower Waikato - Afforestation Native Plant Supply & Planting Labour 2024,1001943,20231211,20240122,20240214,,Sole Agency,No,,"This Request for Quote (RFQ) is for the purchase of up to 61,120 afforestation native plants that meet the required plant specifications, and planting labour to plant these at multiple properties in the Lower Waikato management zone. Afforestation plant delivery and subsequent planting is anticipated to be undertaken between May 2024 and August 2024. Council is looking for experienced and credible service provider who have the capability and capacity to meet the required plant specifications and timeframe. They need to have a good track record that have relevant experience in management and implementation of plant propagation, planting and good biosecurity and sustainable practices. For further information, please refer to the RFQ. The Hill Country Erosion (HCE) Programme is a partnership between the Ministry for Primary Industries (MPI), Waikato River Authority (WRA), councils and landowners. It provides funding support to regional erosion-control projects that are beyond the capacity of councils to address on their own. This is a good opportunity for suppliers to be part of this programme for the 2024 season. Tenders close at 4:00pm Monday, 22 January 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,28580208,Request for Quotations,Open Competition,West Coast Zone - Afforestation Native Plant Supply & Planting Labour 2024,1001956,20231211,20240122,20240320,,Sole Agency,No,,"This Request for Quote (RFQ) is for the purchase of up to 34,400 afforestation native plants that meet the required plant specifications, and planting labour to plant these at multiple properties in the West Coast management zone. Afforestation plant delivery and subsequent planting is anticipated to be undertaken between May 2024 and June 2024. Council is looking for experienced and credible service provider who have the capability and capacity to meet the required plant specifications and timeframe. They need to have a good track record that have relevant experience in management and implementation of plant propagation, planting and good biosecurity and sustainable practices. For further information, please refer to the RFQ. The Hill Country Erosion (HCE) Programme is a partnership between the Ministry for Primary Industries (MPI), Waikato River Authority (WRA), councils and landowners. It provides funding support to regional erosion-control projects that are beyond the capacity of councils to address on their own. This is a good opportunity for suppliers to be part of this programme for the 2024 season. Tenders close at 4:00pm Monday, 22 January 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,28690438,Request for Proposals,Open Competition,Chief Executive Employment and Remuneration Advisory Services,1001437,20240115,20240221,20240701,,Sole Agency,No,,WRC is looking for consultant who will provide advisory services to the Chief Executive Employment and Remuneration Committee to assist them to discharge their responsibilities set out in relevant Terms of Reference (refer to the tender docs).,Not Awarded,QLG Advisory Limited,0,20250410 Waikato Regional Council,28774289,Request for Proposals,Open Competition,EV infrastructure at WRC properties,FBS 2023/2024 002,20240201,20240305,20241219,,Sole Agency,No,,"WRC is transitioning its fleet towards electric vehicles as part of meeting its emissions reduction plan. EV infrastructure needs to be installed in WRC properties ahead of the fleet purchase. This procurement is for the supply, installation, and maintenance of 46 EV chargers at 8 WRC locations in the 3-year period 2024-25 to 2026-27, with an option for a further 35 EV chargers in the 3-year period 2027-28 to 2029-30. Software and maintenance services are also sought. We are looking to partner with a supplier to supply and install reliable, user friendly and easily maintainable vehicle charging facilities. A supplier that can demonstrate their experience with installing and maintaining EV chargers in similar fleet environments installations in NZ. We are looking for chargers that are easy to use, durable, reliable, and easy to maintain. The chargers need to represent good value for money. A briefing for interested respondents is scheduled for Tuesday 20 February 2024 at 11am. The briefing will be by MS Teams. Register the names and emails of attendees through the GETS Q&A and a meeting invite with a link to participate will be sent to you.",Awarded,,0,20250410 Waikato Regional Council,28808791,Request for Proposals,Closed Competition,Pest Animal Control - Southern Sector 2024/2025,1001801,20240209,20240325,20240701,,Sole Agency,No,,"The Waikato Regional Council contracts pest animal control operations through its Priority Possum Control and HALO programs. The Council invites you to submit your proposal for pest animal control contractors to become a partner in the delivery of the Councils PPCA programs. The Council is seeking suitably qualified contractor(s) who have the capability, experience and capacity to deliver quality, performance-based, landscape scale pest control operations, on time and to budget for the following PPCA areas: Ngaroma 2 Mangakino By successfully completing pest animal control contracts for the council, contractors will be making a contribution to the protection and enhancement of biodiversity, catchment integrity and production values within the region. Submissions close at 12:00pm Monday 25 March 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,29129080,Request for Proposals,Open Competition,Social Procurement opportunities in Organics Material Management,1002530,20240501,20240528,20240625,,Sole Agency,No,,"There is a need to build on existing research to look at how local government could participate in social procurement of waste and reuse services. Using organic material management as a case study, this includes further research on how local government can interact with the organic material management system through procurement. This research should include consideration of the opportunity to procure compost type products as well as how local government can engage with small, social or community enterprises for services relating to organic material management.",Awarded,,0,20250410 Waikato Regional Council,29887983,Request for Proposals,Open Competition,Structural Audits of Flood Protection and Land Management Assets 2024-2027,1003111,20240731,20240823,20241104,,Sole Agency,No,,"Waikato Regional Council (Council) invites proposals for the Structural Audits of Flood Protection and Land Management Assets 2024-2027. The Structural Audit programme is an ongoing series of projects conducted every summer to determine the condition of our most critical flood protection and land management assets. Waikato Regional Council is seeking a three-year contract for external cleaning of these assets as well as cleaning and CCTV footage of the pipes. Waikato Regional Council is looking for a provider with the knowledge and equipment to clean and inspect pipes from 150mm diameter to 1800mm diameter. These pipes could be in either urban or rural locations so plant must have the ability to traverse farm tracks and paddocks. The preservation of Native Fish is a top priority and whilst Council will carry out most of the fish recovery work, it is important that the provider understands the importance of fish preservation and has fish friendly equipment. The Waikato region is a diverse and resource rich region in the heart of the upper North Island. It spans from south Auckland at its northern boundary, to Tongariro National Park in the south, and from the Coromandel peninsula in the east to the west coast at Mokau. WRC are responsible for the coastal and marine. environment from the high tide mark to 12 nautical miles offshore, covering 10,000km2 in area and including 1200km of coastline. This is an opportunity to be directly contributing to the upkeep, and maintenance of our flood protection and land management assets; helping to make the Waikato region a better place to live and work. Tenders close at 4:00pm on Friday 23 August 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,30056904,Request for Proposals,Open Competition,1003129 Water Security Planning,,20240830,20241001,20241202,,Sole Agency,No,,"Water security is a priority issue in Waikato region. Our regions water resources are affected by climate change. Water supply is decreasing and demand is increasing. Economic growth and the health of freshwater ecosystems will be impacted if our water supply and demand issues are not managed more effectively in future. At the request of the Waikato Mayoral Forum, WRC produced the Water Security Strategy for the Waikato Region. This procurement is to implement recommendations from the Water Security Strategy. Specifically, the development of a Water Security Plan.",Not Awarded,Contract awarded to Beca Ltd,0,20250410 Waikato Regional Council,30310252,Request for Proposals,Closed Competition,Mangawara Floodgates 2024/25 Pipe Bursting Bundle,1003522,20241002,20241025,20241209,,Sole Agency,No,,"Waikato Regional Council (the Council) is running a project to replace a number of flood drainage outlets on the Mangawara River This Request for Proposal process will identify the Construction Contractor who has the resources and capability to replace a number of the pipes and headwalls to the Councils requirements by Pipe Bursting. The Council is looking for a credible constructor who has the technical capability, experience and infrastructure to replace pipes and headwalls as required according to the Council requirements, specifications and budget. The Contractor needs to have a good track record in the construction of similar structures to that which is specified in this document. The contractor shall be financially sound and have robust health and safety practices in place prior to commencement of works. In the current financial climate, the Council is looking for a contractor that has good processes and systems in place to manage risk and change and has open and effective communication channels internally and with the Council. We are seeking a strong technical team with a collaborative approach to the project as appropriate. And not least, delivering the project within agreed budget and timeframes is important to us. Tenders close at 5pm Friday, 25 October 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,30313845,Request for Proposals,Closed Competition,Mangawara 2024/2025 Dig Up and Relay Bundle RFP,1003537,20241004,20241101,20241202,,Sole Agency,No,,"Waikato Regional Council (the Council) is running a project to replace a number of flood drainage outlets on the Mangawara River This Request for Proposal process will identify the Construction Contractor who has the resources and capability to replace pipes and headwalls to the Councils requirements by excavation and relaying. The Council is looking for a credible constructor who has the technical capability, experience and infrastructure to replace pipes and headwalls as required according to the Council requirements, specifications and budget. The Contractor needs to have a good track record in the construction of similar structures to that which is specified in this document. The contractor shall be financially sound and have robust health and safety practices in place prior to commencement of works. In the current financial climate, the Council is looking for a contractor that has good processes and systems in place to manage risk and change and has open and effective communication channels internally and with the Council. We are seeking a strong technical team with a collaborative approach to the project as appropriate. And not least, delivering the project within agreed budget and timeframes is important to us. Tenders close at 5pm Friday, 1 November 2024 and must be submitted electronically via GETS.",Awarded,,0,20250410 Waikato Regional Council,30637007,Request for Tenders,Open Competition,Lower Waikato Stop Banks Stage 1 / SP 1 Tuakau East & SP2 Onewhero West,1003194,20241114,20241209,20250312,,Sole Agency,No,,"Waikato Regional Council (Council) invites tenders for the Lower Waikato Stop Bank Upgrades (Stage 1) Project. This Tender is for upgrading two existing Stop Banks, Onewhero West and Tuakau East, located in the lower Waikato River area on private land. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and environmental management. This project is funded through the Regional Resilience Fund Flood Resilience Programme, which was set up to support the upgrade of critical flood infrastructure post the 2022 flood events. Its important that the contractor has the capability to deliver all the requirements of this government funded project. Attendance at a compulsory site inspection to be held on Friday 22 November 2024 at 10.00am. Register for the site inspection by Wednesday 20 November 2024 by emailing the contact person on this GET listing. Tenders close at 5:00pm on Monday 9 December 2024 and must be submitted electronically via GETS.",Awarded,Awarded to Johnstons Drainage and Contracting Limited.,0,20250410 Waimakariri District Council,22368767,Request for Proposals,Open Competition,Contract 19/67 - WDC Trades Panel,,20200226,20200318,20241210,,Sole Agency,No,1 Country Lane,"Waimakariri District Council (WDC) is seeking proposals from suitably qualified and experienced trade providers to join a Trade Services Panel. The panel will be established to support the ongoing planning and delivery of the Waimakariri District Councils Long Term Plan (2018-2028). This prequalification panel will be established for a period of 3 years with 1 + 1 renewal options and will ensure value for money and improved initiation of contracts. Tender documents can be downloaded and submitted via: https://www.tenderlink.com/wmk/",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,23037402,Request for Proposals,Open Competition,Contract 19/67 - WDC Trades Panel - Additional Painters,,20200729,20200819,20241210,,Sole Agency,No,1 Country Lane,"Request for Proposals - WDC Trades Panel - Additional Painting Suppliers Waimakariri District Council (WDC) is seeking additional painting, plastering and decorating suppliers to join a Trade Services Panel. Information on this RFP can be found via Council's Tenderlink Portal, at: https://www.tenderlink.com/wmk/",Not Awarded,Evaluation carried out outside of GETS,0,20250410 Waimakariri District Council,25277092,Request for Tenders,Open Competition,19/65 White Street Culvert Upgrade,,20211223,20220202,20220603,,Sole Agency,No,,,Not Awarded,As per Tender Award Notice 25550602 Waimakariri District Council rejected all tenders due to the tendered price exceeding the available budget.,0,20250410 Waimakariri District Council,25316109,Request for Proposals,Open Competition,19/55 Manderville Stormwater Improvements,,20220119,20220216,20220406,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25550602,Award Notice,Open Competition,Contract 19_65 White Street Culvert Upgrade - Tender Award Notice,,20211221,20220202,20221104,,Sole Agency,No,,Please see attached Tender Award Notice for this contract.,Not Awarded,"CONTRACT 19/65 White Street Culvert Upgrade We are writing to advise that the Waimakariri District Council has rejected all tenders for the above contract, due to the tendered price exceeding the available budget. One conforming tender was received for this contract, with a price of $509,550.11 Below is a summary of the tenderers attribute scores: Technical Skills 86% Methodology 80% Health & Safety 70% We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to records@wmk.govt.nz.",0,20250410 Waimakariri District Council,25550814,Award Notice,Open Competition,Contract 21/23 Waikuku Beach Water Supply Campground Headworks Upgrade,,20211124,20220126,20220316,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25550971,Award Notice,Open Competition,Contract 21/35 Mandeville Water Head Works Upgrade - Tender Award Notice,WMK-1000134,20211126,20220126,20220316,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25666075,Award Notice,Open Competition,Contract 19/55 Mandeville Stormwater Improvements - Tender Award Notice,WMK-1004574,20220117,20220223,20230406,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25699817,Request for Tenders,Open Competition,Contract 21/62 Oxford Urban Water Main Renewals 2021/22,TenderLink WMK-1015804,20220414,20220518,20241210,,Sole Agency,No,215 High Street Rangiora 7400,Tender questions and submissions should be made via TenderLink.,Not Awarded,Tender Carried out outside of GETS,0,20250410 Waimakariri District Council,25706482,Award Notice,Open Competition,Contract 22/11 North Brook Janelle to White Retaining Wall - Tender Award Notice,WMK-1010096,20220301,20220323,20220419,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25706580,Award Notice,Open Competition,Contract 22/12 Southbrook Pond C Access Culvert - Tender Award Notice,WMK-1010106,20220301,20220323,20220419,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25721097,Request for Tenders,Open Competition,Contract 22/17 Huria Reserve Heritage & Mahinga Kai - Pathways (Stage One),WMK-1015942,20220422,20220504,20241210,,Sole Agency,No,"215 High Street, Rangiora",,Not Awarded,Tender Carried out outside of GETS,0,20250410 Waimakariri District Council,25760032,Award Notice,Open Competition,Contract 22/13 West Oxford Reserve Upgrade,WMK-1013184,20220323,20220413,20220505,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,25898135,Award Notice,Open Competition,Contract 21/62 Oxford Urban Water Main Renewals 2021/22 Tender Award Notice,25699817 #WMK-1015804,20220414,20220518,20220602,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,26116992,Request for Tenders,Open Competition,Contract 21/72 Waste Assessment and Waste Management & Minimisation Plan,WMK-1027259 & VP925,20220801,20220824,20241210,,Sole Agency,No,,,Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,26181283,Request for Tenders,Open Competition,CONTRACT 22/16 Waikuku Beach Water Main Renewals 2021 22,,20220815,20220907,20241210,,Sole Agency,No,,,Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,26424241,Award Notice,Open Competition,CONTRACT 22/16 Waikuku Beach Water Main Renewals 2021/22,,20220812,20220907,20221004,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,26427076,Request for Tenders,Open Competition,CONTRACT 22/44 - RESERVOIR IMPROVEMENT WORKS GROUP 1 - Tender Advertisement,,20221006,20221109,20221220,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,I was awarded. Please see RFx ID 26427076.,0,20250410 Waimakariri District Council,26464600,Request for Tenders,Open Competition,Contract 22/40 Septic Tank Maintenance Contract - Tender Advertising,,20221012,20221102,20221125,,Sole Agency,No,,,Awarded,,0,20250410 Waimakariri District Council,26465635,Request for Tenders,Open Competition,CONTRACT 22/15 Mulcocks Road Right Turn Bay IMPROVEMENT - Tender Advertisement,,20221012,20221109,20221207,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,It was awarded on 7 December 2023. Please see RFx ID 26721102.,0,20250410 Waimakariri District Council,26475544,Request for Tenders,Open Competition,CONTRACT 22/50 Southbrook Torlesse Traffic Signals - GETS Tender Advertising,,20221014,20221109,20230120,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,It was rewarded. Please see RFx 26831924,0,20250410 Waimakariri District Council,26477474,Request for Tenders,Open Competition,CONTRACT 22/61 RELINING OF ARMCO CULVERTS - Tender Advertising,,20221014,20221109,20241210,,Sole Agency,No,,Tender advertised on Vendor Panel,Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,26515004,Request for Tenders,Open Competition,CONTRACT 22/39 RANGIORA SEWER UPGRADE STAGE 7 EDWARD STREET - TENDER ADVERTISEMENT,,20221021,20221116,20221205,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace.",Not Awarded,It was awarded on 5 December 2022. Please see RFx ID 27840588,0,20250410 Waimakariri District Council,26533377,Request for Tenders,Open Competition,CONTRACT 22/21 BUTCHERS ROAD CULVERT - CULVERT INSTALLATION - Tender Advertising,,20221025,20221123,20221208,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,"RFx ID 27850919. We are pleased to advise that the Waimakariri District Council has accepted the tender from Fulton Hogan with a tender price of $389,476.76 for the above contract.",0,20250410 Waimakariri District Council,26538663,Request for Tenders,Open Competition,CONTRACT 22/38 KERB & CHANNEL RENEWALS 2022/2023 - GETS Advertising,,20221026,20221123,20221207,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,"It was awarded. Please see RFx ID 27848264. We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation Limited with a tender price of $858,093.61 for the above contract.",0,20250410 Waimakariri District Council,26569987,Request for Tenders,Open Competition,CONTRACT 22/55 Rangiora Water Main Renewals 2022 23 - Tender Advertising,,20221102,20221130,20241210,,Sole Agency,No,,,Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,26602630,Request for Tenders,Open Competition,CONTRACT 22/45 Water Quality Monitoring Stations - Tender Advertising,,20221109,20221207,20221220,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Filtec Limited with a tender price of $636,435.84 for the above contract. Please see RFx ID 26767782",0,20250410 Waimakariri District Council,26611822,Request for Tenders,Open Competition,CONTRACT 19/65 White Street Culvert Upgrade - TENDER ADVERTISING,,20221110,20221207,20221223,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,26628675,Request for Tenders,Open Competition,CONTRACT 22/57 AYERS STREET GENERATOR INSTALLATION - Tender Advertising,VP1077,20221115,20221207,20230810,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,26678391,Award Notice,Open Competition,CONTRACT 22/40 Septic Tank Maintenance - Tender Award Notice,,20221031,20221102,20221125,,Sole Agency,No,,Please see attached Tender Award Notice for this contract.,Not Awarded,,0,20250410 Waimakariri District Council,26714970,Award Notice,Open Competition,CON202263 WAIMAKARIRI INTEGRATED TRANSPORT STRATEGY,,20221020,20221116,20221206,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,26721102,Award Notice,Open Competition,CONTRACT 2022/15 Muclocks Road Right Turn Bay Improvement - TENDER AWARD NOTICE,,20221012,20221109,20221207,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,26767782,Award Notice,Open Competition,CON 22/45 Water Quality Monitoring Stations Tender Award Notice,,20221109,20221207,20221220,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Filtec Limited with a tender price of $636,435.84 for the above contract. Three conforming tenders were received for this contract, ranging in price from $636,435.84 to $722,014.94. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to records@wmk.govt.nz.",Not Awarded,,0,20250410 Waimakariri District Council,26768725,Award Notice,Open Competition,CON22/44 RESERVOIR IMPROVEMENT WORKS GROUP 1 Tender Award Notice,,20221006,20221109,20221220,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from G&T Construction Ltd with a tender price of $618,956.00 for the above contract. Three conforming tenders, ranging in price from $618,956.00 to $1,358,762.41 were received for this contract. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to records@wmk.govt.nz.",Not Awarded,,0,20250410 Waimakariri District Council,26778173,Award Notice,Open Competition,Contract 19 65 White Street Culvert Upgrade - GETS Tender Award Notice,,20221110,20221207,20221223,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $395,539.09 for the above contract. 2 conforming tenders, ranging in price from $399,539.09 to $414,758.30 were received for this contract. Below is a summary of the overall tender attribute scores: Low High Relevant Technical Skills 66 85 Methodology 75 80 Health & Safety 70 70 Below is a summary of the overall tender pricing: Low High Tender Price $ 399,539.09 $414,758.30 Supplier Premium $0 $4,500.00 Evaluated Price $395,039.09 $414,758.30 We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to records@wmk.govt.nz.",Not Awarded,,0,20250410 Waimakariri District Council,26812837,Request for Tenders,Open Competition,22/35 West Rangiora Speed Management - Tender Advertising,,20230117,20230208,20230317,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,26823331,Request for Tenders,Open Competition,2274 York Street Stormwater Extension - Call Tender Request Proposal Tender Advertising,,20230119,20230215,20230308,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4:00pm on Wednesday, 15 February 2023, with tender submissions also via VendorPanel.",Not Awarded,,0,20250410 Waimakariri District Council,26824711,Request for Tenders,Open Competition,2249 New Footpaths and Minor Improvements,,20230119,20230215,20230317,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 15 February 2023, with tender submissions also via VendorPanel.",Awarded,,0,20250410 Waimakariri District Council,26831924,Award Notice,Open Competition,22/50 Southbrook Torlesse Traffic Signals - GETS Tender Award Notice,,20221206,20221206,20221206,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,26874384,Request for Tenders,Open Competition,21/38 - Tuahiwi Footpath - Tender Advertsiisng,,20230131,20230301,20230317,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,"17/03/2023 CONTRACT 21/38 Tuahiwi Footpath We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation with a tender price of $230,246.77 for the above contract. Possession of site is given on 29/03/2023, with a due date for completion of 26/05/2023. Six tenders were received for this contract.",0,20250410 Waimakariri District Council,26934753,Award Notice,Open Competition,CONTRACT 22/70 Rangiora Minor Stormwater Improvements,,20230210,20230210,20230209,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $41,988.42 for the above contract. Possession of site is given on 23 February 2023, with a due date for completion of 30 April 2023. Three tenders were received for this contract. Please see the attachment.",Not Awarded,,0,20250410 Waimakariri District Council,27022722,Request for Tenders,Open Competition,Contract 2256 CCTV Inspections 2022 - 2024 - Call Tender Request Proposal Advertising - Request for tenders,,20230302,20230412,20230427,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,27053440,Award Notice,Open Competition,2274 York Street Stormwater Extension - Tender Award Notice,,20230308,20230308,20221220,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrdae Drainage and Excavation Ltd with a tender price of $313,085.71 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,27107955,Request for Tenders,Open Competition,2313 Library Courier Services 23-24 Call Tender Request Proposal GETS Advertising,,20230317,20230412,20230811,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,27109520,Award Notice,Open Competition,2138 Tuahiwi Footpath GETS Tender Award Notice,,20230317,20230317,20230317,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation with a tender price of $230,246.77 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,27109594,Award Notice,Open Competition,2235 West Rangiora Speed Management - Tender Award Notice,,20230317,20230317,20230317,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation Limited with a tender price of $223,756.11 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,27109843,Award Notice,Open Competition,2249 - New Footpaths and Minor Improvements GETS Tender Award Notice,,20230317,20230317,20230317,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Pidgeon Contracting Limited with a tender price of $363,203.90 for the above contract.",Awarded,,0,20250410 Waimakariri District Council,27129658,Request for Tenders,Open Competition,"202311 - After Hours security, animals and noise - Call Tender Request Proposal Advertising",,20230322,20230419,20230817,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,27158975,Award Notice,Open Competition,Contract 22/67 Gammans Creek Backup Source GETS Tender Award Notice,,20230329,20230329,20230328,,Sole Agency,No,,"CONTRACT 22/67 GAMMANS CREEK BACKUP SOURCE We are pleased to advise that the Waimakariri District Council has accepted the tender from Chinnery Construction Ltd with a tender price of $89,840.88 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,27304517,Award Notice,Open Competition,Contract 22 56 CCTV Inspections - GETS Tender Award Notice,,20230427,20230427,20230427,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Mainland Pipeline Inspections with a tender price of $323,121.50 for the above contract. Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Mainland Pipeline Inspections with a tender price of $323,121.50 for the above contract. Possession of site is given on 05/05/2023, with a due date for completion of 30/06/2025. Six (6) tenders were received for this contract.",0,20250410 Waimakariri District Council,27312246,Award Notice,Open Competition,CONTRACT 21/72 Waste Assessment and Waste Management & Minimisation Plan Review - Award Notice,,20230428,20230428,20230428,,Sole Agency,No,,"CONTRACT 21/72 Waste Assessment and Waste Management & Minimisation Plan Review We are pleased to advise that the Waimakariri District Council has accepted the tender from Eunomia Research & Consulting with a tender price of $31,115.00 for the above contract. Four conforming tenders, ranging in price from $39,115.00 to $129,550.00 were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,27369062,Request for Tenders,Open Competition,CONTRACT 21/75 Oxford Road Drainage Modifications - Tender Award Notice,,20230509,20230509,20230509,,Sole Agency,No,,"CONTRACT 21/75 Oxford Road Drainage Modifications We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation Ltd with a tender price of $69,216.65 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,27380321,Request for Tenders,Open Competition,CONTRACT 23/25 BUILDING UNIT EXTERNAL CONSULTANT SERVICES CONTRACT,,20230511,20230524,20240201,,Sole Agency,No,,"Waimakariri District Council requests tenders to supply external technical support services to the Building Consent Authority function of the Waimakariri District Council. The specifics of these services are outlined below: Processing Building Consent applications up to Competency Level R1-R3. Processing Building Consent applications up to Competency Level C1-C3. Competency assessments for Competency Levels R1-R3 & C1-C3 consistent with MBIE NCAS. Technical peer reviews of staff that work in Processing, Inspections, and Certification. Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,27675668,Award Notice,Open Competition,1960 Ashley Street Stormwater upgrade - GETS Tender Award Notice,,20230707,20230707,20230707,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,27840588,Award Notice,Open Competition,CON22/39 - Rangiora Sewre Upgrades Stage 7 - GETS Tender Award Notice,,20230807,20230807,20221205,,Sole Agency,No,,"More information available on https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace.",Not Awarded,We are pleased to advise that the Waimakariri District Council has accepted the tender from Nor West Contracting,0,20250410 Waimakariri District Council,27848264,Award Notice,Open Competition,22/38 Kerb and Channel Renewals 20222023 - GETS Tender Award Notice,,20230808,20230808,20221207,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation Limited with a tender price of $858,093.61 for the above contract.",Not Awarded,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage and Excavation Limited with a tender price of $858,093.61 for the above contract.",0,20250410 Waimakariri District Council,27850919,Award Notice,Open Competition,22/21 Butchers Road Culvert - GETS Tender Award Notice,,20230808,20230808,20221208,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Fulton Hogan with a tender price of $389,476.76 for the above contract.",Not Awarded,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Fulton Hogan with a tender price of $389,476.76 for the above contract.",0,20250410 Waimakariri District Council,27851253,Award Notice,Open Competition,22/55 Rangiora Water Main Renewals 202223 - GETS Tender Award Notice,,20230808,20230808,20221208,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $250,586.15 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,27867144,Award Notice,Open Competition,CONTRACT 22/57 AYERS STREET GENERATOR INSTALLATION - Award Notice,,20230810,20230810,20230810,,Sole Agency,No,,We are pleased to advise that the Waimakariri District Council has accepted the tender from G&T Construction Ltd .,Not Awarded,,0,20250410 Waimakariri District Council,27872227,Award Notice,Open Competition,Contract 23/13 - Library Courier 2023 - 2024 - GETS Tender Award Notice,,20230811,20230811,20230811,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,27907416,Award Notice,Open Competition,23/11 After hours secuirty animal & noise - GETS Tender Award Notice,,20230817,20230817,20230817,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Waimak Patrols & Security Services with a tender price of $153,932.93 (based on typical call out data) for the above contract",Not Awarded,,0,20250410 Waimakariri District Council,27936788,Request for Tenders,Open Competition,23/39 Southbrook Resource Recovery Park Drainage Upgrade Call Tender Request Proposal GETS Advertising,,20230822,20230913,20231006,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 13 September 2023, with tender submissions also via VendorPanel.",Not Awarded,,0,20250410 Waimakariri District Council,27955308,Request for Tenders,Open Competition,"CONTRACT 22/46 KAIAPOI, RANGIORA, OXFORD NO 1 & OXFORD NO 2 WATER SUPPLIES - DRILLING CONTRACT",,20230824,20230913,20231010,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,28057551,Request for Tenders,Open Competition,23/50 East Belt Rain Gardens,,20230908,20231004,20231017,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,28058066,Request for Tenders,Open Competition,23/54 CENTRAL RANGIORA GRAVITY SEWER CAPACITY UPGRADE STAGE 6,,20230908,20231004,20231020,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,28104856,Request for Tenders,Open Competition,22/73 - Townsend Road Reserve Upgrade - Call Tender Request Proposal Advertising Notice,,20230914,20231011,20241210,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 11 October 2023, with tender submissions also via VendorPanel.",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,28141858,Request for Tenders,Open Competition,23/24 Central Rangiora Gravity Sewer Capacity Upgrade - Stage 8 Tender Advertising Notice,,20230920,20231018,20231121,,Sole Agency,No,,"Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $1,054,887.69 for the above contract. Three conforming tenders, ranging in price from $1,054,887.69 to $1,628,597.07 were received for this contract. Please see RFx 28141858",0,20250410 Waimakariri District Council,28238094,Award Notice,Open Competition,23/39 Southbrook Resource Recovery Park Drainage Upgrade - Tender Award Notice,,20231006,20231006,20231010,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Chinnery Construction Ltd with a tender price of $36,491.97 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,28239412,Award Notice,Open Competition,22/69 OXFORD URBAN WATER MAIN RENEWALS PARK AVENUE 2022/23 Tender Award Notice,,20231006,20231006,20231006,,Sole Agency,No,,"CONTRACT 22/69 OXFORD URBAN WATER MAIN RENEWALS PARK AVENUE 2022/23 We are pleased to advise that the Waimakariri District Council has accepted the tender from Waimakariris District Councils Water Unit with a tender price of $246,217.41 Excluding GST for the above contract. This work was tendered by sole source procurement. Possession of site was given on 25 September 2023, with a due date for completion of 3 November 2023.",Not Awarded,,0,20250410 Waimakariri District Council,28295710,Award Notice,Open Competition,23/50 East Belt Rain Gardens - Award Notice,,20231017,20231017,20231017,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,28324436,Award Notice,Open Competition,23/54 CENTRAL RANGIORA GRAVITY SEWER CAPACITY UPGRADES - STAGE 6 Tender Award Notice,,20231020,20231020,20231020,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,28332356,Request for Tenders,Open Competition,Northeast Rangiora Supply Main - KiwiRail Crossing Pipe Thrusting Brief - TENDER ADVERTISING NOTICE,,20231024,20231108,20231120,,Sole Agency,No,,,Not Awarded,,0,20250410 Waimakariri District Council,28388327,Request for Tenders,Open Competition,23/65 UV Upgrade Package 2 - West Eyreton and Ohoka Advertising Notice Request for Tenders.pdf,,20231102,20231206,20231219,,Sole Agency,No,,"CONTRACT 23/65 UV UPGRADE PACKAGE 2 WEST EYRETON AND OHOKA UV UPGRADES Tenders are invited from suitably qualified contractors for the above contract. This project is for the delivery of professional services for the completion of the detailed design and participation in the tender evaluation of the installation of UV Disinfection into two drinking-water supply schemes in the Waimakariri District: West Eyreton and Ohoka. The main tasks involved in this Contract are: - Confirmation of Concept Design and Development of Preliminary Design - Completion of Detailed Design Documentation ready for tender, including detailed design drawings, and specifications and detailed design reports. - Technical advice and support during physical works tender evaluation, construction, and commissioning phases Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 22th November 2023, with tender submissions also via VendorPanel. 21 November 2023 - Waimakariri District Council are extending the tender period. Tenders for this contract close at 4pm on Wednesday 6th December 2023, with tender submissions also via VendorPanel.",Not Awarded,Please see 28648974,0,20250410 Waimakariri District Council,28401096,Award Notice,Open Competition,22/73 - Townsend Road Reserve Upgrade - Tender Award Notice.pdf,,20231103,20231103,20231103,,Sole Agency,No,,"CONTRACT 22/73 TOWNSEND ROAD RESERVE UPGRADE We are pleased to advise that the Waimakariri District Council has accepted the tender from Citycare Property Ltd with a tender price of $634,615.04 for the above contract. Possession of site is given on 17 November 2023, with a due date for completion of 29 January 2024. Three tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,28457158,Request for Tenders,Open Competition,23/73 - Call Tender Request Proposal Advertising Notice- Marshall Street Pedestrian Improvements,,20231114,20231206,20231212,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the construction of a short length of kerb and channel, and footpath in Marshall Street, Rangiora to complete the pedestrian connectivity between Denchs Road, and the Southbrook School. The main tasks involved in this Contract are: Construction of approximately 30m of new kerb and channel Construction of approximately 80m2 of new asphalt footpath Construction of a watts profile speed hump Installation of wheel stops Line marking and signage alterations. Installation of tactile pavers Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 06 December 2023, with tender submissions also via VendorPanel",Not Awarded,Please see RFx 28619199,0,20250410 Waimakariri District Council,28473113,Request for Tenders,Open Competition,CONTRACT 23/56 McPhedrons and Rockford Road WTP UV and Generator Installation,,20231116,20231213,20240126,,Sole Agency,No,,"CONTRACT 23/56 McPhedrons and Rockford Road WTP UV and Generator Installation Tenders are invited from suitably qualified contractors for the above contract. This Contract is for two separate activities as follows: Separable Portion A & B Installation of two Principal Supplied Galaxy F170 GX and F60 GX Generator Units at McPhedrons Road and Rockford Road WTP sites, including construction of concrete foundation pad and associated external site works as detailed on drawing set 4421. Separable Portion C Installation of two Principal Supplied Trojan D03 UV Reactors at McPhedrons Road WTP site, and supply and installation of all associated internal building modifications as detailed on drawing set 4404. Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,28490665,Award Notice,Open Competition,Northeast Rangiora Supply Main KiwiRail Crossing Pipe Thrusting Brief,,20231120,20231120,20231120,,Sole Agency,No,,"CONTRACT Northeast Rangiora Supply Main KiwiRail Crossing Pipe Thrusting We are pleased to advise that the Waimakariri District Council has accepted the tender from Utilities Infrastructure NZ Ltd with a tender price of $7,200.00 for Part 1 of the above contract. The contract is due to commence on 21 November 2023, with completion by 31 December 2024. Three tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,28501874,Award Notice,Open Competition,23/24 CENTRAL RANGIORA GRAVITY SEWER CAPACITY UPGRADES - STAGE 8 Tender Award Notice,,20231122,20231122,20231121,,Sole Agency,No,,"CONTRACT 23/24 CENTRAL RANGIORA GRAVITY SEWER CAPACITY UPGRADES - STAGE 8 We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $1,054,887.69 for the above contract. Three conforming tenders, ranging in price from $1,054,887.69 to $1,628,597.07 were received for this contract. The table below summarises the tender price (in ascending order) and non-price attribute assessment: Tenderer Tender Price Satisfactory Non-Price Attributes Contractor 1 $1,054,887.69 YES Contractor 2 $1,077,093.00 Not Assessed Contractor 3 $1,628.597.07 Not Assessed We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form(s), and submitting to IM@wmk.govt.nz.",Not Awarded,"CONTRACT 23/24 CENTRAL RANGIORA GRAVITY SEWER CAPACITY UPGRADES - STAGE 8 We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $1,054,887.69 for the above contract. Three conforming tenders, ranging in price from $1,054,887.69 to $1,628,597.07 were received for this contract.",0,20250410 Waimakariri District Council,28501987,Award Notice,Open Competition,21/56 KAIAPOI COMMUNITY HUB DEVELOPMENT - Tender Award Notice,,20231122,20231122,20230929,,Sole Agency,No,,"CONTRACT 21/56 KAIAPOI COMMUNITY HUB DEVELOPMENT We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $630,331.19 for the above contract. Possession of site is given on 13 October 2023, with a due date for completion of 19 February 2024. 11 conforming tenders, ranging in price from $630,331.19 to $985,751.86 were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,28508650,Request for Proposals,Open Competition,ERP Quality Assurance Services,VP2023-59,20231127,20231212,20241210,,Sole Agency,No,,"The Waimakariri District Council invites you to submit a formal proposal to supply Quality Assurance services to enable the delivery of the Next Generation Council Enterprise Solution (ERP; Enterprise Resource Planning) in according to the terms, conditions and requirements described in this Request for Proposal (RFP). The purpose of ERP (Enterprise Resource Planning) quality assurance service is to ensure that the replacement of the Council Enterprise ERP system meets the business requirements and functions as expected from the end-users' perspective, and is fit for purpose before the solution is deployed into the production environment. Functional areas of change: - Asset Management - Customer Relationship Management - Financials - Human Resources - Mobile Applications - Payroll - Rates - Regulatory This is an excellent opportunity to partner with the Waimakariri District Council in helping us to take our first major step in digitally transforming the way we do things and how we serve our community, today and tomorrow.",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,28517572,Request for Tenders,Open Competition,23/46 KERB AND CHANNEL RENEWALS 2023 / 2024 - Tender Advertising Notice,,20231124,20231213,20240112,,Sole Agency,No,,"CONTRACT 23/46 KERB AND CHANNEL RENEWALS 2023 / 2024 Tenders are invited from suitably qualified contractors for the above contract. This contract is for the renewal of ageing kerb and channel, associated footpath and drainage works at the following locations in Rangiora: Geddis Street (both sides, No. 26 to White Street) Edward Street (eastern side, Wales Street to the end) Alfred Street (southern side, Ivory Street to Victoria Street) In addition to the kerb and channel renewals, this contract also includes the following minor works: Installation of a pedestrian refuge island on West Belt Installation of a pedestrian refuge island on Ivory Street Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 13 December 2023, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing.",Not Awarded,"CONTRACT 23/46 KERB AND CHANNEL RENEWALS 2023 / 2024 We are pleased to advise that the Waimakariri District Council has accepted the tender from Pidgeon Contracting Limited with a tender price of $686,107.45 for the above contract. Possession of site is given on Monday 29th January 2024, with a due date for completion of Friday 03rd May 2024.",0,20250410 Waimakariri District Council,28530034,Award Notice,Open Competition,23/26 On-Demand UV Treatment Main Works Southbelt Rangiora,,20231120,20231127,20231127,,Sole Agency,No,,"Contract 23/26 On-Demand UV Treatment Main Works Southbelt Rangiora We are pleased to advise that the Waimakariri District Council has accepted the tender from CORDE Ltd with a contract price of $1,458,683.90 (excluding GST) for the above contract. Three conforming tenders were received for this contract. The tenders were assessed in accordance with the Conditions of Tendering.",Not Awarded,"Contract 23/26 On-Demand UV Treatment Main Works Southbelt Rangiora We are pleased to advise that the Waimakariri District Council has accepted the tender from CORDE Ltd with a contract price of $1,458,683.90 (excluding GST) for the above contract. Three conforming tenders were received for this contract. The tenders were assessed in accordance with the Conditions of Tendering.",0,20250410 Waimakariri District Council,28531218,Award Notice,Open Competition,23/27 On-Demand UV Treatment - Peraki & Darnley Street Kaiapoi,,20231127,20231127,20231127,,Sole Agency,No,,"Contract 23/27 On-Demand UV Treatment - Peraki & Darnley Street Kaiapoi We are pleased to advise that the Waimakariri District Council has accepted the tender from CORDE Ltd with a contract price of $2,657,158.69 (excluding GST) for the above contract. Three conforming tenders were received for this contract. The tenders were assessed in accordance with the Conditions of Tendering.",Not Awarded,,0,20250410 Waimakariri District Council,28531696,Award Notice,Open Competition,23/28 On-Demand UV Treatment - Oxford & Pegasus - Tender Award Notice,,20231127,20231127,20231127,,Sole Agency,No,,"Contract 23/28 On-Demand UV Treatment - Oxford & Pegasus We are pleased to advise that the Waimakariri District Council has accepted the tender from CORDE Ltd with a contract price of $ 1,652,495.42 (excluding GST) for the above contract. Three conforming tenders were received for this contract. The tenders were assessed in accordance with the Conditions of Tendering.",Not Awarded,,0,20250410 Waimakariri District Council,28590277,Request for Tenders,Open Competition,CONTRACT 23/74 PALMER STREET UPGRADE,,20231208,20240117,20240322,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,,0,20250410 Waimakariri District Council,28619199,Award Notice,Open Competition,CONTRACT 23/73 Marshall Street Pedestrian Improvements,,20231213,20231213,20231212,,Sole Agency,No,,"CONTRACT 23/73 Marshall Street Pedestrian Improvements We are pleased to advise that the Waimakariri District Council has accepted the tender from On-Grade Drainage & Excavation Ltd with a tender price of $91,687.65 for the above contract. Four conforming tender were received for this contract. The tenders were assessed in accordance with the Conditions of Tendering.",Not Awarded,,0,20250410 Waimakariri District Council,28619927,Award Notice,Open Competition,CONTRACT CON23/31 DARNLEY SQUARE TRUNK WATER MAIN UPGRADE - Award Notice,,20231213,20231213,20231213,,Sole Agency,No,,"CONTRACT CON23/31 DARNLEY SQUARE TRUNK WATER MAIN UPGRADE We are pleased to advise that the Waimakariri District Council has accepted the tender from G&T Construction Ltd with a tender price of $509,145.12 for the above contract. Three conforming tenders were received for this contract. The tenders were assessed in accordance with the Conditions of Tendering.",Not Awarded,,0,20250410 Waimakariri District Council,28644168,Request for Tenders,Open Competition,CONTRACT 23/62 Kings Ave Pump Station Drainage - Tender Advertising Notice,,20231219,20240131,20240213,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,Tender Award Notice was published on VendorPanel.,0,20250410 Waimakariri District Council,28648974,Award Notice,Open Competition,CONTRACT 23/65 UV Upgrade Package 2 West Eyreton and Ohoka Design Services - Award Notice,28388327,20231219,20231219,20231219,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Davis Ogilvie & Partners with a tender price of $148,160.00 for the above contract.",Awarded,Please see RFx 28648974,0,20250410 Waimakariri District Council,28653658,Request for Tenders,Open Competition,CONTRACT 23/32 Three Waters Electrical Maintenance - Tender Advertising Notice,,20231220,20240214,20240408,,Sole Agency,No,,"CONTRACT 23/32 Three Waters Electrical Maintenance Tenders are invited from suitably qualified contractors for the above contract. This contract is for electrical maintenance and upgrade works at all 3 Waters facility sites in the Waimakariri District, as well as development of Council specific electrical specifications and proactive works programmes tailored to the districts 3 Waters sites. Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 14 February 2024, with tender submissions also via VendorPanel.",Not Awarded,,0,20250410 Waimakariri District Council,28660504,Request for Tenders,Open Competition,CONTRACT 22/54 CHURCH STREET DRAINAGE UPGRADE - Tender Advertising Notice,,20231222,20240131,20240221,,Sole Agency,No,,"CONTRACT 22/54 CHURCH STREET DRAINAGE UPGRADE Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 31 January 2024, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing.",Not Awarded,,0,20250410 Waimakariri District Council,28685609,Request for Tenders,Open Competition,CONTRACT 23/70 Tree Removal Waterways Upgrade,,20240115,20240131,20240207,,Sole Agency,No,,"This Contract is for the falling of trees along Flaxton Road, Rangiora The main tasks involved in this Contract are: Fall marked trees along Mill Road and Flaxton Road, approx. 690m Remove fallen trees from site Reinstate any damaged/ disturbed areas Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 31st January 2024, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified, they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing.",Not Awarded,,0,20250410 Waimakariri District Council,28689494,Award Notice,Open Competition,CONTRACT 23/46 KERB AND CHANNEL RENEWALS - Award Notice,28517572,20240115,20240115,20240112,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Pidgeon Contracting Limited with a tender price of $686,107.45 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,28695562,Request for Tenders,Open Competition,CONTRACT 23/78 WOODLANDS ESTATE PLAYGROUND - Tender Advertising Notice,,20240116,20240214,20240426,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the above contract. This contract is for the Construction of a playground area and associated civil works in Woodlands Estate, Woodend, off Parsonage Road. The works also include supply and install of a shelter, furniture, and plantings as well as enabling works for the playground equipment to be installed (by others). Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 14th February 2024, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing",Not Awarded,,0,20250410 Waimakariri District Council,28709447,Request for Tenders,Open Competition,CONTRACT 23/77 EAST WOODEND STORMWATER BASIN UPGRADE - Tender Advertising Notice,,20240118,20240207,20240404,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the upgrade of a stormwater basin at 79 Petries Road on the east side of Woodend. The main tasks involved in this Contract are: - Resurfacing of stormwater pond - Raising the height of the bank for a section on the west side of the pond - Installing 4m of DN300 PVC-U stormwater culvert to the levels specified including upstream and downstream wingwalls and upstream orifice plate - Installation of upstream and downstream rip rap aprons and Enkamat or similar on top of bank - Installing a rock weir across basin inlet to the levels specified Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 7 February 2024, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing.",Not Awarded,,0,20250410 Waimakariri District Council,28732020,Request for Tenders,Open Competition,CONTRACT 23/22 Stalkers Road Stormwater Improvements - Tender Advertising Notice,,20240124,20240214,20240229,,Sole Agency,No,,"Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 14th February 2024, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing.",Not Awarded,,0,20250410 Waimakariri District Council,28750175,Award Notice,Open Competition,CONTRACT 23/56 McPhedrons & Rockford Road WTP UV & Generator Installation - TENDER AWARD NOTICE,,20240126,20240126,20240126,,Sole Agency,No,,"CONTRACT 23/56 McPhedrons & Rockford Road WTP UV & Generator Installation We are pleased to advise that the Waimakariri District Council has accepted the tender from ARC Projects Ltd with a tender price of $140,910.83 for the above contract. Possession of site is given on 30 January 2024, with a due date for completion of 20 May 2024. 7 total tenders, 6 of which were conforming, ranging in price from $140,910.83 to $229,206.27 were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,28767665,Request for Tenders,Open Competition,23/71 Waikuku Beach Carpark Renewals - Call Tender Request Proposal - Tender Advertising Notice,,20240131,20240221,20241210,,Sole Agency,No,,,Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,28772221,Award Notice,Open Competition,23/25 Building Unit External Consultant Services - Tender Award Notice,,20240201,20240201,20240201,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tenders from New Zealand Building, Training & Compliance Ltd, Compliance Consulting Limited, Keegan Properties and Click Consultancy Limited",Not Awarded,Tender Award Notice published,0,20250410 Waimakariri District Council,28774139,Request for Tenders,Open Competition,21/74 Lineside Road Drainage Upgrade - Tender Advertising Notice,,20240201,20240228,20241210,,Sole Agency,No,,"CONTRACT 21/74 Lineside Road Drainage Upgrade Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the Supply and Installation of stormwater drains, an outfall structure, asphaltic footpath, and pedestrian crossing in the Rangiora township of the Waimakariri District. Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: https://www.vendorpanel.nz/marketplace. Tenders for this contract close at 4:00pm on Wednesday, 28 February 2024, with tender submissions also via VendorPanel.",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,28789848,Request for Tenders,Open Competition,23/64 RANGIORA WATER MAIN RENEWALS 2023/24 - ASHLEY STREET - TENDER ADVERTISING NOTICE,,20240207,20240228,20241210,,Sole Agency,No,,"CONTRACT 23/64 RANGIORA WATER MAIN RENEWALS 2023/24 - ASHLEY STREET Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the construction of a watermain, surface water channels and footpath in Ashley Street in Rangiora. The main tasks involved in this Contract are: - Installation of 193m of 63mm OD PE 100 PN12.5 PE water main and associated connections - Renewal of kerb and channel on the western side of Ashley Street - Renewal of the footpath on the western side of Ashley Street - Construction of grass berms to a high standard Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 28th February 2024, with tender submissions also via VendorPanel. We would like to remind",Not Awarded,Evaluation carried out outside of GETS,0,20250410 Waimakariri District Council,28794237,Award Notice,Open Competition,23/70 Tree removal - Waterways Upgrade - Tender Award Notice,,20240207,20240207,20240207,,Sole Agency,No,,"This Contract is for the falling of trees along Flaxton Road, Rangiora The main tasks involved in this Contract are: Fall marked trees along Mill Road and Flaxton Road, approx. 690m Remove fallen trees from site Reinstate any damaged/ disturbed areas Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 31st January 2024, with tender submissions also via VendorPanel. We would like to remind potential future tenderers that all tenderers are required to be prequalified to the specified tier of the relevant category for the works, in order for the contract to be awarded. Where a tenderer is not prequalified, they will need to submit information to meet the minimum requirements of the relevant prequalification category. The tenderer can do this by visiting https://www.waimakariri.govt.nz/your-council/council-tenders, completing the relevant form, and submitting to IM@wmk.govt.nz, at least one week prior to tenders closing.",Not Awarded,,0,20250410 Waimakariri District Council,28833807,Award Notice,Open Competition,22/09 Island / Ohoka Road Traffic Signals - Tender Award Notice,,20240214,20240214,20240214,,Sole Agency,No,,"CONTRACT 22/09 Island / Ohoka Road Traffic Signals We are pleased to advise that the Waimakariri District Council has accepted the tender from Higgins Contractors Ltd with a tender price of $1,246,098.72 for the above contract. Possession of site is given on 26th February 2024, with a due date for completion of 10 May 2024.",Not Awarded,"CONTRACT 22/09 Island / Ohoka Road Traffic Signals We are pleased to advise that the Waimakariri District Council has accepted the tender from Higgins Contractors Ltd with a tender price of $1,246,098.72 for the above contract. Possession of site is given on 26th February 2024, with a due date for completion of 10 May 2024.",0,20250410 Waimakariri District Council,28875804,Award Notice,Open Competition,CON22/54 Church Street Drainage Upgrade - Tender Award Notice,,20240221,20240221,20240221,,Sole Agency,No,,"CONTRACT 22/54 CHURCH STREET DRAINAGE UPGRADE We are pleased to advise that the Waimakariri District Council has accepted the tender from Curle Contracting Limited with a tender price of $43,847.03 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,28889225,Request for Tenders,Open Competition,22/52 Cones Road Drainage and Stormwater Upgrade - Tender Advertising,,20240223,20240313,20240503,,Sole Agency,No,,"CONTRACT 22/52 Cones Road Drainage and Stormwater Upgrade Tenders are invited from suitably qualified contractors for the above contract. This contract is for the Installation of two stormwater box culverts in the Cones Road area of Ashley, relocating an existing box culvert, realigning the current drain, and widening the road shoulder at the Fawcetts Road and Cones Road intersection. The main tasks involved in this Contract are: - Realignment of 300m of existing drain - Approx 300m long of 1.5m wide Shoulder Widening through the intersection of Cones Road with Fawcetts Road - Installation of Two Supplied Box Culverts - Relocation of the Existing Box Culvert at 129 Cones Road - Installation of Supplied Headwalls, including fabrication of traversable grates. Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,Tender Award Notice for 22/52 Cones Road Drainage and Stormwater Upgrade was published on GETS (RFx29153697) on 3 May 2024. More details on VendorPanel.,0,20250410 Waimakariri District Council,28889901,Request for Tenders,Open Competition,23/48 Lehmans Road New Sewer and Water Mains - Request for Tenders,,20240223,20240320,20240404,,Sole Agency,No,,"23/48 Lehmans Road New Sewer and Water Mains Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the installation of new varying diameter water and sewer pressure mains ranging from 125mm OD to 250mm OD PE pipes along Lehmans Road, Rangiora. This work also includes the installation of a new sewer manhole, air release valves, isolation valves and flushing points. Also included are new water air release valves, isolation valves and hydrants. The main tasks involved in this Contract are: - Supply and installation of 55 metres of 250mm OD PN12.5 PE100 watermain and connecting to existing watermains. - Supply and installation of 1,036 metres of 180mm OD PN12.5 PE100 watermain and connecting to new watermains - Supply and installation of 1,137 metres of 125mm OD PN16 PE100 pressure sewer main and connection to new manhole - Supply and install new sewer manhole and connections - Supply and install air valves for new sewer and water mains - Other works where required Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 20 March 2024, with tender submissions also via VendorPanel.",Not Awarded,,0,20250410 Waimakariri District Council,28927576,Award Notice,Open Competition,23/77 East Woodend Stormwater Basin Upgrade - Tender Award Notice,,20240229,20240229,20240226,,Sole Agency,No,,"CON 23/77 East Woodend Stormwater Basin Upgrade We are pleased to advise that the Waimakariri District Council has accepted the tender from Grant Hood Contracting with a tender price of $87,467.60 for the above contract. Eight conforming tenders, ranging in price from $87,467.60 to $176,089.58 were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,28931322,Award Notice,Open Competition,23/22 STALKERS ROAD STORMWATER IMPROVEMENTS - Tender Award Notice,,20240229,20240229,20240229,,Sole Agency,No,,"CONTRACT 23/22 STALKERS ROAD STORMWATER IMPROVEMENTS We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $196,908.84 for the above contract. Possession of site is given on 11th March 2024, with a due date for completion of 9th April 2024. Four tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,28931727,Request for Tenders,Open Competition,24/09 11 BLAKE STREET CARPARK AND LANEWAY - Tender Advertising Notice,,20240229,20240313,20241210,,Sole Agency,No,,"CONTRACT 24/09 11 BLAKE STREET CARPARK AND LANEWAY Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the redevelopment of a laneway and carpark area at 11 Blake Street in the business area of Rangiora. The main tasks involved in this Contract are: - Strip existing AC, prepare, and pave approximately 200m2 of alleyway with Bluestone pavers - Supply and install street furniture (planters and bench) - Construct 2x custom streetscape concrete planter boxes - Supply and install streetscape lighting and associated power supply - Supply and install 53m of DN300 PVC-U SN16 stormwater pipe - Supply and install 3x single sumps with Heelproof grates - Demolish sections of existing block wall, fencing, and kerbs in current carpark area - Relevel and re-asphalt surface 130m2 of existing carpark area - Undercut and construct 300m2 of new trafficable carpark area - Relevel and recondition 460m2 of unsealed carpark area and formalise layout with timber runner half rounds - Remove and re-mark carpark linemarking based on new layout - Supply and install carpark wheel stops - Remove, and reinstall RPZ backflow device in new location to private business water supply line Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 13TH March 2024, with tender submissions also via VendorPanel.",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,28961859,Award Notice,Open Competition,22/37 River Road Urbanisation - Tender Award Notice,,20240306,20240306,20240306,,Sole Agency,No,,"Our Reference: CON202237 / 240306034595 6 March 2024 CONTRACT 22/37 River Road Urbanisation We are pleased to advise that the Waimakariri District Council has accepted the tender from Stopforth Contracting with a tender price of $711,453.17 for the above contract. Possession of site is given on 19th March 2024, with a due date for completion of 31 May 2024. 6 tenders were received for this contract.",Not Awarded,"CONTRACT 22/37 River Road Urbanisation We are pleased to advise that the Waimakariri District Council has accepted the tender from Stopforth Contracting with a tender price of $711,453.17 for the above contract. Possession of site is given on 19th March 2024, with a due date for completion of 31 May 2024. 6 tenders were received for this contract.",0,20250410 Waimakariri District Council,29014279,Award Notice,Open Competition,23/59 NORTHBROOK STUDIOS SEWER REPLACEMENT - Tender Award Notice,,20240313,20240313,20240313,,Sole Agency,No,,"CONTRACT 23/59 NORTHBROOK STUDIOS SEWER REPLACEMENT We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $52,050.35 for the above contract. Possession of site is given on 27 March 2024, with a due date for completion of 29 April 2024. 5 tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29015042,Award Notice,Open Competition,23/71 WAIKUKU BEACH CAR PARK RENEWAL - Tender Award Notice,,20240313,20240313,20240313,,Sole Agency,No,,"CONTRACT - 23/71 WAIKUKU BEACH CAR PARK RENEWAL We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $77,605.80 for the above contract. Possession of site is given on 14th March 2024, with a due date for completion of 15th April 2024. Four tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29056607,Request for Tenders,Open Competition,22/33 HOUSEHOLD HAZARDOUS WASTE REMOVAL SERVICES - Request for Tenders,,20240319,20240410,20241210,,Sole Agency,No,,,Not Awarded,Tender Evaluated outside of GETS,0,20250410 Waimakariri District Council,29057962,Request for Tenders,Open Competition,24/01 Townsend Road Watermain Undergrounding - Request for Tenders,,20240319,20240410,20241210,,Sole Agency,No,,,Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,29079344,Award Notice,Open Competition,23/74 Palmer Street Upgrade - Tender Award Notice,,20240322,20240322,20240322,,Sole Agency,No,,"CONTRACT 23/74 Palmer Street Upgrade We are pleased to advise that the Waimakariri District Council has accepted the tender from EDR Contracting with a tender price of $410,200.30 for the above contract. Possession of site is given on 26/02/2024, with a due date for completion of 01/05/2024. Six Conforming tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29153697,Award Notice,Open Competition,22/52 Cones Road Drainage and Stormwater Upgrade - Tender Award Notice,,20240405,20240405,20240405,,Sole Agency,No,,"CONTRACT 22/52 Cones Road Drainage and Stormwater Upgrade We are pleased to advise that the Waimakariri District Council has accepted the tender from EDR Contracting Limited with a tender price of $360,790.22 for the above contract. Possession of site is given on 12/04/2024, with a due date for completion of 11/06/2024. Five tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29158045,Award Notice,Open Competition,23/64 RANGIORA WATER MAIN RENEWALS 2023/24 ASHLEY STREET - Tender Award Notice,,20240405,20240405,20240405,,Sole Agency,No,,"CONTRACT 23/64 RANGIORA WATER MAIN RENEWALS 2023/24 ASHLEY STREET We are pleased to advise that the Waimakariri District Council has accepted the tender from Chinnery Construction Ltd with a tender price of $164,508.34 for the above contract. Possession of site is given on 03 April 2024, with a due date for completion of 24 June 2024. Six conforming tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29160456,Award Notice,Open Competition,24/09 11 BLAKE STREET CARPARK AND LANEWAY - Tender Award Notice,,20240405,20240405,20240405,,Sole Agency,No,,"CONTRACT 24/09 11 BLAKE STREET CARPARK AND LANEWAY We are pleased to advise that the Waimakariri District Council has accepted the tender from Stewart Civil Ltd with a tender price of $276,114.54 for the above contract. Possession of site is given on 18th April 2024, with a due date for completion of 14th June 2024. Two tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29167383,Award Notice,Open Competition,23/32 Three Waters Electrical Maintenance - Tender Award Notice,,20240408,20240408,20240408,,Sole Agency,No,,"Our Reference: CON202332 / 240408053647 08/04/2024 CONTRACT 23/32 Three Waters Electrical Maintenance We are pleased to advise that the Waimakariri District Council has accepted the tender from Nairn Electrical Limited with a tender price of $297,068.00 for the above contract. Three conforming tenders, ranging in price from $297,068.00 to $629,622.64 were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,29182308,Award Notice,Open Competition,Contract 24/04 - Feldwick Drain Pumpstation Upgrade - Tender Award Notice,VP1623,20240320,20240327,20240411,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from G&T Construction Ltd with a tender price of $183,429.84 for the above contract. Possession of site is given on 19 April 2024, with a due date for completion of 3 July 2024 (50 Working Days after the start date). Five tenders were received for this contract.",Not Awarded,Award Notice Only.,0,20250410 Waimakariri District Council,29203729,Request for Tenders,Open Competition,24/08 Northeast Rangiora Supply Main Tender Advertising Notice,,20240411,20240508,20240605,,Sole Agency,No,,"CONTRACT 24/08 NORTHEAST RANGIORA SUPPLY MAIN Tenders are invited from suitably qualified contractors for the above contract. This contract is for the: ? Installation of a new water supply main in Rangiora along the south side of Blackett Street (No. 1-49) across the Main North Line (Rail) and along the north side of Keir Street. ? The rail crossing is to be undertaken by a nominated sub-contractor, Utilities Infrastructure New Zealand ? Installation of a new wastewater main in Rangiora from 208 King Street to 60A Blackett Street ? Installation of new stormwater mains in Rangiora from the sumps outside 217 and 218 King Street to 54 Blackett Street. ? Re-construction of Blackett/King Streets roundabout, Rangiora",Not Awarded,Tender Award Notice was published via GETS RFx 29536519 and via VendorPanel.,0,20250410 Waimakariri District Council,29213508,Award Notice,Open Competition,21/74 LINESIDE ROAD DRAINAGE UPGRADE - Tender Award Notice,,20240412,20240412,20240412,,Sole Agency,No,,"Our Reference: CON202174-01 / 240325047349 12 April 2024 CONTRACT 21/74 LINESIDE ROAD DRAINAGE UPGRADE We are pleased to advise that the Waimakariri District Council has accepted the tender from Schick Civil Construction Ltd with a tender price of $368,020 for the above contract. Possession of site is given on 11 April 2024, with a due date for completion of 03 May 2024. Three conforming tenders, ranging in price from $368,020 to $483,972 were received for this contract.",Not Awarded,"Our Reference: CON202174-01 / 240325047349 12 April 2024 CONTRACT 21/74 LINESIDE ROAD DRAINAGE UPGRADE We are pleased to advise that the Waimakariri District Council has accepted the tender from Schick Civil Construction Ltd with a tender price of $368,020 for the above contract. Possession of site is given on 11 April 2024, with a due date for completion of 03 May 2024. Three conforming tenders, ranging in price from $368,020 to $483,972 were received for this contract.",0,20250410 Waimakariri District Council,29292903,Award Notice,Open Competition,23/78 Woodlands Estate Playground Woodlands - GETS Tender Award Notice,,20240426,20240426,20241210,,Sole Agency,No,,"Our Reference: CON202378/ 240426066310 24 April 2024 CONTRACT CON202378 Woodlands Estate Playground We are pleased to advise that the Waimakariri District Council has accepted the tender from FASTGRASS LANDSCAPING with a tender price of $282,134.57 for the above contract. Possession of site is given on 09 April 2024, with a due date for completion of 18 June 2024. 9 tenders were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,29293018,Request for Tenders,Open Competition,24/18 PINES BEACH PLAYGROUND RELOCATION - Request for Tenders,,20240426,20240529,20241210,,Sole Agency,No,,"CONTRACT CON24/18 PINES BEACH PLAYGROUND RELOCATION Tenders are invited from suitably qualified contractors for the above contract. This contract is for - Site establishment, underground service verification and set out of the works, - Dismantle, remove and relocate the playground equipment and rubbish bin from current playground with suitable foundations. To be carried out OR approved by a certified installer. - Cut to waste the timber edging, safety bark mulch, crusher dust footpath and soil and any discarded foundation material from the existing playground area. - Construct Earth Mounds around new playground area. - Landscaping works including installation of park furniture, placement of bark, topsoiling and grassing. - Construction of reserve paths, steps, retaining wall, and hard stand, soft fall, bark mulch. - All other work indicated, described, or implied on the drawings or in this Specification, or in any other document so as to render the Contract complete, including accordance with the latest Waimakariri District Council Engineering Code of Practice and NZS5828:2015 Playground Equipment and Surfacing. Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,30102173,Request for Tenders,Open Competition,23/20 RANGIORA WWTP SEPTAGE RECEIVING FACILITY - Tender Advertising,,20240830,20240925,20241210,,Sole Agency,No,,"CONTRACT 23/20 RANGIORA WWTP SEPTAGE RECEIVING FACILITY Tenders are invited from suitably qualified contractors for the above contract. This Contract is for the construction and installation of access tracks and sealed surfaces, swales, fencing, ducting, sewer and water main. It also includes coordination with nominated sub-contractors to install the septage receiving facility, controls, power supply, and electric gates. The main tasks involved in this Contract are: - Supply and install approximately 19m of DN300 PVC sewer main - Supply and install approximately 109m of DN225 PVC sewer main - Supply and install approximately 20m of DN100 PVC sewer main - Supply and install approximately 5m of DN50 PVC sewer main - Supply and install approximately 74m of 63 OD PE80 water main - Extend DN600 Class 4 stormwater culverts approximately 4m - Supply and installation of 233m of DN50 and DN100 PVC power and fibre ducts - Construction of swales, access road, and concrete pad. - Liaison with Honey Monster supplier, Electrical Contractor, Security Contractor and Council Staff regarding connections to water supply Tender documents are available for download from https://vendorpanel.nz. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace",Not Awarded,Evaluation Carried out outside of GETS,0,20250410 Waimakariri District Council,30239378,Award Notice,Open Competition,24/39 - WDC Generator Maintenance Contract 2024-28 - GETS Award Notice,,20240920,20240920,20240920,,Sole Agency,No,,"CONTRACT 24/39 Generator Maintenance Contract 2024-28 We are pleased to advise that the Waimakariri District Council has accepted the tender from Total Power Solutions with a tender price of $75,231.00 for the above contract. This Maintenance Contract has a Date of Commencement of 1 October 2024 and has a term of 1+3 years (4 Years), as such the expected Date of Expiry will be 30 September 2028. Three conforming tenders, ranging in price from $75,231.00 to $121,936.14 were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30431904,Award Notice,Open Competition,24/02 - Traffic Counting 2025 - 2027 - GETS Award Notice,GETS ID 30138799,20241017,20241017,20241127,,Sole Agency,No,,"This notice is to advise that Waimakariri District Council has accepted the tender from Agfirst Consultants Environmental Ltd with a tender price of $239,515.00 for the above contract. The contract will commence on 1 January 2025 and finish on 31 December 2027. Three conforming tenders were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30439956,Award Notice,Open Competition,24/06 Ellis Road Seal Extension - Tender Award Notice,,20241018,20241018,20241018,,Sole Agency,No,,"CONTRACT 24/06 Ellis Road Seal Extension We are pleased to advise that the Waimakariri District Council has accepted the tender from EDR Contracting with a tender price of $91,358.47 for the above contract. Possession of site is given on 4 November 2024, with a due date for completion of 13 December 2024. 7 tenders were received for this contract.",Not Awarded,,0,20250410 Waimakariri District Council,30483797,Award Notice,Open Competition,23/20 Rangiora WWTP Septage Facility - Tender Award Notice,,20241024,20241024,20241024,,Sole Agency,No,,"CONTRACT 23/20 Rangiora WWTP Septage Facility We are pleased to advise that the Waimakariri District Council has accepted the tender from Ashburton Contracting Ltd with a tender price of $277,391.37 for the above contract. Possession of site is given on 7 November 2024, with a due date for completion of 14 February 2025. 7 conforming tenders, ranging in price from $277,391.37 to $483,252.83 were received for this contract.",Not Awarded,"CONTRACT 23/20 Rangiora WWTP Septage Facility We are pleased to advise that the Waimakariri District Council has accepted the tender from Ashburton Contracting Ltd with a tender price of $277,391.37 for the above contract. Possession of site is given on 7 November 2024, with a due date for completion of 14 February 2025. 7 conforming tenders, ranging in price from $277,391.37 to $483,252.83 were received for this contract.",0,20250410 Waimakariri District Council,30509942,Award Notice,Open Competition,24/48 Septic Tank Maintenance Contract 2024-2027 - Tender Award Notice,,20241029,20241029,20241029,,Sole Agency,No,,"CONTRACT 24/48 Septic Tank Maintenance Contract 2024-2027 We are pleased to advise that the Waimakariri District Council has accepted the tender from Wasteco NZ Ltd with a tender price of $364,108.96 for the above contract. 4 conforming tenders, ranging in price from $364,108.96 to $662,949.42 were received for this contract.",Not Awarded,"CONTRACT 24/48 Septic Tank Maintenance Contract 2024-2027 We are pleased to advise that the Waimakariri District Council has accepted the tender from Wasteco NZ Ltd with a tender price of $364,108.96 for the above contract. 4 conforming tenders, ranging in price from $364,108.96 to $662,949.42 were received for this contract.",0,20250410 Waimakariri District Council,30587684,Award Notice,Open Competition,20/41 School Road Drainage Upgrade - GETS Tender Award Notice,,20241107,20241107,20241210,,Sole Agency,No,,"20/41 School Road Drainage Upgrade We are pleased to advise that the Waimakariri District Council has accepted the tender from Chinnery Construction Limited with a tender price of $223,603.22 for the above contract. Possession of site is given on 21 November 2024, with a due date for completion of 20 February 2025. Seven tenders, ranging in price from $223,603.22 to $277,604.73 were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30628013,Request for Tenders,Open Competition,24/58 WWTP Oxford Irrigator Replacement - Request for Tender,,20241113,20241204,20241210,,Sole Agency,No,,"24/58 Oxford Irrigator Replacement Tenders are invited from suitably qualified contractors for the above contract. This contract is for the supply and installation of a three-span fixed centre pivot irrigator at the Oxford WWTP effluent disposal field. Tender documents are available for download from vendorpanel.nz/waimakariri/tenders. If you have not registered for VendorPanel, you may do so using this link: http://www.vendorpanel.nz/marketplace Tenders for this contract close at 4pm on Wednesday 04 December 2024, with tender submissions also via VendorPanel.",Not Awarded,Evaluation to be carried out outside of GETS,0,20250410 Waimakariri District Council,30706871,Award Notice,Open Competition,23/57 SOURCE UPGRADE PACKAGE 2 MANDEVILLE DRILLING CONTRACT - Tender Award Notice,,20241125,20241125,20241210,,Sole Agency,No,,"23/57 SOURCE UPGRADE PACKAGE 2 MANDEVILLE DRILLING CONTRACT We are pleased to advise that the Waimakariri District Council has accepted the tender from McMillan Drilling with a tender price of $210,111.40 for the above contract. Possession of site is given on 9 December 2024, with a due date for completion of 23 April 2025. Two conforming tenders, ranging in price from $202,493.00 to $210,111.40 were received for this contract. After the valuation of tags and supplier premium was taken into account, it was determined that McMillan Drilling had the lowest Evaluation Price, according to the methodology set out in the tender documents.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30722319,Award Notice,Open Competition,24/60 Water Main Crossing Wales Street Rail Corridor - Tender Award Notice,,20241127,20241127,20241210,,Sole Agency,No,,"We are pleased to advise that the Waimakariri District Council has accepted the tender from Utilities Infrastructure NZ Limited with a tender price of $108,203.49 for the above contract. For more details, please see the attachment or visit VaendorPanel.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30722898,Award Notice,Open Competition,24/89 Greenspace Carpark & Footpath Renewals 2024 / 2025 - Tender Award Notice,,20241127,20241127,20241210,,Sole Agency,No,,"CONTRACT 24/89 Greenspace Carpark & Footpath Renewals 2024 / 2025 We are pleased to advise that the Waimakariri District Council has accepted the tender from STEWART CIVIL LTD with a tender price of $43,486.04 for the above contract. Possession of site is given on 3rd December 2024, with a due date for completion of 10th January 2025, calculating 20 working days as per NZ3910:2013 Clause 1.2 Definitions - Working day. TEN conforming tenders, ranging in price from $43,486.04 to $83,272.41 were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30747950,Award Notice,Open Competition,24/28 Kaiapoi North Pedestrian Crossing Improvements - Tender Award Notice,,20241129,20241129,20241210,,Sole Agency,No,,"24/28 Kaiapoi North Pedestrian Crossing Improvements We are pleased to advise that the Waimakariri District Council has accepted the tender from Pidgeon Contracting Ltd with a tender price of $65,914.37 for the above contract. Four conforming tenders, ranging in price from $65,914.37 to $134,542.07 were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30748003,Award Notice,Open Competition,24/76 Pegasus and Waikuku beach Minor Stormwater Improvements - Tender Award Notice,,20241129,20241129,20241210,,Sole Agency,No,,"24/76 Pegasus and Waikuku beach Minor Stormwater Improvements We are pleased to advise that the Waimakariri District Council has accepted the tender from Total Water NZ Ltd with a tender price of $67,712.06 for the above contract. Six conforming tenders, ranging in price from $67,712.06 to $160,302.02 were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30771269,Award Notice,Open Competition,24/77 West Eyreton UV Treatment Upgrades - Tender Award Notice,,20241204,20241204,20241210,,Sole Agency,No,,"24/77 West Eyreton UV Treatment Upgrades We are pleased to advise that the Waimakariri District Council has accepted the tender from Fulton Hogan with a contract price of $651,614.60 (excluding GST) for the above contract.",Not Awarded,Award Notice only,0,20250410 Waimakariri District Council,30778972,Award Notice,Open Competition,24/05 MATAI PLACE DRAINAGE UPGRADE - Tender Award Notice,,20241205,20241205,20241210,,Sole Agency,No,,"CONTRACT 24/05 MATAI PLACE DRAINAGE UPGRADE We are pleased to advise that the Waimakariri District Council has accepted the tender from Stewart Civil Ltd with a tender price of $194,511.65 for the above contract. Possession of site is given on 14 January 2025, with a due date for completion of 26 February 2025.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30780482,Award Notice,Open Competition,23/36 Raven Quay 3 Waters Renewals - Tender Award Notice,,20241205,20241205,20241210,,Sole Agency,No,,"CONTRACT 23/36 Raven Quay 3 Waters Renewals We are pleased to advise that the Waimakariri District Council has accepted the tender from Ongrade Drainage & Excavation Ltd with a tender price of $1,144,156.58 for the above contract. Possession of site is given on 13 January 2025, with a due date for completion of 25 March 2025. 2 conforming tenders, ranging in price from $1,144,156.58 to $1,164,549.18 were received for this contract.",Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30826311,Award Notice,Open Competition,24/80 309 High Street Demolition (Old Police Building) - Tender Award Notice,,20241213,20241213,20241213,,Sole Agency,No,,"CONTRACT 24/80 309 High Street Demolition (Old Police Building) We are pleased to advise that the Waimakariri District Council has accepted the tender from Scope Group Limited with a tender price of $149,568.08 for the above contract.",Not Awarded,,0,20250410 Waimakariri District Council,30842266,Award Notice,Open Competition,23/41 Ranfurly Street Kaiapoi Pipe Upgrade - tender award notice,,20241218,20241218,20241218,,Sole Agency,No,,,Not Awarded,Award Notice Only,0,20250410 Waimakariri District Council,30866980,Award Notice,Open Competition,CONTRACT 24/58 Oxford Irrigator Replacement - Tender Award Notice,,20250107,20250107,20250107,,Sole Agency,No,,via Vendor Panel,Not Awarded,Tender Award Notice,0,20250410 Waimakariri District Council,31047138,Award Notice,Open Competition,24/49 Kippenberger Avenue Urbanisation - Tender Award Notice,,20250211,20250211,20250212,,Sole Agency,No,,"24/49 Kippenberger Avenue Urbanisation We are pleased to advise that the Waimakariri District Council has accepted the tender from Pidgeon Contracting Ltd with a tender price of $323,496.51 for the above contract. Possession of site is given on 24th February 2025, with a due date for completion of 28 May 2025. 7 tenders were received for this contract.",Not Awarded,It is a tender award notice.,0,20250410 Waimate District Council,23942295,Request for Quotations,Open Competition,Contract 21-22 Timaru Rd WTP Electrical & Control System,21-22,20210204,20210318,20210409,,Sole Agency,No,"125 Queen Street, Waimate 7924, South Canterbury, New Zealand","The Waimate District Council (WDC) is currently upgrading its Timaru Rd Water Treatment Plant. This work involves supplying, installing, testing and commissioning the whole of the electrical and Controls installation. WDC is looking for Contractors who are capable of undertaking the following works: Supply and install new power cable from site transformer to new MCC Supply, deliver to site, install, test and commission the new plant switchboard complete with control system Supply and install Bore and Booster Pumps VFDs and connect to new Bore and Booster pumps and MCCs Install free issue UV system power supplies and controls Electrically install new and existing valve actuators Supply, install, test and commission new instruments Supply, install, test and commission Control system Supply, install, test and commission Local HMI system Supply, install and commission Telemetry System Please refer to the attached documentation for further details about the work.",Awarded,,0,20250410 Waimate District Council,23952691,Request for Tenders,Open Competition,Contract 20-1 Road Network Operations and Maintenance 2021-2026,20-Jan,20210209,20210322,20210608,,Sole Agency,No,,"This Request for Tender (RFT) is for the delivery of road network operations and maintenance for Waimate District Council, with a contract commencement date of 1 July 2021. The network consists of over 646km of sealed roads and 693 km of unsealed roads, 182 bridges, along with kerb and channel, footpaths, signs and other assets. For the next term of this important contract we are looking for a highly capable road maintenance contractor who can collaborate closely with us to ensure resources are used effectively, while building community trust and support for road maintenance, minimising risks and growing resilience of the transport network. We are also interested in how you can assist in advancing Waimate District Councils financial, sustainability and social objectives. The contract will be for an initial term of five years, with potential for one extension of two years. Participants are required to submit a Non-Price Response Template, Price Response Template and Schedule of Prices via GETS. This contract is being advertised at the same time as the Timaru District Councils road maintenance contract. A joint briefing for tenderers will be held on Friday 12 February 2021. This is compulsory for all tenderers.",Awarded,There were 42 subscribers to this contract on GETS and we received a total of 2 Tenders submissions.,0,20250410 Waimate District Council,24027786,Request for Tenders,Open Competition,Contract 21-21 RFT Queen Street Wastewater & Stormwater Improvements,21-21,20210315,20210408,20210809,,Sole Agency,No,"125 Queen Street, Waimate 7924, South Canterbury, New Zealand","Waimate District Council are looking for a Contractor who can meet our requirements for upgrading the wastewater and stormwater in the Waimate CBD. It involves the installation of a stormwater main and laterals as well as wastewater submains and lateral connections to enable a future contract for the relining of the deep main in Queen Street (by others). The contract design is based on a 120-year useful life and we are look for the contract works to be completed in a fit-for-purpose manner. The scope of works includes: Implementation of the Contract including all Health and Safety, Traffic Management, Quality Control, Testing, etc. Supply and installation of a new DN150 wastewater system. Supply and installation of a new DN225 and DN375 stormwater system. Installation of a new fibre duct and laterals. Widening of the footpath and realignment of the kerb and channel network to suit the above wastewater and stormwater systems. Reinstatement of all affected surfaces. New linemarking. Removal, storage and reinstatement of all signage and street furniture with new signage where required. We are looking for a Respondent who can implement proactive strategies which result in cost effective and timely completion of the contract works. Including but not limited to: Providing excellent communication with a focus on project managers and site foreman who can understand the contract documents and liaise with Stakeholders effectively. Develop and implement innovative work methods and/or materials that result in enhanced performance and cost saving. Minimise the disruption to stakeholders who operate in the Waimate Central Business District. A key expectation of WDC is a Contractor who can work with the local community, minimise disruption to traffic, pedestrians and the business sector. The works are in the Waimate CBD and minimising disruption will be key to the success of the project. Consideration will be given to Contractors who can demonstrate previous experience in similar locations or provide detailed plans on how they will manage construction to minimise disruption to the community.",Awarded,,750000,20250410 Waimate District Council,24094604,Request for Tenders,Open Competition,Contract 20-2 K&C and Footpath Renewal,,20210315,20210412,20210915,,Sole Agency,No,,Kerb & channel and Footpath Renewal Contract,Awarded,,346606,20250410 Waimate District Council,24424303,Request for Tenders,Open Competition,Crouches Bridge Replacement,Contract 20-3,20210614,20210629,20210630,,Sole Agency,No,"125 Queen Street, Waimate 7924, South Canterbury, New Zealand","WDC are seeking to engage an experienced contractor for the replacement of Crouches Bridge located on Youngs Road, Waimate. As part of the RFT submission, we expect the Contractor to give confidence to the Waimate District Councils that they can deliver the scope of the contract, apply appropriate methodology and meet all quality assurance requirements. Respondents must demonstrate they understand the requirements and provide the necessary resources to successfully complete the works to WDC's expectations. The proposed bridge design is for a hollow-core, 2/16m (32m) single-lane bridge on 600mm reinforced concrete pile foundation.",Awarded,,593919,20250410 Waimate District Council,24448099,Request for Proposals,Closed Competition,RFP - Hook & Lower Waihao Intake Plant Drinking Water Standards Upgrade,Contract 21-25,20210619,20210813,20210922,,Sole Agency,No,,"Waimate District Council are looking to upgrade two intake treatment plants to meet the Drinking Water Standards for New Zealand 2005 (Revised 2018). The two plants are: Hook Intake Treatment Plant, and Lower Waihao Intake Plant. Council is looking to award a design build contract for the upgrade of both plants with operational support post commissioning of the new plants. This will be a staged process: Stage 1 pre-construction services agreement design and testing solution Stage 2 construction contract implementation of approved solution. Stage 3 - Following construction and commissioning on-going operational support and training of council staff is required. This RFP process covers all stages with the intention to award a single NZS 3916:2013 contract with two separable portions. The intention is to initially award Separable Portion 1, Stage 1 - The Design. On the conclusion of Separable Portion 1, Council has the option to either award Separable Portion, Stage 2 construction, and Stage 3 remaining works operation to: a. the same supplier (if Council is satisfied with the solution and proposed construction cost), or b. the next highest-ranking supplier (if Council is not satisfied with the solution and estimated construction cost).",Awarded,,0,20250410 Waimate District Council,24646972,Request for Tenders,Closed Competition,Break Tank Installation,Contract 21-26,20211019,20211117,20211124,,Sole Agency,No,,"Waimate District Council are looking for a contractor to install 22 new break tanks across our Cannington-Motukaika, Otaio-Makikihi, Hook-Waituna and Waikakahi rural water supplies. We are looking for a competent contractor with the necessary skills and qualification to complete this work in an efficient and safe manner. This is an installation only contract and we have already secured tank and pipework materials. We are not looking for new or innovative ideas and are seeking a contractor who is prepared to work within WDCs designs, specifications and framework. As the work will be undertaken primarily on private land, we require a contractor who has great rapport with local farmers along with the ability to work within road corridors. Due to the sensitive nature of rural water schemes, it is important that any staff working onsite are overseen by someone who holds a minimum of Level 3 Reticulation certification. Due to the sensitive nature of the break tanks being located on private property, the plans have been excluded from the GETS documentation. These are available on request to genuinely interested respondents.",Awarded,,0,20250410 Waimate District Council,25237039,Request for Tenders,Open Competition,Parsonage Road Water Main Renewal --Stage 2,Contract 21-31,20211214,20220120,20220127,,Sole Agency,No,,"As part of the Waimate District Council (WDC) annual watermains renewal program, it is proposed to renew the existing CI watermain along Parsonage Road between Exeter Street and Butchers Lane. We are looking for a tenderer who will: Provide value for money and increase price certainty in the procurement and construction of this project; Provide an experienced contract manager who is fully committed to the contract; Plan and undertake the Contract Works in a manner that is consistent with the Principals customer values which collectively include social and environmental responsibility; Take ownership of contract outcomes, in particular, quality control, traffic management, public liaison, timely completion and successful commissioning; Provide technical expertise and high quality workmanship; Offer a project methodology that will ensure timely completion, result in enhanced performance and provide overall cost savings; Actively demonstrates and encourages a strong Health and Safety culture in their operations; Complete the works in manner that minimises disruption to existing road and footpath use with safe work practices for the general public; and Work cooperatively with WDC Utilities Operational staff.",Awarded,,0,20250410 Waimate District Council,25351941,Request for Tenders,Open Competition,Water Meters Installation,Contract 21-24,20220304,20220328,20220513,,Sole Agency,No,,"As part of Waimate District Councils endeavor to provide the best drinking water to our communities, we need to better understand how our drinking water is being used. The aim of this project is to help us understand individual drinking water consumption, current percentage of water loss and issues around its calculation, and provide surety around backflow prevention. This information is essential in upholding the principles of Te Mana o te Wai and continuing our compliance with the Canterbury Regional Water Management Strategy. In order to gain the necessary data, we need to install water meters to measure the throughput on a per connection basis. To do this, we will need to upgrade many existing Tobies and we may need to be prepared for unexpected findings when this occurs. WDC has an estimated 1,956 urban water connections",Not Awarded,No conforming submissions received,0,20250410 Waimate District Council,25352873,Request for Tenders,Open Competition,Point Bush Road Pressure Sewer Installation,Contract 21-35,20220311,20220427,20220513,,Sole Agency,No,,"This Contract is for the construction of the Waimate District Councils Point Bush Road Pressure Sewer main and can generally be described as: Set-out, planning and coordination of works, traffic and customer liaison and management of the works. Construction of approximately 1.9km of Principal supplied 40 to 90 OD PE pipe by open trench. Construction of approximately 0.5km of Principal supplied 90 OD PE pipe by trenchless installation. Testing, commissioning and the taking of as-built plans. Waimate District Council will supply all pipe, pipe fittings and domes. The work is located on Point Bush Rd, Waimate, extending from outside approximately 28 Point Bush Rd to the Cul-de-sac at approximately 228 Point Bush Rd as outlined in the Drawing Documents. As part of the Waimate District Councils Long Term Plan, and the need to extend services to meet demand in a developing area of the town. The Waimate District Council is seeking tenders for the installation of Point Bush Road Pressure Sewer network, to meet this growth and development.",Awarded,,0,20250410 Waimate District Council,28009519,Request for Tenders,Closed Competition,Waimate District Council - Library Extension & Refit,1327,20230904,20231006,20231124,,Sole Agency,No,2 Sefton Street East,,Awarded,,0,20250410 Waimate District Council,30326612,Request for Tenders,Open Competition,Contract 24/1 Road Resealing 2024-26,Contract 24/1,20241007,20241104,20241119,,Sole Agency,No,,"Waimate District Council are seeking a suitably qualified supplier to undertake the resealing contract for 2024-2026, with the option of a 1 year extension. The Contract is for design and construction of resealing and second coat sealing on the Waimate District Roading Network.",Awarded,,0,20250410 Waimate District Council,31011027,Request for Tenders,Open Competition,Waimate Events Centre Remedial Work,1456,20250210,20250228,20250328,,Sole Agency,No,,"Background In October 2024 a fire broke out in the ceiling space over the gym changing area, this has led to fire damage in the localised area and significant smoke damage through the gym, changing and squash court areas. Following an assessment of the damage by insurers and professionals a scope of works for the remedial works has been prepared along with a specification and drawings to enable a RFT to be issued and the works to be undertaken. Requirement The contract works required are for the:- Removal of all fire and smoke damaged items which includes but is not limited to:- - Wall linings - Floor coverings - Ceiling linings - Fixtures and fittings - Services and - Roofing and roof structure Cleaning and storage of fixtures and fittings as listed for reinstatement. Supply and installation of new lining, fixtures, services and structure as detailed.",Awarded,,0,20250410 Waipa District Council,20391463,Request for Quotations,Open Competition,Supply of Election Services & Electoral Officer Services,18107703,20181108,20181207,20190805,,Sole Agency,No,,"The Waipa District Council (WDC) is inviting suppliers to submit a written quotation for the provision of electoral services, including the provision of electoral officer, for the triennial elections in 2019, and at the Councils discretion the 2021 elections. Any queries related to this RFQ should be directed via email to the key contact.",Not Awarded,Electionz.com were the successful tenderer,0,20250410 Waipa District Council,20792013,Request for Proposals,Open Competition,Cleaning Services,27-18-70,20190301,20190410,20190715,,Sole Agency,No,,"Waipa District Council is looking for a provider for the cleaning of a number of their council facilities, including the Te Awamutu and Cambridge offices and other public and support buildings within the District. This RFP relates to the purchase of quality cleaning services of our offices and public facilities. The key outcomes that we want to achieve is to provide facilities to the public and our staff that are clean, to have contractors who are responsive to cleaning issues and who can provide a consistent standard of service. Respondents must register for a site inspection, details are in the RFP document.",Awarded,The successful tenderer has been awarded this contract through a competitive process.,0,20250410 Waipa District Council,20978154,Request for Tenders,Open Competition,Security and Enforcement Services Contract,27-19-12,20190429,20190522,20191007,,Sole Agency,No,,"This Tender is for the provision of District-wide security and enforcement services to Council, including noise and dog control services, alarm monitoring and response, general security checks and staff escorts. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and project delivery. The project deliverables include but is not limited to, the provision of: Noise control services (after-hours, and some daytime on request/with prior arrangement); Animal Control services; Smoke nuisance services (after-hours, and some daytime on request/with prior arrangement); Bylaw Enforcement services; Building Security services Locking and Unlocking Council reserves and facilities Staff escorts Tenderers who wish to inspect the sites to which this contract relates should make arrangements to have this completed by 10 May 2019. While the successful tenderer will have a later opportunity to visit sites to become aware of relevant risks, processes etc, it will be assumed that tenderers have based their tender on an appropriate level of understanding of where the sites are and the tasks involved. The various sites have individual contacts noted in the Site Information and the RFT.",Awarded,,0,20250410 Waipa District Council,21177385,Request for Tenders,Closed Competition,Water Meter Reading Services,27-19-06,20190620,20190710,20191018,,Sole Agency,No,,"Waipa District Council provides services to an estimated population of 51600, its area of operation encompasses almost 1470 square kilometres. Meters recording consumption of water are installed on property boundaries and in customers properties and are read periodically for the purpose of billing. This comprises of residential, rural, lifestyle, schools, commercial and industrial Meters. The majority of Meter Readings are performed on a quarterly cycle with some Meters for high water users read monthly. The Contractor will supply all labour, materials, transport, equipment, data line and Meter Reading Equipment to perform the services. The Contract is a measure and value contract for a 3 (three) year term based on the requirements and conditions stipulated under these documents. At Councils sole discretion, there will be an option to extend the Contract for a further two years.",Awarded,,0,20250410 Waipa District Council,21232933,Request for Tenders,Open Competition,Contract 27-18-39 Rural Open Space Maintenance Contract,27-18-39,20190705,20190807,20191203,,Sole Agency,No,,"The maintenance services for the contract comprises various activities that are required to keep Waipas open spaces in a good, fit-for-purpose condition and to provide a good image of Waipa. The spaces include parks, town entrances and reserves predominantly within rural townships and other sites as noted in the Specification. The contractor will take ownership of the services and deliver these to the required standard. The contractor must undertake self-audits to ensure that they are delivering the services to the standards required under the contract, and be able to programme the services around seasonal conditions. This is considered high risk work, and therefore the contractor must demonstrate high standards in relation to the health and safety risks associated with delivering the services, and manage these for their staff, the public, other contractors engaged by council to work in the public space and council staff. There may be instances when unplanned requests may be made by the Council to contractor, and the contractor must be able to respond promptly to any such requests. Expected response time requirements are noted in the Specifications. Waipa is experiencing significant growth which is expected to continue in following years. The contractor will be expected to include these growth areas in their schedule of works, based on the pricing and rates for this contract. Such growth areas will be identified in the regular meetings with the contractor, and service levels negotiated.",Awarded,,0,20250410 Waipa District Council,21289032,Request for Tenders,Open Competition,Contract 27-19-35 Waipa District Water Network Asset Inspections,27-19-35,20190719,20190828,20191203,,Sole Agency,No,,"The Contract works are for the inspection, exercising, reporting, asset condition assessment including necessary repairs and conducting repairs to Waipa District Councils water supply network assets. These assets include (but not necessarily limited to); - Critical water network isolation valves - Scour Valves - Hydrants - Backflow preventers (critical and medium critical RPZs) - Flushing of dead end mains The scope of works is also to include the Contractor being the retroactive response to network faults during the scheduled work hours and potentially outside of when Waipa District Councils teams cannot respond.",Awarded,,0,20250410 Waipa District Council,21412485,Request for Tenders,Open Competition,District Wide Sewer Pipe Renewals 2019/20,27-19-04,20190813,20190904,20191203,,Sole Agency,No,,This is a physical works measure and value contract for the relining of sewer mains and manholes in Cambridge and Te Awamutu.,Awarded,,0,20250410 Waipa District Council,21503914,Request for Tenders,Open Competition,Districtwide Stormwater Renewals 19/20,27-19-05,20190829,20190918,20191203,,Sole Agency,No,,Waipa District Council invites Tenderers for the Districtwide Stormwater Renewals Contract. This work is to be delivered as two separable portions over the 2019/2020 and 2020/2021 financial years.,Awarded,,0,20250410 Waipa District Council,21543688,Request for Tenders,Closed Competition,Cambridge Wastewater Treatment Plant Short Term Consent Upgrades and Operational Improvements,27-19-38,20190905,20190912,20191203,,Sole Agency,No,,,Awarded,,0,20250410 Waipa District Council,21577729,Request for Tenders,Open Competition,District Wide Transport Safety Improvements,27-19-32,20190911,20191002,20191203,,Sole Agency,No,,"The contract works are for the construction of pedestrian facilities at the following locations: Site 1 Pirongia, McClure Street / Crozier Street refuge Site 2 Pirongia, Franklin Street / Crozier Street refuge Site 3 Pirongia, Franklin Street refuge Site 4 Pirongia, Franklin Street truck bay Site 7 Cambridge, Victoria Street parking bays and pedestrian refuge Note that sites 5 and 6 were included in the design drawing package, these have already been constructed and are not part of this contract. All streetlighting works will be carried out concurrently by a separate contractor (Waipa Networks). Several Provisional Sums are included in the schedule, these are proposed additional sites for similar works. These sites still require design and consultation to be completed.",Awarded,,0,20250410 Waipa District Council,21632737,Request for Tenders,Open Competition,Waipuke Park - Car Park Extension,27-19-40,20190919,20191009,20191105,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the construction of a car park. This Tender is for extending the car park at Waipuke Park, south of Karapiro.",Awarded,,0,20250410 Waipa District Council,21684800,Request for Tenders,Open Competition,Districtwide Water Mains Renewals,27-19-03,20190927,20191023,20200203,,Sole Agency,No,,"This is a measure and value contract for the installation of 63 mm, 125 mm, 160 mm, 180 mm, 250 mm, and 315 mm OD PE pipes & 150 mm NB HD Galvanised pipe to replace existing watermains at the below nine locations within the Te Awamutu, Cambridge, and Pirongia water supply schemes of the Waipa District. The contract also includes the supply and installation of sluice valves, gate valves and hydrants, as well as the connection of existing domestic water supply to the new mains. Trenchless construction methods shall be used under sealed roads, driveways and footpaths. The contract work is split into 2 Separable Portions as shown below and are to be implemented within the contract period and in accordance with the drawings and specifications.",Awarded,,0,20250410 Waipa District Council,21722319,Request for Tenders,Open Competition,Christie Avenue Wastewater Pumpstation Upgrade,27-19-36,20191003,20191030,20191203,,Sole Agency,No,,This Request for Tender (RFT) is an invitation to suitably qualified Tenderers to submit a Tender for Christie Avenue Wastewater Pump Station Upgrade construction 2020 contract opportunity.,Not Awarded,Tender abandoned. Project scope to be reviewed.,0,20250410 Waipa District Council,21791313,Request for Tenders,Open Competition,District Wide Flow Meter Installations 2019/20,27-19-45,20191016,20191106,20200203,,Sole Agency,No,,This Tender is for the supply and installation of eleven (11) bulk water flow meters around the Waipa district. Installation includes new chambers and ancillary works. Telemetry and electrical works shall be undertaken by nominated subcontractors.,Awarded,,0,20250410 Waipa District Council,21808666,Request for Proposals,Closed Competition,E-Governance: Digital Meetings Solution,27-19-60,20191021,20191120,20200205,,Sole Agency,No,,"Council is seeking a system that enables the compilation and publishing of governance agendas and minutes via an intuitive user interface. Our goal is to provide for efficiencies through automated processes for governance, legislative compliance, business continuity and best practice purposes. The system must be cloud-based, with proven ability to work in local government setting. A full schedule of requirements is noted in the RFP. This is an invited RFP.",Awarded,,0,20250410 Waipa District Council,21926516,Request for Tenders,Open Competition,Williamson Street Streetscaping,27-19-59,20191112,20191127,20200203,,Sole Agency,No,,"Waipa District is seeking to appoint a contractor to construct the streetscape upgrade of Williamson Street in Cambridge. The works being contracted include: Civil construction, Street Lighting construction (through a nominated subcontractor), Landscape construction, Traffic management, Safety management, Quality management, Liaison with directly affected landowners and businesses, As built documentation. All works shall be carried out in accordance with the Regional Integrated Technical Standards (Waikato LASS RITS document).",Awarded,,0,20250410 Waipa District Council,21974834,Request for Tenders,Closed Competition,Hanlin Road and Cambridge Road Intersection Construction,27-19-52,20191121,20191211,20200203,,Sole Agency,No,,"This Tender is for the construction of a new roundabout intersection at the Hanlin Road / Cambridge Road intersection and the upgrade of Hanlin Road. This is the second stage of a two-stage procurement process. Following an REOI Council has shortlisted credible Contractors who have the interest, capability, experience and resources to deliver this project through the Registration of Interest process. The shortlisted Contractors are invited to tender for the works.",Awarded,,0,20250410 Waipa District Council,21990268,Request for Tenders,Open Competition,Seal Extension 2019/20,27-19-57,20191125,20191217,20200203,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Seal Extension 2019/2020. This Tender is for the seal extension of Hall St, Windleborn Rd, Livingstone Rd, Clark Lane, Lowe Rd, Smith Rd, Rahiri Rd, and Balance St. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and environmental management.",Awarded,,0,20250410 Waipa District Council,22787709,Request for Tenders,Open Competition,Cambridge C1 and C2/C3 Infrastructure Cambridge Road Water Trunk Main & Cambridge Road Wastewater Rising Main,27-20-12,20200608,20200702,20201013,,Sole Agency,No,,"This is a measure and value contract for the installation of new bulk watermain and wastewater rising mains for the C2 and C3 infrastructure developments in Cambridge. The scope of works is listed below, and is not limited to the following; Supply and install of new DN315 Watermain along Cambridge Road, Hamilton road and Hall Street. New connections for supply to C2 and C3 developments. Connections to the existing water networks. Re-connecting existing lateral connections onto the watermain. Supply and Install of new DN315 and DN200 wastewater rising mains along Cambridge road. Supply and Install of new DN400 wastewater gravity main along Vogel street. New connections for the discharge of C2 and C3 developments. Connection into the existing wastewater network. Tree dripline investigations to confirm if route alignments will affect any trees.",Awarded,,1914292,20250410 Waipa District Council,22969554,Request for Tenders,Closed Competition,Christie Ave Wastewater Pump Station Improvement Works,27-19-62,20200714,20200819,20201013,,Sole Agency,No,,"Waipa District Council (Council) invites selected tenderers to submit a tender for the Christie Avenue Waste Water Pump Station Improvement Works contract. This Tender is for the upgrade and alteration of the existing pump station whilst keeping the pump station in full operation throughout the works. The schedule of works includes: Modifications to the existing pump station building including the following: o Pump and internal pipework replacement and realignment; o Electrical upgrade; o Installation of odour control measures; o Roof replacement and interior/exterior upgrade and painting. Installation of new emergency storage tanks of 255m3 in volume and associated pipework and manholes. Installation of new wastewater rising main of 315mm in diameter and approximately 500m in length along the Christie Avenue - Mutu Street.",Awarded,,2965177,20250410 Waipa District Council,23149003,Request for Tenders,Open Competition,Maungatautari Road Widening and Pavement Overlay,27-19-39,20200820,20200909,20201013,,Sole Agency,No,,This Tender is for the pavement rehabilitation of Maungatautari Rd RP6590 RP 8070.,Awarded,,521759,20250410 Waipa District Council,23258507,Request for Proposals,Open Competition,e-Plan,28-20-06,20200909,20201007,20210416,,Sole Agency,No,,"Waipa District Council is intending to a implement system which delivers a full suite of functionality; e-Plan, consultation and submission management and e-consenting. However, the critical component at this point in time is the delivery of a fit-for-purpose e-Plan and we will consider all suppliers who can provide this. We require a solution that delivers the following: An electronic district plan that is interactive, hyperlinked (database plan) to the text of policies with functionality to integrate with Waipas existing GIS system to drill through layers and highlight policies that apply to a specific location Compliance with standards and specifications set out by MFE Supports District Plan amendments Supports the ability to publish data & documents from Councils Core Enterprise System to enable consent tracking. Online delivery of e-Planning services (future) RMA consultation and submission management (optional) Council is looking for suitably qualified partners that have the capability, expertise, and a proven track record in delivering high-quality e-Planning solutions. Further details are provided within the RFP document.",Awarded,,0,20250410 Waipa District Council,23429810,Request for Tenders,Open Competition,Cambridge North West Stormwater Outfall,27-19-46,20201008,20201105,20210409,,Sole Agency,No,,"This Tender includes (but not necessarily limited to) the construction of a stormwater outlet pipeline for the Cambridge North Western Basin including a drop structure outlet to the Mangaone Stream along Laurent Road and State Highway 1B, Cambridge North, and earthworks of the Basin to increase storage capacity. The site is located to the north and south of the Waikato Expressway, and east side of Laurent Road and State Highway 1B.",Awarded,,0,20250410 Waipa District Council,23507934,Request for Tenders,Open Competition,Construct NE Swale,27-20-20,20201023,20201112,20210409,,Sole Agency,No,,"This Tender is for the expansion of the existing Swayne Road Stormwater swale and includes a gabion wall and shared pathway at Swayne Road, Cambridge North. The site is located to the south of the Waikato Expressway and east side of Swayne Road.",Awarded,,0,20250410 Waipa District Council,23518007,Request for Tenders,Open Competition,"Building Warrant of Fitness Compliance, Maintenance & Administrative Services",28-20-01,20201027,20201202,20201217,,Sole Agency,No,,"This Tender is for the supply services that ensure Waipa District Councils buildings which contain specified systems are 100% compliant with the Building Act 2004, and that all specified systems are in operating order and are checked, tested, and maintained according to the building schedule for that site and the specified system within it, as well as conduct trial evacuations for council occupied buildings. There is a compulsory site inspection for all tenderers. Further details are available in our tender document.",Awarded,,0,20250410 Waipa District Council,23535910,Request for Tenders,Open Competition,Shanel Place & Mangapiko Stream Cycleway Bridges Design and Build Contract,27-20-03,20201030,20201125,20210409,,Sole Agency,No,,"This is a design and build tender for the replacement of the existing Shanel Place footbridge and a new footbridge for Mangapiko site. Both sites are located at Te Awamutu. The Contract Works shall comprise the works described within the various Contract Documents including and not limited to: ? Development of Concept Design and Design statement. ? Detailed Design including Safety in Design. ? Demolition plan and implementation and removal of demolition materials for Shanel Place existing footbridge. ? Design and Construct of the new Shanel Place footbridge. ? Design and Construct of the new Mangapiko footbridge. ? Design and Construct of new approach footpaths to tie into existing.",Awarded,,0,20250410 Waipa District Council,23635896,Request for Tenders,Closed Competition,Hautapu Reservoir PRV and Flowmeter Installation,27-20-26,20201117,20201208,20210409,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Installation of PRV and flow meter. This Tender is Installation of PRV and Flowmeter Installation of PRV at new dedicated bulk feed to Hautapu Reservoir and Flowmeter on existing twin 200main at Hautapu Pump station.",Awarded,,0,20250410 Waipa District Council,23686306,Request for Tenders,Closed Competition,Te Awa Shared Path Extension - Banks Road to Avantidrome,27-20-21,20201126,20201217,20210409,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the Te Awa Shared Path Extension Banks Road to the Avantidrome, a contract that involves the construction of a shared path that follows the Waikato River. Council has shortlisted credible Contractors who have the interest, capability, experience and resources to deliver this project through the Registration of Interest process. The shortlisted Contractors are invited to tender for the works.",Awarded,,0,20250410 Waipa District Council,23699522,Request for Quotations,Closed Competition,Innovating Streets - Cambridge,27-20-28,20201127,20201209,20210409,,Sole Agency,No,,"We are seeking a contractor to install tactical urbanism treatments and maintain them until 1st July 2021. Works include: ? Purchase and install the tactical urbanism treatments on the streets; ? Attend planning meetings; ? Prepare traffic management plan and provide traffic management services; ? Ensure team is available for on-call works to maintain or move treatments during the trial period; and ? Remove treatments when the trial is completed if required. ? Council will order the Place Kit planter boxes and the Contractor will take delivery of these for installation. To keep the network consistent, installation works are separated into three parts based on their locations. The Contractor will need to complete one part before moving to other parts. ? Part A: Cambridge East School ? Part B:Cambridge Middle School ? Part C: Cambridge Primary School More details are set out in the attached Work Description.",Awarded,,0,20250410 Waipa District Council,23755391,Request for Quotations,Closed Competition,Minor Works Contract - Innovating Streets - Cambridge,27-20-28,20201210,20201211,20210409,,Sole Agency,No,,"We are seeking a contractor to install tactical urbanism treatments and maintain them until 1st July 2021. Works include: ? Purchase and install the tactical urbanism treatments on the streets; ? Attend planning meetings; ? Prepare traffic management plan and provide traffic management services; ? Ensure team is available for on-call works to maintain or move treatments during the trial period; and ? Remove treatments when the trial is completed if required. ? Council will order the Place Kit planter boxes and the Contractor will take delivery of these for installation. To keep the network consistent, installation works are separated into three parts based on their locations. The Contractor will need to complete one part before moving to other parts. ? Part A: Cambridge East School ? Part B:Cambridge Middle School ? Part C: Cambridge Primary School More details are set out in the attached Work Description.",Awarded,,0,20250410 Waipa District Council,23806483,Request for Tenders,Open Competition,Hannon Road Urbanisation,27-20-16,20201222,20210128,20210409,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Hannon Road Urbanisation. This Tender is for Hannon Road Urbanisation and Services connections located in the Hautapu C8 Growth Cell. Within the Hautapu Industrial Zone C8 Growth cell and current industrial is Hannon Road. The Hautapu Structure Plan provides a proposed layout for industrial development along with general requirements to meet community, infrastructure and design outcomes for any future subdivisions within the identified growth cells. The transportation and services network developed as part of the structure planning process identified a number of key road links and services to be delivered as part of the proposed transport and services network in this area. One of the key elements within the network is how Hannon Road connects to the new local and collector roads, and how services are integrated into the currently un-serviced industrial area and future growth cells.",Awarded,,0,20250410 Waipa District Council,23808498,Request for Tenders,Closed Competition,Demolition of Karapiro Reservoir 3,27-20-24,20201223,20210203,20210407,,Sole Agency,No,,"This Tender is for demolition of the abandoned reservoir and associated pipework located at 422 Maungatautari Road, Karapiro, Cambridge.",Awarded,,0,20250410 Waipa District Council,23847621,Request for Tenders,Closed Competition,District Wide Pipe Sampling,27-20-17,20210114,20210128,20210409,,Sole Agency,No,,"This Tender is for work to undertake a pipe sampling programme at a number of locations within Waipa District. There are a mixture of water and wastewater pipe samples and coupons to be taken. A range of different techniques are required for the different locations, depending on the pipe material.",Awarded,,0,20250410 Waipa District Council,23867925,Request for Tenders,Open Competition,Hamilton Road Transport Corridor Improvements,27-20-30,20210119,20210203,20210407,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the Hamilton Road cycleway project. This Tender is for the construction of a cycleway and intersection upgrades to support active mobility within the community and reduce vehicle use.",Awarded,,0,20250410 Waipa District Council,23873518,Request for Quotations,Closed Competition,Park Furniture and Footpath Install,27-20-33,20210120,20210211,20210409,,Sole Agency,No,,"We have a number of sites located across the Waipa district, where we require the installation of new park furniture e.g. picnic tables, seating and rubbish bins etc. There are also a number of sites which require new/renewal of footpaths within reserves. We are seeking a contractor who can deliver a quality finish and with a high attention to detail.",Awarded,,0,20250410 Waipa District Council,23942477,Request for Tenders,Closed Competition,27-20-27 - WDC Scada Upgrade Implementation,27-20-27,20210204,20210303,20210409,,Sole Agency,No,,"This Tender is for the supply, configuration and testing of a new district wide SCADA system to control and monitor Waipa District Councils water and wastewater facilities.",Awarded,,0,20250410 Waipa District Council,24213277,Request for Tenders,Open Competition,Street Light Maintenance & Renewal,290010,20210416,20210513,20210622,,Sole Agency,No,,"This Tender is for the Street Light Maintenance & Renewal. The Street light is located in Waipa District. The upgrade work for the project includes but is not limited to, the following: General Preparation and implementation of a Quality Plan, and a Health and Safety Plan; Traffic management plan; Preparation and regular updates of a Construction Programme; Attendance at regular site meetings (hosted by the Contractor); Ongoing construction management and liaison throughout the contract; Obtaining all notices and permits required to complete all works; Tidy site on completion of the works; Maintenance of access, construction site; Compliance with resource consent conditions; and Incidental works as required. The site specific work for the project includes but is not limited to: Maintenance of existing street lights, lamps and poles; Maintenance of amenity lighting; Implementation of LED lighting; Incident response and other works; Undertake routine maintenance inspections to identify streetlight faults, arrange with power supply companies to have lights switched on for fault identification; Survey lights and update the RAMM database streetlight inventory, and maintain the database; Provide an afterhours emergency response service, in order to make safe or reopen roads obstructed by damaged streetlights or electrical wiring associated with streetlights; and Attending to the Network during storm events where the streetlights are affected.",Awarded,,0,20250410 Waipa District Council,24213648,Request for Tenders,Open Competition,Urban & CBD Street Cleaning,290128,20210416,20210506,20210708,,Sole Agency,No,,"Council invites tenders for Urban & CBD Street Cleaning Services within Waipa district. The contract works includes but is not limited to, the following: General Preparation and implementation of a Quality Plan, Environmental Plan and a Health and Safety Plan; Traffic management plan; Reporting on weekly and monthly basis; Preparation and regular updates of a Programme of Works; Attendance at regular site meetings (hosted by the Council); Ongoing maintenance management and liaison throughout the contract; Obtaining all notices and permits required to complete all works; Compliance with resource consent conditions; Incidental works as required; and Implementation and use of RAMM for contract claims, programming and GPS tracking. The site specific work for this contract includes but is not limited to: CBD and urban street cleaning (Appendix 2, 5); Sweep business area and wash footpaths; Clean all Kerb & Channel within all carparks as per mapped areas (Appendix 5); Emptying and disposal of street litter bins and some in park areas (Appendix 4); Collect and dispose of litter from business area footpaths, berms and K&C and other streets (Appendix 5); Litter Bin maintenance and replacement; Cleaning out sumps and keeping grates clear of detritus; Maintenance and replacement of street furniture; Ensuring the streets and CBD areas are cleaned of any debris after storm events; Incident response and other works; Special wash downs and spraying as directed by the Engineer; and Annual leaf fall collection as per mapped areas (Appendix 6, 7, 8).",Awarded,,0,20250410 Waipa District Council,24355881,Request for Tenders,Closed Competition,Kihikihi Alternative Water Supply Pipeline,290132,20210526,20210616,20210708,,Sole Agency,No,,"Council invites Tenders for the Kihikihi Alternative Water Supply Pipeline contract. The water main is to be installed from the Albert Park Drive/ Park Road junction, then continues along Park Road, Golf Road and Flat Road connecting at the Kihikihi reservoirs. The water main is DN200 PE pipe, approximately 4700m long.",Awarded,,0,20250410 Waipa District Council,24460548,Request for Tenders,Closed Competition,Telemetry Upgrade Implementation,290211,20210622,20210630,20210723,,Sole Agency,No,,"This Tender is for the design, supply, installation, configuration, programming and testing of a new district wide radio telemetry and site control (RTU) system. This will provide both communications between Waipa District Councils remote sites and the central SCADA system as well as monitoring and control of the individual RTU controlled sites.",Awarded,,0,20250410 Waipa District Council,24541731,Request for Quotations,Closed Competition,Minor Structures and Renewals,290203,20210714,20210804,20210831,,Sole Agency,No,,"There are several individual reserves projects which have been bundled up as one package of work. The projects are scattered across the Waipa District and involve either upgrading or renewing existing infrastructural assets. Locations are Lake Ngaroto, Riverside Park, Waipuke Park and Lowe Road Esplande Reserve.",Awarded,,0,20250410 Waipa District Council,24547409,Request for Proposals,Closed Competition,Ohaupo School Pedestrian Improvements,290343,20210714,20210805,20210914,,Sole Agency,No,,"Waipa is seeking to appoint a civil contractor to implement road safety improvement works to a section of State Highway 3 (SH3) including the West Road intersection and adjacent footpath links near Ohaupo School. Works shall be in accordance with supplied drawings and associated specifications. The key outcomes of this project are to improve road safety for pedestrians by reducing crash risk and promoting active transport modes by improving connectivity between Ohaupo School and nearby residential properties.",Awarded,,0,20250410 Waipa District Council,24996065,Request for Quotations,Closed Competition,Hicks Road Public Toilet,290467,20211021,20211111,20211126,,Sole Agency,No,,,Awarded,,0,20250410 Waipa District Council,25060569,Request for Proposals,Closed Competition,Play Spaces Renewal and Development,290429,20211105,20211125,20211214,,Sole Agency,No,,"The work consists of constructing playground renewals and development (including both playground equipment and safety surfacing), district wide skate parks design and construction, and construction of a parkour space.",Awarded,,0,20250410 Waipa District Council,25086354,Request for Tenders,Open Competition,District Wide Waste Water Pipe Relining,290450,20211111,20211201,20211215,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Wastewater Pipe Relining. The Wastewater Relining contract works are located in several locations in Cambridge and Te Awamutu. Works are to be completed over three years, with one separable portion for each year. The Contract works include the following: ? Survey of manholes to confirm pipe inverts & lid levels; ? Full cleaning, pre and post CCTV inspections of gravity sewers; ? The renewal of existing gravity sewers with a full structural liner such as spiral wound or Cured In Place Pipe (CIPP); ? Cut and seal of existing property service connections; ? Manhole inspection and assessment reports; ? The renewal of existing wastewater manholes with a full structural liner incorporating Calcium Aluminate Cement (CAC); ? Infiltration and root treatment of manholes if required and approved by the Engineer; and ? Removal and replacement of step irons, lids, frames, covers and grates if required and approved by the Engineer.",Awarded,,0,20250410 Waipa District Council,25118832,Request for Tenders,Open Competition,T1 & T2 Booster Pump Station - Te Awamutu,290411,20211117,20211208,20211215,,Sole Agency,No,,"This Tender is for the construction and commissioning of a booster pump station, at Councils Frontier Rd reservoir site, to service the T1 and T2 growth cells in Te Awamutu. Contract works will consist of: 1. Location and protection of all underground services 2. Design of pump station structure 3. Supply, install, testing and commissioning of Grundfos pumps 4. Supply and install required pipeline connections, including fittings and private connections 5. All required electrical works for the new pump station location 6. Commissioning of new pump station 7. The provision and maintenance of traffic controls during the works 8. Quality assurance of all aspects of the contract works As-built documentation of all installed works.",Awarded,,0,20250410 Waipa District Council,25131265,Request for Tenders,Open Competition,Road and Pavement Rehabilitation,290366,20211119,20211209,20211215,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the 2021/2022 Pavement Rehabilitation. This Tender is for pavement rehabilitation for the following roads: Puniu Rd (RP 15- RP 650) Whitmore St (RP 22 RP 299) The seal extension of Lowe Rd (RP694-RP918)",Awarded,,0,20250410 Waipa District Council,25522986,Request for Tenders,Open Competition,Waipa and Otorohanga Joint Watermain Renewals,290520,20220310,20220420,20220517,,Sole Agency,No,,"Waipa District Council and Otorohanga District Council (the Councils) invite tenders for their Watermain Renewal Contract. This Tender is for watermain renewal works over a 2 year Contract Works Period. This contract includes renewal and upgrade of watermains in Cambridge, Leamington, Te Awamutu, Kihikihi, Kawhia, Otorohanga and surrounding rural areas. This is an opportunity to be part of a joint Council watermain renewals programme for the next two years. The intention is that this joint delivery of renewal works through a single contract will benefit all parties, achieve value for money, secure resources and materials over the contract term, and meet the WDC and ODC communities needs for renewal of their ageing watermain infrastructure. Although this work will be for two Councils, contract management will be through a single Engineers Rep and Engineer to Contract. The Councils see this as an opportunity for a contractor to invest in local employment and resources to deliver a large value programme of work and to utilise Waipa and Otorohanga suppliers to support delivery.",Awarded,,0,20250410 Waipa District Council,25647849,Request for Quotations,Closed Competition,Shakespeare Street Public Toilet Upgrade,290558,20220404,20220420,20220608,,Sole Agency,No,,"We are looking to upgrade the services at the Shakespeare Street Public Toilet The scope consists of the replacement of the: o Internal doors and partitioning o Lighting o Internal flooring o Public amenity furniture such as pans, urinals, wash basins and benches, change tables, mirrors, soap dispensers and hand dryers o Painting o Wall tiles",Not Awarded,,0,20250410 Waipa District Council,25673825,Request for Quotations,Open Competition,Parks Renewals and Minor Works,290489,20220408,20220505,20220517,,Sole Agency,No,,"Council has a number of reserve sites located across the Waipa District, where the project includes either new, renewals or minor works. The range of works includes renewal of park furniture e.g. seating, picnic tables, rubbish bins etc, fence/bollard replacement and footpath construction. The park furniture and bollards have already been purchased by Council. These will be made available to the successful tenderer to install. Payment will be as per the Schedule of Quantities.",Awarded,,0,20250410 Waipa District Council,25900573,Request for Tenders,Closed Competition,Victoria Bridge Repaint and Structural Maintenance,290587,20220603,20220719,20220816,,Sole Agency,No,,"This Tender is for maintenance work to be completed on Victoria River Bridge, Victoria Street crossing the Waikato River. The main element of the maintenance work is the water wash and corrosion protection of corroded areas throughout the steel structure.",Awarded,,0,20250410 Waipa District Council,26355266,Request for Tenders,Closed Competition,Cambridge Road Urbanisation,290564,20220919,20221017,20221206,,Sole Agency,No,,"This Tender is for the reconstruction of the road corridor infrastructure over approximately 500m of Cambridge Road, to support residential and commercial growth while promoting active mobility within the community to reduce reliance on private vehicle use. The work relates to upgrading a section of Cambridge Road in Cambridge from Vogel Street to approximately 220 m west of Kelly Road.",Awarded,,0,20250410 Waipa District Council,26464774,Request for Tenders,Open Competition,Watkins Reservoir Pump Station and Supply Pipe,290678,20221012,20221124,20221222,,Sole Agency,No,,"This Tender is for the Watkins Reservoir Supply Pipe and Pump Station. The Pump Station is located on the Watkins Road Reservoir Site of Wells Place, Cambridge North. The site specific water supply pipe work includes but is not limited to: Watermain construction from the junction of Taylor Street and Robinson Place to Watkins Reservoir (Wells Place), including Installation of a watermain through a service duct beneath the Waikato Expressway, testing and commissioning; Design and construction of a separate section of water supply pipe on St Kilda Road extending from Thornton Road to Alan Livingston Drive, including testing and commissioning. The site specific work for the booster pump station includes but is not limited to: Construction of ground improvements and base slab including footings, pipe trench and channel, sump, reinforcing steel framework; Design pump station building and pump station stormwater drainage; Design, supply and install bathroom facilities and associated pipe work; Supply and install pressure sewer pump station, connect to existing network, test and commission; Supply, install, test and commission pump set, valves fittings, and flowmeter; Supply and install, test and commission electrical works.",Awarded,,0,20250410 Waipa District Council,26478140,Request for Tenders,Closed Competition,Sports Field Drainage & Irrigation,290712,20221014,20221027,20221103,,Sole Agency,No,,"The work consists of new drainage and installation of irrigation to sports fields, and will also include a maintenance period for these fields. This is a 5 year contract. Year 1 will include construction of sports fields at John Kerkhof Park, followed by a 2 year maintenance programme. Year 3 (2024) will include construction of further sports fields located in Cambridge/Leamington, (subject to LTP funding confirmation) followed by a 2 year maintenance programme.",Awarded,,0,20250410 Waipa District Council,26542680,Request for Tenders,Open Competition,Te Pahu Road Pavement Rehabilitation,290720,20221027,20221123,20221213,,Sole Agency,No,,"Council invites tenders for 2022/2023 pavement rehabilitation. This Tender is for the 2022/2023 pavement rehabilitation for Te Pahu Road , RP13850 to RP15840 (1990m in length).",Awarded,,0,20250410 Waipa District Council,26696291,Request for Tenders,Open Competition,Ohaupo Village Pedestrian Improvements,290563,20221130,20230202,20230712,,Sole Agency,No,,"Council invites tenders for construction of the Ohaupo Village Pedestrian Improvements project. The work relates to upgrading a section of SH3 in Ohaupo from approximately 190 m north of Great Burke Street to Great Collins Street. The construction works extend from boundary to boundary with construction of new footpaths, construction of a raised platform signalised pedestrian crossing, construction of three raised safety platforms and installation of various landscape features. There is unlikely to be significant services relocations, but some localised relocations can be expected which the successful Tenderer will need to confirm and co-ordinate with the relevant service providers.",Not Awarded,,0,20250410 Waipa District Council,26701041,Request for Quotations,Closed Competition,Keeleys Reserve River Bank Scour Remediation,290697,20221201,20221215,20230123,,Sole Agency,No,,"We are looking to do some works to remedy the Riverbank scouring at Keeleys Reserve. The Scope of works shall involve: Clear pampas grass and vegetation Batter back slope Install sandbags at toe of slope Install biodegradable weed mating Install plants Reinstatement",Awarded,,0,20250410 Waipa District Council,26705445,Request for Tenders,Closed Competition,290701 - C2 & C3 Central Stormwater Outfall Structure,290701,20221202,20230309,20230510,,Sole Agency,No,,"Council invites tenders for C2 and C3 Central Stormwater Outfall, Cambridge. This Tender is for the C2 and C3 Central Stormwater Outfall, Cambridge. The project site is located on the St Peters Owl Farm at 1832 Cambridge Road. This land is currently under development by the St Peters Joint Venture. The physical works to construct a new stormwater outfall to the Waikato River includes, but is not limited to, the following: Preparation and implementation of a Quality Plan, Environmental Management Plan and a Health and Safety Plan; Erosion and sediment control; Traffic management Interaction and co-ordination with Separate Contracts working on the extents of the site; Traffic Management Te Awa the Great NZ River Ride pedestrian and cyclists traffic; Monthly reporting; Fortnightly programming; Attendance at scheduled meetings; Attendance and participation at the Affected Parties Continuing Engagement Forum; Attendance and participation at the Adjacent Separate Contracts Forum; Laying large diameter stormwater pipes and manholes; Outfall structure including the cascade to the river and energy dissipation; Concrete footpaths and associated features; Construction features, i.e. fencing, signs, aprons, etc; Retaining wall construction; Protection of existing trees; Removal of vegetation; and Landscape planting.",Awarded,,0,20250410 Waipa District Council,26716133,Request for Tenders,Closed Competition,Cambridge Wastewater Treatment Plant Membranes and Peripherals,290724,20221206,20230222,20230327,,Sole Agency,No,,"This Tender is for Waipa District Council (WDC) who are proposing to construct a new Membrane Bioreactor (MBR) wastewater treatment plant (WWTP) at Cambridge to replace the existing lagoon based WWTP. This contract is for the design, supply, delivery, and commissioning support for the Membrane Filtration equipment at the Cambridge WWTP.",Awarded,,0,20250410 Waipa District Council,26735845,Request for Tenders,Closed Competition,Cambridge Wastewater Treatment Plant Inlet Works Equipment and Peripherals,290726,20221212,20230222,20230327,,Sole Agency,No,,"This Tender is for the PR2541 Cambridge Wastewater Treatment Plant. The new plant to be located Matos Segedin Drive, Cambridge on the existing treatment plant site. The project deliverables include but is not limited to, the following: The scope of the Inlet Works supply package includes the design, supply, commissioning, and performance proving of the complete Inlet Works package, including a dedicated septage receival and pre-treatment facility,",Awarded,,0,20250410 Waipa District Council,26748844,Request for Tenders,Closed Competition,C2-C3 Cambridge Road Intersection and Corridor Upgrade,290091,20221215,20230223,20230510,,Sole Agency,No,,This Tender is for the C2/C3 Cambridge Road Intersection and Corridor Upgrade. The project site is located on Cambridge Road and runs from 1891 to 1829 Cambridge Road.,Awarded,,0,20250410 Waipa District Council,26769298,Request for Tenders,Open Competition,Cambridge Wastewater Treatment Plant Main Construction Contract,290725,20221220,20230222,20230327,,Sole Agency,No,,"This is the first stage of a 3 stage procurement for the CWWTP, which is summarised as follows: 1st Stage: This RFT, leading to selection of a construction contractor (Contractor). 2nd Stage: Pre-Contract Services Agreement (PCSA) under which the selected Contractor (collaboratively with the Council and its consultants) provides input into the development of the Councils design for the Contract Works, identifies risks and opportunities including value engineering, buildability and construction methodology issues and updates and confirms a lump sum Contract Price that is no more than the pre disclosed maximum construction budget price (Maximum Construction Budget). At the conclusion of this stage, the Contractor submits an offer for the construction contract (based on NZS 3910: 2013) (Contract Works Offer) which includes all of the Contract Works Offer Deliverables specified in the PCSA. At the date of entering into the PCSA, the design of the Contract Works is generally at Developed Design level, as described in the design guidelines of the New Zealand Construction Industry Council. The procurement approach adopted is to assist the Council and its consultants to develop the design to a Detailed Design level and to identify and assess any risks and opportunities associated with the Councils design during the PCSA phase. The Council pays on a time-charge basis based on tenderer hourly rates (Pre-Contract Services Fee) to the Contractor for this stage. The total fee not to exceed the stated ceiling fee without prior approval of Council. The Maximum Construction Budget is 60 million plus GST based on treatment plant construction only noting additional scope and budget to be discussed and agreed during PCSA / detail design stage. The Pre-Contract Services are summarised in Appendix A (Pre-Contract Services) of the PCSA. The draft form of PCSA is attached at Section D Forms of Contract (Schedule 1). 3rd Stage: Construction Contract (i.e. delivery); following submission of the Contract Works Offer, if the Council (at its discretion) elects to accept the Contract Works Offer, the parties enter into the Construction Contract for delivery of the Contract Works under the NZS 3910:2013 based conditions of contract and other documents comprising the Construction Contract. The Contract Works are summarised below (as will be further defined in the PCSA stage).",Awarded,,0,20250410 Waipa District Council,27018753,Request for Tenders,Open Competition,General Maintenance Contract,290681,20230301,20230412,20230620,,Sole Agency,No,,"This contract is for the maintenance of the transportation network within the Waipa District boundary consisting of approximately 1076km of sealed roads, 38km of unsealed roads and 7km of reserve access or carparks. The residents and ratepayers of the district expect their streets and roads to be regularly maintained on a timely basis to preserve their transport network and access to properties and critical services and most importantly to ensure the road network is safe.",Awarded,,0,20250410 Waipa District Council,27025147,Request for Tenders,Open Competition,Traffic Services,290705,20230302,20230329,20230620,,Sole Agency,No,,"This Contract is for the maintenance of the local road Network consisting of approximately 1055.4km of sealed roads, 44.2km of unsealed roads and carparks within the Waipa district boundary. The key outcomes for this Contract are a safe and functional roading Network that is well maintained in a cost effective manner. Network maintenance activities will include; Sign maintenance and renewals, Guardrail installations and repairs or renewals, Other barrier installation and repairs, such as sight rails or pedestrian fences Installation of edge marker pegs, Roadmarking, Installation of new signs and road markings on a regular basis, Preparation and implementation of a Safety Plan, Traffic management plan, Preparation and regular updates of a Programme, Attendance at regular site meetings (hosted by the Contractor), Tidy site on completion of the works, Maintenance of access, Incidental works as required.",Awarded,,0,20250410 Waipa District Council,27049930,Request for Tenders,Closed Competition,Seismic Strengthening and Re-Roofing for Cambridge Museum,290665,20230310,20230407,20230428,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Structural Seismic Strengthening and Re-Roofing for Cambridge Museum, 24 Victoria Street, Cambridge. The building is Council-owned and in 1985 was listed as a Category 2: Historic Places structure by Heritage New Zealand Pouhere Taonga. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project on time and within budget. They need to have a good track record on health and safety and environmental management. The Museum needs to remain open to the public while works are undertaken. Attendance at a compulsory site inspection is important to us, to ensure that all Tenderers have seen the site, understood the hazards and issues associated with the site/project, and have had an opportunity to ask questions of the Project Manager about the project. Tenders received from Tenderers who do not attend the compulsory site inspection will not be evaluated by Council.",Awarded,,0,20250410 Waipa District Council,27125492,Request for Tenders,Closed Competition,Toilet Renewal Contract,290861,20230321,20230412,20230508,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the Toilets Renewals Contract. This Tender is for design, supply and installation of public toilets in two locations across the Waipa District. The first location is in Te Awamutu, the existing toilet block on Walton Street needs to be fully replaced with a more modern facility. The second location is at the Leamington Cemetery, Cambridge, which will be a new public toilet block.",Not Awarded,,0,20250410 Waipa District Council,27146315,Request for Tenders,Closed Competition,290890 - Cambridge Water Tower - Seismic Strengthening & Risk Mitigation,290890,20230327,20230503,20231204,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the Cambridge Water Tower Seismic Strengthening & Risk Mitigation Stage one,. This Tender is for the removal of steel frame, steel water tank, construction of Cast in-situ ring beam and construction of temporary roof cover. This tower is a Category 2 Heritage building Heritage New Zealand Pouhere Taonga, and an important historical artefact for the people of Waipa District.",Not Awarded,Tender was not awarded as prices exceeded budget.,0,20250410 Waipa District Council,27496543,Request for Proposals,Open Competition,Fleet Telematics & Vehicle Booking System,290938,20230606,20230705,20231201,,Sole Agency,No,,"Waipa District Council is looking for a Fleet Telematics and Vehicle Booking System provider for its fleet. Services required include provision and installation of GPS units, tracking and monitoring, RUC management, reporting and an integrated vehicle booking and tracking system. We are looking for a supplier who wants to build a strong relationship with Council to help support us to ensure our fleet is right-sized and efficient through reporting. Suppliers must be able to work across our Te Awamutu and Cambridge offices. We need a system that will help us to keep our people safe and has a single sign-on pool booking system. The full range of services required is outlined in section 2 of the RFP.",Awarded,,0,20250410 Waipa District Council,27591576,Request for Tenders,Closed Competition,Cambridge Pathway - Civil Package Two,290957,20230621,20230705,20230815,,Sole Agency,No,,"The opportunity is to upgrade a collection of Cambridge streets that connect to one another between the Victoria Street High Level Bridge and Cambridge Middle School to create a significantly safer and more attractive corridor through central Cambridge to encourage active mobility (i.e. walking, cycling and emobility users) as viable transport mode choices for local short trips. Improving transport choices reduces reliance on private cars for every local trip, therefore reducing CO2 emissions whilst improving public health and wellbeing. This project connects with and extends the existing Hamilton Road cycleway project (bi-directional cycle path and footpath) a further 2.3 km, from Cambridge Middle School (Grey Street) to Victoria Street (high-level) bridge via: Grey Street; Bryce Street; Duke Street; Wilson Street; and Victoria Street It includes a further 500 m pathways connection from Te Awa active modes path at Hall Street (Gaslight Theatre) to Bryce Street via Alpha Street.",Awarded,,0,20250410 Waipa District Council,27591762,Request for Tenders,Closed Competition,Cambridge Pathway Civil Package One,290956,20230621,20230705,20230815,,Sole Agency,No,,"The opportunity is to upgrade a collection of Cambridge streets that connect to one another between the Victoria Street High Level Bridge and Cambridge Middle School to create a significantly safer and more attractive corridor through central Cambridge to encourage active mobility (i.e. walking, cycling and emobility users) as viable transport mode choices for local short trips. Improving transport choices reduces reliance on private cars for every local trip, therefore reducing CO2 emissions whilst improving public health and wellbeing. This project connects with and extends the existing Hamilton Road cycleway project (bi-directional cycle path and footpath) a further 2.3 km, from Cambridge Middle School (Grey Street) to Victoria Street (high-level) bridge via: Grey Street; Bryce Street; Duke Street; Wilson Street; and Victoria Street It includes a further 500 m pathways connection from Te Awa active modes path at Hall Street (Gaslight Theatre) to Bryce Street via Alpha Street.",Awarded,,0,20250410 Waipa District Council,27646766,Request for Tenders,Closed Competition,Te Ara Rimu - Kihikihi Pathway Contract,290945,20230630,20230720,20230815,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Te Ara Rimu, Kihikihi Pathway. This Tender is for Te Ara Rimu, Kihikihi Pathway project, which forms part of the NZ Government Transport Choices package being administered by Waka Kotahi. The work is in Kihikihi, located on Rolleston, Whitmore and Oliver Streets. It comprises traffic speed calming, mode filtering measures and intersection safety improvements, and includes the following key elements for construction: Two new roundabout intersections (currently give way priority); Bi-directional cycle path and footpath construction (Approx. 2km) including defined parking bays, new kerb and channel and stormwater drainage, streetlighting and landscaping; and Raised safety platforms for road crossings including a signalised pedestrian crossing over Whitmore St. The tender has been prepared to make it easy to prepare responses, and scalable with options to tender for either or both of two packages as follows: Package 1: Whitmore St and its intersections with Oliver St, Rolleston St and Whitaker St Package 2: Herbert St roundabout, Oliver St and Rolleston St Package 1 and 2 combined. The Tenderer must also submit Conforming Tenders for Package 1 and Package 2 separately if a combined package tender is submitted.",Awarded,,0,20250410 Waipa District Council,27717295,Request for Tenders,Closed Competition,Vaile Court Development - New Entrance and Driveway,290986,20230719,20230811,20230818,,Sole Agency,No,,"This Tender is for construction of a new entrance, driveway and associated earthworks, drainage, pavement construction and asphaltic concrete surfacing for our Vaile Court Pensioner Housing development. Council is looking for credible contractors who have the capacity, capability, experience and resources to deliver this project to the required standards, on time and within budget. They need to have a good track record on health and safety and quality management. Of importance to us, is completion within the specified timeframe. Attendance at a compulsory site inspection to be held on 26 July 2023 is important to us, to ensure that all tenderers have seen the site, understood the hazards and issues associated with the site/project, and have had an opportunity to ask questions of the Project Manager, or his representative, about the project.",Awarded,,0,20250410 Waipa District Council,27748193,Request for Tenders,Closed Competition,Ohaupo Village Pedestrian Improvements,290563,20230721,20230824,20230919,,Sole Agency,No,,"The opportunity is to upgrade approximately 300m of the State Highway 3 (SH3) transport corridor within Ohaupo, to a safe, high quality urbanised transport route catering for pedestrian paths and general traffic. This will involve the provision of a signalised raised safety platform pedestrian crossing on SH3, new footpaths and other landscape features. The key outcomes of this project are to improve road safety for pedestrians by reducing crash risk and promoting active transport modes by improving connectivity and footpath use, alongside and across the state highway, within the commercial area of Ohaupo Village.",Awarded,,0,20250410 Waipa District Council,27897883,Request for Tenders,Open Competition,Vaile Court Development - Site & Building Works,290993,20230816,20230915,20231004,,Sole Agency,No,,"Waipa District Council invites tenders for Vaile Court Development Site and Building Works. There are existing pensioner housing units on site, this project is to increase the number of units by 10. This Tender is for earthworks, foundation construction, installation of utility services, construction of 10 new single bedroom, housing for the elderly units, construction of carparking, paving and landscaping at the corner of Thompson Street and Shakespeare Street, Leamington. The removal of trees from the site, relocation of existing utility services to existing housing units and construction of a new entrance and pathway will precede this contract.",Awarded,,0,20250410 Waipa District Council,28009794,Request for Proposals,Closed Competition,Karapiro Lake Domain Request for Proposal Management Services,,20230901,20231018,20231218,,Sole Agency,No,,This is the 2nd stage of a 2 stage procurement process and is an invitation for the shortlisted respondents to provide a proposal to manage and operate the Karapiro Lake Domain Site.,Awarded,,0,20250410 Waipa District Council,28153918,Request for Tenders,Open Competition,Leamington Water Main Upgrade,290990,20230921,20231011,20231121,,Sole Agency,No,,"The objective of this project is to upgrade nine (9) aged watermain assets by end of June 2024 and seven (7) existing non-compliant fire flow LoS watermains by end of December 2024 to meet legislative requirements and provide efficient, safe drinking water to the community. The redundant pipes will be abandoned and capped to prevent water ingress.",Awarded,,0,20250410 Waipa District Council,28228453,Request for Tenders,Closed Competition,Cambridge Pathway Boardwalk,290958,20231004,20231019,20231106,,Sole Agency,No,,"Waipa District Council is requesting tenders for the construction of a boardwalk structure on Duke Street in Cambridge. The boardwalk structure forms part of the Cambridge Pathway project. The project is part of the Waka Kotahi NZ Transport Agency Transport Choices programme which has been established in response to the Governments Emissions Reduction Plan (ERP), to provide greater and more affordable low-emissions transport choices for everyone to get where they are going. Construction of the project is split into two civil engineering contracts and one structural engineering contract (the subject of this RFT). Refer to Figure 1 below. The two civil engineering contracts, each with separable portions, have been awarded to Camex. Civil construction works are due to commence at Hamilton Road and on Wilson Street early October 2023. The opportunity presented by this RFT is to supply and construct a timber boardwalk approximately 5 m wide and 137m long on Duke Street, between Bryce Street and Lower Duke Street. The works also include construction of a timber retaining wall between the boardwalk structure and Duke Street kerb and channel.",Awarded,,0,20250410 Waipa District Council,28275164,Request for Tenders,Open Competition,Haultain Street Upgrade,290826,20231012,20231115,20231211,,Sole Agency,No,,"This Tender is to construct a new stormwater system underneath Haultain Street, Kihikihi to control the existing overland flow in heavy rain events and to upgrade the existing transport infrastructure. This will include the installation of a new stormwater management system, kerb and channel, a footpath and widening of the road pavement.",Awarded,,0,20250410 Waipa District Council,28305137,Request for Quotations,Open Competition,Reserves Renewals,291027,20231018,20231108,20231207,,Sole Agency,No,,"Council has eleven reserve sites located across the Waipa District, where the project includes either new, renewals or minor works. The range of works includes renewal of park furniture e.g. seating, picnic tables, rubbish bins etc, fence/bollard replacement and installation of a drinking fountain. Due to the large number of sites (ten), it is more cost effective to package them up into one overall contract rather than treat each site individually. This work will be undertaken in early 2024, with completion by 31 May 2024. All the park furniture and plastic bollards have already been purchased and procured from separate suppliers. These items will be stored in Waipa District Councils Parks Depot and be made available to the successful tenderer to install.",Awarded,,0,20250410 Waipa District Council,28307329,Request for Tenders,Closed Competition,Cambridge Clock Tower Refurbishment & Automation,291047,20231020,20231117,20231206,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Cambridge Clock Tower Refurbishment and Automation. This tender is for site and contract management, coordination of subcontractors, servicing and reinstallation of automated clock mechanism, restoration plastering, steelwork, concrete and electrical repairs.",Awarded,,0,20250410 Waipa District Council,28600815,Request for Proposals,Closed Competition,291120 Te Ara Wai Project Management Services,291120,20231211,20231218,20231222,,Sole Agency,No,,"In partnership with Iwi, Te Ara Wai offers an amazing opportunity to Te Awamutu, Waipa and New Zealand to finally share its stories, right where they happened. Waipa District Council are now in a position to advance the project, and require an expert project management consultant to provide project management and Engineer to the Contract services in the development of Te Ara Wai. We are looking for professional and capable consultants who are qualified and experienced in their industry, who have the with the right approach and previous relevant experience to benefit the project. We need a team to commence immediately, with key personnel locally available throughout the project.",Awarded,,0,20250410 Waipa District Council,28621481,Request for Tenders,Open Competition,Cambridge Road (T11) Wastewater Upgrade,290740,20231213,20240124,20240220,,Sole Agency,No,,"Council invites tenders for Contract 290740 Cambridge Road (T11) WW Upgrade. The proposed new gravity main will be approximately 207m long starting in Pekerau Reserve, Te Awamutu, adjacent to 88 Bygrave Place extending to a new Wastewater Pump Station at the south of Pekerau Reserve. Approximately 100m of the gravity main must utilise HDD or micro tunnelling to avoid the Reserve Play Park and planting within Pekerau Reserve. Supply and construction of new wastewater submersible pumping station (PS) and all ancillary civil, mechanical, electrical and controls equipment. Approximately 300m of new wastewater rising main from the pump station, along Cambridge Road to the entrance of the T11 development. Partial man-hole construction for rising main connection at T11 entrance way.",Awarded,,0,20250410 Waipa District Council,28758701,Request for Tenders,Open Competition,290679 District Wide Fire Flow and LoS Upgrades,290679,20240130,20240327,20240514,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for District Wide Fire Flow and LoS Upgrades. This tender is for the construction of: A 450mm ID PE pipe from Taylors Hill reservoir, along Ohaupo Rd (State Highway 3) and through Te Awamutu Town Centre. A pipe support structure attached to the Mangapiko pedestrian bridge to support the pipe across the Mangapiko Stream. Additional smaller water mains along surrounding urban and residential streets.",Awarded,,0,20250410 Waipa District Council,28940098,Request for Quotations,Closed Competition,Taumatawiiwii Reserve Cycleway Realignment Civil Works,291139,20240301,20240320,20240325,,Sole Agency,No,,"There is a portion of Te Awa cycleway which requires realignment, it is at Taumatawiiwii Reserve which is opposite 714 Maungatautari Rd adjacent to Lake Karapiro. The contract work includes the following and is detailed in the contract scope: construction of a new portion of cycleway, demolition and removal of redundant section of cycleway including some fencing and bollards, removal of three trees, removal of bollards and replacement with new in new location (bollards to be supplied by Council) removal of a portion of existing fence, construction of a portion of new fence reinstatement and sowing grass where a portion of the existing cycleway is removed",Awarded,,0,20250410 Waipa District Council,29004821,Request for Tenders,Open Competition,Maintenance of Electrical Facilities for Three Waters Assets,291071,20240312,20240410,20240503,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for our Maintenance of electrical facilities for three waters assets contract. This Tender is for all labour, plant and materials required to carry out preventative, planned, and emergency maintenance of the electrical and control systems at all water and wastewater sites throughout the Waipa District. The contractor is required to maintain the electrical installations, fittings, and appliances in a safe and satisfactory working condition.",Not Awarded,"Due to concerns around tenderers not fully understanding the works and the pricing schedule, the decision has been made to review the tender documents and potentially go back out to the market in the next three months.",0,20250410 Waipa District Council,29029140,Request for Tenders,Closed Competition,Alpha Street Water Treatment Plant Upgrade,290998,20240315,20240516,20240814,,Sole Agency,No,,"This Tender is for the upgrade of the Alpha Street Water Treatment Plant, located in Cambridge. The current plant is set to be demolished following this years summer period, and a new plant be to built in its place to the support the Cambridge community by utilising the remaining water take allocation, and providing necessary resilience within the Cambridge water reticulation network, i.e. firefighting levels of service.",Not Awarded,,0,20250410 Waipa District Council,29048879,Request for Proposals,Open Competition,Lease on part of Taumatawiiwii Recreation Reserve,000557,20240320,20240410,20240813,,Sole Agency,No,,"This Request for Proposal (RFP) is being issued by Nga Pae Whenua to any clubs, groups or entities that have the interest, capability and need to lease part of Taumatawiiwii Recreation Reserve (The Reserve). Taumatawiiwii Recreation Reserve comprises a total area of 4.38ha of land and is sited on the southern shores of Lake Karapiro, to the south of the Mighty River Domain, and at 749 Maungatautari Road. It is legally described as Section 1 Survey Office Plan 462033, and held as a Recreation Reserve under the Reserves Act 1977.",Not Awarded,"Waipa District Council facilitated in lease on a parcel of land that is in joint management with Mana Whenua, as per the settlement Act 2014.",0,20250410 Waipa District Council,29077366,Request for Quotations,Closed Competition,Riverside Park Jetty Renewal,291077,20240322,20240409,20240423,,Sole Agency,No,,"At Riverside Park (Dominion Road) in Cambridge the jetty requires the timber decking and handrailing to be replaced with timber again. Also required is the installation of bollards around the outside of the decking structure to protect it from vehicle access. Council has a supply of plastic bollards which will be supplied to the contractor for the works.",Awarded,,0,20250410 Waipa District Council,29788726,Request for Proposals,Closed Competition,Provision of Rating Valuation Services,291164,20240716,20240911,20241210,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for the provision of valuation services in Waipa District in accordance with the Rating Valuations Act 1998 and associated regulations, Rating Valuation Rules, and any other requirements of the Office of the Valuer-General.",Awarded,,0,20250410 Waipa District Council,29985816,Request for Tenders,Open Competition,District Wide Wastewater Renewals 2024/25,291085,20240814,20240911,20241003,,Sole Agency,No,,"This Tender is for the District Wide Wastewater Renewals 24/25 contract. The assets to be renewed are located at the following addresses: Fairview Road, Te Awamutu 90mm OD PE Pipe 209m Puniu Road, Te Awamutu 125mm OD PE Pipe 250m Racecourse Road, Te Awamutu 180mm OD PE Pipe 232m Dominion Avenue, Cambridge 125mm OD PE Pipe 147m Lower Alpha Street, Cambridge 250mm OD PE Pipe 260m",Awarded,,0,20250410 Waipa District Council,30112565,Request for Tenders,Open Competition,Waipa Watermain Renewals 2024/25,291092,20240902,20240925,20241030,,Sole Agency,No,,"Council invites tenders for the Waipa Watermain Renewal Contract: ? This contract includes renewal and upgrade of watermains in the Te Awamutu area. ? The contracts technical specifications will be the WLASS Regional Infrastructure Technical Specifications. ? As-builts are required for this work.",Awarded,,0,20250410 Waipa District Council,30131011,Request for Tenders,Closed Competition,"Seismic Strengthening, Re-roofing and Window Refurbishment of 135 Roche St, Te Awamutu",291213,20240909,20241009,20241113,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Seismic Strengthening, Re-roofing and Window Refurbishment at 135 Roche St, Te Awamutu. This Tender is for the site management, quality assurance, programming, coordination and delivery of the above outputs. Council is looking for the delivery of this project on time and within budget. In addition to high performance standards required, careful planning and coordination of various work streams and accurate management of health and safety and environmental management (noise, dust, etc) is important to us.",Awarded,,0,20250410 Waipa District Council,30156343,Request for Quotations,Closed Competition,291381 Provision of Electoral Services,291381,20240909,20240930,20241101,,Sole Agency,No,,"Waipa District Council (WDC) is inviting suppliers to submit a written quotation for the provision of electoral services, including the provision of electoral officer, for the triennial elections in 2025, and at the Councils discretion the 2028 elections.",Awarded,,0,20250410 Waipa District Council,30282076,Request for Tenders,Open Competition,"BWOF Compliance, Maintenance and Administration Services",291361,20241001,20241030,20241219,,Sole Agency,No,,"Waipa District Council (Council) invites tenders for Contract 291361 - Building Warrant of Fitness Compliance, Maintenance and Administration. This Tender is for WoF compliance monitoring, testing, maintenance and reporting, Councils buildings. In accordance with the Building Act 2004; the scope will include provision of compliance services including inspection, maintenance and reporting procedures for the specified systems stated in the compliance schedules for all Waipa District Council owned buildings.",Awarded,,0,20250410 Waipa District Council,30855968,Request for Tenders,Closed Competition,Hallys Lane Toilet Renewal,291386,20241223,20250129,20250219,,Sole Agency,No,,"This Tender is for the design, supply and installation of new public toilets in Cambridge. It is in a busy car park within the Cambridge CBD. The work will also involve the removal and demolition of the existing public toilet, along with minor civil works which will include kerb & channel replacement, concrete paving and reinstatement of the site after construction.",Awarded,,0,20250410 Waipa District Council,31048256,Request for Tenders,Closed Competition,Cemetery Access Improvements,291368,20250211,20250311,20250326,,Sole Agency,No,,"Council invites tenders for the Cemetery Access Improvements Contract. The upgrade work for the project includes but is not limited to, the following: General Preparation and implementation of a Quality Plan, Environmental Management Plan and a Health and Safety Plan; Traffic management plan; Preparation and regular updates of a Construction Programme; Attendance at regular site meetings (hosted by the Contractor); Ongoing construction management and liaison throughout the contract; Obtaining all notices and permits required to complete all works; Tidy site on completion of the works; Maintenance of access, construction site; Erosion and sediment control; Compliance with an archaeological authority (Leamington Cemetery); and Incidental works as required. The site-specific work for the project includes but is not limited to: Liaison with key stakeholders including the Cemetery Sextons and Waipa DC staff Drainage Pavement construction Surfacing Traffic services Concrete footpaths Concrete stockpile bay Fencing Topsoil and grassing Reinstate the site on completion of the works; and Preparation and supply of as-built drawings for certification by the Engineer.",Awarded,,0,20250410 Wairarapa District Health Board,21812753,Request for Proposals,Open Competition,Wairarapa Hospital Entrance Canopy and Peripheral Structures Seismic Strengthening - Main Contractor,YRR-LOC-0704,20191022,20191129,20200302,,Sole Agency,No,,"The Wairarapa District Health Board is seeking suppliers to undertake the strengthening works to the entrance canopy and peripheral structures at the Wairarapa Hospital as set out in recent detailed seismic assessments. The project team are striving to deliver a cost effective and well managed remedial solution. We are seeking a similarly committed partner who will take pride in their role in the construction phase and to undertake the remedial work in a cost effective and efficient manner while maintaining operational facilities within the Hospital. This is an opportunity to provide a regional community with urgent infrastructure work to the Wairarapa Hospital.y.",Awarded,,135138,20250410 Wairarapa District Health Board,22277288,Award Notice,Open Competition,Provision & Installation of Hospital Imaging Equipment,YRR-LOC-0699,20191105,20191119,20200207,,Sole Agency,No,,"Wairarapa DHB conducted a secondary selection closed RFQ issued to 3 x NZHPL-contracted imaging equipment suppliers. The tender was for DR X Ray, Hybrid Fluoroscopy and Mobile DR equipment and a contract was awarded to Philips New Zealand Commercial Limited in December 2019 The contract value was under $1.5m",Not Awarded,,0,20250410 Wairarapa District Health Board,22387920,Award Notice,Open Competition,Provision of Outsourced Urology Services,YRR-LOC-0697,20200101,20200101,20200309,,Sole Agency,No,,Contract awarded to Urology Associates Limited. The contract commenced 1 Jan 2020 and the first term expires 30 Jun 2022. The contract has two subsequent rights of renewal of 2.5 years each.,Not Awarded,Contract awarded to Urology Associates Limited. The contract commenced 1 Jan 2020 and the first term expires 30 Jun 2022. The contract has two subsequent rights of renewal of 2.5 years each.,0,20250410 Wairarapa District Health Board,23260362,Award Notice,Open Competition,Hospital Food Services,YRR-LOC-0737,20200923,20200923,20200925,,Sole Agency,No,,"Wairarapa DHB has awarded a food services contract through direct sourcing to Compass Group New Zealand Limited with a service start date of 1 November 2020 and end date of 31 January 2022. The contract is estimated to be worth up to $1.5m over the 15 month contract term. The food services contract scope includes patient meals, Meals on Wheels, in-house catering, ward supplies and cafe operations. The DHB has taken an approach that is consistent with the Principles that underpin the Government Rules of Procurement. By aligning facilities services contract termination dates, the DHB can openly tender in 2021 for wider range of services, create opportunities for smaller providers and better support Broader Outcomes, while at the same time optimising contract efficiency by aligning complimentary contracts.",Awarded,,0,20250410 Wairarapa District Health Board,23567161,Award Notice,Open Competition,Ventilators and associated equipment,,20200325,20200326,20201105,,Sole Agency,No,,Wairarapa DHB ordered two ventilators and associated equipment through direct sourcing from GE Healthcare in March 2020 in preparation for the emergency response to Covid-19. The equipment purchased was consistent with the existing fleet of ventilators to minimise risk to patients and reduce training impacts,Awarded,,132000,20250410 Wairarapa District Health Board,23953484,Request for Proposals,Open Competition,"Phacoemulsification Equipment, Supplies and Service",YRR-LOC-0759,20210209,20210304,20210723,,Sole Agency,No,,"WrDHB want to procure one phacoemulsification system with ultrasound, irrigation/aspiration (I/A), and anterior vitrectomy capabilities to replace existing equipment that is rapidly approaching end of life. Associated with this equipment we also need supply of consumables and service support after warranty. The equipment will be used in Perioperative Unit at Wairarapa Hospital in Te Ore Ore Rd, Masterton",Awarded,None,152000,20250410 Wairarapa District Health Board,24147122,Request for Proposals,Closed Competition,Facilities Services: Food services,,20210416,20210519,20211028,,Sole Agency,No,,This is a closed RFP for suppliers shortlisted from the Registration of Interest (GETS RefID: 23225652),Awarded,,0,20250410 Wairarapa District Health Board,24194572,Request for Proposals,Closed Competition,Facilites Services: Cleaning Service,,20210416,20210519,20211028,,Sole Agency,No,,This is a closed RFP for suppliers shortlisted from the Registration of Interest (GETS RefID: 23225652),Awarded,,0,20250410 Wairarapa District Health Board,24198763,Request for Proposals,Closed Competition,Facilities Services: Security & Orderlies,,20210416,20210519,20211028,,Sole Agency,No,,This is a closed RFP for suppliers shortlisted from the Registration of Interest (GETS RefID: 23225652),Awarded,,0,20250410 Wairarapa District Health Board,24198792,Request for Proposals,Closed Competition,Facilities Services: Pest & Hygiene,,20210416,20210519,20211130,,Sole Agency,No,,This is a closed RFP for suppliers shortlisted from the Registration of Interest (GETS RefID: 23225652),Awarded,A nine year contract was awarded to OCS to manage operational service delivery while acting as the main contractor. OCS will manage a sub-contract relationship with Rentokil Initial,360000,20250410 Wairarapa District Health Board,24198843,Request for Proposals,Closed Competition,Facilities Services: Grounds Maintenance,,20210416,20210519,20211028,,Sole Agency,No,,This is a closed RFP for suppliers shortlisted from the Registration of Interest (GETS RefID: 23225652),Awarded,,0,20250410 Wairarapa District Health Board,25125910,Award Notice,Open Competition,Outsourced Sonography Services,YRR-LOC-0808,20211029,20211029,20211101,,Sole Agency,No,,"Successful Supplier: Greyscale Ultrasound Limited Brief Description: Provision of an outsourced sonography service for Wairarapa-resident patients, comprising of technical examinations at the supplier's premises using their own equipment, with some sonography services delivered on-site at the buyer's location. Contract awarded: 01/11/2021 Contract Term: 3 years Estimated Spend: <$400,000 Procurement Process Direct sourced",Awarded,,400000,20250410 Wairarapa District Health Board,25700238,Award Notice,Open Competition,Biomedical Engineering Services,,20220414,20220414,20220414,,Sole Agency,No,,"The existing contract with Biomedical Service NZ Limited has been extended by one year to 31 July 2023 with one final right of renewal, resulting in the contract terminating 31 July 2024. The DHB will review whether to tender the contract opportunity in 2023 prior to the end of the penultimate contract term.",Awarded,,0,20250410 Wairarapa District Health Board,25984489,Request for Proposals,Open Competition,Mental Health and Addiction System Collaborative Design,YRR-LOC-0835,20220629,20220727,20220923,,Sole Agency,No,,"This procurement relates to selection of a capable, experienced contractor who can assist the agency with project management and facilitation of the collaborative design for the development of mental health and addiction system within agreed project timelines for the Wairarapa district. We are looking for credible suppliers who have the capability, experience and capacity to deliver with a contract starting in Oct 2022 for around six months. The key objectives are to identify a small number of actions that will help transform existing mental health and addiction services and build capability and capacity for better and faster change across the whole mental health and addiction service delivery system. It is important to work in partnership with local iwi, improve health equity for Maori and improve wellbeing outcomes for service users in the Wairarapa.",Awarded,,160000,20250410 Wairoa District Council,21118052,Request for Tenders,Open Competition,19/04 Streetlighting Renewal and Maintenance Contract,19-Apr,20190607,20190708,20191010,,Sole Agency,No,All submissions to be made through the GETS website,"The Wairoa District Council (WDC) is offering the opportunity for provision of installation and maintenance services for its street and amenity lighting network. This includes all activities associated with maintaining 902 lights within the Wairoa District. 106 of these lights are owned by NZTA and will be maintained as a Separable Portion under this contract which is charged through a separate price schedule, along with replacement and upgrade work as may be requested from time to time. The Council has recently completed a procurement exercise for streetlights and has selected streetlights two makes of LED Streetlights. This contract includes the accelerated replacement of all 640 existing non-LED streetlights with LED streetlights by 30 June 2021.",Not Awarded,No compliant tenders received.,0,20250410 Wairoa District Council,21362118,Request for Tenders,Open Competition,"WDC Flood Damage Repairs, Area Wide",,20190805,20190828,20200603,,Sole Agency,No,,"This contract is for the construction of six dropout repairs on Wairoa District Council roads. The works include the construction of retaining wall, MSE walls, Rock Revetments, Excavations and Backfilling. The sites are located on the Ruapapa Road, Glenbrook Road, Waihua Road and Mahia East Coast Road.",Awarded,,0,20250410 Wairoa District Council,21777128,Request for Tenders,Open Competition,19/04 Streetlighting Renewal and Maintenance Contract,19-Apr,20191021,20191127,20200327,,Sole Agency,No,All submissions to be made through the GETS website,"The Wairoa District Council (WDC) is offering the opportunity for provision of installation and maintenance services for its street and amenity lighting network. This contract includes the accelerated replacement of all 640 existing non-LED streetlights with LED streetlights by 30 June 2021 and all activities associated with maintaining 902 lights within the Wairoa District. 106 of these lights are owned by NZTA and will be maintained as a Separable Portion under this contract which is charged through a separate price schedule, along with replacement and upgrade work as may be requested from time to time. The Council has recently completed a procurement exercise for streetlights and has selected streetlights two makes of LED Streetlights. Alternative tenders for the accelerated replacement of all 640 existing non-LED streetlights only (excluding on-going maintenance) may also be submitted.",Not Awarded,No conforming tenders,0,20250410 Wairoa District Council,21777391,Request for Tenders,Open Competition,19/02 Wairoa and Frasertown Cemetery Maintenance,19-Feb,20191118,20200115,20200227,,Sole Agency,No,"Wairoa District Council, 97-103 Queen Street, Wairoa, 4108","The condition, cleanliness and tidiness Wairoas cemeteries has a significant effect on Councils reputation. This Contract comprises the routine operation and maintenance of municipal cemeteries in the Wairoa area, including: Wairoa Cemetery, Fraser St, Wairoa Frasertown Cemetery It is of paramount importance that the Contractor/s engaged by Council are fully aware of the need to maintain and enhance Councils reputation in providing clean and tidy facilities and will work towards this objective providing appropriate staff and levels of commitment. The specification is predominantly performance based and makes the Contractor responsible for identifying, programming and execution of certain routine and other maintenance works. The intention of this contract is to ensure the cost effective maintenance of the municipal cemeteries within Wairoa such that the required service standards are maintained at all times. Tenderers should not take any recent standard of maintenance as being indicative of compliance with this specification. Tenderers must satisfy themselves that their proposed methodology will meet the standards specified in these contract documents. Tenderers must satisfy themselves that their proposed methodology will meet the standards specified in these contract documents. The specification is predominantly performance based and makes the Contractor responsible for identifying, programming and completing the works. It is anticipated that this contract will provide an opportunity for local contractors to be involved in the maintenance of clean and tidy facilities in the community.",Not Awarded,Contract awarded WP & JM Halkett Partnership,0,20250410 Wairoa District Council,21925800,Request for Tenders,Open Competition,19/01 Maintenance and Operation of Mahia Reserves,19-Jan,20191118,20200115,20200227,,Sole Agency,No,"Wairoa District Council, 97-103 Queen Street, Wairoa, 4108","This is a service contract for the routine maintenance of reserves in the Mahia area as generally shown on the maps appended to the tender documents. The specification is predominantly performance based and makes the Contractor responsible for identifying, programming and execution of certain routine and other maintenance works. The intention of this contract is to ensure the cost effective maintenance of the reserves within the Mahia area such that the required service standards are maintained at all times. Tenderers should not take any recent standard of mowing as being indicative of compliance with this specification. It is anticipated that this contract will provide an opportunity for local contractors to be involved in the maintenance of clean and tidy facilities in the community.",Not Awarded,Contract awarded WP & JM Halkett Partnership,0,20250410 Wairoa District Council,22556638,Request for Tenders,Open Competition,19/05 Pavement Marking,19-May,20200421,20200513,20200525,,Sole Agency,No,,,Awarded,Road Runner Ltd scored highest and were successful in gaining the contract.,119000,20250410 Wairoa District Council,22621808,Request for Proposals,Open Competition,20/04 Infrastructure Professional Services,20-Apr,20200506,20200529,20200728,,Sole Agency,No,n/a,"Wairoa District Council (Council) currently engages with a selective range of reputable consulting firms to provide professional services support for infrastructure service delivery. In 2019, a Section 17A review of Councils land transport activities was undertaken and this identified the opportunity for Council to streamline future engagement with suppliers. This procurement process aims to seek proposals from Respondents for a range of professional services to support the delivery of core infrastructure services: roading, bridges, three waters, parks, and property. The professional services include planning, regulatory, inspection, surveying, design, technical asset management and related project management. The professional services required to support Councils in-house professional services team in the delivery of infrastructure services.",Awarded,,0,20250410 Wairoa District Council,22766918,Request for Tenders,Open Competition,PGF Structural Bridge Repairs Package 1,20-Jun,20200604,20200701,20201103,,Sole Agency,No,,"The contract is for the replacement of the concrete deck on the Doughboy Bridge, Ruakituri Road within the Wairoa district",Awarded,Contract awarded to Ritchie Civil Ltd,0,20250410 Wairoa District Council,23526342,Request for Tenders,Open Competition,PGF Bridge Strengthening Package 2,20-Aug,20201028,20201116,20210317,,All of Government,No,,The contract involves the replacement of the timber deck on the Ngamahanga Bridge and strengthening of the steel beams on the Homeleigh Bridge.,Awarded,,0,20250410 Wairoa District Council,24124479,Request for Tenders,Open Competition,PGF Bridge Strengthening Package 4,21_01,20210324,20210504,20210531,,All of Government,No,,"The tender is for the Structural Strengthening of the Papa Creek Bridge on the Ruakituri Road, Wairoa",Awarded,,159344,20250410 Wairoa District Council,24629710,Request for Tenders,Open Competition,21/08 Matoitoi Bridge Deck Replacement,21-Aug,20210803,20210915,20211019,,Sole Agency,No,,"Wairoa District Council is seeking a competent contractor to carry out bridge strengthening works on Matoitoi Bridge, Mangapoike Road in the Wairoa District. This bridge is a critical piece of infrastructure.",Awarded,,0,20250410 Wairoa District Council,24638774,Request for Proposals,Closed Competition,21/05 - Architect Services for the Wairoa Centennial Library & Archive Redevelopment,21-May,20210810,20210924,20211124,,Sole Agency,No,,"Pleased find attached an outline for the Wairoa District Council Request for Proposal for Wairoa District Council Contract 21/05 - Architect Services for the Wairoa Centennial Library & Archive Redevelopment. Proposals are now invited from each of the four architecture firms shortlisted during the recent EOI round. Council intends to engage an architect from the RFP process that will deliver the following; 1. Work with Council and stakeholders to resolve the design for the Wairoa Library Archive. This stage is expected to bring the project to costed developed design for the purpose of presenting to funders. 2. Present a representative project program outlining process and estimated costs to develop from stage 1 to detailed design (building consent) stage. WDC understands at this stage this part of the RFP does not represent a formal cost of service, but is provided for funding purposes. A contract for this stage of work will be formalised with the successful supplier separately. Details for the RFP process are included in the attached documents. We welcome questions through GETS and the opportunity to arrange site visits as required. We recognise the deadline is ambitious and hope that you can work within this to submit a proposal. Please make contact with any questions, requests for information and to arrange a visit. We look forward to working with you on this next stage. Nga manaakitanga",Awarded,,0,20250410 Wairoa District Council,24647889,Request for Tenders,Open Competition,21/07 Maintenance and Operation of Rural Public Toilets (Mahia & Nuhaka),21-Jul,20210812,20210910,20211208,,Sole Agency,No,"Wairoa District Council, 97-103 Queen Street, Wairoa 4108","The condition, cleanliness and tidiness of toilet block facilities has a significant effect on Councils reputation. This Contract comprises the routine inspection and maintenance of toilet facilities in the Mahia and Nuhaka area: Mahia Beach Toilets and Changing Rooms Blue Bay Toilets and Changing Room Oraka Toilets and Changing Rooms Nuhaka Toilets Blacks Beach Toilet Mahanga Beach Toilets Whangawehi Toilet It is of paramount importance that the Contractor/s engaged by Council are fully aware of the need to maintain and enhance Councils reputation in providing clean and tidy facilities and will work towards this objective providing appropriate staff and levels of commitment. Due to the geographic spread of the facilities, the scale of works required at each site and to support local representation, the overarching Contract is to be split into a number of smaller contracts. Tenderers are invited to submit proposals for individual sites or multiple sites either as the contractor or as a lead contractor employing sub-contractors. It is anticipated that this contract will provide an opportunity for local contractors to be involved in the maintenance of clean and tidy facilities in the community.",Awarded,,0,20250410 Wairoa District Council,24766853,Request for Tenders,Open Competition,Flood Damage Repairs Mohaka Waiau Package 4,21-Sep,20210906,20210929,20211020,,Sole Agency,No,,"The tender is for the repair of 7 dropout sites using Concrete L Units, Gabion Baskets and Earthworks. Six sites are on the Putere Rd RP 25 to 33k and one site on the Mohaka Coach Rd",Awarded,,0,20250410 Wairoa District Council,24978574,Request for Tenders,Open Competition,21_10 Wairoa SBR 2021,,20211018,20211117,20211202,,All of Government,No,,Structural bridge repairs to 5 bridges within the Wairoa District.,Awarded,,0,20250410 Wairoa District Council,25082517,Request for Tenders,Open Competition,"The Main Contractor of Building Works - Gemmell's Redevelopment, Wairoa",,20211111,20211208,20220124,,Sole Agency,No,,"Tenders are invited for this contract which involves the building works for redevelopment of the former Gemmell's block in the central business district of Wairoa. The building works are described in the tender documents and include the construction of a butcher shop retail and production preparation space, a restaurant facility catering for 30 plus customers as well as an outdoor courtyard area, linking the alleyway as well as the shop frontage canopy.",Not Awarded,No tenderers,0,20250410 Wairoa District Council,25114398,Request for Tenders,Open Competition,Flood Damage Repairs Waikaremoana Ruakituri Package 3,21-Jun,20211117,20211208,20220117,,All of Government,No,,The contract is for the realignment of a section of Awamate Road inclusive of sealed pavement reinstatement and the construction of a anchored timber retaining wall and seal reinstatement on the Ruapapa Road.,Awarded,,0,20250410 Wairoa District Council,26477507,Request for Tenders,Open Competition,22/03 Pavement Marking,22-Mar,20221014,20221109,20221122,,All of Government,No,none,"Wairoa District Council is seeking a competent and professional contractor to remark existing road markings around the Wairoa District, as well as install new markings where required. Data improvement and a quality outcome is the goal.",Awarded,,0,20250410 Wairoa District Council,26616624,Request for Tenders,Open Competition,Wairoa SBR 2022-2023,22-Apr,20221111,20221207,20221219,,All of Government,No,,The contract involves strengthening work to the abutment on the Erepiti Bridge using ground anchors and shotcrete and the construction of a reinforced fill at the Kotare No 1 Bridge,Awarded,,0,20250410 Wairoa District Council,28521112,Request for Tenders,Open Competition,Wairoa Structural Bridge Repairs 2023/24,,20231125,20231220,20240201,,All of Government,No,,The contract is for the Structural Repairs to five bridges within the Wairoa District,Awarded,,480000,20250410 Wairoa District Council,28667556,Request for Tenders,Open Competition,Wairoa Bridge Improvements Package 2024,23-Dec,20240108,20240207,20240201,,All of Government,No,,The contract is for the Structural Improvements to two bridges within the Wairoa District,Awarded,,526345,20250410 Wairoa District Council,28680969,Request for Tenders,Open Competition,Blacks Beach Revetment,23-Nov,20240112,20240214,20240409,,All of Government,No,,"Construction of a Rock Revetment at Blacks Beach, Mahia",Not Awarded,"Had to request new information in regard to rock specification, which put everyone on an even playing field",0,20250410 Wairoa District Council,29011399,Request for Tenders,Closed Competition,Blacks Beach Revetment - Resubmission,23-Nov,20240318,20240320,20240403,,Sole Agency,No,,"Construction of a Rock Revetment at Blacks Beach, Mahia This is a resubmission of the price component, as described in Notice to Tenderer.",Awarded,,1201043,20250410 Wairoa District Council,29829095,Request for Proposals,Closed Competition,Request for Proposal - Te Reinga Bridge Replacement,24-Feb,20240722,20240812,20240917,,All of Government,No,,"The site of the Te Reinga Bridge is located approximately 80m downriver from the confluence of the Ruakituri and Hangaroa rivers and approximately 100m upriver of the Te Reinga Falls. The bridge provides access to Te Reinga, a small rural community located 10km northeast of Wairoa in Hawkes Bay. During the 2023 Cyclone Gabrielle, the central pier of the bridge (Pier C) washed away, causing the structure to become unstable and forcing closure of the bridge to vehicles and pedestrians. The bridge has since been demolished and there is currently a temporary bridge in place. An Expression of Interest (EOI) for the Te Reinga Bridge Replacement project was released on 17 May 2024 that invited submissions from suitably experienced contractors interested in being prospective tenderers for the construction of the replacement Te Reinga Bridge. The EOI process identified several Contractors who met the minimum pre-qualification requirements. This Request For Proposal (RFP) is the next phase of the procurement process which involves short-listing two tenderers who will participate in a collaborative Early Contractor Involvement (ECI) phase with the Principals Technical Design Team before submitting a tender for the Contract Works. At the conclusion of the ECI phase, more detailed and specific attribute and pricing information will be requested through a separate Request for Tender (RFT) for the physical works contract. As outlined above, the two shortlisted tenderers will be required to participate in a collaborative ECI phase which will run concurrently with the tender period. The Principal wishes to engage suitably qualified and experience contractors to take part in the construction of a resilient bridge that will permanently reconnect the local Te Reinga community and have a positive impact on the surrounding Wairoa district, and wider Hawkes Bay and Gisborne regions. The project is being delivered through a traditional contract model (NZS3910:2013) with a collaborative ECI stage that will run concurrently with the detailed design of the bridge. The ECI phase will give two selected Contractors the chance to influence the design and provide opportunities for collaboration and innovative solutions to construction. The project is also focused on fostering and enhancing relationships with local Hapu, upskilling the local suppliers, and supporting the local community to build back stronger.",Awarded,3 suppliers selected to go to RTF stage.,0,20250410 Waitaki District Council,25887970,Request for Proposals,Open Competition,Contract 836: Thousand Acre and Essex Street Intersection Improvements,,20220601,20220706,20220714,Assets Roading,Sole Agency,No,"Waitaki District Council, 20 Thames St Oamaru","We are seeking a solution to improve safety at the Weston Road and Essex St Intersection and the Thousand Acre and Gardiners Road Intersection. This project is part of our Road to Zero safety strategy. The aim of the Road to Zero projects is to set us on the path to achieve no deaths or serious injuries on our Roads, Intersections and Streets. It is our wish to create a safe and forgiving road system that makes the safety of people a priority.",Not Awarded,,0,20250410 Waitaki District Council,26416796,Request for Proposals,Closed Competition,Waitaki Events Centre professional services,,20221004,20221031,20221208,,Sole Agency,No,20 Thames Street,"We are looking for a range of professional services from an individual or organisation with experience in vertical infrastructure constructure, with preference for experience in sports and event centre construction, and in working on behalf of local government. These individual(s) or organisation(s) will support the project team to ensure the facility meets our community needs and maximise the value and contribution to our community, both during the construction phase and for the life of the asset. The key objective(s) of this procurement is to secure specialist services in the following areas to support the project team with: Procurement. Design Peer Review of: o Structural engineering, o Air handling, o Acoustic engineering, o Fire engineering, o Sports user needs (including flooring), o Accessibility, o Lighting, o Vehicle and pedestrian movement. Engineers Representative for NZS3916:2013 contract. Quantity survey.",Not Awarded,,0,20250410 Waitaki District Council,26786431,Request for Proposals,Closed Competition,ePlan,,20230110,20230213,20230424,,Sole Agency,No,20 Thames Street,"Council is undertaking a tender of an ePlan system and RMA submissions management. We have chosen to undertake this as a single tender, as it is a more complex district plan review consultation and for future plan changes.",Awarded,,0,20250410 Waitaki District Council,26803528,Request for Tenders,Closed Competition,Transport Choices- Oamaru - Professional Services,900,20230116,20230210,20230221,Assets Roading,Sole Agency,No,20 Thames Street,,Awarded,Three conforming tenders received at the time of closing. The lowest price tender was evaluated and awarded.,257500,20250410 Waitaki District Council,26896337,Request for Proposals,Open Competition,Remediation of Hampden and Beach Rd Sites and Operation of Palmerston Landfill,901,20230203,20230414,20230627,,Sole Agency,No,,"This RFP is issued by Waitaki District Council (WDC). The procurement is for the remediation of three legacy landfill sites, namely Beach Road Site 1 and Site 2 (two sites) and Hampden Landfill, and the development and operation of the existing Palmerston Landfill. Only firms who have attended the mandatory supplier briefing and site visits will be allowed to bid for this opportunity. The registration for these events closes on 3 February (see RFX26832014 for further details).",Awarded,,0,20250410 Waitaki District Council,27369054,Request for Proposals,Open Competition,Contract 0012 Oamaru Blue Penguin Colony Carpark Works,,20230509,20230616,20230706,Property,Sole Agency,No,"Waitaki District Council, 20 Thames Street Oamaru",Please submit your tender both electronically and hard copy to alternative physical delivery address as per RFP section 1.5.,Not Awarded,,0,20250410 Waitaki District Council,28108635,Request for Tenders,Open Competition,Contract 927: Eden Street Pavement Rehabilitation,,20230915,20231016,20231020,Assets Roading,Sole Agency,No,,,Awarded,,430693,20250410 Waitaki District Council,28108832,Request for Tenders,Open Competition,"Contract 931: Pavement Rehabilitation, Hillgrove-Moeraki Road",,20230915,20231009,20231019,Assets Roading,Sole Agency,No,,,Awarded,,413679,20250410 Waitaki District Council,28326337,Request for Tenders,Open Competition,SH1 - Thames Highway Intersections Transport Choices Improvements,929,20231020,20231117,20231221,Assets Roading,All of Government,No,20 Thames Street,,Not Awarded,"The Minister Of Transport informed all councils (20/12/2023) that the implementation phase of Transport Choices - CERF funded projects have been stopped. NTT 4 informed tenderers that Council could not award contract 929 without the CERF fund commitment. Because of this Instruction from the Minister, Contact 929 is canceled.",0,20250410 Waitaki District Council,28480647,Request for Tenders,Open Competition,Contract 924 - Waitaki Parks and Reserves Maintenance,924,20231117,20240202,20240506,Parks and Recreation,All of Government,No,,,Awarded,Contract awarded through council decision,2775000,20250410 Waitaki District Council,29213547,Request for Proposals,Closed Competition,Contract 962 - Market Place Zone Urban Park,962,20240415,20240517,20240902,,Sole Agency,No,20 Thames Street,"The preferred option will improve the attractiveness of the Farmers Market area and provide a separate space from the carpark area for use by visitors as an urban park. The outcomes we want to achieve are. Attractive marketplace area. Versatile and convertible space from marketplace to events space. Sympathetic and cohesive with Harbour Street / Contribution to visual amenity. Ability to be modified/ expanded upon for the future. Improved environmental outcomes. Affordable/ Achievable. We are seeking Respondents that. Can demonstrate they are sufficient size and have the necessary skills and resources/ equipment to complete the works. Can demonstrate they have successfully completed works of a similar size and complexity. Can demonstrate they understand the significance of the site and our requirements. Can design a space that meets community and user needs, and which celebrates our unique identity. Can demonstrate they have the quality assurance process to ensure work is delivered to a high standard",Awarded,,0,20250410 Waitaki District Council,29213883,Request for Tenders,Closed Competition,Contract 959 - Market Place Zone - Parking,959,20240415,20240517,20240902,,Sole Agency,No,,"The preferred option will improve the attractiveness of the Farmers Market area and provide a separate space from the carpark for use by visitors as an urban park. The preferred option is achievable within the limited budget available, will not detract from Harbour Street or prevent future Greenfields or commercial use. 2.2 Key outcomes The outcomes we want to achieve are. Attractive parking space. Quality construction. Management of contamination. Protection of heritage values. Minimising whole of life costs Civil construction services for high profile site including. Installation of stormwater services Cut and fill of land. Construction of asphalt paths. Sealing and marking of carparks. Construction of kerb and channel. Cobblestone dish drains. Landscaping/ plantings. Management of contaminated land.",Awarded,,0,20250410 Waitaki District Council,29952006,Request for Tenders,Open Competition,Contract 983 - Council Offices Cleaning Services,983,20240809,20240906,20240913,Property,Sole Agency,No,ardgowan road,,Awarded,,161000,20250410 Waitemata District Health Board,18812915,Request for Proposals,Open Competition,For the supply of Bio Degradable Cups and Lids to WDHB,WT17-1092,20170708,20170804,20200907,,Sole Agency,No,,,Not Awarded,RFP Abandoned,0,20250410 Waitemata District Health Board,20353041,Request for Proposals,Open Competition,RFP An Automated solution to support the safe transfer of patients from the ED to Urgent Care Clinics,,20181031,20181128,20200129,,Sole Agency,No,,,Awarded,,0,20250410 Waitemata District Health Board,20757746,Request for Proposals,Closed Competition,Individual Placement and Support Trial,,20190221,20190315,20191111,,Sole Agency,No,,Please see attached documentation,Awarded,,0,20250410 Waitemata District Health Board,21095047,Request for Proposals,Open Competition,Waitemata District Health Board Asbestos Contamination Consultant,,20190529,20190619,20200217,,Sole Agency,No,,"We need an expert Asbestos Contamination Consultant to lead on behalf of the Waitemata District Health Board the management of the process, methodology, planning, compliance, monitoring and reporting of the Asbestos and Contamination aspects of the Pupuke Taharoto Demolition. The Asbestos Contamination Consultant will manage, document, monitor and report any non-compliances proactively throughout the demolition project to ensure the Waitemata DHB delivers in accordance with compliance and Health and Safety regulations and deals efficiently and effectively with any issues throughout the process.",Awarded,,331630,20250410 Waitemata District Health Board,21486727,Request for Proposals,Closed Competition,Waitemata District Health Board Elective Capacity Inpatient Beds (ECIB) Preliminary Design Phase to Project Completion Professional Consultant - RFP Package 1,WT-16-C-04-069,20190827,20190930,20200424,,Sole Agency,No,"Q4 Building, Level 2, 74 Taharoto Road, Takapuna, 0622","We are looking for Design Consultants who have the relevant experience to deliver the Waitemata District Health Board (DHB) Elective Capacity Inpatient Beds (ECIB) Building from preliminary design through to project completion cost effectively and within agreed timeframes. ECIB Concept Design is completed. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for the Design Consultant Services for ECIB (Elective Capacity Inpatient Beds) Building Preliminary Design to Project Completion contract opportunity. This RFP is the second stage in the two-stage procurement process. Respondents have been shortlisted based on a previous ROI stage. Please note that the following documents are part of Appendix D: 1 - ECIB 100% Concept Design - Architectural Report (Jasmax) 2 - ECIB 100% Concept Design - Cultural Report Rev B (Jasmax) 3 - ECIB 100% Concept Design - Structural Report (Aurecon) 4 - ECIB 100% Concept Design - Building Services (Beca)",Awarded,,10407395,20250410 Waitemata District Health Board,21647293,Request for Proposals,Closed Competition,Waitemata District Health Board Elective Capacity Inpatient Beds (ECIB) Preliminary Design Phase to Project Completion Professional Consultant - RFP Package 2,WT-16-C-04-069,20190923,20191030,20200424,,Sole Agency,No,"Q4 Building, Level 2, Smales Farm, 74 Taharoto Road, Takapuna 0622, Auckland","We are looking for Non-Design Consultants who have the relevant experience to deliver the Waitemata District Health Board (Waitemata DHB) Elective Capacity Inpatient Beds (ECIB) Building from preliminary design through to project completion cost effectively and within agreed timeframes. ECIB Concept Design is completed. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a proposal for the Design Consultant Services for ECIB (Elective Capacity Inpatient Beds) Building Preliminary Design to Project Completion contract opportunity. This RFP is the second stage in the two-stage procurement process. Respondents have been shortlisted based on a previous ROI stage.",Awarded,,5095877,20250410 Waitemata District Health Board,21805007,Request for Quotations,Open Competition,ECIB Initiation - Infrastructure Works - Arborist Services,WT-20-C-13-002,20191018,20191101,20200217,,Sole Agency,No,,,Awarded,,14905,20250410 Waitemata District Health Board,22081737,Request for Proposals,Open Competition,Mason Clinic - Auckland Unitary Plan Changes - Town Planning Consultant Services,,20191212,20200124,20200424,,Sole Agency,No,"Q4 Building, Level 2, 74 Taharoto Road, Takapuna, Auckland","Six hardcopies of price and six hardcopies of non-price of your proposal clearly addressed with the name of the tender must be delivered to our tender box: Strategic Capital Programme Group Level 2, Q4 Building, Smales Farm 74 Taharoto Road, Takapuna, Auckland",Awarded,This tender has been awarded to Bentley & Co.,165000,20250410 Waitemata District Health Board,22164130,Request for Proposals,Open Competition,ADHB Mental Health & Addictions NGO Partner Service,,20200114,20200221,20200914,,Sole Agency,No,,"This is the opportunity for an NGO, experienced in providing Support Hours to service users and their whanau, and working in partnership with the ADHB Community Mental health Centres, to present proposals for a new service NGO Partners. This proposal is for a minimum of four FTE to work in partnership with the CMHCs and other NGOs providing Community Service Workers (CSW) Support Hours to address the immediate needs of service users especially their social needs where no other CSW service is involved. ADHB is looking for one NGO to provide the service across the four CMHCs The aim of the service is to respond to urgent or short-term needs of people under the care of Community Mental Health Centres related to social determinants of mental health, and to broker and navigate service users to appropriate support. The Service will work complementarily to NGOs, CMHCs and Service Coordination to ensure that service users / whanau can access appropriate support quickly, easily and effectively. This service does not replace the role of the NGO CSWs. It is a stepping stone to address social issues and where an urgent response is needed. We are looking for one NGO Provider to provide the service. The service is funded for a minimum of four FTE Support Workers holding a minimum of level 4 certificate in Mental Health and Addictions support and at least 2 years experience of community based Mental Health Support work in NZ.",Awarded,,0,20250410 Waitemata District Health Board,22756456,Request for Proposals,Open Competition,Waitemata DHB - Totara Haumaru (ECIB) Structural Steel,WT-16-C-04-069,20200602,20200629,20210222,,Sole Agency,No,,,Awarded,,0,20250410 Waitemata District Health Board,22861164,Request for Proposals,Open Competition,Waitemata DHB - Totara Haumaru (ECIB) - Independent Commissioning Agent,WT-16-C-04-069,20200623,20200728,20210510,,Sole Agency,No,,"The Waitemata District Health Board is seeking an Independent Commissioning Agent (ICA) to provide design review, per-commissioning, commissioning and building tuning services for the Totara Haumaru building.",Awarded,,0,20250410 Waitemata District Health Board,22873616,Request for Proposals,Open Competition,Waitemata DHB - Totara Haumaru (ECIB) Vertical Transport,WT-16-C-04-069,20200625,20200729,20201103,,Sole Agency,No,,"This Request for Proposal (RFP) is for a preferred Vertical Transportation Supplier with the appropriate experience and capability for the supply, fabrication, delivery, full installation, and commissioning of Vertical Transportation for the Totara Haumaru building project based at the North Shore Hospital Campus in Auckland.",Awarded,,0,20250410 Waitemata District Health Board,22942507,Request for Proposals,Open Competition,Waitemata DHB Waitakere Hospital Masterplan and Programme Business Case Development Architectural Consulting Services,WT-19-C -040- 010,20200709,20200805,20201204,,Sole Agency,No,,"Background Waitakere Hospital campus has been prioritised for redevelopment in the Northern Region Long Term Investment Plan (NRLTIP). To date a strategic assessment has been completed to support the redevelopment. The next step is to complete the Master Site Planning (including a staging plan) to inform the Programme Business Case (PBC) and future tranche business cases for the Waitakere Hospital redevelopment. The business case is to be informed by a Site Master Plan. We are looking for Consultants who have the relevant experience to assist Waitemata District Health Board (DHB) deliver the Master Site Plan and Business Case for the Redevelopment of the Waitakere Hospital cost effectively and within agreed time frames. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Architectural (including Health Planner and Master Planning) Consultant Services for the Waitakere Redevelopment Programme This RFP is a single stage procurement process and Waitemata DHB expects to be able to identify a successful respondent(s) at the conclusion of this process.",Awarded,,0,20250410 Waitemata District Health Board,22942586,Request for Proposals,Open Competition,Waitemata DHB Waitakere Hospital Masterplan and Programme Business Case Development Business Case Writer,WT-19-C -040- 010,20200709,20200805,20201204,,Sole Agency,No,,"The Waitakere Hospital campus has been prioritised for redevelopment in the Northern Region Long Term Investment Plan (NRLTIP). To date a strategic assessment has been completed to support the redevelopment. The next step is to complete the Master Site Planning (including a staging plan) to inform the Programme Business Case (PBC) and future tranche business cases for the Waitakere Hospital redevelopment. The business case is to be informed by a Site Master Plan. We are looking for Consultants who have the relevant experience to assist Waitemata District Health Board (DHB) deliver the Master Site Plan and Business Case for the Redevelopment of the Waitakere Hospital cost effectively and within agreed time frames. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Business Case Writer Consultant Services for the Waitakere Redevelopment Programme This RFP is a single stage procurement process and Waitemata DHB expects to be able to identify a successful respondent(s) at the conclusion of this process.",Awarded,,0,20250410 Waitemata District Health Board,22942684,Request for Proposals,Open Competition,Waitemata DHB Waitakere Hospital Masterplan and Programme Business Case Development Programme Planner,WT-19-C -040- 010,20200709,20200805,20201204,,Sole Agency,No,,"The Waitakere Hospital campus has been prioritised for redevelopment in the Northern Region Long Term Investment Plan (NRLTIP). To date a strategic assessment has been completed to support the redevelopment. The next step is to complete the Master Site Planning (including a staging plan) to inform the Programme Business Case (PBC) and future tranche business cases for the Waitakere Hospital redevelopment. The business case is to be informed by a Site Master Plan. We are looking for Consultants who have the relevant experience to assist Waitemata District Health Board (DHB) deliver the Master Site Plan and Business Case for the Redevelopment of the Waitakere Hospital cost effectively and within agreed time frames. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Programme Planner Consultant Services for the Waitakere Redevelopment Programme This RFP is a single stage procurement process and Waitemata DHB expects to be able to identify a successful respondent(s) at the conclusion of this process.",Awarded,,0,20250410 Waitemata District Health Board,22942706,Request for Proposals,Open Competition,Waitemata DHB Waitakere Hospital Masterplan and Programme Business Case Development Town Planning Consultant Services,WT-19-C -040- 010,20200709,20200805,20201204,,Sole Agency,No,,"The Waitakere Hospital campus has been prioritised for redevelopment in the Northern Region Long Term Investment Plan (NRLTIP). To date a strategic assessment has been completed to support the redevelopment. The next step is to complete the Master Site Planning (including a staging plan) to inform the Programme Business Case (PBC) and future tranche business cases for the Waitakere Hospital redevelopment. The business case is to be informed by a Site Master Plan. We are looking for Consultants who have the relevant experience to assist Waitemata District Health Board (DHB) deliver the Master Site Plan and Business Case for the Redevelopment of the Waitakere Hospital cost effectively and within agreed time frames. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Town Planning Consultant Services for the Waitakere Redevelopment Programme This RFP is a single stage procurement process and Waitemata DHB expects to be able to identify a successful respondent(s) at the conclusion of this process",Awarded,,0,20250410 Waitemata District Health Board,22942759,Request for Proposals,Open Competition,Waitemata DHB Waitakere Hospital Masterplan and Programme Business Case Development Traffic Planning Consulting Services,WT-19-C -040- 010,20200709,20200805,20201204,,Sole Agency,No,,"The Waitakere Hospital campus has been prioritised for redevelopment in the Northern Region Long Term Investment Plan (NRLTIP). To date a strategic assessment has been completed to support the redevelopment. The next step is to complete the Master Site Planning (including a staging plan) to inform the Programme Business Case (PBC) and future tranche business cases for the Waitakere Hospital redevelopment. The business case is to be informed by a Site Master Plan. We are looking for Consultants who have the relevant experience to assist Waitemata District Health Board (DHB) deliver the Master Site Plan and Business Case for the Redevelopment of the Waitakere Hospital cost effectively and within agreed time frames. This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for Traffic Planning Consultant Services for the Waitakere Redevelopment Programme This RFP is a single stage procurement process and Waitemata DHB expects to be able to identify a successful respondent(s) at the conclusion of this process",Awarded,,0,20250410 Waitemata District Health Board,22980171,Request for Tenders,Closed Competition,Waitemata DHB - Totara Haumaru (ECIB) Main Contractor,WT-16-C-04-069,20200716,20200819,20201223,,Sole Agency,No,,"Further to your Registration of Interest (ROI) submission in relation to the new Totara Haumaru Building at North Shore Hospital, the WDHB invites you to submit a Tender through this Request for Tender Process.",Awarded,,0,20250410 Waitemata District Health Board,23189153,Request for Proposals,Open Competition,ADHB Community Based Pulmonary Rehabilitation,,20200831,20200930,20210608,,Sole Agency,No,,"The Community Based Pulmonary Rehabilitation (CBPR) Service is an extension of the Greenlane Clinical Centre (GCC) Pulmonary Rehabilitation Service. The CBPR Service is a community-based, comprehensive rehabilitation group programme designed to improve health and wellbeing of clients with Chronic Obstructive Pulmonary Disease (COPD) and other chronic lung diseases in the Auckland District Health Board (Auckland DHB) region through the use of individualised and disease-specific exercise prescription and education sessions. The CBPR Service will be available in two localities with high numbers of Maori and Pacific people to avoid barriers to participation. The CBPR Service will be delivered by a multidisciplinary team to ensure the clients receive the right self-management information and advice. Auckland DHB is looking for credible providers who have the capability, experience and infrastructure to deliver the CBPR Service to our communities. They need to have a good track record in rehabilitation programmes, strong relationships with the primary care health providers and Maori and Pacific communities. This is a unique opportunity to make a real difference to the health and wellbeing of our people affected by COPD and other chronic lung diseases, increasing their participation in physical and social activities and improving the overall quality of life.",Awarded,,0,20250410 Waitemata District Health Board,23210118,Request for Quotations,Open Competition,Auckland Wellbeing Collaborative - Programme Office,,20200902,20200914,20210113,,Sole Agency,No,,"We are seeking a solution that provides the elements of back office support to the Implementation Enablement team for Integrated Primary Mental Health and Addictions Service (IPMHAS) including the following roles/ functions. - Project Administration & Co-Ordination; Communications Management; Data analytics. We estimate the quantity to be delivered is - Project Administration (circa 2 FTE) - Communications Management (0.4-.05 FTE) - Data analytics (0.5-0.8 FTE) We require the services to be delivered at shared office space in Auckland Metro area and virtually.",Awarded,,0,20250410 Waitemata District Health Board,23235947,Request for Proposals,Open Competition,Waitemata DHB - Ward Beds and Patient Handling Equipment Maintenance,,20200907,20200925,20210305,,Sole Agency,No,,"Waitemata District Health Board (WDHB) is looking to implement a planned maintenance and corrective repair service covering Ward Beds and patient handling equipment. Equipment uptime is critical to our operation. WDHB Clinical Engineers makes sure that medical devices are readily available for the clinical staff to use. Our capacity to keep these devices operational is in shortage hence we are in search for a provider who has experience in providing clinical engineering services. We do not want consultants and agents who will only advise us on what needs to be done or sub contracts the work to another provider. WDHB is looking for credible providers who have the capability, experience and infrastructure to deliver preventive & corrective maintenance for Ward Beds & patient handling equipment. They need to have a good track record in the management and implementation of maintenance programmes and effective networks and strong relationships within parts suppliers. We are looking for the best value-for-money provider over the whole life of the contract. This is an opportunity to support in the improvement of the delivery of health care to the Waitemata District population. Keeping vital equipment running directly helps patients who are in dire need of assistance.",Awarded,"The evaluation panel is recommending Universal Specialities Ltd (trading as USL Medical) for the supply of Maintenance & Repair Services to cover the following equipment: Ward Beds Patient Handling Equipment Patient Hoists Patient Handling Equipment Stretchers & Patient Transfer The recommendation is based on overall scoring to which USL Medical scored 66.78%. This strength on score is based on a highly favourable submitted proposal & overall pricing. The only drawback is that USL Medical will not be able to provide maintenance & repair service for Wheelchairs. Arjo Huntleigh scored strongly on pricing for preventive maintenance. Arjo Huntleighs expected annual preventive maintenance cost is $87,609.00 per annum which is $4,731 per annum lower than USL Medical. Arjo Huntleigh also score high on their proposal but majority of Waitemata DHB products supplied by USL Medical, they will have a difficult time securing updated training and parts for HillRom equipment. Arjo Huntleigh also will not be able to provide maintenance & repair service for Wheelchairs. There is no recommendation under this procurement process for the supply of Maintenance & Repair Services to cover Wheelchairs. It has been agreed that this can be taken up separately after the contract for the Ward Beds, Patient Hoists and Stretchers has been signed. Alternative to Wheelchair service is for maintenance to be done by WDHB Clinical Engineering if qualified staff are available to perform such service.",0,20250410 Waitemata District Health Board,24034954,Request for Proposals,Open Competition,ADHB Mental Health & Addictions Transitions Pilot,,20210301,20210325,20210628,,Sole Agency,No,,"The Pilot is targeted at adults with high and complex mental health and addiction and other needs requiring specialist mental health services to gain and maintain wellbeing in a community setting and other social services support. The intention is to address the urgent issue of Tangata Whaiora stranded in inpatient services despite no longer clinically requiring that level of service due to being homeless with no suitable accommodation to be discharged to. The pilot is to support Tangata Whaiora into housing in the community with holistic care provided by a multi-disciplinary workforce (a mix of clinical and non clinical workers, including peer and cultural support workers) who can actively provide support, and connect the person to other supports where needed. The Ministry of Health has defined the services specifications (included as Supplementary material). Detailed processes will be developed and implemented in a co-design process which the providers will be part of once they are contracted. ADHB are seeking joint proposals for: 1. Wrap-around Services including Flexi-fund This funding is for FTE including Peer and Cultural Support staff /Packages of Care/Support Hours. Budget approx. $4m. There is also provision for Flexi-Funding. 2. Property Sourcing and Housing Co-ordination / Tenancy Management Services Budget approx. $1.4m This funding is to engage a Housing Services Provider (HSP) to provide property sourcing and deliver Housing Coordination/Tenancy Management Services. Providers need to meet the following preconditions: 1)The Wraparound support provider must evidence experience in designing and delivering wraparound support for people with high and complex mental health and addictions needs. 2)The Wraparound support provider must evidence a relationship with and have a functional working relationship with a Community Housing Provider (CHP). 3) The Housing provider must be a registered CHP and have a current Income Related Rent Services Agreement with HUD. We are looking for Providers to provide these services including wraparound support services for people with high and complex mental health needs and quickly able to connect people to suitable housing.",Awarded,,0,20250410 Waitemata District Health Board,24202561,Request for Proposals,Closed Competition,WDHB Integrated Operating Theatre Equipment and Support Services,WDHB,20210415,20210512,20211213,,Sole Agency,No,,"Waitemata District Health Board is seeking proposals from suppliers to supply and install Integrated Operating Theatre Equipment and Support Services for Operating Theatres. For further information and detailed solution requirements, please refer to the attached RFP documents. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Waitemata District Health Board,24307248,Request for Proposals,Open Competition,WDHB Diesel Remediation Project Parts 2-4,WDHB,20210517,20210615,20220210,,Sole Agency,No,Not applicable,"Waitemata District Health Board is seeking proposals from suppliers to supply and install three diesel separators, two at Waitakere Hospital and one at North Shore Hospital, together with the provision of drain guards to three cesspits and sealing off a trench to prevent diesel leakage at North Shore Hospital. For further information and detailed requirements, please refer to the attached RFP documents. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Not Awarded,No responses received,0,20250410 Waitemata District Health Board,24824333,Request for Tenders,Open Competition,WDHB Additional Infrastructure Services North Shore Hospital,WDHB,20210916,20211014,20220505,,Sole Agency,No,Not applicable,"Waitemata District Health Board is seeking a competent and experienced main contractor to deliver the additional infrastructure enhancement works at North Shore Hospital. For further information and detailed requirements, please refer to the attached RFT documents. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Waitemata District Health Board,24995553,Request for Tenders,Closed Competition,Waitakere Hospital Primary Birthing Unit,,20211026,20211118,20220824,,Sole Agency,No,Not applicable,"Waitemata District Health Board is seeking tender submissions from shortlisted suppliers in relation to the new Primary Birthing Unit at Waitakere Hospital For further information and detailed requirements, please refer to the attached Waitakere Primary Birthing Unit RFT document as well as Attachments 00 - 31 NOTE: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Waitemata District Health Board,25033256,Request for Proposals,Closed Competition,WDHB - Automated Endoscope Reprocessor and Scope storage / drying cabinet - RFP,,20211102,20211123,20220701,,Sole Agency,No,Not applicable,"Waitemata District Health Board is looking for a supplier to supply and install Automated Endoscope Reprocessor and Scope storage/drying cabinets due to them reaching their end of life and provide machines for our new hospital facility in 2024. Please refer to the RFP documentation for solution requirements.",Awarded,,0,20250410 Waitemata District Health Board,25067750,Request for Tenders,Open Competition,Waitemata DHB_Waitakere Hospital Additional Carpark,WDHB,20211109,20211202,20220111,,Sole Agency,No,Not applicable,"Waitemata District Health Board is seeking tender proposals from Main Contractors for the provision of construction services for an additional carpark facility at Waitakere Hospital. For further information and detailed requirements, please refer to the attached RFT documents. NOTE: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Waitemata District Health Board,25127557,Request for Proposals,Open Competition,Waitemata DHB - 44 Taharoto Road Lift Replacement,WDHB,20211119,20211210,20230728,,Sole Agency,No,Not applicable,"Waitemata DHB is seeking a reliable, capable contractor that can execute quality and cost effective work for the removal of old lift equipment and manufacture, supply, installation, commissioning and testing of new passenger lifts at 44 Taharoto Road building according to the specification. For further information and detailed requirements please refer to the attached RFP documents. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration.",Awarded,,0,20250410 Waitemata District Health Board,25186877,Request for Proposals,Closed Competition,Waitakere Hospital Electrical Infrastructure Upgrade - Consultants,WDHB,20211130,20220117,20220216,,Sole Agency,No,Not applicable,"Waitemata District Health Board is seeking proposals from Consultants for the provision of professional services related to the remediation of critical electrical plant and equipment that are either failing or at imminent risk of failure in the near future at Waitakere Hospital. For further information and detailed requirements, please refer to the attached RFT documents. NOTE: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,,0,20250410 Waitemata District Health Board,25212856,Request for Tenders,Open Competition,Waitakare Hospital Electrical Infrastructure Upgrade - Contractors,WDHB,20211207,20220208,20220608,,Sole Agency,No,Not applicable,"Waitemata District Health Board is seeking tender submissions for the provision of contractor services related to the remediation of critical electrical plant and equipment that are either failing or at imminent risk of failure in the near future at Waitakere Hospital. For further information and detailed requirements, please refer to the attached RFT documents. NOTE: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Not Awarded,No tenders received.,0,20250410 Waitemata District Health Board,25635769,Request for Proposals,Open Competition,Waitemata DHB Health and Safety Consultant Services - Totara Haumaru,WDHB,20220401,20220504,20220719,,Sole Agency,No,Not applicable,"Waitemata District Health Board (DHB) has commenced the construction phase of the new hospital building (Totara Haumaru) and require the services of a Health and Safety (H&S) Consultant. We need a H&S Consultant who has the relevant experience to ensure the fulfilment of Waitemata DHBs PCBU H&S duties including the H&S officer duties for the Totara Haumaru Building Project. For further information and detailed requirements, please refer to the RFP documents NOTE: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration",Awarded,Company awarded to is SiteSafe,0,20250410 Waitemata District Health Board,25859698,Request for Quotations,Open Competition,WDHB eCALD Cross-Cultural Educators - Contractors,WDHB,20220526,20220610,20220628,,Sole Agency,No,,"eCALD Services is a division of the Institute for Innovation and Improvement, Waitemata District Health Board. We are seeking cross-cultural educators to provide virtual and face-to-face cultural competency training services to the primary, secondary, and non-governmental health workforce in New Zealand. The training programme aims to upskill the health workforce in working with culturally and linguistically diverse (CALD) migrants and refugees from Asian and Middle Eastern, Latin American and African backgrounds. Please refer to the attached RFQ document for further information and detailed requirements. NOTE: Proposals must be submitted through GETS. We will not be accepting faxed, posted or emailed submissions.",Awarded,"Thank you to everyone who took the time to respond to our request for suitably qualified and experienced Cross-Cultural Educators and quotation for delivering face-to-face and virtual remote face-to-face training via zoom. We have completed the evaluation and have selected two suitably qualified and experienced suppliers. The successful suppliers won the contracts because of evidence of their: - Advanced knowledge and experience delivering adult education for many years. - Advanced knowledge and experience delivering cross-cultural training/education in the health sector. - Experience with delivery of virtual remote training. - Extensive knowledge of cultural and linguistic diversity issues of migrants and refugees from Asian, Middle Eastern, Latin American and African backgrounds. - Experience working with migrants and or refugees in healthcare settings. Thank you again for your interest in this area of work. Best wishes. Nga mihi nui Sue Lim QSM | eCALD National Programme Director eCALD Services | Institute for Innovation and Improvement Waitemata District Health Board cell: +64 21 2402230 E: sue.lim@waitematadhb.govt.nz",50000,20250410 Waitemata District Health Board,26185087,Request for Proposals,Open Competition,LED Area Lighting Replacement For Te Whatu Ora Health New Zealand (Waitemata),Waitemata,20220826,20221007,20230210,,Sole Agency,No,Not applicable,"Te Whatu Ora Health New Zealand (Waitemata) is seeking a proposal for the first year of a planned multi-year area lighting replacement programme to provide fit-for-purpose LED lighting across multiple Waitemata hospital campuses. This project requires a complete solution including the removal and environmentally friendly disposal of the existing old lights and the supply and installation of new internal area LED lights. It is important that the contractor is competent, experienced and confident to deliver the LED lighting programme in a professional and timely manner. The contractor will have a track record in obtaining supply and in installation of LED lighting while working collaboratively with building occupiers to minimise disruption to the 24/7 operations of the hospital campuses. We do not want a provider who could only supply LEDs without the installation service. For further information and detailed requirements please refer to the attached RFP documents. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration.",Awarded,,0,20250410 Waitemata District Health Board,26281806,Request for Proposals,Closed Competition,E Tu Wairua Hinengaro (Quality of Mind) Building Tranche 1,WT-20-C-13-008,20220907,20221005,20221222,,Sole Agency,No,Not applicable,"Te Whatu Ora | Health NZ - Waitemata is looking for a Main Works Contractor to deliver the Construction Works required for the Mason Clinic Re-development E Tu Wairua Hinengaro (Quality of Mind) Building. Te Whatu Ora - Waitemata provides forensic mental health services to residents of the Northern Region, and forensic intellectual disability services for those north of Taupo, on behalf of the region at the Mason Clinic in Point Chevalier, Auckland. The scope of the Mason Clinic Redevelopment Programme addresses capacity and capability issues with the Mason Clinics existing facilities. Note: This procurement process, and subsequent contract, will provide the opportunity to increase the scope during the delivery of the Project to include further approved work. This will be subject to the necessary funding obtained and negotiations with the Successful Contractor. Inclusion of any approved further work will be at the sole discretion of the Principal. Te Whatu Ora - Waitemata has procured the consultant team and is now seeking to procure a contractor to undertake the Works for the Project. For further detailed requirements, please refer to the attached Request for Proposal document. Proposals must be submitted through GETS plus one loose bound hard copy delivered to the Smales Farm office. Refer to Section 1.5 of the RFP document for instructions. Proposals sent by email, post or fax ,or hard copy delivered to our office (other than the required one compiled loose bound hard copy), will not be accepted for consideration.",Awarded,,0,20250410 Waitemata District Health Board,26553295,Request for Proposals,Open Competition,Totara Haumaru Supply and Installation of Reverse Osmosis Machines,WT-21-C-13-001,20221031,20221128,20230417,,Sole Agency,No,Not applicable,"The Principal has a requirement for the supply and install of two Reverse Osmosis machines in the plant room of Totara Haumaru. [ The Principal may purchase additional RO Machine in 2023]. The Principal seeks to find the most technically suitable and cost-effective solution for the supply and installation of the Reverse Osmosis machines. What we require is, generally but not limited to: Represent current technology; Meet all necessary approvals, certifications, and regulations requirements; Complete Reverse Osmosis machine solutions; The requisite functionality of the Reverse Osmosis machines as per the functional specification; The requisite accessories, spare parts and consumables as per the functional specification; The capability and capacity to deliver and install the Reverse Osmosis machine systems; Provide the necessary warranties; Appropriate software licensing, connectability etc.; Appropriate training; and Ongoing support and maintenance. This is an opportunity to be involved in an important government project with Totara Haumaru being a high profile site and project within the Public Health Sector. This Project will have a direct impact on health outcomes for the population of North Shore, Waitakere and Rodney. We only want suppliers that are able to supply and install the RO machines. For further information and detailed requirements please refer to the attached RFP documents. Note: Proposals must be submitted through GETS. Posted, faxed or emailed proposals will not be accepted for consideration.",Awarded,,0,20250410 Waitemata District Health Board,26675260,Request for Quotations,Open Competition,Te Whatu Ora - Waitemata eCALD Services: Supplier for Multimedia Production,,20221124,20221209,20230411,,Sole Agency,No,,"eCALD Services is a division of the Institute for Innovation and Improvement, Te Whatu Ora Waitemata. We provide online (e-learning), face-to-face and remote F2F cultural competency vide-based training to the primary, secondary, and non-governmental health workforce in New Zealand. Our vision is to enhance the cultural competence of the health workforce in working with culturally and linguistically diverse (CALD) migrants and refugees from Asian and Middle Eastern, Latin American and African backgrounds through the provision of courses and resources. This procurement seeks a quotation for producing eleven (11) videos demonstrating cross-cultural interactions in healthcare settings involving culturally diverse actors and clinicians. Please refer to the attached RFQ document for further information and detailed requirements. NOTE: Proposals must be submitted through GETS. We will not be accepting faxed, posted or emailed submissions.",Awarded,,80037,20250410 Waitomo District Council,26562969,Request for Tenders,Open Competition,WDC 500/22/035 - Kopaki Road RP6.04 Road Retreat,,20221101,20221118,20221201,,All of Government,No,https://portal.tenderlink.com/waitomo/tenderdetails/2659.717807/?checksum=231524315243344,"Overview Tender is live on Tenderlink. Link to tender is https://portal.tenderlink.com/waitomo/tenderdetails/2659.717807/?checksum=231524315243344 This contract is for a road retreat/widening of Kopaki Road RP6.04 Road Retreat. The site is located on Kopaki Road, which connects SH4 and SH30. Approximately 6km from the intersection with SH4. Waitomo District Council require a suitably experienced construction contractor to conduct physical works utilising NZS 3910:2013. The contract works include, but are not limited to: i. Earthworks ii. Drainage Works iii. Pavement Construction and Surfacing iv. Guardrail ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Te Iwa Fisher email: teiwa.fisher@waitomo.govt.nz. Final date for enquiries is 4pm, 14 November 2022. DOCUMENTS: Can be downloaded free of charge from www.tenderlink.com/waitomo TENDER REFERENCE: Tenderlink Ref WAITOM-1039389. If you have any issues please contact Tenderlink on 0800 698 363. SUBMISSIONS: Electronic tenders only will be accepted. Chief Executive Waitomo District Council 15 Queen Street Te Kuiti",Not Awarded,"No evaluation completed for tenders uploaded through the GETS portal - GETS notice advised potential tenderers to use Tenderlink, WDC not notified a tender had been uploaded to GETS so unable to inform tenderer before closing.",0,20250410 Waitomo District Council,26611630,Request for Proposals,Open Competition,Marokopa Holiday Park - Operations and Management Services,,20221110,20221214,20250409,,All of Government,No,: https://portal.tenderlink.com/waitomo/tenderstatus/2659.718408/,"Header: WDC 500/22/029 - Marokopa Holiday Park - Operation and Management Services Overview This RFP is live on Tenderlink. Link to tender is https://portal.tenderlink.com/waitomo/tenderstatus/2659.718408/ The contract is for operation and management of the Marokopa Holiday Park. Waitomo District Council requires a suitably experienced contractor to operate and manage the Marokopa Holiday Park. ENQUIRIES: Any questions in relation to the Tender Documents must be submitted in writing to Principals Contact Person, Liz Riley, email: liz.riley@waitomo.govt.nz. DOCUMENTS: Can be downloaded free of charge from www.tenderlink.com/waitomo TENDER REFERENCE: Tenderlink ID Reference: WAITOM-1040786. If you have any issues please contact Tenderlink on 0800 698 363. SUBMISSIONS: Hard copies of tenders only will be accepted. Proposals to be sent by mail/courier or delivered and should be marked and addressed as follows: Proposal for Contract No. 500/22/029 - Marokopa Holiday Park and adjacent site lease or operations management Chief Executive Waitomo District Council 15 Queen Street Te Kuiti 3941",Not Awarded,status changed in error GETS notice only platform - tenders received via tenderlink,0,20250410 Wellington Cable Car Limited,25506036,Request for Tenders,Open Competition,Wellington Cable Car Ltd - Middle Tunnel Upper Portal Seismic strengthening project,WCCL 2022/Middle Tunnel,20220307,20220329,20220711,,Sole Agency,No,"WCCL Level 4, 276 Lambton Quay, Wellington 6011","Wellington Cable Car Limited (WCCL) invites tenders for seismic strengthening of the existing middle tunnel upper portal and adjacent north wall. This includes: a) Rock anchors b) Concrete strengthening and repair works c) Plastering d) Painting and anti-graffiti coating e) Weep holes and sub-horizontal drainage holes f) Temporary traffic management for local roads were needed g) Protection of the cable car track, cables and associated facilities h) All other work indicated, described or implied in the Specifications, Drawings, General and Special Conditions of Contract. Key to successful completion of the works is the adoption of an appropriate methodology for carrying out the work, including installation and testing of double corrosion protected post-grouted rock anchors, reinforced concrete works and protection of cable car route and road users, scheduling of works along the cable car route considering the limited closure periods and other contractor activities.",Awarded,,1359015,20250410 Wellington City Council,19479071,Request for Tenders,Open Competition,Stanley St Retaining Wall Replacement,,20180305,20180323,20190805,,Sole Agency,No,"Miyamoto International NZ Ltd offices, 175 Cuba Street, Wellington",,Not Awarded,,0,20250410 Wellington City Council,19983543,Request for Tenders,Open Competition,Retaining Wall Strengthening - Whaui St,114.00115,20180810,20180830,20190806,,Sole Agency,No,"AECOM, 3 Market Lane, Wellington",Please see advertisement attached,Not Awarded,,0,20250410 Wellington City Council,19997813,Request for Proposals,Open Competition,Wellington Town Hall - Project Management Construction,,20180808,20180831,20190806,,Sole Agency,No,,"Wellington City Council - Request for Proposal for Wellington Town Hall Redevelopment Project, Construction Phase - Project Manager and Engineer",Not Awarded,Octa Consulting were awarded this contract,0,20250410 Wellington City Council,20073766,Request for Tenders,Open Competition,Gabion Wall Replacement - Takarau Gorge,114.00109,20180827,20180921,20190806,,Sole Agency,No,"Tonkin & Taylor Office, Wellington",Please see attached advertisement,Not Awarded,,0,20250410 Wellington City Council,20229431,Request for Proposals,Open Competition,Legal Services,,20181001,20181026,20200205,,Sole Agency,No,,"WELLINGTON CITY COUNCIL Request for Proposals - Legal Services To support our documentation we have produced a video. Please see https://youtu.be/of-pNsYwYBs We look forward to receiving your proposal. Thank you, Wellington City Council",Not Awarded,,0,20250410 Wellington City Council,20285547,Request for Tenders,Open Competition,Provision and Supply of the Base Isolation System for the Wellington Town Hall Re-development,,20181015,20181123,20191016,,Sole Agency,No,,"The Wellington Town Hall (WTH) is an important Wellington community asset with outstanding historical, social, cultural and heritage significance. It has exceptional acoustics and is comparable to other important civic buildings constructed across Australasia in and around the 19th century. The WTH project is to strengthen the building to a high standard utilising current best commercial engineering practice. This Request for Tender (RFT) relates solely to the supply of the base isolation system required to be provided as a 'client supplied item for the WTH Project. The successful Respondent will be responsible for the design and verification, manufacture, assembly, testing, supply and delivery to site of the base isolation system, in accordance with the scope and performance requirements set out in the specifications and drawings which accompany this RFT document. Delivery of the base isolation system to the construction site is to be completed in a staged manner to suit the anticipated requirements of the main contractors construction programme, which is to be finalised in due course. Suitably qualified Respondents are invited to submit a Tender for the supply of the base isolation system for the Wellington Town Hall Redevelopment Project.",Awarded,,0,20250410 Wellington City Council,20313410,Request for Tenders,Open Competition,Seawall Replacement - opp 70 Shelly Bay Rd,114.00122,20181029,20181123,20190805,,Sole Agency,No,"CHP Consultants, Level 4, 57 Willis Street, Willbank House, Wellington",,Not Awarded,,0,20250410 Wellington City Council,20528436,Request for Tenders,Open Competition,"Grey Street Upgrade, Wellington",123.00013,20181206,20190114,20190913,,Sole Agency,No,"Calibre Consulting Ltd, Level 13, Kordia House, 109 - 125 Willis Street, Wellington 6141 - Attn: Chantelle Goncalves","Please see attached: Tender & Contract Docs Tender Forms and Addenda for NTTs",Not Awarded,,0,20250410 Wellington City Council,20898544,Request for Proposals,Open Competition,Condition Assessment Programme City Housing Project,,20190401,20190510,20190730,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified potential suppliers (Tenderers) to submit a Proposal for the Condition Assessment Programme City Housing Project Contract opportunity. The Wellington City Council requires the quote for the supply of Condition Assessment Across Wellington City Council City Housing managed housing portfolios in Zones 1-5 for a Four(4) year programme.(the Contract Works). The role of the City Housing in Wellington City Council is to provide affordable rental housing to low-income families or individuals whose needs are not met by the private sector housing market. The aim of the Condition Assessments project is to improve the quality of the data we hold on our housing assets, inform on the condition of assets in terms of the Deed of Grant minimum standards (the minimum requirements set out in an agreement with the Crown) and to advise of the life and condition of each asset. This will be the key tool in building the Single Capital Programme. The quality of the data will allow us to make informed investment decisions by making the best use of scarce capital and allow City Housing to produce a robust and realistic programme.",Awarded,,0,20250410 Wellington City Council,20906270,Request for Tenders,Open Competition,"Earthquake Strengthening of the Portals of Seatoun Tunnel, Wellington",114.000149,20190405,20190517,20200115,,Sole Agency,No,,As per attached document(s),Not Awarded,,0,20250410 Wellington City Council,21290948,Request for Tenders,Open Competition,Main Contractor to deliver structural maintenance works to the Queens Wharf,,20190722,20190826,20191016,,Sole Agency,No,,"Recent condition assessments and surveys have indicated that specific areas of the structure within the Queens Wharf area need to be maintained. The Council has provided these locations and required works scope within the technical drawings attached to this tender. The Queens Wharf is a public space and the contractor must ensure that these works are delivered in a way to ensure that the area continues to be a functioning space whilst delivering the required maintenance works.",Not Awarded,This contract has been awarded to G. K. Shaw Limited,0,20250410 Wellington City Council,21291736,Request for Proposals,Open Competition,Planning for Growth: Assessment and Evaluation of Wellingtons Outer Suburbs,21291736,20190724,20190809,20200406,,Sole Agency,No,,"Wellington City Council (WCC or the Council) is currently undertaking the Planning for Growth programme of work which includes a review of the Urban Growth Plan and a full review of the District Plan. The programme is the Councils response to significant population growth projections 50,000-80,000 people over the next 30 years. The National Policy Statement on Urban Development Capacity (NPS-UDC) also now requires Councils to provide sufficient supply for housing and business needs for the short (3 years), medium (10 years) and long term (30 years). Capacity modelling undertaken by the Council shows that Wellington will have a shortfall of up to 12,000 dwellings over the next 30 years. In particular, there will be a shortage of terrace housing and apartments over this period. Alongside population growth, the City also has a number of challenges that need to be considered in planning for the citys future urban form including managing natural hazard risks and the impacts of climate change and sea level rise. In addition to the Planning for Growth programme, the Council has recently adopted Te Atakura First to Zero our plan to become a zero carbon City by 2050. This is a significant policy direction that must be factored into all decisions around the Citys urban form. The Lets Get Wellington Moving programme also presents significant opportunities to not only improve the Citys transport network, but also deliver a more liveable, compact urban form. This will have a significant influence on the Citys urban form and decisions around transport and land use over the next 30 years",Not Awarded,,0,20250410 Wellington City Council,21720263,Request for Proposals,Open Competition,WCC Library Shelving Supply and Installation,,20191003,20191025,20200106,,Sole Agency,No,,"Wellington City Council and Libary require supply and install the shelving for our new CBD Library sites and our new Collection and Distribution Centre. Since the closure of the Central Library in March 2019 much of the large collection of items has remained in the closed building where is inaccessible by our public. Wellington City Council has recently signed a lease to develop a Collection and Distribution Centre in Johnsonville. This site will provide large scale storage for the collection as well as provide space for the Collections team to manage the large collection. The majority of the current Central Library collection of 400,000 items will be housed at this site, with the remainder being housed at the old Johnsonville Library on Broderick Road. We will also be opening a 3rd library in the CBD in late January. This library will have approximately 15-20,000 items. We are looking for a specialist library shelving supplier to supply and install shelving in the Johnsonville Collection and Distribution Centre and new CBD Library to support the collection. This contract will also be for ongoing supply and installation of shelving as required by WCC libraries.",Not Awarded,,0,20250410 Wellington City Council,21720836,Request for Proposals,Open Competition,WCC Central Library Collection Relocations,,20191003,20191031,20200204,,Sole Agency,No,,"Prior to the Central Librarys closure more than 1.06million customers entered the Central Library each year, at an average of over 300 people per hour. The current library houses approximately 400,000 items. Since the closure of the Central Library in March 2019 much of the large collection of items has remained in the closed building where it is inaccessible by our public. Wellington City Council has recently signed a lease to develop a Collection and Distribution Centre in Johnsonville. This site will provide large scale storage for the collection as well as provide space for the Collections team to manage the large collection. We need a relocations specialist to plan, manage and complete the Councils move of the: 1. The collection from the Central Library on Victoria Street to the new Collection and Distribution facility at 141 Johnsonville Road, Johnsonville 2. The collection from Johnsonville library moved to the new Waitohi hub 3. The boxed collection from Municipal Office Building on Wakefield Street to the Collection and Distribution Centre, 141 Johnsonville Road, Johnsonville 4. A secondary move of remaining items at the current Johnsonville Library to the Municipal Office Building 5. A secondary move of 100,000 low-use items from the Collection and Distribution Centre to the old Johnsonville Library 6. The move of 15,000-20,000 items from the Collection and Distribution Centre (or Municipal Office Building) to a new CBD library In addition to relocating the main collection, there is also a requirement to exit other furniture, fixtures and equipment from the Central building. This will also be the case of furniture, fixtures and equipment from the current Johnsonville Library to Waitohi in the first week of December. The successful relocation supplier will project manage the exit from the building including removal, relocation and disposal of all items including furniture from buildings vacated.",Not Awarded,,0,20250410 Wellington City Council,21873068,Request for Proposals,Open Competition,WCC Smart Council Project Customer 360 Customer service request management system.,,20191101,20191126,20200204,,Sole Agency,No,,"WCC Smart Capital was developed in 2011 and focuses on the future development of Wellington over the next 30 years. Towards 2040: builds on Wellington's current strengths acknowledges the challenges the city faces now and over the medium to long term understands the changing role of cities is informed by Wellington's communities is a statement of the future that we want for Wellington and how we believe this can best be achieved. Wellington City Council requires a proposal to replace our current customer service request management system (Confirm). We will also be bringing our IT services back in-house and we want the new solution to service this function as well.",Awarded,,0,20250410 Wellington City Council,21886201,Request for Tenders,Open Competition,Northland Tunnel Waterproofing,114.00178,20191108,20191129,20200505,,Sole Agency,No,"85 Molesworth St, Thorndon, Wellington 6011","Tenders are invited from suitably qualified contractors to complete the scope for work provided in the tender document which involves; the application of a waterproofing system to the concrete tunnel barrel lining, new weep holes, and repainting of the tunnel barrel. Tenders are expected to have the suitable relevant experience, quality management systems to undertake the contract work. Tender Documents shall be available from Friday 8th November and tenderers are to contact Anton Kivell at Anton.Kivell@beca.com for an electronic copy of the tender document. Tenders must be received at the Beca Wellington office by 4:00pm on Friday, 29 November 2019. The contract work is to be completed within the timeframe depicted in the tender document.",Not Awarded,,0,20250410 Wellington City Council,21968645,Request for Tenders,Open Competition,"Grafton Road, OS 140-156 - Stage 1 Bank Remediation",114.00156,20191127,20200117,20200525,,Sole Agency,No,,"Please see doc attached Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender document which involves the construction of anchored mesh to remediate the continuous rock fretting on rock bank above Grafton Road, OS 140-156 Grafton Road, Roseneath, Wellington.",Not Awarded,"Awarded to Geovert Ltd. for $403,279.54 (+gst) including provisional and contingency sums",0,20250410 Wellington City Council,21974938,Request for Proposals,Open Competition,WCC Parking Services Equipment Radio Telephones and Body Worn Cameras,,20191121,20200110,20200611,,Sole Agency,No,,"Wellington City Council is seeking a suitably qualified and experienced supplier to supply and maintain radio telephones and body worn cameras which will be used by our parking officers. The health, safety and wellbeing of our staff members is a priority for Council. Council is committed to reducing and where possible removing the risk of harm to its workers and the public. In our workplace we want everyone to look after their own health and safety and that of other people. We want to ensure that our parking officers are provided with the appropriate resources to ensure that health and safety hazards and risks are managed, legislative requirements, relevant codes of practice and good practice standards are complied with and effective health and safety management systems are maintained.",Not Awarded,"The Evaluation Team is confident with the evaluation process in identifying the preferred supplier that demonstrated the most fit-for-purpose product, level of appropriate capability and resource capacity, good project delivery methodologies and appropriate personnel to deploy this solution. Contract awarded to CSE Genesis Limited.",0,20250410 Wellington City Council,22072127,Request for Proposals,Open Competition,Fleet Parking Payment Solution,Parking Services,20191210,20200130,20200928,,Sole Agency,No,,"We are seeking a provider to provide a fleet parking payment solution for organisations to use to manage their fleet parking payments. A fleet parking payment solution will complement the other payment services available, which include: Parking meters by credit, debit, text and cash Casual coupon parking Mobile parking phone application Portable fleet parking payment device We are looking for innovative ways to deliver against the minimum requirements: Not a phone application the solution needs to enable customers to manage their vehicle fleets without relying on the user having an individual smartphone Integrates with Ticketor2 software pay by space parking system. See link: https://www.adriley.co.nz/products-and-services/parking/parking-enforcement/ticketor2 Provides a feed through a third party API specification for data Provides fleet management capability Provides account management functionality Ability to pay by space functionality Ability to stop/start parking capability to enable customers to have the ability to only pay for the parking time used Provision of devices warranties of a minimum of one year warranty (if purchasing a device is offered as an option)",Awarded,,0,20250410 Wellington City Council,22092370,Request for Tenders,Open Competition,114.0165 Rangiora Av. Footpath & Traffic Improvements,114.00165,20191216,20200122,20201002,,Sole Agency,No,,Please refer to docs attached,Not Awarded,,0,20250410 Wellington City Council,22604960,Request for Tenders,Open Competition,Proposed Seawall Replacement 114.00179,114.00179,20200504,20200522,20201002,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors to complete the scope for work provided in the tender document which involves; but is not limited to, demolition of the existing seawall, adjacent footpath, barrier; excavation of the existing bank and base; and construction of a new reinforced concrete seawall, footpath, and barrier. Tenders are expected to have the suitable relevant experience, quality management systems to undertake the contract work. Tender Documents shall be available from Friday, 1 May 2020 and tenderers are to contact Neville Thompson at nst@chpconsultants.co.nz for an electronic copy of the tender document. Tenders must be received at the CHP Wellington Ltd office by 5:00pm on Friday, 22 May 2020. The contract work is to be completed within the timeframe depicted in the tender document. ** Request for tender published late due to system issues **",Not Awarded,,0,20250410 Wellington City Council,22656370,Request for Tenders,Open Competition,ECI Contractor for Harrison Street Small Housing Scheme Development,310.00001,20200521,20200612,20200817,,Sole Agency,No,WCCProcurementTender@wcc.govt.nz,"Wellington City Council invites Tenders from contractors to be engaged as the build consultant (under an Early Contractor Involvement ECI Agreement) sitting within the design team to inform the design process so as to reduce on site variations and keep the project on budget. As Preferred Contractor under the ECI Agreement, the Contractor will be given the opportunity to bid for the delivery of a fixed price construction contract (under a 3910:2013 construction contract) to undertake the proposed construction works in accordance with the design as described in Section 2 of this document at 28-30 Harrison Street, Brooklyn, Wellington (the Project). The proposed scheme will deliver nine 2 story semi-detached townhouses comprising a mixture of four-bedroom and three bedroom family units, associated site landscaping and civil works. The successful Contractor will be a competent build partner able to provide input and value management into the creation of a robust set of documents for sub-contractor tendering, bringing innovation and cost management decisions to ensure that the budget and timeframe are met.",Not Awarded,Awarded to Holmes Construction Wellington,0,20250410 Wellington City Council,23254381,Request for Tenders,Open Competition,Karori Swimming Pool - car Park Upgrade,196.00052,20200909,20200930,20210621,,Sole Agency,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the upgrade of the car park at Karori Swimming Pool, Wellington. This work is to include: - Demolition and site clearance - Removal of bus shelter - Earthworks - New asphalt car park and concrete footpath - Removal and reinstatement of a dish channel -Heavy duty vehicle crossing - New kerb and channel and nib kerb - New concrete footpath and associated ramps - Road marking - Low retaining wall and fence - Directional and facility signage - Street lights and associated power supply/ducting The Contract period will be 13 weeks from Commencement Date The successful Tenderer will be required to comply with GWRC and WCC consent requirements to prevent any sediment discharges from the site during the works. These include installing silt fencing and constructing a decanting bund. Further details on the Worksrequired and nature of the contract arrangements are set out in the attached RFT. Interested Main contractors are invited to submit their proposals for this opportunity",Not Awarded,,0,20250410 Wellington City Council,23442962,Request for Tenders,Open Competition,114.00217 Durham St. RW Remedial Works,,20201012,20201109,20210209,,Sole Agency,No,,"Retaining Wall Remedial Works Contract No. 114.00217 Wellington City Council Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender document which involves the construction of a timber pole retaining wall with an anchored ground beam and anchored poles in Durham St. Tenderers are expected to have suitable relevant experience and the quality management systems to undertake the contract work. Tender Documents shall be available from 12 pm Monday 12th October 2020 and tenderers are to contact Tim Perkins at tdp@spencerholmes.co.nz for an electronic copy of the tender document. Tender queries may be directed to Tim Perkins from the 12th October to 2nd November 2020. Tenders must be received at the Spencer Holmes office by 3:00pm on 9th November 2020. The contract work is to start by 11 January 2021.",Not Awarded,,0,20250410 Wellington City Council,23519401,Request for Tenders,Open Competition,"RW Remediation, OS 143 South Karori Road, Wellington",114.00219,20201028,20201120,20210811,,Sole Agency,No,,"Contract 114.00219 Retaining Wall Remediation (OS 143 South Karori Road, Wellington) Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender document which involves the construction of anchored steel pile and timber poles to replace the existing retaining wall below the road Outside 143 South Karori Road, Wellington. See the attachment for more details.",Awarded,,0,20250410 Wellington City Council,24057283,Request for Tenders,Open Competition,Contract WO-031 Maranui Contaminated Site Rock Revetment Project 2021 (Arthurs Nose/by Dorrie Leslie Park),WO-031 Maranui,20210308,20210405,20210811,,Sole Agency,No,,"Request for Tender Contract WO-031 Maranui Contaminated Site Rock Revetment Project 2021 (Arthurs Nose/by Dorrie Leslie Park) Engineers Estimate = $200,000.00 Tenders for the proposed construction of an approximately 50-meter length rock/rip rap revetment will be issued on Monday 8 March 2021, closing Monday 5 April 2021. Contractors competent in the above work and who wish to tender are invited to contact Robert Hon for a copy of the RFT document.",Awarded,,0,20250410 Wellington City Council,24095950,Request for Tenders,Open Competition,Mowing Services - City Housing Council Surrounds,2021-008,20210316,20210412,20210826,,Sole Agency,No,,"Council owns a portfolio of housing complexes at various locations throughout the city (Housing Sites). As a responsible landlord and corporate citizen Council is committed to mowing and maintaining the grassed areas surrounding the Housing Sites to a high standard. Mowing at the Housing Sites is currently provided under a Contract that will expire on 30 June 2021. Council requires a new Contract for mowing at the Housing Sites (Mowing Services) to be awarded and to take effect on 1 July 2021. The contract is expected to be for an initial term of three years with the right to renew for up to two additional terms of up to one year each i.e. a potential five year contract term.",Awarded,,0,20250410 Wellington City Council,24203827,Request for Tenders,Open Competition,Redevelopment of Newtown Community and Cultural Centre,2021-016,20210414,20210528,20210923,,Sole Agency,No,,"The Wellington City Council (WCC) is wishing to re-develop the Newtown Community and Cultural Centre (NCCC) at 7 Colombo Street, Newtown, Wellington. This site is owned by the WCC and is operated by the Newtown Community and Cultural Centre Trust (NCCCT). This landmark building was originally constructed as the Newtown Church of Christ, in the Italianate style, and was completed in 1915. The building has since been modified and currently features a theatre, a dance studio and meeting rooms which are available to community groups to rent and used for the programmes run from the Centre. The building has a Historic Place Category 2 rating with Heritage NZ (ref 3597) and is a listed Heritage Building in the Wellington City District Plan (ref 261). Please refer to the Resource Consent Decision and conditions provided via the Dropbox link. Overall, the proposed works are considered to have a positive effect on the heritage values of the building. The building has already encountered numerous modifications over time which are likely to have previously affected any potential pre-1900 remains within the propertys footprint, meaning there is minimal risk of encountering any archaeological remains. The Centre itself is a busy and vibrant community facility in the heart of Newtown and has been an integral part of the community since its establishment in 1977. It is a multi-functional building and hosts a diverse range of activities and programmes, reflective of the Newtown Community. These include regular school holiday programmes and activities for youth, concerts, theatrical performances, exercise and language classes and many other cultural activities. It is home for a number of community services including the Wellington Timebank, the Newtown Citizens Advice Bureau and the Newtown Tool Library. These same activities will continue in the redeveloped and improved facilities.",Awarded,,2313015,20250410 Wellington City Council,24228120,Request for Tenders,Open Competition,Specialist Graffiti Removal,2021-015,20210421,20210517,20210701,,Sole Agency,No,,"Wellington City Council is seeking a specialised graffiti removal company skilled in the removal of graffiti from a range of sites and surfaces. The anticipated contract term is for an initial term of 36 months commencing on 1 July 2021, with rights for the Council to extend for up to an additional 12 months.",Awarded,Contract awarded to SB Maintenance based on a three year term with a possible extension for one additional year,1440000,20250410 Wellington City Council,24347924,Request for Proposals,Open Competition,"Sourcing, installation and operation of EV charging stations for HCC and WCC",2021-024,20210525,20210628,20211214,,Cluster,No,,"Wellington City has a goal of net zero carbon by 2050 as laid out in Te Atakura First to Zero which was adopted by Council in 2019. This aspiration heavily relies on Lets Get Wellington Moving, Planning for Growth, and the transition to electric vehicles to deliver on its goals. WCC has determined there is also an opportunity through Electric Vehicle (EV) charging, to support the one third of Wellingtonians who dont currently have access to off street parking or garaging to make the transition to an electric vehicle. Lower Hutt also has a de facto goal of reducing emissions to net zero by 2050, and is currently developing a city-wide carbon reduction roadmap. Considering transport makes up more than 50% of the carbon footprint of Lower Hutt, enabling the electrification of the transport sector will be an essential component to achieve the zero carbon goal. It is anticipated that there will be significant potential demand for charging stations in the future, driven both by the current 3,000 electric vehicles in the wider Wellington Region and the likely growth in electric vehicle numbers as climate action gains pace and costs of EVs reduces. Installing EV charging stations is an important part of growing that demand. Projected figures are very difficult to estimate with any degree of certainty, however, a report commissioned jointly by the councils in the Wellington Region suggested that to increase the current 3000 electric vehicles in the Wellington region over the next 5 years, approximately 150+ DC charging stations are required. HCC and WCC have collectively set aside between $3.5m and $4m over the next five years and aim to apply for government co-funding to raise this number to $4.5m-5.5m from the EECA Low Emissions Vehicles Contestable Fund to fund the sourcing, installation and operation of 80 plus EV charging stations. The successful Respondent will be experienced and have a track-record in successfully sourcing, installing and operating medium-speed DC EV charging stations. They must have adequate capability and capacity assigned to this project to meet the expected timeframes and deliverables.",Awarded,,2421360,20250410 Wellington City Council,24646455,Request for Tenders,Open Competition,Strathmore Park Community Centre Upgrade,2021-018,20210806,20211001,20211216,,Sole Agency,No,,"This project involves a significant upgrade to the existing Strathmore Park Community Centre at 108 Strathmore Ave. The building was built in the 1940s serving initially as a workshop to assist with the state housing builds in Strathmore Park. Extensions were carried out in 1955 to the West and South of the building. The building is a light timber frame, with timber weatherboard and some areas of flat sheet cladding and timber windows. The main roof is double pitched with gable ends, clipped eaves and corrugated metal cladding and some areas of translucent corrugated cladding. The later addition to the south has a low single pitched roof with membrane roofing. The building is owned by Wellington City Council and managed by the Community Services Team and supported by the Property Team at Wellington City Council. The Strathmore Park Community Trust (SPCCT) operates the community centre and provide a wide range of services to their community. The Centre is able to be hired as a venue and is used by individuals and groups for either social events, exercise, or other social services. Rooms in the centre can be hired either individually or collectively. The kitchen may be used to cook meals from scratch but predominantly used to reheat precooked meals. It is intended that the upgrade will revitalise the Strathmore Park Community Centre, make it fit for purpose and more suitable to the wider Strathmore Park community by increasing the range of services able to be accommodated. The design considers the rich diversity of cultures that reside in Strathmore Park and provides flexible spaces for their various needs. A quality finish is required to ensure a robust and durable upgrade to the Community Centre. Accessibility of the building and creating a seamless accessible environment to cater for all needs will also form an important part of the upgrade. Through this procurement the Council is seeking to select a construction contractor to carry out the upgrade works, minimising the need for any sub-contractors.",Awarded,,1452060,20250410 Wellington City Council,24909257,Request for Tenders,Open Competition,114.00203 Landfill Rd - RW Replacement,114.00203,20211004,20211112,20220301,,Sole Agency,No,,"The Wellington City Council (WCC) is wishing to replace the existing and failed gabion retaining wall with a new concrete block structure on Landfill Road, Owhiro Bay, Wellington. The main features include: Preparation of a Construction Management plan including Freshwater Fauna Management Plan Temporary traffic management Assist project ecologist with fish relocation Construction of temporary diversion channel and erosion and sediment control Design and Construction of temporary support for Landfill road and relocation of services Removal of existing wall and safety barrier Excavation of rock and weak subgrade for base block and rock armour placement Set out the extent of concrete block wall and temporary diversion channel Construction of the concrete block wall Construction of Cast in-situ reinforce concrete safety barrier footing Connection of the stormwater pipes to existing stormwater assets Placement of the rock armour at the western end of the wall Placement of the culvert extension and headwall at the eastern end of the wall Removal of the temporary support for services (if installed) Design and construction of road carriageway pavements Reinstatement works of the kerb & channel, construction safety barrier Reinstatement of stream bed and true right bank Vegetation planting and maintenance",Awarded,,0,20250410 Wellington City Council,24923827,Request for Tenders,Open Competition,Hawkins Hill Right of Way Safety and Pavement Improvements,Contract 195.00048,20211006,20211103,20220211,,Sole Agency,No,,"Hawkins Hill Right of Way (RoW) is a narrow, sealed, public right of way (RoW) owned by Wellington City Council | Te Kaunihera o Poneke (the Council) that provides, vehicle walking and cycling links from Ashton Fitchett Drive through the outer green belt to the Meridian Wind Turbine, Te Kopahou Reserve, private properties and the south coastal areas. There are multiple well used cycle trails and walking tracks that are accessed from the RoW as well as private residences and businesses. WCC have received complaints from residents, pedestrians, and cyclists that the volumes and speeds of traffic are creating an unsafe environment. In addition, the RoW has had limited maintenance intervention over the last 20 years resulting in sections of pavement requiring repair. Tonkin and Taylor (T+T) have assisted WCC with identifying the most appropriate safety and pavements improvements along the RoW for the five separate sections identified (Sections A, B, C, D and E). WCC have decided to proceed with the improvements to Sections A and B at this stage, and these sections form the full scope of the works. The site is accessed at the north end from Ashton Fitchett Drive and extends approximately three kilometres to the south.",Awarded,,993014,20250410 Wellington City Council,24943213,Request for Tenders,Open Competition,Aro Valley Community Centre Upgrade,2021-053,20211011,20211110,20211220,,Sole Agency,No,,"The Wellington City Council (WCC) is seeking a tender from interested parties to re-develop and upgrade the Aro Valley Community Centre (AVCC) at 48 Aro Street, Aro, Wellington. This site is owned by the WCC and is operated by the Aro Valley Community Trust (AVCT). The Centre is an active community facility, incorporating hall, office, toilet and kitchen facilities. It is a multi-functional building and hosts a diverse range of activities and programmes, reflective of the Aro valley Community. These include regular school holiday programmes and activities for youth, exercise and language classes and many other cultural activities. The building needs to be upgraded to improve accessibility and functionality to allow these same activities to continue and be expanded. The key objective is to have a building that is better located for the Aro Community, a safer traffic thoroughfare, and allow for future opportunities with the adjacent pavilion building. The expansion and improvements will allow the Centre to better cater for the range of services able to be offered to the community. The addition of an internal hallway will allow greater flexibility and access of concurrent users to an improved kitchen and additional office space. The Centre will have ramp accessways at both front and rear of the building, additional decking, wider entrances, kitchen servery with accessible level counter, improved exterior lighting and signage. Works will require close co-ordination and communication with the community and key stakeholders, management of through traffic and consideration to the adjacent pre-school and residential neighbours. The project scope is limited to the Community Centre but allows for future development and connectivity with the derelict Tennis Pavilion to the rear of the Centre.",Awarded,,1009434,20250410 Wellington City Council,25906860,Request for Quotations,Open Competition,Poneke Promise Stage 2 - Te Aro Park and Inglewood Place,2022-017,20220607,20220628,20220905,,Sole Agency,No,,"The Poneke Promise project is an initiative that came out of a community-driven request for change in our inner-city streets. A noticeable increase in violence, anti-social behaviour, and streets and public spaces not feeling safe particularly for young women pushed many people and organisations in Wellington to call for improvements. In early 2021, Wellington City Council, Greater Wellington Regional Council, the citys hospitality industry, retailers, and Police launched a social contract asking Wellingtonians to join them to help make the central city safer. We are seeking Engagement Consultancy and Urban Design Consultancy services for the Stage 2 of the Poneke Promise programme (Te Aro Park and Inglewood Place). Respondents may quote for either or both contract opportunities. Joint applications between companies will also be accepted and are encouraged.",Awarded,,0,20250410 Wellington City Council,26655366,Request for Proposals,Open Competition,Contractor Panel Transitional Cycleway and Minor Works,,20221122,20230208,20230809,,Sole Agency,No,,"The purpose of this RFP is to seek proposals from suitably qualified contractors, with a focus on smaller contractors, in particular local , Maori, and Pasifika contractors, to establish a Panel Agreement for the delivery of Wellington City Councils (Council) Minor Works Programme (road safety improvement works) and Transitional Cycleways (streetscape and bike/bus/pedestrian improvements) throughout Wellington city over the next five years. Council seeks to establish and build strong relationships with committed Contractors that have the experience and capabilities to consistently deliver services on time, achieve value for money, quality and provide reliable productivity and contribute significantly to the local economy through positive local impact. The duration of the Panel Agreement will be for five years from the commencement date with an initial three years with one right of renewal of two years. It is planned to divide the Panel into: a) A Head Contractor Panel: Council expects this to be comprised of Contractors that have the capability and competency to self-perform work packages, and/or act as the Head Contracting party and manage Subcontractors. Up to 5 contractors will be contracted to this panel; b) A Subcontractor Panel: Council expects this to be comprised of predominantly smaller Contractors (in particular local, Maori, and Pasifika), that can act in the capacity of a subcontractor to a Head Contractor, or a direct contractor of minor works to Council. Up to 10 contractors will be appointed to this panel.",Awarded,,0,20250410 Wellington City Council,26867514,Request for Tenders,Open Competition,"114.00270 Otaki St, opp 42-46 Retaining Wall Remediation Works",114.0027,20230127,20230224,20230518,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender document which involves construction of ground anchors and micro piles, construction of concrete foundation beams, concrete wall in stages at varying heights, marrying concrete wall to either ends of works with timber pole wall up to 1.5m high and associated reinstatement works at opposite 42-46 Otaki St, Miramar. Tenderers are expected to have the suitable relevant experience and track record in remediation works and wall construction of this type. Tenderers are also expected to have the capability to implement a good construction management plan and a quality management systems to undertake the contract work, etc. The contract work is proposed to start by 17 April 2023.",Awarded,,0,20250410 Wellington City Council,26881050,Request for Proposals,Open Competition,Point Of Sale (POS) Replacement,2023-001,20230131,20230307,20230317,,Sole Agency,No,,"This procurement relates to the delivery of a new Point Of Sale (POS) solution for various Wellington City Council (WCC) locations. Currently these have been provided by the TechnologyOne Enterprise Cash Receipting (ECR) front end module. Going forward, we wish to improve the overall customer experience for WCC, improve reliability and efficiency and minimise risk of human error in processing and reconciliation activities through the purchase of a new technology solution. Key Outcomes required: WCC requires the successful Supplier to provide a solution which delivers these key outcomes: a. The solution meets the Requirements of WCCs business operations as set out in this RFP; b. The solution improves the user experience for both external and internal customers, with future enhancements able to be delivered on a low/no code basis; c. The solution enables simplification of everyday process and improves visibility and accountability; d. The solution integrates with other key WCC systems (including our finance system, rates system, internal service requests system, parking management system and tenancy management system) e. Migration of existing data to the new POS solution is conducted with support and assistance from the Supplier; and f. Our internal users are enabled and empowered to effectively use the solution through training and support resources. The solution needs to be in place and able to migrate data from the existing platform by 1 October 2023. We expect the selected Supplier will work with us and will upskill and share knowledge with WCC internal users to confirm our requirements, and to stand-up, test and deliver the initial solution such that it is available for use on 1 October 2023",Not Awarded,No compliant responses received,0,20250410 Wellington City Council,27285106,Request for Tenders,Open Competition,"Slip Remedial Works in-front of 16 & 18 Woodhouse Avenue, Karori",114.00272,20230427,20230526,20230630,,Sole Agency,No,,"Due to adverse wet weather during July, and August 2022, a slip occurred in front of no.16 & no.18 Woodhouse Avenue, immediately upslope of the roadway and pedestrian footpath, and downslope of no.10 Ramsey Place in Karori. All soil, rocks & debris that slipped onto the road has been cleared and temporary concrete barriers established to enable the road to be opened for traffic, but the footpath is closed. Wellington City Council is seeking a suitable Supplier to undertake remedial work to stabilize the failed slope to protect private property in the vicinity, and to restore footpath access to pedestrians. The proposed remedial works include the following: Health and Safety (H&S) plan including measures required to make the site safe and accessible. Protection of services and implementation of traffic management, Establishment of temporary working platforms, Clearing, scaling, and disposing of loose soil and debris, Construction of anchored shotcrete retaining wall Anchor/rock boult testing Drainage pipe installation Installation of grass root erosion protection mat & hydroseeding Clean and leave site, remove traffic management We expect that the successful Respondent shall be suitably experienced and have a track record in retaining wall/slope stabilization construction of this type; having adequate capability and capacity to meet our programmed deliverables.",Awarded,,0,20250410 Wellington City Council,27473961,Request for Quotations,Open Competition,"Accessway Retaining Wall construction (Kelburn Pde, Kelburn)",114.00281,20230530,20230623,20230727,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the Contract 114.00281 Accessway Retaining Wall (Kelburn Pde, back of 87A Fairlie Tce, Kelburn) contract opportunity. A slip occurred below Kelburn Parade accessway and back of 87a Fairlie Terrace in May 2022, following a heavy rainfall event. Detailed design of slope remedial works (which includes the design of a cantilever steel post wall) has been undertaken by ENGEO and Wellington City Council is now seeking quotes for the physical works associated with the slip remediation works at the above-mentioned location.",Awarded,,0,20250410 Wellington City Council,27549748,Request for Proposals,Open Competition,Paneke Poneke: Public Engagement and Reporting Services,2022-057,20230619,20230721,20230915,,Sole Agency,No,,"This Request for Proposal (RFP) is an invitation to suitably qualified suppliers to submit a Proposal for the Public Engagement and Reporting Services contract opportunity for the roll-out of the Wellington Bike Network programme. We are seeking a supplier to provide advice on consultation and engagement mechanisms designed to capture public feedback on Wellington Bike Network projects.",Awarded,,0,20250410 Wellington City Council,27680341,Request for Tenders,Open Competition,Newlands Park Pavilion Refurbishment,2023-050,20230710,20230814,20230920,,Sole Agency,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the selection of a main contractor to complete refurbishment and re-roofing of the Newlands Park Pavilion. The Newlands Park Pavilion located at 216 Newlands Road provides changing room facilities to the various sports clubs that use Newlands Park sports fields. The building is in poor condition and the facilities are no longer suitable for its current and future uses. This project is driven by the changing needs of the various sports clubs to provide gender neutral facilities so that the facilities may be used by a wider range of clubs and teams",Awarded,,0,20250410 Wellington City Council,28159227,Request for Tenders,Open Competition,Evans Bay Marina Re-Piling works,2023-032,20230922,20231020,20240702,,Sole Agency,No,,,Awarded,,0,20250410 Wellington City Council,28374748,Request for Proposals,Open Competition,Te Ngakau Civic Square Precinct Development Plan,2023-244,20231031,20231201,20240415,,Sole Agency,No,,"This Request for Proposals (RFP) is for master planning design services to create and deliver a visual plan of Te Ngakau Civic Precinct (the Precinct). The Precinct is Wellingtons unique civic place: an anchor point that connects the central city and the waterfront, both a place and a gateway between the city and the harbour. It is the result of Wellingtons evolving planning, civic and architectural ideals of the 20th Century and represents an enduring place for Wellingtonians to engage with civic life. Most of all, it is a place that Wellingtonians identify with and love. The Precinct is entering a phase of transition. The civic buildings and assets within the Precinct are in various states of operation: Closed due to earthquake damage or as a precaution due to seismic risk: the Civic Administration Building (CAB), the Municipal Office Building (MOB), the Basement and Capital E; Under repair: Wellington Central Library (Te Matapihi) and the Town Hall; or Open: the square itself, Michael Fowler Centre and the City Gallery. Beyond seismic resilience challenges, the Precinct also faces significant issues relating to the management of water, including current flooding and inundation issues, and the overall threat that climate change and sea level rise poses to this coastal precinct, which will increase over time. While some of these buildings, like the Town Hall and Te Matapihi, are on a course to repair and restoration (and will see out another era in the square), there are still outstanding issues that require resolution to reinstate the Precinct as the vibrant heart of the city. These include significant resilience and spatial issues relating to how the Precinct is laid out, connected, and accessed, as well as individual building performance, programming and activities The plan we are seeking will be a hybrid of conceptual vertical designs and detailed landscape design which will be used for future development and strategic planning of the Precinct and therefore this tender opportunity is for design services of a Development Plan. This RFP includes a gateway to enable the Council to shortlist a group of respondents to be invited to participate in Stage 2. Note that those Respondents shortlisted to Stage 2 will receive additional tender documents and be expected to provide a design and further Proposal.",Awarded,,0,20250410 Wellington City Council,28439345,Request for Tenders,Open Competition,Flying Boat Jetty Renewal Works,2023-144,20231110,20231221,20240603,,Sole Agency,No,,"Wellington City Council (Council) is seeking a service provider to deliver renewal works for the Flying Boat Jetty at Cog Park, Evans Bay. This RFT is being issued to enable Council to engage a suitably qualified and experienced contractor to replace or repair piles, Joist and bearers.",Awarded,,0,20250410 Wellington City Council,28767068,Request for Tenders,Open Competition,350-350 A The Terrace Slope Stabilisation,,20240131,20240308,20240807,,All of Government,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the remediation of a landslide located on the Road Reserve below 350 and 350A The Terrace, Wellington. The slope stabilisation works are intended to protect the road and houses above the landslide. The proposed remedial works comprise construction of an anchored shotcrete retaining system across the landslide face area. This tender will have 2 separate portions of work Part 1 related to the private property section, and part 2 related to WCC property section. This will be clarified in the schedule of price, drawings and specification attached to this tender.",Awarded,,0,20250410 Wellington City Council,28767219,Request for Tenders,Open Competition,Reinforced Soil Embankment Buttressing,114.00287,20240131,20240226,20240801,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender documents which involve building a geogrid reinforced earth embankment to stabilise the slope, reinstatement of the pavement and associated works to complete the job located on Horokiwi Rd, 35m North of Horokiwi Quarry entrance, Horokiwi, Wellington. Tenderers are expected to have the suitable relevant experience and track record in constructing earthworks reinforced with geogrids. Tenderers must have adequate capability and capacity assigned to this project to meet the quality and programme requirements.",Awarded,,0,20250410 Wellington City Council,28808781,Request for Tenders,Open Competition,Onslow Road Slope Remediation,114.00296,20240209,20240229,20231101,,Sole Agency,No,,"This Request for Tender (RFT) is for the under slip remedial works downslope of 155-157 Onslow Road. The slip is located along the existing roading corridor and within the residential properties at 155-157 Onslow Road, and occurred during a storm in the winter of 2022. The proposed remedial works involve an anchored steel retaining wall to remediate the site. The proposed embankment slope height varies from 1.4 m to 8.4 m and will support Onslow Road, which serves the Khandallah suburb. The road corridor is located at the toe of the slope.",Awarded,,0,20250410 Wellington City Council,29020539,Request for Tenders,Open Competition,"Bank Stabilization Works: 13A Koromiko Road, Aro Valley",114.00305,20240314,20240405,20240522,,Sole Agency,No,,"The bank in front of 13A Koromiko Rd, Aro Valley has slipped due to a combination of water service leaks in 2021 and persistent heavy rainfall during storm events in 2022. The bank is vegetated but is still susceptible to further slipping in future storm events. Due to its susceptibility to further slipping, there is a risk of undermining the concrete foundation wall supporting 13A Koromiko Road, and also inundation of the pedestrian footpath and road carriageway below the bank. Permanent stabilisation is required to eliminate these risks and provide safe passage for public using Koromiko Road. WCC seeks to install bank stabilization works in front of 13A Koromiko Road, Aro Valley, whilst also providing concrete underpinning to the dwelling foundation wall at risk of being undermined. The bank stabilizing system is comprised of a geocomposite mesh with erosion control mat behind and soil nails into rock throughout and also a timber pole wall at the base which has timber planking installed down to the rock layer.",Not Awarded,,0,20250410 Wellington City Council,29033484,Request for Tenders,Open Competition,"Cantilever Steel Post Retaining Wall- Paeroa Street, Newtown",1114.00307,20240315,20240405,20240513,,Sole Agency,No,WCCProcurementTender@wcc.govt.nz,"Wellington City Council (WCC) is wishing to construct a new cantilever steel post retaining wall outside Southern Walkway by Paeroa Street, Newtown, Wellington. The retaining wall is to remediate the landslide that occurred at the Southern Walkway footpath to the east of 17 and 19 Paeroa Street, Newtown. The reinstatement area is approximately 14 m long. ENGEO was engaged by WCC to undertake detailed design of the remedial works and provide permanent design solutions to address the landslide. The construction works will also comprise replacement of the fallen lightning pole below the retaining wall and replacement of the damaged footpath above the retaining wall.",Awarded,,179622,20250410 Wellington City Council,29184315,Request for Tenders,Open Competition,"Cantilever Steel Post Retaining Walls: Opposite 10A-12 Laura Ave, Brooklyn",114.00309,20240409,20240426,20240531,,Sole Agency,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the construction of a cantilever steel post retaining walls opposite 10A-12 Laura Avenue, Brooklyn. Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender documents, which involves the construction of a new steel post retaining wall with timber lagging, backfilling and associated works. This RFT is a single-step procurement process",Awarded,,0,20250410 Wellington City Council,29222785,Request for Tenders,Open Competition,"Anchored Shotcrete Wall 67-69 Tio Tio Road, Seatoun, Wellington",114.00306,20240415,20240510,20240612,,Sole Agency,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the construction of new anchored shotcrete retaining wall at the slope crest transitioning to steel mesh and pins to the lower section of the slope outside 67-69 Tio Tio Road, Seatoun, Wellington. Tenders are invited from suitably qualified contractors to complete the scope of works provided in the tender documents attached.",Awarded,,0,20250410 Wellington City Council,29282872,Request for Proposals,Open Competition,St John's Development,2023-236,20240424,20240621,20241101,,Sole Agency,No,,"Wellington City Council owns two properties in Karori, situated at 235 Karori Road and 6 Campbell Street and is seeking to transfer the risks associated with developing the Land to the Successful Respondent. Consistent with this desire, the Council accepts that it will also need to transfer both the rewards associated with the Development and day-to-day control of the Project to the Successful Respondent. The council wishes to retain an ongoing oversight role to ensure the Land is developed in a manner that contributes to the WCC's vision for Karori, which is to see a high-quality, comprehensive redevelopment of The Site within 36 months of execution of the Sale and Development agreement. T",Awarded,,0,20250410 Wellington City Council,29322112,Request for Tenders,Closed Competition,"Traffic Signals, Streetlights & Electronic Signs Maintenance Services (TSSES Maintenance Services)",2023-179,20240502,20240701,20240917,,Sole Agency,No,,"Wellington City Council (WCC) is responsible for managing the citys roading network and as part of that have the responsibility to manage the physical streetlighting, traffic signals, electronic signs and associated electrical assets. In the past, WCC has entered into separate contracts with suppliers to manage the maintenance, renewal and upgrade of these assets, but after seeking information from the market through a Request for Information process, WCC now wishes to consolidate these separate contracts into a single contract. Wellington City Council 2023-179 TSSES Maintenance Services. WCC wishes to engage with a supplier who can provide a single point of contact and take overall end-to-end responsibility for delivery, while at the same time engaging with specialist suppliers where possible. As a result, WCC expects that this opportunity will be attractive to companies that can offer all services, and also to companies that may wish to act as a head contractor and sub-contract some of the services, or form a joint venture with a single point of responsibility.",Not Awarded,,0,20250410 Wellington City Council,29424946,Request for Proposals,Open Competition,Te Matapihi Wellington Central Library Static Shelving,2024-073,20240517,20240614,20241001,,Sole Agency,No,,"In 2019 Te Matapihi ki te Ao Nui Wellington Central Library was closed due to structural vulnerabilities. Structural remediation work commenced in 2021 and there is an expected opening date of early 2026. Matapihi ki te Ao Nui Wellington Central Library will house approximately 240,000 items across three floors, around 190,000 of which are anticipated to be on the shelves at any one time. Before closure, this library had an annual circulation of over 900,000 items, plus high on-site use. We anticipate Te Matapihi will welcome over 2 million visitors annually, which equates to about 5,700 people per day. Wellington City Council is seeking a specialist library shelving supplier to supply and install both wall mounted and freestanding shelving (including seismic restraints) at Te Matapihi ki te Ao Nui Wellington Central Library to support its library collections.",Not Awarded,,0,20250410 Wellington City Council,29431930,Request for Tenders,Open Competition,"Retaining Wall Renewal (Wall ID 535) Tanera Crescent, Brooklyn",114.00294,20240521,20240626,20240902,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for undertaking retaining wall renewal works to remediate the existing shotcrete erosion protection adjacent to Tanera Crescent, Brooklyn, Wellington (Wall ID 535). This RFT is a two-step procurement process.",Awarded,,0,20250410 Wellington City Council,29489235,Request for Tenders,Open Competition,Birdwood Street slip Remedial works,114.00278,20240528,20240704,20250305,,Sole Agency,No,,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a Tender for the slip remedial works in Birdwood Street, Karori, Wellington. The remedial works include the construction of an anchored shotcrete wall and the installation of erosion control matting at Site B and the installation of erosion control matting at Sites A and C along Birdwood Street",Awarded,Noting this is Downer NZ,0,20250410 Wellington City Council,29524116,Request for Tenders,Open Competition,Johnsonville Retaining Walls Renewal (Broderick Road and Stewart Drive),114.00297,20240604,20240717,20241011,,Sole Agency,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the construction of two new timber pole retaining walls outside 97 Broderick Road, Johnsonville, Wellington and a new anchored sprayed concrete retaining wall outside 118 Stewart Drive, Johnsonville, Wellington. There are existing sprayed concrete structures at both sites which have been assessed to be in poor condition by WCC. The proposed retaining walls replace the existing walls as part of WCCs maintenance program. The sites are positioned upslope of the road and footpath. The slopes and the footpath are within Wellington City Council (WCC) road reserve.",Awarded,,0,20250410 Wellington City Council,29528620,Request for Proposals,Open Competition,Future of Kiwi Point Quarry Business Case,2024-219,20240604,20240802,20240912,,Sole Agency,No,,"Kiwi Point is a Wellington City Council (WCC) owned strategic asset, located on Ngauranga Gorge. Kiwi Point operates under the Business Centre provisions of the Wellington City District Plan. Its core business is supplying a critical infrastructural resource to the region and country. In November 2023 WCC commissioned a Strategic Case and Economic Case to better understand the intricacies of the three options.? Now WCC is seeking a suitably experienced and capable consultancy firm to develop the following Cases:? -Lite Economic Case (confirming the findings from the previous work conducted) -Commercial Case -Financial & Management Cases",Awarded,Contract now awarded,0,20250410 Wellington City Council,29700450,Request for Proposals,Closed Competition,Kiwi Point Rockfall Protection,2024-081,20240703,20240906,20241028,,Sole Agency,No,,"Kiwi Point is a Wellington City Council (WCC) owned site located on Ngauranga Gorge, with access from the northbound side of State Highway One. The site currently produces crushed greywacke comprising a full range of products from low-grade to high-quality sealing, asphalt and concrete aggregates for the Wellington roading and infrastructure market, a resource in short supply and high demand, both regionally and nationally. Some geotechnical exploration work was conducted on the southern side of Kiwi Point and significant amounts of suitable greywacke were found, warranting commercial quarrying activities on that side. This Request for Proposal (RFP) introduces the first procurement activity required to enable the commencement of commercial quarrying activities on the southern side. This RFP is to seek a suitable head contractor to lead the design and construction of a rockfall fence and associated works, to protect those commuting through Ngauranga Gorge. Please note the Contractor will need to have a copy of the NZS 3916:2013 general conditions of contract and relevant NZS schedules. Only bespoke schedules are attached.",Awarded,,0,20250410 Wellington City Council,29733717,Request for Tenders,Open Competition,Slope Remedial Works Opp 48&50 Chaytor St.,114.03,20240708,20240805,20250312,,Sole Agency,No,,"This RFT is for Contract 114.00300- Slope Remedial Works Opposite 48 & 50 Chaytor Street: Tenders are invited from suitably qualified contractors to complete the scope of work provided in the tender documents which involve slope remedial works for the slips that occurred on Chaytor Street: one opposite 48 on Council Road Reserve (Slip-A) and the other across private land situated on Mallam Street crossing over into Council Road Reserve (Slip-B). The Mallam/Chaytor Street landslide impacted the rear sections of 19 & 21 Mallam Street at the top of the failed slope and the Councils Road Reserve at the bottom of the failed slope. The proposed remedial works involve the construction of rockfall protection structures (e.g. catch fences and hybrid attenuators) Tenderers are expected to have the relevant experience and track record in constructing rockfall protection structures. Tenderers must have adequate capability and capacity assigned to this project to meet the quality and programme requirements. Please note on the two-envelope procurement process. Tenders must be received thru GETS before 12.00pm 05 August 2024. The construction work is scheduled to commence on 01 October 2024.",Awarded,,0,20250410 Wellington City Council,29799735,Request for Tenders,Open Competition,Grosvenor Terrace Retaining Walls Seismic Strengthening,114.00315,20240718,20240822,20250225,,Sole Agency,No,,"This Request for Tenders (RFT) is an invitation to submit a Tender for the seismic strengthening of the two retaining walls RW237 and RW243 along Grosvenor Terrace in Wadestown contract opportunity. Wellington City Council (WCC) has a strategy to enhance the resilience of its transportation networks and manage the risks from natural hazards that can potentially affect its road network system. Wadestown route has been identified as a key alternative route for emergency response to the Wellington Urban Motorway between Thorndon and Johnsonville, where the route carries about 6,900 vehicles a day. The alternate access routes are more vulnerable to failure and hence are less resilient and not expected to be available immediately after a major earthquake. This procurement relates to strengthening of the existing Grosvenor Terrace retaining walls Wall I.D.s 16139 and 16140(on the Wadestown access route) to improve its performance in natural hazard events, particularly earthquakes, and minimise the consequential disruption to the route and the community at large",Not Awarded,"The Tender Evaluation Team recommended declining all tenders due to the high tender prices received, not being in alignment with the WCC budget.",0,20250410 Wellington City Council,29942255,Request for Proposals,Open Competition,Rapid Transit Bus Programme - Harbour Quays Interim Business Case and Design,2024-255,20240808,20240913,20241213,,Sole Agency,No,,"This Request for Proposal (RFP) relates to the procurement of consultant services for delivering a business case (economic case), design documentation and providing construction support for the interim delivery of dedicated bus priority and associated critical urban design or walking interventions between the Lambton bus terminal and Kent Terrace. This initiative aims to enable a reduction of services along the Golden Mile to relieve capacity constraints, which is forecast to exceed 100 buses per hour in each direction in 2025. The project is expected to be rapidly delivered with minimal civil works, with a construction period of up to six months, to allow for temporary bus shelter installation and real time information displays",Awarded,,0,20250410 Wellington City Council,30213905,Request for Tenders,Open Competition,Wellington Waterfront Safety Enhancements: Lighting Installation and Commissioning,2024-371,20240918,20241008,20241022,,Sole Agency,No,,"Wellington City Council (WCC) are seeking a suitably qualified supplier to submit a tender for the Wellington Waterfront Safety Enhancements: Lighting project, limited to the Taranaki Street Wharf and Te Papa Promenade. The project includes the installation and commissioning of WCC supplied light poles and pole mounted luminaires, and the supply, installation, and commissioning of lighting and pole power outlet control systems along Taranaki St Wharf and Te Papa Promenade on the Wellington Waterfront; including supply and installation of under-wharf structural pole footings and under-wharf electrical infrastructure. We require a Prime Supplier who has specialist knowledge and a proven track record of successfully delivering projects with similar requirements, including both structural and electrical installations in a marine environment. We are seeking responses from Suppliers who are competent, experienced, and confidently able to deliver the project in a professional and timely manner; and be able to work collaboratively with WCC to minimise disruption to the public and operations on Wellington Waterfront. Respondents must have a good track record in the supply and installation of light poles, pole mounted luminaires and lighting control systems in busy, public open spaces with high levels of pedestrian and vehicle traffic, and experience in structural and electrical installations in a marine environment including under-wharf installations. Note that all design work including structural pole footings and lighting and electrical designs; design, specification, and selection of poles, luminaires, and lighting control systems have been completed already and are outside the scope of this RFT. WCC will supply the poles and luminaires (note: pole supply includes pole-specific mounting clamps) for this opportunity, however the requirement for Supplier receipt, storage, insurance, and delivery of these to site is in scope of this tender.",Awarded,,0,20250410 Wellington City Council,30406587,Request for Tenders,Open Competition,"The Esplanade Opp. 44 , Houghton Bay RW Renewal",114.00312,20241015,20241122,20250110,,Sole Agency,No,,"This Request for Tender (RFT), and any contract resulting from it, is for the construction of an anchored contiguous pile retaining wall located opposite 44 The Esplanade, Houghton Bay, Wellington. The wall is to be located on a vegetated slope, below the road and footpath, and above a beach. The slope and footpath are within Wellington City Council (WCC) road reserve. There is an existing retaining wall which has been assessed to be in poor condition by WCC. The proposed retaining wall will replace the existing wall as part of WCCs maintenance program. The existing wall comprises piles, a concrete breastwork unit and is believed to have deadman anchors extending below the carriageway, tied back to a concrete ground beam.",Awarded,,0,20250410 Wellington City Council,30712849,Request for Tenders,Open Competition,Contractor for Owen Street Park Development,2024-292,20241126,20250131,20250325,,Sole Agency,No,,"Wellington City Council is seeking a suitably qualified and experienced contractor to construct a new public park space at 177 Owen Street, Newtown. The key outcome for this project is the construction of a high-quality park space in accordance with the design, specifications, and drawings, providing a modern long lasting park space for the local community. Construction work shall include (but may not be limited to), minor relevelling, new concrete and paver entrance and BBQ area with a timber shelter and shade sail, construction of a stage, new asphalt perimeter path, some minor soft surface path and a small natural play area. Associated plumbing/electrical is required, soil infill in some areas around park, signage and mobility carparking.",Awarded,,0,20250410 Wellington Regional Economic Development Agency Limited,26392198,Request for Proposals,Open Competition,Venues Wellington Event Security Services RFP,,20220928,20221019,20230201,,Sole Agency,No,n/a,,Awarded,,0,20250410 Wellington Regional Economic Development Agency Limited,26671704,Request for Tenders,Open Competition,TSB Arena Performance Staging Replacement,92473,20221130,20230127,20230426,,Sole Agency,No,111 Wakefield Street,"Venues Wellington are part of WellingtonNZ who are shamelessly passionate about driving the prosperity and vibrancy of the Wellington region. Venues Wellington manage a portfolio of venues in the heard of Wellington including the Michael Fowler Centre, Opera House Theatre, St James Theatre, Shed 6 and the TSB Arena. All venues reside in the walkable harbourside precinct that links through to the heard of the vibrant capital city. Being right in the centre of that the Capital of Cool has to offer is something that really sets us apart from other destinations. Our collection of conference and performance venues combines heritage and character with stateof- the-art technology. The diverse choice of meeting places and spaces offer versatility and flexibility. We enjoy working with our clients to create innovative set-ups that will deliver inspirational experiences no matter what their event is trying to achieve. The TSB Arena is the largest indoor arena servicing the Wellington region hosting local and international artists. To remain a versatile and flexible organisation Venues Wellington own, maintain and operate equipment stored within the arena, including staging. Staging is used for a multitude of events including sport, performance, cocktail functions, and conferences to name a few. The existing SICO Roll and Set Staging is now no longer supported and requires replacement.",Awarded,,0,20250410 Wellington Regional Economic Development Agency Limited,26758486,Request for Proposals,Open Competition,Corporate Catering RFP Venues Wellington,,20221216,20230130,20230515,,Sole Agency,No,,,Awarded,,0,20250410 Wellington Regional Economic Development Agency Limited,29223742,Request for Proposals,Open Competition,Venues Wellington Cleaning Services,,20240415,20240515,20241001,,Sole Agency,No,,,Awarded,,0,20250410 Wellington Regional Stadium Trust,28356842,Request for Proposals,Open Competition,Energy Saving Lighting Replacement,,20231122,20231222,20241016,,Sole Agency,No,hallen@stadiumtrust.org.nz,"The Wellington Regional Stadium Trust (WRST) is pleased to announce the release of this Request for Proposal (RFP) inviting qualified and experienced service providers to submit proposals for the replacement of existing light fittings with energy-efficient LED alternatives at Sky Stadium. This project entails a baseline initiative for a one-to-one replacement of existing lighting fixtures with LED counterparts. While we anticipate a like-for-like transition, we strongly encourage your exploration of alternative technologies or products that have the potential to enhance the Trust's objectives. Your consideration of innovative solutions beyond the conventional will contribute significantly to the overall success of this project. The WRST is committed to enhancing energy efficiency, sustainability, and illumination standards within our facilities. In this endeavor, we seek proposals from contractors who can deliver a phased transition to LED lighting while adhering to existing technical specifications and compliance requirements. You are invited to engage in this competitive process and offer innovative solutions for our lighting requirements. The RFP document contains detailed information on the scope of work, submission guidelines, and evaluation criteria. Please submit your comprehensive proposals by the specified deadline. For inquiries or clarification, contact our designated representative. We appreciate your interest in this project, aimed at improving energy-efficient lighting at our stadium.",Not Awarded,"The contract was awarded to a company that was not part of the initial application process through GETS. The successful company, Eco Bulb, was originally in partnership with ShineOn and were included as a partner in the Shine On submission. Earlier this year, Shine On went into into receivership and Eco Bulb resubmitted a new proposal under the Eco Bulb brand. Eco Bulb are the successful applicant for this contract.",0,20250410 Wellington Regional Stadium Trust,28553992,Request for Proposals,Open Competition,Big Screen Production Services at Sky Stadium,,20231201,20240209,20240304,,Sole Agency,No,mhellyer@stadiumtrust.org.nz,"The Wellington Regional Stadium Trust (WRST or the Trust) is a Charitable Trust, incorporated by the Wellington City Council and Greater Wellington Regional Council in 1997. It is the owner and operator of Sky Stadium, a 34,500 seat multi-purpose entertainment venue which is one of the most iconic venues in New Zealand. Sky Stadium is predominantly used for sporting fixtures for various codes, as well as concerts, entertainment, cultural and community events, exhibitions, product launches etc. The venue hosts around half a million patrons each year. WRST seeks proposals from suitably qualified contractors for the non-exclusive right to supply event day production services relating to the big screen operation at Sky Stadium (Stadium). The WRST wants to ensure that: The big screen production (and associated services) at an event is carried out to a high standard in line with worlds best practice; and The services are carried out in a professional and competent manner; and The quality of services is maximised, in line with world's best practice. A site inspection will be provided to interested parties.",Awarded,,0,20250410 Wellington Water Limited,22544458,Request for Proposals,Closed Competition,Business Case for Providing Residential Water Consumption Information,1149,20200428,20200513,20200622,,Sole Agency,No,n/a,"The water supply network in the Wellington metropolitan region is approaching the point where supply will be insufficient to meet demand. If growth continues at the current rate and demand does not reduce then a major network upgrade will be needed around 2030. Residential customers currently do not receive any information about how much water they use. This has wide-ranging impacts on our ability to improve network efficiency and support customers to make informed decisions about how much water they use. Wellington Water is looking for a business case that considers options, costs and benefits of providing residential customers with water consumption information. The business case will rank options and recommend the option with the greatest net benefit (essentially the economic case in the context of the Better Business Case framework). We are also interested in the potential incremental gains from applying volumetric charging to relevant options. Refer attached RFP document for full description of this procurement.",Awarded,,0,20250410 Wellington Water Limited,22685062,Request for Tenders,Open Competition,Port Road Watermain Renewal,772.00031,20200518,20200603,20210225,,Sole Agency,No,,The renewal of 525 m of existing water mains along Port Road between Hutt Park Roundabout and 53 Port Road.,Awarded,"No responses through GETS, awarded to Contractor Panel member",0,20250410 Wellington Water Limited,23040274,Request for Tenders,Open Competition,Barber Grove to Seaview Duplication Project,772.00029,20200730,20200924,20210127,,Sole Agency,No,Not applicable,Installation of Sewer Main,Awarded,Award of contract for ECI process. Construction pricing provisional until Construction costs and design are developed through ECI.,0,20250410 Wellington Water Limited,23595524,Request for Tenders,Open Competition,Very High Criticality Assets - Pipe Health Inspections,748.00001,20201110,20201201,20210401,,Sole Agency,No,,"Pipe inspections and health assessments for Very High Criticality Assets including all associated contract management and traffic management. This includes: 93 Km of scheduled inspections for gravity pipes (CCTV and laser profiling) 134 Km of scheduled inspections for pressure pipes (P-CAT, e- Pulse, leak detection and transient pressure monitoring) 169 Km of provisional inspections for gravity pipes (CCTV and laser profiling) Provisional secondary inspections based on initial inspection results",Awarded,,0,20250410 Wellington Water Limited,25270143,Request for Proposals,Open Competition,Data and Analytics Fundamentals Project,DPS-WS-3.2,20211220,20220131,20220309,,Sole Agency,No,,"*What we need Wellington Water is embarking on a journey to improve its data maturity to enable the whole organisation to have confidence in trusting and utilising data in its operational and strategic decision-making and reporting activities. We are seeking out a partner to work alongside our data and digital leadership team to co-develop and deliver a prioritised data and analytics fundamentals plan that provides tangible improvements to the way data is governed, overall data quality, and our analysis capabilities. *What we dont want We are not seeking out assistance with performing a current state assessment of Wellington Waters data maturity. We also are not seeking out the implementation of tools and systems without first establishing the fundamentals and clear rationale around how these can be immediately useful. *Whats important to us Wellington Water is looking for a partner with prior practical experience in: establishing fit-for-purpose data governance elements; planning, coordinating, and performing data quality remediation activities; and enhancing decision-making and insight generation through data-driven reporting and dashboarding. The governance, remediation and analytics activities performed need to reflect our level of maturity and desire to quickly demonstrate tangible benefits to the organisation, our client councils, and our communities. The partner therefore needs to have the ability to flex their approach to changing context and priorities and scale up as required. *Why should you bid? Wellington Water works across our client councils and communities to provide safe and healthy water services. Implementing data and analytics fundamentals will help us to improve the way we do things and make decisions which ultimately benefits our communities. You will play a key part in indirectly enabling the organisation to improve existing services and establish new ones.",Awarded,,161000,20250410 Wellington Water Limited,25854263,Request for Quotations,Open Competition,"Te Marua Water Treatment Plant Supply, Installation Support and Commissioning of Centrifuges",OPC100413.003,20220525,20220622,20220712,,Sole Agency,No,,"Request for Quotes (RFQ) is an invitation to suitably experienced suppliers interested in being engaged for Supply, Installation Support and Commissioning of Centrifuges at the Te Marua Water Treatment Plant. The Te Marua water treatment plant requires an upgrade to increase capacity to 140 ML/d, improve redundancy and resilience, and continue to meet the requirements of the Drinking-Water Standards for New Zealand 2005 (Revised 2018) (DWSNZ). This will be achieved by the installation of a new dissolved air floatation (DAF) system and increasing the capacity of the existing chemical dosing and solids-handling systems. The sludge dewatering plant at the Te Marua Water Treatment Plant will be upgraded to achieve the increased capacity. The upgrade includes the provision of centrifuges to replace two existing centrifuges that are undersized for the revised duty. This contract is for the provision of two centrifuges, with support for installation and commissioning. The centrifuges shall be delivered to the Te Marua WTP site for installation. The installation of all equipment supplied will be carried out under a separate contract by others, but installation supervision shall be provided by the Respondent. Additionally other equipment to support the centrifuge operation will be purchased and installed by others.",Awarded,"The tender period for RFQ submissions ran from 25th May to 22nd June 2022. The request for RFQ submissions provided equipment specification information and functional descriptions, along with other important information about the equipment to be supplied. RFQ submissions were received from GEA, Andritz and Alfa Laval. This tender evaluation recommends the selection of GEA be confirmed as the supplier for the Supply, Installation Support and Commissioning of Centrifuges, once the necessary documentation and approvals are in place.",0,20250410 Wellington Water Limited,25886565,Request for Quotations,Open Competition,Te Marua Water Treatment Plan - Supply of Lime Silo,OPC100413.005,20220601,20220629,20220812,,Sole Agency,No,,"Request for Quotes (RFQ) is an invitation to suitably experienced suppliers interested in being engaged for Supply of Lime Silo at the Te Marua Water Treatment Plant. The Te Marua water treatment plant requires an upgrade to increase capacity to 140 ML/d, improve redundancy and resilience, and continue to meet the requirements of the Drinking-Water Standards for New Zealand 2005 (Revised 2018) (DWSNZ). This will be achieved by the installation of a new dissolved air floatation (DAF) system and increasing the capacity of the existing chemical dosing and solids-handling systems. The lime storage and dosing at the Te Marua Water Treatment Plant will be upgraded to achieve the increased capacity. The upgrade includes the provision of a new lime silo to replace the existing lime silo which needs to be removed. This contract is for the supply of a new painted 40 tonnes lime silo complete with ancillary equipment and silo restraint / support components. Also included is the design of the silo foundations. The Respondent shall allow for work with Wellington Waters Design Consultant for design of connections between the silo and existing plant. The lime silo shall be delivered to the Te Marua WTP site for installation by the Site Installation Contractor. The installation of all compressed air supply and lime transfer pipework connecting the new lime silo with the existing lime hoppers will be carried out by the Site Installation Contractor under separate contract.",Awarded,"The tender period for RFQ submissions ran from 01st June to 29th June 2022. The request for RFQ submissions provided equipment specification information and functional descriptions, along with other important information about the equipment to be supplied. Due to current market conditions and suppliers being very busy, only one RFQ submission was received from Silos and Conveyor Systems Ltd. This tender evaluation recommends the selection of Silos and Conveyor Systems Ltd be confirmed as the supplier for the Supply of Lime Silo, once the necessary documentation and approvals are in place.",0,20250410 Wellington Water Limited,26005055,Request for Quotations,Open Competition,Te Marua Water Treatment Plant - Dissolved Air Floatation Plant,OPC100413.002,20220705,20220823,20221125,,Sole Agency,No,,"The Te Marua water treatment plant requires an upgrade to increase capacity to 140 ML/d, improve redundancy and resilience, and continue to meet the requirements of the Drinking-Water Standards for New Zealand 2005 (Revised 2018) (DWSNZ). This will be achieved by the installation of a new Dissolved Air Flotation (DAF) system and increasing the capacity of the existing chemical dosing and solids-handling systems. This contract is for the design and supply of a new Dissolved Air Flotation (DAF) plant. This includes the design (of specified items), supply, manufacture, acceptance testing (including commissioning and performance testing), and defects liability of the DAF plant and ancillaries. The Respondent shall allow for coordination and cooperation with Wellington Waters Design Consultant who is responsible for the balance of design. The DAF shall be delivered to the Te Marua WTP site for installation by the Site Installation Contractor. The installation of the DAF will be carried out by the lead Installation Contractor under separate contract.",Awarded,,7000000,20250410 Wellington Water Limited,26360114,Request for Tenders,Closed Competition,Porirua Central City Wastewater Storage Retention Tank,774.00044,20220924,20221202,20230316,,Sole Agency,No,,"This RFT is for the construction of a new 7 Megalitre (ML) wastewater retention asset and associated infrastructure for Porirua City Council (""PCC"") on land adjacent to the current SH59 north of Porirua Rail Station. The retention tank will provide wastewater network storage during wet weather events to temporarily reduce the demand on the wastewater conveyance and treatment system. This will reduce the frequency and volume of overflows from the wastewater network into the environment and facilitate projected population growth in Porirua. The full scope of the Contract Works is set out in more detail in the Principal's Requirements. NTT 3 will follow with instructions to access the BIM model, and one of the NOR Appendices which was too big to be uploaded to GETS.",Awarded,"Two tenders were received of a very high quality with both tenderers responding well to specific requests for the methodology attribute. The TET recommended to WWL selecting Downer as the preferred based on the adjusted evaluation price with alternatives.",60000000,20250410 West Coast Regional Council,27102339,Request for Tenders,Closed Competition,Invitation to Tender-WCRC Hokitika Flood Walls Stage 1A,R2023/1,20230317,20230404,20240411,Engineering,Sole Agency,No,The West Coast Regional Council 388 Main South Road Paroa GREYMOUTH,"As a member Stopbank Construction Panel, the West Coast Regional Council (the Principal) is pleased to invite your company to tender for Hokitika Flood Walls Stage 1A. 1. Project Background This project is for the first stage of the Hokitika Flood Walls portion of the West Coast IRG Resilience programme of work, and is for the construction and completion of all work associated with the raising of the existing stopbank and construction of rock armouring as outlined in the drawings and specifications.",Awarded,,0,20250410 West Coast Regional Council,27951081,Request for Quotations,Open Competition,RFQ R2023.9 Whataroa Erosion Repair,R2023/9,20230824,20230905,20230907,Engineering,Sole Agency,No,,"WCRC Pre-qualified Contractors are invited to price the following works: Scope of work: Repair two existing spurs on the true left of the Whataroa River for the Whataroa Rating District.",Awarded,,0,20250410 West Coast Regional Council,27986194,Request for Proposals,Open Competition,Natural Hazards Planning Advice,,20230830,20230928,20231005,Planning,Sole Agency,No,,"The West Coast Regional Council (""Council"") is seeking proposals from experienced Natural Hazards Professionals to provide technical support for the hearings process for Te Tai o Poutini plan (the Plan), and specifically the review of the Natural Hazard provisions within the proposed plan",Awarded,,0,20250410 West Coast Regional Council,28006547,Request for Quotations,Open Competition,R2023.8,,20230901,20230912,20230913,Engineering,Sole Agency,No,,"Prequalified companies have been invited to price the following works: Location, Punakaiki Seawall, (please see attached RFQ for maps, scope and details)",Awarded,,0,20250410 West Coast Regional Council,28081255,Request for Tenders,Open Competition,R2023/13 Greymouth Rock Repair Works,R2023/13,20230913,20231009,20231016,Engineering,Sole Agency,No,Tender Box located at the West Coast Regional Council Offices 388 Main South Road Paroa 7805 GREYMOUTH,"Pre-qualified Contractors are invited to price the following Greymouth Rock Repair Works: Scope & nature of the Services: Load, cart, and place 400 tonnes of armour rock to top up slumped areas on waterward batter of the Grey River stopbank along a 130m length (approx).",Awarded,,0,20250410 West Coast Regional Council,28199161,Request for Tenders,Closed Competition,Greymouth Floodwall Upgrades-Stage 1 to 5,R2023/12,20230929,20231027,20231123,Engineering,Sole Agency,No,"388 Main South Road, Paroa, Greymouth 7805","As a member of the Stopbank Construction Panel, the West Coast Regional Council (the Principal) is pleased to invite your company to tender for Greymouth Floodwall Upgrades, Stages 1 to 5.",Awarded,,0,20250410 West Coast Regional Council,28209799,Request for Tenders,Closed Competition,R2023.11 Hokitika Flood Walls Stage 1B,R2023.11,20231002,20231103,20231123,Engineering,Sole Agency,No,"Tender Box, located at the West Coast Regional Council Offices, 388 Main South Road, Paroa, Greymouth 7805","As a member of the Stopbank Construction Panel, the West Coast Regional Council (the Principal) is pleased to invite your company to tender for Hokitika Flood Walls Stage 1B",Awarded,,0,20250410 West Coast Regional Council,29515722,Request for Quotations,Open Competition,Punakaiki Rating District Emergency Works June 2024,RFQ2024/24,20240531,20240612,20240712,Engineering,Sole Agency,No,,"West Coast Regional Council invites you to price the following works: Punakaiki Rating District Emergency Works June 2024. Scope of work: Repair of the seawall batter slope over a length of 250m Location maps are attached to this email. Closing date for quotes: 12 June 2024 at 4pm. Please email tender prices to GETS. Location: Punakaiki Seawall, Punakaiki See map.",Awarded,,0,20250410 Western Bay of Plenty District Council,21238393,Request for Tenders,Open Competition,Ohourere Groundwater Well,19-1026,20190708,20190807,20190828,,Sole Agency,No,"The Tender Box Western Bay of Plenty District Council - 1484 Cameron Road Tauranga 3112 or Private Bag 12803 Tauranga Mail Centre, Tauranga 31423","Western Bay of Plenty District Council wishes to procure drilling services for the establishment of a groundwater well at Crawford Road, Ohourere. This production well will contribute to Councils public supply in the central water zone. The contract works includes the following: 96mm (HQ) investigation bore to a depth of approximately 220m to determine potential yield from a production well Reaming the investigation bore to a 300mm production well Installation of casings, screens and pump testing of the well Drilling a shallow (20m deep) bore to be finished as an observation bore Drilling a fully cored hole to accurately determine the geology (if required) Potential contractors will note a compulsory site visit is required on Wednesday 17 July 2019 at 1pm. This is an opportunity for an experienced well drilling company to work in partnership with Western Bay, to enhance the capacity and security of the public water supply system.",Awarded,,0,20250410 Western Bay of Plenty District Council,21302187,Request for Tenders,Open Competition,18-1098 Katikati Wastewater Treatment Plant Inlet Works Upgrade,18-1098,20190724,20190912,20191014,,Sole Agency,No,"The Tender Box Western Bay of Plenty District Council - 1484 Cameron Road, Tauranga 3112 or Private Bag 12 803 Tauranga Mail Centre, Tauranga 3143","Western Bay of Plenty District Council is searching for a contractor who can do the following: The construction of a new fence and partial removal of the existing fence. The modification of the accessway. The removal of the existing inlet works building and the construction of a new operator building. It also includes the modification of the existing inlet channel including the removal of the internal wall and the installation of a new SS wall and the raising of the external walls. Further included is the removal of the existing screen and screw press and the installation of new equipment (screen, washpress, bypass screen, flowmeter) including all the necessary electrical work.",Awarded,,0,20250410 Western Bay of Plenty District Council,23485282,Request for Tenders,Open Competition,Omokoroa Road Pedestrian Bridges,20-1066,20201021,20201120,20210215,,Sole Agency,No,"The Tender Box, Western Bay of Plenty District Council, 1484 Cameron Road, Greeton, Tauranga 3112","Western Bay of Plenty District Council (Western Bay) invites suitably qualified and experienced contractors to tender for the construction of two proposed Pedestrian Bridges. The two approximately 23m long pedestrian bridges will serve as a crossing over the existing East Coast Main Trunk (ECMT) Railway track for cyclists and pedestrians. The proposed pedestrian bridges are located on the west and east side of the existing Omokoroa Road Bridge. This project comprises the supply of materials and the construction of the bridges superstructure, foundations, earthworks and associated civil works. The contract will be in two portions, the first portion being the East Pedestrian Bridge and the second being the West Pedestrian Bridge. Should tender costs exceed available budget, only the East Bridge will be constructed. NOTE: The ""Geotechnical Assessment Report for Proposed Pedestrian Bridges Omokoroa Road, Omokoroa Rev 1"" is yet to be completed. This will be provided as soon as possible. IMPORTANT: Please raise all questions via GETS. So we can answer your questions clearly, please limit each quest to one topic. Thank you.",Awarded,,0,20250410 Western Bay of Plenty District Council,24095289,Request for Proposals,Open Competition,Annual Resident Survey,21-1009,20210317,20210413,20210701,,Sole Agency,No,,"Western Bay of Plenty District Council (WBOPDC) provides a wide range of services and facilities and uses the Resident Survey to determine satisfaction levels of a selection of residents. The results are then used to prioritise improvement opportunities that are valued by the community. Consequently we are seeking an experienced supplier that can deliver the Resident Survey in a professional manner and ensuring that outcomes are: Delivered on-time on a quarterly basis Robust method of undertaking the survey Presented with an eye catching, clear and concise report(s). Summarised via dashboards on a quarterly basis All queries must be done on the Question and Answer function on GETS. The term of the contract will be three years.",Awarded,,0,20250410 Western Bay of Plenty District Council,24113141,Request for Proposals,Open Competition,Audit & Risk Committee Member,21-1014,20210322,20210416,20210507,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to appoint an independent member to the Audit and Risk Committee for the period from May 2021 to the end of the triennium in October 2022. The role of the Committee is to provide assurance and assistance to the Council on management of Council's risk, financial control and compliance framework, and its external accountability responsibilities. The Independent Member's role is to provide specialist expertise to the Committee and contribute to the governance of Council through membership of the Audit and Risk Committee, with full voting rights. The appointee will be expected to prepare for, attend in person and actively participate in the regular meetings of the Audit and Risk Committee. Currently these occur four times each year and are scheduled for three hours. There may be occasions where extraordinary meetings or workshops are scheduled, but these are not the norm. Candidates must have a professional accounting qualification and preferably have experience of working with local government in the past three years. Refer to Attachments for details of requirements and response form. Tender process note: All communication for this tender must be via GETS Q&A function. To help us with this process, please submit via this route. Thanks.",Awarded,,0,20250410 Western Bay of Plenty District Council,24388414,Request for Proposals,Open Competition,Rating Valuation Service,21-1012,20210604,20210705,20211101,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure rating valuation services to be undertaken across the District. Western Bay has powers under the Local Government (Rating) Act 2002 to set and assess Rates to fund local government activities. Western Bay revalue rating units triennially. In accordance with Rating Valuations Act the valuation services must be carried out by a registered Valuer. The successful tender must have the experience and resources to provide effective valuation services in accordance with the Rating Valuations Act 1998, Rating Valuation Regulations 1998, Rating Valuation Rules 2008 and any future requirements of the Office of the Valuer General. Upon successful award of the contract the services must be delivered in a robust manner, ensuring Council vision and values are upheld along with provide innovations to the District in their delivery. The following are the key deliverables/outcomes we require over the life of the contract: Respond to day-to-day general enquiries from the public and Council Triennial revaluation of all properties in the Western Bay of Plenty District General Maintenance of the Valuation Roll Valuation Policy Advice Processing of Objections to maintenance and triennial valuations Project work in response to a change in Council rating policy/and or rating legislation/regulation Maintenance of valuations for utilities Liaison with council Store and protect data capability to connect to councils database Reporting to council as required Refer to Attachments for RFP requirements (including Response Form). Bidders are instructed to ask questions regarding this tender via the GETS Q&A function and to submit their bids via GETS. Western Bay welcomes suitable organisations to bid for this contract.",Awarded,,0,20250410 Western Bay of Plenty District Council,24636626,Request for Proposals,Open Competition,"Compliance Monitoring Services (for Freedom Camping, Animal Services and Noise control)",21-1030,20210805,20210907,20250305,,Sole Agency,No,n/a,"Western Bay of Plenty District (Western Bay) is within one of the fastest growing regions in New Zealand. We have a changing environment, with more urban growth occurring in what was a predominantly rural area. The Council delivers a 24/7 service for customers which ensures that regardless of their issue or complaint that it is actioned promptly. It is important to Council to provide an effective after hours service that meets customer expectations, delivers on Councils legislated requirements and is focused on ensuring a safe and managed environment. Western Bay needs a provider that can deliver prompt, efficient and customer focused service that responds to requests for service across the District. The provider should have the experience and resources to deliver compliance and monitoring services, with a track record of delivering this service, ideally in a Council regulatory environment. The areas for service response include requests for animal control, noise control and freedom camping service. This service is to be provided outside of normal office hours Council has provided this after hours service through contract providers for a number of years (the most recent contract was for a period of 4 years). Council requires: - Animal services are to address public safety concerns and nuisance from dogs, and support the care of animals in Councils animal shelter. This service includes being able to respond to dog attacks, dog barking and dog roaming concerns outside of normal working hours. - Noise control services are to address noise from neighbouring properties and activities to be limited. Noise concerns increase outside of normal working hours, as noise starts to interfere with being able to get a good nights sleep. This requires officers to respond to noise complaints and take actions to have the noise reduced, or cease. - Freedom camping is becoming increasingly popular as a recreational activity, and the Western Bay beaches and reserves draw visitors to the area. Managing the numbers and location of campers is important for residents and visitors alike, over peak periods of the year, this requires monitoring to be undertaken of camping and reserve sites and where issues are identified campers are moved on, or receive penalties. Refer to all attachments associated with this RFP for more details.",Not Awarded,Contract negotiations were discontinued.,0,20250410 Western Bay of Plenty District Council,24647271,Request for Tenders,Open Competition,Te Puke Dunlop Road Stormwater Main and Wetland Pond Construction,21-1071,20210806,20210928,20211125,,Sole Agency,No,"Western Bay of Plenty Tender Box, 1484 Cameron Rd, Greerton, Tauranga 3112","Western Bay of Plenty District Council (Western Bay) is seeking a solution for the construction of a new stormwater main (concrete pipe ranging from 1050dia to 1200dia, approximately 200 m long) from the new subdivision at 83 Dunlop Rd and construction of a new engineered stormwater treatment wetland pond including bypass inlet structure, bypass channel and outlet to the Ohineanganga Stream. The wetland also require appropriate planting and will provide extended detention and water quality treatment functions. The target date for the pond to receive flows is by the end of 2021 from the sub-division. Whats important to us? The ability to deliver on time, undertake the different components of the scope of works, and also meet the environmental demands of working in a flood plain will be key factors to win the tender. Pre-conditions include a good track record on similar projects for your team and offering the right people to do the work. We consider this project medium risk as the work on the pond takes place in a low-laying flood plain and high groundwater or heavy rain may impact negatively on the progress. Good relations with the local landowner has to be maintained. Note that the access way to the pond site is a private roadway and has to be maintained and shared throughout the construction period. Refer to Attachments for further details.",Awarded,,0,20250410 Western Bay of Plenty District Council,25214682,Request for Tenders,Open Competition,Western Bay Water Main Upgrades & Renewals - Physical Works,21-1111,20211210,20220121,20220209,,Sole Agency,No,"1484 Cameron Rd, Greerton, Tauranga 3112","Western Bay of Plenty District Council (Western Bay) wishes to procure the upgrades and renewals to existing water supply capacity in the following growth areas: - Contract / Separable Portion 1: IAnson Rd and Te Puna Rd, Tauranga - Contract / Separable Portion 2: Station Rd, Te Puke - Contract / Separable Portion 3: No. 1 Rd + No. 2 Rd, Te Puke - Contract / Separable Portion 4: Tetley Rd, Katikati. Whats important to us? - Cost-effective upgrades and renewals to watermains. - Methodology and programming which clearly demonstrates ability to deliver on time. - There is considerable urgency to have these projects practically completed by 30 June 2022. Therefore we will evaluate price by each separable portion price. This could result in up to four separate contracts being awarded through this single tender process. - With this in mind, please only tender for the portions you are realistically capable of delivering on. If you wish to bid for all four portions, please ensure your programme evidences your ability to deliver on time. - We consider this project low risk as there are no potential environmental requirements for the work; majority of the water main that will be installed via directional drilling with open-cut trench where necessary due to locating existing services. - The Contractor will be required to provide satisfactory proof that they (and their employees, representatives and or subcontractors) are fully vaccinated against COVID-19 before undertaking work on any Principal premises or worksite. Why should you bid? Western Bay actively engages in renewals of its infrastructure, and is eager to develop strong relationships with competent contractors so that we can carry out more of this work in a timely and cost-effective manner. Through this tender we expect to test the current market and gain an understanding of available contractors. We may choose to negotiate with the awarded contractor/s to add future works of a similar nature to contracts in the next 24 months.",Awarded,,1283291,20250410 Western Bay of Plenty District Council,25401424,Request for Tenders,Open Competition,Pio Shores Upgrade of Stormwater Pumpstations and mains,21-1113,20220210,20220315,20220405,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure construction services for the upgrade of two existing stormwater pumpstations and mains at Pio Shores / Bowentown to reduce flooding after heavy rains. The scope of work comprises civil, mechanical, and electrical work. Both pumpstations incorporate two 7.5kW pumps capable of delivering the targeted range of flows of 40-45 l/s per pump. The pumpstations have new mains that will discharge to basins in the dunes, and level sensors are included to stop the pumps to prevent overtopping of the dunes in case of prolonged pumping. The new 280 OD PE100 rising mains and a new 355 OD PE100 gravity section shall be laid by open cut to grade, except for a short section through an existing easement on private property that shall be by directional drilling. The electrical work includes for all the fabrication supply, installation, testing and commissioning of the electrical services required for the operation of the upgraded pumping systems to be constructed under the contract. The Contractor shall be responsible for equipment / component selection, quantities and rating to ensure electrical compliance with the regulations and Codes of Practice. Whats important to us Construction is required to prevent heavy rains contributing further damage and flooding. Following the archaeological protocols as the work takes place in a sensitive area. Working with due care in the sensitive dune environment. Abiding by noise regulations and working hours. Meeting pre-conditions. Subcontractor with good experience and track record with Western Bays electrical specifications. Note: Western Bay will free-issue the pumps and the supply of the pumps are not included in the scope of tender. Refer to Attachments for RFT requirements (including Response Form). Western Bay welcomes suitable organisations to bid for this contract.",Awarded,,1068169,20250410 Western Bay of Plenty District Council,25410229,Request for Tenders,Closed Competition,Two Mile Creek Waihi Beach Erosion Protection Works,21-1123,20220301,20220325,20221215,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure construction of approx. 300m of bank protection works at Two Mile Creek in Waihi Beach (upstream of Dillion St bridge). The works entail the supply of all material and the construction of the rock wall. It is important for us that: the Respondent has experience in working in this type of environment. the Respondent has staff with the necessary skillset to successfully deliver this project. the Respondent has the ability and given due consideration to the interaction ensuring effective interaction with landowners the Respondent has robust supply chain management to ensure the supply for material. The Contractor will be required to provide satisfactory proof that they (and their employees, representatives and or subcontractors) are fully vaccinated against COVID-19 before undertaking work on any Council premises or worksite. Refer to Attachments for full details (including Response Form).",Not Awarded,Tender unable to be awarded due to extensive consent delays and other changes affecting the project. Council decision to cease this tender and go to market again with a different approach.,0,20250410 Western Bay of Plenty District Council,26065590,Request for Tenders,Open Competition,Heartwood Ave Extension (from Prole Road to Kaimai Views),22-1038,20220825,20220921,20221013,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure construction of the Heartwood Avenue Extension and associated works. Contracted works include: Separable Portion 1: Stormwater, wastewater (Gravity mains and 2 x rising mains), and water trunk mains. Installation of the water main and wastewater reticulation system Roading works including: - Road pavement, surfacing, footpaths, kerbs, traffic islands. - Roundabout - Signage and markings Provision of common services trench including liaising with other service providers to excavate and backfill trenches (power, telecoms, lighting) Temporary works to connect to Prole Road Street lighting Traffic management during works Erosional management and silt control to Bay of Plenty Regional Council requirements Landscaping, berm completion. Separable Portion 2: Installation of Wastewater Pump Station and storage chambers. We need a supplier with demonstrative skills and relevant experience who can deliver the programme in a short timeframe to a high standard. Council is constructing this programme to align with the rapid growth in Omokoroa and to meet Councils proposed Stage 3 Structure Plan. Please submit your Response, and raise any questions, via GETS.",Awarded,,3462116,20250410 Western Bay of Plenty District Council,26205659,Request for Tenders,Open Competition,Waihi Beach Sludge Management 2022-2024,22-1058,20220822,20220916,20221005,,Sole Agency,No,,"Western Bay of Plenty District Council requires wastewater biosolids (sludge) management services at the Waihi Beach Wastewater Treatment Plant from October 2022 to February 2025. These services will principally be at Councils Waihi Beach wastewater treatment plant and adjoining farm (Capamagian Farm) and some minor works at Councils Katikati wastewater treatment plant. Council requires an experienced supplier that can offer wastewater biosolids management services and respect the interaction of wastewater sludge with the environment. We consider the following to be of upmost importance: Safe work practices. Strict adherence to the requirements of consent 66279 application of bio-solids to land. A high level of successful interaction with Councils lessee. Delivery of the required services on time. Great communication with Council, lessee, professional advisors and others. The following are the key deliverables we require: Stir ponds/bags and obtain representative sludge samples October 2022. Apply sludge to land at Waihi Beach Summer 2022-23. Retrieve mature sludge from geotube sludge storage at Katikati. Deliver to vermiculture facility Summer 2022-23. Stir ponds/bags and obtain representative sludge samples September 2023. Apply sludge to land at Waihi Beach Summer 2023-24. Stir ponds/bags and obtain representative sludge samples September 2024. Apply sludge to land at Waihi Beach Summer 2024-25. All questions and Responses must be submitted via GETS. Responses will be evaluated using Price Quality Method. This will be contracted using NZS 3917:2013 contract terms and conditions.",Awarded,,636736,20250410 Western Bay of Plenty District Council,26663744,Request for Tenders,Open Competition,Park Road to Yeoman Bridge Esplanade Reserves Shared Path Upgrade 2022,22-1049,20221124,20230125,20230221,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure construction of approximately 1.25 km colour tinted concrete path, 2.5m wide the entire length including eight vehicle crossings. The path will be constructed using PaveX concrete joint control system products (Council supplied). The following is of upmost importance to us: Minimal inconvenience to the community by completing each successive geographical section of the Works and making those portions of the Site available to the public before restricting public access within the other sections. Completing each section includes site finishing treatment and clean-up. Compliance with statutory obligations, particularly in respect to: health and safety, environmental care, and to any archaeological and cultural monitoring issues that may arise. Timely completion of a defect-free and quality all-weather path which the community will enjoy and will not present unreasonable maintenance issues. Evaluation method: Weighted Attributes. Please raise any and all questions via GETS.",Awarded,,0,20250410 Western Bay of Plenty District Council,26838096,Request for Proposals,Open Competition,Te Puke Wastewater Treatment Plant Upgrade - Early Contractor Involvement,22-1056,20230130,20230310,20230509,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to upgrade the TPWWTP via three key stages: Stage 1: Principal led Early Contractor Involvement (ECI) Stage 2: Early works including establishment, ground improvements and procurement of long lead time items Stage 3: Main physical works. This RFP is for Stage 1. Whats important to us? Commitment, buy-in and a collaborative environment with open and honest communication between and across all parties is of upmost importance to us. This is a significant project for Western Bay. We acknowledge the Resource Consent Condition date is a significant challenge creating programme pressures and budget constraints. This has influenced our decision to proceed with a Principal led ECI procurement approach. The Key Outcomes sought via the ECI include: Using the ECI stage to mitigate risks associated with resource availability and secure the required resources. Enabling early access to supply chain and seeking the best solutions with regards to quality and cost. Scoping the Stage 2 Early Works and Stage 3 Main Physical Works packages to realise programme gains, optimise delivery and de-risk the programme. Integration of innovation, constructability and temporary works into design development to demonstrate value engineering and to drive costs down. Greater construction cost and programme certainty. Efficient and effective commissioning process through early planning and staged handover. Overall construction and methodologies that demonstrates an exemplary quality product. Please raise all questions via GETS. Emails will not be responded to. Western Bay does not wish to consider: Detailed design of the ground improvements and WWTP upgrade (undertaken by Mott MacDonald). Tender document preparation. Management of design and other consultants. Project management of the ECI. Please do not contact us regarding these services. We will not be responding to questions of this nature, or any general canvassing, raised via GETS or by email.",Awarded,,0,20250410 Western Bay of Plenty District Council,28019025,Request for Tenders,Open Competition,Kayelene Place Stormwater Pond Construction - Stage 2,22-1082,20230906,20231020,20231207,,Sole Agency,No,147 Leyland Road,"Western Bay of Plenty District Council wishes to procure the services of an experienced Contractor to install a Stormwater 360s Filterra Bioscape device (a stormwater quality treatment device) at the stormwater reserve at Kayelene Place, Omokoroa, Tauranga. The works will include preparing the site, earthworks, installing concrete pipes, manholes, installation of maintenance track and stormwater outfall into the existing stream. We're looking for a Respondent who: Can secure resourcing and materials to complete the works on time. Has a proven track record with constructing similar works in challenging ground conditions. Understands the importance of collaboration and can work with designers and the client to solve problems. This project provides a short-term opportunity to work in partnership with Western Bay. Similar work is being tendered throughout New Zealand as Councils are looking at improving stormwater discharge quality via retrofitting raingardens, Filterra and similar. Success on this project may contribute towards your position as a reputable contractor. Please raise all questions, and submit your Response, via GETS.",Awarded,,0,20250410 Western Bay of Plenty District Council,28112832,Request for Tenders,Open Competition,Heron Crescent Elder Housing Redevelopment,22-1061,20230920,20231113,20240103,,Sole Agency,No,,"Western Bay of Plenty District Council wishes to procure the detailed design and construction of 26 elder housing units at Heron Crescent, Katikati. The site is build-ready. Designgroup Stapleton Elliott is the nominated architectural designer for this project. Whats important to us? Knowing the contractors capacity and design team capability for delivery of detailed design and associated consenting for elderly housing units. Completion timeliness. All question must be raised via, and Response uploaded to, GETS. Respondents who are unable to meet all pre-conditions should conclude that they will not benefit from submitting Response.",Awarded,,0,20250410 Western Bay of Plenty District Council,28357531,Request for Tenders,Open Competition,SH2 Te Matai to Maketu Rd Watermain Renewal,23-1065,20231031,20231123,20231213,,Sole Agency,No,147 Leyland Road,"Western Bay of Plenty District Council wishes to procure construction services to renew approximately 4,700 metres of trunk water main between Te Puke Highway from the Waiari Stream to the Seeka KKP Packhouse at No. 10 Maketu Road. Please raise ALL queries via GETS.",Awarded,,0,20250410 Western Bay of Plenty District Council,28449688,Request for Quotations,Open Competition,Te Puke and Maketu Wastewater Treatment Plants Sludge Removal,23-1047,20231115,20231206,20231221,,Sole Agency,No,,"This Request for Quote (RFQ) is an invitation to suitably qualified suppliers to submit a Quote for the 23-1047 - Te Puke and Maketu Wastewater Treatment Plants Sludge Removal 2024 to 2029 contract opportunity. We require sludge removal including transportation and processing at an acceptable facility as follows: Correct and current consents for this type of operation. Regular collection and transportation of de-watered sludge. Suitably qualified and experienced drivers. Transparency on the use of subcontractors and their track record, health and safety, and insurance information. Adherence to transportation regulations as well as standards and regulations associated to product being removed. To avoid any operational downtime due to unavailability of transportation and/or driver. Insurances as detailed in the Response Form. All questions MUST be raised via GETS.",Awarded,,0,20250410 Western Bay of Plenty District Council,28522468,Request for Tenders,Open Competition,Katikati Wastewater Treatment Plant Moving Bed Bio Reactor 3916 Design & Build,23-1049,20231128,20240307,20240514,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure a new wastewater treatment process, commonly called a Moving Bed Bio Reactor (MBBR) at the Katikati Wastewater Treatment Plant to allow for nutrient reduction in the treated wastewater discharge to the nearby coastal areas. This opportunity involves the design and construction of a new wastewater treatment process and process building including associated electrical, civil, geotechnical, and mechanical design and installation. This includes access roads and plant standing areas. Western Bay is seeking a Contractor that can team up with Council to offer the best outcomes for the community that the new treatment process and process building will serve. IMPORTANT: ~ All questions and queries must be raised via GETS. ~ Please ensure only TWO files are uploaded to GETS (price and non-price). I.e. please append (vs. attach) any evidence certificates within your non-price Response. ~ Please deliver the MBBR Media Samples to our office at 1484 Cameron Rd, Greerton, Tauranga 3112 before the deadline for Responses.",Awarded,,0,20250410 Western Bay of Plenty District Council,28615895,Request for Tenders,Open Competition,Omokoroa Water Treatment Plant Upgrade & Reservoir,21-1134,20231215,20240424,20241127,,Sole Agency,No,,"Western Bay of Plenty District Council wishes to design and construct: a new UV treatment building to accommodate a new UV treatment process and Motor Control Cabinets (MCC) UV Reactors and future fluoride storage/dosing room a new 3500m3 steel bolted reservoir to increase its drinking water storage capacity and improve resilience for the Omokoroa community and nearby rural areas. This opportunity involves the design and construction of a new UV treatment building, including the provision of a new UV treatment process and associated electrical and mechanical design and installation, design and construction of a new steel reservoir along with all associated civil works such as earthworks, ground improvements, piling, pipework, drainage, retaining walls, storm drainage and access roads. IMPORTANT: ~ Please raise all queries and questions via GETS before the Deadline for Questions. Emails will not be responded to. ~ Please ensure only two files in total are uploaded to GETS when you're submitting your Response; price and non-price. I.e. please merge all non-price appendices and attachments in the order requested into a single PDF file. ~ Please do not include information not requested. We omit any information not requested. ~ Adherence to the above two points saves us considerable time when processing Responses.",Awarded,,0,20250410 Western Bay of Plenty District Council,29021528,Request for Tenders,Open Competition,Panepane Wharf Replacement Early Contractor Involvement & Physical Works,22-1057,20240321,20240510,20241203,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to build a new wharf at Matakana Inland, Tauranga and wishes to procure services for the project in two stages. The first stage is the provision of services for Early Contractor Involvement (ECI) and the second stage is the provision of services for the main physical works. Key deliverables for stage 1 (Early Contractor Involvement): Input into design & technical specifications. Development / refinement of construction methodology and programme of work. Development / refinement of the Schedule of Prices. Key deliverables for stage 2 (Physical Works): Construction of a 45m long x 2m wide wharf, with 3-4m wide stairs, and if affordable, a pontoon and gangway. This Request for Tender (RFT) process will enable Western Bay to select a suitable supplier for the delivery of both Stage 1 and Stage 2. A contract commitment will initially be made for Stage 1 only, with award of contract for Stage 2 being dependent on the satisfactory performance in Stage 1 and agreed pricing. Please raise ALL questions via GETS questions and answers function. Please refer to the Attachments for details about this RFT.",Awarded,,0,20250410 Western Bay of Plenty District Council,29508516,Request for Quotations,Open Competition,Katikati Outfall Ecological Monitoring & Annual Diffuser Inspection,24-1006,20240530,20240701,20240812,,Sole Agency,No,,"This Request for Quotes (RFQ) invites suppliers to quote for the delivery of services to collect samples at the water surface and seabed, and to inspect an outfall diffuser at specified offshore locations near Katikati in the Bay of Plenty. Sampling is at specified times throughout the year and includes water samples, and sediment / benthic macroinvertebrates samples. We are intending to enter into a three-year contract with the successful respondent, starting 1 July 2024 and ending 30 June 2027. Please refer to the attachments for more information. Please use the Q&A function on GETS if you have any questions about this RFQ.",Awarded,,0,20250410 Western Bay of Plenty District Council,30031808,Request for Tenders,Open Competition,2024-25 Local Roads Annual Resurfacing,24-1113,20240822,20240923,20241121,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure a suitable contractor for the resurfacing of approximately 80kms of local authority roads within the Western Bay of Plenty District Councils roading network. The key parts of the Contract Work include: Chip-sealing. Asphaltic concrete. Temporary traffic management. Traffic Services Reinstatement of pavement road marking and signage, Edge Marker Post (EMPs) and Reflective Raised Pavement Markers (RRPMs). To proceed through the tender process, you must have attained NZ Transport Agencys Contractor Pre-qualification of Surfacing Level B (2B) and meet all other pre-conditions. Refer to Attachments for details about this RFT.",Awarded,,0,20250410 Western Bay of Plenty District Council,30272368,Request for Tenders,Open Competition,2024-2025 Pavement Rehabilitations - Package 01,24-1131,20240926,20241115,20250131,,Sole Agency,No,,"Western Bay of Plenty District Council (WBOPDC) wishes to procure a suitable contractor to carry out construction services to rehabilitate pavements within the Western Bay of Plenty District Council Network. The pavement rehabilitations are split out into three packages, and this tender is for package 1. The sites within package 1 are as follows: Boucher Avenue, Te Puke RP 840-2235 No.2 Road, Te Puke RP 0-682 The contract works include, but are not limited to: i. Traffic Management ii. Earthworks/Pavement Deconstruction iii. Drainage Works iv. Pavement Construction and Surfacing v. Safety improvements/Concrete Works vi. Traffic Services vii. Public Consultation WBOP wishes to work with a contractor to execute the contract works in a professional manner, ensuring H&S, quality assurance and good communication best practices are followed through out the duration of the contract. Key expectations of WBOP include: - High quality workmanship and quality assurance processes to ensure the 25 year design lift of the pavement is meet. - To finish the contract duration with a pavement & surface that is free of defects, has a smooth ride, and doesnt hold any surface water - Well executed stormwater construction to ensure good drainage of the pavement - Effective traffic management throughout the construction always providing a safe passage for road users and pedestrians through the site. - The successful contractor takes a proactive approach to workplace H&S ensuring hazards are identified and controls are put in place to keep workers safe onsite. Known hazards include but not limited to, traffic on the roads, public, use of heavy equipment, moving machinery, manual handling, exposure to hazardous materials and utilities services. - Proactive approach to stakeholder management, engaging and maintaining exceptional communication with all stakeholders throughout the Project. Refer to Attachments for further details about this RFT.",Awarded,,0,20250410 Western Bay of Plenty District Council,30326877,Request for Tenders,Open Competition,2024-2025 Pavement Rehabilitations - Package 03,24-1132,20241004,20241101,20250106,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure a suitable contractor to carry out construction services to rehabilitate pavements within the Western Bay of Plenty District Council Network. The pavement rehabilitations are split out into packages, and this tender is for package 3. The sites within package 3 are: No3 Road, Te Puke RP4550-5005 Old Coach Road, Paengaroa RP5500-6020 Old Coach Road, Paengaroa RP9340-9789 Please refer to the attachments for more details. Please use the GETS Q&A function if you have any queries.",Awarded,,0,20250410 Western Bay of Plenty District Council,30327328,Request for Tenders,Open Competition,2024-2025 Pavement Rehabilitations - Package 04,24-1133,20241004,20241101,20250106,,Sole Agency,No,,"Western Bay of Plenty District Council (Western Bay) wishes to procure a suitable contractor to carry out construction services to rehabilitate pavements within the Western Bay of Plenty District Council Network. The pavement rehabilitations are split out into packages, and this tender is for package 4. The sites within package 4 are as follows: Tetley Road, Katikati RP 196-533 Tetley Road, Katikati RP 1006-1605 McLaren Falls Road, Omanawa RP 2925-3685 Please refer to the attachments for more information. Please use the GETS Q&A function if you have any queries.",Awarded,,0,20250410 Western Bay of Plenty District Council,30926436,Request for Quotations,Closed Competition,Uretara Stream Jetty Replacement,24-1027,20250128,20250225,20250325,,Sole Agency,No,,"This contract is for the replacement of the existing jetty at 'The Landing, Uretara Stream, Katikati, with a new upgraded jetty and associated works. For more detail, please refer to the attachments. If you have any questions, please use the GETS Q&A function.",Awarded,,0,20250410 Western Institute of Technology,9324803,Request for Proposals,Open Competition,Western Institure of Technology at Taranaki - Facility Management Services,,20150227,20150327,20211103,,Sole Agency,No,"Western Institute of Technology at Taranaki, 20 Bell Street, New Plymouth","The Western Institute of Technology (WITT) is the only state tertiary institution in Taranaki and offers courses from certificate to degree level across a wide range of areas, including Business, Nursing, Hospitality, Maori, Humanities, Media, Art, Electrical, Engineering, Automotive, Welding, Carpentry, Architecture, Computing, Hairdressing, Beauty Therapy, Early Childhood Education and Social Sciences. The purpose of this Request for Proposal (RFP) is to invite external companies to submit their proposals to Western Institute of Technology at Taranaki with information on their skills, services and experience in providing Facility Management Services.",Not Awarded,,0,20250410 Western Institute of Technology,25048059,Request for Tenders,Closed Competition,T-Block Alterations - Western Institute of Technology at Taranaki,PR21044,20211103,20211130,20221101,,All of Government,No,,"Alterations to T-block tea room and partial re-design and re-roof Located at Western Institute of Technology, 20 Bell Street Campus in New Plymouth",Awarded,,0,20250410 Western Institute of Technology,25048180,Request for Tenders,Closed Competition,B-Block Partial Re-roof and ventilation system,PR21031,20211103,20211130,20221101,,All of Government,No,,"Replacement / Re-design of B-block Level 1 Butynol roof and ventilation system (supplied by Excel Mechanical Services, New Plymouth)",Not Awarded,,0,20250410 Western Institute of Technology,25048216,Request for Tenders,Closed Competition,B-Block Te Kauta Kitchen Alterations,PR21071,20211103,20211130,20220110,,All of Government,No,,"B-block Te Kauta Cafe Kitchen Alterations Replacement of walk-in chiller Appliances and stainless steel units",Awarded,,0,20250410 Western Institute of Technology,25167499,Request for Tenders,Closed Competition,Outdoor Classroom Space,Capex #,20211125,20220114,20220401,,All of Government,No,P O Box 9108,"Outdoor Classroom Space located at N-block Grounds, entry off Hendrie street Include full scope in tender price, e.g. excavation, infrastructure, fencing, retaining, line marking, specialist equipment, lighting, electrical, 32amp connection for trailer, bollards, etc",Awarded,,0,20250410 Western Institute of Technology,25278858,Request for Tenders,Closed Competition,E-Block Impressions Restaurant Refurbishment,PR22011,20220117,20220214,20221101,,All of Government,No,,"E-block Hospitality located at 20 Bell Street, Welbourn, New Plymouth Refurbishment of restaurant, bar, classroom teaching spaces including the fitout and reconfiguration of the bathroom and toilet areas Exclusions Furniture, eg tables, chairs, bar leaners, bar stools, planter boxes and buffet units by others - WITT Vinyl plank flooring to main restaurant and classroom by others - WITT (include flooring as specified) Note: Vaccine pass required for all contractors on site and for site visits prior to tender",Not Awarded,,0,20250410 Westland District Council,19358455,Request for Tenders,Open Competition,Whitcombe Valley Road Seal Widening & Seal Extension,,20180109,20180131,20190802,,Sole Agency,No,,,Not Awarded,"2 Responders to RFT. None were able to respond online so submissions were manual hardcopy. Project Awarded after Price Quality Evaluation to Westroads Limited in February 2018",0,20250410 Westland District Council,19860540,Request for Proposals,Open Competition,18-19-02 New Outdoor Sports Shelter at Westland High School,,20180702,20180803,20190806,,Sole Agency,No,,"Westland District Council is seeking a design and construct contractor for the proposed new Outdoor Sports Shelter at Westland High School. We require the design and construction of a free standing membrane roof shelter to provide covered space over the existing outdoor tennis and netball courts.",Awarded,Awarded to Shade Systems following evaluation.,958900,20250410 Westland District Council,20121158,Request for Tenders,Open Competition,17-18-01 Franz Josef Wastewater Treatment Upgrade,,20180906,20181019,20190802,,Sole Agency,No,,Major civil earthworks for construction of waste water treatment pond and associated pipe works to link with existing infrastructure in Franz Josef.,Awarded,Awarded to Trenching Dynamix following Price Quality Evaluation.,1336325,20250410 Westland District Council,20234051,Request for Tenders,Open Competition,18-19-04 Resealing of Carriageways Westland District 2018-2021,,20181003,20181025,20190802,,Sole Agency,No,,"Sealed road resurfacing for various roads within Westland District covering three financial years. 18-19, 91-20, 20-21.",Awarded,Awarded to Fulton Hogan Ltd following price quality evaluation.,2510481,20250410 Westland District Council,20554979,Request for Tenders,Open Competition,Contract 18-19-06 Butlers Landfill Operation 2019 to 2024,18-19-06,20181214,20190131,20190802,,Sole Agency,No,,The contract calls for delivery of waste from transfer station to landfill as detailed in the documentation.,Awarded,Awarded to Westroads Ltd after Price Quality evaluation.,1263138,20250410 Westland District Council,20988905,Request for Tenders,Open Competition,18-19-07 Fox Glacier Water Treatment Plant,,20190502,20190612,20190726,,Sole Agency,No,,"Tenderers are requested to outline their design and construction proposals for the Fox Glacier water treatment plant and give prices for completion of design, construction, commissioning and support services for the treatment plant equipment.",Not Awarded,"Thank you to the companies that submitted their Tenders, WDC have adjudicated these. However, based on the large range of solutions offered and the fact that raw water data is very limited, a decision could not be reached and no award has been made. WDC will undertake further testing and raw water sampling to gain a better understanding of the raw water quality in different weather conditions and then share this information. We appreciate your patience and understanding in this regard.",0,20250410 Westland District Council,24559459,Request for Tenders,Open Competition,Westland District Council Road Maintenance 2021-2024,21-22-01,20210719,20210820,20211028,,Sole Agency,No,,"This tender is for the supply of road network maintenance, road resurfacing and pavement marking for the Westland District Region. This is a 3yr + 2yr + 10month contract. The general scope is road and bridge maintenance with road resurfacing and pavement marking as subcontracted components.",Not Awarded,,0,20250410 Westland District Council,25256395,Request for Tenders,Open Competition,21-22-03 Hampden Street Watermains Upgrade,21-22-03,20211216,20220119,20220128,,Sole Agency,No,,"The supply and installation of approximately 775m of water main and associated fittings on Hampden Street from Sale Street to Revell St. Also the supply and installation of approximately 30m of water main and associated fittings across Hampden St on Bealey St.",Not Awarded,Project reissued for tender.,0,20250410 Westland District Council,26228587,Request for Tenders,Open Competition,22-23-02 Hokitika Z Line Wastewater Mains Upgrade,22-23-02,20220826,20220914,20220922,,Sole Agency,No,,"The replacement of approximately 120m of existing 150mm AC wastewater main, commonly known as the Z-Line from Park St to 182 Revell St (rear of the section), with 160mm NB MDPE pipe. Replacement will include installation of manholes and lateral connections. It should be noted that the majority of this work occurs in the back yards of adjacent private properties. Although WDC has easements over all areas in which work is to occur, the rights of the owners shall be respected at all times. Copies of property easements will be made available on request. There are also buildings such as a glass house, etc., built over these easements. These will be removed if required prior to the start of the project. The Contractor shall make all arrangements with the property owners to protect or remove all structures, facilities, surfaces and plantings on or adjacent to the easements in accordance with the conditions of the easements.",Awarded,,371318,20250410 Westland District Council,26484255,Request for Tenders,Open Competition,22-23-04 Davie St-Jollie St Stormwater Upgrade,WDC 22-23-04,20221017,20221109,20221122,,Sole Agency,No,,"The supply and installation of approximately 70m of 375mm Storm Boss to replace existing 300mm / 375mm concrete gravity storm water line from outside 150 Davie St to the rear of 153 Jollie St. Replacement will include installation of manholes and lateral connections. It should be noted that the majority of this work occurs in the areas of private properties. Although WDC has easements over all areas in which work is to occur, the rights of the owners shall be respected at all times. Copies of property easements will be made available on request. There is one large tree on the proposed pipe lay line. The contractor shall take all practical steps so as to minimise the disturbance of this tree and its root structure. The Contractor shall make all arrangements with the property owners to protect or remove all structures, facilities, surfaces and plantings on or adjacent to the easements in accordance with the conditions of the easements.",Awarded,,51059,20250410 Westland District Council,26781161,Request for Tenders,Open Competition,Haast-Jackson Bay Road Pavement Rehabilitation,WDC 22-23-10,20230109,20230210,20230428,,Sole Agency,No,Weld Street,Pavement rehabilitation and mild stabilisation of 1100m of Haast-Jackson Bay Road,Awarded,,0,20250410 Westland District Council,29690863,Request for Tenders,Closed Competition,Hokitika Racecourse - Tender IAF Trunk Road,,20240701,20240722,20240829,,Sole Agency,No,,"We are seeking tenders from suitably qualified contractors to deliver the Enabling Infrastructure Project (EIP) works at the former Hokitika Racecourse site. These works are funded by the Crown through the Infrastructure Acceleration Fund. The Enabling Infrastructure works should be designed to have the capacity and be capable of servicing approx. 110 new homes planned for the overall development, which will be delivered in phases. Preliminary designs of the EIP works are complete and included in the RFT documents along with preliminary Schedule of Quantities and Specification. These will form part of your Tender Response. The Enabling Infrastructure Projects consists of the following sub-projects 1. Transport Infrastructure Project (TP1) Main trunk road A and footpaths 2. Three Waters Drinking water services (TW1) - to the Housing Development and main trunk networking 3. Three Waters Stormwater services (TW2) - to the Housing Development and main trunk networking 4. Three Waters Wastewater services (TW3) - to the Housing Development and main trunk networking Detailed design will be completed by a Civil Engineer (Consultant) on behalf of Westland District Council. The Council and their consultant will work with the appointed contractor, through the design phase to ensure the approved IAF budget covers the EIP works. The consenting will be undertaken by Council and their consultants and occur during the detailed design phase.",Awarded,,0,20250410 Whakatane District Council,17363572,Request for Tenders,Open Competition,16-046 - Harbour Road Stormwater Upgrade,,20160405,20160422,20240410,,Sole Agency,No,,"The works are to upgrade the existing stormwater reticulation in Harbour Road/Eruini Street in Ohope. Briefly the works includes: Supply and installation of 8m of DN375 RCRRJ pipelines Supply and installation of 42m of DN450 RCRRJ pipelines; Supply and installation of 225m of DN600 RCRRJ pipelines; Supply and installation of manholes; Supply and installation of new high capacity cesspits; Supply and installation of an outlet headwall; Cross-connection of existing cesspits onto new stormwater pipeline; Reinstatement of affected surfaces; Reinstate the road carriageway to the satisfaction of the WDC Transportation Team;",Not Awarded,Withdrawn,0,20250410 Whakatane District Council,20568150,Request for Tenders,Open Competition,Whakatane Skatepark Extension,19-031,20181219,20190115,20200519,,Sole Agency,No,"Tender Box, Whakatane District Council, 14 Commerce Street, Whakatane or tenderbox@whakatane.govt.nz",This project has been put on hold and will be retendered in the near future,Awarded,,0,20250410 Whakatane District Council,20864488,Request for Tenders,Open Competition,Whakatane Skatepark Extension,19-031,20190321,20190416,20240412,,Sole Agency,No,"Tender Box, 14 Commerce Street, Whakatane or tenderbox@whakatane.govt.nz","Tenders are invited from suitably qualified Contractors for the works as described in this RFT document. The works are to extend the existing Whakatane Skatepark and create a space for active recreation for people of all ages and abilities.",Not Awarded,"No tenders received for the first round of tenders, however, was awarded with RFx 20568150.",0,20250410 Whakatane District Council,21132577,Request for Tenders,Open Competition,Earthquake Strengthening - Whakatane War Memorial Hall,19-043,20190611,20190705,20190920,,Sole Agency,No,"Tender Box, Whakatane District Council, 14 Commerce Street, Whakatane or tenderbox@whakatane.govt.nz","Tenders are invited from suitably qualified contractors for the seismic strengthening of two sections of the Whakatane War Memorial Hall to raise the % New Building Standard rating to 34%. The works are outlined in the Project Specification and Site Drawings attached to the contract documents and generally comprise of the following activities: New fly bracing to Sports Hall Portal frame rafters New link elements between Sports Hall southern end portal columns and Multipurpose Hall southern concrete frame/wall New Multipurpose Hall eastern end roof bracing system New Multipurpose Hall eastern end Beam X bracing system Replacement of existing Sports Hall lighting covers with Armstrong Metalworks Mesh It is of high importance that the Tenderers have the ability to stage works throughout the project so the complex can be available at minimum disruption for regular hall users.",Awarded,,0,20250410 Whakatane District Council,21183560,Request for Tenders,Open Competition,Cyclic Maintenance Contract 2019-2024,19-046,20190621,20190726,20190731,,Sole Agency,No,"Whakatane District Council Tender Box, 14 Commerce Street, Whakatane or tenderbox@whakatane.govt.nz","Tenders are invited from selected qualified Contractors for the works as described in this document. Tenders are invited to provide two (2) Cyclic Patrol Vehicles and crew, to carry out various cyclic maintenance activities within the Whakatane District Council boundaries. The work includes, but not limited to; ? Incident Response. ? Sealed Road maintenance. ? Unsealed road maintenance. ? Drainage maintenance. ? Structures maintenance. ? Environmental maintenance. ? Traffic Services maintenance. ? Cycle Path maintenance. ? Footpath maintenance.",Awarded,,0,20250410 Whakatane District Council,21198033,Request for Tenders,Open Competition,Procurement of Mowing Equipment,19-051,20190626,20190719,20190723,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitable supplier/s who can supply the range of products described in this RFT. Supplier/s must have a proven record of good supply, delivery, service and support. All equipment must be suitable for the mowing requirements of the Whakatane District Council.",Awarded,,0,20250410 Whakatane District Council,21267624,Request for Tenders,Open Competition,Rural Vegetation Control 2019-2022,20-003,20190715,20190809,20190912,,Sole Agency,No,"Whakatane District Council Tender Box, 14 Commerce Street, Whakatane or tenderbox@whakatane.govt.nz","Tenders are invited for the maintenance of roadside vegetation within the Whakatane District Council boundaries. The work includes; ? Mowing ? Rural Chemical Control ? Urban Chemical Control (Provisional) ? High Trimming ? Asset Protection ? Litter Removal (Rural) The Conditions of Contract shall be NZS 3917:2013. The contract works is for three (3) years from 1st September 2019 (or from the date of acceptance if later than 1st September 2019) to 31st August 2022. At the Principals discretion, there may be an opportunity to extend the contract for a further two (2) year extension.",Awarded,,0,20250410 Whakatane District Council,21369808,Request for Tenders,Open Competition,Signs Maintenance Contract 2019-2022,20-010,20190806,20190826,20190918,,Sole Agency,No,"Tender Box, Whakatane District Council, 14 Commerce Street or tenderbox@whakatane.govt.nz","Tenders are invited to provide an equipped vehicle and labour, to carry out traffic services maintenance activities within the Whakatane District Council boundaries. The work includes; ? Traffic Services maintenance & renewal (Signs, sight rails, edge marker posts). ? Materials Supply Management. ? Litter Removal (Rural). ? Drainage maintenance (Urban cesspits).",Awarded,,0,20250410 Whakatane District Council,21780918,Request for Tenders,Open Competition,Whakatane Aquatic Centre Solar Panels,20-021,20191014,20191115,20200716,,Sole Agency,No,tenderbox@whakatane.govt.nz,Tenders are invited from suitably qualified contractors to supply and install suitable solar panels at the Whakatane Aquatic Centre to help reduce the cost and increase the overall efficiency of heating of the outside pool by providing an alternative energy solution.,Awarded,,0,20250410 Whakatane District Council,21910783,Request for Proposals,Open Competition,Wainui Road Safety Improvements,20-028,20191108,20191206,20191218,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Whakatane District Council would like to commission a highly qualified design consultancy to prepare detailed designs and construction documentation for safety improvements along the Wainui Road corridor in Whakatanes District. The development of safety improvements will be a continuation of a Single Stage Business Case for State Highway 2 and Wainui Road, which was undertaken by the Safe Roads Alliance. The work undertaken is expected to provide well-evidenced, safe-system based solutions which directly address real safety issues experienced along the Wainui Road corridor, and which provide strong value for money outcomes. Council would also like to work closely with the selected consultant in understanding the issues and opportunities along the corridor, and in the development of designs.",Awarded,,0,20250410 Whakatane District Council,21939062,Request for Tenders,Open Competition,Taneatua and Waimana Water Metering Project 2019-20,20-030,20191114,20191204,20200309,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified Contractors to submit a proposal for the installation of water supply manifold and meter within the Taneatua and Waimana townships and outlying properties connected to the Taneatua and Waimana drinking water reticulation system. The works involve: ? Management and supervision of the works inclusive of Health and Safety, Quality, Traffic Management, programming and reporting and Social and Environmental requirements; ? Provide and deliver notification letters to residents, public relations and liaison; ? Removal of existing valves and boxes from domestic service connections. Supply and installation of approximately 300 new manifolds with manifold water meter, and in ground boxes; ? Removal of existing valves and boxes ? Logging of all new installs, photograph each site and upload into the WDC database via collector app.",Awarded,,0,20250410 Whakatane District Council,21954414,Request for Tenders,Open Competition,Earthquake Strengthening - Civic Centre,20-031,20191118,20191218,20200904,,Sole Agency,No,tenderbox@whakatane.govt.nz,"This project involves alterations and refurbishment to the existing 2 storey Whakatane District Council Administration Building at 14 Commerce Street, Whakatane. The existing building is constructed with a concrete slab ground floor and Double T concrete mid floor with concrete post and beam structure. Walls are timber framed with a trussed roof structure. The building is clad in fibre cement sheets and the roof is clad in profiled metal. The ground floor has an area of 1730 sqm and the first floor has an area of 1950 sqm as it overhangs the ground floor on most sides. The project involves the following work: ? Replacement of all suspended ceilings with new including new lighting. ? Installation of catcher brackets beneath each T to both sides of every concrete beam to mid floor structure ? Alterations to main entrance with new entrance canopy ? Alterations to public customers area. ? Installation of new HVAC system throughout both levels. ? Replacement of existing HVAC plant to council chambers wing on upper floor level. ? Installation of Siemens BMS to control all elements of the HVAC. ? Reconfiguration of internal layout to include new meeting rooms, focus rooms and offices. ? Complete reconfiguration and refurbishment of all toilet areas including associated plumbing and drainage work. ? Reconfiguration of existing sprinkler system to suit new layout and to bring it up to current standards. ? Replacement of fire alarm panel and devices. ? New power and data installation to suit new layout. ? New wall linings where required. ? New floor coverings ? Replacement of concertina doors with new operable walls to council chambers area. ? Replacement of roof void plant access walkway. The building will remain occupied during the construction. Construction will need to be staged. The customers services area will be relocated to an adjacent building along with the customers services staff throughout the construction period. The remainder of the staff will either be relocated to the adjacent building as well or to the council chambers area during the stage of work that affect their area of work. The proposed stages are as follows: 1. Ground floor North East Wing 2. Ground floor South West wing 3. Upper floor North East Wing 4. Council Chambers area 5. Customers services area can commence at start of Stage 1 and can continue until it is completed.",Awarded,,0,20250410 Whakatane District Council,22007436,Request for Tenders,Open Competition,Awatarariki Site Clean-up Stage 2,20-035,20191128,20191216,20200117,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified contractors for the relocation/demolition of buildings and full site clean-up at Awatarariki. Because the number of property owners taking up the managed retreat acquisition offers is uncertain, this project involves a staged approach with each stage being for a group of properties. Each group of properties includes the property owners who have entered into the process at that time. Note that a property owner has a right to withdraw from the process at any time up to signing an acquisition agreement. Commencement of works for each site will be upon settlement of the acquisition agreement for that property. Settlement dates are likely to vary depending on property owners particular circumstances. At the date of settlement, the approved contractor will assume responsibility for the site including site security, and will remain responsible for that site until the buildings on that site are removed The works are outlined in the Project Specification attached to the contract document and generally comprise of the following activities: Site Assessment, site management and site clean up Assessment of properties to identify suitability of building for relocation, presence of dangerous building products and site contaminations Costs of house removal, demolition, site clean-up and estimate value of the buildings either for relocation or salvage. Relocation or demolition of all buildings within the properties including glasshouses, fences, paths, driveways, mailboxes, clothes lines, swimming pools, ponds and septic tanks Full site-up including removal of floor slabs and foundations, backfill and levelling of the site, prior to demolition the disconnection and sealing and capping of all services including pumping out of septic tanks, public footpaths and grass berms to be reinstated/repaired No disposal of any building materials on site Provision of site fencing and security Photographic records taken prior to and throughout building removal/demolition and site clean-up.",Awarded,,0,20250410 Whakatane District Council,22301850,Request for Tenders,Open Competition,Watermains Renewal and Upgrade,20-023,20200214,20200309,20200602,,Sole Agency,No,,This tender is for the renewal and upgrade of Watermains within the Whakatane District as specified within this document,Awarded,,0,20250410 Whakatane District Council,22394162,Request for Tenders,Open Competition,Wastewater Pipeline Rehabilitation,20-044,20200303,20200320,20200424,,Sole Agency,No,tenderbox@whakatane.govt.nz,"The project consists of rehabilitation by trenchless methods of approximately 1225m of the 150mm diameter reinforced concrete, earthenware and Asbestos cement wastewater pipes located in Whakatane and Murupara townships. The project includes the full scope of work, including pipe cleaning jet-cleaning, and pre and post CCTV inspections of the work undertaken. The Contractor shall refurbish the pipelines by insertion of a suitable liner. The lateral connections shall also be refurbished by replacement with factory formed wye fittings or with suitable lateral junction repair systems involving proprietary liners extending from the main pipeline to about 1m up the lateral pipe. The following list of activities is provided as clarification of those activities that are the responsibility of the Contractor: Set-out ? Services location in the vicinity of proposed excavations (if required) and liaison as necessary with utility services providers. ? Liaising with, and/or notifying property owners regarding the work if they are to be impacted ? Corridor Access Request, work safety plans and traffic management plans as appropriate for each site ? Underground pipe location such as using CCTV in conjunction with above-ground tracking devices to locate required excavation sites (if required) ? Supply of pipeline, manhole and other incidental materials required to complete the works ? Flow control and diversion as required to maintain flow around the section of pipeline affected by the works ? Complete works Quality Assurance forms as appropriate ? Post construction CCTV of repaired and constructed pipelines ? Any other activities required in terms of the General Conditions of Contract. The contractor is required to confirm the location of all manholes. Those that cannot be accessed or opened should be brought to the attention of the Client who will then attempt to make that manhole accessible. When buried manholes are located, the contractor is required to mark the position of the manhole on the ground surface. The manhole will be raised by others.",Awarded,,0,20250410 Whakatane District Council,23204773,Request for Tenders,Open Competition,Wainui Road Safety Improvements Package 1,21-012,20200831,20200928,20201007,,Sole Agency,No,Email tenders to: tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified contractors for the construction of road safety improvements within the Whakatane District. The contract work is located on Wainui Road. The works are outlined on the drawings appended to the contract documents and generally comprise of the following activities: ? Confirming the final design levels final design co-ordinates and survey data will be supplied to the winning tenderer upon award of the Contract. ? Earthworks, including large bank cuts ? Kerb and Channel, surface water channels and other drainage works. ? Granular pavement construction and road widening ? First coat sealing (two coat chip seal). ? Guardrail Installation ? Gabion and MSE Retaining structures ? Reinstatement and installation of traffic services ? Rehabilitating disturbed areas.",Awarded,,0,20250410 Whakatane District Council,23265774,Request for Tenders,Open Competition,Barry Ave Stormwater Pumpstation - Design and Build,21-020,20200910,20201016,20201210,,Sole Agency,No,Email tenders to: tenderbox@whakatane.govt.nz,"Whakatane District Council (WDC) require a replacement of the current Barry Avenue Stormwater Pump Station, and invite experienced Design-Build Contractors or Contracting Teams to respond to this Request for Tender to undertake these works. The purpose of the Barry Avenue Stormwater Pump Station Upgrade project is to: 1. Design and build a replacement stormwater pump station with additional discharge capacity to convey stormwater to the Whakatane River, and 2. Installation of a filter collar around the existing discharge pipeline (to be reused) to manage seepage, and 3. Develop and execute a commissioning plan to commission the new pump station, whilst decommissioning the existing pump station, and 4. Demolition and remediation of the existing pump station and appurtenant features",Awarded,,0,20250410 Whakatane District Council,23279811,Request for Tenders,Open Competition,Wainui Road Safety Improvements Package 2,21-019,20200914,20201012,20201020,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified contractors for the construction of road safety improvements within the Whakatane District. The contract work is located on Wainui Road. The works are outlined on the drawings appended to the contract documents and generally comprise of the following activities: ? Confirming the final design levels final design co-ordinates and survey data will be supplied to the winning tenderer upon award of the Contract. ? Earthworks, including large bank cuts and benching ? Kerb and Channel, surface water channels and other drainage works. ? Granular pavement construction and road widening ? First coat sealing (two coat chip seal). ? Guardrail Installation ? Gabion and MSE Retaining structures ? Reinstatement and installation of traffic services ? Rehabilitating disturbed areas.",Awarded,,0,20250410 Whakatane District Council,23362519,Request for Tenders,Open Competition,Resurfacing Contract 2020-24,21-026,20200928,20201026,20201120,,Sole Agency,No,Email submissions to: tenderbox@whakatane.govt.nz,"Tenders are invited for pre-surfacing repairs, chip sealing and thin asphaltic surfacing for approximately 44km per year of various sections of local roads within the Whakatane District. The work includes; ? Assessment of sites for resurfacing ? Completion of resurfacing designs and reports ? Pre-Reseal Repairs ? Construction and maintenance of resurfacing treatments",Awarded,,0,20250410 Whakatane District Council,23426839,Request for Tenders,Open Competition,Street Sweeping Contract 2020-2023,21-018,20201008,20201029,20201109,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited to provide street sweeping services within the Whakatane District Council boundaries. The work includes; ? Street Sweeping. ? Cesspit / sump cleaning. ? Pre & post severe weather warning response. The Conditions of Contract shall be NZS 3917:2013. The contract works is for 3 years from 1st December 2020 (or from the date of acceptance if later than 1st December 2020) to 30th November 2023. At the Principals discretion, there may be an opportunity to extend the contract for a further 2 year extension (December 2023 November 2025).",Awarded,,0,20250410 Whakatane District Council,23486614,Request for Proposals,Open Competition,Unified Communications Solution,21-040,20201020,20201106,20201221,,Sole Agency,No,Email to: tenderbox@whakatane.govt.nz,"The purpose of this Request for Proposal (RFP) is to invite external companies to submit their proposals to WDC for the provision of a UC Solution along with an integrated CC solution. This RFP will determine the selection of one or more proposals for further negotiation and entry into a contract with the successful party. We require a proposed solution that: demonstrates a service partnership approach provisioning a high quality, reliable and cost effective solution that meets the needs of WDC; prices the total cost of ownership for any proposed solution i.e. take account of any required set up costs and equipment costs (including underlying communications technology like gateway, SIP Trunking and other necessary accessories); use innovation to deliver enhanced quality and range of service; enables changes in volumes to occur without pricing disincentives; and enhances account management services while minimising administration",Awarded,,0,20250410 Whakatane District Council,23653565,Request for Tenders,Open Competition,Awakeri Scout Den,21-042,20201119,20210226,20240412,,Sole Agency,No,Email to: tenderbox@whakatane.govt.nz,Tenders are invited from suitably qualified contractors for the construction of a Scout Den for the Awakeri Scouts. The 200m2 structure will be constructed on a site on the grounds of the Awakeri Primary School within the Whakatane District.,Not Awarded,"Two non-conforming tenders were received, and it was decided not to proceed with this tender at this stage.",0,20250410 Whakatane District Council,23807872,Request for Tenders,Open Competition,McAlister Street Watermain Renewal,21-045,20201222,20210129,20210414,,Sole Agency,No,Email to: tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified contractors for the works as described in the attached document. Below is the summary of the scope for this contract: ? Supply and installation of approximately 630m of DN280 PE100 SDR11 pipework. ? Supply and installation of approximately 70m of DN200 Ductile Iron PN20 (or SS316 SCH10) pipework. ? Supply and installation of approximately 210m of DN180 PE100 SDR11 pipework. ? Supply and installation of approximately 230m of DN125 PE100 SDR11 pipework. ? Supply and installation of short lengths of DN63 PE100 SDR11 pipework. ? Construction of pipework connections (tees, bends, valves, hydrants, thrust blocks). ? Construction of approximately 50 property connections. ? Pressure testing, flushing, chlorination, and commissioning of works. ? Decommissioning of existing valves, hydrants, and property connections.",Awarded,,0,20250410 Whakatane District Council,24079401,Request for Tenders,Open Competition,Bunyan Road East Wastewater Pumping Station,21-075,20210311,20210415,20210507,,Sole Agency,No,Email to: tenderbox@whakatane.govt.nz,"The purpose of this Request for Tender (RFT) is to invite contractors to submit a proposal for the construction of a new wastewater pump station (PS) in the Coastlands area of Whakatane. This pump station enables development of approximately 9 hectares of land (at and surrounding 59B Bunyan Road). The construction consists of the following aspects: ? The civil works for the installation of principal supplied items: An FRP (fibreglass) terminal manhole of 1.5m diameter and 3.9m depth complete with safety access cover. An FRP pump station wet well of 3.0m diameter and 4.9m depth complete with pumps, pipework and safety access cover. A green dome odour filter. ? Supply and installation of concrete valve chamber complete with valves. ? Supply and installation of flowmeter manholes. ? Supply and installation of interconnecting pipework and 255m long DN125 PE rising main. ? Associated earthworks, noting that the pump station ground levels are being raised by approximately 1.7 m. ? Design, fabrication and installation of a WDC approved electrical, control and telemetry system (by nominated electrical sub-contractor). ? Commissioning of the system.",Awarded,,0,20250410 Whakatane District Council,24192526,Request for Proposals,Open Competition,Valuation of Three Waters Assets 2021,21-088,20210412,20210503,20210513,,Sole Agency,No,Email to: tenderbox@whakatane.govt.nz,"Whakatane District Council is seeking a robust valuation of its Three Waters assets, together with an assessment of annual depreciation. We anticipate the following approach to the valuation process: Land - Stated at revalued amounts being fair value at date of valuation. Buildings and Structures - Buildings and structures to be valued at replacement cost and depreciated. Roadways and Bridges - Stated at their revalued amounts being fair value based on depreciated replacement cost as at the date of valuation less any subsequent accumulated depreciation. Fixed Plant - Stated at their revalued amounts being fair value based on depreciated replacement cost as at the date of valuation less any subsequent accumulated depreciation. Reticulation Assets - Reticulation assets, being the reticulation system and networks of water and drainage, to be stated at their revalued amounts being fair value based on depreciated replacement cost as at the date of valuation less any subsequent accumulated depreciation. Depreciation - Straight line. Asset lives - Nominated by Supplier in accordance with industry standards.",Awarded,,0,20250410 Whakatane District Council,25270033,Request for Tenders,Open Competition,Watermain Renewals Panel,22-007,20211220,20220128,20220307,,Sole Agency,No,tenderbox@whakatane.govt.nz,"This Request for Tender (RFT) is an invitation to suitably qualified suppliers to submit a tender to the Whakatane District Council (WDC) for watermain renewals over the 2022, 2023 and 2024 financial years. This work has an estimated total project value of $3.4M exc GST. The proposed Panel aims to simplify the normal open market tender method, requiring a single tender process to deliver three years of work. All Contractors that meet WDCs minimum requirements will be awarded a position on the Panel.",Awarded,,0,20250410 Whakatane District Council,25928814,Request for Tenders,Open Competition,Thornton Road Smith Curves Realignment,23-001,20220613,20220722,20220809,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified contractors for the reconstruction and realignment of Thornton Road between Smith Road and Walker Road. The works are outlined on the drawings appended to the contract documents and generally comprise of the following activities: Confirming the final design levels final design co-ordinates and survey data will be supplied to the winning tenderer upon award of the Contract. Earthworks, including cut and undercut to waste. Surface water channels and other drainage works. Granular pavement construction First coat sealing (two coat chip seal). Reinstatement and installation of traffic services rehabilitating disturbed areas. In addition to the above the Contract Works include: Preparing, implementing and managing the Contract Quality Plan according to the Project Specification. General requirements, programming and reporting according to Project Specification. Site safety, traffic management and environmental compliance activities according to Project Specification.",Awarded,,0,20250410 Whakatane District Council,26138153,Request for Tenders,Open Competition,Rural Vegetation Control 2022-2023,23-006,20220805,20220901,20220906,,Sole Agency,No,tenderbox@whakatane.govt.nz,,Awarded,,0,20250410 Whakatane District Council,26331817,Request for Tenders,Open Competition,Unsealed Road Maintenance 2022-23,23-015,20220913,20221011,20221028,,Sole Agency,No,tenderbox@whakatane.govt.nz,,Awarded,,0,20250410 Whakatane District Council,26377755,Request for Proposals,Open Competition,23-018 Open Spaces Strategy,23-018,20220923,20221021,20221115,,Sole Agency,No,tenderbox@whakatane.govt.nz,"We are seeking a supplier who can progress the development of an Open Spaces Strategy for the District. A framework for planning, management, and development of the 1,440 hectares of Council-owned open space over the next 15 years is required, to respond to evolving community needs and growth, and to support decision making and strategic investment, particularly for the acquisition and divestment of open space. A tender is also being advertised for the redevelopment of the Whakatane War Memorial Hall (WWMH) and master planning for the recreation precinct at Rex Morpeth Park and Rugby Park, the work for which will be undertaken simultaneously. The Open Spaces Strategy will provide a framework to facilitate decision making in relation to the WWMH and recreation precinct project.",Awarded,,0,20250410 Whakatane District Council,26378142,Request for Proposals,Open Competition,23-019 Whakatane War Memorial Hall & Master Planning,23-019,20220923,20221021,20221115,,Sole Agency,No,tenderbox@whakatane.govt.nz,"We are seeking a supplier who can progress a detailed options analysis for the redevelopment of a key strategic multipurpose facility, alongside the master planning of the adjoining recreation precinct. The Whakatane War Memorial Hall (WWMH) requires upgrade and maintenance investment in response to modern challenges. The WWMH redevelopment is being considered within the wider context of master planning the long term strategy for the 17 hectares of recreation precinct at Rex Morpeth Park and Rugby Park. A tender is also being advertised for the development of an Open Spaces Strategy, the work for which will be undertaken simultaneously, and the Open Spaces Strategy will provide a framework to facilitate decision making in relation to the WWMH and recreation precinct project.",Awarded,,0,20250410 Whakatane District Council,26708278,Request for Tenders,Open Competition,23-016 33 Metre Pool Water Treatment and Circulation System,23-016,20221208,20230130,20230317,,Sole Agency,No,tenderbox@whakatane.govt.nz,,Awarded,,0,20250410 Whakatane District Council,27542495,Request for Tenders,Closed Competition,23-046 Mimiha Bridge Replacement,WDC 23-046,20230614,20230626,20230717,,All of Government,No,,,Awarded,,0,20250410 Whakatane District Council,27720725,Request for Tenders,Open Competition,SP 24-003 Landing Road Roundabout Reconstruction,WDC 24-003,20230717,20230810,20230825,,Sole Agency,No,tenderbox@whakatane.govt.nz,,Awarded,,0,20250410 Whakatane District Council,27866381,Request for Tenders,Open Competition,WDC SP 24-006 Peace Street Improvements & Apanui Linear Park,WDC SP 24-006,20230810,20230911,20230921,,Sole Agency,No,,"Tenders are invited from suitably qualified contractors for the construction and maintenance of temporary road pavements, earthworks including subgrade improvement, rigid pavement construction, concrete kerb and drainage works, and footpath construction.",Awarded,,0,20250410 Whakatane District Council,27882341,Request for Tenders,Open Competition,24-012 - CCTV Capital Project,WDC 24-012,20230814,20230914,20231024,,Sole Agency,No,tenderbox@whakatane.govt.nz,"This RFP is issued by Whakatane District Council, referred to below as the Buyer or we or us. The Objectives for this project are to Supply and install CCTV Cameras within the District to augment the present coverage The Whakatane District Council wish to use this opportunity to deliver & commission : 11 CCTV Upgrades (replacements) for existing cameras at end of service life, 7 off in Whakatane and 4 off in Murupara 12 new Critical CCTV ANPR (automatic number plate recognition) Cameras, 2 in Taneatua, 3 in Rangitaiki, 3 in Murupara and 4 in Whakatane / Ohope. 21 new High priority CCTV Cameras, 1 in Murupara, 3 in Taneatua, 8 in Rangitaiki and 9 in the Whakatane / Ohope area. 1 new Mobile Camera for deployment as per NZ Police operational requirements Appropriate communications and power to support the solution and network connectivity.",Awarded,,0,20250410 Whakatane District Council,27910727,Request for Tenders,Open Competition,WDC 24-013 Whakatane District CCTV Monitoring,24-013,20230817,20230914,20231004,,Sole Agency,No,tenderbox@whakatane.govt.nz,"The Objectives for this project are to provide a 24/7 CCTV monitoring service for contract for Whakatane District Council. The Whakatane District Council wish to use this opportunity to implement: 24/7 monitoring of Whakatane District Councils CCTV network Assuming there will be approximately 54 CCTVs monitored actively concurrently 3 year monitoring contract Whakatane District Council currently has 38 CCTV cameras in place and the network is being expanded with an additional 33 cameras, bringing the total number of CCTV cameras up to 71.",Awarded,,0,20250410 Whakatane District Council,27934918,Request for Tenders,Open Competition,WDC 23-008 Road Marking 2023,23-008,20230822,20230915,20230925,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified Contractors for the works as described in this document. Tenders are invited for road marking and raised pavement marker maintenance within the Whakatane District Council boundaries. The work includes; Road Marking Raised Pavement Marker maintenance Permanent Road Marking Removal The Conditions of Contract shall be NZS 3917:2013. The contract works is for initially ONE season from 1st October 2023 (or from the date of acceptance if later than 1st October) to 31st March 2024. At the Principals discretion, there may be an opportunity to extend the contract for a further 4x (1+1+1+1) annual seasons (Sept 2024 March 2025; Sept 2025 March 2026, Sept 2026 March 2027, Sept 2027 March 2028). Tender documents will be available for downloading from the GETS website, www.gets.govt.nz, from Monday 21st August 2023. No on-site meeting is proposed. Tenderers are to inform themselves as per clause 103 Conditions of Tendering NZS 3917:2013.",Awarded,,0,20250410 Whakatane District Council,27962220,Request for Tenders,Open Competition,23-031 Otumahi Reservoir & Associated Earthworks,WDC 23-031,20230825,20231019,20231116,,Sole Agency,No,tenderbox@whakatane.govt.nz,"This procurement relates to the delivery of specialist services to suitably qualified Respondents to submit an offer for the Stage 1 portion of the early contractor involvement-design-build service for the Otumahi Reservoir Construction and Associated Earthworks project. The site of the works is at 123 Paul Road, Te Teko. A 250 m long access road is an approximately 500 square metre pad at the reservoir site have been formed. For Stage 1: A clear outline of a costed design and build project, including methodology and programme for Council then to decide whether this is satisfactory for Stage 2-the construction phase. For Stage 2: A refined design followed by completed construction of a reservoir within the costed design and programme.",Awarded,,0,20250410 Whakatane District Council,28108606,Request for Tenders,Open Competition,24-016 Operation of Keepa Road Greenwaste Composting Facility,24-016,20230915,20231027,20231115,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Councils Keepa Road Greenwaste Composting Facility receives approximately 5,000 tonnes of greenwaste per annum from kerbside and transfer station collections. This purpose-built site uses open windrow composting methodology to produce a high-quality compost. We are seeking an operator for the site who can: Receive the greenwaste delivered by councils contractors; Ensure the site is kept tidy and organised; Undertake composting operations in accordance with the Operational Management Plan (OMP) and NZS4454-2005 Standard for Composts, Soil Conditioners and Mulches; Undertake operations in accordance with associated resource and land-use consents; Market the resulting compost; Work with council and waste collection contractors to optimise operations; Implement Health and Safety practices that comply with all relevant legislation and best practice.",Awarded,,0,20250410 Whakatane District Council,28317659,Request for Tenders,Open Competition,24-032 Ferry Road Wastewater Pump Station,,20231019,20231208,20240220,,Sole Agency,No,tenderbox@whakatane.govt.nz,"This is an exciting opportunity to work with WDC on a key piece of infrastructure, delivering a high-quality project to increase the resilience of the Ferry Road wastewater catchment and eliminate safety issues associated with the existing sewer station.",Awarded,,0,20250410 Whakatane District Council,28318228,Request for Tenders,Open Competition,23-037 Whakatane District Sewer Relining 2023-24,23-037,20231020,20231116,20231127,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Whakatane District Council propose to have aged sewer pipes in Edgecumbe and Murupara townships relined in the current 2023-24 financial year. SCOPE OF THE PROJECT: The locations and descriptions of the individual sections of sewer pipe to be relined are shown in Appendix A: C23-037 WDC Sewer Relining 2023-24-Price Schedule. These are also recorded in ReticManager online for Whakatane District Council -Project Name- 2023-24 Renewal relining works. In summary, there are approximately 3770 metres of gravity and 385 metres of rising main to be relined in this project. This comprises approximately 1097 meters of gravity main in Murupara at 14 sections of the reticulation and 2673 meters of gravity main in Edgecumbe at 46 sections. The rising main sections are located at 4 sites within Edgecumbe.",Awarded,,0,20250410 Whakatane District Council,28450508,Request for Tenders,Open Competition,24-039 Hinemoa Stormwater Pump Station Upgrade,24-039,20231113,20240112,20240415,,Sole Agency,No,tenderbox@whakatane.govt.nz,"WDC is inviting requests for proposals to construct a new stormwater pump station located in the Hinemoa Stream between 109 Landing Road and James Street School. The new Hinemoa Stormwater pump station will be critical for the protection of homes and businesses in the western part of Whakatane during intense storm events. stormwater is collected and pumped (via the existing Hinemoa Pump station) to the Whakatane River from the Hinemoa Stream. The existing pump stations location is unsuitable for the required upgrades to increase pumping capacity due to its size, site location and this location being required for future roading upgrades. The new Hinemoa pump station will be largely constructed in the stream bed giving a low profile with discharge pipework running under the property at 109 Landing Road through an easement to discharge over the existing stop bank into the Whakatane River. The new station will replace the existing stormwater station located adjacent to the Hinemoa Bridge which is to be decommissioned and removed as part of this contract. The project also includes stormwater reticulation along Henderson Street and Armstrong Avenue to address localised flooding during heavy rainfall events.",Not Awarded,"Close off day extended, with RFx 28696554 being created and linked to this RFx.",0,20250410 Whakatane District Council,28696554,Request for Tenders,Open Competition,24-039 Hinemoa Stormwater Pump Station Upgrade version #02,24-039,20240116,20240223,20240322,,Sole Agency,No,,"WDC is inviting requests for proposals to construct a new stormwater pump station located in the Hinemoa Stream between 109 Landing Road and James Street School. The new Hinemoa Stormwater pump station will be critical for the protection of homes and businesses in the western part of Whakatane during intense storm events. stormwater is collected and pumped (via the existing Hinemoa Pump station) to the Whakatane River from the Hinemoa Stream. The existing pump stations location is unsuitable for the required upgrades to increase pumping capacity due to its size, site location and this location being required for future roading upgrades. The new Hinemoa pump station will be largely constructed in the stream bed giving a low profile with discharge pipework running under the property at 109 Landing Road through an easement to discharge over the existing stop bank into the Whakatane River. The new station will replace the existing stormwater station located adjacent to the Hinemoa Bridge which is to be decommissioned and removed as part of this contract. The project also includes stormwater reticulation along Henderson Street and Armstrong Avenue to address localised flooding during heavy rainfall events.",Awarded,,0,20250410 Whakatane District Council,29471399,Request for Tenders,Open Competition,Cyclic Maintenance Contract 2024-27,WDC-24-081,20240524,20240709,20240806,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from selected qualified Contractors for the works as described in this document. Tenders are invited to provide two (2) Cyclic Patrol Vehicles and crew, to carry out various cyclic maintenance activities within the Whakatane District Council boundaries. The work includes, but not limited to; Incident Response. Sealed Road maintenance. Unsealed road maintenance. Drainage maintenance. Structures maintenance. Environmental maintenance. Traffic Services maintenance. Cycle Path maintenance. Footpath maintenance. The Conditions of Contract shall be NZS 3917:2013. The contract works is for three (3) years from 1st October 2024 (or from the date of acceptance if later than 1st October 2024) to 30 th September 2027. Based on the contract performance, there will be an opportunity to extend the contract for a further two (2) year extension. No on-site meeting is proposed. Tenderers are to inform themselves as per clause 103 Conditions of Tendering NZS 3917:2013.",Awarded,,0,20250410 Whakatane District Council,30035637,Request for Tenders,Open Competition,PAVEMENT REHABILITATION WEST BANK ROAD NORTH AND WEST BANK ROAD SOUTH,WDC-25-010,20240826,20240926,20241007,,Sole Agency,No,tenderbox@whakatane.govt.nz,"Tenders are invited from suitably qualified contractors for the pavement rehabilitation works associated with two (2) sites on West Bank Road in Whakatane. The works are outlined on the drawings appended to the contract documents and generally comprise of the following activities: ? Confirming the final design levels final design co-ordinates and survey data will be supplied to the winning tenderer upon award of the Contract. ? Earthworks, including cut and undercut to waste. ? Surface water channels and associated drainage works. ? Granular pavement construction. ? First coat sealing (two coat chip seal). ? Reinstating traffic services and rehabilitating disturbed areas. In addition to the above, the Contract Works include: ? Preparing, implementing and managing the Contract Quality Plan according to the Project Specification. ? General requirements, programming and reporting according to Project Specification. ? Site safety, traffic management and environmental compliance activities according to Project Specification.",Awarded,,0,20250410 Whakatane District Council,30406936,Request for Proposals,Open Competition,WDC-25-060 OTUMAHI RESERVOIR PIPELINES CONSTRUCTION,WDC-25-060,20241015,20241119,20241202,,Sole Agency,No,,"This is an exciting opportunity to work with WDC on a key piece of infrastructure, delivering a high-quality project to provide resilience to the Otumahi Water Supply Network, and enable future upgrades. Whakatane District Council is inviting requests for proposals to construct new pipelines between the Otumahi Water Treatment Plant (WTP) and the Otumahi Reservoir. The Otumahi Reservoir is currently being constructed, due for completion in early 2025. This project intends to construct the interconnecting pipelines required to connect the Reservoir to the reticulation network.",Awarded,,0,20250410 Whanganui District Council,29723751,Request for Quotations,Open Competition,Condition Assessments - Above Ground Assets,2075,20240705,20240726,20240906,,Sole Agency,No,,Whanganui District Council are seeking suitable suppliers to provide condition assessments for a number of buildings within its portfolio to inform a newly created AMIS.,Awarded,,0,20250410 Whanganui District Council,29745112,Request for Tenders,Open Competition,Contract 2069 - City Shrubs and Annual Bed Maintenance,2069,20240710,20240731,20240826,,Sole Agency,No,,Whanganui DIstrict Council wishes to engage an experienced contractor with a strong focus on efficient and effective delivery and presentation for horticultural maintenance activities. The contract is predominately for garden and lawn maintenance services on city streetscapes.,Awarded,,0,20250410 Whanganui District Council,29986862,Request for Quotations,Open Competition,Cooks Gardens Track Repair,2079,20240814,20240827,20240918,,Sole Agency,No,,Whanganui District Council seeks to engage a suitable supplier for the re-texturisation of the existing sports surface and prepare all measures for re-certification.,Awarded,,0,20250410 Whanganui District Council,30036260,Request for Quotations,Open Competition,Contractor to replace retaining wall at Liverpool Street Whanganui,,20240826,20240919,20240919,,Sole Agency,No,tonyo@bplgroup.co.nz,"We are looking to engage a suitable, competent contractor to install a 29m long, driven steel retaining wall with timber infills and a balustrade fence separating a commercial property and a private dwelling.",Awarded,,0,20250410 Whanganui District Council,30274952,Request for Proposals,Closed Competition,Rapanui Road Water Supply Upgrade,2080,20240926,20241018,20241111,,Sole Agency,No,,"Whanganui District Council is looking for a capable contractor to undertake the upgrade of 400m of 32mm PE main and 160m of 125mm PE, ensuring continuous water supply for surrounding residents.",Awarded,,0,20250410 Whanganui District Council,30422963,Request for Proposals,Open Competition,"Whanganui District - Retail, Commercial & Industrial Market Economic Assessment",2096,20241016,20241115,20241220,,Sole Agency,No,,"Whanganui District Council is seeking a suitable supplier with a proven track record to provide a retail, commercial and industrial market economic assessment which will be used to inform and support the development of a spatial plan and review of the Whanganui District.",Awarded,,0,20250410 Whanganui District Council,30442895,Request for Proposals,Closed Competition,Reservoir Water Supply Upgrade,2081,20241023,20241115,20241209,,Sole Agency,No,,Whanganui District Council is seeking a suitable supplier to install 200 metres of 450mm PE main to provide better water supply and resilience.,Awarded,,0,20250410 Whanganui District Council,30818232,Request for Tenders,Closed Competition,Somme Parade Water and Gas Supply Renewal,2082,20241212,20250123,20250317,,Sole Agency,No,,"We are looking for a contractor to replace 205 metres of 150mm SR water main with DN180 PE. At the same time, Gasnet will replace 240 metres of DN150 gas main, sharing the same trench with the water main along Somme Parade from Brunswick Street to Field Street using open-cut methodology.",Awarded,,0,20250410 Whanganui District Health Board,22067339,Request for Proposals,Open Competition,Opportunity to supply Facilities Maintenance and Hotel Services for MidCentral and/or Whanganui District Health Boards,MDHB #12440,20191210,20200309,20201125,,Cluster,No,,"Whanganui and MidCentral District Health Boards (the DHBs) have released on the Government Electronic Tender Service (GETS), a request for proposals (RFP) for the supply of a range of facilities maintenance and hotel services to be delivered to one or both DHBs. The RFP was released by MidCentral DHB on 9 December 2019 and can be accessed using the GETS reference # 22065590. For full access to tender documents and to tender a response, please refer to this notice. Our requirements: The DHBs require a range of Facilities Maintenance Services and Hotel Services, commonly referred to as Hard FM and Soft FM services (respectively). The services will be delivered for both DHBs. The scope of the services included in the RFP (the FM Services) is: Building Management Services Utilities Management Services Waste Management Services Grounds and Gardens Maintenance Services Pest Control Services Fleet Management and Transport Services Cleaning Services Security Services Orderly Services Food Services and Meals on Wheels Services Retail Food Services Each service delivery proposal must also include Help Desk Services in respect of the service or services proposed to be delivered. Each service line is described in more detail in the Services Specifications provided with the RFP. The DHBs will seek responses from interested suppliers able to deliver any or all of the FM Services to one or both DHBs. Further information: Please access the RFP using GETS reference # 22065590. If you have any queries about this notice, please contact Emily Green at Tenders@midcentraldhb.govt.nz.",Not Awarded,Awarded to Ventia and Compass Group,0,20250410 Whanganui District Health Board,22616706,Request for Proposals,Open Competition,Digital Image Capture Devices for Dental Services,,20200506,20200629,20201218,,Sole Agency,No,,"Whanganui District Health Boards (DHB) Oral Health Service is seeking to upgrade its current radiography technology by implementing a digital solution to capture intra-oral images. All oral health services are to receive the digital solution; across community and hospital settings. This will require purchasing a total of 13 image capturing devices with the associated ongoing maintenance, consumables and software that is compatible with Whanganui DHB Information System requirements.",Awarded,,0,20250410 Whanganui District Health Board,23789586,Request for Tenders,Open Competition,Construction Refurbishment Project (Te Whare Toi - Training centre),,20201217,20210204,20210324,,Sole Agency,No,,"Whanganui District Health Board (DHB) has commissioned a design, and has building consent, to refurbish its old theatre suite to create a modern, fit-for-purpose education centre and clinical training facility. In addition to the upgrade and re-configuration, the works include compliance works to improve the safety of staff and visitors WDHB is looking for a suitably qualified and experienced main contractor to deliver on the refurbishment of an existing building on the Whanganui Hospital Campus site. Whanganui DHB invites tenders for the provision of alteration work of the old theatre suite at Whanganui Hospital. The successful tenderer will be the head contractor and will be expected to manage all subcontractors for the refurbishment project. The scope of work includes painting, flooring, electrical and data infrastructure, lighting, and some plumbing and construction works.",Awarded,This contract has been awarded to W&W Construction 2010 Limited -17th March 2021,0,20250410 Whanganui District Health Board,24147345,Request for Tenders,Open Competition,Gate2 Roadway Remediation - WDHB,,20210330,20210504,20210810,,Sole Agency,No,,"The road surface of the Gate 2 roadway on the WDHB campus has degraded and requires remediation work to be carried out. WDHB requires a suitably qualified civil engineering main contractor to carry out the roadway remediation work including: Road widening and associated demolition Removal and replacement of lamp posts Tree removal New driveway substrate and paving works New kerbs and dish channels",Not Awarded,The contract has been awarded to Cashmore Contracting Ltd,0,20250410 Whanganui District Health Board,24243522,Request for Proposals,Open Competition,ENT Surgical Microscope,,20210427,20210524,20210714,,Sole Agency,No,,"Whanganui District Health Board's (DHB) Theatre Services seeks to upgrade its current ENT Surgical Microscope as it is past its life span. The Whanganui Otolaryngology (ENT) department provides generalist ENT services, with a significant bulk of the otology service relating to ears. Therefore the ENT microscope is an essential piece of Equipment in Theatre Services, used to perform various ear procedures. Such as grommets, eardrum evaluation, and repair, hearing bone procedures, mastoid procedures, and micro laryngeal procedures. The WDHB seeks an innovative solution that meets the $150k budget to align with services' needs. We invite proposals through GETS by 5 pm 24th May 2021.",Awarded,The purchase has been awarded to Carl Zeiss,0,20250410 Whanganui District Health Board,24288773,Request for Quotations,Open Competition,Laparoscopic Surgical Towers (RFQ),,20210510,20210608,20210714,,Sole Agency,No,,"Whanganui District Health Board (WDHB) is an essential provider of Theatre services to the Whanganui community. WDHB Theatre Service seeks to upgrade its Laparoscopic Surgical Towers as the existing equipment is at the end of its life expectancy. The Laparoscopic Surgical Towers are an essential piece of machinery and used for multiple specialties and crucial to promoting high-quality care for patients. Suppliers are invited to provide a proposal and quotation for one Laparoscopic Surgical Tower to meet our clinical and equipment requirements. It is a necessity for the equipment to integrate within the Olympus system already running at the WDHB. Proposals and quotations are required by the 7th June 2021 Please direct all questions through GETS, and we look forward to receiving supplier presentations.",Awarded,The purchase has been awarded to Olympus,0,20250410 Whanganui District Health Board,24545715,Request for Proposals,Open Competition,The provision of Orthotic Services for the WDHB,,20210714,20210903,20220214,,Sole Agency,No,Please email Tanya.Richardson@wdhb.org.nz,"Whanganui District Health Board (DHB) is seeking orthotics services that meet the needs of the Whanganui DHB population. It encompasses a fully funded, outsourced Orthotic Service involving assessment, planning, customisation, and fabrication of orthotic devices, including surgical footwear, that requires an orthotists assessment, prescription, and fitting. The procurement has been allocated to three distinct categories: Category A To procure a supplier/s to provide orthotic services within outpatient clinical settings, in-reach inpatient assessments as and when required. Category B - To provide clinical advice for off-the-shelf, customised, and fabricated orthotic products and devices that are purchased and supplied by the Whanganui DHB. Category C - To procure footwear that requires an orthotists assessment, prescription, and fitting, such footwear may require customisation or fabrication. Services will be aligned with the requirements of the Ministry of Health (MOH) Tier 1 Community, Transitional and Support Services, and Tier 2 Orthotic Services. Details are provided within the Request for Proposal (RFP), and the Whanganui DHB is seeking innovative solutions and encourages suppliers of these services to provide proposals. Please note all questions need to come through GETS",Not Awarded,,0,20250410 Whanganui District Health Board,25130845,Request for Tenders,Open Competition,Te Kopae Roof Replacement,,20211119,20220117,20220225,,Sole Agency,No,,"The Whanganui District Health Board is inviting tenders from suitably qualified and experienced main contractors to deliver a reroofing project at the Whanganui Hospital campus. The roof to Te Kopae (the Community Mental Health & Addiction services building on the Whanganui Hospital campus) needs to be replaced. The existing fiber cement roofing and soffit lining contain asbestos and will require specialist containment and removal. The successful Respondent will be the head contractor and will be expected to manage all subcontractors for the reroofing project. The purpose of this Request for Tender (RFT) is to obtain sufficiently detailed information from potential suppliers about their respective organisation's ability to start and complete the Contract Works within the agreed timeline. It is critical the successful Respondents approach to project delivery includes the safe removal and disposal of asbestos and ensures the ongoing operation of hospital services throughout the project works. Please note; All technical questions relating to the Tender need to be submitted via GETS",Awarded,W&W Construction Limited has been awarded the contract for reroofing the Te Kopae building.,0,20250410 Whanganui District Health Board,25454163,Request for Proposals,Open Competition,Whanganui DHB - Construction Works & Services for a Preferred Contractor,,20220223,20220322,20220404,,Sole Agency,No,Procurement@wdhb.org.nz,"Whanganui DHB (WDHB) is looking to identify and appoint (up to) two preferred suppliers that are suitably experienced and skilled building contractors that have the capability, capacity, and relevant experience to deliver construction projects up to $2M in value (excl. GST). The preferred supplier/s will support WDHBs delivery of its programme of works, which anticipates a number of significant construction projects within the next 3 years. In awarding the tender to a supplier, Whanganui DHB intends to achieve: a) Optimum value consistent with Whanganui District Health Boards vision of He Hapori Ora Thriving Communities. b) Supports WDHB to achieve broader outcomes and best public value. c) Contracting a contractor who can complete the works within the required timeframes. This is a fantastic opportunity for building contractors in the region who are experienced and committed to providing services that will benefit the Whanganui community and support greater health outcomes for our people.",Awarded,"The contract has been awarded to two suppliers, W & W Construction 2010 Ltd & Hardy Construction Limited",0,20250410 Whanganui District Health Board,25924340,Request for Quotations,Open Competition,Replacement of four lifts at the Whanganui hospital,,20220610,20220627,20230227,,Sole Agency,No,,"This procurement relates to the purchase of four new lift systems to be installed in the Wanganui Hospital building at 100 Heads Rd, Whanganui",Awarded,"The procurement evaluation was completed in June 2022, and the contract was finalised in February 2023. Broader outcomes involving environmental sustainability were evaluated in the procurement. Kone Elevators was awarded the contract.",940000,20250410 Whanganui District Health Board,26361197,Request for Quotations,Open Competition,Replacement of Taihape Health Centre Coal Boiler with Biomass Pellet Boiler,,20220920,20221017,20221130,,Sole Agency,No,,"The Taihape Health Centre, a campus of Te Whatu Ora in the Whanganui district, has two coal boilers which generate hot water for use in space heating and domestic hot water heating. Burning approximately 118 tonnes per year, these coal boilers must be replaced with a low carbon heating system as a part of the Carbon Neutral Government Programme. In a Feasibility study completed by EECA, it is recommended that the existing coal boilers at this site be replaced with new biomass wood pellet boilers.",Awarded,The contract was awarded to Apricus (Finite Planet Ltd),0,20250410 Whanganui Port,27160905,Request for Proposals,Open Competition,Test,,20230403,20230404,20231031,,Sole Agency,No,,testing,Not Awarded,,0,20250410 Whanganui Port,27234167,Request for Proposals,Closed Competition,Whanganui Port - Te Puwaha Port Project Works Stage One,WPLP02_23,20230413,20230601,20230802,,Sole Agency,No,n/a,"This RFP follows the Invitation to Participate (ITP) which was the first stage of our procurement process completed in February and March 2023. You are receiving this RFP invitation as your company has been shortlisted through that process. Whanganui Port is requesting proposals for the Stage One Port Revitalisation works, which includes the civil construction of a number of components which we are packaging into separable portions of works.",Awarded,,0,20250410 Whangarei District Council,3872498,Request for Tenders,Open Competition,City Safe Community Officers Whangarei CBD - CON14027,CON14027,20140829,20140926,20190801,,Sole Agency,No,None as per tender Documents,"Whangarei District Council in conjunction with City Safe, the Police and other community agencies operate 2 Community Officers around the the City CBD. Their principal role is to engage with the local community and manage the behavoiur in a set area during normal and some weekend hours. The Officers are charged with enforcing a number of By- laws which assist in maintaing a safe environment for the locals who frequent the area. The service has been operating very successfully for 3 years and the current contract is due to expire in early February 2015. Council are looking to engage an agency who has the correct security credentials to enforce the neccessary by laws, a good identity in the local community, good relations with the Police local retailers and the like and the desire to assist in the promotion of a safe environment for all in the CBD",Awarded,,0,20250410 Whangarei District Council,4920137,Request for Proposals,Open Competition,Provision of Toilet/ Building Supplies,CON 14023,20140930,20141107,20190801,,Sole Agency,No,,This tender is for the supply and maintenance of all Council toilet and other accessories such as mats overalls and linen. It also covers supply to our public toilets of equipment,Awarded,,0,20250410 Whangarei District Council,7888805,Request for Proposals,Open Competition,Provision of interactive whiteboards and video conferencing equipment,CON14009,20150109,20150213,20190801,,Sole Agency,No,,,Awarded,,0,20250410 Whangarei District Council,8097736,Request for Tenders,Open Competition,Refurbishment of Public Toilets at the Whangarei Town Basin,CON14064,20150116,20150213,20190801,,Sole Agency,No,,"These two toilet blocks are old and require substantial refurbishment. They are located at the Town Basin and are in two separate blocks at each end of the complex. Once refurbishment is started Council seek to minimise disruption to the public so the project will need to be well run to minimise that impact. Council is very aware of its impact on the public so will be need the successful respondent to assist and manage that impact while building work is underway Company's or individuals wishing to respond need to register their intention to respond by returning the declaration contained within the attached documents. Council will not accept emailed or verbal requests for documents to be sent direct . RFT documents are attached",Awarded,,0,20250410 Whangarei District Council,11121012,Request for Tenders,Open Competition,Building Warrant of Fitness Management CON15025,CON15025,20150420,20150515,20190801,,Sole Agency,No,"Customer Services, Forum North, 5 Rust ave , Whangarei","The contract is designed to keep a group of up to 37 buildings certified correctly at all times. The selected supplier will need to work with existing Council suppliers, be IQP qualified and ensure any subcontractors used are as well. Documentation will always be required to comply with the Building Act and any other legislation which may apply. The contract process is already in place and is working well and is now required to be retendered as it will expire shortly.",Awarded,,0,20250410 Whangarei District Council,18806545,Request for Proposals,Open Competition,First Encounters 250 Events Consultant Review,CON17023,20170704,20170713,20190801,,Sole Agency,No,"Forum North, 7 Rust Avenue, Whangarei","In 2019 it will be 250 years since Captain James Cook arrived in NZ. Planning is underway by a number of Trusts throughout the country which have been established for the purpose of commemorating the anniversary with bicultural events and legacy creation. Te Au Marie 1769 Sestercentennial Charitable Trust (TAMSCT) is based in the Bay of Islands and has been established to commemorate the first historic meetings of Maori and Europeans in the Northland area. TAMSCT has drawn up a schedule of events and legacy creation plans for the Northland region to commemorate this anniversary in consultation with the Ministry of Culture and Heritage (MCH), the Department of Conservation (DoC), local community organisations and businesses. The Far North District Council (FNDC), Whangarei District Council (WDC) and Northland Regional Council (NRC) view the celebrations as important to the region, especially given Northland is one of only four regions with a significant role. In addition, this is part of National commemorations, and is a Tier 1 Anniversary (as defined by MCH), which is expected to attract Central Government financial support. Northland councils consider this anniversary an opportunity for their staff to work together with TAMSCT to deliver a Tai Tokerau provincial programme of events. There are a number of events planned in Northland between January 2018 and early 2020, with a focus around a flotilla visit which it is hoped will include a replica of Cooks Endeavour, waka hourua and Navy ships. The result of this procurement process is intended to allow TAMSCT and Councils to gather information which will facilitate working together to achieve the best result for Northland.",Awarded,,0,20250410 Whangarei District Council,19594573,Request for Proposals,Open Competition,Building Warrant of Fitness Management RFP,CON18003,20180405,20180510,20190801,,Sole Agency,No,,"Whangarei District Council (WDC) are reviewing the provision of Building Warrant of Fitness (BWOF) services for Council owned buildings. The current Contract expires 31 May 2018. The successful supplier will be required to be operational from June 1 2018. This Request for Proposal (RFP) will be the formal phase in this review. At the end of the RFP stage WDC will select a preferred supplier to enter detailed discussion with in regards to: ? roles and responsibilities ? service levels and key performance indicators ? pricing matrix ? contract in the event that WDC and the preferred supplier cannot agree the terms of the contract, WDC reserve the right to enter into discussions with a third party. Summary of the current situation is set out below: ? 41 Sites (in Whangarei) require BWOFs ? Ensure all buildings have current Building Warrants of Fitness at all times. There will be zero tolerance for non-conformance ? Some of these sites are occupied by WDC staff ? Some are occupied by tenants",Awarded,,0,20250410 Whangarei District Council,19924357,Request for Proposals,Open Competition,Event Strategy Consultant Review,CON18032,20180718,20180810,20190801,,Sole Agency,No,,"Council is looking to engage an experienced Consultant with extensive knowledge and experience of the New Zealand events sector to undertake the development of an Events Strategy and Action Plan using a co-design approach. In 2012 an events strategy was developed to guide the growth, development and management of the Venues and Events function of Council. Since then much has been achieved including the establishment of new and iconic events, development of strong collaborative partnerships with key stakeholders and the introduction of improved marketing collateral. However, things are changing and what worked for us in the past may not be the best approach in future. Our population of 90,000 is growing rapidly and could exceed 100,000 within 7 years. Whangarei Town Basin is buzzing, with construction already started on the Hundertwasser & Wairau Maori Arts Centre and about to begin on the Hihiaua Cultural Centre. These facilities will dramatically change the profile of Whangarei as a tourist destination. Our community asked Council to put on more events including concerts, festivals and major sporting fixtures. Council therefore allocated $10 million to build a larger theatre in 2021 as well as allocating more than $1 million dollars over the next 10 years to bring major events to our District. We need an Event Strategy and Action Plan that considers forecast changes to residents and visitors and future event needs; as well as planned development of facilities by Council and others. Key questions the Strategy and Action Plan will need to address are: What type and size of venues is the District going to need over the next 10 years? Where should we position Whangarei in the New Zealand events market? What mix of commercial and community events strikes the best balance of financial and community outcomes? How can we align major events with other tourism offerings? What should we measure in the short and longer term to assess the success of our actions?",Awarded,,0,20250410 Whangarei District Council,20199097,Request for Proposals,Open Competition,Security and Related Services,CON18002,20180924,20181019,20190801,,Sole Agency,No,,"Whangarei District Council (Council) are reviewing the provision of the following security and related services: ? alarm monitoring & responses ? manned services ? cash in transit and related services This Request for Proposal (RFP) will be the formal phase in this review. Suppliers are invited to respond to any or all of these related services. At the end of the RFP stage Council will select a preferred supplier to enter into detailed discussion with in regards to: ? roles and responsibilities ? service levels and key performance indicators ? pricing matrix ? contract.",Awarded,,0,20250410 Whangarei District Council,20454910,Request for Proposals,Closed Competition,Civic Centre - Principal's Agent RFP,CON18069,20181121,20181213,20190802,,Sole Agency,No,,"Whangarei District Council (WDC) is looking at options for developing a new Civic Centre for the Whangarei District that will meet the needs of residents and ratepayers, democratic processes and administration functions as the District continues to grow and develop. To do this they are running two procurement processes: ? to engage a Contract Team that will work collaboratively with the council to select a site, design and build the facility ? to engage a Principals Agent to act as the focal point for the council through this process. WDC have engaged The Integral Group Limited (TIGL) to assist with the process of selecting both of these. TIGLs role will be to facilitate the procurement processes in conjunction with subject matter expertise provided by the council. This particular process is in regard to the Principals Agent. The process is a two staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) WDC have run the ROI and selected a short list to proceed through to the RFP. This RFP is the next formal phase in this review.",Awarded,,0,20250410 Whangarei District Council,20873478,Request for Proposals,Open Competition,Electricity Supply,CON19007,20190325,20190426,20190726,,Sole Agency,No,,"Whangarei District Council (Council) are reviewing the provision of Electricity Supply and related services for both Time of Use (TOU) and Non Half Hour (NHH) connections. This Request for Proposal (RFP) will be the formal phase in this review. Suppliers are invited to respond to either supply TOU, NHH or both services. Council has approximately 417 electricity connections throughout the Whangarei area. In addition to these connections, at any one time Council can have a small number of temporary connections that are invoiced separately from the consolidated invoicing arrangements. These are generally for connections such as a pensioner housing unit that is being renovated, and are short term arrangements. Council also has several Council Controlled Organisations (CCOs), namely: Whangarei Art Museum Whangarei Airport Northland Events Centre Northland Regional Landfill Limited Partnership These organisations have their own governance structures, however Council requires that the option to make use of the pricing structure that results from this RFP should be available to them should their boards or executive decide to do so. Tenderers are asked to submit pricing offers that cover a minimum term of supply up until 30 June 2021 (a term of supply no less than 24 months). Tenderers are able to submit offers that terminate beyond this date, but not before. Commencement date for all sites is 1st July 2019. The attached spreadsheet titled Consumption Data WDC lists each connection and their envisaged contract volumes and date it is expected that supply will be commenced by the successful tenderer, i.e. as the existing supply agreements cease.",Awarded,,0,20250410 Whangarei District Council,20902217,Request for Proposals,Open Competition,Supply of Library Books,CON19010,20190402,20190503,20190903,,Sole Agency,No,,"Whangarei District Libraries use Open tender process for procurement of the Large Print books and for books published in the UK, US, New Zealand and Australia. Last tender process was completed in 2016 to award the contracts to suitable suppliers in July 2016. The three-year contract is finishing on 30 June 2019. From July 2019, The Libraries would like to procure DVDs, Talking Books, Large Print Books and Books published in the US, UK, New Zealand and Australia from suitable suppliers via this Request for Proposal (RFP) process. The Libraries are moving towards shelf ready solutions which includes original and/or copy cataloguing along with the full processing of all supplied material. This RFP has greater emphasis on shelf ready cataloguing solutions. In/out of scope The areas covered by this contract are: ? DVDs ? Large Print Books ? Print Books ? Talking Books ? Shelf ready services Out of scope: ? eBooks ? Digital Collections ? Magazines ? Jigsaws",Awarded,,0,20250410 Whangarei District Council,21283478,Request for Proposals,Closed Competition,Digital Platform and Services RFP,PRO17054,20190718,20190814,20191213,,Sole Agency,No,,"Whangarei District Council (WDC) are reviewing the provision of Website/Digital Platform and Services. The website at www.wdc.govt.nz is Councils primary online customer service tool to support our residents and ratepayers to complete tasks, source information and engage with council on community and district-wide issues. The successful platform will be able to respond to the common requirements of a New Zealand local government website minimising bespoke development, to reduce dependency on ongoing vendor support. The platform will also need to support the consolidation of the 12 to 15 other websites into pages/subsites/micro-sites to suit the needs of the various services and information provided to our customers. Providing an excellent customer experience is central to this project. Our customers need to find information, complete tasks and engage with us in the way that suits them, and using the device that they choose. The design interface will be task driven with a strong search capability. The web solution must support configuration over customisation. We seek a cloud-based managed solution that can scale to suit our organisational needs and will deliver our customers an amazing user experience. It will have improved engagement features and make better use of Councils existing tools/systems than our current websites. The platform will have the capacity to grow to accommodate our future requirements and will offer the opportunity to align and/or integrate with future online service solutions as well as our existing systems. The content authoring tool will have an intuitive user interface out of the box. Administration of the CMS will not require specialist technical expertise. SharePoint 2010 is the platform currently supporting the three key Council websites: WDC.govt.nz, Whangarei library and Venue & Events Whangarei. In 2015 Microsoft stopped developing SharePoint as a product for public facing websites. In addition to the above, content and the management of key content has been sporadically maintained by a small subset of individuals across the organisation, leading to stale and inaccurate information across the different mediums.",Awarded,,0,20250410 Whangarei District Council,22441959,Request for Proposals,Closed Competition,Waahi Whakaritea Kaupapa - Event Booking System,CON 19065,20200316,20200406,20200812,,All of Government,No,,,Not Awarded,A contract has not been awarded following this RFP exercise. Council is currently reviewing available options for this project.,0,20250410 Whangarei District Council,24226109,Request for Proposals,Closed Competition,Overflow Building Consent Processing,CON21023,20210421,20210514,20210701,,Sole Agency,No,,"Whangarei District Council (WDC) are reviewing their overflow building consent processing services. This background to this category includes: ? the services are set out in the in-scope area below ? the services are currently supplied through a mix of internal resources and contracted out resources ? the mix of internal versus contracted out work varies on a day-to-day basis depending on: ? the number and type of consents to be processed ? available internal staff: ? skills and qualifications ? absent/illness ? on training ? demand for consents is between 1300 and 1500 per year. The last three years have shown no sign of slowing down ? the council team process about 1200 per year The council will be appointing a panel of suppliers: ? one preferred supplier and one or two reserves depending on their capacity ? the panel is open other suppliers could be added to it if demand is too great for the preferred supplier and reserves or a panel supplier went out of business ? if the preferred supplier came off the panel then the first reserve from the current procurement process could be used as the new preferred ? work is allocated to the preferred supplier in the first instance and if they cant take all the demand the work is offered to the reserve or reserves. If there are two reserves then it would be allocated on the basis of: ? quality of work completed ? turn-about so work is evenly apportioned",Awarded,Panel formed.,0,20250410 Whangarei District Council,24666726,Request for Proposals,Closed Competition,Civic Centre Cafe RFP,CON21037,20210811,20210903,20220727,,Sole Agency,No,,"Whangarei Districts Civic Centre is scheduled to open in the third quarter of 2022 and will be a central hub for democratic processes, customer services, administrative functions and Council staff. The design focus is on providing a welcoming, inclusive and easily accessible customer experience in a building that strongly reflects our cultural identity and heritage. Our vision is to create a fit-for-purpose building with sustainable design and construction, delivering a more efficient service for our District. This tender process is to find a suitable operator who can provide a public caf in this building. Building plans include a public space at the ground floor entrance for a caf that will be open to the public. The space is situated on the south side of the main entrance facing Rust Ave and includes allowance for outdoor seating. Fitout plans are needed as part of the Building Consent process. The successful respondent will be required to provide their own fitout of the caf, which will need to be approved by Council; initially as the landlord (from a quality/look and feel perspective) and then as the regulator (from a compliance perspective). The expectation is that food will be prepared off-site, held in cabinets and heated via sandwich press or similar if required. It is not anticipated that the caf operator would sell alcohol. The Caf site will be accessible to the public during Council business hours, which are currently 8:00am to 4:30pm Monday to Friday. The building will be accessible to staff earlier and later than these hours. Opening hours will be negotiated in the contract phase of the project. The Caf will be required to be operational from the first day the Civic Centre is open to the public. The Civic Centre will be home to the majority of Council staff who are currently based at Forum North and Walton Plaza. It is expected that the number of staff and elected members based there will initially be around 400, with capacity to grow to 470 in the future.",Not Awarded,,0,20250410 Whangarei District Council,24824050,Request for Proposals,Closed Competition,Civic Centre Furniture Supplier Panel RFP,CON21045,20210916,20211005,20220101,,Sole Agency,No,,"Whangarei Districts Civic Centre is scheduled to open in 2022 and will be a central hub for democratic processes, customer services, administrative functions and Council staff. The design focus is on providing a welcoming, inclusive and easily accessible customer experience in a building that strongly reflects our cultural identity and heritage. Our vision is to create a fit-for-purpose building with sustainable design and construction, delivering a more efficient service for our District. The Civic Centre will be home to Elected Members and the majority of Council staff who are currently based at Forum North and Walton Plaza. It is expected that the number of staff and elected members based there will initially be around 400, with capacity to grow to 470 in the future. It is anticipated that the mix of furniture purchased for the Civic Centre will intentionally be a blend of styles and colours that follow the design brief. Using a blend of furniture means that in the future when items need to be replaced the new items do not look out of place. Background for this project and procurement process includes: ? All products will need to be supplied to Whangarei ready to install no later than July 2022 ? Council is open to favourable offers of early supply for improved security of supply and/or price certainty ? We have a plan for how the spaces will be used, but need to decide who will provide the furniture so we can finalise arrangements ? Different functions across Council have different needs ? Much of our existing furniture is not suited to what we need in the new building ? This process will not choose furniture or layout it will choose the supplier/s that will form a panel. ? A secondary procurement process will be used to select which supplier/s from the resulting panel provide which products. Secondary procurement process This procurement process will select Supplier/s to form a panel. A secondary closed procurement process will be used to select suppliers from this panel for provision of the required goods. The outcome for this procurement will be a panel arrangement of three or four suppliers for each category with a maximum of eight across the categories (depending on the outcomes of the process). The panel will be in place to provide goods for the initial fitout of the Civic Centre occupation",Awarded,Panel formed. Secondary process will be completed to allocate work.,0,20250410 Whangarei District Council,24935781,Request for Proposals,Closed Competition,Parks and Garden Maintenance Contract Review RFP,CON21045,20211008,20211126,20220801,,Sole Agency,No,,"Whangarei District Council (WDC) are reviewing the provision of their parks and gardens maintenance services. They have engaged The Integral Group Limited (TIGL) to assist with this process. The process will be a two staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) This RFP is the second step in the process Services in Scope: ? maintenance of gardens ? minor tree arboriculture ? mowing and maintenance of turf ? edging ? maintenance and replacement of furniture ? maintenance and cleaning of hard surfaces ? boardwalks ? collection of litter ? reporting and removal of graffiti on parks assets ? planting of garden beds and hanging baskets. ? provision of custodial services at Town Basin including Hundertwasser roof and water feature ? customer service including responding to CRM system. ? quality assurance and monthly reporting",Awarded,,0,20250410 Whangarei District Council,25236350,Request for Quotations,Closed Competition,IT Cabling and Services for Civic Centre,CON20022,20211213,20220201,20220411,,Sole Agency,No,,"Whangarei District Council is building a new Civic Centre which will be the central location for all Council staff and services. The Civic Centre, Council will be able to deliver a more efficient service to our District, while providing facilities for community use. It is anticipated that the build completion will be September 2022. A Detailed design work for IT systems and hardware for the Civic Centre has been completed, and the project now needs to award contract for the provision and installation of IT infrastructure cabling and associated fitout for the Civic Centre.",Awarded,,459384,20250410 Whangarei District Council,25291207,Request for Proposals,Closed Competition,CitySafe Community Officer Services - RFP,CON19026,20220111,20220201,20220330,,Sole Agency,No,,"Whangarei District Council (Council) is going to the market for: ? Provision of CitySafe Community Officer services The process will be a two-staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) Council have run the ROI and selected a short list to proceed through to the RFP. This RFP is the next formal phase in this review. Key information in regard to this contract includes: Key roles ? Community safety (ambassadorial guardianship) ? Community engagement (youth, truancy, homelessness, mental health) ? Public Places Bylaw assistance, monitoring, education and enforcement ? Assistance with other bylaws and monitoring the One-Way Door policy at night ? WDC staff safety ? Police liaison (ability to access the police radio network and information) Locations ? Forum North ? Inner City ? Town Basin ? Hatea Loop/Pohe Island ? Kamo Shared Path ? Railway Carpark ? Kamo village Council has funded a community patrol service since 2010 in the central city and nearby public spaces. In essence CitySafe plugs a gap in police resourcing by providing eyes and ears and a deterrent presence in the area.",Awarded,,0,20250410 Whangarei District Council,25484601,Request for Proposals,Open Competition,Electricity Supply,CON22001,20220301,20220325,20220701,,Sole Agency,No,,"Whangarei District Council (Council) are reviewing the provision of Electricity Supply and related services for both Time of Use (TOU) and Non Half Hour (NHH) connections. This Request for Proposal (RFP) will be the formal phase in this review. Suppliers are invited to respond to either supply TOU, NHH or both services. Council has approximately 428 electricity connections throughout the Whangarei area. In addition to these connections, at any one time Council can have a small number of temporary connections that are invoiced separately from the consolidated invoicing arrangements. These are generally for connections such as a pensioner housing unit that is being renovated and are short term arrangements. Council also has several Council Controlled Organisations (CCOs), namely: Whangarei Art Museum (WAM) Whangarei Airport Northland Events Centre Trust (NECT) Northland Regional Landfill Limited Partnership (NRLLP) These organisations have their own governance structures, however Council requires that the option to make use of the pricing structure that results from this RFP should be available to them should their boards or executive decide to do so. The connection details for WAM and NECT are shown below: WAM ICP 572378NR032 NECT ICP 541377NRC20 (stadium and field lights) Council would also like to consider multiple trader agreements, for example should the NRLLP develop generation capacity (anticipated to be potentially approximately 1MW). Central government has proposed three water reforms that may result in a number of Councils water assets being vested in a separate entity during the period of the contract that will result from this process. Council requires that potential suppliers agree to novate the portion of the contract relating to water ICPs should this be required by central government.",Awarded,,0,20250410 Whangarei District Council,26016346,Request for Proposals,Closed Competition,Eplan software solution and implementation RFP,CON22010,20220707,20220728,20221026,,Sole Agency,No,,"In April 2019, the Government gazetted the National Planning Standards. These standards set out prescriptive requirements for the presentation and structure of both Local and Regional Plans along with requirements about accessibility and a requirement for an electronic process for the public to make submissions on proposed changes to the plan. Councils must comply with Section 16 of the standard by April 2024. The primary objective of this project is to ensure that Whangarei District Council (Council) complies with legislative requirements by implementing an electronic solution to meet Section 16 requirements of the National Planning Standards. Council is undertaking a procurement process to identify a preferred provider/solution. Note that in the RFP document text in blue indicates changes to the draft document from the pre-RFP interview held 30th June 2022.",Awarded,,0,20250410 Whangarei District Council,26022925,Request for Proposals,Closed Competition,Airport Management Services RFP,CON22011,20220707,20220729,20230323,,Sole Agency,No,,"Whangarei District Council (WDC) are reviewing their: ? Airport Management services WDC have engaged The Integral Group Limited (TIGL) to assist with this process. TIGLs role is to facilitate the procurement process, assisted by subject matter expertise provided by the council. The process will be a two staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) This ROI is the first formal step in the process and is intended to be of minimal effort for respondents and allow WDC to create a short list of suppliers to invite to enter the RFP process. The RFP will include: ? written responses to questions ? an interactive workshop (normally 1.5 to 2 hours ) which will include verbal clarification and expansion on the written RFP questions ? written pricing ? respondents will be evaluated and preferred respondents selected The following information provides a general background to this procurement process: ? the relationship is a joint venture between the Ministry of Transport and WDC ? the airport management contract is managed by WDC. WDC operates the airport as an Airport Authority under the Airport Authorities Act 1966 and contracts out the day-to-day management of the airport ? there is no registered company or other entity that governs this relationship ? the relationship is governed by a Joint Venture Agreement dated 26 August 1963. The venture is, however, a Council Controlled Organisation under the Local Government Act 2002 as WDC has a 50% control over the venture",Awarded,,0,20250410 Whangarei District Council,26169734,Request for Proposals,Closed Competition,Playgrounds & Skateparks Maintenance - RFP,CON21060,20220812,20220902,20221101,,Sole Agency,No,,"Whangarei District Council (Council) is going to the market for: ? CON21060 - Maintenance of playgrounds and skateparks The process will be a two-staged open market process: ? Registration of Interest (ROI) ? Request for Proposal (RFP) This ROI is the first formal step in the process and is intended to be of minimal effort for respondents and allow the Council to create a short list of suppliers to invite to enter the RFP process. Whangarei has experienced a rapid rise in population over the past 10 years and sustained growth is likely to continue. At the same time participation in outdoor recreation activities is growing. Being active is increasingly popular and the value activity has on our mental, physical and spiritual well-being is recognised To support active recreation activities Council has 45 playgrounds, 7 skateparks and 25 shade sails around the district. The Town Basin and soon to be open destination playground at Pohe Island are high profile sites with high use. We also have smaller playgrounds in our suburbs and on the coast such as Ngunguru and Ruakaka. All of these facilities are valued by the community, and we want them to be well maintained and safe. Once a year an independent playground audit is undertaken, and this can lead to a programme of work that is funded separately to the contract. The Parks and Recreation department outsources most of the maintenance of the parks and recreation activity through a range of contracts covering the parks and garden, trees, tracks and walkways, coastal and park structures, playgrounds and skateparks, sports parks, litter and custodial services, and public toilets. We are looking for a suitable experienced contractor to undertake maintenance of playgrounds and skateparks assets.",Awarded,,0,20250410 WorkSafe New Zealand,20269982,Request for Proposals,Open Competition,RFP 506085 Office 365 Migration,506085,20181010,20181102,20190801,,Sole Agency,No,,"WorkSafe is seeking proposals from qualified suppliers (Microsoft Partners eligible for FastTrack Deployment desired) to provide Windows / Microsoft Office 365 system integration and implementation services. The scope of the programme is envisioned as: Email set up and migration OneDrive for business set up and migration for all personal data Planning and deployment of the Office Productivity Suite (Outlook, Word, Excel, PowerPoint, OneNote) Teams and Skype for Business set up and migration Discovery, requirements gathering, scoping and cost/benefit analysis for the migration of WorkSafes EDRMS to SharePoint. Upgrade of the Windows desktop environment The successful supplier is expected to work alongside WorkSafe to ready the environment for migration including the identification of all prerequisites and constraints. Services are to include: leading WorkSafe through requirements gathering, migration planning and execution. Change management is key to the successful adoption of Office 365 in WorkSafe. As such, the successful supplier would need to clearly outline the proposed Office 365 adoption plan. Supplier briefing: To be held at 86 Customhouse Quay, Wellington 11:30am 12.30pm 18th October 2018 Please RSVP to worksafe.procurement@worksafe.govt.nz",Awarded,,0,20250410 WorkSafe New Zealand,20555064,Request for Proposals,Open Competition,Payroll Solution & Implementation,506084,20181214,20190204,20191007,,Sole Agency,No,,"Payroll Solution and Implementation (including Human Resource Information System Implementation & Health and Safety system) WorkSafe New Zealand currently leverages some form of Human Resource information and payroll services through Ministry of Business, Innovation and Employment (MBIE) and WorkSafe now intends to implement a HRIS solution through the Department of Internal Affairs (DIA) Common Capability panel (SucessFactors) and is looking to source an implementation partner to assist. In addition WorkSafe is looking to aquire and implement a Payroll and Health and Safety system that is fully integrated to the SuccessFactors system. We will consider collaboration and subcontracting arrangements and ultimately would like all facets of this RFP led by a prime organisation, however WorkSafe reserves the right to choose the right mix of suppliers whether it is multiple or one organisation.",Awarded,"This opportunity was awarded to two suppliers: Zag - IT Technical Implementation Lagom - Project Management/Change Management",0,20250410 WorkSafe New Zealand,21802796,Request for Proposals,Open Competition,Health & Safety and the Future of Work,506303,20191018,20191115,20200316,,Sole Agency,No,,This procurement relates to the delivery of new research into the future occupational health and safety risk landscape in New Zealand. Providers are expected to propose a methodology that can deliver an appropriate solution.,Awarded,"New Zealand Work Research Institute won this tender. It was an RFP. Based at AUT. Tender range $100K - $250K. Contract signed 03 March 2020.",148800,20250410 WorkSafe New Zealand,21864180,Request for Quotations,Closed Competition,Research and Evaluation of Guidance,506310,20191030,20191115,20200713,,Sole Agency,No,,We are looking for a provider with a proven track record in research and evaluation. The consultant should be cognisant of innovative research practices and be a strong communicator.,Not Awarded,,0,20250410 WorkSafe New Zealand,22001450,Request for Proposals,Open Competition,506331 Management System Initiative,506331,20191127,20200115,20200506,,Sole Agency,No,,"Management systems is a new initiative to be introduced to teams within the Operations group of WorkSafe New Zealand. The management systems will be designed by teams during consultant led workshops, drawing on key personnel to ensure the output is fit for purpose. The workshops will equip Operations teams with the autonomy and empowerment to develop and maintain their own team management systems. These will also align with the overall management systems model and key principles. WorkSafe is looking for credible suppliers who have a history of successful implementation of integrated team management systems. A simple but effective methodology is sought as well as innovative ideas and processes for achieving the required outcome. We are aiming for our teams to see the value in having their own management system and to take ownership of the process when fully embedded.",Awarded,"Jumpshift Development Auckland 4 May - 30 June 2020 Services reduced due to Covid-19 $50,000",0,20250410 WorkSafe New Zealand,22024109,Request for Proposals,Open Competition,Executive Leadership Development,506338,20191202,20200117,20200519,,Sole Agency,No,,WorkSafe is a relatively new organisation. As part of our maturity process we are increasing our focus on talent management and our succession planning. We are looking for a suitably qualified and experienced leadership development provider to customise and deliver an executive development programme for high potential leaders in our executive pipeline.,Awarded,,0,20250410 WorkSafe New Zealand,22256088,Request for Proposals,Open Competition,Managing Vehicle-Related Risks from Supply Chain Pressures,506314,20200203,20200302,20201030,,Sole Agency,No,,"More than 70% of work-related fatalities in New Zealand involve vehicles. There is a need for research into effective intervention to improve the health and safety of workers working in and around vehicles. In particular, there is a need to better understand how vehicle-related risks that eminate from business models and supply chain pressures can be managed effectively. We are seeking a solution that provides WorkSafe with a clear, evidentially-based, investigation of approaches to minimise the vehicle-related risks that eminate from business models, contracts and contracting, and supply chain pressures.",Awarded,,0,20250410 WorkSafe New Zealand,22539534,Request for Proposals,Open Competition,506419 - HRIS Request for Proposals,506419,20200414,20200512,20200914,,Sole Agency,No,,"WorkSafe is seeking proposals for the supply of a Human Resources Information System (HRIS) solution(s) and Implementation Partner. We will consider collaboration and subcontracting arrangements led by a prime organisation for the provision of the HRIS, or a solution from a single provider. Our future HRIS solution(s) will meet the standards set out on the Digital Government website. We do not want any systems or solutions that arent compliant with New Zealand employment related legislation and/or has unproven experience in the market.",Awarded,,0,20250410 WorkSafe New Zealand,23189352,Request for Proposals,Open Competition,110009 Workplace Exposure Standards & Biological Exposure Indices Review,110009,20200827,20200924,20201118,,Sole Agency,No,,"WorkSafe New Zealand publishes its Workplace Exposure Standards (WES) & Biological Exposure Indices (BEIs) Special Guide each year. The Special Guide is to be used by those trained in occupational health practice as a tool to assess personal exposure levels against the WES & BEI, as part of health risk management. In order to keep the WES & BEIs current, WorkSafe prioritises substances for review of state-of-the-art literature so that health-based WES & BEIs can be proposed.",Awarded,"Toxicology Consulting Ltd Hastings Open Tender Value $92,000 Term till 30 June 2022",0,20250410 WorkSafe New Zealand,23349055,Request for Proposals,Open Competition,110080 Survey on Carcinogens Exposure at Work,110080,20200924,20201023,20201222,,Sole Agency,No,,We are seeking a provider that has the ability to design a survey that can explore the probability and level of exposure to specific carcinogens for each job on an individual basis in New Zealand workplaces.,Awarded,"Research NZ - Wellington Survey on Carcinogens Exposure at Work 6 months $306,000 Open Tender NZBN 9429040285900",0,20250410 WorkSafe New Zealand,23515857,Request for Proposals,Open Competition,110119 Psychosocial Survey of New Zealand Workers,110119,20201027,20201120,20210222,,Sole Agency,No,,"The Copenhagen Psychosocial Questionnaire (COPSOQ) is a tool used to assess a wide range of psychosocial aspects of modern working life including: Demands at Work; Work Organisation and Job Contents; Interpersonal Relations and Leadership; Work Individual Interface; Social Capital; Offensive Behaviours and Health and Wellbeing. We require a supplier with a wide range of expertise in relation to survey methods, sampling design, and the application of appropriate data collection modes to obtain a nationally representative sample. The supplier will be required to work with WorkSafes researchers to design and implement an appropriate sampling scheme, undertake sampling from an agreed sampling frame, develop a plan for dealing with potential survey response bias, manage the pre-notification process, recruit and survey respondents aged 18 years and older to an agreed quota system.",Awarded,"Colmar Brunton Auckland Psychosocial Survey of New Zealand Workers January 2021 Term: 6 months $~300K Open Tender",131000,20250410 WorkSafe New Zealand,24355287,Request for Proposals,Open Competition,Impacts Effectiveness Monitor 2021/22,110331,20210526,20210628,20211108,,Sole Agency,No,,"This RFP relates to the delivery of research services to measure the impacts and effectiveness of WorkSafes direct interactions with the regulated community. WorkSafe is willing to consider any methodology that will adequately and robustly address our research questions; - what impact are we having in the health and safety system? Do our interactions result in changes in the way employers and workers behave, think, and feel? - Are we making a real difference to the health and safety of New Zealanders? - We are seeking a provider to deliver end-to-end services, from research design, to data collection, to analysis and reporting. We are willing to consider any methodology that will adequately and robustly address our research objectives. Our intention is for this research to be repeated each year; therefore, a key requirement is that results can be tracked over time.",Awarded,,0,20250410 WorkSafe New Zealand,24396518,Request for Proposals,Open Competition,SafePlus Online Learning Modules SafePlus Assessor Development,110064,20210608,20210705,20211130,,Sole Agency,No,,"Summary of Opportunity WorkSafe New Zealands Education Development team is contracting for SafePlus training. The supplier will include content from WorkSafe New Zealands current SafePlus Onsite assessor training course to develop online learning modules as described in the RFP. The supplier will provide a platform for learners to develop and submit a portfolio of work. The portfolio will have an educational perspective. WorkSafe are seeking a solution for the development and maintenance of online health and safety learning modules as described in the RFP. WorkSafe is looking for suppliers that have the capability, experience and infrastructure to deliver this health and safety learning opportunity to New Zealand. We expect these assets will be culturally sustainable, innovative and inclusive. A pre-condition Suppliers must: be a current Category 1 provider of NZQA standards be able to award NZQA credits to learners through an established process. Supplier Briefing: If you are interested in a supplier briefing, please register to attend our supplier briefing on Friday 11th June at 1.00pm. Registration for the Supplier Briefing: Please RSVP to the supplier briefing by emailing: worksafe.procurement@worksafe.govt.nz with your: name email address number of attendees if more than one from your organisation. The briefing will be held via Microsoft Teams only and a link will be provided upon registration.",Not Awarded,,0,20250410 WorkSafe New Zealand,25380925,Request for Quotations,Open Competition,Carcinogens & Airborne Risks Roadshows Event Management,110579,20220204,20220222,20220422,,Sole Agency,No,,We are looking for a supplier to provide event management services to deliver the Carcinogens & Airborne Risks (C&AR) Roadshow 2022 (11 locations cross NZ from May - June),Awarded,,0,20250410 WorkSafe New Zealand,26537366,Request for Proposals,Open Competition,Health Monitoring RFP,110846,20221028,20221124,20240306,,Sole Agency,No,,"We are looking to purchase a holistic health monitoring service for WorkSafe New Zealand's kaimahi. The key objective of this procurement is to ensure the health of our kaimahi is not adversely affected by the work we are asking them to undertake. We are seeking a solution which includes pre-employment health screening, ongoing regular risk-based health screening, risk-based screening on employee off-boarding and monthly peer-reviewed data analysis and trend reports. The services will be required across all 18 of WorkSafe's office locations which spread across Aotearoa. The services provided must use suitably qualified and competent registered health and medical professionals. We would expect the provider to have a policy that requires the relevant practitioners to be registered or working towards registration where applicable. The prerequisite for HASANZ registration is to be a member of a professional association for example, (not limited to): New Zealand Institute of Safety Management (NZISM), New Zealand Occupational Health Nurses Association (NZOHNA) New Zealand Occupational Hygiene Society (NZOHS)",Awarded,This contract was awarded based on the overall fit for purpose and value for money. The capability of the respondent to deliver our requirements was heavily weighted.,90000,20250410 WorkSafe New Zealand,26860153,Request for Quotations,Open Competition,Independent Occupational Hygienists to provide Exposure Monitoring Services,,20230126,20230217,20240202,,Sole Agency,No,,"WorkSafe New Zealand are seeking Independent Occupational Hygienists to undertake exposure monitoring and arrange for the analysis of samples. The sampling strategy will be based on an in-depth review of literature with a view to use the exposure data in a free control banding tool for the NZ Construction Industry. The substances that will be sampled include respirable silica, respirable dust, inhalable dust, wood Dust, diesel particulate and volatile organic compounds (VOC) as appropriate e.g., benzene. The work of these hygienists will be overseen by Dr Sue Reed The services that we require are: Exposure Monitoring: This stage will involve occupational hygienists who will ensure that samples are collected and analysed according to the methods specified by WorkSafe. Analysis of Samples: Independent Occupational Hygienists to collect and arrange for the analysis of collected samples for the project.",Not Awarded,This tender was not awarded as the scope of work was cancelled.,0,20250410 WorkSafe New Zealand,27305109,Request for Proposals,Closed Competition,Behavioural Training Skills,111041,20230501,20230525,20240307,,All of Government,No,,"WorkSafe New Zealand are seeking service providers who can develop learning products for behavioural skills, bespoke to WorkSafes specific needs, and train internal trainers to effectively deliver the training interventions. We are seeking learning solutions that address our training needs, in a manner that are agile, sustainable, in line with adult learning principles, demonstrates the best practice in behavioural skills training delivery, and demonstrate WorkSafes commitment to the principles of Te Tiriti o Waitangi. We are running this procurement as a PIAD (procurement in a day) Process. This means that you will present your response to our requirements to a panel of evaluators rather than the traditional method of completing a written response. All respondents will present on 29 May 2023 at different times. You must ensure that you and your team are available to present in-person on this day you will be provided a time for your presentation closer to the time. Your response/presentation will be evaluated in real-time. You will only have a certain amount of time to present your response. You should make the most of this time and you will need to ensure that you cover all the evaluation criteria during this time as we cannot extend the time of the presentation. Information about or requirements and instructions about responding to this procurement is outlined in the attachment section of this GETS opportunity.",Not Awarded,,0,20250410 WorkSafe New Zealand,28818772,Request for Proposals,Closed Competition,Investigative Subject Matter Expertise RFP,WS-PANELISME-RFP-FEB24,20240212,20240315,20250106,,Sole Agency,No,,,Not Awarded,,0,20250410